INDEX FOR SUPPLEMENTAL SPECIFICATIONS

Transcription

INDEX FOR SUPPLEMENTAL SPECIFICATIONS
INDEX
FOR
SUPPLEMENTAL SPECIFICATIONS
AND RECURRING SPECIAL PROVISIONS
Adopted January 1, 2011
This index contains a listing of SUPPLEMENTAL SPECIFICATIONS and frequently used RECURRING SPECIAL
PROVISIONS.
ERRATA
Standard Specifications for Road and Bridge Construction (Adopted 1-1-07) (Revised 1-1-11)
SUPPLEMENTAL SPECIFICATIONS
Std. Spec. Sec.
Page No.
201
Clearing, Tree Removal and Protection ................................................................................................................
1
205
Embankment ........................................................................................................................................................
2
251
Mulch ....................................................................................................................................................................
3
253
Planting Woody Plants .........................................................................................................................................
4
280
Temporary Erosion Control ..................................................................................................................................
6
406
Hot-Mix Asphalt Binder and Surface Course ........................................................................................................
7
7
420
Portland Cement Concrete Pavement ...................................................................................................................
11
443
Reflective Crack Control Treatment .....................................................................................................................
12
501
Removal of Existing Structures .............................................................................................................................
15
502
Excavation for Structures .....................................................................................................................................
16
503
Concrete Structures ..............................................................................................................................................
17
504
Precast Concrete Structures ................................................................................................................................
18
505
Steel Structures ....................................................................................................................................................
19
508
Reinforcement Bars ...............................................................................................................................................
20
540
Box Culverts .........................................................................................................................................................
21
581
Waterproofing Membrane System ........................................................................................................................
22
606
Concrete Gutter, Curb, Median, and Paved Ditch .................................................................................................
23
630
Steel Plate Beam Guardrail ..................................................................................................................................
24
633
Removing and Reerecting Guardrail and Terminals .............................................................................................
25
637
Concrete Barrier ...................................................................................................................................................
26
664
Chain Link Fence ..................................................................................................................................................
27
669
Removal and Disposal of Regulated Substances .................................................................................................
28
672
Sealing Abandoned Water Wells ..........................................................................................................................
29
701
Work Zone Traffic Control and Protection ............................................................................................................
30
720
Sign Panels and Appurtenances ..........................................................................................................................
32
721
Sign Panel Overlay ...............................................................................................................................................
33
722
Demountable Sign Legend Characters and Arrows .............................................................................................
34
726
Mile Post Marker Assembly ..................................................................................................................................
35
733
Overhead Sign Structures ....................................................................................................................................
36
780
Pavement Striping .................................................................................................................................................
37
782
Prismatic Reflectors...............................................................................................................................................
42
783
Pavement Marking and Marker Removal .............................................................................................................
43
801
Electrical Requirements ........................................................................................................................................
44
805
Electrical Service Installation – Traffic Signals .....................................................................................................
45
821
Roadway Luminaires .............................................................................................................................................
46
836
Pole Foundation ...................................................................................................................................................
47
838
Breakaway Devices ..............................................................................................................................................
48
843
Removal of Navigational Obstruction Warning Lighting System ............................................................................
49
862
Uninterruptable Power Supply ..............................................................................................................................
50
873
Electric Cable .......................................................................................................................................................
52
878
Traffic Signal Concrete Foundation ......................................................................................................................
54
1003 Fine Aggregates ...................................................................................................................................................
55
1004 Coarse Aggregates ...............................................................................................................................................
56
1005 Stone and Broken Concrete .................................................................................................................................
57
1006 Metals ...................................................................................................................................................................
58
1008 Structural Steel Coatings ......................................................................................................................................
60
1010 Finely Divided Materials .......................................................................................................................................
65
1020
1022
1024
1026
1030
1032
1042
1062
1069
1074
1076
1077
1080
1081
1083
1090
1091
1092
1093
1094
1095
1097
1101
1102
1103
1105
1106
Portland Cement Concrete ...................................................................................................................................
66
Concrete Curing Materials ....................................................................................................................................
77
Nonshrink Grout ...................................................................................................................................................
78
Concrete Sealer ....................................................................................................................................................
79
Hot-Mix Asphalt ....................................................................................................................................................
80
Bituminous Materials ............................................................................................................................................
87
Precast Concrete Products ...................................................................................................................................
90
Reflective Crack Control System ..........................................................................................................................
92
Pole and Tower ....................................................................................................................................................
94
Control Equipment ................................................................................................................................................
97
Wire and Cable .....................................................................................................................................................
102
Post and Foundation
103
Fabric Materials ....................................................................................................................................................
105
Materials for Planting ............................................................................................................................................
106
Elastomeric Bearings ............................................................................................................................................
108
Sign Base .............................................................................................................................................................
109
Sign Face .............................................................................................................................................................
111
Sign Legend and Supplemental Panels ................................................................................................................
119
Sign Supports .......................................................................................................................................................
120
Overhead Sign Structures ....................................................................................................................................
122
Pavement Markings ..............................................................................................................................................
128
Reflectors ..............................................................................................................................................................
136
General Equipment ...............................................................................................................................................
137
Hot-Mix Asphalt Equipment ..................................................................................................................................
138
Portland Cement Concrete Equipment .................................................................................................................
140
Pavement Marking Equipment ..............................................................................................................................
141
Work Zone Traffic Control Devices .......................................................................................................................
143
CHECK SHEET
FOR
RECURRING SPECIAL PROVISIONS
Adopted January 1, 2011
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 (Eff. 2-1-69) (Rev. 1-1-10) .................................................. 145
2
Subletting of Contracts (Federal Aid Contracts) (Eff. 1-1-88) (Rev. 5-1-93) ...................................................................................... 148
3
EEO (Eff. 7-21-78) (Rev. 11-18-80) ................................................................................................................................................... 149
4
Specific Equal Employment Opportunity Responsibilities Non Federal-aid Contracts (Eff. 3-20-69) (Rev. 1-1-94) .......................... 159
5
Required Provisions - State Contracts (Eff. 4-1-65) (Rev. 1-1-10) .................................................................................................... 164
6
Reserved .......................................................................................................................................................................................... 169
7
Reserved .......................................................................................................................................................................................... 170
8
Haul Road Stream Crossings, Other Temporary Stream Crossings, and In-Stream Work Pads (Eff. 1-2-92) (Rev. 1-1-98) ........... 171
9
Construction Layout Stakes Except for Bridges" (Eff. 1-1-99) (Rev. 1-1-09)..................................................................................... 172
10
Construction Layout Stakes (Eff. 5-1-93) (Rev. 1-1-07) .................................................................................................................... 175
11
Use of Geotextile Fabric for Railroad Crossing (Eff. 1-1-95) (Rev. 1-1-07) ....................................................................................... 178
12
Subsealing of Concrete Pavements (Eff. 11-1-84) (Rev. 1-1-07) ...................................................................................................... 180
13
Hot-Mix Asphalt Surface Removal (Cold Milling) (Eff. 11-1-87) (Rev. 1-1-09) .................................................................................. 184
14
Pavement and Shoulder Resurfacing (Eff. 2-1-02) (Rev. 1-1-09) ..................................................................................................... 186
15
PCC Partial Depth Hot-Mix Asphalt Patching (Eff. 1-1-98) (Rev. 1-1-07) ......................................................................................... 187
16
Patching with Hot-Mix Asphalt Overlay Removal (Eff. 10-1-95) (Rev. 1-1-07) .................................................................................. 189
17
Polymer Concrete (Eff. 8-1-95) (Rev. 1-1-08) ................................................................................................................................... 190
18
PVC Pipeliner (Eff. 4-1-04) (Rev. 1-1-07) .......................................................................................................................................... 192
19
Pipe Underdrains (Eff. 9-9-87) (Rev. 1-1-07) .................................................................................................................................... 193
20
Guardrail and Barrier Wall Delineation (Eff. 12-15-93) (Rev. 1-1-97)................................................................................................ 194
21
Bicycle Racks (Eff. 4-1-94) (Rev. 1-1-07) .......................................................................................................................................... 198
22
Temporary Modular Glare Screen System (Eff. 1-1-00) (Rev. 1-1-07) .............................................................................................. 200
23
Temporary Portable Bridge Traffic Signals (Eff. 8-1-03) (Rev. 1-1-07) ............................................................................................. 202
24
Work Zone Public Information Signs (Eff. 9-1-02) (Rev. 1-1-07) ....................................................................................................... 204
25
Night Time Inspection of Roadway Lighting (Eff. 5-1-96) .................................................................................................................. 205
26
English Substitution of Metric Bolts (Eff. 7-1-96) ............................................................................................................................... 206
27
English Substitution of Metric Reinforcement Bars (Eff. 4-1-96) (Rev. 1-1-03) ................................................................................. 207
28
Calcium Chloride Accelerator for Portland Cement Concrete (Eff. 1-1-01) ....................................................................................... 208
29
Reserved .......................................................................................................................................................................................... 209
30
QC of Concrete Mixtures at the Plant (Eff. 8-1-00) (Rev. 1-1-11) ..................................................................................................... 210
31
Quality Control/Quality Assurance of Concrete Mixtures (Eff. 4-1-92) (Rev. 1-1-11) ........................................................................ 218
32
Asbestos Bearing Pad Removal (Eff. 11-1-03).................................................................................................................................. 230
33
Asbestos Hot-Mix Asphalt Surface Removal (Eff. 6-1-89) (Rev. 1-1-09) .......................................................................................... 231
CHECK SHEET
FOR
RECURRING LOCAL ROADS AND STREETS SPECIAL PROVISIONS
Adopted January 1, 2011
The following RECURRING LOCAL ROADS AND STREETS SPECIAL PROVISIONS indicated by an “X” are applicable to this contract and are
included by reference:
RECURRING LOCAL ROADS AND STREETS SPECIAL PROVISIONS
CHECK SHEET #
PAGE NO.
LRS 1
Reserved .......................................................................................................................................................................................... 233
LRS 2
Furnished Excavation (Eff. 1-1-99) (Rev. 1-1-07).............................................................................................................................. 234
LRS 3
Work Zone Traffic Control (Eff. 1-1-99) (Rev. 1-1-10) ....................................................................................................................... 235
LRS 4
Flaggers in Work Zones (Eff. 1-1-99) (Rev. 1-1-07) .......................................................................................................................... 236
LRS 5
Contract Claims (Eff. 1-1-02) (Rev. 1-1-07)....................................................................................................................................... 237
LRS 6
Bidding Requirements and Conditions for Contract Proposals (Eff. 1-1-02) ..................................................................................... 238
LRS 7
Bidding Requirements and Conditions for Material Proposals (Eff. 1-1-02) (Rev. 1-1-03) ................................................................ 244
LRS 8
Reserved .......................................................................................................................................................................................... 250
LRS 9
Bituminous Surface Treatments (Eff. 1-1-99) (Rev. 1-1-11) .............................................................................................................. 251
LRS 10
Reserved .......................................................................................................................................................................................... 252
LRS 11
Employment Practices (Eff. 1-1-99) ................................................................................................................................................... 253
LRS 12
Wages of Employees on Public Works (Eff. 1-1-99) (Rev. 1-1-10) ................................................................................................... 255
LRS 13
Selection of Labor (Eff. 1-1-99) ......................................................................................................................................................... 256
LRS 14
Paving Brick and Concrete Paver Pavements and Sidewalks (Eff. 1-1-04) (Rev. 1-1-09) ................................................................ 257
LRS 15
Partial Payments (Eff. 1-1-07) ........................................................................................................................................................... 260
LRS 16
Protests on Local Lettings (Eff. 1-1-07) ............................................................................................................................................. 261
LRS 17
Substance Abuse Prevention Program (Eff. 1-1-08)(Rev. 1-1-08) .................................................................................................... 262
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
INDEX OF SPECIAL PROVISIONS
ITEM
PAGE NO.
Description of Work
1
Existing Underground Facilities
1
Notification of Utilities Prior to Construction
1
Prevailing Rate
2
Certified Payrolls
2
Proof of Insurance
2
Labor and Material Payment
2
J.U.L.I.E. System
2
Cooperation With Utility Companies
2-3
Status of Utilities to be Adjusted and Abandoned
3-4
Responsibility For Damage Claims
4
Traffic Control Plan
4-7
IL Route 150 Detour
7
Main St. and Academy St. Intersection Traffic Patterns
7
Construction Access
7-8
Embankment
8
Proof Rolling
8
Subgrade Treatment
8-9
Environmental Reviews
9
Borrow and Furnished Excavation
9-10
Embankment (Restriction)
10-11
Subbase Granular Material
11
Storm Sewer (Water Main Requirements)
11
NPDES Permit
12
Temperature Control For Concrete Placement
12
Placement of Hot-Mix Asphalt Surface Courses
12
Hot-Mix Asphalt Surface Course Tests
12-13
West_Main_Street_Special_Provisions.doc
i
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Removal of Brick Pavement and Brick Sidewalk
13
Removal of Existing Structures
13-14
Furnishing and Setting Brick Pavers
14-17
Concrete Headwall Repair
17-18
Inlets, Type G-1
19
Inlets and Manholes
19-20
Chain Link Fence Removal
20
Concrete Step Removal and Replacement
20
Temporary Pavement
21
Precast Modular Block Wall
21
Concrete Retaining Wall Removal
21
Removal and Disposal of Regulated Substances
21-24
Underground Storage Tank Removal
24-25
Form Liner, Simulated Large Sandstone Ashlar for MSE Wall
25-26
Form Liner for Parapet Surfaces
26-28
Furnish and Install Bollard
28-35
Pedestrian Fence (Special) and Handrail (Special)
35-37
Temporary Ditch Checks
37
Sanitary Sewer Removal and Water Main Removal
37
Furnished Excavation
38
Mobil Mart Site Demolition
38-39
Protection of Frames and Lids of Utility Structures
39
Removing Inlets/Manholes
39
Portland Cement Concrete Sidewalk
40
Portland Cement Concrete Driveway Pavement
40
Hot-Mix Asphalt Removal - Butt Joint
41
Storm Sewer
41
Engineer’s Field Office, Type A (Special)
41-44
Sanitary Sewer To Be Abandoned
44
Abandon Existing Water Main
45
Stump Removal
45
West_Main_Street_Special_Provisions.doc
ii
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Concrete Superstructure Aggregate Optimization
45
Concrete Pavement Aggregate Optimization
46
Building Demolition
46
Pavement Grooving
46
Tree Transplant
46-47
Railroad Flagger
47
Removal and Disposal of Unsuitable Material
47
Trench Drain
47
Metal Posts
48
ELECTRICAL SPECIAL PROVISIONS
Luminaire, Pulse Start, Metal Halide, 150 Watt
49
Luminaire, Pulse Start, Metal Halide, 250 Watt
49-50
Light Pole, Ornamental, Aluminum, 33 Ft. M.H., 8 Ft. Mast Arm
50-51
Light Pole, Ornamental, Aluminum, 35 Ft. M.H., 8 Ft. Mast Arm
51-52
Lighting Controller
53
Luminaire, Floodlight, Pulse Start, Metal Halide, 250 Watt
53-54
Junction Box, Stainless Steel, Embedded in Structure, 18”x18”x8”
54
Light Pole Foundation
54-55
TRAFFIC SIGNAL SPECIAL PROVISIONS
Location of Underground State and City of Galesburg Maintained
Electrical Facilities
56
Full Activated Controller and Type IV Cabinet, Special
56-58
Inductive Loop Detector
58
Signal Head, Polycarbonate, LED, 1-Face, 3-Section, Bracket Mounted
59-63
Signal Head, Polycarbonate, LED, 1-Face, 3-Section, Mast Arm Mounted
59-63
Service Installation, Type B (Modified)
63-64
Handhole, Portland Cement Concrete
64
Double Handhole, Portland Cement Concrete
64-65
Electric Cable in Conduit, No. 6 1/C
65-66
West_Main_Street_Special_Provisions.doc
iii
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Traffic Signal Post, Galvanized, 17 Feet
66
Pedestrian Push Button
66-67
Pedestrian Signal Head, LED, 1-Face, Bracket Mounted with Countdown Timer 67-68
Remove Existing Traffic Signal Equipment
68-69
Luminaire, Metal Halide Horizontal Mount, 400 Watt
69
Concrete Foundation, Type E, 36” Diameter
69
Microwave Detection Unit
70-72
CCTV CAMERA INSTALLATION SPECIAL PROVISIONS
Contract Guarantee
73
System Installation, Equipment Integration and Support
73-74
Wall Mounted Equipment Cabinet
74-76
CAT 5 Ethernet Cable
76-77
Closed Circuit Television Dome Camera
77-81
Closed Circuit Television Dome Camera (Material Only)
82
Support Equipment and Maintenance
82-87
Fiber Optic Drop and Repeat Switch
87-89
Data Network Port Adapter (Qty 1)
89-91
Grounding of ITS Structures
91
Fiber Optic Cable in Conduit, No. 62.5/125 MM12F SM24F
92-97
Fusion Splicing of Fiber Optic Cables
97-100
Termination of Fiber Optic Cables with Fusion Spliced ST Connectors
100-101
Computer Workstation
101-102
LCD Monitor
103
Conduit and Fiber Work Inside City Hall
103-112
Network Security Appliance
112-115
Application Server
116-117
West_Main_Street_Special_Provisions.doc
iv
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
UTILITY RELOCATION SPECIAL PROVISIONS
Control of the Work
118
Water Main
118-120
Steel Casing 36”
120
Steel Casing 30”
120-121
Water Main 24”
121
Water Valves
121
Tapping Valves Sleeves
122
Fire Hydrant
122-123
Ductile Iron Fittings
123
Air Release Valves
123-124
Connection to Existing Water Mains
124-125
Sanitary Sewer
125
Adjust Sanitary Sewer Service Lines
125-126
Trench Backfill
126
Manholes, Sanitary, All Diameters
126
Manhole Special with Special Frame and Grate
127-128
Portland Cement Concrete Removal
128
Portland Cement Concrete Replacement
128
Adjust Sewer Service Cleanout
128
Removal of Fire Hydrants
128
Removal of Water Valve and Box
129
Storm Water Pollution Prevention Plan
130-137
City of Galesburg Contract Requirements
138-140
Bureau of Design and Environment Special Provisions
141-241
Local Roads Special Provisions
242-247
Knox County Prevailing Wage for April 2011
248-255
Attachment B – Building Demolition Specifications and Asbestos Survey Results
Attachment C – Geotechnical Investigation Soil Parameters
Attachment D – BNSF Contract Requirements
Attachment E – IDOT Highway Standards and IDOT District 4 Standards
West_Main_Street_Special_Provisions.doc
v
09L0008
ÐDE SPECIAL PROVISIONS
For the April 29 and June 17,2011 Lettings
'x' are applicable to this contract and will be included by the Project
Development and lmplementation Section of the BD&E. An * indicaies a new or revised special provision for the letting.
The following speciai provisions indicated by an
File
Name
Ë.
80240 1
80099 2
80243 3
80236 4
80186 5
80213 6
80207 7
I
80192
80173 o
80241 10
5026t 11
12
50481
50491
'13
5053¡
14
Soecial Provision Title
Above Grade lnlet Protection
Accessible Pedestrian Signals (APS)
American Recovery and Reinvesiment Act Provisions
American Recovery and Reinvestment Act Signing
Alkali-Silica Reaction for Cast-in-Place Concrete
Alkali-Silica Reacfion for Precast and Precast Prestressed Concrete
Approval of Proposed Bonow Areas, Use Areas, and/or Waste Areas
{NOTE: This special provision was previously named 'Approval of
Proposed Borrow Areas, Use Areas, and/orWaste Areas lnside
I II i noi s StaÍe Bo rd
Effective
Revised
July 1, 2009
April 1,2003 Jan.1,2007
April 1,2009
April 1,2009 April 15, 2009
Aug. 1,2007 Jan,1,2009
Jan. 1,2009
Nov. 1,2008 Nov.1,2010
ers' -)
Automated Flagger Assistance Device
Bituminous Materials Cost Adjustments
Jan. 1,2008
Nov. 2, 2006 April 1, 2009
Bridge Demolition Debris
July 1,2009
Building Removal-Case I (Non-Friable and Friable Asbestos)
Building RemovalGase ll (Non-Friable Asbestos)
Building Removal-Case lll (Friable Asbesios)
Sepl. 1, 1990 April 1, 2010
Sept. 1, 1990 April'1, 2010
Sept. 1, 1990 April 1,2010
Sepl. 1, 1990 April 1,2010
"',',: i.aø {Iø-9oi'.,:T:&i?ii':i,,.¿ß 1
:1
80260 1€
80198 '17
80199 18
80094 '19
80215 20
80226 21
80261 22
80237 23
80239 24
80227 25
80177 26
Completion Date (via calendar days)
Completion Date (via calendar days) Plus Working Days
Concrete Admixtures
Concrete Joint Sealer
Concrete Mix Designs
Consfruction Air Quality - Diesel Retrolit
Construction Air Quality - Diesel Vehicle Emissions Control
Construstion Air Quality - ldling Restrictions
Determinalion of Thickness
Içqdl Mqdeling for Earthwork
Calculalions
July 1, 2010
April 1,2008
April 1,2008
Jan. 1, 2003 April 1, 2009
Jan. 1,2009
April 1, 2009
June 1,2010
April 1, 2009 July 1, 2009
April 1,2009
April 1,2009
April 1,2007
à'nË,ê$;Büsìn'irssËiiiäiþ-fii¡é:pArii¡pËüä¡¿ ,'i:.ìì::ili::i-i;'ii,É:,;''sË.pi.,Ëì-?ç^-qq:i;liåË+e
¡E*¡iad.-jÉ1ëLP;rjé.tp.g!õÉ.*,fn-dprTæfiì.Þ';:,;,.,;,.+,r.,r:;iiili:iij;i;'':,,
80179
80205
80189
80228
80249
80265
80229
80169
80194
80245
80246
80250
80259
801
29
30
31
J¿
JJ
34
2t
36
37
38
âo
40
41
09 42
80110
43
80252 44
Engineer's Field Ofüce Type
Engineer's Field Office Type
Equipment Rental
Flagger at Side Roads and
Frames and
A
B
Rates
Entrances
Grates
Friclion Aggregate
Fuel Cost Adjustmenl
High Tension Cable Median Banier
HMA- Hauling on Partially Completed Full-Depth
Hot-Mix nsphatt - Rnti-stripping
Hot-Mix Asphalt - Density Testing of Longitudinal
Hot-Mix Asphalt Hot Mix Asphalt - Fine
lmpact
lmpact Attenuaiors,
lmproved
Additive
Drop-Offs
Aggregale
Attenuators
Temporary
Subgrade
,;irÌi,låpfrJ.1i¡;293{H{i:iii,i¿:.
:
April 1, 2007 Jan.1,2011
Aug. 1, 2008 Jan.1,2011
Aug.2,2007 Jan,2,2008
April 1,200g
Jan. 1,2010
Jan.1,201i
April
'1,
2009
July'1, 2009
Jan.1,20A7 April 1,2009
Pavement
Jan. 1,2008
Joints
Nov. 1, 2009
Jan. 1, 2010
Jan. 1, 20'10
Aprit 1, 2010
Nov. 1, 2003 Nov. 1, 2008
Nov. 1,
Jan.1,2007
Jan. 1, 2010
2003
u
File Name
#
80266 45
.
Special Provision Titie
Lane Closure, Multilane, lntermittent or Moving Operation, for
Speeds
S
80230
80267
80045
80203
80165
80238
80253
46
47
48
49
50
51
52
84262 s3
80180 54
80208 55
80231 56
80254 57
80022 58
80232 59
80263 60
80210 61
80217 62
80268 63
80171 64
80218 65
84219 66
80220 67
80221 68
80015 69
34261 70
80157 71
80247 72
80172 73
80224 74
80271 75
80131 76
802õ4 77
80152 78
80132 79
80127 80
80255 81
80234 82
80143 83
80075 B4
80087 85
80225 86
80256 87
80257
80269
88
89
Effective
Jan. 1,2011
Jan.2,2011
April 1,2009
April 1,2011
Revised
40 MPH
Liquidated Damages
Long-Span Guardrail over Culvert
Material Transfer Device
Metal Hardware Cast into Concrete
Moisture Cured Urelhane Paint System
Monthly Employment Report
Movable Traffìc Barrier
(NOTE: This special provision was previously named "Movable
Traff i c B a r ri er Sysfem ". )
Mulch and Erosion ControlBlankets
(NOTE: This special provision was previously named "Mutch\
National Pollutant Discharge Elimination System / Erosion and
Sediment Control Deficiency Deduction
Nighttime Work Zone Lighting
Pavement Marking Removal
Pavement Patching
Payments to Subcontractors
Pipe Culverts
Planting Perennial Plants
Portland Cement Concrete lnlay or Overlay
Post Clips for Extruded Aluminum Signs
Post Mounting of Signs
Precast Handling Holes
Preventive Maintenance - Bituminous Surface Treatmenl
Preventive Maintenance - Cape Seal
Preventive Maíntenance - Micro-Surfacing
Preventive Maintenance - Slurry Seal
Public Convenience and Safety
Railroad Protective Liability lnsurance
Railroad Protective Liability lnsurance (5 and 10)
Raised Reflective Pavement Markers
Reclaimed Asphalt Pavement (RAP)
Restoring Bridge Approach Pavemenls Using High-Density Foam
Safety Edge
Seeding
Selection of Labor
Self-Consolidatin g Concrete for Cast-l n-Place Construction
Self-Consolidating Concrete for Precast Products
Sleel Cost Adjustment
Stone Matrix Asphalt
Storm Sewers
Subcontractor Mobilization Payments
Surface Testing of Pavements
Temporary Erosion Control
Temporary Raised Pavement Marker
Temporary Water Filled Barrier
(NOTE: This special provision was previously named "Temporary
Langitud inal Traffic Barrier System".)
Traffic Barrier Terminal, Type 6
Traffic Control Surveillance
Jan. 1,2011
June '15, 1999
April 1, 2008
Nov. 1,2006
April 1, 2009
Jan. 1, 2009
April 1, 2009
Jan.1,2010
Jan.1,2010
Jan. 1,2010
Jan. 1,2011
Nov; 1,2010
April 1, 2011
Aprtl1,2007
Nov. 1,2009
Nov. '1, 2008
April 1, 2009
Jan. 1,2010
June 1,2000
April 1, 2009
Jan. 1, 2006
April 1,2010
Jan. 1,2011
Nov. 1,2008
Jan. 1,2009
Jan. 1,2011
Jan. 1,2007
Jan.
Jan.
Jan.
Jan.
Jan.
Dec.
Jan.
1, 2009
1,2009
1,2009
1,2009
1,2000
1, 1986
April 1, 2009
April 1, 2009
Jan. 1,2006
1,2006
Nov.1,2009
Aprill,2010
Jan. 1,2007
Jan. 1,2011
Jan. 1,2009
April1,2011
July 1, 2004
July 1,2010
July 2,241O
Nov.1,2005
July 1,2004
April2,2004
Jan. '1, 2010
April 1, 2009
April2,2AA5
April1,2O02
Nov. 1,2002
Jan. 1,2009
Jan. 1,2010
Jan. 1,2010
Jan. 1,2011
July 1,2010
July 1,2010
April 1, 2009
April 1,20'10
April 1, 2011
Jan. 1,2007
Jan. 1,2011
Jan. 1.2011
File Name
20338
80258
80270
80071
'
ft
90
91
92
93
Special Provision Title
Training Special Provisions
Truck Mountedffrailer Mounted Attenuators
Utility Coordination and Conflícts
Working Days
Effective
Revised
Oct. 15, 1975
Jan. 1,2010
.Apñ|,1, 2011
Jan.1,2002
The following special provisions are in the 2011 Supplemental Specifications and Recurring Special Provisions:
File
Name
Special Provision Title
80214 Concrete Gutter, Type A
80178 DowelBars
80201 HolMix Asphalt - Plant Test Frequency
80251 Hot-Mix Asphalt - QC/QA Acceptance Criteria
80202 Hot-Mix Asphalt - Transportation
80196 Mast Arm Assembly and Pole
84182 Notification of Reduced Width
80069 Organic Zinc-Rich Paint System
80216 Partial Exit Ramp Closure for Freeway/Expressway
80209 PersonalProtectiveEquipment
80119 Polyurea Pavement Markíng
80170 Portland Cement Concrete Plants
80211 Prismatic Curb Reflectors
80223 Ramp Closure for Freeway/Expressway
80183 Reflective Sheeting on Channelizing Devices
80206 Reinforcement Bars - Storage and Protection
80176 ThermoplasticPavementMarking
New Location
Article 606.07
Effective
Revised
Jan. 1,2009
Article 1006.1'l
4pn11,2007 Jan. 1,2008
Article 1030.05
Article 1030.05
April
Jan.
April
Jan.
April
Nov.
Jan.
Nov.
1,2009
1,2008
April
1,
Article 1030.08
Article 1077.03
Article 701.06
Article 1008.05
Section 701
Article 701.12
Sections 780, 1095 and
1
1,2008
Jan. 1,2010
1,2010
1, 2008
1, 2008 Jan. '1, 2009
1, 2007
1,2001
2004
Jan. 1,2010
Jan. 1, 2009
105
Article 1020.11
Jan. 1,2047
Articles 782.03 and 1097.04
Section 701
Article 1106.02
Article 508.03
Article 1095.01
Nov.
Jan.
April
Aug.
1,2008
1,2009
1,
1,
2007
2008
Nov. 1, 2008
April 1, 2009
Jan. 1,2007
The following special provisions require additional information from the designer. The additional information needs to be
included in a separate document attached to this check sheet. The Project Development and lmplementation section will then
include the information in the applicable special provision. The Special Provisions are:
.
.
.
.
Bridge Demolition Debris
Building Removal-Case I
Building Removal-Case ll
Building Removal-Case lll
.
.
.
.
Building Removal-Case lV
Completion Date
Completion Date Plus Working Days
DBE Participation
o
r
.
.
Material Transfer Device
Railroad Protective Liability lnsurance
ïraining Special Provisions
Working Days
GUIDE BRIDGE SPECIAL PROVISION INDEX/CHECK SHEET
Effective as of the: March 11, 2011 Letting
!
✔
✔
✔
✔
✔
File
Name
GBSP4
GBSP11
GBSP12
GBSP13
GBSP14
GBSP15
GBSP16
GBSP17
GBSP18
GBSP21
GBSP22
GBSP25
GBSP26
GBSP28
GBSP29
GBSP30
GBSP31
GBSP32
GBSP33
GBSP34
GBSP35
GBSP36
GBSP37
GBSP38
GBSP42
GBSP43
GBSP44
GBSP45
GBSP46
GBSP47
GBSP50
GBSP51
GBSP52
GBSP53
GBSP55
GBSP56
GBSP57
GBSP58
GBSP59
GBSP60
GBSP61
GBSP62
GBSP63
GBSP64
Title
Effective
Revised
Polymer Modified Portland Cement Mortar
Permanent Steel Sheet Piling
Drainage System
High-Load Multi-Rotational Bearings
Jack and Remove Existing Bearings
Three Sided Precast Concrete Structure
Jacking Existing Superstructure
Bonded Preformed Joint Seal
Modular Expansion Joint
Cleaning and Painting Contact Surface Areas of Existing Steel
Structures
Cleaning and Painting New Metal Structures
Cleaning and Painting Existing Steel Structures
Containment and Disposal of Lead Paint Cleaning Residues
Deck Slab Repair
Bridge Deck Microsilica Concrete Overlay
Bridge Deck Latex Concrete Overlay
Bridge Deck High-Reactivity Metakaolin (HRM) Conc Overlay
Temporary Sheet Piling
Pedestrian Truss Superstructure
Concrete Wearing Surface
Silicone Bridge Joint Sealer
Surface Preparation and Painting Req. for Weathering Steel
Underwater Structure Excavation Protection
Mechanically Stabilized Earth Retaining Walls
Drilled Soldier Pile Retaining Wall
Driven Soldier Pile Retaining Wall
Temporary Soil Retention system
Bridge Deck Thin Polymer Overlay
Geotextile Retaining walls
High Performance Concrete Structures
Removal of Existing Non-composite Bridge Decks
Pipe Underdrain for Structures
Porous Granular Embankment (Special)
Structural Repair of Concrete
Erection of Curved Steel Structures
Setting Piles in Rock
Temporary Mechanically Stabilized Earth Retaining Walls
Mechanical Splicers
Diamond Grinding and Surface Testing Bridge Sections
Containment and Disposal of Non-Lead Paint Cleaning
Residues
Slipform Parapet
Concrete Deck Beams
Demolition Plans for Removal of Existing Structures
Segmental Concrete Block Wall
June 7, 1994
Dec 15, 1993
June 10, 1994
Oct 13, 1988
April 20, 1994
July 12, 1994
Jan 11, 1993
July 12, 1994
May 19, 1994
June 30, 2003
June 1, 2007
Jan 1, 2007
Jan 1, 2007
Oct 4, 2010
Jan 1, 2007
Jan 18, 2011
Jan 1, 2007
Jan 1, 2007
Jan 1, 2007
Jan 1, 2007
Sept 13, 1994
Oct 2, 2001
Oct 2, 2001
May 15, 1995
May 15, 1995
May 15, 1995
Jan 21, 2000
Sept 2, 1994
Jan 13, 1998
June 23, 1994
Aug 1, 1995
Nov 21, 1997
April 1, 1995
Feb 3, 1999
Sept 20, 2001
Nov 13, 2002
Dec 30, 2002
May 7, 1997
Sept 19, 2003
Aug 5, 2002
June 21,2004
May 17, 2000
Sept 28, 2005
Mar 15, 2006
June 1, 2007
Nov 14, 1996
Jan 6, 2003
Sept 21, 1995
Dec 6, 2004
Nov 25, 2004
Oct 4, 2010
April 30, 2010
April 30, 2010
Jan 18, 2011
Jan 18, 2011
Jan 18, 2011
Jan 18, 2011
Jan 1, 2007
Oct 4, 2010
Jan 12, 2009
Oct 4, 2010
May 11, 2009
Mar 6, 2009
Jan 18, 2011
Oct 9, 2009
Oct 9, 2009
May 11, 2009
Jan 1, 2007
Oct 9, 2009
Jan 1, 2007
Jan 1, 2007
Jan 22, 2010
Nov14, 2008
Jan 22, 2010
June 1, 2007
June 13, 2008
Sept 5, 2007
Jan 7, 1999
Jan 1, 2007
Oct 4, 2010
May 11, 2009
July 9, 2008
Mar 6, 2009
Jan 12, 2009
Oct 9, 2009
Oct 4, 2010
✔
✔
✔
✔
✔
GBSP65
GBSP66
GBSP67
GBSP68
GBSP69
GBSP70
GBSP71
GBSP 72
Precast Modular Retaining Wall
Wave equation Analysis of Piles
Structural Assessment Reports for Contractor’s Means and
Methods
Piling
Freeze-Thaw Aggregates for Concrete Superstructures Poured
on Grade
Braced Excavation
Aggregate Column Ground Improvement
Bridge Deck Fly Ash or GGBF Slag Concrete Overlay
Mar 19, 2001
Nov 14, 2008
Mar 6, 2009
Oct 4, 2010
May 11, 2009
April 30, 2010
Jan 22, 2010
Aug 9, 1995
Jan 15, 2009
Jan 18, 2011
Jan 18, 2011
Oct 4, 2010
LIST ADDITIONAL SPECIAL PROVISIONS BELOW
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
STATE OF ILLINOIS
KNOX COUNTY
CITY OF GALESBURG
SPECIAL PROVISIONS
The following Special Provisions supplement the "Standard Specifications for Road and Bridge
Construction", adopted January 1, 2007, the latest edition of the "Illinois Manual on Uniform
Traffic Control Devices for Streets and Highways", the "Manual of Test Procedures For
Materials" in effect on the date of invitation for bids, and the "Supplemental Specifications and
Recurring Special Provisions", as indicated on the Check Sheet included herein, which apply to
and govern the construction of the West Main Street Overpass Improvements, Section 05-0050020-GS and State Section 51VB, in Knox County, Illinois. In case of conflict with any part, or
parts, of said Specifications, the said Special Provisions shall take precedence and shall govern.
DESCRIPTION OF WORK
This work consists of furnishing all labor, materials, and equipment necessary to construct the
West Main Street Overpass. Improvements include construction of bridge, mechanically
stabilized earth (MSE) retaining wall, new full depth concrete pavement, curb and gutter, storm
sewer systems, sanitary sewer construction, water main construction, street lighting systems,
traffic signals, and all miscellaneous appurtenant items shown in the plans and as described in
these Special Provisions.
EXISTING UNDERGROUND FACILITIES
The City of Galesburg assumes no responsibility for the presence, specific size or location of
underground distribution systems of the several public utility corporations. No responsibility for
the protection of said underground systems will be assumed by the City. If such protection is
found to be necessary for water mains, gas mains, steam mains, underground electrical
distribution systems, underground telephone circuit systems or any other underground systems of
non-municipal ownership, the cost of same, in whole or in part, is disclaimed of the City of
Galesburg.
NOTIFICATION OF UTILITIES PRIOR TO CONSTRUCTION
All utility companies must be notified, in writing, by the Contractor at least one (1) week in
advance prior to starting construction. All utility companies must be notified so that they may
have personnel on the job site to assist in locating their utility lines and avoid damage to their
utilities. A copy of the letter notifying the utility companies of the Contractor's intention to start
work must be received by the City of Galesburg before he will be permitted to start construction.
West_Main_Street_Special_Provisions.doc
1
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
PREVAILING RATE:
Not less than the Prevailing Rate of Wages as found by the city of Galesburg, or the Department
of Labor, or determined by the Court of Review, shall be paid to all Laborers, Workmen and
Mechanics performing work under this contract.
CERTIFIED PAYROLLS
All work is subjected to the Davis-Bacon Act and all prevailing wage laws. The contractor and
all subcontractors shall submit certified copies of his payroll weekly for all work undertaken on
the project. Failure to keep current on submittal of payrolls shall be cause to withhold payment
for completed work.
PROOF OF INSURANCE
The contractor shall carry insurance as required by the Standard Provisions. Proof of insurance
coverages shall be submitted to the City and shall be kept in force until all work to be performed
under the terms of the contract have been accepted.
LABOR AND MATERIAL PAYMENT
The contractor shall not commence work under this contract until he has obtained a labor and
Material Payment Bond, which has been approved by the City, nor shall the Contractor allow
any subcontractor to commence work on his subcontract until subcontractor has a similar bond or
the Contractor’s bond covers the subcontractor’s Labor and Material Payment.
J.U.L.I.E. SYSTEM
The J.U.L.I.E. (Joint Utility Locating Information for Excavators) must be notified prior to
starting construction so that the respective utilities may have adequate time to locate and mark
their underground facilities. Phone: 1-800-892-0123. The following information may be
requested by J.U.L.I.E.:
County Name:
Township Name:
Section Numbers:
Knox
Galesburg City Township
Township 11 N, Range 1E, Section 15
COOPERATION WITH UTILITY COMPANIES
It is understood and agreed that the Contractor has considered, in his bid, all the permanent and
temporary utility appurtenances in their present or relocated positions and that no additional
compensation will be allowed for any delays, inconvenience or damage sustained by him due to
any interference from the said utility appurtenances or the operations of moving them.
West_Main_Street_Special_Provisions.doc
2
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
All telephone, telegraph, cableway, gas, water, electrical and wire lines, within the limits of the
proposed construction owned by various utility companies, are to be moved by the Owners of the
particular utility involved at the Owner's expense.
STATUS OF UTILITIES TO BE ADJUSTED AND ABANDONED
All known existing utilities within the limits of the retaining wall will be relocated. The existing
facilities will be removed and/or abandoned in place. The sanitary sewer (Galesburg Sanitary
District) and the water main (City of Galesburg – Water Division) will be relocated as part of
this project. Other utilities, including Ameren Electric, Ameren Gas, and Century Telephone,
will be relocated by those companies and are not included in the project.
Abandonment of Sanitary Sewer and Water Main: Once the proposed sanitary sewer and water
main are constructed, the existing sewer and water facilities that remain within the limits of the
retaining wall will either be removed and/or abandoned. Where there is a direct conflict between
the reinforced section of the MSE wall and the abandoned sewer or water main, the plans will
call for the removal of the abandoned utility. This work will be paid for separately. However,
where there is not a direct conflict between the reinforced section and the abandoned sewer or
water main, the Contractor’s aggregate column ground improvement layout shall consider these
as possible obstructions. If the Contractor’s ground improvement design requires the removal of
an abandoned utility, that work shall be included in the cost of aggregate column installation.
Abandonment of Other Utilities: Abandonment of facilities that are to be relocated and are not
part of this project (i.e. gas, electric and telephone) will be accomplished prior to beginning of
the work associated with the overpass project. Existing pipe and/or manhole structures that are
abandoned by Ameren and Century Telephone will remain in place. Where there is a direct
conflict between the reinforced section of the MSE wall and the abandoned gas main or
telephone duct, the plans will call for the removal of the abandoned utility. This work will be
paid for separately. However, where there is not a direct conflict between the reinforced section
and the abandoned gas main or telephone duct, the Contractor’s aggregate column ground
improvement layout shall consider these as possible obstructions. If the Contractor’s ground
improvement design requires the removal of an abandoned utility, that work shall be included in
the cost of aggregate column installation.
For information, the pipe material and diameter of the pipes to be abandoned in place will be
noted on the plans and as described below. The locations as noted below and in the plans should
be considered approximate. It is the Contractor’s responsibility to verify exact locations in field.
Ameren Gas
• 1 ½” diameter steel pipe - north side of Main Street from Garfield to 180’ west of Maple
Avenue.
• 2” diameter plastic pipe – within Academy Street intersection
• 2” diameter steel pipe – south side of Main Street from Sta 61+00 to 61+50
• 6” diameter steel pipe – south side of Main Street from Sta 61+50 on to the east.
West_Main_Street_Special_Provisions.doc
3
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Century Telephone
• Four 3 ½” wooden ducts (2 ducts stacked on top of 2 ducts) – north side of Main Street
from Walnut to Academy Street. Depth of bury to top of duct bank is approximately 36”
to 40”. Telephone vaults as noted in plans are estimated to be either 6 foot or 8 foot
square concrete structures that are approximately 4 foot in depth.
• Direct bury telephone line from side streets (Maple and Garfield).
Utility Company
Contact
Phone Number
Ameren – IP
Comcast Communications
City of Galesburg - Water
Galesburg Sanitary District
Century Telephone
Julie Cone
309-345-5169
309-342-2161
309-345-3649
309-342-0131
309-477-0255
Richard Nelson
Marshall Schrader
Darrell Schmidt
RESPONSIBILITY FOR DAMAGE CLAIMS
The Contractor shall indemnify and hold harmless the CITY of GALESBURG, its officers and
employees against all loss, damage or expense that it or they may sustain as a result of any suits,
actions, or claims of any character brought on account of injury to or death of any person or
persons, including all persons performing any work under this contract, which may arise in any
way in connection with the work to be performed under this contract, including but not limited
to, suits, actions or claims arising under "An Act Providing for the Protection and Safety of
Persons In and About the Construction, Repairing, Alteration or Removal of Buildings, Bridges,
Viaducts, and Other Structures, and to Provide For the Enforcement Thereof", approved June 3,
1907, (Ill. Rev. Stats., Ch. 48, Sec. 60, et seq.), as amended. The Contractor shall also indemnify
and hold harmless the CITY of GALESBURG, its officers and employees from all suits, actions,
or claims of any character brought because of any injuries or damages received or sustained by
any person, persons or property, on account of, or in consequence of, any neglect by Contractor
or a Subcontractor in safeguarding the work; or through use of unacceptable materials in
constructing the work; or because of any act or omission, neglect or misconduct of said
Contractor; or because of any claim or amounts recovered for any infringements of patent,
trademark or copyright; or from any claims or amounts arising or recovered under the
"Workmen's Compensation Act", or any other law, ordinance, order or decree, and so much of
the money due the said Contractor under and by virtue of his contract as shall be considered
necessary by the Department for such purposes, may be retained for the use of the
ENGINEERING DIVISION; or, in case no money is due, his surety shall be held until such
suits, actions or claims have been settled and suitable evidence to that effect furnished to the
Department.
TRAFFIC CONTROL PLAN
Traffic control shall be in accordance with the applicable sections of the "Standard Specifications
for Road and Bridge Construction", the applicable guidelines contained in the "Illinois Manual
West_Main_Street_Special_Provisions.doc
4
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
on Uniform Traffic Control devices for Streets and Highways", these special provisions, and any
special details and Highway standards contained herein and in the plans.
The governing factor in the execution and staging of work for this project is to provide the
motoring public with the safest possible travel conditions through the construction work zone.
Motorists shall be guided in a clear and positive manner while approaching and traversing
construction work areas. The Contractor shall arrange his/her operations to keep the closing of
lanes to a minimum. The Contractor will notify the Engineer in writing ten calendar days prior
to any activities that will disrupt normal traffic flow including road closures, lane closures, or
work directly adjacent to traffic lanes. To ensure acceptable levels of operation, routine
inspection of traffic control elements shall be performed. The Contractor will be required to
inspect and initiate any needed maintenance to the traffic control devices in this
contract. Construction equipment, materials and debris shall be stored in such a manner as not to
be vulnerable to vehicle impact and as directed by the Engineer.
The Contractor's vehicles shall always move with and not against or across the flow of traffic.
These vehicles shall enter or leave work areas in a manner which will not be hazardous to or
interfere with normal traffic, and shall not park or stop except within designated work areas.
Personal vehicles will not be permitted to park within the right-of-way, except in specific areas
designated by the Engineer.
The Contractor shall be responsible for the proper location, installation, and arrangement of all
traffic control devices. Special attention shall be given to existing warning signs and guide signs
during all construction operations. Warning signs and existing guide signs with arrows shall be
kept consistent with the barricade placement at all times. The Contractor shall immediately
remove, completely cover or turn from the motorist’s view all signs that are inconsistent with
lane assignment patterns.
No work shall commence on any stage of construction until all required traffic control is in
place. At the completion of each stage of construction or whenever operations indicate that a
relocation of a proposed or existing traffic control device is advisable, as determined by the
Engineer, the Contractor will be required to remove, relocate, reinstall, and maintain the device
as herein specified. All traffic control devices must remain in place until specific authorization
for relocation or removal is received from the Engineer.
All signs, signals, marking, traffic cones, barricades, warning lights, flaggers, and other traffic
control devices must conform to the plans, Section 701 of the “Standard Specifications”, special
provisions, and the latest edition of the" Illinois Manual on Uniform Traffic Control Devices".
The Contractor shall obtain, erect, maintain, and remove all traffic control devices in accordance
with Article 107.14 of the "Standard Specifications"
The placement of barricades and warning signs for the required lane closures shall be as
specified herein and the applicable highway standards shall proceed in the direction of the flow
of traffic. The removal of all signs and barricades shall begin at the end of the construction areas
and proceed toward on-coming traffic.
West_Main_Street_Special_Provisions.doc
5
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
At road closure locations where barricades are installed in a manner that will not allow
Contractor access to the project without relocation of one or more of the barricades, the
arrangement of the barricades at the beginning of each work day may be changed, when
approved by the Engineer, in the manner shown on Highway Standard 701901 for Road Closed
to Through Traffic. At the end of each work day the barricades shall be returned to their in-line
positions. This work will be considered included in the contract, and no extra compensation will
be allowed.
Special attention is called to Section 701 and Articles 107.09 and 107.14 of the Standard
Specifications and the following Highway Standards relating to traffic control: BLR21-8,
701701, and 701901 for use as applicable.
The Contractor shall furnish the name of the individual in his direct employ who is responsible
for the installation and maintenance of the traffic control for this project. This person shall be
able to be contacted on a 24-hour per day basis to furnish and maintain traffic control in case of
an emergency. The Contractor shall be responsible to communicate with impacted property
owners when their driveway/entrance will be shut down for any period of time.
Specific traffic control provisions have been added to the contract as commitments to the
property owners. The commitments are for the property owners as noted below.
646/658 W. Main Street: The driveway located on the west side of 658 W. Main Street is to
remain open at all times during construction, with the contractor using techniques to minimize
driveway closure during construction of the entrance and sidewalk. The pavement in front of the
entrance is to be milled and overlaid. The entrance should be open during the milling operations.
The proposed entrance/sidewalk shall be constructed in stages to allow for access to the
businesses at all times during construction.
641/647/657 W. Main Street: The joint driveway that services 641/647/657 W. Main Street is
limited to a two-week maximum closure in order to construct the improvements. The Main
Street pavement in front of the entrance is to be milled and overlaid. The entrance should be
open during the milling operations. The proposed entrance/sidewalk may be constructed in
stages to allow for access to the residence.
612 W. Main Street: This property has two entrances in both the existing and proposed
conditions. Access to the business shall be maintained at all times during construction. The east
entrances shall be constructed first, while traffic is maintained to the business with the existing
westerly entrance. Upon completion of the proposed eastern entrance, the access to the business
will be maintained through that entrance. The contractor will be responsible for providing
project signage that informs motorists that Midwest Bank is open during construction. The
signage shall be placed to the west of the property (approximately Sta 44+25).
Basis of Payment: Providing and relocating Temporary Concrete Barrier shall be paid for in
accordance with Section 704 of the “Standard Specifications”. Providing and removing
Temporary Pavement Marking, of the line width specified, will be paid for in accordance with
Section 703 of the “Standard Specifications. Except as noted above, all of the project traffic
West_Main_Street_Special_Provisions.doc
6
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
control and protection, including all temporary signs included in the construction staging plans,
as indicated in the plans and herein will be paid for at the contract lump sum price for TRAFFIC
CONTROL AND PROTECTION, SPECIAL. This price shall be payment in full for all labor,
materials, and equipment necessary to install, maintain, move, and remove all traffic control as
required herein.
IL ROUTE 150 DETOUR
During construction of the grade separation, the Contractor will be allowed to close Main Street
from Garfield Avenue to Academy Street. When the road is closed to traffic, traffic will be
rerouted according to the suggested detour plan. Appropriate traffic control measures must be
set up to designate this route to the traveling public. Signage shall be erected as per Article
701.14 of the “Standard Specifications”. Proposed traffic control/detour signs shall be mounted
according to the typical installations detail on IDOT Highway Standard 720006-02. Where
allowable by the City, proposed signage may be attached to existing utility poles. Long term
installations of traffic control signs may be required along the detour route and/or required by the
staged traffic control. Drilling through the existing concrete sidewalk to mount the signage may
be required if adequate grassed buffer zones are not available adjacent to the roadway. Upon
removal of these signs, the contractor shall be responsible for filling of the hole in the concrete
sidewalk.
All necessary detour signage and traffic control items for the signed detour should be included in
the lump sum price for TRAFFIC CONTROL AND PROTECTION.
MAIN ST, AND ACADEMY ST. INTERSECTION TRAFFIC PATTERNS
During construction of the Main Street and Academy Street intersection, the Contractor will be
responsible to coordinate with the City of Galesburg and with the local newspaper to make
public knowledge of current traffic patterns and future changes in the traffic pattern as the stages
change in the construction sequence.
All necessary public coordination should be included in the lump sum price for TRAFFIC
CONTROL AND PROTECTION.
CONSTRUCTION ACCESS
The Contractor shall present a plan of access that will be used during construction of said project
by the Contractor or Subcontractor to the Engineer at the time of the Pre-Construction Meeting.
The Engineer and Contractor shall both examine the plan noting any areas of concern before
construction begins.
Upon completion of the project the Engineer shall examine the streets prior to approving final
payment to the Contractor. Any areas that have been damaged, due to construction activity, shall
be repaired by the Contractor to the satisfaction of the Engineer. When work is complete, the
Contractor shall arrange, within a reasonable time period, to clean up and restore areas where
West_Main_Street_Special_Provisions.doc
7
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
equipment or material has been stored on the right-of-way or easement.. This work shall be
included in the cost of the contract.
The Engineer may restrict the movement of construction vehicles on the completed surface in
order to prevent damage to these surfaces.
EMBANKMENT
Effective: July 1, 1990
Revised: November 1, 2007
Revise the third paragraph of Article 205.06 of the Standard Specifications to read:
All embankment shall be constructed with not more than 110% of optimum moisture
content, determined according to AASHTO T 99 (Method C). The 110% of optimum
moisture limit may be waived in free draining granular material when approved by the
Engineer.
The Contractor may, at his option, add a drying agent to lower the moisture content as
specified above. The drying agent must be approved by the Engineer prior to use. Extra
compensation will not be allowed for the use of a drying agent but will be considered
included in the cost of the various items of excavation.
PROOF ROLLING
Effective April 23, 2004
Revised January 1, 2007
This work shall consist of proof rolling the subgrade with a fully loaded tandem axle dump truck
and driver at the direction of the Engineer. The truck shall travel the subgrade in all of the
proposed lanes of traffic in the presence of the Engineer.
This work will not be paid for separately, but considered included in the various earthwork pay
items.
SUBGRADE TREATMENT
Effective July 1, 1990
Revised April 25, 2008
Revise first sentence of first paragraph of Article 301.04 as follows:
“When compacted, the subgrade shall have a minimum dry density of 95 percent
of the standard laboratory dry density and a minimum immediate bearing value
(IBV) of 3.0.”
Delete the second paragraph (including subparagraphs a, b, and c) of Article 301.04 of the
Standard Specifications and replace it with the following:
West_Main_Street_Special_Provisions.doc
8
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
“In cut sections the contractor responsible for the rough grading shall obtain not
less than 95% of the standard laboratory density and not more than 110% of the
optimum moisture for the top 1' (300mm) of the subgrade.
The Contractor may, at his/her option, add a drying agent to lower the moisture
content as specified. The drying agent must be approved by the Engineer prior to
use. Additional compensation will not be allowed for the use of a drying agent,
but will be considered as included in the cost of the various earthwork items.”
In the first sentence of the third paragraph delete “above steps have” and replace with “work
has.”
ENVIRONMENTAL REVIEWS
Prior to use of any proposed borrow areas, use areas (temporary access roads, detours, runarounds, etc.) and/or waste areas, the Contractor shall file the required environmental resource
request surveys according to Section 107.22 of the Standard Specifications. These surveys are
required in order for the Department to conduct cultural and biological resource surveys for the
proposed site.
Prior to any waste materials being removed from the construction site, the required
environmental resource surveys will need to be obtained and filed by the Contractor. Excess
waste products removed from the construction site shall be disposed of as required in Section
202.03 of the Standard Specifications.
Any protruding metal bars shall be removed prior to the disposal of broken concrete at approved
disposal sites.
The required environmental recourse documentation shall include the following:
•
•
•
•
•
BDE Form 2289 (Environmental Survey Request)
A location map showing the size limits and location of the use area
Signed Property Owner Agreement Form –D4 PIO100
Color photographs depicting the use area
Borrow Area Entry Agreement form – D4 PIO101
Please note that a minimum of two weeks shall be allowed for the District to obtain the required
environmental clearances.
BORROW AND FURNISHED EXCAVATION
Effective march 7, 2000
Revised April 27, 2007
Add the following to the requirements of Article 204:
West_Main_Street_Special_Provisions.doc
9
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
“Soils which demonstrate the following properties shall be restricted to the interior of the
embankment and shall be covered on both sides and top with a minimum of 3 feet of nonrestricted soil not considered detrimental in terms of erosion potential or excess volume change.
A restricted soil is defined as having any one of the following properties.”
•
•
•
A grain size distribution with less than 35% passing the number 75um (#200) sieve.
A plasticity index of less than 12.
A liquid limit in excess of 50.
“All restricted and non-restricted embankment materials shall have the following minimum
strengths for the indicated moistures.”
Immediate Bearing
Value
Shear Strength
At 95% Density*
Moisture
3.0
1000 PSF (50 Kpa)
120%
1300 PSF (62 Kpa)
110%
4.0
*Granular Soils ø=35°
EMBANKMENT (RESTRICTIONS)
Effective January 21, 2005
Revised August 3, 2007
Add the following to the requirements of Article 205.04:
Gravel, crushed stone or soils having less than 35% passing the number 200 sieve and other
materials as allowed by Article 202.03 of the Standard Specifications are further restricted.
These further restricted materials are also limited to the interior of the embankment and shall
have a minimum cover of 3’ (1 m) of non-restricted soil (see “Borrow and Furnished
Excavation” Special Provision). Alternating layers of further materials may only be incorporated
in to the embankment by using one of the following procedures:
a. The further restricted materials shall be placed in 4” lifts and disked with underlying lift
material until a uniform and homogeneous material is formed having more than 35%
passing the number 200 sieve.
b. Sand, gravel or crushed stone embankment when placed on the existing ground surface
will be drained using a 10’ (3 m) French drain consisting of nonwoven geotechnical
fabric at the toe of the foreslope spaced 150’ (46 m) apart. At locations requiring a
French drain the 3’ (1m) cohesive cap shall not be installed within the 10’ by 10’ riprap
area. If the Engineer determines that the existing ground is granular free draining soil,
the French drain may be deleted.
West_Main_Street_Special_Provisions.doc
10
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
c. Sand, gravel or crushed stone embankment when placed on top of a cohesive
embankment will be drained with a permanent 4” (100 mm) underdrain system. The
underdrain system shall consist of a longitudinal underdrain on both sides of the
embankment and traverse underdrains spaced at 250’ (75 m) centers. The underdrain
shall consist of a 2’ (0.6 m) deep by 1’ (0.3 m) wide trench, backfilled with FA4 sand and
a 4” (100 mm) diameter underdrain. In addition, both sides of the embankment will have
a 6” (150 mm) diameter pipe drain which will drain the underdrain system and outletted
into a permanent drainage structure or outletted by a headwall at the toe of the
embankment.
The above work will not be paid for separately but shall be included in the cost of Earth
Excavation, Furnished excavation, or Borrow Excavation.
SUBBASE GRANULAR MATERIAL
Effective November 5, 2004
This work shall be in accordance with Section 311 of the Standard Specifications and as
specified herein.
All Subbase Granular Material shall have a minimum IBR of 40.
The Subbase Granular Material shall be placed in accordance with the limits shown on the plans.
The Contractor will be allowed to place the subbase granular material up to six (6) inches outside
of the limits of the PCC pavement in order to construct a solid pavement platform.
Compensation will not be allowed for any additional subbase granular material that is placed
outside of the six (6) inch limit.
STORM SEWER (WATER MAIN REQUIREMENTS)
The storm sewer shall be constructed to the lines and grades shown in the plans and according to
applicable portions of Section 550 of the Standard Specifications and as specified herein.
Storm sewer pipes designated as “water main requirements” will require water main quality pipe
due to the proximity to the existing water main. This pipe shall be Polyvinyl Chloride (PVC)
conforming to AWWA C 900 or C 905. Pipe shall be rated at 160 pounds per square inch (psi).
Elastomeric seals (gaskets) used for push-on joints shall comply with ASTM F 477, and shall be
pressure rated in accordance with ASTM D 3139.
Basis of Payment: This work shall be paid for at the contract unit price per foot for STORM
SEWER, (WATER MAIN REQUIREMENTS) of the size specified.
West_Main_Street_Special_Provisions.doc
11
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
NPDES PERMIT
The Engineer will apply for and obtain a National Pollutant Discharge Elimination System
Construction General Permit (NPDES CGP) prior to beginning construction.
The CGP has four main elements:
- Notice of Intent (NOI)
- Storm Water Pollution Prevention Plan (SWPPP)
- Incident of Non-Compliance (ION)
- Notice of Termination (NOT)
The Notice of Intent (NOI) serves as the application for the CGP. It is the contractor’s
responsibility to submit the NOI form and be in compliance with all NPDES requirements. A
Notice of Intent must be post-marked at least thirty days prior to the commencement of any
construction activity on site. The Erosion Control Plan sheets will convey the information
required for a Storm Water Pollution Prevention Plan (i.e. drainage patterns, area of soil
disturbance, location of storm water discharges, etc.). The Contractor shall be responsible for
having these plan sheets available for viewing during business hours at the project site. An
Incident of Non-Compliance must be completed and submitted to the IEPA if, at any time, an
erosion or sediment control device fails.
TEMPERATURE CONTROL FOR CONCRETE PLACEMENT
Effective: August 3, 2007
Delete the second and third sentences of the second paragraph of Article 1020.14(a) of the
Standard Specifications.
PLACEMENT OF HOT-MIX ASPHALT SURFACE COURSES
Effective: March 22, 2001
Revised: January 1, 2007
Placement of hot-mix asphalt surface courses shall not be allowed after October 15th of any
calendar year. The contractor is responsible for scheduling construction activities to complete
placement of surface courses prior to October 15th. If surface courses are not in place by October
15th, the contractor is responsible for implementing any measures needed to make the roadway
suitable for winter traffic and snow plowing activities. Any additional costs associated with this
provision shall be considered included in the cost of the unit prices bid for hot-mix asphalt
surface course items.
HOT-MIX ASPHALT SURFACE COURSE SURFACE TESTS
Effective: November 1, 2003
West_Main_Street_Special_Provisions.doc
Revised January 1, 2007
12
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
The Contractor shall provide a person to operate the straight edge in accordance with Article
406.11 of the Standard Specifications and communicate with City/IDOT personnel to minimize
the surface course bumps. If surface course bumps cannot be removed at this time, IDOT
personnel will record the locations and provide deductions as stated in Article 406.11.
REMOVAL OF BRICK PAVEMENT AND BRICK SIDEWALK
The work shall be in accordance with the applicable portions of Section 440 of the Standard
Specifications.
This work includes the careful removal of the existing brick pavement and brick sidewalk. This
consists of removal of the existing brick wearing surface and the PCC base course (existing
roadway only and if present). The brick wearing surface shall be removed separately from the
base course. The bricks shall then be hauled separately to an off-site location for cleaning
and palletizing. The Contractor shall properly dispose of waste materials produced by the
cleaning process.
Bricks to be re-laid on this project may be stored at the job site provided proper security and
traffic protection measures are taken. All bricks shall be temporarily palletized and shrinkwrapped, using standard-sized durable pallets (to be furnished by the Contractor.) Pallets shall
not be stacked over three pallets high nor should there be more than eight layers of bricks per
pallet, nor shall the total weight of the bricks exceed the pallet manufacturer’s weight limits.
Bricks to be re-laid may also be stored off-site at a location provided by the Contractor.
Regardless of the storage location, the Contractor shall be responsible for any brick broken due
to carelessness or lost due to theft. These bricks shall be replaced by the Contractor at his/her
expense. Upon return to the jobsite, the bricks will be inspected; all uncleaned or broken brick
shall not be used. No full, partial, or broken bricks are to be disposed of unless approved by
the Resident Engineer. Cleaned and palletized brick that are not re-laid as part of the
improvements shall be transported to the City of Galesburg’s brick storage areas at Gunther
Construction A4 asphalt plant outside of Galesburg.
This work shall be paid for at the contract unit price per square yard for PAVEMENT
REMOVAL (SPECIAL) and contract unit price per square foot for SIDEWALK REMOVAL
(SPECIAL).
REMOVAL OF EXISTING STRUCTURES
This work shall consist of the removal of existing concrete structures in general accordance with
Section 501 of the Standard Specifications.
A concrete structure exists below the existing Main Street (US 150) roadway pavement. The
general configuration of the structure is noted in the Removal of Existing Structure Detail in the
plan set on Sheet 165. The detail sheet indicates the locations and dimensions of the structure as
determined through review of original construction plans and exploratory borings.
West_Main_Street_Special_Provisions.doc
13
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
The removal of the structure shall be in general conformance with Article 501.04 of the Standard
Specifications, except as noted. The contractor shall remove all of the structure, including but
not limited to all of the brick and mortar abutments, PCC abutment cap and reinforced concrete
beams. The demolished structure shall be disposed of according to Article 202.03 of the
Standard Specifications. Backfilling of the void shall consist of placing and compacting the
necessary fill within the space excavated up to the elevation of the existing ground adjacent to
the structure void. The backfill material specification shall be in general accordance with the
porous granular embankment as defined in Section 207 of the Standard Specifications.
All of this work including labor, equipment, and materials will be paid for at the contract unit
price per lump sum for REMOVAL OF EXISTING STRUCTURES.
FURNISHING AND SETTING BRICK PAVERS
The work under this pay item shall consist of placing prime on the new concrete base, placing a
bituminous mastic cushion, placing the brick pavers on top of the mastic cushion, and filling all
joints with a sand-cement mixture.
The Contractor shall re-use the cleaned and palletized brick pavers salvaged from the street first.
Any additional pavers needed shall come from the City’s storage location, located at Gunther’s
asphalt plant, off of Lincoln Street on the southeast corner of the I-74/US 34 interchange. It shall
be the Contractor’s responsibility to coordinate the locating and transporting of these brick
pavers from the storage location to the jobsite when necessary. The Contractor must inform the
Resident Engineer of this activity, and allow him/her to be present to inspect and approve the
bricks prior to transport. No bricks shall be removed from the storage yard without the Resident
Engineer’s approval. Bricks transported from the City storage yard shall be the Contractor's
responsibility to transport to the jobsite. It is estimated that there will be sufficient bricks
harvested from Garfield Street to supplement the missing and/or broken bricks. Therefore, the
harvested bricks shall be used first. However, if the number of bricks is insufficient from the
harvesting, then the balance of bricks needed shall be taken from the City Storage area.
The bricks to be used from the City’s storage yard may need to be stacked and palletized in order
to be transported. The Contractor will be responsible for supplying any additional pallets
needed, re-palletizing these brick, stacking and palletizing any additional brick that are currently
located in piles, and transporting the brick to the jobsite. This work shall not be paid for
separately, but shall be included in the unit bid price for this pay item.
The Bituminous mastic shall consist of a mixture of Asphalt Cement complying with Section
1009 and Fine Aggregate complying with Section 1003. The AC used shall be SC-250 and the
fine aggregate used shall be a 50/50 blend of FA20 and FA1. The ingredients shall be combined
in such proportions as to produce a mixture conforming to the following composition limits by
weight:
Fine Aggregate
93%-95%
Bitumen
5% - 7%
West_Main_Street_Special_Provisions.doc
14
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Prime for the concrete base shall be MC-30 Grade Asphalt. Apply primer at a rate of 0.08
gal/SY to concrete base immediately before placing mastic material.
Mastic material shall be plant mixed. Place mastic material to approximately 1.0” uncompacted
thickness. The mastic material shall be screeded to the specified1.0” thickness by means of a
straightedge with screws set at 1.0” (or other approved methods) to ensure that the correct
amount of mastic cushion is being placed. Once the mastic has been screeded, add fresh
bituminous material to low spots after each pass of the striking boards. A minimum of two (2)
passes with the strike-off will be required. The screws and screed may need to be adjusted
during construction to allow for accurate setting of the brick pavers to the proposed finish grade.
The Resident Engineer shall approve all adjustments to the thickness of the mastic.
After the mastic has been placed and screeded, it is not to be compacted, walked upon, or
otherwise disturbed except by the bricks being placed. If walked upon or compacted in any way,
the Contractor will be required to remove and relay mastic at no additional compensation. The
Contractor shall limit the placement of mastic material to the current day’s rate of placing the
brick wearing surface, allowing no more than three (3) feet of mastic beyond the working edge
of the brick. Mastic material left uncovered overnight shall be reworked and rescreeded the next
day.
In delivering bricks from the pallets for placement in the street, no wheeling in barrows will be
allowed on the brick surface. Bricks shall not be dumped into piles. All bricks when laid shall
be clean and kept clean and entirely free from dirt or other foreign matter until the pavement is
complete. All the brick-laying work shall be done over the brick already laid. The disturbing of
any exposed mastic cushion is prohibited.
The bricks shall be laid by hand with the best face up in straight courses (at right angles to the
curbs) from curb to curb in a running bond pattern with a uniform top surface. The brick
abutting the curb shall be placed parallel to the curb line. Each alternative course is started with
a half brick. The bricks are laid so that they are “hand-tight”.
Except when encountering a utility, a maximum of two partial bricks shall be used in any one
course of brick. Partial brick shall be machine-sawed and may not be less than three (3) inches
in length. Gaps narrower than three (3) inches at the end of a course shall result in the last two
bricks being cut to fit. The fractured or cut ends of partial bricks shall be laid towards the center
of the pavement. Broken and chipped brick suitable for partial bricks shall be used so far as
practical in obtaining the necessary partial brick instead of breaking otherwise whole and sound
bricks.
All joints in adjacent courses and rows shall be staggered by at least three (3) inches unless
directed by the Resident Engineer. After every fourth course of brick has been laid, the courses
shall be straightened (racked) by tapping with a rubber sledge on a 4” x 4” timber at least three
(3) feet in length.
West_Main_Street_Special_Provisions.doc
15
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
A taut string line shall be used when laying the brick to establish line and grade. The crown,
grade, and slope shall frequently be checked with a ten (10) foot straightedge with no greater
variation in the surface than one quarter (1/4) inch. Any low or high spots shall require
corrective realignment (corrected by removing the brick(s) and removing or adding bedding
material). Mechanical force, driving and ramming shall not be used to straighten rows.
Any chips or spalls shall be swept from the surface to prevent them from entering the joints
between the bricks. Prior to filling the joints, the surface shall be inspected and all defective
brick removed and replaced with acceptable brick.
After the bricks have been placed, a 4 to1 sand-cement mixture shall be broomed into the gaps or
joints between the bricks. The sand shall meet an FA 9 gradation as specified in the Standard
Specifications.
After the joints have been filled with the sand-cement mixture, the bricks shall be rolled with a
power-driven tandem roller weighing not less than two (2) nor more than five (5) tons. Rolling
shall be done longitudinally and at a SLOW pace. Rolling shall start at the curb and proceed
toward the centerline and shall not progress more than one (1) foot transversely at each
longitudinal roll. The roller is then taken to the opposite side of the street and the operation
repeated. After the first rolling, the surface shall be inspected and all broken, spalled, chipped,
loose, or otherwise damaged brick during the rolling operation shall be removed and replaced.
After inspection, the joints shall have another application of 4 to 1 sand-cement mixture broomed
into the gaps or joints between the bricks. The bricks shall again be rolled, this time diagonally
across the pavement, first in one direction and then in the other. A final rolling parallel to the
curb may be required but in no case shall the rolling be continued longer than is necessary to bed
the brick firmly and create a smooth surface. Once this rolling has been completed, light
construction equipment such as a backhoe or skid steer loader may be driven carefully on the
new brick wearing surface.
Portions of the pavement not accessible to the power-driven tandem roller shall be tamped with a
plate compactor. The plate compactor shall have a plate size of about two feet by two feet and a
centrifugal force of 3,000 to 5,000 pounds.
The surface shall be checked after rolling and any variation of one-quarter (1/4) inch in ten (10)
feet shall result in the removal of the brick in the area of variance and re-laid until the surface is
win the allowable tolerance.
At the completion of the day, all areas of brick paver installation shall be rolled except six (6)
feet from the working edge.
After each stage of the brick-wearing surface has been completed, one additional application of
the sand-cement mixture will be required to the entire completed pavement surface for that stage,
and the surface wet down and allowed to dry.
West_Main_Street_Special_Provisions.doc
16
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
After the entire brick-wearing surface has been completed for all stages, two additional
applications of the sand-cement mixture will be required to the entire pavement surface. After
each application, the entire pavement will be wet down and allowed to dry before the next
application of the sand-cement mixture is applied. There shall temporarily be no parking on both
sides of the street while the last two application of the sand-cement mixture is taking place.
Therefore there will be a total of five (5) applications of joint filler before the brick wearing
surface is complete.
The Contractor shall be limited in allowing heavy equipment on the newly constructed brick
paver surface. Materials stockpiled on the pavement shall be set on ¾” thick plywood.
All the above described work including but not limited to the transporting of the brick pavers,
MC-30 prime, bituminous mastic, sand-cement joint filler, and placing and rolling the brick
wearing surface shall be paid for at the contract unit price per square foot for FURNISHING
AND SETTING BRICK PAVERS
CONCRETE HEADWALL REPAIR
This work consists of removing and disposing of all deteriorated concrete and replacing it with
new concrete at the locations specified on the plans and as directed by the Engineer. The
concrete shall have a minimum compressive strength as specified on the plans but not less than
that specified for class SI concrete. This work shall also include the construction of necessary
formwork and scaffolding and installing supplemental reinforcement bars and expansion bolts as
directed by the Engineer as well as the wall extension as shown. Also included in this work is
the fabrication and installation of new handrail panels as shown in the plans.
The materials and construction methods shall conform to the applicable provisions of Sections
503 and 508 of the Standard Specifications. The coarse aggregate for Class SI concrete shall be
gradation CA 16 only.
Construction Methods: The areas to be repaired shall have all loose, unsound concrete removed
completely by the use of an electric chisel or other mechanical tools approved by the Engineer.
All reinforcing bars within the repair area shall be undercut to a depth that will permit a
minimum of 1" of plastic concrete under/behind the reinforcing bars. When removing the
existing concrete the Contractor shall provide a 1" deep saw cut along the outside edges of the
repair area.
Existing reinforcement bars shall be cleaned by sandblasting. After cleaning, all exposed
reinforcement shall be carefully evaluated to determine if replacement or additional
reinforcement bars are required. Apply an approved zinc-rich coating to exposed reinforcing
steel in accordance with manufacturer’s instructions. Material for coating existing reinforcing
steel shall be ECB as manufactured by Conproco or an approved equal. No coating shall be
applied to concrete surfaces adjacent to the reinforcement. Any coating accidentally applied to
the surrounding concrete shall be removed prior to placement of the grout.
West_Main_Street_Special_Provisions.doc
17
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Reinforcing bars that have been cut or have lost 25% or more of their original cross sectional
area shall be supplemented by new inkind reinforcement bars. New bars shall be lapped a
minimum of 32 bar diameters to existing bars. An approved “squeeze type” mechanical bar
splicer 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. The furnishing and replacing of supplemental reinforcement bars shall be included
in this item.
The formwork shall provide a smooth and uniform concrete finish most nearly matching the
existing surface of the concrete structures. Formwork shall be completely mortar tight and
closely fitted where they adjoin the existing concrete surface to prevent leakage. Air vents may
be provided to reduce voids and improve surface appearance. The Contractor shall use exterior
mechanical vibration, as approved by the Engineer, to release air pockets that may be entrapped.
Concrete slump at the job site, after a superplasticizing admixture is added, shall be 6-7 inches +
1 inch. The superplasticizer shall comply with Type F of the Department's approved admixture
list.
Prior to placing the new concrete the Contractor shall prepare the surface of the existing concrete
against which the new concrete is placed by sand, air or water blasting. The surface shall be free
of oil, dirt and loose concrete. Just prior to concrete placement the surface shall be thoroughly
wetted to a saturated surface dry condition or as directed by the Engineer.
Curing shall be done according to the applicable portions of Article 1020.13 of the Standard
Specifications and as directed by the Engineer.
All areas of repair, under this item shall have a minimum concrete thickness of 1 inch.
The Contractor shall anchor the new concrete to the existing concrete with 3/8" diameter
expansion hook bolts for all overhead repair areas and wherever the depth of concrete removal is
greater than 5". The expansion hook bolts shall be spaced at 15" maximum centers both
vertically and horizontally. The furnishing and placing of the expansion hook bolts shall be
included in this item.
At all locations, where the removal of deteriorated concrete reaches a total depth including all
sides greater than 12" or half the depth of the member, the Engineer shall be contacted for
structural evaluation.
Method of Measurement: The total completed formed concrete repair will be accepted by the
Engineer.
Basis of Payment: The above specified work shall be paid for at the contract lump sum price for
CONCRETE HEADWALL REPAIR which price shall include all labor and materials necessary
to complete the work in place as specified herein and as shown in the plans.
West_Main_Street_Special_Provisions.doc
18
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
INLETS, TYPE G-1
This work shall consist of furnishing all labor, equipment, and material for the construction of
Inlets Type G-1, Inlets Type G-1 Special, and Inlets Type G-1 Double Special in accordance
with Section 602 of the Standard Specifications and the details in the plans.
Add “Inlets, Type G-1”, “Inlets, Type G-1, Special”, and “Inlets, Type G-1, Double, Special” to
Article 602.16 of the Standard Specifications.
Inlets, Type G-1, Special: This structure shall be constructed in accordance with IDOT District
4 CADD Standard 602006-D4.
Inlets, Type G-1, Double (Special): This structure shall be constructed in accordance with
IDOT District 4 CADD Standard 602016-D4. Two station/offsets and rim elevations are noted
in the drainage schedule for the double structures in order to define the drop across the two
inlets.
Payment for transitional Combination Concrete Curb and Gutter will be included in “Inlets, Type
G-1”, “Inlets, Type G-1, Special”, and “Inlets, Type G-1, Double, Special” in accordance with
details shown in the plans.
This work will be paid for at the contract unit price per each for INLETS TYPE G-1, INLETS
TYPE G-1 SPECIAL, and INLETS TYPE G-1, DOUBLE, SPECIAL.
INLETS AND MANHOLES
This work shall consist of constructing manholes and inlets with frames and grates or lids. These
items shall be constructed in accordance with Section 602 of the "Standard Specifications for
Road and Bridge Construction", applicable IDOT Highway Standards, applicable IDOT District
4 CADD Standards, and as detailed in the plans, and as directed by the Engineer.
Where proposed manhole structures are to tie into the existing storm sewer system, the
contractor shall provide a “dog house” style of manhole with a cast-in-place bottom. This work
will be included in the cost of the Manhole structure.
These items shall be paid for at the contract unit price each as follows:
Inlets, Type B, Type 11V Frame and Grate: The Type B Inlet shall be cast without the 36” to
24” taper as shown in IDOT Highway Standard 602306. A precast flat slab top, as shown in the
construction plans, shall be cast and placed on top of the three (3) foot diameter inlet. The Type
11V Frame and Grate will be set on top of the opening provided in the flat slab top.
Inlets, Special: The Inlet shall be a typical G-1 inlet in accordance with IDOT District 4 CADD
Standard 602001-D4. A precast flat slab top, as shown in the construction plans, shall be cast
and placed on top of the inlet. A Neenah R-3462-B Frame and Grate, East Jordan 5130 Frame
and Grate, or approved equal will be set on top of the opening provided in the flat slab top.
West_Main_Street_Special_Provisions.doc
19
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Inlet-Manhole, Type G-1, 6’-Diameter, Special: This structure shall be constructed in
accordance with IDOT District 4 CADD Standard 602021-D4.
Inlets, Type B, Type 11V Frame and Grate (Double): The Type B Inlet shall be cast without
the 36” to 24” taper as shown in IDOT Highway Standard 602306. A precast flat slab top, as
shown in the construction plans, shall be cast and placed on top of each three (3) foot diameter
inlet. The Type 11V Frame and Grate will be set on top of the opening provided in the flat slab
top. The two structures shall be connected by a three foot length of 12” diameter, Class A, Type
2 storm sewer pipe constructed at a minimum 1% slope. Two station/offsets and rim elevations
are noted in the drainage schedule for the double structures in order to define the drop across the
two inlets.
The work will be paid for at the contract unit price per each for the structures noted above.
CHAIN LINK FENCE REMOVAL
This work shall consist of the removal of existing chain link fence at locations noted in the plans.
All components of the existing chain link fencing shall be removed to at least 1 foot below the
existing ground line, or as required for the construction of adjacent proposed improvements. If
any holes are created by the removal of the fence, they shall be backfilled with suitable material
approved by the Engineer. All debris resulting from this operation shall be removed from the
project site.
This work will be paid for at the contract unit price per foot for CHAIN LINK FENCE
REMOVAL.
CONCRETE STEP REMOVAL AND REPLACEMENT
This work shall consist of the removal and replacement of concrete steps at locations noted in the
plans.
The existing sidewalk shall be saw cut at the limits of the concrete steps to be removed along the
north side of Main Street. All debris resulting from this operation shall be removed from the
project site. Preformed Expansion Joint Filler will be placed at the saw cut location between the
existing sidewalk and the proposed concrete steps/sidewalk. The concrete steps shall be
constructed in accordance with the details noted on the plans. The cost of the handrail that will
be required for the proposed steps adjacent to 279 W. Main Street will be included in the cost of
the pay item CONCRETE STEPS. All reinforcement shall be epoxy coated. The cost of the
reinforcement bars will be included in the cost of the pay item CONCRETE STEPS.
This work will be paid for at the contract unit price per each for CONCRETE STEP REMOVAL
and the contract unit price per cubic yard for CONCRETE STEPS.
West_Main_Street_Special_Provisions.doc
20
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
TEMPORARY PAVEMENT
This item shall include all materials, labor, and equipment necessary to construct temporary
pavement in accordance with applicable articles of Sections 351 and 406 of the Standard
Specifications for Road and Bridge Construction and the details in the plans and as specified
herein. The temporary pavement shall be comprised of 4.5 inches of Hot-Mix Asphalt Binder
Course, IL-19, N50 and 8 inches of Subbase Granular Material, Type B.
Basis of Payment: Temporary Pavement shall be measured for payment in place in square yards
from the edge of existing pavement to the top edge of the bituminous portion of the temporary
pavement. This work will be paid for at the contract unit price per square yards for
TEMPORARY PAVEMENT which price shall be payment in full for all materials (including
aggregate, bituminous materials prime coat, and HMA binder course), labor, and equipment
necessary to perform the work as herein specified.
PRECAST MODULAR BLOCK WALL
This work shall consist of constructing a precast modular block wall at locations noted in the
plans.
The construction of the precast modular block wall shall be in accordance with the details in the
construction plans. This pay item shall include all materials (including leveling base pad, pipe
underdrain, geotechnical fabric, underdrain, modular retaining wall system, preformed expansion
joint, aggregate backfill, earth backfill, fabric and porous granular backfill), labor, and
equipment necessary to construct the wall. The underdrain to be installed behind the wall shall
be tied into the nearest drainage structure (S136) along Garfield Avenue.
Precast Modular Block Wall will be measured for payment in square yards from the top of the
wall to the base of the wall as noted on the detail. This work will be paid for at the contract unit
price per square foot for PRECAST MODULAR BLOCK WALL.
CONCRETE RETAINING WALL REMOVAL
This work shall consist of the removal of the existing concrete retaining walls at locations noted
in the plans.
The existing concrete retaining walls exist behind the existing sidewalk at various locations
along Main Street.
This work will be paid for at the contract unit price per foot for CONCRETE RETAINING
WALL REMOVAL.
REMOVAL AND DISPOSAL OF REGULATED SUBSTANCES
This work shall be according to Article 669 of the Standard Specifications and the following:
West_Main_Street_Special_Provisions.doc
21
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Qualifications: The term environmental firm shall mean an environmental firm with at least five
(5) documented leaking underground storage tank (LUST) cleanups or that is pre-qualified in
hazardous waste by the Department. Documentation includes but not limited to verifying
remediation and special waste operations for sites contaminated with gasoline, diesel, or waste
oil in accordance with all Federal, State, or local regulatory requirements and shall be provided
to the Engineer for approval. The environmental firm selected shall not be a former or current
consultant or have any ties with any of the properties contained within and/or adjacent to this
construction project.
General: Implementation of this Special Provision will likely require the Contractor to
subcontract for the execution of certain activities. It will be the Contractor’s responsibility to
assess the working conditions and adjust anticipated production rates accordingly.
All contaminated materials shall be managed as non-special waste. This work shall include
monitoring and potential sampling, analytical testing, and management of a petroleum
contaminated material. During the PSI or PESA, an Underground Storage Tank (UST) was
discovered between Station 58+50 to Station 59+00, 0 to 60 feet left at the Mobil Mart Gasoline
Station, 341 West Main Street, Galesburg. Refer to Special Provision for UNDERGROUND
STORAGE TANK REMOVAL.
Any soil classified as a non-special waste shall be excavated and disposed of as directed by this
project or the Engineer. Any excavation or disposal beyond what is required by this project or
the Engineer will be at no additional cost to the Department. The preliminary site investigation
(PSI) report, available through the District’s Environmental Studies Unit, estimated the
excavation quantity of non-special waste at the following location. The information available at
the time of plan preparation determined the limits of the contamination and the quantities
estimated were based on soil excavation for construction purposes only. The lateral distance is
measured from centerline and the farthest distance is the offset distance or construction limit
whichever is less. Any soil samples or analysis without the approval of the Engineer will be at
no additional cost to the Department.
A) The Environmental Firm shall continuously monitor for worker protection and the
Contractor shall manage and dispose of all soils excavated within the following areas as
classified below.
1. Station 51+50 to Station 52+80, 0 to 50 feet left (E&I Audio, Site 1770-3, 513 West
Main Street, Galesburg) – non- special waste. Contaminants of concern sampling
parameters: BETX.
2. Station 57+80 to Station 61+00, 0 to 60 feet left (Mobil Mart Gasoline Station, Site 17707, 341 West Main Street, Galesburg) – non-special waste. Contaminants of concern
sampling parameters: BETX, PNAs, Lead, and Mercury.
Backfill plugs shall be placed within the following locations.
1. Station 57+80 to Station 61+00, 0 to 60 feet left (Mobil Mart Gasoline Station, Site 17707, 341 West Main Street, Galesburg) – non- special waste. Contaminants of concern
sampling parameters: BETX, PNAs, and Metals.
West_Main_Street_Special_Provisions.doc
22
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
If impacted soils are to be stockpiled before transport, place soils on tarpaulins or polyvinyl sheets
to prevent any leaching or run-off of potential contaminants. Cover stockpiled impacted soils with
tarpaulins or polyvinyl sheeting to prevent leaching of potential contaminants from precipitation,
etc. Small portions of impacted soils may be containerized in drums acceptable for interim storage
and shipment to a treatment or disposal facility. Drums containing such wastes shall be marked and
stored in locations as directed by the Engineer.
Excavated soil, along with any protective tarpaulins or plastic sheeting, and any impacted water in
the excavated area, must be removed from the project site and treated/disposed of in accordance
with governing regulations and in a manner acceptable to the Owner.
Various landfill facilities are approved for disposition of petroleum impacted soils, and soils
characterized as special wastes or Hazardous Wastes. Petroleum impacted soils not classified as
hazardous wastes shall be landfilled in a non-RCRA cell, if available. Otherwise, they shall be
dispose of in RCRA - Hazardous Waste cells. Prior approval and acceptance for waste shipments
are required. Contractor shall verify waste characterization at Contractor's stipulated unit price
quotes for soil disposal. All petroleum impacted soils, regardless of characterization, "transite"
protective conduits and other wastes classified as hazardous shall be disposed of at facilities
approved by Owner. Submit all manifests, receipts and reports of acceptance to Owner's
Representative.
Engineered Barrier: An engineered barrier shall be installed in storm sewer trenches between
Station 57+80 to Station 61+00, 0 to 60 feet left (Mobil Mart Gasoline Station, Site 1770-7, 341
West Main Street, Galesburg) to limit the exposure and control the migration of contamination
from the contaminated soil that remains within the trench excavation. It shall be placed beneath
the trench backfill material.
The engineered barrier shall consist of a geosynthetic clay liner system, geomembrane liner, or
equivalent material as approved by the Engineer. A geosynthetic clay liner shall be composed of
a bentonite clay liner approximately 0.25 inches thick. The engineered barrier shall have a
permeability of less than 10-7 cm/second. Installation of the geosynthetic clay liner system shall
be in accordance with the manufacturer’s recommendations except that all laps shall face downslope.
The geomembrane liner shall have a minimum thickness of 30 mil. The geomembrane liner shall
line the entire trench and be placed in accordance with the manufacturer’s recommendations.
No equipment will be allowed on the engineered barrier until it is covered by a minimum of one
foot of backfill. Any damage to the engineered barrier caused by the Contractor shall be repaired
at no additional expense to the Department in accordance with the manufacturer’s
recommendations and as directed by the Engineer.
Method of Measurement: Engineered barrier will be measured for payment in place and the area
computed in square yards.
West_Main_Street_Special_Provisions.doc
23
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Basis of Payment: The engineered barrier will be paid for at the contract unit price per square
yards for ENGINEERED BARRIER.
UNDERGROUND STORAGE TANK REMOVAL
The following sequence of operations, along with those required by applicable state and local
Regulations, serves as a general guideline for tank removal to be followed by the Contractor for
removal of each underground fuel storage tanks.
A.
Notify the state agency charged with regulating underground fuel storage tanks to receive
specific regulatory instructions regarding the tank removal and tank inventory updating.
This includes 30 day notification for tank removal to the State Fire Marshal.
B.
Notify the local Fire Department prior to the removal. Notify and apply for tank removal
permits, and contact County or Township Health Departments, as necessary. The removal
action should be coordinated with the various inspectors' schedules.
C.
A qualified electrician shall disconnect all electrical controls and wiring, and remove as
necessary for tank removal.
D.
Excavate down to the top of the tank, exposing all lines. Remove manway and steel cover.
Drain and flush all piping into the tank. Disconnect all piping, except vent line, and cap at
both ends, remove from the site and properly dispose of.
E.
Remove all residual product and other remaining material in the tank. The waste material
shall be disposed of at an incineration facility or treatment facility capable of eliminating
the waste products. The Contractor shall provide the names of the companies transporting
the waste and accepting the waste. All liquid or slurry waste materials shall be transported
in drums, tanks, or suitable liquid tight containers by certified haulers approved by the
State Department of Transportation to ensure no waste material is released during
transport.
F.
The tank shall be purged of product vapors by forcing inert gas (carbon dioxide or
nitrogen) through the tank or by adding carbon dioxide (dry ice) in the amount of 1.5
pounds per 100 gallons of tank capacity. Inert gas should be introduced near the bottom of
the tank at the opposite end of the tank from the vent. Care must be taken to avoid
pressurizing the tank or causing a static charge build-up in the system resulting in a
possible discharge and explosion. Gas should be introduced under low pressure
(maximum 5 psig). An explosimeter shall be used to monitor the level of explosive vapors
to ensure safe levels throughout the operation.
G.
Clean the tank using a triple rinse or other method approved by the Owner and the
authorities having jurisdiction. The cleaning shall be accomplished prior to removing the
tank from the site. Use a liquid appropriate for the contents of the tank. All residue and
rinse products should be disposed of at a disposal site approved by the Owner. The waste
West_Main_Street_Special_Provisions.doc
24
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
material shall be disposed of at an incineration facility or treatment facility capable of
eliminating the waste products. The Contractor shall provide the names of the companies
transporting the waste and accepting the waste. All liquid or slurry waste materials shall be
transported in drums, tanks, or suitable liquid tight containers by certified haulers approved
by the State Department of Transportation to ensure no waste material is released during
transport.
H.
After cleaning the tank, the Contractor shall have the Engineer examine the tank.
I.
Remove vent line, plug all tank openings, complete the excavation, remove tie-down
bands, and remove the tank, placing it in a secure position chocked to prevent movement.
Extreme caution should be used during these procedures, especially when removing
tie-down footings in excavations containing water.
J.
Remove and dispose of the concrete footings, if applicable.
K.
Prior to removal of tank from the site, it must be rendered unusable. Contractor shall also
record serial numbers and tank manufacturer's name(s) for updating Owner and agency
inventories. Provide name of final destination and disposition of tank in the bid.
Contractor shall take proper precautions while cutting the tank to prevent explosion and
fires during the process.
L.
Following approval by the Owner, the Contractor shall ready the tank for transportation to
final disposal destination.
1.
2.
The tank shall be secured on a truck for transportation.
The Contractor shall obtain all permits to transport the tank.
M.
Dispose of manhole and removed piping along with the removed tank.
N.
Backfill excavation to the proposed grade line with granular material (CA-7).
Basis of Payment
This work will be paid for at the contract unit price per each for UNDERGROUND STORAGE
TANK REMOVAL, which price shall be payment in full for all work as specified herein.
FORM LINER, SIMULATED LARGE SANDSTONE ASHLAR FOR MSE WALL
Description of Work
This work shall consist of designing, developing, furnishing and installing form liners and
forming concrete using reusable, high-strength urethane form liners to achieve the various
concrete treatment as shown in the drawings and specifications. Form lined surfaces shall
include areas of pre-cast retaining walls. Work shall be performed in accordance with applicable
portions of Sections 503 and 504 of the Standard Specifications and as specified herein.
West_Main_Street_Special_Provisions.doc
25
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Fabrication Requirements
The following form liner manufacturers have been approved to provide limestone surface form
liners.
Form Liners for Retaining Walls and Wing Walls
1. Custom Rock International, St. Paul, MN (Jim Rogers; 800-637-2447)
2. Milestones Incorporated, Hudson, WI (Paul Nasvik; 715-381-9660)
The pattern shall consist of a 24” Limestone Coursed Pattern with a maximum 2” relief. The
form liner pattern shall be Custom Rock Formliner Pattern #1501-R2 or approved equal.
Shop Drawings
Shop drawings of the limestone facing pattern shall be submitted.
Shop drawings submittals shall include:
(a) Form liner pattern descriptions, dimensions, and sequencing of form liner sections.
Include details showing typical cross sections, joints, corners, stone relief and stone
size.
(b) Color photographs of a typical MSE wall panel with the pattern as described above.
Basis of Payment
This work shall not be paid for separately but included in the contract unit price for Mechanically
Stabilized Earth Retaining Wall.
FORM LINER FOR PARAPET SURFACES
Description of Work
This work shall consist of designing, developing, furnishing and installing form liners and
forming concrete using form liners to achieve a smooth surface finish on the vertical face(s) of
parapets and the outside surfaces (visible below the outside parapet face) of the bridge deck,
anchor slabs and sidewalk. Work shall comply with Section 503 of the Standard Specifications
and as specified herein.
Materials
Form release agents shall be non-staining, non-residual, non-reactive and shall not contribute to
the degradation of the form liner material. Forms for smooth faced surfaces shall be plastic
coated or metal to provide a smooth surface free of any impression or pattern.
If the contractor elects to use form ties for concrete forming, only fiberglass form ties will be
permitted. Use of removable metallic form ties will not be allowed.
West_Main_Street_Special_Provisions.doc
26
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Cast Concrete Mockup
The Contractor shall provide a cast concrete mockup of the smooth form liner surface. The
mockup shall be a minimum of 3’-6” high and 4’-6” wide and shall include the typical pattern
elements. The mockup shall be constructed at or near the project location and shall be removed
and disposed of on approval of the Engineer.
The finish on the mockup shall be the same architectural grade finish that is described in the
“Installation” section of this special provision.
Upon receipt of comments from inspection of the mockup, adjustments or corrections shall be
made. If required, additional mockups shall be prepared when the initial mockup is found to be
unsatisfactory.
Installation
Form liners shall be installed in accordance with the manufacturer’s recommendations to achieve
the highest quality concrete appearance possible. Form liners shall withstand concrete placement
pressures without leakage causing physical or visual defects. A form release agent shall be
applied to all surfaces of the liner which will come in contact with concrete as per the
manufacturer’s recommendations. After each use, liners shall be cleaned and made free of buildup prior to the next placement, and visually inspected for blemished or tears. If necessary, the
form liners shall be repaired in accordance with the manufacturer’s recommendations. All form
liners panels that will not perform as intended or are no longer repairable shall be replaced.
The liner shall be securely attached to the forms according to the manufacturer’s
recommendations. Liners shall be attached to each other with flush seams and seams filled as
necessary to eliminate visible evidence in cast concrete. Liner butt joints shall be blended into
the pattern so as to create no visible vertical or horizontal seams or conspicuous form butt joint
marks. Liner joints must fall within reveals. Continuous or single liner panels shall be used
where liner joints may interrupt the intended pattern. Panel remnants shall not be pieced together.
The Contractor shall coordinate concrete pours to prevent visible differences between individual
pours or batches. Concrete pours shall be continuous between construction or expansion joints.
Wall ties shall be coordinated with the liner and form so that no visual effects of the wall ties are
evident on the completed surface. Liners shall be stripped between 12 and 24 hours as
recommended by the manufacturer. Curing methods shall be compatible with the desired
aesthetic result. Use of curing compounds will not be allowed. Concrete slump requirements
shall meet the form liner manufacturer’s recommendations for optimizing the concrete finish.
The finish on all form lined surfaces is to be of the highest quality, architectural-grade finish, so
that patching or rubbing of the finished surface shall not be needed. “Architectural-grade finish”
is defined as follows: the finished surface shall be smooth and free of air holes and voids; the
surface shall contain less than 2% (by area) of voids in any 10 square feet area; the maximum
allowable area of any void shall be 0.5 in2; and the maximum depth of any void shall be 1/8”. All
form lined seams shall be tight in order to eliminate any visual evidence of the seam. Patching or
rubbing of the finished surface is specifically prohibited as a means to meet the requirements of
the architectural-grade finish.
West_Main_Street_Special_Provisions.doc
27
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
The Contractor shall employ consolidation methods to achieve the architectural-grade finish
through the use of internal and external vibration methods.
Internal vibration shall be achieved with a vibrator of appropriate size, the highest frequency and
low to moderate amplitude. Concrete placement shall be in lifts not to exceed 18”. Internal
vibrator operation shall be at appropriate intervals and depths and withdrawn slowly enough to
assure the minimum amount of surface air voids and the best possible finish without causing
segregation. Any use of external form vibrators must be approved by the form liner
manufacturer.
No additional compensation will be directly provided for any methods or materials used to
achieve the architectural-grade finish, but shall be considered to be included in the unit prices of
the associated pay items. Failure to meet any requirements of this Special Provision shall be
caused for rejection and replacement of the structure.
Method of Measurement
This work shall be measured and paid for in place and the area computed in square yards of
actual concrete surface area formed with concrete form liners. The pay area shall be the actual
measured area in square yards of the vertical face(s) of the parapet and the outside surfaces
(visible below the outside parapet face) of the bridge deck, anchor slabs and sidewalk.
Cast concrete form liner mockups will be measured for payment on an each basis. Required
adjustments or corrections needed to address mockup comments and the cost of additional
mockup, if required, will not be paid for separately, but shall be included in the contract unit
price each for this item.
Basis of Payment
Form liner textured surfaces will be paid for at the contract unit price per square yard for FORM
LINER FOR PARAPET SURFACES. For all form lined surfaces, the unit price bid shall include
all design, material, hardware, labor delivery, storage, installation, and use of patterns as
specified in this special provision. Cast concrete form liner mockups will be paid for at the
contract unit price each for FORM LINER MOCKUP. The unit price bid shall include all labor
and material costs associated with forming, pouring, and disposal of a satisfactory cast concrete
mockup panel to the requirements included herein.
FURNISH AND INSTALL BOLLARD
Description
This work shall consist of finishing, furnishing, transporting, and installing eight (8) precast
concrete Bollards as shown on the plans and finishing, furnishing, transporting and delivering
two (2) precast concrete Bollards to an alternate location to be determined by the Engineer. The
work includes but is not limited to structural design, required submittals, precast concrete units,
steel reinforcement, unloading, storing, placing, aligning, drilling, grouting, fastening, and all
other miscellaneous work and materials required for complete installation. All work shall
West_Main_Street_Special_Provisions.doc
28
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
conform to the IDOT Standard Specifications for Road and Bridge Construction, adopted
January 1, 2007 and as specified herein.
1.
2.
General
1.1 Related Documents
(a)
Drawings and general provisions of the Contract and applicable portions
of Section 504 of the IDOT Standard Specifications for Road and Bridge
Construction, adopted January 1, 2007.
1.2
Definitions
(a)
Fabricator: Fabricator (supplier) of precast concrete Bollards
(b)
Contractor: The general contractor(s) awarded a highway construction
contract, includes responsibility for Bollard installation
(c)
Engineer: IDOT’s designated representative
(d)
Bollard: Bollard and connection assembly
(e)
Unit: Precast concrete unit: Bollard
(f)
Architectural Precast Concrete: Refers to precast bollards with a specified
standard of uniform appearance, surface details, color and texture.
1.3
Performance Requirements
(a)
Bollards shall be installed per Fabricator’s design and instruction, capable
of withstanding design loads within limits and under conditions indicated.
(1) The bollards and connections to the bollard shall be designed in
accordance to the latest AASHTO Standard Specifications for
Structural Supports for Highway Signs, Luminaries, and Traffic
Signals.
(2) Perform comprehensive engineering analysis for the above, including
computations, signed and sealed by an Illinois (or equivalent) licensed
structural engineer responsible for its preparation.
(3) Refer to Fabricator’s Shop Drawings that have been approved by the
Engineer.
(b)
Bollards shall be installed, as shown in the plans. Bollards shall be
installed true, plumb and level.
(c)
Live Load Vibrations: Design precast bollards to absorb without
detrimental effect all vibrations imposed by live loads introduced by
vehicular traffic.
Materials
2.1
Grout Materials: Provide grout materials that meet the specifications as noted
below:
(a)
Non-metallic, Non-shrink Grout: Premixed, non-metallic, non-corrosive,
non-staining grout containing selected silica sands, Portland cement,
shrinkage-compensating agents, plasticizing and water-reducing agents,
complying with ASTM C1107, of consistency suitable for application
(b)
Epoxy Grout: The Contractor shall use a sealed glass capsule or a sealed
glass adhesive cartridge that has been previously tested and given prior
West_Main_Street_Special_Provisions.doc
29
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
approval by the Department, containing premeasured amounts of the
adhesive chemical
3.
2.2
Architectural Precast Concrete Materials:
a)
Portland Cement: ASTM C 150, Type I or Type III, gray, unless
otherwise indicated. For surfaces exposed to view in finished cladding,
mix gray with white cement, of same type, brand, and mill source.
b)
Normal-Weight Aggregates: Except as modified by PCI MNL 117,
ASTM C 33, with coarse aggregates complying with Class 5S. Stockpile
fine and coarse aggregates for each type of exposed finish from a single
source (pit or quarry) for Project. Face-Mixture-Fine Aggregates:
Selected, natural or manufactured sand of same material as coarse
aggregate, unless otherwise approved by the Architect.
c)
Coloring Admixture: ASTM C 979, synthetic or natural mineral-oxide
pigments or colored water-reducing admixtures, temperature stable, and
non-fading.
d)
Water: Potable; free from deleterious material that may affect color
stability, setting, or strength of concrete and complying with chemical
limits of PCI MNL 117.
e)
Air-Entraining Admixture: ASTM C 260, certified by manufacturer to be
compatible with other required admixtures.
f)
Chemical Admixtures: Certified by manufacturer to be compatible with
other admixtures and to not contain calcium chloride, or more than 0.15
percent chloride ions or other salts by weight of admixture.
2.3
Reinforcement Steel: All reinforcement steel shall be epoxy coated or galvanized.
2.4
Finishes: Panel faces shall be free of joint marks, grain, and other obvious defects.
Corners, including false joints shall be uniform, straight, and sharp. Finish
exposed-face surfaces of architectural precast concrete units to match approved
design reference panel, sample panels and mockups and as follows:
a)
Architectural face mix for color and finish shall be similar to sample
design #109 SB-M as published in Architectural Precast Concrete Color
and Texture Selection Guide 2nd Edition as published by PCI.
b)
As-Cast Surface Finish: Provide surfaces free of pockets, sand streaks,
and honeycombs.
c)
Abrasive-Blast Finish:
Use abrasive grit, equipment, application
techniques, and cleaning procedures to expose aggregate and surrounding
matrix surfaces.
Submittals
3.1
Product Data: For each type of product indicated.
3.2
Design Mixtures: For each precast concrete mixture. Include compressive strength
and water absorption tests.
3.2
Shop Drawings: These drawing shall include the following:
West_Main_Street_Special_Provisions.doc
30
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
(a)
3.2
3.3
3.4
3.5
3.6
3.7
3.8
4.
Detail installation of Bollards including plans, elevations, dimensions, as
all necessary information to fully describe the installation
(b)
Sequence of installation operations
(c)
Lifting methods and devices
(d)
Locations and details of anchorage devices to be embedded in other
construction
(e)
Indicate locations, extent and treatment of dry joints if two-stage casting is
proposed.
(f)
Provide comprehensive engineering analysis signed and sealed by a
structural engineer licensed in the State of Illinois and responsible for their
preparation.
Obtain copy of Fabricator’s, final, approved Shop Drawings and include with
Shop Drawing submittal.
Samples: For each type of finish indicated on exposed surfaces of architectural
precast concrete bollards, in sets of 3, illustrating full range of finish, color and
texture variations expected; minimum 12 by 12 by 12 inches.
(a)
Include 6 submittals of sample sets (3 samples per set) to finalize and
approve finishes, colors and textures in the bid for approval of full range
of finish, color and texture.
Qualification Data: For installer and Fabricator.
Material Test Reports: For aggregates.
Material Certificates: For the following items, signed by manufacturers:
(a)
Cementitious materials.
(b)
Reinforcing materials.
(c)
Admixtures.
(d)
Bearing Pads.
Source quality-control test reports.
Field quality control test and special inspection reports.
Quality Assurance / Quality Control
4.1
The Contractor will be held responsible for any damage to the units during the
Contractor handling and installation. The Contractor shall comply with the
applicable guidelines of the most recent State of Illinois Department of
Transportation, Bureau of Materials and Physical Research, Springfield, POLICY
MEMORANDUM:
QUALITY
CONTROL/QUALITY
ASSURANCE
PROGRAM FOR PRECAST CONCRET PRODUCTS.
(a)
Cracks or Fractures: These are considered cause for rejection if they pass
through the unit. A single end crack that does not extend into the unit is
not a cause for rejection. Any crack having a surface width of 0.009” or
more and more than 12” in length, regardless of position in the unit, is
considered cause of rejection.
(b)
Chipped or Damaged Ends: This is considered cause for rejection if the
damage is 1” or more into an edge and has a length of more than 10
percent of the end circumference or perimeter. Small chips may be
properly patched and accepted, subject to approval by the Engineer.
West_Main_Street_Special_Provisions.doc
31
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
4.2
Contractor Qualifications: Fabrication, installation and erection of Architectural
Precast Concrete Work must be performed only by a qualified fabricator and
Installer. The term qualified means experienced in performing the Work required
by this section on projects of comparable scope, size and complexity. The
Contractor must be able to demonstrate to the satisfaction of the Architect that it
and/or any subcontractors performing such Work have the qualifications,
experience and, if applicable, licenses and permits to perform the Work in
accordance with the terms and conditions of this Contract. The Contractor must
submit evidence of such qualifications, licenses and permits upon request by the
Architect.
4.3
Additional Installer Qualifications: A precast concrete erector qualified and
designated by PCI's Certificate of Compliance to erect Category A (Architectural
Systems) for non-load-bearing members.
4.4
Additional Fabricator Qualifications: A firm that assumes responsibility for
engineering architectural precast concrete units to comply with performance
requirements. This responsibility includes preparation of Shop Drawings and
comprehensive engineering analysis by a qualified structural engineer licensed in
the State of Illinois.
(a)
Participates in PCI's plant certification program and is designated a PCIcertified plant for Group A, Category A1 - Architectural Cladding and
Load Bearing Units.
4.5
Testing Agency Qualifications: An independent testing agency, acceptable to
authorities having jurisdiction, qualified according to ASTM C 1077 and
ASTM E 329 for testing indicated.
4.6
Design Standards:
Comply with ACI 318 (ACI 318M) and design
recommendations of PCI MNL 120, "PCI Design Handbook - Precast and Prestressed Concrete," applicable to types of architectural precast concrete units
indicated.
4.7
Quality-Control Standard:
For manufacturing procedures and testing
requirements, quality-control recommendations, and dimensional tolerances
for types of units required, comply with PCI MNL 117, "Manual for Quality
Control for Plants and Production of Architectural Precast Concrete Products."
4.8
Sample Panels: After sample approval and before fabricating architectural
precast concrete units, produce a minimum of two sample panels approximately
16 sq. ft. in area for review by the Architect and Owner. Incorporate full-scale
details of architectural features, finishes, textures, and transitions in sample
panels.
(a)
(b)
(c)
(d)
Locate panels where indicated or, if not indicated, as directed by the
Architect.
Damage part of an exposed-face surface for each finish, color, and
texture, and demonstrate adequacy of repair techniques proposed for
repair of surface blemishes.
After acceptance of repair technique, maintain one sample panel at
manufacturer's plant and one at Project site in an undisturbed condition as
a standard for judging the completed Work.
Demolish and remove sample panels when directed.
West_Main_Street_Special_Provisions.doc
32
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
4.9
Pre-installation Conference:
Conduct conference at Project site. At a
minimum, representatives of the General Contractor, precast manufacturer,
Architect and Owner shall be present. Representatives of other entities
required for proper coordination of installation of precast units shall also attend.
Minutes of the conference shall be recorded by the Contractor and distributed
to all attendees for review, comment and approval prior to installation of precast
units.
5.
Delivery, Storage, and Handling
5.1
The Contractor shall supply the Engineer with a delivery schedule for each
Bollard within 6 weeks of contract award. The Contractor shall supply the
delivery schedule to the Fabricator upon approval. It shall be the responsibility of
the Contractor to coordinate delivery with the Fabricator.
(a)
Delivery should be coordinated as to minimize handling and on-site
storage requirements. If required, storage at the project site shall be
provided by the Contractor.
(b)
Bollards shall be stored in such a manner as to prevent staining,
discoloration, or other damage.
(c)
Obtain Fabricator’s recommendations for the handling of Bollards. Lift
and support only at designated lifting and supporting points as shown on
the Fabricator’s approval Shop Drawings.
(d)
Inspection and Acceptance: The Contractor shall examine and document
the condition of the Bollards, in the presence of the Engineer, before
accepting delivery. The Contractor shall be held responsible for any
repairs or replacements required due to any change in condition caused by
site handling, storage and installation.
6.
Installation
6.1
Examine substrates and conditions for compliance with requirements for
installation tolerances, true and level bearing surfaces, and other conditions
affecting performance. Proceed with installation only after unsatisfactory
conditions have been corrected.
6.2
Install precast concrete Bollard Assemblies:
(a)
Establish and verify proper alignment and positioning of anchorage
devices to ensure accurate installation of Bollards.
(b)
Provide temporary supports and bracing as required to maintain position,
stability, and alignment as units are being permanently connected.
(c)
Anchor precast concrete units in position by bolting, welding, grouting, or
as otherwise indicated. Remove temporary shims, wedges, and spacers as
soon as possible after anchoring and grouting are completed.
(d)
Protect precast concrete units and adjacent construction from damage by
installation operations and provide non-combustible shields as required.
(e)
Grouting Connections and Joints: After precast concrete units have been
placed and secured, grout open spaces at connections, and joints as
follows:
West_Main_Street_Special_Provisions.doc
33
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
(1)
(2)
7.
8.
Joints shall be grouted using non-metallic, non-shrink grout as
follows: Provide forms or other approved method to retain grout in
place until hard enough to support itself. Pack spaces with stiff
grout material, temping unit voids re completely filled. Place grout
to finish smooth, level, and plumb with adjacent concrete surfaces.
Keep grouted joints damp for not less than 24 hours after initial
set. Exposed grout surfaces shall be finished to match adjacent
surface of precast concrete.
Anchor rods shall be grouted using a sealed glass capsule or a
sealed glass adhesive cartridge according to the manufacturer’s
recommendations and procedures.
Repairs and Cleaning
7.1
Repair as necessary exposed exterior surfaces of Bollards to match color, texture,
and uniformity of surrounding material as subject to approval by Engineer.
7.2
Cracks shall be repaired according to the provisions of Article 590 of the IDOT
Standard Specifications for Road and Bridge Construction, adopted January 1,
2007 with the following exceptions:
(a)
The concrete surface should not be drilled for grout injection.
(b)
The concrete surface should not be chipped. Loose materials and dirt
should be removed before grouting in such a way that will leave the least
noticeable repair.
7.3
Chipped or damaged ends shall be repaired using an approved commercial patch
mix or grout applied as recommended by the manufacturer.
7.4
All repairs are subject to approval by the Engineer. Remove and replace damaged
Bollards if repairs do not comply with requirements.
7.5
Clean exposed surfaced of Bollards after installation to remove weld marks, other
marking, dirt, stains, etc.
(a)
Wash and rinse according to Fabricator’s written recommendations.
Protect other work after staining or damage due to cleaning operations.
(b)
Do not use cleaning materials or processed that could damage the
appearance of exposed finishes.
Manufacturers
8.1
Fabricators: Subject to compliance with requirements, provide products by one of
the following:
(a)
High Concrete Technology, LLC, Paxton, Illinois.
(b)
JW Peters, Burlington, Wisconsin
(c)
Lombard Architectural Precast Products Company, Alsip, Illinois
(d)
Precast Concrete Specialties, Inc., Omro, Wisconsin.
West_Main_Street_Special_Provisions.doc
34
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
9.
Basis of Payment
This work will be paid for at the contract unit price per each for FURNISH AND
INSTALL BOLLARD and FURNISH BOLLARD (MATERIAL ONLY) which price
shall include furnishing all material, hardware, and labor required to complete installation
of eight (8) Bollards and furnishing all material and hardware for an additional two (2)
Bollards that will be delivered to an alternate site to be determined by the Engineer.
PEDESTRIAN FENCE (SPECIAL) and HANDRAIL (SPECIAL)
1.
Description
This work shall consist of furnishing and installing PEDESTRIAN FENCE (SPECIAL)
and HANDRAIL (SPECIAL). The work includes but is not limited to coordination,
submittals, materials, fabrication, finishing, transportation, installation, and all other
miscellaneous elements required for complete provision of the railings. Work shall
comply with section 509 of the Standard Specifications for Road and Bridge
Construction, adopted January 1, 2007.
2
General
2.1 Performance Requirements
(a)
Provide a comprehensive 10-year warranty on finish system for the fence
and the handrail.
2.2
Submittals
(a)
Mockup: Submit a mockup consisting of a minimum 2 feet of complete
Bridge Fence Railing and of complete Parapet Railing with the complete
proposed finish system including galvanizing and finish coats. Submit the
mockups for approval by the Engineer. Resubmit until approval is
obtained. Do no fabricate railings until the mockups have been approved.
(b)
Product Data: Submit product data for each type of product indicated:
(1)
Steel components: structural steel tubing, plates, splices
(2)
Fasteners
(3)
Finish Systems – Including factory and field applied systems.
(c)
Material Certifications: Submit material certifications signed by
manufacturers certifying that each of the following items complies with
requirements:
(1)
Steel
(2)
Fasteners
(3)
Finish Systems
(d)
Shop Drawings: Detail fabrication and installation of fence and handrail,
indicated plans, elevations, dimensions, shapes, cross sections and limits
of each finish.
(1)
Show fence and handrail layouts and indicate post and panel types,
sizes, orientations and locations. Indicate critical adjacent
rustication and joints.
West_Main_Street_Special_Provisions.doc
35
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
(2)
(e)
(f)
3.
Indicate welded connections by AWS standard symbols. Detail
loose and cast-in hardware, inserts, connections, and joints,
including accessories.
(3)
Indicate locations and details of anchorage devices to be embedded
in other construction.
Design calculations required to satisfy section 2.2(a) & (b) for this special
provision.
Test results, certified by an independent testing laboratory, from test
required in section 3.3(e).
Materials
3.1
Finish
(a)
All posts, railings, anchor devices, plates, and structural steel tubing shall
be hot-dip galvanized after shop fabrication according to AASHTO M111.
All bolts, nuts, washers, and anchor rods shall be galvanized according to
AASHTO M232. Stainless Steel materials shall not be galvanized.
Galvanizing shall be smooth and free of drops, spikes, inclusions, blobs,
etc. and otherwise optimized to achieve a smooth finished surface.
(b)
Prior to finish coat, mechanically clean galvanized surfaces to smooth the
surface and remove large deposits from the galvanizing process. Do not
damage or remove the galvanizing material as to compromise the
corrosion resistance of the system. Alternately, provide other approved
method(s) to ensure smooth final finished surface.
(c)
Prior to finish coat, mechanically clean and roughen stainless steel
elements with sandblast for optimal coating adhesion.
(d)
Finish all exposed surfaces of the fence with 2 coats of an electrostatic
polyester, TGIC powder coating, colored black (Munsell Number N1),
with high UV stability, impact, corrosion, heat and humidity resistance.
The combined total thickness of the two finish coats shall be a minimum
of 6 mils.
(e)
Finish system shall meet or exceed the following:
(1)
ASTM B117 Salt Spray (fog) test – 1,000 hrs. The coated steel
shall exhibit no visible evidence of rust.
(2)
ASTM D3363 Hardness, ASTM D2793 Direct Impact, ASTM
D822 Weatherability.
(3)
ASTM D3363 Mechanical Adhesion Test
(f)
The exposed heads and nuts of all hot-dip galvanized anchor rods shall be
spot painted with an approved paint system to match finish color. The
surface to be painted shall first be cleaned with an approved solvent.
(g)
Any damage to the coatings will be repaired promptly in accordance with
the manufacturer’s recommendations or replaced with undamaged
components. Repairs shall be subject to approval by the Engineer. Finish
all damaged, cut or other surfaces not powder coated, subject to approval
by the Engineer, with zinc-rich primer (if not already galvanized) & high
West_Main_Street_Special_Provisions.doc
36
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
performance finish coat, compatible with factory coating system, to match
finish color.
4.
Tolerance
Openings between the railings and adjacent surfaces shall not exceed 3”.
5.
Method of Measurement
Pedestrian Fence (Special) and Handrail (Special) will be measured for payment in linear
feet along the top of the fence or handrail from center to center of the end post, excluding
the length of any gaps.
6.
Basis of Payment
This item shall be paid for at the contract unit price per foot for PEDESTRIAN FENCE
(SPECIAL) and HANDRAIL (SPECIAL), which price shall include all material,
hardware, installation, transportation, cleaning, finishing and all railing extensions at
joints, light posts and bollards as specified herein.
TEMPORARY DITCH CHECKS
This work shall consist of constructing, maintaining, removing, and disposing of temporary ditch
checks at locations noted in the plans.
The construction of Temporary Ditch Checks shall be in accordance with Article 280 of the
Standard Specifications, with the exception that they shall be measured for payment in place in
feet.
SANITARY SEWER REMOVAL AND WATER MAIN REMOVAL
This work shall consist of the removal of existing sanitary sewer and existing water main at
locations noted in the plans.
Excavation of trenches necessary to remove the existing sanitary sewer and existing water main
shall be performed according to the applicable requirements of Article 550.04 of the Standard
Specifications. Backfill of trenches shall be performed according to applicable requirements of
Article 550.07. Sewer and water main shall be disposed of in accordance with Article 202.03.
The existing water main noted for removal is 16 inches in diameter.
This work will measured for payment in place in feet. This work will be paid for at the contract
unit price per foot for SANITARY SEWER REMOVAL, of the diameter specified and WATER
MAIN REMOVAL. Backfilling of the trench shall be included in the cost per foot for
SANITARY SEWER REMOVAL, of the diameter specified and WATER MAIN REMOVAL.
West_Main_Street_Special_Provisions.doc
37
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
FURNISHED EXCAVATION
This work shall consist of the removal of excavating soil within the project limits as noted on the
plans. This work shall be done in general accordance with Article 204 of the Standard
Specifications.
Add the following to the requirements of Article 204.04:
Any hedges that are within the limits of the soil to be excavated shall be removed. All
hedges/shrubs to be removed and all roots within the slope limits of embankments two feet or
more in depth shall be cut off at the ground level. All other hedges/shrubs and roots within the
right-of-way shall be removed to a depth of not less than 12 inches below the elevation of the
subgrade, the finished surface, or the ground line.
This work will not be paid for separately, but shall be included in the cost of FURNISHED
EXCAVATION.
MOBIL MART SITE DEMOLITION
This work shall consist of the removal of various items from the existing Mobil Mart (341 W.
Main Street. The work items include removal of the “Mobil” gasoline sign, the pump island
canopy, and the pump islands and adjacent concrete pavement at locations as noted in the plans.
The existing gasoline pumps are considered personal property of the owner. The Contractor
shall coordinate with the property owner prior to removal of any items. In addition, the gasoline
dispensing pumps will remain personal property of the land owner’s. Prior to removal of the
items noted above, the Contractor shall coordinate their work schedule with the owner to make
sure the dispensing pumps are removed by the owner. The demolition waste becomes the
property of the Contractor. For coordination purposes, the name and contact information for the
owner are noted below:
George Athans
Sierra Petroleum
815-459-9010 (Ext. 4)
The “Mobil” gasoline sign will include the removal of the sign structure itself, the removal of the
concrete sign foundations, and the adequate capping/termination of any electrical feeds coming
to the sign. The sign shall be detached from the concrete foundations and legally disposed of
off-site. It shall be the Contractor’s responsibility to verify that utilities have been disconnected
and capped before starting demolition operations. Due to other utilities being proposed in the
area, the Contractor shall be responsible to completely remove the sign foundation. The
Contractor shall backfill the pit with suitable excavated material.
The gas station canopy structure shall be de-assembled and the debris disposed of in accordance
with Article 202.03 and as allowed by State laws. The pump islands and adjacent concrete at
locations noted in the plans shall be removed and disposed of in general accordance with Article
440 of the Standard Specifications. For the area of concrete to be removed as part of the pump
West_Main_Street_Special_Provisions.doc
38
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
island removal, this concrete removal will not be paid for separately, but shall be included in the
cost of REMOVAL OF EXISTING STRUCTURES, SPECIAL. Where the pump islands and
concrete pavement are removed, the Contractor shall backfill the demolition area with suitable
excavated material, and place portland cement concrete driveway pavement as the final surface.
The demolition work necessary for the removal of the canopy and the pump islands shall be
contained within the temporary construction easement area noted on the plans. The restoration
of damage that occurs outside the area of the easement that is a direct result of the demolition
activities shall be the responsibility of the Contractor.
This work described above for the Mobil Mart property will be paid for at the contract unit price
per each for SIGN REMOVAL, the contract unit price per each for REMOVAL OF EXISTING
STRUCTURE, SPECIAL, and the contract unit price per square yard for PORTLAND
CEMENT CONCRETE DRIVEWAY PAVEMENT 8 INCH.
PROTECTION OF FRAMES AND LIDS OF UTILITY STRUCTURES
Effective March 6, 1991
Revised January 1, 2007
This work shall consist of protecting frames and lids of utility structures in the pavement after
the adjacent hot-mix asphalt surface has been removed to the required depth by cold milling or
by hand methods.
After the area has been swept clean and before the lane is opened to traffic, a hot bituminous
mixture shall be placed around the casting, flush with its surface and decreasing to a featheredge
in a distance of 4 feet around the entire surface of the casting. Cold mix or milled material will
not be permitted. This mixture shall remain in place until the day surfacing operations are
undertaken within the immediate area of the structure. Prior to placing the surface course, the
temporary hot-mix asphalt mixture shall be removed and disposed of by the Contractor as
specified in Article 202.03 of the Standard Specifications.
The temporary tapers and their removal shall be considered included in the contract unit price
per square yard for HOT-MIX ASPHALT SURFACE REMOVAL – BUTT JOINT, and no
additional compensation will be allowed.
REMOVING INLETS/MANHOLES
This work shall consist of removing existing manholes and inlets.
This work will be done in general conformance with Article 605 of the Standard Specifications.
The Contractor shall salvage the existing frames and grates and deliver them to the City of
Galesburg Street Department.
This work will be paid for at the contract unit price per each for REMOVING INLETS and
REMOVING MANHOLES.
West_Main_Street_Special_Provisions.doc
39
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
PORTLAND CEMENT CONCRETE SIDEWALK
This work shall consist of constructing portland cement concrete sidewalk and sidewalk
accessibility ramps on a prepared subgrade.
All sidewalk will be constructed with a maximum cross slope of 2%. The subgrade shall be
tamped and rolled until thoroughly compacted and to the correct grade. Additional earth or
aggregate required to bring the subgrade up to the correct elevation shall be included in the pay
item PORTLAND CEMENT CONCRETE SIDEWALK. For sidewalk adjacent to the back of
curb, Contractor shall provide expansion material between the concrete. The joint between the
back of curb and the sidewalk shall be filled with ¾ inch Preformed Expansion Joint Filler. This
work will be paid for at the contract unit price per square foot for PORTLAND CEMENT
CONCRETE SIDEWALK, 4”.
A portion of the Cedar Creek concrete lined channel will be required to be removed for the
installation of a storm sewer pipe (P107) that will outlet to the creek. After installation of the
pipe, the concrete shall be replaced at a depth that matches the existing channel. From record
drawings, this depth is estimated to be six (6) inches. This concrete replacement will be
measured and paid for at the contract unit price per square foot for PORTLAND CEMENT
CONCRETE SIDEWALK, 6”. The unit cost at this location will include the cost of removing
the existing concrete.
PORTLAND CEMENT CONCRETE DRIVEWAY
This work shall consist of constructing portland cement concrete driveway on a prepared
subgrade.
The subgrade shall be tamped and rolled until thoroughly compacted and to the correct grade. A
four (4) inch aggregate base shall be placed under the driveway and compacted. Additional earth
or aggregate required to bring the subgrade up to the correct elevation shall be included in the
pay item PORTLAND CEMENT CONCRETE DRIVEWAY. For driveway adjacent to the back
of curb, Contractor shall provide expansion material between the concrete. The joint between
the back of curb and the driveway shall be filled with ¾ inch Preformed Expansion Joint Filler.
Any Earth Excavation required to bring the driveway to plan grades shall be included in the cost
of the aggregate base (SUB-BASE GRANULAR MATERIAL, TYPE B).
This work will be paid for at the contract unit price per square foot for PORTLAND CEMENT
CONCRETE DRIVEWAY PAVEMENT, of the thickness specified.
West_Main_Street_Special_Provisions.doc
40
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
HOT-MIX ASPHALT REMOVAL – BUTT JOINT
This work shall consist of the removal of hot-mix asphalt surface in preparation for subsequent
resurfacing.
A two (2) inch layer of existing asphalt surface shall be removed at location noted on the plans.
Along the southerly lanes of West Main Street from Station 62+70 to Station 63+63.46,
additional depth of hot-mix asphalt pavement will be necessary to be removed in order to bring
the southerly edge of pavement/top of curb to the desired elevation. Refer to the cross section
sheets in this area for additional detail regarding the removal of the asphalt pavement.
This work will be paid for at the contract unit price per square yard for HOT-MIX ASPHALT
REMOVAL – BUTT JOINT.
STORM SEWER
The storm sewer shall be constructed to the lines and grades shown in the plans and according to
applicable portions of Section 550 of the Standard Specifications and as specified herein.
Various storm sewer pipes are proposed to be constructed within or below the limits of the MSE
wall. The proposed settlement of the in-situ soils as well as the select backfill within the limits
of the wall should be considered in determining the installation sequence of the storm sewer.
The contractor shall allow the in-situ soils and embankments to sufficiently settle prior to
connecting the proposed sewer to storm sewer structures that are located outside of the
embankment. Prior to connection to connection to the storm structures, the contractor shall
verify that the storm sewer pipe will drain to the intended downstream structure.
Pipe P110 (Sta 58+00, Left) must be constructed through the MSE wall panel. The contractor
shall install a steel casing pipe of sufficient diameter to carry pipe P110. This cost of this steel
casing pipe shall be included in the cost of the Storm Sewer.
All storm sewer used on the project, with the exception of STORM SEWER (WATERMAIN
REQUIREMENT) shall be a Reinforced Concrete Culvert Pipe (RCCP) in accordance with
Article 1042 of the Standard Specifications.
Basis of Payment: This work shall be paid for at the contract unit price per foot for STORM
SEWER, CLASS A, of the type and size specified.
ENGINEER’S FIELD OFFICE, TYPE A (SPECIAL)
This item shall consist of furnishing and maintaining an Engineer’s Field Office as specified in
Article 670.01 of the Standard Specifications and herein.
West_Main_Street_Special_Provisions.doc
41
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
The field office shall have a ceiling height of not less than seven (7) feet and a floor space of not
less than 2000 square feet. The office shall be provided with sufficient heat, natural or artificial
light and air conditioning. Doors and windows shall be equipped with locks approved by the
Engineer.
1. Adequate all weather parking space shall be available to accommodate a minimum of
twenty (20) vehicles.
2. Sanitary facilities shall include hot and cold potable running water, lavatory and toilet as
an integral part of the office.
3. Solid waste disposal consisting of ten waste baskets and an outside trash container of
sufficient size to accommodate a weekly provided pick-up service. Weekly garbage pick
up service shall be provided.
4. The Contractor shall provide the following equipment and furniture meeting the approval
of the Engineer.
a. Eight desks with minimum working surface 6 foot by 4 foot each.
b. Two desks with minimum working surface 3.5 foot by 2.5 foot with height
adjustment of 23 inches to 30 inches for computer use.
c. Ten non-folding office chairs on wheels with upholstered seats, arm rests and
backs.
d. Three 4-post drafting tables with minimum top size of 37.5 inches by 48 inches.
The top shall be basswood or equivalent and capable of being tilted through an
angle of 50 degrees. Three adjustable height drafting stools with upholstered
seats and backs shall be provided.
e. Three freestanding file cabinets with locks, legal size, four drawers, with an
Underwriter’s Laboratories insulated file device 350 degrees one hour rating.
f. Fifteen folding chairs or stackable chairs.
g. One equipment cabinet with lock of minimum dimension of 44 inches by 24
inches by 30 inches deep. The walls shall be of steel with a 2 mm minimum
thickness with concealed hinges and enclosed lock construction in such a manner
as to prevent entry by force. The cabinet assembly shall be permanently attached
to a structural element of the office in a manner to prevent theft of the entire
cabinet.
h. One office-style refrigerator with a minimum size of 16 cubic feet with a freezer
unit.
i. Four electric desk type tape printing calculators and four pocket scientific
notation calculators with a 1000 hour battery life.
j. Five telephones, including at least two cordless phones, and three telephone
answering machines (or voice mail feature on 3 phone lines). One telephone shall
have speaker phone capability. Six telephone lines shall be provided including
one for the fax machine and two modems. Additional features on the three voice
lines shall include caller ID and 3-way calling.
k. One photocopy machine (including maintenance and operating supplies) capable
of copying field books. Supply paper and trays for 8.5 inch by 11 inch, 8.5 inch
by 14 inch, and 11 inch by 17 inch sizes. The copier shall be completed with
automatic feed and sorter.
West_Main_Street_Special_Provisions.doc
42
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
l. One telecommunication fax machine, including maintenance and operating
supplies. The fax machine shall use plain paper. One table for the fax machine.
m. One electric water cooler dispenser.
n. One first-aid cabinet fully equipped.
o. Two dry-erase marker boards minimum size 28 inch by 40 inch with markers and
erasers.
p. Four bulletin boards minimum size 28 inch by 40 inch.
q. One microwave oven
r. One conference table or group of tables which can be arranged together to create a
table that will seat at least 15 people.
s. One storage cabinet minimum size 18 inches wide by 12 inches by 60 inches with
four adjustable shelves.
t. Bookshelves – A minimum of 12 inches deep and a minimum total available
length of 100 foot.
5. The office space shall be maintained and kept in a clean condition, and free of insects and
rodents, at all times. The Contractor shall provide a janitorial and/or cleaning service a
minimum of once a week. Windows should be cleaned as directed by the Engineer.
Maintenance shall include, but not be limited to, paper towels, soap, toilet paper, and
other necessary supplies. No additional compensation will be allowed for providing this
service, but it shall be included in the item ENGINEER’S FIELD OFFICE, TYPE A
(SPECIAL).
6. An electronic security system that will respond to any breach of exterior doors and
windows with an on-site alarm shall be provided. The Contractor shall be responsible for
security of the field office building and is liable for damages incurred as a result of
vandalism, theft, and other criminal activities. Broken windows shall be replaced at no
additional cost.
7. The Contractor will be responsible for systems maintenance and repairs, which shall
include the heating, cooling, sanitary, and water distribution systems and light bulb
replacements.
8. Fire extinguishers meeting the local municipalities’ requirements shall be provided.
9. Window shades or blinds shall be provided for all windows, as directed by the Engineer.
10. The Contractor shall be responsible for snow removal from parking areas and sidewalks
surrounding the building.
11. The Contractor shall pay the cost of any building or equipment inspections by the local
municipality. The Contractor shall also pay all costs to comply with the maintenance
type inspection findings.
12. The Contractor shall provide one subscription to high speed or broad band internet
service. The Engineer will install this service on his (or his consultant’s) desktop
computer for use in the field office.
Basis of Payment. The building, fully equipped as specified herein and accepted by the
Engineer, will be paid for on a monthly basis until the building is released by the Engineer. The
Contractor will be paid the contract bid price each month, provided the building is maintained,
equipped, and utilities furnished. The building, fully equipped and maintained as specified
herein, will be paid for at the contract unit price per calendar month or fraction thereof for
West_Main_Street_Special_Provisions.doc
43
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
ENGINEER’S FIELD OFFICE, TYPE A (SPECIAL). This price shall include all utility costs
and shall reflect the salvage value of the building, equipment and furniture which becomes the
property of the Contractor after release by the Engineer, except that the Department will pay that
portion of each monthly long distance telephone bill in excess of $50.
The Contractor shall be responsible for the repair and maintenance of the field office. No extra
payment will be made for systems maintenance, repairs or for damages incurred as a result of
vandalism, theft or other criminal activities.
SANITARY SEWER TO BE ABANDONED
General: This section covers CLSM, including pumping and placing. At locations shown in the
Plans, CLSM shall be placed as a backfill inside of abandoned sewers.
Mix Design: This mixture design for CLSM shall yield approximately one cu. yd.
Portland Cement
Fly Ash
Fine Aggregate
Water
75 lbs.
650 lbs.
2,350 lbs.
50 gal./yd.
CLSM shall be placed to completely fill all voids and crevices within the abandoned sewer.
CLSM shall be placed by low pressure pumping.
CLSM placed by the low pressure pumping method shall have a maximum length of flow limited
only by the safe allowable load that may be applied to the abandoned pipe. Additional access holes,
where required as shown on the Plans or as directed by the Engineer, shall be opened to assure the
complete filling of the sewer.
CLSM shall be placed from the upstream end of the sewer, when practical.
The Contractor is responsible for creating temporary bulkheads at the locations between where the
pipe is to be filled and where the sewer is to be removed by others.
Removal of manhole castings shall be included in this cost for filling existing sewers.
In areas of abandonment of sanitary sewers and manholes, if the Contractor elects to abandon a
manhole and not remove it, the manhole shall be filled with CLSM as noted above.
This work shall be paid for at the contract unit price per foot for SANITARY SEWER TO BE
ABANDONED for the diameter of pipe specified.
This pay item shall include
backfilling/abandoning of sewer manholes as noted above.
West_Main_Street_Special_Provisions.doc
44
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
ABANDONMENT OF EXISTING WATER MAINS
This item of work consists of abandoning the existing 16” diameter water mains in place. Where
the existing water main is not at a location that is in conflict with the MSE wall’s reinforced soil
mass, the contractor may abandon the water main in place. The water mains to be abandoned
shall be plugged to prevent the migration of soil into the main.
The contractor shall squarely cut the end of the water main to be abandoned. A 16” diameter
mechanical joint cap shall be installed on the saw cut end. Three cubic feet of Class SI concrete
shall be poured around the cap. If the abandoned main is to be braced against, bracing shall be
installed prior to adding the concrete.
This work shall be paid for at the lump sum price of ABANDONMENT OF EXISTING
WATER MAINS.
STUMP REMOVAL
This item or work consists of the removal of existing stumps that are noted at locations shown on
the plans.
Stumps within the right-of-way shall be removed to a depth of not less than 12 inches below the
elevation of the proposed ground line. Stumps to be removed as a payment item will be
measured per unit of diameter where one unit is equal to one inch. The diameter will be
measured at the elevation of cut off.
This work will be paid for at the contract unit price per unit diameter for STUMP REMOVAL
ONLY.
CONCRETE SUPERSTRUCTURE AGGREGATE OPTIMIZATION
Effective: August 4, 2006
Revised April 25, 2008
For the construction of concrete superstructures, the Class BS concrete shall contain two or more
coarse aggregate sizes blended in accordance with the first paragraph of Article 1004.02(d), or as
otherwise approved by the Engineer. The combined sizes shall consist of CA-7 or CA-11
blended with CA-13, CA-14, or CA-16. The blended coarse aggregate gradation shall have a
minimum of 45 percent and a maximum of 60 percent passing the ½ inch sieve.
Concrete Superstructures Aggregate Optimization will not be paid for separately, but shall be
considered as included in the unit cost of CONCRETE SUPERSTRUTCURES.
West_Main_Street_Special_Provisions.doc
45
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
CONCRETE PAVEMENT AGGREGATE OPTIMIZATION
For the construction of concrete pavement placed adjacent to concrete superstructure, the Class
PV concrete shall contain two or more coarse aggregate sizes blended in accordance with the
first paragraph of Article 1004.02(d), or as otherwise approved by the Engineer. The combined
sizes shall consist of CA-7 or CA-11 blended with CA-13, CA-14, or CA-16. The blended
coarse aggregate gradation shall have a minimum of 45 percent and a maximum of 60 percent
passing the ½ inch sieve.
Concrete Pavement Aggregate Optimization will not be paid for separately, but shall be
considered as included in the unit cost of PORTLAND CEMENT CONCRETE PAVEMENT.
BUILDING DEMOLITION
The demolition of four (4) commercial buildings will be required as part of this construction
contract. The specifications for the tasks associated with this work, including building
demolition, asbestos removal, and collection/disposal of waste materials, are noted in the stand
alone Project Specifications for West Main Street Demolition. These specifications are located
in Attachment B.
This work will be paid for at the contract unit cost per Lump Sum for BUILDING REMOVAL
NO. 1, BUILDING REMOVAL NO. 2, BUILDING REMOVAL NO. 3, BUILDING
REMOVAL NO. 4, REMOVAL AND DISPOSAL OF FRIABLE ASBESTOS BUILDING NO.
1, REMOVAL AND DISPOSAL OF FRIABLE ASBESTOS BUILIDING NO. 2, REMOVAL
AND DISPOSAL OF FRIABLE ASBESTOS BUILDING NO. 4 and REMOVAL AND
DISPOSAL OF NON-FRIABLE ASBESTOS BUILDING NO. 1.
PAVEMENT GROOVING
This work will consist of cutting grooves into the proposed pavement surface.
The pavement grooves shall be constructed in general accordance with Article 503.16 of the
Standard Specifications. The grooves shall be cut into the hardened concrete using a mechanical
saw device.
Texturing of the concrete pavement by saw cut grooving will be paid for at the contract unit
price per square yard for PAVEMENT GROOVING.
TREE TRANSPLANT
This work will consist of removing and re-planting of an existing tree at locations shown on the
plans.
West_Main_Street_Special_Provisions.doc
46
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Trees shown to be transplanted shall be dug with a ball of earth and burlapped. The tree shall be
transplanted to a permanent position within two hours after digging.
This work will be paid for at the contract unit price per each for TREE TRANSPLANT.
RAILROAD FLAGGER
This work will consist of providing a certified flagger for construction activities that are adjacent
to BNSF Railway property.
The Contractor must give the BNSF Roadmaster a minimum of thirty (30) days advance notice
when flagging services will be required. A railway flagger will be required when the
Contractor’s work activities are located over, under and/or within twenty-five (25) feet measured
horizontally from centerline of the nearest track and when cranes or similar equipment
positioned beyond 25-feet from the track centerline could foul the track in the event of tip over
or other catastrophic occurrence.
REMOVAL AND DISPOSAL OF UNSUITABLE MATERIAL
This work will consist of over-excavating soil that is determined unsuitable for the proposal
construction and providing porous granular embankment backfill for the over-excavated areas.
For areas where it is determined that the soil is unsuitable, the Contractor shall over-excavated
the soil to a suitable depth in general accordance with Article 202 of the Standard Specifications.
Upon excavating to suitable soil, the Contractor shall place a Geotechnical Fabric suitable for
ground stabilization and backfill with porous granular embankment. The fabric shall be in
conformance to Article 210 of the Standard Specifications. The porous granular embankment
shall be in conformance with Article 207 of the Standard Specifications.
A quantity for each item noted above is included in the contract documents and will be used to
establish a unit price. This work will be paid for at the contract unit price per cubic yard for
REMOVAL AND DISPOSAL OF UNSUITABLE MATERIAL, per ton for POROUS
GRANULAR EMBANKMENT, and per square yard for GEOTECHNICAL FABRIC FOR
GROUND STABILIZATION.
TRENCH DRAIN
This work will consist of installing a trench drain at the base of the reconstructed commercial
entrance on Academy Street at Stat 254+03.20 Left as shown on the plans. The trench drain
shall be a Neenah R-4996-A1 or an approved equal. Included in the cost of the trench drain will
be a ten (10) foot length of 6” diameter Class B storm sewer pipe to connect the trench drain to
inlet S159. This work will be paid for at the contract unit price per each for TRENCH DRAIN.
West_Main_Street_Special_Provisions.doc
47
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
METAL POSTS
This work will consist of furnishing Type A metal posts in general accordance with Section 729
of the Standard Specifications, except as noted below.
Where a direct burial method of installation is not possible (where within sections of the
retaining wall and bridge), the contractor shall install the sign post with mounting brackets that
attach to the back side of the parapet wall. The work to mount the sign on the back of the
parapet will be measured for payment in feet. The quantity noted in the plans will be that
quantity associated with a standard Type A metal post (3.5 feet). The cost associated with the
labor and materials to mount the metal post on the back side of the parapet shall be included in
the cost of the Metal Post – Type A.
West_Main_Street_Special_Provisions.doc
48
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
ELECTRICAL SPECIAL PROVISIONS
LUMINAIRE, PULSE START, METAL HALIDE, 150 WATT
Luminaire shall meet the requirements of Section 821 of the Standard Specifications for Road
and Bridge Construction, adopted January 1, 2007, with the following modifications:
Luminaire light distribution shall be Type III full cutoff. Ballast shall be high power factor CWA
pulse start metal halide type. Ballast voltage shall be multi-tap set for 240 VAC, 60 Hz.
Luminaire shall be 150 watt pulse start metal halide with black powder coat finish. Luminaire
shall have a cast aluminum housing with tool less access to ballast and lamp compartment,
tempered flat glass lens, IP66 weatherproof rating, and stainless steel hardware. Luminaire shall
be a Sternberg 1921FG/150W/MH/RO3SH-S/BK full-cutoff Type III optics model or of equal
specifications with prior approval of the City Engineer.
The luminaire shall be installed on the 8 foot mast arm of the pole with hang straight ball fixture
coupling.
The luminaire shall be fused separately at the base of the pole.
The fuse holders for the light fixtures shall be double pole, breakaway, waterproof with
insulating boots. The fuse holders shall be a Bussmann Tron type HEX Series, of equal
specifications with prior approval of the City Engineer, which has a connecting tab to prevent
accidental switching of terminals upon connection.
The wiring of the luminaire shall be as follows, starting from the line side: any splices for other
luminaires in the circuit; fuseholder; surge protector.
The surge protector shall conform to Article 1065.02 of the Standard Specifications.
Basis of Payment. This work shall be paid for at the contract unit price each for LUMINAIRE,
PULSE START, METAL HALIDE, 150 WATT of the type indicated, which shall be payment in
full for the luminaire complete. The luminaire complete includes branch circuit / extension wire
as applicable, lamp, fuseholders, mounting hardware, fusing, and surge protectors.
LUMINAIRE, PULSE START, METAL HALIDE, 250 WATT
Luminaire shall meet the requirements of Section 821 of the Standard Specifications for Road
and Bridge Construction, adopted January 1, 2007, with the following modifications:
Luminaire light distribution shall be Type III full cutoff. Ballast shall be high power factor CWA
pulse start metal halide type. Ballast voltage shall be multi-tap set for 240 VAC, 60 Hz.
Luminaire shall be 250 watt pulse start metal halide with black powder coat finish. Luminaire
West_Main_Street_Special_Provisions.doc
49
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
shall have a cast aluminum housing with tool less access to ballast and lamp compartment,
tempered flat glass lens, IP66 weatherproof rating, and stainless steel hardware. Luminaire shall
be a Sternberg 1921FG/250W/MH/RO3SH-S/BK full-cutoff Type III optics model or of equal
specifications with prior approval of the City Engineer.
The luminaire shall be installed on the 8 foot mast arm of the pole with hang straight ball fixture
coupling.
The luminaire shall be fused separately at the base of the pole.
The fuse holders for the light fixtures shall be double pole, breakaway, waterproof with
insulating boots. The fuse holders shall be a Bussmann Tron type HEX Series, of equal
specifications with prior approval of the City Engineer, which has a connecting tab to prevent
accidental switching of terminals upon connection.
The wiring of the luminaire shall be as follows, starting from the line side: any splices for other
luminaires in the circuit; fuseholder; surge protector.
The surge protector shall conform to Article 1065.02 of the Standard Specifications.
Basis of Payment. This work shall be paid for at the contract unit price each for LUMINAIRE,
PULSE START, METAL HALIDE, 250 WATT of the type indicated, which shall be payment in
full for the luminaire complete. The luminaire complete includes branch circuit / extension wire
as applicable, lamp, fuseholders, mounting hardware, fusing, and surge protectors.
LIGHT POLE ORNAMENTAL, ALUMINUM, 33 FT. M.H., 8 FT MAST ARM
Light pole shall meet the requirements of Section 830 of the Standard Specifications for Road
and Bridge Construction, adopted January 1, 2007, with the following modifications:
The pole shall be an aluminum pole according to Article 1069.02 with a nominal 33 foot height
designed to accommodate one luminaire, and achieve a 33 foot luminaire mounting height above
pavement with mast arm for MSE wall and bridge foundations. The luminaire shall be mounted
to the pole with an 8 foot one piece decorative aluminum mast arm. The pole shall be a one piece
tapered round shaft of aluminum and welded to a flat aluminum anchor base. The pole shall have
a minimum 0.250” wall thickness. A flush sided cast aluminum ball type pole top cap shall be
provided. The pole shall include a 4” x 8” handhole with ground lug (1/2”-13) and gasketed
cover plate secured with stainless steel screws. The pole base shall have an 18-inch dia. one
piece cast aluminum slip over base cover, with a 6-inch base extension. Pole shall be Sternberg
#HS-B/3301-EXT/33’ARTS/BCC4/CAS8/GFI-IUC/1-SBA/BK or of equal specifications with
prior approval of the City Engineer.
The base plate shall be arranged to accept four (4) one-inch diameter anchor bolts on a 11 1/2”
bolt circle. Bridge mount poles shall include a 1/2” thick vibration isolation mounting pad and
washers per Article 1069.07.
West_Main_Street_Special_Provisions.doc
50
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
The pole shall include an extruded arm plate integrally welded to the top and shall be sized to
accept an 8 foot luminaire mast arm.
The luminare mast arm shall be an 8 foot upsweep decorative scroll, aluminum arm assembly
and conform to the requirements of 6063-T4 alloy and aged to T6 temper. The arm shall fit
securely onto the pole at 90 degrees and shall be secured by four (4) 3/8-inch minimum stainless
steel bolts, nuts, and flat washers. Arm shall be Sternberg #CAS8 Series, powder coat Black or
of equal specifications with prior approval of the City Engineer.
The pole and arm shall be able to withstand AASHTO 2009 requirements for 90 mile per hour
wind load with a 30 percent gust factor.
Banner Arm shall be an 18” bolt on banner arm with end caps, model SBA as manufactured by
Sternberg, powder coat Black or of equal specifications with prior approval of the City Engineer.
Banner arm to be mounted to road side of pole.
Weatherproof Receptacle shall be a single duplex receptacle with small in-use wet location
cover, 20A, 120V, NEMA 5-20R, weather resistant GFCI type, model GFI as manufactured by
Sternberg, powder coat Black or of equal specifications with prior approval of the City Engineer.
The festoon receptacle shall be fused separately at the base of the pole.
The light pole shall be finished with a UV resistant coating of paint. Surface preparation shall be
a chemical treatment process. The finish shall be oven baked. The color shall be powder coat
Black.
Warranty: All materials supplied shall be warranted by the manufacturer for one (1) year after
delivery against faulty materials and workmanship. The paint finish on pole and accessories shall
be warranted by the manufacturer for five (5) years after delivery against faulty materials and
workmanship.
Basis of Payment. This work will be paid for at the contract unit price each for LIGHT POLE
ORNAMENTAL, ALUMINUM, 33 FT. M.H., 8 FT. MAST ARM.
LIGHT POLE ORNAMENTAL, ALUMINUM, 35 FT. M.H., 8 FT MAST ARM
Light pole shall meet the requirements of Section 830 of the Standard Specifications for Road
and Bridge Construction, adopted January 1, 2007, with the following modifications:
The pole shall be an aluminum pole according to Article 1069.02 with a nominal 35 foot height
designed to accommodate one luminaire, and achieve a 33 foot luminaire mounting height above
pavement with mast arm for at grade foundations. The luminaire shall be mounted to the pole
with a 8 foot one piece decorative aluminum mast arm. The pole shall be a one piece tapered
round shaft of aluminum and welded to a flat aluminum anchor base. The pole shall have a
West_Main_Street_Special_Provisions.doc
51
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
minimum 0.250” wall thickness. A flush sided cast aluminum ball type pole top cap shall be
provided. The pole shall include a 4” x 8” handhole with ground lug (1/2”-13) and gasketed
cover plate secured with stainless steel screws. The pole base shall have an 18-inch dia. one
piece cast aluminum slip over base cover, with a 6-inch base extension. Pole shall be Sternberg
#HS-B/3301-EXT/35’ARTS/BCC4/CAS8/GFI-IUC/1-SBA/BK or of equal specifications with
prior approval of the City Engineer.
The base plate shall be arranged to accept four (4) one-inch diameter anchor bolts on a 11 1/2”
bolt circle.
The pole shall include an extruded arm plate integrally welded to the top and shall be sized to
accept an 8 foot luminaire mast arm.
The luminare mast arm shall be an 8 foot upsweep decorative scroll, aluminum arm assembly
and conform to the requirements of 6063-T4 alloy and aged to T6 temper. The arm shall fit
securely onto the pole at 90 degrees and shall be secured by four (4) 3/8-inch minimum stainless
steel bolts, nuts, and flat washers. Arm shall be Sternberg #CAS8 Series, powder coat Black or
of equal specifications with prior approval of the City Engineer.
The pole and arm shall be able to withstand AASHTO 2009 requirements for 90 mile per hour
wind load with a 30 percent gust factor.
Banner Arm shall be an 18” bolt on banner arm with end caps, model SBA as manufactured by
Sternberg, powder coat Black or of equal specifications with prior approval of the City Engineer.
Banner arm to be mounted to road side of pole.
Weatherproof Receptacle shall be a single duplex receptacle with small in-use wet location
cover, 20A, 120V, NEMA 5-20R, weather resistant GFCI type, model GFI as manufactured by
Sternberg, powder coat Black or of equal specifications with prior approval of the City Engineer.
The festoon receptacle shall be fused separately at the base of the pole.
The light pole shall be finished with a UV resistant coating of paint. Surface preparation shall be
a chemical treatment process. The finish shall be oven baked. The color shall be powder coat
Black.
Warranty: All materials supplied shall be warranted by the manufacturer for one (1) year after
delivery against faulty materials and workmanship. The paint finish on pole and accessories shall
be warranted by the manufacturer for five (5) years after delivery against faulty materials and
workmanship.
Basis of Payment. This work will be paid for at the contract unit price each for LIGHT POLE
ORNAMENTAL, ALUMINUM, 35 FT. M.H., 8 FT. MAST ARM.
West_Main_Street_Special_Provisions.doc
52
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
LIGHTING CONTROLLER
Lighting controller shall meet the requirements of Section 825 of the Standard Specifications for
Road and Bridge Construction, adopted January 1, 2007, with the following modifications:
Lighting controller shall be suitable for 120/240 Volt, single-phase electric service.
Lighting controller shall include two (2) contactors – one for lighting control and one for festoon
receptacle control.
Lighting controller work shall include constructing a concrete foundation and concrete work pad,
as indicated on the plans. The concrete used shall be Class SI concrete in accordance with the
requirements of Section 1020 of the Standard Specifications.
Foundations shall include the raceways and grounding electrode and conductor as indicated on
the plans.
Grounding electrode and conductor shall be in accordance with Section 806.
Basis of Payment: This work will be paid for at the contract unit price each for LIGHTING
CONTROLLER, BASE MOUNTED, 240 VOLT, 200 AMP (DUAL) of the enclosure and
control type indicated.
LUMINAIRE, FLOODLIGHT, PULSE START, METAL HALIDE, 250 WATT
Luminaire shall meet the requirements of Section 821 of the Standard Specifications for Road
and Bridge Construction, adopted January 1, 2007, with the following modifications:
Luminaire light distribution shall be a flat beam with spread of 6 x 36. Ballast shall be high
power factor CWA pulse start metal halide type. Ballast voltage shall be multi-tap set for 240
VAC, 60 Hz. Luminaire shall be 250 watt pulse start metal halide with black powder coat finish.
Luminaire shall have a cast aluminum housing with tool less access to ballast and lamp
compartment, tempered flat glass lens with louver, IP67 weatherproof rating, integral yoke, and
stainless steel hardware. Luminaire shall be a Bega 7882MH or of equal specifications with prior
approval of the City Engineer.
The luminaire shall be installed on a mounting arm with black powder coat finish attached to
traffic signal pole.
The luminaire shall be fused separately at the base of the pole.
The fuse holders for the light fixtures shall be double pole, breakaway, waterproof with
insulating boots. The fuse holders shall be a Bussmann Tron type HEX Series, of equal
specifications with prior approval of the City Engineer, which has a connecting tab to prevent
accidental switching of terminals upon connection.
West_Main_Street_Special_Provisions.doc
53
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
The wiring of the luminaire shall be as follows, starting from the line side: any splices for other
luminaires in the circuit; fuseholder; surge protector.
The surge protector shall conform to Article 1065.02 of the Standard Specifications.
Basis of Payment. This work shall be paid for at the contract unit price each for LUMINAIRE,
FLOODLIGHT, PULSE START, METAL HALIDE, 250 WATT of the type indicated, which
shall be payment in full for the luminaire complete. The luminaire complete includes branch
circuit / extension wire as applicable, lamp, fuseholders, mounting hardware, fusing, and surge
protectors.
JUNCTION BOX, STAINLESS STEEL, EMBEDDED IN STRUCTURE, 18” x 18” x 8”
Junction Box shall meet the requirements of Section 813 of the Standard Specifications for Road
and Bridge Construction, adopted January 1, 2007, with the following modifications:
The exact location shall be as shown on the plans and as directed by the Engineer.
The embedded junction box shall be set flush with the adjoining surface and shall be properly
supported during concrete placement.
Basis of Payment: This work will be paid for at the contract unit price each for JUNCTION
BOX, STAINLESS STEEL, EMBEDDED IN STRUCTURE, 18” x 18” x 8” of the type
indicated.
LIGHT POLE FOUNDATION
Description: Light pole foundation shall meet the requirements of Section 836 of the Standard
Specifications for Road and Bridge Construction, adopted January 1, 2007, with the following
modifications:
Foundations shall include the raceways and grounding electrode and conductor as indicated on
the plans. All conduits in the foundation shall be installed rigidly in place before concrete is
deposited in the form. Bushings shall be provided at the ends of conduit. Anchor rods and
reinforcing shall be set in place before concrete is deposited by means of a template constructed
to space the anchor rods according to the pattern of the bolt holes in the base of the pole. The
foundation shall utilize formwork to provide the proper dimensions of the foundation. Concrete
shall be Class SI.
Grounding electrodes and conductors shall in accordance with Section 806.
West_Main_Street_Special_Provisions.doc
54
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Method of Measurement. The foundation will be measured for payment per each of the
foundation in place, in accordance with the total length of concrete foundation depth indicated on
the plans and as directed by the Engineer.
Relocation of a foundation due to an obstruction and any shaft excavation to that point will not
be measured for payment.
Excavation in rock will be measured for payment according to Article 502.12.
Basis of Payment: This work will be paid for at the contract unit price each for LIGHT POLE
FOUNDATION, of the type, diameter, and length indicated, including raceways.
Excavation in rock will be paid for according to Article 502.13.
West_Main_Street_Special_Provisions.doc
55
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
TRAFFIC SIGNAL SPECIAL PROVISIONS
LOCATION OF UNDERGROUND STATE AND CITY OF GALESBURG
MAINTAINED ELECTRICAL FACILITIES
The Contractor shall be responsible for locating existing IDOT and city of Galesburg electrical
facilities prior to performing any work at his/her own expense if required. The Contractor shall
also be liable for any damage to IDOT facilities resulting from inaccurate locating.
The Contractor may obtain, on request, plans for the existing electrical facilities from the
Department and city of Galesburg.
The Contractor shall also be responsible for locating and providing protection for IDOT
facilities during all phases of construction. If at any time, the facilities are damaged, the
Contractor shall immediately notify the Department and make all necessary arrangements for
repair to the satisfaction of the Engineer. This work shall be included in the contract bid price.
FULL ACTUATED CONTROLLER AND TYPE IV CABINET, SPECIAL
This work shall be in accordance with Sections 857, 1073, and 1074 of the Standard
Specifications except as modified herein.
The Contractor shall provide all labor, materials, and equipment required for the work described
above. The cost of this work shall be included in the bid price for this pay item. There will be
no additional compensation for this work.
The cabinet and controller shall be compatible with the existing Econolite closed loop system and
Aries remote monitoring software.
The traffic signal cabinet shall have a NEMA TS-2 back panel. The cabinet shall include a
malfunction management unit to allow enhanced fault monitoring capabilities. The malfunction
management unit shall support flashing yellow arrow operation and be a Reno A&E model
MMU-1600G equipped with a graphical display and Ethernet port.
The controller shall be an Econolite ASC/3-2100 NEMA TS-2 Type 2 controller.
The cabinet, controller, and malfunction management unit shall be configured by the
manufacturer for flashing yellow arrow operation.
The malfunction management unit shall be equipped with the latest software and firmware
revisions. The cabinet shall be equipped with a plexi-glass shield that covers the power panel
which houses the mercury bus relay, line filter, circuit breakers, and other electrical components.
West_Main_Street_Special_Provisions.doc
56
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
The cabinet shall be equipped with a plexi-glass shield that covers the thermostat and a
fluorescent lighting assembly that turns on when the door is opened. The fluorescent lighting
assembly shall be equipped with a cold weather ballast and mounted in a location that will not
interfere with cabinet maintenance.
The traffic signal cabinet shall be equipped with a sixteen load switch back panel to
accommodate future expansion.
The cabinet shall be furnished with a compact heater strip to be used for moisture reduction
during cold weather. The heater shall be thermostatically controlled, operate at 120 volts, have a
minimum wattage of 150 watts, a maximum wattage of 250 watts, have a shield to protect
service personnel and equipment from damaging heat, be separately fused, and be mounted
where it does not interfere with a person working in the cabinet.
The cabinet shall be equipped with a twenty-four fiber wall- mountable interconnect center and
two six-fiber bulkheads. The cabinet shall also be equipped with any and all other components
necessary to provide for a complete and functional fiber optic telemetry.
The cabinet shall be equipped with toggle switch guards for all switches located on the door to
prevent accidental switching. The cabinet shall include a high quality deluxe pleated filter.
The cabinet shall be equipped with additional surge protection for the controller, malfunction
management unit, and detector amplifiers, and/or video detection system. The surge protector
shall be a Transtector model ACP100BWN3 and shall be included in addition to an EDCO SHA1250 IRS protector. The EDCO SHA-1250 IRS surge protector is to be provided in accordance
with Section 1085.47 A(4a) and shall be wired to provide surge protection for the controller,
malfunction management unit, and detector amplifiers. The Transtector surge suppressor may be
wired to the equipment protected power terminals of the EDCO SHA-1250 IRS unit provided
that the controller, MMU, and detection system are protected.
The Contractor shall set up each cabinet in his or her shop for inspection by the Engineer. All
phases that are utilized shall be hooked up to a light board to provide observation for each signal
indication. The Engineer shall be notified when the set up is complete so that all pertinent
timings may be entered into the each traffic signal controller. The facility shall be subject to a
seven day burn-in period before installation will be allowed.
The Contractor shall ground and safety-bond the controller cabinet in accordance with NEC
requirements.
After installing the cabinet in the field, prior to resuming normal signal operation, the Contractor
shall test the cabinet by connecting a jumper to the cabinet field terminals to ensure that all
conflicting signals will place the cabinet into conflict flash and to verify that the cabinet,
controller, and malfunction management unit are operating correctly. The Contractor shall make
arrangements with the local police agency to provide traffic control during the conflict test.
One copy of the latest upgrade version of Aries shall be included in the bid price for this item.
West_Main_Street_Special_Provisions.doc
57
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Basis of Payment:
This work will be paid for at the contract unit price each for FULL ACTUATED
CONTROLLER AND TYPE IV CABINET SPECIAL and shall be payment in full for all labor,
materials, and equipment required to provide, test, and install the equipment described above,
complete.
INDUCTIVE LOOP DETECTOR
This work shall be in accordance with Sections 885 and 1079 of the Standard Specifications
except as modified herein.
The detector amplifier shall be equipped with an LCD display that is capable of displaying the
loop frequency and inductance and shall conform to the following specifications:
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
Custom LCD displays complete status and function settings of the detector.
All functions are programmable from the front panel LCD "Menu" - no removing of
detector to change function settings.
LCD displays loop frequency, loop inductance, & -L/L% values
LCD displays the accumulated number of loop failure incidents since the detector was
last reset to help diagnose intermittent systems.
LCD bar graph displays loop inductance change to verify ideal sensitivity level setting.
Selectable "Continuous-Call and "Channel-Off" to aid system troubleshooting.
8 loop frequencies and 9 levels of sensitivity.
2 Selectable modes of operation: Presence or Pulse.
255 second CALL Delay and 25.5 second Extension timers.
999 second Max. Presence Timer.
NEMA TS 2 Status Output.
EOG (end of green) reset synchronization for Max. Presence timer.
Super bright LEDS indicate vehicle detection or loop failure.
Environmentally sealed push button switches to insure trouble-free service.
Phase Green (Delay Override) input.
The detector amplifier shall be equipped with relay or solid state outputs to ensure that the
detectors fail in a constant call mode.
The RENO A&E Model C-1200 Series and EDI Oracle Series are currently approved for use
within the District.
Basis of Payment: This work shall be paid for at the contract unit price each for INDUCTIVE
LOOP DETECTOR which price shall be payment in full for all labor, equipment, and materials
required to supply and install the inductive loop detector described above, complete.
West_Main_Street_Special_Provisions.doc
58
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
SIGNAL HEADS, POLYCARBONATE, LED, 1-FACE, 3-SECTION, BRACKET
MOUNTED
SIGNAL HEAD, POLYCARBONATE, LED, 1-FACE, 3-SECTION, MAST ARM
MOUNTED
This work shall be in accordance with Sections 880 and 1078 of the Standard Specifications
except as modified herein.
The traffic signal heads shall consist of 300mm (12") polycarbonate sections and shall be
equipped with LED assemblies for all red bulb, yellow bulb, green bulb, red arrow, yellow
arrow, and green arrow indications.
The traffic signal heads shall have a black finish with black doors and tunnel visors.
All traffic signal brackets shall be aluminum construction, Schedule 80, with a natural finish.
The LED signal faces shall be equipped with spade connectors and connected to the traffic signal
head terminal block.
The LED assemblies for the red, yellow, and green solid and arrow indications shall meet or
exceed the following minimum specifications:
RED LED ASSEMBLY
Currently, only the following models are approved by the Department for use provided that they
meet the minimum specifications listed below:
GELcore
Dialight
Model DR6-RTFB-17A
Model DURALED 433-1210-003XL
The LED assembly must conform to the following minimum specifications:
Lens : 300mm (12”) Diameter, Red, Hard Coated for Abrasion Resistance, UV Stabilized Dome,
Designed to Evenly Distribute Light Across the Entire Face of the Lens to Provide a Uniform
Illuminance Across the Face of The LED, Provide a Wide Angle For Viewing, And Eliminate
any "Dotty" or Grainy Appearance.
LEDS: Interconnected to minimize the effect of single LED failures, Nominal Wattage: 6-10 W
or less, Nominal Wavelength: 625-626nm
Minimum Luminous Intensity (cd): 365
Product Warranty: 5 Year Replacement (Materials, Workmanship, and Intensity)
West_Main_Street_Special_Provisions.doc
59
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
The assembly shall be capable of operating from 80 to 135 VAC with less than 10% variation in
intensity, shall have an operating temperature range of -40° to 74°C, and shall be sealed and
highly resistant to water intrusion.
The assembly shall conform to the latest applicable (Part II) ITE color requirements and meet
ITE VTCSH LED Circular Signal Supplement June 2005 specifications for LED traffic signals,
including intensity requirements at -40° to 74°C.
The assembly shall be compatible with signal control equipment per NEMA TS-2, NEMA TS-1
standards, and include transient voltage protection and fusing to withstand high-repetition noise
transients and low repetition high energy transients per NEMA standard 1992 and ITE VTCSH STD PART 2.
YELLOW LED ASSEMBLY
Currently, only the following models are approved by the Department for use provided that they
meet the minimum specifications listed below:
GELcore
Dialight
Model DR6-YTFB-17A
Model DURALED 433-3230-001XL
The LED assembly must conform to the following minimum specifications:
Lens : 300mm (12”) Diameter, Clear or Yellow, Hard Coated for Abrasion Resistance, UV
Stabilized Dome, Designed to Evenly Distribute Light Across the Entire Face of the Lens to
Provide a Uniform Illuminance Across the Face of The LED, Provide a Wide Angle For
Viewing, And Eliminate any "Dotty" or Grainy Appearance
LEDS: Interconnected to minimize the effect of single LED failures, Nominal Wattage: 19 W or
less, Nominal Wavelength: 589-590nm
Minimum Luminous Intensity (cd): 910
Product Warranty: 5 Year Replacement (Materials, Workmanship, and Intensity)
The assembly shall be capable of operating from 80 to 135 VAC with less than 10% variation in
intensity, shall have an operating temperature range of -40° to 74°C, and shall be sealed and
highly resistant to water intrusion.
The assembly shall conform to the latest applicable (Part II) ITE color requirements and meet
ITE VTCSH LED Circular Signal Supplement June 2005 specifications for LED traffic signals,
including intensity requirements at -40° to 74°C, except for when its terms are in conflict with
the terms contained in this special provision. In such cases, this special provision shall supersede
the contrary ITE specification.
West_Main_Street_Special_Provisions.doc
60
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
The assembly shall be compatible with signal control equipment per NEMA TS-2, NEMA TS-1
standards, and include transient voltage protection and fusing to withstand high-repetition noise
transients and low repetition high energy transients per NEMA standard 1992 and ITE VTCSH STD PART 2.
GREEN LED ASSEMBLY
Currently, only the following models are approved by the Department for use provided that they
meet the minimum specifications listed below:
GELcore
Model DR6-GCFB-17A (Clear)
Dialight
Model 433-2220-001XL (Tinted Lens)
The LED assembly must conform to the following minimum specifications:
Lens: 300mm (12”) Diameter, Hard Coated for Abrasion Resistance, UV Stabilized Dome,
Designed to Evenly Distribute Light Across the Entire Face of the Lens to Provide a Uniform
Illuminance Across the Face of The LED, Provide a Wide Angle For Viewing, And Eliminate
any "Dotty" or Grainy Appearance
LEDS: Interconnected to minimize the effect of single LED failures, Nominal Wattage: 9-13 W
or less, Nominal Wavelength: 500nm
Minimum Luminous Intensity (cd): 475
Product Warranty: 5 Year Replacement (Materials, Workmanship, and Intensity)
The assembly shall be capable of operating from 80 to 135 VAC with less than 10% variation in
intensity, shall have an operating temperature range of -40° to 74°C, and shall be sealed and
highly resistant to water intrusion.
The assembly shall conform to the latest applicable (Part II) ITE color requirements and meet
ITE VTCSH LED Circular Signal Supplement June 2005 specifications for LED traffic signals,
including intensity requirements at -40° to 74°C.
The assembly shall be compatible with signal control equipment per NEMA TS-2, NEMA TS-1
standards, and include transient voltage protection and fusing to withstand high-repetition noise
transients and low repetition high energy transients per NEMA standard 1992 and ITE VTCSH STD Part 2
GREEN ARROW LED ASSEMBLY
Currently, only the following models are approved by the Department for use provided that they
meet the minimum specifications listed below:
GELcore
Dialight
Model DR6-GCAAN-17A
Model 432-2374-001XOD
West_Main_Street_Special_Provisions.doc
61
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
The LED assembly must conform to the following minimum specifications:
Lens: 300mm (12”) Diameter, Hard Coated for Abrasion Resistance, UV Stabilized Dome,
Designed to Evenly Distribute Light Across the Entire Face of the Lens to Provide a Uniform
Illuminance Across the Face of The LED, Provide a Wide Angle For Viewing, And Eliminate
any "Dotty" or Grainy Appearance.
LEDS: Interconnected to minimize the effect of single LED failures, Nominal Wattage: 5-6 W
or less, Nominal Wavelength: 500nm, Shall Have a Full Profile Arrow Indication (No Outlined
or 2 Row Indications)
Minimum Luminous Intensity (cd): 176
Product Warranty: 5 Year Replacement (Materials, Workmanship, and Intensity)
The assembly shall be capable of operating from 80 to 135 VAC with less than 10% variation in
intensity, shall have an operating temperature range of -40° to 74°C, and shall be sealed and
highly resistant to water intrusion.
The assembly shall conform to the latest applicable (Part II) ITE color requirements and meet
ITE VTCSH LED Vehicle Arrow Traffic Signal Supplement July 1, 2007 specifications for LED
traffic signals, including intensity requirements at -40° to 74°C.
The assembly shall be compatible with signal control equipment per NEMA TS-2, NEMA TS-1
standards, and include transient voltage protection and fusing to withstand high-repetition noise
transients and low repetition high energy transients per NEMA standard 1992 per ITE VTCSH STD Part 3.
YELLOW ARROW LED ASSEMBLY
Currently, only the following models are approved by the Department for use provided that they
meet the minimum specifications listed below:
GELcore
Dialight
Model DR6-YTAAN-17A
Model 431-3334-001XOD
The LED assembly must conform to the following minimum specifications:
Lens : 300mm (12”) Diameter, Clear or Yellow, Hard Coated for Abrasion Resistance, UV
Stabilized Dome, Designed to Evenly Distribute Light Across the Entire Face of the Lens to
Provide a Uniform Illuminance Across the Face of The LED, Provide a Wide Angle For
Viewing, And Eliminate any "Dotty" or Grainy Appearance
West_Main_Street_Special_Provisions.doc
62
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
LEDS: Interconnected to minimize the effect of single LED failures, Nominal Wattage: 12 W or
less, Nominal Wavelength: 590-592nm, Shall Have a Full Profile Arrow Indication (No
Outlined or 2 Row Indications)
Minimum Luminous Intensity (cd): 141.6-146
Product Warranty: 5 Year Replacement (Materials, Workmanship, and Intensity)
The assembly shall be capable of operating from 80 to 135 VAC with less than 10% variation in
intensity, shall have an operating temperature range of -40° to 74°C, and shall be sealed and
highly resistant to water intrusion.
The assembly shall conform to the latest applicable (Part II) ITE color requirements and meet
ITE VTCSH LED Vehicle Arrow Traffic Signal Supplement July 1, 2007 specifications for LED
traffic signals, including intensity requirements at -40° to 74°C, except for when its terms are in
conflict with the terms contained in this special provision. In such cases, this special provision
shall supersede the contrary ITE specification.
The assembly shall be compatible with signal control equipment per NEMA TS-2, NEMA TS-1
standards, and include transient voltage protection and fusing to withstand high-repetition noise
transients and low repetition high energy transients per NEMA standard 1992 per ITE VTCSH STS Part 3.
SERVICE INSTALLATION, TYPE B (MODIFIED)
This work shall be in accordance with Section 805 and 1086 of the Standard Specifications
except as modified herein.
Galvanized steel conduit shall be used for the service riser. The use of PVC conduit will not be
allowed.
The service disconnect enclosed shall be a stainless steel, weatherproof NEMA 4X enclosure that
shall be mounted to the controller cabinet and meets the following specifications:
60-Ampere Fused Disconnect Switch: The fused disconnect switch shall be single-throw, threewire (two poles, two fuses, and solid neutral). The switch shall provide for locking the blades in
either the “On” or “Off” position with one or two padlocks and for locking the cover in the
closed position. The fuses shall be cartridge fuses and contacts shall be rated 60 amperes, 240
volts and included with the disconnect installation.
The service disconnect shall be installed on a 6” x 6” x 10” treated post at a maximum height of
42”.
The Department will furnish all padlocks.
West_Main_Street_Special_Provisions.doc
63
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Basis of Payment: This work shall be paid for at the contract unit price each for SERVICE
INSTALLATION, TYPE B (MODIFIED) which price shall be payment in full for all labor,
equipment, and materials required to provide the electrical service installation described above,
complete.
HANDHOLE, PORTLAND CEMENT CONCRETE
This work shall consist of furnishing the materials and constructing a handhole in accordance
with the applicable Articles of Section 814 and 1088 of the Standard Specifications with the
following modifications:
The lift ring for the cover shall consist of a solid closed ring of stainless steel at least 3/8 inch in
diameter. The lift ring shall be attached to the cover by a loop of stainless steel at least 3/8 inch
in diameter. The lift ring and loop shall be recessed in the cover.
The Contractor shall install heavy-duty, fully-galvanized hooks, with a minimum diameter of ½”
in the proposed handhole. The Contractor shall submit this material to the Engineer prior to
construction of the handholes.
The lid shall be marked with the legend "Traffic Signals".
Pre-cast handholes are not allowed.
All unsuitable materials shall be disposed of by the Contractor outside the job limits.
Basis of Payment: This work will be paid for at the contract unit price each for HANDHOLE,
PORTLAND CEMENT CONCRETE which price shall be payment in full for all labor,
materials, and equipment required to provide the handhole described above as well as any
necessary excavating, backfilling, disposal of unsuitable materials, and furnishing all materials
within the limits of the handhole.
DOUBLE HANDHOLE, PORTLAND CEMENT CONCRETE
This work shall consist of furnishing the materials and constructing a handhole in accordance
with the applicable Articles of Section 814 and 1059 of the Standard Specifications with the
following modifications:
The lift ring for the cover shall consist of a solid closed ring of stainless steel at least 3/8 inch in
diameter. The lift ring shall be attached to the cover by a loop of stainless steel at least 3/8 inch
in diameter. The lift ring and loop shall be recessed in the cover.
The Contractor shall install heavy-duty, fully-galvanized hooks, with a minimum diameter of ½”
in the proposed handhole. The Contractor shall submit this material to the Engineer prior to
construction of the handholes.
West_Main_Street_Special_Provisions.doc
64
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
The lid shall be marked with the legend "Traffic Signals".
Pre-cast handholes are not allowed.
All unsuitable materials shall be disposed of by the Contractor outside the job limits.
Basis of Payment: This work will be paid for at the contract unit price each for DOUBLE
HANDHOLE, PORTLAND CEMENT CONCRETE which price shall be payment in full for all
labor, materials, and equipment required to provide the handhole described above as well as any
necessary excavating, backfilling, disposal of unsuitable materials, and furnishing all materials
within the limits of the handhole.
ELECTRIC CABLE IN CONDUIT, NO. 6 1/C
This work shall be in accordance with the applicable Articles of Sections 807, 817, 873 and 1066
of the Standard Specifications with the following modifications:
This work shall consist of furnishing and installing wire for traffic signal controller service and
combination mast arm luminaire service.
When used as a grounding wire, it shall connect all existing traffic signal posts, existing and
proposed mast arm assemblies, existing and proposed light poles, handholes (lids, rings, frames –
except advanced loop handholes), traffic signal cabinets, lighting controllers, and exposed
metallic conduits.
The proposed ground wire shall be an insulated #6 XLP green copper conductor.
This wire shall be bonded to all items and their associated ground rods utilizing mechanical lugs
and bolts. This wire may be made continuous by splicing in the adjacent handholes with
compression lugs. Split bolts shall not be allowed.
The grounding wire shall be bonded to the grounded conductor at the service disconnect per the
NEC.
The Contractor shall provide a sufficient length of cable to ground each existing handhole lid and
frame. The length of wire required to ground each handhole will not be measured for payment,
but shall be included in the unit bid price for this pay item.
The Contractor shall provide grounding bushings on all metallic service conduits in the
controller bases.
All clamps, hardware, and other materials required shall be included in the bid price.
West_Main_Street_Special_Provisions.doc
65
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Basis of Payment: This work will be paid for at the contract unit price per foot for ELECTRIC
CABLE IN CONDUIT, NO. 6 1/C which price shall be payment in full for all labor, materials,
and equipment required to provide the grounding system described above.
TRAFFIC SIGNAL POST, GALVANIZED, 17 FEET
This work shall be in accordance with Sections 878 and 1077 of the Standard Specifications
except as modified herein.
The traffic signal post shall be attached to the foundation with four 3/4" x 18" galvanized anchor
bolts. The post base shall be secured to the foundation using galvanized nuts and galvanized
steel flat washers that have a minimum thickness of 1/4" and are trapezoidal in shape. The
washers shall be sized so as to completely capture the mounting flanges of the traffic signal base.
Round washers will not be acceptable.
Basis of Payment: This work will be paid for at the contract unit price each for TRAFFIC
SIGNAL POST, GALVANIZED, 17 FEET of the length specified which price shall be payment
in full for all labor, material, and equipment required to furnish and install the traffic signal post
and base described above.
PEDESTRIAN PUSH BUTTON
This work shall be in accordance with Sections 888 and 1074 of the Standard Specifications
except as modified herein.
All pedestrian push buttons shall have a round case and be equipped with a 2" diameter
mushroom head for easy access.
The pedestrian push buttons shall be of polycarbonate construction and shall have a yellow
housing. The push button shall utilize a piezo driven solid state switch.
The following models are approved for use within District 4:
Polara, BullDog with momentary LED Indicator with audible buzzer, Round, Black
Housing, Model (BDLL2-B)
Campbell 4EVR, with momentary LED Indicator with audible buzzer, Round, Black
Housing
The pedestrian push button installation shall include all crossing signs and hardware required to
mount the pedestrian push button. All hardware shall be of stainless steel construction. All bolts
shall be 1/4" Hex Head and no self tapping/drilling screws will be allowed.
West_Main_Street_Special_Provisions.doc
66
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
The following pedestrian push button signs currently meet Department Specifications: Pelco,
Models SF-1013-08, SF-1014-08 or approved equivalent
Basis of Payment: This work shall be paid for at the contract unit price each for PEDESTRIAN
PUSH BUTTON and shall be payment in full for all labor, equipment, and materials required to
supply and install the pedestrian push buttons described above, complete.
PEDESTRIAN SIGNAL HEAD, LED, 1-FACE, BRACKET MOUNTED WITH
COUNTDOWN TIMER
This work shall be in accordance with Section 881 and 1078 of the Standard Specifications
except as modified herein.
The pedestrian signal head shall consist of a single 16” polycarbonate section and shall be
equipped with an overlayed LED indication with countdown timer (Walking Person/Upraised
Hand).
The traffic signal head shall have a yellow finish with black doors and tunnel visors.
The LED signal faces shall be equipped with spade connectors and connected to the traffic signal
head terminal block.
The LED signal face shall have international symbols (Upraised Hand - Color: Portland Orange,
Walking Person - Color: Lunar White). Only filled indications will be allowed.
The LED assembly shall meet or exceed the following minimum specifications:
Currently, only the following models are approved by the Department for use provided that they
meet the minimum specifications list below:
GELcore
Model PS7-CFF1-26A (Filled Walking Person/Upraised Hand Overlay,
with Countdown Timer)
Dialight
Model 430-6479-001X (Filled Walking Person/Upraised Hand Overlay,
with Countdown Timer)
The LED assembly must conform to the following minimum specifications:
Lens : 16” x 18", Hard Coated for Abrasion Resistance, UV Stabilized Dome
LEDS: Interconnected to minimize the effect of single LED failures, Nominal Wattage White:
8W or less, Nominal Wattage Orange: 11W or less, Nominal Wattage Countdown: 6W
Luminous Intensity (min): Countdown = 1,400 cd/m², Hand = 1,400 cd/m², Person = 2,200 cd/m²
Product Warranty: 5 Year Replacement
West_Main_Street_Special_Provisions.doc
67
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Combination hand/person pedestrian signal modules shall incorporate separate power supplies
for the hand and the person displays.
The assembly shall be capable of operating from 80 to 135 VAC with less than 10% variation in
intensity, shall have an operating temperature range of -40° to 74°C, and shall be sealed and
highly resistant to water intrusion.
All LED Pedestrian Signal Modules shall be fully compliant to the ITE PTCSI Part-2: LED
Pedestrian Traffic Signal Modules specifications adopted March19, 2004 or the latest adopted
version as listed on the ITE website at time of bid
The assembly shall be compatible with signal control equipment per NEMA TS-2, NEMA TS-1
standards, and include transient voltage protection and fusing to withstand high-repetition noise
transients and low repetition high energy transients per NEMA standard 1992 per ITE VTCSH STD Part 2.
Basis of Payment: This work will be paid for at the contract unit prices each for PEDESTRIAN
SIGNAL HEAD, LED, 1-FACE, BRACKET MOUNTED WITH COUNTDOWN TIMER and
will be payment in full for all labor, equipment, and materials required to provide and install the
pedestrian traffic signal heads equipped with LED indications described above, complete.
REMOVE EXISTING TRAFFIC SIGNAL EQUIPMENT
This work shall be in accordance with Section 895 of the Standard Specifications except as
modified herein.
The Contractor shall remove all existing traffic signal equipment, handholes, and foundations at
the intersection of Main Street and Academy Street.
It is the Contractor’s responsibility to verify all quantities prior to bidding. There will be no
additional compensation.
The Contractor shall remove the existing Concrete Foundations, Type E to a minimum depth of 3
feet below the proposed finished grade unless the existing foundation is in conflict with a
proposed footing, foundation, or proposed utility, in which case the existing foundation shall be
completely removed. Concrete Foundations, Type A and D shall be completely removed. This
work shall be included in the bid price for this pay item.
The Contractor shall remove all wires pertaining to existing traffic signals, grounding, and loops
at the location of the existing traffic signals (i.e. Intersection of Academy Street and Main Street).
The Contractor shall remove all wires from all intermediate handholes that are scheduled for
removal. This work shall be included in the bid price for this pay item.
West_Main_Street_Special_Provisions.doc
68
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
The Contractor shall deliver the existing poles, signs, mast arms, controller cabinet, controller,
and signal heads to the city of Galesburg to the desired location. The point of contact is Wayne
Carl at (309) 345-3625.
The Contractor shall dispose of all other items off of the right-of-way to a location approved by
the Engineer and reflect the salvage value of this equipment in the unit bid price for this pay item.
Method of Measurement: All removal items listed for a particular intersection (as shown on the
removal plan sheet for each intersection) will be paid for as each (per intersection).
Basis of Payment: The above work will be paid for at the contract unit price each (per
intersection) for REMOVE EXISTING TRAFFIC SIGNAL EQUIPMENT and shall be payment
in full for removing, disposing of, and transporting the equipment described above, complete.
No additional compensation will be allowed.
LUMINAIRE, METAL HALIDE HORIZONTAL MOUNT 400 WATT
This work shall be in accordance with Section 821 of the Standard Specifications except as
modified herein.
Luminaire shall be 400 Watt M-400 Luminaire with Cutoff Optics, by GE Lighting Systems, Inc.
or approved equivalent.
Basis of Payment: This work shall be paid for at the contract unit price each for LUMINAIRE,
METAL HALIDE HORIZONTAL MOUNT 400 WATT and shall be payment in full for all
labor, equipment, and materials required to supply and install the luminaire described above,
complete.
CONCRETE FOUNDATION, TYPE E, 36” DIAMETER
This work shall consist installing a Concrete Foundation, Type E, 36” Diameter in accordance
with Section 878 of the Standard Specifications for Road and Bridge Construction and State
Standard 878001-05 with no exceptions.
The proposed location of the Concrete Foundation, Type E may be moved in the field to avoid
conflicts at the approval of the Engineer. If foundation is moved to an area not within the
removal limits shown on the plans, removal of the existing sidewalk or earth disturbance shall be
completed in accordance with Section 895 of the Standard Specifications for Road and Bridge
Construction and any applicable notes or Special Provisions provided in these construction
documents.
Basis of Payment: This work will be paid for at the contract unit price per foot for Concrete
Foundation, Type E, 36” Diameter which price shall be payment in full for all labor, material, and
equipment necessary to perform the work described above.
West_Main_Street_Special_Provisions.doc
69
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
MICROWAVE DETECTION UNIT
The contractor shall furnish and install the following items at the intersection of US 150 (Main)
& Academy:
•
Microwave Detection Unit (Wavetronix Smartsensor Advance Model 200) – Qty. 1
The microwave sensor shall be installed on the mast arms as shown on the plan sheets.
The sensor shall conform to the following specifications:
Measured Quantities:
Detection Zones:
Detection Range:
Zone Resolution:
Time Resolution:
Elevation:
Azimuth:
Operating frequency:
Communications:
Power:
Ambient operating
temperature:
Humidity:
Shock:
Physical dimensions
(HxWxD):
Weight:
Presence, speed, range and arrival time
Up to 8 traffic zones simultaneously
30 m to 152.4 m (100 to 500 feet)
1.524 m (5 feet)
2.5 msec
3 dB beamwidth: 80°
3 dB beamwidth: 12°
10.5 to 10.55 GHz (X-band) Frequency Modulated
Continuous Wave (FMCW) radar
RS-232 and RS-485 connection
7.5 watts @ 9-28 VDC
-40°C to 75°C
Up to 95% RH
10 g 10ms half sine wave
32 cm x 23 cm x 7.6 cm (12.6 in x 9.0 in x 3.0 in)
less than 2.27 kg or 5 lbs.
The sensor shall be equipped with transient surge suppression (internal and external).
•
Wavetronix Click! 172 (Two-Channel Contact Closure Rack Mounted Card) – Qty. 1
[The Click! 172 Input File Card provides 2-channel contact closure outputs between the
SmartSensor and the traffic signal controller. The cards plug into any input file slot and
are compatible with NEMA standard TS-1, TS-2, providing a data link from one or more
cards to a single RS-485 bus.]
•
Wavetronix Click! 200 (Surge Protection Module) – Qty. 1
The module shall be installed in the proposed traffic signal cabinet.
[The Click! 200 Surge Protection Module has a three-stage surge suppression design that
protects the SmartSensor and other devices from power surges over DC power lines, RS-
West_Main_Street_Special_Provisions.doc
70
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
232 and RS-485 communication lines. The 200’s surge protected power and
communication buses are hot-swappable, and the modules also include unprotected
connections for RS-232 and RS-485 communications.]
•
Wavetronix Click! 202 (Power Supply – 2A, 24VDC) – Qty. 1
[The Click! 202 AC to DC Power Converter provides 24 VDC at 2-Amps.]
•
Cables, Brackets, Hardware, Etc.
The Contractor shall also furnish and install all over required equipment, including
cables, brackets, hardware, and all other items required for a complete and fully
functional system.
Sensor Cable and Connector Specification
The cable shall be the Wavetronix WX-SS-H701/2/3, Orion Wire Combo-2207-2002PVCGY or an equivalent cable that conforms to the following specifications:
•
The RS-485 conductors shall be a twisted pair.
•
The RS-232 and RS-485 conductors shall have nominal capacitance conductor to
conductor of less than 71pF/Ft at 1 Khz.
•
The RS-232 and RS-485 conductors shall have nominal conductor DC resistance
of less than 16.5 ohms/1000 ft. at 20°C.
•
The power conductors shall be a twisted pair with nominal conductor DC
resistance of less than 11.5 ohms/1000 ft. at 20°C.
•
Each wire bundle shall be shielded with an aluminum/mylar shield with a drain
wire or the entire cable shall be shielded with an aluminum/mylar shield with a
drain wire.
•
The cable end connector shall meet the MIL-C-26482 specification and shall be
designed to interface with the appropriate MIL-C-26482 connector. The connector
backshell shall be an environmentally sealed shell that offers excellent immersion
capability. All conductors that interface with the connector shall be encased in a
single jacket, and the outer diameter of this jacket shall be within the backshell’s
cable O.D. range to ensure proper sealing. The backshell shall have a strain relief
with enough strength to support the cable slack under extreme weather conditions.
Recommended connectors are Cannon’s KPT series, and recommended
backshells are Glenair Series 37 cable sealing backshells.
West_Main_Street_Special_Provisions.doc
71
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
•
Configuration Software, Computer Cables, and Operation Manuals
The Contractor shall furnish equipment configuration software, computer cables, and
manuals to the Department. One copy of all applicable manuals shall be placed inside the
controller cabinet.
•
Spare Equipment
The Contractor shall furnish the following spare equipment to the Department:
•
•
•
•
Wavetronix Smartsensor Advance Model 200 – Qty. 1
Wavetronix Click! 172 (Two-Channel Contact Closure Rack Mounted Card) – Qty. 1
Wavetronix Click! 200 (Surge Protection Module) – Qty. 1
Wavetronix Click! 202 (Power Supply – 2A, 24VDC) – Qty. 1
The spare equipment shall be delivered to the IDOT Traffic Building, located at 1025 W.
Detweiller Dr., Peoria, IL.
All equipment provided under this pay item shall have a two year manufacturer’s warranty (parts
and labor).
Basis of Payment:
This work shall be paid for at the contract unit price each for MICROWAVE DETECTION
UNIT and shall be payment in full for all labor, equipment, and materials required to furnish,
install, program, and test the microwave detection unit described above, complete.
West_Main_Street_Special_Provisions.doc
72
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
CCTV CAMERA INSTALLATION SPECIAL PROVISIONS
CONTRACT GUARANTEE
The Contractor shall guarantee all electrical equipment, apparatus, materials, and workmanship
provided under the contract for a period of six (6) months after the date of final inspection
according to Article 801.14.
All instruction sheets required to be furnished by the manufacturer for materials and supplies and
for operations shall be delivered to the Engineer prior to the acceptance of the project, with the
following warranties and guarantees:
1. The manufacturer's standard written warranty for each piece of electrical equipment or
apparatus furnished under the contract.
2. The Contractor's written guarantee that, for a period of six (6) months after the date of final
inspection of the project, all necessary repairs to or replacement of said warranted
equipment, or apparatus shall be made by the Contractor at no cost to the Department.
3. The Contractor's written guarantee for satisfactory operation of all electrical systems
furnished and constructed under the contract for a period of 6 months after final inspection
of the project.
SYSTEM IMPLEMENTATION, EQUIPMENT INTEGRATION AND SUPPORT
The Contractor shall install the CCTV cameras at the locations indicated on the plans.
All furnished components shall be subject to a 30 day burn-in period. The system along with all
of its components shall be fully and functionally operational before any acceptance testing will
be initiated. After the system has been accepted by the Engineer, the system shall begin a thirtyday "burn-in" period immediately after the successful completion of the acceptance test. During
the "burn-in" period, all components shall perform continuously, without any interruption of
operation, for a period of thirty days. In the event that there are operational problems during the
burn-in period, the burn-in period shall reset back to day one.
After the successful completion of the burn-in period, the system will have completed final
acceptance.
The Department will program the cameras and integrate them into the existing District 4 ITS
video subsystem. The contractor shall be responsible for installing the proposed CCTV cameras
on the existing mast arm structures and proposed bridge parapet wall in accordance with the
plans, specifications, and manufacturers recommended practices.
The Contractor shall be responsible for installing the proposed CCTV cameras on the existing
mast arm structures in accordance with the plans, specifications, and manufacturers
recommended practices.
West_Main_Street_Special_Provisions.doc
73
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
This work will not be paid for separately, but shall be included in the contract bid price.
Location of Underground State Maintained Facilities
The Contractor shall be responsible for locating all existing IDOT electrical facilities prior to
performing any work at his/her own expense if required. The Contractor shall also be liable for
any damage to facilities resulting from inaccurate locating. The Contractor may obtain, on
request, plans of existing electrical facilities from the Department.
The Contractor shall also be responsible for locating and providing protection for facilities during
all phases of construction. If at any time, the facilities are damaged, the Contractor shall
immediately notify the Department and make all necessary arrangements for repair to the
satisfaction of the Engineer. This work shall be included in the contract bid price and no
additional compensation will be allowed.
WALL MOUNTED EQUIPMENT CABINET
Description. This work consists of furnishing and installing a wall mounted equipment cabinet
and peripheral equipment at locations indicated in the Plans. These cabinets will be utilized to
house critical electrical, optical, and communications equipment as defined in other contract pay
items.
Materials. Materials shall be in accordance to the following specifications.
General. The equipment cabinet shall conform to the details shown on the plan sheet.
Equipment cabinets shall be mounted and anchored on the poles and structures at locations
indicated in the Plans. In addition, all mounting hardware and brackets required to install the
equipment cabinet on the pole shall be stainless steel and provided. The mounting heights and
pole diameters shall be as specified by the Engineer.
The cabinet shall be a NEMA 3R Single Door Enclosure, constructed from .125” thick
aluminum, with minimum outside dimensions of 30” (H) x 15” (W) x 18” (D). The cabinet shall
have a natural finish.
The cabinet shall be furnished with two adjustable height shelves, a slam lock, three position
door stop (90, 120, 180 degrees), neoprene door gasket, door louvers, overhang vent slots,
continuous stainless steel door hinge, interior stiffeners for wall mounting, and all stainless steel
hardware. The cabinet shall also have a Corbin #2 dead bolt lock or equal. The key shall be
removable in the lock position only. Two keys shall be supplied for each lock, and all equipment
cabinet locks shall be keyed the same. The Cabinet shall be equipped with a thermostatically
controlled ventilation fan and heater strip with shield.
All cables shall be labeled utilizing marking tags.
The cabinet shall be equipped with a main power panel as shown on the cabinet plan detail sheet.
The power panel shall include one 30A main breaker, two 30A equipment breakers, neutral bus
West_Main_Street_Special_Provisions.doc
74
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
bar, ground bus bar, 15A GFI receptacle, one 24 fiber interconnect center, two terminal blocks,
one surge protector, and one six outlet power strip with integral surge protection. The power
panel shall include a plexi-glass safety shield that covers the power panel.
Surge Protectors
The cabinet equipment surge protector shall be an ECO SHA-1210IRS or approved equal.
A surge protector shall protect each leg of the primary power feed. This surge protector shall be
installed as a precautionary measure against possible damage resulting from voltage surges on all
incoming power lines. The 120V AC single-phase surge protector shall incorporate a series
choke and shall have a maximum clamp voltage of 340 V at 20 kA with a 5 ns response.
In addition, the surge protector shall have the capability of removing high-energy surges and
shall block high-speed transients. The surge protector shall comply with the following
specifications:
Peak Current:
Occurrences:
Minimum Series Inductance:
Continuous Series Current:
Temperature Range:
20,000 amps (8 X 20 us wave shape)
20 times at peak current
200 microHenrys
50A
-40°F to 185°F (-40°C to +85°C)
Power Strip
The cabinet power strip shall have a minimum of six outlets and integral surge suppression that
meets or exceeds the following minimum specifications:
•
•
•
•
•
•
Let Through Voltage: <85 Volts
Operating Voltage: 120VAC, 50/60H
UL Suppressed Voltage Rating: 330V
Energy Rating: 320J
Peak Current NM/CM: 13k Amps NM, 13k Amps CM
EMI/RFI Noise Filtration: >25-60dB
The power strip shall be wired directly to the protected power terminals on the cabinet surge
arrestor.
Construction Requirements.
The Contractor shall prepare and submit shop drawings that detail all of the components to be
supplied, along with associated mounting hardware for the pole mounted equipment cabinet.
The shop drawings must be approved by the Engineer prior installation of the completed cabinet
in the field.
West_Main_Street_Special_Provisions.doc
75
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
The Engineer reserves the right to inspect and/or factory test any completed cabinet assemblies
prior to shipment of the material to the project site. Any deviances from these specifications that
are identified during such testing shall be corrected prior to delivery of the assembly to the
project site.
The AC power service to be run to the equipment cabinet shall be terminated. In addition, the
cabinet shall be connected to an adequate ground following the Standard Specifications.
The Contractor shall terminate any inbound and outbound fiber optic cable in the equipment
cabinet as shown in the Plans. The Contractor shall terminate any twisted pair communication
cable on the termination panel in the equipment cabinet as shown in the Plans. Lugs shall be
installed at the end of each conductor suitable for connection to the barrier terminal blocks.
Method of Measurement. This item shall be measured for payment by each wall mounted
equipment cabinet in-place.
Basis of Payment. This work shall be paid for at the contract unit price each for WALL
MOUNTED EQUIPMENT CABINET, and shall include all equipment, material and labor
detailed in the specifications and as shown on the Plans.
CAT 5 ETHERNET CABLE
This work shall be in accordance with Sections 873, 1076, and 1088 of the Standard
Specifications except as modified herein.
This work shall consist of furnishing and installing an outdoor rated CAT5E cable in existing
and proposed conduits, handholes, and poles.
The cable shall be rated for outdoor use and conform to the following specifications:
•
•
•
•
•
•
•
•
•
•
•
•
•
Outdoor CMX Rated Jacket (climate/oil resistant jacket)
UV Resistant Outer Jacket Material (PVC-UV, UV Stabilized)
Outer Jacket Ripcord
Designed For Outdoor Above- Ground or Conduit Duct applications
Cat5E rated to 350MHz (great for 10/100 or even 1000mbps Gigabit Ethernet)
Meets TIA/EIA 568b.2 Standard
UTP, Unshielded Twist Pair
4 Pairs, 8 Conductors
24AWG, Solid Core Copper
UL 444 ANSI TIA/EIA-568.2 ISO/IEC 11801
RoHS Compliant
Gel filled
Shielded
West_Main_Street_Special_Provisions.doc
76
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
The Contractor shall terminate each end of the cable with an IP66 rated RJ-45 connector or
utilizing connector kits furnished with the CCTV dome camera. The Contractor shall terminate
the cable assembly in an environmentally controlled area and test the cable and connectors prior
to installing the cable in the field.
The contractor shall inspect and test each cable assembly prior to assembly.
The Contractor shall submit catalog cut sheets to the Department for review prior to commencing
work.
Basis of Payment: This work will be paid for at the contract unit price per foot for CAT 5
ETHERNET CABLE, which shall be payment in full for all labor, equipment, and materials
required to provide and install the cable described above, complete.
Closed-Circuit Television DOME CAMERA
Description. This work shall consist of furnishing and installing an integrated Closed-Circuit
Television (CCTV) Dome Camera Assembly, camera brackets, and all other items required for
installation and operation. This assembly shall contain all components identified in the Materials
Section and shall be configured as indicated on the plan sheets.
Materials.
The CCTV camera shall be an Axis Model Q6032-E Dome Camera Assembly for integration
into the existing ITS system.
The Contractor shall provide all materials required to install the proposed camera on the existing
combination mast arm assembly at the locations shown on the plan sheets.
The Contractor shall submit catalog cut sheets to the Department for all items (mounting
brackets, hardware, etc.) that will be utilized for review prior to commencing work.
The camera shall meet or exceed the following specifications:
Camera
Camera
Video:
60 Hz (NTSC), 50 Hz (PAL)
Image Sensor
¼” ExView HAD Progressive Scan CCD
Lens:
3.4 – 119 mm, F1.4 – 4.2, autofocus, automatic
day/night, horizontal angle of view: 1.7° - 55.8°
Minimum Illumination:
Color: 0.5 lux at 30 IRE, B/W: 0.008 lux at 30 IRE
Shutter Time (NTSC):
1/30 000 s – 0.5 s, PAL: 1/30 000 s – 1.5 s
West_Main_Street_Special_Provisions.doc
77
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Pan/Tilt/Zoom:
E-flip, 100 preset positions
Pan: 360° endless, 0.05 – 450°/s
Tilt: 220°, 0.05 – 450°/s
Zoom: 35x optical zoom and 12x digital zoom, total 420x zoom
Guard tour
Control queue
Video
Video
Video:
H.264 (MPEG-4 Part 10/AVC), Motion JPEG
Resolutions:
NTSC: 704x480 to 176x120, PAL: 704x576 to 176x144
Frame rate (H.264):
Up to 30/25 (NTSC/PAL) fps in all resolutions
Frame rate (M-JPEG):Up to 30/25 (NTSC/PAL) fps in all resolutions
Video streaming:
individually
Multi-stream
H.264
and
Motion
JPEG:
3
simultaneous,
configured streams in max. resolution at 30/25 (NTSC/PAL) fps;
more streams if identical or limited in frame rate/resolution;
Controllable frame rate and bandwidth; VBR/CBR H.264
Image setting:
Wide Dynamic Range (WDR), Electronic Image Stabilization
(EIS), manual shutter time, compression, color, brightness,
contrast, sharpness, rotation, aspect ratio correction, Text and
image overlay, privacy mask, image freeze on PTZ
Network
Security:
Password protection, IP address filtering, HTTPS* encryption,
IEEE 802.1X* network access control, digest authentication, user
access log
Protocols:
IPv4/v6, HTTP, HTTPS*, QoS Layer 3 DiffServ, FTP, SMTP,
Bonjour,UPnP, SNMPv1/v2c/v3 (MIB-II), DNS, DynDNS, NTP,
RTSP, RTP,TCP, UDP, IGMP, RTCP, ICMP, DHCP, ARP,
SOCKS
System Integration
Application Programming
Interface:
Open API for software integration, including VAPIX® from Axis
Communications available at www.axis.com
Intelligent video:
Video motion detection, auto-tracking
West_Main_Street_Special_Provisions.doc
78
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Alarm triggers:
Intelligent video, PTZ position
Alarm events:
HTTP
File upload via FTP, HTTP and email, Notification via email,
and TCP PTZ position, Local storage
Video buffer:
General
General
Casing:
56 MB pre- and post-alarm
IP66-rated, metal casing (aluminum), acrylic (PMMA) clear dome
cover pre-mounted to casing, sunshield (polycarbonate)
Processors and Memory:
ARTPEC-3, 128 MB RAM, 128 MB Flash
Power Camera:
High Power over Ethernet, max. 50 W, Midspan (included): AXIS
T8124 High Power over Ethernet, Midspan 1-port 100-240 V AC,
max. 60 W
Connectors:
RJ-45 for 10BASE-T/100BASE-TX, IP66-rated RJ-45 connector
kit included
Local storage:
SD/SDHC memory card slot (Card is not included)
Operating Conditions:
Camera unit: -40 °C to 50 °C (-40 °F to 122 °F), Arctic
Temperature Control enables camera start-up at
temperatures as low as -40 °C (-40 °F)
Approvals:
EN 55022 Class B, EN 55024, EN 61000-3-2, EN 61000-3-3,
EN61000-6-1, EN 61000-6-2, FCC Part 15 Subpart B Class B,
VCCI Class B, C-tick AS/NZS CISPR22, ICES-003 Class B, EN
60950-1, Midspan: EN 60950-1, GS, UL, cUL, CE
Weight:
3.5 kg (7.7 lb.)
Included Accessories:
AXIS T8124 High PoE Midspan 1-port, IP66-rated RJ-45
connector kit, clear and smoked dome cover, sunshield,
Installation Guide, CD with User's Manual, recording software,
installation and management tools, Windows decoder 1-user
license
Environmental Enclosure/Housing
The environmental enclosure shall be designed to physically protect the integrated camera from
the outdoor environment and moisture via a sealed enclosure. If the option exists in the standard
West_Main_Street_Special_Provisions.doc
79
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
product line of the manufacturer, the assembly shall be supplied with an integral sun shield. The
enclosure shall be fully water and weather resistant with a NEMA 4 rating or better.
The camera dome shall be constructed of distortion free acrylic or equivalent material that must
not degrade from environmental conditions. The environmental housing shall include a cameramounting bracket. In addition, the environmental housing shall include a heater, blower, and
power surge protector. An integral fitting compatible with a standard 1-1/2 in (38.1 mm) NPT
pipe, suitable for outdoor pendant mounting shall also be provided.
The enclosure shall be equipped with a heater controlled by a thermostat. The heater shall turn
on when the temperature within the enclosure falls below 40 F (4.4C). The heater shall turn
off when the temperature exceeds 60F (15.6C). The heater will minimize internal fogging of
the dome faceplate when the assembly is operated in cold weather.
In addition, a fan shall be provided as part of the enclosure. The fan will provide airflow to
ensure effective heating and to minimize condensation.
The enclosure shall be equipped with a hermetically sealed, weatherproof connector, located near
the top for external interface with power, video, and control feeds.
CCTV Dome Camera Mounting Supports
The Contractor shall furnish and install an Axis Pole Mount Bracket T91A67 (Part Number
5017-671) for camera installation on traffic signal mast arms and CCTV camera poles or an Axis
Wall Mount Bracket T91A61 (Part Number 5017611) for camera installation on parapet wall.
Mounting supports shall be configured as shown on the camera support detail plans and as
approved by the Engineer. Mount shall be of aluminum construction with enamel or polyester
powder coat finish. Braces, supports, and hardware shall be stainless steel. Wind load rating
shall be designed for sustained gusts up to 90 mph (145 km/hr), with a 30% gust factor. Load
rating shall be designed to support up to 75 lb (334 N). For roof or structural post/light pole
mounting, mount shall have the ability to swivel inward for servicing. The mounting flange shall
use standard 1-1/2 inch (38.1 mm) NPT pipe thread.
Connecting Cables and Power Supply
The Contractor shall provide outdoor rated, CAT 5E cable. One cable shall be installed from the
existing traffic signal cabinet or proposed equipment cabinet to the proposed camera mounting
location as shown on the plan sheets. Both cables shall be terminated with IP66-rated RJ-45
connectors. This cable will be paid for separately under the pay item for CAT 5 ETHERNET
CABLE.
The High POE midspan camera power supply (included with camera) shall be installed in the
existing traffic signal cabinet. The Contractor shall furnish and install one 15A power strip with
integral surge protection in the traffic signal cabinet for camera power.
West_Main_Street_Special_Provisions.doc
80
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Power Strip
The cabinet power strip shall have a minimum of six outlets and integral surge suppression that
meets or exceeds the following minimum specifications:
•
•
•
•
•
•
Let Through Voltage: <85 Volts
Operating Voltage: 120VAC, 50/60H
UL Suppressed Voltage Rating: 330V
Energy Rating: 320J
Peak Current NM/CM: 13k Amps NM, 13k Amps CM
EMI/RFI Noise Filtration: >25-60dB
The power strip shall be wired directly to the protected power terminals on the cabinet surge
arrestor. The Contractor shall provide all materials required for installation.
This work shall be included in the contract bid price for the CCTV camera pay item.
Construction Requirements.
General
The Contractor shall prepare a shop drawing detailing the complete CCTV Dome Camera
Assembly and installation of all components to be supplied for approval of the Engineer.
Particular emphasis shall be given to the cabling and the interconnection of all of the
components.
The Contractor shall install the CCTV dome camera assembly at the locations indicated in the
Plans.
Programming and Testing
The Department will program and test each camera prior to installation. The Department will
connect the proposed CCTV camera to the existing ITS network Ethernet switch and integrate
the camera into the existing ITS video subsystem.
Method of Measurement. The closed circuit television dome camera bid item will be measured
for payment by the actual number of CCTV dome camera assemblies furnished, installed, tested,
and accepted.
Basis of Payment. Payment will be made at the contract unit price for each CLOSED CIRCUIT
TELEVISION DOME CAMERA including all equipment, material, testing, documentation, and
labor detailed in the contract documents for this bid item.
West_Main_Street_Special_Provisions.doc
81
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
CLOSED CIRCUIT TELEVISION DOME CAMERA (MATERIAL ONLY)
The Contractor shall furnish one complete CCTV camera assembly with housing, mounting
bracket kit, and accessories (power supplies, etc) and deliver it to the Department.
The camera shall conform to the specifications listed under the pay item for CLOSED CIRCUIT
TELEVISION DOME CAMERA.
Basis of Payment: This work will be paid for at the contract unit price per each for CLOSED
CIRCUIT TELEVISION DOME CAMERA (MATERIAL ONLY) which price shall be payment
in full for all labor, materials, and equipment required to provide the equipment specified above
and deliver it to the Department.
SUPPORT EQUIPMENT AND MAINTENANCE
The Contractor shall furnish the following equipment (material only) and deliver it to the
Department:
There are no support requirements for this pay item.
•
Axis Camera Station Software with 10 Camera License – Qty. 1
The camera station software shall conform to the following specifications:
Camera
Models
:
Number of channels:
Compatible with Axis network video products
running firmware 4.30 or higher
Up to 50
Video
Video compression:
H.264 (MPEG-4 Part 10/AVC), MPEG-4 Part 2,
Motion JPEG
Resolutions:
Supports connected Axis video product resolutions
Recording frame rate:
1500 fps or more on recommended hardware
Audio
Audio streaming:
Audio compression:
West_Main_Street_Special_Provisions.doc
One-way audio
AAC, G.711, G.726
82
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Recording server
Security:
Multiple user access levels with password
protection using local or Windows domain users
(Active directory)
Installation and setup:
Automatic camera discovery, Efficient camera
management, Powerful event configuration wizard
Unlimited recording database, limited only by disk
Space, Record directly to local and network disks
Duration can be limited per camera to conform to
local legal requirements, Fail-over recording in
cameras, Locking of prioritized recordings
Recording storage:
Client:
included
AXIS Camera Station Client (for Windows)
for local and remote viewing, playback and
administration
Live view:
of
Camera live view Flexible live view configuration
up to 50 cameras, Support for multiple monitors,
Hot-spot, camera/view sequence, site maps, web
page
PTZ support:
Control of PTZ and dome cameras using mouse or
Joystick, Area zoom, Digital PTZ, Programmable
hot-keys
Playback
Search for recordings:
Search for recordings based on camera, date and
Time, Timeline visualization, smart search,
Bookmarks
Playback:
Controllable speed or frame by frame, Graphical
timeline for quick overview of events
Synchronized playback:
Playback of video and audio synchronized in time
from up to 4 cameras simultaneously
Export:
Manual and scheduled export, Single images in
JPEG format or video sequences in ASF format,
Digital signature on exported recordings
West_Main_Street_Special_Provisions.doc
83
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Triggers & Events
Event recording:
Events triggered by video motion detection, Active
Tampering Alarm, AXIS Cross Line Detection,
external inputs, manual trigger or system triggers,
Increased quality on event recordings
Scheduled recording:
Schedule per camera allows customization of
weekday and weekend recordings
Motion detection:
Advanced camera-based motion detection for low
Bandwidth utilization
Input/output control:
Alarm notification:
Advanced control of cameras’ digital inputs/outputs
Visual indication, audible alert, traybar notification,
switch to camera/view, go to PTZ preset, email,
alarm procedure, acknowledgement of alarms,
Logs:
Alarm, event and audit logs
System
Minimum system requirements:
Windows 7 Professional, Vista Business, XP
professional (server and/or client), Windows 2008
Server, 2003 Server (server only), Always use the
latest service packs, Microsoft .NET runtime
environment (included in installation package)
Minimum computer requirements:
Client: CPU: Intel P4 or higher, 2 GHz (Intel Core 2
Quad recommended for larger systems), RAM: 1
GB (4 GB recommended for larger systems),
Graphics card with full DirectX 9.0 hardware
acceleration and onboard video memory of 256 MB
or more
Minimum computer requirements:
Server: CPU: Intel P4 or higher, 2 GHz (Intel Xeon
recommended for larger systems), 1 GB RAM (4
GB recommended for larger systems)
Recommended network:
100 Megabit network (Gigabit network
recommended for larger systems)
Recommended hard disk
Configuration:
At 30 fps in VGA: up to 15 cameras/hard disk
West_Main_Street_Special_Provisions.doc
84
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
General
•
Languages:
English, French, German, Italian and Spanish
Licenses:
AXIS Camera Station base licenses for 4 or 10
cameras/channels to be used on one single
dedicated PC/server, Additional licenses in +1, +5
or +20 up to 50 cameras/channels, One year support
license included in initial base license
License registration:
Register automatically over the Internet or manually
At www.axis.com within a five day grace period
Included accessories:
Installation Guide, CD with software and User’s
Manual
Axis T8412 Installation Display – Qty. 1
The installation display tool shall conform to the following specifications:
Display
Color LCD Field:
3.5 inches
Resolutions:
320x240
Video
Video
Image settings:
Network
Network:
Autosensing
IP Setting Static IP address, DHCP
General
Casing:
ABS plastic
Memory:
128 MB RAM (16 MB available for snapshots)
Power:
12 V DC
Battery:
Canon BP-915 (7.4 V 2000 mAh), 80% capacity
after 300 charge cycles, Charge time 3.5 hours,
Operation time: 3 hours with PoE off, 2 hours with
PoE on
West_Main_Street_Special_Provisions.doc
85
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Connectors:
PoE IEEE
BNC Video in, RJ-45 10BASE-T/100BASE-TX
802.3af class, CAT-5, USB 2.0, PoE
•
Operating conditions:
0 – 50 °C (32 –122 °F), Humidity 20 - 80% RH
(non-condensing)
Local Storage:
SD/SDHC memory card slot (card not included)
Approvals:
USA/FCC Class A, Europe/CE Class A
Dimensions (HxWxD):
170 x 99 x 38 mm (6.7’’ x 3.9’’ x 1.5’’)
Weight (with battery):
450 g (0.99 lb.)
Included accessories:
Soft carrying case with sunshield, protective rubber
sleeve, built-in stylus for touch screen, Terminal
block for CAT-5, Cable, test, Ethernet cable, BNC
cable, car charger 12 V DC, power supply, User’s
Guide
Axis T8124 High POE-Midspan Accessory – Qty. 1
The power supply shall conform to the following specifications:
General
Device Type:
Power injector – External
Power Device
Input Voltage:
Output connector(s):
AC 100-240 V
RJ-45
Power Provided:
60 Watt
Expansion / Connectivity
Interfaces:
1 x Network - RJ-45
Miscellaneous
Compliant Standards:
West_Main_Street_Special_Provisions.doc
CE, GS, UL
86
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Basis of Payment: This work will be paid for at the contract unit price per lump sum for
SUPPORT EQUIPMENT AND MAINTENANCE which price shall be payment in full for all
labor, materials, and equipment required to provide the equipment specified above and deliver it
to the Department.
FIBER OPTIC DROP AND REPEAT SWITCH
The Contractor shall furnish a fiber optic drop and install it (DIN rail mounted) inside an existing
traffic signal cabinet or proposed ITS equipment cabinet. The Department will program the
switch and connect the ITS compnents to the switch.
Provide three additional Drop and Repeat Switches to the City for installation by others.
The fiber optic drop and repeat switch shall meet or exceed the following minimum
specifications:
Approved Models: Aaxeon Technologies Model LNX-1802G-SFP-T (18-Port (16-port 10/100T
+ 2 10/100/1000T SFP ports Industrial Ethernet Switch, Wide Operating Temperature) or
approved equal.
Features:
•
•
•
•
•
•
•
•
•
•
•
16-Port 10/100TX + 2-Port 10/100/1000T/Mini-GBIC
Combo
Store-and-Forward Switching Architecture
7.2Gbps Back-Plane (Switching Fabric)
1 Mbits Memory Buffer
8K MAC Address Table
Wide-Range Redundant Power Design
Power Polarity Reserve Protect
Provides EFT Protection 3000 VDC for Power Line
Supports 6000 VDC Ethernet ESD Protection
IP30 Rugged Aluminum Case Design
5-Year Warranty
Standard:
•
•
•
•
•
IEEE 802.3 10BaseT Ethernet
IEEE 802.3u 100BaseTX Fast Ethernet
IEEE 802.ab 1000BaseT
IEEE 802.z Gigabit Fiber
IEEE 802.3x Flow Control and Back-Pressure
Protocol:
•
CSMA/CD
Switch Architecture:
•
•
Back-Plane (Switching Fabric): 7.2Gbps
Packet Throughput Ability (Full-Duplex): 10.7Mpps
West_Main_Street_Special_Provisions.doc
87
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
@ 64bytes
Transfer Rate:
•
•
•
14,880pps for Ethernet Port
148,800pps for Fast Ethernet Port
1,488,000pps for Gigabit Fiber Ethernet Port
MAC Address:
•
8K MAC Address Table
Jumbo Frame:
•
9 Kbytes
Memory Buffer:
•
136 Kbits
LED:
•
•
•
•
Unit: Power 1, Power 2, Fault
10/100 TX: Link/Activity, Full Duplex/Collision
Gigabit Copper: Link/Activity, Speed
SFP: Link/Activity
Connector:
•
•
10/100T: 16 x RJ-45
10/100/1000T Mini-GBIC Combo: 2 x RJ-45 + 2 x
100/1000 SFP Sockets
Network Cable:
•
10BaseT: 2-pair UTP/STP Cat. 3, 4, 5 cable EIA/TIA568 100-ohm (100m)
100BaseTX: 2-pair UTP/STP Cat. 5 cable EIA/TIA568 100-ohm (100m)
•
Power Supply:
•
DC 12 ~ 48V, Redundant Power with Polarity Reverse
Protect Function and Removable Terminal Block
Power Consumption:
•
9 Watts
Reverse Polarity Protection:
•
Present
Overload Current Protection:
•
Present
Mechanical:
•
•
•
Casing: IP30 Metal Case
Dimension (W x H x D): 72 x 152 x 105 mm (2.83 x
4.13 x 5.98 in.)
Installation: DIN-Rail/Wall Mountable
Weight:
•
•
Unit Weight: 2.2 lbs.
Shipping Weight: 3.3 lbs.
Operation Temperature:
•
Wide Operating Temperature: -40° C to 80° C (-40° F
West_Main_Street_Special_Provisions.doc
88
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
to 176° F)
Operation Humidity:
•
5% to 95% (Non-condensing)
Storage Temperature:
•
-40° C to 85° C
EMI:
•
•
FCC Class A
CE EN6100-4-2/EN6100-4-3/EN6100-4-4/EN6100-45/EN6100-4-6
/EN6100-4-8/EN6100-4-11/EN6100-4-12/EN6100-62/EN6100-6-4
•
Safety:
•
UL, cUL, CE EN60950-1
Stability Testing:
•
•
•
Shock: IEC60068-2-27
Free Fall: IEC60068-2-32
Vibration: IEC60068-2-6
Warranty:
•
5-Year Warranty
The following items shall also be included with each switch:
•
Power Supply – Qty. 1 (Aaxeon Model DR-45, 45 Watt, 12 Volt DC, Industrial Din-Rail
Power Supply or Approved Equal)
•
SFP Fiber Optic Module – Qty. 2 (Aaxeon SFP-S10-T, 1.25Gbps Ethernet SFP
Transceiver, Single Mode 10KM / LC / 1310nm, -40ºC~85ºC)
•
Fiber Optic Patch Cables – Qty. 1 (single mode fiber, 1 meter length, duplex, LC/ST
connectors)
Basis of Payment: This work will be paid for at the contract unit price per each for FIBER
OPTIC ETHERNET DROP AND REPEAT SWITCH which price shall be payment in full for
all labor, materials, and equipment required to provide the fiber optic Ethernet drop and repeat
switch and associated equipment described above.
DATA NETWORK PORT ADAPTER
The Contractor shall furnish a data network port adapter complete with the accessories specified
below and deliver it to the Department.
The data network port adapter shall meet or exceed the following minimum specifications:
West_Main_Street_Special_Provisions.doc
89
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Approved Models: MOXA Model N-Port 5210-T (Extended Operating Temperature 2 Port RS232 Serial Device Server) or approved equal.
LAN:
•
•
•
•
Ethernet: 10/100 Mbps, RJ45, IEEE 802.3
Protection: Built-in 1.5 KV magnetic isolation
Number of Ports 1
Connector(s) 8-pin RJ45
Serial Interface:
•
•
•
•
Interface: RS-232
Number of Ports: 2
Port Type: 8-Pin RJ45
Signals: TxD, RxD, RTS, CTS, DTR, DSR, DCD,
GND
Serial Line Protection: 15 KV ESD for all signals
Power Line Protection: 4 KV Burst (EFT), 2 KV
Surge (Power)
•
•
Serial
Parameters:
Communication
Software Features:
•
•
•
•
•
Parity: None, Even, Odd, Space, Mark
Data Bits: 5, 6, 7, 8
Stop Bit: 1, 1.5, 2
Flow Control: RTS/CTS, XON/XOFF, DTR/DSR
Transmission Speed: 110 bps to 230.4 Kbps (BiDirectional Data Transmission)
•
Protocols: ICMP, IP, TCP, UDP, DHCP, BOOTP,
Telnet, DNS, SNMP, HTTP, SMTP, SNTP
Real
COM/TTY
Drivers:Windows
95/98/ME/NT/2000/XP/2003 Real COM drivers
Configuration: Web Browser, Serial/Telnet Console,
or Windows Utility
The data network port adaptor shall include software
that can be installed on a workstation to provide access
to all adapters through the use of software selectable
and assignable virtual communication ports (minimum
of 128 ports) on the host computer.
•
•
•
Electrical:
•
•
•
•
Physical Characteristics:
West_Main_Street_Special_Provisions.doc
•
120 VAC (internal or external power supply) and selfsetting over-current protection shall be included
Input Voltage 12 to 48 VDC
Power Consumption 305 mA @ 12 V max.
Power Line Protection 1 KV burst (EN61000-4-4:
EFT/B), 0.5 KV surge (EN61000-4-5)
Enclosure Aluminum (1
90
mm), providing IP30
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
•
protection
Weight 320 g
Dimensions Without ears: 67 x 100.4 x 22 mm (2.64 x
3.95 x 0.87 in)
With ears: 90 x 100.4 x 22 mm (3.54 x 3.95 x 0.87 in)
Environmental:
•
•
•
Operating Temperature: -40 to 167 degrees F
Operating Humidity 5 to 95% RH
Storage Temperature -20 to 85°C (-40 to 185°F)
Other:
•
Both local and remote configuration and software
upgrade capability
Password protection for security
•
•
•
Basis of Payment: This work will be paid for at the contract unit price each for DATA
NETWORK PORT ADAPTER, which shall be payment in full for all labor, materials, and
equipment required to furnish the equipment described above and deliver it to the Department.
GROUNDING OF ITS STRUCTURES
This work shall be in accordance with the applicable articles of Sections 807, 817 and 1066 of
the Standard Specifications with the following modifications:
This work shall consist of furnishing and installing a grounding wire to connect all proposed ITS
cabinets and camera poles in accordance with NEC requirements.
The proposed ground wire shall be an insulated #6 XLP green copper conductor. This wire shall
be bonded to all items and their associated ground rods utilizing mechanical lugs and bolts. This
wire may be made continuous by splicing in the adjacent handholes with compression lugs. Split
bolts will not be allowed.
The grounding wire shall be bonded to the grounded conductor at the service disconnect per the
NEC.
All clamps, hardware, and other materials required shall be included.
Basis of Payment: This work will not be paid for separately, but shall be included in the unit bid
prices for their associated items.
West_Main_Street_Special_Provisions.doc
91
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
FIBER OPTIC CABLE IN CONDUIT, NO. 62.5/125 MM12F SM24F
This work shall be in accordance with Sections 801, 864, 871, and 1076 of the Standard
Specifications except as modified herein.
The fiber optic cable shall be indoor/outdoor rated and be a Hybrid type cable with 12 strands of
62.5/125 micrometer Multimode and 24 strands of 8/125 micrometer singlemode fibers.
The Contractor shall terminate twelve multimode and twenty four single mode fibers in each
traffic signal or equipment cabinet with ST connectors. The Contractor shall terminate all fibers
at the Galesburg City Hall Building.
The contractor may elect to utilize and indoor/outdoor rated fiber optic cable that is suitable for
installation inside the Galesburg City Hall building and inside the outdoor conduit plant.
If the contractor elects to utilize an outdoor only rated fiber optic cable, the Contractor shall
terminate the outdoor rated fiber optic cable inside the basement of City Hall and furnish and
install riser or plenum rated fiber optic cable in accordance with NEC and NFPA requirements.
The contractor shall fusion splice all fibers from the outdoor rated cable t the fibers of the indoor
rated cable to create a continuous fiber link from the basement to the first floor. The Contractor
shall furnish a fiber splice tray and enclosure and install it in the basement of City Hall. The
contractor shall furnish all labor, equipment, and materials needed to complete the work
described above. The cost of this work shall be included in the bid price for this pay item.
Each cable shall be clearly labeled in each cabinet utilizing a durable computer generated label.
The label shall contain information in regards to the location where the cable is going to or
coming from.
Fibers shall be terminated as shown on the plan sheets. All terminated fibers shall be clearly
labeled. All required equipment, including but not limited to fiber optic cables, connectors,
splicing boots, cable trays, distribution enclosures, and hardware shall be included in this pay
item.
Fibers not being used shall be labeled “spare”, and fibers not attached to a distribution enclosure
shall be capped and sealed.
All ancillary components, required to complete the fiber optic cable plant, including but not
limited to, moisture and water sealants, cable caps, fan-out kits, weather-proof splice kits, boots,
etc., shall be supplied under this pay item and will not be paid for separately.
The fiber optic cable shall be clearly marked in each handhole and cabinet with a brightly
colored (orange or yellow) weather resistant label securely attached to the cable.
The Contractor shall provide and install a 12 Ga., stranded (THHN), insulated orange tracer
cable in all conduits that contain fiber optic cable. This work shall be done at the same time the
fiber optic cable is pulled. There will be no additional compensation for this work.
West_Main_Street_Special_Provisions.doc
92
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Materials. The single-mode, fiber optic cable shall incorporate a loose, buffer-tube design. The
cable shall conform to the requirements of RUS 7 CFR1755.900 (PE-90) for a single sheathed,
non-armored cable, and shall be new, unused and of current design and manufacture. The
number of fibers in each cable shall be as specified on the plans. The cable shall be outdoor
rated. The cable shall utilize water blocking gel or a dry block tape. Fiber cable installed
indoors shall be appropriately rated in accordance with NEC and NFPA requirements.
Minimum Bending Radius.
The cable shall be capable of withstanding a minimum-bending radius of 20 times its outer
diameter during installation and 10 times its outer diameter during operation without changing
the characteristics of the optical fibers.
Environmental Requirements:
The cable shall meet all of specified requirements under the following conditions:
Shipping/storage temperature: -58°F to +158°F (-50°C to +70°C)
Installation temperature: -22°F to +158°F (-30°C to +70°C)
Operating temperature: -40°F to +158°F (-40°C to +70°C)
Relative humidity from 0% to 95%, non-condensing
Construction Requirements:
Experience Requirements.
Personnel involved in the installation, splicing and testing of the fiber optic cables shall meet the
following requirements:
A minimum of three (3) years experience in the installation of fiber optic cables, including
splicing, terminating and testing multi mode and single mode fibers.
Install two systems where fiber optic cables are outdoors in conduit and where the systems
have been in continuous satisfactory operation for at least two years. The Contractor shall
submit as proof, photographs or other supporting documents, and the names, addresses and
telephone numbers of the operating personnel who can be contacted regarding the installed
fiber optic systems.
One fiber optic cable system (which may be one of the two in the preceding paragraph),
which the Contractor can arrange for demonstration to the Department representatives and
the Engineer.
Installers shall be familiar with the cable manufacturer’s recommended procedures for installing
the cable. This shall include knowledge of splicing procedures for and equipment being used on
this project and knowledge of all hardware such as breakout (furcation) kits and splice closures.
The Contractor shall submit documented procedures to the Engineer for approval and to be used
by Construction inspectors.
West_Main_Street_Special_Provisions.doc
93
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Personnel involved in testing shall have been trained by the manufacturer of the fiber optic cable
test equipment to be used, in fiber optic cable testing procedures. Proof of this training shall be
submitted to the Engineer for approval. In addition, the Contractor shall submit documentation
of the testing procedures for approval by the Engineer.
Installation in Conduit.
During cable pulling operations, the Contractor shall ensure that the minimum bending of the
cable is maintained during the unreeling and pulling operations. Entry guide chutes shall be used
to guide the cable into the handhole conduit ports. Lubricating compound shall be used to
minimize friction. Corner rollers (wheels), if used, shall not have radii less than the minimum
installation-bending radius of the cable. A series array of smaller wheels can be used for
accomplishing the bend if the cable manufacturers specifically approve the array.
The pulling tension shall be continuously measured and shall not be allowed to exceed the
maximum tension specified by the manufacturer of the cable. Fuse links and breaks can be used
to ensure that the cable tensile strength is not exceeded. The pulling system shall have an
audible alarm that sounds whenever a pre-selected tension level is reached. Tension levels shall
be recorded continuously and shall be given to the Engineer upon request.
The cable shall be pulled into the conduit as a single component, absorbing the pulling force in
all tension elements. The central strength member and Aramid yarn shall be attached directly to
the pulling eye during cable pulling. "Basket grip" or "Chinese-finger type" attachments, which
only attach to the cable’s outer jacket, shall not be permitted. A breakaway swivel, rated at 95%
of the cable manufacturer’s approved maximum tensile loading, shall be used on all pulls. When
simultaneously pulling fiber optic cable with other cables, separate grooved rollers shall be used
for each cable.
Splicing Requirements:
Splices shall be made at locations shown on the Plans. Any other splices shall be permitted only
with the approval of the Engineer.
Operation and Maintenance Documentation:
After the fiber optic cable plant has been installed, two (2) complete sets of Operation and
Maintenance Documentation shall be provided. The documentation shall, as a minimum, include
the following:
• Complete and accurate as-built diagrams showing the entire fiber optic cable plant
including locations of all splices.
• Final copies of all approved test procedures.
• Complete performance data of the cable plant showing the losses at each terminal
connector.
West_Main_Street_Special_Provisions.doc
94
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
• Complete parts list including names of vendors.
Testing Requirements:
The Contractor shall submit detailed test procedures for approval by the Engineer. All fibers
shall be tested bi-directionally at both 1310 nm and 1550 nm with both an Optical Time Domain
Reflectometer (OTDR) and a power meter and optical source. For testing, intermediate breakout
fibers may be concatenated and tested end-to-end. Any discrepancies between the measured
results and these specifications will be resolved to the satisfaction of the Engineer.
The Contractor shall provide the date, time and location of any tests required by this
specification to the Engineer at least 5 days before performing the test. Upon completion of the
cable installation, splicing, and termination, the Contractor shall test all fibers for continuity,
events above 0.1 dB, and total attenuation of the cable. The test procedure shall be as follows:
A Certified Technician utilizing an Optical Time Domain Reflectometer (OTDR) and Optical
Source/Power Meter shall conduct the installation test. The Technician is directed to conduct the
test using the standard operating procedures defined by the manufacturer of the test equipment.
All fibers installed shall be tested in both directions.
The method of connectivity between the OTDR and the cable shall be a factory patch cord of a
length equal to the "dead zone" of the OTDR. Optionally, the Technician can use a factory
"fiber box" of 328 ft (100 m) minimum with no splices within the box. The tests shall be
conducted at 1310 and 1550 nm for all fibers.
At the completion of the test, the Contractor shall provide two copies of documentation of the
test results to the Project Engineer. The test documentation shall be bound and shall include the
following:
Cable & Fiber Identification:
Cable ID
Cable Location - beginning and end point
Fiber ID, including tube and fiber color
Operator Name
Date & Time
Setup Parameters
Wavelength
Pulse width (OTDR)
Refractory index (OTDR)
Range (OTDR)
Scale (OTDR)
Setup Option chosen to pass OTDR “dead zone”
West_Main_Street_Special_Provisions.doc
95
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Test Results:
A. OTDR Test
Total Fiber Trace
Splice Loss/Gain
Events > 0.10 dB
Measured Length (Cable Marking)
Total Length (OTDR)
Test results and traces shall also be provided electronically.
B. Optical Source/Power Meter
Total Attenuation
Attenuation (dB/km)
These results shall be provided in tabular form. The following shall be the criteria for the
acceptance of the cable:
The test results shall show that the dB/km loss does not exceed +3% of the factory test or 1% of
the cable's published production loss. However, no event shall exceed 0.10 dB. If any event is
detected above 0.10 dB, the Contractor shall replace or repair the fiber including that event point.
The total dB loss of the cable, less events, shall not exceed the manufacturer's production
specifications as follows: 0.5 dB/km at both 1310 and 1550 nm.
If the total loss exceeds these specifications, the Contractor shall replace or repair that cable run
at the Contractor's expense, both labor and materials. Elevated attenuation due to exceeding the
pulling tension during installation shall require the replacement of the cable run at the
Contractor's expense, including labor and materials.
The Contractor shall label the destination of each trunk cable onto the cable in each handhole,
vault or cable termination panel.
Splicing Requirements
Splices shall be made at locations shown on the Plans. Any other splices shall be permitted only
with the approval of the Engineer.
All optical fibers shall be spliced as indicated on the Plans. If no information is provided,
mainline splices will concatenate the fibers from the two cable segments, that is, the colors of the
buffer tubes and fibers shall be the same across the splice. For splices that breakout the
individual fibers, the fibers shall be spliced in accordance with the Plans.
West_Main_Street_Special_Provisions.doc
96
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Slack Storage of Fiber Optic Cables.
A part of this pay item, slack fiber shall be supplied as necessary to allow splicing the fiber optic
cables in a controlled environment, such as a splicing van or tent. After splicing has been
completed, the slack fiber shall be stored underground in handholes and in the traffic controller
cabinets.
The amount of slack cable listed in Article 873.03 shall be revised as follows:
Location
Length of Slack Cable (Ft.)
Handhole
10.0
Double Handhole
Communication Vault
Junction Box
Controller Cabinet
Equipment Cabinet
30.0
30.0
8.0
10.0
3.0
Basis of Payment: This work will be paid for at the contract unit price per foot for FIBER
OPTIC CABLE IN CONDUIT, NO. 62.5/125 MM12F SM24F and shall be payment in full for
all labor, equipment, and materials required to provide, install, and test the fiber optic cable
described above, complete.
FUSION SPLICING OF FIBER OPTIC CABLES
Description. The Contractor will splice optical fibers from different cable sheaths and protect
them with a splice closure at the locations shown on the Plans. Fiber splicing consists of in-line
fusion splices for all fibers described in the cable plan at the particular location.
Two types of splices are identified. A mainline splice includes selected fibers from each cable
run as shown in the plan sheets. In a lateral splice, the buffer tubes in the mainline cable are
dressed out and those fibers identified on the plans are accessed in and spliced to lateral cables.
Materials.
Splice Closures:
Splice closures shall be designed for use under the most severe conditions such as moisture,
vibration, impact, cable stress and flex temperature extremes as demonstrated by successfully
passing the factory test procedures and minimum specifications listed below:
West_Main_Street_Special_Provisions.doc
97
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Physical Requirements:
The closures shall provide ingress for up to four cables in a butt configuration.
The closure shall prevent the intrusion of water without the use of encapsulates.
The closure shall be capable of accommodating splice organizer trays that accept mechanical, or
fusion splices. The splice closure shall have provisions for storing fiber splices in an orderly
manner, mountings for splice organizer assemblies, and space for excess or un-spliced fiber.
Splice organizers shall be re-enterable. The splice case shall be UL rated.
Closure re-entry and subsequent reassembly shall not require specialized tools or equipment.
Further, these operations shall not require the use of additional parts.
The splice closure shall have provisions for controlling the bend radius of individual fibers to a
minimum of 1.5 in (38 mm).
Factory Testing of Splice Closures:
Compression Test: The closure shall not deform more than 10% in its largest cross-sectional
dimension when subjected to a uniformly distributed load of 1335 N at a temperature of 0°F and
100°F (-18ºC and 38ºC). The test shall be performed after stabilizing at the required temperature
for a minimum of two hours. It shall consist of placing an assembled closure between two flat
parallel surfaces, with the longest closure dimension parallel to the surfaces. The weight shall be
placed on the upper surface for a minimum of 15 minutes. The measurement shall then be taken
with weight in place.
Impact Test: The assembled closure shall be capable of withstanding an impact of 28 N-M at
temperatures of 0°F and 100°F (-18ºC and 38ºC). The test shall be performed after stabilizing
the closure at the required temperature for a minimum of 2 hours. The test fixture shall consist
of 20 lb (9 kg) cylindrical steel impacting head with a 2 in (5 cm) spherical radius at the point
where it contacts the closure. It shall be dropped from a height of 12 in (30 cm). The closure
shall not exhibit any cracks or fractures to the housing that would preclude it from passing the
water immersion test. There shall be no permanent deformation to the original diameter or
characteristic vertical dimension by more than 5%.
Cable Gripping and Sealing Testing: The cable gripping and sealing hardware shall not cause an
increase in fiber attenuation in excess of 0.05 dB/fiber @ 1550 nm when attached to the cables
and the closure assembly. The test shall consist of measurements from six fibers, one from each
buffer tube or channel, or randomly selected in the case of a single fiber bundle. The
measurements shall be taken from the test fibers before and after assembly to determine the
effects of the cable gripping and sealing hardware on the optical transmission of the fibers.
Vibration Test: The splice organizers shall securely hold the fiber splices and store the excess
fiber. The fiber splice organizers and splice retaining hardware shall be tested per EIA Standard
West_Main_Street_Special_Provisions.doc
98
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
FOTP-II, Test Condition I. The individual fibers shall not show an increase in attenuation in
excess of 0.1 dB/fiber.
Water Immersion Test: The closure shall be capable of preventing a 10 ft (3 m) water head from
intruding into the splice compartment for a period of 7 days. Testing of the splice closure is to
be accomplished by the placing of the closure into a pressure vessel and filling the vessel with
tap water to cover the closure. Apply continuous pressure to the vessel to maintain a hydrostatic
head equivalent to 10 ft (3 m) on the closure and cable. This process shall be continued for 30
days. Remove the closure and open to check for the presence of water. Any intrusion of water
in the compartment containing the splices constitutes a failure.
Certification: It is the responsibility of the Contractor to insure that either the manufacturer, or
an independent testing laboratory has performed all of the above tests, and the appropriate
documentation has been submitted to the Department. Manufacturer certification is required for
the model(s) of closure supplied. It is not necessary to subject each supplied closure to the actual
tests described herein.
Construction Requirements.
The closure shall be installed according to the manufacturer's recommended guidelines. For all
splices, the cables shall be fusion spliced.
The Contractor shall prepare the cables and fibers in accordance with the closure and cable
manufacturers’ installation practices. A copy of these practices shall be provided to the Engineer
21 days prior to splicing operations.
Using a fusion splicer, the Contractor shall optimize the alignment of the fibers and fuse them
together. The Contractor shall recoat the fused fibers and install mechanical protection over
them.
Upon completing all splicing operations for a cable span, the Contractor shall measure the mean
bi-directional loss at each splice using an Optical Time Domain Reflectometer. This loss shall
not exceed 0.1 dB.
The Contractor shall measure the end-to-end attenuation of each fiber optic link, from connector
to connector, using an optical power meter and source. This loss shall be measured from both
directions and shall not exceed 0.5 dB per installed kilometer of single mode cable.
Measurements shall be made at both 1300 and 1550 nm for single mode cable. For multimode
cable, power meter measurements shall be made at 850 and 1300 nm. The end-to-end
attenuation shall not exceed 3.8 dB/installed kilometers at 850nm or 1.8 dB per installed
kilometer at 1300nm for multimode fibers.
As directed by the Engineer, the Contractor at no additional cost to the Department shall replace
any cable splice not satisfying the required objectives.
West_Main_Street_Special_Provisions.doc
99
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
The Contractor shall secure the Splice Closure to the side of the splice facility using cable
support brackets. All cables shall be properly dressed and secured to rails or racks within the
handhole or traffic signal cabinet. No cables or enclosures will be permitted to lie on the floor of
the splice facility. Cables that are spliced inside a building will be secured to the equipment
racks or walls as appropriate and indicated on the Plans.
Basis of Payment. This work will not be paid for separately, but shall be included in the bid
price for the fiber optic cable pay items.
TERMINATION OF FIBER OPTIC CABLES WITH FUSION SPLICED ST
CONNECTORS
Description. The Contractor will terminate a multimode or single mode fiber by fusion splicing
a factory-formed ST connector (severed fiber optic patch cable) onto a field fiber at the locations
shown on the Plans. Multimode cables may be terminated with fusion spliced or approved
mechanical ST connectors.
Materials. The Contractor shall be responsible for ensuring that the pre-formed ST connector
fiber is compatible with the field fiber that it will be fusion splice to.
The splice shall be protected with a protection sleeve/enclosure that will secure both cables and
prevent cable movement.
The fiber optic patch cords shall meet or exceed the following specifications:
•
•
•
•
•
•
•
•
•
•
High-quality 125um fiber optics
900um tight buffer construction
Aramid yarn individually protected
Duplex construction
Stress relief boots color coded (Tx/Rx)
ST connectors with high-grade zirconia ferrule
Insertion Loss < 0.2 dB @ 1310 / 1550 nm
Return Loss < -58 dB @ 1310 / 1550 nm
Compliant with ANSI/TIA/EIA 568-B.3
TIA/EIA-604, FOCIS-2
The Contractor shall submit a shop drawing of all proposed components to the Engineer for
approval prior to commencing construction.
Construction Requirements.
The Contractor shall prepare the cables and fibers in accordance with the cable manufacturers’
installation practices. A copy of these practices shall be provided to the Engineer 21 days prior
to splicing operations.
West_Main_Street_Special_Provisions.doc
100
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Using a fusion splicer, the Contractor shall optimize the alignment of the fibers and fuse them
together. The Contractor shall recoat the fused fibers and install mechanical protection over
them.
Upon completing all splicing operations for a cable span, the Contractor shall measure the mean
bi-directional loss at each connector using an Optical Time Domain Reflectometer. This loss
shall not exceed the loss of the fusion splice (0.1 dB) plus the loss of the connector (typically
0.75 dB).
As directed by the Engineer, the Contractor at no additional cost to the Department shall replace
any cable splice and/or connector not satisfying the required objectives.
Basis of Payment. This work will not be paid for separately, but shall be included in the bid
price for the fiber optic cable pay items.
COMPUTER WORKSTATION
The Contractor shall furnish a computer workstation (material only) and deliver it to the
Department.
The workstation shall be a HP xw4600 Workstation or approved equal that meets or exceeds the
following minimum specifications:
•
Operating System:
Windows 7 Professional 32 (with latest service pack)
•
Hard disk:
250 GB Serial ATA, 3 Gb/s, (7200 rpm) or better.
•
Motherboard:
1066 MHz FSB clock speed with minimum of 4 dedicated
PCI –E slots. All slots shall support bus mastering.
West_Main_Street_Special_Provisions.doc
A single Intel Xeon W3550 processor (3.06 GHz CPU
with 8 MB L2 cache and 1066 MHz FSB shall be
provided.
Serial ATA II/300 controller (four channel)
The following ports shall be provided:
One 9-pin serial connector; 16550-compatible
25-pin parallel connector (bi-directional)
PS/2 keyboard connector
PS/2 mouse connector
RJ-45 10/100/1000 NIC connector
Six USB 2.0 ports
1/8-inch Audio line-in miniature audio jack
1/8-inch Audio line-out miniature audio jack
1.8-inch Audio microphone-in miniature audio jack
101
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
1/8-inch Audio headphone-out miniature audio jack
One PCI Express x16 Gr4aphics Slot
Three 32-bit PCI slots, one PCI Express x 1, one PCI
Express x16
IEEE 1394 (Firewire) Controller Card with two Ports
Drive bays: two externally accessible 5.25” peripheral
bays, two internal 3.5” hard drive bays (2 x 1”)
•
Memory:
Minimum of 4 GB (2x2GB DIMM) of 800 MHz dual
channel ECC DDR2 SDRAM memory (expandable to 8
GB min). At least one memory bank shall remain open for
future expansion. A total of two slots shall be provided.
•
Optical Drive:
16X double-layer multi-format DVD+/R+/RW/CD-R/RW
(Super-multi Drive), SATA, with software
•
Video Card:
PCIe 512MB SDRAM RAM Video card with dual DVI &
TV out (Dual Head Monitor Support) (NVIDIA Quadro
FX580 or equivalent)
•
Pointing Device:
A 3-button, optical wheel mouse shall be supplied.
•
Network Interface:
The workstation shall be supplied with an Integrated
Network Interface Card (NIC) supporting 10/100/1000
MB/s and using 32-bit PCI bus-mastering technology. The
card shall have a UTP (RJ-45) connector. The card shall be
compliant with PCI local bus specification 2.0 and IEEE
802.3 for Ethernet. The card shall also support Netflex-3
technology.
•
Warranty
Three-year on-site parts and labor including 24/7 telephone
technical support
•
Recovery Media
Driver, Application Software, and Operating System
Installation and/or recovery media (CD or DVD) shall be
included
•
Software
One licensed copy of Microsoft Office 2007 Professional
shall be included.
Basis of Payment: This work will be paid for at the contract unit price per each for COMPUTER
WORKSTATION which price shall be payment in full for all labor, materials, and equipment
required to provide the computer workstation and accessories described above and deliver it to
the Department.
West_Main_Street_Special_Provisions.doc
102
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
LCD MONITOR
The Contractor shall furnish an LCD Monitor (material only) and deliver it to the Department.
The monitor shall be a HP LP2065 or approved equal that meets or exceeds the following
minimum specifications:
•
Monitor:
A 20" (diagonal viewable area) flat screen, analog, TFT
Active Matrix Color LCD monitor shall be supplied. The
monitor shall support resolution of 1600 x 1200 DPI at a
vertical refresh rate of minimum 75 Hz and horizontal
refresh rate of 94 KHz. The following shall be provided:
Input connectors: one 15-pin mini d-sub analog VGA, two
24-pin DVI-I
Aspect ratio: 5:4
Brightness (minimum): 300 cd/m2
Contrast ratio: 800:1
Lamp life (minimum): 45,000 hrs
Pixel pitch (minimum): 0.255 mm
Energy 2000/Energy Star/TCO ’99 Compliant
Anti-glare coating
On-screen display and controls
Adjustable Height: 4” minimum range
Tilt Angle: -5 degrees to 25 degrees
Swivel Angle: +/- 45 degrees
Basis of Payment: This work will be paid for at the contract unit price per each for LCD
MONITOR which price shall be payment in full for all labor, materials, and equipment required
to provide the LCD Monitor and accessories described above and deliver it to the Department.
CONDUIT AND FIBER WORK INSIDE CITY HALL
The contractor shall furnish conduit and fiber optic cable as indicated on the plans inside the
Galesburg City Hall Building. The Fiber shall be routed through the buildings outside wall on
the lower level up to the main telecommunications room on the first floor. The conduit shall be
converted from 18 inches below grade from plastic to Rigid Galvanized Steel (RGS). A RGS
LB fitting shall be used as the conduit penetrates the building wall. Once inside the building the
conduit can be converted to Electric Metallic Tubing (EMT).
SUBMITTALS:
A.
The Contractor shall submit shop drawings and samples in accordance with the
STANDARD SPECIFICATIONS, SECTION 105.2.3, SHOP DRAWINGS.
West_Main_Street_Special_Provisions.doc
103
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
B.
Prior to receiving the Notice-to-Proceed and before any material or equipment is
purchased, the Contractor shall submit to the Authority for approval one sepia and
four prints of all shop drawings to be incorporated in the Work.
C.
Shop drawings shall include manufacturers’ names, catalog numbers, cuts,
diagrams and other such descriptive data as may be required to identify and
approve the equipment.
D.
Extended time for submitting special shop drawings may be requested; however,
any extension of time approved does not relieve this Contractor of the
responsibility of executing the Work in accordance with the Contract.
E.
Any listed materials, fixtures, apparatus, or equipment that are not in accordance
with the Specification requirements can and will be rejected for use in this
installation and construction.
F.
Any materials, fixtures, apparatus or equipment installed without stamped or
written approval shall be removed by the Contractor and replaced with specified
equipment at the direction of the Authority and without recourse for additional
compensation.
G.
Before commencing any Work or providing any material, the Contractor shall
submit to the Authority, shop drawings and specification or catalog cuts of the
following items for approval.
1.
Equipment Enclosures
2.
Cable Duct, Conduit and Fitting
3.
Wire and Cable
4.
Hardware and Devices
5.
Fiber Optic Cable
6.
Fiber Optic Jumpers, Fiber Optic Connectors, Fiber Optic Enclosures and
Fiber Optic Devices
PERMITS AND FEES:
A.
The Contractor shall obtain and pay for all permits and make all deposits
necessary for the installation of the electrical system as herein specified.
West_Main_Street_Special_Provisions.doc
104
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
GUARANTEE:
A.
The Contractor shall be responsible for all work in this Special Provision. The
Contractor shall make good, repair, or replace at his own costs and expense as
may be necessary, any defect which in the opinion of the Authority is due to
imperfections in material, design or workmanship, if defect shows itself to be
defective within three (3) years after the date of acceptance by the Authority.
A.
The Contractor shall be responsible for protecting all equipment and systems
against harmful exposures to, or accumulations of dust and moisture, flooding,
corrosion, or other forms of damage and shall clean and restore damaged finishes
as may be required to place installations in a “like new” condition before
acceptance by the Authority.
B.
All manufacturer’s equipment guarantees or warranties shall be included in the
maintenance manuals.
MATERIALS AND EQUIPMENT:
A.
Materials and equipment shall be new and shall be UL or CSA labeled and shall
bear the manufacturer’s name, model number and other identification markings.
B.
Materials and equipment shall be the standard product of a manufacturer regularly
engaged in the production of the required type of material or equipment for at
least five years (unless specifically exempted by the Authority) and shall be the
manufacturer’s latest design with published properties.
C.
Equipment and materials shall be of the same manufacturer throughout the project
to provide uniform appearance, operation and maintenance.
D.
Equipment and materials shall be without blemish or defect and shall not be used
for temporary light or power purposes, including lamps, without the Authority’s
written authorization.
ENCLOSURES FOR ELECTRICAL EQUIPMENT AND FITTINGS:
A.
Enclosures for electrical equipment shall conform to the area classification
described below or unless noted otherwise on the Plans.
B.
NEMA Type 1 shall be used in the buildings.
C.
NEMA Type 4X stainless steel enclosures shall be used for outdoors.
West_Main_Street_Special_Provisions.doc
105
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
PROTECTION:
A.
The Contractor shall protect conduit and cable tray openings against the entrance
of foreign matter by means of plugs or caps.
B.
The Contractor shall cover fixtures, materials, equipment and devices furnished or
installed under this Contract or otherwise protect against damage, before, during,
and after installation.
C.
Fixtures, materials, equipment, or devices damaged prior to final acceptance of
the Work shall be restored to their original condition or replaced.
CONDUIT AND FITTINGS:
A.
Galvanized Rigid Steel Conduit
1. All GRS conduit shall meet the requirements of the STANDARD
SPECIFICATIONS.
2. Rigid conduit shall be sheradized or hot dipped galvanized steel pipe, bearing
U.L. label and conforming to ANSI Publication C80-1.
3. Couplings, connectors and fittings for rigid conduit shall be threaded
galvanized steel or galvanized malleable iron of the specifically designed and
manufactured for the purpose. Fittings shall conform to ANSI C80.4
B.
Electrical metallic tubing (EMT) shall be U.L. listed and shall conform to ANSI
Publication C80-3. Conduit shall be thoroughly protected from corrosion by
electro-galvanizing.
1. EMT fittings shall be of the steel compression type rain and concrete tight,
with steel compression nuts. Connectors shall be insulated throat with case
hardened locknuts. Fittings shall conform to ANSI C80.4.
PULL BOXES AND JUNCTION BOXES:
A.
Pull boxes and junction boxes shall meet the requirements of the STANDARD
SPECIFICATIONS, except as modified on the Plans and as required by this
Special Provision.
B.
Pull boxes and junction boxes shall be provided and sized in accordance with the
requirements of the National Electrical Code, as shown on the Plans, and as
required by this Special Provision.
C.
Pull boxes and junction boxes of the proper size and shape shall be provided.
West_Main_Street_Special_Provisions.doc
106
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
D.
Where required by the construction, special pull boxes or junction boxes shall be
provided in sizes and shapes determined from field measurements as required to
make a neat and workmanlike installation.
CONDUIT INSTALLATION:
A. General
1.
The Conduit system shall be installed complete with all accessories,
fittings, and boxes, in an approved and workmanlike manner to provide
proper raceways for electrical conductors. Conduit shall be installed
concealed or exposed as shown.
2.
All conduit runs shown on the Plans are shown diagrammatically for the
purpose of outlining the general method of routing the conduits. It shall
be the Contractor’s responsibility to avoid interferences.
3.
Exposed conduit runs shall be installed true, plumb, parallel with or at
right angles to adjacent structural members, and must present an orderly,
neat and workmanlike appearance.
4.
Field bends shall be carefully made to prevent conduit damage or
reduction in internal areas. Field bends shall be made with proper tools
for the size and type of conduit being used. The bending radius shall be
not less than six times the nominal diameter of the conduit, with carefully
matched bends on parallel runs to present a neat appearance. The number
of crossovers shall be kept to a minimum.
5.
All conduit cut on the job shall be carefully reamed after threading, to
remove burrs. All field cut threads shall be tapered. No running threads
will be permitted. All field cut threads on steel conduit shall be given a
coat of zinc dust in oil, or other approved compound.
6.
All threaded joints shall be watertight and ensure a low resistance ground
path in the conduit system.
7.
All conduits shall be carefully cleaned before and after installation and all
inside surfaces shall be free of imperfections likely to injure the cable.
After installation of complete runs, all conduits shall be snaked with an
approved tube cleaner equipped with an approved cylindrical mandrel of a
diameter not less than 85 percent of the nominal diameter of the conduit.
Any conduits through which the mandrel will not pass shall be removed
and replaced. After snaking, the ends of the dead-ended conduits shall be
protected with standard malleable metal caps to prevent the entrance of
water or other foreign matter.
West_Main_Street_Special_Provisions.doc
107
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
8.
Lines of nylon or polypropylene, propelled by carbon dioxide or
compressed air, shall be used to snake or pull wire and cable into conduits.
Flat steel tapes or sparks tapes may be used where GRS conduit runs are
shorter than 50 feet. Steel cables are NOT acceptable.
9.
Where conduits are connected to boxes or equipment enclosures, drilled
holes or full size knockout openings shall provide electrical continuity for
grounding and shall be assured by the use of bonding type locknuts.
Where connections are at eccentric knockouts, jumper type grounding
bushings and wire jumpers shall be installed.
10.
At pull boxes and junction boxes that have any box dimension in excess of
18 inches and having a total of more than four conduit terminations,
jumper-type grounding bushings shall be installed on conduit ends and
jumper wires shall be installed to bond all conduits and to bond conduits
to boxes.
11.
Conduit bends which are crushed or deformed in any way shall not be
installed.
12.
Conduit systems shall be installed, with fittings, double locknuts and
bushings, and made up tight to insure ground continuity throughout the
system.
13.
Conduit connections to NEMA Type 3R, NEMA Type 4, and NEMA
Type 4X enclosures shall terminate in a threaded hub with an insulated
throat to provide a positive seal, an electrical ground and a water tight
connection
B.
As far as practicable, conduit shall be pitched slightly to drain to the outlet boxes,
or otherwise installed to avoid trapping of condensate. Where necessary to secure
drainage, a breather-drain fitting shall be installed in the boxes or fittings at low
points.
C.
Conduit shall not run through columns or beams unless so specifically detailed on
the installation drawings.
D. The number of 90-degree bends shall be limited to 4 or a total of 360 degrees
including all off-sets, sweeps, kicks, etc. The maximum run without pull boxes shall
be 150 feet.
E. When Work is not in progress, open ends of conduit and fittings shall be securely
closed so that no water, earth or other substance will enter.
West_Main_Street_Special_Provisions.doc
108
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
PULL BOX AND JUNCTION BOX INSTALLATION:
A. Pull boxes and junction boxes shall be installed where shown and where necessary to
insure that finished cable will not be damaged.
B. Pull boxes and junction boxes shall be supported independently from the conduit
system.
C. The Contractor shall add pull boxes where needed even though not shown on the
Plans.
WIRING INSTALLATION:
A.
All cable and wire shall be installed in conduit. Exposed conduits shall be
installed parallel or at right angles to building walls.
B.
All conduits shall be swabbed to remove any debris or accumulated moisture
before cables or wires are pulled in.
C.
Where more than one cable will be installed in a duct or conduit, all shall be
pulled at the same time.
INSTALLATION – GENERAL:
A.
Location of conduits, fixtures and equipment shall be adjusted and supported to
accommodate field conditions encountered, including any potential interferences
with other construction or equipment to be installed.
B.
The Contractor shall determine the exact route and location of each electrical
raceway prior to fabrication.
C.
The Work shall be installed to permit removal (without damage to other parts) of
parts requiring periodic replacement or maintenance.
D.
Exterior Wall openings
1.
2.
Openings in exterior walls shall be kept properly plugged and caulked at
all times, to prevent the possibility of flooding due to storms or other
causes.
After completion of work, openings shall be permanently sealed and
caulked so as to provide leakproof conditions.
West_Main_Street_Special_Provisions.doc
109
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
ELECTRICAL HARDWARE INSTALLATION:
A.
B.
C.
Locations
1.
Anchor bolts, sleeves, inserts, hangers and supports required for
the Work shall be furnished and installed by the Contractor.
2.
Any expense resulting from improper location or installation shall
be paid for by the Contractor at no additional cost to the owner.
Conduit Supports
1.
Exposed conduits shall be supported in an approved manner.
Conduits shall not be fastened to or come in contact with any
mechanical system pipes, ducts, or equipment of other trades,
except as approved. In all exposed conduit work, approval
channel, racks, one-hole straps, or a combination thereof shall be
used as supports.
2.
Where conduits are supported with one-hole straps, spacers shall
be used to provide ¼-inch minimum clearance between the
conduits and supporting surfaces.
3.
All hangers, racks, and straps shall be galvanized steel.
4.
All hangers, racks, rods, straps, bolts and mounting hardware shall
be PVC coated hot dipped galvanized steel for PVC coated GRS
conduits.
5.
Perforated straphangers are not acceptable.
6.
Hanger rods for trapeze type hangers shall be made from high
tensile strength carbon steel not less than ½ inch diameter. The
rods shall have free-runner, burr-free Unified National Course
threads, with an electrode galvanized finish. Conduit supports
shall not exceed 5 feet, or as approved by the engineer due to
specific job site conditions.
7.
Conduits shall be securely fastened to each support with U-bolts,
straps, or clamps.
1.
The Contractor shall provide adequate supports for all equipment,
either suspended from the construction above, or by means of
struts to the construction below.
Hangers
West_Main_Street_Special_Provisions.doc
110
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
D.
2.
The Contractor shall provide straps, clamps, threaded rods,
turnbuckles and anchors and all miscellaneous specialties for the
attachment of hangers and supports to the structure.
3.
Conduit hangers for single conduit threaded rod supports shall be a
maximum of 7 feet long. Threaded rod supports shall be sized in
accordance with the hanger manufacturer’s requirements.
1.
The Contractor shall provide sleeves where conduits pass through
walls as required by the Plans, and/or as directed by the engineer.
2.
Sleeves shall be 18 gauge galvanized sheet metal or plastic, as
approved by code, of sufficient length to finish flush with finished
surfaces at both ends of sleeves.
3.
Sleeves shall be not less than 1 inch larger than outside diameter of
conduit.
4.
Where conduits pass through floors on grade or exterior walls, the
Contractor shall caulk sleeves with non-hardening sealant at both
ends to insure waterproofing around the conduit.
Sleeves
CLEANING:
A.
All rubbish and debris resulting from the Work of this Special Provision shall be
collected, removed from the site and disposed of legally on a daily basis.
B.
All floors shall be kept in a broom clean condition.
C.
In addition to using preventative measures, such as, keeping conduits capped,
keeping gaskets intact and covers/doors closed on boxes and enclosures, and
covering equipment as needed; the Contractor shall clean inside of the conduits as
specified in this Special Provision before pulling wires and cables. The
Contractor shall clean the interiors and exteriors of all enclosures.
D.
After completion of the electrical installations, the entire system shall be
thoroughly cleaned to remove all foreign materials.
E.
Cleaned shall mean the thorough removal of, but not limited to, dust, dirt, oil,
grease, cement, plaster, welding splatters, and paint spatters.
F.
All cleaning agents and methods shall be in accordance with the electrical
equipment manufacturers’ recommendations and subject to approval of the owner.
West_Main_Street_Special_Provisions.doc
111
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
CABLE IDENTIFICATION:
A.
All cables shall be identified at both ends per EIA/TIA Standard TIA-606 for
labeling telecommunication components.
FIBER OPTIC TESTING:
Provide testing per the “FIBER OPTIC IN CONDUIT, NO. 62.5/125 MM12F SM24F” special
provision.
Basis of Payment: This work will be paid for at the contract LUMP SUM price for CONDUIT
AND FIBER WORK INSIDE CITY HALL which price shall be payment in full for all labor,
materials, and equipment required to provide a complete and fully tested fiber optic cable inside
City Hall as specified above and shown on the plans.
NETWORK SECURITY APPLIANCE
The Contractor shall furnish a network security appliance and deliver it to the Department
(material only).
The firewall shall be a Juniper SSG20-SH (with 256 MB of DRAM, rack mounting kit, and 3
Year Remote Office Unified Threat Management Subscription – includes Antivirus, IPS (Deep
Inspection), and Web Filtering or approved equal.
The firewall shall be a rack mounted security appliance that meets or exceeds the following
minimum specifications:
Maximum Performance and Capacity:
Firewall throughput (large packets): 160 Mbps; Firewall throughput (IMIX)(2): 90 Mbps;
Firewall packets per second (64 byte): 30,000 PPS; Advanced Encryption Standard:
(AES)256+SHA-1 VPN throughput 40 Mbps, 3DES encryption +SHA-1 VPN
throughput 40 Mbps; Maximum concurrent sessions: 8,000; New sessions/second: 2,800;
Maximum security policies: 200;
Maximum users supported: Unrestricted; 128 MB DRAM
Network Connectivity:
Fixed I/O: 7x10/100, 2x10/100/1000; Physical Interface Module (PIM) slots: 2; Modular
WAN/LAN interface options: (PIMs/uPIMs)
West_Main_Street_Special_Provisions.doc
112
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Firewall:
Network attack detection; DoS and DDoS protection; TCP reassembly for fragmented
packet protection; Brute force attack mitigation; SYN cookie protection; Zone-based IP
spoofing; Malformed packet protection
Unified Threat Management:
IPS (Deep Inspection firewall); Protocol anomaly detection; Stateful protocol signatures;
IPS/DI attack pattern obfuscation; Antivirus Signature database: 200,000+; Protocols
scanned: POP3, HTTP, SMTP, IMAP, FTP, IM; Integrated Anti-spyware; Integrated
Anti-adware; Anti-keylogger; Instant message AV; Anti-spam; Integrated URL filtering;
External URL filtering
Voice over IP (VoIP) Security:
H.323. Application-level gateway (ALG); SIP ALG; MGCP ALG; SCCP ALG; Network
Address Translation (NAT) for VoIP protocols
IPSec VPN:
Concurrent VPN tunnels: 25; Tunnel interfaces: 10; DES encryption (56-bit); 3DES
encryption (168-bit) and AES (256-bit); MD-5 and SHA-1 authentication; Manual key;
Internet Key Exchange (IKE); public key infrastructure (PKI) (X.509); Perfect forward
secrecy (DH Groups) 1,2,5; Prevent replay attack; Remote access VPN; Layer 2
Tunneling Protocol (L2TP) within IPSec; IPSec Network Address Translation (NAT)
traversal; Auto-Connect VPN; Redundant VPN gateways
User Authentication and Access Control:
Built-in (internal) database (100 user limit); Third-party user authentication: RADIUS,
RSA SecureID, LDAP; RADIUS Accounting (start/stop); XAUTH VPN authentication;
Web-based authentication; 802.1X authentication; Unified Access Control (UAC)
enforcement point
PKI Support:
PKI certificate requests (PKCS 7 and PKCS 10); Automated certificate enrollment
(SCEP); Online Certificate Status Protocol (OCSP); Certificate Authorities supported:
Verisign, Entrust, Microsoft, RSA Keon, iPlanet (Netscape) Baltimore, DOD PKI, Self
signed certificates
Virtualization:
Maximum number of security zones: 8; Maximum number of virtual routers: 3;
Maximum number of VLANs 10
West_Main_Street_Special_Provisions.doc
113
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Routing:
BGP instances: 3; BGP peers: 10; BGP routes: 1,024; OSPF instances: 3; OSPF routes:
1,024; RIPv1/v2 instances: 16; RIP v2 routes: 1,024; Static routes: 1,024; Source-based
routing; Policy-based routing; Equal-cost multipath (ECMP); Multicast; Reverse
Forwarding Path (RFP); Internet Group Management Protocol (IGMP) (v1, v2); IGMP
Proxy; Protocol Independent Multicast (PIM) single mode; PIM source-specific
multicast; Multicast inside IPSec tunnel, ICMP Router Discovery Protocol (IRDP)
Encapsulations:
Dual Stack IPv4/IPv6 firewall and VPN; IPv4 to/from IPv6 translations and
encapsulations, Syn-Cookie and Syn-Proxy DoS Attack Detection; SIP, RTSP, Sun-RPC,
and MS-RPC ALG’s, RIPng; BGP; Transparent Mode, NSRP, DHCPv6 Relay
Mode of Operation:
Layer 2 (transparent) mode; Layer 3 (route and/or NAT) mode
Address Translation:
Network Address Translation (NAT); Port Address Translation (PAT); Policy-based
NAT/PAT; (L2 and L3 mode); Mapped IP (MIP) (L2 mode) 300; Virtual IP (VIP) (L3
mode) 4; MIP/VIP Grouping (L3 mode), Dual Untrust, Bridge Groups
IP Address Assignment:
Static; Dynamic Host Configuration Protocol (DHCP); Point-to-Point Protocol over
Ethernet (PPPoE) client ; Internal DHCP server; DHCP relay
Traffic Management Quality of Service (QoS):
Guaranteed bandwidth (per policy); Maximum bandwidth (per policy); Ingress traffic
policing; Priority-bandwidth utilization; Differentiated Services marking (per policy)
High Availability (HA):
Active/active (L3 mode); Active/passive (Transparent and L3 mode); Configuration
synchronization; Session synchronization for firewall and VPN; Session failover for
routing change; VRRP; Device failure detection; Link failure detection; Authentication
for new HA members; Encryption of HA traffic
West_Main_Street_Special_Provisions.doc
114
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
System Management:
WebUI (HTTP and HTTPS); Command line interface (console); Command line interface
(telnet); Command line interface (SSH - v1.5 and v2.0 compatible); NetScreen-Security
Manager; All management via VPN tunnel on any interface, Rapid Deployment
Administration:
Local administrator database size: 20; External administrator database support: RADIUS,
RSA SecureID, LDAP; Restricted administrative networks: 6; Root Admin, Admin, and
Read Only user levels; Software upgrades TFTP, WebUI, NSM, SCP, USB,
Configuration roll-back
Logging/Monitoring:
System log (multiple servers – up to 4 servers); Email (2 addresses); NetIQ WebTrends;
SNMP (v2); SNMP full custom MIB; Traceroute; VPN tunnel monitor
External Flash:
Additional log storage (USB 1.1); Event logs and alarms; System configuration script;
ScreenOS Software
Dimensions and Power
11.6 x 1.8 x 7.4 in, 3.3 lb, Rack Mountable, 100-240VAC
Mean Time Between Failures (MTBF)
35.8 Years
Additional Software Options to be Furnished with Firewall:
Remote Office Bundle – Three Year Subscription (antivirus, web filtering, and IPS
subscription)
Basis of Payment: This work will be paid for at the contract unit price per each for NETWORK
SECURITY APPLIANCE which price shall be payment in full for all labor, materials, and
equipment required to furnish the network security appliance and accessories described above
and deliver it to the Department.
West_Main_Street_Special_Provisions.doc
115
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
APPLICATION SERVER
The Contractor shall furnish a computer server (material only) and deliver it to the Department.
The computer shall be a HP ProLiant DL120 G6 Hot Plug Server or approved equal that meets
or exceeds the following minimum specifications:
•
Operating System:
•
•
Windows Server 2008 Foundation R2 (with latest service
pack) factory integrated software
Hard disk: Two 250 GB 3.5 ETY Serial ATA (7200 rpm)
Hot-swappable, RAID 1 drive set (100 GB Logical Size
Setting), with HP P212/ZM Smart Array Controller
Motherboard:
1333 MHz FSB clock speed with minimum of 2 dedicated
PCI –E slots. All slots shall support bus mastering.
A single Quad Core Intel Xeon X3470 processor (2.93
GHz CPU (95 Watt) with 8 MB L2 cache and 1333
MHz FSB shall be provided.
Embedded Serial ATA/300 controller
The following ports shall be provided:
One 9-pin serial connector; 16550-compatible
PS/2 keyboard connector
PS/2 mouse connector
RJ-45 10/100/1000 NIC connector
Six Type A USB 2.0 ports
One SVGA display port
Two PCI Express x8 Expansion Slot (1 Low Profile and
one Full Height)
Expansion bays: 2 x 5.25” External Removable Media
Bay (1 Free), 2 x 3.5” Drive Bay Non Hot-swappable (1
Free)
•
Memory:
Minimum of 4 GB (2x2GB DIMM) of PC3-10600E UB
ECC DDR3 memory (expandable to 16 GB min). At least
one memory bank shall remain open for future expansion.
A total of six slots shall be provided.
•
Graphics Controller:
64MB Shared DDR3 SDRAM (Resolutions up to 1600 x
1200 16bpp @ 75 Hz)
•
Case:
IU Rack, Equipped with all brackets, hardware, and other
items required for rack mounting
•
Pointing Device:
A 3-button, optical wheel mouse shall be supplied.
West_Main_Street_Special_Provisions.doc
116
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
•
Keyboard:
A standard Windows keyboard shall be supplied
•
Monitor:
One 17” LCD (HP LE1711 or LA1751G) monitor shall be
supplied
•
Network Interface:
The workstation shall be supplied with two Integrated
Network Interface Cards (NIC) supporting 10/100/1000
MB/s and using 32-bit PCI bus-mastering technology. The
cards shall have UTP (RJ-45) connectors. The cards shall
be compliant with PCI local bus specification 2.0 and IEEE
802.3 for Ethernet. The card shall also support Netflex-3
technology.
•
Optical Drive
HP 9.5mm SATA DVD RW Drive
•
Warranty
Three-year on-site parts and labor (Next Business Day)
including telephone technical support
•
Recovery Media
Drivers, Application Software, and Operating System
Installation and/or recovery media (CD or DVD) shall be
included, Power Cord
Basis of Payment: This work will be paid for at the contract unit price per each for
APPLICATION SERVER which price shall be payment in full for all labor, materials, and
equipment required to provide the application server and accessories described above and deliver
it to the Department.
West_Main_Street_Special_Provisions.doc
117
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
UTILITY RELOCATION SPECIFICATIONS
CONTROL OF THE WORK
The Standard Specifications for Water and Sewer Main Construction in Illinois shall govern the
construction. Any subsequent reference to “Standard Specifications” in the “Utility Relocations
Specifications” shall be meant to mean the Standard Specifications for Water and Sewer Main
Construction in Illinois.
Contractor shall coordinate any potential disruptions in water and sewer service with the City of
Galesburg and the Galesburg Sanitary District. The City or District shall be contacted at least 48
hours prior to connections being made.
The two 16-in connections to the City of Galesburg’s water system shall be made at the same
time. The City will isolate the water main allowing for the connection at the east and west end of
the project. The main will then be filled, flushed, and disinfected.
The 8-in connection to the City’s water system shall be made after the 16 inch main is in service.
The 16-in x 8-in tee and 8-in gate valve shall be installed prior to the 16-in main being placed
into service. The 8-in connection shall be made and placed into service. All fittings and pipe
used for the connection shall be swabbed with a bleach solution.
Water services shall be installed after all mains have been placed into service.
Sanitary sewers shall be installed upgradient. Connections to the existing system shall be made
under the supervision of the Galesburg Sanitary District. If sanitary services are disrupted during
construction it is the contractors responsibility to maintain service until a permanent connection
can be made or the service repaired.
WATER MAIN
This item of work shall comply with Sections 40 and 41 of the Standard Specifications.
This item of work shall consist of the furnishing and placement of the new 16-in. and 8-in. and 6in water mains, as specified in the Plans.
Pipe Materials
<12-in diameter shall conform to AWWA C-900, DR18 with a pressure rating of 150 PSI and push
on joints.
>14-in diameter shall conform to AWWA C-905, DR18 with a pressure rating of 150 PSI and push
on joints or;
West_Main_Street_Special_Provisions.doc
118
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
>14-in. diameter shall conform to ANSI/AWWA C150/A21.50 Class 52 ductile iron pipe. The
ductile iron pipe shall be restrained joint and shall utilize NBR (Buna-N) gaskets in lieu of standard
gaskets.
Where noted on the plans, restrained joint pipe shall conform to AWWA C-905RJ, DR-18 with a
pressure rating of 150 PSI.
All water main installed in steel or PVC casings shall be restrained joint pipe.
Water main bedding, haunching and initial backfill shall be FA-6. If trench conditions are wet and
unstable, CA-7 shall be utilized for the bedding. If final backfill is CLSM , CA-7 shall be utilized
for bedding and initial backfill. The bedding, haunching and initial backfill shall be included in the
cost of the installation of the water main.
Water Main of the size, depth, location, and type specified shall be paid for at the contract unit
price per lin. foot.
Testing
Pressure testing of water mains shall conform to Section 41-2.14B of the Standard
Specifications. A minimum hydrostatic pressure of 100 psi shall be used if the hydrostatic
pressure equal to 50 percent more than the operating pressure at the lowest elevation of the pipe
section is less than 100 psi.
The pressure test period shall be 1 hour.
The leakage test period shall be 1 hour, and shall directly follow the pressure test. The allowable
leakage rate shall be computed per Section 41-2.14C of the Standard Specifications.
Pressure testing and leakage testing of the water mains shall be included in the cost of the
installation of the water main.
Disinfection
Disinfection shall be in conformance with Section 41-2.15 of the Standard Specifications.
Satisfactory disinfection is demonstrated when two (2) consecutive samples, collected at least 24
hours apart, indicate no bacteriological contamination.
Disinfection of the water mains shall be included in the cost of the installation of the water main.
Tracer Wire
The Contractor shall furnish and install, along the entire route of the water transmission main,
#12 AWG, THW single-conductor, copper locator wire. The wire shall be installed just above
the crown of the pipe, shall be brought to the top outside of each valve box, and brought into the
top of the valve box through a 3/8-in. drilled hole in the valve box. Any necessary splicing shall
West_Main_Street_Special_Provisions.doc
119
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
be made using a direct bury splice kit such as 3M Part No. 054007-09053, or equivalent. The
tracer wire shall be tested for continuity prior to final acceptance by the Owner.
The cost of the locator wire, including installation and testing, shall be included in the cost of the
installation of the water main.
STEEL CASING 36”
This item of work shall consist of the installation of a steel casing at the location specified in the
Plans in accordance with Section 23-3.02B of the Standard Specifications.
36-in steel casing shall have a minimum non-coated wall thickness of 0.531 inches.
The carrier pipe shall be center restrained by the use of casing spacers. The casing spacers shall be
constructed of non-reactive material designed specifically for that purpose. The spacers shall be
positioned within 6 in. from the end of the casing, on each side of joint in the carrier pipe, and at the
midpoint of each pipe length. Spacers constructed of wood and steel banding are not acceptable.
The casing ends shall be sealed to the carrier pipe by the use of an APS Standard Model AC pull on
casing end seal, or equivalent.
The casing spacers and casing end seals shall be considered included in the cost of the installation of
the Steel Casing.
Steel signs shall be placed on both sides of the railroad right of way, along the casing alignment,
stating “City of Galesburg Water Main.”
Steel Casing, 36” shall be paid for at the contract unit price per foot of the size specified.
STEEL CASING 30”
This item of work shall consist of the installation of a steel casing at the location specified in the
Plans.
30-in steel casing shall have a minimum non-coated wall thickness of 0.469 inches.
The casing shall be centered on the proposed MSE wall to be constructed at a later date.
The carrier pipe shall be center restrained by the use of casing spacers. The casing spacers shall be
constructed of non-reactive material designed specifically for that purpose. The spacers shall be
positioned within 6 in. from the end of the casing, on each side of joint in the carrier pipe, and at the
midpoint of each pipe length. Spacers constructed of wood and steel banding are not acceptable.
The casing ends shall be sealed to the carrier pipe by the use of an APS Standard Model AC pull on
casing end seal, or equivalent.
West_Main_Street_Special_Provisions.doc
120
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
The casing spacers and casing end seals shall be considered included in the cost of the installation of
the Steel Casing.
Steel Casing 30” shall be paid for at the contract unit price per foot of the size specified.
WATER MAIN 24”
This item of work shall consist of the installation of a 24-in. PVC C-905 casing at the location
specified in the Plans in accordance with Section 20-2.19 of the Standard Specifications. The
casing pipe shall be constructed such that it extends a minimum of 10 ft as measured perpendicular
to the outside of the sanitary or storm sewer being crossed as depicted in Standard Drawing No. 22
of the Standard Specifications for Water and Sewer Construction in Illinois.
The carrier pipe shall be center restrained by the use of casing spacers. The casing spacers shall be
constructed of non-reactive material designed specifically for that purpose. The spacers shall be
positioned within 6 in. from the end of the casing, on each side of joint in the carrier pipe, and at the
midpoint of each pipe length. Spacers constructed of wood and steel banding are not acceptable.
The casing ends shall be sealed to the carrier pipe by the use of an APS Standard Model AC pull on
casing end seal, or equivalent.
The casing spacers and casing end seals shall be considered included in the cost of the installation of
the Water Main Casing.
Water Main 24” shall be paid for at the contract unit price per foot of the size specified.
WATER VALVES
All valves and boxes must be approved by the City of Galesburg, Department of Public Works
before installation. Valves shall be Resilient Wedge Gate Valves meeting ANSI/AWWA C509,
such as American Flow Control, U.S. Pipe and Foundary, or Clow Valve Company. Bonnet
bolts, studs, and nuts shall be Series 304 stainless steel. Valve bodies, bonnets, and gates shall
be ductile iron per ASTM A536. Valves shall close in the clockwise direction. Stem seals shall
be O-ring. Valve shall have a non-rising bronze stem per ANSI B 16.1.
All valves shall be restrained with retainer glands or a manufactured pipe restraint system
approved by the Engineer.
All Valve Boxes shall have not less than a 5¼-in. shaft. Valve Boxes shall be Tyler Pipe two
piece, screw type, #6850 series with the word "water" cast on lid, or an approved equal. The
valve box and extensions necessary to reach the ground elevation shall be included in the unit
price per each for the water valve of the size specified.
Water Valves shall be paid for at the contract unit price per each of the size specified.
West_Main_Street_Special_Provisions.doc
121
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
TAPPING VALVES SLEEVES
Pressure connections to existing water mains shall conform to Section 46 of the Standard
Specifications for Water and Sewer Main Construction in Illinois.
Tapping sleeve shall be 304L stainless steel and shall provide 360 degree coverage of the pipe
being tapped. The sleeve shall have an integral flange meeting all applicable requirements of
ANSI B16.1, class 125 and in accordance with MSS-SP60. A waffle 360 degree gasket with
integral gap bridge shall provide the seal for the sleeve. Contractor shall uncover and determine
the OD of the pipe being tapped prior to ordering the sleeve.
All tapping valves and boxes must be approved by the City of Galesburg, Department of Public
Works before installation. Valves shall be Resilient Wedge Gate Valves with one mechanical
joint end and one flanged end meeting ANSI/AWWA C509, such as American Flow Control,
U.S. Pipe and Foundary, or Clow Valve Company. Bonnet bolts, studs, and nuts shall be Series
304 stainless steel. Valve bodies, bonnets, and gates shall be ductile iron per ASTM A536.
Valves shall close in the clockwise direction. Stem seals shall be O-ring. Valve shall have a
non-rising bronze stem per ANSI B 16.1.
All valves shall be restrained with retainer glands or a manufactured pipe restraint system
approved by the Engineer.
All Valve Boxes shall have not less than a 5¼-in. shaft. Valve Boxes shall be Tyler Pipe two
piece, screw type, #6850 series with the word "water" cast on lid, or an approved equal. The
valve box and extensions necessary to reach the ground elevation shall be included in the unit
price per each for the Valve and Box.
Tapping valve and sleeve size indicated shall refer to the size of tap being made, not the carrier
pipe being tapped.
Tapping Valve and Sleeves shall be paid for at the contract unit price per each of the size
specified.
FIRE HYDRANT
This item of work shall comply with Section 45 of the Standard Specifications for Water and
Sewer Main Construction in Illinois.
Hydrants shall conform to AWWA C-502, dry barrel. They shall be designed for a 500 psi
hydrostatic test pressure and a 250 psi working pressure.
They shall include two (2) 2 ½” hose nozzles and one 4 ½” pumper nozzle. The threads shall
conform to National Standard design.
Hydrants shall be provided with 2-piece breakaway barrels with fully revolving bonnets,
removable and renewable valve sets. Hydrants shall be furnished with 304 stainless steel bolts
West_Main_Street_Special_Provisions.doc
122
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
and nuts between the barrel and the shoe. The hydrants shall be provided with six (6) inch pipe
connections and 5 ¼ inch inside diameter valve openings.
Hydrant color shall match the currently installed existing hydrants in the owners system
(yellow).
Set breakaway barrel 2 inches above finished grade. Set each hydrant on a large flat stone or
concrete block and not less the ½ cubic Yard of coarse aggregate shall be provided at the base
for drainage. Back or brace hydrants with concrete thrust block extending from the hydrant to the
wall of excavation, and placed to permit the removal of the hydrant. All joints shall be restrained.
Lower barrel sections, flanges below grade shall be ductile iron only.
Allowable hydrant models are as follows:
• American Flow Control: Pacer Fire Hydrant (Model WB-67-250)
• Mueller Corp: Super Centurion (Model A423)
• Approved Equal
Hydrants shall be paid for at the contract price per each.
DUCTILE IRON FITTINGS
All pressure main fittings shall be flanged ductile iron for above ground service and mechanical
joint (M.J.) ductile iron for buried service, unless otherwise indicated on the Plans.
All fittings shall conform to ANSI A21.10 (AWWA C110), or ANSI A21.53 (AWWA C153),
where possible. Minimum pressure rating shall be 350 psi. If shown or specified fittings are
unavailable in the above standards, the manufacturer’s standard may be used upon approval of
the ENGINEER. All rubber gaskets shall conform to ANSI A21.11 (AWWA C111). All fittings
shall have cement mortar lining and seal coat per ANSI A21.40 (AWWA C104).
All fittings shall be equipped with retainer glands in lieu of standard glands.
Fittings shall be restrained in conformance with Section 41-2.10.
The cost of the Ductile Iron Fittings, including installation and testing, shall be included in the
cost of the installation of the water main.
AIR RELEASE VALVE
This item of work shall consist of the installation of an air release valve at the locations specified in
the Plans. The air release valve shall be constructed as detailed in the Plans.
An air release valve shall be installed at all high points in the water main so as to remove air built up
in the main. Where possible, the air release valve pit shall be located adjacent to the water main at a
West_Main_Street_Special_Provisions.doc
123
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
protected location where it will not be disturbed by normal land use. The tap into the water main
shall be in the crown of the pipe. The copper tubing shall have a constant rise from the corporation
stop to the outlet in the valve pit.
The air release valve installed complete shall consist of excavation, backfill, furnished, and installed
air release valves, corrugated metal pipe with frame and lid, bedding, ball valve, tapping saddle and
tap, corporation stop, and all other pipe fittings and appurtenances as shown on the air release valve
detail.
The air release valve shall consist of the following equipment:
•
•
•
•
•
•
•
1” Brass service saddle with 1” corporation stop tapped into the top of the water main.
1” Type K copper pipe installed from the corporation stop to the valve pit, installed with
an upward slope.
24” CMP meter pit resting on 6 cubic feet of 1” clean rock with a steel fence post
installed in the center.
1” brass ball valve installed at the end of the 1” copper pipe.
Slab type frame with solid lid, heavy duty for 24” CPM furnished with two drilled holes
for anchorage to CMP.
The 1” copper pipe shall be banded to the fence post for support.
The ball valve shall be installed 12” below grade and shall have a garden hose adaptor.
The cost of the Air Release Valve, including installation and testing, shall be included in the cost
of the installation of the water main.
CONNECTIONS TO EXISTING WATER MAINS
It will be the responsibility of the Contractor to determine the exact location of the existing water
main in the field.
All tees required to connect mains, all reducers required to connect different-sized mains, and all
fittings required to change direction either horizontally or vertically in order to achieve the proposed
alignment shall be included in the cost of the water main being constructed.
Removal of existing water main that is necessary to connect the proposed water main and plugging
the end of the existing water main, as shown on the Plans or as directed by the Engineer, shall be
included in the cost of the water main being constructed.
Before making any connection to existing water mains, the Contractor shall have all necessary tools,
materials, pipe, and fittings on hand and sufficient experienced workmen available to preclude an
unnecessary delay in making the connection due to adverse conditions or mishap. The actual work
of cutting into a main or removal of a fitting shall not be done until all measurements, necessary
pipe assembly, and other specified provisions have been completed.
West_Main_Street_Special_Provisions.doc
124
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
Temporary blocking capable of withstanding the service pressure shall be provided for all existing
valves, fittings, and pipe that could be affected by the proposed connection.
This work will not be paid for separately, but shall be considered included in the cost of the
construction of the water main.
SANITARY SEWER
This item of work shall comply with Sections 30 and 31 of the Standard Specifications for Water
and Sewer Main Construction in Illinois and Section 550 of the Illinois Department of
Transportation, “Standard Specifications for Road and Bridge Construction”.
This item of work shall consist of the furnishing and placement of the new gravity sewer, as
specified in the Plans.
All connections made between existing sewer and new sewer shall be made by use of a
rubberized connection creating a water-tight seal. These connections shall be considered as
included in the cost of the construction of the combined sewer. All fittings to be gasketed.
Pipe Materials
Gravity sewers 15-in and smaller shall be PVC SDR 35 meeting ASTM D-3034.
Gravity sewers 18-in and larger shall be PVC SDR 26 meeting ASTM F-679.
Sanitary Sewer of the size, depth, location, and type specified shall be paid for at the contract
unit price per lin. foot.
Bedding and Haunching Materials
Foundation, Bedding, and Haunching Material shall meet the requirements of the Illinois
Department of Transportation, “Standard Specifications for Road and Bridge Construction” for
coarse aggregate or fine aggregate. The gradation shall be CA-7.
Bedding and Haunching Materials shall be considered included in the cost of the installation of the
sewers.
ADJUST SANITARY SEWER SERVICE LINES
This item of work shall comply with Section 33 of the Standard Specifications for Water and
Sewer Main Construction.
West_Main_Street_Special_Provisions.doc
125
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
This work consists of the excavation and reconnection of active services. The Contractor shall
notify the Engineer of all services encountered to determine which services are active. Service
sewer connection sizes are approximate. They shall be verified in the field by the Engineer, and
reconnection of the service to the sewer shall be the same diameter as the service sewer.
Service sewer connections shall be made using solid wall PVC fittings. The service connection
shall include all necessary pipe fittings and connections to the service sewer to provide a watertight reconnection.
Those services determined in the field by the Engineer as inactive shall be capped with concrete.
This item of work shall be considered as included in the cost of the construction of the sewer.
Adjust Sanitary Sewer Service Lines will be paid for the lump sum price for each. The lump
sum cost shall include labor, equipment and materials necessary to complete the work, including
all necessary pipe, couplings, fittings, excavation and backfill.
TRENCH BACKFILL
Select Granular Material shall meet the requirements of the Illinois Department of Transportation,
“Standards Specifications for Road and Bridge Construction” for fine aggregate in accordance with
Article 208 and Article 1003.04. The select granular backfill shall be water jetted. Select granular
material shall be installed at all locations, with the exception of the locations requiring flowable fill.
Select Granular Backfill volumes shall include the quantity per lin. ft for initial backfill and final
backfill per Section 20-2.20A of the Standard Specifications.
MANHOLES, SANITARY, ALL DIAMETERS
This item of work shall comply with Section 32 of the Standard Specifications for Water and
Sewer Main Construction in Illinois and Section 602 of the Illinois Department of Transportation
Standard Specifications for Road and Bridge Construction.
This work shall consist of the construction of a precast manhole, steps, casting, and connection
of proposed and existing sewers to provide a water-tight manhole. Material required for the
connection of existing sewers shall be considered as included in the cost of the cost of the
manhole. All pipe openings shall be required to be “A-Lok”.
Manholes, Sanitary, 4’-Diameter, Type 1 Frame, Closed Lid, shall be paid for at the contract unit
price per each.
Drop Sanitary Manholes with Type 1 Frame, Closed Lid, shall be paid for at the contract unit
price per each.
West_Main_Street_Special_Provisions.doc
126
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
MANHOLE SPECIAL WITH SPECIAL FRAME AND GRATE
Manholes Special shall be precast concrete units conforming to ASTM C 913.
Additional concrete for the forming of the foundations and troughs in Special Structures shall be
Illinois Department of Transportation Class SI concrete in conformance with section in
accordance with Section 503 of the Illinois Department of Transportation, “Standard Specifications
for Road and Bridge Construction”. Use of calcium chloride admixtures will not be permitted.
Reinforcement bars shall be grade 60 and conform to the requirements of Section 508 of the Illinois
Department of Transportation Standard Specifications. Cutting, bending, and placing reinforcement
shall conform to Section 508 of the Illinois Department of Transportation Standard Specifications.
The structure shall have a 48” manhole riser section with stairs and a eccentric cone section tapering
to 24”. Steps shall be cast into the high side of the concrete channel wall.
1. In lieu of a casting and frame, the manhole shall have a surface mount FPS 36”X36”,
Floodlight Aluminum Access Hatch, Single Door, Pedestrian Loading flush mounted to
the concrete channel wall. The hatch shall include standard features of: raised angle
frame, ¼” thick diamond plate cover, reinforced to hold 10 feet of sanitary water or 625
P.S.F. load, 316 stainless steel nuts and bolts, stainless steel hinge pins, stainless steel
automatic hold-open arm with red vinyl grip, floodlight lift handle, tamperproof fasteners
stainless steel pressure lock system, neoprene gasket material, and holes for bolting to
existing floor opening, and staple for padlock. Additional features shall include open
springs and bituminous paint. The hinge shall be mounted on the upstream side of the
channel.
2. The proposed orifice plate shall consist of a 25” x 25” square 3/16” thick stainless steel
plate. A 15” diameter orifice shall be cut into the plate. The orifice invert shall correspond
to the invert in the 21” pipe. The 15” orifice shall be centered along the vertical axis. The
invert shall be 2” above the bottom of the plate. The orifice shall be affixed to the wall by
16- ½” x 3” stainless steel wedge anchors equally spaced around the perimeter of the plate.
The concrete fillet shall be kept away from the anchor bolts allowing removal of the orifice
for maintenance.
The special structure has been sized based on record information. The actual location of the 42-in
sewer is to be verified by the contractor prior to ordering precast structures to ensure elevations and
castings necessary to bring the riser to grade.
The Special Structure shall be measured and paid for at the contract lump sum price for each Special
Structure. The cost shall include connection to existing and proposed pipes, existing sewer removal,
cast iron frame/lid, and reinforcements.
A longitudinal length, including allowable variables of each Special Structure, is shown in the
Plans. The variable length is provided to accommodate the actual length of the in-place sewer as
West_Main_Street_Special_Provisions.doc
127
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
constructed. Any additional costs to construct the Special Structure(s), due to actual lengths between
the pipe ends, shall be borne by the Contractor.
PORTLAND CEMENT CONCRETE REMOVAL
This item of work shall comply with Section 21 of the Standard Specifications for Water and
Sewer Main Construction.
This item of work consists of saw cutting the existing concrete channel a minimum of 9 in. deep
and the removal of the existing concrete.
Portland Cement Concrete Pavement Removal, as specified, shall be considered included in the
cost of the cost of the Manhole Special with Special Frame and Grate.
PORTLAND CEMENT CONCRETE REPLACEMENT
This item of work shall comply with Section 21 of the Standard Specifications for Water and
Sewer Main Construction and Sections 420 of the Illinois Department of Transportation,
“Standard Specifications for Road and Bridge Construction”.
Contractor shall utilize the same reinforcing pattern utilized in the surrounding concrete slab.
The slab shall be dowelled into the adjacent slabs.
Portland Cement Concrete Replacement, as specified, shall be considered included in the cost of
the cost of the Manhole Special with Special Frame and Grate.
ADJUST SEWER SERVICE CLEANOUT
Sewer cleanouts shall be adjusted in elevation utilizing solid wall PVC fittings. Cleanouts
located in grass areas shall be adjusted flush with the surrounding grade and shall have a
threaded PVC cap. For installations in pavement, the threaded cap shall be located 4 inches
below finished grade. The cleanout shall be covered with a heavy duty rated cast iron cleanout
frame and cover, East Jordan model V-8513 or equal.
Adjust Sewer Service Cleanout will be considered included in the cost of the cost of Adjust
Sanitary Sewer Service Lines.
REMOVAL OF FIRE HYDRANTS
This item of work shall include the removal of existing fire hydrants. All removals shall be
coordinated with the City of Galesburg to ensure isolation of the water mains. All hydrants shall
be delivered to the City of Galesburg Water Department.
Removal of Fire Hydrants, as specified, shall be considered included in the cost of the
construction of the water main.
West_Main_Street_Special_Provisions.doc
128
09L0008
FAU 6800 (US 150)
W. Main Street Overpass
Section 05-00500-20-GS
REMOVAL OF WATER VALVE AND BOX
This item of work shall include the removal of existing valves and boxes. All removals shall be
coordinated with the City of Galesburg to ensure isolation of the mains. All water valves and
valve boxes shall be delivered to the City of Galesburg Water Department.
Removal of Water Valve and Box, as specified, shall be considered included in the cost of the
construction of the water main.
West_Main_Street_Special_Provisions.doc
129
09L0008
lllinois Department
Storm Water Pollution Prevention Plan
of Trançbrtation
Rou!e
FAU 6800
Marked Rte.
US 150 (W. Main Street)
Sectiõn
0s-00500-20-GS
Project No.
HPP-1036(003)
County
Knox
Contract
No.
99150
This plan has been prepared to comply with the provisions of the NPDES Permit Number lLR10, issued by the lllinois
Envirónmental Protection Age¡cy for storm water discharges from Construction Site Activities.'
or supervision in
I certify under penalty of law that this document and all attachments were prepared under my direction
wiin a system designed to assure that qualified personnel properly gathered and evaluated the information
of thei person or persons who manage the system, or those persons directly responsible for
is, to the best of my knowledge and belief, true, accurate and complete. I
éãifrer¡ng the informat¡oñ, the information submitted
false information, including the possibility of fine and imprisonment
penalties
for
submitting
that there are significant
ã,.'.'
"""ordan." Based oñ my inquiry
submitted.
"w"rä violations.
for knowing
Wavne Carl
'^'
Cltv Enoineer
''
Snature
,(^{o',
CitY of Galesburg
l.
Site DescriPtion:
A.
The following is a description of the project location:
west Main street (us 150)from Garfield Avenue to Academy street.
The following is a description of the construction activity which is the subject of this plan:
B.
The project consists of the construction of a two-span bridge over the BNSF railroad double track and the Cedar
Creek drãinage culverts. The bridge approaches will be supported on MSE retaining wall terminating at Garfield
Avenue to the west and Academy btreet to the west. Additional construction items will include the conslruction of
full depth concrete pavement, traffic signals at Academy Street and miscellaneous roadway work on adjacent
side streets.
C.
The following is a description of the intended sequence of major activities which will disturb soils for major
portions of the construction site, such as grubbing, excavation and grading:
1.
2.
3.
4.
5.
6.
7.
B.
L
D.
control, temporary fence and tree trunk protection.
Place tempor"ry
"rorion
Demolition of tl're existing buildings, reside.nces, etc that will be removed as part of this project'
Construction of utility relócations associatèd with the overþass structure. i
Remove existing pavement and curb & gutter in preparation for construction of MSE walls.
Begin ground impiovement activitles necessary for support of the retaining wall.
Begin embankment and placement of retaining wall panels'
Begin construction of the bridge center pier.
Construct final pavement, curb & gutter, sidewalk, driveways, etc'
Final shape all earthwork areas.
The total area of the construction site is estimated to be
83
acres.
The total area of the site that is estimated witl be disturbed by excavation, grading or other activities is 6'5
acres.
Prinled 311612011
Page 1 of
l]¿
B
BDE 2342 (Rev. 07/23109)
E.
The following is a weighted average of the runoff coefficient for this project after construction activities are
completed:
0.70
F.
The following is a description of the soil types found at the project site followed by information regarding their
erosivity:
The type of surficial sediments is Hulick Till. These deposits are silty glacial till intercalated with sand and gravel
G.
The following is a description of potentially erosive areas associated with this project:
The majority of the permanent drainage conditions will include pavement drainage with a closed storm sewer
system. This type of system will not present any erosive areas. ln the temporary condition, drainage swales will
be constructed to drain the storm water to suitable outlets.
H.
The following is a description of soil disturbing activities, their locations, and their erosive factors (e.9. steepness
of slopes, length of slopes, etc):
1. Begin work in the area of the Maple Avenue extension. The contractor will clear the site and install the
proposed subsurface utilities (i.e. water main, sanitary sewer, storm sewer). The construction of the roadway in
this area will commence after the installation of the utilities. There are no steep or long slopes in this activity.
The erosion will be prevented by lnlet protection and perimeter erosion barrier.
2. The construction of the Main Street retaining walls and bridge will disturb soil from approximately Garfield to
Academy. The embankment will consist of a combination of select fill and standard embankment material. The
disturbed soil will be limited to approximately 30' on all sides of the footprint of the retaining wall. The potential
erosion to the earthwork within the roadway embankment will be controlled by lnlet protection.
3. The construction of the intersections will include topsoil striping and stockpiling, installation of underground
utilities, and construction of roadway.
4. Final grading will occur to shape disturbed areas. Seeding, mulch and erosion control blanket will be placed
to stabilize areas..
l.
J.
See the erosion control plans and/or drainage plans for this contract for information regarding drainage patterns,
approximate slopes anticipated before and after major grading activities, locations where vehicles enter or exit
the site and controls to prevent offsite sediment tracking (to be added after contractor identifies locations), areas
of soildisturbance, the location of majorstructuraland non-structuralcontrols identified in the plan, the location
of areas where stabilization practices are expected to occur, surface waters (including wetlands) and locations
where storm water is discharged to surface water including wetlands.
The following is a list of receiving wate(s) and the ultimate receiving water(s), and areal extent of wetland
acreage at the site. The location of the receiving waters can be found on the erosion and sediment control
plans:
The Cedar Creek Channel is the receiving water for the site drainage. There are no wetlands in the area.
K.
The following pollutants of concern will be associated with this construction project:
X
x
X
X
n
n
n
X
il.
SoilSediment
Concrete
Concrete Truck Waste
Concrete Curing Compounds
Solid Waste Debris
Paints
Solvents
Fertilizers / Pesticides
X
X
X
n
n
!
n
n
Petroleum (gas, diesel, oil, kerosene, hydraulic oil / fluids)
Antifreeze / Coolants
Waste water from cleaning construction equipment
Other (specify)
Other (specify)
Other (specify)
Other (specify)
Other (specify)
Gontrols:
This section of the plan addresses the controls that will be implemented for each of the major construction activities
described in l.C. above and for all use areas, borrow sites, and waste sites. For each measure discussed, the
contractor will be responsible for its implementation as indicated. The contractor shall provide to the resident
Printed
4111
12011
Page 2 oÍ
IJ\
I
BDE 2342 (Rev. 07/23109)
engineer a plan for the implementation of the measures indicated. The contractor, and subcontractors, will notify the
resident engineer of any proposed changes, maintenance, or modifications to keep construction activities compliant
with the permit. Each such contractor has signed the required certification on forms which are attached to, and are a
part of, this plan:
A.
Erosion and Sediment Gontrols
1.
Stabilized Practices: Provided below is a description of interim and permanent stabilization practices,
including site specific scheduling of the implementation of the practices. Site plans will ensure that existing
vegetation is preserved where attainable and disturbed portions of the site will be stabilized. Stabilization
practices may include but are not limited to: temporary seeding, permanent seeding, mulching, geotextiles,
sodding, vegetative buffer strips, protection of trees, preservation of mature vegetation, and other
appropriate measures. Except as provided below in ll(A)(1)(a) and ll(A)(3), stabilization measures shall be
initiated as soon as practicable in portions of the site where construction activities have temporarily or
permanently ceased, but in no case more than 7 days after the construction activity in that portion of the site
has temporarily or permanently ceases on all disturbed portions of the site where construction will not occur
for a period of 14 or more calendar days.
a. Where the initiation of stabilization
measures by the 7th day after construction activity temporarily or
permanently ceases is precluded by snow cover, stabilization measures shall be initiated as soon as
practicable thereafter.
The following Stabilization Practices will be used for this project:
n
n
X
X
n
n
X
Preservation of Mature Vegetation
Vegetated Buffer Strips
Protection of Trees
Temporary Erosion Control Seeding
Temporary Turf (Seeding, Class 7)
Temporary Mulching
Permanent Seeding
X
n
!
n
!
n
n
Erosion Control Blanket / Mulching
sodding
Geotextiles
Other (specify)
Other (specify)
Other (specify)
Other (specify)
Describe how the Stabilization Practices listed above will be utilized:
Before construction begins, trees will be protected as shown on the plans. Earth stockpiles shall be
temporarily seeded if they are to remain unused for more than fourteen days. As construction proceeds,
the Contractor shall institute the following as directed by the Engineer.
1. Temporary seed erodable bare earth on a weekly basis to minimize the amount of erodable
surface area within the construction limits.
2. Excavated areas and embankment shall be seeded and mulched immediately after final grading.
lf not, they shall be temporarily seeded if no construction activity is planned in the area for 7 days.
3. Geotextile fabric will be placed under the railroad crossing and the riprap for ground stabilization.
2.
Structural Practices: Provided below is a description of structural practices that will be implemented, to
the degree attainable, to divert flows from exposed soils, store flows or otherwise limit runoff and the
discharge of pollutants from exposed areas of the site, Such practices may include but are not limited to:
perimeter erosion barrier, earth dikes, drainage swales, sediment traps, ditch checks, subsurface drains,
pipe slope drains, level spreaders, storm drain inlet protection, rock outlet protection, reinforced soil
retaining systems, gabions, and temporary or permanent sediment basins. The installation of these devices
may be subject to Section 404 of the Clean Water Act.
The following Structural Practices will be used for this project:
X
X
X
n
n
n
n
Prinled 411112011
Perimeter Erosion Barrier
Temporary Ditch Check
Storm Drain lnlet Protection
Sediment Trap
Temporary Pipe Slope Drain
Temporary Sediment Basin
Temporary Stream Crossing
Page 3 of
\le
I
tr
tl
n
n
n
n
n
Rock Outlet Protection
Riprap
Gabions
Slope Mattress
Retaining Walls
Slope Walls
Concrete Revetment Mats
BDE 2342 (Rev. 07/23109)
X
!
n
n
n
n
il
Stabilized Construction Exits
n
n
n
n
Turf Reinforcement Mats
Permanent Check Dams
Permanent Sediment Basin
Aggregate Ditch
Paved Ditch
tr
Level Spreaders
Other (specify)
Other (specify)
Other (specify)
Other (specify)
Other (specify)
Describe how the Structural Practices listed above will be utilized:
1. During construction, areas outside the construction limits as outlined on the plans shall be protected.
The contractor shall not use this area for staging (except as described in the plans and directed by the
Engineer), parking vehicles or construction equipment, storage of materials, or other related
construction activities.
a. Within the construction limits, areas which may be susceptible to erosion as determined by the
Engineer shall remain undisturbed until full scale construction is underway to prevent unnecessary
soil erosion.
b. As construction proceeds, the Contractor shall institute the following as directed by the Engineer.
1. Place temporary erosion control facilities at locations shown on the plans.
2. Construct storm sewer system and protect inlets. Place riprap at pipe outlet.
c. Construction equipment shall be stored and fueled only at designated locations. All necessary
measures shall be taken to contain any fuel or other pollutant in accordance with EPA water quality
regulations. Leaking equipment or supplies shall be immediately repaired or removed from the site.
d. Sediment collected during construction of the various temporary erosion control systems shall be
disposed of on the site on a regular basis as directed by the Engineer. The cost of this maintenance shall
be included in the unit bid price for earth excavation.
f. The temporary erosion control systems shall be removed as directed by the Engineer after use is no
longer needed or no longer functioning. The cost of this removal shall be included in the unit bid price for
various temporary erosion control pay items.
3.
Storm Water Management: Provided below is a description of measures that will be installed during the
construction process to control pollutants in storm water discharges that will occur after construction
operations have been completed. The installation of these devices may be subject to Section 404 of the
Clean Water Act.
a.
Such practices may include but are not limited to: storm water detention structures (including wet
ponds), storm water retention structures, flow attenuation by use of open vegetated swales and natural
depressions, infiltration of runoff on site, and sequential systems (which combine several practices).
The practices selected for implementation were determined on the basis of the technical guidance in
Section 59-8 (Erosion and Sediment Control) in Chapter 59 (Landscape Design and Erosion Control) of
the lllinois Department of Transportation Bureau of Design and Environment Manual. lf practices other
than those discussed in Section 59-8 are selected for implementation or if practices are applied to
situations different from those covered in Section 59-8, the technical basis for such decisions will be
explained below.
b.
Velocity dissipation devices will be placed at discharge locations and along the length of any outfall
channel as necessary to provide a non-erosive velocity flow from the structure to a water course so that
the natural physical and biological characteristics and functions are maintained and protected (e.9.
maintenance of hydrologic conditions such as the hydroperiod and hydrodynamics present prior to the
initiation of construction activities).
Description of Storm Water Management Controls.
All areas disturbed by the construction activities will be seeded and mulched in accordance with IDOT's
Standard Specifications for Road and Bridge Construction Adopted January 1, 2007
.
Ptinled 411112011
Page 4 of
tj3
I
BDE 2342 (Rev. 07/23109)
4.
Other Controls:
a. Vehicle Entrances and Exits - Stabilized construction
entrances and exits must be constructed to
prevent tracking of sediments onto roadways.
The contractor will provide the resident engineer with a written plan identifying the location of stabilized
entrances and exits and the procedures (s)he will use to construct and maintain them.
b.
Material Delivery, Storage, and Use - The following BMPs shall be implemented to help prevent
discharges of construction materials during delivery, storage, and use:
All products delivered to the project site must be properly labeled.
Water tight shipping containers and/or semi trailers shall be used to store hand tools, small parts,
and most construction materials that can be carried by hand, such as paint cans, solvents, and
.
.
¡
.
.
c.
grease.
A storageicontainment facility should be chosen for larger items such as drums and items
shipped or stored on pallets. Such material is to be covered by a tin roof or large sheets of
plastic to prevent precipitation from coming in contact with the products being stored.
Large items such as light stands, framing materials and lumber shall be stored in the open in a
general storage area. Such material shall be elevated with wood blocks to minimize contact with
storm water runoff.
Spill clean-up materials, material safety data sheets, an inventory of materials, and emergency
contact numbers shall be maintained and stored in one designated area and each Contractor is
to inform his/her employees and the resident engineer of this location.
Stockpile Management - BMPs shall be implemented to reduce or eliminate pollution of storm water
from stockpiles of soil and paving materials such as but not limited to portland cement concrete rubble,
asphalt concrete, asphalt concrete rubble, aggregate base, aggregate sub base, and pre-mixed
aggregate. The following BMPs may be considered:
Perimeter Erosion Barrier
Temporary Seeding
Temporary Mulch
Plastic Covers
Soil Binders
Storm Drain lnlet Protection
.
.
.
o
.
.
fhe contractor will provide the resident engineer with a written plan of the procedures (s)he will use on
the project and how they will be maintained,
d.
Waste Disposal. No materials, including building materials, shall be discharged into Waters of the State,
except as authorized by a Section 404 permit.
e. The provisions of this plan shall ensure and demonstrate
compliance with applicable State and/or local
waste disposal, sanitary sewer or septic system regulations.
f.
5.
The contractor shall provide a written and graphic plan to the resident engineer identifying where each
of the above areas will be located and how they are to be managed.
Approved State or Local Laws
The management practices, controls and provisions contained in this plan will be in accordance with IDOT
specifications, which are at least as protective as the requirements contained in the lllinois Environmental
Protection Agency's lllinois Urban Manual, 1995. Procedures and requirements specified in applicable
sediment and erosion site plans or storm water management plans approved by local officials shall be
described or incorporated by reference in the space provided below. Requirements specified in sediment
and erosion site plans, site permits, storm water management site plans or site permits approved by local
officials that are applicable to protecting surface water resources are, upon submittal of an NOl, to be
authorized to discharge under permit ILR'10 incorporated by reference and are enforceable underthis permit
even if they are not specifically included in the plan.
Description of procedures and requirements specified in applicable sediment and erosion site plans or storm
water management plans approved by local officials:
P1inted4l11l2011
Page 5 of
r3T
B
BDE2342 (Rev.07l23l09)
There are no additional procedures or requirements approved by local officials.
ilt.
Maintenance:
The following is a description of procedures that will be used to maintain, in good and effective operating conditions,
the vegetation, erosion and sediment control measures and other protective measures identified in this plan. The
resident engineer will provide maintenance guides to the contractor for the practices associated with this project.
Temporary Ditch checks will be maintained when the sediment has reached one{hird the height of the ditch check.
Perimeter erosion barrier will be maintained when the sediment has reached one-third the height of the barrier.
Temporary seeding will be applied to appropriate areas every seven days until those areas are stabilized.
tv.
lnspections:
Qualified personnel shall inspect disturbed areas of the construction site which have not yet been finally stabilized,
structural control measures, and locations where vehicles and equipment enter and exit the site. Such inspections
shall be conducted at least once every seven (7) calendar days and within 24 hours of the end of a storm that is 0.5
inches or greater or equivalent snowfall.
A.
Disturbed areas, use areas (storage of materials, stockpiles, machine maintenance, fueling, etc.), borrow sites,
and waste sites shall be inspected for evidence of, or the potential for, pollutants entering the drainage system.
Erosion and sediment control measures identified in the plan shall be observed to ensure that they are operating
correctly. Discharge locations or points that are accessible, shall be inspected to ascertain whether erosion
control measures are effective in preventing significant impacts to receiving waters. Locations where vehicles
enter or exit the site shall be inspected for evidence of off site sediment tracking.
B.
Based on the results of the inspection, the description of potential pollutant sources identified in section I above
and pollution prevention measures identified in section ll above shall be revised as appropriate as soon as
practicable after such inspection. Any changes to this plan resulting from the required inspections shall be
implemented within lz hour to 1 week based on the urgency of the situation. The resident engineer will notify
the contractor of the time required to implement such actions through the weekly inspection report.
C.
A report summarizing the scope of the inspection, name(s) and qualifications of personnel making the
inspection, the date(s) of the inspection, major observations relating to the implementation of this storm water
pollution prevention plan, and actions taken in accordance with section lV(B) shall be made and retained as part
of the plan for at least three (3) years after the date of the inspection. The report shall be signed in accordance
with Part Vl. G of the general permit.
D.
lf any violation of the provisions of this plan is identified during the conduct of the construction work covered by
this plan, the resident engineer shall notify the appropriate IEPA Field Operations Section office by email at:
[email protected], telephone or fax within 24 hours of the incident. The resident Engineer shall then
complete and submit an "lncidence of Noncompliance" (lON) report for the identified violation within 5 days of
the incident. The resident engineer shall use forms provided by the lllinois Environmental Protection Agency
and shall include specific information on the cause of noncompliance, actions which were taken to prevent any
further causes of noncompliance, and a statement detailing any environmental impact which may have resulted
from the noncompliance. All reports of noncompliance shall be signed by a responsible authority in accordance
with Part Vl. G of the general permit.
The lncidence of Non-Compliance shall be mailed to the following address:
lllinois Environmental Protection Agency
Division of Water Pollution Control
Attn: Compliance Assurance Section
1021 North Grand East
Prinled 411112O11
Page 6 of
\i5
I
BDE 2342 (Rev. 07/23109)
Post Office Box 19276
Springfield, lllinois 62794-9276
V.
Non-Storm Water Discharges:
Except for flows from fire fighting activities, sources of non-storm water that is combined with storm water discharges
associated with the industrial activity addressed in this plan must be described below. Appropriate pollution
prevention measures, as described below, will be implemented for the non-storm water component(s) of the
discharge.
A.
Spill Prevention and Control- BMPs shall be implemented to contain and clean-up spills and prevent material
discharges to the storm drain system. The contractor shall produce a written plan stating how his/her company
will prevent, report, and clean up spills and provide a copy to all of his/her employees and the resident engineer.
The contractor shall notify all of his/her employees on the proper protocol for reporting spills. The contractor
shall notify the resident engineer of any spills immediately.
B.
Concrete Residuals and Washout Wastes - The following BMPs shall be implemented to control residual
concrete, concrete sediments, and rinse water:
Temporary Concrete Washout Facilities shall be constructed for rinsing out concrete trucks. Signs shall
be installed directing concrete truck drivers where designated washout facilities are located.
The contractor shall have the location of temporary concrete washout facilities approved by the resident
engineer.
All temporary concrete washout facilities are to be inspected by the contractor after each use and all
spills must be reported to the resident engineer and cleaned up immediately.
Concrete waste solids/liquids shall be disposed of properly.
¡
.
.
r
C.
Litter Management - A proper number of dumpsters shall be provided on site to handle debris and litter
associated with the project. The Contractor is responsible for ensuring his/her employees place all litter
including marking paint cans, soda cans, food wrappers, wood lathe, marking ribbon, construction string, and all
other construction related litter in the proper dumpsters.
D.
Vehicle and Equipment Cleaning
preferably off site.
E.
Vehicle and Equlpment Fueling - A variety of BMPs can be implemented during fueling of vehicles and
equipment to prevent pollution. The contractor shall inform the resident engineer as to which BMPs will be used
on the project. The contractor shall inform the resident engineer how (s)he will be informing his/her employees
of these BMPs (i.e. signs, training, etc.). Below are a few examples of these BMps:
Containment
Spill Prevention and Control
Use of Drip Pans and Absorbents
Automatic Shut-Off Nozzles
Topping Off Restrictions
Leak lnspection and Repair
-
Vehicles and equipment are to be cleaned in designated areas only,
.
.
¡
.
.
o
F.
vt.
Vehicle and Equipment Maintenance - On site maintenance must be performed in accordance with all
environmental laws such as proper storage and no dumping of old engine oil or other fluids on site.
Failure to Gomply:
Failure to comply with any provisions of this Storm Water Pollution Prevention Plan will result in the implementation
of a National Pollutant Discharge Elimination System/Erosion and Sediment Control Deficiency Deduction against
the contractor andior penalties under the NPDES permit which could be passed onto the contractor.
Prinled 411112011
Page 7 of 8
t36
BDE 2342 (Rev. 07/23109)
lllinois Department
of Tranqcbrtation
Contractor Certification Statement
The Resident Engineer is to make copies of this form and every contractor and sub-contractor will be required to complete
their own separate form.
Route
FAU 6800
Marked Rt.
US 150 (West Main Street)
Section
05-00500-20-GS
Project No.
HPP-1036(003)
County
Knox
Contract
No.
99'150
This certification statement is part of the Storm Water Pollution Prevention Plan for the project described below, in
accordance with General NPDES Permit No. lLR10 issued by the lllinois Environmental Protection Agency.
I certify under penalty of law that I understand the terms of the general National Pollutant Discharge Elimination System
(NPDES) permit (lLR 10) that authorizes the storm water discharges associated with industrial activity from the construction
site identified as part of this certification.
ln addition, I have read and understand all of the information and requirements stated in the Storm Water Pollution Prevention
Plan forthe above mentioned project; I have provided alldocumentation required to be in compliance with the lLRl0 and
Storm Water Pollution Prevention Plan and will provide timely updates to these documents as necessary.
n
Contractor
!
Sub-Contractor
Print Name
Signature
Title
Prinled 411112011
Name of Firm
Telephone
Street Address
City/State/ZlP
Page
I
of
\1-1
B
BDE 2342a (Rev. 0723/09)
RETURN WITH BID
CITY OF GALESBURG
MLINICIPAL VENDORS HOLD HARMLESS AGRtrEMENT
All
vendors doing business with the City of Galesburg. Illinois sl.rall read and agree to sign this Hold
Harmless Agreement. In lieu of the vendor signing this agreement, the City will accept being named as an
additional insured on the vendor's general liability policy only as respects specific operations perfonned by
the vendor on behalf of or on the premises of the City of Galesburg, Illinois.
"In consideration ofyour permitting us, our servants, our agents, employees and representatives
from time to time to entel'upon or to place or maintain equipment upon pt'emises or,vned or
controlled by you for the purposes ofservicing our account. we agree to indemni$ and hold
hatmless the City and its' agents and employees from and against all claims for personal injury or
propefty damage, including claims against the City, its' agents or servants. and all losses or
expenses, including attorney's fees that may be incured by the City in defending such claims,
rising out of or resulting from the performance of the work caused in rvhole or in part by any
negligent act or omission of the Municipal Vendor. or anyone dilectly or indirectly employed by
the Municipal Vendor or anyone for'¡'hose acts any of them may be liable, the indemnification
obligation under this paragraph shall not be limited in anyway by any limitation on the amount or
type of damages, compensation or benefìts payable by or for the Municipal Vendor, under
Worker' Compensation Acts, Disability Acts, or othet Employee Benefit Act."
Subscribed and Sworn to Before me
this
_,20
Person, Firm, or Corporation
Notary Public
ì39
RETURN WITH BID
TO TI{E CITY OF GALESBURG,ILLINOIS
CERTIFICATE OF COMPLIANCE
EMPLOYMENT
SUPERVISORY
SALES
OFFICE
SKÌLLED
SEMISKILLED
NONSKILLED
WHITE
BLACK
OTFIER
MALE
FEMALE
(PLEASE FILL IN TIIE NUMBER OF EMPLOYEES IN EACH CLASS)
l.
THE CONTRACTOR OF COMPANY w]LL NOT DISCRIMINATE AGAINST ANY EMPLOYEES OR
APPLICANT FOREMPLOYMENT BECAUSE OF RACE, CREED, COLOR, SEX, AGE, NATIONAL
ORIGIN, HANDICAPPING CONDITION UNRELATED TO ABILITY TO PERFORM TÉIE JOB; AND, WILL
TAKE AFFIRMATIVE ACTION TO ENSURE THAT APPLICANTS ARE EMPLOYED WTHOUT REGARD
TO THEIR RACE, CREED, COLOR, SEX, AGE, T]ANDICAP OR NATIONAL ORIGIN. SUCH ACTION
SHALL INCLUDE, BUT NOT BE LIMITED TO, THE FOLLOWING: EMPLOYMENT. UPGRADING,
DEMOTION OR TRANSFER, RECRUITMENT OR RECRUITMENT ADVERTSIING, LAYOFF OR
TEMINATION, RATES OF PAY OR OTIIER COMPENSATION, AND SELECTION FOR TRAINING,
INCLUDING APPRENTICESHIP. THE CONTRACTOR OR COMPANY AGREES TO POST, IN
CONSPICUOUS PLACES, AVAILABLE TO EMPLOYEES AND APPLICATNTS FOR EMPLOYMENT,
NOTICES SETTING FORTH THE PROVISIONS OF THIS NON-DISCRIMINATION CLAUSE.
THE CONTRACTOR OR COMPANY WILL, IN ALL SOLICIATIONS OR ADVERTISEMENT FOR
EMPLOYEES OR ON TITEIR BEIIALF, STATE THAT ALL QUALIFIED APPLICANTS WILL RECEIVE
CONSIDERATION FOR EMPLOYMENT'WITHOUT REGARD TO RACE, CREED, COLOR, SEX, AGE,
HANDICAPPING CONDITION UNRELATED TO ABILITY OR NATIONAL OzuGIN. THE SAME SHALL
HOLD TRUE WITEN RECRUITMENT SOURCES ARE USED TO SECURE APPLICANTS.
THE CONTRACTOR OR COPANY AGREES TO NOTIFY ALL OF ITS SI]BCONTRACTORS OF TIIEIR
OBLIGATION TO COMPLY WITH THE NON-DISCRIMATION POLICY.
4.
IN THE EVENT OF TIIE CONTRACTOR'S OR COMPANY'S NON-COMPL]ANCE WITH THE NONDISCRIMINATION CLAUSES FO THE CONTRACT OR PURCHASE OR WITH ANY OF SUCH RULES,
REGULATION OR ORDERS, THE CONTRACT OR PUCHASE MAY BE CANCELLED, TERMINATED OR
SUSPENDED IN WHOLE OR IN PART AND THE CONTRACTOR OR COMPANY MAY BE DECLARED
INELGIBILE FOR FURTITER CITY CONTRACTS OR PUCÌIASES IN ACCORDANCE WITH THE
AFFIRMATIVE ACTION PROGRAM ADOPTED BY THE GALESBURG CITY COT]NCIL AT T}IEIR
MEETING ON AUGUST 6,1990.
BY:
BIDDER
tj1
SPECIAL PROVISIONS TO COVER
CONTRACTOR'S AND MIJNICIPAL VENDORS
The Contractor, or Municipal Vendor, shall not commence u.ork under this contlact until he has obtained all insurance
required under this paragraph, and such insurance has been approved by the City; nor shall the Contractor allow any
sub-contractor to colilnence work on his sub-conttact until all sirnilat insurance required of the sub-contractor has been
approved by the City.
COVERAGE
1)
Comprehensive General Liability
Bodily Insurance
LIMITS
$500,000 each occun'ence
$500,000 aggegate
$500,000 each occunence
$500,000 aggregate
Damage
Property
OR
$
1,000,000
Combined Single Limit
Comprehensive Form
Premises - Operations
Explosion Collapse Hazard
Underground Hazard
Products/Completed Operations
Contlactual lnsurance *
Broad Fonn Properly Damage
Independent Contractol's
* See separate Hold Hannless Agreement for Contractors and Municipal Vendors
COVERAGE
2)
Automobile Liability
Bodily Injury
Property
LIMITS
5300,000 each person
$500,000 each accident
$100,000 OR
$500,000 Combined Single Lirnit
Damage
Comprehensive Form
Hired
Non-Oumed
3)
Worker's
4)
Excess Liability
Although not
a
Compensation
-
A.
Statutory
B.
$500,000 each accident
Umbrella Fonn
minimum requirement unless specificall¡'stated, all contractors should sedously consider an umbrella
policy ofat least $1,000.000.
The above insurance requirements are minimum insurance requirements; however, the City of Galesburg, Illinois
reserves the right to demand specific insruance requirements f-or specific contracts.
The contractor, prior to executiou ofthe contlact, shall file with the City copies ofcompleted certificate ofinsuranoe,
satisfactory to the City. to afford protection against all claims for damages to public or private property, and injuries to
pel'sons, arising out of and during the progress of the work to its cornpletion. being whenever the improvement called
for by the contract shall have been completely performed on the part ofthe contractor and all parts ofthe work have
been apploved and accepted by the City, and the final payment made. The policy of insurance shall include the City as
an additional insured or ptovide separate covel'age tvith an Owner's Protective Policy.
All such insurance must include an endorsement whereby the insurer agl'ees to notif' the City at least 30 days prior to
non-reneu'al. reductions, or cancellation. The contractor shall cease operations on the project ifthe insurance is
cancelled or reduced below the lequired amount of coverage. All costs for insurance as specified herein will not be
paid for separately, but shall be considered as incidental to the contract.
\{Ð
ALKALT-SrLrCA REACTTON FOR CAST-rN-PLACE CONCRETE (BDE)
Effective: August 1, 2007
Revised: January 1,2009
Description. This special provision is intended to reduce the risk of a deleterious alkali-silica
reaction in concrete exposed to humid or wet conditions. The special provision is not intended
or adequate for concrete exposed to potassium acetate, potassium formate, sodium acetate or
sodium formate. The special provision shall not apply to the dry environment (humidity less
than 60 percent) found inside buildings for residential or commercial occupancy. The special
provision shall also not apply to precast products or precast prestressed products.
Aqqreqate Expansion Values. Each coarse and fine aggregate will be tested by the Department
for alkali reaction according to ASTM C 1260. The test will be performed with Type I or ll
cement having a total equivalent alkali content (Na2O + 0.65BKzO) of 0.90 percent or greater.
The Engineer will determine the assigned expansion value for each aggregate, and these
values will be made available on the Department's Alkali-Silica Potential Reactivity Rating List.
The Engineer may differentiate aggregate based on ledge, production method,
gradation
number, or other factors. An expansion value of 0.05 percent will be assigned to limestone or
dolomite coarse aggregates and 0.03 percent to limestone or dolomite fine aggregates
(manufactured stone sand); however the Department reserves the right to perform the
ASTM C 1260 test.
Aqqreqate Groups. Each combination of aggregates used in a mixture will be assigned to an
aggregate group. The point at which the coarse aggregate and fine aggregate expansion
values intersect in the following table will determine the group.
AGGREGATE GROUPS
Coarse Aggregate
or
Coarse Aggregate Blend
Fine Aggregate
or
Fine Aggregate Blend
ASTM C 1260 Expansion
<0.16%
> 0.16% - 0.27%
> 0.27%
ASTM C 1260 Exoansion
3 0.160/o
> 0.160/o - 0.27%
> 0.27o/o
Group
Group ll
Group lll
Group ll
Group ll
Group lll
Grouo lll
Group lll
Group lV
I
Mixture Options. Based upon the aggregate group, the following mixture options shall be used;
however, the Department may prohibit a mixture option if fleld performance shows a deleterious
alkali-silica reaction or Department testing indicates the mixture may experience a deleterious
alkali-silica reaction.
Group
Group
Group
I
ll
lll
- Mixture options are not applicable. Use any cement or finely divided mineral.
- Mixture options 1,2,3,4, or 5 shall be used.
- Mixture options 1 ,2 and 3 combined , 4, or 5 shall be used.
\'\\
Group
lV
- Mixture options 1,2 and 4 combined, or 5 shall be used.
For Class PP-3 concrete the mixture options are not applicable, and any cement may be used
with the specified finely divided minerals.
a)
Mixture Option 1. The coarse or fine aggregales shall be blended to place the material
in a group that will allow the selected cement or finely divided mineral to be used.
When a coarse or fine aggregate is blended, the weighted expansion value shall be
calculated separately for the coarse and fïne aggregate as follows:
Weighted Expansion Value = (a/100 xA) + (b/100 x B) + (c/100 x C) + ...
Where:
b)
a, b, c... = percentage of aggregate in the blend;
A, B, C...= expansion value for that aggregate.
Mixture Option 2. A finely divided mineral shall be used as described in 1), 2),3), or 4)
that follow. The replacement ratio is defined as "finely divided mineral:portland cement".
1)
Class F Fly Ash. For Class PV, BS, MS, DS, SC, and Sl concrete and cement
aggregate mixture ll (CAM ll), Class F fly ash shall replace 15 percentof the portland
cement at a minimum replacement ratio of 1.5:1.
2)
Class C Fly Ash. For Class PV, MS, SC, and Sl Concrete, Class C fly ash with
18 percent to less than 26.5 percent calcium oxide content, and less than 2.0 percent
loss on ignition, shall replace 20 percent of the portland cement at a minimum
replacement ratio of 1:1; orat a minimum replacement ratio of 1.25:1 if the loss on
ignition is 2.0 percent or greater. Class C fly ash with less than 1B percent calcium
oxide content shall replace 20 percent of the portland cement at a minimum
replacement ratio of 1.25:1.
For Class PP-1, RR, BS, and DS concrete and CAM ll, Class C fly ash with less than
26.5 percent calcium oxide content shall replace 15 percent of the portland cement
at a minimum replacement ratio of 1.5:1.
3)
Ground Granulated Blast-Furnace Slag. For Class PV, BS, MS, Sl, DS, and SC
concrete, ground granulated blast-furnace slag shall replace 25 percent of the
portland cement at a minimum replacement ratio of 1:1.
For Class PP-'l and RR concrete, ground granulated blaslfurnace slag shall replace
15 percent of the portland cement at a minimum replacement ratio of 1 .5:1.
For Class PP-2, ground granulated blast-furnace slag shall replace 25 to 30 percent
of the portland cement at a minimum replacement ratio of 1:1.
t.{
L
4)
c)
Microsilica or High Reactivity Metakaolin. Microsilica solids or high reactivity
metakaolin shall be added to the mixture at a minimum 25 lb/cu yd (15 kg/cu m) or
27 lblcu yd (16 kg/cu m) respectively.
Mixture Option
3. The cement used shall have a maximum total equivalent alkali content
ll is involved, any finely
(Na2O + 0.658K2O) of 0.60 percent. When aggregate in Group
divided mineral may be used with a portland cement.
d)
Mixture Option
4. The cement
used shall have a maximum total equivalent alkali content
(NazO + 0.65BKzO) of 0.45 percent. When aggregate in Group ll or lll is involved, any
finely divided mineral may be used with a portland cement.
e)
Mixture Option 5. The proposed cement or finely divided mineral may be used if the
ASTM C1567 expansion value is < 0.16 percent when performed on the aggregate in
the concrete mixture with the highest ASTM C 1260 test result. The ASTM C 1567 test
will be valid for two years, unless the Engineer determines the materials have changed
significantly. For latex concrete, the ASTM C 1567 test shall be performed without the
latex. The 0.20 percent autoclave expansion limit in ASTM C 1567 shall not apply.
lf during the two year time period the Contractor needs to replace the cement, and the
replacement cement has an equal or lower total equivalent alkali content
(Na2O + 0.658K2O), a new ASTM C 1567 test will not be required.
Testinq. lf an individual aggregate has an ASTM C1260 expansion value > 0.16 percent, an
ASTM C 1293 test may be performed by the Contractor to evaluate the Department's
ASTM C 1260 test result. The ASTM C 1293 test shall be performed with Type I or ll cement
having a total equivalent alkali content (NazO + 0.658K2O) of 0.80 percent or greater. The
interior vertical wall of the ASTM C 1293 recommended container (pail) shall be half covered
with a wick of absorbent material consisting of blotting paper. lf the testing laboratory desires to
use an alternate container or wick of absorbent material, ASTM C 1293 test results with an
alkali-reactive aggregate of known expansion characteristics shall be provided to the Engineer
for review and approval. lf the expansion is less than 0.040 percent after one year, the
aggregate will be assigned an ASTM C 1260 expansion value of 0.08 percent that will be valid
for two years, unless the Engineer determines the aggregate has changed significantly.
The Engineer reserves the right to verifo a Contractor's ASTM C 1293 or 1567 test result. The
Engineer will not accept the result if the precision and bias for the test methods are not met.
The laboratory performing the ASTM C 1567 test shall either be accredited by the AASHTO
Materials Reference Laboratory (AMRL) for ASTM C 227 under Portland Cement Concrete or
Aggregate; or shall be inspected for Hydraulic Cement - Physical Tests by the Cement and
Concrete Reference Laboratory (CCRL) and shall be approved by the Department. The
laboratory performing the ASTM C 1293 test shall be inspected for Portland Cement Concrete
by CCRL and shall be approved by the Department.
801 86
l\3
ALKALI.SILICA REACTION FOR PRECAST AND PRECAST PRESTRESSED CONCRETE
(BDE)
Effective: January 1, 2009
Description. This special provision is intended to reduce the risk of a deleterious alkali-silica
reaction in precast and precast prestressed concrete exposed to humid or wet conditions. The
special provision is not intended or adequate for concrete exposed to potassium acetate,
potassium formate, sodium acetate or sodium formate. The special provision shall not apply to
the dry environment (humidity less than 60 percent) found inside buildings for residential or
commercial occupancy. The special provision shall also not apply to cast-in-place concrete.
Aqqreqate Expansion Values. Each coarse and fine aggregate will be tested by the Department
for alkali reaction according to ASTM C 1260. The test will be performed with Type I or ll
cement having a total equivalent alkali content (Na2O + 0.658K2O) of 0.90 percent or greater.
The Engineer will determine the assigned expansion value for each aggregate, and these
values will be made available on the Department's Alkali-Silica Potential Reactivity Rating List.
The Engineer may differentiate aggregate based on ledge, production method,
gradation
number, or other factors. An expansion value of 0.05 percent will be assigned to limestone or
dolomite coarse aggregates and 0.03 percent to limestone or dolomite fine aggregates
(manufactured stone sand); however the Department reserves the right to perform the
ASTM C 1260 test.
Aqqreqate Groups. Each combination of aggregates used in a mixture will be assigned to an
aggregate group. The point at which the coarse aggregate and fine aggregate expansion
values intersect in the following table will determine the group.
AGGREGATE GROUPS
Coarse Aggregate
or
Coarse Aggregate Blend
Fine Aggregate
or
Fine Aggregate Blend
ASTM C 1260 Expansion
<016%
> 0.16% - 0.27%
> 0.27%
ASTM C 1260 Expansion
S 0.160/0
> 0.160/o - 0.27o/o
> 0.27o/o
Grouo I
Grouo ll
Group lll
Grouo ll
Grouo ll
Grouo lll
Grouo lll
Grouo lll
Group lV
Mixture Options. Based upon the aggregate group, the following mixture options shall be used;
however, the Department may prohibit a mixture option if field performance shows a deleterious
alkali-silica reaction or Department testing indicates the mixture may experience a deleterious
alkali-silica reaction.
Group
Group
Group
I
ll
lll
- Mixture options are not applicable. Use any cement or finely divided mineral.
- Mixture options 1,2,3, 4, or 5 shall be used^
- Mixture options 1,2 and 3 combined ,4, or 5 shall be used.
I'tT
Group
a)
lV
- Mixture options 1,2and 4 combined, or5 shallbe used.
Mixture Option
1.
The coarse or fine aggregates shall be blended to place the material
in a group that will allow the selected cement or finely divided mineral to be used.
When a coarse or fine aggregate is blended, the weighted expansion value shall be
calculated separately for the coarse and fine aggregate as follows:
Weighted Expansion Value = (a/100 x A) + (b/100 x B) + (c/100 x C) + ...
Where:
a, b, c... = percentage of aggregate in the blend;
A, B, C... = expansion value for that aggregate.
b) MixtureOption2. Afinelydividedmineral
shall beusedasdescribedinl),2),3),or4)
that follow. The replacement ratio is defined as "finely divided mineral:portland cement".
1) Class F Fly Ash. For Class PC concrete,
Class F fly ash shall replace 15 percent
replacement ratio of 1.5:1.
2)
precast products, and PS concrete,
of the portland cement at a
minimum
Class C Fly Ash. For Class PC Concrete, precast products, and Class PS concrete,
Class C fly ash with 1B percent to less than 26.5 percent calcium oxide content, and
less than 2.0 percent loss on ignition, shall replace 20 percent of the portland cement
at a minimum replacement ratio of 1:1; or at a minimum replacement ratio of 1.25:1 if
the loss on ignition is 2.0 percent or greater. Class C fly ash with less than 18
percent calcium oxide content shall replace 20 percent of the portland cement at a
minimum replacement ratio of 1.25 '1.
3)
Ground Granulated Blast-Furnace Slag. For Class PC concrete, precast products,
and Class PS concrete, ground granulated blast-furnace slag shall replace
25 percent of the portland cement at a minimum replacement ratio of
4)
c)
1:1
.
Microsilica or High Reactivity Metakaolin. Microsilica solids or high reactivity
metakaolin shall be added to the mixture at a minimum 25 lb/cu yd (15 kg/cu m) or
2T lblcu yd (16 kg/cu m) respectively.
Mixture Option
3. The cement used shall have a maximum total equivalent alkali content
ll is involved, any finely
(Na2O + 0.658K2O) of 0.60 percent. When aggregate in Group
divided mineral may be used with a portland cement.
d)
Mixture Option 4. The cement used shall have a maximum total equivalent alkali content
(NazO + 0.658KzO) of 0.45 percent. When aggregate in Group ll or lll is involved, any
finely divided mineral may be used with a portland cement.
e)
Mixture Option 5. The proposed cement or finely divided mineral may be used if the
ASTM C 1567 expansion value is < 0.16 percent when performed on the aggregate in
\{5
the concrete mixture with the highest ASTM C 1260 test result. The ASTM C 1567 test
will be valid for two years, unless the Engineer determines the materials have changed
significantly. The 0.20 percent autoclave expansion limit in ASTM C 1567 shall not
apply.
lf during the two year time period the Contractor needs to replace the cement, and the
replacement cement has an equal or lower total equivalent alkali content
(NazO + 0.658K2O), a new ASTM C 1567 test will not be required.
Testinq. lf an individual aggregate has an ASTM C 1260 expansion value > 0.16 percent, an
ASTM C 1293 test may be performed by the Contractor to evaluate the Department's
ASTM C1260 test result. The ASTM C 1293 test shall be performed with Type I or ll cement
having a total equivalent alkali content (Na2O + 0.658K2O) of 0.80 percent or greater. The
interior vertical wall of the ASTM C 1293 recommended container (pail) shall be half covered
with a wick of absorbent material consisting of blotting paper. lf the testing laboratory desires to
use an alternate container or wick of absorbent material, ASTM C 1293 test results with an
alkali-reactive aggregate of known expansion characteristics shall be provided to the Engineer
for review and approval. lf the expansion is less than 0.040 percent after one year, the
aggregate will be assigned an ASTM C 1260 expansion value of 0.08 percent that will be valid
for two years, unless the Engineer determines the aggregate has changed significantly.
The Engineer reserves the right to verify a Contractor's ASTM C 1293 or 1567 test result. The
Engineer will not accept the result if the precision and bias for the test methods are not met.
The laboratory performing the ASTM C 1567 test shall either be accredited by the AASHTO
Materials Reference Laboratory (AMRL) for ASTM C 227 under Portland Cement or Aggregate;
or shall be inspected for Hydraulic Cement - Physical Tests by the Cement and Concrete
Reference Laboratory (CCRL) and shall be approved by the Department. The laboratory
performing the ASTM C 1293 test shall be inspected for Portland Cement Concrete by CCRL
and shall be approved by the Department.
80213
\\b
APPROVAL OF PROPOSED BORROW AREAS, USE AREAS, AND/OR WASTE AREAS
(BDE)
Effective: November 1, 2OO8
Revised: November 1, 2010
Replace the first paragraph of Article 107.22 of the Standard Specifications with the following:
"All proposed borrow areas, including commercial borrow areas; use areas, including, but
not limited to temporary access roads, detours, runarounds, plant sites, and staging and storage
areas; and/or waste areas are to be designated by the Contractor to the Engineer and approved
prior to their use. Such areas outside the State of lllinois shall be evaluated, at no additional
cost to the Department, according to the requirements of the state in which the area lies; and
approval by the authority within that state having jurisdiction for such areas shall be forwarded
to the Engineer. Such areas within lllinois shall be evaluated as described herein.
A location map delineating the proposed borrow area, use area, and/or waste area shall be
submitted to the Engineer for approval along with an agreement from the property owner
granting the Department permission to enter the property and conduct cultural and biological
resource reconnaissance surveys of the site for archaeological resources, threatened or
endangered species or their designated essential habitat, wetlands, prairies, and savannahs.
The type of location map submitted shall be a topographic map, a plat map, or a 7.5 minute
quadrangle map. Submittals shall include the intended use of the site and provide sufficient
detail for the Engineer to determine the extent of impacts to the site. The Engineer will initiate
cultural and biological resource reconnaissance surveys of the site, as necessary, at no cost to
the Contractor. The Engineer will advise the Contractor of the expected time required to
complete all surveys. lf the proposed area iswithin 150ft (45 m) of the highway right-of-way, a
topographic map of the proposed site will be required as specif ied in Article 204.02."
80207
\\-l
BTTUMTNOUS MATERTALS COST ADJUSTMENTS (BDE) (RETURN FORM W|TH BrD)
Effective: November 2, 2006
Revised: April 1, 2009
Description. Bituminous material cost adjustments will be made to provide additional
compensation to the Contractor, or credit to the Department, for fluctuations in the cost of
bituminous materials when optioned by the Contractor. The adjustments shall apply to
permanent and temporary hotmix asphalt (HMA) mixtures, bituminous surface treatments
(cover and seal coats), and pavement preservation type surface treatments. The adjustments
shall not apply to bituminous prime coats, tack coats, crack filling/sealing, or joint filling/sealing.
The bidder shall indicate on the attached form whether or not this special provision will be part
of the contract and submit the completed form with his/her bid. Failure to submit the form, or
failure to fill out the form completely, shall make this contract exempt of bituminous materials
cost adjustments.
Method of Adjustment. Bituminous materials cost adjustments will be computed as follows.
ç4
= (BPle - BPIL) x (%ACy / 100) x Q
Where:
CA = Cost Adjustment,
BPlp =
BPIL =
%ACv
=
O
=
$.
Bituminous Price lndex, as published by the Department for the month the
work is performed, $/ton ($/metric ton).
Bituminous Price lndex, as published by the Department for the month pnor
to the letting, $/ton ($/metric ton).
Percent of virgin Asphalt Cement in the Quantity being adjusted. For HMA
mixtures, the % ACv will be determined from the adjusted job mix formula.
For bituminous materials applied, a performance graded or cutback asphalt
will be considered to be 100% ACv and undiluted emulsified asphalt will be
considered to be 65% ACv.
Authorized construction Quantity, tons (metric tons) (see below).
For HMA mixtures measured in square yards: Q, tons = A x D x (G,u x 46.8) 12000. For HMA
mixtures measured in square meters: Q, metric tons = A x D x (G.o x24.99) / 1000. When
computing adjustments for full-depth HMA pavement, separate calculations will be made for the
binder and surface courses to account f or their different Gmo and o/o ACv
For bituminous materials measured in
For bituminous materials measured in
Where:
A
D
Gro
V
SG
=
=
=
=
=
gallons:
liters:
Q, tons = V x 8.33 lb/gal x SG / 2000
Q, metric tons = V x 1.0 kg/L x SG / 1000
Area of the HMA mixture, sq yd (sq m).
Depth of the HMA mixture, in. (mm).
Average bulk specific gravity of the mixture, from the approved mix design.
Volume of the bituminous material, gal (L).
Specific Gravity of bituminous material as shown on the bill of lading.
\\8
Basis of Pavment. Bituminous materials cost adjustments may be positive or negative but will
only be made when there is a difference between the BPlr and BPlp in excess of five percent,
as calculated by:
Percent Difference = {(BPIL
- BPlp) + BPI¡} x 100
Bituminous materials cost adjustments will be calculated for each calendar month in which
applicable bituminous material is placed; and will be paid or deducted when all other contract
requirements for the work placed during the month are satisfied. The adjustments shall not
apply during contract time subject to liquidated dam ages for completion of the entire contract.
l\1
Return With Bid
DEPARTMENT
ILL¡NOIS
OF TRANSPORTATION
opnoN FoR
BITUMINOUS MATERIALS COST ADJUSTMENTS
The bidder shall submit this completed form with his/her bid. Failure to submit the form, or
failure to fill out the form completely, shall make this contract exempt of bituminous materials
cost adjustments. After award, this form, when submitted, shall become part of the contract.
Gontract No.:
Gompany Name:
Contractor's Option:
ls your company opting to include this special provision as part of the contract?
YesnNon
Signature:
Date:
801 73
\ã,e
GEMENT (BDE)
Effective: January 1, 2007
Revised: April 1, 2009
Revise Section 1001 of the Standard Specifications to read:
"SECTION 1001. CEMENT
1001.01 Cement Types. Cement shall be according to the following.
(a) Portland Cement. Acceptance of portland cement shall be according to the current
Bureau of Materials and Physical Research's Policy Memorandum, "Portland or Blended
Cement Acceptance Procedure for Qualified and Non-Qualified Plants".
Portland cement shall be according to ASTM C 150, and shall meet the standard
ll may be used for cast-in-place,
precast, and precast prestressed concrete. Type lll may be üsed according to
Article 1020.M, or when approved by the Engineer. All other cements referenced in
ASTM C 150 may be used when approved by the Enginee.
physical and chemical requirements. Type I or Type
The total of all organic processing additions shall be a maximum of 1.0 percent by
weight (mass) of the cement. The total of all inorganic processing additions shall be a
maximum of 4.0 percent by weight (mass) of the cement. However, a cement kiln dust
inorganic processing addition shall be limited to a maximum of 1.0 percent. Organic
processing additions shall be limited to grinding aids that improve the flowability of
cement, reduce pack set, and improve grinding efficiency. lnorganic processing
additions shall be limited to granulated blast-furnace slag according to the chemical
requirements of AASHTO M 302, Class C fly ash according to the chemical
requirements of AASHTO M 295, and cement kiln dust.
(b) Portland-Pozzolan Oement. Acceptance of portland-pozzolan cement shall be according
to the current Bureau of Materials and Physical Research's Policy Memorandum,
"Portland or Blended Cement Acceptance Procedure for Qualified and Non-Qualified
Plants".
Portland-pozzolan cement shall be according to ASTM C 595 and shall meet the
standard physical and chemical requirements. Type lP may be used for cast-in-place,
precast, and precast prestressed concrete, except when Class PP concrete is used.
The pozzolan constituent for Type lP shall be a maximum of 21 percent of the weight
(mass) of the portland-pozzolan cement.
For cast-in-place construction, portland-pozzolan cement shall not be used in concrete
mixtures when the air temperature is below 40oF (4oC) without permission of the
Engineer. lf permission is given, the mix design strength requirement may require the
Contractor to increase the cement or eliminate the cement factor reduction for a water-
\5
I
reducing or high range water-reducing admixture which
Article 1020.05(b).
is permitted according
to
The total of all organic processing additions shall be a maximum of 1.0 percent by
weight (mass) of the cement. Organic processing additions shall be limited to grinding
aids as defined in (a) above. lnorganic processing additions shall be limited to cement
kiln dust at a maximum of 1.0 percent.
(c) Portland Blast-Furnace Slag Cement. Acceptance of portland blast-furnace slag cement
shall be according to the current Bureau of Materials and Physical Research's Policy
Memorandum, "Portland or Blended Cement Acceptance Procedure for Qualified and
Non-Qualified Plants".
Portland blast-furnace slag cement shall be according to ASTM C 595 and shall meet
the standard physical and chemical requirements. Type lS portland blast-furnace slag
cement may be used for cast-in-place, precast, and precast prestressed concrete,
except'when Class PP concrete is used. The blast-furnace slag constituentforType lS
shall be a maximum of 25 percent of the weight (mass) of the portland blast-furnace slag
cement.
For cast-in-place construction, portland blast-furnace slag cement shall not be used in
concrete mixtures when the air temperature is below 40 oF (4 oC) without permission of
the Engineer. lf permission is given, the mix design strength requirement may require
the Contractor to increase the cement or eliminate the cement factor reduction for a
water-reducing or high range water-reducing admixture which is permitted according to
Article 1020.05(b).
The total of all organic processing additions shall be a maximum of 1.0 percent by
weight (mass) of the cement. Organic processing additions shall be limited to grinding
aids as defined in (a) above. lnorganic processing additions shall be limited to cement
kiln dust at a maximum of 1.0 percent.
(d) Rapid Hardening Cement. Rapid hardening cement shall be used according to
Article 1020.M or when approved by the Engineer. The cement shall be on the
Department's current "Approved List of Packaged, Dry, Rapid Hardening Cementitious
Materials for Concrete Repairs", and shall be according to the following.
(1) The cement shall have
Modified ASTM C 191.
a maximum final set of 25 minutes, according to
lllinois
(2) The cement shall have a minimum compressive strength of 2000 psi (13,800 kPa) at
3.0 hours, 3200 psi (22,100kPa) at 6.0 hours, and 4000 psi (27,600 kPa) at
24.0 hours, according to lllinois Modified ASTM C 109.
(3) The cement shall have a maximum drying shrinkage of 0.050 percent at seven days,
according to lllinois Modified ASTM C 596.
\5?-
(a) The cement shall have a nnximum expansion of 0.020 percent at 14 days, according
to lllinois Modified ASTM C 1038.
(5) The cement shall have a minimum B0 percent relative dynamic modulus of elasticity;
and shallnot have a weight (mass) gain in excess of 0.15 percent or a weight (mass)
loss in excess of 1.0 percent, after 100 cycles, according to AASHTO T 161,
Procedure B.
(e) Calcium Aluminate Cement. Calcium aluminate cement shall be used only where
specified by the Engineer. The cement shall meet the standard physical requirements
for Type I cement according to ASTM C 150, except the time of setting shall not apply.
The chemical requirements shall be determined according to ASTM C 114 and shall be
as follows: minimum 38 percent aluminum oxide (Al2O3), maximum 42 percent calcium
oxide (CaO), maximum 1 percent magnesium oxide (MgO), maximum 0.4 percent sulfur
trioxide (SO.), maximum I percent loss on ignition, and maximum 3.5 percent insoluble
residue.
1001.02 Uniformity of Color. Cement contained in slngle loads or in shipments of several
loads to the same project shall not have visible differences in color.
1001.03 Mixing Brands and Types. Different brands or different types of cement from the
same manufacturing plant, or the same brand or type from different plants shall not be mixed or
used alternately in the same item of construction unless approved by the Engineer.
1001.04 Storage. Cement shall be stored and protected against damage, such as
dampness which may cause partial set or hardened lumps. Different brands or different types
of cement from the same manufacturing plant, or the same brand or type from different plants
shall be kept separate."
80166
\53
coMPLETTON DATE (VrA 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 {3 E 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.
801 98
t5r
coNcRETE ADMTXTURES (BDE)
Effective: January 1, 2003
Revised: April 1, 2009
Replace the first paragraph of Article 1020.05(b) of the Standard Specifications to read:
"(b) Admixtures. The use of admixtures to increase the workability or to accelerate the
hardening of the concrete will be permitted when approved by the Engineer. Admixture
dosages shall result in the mixture meeting the specified plastic and hardened
properties. The Department will maintain an Approved List of Corrosion lnhibitors.
Corrosion inhibitor dosage rates shall be according to Article 1020.05(bX12). The
Department will also maintain an Approved List of Concrete Admixtures, and an
admixture technical representative shall be consulted when determining an admixture
dosage from this llst. The dosage shall be within the range indicated on the approved
list unless the influence by other admixtures, jobsite conditions (such as a very short
haul time), or other circumstances warrant a dosage outside the range. The Engineer
shall be notified when a dosage is proposed outside the range. To determine an
admixture dosage, air temperature, concrete temperature, cement source and quantity,
finely divided mineral sources(s) and quantity, influence of other admixtures, haul time,
placement conditions, and other factors as appropriate shall be considered. The
Engineer may request the Contractor to have a batch of concrete mixed in the lab or
field to verify the admixture dosage is correct. An admixture dosage or combination of
admixture dosages shall not delay the initial set of concrete by more than one hour.
When a retarding admixture is required or appropriate for a bridge deck or bridge deck
overylay pour, the initial set time shall be delayed until the deflections due to the
concrete dead load are no longer a concern for inducing cracks in the completed work.
However, a retarding admixture shall not be used to further extend the pour time and
justify the alteration of a bridge deck pour sequence.
When determining water in admixtures for water/cement ratio, the Contractor shall
calculate 70 percent of the admixture dosage as water, except a value of 50 percent
shall be used for a latex admixture used in bridge deck latex concrete overlays."
Revise Section 1021
oT
the Standard Specifications to read:
"SECTION
102I.
CONCRETE ADMIXTURES
1021.01General. Admixtures shall be furnished in liquid form ready for use. The
admixtures shall be delivered in the manufacturer's original containers, bulk tank trucks or such
containers or tanks as are acceptable to the Engineer. Delivery shall be accompanied by a
ticket which clearly identifies the manufacturer and trade name of the material. Containers shall
be readily identifiable as to manufacturer and trade name of the material they contain.
Corrosion inhibitors will be maintained on the Department's Approved List of Corrosion
lnhibitors. All other concrete admixture products will be maintained on the Department's
t55
Approved List of Concrete Admixtures. For the admixture submittal, a report prepared by an
independent laboratory accredited by the AASHTO Materials Reference Laboratory (AMRL) for
Portland Cement Concrete shall be provided. The report shall show the results of physical tests
conducted no more than five years prior to the time of submittal, according to applicable
specifications. However, for corrosion inhibitors the ASTM G 109 test information specified in
ASTM C 1582 is not required to be from and independent lab. All other information in
ASTM C 1582 shallbe from and independent lab.
Tests shall be conducted using materials and methods specified on a "test" concrete and a
"reference" concrete, together with a certification that no changes have been made in the
formulation of the material since the performance of the tests. Per the manufacturer's option,
the cement content for all required tests shall either be according to applicable specifications or
5.65 cwUcu yd (335 kg/cu m). Compressive strength test results for six months and one year
will not be required.
Prior to the approval of an admixture, the Engineer reserves the right to request a sample
for testing. The test and reference concrete mixtures tested by the Engineer will contain a
cement content of 5.65 cwt/cu yd (335 kg/cu m). For freeze.thaw testing, the Department will
perform the test according to AASHTO T 161, Procedure B. Theflexural strength testwill be
performed according to AASHTO T 177. lf the Engineer decides to test the admixture, the
manufacturer shall submit AASHTO T 197 water content and set time test results on the
standard cement used by the Department. The test and reference concrete mixture shall
contain a cement content of 5.65 cwt/cu yd (335 kg/cu m). The manufacturer may select their
lab or an independentlab to perform this testing. The labordory is not required to be accredited
by AASHTO.
The manufacturer shall include in the submittal the following admixture information: the
manufacturing range for specific gravity, the midpoint and manufacturing range for residue by
oven drying, and the manufacturing range for pH. The submittal shall also include an infrared
spectrophotometer trace no more than five years old.
For air-entraining admixtures according to Article 1021.02, the specific gravity allowable
manufacturing range shall be established by the manufacturer and the test method shall be
according to ASTM C 494. For residue by oven drying and pH, the allowade manufacturing
range and test methods shall be according to ASTM C 260.
For admixtures according to Articles 1021.03, 1021.04, 1021.05, 1021.06, and 1021.07, the
pH allowable manufacturing range shall be established by the manufacturer and the test method
shall be according to ASTM E 70. For specific gravity and residue by oven drying, the allowable
manufacturing range and test methods shall be according to ASTM C 494.
When test results are more than seven years old, the manufacturer shall re-submit the
infrared spectrophotometer trace and the report prepared by an independent laboratory
accredited by AASHTO.
\56
All admixtures, except chloridebased accelerators, shall contain a maximum of 0.3 percent
chloride by weight (mass).
Random field samples may be taken by the Department to verify an admixture meets
specification. A split sample will be provided to the manufacturer if requested. Admixtures that
do not meet specification requirements or an allowade manufacturing range established by the
manufacturer shall be replaced with new material.
1021.02Àir-Entraining Admixtures. Air-entraining admixtures shall be according to
AASHTO M 154.
1021.03Retarding and Water-Reducing Admixtures. The admixture shall be according to
the following.
(a) The retarding admixture shall be according to MSHTO M 194, Type B (retarding) or
Type D (water-reducing and rdarding).
(b) The water-reducing admixture shall be according to AASHTO M 194, Type A.
(c) The high range water-reducing admixture shall be according to AASHTO M 194, Type
F
(high range water-reducíng) or Type G (high range water-reducing and retarding).
lÙ21.04Accelerating Admixtures. The admixture shall be according to AASHTO M 194,
Type C (accelerating) or Type E (water reducing and aæelerating).
1021.O5Se|f-Gonsolidating Admixtures. The self-consolidating admixture system shall
consist of either a high range water-reducing admixture only or a high range water-reducing
admixture combined with a separate viscosity modifying admixture. The one or two component
admixture system shall be capable of producing a concrete mixture that can flow around
reinforcement and consolidate under its own weight without additional effort and without
segregation.
The high range water-reducing admixture shall be according to AASHTO M 194, Type
F.
The viscosity modifying admixture shall be according to ASTM C 494, Type S (specific
performance).
1021.06Rheology-Controlling Admixture. The rheology-controlling admixture shall be
capable of producing a concrete mixture with a lower yield stress that will consolidate easier for
slipform applications used by the Contractor. The rheology-controlling admixture shall be
according to ASTM C 494, Type S (specific performance).
1021.07Corrosion lnhibitor. The corrosion inhibitor shall be according to one of the
following.
t5-1
(a) Galcium Nitrite, The corrosion inhlþitor shall contain a minimum 30 perce.nt ealcium
nitrite by weþht (mass) of solution, and shall comply with the requirements of
AASHTO M 194, Type C (accelerating).
(b) Other Materials. The oorosion inhibitor shall be according to ASTM G 15821'
80094
tãl
coNGRETE JOTNT SEALER (BDE)
Effective: January 1,2009
Add the following to the end of the second paragraph of Article 503.19 of the Standard
Specifications:
"After the surface is clean and before applying protective coat, joints being sealed according to
Section 588 shall be covered with a masking tape."
Revise Section 588 of the Standard Specifications to read:
..SECTION 588. CONCRETE JOINT SEALER
588.01 Description. This work shall consist of sealing the transverse joint in the bridge
roadway slab.
588.02 Materials. Materials shall be according to the following.
Item
Sealer
Article/Section
(a) Hot-Poured Joint
(b) Preformed Flexible Foam Expansion Joint
Fi11er...........
1050.02
.. 1051.09
CONSTRUCTION REQUIREMENTS
588.03 General. The faces of all joints to be sealed shall be free of foreign matter, curing
compound, oils, grease, dirt, free water, and laitance. Concrete joints to be sealed shall be free
of cracked or spalled areas. Any cracked areas shall be chipped back to sound concrete before
placing joint sealer.
The hot-poured joint sealer shall be placed when the air temperature in the shade is 40 oF
by the Engineer.
(5 oC) or higher, unless approved
A continuous length of expansion joint filler of the size designated on the plans, shall be
placed in the joint opening at the depth below the finished surface of the joint shown on the
plans. Hot-poured joint sealer shall be stirred during heating to prevent localized overheating.
The sealing material shall be applied to each joint opening according to the details shown on the
plans or as directed by the Engineer, without spilling on the exposed concrete surfaces.
All bridge joints shall be filled to 114 in. (6 mm) below the finished surface of the joint. This is
to be interpreted to mean that the surface of the sealant shall be level and the point of its
contact with the sidewalls of the joint shall be 114 in. (6 mm) below the finished surface of the
joint.
ì5q..
Any sealing eompound that is not bonded to the joint wall or face 24 hours after placing shall
be removed and the joint shall be cleaned and resealed.
588.04 Basis of Payment This work will not be paid for as a separate item, but shall be
considered as included in the unit price bi d for the major item of construetion involved."
80215
l6o
coNcRETE MtX DESTGNS (BDE)
Effective: April 1, 2009
Add the following to Article 1020.05(c) of the Standard Specifications:
"(5) Performance Based Finely Divided Mineral Combination. For Class PV and Sl
concrete a performance based finely divided mineral combination may be used. The
minimum cement factor, maximum cement factor, and water cement ratio of
Article 1020.M shall be replaced with the values below, and the performance based
finely divided mineral combination herein is an alternative to Articles 1020.05(c)(1),
(cX2), (cX3), and (c)(4). The mix design shall meet the following requirements and
the Engineer may request a trial batch.
a.
a minimum of 375lbs/cu yd (222 kg/cu m) of
portland cement. For a blended cement, a sufficient amount shall be used to
obtain the required 375lbs/cu Vd (222 kg/cu m) of portland cement in the
mixture. For example, a blended cement stated to have 20 percent finely
divided mineral, ignoring anyASTM C 595 tolerance on the 20 percent, would
require a minimum of 469 lbs/cu yd (278 kg/cu m) of material in the mixture.
When the mifure is designed for cement content from 375 lbs/cu yd
(222kglcu m) to 400lbs/cu yd (237 kg/cu m), the total of organic processing
additions, inorganic processing additions, and limestone addition in the
cement shall not exceed 5.0 percent.
b.
The mixture shall contain a maximum of two finely divided minerals. The
finely divided mineral in a blended cement shall count toward the total
number of finely divided minerals allowed. The finely divided mineral(s) shall
constitute a maximum of 35.0 percent of the total cement plus finely divided
mineral(s). The fly ash portion shall not exceed 30.0 percent for Class C fly
ash or 25.0 percent for Class F fly ash. The Class C and F fly ash
combination shall not exceed 30.0 percent. The ground granulated blastfurnace slag portion shall not exceed 35.0 percent. The microsilica or highreactivity metakaolin portion used together or separately shall not exceed
5.0 percent. The finely divided mineral in the blended cement shall apply to
the maximum 35.0 percent, and shall be determined as discussed in a. above
The mixture shall contain
for determining portland cement in blended cement.
For central mixed Class PV and Sl concrete, the mixture shall contain a
minimum of 535lbs/cu yd (320 kg/cu m) of cement and finely divided
mineral(s) summed together, and a water-reducing admixture shall be used.
The value shall be 565 lbs/cu yd (335 kg/cu m) without a water-reducing
admixture.
For truck mixed or shrink mixed Class PV and Sl concrete, the mixture shall
contain a minimum of 575 lbs/cu yd (3a5 kg/cu m) of cement and finely
[6r
divided mineral(s) summed together, and a water-reducing admixture shall be
used. The value shall be 605 lbs/cu yd (360 kg/cu m) without a waterreducing admixture.
d.
The mixture shall contain a maximum of 705
lbs/cu Vd (418 kg/cu
m) of
cement and finely divided mineral(s) summed together.
- 0.44.
e.
The mixture shall have a water/cement ratio of 0.32
f.
The mixture shall not be used for placement underwater.
g.
The combination of cement and finely divided mineral(s) shall have
an
ASTM C 1567 expansion value < 0.16 percent, and shall be performed on the
aggregate in the concrete mixture with the highest ASTM C 1260 test result.
The ASTM C 1567 test will be valid for two years, unless the Engineer
determines the materials have changed significantly.
lf during the two year time period the Contractor needs to replace the
portland cement, and the replacement portland cement has an equal or lower
total equivalent alkali content (NazO + 0.658K2O), a new ASTM C 1567 test
will not be required. However, replacement of a blended cement with another
cementwillrequire a new ASTM C 1567 test.'
80226
lb¿
coNSTRUCTTON ArR QUALTTY - TDLTNG RESTRTCTTONS (BDE)
Effective: April 1 ,2009
ldlinq Restrictions. The Contractor shall establish truck-staging areas for all diesel powered
vehicles that are waiting to load or unload material at the jobsite. Staging areas shall be located
where the diesel emissions from the equipment will have a minimum impact on adjacent
sensitive receptors. The Department will review the selection of staging areas, whether within
or outside the existing highway
right-of-way,
to avoid locations near
sensitive areas or
populations to the extent possible. Sensitive receptors include, but are not limited to, hospitals,
schools, residences, motels, hotels, daycare facilities, elderly housing and convalescent
facilities. Diesel powered engines shall also be located as far away as possible from fresh air
intakes, air conditioners, and windows. The Engineer will approve staging areas before
implementation.
Diesel powered vehicle operators may not cause or allow the motor vehicle, when it is not in
motion, to idle for more than a total of 10 minutes within any 60 minute period, except under any
of the following circumstances:
1)
2)
The motor vehicle has a gross vehicle weight rating of less than 8000 lb (3630 kg).
The motor vehicle idles while forced to remain motionless because of on-highway traffic,
an official traffic control device or signal, or at the direction of a law enforcement official.
3) The motor vehicle idles when operating defrosters, heaters, air conditioners, or other
equipment solely to prevent a safety or health emergency.
4) A police, fire, ambulance, public safety, other emergency or law enforcement motor
vehicle, or any motor vehicle used in an emergency capacity, idles while in an
emergency or training mode and not for the convenience of the vehicle operator.
5) The primary propulsion engine idles for maintenance, servicing, repairing, or diagnostic
purposes if idling is necessary for such activity.
6) A motor vehicle idles as part of a government inspection to verify that all equipment is in
good working order, provided idling is required as part of the inspection.
7) When idling of the motor vehicle is required to operate auxiliary equipment to accomplish
the intended use of the vehicle (such as loading, unloading, mixing, or processing cargo;
controlling cargo temperature; construction operations, lumbering operations; oil or gas
- well servicing; or farming operations), provided that this exemption does not apply when
the vehicle is idling solely for cabin comfort or to operate non-essential equipment such
as air conditioning, heating, m icrowave ovens, or televisions.
8) When the motor vehicle idles due to mechanical difficulties over which the operator has
9)
no control.
The outdoor temperature is less than 32 "F (0 "C) or greater than 80 "F (26 'C).
When the outdoor temperature is greater than or equal to 32 "F (0'C) or less than or equal to
80 "F (26 "C), a person who operates a motor vehicle operating on diesel fuel shall not cause or
allow the motor vehicle to idle for a period greater than 30 m inutes in any 60 minute period while
waiting to weigh, load, or unload cargo or freight, unless the vehicle is in a line of vehicles that
regularly and periodically moves forward.
t63
The above requirements do not prohibit the operation of an auxiliary power unit or generator set
as an alternative to idling the main engine of a motor vehicle operating on diesel fuel.
Environmental Deficiencv Deduction. When the Engineer is notified, or determines that an
environmental control deficiency exists based on non-compliance with the idling restrictions,
he/she will notify the Contractor, an d direct the Contractor to cor rect the deficiency.
lf the Contractor fails to correct the deficiency a monetary deduction will be imposed.
monetary deduction will be $1,000.00 for each deficiency identified.
80239
\bT
The
DETERMTNATTON OF THTCKNESS (BDE)
Effective: April 1, 2009
Revise Articles 353.12 and 353.13 of the Standard Specifications to Articles 353.13 and 353.14
respectively.
Add the following Article to the Standard Specifications:
"353.12 Tolerance in Thickness. The thickness of base course pay items that individually
contain at least 1000 sq yd (840 sq m) of contiguous area, except for temporary construction,
bike paths, and individual locations less than 500 ft (150 m) long, will be evaluated. Temporary
construction is defined as those areas constructed and removed under the same contract. lf the
base course cannot be cored for thickness prior to placement of the cover layer(s), the Engineer
will determine the thickness of the cover layer(s), and subtract them from the measured core
thickness to determine the base course thickness.
The procedure described in Article 407.10(b) will be followed, except the option of correcting
deficient pavement with additional lift(s) shall not apply."
Revise Article 354.09 of the Standard Specifications to read:
'354.09 Tolerance in Thickness. The thickness of base course widening pay items that
individually contain at least 1000sqyd (8a0sq m) of contiguous area, except for temporary
construction; bike paths and individual locations less than 3ft (1 m) wide or 1000ft (300 m)
long, will be evaluated. Temporary construction is defined as those areas constructed and
removed under the same contract. lf the base course widening cannot be cored for thickness
prior to placement of the cover layer(s), the Engineer will determine the thickness of the cover
laye(s), and subtract them from the measured core thickness to determine the base course
widening thickness.
The procedure described in Article 407.10(b) will be followed, except:
(a) The width of a unit shall be the width of the widening along one edge of the pavement.
(b) The length of the unit shall be 1000 ft (300 m).
(c) The option of correcting deficient pavement with additional lift(s) shall not apply."
Revise Article 355.09 of the Standard Specifications to read:
"355.09 Tolerance in Thickness. The thickness of HMA base course pay items that
individually contain at least 1000sqyd (BaOsq m) of contiguous area, except for temporary
construction; bike paths and individual locations less than 500 ft (150 m) long, will be evaluated
according to Article 407.10(b). Temporary construction is defined as those areas constructed
and removed under the same contract. lf the base course cannot be cored for thickness prior to
ìu5
placement of the cover layer(s), the Engineer will determine the thickness of the cover layer(s),
and subtract them from the measured core thickness to determine the base course thickness."
Revise Article 356.07 of the Standard Specifications to read:
'356.07 Tolerance in Thickness. The thickness of HMA base course widening pay items
that individually contain at least 1000 sq yd (840 sq m) of contiguous area, except fortemporary
construction; bike paths and individual locations less than 3ft (1 m) wide or 1000ft (300 m)
long, will be evaluated according to Article 407.10(b) except, the width of a unit shall be the
width of the widening along one edge of the pavement and the length of a unit shall be 1000 ft
(300 m). Temporary locations are defined as those constructed and removed under the same
contract. lf the base course widening cannot be cored for thickness prior to placement of the
cover layer(s), the Engineer will determine the thickness of the cover layer(s)and subtract them
from the measured core thickness to determine the base course widening thickness."
Revise Article 407.10 of the Standard Specifications to read:
"4O7.10 Tolerance in Thickness. Determination of pavement thickness shall be performed
after the pavement surface tests and corrective action have been completed according to
Article 407.09. Pay adjustments made for pavement thickness will be in addition to and
independent of those made for pavement smoothness. Pavement pay items that individually
contain at least 1000 sq yd (BaO sq m) of contiguous pavement shall be evaluated with the
following exclusions: temporary pavements; variable width pavements; radius returns; short
lengths of contiguous pavements less than 500 ft (125 m) in length; and constant width portions
of turn lanes less than 500 ft (125 m) in length. Temporary pavements are defined as
pavements constructed and removed under the same contract.
The method described in Article 407.10(a'¡, shall be used except for those pavements
constructed in areas where access to side streets and entrances necessitates construction in
segments less than 1000 ft (300 m). The method described in Article 407.10(b) shall be used in
areas where access to side streets and entrances necessitates construction in segments less
than 1000 ft (300 m).
(a) Percent Within Limits. The percent within limits (PWL) method shall be as follows.
(1) Lots and Sublots. The pavement will be divided into approximately equal lots of not
more than 5000ft (1500 m) in length. When the length of a continuous strip of
pavement is 500 ft (150 m) or greater but less than 5000 ft (1500 m), these short
lengths of pavement, ramps, turn lanes, and other short sections of continuous
pavement will be grouped together to form lots approximately 5000ft (1500m) in
length. Short segments between structures will be measured continuously with the
structure segments omitted. Each lot will be subdivided into ten equal sublots. The
width of a sublot and lot will be the width from the pavement edge to the adjacent
lane line, from one lane line to the next, or between pavement edges for single-lane
pavements.
lb6
(2) Cores. Cores 2 in. (50 mm) in diameter shall be taken from the pavement by the
Contractor, at locations selected by the Engineer. The exact location for each core
will be selected at random, but will result in one core per sublot. Core locations will
be specified prior to beginning the coring operations.
The Contractor and the Engineer shall witness the coring operations, as well as the
measuring and recording of the core lengths. The cores will be measured with a
device supplied by the Department immediately upon removal from the core bit and
prior to moving to the next core location. Upon concurrence of the length, the core
samples shall be disposed of according to Article 202.03.
Upon completion of each core, all water shall be removed from the hole and the hole
then filled with a rapid hardening mortar or concrete. The material shall be mixed in
a separate container, placed in the hole, consolidated by rodding, and struck-off flush
with the adjacent pavement.
(3) Deficient Sublot. When the length of the core in a sublot is deficient by more than
ten percent of plan thickness, the Contractor may take three additional cores within
that sublot at locations selected at random by the Engineer. lf the Contractor
chooses not to take additional cores, the pavement in that sublot shall be removed
and replaced.
When the three additional cores are taken, the length of those cores will be averaged
with the original core length. lf the average shows the sublot to be deficient by ten
percent or less, no additional action is necessary. lf the average shows the sublot to
be deficient by more than ten percent, the pavement in that sublot shall be removed
and replaced; however, when requested in writing by the Contractor, the Engineer
may permit in writing such deficient sublots io remain in place. For deficient sublots
allowed to remain in place, additional lift(s) may be placed, at no additional cost to
the Department, to bring the deficient pavement to plan thickness when the Engineer
determines grade control conditions will permit such lift(s). The area(s) to be
overlaid, material to be used, thickness(es) of the lift(s), and method of placement
will be approved by the Engineer.
When a deficient sublot is removed and replaced, or additional lifts are placed, the
corrected sublot shall be retested for thickness. The length of the new core taken in
the sublot will be used in determining the PWL for the lot.
When a deficient sublot is left in place, and no additional lift(s) are placed, no
payment will be made for the deficient sublot. The length of the original core taken in
the sublot will be used in determining the PWL for the lot.
(4) Deficient Lot. After addressing deficient sublots, the PWL for each lot will be
determined. When the PWL of a lot is 60 percent or less, the pavement in that lot
shall be removed and replaced; however, when requested in writing by the
Contractor, the Engineer may permit in writing such deficient lots to remain in place.
t
b-t
For deficient lots allowed to remain in place, additional lift(s) may be placed, at no
additional cost to the Department, to bring the deficient pavement to plan thickness
when the Engineer determines grade control conditions will permit such lift(s). The
area(s) to be overlaid, material to be used, thickness(es) of the lift(s), and method of
placement will be approved by the Engineer.
When a deficient lot is removed and replaced, or additional lifts are placed, the
corrected lot shall be retested for thickness. The PWL for the lot will then be
recalculated based upon the new cores; however, the pay factor for the lot shall be a
maximum of 100 percent.
When a deficient lot is left in place, and no additional lift(s) are placed, the PWL for
the lot will not be recalculated.
(5) Right of Discovery. When the Engineer has reason to believe the random core
selection process will not accurately represent the true conditions of the work, he/she
may order additional cores. The additional cores shall be taken at specific locations
determined by the Engineer. The Engineer will provide notice to the Contractor
containing an explanation of the reasons for his/her action. The need for, and
location of, additional cores will be determined prior to commencement of coring
operations.
When the additional cores show the pavement to be deficient by more than ten
percent of plan thickness, more additional cores shall be taken to determine the
limits of the deficient pavement and that area shall be removed and replaced;
however, when requested in writing by the Contractor, the Engineer may permit in
writing such areas of deficient pavement to remain in place. The area of deficient
pavement will be defined using the length between two acceptable cores and the full
width of the sublot. An acceptable core is a core with a length of at least g0 percent
of plan thickness.
For deficient areas allowed to remain in place, additional lift(s) may be placed, at no
additional cost to the Department, to bring the deficient pavement to plan thickness
when the Engineer determines grade control conditions will permit such lift(s). The
area(s) to be overlaid, material to be used, thickness(es) of the lift(s), and method of
placement will be approved by the Engineer.
When an area of deficient pavement is removed and replaced, or additional lifts are
placed, the corrected pavement shall be retested for thickness.
When an area of deficient pavement is left in place, and no additional lift(s) are
placed, no payment will be made for the deficient pavement.
When the additional cores show the pavement to be at least g0 percent of plan
thickness, the additional cores will be paid for according to Article 109.04.
t68
Adjustment. After any area of pavement is removed and replaced or
any additional lifts are placed, the corrected areas shall be retested for pavement
smoothness and any necessary profile index adjustments and/or corrections will be
made based on these final profile readings prior to retesting for thickness.
(6) Profile lndex
(7) Determination of PWL. The PWL for each lot will be determined as follows.
Definitions:
xi =
n =
7 =
LSL =
Qr =
s' =
PWL =
lndividualvalues (core lengths) under consideration
Number of individual values under consideration (10 per lot)
Average of the values under consideration
Lower Specification Limit (98% of plan thickness)
Lower Quality lndex
Sample Standard Deviation
Percent Within Limits
Determine
;
for the lot to the nearest two decimal places.
Determine
s
for the lot to the nearest three decimal places using:
I(x'-;f = (xr-i)'
+(xz-i)2 +........+(rro-if
Determine Qr for the lot to the nearest two decimal places using:
(¡-¿s¿)
-.s
O,
Determine PWL for the lot using the Qr and the following table. For Qr values less
than zero the value shown in the table must be subtracted from 100 to obtain PWL.
Factors. The pay factor (PF) for each lot will be determined, to the nearest two
decimal places, using:
(B) Pay
PF (in percent) = 55 + 0.5 (PWL)
lf
;
for a lot is less than the plan thickness, the maximum PF for that lot shall be
100 percent.
(e)
Payment. Payment of incentive or disincentive for pay items subject to the PWL
method will be calculated using:
Payment = (((TPF/100)-1) x CUP)x (TOTPAVT - DEFPAVT)
TPF
=
Total Pay Factor
\e^
CUP = Contract Unit Price
TOTPAVT
DEFPAVT
=
=
Area of Pavement Subject to Coring
Area of Deficient Pavement
The TPF for the pavement shall be the average of the PF for all the lots; however,
the TPF shall not exceed 102 percent.
Area of Deficient pavement (DEFPAVT) is defined as an area of pavement
represented by a sublot deficient by more than ten percent which is left in place with
no additional thickness added.
Area of Pavement Subject to Coring (TOTPAVT) is defined as those pavement areas
included in lots for pavement thickness determination.
\-10
PERCENT WITHIN LIMITS
Quality
lndex
fo,ì*
0.00
0.01
0.02
0.03
0.04
0.05
0.06
0.07
0.08
0.09
0.10
0.'11
012
0.13
0.14
0.15
0.16
0.17
0.18
0.19
o.20
0.21
0.22
0.23
0.24
0.25
0.26
0.27
0.28
0.29
0.30
0.31
0.32
0.33
0.34
0.35
0.36
0.37
0.38
0.3s
*For
Percent
Within
Limits
IP\^/l ì
50.00
50.38
50.77
51.15
51.54
Percent
Quality
lndex
lo,)*
0.40
0.41
0.42
0.43
0.44
Wthin
Limits
IPW| I
65.07
65.43
65.79
66.15
Quality
Percent
Wìthin
Limits
lndex
fo,)" tPW I
78.43
78.72
79.02
0.80
0.81
66.51
0.82
0.83
0.84
79.31
79.61
51.92
52.30
52.69
53.07
53.46
0.45
0.46
0.47
0.48
0.49
66.87
67.22
67.57
67.93
68.28
0.85
0.86
0.87
0.88
0.89
53.84
54.22
54.60
54.99
55.37
0.50
68.63
68.98
69.32
69.67
0.90
81 .33
0.91
B1 .61
0.92
0.93
0.94
81 .88
0.51
0.52
0.53
0.54
63.98
64.34
0.55
0.56
0.57
0.58
0.59
0.60
0.61
0.62
0.63
0.64
0.65
0.66
0.67
0.68
0.69
0.70
0.71
0.72
0.73
0.74
0.75
0.76
0.77
0.78
44.71
n
55.75
56.13
56.51
56.89
57 .27
57.65
58.03
58.40
58.78
59.15
59.53
59.90
60.28
60.65
61 .03
61.40
61.77
62.14
62.51
62.88
63.25
63.61
70
70.01
70.36
70.70
71.04
71.38
71.72
72.06
72.39
72.72
73.06
73.39
73.72
74.04
74.36
74.69
75.01
75.33
75.64
75.96
76.27
76.59
76.90
77.21
77.51
77.82
79,1t
79.90
80.19
80.47
80.76
81 .04
82.16
82.43
0.95
0.96
0.97
0.98
0.99
1.00
1.01
1.02
1.03
1.O4
1.05
1.06
1.07
1.08
1.09
1.10
1.11
1.12
.'13
1.'14
1.15
1.16
1.17
1.18
1 19
1
82.71
82.97
83.24
83.50
83.77
84.03
84.28
84.53
84.79
85.04
85.29
85.53
85.77
86.02
86.26
86.50
86.73
86.96
87 .20
87 .43
87.66
87.88
88.10
88.32
8854
Percent
Quality
lndex
to, l*
1.20
1.21
1.22
1.23
'1.24
1.25
1.26
1.27
1.28
1.29
1.30
1.31
1.32
1.33
1.34
1.35
1.36
1.37
1.38
1.39
1.40
1.41
1.42
1.43
1.44
1.45
1.46
1.47
1.48
1.49
.50
1.51
'1.52
1.53
1.54
1.55
't.56
1.57
1.58
1.59
1
Wthin
Limits
IPW ì
88.76
88.97
89.17
89.38
89.58
89.79
89.99
90.19
90.38
90.58
90.78
90.96
91 .15
91 .33
91.52
9'1
.70
91.87
92.04
92.22
92.39
92.56
92.72
92.88
93.05
93.21
93.37
93.52
93.67
93.83
93.98
94.13
94.27
94.41
94.54
94.68
94.82
94.95
95.08
95.20
35.33
Qr values less than zero, subtract the table value from 100 to obtain PWL
l-\
\
PERCENT WITHIN LIMITS (continued)
Quality
lndex
lo,ì*
1.60
1.6't
1.62
1.63
1.64
1.65
.66
1.67
1.68
1.69
1.70
1.71
1.72
1.73
1.74
1.75
1.76
1.77
1.78
1.79
1.80
1.81
1.82
1.83
1.84
1.85
1.86
1.87
1.88
.89
1.90
1.91
1.92
1.93
1.94
1.95
1.96
1.97
1.98
1.99
1
1
*For
Percenl
Within
Limits
tP\^/l ì
95.46
95.58
95.70
95.81
95.93
96.05
96.16
96.27
96.37
96.48
96.59
96.69
96.78
96.88
96.97
97 .07
97.16
97 .25
97.33
57.42
97.51
97.59
97.67
97.75
97.83
97.91
97.98
98.05
98.11
98.18
98.25
98.31
98.37
98.44
98.50
98.56
98.61
98.67
98.72
98.78
Percent
Quality
Wthin
lndex Limits
to,t* /PW I
2.00
2.01
2.02
2-03
2.04
2.05
2.06
2.07
2.08
2.09
2.10
2.11
2.12
2.13
2.14
2.15
2j6
2.17
2.18
2.19
2.20
2.21
2.22
2.23
2.22
2.25
2.26
2.27
2.28
2.29
2.30
2.31
2,32
2.33
2.34
2.35
2.36
2.37
2.38
2.39
98.83
98.88
98.92
98.97
99.01
99.06
99.10
99.14
99.18
99.22
99.26
99.29
99.32
99.36
99.39
99.42
99.45
99.48
99.50
99.53
99.56
99.58
99.61
99.63
99.66
99.68
99.70
99.72
99.73
99.75
Quality
Percent
Within
Limits
lndex
/o, l*
lPWl \
2.40
2.41
2.42
2.43
2.44
2.45
2.46
2.47
2.48
2.49
2.50
2.51
2.52
2.53
2.54
2.55
2.56
2.57
2.58
2.59
2.60
2.61
2.62
2.63
2.64
> 2.65
99.89
99.90
99.91
99.91
99.92
99.93
99.94
99.94
99.95
99.95
99.96
99.96
99.97
99.97
99.98
99.98
99.98
99"98
99.99
99.99
99.99
99.99
99.99
100.00
100.00
100.00
99.77
99.78
99.80
99.81
99.83
99.84
99.85
99.86
99.87
99.88
Qr values less than zero, subtract the table value from 100 to obtain PWL
\-lL
(b) Minimum Thickness. The minimum thickness method shall be as follows.
(1) Length of Units. The length of a unit will be a continuous strip of pavement 500 ft
(150 m) in length.
(2) Width of Units. The width of a unit will be the width from the pavement edge to the
adjacent lane line, from one lane line to the next, or between pavement edges for
single-lane pavements.
(3) Thickness Measurements. Pavement thickness will be based on 2 in. (50 mm)
diameter cores.
Cores shall be taken from the pavement by the Contractor at locations selected by
the Engineer. When determining the thickness of a unit, one core shall be taken in
each unit.
The Contractor and the Engineer shall witness the coring operations, as well as the
measuring and recording of the cores. Core measurements will be determined
immediately upon removal from the core bit and prior to moving to the next core
location. Upon concurrence of the length, the core samples may be disposed of
according to Article 202.03.
Upon completion of each core, all water shall be removed from the hole and the hole
then filled with a rapid hardening mortar or concrete. The material shall be mixed in
a separate container, placed in the hole, consolidated by rodding, and struck-off flush
with the adjacent pavement.
(4) Unit Deficient in Thickness. ln considering any portion of the pavement that is
deficient, the entire limits of the unit will be used in computing the deficiency or
determining the remedial action required.
(5) Thickness Equals or Exceeds Specified Thickness. When the thickness of a unit
equals or exceeds the specified plan thickness, payment will be made at the contract
unit price per square yard (square meter) for the specified thickness.
(6) Thickness Deficient by Ten Percent or Less. When the thickness of a unit is less
than the specified plan thickness by ten percent or less, a deficiency deduction will
be assessed against payment for the item involved. The deficiency will be a
percentage of the contract unit price as given in the following table.
tr3
Percent Deficiency
(of Plan Thickness)
0.0
to
2.11o
2.0
3.0
3.1
4.0
to
Percent Deduction
(of Contract Unit Price)
0
20
28
4.1to
5.0
7.5
5.1
7.6 to 10,0
32
to
43
50
(7) Thickness Deficient by More than Ten Percent. When a core shows the pavement to
be deficient by more than ten percent of plan thickness, additional cores shall be
taken on each side of the deficient core, at stations selected by the Contractor and
offsets selected by the Engineer, to determine the limits of the deficient pavement.
No core shall be located within 5 ft (1.5 m) of a previous core obtained forthickness
determination. The first acceptable core obtained on each side of a deficient core
will be used to determine the length of the deficient pavement. An acceptable core is
a core with a thickness of at least 90 percent of plan thickness. The area of deficient
pavement will be defined using the length between two acceptable cores and the full
width of the unit. The area of deficient pavement shall be removed and replaced;
however, when requested in writing by the Contractor, the Engineer may permit in
writing such areas of deficient pavement to remain in place. For deficient areas
allowed to remain in place, additional lift(s) may be placed, at no additional cost to
the Department, to bring the deficient pavement to plan thickness when the Engineer
determines grade control conditions will permit such lift(s). The area(s) to be
overlaid, material to be used, thickness(es) of the lift(s), and method of placement
will be approved by the Engineer.
When an atea of deficient pavement is removed and replaced, or additional lifts are
placed, the corrected pavement shall be retested for thickness. The thickness of the
new core will be used to determine the pay factor for the corrected area.
When an area of deficient pavement is left in place, and no additional lift(s) are
placed, no payment will be made for the deficient pavement. ln addition, an amount
equal to two times the contract cost of the deficient pavement will be deducted from
the compensation due the Contractor.
The thickness of the first acceptable core on each side of the core more than ten
percent deficient will be used to determine any needed pay adjustments for the
remaining areas on each side of the area deficient by more than ten percent. The
pay adjustment will be determined according to Article 407.10(bX6).
(8) Right of Discovery. When the Engineer has reason to believe any core location does
not accurately represent the true conditions of the work, heishe may order additional
cores. These additional cores shall be taken at specific locations determined by the
\1{
Engineer. The Engineer will provide notice to the Contractor containing
an
explanation of the reasons for his/her action.
When the additional cores show the pavement to be deficient by more than ten
percent of plan thickness, the procedures outlined in Article 407.10(bX7) shall be
followed, except the Engineer will determine the additional core locations.
When the additional cores, ordered by the Engineer, show the pavement to be at
least 90 percent of plan thickness, the additional cores will be paid for according to
Article 109.04.
(9) Profile lndex Adjustment. After any area of pavement is removed and replaced or
any additional lifts are added, the corrected areas shall be retested for pavement
smoothness and any necessary profile index adjustments and/or corrections will be
made based on these final profile readings prior to retesting for thickness."
Revise Article 482.06 of the Standard Specifications to read:
"482.06 Tolerance in Thickness. The shoulder shall be constructed to the thickness shown
on the plans. When the contract includes square yards (square meters) as the unit of
measurement for HMA shoulder, thickness determinations shall be made according to
Afticle 407.10(bX3) and the following.
(a) Length of the Units. The length of a unit shall be a continuous strip of shoulder 2500 ft
(750 m) long.
(b) Width of the Units. The width of the unit shall be the full width of the shoulder.
(c) Thickness Deficient by More than Ten Percent. When a core shows the shoulder to be
deficient by more than ten percent of plan thickness, additional cores shall be taken on
each side of the deficient core, at stations selected by the Contractor and offsets
selected by the Engineer, to determine the limits of the deficient shoulder. No core shall
be located within 5ft (1.5 m) of a previous core obtained for thickness determination.
The first acceptable core obtained on each side of a deficient core will be used to
determine the length of the deficient shoulder. An acceptable core is a core with a
thickness of at least 90 percent of plan thickness. The area of deficient shoulder will be
defined using the length between two acceptable cores and the full width of the unit.
The area of deficient shoulder shall be brought to specified thickness by the addition of
the applicable mixture, at no additional cost to the Department and subject to the lift
thickness requirements of Article 312.05, or by removal and replacement with a new
mixture. However, the surface elevation of the completed shoulder shall not exceed by
more than 1/B in. (3 mm) the surface elevation of the adjacent pavement. When
requested in writing by the Contractor, the Engineer may permit in writing such thin
shoulder to remain in place. When an area of thin shoulder is left in place, and no
additional lift(s) are placed, no payment will be made for the thin shoulder. In addition,
r-15
an amount equal to two times the contract unit price of the shoulder will be deducted
from the compensation due the Contractor.
When an area of deficient shoulder is removed and replaced, or additional lifts are
placed, the corrected pavement shall be retested for thickness.
(d) Right of Discovery. When the Engineer has reason to believe any core location does not
accurately represent the true conditions of the work, he/she may order additional cores.
When the additional cores, ordered by the Engineer, show the shoulder to be at least
90 percent of plan thickness, the additional cores will be paid for according to
Article 109.04. When the additional core shows the shoulderto be less than 90 percent
of plan thickness, the procedure in (c), above shall be followed."
Revise Article 483.07 of the Standard SpecifÏcations to read:
"483.07 Tolerance in Thickness. The shoulder shall be constructed to the thickness
shown on the plans. Thickness determinations shall be made according to Article 482.06
except the option of correcting deficient pavement with additional lift(s) shall not apply."
80227
\-1b
DTSADVANTAGED BUSTNESS ENTERPRTSE PARTTCTPATION (BDE)
Effective: September 1, 2000
Revised: January 1,2011
FEDERAL OBLIGATION. The Department of Transportation, as a recipient of federal financial
assistance, is required to take all necessary and reasonable steps to ensure nondiscrimination
in the award and administration of contracts. Consequently, the federal regulatory provisions of
49 CFR part 26 apply to this contract concerning the utilization of disadvantaged business
enterprises. For the purposes of this Special Provision, a disadvantaged business enterprise
(DBE) means a business certified by the Department in accordance with the requirements of
49 CFR part26 and listed in the lllinois U nified Certification Program (lL UCP) DBE Directory.
STATE OBLIGATION. This Special Provision will also be used by the Department to satisfy the
requirements of the Business Enterprise for Minorities, Females, and Persons with Disabilities
Act, 30 ILCS 575. When this Special Provision is used to satisfy state law requirements on
100 percent state-funded contracts,
the federal government has no involvement in
such
contracts (not a federal-aid contract) and no responsibility to oversee the implementation of this
Special Provision by the Department on those contracts. DBE participation on 100 percent
state-funded contracts will not be credited toward fulfilling the Department's annual overall DBE
goal required by the US Department of Transportation to comply with the federal DBE program
requirements.
CONTRACTOR ASSURANCE. The Contractor makes the following assurance and agrees to
include the assurance in each subcontract that the Contractor signs with a subcontractor:
The Contractor, subrecipient, or subcontractor shall not discriminate on the basis of race,
color, national origin, or sex in the performance of this contract. The Contractor shall carry
out applicable requirements of 49 CFR part 26 in the award and administration of contracts
funded in whole or in part with federal or state funds. Failure by the Contractor to carry out
these requirements is a material breach of this contract, which may result in the termination
of this contract or such other remedy as the recipient deem s appropriate.
OVERALL GOAL SET FOR THE DEPARTMENT. As a requirement of compliance with 49 CFR
part 26, the Department has set an overall goal for DBE participation in its federally assisted
contracts. That goal applies to all federal-aid funds the Deparlment will expend in its federally
assisted contracts for the subject reporting fiscal year. The Department is required to make a
good faith effort to achieve the overall goal. The dollar amount paid to all approved DBE
companies performing work called for in this contract is eligible to be credited toward fulfillment
of the Department's overall goal.
CONTRACT GOAL TO BE ACHIEVED BY THE CONTRACTOR. This contract includes a
specific DBE utilization goal established by the Department. The goal has been included
because the Department has determined that the work of this contract has subcontracting
opportunities that may be suitable for performance by DBE companies. This determination is
based on an assessment of the type of work, the location of the work, and the availability of
\-11
DBE companies to do a part of the work. The assessment indicates that, in the absence of
unlawful discrimination, and in an arena of fair and open competition, DBE companies can be
of the work. This percentage is set as the DBE participation
expected to perform _%
goal for this contract. Consequently, in addition to the other award criteria established for this
contract, the Department will only award this contract to a bidder who makes a good faith effort
to meet this goal of DBE participation in the performance of the work. A bidder makes a good
faith effort for award consideration if either of the following is done in accordance with the
procedures set forth in this Special Provision:
(a) The bidder documents that enough DBE participation has been obtained to meet the
goal; or
(b) The bidder documents that a good faith effort has been made to meet the goal, even
though the effort did not succeed in obtaining enough DBE participation to meet the
goal.
DBE LOCATOR REFERENCES. Bidders may consult the lL UCP DBE Directory as
a
reference source for DBE-certified companies. ln addition, the Department maintains a letting
and item specific DBE locator information system whereby DBE companies can register their
interest in providing quotes on particular bid items advertised for letting. lnformation concerning
DBE companies willing to quote work for particular contracts may be obtained by contacting the
Department's Bureau of Small Business Enterprises at telephone number (217)785-4611, or by
visiting the Department's web site at www.dot.il.gov.
BIDDING PROCEDURES. Compliance with this Special Provision is a material bidding
requirement. The failure of the bidder to comply will render the bid not responsive.
(a) The bidder shall submit a Disadvantaged Business Utilization Plan on Department forms
SBE 2025 and 2026 with the bid.
(b) The Utilization Plan shall indicate that the bidder either has obtained sufficient DBE
participation commitments to meet the contract goal or has not obtained enough DBE
participation commitments in spite of a good faith effort to meet the goal. The Utilization
Plan shall further provide the name, telephone number, and telefax number of a
responsible official of the bidder designated for purposes of notification of plan approval
or disapproval under the procedures of this Special Provision.
(c) The Utilization Plan shall include a DBE Participation Commitment Statement,
Department form SBE 2025, for each DBE proposed for the performance of work to
achieve the contract goal. For bidding purposes, submission of the completed SBE
2025 forms, signed by the DBEs and faxed to the bidder will be acceptable as long as
the original is available and provided upon request. All elements of information indicated
on the said form shall be provided, including but not lim ited to the following:
(1) The names and addresses of DBE firms that will participate in the contract;
r-19
(2) A description, including pay item numbers, of the work each DBE will perform;
(3) The dollar amount of the participation of each DBE firm participating. The dollar
amount of participation for identified work shall specifically state the quantity, unit
price, and total subcontract price for the work to be completed by the DBE. lf partial
pay items are to be performed by the DBE, indicate the portion of each item, a unit
price where appropriate and the subcontract price amount;
(4) DBE Participation Commitment Statements, form SBE 2025, signed by the bidder
and each participating DBE firm documenting the commitment to use the DBE
subcontractors whose participation is submitted to meet the contract goal;
(5)
lf the bidder is a joint venture
comprised
of DBE
companies and non-DBE
companies, the plan must also include a clear identification of the portion of the work
to be performed by the DBE partner(s); and,
(6) lf the contract goal is not met, evidence of good faith efforts.
GOOD FAITH EFFORT PROCEDURES. The contract will not be awarded until the Utilization
Plan submitted by the apparent successful bidder is approved. All information submitted by the
bidder must be complete, accurate and adequately document that enough DBE participation
has been obtained or document the good faith efforts of the bidder, in the event enough DBE
participation has not been obtained, before the Department will commit to the performance of
the contract by the bidder. The Utilization Plan will be approved by the Department if the
Utilization Plan documents sufficient commercially useful DBE work performance to meet the
contract goal or the bidder submits sufficient documentation of a good faith effort to meet the
contract goal pursuant to 49 CFR part 26, Appendix A. The Utilization Plan will not be approved
by the Department if the Utilization Plan does not document sufficient DBE participation to meet
the contract goal unless the apparent successful bidder documented in the Utilization Plan that
it made a good faith effort to meet the goal. This means that the bidder must show that all
necessary and reasonable steps were taken to achieve the contract goal. Necessary and
reasonable steps are those which, by their scope, intensity and appropriateness to the
objective, could reasonably be expected to obtain sufficient DBE participation, even if they were
not successful. The Department will consider the quality, quantity, and intensity of the kinds of
effofts that the bidder has made. Mere pro forma efforls, in other words, efforts done as a
matter of form, are not good faith efforts; rather, the bidder is expected to have taken genuine
effods that would be reasonably expected of a bidder actively and aggressively trying to obtain
DBE participation sufficient to meet the contract goal.
(a) The following is a list of types of action that the Department will consider as part of the
evaluation of the bidder's good faith efforts to obtain padicipation. These listed factors
are not intended to be a mandatory checklist and are not intended to be exhaustive.
Other factors or efforts brought to the attention of the Department may be relevant in
appropriate cases, and will be considered by the Department.
t-11
all reasonable and available means (e.9. attendance at pre-bid
meetings, advertising and/or written notices) the interest of all certified DBE
companies that have the capability to perform the work of the contract. The bidder
must solicit this interest within sufficient time to allow the DBE companies to respond
to the solicitation. The bidder must determine with certainty if the DBE companies
are interested by taking appropriate steps to follow up initial solicitations.
(1) Soliciting through
(2) Selecting portions
of the work to be performed by DBE companies in order
to
increase the likelihood that the DBE goals will be achieved. This includes, where
appropriate, breaking out contract work items into economically feasible units to
facilitate DBE participation, even when the prime Contractor might otherwise prefer
to perform these work items with its own forces.
(3) Providing interested
DBE companies with adequate information about the plans,
specifications, and requirements of the contract in a timely manner to assist them in
responding to a solicitation.
(4)
a.
Negotiating in good faith with interested DBE companies. lt is the bidder's
responsibility to make a portion of the work available to DBE subcontractors and
suppliers and to select those portions of the work or material needs consistent
with the available DBE subcontractors and suppliers, so as to facilitate DBE
participation. Evidence of such negotiation includes the names, addresses, and
telephone numbers of DBE companies that were considered; a description of the
information provided regarding the plans and specifications for the work selected
for subcontracting; and evidence as to why additional agreements could not be
reached for DBE companies to perform the work.
b. A bidder using good
business judgment would consider a number of factors in
negotiating with subcontractors, including DBE subcontractors, and would take a
firm's price and capabilities as well as contract goals into
consideration.
However, the fact that there may be some additional costs involved in finding and
using DBE companies is not in itself sufficient reason for a bidder's failure to
meet the contract DBE goal, as long as such costs are reasonable. Also, the
ability or desire of a bidder to perform the work of a contract with its own
organization does not relieve the bidder of the responsibility to make good faith
efforts. Bidders are not, however, required to accept higher quotes from DBE
companies if the price difference is excessive or unreasonable.
(5) Not rejecting DBE companies as being unqualified without sound reasons based on
a thorough investigation of their capabilities. The bidder's standing within its
industry, membership in specific groups, organizations, or associations and political
or social affiliations (for example union vs. non-union employee status) are
not
legitimate causes for the rejection or non-solicitation of bids in the bidder's effofts to
meet the project goal.
(6) Making efforts
to assist interested DBE companies in obtaining bonding, lines of
credit, or insurance as required by the recipient or Contractor.
\80
(7) Making efforts
to
assist interested DBE companies
in
obtaining necessary
equipment, supplies, materials, or related assistance or services.
(8) Effectively using the services of available minority/women community organizations;
minority/women contractors' groups; local, state, and federal minority/women
business assistance offices; and other organizations as allowed on a case-by-case
basis to provide assistance in the recruitm ent and placem ent of DBE companies.
(b) lf the Department determines that the apparent successful bidder has made a good faith
effort to secure the work commitment of DBE companies to meet the contract goal, the
Department will award the contract provided that it is otherwise eligible for award. lf the
Department determines that the bidder has failed to meet the requirements of this
Special Provision or that a good faith effort has not been made, the Department will
notify the responsible company official designated in the Utilization Plan that the bid is
not responsive. The notification shall include a statement of reasons for the
determination.
(c) The bidder may request administrative reconsideration of a determination adverse to the
bidder within the five working days after receipt of the notification date of the
determination by delivering the request to the Department of Transportation, Bureau of
Small Business Enterprises, Contract Compliance Section, 2300 South Dirksen
Parkway, Room 319, Springfield, lllinois 62764 (Telefax: (217)785-1524). Deposit of the
request in the United States mail on or before the fifth business day shall not be deemed
delivery. Thedeterminationshall becomefinal ifarequestisnotmadeanddelivered. A
request may provide additional written documentation and/or argument concerning the
issues raised in the determination statement of reasons, provided the documentation
and arguments address efforts made prior to submitting the bid. The request will be
forwarded to the Department's Reconsideration Officer. The Reconsideration Officer will
extend an opportunity to the bidder to meet in person in order to consider all issues of
documentation and whether the bidder made a good faith effort to meet the goal. After
the review by the Reconsideration Officer, the bidder will be sent a written decision
within ten working days after receipt of the request for reconsideration, explaining the
basis for finding that the bidder did or did not meet the goal or make adequate good faith
efforts to do so. A final decision by the Reconsideration Officer that a good faith effort
was made shall approve the Utilization Plan submitted by the bidder and shall clear the
contract for award. A final decision that a good faith effort was not made shall render the
bid not responsive.
CALCULATING DBE PARTICIPATION. The Utilization Plan values represent work anticipated
to be performed and paid for upon satisfactory completion. The Department is only able
to
count toward the achievement of the overall goal and the contract goal the value of payments
made for the work actually performed by DBE companies. ln addition, a DBE must perform a
commercially useful function on the contract to be counted. A commercially useful function is
generally performed when the DBE is responsible for the work and is carrying out its
responsibilities by actually performing, managing, and supervising the work involved. The
Department and Contractor are governed by the provisions of 49 CFR part 26.55(c) on
\Bt
questions of commercially useful functions as it affects the work. Specific counting guidelines
are provided in 49 CFR part 26.55, the provisions of which govern over the summary contained
herein.
(a) DBE as the Contractor: 100 percent goal credit for that portion of the work performed by
the DBE's own forces, including the cost of materials and supplies. Work that a DBE
subcontracts to a non-DBE does not count toward the DBE goals.
joint venture Contractor: 100 percent goal credit for that portion of the total
dollar value of the contract equal to the distinct, clearly defined portion of the work
performed by the DBE's own forces.
(b) DBE as a
(c)
DBE as a subcontractor: 100 percent goal credit for the work of the subcontract
performed by the DBE's own forces, including the cost of materials and supplies,
excluding the purchase of materials and supplies or the lease of equipment by the DBE
subcontractor from the prime Contractor or its affiliates. Work that a DBE subcontractor
in turn subcontracts to a no n-DBE does not count toward the DBE goal.
trucker: 100 percent goal credit fortrucking participation provided the DBE is
responsible for the management and supervision of the entire trucking operation for
which it is responsible. At least one truck owned, operated, licensed, and insured by the
DBE must be used on the contact. Credit will be given for the following:
(d) DBE as a
(1) The DBE may lease trucks from another DBE firm, including an owner-operator who
is certified as a DBE. The DBE who leases trucks from another DBE receives credit
for the total value of the transportation services the lessee DBE provides on the
contract.
(2) The DBE may also lease trucks from a non-DBE firm, including from an owneroperator. The DBE who leases trucks from a non-DBE is entitled to credit only for
the fee or commission it receives as a result of the lease arrangement.
(e) DBE as a material supplier:
(1) 60percentgoal creditforthecostof thematerialsorsuppliespurchasedfromaDBE
regular dealer.
(2) 100 percent goal credit for the cost of materials or supplies obtained from a DBE
manufacturer.
(3) 100 percent credit for the value of reasonable fees and commissions for the
procurement of materials and supplies if not a regular dealer or manufacturer.
CONTRACT COMPLIANCE. Compliance with this Special Provision is an essential part of the
contract. The Department is prohibited by federal regulations from crediting the participation of
a DBE included in the Utilization Plan toward either the contract goal or the Departm ent's overall
tBu
goal until the amount to be applied toward the goals has been paid to the DBE. The following
administrative procedures and remedies govern the compliance by the Contractor with the
contractual obligations established by the Utilization Plan. After approval of the Utilization Plan
and award of the contract, the Utilization Plan and individual DBE Participation Statements
become part of the contract. lf the Contractor did not succeed in obtaining enough DBE
participation to achieve the advertised contract goal, and the Utilization Plan was approved and
contract awarded based upon a determination of good faith, the total dollar value of DBE work
calculated in the approved Utilization Plan as a percentage of the awarded contract value shall
become the amended contract goal.
(a) No amendment to the Utilization Plan may be made without prior written approval from
the Department's Bureau of Small Business Enterprises. All requests for amendment to
the Utilization Plan shall be submitted to the Department of Transportation, Bureau of
Small Business Enterprises, Contract Compliance Section, 2300 South Dirksen
Parkway, Room 319, Springfield, lllinois 62764. Telephone number (217) 785-4611.
Telefax number (217) 785-1524.
(b) The Contractor must notify and obtain written approval from the Department's Bureau of
Small Business Enterprises prior to replacing a DBE or making any change in the
participation of a DBE. Approval for replacement will be granted only if it is
demonstrated that the DBE is unable or unwilling to perform. The Contractor must make
every good faith effort to find another certified DBE subcontractor to substitute for the
original DBE. The good faith efforts shall be directed at finding another DBE to perform
at least the same amount of work under the contract as the original DBE, to the extent
needed to meet the contract goal.
(c) Any deviation from the DBE condition-of-award or contract specifications must be
approved, in writing, by the Department. The Contractor shall notify affected DBEs in
writing of any changes in the scope of work which result in a reduction in the dollar
amount condition-of-award to the contract.
(d) ln addition to the above requirements for reductions in the condition of award, additional
requirements apply to the two cases of Contractor-initiated work substitution proposals.
Where the contract allows alternate work methods which serve to delete or create
underruns in condition of award DBE work, and the Contractor selects that alternate
method or, where the Contractor proposes a substitute work method or material that
serves to diminish or delete work committed to a DBE and replace it with other work,
then the Contractor m ust demonstrate one of the following:
(1) That the replacement work will be performed by the same DBE (as long as the DBE
is certified in the respective item of work) in a modification of the condition of award;
or
(2) That the DBE is aware that its work will be deleted or will experience underruns and
has agreed in writing to the change. lf this occurs, the Contractor shall substitute
other work of equivalent value to a certified DBE or provide documentation of good
faith efforts to do so; or
te3
(3) That the DBE is not capable of performing the replacement work or has declined to
perform the work at a reasonably competitive price. lf this occurs, the Contractor
shall substitute other work of equivalent value to a certified DBE or provide
documentation of good faith efforts to do so.
(e) Where the revision includes work committed to a new DBE subcontractor, not previously
involved in the project, then a Request for Approval of Subcontractor, Department form
BC 260A, must be signed and submitted.
(f) lf the commitment of work is in the form of additional tasks assigned to an existing
a new Request for Approval of Subcontractor shall not be required.
However, the Contractor must document efforts to assure that the existing DBE
subcontractor is capable of performing the additional work and has agreed in writing to
the change.
subcontract, than
(g) All work indicated for performance by an approved DBE shall be performed, managed,
and supervised by the DBE executing the Participation Statement. The Contractor shall
not terminate for convenience a DBE listed in the Utilization Plan and then perform the
work of the terminated DBE with its own forces, those of an affiliate or those of another
subcontractor, whether DBE or not, without first obtaining the written consent of the
Bureau of Small Business Enterprises to amend the Utilization Plan. The Contractor
shall notify the Bureau of Small Business Enterprises of any termination for reasons
other than convenience, and shall obtain approval for inclusion of the substitute DBE in
the Utilization Plan. lf good faith efforts following a termination of a DBE for cause are
not successful, the Contractor shall contact the Bureau of Small Business Enterprises
and provide a full accounting of the efforts undertaken to obtain substitute DBE
participation. The Bureau of Small Business Enterprises will evaluate the good faith
efforts in light of all circumstances surrounding the performance status of the contract,
and determine whether the contract goal should be amended.
(h) The Contractor shall maintain a record of payments for work performed to the DBE
participants. The records shall be made available to the Department for inspection upon
request. After the performance of the final item of work or delivery of material by a DBE
and final payment therefore to the DBE by the Contractor, but not later than thirty
calendar days after payment has been made by the Department to the Contractor for
such work or material, the Contractor shall submit a DBE Payment Agreement on
Deparlment form SBE 2115 to the Regional Engineer. lf full and final payment has not
been made to the DBE, the DBE Payment Agreement shall indicate whether a
disagreement as to the payment required exists between the Contractor and the DBE or
if the Contractor believes that the work has not been satisfactorily completed. lf the
Contractor does not have the full amount of work indicated in the Utilization Plan
performed by the DBE companies indicated in the Utilization Plan and after good faith
efforts are reviewed, the Department may deduct from contract payments to the
Contractor the amount of the goal not achieved as liquidated and ascertained damages.
The Contractor may request an administrative reconsideration of any amount deducted
as damages pursuant to subsection (j) of this part.
\gT
(i)
0)
The Department reserves the right to withhold payment to the Contractor to enforce the
provisions of this Special Provision. Final payment shall not be made on the contract
until such time as the Contractor submits sufficient documentation demonstrating
achievement of the goal in accordance with this Special Provision or after liquidated
damages have been determined and collected.
Notwithstanding any other provision of the contract, including but not limited to
Article 109.09 of the Standard Specifications, the Contractor may request administrative
reconsideration of a decision to deduct the amount of the goal not achieved as liquidated
damages. A request to reconsider shall be delivered to the Contract Compliance
Section and shall be handled and considered in the same manner as set forth in
paragraph (c) of "Good Faith Effort Procedures" of this Special Provision, except a final
decision that a good faith effort was not made during contract performance to achieve
the goal agreed to in the Utilization Plan shall be the final administrative decision of the
Department.
80029
rø5
DRATNAGE AND TNLET PROTECTTON UNDER TRAFFIC (BDE)
Effective: April 1 ,2011
Add the following to Article 603.02 of the Standard Specifications:
"(i)
(j)
Temporary Hot-Mix Asphalt (HMA) Ramp (Note
Temporary Rubber Ramps (Note 2)
1)
,
.......1030
Note 1, The HMA shall have maximum aggregate size of 3/B in. (95 mm).
Note 2. The rubber material shall be according to the following.
Test Method
Property
Durometer Hardness, Shore A
Tensile Strenqth, psi (kPa)
Elonoation. oercent
Specific Gravitv
Brittleness,'F ("C)
ASTM
ASTM
ASTM
ASTM
ASTM
Requiremenl
D 2240
75 +15
D 412
300 (2000) min
90 min
D 412
D 792
1.0 - 1.3
D746
-40 (-40)'
Revise Article 603.07 of the Standard Specifications to read:
"603.07 Protection Under Traffic. After the casting has been adjusted and Class Sl
concrete has been placed, the work shall be protected by a barricade and two lights for at least
72 hours.
When castings are under traffic before the final surfacing operation has been started,
properly sized temporary ramps shall be placed around the drainage and/or utility castings
according to the following methods.
(a) Temporary Asphalt Ramps. Temporary hotmix asphalt ramps shall be placed
around the casting, flush with its surface and decreasing to a featheredge in a
distance of 2 ft (600 mm) around the entire surface of the casting.
(b) Temporary Rubber Ramps. Temporary rubber ramps shall only be used on
roadways with permanent posted speeds of 40 mph or less and when the height of
the casting to be protected meets the proper sizing requirements for the rubber
ramps as shown below.
Requirement
Dimension
lnside Openinq
ïhickness at inside
Outside dimensions of castinq + 1 in. (25 mm)
Heiqht of castinq + 114 in. (6 mm)
I'gG
edqe
Thickness at
outside edoe
Width, measured
from inside opening
to outside edqe
114in. (6 mm) max.
8 112in. (215 mm) min
Placement shall be according to the manufacturer's specifications.
Temporary ramps
for castings shall remain in place until surfacing operations are
undertaken within the immediate area of the structure. Prior to placing the surface course, the
temporary ramp shall be removed. Excess material shall be disposed of according to Article
202.03."
80272
\ø-t
EQUIPMENT RENTAL RATES (BDE)
Effective: August 2, 2007
Revised: January 2,2008
Replace
the second and third paragraphs of Article
Specifications with the following
105.07(b)(4)a.
of the Standard
:
"Equipment idled which cannot be used on other work, and which is authorized to
standby on the project site by the Engineer, will be paid for according to
Article 109.04(bX4).'
Replace Article 109.04(bX4) of the Standard Specifications with the following:
"(4) Equipment. Equipment used for extra work shall be authorized by the Engineer.
The equipment shall be specifically described, be of suitable size and capacity for
the work to be performed, and be in good operating condition. For such equipment,
the Contractor will be paid as follows.
a.
Contractor Owned Equipment. Contractor owned equipment will be paid for by
the hour using the applicable FHWA hourly rate from the "Equipment Watch
Rental Rate Blue Book" (Blue Book) in effect when the force account work
begins. The FHWA hourly rate is calculated as follows.
FHWA hourly rate = (monthly rate/176) x (model year adj.) x (lllinois adj.) + EOC
Where: EOC = Estimated Operating Costs per hour (from the Blue Book)
The time allowed will be the actual time the equipment is operating on the extra
work. For the time required to move the equipment to and from the site of the
extra work and any authorized idle (standby) time, payment will be made at the
following hourly rate: 0.5 x (FHWA hourly rate - EOC).
All time allowed shall fall within the working hours authorized for the extra work.
The rates above include the cost of fuel, oil, lubrication, supplies, small tools,
necessary attachments, repairs, overhaul and maintenance of any kind,
depreciation, storage, overhead, profits, insurance, and all incidentals. The rates
do not include labor.
The Contractor shall submit to the Engineer sufficient information for each piece
of equipment and its attachments to enable the Engineer to determine the proper
equipment category. lf a rate is not established in the Blue Book for a particular
piece of equipment, the Engineer will establish a rate for that piece of equipment
that is consistent with its cost and use in the industry.
\48
b.
Rented Equipment. Whenever it is neoessary for the Contractor to rent
equipment to perform extra work, the rental and transportation costs of the
equipment plus five petcent for overhead will be paid. ln no câse shall the rental
rates e¡,oeed those of established distributors or equipment rental agencies,
All prices shall be agreed to'in writing before the equipment is used."
80189
\6q
HOT-MrX ASPHALT
-
ANTI-STRIPPING ADDITIVE (BDE)
Effective: November 1, 2009
Revise the first and second paragraphs of Article 1030.04(c) of the Standard Specifications to
read:
"(c) Determination of Need for Anti-Stripping Additive. The mixture designer shall determine
if an additive is needed in the mix to prevent stripping. The determination will be made
-1283. To be
on the basis of tests performed according to lllinois Modified AASHTO
considered acceptable by the Department as a mixture not susceptible to stripping, the
conditioned to unconditioned split tensile strength ratio (TSR) shall be equal to or greater
than 0.85 for 6 in. (150 mm) specimens. Mixtures, either with or without an additive, with
TSRs less than 0.85 for 6 in. (150 mm) specimens will be considered unacceptable.
Also, the conditioned tensile strength for mixtures containing an anti-strip additive shall
not be lower than the original conditioned tensile strength determined for the same
mixture without the anti-strip additive.
lf it is determined that an additive is required, the additive may be hydrated lime, slaked
quicklime, or a liquid additive, at the C ontractor's option."
80245
IQ.o
HOT-MtX ASPHALT - DENSITY TESTING OF LONGITUDINAL JOINTS (BDE)
Effective: January 1, 2010
Description. This work shall consist of testing the density of longitudinal joints as part of the
quality control/quality assurance (aC/QA) of hot-mix asphalt (HMA). Work shall be according to
Section 1030 of the Standard Specifications except as follows.
Qualitv Control/Quality Assurance (QC/QA). Delete the second and third sentence of the third
paragraph of Article 1030.05(dX3) of the Standard Specifications.
Add the following paragraphs to the end of Article 1030.05(dX3) of the Standard Specifications:
"Longitudinal joint density testing shall be performed at each random density test
location. Longitudinal joint testing shall be located at a distance equal to the lift
thickness or a minimum of 2 in. (50 mm), from each pavement edge. (i.e. for a 4 in.
(100 mm) lift the near edge of the density gauge or core barrel shall be within 4 in.
(100 mm) from the edge of pavement.) Longitudinal joint density testing shall be
performed using either a correlated nuclear gauge or cores.
a.
Confined Edge. Each confined edge density shall be represented by a oneminute nuclear density reading or a core density and shall be included in the
average of density readings or core densities taken across the mat which
represents the lndividual Test.
b.
Unconfined Edge. Each unconfined edge joint density shall be represented by
an average of three one-minute density readings or a single core density at the
given density test location and shall meet the density requirements specified
herein. The three one-minute readings shall be spaced ten feet apart
longitudinally along the unconfined pavement edge and centered at the random
density test location."
Revise the Density Control Limits table in Article 1030.05(dX4) of the Standard Specifications to
read:
"Mixture Composition
L-9.5, tL-12.5
L-9.5, tL-9.51,
L-12.5
L-19.0. tL-25.0
L-19.0, tL-19.01,
L-25.0
SMA
AllOther
Parameter
lndividual Test
(includes confined edges)
Unconfined Edge
Joint Density
Minimum
90.0%
90.0%
Ndesiqn > 90
Ndesign < 90
92.0
92.5
-
Ndesion > 90
Ndesign < 90
93.0
93.0
- 96.0%
- 97.4o/o
90.0%
90.0%
93.5 - 97.4%
93.0 - 97.4o/o
90.0%"
Ndesion=50&80
Ndesign = 30
80246
tn(
96.0%
97.4o/o
91.0o/o
HOT-MtX ASPHALT
-
DROP-OFFS (BDE)
Effective: January 1, 2010
Revise the third paragraph of Article 701.07 of the Standard Specifications to read:
"At locations where construction operations result in a differential in elevation exceeding 3 in.
(75 mfn) between the edge of pavement or edge of shoulder within 3 ft (900 mm) of the edge of
the pavement and the earth or aggregate shoulders, Type I or ll barricades or vertical panels
shall be placed at 100ft (30 m) centers on roadwayswhere the posted speed limit is45 mph or
greater and at 50ft (15 m) centers on roadways where the posted speed limit is less than
45 mph."
80250
\otL
Hor-Mrx AsnHALT - rirue AccREcATE (BDE)
Effective: April 1 ,2010
Add the following to the gradation tables of Article 1003.01(c) of the Standard Specifications:
"FINE AGGREGATE GRADATIONS
Grad No..
FA22
3/8
100
Sieve Size and Percent Passinq
No. 16
No.8
No.4
6t
B+8
6t
No. 200
2!2
FINE AGGREGATE GRADATIONS lMetric)
Grad No.
FA22
6l
9.5 mm
100
Sieve Size and Percent Passinq
4.75 mm 2.36 mm 1.18 mm
6t
Br8
6t
75 um
2t2
For the fine aggregate gradation FA 22, the aggregate producer shall set the
midpoint percent passing, and the Department will apply a range of t ten percent.
The midpoint shall not be changed without Department approval."
Revise Article 1003.03(a) of the Standard Specifications to read:
"(a) Description. Fine aggregate for HMA shall consist of sand, stone sand, chats, slag
sand, or steel slag sand. For gradation FA22, uncrushed materialwill not be permitted."
Revise Article 1003.03(c) of the Standard Spec ifications to read
:
"(c) Gradation. Thefine aggregate gradation forall HMAshall be FA 1, FA 2,F420,F421,
or F422.
Gradation FA 1, FA 2, or FA 3 shall be used when required for prime coat aggregate
application for HMA."
80259
\a3
TMPACT ATTENUATORS (BDE)
Effective: November 1, 2003
Revised: November 1, 2008
Description. This work shall consist of furnishing and installing impact attenuators of the
category and test level specified.
Materials. Materials shall meet the requirements of the impact attenuator manufacturer and the
following:
Item
(a)
(b)
(c)
(d)
(e)
Fine Aggregate (Note
Article/Section
1)
Note
Hardware
StructuralTubing
Blockouts
Treatment.............
1003.01
...........
Plates
Steel Posts, Structural Shapes, and Plates
Rail Elements, End Section Plates, and Splice
Bolts, Nuts, Washers and
Hollow
(f) Wood Posts and Wood
(g) Preservative
1006.04
.....1006.25
1006.25
........1006.27(b)
......1007.01 ,1007.02,1007.06
1. Fineaggregate shall be FA 1 or FA2, ClassAquality. Thesand
.104712
shall be unbagged
and shall have a maximum moisture content of five percent.
CONSTRUCTION REQUIREMENTS
General. lmpact attenuators shall meet the testing criteria contained in National Cooperative
Highway Research Program (NCHRP) Report 350 for the test level specified and shall be on the
Department's approved list. Fully redirective and partially redirective attenuators shall also be
designed for bi-directional im pacts.
lnstallation. Regrading of slopes or approaches for the installation shall be as shown on the
plans.
Bases for impact attenuators, other than sand modules, shall be installed when required by the
manufacturer. The bases shall be constructed on a prepared subgrade according to the
manufacturer's specifications. The surface of the base shall be slightly sloped or crowned to
facilitate drainage.
Bases for sand module impact attenuators will be required. The bases shall be constructed of
either portland cement concrete or hot-mix asphalt (HMA). Portland cement concrete bases
shall be 6 in. (150 mm) thick and be according to the applicable requirements of Section 424 of
the Standard Specifications. HMA bases shall be 8 in. (200 mm) thick and be according to the
applicable requirements of Section 408 of the Standard Specifications. The surface of the base
shall be slightly sloped or crowned to facilitate drainage. The perimeter of each module and the
specified weight (mass) of sand in each module shall be painted on the surface of the base.
tt.\
lmpact attenuators shall be installed according to the manufacturer's specifications and include
all necessary transitions between the impact attenuator and the item to which it is attached.
Method of Measurement. This work will be measured for payment as each, where each is
defined as one complete installation.
Contract quantities
for sand module attenuator bases may be accepted according
to
Article 202.07(a) of the Standard Specifications. When measured, sand module attenuator
bases will be measured in place and the dimensions used to calculate square yards (square
meters) will not exceed those as shown on the plans.
Basis of Pavment. This work, will be paid for at the contract unit price per each for IMPACT
ATTENUATORS (FULLY REDIRECTIVE, NARROW); IMPACT ATTENUATORS (FULLY
REDIRECTIVE, WIDE); IMPACT ATTENUATORS (FULLY REDIRECTIVE, RESETTABLE);
IMPACT ATTENUATORS (SEVERE USE, NARROW); IMPACT ATTENUATORS (SEVERE
USE, WIDE); IMPACT ATTENUATORS (PARTIALLY REDIRECTIVE); or IMPACT
ATTENUATORS (NON-REDIRECTIVE), of the test level specified.
Sand module attenuator bases will be paid for at the contract unit price per square yard (square
meter) for ATTENUATOR BASE.
Regrading of slopes or approaches will be paid for according to Section 202 andlor Section 204
of the Standard Specifications.
801 09
\q5
TMPACT ATTENUATORS, TEMPORARy (BDE)
Effective: November 1, 2003
Revised: January 1,2007
Description. This work shall consist of furnishing, installing, maintaining, and
removing
temporary impact attenuators of the category and test level specified.
Materials. Materials shall meet the requirements of the impact attenuator manufacturer and the
following:
Item
Article/Section
(a) Fine Aggregate (Note 1)
1003.01
(b) Steel Posts, Structural Shapes, and Plates ...........
1006.04
(c) Rail Elements, End Section Plates, and Splice Plates
.....1006.25
(d) Bolts, Nuts, Washers and Hardware
1006.25
(e) Hollow StructuralTubing
........1006.27(b)
(f) Wood Posts and Wood Blockouts
...... 1007.01 , 1007.02,1007. 06
(g) Preservative Treatment.............
.rc07.12
(h) Packaged Rapid Hardening M ortar
1018.01
Note1. Fineaggregateshall beFAlorFA2,ClassAquality. Thesandshall beunbagged
and shall have a maximum moisture content of five percent.
CONSTRUCTION REQUIREMENTS
General. lmpact Attenuators shall meet the testing criteria contained in National Cooperative
Highway Research Program (NCHRP) Report 350 for the test level specified and shall be on the
Departm ent's approved list.
lnstallation. Regrading of slopes or approaches for the installation shall be as shown on the
plans.
Attenuator bases, when required by the manufacturer, shall be constructed on a prepared
subgrade according to the manufacturer's specifications. The surface of the base shall be
slightly sloped or crowned to facilitate drainage.
lmpact attenuators shall be installed according to the manufacturer's specifications and include
all necessary transitions between the impact attenuator and the item to which it is attached.
When water filled attenuators are used between November 1 and April 15, they shall contain
anti-f reeze accordin g to the m anufactu re r's recom mendations.
Markinqs. Sand module impact attenuators shall be striped with alternating reflectorized
AA or Type AP fluorescent orange and reflectorized white horizontal, circumferential
Type
stripes. There shall be at least two of each stripe on each
\qb
m odule.
Other types of impact attenuators shall have a terminal marker applied to their nose and
reflectors along their sides.
Maintenance. All maintenance of the impact attenuators shall be the responsibility of the
Contractor until removal is directed by the Engineer.
Relocate. When relocation of temporary impact attenuators is specified, they shall be removed,
relocated and reinstalled at the new location. The reinstallation requirements shall be the same
as those for a new installation.
Removal. When the Engineer determines the temporary impact attenuators are no longer
required, the installation shall be dismantled with all hardware becoming the property of the
Contractor.
Surplus material shall be disposed of according to Article 202.03. Anti-freeze, when present,
shall be disposed of/recycled according to local ordinances.
When impact attenuators have been anchored to the pavement, the anchor holes shall be
repaired with rapid set mortar Only enough water to permit placement and consolidation by
rodding shall be used and the materialshallbe struck-off flush.
Method of Measurement. This work will be measured for payment as each, where each is
defined as one complete installation.
Basis of Payment. This work will be paid for at the contract unit price per each for
ATTENUATORS, TEMPORARY (FULLY REDIRECTIVE, NARROW);
IMPACT
IMPACT
ATTENUATORS, TEMPORARY (FULLY REDIRECTIVE, WIDE); IMPACT ATTENUATORS,
TEMPORARY (FULLY REDIRECTIVE, RESETTABLE); IMPACT ATTENUATORS,
TEMPORARY (SEVERE USE, NARROW); IMPACT ATTENUATORS, TEMPORARY (SEVERE
USE, WIDE); or IMPACT ATTENUATORS, TEMPORARY (NON-REDIRECTIVE) of the test
level specified.
Relocation of the devices will be paid for at the contract unit price per each for IMPACT
R ECTIVE); I MPACT ATTEN UATORS, RELOCATE
(SEVERE USE); or IMPACT ATTENUATORS, RELOCATE (NON-REDIRECTIVE); of the test
level specified.
ATTEN UATORS, RELOCATE (FUL LY REDI
Regrading of slopes or approaches will be paid for according to Section 202 andlor Section 204
of the Standard Specifications.
80110
\\1
LIQUIDATED DAMAGES (BDE)
Effective: April 1, 2009
Revise the table in Article 108.09 of the Standard Specifications to read:
"Schedule of Deductions for Each
Dav of Overrun in Confact Time
Original Contract Amount
From More
Than
To and
lncluding
$ 100,000
100,000
500,000
1,000,000
3,000,000
5,000,000
10.000.000
500,000
1,000,000
3,000,000
5,000,000
10,000,000
And over
Daily Charges
Calendar
Work
Day
Day
$
$
375
625
1,025
1,125
1,425
1,700
3,325
500
875
1,425
1,550
1,950
2,350
4,650"
80230
\\Ð
METAL HARDWARE CAST |NTO CONCRETE (BDE)
Effective: April 1, 2008
Revised: April 1, 2009
Add the following to Article 503.02 of the Standard Specifications:
"(g) Metal Hardware Cast into Concrete....
........1006.13'
Add the following to Article 504.02 of the Standard Specifications:
'û) Metal Hardware
Cast into
Concrete...............
................1006.13"
Revise Article 1006.13 of the Standard Specifications to read:
"1006.13 Metal Hardware Gast into Concrete. Unless otherwise noted, all steel hardware
cast into concrete, such as inserts, brackets, cable clamps, metal casings for formed holes, and
galvanized according
AASHTO M232 or
other miscellaneous items, shall
AASHTO M 11 1. Aluminum inserts will not be allowed. Zinc alloy inserts shall be according to
ASTM B 86, Alloys 3, 5, or 7.
to
be
The inserts shall be UNC threaded type anchorages having the following minimum certified
proof load.
lnsert Diameter
5i8 in. (16 mm)
314 in. (19 mm)
1 in. (25 mm)
Proof Load
6600 tb (29.4 kN)
6600 tb (29.4 kN)
9240tb(41.1 kN)"
80203
rqq
MULCH (BDE)
Effective: November 1, 2010
Revised: January 1,2011
Revise the first sentence of Article 251,03 of the Standard Specifications to read:
"Within 24 hours of seed placement, mulch by one of the following methods shall be placed
on the areas specified."
Revise Article 251.03(bxz) of the Standard Specifications to read:
2. This procedure shall consist of stabilizing the straw with an approved
mulch blower followed immediately by an overspray application of lightduty hydraulic
mulch. The hydraulic mulch shall be according to Article 251.03(c) except that it shall be
applied as a slurry of 900 lb (1020 kg) of mulch and 1000 gal (9500 L) of water per acre
(hectare) using a hydraulic mulch applicator. The light-duty hydraulic mulch shall be
agitated a minimum of five minutes before application and shall be agitated during
application. The light-duty hydraulic mulch shall be applied from opposing directions to
ensure even coverage."
"(2) Procedure
Revise Article 251.03(c) of the Standard Specification to read:
"(c) Method 3. This method shall consist of the machine application of a light-duty hydraulic
mulch. Seeding shall be conducted as a separate operation and shall not be added to
the hydraulic mulch slurry. Hydraulic mulch shall not be applied when the ambient
temperature is at or below freezing. To achieve full and even coverage, the hydraulic
mulch shall be applied from two opposing directions. Mixing and application rates shall
be according to the manufacturer's recommendations and meet the minimum application
rates set in Article 1081 .06(aX2)."
Revise Article 251.03(d) of the Standard Specifications to read:
34. This method shall consist of the machine application of a heavy-duty
hydraulic mulch. Seeding shall be conducted as a separate operation and shall not be
added to the hydraulic mulch slurry. The hydraulic mulch shall not be applied when the
ambient temperature is at or below freezing. To achieve full and even coverage, the
hydraulic mulch shall be applied from two opposing directions. Mixing and application
rates shall be according to the manufacturer's recommendations and meet the minimum
application rates set in Article 1081.06(a)(2). The heavy-duty hydraulic mulch shall be
applied using a mechanically agitated hydraulic mulching machine."
"(d) Method
Add the following to Article 251.03 of the Standard Specifications:
"(e) Method 4. This method shall consist of applying compost combined with a performance
additive designed to bind/stabilize the compost. The composVperformance additive
Zd)
mixture shall be applied to the surface of the slope using a pneumatic blower at a depth
of 2 in. (50 mm)."
Revise Article 251.04 of the Standard Specifications to read:
"251.04 Erosion Control Blanket. Erosion control blanket may be placed using either
excelsior blanket or knitted straw blanket. Within 24 hours of seed placement, blanket shall be
placed on the areas specified. Prior to placing the blanket, the areas to be covered shall be
relatively free of rocks or clods over 1 112in. (40 mm) in diameter, and sticks or other foreign
material which will prevent the close contact of the blanket with the seed bed. lf, as a result of
rain, the prepared seed bed becomes crusted or eroded, or if eroded places, ruts, or
depressions exist for any reason, the Contractor shall rework the soil until it is smooth and
reseed such areas which are reworked.
After the area has been properly shaped, fertilized, and seeded, the blanket shall be laid out
flat, evenly, and smoothly, without stretching the material. The excelsior and knitted straw
blankets shall be placed so that the netting is on the top and the fibers are in contact with the
soil. The heavy duty blankets shall be placed so that the heavy duty extruded plastic mesh
is
on the bottom.
For placement in ditches, the erosion control blanket shall be applied parallel to the
centerline of the ditch so that there are no longitudinal seams within 2 ft (600 mm) of the bottom
centerline of the ditch. The blanket shall be toed in on the upslope edge and shingled or
overlapped with the flow.
On slopes, the blanket shall be applied either horizontally or vertically to the contour, toed in
on the upslope edge, and shingled or overlapped with the flow.
When placed adjacent to the roadway, blankets shall be toed in along the edge of shoulder.
Anchoring the blankets shall be according to the manufacturer's specifications."
Revise Article 251.06(b) of the Supplemental Specifications to read:
"(b) Measured Quantities. Mulch Methods 1, 2, 3,3A and 4 will be measured for payment in
place in acres (hectares) of surface area mulched. Erosion control blanket, heavy duty
erosion control blanket, and turf reinforcement mat will be measured for payment in
place in square yards (square meters)."
Revise Article 251.07 of the Supplemental Specifications to read:
"251.07 Basis of Payment. This work will be paid for at the contract unit price per acre
(hectare) for MULCH, METHOD 1; MULCH, METHOD 2; MULCH, METHOD 3; MULCH,
METHOD 3A; MULCH, METHOD 4; and at the contract unit price per square yard (square
meter) for EROSION CONTROL BLANKET, HEAVY DUTY EROSION CONTROL BLANKET, or
TURF REINFORCEMENT MAT."
2o\
Revise Article 1081 .06(a)(2) of the Standard Specifications to read:
"(2) Hydraulic Mulch. The mulch component shall be comprised of a minimum of
70 percent biodegradable material such as wood cellulose, paper fibers, straw or
cotton and shall contain no growth or germination inhibiting factors. The remainder
of the components shall consist of the manufacturer's choice of tackifiers and/or
strengthening fibers needed to meet the performance specifications. TackifTers shall
be non-toxic and LC 50 test results shall be provided along with the manufacturer's
certification. Hydraulic mulch shall disperse evenly and rapidly and remain in slurry
when agitated with water. When uniformly applied, the slurry shall form an
absorbent cover allowing percolation of water to the underlying surface. Hydraulic
mulch shall be packaged in UV and moisture resistant factory labeled packages or
bags with the net quantity of the packaged material plainly shown on each package.
The biodegradable material shall be relatively free of glossy papers and shall not be
water soluble. The hydraulic mulches shall be according to the following.
Light-Duty Hydraulic Mulch
Propertv"
Functional Lonoevitv''
Minimum Aoolication Rates
Tvoical Maximum Slooe Gradient lV:H)
Maximum Uninterruoted Slooe Lenoth
Maximum C Factor
Minimum Veoetation Establishment"'
Heavy-Duty Hydraulic
Propertvt'
nctional Lonqevitv''
Minimum Application Rates
Tvoical Maximum Slooe Gradient (V:H)
Maximum Uninterruoted Slooe Lenoth
Maximum C Factor"'o'
M inimum Veqetation Establishment"
Fu
1t
Value
3 months
2000 lb/acre (2244 kolha\
< 1:3
50 ft 115 m)
0.15
200 %
M
ulch
Value
12 months
3000 lb/acre (3360 kq/ha)
< 1'.2
100 ft 130 m)
0.02
400 o/o
This table sets minimum requirements only. Refer to manufacturer
recommendations for application rates, instructions, gradients, maximum
continuous slope lengths and other site specific recommendations.
2t Manufacturer's estimated time period, based upon field observations, that a
material can be anticipated to provide erosion control as influenced by its
composition and site-specific conditions.
2oL
3l
"C" Factor calculated as ratio of soil loss from HECP protected slope (tested
at specified or greater gradient, h:v) to ratio of soil loss from unprotected
(control) plot based on large-scale testing.
4l
5l
Large-scale test methods shall be according to ASTM D 6459.
Minimum vegetation establishment shall be calculated according to ASTM
D 7322.
The manufacturer shall furnish a certification with each shipment of hydraulic mulch
stating the number of packages or bags furnished and that the material complies with
these requirements."
80262
z(c3
NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM / EROSION AND SEDIMENT
coNTROL DEFTCTENCY DEDUCT¡ON (BDE)
Effective: April 1, 2007
Revised: November 1, 2009
Revise Article 105.03(a) of the Standard Specifications to read:
"(a) National Pollutant Discharge Elimination System (NPDES) / Erosion and Sediment
Control Deficiency Deduction. When the Engineer is notified or determines an erosion
and/or sediment control deficiency(s) exists, or the Contractor's activities represents a
violation of the Department's NPDES permits, the Engineer will notify and direct the
Contractor to correct the deficiency within a specified time. The specified time, which
begins upon notification to the Contractor, will be from 112 hour to 1 week based on the
urgency of the situation and the nature of the work effort required. The Engineer will be
the sole judge.
implementation of erosion
and/or sediment control devices included in the contract, or any failure to comply with the
conditions of the Department's NPDES permits. A deficiency may also be applied to
A deficiency may be any lack of repair, maintenance, or
situations where corrective action is not an option such as the failure to participate in a
jobsite inspection of the project, failure to install required measures prior to initiating
earth moving operations, disregard of concrete washout requirements, or other disregard
of the NPDES permit.
lf the Contractor fails to correct a deficiency within the specified time, a daily monetary
deduction will be imposed for each calendar day or portion of a calendar day until the
deficiency is corrected to the satisfaction of the Engineer. The calendar day(s) will begin
with notification to the Contractor and end with the Engineer's acceptance of the
correction. The base value of the daily monetary deduction is $1000.00 and will be
applied to each location for which a deficiency exists. The value of the deficiency
deduction assessed for each infraction will be determined by multiplying the base value
by a Gravity Adjustment Facior provided in Table A. Except for failure to participate in a
required jobsite inspection of the project prior to initiating earthmoving operations which
will be based on the total acreage of planned disturbance at the following multipliers: <5
Acres: 1; 5-10 Acres: 2; >10-25 Acres: 3; >25 Acres: 5. For those deficiencies where
corrective action was not an option, the monetary deduction will be immediate and will
be valued at one calend ar day multiplied by a Gravity Adjustment Factor.
2oL\
Table A
Deficiencv Deduction Gravitv Adiustment Factors
Types of Violations
Soil Disturbed and Not Permanently
Stabilized At Time of Violation
<5
Failure to lnstall or Properly
Maintain BMP
Careless Destruction of BMP
lntrusion into Protected Resource
Failure to properly manage
Chemicals, Concrete Washouts or
Residuals, Litter or other Wastes
lmproper Vehicle and Equipment
Maintenance. Fuelinq or Cleaninq
Failure to Provide or Update
Written or Graphic P lans Required
bv SWPPP
Failure to comply with Other
Provisions of the NPDES Permit
5 - 10
>10 - 25
>25
Acres
Acres
Acres
Acres
0.1 - 0.5
0.2 - 1.0
0.5 - 2.5
1.0-5
0.2-1
1.0-5
0.2-1
0.5 - 2.5
1.0 - 5.
2.0 - 10
0.5 - 2.5
2.0 - 10
0.1 - 0.5
0.2-1
0.2-1
0.5 - 2.5
1.0-5
1.0-5
0.1 - 0.5
0.2-1
0.2-1
0.5 - 2.5"
801 B0
2q5
1.0-5
0.2-1
0.2
-'l
1.0-5
1.0-5
0.5 - 2.5
PAYMENTS TO SUBCONTRACTORS (BDE)
Effective: June 1,2000
Revised: January 1, 2006,
Federal regulations found at 49 CFR 526.29 mandate the Department to establish a contract
clause to require Contractors to pay subcontractors for satisfactory performance of their
subcontracts and to set the tim e for such payments.
State law also addresses the timing of payments to be made to subcontractors and material
suppliers. Section 7 of the Prompt Payment Act, 30 ILCS 540/7, requires that when a
Contractor receives ány payment from the Department, the Contractor shall make
corresponding, proportional payments to each subcontractor and material supplier performing
work or supplying material within 15 calendar days after receipt of the Department payment.
Section 7 of the Act further provides that interest in the amount of two percent per month, in
addition to the payment due, shall be paid to any subcontractor or material supplier by the
Contractor if the payment required by the Act is withheld or delayed without reasonable cause.
The Act also provides that the time for payment required and the calculation of any interest due
applies to transactions between subcontractors and lower-tier subcontractors and material
suppliers throughout the contracting chain.
This Special Provision establishes the required federal contract clause, and adopts the 15
calendar day requirement of the State Prompt Payment Act for purposes of compliance with the
federal regulation regarding payments to subcontractors. This contract is subject to the
following payment obli gations.
When progress payments are made to the Contractor according to Article 109.07 of the
Standard Specifications, the Contractor shall make a corresponding payment to each
subcontractor and material supplier in proportion to the work satisfactorily completed by each
subcontractor and for the material supplied to perform any work of the contract. The
proportionate amount of partial payment due to each subcontractor and material supplier
throughout the contracting chain shall be determined by the quantities measured or otherwise
determined as eligible for payment by the Department and included in the progress payment to
the Contractor. Subcontractors and material suppliers shall be paid by the Contractorwithin 15
calendar days after the receipt of payment from the Department. The Contractor shall not hold
retainage from the subcontractors. These obligations shall also apply to any payments made by
subcontractors and material suppliers to their subcontractors and material suppliers; and to all
payments made to lower tier subcontractors and material suppliers throughout the contracting
chain. Any payment or portion of a payment subject to this provision may only be withheld from
the subcontractor ör material supplier to whom it is due for reasonable cause.
This Special Provision does not create any rights in favor of any subcontractor or material
supplier against the State or authorize any cause of action against the State on account of any
payment, nonpayment, delayed payment, or interest claimed by application of the State Prompt
Payment Act. The Department will not approve any delay or postponement of the 15 day
requirement except for reasonable cause shown after notice and hearing pursuant to Section
?oG
Payment Act. State law creates other and additional remedies
available to any subcontractor or material supplier, regardless of tier, who has not been paid for
work properly performed or material furnished. These remedies are a lien against public funds
set forth in Section 23(c) of the Mechanics Lien Act,770 ILCS 60/23(c), and a recovery on the
Contractor's payment bond according to the Public Construction Bond Act, 30 ILCS 550.
I ZtOl of the State Prompt
I
80022
2tc-l
POST MOUNTTNG OF SIGNS (BDE)
Effective: January 1, 2011
Revise the second paragraph of Article VA1 i4 of the Standard Specifications to read:
"Posl mounted signs shall be a breakaway design. The sign shall be within five degree-s.of
vertical. Two poets shall be used for signs greater than 16 sq fi (1.5 sq m) in area or where the
height between the sign and the ground exceeds 7 ft (2.1 m)."
s0268
2o8
PRECAST CONCRETE HANDLTNG HOLES (BDE)
Effective: January 1, 2007
Add the following to Article 540.02 of the Standard Specifications:
"(g) Handling Hole
P1u9s.........
.........1042.16"
Add the following paragraph after the sixth paragraph of Article 540.06 of the Standard
Specifications:
"Handling holes shall be filled with a precast concrete plug and sealed with mastic or mortar,
or filled with a polyethylene plug. The plug shall not project beyond the inside surface after
installation. When metal lifting inserts are used, their sockets shall be filled with mastic or
mortar."
Add the following to Article 542.02 of the Standard Specifications:
"(ee) Handling Hole
P1u9s.........
.......1042.16"
Revise the fifth paragraph of Article 542.04(d) of the Standard Specifications to read:
"Handling holes in concrete pipe shall be filled with a precast concrete plug and sealed with
mastic or mortar; or filled with a polyethylene plug. The plug shall not project beyond the inside
surface after installation."
Add the following to Article 550.02 of the Standard Specifications:
"(o) Handling Hole
P1u9s.........
Replace the fourth sentence
.........1042.16"
of the fifth paragraph of Article 550.06 of the
Standard
Specifications with the following:
"Handling holes in concrete pipe shall be filled with a precast concrete plug and sealed with
mastic or mortar; or filled with a polyethylene plug. The plug shall not project beyond the inside
surface after installation."
Add the following to Article 602.02 of the Standard Specifications:
"(p) Handling Hole
P1u9s.........
....1042.16(a)"
Replace the fifth sentence of the first paragraph of Article 602.07 of the Standard Specifications
with the following:
2o1,
"Handling holes shall be filled with a precast concrete plug and sealed with mastic or mortar.
The plug shall not project beyond the inside surface after installation. When metal lifting inserts
are used, their sockets shall be filled with mastic or mortar."
Add the following to Section 1042 of the Standard Spec ifications:
"1042.'16 Handling Hole Plugs. Plugs for handling holes in precast concrete produ cts shall
be as follows.
(a) Precast Concrete Plug. The precast concrete plug shall have a tapered shape and shall
have a minimum compressive strength of 3000 psi (20,700 kPa) at 28 days.
(b) Polyethylene Plug. The polyethylene plug shall have a "mushroom" shape with a flat
round top and a stem with three different size ribs. The plug shall fit snuggly and cover
the handling hole.
The plug shall be according to the f ollowing.
Mechanical Properties
Test Method
Flexural Modulus
Tensile Strenqth (Break)
Tensile Strenqth (Yield)
ASTM D 790
ASTM D 638
ASTM D 638
Thermal Properties
Brittle Temoerature
Vicat Softenino Point
Test Method
ASTM D746
ASTM D 1525
80171
2t,o
Value (min.)
3300 psi (22,750 kPa\
1600 psi (11 ,030 kPa)
1200 psi (8270 kPa)
Value (min.)
-49 0F (-45 0C)
194 oF (90 0c)"
RAILROAD PROTECT¡VE LIABILITY INSURANCE (5 and 10) (BDE)
Effective: January 1, 2006
Description. Railroad Protective Liability and Property Damage Liability lnsurance shall be
carried according to Article 107.11 of the Standard Specifications, except the limits shall be a
minimum of $5,000,000 combined single limit per occurrence for bodily injury liability and
property damage liability with an aggregate limit of $10,000,000 over the life of the policy. A
separate policy is required for each railroad unless otherw ise noted.
NAMED INSURED &
ADDRESS
PASSENGER
S¡¡ Si R¡ruuhY
DOT/AAR
}t{-\\ro\S
C
RR Mile
3o
Post:
Contact: îßeNO\+
L\lÍ.t¡rC.tlA€
.l\þ¡\F6,oP
1$oñ9tou
DOT/AAR No.:
RR Mile Post:
RR Division:
RR Sub-Division:
For FreighVPassenger lnformation Contact:
For lnsurance lnformation Contact:
cno¡
t1-1 .qo
RR Sub-Division:
For FreighvPassenger lnformation Contact: FÊe¡¡c¡r
For Insurance lnformation
NUMBER & SPEED OF
FREIGHT TRAINS
bL
No.: 00"166I
RR Division:
OF
TRAINS
NUMBER & SPEED
Phone: 11?'Ë[' 6o]L
Phone: ì-ì3 -5'ì'r -Son1-
Phone:
Phone:
Approval of lnsurance. The original and one certified copy of each required policy shall be
submitted to the following address for approval:
lllinois Departm ent of Transportation
Bureau of Design and Environment
2300 South Dirksen Parkway, Room 326
Springfield, lllinois 627 64
2\ \
The Contractor will be advised when the Department has received approval of the insurance
from the railroad(s). Before any work begins on railroad right-of-way, the Contractor shall
submit to the Engineer evidence that the required insurance has been approved by the
railroad(s). The Contractor shall also provide the Engineer with the expiration date of each
required policy.
Basis
of Pavment.
Providing Railroad Protective Liability and Property Damage Liability
lnsurance will be paid for at the contract unit price per Lump Sum for RAILROAD PROTECTIVE
LIABILITY INSURANCE.
801 57
?-r
L
RA¡SED REFLECTIVE PAVEMENT MARKERS (BDE)
I
I
Effective: November 1, 2009
Revised: April 1,2010
nevise the first sentence of the second paragraph of Article 781.03(a) of the Standard
Specifications to read:
"The pavement shall be cut to match the bottom contour of the marker using a concrete
saw fitted with 1B and 20 in. (450 and 500 mm) diameter blades."
80247
z-
r3
RECLA¡MED ASPHALT PAVEMENT (RAP) (BDE)
Effective: January 1, 2007
Revised: January 1,2011
ln Article 1030.02(g), delete the last sentence of the first paragraph in (Note 2).
Revise Section 1031 of the Standard Specifications to read:
"SECTION 1031. REGLAIMED ASPHALT PAVEMENT
1031.01 Description. Reclaimed asphalt pavement (RAP) is reclaimed asphalt pavement
resulting from cold milling or crushing of an existing dense graded hot-mix asphalt (HMA)
pavement. The Contractor shall supply written documentation that the RAP originated from
routes or airfields under federal, state, or local agency jurisdiction.
103'1.02 Stockpiles. The Contractor shall construct individual, sealed RAP stockpiles
meeting one of the following definitions. No additional RAP shall be added to the pile after the
pile has been sealed. Stockpiles shall be sufficiently separated to prevent intermingling at the
base.
Stockpiles shall be identified by signs indicating the type as listed below (i.e.
"Homogeneous
S urface").
Prior to milling, the Contractor shall request the District to provide verification of the quality
of the RAP to clarify appropriate stockpile.
(a) Fractionated RAP (FRAP). FRAP shall consist of RAP from Class l, Superpave (High
ESAL), HMA (High ESAL), or equivalent mixtures. The coarse aggregate in FRAP shall
be crushed aggregate and may represent more than one aggregate type and/or quality
but shall be at least C quality. All FRAP shall be fractionated prior to testing by
screening into a minimum of two size fractions with the separation occurring on or
between the #4 (4.75 mm) and 112 in. (12.5 mm) sieves. Agglomerations shall be
minimized such that 100 percent of the RAP in the coarse fraction shall pass one sieve
size larger than the maximum sieve size specified for the mix the RAP will be used in.
(b) Homogeneous. Homogeneous RAP stockpiles shall consist of RAP from Class l,
Superpave (High ESAL), HMA (High ESAL), or equivalent mixtures and represent:
1)the same aggregate quality, but shall be at least Cquality; 2) the same type of
crushed aggregate (either crushed natural aggregate, ACBF slag, or steel slag);
3) similar gradation; and 4) similar asphalt binder content. lf approved by the Engineer,
combined single pass surface/binder millings may be considered "homogenous" with a
quality rating dictated by the lowest coarse aggregate quality present in the mixture.
(c) Conglomerate. Conglomerate RAP stockpiles shall consist of RAP from Class l,
Superpave (High ESAL), HMA (High ESAL), or equivalent mixtures. The coarse
aggregate in this RAP shall be crushed aggregate and may represent more than one
aggregate type and/or quality but shall be at least C quality. This RAP may have an
? t-\
inconsistent gradation and/or asphalt binder content prior
to
processing.
All
conglomerate RAP shall be processed prior to testing by crushing to where all RAP shall
pass the 5/8 in. (16 mm) or smaller screen. Conglomerate RAP stockpiles shall not
contain steel slag or other expansive material as determined by the Department.
(d) Conglomerate "D" Quality (DQ). Conglomerate DQ RAP stockpiles shall consist of RAP
from Class l, Superpave (High or Low ESAL), HMA (High or Low ESAL), or equivalent
mixtures. The coarse aggregate in this RAP may be crushed or round but shall be at
least D quality. This RAP may have an inconsistent gradation and/or asphalt binder
content. Conglomerate DQ RAP stockpiles shall not contain steel slag or other
expansive material as determined by the Department.
(e) Non-Quality. RAP stockpiles that do not meet the requirements of the stockpile
categories listed above shall be classified as "Non-Quality".
RAP/FRAP containing contaminants, such as earth, brick, sand, concrete, sheet asphalt,
bituminous surface treatment (i.e. chip seal), pavement fabric, joint sealants, etc., will be
unacceptable unless the contaminants are removed to the satisfaction of the Engineer. Sheet
asphalt shall be stockpiled separately.
1031.03 Testing. When used in HMA, the RAP/FRAP shall be sampled and tested either
during or after stockpiling.
For testing during stockpiling, washed extraction samples shall be run at the minimum
one sample per 500 tons (450 metric tons) for the first 2000 tons
(1800 metrictons) and one sample per 2000tons (1800 metrictons) thereafter. A minimum of
five tests shall be required for stockpiles less than 4000 tons (3600 m etric tons).
frequency
of
For testing after stockpiling, the Contractor shall submit a plan for approval to the District
proposing a satisfactory method of sampling and testing the RAP/FRAP pile either in-situ or by
restockpiling. The sampling plan shall meet the minimum frequency required above and detail
the procedure used to obtain representative samples throughout the pile for testing.
Before extraction, each fleld sample shall be split to obtain two samples of test sample size.
One of the two test samples from the final split shall be labeled and stored for Department use.
The Contractor shall extract the other test sample according to Department procedure. The
Engineer reserves the right to test any sample (split or Department-taken) to verify Contractor
test results.
Evaluation of Test Results. All of the extraction results shall be compiled and averaged for
asphalt binder content and gradation and, when applicable Gn.'n,,. lndividual extraction test
results, when compared to the averages, w ill be accepted if within the tolerances listed below.
Parameter
FRAP/Homogeneous
/Conolomerate
Conglomerate "D"
Qualitv
x5%
1 in. (25 mm)
z\5
1l2in. (12.5 mm)
+8o/o
X 15
o/o
No. 4 (4.75 mm)
No. B (2.36 mm)
No. 16 (1.18 mm)
No. 30 (600 um)
No. 200 (75 um)
16%
L 13
o/o
Asphalt Binder
G.t
!5o/o
!15%
t5%
+ 2.0
+ 0,4
r
o/o
o/o
1t
t4.0%
r0.5%
0.03
1/ The tolerance for FRAP shall be t
0.3 %.
lf more than 20 percent of the individual sieves are out of the gradation tolerances, or if
more than 20 percent of the asphalt binder content test results fall outside the appropriate
tolerances, the RAP/FRAP shall not be used in HMA unless the RAP/FRAP representing the
failing tests is removed from the stockpile. All test data and acceptance ranges shall be sent to
the District for evaluation.
With the approval of the Engineer, the ignition oven may be substituted for extractions
according to the lllinois Test Procedure, "Calibration of the lgnition Oven for the Purpose of
Characteriz ing Reclai med Asphalt P avement (RAP )".
1031.04 Quality Designation of Aggregate in RAP/FRAP.
(a) The aggregate quality of the RAP for homogenous, conglomerate, and conglomerate "D"
quality stockpiles shall be set by the lowest quality of coarse aggregate in the RAP
stockpile and are designated as follows.
(1) RAP from Class l, Superpave (High ESAL)/HMA (High ESAL), or HMA (Low ESAL)
lL-9.5L surface mixtures are designated as containing Class B quality coarse
aggregate.
(2) RAP from Superpave (Low ESAL)/HMA (Low ESAL) lL-19.01 binder mixture
designated as Class D quality coarse aggregate.
is
(3) RAP from Class l, Superpave (High ESAL), or HMA (High ESAL) binder mixtures,
bituminous base course mixtures, and bituminous base course widening mixtures
are designated as containing Class C quality coarse aggregate.
(4) RAP from bituminous stabilized subbase and BAM shoulders are designated as
containing Class D quality coarse aggregate.
(b) The aggregate quality of FRAP shall be determ ined as follows.
2\(.
(1)
lf the
Engineer has documentation of the quality of the FRAP aggregate, the
Contractor shall use the assigned quality provided by the Engineer. lf the quality is
not known, the quality shall be determined according to Article 1031.04(bX2).
(2) Fractionated stockpiles containing plus #4 (4.75 mm) sieve coarse aggregate shall
have a maximum tonnage of 5000 tons (4500 metric tons). The Contractor shall
obtain a representative sample witnessed by the Engineer. The sample shall be a
minimum of 50 lb (25 kg). The sample shall be extracted according to lllinois
Modified AASHTO f ß4 by a consultant prequalified by the Department for the
specified testing. The consultant shall submit the test results along with the
recovered aggregate to the District Office. The cost for this testing shall be paid by
the Contractor. The District will fon¡¡ard the sample to the BMPR Aggregate Lab for
MicroDeval Testing, according to lllinois Modified AASHTO 1 327. A maximum loss
of 15.0 percent will be applied for all HMA applications."
1031.05 Use of RAP/FRAP in HMA. The use of RAP/FRAP shall be a Contractor's option
when constructing HMA in all contracts. The use of RAP/FRAP in HMA shall be as follows.
(a) Coarse Aggregate Size. The coarse aggregate in all RAP shall be equal to or less than
the nominal maximum size requirement for the HMA mixture to be produced.
(b) Steel Slag Stockpiles. RAP stockpiles containing steel slag orother expansive material,
as determined by the Department, shall be homogeneous and will be approved for use
in
HMA (High ESAL and Low ESAL) surface mixtures only.
(c) Use in HMA Surface Mixtures (High and Low ESAL). RAP/FRAP stockpiles for use in
HMA surface mixtures (High and Low ESAL) shall be FRAP or homogeneous in which
the coarse aggregate is Class B quality or better.
(d) Use in HMA Binder Mixtures (High and Low ESAL), HMA Base Course, and HMA Base
Course Widening. RAP/FRAP stockpiles for use in HMA binder mixtures (High and Low
ESAL), HMA base course, and HMA base course widening shall be FRAP,
homogeneous, or conglomerate, in which the coarse aggregate is Class C quality or
better.
(e) Use in Shoulders and Subbase. RAP/FRAP stockpiles for use in HMA shoulders and
stabilized subbase (HMA) shall be FRAP, homogeneous, conglomerate, or
conglomerate DQ.
(Ð When the Contractor chooses the RAP option, the percentage of RAP shall not
exceed
the amounts indicated in the table below for a given N Design.
Max RAP Percentage
HMA Mixtures
Ndesiqn
1/' 3/
Maximum % RAP
Binderilevelinq I
2r-J
Surface
Polymer
Modified
Binder
30
30
25
30
50
15
70
90
105
15
10t15''
I
2521
10
10
10
10
10
10
10
10
10
1l
For HMA shoulder and stabilized subbase (HMA) N-30, the amount of RAP shall not
exceed 50% of the mixture.
2l
Value of Max % RAP if homogeneous RAP stockpile of lL-9.5 RAP is utilized.
3/
When RAP exceeds 20 percent, the high and low virgin asphalt binder grades shall
each be reduced by one grade (i.e. 25 percent RAP would require a virgin asphalt
binder grade of PG64-22 to be reduced to a PG5B-28). lf warm mix asphalt (WMA)
technology is utilized, and production temperatures do not exceed 275"F (135'C)
the grades shall be reduced as f ollows:
Overlavs:
When WMA contains between 20 and 30 percent RAP the high temperature shall
be reduced by one grade (i.e. 25 percent RAP would require a virgin asphalt
binder grade of PG64-22 to be reduced to a PG58-22). When WMA contains
30 percent or more RAP the high and low temperature grades shall each be
reduced by one grade (i.e. 35 percent RAP would require a virgin asphalt binder
grade of PG64-22 to be reduced to a PG58-28).
Full Depth:
When WMA contains between 20 and 30 percent RAP, the low temperature shall
be reduced by one grade (i.e. 25 percent RAP would require a virgin asphalt
binder grade of PG64-22 to be reduced to a PG64-28). When the WMA contains
30 percent or more RAP the high and low temperature grades shall each be
reduced by one grade (i.e. 35 percent RAP would require a virgin asphalt binder
grade of PG64-22 to be reduced to a PG5B-28).
(g) When the Contractor chooses the FRAP option, the percentage of FRAP shall not
exceed the amounts indicated in the table below for a given N Design.
Max FRAP Percentage
HMA Mixtures
1/ 2l
Maximum % FRAP
Ndesign
Binder/Leveling
Binder
Surface
Polymer
Modified
30
50
70
35
30
25
35
25
10
10
20
10
Z\B
90
105
20
15
10
10
10
10
1l
For HMA shoulder and stabilized subbase (HMA) N30, the amount of FRAP shall not
exceed 50 percent of the mixture.
2/
When FRAP exceeds 20 percent, the high and low virgin asphalt binder grades shall
each be reduced by one grade (i.e. 25 percent FRAP would require a virgin asphalt
binder grade of PG64-22 to be reduced to a PG58-28). lf warm mix asphalt (WMA)
technology is utilized, and production temperatures do not exceed 275""F (135 "C)
the grades shallbe reduced as f ollows:
Overlavs:
When WMA contains between 20 and 30 percent FRAP the high temperature
shall be reduced by one grade (i.e. 25 percent FRAP would require a virgin
asphalt binder grade of PG64-22 to be reduced to a PG58-22). When WMA
contains 30 percent or more FRAP the high and low temperature grades shall
each be reduced by one grade (i.e. 35 percent FRAP would require a virgin
asphalt binder grade of PG64-22 to be reduced to a PG5B-2 B)'
Full Depth:
When WMA contains between 20 and 30 percent FRAP, the low temperature
shall be reduced by one grade (i.e. 25 percent FRAP would require a virgin
asphalt binder grade of PG64-22 to be reduced to a PG64-28). When the WMA
contains 30 percent or more FRAP the high and low temperature grades shall
each be reduced by one grade (i.e. 35 percent FRAP would require a virgin
asphalt binder grade of PG64-22 to be reduced to a PG5B-2 8).
1031.06 HMA Mix Designs. At the Contractor's option, HMA mixtures may be constructed
utilizing RAP/FRAP material meeting the above detailed requirements.
RAP/FRAP designs shall be submitted for volumetric verification. lf additional RAP/FRAP
stockpiles are tested and found that no more than 20 percent of the results, as defined under
"Testing" herein, are outside of the control tolerances set for the original RAP/FRAP stockpile
and HMA mix design, and meets all of the requirements herein, the additional RAP/FRAP
stockpiles may be used in the original mix design at the percent previously verified.
1031.07 HMA Production. The coarse aggregate in all RAP used shall be equalto or less
than the nominal maximum size requirement for the HMA mixture being produced.
To remove or reduce agglomerated material, a scalping screen, gator, crushing unit,
or
comparable sizing device approved by the Engineer shall be used in the RAP feed system to
remove or reduce oversized material. lf material passing the sizing device adversely affects the
mix production or quality of the mix, the sizing device shall be set at a size specified by the
Engineer.
2\1
lf the RAP/FRAP control tolerances or QCiQA test results require corrective action, the
Contractor shall cease production of the mixture containing RAP/FRAP and either switch to the
virgin aggregate design or submit a new RAP/FRAP design.
HMA plants utilizing RAP/FRAP shall be capable of automatically recording and printing the
following information.
(a) Dryer Drum Plants.
(1) Date, month, year, and time to the nearest minute for each print.
(2) HMA mix number assigned by the Department.
(3) Accumulated weight of dry aggregate (combined or individual) in tons (metric tons) to
the nearest 0.1 ton (0.1 metric ton).
(4) Accumulated dry weight of RAP/FRAP in tons (metric tons) to the nearest 0.1 ton
(0.1 metric ton).
(5) Accumulated mineral filler in revolutions, tons (metric tons), etc. to the nearest
0.1 unit.
(6) Accumulated asphalt binder in gallons (liters), tons (metric tons), etc. to the nearest
0.1 unit.
(7) Residual asphalt binder in the RAP/FRAP material as a percent of the total mix to the
nearest 0.1 percent.
(8) Aggregate and RAP/FRAP moisture compensators in percent as set on the control
panel. (Required when accumulated or individual aggregate and RAP/FRAP are
printed in wet condition.)
(b) Batch Plants.
(1) Date, month, year, and time to the nearest minute for each print.
(2) HMA mix number assigned by the Department.
(3) lndividual virgin aggregate hot bin batch weights to the nearest pound
(4) Mineral filler weight to the nearest po und (kilogram).
(5) RAP/FRAP weight to the nearest poun d (kilogram).
(6) Virgin asphalt binder weight to the nearest pound (kilogram).
zLo
(k ilogram).
(7) Residual asphalt binder in the RAP/FRAP material as a percent of the total mix to the
nearest 0.1 percent.
The printouts shall be maintained in a file at the plant for a minimum of one year or as
directed by the Engineer and shall be made available upon request. The printing system will be
inspected by the Engineer prior to production and verified at the beginning of each construction
season thereafter.
1031.08 RAP in Aggregate Surface Course and Aggregate Shoulders. The use of RAP
in aggregate surface course and aggregate shoulders shall be as follows.
(a) Stockpiles and Testing. RAP stockpiles may be any of those listed in Article 1031.02,
except "Non-Quality" and "FRAP". The testing requirements of Article 1031.03 shall not
apply.
(b) Gradation. One hundred percent of the RAP material shall pass lhe1112 in. (37.5 mm)
sieve. The RAP material shall be reasonably well graded from coarse to fine. RAP
material that is gap-grad ed or single sized will not be accepted."
80172
zL\
SEEDTNG (BDE)
I
Effective: July 1, 2004
Revised: July 1,2010
Revise the following seeding mixtures shown in Table 1 of Article 250.07 of the Standard
Specifications to read:
"Table 1 - SEEDING MIXTURES
Class
1A
-
Type
Salt Tolerant
Lawn Mixture 7/
2
2A
Roadside Mixture 7/
Salt Tolerant
Roadside Mixture 7/
Northern lllinois
Slope Mixture 7/
Seeds
Bluegrass
Perennial Ryegrass
Red Fescue
(Audubon, Sea Link, or Epic)
Hard Fescue
(Rescue 911, Spartan ll, or Reliant lV)
Fults Salt Grass 1/ or Saltv Alkaliqrass
Tall Fescue
(lnferno, Tarheel ll, Quest, Blade
Runner, or Falcon lV)
Perennial Ryegrass
Creeping Red Fescue
Red Top
Tall Fescue
(lnferno, Tarheel ll, Quest, Blade
Runner, or Falcon lV)
Perennial Ryegrass
Red Fescue
(Audubon, Sea Link, or Epic)
Hard Fescue
(Rescue 911, Spartan ll, or Reliant lV)
Fults Salt Grass 1/ or Saltv Alkaliqrass
Elymus Canadensis
(Canada Wìld Rye)
Perennial Ryegrass
Alsike Cover 2/
Desmanthus lllinoensis
(lllinois Bundleflower) 21, 5l
Andropogon Scoparius
(Little Bluestem) 5/
Bouteloua Curtipendula
(Side-Oats Grama)
Fults Salt Grass 1/ or Salty Alkaligrass
Oats, Spring
Slender Wheat Grass 5/
Buffalo Grass (Codv or Bowie) 41, 51.91
zzL
lb/acre
lkolhectare)
60 (70)
20 (20)
20 (20)
20 (20)
60 (70)
100 (110)
50 (55)
40 (50)
10 (10)
60 (70)
20 (20)
30 (20)
30 (20)
60 (70)
5 (5)
20 (20)
5 (5)
2 (2)
12 (12)
10 (10)
30 (35)
50 (55)
15 (15)
5 (5)
"Table 1 - SEEDING MIXTURES
)A
Andropogon Scoparius
(Little Bluestem)5/
Elymus Canadensis
(Canada Wild Rye) 5/
Buffalo Grass (Cody or Bowie) 41, 51,91
Salt Tolerant
Conservation
Mixture
Vernal Alfalfa2l
Oats, Spring
Fults Salt Grass 1/ or Saltv Alkaliqrass
5 (5)
2 (2)
5 (5)
15 (15)
48 (55)
20 Q0\'
Revise Note 7 of Table 1 - Seeding Mixtures of Article 250.07 of the Standard Specifications to
read:
"71 ln Districts 1 through
6, the planting times shall be April 1 to June 15 and August 1 to
1. ln Districts 7 through 9, the planting times shall be March 1 to June
and August 1to November 15. Seeding may be performed outside these dates
November
1
provided the Contractor guarantees a minimum of 75 percent uniform growth over
the entire seeded area(s) after a period of establishment. lnspection dates for the
period of establishment will be as follows: Seeding conducted in Districts 1 through
6 between June 16 and July 31 will be inspected after April 15 and seeding
conducted between November2 and March 31 will be inspected afterSeptember 15.
Seeding conducted in Districts 7 through 9 between June 2 and July 31 will be
inspected after April 15 and seeding conducted between November 16 and
February 28 will be inspected after September 15. The guarantee shall be submitted
to the Engineer in writing prior to performing the work. After the period of
establishment, areas not exhibiting 75 percent uniform growth shall be interseeded
or reseeded, as determined by the Engineer, at no additional cost to the
Department."
Revise the first paragraph of Article 1081.Oa(a) of the Standard Specifications to read:
"(a) Sampling and Testing. Each lot of seed furnished shall be tested by a State Agriculture
Department (including other States) or by land grant college or university agricultural
sections or by a Registered Seed Technologist. Germination testing of seed shall be
accomplished within lhe 12 months prior to the seed being installed on the project."
Delete the last sentence of the first paragraph of Article 1081.0a(c)(2) of the Standard
Specifications.
Revise Table ll of Article 1081.0a(c)(6) of the Standard Specifications to read:
TABLE
of
lntratra
Seeds
Hard
Seed
o/o
Max.
20
Purity
%
Min.
92
II
Pure
Live
Seed %
Min.
89
223
Weed
%
Max.
0.50
SecondarY *
Noxious Weeds
No. Per oz (kg)
Max. Permitted Notes
1t
6 (211\
TABLE
Hard
Seed
%
Max.
Variety of Seeds
15
llover, Alsike
0
ìed Fescue, Audubon
ìed Fescue, Creeping
ìed Fescue, Epic
ìed Fescue, Sea Link
lall Fescue, Blade Runner
Iall Fescue, Falcon lV
fall Fescue, lnferno
0
fall Fescue, Tarheel ll
fall Fescue, Quest
0
:ults Salt Grass
0
Saltv Alkaliorass
0
(entucky Bluegrass
fats
Redtoo
Ryegrass, Perennial, Annual
Rye, Grain, Winter
Hard Fescue, Reliant lV
Hard Fescue, Rescue 91 1
Hard Fescue, Sparlan ll
Iimothy
Wheat, hard Red Winter
0
Purity
%
Min.
92
97
97
98
98
98
98
98
97
98
98
98
97
92
90
97
92
98
97
98
92
92
II
Pure
Live
Seed %
Min.
87
82
82
83
83
83
83
83
82
83
85
85
80
88
78
85
83
83
82
83
84
89
Weed
%
Max.
0.30
0.10
1.00
0.05
0.10
0.10
0.05
0.10
1.00
0.10
0. O
0.1 0
1
0.30
0.50
1.80
0.30
0.50
0.05
0.10
0.10
0.50
0.50
SecondarY *
Noxious Weeds
No. peroz (kg)
Max. Permitted Notes
2l
6
3 (105)
6 (21 1)
1 (35)
3 (105)
(211)
2(70)
I
(35)
2 (70)
6 (211)
2 (70)
2 ( 70)
2 (70\
7 (247)
2 (70)
5 ('175)
5 (175
2 (70)
1 (35)
3 (105
3 (105
5 (175
2(70)
4l
3l
3t
3l
et
;,
3t
Revise the first sentence of the first paragraph of Article 1081.0a(c)(7) of the Standard
Specifications to read
:
"The seed quantities indicated per acre (hectare) for Prairie Grass Seed in Classes 3, 34, 4,44,
6, and 6A in Article 250.07 shall be the amounts of pure, live seed per acre (hectare) for each
species listed."
801 31
22ï
sELF-CONSOLIDATING CONCRETE FOR CAST-IN-PLACE CONSTRUCTION (BDE)
Effective: November 1, 2005
Revised: July 1,2010
Definition. Self-consolidating concrete is a flowable mixture that does not require mechanical
vibration for consolidation.'
Usaqe. Self-consolidating concrete may be used for cast-in-place concrete construction items
involving Class MS, DS, and Sl concrete.
Materials. Materials shall be according to Section 1021 of the Standard Specifications.
Mix Desiqn Criteria. Article 1020.04 of the Standard Specifications shall apply, except as
follows:
(a) The cement factor shall be according to Article 1020.04 of the Standard Specifications.
lf the maximum cement factor is not specified, it shall not exceed 7.05 cwVcu yd
(418 kg/cu m). The cement factor shall not be reduced if a water-reducing, retarding, or
high range water-reducing admixture is used.
(b) The maximum allowable water/cement ratio shall be according to Article 1020.04 of the
Standard Specifications or 0.44, whichever is lower.
(c) The slump requirements shall not apply.
(d) The coarse aggregate gradations shall be CA 13, CA14, CA 16, or a blend of these
gradations. CA 11 may be used when the Contractor provides satisfactory evidence to
the Engineer that the mix will not segregate. The fine aggregate proportion shall be a
maximum 50 percent by weight (mass) of the total aggregate used.
(e) The slump flow range shall be t2in. (t 50 mm) of the Contractor target value, and
within the overall Department range of 20in. (510mm) minimum to 28in. (710 mm)
maximum.
(f)
-
The visual stability index shall be a maximum of
1.
(g) The J-ring value shall be a maximum of 4 in. (100 mm). The Contractor may specify a
lower maximum in the mix design.
(h) The L-box blocking ratio shall be a minimum of 60 percent. The Contractor may specify
a higher minimum in the mix design.
(i)
The hardened visual stability index shall be a maximum of
225
1.
Test Methods. lllinois Test Procedures SCC-1, SCC-2, SCC-3, SCC-4, SCC-6, and lllinois
lr¿oO¡t¡eO AASHTO T 22,23, 121,126, 141,152, 177,196, and 309 shall be used for testing of
self-consolid ating concrete mixtures.
Mix Desiqn Submittal. The Contractor's Level lll PCC Technician shall submit a mix design
according to the "Portland Cement Concrete Level lll Technician" course manual, except target
slump information is not applicable and will not be required. However, a target slump flow shall
be submitted.
A J-ring value shall be submitted if a lower mix design maximum will apply. An L-box blocking
ratio shall be submitted if a higher mix design minimum will apply. The Contractor shall also
indicate applicable construction items for the mix design.
Trial mixture information will be required by the Engineer. A trial mixture is a batch of concrete
tested by the Contractor to verify the Contractor's mix design will meet speciflcation
requirements. Trial mixture information shall include test results as specified in the "Portland
Cement Concrete Level lll Technician" course manual. Test results shall also include slump
flow, visual stability index, J-ring value or L-box blocking ratio, and hardened visual stability
index. For the trial mixture, the slump flow shall be near the proposed target slump flow.
A minimum 2 cu yd (1.5 cu m) trial batch shall be produced, and the selfconsolidating concrete admixture dosage proposed by the Contractor shall be used. The slump
flow shall be within 1.0 in. (25 mm) of the maximum slump flow range specified by the
Contractor, and the air content shall be within the top half of the allowable specification range.
Trial Batch.
The trial batch shall be scheduled a minimum of 2l calendar days prior to anticipated use and
shall be performed in the presence of the Engineer.
The Contractor shall provide the labor, equipment, and materials to test the concrete. The
mixture will be evaluated by the Engineer for strength, air content, slump flow, visual stability
index, J-ring value or L-box blocking ratio, and hardened visual stability index.
Upon review of the test data from the trial batch, the Engineer will verify or deny the use of the
mix design and notify the Contractor.
A new trial batch will be required whenever there is a change in the source of any component
material, proportions beyond normal field adjustments, dosage of the self-consolidating concrete
admixture, batch sequence, mixing speed, mixing time, or as determined by the Engineer. The
testing criteria for the new trial batch will be determined by the Engineer.
When necessary, the trial batches shall be disposed of according to Article 202.03 of the
Standard Speci fications.
Mixinq Portland Cement Concrete. ln addition toArticle 1020.11 of the Standard Specifications,
the mixing time for central-mixed concrete shall not be reduced as a result of a
zz6
mixer
performance test. Truck-mixed or shrink-mixed concrete shall be mixed in a truck mixer for a
minimum of 100 revolutions.
Wash water, if used, shall be completely discharged from the drum or container before the
succeeding batch is introduced.
The batch sequence, mixing speed, and mixing time shall be appropriate to prevent cement
balls and mix foaming for central-mixed, truck-mixed, and shrink-mixed concrete.
Falsework and Forms. ln addition to Articles 503.05 and 503.06 of the Standard Specifications,
the Contractor shall ensure the design of the falsework and forms is adequate for the additional
form pressure caused by the fluid concrete. Forms shall be tight to prevent leakage of fluid
concrete.
When the form height for placing the self-consolidating concrete is greater than 10.0ft (3.0 m),
direct monitoring of form pressure shall be performed according to lllinois Test Procedure SCC10. The monitoring requirement is a minimum, and the Contractor shall remain responsible for
adequate design of the falsework and forms. The Contractor shall record the formwork
pressure during concrete placement. This information shall be used by the Contractor to
prevent the placement rate from exceeding the maximum formwork pressure allowed, to monitor
the thixotropic change in the concrete during the pour, and to make appropriate adjustments to
the mix design. This information shall be provided to the Engineer during the pour.
Placinq and Consolidatinq. Concrete placement and consolidation shall be according to
Article 503.07 of the Standard Specifications, except as follows:
Revise the third paragraph of Article 503.07 of the Standard Specifications to read:
"Open troughs and chutes shall extend as nearly as practicable to the point of deposit. The
drop distance of concrete shall not exceed 5ft (1.5 m). lf necessary, a tremie shall be used to
meet this requirement. The maximum distance of horizontal flow from the point of deposit shall
be 25 ft (7.6 m), unless approved otherwise by the Engineer. For drilled shafts, free fall
placement will not be permitted."
Delete the seventh, eighth, ninth, and tenth paragraphs of Article 503.07 of the Standard
Specifications.
Add to the end of the eleventh paragraph of Article 503.07 of the Standard Specifications the
following:
"Concrete shall be rodded with a piece of lumber, conduit, or vibrator if the material has lost its
fluidity prior to placement of additional concrete. The vibrator shall be the pencil head type with
a maximum diameter or width of 1 in. (25 mm). Any other method for restoring the fluidity of the
concrete shall be approved b y the Engineer."
221
Qualitv Control bv Contractor at Plant. The specified test frequencies for aggregate gradation,
aggregate moisture, air content, unit weighVyield, and temperature shall be performed as
indicated in the contract.
I
Slump flow, visual stability index, and J-ring or L-box tests shall be performed as needed to
control production. The hardened visual stability index test will not be required to be performed
at the plant.
Qualitv Control by Contractor at Jobsite. The specified test frequencies for air content, strength,
and temperature shall be performed as indicated in the contract.
Slump flow, visual stability index, and J-ring or L-box tests shall be performed on the first two
truck deliveries of the day, and every 50 cu yd (40 cu m) thereafter. The Contractor shall select
either the J-ring or L-box test for jobsite testing.
I fne hardened visual stability
index test shall be performed on the first truck delivery of the day,
and every 300 cu yd (230 cu m) thereafter. Slump flow, visual stability index, J-ring value or Lbox blocking ratio, air content, and concrete temperature shall be recorded for each hardened
visual stability index test.
The Contractor shall retain all hardened visual stability index cut cylinder specimens until the
Engineer notifies the Contractor that the specimens may be discarded.
lf mix foaming or other potential detrimental material is observed during placement or at the
completion of the pour, the material shall be removed while the concrete is still plastic.
Qualitv Assurance bv Enqineer at Plant. For air content and aggregate gradation, quality
assurance independent sample testing and split sample testing will be performed as indicated in
the contract.
For slump flow, visual stability index, and J-ring or L-box tests, quality assurance independent
sample testing and split sample testing will be performed as determined by the Engineer.
Qualitv Assurance by Enqineer at Jobsite. For air content and strength, quality assurance
independent sample testing and split sample testing will be performed as indicated in the
contract.
For slump flow, visual stability index, J-ring or L-box, and hardened visual stability index tests,
quality assurance independent sam ple testing will be performed as determined by the Engineer.
For slump flow and visual stability index quality assurance split sample testing, the Engineer will
perform tests at the beginning of the project on the first three tests performed by the Contractor.
Thereafter, a minimum of ten percent of total tests required of the Contractor will be performed
per plant, which will include a minimum of one test per mix design. The acceptable limit of
precision will be 1.5 in. (40 mm) for slump flow and a limit of precision will not apply to the visual
stability index.
2Lb
For the J-ring or the L-box quality assurance split sample testing, a minimum of 80 percent of
the total tests required of the Contractor will be witnessed by the Engineer per plant, which will
include a minimum of one witnessed test per mix design. The Engineer reserves the right to
conduct quality assurance split sample testing. The acceptable limit of precision will be 1.5 in.
(40 mm) for the J-ring value and ten percent for the L-box blocking ratio.
For each hardened visual stability index test performed by the Contractor, the cut cylinders shall
be presented to the Engineer for determ ination of the rating. The Engineer reserves the right to
conduct quality assurance split sample testing. A limit of precision will not apply to the
hardened visual stability index.
80152
zLq
SELF-CONSOLTDATING CONCRETE FOR PRECAST PRODUCTS (BDE)
Effective: July 1,2004
Revised: July 1, 2010
Definition. Self-consolidating concrete is a flowable mixture that does not require mechanical
vibration for consolidation.
Usaqe. Self-consolidating concrete may be used for precast concrete products.
Materials. Materials shall be according to Section 1021 of the Standard Specif ications.
Mix Desiqn Criteria. The mix design criteria shall be as f ollows:
(a) The minimum cement factor shall be according to Article 1020.04 of the Standard
Specifications. lf the maximum cement factor is not specified, it shall not exceed
7.05 cwUcu yd (418 kg/cu m).
(b) The maximum allowable water/cement ratio shall be according to Article 1020.04 of the
Standard Specifications or 0.44, whichever is lower.
(c) The slump requirements of Article 1020.04 of the Standard Specifications shall not
apply.
(d) The coarse aggregate gradations shall be CA 13, CA14, CA 16, or a blend of these
gradations. CA 11 may be used when the Contractor provides satisfactory evidence to
the Engineer that the mix will not segregate. The fine aggregate proportion shall be a
maximum 50 percent by weight (mass) of the total aggregate used.
(e) The slump flow range shall be x2in. (t50 mm) of the Contractor target value, and
within the overall Department range of 20 in. (510 mm) minimum to 28 in. (710 mm)
maximum.
(f)
The visual stability index shall be a maximum of 1.
(g) The J-ring value shall be a maximum of 4 in. (100 mm). The Contractor may specify a
lower maximum in the mix design.
(h) The L-box blocking ratio shall be a minimum of 60 percent. The Contractor may specify
a higher minimum in the mix design.
(i)
The hardened visual stability index shall be a maximum of
1.
Mixinq Portland Cement Concrete. ln addition toArticle 1020.11 of the Standard Specifications,
mixer
the mixing time for central-mixed concrete shall not be reduced as a result of a
'?-x
o
performance test. Truck-mixed or shrink-mixed concrete shall be mixed in a truck mixer for a
minimum of 100 revolutions.
Wash water, if used, shall be completely discharged from the drum or container before the
succeeding batch is introduced.
The batch sequence, mixing speed, and mixing time shall be appropriate to prevent cement
balls and mix foaming for central-mixed, truck-mixed, and shrink-mixed concrete.
Placinq and Consolidatinq. The maximum distance of horizontal flow from the point of deposit
shall be 25 ft (7.6 m), unless approved otherwise by the Engineer.
Concrete shall be rodded with a piece of lumber, conduit, or vibrator if the material has lost its
fluidity prior to placement of additional concrete. The vibrator shall be the pencil head type with
a maximum diameter or width of 1 in. (25 mm). Any other method for restoring the fluidity of the
concrete shallbe approved by the Engineer.
Mix Desiqn Approval. The Contractor shall obtain mix design approval according to the
Department's Policy Memorandum "Quality Control/Quality Assurance Program for Precast
Concrete Products".
80132
23\
STEEL COST ADJUSTMENT (BDE) (RETURN FORM WITH BID)
Effective: April 2, 2004
Revised: April 1, 2009
Description. Steel cost adjustments will be made to provide additional compensation to the
Contractor, or a credit to the Department, for fluctuations in steel prices when optioned by the
Contractor. The bidder shall indicate on the attached form whether or not this special provision
will be part of the contract and submit the completed form with his/her bid. Failure to submit the
form or failure to indicate contract number, company name, and sign and date the form shall
make this contract exempt of steel cost adjustments for all items of steel. Failure to indicate
"Yes" for any item of work will make that item of steel exempt from steel cost adjustment.
Tvpes of Steel Products. An adjustment will be made for fluctuations in the cost of steel used in
the manufacture of the following items:
Metal Piling (excluding tønporary sheet piling)
StructuralSteel
Reinforcing Steel
Other steel materials such as dowel bars, tie bars, mesh reinforcement, guardrail, steel traffic
signal and light poles, towers and mast arms, metal railings (excluding wire fence), and frames
and grates will be subject to a steel cost adjustment when the pay items they are used in has a
contract value of $10,000 or greater.
Documentation. Sufficient documentation shall be furnished to the Engineer to verify the
following:
(a) The dates and quantity of steel, in lb (kg), shipped from the mill to the fabricator.
(b) The quantity of steel, in lb (kg), incorporated into the various items of wott covered by
this special provision. The Deparbnent reserves the right to verify submitted quantities.
Method of Adiustment. Steel cost adjustments will be computed as follows:
SCA=QXD
Where: SCA = steelcost adjustment, in dollars
q = quantit!
of steel incorporated into the work, in Ib (kg)
D = pr¡ce factor, in dollars per lb (kg)
D = MPlrvr- MPIL
Where. MPl,
=
The Materials Cost lndex for steel as published by the Engineering NewsRecord for the month the steel is shipped from the mill. The indices will be
converted from dollars per 100 lb to dollars per lb (kg)'
2iL
MPl,-
=
The Materials Cost lndex for steel as published by the Engineering NewsRecord for the month prior to the letting. The indices will be converted from
dollars per 100 lb to dollars per lb (kg).
The unit weights (masses) of steel that will be used to calculate he steel cost adjustment for the
various items are shown in he attached table.
No steel cost adjustment will be made for any products manufactured from steel having a mill
shipping date prior to the letting date.
lf the Contractor fails to provide the required documentation, the method of adjustment will be
calculated as described above; however, the MPly will be based on the date the steel arrives at
the job site. ln this case, an adjustment will only be made when there is a decrease in steel
costs.
Basis of Pavment. Steel cost adjustments may be positive or negative but will only be made
when tfiere is a difference between the MPIL and MPIM in excess of five percent, as calculated
by:
Percent Difference = {(MPIL
-
MPIM) + MPI¡}
x 100
Steel cost adjustments will be calculated by the Engineer and will be paid or deducted when all
other contract requirements for the items of work are satisfied. Adjustments will only be made
for fluctuations in the cost of the steel as described herein. No adjustment will be made for
changes in the cost of manufacturing, fabrication, shipping, storage, etc'
The adjustments shall not apply during contract time subject to liquidated damages for
completion of the entire contract.
233
Attachment
Unit Mass Meiqht)
Item
Metal Piling (excluding temporary
Furnishing Metal Pile Shells
Furnishing Metal Pile Shells
Furnishing Metal Pile Shells
Other pilinq
sheet p¡ling)
12 in. (305 mm), 0.179 in. (3.80 mm) wall thickness)
12 in. (305 mm),0.250 in. (6.35 mm) wall thickness)
14 in. (356 mm), 0.250 in. (6.35 mm) wall th¡ckness)
Structural Steel
23 lbift (3a kg/m)
32 lbift (48 kg/m)
37 lb/ff (55 kg/m)
See plans
See plans for weights
Reinforcing Steel
See plans for weights
lmasses)
lmassesì
Dowel Bars and Tie Bars
Mesh Reinforcement
Guardrail
Steel Plate Beam Guardrail, Type A østeel posts
Steel Plate Beam Guardrail, Type B wisteel posts
Steel Plate Beam Guardrail, Types A and B w/wood posts
Steel Plate Beam Guardrail,fype2
Steel Plate Beam Guardrail, Type 6
Traffìc Barrier Terminal, Type 1 Special (Tangent)
Traffic Barrier Terminal, Type 1 Special (Flared)
Steel Traffic Signal and Light Poles, Towers and Mast Arms
Traffic Signal Post
Light Pole, Tenon Mount and Twin Mount, 30 - 40 ft (9 - 12 m)
Light Pole, Tenon Mount and Twin Mount, 45 - 55 ft (13.5 - 16.5 m)
Light Pole w/Mast Arm, 30 - 50 ft (9 - 15.2 m )
Light Pole w/Mast Arm, 55 - 60 ft (16.5 - 18 m)
Light Towerw/Luminaire Mount, 80 - 110 fl (24- 33.5 m)
Light Tower w/Luminaire Mount, 120 - 140 ft (36.5 - 42.5 m)
L¡qht Tower úLuminaire Mount, 150 - 160 ft (45.5 - 48.5 m)
Metal Railings (excluding wire fence)
Steel Railing, Type SM
Steel Rail¡ng, Type S-1
Steel Railing, Type T-1
Steel Bridqe Rail
Frames and Grates
Frame
Lids and Grafes
6 lb (3 kq) each
63 lb/1 00 so ft (310 ko/so m)
20 lbift (30 kg/m)
30 lb/ft (45 kg/m)
B lb/ft (12 kg/m)
305 lb (140 kg) each
1260 lb (570 kg) each
730 lb (330 kg) each
410 lb (185 kq) each
11 lbift (16 kg/m)
14lbtfr (21 kglm)
21 lb/ft (31 kg/m)
13lbfft (19 kg/m)
19 lbfft (28 ks/m)
31 lb/ft (46 kg/m)
65 lbift (97 kg/m)
80 lb/ft (1 l9 ko/m)
6a lb/ft (95 kg/m)
39 lbfft (58 kg/m)
53 lbift (79 kg/m)
52lblft (77 kalm],
250 lb (1 15 kg)
150 lb
2u
í0
kq)
Return With Bid
ILLINOIS DEPARTMENT
OF TRANSPORTATION
oploN
FoR
STEEL COST ADJUSTMENT
bid. Failure to submit the form or
properly complete contract number, company name, and sign and date the form shall make this
contract exempt of steel cost adjustments for all items of steel. Failure to indicate "Yes" for any
item of work will make that item of steel exempt from steel cost adjustment. After award, this
form, when submitted shall become part of the contract.
The bidder shall submit this completed form with his/her
Contract No.:
Company Name:
Contractor's Option:
ls your company opting to include this special provision as part of the contract plans for the
following items of work?
Piling
Structuralsteel
Reinforcing Steel
Yes n
Yes n
Yes n
Yes n
Dowel Bars, Tie Bars and Mesh Reinforcement
Yes n
Guardrail
SteelTraffic Signal and Light Poles, Towers and Mast Arms Yes n
Yes tr
Metal Railings (excluding wire fenæ)
Yes n
Frames and Grates
Metal
Date:
Signature:
80127
235
SUBGoNTRACTOR MOBILIZATION PAYMENTS (BDE)
Effective: April 2, 2005
To account for the preparatory work and operations necessary for the
movement of
project
for all other
site
and
the
subcontractor personnel, equipment, supplies, and incidentals to
for
work
approved
performed
beginning
or costs incurred when
work or operations that must be
the
Contractor
Specifications,
subcontracting in accordance with Article 108.01 of the Standard
shall make a mobilization payment to each subcontractor.
This mobilization payment shall be made at least l4 days prior to the subcontractor starting
work. The amount paid shall be equal to 3 percent of the amount of the subcontract reported on
form BC 260A submitted for the approval of the subconlractor's work.
This provision shall be incorporated directly or by reference into each subcontract approved by
the Department.
80143
236
TEMPORARY EROSTON CONTROL (BDE)
Effective: November 1, 2002
Revised: January 1,2011
Add the following to Article 280.02 of the Standard Specifications to read:
"(k) Filter Fabric
(l)
Urethane Foam/Geotextile
1080.03
..........
.............1081.15(i)"
Revise the third paragraph of Article 280.03 of the Standard Specifications to read:
"Erosion control systems shall be installed prior to beginning any activities which will
potentially create erodible conditions. Erosion control systems for areas outside the limits of
construction such as storage sites, plant sites, waste sites, haul roads, and Contractor furnished
borrow sites shall be installed prior to beginning soil disturbing activities at each area. These
offsite systems shall be designed by the Contractor and be subject to the approval of the
Engineer."
Add the following paragraph after the third paragraph of Article 280.03 of the Standard
Specifications:
"The temporary erosion and sediment control systems shown on the plans represent the
minimum systems anticipated for the project. Conditions created by the Contractor's
operations, or for the Contractor's convenience, which are not covered by the plans, shall be
protected as directed by the Engineer at no additional cost to the Department. Revisions or
modifications of the erosion and sediment control systems shall have the Engineer's written
approval."
Revise Article 280.04(a) of the Standard Specifications to read:
"(a) Temporary Ditch Checks. This system consists of the construction of temporary ditch
checks to prevent siltation, erosion, or scour of ditches and drainage ways. Temporary
ditch checks shall be constructed with products from the Department's approved list,
rolled excelsior, or with aggregate placed on filter fabric when specified. Filter fabric
shall be installed according to the requirements of Section 282. Riprap shall be placed
according to Article 281.04. Manufactured ditch checks shall be installed according to
the manufacturer's specifications. Spacing of ditch checks shall be such that the low
point in the center of one ditch check is at the same elevation as the base of the ditch
check immediately upstream. Temporary ditch checks shall be sufficiently long enough
that the top of the device in the middle of the ditch is 6 in. (150 mm) lower than the
bottom of the terminating ends of the ditch side slopes.
When rolled excelsior is used, each ditch check shall be installed and maintained such
that the device is no less than 10 in. (250 mm) high at the point of overflow. Units
installed at a spacing requiring a height greater than 10 in. (250 mm) shall be maintained
at the height for the spacing at which they were originally installed."
231
Revise the last sentence of the first paragraph Article 280.04(b) of the Standard Specifications
to read:
"The barrier shall be constructed with
rolled excelsior,
silt filter fence, or
urethane
foam/geotextiles."
Revise the last sentence
of the first
paragraph
of Article
280.04(g)
of the Standard
Specifications to read:
"The temporary mulch cover shall be installed according to Article 251.03 except for any
reference to seeding."
Add the following to Article 280.04 of the Standard Specifications:
(h)
Temporary Erosion Control Blanket. This system consists of temporarily installing
erosion control blanket or heavy duty erosion control blanket over areas that are to be
reworked during a later construction phase. Work shall be according to Article 251.04
except references to seeding and fertilizer shall not apply. When an area is to be
reworked more than once, the blanket shall be carefully removed, properly stored, and
then reinstalled over the sam e area."
Revise Article 280.07(b) of the Standard Specifications to read:
"(b) Temporary Ditch Checks. This work will be measured for payment along the long axis of
the device in place in feet (meters) except for aggregate ditch checks which will be
measured for payment in tons (metric tons). Payment will not be made for aggregate in
excess of 108 percent of the amount specified by the Engineer."
Revise Article 280.07(f) of the Standard Specifications to read:
"(f) Temporary Mulch. This work will be measured for payment according
to
Article 251.05(b)."
Add the following to Article 280.07 of the Standard Specifications:
"(g) Temporary Erosion Control Blanket. This work will be measured for payment in place
in
square yards (square meters) of actual surface covered.
Add the following paragraph after the ninth paragraph of Article 280.07 of the Standard
Specifications:
"Temporary or permanent erosion control systems required for areas outside the limits of
construction will not be measured for payment."
Revise Article 280.08(b) of the Standard Specifications to read:
7?g
"(b) Temporary Ditch Checks. This work will be paid for at the contract unit price per foot
(meter) for TEMPORARY DITCH CHECKS except for aggregate ditch checks which will
be paid for at the contract unit price per ton (metric ton) for AGGREGATE DITCH
CHECKS."
Revise Article 280.08(f) of the Standard Specifications to read:
"(f)
Temporary Mulch. Temporary Mulch will be paid for according to Article 251.06."
Add the following to Article 280.08 of the Standard Specifications:
"(g) Temporary Erosion Control Blanket. Temporary Erosion Control Blanket will be paid for
at the contract unit price per square yard (square meter) for TEMPORARY EROSION
CONTROL BLANKET or TEMPORARY HEAVY DUTY EROSION CONTROL BLANKET.
The work of removing, storing, and reinstalling the blanket over areas to be reworked
more than once will not be paid for separately but shall be included in the cost of the
temporary erosion control blanket ortemporary heavy duty erosion control blanket."
Delete the tenth (last) paragraph of Article 280.08 of the Standard Specifications.
Revise the second sentence of the first paragraph of Article 1081.15(e) of the Standard
Specifications to read:
"The upstream facing of the aggregate ditch check shall be constructed of gradation
CA 3. The remainder of the ditch check shall be constructed of gradation RR 3."
Revise Article 1081.15(f) of the Supplemental Specifications to read:
'(f)
Rolled Excelsior. Rolled excelsior shall consist of an excelsior fìber filling totally
encased inside netting and sealed with metal clips or knotted at the ends. The fiber
density shall be a minimum of 1.24|blcu ft (20 kg/cu m) based on a moisture content of
22 percenl at manufacturing. The netting shall be composed of a polyester or
polypropylene material which retains 70 percent of its strength after 500 hours of
exposure to sunlight. The maximum opening of the net shall be 1 x 1 in. (25 x 25 m m)."
Add the following to Article 1081 .15 of the Standard Spec ifications:
"(i)
Urethane Foam/Geotextile. Urethane foam/geotextile shall be triangular shaped having
a minimum height of 10 in. (250 mm) in the center with equal sides and a minimum
20 in. (500 mm) base. The triangular shaped inner material shall be a low density
urethane foam. The outer cover shall be a woven geotextile fabric placed around the
inner material and allowed to extend beyond both sides of the triangle a minimum of
1B in. (450 mm).
(1) The geotextile shall meet the following properties:
z3q
124 (550) min.
Test Method
ASTM D 4632
15 min.
ASTM D 4632
280 11930) min.
30 min
ASTM D 3786
ASTM D 4751
ASTM D 4355
Value
Propertv
Grab Tensile Strength
lb (N) (min.)
Grab Elongation @ Brake
loercent)
Burst Strenqth psi (kPa)
AOS (Sieve No.)
UV Resistance (500
hours) loercent)
B0 min.
(2) The urethane foam shall meet the following properties:
Propertv
Density lb/cu ft (kq/cu m)
Tensile Strensth psi (kPa)
Elonoation loercent)
Tear Resistance lb/in.
1
.0
Value
0.1 (16.0 + 1 .6)
10 (70) min.
r
125 min.
1.25 (0.22)
(N/mm)
80087
z\o
Test Method
ASTM D 3574
ASTM D 3574
ASTM D 3574
ASTM D 3574"
TRAFFIG CONTROL SURVEILLANCE (BDE)
Effective: January 1,2011
Revise the first sentence of the first paragraph of Article 701.10 of the Standard Specifications
to read:
"When open holes, broken pavement, trenches over 3 in. (75 mm) deep and 4 in. (100 mm)
wide or other hazards are present within 8 ft (2.4 m) of the edge of an open lane, the Contractor
shall furnish traffic control surveillance during all hours when the Contractor is not engaged in
construction operations."
80269
2r\\
LR 105
Page 1 of 3
State of lllinois
Departm ent of Transportation
Bureau of Local Roads and Streets
SPECIAL PROVISION
FOR
COOPERATION WITH UTILITIES
Effective: January 1, 1999
Revised: January 1,2007
All references to Sections or Articles in this specification shall be construed to m ean specific
Section or Article of the Standard Specifications for Road and Bridge C onstruction, adopted by
the Department of Transportation.
Replace Article 105.07 of the Standard Specif ications with the following:
"105.07 Gooperation with Utilities. The adjustment of utilities consists of the relocation,
removal, replacement, rearrangements, reconstruction, improvement, disconnection,
connection, shifting, new installation or altering of an existing utility facility in any manner.
When the plans or special provisions include information pertaining to the location of
underground utility facilities, such information represents only the opinion of the Department as
to the location of such utilities and is only included for the convenience of the bidder. The
Department assumes no responsibility in respect to the sufficiency or the accuracy of the
information shown on the plans relative to the location of the underground utility facilities.
Utilities which are to be adjusted shall be adjusted by the utility owner or the owner's
representative or by the Contractor as a contract item. Generally, arrangements for adjusting
existing utilities will be made by the Department prior to project construction; however, uiilities
will not necessarily be adjusted in advance of project construction and, in some cases, utilities
will not be removed from the proposed construction limits. When utility adjustments must be
performed in conjunction with construction, the utility adjustment work will be shown on the
plans and/or covered by Special Provisions.
When the Contractor discov ers a utility has not been adjusted by the owner or the owner's
representative as indicated in the contract documents, or the utility is not shown on the plans or
described in the Special Provisions as to be adjusted in conjunction with construction, the
Contractor shall not interfere with said utility, and shalltake proper precautions to prevent
damage or interruption of the utility and shall promptly notify the Engineer of the nature and
location of said utility.
All necessary adjustments, as determined by the Engineer, of utilities not shown on the plans or
not identified by markers, will be made at no cost to the Contractor except traf fic structures, light
poles, etc., that are normally located within the proposed construction limits as hereinafter
defined will not be adjusted unless required by the proposed improvement.
2.\L
LR 105
Page 2 of 3
(a) Limits of Proposed Construction f or Utilities Paralleling the Roadway. Forthe purpose of
this Adicle, limits of proposed construction for utilities extending in the same longitudinal
direction as the roadway, shall be defined as follows:
(1) The horizontal limits shall be a vertical plane, outside of , parallelto, and 600 mm (2
ft) distant at right angles f rom the plan or revised slope limits.
ln cases where the limits of excavation for structures are not shown on the plans, the
horizontal limits shall be a vertical plane 1 .2 m (4 ft) outside the edges of structure
footings or the structure where no footings are required.
(2) The upper vertical limits shall be the regulations governing the roadbed clearan ce for
the specific utility involved.
(3) The lower vertical limits shall be the top of the utility at the depth below the proposed
grade as prescribed by the governing agency or the limits of excavation, whichever is
less.
(b) Limits of Proposed Construction f or Utilities Crossing the Roadway. For the purpose of
this Article, limits of proposed construction f or utilities crossing the roadway in a
generally transverse direction shall be defined as follows:
(1) Utilities crossing excavations for structures that are normally made by trenching such
as sewers, underdrains, etc. and all m inor structures such as manholes, inlets,
foundations for signs, foundations for traffic signals, etc., the limits shall be the space
to be occupied by the proposed permanent construction unless otherwise required
by the regulations governing the specif ic utility involved.
(2) For utilities crossing the proposed site of major structures such as bridges, sign
trusses, etc., the limits shall be as defined above for utilities extending in the same
general direction as the roadway.
The Contractor may make arrangements for adjustment of utilities outside of the limits of
proposed construction provided the Contractor furnishes the Department with a signed
agreement with the utility owner covering the adjustments to be made. The cost of any
adjustments made outside the lim its of proposed construction shall be the responsibility of the
Contractor unless otherw ise provided.
The Contractor shall request all utility owners to field locate their facilities according to Article
107.31. The Engineer may make the request for location from the utility after receipt of notice
from the Contractor. On request, the Engineer will make an inspection to verify that the utility
company has field located its facilities, but will not assume responsibility for the accuracy of
such work. The Contractor shall be responsible for maintaining the excavations or markers
provided by the utility owners. This field location procedure may be waived if the utility owner
has stated in writing to the Department it is satisfied the construction plans are sufficiently
accurate. lf the utility owner does not submit such statement to the Department, and they do not
field locatetheirfacilities in both horizontaland vertical alignment, the Engineerwillauthorize
the Contractor in writing to proceed to locate the f acilities in the most economicaland
reasonable manner, subject to the approval of the Engineer, and be paid according to Article
109.04.
z.r 3
LR 105
Page 3 of 3
The Contractor shall coordinate w ith any planned utility adjustment or new installation and the
Contractor shall take all precautions to prevent disturbance or damage to utility facilities. Any
failure on the part of the utility owner, or their representative, to proceed with any planned utility
adjustment or new installation shall be reported promptly by the Contractorto the Engineer
orally and in writing.
The Contractor shall take all necessary precautions for the protection of the utility facilities. The
Contractor shall be responsible for any damage or destruction of utility facilities resulting from
neglect, misconduct, or omission in the Contractor's manner or method of execution or
nonexecution of the work, or caused by defective work or the use of unsatisfactory materials.
Whenever any damage or destruction of a utility facility occurs as a result of work performed by
the Contractor, the utility company will be immediately notified. The utility company will make
arrangements to restore such facility to a condition equalto that existing before any such
damage or destruction was done.
It is understood and agreed that the Contractor has considered in the bid all
and temporary utilities in their present and/or adjusted positions.
of
the permanent
No additional compensation will be allowed for any delays, inconvenience, or damage sustained
by the Contractor due to any interference from the said utility facilities or the operation of
relocating the said utility facilities.
2rLt
1R107-4
Page 1 of
1
State of lllinois
Department of Transportation
Bureau of Local Roads and Streets
SPECIAL PROVISION
FOR
INSURANCE
Effective: February 1, 2007
Revised: August 1,2007
All references to Sections or Articles in this specification shall be construed to mean specific
Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by
the Department of Transportation.
The Contractor shall name the following entities as additional insured under the Contractor's
general liability insurance policy in accordance with Article 107.27:
The entities listed above and their officers, employees, and agents shall be indemnified and
held harmless in accordance with Article 107.26.
2a5
1R107-5
Page 1 of 1
State of lllinois
DEPARTMENT OF TRANSPORTATION
Bureau of Local Roads & Streets
SPECIAL PROVISION
FOR
SUBSTANCE ABUSE PREVENTION PROGRAM
Effective: January 1, 2008
Revised: January 8, 2008
ln addition to all other labor requirements set forth in this proposal and in the Standard
Specification for Road and Bridge Construction, adopted by the Department, during the
performance of this contract, the Contractor for itself, its assignees, and successors in interest
(hereinafter referred to as the "Contractor" ) agrees as follows:
Substance Abuse Prevention Program. Before the Contractorand any Subcontractor
commences work, the Contractor and any Subcontractor shall have in place a written
Substance Abuse Prevention Program forthe prevention of substance abuse among its
employees which meets or exceeds the requirements in P. A. 95-0635 or shall have a collective
bargaining agreement in effect dealing with the subject matter of P. A. 95-0635.
The Contractor and any Subcontractor shall file with the public body engaged in the construction
of the public works: a copy of the substance abu se prevention program along with a cover letter
certifying that their program meets the requirements of the Act, or a letter certifying that the
Contractor or a Subcontractor has a collective bargaining agree ment in effect dealing with the
subject matter of this Act.
z.-tb
LR406
Page 1 of
State of lllinois
DEPARTMENT OF TRANSPORTATION
Bureau of Local Roads & Streets
SPECIAL PROVISION
FOR
FILLING HMA CORE HOLES WITH NON-SHRINK GROUT
Effective: January 1, 2008
All references to Sections and Articles in this Special Provision shall be construed to mean
specific Sections and Articles in the Standard Specifications for Road and Bridge C onstruction
adopted by the Department of Transportation.
Add the following after the first paragraph of Article 406.07(c) of the Standard Specifications:
"Upon completion of coring for density testing, all free water shall be removed from the core
holes prior to f illing. All core holes shall be filled with a non-shrink grout from the
Department's approved list, which shall be mixed in a separate container prior to placement
in the hole. Only enough water to permit placement and consolidation by rodding shall be
used, and the materialshall be struck-off flush with the adjacent pavement."
7'{-ì
1
Knox County Prevailing Wage for April 2011
Page
Knox County Prevailing Wage for April
Trade
Name
RG TYP
ABT_GEN
ABT-GEN
ABT-MEC
BOII,ERMAKER
BRICK MASON
CARPENTER
CARPENTER
CEMENT MASON
CERAMf C TTI,E FNSHER
ELECTRfC PWR EQMT OP
EI,ECTRIC PWR GRNDMAN
EI.ECTRIC PWR I,]NEMAN
EI,ECTRIC PWR TRK DRV
ELECTRïCIAN
ELECTRONÏC SYS TECH
BLD
HWY
BLD
BLD
BLD
BIJD
HWY
ALL
BLD
ALL
ALL
AI,L
ALL
BLD
BI,D
ELEVATOR CONSTRUCTOR BI,D
BLD
GLAZIER
HTlFRosr rNsuLAToR
BLD
ïRON WORKER
NW Ar,L
]RON WORKER
SE BLD
rRoN woRKER
SE HVíY
IRON WORKER
SW ALL
LABORER
BLD
LABORER
HWY
LABORER, SKILLED
BLD
I,ABORER, SKÏLLED
HWY
LATHER
Br,D
MACHÏNERY MOVER
SE HI{Y
MACHïNïST
Br,D
MARB],E FINTSHERS
BLD
MARBLE MASON
BLD
MILLWRTGHT
BLD
Mrr,l,wRrGHT
HWY
OPERATING ENGINEER
BLD 1
OPERATING ENGINEER
BI,D 2
BLD 3
OPERAT]NG ENGTNEER
HWY 1
OPERATTNG ENGTNEER
OPERATING ENGINEER
HWY 2
OPERATING ENGINEER
HWY 3
PAINTER
ALL
PAÏNTER OVER 3 OFT
ALL
PAINTER PWR EQMT
ALIJ
PII,EDRTVER
BI,D
HWY
PILEDRIVER
PIPEFITTER
AI,I,
BLD
PLASTERER
PLUMBER
ALl,
ROOFER
Br.D
BLD
SHEETMETAL WORKER
SIGN HANGER
SE HVùY
BLD
SPRINKLER FÏTTER
SE HWY
STEEL ERECTOR
BLD
sroNE MASON
TERRAZZO FTNISHER
BLD
ASBESTOS
ASBESTOS
ASBESTOS
20lI
FRMAN *M_F>B OSA OSH H/W
C Base
26,380 27.380 1,.5
24.590 25.090 1.5
1,9.750 20.750 1.5
34.A'70 37 .1.70 2.0
30.630 32.130 1.5
28. B9O 31..140 1.5
29.830 32.080 1.5
24.590 25.590 1,,5
28.320 O. OOO 1.5
34.080 0.000 1.5
23.380 O.OOO 1,5
37.860 40.3OO 1.5
24.530 O. OOO 1.5
29.740 32.2]-0 1.5
21 . 060 2 B . B 10 ]- . 5
39.100 43.990 2.0
27 .020 27 .770 1,-5
28.860 30.060 1.5
27 .L60 29.330 l_.5
29 .390 31.140 1.5
32.340 34.340 1.5
24,OOO 25.250 1,.5
25.380 26.380 1.5
23 .590 24 . O9O T .5
25.380 26.380 1.5
23 ,B9O 24.390 1.5
28 .890 31 . 14 0 1 . 5
32.340 34.340 1.5
43 .160 45.160 1.5
28.32 O O. OOO 1.5
3O.OBO 31.330 1.5
29.640 3].. B9O 1.5
30.820 33.070 1.5
31.590 34,590 1.5
29.440 34.590 1.5
27.860 34.590 1.5
34.OOO 37.OOO 1.5
31.490 37.OOO 1.5
27.340 37.OOO 1.5
26.310
2'7 . 620
27 .370 1,.5
28 .620 1, .5
26 . 81 O 21 . Bl O 1 .5
29 ,390 31 . 64 O 1. . 5
30. B3O 33. OBO 1.5
34.']OO 38.170 1.5
.250 1, .5
38.170 1.5
25 .53 0 1 . 5
30. B2O 1.5
34.340 1.5
27 . OOO 28
34.'700
24 .280
28.9AO
32.340
36.1.40
32.340
30.630
28.320
38. B9O 1.5
34.340 1.5
32.130 1.5
O. OOO 1.5
I of8
L.5
1.5
L.5
2.0
L.5
1.5
1.5
1.5
r.5
1.5
r.5
I.5
r.5
1,.5
1.5
2.0
L.5
atra^
4.5
L.5
4.5
1.5
4.5
4.5
1.5
4.5
2.0
2.0
2.O
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
.590
.590
5.750
6.820
6.900
'7 .250
1 .250
s.0s0
6.900
4.750
4.750
4.'750
4.750
5.250
5.250
10.53
6.400
5.000
L 140
1
7
2.0
2.0 8.1-40
2.O 8.140
2.0 5.160
2.0 '7 .590
2.0 7 .590
2.0 '7 .590
2.0 7 .590
1,.5 2.0 1 .250
1,.5 2.0 8.140
1,.5 2.0 7.640
1,.5 2.0 6.900
1,.5 2.0 6.900
1,.5 2.0 7 .250
1.5 2.0 1 .250
r.5 2.0 7.000
t-.s 2.0 7.000
1,.5 2.0 7.000
7.5 2.0 8.2s0
1.5 2.0 8.250
1,.5 2.0 8.2s0
l-.5 1.5 4.950
1E1tr
4.950
l_.5 1.5 4 .950
1,.5 2.0 7 .250
1q?n
7 .250
1,.5 2.0 5.000
1,.5 2.0 6.590
1,.5 2.0 5.000
1.5 2.0 1 .170
1,.5 2.0 7 .L40
1,.5 2.0 8.140
1.5 2.0 8.100
1,.5 2.0 8.140
1,.5 2.0 6.900
1.5 2.0 6.900
Pensn Vac Trng
9.060
8.550
2.500
8.550
8.580
11.15
11.58
9.940
8.580
9.540
6.550
10.61
6.870
8.870
8.810
40.71,
5.750
11.70
10.07
t-0. s1
10.51
B.990
9.060
L
550
9.060
8.550
11.15
10.51
8.700
B. sB0
8.580
r0 .74
11.09
10. B0
10. B0
10. B0
1-1.6s
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0. 000
2.350
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
0.000
11.65
11.65
6.100
6.100
6.100
11.15
11.58
10.48 0. 000
L2.33 0.000
10.48 0. 000
0.800
0.900
0.000
0.350
0.500
0.320
0.320
0. s00
0.490
0.000
0.000
0.000
0.000
0.250
0.250
0.000
0.500
0.800
0.620
0.420
0.370
0.260
0.800
0.800
0.800
0.800
0.320
0.370
0.000
0.490
0.490
0.320
0.320
1.800
1.800
1.800
2.200
2.200
2.200
0.600
0.600
0.600
0.320
0.320
0.950
0.500
0.950
0.240
0.440
0.370
0.200
0.370
5.r20 0.000
9.460 0.000
10.51 0.000
8.200 0.000
10.51 0.000
8.580 0.000 0. s00
8.580 0.000 0.490
ZTð
http ://www. state. il.us/agency/iclol/rates/EVENMO/KNOX9999 .htm
411412011
Page 2
Knox County Prevailing Wage for April 2011
TERRAZZO MASON
TII,E
MASON
TRUCK DRIVER
TRUCK DRIVER
TRUCK DRIVER
TRUCK DRIVER
TRUCK DRIVER
TRUCK DRIVER
TRUCK DRIVER
TRUCK DR]VER
TRUCK DRIVER
TRUCK DR]VER
TUCKPOINTER
Legend:
BLD 30.080 31.330 1.5
BLD 30.OBO 31.330 1.5
ALL l 29.480 0.000 l-.5
ALL 2 29.900 0.000 1.s
ALL 3 30.110 0.000 1.5
ALr. 4 30.370 0.000 1-.5
ALL 5 3l-.160 0.000 1.5
o&c 1 23.580 0.000 1.5
o&c 2 23.920 0.000 1-.s
o&c 3 24.090 0.000 1.5
o&c 4 24.300 0.000 1. s
o&c s 24.930 0.000 1.5
BLD 30.630 32.130 1.5
of
8
r.5 2.0 6.900 8.580 0.000 0.490
1.5 2.0 6.900 8.580 0.000 0.490
1,.5 2.0 9.650 4.34't 0.000 0.250
a.5 2.0 9.650 4.34'7 0.000 0.2s0
a.5 2.0 9.650 4.347 0.000 0.2s0
a.5 2.0 9.650 4.347 0.000 0.250
1.5 2.0 9.6s0 4.347 0.000 0.2s0
1,.5 2.0 9.0s0 4.347 0.000 0.2s0
1,.5 2.0 9.050 4.347 0.000 0.250
1,.s 2.0 9.050 4.347 0.000 0.250
a.s 2.0 9 " 0s0 4.347 0.000 0.2s0
r.5 2.0 9.0s0 4.347 0.000 0.250
L.5 2.0 6.900 8.580 0.000 0.500
M F>8 (overLime is required for any hour greater Lhan 8 worked
each day, Monday through Friday.
osÀ (overtlme is requlred for every hour vr'orked on saturday)
OSH (Overtlme is required for every hour worked on Sunday and Holidays)
H/\f (HealLh & Welfare Insurance)
Pensn (Pension)
vac (vacation)
trng (Training)
Explanations
IOTOX COUNTY
IRONI{ORKERS (SOUTHWEST)
- That part of the county West of Rt.
4l-.
fRONWORKERS (SOUTHEAST) - That part of the county South and East of a
fine from Tol-ona (Stark County) North of VicLoria to (but excluding)
Galesburg looping East and South of Lhe city to Rt. 41 south to the
county line.
The fol-lowing list is considered as those days for which holiday rates
of wages for work performed apply: New Years Day, Memorial Day,
Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and
Generally, any of
Veterans Day in some classifications/counties.
on the following
is
cel-ebrated
a
Sunday
fallon
these holidays which
Monday. This then makes work performed on that Monday payable at the
appropriate overtime rate for hofiday pay. Common practice in a given
locaf may alLer certain days of celebration. If in doubL, please
check \^/ith rDoL.
Oil and chip resealing (O&C) means the application of road oils
liquid asphalt Lo coat an existing road surface, followed by
applicaLion of aggregate chips or gravel to coated surface, and
subsequent rolling of material to seal the surface.
and
EXPLANATION OF CI,ASSES
- GENERÄ.L - removaf of asbestos material/mold and hazardous
materiafs from any place in a building, including mechanical systems
where Lhose mechanical systems are to be removed. This incfudes the
removaf of asbestos materiafs/mold and hazardous materials from
ductwork or pipes in a buildlng when the building is to be demolished
at the time or at some cfose future date '
ASBESTOS
2*\q.
http ://www. state.il.us/agency/idol/rates/EVENMO/KNOX9999.htm
4t14t20t1
Page 3
Knox County Prevailing Wage for April2011
of8
- MECHANICAL - removal of asbestos maLerial from mechanical
systems, such as pipes, ducts, and boilers, where the mechanical
A.SBESTOS
sysLems
are to remain.
CERAMIC
TfI,E
FINTSHER, MARBLE FINISHER, TERRAZZO FÏNISHER
Assisting, helping or support.ing the tile, marble and tertazzo
mechanic by performing their historic and traditionaf work assignments
required to complete the proper instal-laLion of the work covered by
said. crafts. The term I'Ceramic" is used for naming the classification
only and is ln no way a limitation of the product handled. Ceramic
talìes inLo consideration most hard tiles.
ELECTRONTC SYSTEMS TECHN]CÏAN
InstalÌation, service and maintenance of low-voltage systems which
utilizes the transmission andfor transference of voice, sound, vision,
or digital for commercial, education, security and enterLaj-nment
purposes for Lhe following: TV monitoring and surveillance,
background/foreground music, j-ntercom and telephone interconnect,
field programming, inventory controf systems, microwave transmissj-on,
multi-media, multiplex, radio Pa9e, schoof, intercom and sound burglar
al-arms and fow voltage master cfock systems.
Excfuded from this classification are energy managemenL systems, life
safety Systems, supervisory controls and data acquisition Systems not
j-ntrinsic v/ith the above l-isted systems, fire afarm systems, nurse
call systems and race\Á/ays exceeding fifteen feet in length.
IJABORER, SKILLED _ BUTLDING
shal1 encompass the
following types of work, irrespective of the site of the work: tending
of carpenters in unloading, handling, stockpiling and distribution
operations, afso other building crafts, mixing, handÌing, and
conveying of all materiafs used by masons, plasterers and other
building construction crafts, whether done by hand or by any process'
The drying of plastering when done by salamander heat, and the
cleaning and clearing of all debrls. All work pertaining to and in
preparation of asbestos abatement and removal- ' The buifding of
scaffolding and staging for masons and plasterers. The excavations
for buildings and alf other construction, digging, of Lrenches, piers,
foundaLions and hofes, digging, lagging, sheeting, cribbing, bracing
and. propping of foundations, hofes, caissons, cofferdams, and dikes,
the setting of all guidel-ines for machine or hand excavatj-on and
subgrading. The mixing, handl-ing, conveying, pouring, vibrating,
gunniting and otherwise applying of concrete, whether by hand or other
method of concrete for any wal1s, foundations, ffoors, or for other
consLructj-on concrete sealant men. The wrecking, stripping,
dismantling, and handling of concrete forms and fafse work, and the
building of centers for fireproofing purposes' Boring machine, 9âs,
efectric or air in preparaLion for shoving pipe, teÌephone cabfe, and
so forth, under highways, roads, stree|s and alleys. Al-f hand and
power operati-ng cross cuL saws when used for clearing. All work in
compressed air construction. Afl work on acetylene burners in
salvaging. The blocking and tamping of concrete. The laying of sewer
tile and conduit, and pre-cast materiafs. The assembfing and
dismantling of all jacks and sectionaf scaffolding, including elewator
The skilled Ìaborer building (BLD) cfassification
250
http ://www. state. il.us/agency/idol/rates/EVENMO/KNOX9999.htm
4t14t20rl
Knox County Prevailing'Wage for April201l
Page 4
of8
consLruction and running of slip form jacks. The work of drill
running and blasting, including wagon dri11s. The wrecking,
stripping, dismantling, cleaning, moving and oil-ing of forms. The
cutting off of concrete pi1es. The loading, unloading, handfing and
carrying to place of inst.allation of al-l- rods, (and materials for use
in reinforcing) concreLe and t.he hoisting of same and all signaling
where hoist. is used in this type of consLruction coming under the
jurisdiction of the Laborers' Union. And, aff other fabor work noL
awarded to any other craft.
Mortar mixers, kettlemen and carrier of
hot. st.uff, tool crib men, watchmen (Laborer), firemen or safamander
Lenders, flagmen, deck hands, inst.affation and maintenance of
temporary gas-fired heating units, graveÌ box men, dumpmen and
spotters, fencing Laborers, cfeaning lumber, pit men, material
checkers, dispat.chers, unloading explosives, asphalt plant Ìaborers,
writer of scale tickets, fireproofing laborers, janit.ors, asbestos
abatement and removal laborers, handling of materiafs Lreated with
oi1, creosote, chloride, asphalt, and/or foreign material- harmfuf Lo
skin or clothing, Laborers with de-watering systems, gunnite nozzle
men, faborers tending masons \^/ith hot maLeriaf or where foreign
materials are used, Laborers handling masterplate or simifar
materiafs, laser beam operator, concrete burning machine operaLor,
material sefector men working with firebrick or combustible material,
dynamite men, track Laborers, cemenL handlers, chloride handlers, the
unloading and laborers with steel workers and re-bars, concrete
workers (wet), luteman, asphalt raker, curb asphalt machine operator,
ready mix scal-emen, permanent, portable or temporary plant drilling
machine operator, plast.er Lenders, underpinning and shoring of
buildings, fire watch, signaling of afl power equipmenL, to include
trucks excavating equipment, etc., t.ree topper or trimmer when in
connection to construction, tunnel helpers in free air, batch dumpers,
kettfe and tar men, tank cl-eaners, plast.ic installers, scaffol-d
workers, motorized buggies or motorized unit used for wet concrete or
handling of building materials, se\^/er workers, rod and chain men,
vibrator operators, mortar mixer operator, cement silica, clay, fly
ash, fime and plasters, handlers (bulk or bag), cofferdam workers, on
concrete paving, placing, cutting and tying of reinforcing, deck hand,
dredge hand and shore l-aborers, bankmen on fl-oating p1ant, asphalt
workers with machine & layers, grade checker, power tools, caisson
workers, lead man on se\Â/er work, welders, cutters, burners and torch
men, chain sa\M operators, paving breaker, jackhammer and drllf
operaLor, layout man and/or drainage tife 1ayer, steef form setters -street and highway, air tamping hammerman, signal man on crane,
concrete sav/ operator, screen man on asphalt pavers, front end man on
chip spreader, multiple concrete duct -- fead man.
LABORER, SK]I,I,ED
_
HIGHWAY
The skilfed faborer heavy and highway (HWY) cfassification shal-l
encompass the fol-l-owing types of work, irrespective of the site of the
work: handling of material-s treated with oif, creosote, asphalt
and/or any foreign materiafs harmful to skin or clothing, track
laborers, chloride handlers, the unloading and loading wit.h steel
workers and re-bars, concrete workers (wet), tunnel helpers in free
air, batch dumpers, mason tenders, kettle and tar men, plastic
installers, scaffold workers, motorized buggies or motorized unit used
for weL concrete or handling of building materials, laborers with
de-watering systems, seb/er workers plus depth, rod and chainmen,
vibrator operators, mortar mixer operators, cemenL sifica, c1ay, f1y
ash, lime and plasters, handlers (bulk or bag), cofferdam workers plus
zsl
lrttp://www.state.il.us/agency/idol/rates/EVENMO/KNox9999.htm
411412011
Knox County Prevailing Wage for April 2011
Page 5
of8
depth, on concrete paving, placing, cutting and tying or reinforcj-ng,
deck hand, dredge hand shore laborers, bankmen on ffoating p1ant,
asphalt workers with machine, and layers, grade checker, power tools,
stripping of alf concret.e forms excluding paving forms, dumpmen and
spotters, when necessary, caisson workers plus depth, gunnite nozzle
men, welders, cuLters, burners and Lorchmen, chain sa\^/ operators,
paving breaker, jackhammer and drill operators, layout man and/or
drainage tile layer, steef form setters - street and highway, air
tamping hammerman, signal man on crane, concreLe saw operator,
screedman on asphalL pavers, front end man on chip spreader, multiple
concrete duct, luteman, asphalt raker, curb asphal-t machine operator,
ready mix scafemen (portable or temporary plant), l-aser beam operator,
concrete burning machine operaLor, and coring machine operator.
TRUCK DRÏVER
-
BU]IJDING, HEAVY AND HTGHWAY CONSTRUCTION
Class 1. Drj-vers on 2 axfe Lrucks hauling fess than 9 ton. Air
compressor and welding machines and brooms, including those pu1led by
separate units, truck driver helpers, warehouse employees, mechanic
helpers, greasers and Liremen, pickup trucks when hauling materials,
tools, or workers to and from and on-the-job site, and fork lifts up
to 6,000 lb. capacity.
Class 2. Two or three axle trucks haufing more than 9 ton but hauling
less than 16 ton. A-frame winch trucks, hydrolift trucks, vactor
Lrucks or simil-ar equipment when used for transportation purposes.
f'ork lifts over 6,000 lb. capacity, winch trucks, four axle
combination units, and ticket writers.
Class 3. Two, three or four axl-e trucks haul-ing 1-6 ton or more.
Drivers on !'/ater pul1s, art.iculated dump trucks, mechanics and working
forepersons, and dispat.chers. Five axl-e or more combination units.
Class 4.
Lovr Boy and
Oif Distributors.
Class 5. Drivers who require special protective clothlng while
empJ-oyed on hazardous waste work.
TRUCK DRIVER
_ OIL AND CHIP
RESEALTNG ONLY.
This shall encompass laborers, workers and mechanics who drive
contractor or subcontracLor owned, leased, or hired pickup, dump,
service, or oi1 distribut.or trucks. The work incl-udes transporting
maLeriafs and equipment (including but not fimited to, oifs, aggregate
supplies, parts, machinery and toofs) to or from the job site;
distrlbuting oil or liquid asphalt and aggregate; stock piling
materiaf when in connecLion with the actual oil and chip contract.
The Truck Driver (Oil c Chip Resealing) wage classification does not
incl-ude supplier delivered materials.
OPERATTNG ENGINEERS
_ BUILDING
Class 1. Cranes; Overhead Cranes; Gradafl; All Cherry Pickers;
Mechanics; Central Concrete Mixing Plant Operator; Road Pavers (218 Duaf Drum - Tri Batchers); Blacktop Pfant Operators and Plant
Engineers; 3 Drum Holst; Derricks; Hydro Cranes; Shovels; Skimmer
Scoops; Koehring Scooper; Drag l,ines; Backhoe; Derrick Boats; Pile
Drivers and Skid Rigs; Clamshells; Locomotive Cranes; Dredge (al1
types) Motor Patrof ,' Power Bl-ades - Dumore - Elevating and similar
?5¿
http ://www. state. il.us/agency/idol/rates/EVENMO/KNOX9999.htrn
411412011
Knox County Prevailing Wage for April 2011
Page 6 of 8
t)æes; Tower Cranes (Crawler-Mobile) and Stationary; Crane-type
Backfiller; Drott Yumbo and simil-ar types considered as Cranes;
Caisson Rigs; Dozer; Tournadozer; blork Boats; Ross Carri-er;
Helicopter; Tournapulls - alf and similar types; Scoops (alf sizes);
Pushcats; Endloaders (al1 types); Asphalt Surfacing Machine; Slip Form
Paver; Rock Crusher; Heavy Equipment Greaser,' CMI, CMI Belt Placer,
AuLo Grade & 3 Track and similar types; Side Booms; Multiple Unit
Earth Movers; Creter Crane,' Trench Machine; Pump-crete-Bel-t
Crete-Squeeze Cretes-Screw-type Pumps and Gypsum; Bul-ker & Pump Operator will c1ean,' Formless Finishing Machine; Flaherty Spreader or
simifar t)æes,' Screed Man on Laydown Machine; Wheel Tractors
(indusLriaf or Farm-type wfDozer-Hoe-Endfoader or other aLtachments) ;
F.W.D. & Simil-ar T)æes,'Vermeer Concrete Saw.
Cfass 2. Dinkeys,' Pov¡er Launches,' PH One-pass Soil- Cement Machine
(and similar t¡>es); Pugmi]l with Pump; Backfiffers; Euclid Loader;
Forklifts; Jeeps w/oitching Machine or oLher attachments; Tunefuger,'
Automatic Cement and Gravel- Batching Pfants; Mobile Dril-1s (Soil
Testing) and simifar types; Gurries and Simil-ar Types; (1) and (2)
Drum Hoist.s (Buck Hoist. and Similar Types),' Chicago Boom; Boring
Machine & Pipe Jacking Machine; Hydro Boom,' Dewatering SysLem,' Stra\t
Blower,' Hydro Seeder,' Assistant Heavy Equipment Greaser on Spread;
TracLors (Track type) \^¡ithout Power Unit pulling Rollers; Rollers on
Asphalt -- Brick Macadem; Concrete Breakers; ConcreLe Spreaders; Mule
Pulling Rol-lers,' Center Stripper; Cement Finishing Machines & CMI
TexLure & Reel Curing Machines,' Cement Finishing Machine,' Barber
Green or similar loaders; Vibro Tamper (411 simifar types)
Self -propelled; Winch or Boom Truck,' Mechanj-caf Bufl Floats,' Mixers
over 3 Bag to 278; Tractor pulling Power Blade or EfevaLing Grader;
PorLer Rex Rail; Clary Screed,' Truck Type Hoptoe Oil-ers; Fireman;
Spray Machine on Paving; Curb Machines; Truck Crane Oilers; oi1
Distributor; Truck-Mounted
Saws.
Class 3. Air Compressor; Po\n/er Subgrader; Straight Tractor; Trac Air
without attachments; Herman Nelson Heater, Dravo, Warner, Silent Gl-o,
and simifar t.ypes; Roffer: Five (5) Ton and under on Earth or
Gravef; Form Grader; Crawfer Crane & Skid Rig Oilers; Freight
El-evators - permanently installed; Pump; Light Plant,' Generator;
Conveyor (1) or (2) - Operator will- clean; Welding Machine; Mixer (3)
Bag and under (Standard Capacity r^¡ith skip) ; Bufk cement Pl-ant; oiler
on Centraf Concrete Mixing Pfant.
OPERATTNG ENGINEERS
HEAVY AND HIGHWAY CONSTRUCTION
CLASS 1. Cranes; Hydro Cranes; Shovels; Crane Type Backfiller; Tower,
Mobife, Crawler, & St.atiopary Cranes,' Derricks; Hoists (3 Drum) ;
Draglines; Drott Yumbo & Simifar Types considered as Cranes; 360
Degree Swing Excavator (Shears, Grapples, Movacs, etc.); Back Hoe;
Derrick Boats; Pile Driver and Skid Rigs; Clam Shefl; Locomotive Cranes; Road Pavers - Single Drum * Duaf Drum - Tri Batcher; Motor
Patrols & Po\,rer Blades - Dumore - Elevating & Similar Types;
Mechanics; Central Concrete Mixing Plant Operator,' Asphalt Batch Pfant
Operators and Plant Engineers; Gradall; Caisson Rigs; Skimmer Scoop Koering Scooper; Dredges (al1 types); Hoptoe; All Cherry Pickers;
Work Boat; Ross Carrier; Helicopter; Dozer; Tournadozer; Tournapulls all and similar types; OperaLion of Concrete and afl RecycÌe
Machines; Multiple Unit Earth Movers,' Scoops (a11 sizes); Pushcats;
Endloaders (aff types),' Asphalt Surfacing Machine; Slip Form Paver;
Rock Crusher; Operation of Material Crusher, Screening Pfants, and
2s3
http ://www. state.il.us/agency/idol/rates/EVENMO/KNOX9999.htm
4lt4l20rl
Knox County Prevailing Wage for April20l1
Page 7 of 8
Tunnel Borlng Machine; Heavy Equipment Greaser (top greaser on
spread); CMI, Auto Grade, CMI Beft Placer & 3 Track and Similar Types;
Side Booms; AsphalL Heater & Pfaner Combination (used to plane
streeLs); Wheel Tractors (with Dozer, Hoe or Endloader Attachments);
CAT Earthwork CompacLors and similar T)æes; Bfaw Knox Spreader and
Similar Types; Trench Machines; Pump Crete - Belt. Crete - Squeeze
Cret.e - Screw Type Pumps and Gypsum (operator wil-l- clean) ; Creter
Crane; Operation of Concrete Pump Truck; Formless Finishing Machines;
Flaherty Spreader or Simifar Types,' Screed Man on Laydown Machine;
Vermeer Concrete Saw,' Operation of Laser Screed; Span Saw; Dredge
Leverman,' Dredge Engineer; Luff or Simifar T¡>e; Hydro-Boom Truck,'
operation of Guard Rail- Machine; and Starting Engineer on Pipeline or
Construction (11 or more pieces) including: Air Compressor (Traifer
Mounted) , Aff Forced Aj-r Heaters (regardless of Size), Water Pumps
(Greater than 4-a/2" or Total Discharge over 4-a/2u), Light PÌants,
cenerators (Trail-er Mounted - Excfuding Decontamination Trailer),
Welding Machines (Any Size or Mode of Power), Conveyor, Mixer (any
size), Stud Welder, Povrer Pac, etc, and Ground Heater (Traifer
Mounted)
.
CLASS 2. Bulker & Pump,' Power Launches; Boring Machine & Pipe .Tacking
Machine; Dinkeys; Operation of Carts, Powered Hauf Unit for a Boring
Machine; P & H One Pass Soif CemenL Machines and Simifar Types; Wheel
TracLors (Industry or Farm Type - Other); Back Fil-l-ers; Euclid Loader;
Fork Lifts; Jeep w/DiLching Machine or Other Attachments,' Tunneluger,'
Automatic Cement & Gravef Bat.ching Pfants; Mobile Driffs - Soif
Testing and Similar Types,' Pugmill with Pump; All (1) and (2) Drum
Hoists,' Deh/atering System; SLraw Blower,' Hydro-seeder; Bump Grinders
(self-propelled) ; Assistant Heavy Equipment Greaser; Apsco Spreader;
Tractors (Track-Type) wit.hout. Pov/er Units Pulling Roflers,' Rollers on
Asphalt - Brick or Macadam; Concrete Breakers,' Concrete Spreaders,'
Cement St.rippers,' Cement Finishing Machines & CMI Texture & Reef
Curing Machines; Vibro-Tampers (AfI Similar Types Self-Propelled);
Mechanicaf Bulf Floats; Self-Propelled Concrete Saws; Truck Mounted
Power Saws; Operation of Curb Cut.ters,' Mixers - Over Three (3) Bags;
Winch and Boom Trucks; Tractor Pulling Power Bl-ade or Elevating
Grader; Porter Rex Rail; Clary Screed; Mule Pul-l-ing Rollers; Pugmill
without Pump; Barber Greene or Similar Loaders; Track Type Tractor
w/Power Unit att.ached (minimum),' Fireman; Spray Machine on Paving;
Curb Machines; Paved Ditch Machine,' Po\^/er Broom; Self -Propelfed
Sweepers; Self-PropeJ-led Conveyors; Power Subgrader; Oil Distributor;
Straight Tractor,' Truck Crane Oiler; Truck Type Oilers,' Directional
Boring Machine; Horizontaf Directional Dri11,' Articulating End Dump
Vehicles; Starting Engineer on Pipeline or Construction (6 -10
pieces) including: Air Compressor (Traifer Mounted), All Forced Air
HeaLers (regardless of Size) , Water Pumps (Greater than 4 -If2" or
Total Discharge over 4-I/2"), Light Plants, Generators (Trailer
Mounted - Excfuding Decontamination Traifer), Welding Machines (Any
Size or Mode of Power), Conveyor, Mixer (any size), SLud Welder, Power
Pac, eLc., and Ground Heater (traifer Mounted).
3. Straight Framed Truck Mount.ed Vac Unit (separately powered) ;
Trac Air Machine (without attachments); Roflers - Five Ton and Under
on Earth and Gravel,' Form Graders; Bufk Cement Plant; Oilers,' and
Starting Engineer on Pipeline or Construction (: - 5 pieces)
including: Air Compressor (Trailer Mounted), All Forced Alr Heaters
(regardless of Size) , Water Pumps (Greater than 4 -L/2' or Total
Discharge over 4-a/2"), Light. Pfants, Generators (traiLer Mounted Excluding Decontamination trailer), Welding Machines (Any Size or Mode
CI,ASS
25'\
http ://www. state.
il.us/agency/idol/rates/EVENMO/KNOX9999.htm
4tr4t20rr
Knox County Prevailing Wage for April 2011
Page 8
of8
of Power), Conveyor, Mixer (any size), SLud Welder, Power Pac, etc.,
and Ground Heater (Traifer Mounted).
Other Classifications of Work:
For definj-tions of cl-assifications not oLherwise set out, the
Department generally has on file such definitions which are avaifabl-e.
If a task to be performed is not subject to one of the
cl-assifications of pay seL out, Lhe Department will upon being
conLacted state which neighboring county has such a cl-assification and
provide such rate, such rate being deemed to exist. by reference in
this documenL. If no neighboring counLy rate applies to the task,
¡he Department shafl underLake a special determination, such special
determination being then deemed to have existed under this
determination. If a project requires these, or any cfassification not
lisLed, please contact IDOL at 21,7 -782 -l-710 for \^rage rates or
cfarifications
.
I,.ANDSCAPING
Landscaping work faLfs under the existing classifications for faborer,
operating engineer and truck driver. The work performed by landscape
planLsman and landscape l-aborer is covered by the existing
cl-assification of laborer. The work performed by landscape operators
(regardless of equipment used or it.s size) is covered by the
classifications of operating engineer. The work performed by
landscape truck drivers (regardless of size of truck driven) is
covered by the classifications of t.ruck driver.
zs5
http://www.state.il.us/agency/idol/rates/EVENMo/KNox9999.htm
411412011
ATTACHMENT B
BUILDING DEMOLITION SPECIFICATIONS
AND
ASBESTOS SURVEY RESULTS
PROJECT SPECIFICATIONS
FOR
WEST MAIN STREET DEMOLITION – PHASE II
FAU ROUTE 6800
CITY OF GALESBURG
KNOX COUNTY
Prepared For:
CITY OF GALESBURG
Galesburg, Illinois
Prepared By:
HANSON PROFESSIONAL SERVICES INC.
7625 N. University Street
Suite 200
Peoria, Illinois 61614
MARCH 2011
PROJECT MANUAL
FOR
COMMERCIAL BUILDING DEMOLITION
GALESBURG, ILLINOIS
TABLE OF CONTENTS
DOCUMENT TITLE
PAGES
SECTION
DIVISION 0 – BIDDING & CONTRACT REQUIREMENTS
00100
Definition of Abbreviations and Terms
00110-1-3
DIVISION 1 - GENERAL REQUIREMENTS
01010
01060
01300
01400
01522
01710
01720
Project Summary
Regulatory Requirements
Submittals
Quality Control
Protective Measures During Demolition
Final Cleaning
Project Record Documents
01010-1-3
01060-1-2
01300-1-3
01400-1-2
01522-1-4
01710-1-2
01720-1-2
DIVISION 2 - SITE WORK
02060
02080
02081
02218
02220
Building Demolition
Asbestos Removal
Hazardous Waste and Special Waste
Excavation and Rough Grading
Backfilling and Compaction
ATTACHMENT A – ASBESTOS SURVEY RESULTS
02060-1-4
02080-1-9
02081-1-2
02218-1-4
02220-1-4
BIDDING & CONTRACT REQUIREMENTS
DOCUMENT 00110 - DEFINITIONS OF
ABBREVIATIONS AND TERMS
PART 1 - GENERAL
1.01
A.
1.02
A.
REQUIREMENTS INCLUDE
All bidders.
RELATED REQUIREMENTS
Specified elsewhere:
1.
2.
1.03
A.
Division 1 - General Requirements.
Division 2 - Site Work.
ABBREVIATIONS
Whenever the following abbreviations are used in these Specifications or on the Project
Drawings, they are to be construed the same as the respective expressions represented:
ACM – Asbestos-Containing Material
AISC - American Institute of Steel Construction
ANSI - American National Standards Institute
API - American Petroleum Institute
ASME - American Society of Mechanical Engineers
ASTM - American Society for Testing and Materials
AWS - American Welding Society
CFR - Code of Federal Regulations
CQC - Contractor Quality Control
IEMA – Illinois Emergency Management Agency
IEPA – Illinois Environmental Protection Agency
NBFU - National Board of Fire Underwriters
NBS - National Bureau of Standards
NEC - National Electric Code
NEMA - National Electric Manufacturer's Association
NFPA - National Fire Protection Association
OSFM – Office of the State Fire Marshal
OSHA - Occupational Safety and Health Administration
UL - Underwriters Laboratories
USEPA - United States Environmental Protection Agency
Project Specifications
00110-1
DEFINITION OF ABBREVIATIONS
AND TERMS
1.04
A.
TERMS DEFINED
Wherever used in the Project Specifications or on the Project Drawings, the following terms have
the meanings indicated (unless otherwise specified) which are applicable to both the singular and
plural thereof:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
Agreement: The written agreement between Owner and Contractor covering the Work to
be performed; other Contract Documents are attached to the Agreement and made a part
thereof as provided herein.
Bid: The offer or proposal of the bidder submitted on the prescribed form setting forth the
prices for the Work to be performed.
Bidder: Any individual, firm, partnership or corporation submitting a proposal for the work
contemplated, acting directly or through a duly authorized representative.
Bonds: Bid, performance, and payment bonds and other instruments of security.
Calendar Day: Every day shown on the Gregorian calendar.
Change Order: The Contractor is obligated by the basic contract to proceed with the work
outlined on a change order, showing the change in the Scope of Work.
Change in Scope: Unknown, unforeseen, or unlisted classes of work, not specified in the
contracted work items.
The Agreement, Addenda (which pertain to the Contract
Contract Documents:
Documents), Contractor's Bid (including documentation accompanying the Bid and any
Post-Bid documentation submitted prior to the Notice of Award) when attached as an
exhibit to the Agreement, the Bonds, these General Conditions, the Special Conditions, the
Specification and the Project Drawings as the same or more specifically identified in the
Agreement, together with all amendments, modifications and supplements issued on or
after the Effective Date of the Agreement.
Contractor: The person, firm, or corporation with whom Owner has entered into the
Agreement.
Contract Time: The number of working days or calendar days allowed for completion of
the Contract, including submittal of all required documents. The Contract Time includes
authorized time extensions. In case a calendar date of completion is shown in the proposal
in lieu of the number of working or calendar days, the Contract shall be completed on or
before that date.
Effective Date of Agreement: The date indicated in the Agreement on which it becomes
effective. But if no such date is indicated, it means the date on which the Agreement is
signed and delivered by the last of the two (2) parties to sign and deliver.
Engineer: The person, firm, or corporation named as such in the Agreement or
Specifications. The designated Engineer for this project is Hanson Engineers Incorporated.
Negotiable: An item of work, designated as negotiable, for which Contractor and Owner
will discuss, if required, for the purpose of coming to an agreement or arrangement. After
discussion, and if agreement of terms is expressed by Owner, Contractor shall submit a
proposal, including all costs, to Owner for all work and prices which have been agreed
upon. Owner has the right to accept or reject any or all proposals. Owner may, if no
agreement can be reached, procure completion of said negotiable work items using
interested parties who are not associated with the Contract.
Notice of Award: The written notice by Owner to the apparent successful bidder stating
that upon compliance by the apparent successful bidder with the conditions precedent
enumerated therein, within the time specified, Owner will sign and deliver the Agreement.
Project Specifications
00110-2
DEFINITION OF ABBREVIATIONS
AND TERMS
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
Notice to Proceed: A written notice given by Owner to Contractor (with a copy to
Engineer) fixing the date on which the Contract Time will commence to run and on which
Contractor shall start to perform Contractor's obligations under the Contract Documents.
Owner: The public body or authority, corporation, association, firm, or person with whom
Contractor has entered into the Agreement and for whom the Work is to be provided. City
of Galesburg is the Owner for this Project.
Pay Item: A specifically described unit of work for which a price is provided in the
Contract.
Project Drawings: All drawings, diagrams, illustrations, schedules and other data which are
specifically prepared by or for Contractor to illustrate some portion of the Work and all
illustrations, brochures, standard schedules, performance charts, instructions, diagrams and
other information prepared by a Supplier and submitted by Contractor to illustrate material
or equipment for some portion of the Work.
Responsible: The determination that the Contractor has the capacity to perform the Work,
and the ability to comply with the Specifications and scheduled construction period, and the
Contractor has the adequate financial resources (credit) to finance cost of the work until
payment by the Owner is received.
Responsiveness: Providing information required from the Contractor for evaluation of the
bid, an element essential to the promise of performance.
Shall: The word "shall" means "mandatory performance by the contracted party" to the task
referred to and accompanying this word.
Subcontractor: An individual, firm, partnership, or corporation who assumes obligation for
performing work or portions of work specified pay items.
Underground Facilities: All pipelines, conduits, ducts, cables, wires, manholes, vaults,
tanks, tunnels, subterranean structures or other such facilities or attachments, and any
encasements containing such facilities which have been installed underground to furnish
any of the following services or materials: electricity, gases, steam, liquid petroleum
products, telephone or other communications, cable television, sewage and drainage
transport, traffic or other control systems, or water.
Unit Price: A specified price for a specified measurable unit of work to be performed under
agreement between Owner and Contractor.
Work: The entire completed construction or the various separately identifiable parts thereof
required to be furnished under the Contract Documents. Work is the result of performing
services, furnishing labor, and furnishing and incorporating materials and equipment into
the construction, all as required by the Contract Documents.
PART 2 – PRODUCTS (Not Used)
PART 3 – EXECUTION (Not Used)
END DOCUMENT 00110
Project Specifications
00110-3
DEFINITION OF ABBREVIATIONS
AND TERMS
DIVISION 1 - GENERAL REQUIREMENTS
SECTION 01010 - PROJECT SUMMARY
The Contract Requirements and DIVISION 1 - GENERAL REQUIREMENTS are hereby made part of each
division and section of the Project Specifications.
PART 1 - GENERAL
1.01
WORK INCLUDES
A. Work covered by the Contract Documents
Work Covered
Pay Item
1.
Mobilization
Obtain all licenses and permits, pay all fees, attend all
meetings, conduct project closeout activities including
all submittals, submit all receipts, manifests, and
documents for disposal of all waste materials and
demolition debris, mobilization/demobilization, and
other costs for work specified in Division 1.
2.
Traffic Control and Protection
Maintain traffic control on roads adjacent to the
demolition
site
including
labor,
materials,
transportation, and incidental work necessary to
furnish, install, maintain, and relocate traffic control
devices and signs during periods where roads are
obstructed by demolition activities in accordance with
specifications in Section 01522 – Protective Measures
During Demolition.
3.
Building Demolition
Demolition of the four (4) commercial buildings
identified as 513 W. Main Street, E&I Audio, 555 W.
Main Street – Restaurant, 565 W. Main Street – Vista
Hotel, and 566 W. Main Street – Car Dealer; footings
and foundations 4 ft below finished grade will remain.
Demolition includes protection of nearby facilities.
Demolition also includes identification, disconnection
and capping of all abandoned and active site utilities
for the structures to be demolished. Removal and
disposal of all equipment, furnishings, rubbish, piping,
electrical components, etc. is considered to be part of
demolition. Demolition also includes removal and
disposal of attached and detached garages and sheds
including building contents, paved parking areas,
sidewalks, signs including sign posts, concrete
associated with toriner swimming pool, and storm
water inlets and pipes. Salvage and/or recycle of the
Project Specifications
01010-1
PROJECT SUMMARY
various components is encouraged.
Demolition will also include necessary excavation to
remove foundations above 4 ft below finished grade.
CA-6 material is to be used to backfill excavations
between 4 ft below finished grade and finished grade.
The cost to provide, place, and compact the CA-6 is to
be included in the building demolition pay item.
1.02
A.
4.
Asbestos Removal
Removal and disposal all asbestos containing materials
identified in Attachment A. The price for this work is
to include all necessary containers, transport, labels,
manifests, and waste profile sheet(s).
5.
Collection and Disposal of
Waste Materials
Collection and disposal of hazardous and special
waste materials. Work will include collection and
disposal of fluorescent light bulbs; fluorescent ballasts;
batteries (emergency lighting and smoke detectors);
mercury switches (thermostats); small quantities of
fuel, motor oil, and grease; paint; stains; sealers;
drywall repair products; paint thinner; mineral spirits;
herbicides; antifreeze; brake fluid; carburetor cleaner;
adhesives; various cleaning products; leather cleaners;
and miscellaneous aerosol products. Also included is
collection and disposal of fire extinguishers;
compressed gas cylinders; televisions; air-conditioners;
chiller unit on roof of attached shed at former motel;
and white goods (washers, dryers, dishwashers, water
heaters). These wastes will be collected separately for
Owner inspection prior to appropriate disposal. Prices
for this work are to include all necessary containers,
transport, labels, manifests, and waste acceptance
certification.
WORK SEQUENCE
The Contractor shall provide the Owner with a project schedule prior to initiating Work that
reflects the major activities necessary to complete the project within the contract completion time.
Project-specific milestones to be addressed in the Contractor's project schedule should reflect the
Scope of Work elements covered in the Contract Documents and listed in part 1.01.A. and/or of
this section of the General Requirements.
1.03
A.
DAILY WORK HOURS
Work shall be conducted during regular business days (Monday through Friday).
Project Specifications
01010-2
PROJECT SUMMARY
B.
Work shall be conducted during routine working hours at the site (8:00 a.m. to 5:00 p.m.).
C.
All work performed during non-routine work hours shall be coordinated with the Owner.
1.04
CONTRACTORS USE OF PREMISES
A.
Confine operations at site to areas designated by Owner. Close coordination with Owner will be
required throughout demolition.
B.
Do not unreasonably encumber site with materials or equipment.
C.
Assume full responsibility for protection and safekeeping of equipment and materials stored on the
premises.
D.
Coordinate all uses of the site for work and storage with the Owner.
E.
The Contractor shall designate a Superintendent who will be available at the site at all times when
Work is performed.
PART 2 – PRODUCTS (Not Used)
PART 3 – EXECUTION (Not Used)
END OF SECTION 01010
Project Specifications
01010-3
PROJECT SUMMARY
DIVISION 1 - GENERAL REQUIREMENTS
SECTION 01060 - REGULATORY REQUIREMENTS
PART 1 - GENERAL
1.01
A.
1.02
A.
REQUIREMENTS INCLUDE
Contractor shall comply with all applicable relevant and appropriate Laws, Rules and Regulations
governing the Work, and with all Federal, State and Local regulations and permit requirements
pertaining to water, air, soils, solid waste, ACM, and noise pollution during demolition
operations.
RELATED REQUIREMENTS
Specified elsewhere:
1.
2.
3.
1.03
A.
DEFINITIONS & ABBREVIATIONS
Definitions:
1.
2.
1.04
A.
Section 01010 - Project Summary.
Section 01400 - Quality Control.
Division 2 - Site Work.
Codes: Codes are rules, regulations or statutory requirements of government agencies or
requirements developed by industry associations.
Standards: Standards are requirements set by authorities, custom or general consent, and
established as accepted criteria.
REGULATORY REQUIREMENTS
Source and requirements:
1.
USEPA:
a.
1976 Resource Conservation and Recovery Act (RCRA) as amended in 1980 and
1984:
1)
2)
a.
b.
c.
Project Specifications
Subtitle C - Hazardous Waste Regulations (40 Code of Federal Regulations
Parts 260-279).
40 Code of Federal Regulations, Parts 280-281.
40 Code of Federal Regulations, Part 61, Subpart M (NESHAP).
40 Code of Federal Regulations, Part 763.
49 Code of Federal Regulations, Parts 171-180.
01060-1
REGULATORY REQUIREMENTS
2.
Illinois Environmental Protection Agency:
a.
b.
B.
Environmental Protection Act.
Illinois Administrative Code, Title 77, Chapter I, Subchapter p, Part 855.
All other applicable Codes and Regulations governing the management of hazardous and special
wastes.
PART 2 – PRODUCTS (Not Used)
PART 3 - EXECUTION
3.01
A.
APPLICATION
The Contractor Responsibilities:
1.
2.
3.
4.
5.
6.
7.
Obtain all required permits, if any, at their own expense.
Provide all necessary containers, vehicles, equipment, labels, and manifests at their own
expense.
Report spills of waste immediately to the Owner, and implement immediate containment
and cleanup action as necessary.
Inform the receiving waste facilities and secure the proper waste acceptance certification,
and maintain a record documenting the hazardous and non-hazardous determination.
Comply with the State manifest system. The Owner will sign as a generator for all special
and hazardous wastes.
Ensure that hazardous waste shipments are transported by a licensed hazardous waste
hauler. The transporter must sign the appropriate portions of the manifest.
Ensure that the facilities accepting the waste for disposal or treatment have an EPA or State
permit.
END OF SECTION 01060
Project Specifications
01060-2
REGULATORY REQUIREMENTS
DIVISION 1 - GENERAL REQUIREMENTS
SECTION 01300 - SUBMITTALS
PART 1 - GENERAL
1.01
A.
WORK INCLUDES
Submittal Procedures:
1.
2.
3.
4.
1.02
A.
RELATED REQUIREMENTS
Specified elsewhere:
1.
2.
3.
4.
5.
6.
1.03
Construction progress schedules.
Demolition Plan.
Project Record Documents.
Applications for Payment.
Section 01400 - Quality Control.
Section 01720 - Project Record Documents.
Section 02060 - Building Demolition.
Section 02080 - Asbestos Removal.
Section 02081 - Hazardous Waste and Special Waste.
Section 02220 - Backfilling and Compaction.
SUBMITTAL PROCEDURES
A.
Transmit each submittal with Owner accepted form.
B.
Sequentially number the transmittal forms.
sequential alphabetic suffix.
C.
Identify Project, Contractor, Subcontractor or supplier; pertinent drawing and detail number, and
specification section number, as appropriate.
D.
Apply Contractor's stamp, signed or initialed, certifying that review, approval, verification of
Products required, field dimensions, adjacent construction Work, and coordination of information
is in accordance with the requirements of the Work and Contract Documents.
E.
Schedule submittals to expedite the Project, and deliver to Owner at 55 W. Tompkins, Galesburg,
IL 61401. Coordinate submission of related items.
F.
For each submittal for review, allow fifteen (15) days excluding delivery time to and from the
Owner.
Project Specifications
01300-1
Revise submittals with original number and a
SUBMITTALS
G.
Identify variations from Contract Documents and Product or system limitations which may be
detrimental to successful performance of the completed Work.
H.
Provide space for Contractor and Owner review stamps.
I.
When revised for resubmission, identify all changes made since previous submission.
J.
Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report any
inability to comply with requirements.
K.
Submittals not requested will not be recognized or processed.
1.04
CONSTRUCTION PROGRESS SCHEDULES
A.
Submit initial schedule in duplicate within five (5) days after date of Owner-Contractor
Agreement.
B.
Revise and resubmit as required.
C.
Submit revised schedules with each Application for Payment, identifying changes since previous
version.
1.05
A.
PROJECT RECORD DOCUMENTS
During the course of the project, the Contractor will submit to the Owner the following Project
Record Documents:
1.
2.
3.
4.
5.
B.
Prior to beginning asbestos work, the Contractor will submit to the Owner the following
documents:
1.
2.
3.
1.06
Records showing final destinations or disposal of all hazardous and non-hazardous waste
materials, ACM, and demolition debris removed from the commercial properties.
Records of all waste hauling operations.
Waste acceptance certifications.
Records, documents, receipts, etc. verifying disposal method of all waste materials.
Copies of all permits (state and local).
Copy of Asbestos Professional License issued by the Illinois Department of Public Health
for the individual designated as the Competent Person.
Copy of Asbestos Worker License issued by the Illinois Department of Public Health for all
Workers engaged in asbestos work.
Copy of medical surveillance records for all workers engaged in asbestos work.
APPLICATIONS FOR PAYMENT
Project Specifications
01300-2
SUBMITTALS
A.
Pay requests will be submitted monthly and will include a breakdown of the work included under
each Pay Item. The breakdown should show the components, with costs, for each Pay Item and
show the components or percentages of components that have been completed.
B.
Pay request will clearly delineate additions and deductions resulting from:
1.
2.
C.
Change orders.
Deductions for uncorrected work.
Pay requests will be accompanied by the following items:
1.
2.
A current construction progress schedule.
Partial lien waivers for subcontractors, suppliers, and others for Work included in the last
monthly payment.
PART 2 – PRODUCTS (Not Used)
PART 3 – EXECUTION (Not Used)
END OF SECTION 01300
Project Specifications
01300-3
SUBMITTALS
DIVISION 1 - GENERAL REQUIREMENTS
SECTION 01522 - PROTECTIVE MEASURES
DURING DEMOLITION
PART 1 - GENERAL
1.01
A.
REQUIREMENTS INCLUDE
Contractor:
1.
2.
3.
4.
5.
Provide and maintain suitable barriers to prevent access of unauthorized personnel into
work areas.
Provide fire protection and prevention measures in work areas.
Institute accident prevention procedures.
Maintain haul routes and equipment parking areas.
Responsibilities:
a.
b.
c.
d.
1.02
A.
Assume full responsibility for complying with all rules and regulations of all
Federal, State and Municipal authorities having jurisdiction, including those of the
U.S. Environmental Protection Agency, the Occupational Safety and Health
Administration, the Illinois Environmental Protection Agency, the Office of the State
Fire Marshal, the Springfield Fire Department, and the City of Springfield.
The requirements outlined hereinafter are to be considered as minimal, and where
the requirements of any of the above authorities having jurisdiction conflict with the
requirements of this section, the maximum condition shall prevail.
Any items damaged due to failure to comply with these requirements shall be
corrected or replaced to the satisfaction of the Owner without cost to the Owner.
Assume full responsibility for enforcing compliance with any protective measures
indicated in specific sections of the Work.
RELATED REQUIREMENTS
Specified elsewhere:
1.
Division 2 - Site Work.
PART 2 - PRODUCTS
2.01
TEMPORARY FENCING
A.
The Contractor shall supply temporary fencing around the demolition.
B.
Materials may be new or used, suitable for purpose.
C.
Materials shall be approved by the Owner.
Project Specifications
01522-1
PROTECTIVE MEASURES
DURING DEMOLITION
DIVISION 1 - GENERAL REQUIREMENTS
SECTION 01710 - FINAL CLEANING
PART 1 - GENERAL
1.01
A.
REQUIREMENTS INCLUDE
The work in this section is required of the Contractor and all subcontractors unless otherwise
specified:
1.
2.
3.
1.02
A.
RELATED REQUIREMENTS
Specified elsewhere:
1.
1.03
A.
Standards: Maintain project in accordance with the following safety and insurance standards:
Applicable Federal and State requirements.
National Fire Protection Association (NFPA).
Hazards Control:
1.
C.
Section 01010 - Project Summary.
SAFETY REQUIREMENTS
1.
2.
B.
Maintain premises and adjacent properties free of waste, debris and rubbish caused by
project operations.
Maintain pavements and sidewalks on premises, adjacent properties, and public roads free
from mud and soil accumulations caused by project operations.
Upon project completion, or at such other times as directed by the Owner, remove all waste,
debris, rubbish, tools, equipment, machinery and surplus materials. Clean all exposed
surfaces; leave work area clean and ready for occupancy.
Prevent accumulation of wastes which create hazardous conditions.
Conduct cleaning and disposal operations to comply with applicable Federal and State
anti-pollution laws:
1.
2.
Do not burn or bury rubbish and waste materials on project site.
Do not dispose of wastes into streams, waterways, their tributaries or shorelines.
PART 2 – PRODUCTS (Not Used)
PART 3 - EXECUTION
Project Specifications
01710-1
FINAL CLEANING
3.01
DURING PROJECT
A.
Execute cleaning to ensure that grounds and adjacent properties are maintained free of waste,
debris and rubbish. Maintain pavement and sidewalks free of mud and soil accumulations.
B.
Provide on-site containers for collection of waste materials, debris and rubbish as required, and
properly dispose of same.
3.02
FINAL CLEANING
A.
Employ experienced workmen for final cleaning.
B.
Maintain finally cleaned areas until project, or designated portion thereof, is accepted by Owner.
END OF SECTION 01710
Project Specifications
01710-2
FINAL CLEANING
DIVISION 1 - GENERAL REQUIREMENTS
SECTION 01720 - PROJECT RECORD DOCUMENTS
PART 1 - GENERAL
1.01
A.
WORK INCLUDES
Contractor submittals (as a minimum): On or before the date of final observation the Contractor
will submit to Owner the following Project Record Documents, which the Contractor will have
accumulated and retained during the course of the project:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
1.02
A.
RELATED REQUIREMENTS
Specified elsewhere:
1.
2.
3.
1.03
Records showing final destinations or disposal of all hazardous and non-hazardous waste
materials, ACM, demolition debris, and salvageable items removed from the site.
Waste acceptance certifications.
Records of all waste hauling operations.
Records, documents, receipts, etc. verifying disposal method of all waste materials,
demolition debris, and salvageable items.
Copies of all permits (state and local).
Photographed documentation of work in progress.
Written Project Warranty (one (1) year).
Contractor's daily work logs.
Drawings showing actual locations of capped utilities, subsurface obstructions, and portions
of the structure and foundations to remain, with actual dimensions from buildings and
burial depth (related to building finish floor). Drawings to be 8.5" x 11" or 11" x 17" in
size.
Names, addresses, and phone numbers of subcontractors involved during demolition.
Section 01010 - Project Summary.
Section 01400 - Quality Control.
Divison 2 - Site Work.
RECORDING
A.
Label each document "PROJECT RECORD DOCUMENTS."
B.
Keep record documents current.
C.
Do not permanently conceal any work until required information has been recorded.
D.
Documents: Legibly mark to record actual construction:
1.
Field changes of dimension and detail.
Project Specifications
01720-1
PROJECT RECORD DOCUMENTS
2.
3.
E.
Specifications and addenda: Legibly mark up each section to record:
1.
2.
1.04
Changes made by change order.
Details not on original contract drawings.
Changes made by change order or field order.
Other matters not originally specified.
SUBMITTALS
A.
At completion of project, deliver Project Record Documents to Owner.
B.
Accompany submittal with transmittal letter, in duplicate, containing:
1.
2.
3.
4.
5.
6.
Date.
Project title and number.
Contractor's name and address.
Title of each record document.
Certification that each document as submitted is complete and accurate.
Signature of Contractor, or their authorized representative.
PART 2 – PRODUCTS (Not Used)
PART 3 – EXECUTION (Not Used)
END SECTION 01720
Project Specifications
01720-2
PROJECT RECORD DOCUMENTS
DIVISION 2 - SITE WORK
SECTION 02060 - BUILDING DEMOLITION
PART 1 - GENERAL
1.01
PROJECT INCLUDES
A.
Demolition of the four (4) commercial buildings identified as 513 W. Main, 555 W. Main, 565 W.
Main, and 566 W. Main. Removal and disposal of building contents and demolition debris.
B.
Removal and disposal of ACM from commercial buildings.
C.
Removal and disposal of hazardous and special waste materials.
D.
Demolition and removal of buildings and structures; footings and foundations 4 ft. below finished
grade will remain in place. Bid will also include providing, placing, and compacting CA-6 used
for backfill.
E.
Removal and disposal of rubbish and debris resulting from own demolition operations.
F.
Provide protection for utilities that are to remain.
G.
Identification, disconnection, and capping of commercial building utilities.
1.02
A.
RELATED REQUIREMENTS
Specified elsewhere:
1.
2.
3.
4.
5.
6.
7.
1.03
A.
Section 01300 - Submittals.
Section 01522 - Protective Measures During Demolition.
Section 01720 - Project Record Documents.
Section 02080 - Asbestos Removal.
Section 02081 - Hazardous Waste and Special Waste.
Section 02218 - Excavation and Rough Grading.
Section 02220 - Backfilling and Compaction.
APPLICABLE CODES AND PUBLICATIONS
The Contractor shall comply with all codes and regulations including but not limited to the
following:
1.
2.
3.
4.
The BOCA National Building Code 2006.
ANSI/ASSE A10.6 “Safety Requirements for Demolition Operations.”
National Association of Demolition Contractors “Demolition Safety Manual.”
OSHA Safety and Health Standards, 29 CFR 1926, Subpart T, “Demolition.”
Project Specifications
02060-1
BUILDING DEMOLITION
1.04
A.
SUBMITTALS
Demolition Plan: Indicate demolition and removal sequence and location of salvageable items;
location of special and hazardous wastes; location and construction of fences, barricades, and
temporary work. The Contractor shall submit a complete demolition plan to the Engineer
detailing procedures and sequence for removing the entire structure including all features
necessary to remove the structure in a safe and controlled manner to ensure stability of the
structure at any given time. The structure shall be able to support its self-weight, lateral loads,
debris, and any other demolition related loads as parts of the structure are demolished and no
longer contribute to capacity. Elements of the structure made unstable by the demolition process
prior to their removal shall be braced until they can be removed. The demolition plan shall
consist of the following: the demolition sequence for the entire contract; staging of demolition;
equipment locations; any required temporary support shoring; and details and locations of shields
or other protective measures in sufficient numbers to assure that people and property will not be
endangered.
Engineered demolition shall be required if an operator is on a structure, or within the collapse
envelope of the structure, to be demolished. The Contractor shall submit to the Engineer
additional working drawings (including engineering calculations) for the proposed demolition
plan if an operator is on the structure or within the collapse envelope of the structure. The
demolition plan shall be prepared by a licensed Structural Engineer with a current license in the
State of Illinois. The engineer who prepares and seals the demolition plan will be considered the
Engineer of Record. The engineering calculations shall be adequate to demonstrate the stability
of the structure during all stages of the removal operation if an operator is on the structure or
within the collapse envelope of the structure.
B.
1.05
Records of waste hauling operations and disposal for ACM, hazardous wastes, non-hazardous
wastes, demolition debris, and salvageable items.
PROJECT RECORD DOCUMENTS
A.
Submit under provisions of Section 01720.
B.
Accurately record actual locations of capped utilities, subsurface obstructions, and portions of the
structure and foundations to remain.
1.06
A.
1.07
QUALIFICATIONS
Demolition Firm: Company specializing in performing the Work of this Section.
REGULATORY REQUIREMENTS
A.
Conform to applicable codes for demolition of structures, safety of adjacent structures, dust
control, vibration control, runoff control and disposal.
B.
Obtain required permits from authorities in accordance with Section 01060.
Project Specifications
02060-2
BUILDING DEMOLITION
C.
Notify affected utility companies before starting work and comply with their requirements.
D.
Closure or obstruction of roadways shall be condition in accordance with Section 01522 and
approved by Owner in advance..
E.
Notify Owner and conform to applicable regulatory procedures when hazardous or contaminated
materials discovered.
PART 2 - PRODUCTS
2.01
A.
FILL MATERIALS
Fill Material: As specified in Section 02220.
PART 3 - EXECUTION
3.01
PREPARATION
A.
Provide, erect, and maintain temporary barriers and security devices at locations indicated in
accordance with Section 01522.
B.
Protect existing structures and utilities that are not to be demolished.
C.
Mark location of utilities that are not be demolished.
3.02
DEMOLITION REQUIREMENTS
A.
Contractor shall verify that ACM to be abated have in fact been removed prior to the onset of
building demolition.
B.
Remove all hazardous and special waste materials from the four (4) commercial buildings prior to
the onset of building demolition in accordance with Section 02081 – Hazardous Waste and
Special Waste.
C.
Remove salvageable items for Contractor’s reuse or sale prior to starting demolition activities.
D.
Disconnect and cap all utilities from the commercial buildings as directed by utility owner. Should
the contractor encounter previously unknown utilities on the site he shall proceed in accordance
with the Owner’s direction.
E.
Water services to the four (4) buildings to be demolished are to be uncovered at the back of the
curb stop, the service line cut, and crimped closed.
F.
Wet building area to be demolished with water to minimize dust. Provide hoses and water
connections for this purpose.
Project Specifications
02060-3
BUILDING DEMOLITION
3.03
DEMOLITION
A.
The buildings are to be demolished in a safe and controlled manner.
B.
Remove concrete slabs on grade, foundation walls, and footings of buildings to be demolished.
Foundation removal shall be to 4 ft below existing grade.
C.
Protect nearby buildings and utilities throughout demolition activities.
D.
Backfill areas excavated as a result of demolition in accordance with Section 02220.
E.
Rough grade and compact areas affected by demolition to maintain site drainage in accordance
with Section 02220.
3.04
REMOVAL AND DISPOSAL OF DEMOLISHED MATERIALS
A.
Remove demolished materials from site.
B.
Do not burn or bury materials on site. Leave site in clean condition.
C.
Demolition debris or waste shall either be disposed of in a licensed landfill, or recycled, reused, or
otherwise disposed of as allowed by State or Federal solid waste disposal laws and regulations
and solid waste determinations of the Illinois Environmental Protection Agency (IEPA) and
approved by the Owner.
D.
The Contractor shall provide to the Owner a network of City streets that will be used during the
project by the Contractor, his Subcontractors, or material suppliers. The Owner and Contractor
shall both examine the roads and streets to be used during construction, noting any areas of
concern before construction starts.
E.
It will be the responsibility of the Contractor to insure that his subcontractors utilize only the
designated roadways in their project related haul movements. Unless otherwise permitted by the
agency having jurisdiction over the designated roadway, the roadway shall be restricted to legal
weight and size loads.
END OF SECTION 02060
Project Specifications
02060-4
BUILDING DEMOLITION
DIVISION 2 - SITE WORK
SECTION 02080 - ASBESTOS REMOVAL
PART 1 - GENERAL
1.01
A.
BASE BID INCLUDES
The Contractor shall furnish all labor, materials, equipment and services necessary for the proper
execution of removal, disposal, and protection required for the following:
1.
2.
3.
4.
1.02
A.
RELATED REQUIREMENTS
Specified elsewhere:
1.
2.
3.
1.03
Removal and disposal of flue duct with metal exterior lining located on second floor to roof
of building located at 513 W. Main Street.
Removal and disposal three (3) sections of layered pipe insulation located on the floor of
the storage room behind the bathroom of former restaurant located at 551 W. Main Street
(listed on asbestos survey as 565 W. Main Street).
Removal and disposal of tank insulation located on the hot water tank in the first floor
laundry room of the former hotel located at 565 W. Main Street.
Removal and disposal of 12 ft by 12 ft floor tile and mastic located in rooms 210, 240, 253,
264, 267, 270, office bathroom, and office kitchen of the former hotel located at 565 W.
Main Street. Details concerning the floor tile are listed in the asbestos survey.
01010 - Project Summary.
01300 - Submittals.
01522 - Protective Measures During Demolition.
REFERENCED STANDARDS
A.
National Emission Standards for Hazardous Air Pollutants (NESHAPS) 40 CFR Part 61 Subpart
M.
B.
OSHA Construction Standard 29 CFR 1926.1101.
C.
Asbestos Abatement Public and Private Schools and Commercial and Public Buildings in Illinois
77 IAC Part 855.
D.
Asbestos – Necessary and Practicable Safeguards 35 IAC 228.141.
1.04
A.
DEFITITIONS
Asbestos-Containing Building Materials (ACBM) means surfacing ACM, thermal system
insulation ACM, or miscellaneous ACM that is found in or on interior structural members.
Project Specifications
02080-1
ASBESTOS REMOVAL
B.
Category I Non-friable ACM means asbestos-containing packing, gaskets, resilient floor covering,
and asphalt roofing products containing more than 1 percent asbestos as determined using
Polarized Light Microscopy (PLM).
C.
Category II Non-friable ACM means any material, excluding Category I non-friable ACM,
containing more than 1 percent asbestos as determined by PLM.
D.
Friable Asbestos Material means any material containing more than 1 percent asbestos as
determined by PLM that can be crumbled, pulverized, or reduced to powder by hand pressure.
1.05
HANDLING OF ACM
A.
Asbestos-Containing Surfacing Material: Removal of asbestos-containing surfacing material is
considered a Class I asbestos work operation.
B.
Asbestos-Containing Thermal System Insulation:
considered a Class I asbestos work operation.
C.
Asbestos-Containing Floor Tile: Asbestos-containing floor tile is considered to be a Category I
non-friable material. As long as the demolition procedures keep the floor tile in tact and do not
render it friable, it may remain in place and can be disposed of along with the general demolition
debris, subject to landfill requirements. Removal of asbestos-containing floor tile is considered to
be a Class II asbestos work operation.
D.
Asbestos-Containing Roofing Material: Asbestos-containing roofing material is considered to be a
Category I non-friable material. Removal of asbestos-containing roofing material is considered a
Class II asbestos work operation.
1.06
Removal of thermal system insulation is
SUBMITTALS
A.
Copy of Asbestos Professional License issued by the Illinois Department of Public Health for the
individual designated as the Competent Person.
B.
Copy of Asbestos Worker License issued by the Illinois Department of Public Health for all
workers engaged in asbestos work.
C.
Copy of medical surveillance records for all workers engaged in asbestos work.
D.
Plan for Negative Pressure Enclosures to be used during asbestos abatement activities.
E.
Waste manifests and landfill receipts.
PART 2 – PRODUCTS (Not Used)
Project Specifications
02080-2
ASBESTOS REMOVAL
PART 3 - EXECUTION
3.01
A.
GENERAL WORK PRACTICES FOR ASBESTOS ABATEMENT
The Contractor shall use the following engineering controls and work practices for all operations
covered by this section:
1.
2.
3.
B.
The Contractor shall also use the following control methods for all operations covered by this
section:
1.
2.
3.
C.
Local exhaust ventilation equipped with HEPA filter dust collection systems.
Enclosure or isolation of processes producing asbestos dust.
Ventilation of the regulated area to move contaminated air away from the breathing zone of
employees and toward a filtration or collection device equipped with a HEPA filter.
The following work practices and controls shall not be used for work related to asbestos or for
work which disturbs ACM:
1.
2.
3.
4.
3.02
Vacuum cleaners equipped with HEPA filters shall be used to collect all debris and dust
containing ACM.
Wet methods, or wetting agents, shall be used to control employee exposures during
asbestos handling, mixing, removal, cutting, application, and cleanup, except where
employers demonstrate that the use of wet methods is infeasible.
Prompt clean-up and disposal of wastes and debris contaminated with asbestos in leak-tight
containers except in roofing operations, where other procedures apply.
High-speed abrasive disc saws that are not equipped with point of cut ventilator or
enclosures with HEPA filtered exhaust air.
Compressed air used to remove asbestos, or materials containing asbestos, unless the
compressed air is used in conjunction with an enclosed ventilation system designed to
capture the dust cloud created by the compressed air.
Dry sweeping, shoveling or other dry clean-up of dust and debris containing ACM.
Employee rotation as a means of reducing employee exposure to asbestos.
WORK PRACTICES FOR THE REMOVAL OF ASBESTOS-CONTAINING FLUE DUCT
AND THERMAL SYSTEM INSULATION
A.
All Class I work, including the installation and operation of the control system, shall be supervised
by a competent person.
B.
Critical barriers shall be placed over all openings to the regulated area.
C.
The HVAC system shall be isolated in the regulated area by sealing with a double layer of 6 mil
plastic or the equivalent.
D.
Impermeable drop cloths shall be placed on surfaces beneath all removal activity.
Project Specifications
02080-3
ASBESTOS REMOVAL
E.
All objects within the regulated area shall be covered with impermeable drop cloths or plastic
sheeting that is secured by duct tape (or an equivalent).
F.
For all Class I work where the Contractor can not produce a negative exposure assessment, or
where exposure monitoring shows that a PEL is exceeded, the Contractor shall ventilate the
regulated area to move contaminated air away from the breathing zone of workers toward a HEPA
filtration or collection device.
G.
A Negative Pressure Enclosure (NPE), designed and constructed by the Contractor shall be used
for all Class I asbestos work. The NPE may be of any configuration:
1.
2.
3.
4.
H.
The following work practices shall be utilized:
1.
2.
3.03
At least four (4) air changes per hour shall be maintained in the NPE.
A minimum of –0.02 column inches of water pressure differential, relative to outside
pressure, shall be maintained within the NPE as evidenced by manometric measurements.
The NPE shall be kept under negative pressure throughout the period of its use.
Air movement shall be directed away from employees performing asbestos work within the
enclosure, and toward a HEPA filtration or a collection device.
Before beginning work within the enclosure and at the beginning of each shift, the NPE
shall be inspected for breaches and smoke-tested for leaks, and any leaks sealed.
Electrical circuits in the enclosure shall be deactivated, unless equipped with ground-fault
circuit interrupters.
WORK PRACTICES FOR THE REMOVAL OF ASBESTOS-CONTAINING FLOOR TILE
AND MASTIC
A.
Flooring or its backing shall not be sanded.
B.
Vacuums equipped with HEPA filter, disposable dust bag and metal floor tool (no brush) shall be
used to clean floors.
C.
Resilient sheeting shall be removed by cutting with wetting of the snip point and wetting during
delamination. Rip-up of resilient sheet floor material is prohibited.
D.
All scraping of residual adhesive and/or backing shall be performed using wet methods.
E.
Dry sweeping is prohibited.
F.
Mechanical chipping is prohibited unless performed in a negative pressure enclosure.
G.
Tiles shall be removed intact, unless the contractor demonstrates that intact removal is not
possible.
H.
When tiles are heated and can be removed intact, wetting may be omitted.
Project Specifications
02080-4
ASBESTOS REMOVAL
3.04
A.
ALTERNATIVE WORK PRACTICES AND CONTROLS FOR ASBESTOS-CONTAINING
FLOOR TILE
Instead of the work practices and controls listed above the contractor may use different or
modified engineering and work practice controls if the following provisions are complied with:
1.
2.
3.05
A.
RESPIRATORY PROTECTION
The Contractor shall provide respirators, and ensure that they are used, where required.
Respirators shall be used in the following circumstances:
1.
2.
3.
4.
5.
3.06
A.
3.07
A.
The Contractor shall demonstrate by data representing employee exposure during the use of
such method under conditions which closely resemble the conditions under which the
method is to be used, that employee exposure will not exceed the PEL's under any
anticipated circumstances.
A competent person shall evaluate the work area, the projected work practices and the
engineering controls, and shall certify in writing that the different or modified controls are
adequate to reduce direct and indirect employee exposure to below the PELs under all
expected conditions of use and that the method meets the requirements outlined above. The
evaluation shall include and be based on data representing employee exposure during the use
of such method under conditions which closely resemble the conditions under which the
method is to be used for the current job, and by employees whose training and experience
are equivalent to employees who are to perform the current job.
During all Class I asbestos work.
During Class II asbestos work when ACM is not removed in a substantially intact state.
During Class II asbestos work which is not performed using wet methods, except respirators
need not be worn during removal of ACM from sloped roofs when a negative exposure
assessment has been made and the ACM is removed in an intact state.
During Class II asbestos work for which a negative exposure assessment has not been
conducted.
During work operations covered by this section for which employees are exposed above the
TWA or excursion limit.
PROTECTIVE CLOTHING
The Contractor shall provide or require the use of protective clothing, such as coveralls or similar
whole-body clothing, head covering, gloves, and foot covering for any employee exposed to
airborne concentrations of asbestos that exceed the TWA and/or excursion limit prescribed by the
OSHA Standard, or for which a required negative exposure assessment is not produced, or for any
employee performing Class I asbestos work.
COMMUNICATION OF HAZARDS
The Contractor shall post warning signs at all locations where airborne concentrations of asbestos
may be in excess of the permissible exposure limit as specified in 40 CFR Part 763.121. Labels
meeting the requirements of 40 CFR Part 763.121 shall be affixed to all asbestos waste containers.
Project Specifications
02080-5
ASBESTOS REMOVAL
B.
Training for Class I Work and Class II Work that requires the use of critical barriers (or equivalent
isolation methods) and/or negative pressure enclosures:
1.
Training shall be equivalent in curriculum, training method, and length to the EPA Model
Accreditation Plan (MAP) asbestos abatement workers training (40 CFR Part 763, Subpart
E, Appendix C). The training course shall include the following topics:
a.
b.
c.
d.
e.
f.
g.
h.
i.
Project Specifications
Physical characteristics of asbestos. Identification of asbestos, aerodynamic
characteristics, typical uses, and physical appearance, and a summary of abatement
control options.
Potential health effects related to asbestos exposure. The nature of asbestos-related
diseases; routes of exposure; dose-response relationships and the lack of a safe
exposure level; the synergistic effect between cigarette smoking and asbestos
exposure; the latency periods for asbestos-related diseases; a discussion of the
relationship of asbestos exposure to asbestosis, lung cancer, mesothelioma, and
cancers of other organs.
Employee personal protective equipment. Classes and characteristics of respirator
types; limitations of respirators; proper selection, inspection; donning, use,
maintenance, and storage procedures for respirators; methods for field testing of the
facepiece-to-face seal (positive and negative-pressure fit checks); qualitative and
quantitative fit testing procedures; variability between field and laboratory
protection factors that alter respiratory fit (e.g., facial hair); the components of a
proper respiratory protection program; selection and use of personal protective
clothing; use, storage, and handling of non-disposable clothing; and regulations
covering personal protective equipment.
State-of-the-art work practices. Proper work practices for asbestos abatement
activities, including descriptions of proper construction; maintenance of barriers and
decontamination enclosure systems; positioning of warning signs; lock-out of
electrical and ventilation systems; proper working techniques for minimizing fiber
release; use of wet methods; use of negative pressure exhaust ventilation equipment;
use of high-efficiency particulate air (HEPA) vacuums; proper clean-up and
disposal procedures; work practices for removal, encapsulation, enclosure, and
repair of ACM; emergency procedures for sudden release; potential exposure
situations; transport and disposal procedures; and recommended and prohibited
work practices.
Personal hygiene. Entry and exit procedures for the work area; use of showers;
avoidance of eating, drinking, smoking, and chewing (gum or tobacco) in the work
area; and potential exposures, such as family exposure.
Additional safety hazards. Hazards encountered during abatement activities and
how to deal with them, including electrical hazards, heat stress, air contaminants
other than asbestos, fire and explosion hazards, scaffold and ladder hazards, slips,
trips, and falls, and confined spaces.
Medical monitoring. OSHA and EPA Worker Protection Rule requirements for
physical examinations, including a pulmonary function test, chest X-rays, and a
medical history for each employee.
Air monitoring. Procedures to determine airborne concentrations of asbestos fibers,
focusing on how personal air sampling is performed and the reasons for it.
Relevant Federal, State, and local regulatory requirements, procedures, and
standards with particular attention directed at relevant EPA, OSHA, and State
02080-6
ASBESTOS REMOVAL
j.
k.
2.
3.
C.
The training course shall take at least thirty-two (32) hours and shall include lectures,
demonstrations, at least fourteen (14) hours of hands-on training, individual respirator fit
testing, a course review and an examination.
Training shall be prior to the initial assignment for work and at least annually thereafter.
Training for Other Class II Work:
1.
Training for work with asbestos containing material involving roofing materials, flooring
materials, siding materials, ceiling tiles, or transite panels, training shall include at a
minimum all the following elements:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
2.
3.
3.08
regulations concerning asbestos abatement workers.
Establishment of respiratory protection programs.
Course review. A review of key aspects of the training course.
Methods of recognizing asbestos, and presumed asbestos containing materials.
The health effects associated with asbestos exposure.
The relationship between smoking and asbestos in producing lung cancer.
The nature of operation that could result in exposure to asbestos, the importance of
necessary protective controls to minimize exposure including, as applicable:
engineering controls, work practices, respirators, housekeeping procedures, hygiene
facilities, protective clothing, decontamination procedures, emergency procedures,
and waste disposal procedures, and any necessary instruction in the use of these
controls and procedures.
The purpose, proper use, fitting instructions, and limitations of respirators as
required by 29 CFR 1910.134.
The appropriate work practices for performing the asbestos job.
Medical surveillance program requirements.
The content of the OSHA asbestos standard for the construction industry, 29 CFR
1926.1101.
The names, addresses and phone numbers of public health organizations which
provide information, materials and/or conduct programs concerning smoking
cessation.
The requirements for posting signs and affixing labels and the meaning of the
required legends for such signs and labels.
The training course for Class II work shall include hands-on training and shall take at least
eight (8) hours.
Training shall be provided prior to the initial assignment for Class II work and at least
annually thereafter.
MEDICAL SURVEILLANCE
A.
The employer shall have instituted a program for all employees who, for a combined total of forty
(40) or more days per year, are engaged in Class I, II, or III work or are exposed at or above the
permissible exposure limit for a combined thirty (30) days or more per year.
B.
For employees required to wear a negative pressure respirator, employers shall ensure employees
are physically able to perform the work and use the equipment. This determination shall be made
Project Specifications
02080-7
ASBESTOS REMOVAL
under the supervision of a physician.
3.09
A.
COMPETENT PERSON
On all construction work covered by this specification section, the Contractor shall designate a
competent person having the qualifications and authority for ensuring worker safety and health.
Competent person means one who is capable of identifying existing asbestos hazards in the
workplace and who has the authority to take prompt corrective measures to eliminate them:
1.
The competent person at work sites where employees are engaged in Class I asbestos work
shall remain at the work sites and supervise work:
a.
2.
The competent person at work sites where employees are engaged in Class II asbestos work
shall make frequent and regular inspection of the job sites and supervise work in order to
perform the following duties:
a.
B.
3.10
A.
The duties of the competent person include establishing the negative-pressure
enclosure, ensuring its integrity, and controlling entry to and exit from the
enclosure; supervising any employee exposure monitoring, ensuring that all
employees working within the enclosure wear the appropriate personal protective
equipment, are trained in the use of appropriate methods of exposure control, and
use the hygiene facilities and decontamination procedures required; and ensuring
that engineering controls in use are in proper operating condition and are
functioning properly.
The duties of the competent person include ensuring that employees set up, use, and
remove engineering controls, use work practice and personal protective equipment
in compliance with all requirements.
The competent person for Class I and II asbestos work shall be trained in all aspects of asbestos
removal and handling including: abatement, installation, removal and handling; the contents of the
OSHA Standard 29 CFR 1926.1101; the identification of asbestos; removal procedures, where
appropriate; and other practices for reducing the hazard. Such training shall be obtained in a
comprehensive course for supervisors that meets the criteria of EPA's Model Accreditation Plan
(40 CFR Part 763, Subpart E, Appendix C) such as a course conducted by an EPA-approved or
state-approved training provider, certified by EPA or a state, or a course equivalent in stringency,
content, and length.
TRANSPORT AND DISPOSAL OF ASBESTOS
All asbestos-containing waste generated in Project shall be collected and transported in a lined
roll-off box with locking access. The asbestos-containing waste shall be disposed of at a landfill
licensed to accept the waste that is approved by the Owner.
END OF SECTION 02080
Project Specifications
02080-8
ASBESTOS REMOVAL
DIVISION 2 – SITE WORK
SECTION 02081 – HAZARDOUS WASTE AND
SPECIAL WASTE
PART 1 - GENERAL
1.01
A.
WORK INCLUDES
Collection, staging, and disposal of hazardous waste and special waste including, but not limited
to:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
Fluorescent light bulbs: One hundred ninety (190) 4-ft bulbs, thirty-six (36) 6-ft bulbs,
and unknown quantity of small bulbs in box located in attached shed of former hotel.
Fluorescent ballasts: Ninety-five (95) 4-ft ballasts, seventy-eight (78) 6-ft ballasts, and
unknown quantity of small ballasts in box located in attached shed of former hotel.
Batteries: Fourteen (14).
Mercury switches: Two (2).
Fuel.
Motor Oil.
Grease.
Paint.
Stains.
Dry wall repair products.
Paint thinner.
Mineral spirits.
Sealers.
Herbicides.
Antifreeze.
Brake fluid.
Carburetor cleaner.
Adhesives.
Various cleaning products.
Leather cleaners.
Aerosol products.
Fire extinguishers: Nine (9).
Compressed gas cylinders.
Televisions: Forty-one (41).
Air conditioners (refrigerants need to be removed).
Chiller unit at Vista Hotel (refrigerants need to be removed).
White goods (washers, dryers, dish washers, water heaters).
Quantities presented above are approximately only. Contractor is responsible to dispose of all
materials remaining in buildings at the bid price even if quantities are different than those
presented.
B.
Packaging, labeling, and preparing manifests for waste transport.
C.
Transport and disposal of all hazardous waste and special waste.
Project Specifications
02081-1
HAZARDOUS WASTE
AND SPECIAL WASTE
1.02
A.
RELATED REQUIREMENTS
Specified elsewhere:
1.
2.
1.03
Section 02060 - Building Demolition.
Section 02080 - Asbestos Removal.
HANDLING OF HAZARDOUS AND SPECIAL WASTES
A.
Hazardous and special components shall be collected from the commercial buildings prior to
demolition and staged in a secure area.
B.
Refrigerants shall be recovered from refrigeration, air conditioning, and chiller units by a
HVAC professional.
PART 2 – PRODUCTS (Not Used)
PART 3 – EXECUTION
3.01
HAZARDOUS WASTES
A.
Contractor shall collect and stage all hazardous wastes listed in paragraph 1.01A for Owner
inspection.
B.
Contractor shall notify Owner of discovery of any other components that may be classified as
hazardous waste (e.g., oil-containing electrical equipment, unknown chemicals, etc.).
C.
Prepare waste acceptance certification(s) for disposal.
D.
Package, label, and prepare manifest(s) for transport of the hazardous waste. (Owner will sign
manifest as generator.)
E.
Transport and disposal of hazardous wastes shall be coordinated through disposal company
approved by Owner.
3.02
SPECIAL WASTES
A.
Prepare waste acceptance certification(s) for disposal.
B.
Label and prepare manifest(s) for transport of waste if needed. (Owner will sign manifest as
generator.)
3.03
A.
SALVAGEABLE ITEMS
Obtain a receipt to document sale of salvageable items.
END OF SECTION 02081
Project Specifications
02081-2
HAZARDOUS WASTE
AND SPECIAL WASTE
DIVISION 2 - SITE WORK
SECTION 02218 - EXCAVATION AND ROUGH
GRADING
PART 1 - GENERAL
1.01
WORK INCLUDES
A.
Strip 4 in. of existing topsoil and stockpile on-site.
B.
Excavate soils as required to remove building footings, and utilities.
C.
Removal of existing site appurtenances, including but not limited to, sidewalks, trees, shrubs,
and existing fence.
D.
Remove all abandoned and active underground and aboveground utility lines associated with
the buildings to be demolished.
E.
Stockpile excavated soils on site.
F.
Cut, grade, fill, and rough contour the site in accordance with construction plans.
G.
Protect portions of underground and aboveground utility lines which are to remain within
excavated areas.
H.
Protect excavations.
1.02
A.
RELATED WORK
Specified elsewhere:
1.
2.
1.03
A.
1.04
A.
Section 02100 - Site Preparation.
Section 02220 - Backfilling and Compaction.
QUALITY ASSURANCE
Perform all work in accordance with latest version of governing Codes and Regulations.
PROTECTION
Protect trees, shrubs, lawns, areas to receive seeding and other features remaining as part of
final landscaping.
Project Specifications
02218-1
EXCAVATION AND ROUGH GRADING
B.
Protect bench marks, valves, piping, existing structures, retaining walls, fencing, roads,
sidewalks, and paving which are designated to remain in place, against damage from equipment
and vehicular or foot traffic.
C.
Protect excavations by shoring, bracing, sheet piling, underpinning, laying back slopes, or other
methods, to prevent cave-ins or loose dirt from falling into excavations.
D.
Underpin adjacent structures which may be damaged by excavation work, including power
poles and lighting.
E.
Promptly notify Owner immediately of unexpected conditions that may prohibit or delay
progress of the Work. Discontinue work in area until Owner issues written notification to
resume work. Confirm reception of notification in writing.
F.
Grade around excavation to prevent surface water runoff into excavated area.
G.
All material excavated and piled adjacent to the construction area shall be piled and maintained
so that the toe of the slope is at least 2 ft from the edge of the excavation. Excavated material
designated in the plans to be stockpiled for backfilling shall be piled in the location shown in
the plans. All stockpiled material must be adequately contained so that the material is not
washed or blown on adjacent paved and grassed areas or into water courses. Do not stockpile
material where it will interfere with Owner’s activities at the site.
H.
Excavated material not authorized for any on-site use by the Owner shall be removed from the
project site by the Contractor and disposed of in a manner acceptable to Owner. This includes
broken pavement, concrete chunks, asphaltic concrete, utility piping, conduits and other
miscellaneous debris.
PART 2 – PRODUCTS (Not Used)
PART 3 - EXECUTION
3.01
PREPARATION AND LAYOUT
A.
Establish extent of excavated area by area and elevation. Designate and identify data elevation.
B.
Set specified lines and levels.
C.
Maintain bench marks, monuments, and other reference points.
3.02
A.
UTILITIES
The locations of those buried and aboveground utilities shown are approximate, are shown for
contractor informational use only, and are not to be referenced for construction purposes. The
implied presence or absence of utilities is not to be construed by the Owner, Contractor, or
Subcontractors to be an accurate and complete representation of utilities that may or may not
Project Specifications
02218-2
EXCAVATION AND ROUGH GRADING
exist at the construction site. Buried and aboveground utility location, identification, and
marking are the sole responsibility of the contractor. Rerouting, disconnection, protection, etc.
of any utilities must be coordinated between the contractor, utility company, and owner. Site
safety, including the avoidance of hazards associated with buried and aboveground utilities,
remains the sole responsibility of the contractor.
B.
Notify utility companies to remove lines for which they are responsible.
C.
Maintain, reroute, or extend existing utility lines which pass through work area and are to
remain in service.
D.
Protect utility services uncovered by excavation that are to remain in place.
E.
Remove abandoned utility service lines from site; cap, plug, or seal service lines that are to
remain in place.
F.
Accurately locate and record abandoned and active utility lines rerouted or extended, on Project
Record Documents in accordance with Section 01720.
3.03
EXCAVATION
A.
Stockpile excavated topsoil and subsoil for reuse.
B.
Excavate subsoil in accordance with lines and levels established for the Work.
C.
Where existing pavement interferes with excavation, saw cut and remove pavement and
granular base materials from the site. The pavement shall be removed a minimum of 2 ft
beyond the perimeter of the excavation in such a manner that 2 ft of stable well-compacted
granular base material is exposed.
D.
Perform additional excavation only by Owner’s written authorization.
E.
Trim excavations and keep free from loose or organic matter.
F.
Correct unauthorized excavation in accordance with Engineer’s written directions.
G.
Excavations shall not interfere within normal 45 degree bearing splay of any remaining
foundation.
H.
Owner shall establish limits for the excavated area.
3.04
A.
SHORING AND EXCAVATION SAFETY
The Contractor shall provide all materials, labor, and equipment necessary to shore the
excavation to protect the work, existing property, utilities, pavement, etc., and to provide safe
working conditions in the excavation. Safety provisions shall be consistent with OSHA and
other applicable local, state or federal safety Codes or Regulations.
Project Specifications
02218-3
EXCAVATION AND ROUGH GRADING
B.
Damages resulting from improper shoring or failure to shore shall be the sole responsibility of
the Contractor.
END OF SECTION 02218
Project Specifications
02218-4
EXCAVATION AND ROUGH GRADING
DIVISION 2 - SITE WORK
SECTION 02220 - BACKFILLING AND
COMPACTION
PART 1 - GENERAL
1.01
WORK INCLUDES
A.
Place and compact fills to rough grade elevations.
B.
Backfill in areas where impacted soils are identified will not proceed until directed by the
Engineer.
C.
Erosion control as illustrated in the construction plans and on standard details.
1.02
A.
RELATED WORK
Specified elsewhere:
1.
2.
3.
4.
5.
1.03
01010 - Project Summary.
01400 - Quality Control.
02060 - Building Demolition.
02100 - Site Preparation.
02218 - Excavation and Rough Grading.
SITE COMPACTION TESTING
A.
Testing of compacted fill materials will be performed by the Engineer and paid for by the Owner.
Testing will be performed in manner to least encumber performance of work.
B.
When work, or portions of work, are completed, notify the Owner (at least twenty-four (24) hours
in advance) to perform density tests. Do not proceed with additional portions of work until
satisfactory results have been verified in writing.
C.
When, during progress of work, tests indicate that compacted materials do not meet specifications,
remove defective work, replace and retest, as directed by Engineer. Contractor shall pay for all
additional tests when initial tests show nonconformance work.
D.
Document that all compacted fills are tested before proceeding with placement of each lift of
backfill and of surface materials.
1.04
A.
PROTECTION
Protect bench marks, existing structures, roads, sidewalks, and paving to remain in place against
damage from equipment and vehicular or foot traffic.
Project Specifications
02220-1
BACKFILLING AND COMPACTION
B.
1.05
A.
Notify Owner immediately of unexpected subsurface conditions and discontinue work in area until
Owner issues written notification to resume work. Confirm notification in writing.
SUBMITTALS
Cooperate with Owner in collection of samples of all backfill material for testing at least seventytwo (72) hours in advance of material placement.
PART 2 - PRODUCTS
2.01
FILL MATERIALS
A.
FA-2.
B.
CA-6.
2.02
A.
EQUIPMENT
Equipment used for mechanical compaction of the embankment shall be approved by the Owner,
and shall be capable of producing the compaction densities specified herein.
PART 3 - EXECUTION
3.01
PREPARATION & LAYOUT
A.
Using the plans as shown, establish extent of backfilled areas by area and elevation. Designate and
identify data elevation.
B.
Set specified lines and levels.
C.
Maintain bench marks, monuments and other reference points.
3.02
UTILITIES
A.
Maintain existing utility lines to remain which pass through work area.
B.
Protect utility services during backfilling and compaction.
Project Specifications
02220-2
BACKFILLING AND COMPACTION
3.03
BACKFILLING AND COMPACTION
A.
Sand having a FA-2 gradation will be used for backfilling areas of limited access (i.e., trenches
having a width of 3 ft or less). A sample of the FA-2 proposed as backfill will be submitted to the
Owner for approval prior to import to the site.
B.
Stone having a CA-6 gradation will be used for backfilling basement areas between 4 ft below
final grade and final grade. A sample of the CA-6 proposed as backfill will be submitted to the
Owner for approval prior to import to the site.
C.
Mechanical Compaction: If the embankment or backfill depth is 3 ft or less, all lifts of material
shall be compacted to 95 percent of the Standard Laboratory Density being the maximum dry
density as determined by the Standard Proctor Compaction Test (ASTM D698). Embankment or
backfill depths that are more than 3 ft shall be compacted to not less than 90 percent of the
Standard Laboratory Density.
D.
Moisture Control: Prior to and during compaction operations the material in each layer shall have
a moisture content of between a -2 percent and plus +3 percent greater than the optimum moisture
content as determined by the Standard Proctor Compaction Test (ASTM D698). If the moisture
content of embankment materials as placed is less than herein specified or required for
compaction, then application of water for this purpose shall be done as required by sprinkling on
the earth fill. The Contractor shall provide the necessary equipment with controls, devices or
meters to accurately measure and apply water as required. If the moisture content of materials as
placed is greater than that herein specified before compacting then the moisture content shall be
reduced to within the limits specified above. The Contractor shall perform any or all work as may
be necessary to aerate or otherwise dry the backfill materials to the required moisture content. No
compacting shall be done until this has been accomplished.
E.
The general backfill shall be constructed in uniform layers not to exceed 8 in. in thickness,
measured in the loose condition. Each layer of material shall extend for the entire length and
width, be true to plan contours or guides and thoroughly compacted before the next layer is
started. The backfill materials shall be leveled, and raked to break down oversized clods and to
thoroughly mix the different soils or to obtain a uniform moisture content.
F.
All areas of limited access shall be built in continuous horizontal layers not more than 4 in. in
thickness, loose measurement, and each layer shall be thoroughly compacted with a mechanical
hand tamper weighing not less than twenty (20) pounds and having a tamping face not larger than
6 in. by 6 in. No extra compensation will be paid for hand compaction, but it will be considered
incidental to the item of work being accomplished.
G.
Testing: The compacted density of each fill layer will be tested as determined by the Owner
before the next layer of fill is placed. If the density is below that specified, then that layer shall
receive additional compaction until the required density is achieved. The top of each layer of fill
shall be lightly raked prior to the placement of the next layer of fill so as to assure a good bond
between successive layers of fill. If the surface of a completed layer of fill becomes dry, then that
surface shall be moistened and raked prior to the placement of the next layer of fill. The
Contractor shall maintain the slopes in a manner satisfactory to the Engineer until the final
completion and acceptance of all work under this contract.
Project Specifications
02220-3
BACKFILLING AND COMPACTION
3.04
A.
EROSION CONTROL
Provide and 0maintain temporary erosion control systems as illustrated in the constructions plans
and on standard detail sheets.
END OF SECTION 02220
Project Specifications
02220-4
BACKFILLING AND COMPACTION
ASBESTOS SURVEY RESULTS
ATTACHMENT C
GEOTECHNICAL INVESTIGATION SOIL PARAMETERS
P
L
A
S
T
I
c
I
T
I
N
D
E
X
C
LIQUID LIMI'
Specimen ldentification
I
8,07
I
B-í2ST
8-16
B-28ST
*
8,33
PI Fines Classification
LL
PL
1.0
45
17
28
14.0
31
19
12
3.5
M
20
24
77 LEAN CLAYwith SAND(CL)
12.0
51
30
21
72 ELASTIC SILT with SAND(MH)
6.0
31
17
14
84 LEAN CLAY with SAI.ID(CL)
Wang Engineering
1145 Main Street
Lombard, lL 60148
Telephone: 630 953-9928
Fax 630 953-9938
81
LEAN CLAY with SAIID(CL)
ATTERBERG LIMITS' RESULTS
Project: West Main Street Grade Separation
Location: Galesburg, Knox County, lllinois
Number: 410-05-0't
U.S. SIEVE OPENING IN INCHËS
^ 4 .l^ 2,-t5
ô
U.S. SIEVE NUMBERS
10 1416
1
20 30 40
50
HYDROMETER
I
100
1
200
100
95
on
aÂ
BO
75
70
ô3
F
T
(,
^^
ûou
>55
co
È
u.
2ro
l.!
,45
u.l
&. qo
uJ
o_
35
30
25
20
't5
10
COBBLES
Specimen ldentifìcation
B-07
8-16
l' B-28ST
* B-33
I
1.0
!
3.5
!
B-07
8-16
B,28ST
^
* 8,33
IDH Classification
Sifty Clay
Silty Clay
Silty Clay
Silty Clay
6.0
1.0
SILT AND CLAY
fine
coarse
12.0
Specimen ldentification
I
SAND
GRAVEL
LL
Loam
Loam
Loam
Loam
D100
D60
D30
9.5
0.02
D10
PL
PI
45
17
28
M
2g
24
51
30
21
31
17
14
%Gravel
%Sand
0.004
11.0
8.4
Cc
Cu
I
o/oClay
%Silt
58.1
22.6
57.9
3.s
19
0.052
0.008
9.2
14.2
12.0
9.5
4.924
0.006
5.7
21.9
51.0
2t.3
6.0
9.5
0.02s
0.007
4.2
12.2
63.8
19.7
Wang Engineering
1145 Main Street
Lombard, lL 60148
Telephone: 630 953-9928
Fax 630 953-9938
GRAIN SIZE DISTRIBUTION
Project: West Main Street Grade Separation
Location: Galesburg, Knox County, lllinois
Number: 410-05-01
18.7
\"''.
\r.
,/i
,"
/\
'./\
\/
s
3'q
ð
u
50o
Cla
i
,{/
/' \ \.,
./'
,,'
\r
,/ \'.\
"',
\,,/'
,'/
"',
ç^
,/
,i"'"\rr r,'/
s"p'Jy\r"y t
\r,./Loam\ ,'/
sttv
/r1u\\,.
\/\/\
'./\/
\z\/\
\./\.\
\1\/\
i \ I
too
ctry
/\
i
/
/\.
t't,
,r'
a
.Õ
q)
PERCENT SILT
Borehole
o
ú
t^l
^*
Depth
Sand
silt
Clay
("/ù
("/")
("/")
1.0
9.4
65.3
25.4
B-16
3.5
15.6
63.8
20.6
B-28ST
12.0
23.2
54.',|
22.6
66.6
20.6
B-07
B-33
6.0
12.7
Wang Engineering
1145 Main Street
Lombard, lL 60148
Telephone: 630 953-9928
Fax 630 953-9938
IL DOT
Silty
Silty
Silty
Silty
Clay
Clay
Clay
Clay
Classification
AASHTO
Loam
Loam
Loam
Loam
A-7-6 (221
ASTM
CL
A-7-6 (18)
A-7-5 (16)
MH
A-6 (10)
CL
CL
IDH Textural Classification Chart
Project: West Main Street Grade Separation
Location: Galesburg, Knox County, lllinois
Number: 410-05-01
^4N
AAS}ITO R1B
DENSITY-U NIT WEIGHT DETERMINATION
Client: Hanson Professional Services, lnc.
Project: West Main Street, Galesburg, lllinois
WElJob No: 4f 0-05-01
Analyst name: M. de los Reyes
Test date: 5115/08
B-16 No.4
8.5-10.0
Water content determination
Mass of tare and wet soil (g) W* =
Mass of tare and dry soil (g) W6 =
Mass of tare (g) W =
Water content w
=
Densifv--Unit W
Diameter measurements (in) D1 =
Dz=
De=
Average diameter (in) D =
Height measurements (in) H1 =
Hz=
H¡=
Average height (in) H
=
Totalweiqht (g) W =
Bulk Unit Weisht
Weioht (pcÐ
loef) yv
Dry Unit Weight (pcÐ
yu
=
=
ft
B-33 No.2
6.0-7.5 ft
B-7 No,1
2.0-3.5
ft
B-07 No.4
2.0-3.5
76.71
64.81
CZ.þJ
59.93
54.03
44.10
54.80
47.08
r.4a
11.18
11.37
11.45
25Yo
26Yo
22%
1.445
1.411
1.403
1.446
1.330
1.398
1.373
1.038
1.448
1.436
1.424
1.436
0.838
1.019
a.748
1.030
1.425
53.630
0.781
35%
1.360
1.404
1.371
1.378
1.451
1.436
1.473
1.453
65.310
114.75
85.27
127.84
102.15
0.789
41.260
123.03
97.59
ft
1.367
0.829
0.879
0.874
0.861
43.350
130.76
107.48
WANG ENGINEERING, INC.
s:\netprojects\41 00501\lab data\dens¡ty-unit weight.xls
1145 N. Main Street, Lombard, lL 60148
^4N
AÀSHTO
UNCONFINED COMPRESSIVE
RI'
STRENGTH
(AASHTO T 208 / ASTM 2166)
Analyst name: K. Jacob
Date received:
Test date: 25-Apr-48
Project: West Main St., Galesburg, lL
Glient: Hanson Professional Services
WElJob No.:410-05-01
Sample lD/Location: B-12ST, ST#2,12'lo
Sample
14'
Type/Condition: Shelby Tube/undisturbed
Average initial height
ho
= 5.9g
in
Average initialdiametet do= 2.g5
Height to diameter ratio= 2.10
Mass of wet sample and tare Mi= 1287.83
g
Mass of dry sample and tare Ma= 991.30
g
lnitial void ratio ee = 0.96
Mass of tare M¡= 114.13
g
lnitial degree of saturation S' = 96%
Young's modulus E= 9.17
Unconfined compressive strength qu = 0.54
Mass of sample Ms= 1173.70
Estimated specific gravity G"= 2.75
lnitial water content w = 33.81%
lnitial unit weight g = 116.92
lnitial dry unit weight go = 87.38
in
o
Stiain (%)
F
â
ù
0.a6
0.00
6.24
10.40
0,09
0.12
15.61
18.73
0.00
0.50
1.00
1.50
0.00
0.07
0.12
0,17
20.81
23.93
26.01
28.09
29.65
32.25
35.37
2.01
2.51
0.21
0.15
3.01
3.51
0.26
^h
0.04
4.03
0.18
0.21
0.24
0.27
0.30
0.35
0.40
0.45
0.50
0.55
0.60
0.70
0,80
0.94
1.00
39.54
42.66
44.74
46.82
48.38
50.98
54.10
56.18
58.26
4.01
4.51
5.02
5.85
6.69
7.52
8.36
9.20
10.03
11.70
13.38
15.05
tsf
tsf
Stress
Force (lbs)
Displacement (in)
entire sample
pcf
pcf
(tsD
0.23
0.28
0.30
0.32
0.34
0.37
0.42
0.44
0.46
0.48
0.49
0.51
0.53
0.54
NOTES:
Prepared by:
Date:
Checked by:
Date:
WANG ENGINEERING, ¡NC.
s:\netprojects\41 00501\lab data\uc b-12(1 2.0-14,0 ft).xls
1145 N. Main Steet, Lombard, lL 60148
Axial Stress vs. Axial Strain
Boring B-12ST, ST#2, 12.0'to 14.0'
1.0
0.9
0.8
0.7
€.
ø
0.6
Ø
Ø
It)
k
Ø
0.5
¿--
GI
x
0.4
0.3
0.2
/-
0.1
0.0
8
10
L2
L4
Axial strain (%)
bulge failure
WANG ENGINEERING, ING.
w:\laboratory\labforms\aashto-uct.xls
1145 N. Main Street, Lombard, IL 60148
^áAN
AASHTORIs
UNCONFINEÐCOMPRESSIVESTRENGTH
(A.ASHTO T 208 / ASTM 2166)
Analyst name: K. Jacob
Project: West Main St., Galesburg, lL
Glient Hanson Professional
WElJob No.: 410-05-01
Date received:
Services
Test date: 25-Apn0B
Sample
Sample lD/Location: B-28ST, ST#2, 8.0'to 10.0'
Type/Gondition: Shelby Tube/undisturbed
.
Average initialheight
he
=
ln
6.11
Average initial diametet do= 2.93
Height to diameter ratio= 2.'16
Mass of wet sample and tare ltrii= 1136.66
g
Mass of dry sample and tare Ma= 804.30
g
Mass of tare Mt= 13.96
Mass of sample Ms= 1122.70
Estimated specific gravity Gu= 2.75
lnitial water content w = 42.050/o
lnitial unit weight g = 111.25
lnitial dry unit weight 9d= 78.32
ln
= 1.19
lnitial degree of saturation Sr = 97%
Young'smodulusE=2.80
Unconfined compressive strength qu = 0.19
g
g
Strain (%)
F
ô
s
0.00
0.49
0.98
0.00
0.02
0.04
1.47
0.05
1.96
0.06
0.07
0.08
0.00
0.03
0.06
0.09
0.12
0.15
0.18
2.08
3.12
4.16
5.72
6.24
7.28
8.32
8.84
0.21
0.24
0.27
0.30
0.35
0.40
0.45
0.50
0.55
0.60
0.70
0.80
0.90
2.46
2.95
3.44
3.93
4.42
9.36
10.40
11.96
13.53
14.05
14.57
15.09
5.73
6.55
7.37
0.09
0.'10
0.'10
0.11
0.13
0.14
9.00
9.82
17.17
11.46
0.17
18.21
13.10
14.73
0.18
19.77
20.81
8.19
tsf
tsf
tsf
(tsÐ
0.15
0.15
0.16
0,16
15.61
1.00
4.91
pcf
Stress
Force (lbs)
^h
0.00
pof
lnitial void ratio eo
ShearStrength= 0.10
Displacement (in)
entire sample
0.'19
at failure
NOIES;
Prepared by:
Date:
Checked by:
Date:
WANG ENGINEERING, INC.
si\netprojects\41 00501\lab data\uc b-28(8,0-1 0.0 fr).xls
1145 N. Main Steet, Lombard, lL 60148
Axial Stress vs. Axial Strain
Boring B-28ST, ST#2,8.0'to 10.0'
1.0
0.9
0.8
0-7
â
0.6
q
ø
ø
c,
!
Ø
0.5
d
X
0.4
0.3
0.2
0.1
l
I
bulge failure
0.0
E
68
t0
12
14
Axial strain (7o)
WANG ENGINEERING, INC.
w:\laboratory\labformsþashto_u ct.xls
1145 N. Main Street, Lombard, lL 60148
áFR
CONSOLIDATION TEST
(ASTM D 2435-96, AASHTO T 216)
Project: Hanson Prof. Services; Main
Sample lD: B-12sr, sT#2,12'to14'
St. Galesburg
AÀSHTO RlA
Tested by: WEI Laboratory
Prepared by: M. Snider
Test date: Apr-08
Sample description: Gray SILTY CLAY LOAM
WEI: 410-05-0'1
lnitial sample height
lnitial sample mass
lnitial water content
lnitial dry unii weight
lnitialvoid ratio
lnitial degree of saturation
=
=
=
=
=
=
=
=
=
=
=
Final degree of saturation =
Estimated specific gravity =
Final sample mass
Final dry sample mass
Final water content
Final dry unit weighi
Finalvoid ratio
1.017 in
157.25 g
28.52o/o
93.46 pcf
0.836
93.82o/o
Ring diameter
Ring mass
lnitialsample and ring mass
Tare mass
Final ring and sample mass
Mass of wet sample and tare
Mass of dry sample and tare
=
=
=
=
=
=
=
lnitialdial reading
Final dial reading
=
=
ln-Situ Vertical Effective Stress
=
149.05 g
122.35 g
21 .82o/o
2.499 tn
149.96 s
267.21 s
77.80
259.33
226.85
200.15
o
g
g
s
0.ü400 in
0.13894 in
107.03 pcf
0.600
100.00%
2.75
900 psf
Compression and Swelling lndices
ComPression index C"
Field correctêd C"
Swelling index C"
Load
number
1
2
3
4
5
6
7
I
9
10
11
12
Vertical
stress
200.0
400.0
800.0
1600.0
2000.0
4000.0
8000.0
16000.0
32000.0
8000.0
2000.0
500.0
=
=
=
Preconsolidation pressure,o6
0.158
Casagrande Method =
Over-Gonsolidation Ratio (OCR) =
0.167
0.020
reading
System
deflection
Vertical
strain
in
in
o/o
03-1E5ã
0.01850
0.00026
0.00078
0.00119
0.57
Dial
0.02852
0.04570
0.05403
0.00151
0.15426
0.00168
0.00236
0.00297
0.00374
0.00475
0.00345
4i4848
0.00243
0.14254
0.00153
o.o7576
0.10215
0.12776
0.15364
0.91
1.94
3.66
4.49
6.70
9.35
11.95
14.59
14.52
13.85
13.18
Void ratio
cv
ft2lday
0.826
0.819
0.2312
0.801
0.2084
0.2249
0.769
0.2365
0.754
0.713
0.0298
0.664
0.617
0.568
0.569
0.582
0.594
0.1395
0.2552
0.2705
0.2529
N/A
N/A
N/A
Prepared by:
Date:
Checked by:
Date:
^
L;cxe
o/o
0.18
0.09
0.20
0.17
4.20
0.27
0.31
432
0.33
N/A
N/A
NiA
938 psf
1.04
Elaosed
ttme
min
960
1440
1080
1440
1440
1440
1440
1440
1440
1320
1440
1440
WANG ENGINEERING, INC.
s:\netprojects\41 00501U4b data\ch1\consol_b1 2st#2.xls
1145 N. Main Street, Lombard, lL 60148
CONSOLIDATION CURVE
Sample B-12ST, ST#2, 12'-14'
0.90
0.85
0.80
0.75
o
(tt
;'õ
0.70
0.65
0.60
0.55
0.50
100
Verticalstress (psf)
slnetprojects\41 00501 \lab data\ch 1 \consol_b1 2st#2.xls
WANG ENGINEERING, INC.
CONSOLIDATION COEFFICIENT (C,) vs. VERTICAL STRESS
Sample B-l2ST, ST#2, 12'-14'
0.30
0.25
0.20
(E
Ït
È
0.15
()
0.'10
0.05
0.00
100
1
000
10000
1
00000
Verticalstress (tsf)
WANG ENGINEERING, ¡NC.
.4N
CONSOLIDATION TEST
(ASTM D 2435-96, AASHTO T 216)
AÀSHTO RlB
PfOjeCt: Hanson Prof. Services; Main St. Galesburg Tested by: WEI Laboratory
Sample lD: B-28S1, ST#2, 8'to 10'
Prepared by: M. Snider
Sample description: Black and gray SILTY CLAY
lnitial sample height
lnitial sample mass
lnitialwater content
lnitial dry unit weight
lnitial void ratio
lnitial degree of saturation
=
=
=
=
=
=
=
=
=
=
=
Final degree of saturation =
Estimated specific gravity =
Final sample mass
Final dry sample mass
Finalwater content
Final dry unit weight
Finalvoid ratio
LOAM
in
g
33.13ôlo
81 .73 pcf
1.100
82.85o/o
0.786
110.59
Test date: Apr-08
WEI: 410-05-01
Ring diameter
Ring mass
lnitial sample and ring mass
Tare mass
Final ring and sample mass
Mass of wet sample and tare
Mass of dry sample and tare
=
=
=
=
=
=
=
174.89
72.58
168.17
176.97
155.65
lnitial dial reading
Final dial reading
=
=
0.01000 in
0.17117 in
ln-Situ Vertical Effective Stress
=
104.39 g
83.07 g
25.67o/o
102.81 pcf
0.706
2.505 in
64.30 g
g
g
g
g
g
100.00%
2.75
1000 psf
Compression and Swelling lndices
Compression index C" =
Field corrected C" =
Swelling index C" =
Load
number
1
2
3
4
5
6
7
I
9
10
11
12
Vertical
stress
200.0
400.0
800.0
1600.0
2000.0
4000.0
8000.0
16000.0
32000.0
8000.0
2000.0
500.0
in
in
õ5153-6
0.01867
i¡0-õ5õ"
0.04699
0.05555
0.08063
0.1 1509
0.14946
0.00100
0.00190
0.00277
0.00320
0.00490
0.00795
0.01065
0.18374
4.u275
0.18498
0.00980
0.00475
0.00250
4.17425
0.16264
=
Over-Consolidation Ratio (OCR) =
0.066
System
deflection
0.02952
Casagrande Method
0.348
reading
Dial
Preconsolidation pressure,oç
0.329
Vertical
strain
j-r
Void ratio
1.23
9.61
14.38
19.10
23.73
23.51
21.50
19.74
1'-õ'ea1.074
1.042
0.993
0.969
0.898
0.798
0.699
0.601
0.606
0.648
0.685
0.1010
0.1266
0.1466
0.1264
0.0235
4.1175
0.0628
oia41
0.0925
N/A
N/A
N/A
Prepared by:
Date:
Checked by:
Date:
1.31
-'tpsed
Ccx,e -':Itme
ft2lday %
Ya
2.73
5.06
6.20
Cu
1311 psf
0.139
0.116
0.229
4.262
0.312
0.528
0.658
0.534
0.827
N/A
NiA
NiA
min
960
1440
1080
1440
1444
1440
1440
1440
M4A
1320
1440
1440
WANG ENG¡NEERING, INC.
s:\netprojects\41 0050 1 \lab data\chO\consol_b28st#2.xls
1145 N. Main Street, Lombard, lL 60148
CONSOLIDATION CURVE
Sample B-28ST, ST#2, 8'-1 0'
1.20
1.10
1.00
o
0.90
r!
p
>o
0.80
0.70
0.60
0.50
Vertical stress (psf)
s:\netprojects\41 00501 \lab data\ch0\consol_b2Bst#2.xls
WANG ENGINEERING, INC.
CONSOLIDATION COEFFICIENT (C',) vs. VERTICAL STRESS
Sample B-28ST, ST#2, 8'-10'
0.16
0.14
a12
0.10
(Ú
È
008
o
0.06
0.04
0.02
0.00
100
1
000
1
0000
1
00000
Verticalstress (tsf)
WANG ENGINEERING, INC.
ATTACHMENT D
BNSF CONTRACT REQUIREMENTS
Form Approved by VP-Law
EXHIBIT "C"
CONTRACTOR REQUIREMENTS
1.01 General
•
1.01.01 The Contractor must cooperate with BNSF RAILWAY COMPANY, hereinafter
referred to as "Railway" where work is over or under on or adjacent to Railway property
and/or right-of-way, hereafter referred to as "Railway Property", during the construction of
004664C – US 150 GALESBURG - WEST MAIN STREET OVERPASS.
•
1.01.02 The Contractor must execute and deliver to the Railway duplicate copies of the
Exhibit “C-1” Agreement, in the form attached hereto, obligating the Contractor to provide
and maintain in full force and effect the insurance called for under Section 3 of said Exhibit
“C-1”. Questions regarding procurement of the Railroad Protective Liability Insurance
should be directed to Rosa Martinez at Marsh, USA, 214-303-8519.
•
1.01.03 The Contractor must plan, schedule and conduct all work activities so as not to
interfere with the movement of any trains on Railway Property.
•
1.01.04 The Contractor's right to enter Railway's Property is subject to the absolute right of
Railway to cause the Contractor's work on Railway's Property to cease if, in the opinion of
Railway, Contractor's activities create a hazard to Railway's Property, employees, and/or
operations. Railway will have the right to stop construction work on the Project if any of the
following events take place: (i) Contractor (or any of its subcontractors) performs the Project
work in a manner contrary to the plans and specifications approved by Railway; (ii)
Contractor (or any of its subcontractors), in Railway’s opinion, prosecutes the Project work
in a manner which is hazardous to Railway property, facilities or the safe and expeditious
movement of railroad traffic; (iii) the insurance described in the attached Exhibit C-1 is
canceled during the course of the Project; or (iv) Contractor fails to pay Railway for the
Temporary Construction License or the Easement. The work stoppage will continue until all
necessary actions are taken by Contractor or its subcontractor to rectify the situation to the
satisfaction of Railway’s Division Engineer or until additional insurance has been delivered
to and accepted by Railway. In the event of a breach of (i) this Agreement, (ii) the
Temporary Construction License, or (iii) the Easement, Railway may immediately terminate
the Temporary Construction License or the Easement. Any such work stoppage under this
provision will not give rise to any liability on the part of Railway. Railway’s right to stop the
work is in addition to any other rights Railway may have including, but not limited to,
actions or suits for damages or lost profits. In the event that Railway desires to stop
construction work on the Project, Railway agrees to immediately notify the following
individual in writing:
Form 106; Rev. 06/01/05
1
Form Approved by VP-Law
WAYNE CARL
CITY OF GALESBURG
55 WEST TOMPKINS
GALESBURG, IL 61402
•
1.01.05 The Contractor is responsible for determining and complying with all Federal, State
and Local Governmental laws and regulations, including, but not limited to environmental
laws and regulations (including but not limited to the Resource Conservation and Recovery
Act, as amended; the Clean Water Act, the Oil Pollution Act, the Hazardous Materials
Transportation Act, CERCLA), and health and safety laws and regulations. The Contractor
hereby indemnifies, defends and holds harmless Railway for, from and against all fines or
penalties imposed or assessed by Federal, State and Local Governmental Agencies against
the Railway which arise out of Contractor's work under this Agreement.
•
1.01.06 The Contractor must notify the (CITY OF GALESBURG) at 309-345-3625
and Railway's Manager Public Projects, telephone number (773) 579-5092at least thirty (30)
calendar days before commencing any work on Railway Property. Contractors notification
to Railway, must refer to Railroad's file 004664C – WEST MAIN STREET.
•
1.01.07 For any bridge demolition and/or falsework above any tracks or any excavations
located with any part of the excavations located within, whichever is greater, twenty-five
(25) feet of the nearest track or intersecting a slope from the plane of the top of rail on a 2
horizontal to 1 vertical slope beginning at eleven (11) feet from centerline of the nearest
track, both measured perpendicular to center line of track, the Contractor must furnish the
Railway five sets of working drawings showing details of construction affecting Railway
Property and tracks. The working drawing must include the proposed method of installation
and removal of falsework, shoring or cribbing, not included in the contract plans and two sets
of structural calculations of any falsework, shoring or cribbing. For all excavation and
shoring submittal plans, the current “BNSF-UPRR Guidelines for Temporary Shoring” must
be used for determining the design loading conditions to be used in shoring design, and all
calculations and submittals must be in accordance with the current “BNSF-UPRR Guidelines
for Temporary Shoring”. All submittal drawings and calculations must be stamped by a
registered professional engineer licensed to practice in the state the project is located. All
calculations must take into consideration railway surcharge loading and must be designed to
meet American Railway Engineering and Maintenance-of-Way Association (previously
known as American Railway Engineering Association) Coopers E-80 live loading standard.
All drawings and calculations must be stamped by a registered professional engineer licensed
to practice in the state the project is located. The Contractor must not begin work until
notified by the Railway that plans have been approved. The Contractor will be required to
use lifting devices such as, cranes and/or winches to place or to remove any falsework over
Railway's tracks. In no case will the Contractor be relieved of responsibility for results
obtained by the implementation of said approved plans.
•
1.01.08 Subject to the movement of Railway's trains, Railway will cooperate with the
Contractor such that the work may be handled and performed in an efficient manner. The
Form 106; Rev. 06/01/05
2
Form Approved by VP-Law
Contractor will have no claim whatsoever for any type of damages or for extra or additional
compensation in the event his work is delayed by the Railway.
1.02 Contractor Safety Orientation
•
1.02.01 No employee of the Contractor, its subcontractors, agents or invitees may enter
Railway Property without first having completed Railway’s Engineering Contractor
Safety Orientation, found on the web site www.contractororientation.com. The
Contractor must ensure that each of its employees, subcontractors, agents or invitees
completes Railway’s Engineering Contractor Safety Orientation through internet
sessions before any work is performed on the Project. Additionally, the Contractor
must ensure that each and every one of its employees, subcontractors, agents or invitees
possesses a card certifying completion of the Railway Contractor Safety Orientation
before entering Railway Property. The Contractor is responsible for the cost of the
Railway Contractor Safety Orientation. The Contractor must renew the Railway
Contractor Safety Orientation annually. Further clarification can be found on the web
site or from the Railway’s Representative.
1.03 Railway Requirements
•
1.03.01 The Contractor must take protective measures as are necessary to keep railway
facilities, including track ballast, free of sand, debris, and other foreign objects and materials
resulting from his operations. Any damage to railway facilities resulting from Contractor's
operations will be repaired or replaced by Railway and the cost of such repairs or
replacement must be paid for by the Agency.
•
1.03.02 The Contractor must notify the Railway's Division Engineer NATHAN WALLER at
309-345-6520 and provide blasting plans to the Railway for review seven (7) calendar days
prior to conducting any blasting operations adjacent to or on Railway's Property.
•
1.03.03 The Contractor must abide by the following temporary clearances during
construction:
•
15’
21’-6”
27'-0"
28'-0"
30'-0"
34'-0"
Horizontally from centerline of nearest track
Vertically above top of rail
Vertically above top of rail for electric wires carrying less than 750 volts
Vertically above top of rail for electric wires carrying 750 volts to 15,000 volts
Vertically above top of rail for electric wires carrying 15,000 volts to 20,000 volts
Vertically above top of rail for electric wires carrying more than 20,000 volts
1.03.04 Upon completion of construction, the following minimum clearances shall be
maintained:
Horizontally from centerline of nearest track
25’
23’-3 ½” Vertically above top of rail
Form 106; Rev. 06/01/05
3
Form Approved by VP-Law
•
1.03.05 Any infringement within State statutory clearances due to the Contractor's
operations must be submitted to the Railway and to the ILLINOIS DEPARTMENT OF
TRANSPORTATION and must not be undertaken until approved in writing by the
Railway, and until the ILLINOIS DEPARTMENT OF TRANSPORTATION has
obtained any necessary authorization from the State Regulatory Authority for the
infringement. No extra compensation will be allowed in the event the Contractor's work is
delayed pending Railway approval, and/or the State Regulatory Authority's approval.
•
1.03.06 In the case of impaired vertical clearance above top of rail, Railway will have the
option of installing tell-tales or other protective devices Railway deems necessary for
protection of Railway operations. The cost of tell-tales or protective devices will be borne by
the Agency.
•
1.03.07 The details of construction affecting the Railway's Property and tracks not included in the contract
plans must be submitted to the Railway by ILLINOS DEPARTMENT OF TRANSPORTATION for
approval before work is undertaken and this work must not be undertaken until approved by the Railway.
•
1.03.08 At other than public road crossings, the Contractor must not move any equipment or materials across
Railway's tracks until permission has been obtained from the Railway. The Contractor must obtain a
"Temporary Construction Crossing Agreement" from the Railway prior to moving his equipment or materials
across the Railways tracks. The temporary crossing must be gated and locked at all times when not required for
use by the Contractor. The temporary crossing for use of the Contractor will be constructed and, at the
completion of the project, removed at the expense of the Contractor.
•
1.03.09 Discharge, release or spill on the Railway Property of any hazardous substances, oil, petroleum,
constituents, pollutants, contaminants, or any hazardous waste is prohibited and Contractor must immediately
notify the Railway's Resource Operations Center at 1(800) 832-5452, of any discharge, release or spills in
excess of a reportable quantity. Contractor must not allow Railway Property to become a treatment, storage or
transfer facility as those terms are defined in the Resource Conservation and Recovery Act or any state
analogue.
•
1.03.10 The Contractor upon completion of the work covered by this contract, must promptly remove from
the Railway's Property all of Contractor's tools, equipment, implements and other materials, whether brought
upon said property by said Contractor or any Subcontractor, employee or agent of Contractor or of any
Subcontractor, and must cause Railway's Property to be left in a condition acceptable to the Railway's
representative.
1.04 Contractor Roadway Worker on Track Safety Program and Safety Action Plan
•
1.04.01 Each Contractor that will perform work within 25 feet of the centerline of a track must develop and
implement a Roadway Worker Protection/On Track Safety Program and work with Railway Project
Representative to develop an on track safety strategy as described in the guidelines listed in the on track safety
portion of the Safety Orientation. This Program must provide Roadway Worker protection/on track training for
all employees of the Contractor, its subcontractors, agents or invitees. This training is reinforced at the job site
through job safety briefings. Additionally, each Contractor must develop and implement the Safety Action Plan,
as provided for on the web site www.contractororientation.com, which will be made available to Railway
prior to commencement of any work on Railway Property. During the performance of work, the Contractor
must audit its work activities. The Contractor must designate an on-site Project Supervisor who will serve as the
contact person for the Railway and who will maintain a copy of the Safety Action Plan, safety audits, and
Material Safety Datasheets (MSDS), at the job site.
Form 106; Rev. 06/01/05
4
Form Approved by VP-Law
•
Contractor shall have a background investigation performed on all of its employees,
subcontractors and agents who will be performing any services on railroad property under
this Agreement. The background screening shall at a minimum meet the criteria defined by
the e-RAILSAFE program outlined at http://www.e-railsafe.com in addition to any other
applicable regulatory requirements. The e-RAILSAFE program uses rail industry background
screening standards. Contractor shall obtain consent from all employees screened in
compliance with the e-RAILSAFE program criteria to release completed background
information to BNSF. Contractor shall be subject to periodic audit to ensure compliance.
Contractor shall not permit any of its employees, subcontractors or agents to perform services
on property hereunder who are not approved under e-RAILSAFE program standards.
Railroad shall have the right to deny entry onto its premises to any of Contractor's
employees, subcontractors or agents who do not display the authorized identification badge
issued by a background screening service meeting the standards set forth for the eRAILSAFE program or who pose a threat, in Railroad's reasonable opinion, to the safety or
security of Railroad's operations. Contractors shall ensure its employees, subcontractors and
agents are United States citizens or legally working in this country under a work VISA.
1.05 Railway Flagger Services:
•
1.05.01 The Contractor must give Railway’s Roadmaster KENNETH PICKENS - 309-345-6444 a minimum of
thirty (30) calendar days advance notice when flagging services will be required so that the Roadmaster can
make appropriate arrangements (i.e., bulletin the flagger’s position). If flagging services are scheduled in
advance by the Contractor and it is subsequently determined by the parties hereto that such services are no
longer necessary, the Contractor must give the Roadmaster five (5) working days advance notice so that
appropriate arrangements can be made to abolish the position pursuant to union requirements.
•
1.05.02 Unless determined otherwise by Railway’s Project Representative, Railway flagger will be required
and furnished when Contractor’s work activities are located over, under and/or within twenty-five (25) feet
measured horizontally from centerline of the nearest track and when cranes or similar equipment positioned
beyond 25-feet from the track centerline could foul the track in the event of tip over or other catastrophic
occurrence, but not limited thereto for the following conditions:
•
1.05.02a When, upon inspection by Railway’s Representative, other conditions warrant.
•
1.05.02b When any excavation is performed below the bottom of tie elevation, if, in the opinion of Railway's
representative, track or other Railway facilities may be subject to movement or settlement.
•
1.05.02c When work in any way interferes with the safe operation of trains at timetable speeds.
•
1.05.02d When any hazard is presented to Railway track, communications, signal, electrical, or other facilities
either due to persons, material, equipment or blasting in the vicinity.
•
1.05.02e Special permission must be obtained from the Railway before moving heavy or cumbersome objects
or equipment which might result in making the track impassable.
•
1.05.03 Flagging services will be performed by qualified Railway flaggers.
•
1.05.03a Flagging crew generally consists of one employee. However, additional personnel may be required to
protect Railway Property and operations, if deemed necessary by the Railways Representative.
Form 106; Rev. 06/01/05
5
Form Approved by VP-Law
•
1.05.03b Each time a flagger is called, the minimum period for billing will be the eight (8) hour basic day.
•
1.05.03c The cost of flagger services provided by the Railway will be borne by the ILLINOIS
DEPARTMENT OF TRANSPORTATION. The estimated cost for one (1) flagger is approximately between
$800.00-$1,600.00 for an eight (8) hour basic day with time and one-half or double time for overtime, rest days
and holidays. The estimated cost for each flagger includes vacation allowance, paid holidays, Railway and
unemployment insurance, public liability and property damage insurance, health and welfare benefits, vehicle,
transportation, meals, lodging, radio, equipment, supervision and other costs incidental to performing flagging
services. Negotiations for Railway labor or collective bargaining agreements and rate changes authorized by
appropriate Federal authorities may increase actual or estimated flagging rates. THE FLAGGING RATE IN
EFFECT AT THE TIME OF PERFORMANCE BY THE CONTRACTOR HEREUNDER WILL BE
USED TO CALCULATE THE ACTUAL COSTS OF FLAGGING PURSUANT TO THIS
PARAGRAPH.
•
1.05.03d The average train traffic on this route is 102 freight trains per 24-hour period at a timetable speed
70MPH and 5 passenger trains at a timetable speed of 70MPH.
1.06 Contractor General Safety Requirements
•
1.06.01 Work in the proximity of railway track(s) is potentially hazardous where movement of trains and
equipment can occur at any time and in any direction. All work performed by contractors within 25 feet
of any track must be in compliance with FRA Roadway Worker Protection Regulations.
•
1.06.02 Before beginning any task on Railway Property, a thorough job safety briefing must be
conducted with all personnel involved with the task and repeated when the personnel or task changes. If
the task is within 25 feet of any track, the job briefing must include the Railway's flagger, as applicable,
and include the procedures the Contractor will use to protect its employees, subcontractors, agents or
invitees from moving any equipment adjacent to or across any Railway track(s).
•
1.06.03 Workers must not work within 25 feet of the centerline of any track without an on track safety
strategy approved by the Railway’s Project Representative. When authority is provided, every
contractor employee must know: (1) who the Railway flagger is, and how to contact the flagger, (2)
limits of the authority, (3) the method of communication to stop and resume work, and (4) location of the
designated places of safety. Persons or equipment entering flag/work limits that were not previously job
briefed, must notify the flagger immediately, and be given a job briefing when working within 25 feet of
the center line of track.
•
1.06.04 When Contractor employees are required to work on the Railway Property after normal
working hours or on weekends, the Railroad's representative in charge of the project must be notified. A
minimum of two employees must be present at all times.
•
1.06.05 Any employees, agents or invitees of Contractor or its subcontractors under suspicion of being under
the influence of drugs or alcohol, or in the possession of same, will be removed from the Railway's Property and
subsequently released to the custody of a representative of Contractor management. Future access to the
Railway's Property by that employee will be denied.
•
1.06.06 Any damage to Railway Property, or any hazard noticed on passing trains must be reported
immediately to the Railway's representative in charge of the project. Any vehicle or machine which may come
in contact with track, signal equipment, or structure (bridge) and could result in a train derailment must be
reported immediately to the Railway representative in charge of the project and to the Railway's Resource
Operations Center at 1(800) 832-5452. Local emergency numbers are to be obtained from the Railway
representative in charge of the project prior to the start of any work and must be posted at the job site.
Form 106; Rev. 06/01/05
6
Form Approved by VP-Law
•
1.06.07 For safety reasons, all persons are prohibited from having pocket knives, firearms or other deadly
weapons in their possession while working on Railway's Property.
•
1.06.08 All personnel protective equipment (PPE) used on Railway Property must meet applicable OSHA and
ANSI specifications. Current Railway personnel protective equipment requirements are listed on the web site,
www.contractororientation.com, however, a partial list of the requirements include: a) safety glasses with
permanently affixed side shields (no yellow lenses); b) hard hats c) safety shoe with: hardened toes,
above-the-ankle lace-up and a defined heel; and d) high visibility retro-reflective work wear. The Railroad’s
representative in charge of the project is to be contacted regarding local specifications for meeting requirements
relating to hi-visability work wear. Hearing protection, fall protection, gloves, and respirators must be worn as
required by State and Federal regulations. (NOTE – Should there be a discrepancy between the information
contained on the web site and the information in this paragraph, the web site will govern.)
•
1.06.09 THE CONTRACTOR MUST NOT PILE OR STORE ANY MATERIALS, MACHINERY OR
EQUIPMENT CLOSER THAN 25'-0" TO THE CENTER LINE OF THE NEAREST RAILWAY
TRACK. MATERIALS, MACHINERY OR EQUIPMENT MUST NOT BE STORED OR LEFT
WITHIN 250 FEET OF ANY HIGHWAY/RAIL AT-GRADE CROSSINGS OR TEMPORARY
CONSTRUCTION CROSSING, WHERE STORAGE OF THE SAME WILL OBSTRUCT THE VIEW
OF A TRAIN APPROACHING THE CROSSING. PRIOR TO BEGINNING WORK, THE
CONTRACTOR MUST ESTABLISH A STORAGE AREA WITH CONCURRENCE OF THE
RAILROAD'S REPRESENTATIVE.
•
1.06.10 Machines or vehicles must not be left unattended with the engine running. Parked machines or
equipment must be in gear with brakes set and if equipped with blade, pan or bucket, they must be lowered to
the ground. All machinery and equipment left unattended on Railway's Property must be left inoperable and
secured against movement. (See internet Engineering Contractor Safety Orientation program for more detailed
specifications)
•
1.06.11 Workers must not create and leave any conditions at the work site that would interfere with water
drainage. Any work performed over water must meet all Federal, State and Local regulations.
•
1.06.12 All power line wires must be considered dangerous and of high voltage unless informed to the contrary
by proper authority. For all power lines the minimum clearance between the lines and any part of the
equipment or load must be; 200 KV or below - 15 feet; 200 to 350 KV - 20 feet; 350 to 500 KV - 25 feet; 500
to 750 KV - 35 feet; and 750 to 1000 KV - 45 feet. If capacity of the line is not known, a minimum clearance of
45 feet must be maintained. A person must be designated to observe clearance of the equipment and give a
timely warning for all operations where it is difficult for an operator to maintain the desired clearance by visual
means.
1.07 Excavation
•
1.07.01 Before excavating, the Contractor must determine whether any underground pipe lines, electric wires,
or cables, including fiber optic cable systems are present and located within the Project work area. The
Contractor must determine whether excavation on Railway’s Property could cause damage to buried cables
resulting in delay to Railway traffic and disruption of service to users. Delays and disruptions to service may
cause business interruptions involving loss of revenue and profits. Before commencing excavation, the
Contractor must contact BNSF’s Field Engineering Representative (MARK ANDERSON – 913-551-4434).
All underground and overhead wires will be considered HIGH VOLTAGE and dangerous until verified with the
company having ownership of the line. It is the Contractor's responsibility to notify any other companies
that have underground utilities in the area and arrange for the location of all underground utilities
before excavating.
•
1.07.02 The Contractor must cease all work and notify the Railway immediately before continuing excavation
Form 106; Rev. 06/01/05
7
Form Approved by VP-Law
in the area if obstructions are encountered which do not appear on drawings. If the obstruction is a utility and
the owner of the utility can be identified, then the Contractor must also notify the owner immediately. If there
is any doubt about the location of underground cables or lines of any kind, no work must be performed until the
exact location has been determined. There will be no exceptions to these instructions.
•
1.07.03 All excavations must be conducted in compliance with applicable OSHA regulations and, regardless of
depth, must be shored where there is any danger to tracks, structures or personnel.
•
1.07.04 Any excavations, holes or trenches on the Railway's Property must be covered, guarded and/or
protected when not being worked on. When leaving work site areas at night and over weekends, the areas must
be secured and left in a condition that will ensure that Railway employees and other personnel who may be
working or passing through the area are protected from all hazards. All excavations must be back filled as soon
as possible.
1.08 Hazardous Waste, Substances and Material Reporting
•
1.08.01 If Contractor discovers any hazardous waste, hazardous substance, petroleum or other deleterious
material, including but not limited to any non-containerized commodity or material, on or adjacent to Railway's
Property, in or near any surface water, swamp, wetlands or waterways, while performing any work under this
Agreement, Contractor must immediately: (a) notify the Railway's Resource Operations Center at 1(800)
832-5452, of such discovery: (b) take safeguards necessary to protect its employees, subcontractors, agents
and/or third parties: and (c) exercise due care with respect to the release, including the taking of any appropriate
measure to minimize the impact of such release.
1.09 Personal Injury Reporting
•
1.09.01 The Railway is required to report certain injuries as a part of compliance with Federal Railroad
Administration (FRA) reporting requirements. Any personal injury sustained by an employee of the Contractor,
subcontractor or Contractor's invitees while on the Railway's Property must be reported immediately (by phone
mail if unable to contact in person) to the Railway's representative in charge of the project. The Non-Employee
Personal Injury Data Collection Form contained herein is to be completed and sent by Fax to the Railway at
1(817) 352-7595 and to the Railway’s Project Representative no later than the close of shift on the date of the
injury.
Form 106; Rev. 06/01/05
8
Form Approved by VP-Law
NON-EMPLOYEE PERSONAL INJURY DATA COLLECTION
INFORMATION REQUIRED TO BE COLLECTED PURSUANT TO FEDERAL REGULATION. IT SHOULD
BE USED FOR COMPLIANCE WITH FEDERAL REGULATIONS ONLY AND IS NOT INTENDED TO
PRESUME ACCEPTANCE OF RESPONSIBILITY OR LIABILITY.
2. Date:
3. Temperature:
1. Accident City/St
County:
(if non-Railway location)
Time:
4. Weather
5. Social Security #
6. Name (last, first, mi)
City:
7. Address: Street:
and/or Age
8. Date of Birth:
St.
Zip:
Gender:
(if available)
(b) Body Part:
9. (a) Injury:
(i.e. (a) Laceration (b) Hand)
11. Description of Accident (To include location, action, result, etc.):
12. Treatment:
? First Aid Only
?
?
Required Medical Treatment
Other Medical Treatment
30. Date:
13. Dr. Name
14. Dr. Address:
Street:
City:
St:
Zip:
City:
St:
Zip:
15. Hospital Name:
16. Hospital Address:
Street:
17. Diagnosis:
FAX TO
RAILWAY AT (817) 352-7595
AND COPY TO
RAILWAY ROADMASTER FAX
OVERPASS/UNDERPASS EXHIBIT "C-1"
Form 106; Rev. 06/01/05
9
Form Approved by VP-Law
Agreement
Between
BNSF RAILWAY COMPANY
and the
CONTRACTOR
BNSF RAILWAY COMPANY
Attention: Manager Public Projects
Railway File: 004664C – US 150 - WEST MAIN STREET OVERPASS
Agency Project: _______________________________
Gentlemen:
The undersigned (hereinafter called, the “Contractor”), has entered into a contract (the
“Contract”) dated ______________, 20__, with ILLINOIS DEPARTMENT OF
TRANSPORTATION for the performance of certain work in connection with the following
project: US 150 WEST MAIN STREET OVERPASS. Performance of such work will
necessarily require contractor to enter BNSF RAILWAY COMPANY ("Railway") right of way
and property ("Railway Property"). The Contract provides that no work will be commenced
within Railway Property until the Contractor employed in connection with said work for
ILLINOIS DEPARTMENT OF TRANSPORTATION (i) executes and delivers to Railway an
Agreement in the form hereof, and (ii) provides insurance of the coverage and limits specified in
such Agreement and Section 3 herein. If this Agreement is executed by a party who is not the
Owner, General Partner, President or Vice President of Contractor, Contractor must furnish
evidence to Railway certifying that the signatory is empowered to execute this Agreement on
behalf of Contractor.
Accordingly, in consideration of Railway granting permission to Contractor to enter upon
Railway Property and as an inducement for such entry, Contractor, effective on the date of the
Contract, has agreed and does hereby agree with Railway as follows:
Section 1. RELEASE OF LIABILITY AND INDEMNITY
Contractor hereby waives, releases, indemnifies, defends and holds harmless Railway for all
judgments, awards, claims, demands, and expenses (including attorneys' fees), for injury or death
to all persons, including Railway's and Contractor's officers and employees, and for loss and
damage to property belonging to any person, arising in any manner from Contractor's or any of
Contractor's subcontractors' acts or omissions or any work performed on or about Railway’s
property or right-of-way. THE LIABILITY ASSUMED BY CONTRACTOR WILL NOT
BE AFFECTED BY THE FACT, IF IT IS A FACT, THAT THE DESTRUCTION,
DAMAGE, DEATH, OR INJURY WAS OCCASIONED BY OR CONTRIBUTED TO BY
THE NEGLIGENCE OF RAILWAY, ITS AGENTS, SERVANTS, EMPLOYEES OR
OTHERWISE, EXCEPT TO THE EXTENT THAT SUCH CLAIMS ARE
PROXIMATELY CAUSED BY THE INTENTIONAL MISCONDUCT OR GROSS
NEGLIGENCE OF RAILWAY.
Form 106; Rev. 06/01/05
10
Form Approved by VP-Law
THE INDEMNIFICATION OBLIGATION ASSUMED BY CONTRACTOR
INCLUDES ANY CLAIMS, SUITS OR JUDGMENTS BROUGHT AGAINST RAILWAY
UNDER THE FEDERAL EMPLOYEE'S LIABILITY ACT, INCLUDING CLAIMS FOR
STRICT LIABILITY UNDER THE SAFETY APPLIANCE ACT OR THE
LOCOMOTIVE INSPECTION ACT, WHENEVER SO CLAIMED.
Contractor further agrees, at its expense, in the name and on behalf of Railway, that it
will adjust and settle all claims made against Railway, and will, at Railway's discretion, appear
and defend any suits or actions of law or in equity brought against Railway on any claim or cause
of action arising or growing out of or in any manner connected with any liability assumed by
Contractor under this Agreement for which Railway is liable or is alleged to be liable. Railway
will give notice to Contractor, in writing, of the receipt or dependency of such claims and
thereupon Contractor must proceed to adjust and handle to a conclusion such claims, and in the
event of a suit being brought against Railway, Railway may forward summons and complaint or
other process in connection therewith to Contractor, and Contractor, at Railway's discretion,
must defend, adjust, or settle such suits and protect, indemnify, and save harmless Railway from
and against all damages, judgments, decrees, attorney's fees, costs, and expenses growing out of
or resulting from or incident to any such claims or suits.
In addition to any other provision of this Agreement, in the event that all or any portion
of this Article shall be deemed to be inapplicable for any reason, including without limitation as
a result of a decision of an applicable court, legislative enactment or regulatory order, the parties
agree that this Article shall be interpreted as requiring Contractor to indemnify Railroad to the
fullest extent permitted by applicable law. THROUGH THIS AGREEMENT THE PARTIES
EXPRESSLY INTEND FOR CONTRACTOR TO INDEMNIFY RAILROAD FOR
RAILROAD’S ACTS OF NEGLIGENCE.
It is mutually understood and agreed that the assumption of liabilities and indemnification
provided for in this Agreement survive any termination of this Agreement.
Section 2. TERM
This Agreement is effective from the date of the Contract until (i) the completion of the
project set forth herein, and (ii) full and complete payment to Railway of any and all sums or
other amounts owing and due hereunder.
Section 3. INSURANCE
Contractor must, at its sole cost and expense, procure and maintain during the life of this
Agreement the
following insurance coverage:
A. Commercial General Liability insurance. This insurance shall contain broad form
contractual liability with a combined single limit of a minimum of $5,000,000 each
occurrence and an aggregate limit of at least $10,000,000 but in no event less than the
amount otherwise carried by the contractor. Coverage must be purchased on a post
Form 106; Rev. 06/01/05
11
Form Approved by VP-Law
1998 ISO occurrence form or equivalent and include coverage for, but not limit to the
following:
♦
♦
♦
♦
Bodily Injury and Property Damage
Personal Injury and Advertising Injury
Fire legal liability
Products and completed operations
This policy must also contain the following endorsements, which must be indicated on
the certificate of insurance:
♦ The definition of insured contract must be amended to remove any exclusion
or other limitation for any work being done within 50 feet of railroad property.
♦ Waver of subrogation in favor of and acceptable to Railroad.
♦ Additional insured endorsement in favor of and acceptable to Railroad.
♦ Separation of insureds.
♦ The policy shall be primary and non-contributing with respect to any
insurance carried by Railroad.
It is agreed that any workers’ compensation exclusion does not apply to Railroad
payments related to the Federal Employers Liability Act or a Railroad Wage
Continuation Program or similar programs and any payments made are deemed not to be
either payments made or obligations assumed under any Workers Compensation,
disability benefits, or unemployment compensation law or similar law.
No other endorsements limiting coverage as respects obligations under this Agreement may be
included on the policy with regard to the work being performed under this agreement.
B. Business Automobile Insurance. This insurance must contain a combined single limit of at least
$1,000,000 per occurrence, and include coverage for, but not limited to the following:
♦ Bodily injury and property damage
♦ Any and all vehicles owned, used or hired
The policy shall also contain the following endorsements or language, which shall be
indicated on the certificate of insurance:
♦
♦
♦
♦
Waiver of subrogation in favor of and acceptable to Railroad.
Additional insured endorsement in favor or and acceptable to Railroad.
Separation of insureds.
The policy shall be primary and non-contributing with respect to any
insurance carried by Railroad.
C. Workers Compensation and Employers Liability insurance including coverage for,
but not limited to:
Form 106; Rev. 06/01/05
12
Form Approved by VP-Law
♦ Contractor’s statutory liability under the worker’s compensation laws of the
state(s) in which the work is to be performed. If optional under State law, the
insurance must cover all employees anyway.
♦ Employers’ Liability (Part B) with limits of at least $500,000 each accident,
$500,000 by disease policy limit, $500,000 by disease each employee.
♦ ksjdf
This policy shall also contain the following endorsements or language, which shall be
indicated on the certificate of insurance:
♦ Waiver of subrogation in favor of and acceptable to Railroad.
D. Railroad Protective Liability insurance naming only the Railroad as the Insured with
coverage of at least $5,000,000 per occurrence and $10,000,000 in the aggregate.
The policy Must be issued on a standard ISO form CG 00 35 10 93 and include the
following:
♦ Endorsed to include the Pollution Exclusion Amendment (ISO form CG 28 31
10 93)
♦ Endorsed to include the Limited Seepage and Pollution Endorsement.
♦ Endorsed to remove any exclusion for punitive damages.
♦ No other endorsements restricting coverage may be added.
♦ The original policy must be provided to the Railroad prior to performing any
work or services under this Agreement
In lieu of providing a Railroad Protective Liability Policy, Licensee may participate in Licensor’s
Blanket Railroad Protective Liability Insurance Policy available to contractor.
Other Requirements:
All policies (applying to coverage listed above) must not contain an exclusion for punitive
damages and certificates of insurance must reflect that no exclusion exists.
Contractor agrees to waive its right of recovery against Railroad for all claims and suits
against Railroad. In addition, its insurers, through the terms of the policy or policy endorsement,
waive their right of subrogation against Railroad for all claims and suits. The certificate of
insurance must reflect the waiver of subrogation endorsement. Contractor further waives its
right of recovery, and its insurers also waive their right of subrogation against Railroad for loss
of its owned or leased property or property under contractor’s care, custody or control.
Contractor is not allowed to self-insure without the prior written consent of Railroad. If
granted by Railroad, any deductible, self-insured retention or other financial responsibility for
claims must be covered directly by contractor in lieu of insurance. Any and all Railroad
liabilities that would otherwise, in accordance with the provisions of this Agreement, be covered
by contractor’s insurance will be covered as if contractor elected not to include a deductible, selfinsured retention or other financial responsibility for claims.
Form 106; Rev. 06/01/05
13
Form Approved by VP-Law
Prior to commencing the Work, contractor must furnish to Railroad an acceptable
certificate(s) of insurance including an original signature of the authorized representative
evidencing the required coverage, endorsements, and amendments and referencing the contract
audit/folder number if available. The policy(ies) must contain a provision that obligates the
insurance company(ies) issuing such policy(ies) to notify Railroad in writing at least 30 days
prior to any cancellation, non-renewal, substitution or material alteration. This cancellation
provision must be indicated on the certificate of insurance. Upon request from Railroad, a
certified duplicate original of any required policy must be furnished. Contractor should send the
certificate(s) to the following address:
Ebix BPO
PO Box 12010-BN
Hemet, CA 92546-8010
Fax number: 951-652-2882
Email: [email protected]
Any insurance policy must be written by a reputable insurance company acceptable to
Railroad or with a current Best’s Guide Rating of A- and Class VII or better, and authorized to
do business in the state(s) in which the service is to be provide.
Contractor represents that this Agreement has been thoroughly reviewed by contractor’s
insurance agent(s)/broker(s), who have been instructed by contractor to procure the insurance
coverage required by this Agreement. Allocated Loss Expense must be in addition to all policy
limits for coverages referenced above. Not more frequently than once every five years, Railroad
may reasonably modify the required insurance coverage to reflect then-current risk management
practices in the railroad industry and underwriting practices in the insurance industry.
If any portion of the operation is to be subcontracted by contractor, contractor must
require that the subcontractor provide and maintain the insurance coverages set forth herein,
naming Railroad as an additional insured, and requiring that the subcontractor release, defend
and indemnify Railroad to the same extent and under the same terms and conditions as
contractor is required to release, defend and indemnify Railroad herein.
Failure to provide evidence as required by this section will entitle, but not require,
Railroad to terminate this Agreement immediately. Acceptance of a certificate that does not
comply with this section will not operate as a waiver of contractor's obligations hereunder.
The fact that insurance (including, without limitation, self-insurance) is obtained by
contractor will not be deemed to release or diminish the liability of contractor including, without
limitation, liability under the indemnity provisions of this Agreement. Damages recoverable by
Railroad will not be limited by the amount of the required insurance coverage.
For purposes of this section, Railroad means “Burlington Northern Santa Fe
Corporation”, “BNSF RAILWAY COMPANY” and the subsidiaries, successors, assigns and
affiliates of each.
Section 4. EXHIBIT “C” CONTRACTOR REQUIREMENTS
Form 106; Rev. 06/01/05
14
Form Approved by VP-Law
The Contractor must observe and comply with all provisions, obligations, requirements
and limitations contained in the Contract, and the Contractor Requirements set forth on Exhibit
“C” attached to the Contract and this Agreement, , including, but not be limited to, payment of
all costs incurred for any damages to Railway roadbed, tracks, and/or appurtenances thereto,
resulting from use, occupancy, or presence of its employees, representatives, or agents or
subcontractors on or about the construction site.
Section 5. TRAIN DELAY
Contractor is responsible for and hereby indemnifies and holds harmless Railway
(including its affiliated railway companies, and its tenants) for, from and against all damages
arising from any unscheduled delay to a freight or passenger train which affects Railway's ability
to fully utilize its equipment and to meet customer service and contract obligations. Contractor
will be billed, as further provided below, for the economic losses arising from loss of use of
equipment, contractual loss of incentive pay and bonuses and contractual penalties resulting from
train delays, whether caused by Contractor, or subcontractors, or by the Railway performing
work under this Agreement. Railway agrees that it will not perform any act to unnecessarily
cause train delay.
For loss of use of equipment, Contractor will be billed the current freight train hour rate
per train as determined from Railway's records. Any disruption to train traffic may cause delays
to multiple trains at the same time for the same period.
Additionally, the parties acknowledge that passenger, U.S. mail trains and certain other
grain, intermodal, coal and freight trains operate under incentive/penalty contracts between
Railway and its customer(s). Under these arrangements, if Railway does not meet its contract
service commitments, Railway may suffer loss of performance or incentive pay and/or be subject
to penalty payments. Contractor is responsible for any train performance and incentive penalties
or other contractual economic losses actually incurred by Railway which are attributable to a
train delay caused by Contractor or its subcontractors.
The contractual relationship between Railway and its customers is proprietary and
confidential. In the event of a train delay covered by this Agreement, Railway will share information
relevant to any train delay to the extent consistent with Railway confidentiality obligations. Damages for
train delay are currently $382.20 per hour per incident. THE RATE THEN IN EFFECT AT THE TIME OF
PERFORMANCE BY THE CONTRACTOR HEREUNDER WILL BE USED TO CALCULATE THE
ACTUAL COSTS OF TRAIN DELAY PURSUANT TO THIS AGREEMENT.
Contractor and its subcontractors must give Railway’s representative (MARK
ANDERSON) 913-551-4434 weeks advance notice of the times and dates for proposed work
windows. Railway and Contractor will establish mutually agreeable work windows for the
project. Railway has the right at any time to revise or change the work windows due to
train operations or service obligations. Railway will not be responsible for any additional
costs or expenses resulting from a change in work windows. Additional costs or expenses
resulting from a change in work windows shall be accounted for in Contractor’s expenses
for the project.
Form 106; Rev. 06/01/05
15
Form Approved by VP-Law
Contractor and subcontractors must plan, schedule, coordinate and conduct all
Contractor's work so as to not cause any delays to any trains.
Kindly acknowledge receipt of this letter by signing and returning to the Railway two original
copies of this letter, which, upon execution by Railway, will constitute an Agreement between
us.
____________________________________
Contractor
BNSF Railway Company
By:_________________________________
By:_________________________________
Printed Name: ________________________
Name: French Thompson, III
Manager Public Projects
Title: _______________________________
Accepted and effective this __________day
of 20__.
Contact Person: _______________________
Address: ____________________________
City:________________________________
State: __________ Zip:_________________
Fax: ________________________________
Phone: ______________________________
E-mail:______________________________
Form 106; Rev. 06/01/05
16
ATTACHMENT E
IDOT HIGHWAY STANDARDS AND
IDOT DISTRICT 4 STANDARDS
ABV
a/c
A8O VE
ACCESS CONÌROL
AC
ACRE
AOJ
ADJUSÏ
AERIAL
ÁGG
AH
APT
ASPH
ÀlJ x
ACS
SURVEYS
AGGRE6ATE
ÄHEÂD
APARfMENT
ASPHALT
AUXILIARY
AUXILIARY GAS VALVE
( SERVICE)
AVENUE
AX
AXIS OF
BK
BACK
B-B
BK
PL
ROTATION
BACK TO BACK
BACKPLATE
B
BARR
EARN
8GN
BEGIN
BM
8I ND
BIT
BENCHMARK
B I NOER
B I TUMI NOUS
B'TM
BOITOM
BL VO
BRK
BBOX
BOUL
BRICK
BUFF,ALO BOX
E
BLDG
BUILDINC
CAST IRON PIPE
F-F
FA
FAI
CL-E
CATCH EASIN
CENTER TO CÊNTÊR
CENIERLINE OR CLEARANCÉ
CENTERLINE TO EDGE
CL.F
CENÍERLINE TO FACE
CTS
CENTERS
CIP
CB
CL
BARR I CADE
E
CH5 LD
c5
CH I SE
CIfY
E
VARO
CLID
CLOSED LID
COAT OR COURT
COMBINATION
COMMERCIAL EUILOING
COMMERCIAL ENTRANCE
c0Nc
CONS T
CONÌO
CONT
c0R
O5ED
CONCRÉTE
CONS-TRUC T
CONT I NUEO
CONT I NUOUS
CORNER
CORRUCATED
CORR
CMP
CNTY
CH
CORRUGATED ME-TAL
COUNTY
COUNTY HIGHWAY
csE
COURSE
XSEC T
CROSS SECÍION
CUBIC MEÍER
CUBIC MILLIMETER
m3
m3
CU YD
CUL V
CUBIC
c&c
CURB
trrær.
YARO
CULVE RT
&
GUTÍER
ooocm-r or lronÐtrìorroñ
DOMESTIC
IR
JT
JOINT
DOUBLE
kg
K
OOI1NSTREÂMELEVAÌION
km
K
DOWNSTREAMFLOWLINE
L5
L
DRAINAGE OR DRIVE
ORAIN,A6E INLET OR DROP INLET
LN
LT
LP
LANE
LËFT
ORIVEWAY
PIPE
FRWAY
INSTALLATION
INTERSECTION DESICN STUDY
INV
I NVE
IP
L
RA
RAILROAD SPIKÊ
REFERENCE POINT STAKE
REFLECTI VE
REINFORCEO CONCRETE
CULVERÏ PIPE
I LOGRAM
I LOMETER
REINF
ANDSCAP I NG
RC
RE I NFORCEMENT
REMOVAL
REMOVÊ CROWN
LIGHTINC
LF
L
LINEAL FEET OR LINEAR
LITER OR CURVE LENGIH
FLOW LINE
FOOT BRIDGE
OUNOAT I ON
FRAME
F
FRAME
&
GRATÉ
FREEWAY
GAL
GALLON
GÀLV CALVANIZED
G
GARAGE
GM
GAS METER
GV
GAS VALVE
GRAN CRÂNULAR
CR
CRATE
GRVL GRÄVÊL
GNO
GROUNO
CUT
GUITER
GP
6UY POLE
GW
CUY WIRE
HH
HANDHOLE
HATCH HATCHIN6
HO
HEAD
HDI{
HEADWALL
HOUTY HEAVY OUTY
ho
HECTARE
HMA
HOT MIX ASPHALÍ
HWY
HICHWAY
HORIZ HORiZONTAL
HSE
HOUSE
IL
ILLINOIS
IMP
IMPROVEMENT
IN DIA INCH DIAMETER
INL
iNLET
TEMP
TBM
TD
TBE
TBR
TBS
ELEPHONE
TEMPORARY
TEMPORARY EENCH MARK
TILE ORAIN
ÏO BE EXTENDEO
TO BE
REMOVED
IO 8E SAVED
RESURFACIN6
RETAfNING
RIGHT
RIGHT-OF-iVAY
TWP
TR
tsc
TRVS
TRVL
TR ANSVE RSE
IRN
TURN
IY
TYPE
SEED I NG
SHAP I NG
SHED
SHEE T
TYP
UND6ND
UNDE RGROUND
TOWNSII I P
TS
TSCB
TOI'fNSHIP ROAD
-TRÂFFIC
SICNÄL
TRAFFIC SIGNAL CONTROL
TRAFFIC SYSTEMS CËNTER
SANS
SANITARY SEllER
MED
ñ
METER
S
ME TH
METHOO
SH
M
MIO-ORDIN,ATÊ
MILLIMETER
SHLD
stJ
SHOULDER
U5F L
SIDÉI{ALK OR SOUIHWEST
UPSTREAM FLOWLINE
S I GNAL
UTIL
vB0x
UTILITY
SIG
SOD
SODD I NG
SOL
MEOIAN
SOUTHBOUND
VLT
VAULT
SB
VEH
SPL
SOUTHEAST
SPEC I AL
VEHICLE
VENT PIPE
VERTICAL
SD
SPECIAL OITCH
MH
IELD ÉNTRANCE
IRE HYDRANT
TELEPHONE BOX
TELEPHONE POLE
SAN
MATL
F
R0w
T
TP
MACH I NE
MAIL BOX
MANHOLE
MAfE R I AL
MED I AN
EXISÍINC
SECONDARY
UREAN SECONDARY
RET
RT
TEL
ROÀD
ROADll/AY
ROUTE
SAN I TARY
L
INTERSTATE
PRIMARY
FEET
REPLACEMENT
RESTAURANT
TANGENT DISTANCE
TANGENT RI-JNOUT DISÌANCE
RD
MB
VERTiCAL CURVE
FACE TO FACE
REP
REST
RESURF
T, R.
T
LONG CHORO
LONGITUDINAL
LUMP SUM
LC
LNC
SUM
MACH
ENTRANCE
EXCAVATION
EXTERNAL DISTANCE OF
HORIZONTAL CURVE
OFFSET OISTANCE TO
REM
IGHT POLE
LGÏ
EOGE TO EOGE
ELEVATION
I LROAD
RR
RRS
RPS
REF
RCCP
RI
IRON PIPE
IRON ROD
EASTBOUNO
EDGE OF PAVEMENT
EDCE TO CEN'TÊRLINE
F
F&G
I0s
DUCT
EACH
FE
FH
FDN
FR
CL
CE
D¡STRICT
FAS
FAUS
FP
FB
CLSO
c
INST
FEDERAL AIO
FEOERAL ÂIO
FEOERAL AID
FEOERAL AID
FÊDERAL AID
FENCE POST
FL
LED
STREET
CLAY PIPE
CT
COMB
DEGREE OF CURVE
OEPRESSED CURVE
DETECTOR
OIAMETER
EXPWAY EXPRESSWAY
CERTIF IËD
@
D
DC
DET
DIA
OIST
DOM
DBL
DSEL
DSFL
DR
OI
DRV
DCT
EA
E8
EOP
E-CL
E.E
ËL
ENTR
EXC
EX
ROiIY
RTE
PRC
PT
POT
TRAVEL
SECT ION
SEED
SHAP
M DIA MILLIMETER DIAMETER
MI X
MI XTURE
MBH
MOBILE HOME
MOO MODIFIED
MFT
MOTOR FUEL TAX
N & BC NAIL & BOÍ'TLE CAP
N&C
NAIL&CAP
N&lT
NAIL&WASHER
NOAA NA-TIONAL OCEANIC ÀTMOSPHERIC
NC
NB
NE
NW
OLIO
PA'T
PVO
PVMT
PM
PEO
PNT
PC
PI
BOX
ID
SM
s0 Fl
ñ2
SOUARE FEET
SOUARÊ METER
SOUÄRE MILLIMETER
USG5
USEL
VERI
TYPICAL
U.S. GEOLOGICAL SURVEY
UPSTREAM ELEVAlION
VALVE BOX
VALVE VÀULT
VERTICAL CURVE
VERTICAL POINT OF CURVATURE
VERTICAL POINT OF INfERS€CIION
VERTICAL POINT OF IANGENCY
VC
VPC
VPI
AOMINiSTRATION
m2
NORMAL CROl}lN
SO
NORTHBOUND
STB
STABILIZËD
NORTHEAST
NORTHWESI
sT0
SBI
5
STÂTE BOND ISSUE
WB
WESTBOUND
OPEN LtO
SR
SIÂTE
i{ILDÊL
PATTERN
PAVED
PÂVEMENT
PAVEMENT MÂRKING
PEDESTÀL
STA
STAT f
WILDFLOWÊRS
WITH
SP BGR
STEEL PLATE EEAM GUARDRÀIL
r{0
WI THOIJT
SS
STORM SEWER
STY
STORY
YD
ST
POINT
STR
POINT OF CURVATURE
POINT OF INTERSECTION
e
OF
HORIZONTAL CURVE
POINT OF RÊVERSE CURVÊ
POINT OF TANGENCY
POINT ON TANGENT
VPT
SOUARE YARD
IANDARÐ
ROUTÊ
I'YMA
ON
IN
WÀTER METER
WATER VALVE
WATER MAIN
STREET
STRUC TURE
SUPERELEVATION RATE
RI.IN. SUPERELEVAIION RUNOFF
LENGTH
SURF
SMK
SURF ÀCE
SURVEY MARKER
POLYEfH POLYÊTHYLENE
PCC
PP
PRM
PE
PROF
PCL
PROJ
P. C.
PL
PR
R
PORTLAND CEMENT CONCRETE
POWER POLÊ OR PRINCIPAL POINT
PR I ME
PRIVATE ÊNTRANCE
PROF I LE
PROFILE GRADELINE
PROJECT
PROPERTY CORNER
PROPERTY t iNE
PROPOSED
RADIUS
STANDARD SYMBOLS,
ABBREVIATIONS
AND PATTERNS
ADJUSTMENT ITEMS
Structure To Be
Adjus.ted
Strucfure To Be
Cleoned
Sfrucfure To Be
Fiiled
Siructure To Be
Removed
Structure To
Be
Reconstruc+ed
Frome ond Gro+e
To Be Ad,usted
Frome ond LId
lo Be adjusted
Domesiic Service Box
To Be Adjusfed
PR
@
Povemenl Renovol
ond
Replocemen+
Slope Llmlt Llne
DRAINAGE ITEMS
Culvert
Crod¡nq & ShoÞing D¡+ches
Dro¡noqe Boundqry Line
Poved Dilch
o
@
tr
@
v-
L¡ne
0l-tch Proflle Llne
@
@
I+em To 8e Retoco.ted
Intermedlote Conlour
tr
SÞec¡ol Adjusfmeñt
ITem To Bê Moved
Index Con+ou.
@
aò
Abondoned
AÞÞrox. Intermed¡o+e Llne
tr
tr
tr
Volve Voult To Be Adjusfed
Iiem To Be
CONTOUR ITEMS
AÞprox. Index L¡ne
a90reço+e D¡+ch
Flowllne
BOUNDARIES ITEMS
0itch
ooshed ProperTy Llne
Heodwoll
Check
Solld Property/Lo+ Llne
Inlef
Secllon/cront
Mcnhole
Llne
Counfy/TownshlÞ Lln€
Summlt
S+ole Line
Iroñ
Roodwoy Ditch Ftow
a
Swole
Iroñ PIp€ Set
o
Colch Bosln
Survey Morker
a
PiÞe Found
Property Liñe
Syñbol
P
Culvêrl End Seclion
Itoier Surfoce Ind¡çotot
Some owñersh¡p Symbot
Ri
Northwes+ ouorter Corner
Sectlon Corner
Southeost Ouorte. Corñer
Þ.
HH
Y/
w
,4.
or oD
STANDARD SYMBOLS,
ABBREVIATIONS
AND PATTERNS
(Shee+
2
Õf
EROSION & SEDIMENT
CONTROL I TEMS
EXISTING
EXISTING
LANDSCAPING ITEMS
( conf. )
EX
IMPROVEMENT ITEMS
Cleoñlng & Grod¡ng Limlts
Nolse Attn./L€v€e
Dike
Êroslon Conirol Fence
tttttllttllttttt
-rrFrrrrrrrT.rrrn
Fence
Perimeter Eroslon Borrler
Seedl¡ngs TyÞe
1
Seedlings TyÞe
2
Eose of Levee
Soddiñ9
Temporory Fence
D¡tch Check TemÞorory
A
-v-
oi+ch Check Permoneñt
+
MowsTqke w./Siçn
Poy Telephone
lr€e Truñk
Pro+ec+ton
Adver+¡s¡n9 S¡gn
,4\
\iz
lñ¡e+ & PIÞe Pro+ec.ilon
Mollbox
Evergreen lree
{lo
Sediment Bosin
Erosion Conirol
BtoñkeT
FoÞric Formed Concre.fe
Reve'fmenl Mot
Turf Re¡nforcemeni
Mot
Mulch Temporory
lì
FÆTg¡
+)++r++)
ffi
ffi
(4
1
Confour Moundlng Llne
T+-'7l*
x* r*.1
llulch Meihod 2 Stob¡l]zed
Fq+rq'+rlql
Mulch Me+hod 3 Hydroulic
I Þ vl
lqs 9s {J
Shode Tree
Shrubs
Mowline
Perenn¡ol Plon+s
f-
F*-xEl
lÈr*Ì*.:t-'¡*1
Mulch Melhod
LANDSCAPINC ITEMS
2
tt..l---. _l
...
1
Seediñg Closs
2A
f::---.f:r:l
t..'.'......t
t..t
Seedlng Closs
3
Sêed¡n9 Closs
4
Seedlng Closs
I
Seedlng Closs 4 & 5 Comb¡ned
Seed¡ng Closs 5
Seedlnç Closs
7
ffi
l:l...
: r.l
',/ 1.1././.1
v .l.t./
.1.1
)
V+//-1
û-'rî-/-7-7
l:.--;r';t
L". "",.
,,1
ABBREVIATIONS
AND PATTERNS
LIGHTING
(
cont.
PAVEMENT MARK TNGS
Hondhole
liI'
RR Crossing
Heovy Duty l-londhole
Junction
EX
PR
)
Ro¡sed Morker amber
Box
LIgh+ Unll
I
>K
Woy
Roised Morker Amber 2
ComÞ,
. --*- -
,,-'*in '
Rols€d Morker Crys.fot I
Woy
Woy
Electricol Cround
Two Wcy Turn Lefl
Troffic
1€
F¡ow Arrow
Shoulder DIoç. Pottêrñ
7
r;r-i-7n
v,,,.,"1
HÌgh Mqst Pole
Skip-Dosh lvh¡îe
L¡qh1 Unlt-1
Skip-Dosh Yellow
StoÞ Llne
5ol¡d LIne
PAVEMENT ( MI5C.
)
Keyed Long. Join+
Double Centerl¡ne
ootfed
Llnes
CL 2Ln zvlqy
Keyed Long. Jolnt w/T¡e Bors
Sowed Long.
Joinf w,/Tie Bars
B¡lumiñous Shoulder
Bltumlnous ToÞer
Stob¡l¡zed 0rjvewoy
RRPM l2-2 n (40') o-c.
CL 2Ln zwoy
RRPM 24.4 m (80') o.c.
CL Mul+llone D¡v.
RRPM !2.2 m (40') o.c.
CL MulT¡lone 0Ìv.
RRPM 24.4 m (80') o.c.
CL Mult¡lsne DIv.0bt.
RRPM 24.4 m (80') ô.c.
-<<:
CL Mul+llone Undlv.
Two vloy
lurñ Leff
Line
iVldenlnç
ABBREVIATIONS
AND PATTERNS
(Shêet
4
PAVEMENT MARKINGS
( cont. )
EX
Urbon Combination Left oniy
-tì
-=
Urbon Comb¡nolioñ Right onty
Urbon Leff Turñ Arrow
RAILROAD ITEMS
19
Abondoned Roilrood
Urbon Lef+ Turn onty
-
Urbon R¡ght lurn oñly
PR
Rol¡rood
Ro¡lrood Poin+
I
Urbon Righ+ Turn A.row
tjrbon Thru
PR
Confrol
!
,
E
Box
Crossing cote
x(TI>
F¡oshing S¡çnot
x€il
xcI_-*-{
Ro¡lrood Coñt. tvosf Arm
l.
Crossbuck
t¿
,r
onty
REMOVAL ITEMS
Rurol Conbinofion Left
Rurol Combino+ion Riqht
Onty
Onty
r --:
-!.)
1*
>
a+:
r_=-
:È
Rurol Lefi Turn ATrow
Rurol R¡gh't furn Arrow
Rurql Left Ìurn
Only
Rurol Fhru only
---;*--
B¡tum¡nous Removol
Hofch Pof+erñ
ì
RIGHT OF
l-
Rurol Right Turn only
TTTTTT'
Removo¡ Tic
t
-1
PR
WAY
I TEMS
Fufure
RoW
Corner
Monumeñ+
RolY Morker
RolV L¡ne
:i=
-i>
EosemenT
T€mporory Eosement
7777777777777777
t7f7t77nt7r7tt
tDûtttùt
STANDARD SYMBOL
ABBREVIATIONS
AND PATTERNS
(Shee't
5 of
ROADIVAY PLAN
SIGNING ITEMS
I TEMS
(
Edge of Povement
cont.
PR
Eqrr¡code WIth Edge
Llght
F¡o€hlng
LIne
SIgn
w20-2(O)
:
o
Left Loñe
4
Righ't Lone Ctosed Aheod
Ctosed Aheod
w20-51(0)
Cúordroll
Cuordro¡l Pos+
Trofflc
Ponels I
5¡gn
w20-5R(O)
Ponels II
I
Cg.rugoTed Medio¡
Slgn Flog
Rood Closed Aheod ivzo-3(O)
o¡recìJon of Troff¡c
E>
Delour
EE@
ROADWAY PROFILES
P.oflle
L¡ne
P.l. Indlcotor
Rood Construction Aheod
M4-lOL-(0)
¡@
¡@
@
Detour M4-l0R-(0)
Po¡ñ+ Indicotor
one Woy Left R6-lL
Eorfhworks Bolonce Point
one
vvoy R¡ght R6-lR
Begln Po¡ni
one Woy Arrow Lrg. Wl-6-(0)
Verl. Curve oofo
Two Woy Arrow Lorge Wl-7-(O)
SIGNING ITEMS
Coñe, Drum
@
¡¡¡no¡s
\?
\2
l{20-t -(0)
one Lone Rood
Ahead
l{20-4
Trons¡'fion Left tl4-2L
Trons¡-tion Righ+
W4-2R
@
@
@
@
@
@
o
o
,/\
Reverse R¡ght lTl-4R
DoÞcirunr or Tro¡sÞo.roím
Two Woy Trofflc Slgn
Fí
Fl
/^r
Reverse Lef+ Wl-41
or Borrlcode
BorrlÇode TyÞe Il
PR
)
oetour Aheod
Medions
ond C&G Line
Sldewolks, Drivewoys
cont.
Borrlcode TyÞe IIi
Bit Shoulders.
A99regofe Shoulder
SIGNING ITEMS
(
)
W6-3
o
STANDARD SYMBOLS,
ABBREVIATIONS
AND PATTERNS
SIGNING ITEMS
(
cont.
PR
TRAFF
I TEMS
)
Left Turo Lone
R3-11001
Cqble Number
ffi
Lêft ïúrn
TruEP-l
Keep Left R4-lAL
TC SHEET
Green
Lef+ Tu.n
S¡gnol BockÞlote
fruiP-'l
lll
KeeÞ Righ+ R4-7aR
I
Slgnol SecTlon 200 mm (8")
RIGHÌ |
l-tr]
l..r
KeeÞ Rlght R4-7BR
RrcHr
I
S¡gnol Secflon 300
mm (12")
I
fsrTl
I 8ERÉ I
lf,äl
l/olk,/Don'-t vlolk Symbols
lorìl
TRAFFIC SIGNAL
lREo-l
I TEMS
Left Turn
Golv.
@
R3-2
Steel
Condul+
Rood Closed-thru
oetector Loop Lorge
Tlmm-
Rood Closed Rll-2
I
Troffic
Rl1-2
cLosro
oetector LooÞ Smoil
I
O
E
Culfbox JunclÌon
o
E
wood Pole
o
m
TemÞ, SIOñol Heod
E
L!.,i
b
Hoñdhole
ñ
t:
!
Heovy Duty Hondhote
tr
Junctlon 8ox
EI
Ped. PushÞutton Detector
o
L!
Ped. S¡gnol Heod
{
m
m
Power Pole Serv¡ce
-}.
rl
fI
6,1
5-¡
twl
;,
EX
PR
Prlorlty Veh.oetecTor
Signol
Heod
Signol
Heod s/BockÞlo'ie
Slgnol
Pos+
a
UNOERGROUND
Coble
PR
ITEMS
lv
Elecfric
Coble
-ßlHÊ
Flber optlc
l-ìãm-irc-sl]
lo*li*,n
Spl¡ce
Cgnirolle.
UTILITY
@
R3-.1
PR
Underçround Coble
oeîêcTor Loop Llne
No Right Turn
Conduii
fsldil
IÉNL¡
StoÞ Here 0n Red Ri0-6-AR
No
,ø
I
Wolk/Don't Wolk Letters
S+oÞ Here 0n Red RI0-6-AL
)l
rÌ
l€l
lÉFrl
TRAFF
ú
Yellow
T.*l
Keep Lef+ R4-7BL
PR
Etl
Lè]
IC SIGNAL
ITEMS ( cont. )
EX
0eleclor LooÞ ouodroÞole
I
oetector
6os
0ll
PiÞe
Plpe
-rts¡o_
-g-
Rocewoy
Ploe uñderdralo
Alumlnum
@
unots
o.o-tr.nt of lrôneoriotìd
Steel
l,¡ost
Arm
Mos+ Arm
Veh.oeïector Moçnetic
ABBREVIATIONS
AND PATTERNS
-
UNDERGROUND
UTILITY
( conf. )
Sonifory
VEGETATION ITEMS
ITEMS
oeciduous Tree
Sewer
Bush
STorm Sgwer
Evergreen Tree
Te¡eÞhone CoÞle
Stump
Woter
PiÞe
Vegetotlon Llne
Woods & Bush Llne
UTILITIES
ITEMS
YTATER FEATURE
Conlroller
T
Double Hondhole
TEMS
Streon or Drolnog€ Dlich
F¡re Hydron-t
Woiers
Hondhole
Heovy Duty Hondhole
Edge
Wctèr Surfoce ind¡cotor
Wotêr Po¡nt
Junc-t¡on Box
D¡sopÞeoring 0¡tch
Liçh+ Pole
Morsh
Moñhole
Power Pole
SÞllce Box Above Cround
TeleÞhoñe SÞlice Box
Above Ground
TeleÞhone Pole
Trofflc
S¡gnol
Wofer Meter Volve
Box
ABBREVIATIONS
AND PATTERNS
ENTLISH (METRI')
REINFORCEMENT BÀRS
Bor
Size
Ðlo.
CrossSect¡onol
lñ.
Areo
sq. in,
Eng¡lsh
SPACIN6. ln.
Welohf
4
(1C0)
4t/2 nIS)
5
(125)
lAo t5)/?)
6
û50)
lbs.,/f+.
3
0.110
10
(?t)
0.588
0.307
ú99)
t r- 552
o. 750
0.875
i 22. 2)
o.601
1. 000
I 25. 4)
l.128
2'ð.
l,
l0
1)
7 )
210
t 32)
7t/2
(mm)
(l9A)
r.410
J6
( J5. 8)
oi r..ñsÞÇrlori.¡
o. 293
( 617)
o.264
o, 523
{568)
0.240
(507i
o.220
t41 3)
8 (200)
aV2
Qr5)
sq, tn. (sq.
9
(225)
0.?05
(430)
0.189
0.176
(406)
(374)
o-165
(355)
0.155
(
-i 30)
0.362
0.336
t137)
0.314
0,294
o,277
tla2)
(679)
(645)
{6001
(573)
0.567
0.526
0.491
(1047)
0.461
(995)
0.433
0.409
{-o26)
(884)
0.589
0.147
0.132
{3161
<284)
( 1290)
( | 122)
0.4?0
û0:J2)
o.428
(9?l)
0.39?
{860)
( 1990)
0.819
( t7l0)
o.737
(1592)
0.670
lI42t)
0.614
(1327)
{1206)
!.3?6
1.179
0.816
0.758
0.707
12474
0.964
(2029)
o.884
2a4A)
1.061
t22 12.)
0.663
0.624
{189:i)
tt72r)
(
162:l)
(1495)
(142A)
052¡)
o.962
(2037)
0.902
il915J
0.848
0.801
(lll?)
10 (250)
11
(2?5)
mm)
0.235
0.t20
0.1t0
t237)
o.2r4
0.196
t469)
0.368
G96)
0-335
{t 136r
(1033)
{94 7)
o.656
o.601
t¿î0?)
0290)
{Ì2{)
0.30'r
(663)
0.482
o.442
2, O44
1.803
( 3870i
1. 603
{ 3365)
t.442
(3096)
1.311
1.202
1.110
I 3. O42)
1.030
t2164)
(25¡lÕ)
(2345)
(221r)
0800)
(i72Aj
0.721
0548)
0.785
r5r0)
2. 670
{ 3. 973)
2. 355
5100)
2, O93
t 4435)
1.884
1.713
1.570
1.449
1.256
1.178
1.108
1.047
(3091)
0,856
0.785
ß400)
(2684)
0.942
{3543)
1.346
(2914)
{2550)
i2372)
t2267
(20{0)
0855)
fi 70ô)
1,000
(645)
3.400
( 5.060)
3, 000
( 6450)
2. 667
( 5609 )
1 7lÁ
1.600
1.333
1.200
1.o91
t.ooo
(3000)
{?867)
t25301
i2545)
(2150)
q. JUJ
( 6.404)
3.801
(8190)
5.3?9
3.041
\ I 122t
1.382
t6552)
1.267
2'130)
( 8?48)
5.746
(8048)
1.26f
\819)
ll
l.043
o.442
t2a4)
7
29)
t,'u'o'" oooo.*r""t
( 710)
15.9)
9
@
0. 330
c- 560)
0. 668
( c- 944)
i lq.
25)
0.376
0.196
(129)
I9
I
{
0. 500
i 12.7J
5
16
t22
7 il75)
AREA OF STEEL PER FOoT (METER),
{mêfrìcl
6
6t/2 t16i)
4.683
il006)
( 7. 907
I
0060
)
(4
080)
(
2.400
2.t8?
2,000
(5i60)
(460 7)
(4300)
(
1.846
39Ò9)
(3686)
2.'164
5850)
2,534
(5460)
1.901
1.789
1.689
(4964)
(4{;80)
(4
)
(4095)
(3809)
{3640)
1.520
(32-¡6)
(2978)
2.6't6
2,142
(5030)
1.8?l
l4c24t
1.561
(4679)
2.081
(44 7t)
l.?03
{5749)
2.498
{5295)
2,204
(609 7)
(3658)
i1353)
(
3.406
3,t22
7186)
(6 70 7)
(
2.Li?
1.500
\3225t
2,O27
3ll
AREAS
OF
REINFORCEMENT BARS
Silt fence
fobric. -\ \
rrrz,'."*
Wooo
/ _ Te¡ol
\/\/
r--Ø'l)
"'
oosÌ or
s¿oke.
-e
)5\!r
(((Ø¿
Secur;nevÚ{'l'
\ì:,.ir.""'
Þ
Ploce e¡d-Þost (stcke) of first sil+ fence
odjoceñt fg 9nd-pos+ (sToke) of second sill
fonca with fob.;c posifioned cs
STEP
lñ-
Bate stakes
/f
/t
swown.
1
.
Roioïe ÞosTs (slokes) toge+her, lgo" ctockw¡se
ond drive bofh posls (stokes)19(450)iñio ground.
STEP 2
t+
3
PLAN
When The di+ch check is with¡ñ the
cleor zoñe ond the rood is oÞe¡ to
T-offlc, +he -rofftc oÞÞ.oocr s.oÞe
of il^e ogçrego+e strcil be l:4 (v:H).
Bale +ies
Bo+tam of
di+ch.
ATTACHING TIVO SILT FILTER FENCES
T
rñffi
Fi
F
il+er
f oÞr ic.
ter
Securìñg
fobric-
Þiñ,
SECTION B-B
5lç
Nl;
ELEVATION
HAY OR STRAW BALES AS
AGGREGATE DITCH CHECK
A
PERIMETER EROSION BARRIER
lvogd or meTot sfok6
SILT FILTER J-HOOK
PLACEMENT
Fence fobric
llogd posl or
Sheet flow ",Þ
me+ol s+oke
(+yÞlcol).
Excovote ond bockfiil
Trgôch +O secure fobriC J
when no+ ñochine-sliced.
ConÌinuous fence
fobric.
ELEVATION
GENERAL NOTES
SECTION A-A
Ploce Þosts (stokes)
odjocen+ly ond ÞÌñd o.l
toÞ wiTh wire.
SILT FILTER FENCE AS
pemn
A
The inslAllAfion CetOits OnÕ aimens¡ons
shown for perim€ter €rosion borriers
s5oll ojso oÞÞ.y ,o- let ono ÞiÞe
Þro t€c tì on.
All dlmenslons ore ln lnÇhes (mlllnet€rs)
unless othervlse shown.
J-HOOK
TEMPORARY EROSION
CONTROL SYSTEMS
s+ckes
Silt fil+er
fenÇ e
Flow
M€nhole wìlh
open grc+e
+
+
Flow
Bclê ties
SÞccer s
Silt filler
Strow or
hoy bate€
fençe
S+row or hoy boles
or rolled excelsìor
INLET AND PIPE PROTECTION
0uflel +ype os
direc+€d by Ençinee..
Cround lÌne Þrior
to excovô+ioñ
UÞsìde dìtch
Finol embonkmeñ+ iìm¡fs ---l
Dowñs íde
L
T€mporc_v
diTch
Di+ch
to€ ditch I
/
,/
.___J_
TemDorary
I
toe dilch
\
Fìn oi
\
/
J./
/-
citc¡
'//
will improvê if puf in+o o seri€s.
The loñg dimensìon shoutd be Þoroilel wiTh the
direct¡on of the flow. Accumutofed siF shall be
.emoved oñy+ime the bosìns become 752 fiiled.
ELEVATION
TYPICAL CUT CROSS-SECTION
PLAN
TEMPORARY DITCHES FOR
CUT & FILL SECTIONS
SEDIMENT BASIN
ÏEMPORARY EROSION
CONTROL SYSTEMS
lÔ'-'y.'
'
r
¡3,1
|
mr
Ï
pa
I
't.
+l¿q
Sheet s+eel of suÌ1oÞle
Thickness +c forn keywoy
cs de+oÌlêd o. oÞÞTôved
(4¿)
]
equcl.
TYPE C MEIAL JOINI
SECTION A-A
.Hoi pouaed
.íoint seoler
¡jo, 6x.jC (¡lo. !9x?50)
Tie bcrs at JC (7501 cls,
Chonñe pin, slze succìcienì
(shoen on suDÞor-l oins)
+o securely hold jclnf iñ
Þloce, sÞoced no+ more
+hoñ 3 -4" (1.02 ñ) c1s. -,
form
LONGITUDINAL SAIVED JOINT
C.0598x2 (1.5x30)
-h^lr ^+ \'-À',
1.ô2 rn cts- mox.
-
LONGITUDINAL KEYEO
JOINT
Þ.1
LONGITUDINAL
CONSTRUCTION JOINT
iTIE BAIì
FOITMED
IN
PLACE)
8
BAR CROUTEO IN PLACE)
{Ë4)
SUPPORTING CHAIR
ALTERNATE
No.6x24 (No- 19x600)
Tie bors o+ 600 {24) cts.
LONGITUOINAL CONSTRUCTION JOINT
ffIE
SUPPORTING CHAIR
ALTERNATE
lrr,
GENERAL NOTES
rotlos ore exÞressêd os unlts
of ver+lcol dlsplocement'to unlts of
horlzonfol dlsÞlocemon+ (V:H).
Âll sloÞe
All d¡menslons ore ln lnches (mlltmêters)
unless o+herwlse shown.
@
ul'o;" oooo.r".nt or rronsÞo.lotim
PAVEMENT JOINTS
r-.SCE SEALING OETÀIL
ì8 (45C) Lonç do$/el
bors oI 12 (-i00) c1
b,eÌow
Erpcnslon coo*
Dov/e bor
ossemb y
bars ot
12 (30CJ c+s.
TRANSVERSE EXPANSTON JOINT
{FOR PAVEMENÌS WlTH UNEOUAL -THICKI.{ESS)
*
ExÞqnsion coÞs shoil bê ìnsioiled
on +he exÞOsed eñd of soch
dowel Þor once the heodea hos
TRANSVERSE CONTRÂCTION JOINT
beeñ removed ond the jclô-l f|lsr
mo+erlol has Þeen Instoiled.
See SEALING DETAIL below
i€ (450) Loñg aowel _
bars q+ 12 (300) cts.'
ó..¿/
b,l\
I
|
I
I
h:i=-'--*-l
'\11-)'\z¿tt
-)/-
Hol Þolred jolñ+ seot€
resisionl cose
t/B 122) Hea+
Ex1añsloñ ÇaÞ *
cel Þlas+lc foom bocker rod
This porllon of scw
cuf not reculred wheñ
Þose course ond surfoce
ore cul seÞorc+aly.
I
l
Bi
+!miñous
surfoce
4 (100) (+yÞ.)
r,/s
(3)
+o r¿
(6)
Sloblllzed
I
bose colrse
iC (250) (tyÞ.)
q
TRANSVERSE EXPANSION JOINT
(FOR PAVEMENTS [lITH EOUAL THICKNÊSS)
TRANSVERSE CONTRACTION JOINT
{FOR CAM, CFA AND LFA BASE COURSE MIXTURES)
Hc+ Þoured
HOT ÞOUTEd
joiñ+ seolel-
Fiñish corners,-1
wlth edger
ioin'f seojer---\
rñrsn coTrìer5
wl+lì edger --)
F
\\
-r \lo
f-tõñ
|
/t/q so¡¿
(6)
Prefor
f lexible
foom
med
joinf fìller
DOWEL
Prôf or me d
closêd cell
Þlasilc
OOWEL BÂR
THICKNESS
joìn+-riller
DIÀMETER
o. greoler
lVz (38)
thru
7.99
lt/"
Lsss thoñ 7
(Ì75)
I
SEALING DETAIL
BAR TABLE
PÀVEMENT
(200)
7 (l?5)
(199
I
(32)
(25)
PAVEMENT JOINTS
NEVÍ CONSTRUCTION
Longltudlnol
iruc+lon
G
llrldçê
)
.100'-0" (10
cac
G'.
Vr
\
[-:":."'::^:"
oÞÞrooch
/
/
-
Stqb¡l¡zed subbose
t
ll
LonoiTudlnol
Sowed Jolnt
N€w pavemên+
ImPrêved suberode,
See roodwo) Þlons_
-
RIGID PAVEMENT
\þrortuornol
I'IITH
Conslr(rcilon Joln+
SKEW
Rlçid Povemen+ only:
l{lde F¡oñge Beom Termtñot Jo¡nf {See
ÂÞÞrooch Foo+íñ9
-
DETAIL
Br¡dge oÞprooch
S+ondord 421rc! ar 42t106) or Z (50)
Trans. Exp, JoìnI qs detollêd on Slondor<l 42OOOL
AT BEAM
'
ixd
\se.
SECTION G-G
PLAN
vorloble slope
4
m) Unless
or FtsxlÞte I
Povenent*
Jôln+
âridae ADDrooch
/-* Sèe oElAlL
A
I
a"* povement
J,
suÞçrode.
It*prou"o
see roodwoy plons.
I
or Flexlble
Pavomeñ+ ìlÉ
CRC
AÞÞrooch FooTInç
I
SECTION G-G
-
GENERAL NOTES
FLEXIBLE PAVEMENT
IHICKNESS-"t":-lhickness of Povcment.
Se€ STqndord 4?1001 for Telnforcemen.f
cngltudlnol
dêfoils ñol shown.
JoIñ+
See Stondord 420001 forjoin+
not
/{ìõ
-{ \
/I N\ì-.] \
PLAN
-
WITHOUT SKEW
* omlt Relnforcef,rent, +le bcrs ond
sqwgd Jt. for Flexlble Fovemonl,
\_L¡mlt
\qqrçr¡tucrrnor
Consfrucflon Jolñt
of brld96 opproqch
povemen+ contìêc+oT
Lonç,
r---ì
\l-,/
DETAIL
/
A
shown.
detoits
See Þ¡ons fôr detoìls ôf bridçe opp.ooch,
oÞproach footÍng ond Þreformed joÌnt
seol.
All dlrenslons qre ln lnahes h$tne+ers)
unloss oth€rwl6e shown.
BRIDGE APPROACH
PAVEMENT CONNECTOR
{Shee+
I of
2)
EXISTING CONSTRUCTION
l0'-0" (3
m) mcx,
vor¡able
PrefoTmed
slõÞt\
seol
Exls+irìg Shoul<ler
o
Consir. J+. skewed
os
¡
Brldge AÞÞr. Povl.
t^
Õl;i Exls+lnç
8rld9o opprooch
o
!L cc
|
Connector
o
Pavemeñl
+
PCC Povemeñ+
c
o
e
No.
10 x 18 (No.32 x 460)
i¡e bars af
12
(3OO)
t
Exlslìnç Subbose
o
ô
I t
No.10 x 18 (No,32 x
o
È
ô
ô
o
460)
tle Þors set ln noñ-shrtnk
grout 01 i2 (300) ats.
Approach Fooilng
Motch ExfstlnÇ Sllbbose
Longlfudlnol Sowed Jolnt or
Longltudino Cons+rucllon Jolnl
SECTION G-G
-
RIGID PAVEMENT
BRIDGE APPROACH PAVEMENT CONNECTOR (PCC)
Seo
L
!
¡
OE-TAIL
A
Brldge opprooch
'. Connec+cr
o
c
c
Povemenì
-----r
_l
E
-9
c
É
o
o
o
À
t
!
c
g
L
Exls+lnq Shoulder
o
o
ô
ô
F+
/7;
AÞproach Footlng
SECTION G-G
FLEXIBLE PAVEMENT
DETAIL
A
BRIDGE APPROACH'PAVEMENT CONNECTOR (FLEXIBLE)
BRIDGE APPROACH
PAVEMENT CONNECTOR
tshee+ 2 of
2)
TYPE A RAMPS
TYPE
-type
B
RAMPS
A
RAMPS AT ALLEYS OR ENTRANCES
(915)
+
11.22 m)'
*-:i,'
r
TYPE
RECOMMENDED LOCATION
OF RAMPS
TYPE
A
zzj_
ag. v:,igle
GENERAL NOTES
B
SECTION A-A
DETAILS OF RAMPS
Flush wlth lop of
roodwoy curb ond
toÞ of
R¡se
sldewolk
of depre6sed
curb 72 (ll) moi:J
L
Romp sloÞe l:12 mox.
SeeDefo¡lsa&8
Rlse of romÞ
(760) mox.
RAMP PROFILE
LGufter
stoÞe
DETAIL
RomÞ
thlckness
A
DETAIL OF SIDE CURB
(Side curb moy be cons+ructed
monollthlcol¡y w¡Ih romÞ)
LEGEND
|.;At
DETAIL
0etectoble WornÌñqs
Non wolk¡ng oreo
B
The moxlmw sloÞe of the slde fløe f or
TyÞe B romps shdl be l¡lo¡ howev€r, lf
the w¡dfh of th€ l@d¡ng oreg betwæn
lhe toÞ of the røp ond m obstructlon
ls less thon 4'-O" 11.22 m) then .lhe
moxlmum sloÞe shofl be lttz.
All sloÞe rotlos qre expressec, os olls
of vert¡col dlsplocen€nt +o untts of
horizontol dlsplocenent (V:H).
Àll dlmeñs¡ons ore ln lnches (mlülmeters)
unless other*¡se shown.
Sldewolk
RomÞ
ffi
lcôôol
Dgtecloble wornlngs shoil be ¡nstoIed of
curb romps. med¡ons ond Þedestrlan
refuge lslqnds, ot-grode rollrood
crosslngs. îronsll Þlqtform edgesr ond
other locqtloñs wh{e p€destrlons qe
requ¡red to cross o hcor<tous vehlculor
woy. oetectsb¡e wornlngs sho[ olso be
lnstoll6<f ot oÍeys @d comnerc¡ot
en+roñces when Þerm@9nt trofflc
con+rol davlces ore Þrss€nt.
CURB RAMPS
FOR SIDEWALKS
rl^
9li
ñlg
fruncoted
Dome
I
trl ;
€lç
t
,''
A ){ À
1e-g-P
T- @-qa
Þ@-d
I +ci'x
îI
L
ts
o
c
o
o
o
o
\^,/
.,Iár-B'--T-
-:.kh,-
ÆÀ
-¡f-L
I
-g_ .-A_.-w- ÆÀ| -^/
SOUARE PATTERN
.0-4.
fìïõÌ1
tt"l- lla
|
rl3
,
I
/ v\
l\/
l------ì-----¡lo.slr
'
tzlt
TRUNCATED OOME DETAIL
-ry.._
TRIANGULAR PATTERN
(Porollel Alígnmenì)
DETECIABLE VYARNINGS DETAIL
CURB RAMPS
FOR SIDEWALKS
FOR MULTI-SPAN CULVERTS
(ùnÌes5 o+herlvlse no+ed oñ the plons,
jcr
^oÎc plo"És ore ñc+ r'êqulred
sÌrucÌure€ ess thon 20'16.\ ni in
lenç+h)
FOR PARAPET AND END POST MOUNTED
FOR PARAPET
{t{hen 0oç Eor Wjñç ls used)
Sroze lo dlagoñol
obove brldge deck
5',-O" (l,5
For
m)
coÌumn
type Þlers, q
oJ
columñ ñecrest oÞÞroochlnç
lrofflc,
For soÌÌd Þlers.
O=Plcce on bock slde
of 12 i3C0) rcll.
3'-0" t iron êñd of Þie.
to oÞproochlñq Troffic.
Ø=g:ZZSI -le. ro 36 (9OO) mox.
Spocê to mlss.oll Þosl,
close-<t
4'-0" 1 oÞove c.own of
roadwoy elevolioñ,
FOR PIERS ON FAI ROUTES
GENERAL NOTES
FOR STEEL RAILS
0ñ oñe-woy +roffìc s+rúctùr€s. Þtoce
nome Þlote on right Side of oÞprooch
6ñd, 0n two-wcy +rofflc strucfures,
Þloce ñome Þla+e oñ rieh't side of
opÞrooch end whiLe lookìñç iñ rhe direclion of ìñcreasìñg stc'ilonlnç.
FOR TRUSSES
Äll dlmenslons ore In lnches (mlll¡meters)
unless otherwlsè showtu
NAME PLATE
FOR BRIDGES
Lelterlng for
6
Lines
SEE DESIGN PLANS
FOR
LETTERING
NOTE
Border ond lellerlnq:
Roised /e (3) , squore cu'i ond noT -fgpered.
NAME PLATE
FOR BRIDGES
ÀLTËRNATE MA-IERIALS FOR WALLS
BRICK MASÔNRY
8
(200)
CAST-IN-PLACE CCNCRÊ'TE
6
(150)
CONCRETE MÂSONRY UNIT
5 (]25)
PRECAST REINFORCED CONCRE'TE SECTION
3
(?5)
PLAN
16 (4C0) uÞleE
Lllome
lherwlse
ncJe¿ crì --
+er
See Þlons lor
ÞlÞe slze.
o
Þl
ens
Cq",
"+e
fìtt, 4
Z
h-2
(so)
I
PlÞe
ì --T--
to be loid on o
grcde of lü
I
mÌnimum
Ii-
=13
I -'T¡
I _i-
SECTION A.A
\-
Precost reinforced
coñcrgle sloÞ
Sond cLrshlôñ
ALTERNATE METHODS
All dlmens¡oñs ore fn inchos (m¡ll¡meters)
unless othgr*ise shown.
sh (melrìc).
INLET
-
TYPE
A
* For precos'l rolnforcod coôcrel€ sec+ions,
lfìls dlÍìenslon moy vcry frôm +he dimenslon
glven +o Þlus 6 {150).
Icp oi
mosorìry
Too of mosonry
ALTERNATE
MATERIALS FOR WÀLLS
Coñçre+e Masonry Uñi+
Erlck
-T tô
concrete
ELEVATION
-
ECCENTRIC
(?00)
3
Coñcrê+e Secfion
(75)
Cosl-lñ-Ploce Concreïe
ELEVATION
PrêcosT reiñf. aoñc. -sldt)
wheñ the paecos+ reinf.
j- conc. sea+ions ollernc+e
f is !se<i.
i
LSond cushion
-
5
I
Mcsoñry
Precost Relôforced
Cast-ìrì-ploce
T
imln.)
6
í150)
CONCENTRIC
coñcreto
slob
f
GENERAL NOTES
See Sfoñdard 602601 for oÞtìcnoÌ
_op.Precosl
Relñ¡orced Concre-e Flol 5,oÞ
ALTERNATE BOTTOM SLAB
@
nrn"a
0.e..'"."+ ot r.oñúÞorrorio¡
All d¡menslons oro Iñ lñch6s (mllllmefers)
unless otherwlse shown.
INLET
-
TYPE
B
ToÞ
of mcsonry
ÁLTERNA'IE
ConÇreTe Mcsonry Uñi+
Coñcrg1g 1;¡,
ECCENTRIC
ELEVATION
.
m)
(1.2
(1.5
m)
m)
Precast Reinforced
4'-0" (1.2 m)
5'-0" (1.5 m)
4'-0" i1.2 m)
5'-0" (1.5 m)
)F
-
(1.5
4'-0"
5'-0"
gosi-ln-Þ1oce Coñcr€ie
ELEVATION
A',-O" (1.2 m)
Brlck M.scnry
Coñcre+e Sêciiôn
T
c
D
I¡ATERIALS FOR WALLS
(mlñ.)
lo
{750)
50
(750)
30
(750)
I'-9-û-i5
,'-9"0.r5
3',-9-0-t5
m
m
m
l0 (750)
t'-9"il.t5 m
5
{I25
8
(20C)
I
(?00)
4 (100)
1125)
6 (t5c)
6
For precosl reìnforced concre-fe sec+ions.
dìmenslon "C" m€y vcry from the dimensjoô
glven to Þlus 6 (150).
CONCENTRIC
Precost reinforced
coñcr'e_le slot)
Sond cushlo¡
GENERAL NOTES
See S+andcrd 6027C1 for deTolls of sieÞs.
See S+ondcrd 602601 for oÞ+¡onôl PrecosT
ReÌnforcad Concre'fe Fto+ Slab'foÞ.
Soôd cushlôñ
All dlmenslons ore ln Inches (m¡lllmeters)
unlôss otherslso shown.
conc. sêc+loñ ôl+ornote
ls
used,
ALTERNATE BOTTOM SLAB
MANHOLE TYPE A
IoÞ of nosonry
I
Ê
t6
--r
If-
l!
E
SieÞs socced
12
t3oo:
to
a+
t6 rqoor
.t.
Precosi relnf. conc. slob
wh6n the Drecost relnf.
conc, sectìoñs ollerncte
is used.
o
Precost reinforced
2
coñcTete
mìn.
(50)
corrcre?e till. I.5 z fiox-
ELEVATION
4
t- \
sloÞ
tô
'//nit
ls
t
ELEVATION
ALTERNATE BOTTOM SLABS
GENERAL NOTES
ÂLTÊRNÀTE
MATERIALS FOR WALLS
ltsg mortor
6Êc er (1yÞ.)
oa
Concrete Mosonry Units
Precost Reinforced
Concre+e Sec+lons
Cos-f
ALTERNATE JOINT CONF¡GURATIONS
-¡n-Pioce Concre+e
T
(mtn)
t25)
4
{lo0)
(1
6
50)
JolnT conflçuro+ìon ond dimensloñs of
flat slob top sholl motch ond flt.fhe
rìser join+ detoil.
Lìf+lñç devÌces sholl be oÞproved by
+he Engiñeer.
Bo+tom slobs shcll be relñforced with c
mìôimum of 0.46 sq, ln./ff, {9?5 mm2,/m)
in bo+h direc+ìôñsSee S'tondord 602701 for details of
mcnhole steÞs,
All dlmens¡ons ore In lnchês (mllllheters)
unless other*¡sa shown.
@
rrr""rs
oæo.r.."r õr rro¡sÞ6.roriÞñ
MANHOLE TYPE A
(1.8 m) DIAMETER
6'
_TyÞlco locc+loñ for
/ lìft1nç device.
Rebor - (tvD-)
ploced ot ôo++om\
_Rebor - {lyÞ.l
/ 9acea a+
bot+om
a
I lo
_l
_T
Bor C
&
ToÞ
ó.tloû ---/
(See Toble)
Bar C
&
+op
bo++cm
(Sge Tabie)
Dlomêf6r
PLAN
Shoving Rebor lìeinforcemenl
'
24
Ho, 6 tNo. 19r bors
(600)
roÞ & bofton
4',-O"
Thlckness
I
(?00)
8
(200)
Relnforcemenf
"Às"
WÌlF
Eoch d¡rectlon
Bor
No.4 (No. 13)
Slze
1.06 sq. In./ft,
(224< sa. mm/m)
(No. l9) 1.83
m
(965)
O.BZ sq. 1a,/f+.1
(1?36 sa. mm/m)
No. 6 9',-0"
{No. L9) 2.74 n
(965)
Na. 6
6',-0"
38
38
Eor C log
& bot+êm (See T€bte)
r tO¡
I
I
I
No. 5 (Nô. 16) bdrs
56 (910) lonq
B
-t
LJse
m9rtor or
seoler i+yÞ.)
SECTION B-B
Bor C
+oÞ
& botÌom
(Sèe Toble)
PLAN
Showing Welded WIre Fob'ric Reinforcemenl
MANHOLE TYPE A
(1.8 m) DIAMETER
6'
ô
No, { lNo. l3) bor
looÞ. Burn off
of+er lñs+oliô+lôn
=
when ñecêssory.
.- Pluç ond seol
offe. ins+oilotion.
\
Bcr
(see
Ðt=
tl
l.h
w
t'i,,oo, ltl
6ro.
mln.
A
il00)
No.4 (Nc. ll)
bcr s
LIFTING HOLE
30 (760) lonç
OR
LIFTING LOOP
TYPICAL
(3 required Þer slob)
PLAN
{VYELDED
PLAN
(RElNFORCEMEN'T BARS)
WIRE FABRiC)
Bor
C
--T
r-l
t
_L
-¿+----rLÌJ
_1
/
l
{Rlser)
ALTERNATE JOINT CONFIGURATIONS
(
,t
or seqler
D
T
(Rìser)
SECTION B-B
GENERAL NOTES
TABLE
$
BAR
-U".
-1
I
C
RelnforceÍìeñ+
T
D
Do
"4"" w.r{,F. Q8
mÌn.
36
(-400J
4'-O"
(1.2 m)
s',-O"
(1.5 m)
6
-9
2p
õY
oõ
3å
+
il50)
.l
6
(150)
È
I
I
eoch'directlon
0.20 sq. ln.,/fi.
{425 sq. mm/m)
0.35 sq. ¡n./ft.
(
740 sa. mm,/m)
0.f5 sq. ln.,/ft,
(740 sq. mmlm)
I
No. 4 (No. t3)
Bor
stze
No.4
Bar
C
-ÊncfhlRadlus
4'-O"
l9
(No. l3) (1,2
m)
(480)
m
26
(560)
No. 5
5'-0"
tNo, i6J (1.5 ñ)
32
(810)
No.5
(No. I6) 1.35
The fla+ slab +oÞ moy be uséd ln ltêu ôf
the +aÞered +oÞs shcwn on Stcñdor¡s
602001, 602Oil. 6C2016. 6C2306, 602401, or
602501 o+ thê oÞ+lon a.f fhe Coôtrôc+or
or wheñ fÌeld coñdìlions ÞrohiÞì+ +he
use of taÞered
All dlmeñslons
+oDs.
org ln mlll¡meters (nches)
unless otherwlse shovn,
PRECAST
REINFORCED CONCRETE
FLAT SLAB
TOP
CAST IRON STEPS
PLAN VIEW
SECTION A-A
ELEVATION VIEW
All d¡mènslons ore ln ¡nches (ml¡llmeterst
unless otherrls€ shown,
@
rrinot"
o"oo.t."nt of
T.dô5Þo.Toriôn
MANHOLE STEPS
PLASTIC STEPS
72 (13) Reinforcemen+ bor
PLAN VIEW
SECTION A-A
ELEVATION VIEW
@
rri""rs
o"o".fi""t ot rroôrÞo.roriãô
MANHOLE STEPS
6 Cusse+s shown
.zt a
/O(:--T---)O\
OO(-
iô¿
tr!
G t]n
/Á
C:]Cf(:-l
@€Ð<=_:>
GCI]O
OLr]C:)
F !-
'ú DÞ\
D
tr
D
tr
tr tTD\
nntr\\
!nDd
I
D
n-n q -J
N !n ¡ !trtr7r
t]_ ?^1
Nn
\\
C)(:__-1-ìO
+hs
tI
r/"
122)
ø
V.
| '/a
{16)
CAST FRAME
SECTION C-C
r578)
,6t/.1159t
sl8l
ï=N\
--1;
*lJ
,
t%
F"*,-ltõì .
l
\:
(Jr StocK:îg tugs
o+ i20"
(oD+lonol)
SECTION D-D
*
Z
il91 (+yÞ.)
SECTION B-B
CAST CLOSED LID
6rcy ]ron
LId
z4-z5t/z
(600-650)
SECTION A-A
Groy l.on
@
rrn"r:
oæ..t*."' or
Tr.¡sÞo.Ì*iÞ.
CAST OPEN LID
Àll dlmenslons qro ln lnches (ml¡llmefers)
uñless oiherwise shorñ.
FRAME AND LIDS
TYPE
1
L-
-1
SECTION A-A
CAST GRATE
All dlm6nslons 016 ln lnches (mlll¡fteters)
unless olherwlse shgwn.
GRATE TYPE
B
q % (16. D'a. 1a.e dñd 5/B\5t/2 tl6^l4ai
so--eo ^o.e 'lor ealvoñizedt/2 lM12)
bolI, nu+, ond wosher.
Curb box odlus+cbte
lron
4t/2 (1i5) 10 9
L
CÀST GRATE
SECTION B-B
CAST FRAME
FRONT VANE DETAIL
'I
|
|
I
efrffiG
3oYø
-'
(77?)
,Y, -oo. E ar
z îad.
|
,{48)rGTt=:
l
I
|,
çn'J!-á
,J
,gv"
(?16)
ALTERNATE CURB BOX
SECTION A.A
SIDE RIB DETAIL
I
J
SECTION E.E
MIDDLE RIB DETAIL
All dlmeñslons ore ln lnchês (mlillmeters)
unlgss olherylse shown.
FRAME AND GRATE
TYPE
11V
Dov/eed coñ+roc+loñ Jolnt
2-No. 4 (No- lJ) bors
{Plcced in p.oloñgolion wifh povement joinis)
conslrucl¡0n op+ion:
1. Form vlîÞ % (i) Thlck
eel temÞtore
_l
Þloced o+ mio-oeÞÎi
(when sÞoce perml+s)
ilil
\
\
dowel bors
Slìort rodius c!r, re
rsJch os eñircñcl
s+reels cña
- siae
romP re+urns).
CÕrìsl'r uc+lcn
joìôt
Coñ+roc
+
jo iñT
a
I
0rainoçe costÌng
oñ
a
\,\,,,
\
l-t:l
\\*l¿rr
l==:l
_l _ _
l-É
tt
tt
I
t"
I
I
15
Pûvemen+ exÞonslon joinl
w¡lh {or !!¡ThoLJf) dowels
(4,5
m)
L (4.5
tu'-."
-O"
(4.5
I
'
m)
I -le
. Ldge of
Dov
e
men +
Bock o
cur
mìd-deD+h).
Þ
.,"1
",,-0,.
I (1.0 m)r
*t.o m
ll
'
| øcCl-r_ l(:l0o) ffiyD.)
eJl=
l
*1¡.-0,,*,.]
' 0.0 n)
'iJ.
{3'-o )
*rlo
.
-'.1
' (3'-0'') ' ÊxÞonslcn-
'
çoÞ
* This dìmeñsioñ sholl be
odJusted to ollgñ wÌth
jolnt on +he odjocent
Þovement
Full deÞ+h & width
I
(25)
- th¡ck
(mln.)
Þreiorme<J exÞcñslcñ
join+ fìllê.,
m)
Gutter floç wid+h
reeuirêd for,
PLAN
ADJACENT TO PCC PAVEMENT OR PCC BASE COURSE
Povemên
Çurb tyÞe.
SloÞè 67
t
onç dowel
bor (Þlocéd o+
@
E
-Ê!
-úE
18 (45C)
wilh curb
-\
Gutter flog
DETAIL (Ð
EXPANSION JOINT
wid'ih
?
(175)
--''
ãI
Tl€ bor
DEPRESSED CURB (TYPICAL)
DEPRESSED CURB ADJACENT
CURB RAMP ACCESSIBLE
TO THE DISABLED
rO
MOUñÎOÞlo CUrÞ ShOwñ
GlhoiliyÞe6 permìtted)
9 (225) whon PCC bose
MOUNTABLE CURB
courso s I
(200)
coùrsê > 8
(200)
10 (250) when PCC bose
TÂtsLE OF DiMENSION5
TABLE OF DIMENSIONS
RÅRRIFR CIIRR
fì
TYPE
ó-Þ.1¿
(Ê-15.-i)
C
I
-lcc
f)
¡
125)
I
45C. t25)
150
{!50 t25)
!5C (ia0
I
ts-i5.60
i00
tð
Þ
224
@
(5û
IYPE
M-2.0b
(M-5.15)
050
tz
I
{M-5.f0)
B
c
z
4
100
r50l
(50)
I
6
4
I
T¿
4
i50
25)
L¿
A- 7?.€,C.
R1
)
I rnors DoÞorñëôr o1 r.onsÞorforio¡
225
4
R1
(50)
J
J
4
3
,25)
(7q)
l
J
:7ql
4
J
rÌ !ir
J
4
l
i25)
M-4.24
I 0.60
M-
24
4
5
5
t¿
b
M-6.18
18
tt-6,24
24
(
2
|
NA
z
NA
b
¿
NÂ
lsô (qo
150
(50)
2
150
2
(5C)
6
050
(5ô)
NA
NA
ls
l:
omlT+ed.
Thlckness gf ÞovemeñÎ.
Lonçltudlncl jolnl tle bors sholi Þe No.6
(No. 19) ot 24 i600) centers ln cccordonce wlth dstoìls for lonçl+ldlñoi coñs+ruc-lion jolnt shown on Stcndord 420C01.
fhe end of the fie Þcr cnd the bock of
the curb shol be moìntoined.
_T
-
ond gúlter coñsTructed odjocenÏ to
Þcc Þovemenf sholl be +he some stoÞe
os'lhe subbose êr 62 wheñ subbcse
A minìmum cleoronce oi 2 (50) between
n
I 'l
NA
5
t6ô)
2
6
(M- l5_451
(M-r5.60)
175ì
NÂ
175)
)
(M-t q- 1ô)
(50)
ADJACENT TO PCC BASE COURSE
WITH HMA SURFACING
(50) (75J
l
J
J
(75)
R2
GENERAL NOTES
The Þo+Tom sloDe of cgmbÌnotioñ curb
All dlmsns¡ons ore ¡n lnches {mllllm€ters)
uñlêss o+h6rYlsê shovn.
n2
- ilg Dor
M-2.06 (M-5.15) qnd M-2.12 (M-5.30)
CONCRETE CURB TYPE B
AND COMBINATION
CONCRETE CURB AND GUTTER
(Sheê+ I oT
2)
0rcincçe ccstlnç
Shórt rodius curve
wl+h cLrrb
b,ox
(^ii
lä+
i ;ls i-J+Ëi,
, :,
,nîa ÍJ=ìSlS
r\
Bcck of curb
o
i__Jìi
l: 1'.',1
Uñdoweled con+rcc+ioñ
ccns+rucf icn ôD+ìorìs:
Fcrm wì1h /s
(31
2 t5?t ðeeÞ, cñd
seol.
+emÞtofe
Sow 2
deeÞ ol 4 +o 24 hours, ond seal,
lnse-t /a (20) ihick Þreformed joiñ+ filler
Ílll deÞTh cñd wÍdTh.
15Cj
2- No. 4 (No. 13) bors
wìth 2 (50) min. cl.
(No.
2-No. 4
13) bors
Þlqced o-f mld-deÞfh
iwhen sÞqce oormttsl@
0rolncge caslfñg
wl+hout curb box
Eock of curb
cuab
.1
,
I
HMA
@
.Effi- .E#il-
Shown
(olher fyÞes permif-l€d)
Hil¿ surJ aciñ9
ADJACENT TO FLEXIBLE PAVEMENT
Pcvemelr-'
PLAN
MOUnICÞLe
li:.
Edge of
Þoveñ0nl
jclñ+ (iyÞ.)
lhjck steel
1
Povereñ+r-lË=*
f,E¡SlS
ôovemen--.lËt
gurfoclñg
Tl
I
ADJACENT TO PCC PAVEMENT OR PCC BASE COURSE
ON DISTURBED SUBGRADE
ON UNDISTURBED SUBGRADE
CONCRETE CURB TYPE
B
ADJACENT TO FLEXIBLE PAVEMENT
@
ur,'oa
osoøm"* or r.onsÞo.roi¡'ì
CONCRETE CURB TYPE B
AND COMBINATION
CONCRETE CURB ANO GUTTER
Top ga+e hinqe
Line Dcsl
f i90" swrñg)
\ ¡ cote ocst
Go+e írcfiìe
S+.
e
I cher-
Plunger rod ond lo+ch wiTfr
provlslons fcr Þodlockìnc ToÞ
qol€
#
hlnge
(18C" swiñq)
Åtre'lchêr
601e lotch wifh
Þ.ovl€lgns foa
FsClccking
S
M
rydTß
L croun¿
VEHICLE GATE
ARRANGEMENT
-\
\
Termlñol (Þulll ÞosT
il"'l
FOOTING FOR GATE
& TERMINAL POST
POST
reçulor
ARRANGEMENT
f
LINE
Dio. some cs
line
PEDESTRIAN GATE
Iension wir'e _
Líne Þost
FOOTING FOR
Llne Þosts
Liñe Þos+
Iornlño1 (corne-
or
eñõ) Þos1
fgo+inO.
FOOTING FOR POST IN
ROCK LEDGE
-rt^
ct
çlj
GENERAL NOTES
ölr
S
tr etcher
bar
I
TUSS ì
rod
(+yÞ-)
;i+
FqÞric
+¡e
sÞoced 14
(350) c-c mox.
clS
:l:
0o
Tr'uss
rod (1yÞ.)
Stretcher bor
(40C m) ond
+lÞ
lô
I
r,n";a
m).
reqlired. tlhen X exceeds I f225), 15 i380),
or Z! (525), then Y sholl Þe õecrecsed
Ll
zlÀ
correspondingly-
n lt:
o+ 8'-O" t2-4 n).
@
qreo+er fhon 660'í200
X + Y sholl no+ exceed 24, 30. or 36 (600,
?50, or9O0), cs cÞÞllcobie. Wheñ X ls 0 - 9
10 - 22i), 15 1390), or 21 {525), +hen Y . 15
{3fS) ond fhe post shotl be shortened os
-T
ol
x 0n uÔêveô çrourìd +his dlmeôsìon
mcy vqíy ÞeTween I (25) min. fo
5 (125) mox. for o r¡ox. dìs+once
of locotioñs
de+ermined by +he Engineer. lhey sholl be
Þl€ced o+ 660'(200 m) ¡ñtervcls be+ween
ÞosTs to which the ends of the fobric
ore cloftìped or hfdwoy belween such
Dosts when the dlstonce ls less +hcñ Ì32ô'
Pull Þos+s shqll Þe Þloced
All dlmenslons or€ ¡n lnches (mlll¡meters)
unless othorwlse shown,
oor..'"."t of Ì.¿ñsÞc.rdliorr
PULL POST
ARRANGEMENT
LINE
POST
ARRANGEMENT
CORNER OR END POST
ARRANGEMENT
CHAIN LINK FENCE
Fabrlc +le sDoced
0.1345
ß.5)
2{
Ihlck
(600)
(typ-)
\
Knuck led
c-c rox.
Strefcher
bcr
Wire foÞrlc +o b,e
woven ìn+o +he lcck
looÞs for lhê en+Ìre
ToÞ
lengfh of pos+.
fe)
teñsloñ
0.O747-fhick
STr'elcher bor
bond sÞoced
14 (350)
Lock
Boltom
teñsloô
c-c nqx.
looÞs
Bcrbed ôr
Kñuckled setvage
ROLL FORMED
SECTION OF BRACE
ROLL FORMED SECTION
TERMINAL
&
OF
METHOD OF FASTENING
STRETCHER BAR TO POST
GATE POST
METHOD
OF TYING
FABRIC TO TENSION WIRES
I INF PSSÌ
5ec+ioñ
P]Þe Type
a
\4e.3)
P'Þe ype I
(kolm)
(
4.O5
H
I
2.26
(¡Ê.3)
6ô.3)
PlÞe Type B 2,375 0-0.
f
Âô ¡t
Pipe Type c 2.375 0-0.
1.875x1,625
11.1
E
1.90 C.0.
{
-F.t 41,7)
I.60
12.74)
2.30
(3.42)
lloñ
Sec
Plpe lype a 2.375 0-0.
1.90 0.0.
C
HORIZON'TAL BRACË5
Sêcflôñ
)
(4P 3i
P¡pe TyÞe
TEiìMINAL POSl
1.90 C.0
(60.J)
Roll Farñed 5'/zx3'/z
(89.ô x 8q.ô)
59. ïublng 2t/2x2t/2
(63.5x63-5)
5,65
(5.43)
PlÞ€ TyÞe Á 1,66
3.11
{ 4 _63)
PlÞe TyÞe I 1.66 0,0.
3.09
(4,60)
PiÞe
fype
H
l.Jlxl.5
(kôl ñ)
0-0,
2.21
(3.38)
1Á? 2\
C 1.66 0-0.
(4
PÌÞe TyÞe
(3.35)
C.Ð-
I
1-66 0.0.
t42.2)
Se6 de'toll
1.3x31-g)
iôñ
\42.?)
t2 .1 1)
(33-3x38-I)
+
PrÞe ryÞe À L66
1.82
Holl Fo.med l7Exl7<
(6.43)
Sec
\?.72t
142.2)
See detall
GATF FRÁMFS
1.83
(42.2)
PiÞe Type C 1.66 c.0.
142-?)
(ka / m)
2.27
3.36)
1.83
1.82
t2.1 t)
GATE POSTS
þo1e UÞenrng
Ì1.
P¡oe Tvôe
tm)
Dôuble
uoïo4
uÞto8
tl.2)
over' 4 10
t1-2)
E
t?-1
over
I
t2.5'
Sizê
(0.0.)
2.t75
To
16
{5,0)
(
tslÞe TvÞe
A
lbs./ft.
kolm)
3.65
(5.43)
Ð. t:
{ 8.6 2)
Slz o
lbs./f+.
(kq/m
¿tz
61.5)
¡
t7
6-2t
(6.43)
c. rð
(8-6ô)
ð.ö9
)
Slze
{Õ.D.)
2.3r5
{6ô_31
2.415
over ð 1o ]Z
r.tö
ovor ¡6 Tô ?,4
3,5
(2.5) (3-6)
(5_ô) (7-4)
{49. o )
u1.28)
176.2J
3_t O)
{8q)
* ¡¡e 3/z x 3/2 (89.0 x 89.0) roll formed soc-flon os de+ollêd moy bê used os go-to
Þosts for sjng¡e gofê up to 6' (1.8 m) and doubte gole up fo lZ, (3.6 m).
(1
ts
(lbs-/f+-)
J.¡¡
_6ì}
4.64
{4
(Â
q1J
5.tul
(8-4q)
CHAIN LINK FENCE
,7
,
Cround liñe
oe of
t/
7)
sloDe
Tension
/
l/
,r/
ltt
wire Ledge of lmÞgrvloqs
*6
Solfd, bcre,
¡lolgrlal
Cornor post cssombly
cooÞer wirê
STANDARD GROUND
PLAN
PLAN
AT STREAM CROSSING
COUNTERPOISE CROUND
(ALTERNATE)
AT
I.IEADIVALL
PROTECTIVE ELECTRICAL GROUNDS
Eôd ôosl
Ex+ro lenoih Þosts
where ñecessary
INSTALLATION ON SLOPES
Thê choln link fobrlc sholl be roptoced by borbed
wlre slrcñds o'f l2 (300) moxlmum cêñ.feas
belween the doubl€ Þosts shown on DE'fAIL A
-
,
! sêd.
ELEVATION
ELEVATION
INSTALLATION OVER STREAM
INSTALLATION AROUND HEADWALL
Highwoy
1:----:l
When the widih of +he cutver.f nqkes It necessorv +o
crclor c Dosl +o The -oÞ cf -re cuverlr o co51 lTon
shoe or o+her devlce opÞroved by.lhe Eñglneer siìol be
wheñ shqwñ on the Þions.
ç Fence
-/
R.o.w.l Lpo.-_-r__-_ç__t
PLAN
,c'l
rJr \ \I
Termla Þos+J
r Êence le
\
I --rtRcrY
Ênd Þos1
Pos+ ñol
cen+ered
36 (900)
in concreie. \
-
for 4'
(1.2
m)
fênce.
3'-6"(1.0 m)for over 4'
(1.2 m) f€nce.
feôce line hos <l choñge in dlrec+ion of 15" or more,
o fermiñol Þc€+ itholl be Þloced os Íjhowñ obove.
lihere onçle ls ess Jhon 15" aod exlsflnç condlilons tequlTe o
fermincl post, +h€y sholl be ploced os dÌrecled by +he Engineêr
When
INSTALLATION AT CORNERS
@
rLr'ors osoc.røe"r
or rróñsDlri.riâô
DETAIL
A
CHAIN LINK FENCE
R.D,t. Þosfs
---7
ts
F.0.W, Þos+s
Ê.0.s. llne
-7
I
I
I
R.C.W. line
R.C.lV.
Þosls
-'/'f'--
--..-
\
ts
R.C.W, Þos+s
R,0.Í. llnê
R.0,fv. Þos1
R,0,W. llne
R.C.W. Þos+
R,0.W. Þo-"ls
' 2 (50)
Whoñ shodow L,ox
ls
used.
Ë.*i
R
-lr
TTT
|tt
I I q3
!-I-]
METHOO B
|
GET{ERAL ÍIOTE
Relnfcr'Çemen+ bors slìoll bè No.3 (No.10) untess
o+herwlse sÞeclfTed.
METHOD A
A Z/ax121/¿ (?Ox3lO) shddow t'ox wiTh beveed edçes,
ond d 7É (5) 'lh¡ck ìnde¡+d+lon moy bô \tsed w¡th +iìe
stondord le++arlnC show¡.
sEcTroft A-.4
Al dimenslonG orê ln lnches (mlllime+ers)
unlÊss cThorwlse shown.
RIGHT OF WAY
MARKERS
Renum-
S+ó¡ddrd Li44-6-
/^(Ð
,/\
v,
(9"
--ù-
0r < ÉACffi >
G)
w2!-Il1C10)-18 wzc-I:.oi-48
û
vl20-I101{0)-48
Or
0r
SHOUIDEB
OPERATIOIIS
Type I or
IyÞe lI bcrrlôodê
L'
\
r
_t
o'
rco
\\12
\u
ioic
tEFf IURÍ{ LAIIE OR CEilÌER
MEDIAf{
e
RÞf6r fo
OPERATIOilS
SIGN SPACING TABLE
Ø Requlrèd:or spe€d )
CÐ
GonilER rslAf{D
OPERATIOI¡S
c+ 50'
TyÞe
(15 rn)
I or
señ+ers. l{lìeh drums cr
Type
Il borrlcodss (re
Ìhe ln+crvcl be+seên devices
be dolbled.
ø
.ìJe flo:eer
G)
Oml+
.:
/\,/\Ct
4C mÞlì.
Coôes a1 25'(11 mr cen+ers _Ècr 250'
(75 m). ACdl+lcña cones noy bo plccod
u6ed,
mcy
!r orly b(Éa 'loççe-
arû
is
Coûes, droms or borr¡cades o+ ZC'(6
cen+er.s lÌì +aÞer.
o
Advdñced orTow board requlred
sÞ6e¿s ) 45 flÞh.
--;N
W21-I110(0)-48 W2i-1a(0)-48
+his si9n vhen medlon Is lÊss +hon
!Cr'(3 m) or íor bl-d¡'eclìonol +!rn lonos.
@
.'@
t
o.
m)
_
\
\,r/
*"."''-'u
GEITERAI
wzo-:,0'-oe
for
ilorEs
rhrs s+ondord ìGil-¡ã;î-ony
+tmo, doy or
t*l*îþ"fir*.1tffi$;*ri"-
.
"'
Colculale L cs folovs:
SPÊED LIMIT
cloÐ ,2
\Çzl
!*rccff2
FOR[ìULÂS
or
¡ess:
E¡ìçllsh
,=!!j
-60-150
{5
mph {80 km/h)
L:(i!)lS)
40 mph (70 km/h)
or
greo+er:
(Me+rìc)
L:0.651W){S)
'=ws'
llld+h o+ oi+sêT
ln +e€t
SYtlB0Lrs
W20-Il0l(Ò)-48 Yl2C-t(0)-48 for
for' 6on+roc+ nìoln+enonce
cons+ruo+lon oñd ut¡lity
worr. areo
@
O
Cong, drlm or borrlcode
þ
StOn
proiects
All dlmensionG oro in lñches (mTlllme+ors)
unlôss o+herwlse shcvn.
oñ por+oble or Þerßonerr+ srpÞorl
URBAN LANE CIOSURE,
Arrow board
*
projecls
(mÊ+erê).
Normol pos+ed sÞeod
mÞh (km/h).
ö
tlorr¡code or drum w¡+h flashlna llaht
a
Flogger s¡+h irofflc
conf.ol slen
MUTTILANE INTERSECTION
3
(
LL
mln.
75)
J¿-6
]o-e
\-
0r onge
o.onç"
CONE
rroc-tsor
ooo-rso,
REFLECTORIZED CONE
FLEXIBLE DELINEATOR
VERTICAL PANEL
DRUM
POST MOUNTEO
.I
ll\,
)'unå,
' l'--6
(l5o)
ffi]gE
lTYPE
I
BARRICADE
TYPE
II
z¡
'i".
(600)
r--=4Åa
124-l
J
BARRICADE
,/
(600
ÏYPE
III
BARRICADE
)
VERTICAL BARRICADE
DIRECT¡ON INDICATOR
BARRICADE
*YJorñlrìç lgh+s (lf .equired)
6ENERAL NOTES
All
hèlçhts showñ sholl be m€osured
obcve
+he pcvemeñ+ surfoce.
Àll d¡menslons or€ ln lnches (mll¡lmeters)
un¡ess oiherwlse shown.
TRAFFIC CONTROL
DEVICES
l8xl8
{450x450)
oronge f1o9s
+
c
Ro^t__-l
l-coxsrqr,c-lcr
I
É
I
I
o
Edge of
'{2.1
'(i.3
m)
min. urtroñ
m) urboñ
!
or fcce
of curb
lt
Elevolfon o+ edge
of
Þoveñe'ìT
POST MOUNTED SIONS
* * wheñ curb or Êoved shoulder ore Þresenl
l-his dimeôsioñ shol be 24 (600) tc Ihe
foce o-f carb or 6' (l-B m) +c The ou-lside
edoe of the Þoved shoulder.
I
limi+s.
sign sholl be êrec+ed oi
+he eñd of +he jcÞ lnless oôgfher job ls
wiThìn 2 mlles (32C0 m),
END CONSÍRUCTI0N
Dovemênt
SIGNS ON TEMPORARY SUPPORTS
)k
c20-1(c)-6036
corsrp¡c'lor
ROAo CONSTRUCTIoN NEXT X MiLES sion shoil
Þo pioced 5OO' {150 m) Ìn odvonce of pro-
ÊlevcTloñ ol edçe
of
I
-END----]
62C-2a(O)-6024
This siçnlñq ìs requíred for oil Þrojects
2 mlles (3200 m, or more :1 leñqtn.
oovemen+
jecf
rl
nrxr x vlrEs I
Duol siçn dlsÞloys sholl be uTltized oñ mu +iLsne hìghwoys.
* * Îlhen work oÞero-tloñs exceed
four doys, +hls dlmoñsioñ shoLl
be 5'(1.5 m) min. If loccled
Þehlnd o+her devlces, lhe height
sholl b€ sufficlen+ to be seeñ bv
HIGH LEVEL WARNING DEVICE
TORK
LIMIT
SIGNING
no-lorisfs.
8 (200) Fed6rol
seriês
C
$TûPr
I
(löul FêÕerol s6rìes
ts
st0
All dlmenslons ore ¡ñ ¡ñches (mlll¡mqters)
unless o+herwlso shown.
FRONT SIDE
REVERSE SIDE
FLAGGER TRAFFIC CONTROL SIGN
TRAFFIC CONTROL
DEVICES
ï-
1
fl
iI.2 nl)
SE
a
I
-7-
"l
E
1_
c
,!
Ët
steÞped or sñoo+h
TYPE B
ROOF OR TRAILER
ROOF
--mmrËõ-
¡¡õft]ffiro
t
lA ml
I
I
L
I
20orl
(6ô
m)
\
LOñSlaUClrOn
ódvônce
worñlñç slçns
Lo
Foce moy be
A
m)
\
,a,l]
,5',11
Gmr r200r1
(60
PLAN
TYPE
oo-^o
weep irotes
.
5, f
{ì,5 m) i
--l -
MOUNTED
25'
----J
r -T -[-[(8 ¡')
t[[[[[[
t[[[[[
[[[[[0
l
ARROW BOARDS
TYPICAL INSTALLATION
SECT¡ON A-A
TEMPORARY RUMBLE STRIPS
ROÂD CLOSEO
fO
ALL TRAFFIC
Reflec+orjzed striÞfnq moy þe omlTted
on the bcck 6ìde of the borrlcod€s.
Ir o Type III borrlcode wilh on ofloched
siçn Þcnel which meêis NCHRP f50 is noI
cvalloble, the slgn mcy be mouñted oñ on
NC|IRP 350 femÞorcry sign supÞort direclly
In fronl of the borrlcode.
All dlmenslons ore ln lnchôs (milllmeters)
unless othorwlse shorn.
ROÂO CLOSED
@
rr;nois
coo.t""nt
'r
r.o¡sÞortolioô
TYPICAL APPLICATIONS
TYPE
III
OF
BARRICADES CLOSING
A
TO THRU TRAFFIC
Refleclorlzed strlpln€ sholl oÞÞeor oñ
bo'fh sldes of the bor.lcodês. lf o
TyÞe lll borrlcode wì+h on o+ioched
ROAD
sfqrì ponel whlch mee'ls NCHRP 350 ls
no+ ovoiloble, fhe sl€ns moy be mounted
on NCHRP 35O femporory s19ñ supÞo.1s
dlrectly ln front of the borrlcode-
TRAFFIC CONTROL
DEVICES
F
I
q
---1 I l-- 3t/z\9o)
l,l
v erll.al
ctrculcr stot
{¡_lr
îmfer
(3.8
6'-3"
l_
on @13
'J
L-2(50)
l-_, '-"'
|
(l
--------V--------r.'
-------rF---------
,r'
.o.
':'
/¡ rtsr
6'-3,,
zzv,
1-Tl
ll lrlH
oro.
,,-connec+lnÇ
a.a'
\lt
+
looÞ bqr
sto+
-_Llfflng slo
-Ltf+rrìa (
II
Y)
:r:
A
.fè
tsol-ì
-" l--li
c.
'ñ--------l-\----:---------V-------r
'l'
_
.t.
I'
I
\l*13
,
\j=
:i:
END VIEW
I
r.571i
SHAPE DESIGN
Inseri wlih oolvonlz€d
.1/2\Mt2)bo
I orìd wosh€r
or êcçes
{oDtlonoll l-ls
m)
-l-
-T--
-lg
END VIEW
(Showinç
r
=|
liftifg slot)
ELEVATION
bors and ver+lcal Þanel boll/lns€ri)
tñ
{Showlnç ccnnecilnç loop
lJ
T--i-iñll"
I I
1
I
t?5i
2 (50)R-
SECTION A-A
LIFTII.,IG SLOT
GENERAL NOTES
lx8 {25x3)
Each F shope barrler sholl be cleorly
morked w¡lh "ILLINoIS F sHAPE", the
UNC
Producer's mork qnd th€ dote of monufociure. The morkfngs sholl be lndented
oñ fhê borrler or palnted theteon wllh
tA t6)
us sld.
x
woterÞroof Þalni./lnk.
The InserT 'fcr láe 1/z {M12) bolï sholl
be coÞable of 3,000 lb 1i3 kN) pull-ou+
sfrength.
1l¿6 (27) I.c,.
2t/2t64) 0.0. x
opprox. I guoqe -(4)
fhlck wosher
Þorrler seÞorc+es oÞÞoslnç ilows
of +rqfilc, mqrkers sholl be on bo+h
sldes of borr¡erSee Stcndord 6350!l Ìor d¡mensloñs of
When
I (25) Þin
'fyÞe C morkor,
CONNECTING DETAIL
Âll dlmenslons qe ln lnches (mllllmeters)
unless othervls€ shovn.
CONNECTING LOOP BAR
ALTERNATE CONNECTING AND
ANCHOR PINS
rE,.d'ul-Eã-Eãi!Ë-[r6t .o*.r
TEMPORARY CONCRETE
BARRIER
No.4 il'io. l3) q
No.5 {¡lo.
-l
Fhr bor
F
I
s1 bor
SHAPE DESIGN
16)
I
No.4
iNo.13)
bor s
5 (No.:6)
bors
No.6
(No.19)
s2 bors
ÞJ
4
-l
(No. i3) bor
1222)
SECTION C-C
51
ELEVATION
(Ro in
No,6
BAR
f or com ên1')
No.6
{No.
s2 bor6
No. 5(¡lo. 16)hl bcr
(No.
s2 bors
19)
PLAN
t5)
.8
I (203)
I
ALTERNATE
s1
BAR
Tsls
l-
=lN
No. 6 (Nô. 19) bor
ALTÊRNATE
Sotrrê ÞlD as
on sh€e-f I
SECTION B.B
ANCHORING DETAIL
52
BARS
TEMPORARY CONCRETE
BARRIER
--------
Sec+ion nodutus
AxIs
lmlnlmum)
S
I Slolnless
I s+eel -
0"050 ln.l (819
+êel
Âluñlñuñ
Axis
A
0.t50 tn.3 {2458
mm3)
nm3)
13
O,lo5 ¡n.3 (1?2o mml)
0.315 In.3 (5162 mm3)
ì
I
I
_-l
,6)
;{
|
9,16
dio.
''Lt]l
\
l(M6)
i1^
I
ll
sl 6
Sl' " - i-llxlË
I
IL]I
I
OÞ +
ioñol
J
re-ÁJ-f
SiÇrì Þoñe 36 (900) wiae
or
{20.5 11.5r
Siqn oonel 36 (900) wl<le or less
less
SUPPORTING CHANNEL DETAILS
5ian Þqnel over 36 (900)
Slqn Þonel ovor J6 (900) wlde
wide
V-t,o"
@
trin.t o"o..t*"nt o1
r.onsÞorloriÞrì
ROUTE MARKER ASSEMBLY
LIGHT OR SIGNAL STANDARDS
OR TELESCOPING
STEEL POSTS
WOOD
WF
Dotrell
qq]F
DETAIL
A
_--V-ro",
Æ
DETAIL
B
[},-
y:::¡;1.
Âll d¡menslons ore ln ìnchgs (mllllmotsrs)
unless otherwise shovñ-
qE
DETAIL
(All sl9ñ Þoñel sìzês)
SIGN PANEL
MOUNTING DETAILS
C
YT
KÎ
rR
lo
I
to
t to
ì\ L\
ro
-\t -
I
ro
@
u;"oi" o"co.'."n' or rronsPc.loriÕñ
PAVEMENT MOUNT DETAIL
@
2x2xYa.,
@
LY<
o
x
(5lx5lvor.)
x !2
3oo)
2t/a
x 2t/. x 60 {57 x 57 x
l5OO)
o
2t/z
x
Zt/z
x 18
x 64 x
450)
o
21h
x
2t/¿
x 36) (5? x 57 x
9OO,
t44
164
@.- \
S*
@l|l
s
\
\
%,t.
-È,
\;
SPLICE DETAIL
x
t7<
\
::
I
GROUND MOUNT DETAIL
ì\
x
44
GENERAL NOTES
a bol+s %
(MlO) hex heod
codmÌum Dlo+ed-
zlôc or
All dlmenslons ore ln lnches (mÌlllmo+ers)
uñless gthervlse shown.
TELESCOPING STEEL
SIGN SUPPORT
NO. AND fY?E OF POST
FÛR SICN Y/IOTH IW)
SIGN
H
'i2
300)
{D)
13
?4
J!
750
J6
q0Ô
B
18
(
450)
1'-6'
..7-3 n)
8',-6" (2-6
u
m)
fl
B
s',-6" (i.7 n)
E
24
-Ë"
B
12-ô
ni
t]
B
B
2A
Â
B
B
B
I
A
(600)
s',-0" 0.5
m)
6',-0" (i.8 n)
30
{1:10)
7',-0" í2.1
@@@
B
m)
I -C" 12.,1 mi
oNE PoST tt{STAttATt0fi
B
Å
B
Ä
B
g',-C' \2-7 ni
IWo PoSt lfisTAu¡Ttof{
5
-C" (r,5
fì)
ß
B
6',C" {i-8
m)
2A
DETAIT OF IIIOUf{TING SIGI{ TO POST
NCTE: M]nlhúñ of 2 bclls Þer ÞÕsÌ roellred
2
ts
2A
a
2A
H
Ct
B
9'-A' iz-i
n)
5',-0,'il-5
m)
GEf{EBAI Í{OTËS
DESICN¡
CurrenT AASHÎ0 S+añdord Speclficofioñs
ior
S+ruc+urc SuÞÞof+6 fcr Hlçhwoy Slcns, Lumt¡otTes
4',-4"
2A
2A
2A
2A
28
2B
?B
29
Trofflc
L0ADINC: fof
orìd
3CZ
m)
8',-4" t2-4 ñ)
For dfomond shaped slqn wlih slde S os shcw¡,
use rêqulred pos+ sl?e ÍoT o sign with W: C.7S
28
t1
B
1.?
2A
5
-,7
2A
Slçnals.
60 mph (35 km/h) wlnd \,êloclty {l+h
çus+ foc+or, normal +o 6lCñ,
SOIL PRESSIRE: Mlnlmum
1,25 Tsl (l2O kPo).
26
Se€ S+ondord ¡2C01:
Þcs+s.
and D = Ì-4S.
olôvable ¡ioll Þr'css,Jro
ror dêlails oi Tlpes
A ond
Âl dimênsiorìs ore lrì inches (nllllnelêrs)
Lrñoss o+h€rwlse shown.
Swllchêd ùni-i$ +o
APPTICAT¡ONS OF TYPES
A&BMETATPOSTS
B
J
tt6t Uole
3 plocês
5/6
\
rzz \-]
\. _,iC,/
I r^\
\ãr
)
i,,.NL:2-s-
Letlers 1,0, oôd I
ore 2
(50)
roìsêd.
PLAN
sor¡es
l)
SECTION A-A
t/zx3th lvl?xï3t
Wosher shlm. Addftlonol
woshêrs shôll be used
/- onchor bolt-
+o level l-he bose when--\
aecessory.
I
Lock woshêr
-T
76 (Mlo) GorvoñÌzed
corrioge bolt.
slo
ÀNCHOR BOLT OETÄIL
POST ASSEMBLY OETAIL
All dlmenslons 016 lñ ¡nches (mll¡lmete.s)
unlgss oth€rvlsê shoun.
BASE FOR ÏELESCOPING
STEEL SIGN SUPPORT
Edçe of Þovemen+
/-
I
Edgo of povgmeñt
-\
vlH tÃ
l= ts!ð
I
i-t¡t,1
t1^
Ji
lo
I=
=
lïhrle
-
As sDecifiêd
UNDIVIDED
2 L^r€
¡tt
Il
t^r€
LANE AND EDGE LINES
ÀÞproxlmolely
onc pororlel
lf presenf.
15'
lo
(4.5
m)
çoTe,
S+d.
(7.6 m)
'
(
i/.6
m)
R
NOTES
As direc+ed by
+he Ençjneer-
The tToñsverse sDreod of lhe "X"
moy vo.y occordìñq to lonê wldth.
0n multl-long roods. ihe stoÞ llnes
siìoll ox+cnd ccross oli opÞrooch
lones ond seporote RXR symbols sholl
be Þloced odjocent to eoch ofher ln
eoch loñe.
yvhen +he Þovomen+ morklnç symbol
ls used, o Þor-tlon of lhe symbol
should bê locoied dlroc+ly odjocoô+
to thê Advonce Wornlng Slgn (Wlo-l)
os pioced by Toblo lt-l, coñditloñ B
of the
MUTCo.
PAVEMENT MARK¡NGS AT
RAILROAD-I{IGI{WAY GRADE CROSSTNG
All dlmensloñs ore ln Inches (mllllmeters)
unìess otherwlsø shoYn.
TYPICAL PAVEMENT
MARKINGS
20' í6 m) ¡ lrÞoñ
50'{!5 m) : rercl
(Be+weeñ orrc?
oñd woad or
Þe+weeô words)
OilLÏ
WORD AND ARROW LAYOUT
Le9end
Heloht
Sl
6'(1.8
ftì)
Smoll
8'(2.4
m)
L
o
ze
orge
2.9 t74)
3.8 {96)
The sÞoçe beiweon odjocent 1e++ers or
nuÍìêrols should be oÞÞroxlmotely 3 {75)for
6' (1.8 m) legend ond 4 (100) for 8' (2.4 m) tegend.
LETTER AND ARROW GRID SCALE
WRONG WAY ARROW
TYPICAL PAVEMENT
LANE DROP
MARKINGS
ARROW
Rlght lane drop arrow shown.
Usê nlrror imcçe for lgf+ lone.
80'o-c.
124-4 n)
,80'(24.4
ë Þ::þ:
t+
€
-
m) o.c.*.
-Þ
lodùcê 10 40' í12.2 t\) o-c. on curves vffh Þos+ed
cr cdvisory sÞeeds of 45 mph (70 kmlh) or tess.
TWO-LANE
,/
TIVO.WAY
*,**
See MULTI LANE DIVIDED dolol
for loñe morker noles_
TWO-IVAY
LEFT
TURN
w 4-2
80'(24.4 m) o.c. through romÞ oTec wheô sÞeclfled
80'124.4 m) o-c.*
:
v
See |,4ULTI LÂNE DIVIÐEo de+oìl
for
loDe
morker noies.
MULTI-LANE UNDIVIDED
-
(:I
lJ?lJ
Ja
*,**
,
+-
,oî11?ro'
lo'rìì
-
i3¡5 m-r*ßii5-il
I
when sÞeclfled
\'
* Redlce +o 40'
112.2 m) o.c. oñ curves where
odvisory speeds ore lO mph (15 kñlh) lower
ihon Þosfed sÞeeds.
FREEWAY EXTT RAMP
MULTI-LANE DIVIDED
I o 80' ó.ô<24-4 r,)
I
I
li
aJti
+\
'
:úr¿'l
-
@
rrr"or" o"oo.t^"nt
SYMBOLS
4O'o.c.,
mrÞ
D
gore norkìñç
40' {12.2 m) a.c.
+hrough first clrve
(ì..
\7
+* Where double lone line morkers ore sÞec¡fìed.
+hey sholl be sÞoced os shown.
(200) lvhi+e
€
+-
I
Yelow strlÞe
¡::::::-
Whlte strlpe
oñe-woy cmber ñcrker
Þ
oñe-wcy crystal morker
a
'lwo-woy ombor m€rker
Àll dlmeñslons ore ih lñchôs (mfll¡hêfors)
unless oiherwlse shovn.
or
TroôsÞorTorio^
RURAL LEFT TURN
TYPICAL APPLICATIONS
RAISED REFLECTIVE
PAVEMENT MARKERS
lTeoTherheod
Conduit
oT
5'
clomÞs
(1,52 m) lnTervols
Two 1,/C No,8 cqbtes
(25) conduff
in 1
Excep+ for-thê chonges
no+ed belgw, defolls for
IYPE A oñd TYPE B servtce
Ins+ollotlons shall corresDoñd-
|
Connoc-tor for ncn-me-iolllc
ProÐer+v tlñe
/-
coñdulI, If required
I {25) Calvoñiz9C
s+esl condui+
Me+er
Clrculf breoker'(50 omÞeres) in
wecthe.Þroof onclosure (NEMA4X)
The followlnç equiÞmeñ1 Ìs +o be-furnìshod
ond lñsfolled on +he TYPE C lñs+oltoìlon,
% Colvonized corìduif
(!3)
@
,'s
ln colaul- (e,ec---c coDe,
No.6,2/C exceDr w'lerê o_iE.wlsê
=Coote
sÞoclfled)
@=
_-
Grourìd clon'p
Golvontzed
wifh beñd
steol condutf 1!/.(j2)
O= Golvonlzed condutf clomÞs
@= Alumlnum wectherÞroof box wlTh
goskefed covsr- lTeotherÞroo-i box
sholl Þe lnstolled foclnc fhe odiocenf
ÞroÞerly llne- (Sêe dloçrom for
To conlrêllor
olterno+e lnstollotloñ.)
l.lo.6 bcre
coDÞer wlr
ALTERNATE INSTALLATION
(lñs'follo+ion shen weo.fherproof
box connot be inslc|ed focing
+he adjocen+ ÞroÞerty lÌne,)
@= Groun¿ slud for ñeutrol coñnecllon
Crouôd rcd
@ = Servlce coÞles
O= Of+se+ weoiherproof fT.trlnq
@= C¡rcuì+ brêoker
TYPE
A
TYPE B
TYPE
C
All dlmeñslons ore ln lnchôs (m¡¡timeters)
unless otherwls6 shÒ{ñ-
ELECTRICAL
sERv I cË- INsr Ãf I ar
DETAILS
Io
r.r
LCalvonlzed
s+eel hooks
(
lt
C
@ú
È
ol
voñl
z
ed
A
l=
o
(56C)
^
,/¡
s+eel hooks
^(frn
I
Nonmetalllc
coñdui1 bell
0
c
-\ê-
Ê
ELEVATION
J
PORTLAND CEMENT CONCRETE
-J
Frêñch
droìñ
,bo""-ç-tc¡Ã),è
,I mln. "Oõ
.(2C0)
Cij_a (
:l
ELEVATION
COVPOSITE CONCRETE
ffiüÊ,85!
ELEVAT ION
PORTLAND CEMENT CONCRETE
HEAVY DUTY
Âll dlmensloñs orq In lnchôs (hllllñefêrs)
unless o+horwlsè shovn-
HANDHOLES
¡
I
I
I
i
I
1
cl=
-ll!9
I
I
I
L
Colvoñl
sieel
z ed
hooks
!1.22 n)
{1.2?
Noñmetolllc
coñduit bells
Nonme+olllo
coñdull
bells
m)
rencn
drôlô
ELEVAT]ON
ELEVATION
PORTLAND CEMENT CONCRETE
COMPOSITE CONCRETE
Al¡ dlmgns¡ons orô ¡n Inches (m¡lllmeters)
unless o+hgrwls6 shown.
DOUBLE HANDHOLES
Coor<linotôd phose
/-
ïîï
Bcrrlers
\
7----.-_
z-\
----1U
,/.,\
-_____1-8_j
P6
Å*Å
. €Ð
r\J
al
-)l
-l
LEGEND
LÅ
Coordinoted
I
,n""" 'f
MAJOR STREET
ô
@,tr
Vehiculor Þhose ûo. x
@
Fedestrion phose no.
rÐ (Õ aD)
Rlght'lurñ overloÞs
x
where:
@[email protected]
@=o.o
[email protected]
@[email protected]
NEMA
No+Ìonoj Elec+rlcal Monuf
Assoc¡otloñ
oc+!rêrs
STANOARD PHASE DESIGNATION DIAGRAM (NEMA)
læì
v
¡rrt.o;s 0êÞ..rnêñt
ot I/.ñsÞoÉroriãô
DESIGNATION DIAGRAMS
AND PHASE SEOUENCES
looe
)) r L-
r
,.____€ò-----*
,
il1
G\__j F4)
19?
)r' t
\__
L,/¡r
*-€
/-O
t
I
xt^l
r_ö
L
VAJOR STREEI
r-___@_--*l
Q/___\ '-____g!)-+ '
'ì i(
t(3)l
ì \¡\ (t
I
\__
- .|l*l ó ._-€
vr---*
T r-O
(P8)
I
t2\-
I
öóöl
6
,G\
\¡tl
Ylv r+-t
I
(1*t
v
-----(ry
.____t9-
^
^
-:
'---1b,
fìL
.6À
-----\9i
aî- J , -J1\
\1-l
\/
{?å$
A
v\
.---{9*
X/
ô
l?t
t
Ã
¡ -___15 b_,¡-
t:l
^ ó
\l-
_))
l@@
\_
¡
,t ---<Ð
I
I
'____-tà-+'
I
¿'l
ll---_e;-l lr rtll
@.8
r
@
r----@_*,
/Àal^
rñ aò rô lù
I
9-r
(2I+ dò
*--13,
dò
-r
MAJOR STREE'Í
i- **l
tatét
!--9- Hóeóó!
tl
l__ill lll
PHASE DESIGNATION DIAGRAMS AND CORRESPONDINC PHASE SEOUENCES
-
VehÌculor Dhose no.
x
Pedestrloñ Þhose ño.
x
Rl9ht turñ ovgrlcps where:
@[email protected]
@[email protected]
[email protected]
@[email protected]
NEMA
Notloñol Elec+rlcol Mcnufocturers
Assoclô+lon
DESIGNATION DIAGRAMS
AND PHASE SEOUENCES
UPS CABINET
lìv er I er
,/
Chcrçer
TRAFFIC S¡GNAL {NEMA) CABINET
Power
Mcnucl
Tronsfer
Byposs
Relcy
Switch
Noiê: The Þcwer
+TonsfeT reloy may
bo Irìt€rñolTo fhe
Inverter /chorçer.
Bctferies
SINGLE LINE BLOCK OIAGRAM
UNINTERRUPTABLE
POVTER SUPPLY (UPS)
See DeToll "ti"
See De'toìl "4"
Recess€d cover
Handhole cover
EquÌÞmeô+ çrouñding
conductor
-
U.L. lis+ed
to
double hondhole,
direct burio
splice kif
-
Hondhole frame
Io Þole or oost
Cos+ corñer
frome
weL)
Hsovy-du+y
ilo,6
Hcndhole cover hoñdle
controller
comÞression J
fêrmlnol
AIVC
equipmeñt grô!ñdiñe
conduc+cr íçreen)
/
\
DETAIL "A"
BONDING
COVER
A
&
Heovy-duty coñÞr êsslon
\ +erñlnol wl+h stalntess
L sTe6l ñu+. An+ì-côrroslôrì
comÞound sholl be oÞÞlled
'lo +he ossembly.
Siolniess steel bol+, ñut,
\ ond +wo woshors. Antlcorrosion comÞouñd sholL
Þe applie<l to-fhé ossembty.
DETAIL
"8"
HANDHOLE
FRAME
6roundlng elec+rode
conducfor
frome
ond êover
EquÌÞmen
f
I'
t/2 x lt,/1
f
113
ueouy-ou+y comÞresston
lerrnlnol (+yÞicol)
x
31) stelnless
sieel bolt wilh
sÞllt lock wosher oñd nylon In€er+ lockouf
welded +o frore oñd'to cover (fvÞÌcol).
Añll-cÒrrosion coñrpound shall be opplfed
/q x lC'(19 x 3.0 n) copper
-to.Joch cssemÞly.
clod groùñding elec+rode
GROUNDING
A MAST
ARM POLE/POST
(:
<6
/A
\@@
Ínors oooo.roe"t of rronsÞôrlorim
I{EAVY-DUTY
COMPRESSION TERMINAL
L
(rs) comD size
All dlmenslons 016 In lnches (miü¡metsrs)
unless othervlgg shown.
TRAFFIC SIGNAL
GROUNDING
&
BONDING
lb (4.5 kg), I sq. fi, (0.09 so.
¿--9:9 LOne-o
or oelocÌoT
Note: Ihe lenon Iop sholl supporf
o þullhorn fllllng wlth teo (twiñ)
veriicolly moun+ed lumlñolres (clomÞ-
TENON TOP FOR VERTICAL
@
3.85 so.
fl-,
(0.36 sa.
Þolo ccp
-- j\
I
BoT ctrcte
F
loD e)
/-\-(see
'r-x \/
I
noùnted bullhorn ossonbly wl+h
removcÞle Þole coÞ occep+oble).
Eoch luñlnolre sholl welqh 100 lb (45 kg)
ond hcve on effecTlve Þrojec+ed IEPA)
oreo of
m)
55 lb (25 kq). 1.6 sq. f+, (0,15 sq.
-l - --r-<--r-
EPÀ Luminolre
I
Truss ty9e orm required on
m) or loneer lumlnolre
m).
12'(3,6
mqs+ qrms (uÞ
to 15'i4.5
rlt
---
m)mox.)
The Þloñs
l2'(+yD.)
Thls slgnol head only for
orms 36'(10.9? m) oñd
(3-e mi
8'(ñlô.1
t2,4 ß)
loô9er.
8'(mox-)
t2.4 n)
2.5'x2' (7Íiox{t00)
I
3x5 (75x125) Hondhole
I wiTh fromê oñd ôover
I
.5'x8' (750x2-<
Þcne
m)
I
ANCHOR ROD DEÏAIL
Surge Þrc tecfor
{metol oxìde
vcrìslor tyÞe)
2 - l/c No. i0 XLP
- use cobles +o
Pole hoñahole
lumlnoire
2 - Pole fused
dlsconnecT, unless
4x8 (100x200) Hoñdhole
with frôme ond côver
loco+ed oÞÞoslfe of
oôccmlnç trcfflc
6rouñd
opÞo sl
HigñesT Þoìñ1
cf povemeñi
IVAST ARIú LENCTH
BOLT CIRCLE
ANCHOR ROD SIZE
16' fhru 20'
(4,8? m +hru 6.10 m)
l5
(380)
lt/2 x 5'
{38 x 1.3 m)
22' lbru
(6-71 m
l8
50'
-thru 9,14
mi
32' +hru
(9.?5 m
thru
40'
12.20 m)
(450)
l8
thru
55'
16.80
Ly1
x
\
l_
Boll covor
Crouûd luq
6roundÌng elecircdê
conduc
(535)
(44 x 2.10
2.10
x
tor
POLE BASE DETAIL
(4 reouírod)
GENERAL NOÏES
Slçñol heoõs, slqn Þoñèls. oñd oIñer'
ot+ochmen+s ore showñ for ñìñinum
deslgn locdlnç Þurposes only. Each
slgnol heod sholl welçh 80 lb (36 kç)
ond hove o Þro.¡ec+ed crêo ol
14.7 sq.
f+,
(1.37 sq.
m).
qre ¡n ¡nchês
unlêss oth6rwlsê shorn.
7'
(44
tY¿
m)
e
Pôle
lt/2 x 5'
(38 x I.5 ñ)
(450)
42' +hru
{12-80 m
+
sÌn91e pgLe +ype ìs
sÞecl'i Ìed.
All dlmeñsloñs
m)
7'
m)
sh (metrlc).
(mllllmetors)
STEEL COMB. MAST ARM
ASSEMBLY AND POLE
16' THROUGH 55'
Boij-€ry
cob¡nei
bose'....."*
TOP VIEW
TOP VIEW
No.5 bor€
coÞper wlre
Cround
clomD
F¡nlshed
grode llne
24 t'C]:Sauqre çr
24 (6iJ0)
Ciome'e'
Condui+
./
/
/
/ {;(ôJ
/ rod
TYPE
d
6round
Ground
Côndui+
A
TYPE
TYPE
C
D
roR cffiõli¡oururuo
CONTROLLER CABINET
Al¡
dlnenslons qô ¡n lnches (mflllmeters)
unless otherrlse showñ.
CONCRETE
FOUNDATION DETAILS
quonTliy of onchoTrods os soecììfed. \
,4^
/".'9JS-ì--T:
ol
o-
s no. rsr
No.6 (\o.':9i 'e¡>arJ
Êquoll/ spoceo
O
r.¡o.
|
l-+-@;r:@
X\-l-|"/
\è-f 4-7lr
Mds+ Arm Lêng+h
I
-Y
O Foundotlor A FoundoTlon
0eÞth
*
fhoñ 30'(9.1 m)
10'-o" ß.o m)
Greo+er thsn or equol +o 13',-6'¡ i4-l m)
L€.ss
6 (19)
24 (6ô0)
I
6
(900)
30
(750)
t2
L2
(900)
l0
(750)
36
(900)
30
{?5C)
m)
Greoier lhoñ or
copper
wlTe
sleel
mesh
Rebors
1750)
36
ond less thon
Slze oj
6
m)
m)
Rebors
(6001
l5'-0" (4.0
40' (12.2
u'-0"
ouan+i'iy of
2{
Greoter flìon or equol to
50'(15.2 m) ond uÞ to
l5'-0" (4.6 m)
q5'llÂn
^\
G)
{?50)
m)
tla t
ireoler thqn or equol to
5falnless
D¡ometer
(3.4
À^'
Nc.6 bore
O sÞ¡rol
30
30
36
30'(9.1 n) oñd less +hcn
TOP VIEW
D¡oneter
eqL¡ql To
56'(16.8 m)ond less +hôn 21',-0" (6,4
m)
42 (1060)
36 i900)
CreoTer thon or equol +o
65' (19.8 m) ond uÞ 'lo
25',-0" (7.6
m)
42 (1060)
36 (900)
(19)
I t22J
f
\22)
I6
8
(25)
t6
I
(25)
It/z Eevel
(401
Ffnlshed
çrode line
CÀ
iE
trô
¡+ oì
"*
âc;
o+ ¡
!
cc tr
u:
uì
* For sïondord ond
comblnoTloñ mos+ orm ossembl¡es. Foundo+lon deÞths for
s'fondqrd duo¡ mosf orms wl+h +he longest orm lençth upto qñd ¡ncludtng
55' (16.8 m) shall bê lncreosêd Þy l, (0.3 m) of +hof shown lñ +h6 tobte,
bos€d on the loñg€r of th9 Two orms.
I l2Z5) Fo(nod
toÞ belov
grado llne
Zt/2Çondult
(êl)
-
*\-
Cônôr6+e
c+
-er-
o
Cround
trø
.04
Zø
l..ho. r'ods, quonil+y
ond slze os spoclfled.
These foundoilon dep+hs ore for slf€s whlch hove cohes¡vê solls (cloyey sll.f,
sondy cloy, e+c.) olong +he leñgth of the shoft, wl+h on overoge Unconftred
Compr€sslve Strengfh {0u) > l.O t6f (I00 kpo}. Thls s+rêñgih sha| be vêrtfled by
borlng dofo pr¡or to construcilon or wtth Tesllng by the Englñeer durtng
foundatlon drllllng. The Bureou of Brldçes & Strlc.lures should be contocted
for o revlsed d€slgn ìf other condl+lons ore encouni€red,
No. 5 (No. 16)0r
No. 6 (No. 19) ¡sÞq¡
o<tuolly spccêd
No. 4 splrol w¡ih 5 pllch
(No. 13 sÞlrql wftb 150 Þltch)
3 LooÞs mln. +oÞ ond bottom.
Loops shall be sÞoced 2 {50)oÞorf.
TYPE
E
CONCRETE
FOUNDATION DETAILS
Pole Þlo+e wlth
s+ojnless stèe
Fiñ^acle
///-
boñds
Terhìnol
comDor tmeñ+
ì
_--l
f.offìc
u
POST MOUNTED
TRAFFIC SIGNAL HEAD
Pole Þtoie wì.th
POST MOUNTED
POSÌ
bôñd s
MOUNTEO
PEOESTRIAN SIGNÁL
f \
HEAO
F.-J=a
ONE
TI{O
TVAY
rr
H
tii
WAY
BRACKÊT MOUNTED
TRAFFIC SIGNÀL
Slolted tube
vlnyl Insert
HEAO
Têr
mi
ñol
ccnÞor tmeñt
Þonds
.-
!
BRÁCKET MOUNTED
a,t
5ignol brocke-f
oluninum Þoie
Pole Þlole wlth
s-iolnless sfeel
stoÌnlôss sleel
PEDESTRIAN SIGNAL HÊAO
Steel or
signol
TRAFFIC SIGNAL HEÀO
BRACKET VOUNTEO
TRAFFIC SICNÀL HEÀD
wl+h
ONE WAY
TWO ITAY
Hlgh-sTr erìg+h
s+olnless s+eel
ba nds
alum¡num olloy
clomo
Stoinless sfeel clomÞ s-trops
or stolnless s+eel u-ÞolTs
Se-i sc.ev/s
@
rr'or" ooco't.."t or rroñspo.roriÞ.
Lower orm wllh
botÌom cover Þlofe
for wlrìñ9
STEEL MAST ARM MOUNTING
TRAFFTC SIGNAL
MOUNTING DETAILS
AÞproved
seoler
wlth
ãÞÞaÐved seèLer.
-
CurÞ qnd oulier
(where lhsfolledÍ
PLAt\¡
?ï
min. sloÞe
teword
DETECTOR LOOP LEAD.¡N
hocdhelù
DETËCTOR LOOP INSTALLAT¡ON
Loóp FÌre in
Þ1âsiic +!Þe
sEcTIOt¡ Â-r
ÑOTE
LoèP rlre. shçl¡ +ollow sow
èu-i to bottomi formlno
sLck secflöû ot
O = fscd-tn
@. Le¿o-tn
O = L.u¿-ln
coÞlê (s'hqt6 Þolr
gr
JoJñt.
ñultlçrctrt
cdblé shleld
€.€blõ ghtèld drotñ-wlre
@ = leoa-tn c€blÞ insutoted ¿otrductor
go." conduefor
6.
@ . Looo qire lñ fuÞo
O .
@.
O
Lnqp wirs lng.ulE+ed cÕnducl'or
lwisteO ond resin selÉered conductÒr
= El€Ç'lrlÇÕl taÞe lnsulo+êd splce
@ . R¡gl¡ mota
@ = WoterÞroot anõ dletectrlç reslñ
All dl¡nens¡gñs tr6 lñ lnclìôs (mil{meters)
unless othgrylse shoun
LOOP ITIRE AND LEAD-TN CABLE SPLtrCE
DETECTOR LOOP
INSTALLATICINS
To hondhole or
Junc+ìoô box
-lo hondhole or
E
junctlon
E
box
g
5
ò
!
p
õo
p
.9
õ
To hqn<ihole or
I
c
Tcr hondhcle or
junctioñ
box
Þ
juncf¡on box
s
:t
!
+
o
c
o
c
ô
o
0)
c
o
ItÞ.]..
FOR POINÎ DETECTION
FOR PRESENCE DETECTION
SHORT LOOP
LONG LOOP
l(l.8
m)
|
FOR PRESENCE DETECTION
MULTIPLÉ LOOP IN SERIES
SLOT PLAN
To hcndhote cr
¡l
I
FOR PRESENCE OEIECTION
OUADRUPOLE LOOP
junctioñ
box
ls'l
Iil-B
ml
I
FOR EXIENDEO-CÀLL DETECTION
SHORT LOOP
All d¡menslons ore ln inches (mllflmsters)
unless othgrv¡se sho{n.
ÏYPICAL
LONG LOOP
WIRINC DIACRAM
LAYOUTS
FOR DETECTION LOOPS
moy be omi++ed
\-SIgn
wheô di-"+oncÊ iò less
\
\ +h.ñ :50
r45 m)
ñ)
'5ô {as
\ho¡
\?-NH2o-'3ro
)/Éos\
\*orl
\r/\
I
1\
"/,/
j6
,/
\
l{zo-j(tF16
H20-l{0)-16
\
noro
(É6Ð)
X'X
vj
I
(
1CC0',(300
Gof{DrTtoft
When
GEIIERAT ÍIOTES
Type III ljorrlcodôô cnd R1l-2-483C slgns shol be
pcsl+lonod os shovn l¡ "Rcod Closod Tê Âll lrafflc"
de+cll on H¡qhwoy Slondard l0l9o1.
I
dls+once frcm closùre +o crossrood
is less +hô¡
15OO'i15C
ñì)
lwc Typo À Low In+Þn.si+v Floshinç Llçhîs shol be
usêd orr eoch opprooch ln odvcnce of +hê work
oreo durlno hours Õf dorkness. Cne IIgh+ shol be
lñsfaled obove +he borr'lcodeE ond 'lhe o+hor' obove
tho flrs+ odvo¡ce woTnlnç slçn,
slçns sholl be pos+ moun+ed if lho cicslre
excoods fouT dqys.
À¡¡
+îme
Al¡ w€rnlnç slgns sholl lìeve mlfllmum dlneñslons of
36 x:16 1300 x 90C) o¡a hov<ì o bôck ¡eqend on oñ
orqnçê ref¡ec+orlzed baôkçround.
All work zôno sfons ore roqulr<jd io moo+, c6 o
mlnlmum, fyÞe I rêfloctlv¡+y
1091-2 ln Artlcle 1091.02 of
rۍLrlremonls of Toble
lhe Slondard
SÞ€cÌflcô+lons.
Shen fluorescgot
noT requlred,
slqÞs oTe !seC, orcnge fldq6 oro
Longf+udl¡ol dfmensfons mcy be odJus+ed +o fl+ fleld
coÎ'¡DtTtoil il
Wlìeô dls+rncc +r'oÍ¡ clôsuTo 10 cr'ossrcod
ls qreoler _lhan 1500'(450 n)
iho <il6+oñc6 bolwoon +he barricado on<l lhe
ln+ersêcilon ls b,e+ween 1500'145C û) ond 200C'
(6C0 n), +he odvoFcs s¡gn shoLl bê ploced o+ +hê
Whon
SYMBOTS
vTvz
All d¡meñslons ore Irì lichÊs (mll¡lm€+ers)
uness o+herwl-gô shôwn.
TyÞo
=
2\
lnlersec+lon. uhen +he dls+cncê bo+vesn the
bcrrlcode cnd _fhe lntorsêc+lon ls over 2000'
(600 m). an odõlllonol slçn shcll be placed of'lhe
lÍì+ersec+lon- The oddlfloñol sign sholl cfve +h€
dls+ance +o the borrlcode ìn m¡les or fToafions cf
d mlle.
¡II
Sorrlcodo
TYPIGAL APPI¡C,ATIOI{ OF
INAFHG COI{TROL
SlQf witn l8xl8 (450x450) nkr.
óronqo floo o++oohêd
DEVIGES
FOR COISINUfiION OiI
NURAL IOCAL IIIGHWAYS
FLAR€ BEHITO 5IOÊIALÍ
\
T.E.
= -J
-
reaul.ed ìl
consfructèd
ìì+-.--i
ourside
Row
-s"lí",
--(typ¡col)
Ytl2o) P-E-J-i'-. if
-odloceôt
\ órlv€voy
i,
to
P-C
PERSPECÏ IVE
E
TABLE
]
URBÄN ENTRANCE OESIGN CONTROLS
ELEI/EN
¿
wiDTH
3v;
-t
NON.COMMERCIAL
MÂX. CRADÉ
.WAY OPERATION
(3.6 m) MIN.l24'{7.2 m) MAX.
{W)
ìADIUS ÊOUIVALENT
t.@
\"^
COMMERCIAL
Ï
l:l
FLARE {F)
;'{1.5 ml
MIN.
)5'(7.6
m)
MÄX.
5'
2-IIAY
4'{7.2
m)
MIA
l5'{10.? n)
MAX
(4-6 m) MIN.l4o'
5'(4-6 m)
MIN
40'(12.0 m)
MAX
ü2.o m)
a'/
(CI
MÀ¡
æ\
OPERATION
(4.3 m) MIN.l24' {7.2 m) MÄx.
6,/-
Ø5
: 56€
:zõo
FLARE B€HINO S¡O€IALK
(F) = See plone
TABLE
xdbS
&
I
PLÄNS
& I
Poy lim¡ts
of
PCC
GENERAL NOTES
R6fer to Stotê Sroñóoré {2{OOt for rexlurin9
disoÞloõ occ€ssiÞility desiçn €lêments.
The sldêvo¡K oreo locoteõ wilhìn Tñe Þoy tiftits of
P.C.C. Driv€voy Povemênf will Þe of the softe thicKness
ond construct¡on os th€ P-C.C.oriv€woy PovcftênT.
33+Ñ
y4tzat P.a.J.F. ttJei¿o)
&i ,7-yiro,
P.E.J.F.
('ypicoD
combinotioñ concrgtê curÞ & Guttor shoil Þe deÞressêd
in occordooc€ w¡Îh Sfoñdord 606001.
I
--oõ
çì?ã
ond orher
4.
dg€ of pov€menl
ÊxceÞtìons io the rod¡us florelp.oÞêrty
¡in€ retotioñsh¡p
or€ os shown ìn th€ Þloñs for commoñ eñtroncês. vith
jolntly €xecut€d occess Þêrm¡ts.
.;õËP!
aî, -õ
õj
¿
Nñ
6
ll daNf$
6a lñ ¡nct!¡
ú$as gtlvrl¡a
æÎad,
J
I
I
STATE OF TLLTNO|S
DEPARTMENT oF TnaNspoBTATtoN
USBAN Ef{InA¡¡CËS,ACCESSI8I¡
ÌO IIIE
fon cu¡8ut{E stDEnalJß
dÍ{t-¡¡
DßAAIED.
9¡.
lF2
CI þ.
f
T.E. reauir€d ¡f construcred
outsid€ of ROw
Poy llmlts of P.C.C- or¡vevoy Po
TooleO
P.C.C, S¡dêwotk
relìêf
when (Wl ) 20't6.lm)
exisl¡nç,
1C) .--
¿-' _/
¡
f<t2ôt
Å
a-...-,--'--
__----_:_____'-\
Y4t2o) P-E.J.F.
_l
--'-
Y.<2ú P-Ë-J-F-
SECÏION B-B
4 çl<rzot
SECTION C-C
f d|'Wf6
úa lñ llÈa
úda$ otharvle æta<t"
SÍATE OF ILLINOIS
DEPAßTMENT OF TRANSPOFTAT¡ON
un8ÀN EûnaNcEs.accEsst8t.E r0 n& otsaBlrt¡,
foR cunButtE stDtwAtxs
.,-.,F1.,,2,:ltJ
to¡tñt.r¡l
FLÂRE B€HII{O
SIÍNIALT
\
=
T.E.
-
r€ouired if
COñSlructed
oursidê
----/
2
Row
--%í1,
typÌcol)
I
y¡(2o) P-E.J.F.. if
-odjocênf to
\.ørivêvoy ¿--/
z
TABLE
P.C.C.
1
UR8ÄN ENTRANCE OESIGN CONIROLS
COMMERCIAL
ÊLEMENT
NON.COMMERCIAL
L-WAY OPERATION
wlDlH
(w)
ìAOIUS EOUMLENT
MAX, CRAOE
lil
FLÂRE (F)
2'(3.6 m)
MIN
4'(7-2 ß)
MAx.
4', (4.3 m) MlN.l24', (7.2 m)
5'(1.5 ñr
MIN.
¿5'17-G m)
MAX
5'(a.6
2-WAY OPERÂIION
MAX.
m) MIN.l4O'{12.0 m) MAx.
l4'(7.2 m) MIN-l35'(lo-7 ñr
MÀt
S'(4.6 m) MIN,|4O,il2.O m)
MAx
PERSPECTIVE
6Z
(G)
=H
ØE
:lop
ã4=
9=f
=úz
ff_:
að-
õg!
FLÄRE EEBINO SIOETALK
(Fl
See plans
TASLE
F = see
PLANS
&
I
\
0(0). non-comftèrc¡ol
36(900). commê.cìo¡
& TABLE I
5¡devolk
PCC sidewolk
GENERAL NOTES
Pôy liñifs
' of Pcc
dr¡vevov
poue'e^i
ð:E
y4t2o P.E.J.F. (Typicor)
ä'u
I ì.
---i-,1 \.
I I \
---i-\
|
Refer to Stote Stoñdorõ {24001 for Iexturinq
occessiÞ¡lily desiOn elemenls.
Seporolioñ r¡dtò. 5êe plons,
norñol mlñ.: 16{900)
|
=ó-
2.
fhc siõe*olK oreo locoted v¡thin the Þoy timits of P.C.C, Driveyoy
Povemeñt w¡ll Þe of rhe some thickness oñd constructioñ os the
P.C.C. 0rivêwoy PôvsmêôtCombinol¡on Concrêtô CurÞ & Cutler
wilh Stoñóord 606001.
shott Þe depressed ìn occo.Oonce
Excêpt¡ons to th€ roõius flo.ê/ÞroÞe.ty tiñe .etotìonshiÞ 6ae os
showo ìñ thê Þlons for conmon êñtronces, wìth jointly êx€êutsd
occêss Þ6rmiTs.
llmlTs of PCC dr
å^à
ond other disob¡eõ
totnoo' curb helghi
L-,
[*
to'€r
a
9G -ø
PLAN
õ
X dllæ|oÑ
ça ln ¡nÒOt hn|trrtrrd
|fls
oll!.ulg
@ta<L
rÉuovÉ cuFB co¡YiÁcfroN
STATE OF ILLINO¡S
DEPARTME¡¡T OF TRANSPORTATION
UNBÄN EI{TRAilCES, ACCESSIB¡,-E IO II{E D¡SA8T"ED.
FON SEPA¡ÀIED SIOEWAI-KS
-.- .,^s,!;,1.9^i
gCT¡E
cúrY ldåäsl*
T.E.
foutsld€
r€aulred lf constructêd
of ROW
I
Poy lim¡rs of P.C.C.or¡vêvov povehÊñi
çl,tzo:
_.-,.1
<--------
Y.t2cl
---"'-
I
P.E-J-F-
SECTION B-B
r
RoÌ
SECTION C-C
,ü d¡@N¡@ qa ¡n ¡6a!
u{a& ottErr¡$
ætaê
STATE OF ILLINOIS
UßSAI
ENTRA]iCES, ACCESSIBÌ¡
IO IIIE
FON SEPARAIEO SIDEU'ÂIÍS
OISABIEO,
sf.2ø¿
(ñnlmtcrd
Poy l¡mìts
of
INLEÍS, ÍYPE G-1,
SPECIAL
2 - .{ (.15) bors - l2 (3.65n)
toñg
't
c
Jt
'.--'JL
ll
2 - '4 {.15) bo.s-
/l/t-
ll'{1.35m) rong
il'(3.35mr
lono
I
s
-
E
I
åo
Frome ond çroie
(Se€ Gen€.ol Notesl
I
l2(300J
Crotê ryo€ See pron!
I
H
^
Sei from€ lev€r /. t2ol oetow
of 6dçe of pov€ñeôi
êÌ rh€ Int€rsect¡on of (L of
/ -€¡evolJon
/ lnlet rr¿me
-l tt¿l12
I (100¡
3.
l{ 1356) ñin. for
7 {178) opcniñq
|
I
oor
/
I
/
l--Èo€e 01 Þovemên1
thìckness
bó
(.15) bors
Þd
9
9õ
==ì
-J
Frome ond grote
(See Generol Nofes)
;-
S€ê Þlons
;
GENERAT NOTES
õqõd:
ÈÈoõ:
l.
E5ó.âa
2.
ELEVATION
(ffiNt)
-
3.
In¡et constTuclion sho|| be ¡n occordonce w¡th Seclion 602
of the Stondord Specificot¡ons.
Comb¡notlon Concrete Curb ond Gutter sholl be constructed
in occo.donce with Sectïon 606 of the Sioñdord Specificct¡ons.
See oístrlct CÁÐD Stondord 604OOt-04 for frome ond grotes.
õÞ!9P
9
qa lñ hcl|a
& d¡môr[N
lfl3r
ôtÞrrl¡.
ærd-
lÉvlsÉo
lo
2001 sPEc.
SfATE OF ILLINOIS
DEFAFTMENT OF TRANSPORTAIION
IÍ{IETS. TYPE G-I. SPECIAT
tñlÍÐlar¡¡
l
Coñc.etè oÞron
{5-8m) lona
Storm se*e.
l2 (3oo)
s
:
:::_{___
xpoñsion Joini {ST0. 50600¡)
LonOitudlno¡ Jolnl
ExÞoñsion Joini (STD. 60600I)
Edqo of Þovemenl
Coôfrol poinl for
Iñl€r ElevoTion
d
F9
ä:
2 - '4 ('15) Þor5 - l9'
{5.8m) tonç
ll€ Þors {ST0.6o600lt
Coñlrot Þoint for
inl€1 êl€votioñ
Frofiè ond 9ao1€
(Sôê Cen6rot Nôt€s)
e5
[2 f]Ôo)
lñiñ
ço
¡ .õ3
; 9P ¿
9 9;5
ó
àú
o
çðd
9
G.ote type -
Set fromê tev3I oôd ol
olevotìôñ of edeê of Oov€f,êntñø inrorseclion of q of
/aat iñtèÌ f.õñè
I
I
dqe of Þovemeni
L{ (356) min. fo.
I (l?8) op€ninq
4 (.15) òors
ð
>,ic
9;:9t
owõo
Frome ond çrole
(Seê Ceneror Notes)
eblãe
E; o,.
xóò!*
õ" õÀ i
rP;õ3
å õò¡-
GENERAL NOIES
..¡;;
l. In¡et consfruclion shot¡ Þe in occordonce with Seclion 602
of the Stondord SÞecificotions.
2. ComÞino+ioñ Conc.ete Curb & Gufler sholl Þe constructed
in occordoñce wìth Seclion 606 of The Stondord Spec¡fìcot¡ons.
3. See DÌslricf CÁ00 Sloñdord 604001-04 fo. frcme ond g.otes.
¿ec9P
FRON'Í ELEVATION
9
& dlll@¡w
ds
ot*tls
¡ENU!, A-4.01, NEf FÊVIS¡0N å0f
STATE OF ILL¡NOIS
DEPABTMENT OF TBANSPORTAIION
[{tEfs,TYP€ G-t Oou3tr
.._ .."
ü
i
.^- ". t
I
qa ¡n lôfr¡
(d¡mtúd
m1d.
curl
t.iä?- T*
? -'4
('15) bors
f9'15.8ñl long
Bock of
z'/-
z
Slorm s€wêr
12 (300)
s
curo tiae
l
ComÞ¡not¡oñ
cnd gutter
5
ExÞoñslon joinf (ST0. 60600L)
l
d
2Longitudinol joiôI
tie bors
'{
('¡5) bors -
l8'(5.5m) toôç
lST0:606001)
crole fyÞe
From€ ond qrote
lse€ Ceôêrol Notes)
See Þloñs
-
Set frome levet y{ (20) Þ6tow
_€levotiôn of eéQê of oovene^1
ot the inlorsêcΡon of q of
/
intel frome/
€
[2
I
(30ô,1
I
óo
õ+
r!
Eõ9ê of Þov€mêñl
L4 (356) mlô. for
I (178) openlng
I
oor
(.15) bors
óJ
=6
{150)
==-
::-É)L
(7s)
L3soñd
cushlon
GuiIer flagl
ELEVAIION
(5tDE)
ptons
-9
CENERAL NOTES
l. lnlet constructìon sholl be in occordonce with Section 602
of the S'tondord Specificofions.
2. ComÞinotion Concrete Curb & Gulter sholl be consfructed
in occordonce with Section 606 of lhe Stondord SÞecificotions.
3. See Dlstrlct CADD Stondo.d 604001-04 for frome ond g.o+es.
sb3ø.1
õ9p9:
Þr9tx
FRONT ELEVATION
I dlll@¡@
u¡la{ ottrls
STATE OF ILLIÍUOIS
DEPAiIMENT OF TRANSPORTATION
u{urs. twE È1 troutLE
qa
sct¡ù
sPEctaL
¡n IÈ¡
@1aé
tdt¡ÐlarJ
Fromé ond grote
(56ê Cênêrot Not
I
----j:-
'zso'
-_---
S€t frômê ¡evel
ot elovotion of
of Þovem€nt ol
inlersêcT¡on of
¡nt€t from€.
Grote tyÞè Se€ Þ1ons
I
Coñcre1
2 - '4 trlst Þors - 12'
I
(1,65m) ¡oñg
odae
the
E of
¡4 l.l5) Þors
EOg€
l4 (356) min. for
7 (178) oÞ€niñç
ôné
of povement
d
L¡fting holê
or IooÞ (typ.)
/
\-
12.
(3.6;;)
Aójustmeñ1 courses,
l;n;
Þrick or concrê
bricKi 4 (!O0) m¡n.l
I (200) mox.
Paecost re¡nfoace!
êoncr€tê flot sfob toÞ
(Sêe oistrlct CADo
Stoñõoró)
Exponsioñ JoinT (STDr 60600I)
õ
sreps of t2 (3oo)
fo 16 (4OOl cts,
JoiñT (STD¡ 606001r
Edge of povêmenl
(Cost lron Sf€psi
5T0. 602701) .rt
I
I
9
v
Loôqitudinol Joinl
TIÊ Sors lST0¡ 606001)
Conlrol poìnt fOr
inlef ê¡6vôtioô
óE
d-
s.3
õ
;øa
Frcme oîd groTe
(See Genêrôl Noles)
Crote Type
-
-Edgê of poveñeni
See ploñs
Concrete
Cost-ln-Þloce
ELEVATION
(SIDE¡
S€e plons
elevoiions
PrecosT reinforced concrete
flot
sroÞ rop (See
CAoD Stondorõ)
oistrÌcl
Prêcôsl r€inforced
12 {50}
R
GENERAL NOTES
Soñd cushlon
l.
art
2.
i
Soôd cushion
3.
Cost-iñ-ploc€
4.
Þr€cost r6inforc6d coñc.€f€ seclion
olt€rôote is us6d.
Inlet'monhole coñsfruction shol I be
in occordonce wìth Section 602 of
the S1'ondord SÞecif icot¡ons,
ComÞinofion concrete curb ond
9utter shol I be construcled Ìn
occordonce wiih Section 606 of the
STondord SÞeci f icot ¡ ons.
See Disfricl
CAoD Stondord 604O0l-04
for frome ond grofes.
See 0istrict
CADo Stondard for Þrecost
.einforced concrete flot slob toÞ.
9
t0-99
IEV¡SION
IO
CENER¡L
ÌOIEs
SÍATE OF ¡LLINOIS
DEPAETMENT OF TNÀNSPORTAIION
tl{t
Ef-{rAr{Íou.
TYP€ G-r
¡¡ (fdl.alqE
øa Iñ lñçta¡ (dlt@iar5)
dl$
otlrrlsa
æla¿
scÍd
J
TYPICAL IREAÍIIE¡|Tí
Comme.c¡ol Eniroñce or
Non-Commerciol Enrronce
IutTr-LAtÉ ürTH
CCCTG
-.....-l-i+
Unsignolized
CCC&G
-¡-¡+
tage
Edge of Povene¡¡ J
of PovenantJ
,.@Sa"
$
õ
sro
Tsooor,
SÞeêiol Note
@
See soeciol notê
3
(Tyoìcol - No edg€ stripê
adloce^t ro
CCC&GI
//
I
I
/-@Se€
GoÞ MorKìngs
ol PuÞllc StreeÌ
sT0
SÞêclol Not€ I
sT0 78000t.
?80001.
TYPICAI- IREATIENT¡
gGNTLEED NTERSECTOIiI
FLUSH PAVED MEDIAN¡ ÏWO-WAY LEFT TURN L^NE
LEFT TURN LANE AT SIGNALIZED INTERSECTION
WITH ONE.WAY
TYPICAL P YEI¡EilT TARÍII{G LEGEI{O
{Note: This is o District Slondord L€genó.
nol oppry lo sÞeciflc Þroj€cf,)
Some elemeñTs moy
o
(^
o
I
4(100) Solið (Yêllow'
4(100) sôr¡¿ (whirê)
2-6(150) Crosswolk
2-€l2OO) Crosswork
(l.,
61150)
@
@
8(200) sorid {Íñ¡1€)
o 6 -6" Qm)ñ¡ñ C.-C- úhi1€)
o 6'-5" (2nhiñ C.-C. $h¡têt (vhêô troffic slgnols orê pr6sont.)
hjli|¡f r-arå;---=Ëi j¡ñise6sÞ€ciorNor€r)
5kiÞ-Ðosñ lwhì16)
r¡t€o@is shoeñ ôn Std.
t2(loor Oiogoñor (whir€)
o
2¡(600) 51oÞ Bor
$,
Le11èrs &
@
¡rLoo, sxip-oo.n
@
l?(loo) oiooonor (Yê[ov) (5eê ToÞr€
, 3j,
,
Ár.o*s
rsce srd.76000¡ onó sÞêcí6r
Noi.s 2 &
r)
J*'C
{lt) {f¡00)
*acr sr
lthils)
78OOO!)
rvuro,r
Ðoùblê sol¡d lYelow)
orREcrroN^r orMÉxsror
l6ÌËñ;]--r-r-rr-.\i9,ã
Ä)
(see sp€ctôr Noro l)
sFEcl^L loÌEs
l. Sklp-oosh morklngs rlll b€ c€nlerêd Þ6tve€n
Þoth ends of c¡ty blocks ond sholl Þ€ pìoc€õ
¡ñ ollgnñenf iroñsvêrsly ocross lhe povemeñt.
ry
2. The followiñg sholl oÞÞly to orrows locoted ln
one-voy lefï furn lones¡
A. A min¡mum of tvo (2) orrows is required.
8. lhe moximum spoclng betreen orrovs
is 80'(24 m).
C. Arrows sholl be eveñly spoced If three (3,
or mor€ orê r€quir€d.
l.
Refer to Stote Sîonoord 780001 for odé¡tiono¡
å orrows.
Pov€menl Morkinqs ¡ñcluóiñg letters
2. See Plons for Povement Mcrkìñgs oéjoc€nî lo
csrÞeõ ¡sloñds oñd medlons. onõ lhrough ¡on€
r€ouctions.
3. lh€ followiñg shon oÞply to o..or poirs locoted
in twô-vôy lêft turn lonês:
A. A m¡niñum of tvo {2) orrow po¡rs ¡s .equlr€d.
B. Thê moxlñuñ sÞoclñ€ Þotvc€n orrow polrs
ls 2OO'(61 ñ).
C. A.row poirs sholl b€ ev€nly spoc€õ if thro€ {3)
oa ñorê ore required.
0. Ihe sÞoclng betws€ñ 8i oìrectionol Lôft Turn
Arrôws ls 33'(lO m).
1x280) c.-c.
STATE OF ILLINOIS
OEPARÎMENT Of IñANSPOFTATION
TYPICAL PÀVEMEiIÍ ilANßNGS
$Ì. lrz
TYPICAL TREATMENT:
(fyÞlcol - No eog€ s1.lÞ€
oöioceñ+ ro CCC&C)
_CCC&C
/
:---_-:LOge Ol Povemenf/
--6r..
sp".-mor.
¿!t""
se€c¡or Norc
I
t
0iogonol Whêñ
Width = 36{900)
B€gln diogonol
r width=36(9O0)
Edg€ of Povem€n1
ÏYPICAL TREATMENI:
Unsigñotizêd
PuÞlic STre€l
SIGNALIZEO INTERSECTION
TYPICÂL TREAIMENT:
z-LANE ÍIITH SHOULDER
FLUSH PAVED MEDIAN: RESTRICTED LEFT TURN LANE
TABLE
A
RECOUUENDED SPACINC BEIIIEEN DIAGONÂL LT{ES
SP€ED
lls
L¡UII
Thq 50 nph
R^I{GE
kñ/hl
50 - a5 npò (50 - ?0 kñ/h)
ovar {5 ¡Þh (70 Rñ/ñ¡
TRÀFF
IC T-5
(5O
c0rr¡}{njs
¡IÌER5ÊC¡IO¡ CßlrtELlZ^ltort
(lM.
f.tth lrolltld
fr
l¡adlo od L.ft lrn Lq
¡ñlaaórEll@)
50'rt5d
t5' Q5.nt
15'(5il1
¡5o' ta6ñl
lo' (!h
20'Gñ)
8€gln dìogonol rhen
& d¡tt@l@
da Iñ ¡ñôa¡ hlllæfar3l
|*S
Ot¡üIls
Þta¿
STÂIË OF ILLINdIS
DEPABTMENT OF TFANSPORTATION
TYPICAL PÂVET|EI{T MARI(NGS
.^*.,"$*,3-TJ