Invitation to Bid the 2020 Road Resurfacing Program

expired opportunity(Expired)
From: Oswego(Village)

Basic Details

started - 07 Apr, 2020 (about 4 years ago)

Start Date

07 Apr, 2020 (about 4 years ago)
due - 22 Apr, 2020 (about 4 years ago)

Due Date

22 Apr, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
Village of Oswego

Customer / Agency

Village of Oswego
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

RETURN WITH BID Printed 01/30/20 Page 1 of 6 BLR 12200 (01/08/14) Local Public Agency Formal Contract Proposal PROPOSAL SUBMITTED BY Contractor’s Name Street P.O. Box City State Zip Code STATE OF ILLINOIS COUNTY OF KENDALL VILLAGE OF OSWEGO (Name of City, Village, Town or Road District) FOR THE IMPROVEMENT OF STREET NAME OR ROUTE NO. VARIOUS (2020 MAINTENANCE RESURFACING PROGRAM) SECTION NO. 20-00000-00-GM TYPES OF FUNDS MFT SPECIFICATIONS (required) PLANS (required) For Municipal Projects Department of Transportation Submitted/Approved/Passed Released for bid based on limited review Mayor President of Board of Trustees Municipal Official Regional Engineer Date Date Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled together to prevent loss when bids are processed. VILLAGE OF OSWEGO, ILLINOIS 2020 RESURFACING PROGRAM SECTION NUMBER: 20-00000-00-GM TABLE OF CONTENTS Part 1 – Legal and Procedural Documents Local Public Agency Formal
Contract Proposal (BLR 12220) Local Agency Proposal Bid Bond (BLR 12230) Apprenticeship or Training Program Certification (BLR12325) Affidavit of Illinois Business Office (BLR 12326) Affidavit of Availability (BC 57) Part 2 – Contract Special Provisions Index for Supplemental Specifications and Recurring Special Provisions Check Sheet for Recurring Special Provisions Check Sheet for Recurring Local Roads and Streets Special Provisions Special Provisions Local Roads Special Provisions BDE Special Provisions Check Sheet BDE Special Provisions Kendall County Prevailing Wages, latest edition Part 3 – Plans Location Map General Notes Schedule of Quantities Typical Sections Construction Details IDOT Highway Standards and District 3 Details RETURN WITH BID Printed 01/30/20 Page 2 of 6 BLR 12200 (01/08/14) NOTICE TO BIDDERS County KENDALL Local Public Agency OSWEGO Section Number 20-00000-00-GM Route VARIOUS Sealed proposals for the improvement described below will be received at the office of Director of Public Works, 100 Parker's Mill, Oswego, Illinois, 60543 until 10:00 AM on March 3, 2020 Address Time Date Sealed proposals will be opened and read publicly at the office of Director of Public Works, 100 Parker's Mill, Oswego, Illinois, 60543 at 10:00 AM on March 3, 2020 Address Time Date DESCRIPTION OF WORK Name Village of Oswego 2020 Resurfacing Program Length: 6350.00 feet ( 1.20 miles) Location Various Streets Proposed Improvement consists of resurfacing with hot-mix asphalt surface course, hot-mix asphalt binder course, curb and gutter removal and replacement, sidewalk removal and replacement. 1. Plans and proposal forms will be available in the office of Finance Dept., Oswego Village Hall, 100 Parker's Mill Oswego, IL, 60543 or online at http://www.oswegoil.org, under the Business & Development Tab-Bids & RFP Address 2. Prequalification If checked, the 2 low bidders must file within 24 hours after the letting an “Affidavit of Availability” (Form BC 57), in duplicate, showing all uncompleted contracts awarded to them and all low bids pending award for Federal, State, County, Municipal and private work. One original shall be filed with the Awarding Authority and one original with the IDOT District Office. 3. The Awarding Authority reserves the right to waive technicalities and to reject any or all proposals as provided in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals. 4. The following BLR Forms shall be returned by the bidder to the Awarding Authority: a. BLR 12200: Local Public Agency Formal Contract Proposal b. BLR 12200a Schedule of Prices c. BLR 12230: Proposal Bid Bond (if applicable) d. BLR 12325: Apprenticeship or Training Program Certification (do not use for federally funded projects) e. BLR 12326: Affidavit of Illinois Business Office 5. The quantities appearing in the bid schedule are approximate and are prepared for the comparison of bids. Payment to the Contractor will be made only for the actual quantities of work performed and accepted or materials furnished according to the contract. The scheduled quantities of work to be done and materials to be furnished may be increased, decreased or omitted as hereinafter provided. 6. Submission of a bid shall be conclusive assurance and warranty the bidder has examined the plans and understands all requirements for the performance of work. The bidder will be responsible for all errors in the proposal resulting from failure or neglect to conduct an in depth examination. The Awarding Authority will, in no case be responsible for any costs, expenses, losses or changes in anticipated profits resulting from such failure or neglect of the bidder. 7. The bidder shall take no advantage of any error or omission in the proposal and advertised contract. 8. If a special envelope is supplied by the Awarding Authority, each proposal should be submitted in that envelope furnished by the Awarding Agency and the blank spaces on the envelope shall be filled in correctly to clearly indicate its contents. When an envelope other than the special one furnished by the Awarding Authority is used, it shall be marked to clearly indicate its contents. When sent by mail, the sealed proposal shall be addressed to the Awarding Authority at the address and in care of the official in whose office the bids are to be received. All proposals shall be filed prior to the time and at the place specified in the Notice to Bidders. Proposals received after the time specified will be returned to the bidder unopened. 9. Permission will be given to a bidder to withdraw a proposal if the bidder makes the request in writing or in person before the time for opening proposals. RETURN WITH BID Printed 01/30/20 Page 3 of 6 BLR 12200 (01/08/14) PROPOSAL County KENDALL Local Public Agency OSWEGO Section Number 20-00000-00-GM Route VARIOUS 1. Proposal of for the improvement of the above section by the construction of consists of resurfacing with hot-mix asphalt surface course, hot-mix asphalt binder course, curb and gutter removal and replacement, sidewalk removal and replacement. a total distance of 6350.00 feet, of which a distance of 6350.00 feet, ( 1.200 miles) are to be improved. 2. The plans for the proposed work are those prepared by HR Green, Inc., 2363 Sequoia Dr, Suite 101, Aurora, IL and approved by the Department of Transportation on 3. The specifications referred to herein are those prepared by the Department of Transportation and designated as “Standard Specifications for Road and Bridge Construction” and the “Supplemental Specifications and Recurring Special Provisions” thereto, adopted and in effect on the date of invitation for bids. 4. The undersigned agrees to accept, as part of the contract, the applicable Special Provisions indicated on the “Check Sheet for Recurring Special Provisions” contained in this proposal. 5. The undersigned agrees to complete the work within working days or by 06/26/2020 unless additional time is granted in accordance with the specifications. 6. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals, will be required. Bid Bonds will be allowed as a proposal guaranty. Accompanying this proposal is either a bid bond if allowed, on Department form BLR 12230 or a proposal guaranty check, complying with the specifications, made payable to: Village Treasurer of Oswego The amount of the check is 5% Bid Amount ( ). 7. In the event that one proposal guaranty check is intended to cover two or more proposals, the amount must be equal to the sum of the proposal guaranties, which would be required for each individual proposal. If the proposal guaranty check is placed in another proposal, it will be found in the proposal for: Section Number N/A . 8. The successful bidder at the time of execution of the contract will be required to deposit a contract bond for the full amount of the award. When a contract bond is not required, the proposal guaranty check will be held in lieu thereof. If this proposal is accepted and the undersigned fails to execute a contract and contract bond as required, it is hereby agreed that the Bid Bond or check shall be forfeited to the Awarding Authority. 9. Each pay item should have a unit price and a total price. If no total price is shown or if there is a discrepancy between the product of the unit price multiplied by the quantity, the unit price shall govern. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price. 10. A bid will be declared unacceptable if neither a unit price nor a total price is shown. 11. The undersigned submits herewith the schedule of prices on BLR 12200a covering the work to be performed under this contract. 12. The undersigned further agrees that if awarded the contract for the sections contained in the combinations on BLR 12200a, the work shall be in accordance with the requirements of each individual proposal for the multiple bid specified in the Schedule for Multiple Bids below. RETURN WITH BID SCHEDULE OF PRICES County Local Public Agency Section Route Item No. Unit Quantity 1 POUND 17,350 2 TON 1,360 3 TON 3,050 4 SQ YD 25,700 5 SQ YD 370 6 SQ YD 140 7 TON 17 8 SQ FT 4,400 9 SQ FT 465 10 SQ YD 448 11 SQ YD 350 12 FOOT 2,730 13 TON 284 14 FOOT 170 15 EACH 18 16 EACH 2 17 FOOT 116 18 FOOT 2,776 19 FOOT 1,489 20 FOOT 737 21 FOOT 35 22 FOOT 391 23 L SUM 1 THERMOPLASTIC PAVEMENT MARKING, LETTERS & SYMBOLS THERMOPLASTIC PAVEMENT MARKING, LINE 6" THERMOPLASTIC PAVEMENT MARKING, LINE 4" THERMOPLASTIC PAVEMENT MARKING, LINE 12" DRAINAGE AND UTILITY STRUCTURES TO BE ADJUSTED PIPE UNDERDRAINS, 4" (SPECIAL) THERMOPLASTIC PAVEMENT MARKING, LINE 24" DETECTOR LOOP REPLACEMENT VALVE BOXES TO BE ADJUSTED TRAFFIC CONTROL AND PROTECTION COMBINATION CONCRETE CURB & GUTTER REMOVAL AND REPLACEMENT AGGREGATE SHOULDERS, TYPE B CLASS D PATCHES, 4 INCH AGGREGATE BASE COURSE REMOVAL AND REPLACEMENT, 12" PORTLAND CEMENT CONCRETE SIDEWALK REMOVAL AND REPLACEMENT, 5 INCH DETECTABLE WARNINGS HOT-MIX ASPHALT SURFACE REMOVAL, DRIVEWAY BUTT JOINT INCIDENTAL HOT-MIX ASPHALT SURFACING HOT-MIX ASPHALT SURFACE REMOVAL, 2-3/4" HOT-MIX ASPHALT SURFACE REMOVAL, BUTT JOINT POLYMERIZED HOT-MIX ASPHALT BINDER COURSE, IL-4.75, N50 HOT-MIX ASPHALT SURFACE COURSE, MIX "D", IL-9.5, N50 Items Unit Price Total BITUMINOUS MATERIALS (TACK COAT) Schedule for Single Bid (For complete information covering these items, see plans and specifications) Bidder's Proposal for making Entire Improvements Schedule for Multiple Bids Combination Letter Sections Included in Combinations Total KENDALL OSWEGO 20-00000-00-GM VARIOUS A bid will be declared unacceptable if neither a unit price nor total price is shown, Printed 01/30/20 Page 4 of 6 BLR 12200a (01/24/19) RETURN WITH BID Printed 01/30/20 Page 5 of 6 BLR 12200 (01/08/14) CONTRACTOR CERTIFICATIONS County KENDALL Local Public Agency OSWEGO Section Number 20-00000-00-GM Route VARIOUS The certifications hereinafter made by the bidder are each a material representation of fact upon which reliance is placed should the Department enter into the contract with the bidder. 1. Debt Deliquency. The bidder or contractor or subcontractor, respectively, certifies that it is not delinquent in the payment of any tax administered by the Department of Revenue unless the individual or other entity is contesting, in accordance with the procedures established by the appropriate revenue Act, its liability for the tax or the amount of tax. Making a false statement voids the contract and allows the Department to recover all amounts paid to the individual or entity under the contract in a civil action. 2. Bid-Rigging or Bid Rotating. The bidder or contractor or subcontractor, respectively, certifies that it is not barred from contracting with the Department by reason of a violation of either 720 ILCS 5/33E-3 or 720 ILCS 5/33E-4. A violation of Section 33E-3 would be represented by a conviction of the crime of bid-rigging which, in addition to Class 3 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be barred for 5 years from the date of conviction from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation. A violation of Section 33E-4 would be represented by a conviction of the crime of bid-rotating which, in addition to Class 2 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be permanently barred from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation. 3. Bribery. The bidder or contractor or subcontractor, respectively, certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois or any unit of local government, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent, or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. 4. Interim Suspension or Suspension. The bidder or contractor or subcontractor, respectively, certifies that it is not currently under a suspension as defined in Subpart I of Title 44 Subtitle A Chapter III Part 6 of the Illinois Administrative Code. Furthermore, if suspended prior to completion of this work, the contract or contracts executed for the completion of this work may be cancelled. RETURN WITH BID Printed 01/30/20 Page 6 of 6 BLR 12200 (01/08/14) SIGNATURES County KENDALL Local Public Agency OSWEGO Section Number 20-00000-00-GM Route VARIOUS (If an individual) Signature of Bidder Business Address (If a partnership) Firm Name Signed By Business Address Inset Names and Addressed of All Partners (If a corporation) Corporate Name Signed By President Business Address President Insert Names of Officers Secretary Treasurer Attest: Secretary   Page 1 of 1 BLR 12230 (Rev. 7/05 Printed on 1/20/2020 12:37:43 PM Local Agency Proposal Bid Bond RETURN WITH BID Route County Local Agency Section VARIOUS KENDALL OSWEGO 20-00000-00-GM PAPER BID BOND WE as PRINCIPAL, and as SURETY, are held jointly, severally and firmly bound unto the above Local Agency (hereafter referred to as “LA”) in the penal sum of 5% of the total bid price, or for the amount specified in the proposal documents in effect on the date of invitation for bids whichever is the lesser sum. We bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly pay to the LA this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said PRINCIPAL is submitting a written proposal to the LA acting through its awarding authority for the construction of the work designated as the above section. THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LA for the above designated section and the PRINCIPAL shall within fifteen (15) days after award enter into a formal contract, furnish surety guaranteeing the faithful performance of the work, and furnish evidence of the required insurance coverage, all as provided in the “Standard Specifications for Road and Bridge Construction” and applicable Supplemental Specifications, then this obligation shall become void; otherwise it shall remain in full force and effect. IN THE EVENT the LA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph, then the LA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above, together with all court costs, all attorney fees, and any other expense of recovery. IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this day of Principal (Company Name) (Company Name) By: By: (Signature and Title) (Signature and Title) (If PRINCIPLE is a joint venture of two or more contractors, the company names, and authorized signatures of each contractor must be affixed.) Surety By: (Name of Surety) (Signature of Attorney-in-Fact) STATE OF ILLINOIS, COUNTY OF I, , a Notary Public in and for said county, do hereby certify that ( Insert names of individuals signing on behalf of PRINCIPAL & SURETY) who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instruments as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of My commission expires (Notary Public) ELECTRONIC BID BOND Electronic bid bond is allowed (box must be checked by LA if electronic bid bond is allowed) The Principal may submit an electronic bid bond, in lieu of completing the above section of the Proposal Bid Bond Form. By providing an electronic bid bond ID code and signing below, the Principal is ensuring the identified electronic bid bond has been executed and the Principal and Surety are firmly bound unto the LA under the conditions of the bid bond as shown above. (If PRINCIPAL is a joint venture of two or more contractors, an electronic bid bond ID code, company/Bidder name title and date must be affixed for each contractor in the venture.) Electronic Bid Bond ID Code (Company/Bidder Name) (Signature and Title) Date Printed 1/20/2020 Page 1 of 2 BLR 12325 (Rev. 4/07) Apprenticeship or Training Program Certification Route VARIOUS Return with Bid County KENDALL Local Agency OSWEGO Section 20-00000-00-GM All contractors are required to complete the following certification: For this contract proposal or for all groups in this deliver and install proposal. For the following deliver and install groups in this material proposal: Illinois Department of Transportation policy, adopted in accordance with the provisions of the Illinois Highway Code, requires this contract to be awarded to the lowest responsive and responsible bidder. The award decision is subject to approval by the Department. In addition to all other responsibility factors, this contract or deliver and install proposal requires all bidders and all bidders’ subcontractors to disclose participation in apprenticeship or training programs that are (1) approved by and registered with the United States Department of Labor’s Bureau of Apprenticeship and Training, and (2) applicable to the work of the above indicated proposals or groups. Therefore, all bidders are required to complete the following certification: I. Except as provided in paragraph IV below, the undersigned bidder certifies that it is a participant, either as an individual or as part of a group program, in an approved apprenticeship or training program applicable to each type of work or craft that the bidder will perform with its own employees. II. The undersigned bidder further certifies for work to be performed by subcontract that each of its subcontractors submitted for approval either (A) is, at the time of such bid, participating in an approved, applicable apprenticeship or training program; or (B) will, prior to commencement of performance of work pursuant to this contract, establish participation in an approved apprenticeship or training program applicable to the work of the subcontract. III. The undersigned bidder, by inclusion in the list in the space below, certifies the official name of each program sponsor holding the Certificate of Registration for all of the types of work or crafts in which the bidder is a participant and that will be performed with the bidder’s employees. Types of work or craft that will be subcontracted shall be included and listed as subcontract work. The list shall also indicate any type of work or craft job category for which there is no applicable apprenticeship or training program available. Printed 1/20/2020 Page 2 of 2 BLR 12325 (Rev. 4/07) IV. Except for any work identified above, any bidder or subcontractor that shall perform all or part of the work of the contract or deliver and install proposal solely by individual owners, partners or members and not by employees to whom the payment of prevailing rates of wages would be required, check the following box, and identify the owner/operator workforce and positions of ownership. The requirements of this certification and disclosure are a material part of the contract, and the contractor shall require this certification provision to be included in all approved subcontracts. The bidder is responsible for making a complete report and shall make certain that each type of work or craft job category that will be utilized on the project is accounted for and listed. The Department at any time before or after award may require the production of a copy of each applicable Certificate of Registration issued by the United States Department of Labor evidencing such participation by the contractor and any or all of its subcontractors. In order to fulfill the participation requirement, it shall not be necessary that any applicable program sponsor be currently taking or that it will take applications for apprenticeship, training or employment during the performance of the work of this contract or deliver and install proposal. Bidder: By: (Signature) Address: Title: RETURN WITH BID Printed 1/20/2020 BLR 12326 (01/08/14) Affidavit of Illinois Business Office County KENDALL Local Public Agency OSWEGO Section Number 20-00000-00-GM Route VARIOUS State of ) ) ss. County of ) I, of , , (Name of Affiant) (City of Affiant) (State of Affiant being first duly sworn upon oath, states as follows: 1. That I am the of . officer or position bidder 2. That I have personal knowledge of the facts herein stated. 3. That, if selected under this proposal, , will maintain a (bidder) business office in the State of Illinois which will be located in County, Illinois. 4. That this business office will serve as the primary place of employment for any persons employed in the construction contemplated by this proposal. 5. That this Affidavit is given as a requirement of state law as provided in Section 30-22(8) of the Illinois Procurement Code. (Signature) (Print Name of Affiant) This instrument was acknowledged before me on the day of , . (SEAL) (Signature of Notary Public) Printed 3/15/2017 Page 1 of 2 BC 57 (Rev. 08/17/10) Affidavit of Availability For the Letting of Instructions: Complete this form by either typing or using black ink. "Authorization to Bid" will not be issued unless both sides of this form are completed in detail. Use additional forms as needed to list all work. Part I. Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture, list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate, and must include work subcontracted to others. If no work is contracted, show NONE. 1 2 3 4 Awards Pending Contract Number Contract With Estimated Completion Date Total Contract Price Accumulated Totals Uncompleted Dollar Value if Firm is the Prime Contractor Uncompleted Dollar Value if Firm is the Subcontractor Total Value of All Work Part II. Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work subcontracted to others will be listed on the reverse of this form. In a joint venture, list only that portion of the work to be done by your company. If no work is contracted, show NONE. Accumulated Totals Earthwork Portland Cement Concrete Paving HMA Plant Mix HMA Paving Clean & Seal Cracks/Joints Aggregate Bases & Surfaces Highway, R.R. and Waterway Structures Drainage Electrical Cover and Seal Coats Concrete Construction Landscaping Fencing Guardrail Painting Signing Cold Milling, Planning & Rotomilling Demolition Pavement Markings (Paint) Other Construction (List) $ 0.00 Totals Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the “Illinois Procurement Code." Failure to comply will result in non-issuance of an "Authorization To Bid." This form has been approved by the State Forms Management Center. Bureau of Construction 2300 South Dirksen Parkway/Room 322 Springfield, Illinois 62764 Printed 3/15/2017 Page 2 of 2 BC 57 (Rev. 08/17/10) Part III. Work Subcontracted to Others. For each contract described in Part I, list all the work you have subcontracted to others. 1 2 3 4 Awards Pending Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Total Uncompleted I, being duly sworn, do hereby declare that 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 , Type or Print Name Officer or Director Title Signed Notary Public My commission expires Company (Notary Seal) Address ii INDEX FOR SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS Adopted January 1, 2020 This index contains a listing of SUPPLEMENTAL SPECIFICATIONS, frequently used RECURRING SPECIAL PROVISIONS, and LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS. ERRATA Standard Specifications for Road and Bridge Construction (Adopted 4-1-16) (Revised 1-1-20) SUPPLEMENTAL SPECIFICATIONS Std. Spec. Sec. Page No. 106 Control of Materials ................................................................................ 1 107 Legal Regulations and Responsibility to Public ...................................... 2 109 Measurement and Payment ................................................................... 3 205 Embankment .......................................................................................... 4 403 Bituminous Surface Treatment (Class A-1, A-2, A-3) ............................. 5 404 Micro-Surfacing and Slurry Sealing ........................................................ 6 405 Cape Seal ............................................................................................... 17 406 Hot-Mix Asphalt Binder and Surface Course .......................................... 27 420 Portland Cement Concrete Pavement .................................................... 28 424 Portland Cement Concrete Sidewalk ...................................................... 30 442 Pavement Patching ................................................................................ 31 502 Excavation for Structures ....................................................................... 32 503 Concrete Structures ............................................................................... 35 504 Precast Concrete Structures .................................................................. 38 506 Cleaning and Painting New Steel Structures .......................................... 39 522 Retaining Walls ...................................................................................... 40 542 Pipe Culverts .......................................................................................... 41 586 Sand Backfill for Vaulted Abutments ...................................................... 42 602 Catch Basin, Manhole, Inlet, Drainage Structure, and Valve Vault Construction, Adjustment, and Reconstruction ....................................... 44 603 Adjusting Frames and Grates of Drainage and Utility Structures ........... 45 630 Steel Plate Beam Guardrail .................................................................... 46 631 Traffic Barrier Terminals ......................................................................... 49 670 Engineer’s Field Office and Laboratory .................................................. 50 701 Work Zone Traffic Control and Protection .............................................. 51 704 Temporary Concrete Barrier ................................................................... 53 780 Pavement Striping .................................................................................. 55 781 Raised Reflective Pavement Markers .................................................... 56 888 Pedestrian Push-Button .......................................................................... 57 1001 Cement ................................................................................................... 58 1003 Fine Aggregates ..................................................................................... 59 1004 Coarse Aggregates ................................................................................ 60 1006 Metals ..................................................................................................... 63 1020 Portland Cement Concrete ..................................................................... 65 1043 Adjusting Rings ...................................................................................... 67 iii 1050 Poured Joint Sealers .............................................................................. 69 1069 Pole and Tower ...................................................................................... 71 1077 Post and Foundation .............................................................................. 72 1096 Pavement Markers ................................................................................. 73 1101 General Equipment ................................................................................ 74 1102 Hot-Mix Asphalt Equipment .................................................................... 75 1103 Portland Cement Concrete Equipment ................................................... 77 1105 Pavement Marking Equipment ............................................................... 79 1106 Work Zone Traffic Control Devices ......................................................... 81 Check Sheet for Recurring Special Provisions BLR 11300 (Rev. 10/16/19)Page 1 of 2Printed 02/11/20 The Following Recurring Special Provisions Indicated By An "X" Are Applicable To This Contract And Are Included By Reference: Recurring Special Provisions Check Sheet # Page No. 1 Additional State Requirements for Federal-Aid Construction Contracts 83 2 Subletting of Contracts (Federal-Aid Contracts) 86 3 EEO 87 4 Specific EEO Responsibilities Non Federal-Aid Contracts 97 5 Required Provisions - State Contracts 102 6 Asbestos Bearing Pad Removal 108 7 Asbestos Waterproofing Membrane and Asbestos HMA Surface Removal 109 8 Temporary Stream Crossings and In-Stream Work Pads 110 9 Construction Layout Stakes Except for Bridges 111 10 Construction Layout Stakes 114 11 Use of Geotextile Fabric for Railroad Crossing 117 12 Subsealing of Concrete Pavements 119 13 Hot-Mix Asphalt Surface Correction 123 14 Pavement and Shoulder Resurfacing 125 15 Patching with Hot-Mix Asphalt Overlay Removal 126 16 Polymer Concrete 128 17 PVC Pipeliner 130 18 Bicycle Racks 131 19 Temporary Portable Bridge Traffic Signals 133 20 Work Zone Public Information Signs 135 21 Nighttime Inspection of Roadway Lighting 136 22 English Substitution of Metric Bolts 137 23 Calcium Chloride Accelerator for Portland Cement Concrete 138 24 Quality Control of Concrete Mixtures at the Plant 139 25 Quality Control/Quality Assurance of Concrete Mixtures 147 26 Digital Terrain Modeling for Earthwork Calculations 163 27 Reserved 165 28 Preventive Maintenance - Bituminous Surface Treatment (A-1) 166 29 Reserved 172 30 Reserved 173 31 Reserved 174 32 Temporary Raised Pavement Markers 175 33 Restoring Bridge Approach Pavements Using High-Density Foam 176 34 Portland Cement Concrete Inlay or Overlay 179 35 Portland Cement Concrete Partial Depth Hot-Mix Asphalt Patching 183 36 Longitudinal Joint and Crack Patching 186 BLR 11300 (Rev. 10/16/19)Page 2 of 2Printed 02/11/20 The Following Local Roads And Streets Recurring Special Provisions Indicated By An "X" Are Applicable To This Contract And Are Included By Reference: Local Roads And Streets Recurring Special Provisions Check Sheet # Page No. LRS 1 Reserved 189 LRS 2 Furnished Excavation 190 LRS 3 Work Zone Traffic Control Surveillance 191 LRS 4 Flaggers in Work Zones 192 LRS 5 Contract Claims 193 LRS 6 Bidding Requirements and Conditions for Contract Proposals 194 LRS 7 Bidding Requirements and Conditions for Material Proposals 200 LRS 8 Reserved 206 LRS 9 Bituminous Surface Treatments 207 LRS 10 Reserved 208 LRS 11 Employment Practices 209 LRS 12 Wages of Employees on Public Works 211 LRS 13 Selection of Labor 213 LRS 14 Paving Brick and Concrete Paver Pavements and Sidewalks 214 LRS 15 Partial Payments 217 LRS 16 Protests on Local Lettings 218 LRS 17 Substance Abuse Prevention Program 219 LRS 18 Multigrade Cold Mix Asphalt 220 Special Provisions Page 1 of 10Printed 02/12/20 BLR 11310 (Rev. 10/04/17) Local Public Agency Village of Oswego County Kendall Section Number 20-00000-00-GM The following Special Provision supplement the "Standard Specifications for Road and Bridge Construction", adopted April 1, 2016 , the latest edition of the "Manual on Uniform Traffic Control Devices for Streets and Highways", and the "Manual of Test Procedures of Materials" in effect on the date of invitation of bids, and the Supplemental Specification and Recurring Special Provisions indicated on the Check Sheet included here in which apply to and govern the construction of the above named section, and in case of conflict with any parts, or parts of said Specifications, the said Special Provisions shall take precedence and shall govern. DESCRIPTION OF WORK Work to be performed under this contract consists of roadway improvements within the Village of Oswego. This work shall include, but not be limited to, hot-mix asphalt surface removal, hot-mix asphalt surface course, polymerized hot-mix asphalt binder course, combination concrete curb and gutter removal and replacement, sidewalk removal and replacement, and all incidental and collateral work necessary to complete the project as described herein. LOCATION OF WORK This project consists of the resurfacing Ogden Falls Boulevard and Main Street in the Village of Oswego as shown on the location maps and in the project summary. The total length of the improvement is 6,350 feet. 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. If items of work have not been provided in the contract, or otherwise specified for payment, such items, including the accompanying traffic control and protection required by the Engineer, will be paid for in accordance with Article 109.04 of the Standard Specifications. COMPLETION DATE This contract shall be completed by June 26, 2020; if the Contractor fails to complete the work by the above-specified date, liquidated damages will be charged in accordance with Article 108.09 of the Standard Specifications and shall be strictly adhered to. REDUCTION IN THE SCOPE OF WORK The “Schedule of Quantities” is a listing of work to be completed. However, due to budgetary constraints the awarding authority reserves the right to substantially reduce the scope of work to be completed under the contract in accordance with Article 104.02 of the Standard Specifications. No allowance will be made for delay or anticipated profits as the result of a decrease in the quantities of work to be performed or reduction in asphalt thickness up to a half inch (1/2"). MOBILIZATION This Contract contains no provisions for Mobilization. Therefore, Section 671 of the Standard Specifications is deleted. Page 2 of 10Printed 02/12/20 BLR 11310 (Rev. 10/04/17) Section Number 20-00000-00-GM County Kendall Local Public Agency Village of Oswego DRIVEWAY CLOSING It will be the Contractor’s responsibility to notify residents, businesses and the Village when access to the parking and driveways will be temporarily closed due to construction operations. At locations where the curb in front of a driveway is scheduled to be removed, the Contractor shall contact the homeowner or business 24 hours prior to removing the curb or drive approach. The Contractor shall distribute notices provided by the Village, to businesses and residents. Every effort shall be made to accommodate access to these properties. The Contractor shall not be allowed to close a Driveway for more than 48 hours under any circumstance. The Contractor shall be responsible for maintaining the barricades to prevent traffic from using the driveways during this period. The business owners affected by the resurfacing shall be notified 48 hours in advance of the closing of the parking areas in front of their businesses. RESIDENT NOTIFICATION It will be the Contractor’s responsibility to notify residents and the Village at least 24 hours prior to start of work on their streets; also notifying the Residents when access to their driveways will be temporarily closed due to curb and gutter, gutter, and/or driveway replacement. The Contractor shall distribute notices provided by the Village, to residents. Every effort shall be made to accommodate access to these properties. The contractor shall not be allowed to close a Driveway for more than 48 hours under any circumstance. TRAFFIC CONTROL AND PROTECTION All roads shall be kept open to traffic. The Contractor shall provide access to local traffic at all times. The Contractor should take particular note of the applicable portions of Article 107.14 of the Standard Specifications. All signs, except those referring to daily lane closures, shall be post mounted in accordance with Standard 701901 for all projects that exceed four-day duration. Construction signs referring to daytime lane closures during working hours shall be removed, covered or turned away from the view of the motorists during nonworking hours. The Contractor shall furnish, erect, maintain and remove all signs, barricades, flaggers and other traffic control devices as may be necessary for the purpose of regulating, warning or guiding traffic. Placement and maintenance of all traffic control devices shall be in accordance with the applicable parts of Section 701 of the Standard Specifications, the Illinois Manual on Uniform Traffic Control Devices for Streets and Highways and the Highway Standard contained herein. Special attention is called to Article 107.09 and Section 701 of the Standard Specifications and the following Highways Standards, Supplemental Specifications, Details, Quality Standard for Work Zone Traffic Control Devices, Recurring Special Provisions, and Special Provisions contained herein relating to traffic control. It should be noted that Type I or Type II barricades will be required adjacent to the pavement in areas where a drop off of 3’’ or more occurs in accordance with Article 701.07. Standards 701501, 701801, 701901 Special Provisions Maintenance of Roadways Construction and Maintenance Signs (LR 702) Flaggers in Work Zones (LRS#4) The Contractor shall contact the Village, at least 72 hours in advance of beginning work. Construction operations shall be conducted in a manner such that streets will be open to traffic at all times, and access to abutting property shall be maintained. Page 3 of 10Printed 02/12/20 BLR 11310 (Rev. 10/04/17) Section Number 20-00000-00-GM County Kendall Local Public Agency Village of Oswego The Contractor shall be responsible for providing a proposed scheduling, phasing and traffic control plan. The Village will review these plans and provide the contractor with any necessary modifications in writing. The Contractor will then be responsible for incorporating these changes into the proposed scheduling, phasing and traffic control plan. At the preconstruction meeting, the Contractor shall furnish the name and telephone number where he may be reached during non-working hours of the individual in his direct employ that is to be responsible for the installation and maintenance of the traffic control of this project. If the actual installation and maintenance are to be accomplished by a subcontractor, consent shall be requested of the Engineer at the time of the preconstruction meeting in accordance with Article 108.01 of the Standard Specifications. This shall not relieve the Contractor of the requirements to have a responsible individual in his direct employ supervise this work. This work will be paid for at the contract LUMP SUM price for TRAFFIC CONTROL AND PROTECTION. HOT-MIX ASPHALT SURFACE REMOVAL, BUTT JOINT When HOT-MIX ASPHALT SURFACE REMOVAL are to be constructed under traffic, the Contractor shall provide and maintain temporary asphalt ramps at both upstream and downstream ends of the pavement area removed. The temporary ramps shall be constructed immediately upon completion of the removal operation by leveling and filling with bituminous material, as necessary. Ramps shall have a minimum taper rate of 3' per inch of thickness and shall be removed prior to placing the proposed surface course. Temporary ramps will not be paid for separately but shall be considered incidental to the bid price per square yard for HOT-MIX ASPHALT SURFACE REMOVAL item being performed. Hot-Mix Asphalt Surface Removal, Butt Joint consists of constructing butt joints for a satisfactory transition between pavement being resurfaced and pavement remaining at existing grade, and shall be accomplished in accordance with the applicable portions of Article 406.08 and Section 440 of the Standard Specifications and the detail included herein. Should any pavement be damaged by removal operations sufficient to warrant replacement, in the Engineer's judgment, the Contractor shall replace it in kind for no additional payment. The grindings generated shall become the property of the contractor and disposed of outside the limits of the project. HOT-MIX ASPHALT SURFACE REMOVAL shall be measured in place and the area computed in square yards. This work will be paid for at the contract unit price per SQUARE YARD for HOT-MIX ASPHALT SURFACE REMOVAL, BUTT JOINT. Saw cutting shall be considered incidental. The Contractor will be required to resurface milled surfaces within 7 calendar days, failure to do so shall result in a charge of $1,000 per each calendar day over the above specified time. HOT-MIX ASPHALT SURFACE REMOVAL, DRIVEWAY BUTT JOINT Description. This work consists of constructing driveway butt joints for a satisfactory transition between pavement being resurfaced and pavement remaining at existing grade, and shall be accomplished in accordance with the applicable portions of Article 406.08 and Section 440 of the Standard Specifications and the detail included herein. Should any pavement be damaged by removal operations sufficient to warrant replacement, in the Engineer's judgment, the Contractor shall replace it in kind for no additional payment. Page 4 of 10Printed 02/12/20 BLR 11310 (Rev. 10/04/17) Section Number 20-00000-00-GM County Kendall Local Public Agency Village of Oswego Construction. HOT-MIX ASPHALT SURFACE REMOVAL, DRIVEWAY BUTT JOINT shall consist of milling the existing driveway pavement to a thickness of two inches (2”) over the full-width of the driveway apron at the limits marked by the Engineer or as shown on the plans and tapering to zero inches (0”) two to three feet (2’-3’) from the project limits. Saw cutting shall be included in the cost of this item. Measurement. This work will be measured for payment, in accordance with the detail included herein, starting at a point forty-eight inches (48”) from the edge of pavement to the removal limits marked by the Engineer. HOT-MIX ASPHALT SURFACE REMOVAL, DRIVEWAY BUTT JOINT will be measured 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 HOT-MIX ASPHALT SURFACE REMOVAL, DRIVEWAY BUTT JOINT. INCIDENTAL HOT-MIX ASPHALT SURFACING Revise Article 408.01 to read: “Description of Work. This work shall comply with the appropriate Articles of Section 408 of the Standard Specifications and consist of constructing a minimum two inch (2”) lift of hot-mix asphalt surface on a prepared sub-base.” Revise Article 408.02 to read: “Materials Material shall conform to the mixture requirements for Hot-Mix Asphalt Surface Course, Mix D, N50.” Revise Article 408.04 to add the following: “Measurement. This work will be measured for payment, in accordance with the detail included herein, starting at a point forty-eight inches (48”) from the edge of pavement to the removal limits marked by the Engineer; or from behind the back of curb to a point marked by the Engineer at locations of curb and gutter removal and replacement.” AGGREGATE BASE COURSE REMOVAL & REPLACEMENT, 12 INCH This work shall consist of the removal of the existing aggregate base course to a minimum depth of 12 inches (12”), disposal of surplus material, compacting the subgrade and installation of Aggregate Base Course Type B to a minimum compacted thickness of 12 inches (12”). After the subgrade has been brought to a smooth grade and proper shape, it shall be compacted by use of vibratory rollers and/or compactors. Replacement shall consist of installing CA-6 crushed aggregate. This work shall be done in accordance with the applicable articles of Section 351 of the Standard Specifications. This item shall also be used for subgrade removal and replacement. This work will be paid for at the contract unit price per SQUARE YARD for AGGREGATE BASE COURSE REMOVAL AND REPLACEMENT, 12 INCH, which price shall include all equipment, labor and materials required to complete this work. Page 5 of 10Printed 02/12/20 BLR 11310 (Rev. 10/04/17) Section Number 20-00000-00-GM County Kendall Local Public Agency Village of Oswego COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT This work shall consist of the removal and replacement of existing concrete curb and gutter at locations as determined by the Engineer. The purpose of this work is to replace curb and gutter that is damaged and/or requires replacement to improve the street drainage. The replacement curb and gutter section shall be as directed by the Engineer and match that of the existing. This work shall be done in accordance with Section 440 and Section 606 of the Standard Specifications and the concrete shall meet the requirements of Article 1020.04 for SI concrete. The Contractor shall perform this work in a manner causing minimal inconvenience to the residents and motoring public. The trenches created by the removal operations in front of the Driveways shall be filled with Aggregate to provide access to the residents to their driveways, except for curb and gutter replacement when the driveways will be closed to the residents for 48 hours. The Contractor shall use High Early Strength Concrete in order to limit driveway closure to 48 hours. The minimum thickness of the gutter flag of the new curb and gutter will be ten inches (10”) regardless of the size and type of the existing curb and gutter. Reinforcing bars may be embedded in old concrete curb. Sawing, removal, and disposal of reinforcing bars will not be paid for separately but shall be included in the cost of the item removed. Removal of the existing curb and gutter shall be performed with a full-depth perpendicular saw cut, done in such a manner as to prevent damage to the curb and gutter to remain in place. Any saw cut edges broken off or otherwise damaged, or any curb sections to remain in place that are raised up or pushed down by the removal operation shall be removed and replaced to the satisfaction of the Engineer with no additional compensation to be made to the Contractor. The Contractor shall note that the Engineer will measure the curb and gutter as marked for replacement prior to removal of the existing curb. This measurement, as marked, will be the final payment quantity and shall be verified by the Contractor prior to removal. Where new curb and gutter meets existing curb and gutter to remain, the gutters shall be connected with two 5/8" diameter reinforcing bars, twelve inches (12") long. Holes 5/8" in diameter shall be drilled six inches (6") into the existing concrete curb and gutter prior to driving reinforcing bars into place. Contraction joints shall be provided at uniform intervals not to exceed twelve feet (12'). Construction joints with dowel bars shall be provided at the end of a day’s pour. Expansion joints shall be constructed at intervals not to exceed sixty feet (60') or as determined by the Engineer and shall consist of a minimum of one inch (1") thick preformed expansion joint filler conforming to the cross-section of the curb and gutter and shall be provided with two (2) No. 5 (#5) by eighteen inch (18") coated smooth dowel bars conforming to Article 1006.11(b) of the Standard Specifications. The dowel bars shall be fitted with a cap having a pinched stop that will provide a minimum of one inch (1") of expansion. Removal of the existing pavement will be required in order to install a full front face form. Steel angle pieces will not be allowed for forming. The area between the edge of the existing pavement and the face of the new gutter shall be cleaned of all loose material and shall be filled with Class PV/ SI concrete to a minimum of six inch (6") width, which will be included in the cost of COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT. All new curb and gutter shall be depressed at sidewalk ramp locations. The transition from full-height curb and gutter to depressed curb shall occur over a distance of three feet (3’) minimum. This work shall be paid for at the contract unit price per FOOT for COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT which price shall include all of the above including 4”of Page 6 of 10Printed 02/12/20 BLR 11310 (Rev. 10/04/17) Section Number 20-00000-00-GM County Kendall Local Public Agency Village of Oswego Aggregate Base Course Type B (CA-7 Crushed) under the new curb, and as directed by the Engineer. Restoration in kind of the disturbed parkway areas shall be included in the cost of this item PORTLAND CEMENT CONCRETE SIDEWALK REMOVAL AND REPLACEMENT, 5 INCH This work shall be done in accordance with Section 424 and 440 of the Standard Specifications and the concrete shall meet the requirements of Class SI concrete. The Contractor shall remove the existing sidewalk and sufficient sub-grade to allow for placement of two inches (2") of approved CA-6 crushed stone or crushed gravel on a compacted sub-grade. Replacement shall include the installation of Portland Cement Concrete sidewalk to a minimum thickness of five inches (5"), and thickened to six inches (6") across driveways, and two inches (2") of CA-6 sub-base under the new sidewalk, and as directed by the Engineer. If filling is required in the sidewalk subgrade, it shall consist of placing and compacting an approved granular material to the satisfaction of the Engineer as incidental. The Contractor shall use High Early Strength concrete for sidewalk replacement at the location of the driveways at no additional cost to the contract. The Contractor shall fill the voids created by the removal of sidewalk at the location of the driveways with crushed aggregate so that the residents can use their driveways until the start of sidewalk replacement operations. At sidewalk ramp locations side curbs or flares may be required to meet ADA requirements. When a flare or curb is constructed it shall meet the three foot (3’) minimum curb transition. Restoration of disturbed parkway areas shall consist of furnishing, placing, and shaping an average depth of 4" of pulverized topsoil and sodding (salt tolerant) to taper from the new sidewalk into the existing parkway. This work shall be done in accordance with Sections 211 and 252 of the Standard Specifications. This work will be paid for at the contract unit price per SQUARE FOOT for PORTLAND CEMENT CONCRETE SIDEWALK REMOVAL AND REPLACEMENT, 5 INCH, which price shall include any necessary excavation for the installation of two inches (2") of approved CA-6 crushed stone or crushed gravel under the new sidewalk, filling with compacted granular material, including additional thickness at driveways. At the Contractor’s option CA-16 crushed aggregate may be substituted for CA-6. Restoration in kind of the disturbed parkway areas shall be included in the cost of this item. No stamps advertising the Contractor, construction companies, or other private concerns shall be placed in the concrete. DETECTABLE WARNINGS This work shall consist of the installation of pre-fabricated replaceable panel of truncated domes twenty-four inches (24”) wide and forty-eight inches (48”) in length on concrete sidewalk accessibility ramps at locations as directed by the Engineer. Truncated domes shall be in accordance with Article 424.09 of the Standard Specifications. The domes shall parallel the pavement crosswalk in accordance with the latest Highway Standard. The panel shall be Red. The panel shall meet the requirements of ASTM C1028 – Slip Resistance and ASTM G155 – Accelerated Weathering. The Detectable Warning Panel shall be one of the following products, or an approved equal: ADA Solutions, Inc. Cast-in-Place available from Stetsons Building Products, Inc. Page 7 of 10Printed 02/12/20 BLR 11310 (Rev. 10/04/17) Section Number 20-00000-00-GM County Kendall Local Public Agency Village of Oswego 2425 20th Street Rockford, IL 61104 Phone: (800) 383-2181 OR EZ-Set Tile available from Traffic Control Corporation 10435 Argonne Woods Drive Woodridge, IL 60517 Phone: (800) 996-6511 OR Armor-Tile Replaceable Cast-In Place System available from White Cap Construction Supply 8124 W. 188th Street Mokena, IL 60448 Phone: (815) 464-8828 This work will be paid for at the contract unit price per SQUARE FOOT for DETECTABLE WARNINGS. PIPE UNDERDRAINS (SPECIAL) Description: This work shall consist of constructing Pipe Underdrains (Special) of the size specified at locations noted in the Schedule of Quantities and as directed by the Engineer. Materials: Materials shall be in accordance with Article 601.02 of the Standard Specifications. Backfill shall be in accordance with Section 1004 of the Standard Specifications. Filter fabric envelope for the pipe underdrains shall be in accordance with Article 1080.01 of the Standard Specifications. Construction Requirements: Construction and installation shall conform to the details shown in the plans, applicable Highway Standards, and all applicable portions of Section 601 of the Standard Specifications. The trench of the pipe underdrains, fabric lined trench and pipe underdrains (special) shall be backfilled as specified for the type of drain installed using the CA-16 grade granular backfill in accordance with Section 1004 of the Standard Specifications. The trench shall be wrapped using a Fabric Envelope meeting the requirements of Section 1080 of the Standard Specifications. Pipe underdrains, fabric lined trench shall be located and constructed as shown in the plans, including the placement of filter fabric, flexible perforated tugging and the specified granular backfill in a trench with a minimum flowline gradient of 0.30%. Proposed inverts at connections to existing storm sewer structures will be determined at the time of construction and to the satisfaction of the Engineer. Existing and proposed storm sewer inverts to be verified in the field prior to installation of the pipe underdrains and approved by Page 8 of 10Printed 02/12/20 BLR 11310 (Rev. 10/04/17) Section Number 20-00000-00-GM County Kendall Local Public Agency Village of Oswego the Engineer. The trench shall be constructed in such a manner that the sides and bottom retain a firm, clean surface. Following trench excavation, the approved filter fabric shall be unrolled directly over the trench in such a position that the centerline of the fabric width is directly over the trench centerline. The fabric shall be carefully depressed into the trench, maintaining precise alignment of the fabric with the trench. The perforated tubing and granular backfill shall then be carefully placed in the trench in accordance with the details and dimensions shown in the plans. After placement of granular backfill to the satisfaction of the Engineer, the remaining exposed fabric filer shall be lapped closed at the top of the trench as shown in the plan details. Method of Measurement: This work will be measured for payment of the size specified in feet along the centerline of the pipe, in place, excluding manholes, catch basins and inlets, but including pipe imbedded in the walls of manholes, catch basins, inlets or other structures. Basis of Payment: This work shall be paid for at the contract unit price per foot for the size specified for PIPE UNDERDRAINS (SPECIAL) in accordance with Article 601.08 of the Standard Specifications and shall include full compensation for furnishing, hauling and placing all materials (including filter fabric and porous granular backfill), excavation; placing and removing sheeting and bracing required for excavation; disposing of surplus material; connecting drains into proposed and existing drainage structures; and for all labor, equipment, tools and incidentals necessary to complete the work as specified. DRAINAGE AND UTILITY STRUCTURES TO BE ADJUSTED All Inlets, Catch Basins, Manholes, Valve Vaults, and Sanitary Structures shall be classified as DRAINAGE AND UTILITY STRUCTURES, and the work shall be performed as per Section 602 and 603 of the Standard Specifications. This work will be paid for at the contract unit price EACH for DRAINAGE AND UTILITY STRUCTURES TO BE ADJUSTED. The use of steel rings for adjustment will not be allowed. HOT-MIX ASPHALT BINDER AND SURFACE COURSE Description and Materials. The Hot Mix Asphalt mix design, production, and construction (materials, machinery, and methods) shall conform to the specific requirements of the standard specifications for Road and Bridge Construction adopted by the Illinois Department of Transportation, applicable Special Provisions, and Chapter 44 of the Bureau of Local Roads and Streets Manual and the following: 1. All asphalt mix designs shall target 3.5% Air Voids and all production shall trend about 3.5% Air Voids. 2. N50, IL-9.5 mm Surface course shall have a minimum of 40% passing the #8 sieve. 3. Use of FRAP or RAS shall be in accordance with IDOT prevailing Specifications and Special Provision. 4. Re-proportioning (within SSRBC adjustments allowed) of IDOT verified mix designs may be allowed and the contractor must submit these values for a review by the Engineer at least one week prior to the first day of production. 5. One field TSR test by the Contractor will be required to validate changes. 6. The AJMF during production shall meet the remaining IDOT volumetric requirements. HOT-MIX ASPHALT MIXTURE REQUIREMENTS Hot Mix Asphalt Surface Course, Mix “D", IL-9.5, N50 AC Type: PG 58-22/58-28 * Voids: 3.5% @ 50 GYR Page 9 of 10Printed 02/12/20 BLR 11310 (Rev. 10/04/17) Section Number 20-00000-00-GM County Kendall Local Public Agency Village of Oswego Hot Mix Asphalt Binder Course, IL-19, N50 AC Type: PG 58-22/58-28 * Voids: 3.5% @ 50 GYR * When Asphalt Binder Replacement (ABR) exceeds 15%, the new asphalt binder in the mix shall be PG 58-28. No more than 2% Reclaimed Asphalt Shingles shall be allowed in the asphalt. Construction. 7. In lieu of a pneumatic tired roller, the Contractor may use a vibratory roller set with low amplitude or multiple passes with the tandem roller as approved by the Engineer. 8. Auger extensions are required on all lifts, all mixes. 9. Reverse augers must be installed properly. 10. 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. 11. Asphalt along the curb line shall be compacted such that the asphalt is ¼” above the curb line. Basis of Payment. Revise the seventh paragraph of Article 406.14 of the Standard Specifications to read: “For all mixes designed and verified under the specified criteria, the cost of furnishing and introducing anti- stripping additives in the HMA will not be paid for separately, but shall be considered as included in the contract unit price of the HMA item involved. No additional compensation will be awarded to the Contractor because of reduced production rates associated with the addition of the anti-stripping additive.” HOT-MIX ASPHALT DRIVEWAYS • Aggregate Driveways shall receive a thirty-six inch (36") asphalt apron widening, or as directed by the Engineer. • Asphalt Driveways shall receive a sawcut prior to being paved • Concrete and Brick Driveways shall be butt jointed along the face of the driveway or removed as directed by the Engineer. All Hot-Mix Asphalt driveways aprons forty-eight inches (48”) or less shall be constructed in conjunction with the mainline paving and will not be paid for separately. Asphalt driveway aprons, or aggregate driveways, exceeding forty-eight (48”) from edge of pavement to the sawcut will be paid for at the contract unit price per ton for incidental resurfacing. The asphalt material used for all driveway aprons shall be as specified for the hot-mix asphalt surface course. The work shall include shaping or cleaning, priming and furnishing, placement and compaction of the asphalt material specified to provide a smooth transition with the roadway paving. DRIVEWAY CLOSING It will be the Contractor’s responsibility to notify residents and the Village when access to their driveways will be temporarily closed due to concrete curb and gutter installation, sidewalk construction, pipe underdrain installation and/or driveway replacement. At locations where new gutter, sidewalk or pipe Page 10 of 10Printed 02/12/20 BLR 11310 (Rev. 10/04/17) Section Number 20-00000-00-GM County Kendall Local Public Agency Village of Oswego underdrain is to be installed across a driveway, the Contractor shall contact the homeowner 48 hours prior to removing the pavement. The Contractor shall distribute notices, provided by the Village, to residents. Every effort shall be made to accommodate access to these properties (i.e., knock on doors when driveway is about to be closed). The Contractor shall not be allowed to close a Driveway for more than 48 hours under any circumstance. The Contractor shall be responsible for maintaining the barricades to prevent traffic from using the driveways during this period. The Contractor shall fill the holes created by the removal of the driveway pavement where new gutter, sidewalk or pipe underdrains is to be installed with aggregate base course (CA-6 crushed) so that the residents can use their driveways until the start of installation of the concrete gutter and/or sidewalk. The cost of the aggregate base course will be included in the cost of the item of work being constructed. LR107-4 Page 1 of 1 State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION FOR INSURANCE Effective: February 1, 2007 Revised: August 1, 2007 All references to Sections or Articles in this specification shall be construed to mean specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation. The Contractor shall name the following entities as additional insured under the Contractor’s general liability insurance policy in accordance with Article 107.27: The entities listed above and their officers, employees, and agents shall be indemnified and held harmless in accordance with Article 107.26. LR 702 Page 1 of 1 State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION FOR CONSTRUCTION AND MAINTENANCE SIGNS Effective: January 1, 2004 Revised: June 1, 2007 All references to Sections or Articles in this specification shall be construed to mean a specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation. 701.14. Signs. Add the following paragraph to Article 701.14: All warning signs shall have minimum dimensions of 1200 mm x 1200 mm (48" x 48") and have a black legend on a fluorescent orange reflectorized background, meeting, as a minimum, Type AP reflectivity requirements of Table 1091-2 in Article 1091.02. BDE SPECIAL PROVISIONS For the January 17, 2020 and March 6, 2020 Lettings The following special provisions indicated by a “check mark” are applicable to this contract and will be included by the Project Coordination and Implementation Section of the BD&E. An * indicates a new or revised special provision for the letting. File Name # Special Provision Title Effective Revised 80099 1 Accessible Pedestrian Signals (APS) April 1, 2003 Jan. 1, 2014 80274 2 Aggregate Subgrade Improvement April 1, 2012 April 1, 2016 80192 3 Automated Flagger Assistance Device Jan. 1, 2008 80173 4 Bituminous Materials Cost Adjustments Nov. 2, 2006 Aug. 1, 2017 * 80426 5 Bituminous Surface Treatment with Fog Seal Jan. 1, 2020 80241 6 Bridge Demolition Debris July 1, 2009 5026I 7 Building Removal-Case I (Non-Friable and Friable Asbestos) Sept. 1, 1990 April 1, 2010 5048I 8 Building Removal-Case II (Non-Friable Asbestos) Sept. 1, 1990 April 1, 2010 5049I 9 Building Removal-Case III (Friable Asbestos) Sept. 1, 1990 April 1, 2010 5053I 10 Building Removal-Case IV (No Asbestos) Sept. 1, 1990 April 1, 2010 * 80425 11 Cape Seal Jan. 1, 2020 80384 12 Compensable Delay Costs June 2, 2017 April 1, 2019 80198 13 Completion Date (via calendar days) April 1, 2008 80199 14 Completion Date (via calendar days) Plus Working Days April 1, 2008 80293 15 Concrete Box Culverts with Skews > 30 Degrees and April 1, 2012 July 1, 2016 Design Fills ≤ 5 Feet 80311 16 Concrete End Sections for Pipe Culverts Jan. 1, 2013 April 1, 2016 80277 17 Concrete Mix Design – Department Provided Jan. 1, 2012 April 1, 2016 80261 18 Construction Air Quality – Diesel Retrofit June 1, 2010 Nov. 1, 2014 80387 19 Contrast Preformed Plastic Pavement Marking Nov. 1, 2017 80029 20 Disadvantaged Business Enterprise Participation Sept. 1, 2000 March 2, 2019 80402 21 Disposal Fees Nov. 1, 2018 80378 22 Dowel Bar Inserter Jan. 1, 2017 Jan. 1, 2018 80405 23 Elastomeric Bearings Jan. 1, 2019 * 80421 24 Electric Service Installation Jan. 1, 2020 80415 25 Emulsified Asphalts Aug. 1, 2019 * 80423 26 Engineer’s Field Office and Laboratory Jan. 1, 2020 80388 27 Equipment Parking and Storage Nov. 1, 2017 80229 28 Fuel Cost Adjustment April 1, 2009 Aug. 1, 2017 80417 29 Geotechnical Fabric for Pipe Underdrains and French Drains Nov. 1, 2019 80420 30 Geotextile Retaining Walls Nov. 1, 2019 80304 31 Grooving for Recessed Pavement Markings Nov. 1, 2012 Nov. 1, 2017 * 80422 32 High Tension Cable Median Barrier Reflectors Jan. 1, 2020 80416 33 Hot-Mix Asphalt – Binder and Surface Course July 2, 2019 Nov. 1, 2019 80398 34 Hot-Mix Asphalt – Longitudinal Joint Sealant Aug. 1, 2018 Nov. 1, 2019 80406 35 Hot-Mix Asphalt – Mixture Design Verification and Production Jan. 1, 2019 Nov. 1, 2019 (Modified for I-FIT Projects) 80347 36 Hot-Mix Asphalt – Pay for Performance Using Percent Nov. 1, 2014 July 2, 2019 Within Limits – Jobsite Sampling 80383 37 Hot-Mix Asphalt – Quality Control for Performance April 1, 2017 July 2, 2019 80411 38 Luminaires, LED April 1, 2019 80393 39 Manholes, Valve Vaults, and Flat Slab Tops Jan. 1, 2018 March 1, 2019 80045 40 Material Transfer Device June 15, 1999 Aug. 1, 2014 80418 41 Mechanically Stabilized Earth Retaining Walls Nov. 1, 2019 * 80424 42 Micro-Surfacing and Slurry Sealing Jan. 1, 2020 80165 43 Moisture Cured Urethane Paint System Nov. 1, 2006 Jan. 1, 2010 80412 44 Obstruction Warning Luminaires, LED Aug. 1, 2019 80349 45 Pavement Marking Blackout Tape Nov. 1, 2014 April 1, 2016 80371 46 Pavement Marking Removal July 1, 2016 80389 47 Portland Cement Concrete Nov. 1, 2017 80359 48 Portland Cement Concrete Bridge Deck Curing April 1, 2015 Nov. 1, 2019 80300 49 Preformed Plastic Pavement Marking Type D - Inlaid April 1, 2012 April 1, 2016 80328 50 Progress Payments Nov. 2, 2013 3426I 51 Railroad Protective Liability Insurance Dec. 1, 1986 Jan. 1, 2006 80157 52 Railroad Protective Liability Insurance (5 and 10) Jan. 1, 2006 80306 53 Reclaimed Asphalt Pavement (RAP) and Reclaimed Nov. 1, 2012 July 2, 2019 Asphalt Shingles (RAS) * 80407 54 Removal and Disposal of Regulated Substances Jan. 1, 2019 Jan. 1, 2020 80419 55 Silt Fence, Ground Stabilization and Riprap Filter Fabric Nov. 1, 2019 80395 56 Sloped Metal End Section for Pipe Culverts Jan. 1, 2018 80340 57 Speed Display Trailer April 2, 2014 Jan. 1, 2017 80127 58 Steel Cost Adjustment April 2, 2004 Aug. 1, 2017 80408 59 Steel Plate Beam Guardrail Manufacturing Jan. 1, 2019 80413 60 Structural Timber Aug. 1, 2019 80397 61 Subcontractor and DBE Payment Reporting April 2, 2018 80391 62 Subcontractor Mobilization Payments Nov. 2, 2017 April 1, 2019 80317 63 Surface Testing of Hot-Mix Asphalt Overlays Jan. 1, 2013 Aug. 1, 2019 80298 64 Temporary Pavement Marking April 1, 2012 April 1, 2017 80403 65 Traffic Barrier Terminal, Type 1 Special Nov. 1, 2018 80409 66 Traffic Control Devices - Cones Jan. 1, 2019 * 80410 67 Traffic Spotters Jan. 1, 2019 20338 68 Training Special Provisions Oct. 15, 1975 80318 69 Traversable Pipe Grate for Concrete End Sections Jan. 1, 2013 Jan. 1, 2018 80288 70 Warm Mix Asphalt Jan. 1, 2012 April 1, 2016 80302 71 Weekly DBE Trucking Reports June 2, 2012 April 2, 2015 80414 72 Wood Fence Sight Screen Aug. 1, 2019 80071 73 Working Days Jan. 1, 2002 The following special provisions are in the 2020 Supplemental Specifications and Recurring Special Provisions. File Name Special Provision Title New Location(s) Effective Revised 80404 Coarse Aggregate Quality for Micro-Surfacing and Cape Seals Article 1004.01(b) Jan. 1, 2019 80392 Lights on Barricades Articles 701.16, 701.17(c)(2) & 603.07 Jan. 1, 2018 80336 Longitudinal Joint and Crack Patching Check Sheet #36 April 1, 2014 April 1, 2016 80400 Mast Arm Assembly and Pole Article 1077.03(b) Aug. 1, 2018 80394 Metal Flared End Section for Pipe Culverts Articles 542.07(c) and 542.11 Jan. 1, 2018 April 1, 2018 80390 Payments to Subcontractors Article 109.11 Nov. 2, 2017 April 1, 2017 The following special provisions require additional information from the designer. The additional information needs to be submitted as a separate document. The Project Coordination and Implementation section will then include the information in the applicable special provision. • Bridge Demolition Debris • Building Removal-Case IV • Material Transfer Device • Building Removal - Case I • Completion Date • Railroad Protective Liability Insurance • Building Removal – Case II • Completion Date Plus Working Days • Training Special Provisions • Building Removal - Case III • DBE Participation • Working Days CONSTRUCTION AIR QUALITY – DIESEL RETROFIT (BDE) Effective: June 1, 2010 Revised: November 1, 2014 The reduction of emissions of particulate matter (PM) for off-road equipment shall be accomplished by installing retrofit emission control devices. The term “equipment” refers to diesel fuel powered devices rated at 50 hp and above, to be used on the jobsite in excess of seven calendar days over the course of the construction period on the jobsite (including rental equipment). Contractor and subcontractor diesel powered off-road equipment assigned to the contract shall be retrofitted using the phased in approach shown below. Equipment that is of a model year older than the year given for that equipment’s respective horsepower range shall be retrofitted: Effective Dates Horsepower Range Model Year June 1, 2010 1/ 600-749 2002 750 and up 2006 June 1, 2011 2/ 100-299 2003 300-599 2001 600-749 2002 750 and up 2006 June 1, 2012 2/ 50-99 2004 100-299 2003 300-599 2001 600-749 2002 750 and up 2006 1/ Effective dates apply to Contractor diesel powered off-road equipment assigned to the contract. 2/ Effective dates apply to Contractor and subcontractor diesel powered off-road equipment assigned to the contract. The retrofit emission control devices shall achieve a minimum PM emission reduction of 50 percent and shall be: a) Included on the U.S. Environmental Protection Agency (USEPA) Verified Retrofit Technology List (http://www.epa.gov/cleandiesel/verification/verif-list.htm), or verified by the California Air Resources Board (CARB) (http://www.arb.ca.gov/diesel/verdev/vt/cvt.htm); or b) Retrofitted with a non-verified diesel retrofit emission control device if verified retrofit emission control devices are not available for equipment proposed to be used on the project, and if the Contractor has obtained a performance certification from the retrofit device manufacturer that the emission control device provides a minimum PM emission reduction of 50 percent. Note: Large cranes (Crawler mounted cranes) which are responsible for critical lift operations are exempt from installing retrofit emission control devices if such devices adversely affect equipment operation. Diesel powered off-road equipment with engine ratings of 50 hp and above, which are unable to be retrofitted with verified emission control devices or if performance certifications are not available which will achieve a minimum 50 percent PM reduction, may be granted a waiver by the Department if documentation is provided showing good faith efforts were made by the Contractor to retrofit the equipment. Construction shall not proceed until the Contractor submits a certified list of the diesel powered off-road equipment that will be used, and as necessary, retrofitted with emission control devices. The list(s) shall include (1) the equipment number, type, make, Contractor/rental company name; and (2) the emission control devices make, model, USEPA or CARB verification number, or performance certification from the retrofit device manufacturer. Equipment reported as fitted with emissions control devices shall be made available to the Engineer for visual inspection of the device installation, prior to being used on the jobsite. The Contractor shall submit an updated list of retrofitted off-road construction equipment as retrofitted equipment changes or comes on to the jobsite. The addition or deletion of any diesel powered equipment shall be included on the updated list. If any diesel powered off-road equipment is found to be in non-compliance with any portion of this special provision, the Engineer will issue the Contractor a diesel retrofit deficiency deduction. Any costs associated with retrofitting any diesel powered off-road equipment with emission control devices shall be considered as included in the contract unit prices bid for the various items of work involved and no additional compensation will be allowed. The Contractor's compliance with this notice and any associated regulations shall not be grounds for a claim. Diesel Retrofit Deficiency Deduction When the Engineer determines that a diesel retrofit deficiency exists, a daily monetary deduction will be imposed for each calendar day or fraction thereof the deficiency continues to exist. The calendar day(s) will begin when the time period for correction is exceeded and end with the Engineer's written acceptance of the correction. The daily monetary deduction will be $1,000.00 for each deficiency identified. The deficiency will be based on lack of diesel retrofit emissions control. If a Contractor accumulates three diesel retrofit deficiency deductions for the same piece of equipment in a contract period, the Contractor will be shutdown until the deficiency is corrected. Such a shutdown will not be grounds for any extension of the contract time, waiver of penalties, or be grounds for any claim. 80261 EQUIPMENT PARKING AND STORAGE (BDE) Effective: November 1, 2017 Replace the first paragraph of Article 701.11 of the Standard Specifications with the following. “ 701.11 Equipment Parking and Storage. During working hours, all vehicles and/or nonoperating equipment which are parked, two hours or less, shall be parked at least 8 ft (2.5 m) from the open traffic lane. For other periods of time during working and for all nonworking hours, all vehicles, materials, and equipment shall be parked or stored as follows. (a) When the project has adequate right-of-way, vehicles, materials, and equipment shall be located a minimum of 30 ft (9 m) from the pavement. (b) When adequate right-of-way does not exist, vehicles, materials, and equipment shall be located a minimum of 15 ft (4.5 m) from the edge of any pavement open to traffic. (c) Behind temporary concrete barrier, vehicles, materials, and equipment shall be located a minimum of 24 in. (600 mm) behind free standing barrier or a minimum of 6 in. (150 mm) behind barrier that is either pinned or restrained according to Article 704.04. The 24 in. or 6 in. measurement shall be from the base of the non-traffic side of the barrier. (d) Behind other man-made or natural barriers meeting the approval of the Engineer.” 80388 HOT-MIX ASPHALT – BINDER AND SURFACE COURSE (BDE) Effective: July 2, 2019 Revised: November 1, 2019 Description. This work shall consist of constructing a hot-mix asphalt (HMA) binder and/or surface course on a prepared base. Work shall be according to Sections 406 and 1030 of the Standard Specifications, except as modified herein. Materials. Add the following after the second paragraph of Article 1003.03(c): “ For mixture IL-9.5FG, at least 67 percent of the required fine aggregate fraction shall consist of either stone sand, slag sand, steel slag sand, or combinations thereof meeting FA 20 gradation.” Revise Article 1004.03(c) to read: “ (c) Gradation. The coarse aggregate gradations shall be as listed in the following table. Use Size/Application Gradation No. Class A-1, A-2, & A-3 3/8 in. (10 mm) Seal CA 16 or CA 20 Class A-1 1/2 in. (13 mm) Seal CA 15 Class A-2 & A-3 Cover Coat CA 14 HMA High ESAL IL-19.0 CA 11 1/ SMA 12.5 2/ CA 13, CA 14, or CA 16 SMA 9.5 2/ CA 13 or CA 16 3/ IL-9.5 CA 16 IL-9.5FG CA 16 HMA Low ESAL IL-19.0L CA 11 1/ IL-9.5L CA 16 1/ CA 16 or CA 13 may be blended with the CA 11. 2/ The coarse aggregates used shall be capable of being combined with stone sand, slag sand, or steel slag sand meeting the FA/FM 20 gradation and mineral filler to meet the approved mix design and the mix requirements noted herein. 3/ The specified coarse aggregate gradations may be blended.” HMA Nomenclature. Revise the “High ESAL” portion of the table in Article 1030.01 to read: “High ESAL Binder Courses IL-19.0, IL-9.5, IL-9.5FG, IL-4.75, SMA 12.5, SMA 9.5 Surface Courses IL-9.5, IL-9.5FG, SMA 12.5, SMA 9.5” Mixture Design. Revise the table in Article 1030.04(a)(1) and add SMA 9.5 and IL-9.5FG mixture compositions as follows: “HIGH ESAL, MIXTURE COMPOSITION (% PASSING) 1/ Sieve Size SMA 12.5 5/ SMA 9.5 5/ IL-9.5FG min. max. min. max. min. max. 1 in. (25 mm) 3/4 in. (19 mm) 100 100 1/2 in. (12.5 mm) 90 99 95 100 100 3/8 in. (9.5 mm) 50 85 70 95 90 100 #4 4.75 mm) 20 40 30 50 60 75 #8 (2.36 mm) 16 24 4/ 20 30 45 60 #16 (1.18 mm) 21 25 40 #30 (600 m) 18 15 30 #50 (300 m) 15 8 15 #100 (150 m) 6 10 #200 (75 m) 8.0 11.0 3/ 8.0 11.0 3/ 4.0 6.5 #635 (20 m) ≤ 3.0 ≤ 3.0 Ratio of Dust/Asphalt Binder 1.0 1/ Based on percent of total aggregate weight. 2/ The mixture composition shall not exceed 44 percent passing the #8 (2.36 mm) sieve for surface courses with Ndesign = 90. 3/ Additional minus No. 200 (0.075 mm) material required by the mix design shall be mineral filler, unless otherwise approved by the Engineer. 4/ When establishing the adjusted job mix formula (AJMF) the percent passing the #8 (2.36 mm) sieve shall not be adjusted above 24 percent. 5/ When the bulk specific gravity (Gsb) of the component aggregates vary by more than 0.2, the blend gradations shall be based on volumetric percentage.” Revise the table in Article 1030.04(b)(1) to read: “VOLUMETRIC REQUIREMENTS, High ESAL Ndesign Voids in the Mineral Aggregate (VMA), % minimum Voids Filled with Asphalt Binder (VFA),% IL-19.0 IL-9.5 IL-9.5FG IL-4.75 1/ 50 13.5 15.0 18.5 65 - 78 2/ 70 65 – 75 3/ 90 1/ Maximum draindown for IL-4.75 shall be 0.3 percent. 2/ VFA for IL-4.75 shall be 76-83 percent. 3/ VFA for IL-9.5FG shall be 65-78 percent.” Revise the table in Article 1030.04(b)(3) to read: “VOLUMETRIC REQUIREMENTS, SMA 12.5 1/ and SMA 9.5 1/ ESALs (million) Ndesign Design Air Voids Target, % Voids in the Mineral Aggregate (VMA), % min. Voids Filled with Asphalt (VFA), %  10 50 4.0 16.0 75 – 80 > 10 80 4.0 17.0 75 – 80 1/ Maximum draindown shall be 0.3 percent.” Quality Control/Quality Assurance (QC/QA). Revise the third paragraph of Article 1030.05(d)(3) to read: “ If the Contractor and Engineer agree the nuclear density test method is not appropriate for the mixture, cores shall be taken at random locations determined according to the QC/QA document "Determination of Random Density Test Site Locations". Core densities shall be determined using the Illinois Modified AASHTO T 166 or T 275 procedure.” Add the following paragraphs to the end of Article 1030.05(d)(3): “ Longitudinal joint density testing shall be performed at each random density test location. Longitudinal joint testing shall be located at a distance equal to the lift thickness or a minimum of 4 in. (100 mm), from each pavement edge (i.e. for a 5 in. (125 mm) lift the near edge of the density gauge or core barrel shall be within 5 in. (125 mm) from the edge of pavement). Longitudinal joint density testing shall be performed using either a correlated nuclear gauge or cores. a. Confined Edge. Each confined edge density shall be represented by a one-minute nuclear density reading or a core density and shall be included in the average of density readings or core densities taken across the mat which represents the Individual Test. b. Unconfined Edge. Each unconfined edge joint density shall be represented by an average of three one-minute density readings or a single core density at the given density test location and shall meet the density requirements specified herein. The three one-minute readings shall be spaced 10 ft (3 m) apart longitudinally along the unconfined pavement edge and centered at the random density test location. When a longitudinal joint sealant (LJS) is applied, longitudinal joint density testing will not be required on the joint(s) sealed.” Revise the second table in Article 1030.05(d)(4) and its notes to read: “DENSITY CONTROL LIMITS Mixture Composition Parameter Individual Test (includes confined edges) Unconfined Edge Joint Density, minimum IL-4.75 Ndesign = 50 93.0 – 97.4 % 1/ 91.0% IL-9.5FG Ndesign = 50 - 90 93.0 – 97.4 % 91.0% IL-9.5 Ndesign = 90 92.0 – 96.0 % 90.0% IL-9.5, IL-9.5L, Ndesign 90 92.5 – 97.4 % 90.0% IL-19.0 Ndesign = 90 93.0 – 96.0 % 90.0% IL-19.0, IL-19.0L Ndesign 90 93.0 2/ – 97.4 % 90.0% SMA Ndesign = 50 or 80 93.5 – 97.4 % 91.0% 1/ Density shall be determined by cores or by correlated, approved thin lift nuclear gauge. 2/ 92.0 % when placed as first lift on an unimproved subgrade.” Equipment. Add the following to Article 1101.01 of the Standard Specifications: “ (h) Oscillatory Roller. The oscillatory roller shall be self-propelled and provide a smooth operation when starting, stopping, or reversing directions. The oscillatory roller shall be able to operate in a mode that will provide tangential impact force with or without vertical impact force by using at least one drum. The oscillatory roller shall be equipped with water tanks and sprinkling devices, or other approved methods, which shall be used to wet the drums to prevent material pickup. The drum(s) amplitude and frequency of the tangential and vertical impact force shall be approximately the same in each direction and meet the following requirements: (1) The minimum diameter of the drum(s) shall be 42 in. (1070 mm); (2) The minimum length of the drum(s) shall be 57 in. (1480 mm); (3) The minimum unit static force on the drum(s) shall be 125 lb/in. (22 N/m); and (4) The minimum force on the oscillatory drum shall be 18,000 lb (80 kN).” CONSTRUCTION REQUIREMENTS Add the following to Article 406.03 of the Standard Specifications: “(j) Oscillatory Roller ................................................................................................ 1101.01” Revise the third paragraph of Article 406.05(a) to read: “ All depressions of 1 in. (25 mm) or more in the surface of the existing pavement shall be filled with binder. At locations where heavy disintegration and deep spalling exists, the area shall be cleaned of all loose and unsound material, tacked, and filled with binder (hand method).” Revise Article 406.05(c) to read. “ (c) Binder (Hand Method). Binder placed other than with a finishing machine will be designated as binder (hand method) and shall be compacted with a roller to the satisfaction of the Engineer. Hand tamping will be permitted when approved by the Engineer.” Revise the special conditions for mixture IL-4.75 in Article 406.06(b)(2)e. to read: “ e. The mixture shall be overlaid within 5 days of being placed.” Revise Article 406.06(d) to read: “ (d) Lift Thickness. The minimum compacted lift thickness for HMA binder and surface courses shall be as follows. MINIMUM COMPACTED LIFT THICKNESS Mixture Composition Thickness, in. (mm) IL-4.75 3/4 (19) - over HMA surfaces 1/ 1 (25) - over PCC surfaces 1/ IL-9.5FG 1 1/4 (32) IL-9.5, IL-9.5L 1 1/2 (38) SMA 9.5 1 1/2 (38) SMA 12.5 2 (51) IL-19.0, IL-19.0L 2 1/4 (57) 1/ The maximum compacted lift thickness for mixture IL-4.75 shall be 1 1/4 in. (32 mm).” Revise Table 1 and Note 3/ of Table 1 in Article 406.07(a) of the Standard Specifications to read: “TABLE 1 - MINIMUM ROLLER REQUIREMENTS FOR HMA Breakdown Roller (one of the following) Intermediate Roller Final Roller (one or more of the following) Density Requirement Binder and Surface 1/ VD, P 3/, TB, 3W, OT, OB P 3/, OT, OB VS, TB, TF, OT As specified in Articles: 1030.05(d)(3), (d)(4), and (d)(7). IL-4.75 and SMA 4/ 5/ TB, 3W, OT - - TF, 3W, OT Bridge Decks 2/ TB - - TF As specified in Articles 582.05 and 582.06. 3/ A vibratory roller (VD) or oscillatory roller (OT or OB) may be used in lieu of the pneumatic-tired roller on mixtures containing polymer modified asphalt binder.” Add the following to EQUIPMENT DEFINITION in Article 406.07(a) contained in the Errata of the Supplemental Specifications: “ OT - Oscillatory roller, tangential impact mode. Maximum speed is 3.0 mph (4.8 km/h) or 264 ft/min (80 m/min). OB - Oscillatory roller, tangential and vertical impact mode, operated at a speed to produce not less than 10 vertical impacts/ft (30 impacts/m).” Basis of Payment. Replace the second through the fifth paragraphs of Article 406.14 with the following: “ HMA binder and surface courses will be paid for at the contract unit price per ton (metric ton) for MIXTURE FOR CRACKS, JOINTS, AND FLANGEWAYS; HOT-MIX ASPHALT BINDER COURSE (HAND METHOD), of the Ndesign specified; HOT-MIX ASPHALT BINDER COURSE, of the mixture composition and Ndesign specified; HOT-MIX ASPHALT SURFACE COURSE, of the mixture composition, friction aggregate, and Ndesign specified; POLYMERIZED HOT-MIX ASPHALT BINDER COURSE (HAND METHOD), of the Ndesign specified; POLYMERIZED HOT- MIX ASPHALT BINDER COURSE, of the mixture composition and Ndesign specified; POLYMERIZED HOT-MIX ASPHALT SURFACE COURSE, of the mixture composition, friction aggregate, and Ndesign specified; POLYMERIZED HOT-MIX ASPHALT BINDER COURSE, STONE MATRIX ASPHALT, of the mixture composition and Ndesign specified; POLYMERIZED HOT-MIX ASPHALT SURFACE COURSE, STONE MATRIX ASPHALT, of the mixture composition, friction aggregate, and Ndesign specified.” 80416 PORTLAND CEMENT CONCRETE (BDE) Effective: November 1, 2017 Revise the Air Content % of Class PP Concrete in Table 1 Classes of Concrete and Mix Design Criteria in Article 1020.04 of the Standard Specifications to read: “TABLE 1. CLASSES OF CONCRETE AND MIX DESIGN CRITERIA Class of Conc. Use Air Content % PP Pavement Patching Bridge Deck Patching (10) PP-1 4.0 - 8.0” PP-2 PP-3 PP-4 PP-5 Revise Note (4) at the end of Table 1 Classes of Concrete and Mix Design Criteria in Article 1020.04 of the Standard Specifications to read: “ (4) For all classes of concrete, the maximum slump may be increased to 7 in (175 mm) when a high range water-reducing admixture is used. For Class SC, the maximum slump may be increased to 8 in. (200 mm). For Class PS, the maximum slump may be increased to 8 1/2 in. (215 mm) if the high range water-reducing admixture is the polycarboxylate type.” 80389 RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES (BDE) Effective: November 1, 2012 Revised: January 2, 2020 Revise Section 1031 of the Standard Specifications to read: “SECTION 1031. RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES 1031.01 Description. Reclaimed asphalt pavement and reclaimed asphalt shingles shall be according to the following. (a) Reclaimed Asphalt Pavement (RAP). RAP is the material produced by cold milling or crushing an existing hot-mix asphalt (HMA) pavement. The Contractor shall supply written documentation that the RAP originated from routes or airfields under federal, state, or local agency jurisdiction. (b) Reclaimed Asphalt Shingles (RAS). Reclaimed asphalt shingles (RAS). RAS is from the processing and grinding of preconsumer or post-consumer shingles. RAS shall be a clean and uniform material with a maximum of 0.5 percent unacceptable material, as defined in Central Bureau of Materials Policy Memorandum, “Reclaimed Asphalt Shingle (RAS) Sources”, by weight of RAS. All RAS used shall come from a Central Bureau of Materials approved processing facility where it shall be ground and processed to 100 percent passing the 3/8 in. (9.5 mm) sieve and 93 percent passing the #4 (4.75 mm) sieve based on a dry shake gradation. RAS shall be uniform in gradation and asphalt binder content and shall meet the testing requirements specified herein. In addition, RAS shall meet the following Type 1 or Type 2 requirements. (1) Type 1. Type 1 RAS shall be processed, preconsumer asphalt shingles salvaged from the manufacture of residential asphalt roofing shingles. (2) Type 2. Type 2 RAS shall be processed post-consumer shingles only, salvaged from residential, or four unit or less dwellings not subject to the National Emission Standards for Hazardous Air Pollutants (NESHAP). 1031.02 Stockpiles. RAP and RAS stockpiles shall be according to the following. (a) RAP Stockpiles. The Contractor shall construct individual, sealed RAP stockpiles meeting one of the following definitions. No additional RAP shall be added to the pile after the pile has been sealed. Stockpiles shall be sufficiently separated to prevent intermingling at the base. Stockpiles shall be identified by signs indicating the type as listed below (i.e. “Homogeneous Surface”). Prior to milling, the Contractor shall request the District provide documentation on the quality of the RAP to clarify the appropriate stockpile. (1) Fractionated RAP (FRAP). FRAP shall consist of RAP from Class I, HMA (High and Low ESAL) mixtures. The coarse aggregate in FRAP shall be crushed aggregate and may represent more than one aggregate type and/or quality, but shall be at least C quality. All FRAP shall be fractionated prior to testing by screening into a minimum of two size fractions with the separation occurring on or between the #4 (4.75 mm) and 1/2 in. (12.5 mm) sieves. Agglomerations shall be minimized such that 100 percent of the RAP shall pass the sieve size specified below for the mix into which the FRAP will be incorporated. Mixture FRAP will be used in: Sieve Size that 100 % of FRAP Shall Pass IL-19.0 1 1/2 in. (37.5 mm) SMA 12.5 1 in. (25.0 mm) IL-9.5, IL-9.5FG, SMA 9.5 3/4 in. (19.0 mm) IL-4.75 1/2 in. (12.5 mm) (2) Homogeneous. Homogeneous RAP stockpiles shall consist of RAP from Class I, HMA (High and Low ESAL) mixtures and represent: 1) the same aggregate quality, but shall be at least C quality; 2) the same type of crushed aggregate (either crushed natural aggregate, ACBF slag, or steel slag); 3) similar gradation; and 4) similar asphalt binder content. If approved by the Engineer, combined single pass surface/binder millings may be considered “homogeneous” with a quality rating dictated by the lowest coarse aggregate quality present in the mixture. (3) Conglomerate. Conglomerate RAP stockpiles shall consist of RAP from Class I, HMA (High and Low ESAL) mixtures. The coarse aggregate in this RAP shall be crushed aggregate and may represent more than one aggregate type and/or quality, but shall be at least C quality. This RAP may have an inconsistent gradation and/or asphalt binder content prior to processing. All conglomerate RAP shall be processed prior to testing by crushing to where all RAP shall pass the 5/8 in. (16 mm) or smaller screen. Conglomerate RAP stockpiles shall not contain steel slag. (4) Non-Quality. RAP stockpiles that do not meet the requirements of the stockpile categories listed above shall be classified as “Non-Quality”. RAP/FRAP containing contaminants, such as earth, brick, sand, concrete, sheet asphalt, bituminous surface treatment (i.e. chip seal), pavement fabric, joint sealants, etc., will be unacceptable unless the contaminants are removed to the satisfaction of the Engineer. Sheet asphalt shall be stockpiled separately. (b) RAS Stockpiles. Type 1 and Type 2 RAS shall be stockpiled separately and shall not be intermingled. Each stockpile shall be signed indicating what type of RAS is present. Unless otherwise specified by the Engineer, mechanically blending manufactured sand (FM 20 or FM 22) up to an equal weight of RAS with the processed RAS will be permitted to improve workability. The sand shall be “B Quality” or better from an approved Aggregate Gradation Control System source. The sand shall be accounted for in the mix design and during HMA production. Records identifying the shingle processing facility supplying the RAS, RAS type, and lot number shall be maintained by project contract number and kept for a minimum of three years. 1031.03 Testing. RAP/FRAP and RAS testing shall be according to the following. (a) RAP/FRAP Testing. When used in HMA, the RAP/FRAP shall be sampled and tested either during or after stockpiling. (1) During Stockpiling. For testing during stockpiling, washed extraction samples shall be run at the minimum frequency of one sample per 500 tons (450 metric tons) for the first 2000 tons (1800 metric tons) and one sample per 2000 tons (1800 metric tons) thereafter. A minimum of five tests shall be required for stockpiles less than 4000 tons (3600 metric tons). (2) After Stockpiling. For testing after stockpiling, the Contractor shall submit a plan for approval to the District proposing a satisfactory method of sampling and testing the RAP/FRAP pile either in-situ or by restockpiling. The sampling plan shall meet the minimum frequency required above and detail the procedure used to obtain representative samples throughout the pile for testing. Each sample shall be split to obtain two equal samples of test sample size. One of the two test samples from the final split shall be labeled and stored for Department use. The Contractor shall extract the other test sample according to Department procedure. The Engineer reserves the right to test any sample (split or Department-taken) to verify Contractor test results. (b) RAS Testing. RAS or RAS blended with manufactured sand shall be sampled and tested during stockpiling according to Central Bureau of Materials Policy Memorandum, “Reclaimed Asphalt Shingle (RAS) Source”. Samples shall be collected during stockpiling at the minimum frequency of one sample per 200 tons (180 metric tons) for the first 1000 tons (900 metric tons) and one sample per 250 tons (225 metric tons) thereafter. A minimum of five samples are required for stockpiles less than 1000 tons (900 metric tons). Once a ≤ 1000 ton (900 metric ton), five- sample/test stockpile has been established it shall be sealed. Additional incoming RAS or RAS blended with manufactured sand shall be stockpiled in a separate working pile as designated in the Quality Control plan and only added to the sealed stockpile when the test results of the working pile are complete and are found to meet the tolerances specified herein for the original sealed RAS stockpile. Before testing, each sample shall be split to obtain two test samples. One of the two test samples from the final split shall be labeled and stored for Department use. The Contractor shall perform a washed extraction and test for unacceptable materials on the other test sample according to Department procedures. The Engineer reserves the right to test any sample (split or Department-taken) to verify Contractor test results. If the sampling and testing was performed at the shingle processing facili

Village of Oswego 100 Parkers Mill Oswego, IL 60543Location

Address: Village of Oswego 100 Parkers Mill Oswego, IL 60543

Country : United StatesState : Illinois

You may also like

MINIMUM GUARANTEES FOR R10 ROAD CONSTRUCTION MATOC IDIQ

Due: 14 Dec, 2027 (in about 3 years)Agency: FOREST SERVICE

MINIMUM GUARANTEES FOR R10 ROAD CONSTRUCTION MATOC IDIQ

Due: 14 Dec, 2027 (in about 3 years)Agency: FOREST SERVICE

Road Materials Bid

Due: 14 May, 2024 (in 9 days)Agency: Union County

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.