Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
82-0910 McKeever Construction
1 SPECIFICATIONS FOR NATIONAL STREET COMMUTER PARKING LOT CITY OF ELGIN 1: 1: 176 1: September 10 , 1982 J.C. Uecker & Associates , Inc. Elgin , Illinois fib C I: 1: ADVERTISEMENT FOR BIDS I: Sealed proposals for the improvement of the National Street Commuter Parking Lot will be received by the City of Elgin at 150 Dexter Court, Elgin, IL 60120 until 11 A.M. on October 7, 1982 at which time all proposals will be 1: opened publicly and read aloud. The improvements consist of 2,370 C.Y. earth excavation, 2,260 S.F. PCC side- walk, 95 L.F. curb and gutter, 1,320 L.F. barrier curb, 3,185 S.Y . 8" Base, landscaping, drainage structures, lighting, and other necessary appurtenances to construct a complete parking facility for 81 vehicles. I: No bid shall be withdrawn after the opening of proposals without the consent of the City of Elgin for a period of sixty (60) days after the scheduled time of the bid closing. I: The right is reserved to accept any bid or any part or parts thereof or to reject any and all bids, subject to the approval from the Illinois Department I: of Transportation and the U.S. Department of Transportation. Any contract resulting from these bids is subject to financial assistance contracts between the project sponsor, the Illinois Department of Transpor- I: tation and the U.S. Department of Transportation. All bidders will be required to certify that they are not on the U.S. Comptroller I: General's list of ineligible contractors. It is a condition of this contract, and shall be made a condition of each sub- contract entered into pursuant to this contract, that the contractor or any I: subcontractor shall not require any laborer or mechanic employed in performance of the contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined 1: under construction safety and health standards promulgated by the U.S. Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (83 Stat. 96) . 110 The contractor will required to comply with all applicable Equal Employment Opportunity laws and regulations. :: Each bidder will be required to submit along with and as a part of his bid a Bidder's Employee Utilization Form. Each Bidder will additionally be required to submit a certification stating whether he intends to subcontract a portion 1: of the work, and, if so, that he shall take affirmative action to seek out and consider minority business enterprises as potential subcontractors. Copies of such certification are included in the Contract Documents. 1: The City of Elgin hereby notifies all bidders that it will affirmatively insure that in, any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in I: response to this invitation and will not be discriminated against on the grounds 2. Advertisement For Bids (Con't) of race, color, or national origin in consideration for an award. 1: The City of Elgin hereby notifies all bidders that not less than 2.5 percent of the work to be performed under this contract shall be performed by minority owned subcontractors, and that not less than 2.5 percent shall be performed by female owned subcontractors. The successful bidder will be required to locate such contractors and to subcontract such work in order to satisfy this requirement. 1: Copies of requirements, specifications and contract documents may be obtained at: Office of the Purchasing Agent 1: City Hall City of Elgin 150 Dexter Court Elgin, IL 60120 upon non-refundable deposit of ten dollars ($10.00) . Purchasing Agent City of Elgin 150 Dexter Ct. Elgin, IL 60120 PROPOSAL TO: Purchasing Agent City of Elgin 150 Dexter Court Elgin, Illinois 60120 This proposal provides for the construction of improvements to the National Street Commuter Parking Lot, located in the City of Elgin, Illinois , all in accordance with the attached plans and specifications prepared by J. C. Uecker & Associates , Inc . , Elgin, Illinois . The undersigned declares that he has carefully examined the proposal , plans , specifications , form of contract, contract bond and special provisions ,and that he has inspected in detail the site of the proposed work, and that he has familiarized himself with all local conditions affecting the contract and detailed requirements of construction, and understands that in making this proposal he waives all right to plead any misunderstanding regarding the same . The undersigned further understands and agrees that if this proposal is accepted he is to furnish and provide all necessary machinery, tools , apparatus and other means of construction, and to do all work; and to furnish all of the materials specified in the contract in the manner and at the time therein prescribed and in accordance with the require- ments therein set forth. The undersigned further agrees that the City may at any time during the progress of the work covered by this contract, order other work or materials as do not appear in the proposal or contract as specific itemsaccompanied by a unit price, and which are not included under the bid items in this contract, which shall be performed as extra work, and that he will accept as full compensation therefor, the actual cost plus ten - (lo ) percent, the actual cost to be determined as agreed upon by the Contractor and the City. The undersigned further agrees to execute a contract for this work and present the same to the Purchasing Agent within ten(10) days after the date of award of contract to him. The undersigned further agrees that he and his surety will execute and present withia the (10) days after the date of award of contract, a contract bond satisfactory to and in the form prescribed by the City in the penal sum of the full amount of the contract guaranteeing the contract. cl ` jAcco.lpanying this proposal is cash or check payable without condition to the City of Elgin, in compliance with the Specifications. C:2"4/4;:r.5 Bank or Surety Ii �- 00 EU ($ .I v00 =) If this proposal is accepted and the undersigned shall fail to execute a contract and contract bond as required herein, it is hereby agreed that the amount of the check shall become the property of the City of Elgin, Illinois , and shall be considered as payment of damages due to delay and other causes suffered by said City because of the failure to execute said contract or bond; otherwise said check or bond shall be returned to the undersigned. -Attach check here- it 11 tol The undersigned submits here with his schedule of prices covering the work to be performed under this contract; he understands that he must show in the bid schedule of prices figures for each item of work. pit The undersigned agrees to to start within /O days from the date of award of contract and that all work will be completed by !o /so 19/3. 11 Rid IA (If an individual) L Signature of Bidder (SEAL) iBusiness Address 1 Ed. _ riii (If a co-partnership) IL Firm Name iiSigned by Business Address rIll La rill Insert Names and Addresses I of All Members of the Firm rill (If a corporation) --- -:-) -- ril Corporate Nam • L dEk, rovc7;42 J Signed By ri ►.- 'resident Li, / tL/. f�' o*-400,_ L . ril Business Address '� � � 1T." President '' E[0 64,..,,, ,,cr, 4, pi (Corporate Seal) l C/� Insert Secretary Afilib f)s J 4/1144e4)0 Li Names of /WEI° Co Officer T/- urer t//72 a NZ. ri Attest: ttue 4 4- Li ecr-rJary pl Li pl pl LI I [III BID SHEET rillNAME OF PROJECT: NATIONAL STREET COMMUTER PARKING LOT p di CONTRACTOR: C lee t/Ee Z;•,:i7,2.v c.7'o J " DATE: Dl T ' /,A, Ir............mmom•Mmad. ...... .. V.ESTIMATED UNIT ITEM QUANTITY PRICE TOTAL .. Earth Excavation 2370 C.Y. 4" /// t,/ges' 1. Porous Granular Embankment 300 C.Y. 99° s, 97 O 3. Curb & Gutter Removal 95 L.F. 5` �o £37 _ Al. Sidewalk Removal 510 S.F. / zc o_ F 5. PCC Sidewalk 2260 S.F. / ' 3.?77°= el. Comb. Curb & Gutter 95 L.F. 4v45 660 t5 ii. 45 Barrier Curb 1320 L.F. 5 - 7$51ov- � I: 6. Manhole to be adj . 1 Each /25 o- / oc II. Catch Basins to be adj . 3 Each l45°12 ,37s42 C0. Catch Basin to be reconst . 1 Each 5Do°`= 500°` j. Inlet Ty. A (special) 2 Each 4,/85 970a' i. Catch Basin, Ty. C 1 Each � a" 0Y �O� . �Gt . RCP Storm Sewer (15") 5 L.F. 1416?- q8`5- I. RCP Storm Sewer (12") 198 L.F. /530 .fin,q9 �° 1: 5. CMP Perforated Storm Drain 8" 305 L.F. /;‘':-5 -V k �5 . Compacted Granular Base (8") 3185 S.Y. 37° //_ 784__ 5± 7. Bit.Material , Prime Coat 1115 Gallons [ Q° ///56-" El. Bit.Conc. Binder (1'") 288 T. 345-s ` 936 °- I. Bit.Conc. Surface (11/2") 288 T. 35°22 fl�0$n°° i U. Painted Pavement Marking (4") 1500 L.F. 4'° . 30o °—" . , 2 . 95 47 , , - I . Sign Panel, Ty. 1 15.75 S.F. g 141) ` III BID SHEET toNAME OF PROJECT: NATIONAL STREET COMMUTER PARKING LOT EllCONTRACTOR: de__ i-e‘,/Fz v::4,./JTP.cic,77aN ;'' DATE : Qc 77 7 /moi/y E. ESTIMATED UNIT ITEM QUANTITY PRICE TOTAL CI • • Metal Sign Post, Ty. A 46 L.F. 6-0 0,907 ur 126. Guardrail, Ty. A 375 L.F. >4 yo 25A.7... ? II. Acer Rubrum 1 Each foo r`' 4/On °_ )R. Juniperus Chinensis 1 Each 36-°u 354 11. Juniperus Sargenti 19 Each .go °�' 570 °" I. Ampelopsis Veitchii 2 Each 9 °. /8 'O vc c� 131. Forsythia Bronxensis 88 Each 74 -- 2 El . Hemerocal lis 2906 Each _ j 75 50 85 sv 42 33. Sod 80 S .Y. • i7/ - Sao 42- 1[1. Shredded Bark Mulch 1200 S.Y. / it2 .?/ oo'7L' t. Topsoil (Special) 15 C.Y. So"— 7566-' 'P b. Crushed Limestone, CA-5 70 C.Y. °C /az `"-' EUService Installation1 Ty. C 1 Each (,/p °° /0"t-'7 38. Parking Lot Light 7 Each _ //Q6 — g-1165c-t El . Plastic PVC Conduit (14") 580 L.F. 33= /q `u t• S.C. No. 8 CU. 1300 L.F. 0 4-°- /7p 0f CI ril A')' El 87 _22i4 ITOTAL / r f i ' '.' rr -v- , I: 4: v_ `+ BID GUARANTEE REQUIREMENTS } , Bid Guarantee. A bid guarantee is required of each bidder equivalent to five percent of the bid price. The bid guarantee Cshall consist of a firm commitment such as a bid bond, certified `{r check, or other negotiable instrument accompanying a bid as =# assurance that the bidder will , upon acceptance of his bid, execute 1! r such contractual documents as may be required within the time specified. "t In the event that the successful bidder fails or refuses to execute 3 the awarded contract within / 0 days after receiving notification from the Public Body that his bid has been accepted, then the bid guarantee shall be retained by the Public Body as liquidated damages. 11 iii j i. 11 F 51 11 C ig fa ,r "i! If C , 1 f 1 +Y 4 C ,. ti in 1�� .y K d ry� 4 P., :1g 'th 1 r CONTRACT THIS AGREEMENT made and entered in this \c,'`� - day of �c9aoac , 19 -';3, by and between the City of Elgin, a municipal corporation of Cualties of Kane and Cook, State of Illinois, hereinafter designated "City" party of : the first part, and c r\( 1: hereinafter designated "CONTRACTOR", party of the second part; WITNESSETH: That said CONTRACTOR for and in consideration of the payments to be made by the said CITY as hereinafter set forth hereby covenants and agrees to provide all necessary 0444r, 1: t _- in the City of Elgin, Kane and Cook Counties, Illinois, and to do all work and furnish all labor and material required to conform with the plans, specifications and bidder' s proposal for the doing of said work hereinafter referred to and 1: made a part hereof. The CONTRACTOR'S proposal is hereby referred to and made a part of this contract and the scheme, method, amount and rate of payment for material and labor furnished as therein set forth is hereby agreed upon and accepted by the respective parties as being the price to be paid for said materials and services in the construction of said improvement. bit p The CONTRACTOR has entered into and herewith tenders a bond of even date herewith, in the penal sum of 0 to insure the faithful performance of all covenants and agreements contained in km this contract, which said bond is hereby referred to and made a part of this contract. p w, The CONTRACTOR further agrees that it will save and keep harmless the CITY from any and all claims that may arise on the part of any of its employees, 1: agents or servants, by reason of injury, death or any claim while in pursuit of this contract and that all employees, agents or servants of the CONTRACTOR shall in no manner be construed to be employees of the CITY. L 1-C CONTRACT Continued It is expressly understood and agreed that the entire improvement shall be done in a thorough and workman like manner under the direction of the City Engineer of the City of Elgin, Illinois. All loss and damage arising out of the nature of the work to be done, or from any detention or unforeseen obstruc- tion or difficulties which may be encountered in the prosecution of the work, or from the action of the elements, shall be sustained by the said CONTRACTOR. 1: The CONTRACTOR shall furnish public liability insurance in the principal sum of $300,000 to $500,000 with insurance carrier thereon satisfactory to said City of Elgin, Illinois, indemnifying and saving harmless the said City 1: of Elgin, Illinois from any and all personal injury claims arising thereunder by reason of the performance of this contract. The CONTRACTOR shall furnish the City of Elgin with property damage coverage in the sum of $100,000 to $200,000 with an insurance carrier thereon acceptable to said City of Elgin, Illinois. 1: The CONTRACTOR shall furnish satisfactory proof of insurance coverage under the workman's compensation laws of the State of Illinois to all employees of the CONTRACTOR. The CONTRACTOR shall furnish builders' risk insurance to cover all work completed prior to final completion of the total improvement. The place and places where said work shall be accomplished shall be done as set forth in the schedules, plans, specifications and special provisions 1: hereto attached and made a part hereof, and no variations thereof shall be made except on written direction of the City Engineer of the City of Elgin, Illinois, and approval of the said City of Elgin. 1: For one (1) year subsequent to the completion of said installation the - CONTRACTOR agrees to make good all defects of material and workmanship in con- nection with said installation. • This contract shall extend and be binding upon the successors and assigns of the respective parties hereto. IN WITNESS i IrEOF, the said Board of Local Improvements of the City of Elgin, Kane and Cook Counties, Illinois, has caused this instrument to be exe- cuted by its President and attested by its Secretary and the CONTRACTOR has executed this instrument on the date above mentioned. 1: 2-C C CONTRACT Continued E. (SEAL) The C y E , Ill' ,.is Attest : By* ,. ._ l� ' ity Man: e 1: City Clerk - City f Elgin The Contractor (If an Individual) (SEAL) An Individual doing business under the firm name of (SEAL) (If a Corporation) (CORPORATE SEAL) CORPORA9 NAME Attest: BY: (././._ 'President , C{, Secretary (If a Co-Partnership) (SEAL) (SEAL) (sEAL) Partners doing business under Is the firm name of (sEAL) 3-C I CITY OF ELGIN ENGINEERING DIVISION 150 DEXTER COURT-ELGIN,ILLINOIS 60120-5555 Telephone: (312) 695-6500 Ext. 245 TRANSMITTAL LETTER Date June 23, 1983 To: Marie Yearman City Clerk Job: National Street Commuter Parking Lot We transmit herewith for your—Information X Approval Files X Correction Return �Co of 1 � Original Certificate of Insurance for McKeever Construction Company. Sheet Nos. N/A Remarks This certificate replaces the original liability insurance we received with the contract. CC: Ery Jentsch Yours very truly, Mike Sarro Ralph L. Ridley, ivil Engineer I B y(4-pM- Certificate of Insurance cord THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. NAME AND ADDRESS OF AGENCY . Morency &, Associates, Inc. COMPANIES AFFORDING COVERAGES 950 York Road COMPANY A Home Insurance Company Hinsdale, Illinois 60521 LETTER COMPANY B Statewide Insurance Company LETTER NAME AND ADDRESS OF INSURED COMPANY C McKeever Construction Company LETTER P.O. Box 50194, COMPANY D Cicero, Illinois 60650 LETTER COMPANY E LETTER r n r- This is to certify that policies of insurance listed below hay: iht is r'd '�i a i-ur:l n.'r/ed�'ov .•re in force at this time. Notwithstanding any requirement,term or condition of any contract or other document with respect to which i ert' -=tJ `ay L. is, e.' r p � the insurance afforded by the policies described hereih is subject to all the terms,exclusions and conditions of such policies. E I s V Limits of Liability in Thousands(1 10) COMPANY - TYPE OF INSURANCE POLICY UJ ,BE' POLICY EACH LETTER ,J tJ PIRATION DATE OCCURRENCE AGGREGATE GENERAL LIABILITY ELGINBODILY INJURY $ $ ®COMPREHENSIVE FORM CITY ® PREMISES--OPERATIONS ENGINEERING PROPERTY DAMAGE S. $ El EXPLOSION AND COLLAPSE , HAZARD A ® UNDERGROUND HAZARD GL 1151195 626.-83 © PRODUCTS'COMPLETED • OPERATIONS HAZARD BODILY INJURY AND ©CONTRACTUAL INSURANCE PROPERTY DAMAGE $ S00 $ 500 © BROAD FORM PROPERTY COMBINED DAMAGE © INDEPENDENT CONTRACTORS ' © PERSONAL INJURY PERSONAL INJURY $ 500 AUTOMOBILE LIABILITY BODILY INJURY (EACH PERSON, $ ® COMPREHENSIVE FORr.? BODILY INJURY $ . A CONED BA 2894477 6-26-83 (EACH ACCIDENT) • HIRED PROPERTY DAMAGE $. ' BODILY INJURY AND ® NON.OWNED PROPERTY DAMAGE $ •500 COMBINED EXCESS LIABILITY B BODILY INJURY AND , ® UMBRELLA FORM SU 004190 6-26 -83 PROPERTY DAMAGE $1,000 $.1,000 El OTHER THAN UMBRELLA COMBINED FORM WORKERS'COMPENSATION STATUTORY A and WC 1319537 6-26 -83 EMPLOYERS'LIABILITY $100 .;EA,„A:'_,AFNr OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEH ICLES • • Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. NAME AND ADDRESS OF CERTIFICATE HOLDER - DATE ISSUED .- -: City of Elgin ' 150 Dexter Court Elgin, Illinois 60120 ,,. - Attn: Dept. of Engineering AUTHORIZED REPRESENTATIVE Gary Miller MORENCY & ASSOCIATES, INC. ACORD 25(1-79) CONTRACT BOND I KNOW ALL MEN BY THESE PRESENTS, That we r rompany an individual, doing business under the firm name of as Principal, and Heritage Insurance Coma Ir of America a corporation organized and existing under the laws of the State of Illinois , with authority to do business in the State of Illinois, as Surety, are held and firmly bound unto the City of Elgin, State of Illinois, in the penal sum of iinoty—sane Thousand 86/130 ($9($99,149.86 ) lawful One Hundred .r ort,,—Nine 6 Dollars money of the United States, well and truly to be paid unto said City of Elgin, Kane and Cook Counties, Illinois for the payment whereof we bind ourselves and each of us, our heirs and each of our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. Whereas, the said Principal has by agreement dated 24th day of ov. 19 C» entered in a contract with City of Elgin, Kane and Cook Counties, Illinois National Street Commuter Parking Lot according to plans and specifications as prepared by the City Engineer, which plans and specifications are more fully set out in said contract and which by reference thereto is hereby made a part hereof, as fully as if specifically set out herein. 1-CB CONTRACT BOND Continued NOW THEREFORE, the condition of this obligation is such that if the said principal shall well and truly perform said work in accordance with the terms of said contract, and shall pay all sums of money due or to become due for any labor, materials, apparatus, fixtures or machinery furnished to him for the purpose of constructing such work, and shall commence and complete the work within the time prescribed in said contract, and shall pay and discharge all damages, direct and indirect, that may be suffered or sustained on account of such work during the time of the performance thereof and until the said work shall have been accepted, and shall hold the City of Elgin and the said Council, harmless on account of any damages, and shall in all respects fully and faithfully comply with all the provisions, conditions, and requirements of said contract, then this obligation shall be null and void otherwise it shall remain in full force and effect. No addition to or change in work aforesaid nor any overpayment or claimed overpayment by the City of Elgin, Kane and Cook Counties, Illinois, to con- tractor or those claiming by, through or under said contractor and no extension of time or other indulgence, nor anything whatsoever done or omitted by said City shall operate to relieve sureties hereunder of their obligation by virtue of premises, it being the absolute and unequivocal purpose of the parties hereto to assure to said City full and complete performance of contract aforesaid or payment of all damages, not exceeding penal sum hereof, which may be suffered in consequence of breach or partial breach of said contract. IN WITNESS WHEREOF, We have duly executed the foregoing Obligation this 3rd day of ^ecember , A. D. 1912 . "' }aver nil truct /Co. (SEAL) Approved this D3 day of • ...).e /i1A7ir (SEAL) SNCa.N1m4)2 A. D. (SEAL) Counc't. America Surety Heritage Insurance C'O of(S�:AL) BY . t AL A.►. . BY / ��... (SEAL) Q <, `'t" " 0- ttorney in act 's Attest: l \ BY (SEAL) -tiL( A4 Attorney in Fact Cit Clerk Countersigned BY ; � .., . - • , �s �^• r.__. 'President, Board of Local .Agent for Surety Improvements 40. 7,,,,..)-(4)- -t04-7.4.4.rj Municipal Seal Address of Surety 2-CB • � r CONTRACT BOND Continued State of Illinois ) ) ss. County of z,e,nV ) I, r ar, n nsai�e , A Notary Public in and for said County, in the State aforesaid, do hereby certify thatA,„1:,3 C3,rs nto,:=;ur , personally known to me to be the same person whose name is subscribed to the foregoing instrument as the Principal therein, appeared before me this day in person and aclmowledged that he signed, sealed and delivered the said instrument as his free and voluntary act for the uses and purposes set forth therein. Given under my hand and Notarial seal, this 3rd day of r*c , A.D. 122 . IL - „ Notary ' • is State of Illinois ) Cook ) ss. County of ) I, :area , A Notary Public in and for said County, in the State aforesaid, do hereby certify that "tovcn Mora who is personally known to me to be the same person who signed the above and foregoing instrument as the Attorney in Fact for Heritage Insurance Coml:u ny of 1'. erica appeared before me this day in person and acknowledged that he signed the name of :Acrcevor Construction Company thereto, as his Principal, and his own name as Attorney in Fact, as the free and voluntary act of his said Principal for the uses and purposes therein set forth, and that he executed the said instrument under authority given him by this said Principal. Given under my hand and Notarial seal, this ark: day o ocoranar A.D. 15` Notary Publ' /2-e----- 3-CB • HERITAGE INSURANCE COMPANY OF AMERICA LINCOLNWOOD, ILLINOIS Power of Attorney PRINCIPAL McKeever Construction Company_ EFFECTIVE DATE_December 3, 1982 DBA _ __ AMOUNT OF BOND $__9 ,11.9.86.9 POWER N O. H 24630 _ . -------- KNOW ALL MEN BY THESE PRESENTS: That the Heritage Insurance ( ompanv, a Corporation in the State of Illinois,having its principal office in Lincolnwood. Illinois,pursuant to the following resolutf.ni, ,idopted by ttic Board of Directois of the said Company on the 9th day of March, 1979,to wit: "The President, or any Vice-President, of other officer desigrat 'd hs tiw lio.ud of f \c. isc Committee shall lime authority, severally, to make, execute and deliver a power of attunes colistitutiii' .Is Ail„alio-.ii-I .t,,t such poisons. thins of corporations as such officers may select from time to time.” does hereby make, constitute and appoint Martin L. Shape, Martin L. Schwarti, Mai in Silverman. Steven Bert and or Ila Delman, of Chicago, in the State of Illinois,its true and lawful attotney(s1-in-tact,w ith lull Bowel :Ind authority hereby conferred in its name, place and stead. to sign,execute,acknowledge and deliver in its behalf,and its act :old deed as tollows: The obligation of the Company shall not exceed the sum of one million five hundred thousand t ti I,500,000.00I dollars. and to bind Heritage Insurance Company thereby as fully and to the same extent ,as it such bond or undertaking was signed by the duly authorized officers of the Heritage Insurance Company, and all the acts of said Atloiney(s) pursuant to the authority herein given,are hereby ratified and confirmed. IN WITNESS WHEREOF, the Heritage Insurance Company has caused then pfesents to be signed by its President avid/or its Vice-President,and its Corporate Seal to be hereto affixed. _:1. IILRII V i INSt'RANCII COMPANY OF AMERICA e•c, • o SEAL. 4y (1m05 a! v % 0** t)11 d41044t4A‘.1.4 Vincent M. Giacfnto, President State of Illinois ) SS: County of Cook ) On this 9th day of March, 1971), before the subscriber, a Nota-y. Public of the State of Illinois in and for the County of Cook duly commissioned and qualified, came V. M.Giac;nto of the Heritage Insurance Company,to me personally known to be the individual and officer described herein, and who executed the preceding instrument,and acknowledged the execution of the same,and being by me duly sworn, deposed and said, that he is the officer of said Company afot,:said, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and signature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation,and that the resolution of said Company,referred to in the preceding instrument,is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my official seal at Lincolnwood, Illinois,the day and year above written. 7-' ' '' v ! Zi::Tft.-4 Iri ''',;:'i't'' '; --1.Y1-'4 ''*7 -,174..ri,,,",!7,",'°:A.'el"7,1f,',;";:.,:..,rlefr,!:nri.l'-::' -,-,,,,,,.,,,,,;:frn5.17757,7.::.:j.•, ,.;:irs.', T.::,.. 1, i:,, ; , .....L.iv,, •,• , . .:. 14.54k.',•,,, 4«. .,- il'I-,C''• 4It, . '``°,..‘,,». v7:'" ••-'''-k.' '" E .-.4, -; fi“.• ' ' ' ' . : ' ''''` ":'' ''1"'f''''.1-4:-C -jf: .'...41 l';.--rrot, vie,„:41.•' .:-,u- 8;.',:•. .;-.ii'i.'''','1:`, ',24;i1 -:,,,;.4. i.*;,-kir, ''. ; '' '. ' 'IV:',,,' ,,.,:,,,. , • ... ' ":* ''..i /I ... I! - k.",•/,,,14;, ::.. x ,' ;k ,-4-7!1. ,,,70:iii7;."4,,6,i,-:..:%., s..17.0:::;.-4A.,...! :' ccoro ,,,i;::.,-1,;f,.#-*,:aE.: --„-, _ -,'1,.,-':'!.-.-, : -1 ,..',: i„,:i.;:A;.,-.:-_%%,,..',7...!,:::;', ...Lc i. .,7,:,:,n.Lii_1&;•-, -, .41* ....,,', ..:, ?ILO;;',I.17.t.r.7 4,..•,, •n';, •_;:' „.-F- :. — .',.&"::-IMS 01..:=',..—:.:...'—..2.k'!:;. ;'.' ''' '..-7 ': .-/'t...1/:'A.:2.. - '' ''',,`.=!*+-4!2.-`-. ..? s!--;-.4:- .1-.4. ,.:::Or.-.:• . 3-1:01TE,gr-77 t..1-L;PI;.6.'if'i:74'. .-....,,, ,, ;...- ' COMPANiPi AFFORDING COVERAGES MORENCY & ASSOCIATES, INC. .1.' 950 YORK RD. L HINSDALE, IL. 60521 . ZURICH—AMERICAN INSURANCE CO. . , E B 7 , MC KEEVER CONSTRUCTION COMPANY C.: E P.O. BOX 50194 .. • D CICERO, IL. 60650 -,: E .., _ _____ .., El L rn,_. ,' I,ibild.., ,r l• ,n,inds(09‘.1 „ . . ;,, . • • ' B 4ERAL LIA x ''' A TOP 7019950 12/6/83 x • , . ' .' 500 , 500 1 , 500 H •i 'y j (.,7'1 B I I i LI• •• . . E - . . , • A !•x BA 8160211 12/6/83 . C . . , 500 SS I IA13 • , iP . , . . . t •• , .. .. , • , E and A WC 2739218 /2/6/83 r =.',.- -, :71- 100 , i •..,,,r- ,LW:: LI; .E-, ....L...,:.;..—...,_.2.,..:.A 't 11-IER I' F . 1, , . ., .:. ......--:-...„..,...,-,,...„, - - -• E : ,• _,• ...„. , . ., 4 u;--,,,, :c.tion• - h ,1 . _ _ 10 " - " .• ill t- , • hrr r', I r rIrr 1; rr , • . , J, ARY 181 1 83 CITY OF ELGIN 150 DEXTER COURT 11 /- .• /(.). • ATTN: DEPT. OF ENGINEERING GARY MILLER 111) ' - ' 1-- - -----",/,rzwr--:,--,- 1 r,--1,7------Tr. .to.,i-4- 1.-Tm-55;.. --,4:-;,-k-71,,L4. -•:;,,, ,,,-..---,tie-iri- . McKEEVER CONSTRUCTION COMPANY P O. BOX 50191 • CACI RO, II. 60050 (312)594-0010 (3121 863-2610 1: January 17, 1983 City of Elgin 150 Dexter Court Elgin, Illinois 60120 Attention: Gary Miller Department of Engineering Dear Gary: In reference to our phone conversation of January 17, 1983, we are writing this letter of intention for the insurance coverage pertaining to Railroad Protective Liability. We are aware that the railroad will have to approve the policy before the starting of work, so we feel that within two to three weeks before starting work we will furnish the policy for approval . If there should be any questions regarding this matter, please contact our office. Sincrely, i - -„_ Angelo Christopher, Jr. President 1: AC:bf OR x* I( ILLINOIS COMMUTER PARKING PROGRAM REQUIRED PROVISIONS FOR CONTRACTS 1 ,i 1: , Unless otherwise expressly noted, the following standard provisions must be included in each construction contract and shall be included in each subcontract entered into by the contractor. I: In addition to these clauses, each contract must contain provisions establishing: I: •yi (a) The maximum compensation to be paid; - (b) The method of payment; , (c1 The required date of completion. t, The format of bid documents, including plans, specifications, identification of unit costs, and contract is left to the discretion C of each municipality. ) 1: As used herein, the term "US DOT" shall mean The United States Department of Transportation, including the Urban Mass Trans- 4, portation Administration; the term "UMTA" shall mean the Urban Mass • ;, Transportation Administration; the term "IDOT" shall mean the II - Illinois Department of Transportation, including the Division of ', Public Transportation; and the term the "Public Body" shall mean the J Grantee (municipality) . 4, 1 . Contract Changes. Any proposed change in this contract shall be y: submit-YR-5-117e- Public Body for its prior written approval . ; 2. Audit and Inspection of Records. The contractor shall permit I: ;;r the authorized representatives of the Public Body, IDOT, the if U. S. Department of Transoortation (USDOTI and the Comptroller General of the united States to inspect and audit all data and E . ' records of the contractor relating to his performance under the contract. 3. Government Inspections. The Public Body, IDOT and USDOT shall have accesh to the site of construction and shall have the right to inspect all project works. : f ` 4. Financial Assistance. This contract is subject to financial I: ' assistance contracts among the Public Body, the Illinois Department of Transportation, and the United States Department ti of Transportation. !!! f . . i 4 Page 1 of 21 Pages : "i,'...':, s ii Vi K 111 •`, Page 2 of 21 Pages F' 11 fi. r, 5. Interest of Members of or Delegates to the Illinois General " ` Assembly or the United States Congress. No member of or delegate to the Illinois General Assembly or the Congress of the United States shall be admitted to any share or part of this i.4, contract or to any benefit arising therefrom. 6. Prohibited Interest. No member, officer, or employee of the :i''.,'..: Public Body or of a local public body during his tenure or one year thereafter shall have any interest, direct, or indirect, in II this contract or the proceeds thereof. II 7. Insurance During Construction. The contractor and his IA subcontractors shall maintain, during the life of this contract, II Workmen's Compensation, Public Liability, Property Damage, and iA. Vehicle Liability Insurance in amounts and on terms satisfactory to the Public Body. The contractor and his subcontractors shall '. furnish to the Public Body evidence of such insurance which is hereby attached to and made a part of this contract. II f is 8. Ineligible Contractors. The i ? ' (Name of third-party contractor) hereby certifies that it is not included on the I .` U.S. Comptroller General 's consolidated list of persons or firms 11 currently debarred for violations of various public contracts i incorporating labor standards provisions. 9. Equal Employment Opportunity. In connection with the execution of this contract, the contractor shall not discriminate against any employee or applicant for employment because of race, II religion, color, sex or national origin. The contractor shall }4 take affirmative action to insure that applicants are employed, ` ` and that employees are treated during their employment, without iw regard to their race, religion, color, sex or national origin. Such actions shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; II II. recruitment or recruitment advertising; layoff, or termination; f.. rates of pay, or other forms of compensation; and selection for ti-, training, including apprenticeship. In addition, the contractor °. shall comply with the Illinois Equal Employment OpportunityII Clause, attached hereto as Appendix F. The contractor shall 44:... insert the above clauses in all subcontracts, except I ,,- subcontracts for standard commercial supplies or raw materials. II 1i 10. Nondiscrimination. i ''' II :. During the performance of this contract, the contractor agrees ;F as follows: r 11 i I: ''': F.: ,rPage 3 of 21 Pages , . _ ._ ,; (1 ) The contractor will not discriminate against any I: ; employee or, applicant for employment because of race, creed, color, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their E :: race, religion, color, sex or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment I: ''-'- advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous C places, available to employees, and applicants for employment, notices to be provided setting forth the provisions of this t nondiscrimination clause. C (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the ::::; contractor, state that all qualified applicants will receive I: consideration for employment without regard to race, religion, color, sex, or national origin. I: ? (3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' I: . - representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous . places available to employees and applicants for employment. ' 141 (4) The contractor will comply with all provisions of IP Executive Order 11246 of September 24, 1965, and of the rules, '��, regulations, and relevant orders of the Secretary of Labor. ,;, (5) The contractor will furnish all information and I: f` reports required by Executive Order 11246 of September 24, 1965, a and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, ,X records, and accounts by the administering agency and the till Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor's noncompliance with 1: the nondiscrimination clauses of this contract or with any of i' the said rules, regulations or orders, this contract may be [ 1- cancelled, terminated, or suspended in whole or in part and the !,--,f contractor may be declared ineligible for further Government fir;, contracts or Federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1955, and such other sanctions may be imposed fl and remedies invoked as provided in Executive Order 11246 of a: September 24, 1965, or by rule, regulation, or order, of the , 04 Secretary of Labor, or as otherwise provided by law. I: r k iir II Page 4 of 21 Pages • 1- E (7) The contractor will include the portion of the sentence immediately preceding paragraph (1 ) and the provisions of paragraphs '1 ) through (7) in every subcontract or purchase II order unless exempted by rules, regulations or orders of the Secretary of '_abor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions willII ''' be bindingupon each subcontractor or vendor. The contractor will takesuchaction with respect to any subcontract or ' purchase order as the administering agency may direct as. a means s' of enforcing such provisions, including sanctions for 11 t non-compliance: Provided however, that in the event a Of contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of suchII direction by the administering agency, the contractor may request the United States to enter into such litigation to rr protect the interests of the United States. II i ( 3 11 . Minority and Women's Business Enterprise �lII { F..: The contractor shall be responsible for meeting the applicable if regulations regarding participation by minority business `� enterprise ( "MBE") in UUS DOT programs set forth at 49 CFR Part 1 . 23 45 FR 21172 et se � s. q. , March 31 , 1980, or any revision or supplement thereto. Pursuant to the requirements of Section II cf-S 23.43 of those regulations: II i , Iv (1 ) Policy. It is the policy of the US DOT that minority i;•.� business enterprises, as defined in 49 CFR Part 23, shall have II " the maximum opportunity to participate in the performance of t contracts financed in whole or in part with federal funds under 14 this Agreement. Consequently, the MBE requirements of 49 CFR i. Part 23 apply to this Agreement. II f,; ,x. (2) MBE Obligation. The contractor agrees to ensure that i ' minority business enterprises as defined in 49 CFR Part 23 haveII } , the maximum opportunity to participate in the performance of 11 subcontracts financed in whole or in part with federal funds 4;' provided under this Agreement. In this regard the contractor II ii, shall take all necessary and reasonable steps in accordance with { 49 CFR Part 23 to ensure that minority business enterprises have # the maximum opportunity to compete for and perform i sub-contracts. Contractors and their subcontractors shall not II is discriminate on the basis of race, color, national origin or sex to' in the award and performance of US DOT assisted contracts. The fi'. contractor and its subcontractors shall include the provisionsII tli,', of this Special Provision in every subcontract, including Z�: procurement of materials and leases of equipment. Failure to carry out the requirements set forth above shall constitute a i ''' breach of contract and may result in termination of the contract II or such remedy as deemed appropriate. b. 1: Page 5 of 21 Pages 12. Affirmative Action. Construction contracts forJ ro 'ects in P Cook, Dupage, Kane, Lake, McHenry, and Will Counties, are E ,:1,:, subject to the affirmative action requirements set forth in 41-CFR 60-11, and the provisions of Appendices A and B, a copy of which, as submitted by the contractor with his successful bid, is by this reference made a part hereof. I: ''', 13. Prime Contractor Participation. The prime contractor shall E 7: perform, on the site, with his own staff, work equivalent to at least 10 percent of the total amount of the construction work at the site. Only pay items of the construction contract will be used in computing the total amount of construction work at the site. The Public Body may increase this minimum amount of prime I f` contractor participation, depending upon the degree of specialization required to perform this work. 14. Contract Security. The contractor has provided, or agrees to I: provide with the executed copy of this contract, the following bonds: 1: (a) A performance bond on the part of the contractor for 100 percent of the contract price. A "performance bond" is one executed in connection with a contract to secure I! fulfillment of all the contractor's obligation under such contract. x (b) A payment bond on the part of the contractor for 100 i: 7 percent of the contract price. A "payment bond" is one i: ; executed in connection with a contract to assure payment as required by law of all persons supplying labor and material in the execution of the work provided for in the contract. 4''' 15. Wage Rates. Minimum wages to be paid on this construction 1: project have been established by the U.S. Department of Labor. (Copies of the wages established may be obtained from the U.S. Department of Labor). These wage rates must be prominently 1: posted at the construction site. V op V $ ' 16. Safety Standards. Pursuant to Section 107 of the Contract Work Hours and SafetyStandards Act and Department of Labor ;�, P Regulations at 29 CFR 1926, no laborer or mechanic working on a r :::. construction contract shall be required to work in surroundings NI 4 or under working conditions which are unsanitary, hazardous or dangerous to his or her health and safety as determined under construction and health standards promulgated by the U. S. r,: Secretary of Labor. r w . . - i 17. Air Pollution. 1 II Page 6 of 21 Pages II k The contractor will submit evidence to the Public Body that theII “, governing air pollution criteria will be met. This evidence and i. related documents will be retained by the Public Body for f, on-site examination by USDOT. 11 f, /4 18. Project Sign. The contractor shall erect and maintain signs 1,i satisfactory to USDOT and IDOT identifying the project and II t" indicating Federal and State participation. (Sign specifications are included as Appendix E to this Exhibit. ) II • 19. Warranty of Construction. For a period of one year from the date of completion, as evidenced by the date of final acceptance II 3:i` of work, the contractor warrants that work performed under this 1d contract conforms to the contract requirements and is free of any defect of equipment, material or workmanship performed by ' the Contractor or any of his subcontractors or suppliers. Under II this warranty, the contractor shall remedy at his own expense any such failure to conform or any such defect. Nothing in the above intends or implies that this warranty shall apply to work11 IIt , which has been abused or neglected by the owner. 20. Termination of Contract. The Public Body reserves the right to II terminate this contract at any time after date of this contract, with or without cause, by giving the Contractor, in writing, a 1 notice of termination. The notice shall be mailed by certified mail to the Contractor at his business address, and the effective date of termination shall be the date of receipt of the notice as shown on the certified mail return receipt. TheII Public Body shall pay the Contractor for the sums then due for services performed and costs incurred in connection therewith up to the termination date. I 'r 21 . Cargo Preference Use of United States - Flag Vessels. II (a) 46 USC 1241 provides in pertinent part as follows: (b) (1 ) Whenever the United States shall procure, contractII for, or otherwise obtain for its own account, or shall '- furnish to or for the account of any foreign nation without provision for reimbursement. any equipment, materials, orII commodities, within or without the United States, or shall advance funds or credits or guarantee the convertibility of foreign currencies in connection with the furnishing of II such equipment, materials, or commodities, the appropriate agency or agencies shall take such steps as may be necessary and practicable to assure that at least 50 per 11 C T I a Page 7 of 21 Pages 1: centum of the gross tonnage of such equipment, materials, or commodities (computed separately for dry bulk carriers, r' dry cargo liners, and tankers), which may be transported on privately owned United States-flag commercial vessels, to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels, in such manner as will insure a fair and reasonable participation of United States flag commercial vessels in 1: such cargoes by geographic areas: (2) Every department or agency having responsibility under this subsection shall administer its programs with respect 1: to this subsection under regulations issued by the Secretary of Commerce. 1: (b) Pursuant to regulations published by the Secretary of Commerce at 46 CFR Part 381 , the Grantee agrees to insert 1: the following clauses in all contracts let by the Grantee under which equipment, materials or commodities may be transported by ocean vessel in carrying out the Project: The contractor agrees -- (1 ) To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, 1: materials, or commodities pursuant to this section, to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels. 1: (2) To furnish within 30 days following the date of loading for shipments originating within the United States, or within 30 working days following the date of loading for shipment originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of-lading in English for each shipment of cargo described in paragraph (1 ) above to the Recipient (through the prime contractor in the case of subcontractor bills-of-lading) and to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, D. C. 20230, marked with appropriate identification 1: of the Project. (3) To insert the substance of the provisions of this clause in PP all subcontracts issued pursuant to this contract. a . Page 8 of 21 Pages 22. Buy Requirements Re uirements - PART 660 SUBPART A - GENERAL 1 660. 10 PURPOSE - The purpose of this subpart is to define the terms and procedures guiding the application of Section 401 , "Buy America" of the Surface Transportation Assistance Act of 1978, P.L. 95-599. 660. 11 APPLICABILITY - (a) These regulations apply to all federally assisted procurements under grants, loans, and cooperative agreements made pursuant to the Urban Mass Transportation Act of 1964, as amended, and Sections 103(e) 4 and 142 of Title 23 United States Code, for equipment and construction of facilities in which a third party contract exceeds $500,000 and is financed by fLnds administered by UMTA that have been obligated after November 6, 1978. (b) Only domestic unmanufactured articles, materials and supplies and manufactured articles, materials and supplies that have been manufactured in the United States substantially all from domestic articles, materials, and supplies may be procured with assistance provided by UMTA unless the Administrator waives the application of these requirements as set forth in Subpart C of this Part. (c) Because a domestic preference requirement, rather than an absolute "Buy America" requirement, has been established, materials of foreign origin should be considered for UMTA-assisted procurements. (d) "Buy America" requirements do not apply to the procurement of services. (e) A determination of the origin of end products to be procured must be made as set out in 660.22 of this Part. (f) The nationality of suppliers or the employees of these suppliers does not affect the origin of end products or components to be procured. 660. 13 DEFINITIONS - As used in this Part: (a) "Act" means the Surface Transportation Assistance Act of 1978 (P.L. 95-559) . (b) "Administrator" means the Administrator of the Urban Mass Transportation Administration (UMTA) . (c) "Component" means any article, material, or supply, whether manufactured or unmanufactured, directly incorporated into an end product. (d) "Domestic end product" means an unmanufactured end product that has been mined or produced in the United States, or a manufactured end product determined to be domestic under 660.22 of this Part. (e) "End product" means an article, material or supply, whether manufactured or unmanufactured, that is to be acquired by the grantee, with financial assistance derived from UMTA, and that is to be delivered to the grantee, as specified by the third party contract . (f) "Foreign end product" means an end product other than a domestic end product. (g) "Overall project contract" means each individual third party contract for a discrete portion of the overall project. (h) "United States" means the several States, and commonwealth of Puerto Rico, the District of Columbia, Guam, American Samoa, the Virgin Islands, and the Commonwealth of Northern Mariana Islands. 11 I 1: Page 9 of 21 Pages SUBPART B - IMPLEMENTATION 1: 660.20 PURPOSE - The purpose of this subpart is to prescribe the implementation of Section 401 of the Act. 660.21 GRANTEE RESPONSIBILITY - (a) The grantee shall adhere to the Buy America clause set forth in its grant contract with UMTA. The clause directly affects any third party contract utilizing financial participation awarded by UMTA after November 6, 1978. These requirements do not apply to any third party contract financed witnout UMTA funds or to any procurement or 1: construction third party contract not exceeding $500,000. The Buy America clause will be included in any grant or loan made by (MTA that that exceeds $500,000. (b) The grantee hereby includes in its bid specifications for procurement of equipment and construction of facilities within the scope of these regulations an appropriate notice of the Buy America provision. Such specifications require, as a condition of responsiveness, 1: that the bidder or offeror submit with the bid a complete Buy America certificate, attached hereto. 660.22 DETERMINATION OF ORIGIN - (a) In order for a manufactured end product to be considered a domestic end product, - ( 1 ) the cost of the domestic components must exceed 50 percent of the cost of all its components; and (2) the final 1: assembly of the components to form the end product must take place in the United States. (b) In determining the origin of components, each component must be treated as either entirely domestic or entirely foreign, based on the place where the component is mined, produced, or manufactured. Components of unknown origin must be treated as foreign. The origin of 1: subcomponents of components is immaterial . (c) Transportation costs to the place of incorporation into the end product and, in the case of foreign components, applicable duties, must be considered in determining component cost under paragraph (a) of this section. SUBPART C - WAIVERS 660.30 PURPOSE - The purpose of this subpart is to describe the procedure tor obtaining waivers to Section 401 of the Act, the types of statutory waivers that exist, when in the bid process waivers can be issued, and the effect of the waiver on bidding procedures. 1: 660.31 APPLICATIOm FOR WAIVER - (a' A bidder who seeks to establish grounds for any waiver described in 660.32 must seek the waiver, in a timely manner, through the grantee. (b) Only 1: a grantee may request a waiver. The request must be in writing and include facts and justification to support the granting of the waiver. (c) A waiver may be granted by the Administrator on his own intiative. Page 10 of 21 Pages 1 660.32 TYPES OF WAIVERS - (a) Section 401 (b) of the Act provides for four instances wherein a waiver of the "Buy America" provision may be granted. A waiver of the "Buy America" provisions will be granted if: (1 ) Their application would be inconsistent with the public interest; (2) In the case of acquisition of rolling stock, their application would result in unreasonable cost (after granting appropriate price adjustments to domestic products based on that portion of project cost likely to be returned to the United States and to the States in the form of tax revenues); (3) Supplies of the class or kind to be used in the manufacture of articles, materials, supplies are not mined, produced, or manufactured in the United States in sufficient and reasonably available quantities and of a satisfactory quality; or (4) Inclusion of domestic material will increase the cost of the overall project contract by more than 10 per centum. (b) In determining whether the waivnr described in paragraph (a) (1 ) will be granted, the Administrator considers all appropriate factors including, but not limited to, the cost, "red tape", and delay that would be imposed if the provision were not waived. In granting this waiver, the Administrator will issue a written determinitation setting forth the reasons for the granting of the waiver. (c) In determining whether the waiver described in paragraph (a) (2) will be granted, only taxes paid by the bidder will be considered. (d) In determining whether the waiver in paragraph (a) (3) will be granted, a domestic end product will be presumed unavailable if no responsive and responsible I domestic bid has been received. (e) In determining whether the waiver in paragraph (a) (4) will be granted in cases where the apparent low bid offers foreign end products, the lowest responsive and responsible bid offering foreign end products will be multiplied by 1.1 . If the number is less than the lowest responsive and responsible bid offering all domestic end products (including end products considered domestic under the provision of 660.34 (b) then the waiver will be granted. (f) • The statutory waiver provisions of Section 401 of the Act are mutually exclusive. End products and components of end products may be granted different waivers. 660.33 RELATIONSHIP OF WAIVERS TO BID PROCESS - (a) Waivers may be issued that apply to broad classes of grants or particular types of end products, materials or supplies. A compilation of these waivers is listed in Appendix A. (b) Waivers may be issued for a particular contract based on information available to UMTA, - (1 ) prior to bid opening; or (2) after bids are opened by the grantee. 660.34 EFFECT OF WAIVER - (a) If a waiver has been granted for 11 an entire grant from UM1`A or for an overall project contract planned to be advertised by a grantee, the bid process may proceed without any requirement that bidders make the certification required by 660.21 ; (b) If a waiver or waivers do not encompass all of the articles, materials, and supplies scheduled to be delivered or constructed under the contract, 11 then the computation of the domestic component required under 650.21 and 660.22 shall treat as domestic the articles, materials, and supplies for wh' .' overs a been given. Page 11 of 21 Pages APPENDIX A - - COMPILATION OF WAIVERS ISSUED UNDER 660.33 (a) - (a) The 1: provisions has been waived for all operating assistance grants under Sections 5 and 17 of the UMT Act, and for any operating assistance portions of grants under Section 6 of the UMTA Act. (b) All waivers published in 41 CFR 12-6, 105 which establish excepted articles, materials, and supplies for the Buy American Act of 1933, (41 U.S.C. 10a-d) as the waivers may be amended from time to time, are incorporated by reference. SUBPAR1 D - ENFORCEMENT 660.40 PURPOSE - The purpose of this subpart is to describe the procedures that will be used by UMTA to enforce the provision of Section 401 of the Act. This subpart also defines C the rights of third parties. 660.41 INITIATION - (a) It is presumed that a bidder who has 1: submitted the certification required by 660.21 of this Part is complying with the Buy American provision. A false certification is criminal act in violation of 18 U.S.C. 1001 . (b) Any party may petition UMTA to investigate the compliance 1: of a successful bidder with the bidder's certification. If UMTA determines that evidence indicates that the presumption of paragraph (a) of this section has been overcome, UMTA will require the grantee to initiate an investigation as described in 660.42. 660.42 INVESTIGATION - When an investigation is intiated under 660.41 (b) , the grantee shall reqire the successful bidder to document its compliance with its Buy America certification. The successful bidder has the burden of proof to establish to the 1: grantee and to UMTA that it is in compliance with its certification and this Part. 660.43 FAILURE TO COMPLY WITH CERTIFICATION - If a successful bidder fails to demonstrate that it is in compliance with its certification or this Part, it will be required to substitute 1: sufficient domestic materials, articles, and supplies to meet the terms of the original certification without revision of the original contract terms. Failure to comply will be a breach of contract and will be actionable under the terms of the contract and state law. 660.44 SANCTIONS - A willful refusal to comply with certification by a successful bidder may lead to the initiation of debarment proceedings under 29 CFR 5.6. ;Pi 660.45 RIGHTS OF THIRD PARTIES - The sole right of any third party under the Buy America provision is to petition UMTA under the provisions of 660.41 (b). No third party has any additional right, at law or equity, for any remedy including, but not limited to, injunctions, damages, or cancellation of the Federal grant or contracts of the Public Body. (401 , P.L. 95,599 (92 Stat. 2689) ; 49 CFR 1 .51 ) . I Page 12 of 21 Pages BUY AMERICAN CERTIFICATION This certification must be fully executed by all bidders who are 1 submitting bids in excess of $500,000. The hereby certifies (Name of Bidder) that each end product, except the end products listed below, is a domestic end product, as defined in 49 CFR 660.13(d) ; and that the components of unknown origin have been considered to have been mined, produced, or manufactured outside the United States. (Bidder shall show country of origin for each excluded end product) Excluded End Product Country of Origin 1 By: (Signature of Company Official ) (Official ' s Title) (Date) 1 23. Procedure When Only One Bid Is Received In the event a single bid is received, the Public Body will conduct a price and/or cost analysis of the bid. A price analysis is the process of examining the bid and evaluating the separate cost elements. It should be recognized that a price analysis through comparison to other similar procurements must be based on an established or competitive price of the elements used in the comparison. The comparison must be made to a purchase of similar quantity and involving similar specifications. Where difference exists, a detailed analysis must be made of this difference and costs attached thereto. Where it is impossible to obtain a valid price analysis, it may be necessary for the Public Body to conduct a cost analysis of the bid price. The price and/or cost analysis shall be made by competent and experienced auditors or price analysts - an engineer's estimate or comparison of the prices involved is insufficient. C [1, Page 13 of 21 Pages If the Public Body does not have the capabilities to perform the 1: needed analyses, UMTA will lend support in obtaining the services of the Defense Contract Audit Agency. The Public Body shall submit to IDOT, to be forwarded to UMTA, all data and analyses of the determination prior to award of the contract. 1: 24. Price Escalation Clause. 1: (a) An escalation clause should be considered for use only when market conditions are so unstable as to present financial risks that the manufacturer is unwilling to take. The escalation 1: clause is not 'ntended to compensate for the normal risks that a businessman would experience. At best, it is a gross compensation for abnormal risks that the manufacturer would be 1: unwilling to assume when bidding on a larger order. Other conditions for use of an escalation clause include a high dollar purchase or an extended delivery period. Generally, the estimated dollar value of the contract should exceed $1 ,000,000 1116 and the delivery period should be two years or greater. (b) If an escalation clause is to be used it must be approved 1- by the UMTA. No escalation in any category will normally be approved in excess of 10 percent of the total amount in the category being adjusted. (c) The clause must be so designed that the only determinant is the price indexes which rise or fall based on market conditions. re k. (d) A material expenditure profile will be developed. Usually it will be skewed toward the early part of the delivery schedule. Materials must be purchased before fabrication can begin. Therefore, in the first quarter, perhaps very little material would be purchased. In the second and third quarters, material purchases would build up very rapidly with the peak being reached and descending beginning in perhaps the third to fourth quarters. (e) The philosophy behind the expenditure profiles on labor and 111 material is that the contractor should only be reimbursed for the rise in prices that occured from the date of his quote until the actual time he purchases the material or labor. There is no justification for paying a two-year, 10 percent per year increase for steel, when 80 percent of the steel is purchased during the first six months of the contract. The same holds true for all aspects of the labor and material . i Page 14 of 21 Pages II (f) The use of the escalation clause and the expenditure profile must be predetermined in order that the escalation II clause does not become a competitive factor among bidders. For this reason, the percentage distribution of labor and materials used is predetermined, placed in the bid, and is constant for all bidders without regard to their individual estimates. The profiles used are based on the statements submitted by potential bidders. Once the profile tables are established and the bid is submitted, the only missing part of the total procedure is theII rise or fall in the index pertaining to the labor or material . 25. Liquidated Damages. II Completion date: Should the Contractor fail to complete the work within the working days stipulated in the contract orII within such extended time as may have been allowed, the contractor shall be liable to USD0T, IDOT, and the Public Body in the amount shown in the following schedule of deductions, not11 as a penalty but as liquidated damages, for each day of overrun in the contract time or such extended time as may have been allowed. Liquidated Damages will be apportioned to USDOT, IDOT, II and the Public Body according to the percentage of funds each has contributed to the Project. The Contractor agrees that proportionate shares of all liquidated damages assessed under this Contract may be withheld from funds due the contractor. II Schedule of Deductions for Each Day of Overrun in Contract TimeII Original Contract Amount Daily Charge II From More To and Calendar Work Than Including Day Day II 5 0 E 25,000 5 30 $ 42 25,000 50,000 50 70II 50,000 100,000 75 105 100,000 500,000 100 140 500,000 1,000,000 150 210 1,000,000 2,000,000 200 280 II 2,000,000 3,000,000 300 420 3,000,000 5,000,000 500 700 5,000,000 7,500,000 750 1,050II 7,500,000 10,000,000 1 ,000 1,400 *The daily charge shall be made every day shown on the calendar II beyond the specified completion date; and, when the time limit is specified as working days, the daily charge shall be made II for each additional working day. This paragraph should be construed with reference to IDOT's "Standard Specifications for Road and Bridge Construction" 11 (October 1 , 1979) . Page 15 of 21 Pages to 26. Labor Provisions - Construction. 1: (1 ) Minumum Wages. (i ) All mechanics and laborers employed or working upon 1: the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3) , the full amounts due at time of payment computed at wage rates not less than 1: those contained in the wage determination decision of the Secretary of Labor applicable to the Project, regardless of any contractual relationship which may 1: be alleged to exis .: between the contractor and such laborers and mechanics; and the wage determination decision shall be posted by the contractor at the site of the work in a prominent place where it can be 1: easily seen by the workers . For the purpose of this clause, contributions made or costs reasonably anticipated under section 1 (c) (2) of the Davis-Bacon t: Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provision of 29 CFR 5.5 (a) (1 ) (iv). Also for 1: the purpose of this clause, regular contributions made or costs incurred for more than a weekly period under plans, funds, or programs, but covering the particular weekly period, are deemed to be constructively made or 1: • incurred during such weekly period. (ii ) The Contractor shall require that any class of laborers or mechanics, including apprentices and trainees, which is not listed in the wage !: determination and which is to be employed under the contract, shall be classified conformably to the wage determination, and a report of the action taken shall be sent by DOT to the Secretary of Labor. In the PP event the interested parties cannot agree on the proper classification or reclassification of a particular class of laborers and mechanics, including PP apprentices and trainees, to be used, the question accompanied by the recommendation of the contracting officer, shall be referred to the Secretary of Labor for determination. (iii ) The Contractor shall require, whenever the minimum wage rate prescribed in the contract for a class of ! laborers or mechanics includes a fringe benefit which is not expressed as an hourly wage and the contractor is obligated to pay a cash equivalent of such a fringe !I benefit, an hourly cash equivalent thereof to be established. In the event the interested parties 1 I Page 16 of 21 Pages 1 cannot agree upon a cash equivalent of the fringe benefit, the question, accompanied by the recommendation of the contracting officer, shall be referred to the Secretary of Labor for determination. (iv) If the Contractor does not make payments to a trustee or other third person, he may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing benefits under a plan or program of a type expressly listed in the wage determination decision of the Secretary of Labor which is a part of this contract: Provided, however, the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (2) Witholdina. USDOT, IDOT, or the Public Body may withhold for cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices and trainees, employed by the contractor or any subcontractor on the work the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice or trainee, employed or working on the site of the work, all or part of the wages required by the contract, USDOT, IDOT, or the Public Body may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records. (i ) Payrolls and basic records relating thereto will be maintained during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records will contain the name and address of each such employee, his correct classification, rates of pay (including rates of contributions or costs anticipated of the types described in section 1 (b) (2) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a) (1) (vi ) that the wages of any laborers or mechanics include the amount of any costs reasonably anticipated in providing benefits under a11 plan or program described in section 1 (b) (2) (B) of the Davis-Bacon Act, the contractor shall maintain Page 17 of 21 Pages records which show that the commitment to provide such 1: benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has heen communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. 1: (ii) The contractor will submit weekly a copy of all payrolls to the Public Body for transmission to IDOT or such State and Federal agency as IDOT may designate. The copy shall be accompanied by a statement signed by the employer or his agent indicating that the payrolls are correct and complete, that the wage rates contained therein are not less 1: than those determined by the Secretary of Labor and that the classification set forth for each laborer or mechanic conform to the work he performed. A submission of the "Weekly Statement of Compliance" which is required under this contract and the Copeland regulations of the Secretary of Labor (29 CFR, Part 3) 1: and the filing with the initial payroll or any subsequent payroll of a copy of any findings by the Secretary of Labor under 29 CFR 5.5(a) (1 ) (iv) shall satisfy this requirement. The prime contractor shall 1: be responsible for the submission of copies of payrolls of all subcontractors. The contractor will make the records required under the labor standards 1: clauses of the contract available for inspection b_v authorized representatives of IDOT, IISDOT and the U.S. Department of Labor, and will permit such representatives to interview employees during working hours on the job. Contractors employing apprentices or trainees under approved programs shall include a notation on the first weekly certified payrolls submitted to the contracting agencies that their employment is pursuant to an approved program and shall identify the program. p 1:p 1 Page 18 of 21 Pages 1 (4) Apprentices and Trainees. (A) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the bureau, or if a person is employed in his first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the contractor as to his entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not a trainee as defined in subdivision (B) of this subparagraph or is not registered or otherwise employed as stated above, shall be paid the wage rate determined by the Secretary of Labor for the classification of work he actually performed. The contractor or subcontractor will be required to furnish to the contracting officer 11 or a representative of the Wage-Hour Division of the U.S. Department of Labor written evidence of the registration of his program and apprentices as well as the appropriate ratios and wage rates (expressed in percentages of the journeyman hourly rates), for the area of construction prior to using any apprentices on the contract work. The wage rate paid apprentices shall be not less than the appropriate percentage of the journeyman's rate contained in the applicable wage determination. (B) Trainees. Except as provided in 29 CFR 5. 15, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval , evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training. 1 Page 19 of 21 Pages The ratio of trainees to journeymen shall not be 1: greater than that permitted under the plan approved by the Bureau of Apprenticeship and Training. Every trainee must be paid at not less than the rate specified in the approved program for his level of progress. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Bureau of Apprenticeship and Training shall be paid not less than the wage rate determined by the Secretary of Labor for the classification of work he actually performed. The contractor or subcontractor will be required to furnish the contracting officer or a representative of the Wage-Hour Division of the U.S. Department of Labor written evidence of the certification of his program, the registration of the trainees, and the ratios and wage rates prescribed in that program. In the event the Bureau of Apprenticeship and Training withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the 1: applicable predetermined rate for the work performed until an acceptable program is approved. 1: (C) Equal Employment Opportunity. The utilization of apprentices, trainees and journeyman under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as 1: amended, and 29 CFR Part 30. (5) Compliance with Copeland Regulations (29 CFR Part 3) . The PR contracIor shall comfy with the Copeland Regulations (29 LI CFR Part 3) of the Secretary of Labor which are herein incorporated by reference. (6) Contract termination; debarment . A breach of clauses (1 ) through (5) may be grounds for termination of the contract, and for debarment as provided in 29 CFR 5.6. (7) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any laborer or mechanic in any workweek in which he is employed on such work to work in excess of eight hours in any calendar day or in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times his basic rate pay for all hours worked in excess of eight hours in any calendar day or in excess of forty hours in such workweek, as the case may be. p 1 1 Page 20 of 21 Pages 1 (8) Violation; liability for unpaid wages; liquidated damages . In the event of any violation of the clause set forth in subparagraph (7), the contractor and any subcontractor responsible therefore shall be liable to any affected employee for his unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or such territory) , for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic employed in violation of the clause set forth in subparagraph (7) , in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of eight hours or in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (7) . (9) Withholding for liquidated damages. USDOT, IDOT, or the Public Body may withhoTd or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor, such sums as may administratively be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for liquidated damages as provided in the clause set forth in subparagraph (81 . (10) Final Labor Summary. The contractor and each subcontractor shall furnish to the Public Body, upon the completion of the contract, a summary of all employment, indicating, for the completed project, the total hours worked and the total hours worked and the total amount earned. (11 ) Final Certificate. Upon completion of the contract, the 1 contractor shall submit to the Public Body with the voucher for final payment for any work performed under the contract a certificate concerning wages and classifications for laborers and mechanics, including apprentices and trainees employed on the project, in the following form: The undersigned, contractor on 1 (contract No. ) hereby certifies that all laborers, mechanics, apprentices and trainees employed by him or by any subcontractor performing work under the contract on the project have been paid wages at rates not less than those required by the contract provisions, and that the work performed by each such laborer, mechanic, apprentice or trainee conformed to the classifications set forth in the contract or training program provisions applicable to the wage rate paid. 11 Signature and title - Page 21 of 21 Pages [1: (12) Notice to the Public Body of Labor Disputes. Whenever the contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely 1: performance of this contract, the contractor shall immediately give notice thereof, including all relevant information with respect thereto, to the Public Body. 1: (13) Dispute Clause. ( i ) All disputes concerning the payment of prevailing wage rates or classifications shall be promptly reported to the Public Body for its referral to IDOT, which shall in accordance with MIA procedures, refer the dispute 1: to USDOT for decision or to the Secretary of Labor. The decision of USDOT or the Secretary of Labor as the case may be, shall be final . ( ii ) All questions relating to the application or interpretation of the Copeland Act, 40 U.S.C. 276(c), 1: the Contract Work Hours Standards Act,40 U.S.C. 327-333, the Davis-Bacon Act, 40 U.S.C. 276(a), or Section 13 of the Urban Mass Transportation Act, 49 U.S.C. 1609, shall be sent to UMTA for referral to the Secretary of Labor for ruling or interpretation, and such ruling or interpretation shall be final . (14) Convict Labor. In connection with the performance of work under this contract the contractor agrees not to employ any person undergoing sentence of imprisonment at hard labor. 1: This does not include convicts who are on parole or probation. 1: (15) Insertion of Subcontracts. The contractor shall insert all construction subcontracts the clauses set forth in subsections (1 ) through ( 15) of this section so that all of the provisions of this section will be inserted in all 1: construction subcontracts of any tier, and such other clauses as the USDOT and / or IDOT may by appropriate instructions require. Oil Old IMMO r r■ I - - on no E■ um OM Ilia — I M N N • cp. ,A i The reqfollowing requirements of the provisions written for Federally-assisted construction contracts, including all goals and timetables and affirmative action steps, shall also apply to all State-funded construction contracts awarded by the Illinois Department of Transportation. • NOTICE OF REQUIREMENT FOR AFFIR.MSATIVE AC:ION TO ENSURE EQUAL EnPLOYt1E.YT OPPORTUNITY (EXECUTIVE ORDER 11246) 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Claus?" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifi- cations" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terns for the Contractor's aggregate workforce in each trade on all con- struction work in the covered area, are as follows: APPENDIX A The following goal for female utilization in each construction craft and trade shall apply to all contractors holding Federal and federally assisted construction contracts and subcontracts in excess of 510,000. The goal is applicable to the contractor's total on-site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, federally assisted or nonfederally related construction ccntract or subcontract. AREA COVERED (STATEWIDE) Goals for Women apply nationwide. GOAL Goal (percent) Female Jciliration 6.9 (Rev. 11/13/80) 1 (page =) 1 APPENDIX B Until further notice, the following goals for minority utilisation in each const:uJ craft and trade shall apply to all contractors holding Federal or federally-assisted construction contracts and subcontracts in excess of $10,000 to be performed in the respective geographical areas. The goals are applicable to the contractor's total on-site construction workforce, regardless of whether or not part of that workforce i performing work on a Federal, federally-assisted or nonfederally related construction contract or subcontract. • Goal Economic Area (percent) 056 Paducah, KY: Non-SMSA Counties - 5.2 IL - Hardin, Massac, Pope KY - Ballard, Caldwell, Calloway, Carlisle, Crittenden, Fulton, Graves, Hickman, Livingston, Lyon, McCracken, Marshall • 080 Evansville, IN: Non-SALSA Counties - 3.5 IL - Edwards, Gallatin, Hamilton, Lawrence, Saline, Wabash, White IN - Dubois, Knox, Perry, Pike, Spencer KY - Hancock, Hopkins, NtLean, lhblenberg, Ohio, Union, Webster 031 Terre Haute, LN: Non-SMSA Counties - 2.5 IL - Clark, Crawford LN - Parke C83 Chicago, IL: SALSA Counties: 1600 Chicago, IL - 19".6 IL - Cook, DuPage, Kane, • Lake, McHenry, Will 3740 Kankakee, IL - 9.1 IL - Kankakee • • Non-SMSA. Counties - I18. 1 IL - Bureau, DeKalb, Grundy, Iroquois, Kendall, LaSalle, Livingston, Putnam • IN - Jasper, Laporte, Newton, Pulaski, Starke • 084 Champaign - Urbana, IL: SALSA Counties: 1300 Champaign - Urbana - Rantoul, IL. - 7.3 IL - Champaign Non-5:4SA Counties - 4.3 IL - Coles, Cumberland, Douglas, Edgar, Ford, Piatt, Vermilion11 (Rev. 11/13/30) r. (page 3) APPENDIX B - Continued I: . Goal Economic Area (percent) 176 085 Springfield - Decatur, IL: SMSA Counties: - 2040 Decatur, IL - • 7.6 IL - Macon 7880 Springfield, IL - . 4.5 1: IL - Menard, Sangamon Non-SMSA Counties - 4.0 I: IL - Cass, Christian, Dewitt, Logan, Morgan, Moultrie, Scott, Shelby . • 0S6 Quincy, IL: 176 Non-SMSA Counties - 3.1 IL - Adams, Brown, Pike I: X10 - Lewis, Marion, Pike, Rails 037 Peoria, IL: • 176 SMSA Counties: 1040 Bloomington - Normal, IL - - 2.5 IL - McLean • 1: 6120 Peoria, IL - 4.4 IL - Peoria, Tazewell, Woodford ri Non-SMSA Counties - - 3.3 iit IL - Fulton, Knox, McDonough, Marshall, Mason, Schuyler, Stark, Warren VC 088 Rockford, IL: i" • SMSA Counties: 6880 Rockford, IL - 6.3 "ri IL - Boone, Winnebago il Non-SMSA Counties - 4.6 pp IL - Lee, Ogle, Stephenson - . 098 Dubuque, IA: ;ion-SMSA Counties - 0.5 ! IL - JoDaviess IA - Atlamakee, Clayton, Delaware, Jackson, Winnesheik , ii WI - Crawford, Grant, Lafayette r i 1: (Rev. 11/18/90) i I (page 4) APPENDIX B - Continued Goal II Economic Area (percent) 099 Davenport, ' Rock Island, Moline, IA - IL: IF SMSA Counties: 1960 Davenport, Rock Island, Moline, IA - Il - 4.6 IL - Henry, Rock Island IA - Scott • `on-SMSA Counties - 3.4 IL - Carroll, Hancock, Henderson, t4ercer, Whiteside IA - Clinton, Desbbines, Henry, Lee, Louisa, Muscatine11 MD - Clark 107 St. Louis, IO: 11 SMSA Counties: 7040 St. Louis, :D - IL - 14.7 IL - Clinton, Madison, Monroe, St. Clair Mn - Franklin, Jefferson, St. Charles, St. Louis, St. Louis City Non-SMSA Counties - 11.4 IL - Alexander, Bond, Calhoun, Clay, Effingham, Fayette, Franklin, Greene, Jackson, Jasper, Jefferson, Jersey, 11 Johnson, Macoupin, Marion, Mbntgomery, Perry, Pulaski, Randolph, Richland, Union, Washington, Wayne, Williamson ?D - Bollinger, Butler, Cape Girardeau, Carter, Crawford, Dent, Gasconade, Iron, Lincoln, Madison, Maries, Mississippi, Montgomery, Perry, 11 Phelps, Reynolds, Ripley, St. Francois, • Ste. Genevieve, Scott, Stoddard, Warren, Washington, Wayne • II 11 11 (Rev. 11/13/S0) .(page 5) These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor oerfo:ms construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually 1: performed. With regard to this second area, the Contractor also is subject to the goals -'or both its federally involved and nonfederally involved construction. 1: The Contractor's compliance with Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the provisions and specifications set forth • 1: in its federally assisted contracts, and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor 1: shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction contract and/or subcontract in excess of 510,000 at any tier for construction work under the contract resulting. from this solicitation. This notification will list the name, 1: address and telephone number of the subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. This 1: notification should be sent to: Regional Administrator, Office of Federal Contract Compliance Programs, Employment Standards Administration, U.S. Department of Labor, 230 South Dearborn Street, Room 1045, Chicago, Illinois 60604, 1: 4. As used in this Notice, and in the contract resulting from this solicitation, the "covered area" is the entire State of Illinois for the goal set forth in APPENDIX A and the county or counties in which the work is located for the goals set forth in APPENDIX B. STANDARD FEDERAL EQUAL E MLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (EXECUTIVE ORDER 11246) 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director' means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal Social Security number used on th 10 Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941. d. "Minority" includes: (i) Black (all persons having origins in any of the Black African racial groups not • of Hispanic origin); (ii)Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race) ; (iii)Asian and Pacific Islander (all persons having origins in any of the original , 1: peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands) ; and (iv)American Indian or Alaskan Native (all persons having origins in any of the origins' peoples of North America and maintaining identifiable tribal affiliations through member- ship and participation or community identification) . (Rev. 11/13/30) • (page 6) Whenever the Contractor, or. any Subcontractor a: any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each sub- contract in excess of 510,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan. approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their partici- pation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with i;s obligations under the EEO clause, and to make a good faith eff rt to achieve each ;cal under the Plan in each trade in which it has employees. The overall good faith :er:ormance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the ?Ian goals and timetables. 4. The Contractor shall inplemert the specific affirmative action standards provided in paragraphs Ta through p of these specifications. The goals set forth in the solicita- tion from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female u:ili:a:ion the Contractor should reasorabl • be able to achieve in each construction trade in which it has employees in the covered area. Covered Construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being rer_o^ed. Goals are published periodically in the Federal Register in noti:e form, and such notices may be obtained from any Office of Federal Contract Compliance P_ogra=s office or from Federal procurement contracting officers. The•Contractor is expected to make substantially uniform progress toward its goals in each craft during the period specified. • 3. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications. Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be count' in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor crust have made a cormitmen: to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunitites. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. The Contractor shall take specific affirmative actions to ensure equal employment oppor^amity. The evaluation of the Contractor's compliance with these specifications sha be based upon its effort to achieve maximum results from its actions. The Contractor sha document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, super- intendents, and other on-site supervisory personnel are aware of and carry out the Con- , tractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and :o community or;anirations when the Contractor or its =ions have employment opportunities available, and maintain a record of the organi:a:ions' responses. ,'Rev. :1/18/SO) • • • ;page 7) • c. kiaintain a current file of the naves, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organisation and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hail for reterra: and was not referred back to the Contractor by the union or, if referred, not employed. by the Contractor, this shall be documented in the file with the reason therefor, along ,:ith whatever additional actions the Contractor may have taken. - - d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has • other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training prorrams for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 1 above; f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargain. irg agreement; by publicizing it in the company newspaper, annual report, etc.; by spe_ifi review of the policy with all management personnel and with all minority and female em- ployees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is perfo^ed. g. Review, at least annually, the company's EEO policy and affirmative action obligati• under these specifications with all erployees having any responsibility for hiring, assign men:, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such ars Superintendents, General Foremen.. etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any ad:•ertisu in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female and comrainity orga:11:a:ions, to schools with minority and female students and to minority and female recruitment and training organisations serving the Contractor's recruitment area 1111 and employment reeds. Not later than one month prior to the date for the acceptance of applications for apprenticeship of other training by any recruitment source, the Contracto• shall send written notification to organisations such as the above, describing the opening screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable,• provide after school, suer and vacation employment :oinority and female youth both on the site and in other areas of a Contractor's workforce. • k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Par: 60-3. 1. Conduct, at least nually, an inventoryand evaluation at least of all minority and female cersonnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other IP personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure thatthe EO policy and the Con- tractor's obligations under these specifications are being carried out. [Ref. 11113/30) . - • '=ase 5) • r.. Ensure that all facilities and company activities are nonsegregated except that i'--t- separate or single-user toliet and necessary changing facilities shall .be provided to • o " assure privacy between the sexes. o. Doc:nent and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation. ot. solicitations to minority and female contractor associations and -other business associa- tions. • . .. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. • = - - S. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p) . The efforts of a contractor association, joint contractor-union, contractor-community, or other - , similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications' provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the11 Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to doc'. entation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obli- : gation to comply, however is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been estab= fished. The Contractor, however, is required to provide equal employment oppor unity and to take affirmative action for all minority groups, both male and female, and all women,- both minority and non-minority. Consequently, the Contractor may be in violation of the . Executive Order if a particular group is employed in a substantially disparate manner (for -® example, even though the Contractor has achieved its goals for women generally, the Con- ■ tractor may be in violation of the Executive Order if a specified minority group of women is unde:utili:ed) . 10. The Contractor shall not use the goals and timetables or affirmative action standards" to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any Subcontract with any person or fig debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Eoual Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive-; Order 1146, as amended, and its implementing regulations, by the Office of Federal Con tract Compliance Programs. Any Contractor who fails to carry out such sanctions and peara alties shall be in violation of these specifications and Executive Order 112:6, as amended. 11 15. The Contractor, in fulfilling its obligations under these specifications, shall _.+ implement specific affirmative action steps, at least as extensive as those standards r prescribed in paragraph 7 of these specifications, so as to achieve maximum results frm=_' its efforts to ensure equal employment opportunity. If the Contractor fails to comply r II with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.3. i0 14. The Contractor shall designate a responsible official to monitor all employment r II related activity to ensure that the company EEO policy is being carried out, to submit -d reports relating to the provisions hereof as may be required by the Government and to keep • records. Records shall a: least include for each employee the- name, address, telephone t nunoer s, ccnstr:ction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g. , mechanic, apprentice, trainee? helper, or laborer), dates of changes in status, hours worked per week in the indicated 11 11-V-- ;-,a e 9 3' • .rate, rate of pay, and locatior.s at which the :fork was ;c:for:zed. Records shall be Inain; rained i..i 3%; easily LL erstan'a;le and retrievable form; however, to the defree that existt rec:r_s sa:isf this re:uiremen:, Contractors shall not be required to :,.a«..ain separate records. :S. .`:othin; herein provide?. shall be ccnst:.ped as a limitation upon the application of :thee laws which establish different standards of compliance or ::non the .3.47:p1_icatior. of recuiremett:s for the hiri..3 of loco.: or other area residents (e.z., those under the Pubtic ;;orks Employment Act of 197' and the Co=unity Developent Block Grant Pro;_a..:.) . _ -• . . IMM IMMI RIM I M IMM IMO 110111 IMM MO MO M MMI - APPENDIX C CONSTRUCTION EMPLOYEE UTILIZATION PROJECTION 1116 (a) All bidders on construction contracts subject to the competitive bidding requirements of the Illinois Purchasing Act (ILL. Rev. Stat. , Ch. 127, Par. 132. 1 et seq. ) shall complete and submit along with and as part of their bids, a Bidder's Employee Utilization Form (copy attached) setting forth a projection and breakdown of the total workforce intended to be hired and/or allocated to such contract work by the bidder including a projection of minority and female employee u'.ilization in all job classifications on the contract project. (b) The contracting agency shall review the Employee 1: Utilization Form, and workforce projections contained therein, of the contract awardee to determine if such projections reflect an under-utilization of minority persons and/or women in any job classification in accordance with the Equal Employment 1: Opportunity Clause and Section 7.2 of the Illinois Human Rights Commission RULES AND REGULATIONS FOR PUBLIC CONTRACTS. If it is determined that the contract awardee's projections reflect an { underutilization of minority persons and/or women in any job classification, it shall be advised in writing of the manner in which it is underutilizing and such awardee shall be considered 1: to be in breach of the contract unless, prior to commencement of work on the contract project, it submits an acceptable written affirmative action plan to correct such underutilization including a specific timetable geared to the completion stagesPs of the contract. (c) The contracting agency shall provide to the Commission a copy of the contract awardee's Employee Utilization Form, a iti copy of any required written affirmative action plan and any written correspondence related thereto. The Commission may review and revise any action taken by the contracting agency with respect to these requirements. 1257A(36) latill 10111 NMI NMI MEI NEI Mill INN NW OM WINO 111111 BM MIN IMO NEM IIIIII ® Mil J State of Illinois Department of Transportation r!1: ', Bidder's Employee Utilisation Form - -- Construction PART I. IDENTIFICATION • j FEPC Prequalification Duration of Project: 6o A Identification No.: Date of bid opening: fey 7 j • PART Il. WORKFORCE PROJECTION • A- The undersigned bidder has analyzed minority group and female populations, unemployment rates and availability of workers for the location in which this contract work is to be performed. ' and for the locations from which the bidder recruits employees. and hereby submits the following workforce projection including a projection for minority and female employee • utilization in all job categories in the workforce to be allocated to this contract: iTABLE A TABLE B TOTAL Workforce Projection for Contract RRENT "PLQEES SPANISH *OTHER ON-THE- TO BEASSIGNED DOTAL , BLACK NAMED or MINOR- APPREN- JOB • TO CONTRACT • JOB EMPLOYEES ORIGIN !TIES TICES TRAINEES Total Minorities •• CATEGORIES M F MF M FAIFNIF M F M F M F OFFICIALS (MANAGERS) ! _ 1 - • ' f ,, , SUPERVISORS FOREMEN 1 CLERICAL EQUIPMENT ` OPERATORS 3 02 _ . ..C MECHANICS r iTRUCK DRIVERS 4 r IRONWORKERS CARPENTERS a- - t CEMENT MASONS ' I ..ELECTRICIANS .PIPEFITTERS, PLUM nas f PAINTERS LABORERS, LL . I SEMI-SKILLED S. . LABORERS, UNSKILLED ' • . , ' . TOTAL . A . _ . • I TikBLE C - TOTAL Training Projection for Contract FOR DEPARTMENT USE ONLY EMPLOYEES TOTAL . SPANISH BLACK NAMED or MINOR-IN EMPLOYEES ORIGIN ITIES TRAINING M F MFMFM F - APPRENTICES I l ON-THE-JOB -- ,TR ktp'FES • •Oihct minorities are defined as Orientals (0) or American Indian (I). Please specify tau of each employee ihowts in Other Minorities column. • Note: See instructions on Page 2 Page 1 of 2 . 1 11. PART II. WORKFORCE PROJECTION - continued B. Included in "Total Employeles" under Table A is the total number of new hires that �t employed in theevcnl the undersigned bidder is awarded this contract. The undersigned bidder projects that: (number) 14 new hires would be 1 from the arca in which the contract project is located; and/or (number) I would he recruited from the area in which the bidder's principal office or base of operation is 10 C. Included in "Total Employees" under Table A is-a projection of numbers of persons to be p directly by the undersigned bidder as well as a projection of numbers of persons to be em 7 subcontractors. • .11 4 .The undersigned bidder estimates that (number) _ 6. persons will be directlycip x by the prime contractor and that (number) 1 p persons will be employe i subcont actors. _ s . i PART III. AFFIRMATIVE ACTION PLAN . A. The undersigned bidder understands and agrees that in the event the•foregoing minority';an fe . employee utilization projection included under PART 11 is determined to be an underutil' is . minority persons or women in any job category,and in the event that the'undersigned bidder is a • • this contract,he will,prior to commencement of work,develop and submit a written Affirmative At I Plan including a specific timetable(geared to the completion stages of the contract)whereby de c ' In minority and/or female employee utilization arc coriected. Such Affirmative Action Pla i subject to approval by the contracting agency and the Fair Employment Practices Coi mmission,.: B. The undersigned bidder understands and agrees that the minority and female employee u Zi projection submitted herein, and the goals and timetable included under an Affirmative Actio L . required,are deemed to be part of the contract specifications. • • • Company )\-11 C.-KeeU.t� (,,,,-�-. C .o• . Date Signed JAM• 11, 91 Address 4 714- .�.2c •.r. ( 4-, Z--- . r I/ 4.----ie . a U% Telephone Number .3 13-5 b 3. 2& By -‘4- (/1 , (Title) . u. Instructions: • I Table A- include both the number of employees that would be hired to perform the contract work and the total num currently employed (Table B) that will be allocated to contract work, and include aU apprentices and on • • trainees. The'notal Employees" column should include aU employees including all minorities, apprenti r on-the job trainees to be employed on the contract work. Table B - Include all employees currently employed that will be allocated to the contract work including any sorsa s . on-the-job trainees currently employed. Table C- Indicate the racial breakdown of the total apprentices and on-thsjob trainees shown in Table A. I Paas 2 O 2 . 11 APPENDIX D SPECIAL PROVISION REQUIRED PARTICIPATION BY ELIGIBLE MINORITY BUSINESS ENTERPRISES I. DEFINITIONS 1: For the purpose of this Special Provision, the term "Minority • Business Enterprise" is defined as a firm that has been 1: certified by IDOT as follows: A. "Female Owned Minority Business Enterprise" is an eligible minority business enterprise which is at least 51 percent owned and controlled by one or more women, regardless of ethnicity. 1: B. "Minority Owned Minority Business Enterprise" is (1 ) an eligible minority business enterprise which is at least 51 percent owned and controlled by one or more 1: ethnic minorities or (2) an eligible minority business enterprise which is at least 51 percent owned and controlled by one or more members of groups or individuals which have been found to be economically 1: and socially disadvantaged by the Small Business Administration under Section 8(a) of the Small Business Act, as amended (15 U.S.C. 637(a)). II. BIDDING REQUIREMENT: A. By submission of this bid, the contractor assures that not less than 2.5 percent of the awarded contract value of this contract shall be performed by a minority owned minority business enterprise, and not less than 2.5 percent of the awarded contract value of this contract shall be performed by a female owned minority business enterprise except as provided in Pi subparagraph II-D. Compliance with this Special 60 Provision may be fulfilled by the appropriate enterprise performing as either: PI 1 . A sole prime contractor 2. A member of a joint venture 3. An approved subcontractor 4. An owner-operator of construction equipment I° 5. A rentor of contruction equipment to a prime contractor 6. A material supplier is 7. Any combination of the foregoing. 01 Page 1 of 5 Pages OR 1 I Page 2 of 5 Pages If the material supplier is not the manufacturer of the material being supplied, only 20 percent of the value of material supplied will be considered as fulfilling the MBE provisions of this contract. Only that portion of work performed by the MBE member of a joint venture will be considered as fulfilling the MBE requirements of this contract. The portion of work performed by the MBE member may be determined by the percent ownership the MBE member has in the joint venture or by line items of work performed by the MBE members, as appropriate, depending upon the organization and operation of the joint venture. B. Within 10 working days after the date of bidding and before award of this contract, the lowest bidder, as well as all other bidders wishing to remain in competition for award of this contract, will submit the names of eligible minority business enterprises proposed to be utilized, a description of the work each is to perform and the dollar value of each proposed subcontract. A bidder may request assistance from the Department in locating eligible minority ■ business enterprises. Failure of a bidder to submit satisfactory evidence of intent to subcontract the designated percent of the awarded contract value of this contract to eligible minority business enterprises may be grounds for a determination that such bidder is ineligible for award. A determination of ineligibility based upon the Department's finding of the low bidder's failure to use good faith efforts to carry out the MBE utilization obligation established by this provision, may result in loss of the low bidder's bid guarantee. C. To demonstrate sufficient reasonable efforts to 1 subcontract the designated percent of the awarded contract to eligible minority business enterprises, the contractor shall document the steps he has taken to obtain MBE participation, including but not limited to the following: 1 . Attendance at a pre-bid meeting; if any, scheduled by the State to inform MBE's of subcontracting opportunities under the terms of this contract. Page 3 of 5 Pages E: 2. Advertisement in general circulation media, trade association publications, and minority-focus media for at least 20 days before bids or proposals are due. If 20 days are not available, publication for a shorter reasonable time is acceptable. (This requirement will be met by the Department on behalf of the contractor. ); 3. Written notification to MBE's that their interest in the contract is solicited; 4. Efforts made to select portions of the work proposed to be performed by MBE's in order to 1: increase the " ikelihood of achieving the stated percent of MBE contract; 1: 5. Efforts to negotiate with MBE's for specific subbids including at a minimum: a. The names, addresses, and telephone numbers of MBE's that were contacted; b. A description of the information provided to MBE's regarding the plans and specifications for portions of the work to be performed; and 1: c. A statement of why additional agreements with MBE's were not reached: (i ) Concerning each MBE the contractor contacted, but rejected as unqualified, the reasons for the contractor's conclusion; (ii ) Effort made to assist the MBE' s contacted that needed assistance in 011/ obtaining bonding or insurance required by the contractor. D. A contractor who fails to locate sufficient eligible minority business enterprises to fulfill the MBE requirements of this contract within 10 working days after the date of bid opening, may make a written 010 request to IDOT for modification or waiver of the MBE requirements of this Special Provision. The written request shall be accompanied by all supporting OP information indicating why the Special Provision should be modified or waived. Page 4 of 5 Pages t 1 . RESPONSE. Upon receipt of a written request for modification or waiver of the Special Provision, IDOT shall forward to its Equal Employment Opportunity Officer, (hereinafter "the Officer") 11 the written request and all supporting information. The Officer shall analyze the written request and all supporting information. The Officer shall , within ten (10) business days (excluding weekends and holidays) recommend in writing to the Bureau Chief, (hereinafter "the Chief") to accept or deny, in whole or in part the request. The recommendation shall be accompained by all supporting information. 2. DECISION ON MODIFICATION OR WAIVER. The Chief shall- review the request of the contractor and the recommendation of the Officer. If the Chief 11 determines that the contractor has utilized good faith efforts to secure the ready, willing and able eligible minority business enterprises necessary to comply with the Special provision; and that eligible minority business enterprises are not reasonably available to perform on the project, or that some other reason exists for waiver or modification of the Special Provision, he or she shall modify or waive the Special Provision, and advise the contractor by registered or certified mail , as appropriate. Failure of the Chief to mail notification of the decision within twenty (20) business days of receipt of the request shall be deemed11 concurrence in the request. If the Chief denies the request, or modifies the Special Provision in a manner other than that requested, the Chief shall forward his decision and all supporting information to the contractor by registered or certified mail within twenty (20) business days of receipt of the request. 3. DEPARTMENT ASSISTANCE IN COMPLIANCE. If the Chief does not waive the Special Provision or modifies the Special Provision in a manner other than that requested, the Department will make reasonable and diligent efforts to assist the general contractor to satisfy the Special Provision, and shall identify eligible minority business enterprises available to perform for the general contractor. Failure of a contractor to cooperate with the Department in efforts to achieve compliance may be grounds for a determination that such bidder is ineligible for 11 award. Page 5 of 5 Pages E. In determining compliance with this Provision, the total dollars paid to eligible minority business enterprises subject to the limitations indicated in Section II-A above, shall be divided by the awarded contract dollars to determine the percentage of performance. The contractor shall maintain records of payment under this Provision. 1: Failure of the contractor to have at least the designated percent of this contract performed by 1: eligible minority business enterprises will result in the reduction in contract payments by the amount determined by multiplying the awarded contract value by this percent, and subtracting the dollar value of 1: the work actually performed by eligible minority business enterprises. Consideration for waiver of modification of the terms of this Provision subsequent to award shall be pursuant to Department Rule Part 420. This Special Provision is in addition to all other Equal Employment Opportunity requirements of this contract. APPENDIX E • • Specifications for Project Sign 1. One sign shall be erected at each major entrance to the project for maximum public identification of the work and shall be maintained in good condition until completion of the project. Upon completion, the signs shall be removed. 2. Signs are to be cut from standard 4' x 8' waterproof plywood sheets , or other suitable material, and shall meet the design standards as shown in the attached figure. Iiis 3. The sign may be varied to meet special or local requirements , but proportions shall be maintained. 4. The center white panel will indicate briefly the nature of the project, such as "KEATING BUS GARAGE AND TERMINAL." Avoid maps or lengthy descriptions. Copy should be limited to two lines , if possible. 5. No information shall be included on the project signs • except that stipulated in the above paragraphs. Pr IIIP • . r711 V11 1 it ," a !ds.i 9F irrl roil rill 11r51 rill wra rri • 8' RED background ► • WHITE lettering URBAN (italics) 16" MASS TRANSPORTATION PROJECT WH RE background BLUE Iettering • 16" L background t IMPROVEMENTS SPONSORED BY ar WHITE lettering AND 16" Illinois Department of Transportation U . S . DEPARTMENT OF TRANSPORTATION Ill. Project Number: . /1 'Federal Project No. - . 1' �► 1" Max. 1-4•••••• Lettering: Futuro Bold Italic (top) Futuro Bold (center) Fvturo Demi Bold (bottom) APPENDIX F EQUAL EMPLOYMENT OPPORTUNITY In the event of the contractor's non-compliance with the provisions of this Equal Employment Opportunity Clause, the Illinois Human Rights Act or the Rules and Regulations of the Illinois Department of Human Rights ("Department") , the contractor may be declared ineligible for future contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal 1: corporations, and the contract may be cancelled or voided in whole or in part, and such other sanctions or penalties may be imposed or remedies invoked as provided by statute or regulation. During the performance of this contract, the contractor agrees as follows: (1 ) That it will not discriminate against any employee or applicant for employment because of race, color, religion, sex marital status, national origin or ancestry, age, physical or mental handicap unrelated to ability, or an unfavorable discharge from military service; and further that it will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any such underutilization. (2) That, if it hires additional employees in order to perform this contract or any portion thereof, it will determine the availability (in accordance with the Department's Rules and Renulations) of minorities and women in the area(s) from which it may reasonably recruit and it will hire for each job classification for which employees are hired in such a way that minorities and women are not underutilized. (3) That, in all solicitations or advertisements for employees placed by it or on its behalf, it will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, martial status, national origin or ancestry, age, physical or mental handicap unrelated to ability, or an unfavorable discharge from military service. 111 (4) That it will send to each labor organization or representative 1: of workers with which it has or is bound by a collective bargaining or other agreement or understanding, a notice advising such labor organization or representative of the contractor's obligations under the Illinois Human Rights Act and the Department's Rules and Regulations. If any such labor organization or representative fails or refuses to cooperate with the contractor in its efforts to comply with such Act and Rules and Regulations, the contractor will promptly 1: so notify the Department and the contracting agency and will recruit employees from other resources when necessary to fulfill its obligations thereunder. 3 Page 2 of 2 Pages 3 (5) That it will submit reports as required by the Department's Rules and Regulations, furnish all relevant information as may from time to time be requested by the Department or the contracting agency, and in all respects comply with the Illinois Human Rights act and the Department's Rules and Regulations. (6) That it will permit access to all relevant books, records, accounts and work sites by personnel of the contracting agency and the Department for purposes of investigation to ascertain compliance with the Illinois Human Rights Act and the Department's Rules and Regulations. (7) That it will include verbatim or by reference the provisions of this clause in every subcontract it awards under which any portion of the contract obligations are undertaken or assumed, so that such provisions will be binding upon such subcontractor. In the same manner as with other provisions of this contract, the contractor will be liable for compliance with applicable provisions of this clause by such subcontractors ; and further it will promptly notify the contracting agency and the Department in the event of any subcontractor fails or refuses to comply therewith. In addition, the contractor will not utilize any subcontractor declared by the Illinois Human Rights Commission to be ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations. With respect to subcontracts, the following definition is taken from Article 1, Section 1 .1 (16) of the Rules and Regulations of the Illinois Human Rights Commission: (16) The term "Subcontract" shall mean any agreement, arrangement or understanding, written or otherwise between a public consultant and any person under which any portion of the public consultant's obligations under one or more public contracts is performed, undertaken or assumed; the term "subcontract, " however, shall not include any agreement, arrangement or understanding in which the parties stand in the relationship of an employer and an employee, or between a bank or other financial institution and its customers. APPENDIX G CERTIFICATION OF NONSEGREGATED FACILITIES Project Location 1: (Applicable to federally assisted construction contracts and related subcontracts exceeding $10,000 which are not exempt from the Equal Employment Opportunity clause. ) The undersigned hereby certifies that he does not maintain or provide for his employees any segregated facilites at any of 1: his establishments, and that he does not permit his employees to perform their services at any location, under his control , where segregated facilities are maintained. He certifies 1: further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their service at any location, under his control , where segregated facilities are maintained. He agrees that a breach of this certification is a violation of the Equal Employment Opportunity clause in this contract. As used in this certification, the term 1: "segregated facilities" means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. Note 1 : The above certification for federally assisted contracts and related subcontracts is hereby made applicable to contracts financed wholly with State funds. .16 (Firm) 10 Li / (Signature and 'Title) 1: (Date) Pi U r r NATIONAL STREET COMMUTER PARKING LOT SPECIAL PROVISIONS 1 . GENERAL: Except as may be herein modified , the "Standard Specifications for Road and Bridge Construction" adopted October 1 , 1979 by the Illinois Department of Transprotation and the "Standard Specifications for Traffic Control Items" Adopted January 1 , 1977 by the Illinois Department of Trans- portation shall govern the construction of this improvement . 2 . RAILROAD PERMIT & INSURANCE : The property on which the parking lot is to be constructed will be leased by the City of Elgin from the Chicago, Milwaukee, St .Paul & Pacific Railroad Company. Because this improvement is on railroad property the Contractor shall give the railroad company a two week written notice prior to the start of work. Whenever the Contractor is working closer than 15 feet to the centerline of the track, a railroad fla pan will be required . This railroad employee will be paid for by the Contractor. The Contractor shall obtain a railroad protective liability policy for $2 ,000,000 .00 combined single limit . This policy shall specifically list the railroad as being insured. The policy will need to be approved by the railroad prior to the contractor beginning work. The cost of obtaining the above permit , flagmen and insurance shall be considered as incidental to the contract . PP 3. SOIL BORINGS : In order to obtain relative data concerning the character of material in and upon which this project might be built , borings were made . The soil borings for the IP proposed project are on file with the Engineering Department 1' of the City of Elgin. The explorations were made by ordinary and conventional im methods and care deemed adequate for such purpose. . However, since it is a matter of common knowledge that the exact character of any material and its reaction is difficult to determine from such subsurface exploration and that the kind irk and character of material at the site where foundations or embankments are built may vary substantially from that indicated by the log, they are made available to the bidders simply for what they are worth without any warranty, expressed or implied, that the material to be encountered in building Ply the foundation or embankment will conform therewith. If the its log is used by the Contractor in making his bid, it is hereby expressly stipulated that the City Of Elgin accepts no IP responsibility for said use. 4. EARTH EXCAVATION: This work shall be constructed in accordance with Section 202 of the "Standard Specifications" , and shall F" 1SP consist of the removal of all materials except those separately designated on the plans . All suitable materials excavated shall be used in the construction on EMBANKMENTS as designated in the plans . Black dirt and topsoil shall be temporarily stock piled for use as designated on the plans . This black dirt shall be placed as incidental to the cost of earth excavation. The removal of existing fences , bushes , shrubs , small trees , or other small items not designated herein shall be removed and disposed of as incidential to the cost of EARTH EXCAVATION. The breaking and removal of the existing bituminous pavement shall be used in the lower layers of the construction of the Embankment on the south end of the parkin lot after the removal of the unsuitable materials in that location. The cost for the breaking and removal of this bituminous pavement shall be considered as incidential to EARTH EXCAVATION. This work shall be paid for at the contract unit price per cubic yard for EARTH EXCAVATION measured as specified in Section 202 . 5 . CMP PERFORATED STORM DRAIN 8" : This work shall consist of the construction of corrugated metal pipe underdrains in accordance with Section 607 of the "Standard Specifications" and in accordance with the details in the plans . The payment for this work shall include the total cost of excavation , placement of pipes and necessary fittings , placement of granular material and tar paper barrier and backfilling as designated in the plans . This work shall be paid for at the contract unit price per lineal foot for CMP PERFORATED STORM DRAIN 8". 6. COMPACTED GRANULAR BASE COURSE 8": This work shall consist of furnishing and placing aggregate material on the prepardd subgrade and shall be constructed in accordance with Section 301 of the "Standard Specifications" . The aggregate base course may be Type B with 100% crushed stone or 100% crushed ravel (IDOT designation CA6) and shall be a minimum of (8") eight inches thick. This work shall be paid for at the contract unit price per square yard for COMPACTED GRANULAR BASE COURSE 8" . 7 . BITUMINOUS MATERIALS : This work shall consist of the prepara- tion of the base, the application of bituminous priming materials , PI' and a mixture of asphalt cement and dense graded aggregate la laid in accordance with "Standard Specifications" . The lines , 2SP grades , thickness and cross sections shall be those shown on the plans . The bituminous surface shall have a compacted thickness of not less than that shown on the plans . The base or subbase shall be prepared by filling any ruts , depressions or corrugations and shall be brought to a smooth grade and proper crown. After the base course has been brought to a smooth grade and proper crown, it shall be compacted by repeated wetting and rolling with a pneumatic-tired roller, until proper compaction is secured . Compaction test reports may be required if directed by the City Engineer. When the base has been prepared as specified above, the bituminous material as specified for prime shall be applied uniformly at the rate of 0. 35 gallons per square yard . The bituminous priming material shall be permitted to cure until penetration is complete , but at no time shall the curing period be less that 12 hours . Traffic shall not be allowed upon the primed surface of the lot during the curing period. The prime coat shall be maintained at all times until the surface course is constructed. The surface course aggregate shall be dried and heated in a revolving drier to a temperature to 2500 to 325° F. The aggregate and bituminous material used in the surface course mixture shall be measured separately and accurately by weight or by volume . The surface course mixture shall be made in an approved mixer. When the aggregate is in the mixer, the bituminous material shall be added and mixing shall continue until a homogeneous mixture is produced in which all particles of the aggregate are coated uniformly. The ingredients shall be heated and combined in such a manner as to produce a bituminous mixture which when discharged from the mixer will vary not more that 20° F. from the tem- perature set by the Engineer. In no case shall the temperature be more that 325° F. The surface course mixture shall conform to the following composition limits by weight: Aggregate 94.0 to 96 . 5% Bituminous Material 3 . 5 to 6.0% The percentage of bituminous material shall be determined by the Contractor'_s Engineer and approved by the City Engineer. The aggregate shall conform to the following gradation: • Passing 1/2" Sieve 100% Passing #4 Sieve 60% to 85% Passing #10 Sieve 40% to 55% Passing #40 Sieve 15% to 35% Passing #200 Sieve 5% to 10% 3SP The bituminous material shall be as shown below: Prime MC30, RT-1 , RT-2 Bituminous surface plant mix SC-800, SC-3000, A1C-3000, RT-10, RT-11 , RT-12 , AC 120-150, AC 100-120 Bituminous mixtures shall be transported in trucks prepared for hauling the mixture. The trucks shall be properly insulated throughout to prevent chilling of the bituminous mixtures . Longitudinal asphalt cold jounts shall not be permitted . Transverse bituminous cold joints will be permitted as approved by the Engineer and subject to the following conditions : t A new bituminous layer shall terminate with a butt joint or a feathering section to existing pavement. Where a new layer does not join with existing pavement , tar paper shall be placed under the last lineal foot of that layer and later saw cut and removed prior to the continuation of the placing of that layer. This work shall be paid for at the contract unit price per gallon for BITUMINOUS MATERIAL, PRIME COAT and at the contract unit price per ton for BITUMINOUS CONCRETE BINDER COURSE 1-1/2" and BITUMINOUS CONCRETE SURFACE COURSE 1-1/2" . 8 . PAINTED PAVEMENT MARKINGS : This work shall consist of the preparation and painting of painted lines as designated on the plans. This work shall be performed in accordance with the "Standard b Specifications for Traffic Control Items" . This work shall be paid for at the contract unit price per lineal foot for PAINTED PAVEMENT MARKING (4") . 9 . SIGNS : This work shall consist of the furnishing and installation of the signs and necessary posts as specified in the plans and in the locations indicated in the plans . U This work shall be fabricated, constructed and installed in accordance with the "Standard Specifications for Traffic Control Items" . This work shall be paid for at the contract unit price per square foot for SIGN PANEL, TYPE 1 and at the contract unit price per lineal foot for METAL SIGN POST, TYPE A. The price shall include furnishing the sign, complete with required supporting channels and mountin hardware and installing it on previously errected sign posts erected as specified. 4SP 10. Deleted 11 . PLANTING: This work shall consist of the furnishing and planting of plant materials listed in the schedule and planted in the locations designated on the plans in accordance with Section 645 of the "Standard Specifications" . All trees shall be wrapped and staked as designated on the plans . Inspection and acceptance of the plant materials shall take place in September after the materials have been planted and gone through one winter in accordance with Section 645 . 15 of the "Standard Specifications". This work shall be paid for at the contract unit price each for the several kinds o4 TREES and Shrubs . ,. 12 . SOD: This item shall consist of the preparation and placement 75T—sod in the area designated on the plans . This item shall also include any necessary supplemental watering to see that the sod is firmly established and growing. Fertilizer shall be applied to the area to be sodded at the rate of 180 pounds per acre. The nutrient mixture of the fertilizer shall be; 10% Nitrogen, 6% Phosphorus, 4% Soluble Potash . The cost of furnishing and applying the fertilizer shall be incidental to the cost of SOD. This work shall be installed in accordance with Section 644 of the "Standard Specifications". 5SP This work shall be paid for at the contract unit price per square yard for SOD. 13. TOPSOIL (SPECIAL) : This item shall consist of eixcavating for, and placing six (6) inches of topsoil in the area to be sodded. All other topsoil will be placed in accordance with Section 217 of the "Standard Specifications" . After excavation of the planting area, the topsoil shall be placed in twelve (12) inch lifts and compacted to prevent settlement of the planted materials . 14. SHREDDED BARK MULCH: This work shall consist of the furnishing and placing of a shredded bark mulch material to a uniform depth of three (3) inches in the planting area after all plant materials are planted . The material shall consist of either a mixed hardwood species or pine . Sixty percent of the shredded bark particles shall range between one and three inches in length and the remaining forty percent shall be less than one inch in length . The maximum width of the particles shall not exceed one and one- half inches . This work shall be paid for at the contract unit price per square yard for SHREDDED BARK MULCH. 15. LIGHTING: The work to be done under this item of the contract shall consist of the furnishing of all labor, equipment and incidential materials for the installation of a new parking lot lighting system within the limits of the improvement . kit It shall include all new concrete foundations for parking lot lighting luminaires , the installation of the lighting units and wiring, cable duct and conduit required to properly connect up and service the parking lot lighting system. It shall include all trenching and backfill required for the installation of underground conduits and cable. It shall include the testing of all conductors for continuity and resistance to ground. Materials : All material shall be furnished and delivered by 41. the Contractor to the job site at his expense. All such materials shall conform to the requirements set forth in the plans . Electrical materials 'shall be new and of the types and kinds meeting the requirements of the National Electric Code. Scheduling for Work: All work described under this division and shown on the plans shall be scheduled to be accomplished in conjunction with all work of other divisions so that the project can proceed efficiently to completion. 6SP r Inspection: All materials furnished under the contract shall be subject at all times during manufacture and fabrication to such inspections and tests by the Engineer as will give due assurance that the terms of the Specifications are being complied with in all respects . Such inspections and tests shall be performed at the points of manufacture and fabrications, or in the field as the Engineer may designate . Inspections and tests of fabricated parts will be made by such methods and at such times as to insure compliance with the Specifi- cations in all respects . Trench and Backfill : This item includes all trenching and backfilling, including finished grading and installation of markers , necessary for installation of underground cables and conduits for the parking lot lighting. The work included under this section will not be paid for separately but will be considered as incidental to the cost of PLASTIC PVC CONDUIT. This work shall be performed in acc- ordance with Section T430 , Trench and Backfill , of the "Stan- dard Specification for Traffic Control Items", except that the minimum trench depth shall be two-feet six-inches (2 '-6") . Concrete Foundations : This item shall consist of furnishing and installing concrete foundations for parking lot lighting luminaires and poles . The foundations shall be of the diameter and depth as indicated on the plans . The hole for the foundation shall be made by drilling with an auger of the same diameter as the found- ation. The foundation shall be cast-in-place and allowed to cure for 14 days before the pole is erected. Concrete shall be deposited against the soil . A form extending a minimum six inches below the top surface of the foundation ig is required . The exposed portion fo the foundation shall be finished with a steel trowel to a smooth finish. The anchor bolts and conduit shall be placed in the forms as indicated on the plans in an approved manner prior to pouring the concrete foundation. The anchor bolts shall be 1111 as specified herein. Concrete work shall conform to the requirements of Class X Concrete. Anchor bolts shall conform to ASTM A-307 , "Low Carbon Steel externally and Internally Threaded Standard Fasteners", except that non-headed anchor bolts whether straight or bent may conform to ASTM A-576, "Special Quality Hot-Rolled Carbon Steel Bars" , Grades 1020 through 1043 , with a minimum yield of 36,000 psi and a tensile strength of 58,000 to 95 ,000 psi. The anchor bolts and nuts and washers shall be galvanized except on non-headed anchor bolts and galvanizing may be reduced to minimum of the first 10" of the threaded end. 7SP Galvanizing shall be by the hot-dipped process conforming to ASTM A-153 or electro-galvanizing with not less than 1 .0 ounce of zinc coating per square foot of surface. Bent bolts may have approximately a 4" , 90 degree bend on a radius of approximately 4 times the diameter of the bolt . The foundation shall be furnished and installed as specified herein and as shown on the plans . The concrete shall be allowed to cure for 14 days before the poles are erected. The top of the foundation shall be level such that the poles may be set plumb on the foundation without the use of leveling nuts , shims or other leveling devices . Basis of Payment: This work will not be paid for separately but will be considered as incidental to PARKING LOT LIGHT (COMPLETE) , constructed as shown on the plans , which will include all materials , excavation, form work, backfill , stone screenings , ground rods , anchor bolts , nuts , washers , conduit, labor, tools and incidentals necessary to complete the work as herein specified and as shown on the plans . Plastic PVC Conduit : This item shall include furnishing and installing the plastic PVC conduit, as well as related items such as conduit , couplings , fittings , pull boxes , flexible couplings , bushings , and all hardware for attaching and mounting. It includes any conduit attached to poles . Materials : Counduit shall be PVC Pastic , Schedule #40, in accordance with the National Electrical code . Each length of conduit shall be labeled Schedule #40, PVC Plastic Pipe. Hardware and fittings shall be approved by the Engineer and shall be appropriate in design for the application. Conduit bends shall not be less than twelve (12) times the inside diameter of the conduit . Conduit shall be run as straight as possible and shall be installed in a neat and workmanlike manner. The ends of conduit shall be cut square and thoroughly reamed before installing so that all burrs and rough edges are removed. The conduit shall have a minimum cover of two (2) feet six (6) inches below the finished grade. Where conduit crosses proposed pavement or sidewalk locations it shall extend a minimum of four (4) feet from the edge of pavements and two(2) feet from the edge of sidewalks . Method of Measurement : The length paid for shall be the number of lineal feet of conduit installed and accepted, measured in place. The length for measurement shall be the length out- side of concrete structures , such as foundations or handholes . 8SP . r L _. This work will be paid for at the contract unit price per lineal foot for PLASTIC PVC CONDUIT, SCHEDULE #40 , of the diameter specified, which price shall be payment in full for furnishing and installing the plastic PVC conduit , fittings and all labor, material tools and incidentals necessary to complete the work as specified herein and as shown on the plans . Wire and Cable : This item shall include furnishing, installing and testing all wire and cable in conduit, as well as furnishing all labor, equipment and incidental materials necessary for such installation, to complete in place, new parking lot lighting. r Cable shall be single conductor copper, insulating type XHHW, 600 V. and color-coded as follows : Neutral White Phase Wire No. 1Black rGround Green AWG size shall be as shown on the plans . The cable within the pole from the handhole to the luminaire shall be a single conductor, color-coded (as above) , standard type XHHW, 600 volt insulation, No. AWG. One fuse holder and fuse shall be installed inside the handhole of each pole for each luminaire . r The cable in conduit shall be heat and moisture resistant 6 rubber insulated with Neoprene jacket and conform to I.P .C .E .A. Specifications S-19-81 . The insulation shall be Underwriter ' s Type USE-RHW. All wire and splices shall be made in the pole bases . la l Electric Cable in Conduit : This item shall consist of furnishing, installing and testing the 600 volt cable, of the wire size indicated , from the control cabinet to the Com- monwealth Edison Company transformer secondary at their service pole, from control cabinet to lighting unit, and from lighting unit to lighting unit . ill iit This cable is to be placed in the Plastic PVC Conduit of the diameter specified which rises up the pole as required by the Commonwealth Edison Company. Cable shall be continous , without splices from service pole to each lighting unit. The cable shall be pulled into the conduit with a minimum of dragging on the ground or pavement . This shall be accomplished r 9SP r by means of reels mounted on jacks or other suitable devices conveniently located for unreeling cable directly into conduit in such a manner as not to damage the cable . Where lubricants are necessary to facilitate pulling of the cable only a vegetable lubricant may be used for plastic coated cable . Approximately 25 feet of cable shall be coiled at the top of the rigid steel conduit riser, of the size indicated, installed on the service pole, for connection to electrical service . Connection to electrical service to be made by the Commonwealth Edison Company. Tests : The contractor shall submit a sample of each cable being used and shall receive approval before any is installed. The Engineer may, at his descretion, require a report from the manufacturer, in which the manufacturer certifies that the material was inspected and tested and meets the requirements of these Specifications . He may test or have tested a sample of the cable or duct at any time during the construction period. All cable runs shall be continuous without splice in cable or from pole handhole to pole handhole or the control cabinets . Splices will be permitted only in the bases of poles or in unction boxes on bridges . Conduit shall be installed so that it is possible to withdraw a cable and pull a new one . Bends shall be as gradual as practical but not less than a radius of ten (10) times the outside diameter of the duct. This work shall be paid for at the contract unit price per lineal foot for ELECTEIC CABLE IN CONDUIT, 1 /C No. 8 which price shall be payment in full for furnishing, installing and testing the cable for the control equipment mounting panel in the service transformer or from service transformer, in transformer manhole, to control cabinet . Grounding Wire : Grounding wire of No. 6 AWG size or larger shall be bare , stranded, annealed copper wire complying with ASTM designation B-8 , Class B. The grounding wire shall be securely connected to the ground rod in the light base and to the lighting system. Ground rods shall be copper coated steel rods not less than 3/4 inch in diameter and not less than 12 feet in length. Ground rods shall be installed as shown on the plans . This work will not be paid for separately but will be considered as incidental to PARKING LOT LIGHT (COMPLETE) . Wiring Tests : The tests outlined in this section are witness tests to be performed during construction in the presence of 10SP pp L the Engineer at times approved by the Engineer. They shall be performed by the Contractor ' s personnel and with his equipment. The cost of this work is incidental and no extra compensation will be allowed. Testing will be performed at opportune times before final inspection. Defects shall be corrected and testing repeated until all sections of the installation are sound. Splicing or repairing of insulation below grade is not permissible . All data required herein shall be read and recorded at the time of the test by the Engineer in the log which will be retained by him for examination and approval at the time of final inspection. It is the responsibility of the Contractor to make certain that the log is complete and the data proves that the system performace exceeds the minimum requirements . Approval for payment will be given only if a complete log is submitted by the Engineer at time of final inspection and the final , corrected system meets the minimum requirements . It is the purpose of the test to confirm the quality of insulation in the ballasts and wiring. All construction shall be finished when tests are made. The pole shall be erected, with ballasts and lamps in place. Trenchs shall be backfilled and all connections shall be made up in handholes , poles and control cabinets . Insulation resistance shall be measured with a megger gener- ating not less than 500 or more than 1 ,000 volts . A multi- meter is not acceptable because it applies only a few volts which will permit some insulation defects to go undetected . Erratic behavion of the megger during the test indicates an intermittent weakness which must be corrected. Only the lowest value indicated shall be considered or recorded. The Engineer shall log the serial number and voltage rating of the megger used by the Contractor. He shall then confirm the calibration of the megger by connecting the two leads of the megger together so that the resistance to be measured by P" the megger when it is turned at full speed is zero. Unless this is true, the megger will give false readings under all other circumstances as well . Each circuit shall be permanently tagged for identification and then tested at the control centers . The full voltage of the megger shall be applied between ground and each insulated wire in each circuit . The ground shall consist of a driven, copper-clad rod 12 ' x 3/4" or larger connected by #6 wire to the power company neutral in the control cabinet . Circuits shall be isolated from each other by opening the circuit breakers . The minimum, acceptable resistance to ground shown by the megger shall be as follows : 11SP PP L Wire• Tested Minimum megger resistance to group To power source 40 megohms minimum 1 or 2 lights connected to wire being tested 40 megohms minimum 3 or 4 lights connected to wire being tested 20 megohms minimum 5 to 8 lights connected to wire being tested 10 megohms minimum 9 or more lights connected to wire being tested 5 megohms minimum The megger shall be operating at full crank speed when it is read. If needle fluctuates , the lowest resistance value shall be recorded. If any conductor has less resistance than that shown above, it shall be rejected regardless of atmosphere, ground water or other condition which may be alleged to be the reason. Defective cables shall be replaced and retested until satis- factory. It is the purpose of these tests to confirm the design values of voltage drop and the accuracy of the installed wiring layout . The test shall be performed in the sequence given as rapidly as possible except for the 5 minute warmup. Two voltmeters and two ammeters shall be used for accurate testing. The instruments shall not be adjusted after testing begins . 1 . Turn lights on and record "starting" current in supply phase wires A and B. 2 . After lights are on 5 minutes : (a) Record "operating"current in phase wires A and B. (b) Record phase voltage (c) Record voltage across ballast in handhole in end light of circuit designated by Engineer (d) Record voltage of same circuit at control center to determine voltage drop between end lamp and control center. (e) Record current in each lighting circuit. 12SP r s WIRING TEST LOG SHEET (one required for each control or service center) Control Center Number MEGGER Data: Volts generated volts. (Must be 500 to 1, 000) Scale used, 0 to megohms E - Manufactured by ,Serial No. Construction Status: Wiring complete , incomplete _ Trenches open , backfilled _w Megohms to ground : Wire A to power supply, megohms " B " megohms Wire A to lighting circuit 1, megohms B " " " 1, megohms " A " 2 , megohms " B " N N 2 , megohms " A " m N 3 , megohms " B " N N 3 , megohms " A " n - of 4 , megohms " B " " N 4 , megohms - Amperes: Wire A to power supply, initial amperes " B " " " " amperes " A " IS " after 5 minutes on, .impure r " B " N " " after 5 minutes on, amPCL I " A, Circuit 1 after 5 minutes on, amprrc " A, Circuit 2 after 5 minutes on, ampere " A, Circuit 3 after 5 minute's on, ampc,rc " A, Circuit 4 after 5 minutes on, ampere Regulation : (Make following tests in order shown with lights "° burning after they have been on for five minutes or more. ) r 1. Voltage in control cabinet between Wire A and Wire B to power supply, volts. !II 2. Voltage between Wire A and Wire B at most distant light (designated by Engineer) volts. 3. Voltage in control cabinet between Wire A and Wire B to I, power supply, (Same as 1) volts. EngineerIP t. 601 r 13SP 6 • PP a • taw32188Federal Register / Vol. 46. No. 118 / Friday, lune 19, 1981 / Notices M . Fil I j. g• i g • •:: M S••.•.� w": ••0•0• O• • S S 0 E i0 W r : 1 • l•• z 8: is • • • • .;� • . . ' i • i `,• s~ t~t;� g RS ''F •jj .j: rrr • w��� - . fi88, 3 • s SSS == ts2 .. 8 8$8 2a.�01 ... s • • • • :: x..«r .R. $ 8 Z a S to.. 8r. «$4$• «i • t..• « • r—. r r r r• r r • •r r •rrr rrr r C .1..1 .. ...e • ••e• N a. u • • - ., ; 1 SoI • - • r • � .a = y • • • • t.a r I • V 01 to j y SC __ • •d1r acN_ � . : rW . . • - �12 j.+'''dour- . ����gi ���raa� ^, 1.11IS ��!!4 . 1 ‘ II Oft•WI• C x: t S SO s a qi • €; • W ▪ ;▪ • 1M / a 1 • •• g y C ; ! •L ^a�� 8 a8':x • r • t S •' 3 ^w r r r0� NO O • s r..rr .i .11.1 •go.1 , D f r O ^ 1,1 - CCC • r r 8 v 3 s •8..8 41 g 8":: S Ot•�.•... Y S r . ,Y rrrr • rr •r iin� • • ^ I. . 3 '{ Z883 R 28:8e 8 18� «:• in 8 I B U • • •r r • •r r • • • r N •1 • E 1 .. .. 0.1 YC..i • , V Sit 1: a E 8 « a is• e.i3 ga ..2..' .�� •v s Ldi 11a ba — ; is I I 8 t .. • •. • I � yam: .. ii 5. 3. 3 •g, .E a f634 « . a 1!1:4 ...11r . IIsi%PIP = •• W .I ..3w r = + =S ki. I • • .3 3 •1 st 3 . •i<v •••• �7� • YYd v •�F= r Y... iiu.rrry • t� IiiiI1 —' 11i1 bili;i 1 PP iaa • ii i ] A _ 1i di ifyrifrpEfffififri01 , . . =^ :=# . - Iw ; - ; f . ] . of ..- r 4 t fro . . f.gf IYJ 1 rb [a z 3 ififir ;i2f 1 . cs : . - i • dgi r • .1 c. . eri; .. . , 3 I. - - M - • -rrr • s3 : 6• •: �frY G i }I� '4 .4 4 '4 •v u %. i V V v v • 3 . ... . . r r r Vy• Vy •y • 7 V O _ i• i • • • 3 I ' -- t 3Z� .i3 3 • r!:riipl{ii ilii tori g€ gl1 Wail g irrff„..a m32 2 3 - . ' c .= w• . ; ^ = w 3w : s. is - � J ! c' ;`:w. it "s ii3i i : F .4 �ct�t. IAARa =r; w : w; �ji - •- i. . Ft w 3 riroxff f:Aim= pilfrzirrip ui.ss : : r-i . i f' ..ir , ivC` - al"• sa... j • ; i p• •.-- '. . .• 'IP.. if : 7,:; 11 t. iti . cis I. 3 ! FL- t.a• r ? " i��y �c� � M owe . . _ _ if ': � it cg! i a - css w3 a .li.r ja ;-- s} _ i_;1 I i'ti- 1r � ` lg ; I Eflr, ;E: ist- riaj r. ;.1:i3� . ...:41—;:it itf : ?-- : [. al : II "- g . . tisrf • 3 4I r• ir -ws _ r .. jC ■ . Ep -r !- • r • iiii , 'acpoN / Wet '111 a 'AgPRS / IR vt4 '0f 1°A / nig¢ay limn. /-1 r a F 1 rvit rmii re-i rffigi rim rgmai rag, rgii rani real rem roil twill rola r-ii fr-i 4. ' • • owIStON NO. it et-Tote stctstop wo. tLh et-lo • ` +' I /.t...•••••••••..••••14.11W • «. 1.111.9.s ... .-.1•••P•••••P••••••••••. .• LABOPERS: LAKE COUNTY .. ...a. titpp N..1. r E/.•.r... Mewl, l/ Nw .r. ~ O •..• M l• Pw•4.. 11.•.•+.. +•/ scents a MPTtP MAIN OM.. M L• P...1... •.Ml.. ..a'.. /... Tr. a.... T.. t1175AF + J tI CLASS I • •awe. L ill ll cawti••t ...neral Laborers $TO, Common! Plasterer Tenders! • Laborers s Flagmen S.SS .S7 1.10 • Pumps for Dewatering and CtaSS 2 . ether Unclassified t.conJ bottom Men 1.775 .S7 1.10 Laborers 011.10 .57 $1.30 CLASS 1 . -W.IT-Foint S apse Cement Oen Laborers 11.175 .S7 1.30 hammer Men (tampers 4 O. �aettold Laborers and PVibrators' Patton Men, ^ Alan• Laborers over 40' 11.20 .57 1.30 Pipel.y on Drains; All y 1 Plpelay.r Men; A1► wlaflaN awe Cement ObtT• Tunnel Mork SAM .Tt 1.10 70 Metals Laborers - Gen tili' 1T11LtT TAVTNC L CRADE lte 11.25 .S7 1.30 ^ R• • SEPARATITh • A Obese fawdlers attd•Oerrlek- -- wee 11.30 .S7 1.30 CLASS 1 • n.ral. Asphalt L As- 4C Jackbameereee 11.325 .S7 1.30 phalt Plant Laboreral • C Flagmen 1.53 .S7 1.20 Ceworets Vibrated llewbero' CLASS 2 li . Tenderer and Chain Saw Laborers on Apace, . Operator 11.35 .31 . 1.30 Birch Overran s smile • Z apr..der Equipment. Ma p Firebrick and Geller chin. Screwwen. Mitre 'Otters' tenders 11.425 .S7 1.30 o spread.,• 0.025 .S7 1.10ra • CLASS 3 on Cbleitey Tenders en.•lire- ori •tt.rst 11e11 • brick; Caisson Diggers Point; Jact:haoser and Well Point System men 11.43 .57 1.30 (Ta.pers s vibrators)! • bottom Ment Pippelayers holler Better Plastic • on Drains; Catch Basin 4o . ?seders 11.33 .57 1.30 Diggers s Menhnlrt Power Driven Concrete Jectbemper an Firebrick Sri 0.50 .S7 1.10 ' g ONLY 11.475 .S7 1.30 ^ .a m 8 Z O C R .. we el w- 11 ImIl 1"11 r-li tr—al Iry Iry emmil rmll im.11 Iry ply IP141 1191 Ir-11 r", P--11 .i.,.. '' h BKtSION NO. 1141401A • ott15I011 NO. tta1•7011 POW* COUIPMENT OPERATORS (Central . '• P....•sty....P..�•... N...1; E h••w. N.... N s v ►..d.., vert,... •-di.. ROVER EOOTPMENT OPERATORS( Ave, r'' Class ft Cohere/ Boller and Throttle Valve; 'rooms. all power propelled: Cement Supply Tendert Compressor Throttle valve: Concrete Miser 12 bags and over!. Conveyor, portable: Fire- man on Boller; Forklift Trucks: G Engineer; Grouting Class 2 12.05 1.20 1.20 .70 .05 Machine Worsts; Automatic Notsta: All Elevator Hoists: Tugger. Class 2 12.300 1.20 1.20 .70 .05 n single drum: Jeep Diggers: Pipe Power Saw, Concrete: Power- Class 0 11.20 1.20 1.20 .70 .05 driven Pug Mills: Rollers. all; SteGenerators: Stone mg Class S 10.20 1.20 1.20 .70 .05 Crushers: Stump machine: winch Truck with 'A' Frame: Mork16 !oats. Tamper: fora Motor driven r• • Clams 01 Air Compressors. all; Oeaeestocet nesters, Mechanical City is Asphalt Plant, Asphalt tooter and !Isnot Combination, Light Plants. all 11 through 5): Pumps, all: Preps. well points: 70 Amp/halt Bpreedet; Awtograde; Belt Loader: Caisson Rigs; Central Tcactsire: Melding Machines (2 through i) 01 Medimla Plant: Concrete Breaker (truck mounted): Concrete Con- m Toyer, Concrete Paver over 17E cu. ft., Concrete Placer: Con- pass St Oilers stets Tube Floes; Cranes. all attache:en:st Cranes. Linden. Pace and Machines of a like nature: Derricks. trOveling: Dredges: . tabella Leedom( tlevacln0 type Oradell and Mechanics of a likeet enlisted classifications needed for work not included within the mature; Derricks; All Derrick Boats; Derricks, traveling: Dredges/ 0 Euclid Loader; elevating type Credal' and Mechanics of • like of the classifications listed may be added after award only ea mature, 1 cu. yd. and over; Mucking Machine, under 1 cu. yd.; rovided in the labor standards contract clauses (21 CFR. 5.5 Piledrivers and Skid Rig: •Pee-stress Machine; Plop Crates, I4I11)llll). - pool Ran (requiring frequent lubrication and water): Pock Drill, Z Crane type; Slip Porn Paver; Straddle Buggies: Tractor w/booty; Vesotaire w/attachments: Trenching Machine: Underground Boring • .�. sank/se Minim, Machine, under S ft.; Wheel Excavator widener (Apseo) as. -- glass !, Mcbamlc-welder; latch Plant; Sitcminsms Mixer: Bwlldocer; Combination Backhoe Front End Loader Machine, Concrete Breaker of X lydro-hammer: Concrete Grinding machine. Concrete Mixer or Paver, 7$ Series to and including 27 cu. ft., Concrete Spreader, Concrete _ m Caring Machine, Burlap Machine; Belting Machine and Sealing Ma- 41 Bowel finishing Machine: Concrete Grader: Motor Patrol: Auto C Patrol: Porn Grader; Pull Grader: Subgradet: Righll(t Shovels se Front End Loader; Hydraulic Boom Trucks (all attachments): n Lacamotives, Dinky: Pump Cretes: Squeeze Crete,. Screw type Pumps: .a Cypewm Bulks, and Pump; Rock Drill (self-propelled); Roto-tiller; !o Seaman, etc.: Self-propelled Scoops; Tractor drawn, self-propelled .a Compactor. Spreader, Chipstone, etc.: Sccap•nr: Tank Car Heater; li Tractor, push, pulling Sheeps Foot, disc.: Compactor. etc.; Tug -+ *oats Z 0 0 is M II- //din. 55 ho/es M/n 55 ho/es -Min /8 ho/es (4"dia.) spaced /"o.c. - spaced /"o.c. ]Ui------ spaced /"o.c. e 1 ° 1 e f— a e I r 1 t ' \ .... / I e X r: / V x u • X . :41---,r-,r ...� \ h ....../ r h •'. , Z - M o b o t. / S 6 Z. SECTION 0-0 e , -1 I b SECTION F-F '�ti u v 0 0 a) E — —�,,_ E SECT/ON E-E ` r Slee/_%/2 lbs./If. Alum.-Q40 lbs./fl. O i t 1 t Pn t t ir2 Toper r t'-� `' 1 t�"� _ /optional 11111 -...1*1.. �/ TYPE A TYPE 8 TYPE C NOTES: a b c Sx-x w 1n.-1 /b./11 Dimensions shown /or cross sections are minimum. Steel 3t6" /f" /t6" 0223 2.00 A/I holes ore B"diameter, except as noted TYPE A Aluminum 3z" Ii" /1" 0.435 0.90 S,_, is the m/n/mum sect/on modulus about the x-x ox/s o/ the post Steel 3 6" l4" /2" 0.34/ 3.00 os shown. For posts in which holes are punched or drilled for more than TYPE 8 t- ho/f their length, S,_,shall be computed for the net sect/on Aluminum 4r 24" 2i" 0888 1.30 W is the nominal weight per fool of the post. (/)Illinois Department of Transportation ISSUED 4 2 73 REVISIONS METAL POSTS FOR PASSED_ _ April Items_ _ _1977 DWWSr 4-18-77 T SIGNS, MARKERS & DELINEATORS Engineer of Bridge and Traffic Sir tures O APPROVED_ _12ril___ .._ _7.1977 _ 0 C.-/4f - ,....T 3 ....,ter' ..- , Engineer of De}i n STANDARD 2350 -2 cr Rcdrown 2-27-76 ( r Site) f. 1 r 1 rAl r''''I r" t i OF ILLINOI• • W r - w---- DEPARTMENT OF TRANSPORTATION { VI GENERAL Morel,�I L 1 OES/GN IASNrp SNwOs O SO/e///MI/Ml ler Jh1 t/YnI/Jr/r.+ll 15 5041 n•f MON M/Orn IW/ IN Nies.,Signs,LnwN0O/eel •ne AVIS It S•yn0/1, 1175 N �/%(�n,n/ /l- /I- 24° !o- JrrCONSrNIKslnom c••••••1 51e..a•.S•••,ft/s•N l•r hese���se M/.sa Y ' C.nr,rl,nw,Pawa.✓I//ma.; 51•040•0SOK C.A..'S1. .re NKONMa xl x ; lla.rhe/lit Care,PermPermorspe .r . //rebs.Sorrel AMsrsnx I If=O•O• • LOAO/Nf• 1r AO,.FA wend r.rsclry arm 50%for Farr worse I/ O 8'-f A / A a 8 H wren ',}hers 1 7'-O•. SOIL INESSUNE, M,w,a.w e1/eMbrs sell Pressure•1.15/./ ;I, -, i 1 T f' l 8-0. MAMMALS, awls SAoe cowboy*P.M.!•..r ..nO sa MRD 7/055. ,� I I 1 7.: Z 1104.14 SM.r/I/Mea./a Need ow/81H9.0..I/K//M,San,1 ~• ,It1--_ N 1,-0. el//Meals ONE POST INSTALLATION TWO POST INSTALLATION 5.-0• Nere.re F..M6s./lg.Few./!I aOMM..e//b.r./else w!,K[NO s/MI, • 5.•• , /.,errs.IMI. re./.ie,..a.ewe sMII reeler,.NIM/.Ile.,wl ~ 8 ...r,l,r./,Ini, r•r • ° O ~-~ C-r — ca.,nw,s,a pas roved 51a, err..Mrs ter masers:AVM A507 170 vanes.NINA a K.rea.rr.,/A ASSY - i o 1-f- A A A 8 B .1165,7)••NS. d-o. A A A I ^IA r•nr rasae/IKrweMA. e•1AASN4O , I'-r A Y•rlI.r ASTM Alf.,Ors GS. 1'-0• a A 9 B IA Sa.eeu 51../ errs, 4574/r9S,C/p/1.Glre.e• *00. A5TN 4/94,Gr...9 r If Fr erseeAr.O•Ae...Mpw.,M s.•O 8 as sere,. S'-O• A a A 9 8 ,.•,.Ards AS7rs A240,7,a.301r 504 pMores.,err wee!r row will w•.re 5'-•- A A A 8 d eed Mores.,0.141 -0. A A a a ra U.a,w.a. err, /SIN 8111 Al/.r 60.1.76 w,1024-41 ,�' p $••$'• Q A A A , 8 IA /has /SIN Ilii AII..40881.48.r•lir-rs ^ E r'-O• I A e B IA M.awrs/ASIN 9209 Mersa!014-70 i 7%f- A A 8 8 IA D ✓ I'-0- A A eB IM M doe• A A 9 ,.24 IA .i•O,.ors 9.-0• A A I IA IA Mr 5%0• A A 8 8 IA ,'e1 5'-8- A A e 8 IA • e-O• A A e 8 IA 0p r-f- A A 8 lA r/ \� • l:o• A A e ,1A rA o 7'•f- A A 8 L IA ---J•O,. • , f_o• A 8 I IA IA Cr Z e.g. A s 9 IA I8 �Y s'-0• A 8 IA IA de G\ -- O A A B tI IA O 5'-f• A s 8 rA IA II I 6-0• A 8 e IA rA E ) 0 p f-8• A 8 , IA 2.4 28 r.0- A I_ IA ,.rA re NOMMew..Ww al r O•/h p.,..r,.0.,,.0 t• T-e- • 9 rA le /8 0 8%0. A 8 IA 'r8 79 DETAIL OF MOUNT/NG SIGN TO POST M sr.s- s e — to ze re S.o- a t/ ze ze re APPLICATIONS M TYPES ABB METAL POSTS FOR SIGNS and MARKERS/ norE In/A.ebr.,.Ms neabwl A SA.8/ndrea/.Merl a.n. 11511 18 ILLINOIS S_SUSD S-I.'! ass!,wse/IDI/en.Mwf 0 rem,A r rya.8 asst rnnasrl,..ly 111 DEFMTawrT Of T•AiSPO•TATIOM arpe.,n.a sew.,/M v^+^OF.. n..wo/o/ww.IA ane • 17;317.4_04,..4g 0 MS 0==rt., 29 rwd/ree OW a 1y*.es/I9 I fUIf 4 .Shear ryas A as O I ryas I palls,r..•Kl•rrly,a,.err..a wipe,/IM°I..n IMA O ' .•'• •• See Slenderer/550 la dee",or law I.n4 9 pees ....-.0.c>,_., SMP'- -'. wee _— . Y ?7s -- " STANDARD 2363 -1 o (roll Slot) • Top of Masonry T ...L2'-O"Diameter T 1 f ALTERNATE MATERIALS FOR WALLS T Precast Reinforced Concrete Sections 3" Concrete Mosonry Units 5" _ R-2" + Cast-in-Place Concrete 6" Brick Masonry 8" WI In addition to the requirements of Art. 612 13 of the I �'` Standard Specifications , the contract unit price for 2' IL ' - - Catch Basin, Type C shall include the sand cushion,when required, and furnishing and compacting the specified �' !_/--15"Unless backfill material. r otherwise 0 noted on the plans V7 • • Cast-in-Place Class X Concrete or or, - r- 41-eReinforced �jr-- Prefabricated Concrete 2"min /ecost Concrete Slab Slab, when the Precast e Reinforced Concrete y / a o ' y - Sections alternate is used ;,� +- Sand Cushion -----+1 Mi_ 4 tlhnois Department of Transportation REVISIONS BY DATE w PASSED _ _ MAY_ _17_ _1977 W.1-1F. 7-7-61 pul C<,„ _ - W F 4-8-65 CATCH BASIN TYPE C _ Engineer of Design Operation KIt DWW 4-29.74 APPROVED _MAX_1_ _ _ __ . _ , 1977 ,- ___I-ZZ. 1ZL _ DWW 5- -77I Engineer of Des�}o STANDARD 1538-5 :rows, 7-—7. c` neo-owr. 7-7-61 WHF ., 1 r---1 r 1 r---1 -- 1 r:- 1 r-ii i STANDARD DESIGN FRAME AND LIDS TYPE I 22,,c) . .c, ,..i..E Dio. A . a g Agit, ,,,,, I L .. 1„,,.. _},, Imo— • 0I•-, • p,S] D • 41;op,.. `` O ( > O 'tfl tvf, •� ClI Mln.for G I. 0 ) O - U• • " 221,-Doo. - h-%o. I -1 , ;I LIN I ,'X' ' ..1!11..1.1 ,� 6MoSECTION C-C i �L Moa a IrMo:1 Mill 1 -a 3i.%It•/��' z "' 6 Oro. �����":�'� s�m,n r$ SECTION D-D OF GRAY IRON LID M Ati, 1 SECTION B 6 WT. 150 Lbs. 24"Da. J'll j ., '''.14- Illo :.r — �.t. N 36-Dio. CAST OPEN LID �,.'"" —�—� . SECTION A-A WT. 116 Lbs. �'-ei� 1:::1 CAST FRAME 6 Deo. GRAY IRON SECTION 0-0 OF DUCTILE IRON LID WWT. 115 Lbs. T. 390 Lbs. STATE CF ILLINOIS ISSUED 1-4-65 " The open and closed lids may be made of either Gray Iron, or Ductile Iron,conforming to the CAST CLOSED LID DEPARTMENT OF TRANSPORTATION REVISIONS Standard Specifications. Ductile Iron casting shall be Grade 60-40-18 , and shall be proof CO PASSED_-_ S4 . tAkkr-.15...... 1973 W.F. 9-15-65 loaded in accordance with Federal Specifications ' W.F. 3-11-68 RR-F-621 b, Section 3.8 . The proof load shall be 0 irtu', of to . en 25,000 lbs. on a 9"&9-cast block. W APPROVED-_-_-_-- !Rtrter__- -_ 1973 , W.F. 1-17-72 O 1 OW.W. 9-18-73 I ' ' `�'�9 ar o..o� STANDARD 2213— 4,..a. ' °.l ' `... ,: emil 1 . t • • • •'.r—M We. ..Ow 1 ..-.a IS. ,ry/r•Y-•4 4'11,,•••GM 1.61'1' S.M•rl M rM.....• j r T)J«Lt.: .4 r 1• _t• MY...r hoar M Yrs.. r !K T.N•F•M '•'•.11•••M•1 bn�' .r \'W M.MM••'•'^ M '�` '• ..m..• T F _ 647"71".1"::::::::—...—L-1-1'17‘: ..••ro•..•«•N..•• \ Mer.'w•• 1 lila • • • _ •'—• L r I :_ .— 1 I S•••►w n I �! ti P.•... . ••.w•..• L '1,i-i MN 1[IiIiI �� ;.......Ir.. ti•woo rr• •.»«..Nr ...' T 1•. ,Nw.. L-..-.........1•..•11•'•'1•n � ...•/.•...et 6 Sat.on I '•W h.M•••• _.race._M• 1..... JI b•«•YrrrN •M•.•«M«•. •1•.•..•.•I1•«Y%M 11.e V r••w•'N--- MOUNTABLE CURB BARRIER CURB DEPRESSED CURB DEPRESSED CUR@ BARRIER CURB INATIION CONCF.�TEE__ COMBINATION CONCRETE CONCRETE CURB TYPE B U AND GUTTE CURB AND GUTTER 1.410..••1•CG......a•.CC••••Coe.. • !nub h.'1••.CJ•.CNITT P cw.w a.rrt.T1n• .'•.'n.r l x ..r 1•.O• ..2 1 ...Joe Y t e t ..IV, •'a...'•.. •I •.•t •f't Y♦•t r-12--"III � rte/'►1•1 •••.rrr Ltiey fn1.Ma..+ 1..•.n• • I .°,‘499, Al . • . F. • • •• • • •t4 ee . Y••. I�. .14 •••••• •k.•Ur show•II' •-M'••..YM..t'II'Os .[G•.••C..r e0.r•. ICC NN.i..-• ♦'••••.b011101 a l'••'I.. ���pMB&I ��QQNN�� DEPRESSED CURB BARRIER CURB COMBINATION CURB AND GQN R TE f�ONCRETE CURB AND GUTTER ADJACENT TO PCC BASE COURSE AND BITUMINOUS SURFACING TYPE M-206 or M-2 12 CONCRETE CURB TYPE B 1•.1..•.».r,.1•►.•..w 1 GENERAL NOES: OFNIFSSEO CI1MS.The lop ot comes she b.t•a...e..e•...a..ub and SOWS•S..tenor.10..ra•.rr.r.1•M MUM IS OS of•e Swaim TRANSIT 0146 T I.ar.rben kw w h•V'1 bob bt Y lenerd oA•N•M . ..01Y...1.VKb01fW••••'1.0 for V..11 bhv.n M.arKMJ O.tl. SO0oGGabonl Pew•.1 b.CominCI.°M 10110.0 meta«M..10.013 p•for at Npsr r h«1. (Now Co..cop...pew end..been P•1111.1M be weird.Orb b or M onel row TI•CbtE S6 C .Tl.et•ees OS breenr• When not.IN p.N••c0.. o«. a pYrgM.n Nob row•WNW►C C 0••a•t••r•s bar .buc1.0 02...«n 10 N..•r Swan....w..nral at••..w Of 1/1.10.10,11•11 SON w•.no Aro I.Mn 1w S.0a•.;w W..••Cs IN p••••00.40y0ble d•.cr.10 11•Mis covenant•I . . aura planed••w•'..•'p.m 1.1.•w'.10•m•.0 10•*0•0.•rcn.h of N. asto DRAINAGE O►f NN,S-Al M baton when owl 5•0N .n to be.cap- ••d."•r .nM M erre..«pot+.d...M.M1•Noes Who n a.slab*Ad pater.•1 .e..'.1..IaFred••.•n..w•tam him cooker. •+••'••arae N cow.boo P•`•.COMtbn pm.•1..•d 61a•ae Orme. rep 10 11.u0••met..0•r P.p.1..4 purl.•h./1...•1.0.1 n a.Stab.d 101.1.000 Sanaa«t..Wcw r•61 d..hod 26 1501 / penes•defense or D N from oath•.r1•W T•new roer.g WMn Or enol,W Ae•.O«..r•poem•h••S.pt.d.e..•1.•A"dram..•16"owed Y,m«.new•.w 114/1 a.roan al ae c..b aro••••r 2 61•.raw• CONCRETE CURB •0550% .11.-... e.• 1 I.12'.W».p 1••.•T•12 1 MW b.vcopar•1•t n w Gonave.pIW bona I•do w r WI «Ancr 710 1{b n oro 5050 S S. -' D —J1�a .1•.r.1•pan..1.0•04 01 w casing bra Th.110•..1 w w• 1•.t.1r..ver N.•�••11.1•t•le.e w 0•.l... AND •� P°ei1 °''•°'"°" COMBINATION CONCRETE CURB AND GUTTER •..p.• M. ' . _. .• 6• MW Bey TIE T.bre b.n. er.M 1• b WW bi n.d wrr A•contras bon room Nal w .• ar0trf.i0•• M.N. '."S. 0•00.0.1 Mal w till —. 0...,446./e— ` Cr.K•o••Jo.eir..•M Sword 2323 b••]O' lung cor.la•nr g 10 MSMTO Y 31 r IA 63 T.0.1•I.e ba CTA l.1!1A C]R 'a 1 1 r: _ G 41. !1..010+ • STANDARD DESIGN TYPICAL APPLICATION OF TRAFFIC CONTROL DEVICES FOR HIGHWAY CONSTRUCTION AND MAINTENANCE TYPICAL APPLICATIONS OF TYPE III BARRICADES CLOSING A ROAD TYPICAL IIIGi41 INSTALLATIONS 1 MA !f E; M..-. P.. LQ 1w RIl I .1. ; w« a. .y'.* Mu ' Ma.•-. •'1 P•1' Mo..•eimmommumbnes i y i ti.. ---' ---'7 Amara b \ _\ \ \% % % abb% I dr/ /a1 , Mw fab•• —� •-oh \ ice• ; %-% % % % %IRMO i y /I I nrau ^nic bhp•I `mss•. • %= [MUM: ,� kM,d • s• T _ - is.Lw2_ i s..rl.f NW f • ROAD CLOSED TO ALL TRAFFIC -- -I , f Ilk - Tbr b•rra+s roll b....1.Mfr.1 IN M...Iw.n mem,.Mo wbn..e d...I d y Domes.«w./haymow rho kyr•. or M..a .. IM .maga aw1..rMn Ora I' 1) 0 0 t 1) I , • LIP f q1.. r--- 100 .. Jiff Illfo _lir. ' _-ir- • . . _—, r blr�J r y t r+... Mw/.,r•• . •• ry,y Sod RI1.• 1..w N Carlo Tv.,• A /tel .. •k�F�•i��" kip of Ilk 1.r . .'. . . . .. ...' � �. sb../... •ate..: :�F�:a:�: • w d w« / h..wMn1 K _ r.w..w. V ROAD CLOSED TO TFIRU TRAFFIC Daww of[.y«Plasm.1 R.R�trlaw,b.rF PO woo..boll. 1 I1 II p.b•F mod Mae ZOO b • y w M.rw..)wpm*Y b..w. oda./b•e.,Mn TM bromide.AN be w d.a•n .f Ibr 1..r. rcawr « w.1. Gaya 7T of.weld F.wWw I,.. Ib. .1.I .1 Mrr1..wwL memo .Ilea dooms Ow peyote 1 M.pr,d corp., N.Y.w Work all me br tl.m.1 mil .w..,.br&rbli/by Oa EyY••.b.wIP ••Alcnn,n J..rya,1..J.e wcmi w..1 Y prrw..ued Me. 1.R moires odd b 0.0..W Mr.orlon IW.rdWr oddly IP Ibr Rai/t.w.w.e.M.pm. ,.I• 1 by P.Loom[ All a•.,e•l.MM bor odroaal.rl tide,oKbN W Ib,op sopped as rime w W 1..w• O m. 1.a 5 JNab& f...M. r• Mel OF LL.Dr7 •'' • 1 1 r 0(N11rM/Mr - r.aaF.WItlt10111 11kvIF[0 I STANDARD 2298-4 2.s- __-1mi._ r-i r---"i r-,.a '".1 '`r'1rir 1 .,,.1 i . 4 111111) 4 GENERAL NOTES TYPE 1 YIY{CAOt{ TYPE p{ARRICADE/ 1 Typo f MrrI Ades an krona./ for or so Iowa Mer road- 's ways and Meeh or 4e nnN whore ewe l pared Meade w areae Neo 40 OMR Malan Me ropy rel M n Mart 12 Ierael a nSL--I.-------.34•UM` � 1 ..74 W dere I. �� 1 • ll� '--7. Yes 2 Tye I eat Type l{.reed.•reel one be reels./wipe.M / `I I • T _- -irdir 1 L_, ! Mwv1A.r rale N Mercado., !/ .`� _ I a v '- 3 I 11 M..oeer aro 1ota..Ma 1w ower lewd leve eMwlaa JW „ T='` _ � erose not M assn SN nlsmw hzebeo r d.I.IeN.w f 1 T• e- le Y �� • I J / - a )t It 4.AN holphte sena Mal M ereMe/ed here Oa paea.NM pia- ! r ---a' Jy !e � r -ris 14 I( lee 4 so Oa TM reMclNr sheeting wood bursars,arms.sad racer eon 04r era pr.e4 WWI moot h reWYreMwr N Article 718 17 ewe?.le N dr Eladard{MadMalaee Or Ilyd sod{Ades Calrtrt4e- Uow t {.AN barricade*and verbaal power stall here openers,masc. Y erbad whir and reMetrtrM wangle arras elrping Mer ward N 4V toward the eYr M war...Mlle anis pima M• roads*bar shell b.{inure In rota M barneedas K roar TYPE a w WIItlGOE.{ r IMM Io width and 4 rear M rrdN M barlctles loss sere war.. MMus M SS reloads rola wry M repro a roar. I F v 1.4A211/sows 7.T�I and Type 4 MrlceM.Mesa M arses M beth asses. I I ( __, J-err basses de 13/14111snu.uMS aaeTYT 11.44114•44T 11{an lcsdes riles W Mbipad M bethMace Ware bN/re • ape•oaclw hon.Nair dhre1Mo VabcM peels paood sa Nr ward*of crabs ansa M N`ed M boat arra JJL_�1/ ft ?— m {.Pros alae raw Nermetlp rNMCMlead Tanga rid nallae- a r.4 a.4' I' ler t 4r 0/4'41r1t. trued whir 5.1100.1.wcnrrrrlranter otrlpea 4 etches e E r �T MI 3 N J w es ImmoI44 TurMo w an we.Thar ori M nNast • Meat two rear andel N C ' t ler 4'U 444 41.24.013/1two while epyr.M dace draw 11 noneeMtttvr Mews we Mit � _1 awre „om "sewMewear eswam.n 1.Yns WELDED twrn ewend whir sws.NOra rl be no owe � aA '"I. othan 2 inches In wattle AS norrafacubriald oartions loo r rum.Vali Na ownedewnp. whole Drone ray bo wLas riL. n 1111! I I 1 s ea ' caeca in shape end may hew ens r mom Not Y1afN r AlF._ v.naaaa r wrwwn LLL — nY.Me»robing wen OWLl • --i ttlian. --a Lida... 1,-•♦amu lou ns 1.a r Yr {Franca for TrW I awd Type II ion moan alta M aedyaed n los N p.ov.w a SWM support and'Arad be 000ebwcW N light o weight star r SYrrrn loo more r bbr..weed.prootic.r e rubber eel he.r no yield stay bracing M"A"Feer*arm As Typo ll Barricade.loo miry vied at drown.Ory aper be ower striated of heaver meeYne two Typo 1 a Tyco II{.sierra. I TYPICAL WOOD 100.0111 TYPICAL h ilt SUPPORTswags,they alae/or hew any vortical 4 dangle WOOKOna hssror Own 4-inch by 4-Neh 0wobr.2-Mee by 2-Yew by Il{- ante steel .trig, a 2-Inch by 2'Meh by 2.1/14-see seal i angles r rata NIGH LEVEL WAMANO DEVICE amber aJ N ciowpiMr r ooWfya.Van 2-inch by 12 rKnbar.Nawwd . DRUMS it •to ..areas sur VERTICAL PANELS 10.The row of Ore agency.nae recti.a ryoaer Nob mot be • sewn at the law pore N any Mnleedea whetter pare pre 1 r+e Yes re striped r nal.I4.IbSIeuow mrltln{s my be prior ddy n T- i.e beck idle N Or bantrnle rata i t Mr1 0'IJ CON!{ \/ ,...- i 11.Whin orad.wrnino Rohr M brrMadew rani,or vortical e-•. 1 a passe real Na mowut d spear rue lee of the darter r plow side i M wMcl1 beet wall para rd Nal not*brew any rallec- 0' 4' tonged panne et Ie device. l- *neo.=-,. 24 12 We ghts N concrete.rawconeterawor brick will not be eaew ad oat el• ! .11041 as b enee rad to sealge logs of e era ade.sarbaoa.dere rest . I avtcwrowl ow.d ss pesoOla Nee we N aril the be scodes o array iho rod ' or is - -- et rattans RY.'ba{e spared M benicar Moo ova swiped bottom rob not.reap treat.ever usstrleed bottom L_ i IY'pear ills u 1405111 rail..or e..apooMd from the brrlradr roll or keen In wee a . '— •air 1_ MTM Kriel urnwr cio wwo0d manes ss IOW the OM el this rad b n Iwt 18 Mcee brew ll-Y•a•.7�Y7 Ne tat N the bwnlcada.Drum nary be wNo1Nd Mlernely web -11 ��n m.e ee.�wrerr.ar. lust*nark are.wee.r ora amoral to pavde etaMhty. DESIGN Of TRAFFIC CONTROL DEVICES FOR HIGHWAY CONSTRUCTION ANO MAINTENANCE m '"'�. STANDARD 2299-8 1 • • — I - /r b•lgll.l eeteu c 411.1r011111:111., ..Ar.e i IILQ W1l __ Ili XI ri 14 III\.4.. •=.4." I //r • •aP11-OWL 1male I • J- 111 O STAFF MONT•OS WAR=•101 1 1 1 i GENERAL NOTES 1 1 t 1. The-STOP-Mee abbe•measle o1 W1.lettere sad 7. TM.t.fI$•••b 011104•1•1•114•400 4•••••e ham•/ty•ao•s Mr•••r./relleel•UM Wyene l beg Memo/GO an from Or►o11bw M M rill Mar- i 2. The"SLOW'lees Mob owned el bloc*letters w "w M'!r very be ler/velem gpe_M b• Ike 1 Mr M M eerie r•el.crw/MehoneaLL [e aro Ab oe1•rM MW M nrrwol•r durable 2. Mr weedy Nee borerseheb.M NOM GOO•Meet • Thr lege OS/be Nwalr/M M••••••11.W eMe M•4•r/by eye ample M tee el/lay.••boo N..We•. 4. TM else.l•+wry M.ee..owM M—.M Mew M brow Ter reel el Mleekl.••e nre•rwn\Me Yom• Cwe.r. oboe b1 008411••••••w •• e lemel by Ne•.retend w est e M porton 4•1 Ike venveld.sM elle shoe melee .Yt.o••o vvlb be allebrb.l M T M.else*Mem • All mews e•/inure Mob ewe...Meter fere 1 .leer/► -T1' . O) 0 a ®•••••114.•••••••••••••••••••••••••®•••••114.••••••••••••••••••••••••• 1 11 . —T(( ......_^_• ML T __-;role 1 FLAOOER TRAFFIC CONT/10L MN -•l--':_.;,.""`y :I STANDARD 2300-2 . e.. 11"1 fr--11 kr--°"111 r"Ill r'll tri trri will ?"11 r"I rili itwil rrit Fril dr .a+ tllvM . ~4.ri71 1111.411.11Rural *QM M1:� C'.AIW . Vi.r.s>I L Atn._l It....E1 >t4afll K.o.i�l __ obi r __ '8M= •. • BASIC APPLICATION OF TRAFFIC CONTROL DEVICES FOR CONSTRUCTION.MAINTENANCE AND UTILITY OPERATIONS ' Ce...se_1 It •s.oar nil It AJ.•..r1....vs may M i4...4 N IS I1 herrn •M.Jtwr re Typal 1 w Twn'II I.wn..lw w ..N IV .r.r..l I.e1.wa.Je.4r.May mal J•..IJr I I I 1 I-1 r I I I I I • C. O a Ca I a I a a b • I O O O O O IT!!/.'!!!.Y p I 1.--- • 700-- '1 FOO_ 10Y L T./«It IJII I I I 1 1111'8 • • i • kb Nr11 -..1 ® ..?...4 L� yet ...♦ AOSk I mar.a:1 N airman Ise'IO n AJirw1.....I...,A .114-3011.)016 (7.11144 ....N at W I1 hewn •W_Stow..., lyre I.r lyre 11 1 1 M....►t. pr mar 114 .nrn1 Oet.t•.4e.wr.may M I I I� ...Note A r T./w 10 1 700' 7 10Q I. r ( t I 0 a t �l as 1 0000000000.000a.000 000000 a 1 _ '_ ea -- 0000 �j��j!-Y,3 ea D ea • 1 0 0 p 0 0 Ci///�%� iA -1-- - b - a {YV/////// I i I I tJ P-'-lot A i , --- )011/7.--- - 700 t.�.lel 4 I1 I ..%(...............„, WOGENERAL NOTES far •ray►(..Lame •.L�..r heal ae F..'r0 1:41.1111-4.11 -4•• I. TM..p«wall N Iorda ►I pi..ny ow.caw fm fTlorb . .u« rdor1 4•101M I..... r bre 0•rf re r C:O1IA ..• l:.11 . Saes of Nr a r En.al . ..r bebeerierbee . Ir.r«. is .lloos1.. ter oad. ..m Irate.(s SW.h bette,. rash freer t ® Io 0.---.11 3. ITyre I ralI IwTyp.N..rr.4...r.«ry Wary hp. na.ea:d.wrsword ti /4w lywr N MIw M.mrode r seal M Iser.m rode ..1 raw. « row Ise ./ . e 10. All arse wM m arse pee/ arc r MW / ewer 1CASE 1W/Nero .p•rrnr. •.W.Iwo 47. U-2 I. I..Me rt M YM.r.lyd feenewer11M1 0144 II. W1..w pared paerects*bleak 1M er d debt 1 r r. C71.11••4 .44.towhee meet Nµ.:J.w Im roar alp.Iec.Ir.A.r.p.immesh ea•more Or.4W . 4. Fr.,...err...h..SO It .4..rurv.l..Ya,14.404 eW..l• N• ap•e wall M Orr rw.nlr.b re tmrr.•t,H"..4‘.:.1... peri w•by Ilse 14044t, Mer .r Ire r_ I ft. Wee re alp r deo I 400h• FrIv /. •wa.• _..... ..wJ...»�:.tN 4,4•4414.4. wrem/ MULTILANE TWO WAY TRAFFIC _ 1, y SYMBOLS ba . w.r.t...w..y.p..wJ:N storied 13. Mak rt.arty Itastuwy MIM. J..4 be ....1.w•W. �„ wwn.«ww1 .ry....•.n.I..w.ar a4 liar woo.seas Jrra Yrnr UNDIVIDED URBAN OR t a. If re arra err■r N.per re MN oar w'erre .1«t sesta/..,411.J.0'.....L.6..144...n•r..• MULTILANE TWO WAY TRAFFIC. 4 (71.11.44 ® mor y+ rose demo our eery.ROAD CONSTSUCTION DIVIDED URBAN WITH AHEAD r. ROAD 40111( AHEAD .r 13.• l.wpl.tl.el 4Yr..or re r orris'M M hid CONSTRUCTION AHEAD eat.run M Omer 300 rrat•Y It..Woad p3mw.r.f 114 herr mer MOUNTABLE MEDIAN. DAY OR ,I t 5...reel it r A 14 w eartu r.l...w N r..-awn of the ere%Nm.W w sea purer Ire weed fere thN M.• NIGHT OPERATION i rN...n.... .,N erre or e.rl..44 44. Au went".ear A•'1 haw bled be•r w berm sr I. Kea r«. 4 w were 1.4 p«fwwea. 1111 u mewl.10.5 4444 b.Epo.w.t t'f..Ow err/ Car.Orr IFF r M seller.TIM 1 FLAGMAN AHEAD w/4.1 ref 1M Nero.al oar M read leer w 33 N 40 MFM wt even(Mr dell Where. at Mr UR... any Whl1t. • • O r Type II War«.4 regard A ONE UNE ROAD AHEAD y.0 wJ M Ywesrtr►.w w..brdeer of eaby 44 r,r eta equipment. fain or they actinides • 64•11.4 w puce of re FLAGMAN MEAD.anal. M ../oral N r.lepewr,16 M by)41 r If 1.1 $ It N•.r►rarebits•prfered Mt.w.000.... pear reed Wed 1.10 N F M or M..1 error team enao(.h on tin pive tens figuring I 1.p,err per1.Ye a pr.r..l_[pert W 7 OO►.end W r1..ram I7.malleo.trills *ell hew www O.w.ewr..N 34 r by 34_Al the closure o at rid ole infra lane rewire rail M es rear for Cr vD 7./'A ear. .pr row.Mw...tor orae wJ...•N.r..a..rr in an am when the peeled Speed i .•r Te.ffe Cereal Reser,AJ M 4 415.4.r 300 0.erre r.1......n.owe w 411.4 bre..Ir.beer W 11 r 40 14.1).H.w Itta • Mires .�. ►seer w..t.a.wn.dr..4.«yo.r 1.t.1 w lap.II aat•w.1d....t1.wry INI. 11. All w54M•.typo m•err ed they rearm ow It wwrer .t J W.to..•e.4 of t4e p.erm.r mal..../.«.....N..4.5 by r.4rr.w. • It. Fens RT 331•miner. • 1 . • r ` ' 1 • • • I••••••••O•'wow r/•e••O M•••••••. • ••••••••••••se•'•.•••••Mott• 1144•••.•l••••••••N•••.•4M•M. • ••1..r•••N••mow MOP 1.4•r•M•••r•• •.••••r.•toot••.•I n,,•••r•••••.•a.,• rrlN N•Mr. ,. 11.1 .,I.Lwr•.#I.••••••••...Y fMf•(•4/443 R•..•w..-•rt. /s«o.• e•..�..v .�.,o • • -1' • 14' •'14'.0..••~4 1 .'1` • 'k ..-..- / '/1.�_._.. I•*•s+1.0--!_-ewer• f Sti. yr ►x-1:11_431'_ toot•1_•♦ - 1 1 •.•.•_� _• _ _T T� 11 •al, n,.•1, I ; � -- _ -- I rn(r.r • 1 I • I •.•••.••••••• ; . 1 • • ' ; •'•r*. .•.P• 1 • 1 • • I •� • • , • i •w•INN% • I 1 ; . I i • l l I ' • .1 • l.I -.i . l-1 X •r L• tJ •., •J �r 1� S[LTlOw it-I Immo 1 Y.1 TYPE a TYPE e • It-1•Typical P.,Sptod•W) (f-alai.Ctw•Pen Scotto, 1 F t•/A ttna+w7 ...- -7—T---- - T ::%•°44,mos.:. I- . I •.. in•.•• I ,••.�.� •14 • 1- - 1..r ow.-am ' `__ , _—tr" �.. ?L itc 1..-IK N(+w•,•. 1100,1 r.•w•h..'+/ 1 1 ..11---- . •., I , _ I ----4.- 14...••••.11•••Gerd re, D•..•o•1. ,1�_ ••.••w. �; -'^s•ew '� • '^ �. •-f•i /slim \ 1 • . yew �� r.r 1 •..y' : i •rv.•iw.w+•.4•.. • •••yw••w•w•••• -_a e 0101.0.. 11.•••••••i _ YM'.•..'M•••_,/ r:' Warr ••,...• 0,. •.r• TYPE 0 •a y Z PE TYC 1 (0••eN Sorel PbN Deem Goose ROTI• l S'•M11' Dbd.Qn Soatq 1 .111•t'•S-T1O•t.l POA Sporn,1 ,•••C 64..4 Po,31•041••••..•I••••toot.•• • Irn.•.r•.•..,N i..' ,WW Mr•••r—Mrw *NM=ewr....•.•.•r•r.•. 4.1.44 44,(4.-• i STEEL PLATE BEAM GUARD RAIL ?1 • -- •.••r+ I ^;I.!,•Sp,r.44.•..w w•444••4••••.•4•.410.4 TYPES A.B,C a Pa l)f j • •r rM• •r'•.•w w.w�••.rN••••I.•.••.r r .•.w;..,• ••.. �a, •F 4414//•r./A M•..w/•r•pool, I '. . `._ •�. ,. s.,.f t I- 4•r •r I — STANDARD 2230- 13 Fr' I I 1 Ion~~, ri -- • �: •c. A•I.•.b.•.w• •Ir. 00.•••••• •• •• ••l •Ow0.••• • L `•.r•rt••w•.. a .••.••M T 7' P•.•Y•M 1 M.••••••1 b. =Lr� 011.DOM. • 6.-.....Mr.••••• .. •. 1 . P.AP ..M 0. d• ~• J f.•••..••••• .•• .r r .0••••••w I• ANCHOR PLATE•T•DETAIL( r•rl••••M Vrm. .••'1 r•.•01••••••Mrs 1••••••••••M r.r•r....0.01..11114•4444 r...,.. TYPICAL DETAIL OF TYPICAL DETAIL OF TYPICAL DETAIL Of . f+00D POST CONSTRUCTIONL ML a ;TEFL POST CONSTRUCTION STEEL POST CONSTRUCTION • sALTERNATE•C•POPE I f . r4;.2.% r9i1 ri .... r , •ICLOS} -oo F ...."1.... lIr Ir Zit j�,�l4•:: +•••41.0PM- nceaTI•WIS lQST ORmlCj IOLT a) Nuj �+•"'i.• ,nt;1/41 ...L • — I 1 rfry.+Lr Or•w Err. •..•-•A sr..Dw -c- r •r.•• ----•-•^4 .1. SLi »r... w .ELEI NT PUCE ENO SECTION ro �asf�cAf �flr�s� BLOCK-OUT DETAILS ■_.110111 ._ ••r•..-.C•••n••N• f(4L•4 MOTE • � N •••-v1.r.. , V....\•• • u w.•.•.•...•r AY.•...•.a.m..•••••fPUCE PLATE •brr orr.0.0...04...• •...440..4•r wn«4•soon t•�.i ii• ID rft.•r r•..•w. •.••.•r.sr,444.4.«.....w...pow"r r!..•.+M•r ‘4061• I••••r.r.".••••• www.r lwr.4 r...r••w•. Iinord 0.1.• It„-.•'L•w r 4••..r...!• i .••n.r 4444• - ••\r. ••..•4r.•4•.r M.•.••..•••••••••••••••••r.1..••••••• K••'. �C•w•w Mom0••...••r.w•••••••••••• •. Me .: •Cw.G•.cm• .•.1••.w.'"r..w...rwrw•..w.w..rusl.teFw•.•.w NOM �1_ra• •••.••..ar.1•w•••4U.••r..•r INGO.0.1.•0.4 � f�;�r- fQOTING FOR POST tMNC/E MPERNOUS "." — -'- '_ a---"'' ll •yATERIAL IS EHCOWTERED T ....«r.... a. Olin - . -T-.... .1---.' � .r...los ft...••..•)•.N..r4•w•. 1.twr.r..... • __ , �•� c ■•� ••••••...•<.•••Yr I.\•VI M.1.010•4•.r•••4•M...wr4 0441 fa roc* - w w r 1�..•w....•1... Lr.Mt..M.••.Ie.*Y.•r.r ., PLATE •A' - I ...........0....r w.or.....r r..1.r••••••••••••••• •«.w•r ••1 w•»s» NM -.o• ••w.M •I••......r 4•. • 1-1.___.., Ir _ •r•.. •0••0w-.0 r.w..... ~••r~ T 1 ,•....•,. : 17 aaa 4 *a."w'•'..""'•"'• PLATE WASIER•F' STANDARD END SHOE STEEL PLATE BEAM i ....1• . •.H•• .L1. ... A •••.••••'4 .r••.•. M•••••••••0.4...••.V••••M••rt...••r 1.••.....,•••M w•.. _•..E4 '."-w*-�c_ E «'w....•.,. ••. .•.• ............«•..•.«-..,,.•.••.•.••....•.,......•.....a..... GUARD RAIL w . 1..+.-.'...r.r..- ..........•..•...I M••ft'••. l-T •• �.. w....•.w ..r.w•4.....•-.....•.•.w.••1•..•.••.••••• a.•140•44.4.1.. ,Ivr r.0 3'..4.• N ••••••A4-_ ��„• c `: �:•';.::.•`•»a-I•• STANDARD 2230- 13 0 NI.••.nM tuft• S. Orr lo =i :..N, r,, 1 r-1 i r'"r,"! rrml Iril • SIDE WALK_RAMPS FOR THE HANDICAPPED , I 1 I C., _ _ TYPIC ' tTrfb-� 6-.... TTT AnT 1:: 1 . ' 1 .... ............. rl___ .3 ' \%, \\ • \ \•%......::' RECOMMENDED LOCATION OF ii i RAMPS —_------- — TYPE`C`RAMP TYPE`B`RAMP ♦.•Y'. :•«..'......w.•.►Y .•... 'f. . . w •a-s •M. .s•I• •. Me .. es.•T..a.. ~sea sows. . U•MM• { \'' DE TA,L A SECTION X'X ,.` \ \\ 1 `e — •.+• .•.,•••w•.wn.r .STI C..••r..✓•..,I..•..••....n.1..•w.....M 1, \\=� •w....••....I•/ t••OiO.M.w+W.IS./.s W*sops. ` •aoTE•1.1.� i h�•....,�" TYPE `A" RAMP I --1'V ^MOST CASTES _ 1• _-! 1"'El• _ .___ } hi'II w..•.•• GENERAL M0�5 4J •11 .. I .Ora.. i (• . f 4.wr.I., ...•...V,S....'w.c•M.M...• eels C.n.•..V.«V. T40..s 5.•n'.w•w...MV a'w MACa...••eels• t •.•iN ..I.'C r'N•.Ii.^.Col•M..of t ".e.e.....e•t.. b PC Cr~•..Ye...w«w~,•I.".4.0.,•• •• s. .�' I VIEW r'r n........ ... .•11..•.'M•.I..ie..p...M..wi••.{..•4....a' I 1•«-C'•••.M 11.r0 .0"1.•0••••.•I••••••.•e fp WO,ps..'elsen••i• •MI I .•••{...•••..WV/.••..t'..•..MN.I... .0.00•••••••.•..'.c.••SC SC CI...*....yea { sun O. NIJIQs .a DIMS Mt MT d TM•NYOTu Ip Y•,s,", ►a•,{I4 as TS Stawsksal y sl.c•..w•••••••••...w.�. s 1 .s.C •.s 1 -• N f...•'T� E • 11..... - -_ ___- ee.•.•• !W. I An - -.. STANDARD 2356 h. Ur•Y•w•.. I FRONT VIEW r DIMENSIONS ARE FROM INSIDE OF BOX MI O M 0 ill L 2e x6 ALUM PLATE I. MTG BUTTON I • BLIND DST FOR-205 CRS r e-M TINNED(2) 5L041 ■. LUGS 0 A 2)40 V AMP CIRCUIT BREAKER AS SPECIFIED 0 B •r .(41 MTG BUTT. BLIND DST. . . FCR 46-32 RD. HG STAINLESS - ii6gin.- • AACH SCREWS 0 • 0 INSTALLATION WHEN 1 JUNCTION BOX CANNOT BE 0 INSTALLED FACING THE ADJACENT PROPERTY LINE II I I 311111—• I 0 ,^ ' I I l �/MAXIMUM \` I IMINIMUM Ie-0" 4imim 30 11, � 0 9._0" © PROPERTY I I0 0 LINE "-TO LOAD r I' t.. 0 I ITHE FOLLOWING EQUIPMENT IS TO BE FURNISHED AND INSTALLED' (I) CABLE IN CONDUIT (ELECTRIC CABLE, #8 EXCEPT WHERE OTHERWISE SPECIFIED) IC2) GALVANIZED STEEL CONDUIT, Ii Or 14. INCH WITH BEND (3) GALVANIZED CONDUIT CLAMPS. I (4) CAST ALUMINUM, WEATHER-TIGHT JUNCTION BOX, WITH GASKETED COVER, CIRCUIT BREAKER SHALL PP . BE INSTALLED IN THE JUNCTION BOX. JUNCTION BOX SHALL BE INSTALLED FACING THE ADJACENT PROPERTY LINE. (SEE DIAGRAM FOR ALTERNATE INSTALLATION ) (5) GROUND STUD FOR NEUTRAL CONNECTION. r. r (6) SERVICE CABLES (TWO 600 VOLT Us, VC, TYPE R CABLES, RUBBER INSULATED AND NEOPRENE JACKETEC (7) OFFSET WEATHER-PROOF FITTING. PP DETAILS OF f SERVICE INSTILLATION TYPE C ra L FIGURE 10