Loading...
R-1553 - 04/12/2016 - ENGINEERING - Resolutions RESOLUTION 2016-ENG-ST-IMPROVE-CNTRCT-R-1553 A RESOLUTION APPROVING AND AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT RELATING TO THE 2016 STREET IMPROVEMENT PROJECT BY AND BETWEEN THE VILLAGE OF OAK BROOK AND J.A.JOHNSON PAVING CO. WHEREAS, the Village desires to make certain street and infrastructure improvements to 16th Street/Castle Drive,,Acorn Hill Lane, Washington Street and Wood Road, Avenue Loire, Bath & Tennis Drive, Camden Court and Tower Drive Water Reservoir Area, Camelot Drive and Mockingbird Lane, Clearwater Drive, St. Stephens Green, and York Road (near north Village limits), (collectively, the "Project'; and WHEREAS, the Village solicited bids for the completion of the Project ("Construction Services"); and WHEREAS, the Village received five bids for the Construction Services; and WHEREAS, J.A. Johnson Co., of Arlington Heights, Illinois ("Johnson"), was the lowest responsive and responsible bidder for the Construction Services; and WHEREAS, the Village and Johnson desire to enter into and execute an agreement for Johnson 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 Johnson 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 Johnson for a total amount not to exceed $2,177,657.09 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 Johnson. 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 2016- ENG-ST-IMPROVE-CNTRCT-R-1553 Construction Services for 2016 Street Improvement Project Page 2 of 3 APPROVED THIS 12th day of April, 2016 ! Gopal G. Lalmalani Village President PASSED THIS 12th day of April, 2016 Ayes: Trustees Adler, Baar, Manzo, Moy, Tiesenga, Yusuf Nays: None Absent: None ATTEST: OkI ' Charlotte K. Pruss Village Clerk .r 5, � „ l Resolution 2016- ENG-ST-IMPROVE-CNTRCT-R-1553 Construction Services for 2016 Street Improvement Project Page 3 of 3 EXHIBIT A PGA Of 0A k e9 Village of Oak Brook 2016 Street C°UNV" Improvement Project Bid Opening Date: .............................................................March 23, 2016 Bid Opening Time: ...................................................................10:00 AM Bid Opening Location: .................................................Butler Government Center Bid Deposit: .................................................5% of the Amount of Bid Performance and Labor and Materials Bonds: ....................100% of the Amount of Bid Obtain information from: Orion Galey, P.E. Christopher B. Burke Engineering, Ltd. 9575 West Higgins Road, Suite 600 Rosemont, Illinois 60018 (847) 823-0500 Submit Bids to: Rania Serences, Senior Purchasing Assistant Butler Government Center 1200 Oak Brook Road Oak Brook, IL 60523 Note: This cover sheet is an integral part of the contract documents and is, as are all of the following documents, part of any contract executed between the Village of Oak Brook and any successful BIDDER. Do not detach any portion of this document. Invalidation could result. Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2016 STREET IMPROVEMENT PROJECT BID PACKAGE 1. Invitation for Bidder's Proposals 2. General Instructions to Bidders 3. Bidder's Proposal 4. Bidder's Sworn Acknowledgement 5. Bidder's Sworn Work History Statement 6. Notice of Award 7. Contract 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 1: Prevailing Wage Ordinance Appendix 2: Bonds -- Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2016 STREET IMPROVEMENT PROJECT BID PACKAGE INVITATION FOR BIDDER'S PROPOSALS OWNER: Village of Oak Brook 1200 Oak Brook Road Oak Brook, IL 60523-2255 1. Invitation to Bid Owner invites sealed Bidder's Proposals for the Work described in detail in the Contract and generally described as follows: Area 1 (Acorn Hill Lane,Washington Street,Wood Road, Glendale Avenue) The proposed improvements will include resurfacing of all of Acorn Hill Lane, Washington Street, and Wood Road approximately 5,300 square yards. The improvements also include 2" surface patching on Glendale Avenue at the direction of the Village. The resurfacing will include building up the pavement at the centerline in order to raise the crown. This involves hot-mix asphalt surface removal, 3" at the edge of pavement and 2" at the centerline, hot-mix asphalt leveling binder, 1", and hot-mix asphalt surface course, 2". The work will also include the addition of PCC shoulders along Wood Road and Acorn Hill Lane, along with 100 linear feet of PCC shoulder removal and replacement on 35`'Street. Area 2 (Bath and Tennis Drive): This work will involve resurfacing of Bath and Tennis Drive off of Oak Brook Road; approximately 6,500 square yards. This involves hot-mix asphalt surface removal, 3", hot-mix asphalt leveling binder, 1", and hot-mix asphalt surface course, 2". Miscellaneous curb and gutter replacement, drainage improvements, and installation of aggregate shoulders will also be included. Area 3 (St. Stephens Green): St. Stephens Green improvements will involve the resurfacing of all of St. Stephens Green, approximately 9,800 square yards. The resurfacing will include building up the pavement at the centerline in order to raise the crown. This involves hot-mix asphalt surface removal, 3" at the curb line and 2 1/2" at the centerline, hot-mix asphalt leveling binder, I", and hot-mix asphalt surface course, 2". The work will also include the replacement of deteriorated curb and gutter. Page 1 INVITATION FOR BIDDER'S PROPOSALS ... Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) Area 4 (Mockingbird Lane and Camelot Drive): This area includes reconstruction of approximately 3,800 square yards along Mockingbird Ln between Concord Drive and Regent Drive. The proposed reconstruction will include full depth removal of the existing asphalt pavement (5") and removal of an additional 5-inch of deteriorated hydrated steel slag sand base course in order to provide for the installation of a new 5-inch pavement section and 5-inch aggregate base course placed upon a Tensar Geogrid system. The proposed pavement section will consist of 3-inches of hot-mix asphalt binder course and 2-inches of hot-mix asphalt surface course. The resurfacing of Mockingbird between Midwest Road and Concord Drive will include approximately 6,600 square yards of 5" surface removal, 3" hot-mix asphalt binder course, and 2" hot-mix asphalt surface course. The resurfacing of Camelot Drive will include approximately 4,400 square yards of 4" surface removal, 2 '/a" hot-mix asphalt binder course, and 2" hot-mix asphalt surface course. Work will also include replacement of deteriorated curb and gutter. The scope also includes 2" surface patching of the west half of Regent Drive from Mockingbird Lane halfway to Heather Lane, and drainage improvements on Devonshire Drive. Area 5 (Ave Loire): This area involves removing and replacing the entire asphalt pavement section, approximately 4,250 square yards. This involves hot-mix asphalt surface removal, 5", hot-mix asphalt binder course, 3", and hot-mix asphalt surface course, 2". Work will also include curb and gutter repairs and drainage improvements. Area 6 (Camden Court): This area involves the resurfacing of Camden Court to include approximately 2,650 square yards of hot-mix asphalt surface removal, 3", hot-mix asphalt leveling binder, 1", and hot-mix asphalt surface course, 2". Curb and gutter replacement, drainage improvements, and pavement markings will also be included. Area 7 (York Road, Clearwater Drive,Harger Road): This area includes 2" class D patching of York Road from the I-294 ramp Tollway Bridge to the northern village limit, and the resurfacing of Clearwater Drive from York Road to Hunter Drive; approximately 5,600 square yards. Spot repairs will be made to the concrete median along York Road at the discretion of the Village. Resurfacing of Clearwater Drive will include hot-mix asphalt surface removal, 3", hot-mix asphalt leveling binder, 1", and hot-mix asphalt surface course, 2". Work will also include the removal of the old turn-around on Clearwater Drive as well as curb and gutter repairs and drainage improvements. Work on Harger Road will consist of 2" class D patches at locations directed by the Village. Area 8 (PATCHING ONLY Yorkshire Woods, Timber Trails Subdivisions,and Spring Road North of 16" Street): The work to be completed in these areas involves surface patching of approximately 5% of the total pavement areas within these subdivisions. This will amount to approximately 3,300 square yards of patching to be marked out by the Village. The patching will involve a 2" surface removal to be patched with hot-mix asphalt surface course, 2". Related PCC shoulder patching and some minor drainage improvements may be included at the direction of the Village following resident input. Page 2 INVITATION FOR BIDDER'S PROPOSALS Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) Area 9 (16th Street, Castle Drive): This area involves concrete pavement patches (class B) at locations determined by the Village. Work will also include curb and gutter repairs, pavement markings and structure adjustments/reconstructions. _ Area 10 (Well Tower Access Lot): This area includes reconstructing the water tower access lot off of Tower Rd; approximately 240 square yards. The work involves 5" surface removal, 3" hot-mix asphalt binder course and 2" hot-mix asphalt surface course. This work also includes 2-inch edge patching along Tower Drive and spot curb and gutter improvements. Area 11 (Adams Road Culvert Replacements): Three deteriorated large diameter metal culverts crossing Adams Road and a 12" driveway w culvert will be replaced. Work will also include the removal and replacement of the double yellow centerline and single white edge lines along Adams Road. Page 3 INVITATION FOR BIDDER'S PROPOSALS �,. Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) The Work shall be performed at the following Work Sites: STREET IMPROVEMENTS STREET FROM TO Acorn Hill Lane Spring Road Terminus Washington Street Spring Road Glendale Avenue Wood Road Washington Street Terminus Glendale Avenue Washington Street Village Limit Bath and Tennis Drive Oak Brook Road Terminus St. Stephens Green 35th Street Terminus Mockingbird Lane Midwest Road Regent Drive Camelot Drive Regent Drive Terminus Regent Drive Mockingbird Lane 19 Regent Drive Avenue Loire Meyers Road Western Village Limit Camden Court Butterfield Road Terminus York Road -Alternate 1 1-294 Tollway Bridge Northern Village Limit Clearwater Drive Hunter Drive York Road Harger Road Spring Road York Road Yorkshire Woods Subdivision NA NA Timber Trails Subdivision NA NA 16th Street—Alternate 2 Oak Brook Center Terminus Castle Drive—Alternate 2 16th Street Parking Lot Tower Drive 22"d Street Water Tower Access Lot Water Tower Access Lot Tower Drive NA Adams Road Spring Road Ogden Avenue 2. The Bid Package The Bid Package consists of the following documents, all of which are by this reference made a part of this Invitation for Bidder's Proposals as though fully set forth herein: A. Invitation for Bidder's Proposals; B. General Instructions to Bidders; C. Addenda, if any are issued during the bidding process; D. Bidder's Proposal; E. Bidder's Sworn Acknowledgement; F. Bidder's Sworn Work History Statement; G. Other information submitted by Bidder, if requested during the bidding process; Page 4 INVITATION FOR BIDDER'S PROPOSALS Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) H. Notice of Award; and I. Contract, including all of its attachments and appendices, if any. 4. Inspection and Examination A hard copy of the Bid Documents may be obtained in person from Engineer's Office at Christopher B. Burke Engineering, Ltd. 9575 West Higgins Road, Suite 600, Rosemont, Illinois 60018. A $50 non-refundable copy fee is required prior to issuance of Bid Documents. All checks shall be payable to "Christopher B. Burke Engineering, Ltd.". For this project, the Contractor must be qualified to bid in IDOT's Section 003 Hot-Mix Asphalt (HMA) Plant Mix types of construction or have their own HMA Plant capable of producing HMA that conforms to the mix designs specified herein. The Bid Package may be examined at the office of Engineer as listed above. In making copies of the Bid Package available to prospective Bidders, Owner does so only for the purpose of obtaining Bidder's Proposals and such provision does not confer a license or grant for any other use. Each prospective Bidder shall, before submitting its Bidder's Proposal, carefully examine the Bid Package. Each prospective Bidder shall inspect in detail the Work Site and the surrounding area and shall familiarize itself with all local conditions, including subsurface, underground and other concealed conditions, affecting the Contract, the Work and the Work Site. The Bidder whose Bidder's Proposal is accepted will be responsible for all errors in its Bidder's Proposal including those resulting from its failure or neglect to make a thorough examination and investigation of the Bid Package and the conditions of the Work Site and the surrounding area. The Contract specifications may include the Illinois Department of Transportation's General Conditions of the Contract, "State of Illinois Standard Specifications for Road and Bridge Construction„ "Standard Standard Specifications for Water and Sewer Main Construction in Illinois” (SSWS); "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD). The specifications also may include Owners' Village Code and Building Code. References to any of these manuals, codes, and specifications means the latest editions effective on the date of the bid opening. 5. Pre-Bid Meeting NONE 6. Bid Opening Owner will receive sealed Bidder's Proposals for the Work until 10:00, a.m., local time, March 23, 2016, at the Office of the Village Clerk, by Rania Serences, Senior Purchasing Assistant, Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, IL 60523, at which time, or as soon thereafter as possible, all Bidder's Proposals will be publicly opened and read aloud in Page 5 INVITATION FOR BIDDER'S PROPOSALS Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) the Samuel E. Dean Board Room, in the Butler Government Center, 1200 Oak Brook Road, Oak Brook, Illinois 60523. Bidders or their agents are invited to be present. 7. Bid Security,Bonds and Insurance A. Bid Security. Each Bidder's Proposal shall be accompanied by a security deposit of at least 5 percent of the Bidder's Price Proposal in the form of (1) a Cashier's Check or Certified Check drawn on a solvent bank insured by the Federal Deposit Insurance Corporation and payable without condition to Owner or (2) a Bid Bond in a form satisfactory to Owner from a surety company licensed to do business in the State of Illinois with a general rating of A minus and a financial size category of Class X or better in Best's Insurance Guide. B. Performance and Payment Bonds. The successful Bidder will be required to furnish a Performance Bond and a Labor and Material Payment Bond on award of the Contract, each in the penal sum of the full amount of the Contract Price, on forms provided by, or otherwise acceptable to, Owner, from a surety company meeting the requirements set forth above. Each Bidder's Proposal must be accompanied by a letter from such a surety company �— stating that it will execute Bonds on forms provided by, or otherwise acceptable to, Owner, on award of the Contract to Bidder. C. Insurance. The successful Bidder will be required to furnish certificates of insurance as required by Section 4.2 of the Contract on award of the Contract. Each Bidder's Proposal must be accompanied by a letter from Bidder's insurance carrier or its agent certifying that said insurer has read the requirements set forth in the Contract and will issue the required certificates and policies of insurance on award of the Contract to Bidder. DATED: March 02, 2016 Village of Oak Brook Charlotte Pruss Village Clerk i I Page 6 INVITATION FOR BIDDER'S PROPOSALS Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2016 STREET IMPROVEMENT PROJECT BID PACKAGE TABLE OF CONTENTS Section Page 1. Interpretation of Documents Included in Bid Package............................................... 1 2. Calculation of Unit Price Proposals............................................................................ 2 3. Prevailing Wages ........................................................................................................ 4. Taxes and Benefits...................................................................................................... 2 5. Permits and Licenses................................................................................................... 2 6. Preparation of Bidder's Proposal................................................................................ 3 7. Signature Requirements.............................................................................................. 3 i 8. Bid Security ................................................................................................................ 4 9. Submission of Bidder's Proposal................................................................................ 5 10. Withdrawal of Bidder's Proposal................................................................................ 5 11. Qualification of Bidders.............................................................................................. 5 12. Disqualification of Bidders......................................................................................... 6 13. Award of Contract....................................................................................................... 6 14. Notice of Award; Effective Date of Award................................................................ 7 15. Finalization of Contract.............................................................................................. 7 16. Failure to Finalize....................................................................................................... 8 -i- .� Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2016 STREET IMPROVEMENT PROJECT BID PACKAGE GENERAL INSTRUCTIONS TO BIDDERS 1. Interpretation of Documents Included in Bid Package A. Defined Terms. All terms capitalized in these General Instructions to Bidders and in the other documents included in the Bid Package are defined in the documents included in the Bid Package and shall have such defined meanings wherever used. B. Implied Terms. If any personnel, equipment, materials, or supplies that are not directly or indirectly set forth in the Contract are nevertheless necessary to the proper provision, performance, and completion of the whole of the Work in accordance with the intent of the Contract, each prospective Bidder shall understand such personnel, equipment, materials, or supplies to be implied and shall provide for such personnel, equipment, materials, or supplies in its Bidder's Proposal as fully as if it were particularly described. C. Information Provided by Owner. 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 preliminary investigations is distributed with the Bid Package, or such information is otherwise made available to any prospective Bidder by Owner, such information is distributed or made available solely for the convenience of such prospective Bidder and is not part of the Bid Package. Owner assumes no responsibility whatever in respect to the sufficiency or accuracy of any 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 indicated are representative of those existing at any particular location, or that unanticipated conditions may not be present. D. Addenda. No interpretation of the documents included within the Bid Package will be made except by written addendum duly issued by Owner ("Addendum"). No interpretation not contained in an Addendum shall be valid or have any force or effect whatever, nor entitle any Bidder to assert any claim or demand against Owner on account thereof. All Addenda issued prior to the opening of Bidder's Proposals shall become a part of the Bid Package. Each prospective Bidder shall be responsible for inquiring from time to time as to the availability of Addenda. Page 1 GENERAL INSTRUCTIONS TO BIDDERS Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) If any prospective Bidder is in doubt as to the true meaning of any part of the Bid Package, such prospective Bidder shall submit to Owner a written request for an interpretation thereof as far in advance of the scheduled opening of Bidder's Proposals as possible. Owner shall use its best efforts to issue Addenda in response to all valid, appropriate, and timely inquiries, but accepts no responsibility for doing so. Inquiries not answered by Addenda shall be considered invalid, inappropriate, or untimely inquiries. 2. Calculation of Unit Price Proposals On all items for which Bidder's Proposals are to be received on a unit price basis, the approximate quantities stated in the Schedule of Prices are Owner's estimate only for Owner's convenience in comparing Bidder's Proposals and shall not be relied on by Prospective Bidders. Each prospective Bidder shall, before submitting its Bidder's Proposal, make its own estimate of the quantities of Unit Price Items required to complete the Work. 3. Prevailing Wages In accordance with the Prevailing Wage Act, 820 ILCS 130/0.01 et seq., not less than the prevailing rate of wages for similar work in the locality in which the Work is to be performed shall be paid to all laborers. Specific provisions relating to the Prevailing Wage Act, and required of the Contractor, are included in the Contract. A copy of Owner's ordinance ascertaining the prevailing rate of wages in effect as of the date of the Invitation for Bidder's •.. Proposals, is included in the Bid Package. If the Illinois Department of Labor revises the prevailing rate of hourly wages to be paid, the revised rate shall apply to the Contract. 4. Taxes and Benefits Owner is exempt from state and local sales, use, and excise taxes. Bidder's Price Proposal shall not include any such taxes. A letter of exemption will be provided to the successful Bidder, if necessary. Owner will not reimburse, nor assist the successful Bidder in obtaining reimbursement for, any state or local sales, use or excise taxes paid by the successful —' Bidder. Bidder's Price Proposal shall include all other applicable federal, state, and local taxes of every kind or 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. 5. Permits and Licenses I Except as otherwise expressly provided in Attachment A to the Contract, Bidder's Price Proposal shall include the cost of obtaining all permits, licenses, and other approvals and _ authorizations required by law for performance of the Work. It shall be the sole responsibility of each prospective Bidder to determine the applicable permits, licenses, and other approvals and Page 2 GENERAL INSTRUCTIONS TO BIDDERS Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) authorizations and no extra compensation shall be paid by Owner for the successful Bidder's failure to include these costs in its Bidder's Proposal. 6. Preparation of Bidder's Proposal Bidder's Proposals to enter into the Contract for the Work shall be made only on the blank Bidder's Proposal form furnished by Owner and included in the Bid Package. The Village requests that proposals are written legibly in ink. In case of any conflict between words and numbers, words shall prevail. In case of any error in adding or multiplying individual items, the prices listed for individual items shall control over any incorrect total of such items. A Bidder's Proposal may be rejected if it does not contain a requested price for each and every item named in the Bidder's Proposal form or may be interpreted as bidding "no charge" to Owner for any item left blank. Prospective Bidders are warned against making alterations of any kind to the Bidder's Proposal form or to any entry thereon. Bidder's Proposals that contain omissions, conditions, �. alterations, or additions not called for may be rejected or interpreted so as to be most favorable to Owner. Each Bidder shall securely staple into its Bidder's Proposal a copy of each Addendum issued and shall include in the place provided therefor in the Bidder's Proposal form a listing of all such Addenda. Each Bidder shall complete and securely staple into its Bidder's Proposal the Bidder's Sworn Acknowledgement and the Bidder's Sworn Work History Statement included in the Bid Package, and shall staple into its Bidder's Proposal the Bid Security and the surety and insurance commitment letters as specified in the Invitation for Bidder's Proposals. Every Bidder submitting a Bidder's Proposal shall be conclusively deemed to have evidenced an intention to be bound thereby whether or not the requirements for signing Bidder's Proposals found in Section 7 of these General Instructions to Bidders are satisfied. However, any Bidder's Proposal that fails to comply with Section 7 of these General Instructions to Bidders may nevertheless be rejected. Bidder's Proposals that are not submitted on the Bidder's Proposal form furnished by Owner or that are not prepared in accordance with these General Instructions to Bidders may be rejected. If a deficiently prepared Bidder's Proposal is not rejected, Owner may demand correction of any deficiency and award the Contract to Bidder on satisfactory compliance with these General Instructions to Bidders. i i 7. Signature Requirements A. Bidder's Proposals. The following requirements shall be observed in the signing of each Bidder's Proposal: Page 3 GENERAL INSTRUCTIONS TO BIDDERS Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) (1) Corporations. Each Bidder's Proposal submitted by a corporation shall be signed by the President or other authorized officer of the corporation and shall also bear the attesting signature of the Secretary or Assistant Secretary of the corporation. (2) Partnerships. Each Bidder's Proposal submitted by a partnership shall be signed by all of its general partners or by an attorney-in-fact. (3) Individuals. Each Bidder's Proposal submitted by an individual shall be signed by such individual or by an attorney-in-fact. (4) Joint Ventures. Each Bidder's Proposal submitted by a joint venture shall be signed by each signatory of the joint venture agreement by which such joint venture was formed in accordance with the applicable provisions of (1), (2), and (3) above or by an attorney-in-fact. When requested by Owner, satisfactory evidence of the authority of the person or persons signing on behalf of Bidder shall be furnished. •- B. Other Documents. The signature requirements set forth in Subsection 7A shall apply to all other documents in the Bid Package required to be executed by Bidder, Bidder's sureties and Bidder's insurance representatives as well as to the Contract, the Contractor's Certification, and all other required documentation related to the Contract. 8. Bid Security A. Required Bid Security. Every Bidder's Proposal shall be accompanied by bid security in the form of a Cashier's Check, Certified Check or Bid Bond as specified in the Invitation for Bidder's Proposals ("Bid Security"), which Bid Security shall stand as a guaranty that (1) Bidder will submit all additional information requested by Owner; (2) if such Bidder's Proposal is accepted, Bidder will timely file the Bonds and the certificates and policies of insurance required by the Contract; and (3) if such Bidder's Proposal is accepted, Bidder will timely execute the Contract, the Contractor's Certification, and all other required documentation related to the Contract. B. Return of Bid Security. Bid Security submitted in the form of Cashier's Checks or Certified Checks will be returned within five days after execution of the Contract by Owner. Bid Bonds will not be returned unless otherwise requested by Bidder. i C. Liquidated Damages. If a Bidder fails to timely submit all additional information requested by Owner, or if the successful Bidder fails to timely and properly submit all required Bonds, certificates and policies of insurance, or if the successful Bidder fails to timely and properly execute the Contract, the Contractor's Certification, and all other required documentation related to the Contract, it will be difficult and impracticable to ascertain and determine the amount of damage that Owner will sustain by reason of any such failure. For such Page 4 GENERAL INSTRUCTIONS TO BIDDERS .� Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) reason, every Bidder shall, by submitting its Bidder's Proposal, be deemed to agree that Owner shall have the right, at its option in the event of any such default, to retain or recover as reasonably estimated liquidated damages, and not as a penalty, the entire amount of the Bid Security or five percent of the Bidder's Price Proposal, whichever is greater, or to exercise any and all equitable remedies it may have against the defaulting Bidder. s 9. Submission of Bidder's Proposal One copy of each Bidder's Proposal, properly signed, together with all other required documents, shall be enclosed in a sealed envelope or package and shall be addressed and delivered to the place, before the time, and in the manner designated in the Invitation for Bidder's Proposals. All Bidder's Proposals received after the time for the opening of bids specified in the Invitation for Bidder's Proposals will be returned unopened. Each sealed envelope or package containing a Bidder's Proposal shall be identified as such and shall be marked with the title of the Contract and Bidder's full legal name. All Addenda will be considered part of each Bidder's Proposal whether attached or not. 10. Withdrawal of Bidder's Proposal Any Bidder's Proposal may be withdrawn at any time prior to the opening of any Bidder's Proposal, provided that a request in writing, executed by Bidder in the manner specified in Section 7 of these General Instructions to Bidders, for the withdrawal of such Bidder's Proposal is filed with Owner prior to the opening of any Bidder's Proposal. The withdrawal of a Bidder's Proposal prior to opening of any Bidder's Proposal will not prejudice the right of Bidder to file a new Bidder's Proposal. No Bidder's Proposal shall be withdrawn without the consent of Owner for a period of 60 days after the opening of any Bidder's Proposal. Any Bidder's Proposal may be withdrawn at any time following the expiration of said 60 day period, provided that a request in writing, executed by Bidder in the manner specified in Section 7 of these General Instructions to Bidders, for the withdrawal of such Bidder's Proposal is filed with Owner after said 60 day period. If no such request is filed, the date for acceptance of such Bidder's Proposal shall be deemed to be extended until such a request is filed or until Owner executes a Contract pursuant to the Invitation for Bidder's Proposals or until Owner affirmatively and in writing rejects such Bidder's Proposal. 11. Q ualification of Bidders A. Factors. Owner intends to award the Contract only to a Bidder that furnishes satisfactory evidence that it has the requisite experience, ability, capital, facilities, plant, organization and staffing to enable it to perform the Work successfully and promptly and to complete the Work for the Contract Price and within the Contract Time. i B. Additional Information. Owner reserves the right to require from any Bidder, prior to award of the Contract, a detailed statement regarding the business and technical Page 5 GENERAL INSTRUCTIONS TO BIDDERS Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) organizations and plant of Bidder that is available for the Work. Information pertaining to financial resources, experience of personnel, contract defaults, litigation history, and pending construction projects may also be requested. C. Final Determination. The final selection of the successful Bidder shall be made on the basis of the amount of the Bidder's Price Proposals, Owner's prior experience with the Bidders, Owner's knowledge of the Bidders' performance on other relevant projects, any additional information submitted by Bidders to satisfy Owner that Bidders are adequately prepared to fulfill the Contract, and all other relevant facts or matters mentioned in the Bid Package or that Owner may legally consider in making its determination. 12. Disqualification of Bidders A. More Than One Bidder's Proposal. No more than one Bidder's Proposal for the Work described in the Contract shall be considered from any single corporation, partnership, individual or joint venture, whether under the same or different names and whether or not in conjunction with any other corporation, partnership, individual or joint venture. Reasonable grounds for believing that any corporation, partnership, individual or joint venture is interested in more than one Bidder's Proposal for the Work may cause the rejection of all Bidder's Proposals in which such corporation, partnership, individual or joint venture is interested. Nothing contained in this Subsection 12A shall prohibit any single corporation, partnership, individual or joint venture, whether under the same or different names and whether or not in conjunction with any other corporation, partnership, individual or joint venture, from submitting a bid or quoting prices to more than one Bidder for equipment, materials and supplies or labor to be furnished as a subcontractor or supplier. B. Collusion. If there are reasonable grounds for believing that collusion exists among any Bidders, all Bidder's Proposals of the participants in such collusion will not be considered. C. Default. If a Bidder is or has been in default on a contract with Owner or in the payment of monies due Owner, its Bidder's Proposal will not be considered. 13. Award of Contract A. Reservation of Rights. The Owner reserves the right to award the contract to the lowest responsible Bidder for the BASE BID or for the BASE BID plus any combination of the ALTERNATE BIDS, based upon the Owner's best financial interest. Each Bidder must submit bids for the BASE BID and all ALTERNATES to be eligible for the award of the contract. Failure to do so will result in rejection of the Contractor's bid. �- The Owner reserves the right to delete or amend quantities of any portion of the project if it is in the best interest of the Owner to do so, including that of financial budgeting. Any portion deleted or amended from the contract shall have no bearing on the remaining work under the terms of this Contract or unit prices. Page 6 GENERAL INSTRUCTIONS TO BIDDERS Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) Owner reserves the right to accept the Bidder's Proposal that is, in its judgment, the best and most favorable to the interests of Owner and the public; to reject the low Price Proposal; to accept any item of any Bidder's Proposal; to reject any and all Bidder's Proposals; to accept and incorporate corrections, clarifications or modifications following the opening of the Bidder's Proposals when to do so would not, in Owner's opinion, prejudice the bidding process or create any improper advantage to any Bidder; and to waive irregularities and informalities in the bidding process or in any Bidder's Proposal submitted; provided, however, that the waiver of any prior defect or informality shall not be considered a waiver of any future or similar defects or informalities, and Bidders should not rely on, or anticipate, such waivers in submitting their Bidder's Proposals. B. Firm Offers. All Bidder's Proposals are firm offers to enter into the Contract and no Bidder's Proposals shall be deemed rejected, notwithstanding acceptance of any other Bidder's Proposal, until the Contract has been executed by both Owner and the successful Bidder ... or until Owner affirmatively and in writing rejects such Bidder's Proposal. C. Time of Award. It is expected that the award of the Contract, if it is awarded, will be made within 45 days following the opening of the Bidder's Proposals. Should administrative difficulties be encountered after the opening of the Bidder's Proposals, including the annulment of any award, that may delay an award or subsequent award beyond such 45 day period, Owner �- may accept any Bidder's Proposal for which the date for acceptance has been extended as provided in Section 10 of these General Instructions to Bidders in order to avoid the need for re- advertisement. No Bidder shall be under any obligation to extend the date for acceptance of its Bidder's Proposal. Failure of one or more of the Bidders or their sureties to extend the date for acceptance of its Bidder's Proposal shall not prejudice the right of Owner to accept any Bidder's Proposal for which the date for acceptance has been extended. 14. Notice of Award; Effective Date of Award If the Contract is awarded by Owner, such award shall be effective when a Notice of Award in the form included in the Bid Package has been delivered to the successful Bidder ("Effective Date of Award"). Owner will prepare two copies of the Contract based on Bidder's Proposal and will submit them to the successful Bidder with the Notice of Award. 15. Finalization of Contract A. Finalization Date. Unless otherwise stated in the Notice of Award, the successful Bidder shall satisfactorily complete all conditions precedent to signing the Contract before the 10th day after the Effective Date of Award or within such extended period as Owner may, in the exercise of its sole discretion, authorize in writing after issuance of the Notice of Award ("Finalization Date"). B. Conditions Precedent to Finalization. On or before the Finalization Date, the successful Bidder shall: (1) sign (see Section 7), date as of the Finalization Date, and submit to Owner both copies of the Contract, the Contractor's Certification, and all other required documentation related to the Contract on or before the Finalization Date; and (2) submit two Page 7 GENERAL INSTRUCTIONS TO BIDDERS Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) executed copies of all required Bonds dated as of the Finalization Date and all certificates of insurance. Failure to timely execute or submit any of the aforesaid documents shall be grounds for the imposition of liquidated damages as more specifically set forth in Section 8 above. If the submitted documents or any of them fail to comply with these General Instructions to Bidders or the Contract or are not timely executed and submitted, Owner may, in its sole discretion, annul the award or allow the successful Bidder an opportunity to correct the deficiencies. In no event will Owner execute the Contract until any and all such deficiencies have been cured or Owner has received adequate assurances, as determined by Owner, of complete and prompt performance. C. Finalization. On the Finalization Date, and provided that all documents required to be submitted prior to or on the Finalization Date have been reviewed and determined by Owner to be in compliance with these General Instructions to Bidders and the Contract, or assurances of complete and prompt performance satisfactory to Owner have been received, Owner shall execute all copies of the Contract and tender one copy to the successful Bidder at the Finalization. The successful Bidder shall tender a copy to its Surety Company or companies. �- 16. Failure to Finalize A. Annulment of Award-, Liquidated Damages. The failure or refusal of a successful Bidder to comply with the conditions precedent to finalization or to properly finalize and execute the Contract shall be just cause for the annulment of the award and the imposition of liquidated damages or the exercise of equitable remedies, both as more specifically set forth in Section 8 above. B. Subsequent Awards. On annulment of an award, Owner may accept, and award a Contract based on, any other Bidder's Proposal as Owner, in its sole judgment, deems to be the best or may invite new Proposals or may abandon the bidding process or the Work. Page 8 GENERAL INSTRUCTIONS TO BIDDERS Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2016 STREET IMPROVEMENT PROJECT BID PACKAGE BIDDER'S PROPOSAL Full Name of Bidder ("Bidder") Principal Office Address Local Office Address Contact Person Telephone TO: Village of Oak Brook ("Owner") IL Attention: Village Clerk Bidder warrants and represents that Bidder has carefully examined the Work Site described below and its environs and has reviewed and understood all documents included, referred to, or mentioned in this set of documents, including Addenda Nos. which are securely stapled to the end of this Bidder's Proposal [if none, write "NONE"] ("Bid Package"). Bidder acknowledges and agrees that all terms capitalized in this Bidder's Proposal shall have the meaning given to them in the documents included in the Bid Package. 1. Work Proposal A. Contract and Work. If this Bidder's Proposal is accepted, Bidder proposes, and agrees, that Bidder will contract with Owner, in the form of the Contract included in the Bid Package: (1) to provide, perform and complete all of the street improvements at the site or sites described in the Bid Package ("Work Site") and in the manner described and specified in the Bid Package all necessary work, labor, services, transportation, equipment, materials, apparatus, machinery, tools, fuels, gas, electric, water, waste disposal, information, data and other means �- and items necessary for the street improvements; (2) to procure and furnish all permits, licenses and other governmental approvals and authorizations necessary in connection therewith except as otherwise expressly provided in Attachment A to the Contract included in the Bid Package; (3) to procure and furnish all Bonds and all certificates and policies of insurance specified in the Bid Package; (4) to pay all applicable federal, state and local taxes; (5) to do all other things r- Page 9 BIDDER'S PROPOSAL Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) required of Contractor by the Contract; and (6) to provide, perform and complete all of the foregoing in a proper and workmanlike manner and in full compliance with, and as required by or pursuant to, the Contract; all of which is herein referred to as the "Work." B. Manner and Time of Performance. If this Bidder's Proposal is accepted, Bidder proposes, and agrees, that Bidder will perform the Work in the manner and time prescribed in the Bid Package and according to the requirements of Owner pursuant thereto. C. General. If this Bidder's Proposal is accepted, Bidder proposes, and agrees, that Bidder will do all other things required of Bidder or Contractor, as the case may be, by the Bid Package. 2. Contract Price Proposal If this Bidder's Proposal is accepted, Bidder will, except as otherwise provided in Section 2.1 of the Contract, take in full payment for all Work and other matters set forth under Section 1 above, including overhead and profit; taxes, contributions, and premiums; and compensation to all subcontractors and suppliers, the compensation set forth on the following "Schedule of Prices" ("Price Proposal"), which Schedule of Prices Bidder understands and agrees will be made a part of the Contract: SCHEDULE OF PRICES A. UNIT PRICE CONTRACT 1. 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 in the attached Schedule of Prices incorporated in the Work by the Unit Price set forth in the attached Schedule of Prices for such Unit Price Item. B. BASIS FOR DETERMINING PRICES It is expressly understood and agreed that: 1. The approximate quantities set forth in this Schedule of Prices for each Unit Price Item are Owner's estimate only, that Owner reserves the right to increase or decrease such quantities, and that payment for each Unit Price Item shall be made only on the actual number of acceptable units of such Unit Price Item installed complete in place, measured on the basis defined in the Contract; 2. Owner is not subject to state or local sales, use and excise taxes and no such taxes are included in this Schedule of Prices; Page 10 BIDDER'S PROPOSAL Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 3. 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 are included in this Schedule of Prices; and 4. 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 are included in this Schedule of Prices. •- All claim or right to dispute or complain of any such estimated quantity, or to assert that there was any misunderstanding in regard to the nature or amount of any Unit Price Item to be provided or performed, or to claim any additional compensation by reason of the payment of any such tax, contribution, or premium or any such cost, royalty or fee is hereby waived and released. 3. Contract Time Proposal If this Bidder's Proposal is accepted, Bidder will commence the Work not later than the "Commencement Date" set forth in Attachment A to the Contract and will perform the Work diligently and continuously and will complete the Work not later than the "Completion Date" set forth in Attachment A to the Contract. 4. Firm Proposal All prices and other terms stated in this Bidder's Proposal are firm and shall not be subject to withdrawal, escalation, or change for a period of 60 days after the date on which any Bidder's Proposal is opened or such extended acceptance date for Bidder's Proposals as may be established pursuant to Sections 10 and 13 of the General Instructions to Bidders. 5. Bidder Representations A. No Collusion. Bidder warrants and represents that the only persons, firms, or corporations interested in this Bidder's Proposal as principals are those named in Bidder's Sworn Acknowledgment attached hereto and that this Bidder's Proposal is made without collusion with any other person, firm or corporation. I B. Not Barred. Bidder warrants, represents and certifies that it is not barred by law from contracting with Owner or with any unit of state or local government. C. Qualified. Bidder warrants and represents that Bidder has the requisite experience, ability, capital, facilities, plant, organization and staff to enable Bidder to perform the Work successfully and promptly and to commence and complete the Work within the Contract Price and Contract Time Proposals set forth above. In support thereof, Bidder submits the attached Sworn Work History Statement. In the event Bidder is preliminarily deemed to be one of the most favorable to the interests of Owner, Bidder hereby agrees to furnish on request, Page 11 BIDDER'S PROPOSAL Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) within two business days or such longer period as may be set forth in the request, such additional information as may be necessary to satisfy Owner that Bidder is adequately prepared to fulfill the Contract. D. Owner's Reliance. Bidder acknowledges that Owner is relying on all warranties, representations and statements made by Bidder in this Bidder's Proposal. 6. Surety and Insurance Bidder herewith tenders surety and insurance commitment letters as specified in Section 6 of the Invitation for Bidder's Proposals. 7. Bid Security 1 Bidder herewith tenders a Cashier's Check, Certified Check, or Bid Bond as specified in Section 6 of the Invitation for Bidder's Proposals for 5 percent of Bidder's Price Proposal ("Bid Security"). 8. Owner's Remedies Bidder acknowledges and agrees that should Bidder fail to timely submit all additional information that is requested of it; or should Bidder, if Owner awards Bidder the Contract, fail to timely submit all the Bonds and all the certificates and policies of insurance required of it; or should Bidder, if Owner awards Bidder the Contract, fail to timely execute the Contract, Contractor's Certification and all other required documentation related to the Contract, it will be difficult and impracticable to ascertain and determine the amount of damage that Owner will sustain by reason of any such failure and, for such reason, Owner shall have the right, at its option in the event of any such default by Bidder, to retain or recover as reasonably estimated liquidated damages, and not as a penalty, the entire amount of the Bid Security or five percent of Bidder's Price Proposal, whichever is greater, or to exercise any and all equitable remedies it may have against Bidder. 9. Owner's Rights Bidder acknowledges and agrees that Owner reserves the right to reject any and all Bidder's Proposals, reserves the right to accept or reject any item of any Bidder's Proposal and reserves such other rights as are set forth in Section 13 of the General Instructions to Bidders. 10. Bidder's Obligations In submitting this Bidder's Proposal, Bidder understands and agrees that it shall be bound by each and every term, condition or provision contained in the Bid Package, which are by this reference incorporated herein and made a part hereof. [SIGNATURE PAGE FOLLOWS] Page 12 BIDDER'S PROPOSAL Village of Oak Brook 2016 Street improvement Project (CBBEL Project No, 15-0392) DATED,. 3-23-16 --- 70 J.A.JOHNSON PAVIN CO Attest BY: ---- T3 y: _ MICHAEL R.TARPEY,SECRETARY Title-. DALE A JOHNSON PRES ENT T.II;IC,: .,._..,,-.,..•..,.,...._w.,.,�.,...,"..-------,--- Soli{' G1KNERAL INSTRUCTIONS TO IDDERS, 13ECTION 7, FOR Sl(.-.NATIJRE REQUIREMENTS I `, Page 13 BIDDER'S PROPOSAL v� OF OAK6 I 9Q Schedule of Prices Route Varies c o County DuPage Local Agency Village of Oak Brook Section --- RETURN WITH BID BASE BID For complete information covering these items, see plans andspecifications) Item.No. Items Unit Quantity U it Total 7100110 TREE REMOVAL(6T015 UNITS DIAMETER) UNIT 51 � � (j�(60 20100210 TREE REMOVAL(OVER 15 UNITS DIAMETER) UNIT 75 N.,3101200 TREE ROOT PRUNING EACH 35 _ )101300 TREE PRUNING (1 TO 10 INCH DIAMETER) EACH 35 004 ` �b ip0 •— REMOVAL AND DISPOSAL OF UNSUITABLE �II 20201200 MATERIAL CU YD 937 ' 16v 06 20201200 %--3800150 TRENCH BACKFILL CU YD 382 GEOTECHNICAL FABRIC FOR GROUND 940 - 001000 STABILIZATION SQ YD YY__VV��JJ "' 21101645 TOPSOIL FURNISH AND PLACE, 12" SQ YD 400 O6 ce ' -5200200 SUPPLEMENTAL WATER UNIT 90 kwi ',000500 INLET AND PIPE PROTECTION EACH 10 Z541i O© *28000510 INLET FILTERS EACH 103 L 0,4'0 (4 12pt 00 _ O�otGO v'8100207 STONE RIPRAP, CLASS A4 TON 60 100 (, 200200 FILTER FABRIC SQ YD 90 00 (30 O b 30300001 AGGREGATE SUBGRADE IMPROVEMENT CU YD 937 L gg/ 4635 U 35101700 AGGREGATE BASE COURSE,TYPE B 5" SQ YD 00 7,q 06 800100 PREPARATION OF BASE SQ YD 10943 Pagc 1 SCI IEDULE OF PRICES v� OF Oqk 90 Schedule of Prices ." 0 Route Varies County DuPage Local Agency Village of Oak Brook 9cFC0 -T,(, � Section --- RETURN WITH BID &ASE BID (For complete information covering these items, see plans and specifications) INom' Items Unit Quantity Unit Total 35.800200 AGGREGATE BASE REPAIR TON 611 40 BITUMINOUS MATERIALS (PRIME COAT) (NON- 1 64694 -40600275 TRACKING) POUND Q-01 C46. '.400200 PORTLAND CEMENT CONCRETE SIDEWALK 5 INCH SQ FT 400 Zf 2tiaoG° 42400800 DETECTABLE WARNINGS SQ FT 100 �✓ Od O� X000100 PAVEMENT REMOVAL, 10" SQ YD 4415 ��00 Wit S.0 00 PAVEMENT REMOVAL, 12" SQ YD 381 S' ._000100 1 � � *44000157 HOT-MIX ASPHALT SURFACE REMOVAL, 2" SQ YD 1205 5a 2�n SG X4000161 HOT-MIX ASPHALT SURFACE REMOVAL,3" SQ YD 14731 •tl ��z * 1000165 HOT-MIX ASPHALT SURFACE REMOVAL,4" SQ YD 4388 {� 'ls L 05 *4,4000169 HOT-MIX ASPHALT SURFACE REMOVAL,5" SQ YD 11062 Cans Sri 000500 COMBINATION CURB AND GUTTER REMOVAL FOOT 285 ZZ�`•' 300100 AREA REFLECTIVE CRACK CONTROL TREATMENT SQ YD 880 S' 2Z ,� -4 4Q100500 AGGREGATE SHOULDERS,TYPE A, 6" SQ YD 1056 �' .Q6 4 �.0a 5T105220 PIPE CULVERT REMOVAL FOOT 291 1,0(1 20y1,()d PRECAST REINFORCED CONCRETE FLARED END 5 ?13669 SECTIONS 24" EACH 2 t'��Q � QOe 54215547 METAL END SECTIONS 12" EACH 4 7S-93 .0 •Cj0 Page 2 SCHEDULE OF PRICES PGti 0 0Ah-B9 �. •• o Schedule of Prices o " Route Varies G o County DuPage Local Agency Village of Oak Brook qCF CO U N-01�� Section --- `- RETURN WITH BID %vSSE BID (For complete information covering these items, see plans and specifications) INom• Items Unit Quantity Unit Total *56500600 DOMESTIC WATER SERVICE BOXES TO BE ADJUSTED EACH 1 66 -Z�S►� 0107600 PIPE UNDERDRAINS 4" FOOT 110 206 Zr100,06 50235700 INLETS,TYPE A,TYPE 3 FRAME AND GRATE EACH 9 g.66 L OZ 5%CA *60236100 5 ��.00 c�g(W.04 INLET,TYPE A,TYPE 6 FRAME&GRATE EACH 1, %W-x0237460 INLETS,TYPE A,TYPE 23 FRAME AND GRATE EACH 1 !4�0'06 Izc*'oo "50240210 1 ,as IQ,cam INLETS,TYPE B,TYPE 1 FRAME,OPEN LID EACH *60240240 INLETS,TYPE B,TYPE 6 FRAME AND GRATE EACH 1 2,12-0 00 0266600 VALVE BOXES TO BE ADJUSTED EACH 2 21,06 (_1/ 00 0402210 GRATES,TYPE 8 EACH 1 l 06 F0404300 FRAMES AND GRATES,TYPE 3 EACH 3 06 IM)404940 FRAMES AND GRATES,TYPE 23 EACH 1 00 3000360 LONG-SPAN GUARDRAIL OVER CULVERT, 18 FT 9 IN 170 pe SPAN FOOT �• y�QO 63100041 TRAFFIC BARRIER TERMINAL,TYPE 1B EACH 1 .06 120U'`� , 100045 TRAFFIC BARRIER TERMINAL,TYPE 2 EACH 1 ►Qd r"- >>900200 NON-SPECIAL WASTE DISPOSAL(NON-HAZARDOUS) CU YD 100 72000100 SIGN PANEL-TYPE 1 SQFT 72 w Page 3 SCHEDULE OF PRICES PGA Of 0qR�9 �- O Schedule of Prices IN. 0 1- 8 _ ® Route Varies oCounty DuPage Local Agency Village of Oak Brook CF�Q U N'1"(,\� Section --- RETURN WITH BID &ASE BID or complete information covering these items, see plans and specifications) INom" Items Unit Quantity Unit Total tt 72800100 TELESCOPING STEEL SIGN SUPPORT FOOT 96 L�'0 6 i 1< lI160 THERMOPLASTIC PAVEMENT MARKING- LETTERS & 273 rY, 06 �2 ��f4 '78000100 SYMBOLS SQ FT JJ 0 O 8000200 THERMOPLASTIC PAVEMENT MARKING- LINE 4" FOOT 21775 6 �� 78000400 THERMOPLASTIC PAVEMENT MARKING- LINE 6" FOOT 710 :8000600 THERMOPLASTIC PAVEMENT MARKING-LINE 12" FOOT 480 (� 1 Ei see 3000650 THERMOPLASTIC PAVEMENT MARKING- LINE 24" FOOT 278 _78008210 POLYUREA PAVEMENT MARKING TYPE I- LINE 4" FOOT 90 �� ��•�6 VIA T3008230 POLYUREA PAVEMENT MARKING TYPE I- LINE 6" FOOT 363 1008250 POLYUREA PAVEMENT MARKING TYPE I- LINE 12" FOOT 192 06 1110 Q0 78008270 POLYUREA PAVEMENT MARKING TYPE I- LINE 24" FOOT 30 �(�l9 ' n300100 PAVEMENT MARKING REMOVAL SQ FT 6505 0.0 L �45 * 3502376 REBUILD EXISTING HANDHOLE EACH 1 AGO 1Cw *Z0013798 CONSTRUCTION LAYOUT L SUM 1 600-rje Omsde *'10018400 DRAINAGE STRUCTURE TO BE ADJUSTED EACH 62 woe 12 (3.. * )018600 DRAINAGE STRUCTURES TO BE RECONSTRUCTED EACH 10 �4 R 0 $00 * `�q 060, I g9 °° X7010216 TRAFFIC CONTROL AND PROTECTION, (SPECIAL) L SUM 1 � Page 4 SCHEDULE OF PRICES G� OF vak6 0 Schedule of Prices 8 Route Varies oCounty DuPage Local Agency Village of Oak Brook cF CQ U N�� Section --- RETURN WITH BID ASE BID (For complete information covering these items, see plans and specifications) Item. No. Items Unit Quantity Unit Total PORTLAND CEMENT CONCRETE DRIVEWAY *XX003435 REMOVAL AND REPLACEMENT(RESIDENTIAL) SQ YD 94 . KX006694 CLEARING SQ FT 2700 Q6 HOT-MIX ASPHALT DRIVEWAY REMOVAL AND KX006947 REPLACEMENT(RESIDENTIAL) SQ YD 482 �.• BRICK DRIVEWAY REMOVAL AND REPLACEMENT J 6 .ham 0 *N/A (RESIDENTIAL) SQ YD 100 p0 6 �� PORTLAND CEMENT CONCRETE DRIVEWAY 4 08 O *N/A REMOVAL AND REPLACEMENT(COMMERCIAL) SQ YD HOT-MIX ASPHALT DRIVEWAY REMOVAL AND 25 0� 60 *N/A REPLACEMENT(COMMERCIAL) SQ YD *NA CONCRETE REMOVAL(SPECIAL) EACH O _ 1 ���0� t� PORTLAND CEMENT CONCRETE SIDEWALK 1710 y0 of *N/A REMOVAL AND REPLACEMENT, 5 INCH (SPECIAL) SQ FT L1 4 COMBINATION CURB AND GUTTER REMOVAL AND *N/A REPLACEMENT(SPECIAL) FOOT 5783 n25 1 �? COMBINATION CURB AND GUTTER REMOVAL AND C• l J _ *N/A REPLACEMENT(COMMERCIAL ENTRANCES) FOOT 158 � 1,19 *N/A SODDING (SPECIAL) SQYD 3660 `Q31010 SC 6trd,U0 I SEEDING AND EROSION CONTROL BLANKET *N/A (SPECIAL) SQ YD 5370 G1 ?2 �0a _ J ' *N/A SEEDING AND MULCH (SPECIAL) FOOT 7360 ,q3 98LI9d � *N/A CLASS D PATCH 2",SPECIAL SQ YD 4491 t�09 '�%8 Z06 *N/A CLASS D PATCH 4",SPECIAL SQYD 486 *N/A CLASS D PATCH 6",SPECIAL SQ YD 2765 011 Page 5 SCHEDULE OF PRICES _._ _....... .. ...... ....... .. ............. OF At C� 4' 9� Schedule of Prices Route Varies County q , Local Agency _Vibe of Oak Brook�y Section --. Ca RETURN WITH BID .. BASE BID Farcomplete information covering these iterns, see plans andspecifications) Item. It.en�, Uriit No. Unit Quantity Total_ _ _ _ Price e' - *N/A— CLASS D PATCH 7",SPECIAL_------ -. ,................ SQ YO 679 '2' �Oe N/A CLASS D PATCH 9", SPECIAL SQ YD 296 Za b0 SsZ°s "06 "N/A DRAINAGE STRUCTURE TO BE REMOVED EACH-- 8 �J�� ri IV,� I *N/A STORM SEWERS, PVC,SDR-18, 8" -- FOOT t75 C q Qp tom,G *N/A .. . STORM SEWERS, PVC, SDR-18, 12" ,_...FOOT ---596 ,.... / 127 ll�'•06 NQ91G6 NA - REINFORCED CONCRETE PIPE CULVERT, 24" FOOT "N/A TIE NEW STORM SEWER INTO EXISTING STRUCTURE EACH 13 2�' � .. . ....... - N/A CURB REMOVAL.AND REPLACEMENT TTYPE B 6" FOOT * I *N/A DITCH REGRADING SQ YD 7590 *N/A P.C.C, SHOULDER, 8" SQ YD 390 �1'gs O'7,- SO N/A P.C,C. SHOULDER REMOVAL SQ YD 140 COBBLESTONE SHOULDER REMOVAL AND aaa �:00 N/A REPLACEMENT SCtYD � O• "N/A M CONCRETE CHANNEL M FOOT. 30 66 4trD'Ge _ AL N/A TENSAR GEOGRID SQ YD 3950 OQ S" ._------- _- — ' 1_8 77_ Qoe N/A LEVEL BINDER COURSE N50, SPECIAL TON _ *'N/A HMA BINDER COURSE IL-1.9.() N50 SPECIAL _TUN 3404 6 l' Z�a�V6 �. Page 6 SCHEDULE OF PRICES OF OgkB9 0 Schedule of Prices 0 1 _ Route Varies c 0 County DuPage Local Agency Village of Oak Brook F CO 'i Section - RETURN WITH BID s•ASE BID or complete information covering these items, see plans and specifications) Item. Items Unit Quantity Unit Total No. Price ,.. N n * 6116 �� �n 1 1 IV _ /A HMA SURFACE COURSE D N50,SPECIAL TON ' HOT-MIX ASPHALT SURFACE REMOVAL,VARIABLE 15004 * r ' r N/A DEPTH,3' X1 SQ YD 6,51 Z' Bidder's Proposal for making Base Bid Improvements. i i 1r/ i I Page 7 SCHEDULE OF PRICES v� of 04/c Schedule of Prices 0 • Route Varies G o County DuPage 'O Local Agency Village of Oak Brook 9 Cc� ON��,��' Section 00 --- RETURN WITH BID ALTERNATE 1 —16TH STREET AND CASTLE DRIVE (For complete information covering these items, see plans and ecifications) Item. Items Unit Quantity Unit Total 0 --25200200 SUPPLEMENTAL WATER UNIT 10 106.0 _ ?8000510 INLET FILTERS EACH 11 0.00 00 POLYUREA PAVEMENT MARKING TYPE I - LETTERS _78008200 AND SYMBOLS SQ FT 20 'Oo q 0 ,00 J 0 ,-8008210 POLYUREA PAVEMENT MARKING TYPE I - LINE 4" FOOT 50 30�0� I0 0 Ga _ 8008230 POLYUREA PAVEMENT MARKING TYPE I - LINE 6" FOOT 25 � 78300100 PAVEMENT MARKING REMOVAL SQ FT 25 O.0( U•�S Y:0013798 CONSTRUCTION LAYOUT L SUM 1 V)SIO'oe 1 S-C7 o 0 '0018400 DRAINAGE STRUCTURE TO BE ADJUSTED EACH 3. 304`0 000'00 ` �QO �0 *Z0018600 DRAINAGE STRUCTURES TO BE RECONSTRUCTED EACH 1 �� wa 0 7010216 TRAFFIC CONTROL AND PROTECTION, (SPECIAL) LSUM 1 Moor 66 �'1 06 PORTLAND CEMENT CONCRETE DRIVEWAY 20 * 6�,Sn l �n�,dp _ N/A REMOVAL AND REPLACEMENT(COMMERCIAL) SQ YD `` ii HOT-MIX ASPHALT DRIVEWAY REMOVAL AND *N/A REPLACEMENT(COMMERCIAL) SQ YD 20 :�d'0e woo-oO COMBINATION CURB AND GUTTER REMOVAL AND 654 ZC.�,g5' 6Z,�• *N/A REPLACEMENT(SPECIAL) FOOT COMBINATION CURB AND GUTTER REMOVAL AND 30 •�� Z S �y�, sp _ *N/A REPLACEMENT(COMMERCIAL ENTRANCES) . FOOT SEEDING AND EROSION CONTROL BLANKET 10 CC 60Qo *N/A (SPECIAL) SQYD Page 8 SCHEDULE OF PRICES PGE OF OAk 69 . ° o Schedule of Prices Route Varies �o County DuPage Local Agency Village of Oak Brook w � FCOUN-t't.� Section --- RETURN WITH BID LTERNATE 1 -16TH STREET AND CASTLE DRIVE (For complete information covering these items, see plans and -jpecifications Item. Items Unit Quantity Unit Total No, Price -Cc*N/A SEEDING AND MULCH (SPECIAL) FOOT 540 • �� �b2' — *N/A CLASS B PATCH 10",SPECIAL SQYD 66 �a.00 �qL1�� Od *N/A CLASS B PATCH 11",SPECIAL SQYD 100 00 �jToo, =r. Bidder's Proposal for making Alternate 1 Improvements. I 61, 1 6.�5 Y . 1 Page 9 SCHEDULE OF NHIGLS G� OF OAV .- 1 Schedule of Prices Route Varies o County DuPage Local Agency Village of Oak Brook CO U N-C(I �. Section --- RETURN WITH BID /,,_TERNATE 2-YORK ROAD (For complete information covering these items, see plans and specifications) Item.No Items Unit Quantity Pr rice Total *25200200 SUPPLEMENTAL WATER UNIT 5 _jQj&00 <1YV06 :..8000510 INLET FILTERS EACH 2 LlnO� 1003100 MEDIAN REMOVAL SQ FT 2588 06 0-0619600 CONCRETE MEDIAN,TYPE SB-6.12 SQ FT 2430 " Wa i )624600 CORRUGATED MEDIAN SQ FT 158 or 2 �'�vl•0� THERMOPLASTIC PAVEMENT MARKING- LETTERS& 900100 SYMBOLS SQFT 50 _78000200 THERMOPLASTIC PAVEMENT MARKING- LINE 4" FOOT 1500 Z 00 0 X000400 THERMOPLASTIC PAVEMENT MARKING- LINE 6" FOOT 100 Ll('3O'd 000600 THERMOPLASTIC PAVEMENT MARKING- LINE 12" FOOT 100 g��Q '00 0 78000650 THERMOPLASTIC PAVEMENT MARKING- LINE 24" FOOT 20 ��� �2�,0 GQ X008210 POLYUREA PAVEMENT MARKING TYPE I- LINE 4" FOOT 100 300100 PAVEMENT MARKING REMOVAL SQ FT 25 *89502376 REBUILD EXISTING HANDHOLE EACH 1 tQCJ+ oe,, *. ►013798 CONSTRUCTION LAYOUT LSUM 1 * 1018400 DRAINAGE STRUCTURE TO BE ADJUSTED EACH 1 013 3O0'00 . k;77010216 TRAFFIC CONTROL AND PROTECTION, (SPECIAL) L SUM 1 W(D (4 T) Page 10 SCHEDULE OF PRICES PGE OF 0gkB9 d o Schedule of Prices 8 Route Varies =p County DuPage 9 Local Agency Village of Oak Brook C�Cp U NI�l.�\• Section --- '— RETURN WITH BID ..R TERNATE 2—YORK ROAD (For complete information covering these items, see plans and specifications) Item. Items Unit Quantity Unit Total No. Price *N/A CLASS D PATCH 2", SPECIAL(YORK ROAD-N70) SQ YD 741 Bidder's Proposal for making Alternate 2 Improvements. BLR 12222(Rev.4/01/09) ZC 1 Page 11 SCHEDULE OF PRICES 1 Village of Oak Brook 201E Street improvement Project (CBSEL Project No, 15-0392) VILLAGE OF OAKBROOK CONTRACT FOR THE CONSTRucTiON OF 2016 STREET IMPROVEMENT ]]PROJ CT BID PACKAGE i Y l3.II)1 BR S SWORN.At ItiNO\ 1-- )Czj1�M�L NT 1 (�tiN$ON PAVING,CO _ „m (" 7e)Orlcrt"), being first duly swoim On aa , deposes and. stiates that aw undersign.ed Bidder is orvanize.d as indicated t)elow and thtJt till �. sta.t:snient.s.here:i.n made are ni ade on behalf of such Bidder in suppor-t of,its .Bidder's Proposal far the above Contract.and that Deponent is authorized to m akc them. — r.)eponent also deposes ancl states That Bidder has carefully prepared, reviewed and checked its l3iddel-'s Proposal and that the staten-aenrs contained in its Bidder''s .Proposal and in this Ac.knowledgellient are true and corrc;ct.. COMPLETE A,lpl€LIC.A.13I.11,,SPL FJON ONLY 1. C orpor atiop Bidder is a col-pol-ation that i5 organized :tnd existing under the laws of the State of ILLINOIS _ tl"rat is clua.l.rf.red to do business an the State of T.11inc�is, xrracl that is OPCeFtJtillg urtd.er- the .lcgatl. name Of_ „ J.A.JOHNSON PAVING CO _1711a Officer-s (;)f tlie corporation are as follows: 'f'I'xIA NAM:t Af)Dl.'ZP:SS Presidelzt DALE A,JOHNSON 1025E.ADDISON COURT,ARLINGTON HEIGHTS,IL 60005 'Vice President 5tc.t,etar'Y MICHAEL R.TARPEY 1025 E.ADDISON COURT,ARLINGTON HEIGHTS, IL 60005 lrcasurcr 2. Pai•tnershiI2 Bidder is a partnership that is organized, existing and Fegist.ered under tlae laws, of the State. of —_-_ � -- pursuant. to that certain Pal.-tnersh-p Agreement dated as of Page 1 BIDDER'S SWORN ACKNOWLEDGEMENT Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) that is qualified to do business in the State of Illinois, and that is operating under the legal name of The general partners of the partnership are as follows: NAME ADDRESS 3. Individual Bidder is an individual as follows: Full name: Residence address: T Business address: If operating under a trade or assumed name that name is: 4. Joint Venture Bidder is a joint venture that is organized and existing under the laws of the State of pursuant to that certain Joint Venture Agreement dated as of , that is qualified to do business in the State of Illinois, and that is operating under the legal name of The signatories to the aforesaid Joint Venture Agreement are as follows: NAME (and ENTITY TYPE) ADDRESS Page 2 BIDDER'S SWORN ACKNOWLEDGEMENT Viliacge of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) f f'or each si matory, indicate type of entity (Corporation � "C: Partlxersllip = "p"; w)d :i-Aividual "171) and provide, on separale sheets, the information required hi Paragraph I, 2, or 3 above., as apI?.liral�:lE:.� DATED: --3-23_16— ---- - ---> ��) -----' f3:rdci Attest T04% DALE A.JOHNSON.P SIDENT – - _.. 'Title: MICHAEL R.TARPEY,SECRETARY Subscribed and Sworo to bet'o.re me O.11 W � w MARCH 23 _-- _ 2t)M16 Notary Pubt c, My commission c'xpirc5: .-------............_ APRIL 26 LQ 17 _ SEE GENERAI..INSTRUiCTIONS TO BIUDT+.RS, SECTION 7, FOR SIGNATURE Rl�QUIREMENTS — Page 3 BIDDER'S SWORN ACKNOWLEt)CEMENT f Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. '15-092) VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2016 STREET IMPROVEMENT PROJECT BID PACKAGE a Y a3:xl:a :WS SWORN WOwRK.14]'STOT�.Y S'a•A'I,E:r EN'r ! _ J.A.JOHNSON PAVING CO ("Deponent"), being first duly s vc..7r11 oyl oath, delaose.s and states tlini. a.11 statements made j.n this Saturn Woric History Siatermnl. are made ! on be1.l,ilf of the undersigned. Heider i.r1 support of its Bidder's Proposal for the above Contract and dvit Depojient i.s autlio icc.d to make tile..m. Deponent: also deposes and states that. Bidder has carefully prepared, reviewed. and checked this Sworn Work History Statement and that.the statements contained in tf7.is Sworn Work History Statement are trut and correct. IF NECESSARY FC)I•t DULL DISC:Lt),SUIZE, ADD SJl PARA'n,SHEETS JOINT" '6r:lEN'I'URES MUST SUBMIT SEPARATE SWORN WORK. HISTORY S'FATI;MEN I'S FOR THE JOINT VENTURE AND FOR 1E+.ACH SIGNATORY TO THE JOINI'VENTURF. Ad:`,IdH±,IsMI+:NT F. Nature (if Business States the nature: of Bidder's buSi.neSS: �sP H16 YJ ."�.� --------------- _.�_�,_. , �w _ ----------—------ -- ?. C011.111 sition of Wol-k I�urillg the past three years, Bidder's work has consisted of: 5 art F ederal 80 �I As Contractor % I3id.cFer's.l'orccs i -- �o.- 75 G7 ___..•_,,o AS Subcontractoi- !;/—;o Subcontractor,.; 20 % % 11![atel i ill ti Page 1 BIDDERS SWORN WORK �► HISTORY STATEMENT Village of Oak Srook 2016 Street Improvement Project (S88EL Project No. 15-0392) 3. Years in Business State the rrurirber of years that Bidder, Linder its current naive and orga.ni al.tion, has lacer cont.i.nuously engaged.in the aforesaid business; 62 years 4. 1'.redecesst:ar Organizat.iv.ais If Bidder has been in business under its c:tarr•ent r7ar13e and organization for less than five years, list an},1°Sr'Cdwessor Ct1'gaalzations., NAME ADDRESS N/A YEARS i r9. Business Licenses List all business licenses curreritly held by Bidder: ISSUING AGENCY TYPE NU1V'l.T3ER EXPIRATION SEE ATTACHED UOT PREQUAL 1delat.ec1 Exi)erience -t three, projects ninst comparable to the Work completed by Bidder, or its p.rct iecessors, in the Oust. five )fear,,;: SEE ATTACHED F'RO)JEC'.T ONE PROJECTIVO FRO) E(.".1'THREE Owner Narnc Owi)er Addi-e.ss Reference ce ...........-..-_...__..—_...... Telephone ,T'\''uniber 1'ype of Work Page 2 f:IDOER'S SWORN WORK HISTORY STATEMENT J.A. JOHNSON PAVING COMPANY 1025 E. ADDISON COURT ARLINGTON HEIGHTS, ILLINOIS 60005 PHONE: 847.439-2025 FAX: 847-439-2084 2016 References: Public Works Village of Franklin Park Job: 2015 Roadway 9500 West Belmont Improvements Franklin Park, IL 60131 847-260-5095 Contract: $1,299,141.00 Attn: Jim Post For: Resurfacing City of Evanston Job: 2015 Street Improvements 2100 Ridge Avenue And Park District Lots Evanston, IL 60201 847-866-2950 Contract: $837,389.00 Attn: James Maiworm For: Various Streets/Lots Village of Schiller Park Job: 2015 Street Improvements •- 9526_W. Irving Park Rd. Schiller Park, IL 60176 847-678-2550 Contract: $312,200.00 Attn: Patrick Glenn/Gewalt Hamilton For: Various Streets Illinois Department of Job: #60Y6211 Route 72 US20 Transportation to 190 201 West Center Court _ Schaumburg, IL 60196 Contract: $1,338,811.00 847-705-4000 Attn: Jared Hamm For: Resurfacing Lake County Division of Job: 2015 Patching Program Transportation 600 W. Winchester Road Libertyville, IL 60048 Contract: $590,788.00 847-377-7480 Attn: Randy DeRue For: Patching Various Locations Illinois Department of Job: #62A88 East Lake County Transportation Intermittent Resurfacing 201 West Center Court Schaumburg, IL 60196 Contract: $1,812,479.00 847-705-4000 Attn:Stan Masnik For: Patching Various Locations Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) PROJECT ONE PROJECT TWO PROJECT THREE Contractor (If Bidder was) (Subcontractor) Amount of Contract Date Completed DATED: , 20 Bidder Attest By: By: Title: Title: Subscribed and Sworn to before me on , 20 Notary Public My commission expires: , 20 SEE GENERAL INSTRUCTIONS TO BIDDERS, SECTION 7, FOR SIGNATURE REQUIREMENTS Page 3 BIDDER'S SWORN WORK HISTORY STATEMENT Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2016 STREET IMPROVEMENT PROJECT BID PACKAGE NOTICE OF AWARD TO: S.A. Johr6oY1 Powim Co FROM: Village of Oak Brook (025 >✓ Adot►soyl our}- _ Arltt'a bn let hl , IL (0005 ("Contractor") ("Owner") On 20_, Owner found to be most favorable to the interests of Owner the Bidder's Proposal submitted by Contractor and dated , 20_, in which Contractor proposes to contract with Owner, in the form of the Contract included in the _ Bid Package to perform the following Work: (1) to provide, perform and complete at the Work Site and in the manner described and specified in the Bid Package all necessary work, labor, services, transportation, equipment, materials, apparatus, machinery, tools, fuels, gas, electric, water, waste disposal, information, data and other means and items necessary for the street improvement project; (2) to procure and furnish all permits, licenses and other governmental approvals and authorizations necessary in connection therewith except as otherwise expressly provided in Attachment A to the Contract included in the Bid Package; (3) to procure and furnish all Bonds and all certificates and policies of insurance specified in the Bid Package; (4) to pay all applicable federal, state and local taxes; (5) to do all other things required of the Contractor by the Contract; and (6) to provide, perform and complete all of the foregoing in a proper and workmanlike manner and in full compliance with, and as required by or pursuant to, the Contract. OWNER ACCORDINGLY AWARDS CONTRACTOR, EFFECTIVE AS OF THE DATE OF DELIVERY OF THIS NOTICE OF AWARD, THE CONTRACT FOR SAID WORK FOR THE LUMP SUM AND/OR UNIT PRICES, AS THE CASE MAY BE, SET FORTH IN THE BIDDER'S PROPOSAL. The Contract will be finalized and executed on , 20 , at the above listed office of Owner. The Contract will be executed by Owner provided that all conditions precedent to finalization have been satisfied. Contractor must have complied with all conditions precedent to finalization set forth in Section 15 of the General Instructions to Bidders included in the Bid Package, on or before this date. The failure or refusal to comply with the conditions precedent to finalization on or before the Finalization Date or to execute the Contract on the Finalization Date shall result, at Owner's Page 1 NOTICE OF AWARD Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) option, in the imposition of liquidated damages and the annulment of this award, or in Owner's exercise of any or all equitable remedies Owner may have, all as more specifically set forth in Sections 8, 15, and 16 of the General Instructions to Bidders. DATED: , 20_ Village of Oak Brook By: Charlotte Pruss Village Clerk w A Page 2 NOTICE OF AWARD N V ■ n-\ t Of �r Certificate of Eligibility J. A. Johnson Pawing Company Contractor No 3020 ° 1025 East Addison Court Arlington Heights, IL 60005 z WHO HAS FILED WITH THE DEPARTMENT AN APPLICATION FOR PREQUALIFICATION STATEMENT OF EXPERIENCE, EQUIPMENT AND � FINANCIAL CONDITION IS HEREBY QUALIFIED TO BID AT ANY OF DEPARTMENT.OF TRANSPORTATION LETTINGS IN THE CLASSES OF WORK AND WITHIN THE AMOUNT AND OTHER LIMITATIONS OF EACH CLASSIFICATION,AS LISTED BELOW. FOR SUCH PERIOD AS ° THE UNCOMPLETED WORK FROM ALL SOURCES DOES NOT EXCEED $33,072,000.00 z 001 EARTHWORK $2.025.000 003 HMA PLANT MIX $35,100.000 012 DRAINAGE $50.000 017 CONCRETE CONSTRUCTION $75.000 032 COLD MILL.PLAN.8.ROTOMILL $7.275.000 OBA AGGREGATE BASES&SURF.(A) 51,525,000 ' I THIS CERTIFICATE OF ELIGIBILITY IS VALID FROM 4/2012015 TO 4/3012016 INCLUSIVE,AND SUPERSEDES ANY CERTIFICATE:PREVIOUSLY ISSUED, BUT IS SUBJECT TO REVISION OR REVOCATION, IF AND WHEN CHANGES IN THE FINANCIAL.CONDITION OF THE CONTRACTING FIRM OR OTHER FACTS JUSTIFY SUCH REVISIONS OR REVOCATION. a ISSUED AT SPRINGFIELD,ILLINOIS ON 4120l2015. 0 A 1 _N I N w O Interim Engineer of Construction IL 494-0645 PAGE 1A r Affidavit of Avail 'lity partnxmt D For the Letting oftt to 'J� L h 9 Bureau of Construction 2300 South Dirksen Parkway/Room 322 Instructions: Complete this form by either typing or using black ink. "Authorization to Bid"will not be issued unless both sides of this form are Springfield, Illinois 62764 completed in detail. Use additional forms as needed to list all work. trt I. Work Under Contract r List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture,list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most —cent engineer's or owners estimate,and must include work subcontracted to others. If no work is contracted,show NONE. 1 2 3 4 5 611323(OAK 61B55(AUSTIN 1523-14543 )ntract Number PARK AVE) CON 1-13-4166 CON 1-14-4210 BLVD) (NORTH 2015) Contract With IDOT LORIG LORIG IDOT COOK COUNTY Mmated Completion Date 5/16 5/16 5116 7/16 7116 Accumulated =TotalContrIct Price 360,000.00 660,000.00 3,195,000.00 1,132,000.00 2,924,000.00 Totals tcompleted Dollar Value if Firm is the ime Contractor 360,000.00 1,132,000.00 1,080,000.00 2,572,000.00 completed Dollar Value if Firm is the Subcontractor 150,000.00 100,000.00 250,000.00 Total Value of All Work 2,822,000.00 Tart 11. Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work Accumulated bcontracted to others will be listed on the reverse of this form. In a joint venture,list only that portion of the work to be done by your mpany. If no work is contracted,show NONE. Totals Earthwork 8,000.00 10,000.00 18,000.00 )rtland Cement Concrete Paving 0.00 A Plant Mix 245,000.00 124,000.00 100,000.00 553,000.00 339,000.00 1,361,000.00 HMA Paving 0.00 can&Seal Cracks/Joints 0.00 Aggregate Bases&Surfaces 2,000.00 116,000.00 118,000.00 ghway,R.R.and Waterway Structures 0.00 ainage 0.00 Electrical 0.00 ever and Seal Coats 0.00 Concrete Construction 0.00 ndscaping 0.00 ncing 0.00 Guardrail 0.00 inting 0.00 Signing 0.00 )Id Milling,Planning&Rotomilling 39,000.00 9,000.00 97,000.00 27,000.00 172,000.00 'molition 0.00 Pavement Markings(Paint) 0'00 her Construction(List)-patching 30,000.00 17,000.00 90,000.00 34,000.00 171,000.00 MILROAD INSURANCE 0.00 0.00 tats 314,000.00 150,000.00 100,000.00 750,000.00 526,000.00 1,840,000.00 Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the"Illinois Procurement Code". Failure to comply will result in non-issuance of an"Authorization To Bid." This form has been approved by the State Forms Management Center. s Printed 2/2/2016 BC 57(Rev.08/17/10 Part III. Work Subcontracted to Others PAGE 1 B For each contract described in Part I,list all the work you have subcontracted to others. 1 1 2 3 4 5 Subcontractor HAWK ENT.INC. DYNAMICX ENT. DYNAMICX ENT. Type of Work ELECTRIC CONCRETE&SEWER CONCRETE&SEWER Subcontract Price 22,000.00 303,000.00 585,000.00 Amount Uncompleted 22,000.00 303,000.001 366,000.00 Subcontractor RULA'S ENT. HAWK ENT. HAWK ENT. Type of Work CONCRETE ELECTRIC ELECTRIC Subcontract Price 11,000.00 30,000.00 45,000.00 Amount Uncompleted 11,000.00 30,000.00 45,000.00 Subcontractor PRECISION PVMT MKG ROY ERIKSON ALANIZ Type of Work PVMT MKG LANDSCAPE LANDSCAPE --ti Subcontract Price 7,000.00 32,000.00 12,000.00 Amount Uncompleted 7,000.00 32,000.00 8,000.00 Subcontractor WORK ZONE SAFETY PRECISION PVMT MKG MAINT.CTGS. Type of Work TRAFF CONT PVMT MKG PVMT MKG Subcontract Price 6,000.00 10,000.00 130,000.00 Amount Uncompleted 6,000.00 1 10,000.00 60,000.00 Subcontractor HIGHWAY SAFETY COP. WORK ZONE SAFETY Type of Work TRAFF CONT TRAFF CONT Subcontract Price 7,000.00 52,000.00 Amount Uncompleted 7,000.00 19,000.00 1 Subcontractor TBD Type of Work LAYOUT Subcontract Price 40,000.00 Amount Uncompleted 40,000.00 Subcontractor NORTHERN CONT. —� Type of Work GUARDRAIL Subcontract Price 16,000.00 Amount Uncompleted 16,000.00 Total Uncompleted 46,000.00 0.00 0.00 382,000.00 554,000.00 I,being duly sworn,do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal,State,County,City and private work,including ALL subcontract work,ALL pending low bids not yet awarded or rejected and ALL estimated completion dates Subscribed and sworn to before me this day of 20 Type or Print Name DALE A. JOHNSON, PRESIDENT Officer or Director Title Notary Public Signed My commission expires: Company J.A. JOHNSON PAVING CO --� (Notary Seal) Address 1025 E.ADDISON COURT ARLINGTON HEGHTS, IL 60005 .� Printed 2/2/2016 BC 57(Rev.08/17/10 I i PAGE 2A Affidavit of Availability Mob Dq3atmerft For the Letting of of T Wn (Letting date) Bureau Of Construction Instructions: Complete this form by either typing or using black ink. 2300 South Dirksen Parkway/Room 322 "Authorization to Bid"will not be issued unless both sides of this form are Springfield, Illinois 62764 completed in detail. Use additional forms as needed to list all work. ,.rt I. Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture,list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate,and must include work subcontracted to others. If no work is contracted,show NONE. 6 7 8 PENDING PENDING 6OG48 62A64(RIVER 61CO5 ,ntract Number (SHERIDAN RD) RRA5-5711 RD) (KENILWORTH Contract With [DOT LORIG FH PASCHEN C/O EVANSTON IDOT timated Completion Date 6116 5117 11116 5/16 10116 Accumulated Total Contract Price 4,096,000.00 204,000.00 98,000.00 60,000.00 697,500.00 Totals (completed Dollar Value if Firm is the ime Contractor 2,376,600.00 60,000.00 697,500.00 5,706,100.00 Uncompleted Dollar Value if Firm is the Subcontractor 204,000.00 98,000.00 552,000.00 Total Value of All Work 6,258,100.00 dart II. Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work Accumulated ibcontracted to others will be listed on the reverse of this form. In a joint venture,list only that portion of the work to be done by your �mpany. If no work is contracted,show NONE. Totals Earthwork 30,000.00 55,000.00 103,000.00 ,rtland Cement Concrete Paving 0.00 MA Plant Mix 102,600.00 192,000.00 98,000.00 228,500.00 1,982,100.00 -__4A Paving 0.00 imean&Seal Cracks/Joints 0.00 Aggregate Bases&Surfaces 60,000.00 178,000.00 ghway,R.R.and Waterway Structures 0.00 Drainage 0.00 ?ctrical 0.00 ver and Seal Coats 0.00 Concrete Construction 0.00 q ndscaping 0.00 Fencing 0.00 I " tardrail 0.00 .,inting 0.00 Signing 0.00 old Milling,Planning&Rotomilling 15,000.00 44,000.00 231,000.00 mo[ition 0.00 PAvement Markings(Paint) 0.00 her Construction(List)-patching 112,000.00 12,000.00 60,000.00 355,000.00 RAILROAD INSURANCE 3,000.00 3,000.00 0.00 tals 259,600.00 204,000.00 98,000.00 60,000.00 390,500.00 2,852,100.00 Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the'Illinois Procurement Code". Failure to comply will result in non-issuance of an"Authorization To Bid." This form has been approved by the State Forms Management Center. Printed 2/2/2016 BC 57(Rev.08/17/10 Part Ill. Work Subcontracted to Others PAGE 213 For each contract described in Part I,list all the work you have subcontracted to others. 6 7 8 9 PENDING Subcontractor BERGER TBD Type of Work EXC&SEWER TRAFF CONT Subcontract Price 1,632,000.00 24,000.00 Amount Uncompleted 1,632,000.001 24,000.00 Subcontractor AC PVT STRIPING TBD Type of Work PVT MKG LANDSCAPING Subcontract Price 108,000.00 47,500.00 Amount Uncompleted 49,000.00 47,500.00 Subcontractor DYNAMICX TBD Type of Work CONCRETE SAWCUTTING Subcontract Price 475,000.00 5,500.00 Amount Uncompleted 317,000.00 5,500.00 r.. Subcontractor HAWK ENT. TBD Type of Work ELECTRIC PVT MKG Subcontract Price 10,000.00 3,000.00 Amount Uncompleted 10,000.00 3,000.00 Subcontractor MIDWEST FENCE TBD Type of Work GUARDRAIL CONCRETE Subcontract Price 19,000.00 194,500.00 Amount Uncompleted 16,000.00 194,500.00 Subcontractor TCP TBD Type of Work TRAFF CONT SEWER Subcontract Price 84,000.00 28,500.00 i Amount Uncompleted 60,000.00 28,500.00 Subcontractor TBD TBD Type of Work LANDSCAPE ELECTRIC Subcontract Price 33,000.00 4,000.00 -� Amount Uncompleted 33,000.00 4,000.00 Total Uncompleted 2,117,000.00 0.00 0.00 0.00 307,000.00 1,being duly sworn,do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of " } the undersigned for Federal,State,County,City and private work,including ALL subcontract work,ALL pending low bids not yet awarded or rejected and ALL estimated completion dates Subscribed and sworn to before me this day of 20 Type or Print Name DALE A. JOHNSON, PRESIDENT Officer or Director Title Notary Public Signed My commission expires: —v Company J.A. JOHNSON PAVING CO (Notary Sea]) Address 1025 E. ADDISON COURT ARLINGTON HEIGHTS, IL 60005 Printed 2/2/2016 BC 57(Rev.08/17/10 PAGE 3A Affidavit of Availability I11mYs Department n For the Letting of of (Letting date) Bureau of Construction 2300 South Dirksen Parkway/Room/Room 322 Instructions: Complete this form by either typing or using black ink. y "Authorization to Bid"will not be issued unless both sides of this form are Springfield, Illinois 62764 completed in detail. Use additional forms as needed to list all work. wart I. Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or jected. In a joint venture,list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most :cent engineer's or owners estimate,and must include work subcontracted to others. If no work is contracted,show NONE. PENDING PENDING 13 14 15 mtract Number 61013 61C04(POWIS MADISON ST &SCHICK ontract With IDOT [DOT °-timated Completion Date 7/16 7116 Accumulated ' tal Contract Price 750,000.00 337,000.00 Totals Uncompleted Dollar Value if Firm is the '[me Contractor 750,000.00 337,000.00 0.00 0.00 0.00 6,793,100.00 icompleted Dollar Value if Firm is the bcontractor 552,000.00 Total Value of All Work 7,345,100.00 in IL Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work Accumulated Subcontracted to others will be listed on the reverse of this form. In a joint venture,list only that portion of the work to be done by your 3ompany. If no work is contracted,show NONE. Totals rthwork 12,000.00 3,500.00 118,500.00 Portland Cement Concrete Paving 0.00 i dA Plant Mix 253,000.00 186,000.00 2,421,100.00 A Paving 0.00 -'Pan&Seal Cracks/Joints 0.00 gregate Bases&Surfaces 3,000.00 14,000.00 195,000.00 Highway,R.R.and Waterway Structures 0.00 amage 0.00 ectrical 0.00 '',)ver and Seal Coats 0.00 mcrete Construction 0.00 Landscaping 0.00 �ncing 0.00 uuardrail 0.00 °ginting 0.00 fining 0.00 Cold Milling,Planning&Rotomilling 44,500.00 39,500.00 315,000.00 'molition 0.00 vement Markings(Paint) 0.00 Other Construction(List)-PATCHING 27,000.00 37,000.00 419,000.00 t INSURANCE 3,000.00 6,000.00 FIELD OFFICE 0.00 tals 339,500.00 283,000.00 0.00 0.00 0.00 3,474,600.00 'Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the"Illinois Procurement Code". Failure to comply will result in non-issuance of an"Authorization To Bid." This form has been approved by the State Forms Management Center. Printed 2/2/2016 BC 57(Rev.08/17/10 Part 111. Work Subcontracted to Others PAGE 36 For each contract described in Part I,list all the work you have subcontracted to others. --, PENDING PENDING 13 14 15 Subcontractor TBD TBD Type of Work PVT TEXTURIZING LANDSCAPING Subcontract Price 129,500.00 12,000.00 Amount Uncompleted 129,500.00 12,000.001 1 Subcontractor TBD TBD Type of Work ELECTRIC PVT MKG Subcontract Price 29,500.00 11,500.00 Amount Uncompleted 29,500.001 11,500.00 Subcontractor TBD TBD Type of Work PVT MKG TRAFF CONT Subcontract Price 11,500.00 9,500.00 Amount Uncompleted 11,500.00 91500.00 Subcontractor TBD TBD Type of Work TRAFF CONT SEWER Subcontract Price 18,000.00 19,000.00 Amount Uncompleted 18,000.00 19,000.00 Subcontractor TBD TBD Type of Work CONCRETE LAYOUT Subcontract Price 129,000.00 2,000.00 Amount Uncompleted 129,000.00 2,000.00 Subcontractor TBD 1 Type of Work SEWER Subcontract Price 49,000.00 Amount Uncompleted 49,000.00 Subcontractor TBD Type of Work BRICK PAVERS Subcontract Price 44,000.00 Amount Uncompleted 44,000.00 Total Uncompleted 410,500.00 54,000.00 0.00 0.00 0.00 1,being duly sworn,do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal,State,County,City and private work,including ALL subcontract work,ALL pending low bids not yet awarded or rejected and ALL estimated completion dates Subscribed and sworn to before me this day of 20 Type or Print Name DALE A JOHNSON, PRESIDENT Officer or Director Title Notary Public Signed My commission expires: Company JA JOHNSON PAVING CO. t� (Notary Seal) Address 1025 E. ADDISON CT. ARLINGTON HEIGHTS, IL. 60005 Printed 2/2/2016 BC 57(Rev.08/17/10 rHVC 4/A OT Of urmis Depad 1"ert Affidavit of Availability TMIrwportafim For the Letting of (Letting date) Bureau of Construction Instructions: Complete this form by either typing or using black ink. 2300 South Dirksen Parkway/Room 322 "Authorization to Bid"will not be issued unless both sides of this form are �.w Springfield, Illinois 62764 completed in detail. Use additional forms as needed to list all work. rrt I. Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or %Mected. In a joint venture,list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate,and must include work subcontracted to others. If no work is contracted,show NONE. 16 17 18 19 20 Contract Number 3ntract With f.itimated Completion Date 17rotal Contract Price Accumulated icompleted Dollar Value if Firm is the Totals pr-rime Contractor 0.00 0.00 0.00 6,793,100.00 Uncompleted Dollar Value if Firm is the °•ibcontractor 0.00 552,000.00 Total Value of All Work 7,345,100.00 Part II. Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work Accumulated Subcontracted to others will be listed on the reverse of this form. In a joint venture,list only that portion of the work to be done by your Accumulated—;ompany. If no work is contracted,show NONE. Totals Earthwork 118,500.00 rrtland Cement Concrete Paving 0.00 HMA Plant Mix 2,421,100.00 I IAA Paving 0.00 an&Seal Cracks/Joints 0.00 Aggregate Bases&Surfaces 195,000.00 ghway,R.R.and Waterway Structures 0.00 Drainage 0.00 ectrical 0.00 ver and Seal Coats 0.00 Concrete Construction 0.00 ndscaping 0.00 Fencing 0.00 "aardrail 0.00 inting 0.00 Signing 0.00 Ad Milling,Planning&Rotomilling 315,000.00 molition 0.00 pavement Markings(Paint) 0.00 her Construction(List)-PATCHING 419,000.00 6,000.00 0.00 tals 0.00 0.00 0.00 0.00 0.00 3,474,600.00 Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the"Illinois Procurement Code". Failure to comply will esult in non-issuance of an"Authorization To Bid." This form has been approved by the State Forms Management Center. Printed 2/2/2016 BC 57(Rev.08/17/10 Part III. Work Subcontracted to Others PAGE 413 For each contract described in Part i,list all the work you have subcontracted to others. 16 17 18 19 20 Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work . ., Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted —r Subcontractor Type of Work Subcontract Price Amount Uncompleted Total Uncompleted 0.00 0.00 0.00 0.00 0.00 I,being duly sworn,do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the y6 undersigned for Federal,State,County,City and private work,including ALL subcontract work,ALL pending low bids not yet awarded or rejected and ALL estimated completion dates Subscribed and sworn to before me --� t day of ,20G Type or Print Name DALE A JOHNSON, PRESIDENT Z :: Officer or D ctor Title Notary Public Signed My commission expires: ...� Company JA JOHNSON PAVING CO. (Notary Seal) Address 1025 E. ADDISON CT. r'41F,I1✓ �i ARLINGTON HEIGHTS, IL. 60005 9 C JPl 2i i .'4 �R N' Printed 2/2/2016 BC 57(Rev.08/17/10 Ass'u' rance Minimizing risk. Maximizing health." �— March 22, 2016 J.A. Johnson Paving Co 1025 E. Addison Court Arlington Heights, IL 60005 RE: Village of Oak Brook - 2016 Street Improvements Project #15-0392 To Whom it May Concern: Assurance Agency, Ltd. is the binding agent for J.A. Johnson Paving Company. Upon review, their current policies are compliant with the specifications provided by our insured set forth for this job. If additional coverage is required it will be provided, upon request. We have read the requirements set forth in the contract and attest to all provisions. The Certificate of Insurance and policy binders can be obtained upon award of any future request of services. If you have any questions regarding the above, please do not hesitate to contact our office. Sincerely, Linda Luebking , CRIS Assurance Senior Client Service Representative 1750 East Golf Road Schaumburg, IL 60173 p 847.463.7832 f 847.440.9123 Schaumburg, IL ; Chicago, IL ; St. Louis, MG 888.429.0999 Document A310 TM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Maine,legal slates and address) (Mane,legal slaws and principal place r f hucine c,) J.A. Johnson Paving Company Fidelity and Deposit Company of Maryland 1025 E.Addison Court 1400 American Lane,Tower I, 18th Floor This document has important Arlington Heights, IL 60005 Schaumburg, IL 60196-1056 legal consequences.Consultation Mailing Address for Notices with an attorney is encouraged .� with respect to its completion or OWNER: modification. (,'Warne,legal status and address) Any singular reference to Village of Oak Brook Contractor,Surety,Owner or other party shall be considered 1200 Oak Brook Rd plural where applicable. Oak Brook, IL 60523 .� BOND AMOUNT: $ 5% Five Percent of Amount Bid PROJECT: (Name.locallmi or address.and Project member..if aiti j 2016 Street Improvement Project The Contractor and Surety are bound to the Owner in ilia account set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of tivs Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period .., as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful perfonuance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to peribrin the iwork cowered by said bid,then this obligation shall be hull and void,otherwise to remain in 11611 lbrce and ell'ecl.The Surety hereby waives any notice ol'an agreement between the Owner and Contractor to extend the time in which the Owner may accept(lie bid.Waiver ol'nolice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time lie acceptance ol'bids specified in the bid documents,and the 0%vner and Contractor shall obtain ilia Surely's consent lior an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the terns Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. .► When this Bond has been furnished to comply%vith a statutory or other legal requirement in the location ol'the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conflo nting to such statutory or other legal requirement shall be deemed incorporated herein.When so licmished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. �. Signed and scaled this 23rd day of March, 2016. J.A. Johnson Paving Company ft, (Principal) (Seal) tll'inressl p p�. Gf 4. B : 16.1-00 (Vile)Dale A. JdFns on Vresident Fidelity and Deposit Company of Maryland (Surety] (Seal) �1} gEPG,STd (IJ'inex) Thomas Green ,�� ►�►4 f, (Title)William a ding r .,Attorney-in-Fac S-0054/AS 8/10 cYV►r+� ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate, constitute, and appoint Donna M. TYLER, Hina AZAM, Karen E. BOGARD, Donna WRIGHT, William REIDINGER, Matthew V.BUOL,Joseph HALLERAN and Rebecca R.ALVES,all of Schaumburg,Illinois, EACH its true and lawful agent and Attomey-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 26th day of February,A.D.2013. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND GCOL o' mr ` ?by 19DB Jai ti By. Secretary Vice President Eric D.Barnes Thomas O.McClellan State of Maryland County of Baltimore On this 26th day of February,A.D.2013,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,THOMAS O. MCCLELLAN,Vice President, and ERIC D. BARNES, Secretary, of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A.Dunn,Notary Public My Commission Expires:July 14,2019 POA-F 036-2112 i EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations,undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any i time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. i This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TE TI MONY WH OF I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this ay of SBAL 'Yn E Geoffrey Delisio,Vice President I i Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2016 STREET IMPROVEMENT PROJECT r i Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2016 STREET IMPROVEMENT 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 .r 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 Owners Right to Correct 9 ARTICLE IV Financial Assurances.................................................................................9 i 4.1 Bonds...........................................................................................................9 I 4.2 Insurance......................................................................................................9 4.3 Indemnification.......................................................................................... 10 i Page 1 CONTRACT Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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 ;r 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 Party Beneficiaries..................................................................... 17 7.8 Notices....................................................................................................... 17 y7.9 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 1: Prevailing Wage Ordinance Appendix 2: Bonds Page 2 CONTRACT Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2016 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 [name and address of successful bidder], a [form of organization] ("Contractor"), make this Contract as of , 20 , (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 Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 6. Qualit . 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 a' 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. Page 4 CONTRACT Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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 Work 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 Page 6 CONTRACT Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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 Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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 Right 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. Page 8 CONTRACT 'L. Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) w 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. Page 9 CONTRACT t Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) ARTICLE III: CONTRACTOR'S RESPONSIBILITY FOR DEFECTIVE WORK w 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 full 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 not 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 Page 10 CONTRACT Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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 of, 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 l l CONTRACT Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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. Payment 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 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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 Work"). 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 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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. ti 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 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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 Objections. 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 ,s 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. T 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 r- 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 Page 15 CONTRACT 4 Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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 coiporation, 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 2016 Street Improvement Project (CBBEL Project No. 15-0392) Contractor hereby represents and 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 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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: Jim Bosma, Attention: Peter M. Friedman Village Engineer Notices and communications to Contractor must be addressed to, and delivered at, the following address: with a copy to./� /name of successful bidderl JA 0l'1 Pa n CO [address of successful bidderl /O?, 5: 6- A&df.. n CoArl- firlln lnn killiFs . !G c0CW5, 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 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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 seg. (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 sec.; 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 seq., the Illinois Human Rights Act, 775 ILCS 511-101 et seq., and the Public Works Discrimination Act, 775 ILCS 10/0.01 et sea.; 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 sec., and the Occupational Safety and Health Act of 1970, 29 U.S.C. §§ 651 et seq. 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 (1) to the Village Page 20 CONTRACT Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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 B ok By: ' Name: ow air- - a-4 i .� 'Title: Q e-w— L Attest: By: pp Name: �AC Title: [nafne of contractor] DA By: Name: DALE A.JOHNSON Title: PRESIDENT Page 22 CONTRACT Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) Attest: r By: Name: MICHAEL R.TARPEY Title: SECRETARY Page 23 CONTRACT Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) STATE OF ILLINOIS ) SS COUNTY OF COOK ) CONTRACTOR'S CERTIFICATION [Contractor's executing officer], 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 sec.; 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: MAY 15TH 20 16, (name of contractor] By: Z Name: DALE A.JOHNSON Title: PRESIDENT Attest: By: Name: MICHAEL R.TARPEY Title: SECRETARY Subscribed and Sworn to before me on / MAY 16 2016 My Commission expires: Public .L y I PATRICIA A VICERE (SEAL) L:1A R Y PUBLiC �Ep g.041261017 Y COMMISSIO Pagel C ONTRACTOR'S CERTIFICATION Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) VILLAGE OF OAK BROOK _ CONTRACT FOR THE CONSTRUCTION OF 2016 STREET IMPROVEMENT PROJECT ATTACHMENT A SUPPLEMENTAL SCHEDULE OF CONTRACT TERMS L 1. Project: 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 2016 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 4. Commencement Date: Ten (10) days after execution of the Contract by Owner. Village anticipates work to start on or before May 23, 2016. 5. Completion Date: October 7, 2016, plus extensions, if any, authorized by a Change Order issued pursuant to Subsection 2.2A of the Contract I i I I Page 1 ATTACHMENT A Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 6. Insurance Coverage: 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 Page 2 ATTACHMENT A Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) of protection afforded to the Owner, its officers, officials, employees, volunteers, or agents. (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 party against whom claim is made or suit is brought except with respect to the limits of the insurer's liability. E. Worker's Compensation and Employer's Liability Coverage _ The policy shall waive all rights of subrogation against the 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 party, 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. Page 3 ATTACHMENT A Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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 DuPage County Division of Transportation 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] Page 4 ATTACHMENT A Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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 L.. 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 Page 5 ATTACHMENT A — " Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) complete in place, multiplied by the applicable Unit Price set forth in 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 calendar day after October 7, 2016. 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 Page 6 ATTACHMENT A Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2016 STREET IMPROVEMENT PROJECT ATTACHMENT B SPECIFICATIONS AND SPECIAL PROVISIONS Page 1 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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: 1. Special Provisions shall take precedence, then 2. Plans, then 3. Village of Oak Brook"Public Works Construction Standards", then 4. Standard Specifications/Standard Drawings t Page 1 ATTACHMENT B ® Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) VILLAGE OF OAK BROOK STATE OF ILLINOIS 2016 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 April 1st, 2016, published by the Illinois Department of Transportation (IDOT). B. "Supplemental Specifications and Recurring Special Provisions", adopted April 1st, 2016, 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 L 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 2016 Street Improvement Project (CBBEL Project No. 15-0392) ATTACHMENT B TABLE OF CONTENTS DEFINITIONOF TERMS......................................................................................................6 CLARIFICATION OF CONTRACT DOCUMENTS..........................................................6 PERMIT....................................................................................................................................7 CONTRACTTIME..................................................................................................................8 SURVEYCONTROL POINTS...............................................................................................8 VANDALISM ...........................................................................................................................8 MAINTENANCE OF ROADWAYS......................................................................................8 PUBLIC CONVENIENCE AND SAFETY................................. CHANGEIN SCOPE OF WORK..........................................................................................9 USEOF FIRE HYDRANTS....................................................................................................9 MAILBOXES..................................................................... ........9 ............................................... CLEAN CONSTRUCTION AND DEMOLITION DEBRIS (CCDD)..............................10 SUBSURFACE EXPLORATION DATA............................................................................10 L SITE INVESTIGATION AND CONDITIONS AFFECTING WORK............................10 NOISE......................................................................................................................................11 USE OF HEAVY EQUIPMENT, TOOLS; RESTRICTIONS..........................................11 L PAVEMENT CORES ............................................................................................................12 SUPPLEMENTALWATERING..........................................................................................12 INLETFILTERS....................................................................................................................12 L HOT-MIX ASPHALT SURFACE REMOVAL (TO THE DEPTH SPECIFIED)..........13 CONSTRUCTIONLAYOUT...............................................................................................13 DRAINAGE STRUCTURE TO BE ADJUSTED ..16 ............................................................. DRAINAGE STRUCTURES TO BE RECONSTRUCTED..............................................16 L Page 3 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) PORTLAND CEMENT CONCRETE DRIVEWAY REMOVAL AND REPLACEMENT (RESIDENTIAL),BRICK DRIVEWAY REMOVAL AND REPLACEMENT (RESIDENTIAL) OR HOT-MIX ASPHALT DRIVEWAY REMOVAL AND REPLACEMENT (RESIDENTIAL)....................................................17 PORTLAND CEMENT CONCRETE DRIVEWAY REMOVAL AND REPLACEMENT (COMMERCIAL) OR HOT-MIX ASPHALT DRIVEWAY REMOVAL AND REPLACEMENT (COMMERCIAL)...................................................18 CLEARING.............................................................................................................................19 CONCRETEREMOVAL (SPECIAL).................................................................................19 PORTLAND CEMENT CONCRETE SIDEWALK REMOVAL AND •- REPLACEMENT, 5 INCH, SPECIAL................................................................................20 COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT (SPECIAL) OR COMBINATION CURB AND GUTTER REMOVAL AND REPLACEMENT (COMMERCIAL ENTRANCES).........................20 SODDING, SPECIAL............................................................................................................22 SEEDING AND EROSION CONTROL BLANKET, SPECIAL......................................23 SEEDINGAND MULCH, SPECIAL................................................................................... CLASS B PATCHES (SPECIAL) AND...............................................................................23 CLASSD PATCHES (SPECIAL) ........................................................................................23 DRAINAGE STRUCTURES TO BE REMOVED .............24 ................................................ INLETS ...................................................................................................................................24 STORM SEWER PVC (OF THE SIZE SPECIFIED)........................................................25 REINFORCED CONCRETE PIPE CULVERT (OF THE SIZE SPECIFIED)..............25 TIE NEW STORM SEWER INTO EXISTING STRUCTURE........................................26 CONCRETE CURB REMOVAL AND REPLACEMENT TYPE B, 6 INCH.................26 DITCHREGRADING...........................................................................................................27 P.C.C. SHOULDER, 899 .........................................................................................................28 P.C.C. SHOULDER REMOVAL..........................................................................................28 Page 4 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) COBBLESTONE SHOULDER REMOVAL AND REPLACEMENT.............................29 CONCRETECHANNEL ......................................................................................................29 TENSAR TRIAX TX5 GEOGRID.......................................................................................29 s HOT-MIX ASPHALT PAVEMENTS, SPECIAL..............................................................30 LEVELING BINDER (MACHINE METHOD), N50, SPECIAL......................................30 HOT-MIX ASPHALT SURFACE COURSE, MIX "D", N50, SPECIAL .......................30 HOT-MIX ASPHALT BINDER COURSE, IL-19.0, N50, SPECIAL...............................30 HOT-MIX ASPHALT SURFACE REMOVAL,VARIABLE DEPTH............................31 HOT-MIX ASPHALT—PRIME COAT (BMPR) ..............................................................32 REBUILD EXISTING HANDHOLE D-1 35 TRAFFIC CONTROL AND PROTECTION......................................................................36 TRAFFICCONTROL PLAN...............................................................................................41 DUPAGE COUNTY—DIVISION OF TRANSPORTATION GENERAL NOTES AND SPECIFICATIONS................................................................................................................42 SPECIALCONDITIONS......................................................................................................43 Page 5 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) VILLAGE OF OAK BROOK STATE OF ILLINOIS SPECIAL PROVISIONS FOR 2016 STREET IMPROVEMENT PROJECT The following Special Provisions supplement the "Standard Specifications for Road and Bridge Construction", adopted April 1, 2016 (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 April 1, 2016, indicated on the Check Sheet included herein; all of which apply to and govern the construction of: 2016 STREET IMPROVEMENT PROJECT for the Village of Oak Brook, Illinois. These special provisions included herein apply to and govern the proposed improvement _ designated as 2016 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 April 1, 2016 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 bid opening. All interpretations and supplemental instructions will be in the form of written addenda to the Bid Documents. 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: Page 6 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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 Acorn Hill Lane Spring Road Terminus Washington Street Spring Road Glendale Avenue Wood Road Washington Street Terminus Glendale Avenue Washington Street Village Limit Bath and Tennis Drive Oak Brook Road Terminus _ St. Stephens Green 35th Street Terminus Mockingbird Lane Midwest Road Regent Drive Camelot Drive Regent Drive Terminus Regent Drive Mockingbird Lane 19 Regent Drive Avenue Loire Meyers Road Western Village Limit Camden Court Butterfield Road Terminus York Road—Alternate 2 1-294 Tollway Bridge Northern Village Limit Clearwater Drive Hunter Drive York Road Harger Road Spring Road York Road Yorkshire Woods Subdivision NA NA Timber Trails Subdivision NA NA 16th Street—Alternate 1 Oak Brook Center Terminus Castle Drive—Alternate 1 16th Street Parking Lot Tower Drive 22nd Street Water Tower Access Lot Adams Road Spring Road Ogden Avenue �- PERMIT A DuPage County Highway Permit will be required for work completed in DuPage County r right-of-way near Bath and Tennis Drive, Ave Loire and Mockingbird Lane. The Contractor will be required to secure a Highway Permit Bond with DuPage County for all work located within their right-of-way. All costs to furnish and secure this Highway Permit Bond shall be included in the total cost of the contract. I r I i Page 7 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) CONTRACT TIME For this contract, all work including punch list items shall be completed by October 7, 2016. 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 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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. A 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, 3003 Jorie Boulevard, Oak Brook, Illinois. MAILBOXES Adjacent to the construction operations (not limited to grinding, paving, driveway work, curb and gutter removal and replacement, drainage improvements) and off the back of curb are mailboxes. It shall be the contractor's responsibility to temporarily relocate and reinstall any mailbox that conflicts with construction activities. If the mailbox is a decorative mailbox Page 9 ATTACHMENT B " Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) structure it shall be the Contractor's responsibility to protect the decorative mailboxes while performing work adjacent to them. The cost to remove, temporarily relocate and reinstall, or protect 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 662 and 663 (specific to various sites) 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 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, Page 10 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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 HEAVY EQUIPMENT, TOOLS; RESTRICTIONS Except as provided in subsections B, C and D of this Section, no person or entity 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 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. Page 11 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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. _.. Water shall be applied at a rate of 15 L/sq in (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. Page 12 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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. 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. ti 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.. 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 in (50 ft.)) to assure substantial conformance to plan line and grade. The Contractor will not be required to set additional stakes to locate a Page 13 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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 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 as 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 in (1,000 ft.) intervals horizontally and 6 in (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 various pay items are to be measured. 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. Page 14 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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 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 in (100 ft.) station intervals along each profile grade line. These stakes 4 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 .c 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. i Page 15 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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. Intra-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. Class SI Concrete shall be used to patch all pavement adjacent to structure adjustments unless otherwise specified by the Engineer. 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. DRAINAGE STRUCTURES TO BE RECONSTRUCTED Description. This work shall consist of reconstructing 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 specified herein. This item includes the cost of a new precast cone section or flat slab top. Each structure being reconstructed shall be limited to two adjustment rings. The final ring and rings less than 2" on all drainage adjustments shall be rubber Intra-Riser `multi-purpose Rubber Adjustment Risers' or an approved equal. The CONTRACTOR shall place a continuous strip 3/8" thick of polyurethane sealer/adhesive between the PCC structure or PCC ring and the bottom of the rubber ring. The CONTRACTOR shall also place a continuous strip 3/8" thick of polyurethane sealer/adhesive between the top of the rubber ring and the bottom of the frame. Hydraulic cement shall be used in the adjustment of said structure to seal the outside of the adjustment rings and under the frame. Class SI concrete shall be used to patch the pavement adjacent to structure reconstructions unless otherwise specified by the Engineer. Page 16 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) Basis of Payment. This work will be paid for at the contract unit each price for DRAINAGE STRUCTURES TO BE RECONSTRUCTED. PORTLAND CEMENT CONCRETE DRIVEWAY REMOVAL AND REPLACEMENT (RESIDENTIAL),BRICK DRIVEWAY REMOVAL AND REPLACEMENT (RESIDENTIAL) or HOT-MIX ASPHALT DRIVEWAY REMOVAL AND REPLACEMENT (RESIDENTIAL) Description. This work shall consist of patching existing residential 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. All existing aggregate driveway aprons are to be replaced with HMA. In areas adjacent to new curb, Contractor shall add Stone (CA-6) where necessary and hand compact prior to the placement of PCC or asphalt. The proposed residential 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. The finish of the driveway shall match behind the repair. Where the finish behind the repair is "California" or "letter box", the contractor shall match the finish on the new apron. It shall be the Contractor's responsibility to verify the finish at each location. Installation of this finish shall be considered incidental to this item; or B) 4" Hot-Mix Asphalt Surface Course, Mix "D", N50 and 5" Aggregate Base Course, Type B if the existing driveway is Hot-Mix Asphalt or Aggregate. The Contractor shall be required to lather the abutting surface of the existing asphalt driveway with BITUMINOUS MATERIALS (PRIME COAT) to bond the existing driveway to the proposed section; 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 17 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) All excavation; embankment; sawcutting; driveway pavement removal; preparation and compaction of the existing stone base; 4" Hot-Mix Asphalt Surface Course, Mix "D", 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 (RESIDENTIAL), BRICK DRIVEWAY REMOVAL AND REPLACEMENT (RESIDENTIAL) or HOT-MIX ASPHALT DRIVEWAY REMOVAL AND REPLACEMENT (RESIDENTIAL), 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 DRIVEWAY REMOVAL AND REPLACEMENT (COMMERCIAL) or HOT-MIX ASPHALT DRIVEWAY REMOVAL AND REPLACEMENT (COMMERCIAL) Description. This work shall consist of patching existing HMA or P.C.C. driveway pavement at commercial 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 commercial driveway patching shall consist of: A) 9" Portland Cement Concrete and 4.5" Aggregate Base Course, Type B if the existing driveway is P.C.C. The finish of the driveway shall match behind the repair. Where the finish behind the repair is "California" or "letter box", the contractor shall match the finish on the new apron. It shall be the Contractor's responsibility to verify the finish at each location. Installation of this finish shall be considered incidental to this item; or B) 6" Hot-Mix Asphalt Surface Course, Mix "D", N50 and 7.5" Aggregate Base Course, Type B if the existing driveway is Hot-Mix Asphalt The Contractor shall be required to lather the abutting surface of the existing asphalt driveway Page 18 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) with BITUMINOUS MATERIALS (PRIME COAT) to bond the existing driveway to the proposed section. All excavation; embankment; sawcutting; driveway pavement removal; preparation and compaction of the existing stone base; 4" Hot-Mix Asphalt Surface Course, Mix "D", 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 (COMMERCIAL) or HOT-MIX ASPHALT DRIVEWAY REMOVAL AND REPLACEMENT (COMMERCIAL), as the case may be, which price shall be payment in full for constructing this item as specified, including all materials, labor and equipment. CLEARING Description. This work shall consist of the removal of all brush, logs, weeds, grass, and stumps less than 6" in diameter. It shall also include vertical face tree trimming. This work shall be completed in accordance with Section 201 of the Standard Specifications. Method of Measurement. Clearing 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 CLEARING, which price shall include all removal and disposal of all natural waste items. CONCRETE REMOVAL (SPECIAL) Description. This work shall consist of removing an existing concrete pad and backfilling the .., area with topsoil and sod. This work shall be performed in accordance with Section 501 of the Standard Specifications. Construction Requirements. Concrete Removal shall be completed to a depth of 3 feet (to be verified in the field), and shall include all deteriorated and broken concrete. Removal and disposal of the concrete and all other required excavation will be included in the cost. Method of Measurement and Basis of Payment. Concrete Removal (Special) will be paid for at the contract unit price per each for CONCRETE REMOVAL (SPECIAL), which price shall include all removal, disposal, required topsoil, and required sodding. Page 19 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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 Material, 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 1' 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 driveway aprons, protective curing coat, compacted subbase granular material, and required excavation. COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT (SPECIAL) or COMBINATION CURB AND GUTTER REMOVAL AND REPLACEMENT (COMMERCIAL ENTRANCES) 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. Page 20 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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, any radius point and on each side of a curb drainage structure. Expansion joints shall be constructed with 2 - #6 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. Two 48" long #4 dowel bars are required to be installed in the curb head at any drainage structure located in the flow line of the curb. _ 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. The Contractor shall remove the existing curb and gutter with extreme care. For curb and gutter removal adjacent to concrete pavement, a vertical saw cut at the edge of pavement may be required in order to remove the curb without damaging the pavement. 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 and gutter, driveway_pavement or structure will result in additional removal of dammed areas to be removed and re]laced 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 and to the satisfaction of the Engineer, all areas of curb and gutter in which the quality of workmanship is deemed deficient by the Engineer. 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 Page 21 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) Contractor will be responsible for completing necessary repairs to the satisfaction of the Engineer at no additional cost to the Village. . Proposed combination curb and gutter shall have a 9" thick gutter flag, except when the curb and gutter is located at a commercial entrance it shall have a 13.5" thick gutter flag. 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) or COMBINATION CURB AND GUTTER REMOVAL AND REPLACEMENT (COMMERCIAL ENTRANCES). 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. 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. Unless previously approved by the Engineer, maximum payment width is 2 feet behind any curb and gutter repair and 1 foot on either side of any sidewalk and driveway replacement. Page 22 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) SEEDING AND EROSION CONTROL BLANKET, SPECIAL Description. This work shall consist of preparing the seed bed and placing seed and fertilizer nutrients. Any topsoil required, at the discretion of the Engineer, to complete this work shall be included. 270 pounds of fertilizer nutrients shall be applied at a 1:1:1 ratio. After seeding and fertilizing is complete, excelsior erosion control blanket shall be placed on top of the seeding area. The erosion control blanket shall be applied within 24 hours of placing the seeding. All work shall be in accordance with Sections 250 and 251 of the Standard Specifications. Method of Measurement and Basis of Payment. This work shall be measured in place and the area calculated in SQUARE YARD and shall be paid for at the contract unit price per SQUARE YARD for SEEDING AND EROSION CONTROL BLANKET, SPECIAL, which price shall be full compensation for all labor, equipment, and material including fertilizer, "— topsoil and preparation of the bed to complete the work as specified in these special provisions. SEEDING AND MULCH, SPECIAL Description. This work shall consist of backfilling behind curb and gutter with topsoil to match existing grades, preparing the seed bed and placing seed and fertilizer nutrients. Any topsoil required, at the discretion of the Engineer, to complete this work shall be included. 270 pounds of fertilizer nutrients shall be applied at a 1:1:1 ratio. After seeding and fertilizing T is complete, the contractor shall apply 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. All work shall be in accordance with Section 250 of the Standards Specifications. Method of Measurement and Basis of Payment. This work shall be measured in place and paid for at the contract unit price per FOOT for SEEDING AND 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 approximately 6 inches behind any curb and gutter repair and approximately 6 inches on either side of any sidewalk or driveway replacement. CLASS B PATCHES (SPECIAL) and 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 items Class B Patches (Special) and Class D Patches (Special), of the thickness specified. Furthermore, when removing pavement, the use of any type of Page 23 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) concrete breakers which might damage the underground public or private utilities will not be permitted Under no circumstances will the use of a frost ball be permitted. s Locations of Class B and Class D Patches shall be determined by the Engineer and marked in the field. The existing pavement including the base and concretelbituminous surface shall be removed to the specified depth below the ground surface and replaced with concrete/hot-mix asphalt, as specified in Section 406 and 420. The surface of the patch shall meet the surface of the ground bituminous surface or finished pavement as the situation warrants. Measurement and Payment. This work will be paid for at the contract unit price per square -- yard for CLASS B PATCHES (SPECIAL) and CLASS D PATCHES (SPECIAL) of the thickness specified, which price shall include the removal of the existing pavement base and surface, and sub-grade as directed by the engineer and the placement and compaction of the specified concrete or bituminous mixture up to the ground 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. INLETS 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 3 FRAME, OPEN LID; INLET, TYPE A, TYPE 6 FRAME AND GRATE; INLET TYPE A, TYPE 23 FRAME AND GRATE; Page 24 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) INLETS, TYPE B, TYPE 1 FRAME, OPEN LID; and INLET TYPE B, TYPE 6 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 .r 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. REINFORCED CONCRETE PIPE CULVERT (OF THE SIZE SPECIFIED) Description. This work shall consist of furnishing and installing reinforced concrete pipe culverts of the size specified on the plans. This work shall be completed in accordance with Section 540 of the Standard Specifications. All materials used shall be in accordance with Section 1042 of the Standard Specifications. Construction Requirements. Pipe culverts shall be constructed in trenches free of water, Page 25 ATTACHMENT B '— Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) excavated either in embankments or natural ground. Water shall be removed by use of diversion channel or by other methods approved by the Engineer. The reinforced concrete pipe culverts shall be installed to match the existing culvert inverts, as shown on the plans. Method of Measurement and Basis of Payment. This work shall be paid for at the contract unit price per linear feet for REINFORCED CONCRETE PIPE CULVERT (OF THE SIZE SPECIFIED), which price shall include any necessary material, labor, and equipment required to complete the work. 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. 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 - #6 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. Two 48" long #4 dowel bars are required to be installed in the curb head at any drainage structure located in the flow line of the curb. Page 26 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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. The Contractor shall remove the existing curb and gutter with extreme care. For curb and gutter removal adjacent to concrete pavement, a vertical saw cut at the edge of pavement may be required in order to remove the curb without damaging the pavement. Driveway aprons shall not be removed for curb forming_pup2oses 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 and to the satisfaction of the Engineer, all areas of curb in which the quality of workmanship is deemed deficient by the Engineer. 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. Concrete curb 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 the re-shaping and grading of areas as specified by the Engineer 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 Page 27 ATTACHMENT B �— Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) be shaped and trimmed by filling or cutting surface irregularities a maximum of 6 inches. 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. Installing SODDING, (SPECIAL) and SEEDING, (SPECIAL) shall be paid for at their respective unit costs. Furnishing and installing topsoil to a depth of 4" is included in the cost for SODDING, (SPECIAL) or SEEDING, (SPECIAL), as the situation warrants. 3. Final elevations of the ditch profile shall meet grades as determined in the field by the Engineer. Method of Measurement and Basis of Payment. This work shall be measured for payment at the contract unit price per square yard for DITCH REGRADING which shall include any necessary material, labor or equipment to complete the work. P.C.C. SHOULDER, 8" Description. This work shall consist of excavating and placing Portland Cement concrete shoulders 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. Shoulders shall be 8-inches thick placed on a minimum of 4- inches of Subbase Granular Material, Type B. All exposed surfaces of newly placed concrete shall have a rough broom finish only. No use of finishing tools will be required. All backfill required to meet 3:1 slopes behind the shoulder is included in the cost of the shoulder. Method of Measurement. Portland cement concrete shoulder removal and replacement will be measured for payment in place, and the area computed in square yards. Basis of Payment. This work will be paid for at the contract unit price per square yard for P.C.C. SHOULDER, 8" which price shall include all excavation, special texturing, variable height edge treatment, compacted subbase granular material. P.C.C. SHOULDER REMOVAL Description. This work shall consist of saw-cutting and removing portions of existing Portland Cement concrete shoulders at locations directed by the VILLAGE. This work shall be completed in accordance with Section 440 of the Standard Specifications and as specified herein. Construction Requirements. Portions of P.C.C. Shoulders will be marked for removal in the field by the VILLAGE. The CONTRACTOR shall saw-cut perpendicular to the edge of pavement and then remove and dispose of the existing concrete shoulder. Any adjacent Page 28 ATTACHMENT B r.. Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) shoulder or pavement damaged by the CONTRACTOR during removal shall be removed and replaced at the CONTRACTOR's expense. . Method of Measurement and Basis of Payment. This work shall be paid for at the contract unit price per square yard of P.C.C. SHOULDER REMOVAL, which shall include saw- "' cutting, removal, disposal and all labor and equipment necessary to complete the above work. COBBLESTONE SHOULDER REMOVAL AND REPLACEMENT Description. This work shall consist of removing and replacing existing decorative cobblestone shoulders at locations directed by the VILLAGE. This work shall be completed in accordance with Section 481 of the Standard Specifications and as specified herein. Construction Requirements. Portions of cobblestone shoulders adjacent to pavement shall be removed prior to surface removal on Wood Road and Washington Street. The cobblestones shall be kept on site away from the paving operations. The limits of removal shall be marked in the field by the ENGINEER. After the final surface has been placed, the cobblestones shall be replaced along with all subbase material and limestone screenings required to match the existing shoulder. Any damaged cobblestones shall be removed and replaced at the CONTRACTOR's expense. Method of Measurement and Basis of Payment. This work shall be paid for at the contract unit price per square yard of COBBLESTONE SHOULDER REMOVAL AND REPLACEMENT, which shall include all labor, equipment, and material necessary to complete the work above. Any required excavation necessary to reinstall the COBBLESTONE SHOULDERS shall be included in the contract unit price. CONCRETE CHANNEL Description. This work shall consist of excavation and the construction a steel reinforced concrete channel to match the existing drainage channel. Construction Requirements. The concrete channel shall be constructed of Class SI concrete and shall be in accordance with the detail as shown on the plans. The concrete channel shall be 7" thick and placed on 4-inches of compacted Aggregate Base Course, Type B. All required excavation shall be included. The layout of the concrete channel shall be approved by the Engineer prior to construction. Method of Measurement and Basis of Payment. This work will be paid for at the contact unit price per lineal foot for CONCRETE CHANNEL, which price shall be payment in full of all excavation, Aggregate Base Course, Class SI concrete, rebar or welded wire fabric and all labor, equipment and materials necessary to complete the as specified herein. TENSAR TRIAX TX5 GEOGRID Description. This work shall consist of furnishing and installing geogrid for subgrade improvement in accordance with Section 209 of the STANDARD SPECIFICATIONS and at the Page 29 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) locations as shown on the typical section or as directed by the Engineer. Materials. The material shall be TENSAR TRIAX TX5 GEOGRID or an approved equal. Contact for TENSAR TRIAX TX5 GEOGRID is Road Fabrics, Inc. (Phone 630-293-3111) •— Installation. It shall be the Contractors responsibility to inspect the geogrid to ensure it is free of any flaws or damage that may have occurred during shipping and handling. Prior to installation, the surface shall be compacted, cleared of debris and all wheel tracks or ruts shall be graded smooth. One layer of geogrid shall be placed between the compacted subgrade layer and the aggregate base unless directed otherwise by the Engineer. Before unrolling, anchor the beginning of the roll at the center and the corners to the underlying surface using pins or anchors. The geogrid shall be manually unrolled over the prepared surface in the direction of vehicle travel. As it is unrolled, the geogrid shall be aligned, and pulled taut with hand tension to remove wrinkles and laydown slack. Adjacent rolls shall have a three (3) foot overlap. The geogrid shall be manually cut to conform to all structures or other immovable protrusions. All material placed over the grid shall be done in a manner to prevent tearing. Any geogrid damaged during installation shall be replaced by the Contractor with no additional compensation for labor and materials. Method of Measurement and Basis of Payment. This work will be measured and paid for at the contract unit price per square yard for TENSAR TRIAX TX5 GEOGRID, which price shall include all labor, materials and equipment necessary to complete the work as specified herein. Any overlap of geogrid will not be measured for payment. 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, IL-19.0, N50, SPECIAL Description and Materials. The Village has implemented the following material and installation standards that shall take precedence over MOT 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: 1. PG asphalt shall be PG58-28 for new pavements built over aggregate base and PG58- 22 for overlays on top of existing asphalt pavement -- 2. 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#8 sieve. 9 N50, IL-19.0 mm Binder course shall have a minimum of 40% passing the #4 sieve. Page 30 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) • N50, IL-9.5 mm Surface course shall have a minimum of 40% passing the #8 sieve. 3. Pneumatic tired roller is required on all lifts, all mixes, except surface courses. 4. Auger extensions are required on all lifts, all mixes. 5. Reverse augers must be installed properly. 6. 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. 7. 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. • No RAS shall be used in any mixes. 8. 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 SURFACE REMOVAL, VARIABLE DEPTH Description. This work shall be constructed in accordance with Section 440 of the Standard Specifications, except the depth of the milling shall be 3" from the existing pavement grade at the edge of pavement and 2" from the existing pavement grade at the crown of the roadway. 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. Page 31 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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, VARIABLE DEPTH which shall include saw cutting, butt joints, removal of butt joints, all labor and equipment necessary to complete the above work. 4 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-lhP, SS-lvh, CSS-1, CSS- HMA Bases lh, CSS-lhP, 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 32 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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/s ft (kg/s 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 w 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 in ±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 33 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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 34 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) Requirements for SS-lvh Test SPEC AASHTO Test Method Saybolt Viscosity @ 25C, SFS 20-200 T 72 Storage Stability, 24hr., % 1 max. T59 Residue by Evaporation, % 50 min. T 59 Sieve Test, % 0.3 max. T59 Tests on Residue from Eva oration Penetration @25°C, 100g., 5 sec., dmm 20 max. T 49 Softening Point, °C 65 min. T 53 Solubility, % 97.5 min. T 44 Orig. DSR @ 82°C, kPa 1.00 min. T 315" Revise the last table of Article 1032.06 to read: "Grade Use SS-1, SS-lh, CSS-1, CSS-lh, Prime or fog seal HFE-90, SS-lhP, CSS-lhP, SS-lvh PEP Bituminous surface treatment rime RS-2, HFE-90, HFE-150, Bituminous surface treatment HFE- 300, CRSP, HFP, CRS- ~ 2, HFRS-2 CSS-lh Latex Modified Microsurfacing" 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." REBUILD EXISTING HANDHOLE (D-1) Effective: January 1, 2002 Revised: July 1, 2015 895.04TS This item shall consist of rebuilding and bringing to grade a handhole at a location shown on the plans or as directed by the Engineer. The work shall consist of removing the handhole frame and cover and the walls of the handhole to a depth of eight (8) inches below the finished grade. Upon completion of the above work, four (4) holes, four (4) inches in depth and one half(1/2) inch in diameter, shall be drilled into the remaining concrete; one hole centered on each of the four handhole walls. Four (4) #3 steel dowels, eight (8) inches in length, shall be furnished and shall be installed in the drilled holes with a masonry epoxy. Page 35 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) All concrete debris shall be disposed of outside the right-of-way. The area adjacent to each side of the handhole shall be excavated to allow forming. All steel hooks, handhole frame, cover, and concrete shall be provided to construct a rebuilt handhole according to applicable portions of Section 814 of the Standard Specification and as modified in 814.01TS HANDHOLES Special Provision. The existing frame and cover shall be replaced if it was damaged during removal or as determined by the Engineer. Basis of Payment. This work shall be paid for at the contract unit price each for REBUILD EXISTING HANDHOLE, which price shall be payment in full for all labor, materials, and equipment necessary to complete the work described above and as indicated on the drawings. 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 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 I Page 36 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) present a neat appearance to motorists. A sufficient quantity 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. `r "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 all barricades will be removed from the pavement during non-work hours. Page 37 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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. r 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 Page 38 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) low 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: 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 Page 39 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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 in (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 in (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 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 40 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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 701601-09 Urban Lane Closure, Multilane, 1W, or 2W, With Nontraversable Median 701701-10 Urban Lane Closure Multilane Intersection - 701801-06 Sidewalk, Corner or Crosswalk Closure 701901-05 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 18-6 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 41 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) DUPAGE COUNTY—DIVISION OF TRANSPORTATION GENERAL NOTES AND SPECIFICATIONS The following DuPage County —Division of Transportation General Notes and Specifications shall be included in the contract when a DuPage County Highway Permit is required for the project: 1. Daily lane closures within County rights-of-way are permitted between 9:00 a.m. and _ 3:00 p.m. ONLY. Traffic control shall conform to IDOT's Highway Standards and the Manual for Uniform Traffic Control Devices at all times during construction. Traffic control shall include advance warning lane closure signage, an arrow board and Type I barricades with steady burn lights and sandbags, as is applicable. Lane closures are not permitted on County roadways during snowfall or within 2 hours prior to predicted snowfall or precipitation conditions between November 15 and April 15 for maintenance of the roadway pavement by County Highway Maintenance Department staff and equipment. 2. Disturbed areas of the County's right-of-way shall be dressed with a minimum of 6" topsoil and sod (salt tolerant and staked in place). 3. Erosion control measures shall comply with the minimum requirements of the DuPage County Stormwater and Floodplain Ordinance (latest edition/revision) specifications at all times. 4. Pavement, curb/gutter and storm structures shall be maintained free of mud/debris at all times and shall be cleaned as is required and/or as directed by DuPage County. 5. Equipment and materials may NOT be stored within the County's rights-of-way. 6. Contact DuPage County (630/407-6900) a minimum of 48 hours prior to the start of construction, to arrange for inspections and at the completion of the described work. 7. The DuPage County Division of Transportation maintains traffic signal and related equipment within the vicinity of the project. Contact the department (630/407-6900) a minimum of 48 hours prior to the start of construction within the County's right-of- way and within 300' of any County maintained signal. The County's traffic signals and related equipment are NOT on the J.U.L.I.E. system. 8. Traffic signal detection loops shall be installed in the binder-course, prior to placement -- of the final HMA surface, where applicable. 9. All pavement markings at the intersections with County Highways shall be thermoplastic. 10. Open-cutting of the County's roadway pavement is strictly prohibited without the express written permission of the County Engineer or the duly authorized assign. Page 42 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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 (HMA Plant Mix) types of construction or own an HMA plant capable of producing specified mix designs 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 43 ATTACHMENT B Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2016 STREET IMPROVEMENT PROJECT ATTACHMENT C LIST OF DRAWINGS SHEET NOS. SHEET TITLES DATE LAST REVISED 1 TITLE SHEET 02-MAR-2016 2 GENERAL NOTES 02-MAR-2016 3-5 SUMMARY OF QUANTITIES 02-MAR-2016 6-9 TYPICAL SECTIONS 02-MAR-2016 10-11 CONSTRUCTION DETAILS 02-MAR-2016 .r 12-13 AREA 1 02-MAR-2016 14-15 AREA 2 02-MAR-2016 16 AREA 3 02-MAR-2016 17-19 AREA 4 02-MAR-2016 20 AREA 5 02-MAR-2016 21 AREA 6 02-MAR-2016 22-23 AREA 7 02-MAR-2016 24 AREA 8 02-MAR-2016 25 AREA 9 02-MAR-2016 !" 26 AREA 10 02-MAR-2016 27-28 AREA 11 02-MAR-2016 29 PROPOSED GUARDRAIL PLAN 02-MAR-2016 Page 1 ATTACHMENT C Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) A VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2016 STREET IMPROVEMENT PROJECT ATTACHMENT D GEOTECHNICAL REPORT ATTACHMENT D TESTING SERVICE CORPORATION Corporate Office Report of Pavement 360 S.Main Place,Carol Stream,IL 60188-2404 630.462.2600 • Fax 630.653.2988 Local Offices: Exploration 457 E.Gundersen Drive,Carol Stream,IL 60188-2492 630.653.3920 • Fax 630.653.2726 650 N.Peace Road,Suite D,DeKalb,IL 60115-8401 ` 815.748.2100 • Fax 815.748.2110 1350 TriState Parkway,Unit 122,Gurnee,IL 60031-9135 2016 Street Improvement Program 847.249.6040 • Fax 844.767.4721 2235 23 1D Avenue,Rockford,IL 61104-7334 815.394.2562 • Fax 815.394.2566 Various Roads 203 Earl Road,Suite A,Shorewood,IL 60404-9446 815.744.1510 • Fax 815.744.1728 Oak Brook, IL Christopher B. Burke Engineering, Ltd.. Geotechnical&Environmental Engineering Construction Materials Engineering& Testing ' Laboratory Testing of Soils, Concrete&Asphalt P M Geo-Environmental Drilling&Sampling - TES ?I IGHNIT r ■ Local Office TESTING SERVICE CORPORATION November 12, 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 w Re: L-84,261 2016 Street Improvement Program Various Streets Oak Brook, Illinois Dear Mr. Galey: This report presents results of the pavement investigation performed for 2016 Street Improvement Program in Oak Brook, Illinois. These geotechnical engineering services have been provided in accordance with TSC Proposal No. 55,748 dated October 14, 2014 and the attached General Conditions (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 listed in the following table, along with the limits and approximate total length of proposed improvements. The cores drilled on each street are also indicated in the far right hand column. Limits Approximate General Location Core Numbers From To Total.Length (LF) .. Ave Loire Ave Chateaux E. Meyers Rd 1,060 1 -4 Camden Ct Butterfield Rd Cul-de-Sac 400 5-7 Tower Dr W. 22nd St End-of-Street 390 8-9 Camelot Dr Cul-de-Sac Regent Dr 1,060 10- 12 Mockingbird Ln Midwest Rd Regent Dr 2,640 13-19 St Stephens Green Cul-de-Sac 35`h St 2,110 20-27 Acorn Hill Ln Cul-de-Sac Spring Rd 1,060 28-30 N. Washington St Spring Rd E. Glendale Ave 1,060 31 -33 Wood Rd Cul-de-Sac N.Washington St 530 34-35 W. Glendale Ave N. Washington St Madison St 2,110 36-39 Adams Rd Spring Rd Deerpath Ln 2,640 40-41 Providing a Full Range of Geotechnical Engineering,Environmental Services,and Construction Materials Engineering& Testing Carol Stream,IL•DeKalb,IL®Gurnee,IL•Shorewood,IL•Tinley Park,IL•Rockford,IL _- -. --. --ti -� "°' i I Christopher B. Burke Engineering,Ltd. 2016 Street Improvement Program L-84,261 -November 12,2015 Limits Approximate General Location Total Length (LF) Core Numbers From To Bath and Tennis Dr 31s'St Oak Brook Bath and Tennis Club 2,110 42-45 16th St 180 ft West of 260 ft East Of 530 46-47 S. Kingery Hwy S. Kingery Hwy Frontage Rd/ 7,390 48-53 Harger Rd Spring Rd Timber Edge Dr S. York St Clearwater Dr Frontage Rd 2,640 54-56 Clearwater Dr Hunter Dr S.York St 1,580 57-59 Regent Dr Mockingbird Ln 150 ft South of 150 60 Regent Dr The subject roadways are all residential streets consisting of two traffic lanes with the exception of Tower Drive (Cores 8 and 9), 16`h Street (Cores 46-47) and South York Street(Cores 54- 56). Current plans call for rehabilitation and/or reconstruction of the various streets. Summary of Work Performed �,. A total of sixty (60) 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 Plans 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 -4 feet below the top of pavement. The core holes were immediately backfilled to preclude possible hazzards to the public. The pavement cores and aggregate samples 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 1/4" and 1", respectively. -2- Christopher B. Burke Engineering, Ltd. r � 2016 Street Improvement Program L-84,261 -November 12,2015 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 fill materials. 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 titled "Subgrade Test Results". The depth of the samples are referenced to the top of the pavement (in feet). Pavement Core Results Cores 1 - 60 were taken along various streets within the Village of Oak Brook. Results of the sixty (60) �• pavement cores are summarized in the following table, i.e. bituminous concrete, P.C. Concrete and base course total thicknesses given: Core Bituminous Concrete P.C. Concrete Base Course Street Location No. Thickness (in)* Thickness (in)* Thickness (in)** 1 4%2 - 8 2 4'/2 - 8 Avenue Loire 3 4 - 9 `4 4 4% - 9 5 9'/ - 12 Camden Court 6 8 - 15 7 10'/2 11 8 3'/2 11 Tower Drive 9 10'/4 - 3 10 7'/2 - 6 •— Camelot Drive 11 8 - 12 12 8 - 9 13 5 - 12 14 4% - 10 15 4%4 - 7 Mockingbird Lane 16 4 - 12 17 3% - 6 18 3'/2 - 5 19 3"/4 - 3 -3- Christopher B.Burke Engineering,Ltd. 2016 Street Improvement Program L-84,261 -November 12,2015 Core Bituminous Concrete P.C. Concrete Base Course F Street Location No. Thickness(in)* Thickness (in)* Thickness (in)** 20 81/2 - 21 8 - 22 81/4 - 23 7 _ St Stephens Green 24 8 25 9% - 26 8 _ 27 8 _ 28 6% - 7 �.- Acorn Hill Lane 29 9 4 30 6 - 8 ... 31 5 _ 6 Washington Street 32 6 - 8 33 51/4 7 +- 34 41/2 _ 11 Wood Road _ 35 8% �- 36 9% " West Glendale 37 71/2 8 Avenue 38 9 - 10 s 39 10 - 40 61/2 _ 8 Wood Road .. 41 7% - 8 42 6 - 9 Bath and Tennis 43 7Y2 - 8 Drive 44 10 - 12 45 5% - 9 .. 46 - 93/4 10 16`h Street 47 _ 11% 7 48 41/4 - 16 Harger Road , _ 49 9% i -4- i 1 o.. Christopher B.Burke Engineering, Ltd. 2016 Street Improvement Program L-84,261 -November 12,2015 Core Bituminous Concrete P.C. Concrete Base Course Street Location No. Thickness (in)* Thickness(in)* Thickness(in)** 50 81/2 - 5 51 9 - 6 Harger Road 52 91/2 - 5 53 11% - 15 54 - 10 8 York Street 55 4% 81/2 9 \, 56 - 101/2 - 57 9'/4 - 9 Clearwater Drive 58 81/2 - 8 59 11'/ - 5 Regent Drive 60 10'/2 - 8 i * Total Bituminous/P.C. Concrete thicknesses rounded to the nearest /4 inch ** Base course thicknesses rounded to the nearest 1 inch The cores typically revealed 3'/4 to 11'/2 inches asphalt, with no asphalt present at Cores 46 -47, 54 { and 56. Examination of the core samples revealed that the bituminous concrete sections were ,,. comprised of 1 to 4 layers of bituminous surface and 1 to 3 layers binder and/or emulsified bituminous concrete. It was noted deteriorated bituminous aggregate materials were found in the asphalt section at Cores 29 and 36. It was also noted bituminous chip and seal layers were found in the asphalt section of Cores 32- 33 and 51. In over half of the cores the layers were not bonded together and/or in a partially deteriorated to deteriorated condition. Underlying granular base course materials were 3 to 16 inches thick and typically consisted of crushed stone or crushed sand and/or gravel, ranging in the size of 2 inches to fines. The results are detailed on the attached sheet titled "Pavement Core Results". It was noted that the crushed stone extended to the core completion depth in Core 15. It was also noted that a hydrated steel slag sand base course was found underlying the bituminous concrete section of Cores 17 - 19; These materials are considered very brittle, lacking the bituminous bond found in the asphalt section overlying it. Silty clay fill materials were encountered below the pavement section at Cores 4, 7- 8, 13, 17, 18, 25, 36 - 37, 39 -40, 42, 47, 48, 53, 57- 60 (19 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 12 to 29 percent, being as high as 44 percent at Core 48. Dry unit weights ranged from 77 to 127 pounds per cubic foot (pcf). It was noted sand and gravel fill materials were encountered underlying the crushed stone layer in Cores 14 and 38. -5- Christopher B. Burke Engineering,Ltd. 2016 Street Improvement Program L-84,261 -November 12,2015 Core No. General Location Total Bituminous/P.C. Suitable for Mill Concrete Thickness (in) and Overlay 17 Mockingbird Lane 3% �t ` 18 Mockingbird Lane 3'/2 X 19 Mockingbird Lane 3'/4 20 St Stephens Green 8'/2 ✓ 21 St Stephens Green 8 ✓ ~ 22 St Stephens Green 8% ✓ 23 St Stephens Green 7 J �.. 24 St Stephens Green 8% 25 St Stephens Green 93/ / 26 St Stephens Green 8 ✓ 27 St Stephens Green 8 ✓ 28 Acorn Hill Lane 6'/4 ✓ 29 Acorn Hill Lane 9 ✓ 30 Acorn Hill Lane 6 f 31 Washington Street 5 ✓ 32 Washington Street 6 % 33 Washington Street 5'/4 ✓ 34 Wood Road 4'/2 M 35 Wood Road 8'/4 ✓ 36 West Glendale Avenue 9'/4 .� 37 West Glendale Avenue 7'/2 R 38 West Glendale Avenue 9 39 West Glendale Avenue 10 1 i 40 Adams Road 6% -7- I Christopher B.Burke Engineering,Ltd. 2016 Street Improvement Program L-84,261 -November 12,2015 Core No. General Location Total Bituminous/P.C. Suitable for Mill Concrete Thickness (in) and Overlay 41 Adams Road 71/4 , 42 Bath and Tennis Drive 6 f 43 Bath and Tennis Drive 7%2 44 Bath and Tennis Drive 10 45 Bath and Tennis Drive 5'/ f 46 16th Street 9% 47 16th Street 11'/4 ✓ ti.. 48 Harger Road 41/4 M 49 Harger Road 9/4 50 Harger Road 8%2 ✓ 51 Harger Road 9 52 Harger Road 9Y2 ✓ 53 Harger Road 11%4 / 54 York Street 10 J 55 York Street 12% ✓ 56 York Street 10'/2 ✓ 57 Clearwater Drive 9% 58 Clearwater Drive 8%2 ✓ 59 Clearwater Drive 11'/2 ✓ 60 Regent Drive 10'/2 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 -8- Christopher B. Burke Engineering,Ltd. 2016 Street Improvement Program U L-84,261 -November 12,2015 The cores revealed approximately 3%to 123/ inches of asphalt and/or P.C. 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 Cores 8 and 17- 19. In these areas the milled pavement section is considered likely to crack and fall apart with the use of typical heavy milling r 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 -4, 14- 16, 34 and 48 (9 total). However, during wet times of the year the wet subgrade and milled 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 •. 5 - 7, 9 - 13, 20- 33, 35-47 and 49 - 60 (47 total). In these areas the milled pavement sections should be thick enough to support heavy milling equipment and associated truck traffic. In areas where the pavement is not bonded and/or partially deteriorated to deteriorated (i.e. Cores 1, 3, 5, 8 - 11, 16, 21, 24, 29, 35 - 36, 39 -41, 44-45, 49, 52 - 53, 55, 57 and 59- 60) to the underlying 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 these areas as well as other areas to become unsuitable for milling and overlay (i.e. too thin to support construction equipment)._ It should be understood that milling 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 reflective 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 entirely removed, the exposed granular base course may 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-roll in areas that are less than 10 inches thick and/or in times of wetter weather. Therefore, the granular section at most 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 1/2 inch should be marked out for partial or full depth patching with a bituminous concrete binder course mixture. If rutting depths are greater than 1 inch, the remediation of the -9- T A _ I Christopher B.Burke Engineering, Ltd. 2016 Street Improvement Program L-84,261 -November 12,2015 underlying granular base course (and/or subgrade) by removal and replacement methods with granular materials should be scheduled. Undercut areas may be backfilled with crushed concrete, limestone or gravel that meet IDOT gradation CA-1, CA-3 or CA-7. 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 '/4 to 4 inches in size and containing no fines; IDOT gradation CA-1, CA-5 and CA-7 meet these criteria. The granular base course materials should ideally 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 allow for positive drainage and outlet into storm .- sewers, i.e., not have a discharge that would be prone to freezing such as day lighting into a ditch. It is recommended that a nominal Illinois Bearing Ratio (IBR)value of 3.0 be used for the design of the rehabilitated and/or new pavements. Use of this value assumes that any soft or unstable areas will be remediated, i.e. subgrade stabilized until passing a proof-roll. Base course materials for any widened areas should conform to IDOT-gradation specification CA-6 and be compacted to 95 percent Modified Proctor density (ASTM D 1557) or 100 percent of the Standard Proctor (ASTM D 698) maximum density value. Bituminous materials should conform to an approved IDOT Superpave mix design (N50 typical for residential streets), as well as Standard Specifications for Road and Bridge Construction, Sections 406 and 1032. They should be compacted to between 93 and 97 percent of their theoretical maximum density, as determined by the supplier. '— Closure The analysis and recommendations submitted in this report are based upon the data obtained from the sixty (60) pavement cores performed at the locations indicated on the Core Location Plans. This report does not reflect any variations which may occur, the nature and extent of which may not become evident until during the course of construction. If variations are then identified, recommendations contained in this report should be re-evaluated after performing on-site observations. -10- ' ~~ -- Christopher B.Burke Engineering, Ltd. 2016.Street knpruvomootPoogrum ~~ L-84,261 -November 12,2M Please call if there are any questions in.regard to this matter or if we may be of further service. ~~ ReapectfuDyoUbmidad, TESTING SERVICE CORPORATION � -- EdbA. Dunn E1 A�edoJ. 8annudez,P.E. Staff Eno}nee[ Senio[(3�� �d eohniEngDaar Registered Professional Engineer REGISTERED _~ PROFESSIONAL Illinois No. O82'846O0B E/\[tAJB:ed Will ' ' ~~ ' ~° ' ' | ~~ ) ' ~~ ~~ ~- ~~ ~~ ~~ _ GENERAL CONDITIONS Geotechnical and Construction Services _ TOTING SERVICE CORPORATION 1,PARTIES AND SCOPE OF WORK, If Client Is ordering the with its contract Cordractor"as used herein shall Include {trit rcE ten jis n tiff ry r�abli�oiltnit�C dartan services on behalf ofanotl isr,Gllent represents and warrants subcontractors,_suppliers,architects,engineers and forvthlchTSC maybe liable Inacrordancei mith Via pro' OAS that Client is the duly"authorized agent of said party for construction managers; set forth in the preceding paragraph,upon wilt, request f oMering aid sold services,and in of Client received within five days of Ulen cr4plance of the purpose o such case alys the term°CfleW shall also Include the principal Information obtained from borings Obser ations and anas TSC's proposal together with paj'rrren ,n additional fee for whom the services are being performed.Prices quoted of sample materiais.shall be reported'In formats considered. In the amount of 5%ofTSC's esfi o ed cost for its services and charged by TSC for Its services are predicated on the appropriate by TSC unless directed othentise,by Client; (!o'be adjusted to 5`la of the oust actually billed by TSC conditions and the allocations of risks and obilgations Such information is considered evidence,but anyInference, foritsservicesonihepr'ctat time ofcompletion),the limit expressed in these Genend Conditions. Unless otherwise or conclusion based Hereon Is,necessafk;en opinion also on damages shall Increased to r r,O,DOO or the amount stated.In writing,Client assumes sole responsibility for based on engineering judgment and shall not be construed of TSC fee, chever Is Vrs greater.This charge is noon determining whether the quantity and the nature of Via as a representation of fact Subsurface conditions may not be cons d as being a charge for insurance of any type, services ordered by Client are adequate and sufficient for be uniform throughout an entire site and ground water but ceased consideration for the exposure to an award Client's Intended purpose. Unless otherwise expressly levels may fluctuate due to eHmaVir and other va gH6.ns. '�• assumed In writng,TSC's services are provided exclusively construction materials may vary from the samp!es:takgn. for client TSC shall have nodutyorobligationotherthanthose Unless otherv)se agreed In writing,the proceduresemployed 11;INDEMNITY:Subject to the provisions set forth,herein, duties and obilgatlons expressly set too in this Agreement by TSC are not designed to detect ritenifonal concesiment TSC and Client hereby ogres to Indemnify and bold harmless TSC shall have no duty to any tirlyd party.Client shall or misrepresentation of facts by others. each other and their respective shareholdersi directors, communicate these General Conditions to each and every officers,partners,employees,agents,subsidiaries and �. party to Mom the Client transmits any report prepared by 7,.DOCUMENTS AND SAMPLES; Client Is granted an division(and each of their heirs,successors,and assigns) TSC.Ordering services fromTSC shall consittuleacceptance exclusiv0 license to use findings:and reports prepared from any and all claims,demands, suits,causes of ofTSC's proposal and them General Conditions. and Issued by TSC and anysub-consultants pursuant to action,judgments,costs and expenses,Including reasonable this Agreement for the purpose set forth In TSC's proposal atfomeys'fees;.arising,or allegedly arising,from personal 2.SCHEDULING OF SERVICES-The services set forth inthis provided that TSC has received payment In fuil for Its Injury,Inn'udingdeath,property damage,including loss of use Agreement will beaccompiLshedIna timely and vrorkmanlike services.TSC and,lfappilcabie,Its sutbconsultant,retain thereof,dueinanymannerto the negligence ofeltheiofthem manner.-If TSC Is required to delay any part of Its services all copyright and ovmership interests in the reports,boring or their agents of employees or Indeperidentcontractors,In to accommodate the requests or requirements of Client, logs,mapsi field data,field notes,laboratory test data and the event both TSC and Client are found to be negligent or regulatory agencies,or third parties,or due to any cause similar documents,and the mvnershlp and.freedom tause atfault,then any liability shallbe apportioned between them beyond its reasonable control,Client agrees to pay such all data generated by it for any purpose.Unless othenaiss pursuantto their pro rata share of negligence orfault.TSCand additional charges,If any,as may be applicable. agreed In writing,test specimens or samples wfit be Client further agree thattheir Ilabifityto anyihird party shall, disposed immediately upon completion of the testAlldrilling to the extent permitted by levy,be several and not joint The 3.ACCESS TOSITE: TSC shall take reasonable measures samples orspeclmensvr'illbe,disposed sbdy(6Q)days after IiahtiityofTSCtrndarthisptovislonshtifinotexceedthepollcy and precautions to minimize damage to the site and any submNslonof TSC's.report limbs of insurance carried by TSC,i.'efther TSC not Client Improvements located thereon as a result of its services or shall be bound under this Indemnity agreement to liability the use of its equipment;I'Mver,TSC'has not Included In e,TERMINATION:TSG"s obligation to proAdeservIlces maybe determined In proceedfng In which It did not particlpate its fee the cost of restoratfoi of damage which may occur.if terminated by either party upon m seven days priorvniNeh represented bylts own Independent counsel.The indemnities Client deshesorrequiresTSCtorestoreUiesiteto its former notice. in the event ofterminallon.cfTSCSsery'fces;TSG provided bereunder shall riotterminate Upon thelerminalion condition,TSC will,upon vnitten request,perform such shall bacomp°msated by Cilentior9 servfbss.performed up or expiration of th!s Agreement;but may be,modiiled to the additional wo*as Is necessary to do so and Client agrees to andincludIng the lermtnation date,Including relmbursable extiot of anyvraiver of subrogation agreed to by TSC and to paytoTSC the cost thereof.plusTSC's normal rnaft.pfor expenses.The terms and conditions of.these General :pald'forbyCifent. overhead and profit Conditions shall survive the terminadon of TSC's objigahon to.nditio a services: 12.SUBPOENAS:TSC's ern!Oyees shall not be stained as 4.CLIENT'S DUTY TO NOTIFY ENGINEEM G1"t4epteseats expert vritnesses except by separate,hitter agreement and vra[ nits Neat Client has edvisied TSC of any known or 9.PAYMENT:Gflentshall belnvo'cedpedodicallyforservices Client agrees to payTSC pursuant to TSC's then current fee �'^ ', schedule foranyTSCemp loyees)subpoen,'aedbyanyparty suspected hazardous materials,utility lines and underground performed.6tlerl'ca � j y �a structures at any site at while TSC Is to perform.services days of its recelpt Client further agrees to pa rest.om as an occurrence witness as a result ofTSC's services, under this,agreement, all amounts inVolced and not paid or o ed to In wriffng for Valid cause wfthln.slxty(60 attho rata of lwoln `13.OTHER AGREEMENTS;TSC shall not be bound by 5,DISCflI!ERY OF POLLtiTANTS;TSCs services shall not (12'x)perannum(orth_ mum interestrelopermlttedby any provision or,agreement(g requiring or providing for this Include Invesfigatfon for hazardous materials as defined by applicable-law ; ,c ever Who lesser)un l paid andTSC,s arbitration of disputes or controversies arising out of any the Resource Conservaft Recovery fact,4211..S.C.g 6901, cuss ecVon ofsuch accounts.Including courtrcosts Agreement erVs performance, n vyherdnTSC e:alves any et,seq.,as amended("RCRA)or byany stale or Federal sa3iible-attsfney s fees 4 rights to-a mechanics lieu or surety bond claim;(I)that statute;orregulatiom.Intheaeenithat hazardous materials conditionstiCr tight to renetve payment!or Its services are,discoveredanrijdenlifled by.TSO,TSCs.solo duty shall 10.WARRAIM., TSC's professfonatUrvices will�ba upon payment to Client byanythlydpartyof(iv)that requires tietonotffyCllent performed;Its findings obtained and Ila reports.prepared TSCtolndemnifyanyparly beyond itsoVIAhegflgenceThaso In wcordancewith these General Condiions and with GeneralCondiUonsarenotice,whererequirad,thatTSCshafl G,h'1Df11TORING:if this Agreement includes testing generally accepted principles and practices.Inperformiingits filea Ilan whenevernecessaryto collect part due amUM& construction materialscrobs,rving any aspectofconsbuction profess'onalsxnices,TSCV;i use thatdegreaofcareandskfll This Agreementcontains the entire:understandingb6lben of Improvements,Client's construction personnel valif ordinarify exercised under similar circumstances bytnembers the parties.Unless expressly accepted by TSC In writing verify that.tho pad is properly located and sized to meet of its profession.in performing physical,Work In pursuit of prior to delivery of TSCs services,client shall not add any Gllent's projected building loads.Cilent shall cause all its professional services,TSC will use thaldegree of care conditions or impose condllfons which are in conflict vvith tests and Inspections of Vie site,materials and work to and skill ordinarily used under similar circumstances.This those,conlednedherein,andnosuch addf6onatorconfficting be timely and,properly psformed In accordance with waranty is In lieu of all other warranties or represenlations, terms shall be binding upon TSC.The unenforceabiffty or the plans;specifications, wnhact documents,and TSC's either express or implied,Statements made In TSC reports Invalidity of any provision or provisions shall not render any recommendations, tlo.ctenrs for loss,damage or Injury are opinions based upon engineering judgment and are not other provision or provisions unenforceable or 1nValid.This shall be brought agalnstTSC un!ess all tests.and inspecilons to be construed as represeniaVons of fact. Agreementshall be construed and enforced in accordance have been so performed andun!essTSC's recommendations with the laws ofthe State of lliinols.ln the event of a dispute have been followed. oufdi�eorartyortsempfareesbe�eurt'' b� arisingoutoforrelaNngio the perfo,manceofthr3Agreemant, -- negl'gentinpertormingprofessionalservicesoridh vamada the breach thereof orTSC's services,the parties agree to TSC'9 services shall noNncfrde determining orlmptemenfing and breached any express orimplledv:'arrant' resentallon try In good faith to settle the dispute by medraEon under the means,methods,techniques or procedures of work or contract,Client,all parfes claims cough Client and Vie Construction industry hiedlatfm Rules of the American done by Via contractor(s)be'ng monitored or whose work is all parties c!aiming to haVe ice: way raked upon 1sC's Arbffradonpssocfation are condition precedent Lori fog any being tested,TSC's"servicro shall not Include the authority serv!cesorvm;kagree emaxlmurnaggregateanount demand for arbitration,or any petition orComplaintvmhany to accept or reject vrork or to In any manner supervise of damages fory;lU C,its officers,employees and agents court.Paragraph headings we for convenience onlyandshall the work of any contractor.TSG's services or failure to shall be Ile ,s limited to t50,OD0 or the total amount of not be construed as,limiling the meaning of the provisions perform same shall not in any gray operate or excuse any the fe a d to TSC for its services performed vAlli respect contained in these General Conditions. ne `3 contractor from the performance of Its work in accordance t r a p nett, armoimt is grv" '°a Christopher B. Burke Engineering, Ltd. 2016 Street Improvement Program,Oak Brook L-84,261 -November 6, 2015 PAVEMENT CORE RESULTS (Each component of pavement section listed from top down.) Avenue Loire (Cores 1 -4): Core 1: 3.0" Bituminous Surface Course (Partially Deteriorated) *„ 1_5" Bituminous Binder Course (Deteriorated) 4'/Z" Total Asphalt Thickness 5" Crushed Stone Base Course (3/4" Max with fines) 3" Crushed Stone Base Course (2" Max with fines) _ Core 2: 2.4" Bituminous Surface Course 2.2" Bituminous Binder Course 4'/z" Total Asphalt Thickness 4" Crushed Stone Base Course (3/4" Max with fines) 4" Crushed Stone Base Course (2" Max with no fines) Core 3: 1.9" Bituminous Surface Course 0.9" Bituminous Surface Course 1.2" Bituminous Binder Course (Deteriorated) 4" Total Asphalt Thickness 6" Crushed Stone Base Course (1" Max with fines) 3" Crushed Stone Base Course (2" Max with fines) Core 4: 2.3" Bituminous Surface Course 1.3" Bituminous Surface Course 1.2" Bituminous Binder Course 4%" Total Asphalt Thickness _ 5" Crushed Stone Base Course (3/" Max with fines) 4" Crushed Stone Base Course (2" Max with fines) Camden Court (Cores 5 -7): Core 5: 1.6" Bituminous Surface Course 2.8" Bituminous Binder Course 4.9" Bituminous Binder Course 91/4' Total Asphalt Thickness 12" Crushed Stone Base Course (1" Max with fines) -1- Christopher B. Burke Engineering, Ltd. 2016 Street Improvement Program,Oak Brook L-84,261 -November 6, 2015 i Core 6: 2.1" Bituminous Surface Course 2.9" Bituminous Binder Course 3_1" Bituminous Binder Course 8" Total Asphalt Thickness 15" Crushed Stone Base Course (1" Max with fines) I Core 7: 2.0" Bituminous Surface Course 2.1" Bituminous Binder Course 2.9" Bituminous Binder Course 3_5" Bituminous Binder Course 101/2' Total Asphalt Thickness 11" Crushed Stone Base Course (1" Max with fines) r 1 Tower Drive (Cores 8 - 9): Core 8: 2.5" Bituminous Surface Course (Partially Deteriorated) 1_0" Bituminous Binder Course (Deteriorated) 31/2' Total Asphalt Thickness 11" Crushed Stone Base Course (1" Max with fines) j Core 9: 1.4" Bituminous Surface Course (Not bonded to underlying layer) 3.5" Bituminous Binder Course ! I 5_8" Bituminous Binder Course 10%" Total Asphalt Thickness � 3" Crushed Stone Base Course (1" Max with fines) Camelot Drive (Cores 10 - 12): Core 10: 1.9" Bituminous Surface Course (Not bonded to underlying layer) 5.6" Bituminous Binder Course 71/2' Total Asphalt Thickness 6" Crushed Stone Base Course (1" Max with fines) Core 11: 1.6" Bituminous Surface Course (Not bonded to underlying layer) 1.6" Bituminous Binder Course 4.8" Bituminous Surface Course _ 8" Total Asphalt Thickness 12" Crushed Stone Base Course (1" Max with fines) -2- i I f Christopher B. Burke Engineering,Ltd. }# 2016 Street Improvement Program, Oak Brook I L-84,261 -November 6, 2015 j I i i Core 12: 1.8" Bituminous Surface'Course 1.7" Bituminous Binder Course 4_5" Bituminous Binder Course 8" Total Asphalt Thickness i 9" Crushed Stone Base Course (1" Max with fines) 4 Mockingbird Lane (Cores 13 - 19): I i Core 13: 2.0" Bituminous Surface Course j 3.0" Bituminous Surface Course 5" Total Asphalt Thickness 12" Crushed Stone Base Course (1" Max with fines) Core 14: 2.4" Bituminous Surface Course I 2_3" Bituminous Surface Course 4%" Total Asphalt Thickness 10" Crushed Stone Base Course (1" Max with fines) I Core 15: 2.2" Bituminous Surface Course 2_1" Bituminous Surface Course 4'/4' Total Asphalt Thickness I 7" Crushed Stone Base Course (1" Max with fines) 'I M I Core 16: 2.2" Bituminous Surface Course I 1_8" Bituminous Surface Course (Partially Deteriorated) 4" Total Asphalt Thickness 12" Crushed Stone Base Course (1" Max with fines) Core 17: 2.7" Bituminous Surface Course 1.0" Bituminous Binder Course 33/4' Total Asphalt/Pavement Thickness 6" Hydrated Steel Slag Sand Base Course i i Core 18: 2.2" Bituminous Surface Course 1.4" Bituminous Binder Course 3'1/2" Total Asphalt Thickness 5" Hydrated Steel Slag Sand Base Course i -3- s II Christopher B. Burke Engineering,Ltd. 2016 Street Improvement Program, Oak Brook L-84,261 -November 6, 2015 Core 19: 2.0" Bituminous Surface Course 1.3" Bituminous Surface Course 3'/4' Total Asphalt Thickness 3" Hydrated Steel Slag Sand Base Course St Stephens Green (Cores 20 - 26): Core 20: 2.2" Bituminous Surface Course 2.8" Bituminous Binder Course •- 3.4" Bituminous Binder Course 8%" Total Asphalt Thickness No Granular Base Course Present Core 21: 2.4" Bituminous Surface Course 3.5" Bituminous Binder Course (Not Bonded to underlying layer) 2.0" Bituminous Binder Course 8" Total Asphalt Thickness No Granular Base Course Present Core 22: 2.0" Bituminous Surface Course 3.5" Bituminous Binder Course 2.8" Bituminous Binder Course 81/4' Total Asphalt Thickness No Granular Base Course Present Core 23: 2.3" Bituminous Surface Course 4.7" Bituminous Binder Course 7" Total Asphalt Thickness II No Granular Base Course Present Core 24: 2.3" Bituminous Surface Course 3.8" Bituminous Binder Course (Not bonded to underlying layer) 2.7" Bituminous Binder Course 83/4' Total Asphalt Thickness No Granular Base Course Present I i I I -4- Christopher B.Burke Engineering,Ltd. 2016 Street Improvement Program,Oak Brook L-84,261 -November 6, 2015 Core 25: 1.9" Bituminous Surface Course 4.3" Bituminous Binder Course 3.6" Bituminous Binder Course 9%" Total Asphalt Thickness No Granular Base Course Present Core 26: 1.8" Bituminous Surface Course 3.8" Bituminous Binder Course 2.4" Bituminous Binder Course 8" Total Asphalt Thickness No Granular Base Course Present Core 27: 2.6" Bituminous Surface Course 3.2" Bituminous Binder Course 2_2" Bituminous Binder Course 8" Total Asphalt Thickness No Granular Base Course Present Acorn Hill Lane (Cores 28 - 30): Core 28: 1.8" Bituminous Surface Course 1.2" Bituminous Binder Course 3.2" Bituminous Binder Course 6'/a' Total Asphalt Thickness 7" Crushed Gravel Base Course (1'/2' Max with fines) Core 29: 2.0" Bituminous Surface Course 1.1" Bituminous Binder Course 3.8" Bituminous Binder Course 2.0" Bituminous Aggreqate Mixture (Deteriorated) 9" Total Asphalt Thickness 4" Crushed Gravel Base Course (1" Max with fines) i i Core 30: 1.9" Bituminous Surface Course 4.1" Bituminous Binder Course 6" Total Asphalt Thickness j 8" Crushed Gravel Base Course (1" Max with fines) -5- Christopher B.Burke Engineering, Ltd. 2016 Street Improvement Program, oak Brook L-84,261 -November 6, 2015 Washington Street(Cores 31 -33): Core 31: 1.7" Bituminous Surface Course 1.5" Bituminous Binder Course 0.7" Bituminous Chip and Seal 1.2" Emulsified Bituminous Concrete 5" Total Asphalt Thickness 6" Crushed Gravel Base Course (1" Max with fines) Core 32: 1.8" Bituminous Surface Course 2.0" Bituminous Binder Course 0.4" Bituminous Chip and Seal 0.5" Bituminous Chip and Seal 1.3" Emulsified Bituminous Concrete 6" Total Asphalt Thickness 8" Crushed Gravel Base Course (1" Max with fines) Core 33: 1.9" Bituminous Surface Course 1.6" Bituminous Binder Course 0.6" Bituminous Chip and Seal 0.4" Bituminous Chip and Seal 0.8" Emulsified Bituminous Concrete 5'/4' Total Asphalt Thickness 7" Crushed Gravel Base Course (1" Max with fines) Wood Rd (Cores 34 -35): Core 34: 2.0" Bituminous Surface Course 2.4" Bituminous Binder Course 4'/2" Total Asphalt Thickness 11" Crushed Stone Base Course (3/" Max with fines) Core 35: 1.9" Bituminous Surface Course 1.9" Bituminous Binder Course (Not bonded to underlying layer) 4.5" Bituminous Binder Course -" 81/4' Total Asphalt Thickness No Granular Base Course Present i i -6- i Christopher B. Burke Engineering, Ltd. j 2016 Street Improvement Program, Oak Brook L-84,261 -November 6, 2015 West Glendale Avenue (Cores 36 - 39): Core 36: 1.6" Bituminous Surface Course 0.8" Bituminous Binder Course j 0.8" Bituminous Chip and Seal 6_0" Bituminous Aggregate Mixture (Deteriorated) 9'/4' Total Asphalt Thickness No Granular Base Course I Core 37: 1.5" Bituminous Surface Course 1.9" Bituminous Binder Course 4.1" Bituminous Binder Course 7'/z" Total Asphalt Thickness 8" Crushed Stone Base Course (1" Max with fines) i w Core 38: 2.4" Bituminous Surface Course 1.1" Emulsified Bituminous Concrete 4.2" Crushed Stone (3/4" Max with fines) 1.3" Emulsified Bituminous Concrete 9" Total Asphalt Thickness 10" Crushed Stone Base Course (1" Max with fines, layered with clay) I Core 39: 2.7" Bituminous Surface Course (Not bonded to underlying layer) 0.8" Bituminous Surface Course 3.8" Bituminous Binder Course 2.7" Bituminous Aggregate Mixture (Deteriorated) 10" Total Asphalt Thickness No Granular Base Course Present k Adams Road (Cores 40 -41): �. Core 40: 2.0" Bituminous Surface Course (Not bonded to underlying layer) 1.8" Bituminous Surface Course 2.7" Bituminous Binder Course 6%" Total Asphalt Thickness 5" Crushed Stone Base Course (1" Max with no fines) 3" Crushed Stone Base Course (1" Max with fines) I -7- I Christopher B. Burke Engineering, Ltd. 2016 Street Improvement Program,Oak Brook L-84,261 -November 6, 2015 Core 41: 2.4" Bituminous Surface Course (Not bonded to underlying layer) 1.6" Bituminous Surface Course 3.3" Bituminous Binder Course 7'/4' Total Asphalt Thickness 5" Crushed Stone Base Course (3/" Max with no fines) 3" Crushed Stone Base Course (3/<" Max with fines) Bath and Tennis Drive (Cores 42 -45): Core 42: 1.5" Bituminous Surface Course 4.5" Bituminous Binder Course 6" Total Asphalt Thickness 9" Crushed Gravel Base Course (1" Max with fines) Core 43: 1.3" Bituminous Surface Course 6.3" Bituminous Binder Course 7%" Total Asphalt Thickness 8" Crushed Stone Base Course (1" Max with fines) Core 44: 2.0" Bituminous Surface Course 1.4" Bituminous Surface Course (Not bonded to underlying course) 6.6" Bituminous Surface Course 10" Total Asphalt Thickness 12" Crushed Gravel Base Course (3/4" Max with fines) Core 45: 1.3" Bituminous Surface Course 2.3" Bituminous Surface Course 1.2" Bituminous Surface Course (Partially Deteriorated) 0_5" Bituminous Surface Course (Deteriorated) 5'/4' Total Asphalt Thickness 9" Crushed Gravel Base Course (3/4' Max with fines) 16th Street (Cores 46 -47): Core 46: 9_8" P.C. Concrete (1/4" Steel 4" below top of PCC) 93/4' Total P.C. Concrete Thickness 10" Crushed Stone Base Course (1" Max with fines) -8- Christopher B. Burke Engineering, Ltd. 2016 Street Improvement Program, Oak Brook L-84,261 -November 6, 2015 Core 47: 11.3" P.C. Concrete (5/16" Steel 3%2" below top of PCC) 11'/4" Total P.C. Concrete Thickness 7" Crushed Stone Base Course (1" Max with fines) Harger Road (Cores 48 - 53): Core 48: 2.2" Bituminous Surface Course 2.1" Bituminous Surface Course 4'/4' Total Asphalt Thickness 16" Crushed Stone Base Course (1" Max with fines) Core 49: 2.5" Bituminous Surface Course (Not bonded to underlying course) 2.6" Bituminous Binder Course 4.1" Bituminous Binder Course 9'/4" Total Asphalt Thickness No Granular Base Course Present Core 50: 2.5" Bituminous Surface Course 1.8" Bituminous Binder Course 4.1" Bituminous Binder Course 8'/2" Total Asphalt Thickness 5" Crushed Stone Base Course (1" Max with fines) Core 51: 2.3" Bituminous Surface Course 3.1" Bituminous Binder Course 2.3" Bituminous Binder Course 0.6" Bituminous Chip and Seal 0.7" Bituminous Chip and Seal 9" Total Asphalt Thickness 6" Crushed Stone Base Course (1" Max with fines) Core 52: 1.5" Bituminous Surface Course 1.6" Bituminous Surface Course _ 1.5" Bituminous Binder Course (Not bonded to underlying course) 4.8" Bituminous Binder Course 9'/2 Total Asphalt Thickness 5" Crushed Stone Base Course (3/4' Max with fines) -9- i Christopher B. Burke Engineering, Ltd. 2016 Street Improvement Program, Oak Brook �. L-84,261 -November 6, 2015 Core 53: 1.6" Bituminous Surface Course 1.1" Bituminous Surface Course 2.2" Bituminous Surface Course (Not bonded to underlying course) 1.3" Bituminous Binder Course 1.3" Bituminous Binder Course 3_8" Bituminous Binder Course 11'/4" Total Asphalt Thickness 15" Crushed Stone Base Course (1" Max with fines) York Street(Cores 54- 56): Core 54: 10.1" P.C. Concrete 10" Total P.C. Concrete Thickness 8" Crushed Stone Base Course (1" Max with no fines) Core 55: 2.0" Bituminous Surface Course (Slag Present) 2.3" Bituminous Surface Course 8_5" P.C. Concrete (Deteriorated) 12%" Total Asphalt/P.C. Concrete Thickness 9" Crushed Stone Base Course (1" Max with fines) Core 56: 10.5" P.C. Concrete _ 10'/z" Total P.C. Concrete Thickness No Granular Base Course Present Clearwater Drive (Cores 57 - 59): Core 57: 3.6" Bituminous Surface Course (Not bonded to underlying layer) 3.8" Bituminous Binder Course 2.4" Bituminous Binder Course 93/4' Total Asphalt Thickness 9" Crushed Stone Base Course (1" Max with fines) Core 58: 1.6" Bituminous Surface Course 1.3" Bituminous Surface Course 3.1" Bituminous Binder Course 2_5" Bituminous Binder Course 8%" Total Asphalt Thickness 8" Crushed Stone Base Course (3/4" Max with fines) -10- i Christopher B. Burke Engineering, Ltd. 2016 Street Improvement Program, Oak Brook +- L-84,261 -November 6, 2015 Core 59: 1.7" Bituminous Surface Course 1.4" Bituminous Binder Course 3.2" Bituminous Binder Course (Not bonded to underlying layer) 5.2" Bituminous Binder Course 111/2" Total Asphalt Thickness 5" Crushed Stone Base Course (3/" Max with fines) w Regent Drive (Core 60): Core 60: 1.6" Bituminous Surface Course 1.0" Bituminous Surface Course 3.0" Bituminous Binder Course (Partially Deteriorated) 5_0" Bituminous Binder Course (Partially Deteriorated) 101/2 Total Asphalt Thickness 8" Crushed Stone Base Course (1" Max with fines) w w LiSubgrade Test Results TESTING SERVICE CORPORATION 457 EAST GUNDERSEN DR. •CAROL STREAM,ILLINOIS 60188-2492 FAX:(630)653-2726 TEL:(630)653-3920 11/09115 Client: Christopher B. Burke Engineering, Ltd. L-84,261 9575 West Higgins Road, Suite 600 WE Rosemont, IL 60018 1 of 7 Project: 2016 Street Improvement Program Various Streets Oak Brook, IL Location Depth Moisture Qp 7Dry Soil Description N (tsfl Core 1 1.0'-3.0' 22.2 3.0 Very tough brown silty CLAY, little sand, trace gravel, moist Avenue Loire (CL) Core 2 1.0'-3.0' 20.5 3.5 ___ Very tough brown silty CLAY, little sand, trace gravel, moist Avenue Loire (CL) •� Core 3 Avenue Loire 1.1' -3.0' 17.7 4.5+ --- Hard brown silty CLAY, little sand, trace gravel, moist(CL) Core 4 Fill - Brown, gray and black silty CLAY, little sand, trace �.- 1.1'-3.0' 23.1 4.5 104 ravel, trace organic, moist CL Avenue Loire 9 9 ( ) 1.8'-2.8' 18.2 4.5+ --- Hard brown and gray silty CLAY, little sand and gravel, moist Core 5 (CL) Camden Court Hard brown and gray silty CLAY, little sand and gravel, moist 2.8'-4.0' 18.9 4.5 --- (CL) 1.9'-2.5' 20.0 2,75 --- Very tough brown and gray silty CLAY, little sand, trace Core 6 gravel, moist(CL) Camden Court Hard brown and gray silty CLAY, little sand and gravel, moist 2.5'-4.0' 16.0 2.5 --- (CL) 1.8'-2.8' 24.6 3.0 101 Fill-Brown, gray and black silty CLAY, little sand, trace Core 7 gravel, trace organic, moist(CL) Camden Court 2.8'-4.0' 22.2 2.75 --- Very tough 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 Comments Subgrade samples taken to approximately 3 -4 feet below top of pavement. Field Technician(s) `_ _ = 1`abect�n�c>an Rev"sewed By J.J.M./J.C. K.R./L.L./M.Q. E.A.D. 1 Test D. _ Moisture Qp y Dry Location Depth � ) ( � �p fl Soil Description is c 1.2'- 1.6' 28.8 2.5 93 Fill - Black silty CLAY, little sand, trace gravel, trace organic, moist(CL) Core 8 1.6'-2.8' 20.8 3.0 ___ Very tough brown and gray silty CLAY, little sand, trace Tower Drive gravel, moist (CL) 2.8'-4.0' 19.9 4.5+ __ Hard brown and gray silty CLAY, little sand, trace gravel, moist(CL) 1.1'-2.7' 43.4 --- --- Black clayey TOPSOIL, trace sand and gravel, very moist Core 9 (OL) Tower Drive -4.0' 26.4 2.0 --- Tough brown and gray silty CLAY, trace sand and gravel, 2.7' moist(CL) 1.1' -2.0' 17.3 3.0 --- Very tough brown and gray silty CLAY, little sand and gravel, Core 10 moist(CL) Camelot Drive Hard brown and gray silty CLAY, little sand and gravel, moist 2.0'-4.0' 16.1 4.5+ --' (CL) 1.7'-2.8' 16.7 3.0 __ Very tough brown and gray silty CLAY, little sand and gravel, Core 11 moist(CL) Camelot Drive 2.8'-4.0' 18.4 1.0 --- Tough brown and gray silty CLAY, little sand and gravel, very moist(CL) Core 12 1.4'-2.4' 14.4 1.0 --- Stiff brown silty CLAY, little sand and gravel, very moist(CL) Camelot Drive ` 2.4'-4.0' 12.9 1.0 --- Stiff brown silty CLAY, little sand and gravel, very moist(CL) Core 13 Fill - Brown and black silty CLAY, little sand and gravel, moist 1.4' -3.0' 16.3 2.5 117 Mockingbird Lane (CL) Core 14 1.2'-3.0' 6.4 -- --- Fill - Brown SAND and GRAVEL, moist(GP-SP) Mockingbird Lane Core 15 Mockingbird Lane 0.9'-3.0' 7.5 --- --- Fill- Brown CRUSHED STONE, moist(GP) Core 16 1.3'-3.0' 19.6 4.5+ ___ Hard brown and black silty CLAY, little sand, trace gravel, Mockingbird Lane trace organic, moist(CL) Core 17 0.8'-3.0' 19.6 3.0 110 Fill - Black silty CLAY, little sand, trace gravel, trace organic, Mockingbird Lane 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 Comments Subgrade samples taken to approximately 3 -4 feet below top of pavement. Field Technician s - Lab?echnican = = _ Reviewed B = - J.J.M./J.c. K.R./L.L./M.Q. E.A.D. i 2 Test Data Moisture Qp 7 Dry Soil Description Location Depth (070) (tsf) (pcf) Fill- Brown, gray and black silty CLAY, little sand and gravel, 0.7' - 1.8' 13.1 3.0 124 Core 18 trace organic, moist(CL) Mockingbird Lane Very tough brown and gray silty CLAY, little sand, trace 1.8'-4.0' 23.2 2.25 --- gravel, moist(CL) Core 19 0.5'-3.0' 29.5 2.5 _-- Black silty CLAY, trace sand and gravel, trace organic, moist Mockingbird Lane (CL) 07-2.0' 18.6 4.5+ __ Hard brown and gray silty CLAY, little sand and gravel, moist Core 20 (CL) St Stephens Green Hard brown and gray silty CLAY, little sand and gravel, moist 2.0'-4.0' 17.3 4.5+ -" (CL) Hard brown and gray silty CLAY, little sand and gravel, moist 07-2.0' 16.8 4.5+ '-- (CL) Core 21 St Stephens Green Hard brown and gray silty CLAY, little sand and gravel, moist 2.0'-4.0' 15.0 4.5+ --- (CL) Hard brown and gray silty CLAY, little sand and gravel, moist 0.7' -2.0' 18.7 4.5+ --' Core 22 (CL) St Stephens Green Hard brown and gray silty CLAY, little sand and gravel, moist 2.0'-4.0' 15.4 4.5+ --- (CL) Hard brown and gray silty CLAY, little sand and gravel, moist 0.6'-2.0' 14.9 4.5+ '-- (CL) Core 23 St Stephens Green Hard brown and gray silty CLAY, little sand and gravel, moist 2.0'-4.0' 17.3 4.5+ --- (CL) Hard brown and gray silty CLAY, little sand and gravel, moist 0.7'-2.0' 15.3 4.5+ '-- (CL) -- Core 24 St Stephens Green Hard brown and gray silty CLAY, little sand and gravel, moist 2.0'-4.0' 16.6 4.5+ '-- (CL) 0.8'-2.0' 23.0 2.5 104 Fill -brown, gray and black silty CLAY, little sand, trace Core 25 gravel, trace organic, moist(CL) St Stephens Green 2 0' -4.0' 21.1 4.0 103 Fill -brown, gray and black silty CLAY, little sand, trace gravel, trace organic, moist(CL) Hard brown and gray silty CLAY, little sand and gravel, moist 0.7'-2.0' 17.2 4.5+ '-- (CL) Core 26 St Stephens Green 2.0'-4.0' 18.4 4.5+ ___ Hard brown and gray silty CLAY, little sand and gravel, moist (CL) Depth = Feet below top of pavement ons per square foot based on readings with a calibrated pocket penetrometer Qp= Unconfined compressive strength in t Subgrade samples taken to approximately 3 -4 feet below top of pavement. FieldTechnician(sj ` Lab;Technic�an Revjewed`By f J.J.M./J.C. K.R./L.L./M.Q. E.A.D. i i� ~' 3 Test Data Moisture Qp Y Dry Soil Descri tion Location Depth (070) (tsf) (pcf) p Very tough brown and gray silty CLAY, little sand and gravel, 0.7'-2.0' 14.6 3.25 --- Core 27 moist(CL) ._ St Stephens Green Very tough brown and gray silty CLAY, little sand and gravel, 2.0'-4.0' 17.2 2.5 -"" moist(CL) ... 1.1'-2.8' 24.6 2.75 --- Very tough brown and gray silty CLAY, little sand, trace Core 28 gravel, moist(CL) Acorn Hill Lane Hard brown and gray silty CLAY, little sand and gravel, moist 2.8' -4.0' 17.5 4.5+ -- (CL) 1.1' -3.1' 18.6 2.25 --- Very tough brown and gray silty CLAY, little sand and gravel, Core 29 moist(CL) Acorn Hill Lane Hard brown and gray silty CLAY, little sand, trace gravel, 3.1'-4.0' 20.5 4.5+ --- moist(CL) .- Very tough brown and gray silty CLAY, little sand, trace 1.2'-2.3' 21.2 3.25 --- Core 30 gravel, moist(CL) Acorn Hill Lane 2.3' -2.4' --- --- --- Black SHALE pieces Core 31 Tough black silty CLAY, little sand, trace gravel, trace Washington Street 0.9'-3.0' 22.6 1.25 --- organic, very moist(CL) _ 1.2' -2.0' 23.7 1.5 --- Tough brown silty CLAY, little sand, trace gravel, very moist Core 32 1 (CL) Washington Street Very tough brown silty CLAY, little sand, trace gravel, moist 2.0 -4.0' 19.2 2.5 (CL) Core 33 1.0'-3.0' 19.0 2.25 --- Very tough black silty CLAY, little sand, trace gravel, trace Washington Street organic, moist(CL)' Core 34 Very tough brown silty CLAY, little sand,and gravel, moist Wood Road 1.3' -3.0' 16.0 3.5 --- (CL) Core 35 0.7'-3.0' 24.9 2.25 --- Very tough brown and gray silty CLAY, little sand, trace Wood Road gravel, moist(CL) 0.8'- 1.8' 19.1 4.5+ 109 Fill - Brown, gray and black silty CLAY, little sand, trace Core 36 gravel, trace organic, moist(CL) West Glendale Avenue Hard brown and gray silty CLAY, little sand and gravel, moist 1.8' -4.0' 16.4 4.5+ --- I(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 -4 feet below top of pavement. Meld Techaiicien s = Lab='Gechroicean - - - Reviewed B J.J.M./J.C. K.R./L.L./M.Q. E.A.D. 4 Moisture Qp y Dry Soil Description Test Data 1- Location Depth (oyo) (tsf) (pcf) p 1.3'- 1.8' 12.7 4.5+ cf Fill-Brown and gray silty CLAY, little sand and gravel, moist -- Core 37 (CL) West Glendale Avenue Fill - Brown and gray silty CLAY, little sand and gravel, moist 1.8'-4.0' 18.0 2.5 113 (CL) .r 1.6'-2.1' 12.5 --- --- Brown and gray SAND and GRAVEL, moist(GP-SP) Core 38 West Glendale Avenue Stiff brown and gray silty CLAY, little sand, trace gravel, very 2.1'-4.0' 20.8 1.0 --- moist(CL) Fill - Brown, gray and black silty CLAY, little sand, trace 0.8'- 1.5' 19.2 4.5 109 gravel, trace organic, moist(CL) Core 39 West Glendale Avenue Very tough black silty CLAY, trace sand and gravel, trace 1.5'-4.0' 27.9 3.0 _- organic, moist(CL) ... Core 40 Fill - Brown and black silty CLAY, little to some sand and 1.2'-3.0' 8.5 1.5 125 Adams Road gravel, trace organic, very moist(CL) Core 41 1.3'-3.0' 21.9 3.25 --- Very tough brown and gray silty CLAY, little sand, trace Adams Road I gravel, moist(CL) 1.3'- 1.8' 16.3 4.5+ 113 Fill-Brown and gray silty CLAY, little sand and gravel, moist (CL) Core 42 8 1. '-2.8 18.8 2.75 __- Very tough brown and gray silty CLAY, little sand and gravel, Bath and Tennis Drive moist(CL)_ ) Very tough brown and gray silty CLAY, little sand, trace 2.8'-4.0' 20.6 3.25 gravel, moist (CL) Core 43 1.3'-5.0' 26.9 1.25 Tough brown and gray silty CLAY, trace sand and gravel, --- i Bath and Tennis Drive very most(CL) Tough brown and gray silty CLAY, trace sand and gravel, Core 44 1.8'-2.8' 25.2 1.5 --- very moist(CL) . Bath and Tennis Drive Tough brown and gray silty CLAY, little sand, trace gravel, 2.8'-4.0' 23.2 1.5 --- very moist(CL) Tough brown and gray silty CLAY, little sand, trace gravel, Core 45 1.2' -2.7' 20.6 1.5 --- very moist(CL) Bath and Tennis Drive Hard brown and gray silty CLAY, little sand and gravel, moist 2.7'-4.0' 17.8 4.5+ --- (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 3-4 feet below top of pavement. Eleld Technician s)' - - - Lab Technician. Reviewed J.J.M.M.C. K.R./L.L./M.Q. E.A.D. 4 5 Test D. . Moisture Qp y Dry Location Depth (tsf) (pcfl Soil Description (%) 1.6'-2.8' 18.9 4.5 -_- Hard brown, gray and black silty CLAY, little sand and gravel, Core 46 trace organic, moist(CL) 16th Street 2.8' -4.0' 20.0 3.25 --- Very tough brown and gray silty CLAY, little sand, trace gravel, moist(CL) 1.5'-2.2' 21.0 4.5 107 Fill-Gray and black silty CLAY, little sand, trace gravel, trace Core 47 organic, moist(CL) 16th Street Very tough brown silty CLAY, little sand and gravel, moist .... 2.2'-4.0' 15.0 2.25 --- (CL) 1.7'-3.2' 44.2 2.5 77 Fill-Black silty CLAY, trace sand and gravel, trace organic, Core 48 moist(CL) Harger Road Very tough dark gray silty CLAY, little to some sand and 3.2'-4.0' 8.0 2.0 '-- gravel, moist(CL) 0.8'-2.0' 19.5 4.5+ ___ Hard brown, gray and black silty CLAY, little sand, trace gravel, moist(CL) Core 49 2.0' -2.5' 21.0 0.75 ___ Stiff brown and gray silty CLAY, little sand, trace gravel, very Harger Road moist(CL) 2.5'-4.0' 15.6 4.5+ ___ Hard brown and gray silty CLAY, little sand and gravel, moist (CL) Core 50 1.1'-3.0' 25.9 2.25 ___ Very tough black silty CLAY, trace sand and gravel, trace Harger Road organic, moist(CL) Core 51 1.3'-3.0' 19.5 4.5+ --- Hard brown silty CLAY, little sand, trace gravel, moist(CL) Harger Road Core 52 1.2'-3.0' 18.8 4.5+ --- Hard brown silty CLAY, little sand and gravel, moist(CL) Harger Road Core 53 2.2'-3.0' 17.1 4.5+ 111 Fill- Brown and black silty CLAY, little sand and gravel, moist Harger Road (CL) 1.5'-27 21.2 1.75 ___ Tough brown and gray silty CLAY, little sand, trace gravel, Core 54 moist(CL) York Street Tough brown and gray silty CLAY, little sand, trace gravel, 2.7'-4.0' 20.8 1.5 --- very moist(CL) 1,8'-3.0' 18.3 4.5+ ___ Hard brown and gray silty CLAY, little sand and gravel, moist Core 55 (CL) York Street Hard brown and gray silty CLAY, little sand and gravel, moist 3.0'-4.0' 17.4 4.5+ --- (CL) Depth = Feet below top of pavement Qp= Unconfined compressive strength in tons per square foot based on readings with a calibrated pocket penetrometer. cornfirlientsw- Subgrade samples taken to approximately 3 -4 feet below top of pavement. Field Technicians) ,`- tab Technician - -= `-= Reviewed By - J.J.M./J.C. K.R./L.L./M.Q. E.A.D. 6 Test Data Location Depth Moisture Qp Y Dry Soil Description N (tsfl (pcf) 0.9'-25 19.9 3.5 Very tough brown and gray silty CLAY, little sand, trace Core 56 gravel, moist(CL) York Street Hard brown and gray silty CLAY, little sand and gravel, moist 2.5'-4.0' 18.7 4.0 --- (CL) 1.6'-2.8' 21.2 3.5 106 Fill -Brown, gray and black silty CLAY, little sand, trace Core 57 gravel, trace organic, moist(CL) Clearwater Drive Very tough brown, gray and black silty CLAY, little sand and 2.8'-4.0' 18.3 2.75 "- gravel, trace organic, moist(CL) 1.4' -27 12.6 4.5+ 123 Fill -Brown, gray and black silty CLAY, little to some sand Core 58 and gravel, trace organic, moist(CL) Clearwater Drive -4.0' 21.7 1.5 106 Fill -Brown, gray and black silty CLAY, little to some sand 2.7' and gravel, very moist(CL) .r 1.4' -2.4' 18.7 4.5+ 112 Fill -Brown and gray silty CLAY, little sand and gravel, moist Core 59 (CL) Clearwater Drive 2.4' -4.0' 24.6 2.0 101 Fill - Brown and gray silty CLAY, little sand, trace gravel, moist(CL) 1.5' -2.4' 12.3 1.5 127 Fill- Brown, gray and black silty CLAY, little sand and gravel, Core 60 1 trace organic, very moist(CL) Regent Drive 2.4'-4.0' 25.7 1.25 96 Tough brown, gray and black silty CLAY, trace sand and gravel, very 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 Comments Subgrade samples taken to approximately 3 -4 feet below top of pavement. Q-= R Technic s _- - - vie a _ Ec nic�an � � _:Rewedy , J.J.M./J.C. K.R./L.L./M.Q. E.A.D. r,- 7 r I I } I( i II 1 f V, 1,� y - gq , G,-a 1 I� .v 1 a Ila I ^ L- �� ,.� -,777 — , C E F 4 1 I DRAWN BY: AD STREET BORING LOCATION PLAN CHECKED BY: AJB PROGRAM JOBNO., L-84,261 VARIOUS STREETS OAK BROOK, ILLINOIS DATE: 11 -04-15 3 fl f � e 1 11 (IN FEET) SCALE 1 100' MCI � r t. f ti p LIM Pf k ' � e i v. t - -- g_-' fl.n4 lo � t.. �.. � g s� F x r ,tea! �; r r 5 Os]:1 • 1 • ` is _ I 0 60 (IN FEET) SCALE 1 60' - -(D, = F p t I gg t pp Cos {s: ILy �coi F _ €f _ tub �3 E iii 'If jolk ud too d k- • BORING L• • 2016 STREET PROGRAM VARIOUS STREETS TSC •.� . � .� •; • • OAK BROOK, ILLINOIS J 4, m v e m 1 d 2r k M F. � V l 3 1 1 (IN FEET) SCALE 30 1 - d I: ^f rig• �rl 1 r .. � '� rr, 5Y^a V.I Y er. t D• AD PAGE - CHECKED BY: AJ/ • "• " i r�r �r • •. �I DATE: mil( (IN FEET) SCALE 1" 200' u J y ) t r sf M � CFyI +{ r , w � gp F� p r, r 1 .,ca V"'� r �. � —' I x�, Mkt+. �� '; •,- ,.' „ �'�� ,1 �, ° t 4 •I" f� a ...W r' Y ...a .. —7 t r 1 Ln _ DRAWN • , • a 5 OF 10 C-29 C-30 C-28` N C-3t 0 2 0 (IN FEET) SCALE 1" =200' C-32 ore C-33 C-37 C-36 C-39 C-38 - • , DRAWN BY: EAD PAGE NO. LEGEND BORING LOCATION PLAN TESTING SERVICE CORPORATION CHECKED BY: A.J B 2016 STREET PROGRAM 457 EAST GUNDERSEN DRIVE CORE LOCATION VARIOUS STREETS CAROL STREAM,ILLINOIS 60188 JOB NO.: L-84,261 6 OF 10 OAK BROOK, ILLINOIS DATE: 11 -04-15 N C-41 0 400 r (IN FEET) SCALE 1" =400' +- C-40 LEGEND CORE LOCATION DRAWN BY: EAD PAGE NO. BORING LOCATION PLAN TESTING SERVICE CORP. cHEcKED BY: AJB 2016 STREET PROGRAM 457 EAST GUNDERSEN DRIVE VARIOUS STREETS CAROL STREAM,ILLINOIS 60188 JOB NO.: L-84,261 7 OF 10 OAK BROOK, ILLINOIS DATE: 11 -04-1 5 C-45 N C-44 0 200 IN FEET) SCALE 1" =200' C-43 r t w o. 1 C-42 LEGEND s CORE LOCATION DRAWN BY: EAD PAGE No. BORING LOCATION PLAN TESTING SERVICE CORP. CHECKED BY: AJB 2016 STREET PROGRAM = CAROL 457 EAST GIINDERSEN DRIVE VARIOUS STREETS STREAM,ILLINOIS 60188 JOB NO.: L-84,261 8 OF 10 .. OAK BROOK, ILLINOIS DATE: 1 1 -04-15 I r a �i 1 1 rB mm(' B I Iy�Iy f f Irv. _ i {yy, 77 I �.: rv• � v � - � u I � si "� � • 1 1 y _ t f I�. � �..�I�. �'.�-,-. M � •�'� � 1M ! NI .," Yr 5�n: �,�4�F� � t I �,4.i' � I. p g • 1� S k pa 4 , ,' 'q 41 c hr wW 4U, Ntp - ^I ,Ir�t �,•rP I1 I,r d ,m^w^r� dr I4'"I I r �o• I ' � 4 r ,aA+ s, VM1�.41,�Ih�14ydat,, 41.G� a i 9 ♦; �ti� ^�p b 'kmwp 1, 1..�� !`k f t x Y out gi ri 7S •� 1 � I' a 1 I r� 9 � F Q, p i �� � p c..� y,.J' � � '.I v ti pq s 4 �yl Ni�i�� �. 4 A �Y ' Abt 'l �e yy f P M 1&n t� I ^ n r Sr TEE a. ��` A�. - 5 �J��d `'� rye .. h:� 'f K• N ' I �'' ..°'ti, N'��� V'� �� a ,. _ _._.. _...- - �i � 'y ,✓r K�h.M� I�rl ,I (—�� I A'��S ��'� �L r'� -t" - -� � •ai'� ' ylp.r. r A�,.h�l�.l(r � b�;;� �a I': �a.� �,•a r f`y,�:f� r °'°� .. ,�,. ��I � I + p nit �I � z •.^.-. a .' � .. ..!'' � " I r„� r � •" �,,� ^�`!f'!�t 1 "`�i. r�Fl"r'F��a�'ti',�� � � �I.,.,,i prdr^ �,.: 'p „, :.. p � d 4µd �,.: ..^w,� ,,.pt�s.'L.� f� ��''�; r ` w F %'.•, s^ , s.. .. � ,.. '" .: �r.r ^ phrn+m� �r. r+ f I I iFr ll'dkkh��1�"7r�n4af .d' V ^� _ Ir,�' •J° '';�rl�Ir'�iy,r� ,F` 1 .T.M., "r F' I °'y } G7 � Ijrpl'7 �� r Ix �� T... I• r Jf [�IM+ .rY � � � ,,r 1 ., � � � �.. � .'i p IV U� • ' tiF�+F�f�4 �dA it � � { .�.: � ^�',.�•• � ` • '� ..` ''c,,w �,,�'r Ir y.H f � �� ,I � � r`p, "+ "�� � ^�,.� �" ^� r r � .... .' u h ! yl�... PI �'r r ( �[➢"3"' o4 1-7 .ir^� a'�& r r ;d T Ak ,.�r I _'1 * N F _fit . .��'. �'.� ,/,.,,t -• .. r.�'^'�;'_ T�� F,"',r.:"�' r��''t '`'' ,�,�.�:*,.n- � tlF*-1r� �l�E 1�i1�r�r n� ��I,�_ �� J �',,�I �rF" .,�n.a �"� �i I n ty 44- r Muntee,Qt — •• • AD PAGE NO. CHECKED BY: Al .261 10 F 10 December 16, 2015 TESTING SERVICE CORPORATION corporcile Once Mr, Orion Galey 360 South chain Place,Carol Stream,IL 6018II-2404 Christopher B. Burke Engineering, Ltd. 630.462.2600 a Fax 630.653.2986 9575 West Higgins Road Suite 600 Rosemont, IL 601018-4920 RE: L-84,262 Potentially Impacted Property Evaluation for LPC-662 Form 2016 Street Improvement Project 16'h Street 450' to Either Side of IL-83 Oak Brook, IL Dear Mr. Galey: Testing Service Corporation (TSC) has completed a Potentially Impacted Property (PIP) Evaluation, - soil sampling, and laboratory analyses for the above captioned project. The general scope of work was outlined in TSC's Proposal 55,748 dated October 14, 2015. TSC received authorization to perform the PIP evaluation on the same day. TSC was requested to evaluate site soil conditions for the disposal of construction spoils at a Clean Construction & Demolition Debris (CCDD) or Uncontaminated Soil Fill Operation (USFO) facility. Uncontaminated soil including uncontaminated soil mixed with clean construction or demolition debris (CCDD) accepted at a CCDD fill operation must be certified to be uncontaminated soil in accordance with Section 22.51(f)(2)(B) of the Environmental Protection Act [415 ILCS 5/22,51(f)(2)(13)]. Uncontaminated soil accepted at an uncontaminated soil fill operation (USFO) must be certified to be uncontaminated soil in accordance with Section 22.51 a(d)(2)(B) of the Environmental Protection Act [415 ILCS 5/22.51a(d)(2)(B). These certifications must be made by a licensed professional engineer or geologist (PE/PG) using the Form LPC-663 when the soil is removed from a site which is determined by the PE/PG to be a "Potentially Impacted Property" (PIP) based on review ofleadily ascertainable property history, environmental databases and site reconnaissance. Uncontaminated soil from a site which is not identified as a PIP by the PEIPG may be certified by either the.source site owner or operator using LPC-662 with pH analysis only. .r Source Site The Source Site ("Site") consists of a street section that intersects either side of IL-83 to 450 feet and is northwest of the Oakbrook Center mall in Oak Brook, IL. The activity generating the soil for disposal is improvements to the street. Records Review In accordance with Illinois Administrative Code 35 Part 1100, on behalf of the Site owner, TSC evaluated the historical uses of the Site to identify potential contamination sources, both frorn the Site and adjoining properties, which may cause the Site to be considered a PIP. praniding a Full Range(if eoleclenical Engineering, andCousliwdion 31iderials Engineering& Testing Christopher B. Burke Engineering, Ltd. L-84,262 - December 16, 2015 TSG researched the history of the property by reviewing historical topographic maps dating back to 1891 and aerial photographs dating back to 1939. Based on this information, the Site and surrounding land was agricultural until after 1946 when it began to be developed for subdivisions. The Oakbrook Center mall to the southeast began construction after 1956. The ramp structure between IL-83 and IL- 56 was constructed after 1962. The subdivision to the northwest was demolished and replaced with a mini mall after 1988. The subdivision to the northeast was also demolished at this time and zoned for commercial development. After 1993, a commercial building was constructed there as well as expanded parking for the mall to the southeast and a new commercial building in that area. A second commercial building was constructed there after 2011. None of the adjacent properties are suspected to have generated any impacts to the Site. TSC evaluated current Federal and State environmental agency records for the Site and vicinity by obtaining information from a Radius Map Report from Environmental Data Resources, Inc. (EDR). Review of the Radius Map Report assists in identifying potential contamination sources, both at the Site and from adjoining properties, which may cause the Site to be considered a PIP. The.EDR Radius Map Report information did not identify the Site on the reviewed environmental -- databases. The EDR Radius Map Report information did not identify any adjacent properties to the Site on the reviewed environmental databases. The properties identified on the EDR Radius Map Report information Orphan Summary are confirmed to not be in a radius of influence to the Site. Site Reconnaissance On October 20, 2015, a TSC Professional Geologist conducted a reconnaissance of the Site for the purpose of identifying indications of the use or disposal of hazardous substances or petroleum products. No indications of staining, unnaturally stressed vegetation or areas conspicuously absent of vegetation were noted at the Site. No evidence of aboveground.storage tanks or of vent or fill pipes suggesting the presence of underground storage tanks were identified on the Site. No indication of _ petroleum sheen was identified. No indications of solid waste or drum storage were noted at the Site. No suspect PCB containing equipment or hazardous waste generation was identified on Site. No evidence of the use or release of hazardous substances or petroleum products was identified at the Site. No additional sources of potential impact from the Site or adjacent properties beyond what has been described above were identified. The Site is a street located in a mixed commercial and residential area northwest of a mall in Oak Brook consistent with information reviewed on topographic maps, aerial photographs, and the EDR environmental report. The current status of the surrounding properties is also consistent with the information reviewed and none of the above conditions were noted at their locations within a zone of influence to the Site. Soil Screening & pH Analysis: TSC obtained two soil samples (C-46 and C-47) from the Site for analysis of pH. The samples were hotoionization detector PID). No elevated PID readings were noted. screened with a MiniRAE 2000 p ( � -2 Christopher B. Burke Engineering, Ltd. L-84,262 - December 16, 2015 The sample was delivered to f=irst Environmental Laboratories, Inc. following standard chain-of-custody procedures. The analytical results indicate that the pH of the soil at C-46 is 8.19 and at C-47 is 8.83. Conclusion: Based on review of the historical data and site reconnaissance, a TSC Professional Geologist has concluded that the source site is not a Potentially Impacted Property. Analysis of pH indicate that the soil at the site meets the pH requirements for disposal as uncontaminated soil. TSC has completed the LPC-662 form for the owner's signature. Please complete and sign the attached LPC-662 form and provide along with the analytical data to the Uncontaminated Soil Fill Operation for disposal. If conditions other than those found during the soil exploration are found, please contact us to perform a follow up survey. Also note that although the chemical analysis from the representative samples meet the MACS, disposal facilities screen each load with a PID, which will determine the final acceptance of individual loads. We appreciate the opportunity to be of service to you. Please contact us with any questions. Respectfully, TESTING SERVICE,CORPORATION Prepared by: David L. Hurst Aaron J. Ulrey, P.G.#196.001390 Environmental Department Manager Project Geologist DLi-I:AJU:kw Enc: LPC-662 Form Boring Location Plan Analytical Report and Chain of Custody EDR First Report Information General Conditions -3- ti Illinois Environmental Protection Agency Page 1 of Z Bureau of Land = 1021 North Grand Avenue East o P.O. Box 19276 e Springfield ® Illinois m 62794-9276 Source Site Certification by Owner or Operator for Use of Uncontaminated Soil as Fill in a CCDD or Uncontaminated Soil Fill Operation LPC-662 Revised in accordance with 35 111. Adm. Code 1100, as ... amended by PCB R2012-009 (eff. Aug. 27, 2012) This certification form is to be used by source site owners and operators to certify, pursuant to 35 111,Adm. Code 11D0.205(a)(1) (A), that soil(i)was removed from a site that is not potentially impacted property and is presumed to be uncontaminated soil and (ii) is within a pH range of 6.25 to 9.0. If you have questions about this form, please telephone the Bureau of Land Permit Section at 217/524-3300. This form may be completed online, saved locally, printed and signed, and submitted to prospective clean construction or demolition debris fill operations or uncontaminated soil fill operations. 1. Source Location Information (Describe the location of the source of the uncontaminated soil) Project Name: 2016 Oak Brook Street Improvements Office Phone Number, if available: 847-823-0500 Physical Site Location(Street, Road): 16th Street 450'to Either Side of IL-83 City: Oak Brook State: IL Zip Code: 60181 County: DuPage Township_ Fork Lat/Long of approximate center of site in decimal degrees (DD.ddddd)to five decimal places(e.g.,40.67890,-90.12345): Latitude: 41.85380 Longitude: -87.95730 (Decimal Degrees) (-Decimal Degrees) Identify how the]at/long data were determined: ❑ GP'S ❑ Map Interpolation ❑ Photo Interpolation ❑ Survey Other EDR First Report IEPA Site Number(s), if assigned-- BOL: None BOW:None BOA: None 11. OwnerlOperator Information for Source Site Site Owner Site Operator Name: Name: Street Address: Street Address: PO Box: PO Box: City: State: City: State: Zi p Code: Phone: Zip Code: Phone: Contact: Contact: Email, if available: Email, if available: This Agency is authorized to require this information under Section 4 and Title X of the Environmental Protection Act(415 ILLS 5/4, �-+ 5139).Failure to disclose this information may result in: a civil penalty of not to exceed$50,000 for the violation and an additional civil IL 532-1855 penalty of not to exceed$10,000 for each day during which the violation continues(415 ILCS 5142).This form has been approved by LPC 348 Rev.10/2013 the Forms Management Center. Page 2of2 Project Name: 2016 Oak Brook Street Improvements Latitude: 41.85380 Longitude: -87.95730 (Decimal Degrees) (-Decimal Degrees) Source Site Certification Ill. Descriptions of Current and Past Uses of Source Site Describe the current and past uses of the site and nearby properties.* Attach additional information as needed. The description must take into account, at a minimum,the following for the source site and for nearby property: (1) use of the properties for commercial or industrial purposes; (2)the use, storage or disposal of chemical or petroleum products in individual containers greater than 5 gallons or collectively more than 50 gallons; (3)the current or past presence of any storage tanks(above ground or underground); (4)any waste storage,treatment or disposal at the properties; (5)any reported releases or any environmental cleanup or removal of contaminants; (6)any environmental liens or governmental notification of environmental violations;(7)any contamination in a well that exceeds the Board's groundwater quality standards; (8)the use, storage, or disposal of transformers or capacitors manufactured before 1979;and (9)any fill dirt brought to the properties from -� an unknown source or site_ Number of pages attached: 37 r— See attached TSC report. The source site and surrounding land was agricultural until after 1946 when the Oakbrook Center Mail was constructed to the southeast and surrounding subdivisions. The subdivisions to the northwest and northeast were replaced with a minimall in 1988 and a commercial building in 1993 respectively. Oakbrook Center parking expanded with additional buildings after 1993. The source site and adjoining properties are not identified on any environmental databases and/ or have been confirmed as not posing a threat to the Site. Site reconnaissance by PG did not identify the above listed environmental concerns. *The description must be sufficient to demonstrate that the source site is not potentially impacted property,thereby allowing the + source site owner or operator to provide this certification. IV. Soil pH Testing Results Describe the results of soil pH testing showing that the soil pH is within the range of 6.25 to 9.0 and attach any supporting documentation. Number of pages attached: 4 Soil sample screened with PID identified no volatile organics. Soil samples C-46 and G-47, representative of the source site, + were analyzed for pH by First Environmental Laboratories,an IL ELAP/NELAC certified laboratory. Analytical report dated 11/16115 indicates pH of 8.19 for C-46 and 8.83 for C-47. V. Source Site Owner, Operator or Authorized Representative's Certification Statement and Signature In accordance with the Illinois Environmental Protection Act[415 ILLS 5/22.51 or 22.51a]and 35 Ill.Adm. Code 1100.205(a), (owner, operator or authorized representataive of source site) certify that this site is not a potentially impacted property and the soil is presumed to be uncontaminated soil. I also certify that the soil pH is within the range of 6.25 to 9.0. 1 further certify that the soil has not been removed from the site as part of a cleanup or removal of contaminants. Additionally, 1 certify that I am either the site owner or operator or a duly authorized representative of the site owner or site operator and am authorized to sign this form. Furthermore, I certify that all information submitted, including but not limited to, all attachments and other information, is to the best of my knowledge and belief, true, •. accurate and complete. Any person who knowingly makes a false, fictitious, or fraudulent material statement, orally or in writ�g, IL CS Illinois EPA commits a Class 4 felony. A second or subsequent offense after conviction is a Class 3 felony. ( ( 5 )) (- Owner Operator Owner's Duly Authorized Representative Operator's Duly Authorized Representative Printed Name 4 l .., Date Signature 1 YY I�" CI� ' �':�yl� uy,...�V 11'�', 'I'^'� �'�1 "fry, t.' �' y {� � 1�✓ .yW � q .w' ".� 1)11" 07,E I I "� r�`a z W rklll I 9 {'� ➢ry FITE 1" '� i I I Iv III 'll 11 iu'• II I' I i it ' u�u I� �I r"� S p� 1 �'� '� �il$ t q, d J� t .:k�flt 1 ' i 191 1 � i i� g� �� � t'II � I � ✓• '`�l' � ' �1 S�,+t;V ly y 'I q' ,yam ", ��'° ;° i �.�.,, •1 V i u }�",' Nrl c'I�i rik�l't" �}.�??`�'�i3tt1�����"� m'u {) � '� n Fu upl fnrfiM1 �M I1q�. ,.I u o° # w Rql' �d�l LV'" NNAA AC a ":IgIN' N J ,�. Y ?� JCtrt ar�Hw"fv I I 'y�.,.�'Ihq ICI 4wa h'I� dtl luNu iaNN�� h I� I I l a P Y 1 I 4A# 4"'��� nIF'' iY � „.•1 � I'lbwClwCl ' 3Vl w" ur u f 1La•a' 1a�u 1197 lly�ILp y'�u�P Ilall�ll 1m �Y II,t ff a V'a epB h�� � 11:1. II�h +-utlII1 W��d h ��4frd 1!u�d'^ � fnl 4 41'r�yv f9i I v j 11 ul ill b N 1Ih YI" � III �„ _'4"X iIYI IN IYf� �^111, December 16, 2015 TESTING SERVICE CORPORATION Coipowle Office Mr. Orion Galey Christopher B. Burke Engineering, Ltd. 360 South Main Place,Carol Stream,1L 60188.2404 630.462.2600 0 Fax 630,653.2988 9575 West Higgins Road Suite 600 -- Rosemont, IL 60018-4920 RE: L - 84,262 Potentially Impacted Property Evaluation for LPC-662 Form 2016 Street Improvement Project Mockingbird Lane, Camelot Drive, Regent Drive From Mockingbird Lane To 150 Feet South, and St. Stephens Green Oak Brook, IL -.- Dear Mr. Galey: Testing Service Corporation (TSC) has completed a Potentially Impacted Property (PIP) Evaluation, soil sampling, and laboratory analyses for the above captioned project. The general scope of work was outlined in TSC's Proposal 55,748 dated October 14, 2015. TSC received authorization to perform the PIP evaluation on the same day. TSC was requested to evaluate site soil conditions for the disposal of construction spoils at a Clean Construction & Demolition Debris (CCDD) or Uncontaminated Soil Fill Operation (USFO) facility. Uncontaminated soil including uncontaminated soil mixed with clean construction or demolition debris (CCDD) accepted at a CCDD fill operation must be certified to be uncontaminated soil in accordance with Section 22.51(f)(2)(B) of the Environmental Protection Act 1415 ILCS 5122.51(f)(2)(e)]. Uncontaminated soil accepted at an uncontaminated soil fill operation (USFO) must be certified to be uncontaminated soil in accordance with Section 22.51a(d)(2)(B) of the Environmental Protection Act [415 1LCS 5122.51 a(d)(2)(B). These certifications must be made by a licensed professional engineer or geologist (PE/PG) using the Form LPC-663 when the soil is removed from a site which is determined by the PE/PG to be a "Potentially Impacted Property" (PIP) based on review of readily ascertainable property history, environmental databases and site reconnaissance, Uncontaminated soil from a site which is not identified as a PIP by the PE/PG may be certified by either the source site owner or operator using LPC-662 with pH analysis only. Source Site The Source Sites ("Site(s)") consists of streets in residential subdivisions on either side of 31" Street, west of IL-83 in Oak Brook, IL. One Site includes the entirety of Mockingbird Lane with Camelot Drive and a portion of Regent Drive from Mockingbird Lane to 150 feet south. The other Site is the entirety of St. Stephens Green. The activity generating the soil for disposal is improvements to the streets. PTo3vidiiig a.Fill Range Of Geolecl ideal E77bl7iee7Ti7x,.Diviro777i7eutal Services,amd C.6iis ictioii hfa(e7YalS EIi,57iieerl77a tai Tesrl77g Christopher B. Burke Engineering, Ltd. L-84,262 - December 16, 2015 Records Review In accordance with Illinois Administrative Code 35 Part 1100, on behalf of the Site(s) owner, TSC evaluated the historical uses of the Site(s)to identify potential contamination sources, both from the Site(s) and adjoining properties, which may cause the Site(s)to be considered PIPS. TSC researched the history of the Site(s) and surrounding properties by reviewing historical topographic maps dating back to 1891 and aerial photographs dating back to 1939. Based on this information, the Mockingbird Lane area and surrounding land were majority agricultural until after 1962 when it was developed for residential subdivisions. The land to the west of Mockingbird Lane across Midwest Road has been the site of the Butterfield Country Club since at least after 1920. The property on the southeast end of Mockingbird Lane was forested until development. The St. Stephens Green area was a forested lot until after 1974 that had an agricultural structure built on it after 1939. A residential complex was built to the east after 1939. The large residential complex across the street to the south was constructed after 1962. After 1974, St. Stephens Green and its subdivision were constructed, with the structure that was there demolished. The commercial office area across the street to the southeast was also constructed at this time. The subdivision and the residential complex L= to the south underwent more development after 1988 and there was additional subdivision construction to the west and northwest. There was more development to the complex to the south after 2002. The residential complex to the east was demolished after 2010. None of the adjacent properties are suspected to have generated any impacts to the Site(s). TSC evaluated current Federal and State environmental agency records for the Site(s) and vicinity by obtaining information from a Radius Map Report from Environmental Data Resources, Inc. (EDR). Review of the Radius Map Report assists in identifying potential.contamination sources, both at the Site(s) and from adjoining properties, which may cause the Site(s) to be considered PIPS. The EDR Radius Map Report information did not identify the Site(s) on the reviewed environmental databases. The EDR Radius Map Report information did not identify any adjacent properties to the Site(s) on the reviewed environmental databases. The addresses listed are confirmed to not be within a radius of influence to the Site(s). The EDR Radius Map Report information Orphan Summary did not identify any properties on the reviewed environmental databases. s Site Reconnaissance �. On October 20, 2015, a TSC Professional Geologist conducted a reconnaissance of the Site(s)for the purpose of identifying indications of the use or disposal of hazardous substances or petroleum products. No indications of staining, unnaturally stressed vegetation or areas conspicuously absent of vegetation were noted at the Site(s). No evidence of aboveground storage tanks or of vent or fill pipes suggesting the presence of underground storage tanks were identified on the Site(s). No indication of petroleum sheen was identified. No indications of solid waste or drum storage were noted at the Site(s). No suspect PCB containing equipment or hazardous waste generation was identified on Site(s). No evidence of the use or release of hazardous substances or petroleum products was E -2- Christopher B. Burke Engineering, Ltd. L-84,262 - December 16, 2015 identified at the Site(s). No additional sources of potential impact from the Site(s) or adjacent properties beyond what has been described above were identified. The Site(s)are streets located in a residential area to either side of 31$` Street, west of IL-83 in Oak Brook consistent with information reviewed on topographic maps, aerial photographs, and the EDR environmental report. The current status of the surrounding properties is also consistent with the information reviewed and none of the above conditions were noted at their locations within a zone of influence to the Site(s). r.. Soil Screening & pH Analysis: TSC obtained five soil samples (C-12, C-13, C-60, C-22, and C-25)from the Site for analysis of pH. The samples were screened with a MiniRAE 2000 photoionization detector (Pi D). No elevated PiD readings were noted. The sample was delivered to First Environmental Laboratories, Inc.. following standard chain-of-custody procedures. The analytical results indicate that the pH of the soil at C-12 is 8.99, at C-13 is 8.80, at C-60 is 7.28, at C-22 is 8.19, and at C-25 is 7.30. '- Conclusion: Based on review of the historical data and site reconnaissance, a TSC Professional Geologist has concluded that the source site(s) are not Potentially Impacted Properties. Analysis of pH indicate that the soil at the Site(s) meet the pH requirements for disposal as uncontaminated soil TSC has completed the LPC-662 form for the owner's signature. Please complete and sign the attached LPC-662 form and provide along with the analytical data to the Uncontaminated Soil Fill Operation for disposal � If conditions other than those found during the soil exploration are found, please contact us to perform a follow up survey. Also note that although the.chemical analysis from the representative samples meet the MACs, disposal facilities screen each load with a P1D, which will determine the final acceptance of individual loads. { I i I -3- I Christopher B. Burke Engineering, Ltd. L-84,262 - December 16, 2015 We appreciate the opportunity to be of service to you. Please contact us with any questions. Respectfully, TESTtN-P SERVICE C.ORP RATION Prepared by'. David L. Hurst Aaron J. Ulrey, P.G. #196.001390 Environmental Department Manager Project Geologist DLH:AJU:kw Enc: LPC-662 Form Boring Location Plan Analytical Report and Chain of Custody EDR First Report Information General Conditions w s I -4- i I Page 1 of 2 Illinois Environmental Protection Agency Bureau of Land • 1021 North Grand Avenue East • P.O. Box 19276 • Springfield • Illinois Y 62794-9276 Source Site Certification by Owner or Operator for Use of Uncontaminated Soil as Fill in a -- CCDD or Uncontaminated Soil Fill Operation LPC-662 Revised in accordance with 35 Ill. Adm. Code 1'100, as amended by PCB R2012-009 (eff. Aug. 27, 2012) This certification form is to be used by source site owners and operators to certify,pursuant to 35 III.Adm. Code 11.00.205(a)(1) (A),that soil(i)was removed from a site that is not potentially impacted property and is presumed to be uncontaminated soil and (ii) is within a pH range of 6.25 to 9.0. If you have questions about this form, please telephone the Bureau of Land Permit Section at 2171524-3300. This form may be completed online, saved locally, printed and signed, and submitted to prospective clean construction or demolition debris fill operations or uncontaminated soil fill operations. 1. Source Location Information -- (Describe the location of the source of the uncontaminated soil) - Project Name: 2016 Oak Brook Street Improvements Office Phone Number, if available: 847-823-0500 �- Physical Site Location(Street, Road): Mockingbird Lane,Camelot Drive, Portion of Regent Drive,and St. Stephens Green City: Oak Brook State: IL Zip Code: 60523 County: DuPage Township: York Lat/Long of approximate center of site in decimal degrees (DD.ddddd)to five decimal places(e.g.,40.67890, -90.12345): Latitude: 41.83190 Longitude: -87.96370 (Decimal Degrees) (-Decimal Degrees) Identify how the]at/long data were determined: ❑ GPS ❑ Map Interpolation ❑ Photo Interpolation ❑ Survey Other EDR First Report IEPA Site Number(s), if assigned: BOL: None BOW:None BOA: None 11. Owner/Operator Information for Source Site Site Operator Site Owner Name: Name: + Street Address: Street Address: PO Box: PO Box: City: State: City: State: Phone: Zip Code: Phone: Zip Code: Contact: Contact: Email, if available: Email, if available: This Agency is authorized to require this information under Section 4 and Title X of the Environmental Protection Act(415 ILLS 514, 5139).Failure to disclose this information may result in: a civil penalty of not to exceed$50,000 for the violation and an additional civil IL 532-1855 penalty of not to exceed$10,000 for each day during which the violation continues(415 ILLS 5142).This form has been approved by LPC 348 Rev.1012013 the Forms Management Center. .r Page 2 of 2 Project Name: 2016 Oak Brook Street Improvements Latitude: 41.83190 Longitude: -87.9.6370 (Decimal Degrees) (-Decimal Degrees) Source Site Certification Ill. Descriptions of Current and Past Uses of Source Site Describe the current and past uses of the site and nearby properties.* Attach additional information as needed. The description must take into account,at a minimum,the following for the source site and for nearby property: (1) use of the properties for commercial or industrial purposes; (2)the use, storage or disposal of chemical or petroleum products in individual containers greater than 5 gallons or collectively more than 50 gallons; (3)the current or past presence of any storage tanks(above ground or underground); (4)any waste storage,treatment or disposal at the properties; (5.)any reported releases or any environmental cleanup or removal of contaminants; (6)any environmental liens or governmental notification of environmental violations; (7)any contamination in a well that exceeds the Board's groundwater quality standards; (8)the use, storage, or disposal of transformers or capacitors manufactured before 1979; and (9)any fill dirt brought to the properties from an unknown source or site. Number of pages attached: 36 See attached TSC report. There are two source sites. The Mockingbird Lane area and surrounding land was agricultural until after 1962 when it was developed into subdivisions. A golf course existed to the west since at least after 1920. The St. Stephens Green area was forested until after 1974 when the street and the subdivision were constructed. The residential complex to the south was constructed after 1962. The source site and adjoining properties are not identified on any environmental databases and/or have been confirmed as not posing a threat to the Site. Site reconnaissance by P.G.did not identify the above listed environmental concerns. *The description must be sufficient to demonstrate that the source site is not potentially impacted property, thereby allowing the source site owner or operator to provide this certification. IV. Soil pH Testing Results Describe the results of soil pH testing showing that the soil pH is within the range of 6.25 to 9.0 and attach any supporting documentation. Number of pages attached: 4 Soil sample screened with PID identified no volatile organics. Soil samples C-12, C-13; C-60, C-22, and C-25, representative of the source site,were analyzed for pH by First Environmental Laboratories, an IL ELAP/NELAC certified laboratory. Analytical report dated 1115115 indicates pH of 8.99 for C-12, 8.80 for C-13,7.28 for C-60,8,19 for C-22, and 7.30 for C-25. V. Source Site Owner, Operator or Authorized Representative's Certification Statement and Signature In accordance with the Illinois Environmental Protection Act[415 ILCS 5122.51 or 22.51 a]and 35 111.Adm. Code 1100.205(a), (owner,operator or authorized representataive of source site) certify that this site is not a potentially impacted property and the soil is presumed to be uncontaminated soil. I also certify that the soil pH is within the range of 6.25 to 9.0. 1 further certify that the soil has not been removed from the site as part of a cleanup or removal of contaminants. Additionally, I certify that I am either the site owner or operator or a duly authorized representative of the site owner or site operator and am authorized to sign this form. Furthermore, I certify that all information submitted, including but not limited to, all attachments and other information, is to the best of my knowledge and belief, true, accurate and complete. j Any person who knowingly makes a false,fictitious, or fraudulent material statement,orally orin writing, to the Illinois EPA commits a Class 4 felony. A second or subsequent offense after conviction is a Class 3 felony. (415 ILCS 5144(h)) C Owner r Operator Owner's Duly Authorized Representative C Operator's Duly Authorized Representative Printed Name Signature Date CQak Brook- f � ftQ�fr� F lot it z „r •� F m t;� P For�esiaG�to .�d Ft t 0 e- � � � f �'r ata�` uaFr � ;i���y' J�k1�a,,�4-t '�E�` a� _•- - t ° ° CD ittv gQwd !,� �g v �- �-� � ��.` _ ` -_ � � ��'� ��� f�t�` � _ `��`.��,s•.r rte- .�`�..� U �-ro�� �.�}'�- - December 16,2015 TESTING SERVICE CORPORATION Cotyor•ttte©ice Mr. Orion Galey 360 South Main Place,Carol Stream,IL 60188-2404 Christopher B. Burke Engineering, Ltd. 630.462.2600 r Fax 630.653.2988 9575 Vilest Higgins Road Suite 600 Rosemont, IL 60018-4920 ~ RE: L- 84,262 Potentially Impacted Property Evaluation for LPC-662 Form 2016 Street Improvement Project Harger Road From 1500' East of Spring Rd to Frontage Road Frontage Road From Harger Road to York Road York Road From Frontage Road to 1-88 Oak Brook, IL Dear Mr. Galey: Testing Service Corporation (TSC) has completed a Potentially Impacted Property (PIP) Evaluation, sail sampling, and laboratory analyses for the above captioned project. The general scope of work was outlined in TSC's Proposal 55,748 dated October 14, 2015. TSC received authorization to perform the PIP evaluation on the same day. TSC was requested to evaluate site soil conditions for the disposal of construction spoils at a Clean Construction & Demolition Debris (CCDD) or Uncontaminated Soil Fill Operation (USFO) facility. Uncontaminated soil including uncontaminated soil mixed with clean construction or demolition debris (CCDD) accepted at a CCDD fill operation must be certified to be uncontaminated soil in accordance With Section 22.51(f)(2)(B) of the Environmental Protection Act [415 ILCS 5122.51(f)(2)(B)]. Uncontaminated soil accepted at an uncontaminated soil fill operation (USFO) must be certified to be uncontaminated soil in accordance with Section 22.51 a(d)(2)(B) of the Environmental Protection Act [415 ILCS 5/22.51a(d)(2)(B). These certifications must be made by a licensed professional engineer or geologist (PE/PG) using the Form LPC-663 when the soil is removed from a site which is determined by the PE/PG to be a "Potentially Impacted Property" (PIP) based on review of readily ascertainable property history, environmental databases and site reconnaissance. Uncontaminated soil from a site which is not identified as a PIP by the PE/PG may be certified by either the source site owner or operator using LPC-662 with pH analysis only. e Source Site The Source Site ("Site") consists of streets in a commercial/residential area in Oak Brook, IL. The activity generating the soil for disposal is improvements to the streets. k Providhig tr Full.Rauge of'Geoteclrnictrl Engitreerirtg,EnTfiornnett(tal Services,wid Construction Alaterials$tg rteerit,cc Testing Christopher B. Burke Engineering, Ltd. L-84,262 - December 16, 2015 _ Records Review In accordance with Illinois Administrative Code 35 Part 1100, on behalf of the Site owner, TSC evaluated the historical uses of the Site to identify potential contamination sources, both from the Site and adjoining properties, which may cause the Site to be considered PIPs. TSC researched the history of the Site and surrounding properties by reviewing historical topographic maps dating back to 1891 and aerial photographs dating back to 1938. Based on this information, the Site and surrounding land were agricultural to the south of Harger Road and forested to the north until after 1962 when the farmland on the south side was replaced with a commercial area of most of the modern day buildings. The Yorkshire Woods subdivision on the northeast of the area, north of Harger Road, had been constructed after 1939, and 1-88 to the south after 1956. The subdivision just north of Harger Road on the west end was constructed after 1974, as well as another commercial building replacing the last residence on the east end of the east/west run of Harger Road. After 1998, a .parking ramp and a commercial building were added to the central part of the commercial area. After 2002, another subdivision was constructed to the east of the southern portion of Yorkshire Woods. None of the adjacent properties are suspected to have generated any impacts to the Site. TSC evaluated current Federal and State environmental agency records for the Site and vicinity by obtaining information from a Radius Map Report from Environmental Data Resources, Inc. (EDR). Review of the Radius Map Report assists in identifying potential contamination sources, both at the Site and from adjoining properties, which may cause the Site to be considered PIPs. The EDR Radius Map Report information did not identify the Site on the reviewed environmental databases. The EDR Radius Map Report information did not identify any adjacent properties to the Site on the reviewed environmental databases. The EDR Radius Map Report information Orphan Summary did not identify any properties on the reviewed environmental databases. Site Reconnaissance On October 20, 2015, a TSC Professional Geologist conducted a reconnaissance of the Site for the purpose of identifying indications of the use or disposal of hazardous substances or petroleum products. No indications of staining, unnaturally stressed vegetation or areas conspicuously absent of vegetation were noted at the Site. No evidence of aboveground storage tanks or of vent or fill pipes suggesting the presence of underground storage tanks were identified on the Site. No indication of petroleum sheen was identified. No indications of solid waste or drum storage were noted at the Site. No suspect PCB containing equipment or hazardous waste generation was identified on Site. No evidence of the use or release of hazardous substances or petroleum products was identified at the Site. No additional sources of potential impact from the Site or adjacent properties beyond what has been described above were identified. The Site is streets located in a residential/commercial area in Oak Brook consistent with information reviewed on topographic maps, aerial photographs, and the EDR environmental report. The current status of the surrounding properties is also consistent with the -2- Christopher B. Burke Engineering, Ltd. L-84,262 - December 16, 2015 information reviewed and none of the above conditions were noted at their locations within a zone of influence to the Site. Soil Screening &pH Analysis: TSC obtained two soil samples (C-50 and C-53)from the Site for analysis of pH. The samples were screened with a MiniRAE 2000 photoionization detector (PID). No elevated PID readings were noted. The sample was delivered to First Environmental Laboratories, Inc. following standard chain-of-custody procedures. The analytical results indicate that the pH of the soil at C-50 is 7.61 and at C-53 is 8.89. Gonclusion: Based on review of the historical data and site reconnaissance, a TSC Professional Geologist has concluded that the source site is not a Potentially Impacted Property. Analysis of pH indicate that the soil at the Site meet the pH requirements for disposal as uncontaminated soil. TSC has completed the LPC-662 form for the owner's signature. Please complete and sign the attached LPC-662 form and provide along with the analytical data to the Uncontaminated Soil Fill Operation for disposal. If conditions other than those found during the soil exploration are found, please contact us to perform a follow up survey. Also note that although the chemical analysis from the representative samples meet the MACs, disposal facilities screen each load with a PID, which will determine the final acceptance of individual loads. We appreciate the opportunity to be of service to you. Please contact us with any questions. Respectfully, TESTING SERVICE CORPORATION Prepared by: David L. Hurst Aaron J. Ulrey, P.G. #196.001390 Environmental Department Manager Project Geologist DLH:AJU:kw Enc: LPC-662 Form Boring Location Plan Analytical Report and Chain of Custody EDR First Report Information General Conditions i I -3- Page 1 of 2 Illinois Environmental Protection Agency Bureau of Land • 1021 North Grand Avenue East • P.O.Box 19276 • Springfield • Illinois • 62794-9276 Source Site Certification by Owner or Operator for Use of Uncontaminated Soil as Fill in a CCDD or Uncontaminated Soil Fill Operation LPC-662 Revised in accordance with 35111. Adm. Code 1100, as amended by PCB 82012-009 (eff. Aug. 27, 2012) This certification form is to be used by source site owners and operators to certify, pursuant to 35 Ili.Adm. Code 1100.205(a)(1) (A), that soil(i)was removed from a site that is not potentially impacted property and is presurned to be uncontaminated soil and (ii) is within a pH range of 6.25 to 9.0. If you have questions about this form, please telephone the Bureau of Land Permit Section at 217/524-3300. This form may be completed online, saved locally, printed and signed, and submitted to prospective clean construction or demolition debris fill operations or uncontaminated soil fill operations. 1. Source Location Information (Describe the location of the source of the uncontaminated soil) Project Name: 2016 Oak Brook Street Improvements Office Phone Number, if available: 847-823-0500 Physical Site Location (Street, Road): Harger Road 1500'E of Spring Road to Frontage Road to York Road to 1-88 City: Oak Brook State: IL Zip Code: 60523 �. County: DuPage Township: York Lat/Long of approximate center of site in decimal degrees (DD.ddddd)to five decimal places (e.g.,40.67890, -90.12345): Latitude: 41.85319 Longitude: -87.93484 (Decimal Degrees) (-Decimal Degrees) Identify how the lat/long data were determined: ❑ GPS ❑ Map interpolation ❑ Photo Interpolation ❑ Survey Other EDR First Report IEPA Site Number(s), if assigned: BOL: None BOW:None BOA: None 11. Owner/Operator Information for Source Site Site Operator Site Owner Name: Name: Street Address: Street Address: PO Box: PO Box: State: City: State: C ity: Zip Code: Phone: Zip Code: Phone: Contact Contact: Email, if available: Email, if available: w I This Agency is authorized to require this information under Section 4 and Title X of the Environmental Protection Act(415 ILCS 5/4, 5139).Failure to disclose this information may result in: a civil penalty of not to exceed$50,000 for the violation and an additional civil 1L 532-1855 penalty of not to exceed$10,000 for each day during which the violation continues(415 ILCS 5/42).This form has been approved by LPC 348 Rev.10/2013 the Forms Management Center. Page 2 of _ Project Name: 2016 Oak Brook Street Improvements Latitude: 41.85319 Longitude: -87,93484 (Decimal Degrees) (-Decimal Degrees) _. Source Site Certification III. Descriptions of Current and Past Uses of Source Site Describe the current and past uses of the site and nearby properties.* Attach additional information as needed. The description must take into account, at a minimum,the following for the source site and for nearby property, (1) use of the properties for commercial or industrial purposes; (2)the use, storage or disposal of chemical or petroleum products in individual containers greater than 5 gallons or collectively more than 50 gallons; (3)the current or past presence of any .. storage tanks(above ground or underground);(4)any waste storage,treatment or disposal at the properties; (5)any reported releases or any environmental cleanup or removal of contaminants; (6)any environmental liens or governmental notification of environmental violations; (7)any contamination in a well that exceeds the Board's groundwater quality standards;(8)the use, storage, or disposal of transformers or capacitors manufactured before 1979;and(9) any fill dirt brought to the properties from an unknown source or site. Number of pages attached: 75 See attached TSC report. The source site and surrounding land was agricultural on the south side of Harger Road and forested on the north until after 1962 when the commercial area on the south was constructed including most of the modern day buildings with development continuing to the present day. There was subdivision construction activity on the north side and east end of Harger since after 1939, progressing to the present day. The source site and adjoining properties are not identified on any environmental databases and/or have been confirmed as not posing a threat to the Site. Site reconnaissance by P.G. did not identify the above listed environmental concerns. *The description must be sufficient to demonstrate that the source site is not potentially impacted property,thereby allowing the source site owner or operator to provide this certification. IV. Soil pH Testing Results Describe the results of soil pH testing showing that the soil pH is within the range of 6.25 to 9.0 and attach any supporting �- docurnentation. Number of pages attached: 4 Soil sample screened with PID identified no volatile organics. Soil samples C-50 and C-53, representative of the source site, were analyzed for pH by First Environmental Laboratories,an IL FLAP/NELAC certified laboratory. Analytical report dated 11/41/15 indicates pH of 7.61 for C-50 and 8.89 for C-53. V. Source Site Owner, Operator or Authorized Representative's Certification Statement and Signature In accordance with the Illinois Environmental Protection Act(415 ILCS 5/22.51 or 22.51aj and 35 III.Adm. Code 1100.205(a), I (owner,operator or authorized representataive of source site) certify that this site is not a potentially impacted property and the soil is presumed to be uncontaminated soil. I also certify that the soil pH is within the range of 6.25 to 9.0. 1 further certify that the soil has not been removed from the site as part of a cleanup or removal of contaminants. Additionally, I certify that I am either the site owner or operator or a duly authorized representative of the site owner or site operator and am authorized to sign this form. Furthermore, I certify that all information submitted, including but not limited to, all attachments and other information, is to the best of my knowledge and belief,true, accurate and complete_ Any person who knowingly makes a false,fictitious,or fraudulent material statement, orally or in writing, to the lllinois EPA commits a Class 4 felony. A second or subsequent offense after conviction is a Class 3 felony. (4151LCS 5144(h)) C Owner Operator Owner's Duly Authorized Representative Operator's Duly Authorized Representative G Printed Name Signature Date `- .• -lit Vt'ber VInwFDt 44- � t � ��r �� f �4-�-G�ben�Leaf Qr � •,�� �`Aek,�ree�yia°Ir��sIL ,� �'�� f� -, r e. A&fYt r� f a s'•, YA r V*_ ' i Maw � )� E o- H� ��H21ef D7 p r c x T r' . F f } :- �� __ ;_� � r.,,\��.4�it 3 - ��������` � - s � r• ,"D�:_� � s`,y: December 16, 2015 TESTING SERVICE CORPORATION 01pC)1'C(IL'Of fiCe Mr. Orion Galey 360 South Main Place,Carol Stream,IL 60188-2404 Christopher B. Burke Engineering, Ltd. 630.462.2600 e Fax 630.653.2988 9575 West Higgins Road Suite 600 .. Rosemont, IL 60018-4920 RE: L -84,262 Potentially impacted Property Evaluation for LPC-662 Form 2016 Street Improvement Project " Avenue Loire Oak Brook, IL Dear Mr. Galey: Testing Service Corporation(TSC) has completed a Potentially Impacted Property (PIP) Evaluation, soil sampling, and laboratory analyses for the above captioned project. The general scope of work was _ outlined in TSC's Proposal 55,748 dated October 14, 2015. TSC received authorization to perform the PIP evaluation on the same day. TSC was requested to evaluate site soil conditions for the disposal of construction spoils at a Clean Construction & Demolition Debris (CCDD) or Uncontaminated Soil Fill Operation (USFO) facility. Uncontaminated soil including uncontaminated soil mixed with clean construction or demolition debris (CCDD) accepted at a CCDD fill operation must be certified to be uncontaminated soil in accordance with Section 22.51(f)(2)(B) of the Environmental Protection Act [415 ILLS 5/22.51(f)(2)(13)]. Uncontaminated soil accepted at an uncontaminated soil fill operation (USFO) must be certified to be uncontaminated soil in accordance with Section 22.51a(d)(2)(B) of the Environmental Protection Act [415 ILCS 5122.51 a(d)(2)(B). These certifications must be made by a licensed professional engineer or geologist (PE/PG) using the Form LPC-663 when the soil is removed from a site which is determined by the PE/PG to be a "Potentially Impacted Property" (PIP) based on review of readily ascertainable property history, environmental databases and site reconnaissance. Uncontaminated soil from a site which is not identified as a PIP by the PE/PG may be certified by either the source site owner or operator using LPC-662 with pH analysis only. Source Site The Source Site ("Site") consists of a street in a residential subdivision in Oak Brook, IL. The activity generating the soil for disposal is improvements to the street. Records Review In accordance with Illinois Administrative Code 35 Part 1100, on behalf of the Site owner, TSC evaluated the historical uses of the Site to identify potential contamination sources, both from the Site I and adjoining properties, which may cause the Site to be considered PIPs. prol'1Ct1lig a Et1tt J?oizge of GeofeCt1111eat E11,g%11eeihig,Efll konjiiellfa SCi-vice:,11111 Co11S11Yleflo"AfaterialS E11g1t1eeihib c:Q R,-W719 Christopher B. Burke Engineering, Ltd. L-84,262 - December 16, 2015 TSC researched the history of the Site and surrounding properties by reviewing historical topographic maps dating back to 1891 and aerial photographs dating back to 1939. Based on this information, the Site and surrounding land were agricultural until after 1946 when residences were constructed to the north and south. A farm across the street to the east was demolished and replaced with Baybrook Lane along with the pond and creek area to the south of it. The new residences were lightly agricultural and the Site remained in agricultural use as before until after 1962 when Avenue Loire and its subdivision were constructed. The subdivision continued to develop after 1974. None of the adjacent properties are suspected to have generated any impacts to the Site. TSC evaluated current Federal and State environmental agency records for the Site and vicinity by obtaining information from a Radius Map Report from Environmental Data Resources, Inc. (EDR). Review of the Radius Map Report assists in identifying potential contamination sources, both at the Site and from adjoining properties, which may cause the Site to be considered PIPs. The EDR Radius Map Report information did not identify the Site on the reviewed environmental databases. The EDR Radius Map Report information did not identify any adjacent properties to the Site on the reviewed environmental databases. The property identified on the EDR Radius Map Report reviewed environmental database information Orphan Summary is confirmed to not be within a radius of influence to the Site. Site Reconnaissance On October 20, 2915, a TSC Professional Geologist conducted a reconnaissance of the Site for the purpose of identifying indications of the use or disposal of hazardous substances or petroleum products. No indications of staining, unnaturally stressed vegetation or areas conspicuously absent of vegetation were noted at the Site. No evidence of aboveground storage tanks or of vent or fill pipes suggesting the presence of underground storage tanks were identified on the Site. No indication of petroleum sheen was identified. No indications of solid waste or drum storage were noted at the Site. No suspect PCB containing equipment or hazardous waste generation was identified on Site. No evidence of the use or release of hazardous substances or petroleum products was identified at the Site, No additional sources of potential impact from the Site or adjacent properties beyond what has been described above were identified. The Site is a street located in a residential area in Oak Brook consistent with information reviewed on topographic maps, aerial photographs, and the EDR environmental report. The current status of the surrounding properties is also consistent with the information reviewed and none of the above conditions were noted at their locations within a zone of influence to the Site. Soil Screening & pH Analysis; TSC obtained two soil samples (C-2 and C-4) from the Site for analysis of pH, The samples were screened with a MiniRAE 2000 photcionization detector (PID). No elevated PID readings were noted. The sample was delivered to First Environmental Laboratories, Inc. following standard chain-of-custody procedures. The analytical results indicate that the pH of the soil at C-2 is 8.80 and at G-4 is 8.02. -2- Christopher B. Burke Engineering, Ltd. L-84,262- December 16, 2015 Conclusion: Based on review of the historical data and site reconnaissance, a TSC Professional Geologist has concluded that the source site is not a Potentially Impacted Property. Analysis of pH indicate that the soil at the Site meet the pH requirements for disposal as uncontaminated soil. TSC has completed the LPC-662 form for the owner's signature. Please complete and sign the _ attached LPC-662 form and provide along with the analytical data to the Uncontaminated Soil Fill Operation for disposal. If conditions other than those found during the soil exploration are found, please contact us to perform a follow up survey. Also note that although the chemical analysis from the representative samples meet the MACs, disposal facilities screen each load with a PID, which will determine the final acceptance of individual loads. We appreciate the opportunity to be of service to you. Please contact us with any questions. Respectfully, TE ING SF-RVICE CORPORATION Prepared by: David L. Hurst Aaron J. Urey, P.G. #196.001390 Environmental Department Manager Project; Geologist DLH.AJU.I<w Enc: LPC-662 Form Boring Location Plan Analytical Report and Chain of Custody EDR First Report Information General Conditions i i 4 -3- I Illinois Environmental Protection Agency Page 1 of 2 Bureau of Land • 1.021 North Grand Avenue East • P.O. Box 19276 • Springfield • Illinois • 62794-9276 Source Site Certification by Owner or Operator for Use of Uncontaminated Soil as Fill in a CCDD or Uncontaminated Soil Fill Operation LPC-662 Revised in accordance with 35 Ill. Adm. Code 1100, as amended by PCB R2012-009 (eff. Aug. 27, 2012) This certification form is to be used by source site owners and operators to certify,pursuant to 35 Ill.Adm. Code 1100.205(a)(1) (A), that soil (i)was removed from a site that is not potentially impacted property and is presumed to be uncontaminated soil and (ii)is within a pH range of 6.25 to 9.0. If you have questions about this form, please telephone the Bureau of Land Permit Section at 2171524-3300.. This form may be completed online, saved locally, printed and signed, and submitted to prospective clean construction or _ demolition debris fill operations or uncontaminated soil fill operations. 1. Source Location Information (Describe the location of the source of the uncontaminated soil) Project Name: 2016 Oak Brook Street Improvements Office Phone Number, if available: 847-823-0500 _ Physical Site Location (Street, Road): Avenue Loire City: Oak Brook State: IL Zip Code: 60523 County: DuPage Township: York Lat/Long of approximate center of site in decimal degrees (DD.ddddd)to five decimal places (e.g.,40.67890, -90.12345): _ Latitude: 41.83390 Longitude: -87.99270 (Decimal Degrees) (-Decimal Degrees) Identify how the lat/long data were determined: '! ❑ GPS ❑ Map Interpolation ❑ Photo Interpolation ❑ Survey © Other EDR First Report IEPA Site Number(s), if assigned: BOL: None BOW:None BOA: None 11. Owner/Operator Information for Source Site Site Operator Site Owner Name: Name: Street Address: Street Address: PO Box: PO Box: City: State: City: State: Zip Code: Phone: Zip Code: Phone: Contact: Contact: Email, if available: Email, if available: This Agency is authorized to require this information under Section 4 and Title X of the Environmental Protection Act(415 ILCS 5/4, 5139).Failure to disclose this information may result in: a civil penalty of not to exceed$50,000 for the violation and an additional civil IL 532-1855 penalty of not to exceed$10,000 for each day during which the violation continues(415 ILCS 5142).This form has been approved by LPG 348 Rev.1012013 the Forms Management Center. Page 2 of 2 Project Name: 2016 Oak Brook Street Improvements Latitude: 41.83390 Longitude: -87.99270 (Decimal Degrees) (-Decimal Degrees) Source Site Certification Ill. Descriptions of Current and Past Uses of Source Site Describe the current and past uses of the site and nearby properties.* Attach additional information as needed. The description must take into account, at a minimum,the following for the source site and for nearby property: (1) use of the properties for commercial or industrial purposes; (2)the use, storage or disposal of chemical or petroleum products in individual containers greater than 5 gallons or collectively more than 50 gallons; (3)the current or past presence of any storage tanks(above ground or underground); (4)any waste storage,treatment or disposal at the properties;(5)any reported releases or any environmental cleanup or removal of contaminants; (6)any environmental liens or governmental notification of environmental violations; (7)any contamination in a well that exceeds the Board's groundwater quality standards; (8)the use, storage,or disposal of transformers or capacitors manufactured before 1979; and (9)any fill dirt brought to the properties from an unknown source or site. Number of pages attached: 25 See attached TSC report. The source site and surrounding land was agricultural until after 1962 when Avenue Loire and its subdivision were constructed. The source site and adjoining properties are not identified on any environmental databases and/ or have been confirmed as not posing a threat to the Site. Site reconnaissance by P.G. did not identify the above listed environmental concerns. *The description must be sufficient to demonstrate that the source site is not potentially impacted property, thereby allowing the source site owner or operator to provide this certification. IV. Soil pH Testing Results Describe the results of soil pH testing showing that the soil pH is within the range of 6.25 to 9.0 and attach any supporting documentation. Number of pages attached: 4 Soil sample screened with PID identified no volatile organics. Soil samples C-1 and C-4, representative of the source site,were analyzed for pH by First Environmental Laboratories, an IL ELAP/NELAC certified laboratory. Analytical report dated 11/16/15 indicates pH of 8.80 for C-2 and 8.02 for C-4. V. Source Site Owner, Operator or Authorized Representative's Certification Statement and Signature In accordance with the Illinois Environmental Protection Act[415 ILCS 5122.51 or 22.51a] and 35 111,Adm.Code 1100.205(a), I (owner, operator or authorized representataive of source site) certify that this site is not a potentially impacted property and the soil is presumed to be uncontaminated soil. I also certify that the soil pH is within the range of 6.25 to 9.0. 1 further certify that the soil has not been removed from the site as part of a cleanup or removal of contaminants. Additionally, I certify that I am either the site owner or operator or a duly authorized representative of the site owner or site operator and am authorized to sign this fora. Furthermore, I certify that all information submitted, including but not limited to, all attachments and other information, is to-the best of my knowledge and belief, true, ._ accurate and complete. Any person who knowingly makes a false, fictitious,or fraudulent material statement, orally or in writing, to the Illinois EPA commits a Class 4 felony. A second or subsequent offense after conviction is a Class 3 felony. (415 ILCS 5I44(h)) {" Owner Operator Owner's Duly Authorized Representative Operator's Duly Authorized Representative Printed Name Signature Date t=_ F � F er r�i •' 't+r. - � lit., F� F., r+-' bF d` r t3 ` i 5 F IVJi �'. t ' F 'F Er �JQ1�5�Z oogle4 s �- "� �-�_`-_� - mot, = �� _ r_ � -� '�#4 •�ii Y� �} - � � -_ December 16, 2015 TESTING SERVICE CORPORATION Cotpoi-ate Office Mr. Orion Galey 360 South Main Place,Carol Stream,IL 60188-2404 Christopher B. Burke Engineering, Ltd. 630.462.2600 ® Fax 630.653.2988 9575 West Higgins Road Suite 600 Rosemont, IL 60018-4920 RE: L 84,262 Potentially Impacted Property Evaluation for LPC-662 Form 2016 Street improvement Project Acorn Hill Lane Wood Road Washington Street From Spring Road to Glendale Avenue Glendale Avenue From 500 Feet East of Madison Street To Washington Street Adams Street From Spring Road To Glendale Avenue Oak Brook, IL Dear Mr. Galey, Testing Service Corporation (TSC) has completed a Potentially Impacted Property (PIP) Evaluation, soil sampling, and laboratory analyses for the above captioned project. The general scope of work was outlined in TSC's Proposal 55,748 dated October 14, 2015. TSC received authorization to perform the PIP evaluation on the same day. TSC was requested to evaluate site soil conditions for the disposal of construction spoils at a Clean Construction & Demolition Debris (CCDD) or Uncontaminated Soil Fill Operation (USFO)facility. Uncontaminated soil including uncontaminated soil mixed with clean construction or demolition debris (CCDD) accepted at a CCDD fill operation must be certified to be uncontaminated soil in accordance with Section 22.51(f)(2)(B) of the Environmental Protection Act [415 ILCS 5/22.51(f)(2)(13)). Uncontaminated soil accepted at an uncontaminated soil fill operation (USFO) must be certified to be uncontaminated soil in accordance with Section 22.51 a(d)(2)(B) of the Environmental Protection Act [415 ILCS 5/22.51a(d)(2)(B). These certifications must be made by a licensed professional engineer or geologist (PE/PG) using the Form LPC-663 when the soil is removed from a site which is determined by the PE/PG to be a "Potentially Impacted Property" (PIP) based on review of readily ascertainable property history, environmental databases and site reconnaissance. Uncontaminated soil from a site which is not identified as a PIP by the PE/PG may be certified by either the source site owner or operator using LPC-662 with pH analysis only. Source Site The Source Site ("Site") consists of streets in a residential area in Oak Brook, IL. The activity generating the soil for disposal is improvements to the streets. Proi)ulittg n F-till Rartge of Geofechiikal Errgiheerirtg,Dwiromtrieidal Services,wid Cotrstr•ircti0rr Materirals Dighteer/rtg&. Testhig Christopher B. Burke Engineering, Ltd. L-84,262 - December 16, 2015 ' Records Review in accordance with Illinois Administrative Code 35 Part 1100, on behalf of the Site(s) owner, TSC evaluated the historical uses of the Site(s)to identify potential contamination sources, both from the Site(s) and adjoining properties, which may cause the Site(s) to be considered PIPs. TSC researched the history of the Site(s) and surrounding properties by reviewing historical topographic maps dating back to 1891 and aerial photographs dating back to 1938. Based on this information, the Site and surrounding land were forested/lightly residential throughout that time. Residential development of the area increased after 1939, however, the overall forest cover was kept relatively intact. Adams Street and Brownswood Cemetery to its west had been constructed after 1920. After 1962, a building for the cemetery off of Adams on the southwest side had been constructed, with much more cemetery building development in that area after 1974. A farm on the i northeast corner of Adams and Glendale became a non farming residence after 1962. Residential development of the north end of Adams Road at Spring Road began after 1988. None of the adjacent properties are suspected to.have generated any impacts to the Site(s). TSC evaluated current Federal and State environmental agency records for the Site(s) and vicinity by obtaining information from a Radius Map Report from Environmental Data Resources, Inc. (EDR). _ Review of the Radius Map Report assists in identifying potential contamination sources, both at the Site(s) and from adjoining properties, which may cause the Site(s)to be considered PIPs. The EDR Radius Map Report information did not identify the Site(s) on the reviewed environmental databases. The EDR Radius Map Report information did not identify any adjacent properties to the Site(s) on the reviewed environmental databases, The properties identified on the EDR Radius Map Report reviewed environmental.database information Orphan Summary are confirmed to not be within a radius of influence to the Site(s). s Site Reconnaissance On October 20, 2015, a TSC Professional Geologist conducted a reconnaissance of the Site(s)for the purpose of identifying indications of the use or disposal of hazardous substances or petroleum products. No indications of staining, unnaturally stressed vegetation or areas conspicuously absent of vegetation were noted at the Site(s). No evidence of aboveground storage tanks or of vent or fill pipes suggesting the presence of underground storage tanks were identified on the Site(s). No indication of petroleum-sheen was identified. No indications of solid waste or drum storage were noted at the Site(s). No suspect PCB containing equipment or hazardous waste generation was identified on Site(s). No evidence of the use or release of hazardous substances or petroleum products was identified at the Site(s). No additional sources of potential impact from the Site(s) or adjacent properties beyond what has been described above were identified. The Site(s) are streets located in a residential area to the east and west of Madison Street in Oak Brook consistent with information reviewed on topographic maps, aerial photographs, and the EDR environmental report. The current 2 Christopher B. Burke Engineering, Ltd. L-84,262 - December 16, 2015 status of the surrounding properties is also consistent with the information reviewed and none of the above conditions were noted at their locations within a zone of influence to the Site(s). Soil Screening & pH Analysis: TSC obtained three soil samples (C-28, C-32, and C-39) from the Site for analysis of pH. The samples were screened with a MiniRAE 2000 photoionization detector(PID). No elevated PID readings were noted. The sample was delivered to First Environmental Laboratories, Inc. following standard chain-of- custody procedures. The analytical results indicate that the pH of the soil at C-28 is 7.92, C-32 is 8.08, and C-39 is 735. Conclusion: Based on review of the historical data and site reconnaissance, a TSC Professional Geologist has concluded that the source site is not a Potentially Impacted Property. Analysis of pH indicate that the soil at the Site meet the pH requirements for disposal as uncontaminated soil. TSC has completed the LPC-662 form for the owner's signature. Please complete and sign the attached LPC-662 form and provide along with the analytical data to the Uncontaminated.Soil Fill Operation for disposal. If conditions other than those found during the soil exploration are found, please contact us to perform a follow up survey. Also note that although the chemical analysis from the representative samples meet the MACs, disposal facilities screen each load with a PID, which will determine the final acceptance of individual loads. We appreciate the opportunity to be of service to you. Please contact us with any questions. Respectfully, TESTING SERVICE COPPORATION Prepared by: david L. Hurst Aaron J. Ulrey, P.G. #196.001390 Environmental Department Manager Project Geologist DLH:AJU:kw Enc: LPC-662 Form Boring Location Plan Analytical Report and Chain of Custody ... EDR First Report Information General Conditions -3- .� Illinois Environmental Protection Agency Page 1 of 2 Bureau of Land • 1021 North Grand Avenue East • P.O.Box 19276 * Springfield o Illinois • 62794-9276 Source Site Certification by Owner or Operator for Use of Uncontaminated Soil as Fill in a CCDD or Uncontaminated Soil Fill Operation LPC-662 Revised in accordance with 35 111. Adm. Code 1100, as .. amended by PCB R2012-009 (eff. Aug. 27, 2012) This certification form is to be used by source site owners and operators to certify, pursuant to 35 Ill.Adm. Code 1100.205(a)(1) (A),that soil (i)was removed from a site that is not potentially impacted property and is presumed to be uncontaminated soil and (ii) is within a pH range of 6.25 to 9.0. if you have questions about this form, please telephone the Bureau of Land Permit Section at 217/524-3300, This form may be completed online,saved locally, printed and signed, and submitted to prospective clean construction or demolition debris fill operations or uncontaminated soil fill operations. I. Source.Location Information .. (Describe the location of the source of the uncontaminated soil) Project Name: 2016 Oak Brook Street Improvements Office Phone Number, if available: 847-823-0500 Physical Site Location (Street, Road): Acorn Hill Lane,Wood Road,Washington Street, Glendale Avenue, and Adams Street City; Oak Brook State: IL Zip Code: 60523 .r County., DuPage Township: York Lat/Long of approximate center of site in decimal degrees (DD.ddddd)to five decimal places (e.g.,40.67890, -90,12345): Latitude: 41.82164 Longitude: -87.93722 (Decimal Degrees) (-Decimal Degrees) Identify how the lat/long data were determined: GPS ❑ Map Interpolation ❑ Photo Interpolation ❑ Survey [I Other EDR First Report IEPA Site Number(s), if assigned: BOL: None BOW:None BOA: None II. Owner/Operator Information for Source Site Site Owner Site Operator Name: Name: Street Address: Street Address: PO Box: PO Box: City: State: City: State: Zip Cade: Phone: Zip Code: Phone: Contact: Contact: Email, if available: Email, if available: This Agency is authorized to require this information under Section 4 and Title X of the Environmental Protection Act(415 ILLS 5/4, 5/39).Failure to disclose this information may result in: a civil penalty of not to exceed$50,000 for the violation and an additional civil IL 532-1855 penalty of not to exceed$10,000 for each day during which the violation continues(415 ILCS 5142).This form has.been approved by LPC 348 Rev.1012013 the Forms Management Center. Page 2 of 2 Project Name: 2016 Oak Brook Street Improvements Latitude: 41.82164 Longitude: -87.93722 (Decimal Degrees) (-Decimal Degrees) Source Site Certification III. Descriptions of Current and Past Uses of Source Site Describe the current and past uses of the site and nearby properties.* Attach additional information as needed. The description must take into account,at a minimum,the following for the source site and for nearby property: (1)use of the properties for commercial or industrial purposes; (2)the use, storage or disposal of chemical or petroleum products in individual containers greater than 5 gallons or collectively more than 50 gallons; (3)the current or past presence of any _ storage tanks(above ground or underground); (4)any waste storage, treatment or disposal at the properties; (5)any reported releases or any environmental cleanup or removal of contaminants; (6)any environmental liens or governmental notification of environmental violations; (7)any contamination in a well that exceeds the Board's groundwater quality standards;(8)the use, storage, or disposal of transformers or capacitors manufactured before 1979;and (9)any fill dirt brought to the properties from an unknown source or site. Number of pages attached: 40 See attached TSC report. The source site and surrounding land was forested/lightly residential until after 1939 when residential development in the area increased. Adams Street and Brownswood Cemetery on the west were constructed after 1920. Cemetery structures off of Adams Street began construction after 1962 with much more after 1974. Residential development at the north end of Adams Street by Spring Road began after 1988. The source site and adjoining properties are not identified on any environmental databases and/or have been confirmed as not posing a threat to the Site. Site reconnaissance by P,G. did not identify the above listed environmental concerns. *The description must be sufficient to demonstrate that the source site is not potentially impacted property,thereby allowing the source site owner or operator to provide this certification. IV. Soil pH Testing Results Describe the results of soil pH testing showing that the soil pH is within the range of 6.25 to 9.0 and attach any supporting .. documentation. Number of pages attached: 4 Soil sample screened with PID identified no volatile organics. Soil samples C-28, C-32;and C-39, representative of the source site,were analyzed for pH by First Environmental Laboratories,an IL ELAP/NELAC certified laboratory. Analytical report dated 11/11/15 indicates pH of 7.92 for C-28, 8.08 for C-32,and 7.35 for C-39. V. Source Site Owner, Operator or Authorized Representative's Certification Statement and Signature In accordance with the Illinois Environmental Protection Act[415 1LCS 5/22.51 or 22.51a)and 35 ill.Adm. Code 1100.205(a), I (owner,operator or authorized representataive of source site) certify that this site is not a potentially impacted property and the soil is presumed to be uncontaminated soil. I also certify that the soil pH is within the range of 6.25 to 9.0. I further certify that the soil has not been removed from the site as part of a .� cleanup or removal of contaminants. Additionally, I certify that I am either the site owner or operator or a duly authorized representative of the site owner or site operator and am authorized to sign this for Furthermore, I certify that all information submitted, including but not limited to, all attachments and other information, is to the best of my knowledge and belief,true, accurate and complete. Any person who knowingly makes a false, fictitious, or fraudulent material statement, orally or in writing, to the Illinois EPA commits a Class 4 felony. A second or subsequent offense after conviction is a Class 3 felony. (415 ILCS 5144(h)) C` Owner Operator r Owner's Duly Authorized Representative Operator's Duly Authorized Representative Printed Name .. Signature Date � _ F ==F @ E i r ! reek x� a ? <= x � �����t — ��, T �- � '1!�" t - � .r...rAcurrti�ll!L•n - - e�tPat{a - z ._.-W.PddiR`d 4 SO z¢ C1 E•� F r' � E sle�}d4lerAve r�k k W�liinri®ie-Mr e ZL - � i�•♦ � .�N if i�'�r F=..�W'Blf�tiKa6l1 AV�e'° t' � o f f --: i December 17, 2015 TESTING SERVICE CORPORATION C'orpoi-we Once Mr. Orion Galey Christopher B. Burke Engineering, Ltd. 360 South Main Place,Carol Stream,IL 60188-2404 630.462.2600 • Fax 630.653..2988 9575 West Higgins Road Suite 600 `- Rosemont, IL 60018-4920 RE: L 84,262 Potentially Impacted Property Evaluation for LPC-663 Form 2016 Street Improvement Project Bath And Tennis Drive Oak Brook, IL Dear Mr. Galey: Testing Service Corporation (TSC) has completed a Potentially Impacted Property (PIP) Evaluation, soil sampling, and laboratory analyses for the above captioned project: The general scope of work was outlined in TSC's Proposal 55,748 dated October 14, 2015. TSC received authorization to perform the PIP evaluation on the same day, TSC was requested to evaluate site soil conditions for the disposal of construction spoils at a Clean Construction & Demolition Debris (CCDD) or Uncontaminated Soil Fill Operation (US1=O)facility. Source Site The Source Site ("Site") consists of a street at a golf course in Oak_Brook, IL. The activity generating the soil for disposal is improvements to the street. Records Review In accordance with Illinois Administrative Code 35 Part 1100, on behalf of the Site owner, TSC evaluated the historical uses of the Site to identify potential contamination sources, both from the Site and adjoining properties, which may cause the Site to be considered a PIP. TSC researched the history of the Site and surrounding properties by reviewing historical topographic maps dating back to 1891 and aerial photographs dating back to 1-939. Based on this information, the •— Site was lightly forested with trails until after 1939 when the golf course was constructed which mostly extends to the east. The main trail was developed into an access road at this time and became Bath And Tennis Drive with some clubhouse structures at the north end. The parking lots expanded after �. 1974. A new maintenance shack was constructed off the road after 1988. A larger building was constructed to the east of the maintenance shack after 1993 that was demolished after 1998. Part of the wooded area on the southwest end was knocked down for use as a staging area for the _ development of 31" Street into divided lanes which was completed after 1998. TSC evaluated current Federal and State environmental agency records for the Site and vicinity by obtaining information from a Radius Map Report from Environmental Data Resources, Inc. (EDR). Pi-oviding a Fit/Rartge of Geotecli eal Ertgitleerittg,EYtviroimiewal Set'vices,wid Coitstrictioit 1)Irtteritrls Ettgiveeriig R 7erting i Christopher B. Burke Engineering, Ltd. L-84,262 - December 17, 2015 Review of the Radius Map Report assists in identifying potential contamination sources, both at the Site and from adjoining properties, which may cause the Site to be considered a PIP. The EDR Radius Map Report information did identify the Site on the reviewed environmental databases. Appearing as Oak Brook Golf Club at 810 flak Brook Road, it is on the RCRA-CESQG database for being a conditionally exempt small quantity generator of D001 ignitable waste with no violations found. During the site reconnaissance it was also observed that an AST exists at the •- maintenance shack. The EDR Radius Map Report information did not identify adjacent properties to the Site on the reviewed environmental databases. The properties identified on the EDR Radius Map Report reviewed environmental database information _ Orphan Summary are confirmed to not be within a radius of influence to the Site. Based on the Site appearing on an environmental database and having an AST, the Site was identified as a Potentially Impacted Property. The collection of soil samples and analysis were performed to evaluate the soil for contaminants of concern. Site Reconnaissance On October 20, 2015, a TSC Professional G eologist conducted a reconnaissance of the Site for the purpose of identifying indications of the use or disposal of hazardous substances or petroleum products. No indications of staining, unnaturally stressed vegetation or areas conspicuously absent of vegetation were noted at the Site. No evidence of aboveground storage tanks or of vent or fill pipes suggesting the presence of underground storage tanks were identified on the Site. No indication of petroleum sheen was identified. No indications of solid waste or drum storage were noted at the Site. No suspect PCB containing equipment or hazardous waste generation was identified on Site. No evidence of the use or release of hazardous substances or petroleum products was identified at the �-- Site. No additional sources of potential impact from the Site or adjacent properties beyond what has been described above were identified. The Site is a street located in a golf course in Oak Brook consistent with information reviewed on topographic maps, aerial photographs, and the EDR environmental report. The current status of the surrounding properties is also consistent with the information reviewed and none of the above conditions were noted at their locations within a zone of influence to the Site. Soil Sampling & Analytical Testing On November 3, 2015, TSC sampled four locations along Bath And Tennis Drive. The soil consists predominately of silty clay with trace sand and gravel. The soil was screened using a Mini-RAE 2000 photo-ionization detector (PID), which did not detect any readings exceeding background conditions, +. No visual or odorous signs of impact were noted. TSC selected two representative samples of the soil conditions at the Site (C-43 and C-44) . The samples were placed in laboratory supplied jars and 5035 preserved vials. The samples were then transported to the analytical laboratory using standard chain of custody procedures. Based on the contaminants of concern identified in the environmental database search, TSC's Professional Geologist determined that analysis for Volatile Organic -2- Christopher B. Burke Engineering, Ltd. L-84,262 - December 17, 2015 Compounds (VOCs), Polynuclear Aromatic compounds (PNAs), lead, and pH, are appropriate indicator parameters of potential impact to the Site. The analytical results are presented in the First Environmental Laboratories, Inc. analytical report dated November 11, 2015. The analytical report indicates that no VOCs or PNAs were detected in the samples at the laboratory reporting limits. Lead was detected in the samples at the laboratory reporting limits. The pH value of 7.04 in sample C-43 and 8.06 in C-44 are within the required range of 6.25-9.0 units. The analytical results were compared to the Maximum Allowable Concentrations of Chemical Constituents (MACs) listed in 35 IAC 1100 Subpart F. The analytical results obtained from the soil samples indicates that all analyzed parameters meet their respective MACs for all of the samples. The IEPA LPC-663 Form, Uncontaminated Soil Certification; signed by a Licensed Professional Geologist, along with the analytical report and chain of custody, has been completed for disposal of the soil and is attached. Please note that USFOs screen each load with a PID, which will determine the final acceptance of individual loads, regardless of the analytical results. We appreciate the opportunity to be of service to you. Please contact us with any questions. Respectfully, TESTING SERVICE CORPORATION Prepared by: f t .` David L. Hurst Aaron J. Uirey, P.G. #196.001390 Environmental Department Manager Project Geologist DLH:AJU:kw Enc: LPC-663 Form Boring Location Plan Analytical Report and Chain of Custody EDR First Report Information General Conditions -3- ti.. Page 1 of 2 Illinois Environmental Protection Agency Bureau of Land • 1021 North Grand Avenue East • P.O. Box 19276 . Springfield ® Illinois • 62794-9276 .. Uncontaminated Soil Certification by Licensed Professional Engineer or Licensed Professional Geologist for Use of Uncontaminated Soil as Fill in a CCDD or Uncontaminated Soil Fill Operation LPC-663 Revised in accordance with 35 111. Adm. Code 1100, as amended by PCB R2012-009 (eff. Aug. 27, 2012) This certification form is to be used by professional engineers and professional geologists to certify, pursuant to 35 III,Adm, Code 1100.205(a)(1)(B),that soil (i) is uncontaminated soil and(ii)is within a pH range of 6.26 to 9.0. If you have questions about this form, please telephone the Bureau of Land Permit Section at 217/524-3300. This form may be completed online, saved locally,printed and signed, and submitted to prospective clean construction or demolition debris (CCDD)fill operations or uncontaminated soil fill operations. 1. Source Location Information ..: (Describe the location of the source of the uncontaminated soil) Project Name: 2016 Oak Brook Street Improvements Office Phone Number, if available: 847-823-0500 Physical Site Location (address, inclduding number and street): Bath And Tennis Drive City: Oak Brook State: IL Zip Code: 60523 County: DuPage Township: York Lat/Long of approximate center of site in decimal degrees(DD.ddddd)to five decimal places(e.g., 40.67890, -90.12345): Latitude: 41.83501 Longitude: -.87.94011 (Decimal Degrees) (Decimal Degrees) Identify how the tat/long data were determined: ❑ GPS ❑ Map Interpolation ❑ Photo Interpolation ❑ Survey © Other EDR First Report IEPA Site Number(s), if assigned: BOL: None BOW:None BOA: None 11. OwnerlOperator Information for Source Site Site Operator Site Owner Name:. Name: .� Street Address: Street Address: PO Box: PO Box: City: State: City: State:. Zi p Code: Phone: Zip Code: Phone: Contact: Contact: .� Email, if available: Email, if available: This Agency is authorized to require this information under Section 4 and Title X of the Environmental Protection Act(415 1LCS 514,5139). s Failure to disclose this information may result in: a civil penalty of not to exceed$50,000 for the violation and an additional civil penalty of IL 532-2922 not to exceed$10,000 for each day during which the violation continues(415 ILCS 5142).This form has been approved by the Forms LPC 663 Rev.812012 Management Center. Page 2 of 2 Project Name: 2016 Oak Brook Street Improvements Latitude: 41.53501 Longitude: -87.94011 _ Uncontaminated Site Certification Ill, Basis for Certification and Attachments For each item listed below, reference the attachments to this form that provide the required information. ~ a• A Description of the soil sample points and how they were determined to be sufficient in number and appropriately located 35 111,Adm. Code 1100.610(a)]: •% See attached report. Sites and surrounding properties were forested until after 1939 when the golf course was constructed. The current maintenance shack off the road was constructed after 1988. EDR identified adjoining properties on environmental databases. 4 soil borings were performed and samples were screened with a PID. .,. b. Analytical soil testing results to show that soil chemical constituents comply with the maximum allowable concentrations established pursuant to 35 III.Adm. Code Part 1100, Subpart F and that the soil pH is within the range of 6.25 to 9.0, including the documentation of chain of custody control,a copy of the lab analysis; the accreditation status of the laboratory performing the analysis; and certification by an authorized agent of the laboratory that the analysis has been performed in accordance with the Agency's rules for the accreditation of environmental and the scope of the accreditation [35 Ill.Adm. Code 1100.201(8), 1100.205(a), 1100.610]: Soil samples (C-43 and C-44) representing site conditions were collected for analysis of VOCs,PNAs, lead,&pH. Analytical results verify the soil meets MACS. C-43 pH of 7.04 and C-44 of 8.06 are between 6.25 and 9.0,therefore, soil is uncontaminated. IV. Certification Statement, Signature and Seal of Licensed Professional Engineer or Licensed Professional Geologist I, Aaron J. Ulrey (name of licensed professional engineer or geologist) certify under penalty of law that the information submitted, including but not limited to, ail attachments and other information, is to the best of my knowledge and belief, true,accurate and complete. In accordance with the Environmental Protection Act[415 ILLS 5122.51 or 22.51a]and 35 Ill.Adm.Code 1100.205(a), I certify that the soil from this site is uncontaminated soil. I also certify that the soil pH is within the range of 6.25 to 9.0. In addition, I certify that the soil has not been removed from the site as part of a cleanup or removal of contaminants. All necessary documentation is attached. Any person who knowingly makes a false,fictitious,or fraudulent material statement, orally or in writing, to the Illinois -•� EPA commits a Class 4 felony. A second or subsequent offense after conviction is a Class 3 felony, (415ILCS 5144(h)) Company Name: Testing Service Corporation Street Address: 360 S, Main Place City: Carol Stream State: IL Zip Code: 60188 Phone: 630-462-2600 \"W1 r r r>>i/ ON JON 0' Aaron J. Ulrey , Printed Name: 196.001390 < ' REGISTERED PROFESSION AL k GEOLOGIST Licensed Professional Engineer or Date: S,-. Licensed Professional Geologist Signature: '�� `IT '�F X..1�40 •, P.E. or L.P.G. Seal: t i t Fib v u r lit Wit - r GoI �eartt�t R �s R December 17, 2015 TESTING SERVICE CORPORATION corpor-we CTfce Mr. Orion Galey Christopher B. Burke Engineering, Ltd. 360 South Main Place,carol Stream,It 60188-2404 9575 West Higgins Road Suite 600 630.462.2600 e Fax 630.653.2988 Rosemont, IL 60018-4920 RE: L-84,262 Potentially Impacted Property Evaluation for LPC-663 Form 2016 Street improvement Project Camden Court and Tower Drive Oak Brook, IL Dear Mr. Galey: Testing Service Corporation (TSC) has completed a Potentially Impacted Property (PIP) Evaluation, soil sampling, and laboratory analyses for the above captioned project. The general scope of work was outlined in TSC's Proposal 55,748 dated October 14, 2015. TSC received authorization to perform the PIP evaluation on the same day. TSC was requested to evaluate site soil conditions for the disposal of construction spoils at a Clean Construction & Demolition Debris (CCDD) or Uncontaminated Soil Fill Operation (USFO)facility. Source Site The Source Sites ("Site(s)") consist of streets in commercial areas to the south of West 22nd Street, west of Midwest Road in Oak Brook, 1L. One Site includes the entirety of Camden Court. The other ..- Site is the water tower area at the south end of Tower Drive. The activity generating the soil for disposal is improvements to the streets. Records Review In accordance with Illinois Administrative Code 35 Part 1100, on behalf of the Site(s) owner, TSC —' evaluated the historical uses of the Site(s) to identify potential contamination sources, both from the Site(s) and adjoining properties, which may cause the Site(s) to be considered PIPs. TSC researched the history of the Site(s) and surrounding properties by reviewing historical topographic maps dating back to 1891 and aerial photographs dating back to 1939. Based on this information, the area was used for agricultural purposes until after 1956 when 1-88 was constructed to the south and Tower Drive, the water tower, the building to its west, and the commercial building 300' to its west were constructed. 22nd Street had been constructed after 1927 and homes on its north side after 1939. The Camden Court area remained agricultural until after 1962 when it was constructed and _ the commercial buildings to its southeast, west, and 350' to its west. The commercial building on the east side of Tower Drive was constructed at this time and the building 300 to its west expanded. After 1974, commercial buildings to the south and east on Camden Court were constructed, as well as the commercial offices 450' to the east. The building to the west of Tower Drive expanded at this time and providilk; rr Fall R11mgTe of Geoleclrrricral I rr irreerin ,Err»ir-onrrreWal Se;,vices,craft Corrs7rmetiorr Afatetirr/s Digineedh &.T es i ig Christopher B. Burke Engineering, Ltd. L-84,262 - December 17, 2015 the building 350' to the east was constructed. Also after 1974, the residences across 22nd Street to the north were all demolished and replaced with the modern day commercial buildings. The building to the east of Tower Drive was replaced after 2005. TSC evaluated current Federal and State environmental agency records for the Site(s) and vicinity by obtaining information from a Radius Map Report from Environmental Data Resources, Inc. (EDR). Review of the Radius Map Report assists in identifying potential contamination sources, both at the -- Site(s) and from adjoining properties, which may cause the Site(s) to be considered PIPS. The EDR Radius Map Report information did not identify the Site(s) on the reviewed environmental databases. The EDR Radius Map Report information did identify adjacent properties to the Site(s) on the reviewed environmental databases. For Camden Court: - Hart Oak Brook Ltd at 2210 Camden Court is on the UST database for having removed a diesel fuel and a hazardous substance tank. It is also on the LUST database for diesel with a No Further Remediation (NFR) letter written on October 16, 2012. -Antech Diagnostics, in the commercial office building 450' to the east at 2601 West 22nd Street is on the RCRA-CESQG database for being a conditionally exempt small quantity generator of D001 ignitable waste with no violations found. For Tower Drive: - Champion Parts Rebuilders, 300' to the west at 2525 22nd Street, currently Room & Board Home Furnishings, is on the RCRA-SQG database for being a small quantity generator of F001 spent halogenated solvents used in degreasing with no violations found. -Two Oak Brook Place, 350' to the east at 2311 West 22nd Street, currently NA Hiffman, is on the UST database for having a tank that is exempt from registration. The property identified on the EDR Radius Map Report reviewed environmental database information Orphan Summary is confirmed to not be within a radius of influence to the Site(s). Based on the properties adjacent to the Site(s) appearing on the environmental databases, the Site(s) were identified as Potentially Impacted Properties. The collection of soil samples and analysis were performed to evaluate the soil for contaminants of concern. Site Reconnaissance On October 20, 2015, a TSC Professional Geologist conducted a reconnaissance of the Site(s)for the purpose of identifying indications of the use or disposal of hazardous substances or petroleum products. No indications of staining, unnaturally stressed vegetation or areas conspicuously absent of vegetation were noted at the Site(s). No evidence of aboveground storage tanks or of vent or fill pipes -2- Christopher B. Burke Engineering, Ltd. L-84,262 -December 17, 2015 VQP suggesting the presence of underground storage tanks were identified on the Site(s). No indication of petroleum sheen was identified. No indications of solid waste or drum storage were noted at the Site(s). No suspect PCB containing equipment or hazardous waste generation was identified on Site(s). No evidence of the use or release of hazardous substances or petroleum products was identified at the Site(s). No additional sources of potential impact from the Site(s) or adjacent properties beyond what has been described above were identified. The Site(s) are streets located in a commercial area to the south of 22nd Street, west of Midwest Road in Oak Brook consistent with �- information reviewed on topographic maps, aerial photographs, and the EDR environmental report. The current status of the surrounding properties is also consistent with the information reviewed and none of the above conditions were noted at their locations within a zone of influence to the Site(s). Soil Sampling &Analytical Testing On November 4, 2015, TSC sampled three locations along Camden Court(C-5 through C-7) and two locations at the south end of Tower Drive (C-8 and C-9). The soil consists predominately of silty clay with trace sand and gravel. The soil was screened using a Mini-RAE 2000 photo-ionization detector (P1D), which did not detect any readings exceeding background conditions. No visual or odorous signs of impact were noted. TSC selected three representative samples of the soil conditions at the Site (C- 5, C-7, and C-8) , The samples were placed in laboratory supplied jars and 5035 preserved vials. The samples were then transported to the analytical laboratory using standard chain of custody procedures. Based on the contaminants of concern identified in the environmental database search, TSC's Professional Geologist determined that analysis for Benzene, Toluene, Ethylbenzene, and Xylenes (BTEX) for Tower Drive; Volatile Organic Compounds (VOCs)for Camden Court; and Polynuclear Aromatic compounds (PNAs) and pH for both Sites, are appropriate indicator parameters of potential impact to the Site(s). The analytical results are presented in the First Environmental Laboratories, Inc. analytical report dated November 16, 2015. The analytical report indicates that no VOCs, including BTEX, or PNAs were detected in the samples at the laboratory reporting limits. The pH value of 8.92 in sample C-5, 8.08 in C-7, and 8.18 in C-8 are within the required range of 6.25-9.0 units. The analytical results were compared to the Maximum Allowable Concentrations of Chemical Constituents (MACs) listed in 35 IAC 1100 Subpart F. The analytical results obtained from the soil samples indicates that all analyzed parameters meet their respective MACs for all of the samples. The IEPA LPC-663 Form, Uncontaminated Soil Certification, signed by a Licensed Professional Geologist, along with the analytical report and chain of custody, has been completed for disposal of the soil and is attached. Please note that USFOs screen each load with a PID, which will determine the final acceptance of individual loads, regardless of the analytical results. -3- Christopher B. Burke Engineering, Ltd. L-84,262 - December 17, 2015 We appreciate the opportunity to be of service to you. Please contact us with any questions, Respectfully, TESTING SERVICE/CORPORATION Prepared by: 1 David L. Hurst Aaron J. Ulrey, P.G. #196.001390 Environmental Department Manager Project Geologist DLH:AJU:kw Enc: LPC-663 Form Boring Location Plan Analytical Report and Chain of Custody EDR First Report Information General Conditions -4- Page 1 of 2 Illinois Environmental Protection Agency Bureau of Land o 1021 North Grand Avenue East • P.O. Box 19276 • Springfield 9 Illinois • 62794-9276 Uncontaminated Soil Certification by Licensed Professional Engineer or Licensed Professional Geologist for Use of Uncontaminated Soil as Fill in a CCDD or Uncontaminated Soil Fill Operation LPC-663 Revised in accordance with 35 Ill.Adm. Code 1100, as amended by PCB 82012-009 (eff.Aug. 27, 2012) •- This certification form is to be used by professional engineers and professional geologists to certify, pursuant to 35 Ill.Adm.Code 1100.205(a)(1)(B),that soil(i) is uncontaminated soil and (H) is within a pH range of 6.26 to 9.0. if you have questions about this form, please telephone the Bureau of Land Permit Section at 217/524-3300. This form may be completed online, saved locally, printed and signed, and submitted to prospective clean construction or demolition debris (CCDD)fill operations or uncontaminated soil fill operations. I. Source Location Information _.. (Describe the location of the source of the uncontaminated soil) Project Name: 2016 Oak Brook Street Improvements Office Phone Number, if available: 847-823-0500 Physical Site Location (address, inciduding number and street): Camden Court and Tower Drive City: Oak Brook State: IL Zip Code: 60523 County: DuPage Township: York Lat/Long of approximate center of site in decimal degrees (DD.ddddd)to five decimal places (e.g.,40.67890,-90.12345}: Latitude: 41.84490 Longitude: °87.98030 (Decimal Degrees) (-Decimal Degrees) identify how the lat/long data were determined: ❑ GPS ❑ Map Interpolation ❑ Photo Interpolation ❑ Survey ® Other EDR First Report IEPA Site Number(s), if assigned: BOL: None BOW:None BOA: None 11. Owner/Operator Information for Source Site Site Operator Site Owner Name: Name: Street Address: Street Address: PO Box: PO Box: City: State: City: State: Zip Code: Phone: Zip Code: Phone: Contact: Contact: Email, if available: Email, if available: This Agency is authorized to require this information under Section 4 and Title X of the Environmental Protection Act(415 ILCS 5/4,5139). Failure to disclose this information may result in: a civil penalty of not to exceed$50,000 for the violation and an additional civil penalty of IL 532-2922 not to exceed$10,000 for each day during which the violation continues(4151LCS 5142).This form has been approved by the Forms LPC 663 Rev,812012 Management Center. i `w i Page 2 of 2 Project Name: 2016 Oak Brook Street Improvements Latitude: 41.84490 Longitude: -87.98030 Uncontaminated Site Certification III. Basis for Certification and Attachments For each item listed below, reference the attachments to this form that provide the required information. .r a- A Description of the soil sample points and how they were determined to be sufficient in number and appropriately located 35 III. Adm. Code 1100.610(x)]: See attached report. Sites and surrounding properties were agricultural until after 1956 when commercial construction in the area began including the water tower on Tower Drive. Camden Court started development after 1962. EDR identified adjoining properties on environmental databases. 5 soil borings were performed and samples were screened with a PiD. b. Analytical soil testing results to show that soil chemical constituents comply with the maximum allowable concentrations established pursuant to 35 Ill,Adm, Code Part 1100, Subpart F and that the soil pH is within the range of 6.25 to 9,0, including the documentation of chain of custody control, a copy of the tab analysis;the accreditation status of the laboratory performing the analysis; and certification by an authorized agent of the laboratory that the analysis has been performed in .� accordance with the Agency's rules for the accreditation of environmental and the scope of the accreditation[35 Ill.Adm. Code 1100.201(g), 1100.205(a), 1100.610]: Soil samples (C-5, C-7, and C-8) representing site conditions were collected for analysis of BTEXNOCs, PNAs, 8,pH •. Analytical results verify the soil meets MACs. C-5 pH of 8.92, C-7 of 8.08, and C-8 of 8.18 are between 6.25 and 9.0,therefore, soil is uncontaminated. IV. Certification Statement,Signature and Seal of Licensed Professional Engineer or Licensed Professional Geologist 1, Aaron J. Ulrey (name of licensed professional engineer or geologist) ••: certify under penalty of law that the information submitted, including but not limited to, all attachments and other information, is to the best of my knowledge and belief,true, accurate.and complete. In accordance with the Environmental Protection Act[415 1LCS 5122.51 or 22.51a]and 35 Ill. Adm.Code 1100.205(a), I certify that the soil from this site is uncontaminated soil. I also certify that the soil pH is within the range of 6.25 to 9,0. In addition, I certify that the soil has not been removed from the site as part of a cleanup or removal of contaminants. All necessary documentation is attached. Any person who knowingly makes a false,fictitious,or fraudulent material statement, orally or in writing; to the Illinois EPA commits a Class 4 felony. A second or subsequent offense after conviction is a Class 3 felony. (4151LCS 5144(h)) Company Name: Testing Service Corporation Street Address: 360 S. Main Place City: Carol Stream State: IL Zip Code: 60188 Phone: 630-462-2.600 \\*\����rrJON,��,� ' N Aaron J. Ulrey cr Ate', Printed Name: �= 196.001390 REGISTERED — * :PROFESSIONAL: � ,-7 a� ..r ,, j- i; ` i� -- '•. GEOLOGIST .� Licensed Professional Engineer or Date: Licensed Professional Geologist Signature: ,, OP ILL P.E. or L.P.G. Seal: 1 �z _ LlncainFCenter?�`""" b�; � r` �A _ {- r - k rite, P 4 -b jT I V_- � 5j rw i r ti ower 1 n All r'� r r1 T s �xar 1 c 1 c "SE.-t t t 1�{ x2oi, o je+F ,: o 00 r _ __ - - December 17, 2015 TESTING SERVICE CORPORATION Cofpoi-ale Ofce Mr. Orion Galey 360 South Christopher B. Burke Engineering, Ltd. 630A62.26001* Fax 630,653,2988 IL 60188-2404 9575 West Higgins Road Suite 600 Rosemont, IL 60018-4920 RE: L - 84,262 Potentially Impacted Property Evaluation for LPC-663 Form 2016 Street Improvement Project Harger Road From Spring Road To 1500 Feet East York Road Between 1-88 and Ramp Clearwater Drive Oak Brook, I L Dear Mr. Galey: Testing Service Corporation (TSC) has completed a Potentially Impacted Property (PIP) Evaluation, soil sampling, and laboratory analyses for the above captioned project. The general scope of work was outlined in TSC's Proposal 55,748 dated October 14, 2015. TSC received authorization to perform the PIP evaluation on the same day. TSC was requested to evaluate site soil conditions for the disposal of construction spoils at a Clean Construction &Demolition Debris (CCDD) or Uncontaminated Soil Fill Operation (USFO) facility. Source Site The Source Sites ("Site(s)")consist of streets in a commercial/residential area in Oak Brook, 1L. One Site is Harger Road from Spring Road extending 1500 feet to the east. Another Site is York Road from 1-88 southwards to its ramp. The last Site is Clearwater Drive, The activity generating the soil for disposal is improvements to the streets. Records Review In accordance with Illinois Administrative Code 35 Part 1100, on behalf of the Site(s) owner, TSC evaluated the historical uses of the Site(s)to identify potential contamination sources, both from the Site(s) and adjoining properties, which may cause the Site(s) to be considered P1Ps. TSC researched the history of the Site(s) and surrounding properties by reviewing historical topographic maps dating back to 1891 and aerial photographs dating back to 1939. Based on this information, the western portion of Harger Road, the Site on the west, and surrounding land were agricultural to the south of Harger Road and forested to the north until after 1962 when the farmland on the south side was replaced with a commercial area of most of the modern day buildings. 1-88, in between the Site(s), and the Oakbrook Center mall to the west, were constructed after 1956. The subdivision just north of Harger Road on the west end was constructed after 1974 and the mall and 11novirling a Full Reinge of Geotecluuctil Engineering,Envirownenh-d Services,caul Constriction JllateHols Engineering& Vesting i Christopher B. Burke Engineering, Ltd. L-84,262 - December 17, 2015 1909 Spring Road, modern day Hyatt Engineering, on the northwest corner expanded. AT&T, to the southeast of the Harger Road portion, expanded after 1998. The east side Site(s) of the portion of York Road between 1-88 and its southern ramp and Clearwater Drive were agricultural until after 1956 when Clearwater Drive, the northern building of 2000 York Road 500' to the north, and Official Airline Guides at 2000 Clearwater Drive to the west were constructed. All of the other modern day buildings in the area followed after 1962. The new southern building of 2000 York Road expanded after 1974, the reservoir property was constructed to the east across from 2000 York Road, and the heliport area was mostly paved over to double as additional parking. The building to the south of the reservoir property was demolished after 1988 and replaced after 1998. 2100 York -- Road to the south of the east end of Clearwater Drive was partially demolished after 2007 and replaced with the modern day building. The eastern portion of the 2000 York Road southern building was demolished after 2011 and the western portion after 2012. It was replaced with the current Hub building after 2012. Also after 2012, another small commercial building was added to an empty lot along the east side of Clearwater Drive, and the northern and southern portions of the parking loi that had covered the heliport were converted into detention ponds. There was a space marked out for helicopters from the time the heliport was paved until it became the southern detention pond. TSC evaluated current Federal and State environmental agency records for the Site(s) and vicinity by obtaining information from a Radius Map Report from Environmental Data Resources, Inc. (EDR). `! Review of the Radius Map Report assists in identifying potential contamination sources, both at the Site(s) and from adjoining properties, which may cause the Site(s) to be considered PIPS. The EDR Radius Map Report information did not identify the Site(s) on the reviewed environmental databases. i The EDR Radius Map Report information did identify adjacent properties to the Site(s) on the reviewed environmental databases. For Harger Road From Spring Road 1500' East: - Commerce Plaza to the south at 2015 Spring Road is on the UST database for having removed two diesel fuel tanks. AT&T Oak Brook 400 feet to the south at 1000 Commerce Drive is on the UST database for having removed two diesel fuel tanks, for having a heating oil tank that is exempt from registration, and for having four diesel fuel tanks currently in use. It is also on the LUST database for diesel with a No Further Remediation (NFR) letter recorded on June 30, 2011. - Metropolitan Life Insurance to the south at 2001 Spring Road is on the LUST database for diesel without an NFR letter recorded. It is also on the ENGINEERING CONTROLS, IL INSTITUTIONAL CONTROL, and SRP databases with an NFR letter recorded on July 23, 2004. �— - Hyatt Engineering to the north at 1909 Spring Road is on the RCRA-CESQG database for being a conditionally exempt small quantity generator of D001 ignitable waste with no violations found. c i -2- -- Christopher B. Burke Engineering, Ltd. L-84,262 - December 17, 2015 - Citibank Office Plaza across the street to the west at 1900 Spring Road is on the RCRA-SQG database for being a small quantity generator of D001 ignitable waste with no violations found. It is also on the UST database for having removed a diesel fuel tank. For York Road From 1-88 To Southern Ramp: - 2000 York Road Building at 2000 York Road to the southwest is on the UST database for having removed a heating oil tank. The same address appearing as Duke Realty is on the LUST database for gasoline with an NFR letter recorded on June 15, 2012. The same address appearing as Perkin Elmer Corp is on the RCRA-SQG database for being a small quantity generator of F001 and F002 spent halogenated solvents waste with no violations found. - Reservoir A-Village of Oak Brook to the southeast at 1915 York Road is on the UST database for having a diesel fuel tank. For Clearwater Drive: Gibson Electric at 2100 South York Road to the southeast is on the LUST database for unleaded gas with an NFR letter recorded on September 14, 2001. It is also on the SRP database with an NFR recorded on April 7, 2009. It is also on the RCRA-SQG database for being a small quantity generator with no violations found. -Former Official Airline Guides to the west at 2000 Clearwater Drive is on the UST database for having removed a diesel fuel tank. - Stein & Co For Teachers Insurance And Annuity 415 feet to the southeast at 2122 York Road is on the RCRA-SQG database for being a small quantity generator of D000 not defined and D009 mercury waste with no violations found. - Former Babson Bros Cc with no address given but plotting along York Road to the southeast is on the UST database for having removed a gasoline and a diesel fuel tank. It is also on the LUST database for diesel with an NFR letter written on October 16, 2012. - Lions Club International 450 feet to the southeast at 3.00 22nd Street is on the RCRA-SQG database for being a small quantity generator of D001 ignitable, D018 benzene, and D0.39 tetrachloroethylene waste with no violations found. Illinois State Toll Plaza##51 York Road is confirmed to not be within a radius of influence to the Site(s). The EDR Radius Map Report information Orphan Summary did not identify any properties on the reviewed environmental databases. Based on the properties adjacent to the Site(s) appearing on the environmental databases, the Site(s) -- were identified as Potentially Impacted Properties. The collection of soil samples and analysis were performed to evaluate the soil for contaminants of concern. -3- Christopher B. Burke Engineering, Ltd. L-84,262 - December 17, 2015 Site Reconnaissance On October 20, 2015, a TSC Professional Geologist conducted a reconnaissance of the Site(s) for the purpose of identifying indications of the use or disposal of hazardous substances or petroleum products. No indications of staining, unnaturally stressed vegetation or areas conspicuously absent of vegetation were noted at the Site(s). No evidence of aboveground storage tanks or of vent or fill pipes suggesting the presence of underground storage tanks were identified on the Site(s). No indication of petroleum sheen was identified. No indications of solid waste or drum storage were noted at the Site(s). No suspect PCB containing equipment or hazardous waste generation was identified on Site(s). No evidence of the use or release of hazardous substances or petroleum products was identified at the Site(s). No additional sources of potential impact from the Site(s) or adjacent properties beyond what has been described above were identified. The Site(s) are streets located in a residential/commercial area in Oak Brook consistent with information reviewed on topographic maps, aerial photographs, and the EDR environmental report. The current status of the surrounding properties is also consistent with the information reviewed and none of the above conditions were noted at their locations within a zone of influence to the Site(s). Soil Sampling &Analytical Testing On November 2-3, 2015, TSC sampled two locations along Harger Road from Spring Road to 1500 feet east (C-48 and C-49), one location on York Street from 1-88 to its southern ramp (C-54), and three locations on Clearwater Drive (C-57 through C-59). The soil consists predominately of silty clay with trace sand and gravel. The soil was screened using a Mini-RAE 2000 photo-ionization detector (PID), which did not detect any readings exceeding background conditions. No visual or odorous signs of impact were noted. TSC selected six representative samples of the soil conditions at the Site(s) (C- 48, C-49, C-54, C-57, C-58, and C-59) . The samples were placed in laboratory supplied jars and 5035 preserved vials. The samples were then transported to the analytical laboratory using standard chain of custody procedures. Based on the contaminants of concern identified in the environmental database search, TSC's Professional Geologist determined that, for Harger Road from Spring Road to 1500 feet east, analysis for Volatile Organic Compounds (VOCs), Polynuclear Aromatic compounds (PNAs), and pH, are appropriate indicator parameters of potential impact to the Site. For York Street from 1-88 to its southern ramp, analysis for Volatile Organic Compounds (VOCs), Polynuclear Aromatic '— compounds (PNAs), lead, and pH, are appropriate indicator parameters of potential impact to the Site. For Clearwater Drive, Volatile Organic Compounds (VOCs), Polynuclear Aromatic compounds (PNAs), lead, mercury, and pH, are appropriate indicator parameters of potential impact to the Site. The analytical results are presented in the First Environmental Laboratories, Inc. analytical report dated November 11, 2015. The analytical report indicates that no VOCs were detected in the samples at the laboratory reporting limits. Several PNAs were detected among the samples at the laboratory reporting limits. Lead was detected in samples C-54, C-57, C-58, and C-59 and mercury was detected in sample C-57. The pH value of 7.86 in sample C-48, 7.59 in C-49, 8.90 in C-54, 8.73 in C-57, 8.44 in C-58, and 7.96 in C-59 are within the required range of 6.25-9.0 units. i The analytical results were compared to the Maximum Allowable Concentrations of Chemical Constituents (MACS) listed in 35 IAC 1100 Subpart F. The analytical results obtained from the soil samples indicates that the analyzed parameters for VOCs, PNAs, and the majority of metals meet their -4- i i Christopher B. Burke Engineering, Ltd. L-84,262 - December 17, 2015 respective MACs. However, total mercury in C-57 was detected at 2.21 mg/kg, which does not meet the MAC for total mercury of 0.89 mg/kg. 351AC1100.610(b)(3)(C), specifies an alternative method to evaluate mercury. Compliance verification may be determined by comparing soil sample extraction results by the SPLP procedure for mercury to the respective TACO Class 1 Soil Component of the Groundwater Ingestion Exposure Route Objective in 351AC742 Appendix B, Table A. The C-57 sample was analyzed for SPLP mercury. The analytical result of SPLP mercury from sample C-57 is presented in the First Environmental Laboratories, Inc. analytical report dated November 18, 2015. The SPLP mercury concentration of Non Detect for the sample meets the TACO Objective of 0.002 mg/L for mercury. Therefore, the soil from the area of C- 57 does meet the MACs and may be disposed as uncontaminated soil at a CCDD/USFO. The ]EPA LPC-663 Form, Uncontaminated Soil Certification, signed by a Licensed Professional Geologist, along with the analytical report and chain of custody, has been completed for disposal of the soil and is attached. Please note that USFOs screen each load with a PID,which will determine the final acceptance of individual loads, regardless of the analytical results. We appreciate the opportunity to be of service to you. Please contact Lis with any questions. �a Respectfully, TESTING SERVICE CORPORATION Prepared by: i David L. Hurst Aaron J. Ulrey, P.G. #196.001390 Environmental Department Manager Project Geologist DLH:AJU:kw Enc: LPC-663 Form Boring Location Plan Analytical Report and Chain of Custody EDR First Report Information General Conditions -5- Page 1 of 2 Illinois Environmental Protection Agency Bureau of Land • 1021 North Grand Avenue East • P.O. Box 19276 • Springfield • Illinois • 62794-9276 Uncontaminated Soil Certification by Licensed Professional Engineer or Licensed Professional Geologist for Use of Uncontaminated Soil as Fill in a CCDD or Uncontaminated Soil Fill Operation LPC-663 Revised in accordance with 35111. Adm. Code 1100, as amended by PCB 82012-009 (eff. Aug. 27, 2012) This certification form is to be used by professional engineers and professional geologists to certify, pursuant to 35 Ill.Adm. Code 1100.205(a)(1)(B), that soil(i) is uncontaminated soil and (ii) is within a pH range of 6.26 to 9,0. if you have questions about this form,please telephone the Bureau of Land Permit Section at 217/524-3300. This form may be completed online, saved locally, printed and signed, and submitted to prospective clean construction or demolition debris(CCDD)fill operations or uncontaminated soil fill operations. 1. Source Location Information (Describe the location of the source of the uncontaminated soil) Project Name: 2016 Oak Brook Street Improvements Office Phone Number, if available: 847-823-0500 .. Physical Site Location(address, inclduding number and street): Harger Road From Spring Road To 1500'East,York Road Between 1-88 and Ramp, and Clearwater Drive City: Oak Brook State: IL Zip Code: 60523 County: DuPage Township: York Lat/Long of approximate center of site in decimal degrees(DD.ddddd)to five decimal places (e.g.,40.67890,-90.12345): Latitude: 41.85160 Longitude: -87.93430 (Decimal Degrees) (-Decimal Degrees) Identify how the 12t/long data were detemnined: ❑ GPS ❑ Map Interpolation ❑ Photo Interpolation ❑ Survey fl Other EDR First Report IEPA Site Number(s), if assigned: BOL: None BOW:None BOA: None 11. Owner/Operator Information for Source Site Site Owner Site Operator Name: Names ` Street Address: Street Address: PO Box: PO Box. City: State: City State: Zip Code: Phone: Zip Code: Phone: Contact: Contact: Email, if available: Email, if available: This Agency is authorized to require this information under Section 4 and Title X of the Environmental Protection Act(415 ILCS 514,5139). Failure to disclose this information may result in: a civil penalty of not to exceed$50,000 for the violation and an additional civil penalty of IL 532-2922 not to exceed$10,000 for each day during which the violation continues(415 ILCS 5142).This form has been approved by the Forms LPC 663 Rev.812012 Management Center. Page 2 of 2 Project Name: 2016 Oak Brook Street Improvements Latitude: 41.85160 Longitude: -87.93430 Uncontaminated Site Certification III. Basis for Certification and Attachments For each item listed below, reference the attachments to this form that provide the required information. s a. A Description of the soil sample points and how they were determined to be sufficient in number and appropriately located 35 111.Adm. Code 1100.610(a)]; See attached report Sites and surrounding properties were agricultural until after 1956 when commercial construction began in the area of Clearwater Drive especially after 1962. Development of Harge.r Road began after 1962. EDR identified adjoining properties on environmental databases. 7 soil borings were performed and samples were screened with a PiD. b. Analytical soil testing results to show that soil chemical constituents comply with the maximum allowable concentrations established pursuant to 35 111.Adm. Code Part 1100, Subpart F and that the soil pH is within the range of 6.25 to 9.0, including the documentation of chain of custody control, a copy of the lab analysis;the accreditation status of the laboratory performing the analysis;and certification by an authorized agent of the laboratory that the analysis has been performed in accordance with the Agency's rules for the accreditation of environmental and the scope of the accreditation 135 Ill, Adm. Code 1100.201(g), 1100.205(a), 1100.610]: .� Soil samples(C48, 49, 54, 57, 58, 59) representing site conditions were collected for analysis of VOCs, PNAs, & pH with C54, 57, 58, 59 lead, 57, 58, 59 mercury. Analytical results verify the soil meets MACs after SPLP mercury in C57. C-48 pH of 7.86, 49 of 7.59, 54 of 8.90, 57 of 8.73, 58 of 8.44,and 59 of 7.96 are between 6.25 and 9.0,therefore, soil is uncontaminated. '— IV. Certification Statement, Signature and Seal of Licensed Professional Engineer or Licensed Professional Geologist 1, Aaron J. Ulrey (name of licensed professional engineer or geologist) certify under penalty of law that the information submitted, including but not limited to,all attachments and other information, is to the best of my knowledge and belief,true, accurate and complete. In accordance with the Environmental Protection Act[415 ILCS 5122.51 or 22.51 a]and 35 Ill.Adm. Code 1100.205(a), I certify that the soil from this site is uncontaminated soil. I also certify that the soil pH is within the range of 6.25 to 9.0. In addition, I certify that the soil has not been removed from the site as part of a cleanup or removal of contaminants. All necessary documentation is attached. Any person who knowingly makes a false,fictitious, or fraudulent material statement,orally or in writing, to the Illinois EPA commits a Class 4 felony. A second or subsequent offense after conviction is a Glass 3 felony. (415 ILCS 5144(h)) a Company Name: Testing Service Corporation Street Address: 360 S. Main Place City: Carol Stream State: IL Zip Code: 60188 Phone: 630-462-2600 \ �,Ot tv -- Aaron J. Ulrey ¢O `�'.•'• '•, try ; Printed Name: 796.001390 =_ REGISTERED - i? s �'.1. :PROFESSIONAL: GEOLOGJST Licensed Professional Engineer or Date: Licensed Professional Geologist Signature: P.E. or L.P.G. Seal t3 �ajf.y L F f ` Al Ir ry .yp P fie° o r f ' Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 14-0543) VILLAGE OF OAK BROOK _ CONTRACT FOR THE CONSTRUCTION OF 2016 STREET IMPROVEMENT PROJECT ATTACHMENT E IDOT HIGHWAY STANDARDS ABV ABOVE CU YD CUBIC YARD HD HEAD PED PEDESTAL STD 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 AOJ ADJUST D 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 SET - DETECTOR HWY HIGHWAY PRC POINT OF REVERSE CURVE SS STORM SEWER AH AHEAD DIA DIAMETER HORIZ HORIZONTAL PT POINT OF TANGENCY STY STORY APT APARTMENT SST DISTRICT HSE HOUSE POT POINT ON TANGENT ST STREET ASPH ASPHALT DOM DOMESTIC IL ILLINOIS POLYETH POLYETHYLENE ST STRUCTURE AUX AUXILIARY DBL DOUBLE IMP IMPROVEMENT PLC PORTLAND CEMENT CONCRETE a SUPERELEVATION RATE AGS AUXILIARY GAS VALVE (SERVICE) OSEL DOWNSTREAM ELEVATION IN CIA INCH DIAMETER PP POWER POLE OR PRINCIPAL POINT S.E. RUN. SUPERELEVAT ION RUNOFF LENGTH AVE AVENUE DSFL DOWNSTREAM FLOWLINE INL INLET PRM PRIME SURF SURFACE AX AXIS OF ROTATION DR DRAINAGE OR DRIVE INST INSTALLATION PE PRIVATE ENTRANCE SMK SURVEY MARKER BK BACK DI DRAINAGE INLET OR DROP INLET IDS INTERSECTION INTERSECTION DESIGN STUDY PROF PROFILE T TANGENT DISTANCE B-B BACK TO BACK DRV DRIVEWAY INV INVERT PC PROF LE GRADELINE T.R. TANGENT RUNOUT DISTANCE BKPL BACKPLATE OCT DUCT IP IRON PIPE PROJ PROJECT TEL TELEPHONE 8 BARN EA EACH ITT IRON ROD P.C. PROPERTY CORNER TB TELEPHONE BOX BARR BARRICADE EB EASTBOUND JT JOINT PL PROPERTY LINE TP TELEPHONE POLE BGN BEGIN EDP EDGE OF PAVEMENT kg KILOGRAM PR PROPOSED TEMP TEMPORARY 8M BENCHMARK E-CL EDGE TO CENTERLINE km KILOMETER R RADIUS TBM TEMPORARY BENCH MARK B BINDER BNDER E-E EDGE TO EDGE LS LANDSCAPING RR RAILROAD TO TILE DRAIN BIT BTUMINDUS EL ELEVATION LN LANE FIRS RAILROAD SPIKE TBE TO BE EXTENDED BTM BOTTOM ENTR ENTRANCE. LT LEFT RPS REFERENCE POINT STAKE TBR TO BE REMOVED BLVD BOULEVARD EXC EXCAVATION LP LIGHT POLE REF REFLECTIVE TBS TO BE SAVED SRK BRICK EX EXISTING LGT LIGHTING RCCP REINFORCED CONCRETE CULVERT PIPE TWP TOWNSHIP BBOX BUFFALO BOX EXPWAY EXPRESSWAY LF LINEAL FEET OR LINEAR FEET REINF REINFORCEMENT TR TOWNSHIP ROAD SLOG 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 TSCB TRAFFIC SIGNAL CONTROL BOX CB CATCH BASIN F-F FACE TO FACE LNG LONGITUDINAL REP REPLACEMENT TSC TRAFFIC SYSTEMS CENTER C-C CENTER TO CENTER FA FEDERAL AID L SUM 'LUMP SUM REST RESTAURANT TRVS TRANSVERSE CL CENTERLINE OR CLEARANCE FAI FEDERAL AID INTERSTATE MACH MACHINE RESURF RESURFACING TRVL TRAVEL CL-E CENTERLINE TO EDGE FAP FEDERAL AID PRIMARY MB MAIL BOX PET RETAINING TRN TURN CL-F CENTERLINE TO FACE FA S FEDERAL AID SECONDARY MH MANHOLE RT RIGHT TY TYPE CTS CENTERS FAUS FEDERAL AID URBAN SECONDARY MATL MATERIAL ROW RIGHT-OF-WAY T-A TYPE A CERT CERTIFIED FP FENCE POST MED MEDIAN RD ROAD TYP TYPICAL CHSLO CHISELED FE FIELD ENTRANCE m METER RDWY ROADWAY UNOGND UNDERGROUND CS CITY STREET FH FIRE HYDRANT METH METHOD - RTE ROUTE USGS U.S. GEOLOGICAL SURVEY CP CLAY PIPE FL FLOW LINE M MID-ORDINATE SAN SANITARY USEL UPSTREAM ELEVATION CLSD CLOSED FB FOOT BRIDGE mm M U ILLMETER SANS SANITARY SEWER USFL PSTREAM FLOWLINE CLID CLOSED LID FON FOUNDATION mm DIA MILLIMETER DIAMETER SEC SECTION UTIL UTILITY CT COAT OR COURT FR FRAME MIX MIXTURE SEED SEEDING VBOX VALVE BOX COMB COMBINATION F&G FRAME & GRATE MSH MOBILE HOME SHAP SHAPING VV VALVE VAULT C COMMERCIAL BUILDING FRWAY FREEWAY MOO MODIFIED S SHED VLT VAULT CE COMMERCAL ENTRANCE GAL GALLON - MFT MOTOR FUEL TAX SH SHEET VEH VEHICLE CONC CONCRETE GALV GALVANIZED N & BC NAIL & BOTTLE CAP SHLD SHOULDER VP VENT PIPE CONST CONSTRUCT G GARAGE N& C NAL & CAP SW SIDEWALK OR SOUTHWEST VERT VERTICAL CONTD CONTINUED GM GAS METER N& W NAI L &_WASHER SIG SIGNAL VC VERTCAL CURVE CONT CONTNUOUS GV GAS VALVE - NOAA NATIONAL OCEANIC ATMOSPHERIC SOD SODDING VPC VERTICAL POINT OF CURVATURE CDR CORNER GRAN GRANULAR ADMINISTRATION SM SOLID MEDIAN VPI VERTICAL POINT OF INTERSECTION CORR CORRUGATED GR GRATE 14C 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 NE NORTHEAST SPL SPECIAL WV WATER VALVE CH COUNTY HIGHWAY GUT GUTTER NW NORTHWEST SO SPECIAL DITCH WMAIN WATER MAIN CSE COURSE GP GUY POLE OLID OPEN LID 50 FT SOUARE FEET WB WESTBOUND XSECT CROSS SECTION GW GUY WIRE PAT PATTERN m 2 SOUARE METER WILDFL WILDFLOWERS m3 CUBIC METER H14 HANOHOLE PVD PAVED mm 2 SQUARE MILLIMETER W WITH FIRM' CUBC MILLIMETER HATCH HATCHING PVMT PAVEMENT 50 YD SOUARE YARD WO WITHOUT PM PAVEMENT MARKING STS STABILIZED DATE REVISIONS STANDARD SYMBOLS, ®1191.11 DOpOf�'"Bn�°� 1-1-11 Updated obbrevlatlons ABBREVIATIONS PASSED 2111 — and symbols. EN0I NEED OP'POL'LYp ANp FPOCEOUF 5 AND PATTERNS 1-1-08 Updated abbrevlatlons ISheet I of 8) APPe0VE0 J°^^�Y I• 2011 and symbols. ENGINEER OF DESIGN AND ENV mONNENT STANDARD 000001-06 ADJUSTMENT ITEMS EX PR ALIGNMENT ITEMS EX PR CONTOUR ITEMS EX PR Baseline Approx. Index Line —————- Structure To Be Adjusted ADJ Centerline - - Approx. Intermediate Line —————- Structure To Be Cleaned © o Centerline Break Circle rrrhhh FHO Index Contour Main Structure To Be Filled Baseline Symbol FD FD Intermediate Contour Centerline Symbol DRAINAGE ITEMS EX PR Structure To Be Filled PI Indicator e Channel or Stream Line -------- ------ -------- ------- � Structure To Be Filled Special ESP Point Indicator o o Culvert Line F I CURVE CURVE Grading& Shaping Ditches ----------------- Horizontal Curve Data P.I.STA= P.I.STA= Structure To Be Removed ® (Half Size) m m D-= T- Drainage Boundary Line - - 7= T= Structure To Be L= L= Reconstructed REC e= e- Paved Ditch -_^- zArr T. T.R.= S.E.RUN= S.E.RUN= P.C.STA= P.C.STA= Aggregate Ditch Structure To Be Reconstructed Special RSP P.T.STA= P.T.STA= Pipe Underdraln Frame and Grate BOUNDARIES ITEMS EX PR To Be Adjusted A Dashed Property Line - - - - - Storm Sewer ------C`�� Frame and Lid O Solid Property/Lot Line Flowline t To Be Adjusted O Section/Groni Line - - - Ditch Check 4- -'-- Domestic Service Box A To Be Adlusted Quarter Section Line - - -- Headwall �--� Valve Vault To Be Adjusted O Quarter/Quarter Section Line - Inlet o County/Township Line Manhole ® E) Special Adjustment State Line --------- Summit Item To Be Abandoned AB iron Pipe Found O Roadway Ditch Flow Item To Be Moved Iron Pipe Set 49 Swale -F-� ® C • Survey Marker Catch Basin O Item To Be Relocated REL Culvert End Section 4 / Property.Line Symbol Pavement Removal and Replacement Some Qwnersh.p Symbol Water Surface Indicator (Half Size) Riprop OO Northwest Quarter Corner (Half Size) STANDARD SYMBOLS, ®IRinal,D,p-+ ent of Tro-po.fotlon ABBREVIATIONS Section Corner PASSED -....I. zoU G (Half Size) AND PATTERNS NGINEER OF'PD �ANCEOURES ° (Sheet 2 Of B) APPROVED Jon o.y 1, zpil Southeast Quarter Corner a (Half Size) STANDARD 000001-06 ENGINEER OF pESI GN AND ENVIRONMENT i f i t r i [ i r f r i V r EROSION & SEDIMENT NON-HIGHWAY EXISTING CONTROL ITEMS EX PR IMPROVEMENT ITEMS EX PR LANDSCAPING ITEMS EX PR III III II II IIIIIII contd. Cleaning & Grading Limits ------- -• Noise Attn./Levee <TTiITTITfITrrflT Seeding Class 5 Dike Field Line IE Erosion Control Fence Seeding Class 7 T , Fence -•-.-•-:-.- __�._____ Perimeter Erosion Barrier e--Q-- - - Temporary Fence -m'-^"-nTI\m-^-°' Bose of levee I I I I I 1 I I I I I I I I Seedlings Type i Ditch Check Temporary V P Seedlings Type 2 VVVV Mallbou Ditch Check Permanent Multiple MoIlDOxes Sodding Inlet & Pipe Protection 4 Pay Telephone Mowstake ./Sign Sediment Basin Advertising Sign Tree Trunk Protection r^T 1 � I Erosion Control Blanket ® LANDSCAPING ITEMS EX PR Evergreen Tree Fabric Formed Concrete Contour Mounding Line ---------_ Revetment Mat Fence -•-•-•-•-•- Turf Reinforcement Mat ° Fence Post Shade Tree E I O Mulch Temporarywr- Shrubs LIGHTING EX PR Mowline O O Mulch Method I —_ —— Perennlab Plants Duct Mulch Method 2 Stabilized Tj Tf Conduit Seeding Class 2 Electrical Aerial Cable A A Mulch Method 3 Hydraulic Seeding Class 2A Electrical Buried Coble L L- Controller Seeding Class 4 Underpass Luminaire Seeding Class 4 & 5 Combined Power Pole -6- -� STANDARD SYMBOLS, ABBREVIATIONS PASSED J°"°°ly 1. 20" — - ENGINEER of'FO,; �AND PfloccouflES AND PATTERNS et 3 of BI 4PPflOVED ��^, 4°�y I 2011 = STANDARD 000001-06 ENGINEER 0E OESIGry AND ENVIRONMENT LIGHTING EX PH PAVEMENT MARKINGS EX PR (contd.)- - - - Pull Point © ® Blke Lane Symbol °o-e>• �� Bike Lane Text Handhole 0 O Handicap Symbol / Heavy Duty Hondhole [I] ❑ ' �O I RR Crossing Junction Box Q © - Raised-Marker Amber 1 Way Light Unit Comb. Raised Marker Amber 2Way � Electrical Ground Raised Marker Crystal 1 Way a d Traffic Flow Arrow E E=> Two Way Turn Left High Most Pole (Half Size) r'�Oil_) Shoulder Diag.Pattern Light Unit-1 Skip-Dash White '- -- -- Sklp-Dosh Yellow PAVEMENT (MISC.) EX PH Stop Line ..... ... ..:..:. ,. Keyed Long.Joins /` Solid Line ............_....................... _..... .......___.._......_._,.............. Keyed Long. Joint w/Tle Bars n �h_�n Double Centerline .........._..:...............................__..........._............................_..... DottedLines .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ - _ _ _ _ _ _ Sawed Long. Joint w/Tie Bors — — CL 21-n 2Way RRPM 12.2 m 1409 o.c. Bituminous Shoulder CL 21-n 2Way RRPM 80'(24.4 m) b.a. CL Multilane 0lv. Bituminous Taper RRPM 40'(12.2 m)o.c. CL Multilane Div. RRPM 80' (24.4 m) o.c. Stabilized Driveway Multilane Div.Dbl. RRPM 80' (24.4 m) o.c. Widening - CL Mult Ilona Untlly. Two Way Turn Left Line STANDARD SYMBOLS, ®Illinois Department of Tranappria+lon ABBREVIATIONS Pnsseo jan.ary 1• -1 - W O CED.— AND PATTERNS NLINEE OF et 4 Of B) APPflOVEO 1_:011 = STANDARD 000001-06 ENGINEEP OF DESIGN ANa ENVIRONMENT r r r r r PAVEMENT MARKINGS EX PR RAILROAD ITEMS EX PR contd. — Abandoned Railroad 4 Urban Combination Left �LL� Rollroad _I Urban Combination Right - Railroad Point O Urban Left Turn Arrow Control Box ® B Urban Right Turn Arrow Crossing Cote 8e& Xe— p Flashing Signal Ae8 Z9Z Urban Left Turn Only r _C Railroad Cont. Most Arm Z3 G Urban Right Turn Only .. Z Crossbuck —C Urban Thru only REMOVAL ITEMS EX —PH .— Removal Tic T T —7— Urban U-Turn . ilifi; 11i F:lij Bituminous Removal Urban Combined U-Turn Hatch Potters ll�� Rural Combination Left Tree Removal Singlet Rural Combination Right V- flIGHT OF WAY ITEMS EX PH Rural Left Turn Arrow Future ROW Corner Monument ❑ Rural Right Turn Arrow ROW Marker ® IN 0 Rural Left Turn Only i'— ROW Line - — - -rc Easement Rural Right Turn Only .. o Temporary Easement - 77- 77- 77- 77-Rural Thru Only � �- .,. � STANDARD SYMBOLS, ®nnools onoortn,e�*of Trans°ortatlon ABBREVIATIONS GsE° AND PATTERNS NG N EP GF POLICY ANU PFOCEDUeES Isnee+ s of Bi APPRGVEa 3, ' _ STANDARD 000001-06 ENGINEER OF OE51'N�A°N�aC ENVIR NNENi I 1 f 1' 1 r 1 I I f 1 f f f f 1 RIGHT OF WAY ITEMS EX PR PROFILES EX PR SIGNING ITEMS PR contd. PR contd. EX P.I. Indlca for n e O Access Control Line —AC —AC Reverse Leff WI-41- Point Indicator o o (Half Size) Access Control Line & ROW - AC— -AC- - Access Control Line & ROW with Fence —' AR— ---AC-' Earthworks Balance Point 4>Reverse Right WI-4R Excess ROW Line —xS _ (Half Size) Begin Point ROADWAY PLAN EX PR ve Two Way Traffic Sign W6-3 I ITEMS Vert.cur Data (Half S(ze) ELEV= ELEV- Cable Borrler a a- + • L = L E = E Concrete Barrier ® Detour Ahead W20-2(0) Doan Ditch Profile Left Side ------------ --- --------•-------- (Half Size) nx[Ap Edge of Pavement —————- —Ditch Profile Right Side Bit Shoulders.Medians - Roadway Profile Line —————- [n LAxE and C&G Line Left Lane Closed Ahead W20-5L(0) Storm Sewer Profile Left Side -••-••--•--•-•--• --•----••-••--•-• [a°uo Aggregate Shoulder (Half Size) Ax[w Storm Sewer Profile Right Side ---------- - Sidewalks.Driveways —————- mcxr u�x SIGNING ITEMS EX PR Right Lone Closed Ahead W20-5R(0) aouD Guardrail a (Half Size) AIEAp Guardrail Post o Cone,Drum or Barricade o Road Closed Ahead W20-3(0) °°10 Traffic Sign p F (Half Size) Barricade Type II �—� Ncen Corrugated Median Road Construction Ahead W20-1-(0) cats eucn°x Barricade Type III �--E (Half Size) Ax[b Impact Attenuotor CY}d{]O North Arrow with District Office Barricade With Edge Line slxa[ (Half Size) Slagle Lone Ahead O (Half Size) Flashing Light Sign Q STA. 45+00 Transition Left W4-2L I Match Line Panels I �] IHOIf Size) Slope Limit Line --------------- r7pJ Typical Cross-Sectlon Line Transition Right W4-2R �' Panels 11 (Half Size) Direction of Traffic STANDARD SYMBOLS, ®Illinois paper tmenf of Trpnsppr to+ion �p�ry°ry 1. 2D11 ABBREVIATIONS PASSED rfJ,;,,larq Sign Flag 01 AND PATTERNS ENGINEER OP'POLICY ANpENGINEER PR (Half SIZE) (Sheet 6 of B) APPflOVEp + tall = STANDARD 000001-06 ENGINEER DE OESION AND ErvvlROrvuENT 1 1 I I 1 I 1 I I t I 1 I I 1 1 1 ( I SIGNING ITEMS TRAFFIC SHEET EX pfl STRUCTURES ITEMS EX PR EX PR contd. ITEMS One Way Arrow Lrg. WI-6-(0) Box Culvert Barrel Cable Number (Half Size) Two Way Arrow Large WI-7-(01 O Box Culvert Headwall (Half Size) o Left Turn Green Bridge Pier —————- Detour M4-IOL-(0) - ® (Half Size) Brid ge Left Turn Yellow L YI Detour M4-IOR-(0) ® Rstoining Wall —————- (Half Size) Ir,l Signal Bookplate II_JI L One Way Left R6-I1- Temporary Sheet Piling I (Half Size) � —11 One Way Right RG-113 °® Signal Section 8" (200 mm) (Half Size) L Left Turn Lone R3-IIOOL ❑ (Half Size) i Signal Section 12"1300 mm) I I L_ Keep Left R4-7AL Walk/Don't Walk Letters IDW-I Ej` I W W (Half Size) Ear '-A�- I Keep Left R4-78L w, Walk/Don't Walk Symbols tV�J (Half size) Keep Right R4-7AR AuP (Half Size) Z TRAFFIC SIGNAL ^I�� EX PR ITEMS Keep Right R4-7BR EEP (Hoff Size) ~ rcxr Galt', Steel Conduit SroP ———— ———— Stop Here On Red R10-6-AL Underground Cable xEAE (Half Size) aEO ' Detector Loop Line ........................... Stop Here On Red RIO-6-AR °IrcP (Half Size) �o Detector Loop Large Q (H (RolLaft Turn R3-2 f Size) Detector Loop Small r� No Right Turn R3-1 Detector Loop OuatlraPOle ....... l=7 (Half Size) Rood Closed RI1-2 mAo (Half Size) ttasEo Rood Closed Thru Traffic RII-2 (Half Size) xoAO aosEn ~ti'"""" STANDARD SYMBOLS, ®1111°ul,Deportment at TrNOSD°rtot Dn ABBREVIATIONS PASSED January I. 2011 � AND PATTERNS rvG i:NEEA of POLICY AN c ooDES ° (Sheet 7 of 8) APPnov[o ,aT zou STANDARD 000001-06 ENGINE a Df DESIGN AND ENVmON.ENT i I 1 1 1 1 I ( 1 1 1 1 I 1 1 TRAFFIC SIGNAL UNDERGROUND UTILITY ITEMS EX PH EX PR ABANDONED EX PR ITEMS (contd.l UTILITY ITEMS contd. Cable TV CTV —CTV --J—CTV Traffic Signal *I Detector Raceways°� C Electric Cable E E E Traffic Signal Control Box Aluminum Most Arm ❑-- © Fiber Optic FO FO FO Water Meter V Gas Pipe G 'G F--- G I / Water Meter Valve Box O • Steel Most Arm O O 011 Pipe 0 --4 Ot-- 01 f Profile Line Veh.Detector Magnetic Sanitary Sewer -T—).—?—}- -}—)—)—T- Aerial Power Line —A A —A Conduit Splice o • Telephone Cable T T -� TT VEGETATION ITEMS EX PR Controller Ca B Water Pipe W I ---4 W i-- f�W Gulfbox Junction O O Deciduous Tree Q Wood Pole 0 m UTILITIES ITEMS EX PR Bush or Shrub O Temp. Signal Head -a -Controller Evergreen Tree T;7 ® 8 Handhole 0 O Stump m Double Nondhole ® m Double Hondhole ® m Fire Hydrant Orchard/Nursery Line ----------- Heavy Duty Handhole ® Q Vegetation Line GuyWlre or Oeodman Anchor Junction Box Q ® Handhole B p Woods & Bush Line Ped.Pushbutton Detector ® ® © WATER FEATURE EX PR Heavy Duty Nondhole ITEMS Ped. Signal Head -0 :function Box Q Stream or Drainage Ditch ----------- Power Pole Service -IJ- i' Light Pole- x Waters Edge - - --- -- ----- Priority Veh.Detector -1 Manhole ® Q • Water Surface Indicator 17 Signal Head -O y Pipeline Warning Sign p Water Point O Signal Head w/Bockplote - 'Power Pole -{} f Disappearing Ditch C Signal Post O • Power Pole with Light �0 Marsh +-1-+ Closed Circuit TV ID Sanitary Sewer Cleanout ® Marsh/Swamp Boundary —————— Video Detector System v Splice Box Above Ground O ■ Telephone Splice Box ® STANDARD SYMBOLS Above Ground T ®Illinois DeVOrimanf Dt TrOnaDDriOilun ABBREVIATIONS PASSED January L -1 - Telephone Pole -O- m � AND PATTERNS ENGINEER OF'POLICY AND PROC eURES (Sheet 8 of 8) APPROVED j y 1 STANDARD 000001-06 ENGINEER DF DESIGN AND ENVIRONMENT f s!dewol" width 5'Q.52 m) typical, F4 (1.22 m)min. Sidewalk width 5' (1.52 m) typical, 4' (1.22.) min. \If \v Mt \V M1 \11 mt \11 W V \11 \V \V \v \V Detectable W \V \V * I E] Ramp side-\ w­', �' H�-——1'(1,52 1) Detectable flare setback warning (1.52 I \V NV \V \V r max. setback 1:50 max. max A A A) J r 1150 Maxl 1:50 max. Side A curb o LQ j E -Turning so c- Lower u� H1 idlll��li�l u �) .......... c. landing J�' --Turning so \V 1:50 max. \V \V W iw�1 s2'!'X�X.]�11 Lower ......... . ........ landing VI\V Side \�l \v V1 \v \11 \11 \11 Depressed curb curb and Romp side gutter 1:50 max. Dep essed \If W W \11 flare Romp ' and curb ............. gutter W \11 1:10 max. ...... 1:10 max. 1... of roadway curb ........ ............... (length not less than ....... 576"between curb I..e of roadway romps preferred) curb Edge of B gutter Ed of k1_1r. w.11, gutter g marking Itylp.1 /6' U-111-1 -In. L-B Crosswalk sse Depredj 1. /6'( 83 m) min.. marking (typ.) curb and RAMPS IN LANDSCAPED AREA gutter Depressed RAMPS IN PAVED AREA SETBACK 5' curb and gutter SETBACK < 5' Turning space Ramp Lower landing I Depressed curb and gutter Detectable Turning space Ramp _Depressed curb warning and gutter 0. 1:50 max. w.t..t.bl.' 1:50 max, 1:12 max. See DETAIL A S DETAIL 1,50 max. ­:zt: SECTION B-B SECTION A-A (2)The running slope of the curb romp shall not (2)The running slope of the curb romp shall not require the romp length to exceed 15' (4.5 m). require the romp length to exceed 15'(4.5 IT). Flush with top of (150) froodway curb and op of sidewalk See Sheet 2 for GENERAL NOTES. Variable 2 (50)R -Romp DATE REVISIONS PERPENDICULAR CURB RAMPS Romp 1-1-15 CI)not oppl. to Int. 51 PA55ED thickness R­ gen. notes. Ch'd Upper FOR SIDEWALKS Expansion joint 1111n,l,0,­t­t f Tr­sp,rf,fI,n sidewalks. NGIN ER OF POLICY AND PROCEDURES landing to Turning space. 1-1-13 Widened crosswalk markings - (Sheet I of 2) DETAIL A SIDE CURB DETAIL to 6' (1.83 m) min. Inside STANDARD 424001-08 ENGINEER OF DESIGN AND ENVIRONMENT I dimension. Rev. Gen. Notes. I Detectable warning Ramp side flare Detectable warning \\I M1 \\l W Ml Ml \\I W \1 W Setback greater \V \V \V \V \V \V than 5' 11.52 Setback greater ]:SO Lower 1:50 max. than 5' (1.52• " ml lording C Sidewalk width C I I:50 Cox. (1.52 ) F Sid. Lower curb 1[ jl�lj "[11t),'llij landing C •IS pp M x C Sidewalk width 110i'Y�i� S!d(a A 1.22 a 5 .52 — ., E E J typical. 4' 11.22 m)min. Crosswalk curb and gutter marking Ilya•) \ .Depressed �I­ of r..d..Y cu b and curb gutter Crosswalk Edge of .1 roadway Crosswalk(typ.) Turning space(D gutter curb Ramp I". Edge of flare Turning space gutter III RAMP IN LANDSCAPED AREA SETBACK > 5' RAMP IN PAVED AREA SETBACK > 5' T�En space Ramp Lower landing Depressed curb and in. gutter Detectable GENERAL NOTE warning ll slope ratios are expressed as units of vertical 1:50 max. g Zlo, DETAIL A displacement to units of horizontal displacement m-._ x 1,50 m. Mill. — Where the turning space Is constrained on a aide opposite a romp, the minimum length of the turning space In the direction of the romp-run shall be 5' (1.52 m). Where 160 maximum slope Is shown, 1164 Is SECTION C—C preferred. (1)Turning space not required for romp slopes Se: Standard 606001 for details of depressed curb flatter than 1:20. adjacent to curb romp. Q)The running slope of the curb romp shall not All dimensions or. In Inch..(millimeters) require the romp length to exceed 15'.14.5 m). unless otherwise shown. PERPENDICULAR CURB RAMPS FOR SIDEWALKS All" (Sheet 2 of 2) STANDARD 42400148 =A Edge of pav't. min. °o Edge of pav't' 4 Edge of pav't. (700) — Full depth Full depth �{ saw cuts sow cuts l/q (6>Fiberboard bond breaker or B 6 Dowel bars C 7 Dowel burs eQulvalent. at 12 (300)ats. at 12 1300) cts. mi (600) Hand min. E removal ° o e° O U 6 A 5 Dowel bars (1501 °E at 12 (300) cTS. TEdge of pav't. Transverse Shoulder joint (typ•) °o removal Full depth saw cui v Edge at pav't. ^°o Edge of Dov't. PAVEMENT SAWING DETAIL (HMA SHOULDER) 14'(4.2 m)WIDE RAMP 16'(4.8 m)WIDE RAMP 6'-0" (1.8 ml 6'-0" 11.8 ml Edge of pav't. min, —L� �4 L 12-13.6 m)WIDE LANES (1 00) Full depth Hot Hot poured 1 (6 Full depth poured min. SaW Cut Sow Cuts jolnt sealer ( jOlni Sealer T Full depth saw cuts c �l E Hand %R(22)min. closed - _ cell plast)c foam p saws) remova� ° p backer rod. u A Patch o_ Existin slab cut o Drilled r - g or patch In o f 6 °E Hand hole a adjacent lone (150) removal (6)Elberboa.d X11 I band breaker Wheel Shoulder J Edge of Saw cut full Edge of pav't. IB 1450)Long e 9 f 1 . sow cut removal pav't length of patch dowel bor anchored .e n .'(225 t 15) Into existing pout n o ALTERNATE SAWING DETAIL PAVEMENT SAWING DETAIL Existing slab CENTERLINE JOINT (HMA SHOULDER) (PCC SHOULDER) 6'-0" (1.8 m) min. TRANSVERSE JOINT 4� depth Full depth Full dep DOWEL BAR TABLE saw cut saw cuts GENERAL NOTES PAVEMENT DOWEL BAR HOLE The transverse joints for Class B patches shall THICKNESS DIAMETER DIAMETER align with joints or cracks In the adjacent lone 8(200) or greater 1'/i 1381 1% 1411 whenever possible. Wheal 7(1801 thru 7.99(199) II/a (32) l�%e (35) See Standard 420701 for details of pavement saw fobrlc. cut Less than 7 (180) 1 125) 11/e (29) All dimensions are In Inches (millimeters) unless otherwise shown. DATE REVISIONS ®unnnis Deportment of T—,por+orlon Saw cut full 77Eag'e of pav't. 1-1-08 Switched units to CLASS B PATCHES PASSED ,lanvary 1, 2009 length of patch English(metric). - 1"1 11111 OE—111 Gy Al. R c DgRES ALTERNATE SAWING DETAIL 1-1-07 Revised General Notes. (Sheet I of 2) APPROVED ^^v^rr I• 2DOe STANDARD 442101-07 - (PCC SHOULDER( / L 7/.� ENGINEER OE DESIGN AND ENVIRONMENT i t i t f t i t t f t t t t t r t TRANSVERSE EXPANSION JOINTS See sealing details 6'-0"(1.8 m)min. Hot poured joint sealer Traffic- ' Hot poured . - � Joint sealer 2 Q p (501 �� Full depth 4 I 16) eN - Existing Full depth min. Existing Pav't. w eat o Ham o q T o . pcc Pavement s '� 501 sow cut Pcc pavement Q Q p Preformed flexible foam D 8 t i .. 200 ± IS Expansion Cap 9t' exPonslon (225±151 loin( filler Q _ �. Q' Exlstln9 subbase SEALING DETAIL No. Mill (No. 32x450) i8 1450)Long dowel bars Tie bars anchored anchor ad Into existing Into existing pavement Pavement of 12(300) cts. METHOD 1 at 12 (300 cts. e(Without Resurfacing) Sand 6'-0"(1.8 m)min. Pov f' ed cell Proposed HMA Jint Traffic• surface course zz .. ... 2 150)Joint .. .. SEALING DETAI '.' "filler ,... ropOSad HMA ' • "� � � ,binder course '.." . .. 4 . . r. Full depth saw out (1001 2 Q ..Q Q .� �' full depth N Existing IS C' sow out p . Pcc pavement A f200t15) Expansion cap o o. . .. 9 ._I NOTE (225 2151 When re-establlshing a transverse expansion Joint on a two-lane, two-way / Existing subbase road,reverse the orientation of the dowel bars with respect to traffic for one of the Patches such that the Joint 450)Long dowel bars will be continuous across both lanes. L 18 1 anchored Into existing No. 10x18 (No. 32x450) pavement of 12(3004 ate. Tie bars anchored Into existing pavement at 12(300) ate. METHOD 11 (With Resurfacing) ®annals pepnrtment of rronsoortatlon PASSEp�2pRR CLASS B PATCHES ENGINE R..P....ANp.......... ePPROVEO January 1. 2008 (Sheet 2 of 2) ENGINEER OF pESIGN ANp Er NVIRONMENT STANDARD 442101-07 CLASS C Longitudinal Joint - —Exist.pav't 4 sawed lone operatlonl or 36 (900) I formed(two operations) in- Angles �'< A Angles not less than 60° �// .c`� r o i /� I Variable �I 36 (9001 4'-0" (1.2 ml E E SECTION A-A SECTION B-B min. in. — Existing longitudinal Joint m m o O Exist.pov't —7 _r r C r►D Exist,pav't— Sawed groove I } B i ♦ � ♦ � /T\v� I 131 B B B g g '� :'�: � . a. • . � : '� min wldtha toil D of pov't. 6'-0" (I.8 ml C A L..C SECTION C-C SECTION 0-D DETAIL OF SAWED Angles not less than 60• CONTRACTION JOINT Angles not less than 60° Note: Longitudinal Joints shall be as detailed on Standard 420001, except tie bars are not required for Patches 20'-0"(6.0 m)or less In length. 36 (900) min. CLASS D r A Angles not less than 60° �---Existing longitudinal Joint 4'-0" 0.2 m) I�Variable 36 (9001 min. I 1 1 rC rD Variable Variable B B B B B B r B g 47 � L►D B B B 6 A L►C 4E �-►F �-►G Angles not less Angles not less than 45° than 60° Construction Joint Exist.pav't ¢ Exist. pav'il 3'-0" (0.9 m) to l' Variable I Exist,pov't I 4'-0"(i.2 ml to, Exist.pav't SECTION E-E SECTION A-A SECTION B-B SECTION C-C SECTION D-D (Built in two operations) GENERAL NOTES Construction Joint Q Existing tie bars shall be either cut or removed. Marginal bars shall be cut. All dimensions are In inches Imlllimeters) unless otherwise shown. '�3•�l•. DATE REVISIONS CLASS(� /� ®iiEinom oeuar invent of Transoartatlon 1-1-08 Switched unlis to CLASS C and Pnss[o Junvary I zoos — I 3'-0"(0.9 m) to I 3'-0 (0.9.m) to Exist. English (metric). (1.5 m) 5'-0" 11.5 m) D PATCHES 0 ENGINEER OF PO CT pND PRO[DOR 5 20 APPROVED 08 SECTION F-F SECTION G—G 1-1-07 Revlsed Note for Januory I Y IBuilt in two operations) class c patches. STANDARD 442201-03 ENGINEER OF DESIGN AND ENVIRONMENT i i i t r r i i PIPE APPROX. 7Y. Ibs WALL A B C 0 APPROX. DIA. (kg) E G R SLOPE 12 530 2 4 24 4'-07/e" 6'-0�/s" 24 2 9 I 13001 (240) (50 (102) (610) (1.241 m)(1.851 m) (610) (511 (229) 1'2'4 1 IS 740 2'1q 6 27 3'-10" 6'-i" 30 2'/4 11 (375) (335) (571 (152) (666) (1.168 m)(1.854 m) (762) (5 T) (280) 112.4 [End connection to IB 990 2/z 9 27 3'-10" 6'-i" 36 2Vz 12 t pipe used. _ (450) (4501 (64) (229) (686) (1.168 m)(1.854 m) (9141 (64) (305) 1`2'4 ` I 21 1280 2Y4 9 35 38 6'-1" 3'-6" 2Y4 13 1� _ 15257 (580) (70) (229) (889) (965) (1.854 .)(1.067 m) (70) (330) 112.4 24 1520 3 9V, 3'-7/2' 30 6'-1/z.. 4'-0" 3 14 (600) (690) 176) (241) 0.105 m) (762) (1.867 ml 11.219 m) (76) (356) 1:2.5 27 1930 31/4 _T_/ 4---T<'-0" 25/z 6'-1/z" 4._6„ 31/4 141/z m (675) (875) (83) (267) 0.219 m) (648) (1.867 m)(1.372 m) (63) (368) 112.4 m A I A 30 2190 311/z 12 4'-6" 193'4 6'-]Yq" 5'-O" 3/z 15 112.5 E t ♦ (7501 (995) (89) (305) 11.375 ml (502) (1.874 m)(1.524 ml (89) (381) J 33 3200 33d 131/, 4'-10VZ' 391/4 e'-13'1" 5'-6" 33Y4 ITI/z v (825) (1450) (95) (343) (1.486 m) (997) 12.483 m)(1.676 ml (95) (445) 112.5 n Q a 36 4100 4 IS 5'-3" 343'4 8'-13'4" 6'-0" 4 20 1:2.5 III= (1860) (102) (381) (1.6 ml (883) (2.483 ml(1.829 m) (102) (508)42 5380 411/z 21 5'-3" 35 8'-2" 6'-6" 41/, 22 � _ I (1050) (2440) (114) (533) (1.6 m) (889) (2.489 ml(1.981 m) (114) (559) 1:2"5 48 6550 5 24 6'-0" 26 B'-2" 7'-0" 5 22 _ (1200) (2970) (127) (610) (1.829 m) (660) (2.489 m)(2.134 mt (1271 (559) 1°2"5 a 54 8240 5/z 27 5'-5" 35 8'-4" 7'-6" 9/z 24 (1350) (3740) (140) (686) (1.651 m) (689) (2.54 m)12.286 m (140) (610) 142.0 60 8730 6 35 5'-0" 39 8'-3" 8'-0" 5 (1500) (3960) (152) (8891 (1.524 ml (991) (2.515 m)(2.438 ml (127) 1°1'9 PLAN 66 10710 611/, 30 6'-0" 27 8'-3" 8'-6" 511/z (16501 (4860) (165) (762) (1.829 m) (686) (2.515 m>(2.591 ml 1140) 61.7 72 12520 7 36 6'-6" 21 8'-3" 9'-0" 6 0 11800) (5680) (178) (914) (1.981 m) (533) (2.514 mJ(2.743 ml 1152 1.1.8 C B 8$ 78 14770 7/z 36 7'-6" 21 9'-3" 9'-6+' 6Vz (1950) (6700) (191) (914) (2.286 m) (533) (2.819 m)(2.896 m) (165) 1:1.8 31. n 84 18160 8 36 7'-61/," 21 9'-31/z' 10'-0" 6Vx 12100) (8240) (203) (914) (2.299 ml (533) (2.632 ml 3.048 m (165) Slope VI A - 'I d.9 Radius as furnished by manufacturer m m m nn _o o c I F0 m p 0 0 Some reinforcement as v`_�° `60�Q- outer cogs. ( (1001 U 2 - No. 4 (NO. 13) bars ->t Op tlonol 24 bar `` did. min. splice Standard reinforcement for circular Class 111. Wall B reinforced concrete pipe. G I E Precost or cast In 8(200) for ipe:dia.536 (900) F-= GENERAL NOTES place end block. 10(250) for pipe dia.>36(900) Al l slope ratios are expressed as units of vertical displacement to units of horizontal displacement NMI. SECTION A-A END VIEW All dimensions are In Inches (millimeters) Unless otherwise shown. I DATE REVISIONS PRECAST REINFORCED ® nmols Dapar rmem f iro„ osROrietlon I-1-11 Clorifiled ref, to pipe dia, nRP ov I zml = on Sacfian A-A.Changed CONCRETE FLARED _ ner' to 'outer' cage ref. END SECTION NGINE R BRI LES nNDr SigDC UR 5 1-1-09 Switched units t0 APPROVED 49 ucr 1,__zoll English (metric). OP DESIG STANDARD 542301-03 ENGINEER DESIGN AND ErvvIROrvNENi Reinforced edge 0 DIMENSIONS PIPE THICK- SLOPE m o pa• DIA. NESS A B H L W IApprox.l BODYa°-m N xI It t 2t IV:H) J- maxJ 1251 f25! 1381 (501 � B i ----- 12 0.064 6 6 6 21 24 1:211/2 1 Pc. (300) (1.631 (1501 1150) (1501 (5351 (610) 15 0.064 7 8 6 26 30 1.211/2 1 Pc. ' t Holes on 12 (300) (375) (1.63) !180) (205) (16 1660) (7 601 `n IB 0.079 8 IO 6 31 36 ' 1 centers.max. 1450) (2.011 12051 (255) (150) (785) (915) 1:211/2 1 Pc. 21 0.079 9 12 6 36 42 1:211/2 1 Po. ' 1 1525) 12.011 (230) (305) (150) (96 (1.065 ml 24 0.079 10 13 6 41 48 112'/z 1 Pc END VIEW 1600) (2.011 (2551 (330) (150)(1.040 m1 11.220 ml 30 0.109 12 16 B 51 60 I A W �A [12250)) (2.77) (3051 (405) (2051(1.295 ml(1.525 m) 1:21/2 1 PC. 0.109 14 19 9 60 72 1:2%2 2 PC. 1 (2.77) (355) (480) (230)(1.525 m)(1.830 m 0.079 16 22 11 69 84 1:211/2 2 Po. NOTES 1 (2.01) 14051 (560) (280)(1.750 m)(2.135 m) PLAN For 60(1500) thru 84 12250)sizes,reinforced 0,109 IB 27 I2 70 90 1:2'/< 2 Pc. SIOPe H edges shall be supplemented with stlf fener ) (2.77) 14551 (685) (305)(1.980 ml(2.285 ml y angles. The angles shall be 2x2x1/d(SIx51x6.4) 0.109 18 30 12 84 102 for 60(1500) thru T2(1800)diameter and 1 (2.77) (455) (760) (305)(2.135 m)(2.590 m) i:2 2 Pc. 21/2x21/zxl/4(64x64x6.41 for 78(1950) thru 84 (2250) 0.109 IS 33 12 87 114 lily, 3 PC.) 12.771 (455) (840) (305(2.210 ml(2.895 ml diameter. The angles shall be attached by 0.109 IB 36 IZ 87 120 3/e (MIO)rivets or bolts. ) (2.77) (455) (915) 1305112.210 mi(3.050 ml 1`tl/2 3 Pc.0.138 18 39 12 87 126 All slope ratios ore expressed as units of vertical ) (3.511 (4551 !9901 (305)12.2117 m7(3.200 ml 3 Po' displacement to units of horizontal displacement 0.168 I8 42 12 87 132 Id,/< 3 PC. SIDE VIEW (V:HI. 0) (4.271 (455)(1.065 m)(305)(2.210 J!3'505 3355 m) 0.168 IB 45 12 BT 13B I:11/s 3 Pc. 01 (4.271 (455)11.145 m1 1305112.210 . m) END SECTION Band shop bolted Threaded Threaded Connector sectlon to end section rod rod (See note 2) with %(MID) bolts. 0 0 nc t t e o _nC _mC a a 0o NOTES Connector Rod 1. Types 1 and 2 for pipes with annular ends only, lug holder 2. T ype 3 connection may be used for all pipe sizes and Includes 12(3001 of the pipe length. The coPnector section shall be attached to the end TYPE 1 TYPE 2 TYPE 3 TYPE 4 section by rivets or bolts and shall be the some For 12(300) thrU For 30(750) and (See Note 2) (See Note 3) metal thickness as the end section. Stub shall be (GOO 12 only 36 (900) only either 22/3(68) pitch x 1/2 (131 depth or 3(75)pitch 24 24 Note l) (See Note 11 x 1 (251 depth annular corrugated pipe. 3. Type 4 connection con be used for all pipe sizes. Coupler shall be 22/,x 1/2 (68x13)dimple,hUgger, or annular bond of 3x1 (75x25). The dimple,hUgger, or annular bond may be used with corrugated metal pipes hoeing annular ends. Far corrugated metal pipes having helical ends, only the dimple band will be allowed. 1 (25) wide,0.109 12.771 thick _ strap with standard All dimensions are in Inches (millimeters) 1/2x6(M1 2x150)bond bolt unless otherwise shown• and nut. DATE REVISIONS ®nn als Beuar+ma+a*r a soo.)a+lo„ ALTERNATE STRAP CONNECTOR 4-1-16 Revised THICKNESS values METAL END SECTION Pnsseo ems - (Far Type I only) tab'e FOR PIPE CULVERTS N R of Pel7CV Axp PROCERURES CONNECTIONS OF END SECTIONS 1-1-09 Switched units to nPPRONEO A 1 I tole English(metric). STANDARD 542401-02 ENGINEER eE OF GN ANO ENVIRONMENT ALTERNATE MATERIALS FOR WALLS T BRICK MASONRY 8 (200) ___——_— CAST-IN-PLACE CONCRETE 6 (150) CONCRETE MASONRY UNIT 5 (125) PRECAST REINFORCED CONCRETE SECTION 3(75) PLAN Top of masonry FT 24 (600) T c a Oiometer E E I I See plans for o I I pipe size. S9 ^ ri o V V o Concrete fill. 4 % .-+ 2 (50)min. u v Pipe to be laid on a °— Q°o minimum grode of 1% � . 777.77.77777�� Reinforced cost- Precast reinf. co c slab,when the In-place concrete Son, cushion Precast reinforced precast relaf.conc. section alternate ELEVATION concrete slob is used ALTERNATE METHODS GENERAL NOTES Bottom slobs sholl be reinforced with a minimum of 0.24 sq. in./ft.(5 10 sq.mm/m) in both directions with a maximum spacing of 10(250). Bottom slabs may be connected to the riser as determined by the fabricator;however, only o single row of reinforcement around the perimeter, may be utilized. All dimensions ore In Inches(millimeters) unless otherwise shown. IDATE REVISIONS Increased h eight to INLET - TYPE A Illinois Deportment of Tra-porta+l— 72 (1800) maximum. FPASSED Ja ry 1 201A in r, Detailed rein. In slabs. OFOF/T//POLI[•Y n D PPOCEpIINES Added max.limit to height. STANDARD 602307-04 R0VE8 J ? Added general notes. GINEER DF p GN AND ENVIPGNMENi • For precast reinforced concrete sections. this dimension may vary from the dimension given to plus 6 (150). 24 24 Top of masonry (6001 (600) Top of masonry .o .5 0 o T 36 T m E E zi (900) °o E a �o >.o T 36 T ° (900) "WA TERNATE T Concrete S FOR WALLS (min.) fill 5 m o Q sonry Unit 1125)t Concrete till, 0 4 % V ry 12001~ 3 % max. inforced 3 ection (75)� 6 Reinforced cast- e Concrete (1501 In-place concrete ELEVATION — ECCENTRIC ELEVATION — CONCENTRIC I' GENERAL NOTES Precast reinforced Bottom slabs shall be reinforced with a minimum of ";Precost elnf. conc. slob concrete slab 0.20 sq, In./fit. (420 sq. mm/m) in both directions precast reinf, n with a maximum spacing o F 12 (300). tions alternate t o v 2 Bottom slabs may be connected to the riser os (50) determined by the fabricator; however, only o single row of reinforcement around the perimeter may be utilized. � See Standard 602601 for optional Precast antl wshion Sand cushion Reinforced Concrete Flat Slab Top. All dimensions are In Inches Imlllimeters) unless otherwise shown. ALTERNATE BOTTOM SLAB DATE REVISIONS ®nnnem Davarrmant of TransOOrta+bn 1-1-11 Detailed rein. In slabs. INLET — TYPE B Added max. limit to helght. P455E0 Jon�ary 1 2011 - Rev)s ed general notes. �.R.. 1-1-09 Switched units to Exm ER of Poucr nxo" P o—Ii cu English (metric). STANDARD 602306-03 APPROVED J�ar 1 2011 - ENGINEER OE DESIGN AND ENVIRONMENT Typical location for Ili ting device. Welded wire reinforcement. • 6 (1501 Bar C \ Bar C (see table) (see table) ry yp h h� 2 J (50) O 2 (50) It Relnf. bars � (see table) No. 4 (No. 13)bars 30 (7I, long PLAN PLAN (WELDED WIRE FABRIC) (REINFORCEMENT BARS) Do Do Do Do Bar C Bar C Bar C Bar C "p `Use mortar J • D � b ' � � / a or sealer / T T T (Riser) T T (Riser) T !Riser! Use mortar--//// (RI se or sealer SECTION A—A ALTERNATE JOINT CONFIGURATIONS SECTION B—B r Pod,JS GENERAL NOTES The flat slab top may be used In lieu of the tapered tops shown on Standards 602001. 602011, 602016, 602306, 602401. or 602501 at the option of the Contractor or when field conditions prohibit the TABLE use of tapered tops. Reinforcement No. 4 (No. 13) All dimensions ore in millimeters (inches) BAR C D T min,) t "AS" W.W.R. Q Bar Bar C unless otherwise shown. each direction size Length Radlus 36 e 6 0.20 sq. In./ft. No. 4 4-0" 1 19 DATE REVISIONS (9001 0 (150) (425 sq.mm/m) (No. 13) N.2 m) (400) PRECAST REINFORCED ®nnnols Deoor*many°t rronsporrotlon q'O N 4-1-16 Changed terminology to 4'-0" 'Q9 6 0.35 sq.in./ft. No.5 4'-6" 26 'welded wire reinforcement% PASSED April I 2m' N.2 m, a E (150) (740 sq.mm/m) (No. 16)41.35 m1 (660) CONCRETE FLAT SLAB TOP �✓•� 5'-0" B 0.35 sq. In./ft. No.5 5'-0" 32 EN�kE PoE cr AND P OC DURES N'n 1-1-14 Omitted detail for lifting (1.5 m) (200) (740 sq. mm/m) (No. 161 (L5 m) (810) APPROVED 2—2— - hole or Ilfting loop. ENGINEER OF DE.GN AND ENVIRONkENToNMENT STANDARD 602601-04 c a 6 Gussets shown w' 10 permitted v O O -E❑;� 0 0 (/E] ❑ ❑ r�'0 0 0 ❑ ❑ ❑ ❑ ❑A o L o � � o0 00 t ❑ ❑ ❑ ❑ ❑❑ ❑ ❑ ❑ ❑ q C C-- � 000o ❑ ❑ ❑ ❑ ❑ d O O O oL� o 0 ❑ ❑a 0 � U � B I �I T 1641 'L J I 122) 1/•�Il g1 22 CAST FRAME SECTION C—C SECTION F—F (31 Stocking lugs 22 at 1208)optional) 1578) 22 15781 6'4/1591 I 11 23 1291 ltyp.l —{ 1291 (2 (1021 (2 5841 21 (291 LI f38) 129-Q _ SECTION D—D 5331 - 3/4 • Y4 119)(typ.l 1e• CAST CLOSED LID Gray Iron Lid SECTION B—B 24 16001 SECTION E—E '— 25 z (6501) 34 864) CAST OPEN LID ADA COMPLIANT SECTION A—A CAST OPEN LID Gray Iron All dimensions are In Inches (millimeters) unless otherwise shown. DATE REVISI3of FRAME AND LIDS 1-1-15 Revised dimensio.1 Trpnsp ,&lpn frame. Added AD TVPE Open lid. ! C]-1-09 Switched units t English (metricL STANDARD 604001-04 ENGINEE lF OP?1F$1�GN�Axp'EN�vlliOxME—NT - 2 s (51) rE /R 116)dia.hole and %x 4344 116 x 120) 7 pl'slotted hole for galvanized /z (MI2)bolt, 061 D4"I 1 B 4—I nut and washer. (511 6' Curb box adjustable from (165) O�� 51/4 (135) to 9 (225). q (1021 =^ ^O C1C==D� L C== J COO OOO l --- 1s f� —_— — — 2 (51 (41) 22 —— R (559) 14 A A _ — (44) R 13' II� L `0 L451� J (44)4 D I (75) T$ VA Q V/4 1' 22/ 3z1 r l I (321 SECTION D—D 564) 2 (511 ttyv.) Ipl 2601 10 �y B 4J (254) SECTION C—C CAST FRAME SECTION B—B (D= 6 1152) tyv Q= Y4 (19) ty0• (23Y, 6031 (17 23 4 � 7 8) z3, CAST GRATE 6031 E ——— ———i —1 F (17.51 I z1 5 (5481 (1351 201 15141 36 SECTION E—E 914) ALTERNATE CURB BOX All dimenslons are In Inches(mlllimeters) SECTION A-A unless otherwlse shown. jDATE Reseed dRmens+oN a of FRAME AND GRATE Tron pc 1.non frame and alternate curb TYPE 3 box. Switched units to NOINEER Of'POLICV AND FROCEOIIRES _ English (mstrlc). STANDARD 604006-05 ARRROVED '°n_,. .--y i' 2015 ENGINEER O1 DE ON ANO/ENVIRONMENT ISs B-1 13971 1 1441 —{ �1Y4(44) D-1 4 (1021 v+ R 0o 4 (102)R 3(76) i 3(761 R C R N I 1gS�1 F (44) I a 16 D j �~ ('�3(76) 22 a (44) 15591 ( ) 1 (25) © SECTION D—D B-j tYP O 10 L2541 22'/4 15657 SECTION B—B SECTION C—C IQ= 6114 (159)max.(typ.) Q2 = Y4(19) min. (typ.) O3 (21)min. ItyP•1 CAST GRATE 20'/ Isla 36 19141 SECTION A—A All dimensions are in Inches (millimeters) unless otherwise shown. CAST FRAME DATE REVISIONS FRAME AND GRATE 1-1-15 Revised dimensions of frame ®IIIIn016 DaVpriment of Tronapar tof lon and grate. TYPE 6 FASSEO Jpnp°rY I• 2016 H m � 1-1-09 Switched units to NGIN U OF W1 GT ANO PROGEO.K' ,- English(metric). STANDARD 6040 AvvNaveo 'On°9�—r>'' zols ENGINE-A OG DE91� �GN�RJNU/ENVIPONA1ENi 6 lugs shown. 3 permitted. 33 832 - 838) t I ` J I N 1 23 1584) r Dlo. / SECTION A-A CAST GRATE All dimensions ore In Inches (millimeters) unless otherwise shown. M� h SIONS sions. GRATE TYPE 8 n5GE0 onuoy . 2015 s to). STANDARD 604036-03 APPROVED �OON�.sA.=�-ry 1' X015 ENLINEEN OF OEJ1� �LN�J A�NO/E.M.MEW /A (6) R r D ,\ r �\ ��j 1i�i 1111111�11'I4�ilhi o ��aggilylh�hyh�yl41IlIiiihil�l�li�; _ �..II �I '��a � lilt 11II1�hl�� dill�I �PiI 14411I14'IINh;yh1� — 1 11 191 I I I T—, DESee I I TAIL B DETAIL A Sofety I I I II 1 1 CB C o bor. C J t.. I I fill II 1'14 � <a i A A \\�\\ 9' n III II I IIII II \� 60° 93j R 1 1 I 11 I II 1111 (51) GRATE (441 DETAIL B SECTION B-B 6161 D 17 9 (432( (2221 PLAN - FRAME 3 5 5 (95) (1271 II271 5 5 } 16' See DETAIL A 11271 (1271 (951 —'--`——— — 0) --��- F--:-142 3/ 2(511R i, 3701 ��� � 13j'a 22'a J �-'---{ I 1321 15651 6.25'/. (321 (349) (076) SECTION D-D o N SECTION C- C All dimensions ore in Inches (millimeters) unless otherwise shown. Zsof.ty bore DATE MREVISIONS NS I6xygx! (406x19x25, FRAME AND GRATE 1 - 23ygx1/Axl (603x19x25) -1-15 ns of® SECTION A-A TYPE 23 PASSED Jan r t 2015 P1-09 to� STANDARD 604086-03 APPROVED 015 ENGINEER OF DE41GN AND EWF1M.EW 2-No. 4 INo. 13)bars Doweled contract(,, Joint with 2 (50)min.cl. (Placed in prolongation with pavement Jalnts) Drainage costing construction op Tion: 2-No. 4 INO�131 barsO� without curb box placed at id-depth Dock of curb 18 14501 long dowel /I—. Form with'/4(3) thick steel template 2-No. 4 (No. 13)bars (when space permit t, O 2 (50) deep, and seal. placed at mid-depth A mar (placed e0 h). qt (when space permits) id-depihl. R R 2. Sow at 4 to 24 hours, and seal. 1 1 7, IB 14501 long dowel bars Drainage costing 12 13001 Short radius curve with curb box (typ•) / (Such as entrances. Curb / Consiructlon Bock of curb —--�L�._ —J side streets and box Expansion Joint ramp returns). O Contraction O O cop (251 A Joint A 3'-0" 3•-0" 11.0 ml 11.0 m) In. \ min. min. o 1 E �Io 12 1300 ' Full depth & width DETAIL A ltyD•1 •This dimension a shall be 1 (25) - thick expansion EXPANSION JOINT - adjusted to align with preformed expansion Joint on the adjacent Joint filler. pavement • 3'-0" 3'-0'• Gutter flag width 7 n y 11.0 ml 11.0 m) as required for (1751 Edge of min. min. Pavement curb type. 15'-0" IS'-0" pavement (4.5 m) 14.5 ml (4.5 m> Sloped Pavement expansion Joint Gutter flag width 7 :Z:1:•.r with(or without)dowels PLAN as req:type. for (175) ¢ — ADJACENT TO PCC PAVEMENT OR PCC BASE COURSE Pavement curb /7 ———Slop e ::/.i•.,. • TIs bar J B c A B C J = DEPRESSED CURB ADJACENT / TO CURB RAMP ACCESSIBLE Pavement Pavement STOP- 6 o Tie bar J TO THE DISABLED Slope 6% '.R. R i DEPRESSED CURB (TYPICAL) L HMA surfacing '�' •r• Mountable curb shown GENERAL NOTES • / •�'�(other types permitted) The bottom slope of combination curb and gutter Tle bar J c Slope 67 / constructed adjacent to Dcc pavement shall be `Tie bar MIE 1_ the some slope as the subbase or 6% when subbase MOUNTABLE CURB ____ 9 (225)when PCC base to omitted. BARRIER CURB = course <_8(200) t = Thickness of pavement. --. 10 1250) when PCC base TABLE OF DIMENSIONS TABLE OF DIMENSIONS course>8 (200) Longitudinal Joint tie bars shall be No. 6(No. 19) at BARRIER CURB MOUNTABLE CURB L PCC base Tie bar 24 (600)centers in accordance with details for course longitudlnol construction Joint shown on TYPE A B C O Ri TYPE A B C 0 R d I Rz Standard 420001. B-6.06• 6 1 6 6 1 M-2.06 6 z 4 2 3 2 ADJACENT TO PCC BASE COURSE (B-15.15) (150) 1251 (150) 1150) (25) (M-5.15) (150) 150) 1100) 150) (75) (50) A minimum clearance of 2 1501 between the end of B-6.12 i2 1 6 6 1 M-2.12 12 2 4 2 3 z WITH HMA SURFACING the tie bar and the back of the curb shall be 10-15.3) (300) 1251 11501 (150) 125) (M-5.301 (30 01 (50> 11001 150) 1151 ISQI maintained. B-6.18 IB 1 6 6 1 M-4.06 6 4 3 4 3 NA (8-15.45/ 14501 (251 1150) (1501 (25) (M-10.151 11501 (100) 1751 1100) 1751 z• Q TM1e dowel born shown In contraction joints will 8-6.24 24 1 6 6 1 M-4.12 12 4 3 4 3 NA B IJ={I only be required for me ollthic construction. (8-15.60) (600) (251 050) (150) (251 (M-10.30)) (300)(1001 1751 (1001 (75) A B-9.12 !2 2 5 9 1 M-4.18 1B 4 3 4 3 NA RI See Standard 606301 for details of corner (B-22.30) (3001 (50) (125) (225) 1251 (M-10.45) 1450)(1001 )751 (1001 175) Pavement Islontls. 8-9.18 I8 2 5 9 I M-4.24 24 4 3 4 3 NA 51ope 2% IB-22.451 (450) 1501 (125) Q251 (251 (M-10.60) (600)(100) (75) 000) 1751 A All dimensions are In Inches (millimeters) B-9 24 24 2 5 9 I 4-6.06 6 6 2 6 2 NA -'F F F• • unless otherwise shown. (B-22.60) (600) (50) (125) (225) (25) (M-150151 (150) (1501 (50) 1150) (501 o T—_—'••�R2 For corner Islands only. M-6.12 12 6 2 6 2 NA e \— DATE REVISIONS CONCRETE CURB TYPE B (M-15.301 13001(1501 (501 (1501 (501 M-6.18 0 5 2 6 2 I-1-15 Added B-6.06 (8-15.15)barrier AND COMBINATION. ®minois D—rt—n+of Tr.ns...tatlon NA IM-15.45) (450)(1501 (50) 1150) f50I Tie bar curb and gutter to table PASSED �u v rs' zais - M-6.24 ;O 24 5 2 6 2 NA (corner (elands only). CONCRETE CURB AND GUTTER 1M-15.601 (600)(150) 1501 (150)1(2 x w o oucr ANA o c>a EouA€ 1-1-13 Added general note (Sheet 1 of 2) APPeaVEa ) zo(s M-2 06 (M-5.15)and M-2.12 (M-5.30) regarding requirement for Bowel oars. STANDARD 606001-06 EN41NEE0.OF GN ANp rNVINONMENi r r t r t r r t i i r 75 o Pavement PT O 2-No. 4 IN,, 131 bars Drainage costing Povement U7g1 Short radius curve with curb box placed of mld-tlepth �f Contraction Joints (when space permits( Bock of curb ; I m'n Oat 25'-0" 17.6 ml A max. cts. ltyp.) // _f__ L5'-O" DEPRESSED CURB BARRIER CURB PL Edge of (1.5 ml (1.5 m) Povement Undoweled contraction Joint (typ.l construction options: Construction Joint 2-No. 4 INo. 13)bars ADJACENT TO FLEXIBLE PAVEMENT 1. Form with 1/e (3) thick steel template with 2 150)min, cl. Drainage casting 2 1501 deep, and seal. without curb box 2-No. 4 IN.. 131 bars Back of curb 2. Saw 2 (50) deep at 4 to 24 hours, and seal. placed at mid-depth O O 3. Insert Y4 1201 thick preformed Joint filler (when space permits) full depth and width. _ ---- 12 (300) R Pavement (175) =1° Pavement RI �JJF-- RI 5'-0'• 5'-0'• Edge of I PLAN 11.5 ml 11.5 ml pavement E-, I �--Tie bar Tle bar-J Mountable curb shown (other types permitted) HMA surfacing \\II NMA surfn DEPRESSED CURB BARRIER CURB ease course ADJACENT TO PCC PAVEMENT OR PCC BASE COURSE CONCRETE CURB TYPE B ON DISTURBED SUBGRADE ON UNDISTURBED SUBGRADE ADJACENT TO FLEXIBLE PAVEMENT CONCRETE CURB TYPE B ® a„DePartme,of Tra„s,orta.o AND COMBINATION PASSED �M.ENVIRONKNT m5 � CONCRETE CURB AND GUTTER (Sheet 2 of 21 ENG NE R F APPROVED IM — STANDARD 606001-06 ENGINEER of See DETAIL 11 D h Curb and gutter • NGrooves Var, radius Grooves 29 (6001 ax� :.'•' F F E For G For G r E Face of curb See DETAIL I �-+D TYPICAL PLAN OF MEDIAN ISLAND DETAIL I (SEE SHEET 2 FOR DETAILS OF RAMPED NOSES( F Face of curb 2 41 Corner 1.06 - 1.2 m11 2• q• 06 angle , 10.6 - 1.2 ml r Groove i D D Var.radius J See DETAIL I See DETAIL I It 1260)min. to bock of curb Grooves r DETAIL 11 - Grooves \ D D Typical detoil when corner angle D D Is less than 90'and for other 90• corners with radius greater than 24 (600). . 90" ?y �o, a ^:qo i6p0J ° q �60p E 02 1 h hti ,q l O2 1 1 O o— 24 (600) Offset for J SMALL ISLAND GENERAL NOTES urban conditions PEJF = Preformed expansion joint filler. urban(900) Offset for INTERMEDIATE ISLAND an conditions NOTE: Median layout and radii shall be as shown on the LARGE ISLAND (FOR RIGHT TURN LANE DESIGN) The blackouts 08 for the Islands plans. Shall be extended so that the (FREE FLOW DESIGN) termination will line up with pro- Keyed longitudinal construction Joints shall be TYPICAL PLANS OF CORNER ISLANDS posed or existing pavement joint. constructed without tie bars. (SEE SHEET 2 FOR DETAILS OF RAMPED NOSES) Noses IQ and 2Q shall be ramped on- See Standard 420001 and 606001 for details not Y4 (20) PEJF less noted otherwise on the pions. shown. Y, (20) PEJF (See sheet 2 for length) Vo r. %a (20)PEJF conforming to the full cross section r. me Slope o to a Slope to Var. Va of the curb, gutter and dlon surface. drain — drain ° �� Pavement X PCC base course plus HMA thickness. t Pavement or pcc base course thickness. JAll dimensions are In Inches (millimeters) Coarse aggregate J.. unless otherwise shown. fill to subgrade `—Face of curb Coarse aggregate J (mountable curb shown: fill to subgrade Pavement J DATE REVISIONS PC CONCRETE ISLANDS barrier type permitted on ®annals pavortn,an+o+rraoavortatlon median Island(. English 1-1-09 Eshed units to Face of mountable curb nglish(metric(. AND MEDIANS PASSED Jano9rY( (009 SECTION D—D (Sheet 1 of 21 ENGINEER 0 Pot CT ANO PROC Ol1RES _ SECTION E-E r1-oT Switched MA Ho+-Mix APPROVED Jon—I, xoD9 Asphalt IHMAI STANDARD 606301-04 Y C 7Wo— terminology. ENGINEER OF pESIGN ANp NVIRONUENi H TABLE OF DIMENSIONS TABLE OF DIMENSIONS Jo\ao\e TYPE SB MEDIANS TYPE M AND SM MEDIANS • ___— TYPE A B C D RI TYPE A B C D RI SB-6.06 6 1 r15 6 1 M-2.06 6 —2 -4 2 2 F oc°a (SB-15.15) (150) (25) 1150) 125) (M-5.15) (150) (50) 11001 (501 (50) \ ; (+�, dot'0. G SB-6.12 12 1 6 1 M-2.12 12 2 4 2 2 L p ISB-15.30 (3001 (25) 1150) (251 (M-5.301 1300) 150) 1100) 150) (50) F J SB-6.18 18 1 6 1 SM-4.06 6 4 3 4 3 (SB-15645) (450) (25) (1501 (25) ISM-IOA5) (150) (100) 175) 1100) 1751 56-6.24 24 1 6 1 SM-4.12 12 4 3 4 3 Optional keyed f5B-15.60) (6001 1251 115 0) (251 ISM-10.30) (3 )1100)11001 (75) 1100) (751 R m°x const. joint SB-9.06 6 2 9 1 SM-4.18 18 4 3 4 3 F Y 0` (58-22.15) 1150) (50) 1229 (251 (SM-10.45) (4501 11001 175) 1100) 1751 "J•r 2A 58-9.12 12 2 5 9 1 SM-4.24 24 4 3 4 3 ——— (SB-22.30) (3001 (50) (125)1225) 1251 ISM-I0.601 (600)(IOO) (75) (100) (75) 58-9.18 is 2 5 9 1 SM-6.06 6 6 2 6 2 ' Face of curb (SB-22a!5) (450) (50) (125) (225) (25) (SM-15.15) (150) (150) (50) (150) (50) SB-9.24 24 2 5 9 1 SM-6.12 12 6 2 6 2 •. •. 158-22.601 16001 (50) 1125) (2251 (25) (SM-15.30) (300)11501 (50) I150I 150) Variable H SM-6.18 1B 6 2 6 2 ••Y/4 (20) PEJF between rigid 15M-15.451 1450)(150) 1501 11501 150) SM-624 24 6 2 6 2 pavement and medlan end. (SM-15.601 (6001(1501 f50) (150) 1501 Align with Joint In adJoceni SOLID MEDIAN TYPE P MEDIAN SURFACE pavement. PLAN (RAMPED NOSES) L (see table( Vor. Vor. Vor. L (sea Coble) Y, (20) PEJF TABLE OF RAMPED NOSE LENGTHS p Optional keyed ° const. Joint TYPE OF NOSE L R=3 (75) '`- R=3 1751 • .• .• '•:�— Median 6't1.8 ml . ° .. ,,• .,_. I Small Island 24 (600) R=2 1507 Intermediate Island 4' 11.2 m) R=2 (50) , �,.;. Large Island 6' f1.8 ml •'Improved subgrade / Improved'supgrade LCoarse aggregate -Y, (20)PEJF when J (201 PEJF when fill to subgrode adJacent to pcc adjacent to pcc SECTION F—F SECTION G—G �5% Slope min. Maximum pa width Is 12' (3.6 m) for t a SM or SB and `vl^ HMA 16' (5.0 m) for type M-2 IM-5) Optional NOTE A keyed �+ Rz is applicable to �C 1.5% Slope min. I o°nst. Joint N E M-2 fM-5) type only I d HMA surfacing Rz=3(75) RI FCC or HMA War. thickness) Q PCC Improved subgrade PCC _ I x / base pav't {" ry course HALF SECTION FOR FLEXIBLE PAVEMENT \ / Improved E Improved subgrade subgrade / \ (when required( \\ Same slope as subbase or J `— Optional keyed `— Place keyway gutter flag for distance A const. joint 9 12251 for 158 (2001 of midpoint PC CONCRETE ISLANDS 1012501 for t>e (200) °a°°rim°"'°f 7r°"'°°rf°f1°" HALF SECTION FOR PCC PAVEMENT HALF SECTION FOR PCC BASE COURSE AND MEDIANS PasscD �O""°rr' Z°09 - SECTION H—H (Sheet 2 of 2) ENGINEER OF PDLIPRDCEDURES (TYPE SM, SB &M-5(M-2) MEDIANS) STANDARD 606301-04 ENGINEER OF DESIGN AND NVIRDNMENi r r r r r r r r r r r r r r r r r r r I' 1' (30) 130) Var. 24 Il 130) 11.8 ml ——— (1.2 mI 0.8 ) (30) (600) (30) —————— Y/<(20)PEJF between rigid --- pavement and median end. Align with Joint in adjacent pavement. C-1 AA to�Wc A Var. 24 1' L F J _ 1600) 1301 `16\5 B _ — ♦B I,LL L J Face of keyway C4J SECTION A—A PLAN 1' 6'-0'• 4'-0" 11/8 1.5% Slope min. (30) 11.8 ml (1.2 m) (301 _J— HMA 2'a li o. —R _ 1/2 1131 (60) (30) _+ PCC or HMA N 1120) ,,,E I lvar. thickness) V E T �—R ='/2 (13) Improved subgrade Welded wire relnforcement HALF SECTION FOR FLEXIBLE PAVEMENT SECTION C—C GENERAL NOTES SECTION B—B PEJF = Preformed expansion Joint flller. Medlon layout and radii shall be as shown on the plans. Slope 1:1 Keyed longitudinal construction Joints shall be r 1.5%Slope min. constructed without tie bars. a HMA surfacing ' _ % = PCC base course plus HMA thickness. I t = Pavement or pcc boss course thickness. Keyed longitudinal / Weld d wire construction joint — Welded wire reinforcement required for medians built contiguous to reinforced Dcc pavement only. rei \— PCC base PCC Dovement course—� - See Standards 420001 and 420701 for details not Improved I Keyed longitudinal + shown. subgrade construction Joint Improved subgrade (when required) All dimensions ore In Inches (millimeters) unless otherwise shown. Width as shown on the plans DATE REVISIONS annals oeoortman.of tronsoor*orlon 4-I-16 Changed terminology to CORRUGATED PC ® HALF SECTION FOR HALF SECTION FOR welded wire relnforcement•. RAMO Ano�r/,.�R,w� zolc — PCC PAVEMENT PCC BASE COURSE CONCRETE MEDIANS NG NEER 0 FOY RNp FROCEOUPES SECTION C—C 1-1-09 Switched units t0 ARRROvEp A 1 zmR English (metric). STANDARD 606306-04 ENGINEER OE 0 ON ANp ENVIRONMENT Rail element splice Roil element splice (See DetallI (See Deto10 371 371 371/ 371 r 605A" 6'-3" 371 (9531 19537 (95 3) (953) (1.905 m) A (1.905 ml 19531 A41 II , II II II II II II II II Steel plate boom I I guardrail with bolt I I I I I I I I slots 371/2 19531 JI enters I I IL 1U1 � U A u u u A-, u u ELEVATION ELEVATION TYPE B 37l/z (953) Closed post spacing TYPE A 6'-3"(1.905 m) Typical post spacing Roil element splice (See Detail( Edge of 6•-3•• shoulder 24 (6101 min. (1.905 m1 for Type A Traf flc ®� Lwhen S<3 Steel plate beam guardrail F Block-Outs Hinge point E o- o Traffic � Slope 1:10 I I Slope 1:10 I o o B $ or flatter PLAN or flatter I I 1O m I E �1 I I + Steel or wood TYPE D Costs Double steel plate boom guardrail 6'-3" (1.905 m) typical post spacing I I I GENERAL NOTES All slope ratios are expressed as units of vertical SECTION A—A SECTION B—B displacement to units of horizontal displacement • When "5"Is less than 3 and the •• When connecting Type D guardrail IV:HI. distance from the back of post to an Impact oftenuotor. adjust Is less than 24 (610), the post this dimension to 21%, (556) over All dimensions are In Inches (millimeters) shall be steel and the embedment a distance of 25'-0"17.62 ml unless otherwise shown. shall be 761/, (1934)• - from point of connection. DATE REVISIONS STEEL PLATE BEAM ®Illlnols Department of Tronsportotlon 1-1-12 Added rep. for 9 ft. posts to be steel. Modified set GUARDRAIL P,sseD ��^v I zolz back of g'rall behind curb. (Sheet 1 of 4) ENGINE OF POLICY ANDY AND PNOCE�U2E3 1'1'11 Added note t0 $BCtIOn B-B APPNOVED ran rY I. zolz for Conn. to Impact aft. STANDARD 630001-10 Revised table on Sheet 4. ENGINEER DF90ESIDN RND NV10.0NMENi 1 1 1 1 I 1 ( ( I ( I 1 1 t ! 1 I 1 1 }� 12 5R 12 8 Std, flat washer (63) (305) (149) 1305) (200) — Bolt not to extend — ————— more than I/. 161 past nut mPost bolt with std. I ) hex nUt — / Post bolt with std. hex nut 8.6 (200x150) Rough 12x6 1305x1521 Rough sawn timber post sawn timber blackout toe-nailed to post with 16d palls w6x9 IW150x13.51 or W x8.5 (W150x12.75) sieel post. Q "J WOOD POST CONSTRUCTION STEEL POST CONSTRUCTION 12'/ 13141 ' II 122) 91 As required !1087 � _ 1221 I I I 11 A n II Toe nail w/ 16D nail. Dia. and depth Ll 555YYY II I II or 181 of recess to II 1'/s (37) suit bolt POST OR SPLICE BOLT & NUT 4 (1021 8'm 1213) I I h� 91 min. l�A 6 91 "52) (102) STEEL PLATE BEAM TWO—PIECE WOOD Iniou�s D„o�.man.o,.rn�=,nr,a.�on Nate: GUARDRAIL ® BLOCKOUT OPTION All holes Y, (20) die. WOOD BLOCK—OUT AND PASSED Jonuary 1 2012 D (Sheet 2 of 4) RGIREER oP Po`iiir AroccouRES STEEL POST DETAILS APPROVED J I zmz 7 STANDARD 630001-10 ERGM— EER��ESIG _'AF.NVIRONMERi t Neutral axis '/z (13) Steel plate 7/6(5) Steel plate Hall element 2 4 4 4 2 151% (33) Did. hole 2 021 151) (701 2 ——— Post bolt with washer on front face. IB Dla.g 1201 Dl hole hole 12'/ (318) 1351 641 I i6 I '� Lop (408) 2 41/4 41 4 2 Y4 x2'/2 (19x64) 0061 (1081 (511 Slotted hole NOTE T5 1-1 / Anchor plate T shall be used to attach / cable assembly to guardrail when required on traffic barrier terminals. Traffic /I ANCHOR PLATE T DETAILS 71 22Y4 (184) (578) Class A roll \/ 3 41 41 41 41 4 2 `4— 'k x 11/a (23 x 76) Slotted 1761 ❑08) 6081 (108) (106) (51) element holes for 6/6 (M161 splice bolts RAIL ELEMENT SPLICE �a M� 27'/t 1}'a x 3 (23 x 76) Slots for (-27'/ Splice bolts with std. gale. washer placed under locknut 4 (4V4 . 41 6 2 12161 11021 11081 11081 (152) (51) 1 30 125) Dlo. holes Up m — (7621 Y4 x 21/z (19 Yu x11/e 123x 29) � © x 64) 4- – $lotted Holes Slotted hole (.oilonal) Class A _ roil element — 61A (159) Y4x31/z 119x891 Slotted hole 1 (25)Mo. holes 36 ALTERNATE END SHOE �+u (914) NOTE When end shoe Is attached to a bridge parapet which has on expansion Joint, the bolts shall be provided with a locknut or double nut and shall be tightened only to a point that will allow guardrail movement. END SECTION The standard end shoe shall be attached to the concrete with pre-drilled or self-drilling anchor bolts. The anchor cone shall be set flush with the surface of the concrete. STEEL PLATE BEAM Externally threaded studs protruding from the surface of the concrete ®Ininols oavvrtma�r or i�a++zvor tvrion will not be permitted. P465E0 �e��4r.I ImI E GUARDRAIL ND SHOE Isheet 3 of 41 N6 N OF OL LT 4Np PPOLEDIIRES 4PPnovEDe —zmz STANDARD 630001-10 ENGINEER O�DESI�NVINDNIAENi 0 D �� Finished L E E ground line L� ° I ° I / f--Optional ° d round hole 8 1203) min. (Steel post) to(250) min. (Wood post) 0 < D .< 4'-0" 11.2 m) 4'-0" (1.2 m) < D < 12'-0"(3.7 m) PLAN GUARDRAIL PLACED BEHIND CURB Note: '0' shall not exceed 6 (152) for design speeds greater than 45 mph. Aggregate Finished backfIII(CA 11) ground Ilne Ledge h > e 39 990) 0 0 Symm. about ¢, 1. IS Note: Ledge Ilna Is — m (381) top of rock ledge o or hard slog fill. a Ix7 51 (M24xI7B1 (133) Drilled hole L L � W Steal Post Wood Post 0 - 6 24 21 23 _ n �e (19) dio. 16x!91 (0 - 152) (6101 (530) (5801 galvanized cable > 6 - 18 18 141/2 16'/2 1 (M241 double ELEVATION 1> 152 - 458) 1458) (368) 14191 nut or locknuts 5tondord swage Fitting > 18 - 31 12 8 10 and 1/s(3)washer and Stud (stud threaded (> 458 - 787) (305) (203) (250) entire length) > 31 - 40l/e 12 - 0 8 to CABLE ASSEMBLY FOOTING FOR POST WHEN IMPERVIOUS a 787 - 1.02 ml 1305 - 0) (203) (250) (4 000 lbs. (18,100 kg)min.breaking strength) Tighten to tout tension. MATERIAL IS ENCOUNTERED STEEL PLATE BEAM ®Illnol5 a°�nr.m°n. onspo,a,ion GUARDRAIL PASSED January I 2012 ��-- (Sheet 4 of 41 APPROVED Ot7CY AND PROCEDURES APPROVED Jan�yyaryy°�',-20)2 - STANDARD 630001-10 ENGINEER IANVmOWENi . r r l l r 1 r 1 r i i i i r 1 ,r i Pa limits Pa limits of LONG-SPAN GUARDRAIL OVER CULVERT Pay limits 0 other 0f other type type A� Z I 20 15081 min. I I I I 12 (3051 I2 1305) . A PLAN min --+ Pay limits 1 62'-6"(19.05 ml min. 6'-3" 6'-3" 6'-3" 6'-3" 62'-6"(19.05 m)min. Pay limits of other 10 spaces fmin.l ai 6'-3"11.905 ml 11.905 ml 11.905 ml 12'-6 18'-9"or 25'-0" (1.905 m) (1.905 ml 10 spaces Imin.)at 6'-3"(1.905 ml o other type (3.81 m, 5.72 m or 7.62 m) tYDe M F4 II II II II II Nm rr, I III � �E III I II II II II II II Steel Posts CRT wood posts `Top of CRT wood posts Steel posts Culver t. ELEVATION 12 8 (305) (203) dia.hole o E oM „i°o 31 1891 hole I I I I I I og GENERAL NOTES See Standard 630001 for details of guardrail not p shown. All dimensions are In Inches (millimeters) FRONT SIDE I_J unless otherwise shown. PAT REVISIONS ®I11lnols Oep—tmont of T--rtotion CRT WOOD POST SECTION A—A Added min. dim. from guard- LONG-SPAN GUARDRAIL PASSED Janup y I, 2011 _ rail to heatlwall. Atltled dim. OVER CULVERT to section A-A.New standard. APPROVED � 2013�_Jo. uary _ _ - STANDARD 630106-01 ENGINE a Of�-1N0 NvIRONU Ni 111/e (29)Old.hole 12(300) + _ min, cover 46 (1d7 m) Bearing % (16) Steel plate J plate K 3Ya I I I I I I I I I I I Strut % (M16)bolts 195) II II II '' ' I 11 II Coble (190) I__I 1__I u I__I U u a'o'.'t'b,'y T /e (M227 bolts BEARING PLATE K ELEVATION Wood se rted In steel tube. I Pay limits of other type Pay limits of TRAFFIC BARRIER TYPE 1 B )/a (19)Dla. hole - Strut S4S o 2 (51)Did. std. pipe In 2%(60) dip. hole (1F.I Anchor Varies plate T (Face of rail) (/e 1221 Dla. hole I I I� As required 371/ 3 sD s at 4'-2" 11 27 1 2 spaces at 6'-3" (1.1111 ml by type 19521 (steel posts) Edge of shoulder n4o) n90) PLAN dul FRONT SIDE 3/4 (19) Did. hole WOOD POST Yoke strut _ C 6x8.2 q (150x12) 8 Symmetrical 1 (25)Dia. hole _ I � E (25) R TS Bx6xo.1875 GENERAL NOTES (203x152x51 See Standard 630001 for details of guardrail not Y/2 341 shown. 51/ (140) 1 (B 76) 11401 I The bearing plots K shall be held In position by two eight penny nails drlvan into the post and YOKE 39 bent over the top of the plate. 19911 )/15 15) thick steel 11 q All dimensions otherwise ise in Inches (millimeters) N u, (38) (it 2) - -� unless otherwise shown. n'- 52) (� DATE REVISIONS ®1111n015 Deportment oT TrOnS 1.tlon -�— FRONT SIDE 1-1-11 Revised steel tube TRAFFIC BARRIER Jonuory 1 2011 -yax2 (19x51) length to 6'-0" (1.83 m). TERMINAL,TYPE 1B P"SE' %] rs ' slotted Role STEEL TUBE ENGINEER 04"POL�hC�AN�LEOURES _ 1-1-I0 Increased steel tube CABLE STRUT RPPNOVED Ja`lar '• Zau - length, corrected hole STANDARD 631006-08 Iocotlons In tube. ENGINEER Of DESIGN sN0 ENVI0.0m ENTENT TRAFFIC BARRIER TERMINAL TYPE 2(1 each) Pa IN" of STEEL PLATE BEAM GUARDRAIL TYPE A or TYPE 6 11/8 (29) Dla.hole This post required + for all types T7�_ 6'-3" 6'-3" 371 6'-3"(1.905 ml (1.905 ml 11.905 m) (952) or 37 Z 19521 1161 Steel plate sa according to type Strut 4 (1021 8 Face of TRAFFIC FLOW 12031 Edge of End Anchor shoulder section plate T guardrail BEARING PLATE K PLAN 8 To center of first 3'4 (19)Diu.hole—� bolt-hole in anchor plate. 11.25 ml Lop the roll element f In Lap roil over the direction of traffic. end section S4S = - — - - 2 (51I DIa.std.pipe In 21%(60)dial.hole Bearing plate K� Strut I I ( I Finished s/R IM161 bolts %s(22)Dl..j_ Cable ground line % (M22)bolts assembl y Iii U u Wood post insertetl ELEVATION 51 71/ In steel tube. (1401 (1901 FRONT SIDE y, (19)Diu.hole WOOD POST ¢ _T Yoke Strut s (g) C 6x8.2 (L& Symmetrical R 1150x12) 1 (25)Diu. hole 1 (25)R TS 8x6x0'1875 GENERAL NOTES (203xl52x5) See Standard 630001 for details of guardrail net 5/2 shown. 51 11401 18511 ( 1 The bearing plots K shall be he 1401 Id In position by two eight penny nails driven Into the post and 39 bent over the top of the plate. YOKE (991) t5/ thick steel All dimensions ore in Inches tmillimetere) it q J� 11021 I� 1 _ 1 unless otherwise shown. 11521 120031 I DATE REVISIONS FRONT TRAFFIC BARRIER ®nlmols DnNO.tmsnt of��u+suM�sa+lo++ �— SIDE 1-i-13 GprreaARI metric dimension 0 %x2 (22x511 for BEARING PLATE K. Change( TERMINAL,TYPE 2 PASSED —.)cry 1 2011 – Slot STEEL TUBE pipe dial. In wood post. I;,,p 1-1-12 Re viseA dimensions for post, ENG NEER 04 POLICY ANDOC DURTS APPROVED j 1 2o13 CABLE STRUT bearing plate, cable strut, STANDARD 631011-09 tube and cable connection. ENGINEER Di Is GN AND ENVIRONMENT a a Median Edge of paved L/3 min. 1—T/ shoulder O O O O O O O O O O \ O O E C 500' 1150 m) min. 500' ry E 1000'(300 m)max. 1 1150 ml For contract ROAD cOn54rUCilon ONSTNIICTIO projects AHEAD W20-I103(0)-48 W21-1(0)-48 GENERAL NOTES This Standard is used where any vehicles, equipment, workers or their activities will encroach In the area 15' 14.5 m) to 24 (600) For maintenance gOAD from the edge Of pavement. and utillty NOgK ' projects ANEAD Calculate L as follows: SPEED LIMIT FORMULAS W20-1101-48 English (Metric( 40 mph(70 km/h) L=WS= L=WS' (D When the work operation exceeds one hour, or less: 60 150 TYPICAL APPLICATIONS cones,drums or barricades shall be placed Utlllty operations at 25'(8 m) centers for L/3 distance, and at 45 mph(80 km/h) L=(W1(S) L=0.65(W)(S) Culvert extensions 50' (15 m)centers through the remainder of or greater: Side slope chonges the work or ea. Guardrail installation and maintenance W = Width of offset Delineator Installation - In f ee Imetersl. Landscaping operations 5 Normal posted speed Shoulder repair ph(km/h). Sign installation and maintenance m All dimensions are in Inches (millimeters) unless otherwise shown. SYMBOLS DATE REVISIONS OFF-RD OPERATIONS, MULTILANE, ® ® Work area 4-I-16 Corrected typo In title. 155•'4,5 m) TO 24" (600 mm) Illinois DBVOffmsnT of Transpor TOtlon uu �•,,,,�- p sign APPPOVE A r112D16 - _ FROM PAVEMENT EDGE O Cone, drum or barricade 171-14 Revised workers sign NGINE R OE SAFETY ENGINEERING APPROVED A 1 2016 number to agree with STANDARD 701101-05 current MUTCO. ENGINEER OF DE GN ANO ENVIRON ENT 100' 430 ml s C= I a E — — — For any operation that encroaches In the area between • / �� the centerline and o line 24 (600)outside the edge of the pavement for a period of less than 15 minutes. min. Vehicle with dual flashers or flashing amber dome light operating. For any operation that Is more than 24 1600)outside the a edge of the pavement for a period of less than 60 minutes. / L Vehicle with dual flashers or floshing amber dome light operating. � ONE LANE NOAD ANEAO For an operation that encroaches In the are.between O W20-7(01-48 O W20-4(01-48 y I00'(30 ml 1 � the centerline and a Ilne 24 (600)outside the edge of the min. \ pavement for a period In excess of 15 minutes but less than 60 minutes. .l �\ O 1100'J30 _SIGN SPACING mt — --i Postetl Speed I Sign Spacing 55 500'1150 m7 50-45 350' (100 m) ONE LANE <45 200' (60 m) Ran AHEAD 1 =Refer to SIGN SPACING table for distances. W20-440)-48 W20-7101-48 All dimensions are In Inches (millimeters) unless otherwise shown. TYPICAL APPLICATIONS SYMBOLS Marking patches ® Work area DATE REVISIONS /� �p� ®NNnois Deua�*menr of rronsRO�*orlon Field survey 1-1-11 Revised flogger sign. LANE CLOSURE, ZL, ZW, String line p Sign on portable or permanent support APPRGVEG Januar 2011 Utility operations SHORT TIME OPERATIONS Cleaning up debris on pavement • Flogger with traffic control sign NG N OE SAFETY ENG NEE.N 1-1-09 Switched units to AP...... English Imetrlcl. STANDARD 701301-04 NGINEE.OE DESIGN ANO ENVI.ONA1ENi Ro4o w20-1o0l-48 AHEAD NORP Or • ROAD ■ ONE LA ONSTRUCTI TIOAD AHEAD AHEAD W20-7(0)-48 W20-4101-48 O O3 W20-1103101-48 0 0 0 r100'1 (301 One way one lane operation— If min. G� Type I or Type II Barricades 0 0 0 (//% TYpe 1 or Type II barricades Oj I v I 100'l30 ml_I POAD J Type III barricodes Q2 max. 0.05E0 O 00 of RIl-2 CLOSED ROAD AHEAD ONE LANE W20-310)-48 ROAD W20-1100-48 ROAD ■ • AHEAD For W20-4101-48 malntenance Or and utility projects W20-7(0)-48 ROAD ROAD ONSTRUCTIO ONSTPUL710 W20-1103(0)-48 AHEAD AHEAD For W20-1103(01-48 Or ROAD contract pOpK W20-1(01-48 construction AI1EAp projects SIGN SPACING SYMBOLS Posted Speed Sign Spacing 55 500' 1150 001 ® work area Ql Refer to SIGN SPACING TABLE 50-45 350' (TOO ml for distances. <45 200' (60 001 O Cone' drum or barricade (not required for moving operations) Q2 For approved sideroad closures. GENERAL NOTES 03 Sign on portable or permanent support Cones at 25' LEI m) centers for 250' This Standard Is used where at any time, day or (75 m). Addi Clonal cones may be placed night, any vehicle, equipment, workers or their at 50' (15 m) centers. When drums or activities 40 Flogger with traffic control sign Type 1 or Type 11 barricades are encroach on the pavement requiring the closure used. the intervol between devices of one traffic lane In an urban area. Barricade or drum with flashing Tight may be doubled. All dimensions are in Inches (mlilime+ers) OCones, drums or barricades of unless otherwise shown. Type III barricade with flashing lights 20' (6 m)centers. DATE REVISIONS URBAN LANE CLOSURE, 1-1-I1 Revised flogger sign. ®Illinois Department of TfOnspVrtp}1pn 2L,2W, UNDIVIDED APPROVED Jonvar 1 2011 — �� 1-1-09 Switched units to ENGINEER OE SAEETV ENGINEEPING Corrected sign No.'s. English(metric). .PPRweO � r 1• mu — STANDARD 701501-06 ENGINE P DE DESIGN AND ENVmONNENT aonD W20-110 3101-4 8 for contract ONSTflUCT10 LEFT LANE , AHEAD construction CLOSED projects AHEAD Or W20-51-101-48 Or u01-48 for • � and O ROAD maintenance RIGHT LANE aORK and utility CLOSED Or AHEAD protects AHEAD W20-SR(0)-48 W21-HO1-48 W20-7001-48 \ 6 l. O O / O O O \I!p 0 I L 2 GENERAL NOTES This Standard Is used where at any time, day or night,any vehicle, equipment.workers or their octivlf lea encroach on the pavement,du ring Q Refer to SIGN SPACING TABLE shoulder operations or where construction for distance.. requires lone closures In urban areas. SIGN SPACING SYMBOLS - Q2 Required for speeds> 40 MPH Calculate L as follows: Posted Speed Sign Spacing 55 500' (150 m) Q3 Cones at 25' (8 m) centers for 250' SPEED LIMIT FORMULAS 50-45 350' 1100 ml t Arrow board 175 ml. Addl tional cones may be placed English (Metric) (45 200' (60 m) at 50' (15 m) centers. When drums or O Cone,drum or barricade Type 1 or Type 11 barricades ore used, 40 mph(70 km/h) _W52 _WS2 the Interval between devices may or less, L 60 L 150 Sign on portable or permanent support be doubled. Work area O 45 mph(80 km/h) L=(W)(S) L=0.65(WR51 ® 4 Use flogger sign only when flogger Is or greater: (� Barricade or drum with flashing light present. W = Width of offset Type III barricade with flashing lights Q For approved sideroad closures. in feet (meters). • Flogger with Traffic control sign. © Cones,drums or barricades of 20'(6 m/ 5 Normal posted speed In toper. mph (km/h). All dimensions are In Inches (millimeters) unless otherwise shown. DATE REVISIONS URBAN LANE CLOSURE, nn"oIS Department oT T—,AN r*a„vn 1-1-14 Revised workers sign MULTILANE,IW OR 2W WITH number to agree with APPROVE Ja^uor I, zmA - current MUTCD. NONTRAVERSABLE MEDIAN ..,o � — 1-1-13 Omitted text 'WORKERS' (Sheet 1 of 2) ENGINEER of SAFE,.ENGINEERING APPROVED ;V�^_rte—Za�A - alg"' STANDARD 701601-09 ENGINEER OF pE GN AN0 ENVIRONA4:Ni _ POAO LEFT LANES ONSiPUET10 CLOSED ANEAp AHEAD W20-1103(0)-48 W21-1106L(0)-48 Or Or A t • . • POAO RIGHT LANE NOPR CLOSED Or AHEAD AHEAD W20-7(0)-48 W20-1(0)-48 W21-11 MOI-48 W21-1(01-48 0 6 6 Type I or Type II barricad �0 °00j O O O 0 — °� 0000'0—O0 ° .o l I L I z ROAD CLOSE D RII-2 � cALHOESAEp p o W20-3(0)-48 Type ill barricades O eDaD PDaD ONSiPUCi10 Or W00.R AHEAD NIEAp W20-1103(0)-48 W20-1(0)-48 URBAN LANE CLOSURE, ® peVOrimeoL o,T.a s,o,aao MULTILANE,1W OR 2W WITH APPROVED;._2014 N NONTRAVERSABLE MEDIAN ,7�Y\7 (Sheet 2 of 2) EN0INEF.P OF SnFETY ENGINEEPI NG APP"0VE0 7 —�p1+ STANDARD 701601-09 ENGINEE N ANO ENVIRU-ENI RDAD misiRNCn �O • Qq AHEAD e e wzo-11o3a>-4B ONSTRUCTIO SHOULDER • or Or "mAD wzo-nm-4B 4 OPERATIONS RonD W20-1103(0)-48 Or W20-7(01-48 xoRll Or AHEAD • RDAD EEET Type 1 or W21-If )-4B nOPK TURD taNE aD,EO Type 1I barricade O 1 O W20-1(0)-48 ANEao NE o .--(2� w20-1(0)-48 wzo-1106(01-48 121-1(111-48 �� a G� 3 3 o => 2 LEFT TURN LANE OR CENTER C CORNER ISLAND MEDIAN OPERATIONS OPERATIONS (D Refer to SIGN SPACING TABLE 0 2 0 for distance. O Required for speed > 40 mph. 0 6 Q Cones at 25'(8 m) centers for 250' 0 175 ml. Additional cones may be placed SIGN SPACING of 50' (15 m) centers. When drums or Posted Speed Sign G Spacing Type I or Type 11 barricades are used, GENERAL NOTES 55 500' (l50 ml the Interval between devices may be doubled. (� /� 4O This Standard cl used where at any time.day or 50-95 350' (100 ml )vL 11Jr • night, any vehicle, equipment. workers or their <45 200' (60 ml Oq Use flogger sign only when flogger Is O • shoulder encroach on the pov construction coon e shoulder operations or where construction present. requires lane closures In on urban area. O Omit this sign when median Is less than Calculate L as follows: 10' (3 ml or for bi-directional turn Jonas. (1 QS [ICI W20-7101-48 W21-1101-48 © Cones,drums or barricades at 20' (6 mI J�/1 Ei ♦O SPEED LIMIT FORMULAS centers In toper. / *W113-11.1-4B English (Metric) Advanced arrow board required for 40 mph(TO km/h) _WSZ _W52 or lass: L 60 L 150 speeds > 45 mph. OB Three Type 11 barricades, drums or 45 mph(80 km/h) L=(WIS) L=0.65(W)(S) vertical barricades at 50'(15 ml centers. or greater: RDAD RDAD oNSiRlxnD Or RORII w = Width of offset O AHEAD AHEAD In feet (meters). SYMBOLS W2 0-110 3(0)-48 W20-110)-48 for S Normal posted speed ® for contract maintenance mph (km/h). �QS construction and utili Work area ty Ali dimensions are In Inches Imilitmeters) 0 Cone, drum or barricade projects projects unless otherwise shown. p Sign on portable or permanent support DATE REVISIONS ®Unnols De,—t-1 of Tronep-tauon .111� Arrow board 4-1-16 Corrected sign number for URBAN LANE CLOSURE, earn I, zol6 Barricade or drum with flashing light LEFT TURN LANE CLOSED MULTILANE INTERSECTION AreROvep AHEAD. el. el ENGINEER OF SAFETY ENGINEERING • Flogger with traffic control sign 1-1-14 Added devices at arrow APPROVED Aprf '• X016 board upstream from taper. STANDARD 701701-10 workers sign number. ENGINEER OE OE ON ANO ExvIRONHENT � I Parking space, �I Omit whenever duplicated by typical road work traffic control. T 25' IB ml Spacing d N d//\\b E O P o a� — o -1 I F f (DI ROAD W20-11030-48 for ONSTRUCTIO contract AHEAD construction projects Or O ROAD RORK W20-110)-48 for pNEAO maintenance and utility projects SIDEWALK DIVERSION GENERAL NOTES This Standard Is used where, at any time,pedestr:a traffic must be rerouted due to work being SYMBOLS I I I performed. L— This Standard must be used In conjunction with ® Work area other Traffic Control& Protection Standards when roadway traffic Is affected. P Sign on portable or permanent support access pry facilities shall be detectable and accessible. .--� Barricade or drum 10' f3 m)SDacing The temporary pedestrian facilities sholi be provided on the same side of the closed facilities whenever possible. a Cone. drum or T borricade I The SIDEWALK CLOSED / USE OTHER SIDE sign shall be placed at the nearest crosswalk or Intersectlon Type III barricade to each end of the closure. Where the closure occurs of a corner, the signs shall be erected on Detectoble petlestrlan the corners across the street from the closure. ° channelizing barricade The SIDEWALK CLOSED signs shall be used at the W20-1103(0)-48 for ends of the actual closures. (1] ROAD contract ONSTRUCTIO construction AHEAD SIDEWALK Type 111 barricades and 411-2-4830 signs shall be projects CLOSED positioned as shown In "ROAD CLOSED TO ALL TRAFFIC" SIDEWALK SI�EWdLK data):on Standard T01901. Or CLOSED RU-1101-2418 CL�SEO All dimensions are In inches(millimeters) unless otherwise shown. ROAD USE OTHER USE OTHER xORK W20-I10)-48 for SIDE SIDE DATE REVISIONS maintenance ® m 1 a+Tr—parl,fl— ANEAD y 4-i-16 Omitted RII-1102-2430 Illinois D—r1 g y SIDEWALK, CORNER OR and utility 4-i-1 Omitted oran a safety fence I• zmR - projects from standard os this Is APPROVE SIDEWALK CLOSURE covered In the std. spea. CROSSWALK CLOSURE ENGINEER Or SAFETY ENGINEERING _ 1-1-12 Added SIDEWALK DIVERSION. (Sheet I of 2) APPROVED ARr�M�) 2016 Modified appearance of STANDARD 701801-06 ENGINEER a<DE GN ANO EvIRONNENi plan views. Renamed Std. SIDEWALK CLOSED USE 0714ER W20-1103(0)-48 for SIDE (f) contract ROAD construction RII-1102-2430 DNSTRUCTtD Projects L AHEAD Or ROAD W20-1(0)-48 for wMM —dju ility AHEAD and utility proJact$ 10' ml Spacing SIDEWALK W20-1103(0)-48 for CLOSED 01 ROAD contract SIDEWALK r I -+ ONSTRUCTI construction- CLOSED USE OTHER AHEAD projects SIDE SIDEWALK RII-1101-2418 RI1-1102-2430 Or CLOSED SIDEWALK CLOSED USE OTHEfl PDAD W20-1107-48 for SIDE RI1-1101-2418 wDRII maintenance Rl1-1102-2430 aHEAO and utility projects CORNER CLOSURE SIDEWALK CLOSED 4— USE DIRER SIDE SIDEWALK Ru-trot-2430 CLOSED I 1Q ku USE OTHER I— SIDE R3-1-2424 LL RII-5102-2430 R3-2-2424 GD �I POA I HEAD OS E SIDEWALK,CORNER OR AHEAD ®IRlnpls Deportment of Trpnspartafipn R20-3(0)-48 CROSSWALK CLOSURE APPROVEp Aprl 1, 2016 CROSSWALK CLOSURE (Sheet z of z) ENGINEER OF 5AFETY ENGINEERING APPROVED ^p..7��1J 1-�_2016 = STANDARD 701801-06 ENGINEER OF DE GN ANO EVI RONMENt Ei t p 8-12 10 (450) (200-3001 ` min. /y 9 3 (75) 000 min. I o y A\0l I'!I o m O m � p a ivp •li E mo o2 p .- =E N �I 4-6(100-1501 No o no 4-6 aoO-lso) Orange Orange °1111 1I Posted speed < 45 mph Posted speed > 45 mph 9111 tl�1� ..Orange I CONE FOR REFLECTORIZED CONE FLEXIBLE DELINEATOR VERTICAL.PANEL DAYTIME FOR NIGHTTIME sT MOUNTED DRUM s s 1 ,JSOJ rJSpJ 1 'i v v Y o N (600) (300) o �/ �/ ��N ii Illi hll dl CIE III F� s JS0 E 24i;(1600) - f Ilt o Ilfil�gl s p I I I 1 ^ 2.1 24 (6001 n r mi . - ii0 60 h'CI� OJ O� TYPE I BARRICADE TYPE II BARRICADE TYPE III BARRICADE DIRECTION INDICATOR VERTICAL BARRICADE BARRICADE s s iJS ps �N OJ OJ Warning lights (If required) AZ —� GENERAL NOTES o All heights shown shall be measured above the o C pavement surf.... mE 4' (1.2 ml All dimensions are in Inches(millimeters) mfn o - unless otherwise shown. DATE REVISIONS TRAFFIC CONTROL 4-1-16 Add dim's to barricades. Rev. ®unnols oavvr*merr of rrmsvo�rvno� . . - . ; note for post mnt. signs. DEVICES APPROVED A��� ¢ols - Rev. cone dtls. Add W12-1103. DETECTABLE PEDESTRIAN Is Revised two sign numbers on (sheet 1 of m ENCI—E— -nuNS CHANNELIZING BARRICADE sheet 2. Added note reg. STANDARD 701901-05 APPROVED_ A I 1 2016 _ PHOTO ENFORCED plaque. ENGINEER DE DE GN AND ENVIRDNMENi Warning light 18x18(450x450) F ROAD (if required( 9 CONSTRUCTION END Orange flags 6' - 12'•• - I NEXT X MILES CONSTRUCTION (1.8 m - 3.6 m) I I G20-1104(0)-6036 G20-1105(0)-6024 � I E This signing Is required for all projects N _ -J 2 miles(3200 ml or more In length. n Metal or 1 ' wood post I 24 10' ROAD CONSTRUCTION NEXT X MILES sign sholl 5' D.5 m)min.rural Edge of (600 - 3 m) c, SIGN be placed 500' (150 m) in advance of pro- s, 7' (2.1 m)min.urban pavement c (IF SPECIFIED) )eat limits. v 4' (1.2 m)rural or face =E 6' 11.8 m)urban of curb E END CONSTRUCTION sign shall erected of an v� the end of the job unless another Job Is N'E within 2 miles(3200 m). Dual sign displays shell be utilized on multi- II Elevation of edge Elevation of edge lane highways. II of pavement of pavement 5'.11.5 m) min. WORK LIMIT SIGNING embedment SIGNS ON TEMPORARY SUPPORTS ... When work operations exceed POST MOUNTED SIGNS four days, this dimension sholl HIGH LEVEL WARNING DEVICE be 5' (1.5 m)min. If located WORK •• When curb or paved shoulder ore present behind other devices, the height W21-111510)-3618 ZONE this dimension shall be 24 (600) to the shall be sufficient to be seen face of curb or 6' (1.B m) to the outside completely above the devices. edge of the paved shoulder. SPEED 24 LIMIT R2-1-3648 6001 M 5 7 (125) (175) RIO-IIO8p-3618 •... 0 � igMAX VIII DTH 8 (200) Federal series C — 1 7 (1801 Fedei of series R ' v o _ _ Sign assembly as shown on Standards I� LO � o or as allowed by District Operations. N� Mo BE ® M ' V 20 I G20-1103(0)-6036 (5131 I— 16(4001 This sign shall be used when the A HEAD R above sign assembly Is used. 151 HIGHWAY CONSTRUCTION E SPEED ZONE SIGNS W12-1103-4848 N .... RIO-1108p shall only be used along roadways WIDTH RESTRICTION SIGN a under the )uristiction of the State. XX'-XX"width and X miles are variable. FRONT SIDE REVERSE SIDE TRAFFIC CONTROL ®Illlnols OeOOrimant of Tronspor tatlon pPPROVEO A rill zmc - DEVICES FLAGGER TRAFFIC CONTROL SIGN sheet z of 3) NGIN 0 o ENAT ONS APPRDVED _Zms STANDARD 701901-05 ENGINEEfl OP T GGNN ANO F.NVI�R-1M " 24 (600) t rA ------------- ------------- 8' (2.4 ml ° O O 00 C min. °m min. E 1 r///////// holes O u E ^ Nrc °E ° 0 IB ml (8 ml l8 m) Constructlon Q 200 200 200 Wdvonce 160 1 t (60 ml t 160 ml 4 arning signs E L►A u c'E E o PLAN 25' Ij'q (451 3 lL5 ml Face may be TYPE A TYPE B TYPE C stepped or smooth —T--T--T T--T--T- ROOF ROOF OR TRAILER TRAILER Traffic MOUNTED MOUNTED MOUNTED E Epoxy channels I 1 311/2 1901 • I II � � � II II ARROW BOARDS SECTION A-A TYPICAL INSTALLATION TEMPORARY RUMBLE STRIPS 12(3001 a D n, EE Type A 6 (150) 6 (150) �.It 6(150) fl shar max. max. RIt,-[ I mox. E a I ROAD o°o CLOSED ulder Edge of shb _IIII 1 2 (300) Po ement min. ROAD CLOSED TO ALL TRAFFIC Type A Rll-4 flasher Reflectorized striping may be omitted ROAD CLOSED ROAD CLOSED on the back side of the barricades. TO TO If a Type 111 barricade with an attached THRU TRAFFIC THRU TRAFFIC sign panel which meets NCHRP 350 Is not ' avallable. the sign may be mounted on an NCHRP 350 Temporary sign support dlr ectly `�.ice... In front of the barricade. Pavement ROAD CLOSED TO THRU TRAFFIC Reflectorized striping shall appear on TRAFFIC CONTROL ®Inlnals Deportment of TransROr toilon TYPICAL APPLICATIONS OF both sides of the barricades. If a TYPE III BARRICADES CLOSING A ROAD Tyne III barricade with an attached DEVICES avrpw[p n���1 zais — sign pone)which meets NCHRP 350 Is not avallable, the signs may be mounted (Sheet 3 of 31 ENGIN pf 0 ERR oes on NCHRP 350 temporary sign supports dPPROVEp AeLLI>--xols directly In front of the barricade. STANDARD 701901-05 ENGINEER )F DE GN AND ENVIRONMENT Edge of pavement Edge of pavement—� As specified — 1 �-m a White ° 10' 30' Yellow Yellow 13.05 ml 19.15 ml ° White TT 30' 10' (9.15 ml 13.05 -1 White As specified ^'-' Q= 4j T Edge of pavement DIVIDED UNDIVIDED 2 LANE MULTI LANE LANE AND EDGE LINES Approximately 15' .5 m) from nearest roil or 11 (2.4 ml bo14ck from gate. It present. Stop line placed perpendicular to center line. B' (2.4 ml or as directed by the Engineer. 24 (600) /R R 3 01 E 60 6001 - ry.o 10' Std.R 25' 25' J (3.05 mi (7.6 m) (7.6 ml 6 \Eg00 NOTES The transverse spread of the "X" 50' As directed b � may vary according to lane width. 115.2 ml the Engineer. Lone On multi-lone roads. the stop Imes shall extend across all approach lanes and separate RXR symbols shall be placed adjacent to each other In each lone. When the pavement marking symbol Is used, a portion of the symbol should be located directly adjacent to the Advance Warning Sign(WI 0-1) as placed by Table 2C-4,Condition B of the MUTCO. All dimensions are In Inches (millimeters) unless otherwise shown. PAVEMENT MARKINGS AT RAILROAD-HIGHWAY GRADE CROSSING DATE REVISIONS TYPICAL PAVEMENT ®ORn"IS Daoar+mein of rr"nsv"r+ofion 1-1-15 Added symbols. Revised bike symbol. Revised note MARKINGS APPROVED Januar I_z015 u for stop line at RR crossing. (Sheet I of 3I 1-1-14 Added bike symbol. Renamed ENGINE OF 0 ERAiI0N5 _ APPROVED J°^v"ry I• zols 'LANE DROP ARROW' detail to STANDARD 780001-05 'LANE-REDUCTION ARROW'. ENGINEER OF OE GN ANO ENVIRONUENi ................................................................................................ ■■.■/■■■■■■■■■..■■.■■■/■■■■/■■■/■.1M ■.■.■■■■■■■■■/.■■/■■/./■ ►■'LLC::::'TNMI M:M LL::■LL:::'LLEC::Ei::ii:E::LLL•L:LLLLC:::ELL'L:::LL:::C:LEEEL'.EEEEEEe�11 MM■■■■M 1■M.MM■■■mM■■■M■■■mM■■■■..■..■.■■■./■.■■■■.■■■....■■■■ CEEEEEEt •�€E1•:E€€��••6EpEEE€�'iC:EEE�■■■MELiT ■■LA EEi ?6EEE1�0 EE:LLE'•::LLT::: ■■■■■•••■■•■■■/•■■■■■■■■••■■■•/■■■/■■•■■■■■■■■M1■■■■■■■■■■■■■ :•Li L::LLLCE "::i':9 1L : °'CLL::Ei €...... E::::LI..'LLLL:: 'LL::::1:::::C:;; m mlMmaMM momMmaMMmm■M1M.M■MMmMm■/■■■/1.111■■/11.11/■■1R■•■■/■• .CAI,i........■. C...C...�,.......■ ......■..C.■.r■...■■... .....a,0. .......e......... ....■■■■.■.■■..■■■.■■■ ..■...■■■..■..■.■/..■■.■■.■..■'l.■■■■■. .:•::•:i::.::':EE EE �•E'r.EE e�11188E EEEEEEE.am....Ea EE:9181€5118181 11€8€889 E ■•■■■•••••••■•■•••■■■• ■■••■■■■■•■■■■•■■■■•■•■■/■■•■C! ■■■•■■ :.LL.... .... ..e. L:L Li:::::•L0•L:: :•:::::::� .:i:::::ul nice::::.14.9 i•• AM:;••:Liiii 0. ■■■......■.■■■■..■...■M■MM■■■..■■■.■■■■■..■■■■..■■■■r 1■■■■M C:::': iE. C:CC :ECC : '1C C•i1u:' :L::CCC is1.Mo.Ill a : C:Eu::::::: /■/■/////■//■■■////■///■■M//■I No///■/■■■•/•/■■/1111, 1■■•■■■ :: •::::::: ::::: ::LC :LL..;::::: ::::�• :::..::::::•::::::::: ■■..■■■■■■■■■■■..■.■■■ .111..1 '.!■■■■■■■..■■■■■■.■■■■� ..■■■. E�'CEC EEC'EBEEEEEEEE EE''EEEONE€EEEEEEEE€EEEEEEEE C GEEEEL.EE 11111E EeL.L.EEEE EE ■/•■■/■■�/•■ ■/■■■■/■■�■■■■■, `■■■■■■■/■■■■•/•■■•1Mr ,1111■ ,..... ....... ..c......... ....r ■M.MMmmM1.....■o.Moor ,m.■m. LL " ':: C LL:L:L:: L::11:11€E'LEmono EEEEEL.. Ill L.■MINN.EEEEE EE EEEE E EEEEE EE EE MM111MOm► /■■■•■■■■ ■Malmo/1111 1■M■■M11■■■■■■■MMMF 111.1 :�•�nuE`€::....... LuuC mums...■..... ......., ....... .... A. a .■..11.►` AM11MM�■NC/M■MMMMmCI .............■■..... ..■■. LCC:::L::::::::i°I:LC::1L L::::L CLL::1"AM ■■■■■■� ■mom■M ■■■■ ■■■■M■I mom, \■■m■INNOM 1:Y1:ii.•CE:oGi1E:•E:::E:ECC:IEE•E■i�r:C•: .En■n:::EE■:::::::::::::::::u::n:E:::■::::'■C:■i:: ■/■MEMO, NINON MENEM 0■/� 1■mom■MMMM=MmM■■■mM /■■■■■.■■■...■■■/� //// ::•::':::•::•::.::EL:•iii :".:: ::1:::Eiiii::::iiii.:iC:LL::::LLLL::LLL1::::LL.L:LLL:L.Monson. ■1■.► ....■■■.■. mM■■mMM. .■..■..■..■...■mM1 , 1M■■ :•E•i C:LE::1:L1::•:::E:• .:•.L'::: ::•:°O:::L:L:::•AM A1Li.::C:'L::::oa::::::: Moor _1qMM■M■■MM■MF !■■■■■■.■■mrl/■■..� /� \■■M .L.C.:.■.A..tA....:...AALE■: ■ELE■tL..C.t.E■.:G..:.............AL■■,.■:........:................ „� ....C..... ■■m■mM■■■r ImmmM■Aid .o.o■m asm AM WRA.Mumm. .0 0 10 4111 020202 99EEEEEE EE E 9E'e �EE9 E'e":EE1E9E:'�19EANN, ''6EBEEE 'L'' EE1EE99''68E .1.;C so: `' :Li::iii' C' 1::::Li :•:::::•�� i::::::■ ::L:Cu i is::::::■. ::i':C ii':: M■■m� \■■■��_ 1■M.■■I I■ 'NONE F, IM■■MMMM■ ...... LLLL:i:1 i::::�L:E r :ELM. i E::: L:E:LLC::: :::L:LL::LLCC::L:L:Li...:::a ..■MR 1■■.■■.► 'a Now A■ mm►loom►' /���■..■■■ ■■■m■■ •'� ..... : r �i:.:i:• ■ '•C'C"Oman LL soon:::::::::::::L:::::::i:::i M■M■■.� ..■■■MM► 1M■■r:M■■ 11.11■■.' ��/m■■ ■■■■MM 11 a 1 :EEE MOON EE:E EE.E E EE. ':::::':L:L::LL':r Liii:ii a:CLLLLL: :01:080000 `LLL ■■1■MMMM. 1M■■■M■■1 lease so ■MmM■C Emmons I L.M...L'.......n ................. ......c ... ■./■■m1■■.111.1..■\ ■■M■M■■ M■MMMM► ■■■MM■ : ::a:::: .Koss :.L::::•EEEIELI : °EEEEE 1E 18E1EELE CEEEEE::: 'EE E�E 6E�E EE`EEL'E'e' €EEEEE 1E E8°i LE •::•E ME EEL:E:::::..... el CEEEEEEet:LE ■MM■■M■■■■.■MMm■■■ ■■MM■■m ■mMM■■M. ■mm■■M E €: 8E gC' :..e.E......... ........€; E /■■■■■mmMM■■M■■■M■ MO■■■■/ ■M■■■mMM. iiiii■� mmM■mM € �•i::E::•:.LE;.E;;� C::'. :'::: .■ ■■....■ A.. ■1...111 ,�.■.... ■■mMm■MM■■MMm■■MM■ mC■■M.■ ■■■■1/■■\. ■■■M■.�. 1111■■ e:.... ..:..L... a':EL..:. .:.... a ..::....... ...E r,.........,�.......1 E. MMM■■■■■■■mMMM■■m■ ■ ■■m■■ ■■■■■■■■■:►. ■■M■■M■► ■■■■MM : a =€EEEEE E1?EEE'EE EEEEEEE EEE1E8E1 :9 EEEE no,AEEEEI' ;E9E°EEE e:iE..WOOL d1E ■■mm■MMM■mM■■■■■m■ ■■■mMm■ ■MMM■mM■■m► 1M■■Mm■M► ■■■■■m :■.■■■....■ .■■■..1■..tu...■■..u.■....a .2 u....u.....a.■..■t■ ..■■■■■....■■. oMOMM/■■■M■■■MM■■■ ■■■M■M■ ■■■■M■■MM■M\'ION M■■MM\ mom ME ::::•'i:::::::'i:::.::::i•:::::::LC:C::L:C:::::C::::i::L::'i::::i•:::::•i::::LLC::u•:C::H1.1.a:::::: ME :::::::►.::::L°•LLI.:::::: .L:C►.::::'i:::::►.::::::i•■:LL:::LLL....:::::►.:::...RAW.... ►.::::::: 1■■1M■MM■■■MO■■■M ..m■mmo■■ 1M■■■1M■M■M1MMM■■M1M■ ■■11■■ :C'::'n::CC::::CC:::C:::::Ci'::LCC::L'i::::L:::C:::::CC::::::C:::::C:::::::::::::Ci':::LL:Ci:i:ii ■MM■■Mm■■■1■■■MMM■■Mm■■■■M/M ■MMMM■■■■■MM■m■1m�■■■ ■■ ■MM■ 11 .1 'E eEs EE's EEEE':''L'"EEE 111 31 9E' ......•'6EE MMM■M■■MMMMMM■M■■M■■MMM/■M1■ ■■■■■■■■■■■■■■■■■ ■■■ ■■M■M :. E...G.1.E....... .. .:■...■■E..A.■.il.�L.....■,..L...... a...■........A..V ,.. MM■■1M/MMMM■1■■■■MM■M■■MMO■■■■■■■■M■■M■■■■■M■1M■■M1■ ■■■■M1 LL.. ;1€111.1 EEeEEEEI 11 I1EEE111 1E B8E°a!;i 111981€€!E?:EEeEE98:::°19EEEEE819EEE8AM 9z':E NONE M■■■MM■■■■M■■■M■■■■■mmmomo■M■■■■■M■M■ ■■■■■M ... � ■MM■M.■■M■■■■1■mm■■M■111/1■M■■■■MM■■■■MM■■M■■M■■M■M1 ■■1■■I EEE ?E°'EEEE €E E1LE■'EEIS',�. EECE■•�Eri•EEE■I't1EEE:.III iEEEEEE■i°°.i 1EEEt■'EEE EEEEEE1iEi EE ■■MMM■■M■■■M■■m■MM■■■mM■■■MmM■■M.■■o■■■■■■MMM■■■mMm■ M■ ■so... .. ..;.;C: EL::?I. :::: ::�' •:::::: lLLL:::LLL ::LE.....:........, ... mMM■■■M■M■M■MMM■■■■1■■■■MM■■■■M■■■11■■1MMMM■M■M ■■M■1■■■MM■�M. .?. .. .. E : �i :KONG. on on aGA L:. ?Mount::■. u■ moo nnu■M ■:.■.EA..1 eu.uoK ■u■ ■ouo uuon luu LC:1?EO:EC:1 LC 8111111E CLLL �E:EEEEEE !EEEEa...1�11OEE1E1 EE1TE111E1 BEEEEO�IEEO AM ... .. .. .....,.. 111� E I no 1'?Et:EEEE:EE€AMEEEE,. I€EEEE€EE EEEEEEEI;1 CEEEEOEE�EEE€:EEEE;:EEEEE EEEEE.EEEEEEE EEEE€ EEEi�1EE9EEEy"EEEEEEEEE�EEEEEEE E?' EEEEEEa'61�EE EEEE;@EE€€EEEE €EEEEEEEE€EEEE E..•:E Igloo Moll AD, m HUmiA I a ......................................................A .......................MAMA............. L:iBi�:::::E:::EEEEEEEEEEEEEEEEE21E8EE2EE81B99EE9EE8EEEEEeEEEBEEEEmomE1EE88EE89EEEE1 E9E A.■tn.■.■G■■. ■ :::�'eEEEEEEEEE"E°E1E9�•••; ;;E9 ':EEBEEE "'EEEEEEE:'�1EEE e 169E EEEE:'6€€€€8€1€€€19 EE'1,m::::::::!?:8::::1 1 :1 I::::::E ::::::: ., :::::::I ......I% :::::::::::: E9.EE 1IEEE E. ?€IEEE€€'eL.EEEEEEEE 81.€1€99 €:IEE EEEE EE 111119E'EEEEEEEE 'EEEE9EEEE199 EEE°'EEEEE'E E'? EEEEE°7611:'1E�91EEEEIEEEE? E BE," E11E9 ee 11111E eE 111E°9E 111 ■•• ••••••••• ••••••• I•"Ru `� ":gin::� :LLL/:::::::::: ... ,....... h ...... c.....n I iuuu ............■.......■. •:::•:�C:::,::o1C�n:u::�L.�Eo::::oCi:suC'Cu eSEu:.i€u:uE:Eo:u E:€oE�:u.:Cudu:E:uEu:ECoEC'io€:.':Cn:uE:E::n E: =C■uE:E:.Eu�E EEE:E:E' :: L : L L L::L:L■ EEE. v C..:.�..a: . � a ANA :: .: uL' :: ::: : : :: n■..0 . .0 ui::A o :::: ::C■:.. 0 : : i a' ra v EEEE 3111,1111100 AMR EE: E EE 'EEEEE'! = C : EEEEEEE : EEE C a A : .0 u Cm: :: CiC: uui■ u mango 111000 un co a L n J j L d N E O� E o 20' (6 m): urban 50' f15 m1: rural (Between arrow 36 o/r 11.2 m) (3 ml and word or 19147 ear( INTERNATIONAL an aF between words) �7ew SYMBOL OF b E ACCESSILITY a 00 n� 20° I J L fa E E e of Pa�emant 11.759m) ZD e o E 16001 12.7 ml (2.4 ml //� r+o LANE—REDUCTION ARROW WORD AND ARROW LAYOUT Right lane-reduction arrow shown. Use mirror Image far left lane. E N �m 7a. o � 73 mi N ®O y 3'_4., LO m) L 3,_4.. SHARED LANE u.o ml 3o SYMBOL BIKE SYMBOL (7501 (Arrow Is optional.) l5 ml WRONG WAY ARROW TYPICAL PAVEMENT ®lelnols OeVOrtmeet of irans0o�tatlpn APPeO`/ED �a�Na� �. EU15 — MARKINGS (Sheet 3 of 3) ENGINE OF 0"RATIONS APPROVED -1015 = STANDARD 760001-05 ENGINE" `11 OF UE`-`ILCN�ANO E�NVInONN-ENT • 1 2 13001 o n. E E E E 00 Type III Barricades with Standard 12 (3001 CLROAp Sign RIl-2 or RII-4 mounted as shown. min. AIE AF AF AIK O 09E0 Resident traffic and day labor force's Use when shoulders are too narrow for equipment to use road shoulder for passing passage of traffic. borrIcode. GENERAL NOTES Type III barricades to be width of pavement only. Reflectorized st,lpl.g shall appear on both sides r� of barricades. Barricades shall be positioned so I—✓ chat stripes slope downward toward the side on which traffic Is to pass. Although not shown, advance warning signs with minimum dimensions of 36x36 1900x9001 and black legends on orange reflectorIzed backgrounds shall be utilized where needed. This case Is for use on rural local roads where the local authority considers this protection to be appropriate for the specific Job conditions. TWO—LANE,TWO—WAY TRAFFIC, All dimensions ors in Inches (millimeters) RURAL OPERATIONS EXCEEDING unless otherwise shown. ONE DAYLIGHT PERIOD DATE REVISIONS TRAFFIC CONTROL DEVICES - 1-1-09 Switched units to ®lillnols O.......nt of Tr a......O+Ian E"°lish Imetrla/. DAY LABOR CONSTRUCTION nPPROVEp Januar 1 _2009 _ a T ENGIN ER nl ROn3 AND STR fs 1-I-98 Rev. "Fill-l"to "1111-4".APPROVEp JO Ors I 2009 Rev. 4th General Note. STANDARD B.L.R.17-4 E C 7h— ENGINEER OF pE51GN ANO ENVIRONMENT MOWING ANEAO • Minimum distance between the sign and the work area Is TOO' (215 m). Maximum distance to be determined by the local authority but In no case to exceed the length of one-halt day's operation or 4 miles(6 km), whichever is less. ROAD WORN AHEAD GENERAL NOTES Maintenance operations shall be confined to one traffic lone, leaving the opposite lone open to I Vari es traf{IC. At I east available 500' (150 m)of both traffic ovali IF7I lanes shall be able for traffic movement between work areas at Intervals not greater than 1000' (300 m). a <} When operations are on the pavement and stationary or moving at 0 speed less than 4 mph (6 kph).o ONE LANE AHEAD, or other appropriate sign,shall be Installed In each dlrectton between the ROAD WORK AHEAD sign and the work area. The distance between this sign and the work area sholl be a minimum of 400' (120 ml but in no case to exceed the length of an.-half day's • Varies operation or 4 miles(6 km),whichever Is less. ROAD The distance between the two signs shall be WORK. approximately 400' (120 m). AHEAD All signs are to be removed at completion of the W20-II01-36 day's operation. Any unattended obstacle, excavation, or pavement drop off greater than 3(75)1, the work area shall be protected by Type I or Type It barricades MOwIND - with flashing fights. AHEAD Longitudinal dimensions may be adjusted slightly W21-1101(01-36 to fit field conditions. TWO—LANE,TWO—WAY TRAFFIC All vehicles, equipment, men, and their ocitvitles RURAL OPERATIONS are restricted at all times to one side of the DAY OPERATIONS ONLY povment. Flashing lights or rotating beacons are required for all maintenance vehicles while In operation. Applicable operations illustrated In Standard 701301 may be used when operations do not exceed 15 minutes on the pavement or 60 minutes on the shoulder respectively. SYMBOLS TYPICAL APPLICATIONS All warning signs shall have minimum dimensions of 36x36 19OOx9OO)and have black legend on an orange SPREADING AGGREGATE ® Work ores MOWING reflectorized background. WEED SPRAYING When fluorescent signs ore used, orange flogs are Sign with IBxIB 1450x4501 min. SURFACE MAINTENANCE not required. orange flag attached. BITUMINOUS RESURFACING CRACK POURING This case Is for use on rural local roods where SHOULDER REPAIR the local authority considers this protection to CLEANING DITCHES be appropriate for the specific Job conditions. All dimensions ore In Inches (millimeters) unless otherwise shown. DATE REVISIONS ®1111—Js Deportment Ot TrDOSp—,11 o 1-1-I5 Corrected RWA sign number. TRAFFIC CONTROL DEVICES— APPROVED =DIS u DAY LABOR MAINTENANCE ENGINEER OVLOCAL ROADS AND STREETS 1-1-09 Switched Units to APPROVED 17",1. zms English (metric). Moved ErvGINEER OP 0 IGN nrv0 ErvvIRONUErvI STANDARD B.L.R.76-6 one G.n...I Net.. .. Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2016 STREET IMPROVEMENT PROJECT APPENDIX 1 PREVAILING WAGES �- Du Page County Prevailing Wage for July 2015 (See explanation of column headings at bottom of wages) 4 Trade Name RG TYP C Base FRMAN M-F>8 OSA OSH H/W Pensn Vac Trng ASBESTOS ABT-GEN ALL 39.400 39.950 1.5 1.5 2 . 0 13 .98 10.72 0 .000 0 .500 ASBESTOS ABT-MEC BLD 36 .340 38.840 1 .5 1 .5 2 .0 11 .47 10.96 0 . 000 0 .720 BOILERMAKER BLD 47.070 51.300 2 .0 2 . 0 2 . 0 6 .970 18 .13 0 .000 0 .400 BRICK MASON BLD 43 .780 48 .160 1 .5 1.5 2 .0 10 .05 14 .43 0 . 000 1.030 CARPENTER ALL 44.350 46.350 1.5 1.5 2 . 0 11.79 16.39 0 .000 0.630 CEMENT MASON ALL 43 .750 45.750 2.0 1 .5 2 .0 13 .05 14.45 0 . 000 0 .480 CERAMIC TILE FNSHER BLD 36.810 0.000 1.5 1.5 2 . 0 10.55 9.230 0.000 0.770 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 1.52. 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 21. 0 2 . 0 13 .57 14 .21 4 .060 0 .600 FENCE ERECTOR NE ALL 37.340 39.340 1.5 1.5 2 .0 13 .05 12 . 06 0 . 000 0 .300 FENCE ERECTOR W ALL 45.060 48 .660 2 .0 2 .0 2 . 0 10 .52 20 .76 0 . 000 0 .700 GLAZIER BLD 40.500 42 .000 1.5 2.0 2 .0 13 .14 16.99 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 44.200 46.200 2 .0 2 .0 2 .0 13 .65 21.14 0 . 000 0 .350 _ IRON WORKER W ALL 45. 060 48.660 2 . 0 2 . 0 2 .0 10.52 20.76 0 .000 0 .700 LABORER ALL 39 .200 39 .950 1.5 1.5 2 . 0 13 . 98 10 .72 0.000 0.500 LATHER ALL 44.350 46.350 1.5 1 .5 2 .0 11.79 16 .39 0 . 000 0 .630 MACHINIST BLD 45.350 47.850 1.5 1 .5 2 . 0 7 .260 8. 950 1 .850 0 .000 MARBLE FINISHERS ALL 32 .400 34 .320 1 .5 1.5 2 . 0 10. 05 13 .75 0.000 0 .620 MARBLE MASON BLD 43 . 030 47 .330 1 .5 1 .5 2 .0 10 . 05 14 . 10 0 . 000 0 .780 MATERIAL TESTER I ALL 29.200 0 .000 1.5 1 .5 2 . 0 13 .98 10 .72 0 . 000 0 .500 MATERIALS TESTER II ALL 34.200 0 .000 1 .5 1.5 2 . 0 13 . 98 10 .72 0 .000 0 .500 MILLWRIGHT ALL 44 .350 46.350 1 .5 1 .5 2 .0 11.79 16.39 0 . 000 0 .630 OPERATING ENGINEER BLD 1 48.100 52 .100 2 . 0 2 . 0 2 . 0 17 .55 12 . 65 1 . 900 1 .250 OPERATING ENGINEER BLD 2 46.800 52 .100 2 .0 2 . 0 2 . 0 17.55 12 . 65 1 .900 1 .250 OPERATING ENGINEER BLD 3 44 .250 52 .100 2 . 0 2 .0 2 . 0 17.55 12 .65 1. 900 1.250 OPERATING ENGINEER BLD 4 42 .500 52 .100 2 . 0 2 .0 2 .0 17 .55 12 .65 1 . 900 1.250 OPERATING ENGINEER BLD 5 51.850 52 .100 2 .0 2 . 0 2 .0 17 .55 12 . 65 1 .900 1 .250 APPENDIX 1 Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) OPERATING ENGINEER BLD 6 49.100 52 .100 2 . 0 2 .0 2 .0 17.55 12 .65 1.900 1.250 OPERATING ENGINEER BLD 7 51. 100 52 .100 2 . 0 2 . 0 2 . 0 17.55 12.65 1.900 1.250 r, OPERATING ENGINEER FLT 36 .000 36 .000 1.5 1 .5 2 .0 17.10 11.80 1. 900 1.250 OPERATING ENGINEER HWY 1 46.300 50.300 1.5 1.5 2 .0 17 .55 12 .65 1 .900 1 .250 OPERATING ENGINEER HWY 2 45.750 50 .300 1.5 1.5 2 . 0 17 .55 12.65 1.900 1.250 OPERATING ENGINEER HWY 3 43 .700 50.300 1.5 1.5 2 . 0 17.55 12 .65 1.900 1.250 OPERATING ENGINEER HWY 4 42 .300 50.300 1.5 1 .5 2 . 0 17.55 12 .65 1.900 1.250 OPERATING ENGINEER HWY 5 41.100 50.300 1 .5 1.5 2 . 0 17.55 12 .65 1.900 1 .250 OPERATING ENGINEER HWY 6 49.300 50.300 1.5 1.5 2 .0 17.55 12 .65 1.900 1 .250 OPERATING ENGINEER HWY 7 47.300 50.300 1.5 1.5 2 .0 17 .55 12 .65 1.900 1.250 ORNAMNTL IRON WORKER E ALL 45 .000 47.500 2 . 0 2 . 0 2 . 0 13 .55 17.94 0 .000 0 .650 ORNAMNTL IRON WORKER W ALL 45.060 48.660 2 .0 2 .0 2 .0 10.52 20.76 0 .000 0.700 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 44.350 46 .350 1.5 1.5 2 .0 11.79 16.39 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 43 .430 46 .040 1.5 1.5 2 . 0 10. 05 14.43 0 .000 1.020 PLUMBER BLD 46 .650 48.650 1.5 1 .5 2 . 0 13 .18 11.46 0 . 000 0.880 ROOFER BLD 41.000 44. 000 1 .5 1.5 2 .0 8.280 10.54 0. 000 0.530 SHEETMETAL WORKER BLD 44 .720 46.720 1 .5 1 .5 2 .0 10.65 13 .31 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 20 .76 0.000 0 .700 STONE MASON BLD 43 .780 48 .160 1.5 1.5 2 . 0 10.05 14 .43 0 .000 1.030 G�4RV EY WG KER: ->NOT IN EFFECT ALL 37.000 37.750 1.S 1.5 2 .0 12 .97 9.930 0.000 0 .500 TERRAZZO FINISHER BLD 38 .040 0. 000 1.5 1.5 2 . 0 10 .55 11.22 0.000 0 .720 TERRAZZO MASON BLD 41.880 44.880 1.5 1.5 2 . 0 10 .55 12 .510.000 0 .940 TILE MASON BLD 43 .840 47.840 1.5 1.5 2 .0 10 .55 11.40 0.000 0.990 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 35.920 36 .120 1.5 1.5 2 . 0 8.280 8 .760 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 42 .620 43 .620 1.5 1.5 2 . 0 10 .05 13 .34 0 .000 0 .670 Legend: RG (Region) TYP (Trade Type - All,Highway,Building,Floating,Oil & Chip,Rivers) C (Class) y' 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) i OSH (Overtime is required for every hour worked on Sunday and Holidays) H/W (Health & Welfare Insurance) Pensn (Pension) Vac (Vacation) _ Trng (Training) l s APPENDIX 1 Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) r Explanations 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 tile is to form a finished interior or exterior. The mixing of all setting mortars including but y 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 tile work, particularly and especially after installation of said tile work. Application of any and all protective coverings to all types of tile installations including, but not be limited to, all soap compounds, paper products, APPENDIX 1 Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) tapes, and all polyethylene coverings, plywood, masonite, cardboard, and any new type of products that may be used to protect the _ 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 tile 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 Carborundum 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 'wig 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. r 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 Caisson Attachment; Batch Plant; Benoto (requires Two Engineers) ; Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant; APPENDIX 1 Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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, 1W 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 6 . Gradall . Class 7. Mechanics; Welders. ~ OPERATING ENGINEERS - HIGHWAY CONSTRUCTION Class 1. 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 Mounted) ; Concrete Conveyor; Concrete Paver over 27E cu. ft. ; Concrete Placer; Concrete Tube Float; Cranes, all attachments; Cranes, Tower APPENDIX 1 Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) 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; r 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 (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 APPENDIX 1 �- Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) Machines (2 through 5) ; Winches, 4 Small Electric Drill Winches. Class S. SkidSteer Loader (all) ; Brick Forklifts; Oilers. T Class 6. Field Mechanics and Field Welders Class 7. Dowell Machine with Air Compressor; Gradall and machines of like nature. OPERATING ENGINEER - FLOATING Diver. Diver Wet Tender, Diver Tender, ROV Pilot, ROV Tender r. 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; j -- Self-loading equipment like P.B. and trucks with scoops on the front. TERRAZZO FINISHER APPENDIX 1 ~ Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) The handling of sand, cement, marble chips, and all other materials that may be used by the Mosaic Terrazzo Mechanic, and the mixing, 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" . i Likewise, the classification entitled "Material Tester II" involves the same job duties as the classification entitled "Material Tester/Inspector II" . r i i APPENDIX 1 Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2016 STREET IMPROVEMENT PROJECT APPENDIX 2 BONDS APPENDIX 2 Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) Bond No. 09210074 Executed in Four Originals PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: [insert contractor name and address here:] J.A.Johnson Paving Company as Principal (hereinafter called the"Contractor") and [insert surety name and address here:] Fidelity and Deposit Company of Maryland organized and existing under the laws of the State of Maryland (hereinafter called the "Surety") are held and firmly bound unto Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, Illinois, as the obligee (hereinafter called the"Owner"), in the full and just sum of *see below $ 2,177,657.09 for the payment of which sum of money well and truly to be made, the Contractor and the Surety bind themselves and their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents, said amount to include payment of actual costs and damages and for attorneys' fees, architectural fees, design fees, engineering fees, accounting fees, testing fees, consulting fees, administrative costs, court costs, interest and any other fees and expenses resulting from or incurred by reason of the Contractor's failure to promptly and faithfully perform its contract with the Owner, said contract being more fully described below, and to include attorneys' fees, court costs and administrative and other expenses necessarily paid or incurred in successfully enforcing performance of the obligation of the Surety under this bond. *Two Million,One Hundred Seventy-Seven Thousand, Six Hundred Fifty-Seven Dollars and 09/100 Dollars WHEREAS, the Contractor has entered into a written agreement dated [insert contract date here:] Mqy l6th , 2016 , with the Owner titled [insert contract title here:] 2016 Street Improvement Project.Project No. 15-0392 (the "Contract"), the terms and conditions of which are by this reference incorporated herein as though fully set forth herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the Contractor shall well, truly, and promptly perform all the undertakings, covenants, terms, conditions, and agreements of the Contractor under the contract, including but not limited to the Contractor's obligations under the Contract, (1) to provide, perform, and complete at the-Work Site and in the manner specified in the Contract all necessary Work, labor, services, transportation, equipment, materials,apparatus, machinery,tools,fuels, gas,electric,water, waste disposal,information, data, and other means and items necessary for [insert general description of the Work here:] .r 2016 Street Improvement Project.Project No. 15-0392 ; (2) to procure and furnish all permits, licenses, and other governmental approvals and authorizations necessary in connection therewith [except as otherwise expressly provided-in the Attachment _ of the Contract]; (3) to procure and furnish all bonds, certificates, and policies of insurance specified in the `r Contract; (4) to pay all applicable federal, state, and local taxes; (5) to do all other things required of the Contractor by the Contract; and (6) to provide, perform, and complete all of the foregoing in a proper and workmanlike manner and in full compliance with, and as required by and pursuant to, the ' Contract; all of which is herein referred to as the "Work," whether or not any of the Work enter into and become component parts of the improvement contemplated, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety, for value received, hereby stipulates and agrees that no changes, modifications, alterations, omissions, deletions, additions, extensions of time, or forbearances on the part of the APPENDIX 2 ai tia Kaa _tea +ra. I �r •— Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) Owner or the Contractor to the other in or to the terms of said Contract; in or to the schedules,plans, drawings, or specifications; in or to the method or manner of performance of the Work; in or to Owner-furnished facilities, equipment, material, service, or site; or in or to the mode or manner of payment therefore shall in any way release the Contractor and the Surety or either or any of them, or any of their heirs, executors, administrators, successors, or assigns, or affect the obligations of the Surety on this bond, all notice of any and all of the foregoing changes, modifications, alterations, omissions, deletions, additions, extensions of time, or forbearances and notice of any and all defaults by the Contractor or of the Owner's termination of the Contractor being hereby waived by the Surety. Notwithstanding anything to the contrary in the foregoing paragraph, in no event shall the obligations of the Surety under this bond in the event of the Contractor's default be greater than the obligations of the Contractor under the Contract in the absence of the Contractor default. In the event of a default or defaults by the Contractor, the Owner shall have the right to take over and complete the Contract on 30 calendar days' written notice to the Surety, in which event the Surety shall pay the Owner all costs incurred by the Owner in taking over and completing the Contract. At its option, the Owner may instead request that the Surety take over and complete the Contract, in which event the Surety shall take reasonable steps to proceed promptly with completion no later than 30 calendar days after the date on which the Owner notifies the Surety that the Owner wants the Surety to take over and complete the Contract. The Owner shall have no obligation to actually incur any expense or correct any deficient performance of the Contractor to be entitled to receive the proceeds of this bond. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner or the heirs,executors, administrators,or successors of the Owner. Signed and sealed this 16th day of May 2016 . Attest/Witness: PRINCIPAL J.A. Jo son Paving Company By: By: Title: , By: ttest/Witness: SURETY Fidelity and Deposit Company of Maryland i By: - .4 By Title: Hina Azam• Surety Specialist By: William Reidinger:Attomev-in-Fact APPENDIX 2 I Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) Bond No. 09210074 ]LABOR AND MATERIALS PAYMENT BOND Executed in Four Originals KNOW ALL MEN BY THESE PRESENTS: [insert contractor name and address here:] J.A.Johnson Paving Company as Principal(hereinafter called the"Contractor") and [insert surety name and address here:] Fidelity and Deposit Company of Maryland organized and existing under the laws of the State of (hereinafter called the "Surety") are held and firmly bound unto Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, Illinois, as the obligee(hereinafter called the"Owner"),for the use and benefit of itself and of claimants as hereinafter defined (the "Claimants") in the full and just sum of *see below $ 2,177,657.09 to be paid to the Owner or the Claimants or the Owner's or the Claimant's assigns, to which payment well and truly to be made the Contractor and the Surety bind themselves and their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents, said amount to include attorney's fees, court costs, and administrative and other expenses necessarily paid or incurred in successfully enforcing performance of the obligation of the Surety under this bond. *Two Million,One Hundred Seventy-Seven Thousand, Six Hundred Fifty-Seven Dollars and 09/100 Dollars WHEREAS, the Contractor has entered into a written agreement dated [insert contract date here:] May 16th , 2016 , with the Owner titled [insert contract title here:] 2016 Street Improvement Project.Project No. 15-0392 " (the "Contract"), the terms and conditions of which are by this reference incorporated herein as though fully set forth herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the Contractor shall promptly pay or cause to be paid all sums of money that may be due to any Claimant with respect to the Contractor's obligations under the Contract: (1)to provide,perform, and complete at the Work Site and in the manner specified in the Contract all necessary Work, labor, services, transportation, equipment, materials, apparatus, machinery, tools, fuels, gas, electric, water, waste disposal, information, data and other means and items necessary for [insert general description of the Work here:] 2016 Street Improvement Project.Project No. 15-0392 (2) to procure and furnish all permits, licenses, and other governmental approvals and authorizations necessary in connection therewith (except as otherwise expressly provided in Attachment A to the Contract); (3) to procure and furnish all Bonds and all certificates and policies of insurance specified in the Contract; (4) to pay all applicable federal, state, and local taxes; (5) to do all other things required of the Contractor by the Contract; and (6) to provide, perform, and complete all of the foregoing in a proper and workmanlike manner and in full compliance with, and as required by or pursuant to, the Contract; all of which is herein referred to as the "Work," whether or not any of said Work enter into and become component parts of the improvement contemplated, then this obligation shall be null and void; otherwise it shall remain in full force and effect. For purpose of this bond, a Claimant is defined as one having a direct contract with the Contractor or with a subcontractor of the Contractor to provide, perform, or complete any part of the Work. -- The Contractor and the Surety hereby jointly and severally agree that every Claimant that has not had all just claims for the furnishing of any part of the Work paid in full, including without limitation all claims for amounts due for materials, lubricants, oil, gasoline, rentals of or service or APPENDIX 2 Village of Oak Brook 2016 Street Improvement Project (CBBEL Project No. 15-0392) repairs on machinery, equipment, and tools consumed or used in connection with the furnishing of any part of the Work, may sue on this bond for the use of that Claimant, may prosecute the suit to final judgment for such sum or sums as may be justly due that Claimant, and may have execution therein; provided,however, that the Owner shall not be liable for the payment of any costs or expenses of any such suit. The provisions of 30 ILCS 55011 and 2 of the Illinois Compiled Statutes shall be deemed inserted herein, including the time limits within which notices of claim must be filed and actions brought under this bond. ►- The Contractor and the Surety hereby jointly agree that the Owner may sue on this bond if the Owner is held liable to, or voluntarily agrees to pay, any Claimant directly, but nothing in this bond shall create any duty on the part of the Owner to pay any Claimant. The Surety, for value received, hereby stipulates and agrees that no changes, modifications, alterations, omissions, deletions, additions, extensions of time, or forbearances on the part of the Owner or the Contractor to the other in or to the terms of the Contract; in or to the schedules,plans, drawings, or specifications; in or to the method or manner of performance of the Work; in or to Owner-furnished facilities, equipment, material, service, or site; or in or to the mode or manner of payment therefor shall in any way release the Contractor and the Surety or either or any of them, or any of their heirs, executors, administrators, successors, or assigns, or affect the obligations of the Surety on this bond, all notice of any and all of the foregoing changes, modifications, alterations, omissions, deletions, additions, extensions'of time, or forbearances and notice of any and all defaults by the Contractor or of the Owner's termination of the Contractor being hereby waived by the Surety. Signed and sealed this 16th day of May 2016. . Attest/Witness: CONTRACTOR J.A Johnson Paving Company By: By: Title: By: Attest/Witness: SURETY Fidelity and Deposit Company of Maryland By: -- — By: Title: Hina Azam;Surety Specialist By: William Reidinger: Attorney-in-Fact #35028042_vl APPENDIX 2 r- State of ...Illinois............ ......... County of.Cook...................... ss.: Surety On this . h............day of May............2016.., before me Company personally appeared....WilliamX-vidium................ to be known, Acknowledgment: whom being by me duly sworn, did depose and say: that he/she resides at..Skbawnhutg,Il............................................................I that he/she is the. Attorney In Fact .......o of .. Fidelity and Deposit ............ Company of Maryland ..... the corporation described in and which executed the annexed instrument; that he/she knows the corporate seal of s said corporation that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; that he/she signed his/her name thereto by like order; and that the liabilities of said corporation do not exceed its assets as ascertained in the manner provided by law. •- 4 ...... ......................ublic in a 4forthe above County and State. 02/23/2019 My commission expires................................. THOMAS GREEN — NOTARY PUBLIC, STATE OF ILLINOIS MY ExoN"02r4?p19 _ Y - :A3i.1AA3010 033FID 2AMIOHT YM v r� ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by MICHAEL BOND,Vice President,in pursuance of authority granted by Article V, Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,and appoint Donna M.TYLER,Hina AZAM,Karen E.BOGARD,Donna WRIGHT,William REIDINGER,Matthew V. BUOL,Joseph HALLERAN,Rebecca R.ALVES,Thomas GREEN and Jeffrey S.CIECKO,all of Schaumburg,Illinois, EACH its r- true and lawful agent and Attorney-in-Fact,to make, execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 24th day of March,A.D.2016. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDE'LygITTY AND DEPOSIT COMPANY OF MARYLAND "-�7 *O Ot/OS J'LPN t�U44b r«w ti 4.a •,Q,r,po*"°N�'otnR i SEAL —•— "�_ N.NMxaN`YP Secretary Vice President Eric D.Barnes Michael Bond State of Maryland County of Baltimore On this 24th day of March,A.D.2016,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,MICHAEL BOND,Vice President,and ERIC D.BARNES,Secretary,of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said ,,. officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instru rent by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. w Constance A.Dunn,Notary Public My Commission Expires:July 9,2019 POA-F 036-2112 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any ` time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature �. of any Vice-President, Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. T�F,STIMONny WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of %/Q U 120/6 . M� w�ocrpJ� ��rN�U�O, �Y 40 . t !H�► � ''y�Via.'.� 1089 �r•'�*j �� .7 a -w l g t _ Gerald F.Haley,Vice President AG°® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/VYVY) 5/13/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject:to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NTACT NAME: Linda Luebking Assurance Agency, Ltd. PHONE — FAX -- One Century Centre E-MAIL 4 463-7832 ac No: 47 44Q-9123 1750 E. Golf Road ADDRESS:IluebkinaaAssuranceAgency,com Schaumburg IL 60173- INSURERS AFFORDING COVERAGE NAIC# INSURER AMest-field Insurance Company 4 2 `., INSURED JAJOHNS-01 INSURER B:Accident Fund Insurance Co f 10166 J.A.Johnson Paving Company INSURERC: 1025 East Addison Court INSURER D: Arlington Heights IL 60005 INSURER E: ' INSURER F: COVERAGES CERTIFICATE NUMBER:355530624 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS ..- CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP INSR WVD POLICY NUMBER MMIDDIYYYY MM/ODIYYYV LIMITS A GENERAL LIABILITY i CMM0920024 3/1/2016 3/1/2017 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGES( RENTED 7 r PREMISES Ea occurrence $500,000 jI CLAIMS-MADE X OCCUR MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 ; GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 POLICY X ' PRO- ' LOC $ -- A AUTOMOBILE LIABILITY CMM0920024 3/1/2016 3/112017 Ea accident $1,000,000 —+ iX ANY AUTO BODILY INJURY(Per person) $ ALL OWNED 1 SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS _ NON-OWNED PROPERTY DAMAGE X HIRED AUTOS X AUTOS (Per accident) $ $ A X UMBRELLA LIAB X OCCUR CMM0920024 4/11/2016 3/1/2017 EACH OCCURRENCE $10,000,000 EXCESS LIAR CLAIMS-MADE AGGREGATE $10,000,000 —DEDJX 7 RETENTION$0 $ B WORKERS COMPENSATION WCS75001199 3/112016 (3/112017 X ORYTA IT OTH- AND EMPLOYERS'LIABILITY Y/N ER ANY PROPRIETOR/PARTNER/EXECUTIVE ( E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? ❑ NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 I I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) Project: Village of Oak Brook,2016 Street Improvement Project It is agreed that the following are added as Additional Insured,when required by written contract, on the General Liability with respect to operations performed by the Named Insured in connection with this project: Village of Oak Brook, Owner&Christopher B. Burke Engineering, Ltd., Engineer CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Village of Oak Brook THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1200 Oak Brook Road ACCORDANCE WITH THE POLICY PROVISIONS. Oak Brook, IL 60523 AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD