ŝƚLJŽĨDĐ,ĞŶƌLJ ĞƉĂƌƚŵĞŶƚŽĨWƵďůŝĐtŽƌŬƐ ϭϰϭϱ/ŶĚƵƐƚƌŝĂůƌŝǀĞ DĐ,ĞŶƌLJ͕/ůůŝŶŽŝƐϲϬϬϱϬ WŚŽŶĞ͗;ϴϭϱͿϯϲϯͲϮϭϴϲ

  1RWLILFDWLRQRI,QWHQWWR%LG

  3ULRUWRVXEPLWWLQJDELGDILUPLQWHUHVWHGLQVXEPLWWLQJDELGDVD3ULPH&RQWUDFWRUPXVWFRPSOHWH DQGUHWXUQWKLVNotification of Intent to BidIRUPQROHVVWKDQWKUHHFDOHQGDUGD\VSULRUWRWKHELG RSHQLQJNotification of Intent to BidVXEPLWWDOVZLOOQRWEHSURFHVVHGE\WKH&LW\DIWHU30WKUHH  FDOHQGDUGD\VSUHFHGLQJWKHSXEOLVKHGOHWWLQJGDWHSubmittal of the Notification of Intent to Bid VKDOOFRQILUPD&RQWUDFWRU¶VLQWHQWLRQWRVXEPLWDELGDQGVKDOOVHUYHDVWKH&RQWUDFWRU¶VUHTXHVWIRU WKH&LW\¶VAuthorization to Bid12%,'66+$//%($&&(37('81/(667+(&2175$&725 +$668%0,77('7+(127,),&$7,212),17(1772%,')250$6:(//$6,'27%& $1','27&(57,),&$7(2)35(48$/,),&$7,21:+(163(&,),('  )RUELGVUHTXLULQJ,'273UHTXDOLILFDWLRQILUPVVKDOOVXEPLWWKHLUFRPSOHWHGAffadavit of Availability (BC 57)DQGIDOT Certification of PrequalificationDORQJZLWKWKHLUNotification of Intent to BidIRUP  7KH FRQWUDFWRU VKDOO FRPSOHWH DQG UHWXUQ WKLV IRUP WR WKH IROORZLQJ HPDLO DGGUHVV WVWUDQJH#FLPFKHQU\LOXV7KLVIRUPVKDOODOVREHXWLOL]HGWRGHVLJQDWHDSRLQWRIFRQWDFWIRULVVXLQJ DGGHQGD8SRQUHFHLSWRIWKH1RWLILFDWLRQRI,QWHQWWR%LGIRUPWKH&LW\ZLOODFNQRZOHGJHLWVUHFHLSW DQGSURYLGHWKH&LW\¶VAuthorization to BidYLDHPDLO   3URMHFW Green over Boone Creek Rehabilitation   &RQWUDFWRU   &RQWDFW1DPH 7LWOH    6LJQDWXUH    (PDLO    3KRQH    )D[    'DWH         dŚĞŝƚLJŽĨDĐ,ĞŶƌLJŝƐĚĞĚŝĐĂƚĞĚƚŽƉƌŽǀŝĚŝŶŐƚŚĞĐŝƚŝnjĞŶƐ͕ďƵƐŝŶĞƐƐĞƐĂŶĚǀŝƐŝƚŽƌƐŽĨDĐ,ĞŶƌLJǁŝƚŚƚŚĞŚŝŐŚĞƐƚ ƋƵĂůŝƚLJŽĨƉƌŽŐƌĂŵƐĂŶĚƐĞƌǀŝĐĞƐŝŶĂĐƵƐƚŽŵĞƌͲŽƌŝĞŶƚĞĚ͕ĞĨĨŝĐŝĞŶƚĂŶĚĨŝƐĐĂůůLJƌĞƐƉŽŶƐŝďůĞŵĂŶŶĞƌ͘

RETURN WITH BID

County McHenry Local Public Agency City of McHenry NOTICE TO BIDDERS Section Number 18-00000-00-BR Route Green Street

Sealed proposals for the improvement described below will be received at the office of City of McHenry – Public Works 1415 Industrial Drive, McHenry Illinois 60050 until 11:00 AM on June 1, 2018 Address Time Date

Sealed proposals will be opened and read publicly at the office of City of McHenry – Public Works 1415 Industrial Drive, McHenry Illinois 60050 at 11:00 AM on June 1, 2018 Address Time Date

DESCRIPTION OF WORK Name Green Street – Bridge Rehabilitation Length: 165 feet ( 0.03 miles) Location Green Street over Boone Creek, City of McHenry, McHenry County Proposed Improvement Bridge rehabilitation, water main insulation removal and replacement, bridge removal and replacement, watermain bracket replacement, lowering of watermain attached to bridge, refurbish existing bridge railing

1. Plans and proposal forms will be available in the office of City of McHenry Public Works: 1415 Industrial Drive, McHenry IL 60050 and at the City website: http://www.ci.mchenry.il.us/index.asp?SEC=590EFF1A-B7B8-405D-8398-C7A70F44A7F7&Type=B_BASIC. Address 2. Prequalification If checked, the 2 low bidders must file within 24 hours after the letting an “Affidavit of Availability” (Form BC 57), in duplicate, showing all uncompleted contracts awarded to them and all low bids pending award for Federal, State, County, Municipal and private work. One original shall be filed with the Awarding Authority and one original with the IDOT District Office. 3. The Awarding Authority reserves the right to waive technicalities and to reject any or all proposals as provided in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals. 4. The following BLR Forms shall be returned by the bidder to the Awarding Authority: a. BLR 12200: Local Public Agency Formal Contract Proposal b. BLR 12200a Schedule of Prices c. BLR 12230: Proposal Bid Bond (if applicable) d. BLR 12325: Apprenticeship or Training Program Certification (do not use for federally funded projects) e. BLR 12326: Affidavit of Illinois Business Office 5. The quantities appearing in the bid schedule are approximate and are prepared for the comparison of bids. Payment to the Contractor will be made only for the actual quantities of work performed and accepted or materials furnished according to the contract. The scheduled quantities of work to be done and materials to be furnished may be increased, decreased or omitted as hereinafter provided. 6. Submission of a bid shall be conclusive assurance and warranty the bidder has examined the plans and understands all requirements for the performance of work. The bidder will be responsible for all errors in the proposal resulting from failure or neglect to conduct an in depth examination. The Awarding Authority will, in no case be responsible for any costs, expenses, losses or changes in anticipated profits resulting from such failure or neglect of the bidder. 7. The bidder shall take no advantage of any error or omission in the proposal and advertised contract. 8. If a special envelope is supplied by the Awarding Authority, each proposal should be submitted in that envelope furnished by the Awarding Agency and the blank spaces on the envelope shall be filled in correctly to clearly indicate its contents. When an envelope other than the special one furnished by the Awarding Authority is used, it shall be marked to clearly indicate its contents. When sent by mail, the sealed proposal shall be addressed to the Awarding Authority at the address and in care of the official in whose office the bids are to be received. All proposals shall be filed prior to the time and at the place specified in the Notice to Bidders. Proposals received after the time specified will be returned to the bidder unopened. 9. Permission will be given to a bidder to withdraw a proposal if the bidder makes the request in writing or in person before the time for opening proposals.

Printed 5/4/2018 Page 2 of 6 BLR 12200 (01/08/14) RETURN WITH BID

County McHenry Local Public Agency City of McHenry PROPOSAL Section Number 18-00000-00-BR Route Green Street

1. Proposal of

for the improvement of the above section by the construction of The Green Street Bridge Rehabilitation project over Boone Creek

a total distance of 165 feet, of which a distance of 165 feet, ( 0.03 miles) are to be improved. 2. The plans for the proposed work are those prepared by BLA, Inc. (333 Pierce Rd, Itasca, IL 60143 and approved by the Department of Transportation on 3. The specifications referred to herein are those prepared by the Department of Transportation and designated as “Standard Specifications for and Bridge Construction” and the “Supplemental Specifications and Recurring Special Provisions” thereto, adopted and in effect on the date of invitation for bids. 4. The undersigned agrees to accept, as part of the contract, the applicable Special Provisions indicated on the “Check Sheet for Recurring Special Provisions” contained in this proposal. 5. The undersigned agrees to complete the work within working days or by October 5, 2018 unless additional time is granted in accordance with the specifications. 6. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals, will be required. Bid Bonds will be allowed as a proposal guaranty. Accompanying this proposal is either a bid bond if allowed, on Department form BLR 12230 or a proposal guaranty check, complying with the specifications, made payable to:

Treasurer of City of McHenry The amount of the check is ( ).

7. In the event that one proposal guaranty check is intended to cover two or more proposals, the amount must be equal to the sum of the proposal guaranties, which would be required for each individual proposal. If the proposal guaranty check is placed in another proposal, it will be found in the proposal for: Section Number 18-00000-00-BR . 8. The successful bidder at the time of execution of the contract will be required to deposit a contract bond for the full amount of the award. When a contract bond is not required, the proposal guaranty check will be held in lieu thereof. If this proposal is accepted and the undersigned fails to execute a contract and contract bond as required, it is hereby agreed that the Bid Bond or check shall be forfeited to the Awarding Authority. 9. Each pay item should have a unit price and a total price. If no total price is shown or if there is a discrepancy between the product of the unit price multiplied by the quantity, the unit price shall govern. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price. 10. A bid will be declared unacceptable if neither a unit price nor a total price is shown. 11. The undersigned submits herewith the schedule of prices on BLR 12200a covering the work to be performed under this contract. 12. The undersigned further agrees that if awarded the contract for the sections contained in the combinations on BLR 12200a, the work shall be in accordance with the requirements of each individual proposal for the multiple bid specified in the Schedule for Multiple Bids below.

Printed 5/4/2018 Page 3 of 6 BLR 12200 (01/08/14) RETURN WITH BID

SCHEDULE OF PRICES

County McHenry Local Public Agency City of McHenry Section 18-00000-00-BR Route Green Street Schedule for Multiple Bids Combination Letter Sections Included in Combinations Total

Schedule for Single Bid (For complete information covering these items, see plans and specifications) Bidder's Proposal for making Entire Improvements

Item No. Items Unit QuantityUnit Price Total

21101625 TOPSOIL FURNISH AND PLACE, 6" SQ YD 35 40603335 HOT-MIX ASPHALT SURFACE COURSE, MIX "D", N50 TON 48 40700100 BITUMINOUS MATERIALS (TACK COAT) POUND 28 42400200 PORTLAND CEMENT SIDEWALK 5 INCH SQ FT 137 42400800 DETECTABLE WARNINGS SQ FT 24 44000157 HOT-MIX ASPHALT SURFACE REMOVAL, 2" SQ YD 60 44000300 REMOVAL FOOT 115 44000600 SIDEWALK REMOVAL SQ FT 137 44300200 STRIP REFLECTIVE CRACK CONTROL TREATMENT FOOT 93 50102400 CONCRETE REMOVAL CU YD 34.7 50300225 CONCRETE STRUCTURES CU YD 2.00 50300255 CONCRETE SUPERSTRUCTURE CU YD 22.5 50300260 BRIDGE DECK GROOVING SQ YD 320 50300300 PROTECTIVE COAT SQ YD 469 50800205 REINFORCEMENT BARS, EPOXY COATED POUND 3450 56100700 WATER MAIN 8" FOOT 16 56109420 DUCTILE IRON WATER MAIN FITTINGS 8" 45.00 DEGREE BEND EACH 2 60600605 CONCRETE CURB, TYPE B FOOT 115 67100100 MOBILIZATION LSUM 1 70300220 TEMPORARY PAVEMENT MARKING - LINE 4" FOOT 1325 78008210 POLYUREA PAVEMENT MARKING TYPE I - LINE 4" FOOT 514 78008230 POLYUREA PAVEMENT MARKING TYPE I - LINE 6" FOOT 324 81400730 HANDHOLE, COMPOSITE CONCRETE EACH 2 K1005481 SHREDDED BARK MULCH 3" SQ YD 35 X0325497 STRUCTURAL REPAIR OF CONCRETE (SPECIAL) SQ FT 334 X0327611 REMOVE AND REINSTALL PAVER SQ FT 203 X5090810 PEDESTRIAN RAIL (SPECIAL) FOOT 10 X5610708 WATER MAIN REMOVAL, 8" FOOT 23 X5630708 CONNECTION TO EXISTING WATER MAIN 8" EACH 2 X7010216 CONTROL AND PROTECTION, (SPECIAL) LSUM 1 X7015005 CHANGEABLE MESSAGE SIGN CAL DA 90 Z0012164 BRIDGE DECK MICROSILICA CONCRETE OVERLAY 2 1/2" SQ YD 335 Z0016200 DECK SLAB REPAIR (PARTIAL) SQ YD 32 Z0018400 DRAINAGE STRUCTURES TO BE ADJUSTED EACH 2 Z0041895 POLYMER CONCRETE CU FT 4 Z0062456 TEMPORARY PAVEMENT SQ YD 15 CONCRETE BRIDGE DECK SCARIFICATION 1/2 INCH SQ YD 335 STAMPED COLORED CONCRETE SUPERSTRUCTURE CU YD 9.8 REMOVE, REPAIR, PAINT, AND REINSTALL RAILING FOOT 158 REMOVE AND REPLACE WATER MAIN BRACKETS LSUM 1 REMOVE AND REPLACE WATER MAIN INSULATION LSUM 1 HOT-MIX ASPHALT SURFACE REMOVAL (DECK) SQ YD 549 BRIDGE CLEANING LSUM 1

Printed 5/4/2018 Page 5-1 BLR 12200a (01/08/14) RETURN WITH BID

County McHenry Local Public Agency City of McHenry CONTRACTOR CERTIFICATIONS Section Number 18-00000-00-BR Route Green Street

The certifications hereinafter made by the bidder are each a material representation of fact upon which reliance is placed should the Department enter into the contract with the bidder. 1. Debt Deliquency. The bidder or contractor or subcontractor, respectively, certifies that it is not delinquent in the payment of any tax administered by the Department of Revenue unless the individual or other entity is contesting, in accordance with the procedures established by the appropriate revenue Act, its liability for the tax or the amount of tax. Making a false statement voids the contract and allows the Department to recover all amounts paid to the individual or entity under the contract in a civil action. 2. Bid-Rigging or Bid Rotating. The bidder or contractor or subcontractor, respectively, certifies that it is not barred from contracting with the Department by reason of a violation of either 720 ILCS 5/33E-3 or 720 ILCS 5/33E-4. A violation of Section 33E-3 would be represented by a conviction of the crime of bid-rigging which, in addition to Class 3 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be barred for 5 years from the date of conviction from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation. A violation of Section 33E-4 would be represented by a conviction of the crime of bid-rotating which, in addition to Class 2 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be permanently barred from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation. 3. Bribery. The bidder or contractor or subcontractor, respectively, certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois or any unit of local government, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent, or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. 4. Interim Suspension or Suspension. The bidder or contractor or subcontractor, respectively, certifies that it is not currently under a suspension as defined in Subpart I of Title 44 Subtitle A Chapter III Part 6 of the Illinois Administrative Code. Furthermore, if suspended prior to completion of this work, the contract or contracts executed for the completion of this work may be cancelled.

Printed 5/4/2018 Page 5 of 6 BLR 12200 (01/08/14) RETURN WITH BID

County McHenry Local Public Agency City of McHenry SIGNATURES Section Number 18-00000-00-BR Route Green Street

(If an individual)

Signature of Bidder

Business Address

(If a partnership) Firm Name

Signed By

Business Address

Inset Names and Addressed of All Partners

(If a corporation) Corporate Name

Signed By President Business Address

President

Insert Names of Officers Secretary

Treasurer

Attest: Secretary

Printed 5/4/2018 Page 6 of 6 BLR 12200 (01/08/14)

Local Agency Proposal Bid Bond

Route Green Street

County McHenry

RETURN WITH BID Local Agency City of McHenry

Section 18-00000-00-BR PAPER BID BOND WE as PRINCIPAL,

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

WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said PRINCIPAL is submitting a written proposal to the LA acting through its awarding authority for the construction of the work designated as the above section.

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

IN THE EVENT the LA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph, then the LA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above, together with all court costs, all attorney fees, and any other expense of recovery.

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

Principal

(Company Name) (Company Name)

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

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

Surety

By: (Name of Surety) (Signature of Attorney-in-Fact) STATE OF ILLINOIS, COUNTY OF I, , a Notary Public in and for said county, do hereby certify that ( Insert names of individuals signing on behalf of PRINCIPAL & SURETY) who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instruments as their free and voluntary act for the uses and purposes therein set forth.

Given under my hand and notarial seal this day of

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

Electronic Bid Bond ID Code (Company/Bidder Name)

(Signature and Title) Date

Page 1 of 1 BLR 12230 (Rev. 7/05 Printed on 5/4/2018 1:34:05 PM

Apprenticeship or Training Program Certification

Route Green Street Return with Bid County McHenry Local Agency City of McHenry Section 18-00000-00-BR

All contractors are required to complete the following certification:

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

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

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

I. Except as provided in paragraph IV below, the undersigned bidder certifies that it is a participant, either as an individual or as part of a group program, in an approved apprenticeship or training program applicable to each type of work or craft that the bidder will perform with its own employees.

II. The undersigned bidder further certifies for work to be performed by subcontract that each of its subcontractors submitted for approval either (A) is, at the time of such bid, participating in an approved, applicable apprenticeship or training program; or (B) will, prior to commencement of performance of work pursuant to this contract, establish participation in an approved apprenticeship or training program applicable to the work of the subcontract.

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

Printed 5/4/2018 Page 1 of 2 BLR 12325 (Rev. 4/07) IV. Except for any work identified above, any bidder or subcontractor that shall perform all or part of the work of the contract or deliver and install proposal solely by individual owners, partners or members and not by employees to whom the payment of prevailing rates of wages would be required, check the following box, and identify the owner/operator workforce and positions of ownership.

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

Bidder: By: (Signature) Address: Title:

Printed 5/4/2018 Page 2 of 2 BLR 12325 (Rev. 4/07) RETURN WITH BID

Affidavit of Illinois Business Office

County McHenry Local Public Agency City of McHenry Section Number 18-00000-00-BR Route Green Street

State of Illinois ) ) ss. County of McHenry )

I, of , , (Name of Affiant) (City of Affiant) (State of Affiant being first duly sworn upon oath, states as follows: 1. That I am the of . officer or position bidder

2. That I have personal knowledge of the facts herein stated. 3. That, if selected under this proposal, , will maintain a (bidder) business office in the State of Illinois which will be located in County, Illinois. 4. That this business office will serve as the primary place of employment for any persons employed in the construction contemplated by this proposal. 5. That this Affidavit is given as a requirement of state law as provided in Section 30-22(8) of the Illinois Procurement Code.

(Signature)

(Print Name of Affiant)

This instrument was acknowledged before me on day of , .

(SEAL)

(Signature of Notary Public)

Printed 5/4/2018 BLR 12326 (01/08/14)

Affidavit of Availability For the Letting of 6/1/2018 Bureau of Construction 2300 South Dirksen /Room 322 Springfield, Illinois 62764 Instructions: Complete this form by either typing or using black ink. "Authorization to Bid" will not be issued unless both sides of this form are completed in detail. Use additional forms as needed to list all work.

Part I. Work Under Contract

List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture, list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate, and must include work subcontracted to others. If no work is contracted, show NONE. 1 2 3 4 Awards Pending

Contract Number

Contract With

Estimated Completion Date

Total Contract Price Accumulated Totals Uncompleted Dollar Value if Firm is the Prime Contractor Uncompleted Dollar Value if Firm is the Subcontractor

Total Value of All Work Part II. Awards Pending and Uncompleted Work to be done with your own forces.

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

Earthwork

Portland Cement Concrete Paving

HMA Plant Mix

HMA Paving

Clean & Seal Cracks/Joints

Aggregate Bases & Surfaces

Highway, R.R. and Waterway Structures

Drainage

Electrical

Cover and Seal Coats

Concrete Construction

Landscaping

Fencing

Guardrail

Painting

Signing

Cold Milling, Planning & Rotomilling

Demolition

Pavement Markings (Paint)

Other Construction (List)

$ 0.00

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

Printed 5/4/2018 Page 1 of 2 BC 57 (Rev. 08/17/10)

Part III. Work Subcontracted to Others.

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

1 2 3 4 Awards Pending

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Total Uncompleted

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

Subscribed and sworn to before me this day of , Type or Print Name Officer or Director Title

Signed Notary Public My commission expires

Company (Notary Seal)

Address

Printed 5/4/2018 Page 2 of 2 BC 57 (Rev. 08/17/10)

Substance Abuse Prevention Program Certification

Letting Date: 6/1/2018 Item No.: Contract No.: Route: Green Street Section: 18-00000-00-BR Job No.: County: McHenry

The Substance Abuse Prevention on Public Works Act, Public Act 95-0635, prohibits the use of drugs and alcohol, as defined in the Act, by employees of the Contractor and by employees of all approved Subcontractors while performing work on a public works project. The Contractor/Subcontractor herewith certifies that it has a superseding collective bargaining agreement or makes the public filing of its written substance abuse prevention program for the prevention of substance abuse among its employees who are not covered by a collective bargaining agreement dealing with the subject as mandated by the Act. A. The undersigned representative of the Contractor/Subcontractor certifies that the contracting entity has signed collective bargaining agreements that are in effect for all of its employees, and that deal with the subject matter of Public Act 95-0635.

Contractor/Subcontractor

Name of Authorized Representative (type or print)

Title of Authorized Representative (type or print)

Signature of Authorized Representative Date

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

Contractor/Subcontractor

Name of Authorized Representative (type or print)

Title of Authorized Representative (type or print)

Signature of Authorized Representative Date

Printed 5/4/2018 BC 261 (01/11/08)

Contract Bond

Route Green Street

County McHenry

Local Agency City of McHenry

Section 18-00000-00-BR

We ,

a/an) Individual Co-partnership Corporation organized under the laws of the State of ,

as PRINCIPAL, and

as SURETY,

are held and firmly bound unto the above Local Agency (hereafter referred to as “LA”) in the penal sum of

Dollars ( ), lawful money of the United States, well and truly to be paid unto said LA, for the payment of which we bind ourselves, our heirs, executors, administrators, successors, jointly to pay to the LA this sum under the conditions of this instrument.

WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said Principal has entered into a written contract with the LA acting through its awarding authority for the construction of work on the above section, which contract is hereby referred to and made a part hereof, as if written herein at length, and whereby the said Principal has promised and agreed to perform said work in accordance with the terms of said contract, and has promised to pay all sums of money due for any labor, materials, apparatus, fixtures or machinery furnished to such Principal for the purpose of performing such work and has further agreed to pay all direct and indirect damages to any person, firm, company or corporation suffered or sustained on account of the performance of such work during the time thereof and until such work is completed and accepted; and has further agreed that this bond shall inure to the benefit of any person, firm, company or corporation to whom any money may be due from the Principal, subcontractor or otherwise for any such labor, materials, apparatus, fixtures or machinery so furnished and that suit may be maintained on such bond by any such person, firm, company or corporation for the recovery of any such money.

NOW THEREFORE, if the said Principal shall well and truly perform said work in accordance with the terms of said contract, and shall pay all sums of money due or to become due for any labor, materials, apparatus, fixtures or machinery furnished to him for the purpose of constructing such work, and shall commence and complete the work within the time prescribed in said contract, and shall pay and discharge all damages, direct and indirect, that may be suffered or sustained on account of such work during the time of the performance thereof and until the said work shall have been accepted, and shall hold the LA and its awarding authority harmless on account of any such damages and shall in all respects fully and faithfully comply with all the provisions, conditions and requirements of said contract, then this obligation to be void; otherwise to remain in full force and effect.

Page 1 of 3 IL 494-0372 BLR 12321 (Rev. 7/05) Printed on 5/4/2018 1:32:40 PM

IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this day of A.D.

PRINCIPAL

(Company Name) (Company Name)

By: By: (Signature & Title) (Signature & Title)

Attest: Attest: (Signature & Title) (Signature & Title) (If PRINCIPAL is a joint venture of two or more contractors, the company names and authorized signature of each contractor must be affixed.)

STATE OF ILLINOIS,

COUNTY OF

I, , a Notary Public in and for said county, do hereby certify that

(Insert names of individuals signing on behalf or PRINCIPAL)

who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instrument as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of A.D.

My commission expires (SEAL) Notary Public

SURETY

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

STATE OF ILLINOIS, (SEAL) COUNTY OF

I, , a Notary Public in and for said county, do hereby certify that

(Insert names of individuals signing on behalf or SURETY)

who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instrument as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of A.D.

My commission expires (SEAL) Notary Public

Approved this day of , A.D.

Attest:

(Awarding Authority)

Clerk (Chairman/Mayor/President)

Page 2 of 2 IL 494-0372 BLR 12321 (Rev. 7/05) Printed on 5/4/2018 1:32:40 PM Prevailing Wage rates for McHenry County effective Sept. 1, 2017 Trade Title Region Type Class Base Fore- M-F OSA OSH H/W Pension Vacation Training Wage man OT Wage ASBESTOS ABT-GEN ALL ALL 41.20 42.20 1.5 1.5 2 13.77 13.20 0.00 0.50 ASBESTOS ABT-MEC ALL BLD 37.88 40.38 1.5 1.5 2 12.12 11.70 0.00 0.72 BOILERMAKER ALL BLD 48.49 52.86 2 2 2 6.97 19.61 0.00 0.90 BRICK MASON ALL BLD 45.38 49.92 1.5 1.5 2 10.45 16.68 0.00 0.90 CARPENTER ALL ALL 46.35 48.35 1.5 1.5 2 11.79 18.88 0.00 0.63 CEMENT MASON ALL ALL 44.84 46.84 2 1.5 2 10.00 21.01 0.00 0.50 CERAMIC TILE FNSHER ALL BLD 38.56 38.56 1.5 1.5 2 10.65 11.18 0.00 0.68 COMMUNICATION TECH ALL BLD 38.15 40.55 1.5 1.5 2 12.18 12.77 0.00 0.67 ELECTRIC PWR EQMT OP ALL ALL 37.89 51.48 1.5 1.5 2 5.00 11.75 0.00 0.38 ELECTRIC PWR EQMT OP ALL HWY 41.45 56.38 1.5 1.5 2 5.50 12.87 0.00 0.73 ELECTRIC PWR GRNDMAN ALL ALL 29.30 51.48 1.5 1.5 2 5.00 9.09 0.00 0.29 ELECTRIC PWR GRNDMAN ALL HWY 32.00 56.38 1.5 1.5 2 5.50 9.92 0.00 0.66 ELECTRIC PWR LINEMAN ALL ALL 45.36 51.48 1.5 1.5 2 5.00 14.06 0.00 0.45 ELECTRIC PWR LINEMAN ALL HWY 49.67 56.38 1.5 1.5 2 5.50 15.40 0.00 0.88 ELECTRIC PWR TRK DRV ALL ALL 30.34 51.48 1.5 1.5 2 5.00 9.40 0.00 0.30 ELECTRIC PWR TRK DRV ALL HWY 33.14 56.38 1.5 1.5 2 5.50 10.29 0.00 0.59 ELECTRICIAN ALL ALL 47.29 51.69 1.5 1.5 2 14.58 15.87 0.00 0.95 ELEVATOR CONSTRUCTOR ALL BLD 51.94 58.43 2 2 2 14.43 14.96 4.16 0.90 FENCE ERECTOR E ALL 39.58 41.58 1.5 1.5 2 13.40 13.90 0.00 0.40 FENCE ERECTOR S ALL 45.56 49.20 2 2 2 11.02 21.51 0.00 0.70 GLAZIER ALL BLD 42.45 43.95 1.5 1.5 2 14.04 20.14 0.00 0.94 HT/FROST INSULATOR ALL BLD 50.50 53.00 1.5 1.5 2 12.12 12.96 0.00 0.72 IRON WORKER E ALL 47.33 49.33 2 2 2 14.15 22.39 0.00 0.35 IRON WORKER S ALL 45.61 49.25 2 2 2 11.52 22.65 0.00 0.81 IRON WORKER W ALL 38.33 44.08 2 2 2 12.27 24.57 0.00 0.60 LABORER ALL ALL 41.20 41.95 1.5 1.5 2 13.77 13.20 0.00 0.50 LATHER ALL ALL 46.35 48.35 1.5 1.5 2 11.79 18.88 0.00 0.63 MACHINIST ALL BLD 45.35 47.85 1.5 1.5 2 7.26 8.95 1.85 0.00 MARBLE FINISHERS ALL ALL 33.95 33.95 1.5 1.5 2 10.45 15.52 0.00 0.47 MARBLE MASON ALL BLD 44.63 49.09 1.5 1.5 2 10.45 16.28 0.00 0.59 MATERIAL TESTER I ALL ALL 31.20 31.20 1.5 1.5 2 13.77 13.20 0.00 0.50 MATERIALS TESTER II ALL ALL 36.20 36.20 1.5 1.5 2 13.77 13.20 0.00 0.50 MILLWRIGHT ALL ALL 46.35 48.35 1.5 1.5 2 11.79 18.88 0.00 0.63 OPERATING ENGINEER ALL BLD 1 50.10 54.10 2 2 2 18.80 14.35 2.00 1.30 OPERATING ENGINEER ALL BLD 2 48.80 54.10 2 2 2 18.80 14.35 2.00 1.30 OPERATING ENGINEER ALL BLD 3 46.25 54.10 2 2 2 18.80 14.35 2.00 1.30 OPERATING ENGINEER ALL BLD 4 44.50 54.10 2 2 2 18.80 14.35 2.00 1.30 OPERATING ENGINEER ALL BLD 5 53.85 54.10 2 2 2 18.80 14.35 2.00 1.30 OPERATING ENGINEER ALL BLD 6 51.10 54.10 2 2 2 18.80 14.35 2.00 1.30 OPERATING ENGINEER ALL BLD 7 53.10 54.10 2 2 2 18.80 14.35 2.00 1.30 OPERATING ENGINEER ALL FLT 38.00 38.00 1.5 1.5 2 18.05 13.60 1.90 1.30 OPERATING ENGINEER ALL HWY 1 48.30 52.30 1.5 1.5 2 18.80 14.35 2.00 1.30 OPERATING ENGINEER ALL HWY 2 47.75 52.30 1.5 1.5 2 18.80 14.35 2.00 1.30 OPERATING ENGINEER ALL HWY 3 45.70 52.30 1.5 1.5 2 18.80 14.35 2.00 1.30 OPERATING ENGINEER ALL HWY 4 44.30 52.30 1.5 1.5 2 18.80 14.35 2.00 1.30 OPERATING ENGINEER ALL HWY 5 43.10 52.30 1.5 1.5 2 18.80 14.35 2.00 1.30 OPERATING ENGINEER ALL HWY 6 51.30 52.30 1.5 1.5 2 18.80 14.35 2.00 1.30 OPERATING ENGINEER ALL HWY 7 49.30 52.30 1.5 1.5 2 18.80 14.35 2.00 1.30 ORNAMNTL IRON E ALL 46.75 49.25 2 2 2 13.90 19.79 0.00 0.75 WORKER ORNAMNTL IRON S ALL 45.06 48.66 2 2 2 10.52 20.76 0.00 0.40 WORKER PAINTER ALL ALL 44.18 46.18 1.5 1.5 1.5 10.30 8.20 0.00 1.35 PAINTER SIGNS ALL BLD 37.45 42.05 1.5 1.5 2 2.60 3.18 0.00 0.00 PILEDRIVER ALL ALL 46.35 48.35 1.5 1.5 2 11.79 18.88 0.00 0.63 PIPEFITTER ALL BLD 47.50 50.50 1.5 1.5 2 10.05 17.85 0.00 2.12 PLASTERER ALL BLD 42.75 45.31 1.5 1.5 2 14.00 15.71 0.00 0.89 PLUMBER ALL BLD 49.25 52.20 1.5 1.5 2 14.34 13.35 0.00 1.28 ROOFER ALL BLD 42.30 45.30 1.5 1.5 2 9.08 12.14 0.00 0.58 SHEETMETAL WORKER ALL BLD 45.77 47.77 1.5 1.5 2 10.65 14.10 0.00 0.82 SIGN HANGER ALL BLD 26.07 27.57 1.5 1.5 2 3.80 3.55 0.00 0.00 SPRINKLER FITTER ALL BLD 47.20 49.20 1.5 1.5 2 12.25 11.55 0.00 0.55 STEEL ERECTOR E ALL 46.20 48.20 2 2 2 13.65 21.52 0.00 0.35 STEEL ERECTOR S ALL 45.56 49.20 2 2 2 11.02 21.51 0.00 0.70 STONE MASON ALL BLD 45.38 49.92 1.5 1.5 2 10.45 16.68 0.00 0.90 TERRAZZO FINISHER ALL BLD 40.54 40.54 1.5 1.5 2 10.65 12.76 0.00 0.73 TERRAZZO MASON ALL BLD 44.38 47.88 1.5 1.5 2 10.65 14.15 0.00 0.82 TILE MASON ALL BLD 45.49 49.49 1.5 1.5 2 10.65 13.88 0.00 0.86 TRAFFIC SAFETY WRKR ALL HWY 32.75 34.35 1.5 1.5 2 8.45 6.05 0.00 0.50 TRUCK DRIVER ALL ALL 1 37.05 37.60 1.5 1.5 2 9.00 7.50 0.00 0.15 TRUCK DRIVER ALL ALL 2 37.20 37.60 1.5 1.5 2 9.50 7.50 0.00 0.15 TRUCK DRIVER ALL ALL 3 37.40 37.60 1.5 1.5 2 9.50 7.50 0.00 0.15 TRUCK DRIVER ALL ALL 4 37.60 37.60 1.5 1.5 2 9.50 7.50 0.00 0.15 TUCKPOINTER ALL BLD 45.42 46.42 1.5 1.5 2 8.32 15.42 0.00 0.80

Legend M-F OT Unless otherwise noted, OT pay is required for any hour greater than 8 worked each day, Mon through Fri. The number listed is the multiple of the base wage. OSA Overtime pay required for every hour worked on Saturdays OSH Overtime pay required for every hour worked on Sundays and Holidays H/W Health/Welfare benefit

Explanations MCHENRY COUNTY

FENCE ERECTOR (EAST) - That part of the county East and Northeast of a line following Route 31 North to Route 14, northwest to Route 47 north to the Wisconsin State Line.

IRONWORKERS (EAST) - That part of the county East of Rts. 47 and 14. IRONWORKERS (SOUTH) - That part of the county South of Route 14 and East of Route 47.

IRONWORKERS (WEST) - That part of the county West of Route 47.

The following 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 Veterans Day in some classifications/counties. Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration. If in doubt, please check with IDOL.

EXPLANATION OF CLASSES

ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed. This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date.

ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to remain.

CERAMIC TILE FINISHER

The grouting, cleaning, and polishing of all classes of tile, whether for interior or exterior purposes, all burned, glazed or unglazed products; all composition materials, granite tiles, warning detectable tiles, cement tiles, epoxy composite materials, pavers, glass, mosaics, fiberglass, and all substitute materials, for tile made in tile-like units; all mixtures in tile like form of cement, metals, and other materials that are for and intended for use as a finished floor surface, stair treads, promenade roofs, walks, walls, ceilings, swimming pools, and all other places where tile is to form a finished interior or exterior. The mixing of all setting mortars including but not limited to thin-set mortars, epoxies, wall mud, and any other sand and cement mixtures or adhesives when used in the preparation, installation, repair, or maintenance of tile and/or similar materials. The handling and unloading of all sand, cement, lime, tile, fixtures, equipment, adhesives, or any other materials to be used in the preparation, installation, repair, or maintenance of tile and/or similar materials. Ceramic Tile Finishers shall fill all joints and voids regardless of method on all tile work, particularly and especially after installation of said tile work. Application of any and all protective coverings to all types of tile installations including, but not be limited to, all soap compounds, paper products, tapes, and all polyethylene coverings, plywood, masonite, cardboard, and any new type of products that may be used to protect tile installations, Blastrac equipment, and all floor scarifying equipment used in preparing floors to receive tile. The clean up and removal of all waste and materials. All demolition of existing tile floors and walls to be re-tiled.

COMMUNICATIONS TECHNICIAN

Construction, installation, maintenance and removal of telecommunication facilities (voice, sound, data and video), telephone, security systems, fire alarm systems that are a component of a multiplex system and share a common cable, and data inside wire, interconnect, terminal equipment, central offices, PABX and equipment, micro waves, V-SAT, bypass, CATV, WAN (wide area network), LAN (local area networks), and ISDN (integrated system digital network), pulling of wire in raceways, but not the installation of raceways.

MARBLE FINISHER

Loading and unloading trucks, distribution of all materials (all stone, sand, etc.), stocking of floors with material, performing all rigging for heavy work, the handling of all material that may be needed for the installation of such materials, building of scaffolding, polishing if needed, patching, waxing of material if damaged, pointing up, caulking, grouting and cleaning of marble, holding water on diamond or Carborundum blade or saw for setters cutting, use of tub saw or any other saw needed for preparation of material, drilling of holes for wires that anchor material set by setters, mixing up of molding plaster for installation of material, mixing up thin set for the installation of material, mixing up of sand to cement for the installation of material and such other work as may be required in helping a Marble Setter in the handling of all material in the erection or installation of interior marble, slate, travertine, art marble, serpentine, alberene stone, blue stone, granite and other stones (meaning as to stone any foreign or domestic materials as are specified and used in building interiors and exteriors and customarily known as stone in the trade), carrara, sanionyx, vitrolite and similar opaque glass and the laying of all marble tile, terrazzo tile, slate tile and precast tile, steps, risers treads, base, or any other materials that may be used as substitutes for any of the aforementioned materials and which are used on interior and exterior which are installed in a similar manner.

MATERIAL TESTER I: Hand coring and drilling for testing of materials; field inspection of uncured concrete and asphalt.

MATERIAL TESTER II: Field inspection of welds, structural steel, fireproofing, masonry, soil, facade, reinforcing steel, formwork, cured concrete, and concrete and asphalt batch plants; adjusting proportions of bituminous mixtures.

OPERATING ENGINEER - BUILDING

Class 1. Asphalt Plant; Asphalt Spreader; Autograde; Backhoes with Caisson Attachment; Batch Plant; Benoto (requires Two Engineers); Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant; Combination Back Hoe Front End-loader Machine; Compressor and Throttle Valve; Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Conveyor (Truck Mounted); Concrete Paver Over 27E cu. ft; Concrete Paver 27E cu. ft. and Under: Concrete Placer; Concrete Placing Boom; Concrete Pump (Truck Mounted); Concrete Tower; Cranes, All; Cranes, Hammerhead; Cranes, (GCI and similar Type); Creter Crane; Spider Crane; Crusher, Stone, etc.; Derricks, All; Derricks, Traveling; Formless Curb and Gutter Machine; Grader, Elevating; Grouting Machines; Heavy Duty Self-Propelled Transporter or Prime Mover; Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack and pinion and similar machines; Hoists, One, Two and Three Drum; Hoists, Two Tugger One Floor; Hydraulic Backhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment); Locomotives, All; Motor Patrol; Lubrication Technician; Manipulators; Pile Drivers and Skid Rig; Post Hole Digger; Pre-Stress Machine; Pump Cretes Dual Ram; Pump Cretes: Squeeze Cretes-Screw Type Pumps; Gypsum Bulker and Pump; Raised and Blind Hole Drill; Roto Mill Grinder; Scoops - Tractor Drawn; Slip-Form Paver; Straddle Buggies; Operation of Tie Back Machine; Tournapull; Tractor with Boom and Side Boom; Trenching Machines.

Class 2. Boilers; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over); Conveyor, Portable; Forklift Trucks; Highlift Shovels or Front Endloaders under 2-1/4 yd.; Hoists, Automatic; Hoists, Inside Elevators; Hoists, Sewer Dragging Machine; Hoists, Tugger Single Drum; Laser Screed; Rock Drill (Self-Propelled); Rock Drill (Truck Mounted); Rollers, All; Steam Generators; Tractors, All; Tractor Drawn Vibratory Roller; Winch Trucks with "A" Frame.

Class 3. Air Compressor; Combination Small Equipment Operator; Generators; Heaters, Mechanical; Hoists, Inside Elevators (remodeling or renovation work); Hydraulic Power Units (Pile Driving, Extracting, and Drilling); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Low Boys; Pumps, Well Points; Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches.

Class 4. Bobcats and/or other Skid Steer Loaders; Oilers; and Brick Forklift.

Class 5. Assistant Craft Foreman.

Class 6. Gradall.

Class 7. Mechanics; Welders.

OPERATING ENGINEERS - HIGHWAY CONSTRUCTION

Class 1. Asphalt Plant; Asphalt Heater and Planer Combination; Asphalt Heater Scarfire; Asphalt Spreader; Autograder/GOMACO or other similar type machines: ABG Paver; Backhoes with Caisson Attachment; Ballast Regulator; Belt Loader; Caisson Rigs; Car Dumper; Central Redi-Mix Plant; Combination Backhoe Front Endloader Machine, (1 cu. yd. Backhoe Bucket or over or with attachments); Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Paver over 27E cu. ft.; Concrete Placer; Concrete Tube Float; Cranes, all attachments; Cranes, Tower Cranes of all types: Creter Crane: Spider Crane; Crusher, Stone, etc.; Derricks, All; Derrick Boats; Derricks, Traveling; Dredges; Elevators, Outside type Rack & Pinion and Similar Machines; Formless Curb and Gutter Machine; Grader, Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Post Driver Truck Mounted; Hoists, One, Two and Three Drum; Heavy Duty Self-Propelled Transporter or Prime Mover; Hydraulic Backhoes; Backhoes with shear attachments up to 40' of boom reach; Lubrication Technician; Manipulators; Mucking Machine; Pile Drivers and Skid Rig; Pre-Stress Machine; Pump Cretes Dual Ram; Rock Drill - Crawler or Skid Rig; Rock Drill - Truck Mounted; Rock/Track Tamper; Roto Mill Grinder; Slip-Form Paver; Snow Melters; Soil Test Drill Rig (Truck Mounted); Straddle Buggies; Hydraulic Telescoping Form (); Operation of Tieback Machine; Tractor Drawn Belt Loader; Tractor Drawn Belt Loader (with attached pusher - two engineers); Tractor with Boom; Tractaire with Attachments; Transfer Machine; Trenching; Truck Mounted Concrete Pump with Boom; Raised or Blind Hole Drills (Tunnel Shaft); Underground Boring and/or Mining Machines 5 ft. in diameter and over tunnel, etc; Underground Boring and/or Mining Machines under 5 ft. in diameter; Wheel Excavator; Widener (APSCO).

Class 2. Batch Plant; Bituminous Mixer; Boiler and Throttle Valve; Bulldozers; Car Loader Trailing Conveyors; Combination Backhoe Front Endloader Machine (Less than 1 cu. yd. Backhoe Bucket or over or with attachments); Compressor and Throttle Valve; Compressor, Common Receiver (3); Concrete Breaker or Hydro Hammer; Concrete Grinding Machine; Concrete Mixer or Paver 7S Series to and including 27 cu. ft.; Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and Sealing Machine; Concrete Wheel Saw; Conveyor Muck Cars (Haglund or Similar Type); Drills, All; Finishing Machine - Concrete; Highlift Shovels or Front Endloader; Hoist - Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments); Hydro-Blaster; Hydro Excavating (excluding hose work); Laser Screed; All Locomotives, Dinky; Off-Road Hauling Units (including articulating) Non Self-Loading Ejection Dump; Pump Cretes: Squeeze Cretes - Screw Type Pumps, Gypsum Bulker and Pump; Roller, Asphalt; Rotary Snow Plows; Rototiller, Seaman, etc., self-propelled; Self-Propelled Compactor; Spreader - Chip - Stone, etc.; Scraper - Single/Twin Engine/Push and Pull; Scraper - Prime Mover in Tandem (Regardless of Size); Tractors pulling attachments, Sheeps Foot, Disc, Compactor, etc.; Tug Boats.

Class 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Common Receiver (2); Concrete Mixer (Two Bag and Over); Conveyor, Portable; Farm-Type Tractors Used for Mowing, Seeding, etc.; Forklift Trucks; Grouting Machine; Hoists, Automatic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers; Low Boys; Pipe Jacking Machines; Post-Hole Digger; Power Saw, Concrete Power Driven; Pug Mills; Rollers, other than Asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with "A" Frame; Work Boats; Tamper-Form-Motor Driven.

Class 4. Air Compressor; Combination - Small Equipment Operator; Directional Boring Machine; Generators; Heaters, Mechanical; Hydraulic Power Unit (Pile Driving, Extracting, or Drilling); Light Plants, All (1 through 5); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Pumps, Well Points; Vacuum Trucks (excluding hose work); Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches. Class 5. SkidSteer Loader (all); Brick Forklifts; Oilers.

Class 6. Field Mechanics and Field Welders

Class 7. Dowell Machine with Air Compressor; Gradall and machines of like nature.

OPERATING ENGINEERS - FLOATING

Diver. Diver Wet Tender, Diver Tender, ROV Pilot, ROV Tender

TRAFFIC SAFETY - work associated with barricades, horses and drums used to reduce usage on highway work, the installation and removal of temporary lane markings, and the installation and removal of temporary road signs.

TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION

Class 1. Two or three Axle Trucks. A-frame Truck when used for transportation purposes; Air Compressors and Welding Machines, including those pulled by cars, pick-up trucks and tractors; Ambulances; Batch Gate Lockers; Batch Hopperman; Car and Truck Washers; Carry-alls; Fork Lifts and Hoisters; Helpers; Mechanics Helpers and Greasers; Oil Distributors 2-man operation; Pavement Breakers; Pole Trailer, up to 40 feet; Power Mower Tractors; Self-propelled Chip Spreader; Skipman; Slurry Trucks, 2-man operation; Slurry Truck Conveyor Operation, 2 or 3 man; Teamsters; Unskilled Dumpman; and Truck Drivers hauling warning lights, barricades, and portable toilets on the job site.

Class 2. Four axle trucks; Dump Crets and Adgetors under 7 yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnapulls or Turnatrailers when pulling other than self-loading equipment or similar equipment under 16 cubic yards; Mixer Trucks under 7 yeards; Ready- mix Plant Hopper Operator, and Winch Trucks, 2 Axles.

Class 3. Five axle trucks; Dump Crets and Adgetors 7 yards and over; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnatrailers or turnapulls when pulling other than self-loading equipment or similar equipment over 16 cubic yards; Explosives and/or Fission Material Trucks; Mixer Trucks 7 yards or over; Mobile Cranes while in transit; Oil Distributors, 1-man operation; Pole Trailer, over 40 feet; Pole and Expandable Trailers hauling material over 50 feet long; Slurry trucks, 1-man operation; Winch trucks, 3 axles or more; Mechanic--Truck Welder and Truck Painter.

Class 4. Six axle trucks; Dual-purpose vehicles, such as mounted crane trucks with hoist and accessories; Foreman; Master Mechanic; Self- loading equipment like P.B. and trucks with scoops on the front.

TERRAZZO FINISHER

The handling of sand, cement, marble chips, and all other materials that may be used by the Mosaic Terrazzo Mechanic, and the mixing, grinding, grouting, cleaning and sealing of all Marble, Mosaic, and Terrazzo work, floors, base, stairs, and wainscoting by hand or machine, and in addition, assisting and aiding Marble, Masonic, and Terrazzo Mechanics.

Other Classifications of Work:

For definitions of classifications not otherwise set out, the Department generally has on file such definitions which are available. If a task to be performed is not subject to one of the classifications of pay set out, the Department will upon being contacted state which neighboring county has such a classification and provide such rate, such rate being deemed to exist by reference in this document. If no neighboring county rate applies to the task, the Department shall undertake a special determination, such special determination being then deemed to have existed under this determination. If a project requires these, or any classification not listed, please contact IDOL at 217-782-1710 for wage rates or clarifications.

LANDSCAPING

Landscaping work falls under the existing classifications for laborer, operating engineer and truck driver. The work performed by landscape plantsman and landscape laborer is covered by the existing classification of laborer. The work performed by landscape operators (regardless of equipment used or its 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 truck driver.

MATERIAL TESTER & MATERIAL TESTER/INSPECTOR I AND II

Notwithstanding the difference in the classification title, the classification entitled "Material Tester I" involves the same job duties as the classification entitled "Material Tester/Inspector I". Likewise, the classification entitled "Material Tester II" involves the same job duties as the classification entitled "Material Tester/Inspector II". INDEX FOR SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS

Adopted January 1, 2018

This index contains a listing of SUPPLEMENTAL SPECIFICATIONS, frequently used RECURRING SPECIAL PROVISIONS, and LOCAL AND RECURRING SPECIAL PROVISIONS.

ERRATA Standard Specifications for Road and Bridge Construction (Adopted 4-1-16) (Revised 1-1-18)

SUPPLEMENTAL SPECIFICATIONS

Std. Spec. Sec. Page No. 106 Control of Materials ...... 1 403 Bituminous Surface Treatment (Class A-1, A-2, A-3) ...... 2 404 Micro-Surfacing and Slurry Sealing ...... 3 405 Cape Seal ...... 14 420 Portland Cement Concrete Pavement ...... 24 442 Pavement Patching ...... 26 502 Excavation for Structures ...... 27 503 Concrete Structures ...... 29 504 Precast Concrete Structures ...... 32 542 Pipe Culverts ...... 33 586 Sand Backfill for Vaulted Abutments ...... 34 630 Steel Plate Beam Guardrail ...... 36 631 Traffic Barrier Terminals ...... 39 670 Engineer’s Field Office and Laboratory ...... 40 701 Work Zone Traffic Control and Protection ...... 41 704 Temporary Concrete Barrier ...... 42 781 Raised Reflective Pavement Markers ...... 44 888 Pedestrian Push-Button ...... 45 1003 Fine Aggregates ...... 46 1004 Coarse Aggregates ...... 47 1006 Metals ...... 50 1020 Portland Cement Concrete ...... 51 1050 Poured Joint Sealers ...... 53 1069 Pole and Tower ...... 55 1077 Post and Foundation ...... 56 1096 Pavement Markers ...... 57 1101 General Equipment ...... 58 1102 Hot-Mix Asphalt Equipment ...... 59 1103 Portland Cement Concrete Equipment ...... 61 1106 Work Zone Traffic Control Devices ...... 63

Check Sheet For Recurring Special Provisions

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

Recurring Special Provisions

Check Sheet # Page No.

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

Printed 05/04/18 Page 1 of 2 BLR 11300 (10/17/17) The Following Local Roads And Streets Recurring Special Provisions Indicated By An “X” Are Applicable To This Contract And Are Included By Reference:

Local Roads And Streets Recurring Special Provisions

Check Sheet # Page No.

LRS 1 Reserved 168 LRS 2 Furnished Excavation 169 LRS 3 Work Zone Traffic Control Surveillance 170 LRS 4 Flaggers in Work Zones 171 LRS 5 Contract Claims 172 LRS 6 Bidding Requirements and Conditions for Contract Proposals 173 LRS 7 Bidding Requirements and Conditions for Material Proposals 179 LRS 8 Reserved 185 LRS 9 Bituminous Surface Treatments 186 LRS 10 Reserved 187 LRS 11 Employment Practices 188 LRS 12 Wages of Employees on Public Works 190 LRS 13 Selection of Labor 192 LRS 14 Paving Brick and Concrete Paver Pavements and 193 LRS 15 Partial Payments 196 LRS 16 Protests on Local Lettings 197 LRS 17 Substance Abuse Prevention Program 198 LRS 18 Multigrade Cold Mix Asphalt 199

Printed 05/04/18 BLR 11300 (10/17/17) TABLE OF CONTENTS

LOCATION OF PROJECT ...... 1 DESCRIPTION OF PROJECT ...... 1 PROJECT SPECIFIC SPECIAL PROVISIONS ...... 1 MAINTENANCE OF ROADWAYS (D1)...... 2 STATUS OF UTILITIES TO BE ADJUSTED (D1) ...... 06/01/16 ...... 3 RESTRICTION ON WORKING DAYS AFTER A COMPLETION DATE (D1) ...... 01/01/07 ...... 6 COMPLETION DATE PLUS WORKING DAYS (D1) ...... 01/01/07 ...... 7 TRAFFIC CONTROL AND PROTECTION (ARTERIALS) (D1) ...... 03/01/11 ...... 8 TRAFFIC CONTROL PLAN (D1) ...... 01/01/07 ...... 9 ADJUSTMENTS AND RECONSTRUCTIONS (D1) ...... 03/15/11 .... 10 COARSE AGGREGATE FOR BACKFILL, TRENCH BACKFILL AND BEDDING (D1) ...... 11/01/13 .... 11 DRAINAGE AND INLET PROTECTION UNDER TRAFFIC (D1) ...... 04/02/11 .... 12 FRICTION AGGREGATE (D1) ...... 04/29/16 .... 14 GROUND TIRE RUBBER (GTR) MODIFIED ASPHALT BINDER (D1) ...... 04/01/16 .... 17 HMA MIXTURE DESIGN REQUIREMENTS (D1) ...... 01/01/18 .... 19 HOT MIX ASPHALT QUALITY CONTROL FOR PERFORMANCE (BMPR) ...... 01/02/17 .... 25 PUBLIC CONVENIENCE AND SAFETY (D1) ...... 07/15/12 .... 29 RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES (D1) ...... 01/01/18 .... 30 TEMPORARY PAVEMENT (D1) ...... 04/10/08 .... 39 WORK ZONE TRAFFIC CONTROL D-1 MAINTENANCE (D1) ...... 06/15/10 .... 40 TEMPORARY INFORMATION SIGNING (D1)...... 01/02/07 .... 41 SHREDDED BARK MULCH, 3 INCH ...... 42 STRUCTURAL REPAIR OF CONCRETE (SPECIAL)………………………………………………43 REMOVE AND REINSTALL BRICK PAVERS ...... 44 PEDESTRIAN RAIL (SPECIAL) ...... 45 WATERMAIN REMOVAL, 8 INCH ...... 47 CONNECTION TO EXISTING WATERMAIN 8 INCH ...... 48 STAMPED COLORED CONCRETE SUPERSTRUCTURE ...... 49 REMOVE, REPAIR, PAINT, AND REINSTALL RAILING ...... 52 REMOVE AND REPLACE WATER MAIN BRACKETS ...... 53 REMOVE AND REPLACE WATER MAIN INSULATION ...... 54 HOT MIX ASPHALT SURFACE REMOVAL (DECK) ...... 56 BRIDGE CLEANING ...... 57 LR107-4 BDE SPECIAL PROVISIONS GUIDE BRIDGE SPECIAL PROVISIONS IDOT HIGHWAY STANDARDS

STATE OF ILLINOIS ______

SPECIAL PROVISIONS

The following Special Provisions supplement the “Standard Specifications for Road and Bridge Construction”, adopted April 1, 2016, the latest edition of the “Manual on Uniform Traffic Control Devices for Streets and Highways”, and the “Manual of Test Procedures of Materials” in effect on the date of invitation of bids, and the “Supplemental Specifications and Recurring Special Provisions” indicated on the Check Sheet included herein which apply to and govern the construction of Green Street over Boone Creek, City of McHenry, McHenry County and in case of conflict with any part or parts of said Specifications; the said Special Provisions shall take precedence and shall govern.

Green Street Over Boone Creek City of McHenry McHenry County, Illinois

LOCATION OF PROJECT

The bridge rehabilitation project of the Green Street bridge over Boone Creek is located in eastern McHenry County in the City of McHenry. Green Street bridge is located in downtown McHenry south of Illinois Route 120 and north of Waukegan Road. Section 26 Township 45N, Range 8E. The total length of the improvement is 165 feet (0.03 miles).

DESCRIPTION OF PROJECT

The work to be performed under this contract shall consist of the bridge deck surface removal and overlay, bridge fascia rehabilitation, and partial superstructure patching. It shall also consist of the removal and replacement of the sidewalk located on the bridge. Watermain work (which is attached to the bridge) shall consist of the removal and replacement of the existing brackets, lowering the watermain below the bridge deck elevation, and reinstallation of the watermain. The existing railing on the Green Street bridge shall be removed, refurbished and reinstalled. The adjacent shall be upgraded to meet ADA standards, frame and lid adjustments, pavement markings, as well as all incidental and collateral work necessary to complete the improvements as shown in the plans and described herein are also included in the scope of work.

PROJECT SPECIFIC SPECIAL PROVISIONS

Work shall not begin until July 23, 2018, after the City Fiesta Days Festival.

The contractor shall be aware that the existing ATT facility located within the bridge is a transite facility. It is not anticipated to be in conflict, however, the contractor shall be responsible for coordination with ATT if the facility is exposed.

1

MAINTENANCE OF ROADWAYS Effective: September 30, 1985 Revised: November 1, 1996

Beginning on the date that work begins on this project, the Contractor shall assume responsibility for normal maintenance of all existing roadways within the limits of the improvement. This normal maintenance shall include all repair work deemed necessary by the Engineer, but shall not include snow removal operations. Traffic control and protection for maintenance of roadways will be provided by the Contractor as required by the Engineer.

If items of work have not been provided in the contract, or otherwise specified for payment, such items, including the accompanying traffic control and protection required by the Engineer, will be paid for in accordance with Article 109.04 of the Standard Specifications.

2

STATUS OF UTILITIES (D-1) Effective: June 1, 2016

Utility companies and/or municipal owners located within the construction limits of this project have provided the following information in regard to their facilities and the proposed improvements. The tables below contain a description of specific conflicts to be resolved and/or facilities which will require some action on the part of the Department’s contractor to proceed with work. Each table entry includes an identification of the action necessary and, if applicable, the estimated duration required for the resolution.

UTILITIES TO BE ADJUSTED

Conflicts noted below have been identified by following the suggested staging plan included in the contract. The company has been notified of all conflicts and will be required to obtain the necessary permits to complete their work; in some instances resolution will be a function of the construction staging. The responsible agency must relocate or complete new installations as noted in the action column; this work has been deemed necessary to be complete for the Department’s contractor to then work in the stage under which the item has been listed.

Stage 1

No conflicts to be resolved.

RESPONSIBLE LOCATION / STAGE TYPE DESCRIPTION ACTION AGENCY

N/A N/A N/A N/A N/A

Stage 1: ___0____ Days Total Installation

The following contact information is what was used during the preparation of the plans as provided by the Agency/Company responsible for resolution of the conflict.

Agency/Company Name of Address Phone e-mail address Responsible to contact Resolve Conflict Mr. Bruce 1844 Ferry Road bkoppan@ Nicor 630-388-3046 Koppang Naperville, IL 60563 aglresources.com Mr. Steven 1000 Commerce Drive ATT 847-888-6845 [email protected] Palazzetti Oak Brook, IL 60523 One Lincoln Center Ms. Angela Suite 600 ComED 630-576-6185 [email protected] Harrell Oakbrook Terrace, IL 60181 Mr. Troy 14515 Industrial Drive City of McHenry 815-363-2186 [email protected] Strange McHenry, IL 60050

3

UTILITIES TO BE WATCHED AND PROTECTED

The areas of concern noted below have been identified by following the suggested staging plan included for the contract. The information provided is not a comprehensive list of all remaining utilities, but those which during coordination were identified as ones which might require the Department’s contractor to take into consideration when making the determination of the means and methods that would be required to construct the proposed improvement. In some instances the contractor will be responsible to notify the owner in advance of the work to take place so necessary staffing on the owners part can be secured.

Stage 1

RESPONSIBLE LOCATION / STAGE TYPE DESCRIPTION ACTION AGENCY The duct shall be protected from damage by the The contractor is alerted that contractor during there is an existing ATT duct Eastside of Green Street construction. The Telephone located within the sidewalk / ATT Within Bridge Sidewalk existing sidewalk bridge deck. The existing ATT shall be removed facility is transite. with care as to not expose the ATT facility, The electric facilities shall be protected The contractor is alerted that from damage by the Eastside / Westside of there is existing electric facilities City of Electric contractor during Green Street located within the sidewalk for McHenry construction and City lighting placed back in the proposed sidewalk

The following contact information is what was used during the preparation of the plans as provided by the owner of the facility.

Agency/Company Name of Address Phone e-mail address Responsible to contact Resolve Conflict Mr. Bruce 1844 Ferry Road bkoppan@ Nicor 630-388-3046 Koppang Naperville, IL 60563 aglresources.com Mr. Steven 1000 Commerce Drive ATT 847-888-6845 [email protected] Palazzetti Oak Brook, IL 60523 One Lincoln Center Ms. Angela Suite 600 ComED 630-576-6185 [email protected] Harrell Oakbrook Terrace, IL 60181 Mr. Troy 14515 Industrial Drive City of McHenry 815-363-2186 [email protected] Strange McHenry, IL 60050

4

The above represents the best information available to the Department and is included for the convenience of the bidder. The days required for conflict resolution should be taken into account in the bid as this information has also been factored into the timeline identified for the project when setting the completion date. The applicable portions of the Standard Specifications for Road and Bridge Construction shall apply.

Estimated duration of time provided in the action column for the first conflicts identified will begin on the date of the executed contract regardless of the status of the utility relocations. The responsible agencies will be working toward resolving subsequent conflicts in conjunction with contractor activities in the number of days noted.

The estimated relocation dates must be part of the progress schedule submitted by the contractor. A utility kickoff meeting will be scheduled between the Department, the Department’s contractor and the utility companies. The Department’s contractor is responsible for contacting J.U.L.I.E. prior to any and all excavation work.

5

RESTRICTION ON WORKING DAYS AFTER A COMPLETION DATE Effective: January 21, 2003 Revised: January 1, 2007

All temporary lane closures during the period governed by working days after a completion date will not be permitted during the hours of 6:00 a.m. to 9:00 a.m. and 3:00 p.m. to 6:00 p.m. Monday through Friday.

All lane closure signs shall not be erected any earlier than one-half (1/2) hour before the starting hours listed above. Also, these signs should be taken down within one-half (1/2) hour after the closure is removed.

Failure to Open Traffic to Traffic: Should the Contractor fail to completely open and keep open all the traffic lanes to traffic in accordance with the limitations specified above, the Contractor shall be liable and shall pay to the Department the amount of $250 per lane blocked, not as a penalty but as liquidated and ascertained damages, for each and every 15 minute interval or a portion thereof that a lane is blocked outside the allowable time limitations. The Department may deduct such damages from any monies due the Contractor. These damages shall apply during the period governed by working days after a completion date and any extensions of that contract time.

6

COMPLETION DATE PLUS WORKING DAYS Effective: September 30, 1985 Revised: January 1, 2007

Revise Article 108.05 (b) of the Standard Specifications as follows:

"When a completion date plus working days is specified, the Contractor shall complete all contract items and safely open all roadways to traffic by 11:59 PM on, October 5, 2018 except as specified herein.

The Contractor will be allowed to complete all clean-up work and punch list items within 5 working days after the completion date for opening the roadway to traffic. Under extenuating circumstances the Engineer may direct that certain items of work, not affecting the safe opening of the roadway to traffic, may be completed within the working days allowed for clean up work and punch list items. Temporary lane closures for this work may be allowed at the discretion of the Engineer.

Article 108.09 or the Special Provision for “Failure to Complete the Work on Time”, if included in this contract, shall apply to both the completion date and the number of working days.

7

TRAFFIC CONTROL AND PROTECTION (ARTERIALS) Effective: February 1, 1996 Revised: March 1, 2011

Specific traffic control plan details and Special Provisions have been prepared for this contract. This work shall include all labor, materials, transportation, handling and incidental work necessary to furnish, install, maintain and remove all traffic control devices required as indicated in the plans and as approved by the Engineer.

When traffic is to be directed over a detour route, the Contractor shall furnish, erect, maintain and remove all applicable traffic control devices along the detour route according to the details shown in the plans.

Method of Measurement: All traffic control (except Traffic Control and Protection (Expressways)) and temporary pavement markings) indicated on the traffic control plan details and specified in the Special Provisions will be measured for payment on a lump sum basis.

Basis of Payment: All traffic control and protection will be paid for at the contract lump sum price for TRAFFIC CONTROL AND PROTECTION (SPECIAL).

Temporary pavement markings will be paid for separately unless shown on a Standard.

8

TRAFFIC CONTROL PLAN Effective: September 30, 1985 Revised: January 1, 2007

Traffic Control shall be according to the applicable sections of the Standard Specifications, the Supplemental Specifications, the "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways", any special details and Highway Standards contained in the plans, and the Special Provisions contained herein.

Special attention is called to Article 107.09 of the Standard Specifications and the following Highway Standards, Details, Quality Standard for Work Zone Traffic Control Devices, Recurring Special Provisions and Special Provisions contained herein, relating to traffic control.

The Contractor shall contact the District One Bureau of Traffic at least 72 hours in advance of beginning work.

STANDARDS:

701301-04 Lane Closure, 2L, 2W Short Time Operations 701501-06 Urban Lane Closure, Multilane 701801-06 Sidewalk, Corner, or Crosswalk Closure 701901-05 Traffic Control Devices

DETAILS:

TC-10 Traffic Control & Protection for Side Roads, Intersection, and Driveways TC-13 District One Typical Pavement Markings TC-16 Pavement Marking Letters and Symbols for Traffic Staging TC-22 Information Sign TC-26 Entrance Signing

SPECIAL PROVISIONS:

Maintenance of Roadways – District 1 Public Convenience and Safety – District 1 Temporary Information Signing – District 1

9

ADJUSTMENTS AND RECONSTRUCTIONS Effective: March 15, 2011

Revise the first paragraph of Article 602.04 to read:

“602.04 Concrete. Cast-in-place concrete for structures shall be constructed of Class SI concrete according to the applicable portions of Section 503. Cast-in-place concrete for pavement patching around adjustments and reconstructions shall be constructed of Class PP-1 concrete, unless otherwise noted in the plans, according to the applicable portions of Section 1020.”

Revise the third, fourth and fifth sentences of the second paragraph of Article 602.11(c) to read:

“Castings shall be set to the finished pavement elevation so that no subsequent adjustment will be necessary, and the space around the casting shall be filled with Class PP-1 concrete, unless otherwise noted in the plans, to the elevation of the surface of the base course or binder course. HMA surface or binder course material shall not be allowed. The pavement may be opened to traffic according to Article 701.17(e)(3)b.”

Revise Article 603.05 to read:

“603.05 Replacement of Existing Flexible Pavement. After the castings have been adjusted, the surrounding space shall be filled with Class PP-1 concrete, unless otherwise noted in the plans, to the elevation of the surface of the base course or binder course. HMA surface or binder course material shall not be allowed. The pavement may be opened to traffic according to Article 701.17(e)(3)b.”

Revise Article 603.06 to read:

“603.06 Replacement of Existing Rigid Pavement. After the castings have been adjusted, the pavement and HMA that was removed, shall be replaced with Class PP-1 concrete, unless otherwise noted in the plans, not less than 9 in. (225 mm) thick. The pavement may be opened to traffic according to Article 701.17(e)(3)b.

The surface of the Class PP concrete shall be constructed flush with the adjacent surface.”

Revise the first sentence of Article 603.07 to read:

“603.07 Protection Under Traffic. After the casting has been adjusted and the Class PP concrete has been placed, the work shall be protected by a barricade and two lights according to Article 701.17(e)(3)b.”

10

COARSE AGGREGATE FOR BACKFILL, TRENCH BACKFILL AND BEDDING (D-1) Effective: November 1, 2011 Revised: November 1, 2013

This work shall be according to Section 1004.05 of the Standard Specifications except for the following:

Reclaimed Asphalt Pavement (RAP) maybe blended with gravel, crushed gravel, crushed concrete, crushed slag, chats, crushed sand stone or wet bottom boiler slag. The RAP used shall be according to the current Bureau of Materials and Physical Research Policy Memorandum, “Reclaimed Asphalt Pavement (RAP) for Aggregate Applications”. The RAP shall be uniformly graded and shall pass the 1.0 in. (25 mm) screen. When RAP is blended with any of the coarse aggregate listed above, the blending shall be done mechanically with calibrated feeders. The feeders shall have an accuracy of + 2.0 percent of the actual quantity of material delivered. The final blended product shall not contain more than 40 percent by weight RAP.

The coarse aggregate listed above shall meet CA 6 and CA 10 gradations prior to being blended with the processed and uniformly graded RAP. Gradation deleterious count shall not exceed 10% of total RAP and 5% of other by total weight.

11

DRAINAGE AND INLET PROTECTION UNDER TRAFFIC (D-1) Effective: April 1, 2011 Revised: April 2, 2011

Add the following to Article 603.02 of the Standard Specifications:

“ (i) Temporary Hot-Mix Asphalt (HMA) Ramp (Note 1) ………………………………...... 1030 (j) Temporary Rubber Ramps (Note 2)

Note 1. The HMA shall have maximum aggregate size of 3/8 in. (95 mm).

Note 2. The rubber material shall be according to the following.

Property Test Method Requirement

Durometer Hardness, Shore A ASTM D 2240 75 15 Tensile Strength, psi (kPa) ASTM D 412 300 (2000) min Elongation, percent ASTM D 412 90 min Specific Gravity ASTM D 792 1.0 - 1.3 Brittleness, F (C) ASTM D 746 -40 (-40)”

Revise Article 603.07 of the Standard Specifications to read:

“603.07 Protection Under Traffic. After the casting has been adjusted and the Class PP concrete has been placed, the work shall be protected by a barricade and two lights according to Article 701.17(e)(3)b.

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 hot-mix 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.

Dimension Requirement Inside Opening Outside dimensions of casting + 1 in. (25 mm) Thickness at inside Height of casting  1/4 in. (6 mm) edge Thickness at outside 1/4 in. (6 mm) max. edge Width, measured 8 1/2 in. (215 mm) min from inside opening to outside edge 12

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.”

13

FRICTION AGGREGATE (D-1) Effective: January 1, 2011 Revised: April 29, 2016

Revise Article 1004.03(a) of the Standard Specifications to read:

“1004.03 Coarse Aggregate for Hot-Mix Asphalt (HMA). The aggregate shall be according to Article 1004.01 and the following.

(a) Description. The coarse aggregate for HMA shall be according to the following table.

Use Mixture Aggregates Allowed

Class A Seal or Cover Allowed Alone or in Combination 5/: Gravel Crushed Gravel Carbonate Crushed Stone Crystalline Crushed Stone Crushed Sandstone Crushed Slag (ACBF) Crushed Steel Slag Crushed Concrete HMA Stabilized Allowed Alone or in Combination 5/: Low ESAL Subbase or Gravel Shoulders Crushed Gravel Carbonate Crushed Stone Crystalline Crushed Stone Crushed Sandstone Crushed Slag (ACBF) Crushed Steel Slag1/ Crushed Concrete HMA Binder Allowed Alone or in Combination 5/ 6/: High ESAL IL-19.0 Crushed Gravel Low ESAL or IL-19.0L Carbonate Crushed Stone2/

Crystalline Crushed Stone SMA Binder Crushed Sandstone Crushed Slag (ACBF) Crushed Concrete3/ HMA C Surface and Allowed Alone or in Combination 5/: High ESAL Leveling Binder Crushed Gravel Low ESAL IL-9.5 or IL-9.5L Carbonate Crushed Stone2/

Crystalline Crushed Stone SMA Crushed Sandstone Ndesign 50 Crushed Slag (ACBF) Surface Crushed Steel Slag4/ Crushed Concrete3/

14

Use Mixture Aggregates Allowed

HMA D Surface and Allowed Alone or in Combination 5/: High ESAL Leveling Binder Crushed Gravel IL-9.5 Carbonate Crushed Stone (other than

Limestone)2/ SMA Crystalline Crushed Stone Ndesign 50 Crushed Sandstone Surface Crushed Slag (ACBF) Crushed Steel Slag4/ Crushed Concrete3/

Other Combinations Allowed: Up to... With... 25% Limestone Dolomite 50% Limestone Any Mixture D aggregate other than Dolomite 75% Limestone Crushed Slag (ACBF) or Crushed Sandstone HMA E Surface Allowed Alone or in Combination 5/ 6/: High ESAL IL-9.5

Crystalline Crushed Stone SMA Crushed Sandstone Ndesign 80 Crushed Slag (ACBF) Surface Crushed Steel Slag

No Limestone.

Other Combinations Allowed: Up to... With... 50% Dolomite2/ Any Mixture E aggregate 75% Dolomite2/ Crushed Sandstone, Crushed Slag (ACBF), Crushed Steel Slag, or Crystalline Crushed Stone 75% Crushed Crushed Sandstone, Gravel2/ or Crushed Crystalline Crushed Concrete3/ Stone, Crushed Slag (ACBF), or Crushed Steel Slag

15

Use Mixture Aggregates Allowed

HMA F Surface Allowed Alone or in Combination 5/ 6/: High ESAL IL-9.5 Crystalline Crushed Stone SMA Crushed Sandstone Ndesign 80 Crushed Slag (ACBF) Surface Crushed Steel Slag No Limestone. Other Combinations Allowed: Up to... With... 50% Crushed Crushed Sandstone, Gravel2/, Crushed Crushed Slag Concrete3/, or (ACBF), Crushed Dolomite2/ Steel Slag, or Crystalline Crushed Stone

1/ Crushed steel slag allowed in shoulder surface only. 2/ Carbonate crushed stone (limestone) and/or crushed gravel shall not be used in SMA Ndesign 80. In SMA Ndesign 50, carbonate crushed stone shall not be blended with any of the other aggregates allowed alone in Ndesign 50 SMA binder or Ndesign 50 SMA surface. 3/ Crushed concrete will not be permitted in SMA mixes. 4/ Crushed steel slag shall not be used as leveling binder. 5/ When combinations of aggregates are used, the blend percent measurements shall be by volume.” 6/ Combining different types of aggregate will not be permitted in SMA Ndesign 80.”

16

GROUND TIRE RUBBER (GTR) MODIFIED ASPHALT BINDER (D-1) Effective: June 26, 2006 Revised: April 1, 2016

Add the following to the end of article 1032.05 of the Standard Specifications:

“(c) Ground Tire Rubber (GTR) Modified Asphalt Binder. A quantity of 10.0 to 14.0 percent GTR (Note 1) shall be blended by dry unit weight with a PG 64-28 to make a GTR 70-28 or a PG 58-28 to make a GTR 64-28. The base PG 64-28 and PG 58-28 asphalt binders shall meet the requirements of Article 1032.05(a). Compatible polymers may be added during production. The GTR modified asphalt binder shall meet the requirements of the following table.

Asphalt Grade Asphalt Grade Test GTR 70-28 GTR 64-28 Flash Point (C.O.C.), 450 (232) 450 (232) AASHTO T 48, °F (°C), min. Rotational Viscosity, AASHTO T 316 @ 275 °F (135 °C), Poises, 30 (3) 30 (3) Pa·s, max. Softening Point, 135 (57) 130 (54) AASHTO T 53, °F (°C), min. Elastic Recovery, ASTM D 6084, Procedure A (sieve waived) @ 77 °F, (25 °C), aged, ss, 65 65 100 mm elongation, 5 cm/min., cut immediately, %, min.

Note 1. GTR shall be produced from processing automobile and/or light truck tires by the ambient grinding method. GTR shall not exceed 1/16 in. (2 mm) in any dimension and shall contain no free metal particles or other materials. A mineral powder (such as talc) meeting the requirements of AASHTO M 17 may be added, up to a maximum of four percent by weight of GTR to reduce sticking and caking of the GTR particles. When tested in accordance with Illinois modified AASHTO T 27, a 50 g sample of the GTR shall conform to the following gradation requirements:

Sieve Size Percent Passing No. 16 (1.18 mm) 100 No. 30 (600 m) 95  5 No. 50 (300 m) > 20

Add the following to the end of Note 1. of article 1030.03 of the Standard Specifications:

“A dedicated storage tank for the Ground Tire Rubber (GTR) modified asphalt binder shall be provided. This tank must be capable of providing continuous mechanical mixing throughout by continuous agitation and recirculation of the asphalt binder to provide a uniform mixture. The tank shall be heated and capable of maintaining the temperature of the asphalt binder at 300 F to 350 F (149 C to 177 C). The asphalt binder metering systems of dryer drum

17

plants shall be calibrated with the actual GTR modified asphalt binder material with an accuracy of  0.40 percent.”

Revise 1030.02(c) of the Standard Specifications to read:

“(c) RAP Materials (Note 5) ………………………………………………..…..1031”

Add the following note to 1030.02 of the Standard Specifications:

Note 5. When using reclaimed asphalt pavement and/or reclaimed asphalt shingles, the maximum asphalt binder replacement percentage shall be according to the most recent special provision for recycled materials.

18

HMA MIXTURE DESIGN REQUIREMENTS (D-1) Effective: January 1, 2013 Revised: January 1, 2018

1) Design Composition and Volumetric Requirements

Revise the table in Article 406.06(d) of the Standard Specifications to read:

“MINIMUM COMPACTED LIFT THICKNESS Mixture Composition Thickness, in. (mm) IL-4.75 3/4 (19) SMA-9.5, IL-9.5, IL-9.5L 1 1/2 (38) SMA-12.5 2 (50) IL-19.0, IL-19.0L 2 1/4 (57)”

Revise the table in Article 1004.03(c) of the Standard Specifications to read:

“Use Size/Application Gradation No. Class A-1, 2, & 3 3/8 in. (10 mm) Seal CA 16 Class A-1 1/2 in. (13 mm) Seal CA 15 Class A-2 & 3 Cover CA 14 HMA High ESAL IL-19.0 CA 11 1/ IL-9.5 CA 16, CA 133/ HMA Low ESAL IL-19.0L CA 11 1/ IL-9.5L CA 16 Stabilized Subbase or Shoulders SMA2/ 1/2 in. (12.5mm) CA133/, CA14 or CA16 Binder & Surface IL 9.5 CA16, CA 133/ Surface

1/ CA 16 or CA 13 may be blended with the gradations listed. 2/ The coarse aggregates used shall be capable of being combined with stone sand, slag sand, or steel slag sand meeting the FA/FM 20 gradation and mineral filler to meet the approved mix design and the mix requirements noted herein. 3/ CA 13 shall be 100 percent passing the 1/2 in. (12.5mm) sieve.

Revise Article 1004.03(e) of the Supplemental Specifications to read:

“(e) Absorption. For SMA the coarse aggregate shall also have water absorption ≤ 2.0 percent.”

19

Revise the last paragraph of Article 1102.01 (a) (5) of the Standard Specifications to read:

“IL-4.75 and Stone Matrix Asphalt (SMA) mixtures which contain aggregate having absorptions greater than or equal to 2.0 percent, or which contain steal slag sand, shall have minimum surge bin storage plus haul time of 1.5 hours.”

Revise the nomenclature table in Article 1030.01 of the Standard Specifications to read:

“High ESAL IL-19.0 binder; IL-9.5 surface; IL-4.75; SMA-12.5, SMA-9.5 Low ESAL IL-19.0L binder; IL-9.5L surface; Stabilized Subbase (HMA)1/; HMA Shoulders2/

1/ Uses 19.0L binder mix.

2/ Uses 19.0L for lower lifts and 9.5L for surface lift.”

Revise Article 1030.02 of the Standard Specifications and Supplemental Specifications to read:

“1030.02 Materials. Materials shall be according to the following.

Item ...... Article/Section (a) Coarse Aggregate ...... 1004.03 (b) Fine Aggregate ...... 1003.03 (c) RAP Material ...... 1031 (d) Mineral Filler ...... 1011 (e) Hydrated Lime ...... 1012.01 (f) Slaked Quicklime (Note 1) (g) Performance Graded Asphalt Binder (Note 2) ...... 1032 (h) Fibers (Note 3) (i) Warm Mix Asphalt (WMA) Technologies (Note 4)

Note 1. Slaked quicklime shall be according to ASTM C 5.

Note 2. The asphalt binder shall be an SBS PG 76-28 when the SMA is used on a full- depth asphalt pavement and SBS PG 76-22 when used as an overlay, except where modified herein. The asphalt binder shall be an Elvaloy or SBS PG 76-22 for IL-4.75, except where modified herein. The elastic recovery shall be a minimum of 80.

Note 3. A stabilizing additive such as cellulose or mineral fiber shall be added to the SMA mixture according to Illinois Modified AASHTO M 325. The stabilizing additive shall meet the Fiber Quality Requirements listed in Illinois Modified AASHTO M 325. Prior to approval and use of fibers, the Contractor shall submit a notarized certification by the producer of these materials stating they meet these requirements. Reclaimed Asphalt Shingles (RAS) may be used in Stone Matrix Asphalt (SMA) mixtures designed with an SBA polymer modifier as a fiber additive if the mix design with RAS included meets AASHTO T305 requirements. The RAS shall be from a certified source that produces either Type I or Type 2. Material shall meet requirements noted herein and the actual dosage rate will be determined by the Engineer.

20

Note 4. Warm mix additives or foaming processes shall be selected from the current Bureau of Materials and Physical Research Approved List, “Warm Mix Asphalt Technologies”.”

Revise Article 1030.04(a)(1) of the Standard Specifications and the Supplemental Specifications to read:

“ (1) High ESAL Mixtures. The Job Mix Formula (JMF) shall fall within the following limits.

High ESAL, MIXTURE COMPOSITION (% PASSING) 1/

Sieve IL-19.0 mm SMA 4/ SMA 4/ IL-9.5 mm IL-4.75 mm Size IL-12.5 mm IL-9.5 mm min max min max min max min max min max 1 1/2 in

(37.5 mm) 1 in. 100 (25 mm) 3/4 in. 90 100 100 (19 mm) 1/2 in. 75 89 80 100 100 100 100 (12.5 mm) 3/8 in. 65 90 100 90 100 100 (9.5 mm) #4 40 60 20 30 36 50 34 69 90 100 (4.75 mm) #8 16 24 5/ 16 325/ 6/ 2/ 70 90 (2.36 mm) 20 42 34 52 #16 15 30 10 32 50 65 (1.18 mm) #30 12 16 12 18 (600 m) #50 6 15 4 15 15 30 (300 m) #100 4 9 3 10 10 18 (150 m) #200 3 6 7.0 9.0 3/ 7.5 9.5 3/ 4 6 7 9 3/ (75 m) Ratio Dust/Asphalt 1.0 1.5 1.5 1.0 1.0 Binder

1/ Based on percent of total aggregate weight.

2/ The mixture composition shall not exceed 44 percent passing the #8 (2.36 mm) sieve for surface courses with Ndesign = 90.

3/ Additional minus No. 200 (0.075 mm) material required by the mix design shall be mineral filler, unless otherwise approved by the Engineer.

4/ The maximum percent passing the #635 (20 µm) sieve shall be ≤ 3 percent.

5/ When establishing the Adjusted Job Mix Formula (AJMF) the percent passing the #8 (2.36 mm) sieve shall not be adjusted above the percentage stated on the table.

6/ When establishing the Adjusted Job Mix Formula (AJMF) the percent passing the #8 (2.36 mm) sieve shall not be adjusted below 34 percent.

21

Revise Article 1030.04(b)(1) of the Standard Specifications to read:

“(1) High ESAL Mixtures. The target value for the air voids of the HMA shall be 4.0 percent and for IL-4.75 it shall be 3.5 percent at the design number of gyrations. The VMA and VFA of the HMA design shall be based on the nominal maximum size of the aggregate in the mix, and shall conform to the following requirements.

VOLUMETRIC REQUIREMENTS High ESAL Voids in the Mineral Aggregate Voids Filled (VMA), with Asphalt % minimum Binder Ndesign IL-4.751/ (VFA), IL-19.0 IL-9.5 % 50 18.5 65 – 78 2/

70 13.5 15.0 65 - 75 90

1/ Maximum Draindown for IL-4.75 shall be 0.3 percent

2/ VFA for IL-4.75 shall be 72-85 percent”

Replace Article 1030.04(b)(3) of the Standard Specifications with the following:

“(3) SMA Mixtures.

Volumetric Requirements SMA 1/ Ndesign Design Air Voids Voids in the Voids Filled Target % Mineral Aggregate with Asphalt (VMA), % min. (VFA), % 17.0 2/ 80 4/ 3.5 16.0 3/ 75 - 83

1/ Maximum draindown shall be 0.3 percent. The draindown shall be determined at the JMF asphalt binder content at the mixing temperature plus 30 °F.

2/ Applies when specific gravity of coarse aggregate is ≥ 2.760.

3/ Applies when specific gravity of coarse aggregate is < 2.760.

4/ Blending of different types of aggregate will not be permitted. For surface course, the coarse aggregate can be crushed steel slag, crystalline crushed stone or crushed sandstone. For binder course, coarse aggregate shall be crushed stone (dolomite), crushed gravel, crystalline crushed stone, or crushed sandstone.

Add to the end of Article 1030.05 (d) (2) a. of the Standard Specifications:

22

“During production, the Contractor shall test SMA mixtures for draindown according to AASHTO T305 at a frequency of 1 per day of production.”

Delete last sentence of the second paragraph of Article 1102.01(a) (4) b. 2.

Add to the end of Article 1102.01 (a) (4) b. 2.:

“As an option, collected dust (baghouse) may be used in lieu of manufactured mineral filler according to the following:

(a.) Sufficient collected dust (baghouse) is available for production of the SMA mix for the entire project.

(b.) A mix design was prepared based on collected dust (baghouse).

2) Design Verification and Production

Revise Article 1030.04 (d) of the Standard Specifications to read:

“(d) Verification Testing. High ESAL, IL-4.75, and SMA mix designs submitted for verification will be tested to ensure that the resulting mix designs will pass the required criteria for the Hamburg Wheel Test (IL mod AASHTO T-324) and the Tensile Strength Test (IL mod AASHTO T-283). The Department will perform a verification test on gyratory specimens compacted by the Contractor. If the mix fails the Department’s verification test, the Contractor shall make the necessary changes to the mix and resubmit compacted specimens to the Department for verification. If the mix fails again, the mix design will be rejected.

All new and renewal mix designs will be required to be tested, prior to submittal for Department verification and shall meet the following requirements:

(1)Hamburg Wheel Test criteria. The maximum allowable depth shall be 0.5 in. (12.5 mm). The minimum number of wheel passes at the 0.5 in. (12.5 mm) rut depth criteria shall be based on the high temperature binder grade of the mix as specified in the mix requirements table of the plans.

Illinois Modified AASHTO T 324 Requirements 1/

Asphalt Binder Grade # Repetitions Max Rut Depth (mm) PG 70 -XX (or higher) 20,000 12.5 PG 64 -XX (or lower) 10,000 12.5

1/ When produced at temperatures of 275 ± 5 °F (135 ± 3 °C) or less, loose Warm Mix Asphalt shall be oven aged at 270 ± 5 °F (132 ± 3 °C) for two hours prior to gyratory compaction of Hamburg Wheel specimens.

Note: For SMA Designs (N-80) the maximum rut depth is 6.0 mm at 20,000 repetitions.

23

For IL 4.75mm Designs (N-50) the maximum rut depth is 9.0mm at 15,000 repetitions.

(2) Tensile Strength Criteria. The minimum allowable conditioned tensile strength shall be 60 psi (415 kPa) for non-polymer modified performance graded (PG) asphalt binder and 80 psi (550 kPa) for polymer modified PG asphalt binder. The maximum allowable unconditioned tensile strength shall be 200 psi (1380 kPa).”

Production Testing. Revise first paragraph of Article 1030.06(a) of the Standard Specifications to read:

“(a) High ESAL, IL-4.75, WMA, and SMA Mixtures. For each contract, a 300 ton (275 metric tons) test strip, except for SMA mixtures it will be 400 ton (363 metric ton), will be required at the beginning of HMA production for each mixture at the beginning of each construction year according to the Manual of Test Procedures for Materials “Hot Mix Asphalt Test Strip Procedures”. At the request of the Producer, the Engineer may waive the test strip if previous construction during the current construction year has demonstrated the constructability of the mix using Department test results.”

Add the following after the sixth paragraph in Article 1030.06 (a) of the Standard Specifications:

“The Hamburg Wheel test shall also be conducted on all HMA mixtures from a sample taken within the first 500 tons (450 metric tons) on the first day of production or during start up with a split reserved for the Department. The mix sample shall be tested according to the Illinois Modified AASHTO T 324 and shall meet the requirements specified herein. Mix production shall not exceed 1500 tons (1350 metric tons) or one day’s production, whichever comes first, until the testing is completed and the mixture is found to be in conformance. The requirement to cease mix production may be waived if the plant produced mixture demonstrates conformance prior to start of mix production for a contract. If the mixture fails to meet the Hamburg Wheel criteria, no further mixture will be accepted until the Contractor takes such action as is necessary to furnish a mixture meeting the criteria”

Method of Measurement:

Add the following after the fourth paragraph of Article 406.13 (b):

“The plan quantities of SMA mixtures shall be adjusted using the actual approved binder and surface Mix Design’s Gmb.”

Basis of Payment.

Replace the fourth paragraph of Article 406.14 of the Standard Specifications with the following:

“Stone matrix asphalt will be paid for at the contract unit price per ton (metric ton) for POLYMERIZED HOT-MIX ASPHALT SURFACE COURSE, STONE MATRIX ASPHALT, of the mixture composition and Ndesign specified; and POLYMERIZED HOT-MIX ASPHALT BINDER COURSE, STONE MATRIX ASPHALT, of the mixture composition and Ndesign specified.”

24

HOT MIX ASPHALT QUALITY CONTROL FOR PERFORMANCE (BMPR) Effective: January 1, 2012 Revised: January 2, 2017

Description. This special provision describes the procedures for production, placement and payment of hot-mix asphalt (HMA) under the quality control for performance (QCP) program. This special provision shall apply to the HMA mixtures specified in the plans. This work shall be according to the Standard Specifications except as modified herein.

Delete Articles: 406.06(b)(1), 2nd Paragraph (Temperature Requirements) 406.06 (e), 3rd Paragraph (Paver Speed Requirements) 406.07(b) (Rolling) 406.07(c) (Density) 1030.05(a)(4, 5, 9,) (QC/QA Documents) 1030.05(d)(2)a. (Plant Tests) 1030.05(d)(2)b. (Dust-to-Asphalt and Moisture Content) 1030.05(d)(2)d. (Small Tonnage) 1030.05(d)(2)f. (HMA Sampling) 1030.05(d)(3) (Required Field Tests) 1030.05(d)(4) (Control Limits) 1030.05(d)(5) (Control Charts) 1030.05(d)(7) (Corrective Action for Field Tests (Density)) 1030.05(e) (Quality Assurance by the Engineer) 1030.05(f) (Acceptance by the Engineer) 1030.06(a), 2nd paragraph (Before start-up…)

Definitions.

(a) Quality Control (QC). All production and construction activities by the Contractor required to achieve the required level of quality.

(b) Quality Assurance (QA). All monitoring and testing activities by the Engineer required to assess product quality, level of payment, and acceptability of the product.

(c) Pay Parameters. Pay parameters shall be field voids in the mineral aggregate (Field VMA), voids, and density. Field VMA will be calculated using the combined aggregates bulk specific gravity (Gsb) from the mix design.

(d) Mixture Lot. A mixture lot shall begin once an acceptable test strip has been completed and the adjusted job mix formula has been determined. If the test strip is waived, a mixture lot shall begin with the start of production. A mixture lot shall consist of four sublots unless it is the last or only lot, in which case it may consist of as few as one sublot.

(e) Mixture Sublot. A mixture sublot for Field VMA, voids, and dust/AC shall be a maximum of 1000 tons (910 metric tons).

(1) If the remaining quantity is greater than 200 tons (180 metric tons) but less than 1000 tons (910 metric tons), the last mixture sublot will be that quantity.

(2) If the remaining quantity is 200 tons (180 metric tons) or less, the quantity shall be combined with the previous mixture sublot.

25

(f) Density Interval. Density intervals shall be every 0.2 miles (320 m) for lift thicknesses of 3 in. (75 mm) or less and 0.1 miles (160 m) for lift thicknesses greater than 3 in. (75 mm). If a density interval is less than 200 ft (60 m), it will be combined with the previous density interval.

(g) Density Sublot. A density sublot shall be the average of five consecutive density intervals.

(1) If less than three density intervals remain outside a density sublot, they shall be included in the previous density sublot.

(2) If three or more density intervals remain, they shall be considered a density sublot.

(h) Density Test. A density test shall consist of a core taken at a random location within each density interval.

When establishing the target density, the HMA maximum theoretical gravity (Gmm) shall be based on the running average of four Department test results. Initial Gmm shall be based on the average of the first four test results. If less than four Gmm results are available, an average of all available Department Gmm test results shall be used.

If the Contractor opts to use intelligent compaction, the Contractor may receive 100 percent for the density pay factor in Equation 1 of the Department’s Manual of Test Procedure for Materials “QCP Pay Calculation” document for each applicable HMA mixture. The Contractor may only select this option if the HMA Mixture Requirements table on the plans specifies values in the “Roller Type / Number of Passes / Compaction Temperature Range” cell. Intelligent compaction shall be performed according to the Department’s Manual of Test Procedure for Materials “Procedure for Intelligent Compaction”.

Quality Control (QC) by the Contractor. The Contractor’s QC plan shall include the schedule of testing for both pay parameters and non-pay parameters required to control the product such as asphalt binder content and mixture gradation. The minimum test frequency shall be according to the following table.

Minimum Quality Control Sampling and Testing Requirements Quality Characteristic Minimum Test Frequency Mixture Gradation Asphalt Binder Content Dust/AC Ratio 1 per sublot Field VMA G Voids mb Gmm

The Contractor’s splits in conjunction with other quality control tests shall be used to control production.

The Contractor shall submit split jobsite mix sample test results to the Engineer within 48 hours of the time of sampling. All QC testing shall be performed in a qualified laboratory by personnel who have successfully completed the Department’s HMA Level I training.

Quality Assurance (QA) by the Engineer. Quality Assurance by the Engineer will be as follows. 26

(a) Voids, Field VMA and Dust/AC Ratio. The Engineer will determine the random tonnage and the Contractor shall be responsible for obtaining the sample according to the Department’s Manual of Test Procedures for Materials “PFP Hot-Mix Asphalt Random Jobsite Sampling Procedure”.

(b) Density: After final rolling, the Engineer will identify the random core locations within each density testing interval according to the Department’s Manual of Test Procedures for Materials “PFP and QCP Random Density Procedure”.

The Contractor shall cut the 4 in. (100 mm) diameter cores within the same day and prior to opening to traffic unless otherwise approved by the Engineer. All core holes shall be filled immediately upon completion of coring. All water shall be removed from the core holes prior to filling. All core holes shall be filled with a rapid hardening mortar or concrete which shall be mixed in a separate container prior to placement in the hole. Any depressions in the surface of the filled core holes greater than 1/4 in. (6 mm) at the time of final inspection will require removal of the fill material to the depth of the lift thickness and replacement.

The Engineer will witness and secure all mixture and density samples. The Contractor shall transport the secured sample to a location designated by the Engineer.

The Engineer will test one or all of the randomly selected split samples from each lot for voids, Field VMA and dust/AC ratio. The Engineer will test a minimum of one sample per project. The Engineer will test all of the pavement cores for density unless intelligent compaction is used. All QA testing will be performed in a qualified laboratory by personnel who have successfully completed the Department’s HMA Level I training. QA test results will be available to the Contractor within ten working days from receipt of secured cores and split mixture samples.

The Engineer will maintain a complete record of all Department test results and copies will be provided to the Contractor with each set of sublot results. The records will contain, at a minimum, the originals of all Department test results and raw data, random numbers used and resulting calculations for sampling locations, and quality level analysis calculations.

If the QA results do not meet the 100% sublot pay factor limits or do not compare to QC results within the precision limits listed below, the Engineer will test all split mix samples for the lot.

Test Parameter Limits of Precision Gmb 0.030 Gmm 0.026 Field VMA 1.0 %

Acceptance by the Engineer. All of the Department’s tests shall be within the acceptable limits listed below:

27

Acceptable Parameter Limits Field VMA -1.0 – +3.0%1/ Voids 2.0 – 6.0% IL-9.5, IL-19.0, IL-4.75, IL-9.5FG3/ 90.0 – 98.0% Density SMA 92.0 – 98.0% Dust / AC Ratio 0.4 – 1.62/

1/ Based on minimum required VMA from mix design 2/ Does not apply to SMA. 3/ Acceptable density limits for IL-9.5FG placed less than 1.25 in. shall be 89.0% - 98.0%

In addition, no visible pavement distresses shall be present such as, but not limited to, segregation, excessive coarse aggregate fracturing or flushing.

Basis of Payment. Payment will be based on the calculation of the composite pay factor using QA test results for each mixture according to the Department’s Manual of Test Procedure for Materials “QCP Pay Calculation” document.

If the intelligent compaction option is chosen, the Contractor may receive 100 percent for the density pay factor in Equation 1 of the Department’s Manual of Test Procedure for Materials “QCP Pay Calculation” document for each applicable HMA mixture. If the specified roller type, passes, temperature and speed requirements are not met, the density pay adjustments will apply.

Dust/AC Ratio. A monetary deduction will be made using the pay adjustment table below for dust/AC ratios that deviate from the 0.6 to 1.2 range. If the tested mixture sublot is outside of this range, the Department will test the remaining sublots for dust/AC pay adjustment.

Dust/AC Pay Adjustment Table1/ Range Deduct / sublot 0.6 ≤ X ≤ 1.2 $0 0.5 ≤ X < 0.6 or 1.2 < X ≤ 1.4 $1000 0.4 ≤ X < 0.5 or 1.4 < X ≤ 1.6 $3000 X < 0.4 or X > 1.6 Shall be removed and replaced

1/ Does not apply to SMA.

28

PUBLIC CONVENIENCE AND SAFETY (D-1) Effective: May 1, 2012 Revised: July 15, 2012

Add the following to the end of the fourth paragraph of Article 107.09:

“If the holiday is on a Saturday or Sunday, and is legally observed on a Friday or Monday, the length of Holiday Period for Monday or Friday shall apply.”

Add the following sentence after the Holiday Period table in the fourth paragraph of Article 107.09:

“The Length of Holiday Period for Thanksgiving shall be from 5:00 AM the Wednesday prior to 11:59 PM the Sunday After”

Delete the fifth paragraph of Article 107.09 of the Standard Specifications:

“On weekends, excluding holidays, roadways with Average Daily Traffic of 25,000 or greater, all lanes shall be open to traffic from 3:00 P.M. Friday to midnight Sunday except where structure construction or major rehabilitation makes it impractical.”

29

RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES (D-1) Effective: November 1, 2012 Revise: January 1, 2018

Revise Section 1031 of the Standard Specifications to read:

“SECTION 1031. RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES

1031.01 Description. Reclaimed asphalt pavement and reclaimed asphalt shingles shall be according to the following.

(a) Reclaimed Asphalt Pavement (RAP). RAP is the material resulting from cold milling or crushing an existing hot-mix asphalt (HMA) pavement. RAP will be considered processed FRAP after completion of both crushing and screening to size. The Contractor shall supply written documentation that the RAP originated from routes or airfields under federal, state, or local agency jurisdiction.

(b) Reclaimed Asphalt Shingles (RAS). Reclaimed asphalt shingles (RAS). RAS is from the processing and grinding of preconsumer or post-consumer shingles. RAS shall be a clean and uniform material with a maximum of 0.5 percent unacceptable material, as defined in Central Bureau of Materials Policy Memorandum, “Reclaimed Asphalt Shingle (RAS) Sources”, by weight of RAS. All RAS used shall come from a Central Bureau of Materials approved processing facility where it shall be ground and processed to 100 percent passing the 3/8 in. (9.5 mm) sieve and 90 percent passing the #4 (4.75 mm) sieve. RAS shall meet the testing requirements specified herein. In addition, RAS shall meet the following Type 1 or Type 2 requirements.

(1) Type 1. Type 1 RAS shall be processed, preconsumer asphalt shingles salvaged from the manufacture of residential asphalt roofing shingles.

(2) Type 2. Type 2 RAS shall be processed post-consumer shingles only, salvaged from residential, or four unit or less dwellings not subject to the National Emission Standards for Hazardous Air Pollutants (NESHAP).

1031.02 Stockpiles. RAP and RAS stockpiles shall be according to the following.

(a) RAP Stockpiles. The Contractor shall construct individual, sealed RAP stockpiles meeting one of the following definitions. Additional processed RAP (FRAP) shall be stockpiled in a separate working pile, as designated in the QC Plan, and only added to the sealed stockpile when test results for the working pile are complete and are found to meet tolerances specified herein for the original sealed FRAP stockpile. Stockpiles shall be sufficiently separated to prevent intermingling at the base. All stockpiles (including unprocessed RAP and FRAP) shall be identified by signs indicating the type as listed below (i.e. “Non- Quality, FRAP -#4 or Type 2 RAS”, etc…).

(1) Fractionated RAP (FRAP). FRAP shall consist of RAP from Class I, HMA (High and Low 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 processed prior to testing and sized into fractions with the separation occurring on or between the #4 (4.75 mm) and 1/2 in. (12.5 mm) sieves. Agglomerations shall be minimized such that 100 percent of the

30

RAP in the coarse fraction shall pass the maximum sieve size specified for the mix the FRAP will be used in.

(2) Restricted FRAP (B quality) stockpiles shall consist of RAP from Class I, HMA (High ESAL), or HMA (High ESAL). If approved by the Engineer, the aggregate from a maximum 3.0 in. (75 mm) single combined pass of surface/binder milling will be classified as B quality. All millings from this application will be processed into FRAP as described previously.

(3) Conglomerate. Conglomerate RAP stockpiles shall consist of RAP from Class I, HMA (High and Low 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 inconsistent gradation and/or asphalt binder content prior to processing. All conglomerate RAP shall be processed (FRAP) prior to testing. Conglomerate RAP stockpiles shall not contain steel slag or other expansive material as determined by the Department.

(4) Conglomerate “D” Quality (DQ). Conglomerate DQ RAP stockpiles shall consist of RAP from HMA shoulders, bituminous stabilized subbases or HMA (Low ESAL)/HMA (Low ESAL) IL-19.0L binder mixture. 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.

(5) Non-Quality. RAP stockpiles that do not meet the requirements of the stockpile categories listed above shall be classified as “Non-Quality”.

RAP or FRAP containing contaminants, such as earth, brick, sand, concrete, sheet asphalt, bituminous surface treatment (i.e. chip seal), pavement fabric, joint sealants, plant cleanout etc., will be unacceptable unless the contaminants are removed to the satisfaction of the Engineer. Sheet asphalt shall be stockpiled separately.

(b) RAS Stockpiles. Type 1 and Type 2 RAS shall be stockpiled separately and shall be sufficiently separated to prevent intermingling at the base. Each stockpile shall be signed indicating what type of RAS is present.

However, a RAS source may submit a written request to the Department for approval to blend mechanically a specified ratio of Type 1 RAS with Type 2 RAS. The source will not be permitted to change the ratio of the blend without the Department prior written approval. The Engineer’s written approval will be required, to mechanically blend RAS with any fine aggregate produced under the AGCS, up to an equal weight of RAS, to improve workability. The fine aggregate shall be “B Quality” or better from an approved Aggregate Gradation Control System source. The fine aggregate shall be one that is approved for use in the HMA mixture and accounted for in the mix design and during HMA production.

Records identifying the shingle processing facility supplying the RAS, RAS type, and lot number shall be maintained by project contract number and kept for a minimum of three years.

1031.03 Testing. FRAP and RAS testing shall be according to the following.

31

(a) FRAP Testing. When used in HMA, the FRAP shall be sampled and tested either during processing or after stockpiling. It shall also be sampled during HMA production.

(1) During Stockpiling. For testing during stockpiling, washed extraction samples shall be run at the minimum frequency of one sample per 500 tons (450 metric tons) for the first 2000 tons (1800 metric tons) and one sample per 2000 tons (1800 metric tons) thereafter. A minimum of five tests shall be required for stockpiles less than 4000 tons (3600 metric tons).

(2) Incoming Material. For testing as incoming material, washed extraction samples shall be run at a minimum frequency of one sample per 2000 tons (1800 metric tons) or once per week, whichever comes first.

(3) After Stockpiling. For testing after stockpiling, the Contractor shall submit a plan for approval to the District proposing a satisfactory method of sampling and testing the RAP/FRAP pile either in-situ or by restockpiling. The sampling plan shall meet the minimum frequency required above and detail the procedure used to obtain representative samples throughout the pile for testing.

Before extraction, each field sample of FRAP, 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.

(b) RAS Testing. RAS shall be sampled and tested during stockpiling according to Central Bureau of Materials Policy Memorandum, “Reclaimed Asphalt Shingle (RAS) Sources”. The Contractor shall also sample as incoming material at the HMA plant.

(1) During Stockpiling. Washed extraction and testing for unacceptable materials shall be run at the minimum frequency of one sample per 200 tons (180 metric tons) for the first 1000 tons (900 metric tons) and one sample per 1000 tons (900 metric tons) thereafter. A minimum of five samples are required for stockpiles less than 1000 tons (900 metric tons). Once a ≤ 1000 ton (900 metric ton), five-sample/test stockpile has been established it shall be sealed. Additional incoming RAS shall be in a separate working pile as designated in the Quality Control plan and only added to the sealed stockpile when the test results of the working pile are complete and are found to meet the tolerances specified herein for the original sealed RAS stockpile.

(2) Incoming Material. For testing as incoming material at the HMA plant, washed extraction shall be run at the minimum frequency of one sample per 250 tons (227 metric tons). A minimum of five samples are required for stockpiles less than 1000 tons (900 metric tons). The incoming material test results shall meet the tolerances specified herein.

The Contractor shall obtain and make available all test results from start of the initial stockpile sampled and tested at the shingle processing facility in accordance with the facility’s QC Plan.

Before extraction, each field 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

32

Department procedures. The Engineer reserves the right to test any sample (split or Department-taken) to verify Contractor test results.

1031.04 Evaluation of Tests. Evaluation of test results shall be according to the following.

(a) Evaluation of FRAP Test Results. All test results shall be compiled to include asphalt binder content, gradation and, when applicable (for slag), Gmm. A five test average of results from the original pile will be used in the mix designs. Individual extraction test results run thereafter, shall be compared to the average used for the mix design, and will be accepted if within the tolerances listed below.

Parameter FRAP No. 4 (4.75 mm)  6 % No. 8 (2.36 mm)  5 % No. 30 (600 m)  5 % No. 200 (75 m)  2.0 % Asphalt Binder  0.3 % 1/ Gmm  0.03

1/ For stockpile with slag or steel slag present as determined in the current Manual of Test Procedures Appendix B 21, “Determination of Reclaimed Asphalt Pavement Aggregate Bulk Specific Gravity”.

If any individual sieve and/or asphalt binder content tests are out of the above tolerances when compared to the average used for the mix design, the FRAP stockpile shall not be used in Hot-Mix Asphalt unless the FRAP representing those tests is removed from the stockpile. All test data and acceptance ranges shall be sent to the District for evaluation.

The Contractor shall maintain a representative moving average of five tests to be used for Hot-Mix Asphalt production.

With the approval of the Engineer, the ignition oven may be substituted for extractions according to the ITP, “Calibration of the Ignition Oven for the Purpose of Characterizing Reclaimed Asphalt Pavement (RAP)” or Illinois Modified AASHTO T-164-11, Test Method A.

(b) Evaluation of RAS Test Results. All of the test results, with the exception of percent unacceptable materials, shall be compiled and averaged for asphalt binder content and gradation. A five test average of results from the original pile will be used in the mix designs. Individual test results run thereafter, when compared to the average used for the mix design, will be accepted if within the tolerances listed below.

Parameter RAS No. 8 (2.36 mm) ± 5 % No. 16 (1.18 mm) ± 5 % No. 30 (600 µm) ± 4 % No. 200 (75 µm) ± 2.5 % Asphalt Binder Content ± 2.0 %

33

If any individual sieve and/or asphalt binder content tests are out of the above tolerances when compared to the average used for the mix design, the RAS shall not be used in Hot- Mix Asphalt unless the RAS representing those tests is removed from the stockpile. All test data and acceptance ranges shall be sent to the District for evaluation.

(c) Quality Assurance by the Engineer. The Engineer may witness the sampling and splitting conduct assurance tests on split samples taken by the Contractor for quality control testing a minimum of once a month.

The overall testing frequency will be performed over the entire range of Contractor samples for asphalt binder content and gradation. The Engineer may select any or all split samples for assurance testing. The test results will be made available to the Contractor as soon as they become available.

The Engineer will notify the Contractor of observed deficiencies.

Differences between the Contractor’s and the Engineer’s split sample test results will be considered acceptable if within the following limits.

Test Parameter Acceptable Limits of Precision

% Passing:1/ FRAP RAS 1/2 in. 5.0% No. 4 5.0% No. 8 3.0% 4.0% No. 30 2.0% 4.0% No. 200 2.2% 4.0% Asphalt Binder Content 0.3% 3.0% Gmm 0.030

1/ Based on washed extraction.

In the event comparisons are outside the above acceptable limits of precision, the Engineer will immediately investigate.

(d) Acceptance by the Engineer. Acceptable of the material will be based on the validation of the Contractor’s quality control by the assurance process.

1031.05 Quality Designation of Aggregate in RAP and FRAP.

(a) RAP. The aggregate quality of the RAP for homogeneous, 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 I, HMA (High ESAL), or (Low ESAL) IL-9.5L surface mixtures are designated as containing Class B quality coarse aggregate.

(2) RAP from HMA (Low ESAL) IL-19.0L binder mixture is designated as Class D quality coarse aggregate.

34

(3) RAP from Class I, 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) FRAP. If the Engineer has documentation of the quality of the FRAP aggregate, the Contractor shall use the assigned quality provided by the Engineer.

If the quality is not known, the quality shall be determined as follows. Fractionated RAP stockpiles containing plus #4 (4.75 mm) sieve coarse aggregate shall have a maximum tonnage of 5,000 tons (4,500 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 Illinois Modified AASHTO T 164 by a consultant laboratory prequalified by the Department for the specified testing. The consultant laboratory 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 forward the sample to the Central Bureau of Materials Aggregate Lab for MicroDeval Testing, according to ITP 327. A maximum loss of 15.0 percent will be applied for all HMA applications. The fine aggregate portion of the fractionated RAP shall not be used in any HMA mixtures that require a minimum of “B” quality aggregate or better, until the coarse aggregate fraction has been determined to be acceptable thru a MicroDeval Testing.

1031.06 Use of FRAP and/or RAS in HMA. The use of FRAP and/or RAS shall be the Contractor’s option when constructing HMA in all contracts.

(a) FRAP. The use of FRAP in HMA shall be as follows.

(1) Coarse Aggregate Size (after extraction). The coarse aggregate in all FRAP shall be equal to or less than the nominal maximum size requirement for the HMA mixture to be produced.

(2) Steel Slag Stockpiles. FRAP stockpiles containing steel slag or other expansive material, as determined by the Department, shall be homogeneous and will be approved for use in HMA (High ESAL and Low ESAL) mixtures regardless of lift or mix type.

(3) Use in HMA Surface Mixtures (High and Low ESAL). FRAP stockpiles for use in HMA surface mixtures (High and Low ESAL) shall have coarse aggregate that is Class B quality or better. FRAP shall be considered equivalent to limestone for frictional considerations unless produced/screened to minus 3/8 inch.

(4) Use in HMA Binder Mixtures (High and Low ESAL), HMA Base Course, and HMA Base Course Widening. FRAP stockpiles for use in HMA binder mixtures (High and Low ESAL), HMA base course, and HMA base course widening shall be FRAP in which the coarse aggregate is Class C quality or better.

(5) Use in Shoulders and Subbase. FRAP stockpiles for use in HMA shoulders and stabilized subbase (HMA) shall be FRAP, Restricted FRAP, conglomerate, or conglomerate DQ.

35

(b) RAS. RAS meeting Type 1 or Type 2 requirements will be permitted in all HMA applications as specified herein.

(c) FRAP and/or RAS Usage Limits. Type 1 or Type 2 RAS may be used alone or in conjunction with FRAP in HMA mixtures up to a maximum of 5.0 percent by weight of the total mix.

When FRAP is used alone or FRAP is used in conjunction with RAS, the percent of virgin asphalt binder replacement (ABR) shall not exceed the amounts indicated in the table below for a given N Design.

Max Asphalt Binder Replacement for FRAP with RAS Combination

HMA Mixtures 1/ 2/ 4/ Maximum % ABR Ndesign Binder/Leveling Surface Polymer Binder Modified 3/ 30L 50 40 30 50 40 35 30 70 40 30 30 90 40 30 30 4.75 mm N-50 40 SMA N-80 30

1/ For Low ESAL HMA shoulder and stabilized subbase, the percent asphalt binder replacement shall not exceed 50 % of the total asphalt binder in the mixture.

2/ When the binder replacement exceeds 15 % for all mixes, except for SMA and IL-4.75, the high and low virgin asphalt binder grades shall each be reduced by one grade (i.e. 25 % binder replacement using a virgin asphalt binder grade of PG64-22 will be reduced to a PG58-28). When constructing full depth HMA and the ABR is less than 15 %, the required virgin asphalt binder grade shall be PG64-28.

3/ When the ABR for SMA or IL-4.75 is 15 % or less, the required virgin asphalt binder shall be SBS PG76-22 and the elastic recovery shall be a minimum of 80. When the ABR for SMA or IL-4.75 exceeds 15%, the virgin asphalt binder grade shall be SBS PG70-28 and the elastic recovery shall be a minimum of 80.

4/ When FRAP or RAS is used alone, the maximum percent asphalt binder replacement designated on the table shall be reduced by 10 %.

1031.07 HMA Mix Designs. At the Contractor’s option, HMA mixtures may be constructed utilizing RAP/FRAP and/or RAS material meeting the detailed requirements specified herein.

(a) FRAP and/or RAS. FRAP and /or RAS mix designs shall be submitted for verification. If additional FRAP or RAS stockpiles are tested and found to be within tolerance, as defined under “Evaluation of Tests” herein, and meet all requirements herein, the additional FRAP or RAS stockpiles may be used in the original design at the percent previously verified.

36

(b) RAS. Type 1 and Type 2 RAS are not interchangeable in a mix design.

The RAP, FRAP and RAS stone specific gravities (Gsb) shall be according to the “Determination of Aggregate Bulk (Dry) Specific Gravity (Gsb) or Reclaimed Asphalt Pavement (RAP) and Reclaimed Asphalt Shingles (RAS)” procedure in the Department’s Manual of Test Procedures for Materials.

1031.08 HMA Production. HMA production utilizing FRAP and/or RAS shall be as follows.

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 RAS and FRAP feed system to remove or reduce oversized material. .

If during mix production, corrective actions fail to maintain FRAP, RAS or QC/QA test results within control tolerances or the requirements listed herein the Contractor shall cease production of the mixture containing FRAP or RAS and conduct an investigation that may require a new mix design.

(a) RAS. RAS shall be incorporated into the HMA mixture either by a separate weight depletion system or by using the RAP weigh belt. Either feed system shall be interlocked with the aggregate feed or weigh system to maintain correct proportions for all rates of production and batch sizes. The portion of RAS shall be controlled accurately to within ± 0.5 percent of the amount of RAS utilized. When using the weight depletion system, flow indicators or sensing devices shall be provided and interlocked with the plant controls such that the mixture production is halted when RAS flow is interrupted.

(b) HMA Plant Requirements. HMA plants utilizing FRAP and/or RAS shall be capable of automatically recording and printing the following information.

(1) Dryer Drum Plants.

a. Date, month, year, and time to the nearest minute for each print.

b. HMA mix number assigned by the Department.

c. Accumulated weight of dry aggregate (combined or individual) in tons (metric tons) to the nearest 0.1 ton (0.1 metric ton).

d. Accumulated dry weight of RAS and FRAP in tons (metric tons) to the nearest 0.1 ton (0.1 metric ton).

e. Accumulated mineral filler in revolutions, tons (metric tons), etc. to the nearest 0.1 unit.

f. Accumulated asphalt binder in gallons (liters), tons (metric tons), etc. to the nearest 0.1 unit.

g. Residual asphalt binder in the RAS and FRAP material as a percent of the total mix to the nearest 0.1 percent.

h. Aggregate RAS and FRAP moisture compensators in percent as set on the control panel. (Required when accumulated or individual aggregate and RAS and FRAP are printed in wet condition.)

37

i. When producing mixtures with FRAP and/or RAS, a positive dust control system shall be utilized.

j. Accumulated mixture tonnage.

k. Dust Removed (accumulated to the nearest 0.1 ton (0.1 metric ton))

(2) Batch Plants. a. Date, month, year, and time to the nearest minute for each print.

b. HMA mix number assigned by the Department.

c. Individual virgin aggregate hot bin batch weights to the nearest pound (kilogram).

d. Mineral filler weight to the nearest pound (kilogram).

f. RAS and FRAP weight to the nearest pound (kilogram).

g. Virgin asphalt binder weight to the nearest pound (kilogram).

h. Residual asphalt binder in the RAS and 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.

1031.09 RAP in Aggregate Surface Course and Aggregate Wedge Shoulders, Type B. The use of RAP or FRAP 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. RAP used shall be according to the current Central Bureau of Materials Policy Memorandum, “Reclaimed Asphalt Pavement (RAP) for Aggregate Applications”.

(b) Gradation. The RAP material shall meet the gradation requirements for CA 6 according to Article 1004.01(c), except the requirements for the minus No. 200 (75 µm) sieve shall not apply. The sample for the RAP material shall be air dried to constant weight prior to being tested for gradation.”

38

TEMPORARY PAVEMENT (D-1) Effective: March 1, 2003 Revised: April 10, 2008

Description. This work shall consist of constructing a temporary pavement at the locations shown on the plans or as directed by the engineer.

The contractor shall use either Portland cement concrete according to Sections 353 and 354 of the Standard Specifications or HMA according to Sections 355, 356, 406 of the Standard Specifications, and other applicable HMA special provisions as contained herein. The HMA mixtures to be used shall be specified in the plans. The thickness of the Temporary Pavement shall be as described in the plans. The contractor shall have the option of constructing either material type if both Portland cement concrete and HMA are shown in the plans.

Articles 355.08 and 406.11 of the Standard Specifications shall not apply.

The removal of the Temporary Pavement, if required, shall conform to Section 440 of the Standard Specification.

Method of Measurement. Temporary pavement will be measured in place and the area computed in square yards (square meters).

Basis of Payment. This work will be paid for at the contract unit price per square yard (square meter) for TEMPORARY PAVEMENT and TEMPORARY PAVEMENT (INTERSTATE).

Removal of temporary pavement will be paid for at the contract unit price per square yard (square meter) for PAVEMENT REMOVAL.

39

WORK ZONE TRAFFIC CONTROL (D-1 MAINTENANCE) Effective: May 30, 2006 Revised: June 15, 2010

Revise Article 701.19 Method of Measurement to read:

"Traffic Control and Protection will not be measured for payment."

Revise Article 701.20 Basis of Payment to read:

"(a) Traffic Control and Protection will not be paid for as separate items, but the costs shall be considered as included in the contract unit prices for the construction items involved, and no additional compensation will be allowed.

(b) Work or revisions in the phasing of construction or maintenance operations may require traffic control to be installed in accordance with a Standard other than those included in the plans. In such cases, the Standards will be made available to the Contractor at least one week in advance of the change in traffic control. Payment for traffic control required by these added Standards will be according to Article 109.04. Revisions or modifications to increase the traffic control protection shown in the contract shall be submitted by the Contractor for approval by the Engineer. A reduction of the traffic control shown in the contract will not be allowed."

40

TEMPORARY INFORMATION SIGNING Effective: November 13, 1996 Revised: January 2, 2007

Description. This work shall consist of furnishing, installing, maintaining, relocating for various states of construction and eventually removing temporary informational signs. Included in this item may be ground mount signs, skid mount signs, truss mount signs, bridge mount signs, and overlay sign panels which cover portions of existing signs.

Materials. Materials shall be according to the following Articles of Section 1000 - Materials:

Item Article/Section a.) Sign Base (Notes 1 & 2) 1090 b.) Sign Face ( Note 3) 1091 c.) Sign Legends 1092 d.) Sign Supports 1093 e.) Overlay Panels (Note 4) 1090.02

Note 1. The Contractor may use 5/8 inch (16 mm) instead of 3/4 inch (19 mm) thick plywood. Note 2. Type A sheeting can be used on the plywood base. Note 3. All sign faces shall be Type A except all orange signs shall meet the requirements of Article 1106.01. Note 4. The overlay panels shall be 0.08 inch (2 mm) thick.

GENERAL CONSTRUCTION REQUIREMENTS Installation. The sign sizes and legend sizes shall be verified by the Contractor prior to fabrication.

Signs which are placed along the roadway and/or within the construction zone shall be installed according to the requirements of Article 701.14 and Article 720.04. The signs shall be 7 ft (2.1 m) above the near edge of the pavement and shall be a minimum of 2 ft (600 mm) beyond the edge of the paved shoulder. A minimum of two (2) posts shall be used. The attachment of temporary signs to existing sign structures or sign panels shall be approved by the Engineer. Any damage to the existing signs due to the Contractor's operations shall be repaired or signs replaced, as determined by the Engineer, at the Contractor's expense.

Signs which are placed on overhead bridge structures shall be fastened to the handrail with stainless steel bands. These signs shall rest on the concrete parapet where possible. The Contractor shall furnish mounting details for approval by the Engineer.

Method Of Measurement. This work shall be measured for payment in square feet (square meters) edge to edge (horizontally and vertically). All hardware, posts or skids, supports, bases for ground mounted signs, connections, which are required for mounting these signs will be included as part of this pay item.

Basis Of Payment. This work shall be paid for at the contract unit price per square foot (square meter) for TEMPORARY INFORMATION SIGNING.

41

SHREDDED BARK MULCH, 3 INCH

Description. This work shall consist of the placement of mulch material at the locations specified in the construction documents and plans. Work shall be performed in accordance with Section 251 of the Standard Specifications and Chapter 59 “Landscape Design” of the Illinois Department of Transportation Bureau of Design and Environment Manual, current edition.

Within 24 hours of planting and placing topsoil, bump out locations along the east side of Green Street shall receive a bedding of mulch no less than 3 inches in thickness.

Materials The mulch shall be composed of shredded hardwood bark and shall be free of harmful chemicals, diseases, insects, wood chips, and sawdust. Mulch shall have a minimum 1/8 inch dimensional width and a maximum length of 4” dimension. The mulch shall be installed at a minimum depth of 3” at all locations shown in the plans or as otherwise specified by the Engineer. A mulch sample shall be submitted to the Resident Engineer for approval at least 72 hours prior to placing. The color of the mulch shall match the existing color of the mulch or as specified by the Engineer and /or the City.

Method of Measurement This work shall be measured for payment in square yards upon completion of placement.

Basis of Payment This work shall be paid for at the contract unit price per square yard for SHREDDED BARK MULCH 3” which price shall include all materials, labor and equipment necessary to install the mulch.

42

STRUCTURAL REPAIR OF CONCRETE (SPECIAL)

Description: This work shall consist of removal and repair of deteriorated concrete areas of the bridge fascia and the underside of the bridge deck.

Materials: This work shall be done in accordance with the manufacturer’s requirements and recommendations. All Structural Repair of Concrete (Special) as shown on the drawings shall be performed using SIKATOP 123 PLUS, manufactured by Sika Construction Products.

Concrete Removal: Remove concrete with handheld pneumatic chipping hammers. Repair configurations will have squared corners. The areas repairs shall have all loose, unsound concrete removed completely. The concrete removal shall extend along the reinforcement bar until the reinforcement is free of bond inhibiting corrosion.

Surface Preparation: Prepare the surface per the manufacturer’s requirements and recommendations. The surface shall be rinsed clean with water and the water then removed with the use of a compressed air jet.

Reinforcement: Exposed reinforcement bars shall be cleaned of concrete and corrosion. After cleaning, all exposed reinforcement shall be carefully evaluated to determine if replacement or additional reinforcement bars are required. Intersecting reinforcement bars shall be tightly secured to each other using 0.006 in. or heavier gauge tie wire.

Placement: The contractor shall comply with all the manufacturer requirements and recommendations for placement and curing of the SIKATOP 123 PLUS. The maximum lift thickness shall be limited to 1 ½ inch. The minimum lift thickness shall be 1/8 inch. The final lift shall be flush with the adjacent existing structure surface. The surface shall be troweled smooth.

Inspection of Completed Work: The Contractor shall provide ladders or other appropriate equipment for the Engineer to inspect the repaired areas. After curing, the repair shall be examined for conformance, cracks, voids and delaminations. Sounding for delaminations will be done with a hammer or by other methods determined by the Engineer.

The repaired area shall be removed and replaced, as determined by the Engineer, for nonconformance, surface cracks greater than 0.01 inch in width, map cracking with crack spacing in any direction of 18 inches or less, voids, or delaminations. Finishing imperfections in repair areas shall be ground smooth to the satisfaction of the Engineer.

Basis of Payment: This work will be paid for at the contract unit price per square foot for STRUCTURAL REPAIR OF CONCRETE (SPECIAL).

43

REMOVE AND REINSTALL BRICK PAVERS

Description. This work shall consist of the removal, storage, and reinstallation of the existing brick paver sidewalks located on the east side of Green Street, which are impacted due to stage construction activities. This work shall be performed as described in the plans, contract documents, and applicable portions of Section 424 of the Standard Specifications as well as directed by the Engineer.

The Contractor shall photograph, log, document, and record existing conditions and paver patterns prior to removal. The proposed paver pattern shall replicate the existing pattern. Any pavers damaged or deemed unusable by the Engineer shall be replaced in kind by the Contractor. No additional compensation will be provided due to damaged pavers during removal, storage, or installation.

Materials The REMOVE AND REINSTALL BRICK PAVERS shall include the complete removal, storage, reinstallation, leveling and jointing sand, and compacted aggregate base. Leveling sand shall be sound sharp washed natural sand or crushed stone complying to the gradation requirements of ASTM C33 for fine aggregates. Sand for paver joints shall be fine sharp washed natural sand or crushed stone with 100 percent passing No. 16 sieve and no more than 10 percent passing No. 200 sieve.

Method of Measurement This work shall be measured for payment in square feet upon completion of placement of brick pavers.

Basis of Payment This work shall be paid for at the contract unit price per square foot for REMOVE AND REINSTALL BRICK PAVERS which price shall include all materials, labor and equipment necessary to remove, store, and reinstall brick pavers. Price shall also include all leveling sand and joint sand necessary.

44

PEDESTRIAN RAIL (SPECIAL)

Description: This item shall include the furnishing of all materials and the necessary labor to construct and erect the completed railing as specified on the plans and specified herein. The line and grade of the railing shall be true to that shown on the plans and shall not follow any defects in the existing structure.

Contractor shall field measure the existing sidewalk where the new fence is to be installed. New railing posts shall be located so there is no conflict between existing railings and proposed anchor locations. The end post adjacent to the existing bridge railing shall be placed as close as possible to the existing bridge railing in order to minimize the gap between the new decorative railing and the existing bridge railing.

Rail posts and pickets shall be vertical. Railing horizontal members shall follow the grade of the sidewalk.

This item shall meet the applicable requirements of Articles 509.02, 509.03, and 509.06 of the Standard Specifications. Rail post anchors shall be stainless steel.

The railing provided shall closely match the style, geometry and finish of the following preferred provider:

Echelon/Majestic Ameristar Fence Products, Inc. 872 Industrial Drive Elmhurst, IL 60126 (888) 333 3422 www.ameristarfencechicago.com

Alternates include:

Saybrook Specrail 129 Leederhill Drive Hamden, CT 06517 (800) 243 6256 www.specrail.com

Aberdeen Iron World Manufacturing, LLC 9390 Davis Laurel, Maryland 20723 (301) 776 7448 www.ironworldfencing.com

Final finish color shall be matte black. Railing provider shall determine base plate thickness and post weld. The Contractor shall submit shop drawings, field measurements, and a sample of the final powder coat finish to the Engineer for approval.

Installation shall be as shown on the plans and in accordance with the Manufacturer’s recommendations.

45

Method of Measurement: Railing will be measured in feet. The length paid for will be the overall length along the top longitudinal railing through all posts and gaps.

Basis of Payment: Railing will be paid for at the contract unit price per foot for PEDESTRIAN RAIL (SPECIAL), which shall include the cost of all materials, fabrication, transportation, erection, cleaning and painting.

46

WATERMAIN REMOVAL, 8 INCH

Description This work shall consist of the cutting and removal of existing watermain 1 foot +/- above existing ground elevation on either side of the creek as well as the removal of the last horizontal pipe on either side of the creek, prior to the 45 degree bend.

The exact length and location shall be determined in the field by the contractor and the engineer to ensure the remaining watermain to be lowered onto the proposed brackets follows the same profile as existing.

Method of Measurement This work shall be paid for by the foot of actual removed water main.

Basis of Payment This work shall be paid for at the contract unit price per foot for WATERMAIN REMOVAL 8 INCH which price shall include all materials, labor and equipment necessary to cut and remove water main, as well as any materials necessary to remove required existing joints.

47

CONNECTION TO EXISTING WATERMAIN 8 INCH

Description This work shall consist of the connection of the cut section of watermain to the lowered existing section of watermain, as specified herein, and as described in Section 41 of the “Standard Specifications for Water and Sewer Main Construction in Illinois”.

The contractor shall ensure the connection to existing watermain shall result in the lowered watermain being lowered approximately 1.5 feet from the existing elevation, along the same profile.

Materials The cost of the shut down of the watermain and lowering to finished location shall be included in this item. The contractor shall field verify and adjust the exact location and connection elevation. Any fittings necessary following the City of McHenry’s requirements shall be provided and utilized to make the connection. New brackets mounted to the bridge face, as in the existing shall be included, and the existing brackets removed.

Upon completion the watermain shall be flushed, chlorinated and tested per City requirements.

Method of Measurement This work shall be paid for each connection completed.

Basis of Payment This work shall be paid for at the contract unit price per EACH for CONNECTION TO EXISTING WATERMAIN 8 INCH which price shall include all materials, fittings, labor and equipment necessary to lower, connect, and test water main.

48

STAMPED COLORED CONCRETE SUPERSTRUCTURE

Description: This work shall consist of constructing integrally colored Concrete Superstructure sidewalk with imprinted pattern, surface hardener, and cure/sealer. The concrete sidewalk thickness shall be as shown on the plans.

Submittals: Manufacturers' data sheets shall be submitted on each product to be used, including preparation instructions, storage and handling requirements, and installation methods.

Quality Assurance: The installer shall provide a qualified foreman or supervisor who has a minimum of three years experience with imprinted and textured concrete, and who has successfully completed at least five imprinted concrete installations of high quality and similar in scope to that required. The concrete shall be cast-in-place on the job site by trained and experienced workers. Obtain materials from the same source for all the colored and imprinted work.

Mock-Up: Prior to beginning work, provide field samples of integrally colored Concrete Superstructure with imprinted pattern, surface hardener, and cure/sealer. Mock-ups to be 24 inches by 24 inches in size with surface colors and patterns specified and approved by the Engineer. Do not proceed with work until the workmanship, pattern, color, and sheen are approved by Engineer. Refinish mock-ups or provide additional samples as required to obtain Engineer's approval.

Materials: Provide all materials in accordance with Section 503 of the Standard Specifications. The color and pattern of the sidewalk shall match as closely as possible that of the pavers in the adjacent Riverwalk. The existing pavers have multiple colors. The color of the sidewalk shall be a blend of the existing paver colors. Submit color and pattern samples to the Engineer before preparing mock-ups. Final pattern and color selections to be approved by Engineer.

Integral coloring admixture shall be a non-fading synthetic oxide pigment meeting ASTM C979 at a 6% minimum percent loading and a maximum 8% loading by weight of the cementitious materials in the mix. Add integral color according to manufacturer's instructions.

Color hardener shall be applied to the surface of the concrete according to the manufacturer's instructions and recommended application techniques.

Form release agent shall be provided in clear liquid form and shall be applied to the surface of the concrete according to the manufacturer's instructions and recommended application techniques.

Curing agent shall be a liquid membrane-forming clear curing compound conforming to AASHTO M148, Type 1. Apply curing compound for integrally colored concrete according to the manufacturer's instructions and recommended application techniques. Apply the curing compound at a uniform interval after each pour to maintain consistency in finished coloration.

Use admixtures designed for use and compatibility with colored concrete pigments. Do not use calcium chloride or admixtures containing chlorides. Use the same admixtures for colored concrete throughout the project.

Joint fillers shall be selected to match the integral colors selected for the project.

49

Equipment: Imprinting tools shall be used for texturing freshly placed concrete in a pattern/texture as approved by Engineer. Tools are to be used according to the manufacturers’ instructions. General: This work shall be according to Section 503 of the Standard Specifications and the following:

Colored concrete mixes for the entire project are to be consistent.

If additional water is added to the colored concrete once a truck is on site, this concrete will be rejected.

If Engineer allows, minimal amounts of water may be applied to the surface of the colored concrete to complete the final surface finishing operations. If too much water is added to the surface of the colored concrete during final surface finishing operations such that the colored concrete no longer conforms to the approved color, the colored concrete may be rejected and replaced at the direction of Engineer.

The construction sequence for colored stamped concrete and adjacent shall be approved by the Engineer. Cover and protect adjacent construction and concrete from discoloration and spillage during placement and curing of colored concrete. Cover and protect colored concrete from discoloration and spillage during placement and curing of adjacent work. Remove and replace discolored concrete as Engineer directs.

Uniformly apply liquid release agent onto the colored, still plastic state concrete to provide clean release of imprinting tools from the concrete surface without lifting imprint or rearing concrete.

Contractor shall monitor the setting up of the concrete. Once the concrete is ready for imprinting, contractor shall accurately align and place the imprinting stamps uniformly pressing or pounding the imprint tools to produce the required pattern and depth of imprint on the concrete surface. Remove platform tools immediately. Hand texture and stamp edges and surfaces unable to be imprinted with the stamping mats. Touch up imperfections such as broken corners, double imprints, and surface cracks.

Do not cure colored concrete using plastic sheeting unless necessary due to weather conditions. Plastic sheeting shall not be laid directly on top of the concrete, as discoloration will occur. Plastic shall be suspended above the concrete.

All completed areas of colored concrete shall be of consistent color and appearance and must meet the approval of Engineer. Any finished areas that are rejected by Engineer shall be removed and replaced by Contractor at no additional cost to Owner.

Measurement and Payment: This work shall be measured and paid for in place and the volume computed in cubic yards for the actual concrete volume poured. Field samples will not be measured for payment but included in the cubic yard price for this item. Required adjustments or corrections needed to address field sample comments and the cost of additional field samples, if required, will not be paid for separately, but shall be included in the cubic yard price of this item.

Basis of Payment: Concrete Superstructure, integrally colored and stamped, will be paid for at the contract unit price per cubic yard for STAMPED COLORED CONCRETE SUPERSTRUCTURE. The unit bid price

50 shall include all labor and material costs to complete the work according to the requirements included herein.

51

REMOVE, REPAIR, PAINT, AND REINSTALL RAILING

Description: This work shall consist of removing, repairing, painting and reinstalling the existing bridge railing as specified herein and as shown on the plans. Work includes supplying and installing new anchor bolt assemblies; field bolts, screws and nuts; shim plates and fabric reinforced elastomeric pads. Existing bridge railing sections and post locations shall be field measured and recorded. Each rail post and railing section (between posts) shall be given an identifying number and recorded. The post and railing sections shall be tagged with their identifying marks. Tags shall remain attached the elements until their reinstallation has been accepted by the Engineer. Remove existing rail post anchor bolt nuts without damaging existing base plates.

Existing rail posts and railing sections shall be precisely reinstalled on the new sidewalks and curb in their original locations. Contractor shall prepare 11 x 17 drawings documenting field measurements and post and rail section identifying numbers and submit them to the Engineer for review and approval prior to removal of any railing components.

The existing steel coating contains lead. Existing post base may have lead plates. The Contractor shall take appropriate precautions to deal with the presence of lead on this project.

The existing bridge railing shall be disassembled and delivered to qualified railing fabrication shop. The railing shall be shot blast cleaned, repaired and powder coated matte black and then returned to the bridge site and each post and rail section reinstalled in its original location. Shim plates and field bolts, screws and nuts shall be powder coated matte black. Submit a paint chip to the Engineer for approval prior to powder coating. A qualified railing fabrication shop shall have been in business for at least 5 years performing similar steel railing fabrication work.

Anchor bolt assemblies shall be galvanized according to Article 509.05 of the Standard Specifications.

Measurement and Payment: This work shall be measured for payment in place in feet.

Basis of Payment: This work will be paid for at the contract unit price per foot for REMOVE, REPAIR, PAINT AND REINSTALL RAILING.

52

REMOVE AND REPLACE WATER MAIN BRACKETS

Description: This item will consist of the removal and disposal of the existing water main vertical brackets, modifying new water main brackets, installation of new vertical water main brackets supplied by the City, and modification of the existing diagonal end tie rod bracket, all as specified herein and as shown on the plans.

Remove existing water main support bracket anchor bolts in bridge fascia to below the face of existing concrete and patch depressions using Polymer Modified Portland Cement Mortar. There are 10 existing vertical brackets with 2 anchor bolts in each bracket and 1 existing diagonal bracket with 8 anchor bolts in the bracket to be patched.

The existing diagonal water main support bracket at the North end shall be removed, cleaned and painted as shown on the plans and reinstalled after the water main is lowered using new stainless steel anchor bolts. Install new stainless steel or hot dip galvanized tie rods, pipe clamps, fittings, nuts and washers for the connection between the water main and diagonal bracket at the North, and existing concrete wall at the South.

New water main vertical brackets will be picked up at a City facility and delivered to the project site by the contractor. New brackets shall be modified and painted as shown on the plans. New brackets shall be attached to the existing bridge fascia and new bridge sidewalk as shown on the plans using stainless steel anchor bolts. Bolt water main rollers in place, reinstall water main and bolt top strap in place. Bolts shall be high strength bolts as shown on the plans. Wrap the water main and fittings with new insulation and metal jacketing as shown on the plans after water main has been completely reinstalled. See Special Provision for Remove and Replace Water Main Insulation. Anchor bolts and high strength bolts shall be supplied by the contractor.

Measurement and payment will be made at the contract unit price per Lump Sum for Remove and Replace Water Main Brackets. Price will include all labor, material, and equipment to complete the work as described herein, including patching, and as shown on the plans.

53

REMOVE AND REPLACE WATER MAIN INSULATION

Description: This item will consist of the removal and disposal of the existing water main cover and insulation, installation of new water main insulation and metal jacketing after existing water main is reinstalled in the lowered position, all as specified herein and as shown on the plans. This item shall also include all work required to install the new insulation and jacketing at and around the new water main brackets and tie rod connections.

Qualifications: Qualifications shall be submitted to the Engineer for approval within 10 days after award of the contract. Due to the special requirements for installation of metal jacketing, all metal jacketing and accessories shall be installed by a subcontractor specializing in the installation of those products. The Contractor shall submit qualifications of the subcontractor installing the jacketing to the Engineer for approval.

Materials: Water main pipe insulation shall be Pyrogel XT-E as manufactured by Aspen Aerogels. Aluminum sheet jackets, aluminum elbows and installation accessories shall be as manufactured by ITW Insulation Systems. Aluminum Weatherjac pressed end caps shall be as manufactured by Ideal Products. All installations shall be done in accordance with the Manufacturer’s recommendations. Recommended contact for assistance with metal jacketing: GIC Chicago Steve Pohl 1250 Garnet Drive Northlake, IL 60164 Phone: 708-354-9800 Secondary phone: 866-899-5300 Fax: 708-354-9801 Email: [email protected] itwinsulation.com www.idealproducts.ca/Toolbox/DataSheets.aspx

Recommended contact for assistance with Pyrogel XT-E insulation: Aspen Aerogels, Inc. Jeff Seko - Midwest Industrial Sales and Support Manager Mobile: 773-402-8079 Email: [email protected] www.aerogel.com

Workmanship: Insulation and jacketing shall be accurately cut and installed. Jacket joints and cuts shall be sealed with black silicone caulk. Cut edges shall be straight, true and closely follow the object being cut around. Jagged cuts and excessive caulking of over cut areas in jacketing will not be allowed.

Submittals: All submittals shall be prepared and submitted to the Engineer for approval 30 days prior to starting work. Contractor shall submit product data sheets for all materials to be used for insulation and jacketing, including accessories. Submit the manufacturer’s installation instruction for metal

54 jacketing and insulation. Submit sketches to the Engineer for approval that depict how insulation and metal jacketing will be installed at water main support brackets and tie rod connections

Method of Measurement and Basis of Payment: Measurement and payment will be made at the contract unit price per Lump Sum for Remove and Replace Water Main Insulation. Price will include metal jacketing and all labor, material, and equipment to complete the work as described herein and shown on the plans.

55

HOT-MIX ASPHALT SURFACE REMOVAL (DECK)

Description: This work shall consist of the complete removal and satisfactory disposal in stages of the existing bridge and approach slab wearing surfaces and waterproofing membrane at the locations shown on the plans or as directed by the Engineer, and shall be done in accordance with the applicable portions of Section 440 of the Standard Specifications.

Basis of Payment: This work will be paid for at the contract unit price per square yard for HOT- MIX ASPHALT SURFACE REMOVAL DECK.

56

BRIDGE CLEANING

Description: This work shall consist of removal of efflorescence and cleaning the exposed fascia area of all existing bridge concrete surfaces visible in the east and west elevations, including the chamfer along the bottom of the slab, wingwalls and all exposed surfaces of pylons. The generally white efflorescence shall be removed from all concrete surfaces, including all cracks. Efflorescence covers the majority of the faces of the bridge slab.

Removal of efflorescence may require mechanical means such as stainless steel wire brushes. Chisels or light grinding may also be used. Any mechanical means should not damage the concrete surface. Liquid efflorescence removers should be non-fuming, non-corrosive on skin, non-flammable and biodegradable. They should be free of muriatic, hydrochloric, nitric or sulfuric acids and should not etch the concrete surface. After all efflorescence has been removed from the bridge fascias the fascias shall be power washed.

The work also includes removal of existing form ties and projecting bolts on the fascias to below the face of existing concrete. Form ties are generally identifiable as regularly spaced rust spots. The depression shall be patched with Polymer Modified Portland Cement Mortar. Existing form ties that are below the face of existing concrete shall also be patched. Patching at anchor bolts of the existing water main brackets is included in REMOVE AND REPLACE WATER MAIN BRACKETS.

Method of Measurement and Basis of Payment: Measurement and payment will be made at the contract unit price per Lump Sum for Bridge Cleaning. Price will include all labor, material, and equipment to complete the work as described herein and shown on the plans.

57

LR107-4 Page 1 of 1

State of Illinois Department of Transportation Bureau of Local Roads and Streets

SPECIAL PROVISION FOR INSURANCE

Effective: February 1, 2007 Revised: August 1, 2007

All references to Sections or Articles in this specification shall be construed to mean specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation.

The Contractor shall name the following entities as additional insured under the Contractor’s general liability insurance policy in accordance with Article 107.27:

The entities listed above and their officers, employees, and agents shall be indemnified and held harmless in accordance with Article 107.26. BDE SPECIAL PROVISIONS For the April 27 and June 15, 2018 Lettings

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

File Name # Special Provision Title Effective Revised 80099 1 Accessible Pedestrian Signals (APS) April 1, 2003 Jan. 1, 2014 80382 2 Adjusting Frames and Grates April 1, 2017 80274 3 Aggregate Subgrade Improvement April 1, 2012 April 1, 2016 80192 4 Automated Flagger Assistance Device Jan. 1, 2008 80173 5 Bituminous Materials Cost Adjustments Nov. 2, 2006 Aug. 1, 2017 80241 6 Bridge Demolition Debris July 1, 2009 5026I 7 Building Removal-Case I (Non-Friable and Friable Asbestos) Sept. 1, 1990 April 1, 2010 5048I 8 Building Removal-Case II (Non-Friable Asbestos) Sept. 1, 1990 April 1, 2010 5049I 9 Building Removal-Case III (Friable Asbestos) Sept. 1, 1990 April 1, 2010 5053I 10 Building Removal-Case IV (No Asbestos) Sept. 1, 1990 April 1, 2010 80366 11 Butt Joints July 1, 2016 80386 12 Calcium Aluminate Cement for Class PP-5 Concrete Patching Nov. 1, 2017 80396 13 Class A and B Patching Jan. 1, 2018 80384 14 Compensable Delay Costs June 2, 2017 80198 15 Completion Date (via calendar days) April 1, 2008 80199 16 Completion Date (via calendar days) Plus Working Days April 1, 2008 80293 17 Concrete Box Culverts with Skews > 30 Degrees and Design Fills ≤ 5 April 1, 2012 July 1, 2016 Feet 80311 18 Concrete End Sections for Pipe Culverts Jan. 1, 2013 April 1, 2016 80277 19 Concrete Mix Design – Department Provided Jan. 1, 2012 April 1, 2016 80261 20 Construction Air Quality – Diesel Retrofit June 1, 2010 Nov. 1, 2014 80387 21 Contrast Preformed Plastic Pavement Marking Nov. 1, 2017 80029 22 Disadvantaged Business Enterprise Participation Sept. 1, 2000 July 2, 2016 80378 23 Dowel Bar Inserter Jan. 1, 2017 Jan. 1, 2018 80388 24 Equipment Parking and Storage Nov. 1, 2017 80229 25 Fuel Cost Adjustment April 1, 2009 Aug. 1, 2017 80304 26 Grooving for Recessed Pavement Markings Nov. 1, 2012 Nov. 1, 2017 80246 27 Hot-Mix Asphalt – Density Testing of Longitudinal Joints Jan. 1, 2010 April 1, 2016 80347 28 Hot-Mix Asphalt – Pay for Performance Using Percent Within Limits – Nov. 1, 2014 Jan. 1, 2018 Jobsite Sampling 80383 29 Hot-Mix Asphalt – Quality Control for Performance April 1, 2017 Nov. 1, 2017 80376 30 Hot-Mix Asphalt – Tack Coat Nov. 1, 2016 80392 31 Lights on Barricades Jan. 1, 2018 80336 32 Longitudinal Joint and Crack Patching April 1, 2014 April 1, 2016 80393 33 Manholes, Valve Vaults, and Flat Slab Tops Jan. 1, 2018 80045 34 Material Transfer Device June 15, 1999 Aug. 1, 2014 * 80394 35 Metal Flared End Section for Pipe Culverts Jan. 1, 2018 April 1, 2018 80165 36 Moisture Cured Urethane Paint System Nov. 1, 2006 Jan. 1, 2010 80349 37 Pavement Marking Blackout Tape Nov. 1, 2014 April 1, 2016 80371 38 Pavement Marking Removal July 1, 2016 80390 39 Payments to Subcontractors Nov. 2, 2017 80377 40 Portable Changeable Message Signs Nov. 1, 2016 April 1, 2017 80389 41 Portland Cement Concrete Nov. 1, 2017 80359 42 Portland Cement Concrete Bridge Deck Curing April 1, 2015 Nov. 1, 2017 80385 43 Portland Cement Concrete Sidewalk Aug. 1, 2017 80300 44 Preformed Plastic Pavement Marking Type D - Inlaid April 1, 2012 April 1, 2016 80328 45 Progress Payments Nov. 2, 2013 3426I 46 Railroad Protective Liability Insurance Dec. 1, 1986 Jan. 1, 2006 File Name # Special Provision Title Effective Revised 80157 47 Railroad Protective Liability Insurance (5 and 10) Jan. 1, 2006 80306 48 Reclaimed Asphalt Pavement (RAP) and Reclaimed Asphalt Shingles Nov. 1, 2012 Jan. 1, 2018 (RAS) 80395 49 Sloped Metal End Section for Pipe Culverts Jan. 1, 2018 80340 50 Speed Display Trailer April 2, 2014 Jan. 1, 2017 80127 51 Steel Cost Adjustment April 2, 2004 Aug. 1, 2017 80391 52 Subcontractor Mobilization Payments Nov. 2, 2017 80317 53 Surface Testing of Hot-Mix Asphalt Overlays Jan. 1, 2013 April 1, 2016 80298 54 Temporary Pavement Marking (NOTE: This special provision was April 1, 2012 April 1, 2017 previously named “Pavement Marking Tape Type IV”.) 20338 55 Training Special Provisions Oct. 15, 1975 80318 56 Traversable Pipe Grate for Concrete End Sections (NOTE: This Jan. 1, 2013 Jan. 1, 2018 special provision was previously named “Traversable Pipe Grate”.) 80288 57 Warm Mix Asphalt Jan. 1, 2012 April 1, 2016 80302 58 Weekly DBE Trucking Reports June 2, 2012 April 2, 2015 80071 59 Working Days Jan. 1, 2002

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

File Name Special Provision Title New Location Effective Revised 80368 Light Tower Article 1069.08 July 1, 2016 80369 Mast Arm Assembly and Pole Article 1077.03(a)(1) July 1, 2016 80338 Portland Cement Concrete Partial Depth Hot-Mix Recurring CS #35 April 1, 2014 April 1, 2016 Asphalt Patching 80379 Steel Plate Beam Guardrail Articles 630.02, 630.05, Jan. 1, 2017 630.06, and 630.08 80381 Traffic Barrier Terminal, Type 1 Special Article 631.04 Jan. 1, 2017 80380 Tubular Markers Articles 701.03, 701.15, Jan. 1, 2017 701.18, and 1106.02

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

• Bridge Demolition Debris • Building Removal-Case IV • Material Transfer Device • Building Removal - Case I • Completion Date • Railroad Protective Liability Insurance • Building Removal – Case II • Completion Date Plus Working Days • Training Special Provisions • Building Removal - Case III • DBE Participation • Working Days

CONSTRUCTION AIR QUALITY – DIESEL RETROFIT (BDE)

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

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

Effective Dates Horsepower Range Model Year

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

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

June 1, 2012 2/ 50-99 2004 100-299 2003 300-599 2001 600-749 2002 750 and up 2006 1/ Effective dates apply to Contractor diesel powered off-road equipment assigned to the contract. 2/ Effective dates apply to Contractor and subcontractor diesel powered off-road equipment assigned to the contract.

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

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

b) Retrofitted with a non-verified diesel retrofit emission control device if verified retrofit emission control devices are not available for equipment proposed to be used on the project, and if the Contractor has obtained a performance certification from the retrofit device manufacturer that the emission control device provides a minimum PM emission reduction of 50 percent.

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

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

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

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

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

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

Diesel Retrofit Deficiency Deduction

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

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

If a Contractor accumulates three diesel retrofit deficiency deductions for the same piece of equipment in a contract period, the Contractor will be shutdown until the deficiency is corrected. Such a shutdown will not be grounds for any extension of the contract time, waiver of penalties, or be grounds for any claim.

80261 EQUIPMENT PARKING AND STORAGE (BDE)

Effective: November 1, 2017

Replace the first paragraph of Article 701.11 of the Standard Specifications with the following.

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

(a) When the project has adequate right-of-way, vehicles, materials, and equipment shall be located a minimum of 30 ft (9 m) from the pavement.

(b) When adequate right-of-way does not exist, vehicles, materials, and equipment shall be located a minimum of 15 ft (4.5 m) from the edge of any pavement open to traffic.

(c) Behind temporary concrete barrier, vehicles, materials, and equipment shall be located a minimum of 24 in. (600 mm) behind free standing barrier or a minimum of 6 in. (150 mm) behind barrier that is either pinned or restrained according to Article 704.04. The 24 in. or 6 in. measurement shall be from the base of the non-traffic side of the barrier.

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

80388

HOT-MIX ASPHALT – TACK COAT (BDE)

Effective: November 1, 2016

Revise Article 1032.06(a) of the Standard Specifications to read:

“(a) Anionic Emulsified Asphalt. Anionic emulsified asphalts shall be according to AASHTO M 140. SS-1h emulsions used as a tack coat shall have the cement mixing test waived.”

80376

LIGHTS ON BARRICADES (BDE)

Effective: January 1, 2018

Revise Article 701.16 of the Standard Specifications to read:

“ 701.16 Lights. Lights shall be used on devices as required in the plans, the traffic control plan, and the following table.

Circumstance Lights Required Daylight operations None First two warning signs on each approach to the work involving a nighttime lane Flashing mono-directional lights closure and “ROUGH GROOVED SURFACE” (W8-I107) signs Devices delineating isolated obstacles, excavations, or hazards at night Flashing bi-directional lights (Does not apply to patching) Devices delineating obstacles, excavations, or hazards exceeding Steady burn bi-directional lights 100 ft (30 m) in length at night (Does not apply to widening) Channelizing devices for nighttime lane None closures on two-lane roads Channelizing devices for nighttime lane None closures on multi-lane roads Channelizing devices for nighttime lane closures on multi-lane roads separating None opposing directions of traffic Channelizing devices for nighttime along Steady burn mono-directional lights lane shifts on multilane roads Channelizing devices for night time along Steady burn bi-directional lights lane shifts on two lane roads Devices in nighttime lane closure tapers Steady burn bi-directional lights on Standards 701316 and 701321 Devices in nighttime lane closure tapers Steady burn mono-directional lights Devices delineating a widening trench None Devices delineating patches at night on None roadways with an ADT less than 25,000 Devices delineating patches at night on None roadways with an ADT of 25,000 or more

Batteries for the lights shall be replaced on a group basis at such times as may be specified by the Engineer.”

Delete the fourth sentence of the first paragraph of Article 701.17(c)(2) of the Standard Specifications.

Revise the first paragraph of Article 603.07 of the Standard Specifications to read:

“ 603.07 Protection Under Traffic. After the casting has been adjusted and Class SI concrete has been placed, the work shall be protected by a barricade for at least 72 hours.”

80392

PAYMENTS TO SUBCONTRACTORS (BDE)

Effective: November 2, 2017

Add the following to the end of the fourth paragraph of Article 109.11 of the Standard Specifications:

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

80390

PORTLAND CEMENT CONCRETE BRIDGE DECK CURING (BDE)

Effective: April 1, 2015 Revised: November 1, 2017

Revise the following two entries in the table in Article 1020.13 of the Standard Specifications to read:

“INDEX TABLE OF CURING AND PROTECTION OF CONCRETE CONSTRUCTION LOW AIR CURING CURING TEMPERATURE TYPE OF CONSTRUCTION PERIOD METHODS PROTECTION DAYS METHODS Superstructure (Approach Slab) 1020.13(a)(5)(6) 19/ 3 1020.13(d)(1)(2) 17/ Deck 1020.13(a)(5)(6) 19/ 7 1020.13(d)(1)(2) 17/

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

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

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

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

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

For areas inaccessible to the cotton mats, curing shall be according to Article 1020.13(a)(3).”

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

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

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

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

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

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

80359

PROGRESS PAYMENTS (BDE)

Effective: November 2, 2013

Revise Article 109.07(a) of the Standard Specifications to read:

“(a) Progress Payments. At least once each month, the Engineer will make a written estimate of the quantity of work performed in accordance with the contract, and the value thereof at the contract unit prices. The amount of the estimate approved as due for payment will be vouchered by the Department and presented to the State Comptroller for payment. No amount less than $1000.00 will be approved for payment other than the final payment.

Progress payments may be reduced by liens filed pursuant to Section 23(c) of the Mechanics’ Lien Act, 770 ILCS 60/23(c).

If a Contractor or subcontractor has defaulted on a loan issued under the Department’s Disadvantaged Business Revolving Loan Program (20 ILCS 2705/2705-610), progress payments may be reduced pursuant to the terms of that loan agreement. In such cases, the amount of the estimate related to the work performed by the Contractor or subcontractor, in default of the loan agreement, will be offset, in whole or in part, and vouchered by the Department to the Working Capital Revolving Fund or designated escrow account. Payment for the work shall be considered as issued and received by the Contractor or subcontractor on the date of the offset voucher. Further, the amount of the offset voucher shall be a credit against the Department’s obligation to pay the Contractor, the Contractor’s obligation to pay the subcontractor, and the Contractor’s or subcontractor’s total loan indebtedness to the Department. The offset shall continue until such time as the entire loan indebtedness is satisfied. The Department will notify the Contractor and Fund Control Agent in a timely manner of such offset. The Contractor or subcontractor shall not be entitled to additional payment in consideration of the offset.

The failure to perform any requirement, obligation, or term of the contract by the Contractor shall be reason for withholding any progress payments until the Department determines that compliance has been achieved.”

80328 SUBCONTRACTOR MOBILILATION PAYMENTS (BDE)

Effective: November 2, 2017

Replace the second paragraph of Article 109.12 of the Standard Specifications with the following:

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

Value of Subcontract Reported on Form BC 260A Mobilization Percentage Less than $10,000 25% $10,000 to less than $20,000 20% $20,000 to less than $40,000 18% $40,000 to less than $60,000 16% $60,000 to less than $80,000 14% $80,000 to less than $100,000 12% $100,000 to less than $250,000 10% $250,000 to less than $500,000 9% $500,000 to $750,000 8% Over $750,000 7%”

80391

WEEKLY DBE TRUCKING REPORTS (BDE)

Effective: June 2, 2012 Revised: April 2, 2015

The Contractor shall submit a weekly report of Disadvantaged Business Enterprise (DBE) trucks hired by the Contractor or subcontractors (i.e. not owned by the Contractor or subcontractors) that are used for DBE goal credit.

The report shall be submitted to the Engineer on Department form “SBE 723” within ten business days following the reporting period. The reporting period shall be Monday through Sunday for each week reportable trucking activities occur.

Any costs associated with providing weekly DBE trucking reports shall be considered as included in the contract unit prices bid for the various items of work involved and no additional compensation will be allowed.

80302 GUIDE BRIDGE SPECIAL PROVISION INDEX/CHECK SHEET Effective as of the: June 15, 2018 Letting

√ File Title Effective Revised Name GBSP4 Polymer Modified Portland Cement Mortar Jun 7, 1994 Apr 1, 2016 GBSP12 Drainage System Jun 10, 1994 Jun 24, 2015 GBSP13 High-Load Multi-Rotational Bearings Oct 13, 1988 Apr 1, 2016 GBSP14 Jack and Remove Existing Bearings Apr 20, 1994 April 13, 2018 GBSP15 Three Sided Precast Concrete Structure Jul 12, 1994 Dec 21, 2016 GBSP16 Jacking Existing Superstructure Jan 11, 1993 April 13, 2018 GBSP17 Bonded Preformed Joint Seal Jul 12, 1994 Jan 1, 2007 GBSP18 Modular May 19, 1994 Dec 29, 2014 GBSP21 Cleaning and Painting Contact Surface Areas of Existing Steel Jun 30, 2003 April 13, 2018 Structures GBSP25 Cleaning and Painting Existing Steel Structures Oct 2, 2001 Apr 22, 2016 GBSP26 Containment and Disposal of Lead Paint Cleaning Residues Oct 2, 2001 Apr 22, 2016 GBSP28 Deck Slab Repair May 15, 1995 April 13, 2018 GBSP29 Bridge Deck Microsilica Concrete Overlay May 15, 1995 Oct 20, 2017 GBSP30 Bridge Deck Latex Concrete Overlay May 15, 1995 Oct 20, 2017 GBSP31 Bridge Deck High-Reactivity Metakaolin (HRM) Conc Overlay Jan 21, 2000 Oct 20, 2017 GBSP33 Pedestrian Truss Superstructure Jan 13, 1998 Dec 29, 2014 GBSP34 Concrete Wearing Surface Jun 23, 1994 Oct 4, 2016 GBSP35 Silicone Bridge Joint Sealer Aug 1, 1995 Oct 15, 2011 GBSP45 Bridge Deck Thin Polymer Overlay May 7, 1997 Feb 6, 2013 GBSP51 Pipe Underdrain for Structures May 17, 2000 Jan 22, 2010 GBSP53 Structural Repair of Concrete Mar 15, 2006 Apr 1, 2016 GBSP55 Erection of Curved Steel Structures Jun 1, 2007 GBSP56 Setting Piles in Rock Nov 14, 1996 Apr 1, 2016 GBSP59 Diamond Grinding and Surface Testing Bridge Sections Dec 6, 2004 Mar29, 2017 GBSP60 Containment and Disposal of Non-Lead Paint Cleaning Nov 25, 2004 Apr 22, 2016 Residues GBSP61 Slipform Parapet Jun 1, 2007 Apr 22, 2016 GBSP67 Structural Assessment Reports for Contractor’s Means and Mar 6, 2009 Oct 5, 2015 Methods GBSP71 Aggregate Column Ground Improvement Jan 15, 2009 Oct 15, 2011 GBSP72 Bridge Deck Fly Ash or GGBF Slag Concrete Overlay Jan 18, 2011 Oct 20, 2017 GBSP75 Bond Breaker for Prestressed Concrete Bulb-T Beams Apr 19, 2012 GBSP77 Weep Hole Drains for Abutments, Wingwalls, Retaining Walls Apr 19, 2012 Oct 22, 2013 and Culverts GBSP78 Bridge Deck Construction Oct 22, 2013 Dec 21, 2016 GBSP79 Bridge Deck Grooving (Longitudinal) Dec 29, 2014 Mar 29, 2017 GBSP81 Membrane Waterproofing System for Buried Structures Oct 4, 2016 April 13, 2018 GBSP82 Metallizing of Structural Steel Oct 4, 2016 Oct 20, 2017 GBSP83 Hot Dip Galvanizing For Structural Steel Oct 4, 2016 Oct 20, 2017 GBSP85 Micropiles Apr 19, 1996 Oct 5, 2015 GBSP86 Drilled Shafts Oct 5, 2015 Oct 4, 2016 GBSP87 Lightweight Cellular Concrete Fill Nov 11, 2001 Apr 1, 2016 GBSP88 Corrugated Structural Plate Structures Apr 22, 2016 April 13, 2018 GBSP89 Preformed Pavement Joint Seal Oct 4, 2016 GBSP90 Three Sided Precast Concrete Structure (Special) Dec 21, 2016 April 13, 2018 GBSP91 Crosshole Sonic Logging Testing of Drilled Shafts Apr 20, 2016 GBSP92 Thermal Integrity Profile Testing of Drilled Shafts Apr 20, 2016

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

LIST ADDITIONAL SPECIAL PROVISIONS BELOW

The following Guide Bridge Special Provisions have been incorporated into the 2016 Standard Specifications: File Title Std Spec Name Location GBSP32 Temporary Sheet Piling 522 GBSP38 Mechanically Stabilized Earth Retaining Walls 522 GBSP42 Drilled Soldier Pile Retaining Wall 522 GBSP43 Driven Soldier Pile Retaining Wall 522 GBSP44 Temporary Soil Retention System 522 GBSP46 Geotextile Retaining Walls 522 GBSP57 Temporary Mechanically Stabilized Earth Retaining Walls 522 GBSP62 Concrete Deck Beams 504 GBSP64 Segmental Concrete Block Wall 522 GBSP65 Precast Modular Retaining Wall 522 GBSP73 Cofferdams 2017 Supp GBSP74 Permanent Steel Sheet Piling (LRFD) 522 GBSP76 Granular Backfill for Structures 2017 Supp GBSP80 Fabric Reinforced Elastomeric 1028 GBSP84 Precast, Prestressed Concrete Beams 2017 Supp

The following Guide Bridge Special Provisions have been discontinued or have been superseded: File Title Disposition: Name GBSP70 Braced Excavation Use TSRS per Sec 522 GBSP 95 Bridge Deck Concrete Sealer Use July 1, 2012 version for Repair projects only

POLYMER MODIFIED PORTLAND CEMENT MORTAR Effective: June 7, 1994 Revised: April 1, 2016

Description. This work shall consist of furnishing all materials and labor required to remove and dispose of deteriorated concrete, and replace it with a polymer modified portland cement mortar at those locations shown on the plans or designated by the Engineer. The use of this mortar is intended to repair spalls between 3/8 in. (10 mm) and 2 in. ( 50 mm) deep on horizontal, vertical, and overhead surfaces.

Materials. Materials shall be according to the following.

Item Article/Section (a) Polymer Modified Portland Cement Concrete (Note 1) (b) Reinforcement Bars 1006.10 (c) Water 1002 (d) Cotton Mats 1022.02 (e) Protective Coat 1023 (f) Epoxy (Note2) 1025 (g) Mechanical Bar Splicers 508.08(c)

Note 1. Polymer modified portland cement mortar shall be a packaged product consisting of portland cement, fine aggregate, and a polymer modifier.

(1) The portland cement shall be according to Article 1001.01

(2) The fine aggregate shall be an FA 1 or FA 2, according to Articles 1003.01 and 1003.02.

(3) The polymer modified portland cement mortar shall meet the following physical requirements:

a. The mortar shall be a workable mix capable of bonding and holding its own plastic weight, when mixed and placed according to manufacturer instructions, on vertical and overhead surfaces. The testing shall be according to Illinois Laboratory Test Procedure “Evaluation of Vertical and Overhead Adhesion for Polymer Modified Portland Cement Mortar”.

b. The mortar shall have a minimum compressive strength of 1,500 psi (10,300 kPa) at 24 hours, 3,000 psi (20,700 kPa) at 3 days, and 5,000 psi (34,500 kPa) at 28 days; according to ASTM C 109.

c. The mortar shall have a minimum bond strength of 2,000 psi (13,800 kPa) at 28 days, according to the Illinois Laboratory Test Procedure “Evaluation of Bond Strength by Slant Shear”.

d. The mortar shall have a water soluble chloride ion content of less than 0.40 lb/cu yd (0.24 kg/cu m). The test shall be performed according to ASTM C 1218, and the mortar shall have an age of 28 to 42 days at the time of test. The ASTM C 1218 test shall be performed by an independent lab a minimum of once every two years, and the test results shall be provided to the Department.

The Department will maintain an Approved List of Polymer Modified Portland Cement Mortar.

Note 2. In addition ASTM C 881, Type IV, Grade 2 or 3, Class A, B, or C may be used.

Equipment. Equipment shall be according to Article 503.03 and the following:

(a) Chipping Hammer – The chipping hammer for removing concrete shall be a light-duty pneumatic or electric tool with a 15 lb (7 kg) class or less.

(b) Blast Cleaning Equipment – Blast Cleaning equipment for concrete surface preparation shall be the abrasive type, and the equipment shall have oil traps.

(c) Hydrodemolition Equipment – Hydrodemolition equipment for removing concrete shall be calibrated, and shall use water according to Section 1002.

Concrete Removal. The Contractor shall provide ladders or other appropriate equipment for the Engineer to mark the removal areas. Repair configurations will be kept simple, and squared corners will be preferred. The repair perimeter shall be sawed a depth of 3/8 in. (10 mm) or less, as required to avoid cutting the reinforcement. If the concrete is broken or removed beyond the limits of the initial saw cut, the new repair perimeter shall be recut. The areas to be repaired shall have all loose, unsound concrete removed completely by the use of chipping hammers, hydrodemolition equipment, or other methods approved by the Engineer. The concrete removal shall extend along the reinforcement bar until the reinforcement is free of bond inhibiting corrosion. The outermost layer of reinforcement bar within the repair area shall be undercut to a depth of 3/4 in. (19 mm) or the diameter of the reinforcement bar, whichever value is larger. The underlying transverse reinforcement bar shall also be undercut as previously described, unless the reinforcement is not corroded, and the reinforcement bar is encased and well bonded to the surrounding concrete.

If sound concrete is encountered before existing reinforcement bars are exposed, further removal of concrete shall not be performed unless the minimum repair depth is not met.

The repair depth shall be a minimum of 3/8 in. (10 mm) and a maximum of 2 in. (50 mm). The substrate profile shall be ± 1/16 in. (± 1.5 mm). The perimeter of the repair area shall have a vertical face.

If a repair is located at the ground line, any excavation required below the ground line to complete the repair shall be included in this work.

The Contractor shall have a maximum of 14 calendar days to complete each repair location with mortar, once concrete removal has started for the repair.

Surface Preparation. Prior to placing the mortar, the Contractor shall prepare the repair area and exposed reinforcement by blast cleaning. The blast cleaning shall provide a surface that is free of oil, dirt, and loose material.

The repair area and perimeter vertical face shall have a rough surface. Care shall be taken to ensure the perimeter sawcut is roughened. Just prior to mortar placement, saturate the repair area with water to a saturated surface-dry condition. Any standing water shall be removed.

Mortar placement shall be done within 3 calendar days of the surface preparation or the repair area shall be prepared again.

Reinforcement. Exposed reinforcement bars shall be cleaned of concrete and corrosion by blast cleaning. After cleaning, all exposed reinforcement shall be carefully evaluated to determine if replacement or additional reinforcement bars are required.

Reinforcing bars that have been cut or have lost 25 percent or more of their original cross sectional area shall be supplemented by new in kind reinforcement bars. New bars shall be lapped a minimum of 32 bar diameters to existing bars. A mechanical bar splicer shall be used when it is not feasible to provide the minimum bar lap. No welding of bars shall be performed.

Intersecting reinforcement bars shall be tightly secured to each other using 0.006 in. (1.6 mm) or heavier gauge tie wire, and shall be adequately supported to minimize movement during mortar placement.

For reinforcement bar locations with less than 0.75 in. (19 mm) of cover, protective coat shall be applied to the completed repair. The application of the protective coat shall be according to Article 503.19.

Placement. Mix and place the polymer modified portland cement mortar according to the manufacturer’s instructions. The mortar shall be placed and finished to the contours of the member, as originally constructed.

The mortar shall not be placed when the air temperature is below 45 °F (7 °C) and falling or below 40 °F (4 °C). Mortar shall not be placed when the air temperature is greater than 90 °F (32 °C). The mortar shall have a minimum temperature of 50 °F (10 °C) and a maximum temperature of 90 °F (32 °C). The mortar shall not be applied during periods of rain unless protective covers or enclosures are installed. The mortar shall not be applied when frost is present on the surface of the repair area, or the surface temperature of the repair area is less than 40 °F (4 °C).

Curing. Cotton mats shall be applied, according to Article 1020.13(a)(5), to the exposed layer of mortar within 10 minutes after finishing, and wet curing shall begin immediately. Curing shall be for a minimum of 3 days.

If temperatures below 45° F (7° C) are forecast during the curing period, protection methods shall be used. Protection Method I according to Article 1020.13(d)(1), or Protection Method II according to Article 1020.13(d)(2) shall be used during the curing period.

Inspection of Completed Work. The Contractor shall provide ladders or other appropriate equipment for the Engineer to inspect the repaired areas. After curing but no sooner than 28 days after placement of the mortar, the repair shall be examined for conformance with original dimensions, cracks, and delaminations. Sounding for delaminations will be done with a hammer or by other methods determined by the Engineer.

The repaired area shall be removed and replaced, as determined by the Engineer, for nonconformance with original dimensions, surface cracks greater than 0.01 in. (0.25 mm) in width, map cracking with a crack spacing in any direction of 18 in. (450 mm) or less, or delaminations.

If the repair is allowed to remain in place, cracks 0.01 in. (0.25 mm) or less shall be repaired with epoxy according to Section 590. For cracks less than 0.007 in. (2 mm), the epoxy may be applied to the surface of the crack.

Method of Measurement. Polymer modified portland cement mortar shall be measured for payment in place, and the area computed in square feet (square meters).

Basis of Payment. This work will be paid for at the contract unit price, per square foot (square meter) for POLYMER MODIFIED PORTLAND CEMENT MORTAR.

The furnishing and installation of supplemental reinforcement bars, mechanical bar splicers, and protective coat will be paid according to Article 109.04.

DECK SLAB REPAIR Effective: May 15, 1995 Revised: October 15, 2011

This work shall consist of hot-mix asphalt surface removal, when required, the removal and disposal of all loose and deteriorated concrete from bridge deck and the replacement with new concrete to the original top of deck. The work shall be done according to the applicable requirements of Sections 501, 503 and 1020 of the Standard Specifications and this Special Provision.

Deck slab repairs will be classified as follows:

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

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

Type I Full-depth patches less than or equal to 5 sq. ft. (0.5 sq m) in area. The minimum dimensions for a patch shall be 1 ft. x 1 ft. (300 mm x 300 mm).

Type II Full-depth patches greater than 5 sq. ft. (0.5 sq. m) in area.

Materials.

Materials shall be according to Article 1020.02.

Portland cement concrete for partial and full-depth repairs shall be according to Section 1020. Class PP-1, PP-2, PP-3, PP-4, PP-5 or BS concrete shall be used at the Contractor’s option unless noted otherwise on the contract plans. For Class BS concrete, a CA 13, 14, or 16 shall be used. If the BS concrete mixture is used only for full depth repairs, a CA-11 may be used.

Equipment:

The equipment used shall be subject to the approval of the Engineer and shall meet the following requirements:

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

(1) Sawing Equipment. Sawing equipment shall be a concrete saw capable of sawing concrete to the specified depth.

(2) Blast Cleaning Equipment. The blast cleaning may be performed by wet sandblasting, high-pressure waterblasting, shotblasting or abrasive blasting. Blast cleaning equipment shall be capable of removing rust and old concrete from exposed reinforcement bars, and shall have oil traps.

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

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

(5) Hydro-Demolition Equipment. The hydro-demolition equipment shall consist of filtering and pumping units operating with a remote-controlled robotic device. The equipment shall use water according to Section 1002. The equipment shall be capable of being controlled to remove only unsound concrete.

(b) Concrete Equipment: Equipment for proportioning and mixing the concrete shall be according to Article 1020.03.

(c) Finishing Equipment: Finishing equipment shall be according to Article 1103.17. Adequate hand tools will be permitted for placing and consolidating concrete in the patch areas and for finishing small patches.

Construction Requirements: Sidewalks, curbs, drains, reinforcement and/or existing transverse and longitudinal joints which are to remain in place shall be protected from damage during removal and cleaning operations.

The Contractor shall control the runoff water generated by the various construction activities in such a manner as to minimize, to the maximum extent practicable, the discharge of untreated effluent into adjacent waters, and shall properly dispose of the solids generated according to Article 202.03. The Contractor shall submit a water management plan to the Engineer specifying the control measures to be used. The control measures shall be in place prior to the start of runoff water generating activities. Runoff water shall not be allowed to constitute a hazard to adjacent or underlying roadways, waterways, drainage areas or railroads nor be allowed to erode existing slopes.

(a) Hot-Mix Asphalt Surface Removal.

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

(b) Surface Preparation:

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

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

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

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

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

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

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

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

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

Exposed reinforcement bars shall be free of dirt, detrimental scale, paint, oil, or other foreign substances which may reduce bond with the concrete. A tight non-scaling coating of rust is not considered objectionable. Loose, scaling rust shall be removed by rubbing with burlap, wire brushing, blast cleaning or other methods approved by the Engineer.

(c) Placement & Finishing of Concrete Repair:

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

(2) Concrete Placement.

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

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

(d) Curing and Protection.

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

(e) Opening to Traffic.

No traffic will be permitted on a patch until after the specified cure period, and the concrete has obtained a minimum compressive strength of 4000 psi (27.6 MPa) or flexural strength of 675 psi (4.65 MPa).

Construction equipment will be permitted on a patch during the cure period if the concrete has obtained the minimum required strength. In this instance, the strength specimens shall be cured with the patch.

Method of Measurement.

When specified, hot-mix asphalt surface removal and full or partial depth repairs will be measured for payment and computed in square yards (square meters).

Basis of Payment.

The hot-mix asphalt surface removal will be paid for at the contract unit price per square yard (square meter) for HOT-MIX ASPHALT SURFACE REMOVAL (DECK). Areas removed and replaced up to and including a depth of half the concrete deck thickness will be paid for at the contract unit price per square yard (square meter) for DECK SLAB REPAIR (PARTIAL). Areas requiring removal greater than a depth of half the concrete deck thickness shall be removed and replaced full depth and will be paid for at the contract unit price per square yard (square meter) for DECK SLAB REPAIR (FULL DEPTH, TYPE I) and/or DECK SLAB REPAIR (FULL DEPTH, TYPE II).

When corroded reinforcement bars are encountered in the performance of this work and replacement is required, the Contractor will be paid according to Article 109.04.

No payment will be allowed for removal and replacement of reinforcement bars damaged by the Contractor in the performance of his/her work or for any increases in dimensions needed to provide splices for these replacement bars.

Removal and disposal of asbestos waterproofing and/or asbestos bituminous concrete will be paid for as specified in the Special Provision for “Asbestos Waterproofing Membrane or Asbestos Hot-Mix Asphalt Surface Removal”. BRIDGE DECK MICROSILICA CONCRETE OVERLAY Effective: May 15, 1995 Revised: October 20, 2017

Description. This work shall consist of the preparation of the existing concrete bridge deck and the construction of a microsilica concrete overlay to the specified thickness.

Materials. Materials shall meet the requirements of the following Articles of Section 1000:

Item Article/Section

(a) Microsilica 1010 (b) Portland Cement Concrete (Notes 1-6) 1020 (c) Packaged Rapid Hardening Mortar or Concrete 1018 (d) Concrete Curing Materials 1022.02 (e) Synthetic Fibers (Note 7)

Note 1: Cement shall be Type I portland cement. Fine aggregate shall be natural sand and the coarse aggregate shall be crushed stone or crushed gravel. The gradation of the coarse aggregate shall be CA 11, CA 13, CA 14 or CA 16.

Note 2: Mix Design Criteria.

The microsilica concrete mix design shall meet the following requirements:

Cement Factor 565 lb./cu. yd. (335 kg/cu. m)

Microsilica Solids 33 lb./cu. yd. (20 kg/cu. m)

Water/Cement Ratio 0.37 to 0.41 (including water in the slurry)

Mortar Factor 0.88 to 0.92

Slump 3 to 6 in. (75 to 150 mm)

Air Content 5.0 to 8.0 percent

Compressive Strength (14 days) 4000 psi (27,500 kPa) minimum

Flexural Strength (14 days) 675 psi (4,650 kPa) minimum

Note 3: Admixtures.

Article 1020.05(b)(1) shall apply except as follows:

A high-range water reducing admixture (superplasticizer) shall be used, and the Contractor has the option to use a water-reducing admixture with the superplasticizer..

Note 4: Fly Ash.

Only Class C fly ash may be used according to Article 1020.05(c)(1), and the maximum portland cement replacement shall be according to Article1020.05(c)(1)c. The minimum portland cement shall be according to Article 1020.04.

Note 5: Ground Granulated Blast-Furnace Slag.

Ground granulated blast-furnace slag may be used according to Article 1020.05(c)(2). The minimum portland cement shall be according to Article 1020.04.

Note 6: Mixing.

The mixing requirements shall be according to Article 1020.11, except as follows:

(a) Water-based microsilica slurry:

(1) Truck Mixer: • Combine simultaneously air entraining admixture, water-reducing admixture and/or retarding admixture, microsilica slurry and 80 percent of the water with cement, fly ash (if used) and aggregates. • Add remaining water. • Mix 30-40 revolutions at 12-15 RPM. • Add high range water-reducing admixture. • Mix 60-70 revolutions at 12-15 RPM.

(2) Stationary Mixer: • The microsilica slurry shall be diluted into the water stream or weigh box prior to adding into mixer. Combine simultaneously air entraining admixture, water-reducing admixture and/or retarding admixture, microsilica slurry and 80 percent of the water with cement, fly ash (if used) and aggregates. • Add remaining water. • After mixing cycle is completed deposit into truck mixer. • Add high range water-reducing admixture. • Mix 60-70 revolutions at 12-15 RPM.

(b) Densified microsilica (bulk):

(1) Truck Mixer: • Same as (a)1 above except the densified microsilica shall be added with the cement.

(2) Stationary Mixer: • Same as (a)2 above except the densified microsilica shall be added with the cement.

(c) Densified microsilica (bag): Bagged microsilica shall be kept dry. No bag or material containing moisture shall be introduced into the concrete mixer.

(1) Truck Mixer: • Combine air entraining admixture, water-reducing admixture and/or retarding admixture and 80 percent of the water. • Add cement, fly ash (if used), and aggregates. • Add remaining water. • Mix 30-40 revolutions at 12-15 RPM. • Add microsilica. • Mix 70-80 revolutions at 12-15 RPM. • Add high range water-reducing admixture. • Mix 60-70 revolutions at 12-15 RPM.

(2) Stationary Mixer: • Combine air entraining admixture, water-reducing admixture and/or retarding admixture and 80% of the water. • Add cement, fly ash (if used), and aggregates. • Add remaining water. • After mixing cycle is completed deposit into truck mixer. • Add microsilica to truck. • Mix 70-80 revolutions at 12-15 RPM. • Add high range water-reducing admixture. • Mix 60-70 revolutions at 12-15 RPM.

Note 7: The synthetic fibers shall be macro-size and shall be Type III according to ASTM C 1116.

The Department will maintain an “Approved/Qualified Product List of Synthetic Fibers”.

The dosage rate of synthetic fibers shall be 3.0 lb/cu yd (1.8 kg/cu m). The concrete mixture shall be evaluated in a field demonstration for fiber clumping, ease of placement, and ease of finishing. The field demonstration shall consist of a minimum 2 cu yd (1.5 cu m) trial batch placed in a 12 ft. x 12 ft. (3.6 m x 3.6 m) slab or other configuration approved by the Engineer. The trial batch will be verified by the Engineer according to the “Portland Cement Concrete Level III Technician” course material. Based on the trial batch, the Department has the option to reduce the dosage rate of fibers, but in no case shall be reduced to less than 2.0 lb. / cu yd (1.2 kg/cu m).

Equipment: The equipment used shall be subject to the approval of the Engineer and shall meet the following requirements:

(a) Surface Preparation Equipment. Surface preparation equipment shall be according to the applicable portions of Section 1100 and the following:

(1) Sawing Equipment. Sawing equipment shall be a concrete saw capable of sawing concrete to the specified depth.

(2) Mechanical Blast Cleaning Equipment. Mechanical blast cleaning may be performed by high-pressure waterblasting or shotblasting. Mechanical blast cleaning equipment shall be capable of removing weak concrete at the surface, including the microfractured concrete surface layer remaining as a result of mechanical scarification, and shall have oil traps.

Mechanical high-pressure waterblasting equipment shall be mounted on a wheeled carriage and shall include multiple nozzles mounted on a rotating assembly, and shall be operated with a 7000 psi (48 MPa) minimum water pressure. The distance between the nozzles and the deck surface shall be kept constant and the wheels shall maintain contact with the deck surface during operation.

(3) Hand-Held Blast Cleaning Equipment. Blast cleaning using hand-held equipment may be performed by high-pressure waterblasting or abrasive blasting. Hand-held blast cleaning equipment shall have oil traps.

Hand-held high-pressure waterblasting equipment that is used in areas inaccessible to mechanical blast cleaning equipment shall have a minimum water pressure of 7000 psi (48 MPa).

(4) Mechanical Scarifying Equipment. Scarifying equipment shall be a power-operated, mechanical scarifier capable of uniformly scarifying or removing the old concrete surface and new patches to the depths required in a satisfactory manner. Other types of removal devices may be used if their operation is suitable and they can be demonstrated to the satisfaction of the Engineer.

(5) Hydro-Scarification Equipment. The hydro-scarification equipment shall consist of filtering and pumping units operating with a computerized, self-propelled robotic machine with gauges and settings that can be easily verified. The equipment shall use water according to Section 1002. The equipment shall be capable of removing in a single pass, sound concrete to the specified depth, and operating at a 16,000 psi (110 MPa) minimum water pressure with a 55 gal/min (208 L/min) minimum water flow rate.

(6) Vacuum Cleanup Equipment. The equipment shall be equipped with fugitive dust control devices capable of removing wet debris and water all in the same pass. Vacuum equipment shall also be capable of washing the deck with pressurized water prior to the vacuum operation to dislodge all debris and slurry from the deck surface.

(7) Power-Driven Hand Tools. Power-driven hand tools will be permitted including jackhammers lighter than the nominal 45 lb. (20 kg) class. Jackhammers or chipping hammers shall not be operated at an angle in excess of 45 degrees measured from the surface of the slab.

(b) Pull-off Test Equipment. Equipment used to perform pull-off testing shall be either approved by the Engineer, or obtained from one of the following approved sources:

James Equipment Germann Instruments, Inc. 007 Bond Tester BOND-TEST Pull-off System 800-426-6500 847-329-9999

SDS Company DYNA Pull-off Tester 805-238-3229

Pull-off test equipment shall include all miscellaneous equipment and materials to perform the test and clean the equipment, as indicated in the Illinois Test procedure 304 and 305 “Pull-off Test (Surface or Overlay Method)”. Prior to the start of testing, the Contractor shall submit to the Engineer a technical data sheet and material safety data sheet for the epoxy used to perform the testing. For solvents used to clean the equipment, a material safety data sheet shall be submitted.

(c) Concrete Equipment: Equipment for proportioning and mixing the concrete shall be according to Article 1020.03.

(d) Finishing Equipment. Finishing equipment shall be according to Article 503.03.

(e) Mechanical Fogging Equipment. Mechanical fogging equipment shall be according to 503.03.

Construction Requirements: Sidewalks, curbs, drains, reinforcement and/or existing transverse and longitudinal joints which are to remain in place shall be protected from damage during scarification and cleaning operations. All damage caused by the Contractor shall be corrected, at the Contractor’s expense, to the satisfaction of the Engineer.

The Contractor shall control the runoff water generated by the various construction activities in such a manner as to minimize, to the maximum extent practicable, the discharge of untreated effluent into adjacent waters, and shall properly dispose of the solids generated according to Article 202.03. The Contractor shall submit a water management plan to the Engineer specifying the control measures to be used. The control measures shall be in place prior to the start of runoff water generating activities. Runoff water shall not be allowed to constitute a hazard to adjacent or underlying roadways, waterways, drainage areas or railroads nor be allowed to erode existing slopes.

(a) Deck Preparation:

(1) Bridge Deck Scarification. The scarification work shall consist of removing the designated concrete deck surface using mechanical and hydro-scarifying equipment as specified. The areas designated shall be scarified to the depth specified on the plans. The depth specified shall be measured from the existing concrete deck surface to the top of peaks remaining after scarification. In areas of the deck not accessible to the scarifying equipment, power-driven hand tools will be permitted. Power driven hand tools shall be used for removal around areas to remain in place.

The Contractor shall use mechanical scarification equipment to remove an initial depth of concrete roughening the concrete deck surface to facilitate hydro- scarification. At a minimum, the last 1/2 in. (13 mm) of removal shall be accomplished with hydro-scarification equipment. If the Contractor’s use of mechanical scarifying equipment results in exposing, snagging, or dislodging the top mat of reinforcing steel, the mechanical scarifying depth shall be reduced as necessary immediately. If the exposing, snagging, or dislodging the top mat of reinforcing steel cannot be avoided, the mechanical scarifying shall be stopped immediately and the remaining removal shall be accomplished using the hydro- scarification equipment. All damage to the existing reinforcement resulting from the Contractor’s operation shall be repaired or replaced at the Contractor’s expense as directed by the Engineer. Replacement shall include the removal of any additional concrete required to position or splice the new reinforcing steel. Undercutting of exposed reinforcement bars shall only be as required to replace or repair damaged reinforcement. Repairs to existing reinforcement shall be according to the Special Provision for “Deck Slab Repair”.

Just prior to performing hydro-scarification, the deck shall be sounded, with unsound areas marked on the deck by the Engineer. A trial section, in an area of sound concrete, on the existing deck surface will be designated by the Engineer to calibrate the equipment settings to remove sound concrete to the required depth, in a single pass, and provide a highly roughened bondable surface. The trial section shall consist of approximately 30 sq. ft. (3 sq. m). After calibration in an area of sound concrete, the equipment shall be moved to a second trial section, as designated by the Engineer, in an area containing unsound concrete to verify the calibrated settings are sufficient to remove the unsound concrete. If the calibrated settings are insufficient to remove the unsound concrete, the equipment may be moved back to an area of sound concrete and the calibration settings verified. If the equipment cannot be calibrated to produce the required results in an area of sound concrete, it shall be removed and additional hydro-scarification equipment capable of producing the required results shall be supplied by the Contractor.

After the equipment settings are established, they shall be supplied to the Engineer. These settings include the following:

a) Water pressure

b) Water flow rate

c) Nozzle type and size

d) Nozzle travel speed

e) Machine staging control (step/advance rate)

Hydro-scarification may begin after the calibration settings have been approved by the Engineer.

The removal depth shall be verified by the Engineer, as necessary. If sound concrete is being removed below the desired depth, the equipment shall be recalibrated.

After hydro-scarification the deck shall be thoroughly vacuum cleaned in a timely manner before the water and debris are allowed to dry and re-solidify to the deck. The uses of alternative cleaning and debris removal methods to minimize driving heavy vacuum equipment over exposed deck reinforcement may be used subject to the approval of the Engineer.

(2) Deck Patching. After bridge deck scarification and cleaning, the Engineer will sound the scarified deck and survey the existing reinforcement condition. All remaining unsound concrete and unacceptably corroded reinforcement bars will be marked for additional removal and/or repairs as applicable. All designated repairs and reinforcement treatment shall be completed according to the Special Provision for "Deck Slab Repair” except as noted below:

a) Partial depth removal will not be measured for payment. Any deck survey information implying partial depth repairs is for information only. Partial depth removal shall be accomplished concurrent with the hydro-scarification operation. After the hydro scarification has been performed to the satisfaction of the Engineer, areas requiring additional partial depth removal of unsound concrete will be paid for according to Article 109.04.

b) In areas where unsound concrete extends below the specified removal depth and hydro-scarification completely removes unsound concrete, a full-depth repair is only required when the bottom mat of reinforcement is exposed.

c) All full-depth patches shall be struck off to the scarified deck surface and then roughened with a suitable stiff bristled broom or wire brush to provide a rough texture designed to promote bonding of the overlay. Hand finishing of the patch surface shall be kept to a minimum to prevent overworking of the surface.

d) All full-depth repairs shall be completed prior to final surface preparation.

e) Any removal required or made below the specified depth for scarification of the bridge deck, which does not result in full-depth repair, shall be filled with the overlay material at the time of the overlay placement.

f) Epoxy coating, on existing reinforcement bars, damaged during hydro- scarification shall not be repaired.

g) Undercutting of exposed reinforcement bars shall only be as required to replace or repair damaged or corroded reinforcement.

(3) Final Surface Preparation. Any areas determined by the Engineer to be inaccessible to scarifying equipment shall be thoroughly blast cleaned with hand-held equipment.

If spoils from the scarification operation are allowed to dry and re-solidify on the deck surface, the deck surface shall be cleaned with mechanical blast cleaning equipment.

Final surface preparation shall also include the cleaning of all dust, debris, concrete fines and other foreign substances from the deck surface including vertical faces of curbs, previously placed adjacent overlays, barrier walls up to a height of 1 in. (25 mm) above the overlay, depressions, and beneath reinforcement bars. Hand-held high-pressure waterblasting equipment shall be used for this operation.

The Department may require surface pull-off testing of areas inaccessible to scarifying equipment. Testing shall be in according to the Illinois Test Procedure 304 “Pull-off Test (Surface Method)”. The Contractor shall provide the test equipment. The Engineer shall determine each test location, and each individual test shall have a minimum strength of 175 psi (1,207 kPa). In the case of a failing test, the Contractor shall adjust the blast cleaning method and re-clean the area. Testing will be repeated until satisfactory results are attained.

Exposed reinforcement bars shall be free of dirt, detrimental scale, paint, oil, and other foreign substances which may reduce bond with the concrete. A tight non- scaling coating of rust is not considered objectionable. Loose, scaling rust shall be removed by rubbing with burlap, wire brushing, blast cleaning or other methods approved by the Engineer. All loose reinforcement bars, as determined by the Engineer, shall be retied at the Contractor's expense.

All dust, concrete fines, debris, including water, resulting from the surface preparation shall be confined and shall be immediately and thoroughly removed from all areas of accumulation. If concrete placement does not follow immediately after the final cleaning, the area shall be carefully protected with well-anchored white polyethylene sheeting.

(b) Pre-placement Procedure. Prior to placing the overlay, the Engineer will inspect the deck surface. All contaminated areas shall be blast cleaned again at the Contractor's expense.

Before placing the overlay, the finishing machine shall be operated over the full length of bridge segment to be overlaid to check support rails for deflection and confirm the minimum overlay thickness. All necessary adjustments shall be made and another check performed, unless otherwise directed by the Engineer.

(c) Placement Procedure: Concrete placement shall be according to Article 503.07 and the following:

(1) Bonding Method. The deck shall be cleaned to the satisfaction of the Engineer and shall be thoroughly wetted and maintained in a dampened condition with water for at least 12 hours before placement of the overlay. Any excess water shall be removed by compressed air or by vacuuming prior to the beginning of overlay placement. Water shall not be applied to the deck surface within one hour before or at any time during placement of the overlay.

(2) Overlay Placement. Placement of the concrete shall be according to Article 503.16.

Internal vibration shall be performed along edges, adjacent to bulkheads, and where the overlay thickness exceeds 3 in. (75 mm). Internal vibration along the longitudinal edges of a pour shall be performed with a minimum of 2 hand-held vibrators, one on each edge of the pour. Hand finishing shall be performed along the edges of the pour and shall be done from sidewalks, curbs or work bridges.

A construction dam or bulkhead shall be installed in case of a delay of 30 minutes or more in the concrete placement operation.

All construction joints shall be formed. When required by the Engineer the previously placed overlay shall be sawed full-depth to a straight and vertical edge before fresh concrete is placed. The Engineer will determine the extent of the removal. When longitudinal joints are not shown on the plans, the locations shall be subject to approval by the Engineer and shall not be located in the wheel paths.

The Contractor shall stencil the date of construction (month and year) and the appropriate letters MSF, for MicroSilica with Fibers, or MSFAF when fly ash is used in the mix design, into the overlay before it takes its final set . The stencil shall be located in a conspicuous location, as determined by the Engineer, for each stage of construction. This location shall be outside of the grooving where possible and within 3 ft. (1 m) of an abutment joint. The characters shall be 3 to 4 in. (75 mm to 100 mm) in height, 1/4 in. (5 mm) in depth and face the centerline of the roadway.

(3) Limitations of Operations:

a. Weather limitations. Temperature control for concrete placement shall be according to 1020.14(b). The concrete protection from low air temperatures during the curing period shall be according to Article 1020.13(d). Concrete shall not be placed when rain is expected during the working period. If night placement is required, illumination and placement procedures will be subject to approval of the Engineer. No additional compensation will be allowed if night work is required.

b. Other Limitations. Concrete delivery vehicles driven on the structure shall be limited to a maximum load of 6 cu. yd. (4.6 cu. m).

Truck mixers, concrete pumps, or other heavy equipment will not be permitted on any portion of the deck where the top reinforcing mat has been exposed. Conveyors, buggy ramps and pump piping shall be installed in a way that will not displace undercut reinforcement bars. Air compressors may be operated on the deck only if located directly over a pier and supported off undercut reinforcement bars. Compressors will not be allowed to travel over undercut reinforcement bars.

Concrete removal may proceed during final cleaning and concrete placement on adjacent portions of the deck, provided the removal does not interfere in any way with the cleaning or placement operations.

Water or contaminants from the hydro-scarification shall not be permitted in areas where the new overlay has been placed until the overlay has cured a minimum of 24 hours.

No concrete shall be removed within 6 ft. (1.8 m) of a newly-placed overlay until the concrete has obtained a minimum compressive strength of 3000 psi (20,700 kPa) or flexural strength of 600 psi (4,150 kPa).

(4) Curing Procedure. The surface shall be continuously wet cured for at least 7 days according to Article 1020.13(a)(5) Wetted Cotton Mat Method. When the cotton mats have been pre-dampened, excess water shall not be allowed to drip from the cotton mats onto the overlay during placement of the mats.

(5) Opening to Traffic. No traffic or construction equipment will be permitted on the overlay until after the specified cure period and the concrete has obtained a minimum compressive strength of 4000 psi (27,500 kPa) or flexural strength of 675 psi (4,650 kPa) unless permitted by the Engineer.

(6) Overlay Testing. The Engineer reserves the right to conduct pull-off tests on the overlay to determine if any areas are not bonded to the underlying concrete, and at a time determined by the Engineer. The overlay will be tested according to the Illinois Test Procedure 305 “Pull-off Test (Overlay Method)”, and the Contractor shall provide the test equipment. Each individual test shall have a minimum strength of 150 psi (1,034 kPa). Unacceptable test results will require removal and replacement of the overlay at the Contractor’s expense, and the locations will be determined by the Engineer. When removing portions of an overlay, the saw cut shall be a minimum depth of 1 in. (25 mm).

If the overlay is to remain in place, all core holes due to testing shall be filled with a rapid set mortar or concrete. Only enough water to permit placement and consolidation by rodding shall be used, and the material shall be struck-off flush with the adjacent material.

For a rapid set mortar mixture, one part packaged rapid set cement shall be combined with two parts fine aggregate, by volume; or a packaged rapid set mortar shall be used. For a rapid set concrete mixture, a packaged rapid set mortar shall be combined with coarse aggregate according to the manufacturer’s instructions; or a packaged rapid set concrete shall be used. Mixing of a rapid set mortar or concrete shall be according to the manufacturer’s instructions.

Method of Measurement. The area of bridge deck scarification will be measured for payment in square yards (square meters). No additional payment will be made for multiple passes of the equipment.

The concrete overlay will be measured for payment in square yards (square meters).

Additional concrete placed with the overlay, required to fill all depressions below the specified thickness will be measured for payment in cubic yards (cubic meters). The volume will be determined by subtracting the theoretical volume of the overlay from the ticketed volume of overlay delivered minus the volume estimated by the Engineer left in the last truck at the end of the overlay placement. The theoretical cubic yard (cubic meter) quantity for the overlay will be determined by multiplying the plan surface area of the overlay times the specified thickness of the overlay.

Basis of Payment. Bridge deck scarification will be paid for at the contract unit price per square yard (square meter) for BRIDGE DECK SCARIFICATION of the depth specified.

Microsilica concrete overlay will be paid for at the contract unit price per square yard (square meter) for BRIDGE DECK MICROSILICA CONCRETE OVERLAY, of the thickness specified. The additional volume of overlay required to fill all depressions below the specified thickness and/or for grade adjustments will be paid for at the Contractor’s actual material cost for the microsilica concrete per cubic yard (cubic meter) times an adjustment factor. For volumes 15 percent or less over the theoretical volume of the overlay the adjustment factor will be 1.15. For volumes greater than 15 percent the adjustment factor will be 1.25 for that volume over 15 percent of the theoretical volume of the overlay.

Areas requiring additional partial depth removal of unsound concrete after hydro-scarification will be paid for according to Article 109.04.

When the Engineer conducts pull-off tests on the existing surface or overlay and they are acceptable, Contractor expenses incurred due to testing and for filling core holes will be paid according to Article 109.04. Unacceptable pull-off tests will be at the Contractor’s expense.