Loading...
94-1005 IDOT Arrow Road Construction Westen Area II Illinois Department of Transportation Division of Highways/District 1 201 West Center Court/Schaumburg, Illinois/60196-1096 LOCAL ROADS AND STREETS CITY MFT Elgin Section: 92-00151-00-WR Kane County October 5, 1994 Dolonna Mecum City Clerk 150 Dexter Ct. Elgin, IL 60120 Dear Madam: The contract in the amount of $3,176,663.90 with Arrow Road Const. Co. for Section 92-00151-00-WR was approved by this Department on October 5, 1994. Two approved copies of the contract are returned herewith. Please forward one copy of the contract to the contractor. Very truly yours, Duane P. Carlson, P.E. District Engineer AC/tk cc: W.T. Sunley w/encl. Joseph Evers-City Engineer 97801/3 ca/A) - o0/5/- eo - w Illinois Department of Transportation Division of Highways/District 1 201 West Center Court/Schaumburg,Illinois/60196-1096 OCT 0 4 1994 COUNTY ) CITY ) MATERIAL INSPECTION AND SUBLETTING OF THE CONTRACT TOWNSHIP ) TO: CONTRACTORS iheeo J /Z?# CONS/. �d Gentlemen: All improvements being constructed under the Illinois Highway Code require the construction be approved by the Department of Transportation. The Department requires that all material incorporated into any MFT project be inspected by the Local Agency. The inspection will be monitored by the Bureau of Materials, of the Division of Highways. All bituminous and concrete mixtures shall be proportioned to meet current IDOT specifications. In compliance with Article 106.03 of the Standard Specification, all material must be approved before being incorporated into the work and construction should not proceed until such approval has been obtained. Final Pay Estimate, Form BLR-6303, submitted to this office for approval upon completion of a contract construction and/or maintenance project will not be approved by this office until we have notification from our Bureau of Materials that all material incorporated in the project is acceptable and satisfactory in accordance with all approved specifications. With regards to subletting of contract work, please refer to Article 108.01 of the Standard Specification. Subletting of work will be permitted, however, the contractor shall perform with his own organization, work amounting to not less than 50 percent (50%) of the contract cost. No portion of the contract shall be sublet, assigned or otherwise disposed of, except with the written consent of the awarding authority. Request for permission to sublet, assign or otherwise dispose of any portion of the contract, shall be in writing and accompanied by documentation showing that the organization which will perform the work, is particularly experienced and equipped for such work. Written consent to sublet, assign or otherwise dispose of any portion of the contract, shall not be construed to relieve you of any responsibility for fulfillment of the contract. Very truly yours, Duane P. Carlson, P.E. District Engineer • By / Y Nancy L. gnus, P.E. Bureau Chief of Local Roads cc: Bruce Dinkheller 89611 PROPOSAL//SUdUBMITTED BY /k/e0(A) NOD aost-tactud CONTRACTOR'S NAME • Aft- 1 Q&Peerj 71- 60034 ADDRESS 4 t CITY OF ELGIN F �( OFFI PURCHASING DEPT. 150 DEXTER COURT ley c ELGIN. ILLINOIS 80120 0 .; 312/695-8500 k4111)f��'1 FOR AREA II STREET & SEWER IMPROVEMENT PROJECT SECTION NO. 9,02-.00/31— 00-1 J) • APPROVED i= y DATF /, ' ice . .,. 992 APPROVED OCT 0 4 1994 � / �' ///,// �✓/ ' E — CI Y —ENGI ER 1151146MTI NEER 4 .. Illinois Department of Transportation Municipality Elgin ., Township r-± County Kane Notice To Contractors Section Area II Special Assessment Time and Place of Opening of Bids Sealed proposals for the improvement described below will be received at the office of Purchasing Department City Hall , Elgin, Kane Y 9 County, Illinois, until 12:00 o'clock NOON frA October 14 1992 Pf i ON4;<()QVtIK14il is XiMe 6i 1tIkXff. 76 MX IXOC Description of Work s Name Area I I Special Assessmen1Route Length 24,378 Feet ( 4.62 Miles) Location Residential Streets on the South West Side of Elgin Proposed Improvement Curb and Gutter,sidewalk, Storm And Sanitary Sewer, Water Main, Street Paving including I earth excavation, pavement base and surface course. Bidders Instructions i5 1. Plans and proposal forms will be available in the office of. Purrhati ng D 'pt , 150 Dexter Court, FTg_in, TI (n»n 2. All proposals must be accompanied by a proposal guaranty as provided in Article 102.09 of the"Standard Specifications for Road and Bridge Construction,"prepared by the Department of Transportation. 3. The awarding authority reserves the right to waive technicalities and to reject any or all proposals as provided in Article - 102.08 of the"Standard Specifications for Road and Bridge Construction,"prepared by the Department of Transporta- tion. By Order of Board of Local Improvements / (Awarding Authority) t i .44a.a( `:. :.::;tattREEKglententil A Vic PRESIDENT BLR 5704(Rev.5/91) IL 494-0363 • - • TELEPHONE 708/695-6500 FAX 708/931-5610 FOR HEARING IMPAIRED TDD 708/931-5618 y OF EiC 44 W CITY OF ELGIN 150 DEXTER COURT ELGIN, ILLINOIS 60120-5555 Ofy. Z• p�Aaren FEe1 1'1 September 23, 1992 -a ADDENDUM No. 1 To: - Prospective Bidders p • SUBJECT: Area II Street and Sewer Improvement Project t BID OPENING: October 14, 1992 This addendum is to clarify the Invitation for Bids. The invitation states that all bids must be accompanied by cash or certified check or bid bond of not less than ten percent (10%) L_, of the bid or proposal. A bid bond will not be accepted, only cash or certified check in the appropriate amount shall be submitted with the bid. It is requested that you sign this addendum and include it with your bid documents. Contact Steve Pertzborn of the Engineering Division at 931-5955 with any questions. f' Signature -1.6e 5` Title f'4/2 alrd C 'OSS /C- PEA,IT Name. of-..:Firm ARROW R0/3.0 eOA157-,eue-ria4C/ co. Address 3'90/ S- &sse_ 7i ,4k 7RasPEC TL (oOOSZ Phone Number (f/0$) V31- a70v noted on recycled paper , , El in , . TELEPHONE 708/695-650 FAX FOR HEARING IMPAIRE O 111 TDD 708/931-5616 CITY OF ELGIN 150 DEXTER COURT ELGIN, ILLINOIS 60120-555 fa September 30, 1992 ADDENDUM No. 2 f7 To: Prospective Bidders SUBJECT: Area II Street and Sewer Improvement Project li BID OPENING: October 14, 1992 This addendum is to clarify bid items no. 7 and no. 9, 8" ! ` BITUMINOUS BASE COURSE .and BITUMINOUS SURFACE PLANT MIX, CLASS B E_ (MODIFIED) respectively. On the typical section page of the plans, the surface and binder course should be specified as Class B (Modified) and not Class B-5 (Modified) . The 8" Bituminous Base Course should be specified as such and not have'- � ' the B-5 (Modified) note listed. The Bituminous Base Course r shall be constructed as stated in the contract specification i book. The Bituminous Surface Plant Mix, Class B (Modified) L shall be constructed as stated in the contract specification r book except the bituminous materials list should read as follows: Prime; MC30, Bituminous Surface Plant Mix; AC 5 or AC 1 _ 10 ; Article 704 .03 of the I.D.O.T. Spec. Book - Delete the table of additional course aggregate types permitted. 1 It is requested that you sign this addendum and include it with your bid documents. Contact Steve Pertzborn of the Engineering P Division at 931-5955 wit . y questions. Signature ' 1 Title AtiR/T .- ' e//POSS� /e ms S/2)e.c1T x f Name of Firm 19,ePoo /)bf-i) a,vS7`Pt/et-,D,r) ( ` Address `3A0/ 1/4S- &SSE hP) /if WacfiNT� L 4.005 Phone Number (7g) 137— 0704 ranted on recycled paper • TELEPHONE 70$/695-6500 « ElFOR HEARING IMPAIRED TOD 70e/931-$816 150 DEXTER COURT ELGIN, ILLINOIS 60120-5555 �, s ,��1 CITY OF ELGIN October 9, 1992 ADDENDUM No. 3 TO: Prospective Bidders SUBJECT: Area II Street and Sewer Improvement Project BID OPENING: October 14, 1992 This addendum is to clarify the 36" Dia. Perforated Storm Sewer Pipe and providing access to property owners. The 36" pia. Perforated Storm Sewer shall, be constructed of the same materials as item no. 22 except it shall have perforations, and be placed, as shown on the attached detail sheet. It will not be paid for separately, but shall be included in the price for item no. 22 . The contractor will be required to provide access to all properties at all times except when the street fronting the property is closed or when a new drive approach is being placed. The cost of providing temporary driveway stone shall be considered incidental to the contract. It is requested that you sign this addendum and include it with your bid -documents. Contact Steve Pertzborn of the Engineering Division at 931-5955 with any questions. � Signature /,/� - ,��. A ,� .._... Title P., *"• RaSS.e g'c'e Name of Firm 2 eotti Wei D C nosy-1ec 0rie A) Co Address /Dl J. ��fsSE j �` R pear/I - .60aa Phone Number 70g- -/31 0.700 erk of n W 0 to d p P4 0 rIyt ° Y fl 'b D • A , VII a r I 14 J s d 4 .a a434- k . a a 0 it 44 Y- / . \' ■; T t •,\ 4 � , • II • . " ,'( \ • . ' ( \ ' ' : id N t 0 ` i d -i — t . ,z ,_ 0 f 401 u • d7 d c 0 d 0 0 d 4 0r • _� o ----_—_- I d il 0 w 1 ( G_I___ - a r l' � :: I `p i u i o l' 70 � $ „ du Id II - I rd_____i___ 0 0 E. W a � � I i II./ ft a I —I-- y0 . 4 oI 40 I aa � iI i 0 A it N I i ' a p- 0 a,i I. N .. N ( - I 1_ I a-F I- INVITATION FOR BIDS NOTICE IS HEREBY GIVEN by the Board of Local Improvements of the City of Elgin that bids will be received for the construction of the following described improvement, namely: Area II Special Assessment Street and Sewer Improvement Project in the City of Elgin which includes approximately 38,492 L.F. of Curb and Gutter, 22,922 Tons of Bituminous Mix, 54, 134 S.F. of Sidewalk, 49,265, C.Y. Earth Excavation, 2,910 L.F. of Water Main, Storm Sewer Lift Station and Force Main, 16,310 L.F. of Storm Sewer, 6,433 S.Y. of Concrete Driveway and other appurtenant work in accordance with the ordinance providing therefore, a copy of which is on file with the City Clerk. Said bids will be received up to the hour of 12 :00 o'clock noon on the 14th day of October, 1992, in the office of the Purchasing Agent of the City of Elgin, and will be opened at 6:25 p.m. on the 14th day of October, 1992 . Plans and specifications for said improvement are on file for viewing purposes in the office of the City Clerk and also on file in the office of James Kristiansen, Director of Public Works. Copies of the plans and specifications may be purchased for a non refundable fee of $100.00 from the Purchasing Department, 150 Dexter Court, Elgin, Illinois. The contractor will be paid in special assessment bonds and vouchers at par. Said bonds will draw interest at the rate of seven percent (7%) per annum. The water main replacement and associated work, bid items 53 through and including 61, shall be paid for in cash from water funds. All proposals or bids must be accompanied by cash or certified check or bid bond payable to the order of the President of the Board of Local Improvements in his official capacity in the amount of not less than ten percent ( 10%) of the aggregate of the proposal. No proposal or bids shall be considered unless accompanied by such a check or cash or bid bond. Said proposals or bids will be delivered to the Board of Local Improvements and will be opened by the Board at open session- on the date above specified. The successful bidder for the construction of the improvement will be required to enter into a performance bond in the sum equal to one hundred percent ( 100%) of the amount of the bid with sureties to be approved by the President of the Board of Local Improvements, when entering into the contract for construction of the improvement, which bond shall be conditioned upon the proper and faithful performance by the contractor of the work specified in accordance with the plans and specifications therefore and the Ordinance providing for the construction of the improvement. The right to reject any and all proposals or bids is reserved. BOARD OF LOCAL IMPROVEMENTS / By: 40 / '- President TABLE OF CONTENTS BID SECTION o NOTICE TO CONTRACTORS o PROPOSAL o . SCHEDULE OF PRICES o PROPOSAL BID BOND CONTRACT SECTION o CONTRACT BOND o CONTRACT o CONTRACTOR CERTIFICATION o AFFIRMATIVE ACTION o INSURANCE REQUIREMENTS t o ESTABLISHING PREVAILING WAGE RATES GENERAL CONDITIONS o GENERAL REQUIREMENTS & COVENANTS o STANDARD SPECIFICATIONS o EXAMINATION OF PLANS, SPECIFICATIONS, AND WORK ' o CONSTRUCTION EASEMENTS AND PERMITS o EXISTING UTILITIES s o DISPOSAL OF SURPLUS MATERIAL o EXCAVATION FOR SANITARY AND STORM SEWERS o DELETIONS AND ADDITIONS TO STANDARD SPECIFICATIONS TECHNICAL SPECIFICATIONS ITEM 1. TREE REMOVAL, HEDGE REMOVAL 2. STUMP REMOVAL 3. ROADWAY EXCAVATION 4. TRENCH BACKFILL 5. SUBGRADE 6. GRANULAR SUB-BASE 7. TOPSOIL ITEM 8. FINAL SHAPING, TRIMMING AND FINISHING 9. AGGREGATE BASE COURSE 10 BITUMINOUS BASE COURSE 11. BITUMINOUS SURFACE PLANT MIX, CLASS B (MODIFIED) 12. EXPANSION JOINTS 13. RELOCATE WATER AND SLUDGE MAIN 14. STORM SEWERS 15. SANITARY SEWER REPAIRS r . 16. ADJUSTING SANITARY SEWERS AND WATER SERVICE LINES 17. CATCH BASIN, MANHOLE, INLET AND VALVE VAULT CONSTRUCTION, ADJUSTMENT AND RECONSTRUCTION 18. ADJUSTING FRAMES AND GRATES OF DRAINAGE AND UTILITY STRUCTURES 19. CATCH BASINS AND DRY WELLS TO BE FILLED WITH SAND e : 20. COMBINATION CURB AND GUTTER AND BARRIER CURB 21. REMOVAL OF COMBINATION CURB AND GUTTER, DRIVEWAY PAVEMENT,SIDEWALK AND BITUMINOUS SURFACE REMOVAL (COLD MILLING) 22. MOVING FIRE HYDRANTS 23. MOVING DOMESTIC METER VAULTS AND WATER SERVICE BOXES 24. SODDING 25. TRAFFIC CONTROL 26. MOBILIZATION 27. SIDEWALK AND DRIVEWAY CONCRETE 28. SIDEWALK RAMPS 29. WATER MAIN ENCASEMENT 30. CONCRETE CURING COMPOUND 31. FINE AGGREGATE FOR PORTLAND CEMENT CONCRETE AND CLASS X CONCRETE '32. PROVISIONS FOR CURING TEST SAMPLES 33. ENGINEERS FIELD OFFICE TYPE B 34. UNDERGROUND LIFT STATION 35. 4" DUCTILE IRON FORCEMAIN 36. SELECTED GRANULAR BACKFILL 37. WATERMAIN 38. VALVES AND VAULTS 39. FIRE HYDRANTS 40. PRESSURE CONNECTION 41. EXISTING WATERMAIN ABANDONMENT 42. WATER SERVICES 43. PRESSURE TEST 44. DISINFECTION ICI 01\1 1 • 7._- • • Municipality Elgin Illinois Department Road Dist_ ol � of Transportation county Proposal Kane _ _ Section - Area II Special Assessment . /9/P/Po ZJ 1. Proposal of '�!/ODD ena-C rift/ �'T/D� ar <34 IN S arss€ / ., /GIt- r-470,c/oev L 6 o os-g .:or the improvement of the above section by the construction of Approximately--38,492 L.F. of. Curb and Gutter, 22,922 Tons Bituminous Mix; 54,134S.F. of • Sidewalk, 49,265 C.Y. of Earth Excavation, 2,9.10 L.F. of Water-Main, Storm Sewer Lift Station and Force Main,' 16,310 L.F. of. Storm. Sewer and Other appurtenant work. - - I', i'. . i a total distance of 24,378 feet, which 24378 feet. 1 4.62 miles)are to be improved. f^: The plans for the proposed work are those prepared by WVP -Corporation - - i r, CITY OF ELGIN and approved by theRTUffrfigg :.'41: ': WICKER on September 16, 19 92 _ The specifications referred to herein are those prepared by the Department of Transportation and designated.as"Standard specifications for Road and Bridge Construction"and the"Supplemental Specifications"there to,adopted and in effect on the rite of invitation.for bids. 4... The undersigned agrees to accept,as part of the contract,the applicable Special Provisions indicated on the"Check Sheet ,01 Supplemental Specifications and Recurring Special Provisions"contained in this proposal. The undersigned agrees to complete the work within N/A working days or by November 15th. , 1(191 , unless additional time is granted in accordance with the specifications. Accompanying this proposal is either cash or a certified check complying the specifications, made payable to the Preci dent of the Rnard of l oral Tmnrnvements l / . The amount of the check is = �r !�(lv ' C` ek Z73 7'U r r (.� - rT .�' (A.,c/c 1-� 61'/ 7,- _ r . - � i C. a C) l 7. If this proposal is accepted and the undersigned fails to execute a contract and contract bond as required,it is hereby -reed that the check shall be forfeited to the awarding authority. 194-0361 BLR 5705(Rev-4/90) I.r • o ilUnois Department. of Transportation . . Schedule of Prices Section No, I (For complete information covering these items,see•plans and specifications)Item Unit No. 'Items . Unit Quantity Price Total Carried Forward I1 . EARTH EXCAVATION _ CU YD 49,265 y'6J -2 8.sB ' 2 TRENCH BACKFILL CU YD 10,334 /8.S/ )9J.0 .36 1 3 SUB-BASE GRANULAR MATERIAL TYPE B ' ' • TON. 4,387 -n•1 z 4170,yW • 4 TOPSOIL PLACEMENT (4") SY 33,598 /.2,9' y33171/, 1 5 12" AGGREGATE BASE COURSE, TYPE B • . TON 6,635 M6 8" AGGREGATE BASE COURSE, TYPE B . TON 34,619 ' ,773 .63 7 8" BITUMINOUS BASE COURSE TON 4,227 •2y 127Y. . 8 BITUMINOUS MATERIALS (PRIME COAT) - GAL 21.,143 0.7 3 l4 yql_,cy 9 • BITUMINOUS SURFACE PLANT MIX, CLASS B (MODIFIED) • TON 18,695 •27 ry S07 3e : 10 RELOCATE WATER OR SLUDGE MAIN EACH 10 ;,_c xoCc .coo 11 10" DIA RCCP STORM SEWER.TYPE 1, CLASS IV LF 234 AC"."y4" d/4": 12 • 12" DIA. RCCP STORM SEWER, TYPE 1, CLASS IV - LF 2,864 13 15" DIA.RCCP STORM SEWER, TYPE 1, CLASS IV • LF 2,103 /6.4/8 31 44-5-2 Yy 14 15" DIA. RCCP STORM SEWER, TYPE 2, CLASS III LF 2,637 lh %g Y3 '7(5'7.-76 15 . 18" DIA. RCCP STORM SEWER, TYPE 1., CLASS IV LF - 70 "16. 18" DIA. RCCP STORM SEWER, TYPE 2, CLASS III • LE 1,150 19.J y X13,z/_c r— - 1 - - -- - - - - - - _ • 14.The undersigned further agrees that if awarded the contract for the sections contained in the following combina- I *ions, he will perform the work in accordance with the requirements of each individual proposal for the multiple bid specified in the schedule below. Schedule of Multiple Bids - - Combing- Sections Included in Combination Total Ilion Letter . 1 - i Illinois Department', • Of Transportation Schedule of Prices• • . Section No, (For complete information covering these items,•see'plans and specifications) item • Unit No. `Items , ' • • Unit Quantity Price Total i Carried Forward 17. 21" DIA. RCCP STORM SEWER, TYPE 1, CLASS IV LF .• 329 • AO.G0 lo/71,40 18 21" DIA. RCCP STORM SEWER, TYPE 2, CLASS III LF 624 c20.(co macii,41 j. 19 24" DIA. RCCP STORM •SEWER, TYPE 2, CLASS III' LF. .1,346 073.0 31831L1 l 20 27" DIA. RCCP STORM SEWER, TYPE i, CLASS IV • LF • 312 • 30.90 9(040.80 21 27" DIA. RCCP STORM SEWER, TYPE 2, CLASS III . • LF 391 6t)-70 loZOSI SD•1 22 36" DIA. RCCP STORM SEWER, TYPE 2, CLASS III • IF 1,717 31.14 67203 1 23 42" DIA. RCCP STORM SEWER, TYPE 2, CLASS III LF 661 44.2' .�• ail:6 • 24 48" DIA. RCCP STORM SEWER, TYPE 2, CLASS III .. LF • 1,243 ) .5I,,(0 64041'0. 1'o .25 \ 14" x 23" ELL.RCCP ST.•SEWER, TYPE 1; CLASS IV • IF• 629 41..20 aS��l - 26 8" DiA. VG SANITARY SEWER. 43 . LF 30. 0 432g.70 J z 27 10" DIA. PVC SANITARY SEWER IF 245 34,o 8g3aa3- L 28 • 15" DIA. PVC SANITARY SEWER ., LF . 6 aJoi 1�j•�`t•oO 29 MANHOLE SPECIAL NO. 1 ' . • EACH 1 , l f,� t . 3S 440 3� .vp 30 4' DIA. MANHOLE TYPE A EACH 18 9d?.tro /(o( c�• 31 • 5' DIA. MANHOLE TYPE A EACH 46 . /3400 6,/ ,L� 32' 6' DIA. MANHOLE TYPE A • EACH •7 T • i : 14.The undersigned further agrees that if awarded the contract for the sections contained in the following combina- tions, he will perform the work in accordance with the requirements of each individual proposal for the multiple bid specified in the schedule below. z_ Schedule of Multiple Bids • • Combing- E lion Letter • Sections Included In Combination Total IOLR 5707(Rev.7/88) r (...V Illinois Department' of Transportation . . Schedule of PriceE r . ! . . . • • • Section No, - I. (For complete information covering these items,see'plans and specifications) , Item Unit INo. • `Items . - • Unit Quantity Price Total . Carried Forward 1 33 4' DIA. CATCH BASIN, TYPE A EACH ' 115 875 / 43z •34 .2' DIA INLET, TYPE A EACH 2 0° 1 35 ADJUSTING FRAMES & GRATES EACH 101 /O3 of /off 36 ,CB'S & DRY WELLS TO BE FILLED WITH SAND EACH 41 - /0,pO Z3 a? • '. 37 B6.18 COMBINATION CURB & GUTTER • LF 38,492 l 73 /77f .€ r• 38 •B6 BARRIER CURB . LF 414 e.,-7&- .96 ! (n`f . ,;(663.3 39 DRIVEWAY PAVEMENT REMOVAL SY 1,148 32 r • 40 'COMBINATION CURB & GUTTER REMOVAL LF . 3,154 1/ 456• 41 SIDEWALK REMOVAL . • ' SF 52,485 (039- ✓571/5SI 42 BITUMINOUS SURFACE REMOVAL (COLD MILLING) . SY • 3,586 Q v4 73/54.5 43 FIRE HYDRANTS TO BE MOVED EACH 3 1/may 435 44 SODDING SY 33,297 at-212 6306-7e I 45 TRAFFIC CONTROL • LS. 1 /4/70 3 9/y74 46 MOBILIZATION LS 1 4035x9 M 31'2 I .47 SIDEWALK SF •54,134 4 ,(:, /2 Z i I •48 DRIVEWAY SY 6,433 �01 ��919‘27 14.The undersigned further agrees that if awarded the contract for the sections contained in the following combina- tions, he will perform the work in accordance with the requirements of each individual proposal for the multiple bic specified in the schedule below. Schedule of Multiple Bids • ICombina- tion Letter Sections included in Combination I . • RI-R 5707(Rev 7/PP) / 9\fillineis Department- - . of Transportation . • Schedule of Prices • • Section No, (For complete information covering these items,'see'plans and specifications) ( . ` Hem Unit I No. "Items Unit Quantity Price Total Carried Forward • rL .49- WATER MAIN ENCASEMENT IF • 14 ..rr f • I /O.3�d0 / rio;•vo li 50 ENGINEERS FIELD OFFICE LS - 1 9a70.0o 9A110 vd l•i• 51 UNDERGROUND LIFT STATION • L SUM 1 440 41 ! 52 •4" DUCTILE IRON FORCEMAIN FEET' 1,372 Lc a rii.40 53 DUCTILE IRON PIPE, CLASS 52, CEMENT LINED 4" FEET 10 ci57da1.!'c0 1 54 DUCTILE IRON PIPE, CLASS 52, CEMENT LINED 6" . FEET 10S?Y0 to 55 DUCTILE IRON PIPE, CLASS 52, CEMENT LINED 8" FEET 2,890 /844 6-35-8o C,0 f • 56 'VALVE VAULT 5' DIAMETER, TYPE 1 FRAME CLOSED LID EACH • 11 1133, ia3.o0 i ,+ .57 GATE VALVE, 8" EACH 1 3.0-(0 36.o.io 58 FIRE HYDRANT • EACH• 4 133°t 00 kcja.c.0 !I- 59 PRESSURE CONNECTION EACH 11 a0(00.o • 60 • WATER SERVICES NEAR SIDE EACH 27 416Z.c0 1111M 61 WATER SERVICES FAR SIDE . EACH 35 GlocUCi 43c).w • E, — i'•I - Bidder's Proposal for making Entire Improvements. ••31 4.The undersigned further agrees that if awarded the contract for the sections contained in the following combina- tions, he will perform the work in accordance with the requirements of each individual proposal for the multiple bid r pecified in the schedule below. f � Schedule of Multiple Bids • Combing- L lion Letter Sections Included In Combination Total . I fl f7n7 (rt 7/PP1 (If an individual) - Signature of Bidder • Business Address (II a partnership) Firm Name Signed by _- 1 Business Address 1 Insert • Names and --- --- - -- Addresses of All Partners i - (If a corporation) Corporate Name Arrow .. tion Co. Signed By ��� ; 1 :f Harvey Vice - President • "' • Business Address 340) S. - Road, P.O. Box 334 fA ' {'�.�y�} Mt. Prospect, IL 60056 ,-„;„1,. ..• , y �' President- --- - -- -- ---- - E. Heal ,s , Insert ���, r g. Names of Secretary R. J. Rizzo• T .� Officers W. E. Heal °� y yA �� •,, Treasurer __Y ----- ti 4. ,..A2 A 4..,,7..,..r.. Attest: •= R. J. Rizzo Secretary ott s- olvt GO •• \V Illinois Department of Transportation Contract 1. THIS AGREEMENT,made and concluded the day of4-- 2-Y•1-0- - 19 92 between the City of Elgin acting by and through its Mayor and Council known as the party of the first part,and his/their executors,administrators,successors or assigns,known as the party of the second part. 2. WITNESSETH: That for and in consideration of the payments and agreements mentioned in the Proposal hereto attached,to be made and performed by the party of the first part,and according to the terms expressed in the ' Bond referring to these presents, the party of the second part agrees with said party of the first part at his/their own proper cost and expense to do all the work, furnish all materials and all labor necessary to complete the work in ac- cordance with the plans and specifications hereinafter described,and in full compliance with all of the terms of this agreement and the requirements of the Engineer under it. • 3. And it is also understood and agreed that the Notice to Contractors,Special Provisions,Proposal and Contract Bond hereto attached,and the Plans for Section Area T i Speci a 1 ASS PS SmPnt , in Elgin. IL by ;+ CITY gtoin of the approved b the ::�:::� �:i State of Illinois September 16 , 19 92.,are all essential documents of this contract s I,cl ra apart ,�µyroof. C 4. IN WITNESS WHEREOF,The said parties have executed these presents on the date atiov k e t:h- �ri- '71 i } t. i "<- Attest: The of ,;.„ I 'u . e 1 ti ,wf,L. Jf• i h.� IC I -/l j -- Ci ty Clerk By j /Ind. ... _ .�. :Al .... f . s k A14 / Party of the First Ps �, + 4." •. . _MAYOR A- ;'r� e: (,Seal) * •� (If a orporation) r. ( ' ¢• " ' 'i z ,- Arrow d"Constructibn b -. ',, r , Corporate N-m 4_ ., t,t 'S qj By ��� . � _..'1 '- _ s d`'��, . � t ti„ Syr ice President of the Second Par, `ar, ey F. Cross r k � t k,� a Co-Partnership) + tax 't. r .f- r�0,W eenr-"'Q n , r ..-= S$"AAtary - R. J. Rizzo Partners doing Business under the firm name of Party of the Second Part (If an Individual) Party of the Second Part BLR 5710 (Rev.R/RRl Bond No. 111-3299-5439 Illinois Department of Transportation Contract Bond Municipality Elgin Rd.District County Kana SectionArea II Special Assessment We Arrow Road Construction Co. as PRINCIPAL, and National Surety Corporation as SURETY, are held and firmly bound unto the above Local Agency (hereafter referred to as "LA") in the penal sum of Three Million, One Hundred Seventy-Six Thousand, Six Hundred Sixty-Three and 90/ 100 Dollars ($ 3, 176,663.90 ), lawful money of the United States,well and truly to be paid unto said LA, for the payment of which we bind ourselves,our heirs, executors, administrators, successors,jointly to pay to the LA this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that,the said Principal has entered into a written contract with the LA acting through its awarding authority for the construction of work on the above section,which contract is hereby referred to and made a part hereof,as if written herein at length,and whereby the said Principal has promised and agreed to perform said work in accordance with the terms of said contract,and has promised to pay all sums of money due for any labor, materials,apparatus, fixtures or machinery furnished to such Principal for the purpose of performing such work and has further agreed to pay all direct and indirect damages to any person,firm, company,or corporation sufferedor sustained on account of the performance of such work during the time thereof and until such work is completed and accepted; and has further agreed that this bond shall inure to the benefit of any person,firm,company,or corporation,to whom any money may be due from the Principal, subcontractor or otherwise,for any such labor,materials, apparatus, fixtures or machinery so furnished and that suit may be maintained on such bond by any such person, firm, company,or corporation, for the recovery of any such.money. NOW THEREFORE,if the said Principal shall 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 LA and its awarding authority harmless on account of any such damages and shall in all respects fully and . faithfully comply with all the provisions, conditions,and requirements of said contract,then this obligation :o be void; otherwise to remain in full force and effect. BLR 5711 (Rev.7187) 'L 494-0372 • • IN A..TESTIMONY WHEREOF,the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officer ,'..his 4th day of November A.D. i 992__ PRINCIPAL Arrow Road••Conjstr ction Co. (Company Name),, ` s (Company Name) / ' '/" . • By: ,�/_1_�: ./ _..c_��...A By: • Lure&Title) (Signature&Title) • Harve •ss, Vice President • (If PRINCIPA s a joint venture of two or more contractors,the company names and authorized signatures of each contractor must be affixed.) SURET:ti:n: :etoraon at,44---Z) a 3' �P . By:. , ;(Name of Suret+)'- (Signature of Attorney-in-Fa ) ..C'4/ Austin A. McNichols vr t,STATEOF ILLINOIS,' . COUNTY OF Cook I, Mae L. Genovese ,a Notary Public in and for said county,do hereby certify that Harvey F. Cross (Insert names of individuals signing on behalf of PRINCIPAL&SURETY) . who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY,appeared before me this day in person and acknowledged respectively,that they signed and delivered said instrument as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this 4th day of November A.D.19 92 My commission expires 48/4/ . � � it's—e—G`"e'i--e --__. ` Notary Public Approved this - day of ,A.D.19Z2 Attest: r i war ing ithorit 412 �n.:1 Clerk %� c&f c,� - e"�ii" 25-'T— ` ( air an/Mayor/President} Countersigned \\ j`" BY: \77. c. \kik k i St ./_________ Illinois Resident Agent ( SEAL ' State of-" Illinois - County of Cook . ss: . On . November 4, 1992 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Austin A. McNichols known tome to be Attorney-in-Fact of National Surety Corporation the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF,4navvee-s4 t b d my official seal, the day and year stated in this certificate above. OFFICIAL SEAL" ■ Brenda Kw iecinski ■ iii2,00,__ cK thAtt_d>ot My Commission"Expires A or?Am NE belt Sea!d EMS 4 My Camtr>?ssierl Expires 121292 ■ Notary Public V ar V V V v7%r yr.p. O V 360212-6-66 Section 45.Authority.The authority of such Resident Assistant Secretaries,Attorneys-in-Fact and Agents shall be as prescribed in the instrument evidencing their appointment.Any such appointment and all authority granted thereby may he revoked at any time by the Board of Directors or by any person empowered to make such appointment." This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of NATIONAL SURETY CORPORATION at a meeting duly called and held on the 29th day of June, 1984,and said Resolution has not been amended or repealed: "RESOLVED. that the signature of any Vice-President, Assistant Secretary, and Resident Assistant Secretary of this Cefperation, and the seal of this Corporation may be affixed or printed on any power of attorney,on any revocation of any power of attorney,or on any certificate relating thereto,by facsimile, and any power of attorney,any revocation of any power of attorney,or certificate hearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation:' IN WITNESS WHEREOF,NATIONAL SURETY CORPORATION has caused these presents to be signed by its Vice-President,and its corporate seal to be hereunto affixed this 29th day of September , 19 89 4keTY CaJ o'%"`iN p NATIONAL SURETY CORPORATION a Z SE PI 31970 D QttM.p...p By .Vi i.. . wit • t} Viee-President STATE{OF CALIFORNIA as. COUNTY OF MARIN Onthis 29th day of _ ., September _ 19 89__,Wore mcpersonallycame R. D. Farnsworth to me known,who,being by me duly sworn,did depose and say: that lie is Vice-President of NATIONAL SURETY CORPORATION, the Corporation described in and which executed the above instrument;that he knows the seal of said Corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF,I have hereunto set my hand and affixed my official seal,the day and year herein first above written. attnuuuuttunnluutsmunnntnnnn,,unto l OFFICIAL SEAL , ;;;:,� 1. h1. VANUEVORT ��7 vc� d..dr'� ' NOTARY PUBLIC-CALIFORNIA E NotaryPubtic t: s ;'✓ , Principal Office in Marin County y,My,Commission Expires Aug.28,1992 ^ CERTIFICATE Mime ytti talnsinissttutmtounuuntasasny.0 STATE OF C4E:IFtaltNtA� COUNTY OF MARII 4 - } _ T-. . I the undersagt 4tits sr_kn rant Secretary of NATIONAL SURETY CORPORATION,an ILLINOIS Corporation,DO HEREBY CERTIFY that the foregoing and ateaehed '±OWE t T ORNEY.remains in full force and has not been revoked;and furthermore that Article VII,Sections 44 and 45 of the By-laws of the Corporat'ion,2ddfheResolution of the Board of Directors;set forth in the Power of Attorney,are now in force. Signed and sealed at the CuntMann ptted the 4th day of November , 19 92 ''#„ ice.. a -, Z 'T{v7.1'ri70 '( l'' �r Yy�taro*O-' Resident Assistant Secretary J -+. . 360712—NS-11-87 REQUIRED CONTRACTOR CERTIFICATIONS Persuant to the State of Illinois Public Act No. 85-1295 the following certification must be signed. The undersigned firm certifies that it is not barred from bidding on this contract as a result of a conviction for the violation of State laws prohibiting bid- rigging or bid-rotating. Zei SIGNED r. _ � .�• _• //� TITLE HAei/ '_ . Cit°OSSr (//CE /L�E•UT SEAL DATE / 0— 13-97— Subscribed and sworn to before me this day of /9e.e-o.6e , 1 9 SEAL • Notary Public "OFFICIAL SEAL" MAE L. GENOVESE I Notary Pubic, Stcte of Illinois My Comrn:ssioa Expires 8/4/94 • L _ t__ PUBLIC CONTRACT-TAXES The undersigned firm certifies that it is not delinquent in the payment of any tax administered by the Department of Revenues except for a tax which it is contesting in accordance with the procedures establishes • t= appropriate Revenue Act. SIGNATURE , his�, ,, Allw i TITLE • C 1COSS CE.--f- 1 iUT r DATE / ate /.3 _ 92 Subscribed and sworn to before me this /3 day of ‘901.-P 19 9�- 122 _ SEAL NOTARY PUBLIC • "OFFICIAL SEAL" MAE L. GENOVESE INSURANCE Notary Public, State of Illinois My Commission Er res 8/4/94 The contractor shall not commence work under this contract un- til they have obtained all insurance under this paragraph, and have filed with the City certificates of insurance executed by the respective companies. The Contractor shall furnish Work- man's Compensation Insurance (STATUTORY) ; Property Damage and Public Liability Insurance in the amounts of $300,000 and $500,000 respectively; and Comprehensive Automobile and General Body Injury Liability with limits of $300,000 and $500,000 re- spectively. The City of Elgin shall be specifically named as an "Additional Insured" on the above polices. CONSTRUCTION SCHEDULING All improvements covered by this contract shall be completed by November 15, 1993 when appropriate I.D.O.T. penalties will be enforced if this contract is exceeded without authorized extensions. Any additional construction re- quirements for cold and/or inclement weather conditions shall be considered incidental to the cost of the contract. t k. ISP 86-36 i State of Illinois Department of Transportation - SPECIAL PROVISION FOR FAILURE TO COMPLETE THE WORK ON TIRE Effective January 1, 1988 108.10 Failure to Complete the Work on Time. Revise the table of liquidated damages in this Article to read: Original Contract Amount *.Dail; Charge From More • To and Calendar Work Than Including Day Day $ 0. $ 25,000 # 195 $ 275 25,000 100,000 270 375 • 100,000 500,000 355 500 t 500,000 1,000,000 445 625 1,000,000• 2,000,000 555 775 - 2,000,000 3,000,000 715 1,000 3,000,000 5,000,000 930 1,300 • • ° 5,000,000 7,500,000 1,175 - 1,650 E - 7,500,000 10,000,000 1,425 2,000 ••' # 10,000,000 15,000,000 1,925 2,700 - 4 ° 15,000,000 20,000,000 2,425 3,400 :;.i 20,000,000 25,000,000 2,925 4,100 25,000,000 30,000,000 3,425 4,800 1.: '30,000,000 35,000,000 3,925 5,500 .,--1. 35,000,000 and over 4,425 6,200 k 36131 :i""�tt .W. a d i f; . - fy I IP l' • • ci i 14..i r%t , AFFIRMATIVE ACTION — CITY CONTRACTS A. The city shall not contract in an amount exceeding ten thousand dollars with any contractor or vendor , maintain any financial relation with any financial institution, or use the services of any labor organization or member thereof, which employs fifteen or more persons, which does not first submit to the City a written committment to provide equal employment opportunity. The written commitment required by this provision shall : 1 . Set out and agree to maintain specific employment or membership practices and policies sufficient to achieve equal opportunity. 2. Set out specific goals for participation by minority groups and female persons qualified by or for training or though previous work experience. This provision will not infringe upon the right of the employer to determine. the need for or qualifications of employees. 3. Agree to submit to the City upon request written evidence of the effectiveness of the above required practices, policies and goals. 4. Agree to submit to the City upon request statistical data concerning employee composition or membership composition on race, color , sex and job description. 5. Agree to distribute copies of the above commitment to all persons who participate in recruitment , screening, referral and selection of job applicants, prospective job applicants or members. 6. Agree to require any subcontractor to submit to the City a written commitment which contains the provisions required by paragraph ( 1 ) though (5) above. 7. The written commitment required by this provision may also be satisfied by filing a copy of an affirmative action program of the contractor/vendor which is in effect and which has been approved by any local , state or federal agency with jurisdiction to approve such programs. B. All such contracts by and between the City of Elgin and contractors and vendors for the purchase by the City of Elgin of goods and/or services shall contain the following clauses: "The contractor/vendor will not discriminate against any employee or applicant for employment because of race, color , religion, sex, ancestry, national origin, place of birth , age or physical handicap which would not interfere with the efficient performance of the job in question. The contractor/vendor will take affirmative action to comply with the provisions of this ordinance and will require any subcontractor to submit to the City of Elgin a written commitment to comply with those provisions. The contractor/vendor will distribute copies of this commitment to all persons who participate in recruitment, screening, referral and selection of job applicants, prospective job applicants, members or prospective subcontractors. " • • "The contractor/vendor agrees that the provisions of Chapter 3. 12 of the Elgin Municipal Code, 1976 is hereby incorporated by reference, as if set out verbatim. " is F. • 4 ' r • E . [p k C } a • REQUIRED AFFIRMATIVE ACTION CONTRACTOR/VENDOR SUBMITTALS AND CERTIFICATIONS Persuant to the attached "Affirmative Action - City Contracts" provisions the following information and certifications are required: A. Number of Employees go . B. If your bid is more than $10,000 and your riiimber .of employees is 15 or more, the following E- should be submitted with your bid: 1 . Completion of the attached "BIDDER'S EMPLOYEE UTILIZATION FORM" . . 2. A written statement of your Company's i commitment to provide equal employment opportunity or a copy of your Company' s current "Affirmative Action Program" . I a. What have you done and what will you do to recruit minority employees? b. Do ou have a training g program for I minority employees? i - The contractor/vendor will not discriminate against any employee or applicant for employment because of race, I - color , religion, sex, ancestry, national origin, place of i birth, age or physical handicap which would not interfere with the efficient performance of the job in question. The I . contractor/vendor will take affirmative action to comply with the provisions of this ordinance and will require any I . subcontractor to submit to the City of Elgin a written I- _ commitment to comply to those provisions. The l contractor/vendor will distribute copies of this commitment i_= to all persons who participate . in recruitment , screening, referral and selection of job applicants, prospective job • applicants, members or prospective subcontractors. t The contractor/vendor agrees that the provisions of ; . Chapter 3. 12 of the Elgin Municipal Code, 1976, is hereby incorpora • -f- ence, as if set out verbatim. SIGNED • 22-4eAg 11,.4Q2 TITLE Al : C,eass/-_ / -PA EE . SEAL DATE �O- /.3- 902 i _ Sub%�jcribed and sworn to b fore me this / day of_)��% � , 19jc L. �% L��� X&/4-0-/-4. -e____ SEAL Notary Public "OFFICIAL SEAL" MAE L. GENOVESE Rotary Publ c, Stcte of Illinois My Commission Esc;ire:, 3/4/94 ■ CITY OF ELGIN CONTRACT COMPLIANCE AFFIRMATIVE ACTION INFORMATION To assure compliance with the City of Elgin's contract r compliance ordinance, all contractors and vendors' herein { referred to as "bidders", are requested to submit the following Affirmative Action information: r-' 1. Work Force Analysis using the enclosed bidder's employee utilization form. 2 . Provide the information required by item #3 on the employee utilization form if the answer to question 2 on the form is 'yes ' . i 3. Provide a written commitment outlining the steps that the bidder plans to take in the area of recruitment and promotion of minorities and female to assure equal employment opportunity. (A copy of the bidder's affirmative action plan may be submitted in lieu of this requirement. ) R . L. L. i t . Rev. 4/15/92 CITY OF ELGIN EQUAL EMPLOYMENT WRITTEN COMMITMENT GUIDELINE The written commitment required in item #4 of the "Bidder's Employee Utilization Form" shall: 1. Set out the name and phone number of the bidder's Affirmative Action Officer. 2 . Clearly identify the bidder's recruitment area and the percentage of minority and female in the area's population and labor force. • 3. Set out what the bidder has done and has set as goal to be done to recruit minority and female employees. 4 . Set out the bidder's specific goals to recruit minority and female for training programs or other similar opportunities available through the bidder's organization. 5. Indicate bidder's consent to submit to the City of Elgin upon request, statistical data concerning its employee composition and recruitment efforts anytime during the term of the contract. 6. Show bidder's consent to distribute copies of the written commitment to all persons who participate in recruitment, screening, referral, selection and hiring of job apgkicants for the bidder. 7. Clearly show that the bidder shall require all subcontractors, if any, to submit a written commitment meeting the above requirements or their affirmative action plan to the City of Elgin. 8. Clearly state that the bidder agrees that: "Bidder (company name) shall not discriminate against any employee, or applicant for employment because of race, color, religion, sex, ancestry, national origin, place of birth, age or physical handicap which will not interfere with the performance of the job in question. " Rev. 4/15/92 BIDDER'S EvpLoyEE uTiLizATIo\-__ FORM This report is required by the City of Elgin and shall be submitted before the contract can be awarded. Chapter 3.12.1000 Affirmative Action — City Contracts 1. Name and Address of Bidder Description of Project eott.) '7?0,4,e) �ov5r-tte r7 c,L) Ifeek 24. S'Tle r- f Si-wc2 "Ize)/ S. ,60sse g'rT, - e r rzj o,G ELfI A fife, -- e -e4? a- e,00 sl. • TOTE 101111 JOB CATEGORIES 1618M3 Ma :IklIKS MS MRS oZit EOM MU M F M17 M F U ? Y FM F X X f1Fc-/ /km lets. f -sa ru/so,es / , pe,,tail / 3 • e/e/yea/ / �7 y illrnaf)t vpa/r/ors 7 .7 /Z- /yYlRehi rn s / / eA Di/✓ees - , / i e C ene,r-6 "b_I-o/,c 3 , ,�/ec?"-ive/an s / 4kioi�e/ . �/„1-S.//%L 6 .1 A '/ / 66 3� ' 6o -10 TOTALS 0 _ 0j 5-- ,= T - 3 3 ;' �/ .{,a , o Co(,i Official and Title Telephone No. Date Signed Page 1 u c7, 737-07,„, /o/,3/9 z / of._..�• 0 2. H= e you ever been awarded a bid by the City of Elgin? YES ® NO 3. If the answer to #2 is yes, please submit a copy of the Employee Utilization Form that was submitted with your ? last successful bid along with a fully completed copy of this form. 4. If the statistical data provided above shows under- . utilization. of minority and/or female, please submit, t _ according to the guideline provided in the attached document, a written commitment to provide equal employment opportunity. NOTE: In the event that a contractor or vendor, etc. fails to comply with the fair employment and affirmative action provisions of the City of Elgin, the City amongst other actions may cancel. terminate or suspend the contract in whole or in. part. RESOLUTION ESTABLISHING PREVAILING WAGE RATES ON PUBLIC WORKS CONTRACTS WHEREAS, Illinois Revised Statutes, 1989, Chapter 48, s39s-I, et seq. entitled "AN ACT regulating the wages of laborers, mechanics, and other workmen employed in any public works by the State, county, city or any public body or any political subdivision or by any one under contract for public works." requires that any public body awarding any contract for public work, or otherwise undertaking any public works as defined herein, shall ascertain the general prevailing hourly rate of wages for employees engaged in such work; and WHEREAS, said Act further provides that if the public body desires that the Department of Labor ascertain the prevailing rate of wages, it shall notify the Depart- 1 ment of Labor to ascertain the general prevailing wage rate; and WHEREAS, at the request of the City of Elgin the Department of Labor has deter- mined the prevailing rate of wages for construction work in Cook and Kane Counties in the State of Illinois. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that the determination of the prevailing wages as made by the Department of Labor, copies of which are attached hereto and made a part hereof by reference, are adopted by the City of Elgin. BE IT FURTHER RESOLVED that all contracts for public work of the City of Elgin shall include a stipulation to the effect that not less than the prevailing rate of wages as found by the Department of Labor shall be paid to all laborers, workmen and mechanics performing work under the contract. • BE IT FURTHER RESOLVED that all contract bonds for public works shall include ' a provision to guarantee the faithful performance of the prevailing wage clause as provided by contract. BE IT FURTHER RESOLVED that a copy of the prevailing wage rate as established by the Department of Labor shall be publicly posted and kept available for inspection by any interested party. BE IT FURTHER RESOLVED that nothing herein contained shall be construed to apply to the prevailing hourly rate of wages in the locality for employment other than public works construction as defined in the Act, and that the City Clerk be and is hereby authorized to file a certified copy of this resolution with the Secretary of State. s1 George VanDeVoorde George VanDeVoorde, Mayor Presented: June 27, 1990 Adopted: June 27, 1990 Vote: Yeas 4 Nays 0 Recorded: Attest: s/ Dolonna Mecum ' Dolonna Mecum, City Clerk 1 i i - E , IL. DEPT. OF LABOR PREVAILING WAGES FOR KANE COUNTY EFFECTIVE 06/01/92 DIVISION of CONCILIATION & MEDIATION PH(217-782-1710) i. •SE OF TRADE RGN TYP C HOURLY-RATES OVERTIME-RATES HRLY-FRINGE-RATES L 8 BASIC FORMN M-F>8 SAT SU&HO WLFR PENSN VACTN .: tESTOS AST-GEN BLD 19.750 20.250 1.5 1.5 2.0 2.220 1.300 0.000 .SBESTOS AST-MEC BLD ' 21.500 23.000 1.5 1.5 2.0 2.660 4.600 0.000 *TLERMAKER BLD 24.730 25.780 2.0 2.0 2.0 2.150 2.000 0.000 •I CK MASON BLD 21.610 22.610 1.5 1.5 2.0 2.680 1.770 0.000 :ARPENTER ALL 21.270 22.270 1.5 1.5 2.0 3.280 1.750 0.000 :FOMENT MASON N ALL 21.650 23.820 2.0 1.5 2.0 2.300 2.960 0.000 :E 3NT MASON S ALL 21.920 24.110 2.0 1.5 2.0 2.680 2.410 0.000 :LECTRIC PWR EQMT OP ALL 18.880 1.5 1.5 2.0 1.750 2.650 0.000 LRCTRIC PWR GRNDMAN ALL 14.810 1.5 1.5 2.0 1.750 . 2.070 0.000 CTRIC PWR TRK DRV ALL 15.280 1.5 1.5 2.0 1.750 2.140 0.000 L'.n:CTRICIAN , N BLD -- 22.890 25.180 1.5 1.5 2.0 - 2.740 4.810 0.000 I,ECTRICIAN S BLD 24.160 26.580 1.5 1.5 2.0 2.420 3.620 0.000 T ZIER MD * 20.500 21.500 2.0 2.0 2.0 1.950 2.650 0.000 1/FROST INSULATOR BLD 21.500 23.000 1.5 1.5 2.0 2.660 4.600 0.000 RON WORKER BLD 20.920 22.270 2.0 2.0 2.0 2.770 5.390 0.000 ORER ALL 18.750 19.250 1.5 1.5 2.0 2.220 1.300 0.000 A%.HINERY MOVER BLD 21.800 22.800 2.0 2.0 2.0 2.000 1.000 1.500 ACHINIST BLD 21.800 22.800 2.0 2.0 2.0 2.000 1.000 1.500 BLE MASON BLD 17.380 18.380 1.5 1.5 2.0 2.450 0.800 0.000 i...LWRIGHT ALL 21.270 22.270 1.5 1.5 2.0 3.280 1.750 0.000 PERATING ENGINEER BLD 1 24.600 25.350 1.5 2.0 2.0 2.950 2.400 1.250 RATING ENGINEER BLD 2 23.300 25.350 1.5 2.0 2.0 2.950 2.400 1.250 F..RATING ENGINEER BLD 3 21.650 25.350 1.5 2.0 2.0 2.950 2.400 1.250 PERATING ENGINEER BLD 4 19.900 25.350 1.5 2.0 2.0 2.950 2.400 1.250 G RATING ENGINEER HWY 1 22.900 23.400 1.5 1.5 2.0 2.900 2.350 1.250 ?..RATING ENGINEER . HWY 2 22.350 23.400 1.5 1.5 2.0 2.900 2.350 1.250 ?ERATING ENGINEER HWY 3 21.200 23.400 1.5 1.5 2.0 2.900 2.350 1.250 .ATING ENGINEER HWY 4 19.800 23.400 1.5 1.5 2.0 2.900 2.350 1.250 PLATING ENGINEER HWY 5 18.600 23.400 1.5 1.5 2.0 2.900 2.350 1.250 AINTER BLD 20.700 21.700 1.5 1.5 1.5 2.000 1.100 0.000 t CDRIVER . . .- - .ALL._. .. .21.270 22.270 1.5 1.5 2.0 3.280 1.750 0.000 LJFITTER 8 BLD 23.500 25.250 1.5 1.5 2.0 2.600 2.150 0.000 :.ASTERER BLD 20.850 21.850 1.5 1.5 2.0. 2.700 1.250 0.000 ▪ IBER S BLD 23.500 25.250 1.5 1.5 2.0 2.600 2.150 0.000 ..!'ER BLD 22.180 24.180 1.5 1.5 2.0 2.570 0.800 0.000 iEETMETAL WORKER BLD 22.190 22.940 1.5 1.5 2.0 2.020 2.160 0.000 ? [NKLER FITTER BLD 20.090 21.340 1.5 2.0 2.0 3.150 2.500 0.000 CUE MASON BLD 17.760 18.760 1.5 1.5 2.0 1.750 1.100 0.000 MAZZO MASON BLD 21.000 1.5 1.5 2.0 1.900 2.050 0.000 s LAYER BLD 20.850 22.350 2.0 1.5 2.0 1:750 2.550 0.000 ✓ AC DRIVER ALL 1 18.700 1.5 1.5 2.0 2.330 1.500 0.000 WCK DRIVER ALL 2 18.850 1.5 1.5 2.0 2.330 1.500 0.000 V DRIVER ALL 3 19.050 1.5 1.5 2.0 2.330 1.500 0.000 13. ;K DRIVER ALL 4 19.250 1.5 1.5 2.0 2.330 1.500 0.000 ICKPOINTER BLD 21.850 22.850 1.5 1.5 2.0 2.150 2.350 0.000 t ..PLEASE SEE ATTACHED FOR OVERTIME SPECIFICATIONS NOT LISTED. LE COUNTY i RICIANS i1 Townships of Burlington, Campton, Dundee, Elgin, Hampshire, Plato, Ruitland, St. Charles (except the West half of Sec. 26, 1 �f secs. 27, , and 34, South halt of Sec. 28, West half of Sec. 35) and Valley View CCC and Elgin Mental Health Center. uenERS i PIPEFITTERS S That part of the county South of Et. 38. • 4. T MASONS S That part of the county South of Rt. 38. (Includes Plasterers). • a following list is considered as those days for which holiday rates of wages for work performed apply. 4 Years Day. Memorial/Decoration Day, Fourth of July, Labor Day, Veterans Day, Thanksgiving Day, Christmas Day. Generally, any of these sys which fall on a Sunday is celebrated on the following Monday. This then makes work performed on that Monday payable at the ,. priate overtime rate for holiday pay. Common practice in a given local say alter certain days of celebration such as the day at n..,agiving for Veterans Day. If in doubt, please check with ID00.. 'r eATIce OF CLASSES e DRIVER - BUILDING, HEAVY AND BICHWAY CONSTRUCT/CIS .us 1. A-franc truck when used for transportation purposes; Air Compressors end Welding Machines, including those pulled by cars, pick-up c land tractors; Ambulances; Batch Gate Lockers; Batch Bopperaan; Car and Truck Washers; Carry All.; Fork Lifts and Holsters; Helpers; t sits Helpers and Greasers; Oil Distributors. 2-ran operation; Pavement Breakers; Pole Trailer, upto 40 feet; Power Mower Tractors; i-eropelled Chip Spreader; Shipping and receiving Clerks and Checkers; Skipman; Slurry Trucks, 2-men operation; Slurry Trucks, Conveyor rated - 2 or 3-san operation; Teamsters, Unskilled Dumpmen; Warehousemen and Dockmen; truck Drivers hauling warning lights, barricades, -vrteble toilets on the job Site. s 2. Dispatcher; Dump Crete and Adgetors under 7 yards; Dnmpsters, Track Trucks, Euclids, Hug Bottom Dump Turnapulls or Turnatrailers pulling other than self--loading equipment or similar egnipaent under 16 cubic yards; Mixer Trucks under 7 yards; Beady-Mix Plant Hopper cater; Winch Trucks, 2 Axles. . 3. cusp Crete and Adgetors 7 yards and over; Dumpiters, Track Trucks, Euclid., Bug Bottom Dump Turnatrailers or Turnapulls when pulling er than self-loading equipment or similar equipment over 16 cubic yards. Explosives and/or Fission Material Trucks; Mixer Trucks 7 yards Ivor; Mobile Cranes while in transit; Oil Distributor*, 1-man operation; Pole Trailer, over 40 feet; Pole and Expandable Trailers hauling • "al over 50 feet long; additional 501 per hour; Slurry Trucks, 1-man operation; Winch Trucks, 3 axles or more; Mechanic -Truck Welder ack Painter. • se 4. Asphalt Plant Operators in areas where it has been past practice Dual-purpose vehicles( such as mounted crane trucks with hoist accessories; Foreman; Master Mechanic; Self-loading equipment like P.B. and trucks with scoops an the front. u MG ENGINEERS - BUILDING is 1. Assistant Craft Foreman; Craft Foreman; Mechanic; Asphalt Plant; Asphalt Spreader; Autograde; Batch plant; Renato (requires Two c ire); Boiler and Throttle Valve; Caisson Rigs; Central Reds-Mix Plant) Combination Back Nos Front End-loader Machine; Compressor ansi A ,.e Valve; Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Paver; Concrete Placer; Concrete Pump (Truck Mounted); Concrete x, Cranes, All, Cranes, Ramserhead, Creter Crane; Crusher, Stone, etc.; Derricks, All; Derricks, Traveling; Formless Curb and Gutter ine; Grader, Elevating; Grouting Machines; Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack F'lion and similar machines; Points, one, two and three Drum; Hoists, Two tugger One Fioor; Hydraulic Beckhoes; Bydraulic Boom Trucks; s :ives, All; Motor Patrol; Pile Drivers and Skid Sig;Post Hole Digger; Pre-Stress Machine; Pump Crates; Squeeze Crates-screw Type Pumps; • Sulker and Pump; Railed and Blind Hole Drill; Rock Drill; Rote Mill Grinder; Scoops - Tractor Drawn; Slip-fors Paver; Straddle lee; Tournapull; Tractor with Book and Side Boom; Trenching Machines. • 2. Bobcat (over 3/4 au. yd.); Boilers; Brick Forklift; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Beg and Over); • r, Portable;Fortlift Truck; Creaser Engineer; fighlift Shovels or Front Endloeders under 2-1/4 yd.; Hoists, Automatic; Hoists, inside g Elevators; Hoists, Sewer Dragging Machine; Hoists, Tugger Single Drum; Boilers, All; Steam Generators; Tractors, All; Tractor Drawn story Roller (Receives an additional $.50 per hour); Winch Trucks with MA" Frame. • 3. Air Compressor - Combination - Small Equipment Operator; Generators; Heaters, Mechanical; Hoists, Inside Elevators - (Rheostat • Controlled); Hoists, Inside Elevators-Push Button with Automatic Doors; Hydraulic Power Units (Pile Driving and Extracting); Pumps, -(b to 3 not to exceed a total of-300 -ft.); P►mips, Well Points; Welding Machines (2 through-5); Winches, 4 small Electric Drill a..; Bobcat (up to and including 3/4 cu. yd.). s 4. Hoists, Inside Elevators, Push Button with Astomatio Doors; Oilers; Brick Forklift. a NG ENGINEERS - HEAVY AHD HIGHWAY CONSTRUCTION . 1. Craft Foreman; Asphalt Plant, Asphalt Heater and Planer Combination; Asphalt Spreader; autograder, Belt Loader; Caisson Rigs; Car sr; Central Redi-Mix Plant; Combination Backhos Front Endloader Machine, (1 en. yd. Backhoe Bucket or aver or with attachments); Concrete u (Truck Mounted): Concrete Conveyor; Concrete Paver over 27E cu. ft.; Concrete Placer; Concrete Tube Float; Cranes, all attachments; s Haamerbeed, Linden, Peco & Machines of a like nature; Crete Crane; Crusher, Stone, etc.; Derricks, All; Derrick Boats; Derricks, slang; Dredges; Field Mechanic-Welder; Formless Curb end Gutter Machine; Oradell and Machines of a like nature; Grader, Elevating; Grader, Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader: Guard Rail Post Driver Mounted; Hoists, One. Two and Three Drina; n-Ic Seckhoes; Locomotive, All; Mucking Machine; Pile Drivers and Skid Rig; Pre-Stress Machine; Pump Crete, Dual Ram (Requires frequent G tion and water); Pock Drill - Crawler or Skid Rig; Rock Drill -Truck Mounted; Soto Mill Grinder; Slip-Form Paver; Soil Test Drill ack Mounted); Straddle Buggies; Hydraulic Telescoping fora (Tunnel); Tractor Drawn Belt Louder; Tractor with Hoorn; Tractor-aixe with :hments; Trenching Machine; Truck Mounted Concrete Pump with Bony liaised or Blind Bole; Drills (Tunnel Shaft); Underground Boring and/or se Machines; Wheel Excavator; Widener (APBCO). . Batch Plant; Bitesinus Mixer; Bobcats (over 3/4 cu. yd.); Boiler and Throttle Valve; Bulldozers; Car Loader Trailing Conveyors; u ;ion Backhoe Front Endloader Machine (less than 1 on. yd. Backhoe Bucket or over or with attachments); Compressor and Throttle Valve; esaor, Common Receiver (3); Concrete Breaker or Bydro Samar; Concrete Grinding Machine; Concrete Mixer or Paver 715 Series to and Idling 27 en. ft.; Concrete Spreader; Concrete Curing Machine. Burlap Machine, Belting Machine end Sealing Machine; Conveyor Muck Cars . i or Similar Type); Finishing Machine - Concrete; Creaser Engineer; Bighlitt Shovels or Front Endloader; Hoist - Sewer Dragging s . Hydraulic Bono Trucks (All Attachments); Locomotives, Dinky; Pump Crates; Squeeze Crates-Screw Type Pumps, Gypsum Sulker and Pump; a, Asphalt; Rotory Snow Plows; Rotetiller, Seaman, etc., self-propelled; Scoops - Tractor Drawn; Self-Propelled Compactor; Spreader - - Stone, etc.; Scraper; Scraper - Prime Mover in tandem (Regardless of Size) (Add $1.00 to Claws iI hourly e.e. •.._ --.. ._ -_. -Luis cooxTr . :h machine attached thereto, Add =1.00 to Class II hourly rat. for each hour); Tank Car Beater/ Tractors, Push, Pulling Sheep.Foot, DL t vector, etc. Tug Boats. Claes 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Common Receiver (2); Concrete Mixer (Two Bag and Ove1 Conveyor, Portable; Farm-Type Tractors Used for Mowing, Seeding, etc.; Fireman on Boilers; Forklift Trucks; Grouting Machine; moist f -:oaatic; Hoists, All rlevatora; Hoists, Tugger Single Drum; Jeep Diggers, Pipe Jacking Machines; Post-Bole Digger; Power Saw, cons= F ter Driven; Pug Milk; Rollers, other than asphalt; seed and Straw Blower; Steam Generators; Sump Machine; Winch Trucks with "A" Fret K_.k goats; Tamper - Form-Motor Driven. _lass S. Air Compressor - small and Large; Asphalt Spreader, Backend Man; Combination - Small Iquipmsat Operator; Genneratora - Small 5t smi Under; Generators - Large over 50kw; Heaters, Mechanical; Hydraulic Power Unit (Pile Driving, Attracting, or Drilling); Light Plant K (1 through 5); Pumps, over 3111 (1 to 3 not to exceed • total of 300 ft.); Pumps, Well Points; Tract-aire; Welding Machines (2 through 1 rhos, 4 Small =settle Drill Winches; Bobcats (up to and including 3/4 cu. yd.). 'lams 3. Oilers. - • sr Classifications of Works • %,. definitions of classifications not otherwise set out, the Departtasnt generally has on file such definitions which are available. If the .s no such definition on file,,the Bureau of Labor Statistics SIC list will be used. If a task to be performed is not subject to one • classifications of pay set out, the Department will upon being contacted state which neighboring county has such a classification a yids such rate, such rate being deemed to exist by reference in this document. Further, if no such neighboring county rate applies task, the Department shall undertake a special determination, such special determination being than deemed to have existed under tb ',termination. If a project requires these, or any classification not listed, please contact IDOL at 217/782/1710 for wage rates larificatians. • [] ' [ T f _ • L . • 1 E _ • t . t - L r • L. f S i a . IL. DEPT. OF LABOR PREVAILING WAGES FOR COOK COUNTY EFFECTIVE 06/01/92 DIVISION of CONCILIATION & MEDIATION PH(217-782-1710) . 4.AME OF TRADE RGN TYP C HOURLY-RATES OVERTIME-RATES HRLY-FRINGE-RATES L S BAASIC FORMN M-F>8 SAT SU&HO WLFR PENSN VACTT r ~ SBESTOS AST-GEN BLD 19.750 1.5 1.5 2.0 2.470 0 1.050 0.000 ASBESTOS ABT-MEC BLD 21.500 23.000 1.5 1.5 2.0 2.660 4.600 O.00C BOILERMAKER BLD 24.730 25.780 2.0 2.0 2.0 2.150 2.000 0.000 ZICK MASON OLD 19.260 20.260 1.5 1.5 2.0 1.750 1.100 0.000 3RPENTER ALL 22.350 23.350 1.5 1.5 2.0 3.810 1.480 0.00C a.eMENT MASON ALL 21.500 22.250 2.0 1.5 2.0 3.550 1.980 0.000 ELECTRIC PWR EQMT OP ALL 22.300 1.5 1.5 2.0 2.700 1.900 1.800 r•.ECTRIC PWR GRNDMAN ALL 17.300 1.5 1.5 2.0 2.700 1.470 1.800 .ECTRIC PWR LINEMAN ALL 22.300 23.800 1.5 1.5 2.0 2.700 1.900 1.800 F .ECTRICIAN OLD 22.650 24.150 1.5 1.5 2.0 3.840 2.920 0.000 ELEVATOR CONSTRUCTOR BLD 23.420 26.350 2.0 2.0 2.0 3.495 2.090 1.410 FENCE ERECTOR ALL 15.940 16.940 1.5 1.5 2.0 2.600 2.690 0.000 e HAZIER OLD 2.0.500 21.500 2.0 2.0 2.0 1.950 2.650 0.000 E '/FROST INSULATOR OLD 21.500 23.000 1.5 1.5 2.0 2.660 4.600 0.000 1itON WORKER ALL 20.590 22.090 2.0 2.0 2.0 3.450 1.945 0.000 LABORER ALL 18.750 19.250 1.5 1.5 2.0 2.470 1.050 0.000 C THER OLD 21.650 22.650 1.5 1.5 2.0 3.030 1.480 0.000 � CHINERY MOVER • -- BLD - 21.800 22.800 2.0 - 2.0 - • 2.0 -. 2.000 1.000 1.500 .CHINIST OLD 21.800 22.800 2.0 2.0 2.0 2.000 1.000 1.500 4ARBLE MASON OLD 21.080 21.480 1.5 1.5 2.0 1.700 1.000 0.000 VILWRIGHT ALL . 22.350 23.350. 1.5 1.5 2.0 3.810 1.480 0.000 2 :RATING ENGINEER OLD 1 24.600 25.350 1.5 2.0 2.0 2.950 2.400 1.250 k CRATING ENGINEER OLD 2 23.300 25.350 1.5 2.0 2.0 2.950 2.400 1.250 )PERATING ENGINEER OLD 3 21.650 25.350 1.5 2.0 2.0 2.950 2.400 1.250 )PERATING ENGINEER OLD 4 19.900 25.350 1.5 2.0 2.0 2.950 2.400 1.250 )! .RATING ENGINEER FLT 1 25.530 27.030 1.5 1.5 2.0 2.700 2.250 1.250 :RATING ENGINEER FLT 2 22.720 27.030 1.5 1.5 2.0 2.700 2.250 1.250 )k.RATING ENGINEER FLT 3 18.890 27.030 1.5 1.5 2.0 2.700 2.250 1.250 ,PERATING ENGINEER HWY 1 22.900 23.400 1.5 1.5 2.0 2.900 2.350 1.250 .PRATING ENGINEER HWY 2 22.350 23.400 1.5 1.5 2.0 2.900 2.350 1.250 1 RATING ENGINEER HWY 3 21.200 23.400 1.5 1.5 2.0 2.900 2.350 1.250 t RATING ENGINEER HWY 4 19.800 23.400 1.5 1.5 2.0 2.900 2.350 1.250 PERATING ENGINEER HWY 5 18.600 23.400 1.5 1.5 2.0 2.900 2.350 1.250 RNAMNTL IRON WORKER ALL 21.610 22.610 2.0 . 2.0 2.0 2.900 4.320 0.000 i NTER ALL 20.700 23.290 1.5 1.5 1.5 2.500 1.000 0.000 fi NTER SIGNS BLD 16.290 16.540 1.5 1.5 2.0 1.350 1.050 0.000 t),EDRIVER ALL 22.350 23.350 1.5 1.5 2.0 3.810 1.480 0.000 IPEFITTER OLD 23.800 25.800 1.5 1.5 2.0 2.950 1.750 0.000 :-STERER BLD 20.850 21.850 1.5 1.5 2.0 2.700 1.250 0.000 1 1BER t OLD 22.800 23.650 1.5 1.5 2.0 3.260 1.980 0.000 LASER TECHNICAL OLD 20.050 21.050 1.5 1.5 2.0 2.250 1.250 0.000 )OPER OLD 22.180 24.180 1.5 1.5 2.0 2.570 0.800 0.000 !MORTAL WORKER OLD 23.150 24.650 1.5 1.5 2.0 2.540 2.690 0.000 :4 1 HANGER OLD 17.000 17.500 1.5 1.5 2.0 2.250 1.250 0.000 n :NKLER FITTER OLD 22.820 24.070 1.5 2.0 2.0 3.350 3.000 0.000 'EEL ERECTOR ALL 20.270 21.770 2.0 2.0 2.0 3.250 6.110 0.000 ONE MASON - BLD - . 17.760. 18.760 - 1.5 . 1.5.-. 2.0 1.750 1.100 0.000 1 AZZO MASON BLD 21.000 1.5 1.5 2.0 1.900 2.050 0.000 1 LAYER OLD 20.850 22.350 2.0 1.5 2.0 1.750 2.550 0.000 1).4( DRIVER OLD 1 18.275 1.5 1.5 2.0 2.300 1.430 0.000 UCK DRIVER OLD 2 18.525 1.5 1.5 '2.0 2.300 1.430 0.000 t K DRIVER BLD 3 18.725 1.5 1.5 2.0 2.300 1.430 0.000 I K DRIVER OLD 4 18.925 1.5 1.5 2.0 2.300 1.430 0.000 4_K DRIVER 8 ALL 1 18,050 1.5 1.5 2.0 2.700 1.300 0.000 OCR DRIVER 8 ALL 2 18.300 1.5 1.5 2.0 2.700 1.300 0.000 UM DRIVER S ALL 3 18.500 1.5 1.5 2.0 2.700 1.300 0.000 1 K DRIVER E ALL 4 18.700 1.5 1.5 2.0 2.700 1.300 0.000 3 K DRIVER W ALL 1 18.700 1.5 1.5 2.0 2.330 1.530 0.000 7CK DRIVER W ALL 2 18.850 1.5 1.5 2.0 2.330 1.530 0.000 JCR DRIVER N ALL 3 19.050 1.5 1.5 2.0 2.330 1.530 0.000 I t DRIVER W . ALL 4 19.250 1.5 1.5 2.0 2.330 1.530 0.000 ?OINTER BLD 21.850 22.850 1.5 1.5 2.0 2.150 2.350 0.000 t PLEASE SEE ATTACHED FOR OVERTIME SPECIFICATIONS NOT LISTED. . COUNTY TRUCE DRIVERS W That part of the county west of Barrington Road. • 2 following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial/Decoration Day, Fourth of July, Labor Day, Veterans Day, Thanksgiving Day, Christmas Day. Generally, any of the holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed on that Monday payable at tJ ropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration such as the day aft, r aksgiving for Veterans Day. If in doubt, please check with IDOL. • • LARATION OF CLASSES 7 at DRIVER - BUILDING, HEAT END HIGHWAY CONSTRUCTION - EAST a WEST :lass 1. .A-frame truck when used for transportation purposes; Air Compressors and Welding Machines, including those pulled by cars, pick-c :tuc•Jks and tractors; Ambulances;-Batch Gate Lockers; Batch Bopperman; Car and Truck Washers; Carry Ails; Fork Lifts and Roisters; Helpers s auks Helper. and creasers; Oil Distributors, 2-man operation; Pavement Breakers; Pole Trailer, upto 40 feet; Power Mower Tractors e '-Propelled Chip Spreader; Shipping and receiving Clerks and Checkers; Skipman; Slurry Trucks, 2-man operation; Slurry Trucks, Conveye F—ated - 2 or 3-man operation; Teamsters, Unskilled Dumpmen; Warehousemen and Dockmen; Truck Drivers hauling warning lights, barricades nd portable toilets on the job site. 1 a 2. Dispatcher; Dump Crete and Adgetors under 7 yards; Dumpsters, Track Trucks, Euclid., Bug Bottom Dump Turnapulls or Turnatraller h pulling other than self-loading equipment or similar equipment under 16 cubic yards; Mixer Trucks under 7 yards; Ready-Mix Plant Hoppe. perator; Winch Trucks, 2 Axles. 1. s 3. Cutup Crete and Adgotors 7 yards and over; Dumpsters, Track Trucks, Euclid., Bug Bottom Dump Turnatrailers or Turnapulls when pnllin a - than self-loading equipment or similar ogzzlip ent over 16 cubic yards. EMplosivss and/or Fission Material Trucks; Mixer Trucks 7 yard : ..ier; Mobile Cranes while in transit; Oil Distributors, 1-man operation; Pole Trailer, over 40 feet; Pols and Expandable Trailers haulier aerial over 50 feet long; additional 50t per hour; plurry Trucks, I-man operation; Winch Trucks, 3 axles or more; Mechanic - Truck Waldo u' Truck Painter. + 1 4. Asphalt Plant Operators in areas where it has been past practice Dual-purpose vehicles, such as mounted crane trucks with hoist 4 accessories; Foreman; Master Mechanic; Self-loading equipment like P.B. and trucks with scoops on the front. 1 SING ENGINEERS - BUILDING ass 1. Assistant Craft Foreman; Craft Foreman; Mechanic; Asphalt Plant; Asphalt Spreader; Antograde; Batch Plant; Denote (requires Twc gineers); Boiler and Throttle Valve; Caisson Rigs; Central Nadi-Mix Plant; Combination Back Hoe Front End-loader Machine; Compressor an: ✓ 'tie Valve; Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Paver; Concrete Placer; Concrete Pump (Truck Mounted); Concrets ✓ , Cranes, All, Cranes, Bammarbead, Crater Crane; Crusher, Stone, etc.; Derricks, All; Derricks, Traveling; Formless Curb and Cutts: • ne; Grader, Elevating; Grouting Machines; Eighlift Shovels or Front Sndloader 2-1/4 yd. and over; Hoists, Elevators, outside type rac) ! pinion and similar machines; Hoists, one, two and three Drum; Hoists, Two tugger One Floor; Hydraulic Backhoes; Hydraulic Boom Trucks; =omotives, All; Motor Patrol;Pile Drivers and Skid Rig; Poet Hole Digger; Pre-Stress Machine; Pump Crates; Squeeze Cretes-screw Type Pumps; x a Sulker and Pump; Raised and Blind Hole Drill; Nock Drill; Rote Mill Grinder; Scoops - Tractor Drawn; Slip-fors Paver; Straddle • se; Tournapull; Tractor with Book and Side Boom; Trenching Machines. ass 2. Bobcat (over 3/4 cu. yd.); Boilers; Brick Forklift; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over); mayor, Portable; Fortlift Trucks; Greaser Engineer; Eighlift Shovels or Front Endloaders under 2-1/4 yd.; Hoists, Automatic; Hoists, inside a: It Elevators; Hoists, Sewer Dragging Machine; Hoists, Tugger Single Drum; Rollers, All; Steam Ceneratora; Tractors, All; Tractor Drawn u tory Roller (Receives an additional $.50 per hour); Winch Trucks with "A" Prams. .b. 3. Air Compressor - Combination - Small Equipment Operator; Generators; Beaters, Mechanical; Hoists, Inside Elevators - (Rheostat •ual Controlled); Hoists, Inside Elevators -Push Button with Automatic Doors; Hydraulic Power Units (Pile Driving and Extracting); Pumps, •r. 1" (1 to 3 not to exceed a total of 300 ft.); Pumps, Well Points; Welding Machines (2 through 5); Winches, 4 small Electric Drill .c s; Bobcat (up to and including 314 cu. yd.). a 4. Hoists, Inside Elevators, Push Button with Automatic Doors; Oilers; Brick Forklift. RATING ENOIRE€2S - HEAVY MID HIGHWAY CONSTRUCTION — - - _ - - s L. Craft Foreman; Asphalt Plant, Asphalt Beater and Planer Combination; Asphalt Spreader; autograder, Belt Loader; Caisson Rigs; Car - perf Central Redi-Mix Plant; Combination Beckhoe Front Endloader Machine, (1 cm. yd. Backhoe Bucket or over or with attachments); Concrete aker (Truck Mounted): Concrete Conveyor; Concrete Paver over 27E cu. ft.; Concrete Placer; Concrete Tube Float; Cranes, all attachments; • , Hammerhead, Linden, Peco i Machines of a like nature; Crete Crane; Crusher, Stone, etc.; Derricks, All; Derrick Boats; Derricks, n Lag; Dredges;yield mechanic-Welder; Formteas Curb and Gutter Machine; Gradall and Machines of a like nature; Grader, Elevating; Grader, a: Jrader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard Rail Post Driver Mounted; Hoists, One, Two and Three Dram; n aulic Backhoes; Locomotive, All; Mucking Machine; Pile Drivers and Skid Rig; Pre-Stress Machine; Pump Crete. Dual Ram (Requires frequent :J"stion and water); Rock Drill - Crawler or Skid Rig; Rock Drill - Truck Mounted; Moto Mill Grinder; Slip-Fore Paver; Soil Test Drill ( Eck Mounted); Straddle Buggies; Hydraulic Telescoping fors (Tunnel); Tractor Drawn Belt Loader; Tractor with Boos; Tractor-airs with s pants; Trenching Machine; Truck Mounted Concrete Pump with Boom; Raised or Blind Hole; Drills (Tunnel Shaft); Underground Boring and/or 'mg Machines; Wheel Excavator; Widener (APSCO). Is 2. Batch Plant; Bituminous Mixer; Bobcats (over 3/4 cu. yd.); Boiler and Throttle Valve; Bulldozers; Cgr Loader Trailing Conveyors; 4 Mice Backhoe Front Endloader Machine (less than 1 cu. yd. Backhoe Bucket or over or with attachments); Compressor and Throttle Valve; n sor, Common Receiver (3); Concrete Breaker or Hydro Hamner; Concrete Grinding Machine; Concrete Mixer or Paver 78 Series to and .uaang 27 cu. ft.; Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and Sealing Machine; Conveyor Muck Cars (lund or Similar Type); Finishing Machine - Concrete; Greaser Engineer; Eighlift Shovels or Front Endloader; foist - Sewer Dragging d '; Hydraulic Boom Trucks (all Attachments); Locomotives, Dinky; Pump Cretes; Squeeze Crates-Screw Type Pumps, Gypsum Balker and Pump; e Asphalt; Rotory Snow Plows; Rototiller, Seaman, etc., self-propelled; Scoops - Tractor Drawn) Self-Propelled Compactor; Spreader - Stone, etc.; Scraper; Scraper - Prime Mover in Tandes (Regardless of Sire) (Add $1.00 to Class II hourly rate for each hour and for .machine attached thereto, Add $1.00 to Class II hourly rate for each hour); Tank Car Beater; Tractors, Push, Pulling Sheeps Foot, Disc, actor, etc. Tug Boats. s Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Common Receiver (2); Concrete Mixer (Two Bag and Over); • r, Portable; Fare-Type Tractors Used for Mowing, Seeding, etc.; Fireman on Boilers; Forklift Trucks; Grouting Machine; Hoists, • ,ox COUNTY • r !attic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers, Pipe Jacking Machines;Post-Hole Digger; Power Saw, Concz.et• a r Driven; Pug Mills; Rollers, other than asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with "A"Frame ,rk &oats; Tamper - Form-Motor Driven. LAMS 4. Air Compressor - Small and Large; Asphalt Spreader, Backend Man; Combination - Small Equipment Operator; Generators - Small S0k >r 7nder; Generators - Large over 30kw; Heaters, Mechanical; Hydraulic Power Unit (Pile Driving, Extracting, or Drilling); Light Plants u 11 through 5); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Pumps, Well Points; Tract-sire; Welding Machines (2 through 5) ii...nes, 4 Small Electric Drill Winches; Bobcats (up to and including 3/4 cu. yd.). :ass S. Oilers. : Classifications of Work: . kr definitions of classifications not otherwise set out, the Department generally has on file such definitions which are available. Tither. no such definition on file, the Bureau of Labor Statistics SIC list will be used. If a task to be performed is not subject to one o 111- :lassifications of pay set odt, the Department will upon being contacted state which neighboring county ban such a classification an -r :de such rate, such rate being deemed to exist by reference in this document. Further, if no such neighboring county rate applies t le cask, the Department shall undertake a special determination, such special determination being then deemed to have existed under tai termination. If • project requires these, or any classification not listed, please contact IDOL at 217/782/1710 for wage rates a .a-tfications. • •f - • • • } L • GENERAL CONDITIONS • { } GENERAL REQUIREMENTS AND COVENANTS All General Requirements and Covenants specified in Section 100 of the Illinois Department of Transportation Standard Specifications for Road and Bridge Construction, adopted July 1, 1988, the Supplemental Specifications and Recurring Special Provisions , adopted June 2, 1990, and the "Standard Specifications f`or. Water and Sewer Main Construction in Illinois," adopted May, 1986, which apply to and govern the construction of this project, and in case of conflict with any part or parts of said specifications, the said General Requirements and Covenants shall take precedence and } shall govern. STANDARD SPECIFICATIONS The STANDARD SPECIFICATIONS referred to herein shall be the Illinois Department of Transportation "Standard Specifications for Road and Bridge Construction Adopted July 1, 1988" including all Supplemental Specifications and Recurring Special Provisions. EXAMINATION OF PLANS, SPECIFICATIONS, AND WORK The bidder shall comply with Article 102.05 of the "Standard Specifications" relative to examination of plans; specifications and site of work, and hereby is advised that due to the nature of the contract, he should place special emphasis on inspection in detail of the site of the proposed work and familiarize t.. himself with all local conditions, traffic and otherwise, affecting the contract and the detailed requirements of construction. CONSTRUCTION EASEMENTS AND PERMITS The Contractor shall be responsible for obtaining all construction permits or easements that may be necessary for storage of materials and equipment. The cost of complying with this requirement shall be considered as incidental to the contract. EXISTING UTILITIES Existing utilities are shown on the plans according to information obtained from utility companies and surveys. The City does not guarantee the accuracy or completeness of this information. DISPOSAL OF SURPLUS MATERIAL The Contractor's attention is called to the present policy of the City which prohibits the burning of any material within or adjacent to the improvement. All excess waste material shall either be hauled away from the site of the improvement by the Contractor and deposited at locations provided by him or disposed of within the right-of-way in a manner other than burning, subject to the approval of the Engineer. No extra compensation will be allowed the Contractor for any expense incurred by complying with the requirements of the Special Provision. • DELETIONS AND ADDITIONS TO THE STANDARD SPECIFICATIONS TOPSOIL Page 107 - Delete Article 216.04 and substitute the following: Ismediately prior, to topsoil placement, the area to be covered shall be cultivated to a depth of three (3) inches and finished to the satisfaction of the Engineer with equipment approved by the Engineer. This shall also be done in accordance with Section 217. All irregularities or depressions in the surface due to weathering or other causes shall be filled or smoothed out before the topsoil is placed. Topsoil shall not be applied until the area has been approved by the Engineer. In no instance will topsoil be allowed to be dumped on pavement shoulders. All ruts, depressions or irregularities in the finished grade causing topsoil spreading or dumping operation shall be repaired by the Contractor at his expense. SCHEDULING/PHASING OF WORK The contractor shall provide for the approval of the engineer a detailed schedule listing the major items of work and when they will be performed taking into account the need to provide residents/employers/customers reasonable access to properties during construction. Therefore, the street closure must be phased, with the approval of the engineer, to accomplish this and at the same time to provide the contractor sufficient work space so as not to impede his performance of the work. The duration of any street or series of streets will be closed to vehicular access will be considered in the approval process. EXCAVATION FOR SANITARY AND STORM SEWERS The contractor shall take care in excavation for sanitary and storm sewers to avoid exceeding the maximum trench as provided in Section 603 of the "Standard Specifications" for storm sewers, and for sanitary sewers as provided in the Standard Specifications for Water and Sewer Main Construction, which shall apply throughout the length and depth of the trench. Where necessary to support the sides of the excavation and safeguard adjacent utility lines and highway facilities, bracing and sheeting shall be furnished and maintained. A drawing showing the method, dimensions and material to be used in the proposed bracing and sheeting shall be submitted to and approved by the Engineer before the necessary materials or equipment are ordered by the Contractor. If at any time the bracing and sheeting is judged by the Engineer to be unsafe, the Contractor shall provide the additional bracing and support as required by the Engineer. The taking of such additional precautions shall in no way relieve the Contractor of his sole and final responsibility for the safety of lives, work and structures. The cost of "EXCAVATION FOR SEWERS" and bracing and sheeting as specified herein shall not be paid for directly but shall be included in the contract unit price per lineal foot for STORM SEWERS, or SANITARY SEWERS, of the type and size specified. 1 } _ 1. spec, p■ 1011S EG% CA I i-- • • • ■ • • • • • • • V E 1 • The following Technical Specifications supplement the "Standard Specifications for Road and Bridge Construction," adopted July 1, 1988, (hereinafter referred to as the Standard Specifications); the "Standard Specifications for Water and Sewer Main Construction in Illinois," adopted May, 1986; the latest edition of the "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways" in effect on the date of invitation for bids; the "Standard Specifications for Traffic Control Items," adopted April 1, 1989; and'the Supplemental Specifications and Recurring Special Provisions,"adopted June 2, 1990, which apply to and govern the construction of this project, and in case of conflict with any part or parts of said specifications, the said Technical Specifications shall take precedence and shall govern. 1. TREE REMOVAL, HEDGE REMOVAL This work shall comply with the appropriate articles of Section 201 of the Standard Specification. Basis of Payment Tree Removal and Hedge Removed shall not be paid for separately, but shall be considered incidental to the contract. • 2. STUMP REMOVAL This work shall comply with Section 201.04 of the Standard Specifications. Basis of Payment This work shall not be paid for separately, but shall be considered incidental to the contract. 3. EARTH EXCAVATION This work shall comply with the appropriate articles of Section 202 of the Standard Specifications. Excavation shall be performed at the locations shown on the plans or as determined by the Engineer in the field. This work will include the removal of all existing granular base, bituminous pavement driveway material, and all other earth excavation as required. Basis of Payment The work shall be paid for at the Contract unit price per cubic yard for EARTH EXCAVATION. 4. TRENCH BACKFILL This work shall comply with the appropriate articles of Section 210 of the Standard Specifications. Basis of Payment This work will be paid for at the Contract unit price per cubic yard for TRENCH BACKFILL, measured as specified in Article 210.03 of the standard specifications. 1 5. SUBGRADE This work shall comply with the appropriate articles of Section 212 of the Standard Specifications. After stripping the vegetation cover, or the proposed subgrade elevation is reached in cut sections, the Contractor will be required to disc, aerate and recompact the top eight inches (8") of the underlying material, unless otherwise directed by the Engineer. Field conditions at the time of construction may indicate the presence-of additional material which, in the opinion of the Engineer, should be removed and replaced. This work shall be performed as directed by the Engineer. The subgrade shall also be tamped or rolled so that it is thoroughly compacted and shall be constructed true to grade and cross section for the bottom of the sidewalk and/or driveway areas. Basis of Payment Subgrade will not be paid for separately but shall be considered as incidental to the various types of surface course, base course, sub-base, gutter, curb or combination curb and gutter included in the Contract. • 6. GRANULAR SUB-BASE f This work shall comply with the appropriate articles of Section 213 of the Standard Specifications. Type B material shall be used and shall be placed to the width and thickness "shown on the plans. Basis of Payment This work shall be paid for at the Contract unit price per ton for SUB-BASE GRANULAR MATERIAL, 'TYPE B. r 7. TOPSOIL _..A This work shall comply with the appropriate articles of Section 216 of the Standard Specifications, and the General conditions contained herein. Basis of Payment This work shall be paid for at the Contract unit price per square yard for TOPSOIL PLACEMENT (4"). 8. FINAL SHAPING, TRIMMING AND FINISHING This work shall comply with the appropriate articles of Section 217 of the Standard Specifications. Basis of Payment This work will not be measured or paid for separately, but shall be considered incidental to the particular type of surface course, base course or widening included in the contract. 2 9. AGGREGATE BASE COURSE - This work shall comply with the appropriate articles of Section 301 of the Standard Specifications. Type B material shall be used. Basis of Payment This work shall be paid forat the Contract unit price per ton for the items as specified below: 12" AGGREGATE BASE COURSE, TYPE B 8" AGGREGATE BASE COURSE, TYPE B 10. BITUMINOUS BASE COURSE This item shall consist of constructing bituminous base course on a prepared subgrade and it shall comply with Section 308 of the Standard Specifications. Basis of Payment This work will be paid for at the Contract unit price per ton for BITUMINOUS BASE COURSE 8". 11. BITUMINOUS SURFACE PLANT MIX, CLASS B (MODIFIED) This work shall consist of the preparation of the base, the application of bituminous priming material, and a mixture of asphalt cement and dense graded aggregate laid in accordance with Section 405 of the Standard Specifications. The lines, grades thickness and cross sections shall be those 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 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 0.30 to 0.50 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 than 12 hours. Traffic shall not be allowed upon the primed surface of the road 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 of 250 degrees Fahrenheit. 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 than 20 degrees Fahrenheit from the 3 temperature set by the Engineer. In no case shall the temperature be more than 325 degrees Fahrenheit. 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 Developer'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% The bituminous material shall be as shown below: Prime;MC30, RT-1, RT-2 Bituminous Surface Plant Mix; SC-800, SC-3000, MC-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 joints shall not be permitted. Transverse bituminous cold joints will be permitted as approved by the Engineer and subject to the following conditions: A new bituminous layer shall terminate with a butt joint or a feathering section to existing pavement. Where a new layer does not joint 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. Basis of Payment This work will be paid for at the contract unit price for the items as specified below: BITUMINOUS MATERIALS (Prime Coat), per gallon. BITUMINOUS SURFACE PLANT MIX, CLASS B (MODIFIED), per ton. 12. EXPANSION JOINTS This work shall comply with Section 503.07 of the Standard Specifications. Expansion joints three- quarters (3/4) inch thick shall be placed at intervals of fifty (50) feet in the sidewalks, between driveway pavement and sidewalk, driveway approaches and curbs, and sidewalk approaches and curb. These expansion joints shall consist of pre-molded bituminous joint filler. Expansion joints one-half (1/2) inch thick shall be provided between the sidewalk and all structures such as street light standards, traffic signal posts and sign posts, etc., which are within the sidewalk. The expansion joints shall consist of pre-molded bituminous joint filler. 4 Basis of Payment • This work will not be paid for separately but will be incidental to placement of concrete. 13. RELOCATE WATER AND SLUDGE MAIN This work shall consist of raising and/or lowering existing water and sludge mains to the required depth, as shown on the plans, in accordance, with the details herein contained. The work shall be accomplished in accordance with the appropriate articles of Section 609 of the Standard Specifications and the standard specifications for water and sewer main construction in Illinois. Basis of Payment This work shall be paid for at the Contract unit price for each location for RELOCATE WATER OR SLUDGE MAIN. 14. STORM SEWERS This work shall comply with,the appropriate.articles of Section 603 of the Standard Specifications. For storm sewer under the roadway, backfilling methods two and three authorized under the provisions of Article 603.08 will not be allowed. Basis of Payment This work shall be paid for at the Contract unit price per lineal foot for the items as specified below which shall include furnishing, installing, excavating and backfilling of the pipes. Furnishing and installing filter fabric for perforated pipe will be.incidental to the cost of the g p pi pipe. Trench backfill will be paid for separately. 10" DIA. RCCP STORM SEWER, TYPE 1, CLASS IV 12" DIA. RCCP STORM SEWER, TYPE 1, CLASS IV 15" DIA. RCCP STORM SEWER, TYPE 1, CLASS IV 15" DIA. RCCP STORM SEWER, TYPE 2, CLASS III 18" DIA. RCCP STORM SEWER, TYPE 1, CLASS IV "18" DIA. RCCP STORM•SEWER, TYPE 2, CLASS III 21" DIA. RCCP STORM SEWER, TYPE 1, CLASS IV 21" DIA. RCCP STORM SEWER, TYPE 2, CLASS III 24" DIA. RCCP STORM SEWER, TYPE 1, CLASS IV 24" DIA. RCCP STORM SEWER, TYPE 2, CLASS Ill 27" DIA. RCCP STORM SEWER, TYPE 1, CLASS IV 27" DIA. RCCP STORM SEWER, TYPE 2, CLASS III 36" DIA. RCCP STORM SEWER, TYPE 1, CLASS IV 42" DIA. RCCP STORM SEWER, TYPE 2, CLASS III 48" DIA. RCCP STORM SEWER, TYPE 2, CLASS III 14" x 23" ELLIPTICAL RCCP STORM SEWER, TYPE 1, CLASS IV 15. SANITARY SEWER REPAIRS This work includes excavation of existing sewers and the replacement, repair, or encasement of the section of sewer as shown on the drawings and as specified herein. 5 Sewer Repair Materials A. All pipe, tees, wyes, saddles, backfill material and other appurtenances necessary to complete the repair to, or replacement of, sanitary sewers shall be as specified in the Specifications for Water and Sewer Main Construction. B. Flexible couplings for joining pipe shall conform to ASTM C594. C. Bands and shear rings for attaching flexible couplings shall conform to ASTM A167. Execution 1. Replacement of Sewer Pipe A. The Contractor shall excavate all material to the section of sanitary sewer to be replaced as shown on the drawings. B. The Contractor shall exercise special care when excavating to the sewer to avoid damaging existing utilities. The Contractor is responsible for any damage, or removal and restoration of existing conduits and utilities as necessary at no additional cost to the Owner. C. The Contractor shall remove defective length(s) of pipe and insert new section(s) of pipe. The Contractor shall remove the defective length(s) of pipe carefully to prevent damage. to the adjoining sections of pipe. If the Contractor damages an adjoining section of pipe or manhole, the Contractor shall remove and replace said section of pipe or manhole to the Engineer's satisfaction at no additional cost to the Owner. D. Installation of replacement pipe, and all operations necessary to completely execute the replacement of defective sewer pipe portion of this work shall be as specified in the • Standard Specifications for Water and Sewer Main Construction. E. All connections between replacement pipe lengths and adjoining good lengths of pipe shall be made with flexible couplings unless otherwise approved by the Engineer.. The Contractor shall neatly cut the bell off of pipe to be joined as necessary to accommodate the coupling: Then provide concrete, completely and securely encasing the entire joint as detailed on the drawings. Leave inside of pipe clean and with matched inverts. Include all such collars in the unit bid price for the various items of sewer repair. No extra or additional compensation will be paid. F. If standard manufacture flexible couplings are not available to suit the particular need, then the connection of the new and old pipes shall be made by a concrete collar as detailed on the drawings. G. Service connections shall be made with tees or wyes and as shown in the details contained herein. Such connections shall be encased in concrete, as detailed on the drawings. All necessary pipe and fittings for re-connection of service lines shall be provided at not additional cost to the Owner. The locations of all wyes and tees relative to the downstream manhole shall be recorded. 6 H. Replacement of defective sewer pipe with ductile iron pipe where shown on the drawings shall be done with one continuous length of pipe through manholes, storm sewers,or other structures where cross connections with the storm and sanitary sewer systems are to be removed. The use of shorter lengths of pipe with mechanical joints may be approved by the Engineer depending on site conditions so long as joints are located outside of the above noted structures. All repairs to these structures whether shown on the drawings or made necessary during construction shall be considered incidental grid shall be made at no additional cost to the Owner. 2. Service Connection Repair A. The Contractor shall excavate all material to the sanitary sewer, service connection junction as shown on the drawings. B. The Contractor shall exercise special care when excavating the service connection as said connection shall often cross over or under existing utilities. The Contractor is responsible for any damage, or removal and restoration of existing utility as necessary at no additional cost to the Owner. C. The Contractor shall remove defective length(s) of pipe and/or service connection tile and replace with new materials. New connection shall include properly sized tee or wye. All connections shall be encased in concrete. Locate all tees or wyes by I recording the distance to the downstream manhole. i I D. Installation of replacement pipe,and all operations necessary to completely execute the service connections repair portion of this work shall be as specified on the details. • E. The Contractor shall have the final responsibility for locations and restoring all services and connections indicated on the plans. '3. Concrete Encasement for Sewer Pipe A. Where concrete encasement for sewer pipe is indicated on the details, provide --=°concrete, including placing and handling, as specified in Section 504 of the Standard Specifications. B. Encasement shall be at least the minimum dimensions indicated on the drawings. Fill entire trench bottom with compacted concrete for entire width of excavation and with no voids or pockets remaining. During construction, support pipe in place on blocks or wedges; ram and tamp concrete solidly under and around pipe. C. Backfill with compacted, selected materials to a plane 12 inches above top of concrete. Said backfill shall be included with and considered incidental to the cost of the sewer pipe. 4. Testing A. Sewer pipe replacement shall be inspected by closed circuit television. 1. Television inspection shall be performed only at those locations indicated on the drawings or where ordered in writing by the Engineer. 7 2. Television inspection shall be done in the presence of the Engineer. 3. Test sections shall be thoroughly cleaned prior to televising. 4. Television inspection shall be documented as follows: a. A video tape shall be made, and furnished to the Owner, of the entire length of a sewer replacement. b. Photographs shall be taken, and furnished to the Owner, at all joints, service connections, connections to the existing sewer, and other locations as directed by the Engineer. c. The Contractor shall keep and furnish to the Owner a written log of the test procedures, including all observations pertinent to the acceptability of the repairs made. Such observations shall include pipe alignment, intrusion or presence of foreign material, joint alignment, condition of pipe, and presence of visible inflow or infiltration. 5. The final determination of the acceptance of the work shall be made by the Engineer based on his observation of the testing and his review of the test documentation. Basis of Payment This work shall be paid for at the Contract unit price per lineal foot for the items as specified below which shall include furnishing, installing, excavating, backfilling, concrete encasement and testing of the pipes. Trench backfill will be paid for separately. 8" DIA. PVC SANITARY SEWER 10" DIA. PVC SANITARY SEWER 15" DIA. PVC SANITARY SEWER 16. ADJUSTING SANITARY SEWERS AND WATER SERVICE LINES This work shall comply with the appropriate articles of Section 611 of the Standard Specifications. Basis of Payment This work will not be paid for separately but will be incidental to those items of construction necessitating the adjustments. 17. CATCH BASIN, MANHOLE, INLET, AND VALVE VAULT CONSTRUCTION, ADJUSTMENT AND RECONSTRUCTION This work shall consist of constructing catch basins, manholes, inlets or valve vaults, together with the necessary cast iron frames and grates or lids and/or the adjustment or reconstruction of existing catch basins, manholes, inlets or valve vaults. This work shall comply with the Section 612 of the Standard Specifications. All lids should be stamped with the name of the associated utility line lie. 8 • • sanitary, storm, water). Catch basin and inlet frame and grates shall be Neenah Type R-3010, Type "A": Grate, open curb box with 1 1/2" vertical radius or approved equal. Manhole frame and grates shall be Neenah Type R-1712 "C" or approved equal. IDOT Grate Type 8 will be used for the 2' diameter inlet used to drain the rear of the 171 Clifton property. Basis of Payment • This work shall be paid fort the Contract unit price per each structure as specified below: MANHOLE SPECIAL NO. 1 4' DIA. MANHOLE, TYPE A 5' DIA. MANHOLE, TYPE A 6' DIA. MANHOLE, TYPE A 4' DIA. CATCH BASIN, TYPE A 2' DIA. INLET, TYPE A 18. ADJUSTING FRAMES AND GRATES OF DRAINAGE AND UTILITY STRUCTURES This work shall consist of adjusting the frames and grates of existing drainage and utility structures. This work shall comply with the appropriate articles of Section 613 of the Standard Specifications. Basis of Payment This work shall be paid for at the Contract unit price for each for ADJUSTING P P DJUS ING FRAMES & GRATES. 19. CATCH BASINS & DRY WELLS TO BE FILLED WITH SAND This work shall comply with the appropriate articles of Section 615 of the Standard Specifications. Basis of Payment This work shalL,.be paid for at the Contract unit price each for CATCH BASINS& DRY WELLS TO BE FILLED WITH SAND. 20. COMBINATION CONCRETE CURB &.GUTTER AND BARRIER CURB This work shall comply with the appropriate articles of Section 616 of the Standard Specifications and the standard details contained herein. Basis of Payment This work will be paid for at the Contract unit price per lineal foot for the items specified below: B6.18 COMBINATION CURB & GUTTER. B6 BARRIER CURB 9 21. REMOVAL OF COMBINATION CURB AND GUTTER, DRIVEWAY PAVEMENT AND SIDEWALK. This work shall comply with the appropriate articles.of Section 617 of the Standard Specifications. Basis of Payment This work will be paid for at the Contract unit price as specified below: DRIVEWAY PAVEMENT REMOVAL, per square yard COMBINATION CURB & GUTTER REMOVAL, per lineal foot SIDEWALK REMOVAL, per square foot BITUMINOUS SURFACE REMOVAL (COLD MILLING), per square yard 22. MOVING FIRE HYDRANTS This work shall be in compliance with Section 640 of the Standard Specifications. This item includes fire hydrants with auxiliary valves and the adjustments of the fire hydrants and the auxiliary valves to the new elevations required by the proposed improvements. Basis of Payment This work will be paid for at the Contract unit price each for FIRE HYDRANTS TO BE MOVED. 23. MOVING DOMESTIC METER VAULTS AND WATER SERVICE BOXES This work shall comply with the appropriate articles of Section 641 of the Standard Specifications. • Basis of Payment This work will not be paid for separately but will be considered incidental to those items of construction necessitating their relocation. 24. SODDING This work shall be done in accordance with Section 644 of the Standard Specifications: Basis of Payment This work shall be paid for at the contract unit price per square yard for SODDING, which price shall include all fertilizer nutrients, Agricultural Ground Limestone and any necessary supplemental watering. 25. TRAFFIC CONTROL This work shall be in compliance with the Section 648 of the Standard Specifications, the details and notes in the plans, and the standards contained herein. 10 Basis of Payment This work shall be paid for on a lump sum basis for TRAFFIC CONTROL. • 26. MOBILIZATION This work shall comply with Section 650 of the Standard Specifications. Basis of Payment This work shall be paid for on a lump sum basis for MOBILIZATION. 27. SIDEWALK AND DRIVEWAY CONCRETE This work shall comply with the appropriate articles of Section 408 of the Standard.Specifications. Wherever herein reference is made to sidewalk and/or driveway, it shall be interpreted to mean all sidewalk and sidewalk cross walks and all driveway approaches constructed within any public street, alley, or other public right-of-way. [ All sidewalks and driveways shall be built and constructed to a grade approved by the City Engineer's office. Sidewalks shall be five (5) inches in thickness and four (4) or five (5) feet in width as specified in the plans. Driveways (and sidewalks extending across driveways) shall be six (6) inches in thickness and shall be a maximum of twenty four (24) feet wide at the curb line. Where it is necessary to remove existing curb in order to construct a driveway, the new depressed curb shall be constructed with a one (1) inch face at the flow line. Basis of Payment This work will be paid for at the Contract unit price for the items as specified below: SIDEWALK, per square foot DRIVEWAY, per square yard 28. SIDEWALK RAMPS Sidewalk ramps shall be constructed in conformance with the Standard Specifications at all crosswalks, driveway approaches, and any other location as directed by the Engineering Department. Basis of Payment Sidewalk ramps will not be paid for separately but included in the quantities for SIDEWALK. 29. WATER MAIN ENCASEMENT The Contract shall provide water main encasement and bedding at the locations shown on the plans and any other location as directed by the Engineering Department. 11 l_. Basis of Payment This work will be paid for at the Contract unit price per lineal foot for WATER MAIN ENCASEMENT._ 30. CONCRETE CURING COMPOUND Curing compound shall be used in accordance with Section 402 of the Standard Specifications. Basis of Payment Payment for curing and compound, including the furnishing of all materials, labor and equipment necessary to complete the work herein specified, shall be considered as incidental to the item requiring the application. 31. FINE AGGREGATE FOR PORTLAND CEMENT CONCRETE AND CLASS X CONCRETE E . The gradation for fine aggregate for Portland Cement Concrete and Class X Concrete shall conform to gradation FA 2 as called for under Article 703.02(c) of the Standard Specifications. 32. PROVISIONS FOR CURING TEST SAMPLES The Contractor will be required to provide storage space, meeting the approval of the Engineer, for the initial curing of quality control test specimens made on the project. The storage space shall be such that it will give full protection against direct sunlight, the elements, pilfering and damage. When requested by the Engineer, heat shall be provided by the Contractor, with a minimum temperature of 60 degrees Fahrenheit maintained for as long as required. 33. ENGINEERS FIELD OFFICE TYPE B This item shall comply with the appropriate articles of Section 646 of the Standard Specifications. In addition to the items specified in the Article 646.04, the telephone shall be equipped with a telephone answering machine. Also,the field office shall be equipped with air conditioning for use in the summer months. Basis of Payment This item will be paid for on a lump sum basis for ENGINEERS FIELD OFFICE TYPE B. t L. 12 34. UNDERGROUND LIFT STATION UNDERGROUND CONTROL CHAMBER General: Furnish and install one (1) Underground Control Chamber system for below grade installation for 2-5 HP Submersible Pumps. The system shall include an integral control module for duplex operation, a wet well access chamber and a valve chamber with 4 inch piping. A plug valve and two (2) ball check valves shall be supplied on the station discharge pipe. The underground control station shall mount on a six (6) foot diameter steel or fiberglass wet well. Construction: Each pump station module shall be fabricated of 1/4" thick molded fiberglass reinforced plastic. All exterior hardware items including bolts, hinges, latches, etc. shall be of non-corrosive materials. The aluminum diamond checked cover shall have a load rating of 300 pounds.per square foot. The underground control station shall arrive on the job site with the plug valve, ball check valves, float switch bracket and all internal piping installed. The wet well assembly shall include furnishing and mounting of the pump slide rail assemblies and all epoxy coated steel discharge piping to the exterior of the wet well. The underground control chamber shall be supplied with an internal mounted hoist socket for the installation of a portable hoist of sufficient capacity to remove the supplied pumps. Also a portable hoist shall be supplied by underground control chamber supplier. The portable hoist shall be compatible with the socket in the underground control chamber, shall be of sufficient capacity to remove the supplied pumps and shall be complete with all chain or cable required for removal of supplied pumps. UNDERGROUND AUTOMATIC CONTROL CENTER General: Furnish and install one (1) underground automatic control center in a NEMA 6 module for below grade installation for 2-5HP submersible pumps. The control center shall be designed and manufactured for submersible pump applications and supplied by the pump manufacturer to insure compatibility and proper protection. The control center shall be designed for a 3 phase, 60 hertz, 240 volt power supply. Control Module: Each pump station module shall be fabricated of 1/4" thick molded fiberglass reinforced plastic. All exterior hardware items including bolts, hinges, latches, etc. shall be of non-corrosive materials. The aluminum diamond checked cover shall have a load rating of 300 pounds per square foot. The control station module shall be available for mounting on the top of the 6' wet well. The control station module shall include a molded fiberglass wet well access chamber. The installed control module shall not project higher than three inches above grade during normal operation and shall allow locking with a flush mounted locking system to prevent unauthorized entry. The cable entry into the vault and module shall be through gas tight cable entries to prevent the wet well vapors from reaching the control area. 13 • For routine inspections, the control module shall rise 10 inches above grade by unlocking. The alarm light, running time meters and pilot lights shall be visible through a lexan viewing window. The module shall retain its NEMA 6 submersible rating and remain protected from unauthorized entry while in the inspection mode. While in the inspection position, the controls shall be easily accessible for maintenance by removing the control chamber cover bolts and manually pulling the control mounting plate to the full raised position. The mounting plate shall automatically lock in the raised position until maintenance is completed. Provisions shall be made for the ability to connect a portable generator to the lift station. A portable generator that meets the power requirements for the lift station shall be supplied as a part of the lift station. Controls: For each pump motor, short circuit protection, reset and disconnect shall be provided by a hydraulic/magnetic circuit breaker. A dual voltage control circuit shall provide 24 volts for the external level sensing circuits and 120 volts for the other pilot circuitry. The control circuitry shall be protected by a disconnect circuit breaker and overload protection. NEMA rated magnetic across-the-line starters with class 20 overload relays shall be provided. The starter shall have auxiliary contacts for interlocking. The following features shall be provided: *Pilot light to indicate "Power OnTM. ( 'The circuit breakers, motor starters, push buttons and pilot lights shall be the product of a U.S. company with a national distribution network. *Both sides of the control mounting plate shall be used for most efficient use of space. *All control relay components shall be mounted on DIN rails for ease of servicing. *Terminals shall be provided for all incoming and outgoing circuits, both power and control. *An electric alternator for duplex stations to even the wear on the pumps. Both pumps shall run during high water level conditions. *Alt wires in the control panel shall be color coded by voltage and numbered. Power supply wires shall be isolated from the control wires. •A schematic diagram shall be supplied with every control panel. •A nameplate shall be permanently affixed to the inside of the control mounting plate. The name plate shall have a serial number stamped on it for future traceability &shall also identify the motor horsepower and amperage of the pumpls) that the control is intended to operate. 'The control is to be built in accordance with the standards established by the National Electrical Code and National Electrical Manufacturers Association. •A separate motor thermal protection circuit shall be provided for each pump motor. The circuit shall be manually reset after a stator thermal overload but automatically reset after a power failure. •A HAND-OFF-AUTO selector switch shall be provided for each pump. A variable (0-24 hr.) Pneumatic timer shall be initiated by the lead pump on liquid level sensor,to allow a preselected delay in the starting of the lead pump. A running time meter shall be provided for each pump. A walking beam breaker manual transfer switch shall be provided to switch from line power to an - emergency generator connected to the generator connector on the meter pedestal. 14 • SUBMERSIBLE PUMPS Scope: Furnish and install 2 heavy-duty submersible sewage pumps, each pump complete with a 4 inch cast- iron discharge connection elbow with anchor bolts, upper guide bar bracket, 18 feet of lifting chain (cable) and 12 feet of hypalon-jacketed type SPC cable P-MSHA approved and sized according to N.E.C. and ICEA standards for each pump. At design point pump shall be capable of pumping 100 GPM at 36 total head without exceeding HP rating of motor. Additional points on the pump head- capacity curve attainable with the same impeller shall be 200 GPM @ 31 total head and 75 GPM @ 40 total head. Motor Design: Submersible electric motor shall be air-filled, rated at 5 HP shaft output, have a service factor of 1.15 and be connected for a 240 volt 60 Hz 3 phase 4 wire commercial quality service meeting NEMA standards for electric motors. The motor shall be of squirrel-cage induction shell-type design, housed in an air-filled, watertight chamber. The stator winding and stator leads shall be insulated with moisture resistant Class F insulation which will resist a temperature of 155°C (311°F). The stator shall be dipped and baked three times in Class F varnish and shall be heat-shrink fitted into the stator housing. The use of bolts, pins or other stator fastening devices requiring penetration of the stator housing will be rejected. The motor shall be designed for continuous duty, capable of sustaining fifteen (15) starts per hour. An integral junction chamber shall contain a terminal board, separated from the motor housing by a water-tight sealing gland that shall prevent water entering the stator should a leak occur in the cable or cable entry. A minimum of two thermal sensors shall be imbedded in the stator winding end coils. These sensors shall be wired to the control panel for use in conjunction with the external motor overload protection. Pump Station: Pump with its appurtenances and cable, shall be capable of continuous submergence underwater to a depth of 65 ft. without loss of water tight integrity. Pump shall be designed for automatic connection to the discharge connection elbow, guided by no less than two guide bars extending from the top of the underground control station to the discharge elbow. Sealing of the pump discharge flange elbow interface shall be strictly by metal to metal contact. No additional diaphragm, o-ring or other sealing device will be acceptable. No portion of the pump or guidance system shall bear on the floor of the sump except the discharge connection elbow. Pump shall be of low-silhouette design facilitating above and below ground handling. The shaft shall rotate on two permanently lubricated bearings with a B-10 bearing life of 40,000 hours when pump is operating at or near BEP. The short full-diameter magnetic stainless steel shaft shall be designed for use with compact seals and have no stress-concentrating steps or grooves. Compact independent seals in tandem,tungsten carbide-carbon upper and tungsten carbide-tungsten carbide lower,operating in an oil-bath seal lubrication systems, shall permit rapid servicing of the hydraulic end. Pump shall be equipped with a double shrouded non-clogging impeller in a volute with a replaceable wear ring. Impeller shall be fastened to the pump-motor shaft by a key and bolt. Lower bearing housing shall be oversize and be designed to work as a heat sink with large multi-finned surface area. 15 Pump Test: The pump manufacturer shall perform the following inspections and tests on each pump before shipment from factory: 1. Impeller, motor rating and electrical connections shall first be checked for compliance to the customer's purchase order. 2. A motor and cable-insulation test for moisture content or insulation defects shall be made. 3. Prior to submergence, the pump shall be run dry to establish correct rotation and mechanical integrity. 4. The pump shall be run submerged in water to a minimum of six (6) ft. 5. After operational test No. 4, the insulation test (No. 2) is to be performed again. A written report stating the foregoing steps have been done shall be supplied with each pump at the ( time of shipment. Pump Warranty: The pump manufacturer shall warrant the units being supplied to the owner against defects in workmanship and material for a period of five (5) years or 10,000 hours under the Municipal Wastewater-Permanent Installation Warranty Policy under normal use, operation and service. The warranty shall be in printed form and apply to all similar units. Factory Service: Factory-approved service facilities including factory-trained mechanics,shall be available for emergency and routine service within 200 miles of project location. Documentation: The manufacturer, will supply a minimum of five (5) sets of standard Submittal Drawings, Operating and Maintenance Instruction Manuals and Parts List. Additional sets of Drawings, Parts List, Manual • etc. or modification to the manufacturers standard submittal will be at an additional charge. Aperture Cards, photo or microfilming sets, if required, will be at an additional charge per set. Standards submittals will consist of: a). Pump Outline Drawing b). Control Data c). Access Frame d). Typical Installation Guides e). Technical Manuals f). Parts List 16 LIQUID LEVEL SENSORS • Furnish and install 4 liquid level sensors with 10 feet of electrical cable on each sensor. Level sensors shall be a non-floating,displacement type. Level sensors shall be rated for operation at milliwatt levels. Floats or restrained floats shall not be considered as equal. BALL CHECK VALVE Furnish and install 2-4" Ball Check Valves. Each valve shall consist of just three components; body, cover and ball. (one moving part) The design of the valve shall be such that it keeps solids, stringy material, grit, rags, etc., moving without the need for back flushing. In the operating mode, the ball shall not impede flow through the valve. The operating flow area shall be equal to the nominal size of the valve. The ball shall clear the water way providing "full flow" equal to the nominal size. It shall be non-clog. There shall not be outside levers, weights, springs, dash pots or other accessories required for a swing(clapper)type check valve. The ball shall be hollow steel with an exterior of nitrile rubber, it shall be resistant to grease, petroleum products, animal and vegetable fats, diluted concentrations of acids and alkalines (pH 4-10),tearing and abrasion. The body and cover shall.be of gray cast iron, Class 35. Flange drilling shall be according to ANSI B16.1, Class 125. EXPERIENCE CLAUSE The pump manufacturer shall have a minimum of 10,000 units of similar type pumps, installed and j operating for no less than five (5) years in the United States. ! Basis of Payment This work shall be paid for on a lump sum basis for UNDERGROUND LIFT STATION. • 35. 4" DUCTILE IRON FORCEMAIN FORCEMAIN-pipe for connection to underground lift station shall be ductile iron pipe conforming to the latest revision of ANSI Specifications A21 Class 52 with 150 psi working pressure or American Water Works Association (AWWA) Specification, C150 or ASTM C296 with "push-on" type joints. All fittings shall be mechanical joint cast iron ASA Specification A21.10 or compact ductile iron fittings (AWWA C-153) with 250 psi working pressure. Poured or monolithic concrete thrust blocks are required to brace all tees, plugs, caps and bends of 11 1/4 degree deflection or greater. Minimum cover for Forcemain shall be 3'-6" from finished grade. Basis of Payment Forcemain will be paid for at the contract unit price for 4" DUCTILE IRON FORCEMAIN per lineal foot including all fitting connections, blocking, bedding, and selected granular backfill. 17 • • WATERMAIN IMPROVEMENTS STANDARDS All underground improvements shall be constructed in accordance with the Standard Specifications for Water and Sewer Main Construction in ''Illinois, latest edition and the American Water Works Association Standard for the Installation of Ductile Iron Watermain and Their Appurtenances, latest edition. 36. SELECTED GRANULAR BACKFILL Description of Work Selected Granular Backfill shall be required for all sewer and water main trenches lying under existing or proposed streets, driveways or sidewalks and within 24" thereof, and where noted in the details. _ All material placed in such trenches shall be thoroughly jetted. Pit run sand and gravel meeting the Illinois Department of Transportation gradation FA-6 will be acceptable. Basis of Payment Selected Granular Backfill will not be paid for but will be considered incidental to the cost of watermain and water service installation. 37. WATERMAIN L_ Description of Work Watermain pipe shall be ductile iron cement lined pipe conforming to the latest revision of ANSI Specifications A21 Class 52 with 150 psi working pressure or American Water Works Association (AWWA) Specification, C150 or ASTM C296 with "push-on" type joints. All water fittings shall be mechanical joint cast iron ASA Specification A21.10 or compact ductile iron fittings (AWWA C-153) with 250 psi working pressure. Poured or monolithic concrete thrust blocks are required to brace all tees, plugs, caps and bends of 11 1/4 degree deflection or greater. Minimum cover for all watermain, including services, shall be 5'-6" from finished grade. Basis of Payment Watermain will be paid for at the contract unit price for DUCTILE IRON PIPE, CLASS 52, CEMENT LINED 4", 6" or 8" per lineal foot including all fitting connections, blocking, bedding, selected granular backfill and abandonment of the existing 6" or 8" watermain. • 18 38. VALVES AND VAULTS Description of Work Valve Vaults shall be constructed of reinforced precast concrete ring construction with tongue and groove joints in conformance with the latest revision of ASTM designation C-478. All joints between sections and frames shall be sealed with mastic type bituminous jointing compound. The Contractor shall remove all excess mastic on the inside of the structure and butter joints with mortar. Valve Vaults shall have concentric cones as shown in the details. Only concrete adjustment rings will be permitted where necessary and shall be limited to two adjustment rings totalling not more than 8" in height. Frames and lids shall be Neenah R1772C or approved equal and shall be imprinted "WATER" . Valves shall be non-rising stem and shall close by turning clockwise. All valves shall conform to the latest revision of AWWA Specification C500 with a rated working pressure of. 200 psi. All gate valves shall be CLOW AWWA R/W RESILIENT WEDGE VALVES or approve equal. Basis of Payment Valve Vaults shall be paid for at the contract unit price each for VALVE VAULT 5' DIAMETER, TYPE . 1 FRAME, CLOSED LID which , price shall include frame, lid, steps and any final structure adjustments. Valves shall be paid for at the contract unit price each for GATE VALVE, 8" installed. 39. FIRE HYDRANTS Description of Work Fire Hydrants shall be a "Waterous" hydrant of the "breakaway" type conforming to AWWA C502 with 6" inlet and auxiliary valve and two 2-1/2" nozzles with a 4-1/2" steamer, threads to be national standard. The centerline of the steamer connection shall be set 24" above finished grade. Fire Hydrants shall be located as shown in the details or as directed by the City and shall be painted in a manner acceptable to the City. Basis of Payment Fire Hydrants shall be paid for at the contract unit price each for FIRE HYDRANT, installed. • 4+0. PRESSURE CONNECTION 19 Description of Work Pressure connections shown on the plans are to be constructed in conformance with the Standard Specification for Water and Sewer Main Construction in Illinois, latest edition, Section 46. Basis of Payment` Pressure connection will be paid for at the contract unit price, each for PRESSURE CONNECTION (size as specified in the details) which price shall include all labor and materials necessary to complete the connection in conformance with Section 46 above. 41 . EXISTING WATERMAIN ABANDONMENT Description of Work The existing 6" or 8" watermain is to be abandoned after the 8" main is complete and all services have been transferred. Where the existing main is disconnected from its live sources the ends shall be plugged and the main left in place. Existing valve vaults shall have their frames removed and filled with the backfill material specified above. The pavement will be repaired with appropriate materials and methods to the satisfaction of the engineer. Basis of Payment Items paid for under this specification are, FITTINGS per LB. All other materials and labor required to complete the work as specified will be considered incidental to the cost of the 8" watermain. 42. WATER SERVICES Description of Work The contractor shall inquire from Sewer and Water Superintendent, Pat Oglesbee (708-697-3160) , as to the exact style, type and manufacturer of Corporation stops, ground key stops and Buffalo Boxes preferred by the City and furnish the same. Water services shall be 1" type. K copper and shall be constructed to the far side of the City sidewalk. Upon completion of water service construction, all boxes are to be adjusted up to the existing grade. Basis of Payment Water Services shall be paid for at the contract unit price, each for WATER SERVICES NEAR or FAR SIDE which price shall include the tap, 1" copper tube, corporation stop, ground key 20 stop, buffalo box, reconnection to the existing service and selected granular backfill complete. 43. PRESSURE TEST Description of Work The allowable leakage for watermain shall be in accordance .with Section 41-2. 12 of the Standard Specification for Water and Sewer Main Construction in Illinois. Average test pressure shall be 150 psi for two hours minimum. Basis of Payment Pressure Testing will not be paid for but will be considered incidental to the cost of the watermain installed. 44. DISINFECTION Description of Work Disinfections shall be in accordance with the Standard Specification for Water and Sewer Main Construction in Illinois, Latest edition, , and shall meet all of the requirements of the State of Illinois, Environmental Protection Agency,, Public Water Supplies Division. The safe quality of the water supply shall be demonstrated by bacteriological, analysis of samples collected at sampling taps on at least two consecutive ' days following disinfection of the mains and copies of the said report submitted to the City. Basis of -Payment Disinfection will not be paid for but will be considered incidental to the cost of the watermain installed. 21 n • -• \* „. l • • ARROW BOARDS rid TYPICAL APPLICATIONS OF y` . rMa. T.... TYPE II BARRICADES CLOSING A ROAD 4•MIK g•r .ice, v ANN. r MIN. S L_� rtlN.' r I /—�= apOi MOUNT MIN. NMI". 7 U 0 0 0 U 1 ' == TN{AE IMCYNT rr ----� --, J. .�_. I lI u 1- -�"`� rum 1' I I 1 1 etw W.MAX. r•MAN. .1 a"MAIL - • • ROAD AI•' • TYPE A TYPE. TYPE C • tf�l • 1 Ifni 'CLOSED•�• 1 [ ROOS MOUNTED ROOS OR TRARIA MOUNTED TRAILER MOUNTED• 1..r1 1�I.l�la 1 I Mom a • • 4 1001 Of Atreus boards shall conform to Article 715.22 of Ds Standard • :m.M105: :ERMIREMM:MiS.EEI:ISM t :ter♦: SHOULDER SpocHkatlons.On roads with speeds of 45 miles per how and armarstrussmosodaq �' above.Type C units we to be used foe an opststions 24 bows of more in dursllen and Typo 5 units may be used for operations less PAVEMENT than 24 hors in duration.Type A..or C units may bo used for all ROAD CLOSED TO ALL TRAFFIC oparatlo s on roads with speeds Nss than 45 miles pr how.Arrow bawds shall not be used to dkeat passing moves into lanes used by Reflectotlaed striping may be omitted opposing traffic. on the back skis e1 the barricades.The barricades shell be le the edge of the directed the Engineer.Mr a'tlawnleo TYPICAL SIGN INSTALLATIONS the detailed construction plans. h (SEE NOTE 1) h t rum H h /i'MAIL.�~ h { I I WORK UMIT SIGNING H n 2 MIN. I 1 j '-'.4.2k4. MAll. / H EDGE OF ....J I.1•MNL CORSTRUCTICS 4••SY 4••NOM. __••( 1 PAVEMENT O11 EPIC! END WOOD POSTS H l to Mm. mu CONSTRUCTION E00[r (aE[NOTI$ L OF I\ SOW MAR. I I ►AV[MENT 2.E.ANDn TM NOTE 1) \ Ot0•21p•e024 4 MIN. {t•• W7-2/(0) MNL on (SEE M . r J rT[2) NOTE 3) {MIN LTD.5114 �' ♦ 1'• The NEXT E MILES SspMeme/lal Mete 45 — — �r I_ 1011 EL01[. M Kg is Mt tM t shag be Mlsead below the Met morns �' {i •1 `now 53 -JILL TMN 1• twe wiles Si marm-T•BEND CONET tOtIC. EMBEDMENT L. ELEVATION r EDO[Of PAVEMENT • •• TION slim shall also be erected new Um • end of Mess prefects.•.r 1e within t N7•w haeand of Me Job. PAVEMENT 1.2 ft ehknknhhxn M leas of mob. B.Two Fain shall be win lot signs greater Ikon/4 N.it. 2.Alternate designs and es welerlalr may M permitted M moo r where the eight between the sign and the ROAD CLOSED TO ALL THOU TRAFFIC when wthriaed by Ire gnglneer.AM materials shall be ground ay Mini 7 tL added support.MsWn ten p■ed substantial aw dwN*. weal Mee thew ter shad a eloe Any Meer Neale mooching M the reel shad be eloped Hewn termed N• 3.Add 2 ft.If poking exists within 200 ft.In whence.1 pssahMN Yalllo. MIINlriied striping shall appall on the sign leestbn it It pedestrian movement M likely to 7.N apww by the Engineer,skids may be used a sup. both sides of barricades. TM bar- mews*any time during theme/mt. demise shall Re to the edge of the Poll sins where a structural real design el N hew,they pavement. except when otherwise 0.Mena en tsmpnry wpprts awn be within 20'el• sad.not shad the etructwal Nsign el TTM III burl. directed by the Eng{MN r shown on verWal paiWs. eweo medalist'be no greater Men 4 ft.In Imeth. the detailed construction plans. 5.W•ahts if eena/ele.rein.r brick will net N allowed • • and all weights haled to stabilise signs err than sale. t•gaiO elnrol.IsnONVI...h Mss must be S. es to to sign eypertw TYPICAL APPUCATION OF TRAFFIC CONTROL DEVICES .� HIGHWAY CONSTRUCTION AND CONTRACT MAINTENANCE 4.rr«w a't=N~ SHEET 1 OF 2 11 /rii' .1,,,fle STANDARD 2298-a .o o • • il- I P • .1 _r_—_ O • 10 • •FLEXIBLE DELINEATORS WINO SARRICADES T o, -" /� TYPICAL sr MON 1C LW a 2.9. The stripes shall be 8•ticket wide.•Itwnatng teneetwhed range and r AML iI, //,tr Flexible a be designed aids N uMMr M — rsfiwtwh•d white.Naples downward at IS•toward the side en which _� tr shape end deelgnN a Yes under regeetN' e�_ tress will gees The r.neenw sheeting shall meet the rpukemenu N Milia Impacts awl return N an ttplgitl hicltlen Iytlples 7f 8.17 and 7f 8.11 MOM Standard Sp•alfkatlrw. %//I///// tr the Mies.d.The a the b e atte vehicle w s•_ -r IM Midst.They shall M.II ed o the !! land Mss may be Naced en the legs fr MOsst.hie other types N '1�-1� pwamant with a*pony orator!m 1M meow. F -- 1:; . mwdetlens N the delineator mrwleelww. +Y 1G M_ weights will M eiders. tr M1N. tr! The use N suds will not be permitted with. ---- 24• Mebane lights shall M wed dwing hews N darkness AMMAN M mounted 1001 OF PAV WENT .1.1 the•pprovai N lid IngIsser. g.. above the to reed Nth*side merest baflk. TM tubes shell M warps n saw and have µdeado rail{shall M weed IM thicker than PI.shoot alurnimrn,Milano names stou/E t10 NEAVIth TNAN: two,Reeuriasd orange and two ren.015- dr Mwplssa c•.r vr000 ode AIM whit.bends meeting thu•pdr•menls r.r.WY OT[[l7Unlw OR fee sips Ankle 718.17 N the Mandan! The eprienal back Miming.hewn en tin wood er metal bedside mop M r.r.Tnr,,,,,,,,,,is m010 2•►vm nn Specifications. used wended R.tulles to the upright me high than 12 Inches above LI.MAX. the betters and MredMN that If weed is used.the Mooing shall M no hesv ------_^ _ d. me tubes Mall M readily ramovsbie from ter thew 2 bashes by 4 MM.s n ells. L_ _I 1_ 1-_J the u p•rndt field r•plasamwt.Al _ missing or severely damaged tubes shall be wean TWO•IECE SAM Other Nght weight designs may Mused with the approval N the Engineer. 11 (( 1 /I replaced wk.to suspension N with each AN heights sheen shall N meeawN Wow IM Nascent aided.. ._ _J l.. waking day and ens.each nen•wwkMg day an•schedule appevN by the Engineer. The ace N the epanmy,contractor.s f supplier shell not be shown an the r-- lr Max. ` _-1 Imo plea el any banked...whether such pans are striped w eel.Win. L. ____ _1 1. `-- tiflcellen markings may be plats only on the limb side of the Malteds - y__ :, �: •• Lr� rails. WOOD OR METAL SUPPORTS PVC PIPE SUPPORTS TYPICAL DESIGNS TEMPORARY RUMBLE STRIPS CONSTRUCTION SPEED LIMIT SIGN r"- 1 t W21410710b3st{ r—.as• �rar O • —ih" sill him •• !,y•• BLACK ONOMN11t1 WORKERS 1r•Ir Is assembly shaN kink 7 23 e,tesritwd.nd The IlkMlbm.E ► IVI !ill! s a %J// / J1}EAD , l m, ..• AN slgus shall M rahmterla•d meetings tin i.prem.nl.el conform 7.11.•• Article 711.17 N IM Standard Specifications.The sign. 2s . 2{ I 2{ - �CON{Taslil10N IONS E SPEED albObt ttONT stay be cembbwd en a single penal WARNING figs{ TM mein lights shall o.ure mwadk•dknal amber lens.. _ t00= !00= f00= LIMIT wash nMSlw•and snag M MM.through■reap.of 1200 M, 2s' when vowed Ischq IM sign,TM lights shall operate on 12 n 1 i - 82.1.344* 4 5 .VDC,maker.*of S mare moral drabs,with not less than IIIII 2O Jwdese (wsilrecond)output and a lash rats of 7010 g0 nosh..per mbrts.TM strobe lights shah b.operated ••• A TRAppIC 1 1 I I 1 n TYPICAL INSTALLATION Item•deep eyes tokamak'Sanwa.rechargeable batten. The bell•ry therm.level shag be maintained with either: • 1 1 1 I I WHEN generator with•1561 capacity available for 10 bows of or a solar pane wnh 1 1 I E E__ R2afma•Nit FLASHING •1 V0C, ampere Dolt pod wR a.Ion.A ernes kakNw 'ore SgN MAN Yens SOO lest shall be mounted on rear el i ' sign to provide sonikm•tlen le workers that the sight Is 1.7rt-----.1 PACE MAY00714 EO toweling.I OR EMOOTN� // �E'-•+TRAPpIC • TM assembly by l aids only be used weer.specified el when Tr O,{, ..."....."----------1-1------.1 The rwMl•strip shell M Mack n tole aid termed N high strength lamed pelycerbenN•. N•Mm. aPpreved by the Engineer.TM mobs lights shag Da activated I ( R sMR be N ene.Mec•eeusthvetim with Me dismal.en the underside ter M.MdNty and *My wow workers w present n•toes lee ad{emanl to proper epoxy bandage.Th.channels Mall b.Interconnected at few or more Iac.tlons I. one wee w hank.At all other lime.,the a aril she.be h t spiry u flew from era channel O the ether.There shall be N least W veep halos -{J�� mod off and tiles sign pre M ragweed.slid Ile TM el below Meg not b. EPDXY t71ANNMIR permit mod whom IM nermal pets spas MtN1 h YNew 45 mid. one w both charrtNe to N•mew mine N the nap and at Nast kW through the hew. 29't loathes edge N the strip I.prevent W wide between the strip sin the posy. • The rumble strip.hall Iwport•had el 8.000 pound..This shall be d.Iwnned by elegies •can also he rated as:2.151 Mien elte0tir•canine Power •strip over the open ell N•sne•nek M1h vertl.Nyp.ltlen.d MM.,metal cylinder A-A Moving an Internal diameter el 2 Inches and a wall thickness N 0.21 inches.The load Mall DETAIL OP RUMBLE STRIPS M milled slowlylMw/t a on.•nsh diameter by enwInch high metal rod centered en the lap fist Millen N the strip.We weep hies shell be M U.e aempreeNan wee.)MaaMgs et significant pwmaawt d•1•rmstkn N the atrlp sisal eenstltete fathom ®eue0••er•,wm d loweett.st - TM strips shall be placed end l.and and 5.1w4 sempsel•y awes the bailie lens. Tidy TYPICAL APPLICATION OF TRAFFIC CONTROL DEVICES Mall be enriched t•the pavernenf with an.pear meeting the recommendations the HIGHWAY CONSTRUCTION AND CONTRACT MAINTENANCE [ rumble strip mwwlwtwer. "'r'«r..lKE+Lei--......- lE Other simile,desire may be used with the spprsial el the Engineer. SHEET 2 OF 2 fin STANDARD 2298-8 [ el/MIN • f TYPE I BARRICADES 1 TYPE II BARRICADES GENERAL NOTES Y I.Type I gwMade.we Weeded ler we w Iowa awed reads N shall not 1.• wed yahoo awed wawa.are«seta thew b M114 ual.se the.Meetly.awe N MW. _ We Wear WIN of least:Sawa.br4ea ' t' 1.13"../.........14" LI� 1" 24 MIN....-.1 2.NNE TOP*N NarkNea.MN medal ktemdaN strobe M4WI.Nuat.4M. t^•l2' v a.Type w tanloedw w IniN14ed 1a Ned pad Woe bestow end shell net be wed 4."10 �';t ' 1—AL■�,i W•1:•• I I«YleepeNUllee«de[ne.11en.ig�� !t'�' at •err 7T ` I r•.l:••♦ '---�� at••.u•• s.ulwynualewnMws.wowed Mw.u.a.anwl.Nuw.. I xr •at Slr•sr' �„ '+-_1i r / 4*. t.UnNU e1MrwIN MIN.Lee NIIaWe Meeting used red barricade'.drums, �„7r�„ l;•• I and mewl pawl*seal Meet the NoulrwlerNS of Article 718.17 and 71 131 t OPTIONAL tN1iTM►ED •7`�L. el We NuN�rd Naalleta ens 1«Road and Midge Cwskatkm. SOTTOM RAIL S.AN barked**and aerosol pawl.shall have NIaw1In4 newl.rleed.Mlle end nN.el.deed a mews global downward el 41'*wad the side an WOW Ir4IM weal Ws.NwkeN Neap.e slue be N loMw lo**Nth w bwkWp 711 WO.or Nara I.length pad•leaf..In width w barrow/ea%w than 34 . ' kaMe in twee.Type I aid Typ.N Narkadea Max be bribed w both slew. • Type M Narked.shall M sifted M Nth 114.1 where waffle approach..Iran rower wawa..owl.,panels plowed on the 0.1.14.N curve.Mw N NNped wleth aide..T'M p.sd.s bird setae 1«011ror baakade cwnp«wM•ma imp white a silver.•.apt that tapYMed gbvadwd m.Ial or Yoakum • TYPE III BARRICADES Ie!14111ants may Mew. 7.Whew.6Wl N nw-metMIIe pad have Mangling N11**lerlswd awe and n- Mlek.d white horll4elb.alrawhdah.l strews 4Inch..le II inches M width. VAMANI[ I There 14.0 be N Mast t.e swage and et least We w1Nte atria.w 04th arum. N w.«.M.W•wawa N.hat Wawa*M.orange and whole Naps,they Wall 1r MAX.4'MIN. N w mere Than 2 Inches k width.All nwMN%.lerired pawns of the drpmw Nue M asap or wall..Draw may be slightly conical b shape and may have awes war.W eataces romkYNl.WNW Wan hit. two Ia Type t and Type N gNtlod01.hail a be designed she es le proy .. 10,1x' T I a .-etaMa gipped pad should N canstratal.1 light weight wuN a NwNnum •r' I x••T» wail wheel•weed.besik,or...lobo,and have w rigid slay Waging la'A' 4"Sy 4" r•Sy r•Sy a/1E"ANGLE« being NNgw M Type M NaNpMw are way used N closures.they maybe c0.. r•the x"the 1h"TUNING strwled N hoavlor malwiNs Ise Type I w Type a Worked..thrown.they ,, • 1'•1'• ?`1 r'Sy 1'•I2 PER$UMO1111 I should not haw any vertical a sloping sweats heavier than Cinch by 4.inch II'MIN. MII/.Iraq' TO TUNING SANWEIDED 3/111a.:Wee eagles. by 1/g•Yrh sett lubip,a x.inch by 2-inch by t,•t•I� A_,•at I t.tarrNede ale Mall be bawler NM 1•Inclr OWN lumber NNYwesO awwl AT • i • la err.9ewrb.ni design Type I Waked*which may have•MI no heavier Ma.x•kdr Ihle4 lumber.Other light weight weather resblant materials such as CENTEILLN/f OF SUPPORT �� �)rf ��� Nwda. ....heel ehnn%um nay be used.tar' MI5 mays Mooing 1/f OF th Op I 1h" PLATES �r•g'• SASE n•l•ns may M 0.N le satisfy woods barb- SANE LENOTN IQ.We wnr.lNphew amwer era l N w agency caninabr,a suppler ray.sheen an II' t• .new osaau4Mewe eft Niters em bwwed1•h.in height.1k4I%n shall 0.N TYPICAL WOOD SUPPORT TYPICAL STEEL SUPPORT 11.wan wed,warning Itihts an barked**.Mums.or vertical panels stall be mewled/Woe the t0.N the device le the aids an which traffic will paw and Mal Ml.bsaue pay nM.tWeed wrliw a1 tho a.vke. ix.Weights N.we.II•stew.a WWI will net es allowed and all weights used to HIGH LEVEL WARNING DEVICE slate lee barricades a ss dwwe a u e gNbpe most be.rigidly 0 .d w the legs el greeds pay be plated Ne.weepweal be s..w.d w Ne 1p rid N M et Wen HOW.a may st o t brlkde lope•over toyed bottom nil.net laebti HOW.wed w.1NpN bottom hills,a w+peaNd DRUMS ■ VERTICAL PANELS boo the eadeede roil or Dan.k such•manna w aMl the bulk el the Is N tt"•1 t"ORANGE FLAGS lout 11 halms Nebo the tap 01 the barked*.Owns mw be weighted internal. I7.w'INr lakt damage sand."ales.*,tuba mater).)I.provide 11'1.1411• Ha"MIN. Ix..� la.Cw.ehellM.arlpwW NdureW nWaW We NwarsiN eew.ywhkwr• �,... eery.Wawa ample.WM«4 paid.err la inch.?pounds lera Inch.w 10 • ►amid la s$kMaaN Sap•Palma NM p'a'wed me lees ratite k Wane. + a'••1" t On.My w arower*Aad MAN*%win NW y'Moon N 25 4kM*In WWI. Mydrkwaew.NW only Moved w wallledda Papaws a as gamma b Yw A,.'II" CONES 5A shown roe eea:eWas:w.a` io 1....Wenwasp wIneweInches Mow the 11p N Mr teal NW err era•..0.00 N bur brow Ned l0.Inches balow0r W kid 1.N. tiger IN 1a.Yer trogeaets may yegMr 0.N aaaba.kNN wombed a alwN%the top el r- —� x1/A'MIN. tp[CIPIEDI 4WrW. 4410.. 04.4.wN.w.wwNyM.Nw%uydvntpmwovda Famedowls whirerr.tap a pwlss MINeNa bawl Na aidpewwM swttis tt•'•1P' prep earpparlld wMr.eNb she esteem le Genera law a,a,10 N It et 0.W SEE NOTE I 1♦FOR REQUIREMENTS SUPPORT OR giwed w Mw way he u0.when wawa speeds as 40 MPH wah the l0.• MOUNTING REQUIREMENTS "maw.MUM Nag brllw Need me pawnrrre sub«.lb.deeded NW only be MN w wedged an Me plNp a 0.•reeled y err Engineer.t'MIN. RANGE ®enan prabw*aawahewr DESIGN OF TRAFFIC CONTROL DEVICES FOR 'TI HIGHWAY CONSTRUCTION AND CONTRACT MAINTENANCE 1 A*II•N__JL1LV - OI ie't✓1-1,A.-- STANDARD 2299-12 N , • .1 7 �I C'itDEllAI awes 0\ r r[O[ ,L SUMS[ • ^ r.. M 0 _I 0 W M I l �/ 1 \A N�j M,.... 0.375 OM.2110tMg -- II 1] STAFF FRONT SIDE REVERSE SIDE GENERAL NOTES ' 1. The"STOP"face shall consist of white letter.and 7.The sun wan consist of two sections Joined by a coup border.n•red reMctorlsed background. Ong located SO M.from the bottom of the staff.Alter. 2. The"SLOW"lam s consist of black letters end - nete designs may be used when approved by the WWI border on ao orange r.Osotarlsed background. Engineer.All MINION.hall be substantial and durable • 3. Atoms onside sign borders shah be light blue or black. S. OW sign shall be furhehed W the aontraour and chap be used W the flogger In lieu M flogs or other signaling 4. The Min blank may be octagonal l M shape N lieu of deviate.The cost of furnishing and maintaining the sign circular. shall be considered Incidental to the contract and no E. The portion of the staff within the sign face shall stitch additional compensation will be allowed. . the sign eolora 6. All colors and letters AO meet applicable federal standards. • ®wwv mamma raewtrw • y.,,ie October 21. .t..a i FLAGGER TRAFFIC CONTROL SION I „ — $"" STANDARD 2300-3 w • • / Contra on Joint (Dowelled) - (••• • n prolongation with poveme •Ink.) Co truclbn ODtlanat Farm with 1/8"-Thick sleet to •tale 2"deep,and awl,or • -4 4' 3' B-6 1" 6" pr, Sow 2"dupe 4 to 24 hou ,and soot. ! M-6 6' - f3•• �lE•y1 yf 6'for Type M• A6 B M•6.06 12'for Type B•6.12 B 8.9.12 • 12"for Type •4,12fiM•6.12 18'lot Type 8.6.18884.18 18'for Ty• N-4.18814•6.,8 24"for Type 8-6.24(8.9.24 • 2.04 bars place. 24'for per M-4.24 8 M-6.24 - Short radius of mid-depth 't '• 4'IM-41 :•i.`'. 6'18-6) curve -•0-epoxy Slope 34`Der fl. ' (Such as entrances, •• d tie bars Bock of Drain Slope 3/4"per it. -•':"i 6'IM• 1 •• 9(fug! side streets and P•-see Gen 18"eoolad smooth Droln••e ya'= romp returns) noted dowel bars Ilyp,' Co g n ;',+,�,::.. ^, t}'i::�;•,r,-�'� P., O / / see Gen. •tars r O `• r Yv"•' 2• .. ••• •-' :':: df9 Pavement N4 tie bars en Type 0.4.06 or 04 tie burs I l 1 I � 1 1 1 H . I I I I ( I / 3 1 2=6'cln. Type M•6.06 is constructed, A 2'6"sirs. •1 J 1 •-Oro) �� see notes) bend as shown. `30•N4 tie bo a 2'•6 ctrs. m•I r. °D Edq of Constructio • 1 Pa lesponsion n�. t• -s 15=0' 15'-0' 15'•0" p' men) Slope some as subbase or 3/4"per 11. lot when subbase i omitted. tar without)dowels. PLAN MOU• ABLE CURB Cu:: ADJACENT TO ROC.•• MENT OR P..CC.:• E COURSE BARRIER CURB Full depth B width 1"•Thick(minJ Gutter flog width as GENERAL NOTF.S preformed expansion I joint filler `reauke for Curb Ivw 7 I -2.06 4" Pavement I Slope 34"per ft I 1 M•2.12I l2 (•I �I THICKNESS•Y.Thlduraa a pavement. ..j. ..../ �11/2' malt 3 .,I-1; ADJACENT PCC PAVEMENT•Agaannt PCC verrNnt a base scares ins see,t'M Pinched-� •.d `' 3"l0 4" / .a•'.i a ±;• older steal a otneauded d area of ailtr aw win acct putts.Tw use a pawmenl will slop m0 I ',:r�a� --_=:e ?•:� • "•� he included In ear measured NM a par athwart pawmmL Mill . _- .! DEPRESSED CURBS•The lop of octet shell be depressed where aw tab and putter b..'•'�•A;, er'�i>•;'!:j.(y?::•:' •• --_-- ,v constructed woes Heys and for private drives or when directed by Engineer.TM kens. N 4 tie bars ,';,,�;.;r•,y_.,�`_ ,:.%: won Yam ewer.Mint curb w depressed curb swat be made at see rate a 3•per loo d © 2'-6"pre. 51oVDf some os cab loose M1hen Type M•4.OB a M•6.06 1'r ' 'a • or 3N`per IL when wb•bose Is construclsd,bend and rotate N 4 ti •arse 2'•6"pct. JOINTS•Joints Nell be oawlrtrcad u detailed hereon.Jade Hatt be plead In pro- 18"long coated smooth dowel Is omitted. as Shown. tonoaean caw,bowmen pine.Eepewio n Pints adjacent to drainage casting m ey he DETAIL A bar conforming to Artaa 710.4(b)if TYPE M-2.06. -2.12 piaadMpnobngaa«wan other bent types. DEPRESSED CURB SUS GRADE It thick knproved Nebpnde stars amend to aw back of curb. EXPANSION JOINT MONOLITHIC CONSTRUCTION•Cabe and combination curb and paver maybe constructed nwrwMi Jy with PCC pavement al the option or be Contractor,Tie ban between pavement and putter MI oaf be required Pavement reinorcemea(when Bltumin Surfacing �• ,.1..itiAt regrind)Nap be extended 4lereap In Malin J•n S•horn aw bad.a the curb. ''� sir 2' S" B-9 Curbs end curb end gutter may be constructed nwvoeuticaay with PCC base r—• mailable curb shown coarse.He bars will be required Tie bars shall be held n see wog"locaio. s � /"'/At _rS.**.'e,`'121 •re (Other types permit fed) Bars Ibe bent and rototed 6' 8-6 Wneand eppowameNsiOcemww• L -- - sin M dimension be --�-- _-�--.� b eat 3 to 4 Longitudinal/dots between Me PCC pavement«PCC bw awry and curb«comana• .r. ••.•. .••+•.. tan Gab end paver Wnot Mnegied•Pavement •vemenl '•i r„ SUPd to st CONSTRUCTION.aplon •Vertical Imes may be bantered el see eels a 3/1'per Icol of Jvi[W�=4 rl; WO a aid n elknt«m operations. PCC.Bose roe... `9"when• .Base Course S 8" it .• r TIE BARS/DOWELL BARS•Longitudinal•4 tie•• @ 2'•6"Ctrs. 10'wh P.CC.Bose Course s B' 1 •• 1y ;„ 1 Lanyt Whit w bars Mae be in accordance with details . f,.; l® for Buldned Longitudinal C«ubudbn JoM sawn a Standard 2373.Transverse pint- ',:r'-' +.4• I 6p �'� use one gemmed bar br pupa width lea Own I paced a midpoint.Tie/dowel bars in ;t :!.� •a 111126 ear hansvew kigeombacaa OM will fa be required tor rae.wmm ink construction. 0 JACENT TO RCC.:• COURSE AND BI ■INOUS SURFACING / :,J,!^;6 lie bars@ 2'•6"ctrs. ®..eow.ewreerswr..e.. DEPRES: 0 CURB :ARRIER CURB CONCRETE CURB a AND nisco..ahJ�.x y..1g.atepo a CONCRETE CU-: TYPE B COMBINATION CONCRETE CURB AND GUTTER ,woo.oo.--. ••+�,, �«�moo - •DJACENT TO P.C.C.•' MENTOR PCC ECOURSE �;; _ STANDARD 2130-10 Ism. 10121 (Full Size) D.w.vi St • t • • • / . • Contraction Joint I uaaaaaIled 1 Y Construction Options, L Form w11h1/8••thkk steel template 2'deeP•and uei•er 2• S. B•• • 2.Sow 2'deep 0 4*24 hours and seat r 3.insert 3/4-INckpreformed leinl filler full depth endwldl0. 1' --6 PT gyp`' Sit radius • i$'I.R. (] �• 8'for B Pavement 1�• Pavemen� 9•fo --9 O O O /Beck of curb /Drainage casting O / �. ':_• ®/4 ban placed __ _7 f 13 131/2' .`d . • nJe•Oepl—31 — —_— D� 'i• pc 1,..0 entres 2r Joint—•�I struetla I `Eege a Powmnd mte�s1a?ryp s=o• s'-o' DEPRE ED CURB BAR: R CURB • PLAN, CON►-ETE CURB TYP CURB ADJACENT TO FLEXIBLE PAVEMENT ADJ• ENT TO FLEXIBL• PAVEMENT 7 • • • • • • • Bituminous surface . 4• 4 , hbudable curb shown. •,}ti .• f i 1; (Other types permitted) 4• Cy%rl::'Jt'i1.IU: ''L•. s j 41: ��f 9' ' • • v NOTES ; Bete Course (see notes '••'t'' 1' Y.t..,. ,?7`i„ it erw/�k.w a.eo►a•unone0MCMMTL CUM A GUTTER of t/44, : •w:7'.i'f i' TM hew~so lere•ed under Ow sub end gullet wR•N 1.wwW to g•Em•d law . - Tiw dbraka of sea ewb sod pO10 wap So edAnwt.MW ante••to you wed. lled knob eN odor.,eew Y/CCoaw•.M.•• It sea if enladq ew Mw mom Wr M e•A Ni/raw M orb owl tuner■ear be pound Ow be NM.ea M gewwW, ON DISTURBED SUBGRADE ON UNDISTURBED SUBGRADE • ®""iO"b"""""'w COMBINATION CONCRETE CURB AND GUTTER CONCRETE CURB tiet<`- -w ,,�,�-~w ADJACENT TO FLEXIBLE PAVEMENT COMBINATION CONCRETE CURB AND GUTTER [e». 4....».nea fi O -• t STANDARD 2130. 10 • 1511.2 012) —• Volt site) OW*Se. • • I , i q ti�4igri a 46- "41°,0:35'4 ... i111> a a 4t4;\ \, r4 Est `,V," II, S'L Type A Typt A ;0.214.W - t'�i.�,5�+•�.s+ r '` F,,,' \ Wcp• t a+�, Nol To Stale ,°r�.�.yy���s�psg�f��1i " yp�� '{y1¢ r ` a V \ \ r \T' 1R. I."MU all m��rhp;.�dcY-dRrzi]el fl a 7•Y- lI.L4f <r )y' r c �I�® (� r "IKi'resChfi' ^^; NonrWkkq ii ,X?,1A-C:V.,„� t;S". 'yt�M6�r.��, '11 A r� z ..act,-tap ''���� d lei Arealir: �^�6Y1li H y ®'y" .4..,:A.,.....:.;: Type B \l''Type A }t\ ' t'T:J tar ,-cr-'3 t f `t"l�'r� y1l,i, -1 iv4 , t.. : !\•:. 1:,„-,1 d\ '',r,,4 L t39v'ti::o, ::s^ {''''''''':'4'4.40 4•1:'!.e't.fi3,'VPti+'. Type B r 1 u■F,t$ .;r TYPE A RAMPS TYPE B RAMPS ,tit:, 36 min. -:.:!•:4-• ".46.nen . B Textured • 6 Width Geb WOWS ,,,, w t.�K? Type B 48• r wee =v�r.. iy1r �`a a ::I n n,, . " . �y r j r�'ti r 1 f4' /P. +t'' -::If. �- tti St4a 1N G , lr r-„"°,....'.+ . •...�.`li �l i�dfl 24.min. ,q �. 't ��, �b yS) 7v� �(iu\.i v / A Straight CwbuyoJ 1 4�' .� z f rc' a ` t Iat ii,4t y. (: �f 'Irx-M ea B 'rasa• ti(r , % Q'9.' i TiN' r v �'fc,SV ' 7. '4/• .� ,. ,, r Type :7$'''7. i.. . � �� i r4• Lee �t �it' t A iii 4 t ^Z .., •�t K. r , :.,�� 'ypt i'}`y 1 I / "'r.' lade �5. ljr, �` Y' '4�. r.r.•. 1�1{t� plRto• 1 ��B�tl��t _ _� av ,s.'...�. $ .:416' �A thl ,d'rwA v.. � ?'V`.{ r AP, M„� 1215/I•y'' .:pr.:i•.. w L:" ' -4-e; ;t::'_c`.-4•..- ts�",Y E N a rZ i"1 I"' RAMPS AT ALLEY OR DRIVEWAY Weer more TYPE A TYPES RECOMMENDED LOCATION OF RAMPS DETAILS OF RAMPS Special depressed E,pandm,IQIM 1 Not To Stole) GENERAL NOTES Curb _ v ;Y a r&•; L Ramps YrM be Nested as shown en pips In Mp.nrM with normal Nd.wNk endierpMawM deed ON have eutlloloM curb lengths.comer radio.N prevent Geller slops p,44:0 •Or'46t+•�t. V2� veldedrertatealarmrM. It20 eta. P a 4 Srft � S/drtwb, I .;y �tiler:npwr0/ ei torah meg at merged craokga shore a wholly contained within the markings, See Detour adi os ai{ Curb rise Vernon 1', i' ;,Y �/ OeN rdnprW oared adore A B B 1 R f;d+'' .. Ta med,mnn slow tithe old.As..ter Type i moms MO a l:10.however.If r;14.4 J Y V the wkN el IM lending aria between the lap of IM my and an obstruction is DETAIL A ^w�7,s�:;,• td _.� y Nordtan tor•than the maximum Now coal a 1:lL /- veaphr'"'p�' � �1\k^ ;;:; '� 1 yM•t Range shore a constructed el P.C.Concrete b aeeeNru:e with Article 624 of �I �° 6. "i:. ,!L�• S,perq/dtprtyt0�. �I Ym iWdMd fpeWkadone ewpl a Matured finish will a moulted. /=� Flush with lop of roadway %. .• ( curb and lop of siderolk t curb Thimee Ob amps psi be she some►s.raiment sidewalk with a mninum of Slope b12 mat. Variable of 4*oild tltid:els specified. a Inekdo of;squired eapanebnioNta,taxiway .`nor: A and yang&belphl edge usatmee. RAMP PROFILE Romp i:41: "-.•..t hem wetconu.t:ualamee'diamo dwaprer Mowwn..The�.bofMadia Thkhnese tb Rurrip• maul wttim IMO be pwpeedbeMr m the curb.Groom Nei be Ire•deep end • •s.r A;•' DETAIL B RAMP TEXTURE DETAIL 1/4*wide. . It Nominal dime WOOS l ®Wal.e'ea..e•ew.w• DETAIL OF SIDE CURB . ' SIDEWALK RAMPS n' rasst r.r a. e (Side twbmoybe conslrucledmonolilhicolly talk FOR THE HANDICAPPED mu)romp) tit - q N• t._.,,•�.�`.:, STANDARD 2356-I o ' ` e.v....we..y. - I runt,slat I 'bow.se. a L—2 . SPECIAL GRADING TO CONSERVE . . 'ADEQUATE ROOT SYSTEM ___ • _.. • a IVIMS radial A .j,,-.. ..:•I•• Voriabk ..k. Tfti brain line showa Me ruoinmended width q borin:S boadops fo be used to comedy's odero% ftsailmr_74,. . etc . , sarrierossheicAa berm 4.7 berefek,oe Av.the ,/,‘,.. ii_mit.,_„..,_ x: v- - , . i., =thigh mug/be and:*ono.-*prorre.'s demittys .jtsO fh 1- t'I°i:r.4.1 imiLf" r. IC L',...•-...",..I.:4 11, ,e'l ' . I••11, ,,,fr. - ■- . , TYPICAL. SECTION THROUGH. BACKSLOPE _ • • • • • -E•— , . . . . NIIWiliiiiiialli Idirlif . . . % . • \ \ . I . . ' \ \ N \ ..... \ ... ...7...." N . ........... ....../ ■.„.. --......... .........-• . - dich Lim? • PLAN OF ROOT PRESERVATION SYSTEM IN BACKS LOPES . ., - • . iz tier rodeo ...' et lime,'mews - bee • Vire* 1 II AppreAknele le . maximum . , e..--•:.:".y. 144:6117111• . • TYPICAL SECTION THROUGH PARKWAY . . -RI It lima raw 1 fru . • s -4.L- .twio:el:a s s ■.-. _- • •—/ / ..• vrs • . _ 1 49 , 1 q s .!L . ,,. . _--1 9) .. ,-_ • . . • , _ ... . . . • PLAN OF ROOT PRESERVATION SYSTEM IN PARKWAYS • STATE OF ILLINOIS • DEPARTMENT OF PUBLIC WORKS a BUILDINGS NOTE . REVISIONS The cost of preforming the excavation.as shown on the above drawings DIVISION OF HIGHWAYS sr . nisi shall be considered asincidental to the contract and no extra PASSE _ compensation will be allowed a . o_ __-0.6_ce_29 -—459 r e/Lfee.,147..,:...,,,e_v VINNICA OF ROAD PLANS•CONTRACTS - APPROVED__ _Z • j g 5 9 ' STANDARD 1690 CA M AC OF De • 4:rix.......c.2,,-,v • - B-5.0 1 • STANDARD DESIGN CATCH BASINS TYPE A AND TYPE B _ CATCH BASIN TYPE A Inside foce of ' r .1 Tap of Masonry t m structure./ � o No es —I_ HoM trop to be used All Catch Basins shall be 4-0"in damater �'r unless otMrwiss noted on 1M pbns• unless otherwise rated on pbns. r * * A ► A * ALTERNATE D c T I Checkered(tread j' * Ppe to be bid on MATERIALS FOR WALLS (M n.l F--� t1 of 1%. 1>r Concrete Masorvy lMits 4'd 23:6:': 3� +� s=o• 39" 3•� '-- a=a 2 a' t 1— r Brick Masonry S'-d 8• ••,•• iie the pions for - r r , 1 Precast Reinforced —� r t , . It Concrete Sections s-C 3 9" 3". e�• yr raster of plpe. '_•Outlet. c b Cost-in•place Concrete 4� 2'-6" 6' inl,le '\ ,� --- S-0" •-9 6' PlAf! Steps at 12•to i6•eenters. , Undisturbed ground c ***For optional Precast Reinforced Concrete Flat _,e, ri.e a Slob Top refer to Stondord 2354. -'r al • + N yr It ,Ti -4`..3 "a1 ; • "I– SECTION A-A ' CAST IRON STEPS ** f Iii Cost iron steps shwa be Gray Iron conforming to the requirements of Article 710.17 of the Stondord Specifications. • '• •••' ost•in•Place Notes:•' '• ' ••• .• Class X Concrete The steps shall be omitted for work in Cook County. III or " In addition to the requirements of Art.612.13 of the Standard Specifications • Precast Reinforced the contract unit price for Catch Basins,Type A shall include the sand cushion •.' Y. • .•.• .• .• •• • • • Concrete Slob when required,furnishing and placing steps when required,and furnishing and compacting the specified backfill material. cusflion Prefabricated Concrete Steps shall be embedded into the wall 0 minimum of 3inches. Steps shall not ob,when the Precast . be extended on the outside. 111112IMME6 o n C Reinforced Concrete Section alternate's d Con r used X Dimension"C"for Precast Reinforced Concrete sections may very from the dimension given to plus 6 inches. CATCH BASIN TYPE B (To be constructed of doss X Concrete) 6-0" 1 6•1_ 3:0• 6-- " ;: � P Sri_ - Type grate r- —i _ � I _ilil`_ /1!I! !I'I111111l1t\. c $s,.... . ., 1 II • `\ r>:.!��1:.:..4 bore =l+ 6 Le41wn�12"e.nf.n ercV g}n ieved to show �¢_ GIs_ nett , SECTION C-C ` _ L_ steps. , MATER/• R£LYJIR r 1.r rN • `� d I i Ss* s �l�®��� t3 p•.; for pipe. 00 -—V 3i I e . /11: of pipe. �1©m_ __ *� I/ a; aa11t3il©�i • - J60► f�l�m©�31 It• • i 1 Oiler.re—cross x tr.rss. 2.1 1 • Pro • r ••^� F • 1 NOTES: :: �� •�.. •• .,�1; •'• z�d In addition tote requir • nts of Art.612.13 of the Standard Speciti•• cations,the contract unit • ce for Catch Basin,Type B shall include e4 bars(®t2"centers I furnishing and compacting th •ecified bockfill material and furnish- ing and placing steps when r • ired. SECTION B-B • • The steps shall be omitted for work •• County. ISSUED 12-2-52 DWY4 q 23?I X* The cost iron steps as detailed hereo • typical. Steps of other • ®fnois Deportment of?wponaiton design and material that will conform to the nimum requirements REVISIONS D.W.W. 3-I-77 of the steps shown,may be used when approve. • the Engineer. PASSE 1/AY 1 1977 W.F. 6-30-61 Lumber shall be pine,fir,spruce,lurch or cedar No.4 •• on board AJ /HAY • W.F. 4-8-63 n..r a DDeal.* o..r.t as W.F, 6-10.66 (utility),S4 S untreated. W APPROVED MAY 1 _1,77. G.R. •8-1.6$ ..-. `-__• . W,F. 12-1-70 STANDARD 1514- • n•In..r e • .1•n D.W.W. 10-1-74 ..... R.dr."n.-w-.r W.M.r. i . PLAN- ECCENTRIC Inside PLAN- CONCENTRIC Top of Masonry 2'- 0„ 2'z" i'i - 'a f. 2'- 0" 1 Top of Masonry 8„ I i ALTERNATE MATERIALS D C T y �::�: ' '� FOR WALLS (Min) I, 1 �•:•:• 6" „ **# — TI Checkered Tread •:❖: A T 1 .C-* . Concrete Masonry Units 41-0"21-6 5 ::�:� M , , , 1, " 5-0 3-9 5 I 122 — 41-0"21-G, 8„ t•—"T Brick Masonry r „ „al I I H511.8- 5-p! 3-9 8 L Precast Reinforced Concrete 41-d'21-6 4" -- Ilip ss r ' Sections 5,-d'3'-9" 5" Steps at 12"to 16"cts. d 01 p a 4-0"21-6" 6" o 5 y2 *• ' o Cast-in-Place Concrete , , „ „' Variable 7.-. 5-d 3-9 6 D T D —.— T - NOTES Circular _ _L /2 i Circular * Dimension"C"for Precast Reinforced " 3/4 ° Concrete Sections may vary from the dimen- sion R T2-- ��' sion given to plus 6 inches. I gEC, A-A a •** The cost iron steps as detailed hereon 1 I are typical. Steps of other design and moter- Inlet Outle " ial that will conform to the minimum require- CAST IRON STEPSd 6 menu of the steps shown,may be used when Existing Sewer or Sewer -r- 1 fo be constructed ' 1 d�.t approved by the Engineer. 6d, :",..; :I:t;.•../..';:.4. ;t:.'. ,;;,Y ,�.,•.;, y.., _.. ,,. -L X** For Optional Precast Concrete Flat Slob • '.' ''.° ;s • .:.o•: 6 Top refer to Standard 2354. Prefabricated Concrete Slob when the -Class X Concrete 1 In addition to the requirements of Art.612.13 of Precast Reinforced Concrete Sections I.'-2"min.the Standard Specifications,the contract unit �.,; ,•,,; , 6„ alternate is used. „ price for Manholes,Type A shall include the •••••''''''''''''''''':r" L::�:; ''ti. „ or 3„ sand cushion whenrequired,furnishing and in- Cast-In-Place Class X Concrete stalling steps when required, and furnishing sand cushion or / and compacting the specified backfil I material. Precast Reinforced Concrete Slab with sand cushion. °Illinois Department of Tiansportabon ISSUED II-3-53 REVISIONS Cast Iron steps shall be Gray Iron conforming to the requirements of Art.710.17 of the Standard Specifications. D.WW Sc 4-25-78 PASS?, __ A r./ 25 1978 Steps shall be embedded into wall a minimum of 3 inches.Steps UJ • shall not be extended on the outside. MAN HOLE TYPE A ' ENGINEER OF DESIGN OPER• S Steps shall be omitted for work in Cook County, when the O APPROVED__,-Tar. 25 _...78 depth of the Manhole is 10 feet or less, ENGINEER OF DE GN STANDARD 1527- 9 3o Redrawn 4-25-78 ( 1/4 Size ) D.W.W.Sr. • r STANDARD DESIGN GRATE TYPE 8 • • • 3•° 0° VI.I I I I I NOP' r N . II 33" Dia. A A• . .i 2ft • I" i I 111 �4iriM�ii7ti fiefs 13" 112 �I" i e • 23"Dia. - i " .121.. SECTION A-A, CAST GRATE The cast grate may be made of either Gray Iron or Ductile Iron conform- WT. 200 Lbs. ing to the Standard Specifications. Ductile Iron Casting,shall be. Grade 65-45-12. STATE OF ILLINOIS ' ISSUED 1-4-65 DEPARTMENT OF TRANSPORTATION REVISIONS W PASSED _ APtern __1.8t__1973. W.F. 9-15-65 • 3 . L • W.F. 3-II-68 CJt ngmeer of Standards nd Se u D.W.W. 9-18-73 0 APPROVED ___ September_ $,__1973 ' ai e-er of Design STANDARD 2217— 3 • (1/4 Size) W.F. I I . WIDTH OF PERMANENT PAVEMENT REMOVAL AND REPLACEMENT SEE PLANS AND SPECIFICATIONS / FOR PAYMENT PURPOSES FOR SURFACE RESTORATION / EXISTING SURFACE / / (SEE PLANS) 1 1 =T • ` ! n •I'-o .I. - ' I'-o' z j i OUTSIDE SHEETING i!IWO I OR BOX (1F REO'.0) w cc 1 I 4g • . •W+8"_ • •T 1 . Y U 4 • m I ZQ 10• f `' E-: v to • W O z • U) L( F • 0 ' U - � . • • W Lt- ' y0� 0 Ca �6 • 0 0 W rir4/0 W N • 0 101 I6" veo u�o ° • I p •0.1- •'•• o Vs• GRANULAR CRADLE WHERE REQUESTED-- � •_J ` BY THE ENGINEER PIPE CRADLE , •S NOTE: TRENCH BOX SHALL NOT EXTEND BELOW TOP OF t PIPE UNLESS OTHERWISE SPECIFIED. TYPICAL DETAIL I OF CONDUIT INSTALLATION 1 3 • • I • I l0 . ii esze. V i#5,73• N f I R s a ij. TO CONFORM TO MANUFACTURER'S SPECIFICATIONS I w • ,„,;,,, 'JI,`1'i� zAkreAVA`f/ t%fit • 'ztorwiwcgc"iN;:' I FOR DEPTH OF BURY SEE PLANS I /r AND SPECIFICATIONS I INSTALL LAYER OF FILTER FABRIC OVER DRAIN FIELD I I •. •.. . 000 Y . :•;.. J-1::%.•••• • DRAIN FIELD TO BE AS •••• - SPECIFIED I ••.. •• •0000 • • • •• • .11.0.•• :0'0::00• HYDRANT` • I .• • • I It DRAIN •OPENING :-••% PROVIDE CONCRETE BASE AND THRUST ••.• -.../.- .1! BLOCKING AGAINST UNDISTURBED I •.. •• • . ••• • ' • EARTH NI :,. .. � 0000 '• ••• 40••• •• • . . .. . 6; 77 .110.rimfi.Y4 .1% { I hI 4r fI NOTE: CONCRETE BASE AND BLOCKING MATERIAL I SHALL NOT BLOCK NOR OBSTRUCT HYDRANT TYPICAL DRAIN.: HYDRANT I REINSTALLATION i+s.— , . • ,: - • Brace Plug Against VERTICAL BEND U disturbed Earth Ni.--......;.raii. 1411k: ..\. ' • \1• ;ti J • //�!;• • � •�: I • .••• ' .. ,1 •• 1110.F.WRIMIll= • 1 4.1*4."4,t•.111MMIN• .44* i' I ' Brace Plug Against Undistubed Earth PLUGGED CROSS I PLUGGED TEE g: w ilIii I1` 0��‘,,,... ,s aii-• . . . N , _ 90' ELBOW t NOTES: AU blocks bear against undisturbed earth . I Arrows indicate direction of thrust. TYPICAL I AU blocks to be 3000 P.S.I. THRUST concrete. HRUST BLOCK . AU fittings shown in plan INSTALLATIONS I except vertical bend , DETAIL OF WATER MAIN - . RAISING /3EAID.s - • r - • e EX7s-77,4 W.4 7447 AAA/A/ € ADTE: € - SEE /�/, f//fO,P W,4TE,p mei/r/SIZE DETAIL OF WATER MAIN LOWERING ARW,0SE/ S7LZP•L! SFL Q EY/S77.1. wAre17,4/A✓ t._ • IT/4. 1 4 ki • 4Q SEE-/4/AA "exe t?G4TE.P ,S 4/A/ sires • • ALTERNATE MATERIALS FOR RISERS ImTN GENERAL NOTES Top of Masonry Concrete Masonry Units 5 D Y Precast ReWo�cfd Concrete Sections 4' Alternate materials for the wails may be concrete masonry units,precast reinforced concrete sections or cast-in-place concrete.The cast Iron 1._ __02_4' Flat Slob Top 2'•0-..I Cost-in-Place Concrete 6" steps as detailed hereon are typical.Steps of other design and material _..r, that will conform to the minimum requirements of the steps shown may • 8•' ( I Inside face be used when approved by the Engineer. 2M2 of Structure Cast Iron steps shall be grayY iron conforming to the requirements of Artl- a.=ie. / / (i tr2' ale 710.17 of tn.Standard Specification*. Steps spaced of _•12"to 16•cis. — Steps shall be embedded Into wall a minimum of three 131 Inches.Steps c� - �` Maginot be extended on the outside. 2'•,,nin. FIo1 Slob ,,,,��S. I t Steps shall be omitted for work In Cook County when the depth of the .n= 20•mox. 3• A Checkered Sew `:A manhole is ten feet 00'}or u _L:— V oe Prefabricated Reinforced Concrete Slob ;�--•- I ::: 12k` 7 In addition to the requirements of Article 612.13 of the Standard Speedi- ly. ' when IM Precast Reinforced Concrete Sond .1_,,,,I I—,.rob cations,the Contract unit price for MANHOLES.TYPE A.6'-DIAMETER 6•min.":= 72"dreular 6•min 9' Sections alternate is wed♦ �• Variable or cushion .`1 shall Include the sand cushion when required,furnishing and Installing 12'moo. 2••R 6" 6•min. or Cost-in•Ploa Class X lye steps when required,furnishing and compacting the specified backfill =r--� U101 =T material.and furnishing and installing f1st stab top. or Concrete.e S' ..L Pr.cosl Reinforced Concrete Slob with VortoDle 1 . Preast flat slab top shall conform to Articles 505.01 lhru 505.05 of the Standard SpeciflwSOns except that the concrete strength shall be 6" oared cushion.. y1ci,. L'I 4,000 psi after 28days.Reinforcement bars snd welded wire fabric shall Inlet Outlet max. 7 � 11.3/4' conform to the requirements of Article 710.13.Only Grade 80 reinforce- Existing sewer or I 1 went bars will be permitted. / sewer to be constructed. / ..L.t (12•cl.Typ\ r2•min. 2• T I I 'r— elf Bottom slabs shall be reinforced by either reinforcement bars or welded 8" B• �8• SEC.A•A �a lineafabric IIn both direction.reinforcement shall be 0.46 square Inch per -I- rxm,MTESNEA :rwvwmw-ax.�anmaaworunz,ur 3• Class X Concrete Joint connguntion and dimensions of flat slab lop shall match end tit ELEVATION ELEVATION CAST IRON STEPS the riser Joint detail. Lifting devices shall be approved by the Engineer. lifting device. for }5•;5.15. 5. 5• N plc device. Weloed wire fabric typical placed at bottom �� aced bottom e4 bar -Al II •4 bar C 1j •4 bar C �t.•■•• 5•• clop a ich, I,. 0 ■■■ tpp a bottom 4■■• 0 ■■■ lop a bottom `� 1� roe of Tale =�.�:::i: ace Table)e�I������I�� Imo To a) ,■■■■■■■■ lseeTabie) �• I �� 2 �1 �7 ■���� II■■■■■■■■■■ '6 bon �-�I,�t •��:....t.•• iippi.---e-ilt....■■ �������■■■■■ �� �een� top abalee i,�\ I��a=`=•.� / ■ ■■■2" 2• - , • ,II ■ ■ .■ .4ii A !1.- 'r6bar'1 1 �����_���' ■ A ' L■■■ ,■� SDors ■ ■ ■ ■ '.'� • lop&baltan•�1���� �/ 3'•O'lonq•11 S• ' e r.■■■ '1Spabd�ll. ■■■■ ■ • � 5'-0 long r�a�rw�s�ne� ��e/ �".■■■:... y t cop a Ddtam� I�■■ ��� I � ■■■■ 11.Rib /114 all111111 ZION wintimmIsmaNtomiimmim b1111111•1111••111 . � �/ � ��/A■/■ s Via\ ■■■ ■■■ rejspo,pr',► g4t 8h` 1t■■■■ V,■� ■ I. PLAN Showing rebor reinforcement PLAN Showing welded wire fabric reinforcement _ _ 86"min. • DESIGN NOTES I Ot`cl. yp. I boa C his Tl �k� T DarC ` ' 7l• TABLE Std.2395 Dore ;ti...,:: IS• �a (S• 1 S• •2:—.......71 1 ..k. Reinforcement 1 Gar C Design Notes will not appear in the contract plans. ru amr.o.ra..,ealr,e»r.aw 1 Diameter eter 'Eac WWF or Bar of opening Each direction Bar Site Length Radius co ,..OK _.z»e Ra.......n.: P 72• facer ©� 2'.0" t.OSsq.N/Ib.ft '6 '4 6'•0• 36• MANHOLE TYPE A • to ....ow ...W... tf.mortar or sealer a'•o• o.82xq.lnilk,.n._•6 - •a s'-o", se• _ 6 FOOT DIAMETER o_ """0 r.' &r i 4• 1e! - ALTERNATE JOINT CONFIGURATIONS 1�T SECTION B B STANDARD 2395 • ..__..,._.. I 105 ell.) sew at Pg't//D6 CoivC&ETc- FR. EL. 819.°Z __..pC-v4 141 1 4c.e_ Fc,< ,I LIO s F44,46 1 / u E Frtie /4°c21'' E(- . NEENRH •P-1712 piPE t —_ - -•---------- -. ►a1��UO11� 4! . ,.fj A.el c r.S 14.v23 a Pepe ii CO ME 14 "qr /N Y. /.5".'0 • - ELL•12'1e : i a .02 pipe P IP E PriE P/P ^W I . T.-71 - • - : • • .g-- p 1 i I Iftifilliiiiiiiii".1 t #s@ /2 7 FL Ev, 7't oN EL.Ev r/oN 1 6 • 9-t o'� 6,,� - •. . v . 1 • -•I - • 111111 . • `101 . 1 .O �► J ;0 fit:. �. #C 8A,es �,--1' ' 04 2" A . 7*Alsor 11111111116 . A . my • PL/),V . • P147- 5z.4 B 70P • GENERAL NOTES - . In addition to the requirements of Article 812.13 of the Standard Specifi- cations,the contract unit price for MANHOLE_3P4c_fA L. ')✓o. shall Include the sand cushion when required,furnishing and Installing steps when required,furnishing and compacting the specified backfill material,and furnishing and installing flat slab top. Precast flat slab top shall conform to Articles 505.01 thru 505.05 of the - Standard Specifications except that the concrete strength shall be 4,000 psi after 28 days.Reinforcement bars and welded wire fabric shall conform to the requirements of Article 710.13.•Only Grade 60 reinforce- ment bars will be permitted. MANHOLE .SPEc1ALNO1 • . o ? • . • •a 1 ECi3 i 0 t ri i —i--Ur— t___1 -4 n aNS■0 Si • PLAN 1 Z CONNECT 10 EXISTING ,� SERVICE PIPE o o �/ �- OR PLUG - c SI---*---- TRENCH WALL ---/ " O � h..:,-.•••47 .-IF N 6 x MN. .1)1, • UNDISTURBED EARTH - SHAPE TO .1 PROVIDE UNIFORM BEARING FOR 1/4 V OF BARREL CIRCUMFERENCE • MAXIMUM SLOPE (SLOPE TO'BE LESS THAN 1:1 l , 1 2.42 WHEN NECESSARY TO SECURE BEDDING IN I .• _}N st'.• / UNDISTURBED EARTH) �•�'' •r:'1 •' . '' STANDARD TEE BARREL SIZE 10 BE AS CALLED '�� FOR ON PLANS, OR AS OTHERWISE SPECIFIED - •. BEDDING AS SPECIFIED z SECTION A—A sQ NOTE: RISERS TO BE CONSTRUCTED IN LIEW OF TYPICAL WYES WHERE SEWER DEPTH EXCEEDS 12'- 0". FOR PIPE MATERIAL AND CONCRETE SEE RISER FOR SPECIFICATIONS. SERVICE LATERAL O • . rc DIV. V/STANDARD DRAWING NO.7 PAGE 143 Proposed sewer (or water) is located 10 feet or more from existing water (or sewer . 10 Proposed or Existing Water Main Proposed or Existing Sewer Line 10' Horizontal • • PLAN VIEW Proposed sewer (or water) is located less than 10 feet from existing water (or sewer) . variabl I Waterline Existing or Proposed l'i 10.11 1 Undisturbed Soil ' 18" Minimum L 1 0 WATER AND SEWER iii SEPARATION Sewer Line REQUIREMENTS Existing or Proposed HORIZONTAL SEPARATION i • Existing watermain below proposed sewer line with 18" minimum separation. Existing watermain below proposed sewer line with less than 18" separation. NOTE: CLASS IQ MATERIAL TO BE COMPACTED TO 95 % OF STANDARD PROCTOR MAXIMUM DENSITY. Water Main Trench Proposed Sewer Ii�th 10 See 3a voaercoaiereeneraerwntwwwwrw avaW.ucavaoats OR Casing See 2 See 3b 18" or Less than 18 See 5 + 'I' Note: See 1 GUIDELINES Existing Water Main 1 . If Select Granular Backfill exists; remove within width of Proposed Sewer trench and replace with Select Excavated Material (Class IV) and compact. 2. Omit Select Granular Cradle and Granular Backfill to one (1) foot over top of pipe and use Select Excavated Material- (Class IV) and compact for 10 feet on either side of water main. 3. a. Construct 10 feet of Proposed Sewer of Water Main material and pressure - test, a; b. Use 10 feet of casing for Proposed Sewer and Seal ends- of casing. WATER AND SEWER 4. Point loads shall not be allowed between sewer or sewer casing and water main. SEPARATION 5. Provide -adequate support for Existing Water Main to prevent damage due to settlement of REQUIREMENTS sewer trench. (VERTICAL SEPARA11GU) . Proposed sewer line below existing water main with 18" minimum separation. GUIDELINES 1 . Provide adequate support for . Existing Water Main to prevent damage due to settlebent of sewer trench. Existing Water Main 2. Maintain 18" minimum vertical separation for 10 feet horizontally. r1;11 Proposed Sewer 18" Minimum N`'` //i \l/ ‘)// ///.\\/// \/// N/ii >4: ?Z\■t•iii.•///\- rhiN,\NI/Awii `iii Proposed sewer line below existing water, main with less than )8" separation. NOTE: CLASS BZ MATERIAL TO BE COMPACTED TO 95% OF STANDARD PROCTOR MAXIMUM DENSITY. • •..-• GUIDELINES Existing Water Main 1. Qmit Select Granular Cradle and Granular Backfilt-to one (1) foot See _ • over top of pipe and use Select Excavated Proposed Material (Class IV) Sewer ase,enT:Less than 18" • and compact for'10 feet See 2a " =1= L-41 14-1011.:.7*- -1...... .14 10 on either side of water main. 2 Construct 10 feet of Ak OR Casing Pmroposed Sewer of Water illErf 1111117 STe 2b nil material and IP pressure test, or; .................................................................................................. b. use 10 feet of //1•W/AY`i;/. `N`ii ■"///$` ■vV//•‘%/N•V/A\<;// /*/ casing for Proposed Sever and Seal ends of casing. 3. Point loads shall not be allowed between sewer or sewer casing ,• and water main. WATER AND SEWER 4. Provide adequate support for Existing Water Main to prevent damage due to settlement of sewer trench. SEPARATION • REQUIREMENTS (NIERTICALSEHURAMON) • • ' • Proposed water main above existing sewer line with 18" minimum • i sep�Ton. NOTE: CLASS 34 MATERIAL SHALL BE COMPACTED — See 1 TO 95•/. OF STANDARD PROCTOR MAXIMUM DENSITY. Proposed Water Main j :l: 7111: :•r: T ..................................................................„..................... . 3 /I.II,//,,,„,.,,y l l iii`i `iii�� w������tvii GUIDELINES .....• •••.:: �x =� �'J k . 1. Omit Select Granular Cradle and ` % 18" Minimum E Granular Backfill to one (1) foot ` ' . over top of pipe and use Select Excavated Material (Class IV) and /l .. .\ _ See 2 compact for 10 feet on either side o j 1 I sewer line. %\J' ``r / sewer If Select Granular Backfill ox- .. fists, remove within width of Existing �-/ Sewer line trench and replace with \\\ -►�9A\�/�\��� Existing Sewer Line Select Excavated Material (Class IV) and compact. • • Proposed water main above existing sewer line with less than 18" separation. See 1 NOTE: CLASS 32Z MATERIAL SHALL BE COMPACTED 70 95% • OF STANDARD PROCTOR 'MAXIMUM DENSITY. • • 10' —o-I 1-4.--- 10' II/I/III/I ...,V%O/_A�MB , • _ 1 I I I I, /I Proposed Water Main ),•: .1i Casing: See 3 r*MMWM:x...::.■ See 2 • GUIDELINES 0 - 1. Omit Select Granular Cradle and . =:T ••• Granular Backfill to one (1) foot W.:Z.1 Existing Sewer Line - over top of pipe and use Select /":::.., ,`�', Excavated Material (Class IV) and ' �•- },,..A____•.:.:.%_*:.*:� compact for 10 feet on either side 'l�\ '• \�/ , sewer line. 2. If Select Granular Backfill exists, remove within width of Existing Sewer Line trench and replace with Select Excavated WATER AND SEWER Material (Class IV) and compact. SEPARATION 3. Use a casing for proposed Water Main and seal ends of casing. 4. Point loads shall not be allowed between water main or water lain casing and sewer. REQUIREMENTS (VERTICAL SEPARATION) , • e. • • ` • _ Proposed water main below existing sewer line with 18" minimum separation. GUIDELINES NOTE: CLASS S MATERIAL TOM SHALL P OF STANDARD PROCTOR AXIMUM DENSITYBE COM. ACTED TO 95% 1- Omit Select Granular Cradle and Granular Backfill to one (1) foot over top of pipe and use Select Excavated Material (Class IV) and compact for 10 feet on either side of sewer line. 2. If Select Granular Backfill exists, �.°`' :•:e:. =• %•1 remove within width of Existing Sewer t i*', % Line trench and replace with Select ••;;: i`• ''' Existing Sewer Line Excavated Material (Class Iv) and !•Y•:1 re*.• -1 compact. 11•• - 3. Provide adequate Support for vee 2 �.:e /''r•:� Existing Sewer Line to prevent ` �'`��`��'—'� ____� 1 damage due to settlement. j t..iO"—i i*`r' f••:••EJ:: 3 Casing: See 3 18" Minimum Proposed water Main. F - :%1IIIII■TIMMIIIIIIIMININNIIIIIIIM. __IIIIIIIIIiiIIIIi I _ Proposed water main below existing sewer line with less than 18" MI imum separa ion. [ s t: . ,. Existing Sewer Line i . _ ,;.Pooposed Water Main E;•' ' x' ''-� �a I t Less than 18 ' l ...__________ 9 I NOT ALLOWED* Must Maintain 18" Vertical Separation 1 WATER AND SEWER ! SEPARATION REQUIREMENTS, l (VERTICAL SEPARATION) E . i c MATERIAL WALL THICKNESS PRE—CAST CONC. — MIN. 1/12 "D" CAST IRON FRAME AND COVER LETTERED "WATER" BITUMINOUS MASTIC • . FINISHED GRADE BED STEPS a 16" O.C. • I co E -- Fr A I • -- Y t -- h � .44- PROVIDE V " PREFORMED / ! JOINT FILLER BETWEEN • �1k I PIPE AND PEDESTAL [:. • a o / °•a • a � CONCRETE PEDESTAL, 4 • °•' WIDTH OF PIPE WIDE BY - •• `4 ••• `t ` !•,4 4. 4 4.1 LENGTH BOX 10 MATCH VALVE 3500 PSI CONCRETE POURED IN PLACE OR PRECAST, ON 6" SAND CUSHION TYPICAL VALVE-VAULT DETAIL "WATER" ON LID GRADE VARIABLE 4, j SERVICE BOX J O • DIRECT CONNECTION - /"."kaV) .2'61E. 6 TAP SERVICE PIPING COPPER TUBE — TYPE"K" • CURB STOP —COUPLING WATER MAIN CORPORATION STOP COUPLING a TYPICAL TAP SERVICE _ PIPING (COPPER) • • HYDRANT TO CONFORM WITH HYDRANTS USED IN THE CITY OF ELGIN r' A • TAKE CARE NOT TO OBSTRUCT HYDRANT 09AIN � _ MIN. HOLES WHEN POURING THRUST BLOCK r GR. SEE v PLANS a HYDRANTS SHALL BE WATEROUS PACER 00 a�� BREAKAWAY TYPE, WB-67• 11! 4.' • o j,A`0i • I- N w VALVE BOX SCREW TYPE d # •o 2' OPERATING NUT CLOW i 2' } )1 cc F2460 OR F2464 ~' SPACER •' U . m FILTER FABRIC LAYER OVER DRAIN STONE. / • • PIPE N i i I 0 /` I j 1• ••0 . . + • I• i, I- POURED CONC. •., �I, I� I II ''�2/" ,THRUST BLOCK ; ► ' 1/2 TO 1 CU. YD. FREE • 4\0 ., -e� a .v �', 1-,--,‘ r-- , DRAIN STONE CA 7 OR EQUAL 8'x8'x18' POURED CONC. CONC. BLOCK . THRUST BLOCK I , FIRE HYDRANT N•T,S 1 CITY OF ELGIN WATER DEPARTMENT- z :lil OANT SPEGI FICAI.IQ(i$ 1. Hydrants shall be manufactured to the latest and best design conforming to the current AWWA Specification C-502, "Standard for Dry .Barrel Fire Hydrants" and be of the break away style traffic design. 2. Friction losses through the hydrant shall not exceed 4.26 psi at 1000 gpm through the pumper nozzle and 1.25 psi through 2 hose nozzles simulta- neously when the hydrant is tested as outlined by AWWA C-502. • 3. The hydrant main valve shall close with the pressure and all operating parts, including valve seat, valve seat insert, cross arm and upper valve washer shall be all bronze meeting either of the following ASTM 8-61, 8-62, B-98, .or B-150 as prescribed by C-502 for water with a specific conductance of more than 350 UMHO/CM or water with a PH of 9 or more. 4. Hydrant operating threads shall be contained in an oil cup reservior, sealed away from water, moisture and foreign matter by utilizing o'ring seals and shall further be protected by the use of a weather shield and nut. 5. Hydrants shall be easy and economical to install and maintain, shall incorporate no parts requiring field adjustment, and shall place the nozzle at least 18" above the hydrant ground line to fully comply with the National Fire Protection Association, Fire Protection Handbook, 13th Edition. 6. Hydrant barrels shall be of such design that there.is easy installation of top extensions and full rotation (360u) of the upper barrel without shutting off water to the hydrant. 7. Hydrants shall have 1-4 1/2" pumper NST 2-2 1/2" hose nozzle NST, 1 1/2" pentagon, open left, a main operating rod travel stop capable of with- standing 200 foot pounds in the fully open or closed position, be suitable for 5-1/2' to 6-1/2' bury, painted red, and included 6" mechanical joint hydrant bottom complete with accessories. 8. All contractors/suppliers shall include (A) a detailed drawing to include 'a parts list indicating the material construction and applicable ASTM Standards for each part or item and (B) flow data for the proposed hydrant if requested. 9. Any deviation from these specifications must receive written approval from the City of Elgin Water Department or its' representative not less than 48 hours before bid date. Hydrants shall be Waterous Pacer WB 67, Mueller "CENTURION" or Clow F2500, each supplied with all optional features. .. ._.., .� p... . _ • • 3 TABLE 2 Allowable Leakage for Pipeline per 1,000 ft - gph Avg. Test Pipe Size In Inches Pressure °' psi 2 3 4 6 8 10 12 14 16 18 20 24 30 36 42 48 200 0.21 0.32 0.43 0.64 0.85 1 .06 1 .28 1 .48 .70 .91 2. 12 2.55 3. 19 3.82 4.46 5.09 175 0.20 0.30 0.40 0.59 0.80 0.99 1 . 19 1 .39 .59 . 79 .98 2.38 2.98 ,3.58 4. 17 4. 17 150 0. 19 0.28 0.37 0.55 0.74 _ 0.92 1 . 10 1 .29 .47 .66 .84 2.21 2.76 3.31 3.86 4.41 125 0. 17 0.25 0.34 0.50 '0.67 0.84 1 .01 • 1 . 18 .34 .51 .68 2.01 2.52 3.02 3.53 4.03 100 0. 15 0.23 0.30 0.45 0.60 0.75 0.90 1 .05 .20 .35 .50 1.80 2.25 2 .70 3. 15 3.60 80 0. 14 0.20 0.27 0.41 0.54 0.68 0.81 0.95 .08 .22 .35 1 .62 2.03 2.44 2 .84 3.25 60 0. 12 0. 18 0.23 0.35 0.47 0.59 0.70 0.82 0.94 .06 . 17 1 .41 1 .76 2. 11 2.46 2.82 • TABLE 3 Allowable Leakage for Cement-Asbestos Pipe 13' Lengths per 100 couplings - gph Avg. Test Pipe Size in Inches Pressure psi 4 6 8 10 12 14 16 18 20 24 30 36 142 -o m > 200 1 .42 2. 12 2.84 3.54 4.24 4.96 5.68 6.37 7.08 8.50 10.62 12.74 14.86 m 175 1 .32 .98 2.64 3.40 3.96 4.62 5.27 5.93 6.58 7.91 9.88 11 .88 13.85 (4 › 150 1 .23 .84 2.45 3.07 3.68 4.28 4.89 5.52 6. 12 7.34 9. 18 11 .02 12 .82 r 125 1. 12 .68 2.24 2.79 3.35 3.91 4.47 5.02 5.58 6.69 8. 37 10.07 11 . 78 i m 100 1 .00 .51 2.00 2.50 3.00 3.50 4.01 4.52 5.00 6.00 7.51 9.01 10.48 RI m 75 0.87 .29 1.72 2. 15 2.58 3.01 3.44 3.87 4.30 5. 16 6.45 7.75 9.08 50 0.71 .06 1 .42 1 .77 2. 12 2.48 2.83 3. 18 3.54 4.24 5.30 6.37 7.142 c, CO RI . rn in '1 c 5°, *The data are based on 150 psi and represent a leakage of approximately 30 gpd per mile of pipe per in. of '^ pipe diameter for pipe in 13-ft lengths. 7 rn t - L • B/rt//y/NDUs CONC/4ETE, e-A-friv r eX/ST/NG PA✓EMENT �E/NFORCEMENT B�Rs Se/RA-Ace- PORTLfwo CEMENT a9se CoaRSE Pr9TO/1 111111111k 1111111117 • 4 4 . • ' •� ' a 4 4� . • :'•: 4. 4:' 6'=C/Ty 8;7QEET V:"'4.'..6 • • .tt•:4. : •• :a' a: a, •:°' ;Q• .d -:4�'`� .•d'ds t Exisr/.va " . - . - 1U BASE ..o ' ° '•° • O • �••O ,..c /. o � E . URSE 0o•. '. . o '•° • ° .o ••.k• o . o - / O0•• o ':°• . o• oo °. . 011'• / . a. • ° •0 • - .` • 0 U V/STURBED �11 •° •• °•o •° o• • ' • UT/4/T!' T e.wc,, w/Th' 80/4 —�� _ ° - O . • •° TNOROVC.y[Y T Mao . �j�:' o • • • ° -0• • ° GR/4NULRR MATER/i9G. 111 ., TRCNC// L✓/DT/! CITY OF (-L G/N vr'TANDAAPD FOR /?4 V6MENT /DEPLACCME/VT • „. ..._ . TIllinois Department Request for Approval of Transportation of Change in Plans • Municipality El gi n Township County Cook/Kane To: Section p-04151-00- WR. Department of Transportation Request No. 1 October 24 , 19 94 - , Illinois Contractor Arrow Road Construction Call d Lori) to I recommend that an extension be made the above contract. deduction from (between Station and Station a net length of lineal feet.) (Do not till in unless a change in length is involved.) The estimated quantities are shown below and the contractor agrees to furnish the materials and do the work at the contract unit prices. Show station location for major items. Units Unit Quantities Quantities Items Prices Added Deducted Additions Deductions 1 EARTH EXCAVATION CU YD $4.64 2129 $9,878.56 2 TRENCH BACKFILL CU YD $18.54 49 $908.46 3 SUB-BASE GRANULAR MATERIAL TYPE B TON $12.12 2198 $26,639.76 4 TOPSOIL PLACEMENT(4") SQ YD $1.29 625 $806.25 5 12"AGGREGATE BASE COURSE,TYPE B TON $7.97 127 $1,012.19 6 8"AGGREGATE BASE COURSE,TYPE B TON $8.77 3383 $29,668.91 7 8"BITUMINOUIS BASE COURSE TON $30.24 3981 $120,385.44 8 BITUMINOUS MATERIALS(PRIME COAT) GAL $0.78 243 $189.54 9 BITUMINOUS SURFACE PLANT MIX,CLASS B TON $27.14 1913 $51,918.82 $0.00 10 RELOCATE WATER OR SLUDGE MAIN EACH $2,060.00 6 $12,360.00 11 10"DIA.RCCP STORM SEWER TYPE I,CLASS IV LN FT $15.45 17 $262.65 12 12"DIA. RCCP STORM SEWER TYPE I,CLASS IV LN FT $16.48 93 $1,532.64 13 15"DIA.RCCP STORM SEWER TYPE I,CLASS IV LN FT $16.48 0 6 $98.88 14 15"DIA.RCCP STORM SEWER TYPE 2,CLASS III LN FT $16.48 102 $1,680.96 15 18"DIA.RCCP STORM SEWER TYPE 1,CLASS IV LN FT $28.84 1 $28.84 16 18"DIA. RCCP STORM SEWER TYPE 2,CLASS III LN FT $18.54 6 $111.24 17 21"DIA. RCCP STORM SEWER TYPE I,CLASS IV LN FT $20.60 34 $700.40 18 21"DIA.RCCP STORM SEWER TYPE 2,CLASS III LN FT $20.60 53 $1,091.80 19 24"DIA.RCCP STORM SEWER TYPE 2,CLASS III LN FT $23.69 181 $4,287.89 20 27"DIA.RCCP STORM SEWER TYPE I,CLASS IV LN FT $30.90 32 $988.80 21 27"DIA.RCCP STORM SEWER TYPE 2,CLASS III LN FT $30.90 17 $525.30 22 36"DIA. RCCP STORM SEWER TYPE 2,CLASS III LN FT $39.14 589 $23,053.46 23 42"DIA. RCCP STORM SEWER TYPE 2,CLASS III LN FT $44.29 5 $221.45 24 48"DIA. RCCP STORM SEWER TYPE 2,CLASS III LN FT $51.50 20 $1,030.00 25 14"x 23"ELL. RCCP ST. SEWER,TYPE 1,CLASS IV LN FT $41.20 3 $123.60 26 8"DIA.PVC SANITARY SEWER LN FT $30.90 146 $4,511.40 27 10"DIA.PVC SANITARY SEWER LN FT $36.05 13 $468.65 28 15"DIA.PVC SANITARY SEWER LN FT $309.00 29 MANHOLE SPECIAL NO. 1 EACH $3,914.00 1 addition %/o Totals: CONTINUFD Total net to date $ which is of Contract price. deduction Net Change IL 494-0383 BLR 6301 (Rev.6/90) ` 1 0 Illinois Department Request for Approval of Transportation of Change in Plans Items Unit Unit Quantities Quantities Additions Deductions Prices Added Deducted 30 4'DIA.MANHOLE TYPE A EACH $927.00 2 $1,854.00 31 5'DIA.MANHOLE TYPE A EACH $1,339.00 3 $4,017.00 32 6'DIA.MANHOLE TYPE A EACH $3,090.00 2 $6,180.00 33 4'DIA.CATCH BASIN,TYPE A EACH $875.50 17 $14,883.50 34 2'DIA. INLET,TYPE A EACH $515.00 1 $515.00 35 ADJUSTING FRAMES&GRATES EACH $103.00 61 $6,283.00 36 CB'S&DRY WELLS TO BE FILLED WITH SAND EACH $103.00 2 $206.00 37 B6.18 COMBINATION CURB&GUTTER LN FT $7.73 2906 $22,463.38 38 B6 BARRIER CURB LN FT $8.76 6 $52.56 39 DRIVEWAY PAVEMENT REMOVAL SQ YD $2.32 673 $1,561.36 40 COMBINATION CURB&GUTTER REMOVAL LN FT $1.55 296 $458.80 41 SIDEWALK REMOVAL SQ FT $0.30 69758 $20,927.40 42 BtIUMINOUS SURFACE REMOVAL(COLD MILLING) SQ YD $2.04 1678 $3,423.12 43 FIRE HYDRANTS TO BE MOVED EACH $1,545.00 44 SODDING SQ YD $2.42 324 $784.08 45 TRAFFIC CONTROL L SUM $44,476.43 46 MOBILIZATION L SUM $60,358.00 47 SIDEWALK SQ FT $2.26 69758 $157,653.08 48 DRIVEWAY SQ YD $20.13 767 $15,439.71 49 WATER MAIN ENCASEMENT LN FT $103.00 14 $1,442.00 50 ENGINEERS FIELD OFFICE L SUM $9,270.00 51 UNDERGROUND LIFT STATION L SUM $47,380.00 52 4"DUCTILE IRON FORCEMAIN LN FT $15.45 27 $417.15 53 DUCTILE IRON PIPE,CLASS 52,CEMENT LINED 4" LN FT $257.50 5 $1,287.50 54 DUCTILE IRON PIPE,CLASS 52,CEMENT LINED 6" LN FT $257.50 55 $14,162.50 55 DUCTILE IRON PIPE,CLASS 52,CEMENT LINED 8" LN FT $18.54 33 $611.82 56 VALVE VAULT 5'DIAMETER, TYPE 1 FRAME CLOSED LID EACH $1,133.00 3 $3,399.00 57 GATE VALVE,8" EACH $360.50 58 FIRE HYDRANT EACH $1,339.00 59 PRESSURE CONNECTION EACH $2,060.00 1 $2,060.00 60 WATER SERVICES NEAR SIDE EACH $412.00 1 $412.00 61 WATER SERVICES FAR SIDE EACH $669.50 3 $2,008.50 62 2'DIA TYPE"C"CATCH BASIN EACH $681.25 iS $10,218.75 63 6"DIA PVC SANITARY SEWER LN FT $29.98 1,$? $20,596.26 64 STRUCTURE RECONSTRUCTION EACH $550.00 4 o $33,000.00 65 FRAME&GRATE,TYPE I EACH ' $150.00 52 $7,800.00 66 DUST CONTROL UNIT $13.00 ,,S $195.00 67 5'DIA SANITARY MANHOLE EACH $1,700.00 3 $5,100.00 68 UNSUITABLE SOIL REMOVAL&REPLACEMENT CU YD $29.00 tii52 $245,108.00 69 8"CONCRETE PATCH SQ YD $20.00 34 $720.00 70 10"ASPHALT PATCH SQ YD $40.00 3/1 $15,160.00 71 PETROMAT SQ YD $1.06 3't.10 $3,625.20 72 6"X6" WOLMANIZED TIMBER TREE WELLS SQ FT $23.00 S3 9 $12,374.00 73 B-BOXES L SUM $10,000.00 I $10,000.00 74 36"CONC PIPE RETURNED(PERFORATED) L SUM $13,443.42 I $13,443.42 75 CREDIT FOR RECYCLED BIT-MIX TON $1.50 1$,4910 $28,485.00 76 CREDIT FOR REDUCED THICKNESS OF C.C&G. L.F. $0.80 '4),30 g $33,118.40 77 DEDUCTION FOR WATERMAIN REPAIR L SUM $3,187.67 ' $3,187.67 78 DEDUCTION FOR SIGN REPLACEMENT L SUM $3,781.95 I $3,781.95 addition o Totals: $839,672.27 $183,229.73 Total net to date $ 656,442)/6-filch is 20.6 /o of Contract price. $656,442.54 l de•uc ion Net Change i IL 494-0383 BLR 6301 (Rev. 6/90} r r State fully the nature and reason for the change: Changes needed to properly complete project When the net increase or decrease in the cost of the contract is$10,000 or more or the time of completion is increased or decreased by 30 days or more, one of the following statements shall be checked. The undersigned determine that the circumstances which necessitate this change X were not reasonably foreseeable at the time the contract was signed. The undersigned determine that the circumstances which necessitate this change were not within the contemplation of the contract as signed. The undersigned determine that this change is in the best interest of the local agency and is authorized by law. � �/ Signed 19 ySIg75 19� Highway Commissioner Munic' loffiW Joe vers Approved Recommended City Engineer County Superintendent of Highways (Title of Municipal Officer) Note: Make out separate form for change in length quantities. Approved JAN 1 2 199 19 Give net quantities only. Submit 3 copies of this form to District Engineer(4 copies for road district) ` A«` ;".* If plans are required attach three sets.:r^a District Engineer • ELGIN, ILLINOIS AREA II STREET AND SEWER IMPROVEMENTS PROJECT #7109 CHANGE ORDER NO. 1 SCOPE: This Change Order No. 1 will provide additional items necessary to complete the project in an acceptable manner. The general contractor for this project is Arrow Road Construction Co. from Mount Prospect, Illinois. REASONS FOR CHANGE: This Change Order is required for the addition or change in items necessary to complete the storm sewer system and to control dust. SUMMARY OF CHANGES IN CONTRACT AMOUNT: The awarded contract will be changed to include the additional items listed below: ITEM QUANTITY UNIT PRICE COST 1. 2 ' Dia. Type C 10 Ea. $681.25 ea. $ 6,812 .50 Catch Basin 2 . 6" Dia. PVC 600 L.F. $29.98/L.F. $17,988.00 Sanitary Sewer 3. Structure 25 Ea. $550.00 Ea. $13,750 .00 Reconstruction 4 . Frame and Grate, 25 Ea. $150 .00 Ea. $ 3,750.00 Type I 5. Dust Control 900 Units $13.00/Unit $11,700.00 TOTAL = $54,000.50 The following deduction will be made to the contract items: ITEM QUANTITY UNIT PRICE COST 1. 4 ' Dia. Type A 10 Ea. $875 .50 Ea. $ 8,755. 00 Catch Basin TOTAL = $ 8,755.00 < ; • CHANGE ORDER NO. 1 June 14, 1993 Page 2 The present contract with Arrow Road Construction Co. is for $3, 176,663.90. By reason of this change Order No. 1, the contract for the Area II Street and Sewer Improvement Project will be increased in the amount of forty five thousand two hundred forty five and 50/100 dollars ($45,245.50) . The circumstances which necessitate this change order were not reasonably foreseeable at the time the contract was signed. OTHER CONTRACT PROVISIONS: All other contract provisions shall remain the same. Agreed to this 5L4- day of �u„-,p , 1993. Recommended: ENGINEERRING DIVIISION BY: . INl Title: Date: 6"- 7h- `73 Accepted: Arrow Road Construction Co. Party of the Second Part (Contractor) By: ___ Title: // - ; - Date: !_- H- 73 Approved: CITY OF ELGIN Party of 114;00V 'art (Owner) BY: Mk', _A Title: �/ A70,71,(iffAj Date: gb/Aft �L� Ar ELGIN, ILLINOIS AREA II STREET AND SEWER IMPROVEMENTS PROJECT #7109 CHANGE ORDER NO. 2 SCOPE: This Change Order No. 2 will provide additional items necessary to complete the project in an acceptable manner. The general contractor for this project is Arrow Road Construction Co. from Mount Prospect, Illinois . REASONS FOR CHANGE: This Change Order is required for the addition or change in items necessary to properly construct the road base, replace deteriorated sidewalk, maintain the existing sanitary sewer, and patch sewer and water main trenches . SUMMARY OF CHANGES IN CONTRACT AMOUNT: The awarded contract will be changed to include the additional items listed below:- ITEM QUANTITY UNIT PRICE COST 1. 5 ' Dia. Sanitary 3 Ea. $1,700.00 Ea. $ 5, 100.00 Manhole 2. Sidewalk 39,000 S.F. $ 0.30/S.F. $ 11,700.00 Removal 3. Unsuitable Soil 8,620 C.Y. $ 29.00/C.Y. $249,980.00 Rem. and Repl. 4 . 8" Concrete 100 S.Y. $ 20.00/S.Y. $ 2,000.00 Patch 5. 10" Asphalt 140 S.Y. $ 40.00/S.Y. $ 5,600.00 Patch TOTAL = $274,380.00 SUMMARY OF INCREASES TO CONTRACT QUANTITIES: The awarded contract will be changed to include the increased quantities for the items listed below: Item ITEM CONTRACT INCREASED UNIT INCREASED No. QUANTITY QUANTITY PRICE COST 47 . Sidewalk 54, 134 S.F. 39,070 S.F. $2.26 $88,298.20 r r CHANGE ORDER NO. 2 August 20, 1993 Page 2 The original contract with Arrow Road Construction Co. is for $3, 176,663 .90. By reason of change Order No. 1, the contract was increased to $3,221,909 .40. By reason of this Change Order No. 2 , the contract for the Area II Street and Sewer Improvement Project will be increased in the amount of two hundred seventy-four thousand, three hundred eighty and 00/100 dollars ($274,380. 00) . The circumstances which necessitate this change order were not reasonably foreseeable at the time the contract was signed. OTHER CONTRACT PROVISIONS: All other contract provisions shall remain the same. Agreed to this 02,) day of 4Gt1.' , 1993. Recommended: EN ' ;ING DIVI ION �_' ..�/� �1 T Date: i Accepted: Arrow Road Construction Co. Party o the Second Part (Contras r) By: Ofd! • /A IN Title: „„` Date: eP/ /�gty_ C7e9 /( 4G3 Approved: CITY OF ELGIN Party of t it Part ) By: Title: Date: 3 •. ELGIN, ILLINOIS AREA II STREET AND SEWER IMPROVEMENTS PROJECT #7109 CHANGE ORDER NO. 3 SCOPE: This Change Order No. 3 will provide additional items necessary to complete the project in an acceptable manner. The general contractor for this project is Arrow Road Construction Co. from Mount Prospect, Illinois. REASONS FOR CHANGE: This Change Order is required for the addition or change in items necessary to construct tree wells, repair B-Boxes, return or purchase perforated pipe, placement of petromat, and miscellaneous deductions and credits . SUMMARY OF CHANGES IN CONTRACT AMOUNT: The awarded contract will be changed to include the additional items listed below: ITEM QUANTITY UNIT PRICE COST 1. Petromat 3,420 S.Y. $ 1.06/S.Y. $ 3,625.20 2 . 6"x6" Wolmanized 538 S.F. $ 23.00/S.F. $ 12,374 .00 Timber Tree Wells 3. B-Box Repair 1 L.S. $10,000.00L.S. $ 10,000.00 and Replacement 4 . 36" Conc. Pipe 1 L.S. $13,443.42L.S. $ 13,443.42 Returned (Perf. ) 5. Credit for Recycled 18,990 TON $ 1.50/TON ($28,485.00) Bituminous Mix 6 . Credit for Reduced 41,398 L.F. $ 0.80/L.F. ($33,118.40) Thickness of Conc. Curb & Gutter 7. Deduction for 1 L.S. $ 3,187 .67L.S. ($ 3, 187 .67) Water Main Repair 8. Deduction for 1 L.S. $ 3,781.95L.S. ($ 3,781.95) Sign Repl. TOTAL = - $ 30, 130.40 SUMMARY OF INCREASES TO CONTRACT QUANTITIES: Please see the attached pay estimate for increases or decreases in quantity to approved contract items . CHANGE ORDER NO. 3 December 7, 1993 Page 2 The original contract with Arrow Road Construction Co. is for $3, 176,663.90. By reason of change Order No. 1 and Change Order No. 2, the contract was increased to $3,584,587 . 60 . By reason of this Change Order No. 3, the contract for the Area II Street and Sewer Improvement Project will be decreased in the amount of thirty thousand one hundred thirty and 40/100 dollars ($30, 130.40) . The circumstances which necessitate this change order were not reasonably foreseeable at the time the contract was signed. OTHER CONTRACT PROVISIONS: All other contract provisions shall remain the same. Agreed to this %.?2/L day of 9 , 1993 . Recommended: ENGINEERING DIVISION By: Title: Date: Accepted: Arrow Road Construction Co. Party of the Second Part (Contractor) By: Title: t Date: / Approved: CITY OF Party • e irst Part (Owner) By: vitas". . ./ 1/ Title: fIs ' „yj -- Oh< Date: Z ZZ O