division of transportation - countyofkane.org rd over uprr... · the work to be performed under...

67
KANE COUNTY DIVISION of TRANSPORTATION Carl Schoedel, P.E. Director of Transportation County Engineer 41W011 Burlington Road St. Charles, IL 60175 Phone: (630) 584-1170 Fax: (630) 584-5265 INVITATION TO BID ROUTE AND LIMITS: Kirk Road over UPRR Bridge Deck Repairs SCOPE: The work to be performed under this contract consists of the partial-depth and full-depth repairs to concrete wearing surface and deck. Plans and proposal forms are available online at http://www.countyofkane.org/Pages/countybids.aspx. Bidding instructions attached. LOCAL BID OPENING DATE & LOCATION: Sealed bids will be received only at the Kane County Division of Transportation until the public bid opening on Tuesday, August 7, 2018 at 9 A.M. at the Kane County Division of Transportation at 41W011 Burlington Road, St. Charles, IL 60175. GENERAL REQUIREMENTS: This project is also advertised through the Illinois Department of Transportation, Bureau of Local Roads and Streets’ current Contractors Bulletin. Visit IDOT's Notice to Contractors Bulletin for Local Public Agencies for additional project information. CONTACT INFORMATION: Nils Jordahl Project Manager [email protected] (630) 845-7871

Upload: letuyen

Post on 17-Mar-2019

214 views

Category:

Documents


0 download

TRANSCRIPT

KANE COUNTY DIVISION of TRANSPORTATION

Carl Schoedel, P.E. Director of Transportation County Engineer

41W011 Burlington Road St. Charles, IL 60175

Phone: (630) 584-1170 Fax: (630) 584-5265

INVITATION TO BID

ROUTE AND LIMITS: Kirk Road over UPRR Bridge Deck Repairs

SCOPE: The work to be performed under this contract consists of the partial-depth and full-depth repairs to concrete wearing surface and deck. Plans and proposal forms are available online at http://www.countyofkane.org/Pages/countybids.aspx. Bidding instructions attached. LOCAL BID OPENING DATE & LOCATION: Sealed bids will be received only at the Kane County Division of Transportation until the public bid opening on Tuesday, August 7, 2018 at 9 A.M. at the Kane County Division of Transportation at 41W011 Burlington Road, St. Charles, IL 60175. GENERAL REQUIREMENTS: This project is also advertised through the Illinois Department of Transportation, Bureau of Local Roads and Streets’ current Contractors Bulletin. Visit IDOT's Notice to Contractors Bulletin for Local Public Agencies for additional project information.

CONTACT INFORMATION: Nils Jordahl Project Manager [email protected] (630) 845-7871

Bidding Instructions  

NON‐COMPLIANT BIDS WILL BE RETURNED TO THE OWNER 

UNOPENED  

Bid  packets  (including,  among  other  things,  plans,  special 

provisions,  prequalification  requirements,  addendums, 

proposal  forms,  etc.)  shall  only  be  available  on‐line,  at: 

http://www.countyofkane.org/Pages/countybids.aspx. 

 

Addendums to the bid packet may be made at any time by the 

County  prior  to  bid  opening.    It  is  the  Bidder’s  continuing 

responsibility  to  regularly  check  and  verify  on‐line  at: 

http://www.countyofkane.org/Pages/countybids.aspx 

for any addendums to the bid packet prior to the bid opening.  

 

Prequalification is required of all bidders.  All qualified bidders must  meet  the  requirements  specified  in  the  subject  bid 

proposal  Special  Provisions.    Prequalification  should  be 

submitted  with  proposals  and  placed  on  the  outside  of  the 

sealed  proposal  packet  for  convenient  verification  before 

proposals are opened and publicly read.  Prequalification is to 

be provided within 24 hours of the bid opening. 

 

NON‐COMPLIANT BIDS WILL BE RETURNED TO THE OWNER 

UNOPENED 

County KaneNOTICE TO BIDDERS Local Public Agency Kane County Div. of Trans.

Section Number 18-00192-06-BR

Route CH 77 / Kirk Road

Sealed proposals for the improvement described below will be received at the office of

until 9:00 AM on

at 9:00 AM on

Name Length: feet ( 0.2606 miles)

Location

Proposed Improvement

1. Plans and proposal forms will be available on-line only at:

Project contact: at2. Prequalification

If checked , the 2 low bidders must file within 24 hours after the letting an "Affidavit of Availability" (Form BC 57), induplicate, showing all uncompleted contracts awarded to them and all low bids pending award for Federal, State, CountyMunicipal and private work. One original shall be filed with the Awarding Authority and one original with the IDOT DistricOffice.

3. The Awarding Authority reserves the right to waive technicalities and to reject any or all proposals as provided in BLRSSpecial Provision for Bidding Requirements and Conditions for Contract Proposals.

4. The following BLR Forms shall be returned by the bidder to the Awarding Authority:

a. BLR 12200: Local Public Agency Formal Contract Proposal b. BLR 12200a Schedule of Prices c. BLR 12230: Proposal Bid Bond (if applicable) d. BLR 12325: Apprenticeship or Training Program Certification (do not use for federally funded projects)

e. BLR 12326: Affidavit of Illinois Business Office

5. The quantities appearing in the bid schedule are approximate and are prepared for the comparison of bids. Payment tothe Contractor will be made only for the actual quantities of work performed and accepted or materials furnishedaccording to the contract. The scheduled quantities of work to be done and materials to be furnished may be increased,decreased or omitted as hereinafter provided.

6. Submission of a bid shall be conclusive assurance and warranty the bidder has examined the plans and understands allrequirements for the performance of work. The bidder will be responsible for all errors in the proposal resulting fromfailure or neglect to conduct an in depth examination. The Awarding Authority will, in no case be responsible for any costs, expenses, losses or changes in anticipated profits resulting from such failure or neglect of the bidder.

7. The bidder shall take no advantage of any error or omission in the proposal and advertised contract

8. If a special envelope is supplied by the Awarding Authority, each proposal should be submitted in that envelope furnishedby the Awarding Agency and the blank spaces on the envelope shall be filled in correctly to clearly indicate its contents.When an envelope other than the special one furnished by the Awarding Authority is used, it shall be marked to clearlyindicate its contents. When sent by mail, the sealed proposal shall be addressed to the Awarding Authority at the addressand in care of the official in whose office the bids are to be received. All proposals shall be filled prior to the time and atthe place specified in the Notice to Bidders. Proposals received after the time specified will be returned to the bidderunopened.

9. Permission will be given to a bidder to withdraw a proposal if the bidder makes the request in writing or in person beforethe time for opening proposals.

Printed Page 2 of 6 BLR 12200 (01/08/14)

Time Date

RETURN WITH BID

41W011 Burlington Road, St. Charles, ILAddress Time

August 7, 2018Date

the County Engineer

7/16/2018

Sealed proposals will be opened and read publicly at the office of

Kirk Road over UPRR Bridge Deck Repairs

Kirk Road over Reed Rd / UPRR, 0.2 miles south of IL Rt 38.

Kane County Division of Transportation

http://www.countyofkane.org/Pages/countybids.aspx

Partial-depth and Full-depth repairs to concrete wearing surface and deck

41W011 Burlington Road, St. Charles, IL

DESCRIPTION OF WORK

1376.20

August 7, 2018Address

NO CHARGE FOR PROPOSAL

Nils Jordahl [email protected]

County

Local Public Agency

Section Number

Route

1. Proposal of

for the improvement of the above section by the construction of

Partial-depth and Full-depth repairs to concrete wearing surface and deck

a total distance of feet, ( 0.26 miles) are to be improved.

2. The plans for the proposed work are those prepared by Hampton, Lenzini and Renwick, Inc.

and approved by the Department of Transportation on

3. The specifications referred to herein are those prepared by the Department of Transportation and designated as "Standard Specifications for Road and Bridge Construction" and the "Supplemental Specifications and Recurring Special Provisions" thereto, adopted and in effect on the date of invitation for bids.

4. The undersigned agrees to accept, as part of the contract, the applicable Special Provisions indicated on the "Check Sheet for Recurring Special Provisions" contained in this proposal.

5. The undersigned agrees to complete the work within unless additional time is granted in accordance with the specifications.

6. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals, will be required. Bid Bonds be allowed as proposal guaranty. Accompanying this proposal is either a bid bond if allowed, on Department form BLR12230 or a proposal guaranty check, complying with the specifications, made payable to:

County Kane

The amount of the check is ( ) .

7. In the event that one proposal guaranty check is intended to cover two or more proposals, the amount must be equal to the sum of the proposal guaranties, which would be required for each individual proposal. If the proposal guaranty check is placed in another proposal, it will be found in the proposal for: Section Number 18-00192-06-BR .

8. The successful bidder at the time of execution of the contract be required to deposit a contract bond for the full amount of the award. When a contract bond is not required, the proposal guaranty check will be held in lieu therefore. If this proposal is accepted and the undersigned fails to execute a contract and contract bond as required, it is hereby agreed that the Bid Bond or check shall be forfeited to the Awarding Authority.

9. Each pay item should have a unit price and a total price. If no total price is shown or if there is a discrepancy between the product of the unit price multiplied by the quantity, the unit price shall govern. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price.

10. A bid will be declared unacceptable if neither a unit price nor a total price is shown.

11. The undersigned submits herewith the schedule of prices on BLR 12200a covering the work to be performed under this contract.

12. The undersigned further agrees that if awarded the contract for the sections contained in the combinations on BLR 12200a, the work shall be in accordance with the requirements of each individual proposal for the multiple bid specified in the Schedule for Multiple Bids below.

Printed Page 3 of 6 BLR 12200 (01/08/14)

Kane

Kane County Div. of Trans.

18-00192-06-BR

CH 77 / Kirk Road

RETURN WITH BID

PROPOSAL

Thursday, Nov 1, 2018

7/16/2018

will

will

1376.21376.2

working days or by

Treasurer of

feet, of which a distance of

RETURN WITH BID

County

Local Public Agency

SectionRoute

Total

Item No.

Items Unit Quantity Total

1 REINFORCEMENT BARS, EPOXY COATED POUND 250

2 TRAFFIC CONTROL AND PROTECTION, STANDARD 701606 LSUM 1

3 DECK SLAB REPAIR (PARTIAL) SQ YD 709

4 DECK SLAB REPAIR (FULL DEPTH-TYPE II) SQ YD 40

5 CHANGEABLE MESSAGE SIGN CAL MO 2

6 MODIFIED URETHANE PAVEMENT MARKING - LINE 4" FOOT 500

7 SILICONE JOINT SEALER FOOT 118

8 ITEMS AS ORDERED BY THE ENGINEER DOLLAR 50000 $50,000.00

Printed 7/16/2018 Page 4-1 BLR 12200a (01/08/14)

Combination Letter Sections Included in Combinations

SCHEDULE OF PRICES

Schedule for Multiple Bids

Kane

Kane County Div. of Trans.

18-00192-06-BRCH 77 / Kirk Road

Schedule for Single Bid(For complete information covering these items, see plans and specifications)

Bidder's Proposal for making Entire Improvements

Unit Price

$1.00

Bidder's Proposal for making Entire Improvements

County

Local Public Agency

Section Number

Route

The certifications herinafter made by the bidder are each a material representation of fact upon which reliance is placed shouldthe Department enter into the contract with the bidder.

1. Debt Deliquency. The bidder or contractor or subcontractor, respectively, certifies that it is not delinquent in the payment ofany tax administered by the Department of Revenue unless the individual or other entity is contesting, in accordance withthe procedures established by the appropriate revenue Act, its liability for the tax or the amount of tax. Making a falsestatement voids the contract and allows the Department to recover all amounts paid to the idividual or entity under the contract in a civil action.

2. Bid-Rigging or Bid Rotating. The bidder or contractor or subcontractor, respectively, certifies that it is not barred fromcontracting with the Department by reason of a violation of either 720 ILCS 5/33E-3 or 720 ILCS 5/33E-4.

A violation of Section 33E-3 would be represented by a conviction of the crime of bid-rigging which, in addition to Class 3felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United Stateswhich contains the same elements as this offense shall be barred for 5 years from the date of conviction from contractingwith any unit of State or local government. No corporation shall be barred from contracting with any unit of State or localgovernment as a result of a conviction under this Section of any employee or agent of such corporation if the employee soconvicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstratesto the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neitherauthorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of thecorporation.

A violation of Section 33E-4 would be represented by a conviction of the crime of bid-rotating which, in addition to Class 2felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United Stateswhich contains the same elements as this offense shall be permanently barred from contracting with any unit of State orlocal government. No corporation shall be barred from contracting with any unit of State or local government as a result of aconviction under this Section of any employee or agent of such corporaton if the employee so convicted is no longeremployed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmentalentity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation.

3. Bribery. The bidder or contractor or subcontractor, respectively, certifies that it has not been convicted of bribery orattempting to bribe an officer or employee of the State of Illinois or any unit of local government, nor has the firm made anadmission of guilt of such conduct which is a matter of record, nor has an official, agent, or employee of the firm committedbribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible offical of thefirm.

4. Interim Suspension or Suspension. The bidder or contractor or subcontractor, respectively, certifies that it is not currentlyunder a suspension as defined in Subpart I of Title 44 Subtitle A Chapter III Part 6 of the Illinois Administrative Code.Furthermore, if suspended prior to completion of this work, the contract or contracts executed for the completion of this workmay be cancelled.

Printed Page 5 of 6 BLR 12200 (01/08/14)7/16/2018

CONTRACTOR CERTIFICATIONS

RETURN WITH BID

Kane

Kane County Div. of Trans.

18-00192-06-BR

CH 77 / Kirk Road

County

Local Pulic Agency

Section Number

Route

(If an individual)

Signature of Bidder

Business Address

(If a partnership)Firm Name

Signed By

Business Address

Insert Names and Addressed of All Partners

(If a corporation)

Corporate Name

Signed By

Business Address

President

Insert Names of Officers Secretary

Treasurer

Attest:

Printed 7/16/2018 Page 6 of 6 BLR 12200 (01/08/2014)

RETURN WITH BID

SIGNATURES

President

Secretary

Kane

18-00192-06-BR

CH 77 / Kirk Road

Kane County Div. of Trans.

Page 1 of 1 BLR 12230 (Rev. 7/05 Printed on 7/4/2018 11:05:26 AM

Local Agency Proposal Bid Bond

RETURN WITH BID

Route

County

Local Agency

Section

CH 77 / Kirk Road

Kane

Kane Co. Div. of Trans.

18-00192-06-BR

PAPER BID BOND WE as PRINCIPAL,

and as SURETY,

are held jointly, severally and firmly bound unto the above Local Agency (hereafter referred to as “LA”) in the penal sum of 5% of the total bid price, or for the amount specified in the proposal documents in effect on the date of invitation for bids whichever is the lesser sum. We bind ourselves, our heirs,

executors, administrators, successors, and assigns, jointly pay to the LA this sum under the conditions of this instrument.

WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said PRINCIPAL is submitting a written proposal to the LA acting

through its awarding authority for the construction of the work designated as the above section.

THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LA for the above designated section and the PRINCIPAL

shall within fifteen (15) days after award enter into a formal contract, furnish surety guaranteeing the faithful performance of the work, and furnish evidence of the required insurance coverage, all as provided in the “Standard Specifications for Road and Bridge Construction” and applicable Supplemental Specifications, then this obligation shall become void; otherwise it shall remain in full force and effect.

IN THE EVENT the LA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph, then the LA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above, together

with all court costs, all attorney fees, and any other expense of recovery.

IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their

respective officers this day of

Principal

(Company Name) (Company Name)

By: By: (Signature and Title) (Signature and Title)

(If PRINCIPLE is a joint venture of two or more contractors, the company names, and authorized signatures of each contractor must be affixed.)

Surety

By: (Name of Surety) (Signature of Attorney-in-Fact)

STATE OF ILLINOIS,

COUNTY OF

I, , a Notary Public in and for said county,

do hereby certify that ( Insert names of individuals signing on behalf of PRINCIPAL & SURETY)

who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and

SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instruments as their free and voluntary act for the uses and purposes therein set forth.

Given under my hand and notarial seal this day of

My commission expires (Notary Public)

ELECTRONIC BID BOND

Electronic bid bond is allowed (box must be checked by LA if electronic bid bond is allowed) The Principal may submit an electronic bid bond, in lieu of completing the above section of the Proposal Bid Bond Form. By providing an electronic bid bond ID code and signing below, the Principal is ensuring the identified electronic bid bond has been executed and the Principal and Surety are firmly bound unto the LA under the conditions of the bid bond as shown above. (If PRINCIPAL is a joint venture of two or more contractors, an electronic bid bond ID code, company/Bidder name title and date must be affixed for each contractor in the venture.)

Electronic Bid Bond ID Code (Company/Bidder Name)

(Signature and Title) Date

Printed 7/4/2018 Page 1 of 2 BLR 12325 (Rev. 4/07)

Apprenticeship or Training Program Certification

Route CH 77 / Kirk Road

Return with Bid County Kane Local Agency Kane Co. Div. of Trans. Section 18-00192-06-BR

All contractors are required to complete the following certification:

For this contract proposal or for all groups in this deliver and install proposal.

For the following deliver and install groups in this material proposal:

Illinois Department of Transportation policy, adopted in accordance with the provisions of the Illinois Highway Code, requires this contract to be awarded to the lowest responsive and responsible bidder. The award decision is subject to approval by the Department. In addition to all other responsibility factors, this contract or deliver and install proposal requires all bidders and all bidders’ subcontractors to disclose participation in apprenticeship or training programs that are (1) approved by and registered with the United States Department of Labor’s Bureau of Apprenticeship and Training, and (2) applicable to the work of the above indicated proposals or groups. Therefore, all bidders are required to complete the following certification:

I. Except as provided in paragraph IV below, the undersigned bidder certifies that it is a participant, either as an

individual or as part of a group program, in an approved apprenticeship or training program applicable to each type of work or craft that the bidder will perform with its own employees.

II. The undersigned bidder further certifies for work to be performed by subcontract that each of its subcontractors

submitted for approval either (A) is, at the time of such bid, participating in an approved, applicable apprenticeship or training program; or (B) will, prior to commencement of performance of work pursuant to this contract, establish participation in an approved apprenticeship or training program applicable to the work of the subcontract.

III. The undersigned bidder, by inclusion in the list in the space below, certifies the official name of each program

sponsor holding the Certificate of Registration for all of the types of work or crafts in which the bidder is a participant and that will be performed with the bidder’s employees. Types of work or craft that will be subcontracted shall be included and listed as subcontract work. The list shall also indicate any type of work or craft job category for which there is no applicable apprenticeship or training program available.

Printed 7/4/2018 Page 2 of 2 BLR 12325 (Rev. 4/07)

IV. Except for any work identified above, any bidder or subcontractor that shall perform all or part of the work of the contract or deliver and install proposal solely by individual owners, partners or members and not by employees to whom the payment of prevailing rates of wages would be required, check the following box, and identify the owner/operator workforce and positions of ownership.

The requirements of this certification and disclosure are a material part of the contract, and the contractor shall require this certification provision to be included in all approved subcontracts. The bidder is responsible for making a complete report and shall make certain that each type of work or craft job category that will be utilized on the project is accounted for and listed. The Department at any time before or after award may require the production of a copy of each applicable Certificate of Registration issued by the United States Department of Labor evidencing such participation by the contractor and any or all of its subcontractors. In order to fulfill the participation requirement, it shall not be necessary that any applicable program sponsor be currently taking or that it will take applications for apprenticeship, training or employment during the performance of the work of this contract or deliver and install proposal.

Bidder: By: (Signature)

Address: Title:

RETURN WITH BID

Printed 7/4/2018 BLR 12326 (01/08/14)

Affidavit of Illinois Business Office

County Kane

Local Public Agency Kane Co. Division of Trans, Section Number 18-00192-06-BR

Route CH 77 / Kirk Road

State of )

) ss.

County of )

I, of , , (Name of Affiant) (City of Affiant) (State of Affiant

being first duly sworn upon oath, states as follows:

1. That I am the of .

officer or position bidder

2. That I have personal knowledge of the facts herein stated.

3. That, if selected under this proposal, , will maintain a

(bidder)

business office in the State of Illinois which will be located in County, Illinois.

4. That this business office will serve as the primary place of employment for any persons employed in the construction contemplated by this proposal.

5. That this Affidavit is given as a requirement of state law as provided in Section 30-22(8) of the Illinois Procurement Code.

(Signature)

(Print Name of Affiant)

This instrument was acknowledged before me on the

day of , .

(SEAL)

(Signature of Notary Public)

Printed 7/4/2018 BC 261 (01/11/08)

Substance Abuse Prevention Program Certification

Letting Date: Item No.: Contract No.: Route: CH 77 / Kirk Road Section: 18-00192-06-BR Job No.: County: Kane The Substance Abuse Prevention on Public Works Act, Public Act 95-0635, prohibits the use of drugs and alcohol, as defined in the Act, by employees of the Contractor and by employees of all approved Subcontractors while performing work on a public works project. The Contractor/Subcontractor herewith certifies that it has a superseding collective bargaining agreement or makes the public filing of its written substance abuse prevention program for the prevention of substance abuse among its employees who are not covered by a collective bargaining agreement dealing with the subject as mandated by the Act. A. The undersigned representative of the Contractor/Subcontractor certifies that the contracting entity has signed collective bargaining agreements that are in effect for all of its employees, and that deal with the subject matter of Public Act 95-0635.

Contractor/Subcontractor

Name of Authorized Representative (type or print)

Title of Authorized Representative (type or print)

Signature of Authorized Representative Date B. The undersigned representative of the Contractor/Subcontractor certifies that the contracting entity has in place for all of its employees not covered by a collective bargaining agreement that deals with the subject of the Act, the attached substance abuse prevention program that meets or exceeds the requirements of Public Act 95-0635.

Contractor/Subcontractor

Name of Authorized Representative (type or print)

Title of Authorized Representative (type or print)

Signature of Authorized Representative Date

Printed 7/4/2018 Page 1 of 2 BC 57 (Rev. 08/17/10)

Affidavit of Availability For the Letting of

Instructions: Complete this form by either typing or using black ink. "Authorization to Bid" will not be issued

unless both sides of this form are completed in detail. Use additional forms as needed to list all work. Part I. Work Under Contract

List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture, list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate, and must include work subcontracted to others. If no work is contracted, show NONE.

1 2 3 4 Awards Pending

Contract Number

Contract With

Estimated Completion Date

Total Contract Price Accumulated

Totals

Uncompleted Dollar Value if Firm is the Prime Contractor

Uncompleted Dollar Value if Firm is the Subcontractor

Total Value of All Work

Part II. Awards Pending and Uncompleted Work to be done with your own forces.

List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work subcontracted to others will be listed on the reverse of this form. In a joint venture, list only that portion of the work to be done by your company. If no work is contracted, show NONE.

Accumulated Totals

Earthwork

Portland Cement Concrete Paving

HMA Plant Mix

HMA Paving

Clean & Seal Cracks/Joints

Aggregate Bases & Surfaces

Highway, R.R. and Waterway Structures

Drainage

Electrical

Cover and Seal Coats

Concrete Construction

Landscaping

Fencing

Guardrail

Painting

Signing

Cold Milling, Planning & Rotomilling

Demolition

Pavement Markings (Paint)

Other Construction (List)

$ 0.00

Totals

Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the “Illinois Procurement Code." Failure to comply will result in non-issuance of an "Authorization To Bid." This form has been approved by the State Forms Management Center.

Bureau of Construction 2300 South Dirksen Parkway/Room 322 Springfield, Illinois 62764

Printed 7/4/2018 Page 2 of 2 BC 57 (Rev. 08/17/10)

Part III. Work Subcontracted to Others.

For each contract described in Part I, list all the work you have subcontracted to others.

1 2 3 4 Awards Pending

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Total Uncompleted

I, being duly sworn, do hereby declare that this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, State, County, City and private work, including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL estimated completion dates.

Subscribed and sworn to before me

this day of , Type or Print Name Officer or Director Title

Signed

Notary Public

My commission expires

Company

(Notary Seal)

Address

���

���������� ���������� ������������������������ ������ ������������������������ !�"# $���%�&�����'�(������&���)�&���*��+��� ���������� �����������!�+��,����)���&����������� ������ ������!��������������������������������� ������ ������-������� ������������(�+�(�����&�+�����������.���*�����&���(������ /��������01 1 23��/�4�&��� 1 1 $3�� �� ���������� ����������������-����(-���(-� �*����-� #2�������)��+��������)&��------------------------------------------------------------------------------�� �0#5�.���6����&����+�(�������6����/�)�&&��1 !��1"!��153��---------------------------��"�0#0���(��1���+�(��*������)��������)��*��------------------------------------------------------��5�0#7���������)�---------------------------------------------------------------------------------------------�� 0�0"#� ���)������6�������(����� �4�6�����--------------------------------------------------��"0�00"� �4�6���� ��(%��*��------------------------------------------------------------------------------��"2�7#"��'(�4������+�������(����&��---------------------------------------------------------------------��"8�7#5����(���������(����&��-----------------------------------------------------------------------------��"9�7#0� ��(�&�����(���������(����&��----------------------------------------------------------------��5"�70"� ������)4���&��----------------------------------------------------------------------------------------��55�7$2������.�(:+�))�+������)�����;��6���&��----------------------------------------------------��50�25#�����)� )����.��6���������)��------------------------------------------------------------------��52�25 ����++�(�.����������6���)&��-----------------------------------------------------------------------��59�28#���*�����<&����)��++�(��������;���������------------------------------------------------��0#�8# �=��:�>�������++�(�������)����� ����(������--------------------------------------------��0 �8#0���6����������(�����.��������-----------------------------------------------------------------��0"�8$ ���&����+)�(��4�� �4�6�������:��&��--------------------------------------------------��00�$$$� ���&������ �&%1.������------------------------------------------------------------------------��07� ##5�������**��*���&��-----------------------------------------------------------------------------------��02� ##0�����&���**��*���&��------------------------------------------------------------------------------��08� ##2�����)&��---------------------------------------------------------------------------------------------------��7#� #"#� ���)������6�������(������-------------------------------------------------------------------��7 � #7#� ���������������)��&��----------------------------------------------------------------------------��75� #29� �)��������?����------------------------------------------------------------------------------------��77� #88� �&������������������----------------------------------------------------------------------------��72� #92� �4�6�������:��&��-------------------------------------------------------------------------------��78� # �������)��,���6�����------------------------------------------------------------------------------��7$� #"�@��1��'��&�%�)���,���6�����------------------------------------------------------------------��79� #5� ���)������6�������(������,���6�����-------------------------------------------------��2 � #2�=��:�>�������++�(�������)���4�(�&��-------------------------------------------------------��25��� ��� ��� ��� �

Kane County FAP 336 / Randall Road Section 16-00478-00-BR

stevem
Textbox
jfrazee
Rectangle

Check Sheet For Recurring Special Provisions

Page 1 of 2 BLR 11300 (10/17/17)Printed 05/02/18

The Following Recurring Special Provisions Indicated By An “X” Are Applicable To This Contract And Are Included By Reference:

Recurring Special Provisions

Check Sheet # Page No.

1 Additional State Requirements for Federal-Aid Construction Contracts 64 2 Subletting of Contracts (Federal-Aid Contracts) 67 3 EEO 68 4 Specific EEO Responsibilities Non Federal-Aid Contracts 78 5 Required Provisions - State Contracts 83 6 Asbestos Bearing Pad Removal 89 7 Asbestos Waterproofing Membrane and Asbestos Hot-Mix Asphalt Surface Removal 90 8 Temporary Stream Crossings and In-Stream Work Pads 91 9 Construction Layout Stakes Except for Bridges 92 10 Construction Layout Stakes 95 11 Use of Geotextile Fabric for Railroad Crossing 98 12 Subsealing of Concrete Pavements 100 13 Hot-Mix Asphalt Surface Correction 104 14 Pavement and Shoulder Resurfacing 106 15 Patching with Hot-Mix Asphalt Overlay Removal 107 16 Polymer Concrete 109 17 PVC Pipeliner 111 18 Bicycle Racks 112 19 Temporary Portable Bridge Traffic Signals 114 20 Work Zone Public Information Signs 116 21 Nighttime Inspection of Roadway Lighting 117 22 English Substitution of Metric Bolts 118 23 Calcium Chloride Accelerator for Portland Cement Concrete 119 24 Quality Control of Concrete Mixtures at the Plant 120 25 Quality Control/Quality Assurance of Concrete Mixtures 128 26 Digital Terrain Modeling for Earthwork Calculations 144 27 Reserved 146 28 Preventive Maintenance - Bituminous Surface Treatment 147 29 Reserved 153 30 Reserved 154 31 Reserved 155 32 Temporary Raised Pavement Markers 156 33 Restoring Bridge Approach Pavements Using High-Density Foam 157 34 Portland Cement Concrete Inlay or Overlay 160 35 Portland Cement Concrete Partial Depth Hot-Mix Asphalt Patching 164

Kane County FAP 336 / Randall Road

stevem
Textbox

Printed 05/02/18 BLR 11300 (10/17/17)

The Following Local Roads And Streets Recurring Special Provisions Indicated By An “X” Are Applicable To This Contract And Are Included By Reference:

Local Roads And Streets Recurring Special Provisions

Check Sheet # Page No.

LRS 1 Reserved 168 LRS 2 Furnished Excavation 169 LRS 3 Work Zone Traffic Control Surveillance 170 LRS 4 Flaggers in Work Zones 171 LRS 5 Contract Claims 172 LRS 6 Bidding Requirements and Conditions for Contract Proposals       173

LRS 7 Bidding Requirements and Conditions for Material Proposals       179 LRS 8 Reserved 185 LRS 9 Bituminous Surface Treatments 186 LRS 10 Reserved 187 LRS 11 Employment Practices 188 LRS 12 Wages of Employees on Public Works       190 LRS 13 Selection of Labor 192 LRS 14 Paving Brick and Concrete Paver Pavements and Sidewalks 193 LRS 15 Partial Payments 196 LRS 16 Protests on Local Lettings       197 LRS 17 Substance Abuse Prevention Program       198 LRS 18 Multigrade Cold Mix Asphalt 199

Kane County FAP 336 / Randall Road

Kane County Section 18-00192-06-BR

CH 77 / Kirk Road

Special Provisions

INCORPORATIONS ...................................................................................................................... 1 

LOCATION OF IMPROVEMENT ................................................................................................ 1 

DESCRIPTION OF IMPROVEMENT .......................................................................................... 1 

AUTOMATIC CLEARING HOUSE (ACH) ................................................................................. 1 

BIDDING PROCESS AND AWARD OF CONTRACT (COUNTY)........................................... 1 

CLEAN CONSTRUCTION OR DEMOLITION DEBRIS ........................................................... 2 

CONTRACTOR DISCLOSURE ACKNOWLEDGEMENT ........................................................ 2 

COMPLETION DATE ................................................................................................................... 4 

CONTRACTOR’S DAILY NOTIFICATION ............................................................................... 4 

FIELD MEASUREMENTS ........................................................................................................... 4 

DEFINITION OF TERMS .............................................................................................................. 5 

DELETION AND REDUCTION OF PLAN QUANTITIES (COUNTY) ..................................... 5 

INDEMNIFICATION..................................................................................................................... 5 

ITEMS AS ORDERED BY THE ENGINEER .............................................................................. 6 

LOCATION COMPLETION ......................................................................................................... 6 

MAINTENANCE OF ROADWAYS / TRAFFIC CONTROL DEFICIENCY ............................. 6 

MATERIAL TESTING DAILY NOTIFICATION (COUNTY) ................................................... 6 

PREQUALIFICATION OF BIDDERS .......................................................................................... 7 

PREVAILING WAGES ................................................................................................................. 7 

PROSECUTION OF WORK .......................................................................................................... 8 

SPECIAL PROVISION FOR INSURANCE (COUNTY) ............................................................. 8 

CONTRACTORS STAGING AREA AND LOAD LIMITATIONS ............................................ 8 

TRAFFIC CONTROL AND PROTECTION (SPECIAL) ............................................................. 9 

MODIFIED URETHANE PAVEMENT MARKING .................................................................. 10 

STATUS OF UTILITIES TO BE ADJUSTED ............................................................................ 10 

Kane County Section 18-00192-06-BR

CH 77 / Kirk Road

1

INCORPORATIONS The Illinois Department of Transportation’s (hereinafter “IDOT”) Standard Specifications for Road and Bridge Construction, adopted April 1, 2016 (hereinafter “Standard Specifications”) along with the following: (i) the Special Provisions, as provided herein below, (ii) the latest edition of the Illinois Manual on Traffic Control Devices for Streets and Highways in effect as of the date of this invitation for bids,(hereinafter the “MUTCD”), (iii) the Illinois Department of Transportation’s Supplement Specifications and Recurring Special Provisions, adopted January 1, 2018 (as indicated on the check sheet included herein), (iv) the latest edition of IDOT’s Highway Standards (hereinafter “Highway Standards”) are specifically incorporated herein and made a part hereof for the proposed improvement designated as Section 18-00192-06-BR LOCATION OF IMPROVEMENT These Improvements are located at the Kirk Road / CH 77 bridge over Reed Road & the UPRR; SN 045-3096 is located approximately 0.2 miles south of Illinois Route 38 in Kane County, Illinois. DESCRIPTION OF IMPROVEMENT The improvement for SN 045-3096 consists of the partial-depth and full-depth concrete repairs to the concrete wearing surface and deck, traffic control and other work necessary to complete the project as shown on the plans and as described herein. AUTOMATIC CLEARING HOUSE (ACH) The Contractor shall use The County of Kane’s Automatic Clearing House (ACH) payment program. The following internet link shall be used to complete the vendor (CONTRACTOR) agreement: http://www.countyofkane.org/Documents/Finance%20Department/Vendor%20Information/New_Vendor_Packet_REQUIRED.pdf BIDDING PROCESS AND AWARD OF CONTRACT (COUNTY) The bidding documents for this project are available online at the Kane County Division of Transportation (KDOT) website: http://www.countyofkane.org/Pages/countybids.aspx If any addendums are necessary, they will be posted on the KDOT website listed above in this section. It is the Contractors or subcontractors responsibility to continuously verify if any addendums have been issued by KDOT. Construction prequalification will be verified at the bid opening prior to the bid being opened and read. It is the Contractors and/or subcontractors responsibility to ensure all prequalifications which are called out in the contract and other bid documents are met. The Contractor prequalification letter must be attached to the outside of the envelope containing the bid.

Kane County Section 18-00192-06-BR

CH 77 / Kirk Road

2

The award of this contract will be made to the lowest responsible qualified bidder. The County reserves the right to reject any or all non-conforming, non-responsive, unbalanced, or conditioned bids, and to reject the bid of any bidder if the County believes that it would be in the best interest of the County not to award to that bidder. The County also has the right to award this contract with the deletion or reduction of any item in its entirety or partially without claim by the Contractor for loss of profit or overhead. CLEAN CONSTRUCTION OR DEMOLITION DEBRIS Earthwork operations for this project shall be completed in accordance with Section 202 of the Standard Specifications and material properly disposed of in accordance with Article 202.03. This special provision only applies if the Contractor chooses to dispose of material at a permitted CCDD or registered uncontaminated soil fill facility. The Contractor is advised to consider the cost of disposing of all surplus materials off-site and properly reflect those costs in their bids for earthwork and removal items. The Contractor must be thoroughly familiar with the provisions of the environmental Protection Act as it relates to proper disposal of excavated material and construction debris. Should the Contractor choose to dispose of materials at a permitted CCDD or registered uncontaminated soil fill facility, the Contractor shall be responsible for the lawful removal of all excavated soil, material and other clean construction or demolition debris in compliance with Public Act 96-1416. Disposal of materials at a permitted CCDD or registered uncontaminated soil fill facility will require that Form LPC-663 be submitted to the operator of that location before any materials can be disposed of at that site. Each certification covers only material from that specified job site. The Contractor shall be responsible for having the required analysis of soil materials completed and the Form 663 adequately completed and signed by a Professional Engineer or Geologist licensed in the State of Illinois The Contractor is not responsible for the cost of soil remediation. In the event material is rejected it will be returned to the site where the extent of additional effort required to dispose of the material will be determined. The cost of returning rejected material will be the responsibility of the Contractor. The extent of additional effort for disposal or use of rejected material will be coordinated between the Engineer and the Contractor. It should be noted that “Unsuitable Material” defined in these special provisions for Removal and Disposal of Unsuitable Material should not be confused with “contaminated” or “hazardous” materials. CONTRACTOR DISCLOSURE ACKNOWLEDGEMENT KANE COUNTY CODE, ARTICLE III, DIVISION 3, SECTION 2-211 1. Prior to award, every Contractor or vendor who is seeking or who has obtained contracts or change orders to contracts or two (2) or more individual contracts with KANE COUNTY resulting in an amount greater than Fifteen Thousand Dollars ($15,000) shall disclose to the Kane County Purchasing Department, in writing all cumulative campaign contributions, (which

Kane County Section 18-00192-06-BR

CH 77 / Kirk Road

3

includes multiple candidates) made within the previous twelve (12) months of awarding of the contract made by that Contractor, union, or vendor to any current officer or countywide elected officer whose office the contract to be awarded will benefit. Disclosure shall be updated annually during the term of a multi-year contract and prior to any change order or renewal requiring Board level approval. For purposes of this disclosure requirement, “Contractor or vendor” shall include owners, officers, managers, insurance brokers, lobbyists, agents, consultants, bond counsel and underwriters counsel, subcontractors, corporations, partnerships, associations, business trusts, estates, trustees, and/or beneficiaries under the control of the contracting person, and political action committees to which the contracting person has made contributions. 2. All Contractors and vendors who have obtained or are seeking contracts with Kane County must disclose the following information which shall be certified and attached to the application or document. Penalties for knowingly violating disclosure requirements will potentially result in immediate cancellation of the contract, and possible disbarment from future County contracts:

A. Name, address and percentage of ownership interest of each individual or entity having a legal or a beneficial interest of more than five percent (5%) in the applicant. Any entity required by law to file a statement providing substantially the information required by this paragraph with any other government agency may file a duplicate of such statement; B. Names and contact information of their lobbyists, agents and representatives and all individuals who are or will be having contact with County employees or officials in relation to the contract or bid. This information disclosure must be updated when any changes to the information occurs. C. Whenever any interest required to be disclosed in paragraph (a) above is held by an agent or agents, or a nominee or nominees, the principals for whom such agents or nominees hold such interest shall also be disclosed. The application of a spouse or any other party, if constructively controlled by another person, or legal entity as set forth above, shall state the name and address and percentage of beneficial interest of such person or entity possessing such constructive control and the relationship under which such control is being or may be exercised. Whenever a stock or beneficial interest is held by a corporation or other legal entity, such shareholder or beneficiary shall also make disclosure as required by paragraph (a) above. D. A statement under oath that the applicant has withheld no disclosures as to economic interests in the undertaking nor reserved any information, data or plan as to the intended use or purpose for which it seeks County Board or other county agency action.

3. All disclosures and information shall be current as of the date upon which the application is presented and shall be maintained current until such time as Kane County shall take action on the application. Furthermore, this information shall be maintained in a database by the Purchasing Department, and made available for public viewing.

Kane County Section 18-00192-06-BR

CH 77 / Kirk Road

4

4. Notwithstanding any of the above provisions, the County Purchasing Department with respect to contracts awarded may require any such additional information from any applicant which is reasonably intended to achieve full disclosure relevant to the application for action by the County Board or any other County agency. 5. Any failure to comply with the provisions of this section shall render any ordinance, ordinance amendment, County Board approval or other County action in behalf of the applicant failing to comply voidable at the option of the County Board or other County agency involved upon the recommendation of the County Board Chairman or the majority of the County Board. 6. Contractor Disclosure information shall be sent to the Kane County Purchasing Department and the Kane County Division of Transportation at the following address, or via email, prior to Transportation Committee of the Kane County Board:

Kane County Government Center Kane County Division of Transportation Purchasing Department, Bldg. A 41W011 Burlington Road 719 S. Batavia Ave. Geneva, IL 60134 St. Charles, IL 60175 [email protected] [email protected]

COMPLETION DATE Revise Article 108.05 (a) of the Standard Specifications as follows:

"When a completion date is specified, the Contractor shall complete all contract items and safely open all roadways (including shoulders) to traffic by 11:59 PM on November 1, 2018.

Article 108.09 of the Recurring Specifications or the Special Provision for Failure to Complete the Work on Time shall apply to the completion date. CONTRACTOR’S DAILY NOTIFICATION The Contractor shall notify the Engineer and /or his representative prior to the beginning of each day’s work as to the location and type of work that is scheduled to be performed. The Contractor’s notification shall be at least 24 hours prior to the day of actual work. FIELD MEASUREMENTS The Contractor is advised that it shall be his full responsibility to verify all dimensions, conditions, materials, and details before ordering materials. The Contractor shall verify the dimensions shown on the plans with those actually existing on the structure to determine if any discrepancies exist. Any discrepancies discovered by the Contractor shall be immediately reported to the Engineer in writing for revisions to plans and/or details as required.

Kane County Section 18-00192-06-BR

CH 77 / Kirk Road

5

No additional compensation will be allowed to the Contractor for complying with the above requirements. Any revisions to dimensions or details resulting from the required field verifications or for any delays due to required revisions shall be approved by the Engineer.

DEFINITION OF TERMS This special provision amends the provisions of Section 101 of the Standard Specifications for Road and Bridge Construction, adopted April 1, 2016, and shall be construed to be a part thereof, superseding any conflicting provisions thereof applicable to the work under the contract. 101.16 Engineer. Revise the third paragraph to read:

“The term Engineer shall apply to the awarding authority”.

101.19 Inspector. Add the following paragraph after the first paragraph:

“The term Inspector shall apply to the person or persons assigned by the Engineer to make detailed observations of any or all portions of the work or material.”

101.34 Resident Engineer/Resident Technician. Replace this paragraph with the following:

“The term Resident Engineer/Resident Technician shall apply to Kane County’s Authorized Representative. The term Resident Engineer shall not mean Engineer.”

Add the following paragraph: “101.56 Design Consultant. The Design Consultant provided design services to Kane County. The Consultant for this project is Hampton, Lenzini & Reniwck, Inc.. The term Consultant shall not also mean the Engineer.”

DELETION AND REDUCTION OF PLAN QUANTITIES (COUNTY) The County reserves the right to delete and/or reduce the awarded (plan) quantity of any item in its entirety or partially without claim by the Contractor for loss of profit or overhead.

INDEMNIFICATION In the first paragraph of Article 107.26 of the Standard Specifications, the words “the Department, its officers, employees and agents” shall be replaced with “Kane County and Hampton, Lenzini & Renwick, Inc., their officers, employees and agents.”

Kane County Section 18-00192-06-BR

CH 77 / Kirk Road

6

ITEMS AS ORDERED BY THE ENGINEER When additional work not indicated on the Contract drawings is requested in writing by the Engineer during construction, this additional work shall be measured and paid for as described in Articles 104.02 and 109.04 of the Standard Specifications. Basis of Payment: Payment for all additional work shall be made from the ITEMS AS ORDERED BY THE ENGINEER pay item, which shall be in units of one dollar ($1.00). LOCATION COMPLETION Once work has commenced, the Contractor shall diligently pursue completion of the subject work, weather permitting, until all work included in the contract has been completed; unless written approval has been granted by the Engineer. In the event the contractor fails to maintain a continuous operation, a deficiency deduction of $500 per calendar day will be applied to monies due to the Contractor.

MAINTENANCE OF ROADWAYS / TRAFFIC CONTROL DEFICIENCY Beginning on the date that work begins on the project, the Contractor shall assume responsibility for normal maintenance of all existing roadways within the limits of the project. This normal maintenance shall include all repair work deemed necessary by the Engineer, but shall not include snow removal operations. Traffic control and protection for maintenance of roadways will be provided by the Contractor as required by the Engineer. The Contractor shall commence work on all maintenance of roadways items within 2 hours of discovering such items or within 2 hours of notification by the Engineer and shall complete such items in an expediant and timely manner. Failure to do so can result in a deficiency of $2000 per calendar day. If items of maintenance work have not been provided for in the contract or otherwise specified for payment, such items, including the associated traffic control and protection required by the Engineer will be paid for in accordance with Article 109.04 of the Standard Specifications. MATERIAL TESTING DAILY NOTIFICATION (COUNTY) The County has retained the services of a testing agency to sample and test asphalt and concrete mix designs for County projects. Contact information for the testing agency will be provided by the Engineer. In order to ensure that samples will be drawn, Contractors or their Subcontractors must alert the testing agency as well as the Engineer or his representative assigned to the project on days when material will be placed on these jobs. This is similar to the IDOT Materials testing procedure. Calls must be placed at least one day prior to any placement before 12:00 pm, noon. In the event that paving has been scheduled and weather is unfavorable the Contractor will be responsible to alert a representative of the testing agency as soon as the decision not to

Kane County Section 18-00192-06-BR

CH 77 / Kirk Road

7

place material is made. It is understood that these decisions shall be made in the early hours of the day. The purpose of this procedure is to make sure that testing is conducted and to stop scheduled testing on days when work is canceled. At the preconstruction meeting, roles, responsibilities, and 24 hour contact information will be established and exchanged between the Engineer and the Contractor In the event that the testing representative or Engineer cannot be reached the Contractor will call the County Chief of Construction at 630-816-9680 or via e-mail at: [email protected] PREQUALIFICATION OF BIDDERS PREQUALIFICATION OF BIDDERS in accordance with Section 102.01 of the Standard Specifications shall be required of all bidders on this proposal. The primary Contractor will be required to meet all of the following prequalification code(s) for the discipline of work to be completed: 09A – Highway Structures 09B – Highway & Railroad 010 – Structures Repair The Subcontractor will be required to meet the prequalification code for the discipline of work they will be responsible for completing. PREVAILING WAGES By submitting a bid, bidder expressly agrees to comply with all applicable State and Federal Prevailing Rate of Wage Laws, and all steps necessary to be in compliance therewith. Prevailing Wage Rates: It is the policy of the State of Illinois as declared in "AN ACT regulating wages of laborers, mechanics and other workman employed in any public works by the State, County, City or any political subdivision or by any work under construction for public works" approved June 26, 1941, that a wage of no less that the general prevailing hourly rate as paid for work of a similar character in a locality in which work is performed, shall be paid to all laborers, workmen and mechanics employed by and on behalf of any and all public body engaged in public works, exclusive of maintenance work. The responsive Bidder must include with their bid a separate sheet showing trades to be employed and wage rates to be paid. Prevailing wage rates are subject to revision monthly and the responsive bidder is responsible for any future adjustment thereof. Copies of the current prevailing wage rates are always available from the Illinois Department of Labor on their website. The Contractor shall pay the current Illinois Department of Labor Prevailing Wage Rates for any and all projects worked on for the COUNTY OF KANE. The Contractor shall provide the Kane

Kane County Section 18-00192-06-BR

CH 77 / Kirk Road

8

County Division of Transportation a sheet showing trades to be employed and wage rates to be paid for each construction or repair project bid on or contracted for. PROSECUTION OF WORK Add the following paragraph to Article 108.02 of the standard specifications: “The Contractor shall maintain throughout the course of the project, and provide to the Engineer, at the Engineer’s request, a detailed progress schedule of planned construction related tasks and locations that projects a minimum of 2 weeks in to the future. At the Engineer’s request, schedules of 4 weeks may be required.” At the Pre-Construction Meeting, the Contractor shall submit a draft progress schedule, ready for review and approval, and a prepared list of subcontractors, which will both be discussed and approved by the Engineer. This project schedule shall show all routes to be worked on and an anticipated estimate of time (in working days) to accomplish each item. All work shall be coordinated with the Engineer so that all work is completed prior to proposed striping or other Kane County projects. The progress schedule may be on IDOT form BC 255 or a detailed Gantt Charts-type schedule. SPECIAL PROVISION FOR INSURANCE (COUNTY) The Contractor shall obtain and keep in full force the following insurance coverages:

POLICY: Contractor’s Commercial General Liability ADDITIONAL NAMED INSURED: The County of Kane, its officers, employees, consultants and agents

All other provisions of Article 107.27 of the Standard Specifications shall apply.

CONTRACTORS STAGING AREA AND LOAD LIMITATIONS The Contractor shall be aware of the load limitations of the existing bridge. The Contractor shall provide load rating calculations to the Engineer for all vehicles exceeding the posted load limits. Due to limited right-of-way, the Contractor should be aware that the project site has limited space for stock piling and storage of materials, worker and equipment parking. The Contractor will not be allowed to stock pile, store materials or park outside the closed roadway section. Prior to starting any site activities, the Contractor will be responsible to visit the site to familiarize himself with these site conditions. The Contractor will be required to coordinate with the Engineer his plan for handling of materials to be stored on site and his worker and equipment parking. It may be necessary to arrange for this space outside the project limits. There will be no additional compensations for this coordination or if space is required for storage and/or parking outside the project limits.

Kane County Section 18-00192-06-BR

CH 77 / Kirk Road

9

TRAFFIC CONTROL AND PROTECTION (SPECIAL) Special attention is called to Article 107.09 and Division 700 of the Standard Specifications and the following Highway Standards, Details, Quality Standard for Work Zone Traffic Control Devices, Supplemental Specifications and Recurring Special Provisions, and Special Provisions contained herein, relating to traffic control. The Contractor shall contact the Engineer at least 72 hours before beginning work. The Contractor shall be required to use the latest version of the Highway Standards listed below as traffic conditions and working conditions warrant. Highway Standards: Standard 701606 Standard 701901 Special Provisions:

Maintenance of Roadways / Traffic Control Deficiency Details: The Contractor shall provide two changeable message signs at least seven days prior to starting construction through project completion. The signs shall be located and programmed as directed by the Engineer. The changeable message signs will be paid for at the contract unit price per CAL MO for each sign as CHANGEABLE MESSAGE SIGN. All Construction signs used shall meet the MUTCD, IDOT Highway Traffic Control Standards and Standard Specifications for Roadway and Bridge Construction Specifications for size, distances and placement. If at any time the signs are in place but not applicable, they shall either be removed, knocked face down to the ground, turned from the view of motorists or covered as directed by the Engineer. The Engineer shall direct the Contractor as the necessary speed limit reduction to be posted. The Contractor shall keep at least one lane of traffic in each direction open at all times. The maximum duration of single lane closures shall be 14 calendar days for each stage. Local Roads and Streets Recurring Special Provisions: LRS3 LRS4 At the preconstruction meeting, the Contractor shall furnish the name and 24 hour contact information of the individual in its direct employ who is to be responsible for the installation and maintenance of the traffic control for this project. If the actual installation and maintenance are to be accomplished by a subcontractor, consent shall be requested of the Engineer at the time of the preconstruction meeting in accordance with Article 108.01 of the Standard Specifications. This shall not relieve the Contractor of the requirement to have a responsible individual in its direct

Kane County Section 18-00192-06-BR

CH 77 / Kirk Road

10

employ supervise this work. The Engineer will provide the Contractor the name of its representative who will be responsible for the administration of the Traffic Control Plan. Method of Measurement: Traffic Control and Protection shall be measured for payment as Lump Sum, which shall consist of furnishing, installation, maintenance, relocation and removal of work zone traffic control and protection; including all labor, materials, and equipment necessary to complete the work described above. Basis of Payment: Traffic Control and Protection shall be paid for at the contract lump sum price for TRAFFIC CONTROL AND PROTECTION, STANDARD 701606 which price shall include all labor, materials, and equipment necessary to complete the work described above.

MODIFIED URETHANE PAVEMENT MARKING Description. The work shall consist of furnishing and applying pavement marking in pavement patching areas. The work shall be completed according to Section 780 of the Standard Specifications and this special provision. Construction Requirements. The design of the pavement markings shall be according to the Highway Standard TC-13 and the design of the existing pavement marking remaining. The Engineer will approve in writing the areas to be painted and the marking layout prior to the Contractor applying the pavement markings. Basis of Payment: Pavement Marking shall be paid for at the contract unit price per FOOT for MODIFIED URETHANE PAVEMENT MARKING, LINE 4” which price shall include all labor, materials, and equipment necessary to complete the work described above.

STATUS OF UTILITIES TO BE ADJUSTED No Utilities are to be adjusted.

BDE SPECIAL PROVISIONSFor the August 3 and September 21, 2018 Lettings

The following special provisions indicated by an “x” are applicable to this contract and will be included by the Project Development and Implementation Section of the BD&E. An * indicates a new or revised special provision for the letting.

File Name # Special Provision Title Effective Revised80099 1 Accessible Pedestrian Signals (APS) April 1, 2003 Jan. 1, 201480382 2 Adjusting Frames and Grates April 1, 201780274 3 Aggregate Subgrade Improvement April 1, 2012 April 1, 201680192 4 Automated Flagger Assistance Device Jan. 1, 200880173 5 Bituminous Materials Cost Adjustments Nov. 2, 2006 Aug. 1, 201780241 6 Bridge Demolition Debris July 1, 20095026I 7 Building Removal-Case I (Non-Friable and Friable Asbestos) Sept. 1, 1990 April 1, 20105048I 8 Building Removal-Case II (Non-Friable Asbestos) Sept. 1, 1990 April 1, 20105049I 9 Building Removal-Case III (Friable Asbestos) Sept. 1, 1990 April 1, 20105053I 10 Building Removal-Case IV (No Asbestos) Sept. 1, 1990 April 1, 201080366 11 Butt Joints July 1, 201680386 12 Calcium Aluminate Cement for Class PP-5 Concrete Patching Nov. 1, 201780396 13 Class A and B Patching Jan. 1, 201880384 14 Compensable Delay Costs June 2, 201780198 15 Completion Date (via calendar days) April 1, 200880199 16 Completion Date (via calendar days) Plus Working Days April 1, 200880293 17

FeetApril 1, 2012 July 1, 2016

80311 18 Concrete End Sections for Pipe Culverts Jan. 1, 2013 April 1, 201680277 19 Concrete Mix Design – Department Provided Jan. 1, 2012 April 1, 201680261 20 Construction Air Quality – Diesel Retrofit June 1, 2010 Nov. 1, 201480387 21 Contrast Preformed Plastic Pavement Marking Nov. 1, 2017

* 80029 22 Disadvantaged Business Enterprise Participation Sept. 1, 2000 April 2, 201880378 23 Dowel Bar Inserter Jan. 1, 2017 Jan. 1, 201880388 24 Equipment Parking and Storage Nov. 1, 201780229 25 Fuel Cost Adjustment April 1, 2009 Aug. 1, 201780304 26 Grooving for Recessed Pavement Markings Nov. 1, 2012 Nov. 1, 2017

* 80246 27 Hot-Mix Asphalt – Density Testing of Longitudinal Joints Jan. 1, 2010 Aug. 1, 2018* 80398 28 Hot-Mix Asphalt – Longitudinal Joint Sealant Aug. 1, 2018* 80399 29 Hot-Mix Asphalt – Oscillatory Roller Aug. 1, 2018* 80347 30 Hot-Mix Asphalt – Pay for Performance Using Percent Within Limits –

Jobsite SamplingNov. 1, 2014 Aug. 1, 2018

80383 31 Hot-Mix Asphalt – Quality Control for Performance April 1, 2017 Nov. 1, 201780376 32 Hot-Mix Asphalt – Tack Coat Nov. 1, 201680392 33 Lights on Barricades Jan. 1, 201880336 34 Longitudinal Joint and Crack Patching April 1, 2014 April 1, 2016

* 80393 35 Manholes, Valve Vaults, and Flat Slab Tops Jan. 1, 2018 March 2, 2018* 80400 36 Mast Arm Assembly and Pole Aug. 1, 2018

80045 37 Material Transfer Device June 15, 1999 Aug. 1, 201480394 38 Metal Flared End Section for Pipe Culverts Jan. 1, 2018 April 1, 201880165 39 Moisture Cured Urethane Paint System Nov. 1, 2006 Jan. 1, 201080349 40 Pavement Marking Blackout Tape Nov. 1, 2014 April 1, 201680371 41 Pavement Marking Removal July 1, 201680390 42 Payments to Subcontractors Nov. 2, 201780377 43 Portable Changeable Message Signs Nov. 1, 2016 April 1, 201780389 44 Portland Cement Concrete Nov. 1, 201780359 45 Portland Cement Concrete Bridge Deck Curing April 1, 2015 Nov. 1, 2017

* 80401 46 Portland Cement Concrete Pavement Connector for Bridge Approach Aug. 1, 2018

✔✔

✔✔

✔✔

File Name # Special Provision Title Effective RevisedSlab

80385 47 Portland Cement Concrete Sidewalk Aug. 1, 201780300 48 Preformed Plastic Pavement Marking Type D - Inlaid April 1, 2012 April 1, 201680328 49 Progress Payments Nov. 2, 20133426I 50 Railroad Protective Liability Insurance Dec. 1, 1986 Jan. 1, 200680157 51 Railroad Protective Liability Insurance (5 and 10) Jan. 1, 200680306 52 Reclaimed Asphalt Pavement (RAP) and Reclaimed Asphalt Shingles

(RAS)Nov. 1, 2012 Jan. 1, 2018

80395 53 Sloped Metal End Section for Pipe Culverts Jan. 1, 201880340 54 Speed Display Trailer April 2, 2014 Jan. 1, 201780127 55 Steel Cost Adjustment April 2, 2004 Aug. 1, 2017

* 80397 56 Subcontractor and DBE Payment Reporting April 2, 201880391 57 Subcontractor Mobilization Payments Nov. 2, 201780317 58 Surface Testing of Hot-Mix Asphalt Overlays Jan. 1, 2013 April 1, 201680298 59 Temporary Pavement Marking (NOTE: This special provision was

previously named “Pavement Marking Tape Type IV”.)April 1, 2012 April 1, 2017

20338 60 Training Special Provisions Oct. 15, 197580318 61 Traversable Pipe Grate for Concrete End Sections (NOTE: This

special provision was previously named “Traversable Pipe Grate”.)Jan. 1, 2013 Jan. 1, 2018

80288 62 Warm Mix Asphalt Jan. 1, 2012 April 1, 201680302 63 Weekly DBE Trucking Reports June 2, 2012 April 2, 201580071 64 Working Days Jan. 1, 2002

The following special provisions are in the 2018 Supplemental Specifications and Recurring Special Provisions.

File Name Special Provision Title New Location Effective Revised80368 Light Tower Article 1069.08 July 1, 201680369 Mast Arm Assembly and Pole Article 1077.03(a)(1) July 1, 201680338 Portland Cement Concrete Partial Depth Hot-Mix

Asphalt PatchingRecurring CS #35 April 1, 2014 April 1, 2016

80379 Steel Plate Beam Guardrail Articles 630.02, 630.05, 630.06, and 630.08

Jan. 1, 2017

80381 Traffic Barrier Terminal, Type 1 Special Article 631.04 Jan. 1, 201780380 Tubular Markers Articles 701.03, 701.15,

701.18, and 1106.02Jan. 1, 2017

The following special provisions require additional information from the designer. The additional information needs to be submitted as a separate document. The Project Development and Implementation section will then include the information in the applicable special provision. The Special Provisions are:

Bridge Demolition Debris Building Removal-Case IV Material Transfer DeviceBuilding Removal - Case I Completion Date Railroad Protective Liability InsuranceBuilding Removal – Case II Completion Date Plus Working Days Training Special ProvisionsBuilding Removal - Case III DBE Participation Working Days

COMPLETION DATE (VIA CALENDAR DAYS) (BDE)

Effective: April 1, 2008

The Contractor shall complete all work on or before the completion date of this contract which will be based upon calendar days.

The completion date will be determined by adding the specified number of calendar days to the date the Contractor begins work, or to the date ten days after execution of the contract, whichever is the earlier, unless a delayed start is granted by the Engineer.

80198

28

CONSTRUCTION AIR QUALITY – DIESEL RETROFIT (BDE)

Effective: June 1, 2010 Revised: November 1, 2014 The reduction of emissions of particulate matter (PM) for off-road equipment shall be accomplished by installing retrofit emission control devices. The term “equipment” refers to diesel fuel powered devices rated at 50 hp and above, to be used on the jobsite in excess of seven calendar days over the course of the construction period on the jobsite (including rental equipment).

Contractor and subcontractor diesel powered off-road equipment assigned to the contract shall be retrofitted using the phased in approach shown below. Equipment that is of a model year older than the year given for that equipment’s respective horsepower range shall be retrofitted:

Effective Dates Horsepower Range Model Year

June 1, 2010 1/ 600-749 2002 750 and up 2006

June 1, 2011 2/ 100-299 2003 300-599 2001 600-749 2002 750 and up 2006

June 1, 2012 2/ 50-99 2004 100-299 2003 300-599 2001 600-749 2002 750 and up 2006

1/ Effective dates apply to Contractor diesel powered off-road equipment assigned to the contract.

2/ Effective dates apply to Contractor and subcontractor diesel powered off-road equipment assigned to the contract.

The retrofit emission control devices shall achieve a minimum PM emission reduction of 50 percent and shall be:

a) Included on the U.S. Environmental Protection Agency (USEPA) Verified Retrofit Technology List (http://www.epa.gov/cleandiesel/verification/verif-list.htm), or verified by the California Air Resources Board (CARB) (http://www.arb.ca.gov/diesel/verdev/vt/cvt.htm); or

b) Retrofitted with a non-verified diesel retrofit emission control device if verified retrofit emission control devices are not available for equipment proposed to be used on the project, and if the Contractor has obtained a performance certification from the retrofit

device manufacturer that the emission control device provides a minimum PM emission reduction of 50 percent.

Note: Large cranes (Crawler mounted cranes) which are responsible for critical lift operations are exempt from installing retrofit emission control devices if such devices adversely affect equipment operation.

Diesel powered off-road equipment with engine ratings of 50 hp and above, which are unable to be retrofitted with verified emission control devices or if performance certifications are not available which will achieve a minimum 50 percent PM reduction, may be granted a waiver by the Department if documentation is provided showing good faith efforts were made by the Contractor to retrofit the equipment.

Construction shall not proceed until the Contractor submits a certified list of the diesel powered off-road equipment that will be used, and as necessary, retrofitted with emission control devices. The list(s) shall include (1) the equipment number, type, make, Contractor/rental company name; and (2) the emission control devices make, model, USEPA or CARB verification number, or performance certification from the retrofit device manufacturer. Equipment reported as fitted with emissions control devices shall be made available to the Engineer for visual inspection of the device installation, prior to being used on the jobsite.

The Contractor shall submit an updated list of retrofitted off-road construction equipment as retrofitted equipment changes or comes on to the jobsite. The addition or deletion of any diesel powered equipment shall be included on the updated list.

If any diesel powered off-road equipment is found to be in non-compliance with any portion of this special provision, the Engineer will issue the Contractor a diesel retrofit deficiency deduction.

Any costs associated with retrofitting any diesel powered off-road equipment with emission control devices shall be considered as included in the contract unit prices bid for the various items of work involved and no additional compensation will be allowed. The Contractor's compliance with this notice and any associated regulations shall not be grounds for a claim.

Diesel Retrofit Deficiency Deduction

When the Engineer determines that a diesel retrofit deficiency exists, a daily monetary deduction will be imposed for each calendar day or fraction thereof the deficiency continues to exist. The calendar day(s) will begin when the time period for correction is exceeded and end with the Engineer's written acceptance of the correction. The daily monetary deduction will be $1,000.00 for each deficiency identified.

The deficiency will be based on lack of diesel retrofit emissions control.

If a Contractor accumulates three diesel retrofit deficiency deductions for the same piece of equipment in a contract period, the Contractor will be shutdown until the deficiency is corrected.

Such a shutdown will not be grounds for any extension of the contract time, waiver of penalties, or be grounds for any claim.

80261

EQUIPMENT PARKING AND STORAGE (BDE) Effective: November 1, 2017 Replace the first paragraph of Article 701.11 of the Standard Specifications with the following.

“ 701.11 Equipment Parking and Storage. During working hours, all vehicles and/or nonoperating equipment which are parked, two hours or less, shall be parked at least 8 ft (2.5 m) from the open traffic lane. For other periods of time during working and for all nonworking hours, all vehicles, materials, and equipment shall be parked or stored as follows.

(a) When the project has adequate right-of-way, vehicles, materials, and equipment shall be

located a minimum of 30 ft (9 m) from the pavement. (b) When adequate right-of-way does not exist, vehicles, materials, and equipment shall be

located a minimum of 15 ft (4.5 m) from the edge of any pavement open to traffic. (c) Behind temporary concrete barrier, vehicles, materials, and equipment shall be located a

minimum of 24 in. (600 mm) behind free standing barrier or a minimum of 6 in. (150 mm) behind barrier that is either pinned or restrained according to Article 704.04. The 24 in. or 6 in. measurement shall be from the base of the non-traffic side of the barrier.

(d) Behind other man-made or natural barriers meeting the approval of the Engineer.”

80388

PAYMENTS TO SUBCONTRACTORS (BDE) Effective: November 2, 2017 Add the following to the end of the fourth paragraph of Article 109.11 of the Standard Specifications:

“ If reasonable cause is asserted, written notice shall be provided to the applicable subcontractor and/or material supplier and the Engineer within five days of the Contractor receiving payment. The written notice shall identify the contract number, the subcontract or material purchase agreement, a detailed reason for refusal, the value of payment being withheld, and the specific remedial actions required of the subcontractor and/or material supplier so that payment can be made.” 80390

PORTLAND CEMENT CONCRETE (BDE) Effective: November 1, 2017 Revise the Air Content % of Class PP Concrete in Table 1 Classes of Concrete and Mix Design Criteria in Article 1020.04 of the Standard Specifications to read:

“TABLE 1. CLASSES OF CONCRETE AND MIX DESIGN CRITERIA

Class

of Conc.

Use

Air

Content %

PP Pavement Patching Bridge Deck Patching (10)

PP-1

4.0 - 8.0” PP-2 PP-3 PP-4 PP-5

Revise Note (4) at the end of Table 1 Classes of Concrete and Mix Design Criteria in Article 1020.04 of the Standard Specifications to read:

“ (4) For all classes of concrete, the maximum slump may be increased to 7 in (175 mm) when a high range water-reducing admixture is used. For Class SC, the maximum slump may be increased to 8 in. (200 mm). For Class PS, the maximum slump may be increased to 8 1/2 in. (215 mm) if the high range water-reducing admixture is the polycarboxylate type.”

80389

PORTLAND CEMENT CONCRETE BRIDGE DECK CURING (BDE) Effective: April 1, 2015 Revised: November 1, 2017 Revise the following two entries in the table in Article 1020.13 of the Standard Specifications to read:

“INDEX TABLE OF CURING AND PROTECTION OF CONCRETE CONSTRUCTION

TYPE OF CONSTRUCTION CURING METHODS

CURING PERIOD DAYS

LOW AIR TEMPERATURE PROTECTION

METHODS Superstructure (Approach Slab) 1020.13(a)(5)(6) 19/ 3 1020.13(d)(1)(2) 17/ Deck 1020.13(a)(5)(6) 19/ 7 1020.13(d)(1)(2) 17/

Add the following footnote to the end of the Index Table of Curing and Protection of Concrete Construction in Article 1020.13 of the Standard Specifications:

“ 19/ The cellulose polyethylene or synthetic fiber with polymer polyethylene blanket method shall not be used on latex modified concrete.”

Revise Article 1020.13(a)(5) of the Standard Specifications to read:

“ (5) Wetted Cotton Mat Method. After the surface of concrete has been textured or finished, it shall be covered immediately with dry or damp cotton mats. Cotton mats in poor condition will not be allowed. The cotton mats shall be placed in a manner which will not create indentations greater than 1/4 in. (6 mm) in the concrete surface. Minor marring of the surface is tolerable and is secondary to the importance of timely curing. The cotton mats shall then be wetted immediately and thoroughly soaked with a gentle spray of water. Thereafter, the cotton mats shall be covered with white polyethylene sheeting or burlap-polyethylene blankets. The cotton mats shall be kept saturated with water. a. Bridge Decks. For bridge decks, a foot bridge shall be used to place and wet the

cotton mats. The cotton mats shall be maintained in a wetted condition until the concrete has hardened sufficiently to place soaker hoses without indentations to the concrete surface. The soaker hoses shall be placed on top of the cotton mats at a maximum 4 ft (1.2 m) spacing. The cotton mats shall be kept wet with a continuous supply of water for the remainder of the curing period. Other continuous wetting systems may be used if approved by the Engineer. For areas inaccessible to the cotton mats, curing shall be according to Article 1020.13(a)(3).”

Add the following to Article 1020.13(a) of the Standard Specifications.

“(6) Cellulose Polyethylene Blanket Method and Synthetic Fiber with Polymer Polyethylene Blanket Method. After the surface of concrete has been textured or finished, it shall be covered immediately with a cellulose polyethylene or synthetic fiber with polymer polyethylene blanket. Damaged blankets will not be allowed. The blankets shall be installed with the white perforated polyethylene side facing up. Adjoining blankets shall overlap a minimum of 8 in. (200 mm). Any air bubbles trapped during placement shall be removed. The blankets fiber side shall be wetted immediately prior to placement or as the blanket is being placed, and the polyethylene side shall be thoroughly soaked with a gentle spray of water immediately after placement. Thereafter, the blankets shall be kept saturated with water. For bridge decks, the blankets shall be placed and kept wet according to Article 1020.13(a)(5)a.”

Revise the first paragraph of Article 1022.03 of the Standard Specifications to read:

“1022.03 Waterproof Paper Blankets, White Polyethylene Sheeting, Burlap-Polyethylene Blankets, Cellulose Polyethylene Blankets, and Synthetic Fiber with Polymer Polyethylene Blankets. These materials shall be white and according to ASTM C 171.

The cellulose polyethylene blanket shall consist of a perforated white polyethylene sheeting

with cellulose fiber backing and shall be limited to single use only. The cellulose polyethylene blankets shall be delivered to the jobsite unused and in the manufacturer's unopened packaging until ready for installation. Each roll shall be clearly labeled with product name, manufacturer, and manufacturer’s certification of compliance with ASTM C 171.

The synthetic fiber with polymer polyethylene blanket shall consist of a perforated white polyethylene sheeting with absorbent synthetic fibers and super absorbent polymer backing, and shall be limited to single use only. The synthetic fiber with polymer polyethylene blankets shall be delivered to the jobsite unused and in the manufacturer’s unopened packaging until ready for installation. Each roll shall be clearly labeled on the product with product name, manufacturer, and manufacturer’s certification of compliance with ASTM C 171.” 80359

SUBCONTRACTOR MOBILILATION PAYMENTS (BDE) Effective: November 2, 2017 Replace the second paragraph of Article 109.12 of the Standard Specifications with the following:

“ This mobilization payment shall be made at least 14 days prior to the subcontractor starting work. The amount paid shall be at the following percentage of the amount of the subcontract reported on form BC 260A submitted for the approval of the subcontractor’s work.

Value of Subcontract Reported on Form BC 260A Mobilization Percentage

Less than $10,000 25% $10,000 to less than $20,000 20% $20,000 to less than $40,000 18% $40,000 to less than $60,000 16% $60,000 to less than $80,000 14%

$80,000 to less than $100,000 12% $100,000 to less than $250,000 10% $250,000 to less than $500,000 9%

$500,000 to $750,000 8% Over $750,000 7%”

80391

GUIDE BRIDGE SPECIAL PROVISION INDEX/CHECK SHEET Effective as of the: June 15, 2018 Letting

√ File

Name Title Effective Revised

GBSP4 Polymer Modified Portland Cement Mortar Jun 7, 1994 Apr 1, 2016 GBSP12 Drainage System Jun 10, 1994 Jun 24, 2015 GBSP13 High-Load Multi-Rotational Bearings Oct 13, 1988 Apr 1, 2016 GBSP14 Jack and Remove Existing Bearings Apr 20, 1994 April 13, 2018 GBSP15 Three Sided Precast Concrete Structure Jul 12, 1994 Dec 21, 2016 GBSP16 Jacking Existing Superstructure Jan 11, 1993 April 13, 2018 GBSP17 Bonded Preformed Joint Seal Jul 12, 1994 Jan 1, 2007 GBSP18 Modular Expansion Joint May 19, 1994 Dec 29, 2014 GBSP21 Cleaning and Painting Contact Surface Areas of Existing Steel

Structures Jun 30, 2003 April 13, 2018

GBSP25 Cleaning and Painting Existing Steel Structures Oct 2, 2001 Apr 22, 2016 GBSP26 Containment and Disposal of Lead Paint Cleaning Residues Oct 2, 2001 Apr 22, 2016 GBSP28 Deck Slab Repair May 15, 1995 April 13, 2018 GBSP29 Bridge Deck Microsilica Concrete Overlay May 15, 1995 Oct 20, 2017 GBSP30 Bridge Deck Latex Concrete Overlay May 15, 1995 Oct 20, 2017 GBSP31 Bridge Deck High-Reactivity Metakaolin (HRM) Conc Overlay Jan 21, 2000 Oct 20, 2017 GBSP33 Pedestrian Truss Superstructure Jan 13, 1998 Dec 29, 2014 GBSP34 Concrete Wearing Surface Jun 23, 1994 Oct 4, 2016 GBSP35 Silicone Bridge Joint Sealer Aug 1, 1995 Oct 15, 2011 GBSP45 Bridge Deck Thin Polymer Overlay May 7, 1997 Feb 6, 2013 GBSP51 Pipe Underdrain for Structures May 17, 2000 Jan 22, 2010 GBSP53 Structural Repair of Concrete Mar 15, 2006 Apr 1, 2016 GBSP55 Erection of Curved Steel Structures Jun 1, 2007 GBSP56 Setting Piles in Rock Nov 14, 1996 Apr 1, 2016 GBSP59 Diamond Grinding and Surface Testing Bridge Sections Dec 6, 2004 Mar29, 2017 GBSP60 Containment and Disposal of Non-Lead Paint Cleaning

Residues Nov 25, 2004 Apr 22, 2016

GBSP61 Slipform Parapet Jun 1, 2007 Apr 22, 2016 GBSP67 Structural Assessment Reports for Contractor’s Means and

Methods Mar 6, 2009 Oct 5, 2015

GBSP71 Aggregate Column Ground Improvement Jan 15, 2009 Oct 15, 2011 GBSP72 Bridge Deck Fly Ash or GGBF Slag Concrete Overlay Jan 18, 2011 Oct 20, 2017 GBSP75 Bond Breaker for Prestressed Concrete Bulb-T Beams Apr 19, 2012 GBSP77 Weep Hole Drains for Abutments, Wingwalls, Retaining Walls

and Culverts Apr 19, 2012 Oct 22, 2013

GBSP78 Bridge Deck Construction Oct 22, 2013 Dec 21, 2016 GBSP79 Bridge Deck Grooving (Longitudinal) Dec 29, 2014 Mar 29, 2017 GBSP81 Membrane Waterproofing System for Buried Structures Oct 4, 2016 April 13, 2018 GBSP82 Metallizing of Structural Steel Oct 4, 2016 Oct 20, 2017 GBSP83 Hot Dip Galvanizing For Structural Steel Oct 4, 2016 Oct 20, 2017 GBSP85 Micropiles Apr 19, 1996 Oct 5, 2015 GBSP86 Drilled Shafts Oct 5, 2015 Oct 4, 2016 GBSP87 Lightweight Cellular Concrete Fill Nov 11, 2001 Apr 1, 2016 GBSP88 Corrugated Structural Plate Structures Apr 22, 2016 April 13, 2018 GBSP89 Preformed Pavement Joint Seal Oct 4, 2016 GBSP90 Three Sided Precast Concrete Structure (Special) Dec 21, 2016 April 13, 2018 GBSP91 Crosshole Sonic Logging Testing of Drilled Shafts Apr 20, 2016 GBSP92 Thermal Integrity Profile Testing of Drilled Shafts Apr 20, 2016

√ File

Name Title Effective Revised

GBSP93 Preformed Bridge Joint Seal Dec 21, 2016 April 13, 2018 GBSP94 Warranty for Cleaning and Painting Steel Structures Mar 3, 2000 Nov 24, 2004 GBSP95 Bituminous Coated Aggregate Slopewall April 13, 2018

LIST ADDITIONAL SPECIAL PROVISIONS BELOW

The following Guide Bridge Special Provisions have been incorporated into the 2016 Standard Specifications: File Name

Title Std Spec Location

GBSP32 Temporary Sheet Piling 522 GBSP38 Mechanically Stabilized Earth Retaining Walls 522 GBSP42 Drilled Soldier Pile Retaining Wall 522 GBSP43 Driven Soldier Pile Retaining Wall 522 GBSP44 Temporary Soil Retention System 522 GBSP46 Geotextile Retaining Walls 522 GBSP57 Temporary Mechanically Stabilized Earth Retaining Walls 522 GBSP62 Concrete Deck Beams 504 GBSP64 Segmental Concrete Block Wall 522 GBSP65 Precast Modular Retaining Wall 522 GBSP73 Cofferdams 2017 Supp GBSP74 Permanent Steel Sheet Piling (LRFD) 522 GBSP76 Granular Backfill for Structures 2017 Supp GBSP80 Fabric Reinforced Elastomeric 1028 GBSP84 Precast, Prestressed Concrete Beams 2017 Supp

The following Guide Bridge Special Provisions have been discontinued or have been superseded: File Name

Title Disposition:

GBSP70 Braced Excavation Use TSRS per Sec 522 GBSP 95 Bridge Deck Concrete Sealer Use July 1, 2012 version

for Repair projects only

DECK SLAB REPAIR Effective: May 15, 1995 Revised: April 13, 2018 This work shall consist of hot-mix asphalt surface removal, when required, the removal and disposal of all loose and deteriorated concrete from bridge deck and the replacement with new concrete to the original top of deck. The work shall be done according to the applicable requirements of Sections 501, 503 and 1020 of the Standard Specifications and this Special Provision. Deck slab repairs will be classified as follows:

(a) Partial-Depth. Partial-depth repairs shall consist of removing the loose and unsound deck concrete, disposing of the concrete removed and replacing with new concrete. The removal may be performed by chipping with power driven hand tools or by hydro-scarification equipment. The depth shall be measured from the top of the concrete deck surface, at least 3/4 in. (20 mm) but not more than 1/2 the concrete deck thickness.

(b) Full-Depth. Full-depth repairs shall consist of removing concrete full-depth of the deck, disposing of the concrete removed, and replacing with new concrete to the original concrete deck surface. The removal may be performed with power driven hand tools, hydraulic impact equipment, or by hydro-scarification equipment. Full-depth repairs shall be classified for payment as Full-Depth, Type I and Full-Depth, Type II according to the following: Type I Full-depth patches less than or equal to 5 sq. ft. (0.5 sq m) in area. The

minimum dimensions for a patch shall be 1 ft. x 1 ft. (300 mm x 300 mm). Type II Full-depth patches greater than 5 sq. ft. (0.5 sq. m) in area.

Materials. Materials shall be according to Article 1020.02. Portland cement concrete for partial and full-depth repairs shall be according to Section 1020. Class PP-1, PP-2, PP-3, PP-4, PP-5 or BS concrete shall be used at the Contractor’s option unless noted otherwise on the contract plans. Equipment: The equipment used shall be subject to the approval of the Engineer and shall meet the following requirements:

(a) Surface Preparation Equipment. Surface preparation and concrete removal equipment shall be according to the applicable portions of Section 1100 and the following: (1) Sawing Equipment. Sawing equipment shall be a concrete saw capable of sawing

concrete to the specified depth. (2) Blast Cleaning Equipment. The blast cleaning may be performed by wet

sandblasting, high-pressure waterblasting, shotblasting or abrasive blasting. Blast cleaning equipment shall be capable of removing rust and old concrete from exposed reinforcement bars, and shall have oil traps.

(3) Power-Driven Hand Tools. Power-driven hand tools will be permitted including

jackhammers lighter than the nominal 45 lb. (20 kg) class. Chipping hammers heavier than a nominal 15 lb. (6.8 kg) class shall not be used for removing concrete from below any reinforcing bar for partial depth repairs, or for removal within 1 ft (300 mm) of existing beams, girders or other supporting structural members that are to remain in service or within 1 ft (300 mm) of the boundaries of full-depth repairs. Jackhammers or chipping hammers shall not be operated at an angle in excess of 45 degrees measured from the surface of the slab.

(4) Hydraulic Impact Equipment. Hydraulic impact equipment with a maximum rated

striking energy of 360 ft-lbs (270 J) may be permitted only in areas of full depth removal more than 1 ft (300 mm) away from existing beams, girders or other supporting structural members that are to remain in service or more than 1 ft (300 mm) from the boundaries of full-depth repairs.

(5) Hydro-Demolition Equipment. The hydro-demolition equipment shall consist of

filtering and pumping units operating with a remote-controlled robotic device. The equipment shall use water according to Section 1002. The equipment shall be capable of being controlled to remove only unsound concrete.

(b) Concrete Equipment: Equipment for proportioning and mixing the concrete shall be

according to Article 1020.03. (c) Finishing Equipment: Finishing equipment shall be according to Article 1103.17.

Adequate hand tools will be permitted for placing and consolidating concrete in the patch areas and for finishing small patches.

Construction Requirements: Sidewalks, curbs, drains, reinforcement and/or existing transverse and longitudinal joints which are to remain in place shall be protected from damage during removal and cleaning operations. The Contractor shall control the runoff water generated by the various construction activities in such a manner as to minimize, to the maximum extent practicable, the discharge of untreated effluent into adjacent waters, and shall properly dispose of the solids generated according to Article 202.03. The Contractor shall submit a water management plan to the Engineer

specifying the control measures to be used. The control measures shall be in place prior to the start of runoff water generating activities. Runoff water shall not be allowed to constitute a hazard to adjacent or underlying roadways, waterways, drainage areas or railroads nor be allowed to erode existing slopes.

(a) Hot-Mix Asphalt Surface Removal.

The hot-mix asphalt surface course and all waterproofing membrane shall be removed and disposed of according to applicable portions of Articles 440.04 and 440.06, except milling equipment will not be allowed if the deck is to receive a waterproofing membrane system. If the overlay or waterproofing membrane contains asbestos fibers, removal shall be in accordance with the Special Provision for "Asbestos Waterproofing Membrane or Asbestos Hot-mix Asphalt Surface Removal". Removal of the hot-mix asphalt surface by the use of radiant or direct heat will not be permitted.

(b) Surface Preparation:

All loose, disintegrated and unsound concrete shall be removed from portions of the deck slab shown on the plans or as designated by the Engineer. The Engineer will determine the limits of removal as the work progresses.

The Contractor shall take care not to damage reinforcement bars or expansion joints which are to remain in place. Any damage to reinforcement bars or expansion joints shall be corrected at the Contractor's expense. All loose reinforcement bars, as determined by the Engineer, shall be retied at the Contractor's expense.

(1) Partial-Depth. Areas to be repaired will be determined and marked by the Engineer.

A concrete saw shall be used to provide vertical edges approximately 3/4 in. (20 mm) deep around the perimeter of the area to be patched when a concrete overlay is not specified. Where high steel is present, the depth may be reduced as directed by the Engineer. A saw cut will not be required on those boundaries along the face of the curb, parapet or joint or when sharp vertical edges are provided by hydro-demolition.

The loose and unsound concrete shall be removed by chipping, with power driven hand tools or by hydro-demolition equipment. All exposed reinforcing bars and newly exposed concrete shall be thoroughly blast cleaned. Where, in the judgment of the Engineer, the bond between existing concrete and reinforcement steel within the patch area has been destroyed, the concrete adjacent to the bar shall be removed to a depth that will permit new concrete to bond to the entire periphery of the exposed bar. A minimum of 1 in. (25 mm) clearance will be required. The Engineer may require enlarging a designated removal area should inspection indicate deterioration beyond the limits previously designated. In this event, a new saw cut shall be made around the extended area before additional removal is begun. The removal area shall not be enlarged solely to correct debonded reinforcement or deficient lap lengths.

(2) Full-Depth. Concrete shall be removed as determined by the Engineer within all areas designated for full-depth repair and in all designated areas of partial depth repair in which unsound concrete is found to extend below half the concrete deck thickness. Full depth removal shall be performed according to Article 501.05 except that hydraulic impact equipment may be permitted in areas of full depth removal more than 1 ft (300 mm) away from the edges of existing beams, girders or other supporting structural members or more than 1 ft (300 mm) from the boundaries of full-depth repairs. Saw cuts shall be made on the top of the deck, except those boundaries along the face of curbs, parapets and joints or where hydro-demolition provided sharp vertical edges. The top saw cut may be omitted if the deck is to receive an overlay.

Forms for full-depth repair may be supported by hangers with adjustable bolts or by blocking from the beams below. When approved by the Engineer, forms for Type 1 patches may be supported by No. 9 wires or other devices attached to the reinforcement bars.

All form work shall be removed after the curing sequence is complete and prior to opening to traffic.

(3) Reinforcement Treatment. Care shall be exercised during concrete removal to protect the reinforcement bars and structural steel from damage. Any damage to the reinforcement bars or structural steel to remain in place shall be repaired or replaced. All existing reinforcement bars shall remain in place except as herein provided for corroded bars. Tying of loose bars will be required. Reinforcing bars which have been cut or have lost 25 percent or more of their original cross sectional area shall be supplemented by new in kind reinforcement bars. New bars shall be lapped a minimum of 32 bar diameters to existing bars. An approved mechanical bar splice capable of developing in tension at least 125 percent of the yield strength of the existing bar shall be used when it is not feasible to provide the minimum bar lap. No welding of bars will be permitted.

(4) Cleaning. Immediately after completion of the concrete removal and reinforcement

repairs, the repair areas shall be cleaned of dust and debris. Once the initial cleaning is completed, the repair areas shall be thoroughly blast cleaned to a roughened appearance free from all foreign matter. Particular attention shall be given to removal of concrete fines. Any method of cleaning which does not consistently produce satisfactory results shall be discontinued and replaced by an acceptable method. All debris, including water, resulting from the blast cleaning shall be confined and shall be immediately and thoroughly removed from all areas of accumulation. If concrete placement does not follow immediately after the final cleaning, the area shall be carefully protected with well-anchored polyethylene sheeting.

Exposed reinforcement bars shall be free of dirt, detrimental scale, paint, oil, or other foreign substances which may reduce bond with the concrete. A tight non-scaling

coating of rust is not considered objectionable. Loose, scaling rust shall be removed by rubbing with burlap, wire brushing, blast cleaning or other methods approved by the Engineer.

(c) Placement & Finishing of Concrete Repair:

(1) Bonding Method. The patch area shall be cleaned to the satisfaction of the Engineer

and shall be thoroughly wetted and maintained in a dampened condition with water for at least 12 hours before placement of the concrete. Any excess water shall be removed by compressed air or by vacuuming prior to the beginning of concrete placement. Water shall not be applied to the patch surface within one hour before or at any time during placement of the concrete.

(2) Concrete Placement.

The concrete shall be placed and consolidated according to Article 503.07 and as herein specified. Article 1020.14 shall apply.

When an overlay system is not specified, the patches shall be finished according to Article 503.16 (a), followed by a light brooming.

(d) Curing and Protection.

Concrete patches shall be cured by the Wetted Burlap or Wetted Cotton Mat Method according to Article 1020.13 (a)(3) or Article 1020.13 (a)(5). The curing period shall be 3 days for Class PP-1, PP-2, PP-3, PP-4, and PP-5 concrete. The curing period shall be 7 days for Class BS concrete. In addition to Article 1020.13, when the air temperature is less than 55º F (13º C), the Contractor shall cover the patch according to Article 1020.13 (d)(1) with minimum R12 insulation. Insulation is optional when the air temperature is 55º F. - 90º F (13º C - 32º C). Insulation shall not be placed when the air temperature is greater than 90° F (32° C). A 72-hour minimum drying period shall be required before placing waterproofing or hot-mix asphalt surfacing.

(e) Opening to Traffic.

No traffic will be permitted on a patch until after the specified cure period, and the concrete has obtained a minimum compressive strength of 4000 psi (27.6 MPa) or flexural strength of 675 psi (4.65 MPa). Construction equipment will be permitted on a patch during the cure period if the concrete has obtained the minimum required strength. In this instance, the strength specimens shall be cured with the patch.

Method of Measurement. When specified, hot-mix asphalt surface removal and full or partial depth repairs will be measured for payment and computed in square yards (square meters). Basis of Payment. The hot-mix asphalt surface removal will be paid for at the contract unit price per square yard (square meter) for HOT-MIX ASPHALT SURFACE REMOVAL (DECK). Areas removed and replaced up to and including a depth of half the concrete deck thickness will be paid for at the contract unit price per square yard (square meter) for DECK SLAB REPAIR (PARTIAL). Areas requiring removal greater than a depth of half the concrete deck thickness shall be removed and replaced full depth and will be paid for at the contract unit price per square yard (square meter) for DECK SLAB REPAIR (FULL DEPTH, TYPE I) and/or DECK SLAB REPAIR (FULL DEPTH, TYPE II). When corroded reinforcement bars are encountered in the performance of this work and replacement is required, the Contractor will be paid according to Article 109.04. No payment will be allowed for removal and replacement of reinforcement bars damaged by the Contractor in the performance of his/her work or for any increases in dimensions needed to provide splices for these replacement bars. Removal and disposal of asbestos waterproofing and/or asbestos bituminous concrete will be paid for as specified in the Special Provision for “Asbestos Waterproofing Membrane or Asbestos Hot-Mix Asphalt Surface Removal”.

SILICONE BRIDGE JOINT SEALER

Effective: August 1, 1995 Revised: October 15, 2011 Description. This work shall consist of furnishing all labor, equipment and materials necessary to install the silicone joint sealer as shown on the plans and as specified herein. When specified, a polymer concrete nosing compatible with the silicone sealant as required by the sealant manufacturer shall be installed. The minimum dimensions for a polymer concrete nosing cross section are 1 1/2 in. (40 mm) deep by 3 1/2 in. (90 mm) wide. The polymer concrete shall be furnished and installed according to the Special Provision for "Polymer Concrete". Materials:

(a) Silicone Joint Sealer. The silicone joint sealer shall cure in less than one week, and shall accommodate typical bridge movements and traffic within 8 hours. The sealant shall be self-leveling, cold applied, and two component. The sealant, upon curing, shall demonstrate resilience, flexibility and resistance to moisture and puncture. The sealant shall also demonstrate excellent adhesion to portland cement concrete, polymer concrete

and steel over a range of temperatures from -30 to 130°F (-34 to 54°C) while maintaining a watertight seal. The sealant shall not contain any solvents or diluents that cause shrinkage or expansion during curing. In addition, acid cure sealants will not be permitted. The date of manufacture shall be provided with each lot. Materials twelve months old or older from the date of manufacture will not be accepted. The manufacturer shall certify that the sealant meets or exceeds the following test requirements before installation begins. The Department reserves the right to test representative samples from material proposed for use.

Physical Properties: Each component as supplied: Specific Gravity (ASTM D 1475) 1.2-1.4 Extrusion Rate (ASTM C 1183) 200 - 600 grams per minute Durometer Hardness, “00” (ASTM C 661) 40-80

(32°F and 77 + 3°F (0° and 25°C + 1°C)) Accelerated Weathering (ASTM C 793) No chalking, cracking or bond loss after 5,000 hours. After Mixing: Tack Free Time (ASTM C 679) 60 minutes max. Upon Complete Cure: (ASTM D 5329)

Joint Elongation (Tensile Adhesion) 600% min Joint Modulus 3-15 psi (21-103 kPa) @ 100% elongation 1Modified; Sample cured 7 days at 77 ± 2°F (25±1°C) 50 ± 5% relative humidity

(b) Backer Rod. The backer rod shall conform to ASTM D 5249, Type 3.

CONSTRUCTION REQUIREMENTS

General. The Contractor shall furnish the Engineer with the manufacturer’s product information and installation procedures at least two weeks prior to installation. When placing the silicone against concrete, the concrete surface shall be dry. For newly placed concrete, the concrete shall be fully cured and allowed to dry out a minimum of seven additional days prior to placement of the silicone. Cold, wet, inclement weather will require an extended drying time. (a) Surface Preparation:

(1) Sandblasting. Both faces of the joint shall be sandblasted. A separate pass for each

face for the full length of the joint and to the design depth of the center of the backer rod will be required. The nozzle shall be held at an angle of 30-90 degrees to the joint face, at a distance of 1 – 2 in. (25-50 mm).

For portland cement concrete and polymer concrete surfaces, sandblasting will be considered acceptable when both joint faces have a roughened surface with clean, exposed aggregate. The surface shall be free of foreign matter or plastic residue. For steel surfaces, sandblasting will be considered acceptable when the steel surfaces have been cleaned to an SSPC-SP10 degree of cleanliness. After sandblasting is completed, the joint shall be cleaned of debris using compressed air with a minimum pressure of 90 psi (620 kPa). The air compressor shall be equipped with traps to prevent the inclusion of water and/or oil in the air line.

(2) Priming. Priming shall be according to the manufacturer’s instructions. This

operation will immediately follow sandblasting and cleaning, and will only be permitted to proceed when the air and substrate temperatures are at least 41°F (5°C) and rising. Sandblasting, priming and sealing shall be performed on the same day. Surfaces to be primed shall be primed using a brush applied primer. For steel surfaces, when specified per the manufacturer’s instructions, the primer shall be allowed to cure before proceeding. The minimum cure time shall be extended according to the manufacturer’s recommendations when the substrate temperature is below 60°F (15°C).

The primer shall be supplied in original containers and shall have a “use-by” date clearly marked on them. Only primer, freshly poured from the original container into clean pails will be permitted. The primer shall be used immediately. All primer left in the pail after priming shall be disposed of and shall not be reused.

(b) Joint Installation: (1) Backer Rod Placement. The backer rod shall be installed to a uniform depth as

specified on the plans and as recommended by the manufacturer. All splices in the backer rod shall be taped to prevent material loss during sealing. The backer rod shall be installed to within 1/8 in. (3 mm) tolerance prior to sealing.

(2) Sealant Placement. The sealant shall be 1/2 in. (13 mm) thick within ± 1/8 in. (3 mm) tolerance as measured in the center of the joint at the thinnest point. The sealant

thickness shall be measured during installation every ±2 ft. (±600 mm). Adjustments to correct sealant thickness to within tolerance shall be made immediately before the sealant begins to set up. Sealant placement will only be permitted when the air and

substrate temperatures are above 41°F (5°C) and 5°F (2.8°C) above the dew point. The joint shall be kept clean and dry during sealing. If the joint becomes wet and/or dirty during sealing, the operation shall stop until the joint has been restored to a clean and dry state. Sealing shall be performed using a pneumatic gun approved by the sealant manufacturer. Prior to sealing, the gun shall be inspected to insure that it is in proper working order and that it is being operated at the recommended air pressure. The gun shall demonstrate proper mixing action before sealant is placed in the joint. All unmixed sealant found in the joint shall be removed and replaced. After the Engineer has determined that the pneumatic gun is functioning properly, the joint shall be sealed to the thickness and depth as shown on the plans. The sealant shall achieve initial set before opening the joint to traffic. End of seal treatment at vertical faces of curbs, sidewalks or parapets shall be as recommended by the manufacturer and as shown on the plans. Sealant placed incorrectly shall be removed and replaced by the Contractor.

(3) Field Testing. A minimum of one joint per bridge per joint configuration will be tested by the Engineer by performing a “Pull Test”. The sealant shall cure for a minimum of 24 hours before testing. The locations for the tests will be determined by the Engineer. The tests will be performed per the manufacturer’s instructions. As part of the test, the depth and thickness of the sealant will be verified. All joint system installations failing to meet the specifications shall be removed and replaced, by the Contractor, to the satisfaction of the Engineer. In addition, the Pull Test is a

destructive test; the Contractor shall repair the joint after completion of the test per the manufacturer’s instructions.

Method of Measurement. The installed joint sealer will be measured in feet (meters) along the centerline of the joint. Basis of Payment. The silicone joint sealer measured as specified will be paid for at the contract unit price per foot (meter) for SILICONE JOINT SEALER, of the size specified. When a polymer concrete nosing is specified it shall not be included in this item but will be paid for according to the Special Provision for "Polymer Concrete".

HAMPTON, LENZINI AND RENWICK, INC.

SPRINGFIELD, ILLINOIS 62703

3085 STEVENSON DRIVE, SUITE 201

LS / PE / SE CORP. 184.000959

ILLINOIS PROFESSIONAL DESIGN FIRM

SHEET

NO.

TOTAL

SHEETS

CONTRACT NO.

KANE

COUNTYSECTION

18-00192-06-BR 77

C.H.

ILLINOIS FED. AID PROJECTSHEET NO. 1 OF 1 SHEETSSCALE: -

-

-

-REVISED

REVISED

REVISED

REVISED

S.W.M.

R.D.H.

S.W.M.-

-

-

-DATE

CHECKED

DRAWN

DESIGNEDFILE NAME = 3096-sht-summary.dgn USER NAME

PLOT SCALE

PLOT DATE = 7/16/2018

$SCALE$=

= rhosick

KANE COUNTY DIVISION OF TRANSPORTATION

STATE OF ILLINOIS SUMMARY OF QUANTITIES AND GENERAL NOTES

KIRK ROAD

STA. TO STA. 07/16/18

9 2

0 100'

GRAPHIC SCALE

50'

KIRK ROAD

KIRK ROAD

IL R

OU

TE 38

CH

ER

RY L

AN

E

STAGE 1 BRIDGE DECK CROSS SECTION

¡ BRIDGE DECK

(Looking North)

STAGE 1 CONST. STAGE 1 CONST.

TRAFFIC

NORTHBOUND

TRAFFIC

SOUTHBOUND

58'-6" FC FC PARAPETS

400'350' 350' 100'

WORK

ROAD

AHEAD

WORK

ROAD

AHEAD CLOSED

AHEAD

RIGHT LANE

CLOSED

AHEAD

RIGHT LANE

ROAD WORK

END

ROAD WORK

END

WORK

ROAD

AHEAD

WORK

ROAD

AHEAD

WORK

ROAD

AHEAD

WORK

ROAD

AHEAD

SPEED

LIMIT

35

SPEED

LIMIT

35

100'

500'

500'

12'-0"

3'-0"

12'-0"15'-9" 15'-9"

I

SYMBOLS

ARROW BOARD

WORK AREA

SIGN

DIRECTION OF TRAFFFIC

500'

500'

33:1 - TAPER

33:1 - TAPER

DRUM OR TYPE II BARRICADE WITH STEADY BURNING LIGHT

350'350'

400'

TYPE II BARRICADE WITH FLASHING LIGHT

SOLID YELLOW; LENGTH = 400 FOOT

TEMPORARY PAVEMENT MARKING LINE, 4"

SOLID YELLOW; LENGTH = 400 FOOT

TEMPORARY PAVEMENT MARKING LINE, 4"

I

I

II

HAMPTON, LENZINI AND RENWICK, INC.

SPRINGFIELD, ILLINOIS 62703

3085 STEVENSON DRIVE, SUITE 201

LS / PE / SE CORP. 184.000959

ILLINOIS PROFESSIONAL DESIGN FIRM

FILE NAME = 045-3096-sht-main-traff.dgn USER NAME rhosick=

PLOT SCALE = $SCALE$

7/16/2018=PLOT DATE

DESIGNED

DRAWN

CHECKED

DATE

J.W.F.

T.W.K

S.W.M

07/16/18

-

-

-

-

REVISED

REVISED

REVISED

REVISED

-

-

-

-

KANE COUNTY DIVISION OF TRANSPORTATION

STATE OF ILLINOISKIRK ROAD

TRAFFIC CONTROL STAGE 1

SCALE: SHEET NO. 1 OF 2 SHEETS STA. TO STA.

C.H.

77

KIRK ROAD

18-00192-06-BR

SECTION

ILLINOIS

CONTRACT NO.

KANE

COUNTYSHEETS

TOTAL SHEET

NO.

39

FED. AID PROJECT

0 100'

GRAPHIC SCALE

50'

KIRK ROAD

IL R

OU

TE 38

CH

ER

RY L

AN

E

I

SYMBOLS

ARROW BOARD

WORK AREA

STAGE 2 BRIDGE DECK CROSS SECTION(Looking North)

STAGE 2 CONST. STAGE 2 CONST.

TRAFFIC

NORTHBOUND

TRAFFIC

SOUTHBOUND

I

I

400'350' 350' 100'

WORK

ROAD

AHEAD

WORK

ROAD

AHEAD

ROAD WORK

END

ROAD WORK

END

WORK

ROAD

AHEAD

WORK

ROAD

AHEAD

WORK

ROAD

AHEAD

WORK

ROAD

AHEAD

SPEED

LIMIT

35

SPEED

LIMIT

35

100'

50'

500'

500'

I

400'

350'350'

500'

KIRK ROAD

I

SIGN

DIRECTION OF TRAFFFIC

¡ BRIDGE DECK

58'-6" FC FC PARAPETS

12'-0"

3'-0"

12'-0"15'-9" 15'-9"

DRUM OR TYPE II BARRICADE WITH STEADY BURNING LIGHT

33:1 - TAPER

33:1 - TAPER

SOLID YELLOW; LENGTH = 400 FOOT

TEMPORARY PAVEMENT MARKING LINE, 4"

SOLID YELLOW; LENGTH = 400 FOOT

TEMPORARY PAVEMENT MARKING LINE, 4"

TYPE II BARRICADE WITH FLASHING LIGHT

HAMPTON, LENZINI AND RENWICK, INC.

SPRINGFIELD, ILLINOIS 62703

3085 STEVENSON DRIVE, SUITE 201

LS / PE / SE CORP. 184.000959

ILLINOIS PROFESSIONAL DESIGN FIRM

FILE NAME = 045-3096-sht-main-traff.dgn USER NAME rhosick=

PLOT SCALE = $SCALE$

7/16/2018=PLOT DATE

DESIGNED

DRAWN

CHECKED

DATE

J.W.F.

T.W.K.

S.W.M.

07/16/18

-

-

-

-

REVISED

REVISED

REVISED

REVISED

-

-

-

-

KANE COUNTY DIVISION OF TRANSPORTATION

STATE OF ILLINOISKIRK ROAD

TRAFFIC CONTROL STAGE 2

SCALE: SHEET NO. 2 OF 2 SHEETS STA. TO STA.

C.H.

77

KIRK ROAD

18-00192-06-BR

SECTION

ILLINOIS

CONTRACT NO.

KANE

COUNTYSHEETS

TOTAL SHEET

NO.

49

FED. AID PROJECT

CLOSED

AHEAD

LEFT LANE

CLOSED

AHEAD

LEFT LANE

N

N

Structure No.

LOCATION SKETCH

045-3096

R. 8 E., 3rd. P.M.

T.

39

N.

ILLINOIS STRUCTURAL NO. 081-6064

CURTSTURAL

ENGIN

EER

DES

NE

CIL

OE

ST

AT

I

OIS

IN

LLF

SPRINGFIELD, IL

081-6064

W. MEGGINSON

STEVEN

current "AASHTO LFD Specifications."

and complies with requirements of the

economical one for the style of structure

shown on the plans. The design is an

structurally adequate for the design loading

information and belief, this bridge design is

I certify that to the best of my knowledge,

07/16/2018Expires 11-30-2018

Sq. Yd.

BILL OF MATERIAL

future wearing surface.

25#/Sq. Ft. included in dead load for

with all applicable interims.

Design Specifications: 2002

fy = 60,000 psi (Reinf.)

f'c = 3,500 psi

FIELD UNITS

LOADING HS20-44 (EXISTING)

DESIGN STRESSES

68'-6''Span 1

224'-6''Unit #1

Span 2

87'-6''68'-6''

Span 3Span 4

63'-6''81'-3''

Span 5Span 6

81'-3''

370'-9''UNIT #2

Span 7

81'-3''

2

1

4

56

7

(Measured along ¡ Rdwy.)

1,376'-2'' Bk.-Bk. Abutment

Span 8

63'-6'' 68'-0''

Span 9 Span 10

87'-0'' 87'-0'' 87'-0'' 68'-0''

Span 13Span 12Span 11

397'-0''

Unit #3

9 10 11 12

NB Traffic

SB Traffic

Span 14

64'-0'' 82'-0''

Span 15 Span 16

82'-0'' 82'-0''

Span 17 Span 18

64'-0''

374'-0''

Unit #4

14 15

Existing

16 17 Guardrail (Typ.)

GENERAL NOTES

WEST ELEVATION

PLAN

¡ Brg. S. Abut.

¥ Expansion Pier 13 ¡ Union Pacific RR

(2 Tracks)¡ Expansion Pier 8

¡ Expansion Pier 3

Reed Road

(Private)

¡ Brg. N. Abut.

GENERAL PLAN & ELEVATION

1

cleaned, straightened and incorporated into new construction.

Existing reinforcement bars extending into the removal areas, shall be

for the quantity actually furnished at the unit price bid for the work.

change in the scope of the work, however, the Contractor will be paid

Such variations shall not be cause for additional compensation for a

or ordering of materials.

in the field and make necessary approved adjustments prior to construction

shall be the Contractor's responsibility to verify such dimensions and details

from existing plans and are subject to nominal construction variations. It

Plan dimensions and details relative to existing structure have been taken

Sq. Yd.

Reinforcement Bars, Epoxy Coated Pound 250

709

40

Deck Slab Repair (Partial)

Deck Slab Repair (Full Depth Type II)

Silicone Joint Sealer Foot 118

5

HAMPTON, LENZINI AND RENWICK, INC.

SPRINGFIELD, ILLINOIS 62703

3085 STEVENSON DRIVE, SUITE 201

LS / PE / SE CORP. 184.000959

ILLINOIS PROFESSIONAL DESIGN FIRM

STRUCTURE NO. 045-3096

SHEET NO. OF 5 SHEETS

C.H.

77

KIRK ROAD

18-00192-06-BR

SECTION COUNTYTOTAL

SHEETS NO.

SHEET

KANE

CONTRACT NO.

FED. AID PROJECTILLINOIS

S.W.M.

S.W.M.CHECKED

DRAWN

CHECKED

DESIGNED -

-

-

- REVISED

REVISED

REVISED

REVISED -

-

-

-

FILE NAME = 3096-sht-bridge.dgn

PLOT DATE

PLOT SCALE

USER NAME =

=

= 7/16/2018

$SCALE$

rhosick

R.D.H. KANE COUNTY DIVISION OF TRANSPORTATION

STATE OF ILLINOIS

A.U.

9

N

DECK SPANS 1-6

2

SPANS 4-6(Top View)

(Top View)

SPANS 1-3

1

2¡ Expansion Pier 3

¡ Brg. N. Abut.

6

54

¡ Expansion Pier 3

End of

Appr. Slab

16'x7' 6'x3'

16'x13'

7'x5'

12'x5'

6'x6'

11'x12' 22'x5'

6'x20'

16'x6'

5'x7'

11'x5'

12'x5'16'x6'

Sq. Yd.

13'x7'

BILL OF MATERIAL - SPANS 1-3

BILL OF MATERIAL - SPANS 4-6

Sq. Yd. Deck Slab Repair (Partial)

Deck Slab Repair (Full Depth Type II)

62

0

Deck Slab Repair (Full Depth Type II)

Deck Slab Repair (Partial)

30

Sq. Yd.

Sq. Yd.

10'x10'

4'x4'

3'x3'

12'

6'

40'

10'x4'

12'x6'10'x4'

6'x3'

4'x4'

4'x4'

6'x6'

119

6

length along beam x width across beam.

Damage area dimensions are shown as

Note:

HAMPTON, LENZINI AND RENWICK, INC.

SPRINGFIELD, ILLINOIS 62703

3085 STEVENSON DRIVE, SUITE 201

LS / PE / SE CORP. 184.000959

ILLINOIS PROFESSIONAL DESIGN FIRM

STRUCTURE NO. 045-3096

SHEET NO. OF 5 SHEETS

C.H.

77

KIRK ROAD

18-00192-06-BR

SECTION COUNTYTOTAL

SHEETS NO.

SHEET

KANE

CONTRACT NO.

FED. AID PROJECTILLINOIS

S.W.M.

S.W.M.CHECKED

DRAWN

CHECKED

DESIGNED -

-

-

- REVISED

REVISED

REVISED

REVISED -

-

-

-

FILE NAME = 3096-sht-bridge.dgn

PLOT DATE

PLOT SCALE

USER NAME =

=

= 7/16/2018

$SCALE$

rhosick

R.D.H. KANE COUNTY DIVISION OF TRANSPORTATION

STATE OF ILLINOIS

A.U.

2013 Patches

Deck Slab Repair (Full Depth) 2018

Deck Slab Repair (Partial Depth) 2018

9

N

97

6

¡ Expansion Pier 8

(Top View)

(Top View)

SPANS 10-12

length along beam x width across beam.

Damage area dimensions are shown as

Note:

SPANS 7-9

3

DECK SPANS 7-12

1211109

21'x8'6'x14'

15'x6'

25'x6'

8'x17'

19'x6'

16'x10'

15'x11'10'x16'

15'x12'

BILL OF MATERIAL - SPANS 7-9

BILL OF MATERIAL - SPANS 10-12

Deck Slab Repair (Full Depth Type II)

Deck Slab Repair (Partial) Sq. Yd.

Sq. Yd. 10

Deck Slab Repair (Full Depth Type II)

Deck Slab Repair (Partial) Sq. Yd.

Sq. Yd. 0

240

12'x6'

10'x8'4'x4'

33'x6'

6'x6'

12'x6'

20'x6'

6'x6'

15'x8'

16'

16'

6'

8'

10'

128

10'x10'

8'x3'

15'x6'

8'x6'

15'x12'

12'x12'20'x4'

10'x4'

10'x6'

2'x4'

6'x6'

4'x4'

10'x4'

4'x20'

6'x6'

3'x6'

10'x6'

7

6'x6'

12'x8'

HAMPTON, LENZINI AND RENWICK, INC.

SPRINGFIELD, ILLINOIS 62703

3085 STEVENSON DRIVE, SUITE 201

LS / PE / SE CORP. 184.000959

ILLINOIS PROFESSIONAL DESIGN FIRM

STRUCTURE NO. 045-3096

SHEET NO. OF 5 SHEETS

C.H.

77

KIRK ROAD

18-00192-06-BR

SECTION COUNTYTOTAL

SHEETS NO.

SHEET

KANE

CONTRACT NO.

FED. AID PROJECTILLINOIS

S.W.M.

S.W.M.CHECKED

DRAWN

CHECKED

DESIGNED -

-

-

- REVISED

REVISED

REVISED

REVISED -

-

-

-

FILE NAME = 3096-sht-bridge.dgn

PLOT DATE

PLOT SCALE

USER NAME =

=

= 7/16/2018

$SCALE$

rhosick

R.D.H. KANE COUNTY DIVISION OF TRANSPORTATION

STATE OF ILLINOIS

A.U.

2013 Patches

Deck Slab Repair (Full Depth) 2018

Deck Slab Repair (Partial Depth) 2018

9

N (Top View)

(Top View)

SPANS 16-18

SPANS 13-15

15141312

15 16 17 ¡ Brg. S. Abut.

4

DECK SPANS 13-18

26'x7'

52'x8'

End of

Appr. Slab

BILL OF MATERIAL - SPANS 13-15

BILL OF MATERIAL - SPANS 16-18

0

42Sq. Yd.

Sq. Yd. Deck Slab Repair (Full Depth Type II)

Deck Slab Repair (Partial)

0

Sq. Yd.

Sq. Yd. Deck Slab Repair (Full Depth Type II)

Deck Slab Repair (Partial)

10'x6'

6'x10'

20'x3'

3'

4'x4'

4'x4'

16'x6'

4'x8'

4'x4'

4'x4'

20'x8'

10'x6'12'x6'

4'x4'

6'x4'

6'x6' 20'x6'

10'

3'

Replace silicone

Joint Seal

118

8

length along beam x width across beam.

Damage area dimensions are shown as

Note:

HAMPTON, LENZINI AND RENWICK, INC.

SPRINGFIELD, ILLINOIS 62703

3085 STEVENSON DRIVE, SUITE 201

LS / PE / SE CORP. 184.000959

ILLINOIS PROFESSIONAL DESIGN FIRM

STRUCTURE NO. 045-3096

SHEET NO. OF 5 SHEETS

C.H.

77

KIRK ROAD

18-00192-06-BR

SECTION COUNTYTOTAL

SHEETS NO.

SHEET

KANE

CONTRACT NO.

FED. AID PROJECTILLINOIS

S.W.M.

S.W.M.CHECKED

DRAWN

CHECKED

DESIGNED -

-

-

- REVISED

REVISED

REVISED

REVISED -

-

-

-

FILE NAME = 3096-sht-bridge.dgn

PLOT DATE

PLOT SCALE

USER NAME =

=

= 7/16/2018

$SCALE$

rhosick

R.D.H. KANE COUNTY DIVISION OF TRANSPORTATION

STATE OF ILLINOIS

A.U.

2013 Patches

Deck Slab Repair (Full Depth) 2018

Deck Slab Repair (Partial Depth) 2018

9

5

62'-0'' o.-o. deck

58'-6'' Fc.-Fc. Parapets

3'-0'' 27'-9''27'-9''

Silicone Jt. Sealer

1'-9''

9 8 7 6 5 4 3 2 1

1'-9''

parapets as shown.

extend into joint between

and Silicone Joint Sealer shall

parapets. Backer Rod

be limited to face of existing

Polymer Concrete Nosing shall

Note:

END OF SEAL DETAIL

6''

Polymer Concrete Nosing

Silicone Jt. Sealer

DETAIL A

'' or greater.21 diameter of 2

Backer rod having a

''8

3 1

''4

3

Silicone Jt. Sealer

'' N. Abut.21 1

'' S. Abut.21 2

for Final Surface preparation for installation.

in a manner approved by the Engineer. See Special Provisions

Existing Silicone joint material shall be removed and disposed ofNote:

PROPOSED TYPICAL CROSS SECTION - EACH ABUTMENT

9

ABUTMENT JOINT DETAILS

HAMPTON, LENZINI AND RENWICK, INC.

SPRINGFIELD, ILLINOIS 62703

3085 STEVENSON DRIVE, SUITE 201

LS / PE / SE CORP. 184.000959

ILLINOIS PROFESSIONAL DESIGN FIRM

STRUCTURE NO. 045-3096

SHEET NO. OF 5 SHEETS

C.H.

77

KIRK ROAD

18-00192-06-BR

SECTION COUNTYTOTAL

SHEETS NO.

SHEET

KANE

CONTRACT NO.

FED. AID PROJECTILLINOIS

S.W.M.

S.W.M.CHECKED

DRAWN

CHECKED

DESIGNED -

-

-

- REVISED

REVISED

REVISED

REVISED -

-

-

-

FILE NAME = 3096-sht-bridge.dgn

PLOT DATE

PLOT SCALE

USER NAME =

=

= 7/16/2018

$SCALE$

rhosick

R.D.H. KANE COUNTY DIVISION OF TRANSPORTATION

STATE OF ILLINOIS

A.U.

9