Littiflg: Jaritl'ry''l, 2017 - Cook County Open Docs

469
:INTn,ICE TO,BIDDERS, SI5ECii"IC'AmTI6NS, 60MTRACT AIIID CONT'RACT BOND =- FOR- HlGHIIAY IMPROVEMENT County waif Cook, Illinois Terif Preckitilir'ikle'ook Cnudity aoard Preskfent Littiflg: Jaritl'ry''l, 2017 s Jchn Venan, P,.Ec .Suerintseknt Cook County Department of Tmgsportation and Hiphwes shannon E. Andrests Chief Pecuwiiient Officer ROSELlE.ROAD'atSGHAUMBURG ROAD SeCtibn: 1&i-VS03&t'02mTut. Route" ,V60 Tttttvnshipe 'Scttatfntburg COOK COUNTY PROCUREMENT;. CONTRACT NO.: 1685.15811 " PURCHASE ORDER 47000001490'2'OTICE TO PROSPECTIVE BIDDERS Submit.1 Oriaidal atrd 2 Conies:ofiProoosal The, Speciiicaiiong can be dcwnioaded at http'.//legacy.purchasirtg/public/inde:<,php (follow oriline Instmttonsiib ragTster, lf ytiu,hdve not'already/P, vllhen the pisntlhafe not Incktieti in the bid document, you musiduwiitiicdihsptmstgiswings) st&uiiiiiahee~m&:caiihhgauqhilactuseiname i gi:»s! u -sc password.'tpt3$ tl) Pre-Bid Meeting: Tuesday, December13, 20'i6 11:30 a.m. COOk COunty De'Partment Of TranSPOmrtagcn and HlohWayS 69 W. Ih/ashington Street," Suite 2260 Chicago, Itlindia.60602 Ail queetinne are due Ori ThuradaV, DeCember 15u 2016 nO later than 3;00pm ChiCagO time Send. all qgeagOna Via entnatla tO: ill!ten.leteNCOOkCOudtyiLgOV Sid S4mitted.by: ! Kl SldSend&inctuded C7 & ~&tends Chcdcui a Amide&Chen&istncMed Name A I,'ttttnth Condrettf Contractors, Etre'mail Address.'moverC alamoconcrete.corn Aridres$ 1900 w Kmht Boulevard Schaumburg Itttnots PheneÃo, 647'-881-.6000 Zip Code

Transcript of Littiflg: Jaritl'ry''l, 2017 - Cook County Open Docs

:INTn,ICE TO,BIDDERS,SI5ECii"IC'AmTI6NS, 60MTRACTAIIID CONT'RACT BOND

=- FOR-HlGHIIAY IMPROVEMENT

County waif Cook, Illinois

TerifPreckitilir'ikle'ook

Cnudity aoard Preskfent

Littiflg: Jaritl'ry''l, 2017s

Jchn Venan, P,.Ec

.SuerintsekntCook County Department ofTmgsportation and Hiphwes

shannon E.AndrestsChief Pecuwiiient Officer

ROSELlE.ROAD'atSGHAUMBURG ROAD

SeCtibn: 1&i-VS03&t'02mTut.

Route",V60Tttttvnshipe 'Scttatfntburg

COOK COUNTY PROCUREMENT;. CONTRACT NO.: 1685.15811"

PURCHASE ORDER47000001490'2'OTICE

TO PROSPECTIVE BIDDERS

Submit.1 Oriaidal atrd 2 Conies:ofiProoosal

The, Speciiicaiiong can be dcwnioaded at http'.//legacy.purchasirtg/public/inde:<,php (follow oriline

Instmttonsiib ragTster, lf ytiu,hdve not'already/P, vllhen the pisntlhafe not Incktieti in the bid document, youmusiduwiitiicdihsptmstgiswings) st&uiiiiiahee~m&:caiihhgauqhilactuseiname i gi:»s!u -scpassword.'tpt3$ tl)

Pre-Bid Meeting: Tuesday, December13, 20'i6

11:30a.m.COOk COunty De'Partment Of TranSPOmrtagcn and HlohWayS

69 W. Ih/ashington Street," Suite 2260Chicago, Itlindia.60602

Ail queetinne are due Ori ThuradaV, DeCember 15u 2016 nO later than 3;00pm ChiCagO time

Send. all qgeagOna Via entnatla tO: ill!ten.leteNCOOkCOudtyiLgOV

Sid S4mitted.by:

!Kl SldSend&inctuded C7 & ~&tends Chcdcui a Amide&Chen&istncMed

Name A I,'ttttnth Condrettf Contractors,Etre'mail

Address.'moverC alamoconcrete.cornAridres$ 1900w Kmht Boulevard

Schaumburg Itttnots

PheneÃo, 647'-881-.6000

Zip Code

1

2

67

17

181922

31

35

4041

43

53

54

55

566374

78

79

80

86

87

89

~ScialProvision

5o.'0 01

*0 02

401

402

403

404

1a

2

34

4b

4c

5

6

Sb

910

12a

12b

13

14

16

17a

%Ivan

~~s KCiirliWil 4

Descrintion

Cover Sheet

Table of Contents

Notice Sheet

Special Provision Checklist

IDOT Recurring Special Provision Checklist

IDOT Local Roads and Streets Recumng Special Provisions Checklist

IDOT Bureau of Design and Environment Checklist

IDOT Bureau of Local Roads and Streets Distriict 1 Checklist

MBE WBE DefiniTion of Terms, Informagon for Bidders

Bidding Requirements and Conditions For Contract Proposals

Paid Meeting

Wages of Employees on Public Works

Prevailing Wages for Cook County

Coalition of Unionized Public Employees ('OUPE" )

Alternate Proposst/Ordinance

Responsible Bidder Requirement (Non.Federal Aid)

MBE/WBE Business Participation

Specific Equal Employment Opportunity Responsibilities (Non-Federal Aid)

Insurance Requirements

Indemnification for Cook County

Indemnification (Locals}

Joint Venture Forms

Addendum Receipt

'ombination Bidding Process

Prompt Pay Mechanisms (Non-Federal Aid)

Origin and Date Last Revised

(CC) July 15, 2014

(CC) December 3, 2014

(IL-CC) Jan. 15, 2013

(CC) December 3, 2014

(IL) January1,2015

(IL LR) January 1, 2015

(IL BDE) January 16, 2015

(IL D-1) October 7, 2014

(CC) May 12, 2016

(IL-CC) Jan. 1, 2015

(CC) Jan.15, 2013

(IL-CC) Dec. 26, 2013

Current Month

(CC) June 22, 2015

(CC) Dec. 28, 2011

(IL-CC}Dec. 26, 2011

(CC) Dec. 5, 2016

(IL-CC) Jan.15, 2013

(CC) July14,2016

(CC) Dec. 28, 2011

(CC) Jan.23,2012 i

(CC) Jan.15, 2013

(CC) Dec. 28, 2009

(IL-CC) Jan.15, 2013

(CC) Jan. 15, 2013

23 Contract Claims (IL-CC) Jan. 15, 20'13

91

92

93

102

103

106

110

111

185

189

190

191

192

193

195

196

197

199

24

25

26

27

28

29

31

32

33

46

47

50

60

63

64

69

179

185

185a

Pm-Construction Conference

Mobilization

Contract Extra Work

Construction Air Quality Diesel Vehicle Emissions Control (Green Construction

Ordinance)

Processing of Extra Work Payment Requests

Construction Layout Stakes and Survey Control Points

Engineer's Field Office

Construction Debris

*Chan Construction and Demolition Debris

Managing Concrele Waste

. Class 8 Patches, Special

Dowel Bars

Soils Information

Crushed Stone (Temporary Use)

Aggregate Subgrade, (12 INCH)

P.C.C. Surface Finish

Bracing and Sheeting

Cooperation With UhTities

Status of Utilities to be Adjusted

(CC) Mai. 18, 1980

(CC) OcL 20, 2009

(CC) Dec. 24, 2012

(CC) Jan. 15, 2013

(CC) Dec. 24, 2012

(CC) Jan. 15, 2013

(CC) Jan.15,2013

(CC) July 1, 2006

(CC) Jan.15,2013

(CC) Jan. 1, 2009

(CC) Jan.1, 2008

(CC) Jan. 1, 2008

(CC) Jan. 15, 2013

(CC) Jsn. 1, 2008

(IL) Current

(CC) April 7, 2010

(CC) Dec.1, 2007

(CC) Feb. 10, 2012

(CC) Current

~PN .

201

202

203

204

205

211

212

213

214

226.

230

233

234

241

242

243

244

245

247

248

249 .

250

257

261

262

265

266

270

273

274

275

276

292

294

295

299

309

311

312

314

315

316

specialProvision

5m

187

212

227

230

231

236

237

238

241

244

245

246

248

249

250

254

255

258

260

261

266

268

270

27'I

272

273

277

286

288

293

298

302

306

405

406

407

408

409

410

411

412

413

414

415

Descdotion Origin and Date Last Revised

(CC) Dec. 21, 2009

(CC) Jan. 15, 2013

(IL) Current

(CC) Jan. 15, 2013

(CC) July 1, 2012

(CC) Jan.15,2013

(CC) Dec. 1, 2009

(IL-CC) July 1, 2012

(ILD1CC) July 1, 2016

(ILD1CC) July1,2016

(ILD1CC) July 1, 2016

(ILD1CC) July 1, 2016

(ILD1CC) July 1, 2016

t Arm AssemblY and(ILD1CC) Juh 1, 2016

et, Inductive Loop(ILD1CC) July 1, 2016

(ILD1CC) July 1, 2016

(IL-CC) July 1, 2016

(ILD1CC) July 1, 2016

(ILD1CC) July 1, 2018

(ILD1CC) July 1, 2016

(ILD1CC) July 1, 2016

(ILD1CC) July 1, 2016

(ILD1CC) July 1, 2016

(ILD1CC) July 1, 2016

(ILD1CC) July1,2016

(ILD1CC) July 1,2016

(ILD1CC) July 1, 2016

(ILD1CC) July 1, 2016

(ILD1CC) July 1, 2016

(CC) July 1, 2016

(ILD1CC) July 1, 2016

(ILD1CC) July 1, 2016

(ILD1CC) July 1, 2016

(IL) January 1, 2015

(IL BDE) July 1, 2015

(IL BDE) August 1, 2014

(IL BDE) November 1, 2014

(IL BDE) Apriil 1, 2015

(IL BDE) January 1, 2015

(IL BDE) January 1, 2010

(IL BDE) November 1, 2013

(IL BDE) April 1, 2015

(IL D-1) November 1, 1996

(IL D-f ) November 1, 2013

Domestic Water Service Boxes to be Adjusted

Sodding

Work Zone Trafffc Control Surveillance

Sign Identification Decal

Traffio Protection

Pro]ect Signs Plaque

Eradication of Existing Pavement Marking

Raised Reflective Pavement Marker

Traffic Signal Work General

Light Emitting Diode (LED) Traffic Signal

Ught Emitting Diode (LED) Pedestrian Countdown Signal Head

Traffic Signal Backplate

Traffic Signal Post, Pedestrian Pushbuffon Post

Steel Mast Arm Assembly and Pole and/or Steel Combination Mas

Prrie

Traffic Actuated Controller, Traffic Actuated Controller with Cabin

Detector

Pedestrian Pushbutton

Conduit

Electric Cable

Fiber Optic Cable

System Ground and Grounding Cable

Handhole

Concrete Foundation

Remove Existing Tralyic Signal Equipment

Temporary Traffic Signet Installation

Maintenance of Existing Traffic Signal Installation

Emergency VshicJe PriorltY System

Re-Opffmize Traffic Signal System

Temporary Traffic Signal Timings

gluminated Street Name Sign

Uninterruptibls Power Supply Without Cabinet

Emergency Vehicle Priioiity System Line Sensor Cable, No. 20 3/0

Radar Vehicle Detection System

Traffic Signal Pa'mting

Quality Control/Quality Assurance of Concrete Mixtures

Coarse Aggregate Quality

Concrete Gutter, Curb, Median, snd Paved Ditch

Friction Aggregate

LRFD Storm Sewer Burial Tables

Mechanical Side Tie Bar Inserter

Pavement Patching

Reinforcement Bars

Sidewalk, Corner, oi Crosswalk Closure

Maintenance of Roadways

Coarse Aggregate for Backfill, Trench Backfill and Bedding

Paa No

317

318

319321

322

323

325

326

327

328

331

337

338

339

353

354

356

359

360

361

362

363

364

365

366

367

368

370

371

372

373

375

376

377

378

379

380

381

382

383

4D4

405

407

406

411

~Se ial

Provision

~N

416

417

418

419

420

421

422

423

424

425

426

427

428

429

430

431

432

433

434

435

436

437

438

439

440

441

442

C

F

G1

H

400

Sl Re ~as L~e ~ M11s.

Oescriotion

Public Convenience and Safety

Exploration Trench, Special

Porous Granular Embankment, Subgrade

Segmental Block Retaining Wall Removal

Concrete Paver Sidewalk Removal

Concrete Paver Sdewalk

Concrete Pavers (Funish)

Concrete Header Band

Fire Hydrants to be Removed

Fire Hydrants wilh Auxiliary Valve and Valve Box

Duciils iron Water Main

Hon Pressure Connecgon

Detectable Warnings

General Electrical Reriuirements

Underground Raceways

Unit Duct

Maintenance of Lighting Systems

Remove Electdic Cable from Conduit, Special

Removal of Lighting Unit, Salvage

Ught Pole Foudnagon, 24" Diameter, Olfset

Relocate Existing Lighting Unit, Special

Ught Pole Foundation, Metal, Circular Baseplate, 12" Bolt Girds, 8 5/8" x6'emovalof Pole Foundation

Remove Existing Handhole

Temporary Sidewalk

Temporary ADA Ramp

Luminalre, Type 1

Proposal Sheet

IDOT Certificate of Eligibility

IDOT Certificate of Availability

Contractor's Certification Concerning Labor Standards and Prevailing Wage

ReouirementsSubcontractor's Certigcatlon Concerning Labor Standwls snd Prevailing Wage

Recuirements

MBBWBE Utilization Plan

MBBWBE Letter of Intent

PeNion for Reduc6on/Waiver of MBE/WBE Participation

Identification of Subcontractor/Supplier/Subdconsultant Form

Bectronic Payables Program ("E"Psyables)

Affidavit Verteran's Workplace Preference Public Works Contracts

Veteran's Preference for VBE and SDVBE Instructions

Cook County Economic Disclosure Statement and Execution of Documents

Surety's Statement Of Qualification for Bonding

Trust Agreement

Performance and Payment of Bond Form

Contract

Contract Exhibit A Scheduling

Origin and Date Last Revised

(IL D-1}July 15, 2012

(CC) June 29, 2015

(IDOT) August 1, 2008

(CC) June 29, 2015

(CC) June 29, 2015

(CC) June 29, 2015

(CC) June 29, 2015

(CC) June 29, 2015

(CC}June 29, 2015

(CC) June 29, 2015

(CC) June 29, 2015

(CC) June 29, 2015

(CC) June 29, 2D15

(IL-D1}Apdl 1,2016

(IL-D1) March 1, 2016

(IL-D1) January 1, 2012

(CC) July 25, 2016

(CC) June 29, 2015

(CC) June 29, 2015

(CC) June 29, 2015

(CC) June29,2015

(CC) June 29, 2015

(CC) June 29, 2015

(CC) July 27, 2016

(CC) August 21, 2015

(CC) August 21, 2015

(CC) September 13, 2016

(CC) Jan. 1, 2008

lOOT

IDOT

(CC) March 2015

(CC) March 2015

(CC) March 2015

(CC) March 2015

(CC) Dec. 1, 2016

(CC) June2,2011

(CC) Jan. 15, 2013

(CC) June 9, 2011

(CC) Jan.15,2013

(CC) Cunsnt

412

421

422

~St i

Provision

JK

L

Schedule of Prices Sheets

Proposal Bid Bond

Bid Deposit Form

Flilf&~TK~is iWi14.

Descriotion Origin and Date Last Revised

(CC) Oec. 28, 2011

(CC) Jao. 15, 2013

(CC) Jao. 15, 2013

COUNTY OF COOK

CHICAGO, ILLINOISNOTICE

TO CONTRACTORS FOR A COOK COUNTY DEPARTMENT OF TRANSPORTATION AND HIGHIIYA YS IMPROVENENT

Notice is hereby given that sealed bids for a Department of Transportation and Highways Improvement in

the County of Cook, illinois, will be received at Room 1018, County Building, and 118 North Clark Street,

Chicago, illinois until 10:00a.m. Wednesdav. Januarv 11.2017 and then publicly opened and read aloud

as described below:

Improvement: Roselle Road At: Schaumbura Road

Township: Schaumburq Route: V60 Section: 1'-V&039-02-TL

Cook County Purchasing Contract No.; 1685-15&11

LOCATION OF IMPROVEIIIIENT

The proposed improvement is part of the public highway system in the County of Cook, State of Illinois,

located by section and route before mentioned, and is indicated on the map showing the County Highway

System on file in the office of the County Clerk and also in the office of the Illinois Department of,

Transportation, Division of Highways, Springfield, Illinois.

CH V60 (Roselie Road) at Schaumbuig Road

DESCRIPTION OF IMPROVEMENT

It is the intent of this contract to provide for the construction of a right turn lane along southbound Rrxselle

Road to westbound Schaumburg Road, The 10 foot wide right turn lane will use a 175 foot taper and

provide 300 feet of storage. The existing concrete curb and gutter and sidewalk shall be completely

removed. The turn lane will be constructed adjacent to the existing pavement and shall be P.C. Concrete

Pavement (10 Inch) along with a 12 inch Aggregate Subgrade in order to match the existing pavement.

New concrete curb and gutter and sidewalk shall be constructed outside of the turn lane. Also included is

the removal and replacement of existing drainage structures, traffic signal modification at Roselle Road and

Schaumburg Road, street lighting modifications, pavement markings, signing, pedestrian crossing

upgrades, traffic protection and all other work as required to complete the improvement.

002Nafica

Page 1 Jaauam 15, 2013

COOK COUNTY DEPARTMENT OF TRANSPORTATION AND HIGHWAYS

SPECIAL PROVISION CHECKLISTEFFECTIVE 07/01/2016

Project: Roselle RoadLimits: at Schaumburg Road

Section: 14-V6039-02-TL

No. DescriptionOrigin and Date

Last Revised

Definihon of Terms, Information for Bidders

MBE WBE Definition of Terms, Information for Bidders

Bidding Requirements and Conditions For Contract Proposals

*Preqykt Meeting

* Wages of Employees on Public Works

Davis Bacon Act (Federal Aid)

Prevailing Wages for Cook County

Coalition of Unionized Public Employees (COUPE)

Alternate Proposal/Ordinance

Responsible Bidder Requirement (Non-Federal Aid)

FHWA 1273 Required Contract Provisions Federal-Aid Construclion Contracts

Additional Slate Requirements for Federal-Aid Construction Contracts

Subletllng of Contracts (Federal-Aid Contracts)

EEO

Substance Abuse Preven6on Program

(CC] May 12, 2016

(CC) May 12, 2016

(INC) Jan. 1, 2015

'(CC) Jan. 15, 2013

(IL-CC) Dec. 26, 2013

(FHWA) Apr. 2009

Current Month

(CC) April14,2016

(CC) Dec. 28, 2011

(ILZC) Dec. 28, 2011

(FHWA) May 1, 2012

(IL Recurring) Jan. 1, 2015

(IL Recurring) Jan. 1, 2014

{ILRecurring) Nov. 18, 1980

(IL LRS Recurring) Jan. 1,2014

(IL-CC) Dec. 5, 2016

(CC) Dec. 5, 2016

(IL BDE) April 2, 2015

(IL-CC) Jan. 15, 2013

(CC) Nov. 13, 2014

(CC) Nov. 13, 2014

(INC) Dec. 26, 2013

(CC) Dec. 28, 2011

(CC) Jan. 23, 2012

(CC) Jan. 15, 2013

(CC) Dec. 28, 2009

1

1a

2

3

4

4a

4b

4c

5

6

7

7a

7b

7c

yd

X

X

X

X

X

X

X

X

8a

X Bb

Bc

X 9

X 10

10a

11

X 12a

X 12b

X 13

X 'I4

X 16

17a

X 17b

X 23 Contract Claims

Ft~(IL-CC) Jan. 15, 2013

(CC) Jan. 15, 2013

(FHWA) Current

(IL-CC) Jan. 15, 2013

*Required Disadvantaged Business Participation (DBE)

* MBE/WBE Business Parricipation

Weekly DBE Trucking Reports (FA locally let projects)

Specific Equal Employment Opportunity Responsibilities (Non-Federal Aid)

Insurance Requirements

Township Insurance Requirements

* Railroad Protective Liability Insurance

Indemnificarion for Cook County

IndemniTica0on (Locals)

Joint Venture Forms

Addendum Receipt

WlR:,:~':,:-,i-::,:-'-M.* Combination Bidding Process

Prompt Pay Mechanisms (Non-Federal Aid)

Prompt Pay Mechanisms (Federal Aid)

X

X

X

X

X

X

X

X

X

No

24

25

26

27

28

29

30

31

32

33

Oescdption

Pre4onstruction Conference

Mobilization

en Construction Ordinance)

Engineer's Field Office

Construcgon Debris

'lean Construction snd Demolition Debris

Contract Extra Work

Construction Air Quality Diesel Vehicle Emissions Control (Gre

Processing of Extra Work Payment Requests

Construction Layout Stakes and Survey Controi Points

"Municipal Coordination/Transfer of Jurisdicgon and/or Mainten

Origin and Date

Last Revised

(CC) Mar. 18, 1980

(CC) Oct. 20, 2009

(CC) Oec. 24, 2012

(CO) Jan,15,2013

(CC) Dec. 24, 2012

(CC) Jan. 15, 2013

(CC) Jan. 15, 2013

(CC) Jsn. 15, 2013

.(CC) July1,2006

(CC) Jan. 15, 2013

X

X

X

X

X

X

X

45

46

47

48

49

50

51

52

53

54

55

56

57

58

59

60

61

62

63

64

65

66

67

68

69

70

Portland Cement Concrete Pavement

Managing Concrete Waste

Class B Patches, Special

Glass C Patches, Special

Pavement Removal and Replacement (10lnch)

Dowel Bars

Structural Fiber Reinforced P.C. Concrete Bus Pa'd (4 Inch)

P.C.C, Bonded Overlay'(4 Inch)

Diamond Grinding Concrete Pavement

Saw CuNng Concrete Oveday

Crack RoWing and Sealing

Hot-Mix Asphait Surface Course, Rubber Modiged

Rubberized Asphalt Material

Pavement Thickness Deficiency

Survey Monuments

Soils information

Stockpiled Embankment

Borrow Excavation

Crushed Stone (Temporary Use)

Aggregate Subgrade, (12 INCH}

Expanded Polystyrene Fili

Cellular Concrete Fill

GEO-GIBD Subgrade Reinforcing Mat

Earth Excavahon (Special)

P.C.C. Surface Finish

Traffic Barrier Terminal, Type I, Special

(CC) July 1, 2012

(CC) Jan, 1, 2009

(CC) Jsn. 1, 2008

(CC) Jan. 1, 2008

(CC) Jan. 1, 2008

(CC) Jan. 1, 2008

(CC) Jsn. 1, 2008

(CC) Jsn. 1, 2007

(CC) Jan. 15, 2013

(CC) Jan. 1, 2007

(IL-CC) Jan. 1, 2008

(CC) Jan. 1, 2008

(CC) Jan. 1, 2008

(CC}Mar. 1, 2008

(CC) Jan. 15, 2013

(CC) Jan. 15, 2013

(CC) Ju(y 1, 2012

(CC) July 1, 2000

(CC) Jan. 1, 2008

(IL) Current

(CC) Jan. 15, 2013

(CC) July 1, 2006

(CC) May 1, 2003

(CC) Jan. 15, 2013

(CC) April 7, 2010

(IL-CC}May 20, 2016

No

72

73

74

75

76

77

78

79

80

81

82

117

118

120

1,21

122

124

125

126

127

128

129

130

Description

Cutting Hot-Mix Asphalt Surface

Hot-Mix Asphalt Driveway Surface Removal

Tempamry Bull. Joints

Hot-Mix Asphait Stabilized Sub base

Hot-in-Place Asphalt Recycgng by the Hester Scarifying Overlay Method

Treatment of Cracks

Strip Refhctive Crack Central Treatment, Special

Cold Recyded In-Place Bituminous Base Course

Temporary By-Pass Pavement (Nan-Feders( Aid)

Temporary By-Pass Pavement (Federal Aid)

Retlective Crack Control Treahnent

Approach Bab Repair

Asbestos Waterpmoflng Membrane 8 Asbestos Hot-Mix-Asphalt Surface Removal

(BDE)

Segmental Cancrete Block Wage

Temporary Soil Retention System

Steel Struduras

Cleaning and Painting Existing Steel Structures

Containment and Disposal of Lead Paint Cleaning Residues

Fins or Coame Aggregate Embankment

Strip Seal Joint Assembly wilh Elastomeric Concrete Headers

Drainage System

Grating

Silicone Bridge Joint Sealer

Origin and Date

Last Reinsed

(CC) Jan. 1, 2008

(CC) July 1, 2012

(CC) Jan. 1, 2008

(CC) Jan. 1, 2008

(CC) July 1, 2011

(CC) Jan. 1, 2008

(CC) May 1, 2003

(CC) Oct. 1, 2009

.(CC)Jan. 1,2008

(CC) July 1, 2011

(CC) Jan. 1, 2012

(IL-CC) Sap. 25, 2009

(IL) Current

(IL) Current

(IL) Current

(CC) Nav. 21, 2007

(IL) Current

(IL) Current

(CC) Jan. 12, 2003

(CC}Oct 3 2011

BL) Current

(CC) Jan. 15, 2013

(IL}Current

132

133

134

137

138

139

140

141

142

Deck Slab Repair

Biidge Deck Latex Concrete Overlay

Surface Finish

'elded Wire Fabdic, Epoxy Coated

Permanent Shel Sheet Piling

Temporary Sheet Piling

Precast Concrete Junction Chambers

Jack and Remove Existing Bearings

Jacking Exishng Superstructure

0L}Current

(IL) Current

(IL-CC) Jan. 1, 2007

(CC) Nov. 21, 2007

(IL) Current

(IL) Current

(CC) Nov. 1, 2007

(IL) Current

(IL) Current

10

No.

143

144

145

146

147

148

149

Descrtption

Juncbon Chamber

Neoprene Expansion Joint Removal

Structural Repair of Concrete

Polymer Modified Portland Cement Mortar

Concrete Wearing Surface for Use With Deck Beams

Sheet Waterproofing Membrane System

Chain Unk Fence (Modified)

Origin and Date

Last Revised

(CC) Jan. 1, 2007

(CC) Oct, 10, 1995

(IL) Current

(IL) Current

(IL) Current

(CC) Nov. 19, 1999

(CC) Jan.1, 2004

158

157

158

159

160

161

162

163

1,64

165

166

167

168

169

170

171

~vp., WV ~% '

Storm Sewer, (Ductile Iron Pipe) and Storm Sewers, (Extra Strength Vitrified Clay Pipe) in

the City of Chicaga

'ater Main for Installation in Ihe City of Chicago

Frames, Cily Electric in the Chy of Chicago

Lids, Oily Electric in the City of Chicago

Lids and Lids, ADA Compliant in the City of Chicago

Vadious City Drainage and Uhlity Structure Adjustments in the Ciiy of Chicaga

Storm Sewer Installation in the City of Chicago

Baring and Jacking Storm Sewers, Sanitary Sewers or Water Mains

Storm Sewers Jacked in Place (Over 36 In. Dia.),

Storm Sewer Ddilled snd Pushed (36 In. Dis. Max.)

Storm Sewws, Abandon and FI8

Storm Sewer to be Televised

Connecting Existing Field Drain Tile

Plugging Exishng Drains and Sewers

Blocking Exisling Drains snd Sewers

Manholes to be Recanstruckxt, Special; Catch Basins to be Reconstructed, Special; Vahre

Vaults to be Reconstructed, Special

(CC) OCL 20, 20D9

(CC) Dec. 21, 2D09

(CC) July 1, 2012

(CC) April 14, 2009

(CC) April 14, 2009

(CC) Dec. 21, 2009

(CC) Dec. 1, 2009

(CC}Dec. 1, 2007

(CC) Dec. 21, 2009

(CC) Dec. 1, 2007

(CC) Jan. 15, 2013

(CC) July 1, 2012

(CC) July 1, 2012

(CC) Dec. 1, 2007

(CC) Dec. 21, 2009

(CC) Dec. 1, 2007

173

175

176

1T7

178

X 179

180

181

182

183

Manholes, Type A, with Reactor Plate, Frames and Lids

Lids and Frames and Lids

Frames and Lids to be Adjusted, Special

Headwall Inlet and Grate

Flared End Sections to bs Removed, Flared End Sec8ons to be Relocated

Bracing snd Sheeting

Pavement Replacement

Duck Bill Elastomeric Check Valve

Catch Basin Oil and Debris Hoods

Frames and Lids to be Adjusted, Special (Pavement Recyding)

(CC) July 1, 2012

N(CC) Jan. 15, 2013

(CC) Dec. 21, 2009

(CC) July 1, 2012

(CC) Dec, 30, 2008

(CC) Dec. 1, 2007

(CC) July 1, 2011

(CC) July 1, 2012

(CC) Jan. 15, 2013

(CC) Jan. 1, 2013

11

No

X 185

186

X 187

188

189

190

191

192

193

194

Description

" Cooperation With Utilities

Water Valve Boxes to be Adjusted and Domestic Meter Vaults to be Adjusted

Domesbc Water Service Boxes to be Adjusted

Filling Existing Valve Vaugs

Valve Vaults to be Removed

Water Main Installation

Fire Hydrants Verffcal Adjusbnent

Sanitary Sewer Installation

Sanitary Manholes

Waterprooffng of Existing Sanitary Msnholessx;:

Cleaning Existing Manholes, Catch Basins or Inlets and Cleaning Existing Storm Sewer and

Pipe Culverts

Origin and DateLast Revised

(CC}Fsb. 10, 2012

(CC) Dec. 21, 2009

(CC) Dec. 21, 2009

(CC) Dsc, 21, 2009

(CC) Dec. 21, 2009

(CC) Dec. 1, 2009

(CC) Dsc. 21, 2009

(CC) July 1, 2012

(CC) Dec. 21, 2009

(CC) July 1, 2012

(CC) Dsc. 1, 2008

202 * National Pollutant Discharge Egmination System (CC) January1, 2013

204

205

206

207

211

X 212

213

214

215

216

217

X 227

228

X 230

X 231

X 236

X 237

Maintaining Drainage and Bream Protection

Storm Water Pollution Separation System

Storm Water Pollution Ssparaffon System (SPECIAL}

Storm Water Pollution Separagon System (In-Line)

Seeding

Sodding

Trees To Be Ranted

Salvaging and Transplanting Trees; Salvaging and Transplanting Shrubs

Planting Woody Plants

Seeding, Fine Fescue Blend

Seeding, Cbrss 46 Modified

Work Zone Traffic Control Surveilbmce

Traffic Control Devices —Detour Routing

Sign Iden@ication Decal

Traffic Protsdion

:-:.":':-i!i-:::::-:::WR':-:a%~!('- "'-:Project Signs Plaque

Eradication of Existing Pavement Marking

(CC) Dac. 1, 2007

(CC) July 1, 2012

(CC) Dsc. 1, 2007

(CC) July 1, 2012

(CC) Sept. 1, 2002

(CC) Jan. 15, 2013

(CC) Jsn. 1, 2013

(CC}Sept. 1, 2002

(CC) Jan. 1, 1997

(CC) Jan. 1, 2007

"~4gL) Current

(CC) July 1, 2012

(CC) Jan. 15, 2013

(CC) July 1, 2012

(CC) Jsn. 15, 2013

(CC) Dec. 1, 2009

12

238

X

X

X

X

X

X

X Raised Reffective Pavement Marker (IL-CC) July 1, 2012

Origin and Date

No. Description Last Revised

X 241 Traffic Signal Work General (ILD1CC) July 1, 2016

242 Construcbon at Ral(road Crossing (CC) July 1, 2016

244 Light Emilling Diode (LED) Tralfic Signal (ILD1CC) July 1, 2016

245 Light Emiffing Diode (LED) Pedestrian Countdown Signal Head (ILD1CC) July 1, 2016

246 Traffic Signal Backplate (ILD1CC) July 1, 2016

247 illuminated Sign, Light EmiNng Diode . (ILDICC) July 1, 2016

248 Traffic Signal Post, Pedeskian Pushbutton Post (ILD1CC) July 1, 2016

249 Steei Mast Ann Assembly and Pole and/or Steel Combination Mast Arm Assembly and Pole (ILD1CC) July 1, 2016

250 Traffic Actuated Controller, Traffic Actuated Conbofier with Cabinet, Inductive Loop Detector (ILD1CC) July 1, 2016

251 Master Controfier (ILD1CC}July 1, 2016

252 Detector Loop (ILD1CC) July 1, 2016

255

'256

Pedestrian Pushbutton

Conduit

Coilabla Non4detallic Conduit

(ILD1CC) July 1, 2016

(IL<C) July 1, 2016

(ILD1CC) July 1, 2016

X

X

X

X

X

X

X

258

259

260

261

262

263

264

265

266

267

268

269

270

271

272

273

274

275

Electric Cable

Railroad Interconnect Cable.

Fiber Optic Cable

System Ground and Grounding Cable

Grounding Exbting Handhole Fmme and Cover

Service Inshfilation, Pole Mounted

Service Installation, Ground Mounted

" Electric Service

Handhole

Rebuild ENisting Handhole, Rebuihl Existing Heavy Duty Handhole, Rebrsld Existing Double

Handhole

Concrete Foundation

Modify Existing Type "D" Foundation

Remove Existing Traffic Signal Equipment

Temporaiy Traffic Signal Inshrfiaffon

Maintenance of Existing TraNc Signal Installation

Emergency Vehicle Priority System

Relocate Existing Emergency Vehide Priority System, Detector Unit

Relocate Exisffng Emergency VehicJe Priority System, Phasing Unit

(ILD1CC}July 1, 2016

(ILD1CC) July 1, 2016

(ILD1CC) July 1, 2016

(ILD1CC) July 1, 2016

(ILD1) July 1, 2016

(ILD1CC) July 1, 2016

(ILD1CC) July1, 2016

(CC}July 1, 2016

(ILD1CC) July 1, 2016

(CC) July 1, 2016

(ILD1CC) July 1, 2016

(CC) July 1, 2015

(ILD1CC) July 1, 2016

(ILD1CC) July1, 2016

(ILD1CC}July 1, 2016

(ILDICC) July 1, 2016

(CC) JWy 1, 2016

(CC) July 1, 2016

13

276

No.

277

278

279

280

281

282

283

284

286

287

288

289

290

291

Confirmation Beacon System

Description

Re-Optimize Traffic Signal System

Optimize Traffic Signal System

Median Removal and Replacement

Sidewalk Removal and Replacement

Relocate Existing Light Standard and Luminaire Complete in Place

Maintenance Of Lighting System

City Elecbic Manholes to be Adjusted

Unintsrrupffible Power Supply (UPS) .

Traffic Signal Cabinet Load Switch

Temporary Traffic Signal Timings

Combination Lighting and Traffic Signal Service Instaffation, Pole Mounted

gluminalsd Street Name Sgn

Relocabr Existing illuminated Sheet Name Sign

Video Detection System, Single Camera Processor Video Detection

Video Detecbon System, Complete Intersection

(CC) July 1, 2016

Origin and Date

Last Revised

(IID1CC) July 1, 2016

(ILD1CC) July 1, 2016

(CC) July1,2016

(CC) July 1, 2016

(CC) July 1, 2016

(ILD1CC) July 1, 2016

(CC) July 1, 2016

(ILD1CC) July1, 2016

(CC) July 1, 2016

(itD1CC) July 1, 2016

(CC) July 1, 2016

(ILD1CC) July 1, 2016

(CC) July 1, 2016

(CC) July 1, 2016

(CC) July 1, 2016

X

X

X

X

'293

294

295

296

297

298

299

300

301

302

303

304

305

306

307

308

309

Unintsrrupffble Power Supply Wffhout Cabinet

'odifyingExisting Controller Cabinet

Traffic Actuated Controller

Traffic Actuated Controller with Cabinet, Inductive Loop Detector

Accessible Pedestrian Signals

Emergency Vehicle Priority System Line Sensor Cable, No. 20 3IC

Rod and Clean Existing Conduit

Remove and Replace Anchor Bolts

Rectangular Rapid Flashing Beacon System, Complete

Radar Vehicle Detection System

Flashing Beacon Instsgation, Solar Powered

Flashing Beacon Installation

Remove Existing Flashing Beacon

Relocate Existing Flashing Beacon Instaffation

Temporary Flashing Beacon Installation

Traffic Signal Painting

UninterruptaMe Power Supply, Ground Mounted

(CC) July 1, 2016

(ILD1CC) July 1, 2016

(ILD1CC) July 1, 2016

(ILD1CC) July 1, 2016

(ILD1CC) July 1, 2016

(ILD1CC) July 1, 2016

(IID1CC) July 1, 2016

(ILD1CC) July 1, 2016

(CC) July 1, 2016

(ILD1CC) July1, 2016

(CC) July 1, 2016

(CC) July 1, 2016

(CC) July 1, 2016

(CC) July 1, 2016

(CC) July1,2016

(ILD1CC) July 1, 2016

(ILD1CC) July 1, 2016

Additional Inserted Special Provisions (As Required)

185a Status of UNities to be Adjusted

400 Contract Exhibit A Scheduling (Sept 17, 2015}

401 IDOT Recurring Special Provision Checklist

402 IDOT Local Roads and Streets Recurring Special Provisions

403 IDOT Bureau of Design and Environment Checklist

404 IDOT Bureau of Local Roads snd Sheets District1 Checklist

405 Quality Consol/Quality Assurance of Concrete Mixtures

406 Coarse Aggregate Quality

407 Concrete Gutter, Curb, Median, and Paved Ditch

408 Friction Aggregate

409 LRFD Storm Sewer Burial Tables

410 Mechanical Side Tie Bar Inserter

411 Pavement Patching

412 Reinforcement Bars

413 Sidewalk, Comer, or Crosswalk Closure

414 Maintenance of Roadways (D-1)

415 Coarse Aggregate for Backfill, Trench Backfilling and Beddin

416 Public Convenience and Safety (D-1)

417 Exploration Tmnch, Special

418 Porous Granular Embankment, Subgrade

419 Segmental Block Retaining Wall Removal

420 Concrete Paver Sidewalk Removal

421 Concrete Paver Sidewalk

422 Concrete Pavers (Furnish)

423 Concrete Header Band

424 Fire Hydrants to be Removed

425 Fire Hydrants with Auxiliary Valve and Valve Box

426 Ductile Iron Water Main

427 Non Pressure Connection

428 Detectable Warnings

429 General Electrical Requirements (D-1)

430 Underground Raceways (D-1)

431 Unit Duct

432 Maintenance of Lighting Systems

433 Remove Eleckic Cable from Conduit, Special

434 Removal of Lighffng Unit, Salvage

435 Light Pole Foundation, 24" Diameter, Offset

436 Relocate Existing Lighting Unit, Special

437 Light Pole Foundafion, Metal, 12"Bolt Circle, 8 5/8" x6'38

Removal of Pole Foundation

~ 439 Remove Existing Handhole

440 Temporary Sidewalk

441 Temporary ADA Ramp

Checklist

g (D-1}

15

~ 442 Luminaire, Type 1

*001

*0 02

"C

*E(DBE)

"E(MWBE)

"Gt

*K

Additional Document Inclusions (Required)

Cover Sheet

Notios Sheet

Proposal Sheet

DBE Economic Disclosure Statement

Idenggcagon of Subcontractors, Suppliers and Sub consultants Form; Electronics PayatdesProgram ('E-Payables"); Veteran's Preference for VBE and SDVBE; Aigdavit Veteran's

Workplace Preference Public Works Contracts; Economic Disclosure Statement and

Execugon Document Index; Instructions for Completion of Economic Disclosure Statement

and Execugon Documents; Certifications; Execuhon Pages; Insert IDOT Certificate ofEligibiTyy; Insert IDOT Aflidavit of Availability; Labor Standards & Prevailing WageRequimments; DBE Forms

MBE/WBE Economic Disdosure Statement;

Identification of Subcontractors, Suppliers end Sub consultants Form; Electronics PayabissProgram ("E-Payables"); Veteran's Preference for VBE end SDVBE; Affidavit Veteran's

Workplace Preference Public Works Contrada; Economic Disclosure Statement andExecution Document Index; Inskuctions for Completion of Economic Disclosure Statement

and Execution Documents; Certifications; Execugon Pages; Insert IDOT Certificate of

Eligibility; Insert IDOT Affidavit of Availability; Labor Standards & Prevailing WageRsquik.ments; M/WBE Forms

Surety's Statement Of Quaggcation for Bonding

Trust Agreement

Performance and Payment of Bond Form

Contract

Schedule of Prices Sheets

Proposal Bid Bond

Bid Depomi Form

(CC) April 30, 2015

(CC) Jan.15,2013

(CC) Jan. 1, 2008

(CC) April 7, 2015

(CC) April 7, 2015

(CC) June 2, 2011

(CC] May 20, 2015

(CC) June 9, 2011

(CC) Jan. 15, 2013

(CC) Dec. 28, 2011

(CC) Jan. 15, 2013

(CC) Jan. 15, 2013

*Special Provisions marked with an asterisk ('}have informagon that must be 55ed in prior to indusion in the Contract

Documents.

(CC)

(IL) Current

(ILD1 }Current

(IL-CC}

(ILD1-CC)

(IL Recurring)

((L LR Recurring)

(IL BDE)

(IL LR)

BL D-1)

Origin of Special Provisions

Initiated by Cook County Department of Transportation and Highways

Initiated by illinois Department of Transportation

Initiated by illinois Department of Transportation Disbict 1

Initiated by the llknois Department of Transportation and amended by Cook County Department ofTransportation and Highways

Initiated by illinois Department of Transportation Disbict 1 snd amended by Cook County Department ofTransportation snd Highways

Initiated by Illinois Department of Transportation Recumng Special Provisions

Initiated by glinois Department of Transportatton Local Roads Recurring Special Provisions

Initiated by 00nois Department of Transportation Bureau of Design and Emiironment

Initiated by illinois Department of Transportation Bureau of Local Roads and Streets

Initiated by illinois Department of Transportation District f

IniTiabng Bureau/DiVision

Contract Documents Olfice

Conslrucllon Bureau

Pavement Geometries Division

Structural Division

Drainage Division

Landscaping Division

Transporlagon and Planning Bureau

Cook County Deparbnent of Trsnsportagon and

Highways

Special Provision Catalog Number

1-20

214041-114

115-155156-210

211-225

226-240

17

CHECK SHEETFOR

RECURRING SPECIAL PROVISIONS

Adopled April 1, 2016

The following RECURRING SPECIAL PROVISIONS indicated by an "X're applicable to his contract and are induded byinferno ca:

RECURRING SPECIAL PROVISIONS

5 Q6 Q

Q8 Q0 Q

10 Q11 Q12 Q13 Q141516 Q1718 Q

23 Q24 Q25 g26

Q20 Q30 Q3132

QQQ

Requked Provisions - State Contracts

Asbestos Bearing Pad Removal

Asbestos Waterproofing Membmne and~Hot-Mix Asphalt Surface Removal

Temporary Stream Crossings and In4tream Work PadsConsirucbon Layout Stakes Except for BridgesConshucbon Layout StakesUse of Geotextile Fabric hr Railroad Crossing

Subsealing of Concrete PavementsHotWix Asphalt Surface ConectionPavement and Shoulder Resurfacing

Patching with Hot-Mix Asphalt Overlay Removal

Polymer ConcretePVC Pipeliner

Bicyde RacksTemporary Portable Bridge Tmffic SignalsWork Zone Public Informabon SignsNighthme Inspection of Roadway Lighting

English Substitution of Melric BoltsCalcium Chloride Accelerator hr Portland Cement Concrete

Quality Controi of Concrete Mixtures st the PhntQuality Control/Quality Assurance of Concrete Mixtures

Digital Terrain Modeling for Earthwork Cahutagorm

Pavement Marking Removal

Preventive Maintenance- Bguminous Surface TmatmentPrevengve Maintenance -Cape SealPreventive Mainienance- Micm-Surfacing

Prevengve Maintenance- Slurry SealTempomry Raised Pavement Markers

Restorfng Bridge Approach Pavements Using High-Density Foam

CHECK SHEET ¹1 Q Additional State Requiwnents for FederssAid Construcgon Contrada

2 Q Subleigng of Contracts (Federal-Aid Contrada)3 Q EEO4 Q Specigc EEO ResponsibiliTies Non FederaWLid Contracts

PAGE NO

1

45

15

20262728293235374143444547485052535455566480628389

104115125126

401 (ILI Cwrent

IOOT Rrxxxring SpecialProvision Checklist

Page 1 April 1, 20161 Page(s) Total

CHECK SHEETFOR

LOCAL ROADS AND STREETSRECURRING SPECIAL PROVISIONS

Adopted April 1, 2016

The following LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS indicated by an "X"are applicable to this

conhact and are included by reference:

LOCAL ROADS AND STREETSRECURRING SPECIAL PROVISIONS

CHECK SHEET dLRS1 ReservedLRS 2LRS 3LRS4LRS 5LRS 6LRS 7

Cj Furnished Excavation

Q WorkZone TraflicConlrol Surveillance. „...Q Flagges in Work Zones ...Q ContractClaims.

Q Bidding Requirements and Conditions for Contract Proposals .D Bidding Requirements and Conditions for Material Proposals

LRS 8 Reserved,LRS9 Cj Bituminous Surface Treshnents ..LRS 10 Resenred.LRS11LRS12 QLRS 13 0LRS14 0LRS 15LRS16 QLRS17 DLRS 18 Q

Employment Practices .Wages of Employees on Public Works ..Selecgon of LaborPav'mg Bdck and Concrete Paver Pavemerds and Sidewalks ..................Partial Payments ..Protests on Local Lettings.Subslance Abuse Prevengon Program ..Multigrade Cold Mix Asphalt .

PAGE NO.130131132133134135141147146149150152154155156159160161

402 (IL LR) Current

lOOT local Roads scd StreRecumng Spe;isl Provisions Checklist

Page 1 Apnl I, 20161 Psgs(s) Total

BDE SPECIAL PROVISIONSFor the July 29 and September 16, 2016 Lettings

The following special provisions indicated by an "x" are applicable to this contract and will be included by the ProjectDevelopment and Implementation Section of the BORE. An *indicates a new or revised special provision for the letting.

FileName

80099 1

80274 280192 380173 480241 55Q26l 65048I 75049 I 8

80360 118Q198 1280199 13

Soecial Provision Title

Accessible Pedestrian Signals (APS)Aggregate Subgrade ImprovementAutomated Flagger Assistance DeviceBituminous Materials Cost AdjustmentsBridge Demolition DebrisBuilding Removal-Case I (Non-Friable and Friable Asbestos)Building Removal-Case ll (Non-Friable Asbestos)Building Removal-Case III (Friable Asbestos)Building Removal-Case IV No Asbestos

Coarse Aggregate QualityCompletion Date (via calendar days)Com letion Date (via calendar days) Plus Workin Da s

Effective

April 1, 2003April 1, 2012Jan. 1, 2IMBNov. 2, 2006July 1, 2009

Sept. 1, 1990Sept. 1, 1990Sept. 1, 1990Sept. 1 1990

July 1, 2015Apdl I, 2008Apri) 1, 2008

Revised

Jan. 1, 2014April 1, 2016

July 1, 2015

April 1, 2010April 1, 2010April 1, 2010A rif1,2010

80311 1580277 1680261 1780029 1880363 1980358 2080364 2180229 2280304 2380246 2480347 25

Sw~m@M~~IM80336 28

IM

Concrete End Sections for Pipe CulvertsConcrete Mix Design —Department ProvidedConstruction Air Quality —Diesel RetrofitDisadvantaged Business Enterprise ParticipationEngineeVs Field OfficeEqual Employment OpportunityErrata for the 2016 Standard SpecificationsFuel Cost AdjustmentGrooving for Recessed Pavement MarkingsHot-Mix Asphalt —Density Testing of Longitudinal JointsHot-Mix Asphalt —Pay for Performance Using Percent Within Limits—Jobsite Sam ling

Lon itudinal Joint and Crack Patchin

Jan. 1, 2013Jan. 1, 2012

June 1, 2010Sept. 1, 2000April 1, 2016April 1, 2015April 1, 2016April 1, 2009Nov. 1, 2012Jan. 1, 2010Nov. 1, 2014

April 1, 2016April 1, 2016

'ov.1, 2014Jan. 2, 2D16

July 1, 2015Aug. 1, 2014Apdil 1, 2016April 1, 2016

A ril 1, 20'l4 April 1, 2016

80045 3080342 31

80165 3380361 3480349 35

Material Transfer DeviceMechanical Side Tie Bar Inserter

Moisture Cured Urethane Paint SystemOverhead Sign Structures Certification of Metal FabricatorPavement Markin Blackout Ta e

June 15, 1999Au . 1 2014

Nov. 1, 2006Nov. 1, 2015Nov. 1, 2D14

Aug. 1, 2014April 1, 2016

Jan. 1, 2010April 1, 2016A ril 1, 2016

80298 37

IliPavement Marking Tape Type IV April 1, 2012 April 1, 2016

80353 44 Portland Cement Concrete Inlay or Overlay Jan. 1, 2015 April 1, 2016

403 DLJIDE)IDDT Bureau ol Design and Environment

Special Provisions Checkfist

Page I July 29, 20163 Page(s) Total

20

File5gzy

8033880300803283426I8015780306

8034080127803628031780355203388031880288803028028980071

¹454647484950

5152535455565758596061

Soecial Provision Title

Portland Cement Concrete Partial Depth Hot-Mix Asphalt PatchingPreformed Plastic Pavement Marking Type D - inlaid

Progress PaymentsRailroad Protective Liability InsuranceRailroad Protective Liability Insurance (5 and 10)Redaimed Asphalt Pavement (RAP) and Reclaimed AsphaltShingles (RAS)Speed Display TrailerSteel Cost AdjustmentSteel Slag in Trench BackfillSurface Testing of Hot-Mix Asphalt OverlaysTemporary Concrete Barrier.Training Special ProvisionsTraversable Pipe GrateWarm Mix AsphaltWeekly DBE Trucking ReportsWet Reflective Thermoplastic Pavement MarkingWorking Days

Effective

April 1, 2014April 1, 2012Nov. 2, 2Q13Dec. 1, 1986Jan. 1, 2006Nov. 1, 2012

April 2, 2014April 2, 2004Jan. 1, 20'l6Jan. 1, 2Q13Jan. 1, 2015

Oct. 15, 1975Jan. 1, 2013Jan. 1, 2012

June 2, 2012Jan. 1, 2012Jan. 1, 2002

vi s

April 1, 2016April 1, 2016

Jan. 1, 2006

April 1, 2016

April 1, 2016July 1, 2015

April 1, 2016July 1, 2015

April 1, 2014April 1, 2016April 2, 2Q15

The following special provisions and recurring special provisions are in the 2016 Standard Specifications.

FileName80240

803108034180294

80334

80335Chk SIlt

¹278026580329

Chk Sht¹20

80322

80323

80348

80315803518032480325803378025480352

Soecial Provision Title

Above Grade Inlet Protection

Coated Galvanized Steel ConduitCoilable Nonmetallic ConduitConcrete Box Culvelts with Skews < 30 DegreesRegardless of Design Fill and Skews > 30 Degreeswith Design Fiils > 5 FeetConcrete Gutter, Curb, Median, and Paved Ditch

Contract ClaimsEnglish Substitution of Metric Reinforcement Bars

Friction AggregateGlare ScreenGuardrail and Barrier Wall Delineation

Hot-Mix Asphalt —Mixture Design Composition andVolumetric Requirements

Hot-Mix Asphalt —Mixture Design Verification andProductionHot-Mix Asphalt- Prime Coat

Insertion Lining of CulvertsLight TowerLRFD Pipe Culvert Burial TablesLRFD Storm Sewer Burial TablesPaved Shoulder RemovalPavement PatchingPavement Striping - Symbols

New Location

Articles 280.02, 280.04, and1081.'I 5Article 811.03Article 1088.01Article 540.04

Articles 606.02, 606.07, and1050.04Article 109.09Article 508.09

Articles 1004.01 and 1004.03Sections 638 and 1085Sections 635, 725, 782, and1097Sections 312, 355, 406, 407,442, 482, 601, 1003, 1004,1030, and 1102Sections 406, 1030, and1102Sections 403, 406, 407, 408,1032, and 1102Sections 543 and 1029Article 1069.08Sections 542 and 1Q40Sections 550 and 1040Article 44Q.07Article 701.17Article 780.14

Effective Revised

July 1, 2009 Jan. 1, 2012

Jan. 'I, 2013 Jan. 1, 2015Aug. 1, 2014 Jan. 1, 2015April 1, 2012 April 1, 2014

Jan. 1, 2011Jan. 1, 2014

Dec. 15, 1993

Nov. 1, 2014

Jan, 1, 2012

Nov. 1, 2013 Nov. 1, 2014

Nov. 1, 2013 Nov. 1, 2014

Nov. 1, 2014

Jan. 1, 2013Jan. 1, 2015Nov. 1, 2013Nov. 1, 2013April 1, 2014Jan. 1, 2010Jan. 1, 2015

Nov. 1, 2013

April 1, 2015April 1, 2015

April 1, 2014 Aug. 1, 2014

April 1, 2014April 1, 1996 Jan. 1, 2011

403 (IL-BDE)IDOT Burssu of Design erst Environment

Special Provisions Checklist

Pege 2 July 29, 20163 Page(s) Total

21

File~ae

Chk Shtff19

Soecial Provision Titie

Pipe Underdrains

80343 Precast Concrete Handhole

8035080327

Retroreflective Sheeting for Highway SignsReinforcement Bars

803448035480301803568034580357

Rigid Metal ConduitSidewalk, Corner, or Crosswalk ClosureTracking the Use of PesticidesTraffic Barrier Terminals Type 6 or 6BUnderpass LuminaireUrban Half Road Closure with Mountable Median

80346 Waterway Obstruction Warning Luminaire

New Location

Section 601 and Articles1003.01,1003.04, 1004.05,1040.06, and1080.05Articles 814.02, 814.03, and1042.17Article 1091.03Section 508 and Articles421.04, 442.06, 1006.10Article 1088.01Articie 1106.02Article 107.23Article 631.02Articles 821.06 and 1067.04Articles 701.16,701.19,and701.20Article 1067.07

Effective Revised

Aug. 1, 2014

Nov. 1, 2014Nov. 1, 2013

AugJan

AugJan

AugJan

1, 20141, 20151, 20121, 20151, 20141, 2015

April 1, 2015

April 1, 2015July 1, 2015

Aug. 1, 2014 April 1, 2015

Sept. 9, 1987 Jan. 1, 2007

The following specie( provisions require additional information from the designer. The additional information needs to beincluded in a separate document attached to this check sheet. The Project Development and Imp(ementation section will theninclude the information in the applicable special provision. The Special Provisions are:

~ Bridge Demolition Debris~ Building Removal-Case I

~ Building Remove)-Case II

~ Building Removal-Case ig

~ Building Removal-Case IV~ Completion Date~ Completion Date Plus Working Days~ DBE Participation

~ Material Transfer Device~ Railroad Protective Liability Insurance~ Training Special Provisions~ Working Days

403 (IL4IDEjIDOT Bureau of Design snd Enwnnment

Special Pmuisions Checklist

July 29, 20163 Psgu(s) Total

SPECIAL PROVISIONS CHECK LISTGenerated 4/18/18 —Revised 5/9/18

22

Designer:Contract No.:

PAP:Section:County:

Dir

X DESiDESiDES'i

DESiDESiDES'iDESiDESiDESiDES'IDES'IDESiDESiDESiDES'IDESiDESiDESiDESiDESiDESi

DESi

DESi

X DESi

DESiDESi

DESI

DESi

DESiDES'IDESi

DESiDESi

DES'I

DESi

DESi

DESi

File Name1048945R DOC1078948R.DOC1080301 doc1086587r.doc1088949R,DOC1088951R,DOC2080101 doc4020211.doc4408955R.DOC5028956R.DOC

'5038957R.DOC5501234R DOC5508960R DOC6008961R DOC6028962R.DOC6068984R.DOC6068965R.DOC6370499.doc7016789 DOC9018967R.DOCAdiustments-Reconstructs. doc

'GG

SUBGRIMPROVEMENT(D1).docBit Coated Aoo Sloo~ll.docCA Backfill TrenchBackfill Beddina(D~t.docCAC-BMPR.docConc Noise Abate W~all D1 .docxCTA Flea CoordinatioIi,docDrain Inlet Prot Undr

Traff(DI I.docEmbankment I.docEmbankment ll.docgNG FIELD OFF Ty A(SSP.docFriction Aoa(D-1).docGrade Shaoe ShldrdocGTR ModifiedB~in er(D-I ).docHeat of Hvdration Ctrl(DD).docHMA Mix DesReomts(D-11.docHMA QCP(BMPRi.doc

404 ((LD1)BLRS District 1 Check

Spec TitleMaintenance of RoadwaysTollway Permit and BondRestriction on Working DaVs After s Completion DateFailure to Complete the Work on TimeCompletion Date Plus Woriiing DaysIncentive Payment PlanRAP For Non-Porous Embankment and BackfillAggregate Surface Course for Temporary AccessPavement Removal, SpecialRock Excavation for Structures, SpecialRustication Finish For Retaininq WallsStorm Sewer Adjacent to or Crossinq Water Main

Storm Sewers 8 Sewer Connections to City of Chicago SewersSlotted DrainCleaning Existing Drainage StructuresConcrete Curb, Type B (Modified)Stsbifized Median SurfaceAggregate For Concrete Samer (D-1)Traffic Cont'rol 8 Protection (Arterials)Traffic Control PlanAdjustments and Reconstructions

Aggregate Subgrade improvement (D1)

Bituminous Coated Aggregate Slopewall

Coarse Aggregate for Backfill, Trench Backfitt snd Bedding (0-1)

Calcium Aluminate Cement (BMPR)Concrete Noise Abatement Walls (Absorptive 8, Reflective)(Dist 1)

CTA Flagging and Coordination

Drainage And Inlet Protection Under Traffic (D-1)

Embankment I

Embankment li

Enginesris Field Office Type A (Special)

Friction Aggregate (D-1)Grading and Shaping Shoulders

Ground Tire Rubber (GTR}Modified Asphalt Binder (D-1)

Heat of Hydration Control (D-1)

HMA li(lixture Design Requirements (D-1)

Hot Mix Asphalt Quality Control For Performance (BMPR)

Page 1

list

Spec DatesE 9/30/85 R 11/'I/96E 01/13/89E 01/21/03 R 01/01/07E 09/30/85 R 01/01/07E 09/30/85 R 01/01(07E 10/01/95 R 01/01/07E 04/01/01 R 01/01/07E 04/01/01 R 01IQ2/07E 01/1 3/89 R 01/01/07E 09/30/85 R 01/01 /07E 05(01(90 R 01/01/07E 02(01(96 R 01/01/07E 09/3(y85 R 01(01(07E 09/30/85 R 01/01/07E 09/30/85 R 12/01/11E 09/30/85 R 01/01/07E 09/30/85 R 03/24/15E 03/1 1/04 R 01/24/08E 02/01/96 R 03/01/11E 09/30/85 R Q1/01/07E 03/15/11

E 02/22/12 R 04/01/1 6

E Q1/01/07

E 11I01/11 R 11/01/13

E 07/01/13E 09/05/08 R 01/12/11

E 05/1 4/98 R 08/27/09

E 04/01/1 1 R 04/02/1 1

E 03/01/1 1 R 11I01/13E 03I01I11 R 11/01/13E 12/01/11 R 05/01/13

E 01/01/11 R 04/29/16E 12/28/01 R 01/01I07

E 06/29/06 R 04/01/16

E 11/01I13

E 01/01/13 R 04/01/16

E 01/01/12 R 1/1 6/15

July 15 2016S Page(s) Total

SPECIAL PROVISIONS CHECK LISTGenerated 4/18/1 6 —Revised 6/9/16

23

Designer:Contract hjo.:

FAP:Section:County:

DESi

DES'I

X DES'I

DES'I

DES'I

DESiDESi

DESiDESi

Hot in PieceRecvcie.docLichtwtcsiluiarconcFiliID1}.docxPub Conv SitviD1}.docR~AP-RAR Dt .d

Siioform Pavino (D-1}.docStatus Utilitv ID-1}.docStatus Utilitv Adi-90dav.docTEMP PVMT,docWINTERIZED TEMPACCESS 3-5-12.doc

Pavement Rehabilitation by Hot In-Place Recycling

Lightweight Cellular Concrete Fill (D-1)

Public Convenience snd Safety (D-1)

Reclaimed Asphalt Pavement (RAP) and Reclaimed AsphaltShinnies (RAS) (D-1)Siipform Paving (D-1)

Status Of Utilities (D-1)Status Of Utilities To BeAdjusted

Temporary PavementWinterized Temporary Access

E 07/11/03 R 05/05/14

E 11/1 1/01 R 02/01/1B

E 05/01/12 R 07/15/12

E 11/01/12 R 04/02/16

E 11/01/14

E 06/01 /2016E 01/30/8/ R 01/24/13

E 03/01/03 R 04/10/08E 01/01/12 R 03/05/12

Bureau of Electrical Sosclal Provisions

X ELEi 810.02-UNDERGROUNDRACEWAYS.doc

ELEi Combination Confroller2015.doc

ELE} Elec Serv Disc lot sio2012.doc

ELEi Fiber OoticCable SM 2013 v2doc

ELEi Fiber OoticCable Solice 2014 v1.doc

X ELEi General Electrical Provisions 2016 V1.doc

ELEi HPS Underoass 2012.doc

ELEi lnnerduct v4 2014.docELEi Junction Box Embedd

ed 2012.docELEi Lioht Tower 2016 Ga

Ivanized AASHTO exce~ion v2.doc

ELEi Liohtino Controller SCADA 2012.doc

X ELEi Liohtino Maint 2012.doc

ELEi Luminaire 2012.docEI.Ei Luminaire LED 2016 v

2.douxELEi Luminaire safetv cable

2012.DOCELEi Protect Undsroass Lic

htinoSvstsm 2012.doc

404 (Il D1)BLRS District 1 Check()

Underground Raceways

Combination Lightihg Controller

Electric Service Disconnect, Lighting And Trafsc Signal

Fiber Optic Cable

Fiber Optic Cable

General Electrical Requirements GPS

Underpass Luminaire, HPS, Stainless Steel Housing

Wire and CableJunction Box Embedded in Structure

Light Tower

stPage 2

Lighting Controller, Radio Control, Duplex, Console Type

Maintenance of Lighting Systems

LuminaireLuminaire, LED

Luminairs Safety Cable Assembly

Protect 8 Maintain Underpass Luminaires

E 3/1 l2015

E 2/23I2015

E: 1/1I2012

E 3/15/2013

E 6/1/2014

E 4/1/2016

E 1/1/2012

E 10I1/2014E 1/1/2012

E 4/1/2016

E 1/1/2012

E 1/1/2012

E 1/1/2012E 2/1/16

E 1/1/2012

E 1/1/2012

July 15 20169 Page(s) Total

SPECIAL PROVISIONS CHECK LISTGenerated 4/$ 8/16 —Revised 5/9/16

24

Designer:Contract No.:

PAP:Section:County

ELEt Racewav Exposed 2012,DOC

ELE> Service Connection 20L2.dog

ELEI Service Install 2012.doc

ELEt Temo iiaht SinaleLensSta 2012 doc

ELEI Temp ooie install 2012.DOC

X ELEI Unit Duct 2012.DOCELEt Wire Cable 2012.doc

Exposed Raceways

Electric Utility Service Connection (ComEd)

Electric Service Installation

Temporary Lighting For Single Lane Staging

Temporary Wood Pole, Install Only

Unit DuctWire and Csbie

E 11112012

E 1/1/2012

E I/O/2012

E 01/01/2012

E 1(1/2012

E 1/01/201 2E 111/2012

Guide Bridae Special Provisions

GBSt GSSP04.docGBSI abso12.docGBSI GBSP13.docGBSI GBSP14.docGBSt abso15.docGBSt GBSP16.docGBSt GBSP17.docGBSY absa18.docGBSI GBSP21.doc

GBSI GBSP25.docGBSt GBSP26.docGBSV GBSP28.docGBSt absp29.docGBSt abso30.docGBSI abso31.docGBSI GBSP32.docGBSt abso33.docGBSt GBSP34,docGBSI GBSP35.docGBSt GBSP38.docGBSI GBSP42.docGBSI GBSP43.docGBSt GBSP44.docGest GBSP45.oogcGBSt GBSP46,docGBSt GBSP51,docGBSI GBSP53.docGBSI GBSP55.docGBSt GBSP56.docGBSt GBSP57.docGBSI GBSP59.docGBSt GBSP60.docGBSI GBSP61.docGBSI GBSP62.docGBS< GBSP64.docGBS< GBSP65.doc

404 (iLD1)BLRS District 1 Checklist

Page 3

Polvmer Modified Portland Cement MortarDrainage SystemFloating BearingsJack and Remove Existing BearingsThree Sided Precast Concrete StructureJacking Existing SuperstructureBonded Preformed Joint SealModular Expansion JointCleaning and Painting Contact Surfaces of Ekisting SteelStructuresCleaning and Painting Exisbnq Steel StructuresContainment and Disposal of Lead Paint Cleaning ResiduesDeck Slab RepairBndge Deck Microsilica Concrete OverlavBridge Deck Latex Concrete OverlayBridge Deck ItRM Concrete OverlavTsmporarv Sheet Piling

Pedestrian Truss SuperstructureConcrete Weaning SurfaceSilicone Bridge Joint SealerMechanicallv Stabilized Earth Retaining WellsDrilled Soldier Pile Retaining WallDriven Soklier Pile Retaining wallTemporary Soil Retention SystemBridge Deck Thin Polvmer OverlayGeotextile Retaining wallsPipe Underdrains for StructuresStructural Repair of Canc(ateErection of Curved Steel StructuresSetting Piles In RockTemporary Mechanically Stabilized Earth Retaining WallsDiamond Grinding and Surface Testing Bridge SectionsContainment and Disposal of Non Lead Paint Gleaning ResiduesSlipform ParapetCONCRETE DECK BEAMSSegmental Concrete Block WalIPrecast Modular Retaining Wall

E 6/7/94 R 07/26/13E 6/10/94 R 6/24/15E 10/13/88 R 10/30/12E 04/20/94 R 01/01/07E 7/1 2/94 R 12/29/14E Q1/11/93 R 01(01(07E 07/12/94 R 01(01(OTE 5/1 9/94 R 12/29/14E 05(15191 R 05118/1 1

E 10/02/01 R 04/22/16E 10/Q2/O'I R 04(22(16E 05/15$5 R 10/15/11E 5/15/95 R 6124115E 5/1 5/95 R 6/24115E 'I/21/00 R 6/24/15E 09/02/94 R 01/311'l2E 1/1 3$8 R 12129(14E 6(23(94 R 02(06/'I 3E 06(01195 R 10115111E 02/03/99 R 10/05/15E 09/20/01 R 10/5/1 5E 11/13/02 R 10/05/15E 12/30/02 R 05/11/09E 05(07$7 R Q2(06(13.E 09/19/03 R 07/26/13E 05/17/00 R 01/22/10E 03/15/06 R 08/29/14E 06/01/07E 11/14/96 R 04/1 9/12E Q'I/06/03 R 1Q(05(15E 12/06/04 R Q1/03/14E 11/25/04 R 03/06/09E 06/01/07 R '(2/29/'(4

E 06/13/08 R 10/09/09E 01/07/99 R 10/3Q/12E 03/19/01 R 12(29114

July 15 20169 Page(s) Total

SPECIAL PROYISIONS CHECK LISTGenerated 4/18I16 —Revised Sl9i16

25

Designer:Contract No.:

FAP:Section:County:

GBSI abso67.doc

GBSt GBSP70.docGBSt GBSP71.docGBS) GBSP72.doc

GBS'I

GBSIGBS)GBS'IGBS)GBS)GBS)GBSI,

GBSP78 dacGSSP79.docGBSPBO.docGBSP84.docGBSP85.docxGBSPBB.docxGBSP87.docxIndex. d 0c

GBS) GBSP73,docGBS) GBSP74.docGBS) GBSP75.docGBS) GBSP76.docGBS) GBSP77.doc

Structural Assessment Reports for Contractors Means andMethodsBraced ExcavationAggregate Column Ground improvementBridge Deck Fly Ash or Ground Granulated Blast-FurnaceConcrete OverlayCofferdamsPermanent Steel Sheet Pilina (LRFD)Bond Breaker for Prestressed Concrete Bulb-T BeamsGranular Backfill for StructuresWeep Hole Drains for Abutments, Wingwalls, Retaining Walls sndCulvertsBridge Deck ConstructionBridge Deck Grooving (Longitudinal)Fabric Reinforced ElastomericPrecast Prestressed Concrete BeamsMicropilesDrilled ShaftsLightweight Cellular Concrete Fill

GBSP Check Sheet

E 03/06/09 R 10105115

E 08/09/95 R 05/18/11E 01/1 5/09 R 10/15/11E 1/18/1 1 R 6/24/15

E 10/15/11 RE 01/31/12 R 0811TI12E 04/19/12 RE 04/19/12 R 10/30/12E 04119112R 10/22/13

E 10/22/1 3 R 04/01/16E 12129114R 04101116E 08129114E 10105115RE 04/'l9/96 R 10/5/15E 10/05/15E 11/11/01 R 10/05/15

Bridqs snd Roadway Maintenance Snecisl Provisions

MNT1)MNT1lMNT1'I

MNTnMNTnMNT1)MNT1)MNT1)MNTBMNT1i

ADJRCK.docAPPR SLAB REMBREPL.docAPSLRP.DOC-Bmstrt.docBr-Dk-Conc-Sealer. dccBraced.docBridae Drain Svs Reoair.docBRRitocCleanina Drainaqe Svstem.docConcscsr.doc

MNTH cws.Doc

MNT1)MNTttMNT1)MNT1)MNTI)MNT1'I

MNT1)MNT1)

Debris Removal.docdowelro.docEPXINJ.DOCFidrex.dacGrade Shaoe Foreslooe.docGGt .dHMArm1.docHMArm2. DOC

MNT1 t HMArm3.docMNT1) HMArm4.dac

MNT1) Jckcrb.docMNTti JKRPBR.DOCMNT)) Keeo Toll Coen To Traf/ic.d

oc

404 (ILD1}BLRS District 1 Checklist

Adlust Rocker and Sole PlateApproach Slab Removal 8 ReplacementApproach Slab RepairBeam StraighteningBridge Deck Concrete SealerBeading Pad AdiustmentBridge Drainage Svstsm RepairsBridge Rail RemovalCleaning Drainage SystemConcrete Bridge Deck Scarification lW/New HMA OverlayW/0 Wms)Concrete Wearing Surface fUse on Slab Bridges —forPPC Dk Bms use GBSP34)DEBRIS REMOVALDowel RepairEpoxy lniectionFloor Drain ExtensionGradinq And Shaping FareslapesGrout RepairHot-Mix Asphalt Sari'ace Removal CompleteHot-Mix Asphalt Surface Removal [Use w/ PPC DeckBeems)Hot-Mix Asphalt Surface Removal (Deck)Hot-Mix Asphalt Surface Removal fUse w/Deck SlabRepairslJacking and CribbingJack and Reposition BearingsKeeping the Tollway Open to Traffic

Page 4

E 01/23/95 R 01/0'I/07E 12/28/01 R 08101115E 03/13/97 R 09/25/09E 12/06/94 R 0'I/01/OT

E 06117110 R 07/01/12E 07/27/94 R 01/01/07E 11/16/10 R 09/15/11E 041'I 5/99 R 01/01/07E 06/21/04 R 08/30/10E 11/22/02 R 01/01/07

E 06/23/94 R 01/01/07

E 06/27/02E 07127194 R 01/01/07E 12/06/94 R 01/01/07E 02/01/96 R 04/07/98E 04/01/08E 07/27/94 R 01101IOT

E 12/08/93 R 01/01/07E 07/27/94 R 01 /01107

E 04/29/96 R 01/01/07E 07/27/94 R 01/01/07

E 10/05/99 R 01/01/07E 12/15/93 R 07/1 5/96E 03/22/96 R 10/12/10

July 15 20169 Page(s) Total

SPECIAL PROVISIONS CHECK LISTGenerated 4/18/1 6 —Revised 6/9/16

26

Designer:Contract No.:

PAP:Section:County:

MNTI('NTS

MNTI(MNTIIMNTI(MNTI(MNTI(MNT1iMNT1'IMNTI'I

MNTI(MNTI(

MNTRMNT'lt

MNTI(MNTI IMNTI(MNT11MNTII

MNTI(

MNTII

Tmosh1a.doc

Tmosh2.doc

MNT1lMNT1i

TMPSH3. DOCTMPSH4.DOC

MNTI(

MNTI(

MNTI(

TMPSH5 DOC

TMPSH6. DOC

TMPSLB.DOC

MNTI( TMPSP1.DOC

MNTI>MNTII

MNTZI

MNT2(

TMPSP2.DOCWork Zone Traff Ctrl(DI-MJ.docCOARSE SANDPLACEMENT,docGENERAL REQUiREMENTSFOR NIEED CONTROLSPRAY)NG.docMULCH PLACEMENT FORWOODY PLANTS.docPrunink-safetv.docSELECTIVE CLEARING.docWEED CONTROL PRE-EMERGENT GRANULARHERBICIDE.docWEED CONTROL. NON-SELECTIVE AND NON-

(iLDI)S District 1 Checklist

MNT2(

MNT2(MNT2(MNT2(

MNT2'I

404BLR

Kevwvro.docNIGHT WZ LIGHT(D1i.docPaint Warrantv7.docPINLNK.DOCPINRR.DOCILIexdd docPPROSH. DOCPrGrAno.docreancr.docREBAR.DOCRECIBm.docREXPPCDB.doc

RREXRL.DOCScarifv.docSteelRem.docsteelreo.docSTRBM.DOCStructRsoConcr(SP). docTmosh1.doc

Keyway RepairNighttime Work Zone Lighting (DI)Warrantv for Cleaning and Paintink Steel StructuresPin snd Link ReplacementPin ReplacementPlug Existink Deck DrainsPermanent Protective Shield SystemPressure Grouting AnklesRe-Anchor Existinc Expansion Joint AnklesCleaning and Painting Exposed RebarRemoval of Existing Concrete I-BeamRemoval of Existing Precast Prestressed Concrete DeckBeamsRemoving and Re-Erecting Exisling Railing

Concrete Bridge Deck ScarificationStructural Steel RemovalStructural Steel RepairStraighten Bent MembersStructural Repair Of Concrete (Special)Temporary Shoring & Cnbbing [when req'd for damagedbeam replacement; requires SElTemporary Shoring 8 Cribbing [when "May be req'd" foror Dav Labor beam replacementrNo SE req'dl

Temporary Shoring and Cribbing [for use w/longitudinalioint. closure on slab bridhsslTemporary Shoring and Cribbing tUse during Pile Repair)Temporary Shoring and Cribbing [Use to support Beamsover substructure repair)Temporary Shoring and Cribbing [Support Slab Bridgedurino Joint reconstructionlTemporary Shoring and Cribbing fsuppori effecte beamdu(ink beam end repairsiTemporary Sisb Support System fuse with beamreplacement)Temporary Support System fUse for Pin I? LinkReplacemsntlTem porarv Support Svstam [Use if Pins over RR)Work Zone Traffic Control (D-I Maintenance)

Coarse Sand Placement

General Requirements For Weed Control Spraying

Mulch Placement For Woody Plants

Pruning For Safety And Equipment ClearanceSelective ClearingWeed Control, Pre-Emergent Granular Herbiixds

Weed Control, Non-Selective And Non-Residual

Page 5

E 07/27194 R 08/12/11E 11/01/08 R 06/15110E 03/03/00 R 11/24/04E 11/20/95 R 08/20/96E 06/11/96 R 06/20/96E 11/06196 R 01/01/07E 10/03/96 R 06/27/08E 06/01/93 R 01/01/07E 02/20/98E 03/20/97 R 01/01107E 07/09198 R 05/05/99E 10/28/98 R 01/01/07

E 10/31/96 R 01/01/07E 05/15/95 R 01/01/07E 10/03/97 R 01/01/07E 12/15100 R 01/01/07E 01/23/97 R 06/19106E 04/02/07E 06/16/92 R 03/11/03

E OGII6/92 R 04/22/03

E 07/27/94 R 03/'I I/03

E 07/16/92 R 03/11/03E 7/16/92 R 10/17/11

E 07/16/92 R 03/11/03

E 10/22/04 R 11/09/04

E 07/27/94 R 03/11/03

E 11/20/95 R 04/04/97

E 11/20/95 R 03/11/03E 05/30/96 R 06/15/I 0

E 02/07/07

E 02/07107

E 02/07/07

E 10/31/06E 02/08107E 07/29/02 R 02/07107

E 02/07/07

July 15 20169 Page(s) Total

SPECIAL PROVISIONS CHECK LISTGenerated 4I18I16 —Revised Sl9/16

Designer:Contract No.:

PAP:Section:County:

I

MNT2)I RESIDUAL.doc I

I

WEED CONTROL. TEASEL~

Weed Control, Teasel (Pound)(POUND) doc

I

l

E 02/07/07

Bureau of Traffic Soecial Provisions

TRF'i

TRFt

TRFI

TRFI

TRF)

TRFt

TRFI

TRFt

TRF'I

TRF<

TRF)TRFI

TRFI

TRFt

TRFI

TRPB

TRFI,

TRFI

TRFI

TRF(

TRFI

TRFI

TRF>

404 (ILD1)BLRS District 1 Checldist

701.01T-KEEPING THE EXPRESSWEAYOPEN TO TRAFFIC.doc701.02T-FAILURE TO OPEN TRAFFICLANES TO TRAFFIC.docx701.03T-TRAFFIC CONTROL ANDPROTECTION (EXPRESSWAYSLdoc701.04T-TRAFFIC CONTROLSURVIELLANCEJEXPRESSWAYSjdoc701.06T-TEMPORARY INFORMATIONSIGNING.docx701.07T-TRAFFIC CONTROL FOR WORKZONE AREAS.docx7001)STs-KEEPING ARTERIAL ROADWAYSOPEN TO TRAFFIC <LANE CLOSURESQNLjy.docx701 08Th-KEEPING ARTERIAL ROADWAYSOPEN TQ TRAFFIC (WITH 15 MIN FULLSTOPS).docx701.15T-SPEED DISPLAY TRAILER(D1),docx703.01T-WET REFLECTIVE TEMPORARYTAPE TYPE ill docx720.01TS-MAST ARM SIGN PANELS.dorx720.02TS-SIGN SHOP DRAWINGSUBMITTAL. docx733.09T-OVERHEAD SIGN STRUCTUREBRIDGE MOUNTED.docx760.01T-45 MIL HOT SPRAYTHERMOPLASTIC PAVEMENTMARKING.docx800.01TS-TRAFFIC SIGNAL GENERALREQUIREMENTS.docx800.02TS-OPTIMIZE TRAFFIC SIGNALSYSTEM.docx600.03TS-RE-OPTIMIZE TRAFFIC SIGNALSYSTEM.docx805.01TS-SERVICE INSTALLATION(TRAFFIC SIGNALS).docx806.01TS-GROUNDING OF TRAFFICSIGNAL SYSTEMS docx810.01TS-COILABI.ENQN-METALLICCONDUIT.docx810.02TS-UNDERGROUNDRACEWAYS.docx810.03TS-ROD AND CLEAN EXISTINGCONDUIT.docx814.01TS-HANDHOLES.docx

Failure To Open Traffic Lanes To Tramc

Traffic Control And Protecf(on(Exoresswavs)Traffic Conirol Surveillance (Expressways)

Temporary Information Signing

Traffic Control For Wo/k Zone Areas

Keeping Arh'rial Roadways Open to Traffic(Lane Closures Only)

Keeping Arterial Roadways Open to Trafhc(With 15 MIN Full Stops)

Speed Display Trailer (D1)

Wet Reflective Temporary Tape Type lii

Mast Arm Sign PanelsSign Shop Drawing Submittal

E 03/22/96 R 02/09/05

E 03/08/96 R O'I/21/'I5

E 10/25195 R 01/21115

E 11/13/96 R 01/02/07

E 09/14/95 R 01/01/07

E Ot/22/03 R OZ/ZOH5

E 01/22/03 R 02/20/1 5

E 4/01115; R 4/1116

E 02101/07 R 02/01/11

E 05/22/02 R 07/01/1 5E 01/22/13 R 07/01/15

Overhead Sign Structure - Bridge MounhKI E 07/01/15 R

45 Mil Hot Spray Thermoplastic PavementMarking

Tmtfic Signal General Requirements

Optimize Traffio Signal System

Re-Optimize Traffic Signal System

Service Installation (Traffic Signals)

Grounding Of Traific Signal Systems

Coilable Non-Metallic Conduit

Underground Raceways

Rod And Clean Existing Conduit

Handholes

Page 6

E 02/28/94 R 12/18/12

E 05/22/02 R 01/01/15

E 05/22/02 R 07/01/1 5

E 05/22/02 R 07/01/15

E 05/22/02 R 01/27/16

E 05/22/02 R 07/01(15

E 05/22102 R 07/01/15

E 05/22/02 R 07/01/15

E 01/01/1 5 R 07(01115

E 01/01/02 R 07/01/1 5

July 1520169 Page(s) Total

Keeping The Expressway Open To Traffic E 03/22/96 R 01/21/15

SPECIAL PROYISIONS CHECK LISTGenerated 4/18l16 —Revised 5/I9)1 6

28

Designer:Contract No.:

FAP:Section:County:

TRFITRF(

TRF<

TRFITRF(

TRFI

TRF)

TRF)TRFt

TRF(

TRFITRF'iTRFI

TRFI

TRF)

TRFtTRFt

TRFt

TRF'iTRFI

TRFI

TRF'I

TRFt

TRFt

TRF'ITRFI

TRFt

TRFt

TRFt

404 ((LD1)BLRS District 1 Checklist

817.01TS-GROUNDING CABLE.docx817 02TS-FIBER OPTIC TRACERCABLE.docx850.01TS-MAINTENANCE OF EXISTINGTRAFFIC SIGNAL AND FLASHINGBEACON INSTALLATION.docx851.01TS-TRAFFIC SIGNAL PAINTING.docx857.01TS-FULL-ACTUATED CONTROLLER(SPECIALLdd ccxx

857.02TS-FULL-ACTUATED CONTROLLERAND CABINET.docx857.03TS-RAILROAD. FULL-ACTUATEDCONTROLLER AND CASINET.dr)ex860.01TS-MASTER CONTROLLER.docx862.01TS-UNINTERRUPTABLE POVVERSLIPPI Y. SPECIAL docx862.02TS-UNINTERRUPTABLE POVVERSUPPLY. GROUND MOUNTED.docx871.Q1TS-FIBEROPTIC CABLE.docx873.01TS-ELECTRIC CABLE.docx873.02TS-GROUNDING EXISTINGHANDHOLE FRAME AND COVER.docx873.03TS-EVP SYSTEM LINE SENSORCABLE. NQ. 20 3C.docx873.04TS-RAILROAD INTERCONNECTCABLE.docx875.01TS-TRAFFIC SIGNAL POST.docx876.01TS-PEDESTRIAN PUSH-BUTTONPOST.docx877.01TS-MAST ARM ASSEMBLY ANDPOLE.docx878.01TS-CONCRETE FOUNDATIONS.docx876.02TS-REMOVE AND REPLACEANCHOR BOLTS.docx880.01TS-LED SIGNAL HEAD ANDOPTICALLY PROGRAIVIMED LED SIGNALHEAD.docx880.02TS-FLASHING BEACONINSTALLATION. RELOCATION ANDREMOVALdocx881.01TS-LEDPEDESTRIAN S)GNALHEAD.docx882.01TS-TRAFFIC SIGNALBAG KP LATE.docx886.01TS-DETECTOR LOOP.docx886.02TS-DETECTOR LOOPREPLACEMENT AND ORINSTALLATION.docx886.03TS-RADAR VEHICLE DETECTIONSYSTEM.docx887.01TS-EMERGENCY VEHICLEPRIORITY SYSTEM.docx887.02TS-RELOCATE EXISTING EVP

Grounding CableFiber Optic Tracer Cable

Maintenance Of Existing Traffic Signalinstallation

Traffic Signal PaintingFull-Actuated Conhollsr (Special)

Full-Actuated Controller And Cabinet

Railroad, Full-Actuated Controller AndCabinetMaster ControllerUninterruptabie Power Supply, Special

Uninterruptable Power Supply, GroundMountedFiber Optic CableEtectric CableGmunding Existing Hsndhole Frame AndCoverEmergency Vehide Priority System Line,Sensor Cable, No. 20 3/CRailroad Interconnect Cable

Traffic Signal PostPedestrian Push-Button Post

Mast Arm Assembly And Pole

Concrete FoundationsRemove And Replace Anchor Bolts

Light Emitting Diode (Lsd) Signal HeadAnd Optically Programmed Led SignalHeadFlashing Beacon Installation, RelocationAnd Removal

Light Emitting Diode (Led) PedestrianSignal HeadTraffic Signal Backptats

Detector LooriDetector Loop Replacement And/OrInstallation (Roadway Grinding,Resurfacing, 8 Patching Operations)Radar Vehicle Detection System

Emergency Vehicle Priority System

Relocate Existino Emergencv Vehicle

Page 7

E 05/22/02 R 07/01/15E 05/22/02 R 07/01/15

E 05/22/02 R 07/01/1 5

E 05/22/02 R 07/01/15E 09/2685 R 07/Ql/15

E 01/01/02 R 07/01/15

E 01/01/02 R 07/01/15

E 05122N2 R 07101115E 01/01/1 3 R 01/Q5/16

E 01/01/12 R 07/01/1 5

E 05/22/02 R 07/01/1 5E 05/22N2 R 07/01/15E 05/22/02 R 07/01/15

E 01/01/13 R 07101115

E 05/22/02 R 07/01115

E 05/22102 R 07101115E 05122/02 R 07/01/15

E 05122/02 R 07/01/1 5

E 05/22/02 R 07/01/15E 01/0'I/14 R 07/O'I/15

E 05/22/02 R 07/01/15

E 01/01/07 R 07/01/15

E 05/22/02 R 07/01/15

E 05/22N2 R 07/01/'l5

E 05/22/02 R 01/05/1 6E 01101/85 R 01/05/16

E 07/01115 R

E 05/22/02 R 07/01/15

E 01/01/02 R 07/01/15

July 15 20169 Page(s) Total

SPECIAL PROVISIONS CHECK LISTGefterBted 4/18l16 —ReViSed 5/8/18

29

Designer:Contract No.:

FAP:Section:County:

TRF)

TRF)TRF'i

TRF)

TRF)

TRF)

TRF'iTRF'I

TRF)

TRF)

TRF)

TRF)

TRF)

SYSTEM. DETECTOR UNIT.docx887.03TS-RELOCATE EXISTING EVPSYSTEM, PHASING UNIT.docx887.04TS-CONFIRMATION BEACON.docx888.01TS-PEDESTRIAN PUSH-BUTTQN).docx888 02TS-ACCESSIBLE PEDESTRIANSIGNALS docx8~9.01TS-TEMPORARY TRAFFIC SIGNALINSTALLATION.docx890.02TS-TEMPORARY TRAFFIC SIGNALTIMING.docx891.01TS-IUUMINATED SIGN LED.docx891 02TS-LED INTERNALLY ILLUMINATEDSTREET NAME SIGN.docx895.01TS-MODIFY EXISTINGCONTROLLER CABINET.docx895.02TS-REMOVE EXISTING TRAFFICSIGNAL EQUIPMENT.docx895.03TS-MODIFY EXISTING TYPE DFOUNDATION.docx895.04TS-REBUILD EXISTINGHANDHOLE,docx895.05TS-REBUILD EXISTING HANDHOLETO HEAVY-DUTY HANDHOLE.docx

Priority System, Detector UnitRelocate Existing Emergency VehiclePriority System, Phasing Unit

Confirmation BeaconPedestrian Push-Button

Accessible Pedestrian Signals

Temporary Traffic Signal Installation

Temporary Traflic Signal Timing

Nurninaied Sign, LedLed Internally illuminated Street Name Sign

Modify Existing Controller Cabinet

E 01/01/02 R 07/01/15

E 01/01/02 R 07/01/15E 05/22/Q2 R 07/01/15

E 04/01/03 R 07/01/15

E 05/22/02 R 07101115

E 05/22/02 R 07/01/15

E 05(22/02 R 07/01/15E 05/22/02 R 07/01/15

E 05/22/02 R 07/01115

Modify Existing Type "0"Foundation

Rebuild Existing Handhole

Rebuild Existing Hsndhole To Heavy-DutyHandhole

E 01/01/02 R 07/01/15

E 01/01/02 R 07/01/1 5

E 01/01/02 R 07/01115

Remove Existing Traffic Signal Equipment E 05/22/02 R 07/01/15

FOLLOWING ARE THE CURRENT BDE SPECIAL PROVISIONS ISSUED BY THE CENTRAL BUREAU OF DESIGNAND ENVIRONMENT. PRELIMINARY AND FINAL SPECIAL PROVISIONS THAT ARE DISTRIBUTED FOR DISTRICTOR OUTSIDE AGENGY REVIEW SHOULD INCLUDE A COPY OF EACH APPLICABLE BDE SPECIAL PROVISION.FINAL SUBMITTAL TO THE CENTRAL OFFICE SHOULD ONLY INCLUDE THE BDE SPECIAL PROVISION CHECKSHEET WITH THE APPLICABLE SPECIAL PROVISIONS CHECKED.

ZD&E)ZD&E)ZD8 E)ZD8E)ZD&EiZDLE)ZD&E'i

ZD& EtZD8 E)ZD8 E)ZD&EI,

ZDB E'i

ZDLE)ZD&E)

50~4. c5053l.doc80029.doc80045.doc80071.doc80099.doc80127.doc80157.doc80165.doc80173.doc80192.doc80198,doc80199.doc80229.doc

ZD8 E) 20338 docZD8 E) 34261.docZD&E) 5026I doc

ZD&E) 5048l.doc

TRAINING SPECIAL PROVISIONSRAILROAD PROTECTIVE LIABILITY INSURANCEBUILDING REMOVAL —CASE I (NON-FRIABLE AND FRIABLEASBESTOS ABATEMENT)BUILDING REMOVAL - CASE II (NON-FRIABLE ASBESTOSABATEMENT'I

BUILDING REMOVAL - CASE III (FRIABLE ASBESTOS ABATEMENT)BUILDING REMOVAL - CASE IV (NO ASBESTOS'IDISADVANTAGED BUSINESS ENTERPRISE PARTICIPATIONMATERIAL TRANSFER DEVICEWORKING DAYSACCESSIBLE PEDESTRIAN SIGNALS (APS)STEEL COST ADJUSTMENTRAILROAD PROTECTIVE LIABILITY INSURANCE (5 AND 10)IiilOISTURE CURED URETHANE PAINT SYSTEMBITUMINOUS MATERIALS COST ADJUSTMENTSAUTONIATED FLAGGER ASSISTANCE DEVICESCOMPLETION DATE (VIA CALENDAR DAYS)COMPLETION DATE (VIA CALENDAR DAYS) PLUS WORKING DAYSFUEL COST ADJUSTMENT

E 10115/75E 12/01/86 R 01/01/06E 09/01/90 R 04/01/10

E 09/01/90 R 04/01/10

E 09/01/9Q R 04/01/10E 09/01/90 R 04101/10E 09/01/00 R 01/02/16E 06/15/99 R 08/01/14E 01101/02E 04/01/03 R 01/01/1 4E 04/02/04 R 07/01/15E 01/01/06E 11/01/06 R 01/01/10E 11/2/06 R Q7101/15E 01/01108E 04/01/08E 04/01/08E 04/01/09 R 07/01/15

404 (ILD1)BLRS District 1 Checklist

Page 6 July 1520169 Page(s) Total

SPECIAL PROVISiONS CHECK LISTGenerated 4I18I18 —Revised SIBI16

30

Designer:Contract No.:

PAP:Section:County:

ZD&ELZD&EI

ZD&EiZD&E)ZD&ELZD&EiZD&EIZD&Ei

ZD&E>ZD&EiZD&EiZD&EtZD&E'\

ZD&EiZD&EiZD&EiZD&ELZD&EiZD&Ei

ZD&EIZD&EIZD&Ei

ZD&EIZD&EIZD&EiZD&EhZD&ELZD&EiZDS Ei

ZD&EII

ZD&EIZD&EIZD&EiZD&ELZD&EIZDS EIZD&EIZD&EiZD&EiZD&Ei

ZD&EiZD&EiZD&EI

80241.doc80246 doc,

80281.docS0274.doc80277.doc80288.doc80289.doc~802 3 doc

80298.doc80300.doc80302.doc80304.doc80306.doc

80311.doc80317.doc80318.doc80328.doc80336.doc80338 doc

80340.doc80342.doc80347.doc

80349.doc80353.doc80355.docBD358.doc80359.doc80360.doc80361.doc

80362.doc80363.dac80364.doc80365.doc80366.doc80367.doc80368 doc80369.doc80370.doc80371.doc80372 .doc

80373.dac80374 doc80375.doc

BRIDGE DEIIIIOLITION DEBRISHOT-MIX ASPHALT - DENSITY TESTING OF LONGITUDINAL JOINTS

CONSTRUCTION AIR QUALITY-DIESEL RETROFITAGGREGATE SUBGRADE IMPROVEMENTCONCRETE MIX DESIGN - DEPARTMENT PROVIDEDWARM MIX ASPHALTWET REFLECTIVE THERMOPLASTIC PAVEMENT MARKING

CONCRETE BOX CULVERTS WITH SKEWS > 30 DEGREES ANDDESIGN FILLS S 5 FEETPAVEMENT MARKING TAPE TYPE IV

PREFORMED PLASTIC PAVEMENT MARKING TYPE D - INLAID

WEEKLY DBE TRUCKING REPORTSGROOVING FOR RECESSED PAVEMENT MARIONGSRECLAIMED ASPHALT PAVENIENT AND RECLAIMED ASPHALTSHINGLESCONCRETE END SECTIONS FOR PIPE CULVERTSSURFACE TESTING OF HOT-MIX ASPHALT OVERLAYSTRAVEFISABLE PIPE GRATEPROGRESS PAYMENTSLONGITUDINAL JOINT AND CRACK PATCHINGPORTLAND CEMENT CONCRETE PARTIAL DEPTH HOT-MIX ASPHALTPATCHINGSPEED DISPLAY TRAILERMECHANICAL SIDE TIE BAR INSERTERHOT-MIX ASPHALT —PAY FOR PERFORMANCE USING PERCENTWITHIN LIMITS —JOBSITE SAMPLINGPAVEMENT MARKING BLACKOUT TAPEPORTLAND CEMENT CONCRETE INLAY OR OVERLAYTEMPORARY CONCRETE BARRIEREQUAL EMPLOYMENT OPPORTUNITYPORTLAND CEMENT CONCRETE BRIDGE DECK CURINGCOARSE AGGREGATE QUALITYOVERHEAD SIGN STRUCTURES - CERTIFICATION OF METALFABRICATORSTEEL SLAG IN TRENCH BACKFILLENGINEER'8 FIELD OFFICEERRATA FOR THE 2016 STANDARD SPECIFICATIONSPEDESTRIAN PUSH-BUTTONBUTT JOINTSUGHT POLESLIGHT TOWERMAST ARM ASSEMBLY AND POLEMECHANICAL SPLICERSPAVEMENT NIARKING REMOVALPREVENTIVE ll(IAINTENANCE - BITUMINOUS SURFACE TREATMENT(A-1)PREVENTIVE MAINTENANCE —CAPE SEALPREVENTIVE MAINTENANCE - MICRO-SURFACINGPREVENTIVE MAINTENANCE - SLURRY SEAL

E 07(01/09E 01/01/1004/01/2016E 06/01/1 0E 04/01/12E 01/01/12E 01/01/12E 01/01I12E 04/01/12

R 11I01/14R 04/01/16R Q4/01/16R 04/01/16

R 07/01/16

E 04/01/16E 04/01I12 R 04/01/16E 06/02/12 R 04/02/15E 11/01/1 2 R OBI01/14E 11/01/12 R 04/01/16

E 01/01/1 3E 01/01/13E 01/01/13E 11/02I13E 04/01I14E 04/01/14

R 04/O'I/1 6R 04I01/'I 6R 04/01/14

R 04f01I16R 04/01/16

E 04/02/14 R 04/01/16E OS/01I14 R 04/01I16E 11/01/14 R 04/Q1/16

E 11/01/14E 01/01I15E 01/01/15E 04/01/15E 04/01/15E 07/01/1 5E 11/01I15

E 01/01/16E D4/01/16E Q4/01/16E 04/01/16E 07/01/16E 07/01/16E 07/01/16E 07/01/16E 07/01/16E 07/01/16E 01/01/09

R 04/01/16R 04I01/16R 07/01/15

R 07/01/16

R 04/01/16

R 07/01/16

E 01/01f09 R 07/01/16E 01/01/09 R 07/01I16E 01/01/09 R 07/01/18

404 (ILD1)BLRS District 1 Checklist

Page 9 July 15 20169 Page(s) Total

31

BY ORDER

BOARD OF COUNTY COMMISSIONERS

THE COUNTY OF COOK

SHANNON E. ANDREWS

CHIEF PROCUREMENT OFFICER

JOHN J.YONAN, P.E.

SUPERINTENDENT OF DEPARTMENT OF TRANSPORTATION AND HIGHWAYS

DEFINITION OF TERMS

PLANS. The plans herein referred to are those prepared by the County Superintendent of Department of

Transportation and Highways. The plans which cover the proposed improvement are designated by the

section and route numbers inscribed herein and indude all standard and special designs pertaining to the

proposed improvement,

SPECIFICATIONS. The specifications herein referred to are the Standard SpeciTications for Road and

Bridge Construction, Supplemental Specifications, the special provisions and all written agreements and

documents of any description pertaining to the method or manner of performing the work and the quantity

or quality of materials to be furnished under the contract. The Standard Specifications for Road and BridgeConstruction are those prepared by the Department of Transportation of the State of illinois, adopted April

1, 2016. The Supplemental Specifications are those prepared by the Department of Transportation of theState of Illinois,

INTENT OF PLANS AND SPECIFICATIONS. The intent of those plans and specications is to prescribe a

complete outline of the proposed improvement which the Contractor undertakes to construct in full

compliance with ihe contract. In case of discrepancy, plans shall govern over Standard and Supplemental

Specications and Special Provisions shall govern over plans and specifications,

ABOUT REQUESTS FOR PLANS & PROPOSALS

The Specification can be downloaded at http:Negacy.purchasingfpubiicfindefLphp (follow online

instructions to register, if you have not already). When the plans are not included in the bid document on

the http site, you must also download the Plans (Drawings) at fto:Jfhiahwavfto.cookcountvil.aov (username: highwaypublic; password: ftpt3stl).

0001e (CC)Definilion of Terms, informelion for Bidders

Page 1 May 12, 2016

32

INFORMATION for BIDDERS

1) If the prospective bidder is in doubt as to the meaning of any part of the plans, specifications of other

proposed contract documents, they may submit a written clarification to the Chief Procurement Olcer(CPO) for an interpretation thereof. The prospective bidder submitting the request will be responsible for

the prompt delivery to the Chief Procurement Officer. Any interpretation of the proposal documents will bemade by an addendum duly issued through the Cook County Purchasing website.

2) An estimate of quantities of work to be done and material to be furnished under the specifications will befound in the Schedule of Prices. It is the result of calculations and is given as a basis for a comparison of

bids and award of a contract.

3) The bidder should include in the bid price in his bid for any taxes such as Occupational, Social Security,

Unemployment Compensation, etc„which he might be required to pay in connection with the construction

of the proposed improvement. The County of Cook will not reimburse the Contractor for the payment of any

such taxes.

4) The Board of County Commissioners for the County of Cook reserves the right to reject any or all bids

and to waive technicalities of form, Bids may be rejected if current work being performed for the County ofCook by the bidder has been unsatisfactory from the standpoint of workmanship or progress, or if thecontractor has been awarded work by others subsequent to the issuance of the bid, which may, in the

judgment of said Board of County Commissioners of Cook County endanger the prompt completion of the

proposed improvement.

5) The bidder shall include in his bid a Bid Guarantee in accordance with provisions contained in the

proposal form. The return of the bid guarantee will be in accordance with provisions contained in the bid

form.

8) The bidder who submits the bid shall furnish a satisfactory Surety Bond in the amount of one hundred

percent (100%)of the contract price within fourteen (14) days after receiving notice of acceptance. Suchacceptance being contingent upon the fulfillment of this requirement by said bidder. Failure on the part ofsaid bidder to so execute a Contract and Surety Bond shall be considered just cause for the forfeiture of the

bid guaranty as payment of liquidated damages sustained by the County of Cook as the result of such, and

the annulment of acceptance of the proposal.

7) If bidder is submitting a bid as a Joint Venture, bidder shall complete the County's Joint Venture Forms

and shall submit such Joint Venture Forms when the bid is submitted. Bidder is reminded that

compliance with the Assumed Business Name Act (805 ILCS 405/1 et seq.) is required of all Joint

Ventures.

0001a ICC)Derinidon of Terms, Informalkm for Bidder,

Page 2 May 12, 2016

33

8) 1 original proposal and 2 copies of the proposal are to be submitted. The following completeddocuments are to be submitted in the ORIGINAL Submittal

Joint Venture Forms (when applicable)Bituminous Materials Cost Adjustments (when applicable)(DOT Certwcate of Eligibility

IDOT Aldavit of Availability

MBE/WBE Utilization Plan

Letter of Intent from MBE/WBE to Perform

as Subcontractor, Supplier and/or Consultant

Petition for Reduction/Waiver of MBE/WBE Participation

GoalsMBE/WBE Certification Letters (Current)Identification of Subcontractor/Supplier/Sub consultantVeteran's Workplace Preference Public Works ContractsContractor Certifications

Economic and Other Required Disclosures

Lobby, Local Business Preference,Real Estate Ownership

Affidavit of Child Support Obligations

Disclosure of Ownership Interest StatementFamilial Relationship Disclosure Provision

Affidavit for Wage Theft Ordinance

Certification Concerning Labor StandardsAnd Prevailing Wage Requirements

Subcontractors Certification Concerning Labor Standardsand Prevailing Wage Requirements

Execution Pages:Sole Proprietor Signature PagePartnership and/or Joint Venture Signature PageCorporation Signature Page

Bid Deposit Form

Proposal Bid Bond

Surety Statement of Qualifications

1 original

1 original

copy

copy

copy

copy

original

copyoriginal

original

original

original

original

odiginal

original

original

original

original

original

3 originals

3 originals

3 originals

original

original

original

The following documents are to be submitted within fourteen (14) calendar davs of Notice ofAcceptance:

Performance and Payment Bond

Certificates of Insuranceevidencing,'orker's

Compensation and Employer's Liability

Commercial General Liability

Commercial Automobile Liability

Excess Liability

Contractor's Pollution Liability

Railroad Protective Liability (when applicable)Trust Agreement

1 original

1 original

1 original

1 original

1 original

1 original (if required)

1 original

1 original

oooia IcciDefinition of Terms, Informalion for Bidders

Page 3 May 12, 2016

34

Coalition of Unionized Public Employees "COUPE" form 1 original

Please forward documents due within fourteen (14) days of notice of acceptance to:

Cook County Department of Transportation and HighwaysContract Documents69West Washington StreetSuite 2400Chicago, IL 60602

0001a (CC)Definigon of Terms, Informagon for Bidders

Page 4 Mey12,2016

35

SPECIAL PROVISION

FORBIDDING REQUIREMENTS AND CONDITIONS FOR CONTRACT PROPOSALS

QualiTication of Bidders

The Awarding Authority for conti act construction work is the County Board of a County. Each prospective bidder, in evidence ofcompetence, shall furnish the Awarding Authority a certified copy of a "Certificate of Eligibility" issued by the fifinois Department

of Transportation, and Contractor's Statement of Experience and Financial Condition" with their bid. Each prospective bidder

shall furnish a sworn statement as to equipmsnt owned and controlled, previous experience and construction work.

If the bidder to whom the award is made is s corporation organized under the laws of the State other than filinois, the bidder shaH

furnish the Awarding Authority a copy of the corporation's Certificate of Authority to do business in the State of filinois with thebid.

The bidder must provide the Awarding Authority a sworn Afiidavlt of Availability showing ag uncompleted contracts awarded tothem and afi low bids pending award for Federal, State, County, Municipal and private work in the bid. The bidder should file two

(2}copies of same with IDOT's District oflice.

Interoretation of Quantities in the Bid Schedule

The quantities appearing in the bid schedule are approximate and are prepared for the comparison of bids. Payment to theContractor will be made only for the actual quantities of work performed and accepted or materials furnished according to thecontract. The scheduled quantities of work to be done and materials to be furnished may be increased, decreased, or omNed ashereinafter provided.

Examination of Plans. Suecifications. Soecial Provisions. and Site of Work

The bidder shall, before submitting a bid, carefufiy examine the provisions of the contract, The bidder shall inspect in detail the

site ot the proposed work, investigate and become familiar with afi the local conditions affecting the contract and fully acquaintthemselves with the delafied requirements of construction. Submission of a bid shall be a conrfiusive assurance and warranty

the bidder has made these examinations and the bidder understands all requirements for the performance of the work. If thesubmitted bid is accepted, the bidder shall be responsible for afi errors in the bid resulting from the bidder's failure or neglect to

comply with these instructions. The Awarding Authority will, in no case, be responsible for sny costs, expenses, losses, orchange in anticipated profits resulting from such failure or neglect of the bidder to make these examinations.

The bidder shall take no advantage of any error or omission in the bid documents snd adverfised contract. Any pmspectivebidder who desires an explanation or interpretation of the plans, specification, or any of the contract documents shall requestsuch in writing from Ihe Awarding Authority in sufficieni time to allow a written reply by the Awarding Authority that can reach all

prospective bidders before the submission of their bids. Any reply given a prospective bidder concerning any of Ihe contractdocuments, plans, and specifications wfit be furnished to all prospective bidders in the torm determined by the Awarding

Authority including, but not limited to, an addendum, if the information is deemed by the Awarding Authority to be necessary In

submiNng bids or if fiie Awarding Authmity concludes the information would aid competiTion. Oral explanations, interpretations,

or instructions given before the submission of bids unless at a prebid conference will not be binding on fiie Awarding Authority.

Chanoes in Imurovement

The undersigned agrees that in case the Superintendent of Cook County Department of Transportation and Highways decideseither to extend or decrease the area of the proposed improvement or to do both or otherwise alter it by extras or deducfions

induding the elimination of any one or more of the quantities listed in the Schedule of Prices the undersigned will make such

change in the contract price by adding or subtracting there from as the case may be by applying the respective unit prices to thequanSies of the several items of work that may be involved by reason of such change.

002 (IL-CC} Page 1

Bidding Requirements snd Conditions For Contract ProposalsJanuary I, 2015

36

Prenaration of the Bid

Bidders shall submit their bids on the form furnished by the Awarding Authority, The bid shall be executed properly, and bids

shag be made for ag items indicated in the bid form, except when alternate bids are asked, a bid on more than one alternate for

each item is not required, unless otherwise provided. The bidder shall indicate in Sgures, a unit price for each of the separateitems called for in the bid form; the bidder shall show the products of the respedive quantities and unit prices in the column

prmrided for that purpose, end the gross sum shown in the place indicated in the bid form shall be the summation of saidproducts. AH writing shall be with ink or lypewriter, except the signature of the bidder which shall be written in ink,

Any erasures or alterations in the unit prices and/or in the products of the respective quantities and unit prices in the bid, must be

properly authenticated by the bidder by inigaling in ink such erasures or alterations to avoid cause for rejection of the bid in

accordance with Tide 44 lginois Administrakve Code Chapter IX Section 660.1SO.

If the bid is made by an individual, that individuafs name and business address shall be shown. If made by

a firm or partnership, the name and business address of sech member of the firm or partnership shaH be shown. If made by acorporation, the bid shall show the names, Silas, and business addresses of the president, corporate secretary and treasurer.

The bid shall be signed by president or someone with authority to execute contracts and attest by Ihe corporate secretary orsomeone with authority to execute or attest tc the execution of contracts.

Reiection of Bids

The Awarding Authority reserves the right to reject any bids for eny of the conditions listed below:

a) More than one bid for same work from an individual, firm partnership, or corporation under the same name or dNerent

names.

b) Evidence of collusion among bidders

c) Unbalanced bids in which the bid pricas for some items are, in the judgment of the Awarding Authority, out of proporgon tothe bid prices for other items.

d) If ihe bid does not contain a unit price for each pay item listed except in the case of authorized alternate pay items or lump

sum pay items.

a) If the bid form is other than that furnished by the Awarding Authority; or if the form ls altered or any part thereof is detached.

I) ll there are omissions, erasures, alteragons unauthorized additions, conditional or alternate bids, or irregularities of any kind

which may tend to make the bid incomplete, indefinite or ambiguous as to its meaning.

g} If the bidder adds any provisions reserving the right to accept or reject an award, or to enter into a contract pursuant to an

awe f'd.

h) If the proposal is not accompanied by the proper bid guaranty.

i) If the bid is prepared with other than ink or typewriter, or otherwise fails to meet the requirement of the above "Preparegon

of Proposal" section.

j) Lack.of Competency and adequate machinery, plant, and other equipment, ss revealed by the financial statement and

experience quesbonnaires required in the prequalification procedures.

k) Uncompleted work which, in the judgment of the Awarding Authority, might hinder or prevent the prompt compietion ofadditional work awarded.

I) False information provided on a bidder's "Affidavit of Availability",

002 SL-CC) Page 2gidding Requirements and Conditions For Contract Proposals

January 1,2015

37

m) Failure to pay, or satisfactorily settle, afi bills due for labor and material on former contracts in force at the time of issuanceof bid forms.

n) Failure to comply with any prequalNcstion regulations of the Department.

o) Default under pmvious contracts.

p) Unsatisfactory performance record as shown by psst work for the Awarding Authority, judged from the standpoint ofworkmanship snd progress.

q) When the contractor is suspended from eligibility to bid at a public letfing where the contract is awarded by, or requires

approval of, the Department.

r) When any agent, servant, or employee of the prospective bidder currently serves as a member, employee, or agent of agovernmental body that is financially involved in the pmposal work.

s) When any agent, servant, or employee of the perspective bidder has participated in the preparation of plans orspecifications for ihe proposed wore.

fgd Guarantv

Each bid shafi be accompanied by a bid bond on the Department form contained in the bid document, executed by a corporate

surety company safisfactory to the Awarding Authority, by a bank cashier's check or a properly cerbfied check for not less than

five percent (5'5) of the amount bid, or for the amount specified in the following schedule:

Amount Bid Prooosal Guarantv

Up to$5,00D

$10,0DD

$50,000$100,000$150,000$250,000$500,000$1,000,000$1,500,000$2,000,000$3,000,000$5,ooo,ooo

$7,500,000$10,000,000$15,000,000$20,Q00,000

$25,000,000

$30,000,000Over

$5,000$10,000150,000$100,00$150,000$250,000$500,000$1,000,000$1,500,000$2,000,000$3,000,000$5,000,000$7,500,000$10,000,000$15,000,000$20,000,000$25,000,000$30,000,000$35,000,000$35,000,000

$150$300$1,000$3,000$5,000$7,500$12,500$25,000$50,000$75,DOD

$100,000$150,000$250,QQO

$100,000

$500,000$600,0DO

$700,000

$800,000$goo',000

$1,000,000

In the event that one proposal guaranty check is intended to cover two or more bids, the amount must

equal to the sum of the bid guaranties, which would be required for each individual proposal.

Bank cashier's checks or properly certified checks accompanying bids shall be made payable to the Couniy

Treasurer, when a Couniy is the Awarding Authority; or the Oily, VNage, or Town Treasurer, when a dty,

village or town is the Awarding Authority.

002 (IL-CC) Page 3Bidding Requirements and Conditions For Contract Proposals

January 1,2015

The bid guaranty checks of all except the two (2) lowest responsible bidders will be returned promptly afterthe bids have been checked, tabulated, and the relation of the bids established. Bid guaranty checks of the

two lowest responsible bidders will be returned as soon as the contract and contract bond of the successfulbidder have been properly executed and approved. Bid bonds will not be returned.

After a period of three (3) working days has elapsed after Ihe date of opening proposals, the Awanling

Authority may permit the two lowest bidders to substitute for the banks cashier's checks or certified checkssubmitted with their bids as proposal guaranties, bid bonds on the Department fonna executed by corporatesurety companies sagisfactory to the Awarding Authority.

Deliverv of Bids

If a special envelope is supplied by the Awarding Authority, each bid should be submitted in that envelope furnished by the

Awarding Authority and the blank spaces on the envelope shall be filled in corredly to clearly indicate ils contents. When an

envelope other than the special one furnished by the Awarding Authority ls 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 snd in care of the

ofgcial in whose office the bids are to be received. All bids shall be filed prior fo the time and at the place specified

in the Notice to Bidders. Bids received after the time specified will be returned to the bidder unopened.

Withdrawal of Bids

Bidder may withdraw their bid prior to bid opening.

Public Ooenina of Bids

Bids will be opened and read publicly at the time and place specified in the Notice to Bidders. Bidders, their authoriized agents,and other interested parties are invited to be present.

Consideration of Bids

Afler the bids are opened and read, they will be compared on the basis of the summation of the products of the quantiges shown

in the bid schedule by the unit bid prices. In awarding contracts, the Awarding Augroiity will, in addition to considering theamounts stated in the bids, take into consideration the responsibility of the various bidders as stated under "Rejection of Bids and

documents submitted in the bid and from other investigations which it may elect to make.

The right is reserved to reject any or all bids, to waive technicalities, or to advergse from new bids, if in the judgment of the

Awarding Authority, the best interests of the Awarding Authority will be promoted thereby.

Awardinu of Contract

The award of contract will be made within 90 calendar days after the opening of bids to the lowest responsible and responsive

qualIed bidder whose bids complies with all the requirements prescribed. The successful bidder will be notified that their bid hasbeen accepted, and subject to the following conditions, the bidder will be the Contractor. In addition, the contractor shall

provide all required insurance and bonding as specified within fourteen (14)calendar days from notice.

An approved contract executed by the Awarding Authority is required before the Awarding Auth oriiy is bound. An award may becancelled any time by the Awarding Authority prior to execution in order to protect the public interest and integrity of the bidding

process or for any other reason, if the judgment of the Awarding Authority and/or the best interests of the Awarding Authoiity will

be promoted thereby.

If a contract is not awarded within 90 days ager the bid opening, bidders may file a written request wilh Ihe Awarding Authority

for the withdrawal of their bid, or agree to maintain their bid price.

002 0L-CC) Page 4Bidding Requirements end Conditions For Contract Proposals

January 1,2015

Requirement of Contract Bond

The Contractor shall furnish the Awarding Authority a perfonnance and payment bond with good and sufficient sureties in the full

amount of the contract vrithin fourteen (14)calendar days as part of the requirement. 'The surety shall be acceptable to theAwarding Authority, shall waive notice of any changes and extensions of time, and shall submit its bond on the form furnished bythe Awarding Authority.

Failure to Execute Contract

If the contract is not executed by the Awarding Authority within 90 days from the bid opening, the bidder shall have the right towithdraw their bid wilhout penalty.

Failure of the successful bidder to provide all required insurance and bonding within fourteen (14) days after the award

not Tieation shall be just cause for the cancellation of the award and the forfeiture of the bid guaranty which shall become the

properly of the Awarding Authority, not as penalty, but in liquidaffon of damages sustained. Award may then be made to the nextlowest responsible bidder, or the work may be advertised again snd constructed under contract, or otherwise, as the Awarding

Authority msy decide.

002 (IL-CC)

Bidding Requirements snd Conditions For Contract ProposalsPage 5 January I, 2015

SPECIAL PROVISION

FORPRE-BID MEETING

Prospective bidders are advised that Pre-Bid Meeting will be held:

Date: Tuesday, December 13,2016

Time: 11:30a.m.

Place: Cook County Department of Transportation and Highways69 W. Washington StreetSuite 2260Chicago, IL 60602

003Pre-Sid Meeting

Page 1Januatr 15, 2013

1 Page(si Total

SPECIAL PROVISION

FORWAGES OF EMPLOYEES ON PUBLIC WORKS

Prevailing Wages. All wages paid by the contractor and each subcontractor shall be in

compliance with The Prevailing Wage Act (820 ILCS 130), as amended, except where a prevailing

wage violates a federal law, order, or ruling, the rate conforming to the federal law, order, or ruling

shall govern. The illinois Department of Labor publishes the prevailing wage rates on its website atwww.state.il.us/aaencv/idol/rates. rates.htm. If the iillnois Department of Labor revises the

prevailing wage rates, the revised prevaiTing wage rates on the illinois Department of Labor's

website shall apply to this contract and the contractor will not be allowed additional compensation

on account of said revisions. The contractor shall review the wage rates applicable to the work ofthe contract at regular intervals in order to ensure the timely payment of current wage rates. The

contractor agrees that no additional notice is required. The contractor shall be responsible to notify

each subcontractor of the wage rate set forth in this contract and any revisions thereto.

Payroll Records. The contractor and each subcontractor shall make and keep, for a period of not

less than five years from the date of the last payment on a contract or subcontracl, records of all

laborers, mechanics, and other workers employed by them on the project; the records shall include

information required by 820 ILCS 13/5 for each worker. Upon seven (7) business days'otice, the

contractor and each subcontractor shall make available for inspection and copying at a location

within this State during reasonable hours, the payroll records to the public body in charge of the

project, its officers and agents, the Director of Labor and his deputies and agents, and to federal,State,'r local law enforcement'agencies and prosecutors.

Submission of Payroll Records. The contractor and each subcontractor shall, no later than the15'b day of each calendar month, file a certified payroll for the immediately preceding month with

public body in charge of the project, except that the full social security number and home addressshall not be included on weekly transmittals. Instead the payrolls shall include an identification

number for each employee (E.g., the last four digits of the employee's social security), The certified

payroll shall consist of a complete copy of the payroll records except starting and ending times ofwork each day may be omitted.

The certified payroll shall be accompanied by a statement signed by the contractor orsubcontractor or an officer, employee, or agent of the contractor or subcontractor which avers that:

(I) he or she has examined the certified payroll records required to be submitted by the Act and

such records are true and accurate; (ii) the hourly rate paid to each worker is not less than the

general prevailing rate of hourly wages required; and (iii) the contractor or subcontractor is awarethat filing a certified payroll that he or she knows to be false is a Class A misdemeanor.

All certified payroll records required to be submitted pertaining to Cook County Department ofTransportation and Highway contracts should be submitted to the following address:

Chief Engineer —Construction Bureau

Cook County Department of Transportation affd Highways

69 West Washington Street -23«FloorChicago, IL 60602

004 (factWages of Employees on Public Works

frecember 20, 2012

42

4. Employees Interviews. The contractor and each subcontractor shall permit his/her employees to

be interviewed on the job, during working hours, by compliance investigators of the Department ofLabor.

004 tiL-CC)Wages el Employees on Public Works

December 26, 2013

43

Cook County Prevailing Wage for July 2015(see explanation of eolmnn headings at bottom ef wages)

Trade Name

TrngRG TIP C Base FRMAN M-F>8 QSA OSH H/W Pensn Van

ASBESTOS ABT-GEN0.500ASBESTOS ABT-MEC0.720BOILERMAKER0.400BRICK MASON

1.030CARPENTER0.630CEMENT MASON

0.480CERAMIC TILE FNSHER0.770COMM. ELECT.0.750ELECTRIC PWR EQMT OP0.460ELECTRIC PWR GRNDMAN

0.370ELECTRIC PWR LINEMAN0.480ELECTRICIAN1.000ELEVATOR CONSTRUCTOR0.600FENCE ERECTOR0.300GLAZIER0.940HT/FROST INSULATOR0.720IRON WORKER0.350LABORER0.500LATHER0.630MACHINIST0.000MARBLE FINISHERS0.620MARBLE MASON

0.780MATERIAL TESTER I0.500MATERIALS TESTER II0.500

ALL 39.400 39.950 1.5 1.5 2.0 13.98 10,72 0.000

BLD 36.340 38.840 1.5 1.5 2.0 11.47 10.96 0.000

BLD 47.070 51.300 2.0 2.0 2.0 6.970 18.13 0.000

BLD 43.780 48.160 1.5 1.5 2.0 10.05 14.43 0.000

ALL 44.350 46.350 1.5 1.5 2.0 11.79 16.39 0.000

ALL 43.750 45.750 2.0 1.5 2.0 13.05 14.45 0.000

BLD 36.810 0.000 1.5 1.5 2.0 10.55 9.230 0.000

BLD 40.000 42.800 1.5 1.5 2.0 8.670 12.57 1.100

ALL 46.100 51.100 1.5 1.5 2.0 10.76 14.87 0.000

ALL , 37.050 52.500 1.5 . 2.0 2,0 8.630 12 28 0.000

ALL 47.500 52.500 1.5 2.0 1.5 11.06 15.75 0.000

ALL 45.000 48.000 1.5 1.5 2.0 13.83 15.27 0.000

BLD 50.800 57.150 2.0 2.0 2.0 13.57 14.21 4.060

ALL 37.340 39.340 1.5 1.5 2.0 13.05 12.06 0.000

BLD 40.500 42.000 1.5 2.0 2.0 13 14 16.99 0.000

BLD 48.450 50.950 1.5 1.5 2.0 11.47 12.16 0.000

ALL 44.200 46.200 2.0 2.0 2.0 13.65 21.14 0.000

ALL 39.200 39.950 1.5 1.5 2.0 13.98 10.72 0.000

ALL 44.350 46.350 1.5 1.5 2.0 11.79 16.39 0.000

BLD 45.350 47.850 1.5 1,5 2.0 7.260 8.950 1.850

ALL 32.400 34.320 1.5 1.5 2.0 10.05 13.75 0.000

BLD 43.030 47.330 1.5 1.5 2.0 10.05 14.10 0.000

ALL 29.200 0.000 1.5 1.5 2.0 13.98 10.72 0.000

ALL 34.200 0.000 1.5 1,5 2,0 13.98 10.72 0.000

MILLWRIGHT0.630OPERATING ENGINEER1.250OPERATING ENGINEER1.250OPERATING ENGINEER1.250OPERATING ENGINEER1.250OPERATING ENGINEER1.250OPERATING ENGINEER1.250OPERATING ENGINEER1.250OPERATING ENGINEER1.250OPERATING ENGINEER1.250OPERATING ENGINEER1.250OPERATING ENGINEER1.250OPERATING ENGINEER1.250OPERATING ENGINEER1.250OPERATING ENGINEER1.250OPERATING ENGINEER1.250OPERATING ENGINEER1.250OPERATING ENGINEER1.250OPERATING ENGINEER1.250OPERATING ENGINEER1.250OPERATING ENGINEER1.250ORNAMNTL IRON WORKER0.650PAINTER0.770PAINTER SIGNS0.000PILEDRIVER0.630PIPEFITTER1.780PLASTERER1.020PLUMBER0.880

ALL 44.350 46.350 1.5 1.5 2.0 11.79 16.39 0.000

BLD 1 48.100 52. 100 2.0 2.0 2.0 17.55 12.65 1.900

BLD 2 46.800 52.100 2.0 2.0 2.0 17.55 12.65 1.900

BLD 3 44.250 52.100 2.0 2.0 2.0 17.55 12.65 1.900

BLD 4 42.500 52.100 2,0 2.0 2,0 17.55 12.65 1.900

BLD 5 51.850 52.100 2.0 2.0 2,0 17.55 12.65 1.900

BLD 6 49.100 52.100 2.0 2.0 2.0 17.55 12.65 1.900

BLD 7 51.100 52.100 2.0 2.0 2.0 17.55 12.65 1.900

FLT 1 53.600 53.600 1.5 1.5 2.0 17.10 11.80 1.900

FLT 2 52.100 53.600 1.5 1.5 2.0 17.10 11.05 1.900

FLT 3 46.400 53.600 1.5 1.5 2.0 17.10 11.80 1.900

FLT 4 38.550 53.600 1.5 1.5 2.0 17.10 11.80 1.900

FLT 5 55.100 53.600 1.5 1.5 2.0 17.10 11.80 1.900

FLT 6 35.000 35.000 1.5 1.5 2.0 16.60 11.05 1.900

HWY 1 46.300 50.300 1.5 1,5 2.0 17.55 12.65 1.900

HWY 2 45.750 50.300 1.5 1.5 2.0 17.55 12.65 1.900

HWY 3 43.700 50.300 1.5 1.5 2.0 17.55 12.65 1.900

HWY 4 42.300 50.300 1.5 1.5 2.0 17.55 12.65 1.900

HWY 5 41.100 50.300 1.5 1.5 2.0 17.55 12.65 1.900

HWY 6 49.300 50.300 1.5 1.5 2.0 17.55 12.65 1.900

HWY 7 47.300 50.300 1.5 1.5 2.0 17.55 12.65 1.900

ALL 45.000 47.500 2.0 2.0 2.0 13.55 17.94 0.000

ALL 41.750 46.500 1.5 1.5 1.5 11.50 11.10 0.000

BLD 33.920 38.090 1.5 1.5 1.5 2.600 2.710 0.000

ALL 44.350 46.350 1.5 1.5 2.0 11.79 16.39 0.000

BLD 46.000 49.000 1.5 1.5 2.0 9.000 15.85 0.000

BLD 43.430 46.040 1.5 1.5 2.0 13.05 14.43 0.000

BLD 46.650 48.650 1.5 1.5 2.0 13.18 11.46 0,000

45

ROOFER0.530SHEETMETAL WORKER

0.720SIGN HANGER

0.000SPRINKLER FITTER0.550STEEL ERECTOR0.350STONE MASON

1.030

12.97 9.930 0.000TERRAZZO FINISHER0.720TERRAZZO MASON

0.940TILE MASON

0.990TRAFFIC SAFETY WRK

0.500TRUCK DRIVER0.150TRUCK DRIVER0.150TRUCK DRIVER0.150TRUCK DRIVER0.150TRUCK DRIVER0.150TRUCK DRIVER0.000TRUCK DRIVER0.000TRUCK DRIVER0.000TUCKPOINTER0.670

BLD 41.000 44.000 1.5 1,5 2.0 8.280 10.54 0.000

BLD 42.230 45.610 1.5 1.5 2.0 10.53 20.68 0.000

BLD 31.310 33.810 1.5 1.5 2.0 4.850 3.280 0.000

BLD 49.200 51.200 1.5 1.5 2.0 11.75 9.650 0.000

ALL 42.070 44.070 2.0 2.0 2.0 13.45 19.59 0.000

BLD 43.780 48.160 1.5 1.5 2.0 10.05 14.43 0.000

ALL 37.000 37.750 1.5 1.5 2.0->NOT IN0.500

BLD

EFFECT

38.040 0.000 1.5 1.5 2.0 10.55 11.22 0.000

BLD 41.880 44.880 1.5 1.5 2,0 10.55 12.51 0.000

BLD 43.840 47.840 1.5 1.5 2.0 10.55 11.40 0.000

HWY 32.750 34.350 1.5 1.5 2.0 6.550 6.450 0.000

E ALL 1 35.480 35.680 1.5 1,5 2.0 8.350 10.50 0.000

E ALL 2 34.100 34.500 1.5 1.5 2.0 8.150 8.500 0.000

E ALL 3 34.300 34.500 1.5 1.5 2.0 8.150 8.500 0.000

E ALL 4 34.500 34.500 1.5 1.5 2.0 8.150 8.500 0.000

W ALL 1 35.600 35.800 1.5 1.5 1.5 8.250 9.140 0.000

W ALL 2 32.700 33.100 1.5 1.5 2.0 6.500 4.350 0.000

W ALL 3 32.900 33.100 1.5 1.5 2.0 6.500 4.350 0,000

W ALL 4 33.100 33.100 1.5 1.5 2.0 6.500 4.350 0.000

BLD 43.800 44.800 1.5 1.5 2.0 8.280 13.49 0.000

Legend( Rq (Region)Typ (Trade Type - All,Highway,Building,ploating,oil a Chip,Rivers)C IClass)Base (Rase Wage Rate)PRWAW (Foreman Rate>m-F>S (OT zequired for any hour greater than B worked each day, h(on thzough Fri.OSA (Overt>me IOT) is required for every hour worked on Saturday)OSR (overtime is required for every hour worked on Sunday and Holidays)R/W (Wealth & Welfare Insurance)Pensn (pensinz.)vac (vacation)Trng (Tzaining)

Explanations

COOK COUNTY

The following list is considered as those days for which holiday ratesof wages for work performed apply: llew Years Day, Memorial Day,Fourth of July, Labor Day, Thanksgiving Day, Christmas Dav andVeterans Day in some classifications/counties, Generally, any ofthese holidays which fall on a Sunday is celebrated on the followingMonday. This then makes wor'k performed on that Monday payable at theappropriate overtime rate for holiday pay. Common practice in a givenlocal may alter certain days of celebration. If in doubt, pleasecheck with IDOL.

TRVCK DRIVERS (NEST) — That part of the county West of BarringtonRoad.

4?

EXPLANATION OF CLASSES

ASBESTOS — GENERAL — removal of asbestos material/mold and hazardousmaterials from any place in a building, including mechanical systemswhere those mechanical systems are to be removed. This includes theremoval of asbestos materials/mold and hazardous materials fromductwork or pipes in a building when the building is to be demolishedat the time or at some close future date.ASBESTOS - MECHANICAL — removal of asbestos material from mechanicalsystems, such as pipes, ducts, and boilers i whale the mechanicalsystems are to remain.

CERPS<IC TILE FINISHER

The grouting, cleaning, and polishing of all classes of tile, whetherfor interior or exterior purposes, all burned, glazed or unglazedproducts; all composition materials, granite tiles, warning detectabletiles, cement tiles, epoxy composite materials, paver, glass,mosaics, fiberglass, and all substitute materials, for tile made intile-like units; all mixtures in tile like form of cement, metals, andother materials that are for and intended for use as a finished floorsurface, stair treads, promenade roofs, walks, walls, ceilings,swimming pools, and all other places where tile is to form a finishedinterior or exterior. The mixing of all setting mortars including butriot limiced to thin-set mortars, epoxies, wall mud, and any othersand 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 inthe preparation, installation, repair, or maintenance of tile and/orsimilar. materials. Ceramic Tile Finishers shall fill all joints andvoids regardless of method on all tile work, particularly andespecially after installation of said tile work. Application of anyand all protective coverings to all types of tile installationsincluding, 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 tileinstallations, Blastrac equipment, and all floor scarifving equipmentused in preparing floors to receive tile. The clean up and removal ofall waste and materials. All demolition of existing tile floors andwalls to be re-tiled.

COMM1<NICATIONS ELECTR1CIAN

Iristallation, operation, inspection, maintenance, repair and serviceof radio, television, recording, voice sound vision production andreprodu<.tion, telephone and telephorie interconnect, facsin<ile, dataapparatus, coaxial, fibre optic and wireless equipment, appliances andsystems used for the transmission and reception of signals of anynature, business, domestic, commercial, education, entertainment, andresidential purposes, including but not limited to, communication andtelephone, electronic and sound equipment, fibre optic and datacommunication systems, and the performance of any task directlyrelated to such installation or service whether at new or existingsites, such tasks to include the placing of wire and cable andelectrical power conduit or other raceway worl< within the equipmentroom and pulling wire and/or cable through conduit and the

48

installation of any incidental conduit, such that the employeescovered hereby can complete any job in full.

MARBLE FINISHER

Loading and unloading trucks, distribution of all materials (allstone, sand, etc.), stocking of floors with material, performing allrigging foz heavy work, the handling of all material that may beneeded for the installation of such materials, building ofscaffolding, polishing if needed, patching, waxing of material ifdamaged, pointing up, caulking, grouting and cleaning of marble,holding water on diamond or Carborundum blade or saw for setterscutting, use of tub saw or any other saw needed for preparation ofmaterial, drilling of holes for wires that anchor material set bysetters, mixing up of molding plaster for installation of material,mixing up thin set for the installation of material, mixing up of sandto cement for the installation of material and such other work as maybe required in helping a Marble Setter in the handling of allmaterial 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 domesticmaterials as are specified and used in building interiors andexteriors and customarily known as stone in the trade), carrara,sanionyx, vitrolite and similar opaque glass and the laying of allmarble tile, terrazzo tile, slate tile and precast t.ile, steps, riserstreads, base, or any other materials that may be used as substitutesfor any of the aforementioned materials and which are used on interiorand exterior which are instalied in a similar manner.

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

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

OPERATING ENGINEER — BUILDING

Class l. Asphalt Plant; Asphalt Spreader( Autograde; Backhoes withCaisson Attachment; Batch Plant; Benoto (requires Two Engineers);Boiler and Throttle Valve; Caisson Ri.gs; Central Redi-Mix Plant;Combination Back Hoe Front End-loader Machine; Compressor and ThrottleValve; Concrete Breaker (Truck Mounted); Concrete Conveyor; ConcreteConveyor (Truck Mounted); Concrete Paver Over 27E cu. ft; ConcretePaver 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; SpiderCrane; Crusher, Stone, etc.7 Derricks, All; Derricks, Traveling;Formless Curb and Gutter Machine; Grader, Elevating; GroutingMachines; Heavy Duty Self-Propelled Transporter or Prime Mover;Highlift Shovels or Front Endloadez 2-1/4 yd. and over; Hoists,Elevators, outside type rack and pinion and similar machines; Hoists,One, Two and Three Drums Hoists, Two Tugge'r One Floor; HydraulicBackhoes; 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; PumpCrates Dual Ram; Pump Cretes: Squeeze Crates-Screw Type Pumps; GypsumBulkez and Pump; Raised and Blind Hole Drill; Rotc Mill Grinder;Scoops — Tractor Drawn; Slip-Form Paver; Straddle Buggies; Operationof Tie Back Machine; Tournapull; Tractor with Boom and Side Boom;Trenching Machines.

Class 2. Boilers; Broom, All Power Propelled; Bulldozers; ConcreteMixer (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); Rollezs, All; Steam Generators; Tractors,All; Tractor Drawn Vibratory Rollez; Winch Tzucks with "A" Frame.

Class 3. Air Compressor; Combination Small Equipment Operator;Generatorsl Heaters, Mechanical; Hoists, Inside Elevators (remodelingor renovation work); Hydraulic Power Units (Pile Driving, Extracting,and Drilling); Pumps, over 3" (1 to 3 not to exceed a total, of 300ft.); 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 BrickForklift.

Class 5. Assistant Craft Foreman.

Class 6. Gradall.

Class 1. Mechanics; Welders.

OPERATING ENGINEERS — HIGHWAY CONSTRUCTION

Class 1. Asphalt Plant; Asphalt Heater and Planer Combination; AsphaltHeater Scazfire; Asphalt Spreader; Autogradez/GOMACO or other similartype machines: ABG Paver; Backhoes with Caisson Attachment; BallastRegulator; Belt Loader; Caisson Rigs; Caz Dumper; Central Redi-MixPlant; Combination Backhoe Front Endloader Machine, (1 cu. yd. BackhoeBucket or over or with attachments); Concrete Breaker (TruckMounted); Concrete Conveyor; Concrete Paver over 27E cu. ft.; ConcretePlacer; Concrete Tube Float; Cranes, all attachments; Cranes, TowerCranes 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; FormlessCurb and Gutter Machine; Grader, Elevating; Grader, Motor Grader,Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; GuardRail Post Driver Truck Mounted; Hoists, One, Two and Three Drum; HeavyDuty Self-Propelled Transporter or Prime Mover; Hydraulic Backhoes;Backhoes with shear attachments up to 40'f boom reach; LubricationTechnician; Manipulators; Mucking Machine; Pile Drivers and Skid Rig;Pre-Stress Machine; Pump Cretes Dual Ram; Rock Drill - Crawler or SkidRig) Rock Drill — Truck Mounted; Rock/Track Tamper; Rota MillGrinder; Slip-Form Paver; Snow Melters; Soil Test Drill Rig (TruckMounted); Straddle Buggies; Hydraulic Telescoping Form (Tunnel);Operation of Tieback Machine; Tractor Drawn Belt Loader; TractorDrawn Belt Loader (with attached pusher — two engineers); Tractor with

50

Boom; Tractaire with Attachments; Traffic Barrier Tzansfez Machine;Trenching; Truck Nounted Concrete Pump with Boom) Raised or Blind HoleDrills (Tunnel Shaft); Underground Boring and/or Mining Machines 5ft. in diameter and over tunnel, etc; Underground Boring and/or MiningMachines 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 FzontEndloadez Machine (Less than 1 cu. yd. Backhoe Bucket or over or withattachments); Compressor and Throttle Valve; Compressor, CommonReceiver (3); Concrete Breaker or Hydro Hammer; Concrete GrindingMachine; Concrete Mixer oz Paver 7S Series to and including 27 cu.ft.; Concrete Spreader; Concrete Curing Machine, Burlap Nachine,Belting Nachine and Sealing Machine; Concrete Wheel Saw; Conveyor MuckCars (Haglund or Similar Type); Drills, All; Finishing MachineConcrete; Highlift Shovels or Front Endloader; Hoist — Sewer DraggingMachine; Hydraulic Boom Trucks (All Attachments); Hydro-Blaster; HydroExcavating (excluding hose work); Laser Screed; All Locomotives,Dinky; Off-Road Hauling Units (including articulating) RonSelf-Loading Ejection Dump; Pump Czetes: Squeeze Czetes — Screw TypePumps, Gypsum Bulkez and Pump; Roller, Asphalt; Rotary Snow Plows;Rototiller, Seaman, etc., self-propelled; Self-Propelled Compactor;Spreader — Chip — Stone, etc.; Scraper — Single/Twin Engine/Push andPull, Scraper — Prime Mover in Tandem (Regardless of Size); Tractorspulling attachments, Sheeps Foot, Di.sc, 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, AllElevators; Hoists, Tugger Single Drum; Jeep Diggers; Low Boys; PipeJacking Machines; Post-Hole Digger; Power Saw, Concrete Power Driven;Pug Nills; Rollers, other than Asphalt; Seed and Straw Blower; SteamGenerators; 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; HydraulicPower Unit (Pile Driving, Extracting, or Drilling); Light Plants, All(1 through 5); Pumps, over 3" (1 to 3 not to exceed a total of 300ft.); Pumps, Well Points; Vacuum Trucks (excluding hose work); WeldingMachines (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 Nachine with Air Compressor; Gradall and machines oflike nature.

OPERATING ENGINEER — FLOATING

Class 1. Craft Foreman; Master Mechanic; Diver/Wet Tender; Engineer;Engineer (Hydraulic Dredge).

Class 2. Crane/Backhoe Operator; Boat Operator with towingendorsement; Mechanic/Welder; Assistant Engineer (Hydraulic Dredge)

Leverman (Hydraulic Dredge); Diver Tender.

Class 3. Deck Equipment Operator, Machineryman, Maintenance of Crane(over 50 ton capacity) or Backhoe (115,000 lbs. or more); Tug/LaunchOperator; Loader/Dozer and like equipment on Barge, Breakwater Wall,Slip/Dock, or Scow, Deck Machinery, etc.Class 4. Deck Equipment Operator, Machineryman/Fireman (4 Equipment.Units or More); Off Road Trucks; Deck Hand, Tug Engineer, CraneMaintenance (50 Ton Capacity and Under) or Backhoe Weighing (115,000pounds or less); Assistant Tug Operator.

Class 5. Friction or Lattice Boom Cranes.

Class 6. ROV Pilot, ROV Tender

SURVEY WORKER — Operated survey equipment including data collectors,G.P.S. and robotic instruments, as well as conventional levels andtransits.

TERRAZZO FINISHER

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

, Terrazzo Mechanics.

TRAFFIC SAFETY

Work associated with barricades, horses and drums used to reduce laneusage on highway work, the installation and removal of temporary lanemarkings, and the installation and removal of temporary road signs.

TRUCK DRIVER — BUILDING, HEAVY AND HIGHWAY CONSTRUCTION — EAST & WEST

Class 1. Two or three Axle Trucks. A-frame Truck when used fortransportation purposes; Air Compressors and Welding Machines,including those pulled by cars, pick-up trucks and tractors;Ambulances; Batch Gate Lockers; Batch Hopperman7 Car and TruckWashers; Carry-alla; Fork Lifts and Hoisters; Helpers; MechanicsHelpers and Greasers; Oil Distributors 2-man operation; PavementBreakers; 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; UnskilledDumpman; and Truck Drivers hauling warning lights, barricades, andportable toilets on the 3ob site.

Class 2. Four axle trucks; Dump Crete and Adgetors under 7 yards;Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnapulls orTurnatrailers when pulling other than self-loading equipment orsimilar equipment under 16 cubic yards; Mixer Trucks under 7 yards;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

52

turnapulls when pulling other than self-loading equipment or similarequipment over 16 cubic yards; Explosives and/or Fission MaterialTrucksl Mixer Trucks 7 yards or over; Mobile Cranes while in transit;Oil Distributors, 1-man operation; Pole Trailer, over 40 feet; Poleand Expandable Trailers hauling material over 50 feet long; Slurrytrucks, 1-man operation; Winch trucks, 3 axles or more;Mechanic--Truck Welder and Truck Painter.

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

Other Classifications of Work:

For definitions of classifications not otherwise set out, theDepartment genezally has on file such definitions which areavailable. If a task to be performed is not subject to one of theclassifications of pay set out, the Department will upon beingcontacted state which neighboring county has such a classification andprovide such rate, such rate being deemed to exist by reference inthis document. If no neighboring county rate applies to the task,the Department shall undertake a special determination, such specialdetermination being then deemed to have existed under thisdetermination. If a project requires these, or any classification notlisted, please contact IDOL at 217-782-1710 for wage rates orclarifications.

,LANDSCAPING

Landscaping work falls under the existing classifications for laborer,operating engineer and truck driver. The work performed bylandscape plantsman and landscape laborer is covered by the existingclassification of laborer. The work performed by landscape operators(regardless of equipment used or its size) is covered by theclassifications of operating engineer. The work performed bylandscape truck drivers (regardless of size of truck driven) iscovered by the classifications of truck driver.

MATERIAL TEsTER a MATERIAL TEsTER/INspEcTQR I AND II

Notwithstanding the difference in the classification title, theclassification entitled "Material Tester I" involves the same jobduties as the classification entitled "Material Tester/Inspector I".Likewise, the classification entitled "Material Tester II" involvesthe same job duties as the classification entitled "MaterialTester/Inspector II".

53

SPECIAL PROViSION

forCOALITION OF UNIONIZED PUBLIC EMPLOTEES "COUPE"

Based on the source of funding, the following applies:

The Cook County Board of Commissioners has entered into an Agreement with the Coalition ofUnionized Public Employees ("COUPE"j. To the extent permitted by law, in the event the Countyeither directly or indirectly through a contractor or construction manager, undertakes construction

work within the trade jurisdiction of a member of COUPE, each affected coalition union shall

receive fourteen (14) days written notice prior to the County's undertaking, except in the case of

emergency, the County shall perform or require the performance of such work by a person, firm, or

company signatory or willing to become signatory for purposes of that County project to an existing

labor agreement with the coalition union or a union with the appropriate trade jurisdiction located in

County of Cook.

004c (CC) Pape 1 of 1Coalition of Unionized Pnbbc Employees (COUPE)

April 14, 0016

SPECIAL PROVISION

FORALTERNATE PROPOSAL

The Bidder certified that this bid and the unit prices shown on the schedule of prices are based on

performing the work in accordance with "An Act Regulating the Wages of Laborers, Mechanics and other

Workers employed under contracts for Public Works" enacted by the 62«General Assembly and approvedJune 26, 1941, as amended, Should said "Act" be declared inoperative, void or unconstitutional at any time,

either before or after the awarding of the contract for this project, the bidder agrees to perform the work at areduction of per cent, of the unit prices shown on the schedule of prices, it being expresslyunderstood and agreed that the within bid shall be and remain in full force and effect, regardless of whether

the said "Act" is declared to be inoperative, void or unconstitutional. The contract for this project is to beawarded on the bases of the unit prices shown on the schedule of prices, and the percentage reduction, if

any, act out in this alternative proposal, is to receive no consideration in the award of this contract.

Should the said "Act" be declared inoperative, void or unconstitutional at any time after the awarding of said

contract, whether before, during or after the completion of the work, the said contract shall remain in full

force and effect, and shall be subject only to said reduction, if any, in the unit prices shown on the schedule

of prices.

NOTE: The Sdder shall insert in the first paragraph the percentage which he wHI reduce his unit

prices, if ariy, in the event the Act is declared inoperable, void or unconsfilutional.

ORDINANCE

BE IT ENACTED BY THE BOARD OF COMMISSIONERS OF THE COUNTY OF COOK, that the Chief

Procurement Officer of Cook County shall specify in the call for bids in any contract for public works that

such contractors bidding on public works contracts of the County of Cook shall conform to lginois Compiled

Statutes, Chapter 30, Section 560/1 and following, which Act is enfitled "An Act" to give preference in the

constmction of public works projects and improvements to citizens of the United States who have resided in

lginois for one year". The Chief Procurement Officer of Cook County in awarding the contract shaH causeto be inserted in the contract a stipulation to the effect that the contractor shall conform to the above cited

lginois Statute.

005 (CC)Altemale Proposal end Ordinance

Page 1 December 28, 201 1

55

SPECIAL PROVISION

FORRESPONSIBLE BIDDER REQUIREMENT

In accordance with the provisions of Section 30-22 (6) of the illinois Procurement Code, the bidder certifies

that it is a participant, either as an individual or as part of a group program, in the approved apprenticeship

and training programs applicabk. to each type of work or craft that the bidder will perform with its own forces.The bidder further certifies for work that will be performed by subcontract that each of its subcontractors

submitted for approved either (a) is, at the time of such bid, participating in an approved, applicable

apprenticeship and training program; or (b) will, prior to commencement of performance of work pursuant to this

centered, begin participation in an approved apprenticeship and training program applicable to the work ofthe subcontract. The Deparlment, at any time before or after award,, may require the production of a copy ofeach applicable Certificate of Registration issued by the United States Department of Labor evidencing

such participation by the contractor and any or aN of ils Subcontractors. Applicable apprenticeship and training

programs are those that have been approved and registered with the United Slates Department of Labor.

The bidder shall list in the space below, the official name of the program sponsor holding the Cerggcate ofRegistration for all of the types of work or crafts in which the bidder is a participant and that will beperformed with the bidder's forces. Types of work or craft work that will be subcontracted shall be included

and listed as subcontract work. The list shall also Indicate any type of work or eral't job category that does not

have an appgcabie apprenticeship or training program. The bidder is responsible for making a complete

report and shall inake certain that each type of work or craft job category that will be utilized on the projectis accounted for and listed.

Laborers - 2, 68, 76 8c 118

Operators - 150

Cement Masons- 11 lk 502

Teamsters - 731 81 786

The requirements of this certification and disclosure are a material part of the contract, and the contractor

shall require this certification provision to be induded in aN approved subcontracts. In order to fulNN this

requirement, it shall not be necessary that an 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.

006 (IL)Responsible Bidder Requirement

Page 1 December 26, 2011

56

MINORITY AND WONIEN BUSINESS ENTERPRISESCOOK COUNTY ORDINANCE CHAPTER 34. DIVISION 8. SECTION 34-260 to SECTION 34-300

I. POLICY AND GOALS

It is the policy of the County of Cook to prevent discrimination in the award of or participation in

County contracts and to eliminate arbitrary barriers for participation, as both prime and sub-contractors, in such contracts by local businesses cerilfied as Minoriity Buriiness Enterprises (MBE)and Women owned Business Enterprises (WBE). In furlherancs of this policy, the Cook CountyBoard of Commissioners has adopted a Minority and Women owned Business EnterpriseOrdinance (the eOrdinancee) which establishes goals as outlined below:

Contract Type

Goods and ServicesConstructionProfessional Services

GoalsMBE I WBE25% I 10%24% I 10%

35% Overall

The County may set contract specific goals for each contract, based on the commodities orservices specified in this bid document. The INBE/WBE percentages required for thiscontract are 10% INBE and 5% WBE. A Bid or Quotation shall be rejected if the Countydetermines that a Bid or Quotation fails to comply with this provision, including but not limited to,commitments to achieve for this contract, the MBE/ WBE goals of the contract amount or toindude a Petition for Reduction/Waiver documenting why the goals are not attainable despite thecontractor's Good Faith Efforts. A Bid or Quotation may be rejected and a new Bid or Quotationmay be solicited if the public interest is served thereby. Unless otherwise specified in the Bid orQuotation Documents, for purposes of this provision, the contract amount is the amount that has'been entered on the proposal page of the Bid or Quotation Documents.

C, Except to the extent that a Bid or Quotation includes a Reduction/Waiver request, the contractMBE and WBE participation goals may be achieved by the Bid or Quotation entities'tatus as aMBE or WBE; by entering into a joint venture with one or more MBEs and/or WBEs; bysubcontracting a portion of the work to one or more MBEs and WBEs; by establishing and carryingout a mentor/protege agreemenl„by the Indirect Participation of one or mors MBEs and WBEsused by the entity submitting a Bid or Quotation in other aspects of its business; or by anycombination of the foregoing so long as the Utilization Plan evidences a commitment to the MBEand WBE contract goals set forth in (B)above.

D. The same Business Enterprise, whether as a contractor, subcontractor or supplier, cannot beutilized as both a MBE and a WBE on the same contract.

To the extent that the Ordinance does not apply to this Bid or Quotation, unless specifically waivedin the Bid or Quotation Documents, this provision and the wording of the Ordinance shall apply. Ifthere is a conflict between this provision and the Ordinance or the wording of the Ordinance, theOrdinance or its wording controls.

F. A Contractor's failure to carry out its commitments in the course of the Contract's performanceshall constitute a material breach of the Contract and if such breach is not appropriiately cured,may result in the termination of the Contract or such remedy authorized by the Ordinance as theCounty deems appropriate.

0000 MCSW00 Cpeeel Pioeieioe /CC) Ceo. 0, 0010

57

MINORITY AND WOMEN BUSINESS ENTERPRISESCOOK COUNTY ORDINANCE CHAPTER 34. DIVISION 8.SECTION 34-260 to SECTION 34-300

II. REQUIRED BID OR QUOTATION SUBMITTALS

To be considered responsive, a Bid or Quotation shall meet the MBE and WBE goals by submitting aUtilization Plan with the Bid or Quotation, which shall be (1) supported by Letters of Intent from the MBEsand WBEs together with the MBEs/WBEs current Letters of Certification, and/or (2} include s writtenPetition for Reduction/Waiver with the Bid or Quotation supported by documentation of Good Faith Effortsto meet the goals. Failure to submit the documents set forth in (A) snd (B) of Ibis Section II in accordancewith these guidelines will cause the Bid or Quotation to be considered non-responsiva and shall be cause toreject the Bid or Quotation.

A. MBE/WBE Utilization Plan

Each Bid or Quotation shall include with the Bid or Quotation a complete Utilization Plan. The UtilizationPlan shall list the names, mail and email addresses, telephone number and contact persons of businessesintended to be used as MBEs and WBEs on the Contract. If the entity submitting a Bid or Quotation, or anyof its subcontractors, suppliers or consultants, ars certified MBEs or WBEs they shall be identified as anMBE or WBE within the Utilization Plan.

1. Letter(si of Intent

Except as sst forth below, s Bid or Quotation shall Include with its Utilization Plan, Letter(s) of Intentexecuted by each MBE and WBE included in the Utilization Plan and by the entity submitting the Bid orQuotation, which sets forth that each MBE and WBE intends to perform as a subcontractor, supplier, jointventure partner and/or consultant on the contract. The Letters of Intent must accurately detail the work tobe performed by the MBE or WBE firm and the agreed rates and/or prices to be paid, Failure to submit all

Letter(s),of Intent as required may result in the Contract Compliance Director's determination that a Bid orQuotation is not responsive and shall bs cause to reject ths Bid or Quotation.

All commitments made by a Bid or Quotation in its Utilization Plan must conform to those included in thesubmitted Letter(s) of Intent. The Contract Compliance Administrator reserves the right to requestsupplemental information regarding the Letter(s) of Intent submitted with a Bid or Quotation and suchinformation shall be furnished, (Reference Economic Disclosure Section for a format sample of a Letter ofIntent)

2. Letter(s I of Certificstion

Only current Letters of Cerfification from one of the following entities may be accepted as certification ofMBE/WBE status:

~ County of Cook~ City of Chicago (NOTE: firms certified by ths City of Chicago in any area other than Construction

must complete and submit s Personal Net Worth/Size Standard Aflidavit. This form can bedownloaded online at www.cookcountvil.oov/contractcomoiisnce )

or any other governmental body or agency approved by the Contract Compliance Director as applyingcertification standards substantially similar to those applied by the County of Cook may also be accepted.

The Contract Compliance Director retains the right to reject the certification of any MBE or WBE on theground that it does not meet the County's deiinition of a MBE or WBE.

Oops Spepws Spsolsi provision

2 of7(cq Dso. 5, 2016

58

MINORITY AND WOMEN BUSINESS ENTERPRISESCOOK COUNTY ORDINANCE CHAPTER 34. DIVISION 8.SECTION 34.260to SECTION 34-300

3. Joint Venture Affidavit

In the event a Bid or Quotation achieves MBE and/or WBE participation by entering into a Joint Venture, theBid or Quotation shall include the required Joint Venture Aflidavil which can be downloaded online atwww.cookcountvil.oov/contractcomoliancs ). Such Joint Venture Affidavit shell be submitted with the Bid orQuotation along with current Letter(s) of Csrtlfication.

B. Reduction/Waiver Petition

In the event a Bid or Quotation is unable to meet the applicable contract MBE and WBE participation goals,the Bid or Quotation must include a Petition for Reduction/Waiver and submit the Petition with its Bid orQuotation. The Petition for Reduction/Waiver shall be supported with evidence and sufficient documentationto demonstrate the Bid's or Quotation's Good Faith Efforts in attempting to achieve the applicabls MBE sndWBE goals. Failure to submit a Petition for Reduction of Waiver as required may result In the ContractCompliance Director's determination that a Bid or Quotation is not responsive and shall be cause to rejectthe Bid or Quotation.

III. REDUCTION/WAIVER OF MBE/WBE GOALS

A, Grantlna a Reduction/Waiver Request.

The determination of the adequacy of the Good Faith Efforts to utilize MBEs and WBEs in a Bid orQuotation will be evaluated on the basis of the actions in attempting to achieve MBE and WBEparttcipation goals set forth in the Bid or Quotation. Examples of actions constituting Good FaithEfforls for a Bid or Quotation are sst forth within the Ordinance and in the "Petition forReduction/Waiver of MBE/WBE participation Goals" contained In the Bid or Quotation Documents.

The Contract Compliance Director may grant the Pefition for Reduction/Waiver based upon thefollowing criteria; (a) sufficient qualified MBEs and WBEs capable of providing the goods orseniices required by the contract are unavailable despite the good faith efl'orts of the contractor; (b)the specifications and the reasonable and necessary requirements for performing the contractmake it impossible or economically infeasible to divide the contract into sufficiently smell tasks orquantities to enable the contractor to utilize MBEs and WBEs in accordance with ths applicablegoals; (c) ths price(s) required by sny potential MBE or WBE is more that 10% above competitivelevels; and (d) any other factor determined to bs relevant by the Contract Compliance Director.

Denvina a Reduction/Waiver Reauest.

If the Contract Compliance Director determines that a Bid or Quotation has not demonstratedadequate Good Faith Efforts to meet the applicable contract MBE and WBE goals, the ContractCompliance Director may deny s Petition for Reduction/Waiver and dsdars the Bid or Quotationnon~pensive snd recommend rejection of the Bid or Quotation.

Failure to undertake and/or to document adequate Good Faith Efforts shall be cause to deny aPefiT/on for Reduction/Waiver. Determination of the adequacy of a Bid's or Quotation's Good FaithEffort will be evaluated on the basis of the Bid's or Quotation's actions as of the date of the Bid orQuotation opening.

0$8$Iaaa$ $$$ac$t praui$ $$

3 of 7pq $$$.$, 2$e

59

IIIIINORITY AND WOMEN BUSINESS ENTERPRISESCOOK COUNTY ORDINANCE CHAPTER 34. DIVISION 8. SECTION 34.260 to SECTION 34-300

IV. CHANGES IN CONTRACTOR'S UTILIZATION PLAN

Contractor, during its performance of the Contract, rosy not change the MBE or WBEcommitments speclfied in its Utilization Plan, including but not limited to, terminating a MBE orWBE contract, reducing the scope of the work to bs performed by a MBE/WBE, or decreasing theprice to a MBE/WBE, except as otherwise provided by the Ordinance.

Where an enterpris under the Contact was previously considered to be s MBE or WBE but islater found not to be, or work is found not to be creditable toward the MBE or WBE goals as statedin the Utilization Plan, the Contractor shall seek to discharge the disqualified enterprise, uponproper written notification to the Contract Compliance Administrator, and make every effort toidentify and engage a qualified MBE or WBE as its replacement. Fsfiure to obtain a MBE or WBEreplacement within 30 working days of the Contract Compliance Administrator's written approval ofthe removal of a MBE or WBE may result in ths termination of the contract or ths imposition ofsuch remedy authorized by the Ordinance, unless a written Petition for Reduction/Waiver isgranted to Contractor allowing Contractor to award the work to a non-MBE or WBE.

V. NON-COINPLIANCE

If the County determines that ths Contractor has failed to comply with its contractual commitments or anyportion of the Ordinance or this provision, the Contract Compliance Administrator will notify the Contractorof such noncompliance and may take any and all appropriate actions as set forth within the Ordinance.

Vl. REPORTING/RECORD41EEPING REQUIREINENTS

The, Contractor is required to crsnply with the reporting and, record*caping requirements as set forth in theOrdinance and as established by ths Contract Compliance Administrator. Upon award of a Contract,Contractor is responsible for acquiring all necessary County rsporbng snd record-keeping forms which will

be made available in the Office of Contract Compliance.

Vll. EQUAL Ell/IPLOYINENT OPPORTUNITY

Compliance with MBE and WBE requirements will not diminish or supplant Equal Employment Opportunityand Civil Rights provisions as required by law as they relate to contractor and subcontractor obligations.

Any questions regarding this section should be directed to:

Office of Contract Compliance118 North Clark Street, Room 1020Chicago, illinois 60602(312) 603-5502

ddee udeadd dpectel Pcceieme

4 of/idd) dec. 5, reed

60

Assist Aosncies

ILLINOIS DEPARTMENT OF TRANSPORTATIONBureau of Local Roads and Streets201 West Center CourtSchaumburg, IL 60196847-705-4795847-705-4203 (Fsx)Moud.Ahmadr6lilllnos.oov

Perry NakachiPresidentAssociation of Asian Construction Enterprises333 North Ogden AvenueChicago, IL 80607312-563-0746Fax: 312-666-1785nakmsncorolSaol.corn

Camice CareyExecutive DirectorCosmopolitan Chamber of Commerce1455 South Michigan AvenueChicago, IL 60605312%99-06t 1ccare cosmochamber corn

Mr. Miguel NoguerasExecutive DirectorPuerto Rican Chamber of Commerce2450 West DivisionChicago, IL 60622773-904-7996773-583-3118(FAX)

ILLINOIS ROAD BUILDERS500 Perk BoulevardItasca, IL 60143630-773-1220630-773-1231 (FAX)Lizeirlba. oroAnnetteCB irtba.oro

TARGET GROUP, INC.330 South Wells StreetSuite 400Chicago, IL 60606312-873-0200312-873-0299 (FAX)sobwaczrdltarostorouoinc.corn

Ms. Sheila Hill MorganExecutive DirectorCHICAGO MINORITY SUPPLIER DEVELOPEMTN COUNCIL (C.M.S.D.C.)105West AdamsChicago, IL 80603312-755-8880312-755-8890 (FAX)

5 of 70088 MBSSB6 8 per l el Proele toe

(CC) Ceo. 5, 8086

shiilmoraanfachtcaoomsdc.oro

Victor DavisContractor Development ProgramCHICAGO URBAN LEAGUE4510 South Michigan AvenueChicago, IL 60653773-451-3559773.285-7772 (FAX)twatleyfmthechicagourbanleague.org

Ms. Beth DorisFEDERATION of WOMEN CONTRACTORS5650 South Archer AvenueChicago, IL 60638312-360-1122312-360fwcchicaoordfaol corn

Ms. Pricilla TorrenceDirectorINDUSTRIAL COUNCIL of NEARWEST2023 West Carroll AvenueChicago, IL 80612312-421-3941312-421-1871 (FAX)[email protected]

D. Lorenzo PadronDirector of ProcurementLATIN AMERICAN CHAMBER of COMMERCE3512 West Fullerton AvenueChicago, IL 60647773-25-5211773-252-7065 (FAX)randradeCdflatinamsricanchambarofcommerce.corn

Mr. Frank AgullarPresidentLITTLE VILLAGE 26 STREET AREA CHAMBER OF COMMERCE3610West 26 StreetChicago, IL 60623773-521-5387312-521-5387 (FAX)senortamaletSmsn.corn

Thomas ApplegateExecutive DirectorNORTH R)VER COMMISSION/LADCOR3403 West Lawrence —Suite 201Chicago, IL 60625773-478-0202773-478-0282 (FAX)thomasaooleoateFmnorthrivercommission.oro

Ms. Angels R. JohnsonNational Director of International Trade BureauRAINBOW P.U.S,H.930 East 50 Street

0080 faeasE 80eofef Pfoeieioo

6 of 7fCCi Cee. 8, 8080

62

Chicago, IL 60615773-373-3366312-373-3571(FAX)mturner(Rrainbowoush.oro

Ms. Patricia ShowersExecutive DirectorUPTOWN CENTER/HULL HOUSE4520 North BeaconChicago, IL 80640773-561-3500312-561-3507 (FAX)croeschlev(Shul(house orc

Ms. Hedy RatnerWOMEN'S BUSINESS DEVELOPMENT CENTER8 South MichiganSuite 400Chicago, IL 60604312-853-3477312%53-0145 (FAX)hratnerewbdc.org

KarenAmerican Council of Engineeding Companies of illinois (ACEC illinois)5221 South 6 Street RoadSuite 120Spdingfield, IL 62703217-529-7430karen(6(acecil oro

Cook County Departments

Cook County Office of the Chief Procurement Officer118N. Clark Street —Room 1018Chicago, illinois 60602312%03-6729

Cook County Department of Transportation and HighwaysContract Documents Administrator69 W. Washington Street —Suite 2400Chicago, illinois 60602312-603-1830

Cook County Office of Contract Compliance118North Clark Street10 FloorChicago, illinois 60602312-603-5370

SCSI IeeWSE Special Provision

7 of7(CCi sac I,all

63

COOK COUNTY

DEPARThilENT OF TRANSPORTATION AND HIGHWAYS

SPECIAL PROVISION

FORSPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES

NONFEDERAL-AID CONTRACTS

1) General

a} The requirements set forth herein shall constitute the specific affirmative action requirements under

this contract and supplement the nondiscrimination requirements contained elsewhere in this

proposal.

b) The contractor will work tfirith the Cook County Department of Transportation and Highways in

carrying out Equal Employment Opportunity {EEO) obligations and in their reviews of activities

under the contract.

c) The contractor, and all subcontractors holding subcontracts {not including material suppliers) of

$10,000.00or more, will comply with the following minimum specific requirement activities of equal

employment opportunity the contractor will include these requirements in every subcontract of

$10,000.00 or more with such modification of language as is necessary to make them binding on

the subcontractor.

2) Equal Employment Opportunity Policy

The contractor will accept as operating policy the following statement which is designed to further the

provision of Equal Employment Opportunity to all persons, and to promote the full realization of equal

employment opportunity through a positive continuing program:

"It is the policy of this company to ensure that applicants are employed, and that employees are treated

during employment without regard to their race, religion, sex, color, national origin, age or disability.

Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment

advertising; layoff or termination; rates of pay or other forms of compensation; and selection for

training, including apprenticeship, preapprenticeship, and/or on-the.job training."

3) Equal Employment Opportunity Officer

The contractor will designate and make known to the Cook County Department of Transportation and

Highways contracting officers an EEO officer who will have the responsibility for and must be capableof effectively administering and promoting an active contractor program of Equal Employment

Opportunity and who must be assigned adequate authority and responsibility to do so.

ti) Dissemination of Policy

a) All members of the contractor's staff who are authorized to hire, supervise, promote and discharge

employees, or who recommend such action, or who are substantially involved in such action, will

009 (IL-CC) Page 1

Specified Equal Employment Opportunity Responsibilities (Non-Federal Akl)

January tfi, 2013

be made fully cognizant of, and will implement, the contractor's EEO policy and contractual

responsibilities to provide Equal Employment Opportunity in each grade and classification of

employment, to ensure that the above agreement will be met, the following actions will be taken asa minimum:

(1) periodic meetings of supervisory and personnel office employees will be conducted before

the start of work and then not less often than once every six months, at which time thecontractor's EEO policy and its implementation will be reviewed and explained. The

meetings will be conducted by the EEO officer.

(2) All new supervisory or personnel oflice employees will be given a thorough indoctrination

by the EEO officer, covering all major aspects of the contractor's EEO obligations within

thirty (30) days following their reporbng for duty with the contractor.

(3) All personnel who are engaged in direct recruitment for the project will be instructed by theEEO officer in the contractor's procedures for locating and hiring minority and female

employees.

b) In order to make the contractor's EEO policy known to all employees, prospective employees and

potential sources of employees, i.e., schools, employment agencies, labor unions (where

appropriate), college placement officers, etc., the contractor will take the following actions:

(1) Notices and posters setting forth the contractor's EEO policy will be placed in areas readily

accessible to employees, applicants for employment and potential employees,

(2} The contractor's EEO policy and the procedures to implement such policy will be brought

to the attention of employees by means of meetings, employee handbooks, or other

appropriate means.

5) Recruitment

a} When advertising for employees, the contractor will include in all advertisements for employees the

notation: "an Equal Opportunity Employer'. All such advertisements will be published in

newspapers, or other publications, having a large circulation among minority groups in the areafrom which the project work force would normally be derived.

b) The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and

direct recruitment through public and private employee referral sources likely to yield qualified

minority and female applicants; including, but not limited to, state employment agencies, schools,colleges and minority and female organizations, To meet this requirement, the contractor will

identify sources of potential minority and female employees, and establish with such identified

sources procedures whereby minority and female applications may be referred to the contractor for

employment consideration.

In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall

referral, he is expected to observe the provisions of that agreement to the extend that the systempermits the contractor's compliance with eeo contract provisions.

009 (IL-CC) Page 2SpeoIed Equal Employment Opportunity Responsibilities (Non-Federal Aid)

January 15, 2013

65

c) The contractor will encourage present employees to refer minority and female applicants for

employment by posting appropriate notices or bulletins in areas accessible to all such employees.In addition, information and procedures with regard to referring minority and female applicants will

be discussed with employees.

6) Personnel Actions

Wages, working conditions, and employee benefits shall be established and administered, and

personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and

terminations, wiN be taken without regard to race, color, religion, sex, national origin, age or disability.

The following procedures shall be followed:

a) The contractor will conduct periodic inspections of project sites to insure that working conditions

and employee facilities do not indicate discriminatory treatment of project site personnel.

b) The contractor will periodically evaluate the spread of wages paid within each classification todetermine any evidence of discriminatory wage practices.

c) The contractor will periodically review selected personnel actions in depth to determine whether

there is evidence of discrimination. Where evidence is found, the contractor will promptly take

corrective action. If the review indicates that the discrimination may extend beyond the actions

reviewed, such corrective action shall include all affected persons,

d) The contractor will promptly investigate aN complaints of alleged discrimination made to the

contractor in connection with the obligations under this contract, will attempt to resolve such

complaints, and will take appropriate corrective action within a reasonable time. If the invesbgation

indicates that the discrimination may affect persons other than the complainant, such corrective

action shall include such other persons. Upon completion of each investigation, the contractor will

inform every complainant of ag of the avenues of appeal.

7) Training and Promotion

a) The contractor will assist in locating, qualifying and increasing the skills of minority and female

employees and applicants for employment.

b) Consistent with the contractor's work force requirements and as permissible under federal and

state regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and

on-the-job training programs for the geographical area of contract performance.

c) The contractor will advise employees and applicants for employment of available training programs

and entrance requirements for each,

d) The contractor wig periodically review the training and promotion potential of minority and female

employees and will encourage eligible empktyees to apply for such training and promotion.

009 (lb-CCI Page 3Speoiiled Equal Employment Opportunity Responsibilities (Non-Federal Aid)

January 15, 2013

66

Unions

lf the contractor relies in whole or in part upon unions as a source of employees, the contractor will usetheir best efforts to obtain the cooperation of such unions to increase opportunities form minorities and

females within the unions and to effect referrals by such unions of minority and female employees.Actions by the contractor, either directly or through a contractor's association acting as agent, will

include the procedures set forth below:

e) The contractor will use best efforts to develop, in cooperation with the unions. Joint training

programs aimed toward qualifying more mino(ity and female employees for membership in theunions and increasing the skills of minority and female employees so that they may qualify for

higher paying employment.

f) The contractor will use best efforts to incorporate an EEO clause into each union agreement to the

end that such union will be contractually bound to refer applicants without regard to their race,color, religion, sex, national origin, age or disability.

g) The contractor is to obtain information as to the referral practices and policies of the labor union

except that to the extent such information is within the exclusive possession of the labor union and

such labor union refuses to furnish such information to the contractor, the contractor shall so certify

to the Cook County Department of Transportation and Highways and shall set forth what efforts

have been made to obtain such information.

h) In the event the union is unable to provide the contractor with a reasonable flow of minority andfemale referrals within the time limit set forth in the collective bargaining agreement, the contractor

will, through independent recruitment efforts, fill the employment vacancies without regard to race,color, religion, sex, national origin, age or disability; maldng full efforts to obtain qualified and/or

qualifiable minorities and females. (The U.S. Department of Labor has held that it shaH be noexcuse that the union with which the contractor has a collective bargaining agreement providing for

exclusive referral failed to refer minorities or female employees). In the event the union referral

practice prevents the contractor from meeting the obligations pursuant to these special provisions,

such contractor shall immediately notify the Cook County Department of Transportation and

Highways.

8) Selection of subcontractors, procurement of materials and leasing of equipment

The contractor shall not discriminate on the gmunds of race, color, religion, sex, national origin, age ordisability in the selection and retention of subcontractors, including procurement of materials and

leases of equipment.

a) The contractor shall notify all potential subcontractors and suppliers of his/her EEO obligation

under this contract.

b) Minority and Women Owned Business Enterprises, shall have equal opportunity to compete for

and perform subcontracts which the contractor enters into pursuant to this contract. The contractorwill use best efforts to solicit bids from and to utilize M/WBE subcontractors or subcontractors with

meaningful minority and female representation among their employees.

009 (IL-CC) Page 4Specified Equal Employment Opportunity Responsibilities (tqon-Federal Aid)

January 15, 2013

67

c) The contractor will use his/her best efforts to ensure subcontractor compliance with their EEOobligations.

9) Records and reports

The contractor shall keep such records as necessary to document compliance with the EEOrequirements. Such records shall be retained for a peiiod of three (3) years following completion of thecontract work and shall be available at reasonable times and places for inspection by authorized

representatives of the Cook County Department of Transportation and Highways.

a) The records kept by the contractor shall document the following:

(1) The number of minorities, non-minorities and females employed in each work classification

on the project.

(2) The progress and efforts being made in cooperation with unions, when applicable, toincrease employment opportunities for minorities and females;

(3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading

minority and female employees; and,

(4) The progress and efForts being made in securing the services of DBE subcontractors orsubcontractors with meaningful minority and female representation among their

employees.

b) The contractor will submit to the Cook County Department of Transportation and Highways amonthly report every month for the duration of the project, indicating the number of minority, non-

minority and female employees currently engaged in each work classification required by contractwork and the number of hours worked, This information is to be reported on form SBE-956. If on-

the-job training is being required by special provision, the contractor will be required to collect and

report training data.

Notice of requirement for affirmative

Action to ensure equal employment

Opportunity (executive order 'l1246)

(1) The ogeror's or bidder's attention is called to the "equal opportunity clause" and the"standard federal equal employment opportunity construction contract specifications" setforth herein.

(2) The goals and timetables for minority and female participation, expressed in percentageterms for the contractor's aggregate workforce in each trade on all construction work in thecovered area, are as fo(lows:

APPENDIX A.

009 (INC) Page 5SpecTired Equal Employment Opportunity Responsibilities (Non-Federal Aid)

January 15, 2013

The following goal for female utilization in each construction craft and trade shall apply to all contractorsholding federal and federally assisted construction contracts and subcontracts in excess of $10,000.00.The goal is applicable to the contractor's total on-site construction verkforce, regardless of whether or not

part of that workforce is performing work on a federal, federally assisted or nonfederally related

construction contract or sub contract. Area covered (statewide) goals for women apply nationwide.

GoalFemale Utilization

Goal (Percentage)6.9

APPENDIX 8

Until further notice, the following goals for minority utilization in each construction craft and trade shall applyto all contractors holding federal or federally-assisted construction contracts and subcontracts in excess of$10,000,00 to be performed in the respective geographical areas. The goals are applicable to thecontractor's total on-site construction workforce, regardless of whether or not part of that workforce is

performing work on a federal, federally-assisted or nonfederally related construction contract orsubcontract.

Economic area083 Chicago, IL

Smsa Counties:

1600 Chicago, IL-IL- Cook, DuPage, Kane

Lake, Mchenry, Will

Goal (oercenti

These goals are applicable to ail the contractor's construction work (whether or not it is federal or federally

assisted) performed in the covered area. If the contractor performs construction work in a geographicalarea located outside of the covered area, it shall apply the goals established for such geographical areawhere the work is actually performed. With regard to this second area, the contractor also is subject to the

goals for both its federally involved and nonfederally involved construction, The contractor's compliance

with executive order and the regulations in 41 cfr part 60-4 shall be based on its implementation of theequal opportunity clause, specwc affirmative action obligations required by the provisions and

specifications set forth in its federally assisted conbacts, and its efforts to meet the goals established for thegeographical area where the contract resulting fmm this solicitation is to be performed. The hours ofminority and female employment and training must be substantially uniform throughout the length of the

contract, and in each trade, and the contractor shall make a good faith eflbrt to employ minorities and

women evenly on each of its projects. The transfer of minority of female employees or trainees from

contractor to contractor or from project to project for the sole purpose of meeting the contractor's goals shall

be a violation of the contract, the executive order and the regulations in 41 cfr part 60-4. Compliance with

the goals will be measured against the total work hours performed.

(3) As used in this notice, and in the contract resulting from this solicitation, the "covered area"is the entire state of illinois for the goal set forth in Appendix A and the county or countiesin which the work is located for the goals set forth in Appendix 8.

Standard federal equal employment

Opportunity construction contractSpecifications (executive order 11246)

099 (IL-cc) Page fi

Speafied Equal Employment Opportunity Rseponeibtfitits INon-Federal Aid)

January 15, 2013

69

1} As used in these specifications:

a) "covered area" means the geographical area described in the solicitation from which this contract

resulted;

b) "director" means director, oNce of federal contract compfiance programs, united states department

of labor, or any person to whom the director delegates authority;

c) "employer identification number" means the federal social security number used on the employer's

quarterly federal

Tax return, U.S, Treasury Department form 941.

d) "minority" includes:

i) Black (afi persons having origins in any of the black Afdican raciai groups not of Hispanic

origins);

ii) Hispanic (afi persons of Mexican, Puerto Rican, Cuban, central or south American or otherSpanish culture or origin, regardless of race);

iii) Asian and pacific islander (afi persons having origins in any of the original peoples of the fareast, southeast Asia, the Indian subcontinent, or the, pacific islands), and

iv) American Indian or Alaskan native (all persons having origins in any of the original peoples ofnorth America and maintaining identifiable tribal affiliations through membership and

participation or community identification).

2} Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving

any construction trade, it shall physically include in each subcontract in excess of $10,000.00 the

provisions of these specifications and the notice which contains the applicable goals for minority and

female participation and which is set forth in the solicitations from which this contract resulted.

3) If the contractor is participating (pursuant to 41 cfr 604,5) in a hometown plan approved by the U, S.Department of Labor in the covered area wither individually or through an association, its aNrmative

action obligations on all work in the plan area (including goals and timetabies) shall be in accordancewith that plan for those trades which have unions participating in the plan. Contractors must be able todemonstrate their participation in and compliance with the provisions of any such hometown plan.Each contractor or subcontractor participating in an approved plan is individually required to complywith its obligations under the EED clause, and to make a good faith effort to achieve each goal under

the plan in each trade in which it has employees. The overall good faith performance by othercontractors or subcontractors toward a goal in an approved plan does not excuse any coveredcontractor's or subcontractor's failure to take good faith efforts to achieve the plan goals and

timetables.

4) The contractor shall implement the specific affirmative action standards provided in paragraphs 7athrough p of these specifications. The goals set forth in the solicitation from which this contract

009 gL-CC) Page 7Specifie Equal Employment Opportunity Responsibilities (Non-Federal Aid)

January 15, 2013

70

5)

7)

resuited are expressed as percentages of the total hours of employment and training of minority and

female utilization the contractor should reasonably be able to achieve in each construction trade in

which it has employees in the covered area. Covered construction contractors performing construction

work in geographical areas where they do not have a federal or federally assisted construction

Contract shall apply the minority and female goals established for the geographical area where the

work is being performed, Goals are published periodically in the federal register in notice form, and

such notices may be obtained from any office of federal contract compliance programs office or from

federal procurement contracting officers. The contractor is expected to make substantially uniform

progress toward its goals in each craft during the period specwed.

Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom thecontractor has a collective bargaining agreement, to refer either minorities or women shall excuse. thecontractor's obligations under these specifications, executive order 11246, or the regulations

promulgated pursuant thereto.

In order for the nonworking training hours of apprentices and trainees to be counted in meeting the

goals, such apprentices and trainees must be employed by the contractor during the training periiod,

and the contractor must have made a commitment to employ the apprentices and trainees at thecompletion of their training, subject to the availability of employment opportunities. Trainees must betrained pursuant to training programs approved by the U.S. Department of Labor.

The contractor shall take specific affirmative actions to ensure equal employment opportunity. Theevaluatio'n of the contractor's compliance with these specifications shall be based 'upon its effort toachieve maximum results from its actions. The contractor shall document these efforts fully, and shall

implement aIrmative action steps at least as extensive as the following:

a) Ensure and maintain a working environment free of harassment, intimidation, and coercion at all

sites, and in all facilities at which the contractor's employees are assigned to work. The contractor,where possible, will assign two or more women to each construction project. The contractor shall

specifically ensure that all foremen, superintendents, and other on-site supervisory personnel areaware of and carry out the contractor's obligation to maintain such a working environment, with

specific attention to minority or female individuals working at such sites or in such facilities.

b) Establish and maintain a current iist of minority and female recruitment sources, provide written

notification to minority and female recruitment sources and to community organizations when thecontractor or its unions have employment opportunities available, and maintain a record of theorganizations'esponses.

c) Maintain a current file of the names, addresses and telephone numbers of each minority and

female off-the street applicant and minority or female referral from a union, a recruitment source orcommunity organization and of what action was taken with respect to each such individual. If such

individual was sent to the union hiring hall for referral and was not referred back to the contractor

by the union or, if referred, not employed by the contractor, this shall be documented in the file with

the reason therefore, along with whatever additional actions the contractor may have taken.

d) Provide immediate written notification to the director when the union or unions with which thecontractor has a collective bargaining agtsement has not referred to the contractor a minority

009 ItLOCI pagesSpecified Equal Employment Opportunity Responsibilities (Non-Federal Aid)

January 15, 2013

e)

g)

h)

person or woman sent by the contractor, or when the contractor has other information that the

union referral process has impeded the contractor's efforts to meet its obligations,

Develop on-the-job training opportunities and/or participate in training programs for the area which

expressly include minorities and women, including upgrading programs and apprenticeship and

trainee programs relevant to the contractor's employment needs, especially those programs funded

or approved by the Department of Labor, The contractor shall provide notice of these programs to

the sources complied under 7b above.

Disseminate the contractor's eeo policy by providing notice of the policy to unions and training

programs and requesting their cooperation in assisting the contractor in meeting its eeoobligations; by including it in any policy manual and collective bargaining agreement; by publicizing

it in the company newspaper, annual report, etc.; by specific. review of the policy with all

management personnel and with all minority and female employees at least once a year, and by

posting the company eeo policy on bulletin boards accessible to all employees at each location

where construction work is performed.

Review, at least annually, the company's EEO policy and affirmative action obligations under thesespecifications with all employees having any responsibility for hiring, assignment, layoff,

termination or other employment decisions including specific review of these items with onsite

supervisory personnel such as superintendents, general foremen, etc., prior to the initiation ofconstruction work at any job site. A written record shall be inade and maintained identifying thetime and place of these meetings, persons attending, subject rnatter discussed, and disposition ofthd subject matter,

Disseminate the contractor's EEO policy externally by including it in any advertising in the news

media, specifically including minoriity and female news media, and providing written notification to

and discussing the contractor's eeo policy with other contractors and subcontractors with whom the

contractor does or anticipates doing business.

Direct its recruitment efforts, both oral and wriitten, to minority, female and community

organizations, to schools with minority and female students and to minority and female recruitment

and training organizations serving the contractor's recruitment area and employment needs. Not

later than one month prior to the date for ihe acceptance of applications for apprenticeship of other

training by any recruitment source, the contractor shall send written notifications such as theabove, describing the openings, screening procedures, and test to be used in the selectionprocess.

Encourage present minority and female employees to recruit other minority persons and women

and, where reasonable, provide after school, summer and vacation employment to minority and

female youth both on the site and in other areas of a contractor's workforce.

Validate all tests and other seiection requirements here there is an obligation to do so under 41 cfr

part 60-3.

Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel

for promotional opportunities and encourage these employees to seek or to prepare for, through

appropriate training, etc., such opportunities.

009 (IL-CC) Page 9Spec)ried Equal Employment Opportunity ResponsiMities (Non-Federal Aid)

January 15, 2013

72

m) Ensure that seniority practices, job classifications, work assignments and other personnel

practices, do not have a discriminatory effect by continually monitoring all personnel and

employment related activities to ensure that the EEO policy and the contractor's obligations under

these specifications are being carried out.

n) Ensure that all facilities and company activities are nonsegregated except that separate or single-

user toilet and necessary changing facilities shall be provided to assure privacy between the sexes,

o) Document and maintain a record of all solicitations of offers for subcontracts from minority and

female construction contractors and suppliers, including circulation of solicitations to minority and

female contractor associations and other business associations.

p) Conduct a review, at least annually, of all supervisors'dherence to and performance under thecontractor's EEO policies and affirmative action obligations.

8) Contractors are encouraged to participate in voluntary associations which assist in fulfiilling one or more

of their affirmative action obligations (7a through p). The efforts of a contractor association, joint

contractor-union, contractormmmunity, or other similar group of which the contractor is a member

and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p ofthese specifications provided that the contractor actively participates in the group, makes every effort toassure that the group has a positive impact on the employment of minorities and women in the

industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and

female workforce participation, make a good faith effort to meet its individual goals and timetables, and

can provide access to documentation which demonstrates the effectiveness of actions taken on behalf

of the contractor. The obligation to comply however is the contractor's and failure of such a group tofulfill and obligation shall not be a defense for the contractor's noncompliance.

9) A single goal for minorities and a separate single goal for women have been established. Thecontractor, however, is required to provide equal employment opportunity and to take affirmative action

for all minority groups, both male and female, and all women, both minority and non-minority.

Consequently, the contract may be in violation of the executive order if a particular group is employed

in a substantially disparate manner, (for exainple, even though the contractor has achieved its goal for

women generally, the contractor may be in violation of the executive order if a specified minority groupof women is underutilized).

10) The contractor shall not use the goals and timetables of affirmative action standards to discriminate

against any person because of race, color, religion, sex, or nationai origin.

11) The contractor shall not enter into any subcontract with any person or firm debarred from governmentcontracts pursuant to executive order 11246.

12) The contractor shall carry out such sanctions and penalties for violation of the specifications and of the

equal opportunity clause, including suspension, termination and cancellation of existing subcontracts,as may be imposed or ordered pursuant to executive order 11246, as amended and its implementing

regulations, by the office of federal contract compliance programs. Any contractor who fails to carry out

sanctions and penalties shall be in violation of these specifications and executive order 11246, asamended.

000 (IL-Cci Page 10Specled Equal Emp(oyment Opportunity Responsttritities (Nonfederal Aid)

January 15, 2013

73

13) The contractor, in fuifilling its obligations under these specifications, shall implement specific aflirmative

action steps, at least as extensive as those standards prescribed in paragraph 7 of thesespecifications, so as to achieve maximum results from its efforts to ensure equal employment

opportunity. lf the contractor fails to comply with the requirements of the executive order, the

implementing regulations, or these specifications, the director shall proceed in accordance with 41 cfr60-4.8.

14) The contractor shall designate a responsible official to monitor all employment related activity to ensure

that the company EEO policy is being out, to submit reports relating to provisions hereof as may be

required by the government and to keep records. Records shall at least include for each emphyee the

name, address, telephone numbers, construction assigned, social security number, race, sex, status

(e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes of status, hours worked perweek in the indfcated trade, rate of pay, and locations at which the work was performed. Records shall

be maintained in an easily understandable and retrievable form; however, to the degree that existing

records satisfy this requirement, contractors shall not be required to maintain separate records.

15) Nothing herein provided shall be construed as a limitation upon the application of other laws which

establish standards of compliance or upon the application requirements for the hiring of local or other

area residents (e,g., those under the Public Works Employment Act of 1977 and the Community

Development Block Grant Program).

009 ttL-CC) Page 11

Specified Equal Employment Oppbrtunity Responsibilities (Non-Federal Aid)

Januew ts, 2013

SPECIAL PROVISION

FOR

INSURANCE REQUIREMENTS

TOWNSHIP. VILLAGE, CITY

The cost to the Contractor for providing this insurance coverage shall be considered asincluded in the cost of the contract,

Nothing contained in these insurance requirements is to be construed as limiting theextent of the Contractor's responsibility for payment of damages resulting from its

operations under this Contract.

Contractor shall require all subcontractors to provide the insurance required in this

Agreement, or Contractor may provide said coverage for subcontractors. All

Subcontractors are subject to the same insurance requirements as Contractor exceptparagraph (Dj Umbrella/Excess Liability or unless specified otherwise.

The Contractor shall be solely responsible for any deductible or self-insured retentionfor any policy provided by the Contractor.

The Cook County Department of Risk Management maintains the right to modify,

delete, alter or change these requirements.

The Contractor shall maintain insurance as set forth below.

A. Workers Compensation Insurance

In accordance with the Laws of the State of illinois and including Employer's

Liability Insurance with limits not less than the following:

The Workers Compensation policy shall also include the following provisions:

Bodily Injury by accidentBodily Injury by DiseaseBodily Injury by Disease

B. Commercial General Liabilitv Insurance

$1,000,000 each accident

$1,000,000 policy limit

$1,000,000 each employee

For bodily injury, personal injury and property damage on an occurrence form (ISO

Form CG 0001 or equivalent) with limits not less than the following:

Each Occurrence $1,000,000General Aggregate per Project $2,000,000Products- Completed Operations Aggregate $2,000,000

010 (CC)lnsursnce Requirements -10 wo pc 1

October 14, 2016btov. 22, 2016 (1JW)

75

i) All Premises and Operations.

ii) Explosion, collapse and underground damage.

iii) Contractual liability for the obligations assumed in the Indemnification and

Hold Harmless agreement.

iv) Contractor's Protective coverage for independent contractors andsubcontractors employed by Contractor.

The policy shall contain (i) ISO Additional Insured Endorsements CG 20 10 07 04and CG 20 37 07 04 or equivalent, and (ii) severability of interest/separation ofinsured clause. The products and completed operations coverage (including ISO

Endorsement CG 2037 or equivalent) must be maintained for a period of threeyears after final acceptance of the Project.

C. Commercial Automobile Liabilitv Insurance

For bodily injury and property damage arising from the ownership, maintenanceor use of owned, hired and non-owned vehicles (ISO Form CA 00 01 or equivalent)with a limit no less than $1,000,000 per accident.

D. Umbrella/Excess Liabilitv

The policy shall be excess over Commercial General Liability, Automobile Liability,

and Employer's Liability with limits not less than the following amounts:

Each Occurrence:General Aggregate per Project.

$$,000,000$S,000,000

Additional Insured

The required insurance policies, with the exception of Workers Compensation, shall nameCook County, its officials and employees and the Village of Schaumburg, their officials,directors and employees as additional insured on a pdtmary and non-contributory basis.The Commercial General l.iability policy shall specifically include ISO Additional Insured

Endorsements CG 20 10 07 04 and CG 20 37 07 04 or equivalent. No other form will beaccepted without prior approval of the Cook County Department of Risk Management.

Any insurance or self-insurance maintained by the additional insured shall be excess ofthe Contractor's insurance and shall not contribute with it. If Contractor maintainsbroader coverage and/or higher limits than the minimums shown above, the additional

insured requires and shall be entitled to the broader coverage and/or higher limits

maintained by Contractor.

All liability policies shall entirely delete ISO endorsements CG 21 39 1093 or similar

D1D (CC)Insurance Requirements -10 wo pol

October 14,2016Nov. 22, 2016 (TJW}

76

endorsement or policy provision which limit contractual liability.

As part of the provisions and requirement for this project, other entities may berequired to be added as an "additional insured" on the liability insurance of theContractor. The Contractor shall ensure these entities are included as additionalinsured.

Waiver of Subroeation Endorsements

All insurance policies must contain a Waiver of Subrogation Endorsement in favor of Cook

County and all additional insured.

Qualification of Insurers

All insurers must possess an A.M. Best rating of A- Vll or better and be authorized to dobusiness in Illinois. The insurance limits required herein may be satisfied by a combination

of primary, umbrella and/or excess liability insurance policies. Companies with ratings

lower than (A-) or Vll will be acceptable only upon written consent of Superintendent ofTransportation and Highways. Upon written request from the Superintendent ofTransportation and Highways, Contractor must supply certified copies of the requiredinsurance policies within ten (10) days.

Certificates of Insurance

Within fourteen (14) days of notification of award, the Contractor must provide properlycompleted certificates of insurance on Acord forms which evidence of the required

insurance. The certificates must specifically list each of the required additional Insured and

specify that Waiver of Subrogation Endorsements apply. The certificates must beaccompanied by the required Commercial General Liability ISCI Additional Insured

Endorsements CG 20 10 07 04, CG 20 37 07 04 (or equivalent).

The receipt of any certificate of insurance does not constitute agreement by the County

that the insurance requirements have been fully met or that the insurance policiesindicated on the certificate of insurance are in compliance with the insurance requiredabove. Coverage shall be in companies subject to approval of the County.

In no event shall any failure of the County to receive certificates of insurance requiredhereof or to demand receipt of such Certificates of Insurance be construed as a waiver ofContractor's obligations to obtain insurance pursuant to these insurance requirements.The certificates shall also indude the following: The coverage and limits conform to theminimum required by Article 107.27 of the illinois Department of TransportationStandard Specifications for Road and Bridge Construction.

Notice of Cancellation or Non-Renewal

010 ICC)Insurance Requirements -10 wo pc 1

October 14, 2016Nor. 22, 2016 (TJW)

77

Contractor shall provide the Superintendent of Highways and Transportation with thirty

(30) days advance written notice in the event any required insurance will be cancelled,materially reduced or non-renewed. Contractor shall secure replacement coverage tocomply with the stated insurance requirements and provide new certificates of insurance

to the Superintendent of Transportation and Highways.

In the event the insurance is cancelled before the completion of the project, the County

shall reserve its rights under the contract, including but not limited to its rights underArticle 108.07of the Standard Specifications for Road and Bridge Construction, to orderthe job shut down until the Contractor obtains the required insurance.

Prooertv Insurance

Contractor is responsible for all loss or damage to personal property (including materials,

equipment, tools and supplies) owned, rented or used by Contractor.

010 (CC)Insurance Requirements -10 wo pol

October 14,2016Nov. 22, 2016 (TJW)

76

SPECIAL PROVISION

FORINDEMNIFICATION FOR COOK COUNTY

The Contractor shall indemnify the County of Cook and its commissioners, officials, employees, agents and

representatives, and their respective heirs, successors and assigns (the "County" ) pursuant to the language

provided under Section 107.26 of the Standard Speclcations for Road and Bridge Construction.

107.26 Indemnification. To the fullest extent permitted by law, the Contractor shall be responsible for anyand all injuries to persons or damages to property due to the activities of the Contractor, subcontractors,

licensees, invitees, suppliers, agents, or empbyees arising out of, incident to, or resulting from

performance of the contract, or any activity in connection therewith. The Contractor shall indemnify and

hold harmless the County of Cook and its commissioners, officials, employees, agents and

representatives, and their respective heirs, successors and assigns, from any and all claims, lawsuits,

actions, costs, and fees (including reasonable attorney fees and expenses) of every nature or description,

arising from, growing out of, or connected with the work, or on account of or in consequence of any neglectin safeguarding the work or on account of or in consequence of using unacceptable materials in

constructing the work or because of any act or omission, neglect, or misconduct of the Contractor, its

officers, employees, agents, its subcontractor, or subcontractors licensees, invitees, or anyone directly orindirectly employed by them, and/or anyone for whose acts they may be liable or because of any claims oramount recovered by reason of any infringement of any patent, trademark, or copyright or by reason of theviolation of any law, ordinance, order or decree, This obligation is binding on the Contractor without regard

to whether or not such claim, damage, loss, or expense is caused in part by the act, omission, ornegligence of the County and its commissioners, officials, employees, agents and representatives, and

their respective heirs, successors and assigns.

In claims against the County by an employee of the Contractor, its officers, employees, agents, its

subcontractor, or subcontractors licensees, invitees, or anyone directly or indirectly employed by them, oranyone for whose acts they may be liable, the indemnification herein shall not be limited by a limitation on

amount or type of damages payable by or for the Contractor or subcontractor under any employee benefits

act including but not limited to the Worker's Compensation Act.

In the event any such claim, lawsuit, or action is asserted, any such money due the Contractor under and

by virtue of the contract as shall be deemed necessary by the County for the payment thereof, may beretained by the County for said purpose, or in case no money or insufficient money is due to satisfy suchclaim, lawsuit, or action, the Contractor's Surety shall remain liable for any payment therefore until any suchlawsuit, action, or claim has been settled or has been fully judicially determined and satisfied.

No inspection by the County, its employees or agents shall be deemed a waiver by the County of full

compliance with the requirements of the contract. This indemnification shall not be limited by anyPerformance Bond or insurance protection required of the Contractor in the contract.

012e (CC)Indemnificaticn

Page 1 December 28, 2011

79

SPECIAL PROVISION

FORINDEMNIFICATION FOR LOCALS

Indemnification under Section 107.26 of the Standard Specifications for Road and Bridge Construction is

hereby extended to provide same for the following entities, their officers, employees and agents in the

same manner as is applicable to Cook County,

Village of Schaumburg

012tr(CC)tndernntrreation

Page 1 January 23, 2012

80

SPECIAL PROVISION

FORJOINT VENTURES

Contractors submitting a bid as a joint venture shall comply with the following procedures:

Contractors may combine their available bidding capacity for a single contract to bid as a joint venture,

2) The joint venture shall be indicated by the filing of a Joint Venture Minimum Declaration of VVork for

each of the contracts for which joint venture approval is sought. It identiTies the managing partner and

indicated the kind and the percentage of work to be performed by each joint venture partner with its

own worklorce and resources other than work reserved to meet any disadvantage business goaladvertised in the contract, The form indicated the joint venture agreement shall be included in the bid,

In addition, each ioint venture partner firm shall submit an Affidavit of Availability. The Joint VentureMinimuin Declaration of Mfork and all Affidavits of Availability must be included in the bid. Theproposed joint venture shall not be approved if the establishment of a joint venture would unduly restrict

competition, A determination that a proposed venture would unduly restrict competition is limited to

any of the following reasons;

a) That the proposed joint venture would consist of more than three (3) qualIed contractors.

b) That the Joint Venture Minimum Declaration of VVork indicated that any one of the proposed

joint ventures partners will perform less than ten percent of the non-disadvantage business work

with its own workforce and resources.

3)

4)

c) That for letting items estimates by the Department to be bid at less than $1,000,000.00 more than

one of the proposed joint venture partners has the individual qualification ratings and bid the item

without the approval of the venture. This determination shall not apply to joint ventures between

firms having fiffy-one percent or more common controlling ownership or on items where theestimated quantity of asphalt exceeds 10,000 tons or concrete exceeds 5,000 cubic yards. Eachproposed joint venture shall submit, with the bid, a Joint Venture Certificate of Explanation andJustification for each of the contracts estimated at less than $1,000,000.00for which joint venture

approval is sought. The form indicated the circumstances which apply to the joint venture. That is

there fiffy<ne percent (51%)or more common controlling ownership, or does one or more partiesto the joint venture not have the financial capacity, work capacity or work categories to completethe project. The Joint Venture Certificate ofExplanation must be included in the bid.

Contractors whose financial ratings are based upon unaudited financial statements will not bepermitted to joint venture with each other to bid contracts which are estimated to exceed $350,000.00.However, such contractors may be permitted to joint venture with contractors who have a financial

rating based upon an audited statement to bid contracts estimated to exceed $350,000.00.

If a joint venture work rating is limited by its maximum financial rating, the full value of the computed

work rating will be used in analyzing the joint venture approval request. However, the combined

maximum work rating in any category shall not exceed the combined maximum financial rating of the

joint venture.

013 (CC)Joint Venture Forms

Page 1 January 15, 2013

81

5) If an approved joint venture is awarded a contract, the kind and percentage of work indicated on the

Joint Venture iw'nimum Declaration of Work may be amended as many times as necessary by thecontractor provided that each partner of the approved joint venture performs at least ten percent of the

nondisadvantaged work with its own workforce and resources.

Copies of all required Joint Venture Forms are attached.

Please note that signed and notarized originals of all required Joint Venture Forms mentioned above mustbe included in the bid. This includes Affidavits ofAvailability for all parties to the joint venture.

JOINT VENTURE FORMS

Qualified contractors wishing to combine bidding capacity and bid items as joint ventures mustsubmit the appropriate properly completed forms and include them in their bid. The requiredjoint venture forms include: (1) the ORIGINAL Affidavit of Availability (BC 51); (2) the ORIGINAL

Joint Venture Ninimum Declaration of Work; and (3) the ORIGINAL Joint Venture CertNcate ofExplanation and Justification.

013 (CC)Joint venture Forms

Page 2 Janumtr 15, 2013

82

COOK COUNTY DEPARTNIENT OF TRANSPORTATiON

AND HIGHWAYS

Joint Venture Certificate of Explanation & Justification

Bid Proposal Submission Date:

item Non

Joint Venture Name:

Managing Party:

Firm ¹1

Name:

Address:

Finn ¹2

Name:

Address:-

Firm ¹3

Name.

Address:

Instructions:

Indicate the circumstances which apply to the Joint Venture.

1) One or more firms do not have the required financial capacity.

Firm ¹1 Firm ¹2 Firm ¹3

Does not have sufficient available prequalification financfal rating to perform Nre work.

2) One or more firms do not have the required work capachy.

Firm ¹1 Firm ¹2 Firm ¹3

Does not have suNcient available prequalification work ragngs to perform filly percent of the work.

3) One or more firms do not perform work in a majority of work categories required to complete the pm)act.

Work categories not performed by the firm

Firm ¹1

Firm ¹2

013 (CC)Joint Vesture Forms

Page 3 January 15,2013

83

Firm ¹3

4) Fifty-one percent (51%) common controlling ownership between firms.

Firm ¹1 Firm ¹2 Firm ¹3

has attached statement indicating the relationship of the firms.

5} Estimated quantity of asphalt for this item exceeds 10,000 tons.

6) Estimated quanfity of concrete exceeds 5,000 cubic yards.

7) Estimated costs of project are less than $1,000,000.

IIWE being duly sworn do hereby declare the explanafion and justification to be a true and conact statement.

I, WE being duly sworn, do hereby declare the explanation and justification to be a true and coned statement.

Fhm «1Name

(Print}

Title

Signature (Proprietor, Partner, Officer or Director)

Subscribed and sworn to before me this day of, 20 (Notary Seal)

Notary Public

Firm «2Name

(Print)

My commission expires on

Title

Signature (Proprietor. Partner, Officer or Director)

Subscribed and sworn to before me this day of, 20 (Notary Seal)

Notary Public

Firm ¹3Name

(Print)

My commission expires on

Title

Signature (Proprietor, Partner, Officer or Director

Subscribed and sworn to before me this day of 20 (Notary Seal)

Notary Public

This form must be submitted with the bid.

My commission expires on

013 (CC)Joint Venture Forms

Page 4 Jsnusry 15, 2013

Bid Proposal Submission Date:Item Noz

Joint Venture Name:

Managing Party:

COOK COUNTY DEPARTMENT OFTRANSPORTATION AND HIGHWAYSJoint Venture Minimum Declaration of Work

Firm ¹1

Name:

Address:

Firm ¹2

Name:

Address:

Firm ¹3

Name.'ddress;

Instructions:

Indicate the percentage of work to be performed by each finn with their own fomes.

Firm ii1 Firm ¹2 Firm ¹3

Earthwork

Portland Cement Concrete Paving

Bituminous Plant Mix

Bituminous Aggregate Mixtures

Miscellaneous Bituminous Paving

Cleaning and Sealing Cracks & Joints

Soil Stabilization and Modification

Aggregate Bases and Surfaces

Highway, Railroad & Waterway Structures

DrainageElectricalCover & Seal Coats

Sluny Applications

Miscellaneous Concrete Construction

Landscaping

Seeding & Sodding

Vegetation Spraying

Tree Trimming & Selective Tree Removal

513 ICC)Joint Venture Forms

Page 5 January 15, 2013

85

FencingGuardrail

Groutlng

Painting

Signing

Paint Pavement Marking

Thermoplastic Pavement Marking

Epoxy Pavement Marking

Installation of Raised Pavement Markers

Pavement Texturing & Surface Removal

Cold Milling, Planning & Rototilling

Erection

Demolition

Other

I, WE being duly sworn, do hereby dedare the explanagon and justification to be a true and conect statement.

Firm ¹1Name

(Print)

Title

Sgnature (Proprietor, Partner, Officer or Director)

Subscribed and sworn to before me this day of, 20 (Notary Seal)

Notary Public

Firm ¹2Name

(Paint)

My commission expires on

Title

Sgnature (Proprietor, Partner, Officer or Director)

Subscribed and sworn to before me this day of, 20 (Notary Seal)

Notary Public

Firm ¹3Name

(Print)

My commission expires on

Title

Signature (Proprietor, Partner, Officer or Director

Subscribed and sworn to before me ibis day of, 20 (Notary Seal)

Notary Public

This form must be submitted with the bid.

My commission expires on

013 (CC)Joint Venture Forms

Page 6 January 15, 2013

86

SPECIAL PROVISION

FORPROPOSAL AGREEMENTS

ADDENDUM RECEIPT

The receipt of the following addenda to the drawings and/or speciTication is acknowledged:

Addendum No. .rDated')~ ~wtt, 2.0(frr

Addendum No.

Dated

Addendum No.

Dated

Addendum No.

Dated

Addendum No.

Dated

NOTE. These'Addenda foun a part of the'Bidding and Contract Dccurttents and modify the OriginN

Documerdstbr this Contract. Receipt of these Addenda shall be admowlsdged above. Failure to do somay subject the Bidder to disquahTication.

014 (CC)Addendum Receipt

Pege 1 December 28, 2009

OFFICE OF THE CHIEF PROCUREMENTOFFICER'HANNON

E. ANIIREIRFS

CHIEF PROCUREMENT OFFICER

118 North Clark StmtrL Room IBIS ~'hicago, leinois 60602 ~ (312i 6D3-5370

TONI PRECKVVINKLE

PRESIDENT

Cook CoontP Board

of Commlsslonors

IBCHARD R. BQYION

1st District

ROBERT STEELE

2nd District

JERRY BUTLER

3rd D istnct

STANLEY MOORE

4th District

BEBORAH SIMS

.Sth District

EDYYARD M. MOODY

6th Distr ikm',:

ADDENDUM NO. 1

December 2g, 2616

Rosege Road at Schaumburg RoadSection: 14.YNN42-TL

forCook County Department of Transportation and Highway

Contract No. 1gt5.1gg1 I

To: Interested Vendors of Record

A. Gsnemi:This addendum revises ihe above-referenced solidtation. This addendum is issued priorah execution ofthe conbict, forms a part of contract docuinents and modifies previously issued documents. Insofar as.pmviously issued contract documents ard inconsistent with modifications indicated by this addendum,

modNcaRns indicated by gtis addendum shall govern. Where any part of the contract documents aremodied by this addendum; all unaitemd provisions shall remainin effect.

JESUS G. GARGA

7th Distriict

LUIS ARROYO, JR.

8th Dlstrkt

PETER N. SILVESTRI

9th District

BRJDGET GAINER

10th District

JOHN P. DALEY

11th District.

B. Acknowledaemenl.

Acknowledge receipt cf ibis addendum in the space provided on the bid form on the proposal pages,Faitunr io do so will subject bidder to dtsqualiTicrdton.

C. Attachments:

The addendum includes attachments described in this addendum. One copy of each attachment is

issued with this addendum, unless otherwise Indicated. Insert the agachment(s) in the solicitation

document in the'correct sequence and location. 'Revise your response to this solicitatlon to reflect the

mcdifcattons per this a'ddendum, as applicable.

~ Attachment 1:Pre-Bid meeting Sign in Sheet (2psges)

JOHN A FRITCHEY

12th District

-LARRY SUFFREDIN

. 13th Dlstrika

. GREGG GOSUN

'4th Dlstnct

TIMOTHY O. SCHNFJDER

15th District

JEFFREY RJOBOLSIG

16th'Dlstirct" C

ORIGINATED BY:

Lillian Lee.Contract Negotiator

SHANNON E, ANDREWS

CHIEF PROCUREMENT OFFICER

'SEAN M. MORRISON

17th District $ Ftscui aiosoonsibilkjjgntoovauva LEEIdafsVio4! TIRIITsri@ancv et Jkccouttchkrlritv lier im~ c~a.

Pre Bid httg, Sign.ln Sheet- December.1$ ,.201860 West Washington, Suite 2260 at tt:30 AM

Contract ¹1605.15011-Rosette Road at Schaumhurg Road

Attendee Name: QIJAJ 4/v~9) ~COmPany Name: y'4 Px--e.~; Wn~ H Cyk ac~

Company Addngss: J<63~ 9'"0 )1 Pda~

Telephane: A'ar'2 - 43~ -78m-0Fax: dyt@iEMaih4(~Via& Ar-r~d~~~~c.~e )

).'lease

print clearly

Attendee Name: ED& DK~odCompany Name: HhacPa. ~k.lc ryo, .

1~sac=~IHIHIHW HHHIWHCIHI~HIDH HH

LARRY KUEHNE,c 0 224/ree-049e

11910W. Main St. oan 9471BSDB474P.O. Box 1104 Fnn 047IBB94629Hungay, IL 00142 tntrryaaoknndrnark.corn.Hww)andmaikc~s.corn

Ehrdri I:eSAHrrrkkraq@~lewi~&.HJ,H,

Company Address:

JTelephone: f/85) .& ) - wS0L,Fax:E-Mail:&iran M Hsrkos 1',tttorgr

Please print dearly

Attendee Name:,. rntr Jr ..')I; rt t~~ kfCompany Narse: Ugly ( ).. )0;.+..;,;.1-))1).

(Business Can(

Jaotluaaaa WlgardFwrnnt Cnnnanntnr

COmpr)nyAddreSS: .iX» 'V.4:4H".1....;Pit"

Telephone: %'i'r""X0X -: 7 lt.x.r

Fax:E-Mail:

Please print clearly

Attendee Name:

Company Name:

IPARIceneoeenenneeeieee

Paul BowsHfaawna Hnnnenr

Fath Gonna106 EAlgArrtngton

Caryoadonaytin Band

eights, )L 60009

tM)co: 847-398.7)00'kok)Cell 847-997 9147Fax: 847-398-7101B.tnolk pnowaIFogÃc.cotll

aHuwwunuaruuun HHHHBR

Company Address:

Telephone:Fax.E-Mail:

Please print clearly Cook county Highway Denwnwenl..-..- e aennaota-anna Cnra Onnntr senna

00 w. wnnrnuun Duet, snlw woo-Gnleaao, llrncl ~ 00000

Faneuana)oaacra0 "-'- .-- Fnn.kna) swooslr'

nlna Junnrecoekcoowlaaw

Riicherd JlegternyDhrknon Head

saeohanloat, glealrlool, Arokgsottwet a ksnasosnrng DlnteloDwdgn Boreas

Pre Bid Ng. Sign-In Slieet-. December 13,201880West Washington,.gutta 2280 at11:30AM

Contract 01815 1581'1 —Rosalia Road at'Schaumburg Road

Attendee Name:~t r4 L.eWCompany Name. OdX7k. C~«~.

CompanyAddress:ebs LJ'rj st i, ~'Lore Ic

01

(Business Card)

Telephone: (StQ> Aqua- ta OctFax;

: E.Mail:

Please print clearly

Attendee Name:

Company Name:

Telephone:

Fax:E-Mail

Attendee Name:

Company Name

Please. print clearly

Company Address: IasariasriasN~ I I

Chaech elcinewinh amwwmclvctechlnc.mm

Seeelenn Pime, Svee IeccSever. IL ecleSPiece: SSIL7708lcclmc 000l700070

Chliaroirhar T. Braband, PE

cbrebendecivlhechinc.ccrc

Dlrecb 030.736.7153

Company Address:

glusiness ~Telephone;Fax',

E-Mail;.

Please print clearly

Attendee Name:

Company Name:.

Company Address:

(Business Cant)

Telephone:

Fax.E-Mail:

. Please pnrit clearly

87

SPECIAL PROVISION

FORCOMBINATION BIDDING PROCESS

AN references to Sections or Articles in this specification shall be construed to mean a specific Section orArticle of the Standard Specifications for Road and Bridge Construction, adopted by the Cook County

Department of Transportation and Highways.

Combination Bids. The projects listed below with their individual WORKING DAYS and CALENDAR DAYS

shaN be let in combination:

PROJECT SECTION WORKING DAYS CALENDAR DAYS

A Combination Bid is a total bid received on 2 or more proposals. No Combination Bids other than thosespecifically set up by the Department will be considered. Separate proposal forms will be issued for eachproject in the combination so bids may be submitted on the combination as well as on separate units of thecombination. The department reserves the right to make the awards on combination bids or separate bids

to the best advantage of the Department.,

If a Combination Bid is submitted on 2 or more proposals, separate proposals on each individual contract

shall also be submitted, and unless separate proposals are submitted, the Combination Bid will not beconsidered. If the bidder desires to submit a Combination bid, the bidder shall state, in the place provided in

the proposal form, the amount of the Combination Bid for the entire combination,

If a Combination Bid Is submitted on any stipulated combination, and errors are found to exist in computing

the gross sum bid on any one or more of the individual proposals, corrections shall be made, by the

Department and the amount of the Combination Bid shall be conected so that it will be in the sameproportion to the sum of the corrected gross sum bid as the Combination Bid submitted was to the sum ofthe gross bid submitted.

The following provisions shall govern combination bidding:

1) A Combination Bid which is submitted for 2 or more proposals and awarded on that basis shall have

the bid prorated against each proposal in proportion to the bid submitted for each proposal.

2) Separate contracts shall be executed for each proposal included in the combination,

3) The proposal guaranties which accompany the individual proposals making up the combination will beconsidered as also covering the Combination Bid.

4) The completion date for all contracts awarded on a Combination Bid shall be the latest completion date

designated for any one or more of the contracts included in the combination, uniess otherwise provided

in the contract.

016 (IL CC)Combination Bidding Process

Page 1 Januanr 15, 2013

88

5) Contracts awarded in combination for the projects above shall have the WORKING DAYS revised to

WORKING DAYS, and the CALENDAR DAYS revised to CALENDAR DAYS. The'Daily deduction" rate in the Traffic Control Deficiency Deduction Special Provision shall be based on

the REVISED CALENDAR DAYS stated above.

6) The Contractor, at his option, may start one project or all projects, INORKING DAYS then shall start asspecified in Article 108.04 of the Standard Specifications for Road and Bridge Construction and shall

continue from that day forward until all projects are completed.

7) An extension of time for any one or more contracts awarded on a Combination Bid shall automatically

extend all contracts awarded on the combination.

8) In the event the Contractor fails to complete any one or all the contracts on the Combination Bid by the

contract completion date plus any authorized extension, or the contract working days plus any

authorized extension, the liquidated damages shall be determined from the schedule of deductions for

each day of the overrun in the contract time in Article 108.09 in the Standard Specifications for Road

and Bridge Construction, based on the Combination Bid total, and shall be computed on the

combination and prorated against the 2 or more individual contracts based on the dollar value of eachcontract.

9) The Plans and Special Provisions for each separate contract shall be construed separately for all

requirements, except as described in section t through 8 listed above.

015 (IL-CCICornbinalion Bidding Process

Page 2 January15, 2513

89

SPECIAL PROVISION

FORPROMPT PAY MECHANISMS (NON FEDERAL AID)

This contract is subject to the following payment obligations:

"As partial payments are made to the contractor in accordance with Article 109.07 of the

Standard Specifications for Road and Bridge Construction, the contractor shall make

corresponding partial payment within fifteen (15) calendar days to each subcontractor in

proportion to the work satisfactorily completed by each subcontractor. The proportionate

amount of partial payment due to each subcontractor shall be determined by the quantities

measured or otherwise determined as eligible for payment by the Cook County Department

of Transportation and Highways included in the partial payment to the contractor.

Subcontractors shall be paid in full, including the return of any retainage previously withheld,

within fifteen (15) calendar days after the subcontractor's work has been satisfactorily

completed."

This Special Provision does not create any rights in favor of any subcontractor against the

County of Cook or authorize any cause of action against the County of Cook on account of

any payment, nonpayment, delaye(f payment or interest claimed by application of this

Prompt Payment Special Provision. The Cook County Department of Transportation and

Highways will neither determine the reasonableness of any cause for delay of payment nor

enforce any claim to payment, including interest. Moreover, the Cook County Department ofTransportation and Highways will not approve any delay or postponement of the fifteen (15)day requirement. State law creates remedies available to any subcontractor or material

supplier, regardless of tier, who has not been paid for work properly, performed or materia)

furnished. These remedies are lien against public funds set forth in Section 23O of theMechanics Lien Act, 770 ILCS 60/23, and a recovery on the contractors payment bond in

accordance with the Public Construction Bond Act, 30 ILCS 550.

017(a) (CC)Prompt Pay Mechanisms (Non Federal Aid)

Page 1 January (5,3gt3

SPECIAL PROVISION

FORCONTRACT CLAIMS

All References to Sections or Articles in this specrTication shall be construed to mean specific Section orArticle of the Standard Specifications for Road and Bridge Construction, adopted by the Cook County

Department of Transportation and Highways.

109.09Contract Claims. Revise the second sentence of subparagraph (a) of Artide 109.09to read:

"All claims shall be submitted to the Engineer."

Revise subparagraph (e) of this Article to read:

"Pntcedure. The department provides three administrative levels for daims review:

Level I

Level II

Level III

Resident EngineerBureau Chief, Construction Bureau

Supedntendent of Transportation and Highways

All Claims shall fimt be submitted at Level I. This Engineer shall consider all information submitted with theclaim within 90 days after receipt. Claims not conforming to this Article will be returned without

consideration. The Resident Engineer may schedule a claim presentation meeting if in the ResidentEngineer's jud'gment such a meeting would aid in resolution of the claim, otherwise a decision will be basedon the claim documentation submitted. If a decision is not rendered within 90 days, or if the Contractor

disputes the decision, an appeal to Level II shall be made by the Contractor. An appeal to Level II shall bemade by the Contractor in writing to the Resident Engineer within 45 days after the date of the Level I

decision, and shall include two (2) additional copies of the claim and supporting documentation. Review ofthe claim at Level II shall be conducted as a full evaluation of the claitL A claim presentation meeting maybe schedule if the Bureau Chief, Construction Bureau determines that such a meegng would aid in theresolution of the claim, otherwise a decision will be made on the claim documentation submitted. If a Level

II decision is not rendered within 90 days afler receipt of the written appeal, or if the Contractor disputes thedecision, an appeal at Level III shall be made in writing to the Bureau Chief, Construction Bureau, within 45days of the date of the Level II decision. Review of the claim at Level III shall be conducted as a full

evaluation of the claim. A claim presentation meeting may be scheduled if the Superintendent ofTransportation and Highways determines that such a meeting would sid in resolution of the claim, other adecision will be based on the claim documentation submitted. A Level III final decision will be renderedwithin 90 days of receipt for appeaL

023 ItLcc)Contract Claims

Jan. 15, 20131 Pago(s) Total

SPECIAL PROVISION

FOR

PRE-CONSTRUCTION CONFERENCE

After the award of the contract and before construction is started, a conference shall be held at a time and

place to be designated by the County.

The purpose of the conference shall be to co-ordinate the work to be performed and adopt a schedule ofoperations.

The conference will be attended by representatives of the participafing agencies together with the public

and private agencies whose faciTities are involved in the construction of the project.

024 (cc)Pre.construction Conference

Page 1 March 18, 19801 Page(s) Total

92

SPECIAL PROI/ISIOM

FORMOBIUZATION

This Special Provision amends the provisions of Arhcle 671 of the Standard Specifications for Road and

Bridge Construction and shafi be construed to be a part thereof, superseding any conflicting provisions

thereof applicable to the work under the contract.

671 Mobilization. Revise the Artide Io read:

671.01 Descriotion. This work shall consist of preparatory work and operations necessary for therrevement of personnel, equipment, supplies, and incidentals to the project site; for the establishment ofoflices, buildings, and other facilities necessary for work on the project; and for afi other work or operationswhich must be performed or costs incurred when beginning work on the project.

671.02 Basis of Pavment. Upon execution of the contract and 0 written Iefier from the Contractor

requesting mobilizafion, three percent of the total contract bid wifi be paid as the original mobilization

payment. The three percent will be recovered according to the following schedule.

1) When 10 percent or more of the original contract amount is earned, 1/5 of fite original moblTlzation

payment will be deducted from the current pay voucher.

2) When 20 percent or more of the original contract amount is earned, a cumulative 2/5 of the original

mobilization payment will be deducted from the current pay voucher.

3) When 30 percent or more of the original contract amount is earned, a cumulative 3/5 of the original

mobilization payment will be deducted from the current pay voucher.

4) When 40 percent or more of the original contract amount is earned, a cumulaflve 4/5 of the original

mobilization payment will be deducted from the current pay voucher.

5) When 50 percent or more of the original contract amount is earned, the remaining balance of theoriginal mobilization payment wiN be deducted fmm the current pay voucher.

025 (cc)MobiTraelioo

October 20, 20091 Page(e) Total

93

SPECIAL PROYISION

FORCONTRACT EXTRA WORK

Description: Due to the nature of the project, the County may require extra work consisting of various items

to be completed by the Contractor where the exact scope of work could not be determined at time ofsubmittal of the bid, In order to avoid project delays or issues related to payment for such extra work, theschedule of quantities includes a Contract Extra Work item.

All work to be performed under this item shall be as directed by the Engineer and approved by the

Superintendent and the Cook County Chief Procurement Officer or her designee.

Measurement: Each one dollar of extra work value will be measured as one unit.

Basis of Pavment: Payment for this work will be made as specified in Article 109.04 of the Standard

Specifications for Road and Bridge Construction and paid as Contract Extra Work in accordance with the

requirements set forth in the Special Provision for Processing of Extra Work Payment Requests.

026 Icc)Contract Extra Work

Page 1 December 24, 20121 Page(si Total

SPECIAL PROVISION

FORCONSTRUCTION AIR QUALITY

DIESEL VEHICLE EMISSIONS CONTROL

(GREEN CONSTRUCTION ORDINANCE)

Descriotion. Diesel Vehicle Emissions Control. The reduction of construction air emissions shall beaccomplished by using cleaner burning diesel fuel. All equipment on the jobsite as defined by section 30-952 (a) of the Cook County Green Construction Ordinance (ORDINANCE) shall be required to use Ultra

Low Sulfur Diesel fuel (ULSD) exclusively (15 ppm sulfur content or less). Equipment shall include any"rental" equipment. In addition, the Contractor is required to comply with section 30-954 -3(c) related to

engine idling.

Diesel powered equipment in non-compliance will not be allowed to be used on the project site, and is alsosubje"t to adjudication in accordance with the attached Ordinance. Liquidated damages as per section 30-955 (c) of the ORDINANCE will not apply until such time as the level 2 or 3 controls am phased in.

The Contractor is required to submit a list of equipment to be used on the project to the Cook County

Department of Envkonmental Control (DEPARTMENT), as stated in section 30-954(a) and (b) of theORDINANCE, and shall copy the Cook County Department of Transportation and Highways - Construction

Bureau on that submittai. The 30 day submittal stipulation cited in section 30-954(a) of the ORDINANCE

will be enforced. The Contractor may not begin work on the project unless acknowledgement by the

DEPARTMENT of their receipt of the list is provided to the Construction Bureau of the Cook County

Department of Transportation and Highways. At this time, the list will be used for statistical data only. The

Contractor is not required to meet porhons of the ordinance related to level 2 or 3 controls as outlined in theORDINANCE until such time as stipulated in the ordinance. If additional equipment is to be used on aproject that was not on the odiginal equipment list submitted to the DEPARTMENT, the Contractor must

follow the same procedure as outlined above. Short term usage of equipment shall be as stated in section

30-952(3)(c)(1)of the ORDINANCE.

The Contractor shaN submit copies of monthly summary reports to the DEPARTMENT and include certified

copies of the ULSD fuel delivery slips for diesel fuel delivered to the jobsite for the reporting time period,

noting the quantity of diesel fuel used.

The ORDINANCE is attached and made a part of this contract, Contact information for the Department of

Environmental Conhol is given below.

Basis of Pavment. Any costs associated with compliance with this special provision and the Green

Construction Ordinance 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,

Cook County Department of Environmental Control

69 West Washington Street Room 1900Chicago, IL 60602Re: Cook County Green Construction Ordinance

Phone: 312403-8200

02T (CCi Page 1

Construcgon Air Quality

Diesel Vehicle Emissions Control (Green Construction Ordinance)

January 15, 20138 Page(s) Total

09-M6

ORDINANCE

Sponsored by

THE HONORABLE TODD H. STROGER, PRESIDENT

AND ROBERTO MALDONADO, JOAN PATRICIA MURPHY AND PETER N. SILVESTRI

COUNTY COMMISSIONERS

Co-Sponsored by

THE HONORABLE JOHN P. DALEY, ELIZABETH "UZ" DODDY GORMAN,

JOSEPH MARIO MORENO, DEBORAH SIMS, ROBERT B.STEELE

AND LARRY SUFFREDIN, COUNTY COMMISSIONERS

COOK COUNTY GREEN CONSTRUCTION ORDINANCE

BE IT ORDAINED, by the Cook County Board of Commissioners that Chapter 30 Environment, Arbcle IX

Green Construction, Sections'0-950 through 30-955'of the Cook County Code is hereby enacted aafogows:

ARTICLE IX. GREEN CONSTRUCTION

Sec.30-950. Board of Commissioners findings.

a) Diesel exhaust particle pollution poses a clear and present health risk to the people of Cook

County. The United States Environmental Protection Agency has classified diesel exhaust as alikely human carcinogen, and has identified diesel particulate matter and diesel exhaust organic

gases as toxic air pollutants. Diesel exhaust is also a pdime contributor to airborne fine paificle

pollution that is linked to premature death and other serious cardiovascular and pulmonary

problems such as heart attacks, abnormal heart rhythms, atherosclerosis, stroke, asthma attacks,permanent respiratory damage and retardation of lung growth in children.

b) Cook County is a USEPA designated non-attainment area for fine particulate matter pollution.

c) The health impacts from diesel emissions particularly affect children, the elderly, and people with

weakened immune systems.

d) Particularly high concentrations of diesel emissions often occur in heavily traveled transportation

corridors, intermodal yards, bus depots, and construction sites; these diesel "hot spots" often arefound in densely populated, urban areas, disproportionately impacting ethnic minorities and peopleof iower economic status.

027 (CC) Page 2Construction Air Quality

Diesel Vehicle Emissions Control (Green Construcnon Ordinance)

January t5, 20138 Page(s) Total

e) Diesel engine crankcases also are a source of emissions that can seep into the cabin and exposevehicle drivers and passengers to harmful diesel emissions.

f) Diesel exhaust also contains black carbon emissions, which contribute to ghbal climate change.

g) Reduction of diesel emissions can help address these human health and environmental problems

h) The United States Environmental Protection Agency has enacted requirements over the past few

yeas requiring the substantial reduction of emissions from new diesel engines in both heavy duty

highway vehicles and land-based non-road equipment. However, these regulations do not apply toany of the over 11 million existing diesel engines in the United States, most of which emit

substantially more pollution and often remain in service for 10to 30 years, depending on the typeof engine and equipment.

i) Practical, cost-effective measures to substanfially reduce diesel particulate emissions are available

today, and can be applied to many existing diesel engines. The same technology that limits diesel

poilution from new diesel engines can be netrofitted onto exisftng engines or applied in new

replacement engines to reduce diesel emissions by 85% or better.

j) Therefore, the purpose of this ordinance is lo minimize the public health risks from exposure to

diesel pargcutate emissions as expeditiously as practicable.

Sec.30-951.Definitions.

GARB means the California Air Resources Board.

County, as used in this chapter (with the exception of the use of the words to describe or idenfify theGovernment or Board of Commissioners thereof), means all of the territory in the County exclusive of the

City of Chicago.

Department means the Cook County Department of Environmental Control.

Fleet means one or more diesel vehicles or mobile or stationary diesel engines owned or operated by thesame person or group of related persons.

Heavy duty diesel vehicle means a motor vehicle with a gross vehicle weight rating of at least 8,500pounds that is powered by a diesel engine.

Level 1 Control means a Verified Diesel Emission Control Device that achieves a particulate matter (PM)emission reduction of 25% or mote from uncontrolled engine emission levels.

Level 2 Control means a Vedified Diesel Emission Control Device that achieves a particulate matter (PM)emission reduction of 50% or more from uncontrolled engine emission levels.

Level 3 Control means a Verified Diesel Emission Control Device that achieves a particulate matter (PM)emission reduction of 85% or more from uncontrolled engine emission levels, or that reduces emissions toless than or equal to 0,01 grams of PM per brake horsepower-hour. Lsvei 3 Control includes repowering orreplacing the existing diesel engine with an engine meeting USE PA's 2007 Heavy-duty Highway Diesel

02T (cc) Page 3Construction Air Quality

Diesel Vehicle Emtsstons Control (Green Co structton Ordinance)

Janumy 15, 20138 Page(s) Total

97

Standards (66 Fed. Reg. 5002), or in the case of a non-road engine, an engine meeting the USE PA's Tier

4 Nonroad Diesel Standards (69 Fed. Reg. 38958); Level 3 Control also includes new diesel enginesmeeting said emissions standards.

Motor vehicle means any self-propelled vehicle designed for transporting persons or property on a streetor highway, including an on-road diesel vehicle.

Nonroad engine means an internal combustion engine (including the fuel system) that is not used in amotor vehicle or a vehicle used solely for competiTion, or that is not a stationary source, except that this

term shall apply to internal combustion engines used to power generators, compressors or similar

equipment used in any construction program or project.

Nonroad Vehicle means a vehicle or equipment that is powered by a nonroad engine, fifty horsepower and

grealer, and that is not a motor vehicle or a vehicle used solely for competition, which shall include, but not

be limited to, excavators, backhoes, cranes, compressors, generators, bulldozers and similar equipment;

non-road vehicles do not include locomotives or marine vessels.

Prime Contractor means any person or business entity that enters into a public works contract with CookCounty.

Public Works Contract means a contract, budgeted at $2,000,000 or more, with a County agency for aconstruction program or project bid by Cook County involving the construction, demolition, resloration,

rehabilitation, repair, renovation, or abatement of any building, structure, tunnel, excavation, roadway, park

or bridge; a contract with a County agency for the preparation for any construction program or projectinvolving the construction, demolition, restoration, rehabilitation, repair, renovation, or abatement of any

building, structure, tunnel, excavation, roadway, park or bridge; or a contract with a County agency for anyfinal work involved in the completion of any consbuction program or project involving the construction,

demolition, restoration, rehabilitation, repair, renovaflon, or abatement of any building, structure, tunnel,

excavation, roadway, park or bridge.

Stationary Generators means a non-mobile machine that uses diesel fuel to produce electrical energy.

Subcontractor means any person or business entity that enters into a contract with a Prime Contractor asdegned herein to perform work on a public works contract with Cook County.

Ultra low sulfur diesel fuel means diesel fuel that has a sulfur content of no more than ftffeen parts permillion.

US EPA means the United States Environmental Protection Agency.

Verified diesel emission control device means:

a) an emission control device or strategy that has been verified to achieve a specified diesel PM

reduction by US EPA or GARB; or

b) replacement or repowering with an engine that is certified to specific PM emissions performance byUSE PA or GARB.

027 (cc) Page 4Consauction Air Quality

Diesel Vehicle Emissions Control (Green Constnrdion Ordinance)

January ts, 20138 Page(s) Total

98

Sec. 30-952. Emission reduction.

a) Immediately after the effective date of this ordinance, any solicitation for a public works contractand any contract entered into as a result of such soficitation shall include a specification fitat allcontractors in the performance of such contract shall use Ultra Low Sulfur Diesel fuel for dieselmotor vehicles, nonroad vehicles, and stationary generators used in the perl'ormance of thecontract.

b) Beginning January 1, 2 014, for Prime Contractors, and beginning January 1, 2016 forSubcontractor, any solicitation for a public works contract and any contract entered into as a resultof such solicitation shall include a specification that a Prime Contractor and all Subcontractors inthe performance of such contract shall not operate any heavyduty diesel vehicle in theperformance of a public works contract unless that vehicle has installed Level 3 Controls andunless such controls are properly maintained and operating (as provided by regukttionspromulgated pursuant to this act). Except that, upon provision by the Prime Contractor orSubcontractors to the agency of appropriate and sufficient documentary evidence:

(1) Subsection (b) shall not apply to any heavyduty diesel vehicle on the construction siteworking three days or less over the life of the project.

(2) Subsection (b) shall not apply to any heavy-duty diesel vehicle with respect to which theDepartment makes a written finding that such vehicle cannot be retrofit with Level 3Controls, in which case such feet owner or operator shall install Level 2 Controls that areavailable and'appropriate for such vehicle as determined by the Department. If

the'epartmentmakes a written finding that any such vehicle cannot be retrofit with Level 2controls, said vehicle shall be mtrofit with Level 1 Controls that are avafiable andappropdiate for such vehicle as determined by the Department.

(3) Any heavy-duty diesel vehicle that has operational Level 2 Controls installed prior to theeffective date of this act shall have an additional one year to meet the requirements ofSubsection (b).

c) Within two years after the effective date of this ordinance, any solicitation for a public workscontract and any contract entered into as a result of such solicitation shall include a specificationthat all contractors in the performance of such contract shall not operate any diesel nonroadvehicle in the performance of a public works contract unless that vehicle has installed Level 2Controls and unless such controls are properly maintained and operating {as provided byregulations promulgated pursuant to this act). Except that, upon provision by the contract or to theagency of appropriate and sufficient documentary evidence:

(1) Subsection (c) shall not apply to any diesel nonroad vehicle on the construction siteworking three days or less over the life of the project.

(2) Subsection (c) shall not apply to any diesel nonroad vehicle with respect to which theDepartment makes a written finding that such vehicle cannot be retrofit with Level 2Controls, in which case such fleet owner or operator shall Install Level 1 Controls that areavafiable and appropriate for such vehicle as determined by the Department.

02r (CC) Page 5Construction Air Quality

Diesel Vehicle Emisstons Control (Green Construction Out)nance)

January 15, 20138 Page(s) Total

99

(3) Any diesel nonroad vehicle that has operational Level 1 Controls installed prior to the

effective date of this act shall have an additional one year to meet the requirements ofSubsection (c).

d) Beginning January 1, 2014, for Prime Contractors, and beginning January 1, 2016 for

Subcontractors, any solicitalon for a public works contract and any contract entered into as a result

of such solicitation shaN include a specification that a Prime Contractor and all Subcontractors in

the perfonnance of such contract shall not operate any diesel nonroad vehicle in the performance

of a public works contract unless that vehicle has installed Level 3 Controls and unless suchcontrols am properly maintained and operating (as provided by regulations promulgated pursuant

to this act). Except that, upon provision by the Prime Contractor or Subcontractors to the agency ofappropriate and sufficient documentary evidence:

(1) Subsection (d) shall not apply to any diesel nonroad vehicle on the construcgon siteworking three days or less over the life of the project.

(2) Subsection (d) shall not apply to any diesel nonrosd vehicle with respect to which theDepartment makes a written finding that such vehicle cannot be retrofit with Level 3Controls, in which case such fleet owner or operator shall install Level 2 Controls that areavailabie and appropriate for such vehicle as determined by the Department.

(3) Any diesel nonroad vehicle that has operational Level 2 Controls installed prior to theeffective date of this act shall have an additional one year to meet the requirements ofSubsection (d).

Sec. 30-953. Costs.

AN costs associated with meeting these requirements are incidental to the overall contract. No additional

time or monies will be granted to the Prime Contractor for compliance with these requirements and anyassociated regulations.

Sec.30-954. Compliance.

a) Thirty days before beginning work, the Prime Contractor shall submit to the Department for

approval a list of ag hearty diesel vehicles, nonroad vehicles, and stationary generators to beused on the project. The list shall include Ihe foNowing:

(1) Prime Contractor and Subcontractor name and address, plus contact person responsible

for the vehicles or equipment.

(2) Equipment type, manufacturer, engine model year, engine cergftcagon (Tier rating), ECM

calibration, horsepower, plate, serial number, and expected fuel usage and/or hours ofoperation.

(3) For the pollution control technology installed: technology type, serial number, make,model, manufacturer, EPA/GARB veriTication number/level, and installation date.

027 (CC) Page 6Construcgon Air Quality

Diesel Vehicle Emissions Control (Green Construcgon Ordinance)

January 15, 20136 Page(s) Total

100

b) If the Prime Contractor subsequently needs to bring on site equipment not on the list, the Prime

Contractor shall submit the request in wriTing for pdior approval. Additional equipment shall complywith ag contract conditions.

c) During periods of inactivity, idling of diesel on road motor vehicles and nonroad vehicles shall beminimized and shag not exceed the time allowed under state and local laws.

d) Any public works contract shall provide for enforcement ol the contract provisions required bySection 3 and penalties for noncompliance of such provisions.

Set 30-955. Enforcement.

a) Any solicitation for a public works contract subject to the provisions of this section and any contractentered into as a result of such solicitation shall include provisions authorizing independent

monitoring and inspection of the Prime Contractor and Subcontractor's compliance with therequirements of this section and requiring that the Prime Contractor and Subcontractor comply with

this section. The Prime Contractor shall be liable for a fse of $200 for the review of Prime

Contractor and Subcontractor's compliance with the provisions of this section, and the County may

withhold and deduct the fee from monies otherwise due the Prime Contractor.

b) AN vehicles and equipment to which these requirements are applicable will be subject to random

inspections to ensure fuli compliance with these requirements. If any equipment is found to be non-

compliant, the Prime Contractor, Subcontractor or Supplier must remove or retrofit this equipment

or vehicle within 24 hours or be subject to liquidated damages pursuant to subdivision (c) of this

section until that piece of equipment or vehicle is removed fiorn Project.

c) ln the event of a violation of any provision of this section, except as provided, in subdivision (d) ofthis section, liquidated damages shall be assessed against Nte Prime Contractor in the amount of

$5,000 for each violation (with each piece of noncomplying equipment and each day ofnoncompliance being a separate violation, not to exceed a total of $50,000 for any one piece ofequipment). Said liquidated damages are not imposed as s penalty but as an estimate of thedamages that the County will sustain from delay in completion of the work, as weil as resultant

damages to public health of its citizens, which damages by their nature are not capable of preciseproof. The County may withhold and deduct from monies otherwise due the Prime Contractor theamount of liquidated damages due the County.

d) No Prime Contractor or Subcontractor shaN make a false statement or claim with respect to anymatter material to compliance with the provisions of this section to the County. Any Prime

Contractor or Subcontractor making such a false statement shall pay the County up to $10,000 for

each such statement as liquidated damages pursuant to the provisions of subdivision (c) of this

section.

e) Fees and liquidated damages paid to the County under this section shall be placed in the Cook

County Environmental Management Fund.

027 (CC) Page7Conslrucfron Air Quality

Diesel Vetucte Emisstons Control (Green Construcgon Ordinance)

January 15, 20138 Pagets) Total

101

Sec. 30-956. Regulations,

Within six months of the effective date of this act, the Department shall, alter written notice and public

hearing, promulgate regulations implement)ng the provisions of this act.

Effective date: This Ordinance shall take effect upon adoption.

Approved and adopted this I 9th day of May 2009.

TODD H. STROGER, President

Cook County Board of Commissioners

Attest: DAVID ORR, County Clerk.

027 (CC) Page 8Consuuction Air Quality

Diesel Vehicle Era)salons Control (Green Construction Ordinance)

January 15,20138 Page(s) Total

102

SPECIAL PROVISION

FORPROCESSING OF EXTRA WORK PAYIIENT REQUESTS

Contractor's payment requests for Extra Work as identified in Artide 104.02 of the Standard SpeciTications

and the Special Provision for Contract Extra Work shall be processed in accordance with Article 109.04 ofthe Standard Specwcations and the following additional procedures:

1) Contractor shag invoice the County for such Extra Work in accordance with the lump sum price, unit

price, or force account as agreed to by the Engineer and Contractor.

2) Force account billing for equipment expense shall follow the applicable volume of the Equipment Watch

Rentai Rate Blue Book (Blue Book). Determination of equipment rates shall follow lhe IDOT

Construction Memorandum 0809. Also, a copy of the Blue Book calculation for each piece ofequipment shaN be included with the force account billing.

3) Contractor shall submit invoice for such Extra Work alter the Exlia Work has been fuily completed byContractor within sixty (60) days of completion of the work.

4) Within sixty (60) days after receipt of the invoice, the Engineer will review the Contractor's invoice and

determine whether the invoice complies with the above. If the Engineer disapproves the invoice, theEngineer shall give Contractor notice of the reasons for such disapproval and the Contractor shall

resubmit a corrected invoice for the Engineer's review. The County shall have an additional thirty (30)days to review and determine whether that the corrected invoice compiles with the above.

5) Once-the-Engineer determines that the invoice complies with the above, the Engineer shall present arecommendation for change in plan for the specific items of extra work. The Superintendent shal!execute a change order for the specific items of extra work and submit such change order to the Cook

County Chief Procurement Oflicer, or where appropriate, to the County Board for approval.

6) Within thirty (30) days of the Board's or the Cook County Chief Procurement Oflicer's approval of thechange order, payment shall be reflected under the specific items of extra work completed by theContractor and the corresponding amount shall be deleted from the Contract Extra Work item.

D28 ICC)Processing of Extra Work Payment Requests

Page 1 December 24, 2g12t Pageis) Total

103

SPECIAL PROVISION

FORCONSTRUCTION LAYOUT STAKES AND SURVEY CONTROL POINTS

This Special Provision amends the provisions of the Standard Specifications for Road and Bridge

Construction and shail amend or supercede the provisions of Article 105.09Survey Control Points.

105.09 Construction Lavout Stakes. The Contrador vill be required to furnish and place construction

layout stakes for this project and will locate and reference the centerline of survey and afi intersecting roads

and slreets and wiN establish bench marks along the line of the improvement outside construction limits.

One bench mark will be established for use at each structure over twenty-hot span. Locating and

referencing the centerline of survey shall consist of locating and referencing control points such as point ofcurvature', point of tangent, and sufficient points on tangent to provide a line of sight. Control points shall

be identified in the field to the Engineer and the field notes shall be kept in the office of the Resident

Engineer.

The Contractor shall provide field forces and set afi additional stakes for this project, including

interchanges, which are needed to establish ofhet stakes, reference points, slope stakes, pavement and

curb line and grade, stakes for bridges, culverts, sewers and drainage structures, paved gutters, walls,

monuments, fence, right-of-way lines, and any other horizontal or vertical controls, induding supplementary

bench marks, necessary to secure a correct layout of the work. Grading slope stakes shall be set atsuflicient intervals (not to exceed 30 meters (100feet)) to accurately outline the slopes. Stakes for line and

grade of pavement and/or curb shaH be set at sumcient station intervals (not to exceed 15 meters (50 feet))to assure substantial conformance to plan line and grade. Staking of right-of-way lines shall consist ofplacing tall stakes, properly identified and readily discernible, at points of change in width or direction of theright-of-way and at points along the line so that at least two of the stakes can be seen distinctly from anypoint of the line. Rightwf-way lines shall be staked at locations where construction is to be performed, prior

to beginning construcfion. The Contractor will not be required to set additional stakes to locate a utility line

which is not included as a pay item in the contract, or lo determine the property line between propeifies.

The Contractor shall be responsibh for having the finhhed work subslantiafiy conform to the lines, grades,elevations and dimensions called for in the plans. Any inspection or checking of the Contractor's layout by

the County Engineer and the acceptance of afi or any part of it shall not relieve the Contractor of his

responsibility to secure the proper dimensions, grades and elevations of the several parts of the work. TheContractor shall exercise care in the preservation of stakes and benchmarks, and shafi have them reset athis expense when any are damaged, lost, displaced or removed. The Contractor shall use competent

personnel and suitable equipment for the layout work required. The Contractor shall not engage theservices of any person or persons in the employ of the Cook County Department of Transportation and

Highways for the performance of any of the work covered by this item.

it is emphasized that the establishment of the centerline of survey and benchmark cimuit is criitical to start

up of construction and must be accomplished at the earliest possible time by the Contractor, properly

documented and approved by the Resident Engineer as described below.

RESPONSIBILITY OF THE COUNTY

a) The County will check both horizontal and vertical clearances at all grade separations.

029 (CC) Page 1

Conseudion Layout Stakes and Survey Control PointsJanuary 15, 2013

3 Pettetst Total

104

c)

d)

e)

The County will make random checks of the Contractor's staking to determine if the work is in

substantial conformance with the plans. Where the Contractor's work will fie into the work that is

being or will be done by others, checks will be made to determine if the work is in conformance

with the proposed overall grade and horizontal alignment.

The County will set all stakes for utility adjustments and for building fences along the right-of-way

line by parties other than the Contractor,

Immediately after the Contractor has staked the drainage structures, County forces will check the

staking, either visually or by instrument, to determine if the structures fit the waterways in horizontal

alignment and vertical elevation. If it is necessary to redesign the drainage structure, the County

will furnish a revised design and restake the structure.

The County will make all measurements and take all cess-sections from which the various payitems are to be measured, such as, cross-sections for all borrow pits and channel change,additional measurements needed to determine the amount of special excavation and classified

excavation and all measurements on which the depth of sub-bases, bases or portland cementconcrete pavement are to be verified.

Where the Contractor in setting construcfion stakes discovers discrepancies, the County wiS checkto determine their nature and make whatever revisions are necessary in the plans, including therecross-secfioning of the area involved, and all additional testsking necessary.

The County vNI check the Contractor's horizontal layout staking of all structures over 6 meters (20feet) in span length. The County will accept the responsibiTity for the accuracy of these stakes,after the County completes their check, provided they are protected by the Contractor to the extent

that no disphcement occurs. The County wig not be responsible for transfemng the iines to thework.

The County will accept responsibility for the accuracy of specific stakes that are covered byrandom instrument checks and recorded, provided no displaceinent occurs.

It is not the responsibility of the County to check the correctness of the Contractor's stakes exceptas provided herein; however, any errors that are apparent shali be immediately called to theContractor's attention and he shall be required to make the necessary correction before the stakesare used for construction purposes.

On the jobs where the plan quantities for excavation are to be used as the final pay quanfities, it

will be necessary for the County to make sufficient checks to determine if the work has beencompleted in substantial conformance with the plan cross-sections.

All measurements necessary to determine the final pay item quantities must be made by the

County independently of Ihe Contractor's station stakes and any bench marks established by theContractor.

If requested, the County will furnish a schedule showing the pavement proftkt grade elevations atintervals of 7.5 meters (25 feet) and/or provide computer services necessary to establish remote

control for complex interchanges and/or structures.

029 (CC)Conukuoyon Layout Stakes and Survey Control Points

Page 2 January 15, 20133 Page(s) Tote(

105

RESPONSIBILITY OF THE CONTRACTOR

a) The Contractor will locate and reference the centerline of afirosds and streets except Intetchange

ramps. The centerline of private entrances and short street intersection returns need not be locatedor referenced by the Contractor.

b) Locating and referencing the centerline of survey will consist of locating and referencing the control

points of the centerline such as PC's, PT's and as many POT's as are necessary to provide a line

of sight.

c) Bench marks will be established along the project outside of construction lines and at each majorstructum over 6 meters (20 feet) in span length, and inteNals not exceeding 300 meters (1000feet) horixontally and 6 meters (20 feet) vertically.

d) Stakes set for A. and B. above shall be identiTied in the iield to the Engineer and the field noteskept in the Resident Engineer's office for reference by him.

e) The Contractor wili set afi other stakes necessary to establish limits and etevafions of the work and

shall define right-of-way for the project.

f) The rightof-way shall be considered to be defined when stakes readily discernible, have beenplaced at points of change in width or direction of the right-of-way line and at points along the line

so that at least two such right-of-way stakes can be seen from any point on the line. The Contractor

should note that utiiity relocation may be dependent upon the proper delineation of rightwf-way.

Staking of the rightwf-way must be accomplished at the earliest possible time.

g) The Contractor wiil not be yequired to set additionai stakes to locate a utfiity line or to determine the

property line between properties.

h) Field notes shall be kept in standard survey field note books and these books shall become theproperty of the Cook County Department of Transportation and Highways at the compie5on of theproject.

i) It is not considered the responsibility of the Contractor to make a detailed check of the accuracy ofthe plans, however, it is expected that the Contractor will advise the County promptly of known

errors in the plans.

This item will be paid for at the contract lump sum price for CONSTRUCTION LAYOUT STAKES AND

SURVEY CONTROL POINTS, which price shall be payment in full for all services, materials, labor,

equipment, tools and incidentals to complete this item. Payment for this work shall be scheduled as folhws;

25/o of the bid price to be paid on the first pay estimate.

The remaining 75% of the bid price to be apportioned among the remaining pay estimates for the project.

All payments subject to retainage per fite terms of this Contract.

029 (CC) Page 3Construotion Layout Stakes and Survey Control Points

January 15, 20133 Page(s) Total

106

SPECIAL PROVISION

FORENGINEER'S FIELD OFFICE

This Special Provision amends the provisions of the Standard Specifications for Road and BridgeConstruction and shall be construed to be a part thereof.

670.02 Engineer's Field Office Type A. Amend the following of Artide 670.02, paragraph 6:

(i) A minimum of two communication paths. The configuration shall include:

(1) Internet Connection. A commercial grade internet service connection using telephone DSL,cable broadband or CDMA wireless technology with a MINIMUM bandwidth of 768 kbs.Addigonally, an 802.11 glN wireiess router shall be provided, which wiil allow connection by the

Engineer and up to four Department Staff. All cosis related wilh equipment, installation,

maintenance and service shall be induded.

The Cook County Department of Transportation and Highways Engineering Computer Division

contact person is as follows:

Mo Al-Khouja

Cook County Administration Building

Room 240069 West Washington StreetChicago, illinois 60602-3007Work: (312) 60>1753E-mail:[email protected]

(2) Telephone Lines. Three separate telephone lines with voicemail shall be provided,

(j) One digital copy machine with an automatic feed tray storing at least 30 sheets of paper, capableof reproducing prints as black lines on white paper up to 11 x 17 in. (280 x 432 mm) in size.Reproduction paper (8.5x11 in., 8.5x 14 in., and 11 x 17 in.) shall be supplied to the satisfaction

of the Engineer. Maintenance, activating agent and power source for the copy machine shall beincluded.

The digital copy machine shall also be capable of scanning to I printing from a computer and faxing

over a telephone line. All cables, support equipment, software, installation and technical support

required to make and keep the equipment operational for up to four computers shall be included.

The digital copy machine, software and support equipment must be compatible with the mostcurrent version of Windows operating system.

(k) One electric hot and cold water dispenser. 5 gallon and 0.5 liter bottles of water shall be supplied

to the satisfaction of the Resident Engineer.

(I) One electric paper shredder capable of shredding a minimum 15 sheets at a time.

031 (cc)Engineers Field 0$ce

January 15, 20134 Page(s) Total

107

670.02 Engineer's Field Oifice Type A. Add the fofiowing to Article 670.02, paragraph 6:

(m) Three (3) new cellular phones with the capacity for both cellular call and two (2) way

communication (Nextel or equal), established voice mail, hands free adaptors, belt clips and caradaptors. These cellular phones will be for exclusive use by the Engines'r and the Engineer's

support staff. All of the cellular phones and services must be compatible with each other.Maintenance and operating costs of the cellular phones shall be included.

(n) One digital camera with 8 megapixei minimum resolution, batteries to operate the camera, USBcable, minimum 8 GB memory card and digital camera case.

(o) A new upright bagless vacuum cleaner with a hepa-filter or new shop vacuum with a Hepa-Filter

and any miscellaneous cleaning supplies necessary for the Engineer to mainbdn the Field Oflice.

A weekly cleaning service for the field oflice shall be provided.

(p) . The following items are suggested oflice and field supplies. These items are subject to revision bythe Resident Engineer, must be coordinated with the Resident Engineer prior to purchase, and

shall be furnished to the safisfaction of the Resident Engineer prior to commencement and for theduration of the project.

If no pay item for Engineer's Field Oflice is included in the contract or used by the Department, thefollowing items shall be incidental to the contract.

These items will not be returned at the condusion of the contract.

OFFICE:

Adjustabis Hole Punch, Black (3-Hole)

Bankers Box, Legal size With String and Button Closure

Binder Clips, Large, 2", Box of 12 Each

Binder Clips, Medium,1 /4", Box of 12 Each

Binder Dividers, Avery index marker or equivalent

Binder, Black 1"Capacity

Binder, Black, 1-1/2" Capacity

Binder, Black, 3"Capacity

Calendar, At-A-Glance 3-Month Wall or equivalent

Calendar, At-A-Glance Compact Desk Calendar Base and Calendar Refill

1 Each

4 Pack

2 Each

2 Each

1 Each

1 Each

2 Each

1 Each

1 Each

1 Each

031(cc)Enginee'a Field Office

Page 2 January 15,20134 Pageia) Total

108

3"x 3 /n" or equivalent

Clipboard, Legal

Correction Fluid, Mullipurpose, White

DVD Cases, Slim Line, 25 Count

DVD Discs, R,W., 25 Counl

Folders, Manila 250 Count Letter 1/3 Cut Fge

Highlighlers, Assorted Fluorescent Colors, 4 Count

Labels, Multipurpose White 500 Count, 3/4' 1 r/"

Letter Trays, Stackabh, Pack of 6

Markem, Large, Permanent, Black

Markers, Sharpie, Black or equivalent

Memory Card, 2 Gig SD for Digital Camera

OIC, Ideal Clamps, Small Box of 50

Paper Clips, Jumbo No. 1, Regular, Boxof 100

Paper Clips, No. 1, Regular, Box of 100

Paper, Quadrille Pad, 8 /a" x 11"

Paper, Standard Canary Letter Pads, 6 Count, 8 '/a" x 11/4'en,

Black

Pen, Red

Pencil, Lead Refill, 0.5 mm, Tube of12

Pencils, Disposable

Pencls, Color (Green)

Pencih, Color (Orange)

Pencils, Color (Red)

Pencils, Color (Yellow)

Pencils, Pentel Forte or equivalent, Automatic Pencil, 0.5 mm

2 Each

I Each

1 Pack

I Pack

1 Box

1 Pack

1 Pack

1 Each

12 Each

12 Each

1 Each

2 Each

2 Each

2 Each

6 Each

1 Pack

2 Pack

1 Pack

2 Each

2 Pack

1 Pack

1 Pack

1 Pack

1 Pack

3 Each

031 (CC)Engineer'a Field Office

Page 3 January 15, 20134 Page(a) Total

108

Pencils, Zebra Rubber Sharpo Mechanical Pencil or equivalent

Post-It Memo Cubes, 3 7/8" x 3 7/8", Cube of 300 Sheets

Post-lt Notes, Yellow, 12Count 3'

3'ubber

Bands, ff16, 1 lb., 2"x1/tl6"

Rubber Bands, f62, 1 lb., 3" x 1/8"

Scissors, Deskwork's or equivalent

Staple Remover, Pinch Type

Stapler, Black Deluxe Standard

Tape Dispenser

Tape, Transparent Refifis 'iZ

FIELD:

2 Each

1 Each

1 Pack

1 Each

1 Each

1 Each

1 Each

1 Each

1 Each

6 Each

Ruler, 6 ft., inch/tenth

Tape, 100 ft., Fiberglass with Handle

Tape, 25 ft. inch/tenth, Retractable, Lufldn or equivalent

Wheel, Measuring Engksh

6 Each

1 Each

2 Each

1 Each

The estimated cost for office and field supplies shall be as follows:

Up to

$1,000,000

$3,000,000

Over

Bid Amount

$1,000,000

$3,000,000

$5,000,000

$5,000,000

Approximate Cost$ 625

$ 750

$ 675

$1,000

031 (CC)Engineer's Field Office

January 15, 20134 Page(s) Total

110

SPECIAL PROVISION

FORCONSTRUCTION DEBRIS

Add the following to the third paragraph of Article 202.03 of the Standard Specifications:

"The Contractor shall not conduct any generation, transpottation, or recycling of construction or demolition

debrh, clean or general or uncontaminated soil generated during construction, remodeling, repair, and

demoiition of utilities, structures, and roads that is not commingled with any waste, without the maintenance

of documentation identifying the hauler, generator, place of origin of the debris or soil, the weight or volume

of the debris or soil, and the location, owner, and operator of the facility where the debris or soil wastransferred, disposed, recycled or treated. This documentation must be maintained by the Contractor for 3

years.'32

(CC)Consttuogon Debris

Page 1 July 1, 20061 Psge(s) Total

SPECIAL PROVISION

FORCLEAN CONSTRUCTION AND DEMOLITION DEBRIS

In accordance wilh the State of illinois Environmental Protection Act, the Cook County Department ofTransportation and Highways (the Department), as "Site Owner at the subject highway improvement

location, is required to certify that all materials to be taken to an uncontaminated soil fill location, including

uncontaminated soil and clean construction and demolition debris, are to be certified as uncontaminated

soil.

The Department has performed sufficient testing at the site and has determined that soils to be excavated

per the plans as weil as existing concrete and asphalt pavement materials meet the criteria lo beconsidered clean construction and demolition debris. Exceptions are listed below'. In accordance with the

Act, the certification is made per IEPA Form LPC463. A copy of the completed Form I.PC-663 has beenattached to this special provision. The original form is available from;

Ms. Holly CichyChief Engineer of Construction

Cook County Department of Transportation and Highways

69 W. Washington St., 23m Fktor

Chicago, IL 60602(312) 603-1613

The Contractor is expected to be thoroughly familiar with the provisions of the Environmentai Protection Act

as it relates to proper disposal of excavated materkgl and cohstruction debris. Should the Contractorchoose to dispose of surplus soil material at a registered uncontaminated scil fill locabon, this form must besubmitted to the operator of that hcation before any materiials can be disposed of at that site. TheContractor should be advised that, even with the submittal of the properly executed Form LPC-6%, the. fili

operators retain the right to reject any or all loads from a particular construction site based on their own

determination of the suitability of material from that site. Each cerlication covers only material from thatspecied job site. The Contractor shall take care not to stockpile or mix together material from dlfhrent

sites before taking that material for disposaL

This special provision is not to be construed as a requirement that obligates the Contractor to dispose ofsurplus material at a registered uncontaminated soil fill location,

" Based on the Department's investigation and location history induding the possible determination of aLUST site or other risk indicators, it has been determined that materials excavated at the following hcationsmay not meet the Clean Construction and Demolition Debris requirements:

Sta. 143+76.02 to Sta. 144+25.07

Sta. 146+19.06to Sta. 147+19.0&

This Special Provision will modify Article 669 of the Standard Specifications as follows:

The Contractor is advised to consider the cost of disposing of al) chan construction and demolition debriis

as delineated herein and reflect those costs in their bids for EARTH EXCAVATION or other appropriate

items which may include soils removal. Pay items for NON-SPECIAL WASTE DISPOSAL, SPECIALWASTE DISPOSAL, HAZAROUS WASTE DISPOSAL and SPECIAL WASTE PLANS AND REPORTS

033 (CC) Page t Januarr t5, 20t3Clean Construction and Oemotitton Deliria 2 Patte(s) Total

112

have been included in the Summary of Quantities in order to provide for the disposal of materials in thoselocations listed above. The requirements for removal and disposal of such materials shall be in accordancewith Article 669,

033 lCC)Clean Construction and Demorrtion Debris

Page 2 Januartr 15, 20132 Pageis) Total

113

illinois Environmental Protection Agencye

Bureau of Land e 1021 North Grand Avenue Eeet e P.O. Box 19276 s Springfield ~ illinois ~ 62794-9276

Uncontaminated Soil CertiTicationby Licensed Professional Engineer or Licensed Professional Geologist

for Use of Uncontaminated Soil as Fill in a CCDD or Uncontaminated Soil Fill OperationLPC-663

Revised in accordance with 35 ill. Adm. Code 1100,asamended by PCB R2012-009 (eff. Aug. 27, 20 "I 2}

This certification form is to be used by professional engineers and profesaionat geologists to certify, pursuant to 35 III. Adm. Code1100.205(a)(1)(B),that soil (i) is uncontaminated soil and (ii) is within a pH range of 6.26 to 9.0. If you have questions about thisform, please telephone the Bureau of Land Permit Section at 217/524-3300.

This form may bs completed online, saved locally, pdintsd and signed, and submitted to prospective clean construction ordemolition debris (CODD) fill operations or uncontaminated soil fil! operations.

I. Source Location Information

(DesCribe the location of the source of the uncontaminated soil)

Office Phone Number, if available 312.603.1601

Latitude: 42 027485 Longitude: -88 080023

(Decimal Degrees) (-Decimal Degrees)

Ident! fy how the lat/long data were determined.

GPS Ixrj Map tnterpolation Photo Interpolation Q Survey P Other

Project Namei Roadway Project

Physical Site Location (address, inclduding number and street):Roselle Road & Schaumburg Road - See Figures

City 6chaumb rug State; tL, 2ip Cods; 60194

County; Cook Township: Schaumburg

Lat/Long of approximate center of site in decimal degrees (DD.ddddd) to five decimal places (e:g., 40.67890, -90.12345):

IEPA Site Number(s), if assigned, BOL: BOW:

ll. Owner/Operator Information for Source SiteSite Owner

Name: Cook County - Dept of Trans and Hwys

Street Address: 69 W. Washington St., Rm ¹2300

PO Box:City: Chicago State: IL

7jp Code 60602-1369 Phone: 312603,1601

Contact John Yanan, P.E.- Superintendent

Email, if available.

Name:

Street Address:

PO Box:

City:

Zip Code:

Contact;

Email, if availabls:

Site Operator

Phone:

State:

This Agency is authorized to require ibis information under section 4 and Title x of the Environmental Protection Act I415 ILcs 5/4, 5/39i.Failure to disdose this information may result m: a civil penalty of nol to exceed $50,000 for the violation and an addigonal civil penally of

IL 532-2922 not lo exceed $10000 for each day during which the Mtdagon continues 1415 tLCS 5/42). This form has been sppioved by the FormsLpc 553 Rev. 5/2012 Management center.

114

Project Name: Roadway Project

Latitude: 42.027485 Longitude: -88,080023

Page 2 of2

Uncontaminated Site Certification

III. Basis for Certification and Attachments

For each item listed belovr„reference the attachments to this form that provide the required information.

A Description of the soil sample points and how they were determined to be sufficient in number and appropriately located35 lll. Adrn. Code 1100.6'IO(a)I:

A limited historical 8 regulatory review was performed to identify PIPs, Site reconnaissance wss performed whge sampling toevaluate on-site environmental conditions & potential pips. Based on the nature & scope of the project, three soil samples werecollected for indicator contsminants associated with identified PIPs and screened with a PID. Figure 2 shows sample locations.

b. Analytical soil testing results to show that soil chemical constituents comply with the maximum allowable concentrationsestablished pursuant to 35 III. Adm. Code Part 1100, Subpart F and that the soil pH is within the range of 6.25 to 9.0,including the documentation of chain of custody control, a copy of the lab analysis; the accreditation status of the laboratoryperforming the analysis; snd certification by an authorized agent of the laboratory that the analysis hss been performed in

accordance with the Agency's rules for the accreditation of environmental and the scope of the accreditation [35 III, Adm,Code 1100.201(g),1100.205(a), 1100,610]:

See attached analytical summary tables, laboratory reports and associated NELAC certification. Figure 2 identiTies the projectareas that are covered and excluded from this certification.

IV. Certification Statement, Signature and Seal of Licensed Professional Engineer or LicensedProfessional Geologist

Ryan M. LaDieu, P.E. (name of licensed professional engineer or geologist)certify under penalty of law that the information submitted, including but not 'limited to, all attachments and other information, isto the best of my knowledge and belief, true, accurate snd complete. In accordance with the Environmental Protection Act [415ILCS 5/22 51 or 22 51s] and 35 III. Adm. Code 1100205(a), I certify that the soil from this site is uncontaminated soil, I alsocertify that the soil pH is within the range of 6.25 to 8,0. In addition, I certify that the soil has not been removed from the site aspart of a cleanup or removal of contaminants. All necessary documentation is attached.

Any person who knowingly makes a false, fictitious, or fraudulent material statement, orally orin writing, to the IllinoisEpA commits a C/ass 4 felony. A second or subsequent offense after conviction is a Class 3 felony. (415ILCS 5/44(hj)

Company Name:

Street Address;

True North Consultants

1240 Iroquois Avenue, Suite 206

City:

Phone:

Ryan M. LaDieu

Printed Name

Naperville

630.717.2880

Licensed Profphional Engineer orLicensed Professional Geologist Signature.

State: IL Zip Code: 60563

C>'7 c5 (:Date:

„:"'eofESS[Ory+'"",,

g RVAft Ni, Lscteu:.082 053687

dp ~ „(,~"0'";,4fy6'oF ILL')+..

P.E.or L.P.G. Seat

I993 S'TREAMWOOD, ILLINOIS —TOPOGRAPHIC MAP ADAPTED FROM MVTOPO

APPROIEMATE SITE LOCATION

TR 0 E NORTHEONEUI.TENTS

1240 IRoouols AIIR SurrE 206N A PE EVIL LE, IILINON 60563

SITE LSEATIBN ROADWAY PROJECT

INTERSECTION ROSELLE ROAD AND SHAUMBURG ROAD

SCHAUMBURG, IL 60I93

CIVILTECH ENGINEERING, INC.

450 E. DEVON AVE., SUITE 300ITASCA, IL 60143 Nor To SELLS

FIGURE

I

PIEOJEOT NUMBER

TII4697DATE

7/6/20I5

MBURG ROAD

AREA OF EXCLOSIOO

MTECIAO.E OATJENSS

ISMR OEPRESSEO CUSS

CSIOSEIE PAVOSM 10" IJORIIHI

PNILANil CENEM CSSOI E 5111UI/LA O I/E" IAVES SIMSJLO AOMOOAI SASS COONM. IVPE. 0 AU

EASI

BMCSUE Povlu SIOESALAISNIENALI PAI'IISNI I'IVP I

O 62

I MI M ~NIT

ti,v +1

MICIRTE PAIMI SISIUEMIRC SOS Pol

SLXTEV'Wi "LEE'iRL;,V'll ILIEV

E C-A

POSIL ITO MMNT CCTICRETE PATOVONT lo" IAIINTEOITLAM CEIIOO MNCSETE PAVONEM 10" IJOINTRS

MSIIEOQE SOMMSE 0'I ISCiii

PROP05BI COIMSIN

E CUSS AM

20I5—ORAWING ADAPTED FROM CIYILTECH

APPROXIMATE LOCATION OF SOIL SAMPI.E BORINGS

8 I GEOTECHNICAL SOIL SAMPLE BORING

P 2 ENVIRONMENTAL SOIL SAMPLE BORING

APPROXIMATE AREA OF EXCLUSION: SOILS WITH

ELEVA'TED PID SCREENING READINGS OR EXCEEDING

THE MosT STRINGENT TIER I SRDS, METRCPCLITAN

BACKGROUND CONCENTRATIONS LISTED IN 35 IAC

742 OR SOIL PH OUTSIDE THE RANGE SPECIFIED IN

35 IAC 1100.201(6)

TRUENORTHCONSULTANT5

f260 IROOUOiS Am, Sons 2CSNAPERYILLE, ILLINOIS 60565 CLIENI CIVILTECH ENGINEERING, INC.

450 E. DEVON AVE., SUITE 300ITAscA, IL 60143

sos LOEATION . RoADwAY PRoJEcTINTERSECTION ROSELLE ROAD AND SHAUMBURG ROAD

SCHAUMBURG, IL 60193

NO I'O SCALE

FIGIJRE

2PROJECT NUMBER

TII469JFDATE

7/6/20 I5

VASSS I

Sumomtv of Soll AnafyINRS mooofm -Soll Cfm~ Campy lns

VONNN OrSBRN Comsosnss LUOCRL

C It chE g

R E Ad. dS hm b NRd.t h b g,gmm'0193

T54697

SAHPSE CATH ofm714

LIRORATORN IVMM A *tyt 15y t, I

Nltlmh 5 E

lnm Indi Nemmh RPA Nalhao II8878858H ~

In dl hl th

8 f5 tha

2AUtthphe

C rlmn dlaugld

c rb tet achlorld

CN

Chl r*f1,2-Dlb -3 h! P~A0th 5 hl M th

1,2-0E

1,2-01 hl beIAOfchforobem 6l,l-bnhloroathan

I2-OlchloroethaneU-81 hl tl yl

Ow,&DI hl r thyl

I -1,2-DI hi* thyl

I -1,3-DI hl 1 P P

I -1,1-01 hl P P

IA DfchlothmspbhbltolaoEthymdhlphb

Nelhyltertlary-butyl Ihe

Sty

rm hl thyl

ImwI,I,I-T I hl eth5.2-TM I I

tnchlordaolylana

Vinyl Acntat\

Vinyl Chloride

XR n

Xyl h

ml *(tto

0.05OA

ly

OAV7

OA

0:002OA

0.00817Ifm

OAI2

D.odOA

0.7Llm

0 0888.008

. LOSSN

OAR

8.024

LIN

28.82Odlo

10

ILOI

LS

8,8

HAC

ImcNICNICImcImcNICNAC

MIC

ImcNAC

MIC

NICMAC

MAC

ImcMIC

HICImcMIC

MIC

NAC

NRC

NICNICNICImcNAC

NAC

ImcMAC

MAC

NAC

NAC

NICNICMIC

Imc

O ~8 '

L

'I 61 . NTNP)fmmf '8 IMOPPyhamfcg I

0.07020.007020.007020.007020.014D

1 00140

10540" D.00702

0.007D2

0007020001400 007020QQ261

0 00701 0.00702

0.007020007D20.007020 007020,007020 007020 004210.00421

1 D.D0421

0.007020D07D2

Q.OD702

0007020 007020 0070"0 007020 00702O.OD702

0.007021100702D.QD7D2

0.014D

0 0211

OD'16

aaaata0.00616

OOCN 600123

00250523

000616000616aoooa110012

DO0616

0.0036I

O.D0616

a oobo0006160006160.0056OOobl

0006161700616

000369OO036'I

0003bbOoculattD0616

000616

0006thIM056OOodla

0170616

0006160006th

a0051Oooblb*OOO3

aaa3

omlmpp

NA

000498NA

NA

NA

NA

NA

NA

NA

Nn

NA

NA

NR

NA

NA

NA

NA

NA

NA

NA

NA

NA

NA

NA

0.00498NA

NA

A

NA

D00498NA

NA

NA

NA

NA

NA

NA

0 DISD

Slfn~g'P I f8 I% 1

C~it 1 th t tbmmlkdl BSIAC loot bp «FIWICT«11 p d tl tf p l I I I ain d ti \ ml 55IRCT42 pp dl»A.Tdt M

A lyt nmdm 1 dl..le II Ai NDQ

Ehd t P nedhimhgg P Rleg (mgnglu I Mh I t d.IIA Thlt 6 tthu t lmt h d

14E M *dim 61~ 1 by h dbyth IEPAf tbi «it t.

TRUE NORTHCONSULTANTS

SRRLR 2

ssmlmsp or 5NR Anslr Rcol RNNCII - soll c)NNelsrNaNN lamp sag

pa)rosa)sar QNNasN Nrsrocaraans IOSNNI

ggRNI, C«lt h I gf * f g

SRN 8 II Nd. dl h b MRd.y h b g,lilt N 61893

9NMSQINNWSR: T04107

NON INDNR N «raNvo«

UIIONATOW mm' lytl fly t

NNNL I I

I phth v

I t I th

8 Nbo 0thtwMv)il th

I )av

I fc Acid

Nto hlometllyl)mh

~I t2-ethylhmp)1 hth I t

MMb yfPhth I I

2-Chl ph

Dl- -I tyl anth fitDl- «cot ahth I loINb~,h)anth n

IANIVchl mbenvldl

Le.bhhf ph

III thyl phth I tNOON thylph

2rla I It ph

W-Df It t I

24 Omfi tof

N tn ePlea«ha

Net«bloc I nmne

H hlo octmf p nt diane

H hl th

mmndf,vr« dlpy

2-Ihnhyiph

H phth I

N Nlr .df-n-Dr erl fn

8-Nlr v dlphenv)amm

Immechloraeh n I

N 1

tvrbv I ht b

IVIA T tm 1 pl

I j55VlÃl I

I mr.a

NA

adaoo

as95804OJLSoo

ISNOAR

LsOAO

4ro9

ILSS

Noa,NO

OA

M

OO

O

MOAN

IMNN

IIMNI

NO

2NNI

5

0.86

NAC

WCINCINCWCINCNICWCINCINCWCINCNICNIC

WCINCINCNICWCNICINCINCINCWCINC

INCINCINCNICNICINCNICINCNLC

INCINCNICWCINCINCNLC

NIC

e I~~)SISSY

mrr)ml I I

8 ~~I I

leD 4th

046046D.413

0415

Q07451 DAI5

0460460 413

0 413

04130 413

0 41

040046

00743Q.t)52d

0 34I04130 413

0 186

01 4

0 04QAI5

OAI3

0 124

046~ 0 248

04130.413

04130413

0D9290DDD739

0413OV))24

Dno0 41

0 413

~ 0 41

01116

Nl

0075

Q3950960 OTQ

OseaO 595

05M039503950.070 Qya

QQNQQ8QN09)

:0.3950.395

0OH

003704950395OOQ04950DI9D

0.000703

0 ON

D TQ

0693

Il~I OL'~

0346D 3460346

Dy«t

DIM93

NA

~4

144

N4

NA

0346MA

OQ693144

NA

NA

NA

C1346

NA

'0346NA

NA

IVA

taA

NA

NA

NA

llfaarl

C em I th I tie«if«NMIAcllaal I P tl tMAIIMIN p el th MM oml«vl if II IA Im Iv~4 * I tf 1 dl IIIAC742AN dl AT bl M

mmvt td t t da .I e ec Nlltl

All dn I 4 dl lfffo m P NNN ( 4rhv) I IM« m«.

4 e a) MNM«vyt rcyar

0«n

E

Z

E

E 'I

A

P I a'— —«a' ddo a

j««

5

gaI N a A Zj

0 0

EE

V

Ia0

0

U

jaE!j

/0 )U

E2'

a 7

USE

E

S L'd «0 g

X8E

E

0K

aC

0

E

j

E

jX

0 E

'8

120

'cI I l '

0

E

Z C.

)IR8I

E

8

00C

E

8

C!8'

oCC

dZ ZC

Z 0 Z Z Z Zd

CJC

EE

0O

8

EE

8E

j'8

00'

I III<IIII

I R I W I I 8

I

I

t 5:- 58(s)

E E

E,E

0 BO0 OIJ U

E0

Z B

Z%Z%%Z

Zl

Z

S

R.E0

00

000

E—Cl

'I 1$

$ 8

E

Ec

E 8

Z

C

E

0Z

. IE

pF$

E

8

C

fZ4ZZ4'C Ul

121

haaaSaa4a i 8eaahr44aa,atI I CIIE IQ ~ ..:. IlllQlglIlrQI

8/8(MISriSOOSPORATES

Monday, December 8, 2014

Joe Reed

True North Consultants1240 Iroquois Avenue, Suite 210Naperville, IL 60563

TEL: (630) 717-2880

FAX: (630) 689-5881

RE: Rosalia Rd/Shaumburg Rd AMENDED REPORT PAS WO: 14K0473

Prairie Analytical Systems, Inc. received 3 sample(s) on 11/24/2014 for the analyses presented in

the following report.

AH applicable quality control procedures met method specific acceptance criteria unlessotherwise noted.

This is an AMENDED REPORT issued subsequent to the orginal report. Please aae the casenarrative for the nature of the amendment.

This report shaH not be reproduced, except in full, without the prior written consent of Prairie

Analytical Systems, Inc.

If you have any questions, please feel free to contact me at (217) 753-1148.

Kristen A. Potter

Project Manager

Certlflcatlona: NELAP/NELAC - IL ¹100323

1210Capital Airport Drive

9114Virginia Road Suite 8112Springfield, IL 62707 * 1.217.753.114& * 1.217.753.1152Fax

Lake in the Hills, IL 60156 * 1.847.651.2604 '.847.458.0538Fax

Page 1 of 23

122

Prairie Analytical Systems, Inc. Date: 12/8/2014

curat:Project:

True North Consultants

Rosette RdlShaumburtt Rd

LABORATORY RKSVLTS

Case Narrative

Lsb Order: 14K0473

This report was originally issued on 12/3/14. Since then the client requested that sample B2-A be analyzed for SPLPchromium. This amended report includes the addtsonal data.

I Pstgs 2 of 23 I

123

Prairie Analytical Systems, inc. Date: 12/8/2014

Client:

Project.

Igtent Sample IDt

Collection Date:

True North Consultants

Roselle Rd/Shaumbnrg Rd

B-2A

11/22/14 9;40

LABORATORY RESULTS

Lab Order: 14K0473

Lab IDi 14K0473-01

Matrix: Solid

Aasiynon Result Ltodt cunt DP Date Preonr«d Dsteaaebzed Method daehst

Volatfle Organic Compouads by GC-MS'Benzene

«Ethylbeozene

*Methyl tert-butyl ether

«Toiuene

«Xyleues (total)

Snrrogolo: 4-Bronoihorohmr«ne

Snrmdnlor 1,2-D/oh/or««none-d4

So «sore: Tolnono-dd

U

U

U

U

U

0.004980.004980.00498

0.004980.0150

92 %103 96

99%

mg/Kg dry

mg/Kg dU

mg/Kg dry

mg/Kg diy

mg/Kg dry

75-120

75-11978-114

I 11/26/14 9l'04

I 11/26/14 9:04I 11/26/14 9:04I 11/26114 9:04I 11/26/14 9:04

11/26/14 9:04ll/26/14 9:0411/26/14 9:04

11/26/14 15:3411/26/14 15:34li/26/14 15:3411/26/14 15:3411/26/14 15:34

I I/26/14 15:34

11/26/14 15:34

11/26/14 15:34

SW8260B ReSW8260B Re

SW8260BRe'WS260BRe

SW8260B Re

SW8260B RoSW8260B Re

SW8260B Re

BDP

BDP

BDP

BDPBDP

BDPBDP

BDP

Sean-Volatile Orgaatc Compounds by GC-MS«Acenaphthene

«Aatluecerie

«Benzo(s) snthraoene

*Benm(b)fluorsntbene

«Benzo(k)fluoraaiheae

«Benzo(a)pyrene

«Chrysene

«Dibenz(a,h) eudueceae

«Pluoranthene,~Pluorene

«Indeno(1,2,3-cd)pyreae

*Naphthalene

«Pyrene

Snrroroie: 2«y/nonce/phony/

Snooze/er Nlooh«nr«n«45

Srorogolor 4-Torylio yhd/4

U

U

U

U

U

U

U

U

U

U

U

U

U

0.3460.3460.3460.3460.346

0.06930.346

0.06930.3460,3460.3460.3460.34675%

11036

85%

mg/Kg dry I

mg/Kg dri

mg/Kg dry I

mg/Kg dry

mg/Kg dry I

mg/Kg dry I

mg/Kg dry I

mg/Kg dry I

.mg/Kg dry I

mg/Kg dry I

mg/Kg dry Img/Kg dry I

mg/Kg dry I

38-122

45-136

57-122

I I/26/14 10:4111/26/14 10:4111/26/14 10:4111/26/14 10r41

11/26/14 10r41

11/26/14 10:41

11/26/14 10:4111/26/14 10:4111/26/14, Iel41

ll/26/14 10:4111/26/14 10:41I I/26/14 10:4111/26/14 10:41

11/26/14 10:41

11/26/14 10:41

11/26/14 10:41

11/26/14 22:0111/26/14 22rhl

11/26/14 22:0111/26/14 22iol11/26/14 22:0111/26/14 22rol

11/26/14 22:0111/26/14 22:01

I I/26/14 22:0111/26/14 22:0111/26I14 22:0111/26/14 22:0111/26/14 22:01

11/26/14 22:DI

11/26/14 22:0!

11/26/14 22:01

SW8270C

SWS270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

Metals by ICP-MS*Metcory

*Selenium~Silver

U 0.0903 mg/Kg dry 2 12/I/14 13:ZD 12/2/14 12:32 SW6020A ITCU 0.564 mg/Kg dry 2 12/I/14 13:20 12/2/14 12:32 SW6020A ITC

U 0.564 mg/Kg dty 2 12/I/14 13:20 12I2/14 12:32 SW6020A XIC

Metals by ICP«Arsenic

«Barium

*Cadmium

*Chromium

*Lead

14.339.5

0.6452121

16.6

0.5640.282

0.282

0.2820.282

12/I/14 13:2012II/14 13:2D

12/I/14 13:2012/IH4 13:2012/I/14 13:20

12/2/14 15:12 SW6010B

12/2/14 15:12 SW6010B12/2/14 15:12 SW6010B12/2/14 15i12 SW6010B12/2/14 15:12 SW6010B

RSRRSRRSRRSRRSR

SPLP Metals by ICP*Chromium 0.8149 0.00500 mg/L I 12/5/14 ID:11 12/6/14 6i54 SW6010B RSR

Conventional Chemistry Parameters*pH

Percent gelids

7.9 0,010 pH Units I 11/26/14 9;50 I U26/14 14:24 SW904SC )LS85.0 0.100 I 12/I/14 16 35 12/2/14 12'l7 AFnvl D2974 ILS

Page 3 of 23

Prairie Anuiytieai Systems, fne. Date: IZ/8/2014

124

CUent:

Project:

Client Sample IDt

Conection Date:

True North Consultants

Rosene Rd/Sbaumburg Rd

P-2A

11/22/14 10;30

LABORATORY RESULTS

Lab Order: 14K0473

Lab ID: 14K0473-02Matrix: Solid

Analyses

Volatile Organic Compounds by GC-MS«Acetone

«Beazene

«Bromodichlommetbsne

*Bromoform

«Bromometbsne

«2-Butscor e'Carbon disulade.

«Carbon ietrechloride

«Chlorobenzene

«Cidoroform

*19-Dibrome-3-cbtomprop sue

«Dilnomocblorcmetbsne

«I,Z-Dilrmno ethene

«1,2-Dicblombeszene

«1,4-Dichlorobenzeae

«I, I-Dichloroctbeae

«1,2-Dichlomethsne

«I, I-Dichlometheae

'cis-1,2-Dichloroethene

"irene-1,2-Dichloroethene

«1,2-Dicbloropmpane

«cis-i,3-DichlomPmPeoe

trans-1,3-Dicbloropropene

*1,3-Dichloropmpeae (total)

«Ethylb cozens~Methyl tert-butyl ether

'Methylene rhhnide

«Styrene

«Tetrschloro ethene

*Toluene« l,l,l-Tricblomethane

«1,1,2-Tricbloroegnme

Tricblmoethene

"Vinyl acetate

«Vinyl chlodde

o-Xylene

m,p-Xylenes

«Xyleoes (total)

n«mget«i 4-sr«sr«II««rouen«

81«yosei«i I,Z-D/«hh«r«ohe«e-dd

8«rr«8«t«r rbi«««e-d8

Renlit

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

rtcdt Qual

0.07020.007020.00702

0.007020.01400.01400.0140

D.aa702

0.00702

0.00702

0.001400.00702

0.002810.007020.00702

0.007020.007020.00702

O.aaya2

0.007020.007020.00421

0.004210.00421

0.00702

0.007D2

0.00702

0.007020.007020.00702

0.00702

0.007020.007020.007D2

0.00702

0.00702O.D140

0.021188 Y«

/02 96

103 Y«

Uotts

mg/Kg diy

mg/Kg dry

mg/Kg dry

mg/Kg dry

mgfKg dry

mg/Kg dry

nupKS dry

mg/Kg dry

mg/Kg dry

mgiKg dry

mgfgg dry

mg/Kg dry

mg/Kg dty

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

ms/Kg dV

mg/Kg dry

mg/Kg dry

mg/Kg dry

eag/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

reg/Kg dry

75-120

75-11978-114

III

III

III

I

II

I

I

I

I

III

I

II

III

I

III

III

I

II

I

II

Dstepreoered

11/26/14 9:04!1/26/14 9:0411/26/14 9:0411/26/14 9:0411/26/14 9:04ll/26/14 9:0411/26/14 9:0411/26/14 9:0411/26/14 9:04ll/26/14 9:0411/26/14 9:0411/26/14 9:0411/26/14 9:0411/26/14 9;0411/26/14 9:0411/26/14 9:0411/26/14 9:D4

11/26/14 9:0411/26f14 9'i04

11/26/14 9:0411/26/14 9:0411/26/14 %04

11/26/14 9:0411/26/14 9:0411/26/14 9:0411/26/14 9:0411/26/14 9:0411/26/14 99411/26/14 9:04IU26114 9i04

11/26/14 9i04

11/26/14 9:04

IU26/14 9i04

11/26/14 9:0411/26/14 9;04

11/26/14 9:0411126/14 9:0411/26/14 9:04

ll/26/14 9;0411/26/14 9:04II/26/14 9:04

Date Ac«treed

II/26/14 12i39Il/26/14 12:3911/26/14 12:39ll/26/14 12i39

11/26/14 12:39I I/26/14 12:3911/26/14 12:39I U26/14 12.i39

11/26/14 12:3911/26/14 129911/26/14 12:3911/26/14 12:39ll/26/14 12:39ll/26/14 12:3911/26/14 12i39

ll/26/14 12:3911/26/14 12:39Ilf26114 12i39

11/26/14 12I39

11/26114 12:3911/26/14 12i39

11/26/14 12:39ll/26/14 12:3911/26I14 12:3911/Z6/14 12:3911/26/14 12:3911/26/14 12:3911/26/14 12i3911/26/14 129911/26/14 12i39

11/26/14 12i3911/26/14 12:39ll/26/14 12:3911/26/14 129911/26/14 12:3911/26/14 12:3911/26/14 12:3911/26/14 1299

11/16/14 12:39

Ii/26/14 12:39

1I/26/14 lxr39

Method

SW8260BRe'W8260B

Re'W8260B

Re'W8260B

Re

SW8260BRe'W8260B

Re'W8260B

Re'WS260B

Re'W8260B

Re

SW826DBRe'W8260B

Re'W826IIB

Re'W8260BRe

SWS260B Re

SW8260B Re

SW826aB Re

SW8260B ReSW8260B Re

SW8260B Re

SW8260B lbrSW8260B ReSW8260B

Re'WS260BRe

SW8260BRe'W8260B

Re'W8260B

ReSW8260B Re

SW826DBRe'W8260B

Re'W8260BReSW8260B

Re'W8260B

Re'W8Z60B

Re'W8260B

Re'W8260B

Re

SWS260B Re

SW8260BRe'W8260B

Rs'W826DB

Re

SW8260BRc'W8260B

Re'DP

BDP

BDPBDPBDP

BDPBDPBDPBDPBDPBDP

BDP

BDPBDPBDPBDPBDPBDPBDP

BDPBDP

BDPBDPBDPBDPBDPBDPBDPBDPBDPBDP

BDPBDPBDPBDPBDPBDPBDPBDP

BDP

BDP

Semi-Volatile Oqpmtc Compounds by GC-MS«Acenephthene

«Antbrecene

«Benzo(s)sntbracene

«Benzo(b)floorsnlbene

«Benzo(k)fluoreatheae

«Benzo(e)pyrene

U

U

U

U

U

U

0.41304130.4130.4130.413

0.0743

mg/Kg dry

mg/Kg dty

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

11/26/14 10:40

I I/26/14 10:40

11/26/14 10:4011/26/14 10:40

11/26/14 lai40

11/26/14 10:40

11/27/14 0:1211/27/14 0:1211/27/14 0:1211/27/14 0:1211/27/14 0:1211/27/14 0:12

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

Page 4 of 23

125

Prairie Anajjrtjcaj Systems, Inc. Date: 12/8/2014

Client:

Project:

Chant Sample IDt

Collection Date:

True North Consultants

Roselle Rd/Shsumburg Rd

P-2A

ll/22/14 10:30

LABORAT()RY RESULTS

Lab Order: 14K0473

Lab IDt 14K0473-02Matrixt Solid

Analyz«s

Benzoic said

'Bis(2-chloroethyl)ether

Bis(2-ethylhexyl)phthalate

*Butyl benzyl phthalate

«Carbszole

«4-CbloroaniTine

«2-Chlomphenol

«Cbry sane

«Di-n-butyl phthalate

«Di-n-cetyl phtbalate

«Dibmz(s,h)antbmceae

«3,3aDicblorobenzidine

*2,4-Dichloropheaol

Diethyl phthalate

«2,4-Dimethyipbanol

~4-Dtnitrophenot«2,4-Dinitmtoluene

*2,6-Dinitrotolueoe

«Flu oranthene

«Flue rene

«Hexachlombedzene

«HexachlorocyckpentsrOene

«Hexachloraethane

«Indeno(1,2,3-cd)pyrane

«Isophorone

«2-Methylphenol

«Nsphthaleae

«Nitmb cozens«N-Nitroso-di-n-pmpybudne

«N-Nitm so dip henyismtne

«Peatachlarophenol

«Phenol

«Pyrene

*14,4-Tricblorobeazeae

2,4,5-Triabloropbenol

A4,6-Trichloropheoot

roger«: 2-Fi««r«biphnryi

Bivrog«r«r 2-Firr«nphz«al

xi«rag«res Nirr«b«zm«r-dr

Shocgera Fh«zci-dd

Swrege/er 4-Teryhrzyhd/4

D«roger«r 24,4'-Trrhrowqph««al

Result

U

U

U

U

U

U

U

U

U

U

U

U

U

U

UU

UU

U

U

U

U

U

U

UU

U

UU

U

U

U

U

U

U

U

Ltmtt Deal

0.4130.4130.4130.4130.4130.4130.4130.4130.4130.413

0.0743

0.08260.248

0.4130.4130.1860.1240.1240.4130.4130.1240.4130.2480.4130.4130.4130.413

0.09290.000739 M

0.4130.01240.4130.4130.4130.4130.186

71 %54 %

102 %55%78%62 %«

I/am DS

mg/Kg dry I

mg/Kg dry I

mgigg dry Img/Kg dry Img/Kg dry Img/Kg dry Img/Kg dry I

mg/Kg dry I

mg/Kg dry I

mg/Kg dry I

mg/Kg dry I

mg/Kg dry Img/Kg dry Img/Kg dry I

mg/Kg dry Img/Kg dry I

mgiKg dry I

mg/Kg dry I

mg/Kg dry I

mgKg dry I"nbFKS dry I

mg/Kg dry 1

mgiKg dry Img/Kg dry Img/Kg dry I

mg/Kg dry Img/Kg dry I

mg/Kg dry Img/Kg dry Img/Kg dry ImgiKg dry Img/Kg dry Img/Kg dry I

mg/Kg dry Img/Kg dry I

mg/F g dry I40-12020-11543-13520-10060-130

30-100

Date Pr«oared

Il/26/14 10:40

11/26/14 10:40ll/26/14 10:4011/26/14 10:4011/26/14 10:40

IU26/14 10:40I U26/14 10:40

11/26/14 10:40ll/36/14 10:40

11/26/14 10:4011/26/14 10:40

I I/26/14 10:40I U26/14 10'AO

t I/26/14 10:40I 1/26Q4 10:4011/26/14 10:40

I I/26/14 10:40

11/26/14 10:40

11/26/14 10:40

11/26/14 10:4011/26/14 '10:40

11Q6/14 1D:40

I I/26/14 10:4011/26/14 10:40

11/26/14 10:4011/26/14 10;40

iu26Q4 ie:4011/26/14 10:4011/26/14 10:4D

11/26/14 10:40

11/26/14 10:40

11/26/14 10:40

ll/26/14 10:4011/26114 10:4011/26/14 10r40

IU26/14 10:40

11/26/14 10;40

11/26/14 10:40

11/26/14 10:4011/26/14 10I'40

I U26/14 10'.40

I U26/14 10:40

Date Aeatyz«d

11/27/14 0312

11/27/14 0:1211/27/14 0:1211/27/14 0:1211/27/14 0:1211/27114 0:12I U27/14 0:1211/27/14 0:1211/27/14 0:1211/27/14 0:1211127/14 0:1211/27/14 0:12IU27/14 0:12II/27/14 0:12ll/27/14 0:1211/27/14 0:1211/27/14 0:1211/27/14 0:1211/27/14 D:12

ll/27/14 0:1211/27/14 0;12I U27114 D:12

11/27/14 0:1211/27/14 0:1211/27/14 0:12I U27/14 0:12I U27/14 0:1211Q7/14 0:12IU27/14 0:12I I/27/14 0:1211/27/14 0:1211/27/14 0:1211/27/14 0:12IU27/14 0:1211/27/14 0:12IIQ7/14 0:12

11/27/14 0:12

I I/27/14 C:I2

II/37/14 0:12

I U37/14 0:12

11Q7/14 0:12

tl/27/14 0:12

Method

SWS270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270CSW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270CSW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

Aaalyst

KAJKA

JKA

IKA.

JKA

JKA

JKA

JKA

JKA

3KA

JKA

3KA

JKA

JKA

3KA

JKA

JKA

JKA

JKA

KAJKA

JKA

JKA

JKA

JKA

JKA

JKA

3KA

JKA

JKA

JKA

KAJKA

3KA

3KA

JKA

JKA

KA

Polychlorinated Biphenyls by GC-KCD«Araclor 1016«Amclor 1221

«Amclor !232«Amalor 1242

«Amclor 1248«Aroclor 1254

U

U

U

U

U

U

D.0405

0.0405

0.0405

D.0405

0.0405

0.0405

mg/Kg dry

mgiKg dry

mg/Kg dry

mgiKg dry

mg/Kg dry

mg/Kg dry

IU26/14 10:42

IU26/14 10'.4'I

11/26/14 10.'42

11/26/14 10;42

IU26/14 10;42

IU26/14 10;42

12/2/14 16:48

12/2114 16348

12/I/14 16:48

12/2/14 16:48

12/2/14 16:4812/2/14 16;48

SW8082

SW8082

SW8082

SW8082

SW8082

SW8082

AJD

AJD

AJD

AID

AID

AJD

I Page 5 t)f 23 I

126

Prairie Analytical Systems, Inc. Date: 12/8/20 14

Client:

Project:Cheat Sample IDt

Collection Datet

Tme North Consultants

Roselle Rd/Shsumburg Rd

P-2A

11/22/14 10:30

LABORATORY RESULTS

Lab Order: 14K0473

Lab IDJ 14K0473-02Matrix: Solid

An«lycee

«Arocior 1260

lurmgele: Dmachlcrehtptunyt

Sex«age/er r«trcchlonnn.xy/ee«

amen

U

Limit Quet

0.0405

91 96

yy 96

vmu Dg

mtyKS dry 1

60-14060-/40

Date Praaarnt

11/26/14 10;42

11/26/14 10:4211/26/14 10:42

Date Anat«red

12/2/14 16:48

122/14 16:48

12/2/14 16:4S

Meth«a

SW8082

SW8082

SW8082

Metals by ICP-MS*Mercury

Selenium

«Silver

U 0.0988 mg/Kg dty 2 12/1/14 13:20 12/2/14 12:37 SW6020A JIC0.722 0.617 mgKgdry 2 12/1/14 13:20 12/2/14 12/37 SW6020A JTC

U 0.617 mg/Kg dry 2 12/1/14 13:20 12/2/14 12;37 SW6020A JTC

Metals by ICP«Arsenic

*Barium

*Cadmium

*Chromium

*Lead

mg/Kg dxy

mglKg dry

mg/Kg dty

mg/Kg dry

mg/Kg dry

14.2 0.617 1

77.2 0.309 1

0,825 0.309 1

26.6 0.309 1

M.s 0.309 1

12/1/14 13:2012/1/14 13:2012/1/14 13t20

12/1/14 13.'20

12/1/14 13:20

12/2/14 15:18 SW6010B12/2/14 15:18 SW6010BDI2/14 i5:18 SW6010B12/2/14 M:18 SW6010B12/2/14 15:18 SW6010B

RSRRSRRSRRSRRSR

SPLP Metals by ICPChromium 0.0949 0.00500 1 12/5/14 10:11 12/6/14 7:00 SW6010B RSR

Coaventional Chemistry Parameters*pHI'ercent Sclida

8.0 0.010 pliUnite 1 11/26/14 9:50 11/26/14 14:24 SW9045C JLS

80.0 0.100 94 1 12/1/14 16:35 12/2/14 12:17 ASTM D2974 JLS

Page6oi23

127

Prairie Analytical Systems, inc. Date: 12/8/2014

Cgeut:

Praiectt

Client Sample IDI

Collection Date:

True North Consultants

Rosege Rd/Sbaumburg l4l

P-4A

11/22/14 8:45

LABORATORY RESULTS

Lab Orders 14KD473

Lab IDt 14K0473-03

Matrix: Solid

As«lyse«

Volatge Organic Compounds by GC-MS'Acetone«Benzene

«Bromodichlmomethsne

«Bromofonn

«Bromomethsne

«2-Butauone

«Carbon disulfida

«Carbon tctrscbloridc

«Chlorobenzene

*Chloroform

'1,2-Dibromo-3-chlmopropsne

«Di)nomo cblomrnethsne

*1,2-Dibromo ethane

«14-Dichlombenzcnc

«1,4-Dichlo rob eazcoe

«I,I-Dichlomethaae

«1,2-Dichloro ethane

«1,1-Dichlometheoe

'cis-1,2-Dichiorcethene

«trans-l,Z-Dichloroethene

«1,2-Dichlompropsne

«cis-l,3-Dichlompropene

«nsm-t,3-Dicbloropmpene~1,3-Dicbloropropene (total)

'Kthytbenzrme

«Methyl tert-butyl ether

«Mdhyleae chloride

*Styrene

«Tetrachloro ethene

«Toluene

*1,1,1-Trichlometbanc

«1,1,2-Trichlometbane

«Tricbhno ethene

«Vinyl acetate

«Vinyl chloride

o-Xylene

m,p-Xylenes

«Xylenes (total)

Seoozer«r 4-Bro«r«fle«r«h«sms«

Slvr«ze/«r 1,2-DI«h/«r««/heseds

St«erg«res r«I««e««rr

Reselt

U

U

U

U

U

U

U

U

U

U

U

U

U

UU

VV

U

U

UU

U

U

UU

U

VU

U

U

U

U

U

U

U

U

VU

Ltmtt Qual

0.06160.006160.00616

0.006160.01230.0123

0.01230.006160.006160.006160.001230.006160.003690.006160.006160.006160.006160.00616

0.006160.006160.006160.003690.003690.00369D.00616

0.006160.006160.006160.006160.006160.006160.006160.006160.006160.006160.006160.01230.0185

91 %lll %107%

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dty

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dty

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

rcg/Kg dry

ms/Kg rhy

mgIKg dry

mg/Kg dry

mglKg dry

mg/Kg dry

mg/Kg dry

mg 8 dry

mg/Kg dry

mglKg dry

mgIKg dry

mg/Kg dry

my/Kg dry

mg/Kg dry

15-120

1$-11978-114

I

IIIII

I

I

I

I

II

I

III

III

II

II

II

IIIIIII

I

IIIII

Date Free«red

I U26/14 9:04ll/26/14 9:04I U26/14 9:0411/26/14 9:04I U26/14 9:0411/26/14 9:0411/26/14 9:0411/26/14 9:0411/26fl4 9:0411/26/14 9:041U26/14 9:0411/26/14 9:04IV26/14 9:04IU26/14 9r04

11/26/14 9:0411/26/14 9:0411/26/14 9:0411/16/14 9:D4

IU26/14 9204

ll/26/14 9'/04

11/26/14 9:0411/26/14 9:0411/26/14 9:04IU26/14 9:0411/26/14 9:0411/26/14 9:0411/26/14 9r04

IU26/14 9204

11/26/14 9r04

11/26/14 9:0411/26/14 9:0411/26/14 9:04ll/26/14 9:0411/26/14 9:0411/26/14 9:04ll/26/14 9:0411/26/14 9:04I U26/14 9;04I.I/26/14 9:04IU26/14 9r04

11/26/14 9:04

Date Analyzed

11/26/14 14:36II/26/14 14:36I U26/14 14r36

11/26/14 14:36

I I/26/14 14:3611/26/14 14:3611/26I14 14:3611/26/14 14r36

11/26/14 14:3611/26/14 14:36I U26/14 14236

11/26/14 14;36

ll/26/14 14:3611/26/14 14:3611/26/14 14:3611/26/14 14:36IU26/14 14;36

I U26/14 14r36

11/26I14 14:36IU26/14 14:36I U26/14 14:3611/26/14 14:3611/26/14 14:3611/26/14 14:36IU26/14 14:3611/26/14 14:3611/26/14 14236

11/26/14 14:3611/26/14 14:36IU26/14 14:36

I U26/14 14:36Il,/26/14 14:36

I U26/14 14:3611/26/14 14:36IU26/14 14:3611/26/14 14:3611/26/14 14:3611/26/14 14:36

I U26/14 14:36

tt/26/14 td:36

11/26/14 14:36

Method

SW8260B Re

SW8260B Re

SW826DB Re

SW8260B Re

SW8260B Re

SW8260B Re

SW8260B Re

SW8260B Re

SW8260B Re

SW8260B Re.

SW8260B Re

SW8260B Re

SW8260BRe'WS260BRe

SW8260B Re

SW8260B Re

SW8260B Re

SW8260B Re

SW8260B Rc

SW8260BRe'W8260BRc

SW8260B Re.

SW8260B Re

SW8260B Re

SW8260B Re

SW8260BRc'W8260BRe

SW8260B Re

SW8260B Re

SW8260B Re

SW8260B Re

SW8260B Re

SW8260B ReSW8260B Re

SW8260B Re

SW8260B Re

SWS260B Re

SW8260B Ro

SW8260BRe'W8260BRe

SW8260B Re

Asety«t

BDP

BDP

BDPBDP

BDP

BDP

BDP

BDP

BDP

BDP

BDP

BDP

BDPBDP

BDP

BDP

BDPBDP

BDPBDP

BDP

BDPBDPBDP

BDP

BDP

BDP

BDPBDP

BDP

BDP

BDP

BDPBDP

BDPBDP

BDP

BDP

BDP

BDP

BDP

Semi-Volatile Organic Compounds by GC-MS«Ac coaphthcne

«Anthrscene

«Banco(a)snthracene

«Beozo(b)fiuorantheae

«Booze(k)fiuorantbme

«Benzo(s)pyrene

U

U

V

U

U

U

0.3950.3950.3950.395D.395

0.0712

mg/Kg dry

mg/Kg dry

mg/Kg dry

mglKg dry

mg/Kg dry

mg/Kg rhy

11/26/14 10:4011/26/14 10240

11/26/14 10:40

11/26/14 10:40

11/26/14 10:40

11/26/14 10:4D

11/26/14 23:39IU26/14 23:3911/26/14 23:39I U26/14 23:39IU26/14 23:3911/26/14 23:39

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

SW8270C

Page 7 of 2S

128

Prairie Analytical Systems, Iac. Date: 12/8/2014

Clientt

Proiectt

Client Sample IDt

Collection Date:

Tote North Consultants

Roseile Rd/Shsumburg Rd

P-4A

11/22/14 8:45

LABORATORY RESULTS

Lab Order: 14K0473

Lsb IDt 14K0473-03

Matrix: Solid

An«bass

Benzoic acid

«Bis(2-cbloroethyl)ether

«Bis(2-ethylhexyl) phthslate

«Butyl beczyl pbtbslate

«Csrbszole

«4-Chlomsniline

«2-Chlomphenol

«Cbrysene

«Di-n-butyl phthalats

«Di-n-octyl phtbslate

«Dibs nz(sdt) sntlaacene

«3,3LDichlombeazidme

«2,4-Dichloropheuol

«Diethyl phthslate

«2,4-Dimethylphenol

«2,4-Dinitrophenol

«2,4-Dinitrotolueae

*2,6-Dmitmtoheoe~Fluoranthene~Fbuneca

«Hexachlbmbsnzene

«Hexschlorocyclopeatadiene

«Hexschtometlwm

«Indene(1,2,3-cd)pyrene

«Isophorcne

«2-Methylp hanoi

«Naphthalene

«Nitrobeozens

«N-Nitroso-di-n-pmpylsmine

«N-Nitro so dipheaylamine~Pentscbiorophenol

«Phenol

«Pyre ne

«1,2r4Tricblorobsazene

«2,4,5-7richloropheool

«2,4,62prtchtoropbeaol

aorozs tot 2-Fiootol(yhmyi

Sorwzotst 2-Ff«onwhwwf

Swrosotst Nfoob«wso«dy

Swrossatt Phsoof.dd

Sw tessar 4-T«tphmyf-d14

St or«tet 2,4,d-rttbrowophtwo/

alt«alt

U

U

U

U

U

U

U

U

U

UU

U

U

U

U

U

U

U

U

U

UU

U

U

U

U

U

U

Ltwtt Oust

0.3950.3950.3950.3950.3950.3950.3950.3950.3950.395

0.07120.07910.237

0.3950.3950.178

0.1190.1190.395

0.3950.1190.3950.2370.395

0.3950.3950.395

0.0890

U

U

U

U

UU

U

0.3950.0119

0.395

03950,3950.3950.178

67 %«

45%90 %

55 96

85%60%

U 0.000708 M

Units DF

mgfKg dry I

mg/Kg dry Img/Kg dry Img/Kg dry I

mg/Kg thy I

mgiKg dry Img/Kg dry I

mg/Kg dry I

mg/K.g dty Img/Kg dry Img/Kg dry I

mg/Kg dry I

mg/Kg dry I

mg/Kg dry I

mgfKg dry I

mg/Kg dry I

mg/Kg dry I

mgfKg dry ImgfKg dry I

mg/Kg dry I

mgIKg dry Img/Kg dry ImgfKg dry I

mg/Kg dry Img/Kg dry I

mg/Kg dry I

mg/Kg dry I

mgfKg dty Img/Kg dry I

mg/Kg dry I

mg/Kg dry Img/Kg dry Img/Kg dry Img/Kg dry Img/Kg dry Img/Kg dry I

40-12020-11545-135

20-100

60-13030-100

Date Ps«oared

!I/26/14 10:4011/26/14 10:40ll/26/14 10:40I I/26/14 10:4011/26/14 lot40

11/26/14 10:40IU26/14 10:4011/26/14 10:4011/26/14 10t40

ll/26/14 10:4011/26/14 10t40

11/26/14 10:4011/26/14 10:40ll/26/14 10/40

11/26/14 IQt40

11/26/14 10:4011126I14 10:4011/26/14 10:4011/26/14 10:40

11/26I14 10:4011/26/14 10:40ll/26/14 10'AO

11/26/14 10:4011/26/14 10t40

11126I14 10:40

11/26/14 10:40I I/26/14 10t40

I II26114 10:4011/26/14 10:40

11/26/14 10:4011/26/14 10:40I I/26/14 10:4011/26/14 10:4011/26/14 10:4011/26/14 IO:40

11/26/14 10:40

11/26/14 10:40

11/26/14 10;40

11/26/14 10:40ll/26/14 10:4011/26/14 10:40

11/26/14 10:40

Date Altair«ed

11/26/14 23:39ll/26/14 23:3911/26/14 23:3911/26/14 23:39ll/26/14 23:3911/26/14 23:3911/26/14 23:3911/26/14 23:3911/26/14 23:3911/26/14 23:3911/26/14 23:3911/26/14 23:3911/26/14 23.'39

11/26714 239911/26/14 23:3911/26/14 23:3911/26/14 23:3911/26/14 23:3911/26/14 23:3911/26/14 23:3911/26/14 23:3911/26/14 23:3911/26/14 23:3911/26/14 23:3911126114 23:3911/26/14 23:39I I/26114 23:3911/26/14 23:3911/26/14 23:39I I/26/14 23:3911/26/14 23:3911/26/14 23:3911/26/I 4 23:3911/26/14 23:39IU26/14 23:39I I/26/14 23:39

11/26/14 23:39

11/26/14 23:39

11/26/14 23:39

II/26/14 23t'39

11/26/14 23:39

11/26/14 23:39

Method

8%8270CSW8270C

SW8270C

8%8270C8%8270C8%8270CSW8270C

8%8270CS%8270C8%8270CSW8270C

5%8270C8%8270CSW8270C

8%8270C8%8270C

SW8270C

8%8270C8%8270C

SW8270C

8%8270C

S%827OC

8%8270CSW8270C

8%8270C8%8270C8%82?QC8%8270CSW8270C

8%8270C8%8270C8%8270CS%8270C8%8270C

SW8270C

8%8270C

8%8270C

8%8270C8%8270C

SW8270C

8%8270C

SW8270C

Polychlorinated Bipbeayls by GC-ECD«Amclor 1016«Aroclor 1221«Amclor 1232«Aroclor 124'1

«Aroclor 1248

«Aroclor 1254

U

U

U

U

U

U

0.03950.0395

0.03950.0395

0.0395

0.0395

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

mg/Kg dry

il/26/14 10:42

II/26/14 10:4211/26/14 10:42

ll/26/14 10:42

11/26/14 10:42

11/26/14 10:42

12/2/14 17:21

12/2/14 17:21I?/2/14 17:21

12/2/14 17:2112/2/14 17:2112/2/14 17:21

SW8082

8%8082SW8082

SW8082

8%8082SW8082

AJD

AJD

AJD

AJD

AID

AJD

Page 8 of 23

129

Prairie Anuiytieu! Systems, lnc. Dates 12/8/2014

Client,

Pro!eat:

Client Sample IDtColleeaoa Dater

True North Consultants

Roselle Rd/Sbaumburg Rd

P-4A

Il/22/14 8:45

LABORATORY RESULTS

Lab Order: 14K0473

Lab ID: 14K0473-03Matrix: Solid

Analyses

'Aroolor 1260

acuugstst Decechtocohfphmy/

Samogste: ye/sech/oco«a-ey/eae

Result

U

Limit Qual

0.0395

92 9«

66

I'elta Dg

mg/Kg dry I

lid-140

60-/40

Datl! remorse11/26/14 10.42

ll/26/14 10'/42

11/26/14 10:42

Data Aust«md Method

12/2/14 17:21 SW8082

lrlill4 17t21 SW8082

12/2/14 17:21 SW8082

Metals by ICP-MS«bietcuty

«Selenium

'SiLver

U 0.0955 mg/Kg dry 2 12/1/14 13:20 12/2/14 12:43 SW6020A JTC

U 0.597 mg/Kg dry 2 12/I/! 4 13:20 12/2/14 12:43 SW6020A JTC

U 0.597 mg/Kg dty 2 12/I/14 13DO 12/2/14 12:43 SW6020A JTC

Metals by ICP«Arseaic

*Barium

*Cadmium

*Chromium

*Lead

9AI69.0

0.64126.2

16.0

0.5970.2990.2990.2990.299

12/I/14 13:2012/I/14 13:2012/I/14 13:2012/I/14 13:2012/I/14 13t20

12/2/14 15:24 SW6010B

12/2/14 15:24 SW6010B12/2/14 15:24 SW6010B12/2/14 15:24 SW6010B12/2/14 15:24 SW6010B

RSR

RSR

RSR

RSRRSR

Conventional Chemhtry Parameters

pHPereaat Solids

7.9 0.010 pH Uaits I I I/26/14 9tsfl 11/26/14 14:24 SW9045C JIS83.2 0.100 I 12/1/14 16:35 12/2/14 12:17 ASTMD2974 JLS

Page 9 of 23

130

Prairie Analytical Systems, Iuc. Date: (2/$ /2014

Client:

Project:True North Consultants

Roselle Rd/Shsumburg Rd

LABORATORYRESULTS

Lnh Order: 14K0473

Volatile Organic Compounds by GC-MS - Quality Control

Result

Reporting

Limit Units

Spike Souwe 'rvREC RPD

Level Result VdtEC Limits RPD Limit Notes

Batch X00667$ - Syy 5035A VOA

luanlt (X0066'/S-BLKI)

Acetone

Benzcae

Etbylbsazens

Beazeae

Toluene

Bmmodicblormnetbeae

Smmofona

Bmmomsthme

Xylenes (total)

2-Butenone

Carbon dieulftde

Cwbou tetrachloride

Cblombeazeuc

Cblomfonn

I,t.nthmmws-chlompm pane

Dtmenocblorometbeae

Ifl-Dibmmoethme

Ifl-Dichtombemeae

1,4-Dichlorobeozeue

I,I-Dichhuoeth/me

12-Dichlommbam

l.I-Dicblmo ethene

cis-I9-Dtcbloro eth sac

trees-1,2-Dicbloroetbeae

I+Dichlompropme

cis-1,3-Dicbloropmpene

trna 1,3-Diahloropt'opeae

1,3-igcbloropropww (toml)

Etbylbeuzene

bbabyl tnt-butyl ether

Idedrylene chloride

Siyreae

Tetmchloroethsas

Toluene

I,I,I.Tricbloroethene

152-Trichlometbme

Tdchlmoethene

Vmyl acetate

Viayl chloride

o-Xylene

m,p.Xylcnas

Xyleaes (total)

aurogster 4-Srcmoflucmbwnwre

Sieroge/e: 4-Sromoflusrobrwrcue

U

V

U

U

U

U

U

U

U

U

U .

U

U

U

U

U

U

U

U

U

U

V

U

U

U

V

U

UU

U

U

U

U

U

U.U

U

U

U

U

U

U

0.0478

0 0478

0.0500

D.00500

0.00500

0.00500

0,00500

0,00500

0.0050D

0.010D

0.0150

D.DIDO

0.0100

D.D0500

0.00500

0.00500

, 0.00100

0.00500

0.00200

D.OO500

0.00500

0.00500

0.00500

0.00500

0.00500

0.00500

0.00500

0.00300

0.00300

0.00300

0.00500

0.00500

0.00500

0.00500

0.00500

0.00500

0.00500

0.00500

0.00500

0.00500

0.00500

0.00500

0.0100

0.0150

mg/Kg wet

mg/Kg wet

mg/Kg wet

mg/Kg wet

mg/Kg wet

mg/Kg wet

mg/Kg wet

ntg/Kg wer

mg/Kg wet

mg/Kg wet

mg/Kg wet

mg/Kg wet

mg/Kg wrt

mg/Kg wet

ms Kg wet

mg/Kg wet

mg/Kg wet

mg/Kg vmt

mg/Kg wet

rog/Kg wat

mg/Kg wet

mg/Kg wst

mg/Kg wet

mg/Kg wet

mg/Kg wet

mg/Kg wet

mg/Kg wet

mg/Kg wet

mg/Kg wet

mg/Kg wet

mg/Kg wet

rog/Kg wd

mg/Kg wet

mg/Kg wet

mg/Kg wet

mg/Kg wet

mg/Kg wet

mg/Kg wet

mg/Kg wet

mg/Kg wet

mg/Kg wet

msgg wet

8.050606

6.050080

pd 75:/70

96 75-/20

Page 10 of 23

131

Prairie Anaiyticai Systems, Inc. Date: (2/8/20)4

CBentl

Project:

LABORATORY RESULTS

True North Consuitsnts

Rosdie Rd/Sbaumburg Rd Lab Order: (4K0473

Volatile Organic Compounds by GC-MS - Quality Control

Rap nrtutg

Limit Units

spike Sauna %REC RPD

Level Result %REC Limits RPD Lhait Notes

Batch X006678 - SW 5035A VOA

Blank (X006678-BLK1) Prepared a Aaalyzed: 11/26/2014

~agama',?-Dtchlametkane-d4

Sun ogmsf I,?-DtchlormChone&4

Suwogatef TolvoneM

Srwrogefet Toluene-dB

Q.oley

D.044453

D.asoa

0.0500

fltg/gg wet

maXgwsr

mg/Kg wet

mg/gg wet

O.osoooo

O.OSOOOO

O.OSOOOO

o.asooaa

93 7S-119

93 /5-/la

Itfo 78-114 .IOD 78-lld

LCS (XII06678-BS1)Beazsae

Ethylbcaztno

Beazeas

Toluene

Xylenes (total)

Cblmobeazeee

I,I-Dichiomethene

Rbytbeazeae

Tolu sac

Trichimaetheae

o.Xylene

mp Xyteacs

Xylenes(totsa

0.05580.0542

0.0558

0.05290.161

0.05390.0546

0.0542

0.05290.05480.05310.108

0.161

0.00500

0005DD

0.00500

0.00500

0.0150

0.00500

0.00500

0.00500

0.00SDD

'.00500D.005DD

0.0100

D.D150

mg/Kg wet

BlgKgwet

mg/Kg wet

mgstg wet

mg/Kg wet

mg/Kg wet

mg/Kg wet

lung wet

nlg/Kg wet

mg/Kg wet

mg/Kg wet

mg/Kg wet

mg/Kg wet

0.0500DO

Q.DSDDDD

0.050000

0.050000

0.1500D

0.050000

0.050000

O.OSOQOO

0.050000

0.050000

0.05DDDD

D.IODDQ

0.15000

112

108

U2

106

107

108

109

IQS

106

110

106

108

107

Pre ared A Anal dt I I/26/2014

80-130

77-132

80-130

80-130

M-130

85-120

70-130

77-132

8D-130

7S-130

80-130

80-130

80-130

Rrr ogoret 4-Bmmolluomhrn ene

a r ogatef 4-BromofluoroDenzene

Surmgata l,?-Dtchlororaw o. d4

Svrrogatef I,?-D/chloroefhw o. dc

Swmgafet Tolve e- ds

aorogete. Toluene- 48

O.0504

o.osos

O.OS/I

aas/IQ.ae!I?

0.048?

wg/gg wet

mg/Kg wet

mg/II'g wst

mgrgg wet

mg/Xg net

mnerg wet

D.OSOOOO

O.osoooo

0.030000

o. Dloolta

0.05aoaa

0.030OOQ

lo?IO?

Io?Ia?96

94'jl?a73-1?a

73-Ils73-ll978-llc78-114

Beazeao

Chimob amass

LNDIThb meaeoe

nhyibenzeae

Tolueae

Trichimoethene

DXyletle

S.Xyteaas

Xylenee (total)

aumgute. 4- Bromo/lsomhmane

Sumgafsf I,?-Dichlowmtfazne-dl

Surogatet To!uene-ds

Prepared Bt Analyzed

0.065216 ND

0.065216 ND

0.065216 ND

Q.065216 Nu

0.065216 ND

0.065216 ND

0.065216 ND

0.131913 ND

0.19565 ND

0.0607

0.0648

a. 067I

0.063?la

0.065?16

Q.O65?/6

Semcet 14K0473-D2

0.0694 0.00652 mg/Kg dry

0,0628 0.00652 mg/Kg dry

00623 0.00652 mg/Kg dry

0.0679 0.00652 mg/Kg dry

0.0714 0.00652 mg/Kgdry

0.0659 0.00652 mgscg dry

0.0643 0.00652 mgfKg dry

0.134 0.0130 mg/Kg dry

0.198 0.0196 mg/Kg dry

50-140

60-130

M-130

50-140

SSI3060-130

611-130

60-130

6ILI30

93

99IO3

75-1?o

75-119

78.114

11/26/2014

106

96

95

104

ID9

101

99

103

IDI

Page 11 of 23

132

Prairie Analytical Systems, Inc. Date: 12/8/2014

Clleat.'roject:

LABORATI?RY RESULTS

True North Consultants

Roselle Rd/Shaumburg Rd Lab Order: 14K0473

Volatile Organic Compounds by GC-MS - Quality Control

Anntyto

Repordng splhe goons %REC RPD

Resub Limit Uoim Level Result tutEC Limits RPD Limit Notes

Batch X006678 -SW 5035A VOA

Matrix Spsre Dup tX006670-~Benzene

Cblombsnzeno

l,l-Diobloroetbsne

Etbylbenzene

Toluene

Tnbblozoelbene

o-Xylene

m,p-Xyleoos

Xyleoes (totsh

aovogelei 4-promo/hmrohnnezs

guoogolsi /,2-Dich/ozocn/zms-d4

nozogo/vi rolzezs-dg

Sotsrce

0.07730.06'75

0.0843

0 0728

0.0785

0.0750

0.0690

0.1420.211

O. 0667

0.071/

0.0768

14K0473-02

0.00716 mg/Kg diy

O.O0716 mSKS dzy

0,00716 mg/Kg dry

0 00716 mg/Kg Ihy

0.00%6 my/Kgdo/

0 00716 mg/Kg dcy

0.00716 ms/Kg dzy

0.0143 lull/Kg dzy

O.O213 ma/Kg do

Freoeted k.Analyzed

0.071647 ND

osnl 647 ND

0.071647 ND

0.071647 ND

0.071647 ND

0.071647 ND

0.071647 ND

0.14329 ND

0.21494 ND

0.071647

0.07/647

0.077647

H/26/2014

108

94

118

102

110

105

96

99

98

92

99

107

50-140

60-130

60-130

30-140

55-130

60-190

60-190

60-190

60-190

7$-/20

73-l19

70-/74

11

7

30

7

10

13

Page 12 of 23

133

Prairie Analytical Systems, Ine. Date: 12/8/2014

Client:

Project:

I ASORATORY RESULTS

True North Consultants

Roselle Rd/Shsmnburg Rd Lab Order: 14K0473

Semi-Volatile Organic Componnds by GC-MS -Quality Control

Rcpcftlttg

Lumt Vitric

Spike Scarce BCREC RPD

Lovel Result tsuae Limits RpD l,imit Notes

Batch X006602 —Sbtt/ 355QB BNA

Blank (X0066$2-BLltt)Accasphihme

Antbracena

Banco�

(s)ca tars ceca

Beaze(b) f/uoranth ace

Bcnzo(k) flumanthene

Beazo(a)pyrene

Beazoic acid

Bbt(twhtoro ethyl)steer

Biz(2-ethylb acyl)path slate

Butyl beozy1 phthclate

Carhazoie

4-Cbtoroetdl/ne

2-Chlmopheeol

Cbu/cone

Diuuhue1 phtbalata

Di-autctyt phthalste

Dilwaz(s,h) antbracene

33uDichlomh eezidiae

2/1-Dtcbloropbeuoi

Diethyl phtbalate

2,4-Dimetbylphanol

2,4-Dioitmpb ecol

2,4-Dinitm toluene

?„6-Dinitmtoluece

rduoranthene

Hezachlemhsnzene

Hexschlorocyclopcatsdiena

Hot sddmo athens

hutmo(13,3-cd)pymne

Iscphorone

2-Methylphenol

Naphthsleae

Niaobetaane

N-tatmso-tfl-n-~N-Nitroeodiphenylemins

Peatscblomphenol

Pbmol

Pynme

1K4-Tricblarabeassac

2,4,5-Trichlorophesol

2,4,6-Tri eel oro ps encl

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

UU

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

U

0.333

0.333

0.333

0.333

0.333

0.0600

0333

0.333

0.333

0333

0.333

0333

0.333

0.333

0.333

0.333

0.0600

0.0667

0.200

0.333

0.333

0.150

0.100

0.100

0.333

0333

0.100

0.333

0.200

0.333

0.333

0.333

0.333

0.0?50

0.0333

0.333

0.0100

0.333

0.333

0.333

0.333

0.150

mg/Kg wct

ntg/Kg wct

mg/Kg wet

mg/Kg wet

mgKg wet

mg/Kg wet

lttgKg wot

ntg/Kg wot

mg/Kg wst

mg/Kg wet

Iug/Kgwct

lltgKg wct

mg/Kg wet

trig/Kg WCt

mg/Kg wet

lug/Kg wct

mglgg wet

mgKg wet

mg/Kg wet

mg/Kg wct

mt/Kg wst

utg/Kg wct

mg/Kg wet

moKg wet

mg/Kg wct

mg/Kg wet

utg/Kg tvct

mg/Kg wet

mg/Kg wet

mg/Kg wet

mg/Kg wet

uta/Kg wct

mgKg wet

ma/Kg wet

mg/Kg wat

mg/Kg wet

mg/Kg wet

mg/Kg wet

mg/Kg wet

mt/Kg wet

att/Kg test

mg/Kg wet

Prepared lk Analyzed: 1 1/26/2014

aercgete'-Ptuomhrphood

Shrrogote 2-Fluorop/ceno/

0.623O.c'79

0.66667

/.0000

93 40./20

68 Nil 5

Page 13 of 23

Prairie Analytical Systems, Inc. Date: 12/8/20I4

Cnant:

Project.

LABORATORYRESULTS

True North Consultants

Roselle Rd/Shaumburg Rd 1 ab Order.'4K0473

Semi-Volatile Organic Compounds by GC-MS - QDBBty Control

Reportiog

Result Limit Units

Spore Smucc 'YdtSC RPD

Level Result %RRC Limits RPD Limit Notes

Batch X006682 - SW 3550BBNA

Blank (X006682-BLTO) Pr ared/h Anal th IU26/2014

Snrrogerer Ni/ obnmwe-dl

Siurogcrer Phenol-d6

Swrogarer 4-Terplrn ytntla

Sunugatsr 2,4,6.lylbrowophsnol

o.eso0.627

O.ddd

onus

wg/Eg wsl

mg/Eg wet

ws/Eg nst

mgg'g ww

0.66667

I.OOOO

ll.6d6d1

1.0000

127

63

9713

45-/35

20-100

60-/yo

30-100

LCS (X006682-BS1)Aceoaphthene

2-Cblorophenol

2/buintnotolcme

N-Nitmso-di-n-propylmuna

Peamchlorophenol

Pheaol

Pyrene

IA4-Trichlombetmae

0.603 0.333

1.45 0.333

0.654 0.100

0.608 D.D333

2.02 0.0100

I.D2 0.333

0.600 . 0.333

0.437 0.333

mg/Kg wet

nlglKg wct

mglKg wet

mg/Kg wat

mg/Kg wet

mg/Kg wet

mg/Kg wet

mg/Kg wet

Prepared n Analyzed

0.66667

1.3333

0.66667

0.66667

L3333

1.3333

0.66667

0.66667

109

98

91

151

76

90

66

35-150

35-130

40-130

dtbi90

30-190

35-140

40-115

11/26/2014

90 30-140

Surrcgc/er 2-Pluorcblpbanyl

Swrageter 2-Fluoropheeol

Surrogarn Ntlrobsntmen/5

Sunogurar Phenol.dd

5 nsgerer 4-Terphenyl-did

San ogerer 2 e,o'-Trtbroumphenol

0.$33

0.$18

0.1100.604

0.640

O. 16$

Irgrgg wer

msgg wst

mg/Eg wst

mg/Eg wer

mg/Eg wet

mg/Eg wet

0.66661

1.0000

0dddd1

l.Oooo

O.e'6667

1.0000

eo

58

106

do

9o

16

40-12O

20-115

4$-13$

20.100

60-130

30-100

Batch X006683 - SW 3550BPNA

Blank (X006683-BLK1)Aceasphthcae

Anomcene

Berne(a) snthracene

Bemo(h)fluorsnthees

Bono(k)fluorsnthenc

Bwuo(a)pymne

Chtymne

Dib eau(aet) snthracene

Phmnmthcm

Indeno(1,2,3-cd)pyreae

Naphthalene

Pyrcllc

U

U

U

U

U

U

UU

U

U

U

U

U

0.300 ms/Ks wot

0.300 mg/Kg wet

0.300 mz/Ks wet

0.300 mg/Kg wet

D 300 mglKg wet

0.0550 mg/Kg wet

0.3DD mglgg wet

0.0550 mg/Kg wet

0.300 mglKg wet

0.300 mg/Kgwet

0.300 mg/Kg wet

0.300 mglgg wet

0.300 mg/Kg wet

Prepared et Anslyznit 11/26/2014

numgarer 2-Pluorcblpacnyl

Siumga res Nl rrobeszsnod5

Strrmgere 4-Terphsnyl-die

O.dod

6.625

O. 622

mg/gg net

mg/Kg wet

mg/gg wet

0.66661

0.66667

O. 666d1

91 36-122

124 4$-136

93 57-122

I (RB('jn i'4O(2S

Prairie Analytical Systems, Inc. Date: (2/8/20 (4

135

Client:

ProJect:

LABORATORY RESULTSTrue North Consultants

Rosalia Rd/Shaumburg Rd Lab Order, 14K0473

Semi-Volatile Organic Compounds by GC-MS - Quality Control

Analyts

Batch X0066S3- SW 3550B PNA

Reportieg

Limit Units

Spdre Bourne IIRBC RPD

Lovel Resub IRBC Limits RPD Limit Notes

LCS (X006683-BSI)Aceasphthene

Accaaphthylene

Aathracena

Beano(a) aathta cene

Benm(b) fluorautheoe

Bema(h) fluorantheoe

Bema(g,h,i)perylene

Bema (a)pyre us

Chrys cue

Di bean(adt) antbra cane

Pilrorlateteae

pluorene

Imbue(1,2,3-cd)pyreae

Naphthalene

Pbeaantbrene

Swrogater 2-F/ecrob/pleayl

arrmgatsr Nitrobcu~SSimogotsr 4-Tcrphenyl-4/4

0.567

0.5050.5190.7270.5080.496

0.5590.463

0.568

0.660

0,5800.5970.792

0.5740.5400.581

0.5790.800

O.SS/

0 300

0.300

0.300

0.300

0.300

0.300

0.300

0.0550

0.300

O.OS50

0.300

0.300

0.300

0.300

0.300

0.300

mg/Kg wet

mglKg wct

mgng wet

mglKg wet

mglKg wet

mglKg wet

mglKg wet

mglgg wet

mglKg wet

mg/Kg wct

alg/Kg wet

mglKg wet

mg/Kg wet

mglKg wet

mglKg wct

mg/Kg wet

Prepared

0 66667

0.66667

0.66667

0.66667

0.66667

0.66667

0.66667

0.66667

0.66667

0.66667

0.66667

0.66661

0.66667

0.66667

0.66667

0.66667

0.66667

O. o66'67

O. 6666'7

11/26/2014

85

76

78

109

76

74

84

69

85

99

81

90

119

86

81

87

87

/20

87

50-135

51-134

52-117

50-126

51-134

59-168

56-147

41-133

52-127

60-170

57-130

47-154

59-132

40-135

54126

57-132

18-122

45-136

57-/22

I Page isof23 I

136

Prairie Analytical Systems, Inc. Date: 12/8/2014

Client:

Project:

LABORATORY RESULTS

True North Consultants

Roselle Rd/Shsumburs Rd Lab Order: 14K0473

Polychloriuated BiPhenyls by GC-ECD - Quality Control

Result

Reporuog

Least Darts

Spike Sowco 36RRC RPD

Lovel Resoit rARSC Limits RPD Limit Notes

Batch X006684 - SW 3550BPCB

Blank (X006684-BLKl)Arse/or 1016

Amdor 1221

Are clor 1232

Aroclor 1242

Aroclor 1246

Aroclor 1254

Amclor 1260

U

U

U

U

U

U

U

0.0330 mg/Kg wet

0.0330 mglKg wct

0.0330 mg/Kg wct

0.0330 mg/Kg wct

0.0330 mg/Kg wet

0.0330 mg/Kg wet

0.0330 mg/Kg wet

Pr ared: I 1/26/201 4 Anal zed: 12/02/2014

Sowogsrer Dsr cchtonbiphesy/

S'arrogator 7eoochlom -sy/ecs

0.0647

0.0/97

mg/Eg wer

mg/Eg wer

O. 066667

O.Od66'67

pd

74

60dpo

6OD40

LCS (X006684.BS1)Aroclor 1016

Aroclor 1260

surrogate Decechloweiphe y/

Sowcgcre reocchtcro-srrytsee

0.640

0.690

O.od70

0.047$

O.0330 mg/Kg wet

0.0330 mg/Kg wet

mgdfg wst

mg/Eg er

0.66667

0.066667

O. 0666'dr

104 70-130

/OO dg-/40

7/ do./40

Prepamd: 11/26/2014 Analyzed: 12/02/2014

0.66667 96 60-130

I juajja16of23 I

137

Prairie Anaiytica! Systems, Iac. Date: 12/8/2014

Chant:

Pro)eat:

LARORAT6)RY RESULTS

True North Consultants

Roselle Rd/Shautnbnra Rd Lah Order: 14K0473

Metals by (CP-MS - Quality Control

Batch X006725 - SW 3050BMetals

Blank (X006725-BLKI)

Spike Source %RSC RPD

Result Limit Uaiu Level Result %RRC Luaitr RPD Limit Notes

Prepared: 12IIIIQ014 Analyzed: 17/02I2014

aderuury

Selenium

Silver

U

U

U

0.0&00 mg/Kg wet

0 500 mg/Kg wet

0.50D mglKg.wet

LCS (X006725-BSI)0.94S 0.0800 mglKg wet

23.6 0.500 mglag wut

2.35 o.saa mr/Ka~

Prepared

I.aooo

25.000

2.5000

12/0 I/2014 Analyzed: 12/02Q014

95 80-120

94 80-120

94 811120

Matrts Spike (X006725-Mst)Moo ury

Sdeeium

Silver

Source: 14L000401 Prepared: 12/01/20t4Anelyzed: 12/02/2014

0968 0.0833 mglks dty 1.0419 ND 93 7S-12S

26.I 0.521 mglKg dry 26.047 0.111 100 75-125

2.38 0521 mg/Kgdry 26047 ND 92 75-125

Matriz Spike Dup (X006725-MSDI)

Mercury

Seieuium

Silver

Source'4LaaO4at urea& 12/OIQ014 Anal zed

ND 92

0.111 97

ND 90

0.964 0.0833 mglKg dry 1.0419

25.4 0.521 mglag drr 26.047

235 0.521 mglKg dry 2.6047

12/02I2D14

75-125

75-125

75-125

ad

3 20

I 20

Page 17 tyf 23

138

Prairie Analytical Systems, Inc. Date: ne/20(4

CUent:

Project:True North Consultants

RoseUe Rd/Shautnburg Rd

LABORATORY RESULTS

Metals by ICP —Quality Control

Lab Order: 14X0473

Result

Reportiog

Limit Units

Spgce Source BRsc RPD

l.evel Result BRSC Luaits RPD Limit Notes

Batch X006724- SW 3050B Metals

Bleak (X006724-BLKl)

Are eoic U

U

U

U

U

O.SOO mgdcg wet

0.250 mg/leg wet

0.250 mg/Kg wct

0.250 mglKg wer

OZSO mglgg wet

Prepared: 12/01/2014 Analyzedc 12/02/2014

LCS (X006724-BS1)

Arseoic 24.725.3

25.025.424ct

0.500 mg/Kg wet

0.250 mg/Kg wcr

0.250 mg/Kg wet

0.250 mg/Kg wst

0.250 mglKg wet

Prepared

25.000

25.00D

25.000

25.000

25.000

12NI/2014 Analyzed

99

101

100

102

99

12/02/2014

85-115

85-115

85-115

85-115

85-115

Matrix Spike (X006724-Msl)

Atscolc

Barium

Cadmium

Chmmium

Lead

Source

27.028.724.228.626.1

14L000401

0.521 mg/Kg dry

0.260 mg/Kg dry

0.260 mglKg dry

0.260 mglKg dry

0260 masts dry

Prepared

26.047

26.047

26.047

26.047

26.047

12lul/2014 Aualyzed

1.78 97

3.57 96

0.136 92

2.96 99

2.14 92

12/02/2014

75-125

75-125

75-125

75-125

75-125

Matrix Spike Dup (X006724-MSD1)

Awenic

Barium

Cadmium

Chromium

Lead

Semess 14L0004-01

26.9 D.521 mg/Kg dry

29.0 0.260 mgrKS dry

24.5 0.260 mg/Kg dry

28.7 0.260 mglKg dry

26.3 0.260 mg/Kg dry

Prepared

26.047

26.047

2&047

26.047

26.047

12N1/2014 Aualyzed

1.78 96

3.57 97

0.136 94

256 99

2.14 93

12N2/201475-125

75-125

75-125

75-125

75-125

0.3

1

1

0.3

0.9

20

20

20

20

20

I Pa(jtt,18of23. I

139

Prairie Analytical Systems, Inc. Date: 12/8/2014

CHentt

Project:

LABORATORY RESULTS

True Nmth Consultants

Rpaelle Rd/ShaumburS Rd Lab Order: 14K0473

SPLP Metals by lCP - Qua)tty Control

Anairts Result

Reporting

Lunit VeitsSpike Source yaksc RPD

Laysi Remit 'r Rnc Limits RpD Limit Notes

Batch X006037 - SW 3005A Metals

Blank (X006837-BLKI)Cbromium V 0.00500 mgfr.

Prepmeck 12/05/2014 Analyzed: 12N6/2014

Blank (X006837-BLK2)

Chromium

LCS (X006837-BSI)

Matrix Spike (X006037-MSI)Cbromium

Matrlz Spike Dnp (X006837-MSDI)

Cbsoudum

V 0.00500 mgli

0.532 0.00500 mgfi.

Sonrcet 14K0473-02

0.605 0 00500 mglL

Source: 14K0473-02

0.588 0,00500 mglt,

P ared: 12/05/2014 Anal d: 12NO/2014

Preparedt 12f05/2014 Analyzed: 12/OQ20 14

0.50000 106 85-115

Prepared: 17$5/2014 Analyzed: 12N6/2014

0.50900 0.0949 102 75-125

Prepared: 12N5/2014 Analyzed: IIN&20140.50000 0.0949 99 75-125 3 20

Page.19 of 23

140

Prairie Analytiea) Systems, Infk Date: 12/S/2014

Cnentt

Proiect:

LABORATORY RESULTS

True North Consultants

Roselle Rd/Shsumburs Rd Lab Order: 14K0473

Conventional Chemistry Parameters - Quality Control

Anslrtc

RcporaasLlurrt Halts

Spike Scarce sannc npD

Local Rcsslt BrRSC Limits RPD Limit Nous

Batch X006600 - SW 9045C pH

Dupncata (X006600-DUP1) Scarcer 14K0433-01 Prepared dc Aaslysoe 11/26/2014

7.5 n.ala pn Umls 7.7 3 5

Batch X006731 - ASTM D2974 Sands

Bleak (X006731-BLK1)Pannat Solids V n. 100

Prepared: 12/0 1/201 4 Analpsed: 12/02/2014

Daplicats (X0067314SUPt)

Percent Solids

Sourcm 14L0003-05

80.fl 0.100P ared: 12/01/2014Ansl dr 12/02/2014

Sfn 0.3 ta

Page 2() of 23

141

Prairie Analytical Systems, Inc. Dater /2/8/2014

CHentr

Proleetr

True North Consultants

Rosette Rd/Shsumburg Rd

LABORATORY RKSULTS

Notes and Defin/tions

Lab Order: t4K0473

RPD outside acceptance limits.

Repor6ag limit set between LOQ and MDL.

NELAC certified compound.

Analyte not detected (Le. less than RL or MDL).

1 isagtsS1of23 I

4li „';: DElG

'CC',,' 0 0 0 U 0 CI;.'C „y'+c +ItIa'I l''-(II:ICtf/I",'."'485{8't ':'t/

Qi

'I@a{tcIV'cIDB

td oC

td td

IIIT-::I-'.I

0 X;,!'DoR;j~ ~'4,oo

to tI "to

'"odt

g gg I

U

E3

142

atC

0!E

00/{S

SSJ.IAI/XlSS

II

gD

ooo

p"Z

lttdCl {~~

'00

5VQcca

0

Iiot

-Z 9

otN— tt

oo o EZ

aN o tt

ot

N8

80

oCo

2ah

0

5

o I.d:

CZ0 0zOl N

COCCttto0'O

CO

COOt (00P CO

'==

NID Od

Ol<1tttX to

Ot

C7EYN

co

'0 '0

Ol Ol

E E

Co Cf!

'tlCE CE

Q Ct

Cl QlN tO0 0

EE EE

I'

0

totOt CtoT

0 0Z

Cdod

CL D.

w O '-"'E Z

c /o '<I

I I 'f)QI-

tloo

2a

Page 22 of 23

CC

000C

STATE OF ILLINOISENVIRONMENTAL PROTECTION AGENCY

NEI AP - RECOGNIZEDENVIRONMENTAL LA8ORATORY ACCREDITATION

is hereby granted to

PRAIRIE ANALYTICAL SVSTEII/IS, INCORPORATED

1210CAPITAL AIRPORT DRIVE

SPRINGFIELD, IL 82TOT-B4I3

NELAP ACCREDITEDACCREDITATION NUMBER /f1'00323

According to the illinois Administrative Code, Title 35, Subtitle A, Chapter II, Part 186, ACCREDITATION OF,LABORATORIES FOR DRINKING WATER, WASTEWATER AND HAZARDOUS WASTES ANALYSIS, the State ofillinois formally recognizes that this laboratory is technically competent to perform the environmental analyses listedon the scope of accreditation detailed below.

The laboratory agrees to perform all analyses listed on this scope of accreditation according to the Part 186requirements and acknowledges that continued accreditation is dependent on successful ongoing compliance withths applicable requirements of Part 186. Please contact the illinois EPA Environmerital Laboratory AccreditagonProgram (IL ELAP) to verify the laboratory's scope of accreditation and accreditation status. Accreditation by theState of illinois is not an endorsement or a guarantee of validity of the data generated by the laboratory.

Celeste M. Crawley

Acting Manager

Environmental Laboratory Accreditation Program

John South

Accreditation Officer

Environmental Laboratory Accreditation Program

Certificate No.: 003584

Expiration Date: 01/31/2016

Issued On: 03/12/2015

Page 1 of13

En trironmental Protection AgencyAwards the Certificate of Approval to:

Certificate No.: 003584

Prairie Analytical Systems, Incorporated1210 Capital Airport Drive

Springfield, IL 62707-8413

According to the illinois Administrative Code, llge 35, Subtitle A, Chapter II, Part 166, ACCREDtTATION OF LABORATORIES FOR DRINKINGWATER, WASTEWATER AND HAZARDOUS WASTES ANALYSIS, the Stats of illinois forrnagy recognizes that this laboratary is technicallycompetent to perform the environmental analyses listed on the scope of accreditation detailed below.

The laboratory agrees to perform ag analyses gsled on this scope of accreditation according to the Part 186 requirements and acknowledges thatcontinued accreditation is dependent on successful ongoing compliance with the applicable requirements of Part 186. Please cantact the IllinoisEnvironmental Laboratory Accreditation Program (fL ELAP) to verify fhe laboratory's scope of accreditation and accreditation status. Accreditatiotthe State of glinois is not an endorsement or a guarantee of validity of the data generated by the laboratory.

FOT Name: Drinking Water, Inarganlc

Msthodt SM2130B,t8Ed

Matrix Type: Potable Water

Turbidity

Method: SM2320B,18Ed

INatrlx Type: Potable Water

Alkalinity

Method: SIIII2340B,18Ed

Matrix Typet Potable Water

Hardness

Msthodt SM4110B,18Ed

Mahix Type: Potable Water

Chloride

Nruats

Orthaphosphate

Methadr SM4500CN-E,18Ed

Matrix Type: Potable Water

Cyanide

INslhodr SM4500H.B,18Ed

Matrix Type: Potable Water

Hydrogen ian (pH)

Method: SM531OC,20Ed

Matrix Type: Potable Water

Total Organic Carbon (TOC)

Method: USEPA1 50.1

Fluoride

Nitrite

Sugats

Matrix Type: Potable Water

Hydrogen ion (pH)

Msthodt USEPA1 80.1

Man ix Type: Potable Water

Turbidity

Thursday, March 12, 2015 Page 2 of 15

State of IllinoisEnvironmental Ffrotection AgencyAwards the Certificate of Approval

Prairie Analytical Systems, incorporated1210 Capital Airport Drive

Springfield, IL 62707-8413FOT Name: Drinking Water, Inorganic

Matrix Type: Potable Water

Aluminum

Barium

Cadmium

Chromium

Hardness (cele.)

Magnesium

Nickel

Sodium

lillelhodr USEPA200.5R5,4

Mahix Type: Potable Water

Aluminum

Arsenic

Beryllium

Chromium

Lead

Mercury

Nickel

Silver

Zinc

liilelhodt USEPA245.2

Certificate No.: 003584

Method: USEPA200.7R4.4

Arsenic

Beryllium

Calcium

Copper

Iron

Mergsnese

Silver

Zinc

Anglirclty

Barium

Cadmium

Capper

Manganese

Molybdenum

Selenium

Thallium

145

Matrix Type: Potable Water

Melhodt USEPA300.0R2.1

Malrix Type: Potable Water

Chloride

Nitrate

Orthophosphats

FOT Name: Drinking Water, Organic

Method: USEPA524.2R4.1

ggatrix Type: Potable Water

1,1,1-Trlchloroethane

1,1-Dichforoethene

1,2-oichlorobenzene

Fluoride

Nitrite

Sullale

1,1,2.Trichloroethane

1,2,4-Trichlorobsnzene

1,2-Dichlcroethane

Thursday, March 12, 2015 Page 3 of 13

State of IllinoisEnvironmental Protection AgencvAwards the Certificate of Approval

Prairie Analytical Systems, Incorporated1210 Capital Airport Drive

Springfield, IL 62707-8413FOT Name: Drinking Water, Organic

Mstdx Type: Potable Water

1,4-Dichlorobenzene

Bromodichloromethane

Chlorobenzene

Chloroform

Diohloromethane (Methylene chloride)

Methyl tert-butyl ether (MTBE)

Styrene

Toluene

trans-1,2-Dlchloroethene

Vinyl chloride

Method: USEPA525.2R2.0

Certificate No.; 003584

Methad: UBEPA524.2R43

1,2-Dlchloropropane

Benzene

Bromoform

Chlcrcdibromomethane

cis-l,2-Dlchloroethene

Ethylbenzene

Naphthalene

Tetrschloroethene

Total trihalomethanes

Trichloroethylene

Xytenes (total)

146

Man ix Type: Potable Water

4,4xDDT

Aldrin

Benzo(a) pyrene

Di (2-ethylhexyl) phthalate

gamma-BHC (Lindane)

Hexachlorocyclopentadiene

Simazine

FOT Name: Non Potable Water, inorganic

Igethodr SM2130B,2001

Matrix Type: NPW/SCBI

Turbidity

Methodr SM2310B,1997

Matrix Type: NPW/SCM

Acidity

Msgtod: SM2320B,1997

Malrix Type: NPW

Alkalinity

Methadr SM2340B,1997

Iilstrix Typo: NPW

Hardness

Methodr SM2540B,1997

Alachlor,

Akaztne

Di (2.ethylhexyl) adipate

Dieldrin

Heptachlor epoxlde

Methoxychlor

Thursday, March 12, 2015 Page 4 of 13

State of IllinoisEnvironmental Protection AgencyAwards the Certificate of Approval

Prairie Analytical Systems, Incorporated1210 Capital Airport Drive

Springfield, IL 62707-8413FOT blame: Non potable water, Inorganic

Matrix Type: NPW

Residue (Total)

Methodr SM2540C,199T

Idatrix Type: NPW

Residue (TDS)

Method: SM2540D,199T

Slatrlx Type: NPW

Residue (TSS)

Method: SM3500cr-BW09

Idatrlx Type: NPW/SCM

Chromium VI

Method: SM4110B,2000

Matrix Type: NPW/SCM

Bromide

Fluoride

Nitrate-Nitrite (as N)

Orlhophosphate (as P)

Msthodr SM4500CN-E,1999

Matrix Type: NPW

Cyanide

Method: SM4500H-B,2000

Mahix Type: NPW

Hydrogen lon (pH)

Method: SM4500NHS.D,1992

lilalrix Type: NPtiy/SC44

Ammonia

Msthodt SM45000-13,2001

Matrix Type: NPW

Oxygen - Dissolved

Methodt SM4500P-E,1999

Mehfx Type: NPW

Orlhophosphate (as P)

Method: SM4500SxF,2000

Matrix Type: NPW/SCM

Certificate No.: 003584

Method: SM2540B,199r

Chloride,

Nitrate

Nitn1s

Sulfate

Total Kj eldahl Nitrogen

Phosphorus

147

Thursday, March 12, 2015 Ps9e 5 of 13

Slate of illinoisEnvironmental Proiecflon AgencyAwards the Certificate of Approval

Prairie Analytical Systems, Incorporated1210 Capital Airport Drive

Springfield, IL 62707-8413FOT Name: Non Potable Water, Inorganic

Matrix Type: NPW/SCM

Method: SM521 OB,2001

Matrix Type: NPW

Biochemical Oxygen Demand (BOD)

Matrix Type: NPW/SCM

Carbonaceous Biochemical Oxygen Demand (CBOI

Method/ SM5220D,1997

Matrix Typer NPW

Chemical Oxygen Demand (COD)

Method: SM531OC,2000

Matrix Type: NPW

Total Organic Carbon (TOC)

Methodr USEPA160.4,1971

Matrix Type: NPN

Residue (Volatile)

Msthodr USEPA1 664A

Matrix Type: NPW

Oil and Grease

Method: USEPA1 60.1R2.0,1993

Matrix Type: NPW

Turbidity

Method: USEPA200.7,1994

Matrix Type: NPW/SCM

Aluminum

Arsenic

Beryllium

Calcium

Cobalt

Iron

Magnesium

Molybdenum

Potassium

Silver

Thallium

148Certificate No.. 003684

Idethodr SM4500sx.F,2000

Sulfide

Antimony

Barium

Cadmium

Chromium

Copper

Lead

Manganese

Nickel

Selenium

Sodium

Tin

Thursday, March 12, 2015 Page 6 of 13

State of IllinoisEnwronmental Protection AgencyAwards the Certificate of Approval

Prairie Analytical Systems, Incorporated1210 Capital Airport Drive

Springfield, )L 62707-8413FOT Name: Non Potable Water, Inorganic

Matrix Type: NPW/SCM

Vanadium

Melhadi USEPA2009,1994

Msbtx Type: NPW/SCM

Aluminum

Arsenic

Beryllium

Cadmium

Chromium

Copper

Lead

Manganese

Nickel

Selenium

Sodium

Tin

Vanadium

Method/ USEPA245.2,1974

Matrix Type/ NPW/SCIN

Mercury

Method/ USEPA300.0R2.1,1993

Iilatrix Type: NPW

Bromide

Ruoride

Nitrate-Nitrite (as N)

Onhophosphate (ss P)

Method: USEPA410AR2.0,1993

Iilatrix Type: NPW

Chemical Oxygen Oemand (COD)

llilethodi USEPA420.1,1979

Matrix Type: NPW

Phenol@a

FOT Name: Solid and Chemical Materials, Inarganic

Method/ 1010A

Certificate No.: 003584

Melhodi USEPA200 7,1994

Titanium

Zinc

Antimony

Barium

Boron

Calcium

Cobalt

Iron

Magnesium

Molybdenum

Potassium

Silver

Thallium

Titanium

Zinc

Chloride

Nitrate

Nitrite

Sulfate

149

Thursday, March 12, 2015 Page 7 of 13

State of NinoisEnvironmental Protection AgencyAwards the Certificate of Approval

Prairie Analytical Systems, Incorporated1210 Capital Airport Drive

Springfield, IL 62707-8413FOT Name: Solid and Chemical Materials, inorganic

llllatrlx Type: NPW/SCM

Ignltabigty

Method: 1311

Methods 1010A

Certificate No.: 003564150

Matrix Type: SCM

TCLP (Organic and Inorganic)

Method: 1312

llgatrix Type: SCM

Synthetic Precipitation Leaching Procedure

Method: 6010B

Matrix Type: NPW/SCM

Aluminum

Arsenic

Beryllium

Calcium

Cobalt

Iron

Magnesium

Molybdenum

Potassium

Silver

Strontium

Tin

Vanadium

Methrxh 6020A

Matrix Type: NPW/SCM

Aluminum

Arsenic

Beryllium

Cadmium

Chromium

Capper

Lead

Manganese

Molybdenum

Antimony

Barium

Cadmium

Chromium

Copper

Manganese

Nickel

Selenium

Sodium

Thallium

Titanium

Zinc

Antimony

Bariurn

Boron

Calcium

Cabslt

Iron

Magnesium

Mercury

Nickel

Thursday, A/larch 12, 1013 Page 3of 13

State of illinoisEnvironrnentai Protection AgencyAwards the Certificate of Approvaf

Prairie Analytical Systems, Incorporated1210 Capital Airport Drive

Springfield, IL 62707-8413FOT Name: Solid and Chemical Materials, Inorganic

Malrlx Type: NPW/SCM

Selenium

Sodium

Vanadium

tledrodr 7196A

Idatrix Type: NPW/SCM

Chromium VI

Methad: 7470A

Matrix Type: NPW

Mercury

Method: /471 B

lllahlx Type: SCM

Mercury

Method: 90 t4

Methadr 5020A

Potassium

Silver

Thallium

Zinc

Certificate No.: 003584151

Matrix Type: NP'W/SCM

Cyanide

Ililsgr adr 9034

lllatrlx Type: NPW/SCM

Sulfides

Methorh 90405

Matrix Type: NPW

Hydrogen lon lpH)

Method: 9040C

Blatrix Type: NPW

Hydrogen lon (pH)

Methadr 9045C

Matrix Type: SCM

Hydrogen lan (pH)

Metltodr 90450

Matrix Typer SCM

Hydrogen lon (pH)

Method: 9056A

llatrix Type: NPW/SCM

Bromide Chloride

Thursday, March 12, 2015 Pals9of13

State of ilh'nois

Environmental Protection AgencyAwards the Certificate of Approval

Prairie Analytical Systems, Incorporated1210 Capital Airport Drive

Springfield, IL 62707-8413FOT Name: Solid snd Chemical Materials, Inorganic

lisatrlx Type/ NPW/SCM

Nitrate

Phosphate

Method: 9065

Mmrlx Type: NPW/SCM

Phenolics

Method: 9081

Matrix Type: NPW/SCM

Method: 9056A

Fluoride

Nitrite

Sugate

152Certificate No.: 003584

Cation-exchange Capacity

Melltodr 9095A

Matrix Type: NPW/SCM

Paint Filter

FOT Name: Solid and Chemical Materials, Organic

Method/ 8015B

Matrix Type: NPW/SCM

Diesel range organise (DRO)

Method: 8081A

Gasoline range organics (GRO)

Matrix Type: NPW/SCM

4,4uDDD

4,4u DDT

alpha-BHC

beta-BHC

delta-BHC

Endosulfan I

Endosulfan sulfate

Endrin aldehyde

gamma-BHC (Lindane)

Heptachior

Methoxychlcr

Method/ 6082

Matrix Type: NPW/SCM

PCB-1016

PCB-1232

PCB-1248

4,4u0OE

Aldrin

alpha-Chlordane

Chlordane - not otherwise specified

Dieldrin

Endosulfan ll

Endrin

Endnn ketone

gamma-Chlordane

Hepiachlor spcxlde

Toxaphene

PCB.1221

PCB-1242

PCB-t 254

Thursday, March 12, 2015 Page 10of 13

Environmental Pfotectfon yfft gencyAwards the Certificate of Approval

Prairie Analytical Systems, Incorporated1210 Capital Airport Drive

Springfield, IL 62707-8413POT Name: Solid and Chemical Materials, Organic

Matrix Type: NPW/SCNI

Method: 8260B

Matrix Type: NPW/Scslt

Method: 8082

PC6-1260

Certificate h)o.: 003584153

1,1,1,2-Tetrachloroethane

1,1,2,2-Tetrachloroethane

1,1-Dichlaroethane

1,1-Dichlorapropene

1,2,3-Trichlarapropane

1,2,4-Trimethylbenzene

1,2-Dlbromosthane (EDB)

1,2-Dichloroethans

1,3,5-Triimethylbenzene

1,3-Dichloropropane

2,2.Dichloropropane

2-Chloroethyl vinyl ether

2-Hexanone

4-Methyl-2-pentanone (Methyl isobulyl ketone, MIBt

Acetonitrils

Acrylonitrlls

Bromobsnzsne

Bromodichloromelhans

Bromomethane

Carbon tetrachloride

chlorodibromomethane (Dibromochlaromethane)

Chlarolorm

cis-1,2-Dichloroethens

Dibromomethane

Dichloromethane (Methylene chloride)

Hexachlorabutadiene

Methyl+butyl ether

n-Butylbsnzene

p-Isopropyltoluene

Styrene

Tetrachloroethene

trans-1,2-Dichlaroethene

Thursday, March 12, 2015

1,1,1-Trichloroethane

1,1,2-Trichlorosthane

1,1-0ichlaroethene

1,2,3-Trichlorobenzene

1,2,4-Trichlorobenzene

1,2-0ibrcmo-3-chloropropane (DBCP)

1,2-0ichlorobenzsne

1,2-0ichloropropane

1,3-Dichlorabsnzene

1,4-0ichlorobenzene

2-Bulanons (Methyl ethyl ketone, MEK)

24'htorotolusne

4-Chlorotoluens

Acelane

Acrolsin (Propenal)

Benzene

Bromochloromethane

Bramcform

Carbon disulfids

Chlorobsnzene

Chloroethane

Chlorcmethane

cis-1,3-Dichlarapropene

Dichloradllluoromethane

Ethylbsnzsne

Isopropylbenzene

Naphthalene

n-Propylbenzene

sec-Bulylbenzsne

tsrt-Butylbenzene

Toluene

trans-1,3-Dichloropmpene

Psgs 11of 13

Entfi onnf ental Protectfon AgencyAwards the Certificate of Approvai

Prairie Analytical Systems, Incorporated1210 Capital Airport Drive

Springfield, IL 62707-8413FOT Name: Solid and Chemical Materials, Organic

ggatrlx Type: NPW/SCM

Trlchlorofluoromethane

Vinyl chloride

Method: 8270C

Msthodr 8260B

Trtchtoroethens

Vinyl acetate

Xytsnes (Total)

154Certificate No.: 003584

Matrix Type: NPily/SCM

1.2,4-Trichlorobenzene

1,3-Dichlorobenzens

2,4,5-Trichlorophenol

2,4-Dichlorophenol

2,4-Dinitrophenol

2,6-Dinitrotoluene (2,8-DNT)

2-Chlorophenol

2-Methylphenol (o-Crssol)

2-Nitrophenol

3-Nitroaniline

4-Bromophenyl phenyl ether

4-Chloroaniline

4-Methylphenol (p-Cresol)

4-Nitrophenol

Acenaphthylene

Benzo(a)anthracene

Benzo(b)fluoranlhene

Benzo(k)fluoranlhene

Bis(2-chloroethyl) ether

Bis(2-ethylhexyl) phthalate

Carbazole

Chlorobenzllate

Dibenz(a,h) anthracene

Diethyl phthalate

Di-n-butyl phthalate

Fluoranthene

Hsxachlorobenzsne

Hetomhtorocyctopentadiene

Indeno(1,2,3-cd) pyrene

Naphthalene

Thursday, March 12, 2015

1,2-0ichlorobenzene

1,4-0ichlorobenzene

2,4,6-Trichlorophenol

2,4-0imsthylphenol

2,4-0lnitrotoluene (2,4-DNT)

2-Chloronaphthalene

2-Msthylnaphthalene

2-Nsroaniline

3,3cblchlorobenzldine

4,6-0initro-2-methylphenol

4-Chloro-3-methylphenol

4-Chlorophenyt phenyl ether

4-Nitroaniline

Acenaphthens

Anthracene

Benzo(a)pyrsne

Benzo(g,h,i)psrlyene

Bis(2ahforoethoxy) methane

Bls(2-chloroisopropys ether

Butyl benzyl phthalate

Carbofuran (Furaden)

Chrysene

Dibenzofuran

Dimethyl phthalate

Di-nmctyl phthalate

Fluorsne

Hexachlorobutadiene

Hexachloroethane

Isophorone

Nllrobsnzsns

Page 12 of 13

State of IllinoisEnvironmental Protection AgencyAwards the Certificate of Approval

Prairie Analytical Systems, Incorporated1210 Capital Airport Drive

Springfield, IL 62707-8418FOT Name: Solid and Chemical Materials, Organic idethodt 8278C

Certificate No.: 003584155

Matrix Type: NPW/SCM

N-Nitrosodi-n-propylamine

o-Cresol (2-Methylphenol)

Pentachlorcphenol

Phenol

Method: 8270C Mod Farm Chemicals

Maatx Type: NPW/SCM

Acstochior

Atrazine

Chlorpyrifos

EPTC

Metribuzin

Prometon

Terbufos

Method: 832t B

Matrix Type: NPW/SCM

2,4,5-T

2,4-D

Aldicarb (Temik)

Dalapon

Dinoseb

MCPP

N-Nitrosodimethylamine

N-Nitrosodiphenylamine

p-Crasol (4-Methylphenol)

Phenanthrene

Pyrsne

Alachlor

Butylate

Cyan azine

Metclachlor

Pendimethaltn

Sim azine

Trilluralln,

2,4,5.TP (Silvex)

2,4-DB

Carbofuran (Furaden)

Dicamba

MCPA

Thursday, March 11,1015 Page 13of 13

EDR VISTACheck Report'nnrronmenhrl

Data Rerowtea Inc

156

Winston EnglneeringRosette & SchaumburoSchaumburg, IL 50105

Letttude lworthh 42827485 -42 01'38.840"longitude (Wenth 88 080023 - 88 '04'48 0828 April 13, 2014

Nationwide Customer ServiceTelephone: I -300-3524I050Internet: www.edrnetcom

* Target Property ~ National Prioritr Ust SitesToxic Sites ~rr Dept. Defense Sites

Indian Reservations BIA

EBB Rarsrenns Cad (EOR hhnel ess anlyn Bnuytdadhhddadaaaedr2hrhraramooeyrldhtu2024 EOR Inn O2020 ysle sunset hrl2000.

157

EPR VlSTACheck Report

SECTION PAGE

Map Findings Summary

Map Findings.

Orphan Summary

Disclaimer - Copyright and Trademark Notice

Thts Repori contains certain information obtained fmm s variety of pubbc and other sources reasonably avaaabie to Environmental DataResources, Inc. It cannot be concluded from this Report that coveraoe information for the target snd surroundinp properties does not exist fromother sotaces. NQ WARRANTY EXPRESSEC OR NsPLIEO, IS NIADE WHATSOEVEH IN CONI4ECTICN WITH THIS REPT. ENVIRONISENTALDATA RESOURCES, INC. SPECIFICALLY OISCLASBS THE MAKING OF ANY BUCH WARRAHTIES, INCLUDING WITHOUT LIIEITATION,MERCHANTASILITY OR FITNESS FQR A PARTICULAR USE OR PURPOSE. ALL ILISK IB ASSUMED BYTHE USER. IN NO EVENT BHALLENVIRONMENTAL DATA RESOURCES, INC. BE LIABLE TO ANYONE, WHETHER ARISING OUT OF ERRORS OR OMISSIONS, NEGLIGENCE,ACCIDENT OR ANY OTHER CAUSE, FOR ANY LOSS OF QAISAGE, INCLUOWG, WITHOUT LBNTATIOH, SPECIAL, INCIDENTAL,CONSEQUENTIAL, QR EXEMPLARY DAMAGES. ANY LIABILITY ON THE PART OF ENVIRQNSIENTAL DATA RESOURCES, INC. IS STRICTLYLIMITED To A REFUND oF THE AsiQUNT pAID FQR Tnts REp CRT. Purchaser accepts this Report "AS IS '. Any analyses, estimates, ratings,environmental risk levels or risk codes provided in this Report are provided for illustrative purposes only, and are not intended to provide, norshould they be interpreted as providing any facts regarding, or prediction or torecast of, any environmental risk for any property Only a phase I

Environmental Site Assessment performed by an environmental professional can provide information regarding the environmental risk for snyproperty. Additionally, the information provided in this Report Is not lo be construed as legal advice.

Copyright 2014 by Environmental Data Resources, Inc. All rights reserved. Reproduction in eny rrtedia or format, in wholeor iri part, of any report or map of Environmental Data Resources, Inc., or its affiliate, Is prohibited without prior written permission.

EDR and its logos gnduding Sanborn and Sanborn Map) are trademarks of Environmental Data Resources, Inc. or its affiliates. All othertrademarks used herein are Ihe propertv of their respective owners.

6C25738e-cgc8-dde4-aeae-5f2bfb6afc95

158

MAP FINDINGS SLIMMARY

Database

SearchDistance Target(Miles) Property

Total< 1i8 1(8 - ti4 1i4 - 1i2 1l2 - 1 > 1 Plotted

STANDARD ENVIRONSIENTAL RECORDS

Federal NPL olfe list

NPL 0 500Proposed NPL 0.500NPL LIENS TP

Federal Delisted NPL sife list

Delisted NPL 0.500

Federal CERCLIS list

CERCLIS 0.500FEDERAL FACILITY 1.000

Federal CERCLlS NFRAP site List

CERC-NFRAP 0.500

Federal RCRA CORRACTS facilities list

CORRACTS 0.500

Federal RCRA non-CORRACTS TSD facilities list

RCRA-TSDF 0.500

Federal RCRA generators list

RCRA-LQG 0.250RCRASQG 0.250RCRA-CESQG 0.250

Federal institutional confrois Iengineering controls registries

US ENG CONTROLS 0.500US INST CONTROL 0.500LUCIS 0.500

Federal ERAIS liat

ERNE TP

State- and tribal - erfuivalent CERCLIS

SSU 0.500

Stateand tribal landfill andiorsolid erasfe disposal site lists

SWF/LF 0.500LF SPECIAL WASTE 0.500IL NIPC 0.500CCDD 0.500

State and tribal leaking storage tank lists

LUST 0.500

00

NR

00

NR

00

NR

NRNRNR

NRNRNR

0 0

NR0

NRNR

NR NR

NRNRNR

NRNRNR

NRNRNR

0 0 NR NR 00 0 NR NR 00 0 NR NR 0

NR

0 0 NR NR 0

0 0 NR NR 00 0 NR NR 00 1 NR NR 1

0 0 NR NR 0

3 2 NR NR 7

NR NR NR NR 0

Page 3

159

MAP FINDINGS SUMMARY

Database

SearchDistance Target(Miles) Property < 1/8 1/8-1/4 1/4-1/2 1/2-1 > 1

TotalPlotted

LUST TRUST 0.500INDIAN LUST 0.500

State and tribal registered storage tank lists

UST 0.250INDIAN UST 0.250FEMA UST 0.250

State and tribal institutions/control I engineering control rag/striae

ENG CONTROLS 0.500INST CONTROL 0.500State and tribal voluntary cleanup sitesINDIAN VCP 0.500SRP 0.500

State end tribal Brownfields sitesBROWNFIELDS 0.500

ADDITIONAL ENVIRONIEENTAL RECORDS

NRNR

NRNR

1

00

NRNRNR

NRNRNR

NRNRNR

NR NR 0NR NR 2

NR NR 0

1 0 0 NR NR 11 0 1 NR NR 2

Local Brownfield lists

US BROWNFIELDS 0.500

Local Lists ofLandf/t/I Solidyyaste Disposal Sites

DEBRIS REGION 9 0.500ODI 0.500INDIAN ODI 0.500

Local Lists of/fazardous waste IContaminated Sites

US CDL TPCDL TPUS HIST CDL TP

Local Land RecoilsLIENS 2 TP

Records of Emergency Release Reports

HMIRS TPSPILLS TP

Other Ascertainable Records

RCRA NonGan / NLR TPDOT OPS TPDOD O.500FUDS 0.500CONSENT 0 500

NR NR 0NR NR 0NR NR 0

NRNRNR

NRNRNR

NRNRNR

NR NR 0NR NR 0NR NR 0

NR NR NR 0

NRNR

NRNR

NRNR

NR NR 0NR NR 0

NRNR000

NRNR000

NRNR000

NR NR 0NR NR 0NR NR 0NR NR 0NR NR 0

0 0 0 NR NR 0

Page 4

160

MAP FIND!IVGS SUMMARY

Database

SearchDistance Target(Miles) Property < 1/8 1/8 —1/4 1/4 —1/2 1/2 - 1

TotalPlotted

RODUMTRAUS MINESTRISTSCAFTTSHIST FTTSSSTSICISPADSMLTSRADINFOFINDSRAATSRMPUICMPDESHWARDRYCLEANERSIMPDMENTAIRSTIER 2INDIAN RESERVSCRD DRYCLEANERSCOAL ASH EP/tIPCB TRANSFORMERFinancial AssuranceUS FIN ASSURCOAL ASH DOEPIMWLEAD SMELTERSUS AIRSPRPBOLCOALASH2020 COR ACTIONEPA WATCH LIST

0.5000.5000.250

TPTPTPTPTPTPTPTPTPTPTPTPTPTPTP

0,2500.500

TPTP

0.5000.5000.500

TPTPTPTP

0.250TPTPTPTP

0.5000.250

TP

000

NRNRNRNRNRNRNRNRNRNRNRNRNRNRNR00

NRNR

000

NRNRNRNR

0NRNRNRNR00

NR

000

NRMRNRNRNRNRNRNRNRNRNRNRNRNRNR00

NRNR000

NRMRMRMR0

NRNRNRNR00

MR

00

NRNRNRNRMRNRNRNRNRNRNRNRNRNRNRNRNR0

MRNR000

NRNRNRNRNRNRNRMRNR0

NRMR

NRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNR

NRNRNRNRNRNRNRNRNRNRNRNRMRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNRNR

EDR HIGH RISK HISTORICAL RECORDS

EDR Exclusive Records

EDR MGPEDR US Hist Auto StatEDR US Hist Cleaners

0.5000 2500.250

0NRMR

NRNRNR

NRNRMR

EDR RECOVERED GOVERNMENT ARCHIVES

Exclusive Recovered Govt. Archives

RGA LF 0.500 NR NR

Page 5

MAP FINDINGS SUMMARY.

Database

RGA HWSRGA LUST

SearchDistance(Miles)

0.5000.500

TargetProperty < 1/8 1/8 —1/4

Total1/4 - 1/2 1/2 — 1 > 1 Plotted

NR NR 0NR NR 8

NOTES:

TP = Target Property

NR = Not Requested at this Search Distance

Sites may be listed in more than one database

Page 8

162

Map IDDirectionDistanceDlslance (ft.)Site

MAP FINDINGS

EDR ID Number

Database(s) EPA ID Number

A1

( 1/81 ft.

GEORGE HYNIAN TRST HARRIS BANK2 N ROSELLE RDROSELLE, IL 60194

Site 1 of 7 in cluster A

BOL S113280502N/A

BOLi'iteId:

Inv Num:

Interest Name:Interest Type:Media Code:

1700005699530434825084George Hymen Trst Harris BankBOLLAND

A2 IlaARATHON OIL CO UNIT 2279ENE 2 N ROSSELLE AND SCHAUMBURG RD< 1/8 SCHAUMBURG, IL 601720.014mi.73 ft. Site 2 of 7 in cluster A

RCRA-SQG 1000688946FINDS ILD&84876375

RCRA-SQG:Date form receivedFacility name:Facility address:

EPA ID:

Mailing address:

ContacbContact address:

Contact country:Contact telephoneContact email:EPA Region:Classification;Descnption:

by agency: 05/1 1/1 992MARATHON OIL CO UNIT 22792 N ROSSELLE AND SCHAUMBURG RD

SSCHAUMBURG, IL 60172ILD984876375539 S MAIN ST RM 5008FINDLAY, OH 45840ROBERT BEIGH539 S MAIN ST RM 5008FINDLAY, OH 45&40US(419}421-3374Not reported05Small Small Quantity GeneratorHandler: generates more than 100 and less than 1000 kg of hazardouswaste during any calendar month and accumulates less than 6000 kg oIhazardous waste at any time; or generates 100 kg or less of hazardouswaste during any calendar month, and accumulates more Ihan 1000 kg ofhazardous waste at any time

Owner/Operator Summary:Owner/operator name:Owner/operator address:

Owner/operatorcountry'wner/operatortelephone:

Legal status:Owner/Operator Type;Owner/Op start date:Owner/Op end date:

MARATHON OIL CO539 S MAIN STFINO(AY, OH 45840Not reported(419) 422-2121PrivateOwnerNot reportedNot reported

Handler ActiVi8es Summary:U.S. Importer of hazardous waste: No

Mixed waste (haz. and radioactive): No

Recycler of hazardous waste: No

Transporter of hazardous waste: No

Treater, storer or disposer of HW: No

Page 7

163

flap ID

DirectionDistanceDistance (fl.)Site

MAP FINDINGS

EDR ID Number

Database(s) EPA ID Number

MARATHON OIL CO UNIT 2279 (Continued) 1000688946

Underground injection activity:On-site burner exemptionFurnace exemption:Used oil fuel burner:Used os processor:User oil refiner:Used oil fuel marketer to humeri

Used oil Specification marketer:Used oil transfer facility:

Used ofi transparter;

No

NoNoNoNoNo

NoNaNoNo

Hazardous Waste Summary:Waste code:Waste name

D001IGNITABLE HAZARDOUS WASTES ARE THOSE WASTES WHICH HAVE A FLASHPOINT OFLESS THAN 140 DEGREES FAHRENHEIT AS DETERMINED BY A PENSKY-MARTENSCLOSED CUP FLASH POINT TESTER. ANOTHER METHOD OF DETERMINING THEFLASH POINT OF A WASTE IS TO REVIEW THE MATERIAL SAFETY DATA SHEET,WHICH CAN BE OBTAINED FROM THE MANUFACTURER OR DISTRIBUTOR OF THEMATERIAL. LACQUER THINNER IS AN EXAMPLE OF A COMMONLY USED SOLVENTWHICH WOULD BECONSIDERED AS IGNITABLE HAZARDOUS WASTE.

Waste code:Waste name:

D008LEAD

Violation Status;

FINDS:

No violations found

Registry ID: 110007546352

Environmental Interest/Informalian SystemRCRAlnfo is a national informafian system that supparts the ResourceConservation and Recovery Act(RCRA) program through the tracking ofevents and activities related to facilities that generate, transport,and treat, store, or dispose of hazardous waste. RCRAlnfo afiows RCRAprogram staff to track the notiTication, permit, compliance, andcorrective action activities required under RCRA.

A3 MARATHON OIL CO.ENE ROSELLE 8, SCHAUMBURG RD.< 1IS SCHAUMBURG, IL 601720.014mi.73ft. Site3ofyinclusterA

LUST;incident Num:IL EPA Id:

ProductIEMA Date:Project Manager:Project Manager Phone:Emafi:PRP Name:PRP Contact;PRP Address:PRP City,St,Zip:PRP Phone:

9010990312820020Gasoline, Uset Oil

04I25I1990Malcom

(217) [email protected] MarketingR.G. SchumannP.O. Box 162East Hazel Cmst, IL 60429-0162Not reported

LUST S1O369O163NIA

Page 8

164

Map IDOii'scuoli

DistanceDistance (IL)Site

MAP FINDINGS

EDR ID Number

Database(s) EPA ID Number

MARATHON OIL CO. (Continued)

Site Classification:Section 57 5(g) Letter.Date SecBon 57.5(g}Letter:Non LUST Determination Letter:20 Report Received:45 Report Received:NFA/NFR Letter:NFR Date Recorded:

Not reported731Not reportedNot reportedNot reportedNot reported04/03I2DD308/1 3/2003

6103690163

'A4ENE< 1IB0.014mi.73 fL

MARATHON UNIT ¹22792 N ROSELLE 6 SCHAUMBURG RDSSCHAUMBURG, IL 60194

Site 4 of 7 in cluster A

U ST.Facility IO:Facility Stslus:Faclllg/ Type:Owner Id:OwnerName:Owiler Address:Owner Cliy,St,Zip

Tank Number:Tank Status:TanK Capacity:Tank Substance:Last Used Date:OSFM First Notify Date.Red Tag Issue Date:Install Date:Green Tag OecahGreen Tag Issue Date:Green Tag Expire Date

2013803CLOSEDNONEU0009663Marathon Oil Company539 Main StmetFindlay, OH 45840

1Removed300D

GasolineNot iaporlnrl4/30/1 986Not reportedNot reportedNot reportedNot reportedNot reported

UST U000793157lf/A

Self Senrice Pbrmit Inspection Date:Not reportedSelf Service Permit Expire Oats: Not reportedFee Due: Not reported

Tank Number:Tank Status:Tank Capacity:Tank Substance:I ast Used Date:OSFM First Notify Date:Red Tag Issue Date:Instsg Date;Green Tag Decal:Green Tag Issue DaterGreen Tag Expire Date

2Removed3000GasolineNot reported4/30/1 986Not reportedNot reportedNot reportedNot reportedNot reponnd

Self Service Permit inspecgrm Date:Not reportedSelf Service Permit Expire Date: Not repodsdFee Due: Not reponed

Tank Number.Tank Status:

3Removed

Page 9

165

Mep IDDirectionDistanceDistance (fl.)Site

MAP F/NDINGS

EDR IO Number

Database(s) EPA ID Number

MARATHON UNIT ¹2279 (Continued)

Tank Capacity:Tank Substance:Last Used Date:OSFM First Notify Date;Red Tag Issue Date:Install DateGreen Tag Decal;Green Tag Issue Date:Green Tag Expire Date

3000GasolineNot reported4/30/1 986Not reportedNot reportedNot reportedNot reportedNot reported

U000793157

Self Service Permit Inspection Date:Not reportedSelf Service Permit Expire DateFee Due:

Not reportedNot reported

Tank NumberTank Status:Tank Capacity:Tank SubstanceLast Used Date:OSFM First Notify Date:Red Tag Issue Date:Install DateGreen Tag DecalGreen Tag Issue Date

Removed3000GasolineNot reported4/30/1 986Not reportedNot reportedNot reportedNot fepofted

Green Tag Expire Date: Not reportedSelf Service Permit Inspectton Date:Not reportedSelf Service Permit Expire Date: Not reportedFee Due/ Not reported

Tank Number:Tank Status:Tank Capadty:Tank Substance:Last Used Date:OSFM First Notiiy DateRed Tag Issue Date:Install Date:Green Tag Decal:Green Tag Issue Date:Green Tag Expire Date

5Removed550Used Oil

Not reported4/30/1986Not reportedNot repofledNot reportedNot reportedNot reported

Self Service Permit Inspection Date:Not reportedSelf Service Permit Expire Date: Not reportedFee Due: Not reported

A6Eastc 1/80.017mi.88 ft.

15 N ROSELLE RDSCHAUMBURG, IL 80194

Site 5 of 7 in cluster A

EOR Historical Auto Stations:Name: RIVERSIDE CAR CARE INC

Year: 2005Address; 15 N ROSELLE RD

EDR US Hist Auto Stat 1016238373N/A

Page 10

166

Map ID

DirectionDistanceDistance (tt.)Sits

MAP FINDINGS

EDR ID Number

Database(s) EPA ID Number

A6SSE< I/80.019mi.102 ft.

1 S ROSELLE RDSCHAUMSURG, iL 60193

Sits 8 of 7 in Cluster A

EDR Historical Auto Stations:Name: GERBER AUTO REBUILDERSYear: 2001Address: I 6 ROSELLE RD

EDR US Hist Auto Stat 1015116311NIA

ATESE4 1/80.024 mi.129 fc

EMRO MARKETINGSCHAUMBURG 5 ROSELLESCHAUMBURG, IL 60172

Site 7 af 7 in cluster A

LUST:Incident

Num'L

EPAId:Pi'adustIEMA Date:Project Manager:Project Manager Phone:Email:PRP Name:PRP Contact:PRP Address:PRP City,SI,ZIp;PRP Phone:Site ClassTiicstion.Section 57.5(g) Letter:Date SecBon 57.5(g) Letter:Non LUST Determination Letter:20 Rspmt Received:45 Report Received:NFA/NFR Letter:NFR Date Recarded:

8905880312820020GasoBne, Usei OB

04/14I1959Malcom

(217) 524-9140James.MalcomINBIinois.govEmro MarksBngR.G. SchurnannP.O. Sox 182East Hazel Crest, IL 60429-0162Not reportedNot reported731Not reportedNot reportedNot reportedNat reported04/03/200308/13/2003

LUST S103690148N/A

8South4 1IB0.093 mi.491 ft.

RAM PROPERTY INI/ESTMENTS33 SOUTH ROSELL ROADSCHAUMBURG, IL 60183

ENGINEERING CONTROLS.illinois Eps Id:NFR Latin/i

Date NFR Recorded:Type Of Sile:Comprehensive / Focused:Remediation Applicant Title:Remediatian Applicant NameRA Company:RA Address:RA SecondaryAddress:RA City,Bt,Zip;Institutional Controls:

03148952471D/19/201D11/04/2010ResidentialFocusedMr.Robert MiglioreRAM Property Investments, Inc.16 North RoseBe RoadNot reportedSchaumburg, IL 60104-Ground use restriction

ENG CONTROLS S110613886INST CONTROL NIA

SRP

Page 11

167

Msp!DDirectionDistanceDistance (ft,)Site

MAP FINDINGS

EDR ID Number

Database(s) EPA ID Number

RAM PROPERTY INVESTMENTS (Continued) 6110613955

Engineered Barriers:Worker Caution:Acres:

Asphalt barrierTrue0.489

IL INSTUTIONAL CONTROL:Nlino(s EPA ld:NFR Letter.Date NFR Recorded:Type OF Site:Comprehensive / Focused:Remediation Applicant Title:Remediation Applicant Name:RA Company:RA Address:RA Secondary Address:RA City,St,Zip:Institutional Controls:Engineered Barriers:Worker Caution:Acres:

031489524710/19/201011/04/201DResidentialFocusedMr.

Robert MiglioreRAM Property Investments, Inc.16 North Rosege RoadNot reportedSchaumburg, IL 60194-Ground use restrictionAsphalf barrierTrue0.489

SRP:IL EPA I(h 0314895247US EPA Id: Not reportedLongitude: -88.07947Latitude: 42.02573Contact Name: Robert MiglioreContact Address: 16 North Rosalia RoadContact Address2: Not reportedContact City,St,Zip: Schaumburg, IL 6D194-Contact Phone: (847) 310-0451Date Enrolled. 09/14/201 0Point Of Contact: Russell HendersonConsultant Company: Environment, IncConsultant Address: 1752 West Armitage CourtConsultant Address2: Nal reportedConsuf lant City,St,Zip: Addison, IL 60101-Consultant Phone: (630) 627-0200Pro) Mgr Assigned: T(sumSec. 4 Letter Date: Not reportedNFR Recorded; 11/04/2010Active. FalseTotal Acres: 0.489No Further Remediation Letter DC 10/19/2010Remediagon Applicant Cor RAM Property Investments, Inc.Remediation Applicant Trtle: Mr.

Remediation Applicant Name: Mr. Robert MigliareRemediation Applicant Company: RAM Property Investments, Inc.Remediaaon Applicant Address: 16 North Rasege RoadRemediaaon Applicant Address 2: Not reportedRemediation Applicant City,St,Zip: Schaumburg. IL 60194-Nlinais EPA: 0314895247Site Name: RAM Properly InvestmentsNFR LeNer: 2010-10-19NFR Letter Date Recorded: 2010-11-04Site Type: Residential

Page 12

168

ldlap IDDirectionDistanceDistance (ft.)Site

MAP FINDINGS

EDR ID Number

Database(s) EPA ID Number

RAIN PROPERTY INVESTMENTS (Continued) S110813955

Comprehenswe/Focused:institutional Controls:Barrier:Worker Caution.Acres:

FocusedGround use restrictionAsphalt barrierTrue0.489

9West 83 W SCHAUMBURG RD« (is SCHAUMBURG, IL 801940.112mi.590 ft

EDR Historical Cleaners:Name:Year:Address:

KS CLEANERS200483 W SCHAUMBURG RD

EDR US Hist Cleaners 1015099768NIA

Name:Year:Address:

K SCLEANERS201083 W SCHAUMBURG RD

Name:Year.Addresa:

KS CLEANERS2011'3W SCHAUMBURG RD

Name:Year.Address:

KS CLEANERS201283 W SCHAUMBURG RD

Bf0 LAIDI.AW TRANSIT, INC.North 113NORTH ROSELLE RD.1/8-1/4 SCHAUMSURG, IL0.138mi.728 ft. Site 1 of 6 in cluster B

RGA LUST:2012 LAIDLAW TRANSlT, INC.201'f LAIDLAW TRANSIT, INC.2010 LAIDLAW TRANSIT, INC.2009 LAIDlAW TRANSIT, INC.2008 LAIDLAW TRANSIT, INC.2007 LAIDLAW TRANSIT, INC.2006 LAtDlAW TRANSIT, INC.2005 LAIDLAW TRANSIT, INC.2004 LAIDLAW TRANSIT, INC.2003 LAIDLAW TRANSIT, INC.2002 IAIDLAW TRANSIT, INC.2001 LAIDLAW TRANSIT, INC.2000 LAIDLAW TRANSIT, INC.

113NORTH ROSELLE RD.113NORTH ROSELLE RD.113NORTH ROSELLE RD.113NORTH ROSEI LE RD.113NORTH ROSELLE RD.113 NORTH ROSELLE RD.113NORTH ROSELLE RD.113NORTH ROSELLE RD.113NORTH ROSELLE RD.113NORTH ROSELLE RD.113NORTH ROSELLE RD.113NORTH ROSELLE RD.113NORTH ROSELLE RD.

RGA LUST S115511029NIA

Page 13

169

Map ID

DirectionDistanceDistance (6.)Site

MAP FINDINGS

EDR ID I lumber

Database(s) EPA ID Number

B11North1/8-1/40.138mi.726 ft.

LAIDLAW TRANSIT, INC.113NORTH ROSELLE RD.SCHAUMBURG, IL 60'l94

Site 2 of 6 In cluster B

LUST:Incident Norm

IL EPAId:Product:IEMA Date:Project Manager:Project Manager Phone:EmalkPRP Name:PRP ContactPRP Address.PRP City,St,Zip:PRP Phone.Site Classificatlon:Section 57.5(g) Letter:Date Section 57.5(g) Letter;Non LUST Determination Letter:20 Report Recewed:45 Report Received:NFA/NFR Letter:NFR Date Recorded.

9323110312820010Unleaded Gas08/27/1 993DavisonNot reportedNot reportedLaidlaw Transit. Inc.Don McFeely7501 Quincy, Unit L

VWlowbrook, IL 60521Not reportedNot reported731NotrepohedNot reported09/08/199309/24/199302/22/1995Not reported

LUST S103690158N/A

12WNW1/8-1/40.145mi.767 ft.

55 PLEASANTSTSCHAUfifiBURG, IL 60194

EDR Historical Auto Stations:Name: KINS AMOCO FOOD SHOPYear: 2001Address: 55 PLEASANT ST

EDR US Hist Auto Stat 1015649565N/A

13SE1/8-1/40.155mi.818 ft.

RAYMOND 5 MARION RAVAGNIE35 S LENGLE DftSCHAUIBBURG, IL 60193

UST:Facility ID:Facifity Sistus:Facility Type:Ownerld:Owner Name:Owner Address:Owner City,St,Zip.

2018020CLOSEDNONEU0012480Ravagnie Raymond 8 tuadon35 S Lengle DrSchaumburg, IL 00193

UST U000793169N/A

Tank Number:Tank Status:Tank Cspacily:Tank Substance:

1

Removed1000Diesel Fuel

Page 14

170

Map IDDirectionDistanceDistance (It.)Site

MAP FINDINGS

EDR ID Number

Database(s) EPA ID Number

RATMOND & SIARION RAVAGNIE (Continued) U000793169

East Used Date:QSFM First Notify Date:Rsd Tag Issue Date:Install Date.Green Tag Decal:Green Tag Issue Date:Green Tag Expire Date

7I2/1988BI6II 988Not reportedNot reportedNot reportedNot reportedNot reported

Self Service Permit Inspection Date:Not reportedSelf Senrlce Permit Expire Date: Not reportedFee Due: Not reported

Tank Number:Tank Status:Tank Capacity:Tank Substance:Last Used DateOSFM First Notify Date:Red Tag Issue Date:Install Date:Green Tag Decal:Green Tag Issue Date:Green Tag Expire Date

2Exempt from registration7000Not reportedNot reported4(18I1986Not reportedNot reportedNot reportedNot reportedNot rsporlarl

Self Seniics Permit Inspection Date:Not reportedSelt SelvMe Permit Expire Date: Not reportedFee Due: Not reported

C14 AII6OCO OIL CO. 818745West 121 WEST SCHAUINBURG RD.1IB-1I4 SCI4AUMBURG, IL 801930.161mi.848 fL Site 1 of 5 in cluster C

I UST:Incident Num.IL ERA Id:ProductIEMA Date:Project Manager:Project Manager Phone.EmaitPRP Name:PRP Contact:PRP Address:PRP CBY,SI,Zip.PRP Phone:Site Classification:Section 57.5(g) Letter:Date Section 57.5(g) Letter:Non LUST Determination Letter.20 Report Received:45 Report Received.NFA/NFR Letter:NFR Date Recorded:

Incident Num:

IL EPA Iil:Product

200302490312825165Uset Oil

02/25/2003Uriah

(217) 524-5596Matt.Udshteilsnois.govNot reportedNot reportedNot reportsdNot reportedNot reportedNot reportedP.A.Not reporledNot reportedNot reportedNot reportedNot reportedNot mpoited

9013800312825165Gasoline

LUST 8104526991NIA

Page 15

Map IDDirectionDistanceDistance (ff.)Site

MAP FINDINGS

EDR ID Number

Database(s) EPA ID Number

AIIIIOCO OIL CO. 818745 (Continued) 6104526991

IEMA DateProject Manager:Project Manager Phone:EmaitPRP Name:PRP ContscbPRP Address:PRP City,SI,Zfp:PRP Phone:Site Classlfrcation:section 57.5(g) Letter:Date Section 57.5(g) LoiterNon LUST Determination Lelter:20 Report Received:45 Report Received:NFA/NFR Letter:NFR Date Recorded

05/22/1990Uriah

(217) 524-5596Matt. Uriahillinois.govAmoco Oil Co.Lyte Bruce28100 Torch Pkwy., 6-SWarrenville, IL 60555Not reportedNot reported731Not reportedNot reportedNot I sports/01I18II99402/26/200704/03/20D7

RCRA-SQG 1600860902FINDS IL0000006387

015 AMOCO 18745West 121 W SCHAUflsBURG RD1/8-1I4 SCHAUMBURG, IL 601930.161 mi.848 tt Site 2 of 5 in cluster 0

RCRA-SQG:Date form received byFacility name:Facility address

EPA ID:Mailing address

ContacbContact address:

Contact country:Contact telephone.Contact email:EPA Region:Classification:Desc/fptlon:

agency; 09/20/1 993AMOCO 18745121 W SCHAUMBURG RDSCHAUMBURG, IL 60193ILOOOOD063872021 SPRING RD 400OAK BROOK, IL 60521LINDA CURRAN2021 SPRING RD 400OAK BROOK, IL 60521

US'708) 990-2277Not reported05Small Small Quantity GeneratorHandler; generates mare than 100and less than 1000 kg of hazardouswaste during any calendar month and accumulates less than 6000 kg ofhazardous waste at any time; or generates 100 kg or less of hazardouswaste during any calendar month, and accumulates more than 1000 kg ofhazardous waste at any time

Owner/Operator Summary:Owner/operator name:Owner/operator address

Owner/operator country.Owner/operator telephoneLegal status:Owner/Operator Type:Owner/Op start date:Owner/Op end date:

AMOCO OIL CO2021 SPRING RD 400OAK BROOK, IL 60521Not reported(708) 990-2277PrivateOwnerNot repo/tedNot reported

Page 1B

172

Map IDDirectionDistanceDistance (ft.)Site

MAP FINDINGS

EDR ID Number

Database(s) EPA ID Number

AMOCO 18745 (Continued) 1000860902

Handler Acfivities Summary:U.S. importer of hazardous waste: NoMixed waste (hsz. and radioadive): No

Rscycler of hazardous waste; NoTransporter of hazardous waste: NoTreater, storer or disposer of HW: NoUnderground injection acfiviiy: NoOn-site burner exemption: NoFurnace exemption: NoUsed oil fuel burner. NoUsed oil processor: NqUser oil refiner; NoUsed oil fuel marketer to burner. NoUsed ail Specification marketer. NoUsed oil transfer facility: No

Used oil transporter: No

Hazardous Waste Summary.Waste codaWaste name:

D001IGNITABLE HAZARDOUS WASTES ARE THOSE WASTES WHICH HAVE A FLASHPOINT OFLESS THAN 140 DEGREES FAHRENHEIT AS DETERMINED BY A PENSKY-MARTENSCLOSED CUP F(ASH POINT TESTER. ANOTHER METHOD OF DETERMINING THEFLASH POINT OF A WASTE IS TO REVIEW THE MATERIAL SAFETY DATA SHEET,WHICH CAN BE OBTAINED FROM THE MANUFACTURER OR DISTRIBUTOR OF THEMATERIAL. LACQUER THINNER IS AN EXAMPLE OF A COMMONLY USED SOLVENTWHICH WOULD BE CONSIDERED AS IGNITABLE HAZARDOUS WASTE.

Violation Status:

FINDS:

No violations found

Registry ID: 110005793980

Environmental Interestfinformatlon SystemAGEs (IBnois - Agency compliance And Enforcement system) is thefiiinois EPA Project to facilitate the permitting operations

RCRAlnfo is a national information system that supports the ResaurceConservation and Recovery Act (RCRA) program through the tracking ofevents and activities related to facilities that generate, transport,snd treat, store, or dispose of hazardous waste. RCRAlnfo sfiows RCRAprogram staff to track ths notification, permit, compfiance, sndcorrective action activities required under RCRA.

C18 LARRY & DAN'0 MARATHON

West 121 WEST SCNAUMBURG RD.1IS-1l4 SCHAUMBUl(G, IL0.161 mi.848 ft. Site 3 of 5 in cluster C

RGA LUST.

RGA LUST S115511241NIA

2012 LARRY & DAN'S MARATI-ION 121 WEST SCHAUMBURG RD.2011 LARRY & DAN'S MARATHON 121 WEST SCHAUMBURG RD.2010 LARRY & DAN'S MARATHON 121 WEST SCHAUMBURG RD.2009 LARRY & DAN'S MARATHON 121 WEST SCHALIMBURG RD.2008 LARRY & DAN'S MARATHON 121 WEST SCHAUMBURG RD.

Page 17

Map IDDtrecbonDistanceDistance (ft.)Site

MAP FINDINGS

EDR ID Number

Database(s) EPA ID Number

LARRY 8 DAN'S MARATHON (Continued)

2007 LARRY & DAN'S MARATHON2006 LARRY & DAN'S MARATHON

2005 LARRY & DAN'S MARATHON

2004 LARRY & DAN'S MARATHON2003 LARRY 8 DAN'S MARATHON

121 WEST SCHAUMBURG RD.121 WEST SCHAUMBURG RD.121 WEST SCHAUMBURG RD.121 WEST SCHAUMBURG RD.121 WEST SCHAUMBURG RD.

S115511241

C17 AMOCO OIL CO. 818745West 121 WEST SCHAUNIBURG RD.'I/8-1I4 SCHAUMBURG, IL9.161mi,848 ft. Site 4 of 5 In cluster 0

RGA LUST:2012 AMOCO OIL CO. ¹187452011 AMOCO OIL CO. 9187452010 AMOCO OIL CO. ¹187452009 AMOCO OIL CO. ¹187452008 AMOCO OIL CO. ¹187452007 AMOCO OIL CO. 8187452006 AMOCO OIL CO. ¹187452005 AMOCO OIL CO. 81874&2004 AMOCO OIL CO. 8187452003 AMOCO OIL CO. 9187452002 AMOCO OIL CO. ¹187452001 AMOCO OIL CO. 8187452000 AMOCO OIL CO. ¹18745

121 WEST SCHAUMBURG RD.121 WESTSCHAUMBURG RD.121 WEST SCHAUMBURG RD.121 WEST SCHAUMBURG RD.121 WEST SCHAUMBURG RD.121 WEST SCHAUMBURG RD.121 WEST SCHAUMBURG RD.121 WEST SCHAUM BURG RD.121 WEST SCHAUMBURG RD.121 WEST SCHAUMBURG RD.121 WEST SCHAUMBURG RD.121 WEST SCHAUMBURG RD.121 WEST SCHAUM BURG RD.

RGA LUST S115497961NIA

018West 121 W SCHAUIBBURG RD1/8-1I4 SCHAUMBURG, IL 601940.161mi.848 ft. Site 5 of 8 ln cluster C

EDR Historical Auto Stations:Name: LARRY & DANS MARATHON SERVICEYear: 1999Address: 121 W SCHAUMBURG RD

EDR US Hist Auto Stat 1015183255NIA

Name:Year.Address:

LARRY & DANS MARATHON SERVICE2000121 WSCHAUMBURG RD

Name:Year:Address:

LARRY & DANS MARATHON

2001121 W SCHAUMBURG RD

Name:Year:Address:

LARRY & DANS MARATHON

2002121 W SCHAUM BURG RD

Name:Year:Address:

LARRY & DANS MARATHON SRVC2003121 W SCHAUM BURG RD

Name:Year:Address:

LARRY & DANS MARATHON SERVICE2005121 W SCHAUMBURG RD

Page 18

174

Map IDDirectionDistanceDistance (ft.)Site

MAP FINDINGS.

EDR ID Number

Database(s) EPA ID Number

(Continued)

Name:Year:Address:

MARATHON

2006121 W SCHAUMBURG RD

1015183255

Name:Year:Address:

)4ARATHON2007121 WSCHAUMBURG RD

Name:YeanAddress:

LARRY & DANS MARATHON

2008121 W SCHAUMBURG RD

Name:YearAddress:

LARRY & DANS MARATHON

2009121 WSCHAUMBLIRG RD

Name.Year r

Addresru

LARRY & DANS MARATHON

2010121 W SCHAUMBURG RD

Name:Year:Address:

LARRY 8 DANS MARATHON SERVICE201112t W SCHAUMBURG RD

Name:Year.Address:

LARRY & DANS MARATHON SERVICE2012121 W SCHAUMBURG RD

B19 SCHAUMBURG TRANSPORTATIONNorth 133 NORTH ROSELLE RD.1/8-1/4 SCHAUMBURG, IL0.182mi.853 fL Site 3 of 8 In cluster B

RGA LUST:2012 SCHAUMBURG TRANSPORTATION2011 SCHAUMBURG TRANSPORTATION2010 SCHAUMBURG TRANSPORTATION2009 SCHAUMBURG TRANSPORTATION2008 SCHAUMBURG TRANSPORTATION2007 SCHAUMBURG TRANSPORTATION2006 SCHAUMBURG TRANSPORTATION2005 SCHAUMBURG TRANSPORTATION2004 SCHAUMBURG TRANSPORTATION2003 SCHAUMBURG TRANSPORTATION2002 SCHAUMBURG TRANSPORTATION2001 SCHAUMBURG TRANSPORTATION2000 SCHAUMBURG TRANSPORTATION

RGA LUST S/H5517749N/A

133NORTH ROSELLE RD133 NORTH ROSELLE RD.133 NORTH ROSELLE RD133NORTH ROSELLE RD.133 NORTH ROSELLE RD.133NORTH ROSELLE RD.133 NORTH ROSELLE RD.133 NORTH ROSELLE RD.133NORTH ROSELLE RD.133 NORTH ROSELLE RD.133 NORTH ROSELLE RD.133NORTH ROSELLE RD.133 NORTH ROSELLE RD.

Page 19

175

MAP FINDINGS

DirectionDistanceDistance (ft.)Site

EDR ID Number

Database(s) EPA ID Number

B20North1IB-1/40.182mi.863 ft.

LAIDLAW TRANSPORTATION133 NORTH ROSELLE RD.SCHAUMBURG, IL

Site 4 of 6 In cluster B

RGA LUST:2012 LAIDLAW TRANSPORTATION2011 LAIDLAlN TRANSPORTAT/ON2010 LAIDLAW TRANSPORTATION2009 LAIDLAW TRANSPORTATION2008 LAIDLAW TRANSPORTATION2007 LAIDLAW TRANSPORTATION2006 LAIDLAW TRANSPORTATION2005 LAIDLAW TRANSPORTATION2004 LAIDLAW TRANSPORTATION2003 LAIDLAW TRANSPORTATION2002 LAIDLAlN TRANSPORTATION2001 LAIDLAW TRANSPORTATION2000 LAIDLAW TRANSPORTATION

133NORTH133 NORTH133 NORTH133 NORTH133 NORTH133 NORTH133 NORTH133 NORTH133NORTH133NORTH133NORTH133NORTH133NORTH

ROSELLE RD.ROSELLE RD.ROSELLE RD.ROSELLE RD.ROSELLE RD.ROSELLE RD.ROSELLE RD.ROSELLE RD.ROSELLE RD.ROSELLE RD.ROSELLE RD.ROSELLE RD.ROSELLE RD.

RGA LUST 6115511043N/A

621North1IB-1/40.162 mi.853 ft.

LAIDLAW TRANSPORTATION133 NORTH ROSELLE RD.SCHAUMBURG, IL 60194

Site 6 of 6 In cluster B

LUST:Incident Num.

IL EPA Id:ProducbIEMA Date:Project Manager:Project Manager Phone:EmaiLPRP Name:PRP Contact:PRP Address.PRP City,St,ZipPRP Phone:Site Classification:Section 57.5(g) Letter:Date Section 57.5(g) Letter:Non LUST Determination Letter:20 Report Received45 Report Received:NFA/NFR Letter:NFR Date Recorded.

Incident Num.IL EPA I<h

Product:IEMA Date:Project Manager:Project Manager Phone:Email;PRP Name:PRP Contact:PRP Address:PRP City,St,Zip:PRP Phone:

9220350312520010Non Petro07/27/1 992DavisonNot reportedNot reportedLaidlaw TransportationDon MacFeely7501 South Quinsy, Suite LWiitowbrook, IL 60521Not reportedNot mported731Not reportedNot reported08/1 2/1 99211/20/199203/07I1995Not reported

5909220312820010Gasoline06/05/1989DavisonNot reportedNot reportedSchaumburg TransportationNot reported133 North Rosalia Rd.Schaumburg, IL 60172Not reported

LUST S103690179N/A

Page 20

176

Map IDDirectionDistanceDistance (ft.)Site

MAP FINDINGS

EDR ID Number

Database(s) EPA ID Number

LAIDLAW TRANSPORTATION (Continued) 8103690179

Site Classification:Section 57 5(g) Letter:Date Section 57.5(g) Letter:Non LUST Determ/nation Leiter:20 Report Received:45 Report RscsNed:NFA/NFR Letter:NFR Date Recorded

Not reported731Not reportedNot reported09/08/199309/24/199302/22/I 995Noi reported

B22North1/8-1I40.162mi.853 ft.

SCHAUMBURG TRANBPORTATION CO183 N ROSELLE RDSCHAUMBURG, IL 60194

Site 6 of 6incluster 8UST:

Facility ID:Facility Status:Facility Type:Owner Id:Owner Name:Owner Address:Owner Cay,SI,Zip:

Tank Number:Tank Status:Tank Capacity:Tank Substance:Last Used Date:OSFM First Notify Date.Red Tag Issue Date:Install Date:Green Tag DecabGreen Tag issue Date:Green Tag Expire Date

2013020 .CLOSEDCOMMERCIAL I RETAILU0019660Laidlaw Transit, Inc.600 Vine Street, Suite 1400Cincinnati, OH 45202

1Removed10000Gasollils8/1/19939/12/1986Not reported1/1/1971Not reportedNot reportedNot reported

UST U000793177BOL NIA

Self Service Permit Inspection Date:Not reportedSelf Service Permit Expim Date: Not reportedFee Due: Not reported

Tank Number,Tank Status:Tank Capacky:Tank Substance:Last Used Date:OSFM First Notify Date.Red Tsg Issue Date:Insta5 Date:Green Tag Decal:Green Tag Issue Date:Green Tag Expire Date

2Removed2000Diesel Fuel6/1/19899/12/1986Not reported1/1/1971Not reportedNot reportedNot reported

Self Service Permit Inspection Date:Not reportedSelf Service Permit Expire Date: Not reportedFee Due: Not reported

Tank Number.Tank Status:

3Removed

Page 21

177

Map ID

DirectionDistanceDistance <fL)Site

MAP FINDINGS

FDR ID Number

Database(s) EPA ID Number

SCHAUMSURG TRANSPORTATION CO (Continued) U000793177

Tank Capacity:Tank Substance:Last Used Date:OSFM First Notify Date:Red Tag Issue Date:Install Date:Green Tag Decal:Green Tag Issue Date:Green Tag Expire Date

500Used Oil

6/1/19929/12/1986Not reportedNot reportedNot reportedNot reportedNot reported

Self Service Permit inspection Date:Not reportedSelf Service Permit Expire Date: Not reportedFse Due: Not reported

Tank NumberTank Status:Tank Capacity:Tank SubstanceLast Used Date:OSFM First Notify Date:Red Tag Issue Date:Install Date:Green Tag DecabGreen Tag Issue Date:Green Tag Expire Date

Removed5DDD

Diesel Fuel8/1/1 9896/10/1993Not reported7/1/1 989Not reportedNot reportedNot reported

Self Service Permit Inspection Date:Not reportedSelf Service Permit Expire Dalm Not reportedFee Due: Not reported

Tank Number:Tank Status:Tank Capacity:Tank Substance:Last Used Date:OSFM Fast Notify Date:Red Tag Issue Date:Install Date:Green Tag Decal:Green Tag issue Date:Green Tag Expire Date

5Removed2000Gasoline8/1/1 9932/25/1994Not reported7/1/1 989Not reportedNot reportedNot reported

Self Service Permit Inspection Date:Not reportedSelf Service Permit Expire Date: Not reportedFee Due: Not reported

Tank Number.Tank Status:Tank Capacity:Tank Substance:Last Used Oats:OSFM First Notify DateRed Tag Issue

Date'nstall

Date:Green Tag Decal:Green Tag.issue Date:Green Tag Expire Date:

6Removed1000Gasoline6/1/19892/25/I 994Not reportedNot reportedNot reportedNot.reportedNot rePorted

Page 22

178

i%lap IDDirectionDistanceDistance (ft.)Site

MAP FINDINGS

EDR ID Number

Database(s) EPA ID Number

SCHAUMBURG TRANSPORTATION CO (Continued)

Self Service Permit lnspecgon Data:Not reportedSelf Service Permit Expire Date: Not reportedFee Due: Not reported

U000793177

Tank Number: 7Tank Sbdus: RemovedTank Capaciiy: 1000Tank Substance: GasolineLast Used Date: 6/1/1989OSFM First Notify Date: 2/25/I 994Red Tag Issue Date: Not reportedInstall Date: Not reportedGreen Tag Dscab Not reportedGreen Tsg Issue Date: Not reportedGreen Tag Expire Date: Not reportedSelf Service Permit Inspection Date:Not reportedSelf Service PermIt Expire Date: Not reportedFee Due; Not reported

BOL.Site ld:Inv Num:

Interest Name:Interest Type:

'edia Code:

'I700003621220312820010Schaumbui0 Transportation CoBOLLAND

23 EXPRESS AUTO COLORS INC

South 164 S ROSELLE RD1/8-1/4 SCHAUNIBURG, IL 601930.201 mL1062 ft.

RCRA-CESQG 1004693862FINDS ILD984849844

RCRA-CESQG.Date form receivedFacility name:Facilityaddress

EPA ID:

ContactContact address

Contact country:Contact telephoneContact

email'PA

Region:Classigcation;Description:

by agency:01/27/1992EXPRESS AUTO COLORS INC

164 S ROSELLE RDSCHAUMBURG, IL 60193ILD984849844CHRISTINE LOJKO164 5 ROSELLE RDSCHAUMBURG, IL 60193US(708) 893-1533Not reported05Condltlonagy Exempt Small Quantity GeneratorHandler. generates 100 kg or less of hazardous waste per calendarmonth, and accumulates 1000 kg or less of hazardous waste at any time;or generates I kg or less of acutely hazardous waste per calendarmonth, and accumulates at any time: 1 kg or less of acutely hazardouswaste; or 100 kg or less of any residue or contaminated sog, waste orother debns resulting from the cleanup of a spill, into or on enyland or water, of acutely hazardous waste; or generates 100 kg or lessof any residue or contaminated sog, waste or other debris resultingfrom the cleanup of a spill, into or on any land or water, of acutelyhazardous waste during any calendar month, and accumulates at any

Page 23

179

Map IDDirectionDistanceDistance (IL)Site

MAP FINDINGS

EDR ID Number

Database(s) EPA ID Number

EXPRESS AUTO COLORS INC (Continued)

time: 1 kg or less of acutely hazardous waste; or 100 kg or less ofany residue or coraaminated soil, waste or other debris resulting fromthe cleanup of a spill, into or on any land or water, of acutelyhazardous waste

1004693862

Owner/Operator Summary:Owner/operator name:Ovmer/operator address:

Owner/operator country:Owner/operator telephone:Legal status:Owner/Operator Type:Owner/Op start date:Owner/Op end date:

HENRICHSEN REED409 ROHLWING RDPALATINE, IL 60067Not reported(708) 359-7889PrivateOwnerNot reportedNot reported

Handler Activities Sunlmary:U.S, importer of hazardous waste: NoMixed waste (haz. and radioactive) No

Recyder of hazardous waste: No

Transporter of hazardous waste: NoTreater, storer or disposer of HW: No

Underground injection activity: NoOn-site burner exemption: No

Furnace exemption: No

Used oil fuel burner: NoUsed oil processor: NoUser oil refiner. No

Used ofi fuel marketer to human NoUsed oil Specification marketer. No

Used oil transfer fadlity: NoUsed oil transporter: bio

Hazardous Waste Summary:Waste code:Waste name:

D001IGNITABLE HAZARDOUS WASTES ARE THOSE WASTES WHICH HAVE A FLASHPOINT OFLESS THAN 140 DEGREES FAHRENHEIT AS DETERMINED BY A PENSKY-MARTENSCLOSED CUP FLASH POINT TESTER. ANOTHER METHOD OF DETERMINING THEFLASH POINT OF A WASTE IS TO REVIEW THE MATERIAL SAFETY DATA SHEET,WHICH CAN BEOBTAINED FROM THE MANUFACTURER OR DISTRIBUTOR OF THEMATERIAL. LACQUER THINNER IS AN EXAMPLE OF A COMMONLY USED SOLVENTWHICH WOULD BECONSIDERED AS IGNITABLE HAZARDOUS WASTE.

Waste code:Waste name:

F003THE FOLLOWING SPENT NON-HALOGENATED SOLVENTS: XYLENE, ACETONE, ETHYLACETATE, ETHYL BENZENE, ETHYL ETHER, METHYL ISOBUTYL KETONE, N-BUTYL

ALCOHOL, CYCLOHEXANONE, AND METHANOL; ALL SPENT SOLVENTMIXTURES/BLENDS CONTAINING, BEFORE USE, ONLY THE ABOVE SPENTNON-HALOGENATED SOLVENTS; AND ALL SPENT SOLVENT MIXTURES/BLENDSCONTAINING, BEFORE USE, ONE OR MORE OF THE ABOVE NON-HALOGENATEDSOLVENTS, AND, A TOTAL OF TEN PERCENT OR MORE (BY VOLUME) OF ONE ORMORE OF THOSE SOLVENTS LISTED IN F001, F002, F004, AND F005, AND STILLBOTTOMS FROM THE RECOVERY OF THESE SPENT SOLVENTS AND SPENT SOLVENTMIXTURES.

Waste code: F005

Page 24

180

Map IDDiremionDistanceDistance (ft.)Site

MAP FINDINGS

EDR ID Number

Database(s) EPA ID Number

EXPRESS AUTO COLORS INC

Waste name:

(Continued) 1004693862

THE FOLLOWING SPENT NON-HALOGENATED SOLVENTS: TOLUENE, METHYL ETHYLKETONE, CARBON DISULFIDE, ISOBUTANOL, PYRIDINE, BENZENE,2-ETHOXYETHANOL, AND 2-NITROPROPANE; ALL SPENT SOLVENT MIXTURESIBLENDSCONTAINING. BEFORE USE, A TOTAL OF TEN PERCENT OR MORE (BY VOLUME) OFONE OR MORE OF THE ABOVE NON-HALOGENATED SOLVENTS OR THOSE SOLVENTSLISTED IN F001, F002, OR F004; AND STILL BOTTOMS FROM THE RECOVERY OFTHESE SPENT SOLVENTS AND SPENT SOLVENT MIXTURES.

Violation Status:

FINDS:

No violations found

Regisby ID: 110005904842

Environmental Interest/Information SystemACES (glinois - Agency Compliance And Enforcement System) is theillinois EPA Project to facilitate the permitting operabons

RCRA)nfo is a national information system that supports the ResourceConservation and Recovery Act (RCRA) program through the tracking ofevents and activities related to facilities that generate, trans port,and treat, store, or dispose of hazardous waste. RCRAlnfo allows RCRAprogram staff to track the notigcation, permit, compliance, andcorrective acaon activities required under RCRA.

24 TOUCH OF ELEGANCE CLEANERSSouth 253 SOUTH ROSELLE ROAD'I/4-1/2 SCHAUMBURG, IL 601930.364mi.1923 ft.

IL INSTUTIONAL CONTROL:lginois EPA Id:NFR Letter:Date NFR Recorded:Type Of Site:Comprehensive I Focused:Remediation Applicant Title:Remediation Appgcant Name:RA Company:RA Address:RA Secondary Address.RA City,St,Z(p:Institutional Controls:Engines(ed Barriers:Worker Caution:Acies'(

031282512712/01/200601I05/2007Industrial/CommercialFocusedMr.

Hyung Song Yi

Touch of Elegance Cleaners253 South Roseae RoadNot reportedSchaumburg, IL 60193-Groundwater use restriction/ELUCNot reportedFalse5.999

INST CONTROL S106541630SRP N/A

DRVCLEANERS

SRP:IL EPA I<I:

US EPAId:Longltiide:Latitude:Contact Name:Contact Address:Contact Address2:Cents(3 City,St,Zip:

0312625127ILD104005119-88.0790442.02241Hyung Song Yi253 South Rosalia RoadNot reportedSchaumburg, IL 60193-

Page 25

181

Map IDDirectionDistanceDistance (R.)Site

MAP FINDINGS

EDR ID Number

Database(s) EPA ID Number

TOUCH OF ELEGANCE CLEANERS (Continued)

Contact Phone: (847) 895-0050Date Enroged: 01/23/2006Point Of Contact: Troy WoodtkeConsultant Company: Pioneer Engineering 8 Environmental Services, Inc.Consultant Address: 700 North Sacramento BoulevardConsultant Address2: Suite 101ConsuRant City,St,Zip: Chicago, IL 60612-Consultant Phone: (773) 722-9200Proj Mgr Assigned: RossiSec. 4 Letter Date: Not reportedNFR Recorded: 01/05/2007Active: FalseTotal Acres: 5.999No Further Remediation Letter Dt: 12/01/2006Remediation Applicant Co: Touch of Hegance CleanersRemediation Applicant Title: Mr.Remediabon Appgcant Name: Mr. Hyung Song YiRemediagon Appgcant Company: Touch of Elegance CleanersRemediation Applicant Address: 253 South Rosege RoadRemediation Applicant Address 2: Not reportedRemediation Applicant City,SLZip: Schaumburg, IL 60193-Rlinois EPA: 0312825127Site Name: Touch of Hegance CleanersNFR Leger 2006-12-01NFR Letter Date Recorded: 2007-01-05Site Type: Industrial/CommercialComprehensive/Focused: FocusedInstitugonal Controls: Groundwater use restriction/ELUCBarrier: Not reportedWorker Caution: FalseAcres: 5.999

S106541630

DRYCLEANERS:Facility Id:DC No:Facility Contact:License Expires:

1556-7011-01DC-00005HYUN SONG Yl

12/31/2014

D25West1/4-1/20.407 mi.2148 fL

SCHAUMBURG, VILLAGE OF350 WEST SCHAUMBURG RD.SCHAUMBURG, IL 60194

Site 1 of 2 in cluster D

LUST;Incident Num.IL EPA Id:ProductIEMA Date:Project Manager.Project Manager Phone:Email:PRP Name:PRP Contact:PRP Address:PRP City,SI,Zip:

9326670314895002Deisel10/07/1993Lowder(217) 785-5734Mike.Lowderiginols.govVglage of SchaumburgKlaus Kynast350 West Schaumburg Rd.Schaumburg, IL 60194

LUST S104523563N/A

Page 26

182

Map ID

Dire ebonDistanceDistance (/t.)Site

MAP FINDINGS

EDR ID Number

Database(s) EPA ID Number

SCHAUNIBURG, VILLAGE OF (Continued) S104523563

PRP PhoneSite Classi5cation:Section 57.5(g) Letter:Date Section 57.5(g) Letter:Non LUST Determination Letter:2D Report Received:45 Report Received:NFA/NFR Letter:NFR Date Recorded:

Not reportedNot reported732Not reportedNot reported06/13/199406/13/199407/Q2/1996Not reported

D26 SCHAUNIBURG, VILLAGE OFWest 350 WEST SCHAUMBURG RD.1/4-1/2 SCHAUMBURG, IL0.407 mi.2148 N. Site 2 of 2 in cluster D

RGA LUST:

RGA LUST S115517752NIA

2012201120102009200820072006

'0052QD4

2003200220012000

SCHAUMBURG, VILLAGE OFSCHAUMBURG, VILLAGE OFSCHAUMBURG, VtLLAGE OFSCHAUMBURG, VILLAGE OFSCHAUMBURG, VILLAGE OFSCHAUMBURG, VILLAGE OFSCHAUMBURG, VILLAGE OFSCHAUMBURG, VILL'AGE OFSCHAUMBURG, VILLAGE OFSCHAUMBURG, VILLAGE OFSCHAUMBURG, VILLAGE OFSCHAUMBURG, VILLAGE OFSCHAUMBURG, VILlAGE OF

350 WEST SCHAUMBURG RD.350 WEST SCHAUMBURG RD.350 WEST SCHAUM BURG RD.350 WEST SCHAUMBURG RD.350 WEST SCHAUMBURG RD.350 WEST SCHAUMBURG RD.350 WEST SCHAUMBURG RD.350 Vl/EST SC HAUM BURG RD,35D WEST SCHAUMBURG RD.350 WEST SC HAUM BURG RD.350 WEST SCHAUM BURG RD.350 WEST SCHAUMBURG RD.350 WEST SCHAUMBURG RD.

VILLAGE OF SCHAUMBURG27ESE1/4-1/2 SCHAUNISURG. IL

QA88 ml.2574 ft

IL NIPC 8100789989N/A

28 SCHAUMBURG PARK DISTSouth 401 ROSELLE RD1/4-1/2 SCHAUMBURG, IL 601930.489 mL

2581 ftLUST:

Incident Num:

IL EPAId'roduct

IEMA Date:Project Manager:P/oject Nlsnsger Phone:

EmsilI'RP

Name:PRP Contact

9126930312625235Gasoline09/23/1 991Chappel(217) 785-3913Harry.A.Chappeli0inois.govSchaumburg Park Dist.Dan Schourek

LUST S104525603BOL NIA

Page 27

183

Map (DDirectionDistanceDistance (0.)site

MAP FINDiNGS

EDR ID Number

Database(s) EPA ID Number

SCHAUMBURG PARK DIST (Continued) 6104525603

PR P Address:PRP City,St,Zip:PRP Phone:Si(s Class/Tication:Section 57.5(g) Letter:Date section 57.5(g) Letter.Non LUST Determination Letter.20 Report Received45 Report Received:NFA/NFR Letter:NFR Date Recorded:

235 East Beech Dr.Schaumburg, IL 60193Not reportedNot reported731Not reportedNot reportedNot reportedNot reported11/29I1994Not reported

BOL:Site Id:Inv Num/

Interest Name:Interest Type:Media Code:

170DDD4774190312825235Schaumburg Park DistBOLLAND

Page 28

0tL

00M

M

0IL'-

00(9III

ul

O. <IL'9M K

I

CJ

CO N

(3 U

0302

co rn 0 co rn rnN

'C<K0 0 0 UU UtL'L'L'L'L K

Icn cn tn ul In M

'CU 0 C9 C9 U 03 0

tL K K K «K

184

CI

0

00

0 00 0ul C3

ILM«co M

Z TI—0K CO0 KZul 2

0(3

CO

R9

0 0

QIQ0 rL 0 K

0 I 0'm

c IA cuo o

0tLU

I K<000mmCO «Ulcu m 3-I (CQ

0CNtL 0

U ct (3C<U«00al

(9 (3

Qm(QIN««03

0N

N N

w OIU IIN «0 >.

(9 0 m ™<CC. K 2 (3 YNU<«y

K 0 2 o.«m M

ozooo0 a NAir M

CO

IQ.

0

Klll

0UI

C92ILIL0'ZIUIL

InIT «IU 0

0$K 0m I—I—IU0 0

0

2 N0

2 YCOI tL O.

YK 0m«02 CO

N

0 (YJ 2

0K 00 00 z

Q0 Z

0NQ«0ZNmm

KMI- 2Z U$ 0i«0(90 K

Q.IQ

$ 0 2IU Z<ZQ

0 ul IA

0 0KOI UJ

I PK KZZKZm m 03 a.'

00 QY0CI 0 CO000<5

IL IL 0 0IL 0 Qo. o. N z 2IQ Io « '« III

(9IL'O

20 <K 0QQNIL

oO5Y@AIM(3 «N)al 0. CO

QZNco

ZQMQ Z 0

00IU

M 00N NN 0o

t o gN

o o

Ol IONN

ul N W

g P

g OCJo N m

O N0 IJ0 A

I NCO IOc cu

NI

A I A

CO CO CO

oCAD oo ooo

CO

00

C3

Nul

WUUON IL'L K

Io to 0<2%2u.I Z I T.Ooooz co co 03

OOOIL

tL'o

IA IQ

«ZZ T.000CO I/O tn

O 0 C9 0 U C9 O O CI C9 UO. IL IL' K IL IL

IL'L'L'««««««««««

IQ al Ql Ql al IQ Ql IQ Ql Co to

C <ZZZZZ ZZZZZI00000000000cn co co co co cn co co N 03 03

185

SPECIAI. PROVISION

FORMANAGING CONCRETE WASTE

Descriotion. Prevent or reduce the discharge of pollutants to siormwater from concrete waste including

diamond grinding slurry or residue by conducting washout offsite or by performing onsite washout in adesignated area.

Construction. Perform this work on projects where;

~ Concrete is used as a construction material or where concrete dust and debris result form

demolition activities~ Slurries containing portland cement concreba (PCC) or asphalt concrete (AC) are generated, such

as from saw cutting, coring, grinding, grooving, and hydto~ncrete demoliTion

~ Concrete trucks and other concrete-coated equipment are washed onsite~ Mortar-mixing stations exist

Reouirements.

~ No discharge of water/lime slurry will be allowed to enter 'waigrs of the state".

Waters of the state" - all rivers, streams, lakes and other bodies of surface and subsurface water

lying within the boundaries of the state which are not entirely confined and located completely upon

lands owned, leased or othetwise controlled by a single person or entity.

The slurry shall not be discharged to drainage ways, non-vegetated areas or anywhere storm waterrunoff is likely to occur.

~ Discharge of the slurry should be stopped

at hast 25 feet from creeks and rivers on slopes less than 12 percent.at hast 50 feet on slopes 12 percent to 25 percent in areas with healthy vegetation on theroad right of way.at least 12 feet from the bottom of ag ditches.

~ On sites where there is sparse or no vegetation to control the movement of the slurry, alternatives

that may be used include:

Pump the slurry into tankers and hauled to an area where it can be spread as a lime

supplement. This method will require additional tankers and land close to the project site.Incorporate the slurry into the soil on the dght of way nexl to the road where it will not

impact waters of the state, highway or shoulders.

~ The Resident Engineer must approve any o1her method of application or use of the slurry. The

design engineer should be contacted for guidance on the use of alternative methods.

~ Precautions must be taken at all times to prevent the slurry from enteding the waters of the state.Should improper application occur which may result in a discharge of lime slurry to the waters ofthe state, the contractor shaN immediateiy remove the siurry and notify the Resident Engineer.

046 (cc)Managing Concrete Waste

Page 1 Jenuwy 1, 20004 Page(s) Total

186

lmolementation. The following steps shall be taken to help reduce stormwater pollution from concretewastes:

~ Store dry and wet rnateriah under cover, away from drainage areas.~ Avoid mixing excess amounts of fresh concrete.~ Perform washout of concrete trucks offsite or in designated areas only.~ Do not wash out concrete trucks into storm drains, open ditches, streets, or streams.~ Do not allow excess concrete to be dumped onsite, except in designated areas.

For onsite washout:

~ Locate washout area at least 50 feet from storm drains, open ditches, or water bodies,~ Prevent runoff from this area by construcfing a temporary pit or bermed area large enough for

liquid and solid waste.~ Wash out wastes into the temporary pit where the concrete can set, be broken up, and then

disposed properly.~ Avoid creafing runoff by draining water to a bermed or level area when washing concrete to

remove fine particles and expose the aggregate.~ Do not wash sweepings from exposed aggregate concrete into the street or storm drain.

~ Collect and return sweepings to aggregate base stockpile or dispose in the trash.

For Concrete Slurrv Wastes. The following steps shall be taken when handling and disposing of concrete

slurry wastes containing portland cement concrete (PCC) or asphalt concrete (AC) generated, such as from

saw cutting, coring, grinding, grooNng, and hydr~ncrete demolition.

~ PCC and AC waste should not be allowed to enter storm drains or watercourses.~ PCC and AC waste should be coliected and disposed of or placed in a temporary concrete

washout facility.

~ A sign should be installed adjacent to each temporaty concrete washout facifity to inform concreteequipment operators to utilize the proper faciTities.

~ Below grade concrete washout facilities are typical. Above grade facilities are used if excavation is

not practical.~ A foreman or construction supervisor should monitor onsite concrete working tasks, such as saw

cutting, coring, grinding and grooving to ensure proper methods are implemented.

~ Sawcut PCC slurry should not be allowed to enter storm drains or watercourses.~ Residue from grinding operations should be picked up by means of a vacuum attachment to the

grinding rnachine.~ Saw cutting residue should not be allowed to flow across the pavement and should not be left on

the surface of the pavement.

Sluny residue should be vacuumed and disposed in a temporary pit (as descdibed below) and allowed to

dry. Dispose of dry slurry residue in accordance with

For Onsite Temoorarv Concrete Washout Facilitv:

046 (CC)Managing Generate Waste

January 1, 20094 Pagefs) Tctel

187

~ Temporary concrete washout facilities should be located a minimum of 50 ft from storm drain inlets,open drainage facilities, and watercourses. Each facility should be located away from constructiontraflic or access areas to prevent disturbance or tracking.

~ A sign should be installed adjacent to each washout facility to inform concrete equipment operatorsto utilize the proper faciliTies.

~ Temporary concrete washout facilities should be constructed above grade or below grade at theoption of the contractor. Temporary concrete washout facilities should be constructed andmaintained in sufficient quantity and size to contain all liquid and concrete waste generated bywashout operations.

~ Temporary washout facilities should have a temporary pit or bermed areas of sufficient volume tocompletely contain afl liquid and waste concrete materials generated during washout procedures.

~ Washout of concrete trucks should be perl'ormed in designated areas only.~ Only concrete from mixer truck chutes should be washed into concrete wash out.~ Concrete washout from concrete pumper bins can be washed into concrete pumper trucks and

discharged into designated washout area or properly disposed of offsite.~ Once concrete wastes are washed into the designated area and allowed to harden, the concrete

should be broken up, removed, and disposed of per WM-5, Solid Waste Management. Dispose ofhardened concrete on a regular basis.

~ Temporary Concrete Washout Facility (Type Above Grade)

Temporary concrete washout facility (type above grade) should be constructed asshown on the details at the end of this BMP, with a recommended minimum )ength andminimum width of 10 lt, but with sufficient quantity and volume to contain all liquid andconcrete waste generated by washout operationsSilt Fence, wood stakes, and sandbag materials should conform to the provisions inSE-9, Straw Bate Barrier.Plastic lining material should be a minimum of 10 mil in polyethylene sheeting andshould be free of holes, tears, or other defects that compromise the impermeability ofthe material.

~ Temporary Concrete Washout Facility (Type Below Grade)

Temporary concrete washout faciTities (type below grade) should be constructed asshown on the details at the end of this BMP, with a recommended minimum length andminimum width of 10 ft. The quantity and volume should be sufficient to contain aflliquid and concrete waste generated by washout operations.Lath and flagging should be commercial type.Plastic lining material should be a minimum of 10 mil polyethylene sheeting and shouldbe free of holes, tears, or other defects that ccrnprornise the impermeability of thematerial.

Removal of Temporary Concrete Washout Facilities: When temporary concrete washout facilities are nolonger required for the work, the hardened concrete should be removed and disposed of. Materials used toconstruct temporary concrete washout facilities should be removed from the site of the work and disposedof. Holes, depressions or other ground disturbance caused by the removal of the temporary concretewashout facilities should be backfilled and repaired.

046 (cc)Managing Concrete Waste

Page 3 January 1, 20094 Page(a) Total

188

Insoection and Maintenance,

~ inspect and veriify that activity-based BMPs are in place prior to the commencement of associatedactivities. While activities associated with the BMP are under way, inspect weekly during the rainy

season and of two-week intervals in the non-rainy season to verify continued BMP implementation.

~ Temporary concrete washout facilities should be maintained to provide adequate holding capacitywith a minimum freeboard of 4 in, for above grade facilities and 12 in. for below grade facilities.

~ Maintaining temporary concrete washout facilities should include removing and disposing ofhardened concrete and returning the facilities to a functional condition.

~ Hardened concrete materiah should be removed and disposed of.~ Washout facilities must be cleaned, or new facilities must be constructed and ready for use once

the washout is 75% full.

Disoosal for the Diamond Grindina Slurrv (Non Hazatdous Onlvk

Transoortino. - Transport the diamond grinding slurry from the diamond grinder to a licensed Type II

municipal landNN for solidification or to a iicensed liquid industrial waste disposal faciTily. Cover and contain

to prevent loss to the environment during transport and delivery to the licensed facility.

Solid Waste FaciTibr. Dispose of the diamond grinding slurry in a licensed Type II municipal lanrNII

pursuant to Part 115of Solid Waste Management, of the Natural Resources and Environmental Protection

Act, 1994 PA451, as amended (Act451). The disposal shall be consistent with the landfiN's waste

acceptance policies and the slurry shall be solidiTied sumciently to pass the paint filter test.

Licensed Liouid Industriial Waste Disoosal Facilitv. The diamond grinding slurry may also be processed asa liquid industrial waste at a licensed liquid industrial waste facility pursuant to Part 121 of the Liquid

Industrial Waste, of the Natural Resources and Environmental Pmiection Act, 1994 PA 451, as amended

(Act 451), provided the disposal is consistent with the licensed liquid waste facility processor acceptancepoKies.

Recotds Furnish a complete waste disposal manifest for each load prepared by the Contractor with copiesto the Engineer containing information on the point of generation including roadway, the volume

transported, and the name of licensed disposal facility.

Contractor Resoonsibiiitv for Method of Ooerations, This specification sets forth minimum steps to avoid

violating environmental laws. It remains the responsibility of the Contractor to determine whether more thanthose minimum steps are required and to perform the work required by this contract in whatever manner

may be required to comply with applicable laws. Ihe Contractor shaN be liable to the Department for anyfines, costs, or remediation costs incurred by the Department as a result of the Contractor's failure to be in

compliance with this specification and ag federal, state and local laws.

Measurement and Payment: AN cosh associated with the collecting, handling, transporting by contractor orlicensed industrial waste hauler, manifesting the waste, managing the diamond grinding slurry, and

disposing will not be paid for separately but will be included in the payment for other items of work. All costsassociated with full compliance with applicable laws regatdless of whether or not aN applicabls laws arecited in this special provision or in the Standard Specification for Construction will be borne by theContractor.

046 ICC)Managing Concrete Waste

January 1, 2000e Pagalsi Total

189

SPECIAL PROVISION

FORCLASS B PATCHES, SPECIAL

Secfion 442 of the Standard specifications shall be followed for this item and amended in accordance with

the working time restrictions described below.

The work on this pay item shall be performed on the weekends only. The contractor shall be allowed to

choose any weekend(s) to compkte afi work, except for sealing, associated with Class B Patches, Special.The lane closures wiil be allowed between 7:00 p. m. on Friday and 5:00 a.m. the fofiowing Monday of thechosen weekend(s). AU lanes must remain open to traffic outside of this time period.

The following is a suggested staging sequence provided for the Contractor when Class B Patches, Specialof any type is used. Removal and preparation of patches shall start after 7:00 p.m. Friday night until 7:00a.m. Saturday afternoon, Curing and opening of patches shall be completed by 5:00 a.m. Monday

nlofnglg.

Section 108.09, failure to complete work on time, of the Standard Specifications shall be revised such thatafi references to the completion date in that section shall also refer to the interim completion time asdefined in this special provision. The liquidated damages will also be revised such that the contractor will beassessed $1500.00 per hour for each hour or portion thereof that the lanes have not been reopened after5:00a.m. on the Monday following each weekend that is scheduled for this work.

Basis of Pavment. This work shall be paid for at the contract unit price per square yard for Class BPatches, Special of the Type and thickness specified.

047 (CciClass S Patches, Special

Jaeussy L 20081 Page(s} Total

190

SPECIAL PROVISION

FORDOWEL BARS

Revise the fifth and sixth sentences of Article 1006.11(b)of the Standard Specifications to read

"The bars shall be epoxy coated according to AASHTO M 284, except the thickness of the epoxy shall be 7to 12 mile (0.18 to 0.30 mm) and patching of the ends will not be required. The epoxy coating applicatorshall be certified according to the current IDOT Bureau of Materials and Physical Research PolicyMemorandum, "Epoxy Coating Plant Certification Procedure". The Department will maintain an approvedlist."

Basis of Pavment. Dowel Bars required for Pavement Patching or placement of P.C. Concrete Pavementwill NOT be paid for separately. The cost of the dowel bars will be included in the cost for the respectivepavement replacement item. Contraction joints requiding the use of dowel bars will be located at thedirection of the Engineer and placed in accordance with the applicable glinois Department of TransportationStandard or Specification as well as any other note, detail or standard contained in the project plans andspecifications.

050 (CC)Dowel Sara

January 1, 20081 Page(s) Tolal

191

SPECIAL PROVISION

FORSOILS INFORMATION

All soils information upon which the design was prepared is available for examination by all prospectivebidders at the owce of the Cook County Department of Transportation and Highways. Information mayalso be posted on the Transportation and Highways Department Rp site along with the contract plans. All

interested parties are advised to access this site to review any posted information. Instrucfions for

accessing this site are found on page 1 of this document. Information regarding Chan Construction Debris

and Demolition (CCDD), if applicable to the project, may be found in the special provision.

Any information shown on the plans, posted onIne, available in the Transportation and Highways

Department offices or contained in the Special Provisions pertaining to subsurface exploration, borings, testpits, roadway cores and other preliminary investigations represents only the best knowledge of the

Department as to the location, character or quantity of the materials encountered and is only included for

the convenience of the bidder. The Department assumes no responsibility whatever in respect to thesuwciency or accuracy of the information, and there is no guaranty, either expressed or implied, that theconditions indicated are representative of those existing throu haut the work, J3LtttaLJtnanbcipated——~evelopmantsTrtaytfottfccur.

The bidder will be permitted to see and examine this information for whatever value he considers it worth.

Any additional bodngs deemed necessary by the bidder shall be made at his own expense. It is expectedthat. each bidder will, prior to submitting his bid, visit, the site of the work, examine the local condwons,

inform himself as to the accessibility of the work, and ascertain the character of the material to beexcavated and obtain such available information as will assist him to make an intelligent bid. Failure of abidder to make such an examination may be held to be sufficient reason to reject his bid. No allowance will

be made for failure of a bidder or contractor to estimate the difficulties attending the execution of the work.

060 (CC)Soils Information

Page 1 January 15,20131 Page(s) Total

192

SPECIAL PROVISION

FORCRUSHED STONE (TEMPORARY USE)

Descriotion. This work shall consist of furnishing and placing crushed stone for temporary use to provide

and maintain ingress and egress to abutting properfles during construction operations. It shall be used for

access to intersecting roadways, alley returns, crosswalks and other places required by the Engineer. Thecrushed stone or gravel shaii have a gradation of CA6 or CA10 conhrming to Article 1004.01 of the StateStandard SpeciTications. Excess materials recovered from the job site such as bituminous grindings and

sulAase granular materials from existing pavements may be utiTized at the discretion of the Engineer.

Basis of Pavment This work will be paid for at the Lump Sum for Crushed Stone (Temporary Use). An

estimated quanbty may be given in the plans for informational use only, The Lump Sum payment shall

inc4de furnishing, tmnsporftng, placing, maintaining, reusing and Ite ultimate disposal of the Crushed

Stone (Temporary Use) as herein specified or as directed by the Engitier.

003 CC)Cmshed Stone (Temporary Use)

Page 1 January 1, 20081 Page(a) Total

193

SPECIAL PROVISION

FORAGGREGATE SUBGRADE (12 INCH)

This work shall be done in accordance with the applicable portions of Section 207 of the StandardSpecifications. The material shall conform to Article 1004.05 of the Standard Specifications except asfollows:

1. Crushed Stone, Crushed Blast Furnace Slag, and Crushed Concrete will be permitted. Seel slagand other expansive materials as determined through testing by the Department will not bepermitted.

Sieve Size6 inches (150mm)4 inches (100mm)2 inches (50mm)

¹200 (75 Itm)

Percent Passino97+3

90+1045225

525

2. Gravel, Crushed Gravel, and Pit Run Gravel

Sieve Size6 inches (150mm)4 iriches (100mm)2 inches (50mm)

¹4 (4.75mm)

¹200 (75 Itm)

Percent Passina97d:3

9021055+2530+20

525

3. Crushed Concrete with BituminousMaterials'ieve

Size6 inches (150mm)4 inches (100mm)2 inches (50mm)

¹4 (4.75mm)

¹200 (75 p,m)

Percent Passina97+3902104522520+20

5+5

*The Bituminous matedial shall be separated and mechanically blended with the crushed concreteso that the bituminous material does not exceed 40%c of the final product. The top size of thebituminous material in the ¹nal product shall be less than 4 inches (100mm) and shall not containmore than 10.0%steel slag RAP or any material that is considered expansive by the Department.

084 (IL)

Aggregate Subgrade (12 Inch)Page I August I, 2008

2 Page(a) Total

194

The Aggregate Subgrade shall be placed in two lifts consisting of a 9 inch (225mm) and variable nominal

thickness lower lift and a 3 inch (75 mm) nominal thickness top IN of capping aggregate having a gradation

of CA 6, The CA 6 may be blended as follows. The bituminous materials shall be separated and

mechanically blended with interlocking feeders with crushed concrete or natural aggregate, in a manner

that the bituminous material does not exceed 40% of the final product. This process shall be approved bythe Engineer prior to start of production. The top side of the bituminous material in the final products shall

be less than 1% inch (37.5mm) and shall not contain any material considered expansive by the department.Rechimed Asphalt Pavement (RAP) (having a maximum of 10% steel slag RAP) meeting the requirements

of Article 1031 of the Standard Specifications and having 100% passing the 1% inch (37.5mm) sieve and

well graded down through fines may also be used as capping aggregate. IDOT testing of the RAP material

will be the determining factor for determining the percent steel slag RAP or Expansive MateriaL When thecontract specifies that an aggregate subbase is to be placed on the Aggregate Subgrade, the 3 inch (75mm) of capping aggregate will be eliminated. A vibratory roller meeting the requirements of Article

1101.01(g)of the Standard SpecNcations shall be used to roll each lift of material to obtain the desired

keying or interlock and necessary compaction. The Engineer will verify that adequate keying has beenobtained.

When a recommended remedial treatment for unstable subgrades is included in the contract, the lower lift

of Aggregate Subgrade may be placed simultaneoushr with the material for Porous Granular Embankment,

Subgrade when the total thickness to be placed is 2 feet (600mm) or lass.

Method of Measurement.

1) Contract Quantities. Contract quantities Shall be in accordance wilh Article 202.07.

2) Measured Quantities, Aggregate Subgrade will be measured in place and ihe area computed in

square yards (square meters).

Basis of Pavment. This work will be paid for at the contract unit price per square meter (square yard) for

Aggregate Subgrade (12 Inch), which price shall include the capping aggregate.

064 (IL)

Aggregate Subgrade (12 Inch)

Page 2 August 1, 20082 Page(si Total

195

SPECIAL PROVISION

FORP.C. CONCRETE SURFACE FINISH

All P.C. Concrete Pavement shall have a Type B final finish as speciTied in Article 420.09 (e)(2) of the

Standard Specifications.

060 (CC)PCC SURFACE FINISH

Apttt T, 20101 Pago(a) Total

196

SPECIAL PROVISION

FORBRACING AND SHEETING

Descriotion. The Contractor, if necessary, shall furnish, place and maintain all bracing and sheeting to

safeguard adjacent utilities, as well as the work done under this contract.

Construction Cost. A drawing showing the method and sizes of bracing and sheeting proposed to be used

shall be submitted to and approved by, the Engineer before the necessary materials or equipment areordered by the Contractor.

If at anytime the method being used by the Contractor for supporting any material, highway or utility

structure adjacent to any excavation is not reasonably safe, in the opinion of the Engineer, the Engineer

may require and the Contractor shall provide additional bracing and support necessary to furnish the added

degree of safety required by the Engineer. The Contractor shall provide such additional bracing and

support by any method approved by the Engineer, as he may elect to use, but the taking of such added

precautions shall in no way relieve the Contractor of his sole and gnsl responsibility for the safety of lives,

work and structures.

Basis of Pavment The cost of such required bracing and sheeting shall not be paid for separately but shall

be considered as incidental to the contract.

179 (CC)Bracing end Sheeting

Pege 1 December 1, 20071 Pegete) Tete l

197

SPECIAL PROVISION

FORCOOPERATION WITH UTILITIES

This special provision amends the provisions of Article 105.07of the Standard Specifications and includesa section clarifying the utility information provided in the plans and specifications.

105.07 - Coooeration with Utilities. Revise the last paragraph regarding (a) known Utilities to read:

"No additional compensation will be allowed for any delays, inconveniences, or damage sustained bythe Contractor due to any interference from the said utility appurtenances or the operation of movingthem either by the utility company or by him; or on account of any special construction methodsrequired in prosecuting his work due to the existence of said appurtenances either in their present orrelocated positions."

105.07 - Coooeration with Utilities. Delete subarticle 105.07 (b) Unknown Utilities and substitute thefollowing:

(b) Unknown Utilities. The requirements stated above for known utilities shall apply to unknownutilities.

Examination of Plans. Soecifications. Soecial Provisions and Site of Work.

The bidder shall, before submitting a bid, carefully examine the provisions of the contract. The bidder shallinspect in detail the site of the proposed work, investigate and become familiar with all the local conditionsaffecting the contract and fully acquaint themselves with the detailed requirements of construction.Submission of a bid shall be a conclusive assurance and warranty the bidder has made these examinationsand the bidder understands all the requirements for the performance of the work. If his/her bid is accepted,the bidder shall be responsible for all errors in the proposal resulfing from his/her failure or neglect tocomply with these instructions. The Department will, in no case, be responsible for any costs, expenses,losses, or change in anticipated profits resulting from such failure or neglect of the bidder to make theseexaminations.

The bidder shall take no advantage of any error or omission in the proposal and advertised contract, Anyprospective bidder who desires an explanation or interpretation of the plans, specification, or any of thecontract documents shall request such in wrtiting from the Department, in sufficient time to allow a writtenreply by the Department that can reach all prospective bidders before the submission of their bids. Allinformation and changes made to the contract will be communicated through an addendum. Only changesmade through the addendum will be binding to the Department. When the plans or special provisionsinclude information pertaining to the location of underground utility facilities, such information representsonly the opinion of the Department as to the location of such utilities and is only included for theconvenience of the bidder. The Department assumes no responsibility whatever in respect to thesumciency or the accuracy of the information shown on the plans relative to the ktcation of undepgroundutility facilities. It shall be the Contractor's responsibility to determine the actual location of all such facilitiesincluding field vertfication of both vertical and horizontal locations elative to the work. He shall also obtainfrom the respective ufility companies detailed information relative to the location of their facilities and theworking schedules of the utility companies for removing or adjusting them.

185 (cc)Cooperation With Utilities

Page 1 Febroarr 10, 20122 Page(si Total

19B

It is understood and agreed that the Contractor has considered in his bid all of the permanent and

temporary utility appurtenances in their present or relocated positions. The Contractor'5 attention isdirected to the fact that the various utility companies may be relocating and consbucting facilities within the

project limits concurtent with the Contractor'5 opetabons. The Conlractor shall coordinate his activities with

the various utility companies, at all times, and may be required to work at other locations of the

improvement until relocation and construction is completed by the utility company. The Contractor isadvised that the relocation times and schedules listed in the special provision "Status of Utilities to beAdjusted" are only rough estimates and no extra compensation will be allowed for delays resulting from anywork performed by a utility company or for their failure to meet said rehcation schedule.

P igpecial Provisions - 2012lF Drainage 156-2101185 Cooperation with Utilities.docx

105 (CC)Cooperation With Utilities

Page 2 February 10, 20122 Page(s) Total

199

STATUS OF UTILITIESUTILITIES TO BE ADJUSTED

Roselle RoadAt Schaumburg Road

Name 8 Address of UtilityCompany

Type Estimated Dateof Completion

AT&TJanet C. Ahern

1000 Commerce Dr.Oak Brook, IL 60623

Buried Cable and Fiber Coordinationongoing

Com castI)fiartha Gieras

680 Industrial Dr.Elmhurst, IL 60126

Buried Cable CoordinationOngoing

ComEdThree Lincoln Center, 4iu Fir.Oak Brook Terrace, IL 60181

Underground Electric CoordinationOngoing

Nicor GasBruce Koppang1844 Ferry Rd.

Naperville, IL 60663

8" and 10"Gas MainCoordination

Ongoing

Wide Open WestChris Kasallis

1674 Frontenac Rd.Naperville, IL 60663

Buried Cable and Fiber CoordinationOngoing

NOTES: All underground utilities shall be located by the Contractor prior to the start of construction. Thelocations of Traffic Signal Post Foundations and Handholes shall be adjusted act2)rd)ngly to avoid conflictwith the utilities. Watch and Protect all utilities.

The above represents the best information available to the County aad is included for the convenience ofthe bidder. Utility relocation startup date is assumed to be from the date the R.O.W. is staked and permitsare secured unless otherwise noted. The applicable provisions of Article 105.07, 107.20, and 107.31of theStandard Specifications for Road and Bridge Construction and Cook County Special Provision 170 shallapply.

185a (CC)Status of Utllitleu

Page 1 June 29, 20152 Page(s) Total

200

The Contractor's attention is directed to the fast that the carious companies will be relocating and

constructing facilities within the project limits concurrent with the Contractor's operations. The Contractorshall coordinate his activities with the various utility companies, at all times, and may be required to work

only on portions of the improvement until relocation and consbucfion is completed. The Contractor is

advised that the relocation times and schedules listed herein are only estimates provided by the utility

company. No extra compensation wiil be allowed for delays resulting from any work performed by a utility

company or for their failure to meet said relocation schedule.

The Contractor should contact J.U.L.I.E.48 hours prior to construction at 1-800-892-0123 for all utility

locations.

185a(CC)Status ol Utilities

Page 2 June 29,20t52 Page(si Total

201

SPECIAL PROVISION

FORDOMESTIC WATER SERVICE BOXES TO BE ADJUSTED

Description. This item shall consist of the adjustment of existing Domestic Water Service Boxes to match

the proposed surface grade, or as otherwise directed by the Engineer, In order to make the necessaryadjustments, the Contractor may have to provide either slide-type or screw-type extensions for the existing

facility. It shall be the responsibility of the Contractor to ascertain the type of existing facility, and the

necessary extenshn piece required to perform the adjustment. The installation of the extension pieces or

the proper manipulation of existing slide or screw type devices will be the only adjusbnent allowed, and the

use of physical force to raise or lower the existing Domestic Water Service Boxes will not be permitted, This

work shall be done to the satisfaction of the Engineer.

Basis of Pavment. This item shall be paid for at the contract unit price each for Domestic Water ServiceBoxes to be Adjusted, which price shall include all labor, equipment and material.

187 (CC)Domestic Water Service Boxes to be Adjusted

Page 1 December 21, 20091 Pegeisi Total

202

SPECIAI PROVISION

FORSODDING

This Special Provision amends the provisions of the Standard SpeciTtcations and shall be construed to be apart thereof.

252.09 Suoolemental Waterina. Revise the third sentence to read:

When the supplemental wateding is specified on the plans, the water shall be applied at the total rate of 10gallons per square yard (45 liters per square meter) within 24 hours of notice.

252.11 Insoection. Revise the first paragraph to read:

The Contractor shall notify the Cook County Department of Transportation and Highways of the localities

from which the sod is to be obtained so that an authorized representative of the Transportation and

Highways Department can inspect the field for approval. Afi sod shall be fresh and green when delivered.

Any sod that is dried out, burned, brown or inferior in quality to the approved sod field, or in any way fails tomeet the requirements of the specifications, will be rejected and removed from the job immediately and

shall be replaced with suitable sod at the Contractor's expense.

To insure the delivery of suitable field sod, three weeks before cutting, the Contractor or the Supplier shall

apply sufficient weed killer to eradicate existing common weeds. Seven days after the weed killer is

applied, sufficieht fertilizer shall be spread over the field to insure green sod prior to any delivery,

Only 2 year growing season or older approved nursery grown sod shall be placed on parkways and median

strips adjacent to residential property, parks or other special areas as designated by the Engineer.

212 (CC)Sodding

Page 1 Janoay 15, 20131 Peseta) Total

203

SPECIAL PROVISION

FORWORK ZONE TRAFFIC CONTROL SURVEILLANCE

Revise Article 701.10of the Standatd Specifications to read:

"The Contractor shall conduct inspections of the worksite at a frequency that will allow for the timely

replacement of any traflic control device that has become displaced, worn, or damaged. A sufficient

quantity of replacement devices, based on vulnerability to damage, shall be readily available to meet this

requirement."

Delete Articles 701.19(d}and Article 701.20(g) of the Standard Specications,

227 (IL)Work Zone Traffic Control Surveillance

Page 1 January 1, 20101 Page(s) Total

SPECIAL PROVISION

FOR

SIGN IDENTIFICATION DECAL

1. The identification decal shall have an Orange background with Black legend. The material may be of

non-ref lectorized or ref lectorized sign face with weatherproof adhesive backing. The decal shall be

applied as per drawing to the back side of all sign panels installed, replaced or relocated.

2. A decal of 3'eries D numerals representing the last two digits of the year in which NEW sign was first

installed shall be applied on the back of the sign and just above the identification decal. The numerals

shall be of the Orange color.

3. As shown in the drawing, wording 'CCDOTH XX-XX'/8" high shall be stenciled at the bottom left of the sigr

face where XX-XX represents the month and year of NEW sign fabrication.

The cost of the material and labor for applying the decals and year identication numerals shall be considered

as incidental to the Contract, A finished sample of the decals shall be submitted to the Engineer for approval

prior to application.

OONTRACT SECTION NO.00-00000-00-00

PROPERTY OF THE

COOK COUNTY DEPARTMENT OFTRANSPORTATION AND HIGHWAYS

WARNINGUP TO $1000 FINE AND IMPRISONMENT

FOR POSSESSING OR TAMPERING WITH

THIS SIGN

ILL CODE 11.313

u1

I

I

I

I

I

I

I

I1

I

I

I

I

I

I

II

I

I

I

I

SPEEjtjt

-Q2 LljMIT

45Q)

230 (DCI

Sign Identification Decal

January 15, 20131 Page Toial

205

SPECIAL PROVISION

FORTRAFFIC PROTECTION

General. This item of work shall include furnishing, installing, maintaining, replacing,. relocating andremoving all traNc control devices used for the purpose of regulating, warning or directing tramc andprotecting workers during the construction or maintenance of this impmvement.

Traffic protection shall be provided as called for in the plans, these Special Provisions, applicable TrafficControl Highway Standards, applicable sections of the Standard Specifications, or as directed by theEngineer.

The governing factor in the execution and staging of work for this project is to provide the motoring publicwith the safest possible travel conditions along the roadway through or around the construction zone. TheContractor shall arrange his operabons to keep the closing of any lane of the roadway to a minimum.Where the traffic of any building in the area of the proposed improvement is of an emergency nature, suchas Hospital, Fire or Police Station traffic, the Contractor shall provide for free movement of such trafficduring the course of construction.

Traffic Control Devices include signs and their supports, signals, pavement markings and markers, trafficcones, barricades with sand bags, plastic drums, channelizing devices, warning lights, arrow boards,flaggers, or any other device used for the purpose of regulating, detouring, warning or guiding trafficthrough or around the construction zone, including required devices and marking approaching anddeparting the construction zone.

The Contractor is required to conduct routine inspections of the worksite at a frequency that wiii allow forthe prompt replacement of any traflic control device that has become displaced, worn or damaged to theextent that it no longer conforms to the shape, dimensions, color and operational requirements of the"Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD), the Traffic ControlStandards and the "Quality Standard for Work Zone Trafffc Control Devices" issued by the illinoisDepartment of Transportation or will no longer present a neat appearance to motorists. A sufficient quantityof replacement devices, based on vulnerability to damage, shall be readily available to meet thisrequirement.

The Contractor shall be responsible for the proper location, installation and arrangement of all traffic controldevices. Special attention shall be given to advance warning signs dgring construction operations in orderto keep lane assignment consistent with barricade placement at all times. The Contractor shall immediatelyremove, cover or turn from the view of the motorists all traffic control devices which are inconsistent withdetour or lane assignment patterns and conflicting conditions during the transition from one constructionstage to another, When the Contractor elects to cover conflicting or inappropriate signing, materiah usedshall totally block out reflectivity of the sign and shall cover the entire sign. The method used for coveringthe signing shall meet with the apptroval of the Engineer.

The Contractor shall coordinate all traffic control work on this project with adjoining or overlapping projects,including barfficade placement necessary to provide a uniform trafAc detour pattern. When directed by theEngineer, the Contractor shall remove all trafffc control devices which were furnished, installed andmaintained by him under this contract, and such devices shall remain the property of the Contractor. All

231 icc)Traliic Protectioo

Page 1 July 1, 20126 Page(a) Total

206

traffic control devices shall remain in place until specific authorization for relocation or removal is received

from the Engineer.

The Contractor shall ensure that all traffic control devices installed by him are functional and effective 24bouts each day.

107.15 Dirt on Pavement or Structures. Add the fofiowing after the first paragraph of this Article:

When ordered by the Engineer, the Contractor shall use some method to aNay dust and prevent anuisance. This shall be done preferably by sprinkling the Subgrade or the portion of pavement used bytrucks or busses with water. )f conditions warrant, fitis shall receive constant attention by the Contractor.

Calcium Chloride shall not be used for this purpose. No exlra compensation shall be allowed the

Contractor for this work.

Signs. All signs except those referdng to daily lane closures shall be post mounted in accordance with

Standard 701901 for all projects that exceed four days.

Construction signs referding to daytime lane closures duding woddng hours shall be removed, covered orturned away from the view of the motorists duding non-working hours.

Prior to the beginning of construction operations, the Contractor will be provided a sign log of all existing

signs within the limits of the construction zone. The Contractor is responsible for vedfying the accuracy ofthe sign log. Throughout the duration of this project, all existing tratfic signs shall be maintained by the

Contractor. Ail provisions of Article 107.25 of the Standard SpectTtcations shafi apply except the third

paragraph shall be revised to read: "The Contractor shall maintain, furnish and replace at his own expense,any traffic sign, or post which has been damaged or hst by the Conlractor or a third party".

"Fresh Oil" signs (W21-2) shall be used when prime is applied to pavement that is open to traffic. The signsare to remain until tracking of the prime ceases. The sign shall be erected a minimum of 500 feet precedingthe start of the prime and on all side roads within the posted area. The "Fresh Oil" sign on the side road

shall be posted a minimum of 200 feet from the mainline pavement.

"Rough Grooved Surface" signs (W8-l107) shall be used when the road has been cold milled and open totraffic. The signs shall remain in place until the milled surface condition no longer exists. These signs shall

be erected a minimum of 500 feet preceding the start of the milled pavement and on all side roads within

the posted area, The 'Rough Grooved Surface" signs on the side roads shall be posted 200 feet from themainline pavement. All signs shall have an 18"x 18"orange tlag and ainber flashing fight attached.

Whenever a lane is closed to tramc using Standard 701606, 701601, or 701701, the pavement width

transition sign (W4-2R or W4-2L) shall be used in lieu of "Workers" sign (W21-1 or W21-1a).

Whenever any vehicle, equipment, workers or their acfivities infringe on the shoulder or within 15 feet of the

travehd way and the traveled way remains unobstructed, then the applicable Trafiic Control Standard shall

be 701006, 701011,701101,or 701701. "Shoulder Work Ahead'ign (W21-5(0)48) shall be used in lieu

of the "Workers" sign (W21-1 or W-21-1a).

The Contractor shail provide and erect any other signs that are required for traffic safety operations and theconveyance of traffic information to the motorist, which may not be included in the Traffic Control

231 tcclTrallio Proteotion

July 1,20126 Page(a) Total

207

Standards. The requirement for these signs shall be determined by and installed at the direction of the

Engineer.

Barricades: Any drop off greater than 3 inches, but less than 6 inches within 8 feet of the pavement edgeshall be protected by Type I or II barriicades equipped with mono-directional steady burn lights at 100 footcenter to center spacing. If the drop off within 8 feet of the pavement edge exceeds 6 inches, thebamcades mentioned above shall be placed at 50 foot center to center spacing. Barricades that must beplaced in excavated areas shall have leg extensions installed such that the top of the barricade is in

compliance with the height requirements of Standard 701901. In addition to the placement of bamcades asdescribed above, pavement drop off signs (W8-ga) shall be used along with the barricades and at thedirection of the Engineer.

Placement of afl signs, barricades or drums shall proceed in the direction of flow of traffic. Removal of afl

signs, barriicades or drums shall start at the end of the construction areas and proceed toward oncoming

trafflc unless otherwise directed by the Engineer.

AH Type I and Type II barricades, drums and vertical panels shaH be equipped with a steady bum light

when used during hours of darkness unless otherwise stated herein.

Check barricades shall be placed in work areas perpendicular to traffic every 1,000 feet, one per lane and

per shoulder, to prevent motolists from using work areas as a traveled way. Two additional checkbarricades shall be pktced in advance of each patch excavation or any other hazards in the work area, thefirst at the edge of the open traffic lane and the second centered in the closed lane, Check barricades shall

be Type I or II and equipped with a flashing light.

Arrow Boards. A flashing arrow board shal! be operating at afl times when a lane is closed to traflic on amultilane highway. Arrow boards shall be provided and located in a head-on posiTion within each lane

closure taper.

Temoorarv Concrete Barrier Vertical Panels and Liahts, Whenever temporary concrete banier is specified

in the plans, vertical panels and steady burning lights meeting the requirement of Articles 1106.01 and

1106.02 of the Standard Specifications and Standard 701901 shall be installed on the barrier at 50 footcenters minimum or at the spacing shown on the plans. The method of mounting shall be approved by theEngineer. Upon condusion of the work, the panels and lights shall be removed and shall remain the

property of the Contractor,

Pedestrian Sidewalk Control. The Contractor shall install, maintain and remove necessary signs and

bamcades needed to direct pedesbians to usable sidewalks and walkways during the construction in

accordance with Traffi Control Standard 701801 or as directed by the Engineer. The Contractor shall

make adequate protrislon for the free passage of foot traffic at aN intersecting streets which are to remain

open to traffic. The materials or equipment used in the construction of this Improvement shall be so placedas to afford access to abutting private properly and to afl hydrants and valves with a minimum ofinconvenience.

AN banicades shall be Type I or II equipped with flashing lights. At each point of closure, sufficient numbers

of barricades shall be used to completely close the sidewalk to pedestrian movement. Where construction

activities involve sidewalks on both sides of the street, the work shall be staged so that both sidewalks arenot out of service at the same time.

231 (CC)Traflic Protection

July 1, 20126 Patte(s) Total

208

107.09Public Convenience and Safetv. Revise the Seventh paragraph of this Article to read as ktllows:

The following vertical and horizontal restrictions shall pertain to roads as defined in the illinois HighwayCode, Article 2, Division 1, Section 2-101, 2-102, and 2-103 when construction is being performed with theroad open to traffic.

The Contractor shall provide a telephone number where a responsible individual can be conbtcted on a 24-hour-a-day basis to receive notification of any deficiencies regarding traffic control and protecfion. TheContractor shall dispatch workers, materials and equipment to correct any such deliciencies. TheContractor shall respond to any call from the Department concerning any request for improving orcorrecting traffic control devices and begin making the requested repairs within two hours from the time ofnotification.

Personal vehicles shall not park within the dight-of-way except in specific areas designated by the Engineer.

The contractor shall maintain at least one lane of traflic at all times on two lane roads and at least one lanein each direction on 4 or more lane roads, during the construction of this project. The Contractor shall alsomaintain areas to entrances and side roads along the proposed improvement. Interference with tratficmovements and inconvenience to owners of abutfing property and the public shall be kept to a minimum.Any delays or inconveniences caused to the Contractor by complying with these requirements shall beconsidered as incidental to the contract, and no additional compensation will be albwed.

On two lane roads, the Contractor is to plan the work so that there will be no open holes in the pavementand that all barricades will be removed from the pavement during non-work hours.

On four or more lane highways, there shall be no open holes in the pavement being used by the travelingpublic. Lane closures, if allowed, will be in accordance with the applicable standards, any staging detailsshown in the plans and other applicable contract documents.

The Contractor shall mmove all equipment from the shoulders and medians after work hours.

No road closures or restrictions shall be permitted except those covered by the Traffic Control HighwayStandards without written approval by the Engineer.

When traveling in lanes open to public traffic, the Contractor's vehicles shall always move with and notagainst or across the flow of traflic. These vehicles shall enter or leave work areas in a manner which will

not be hazardous to, nor interfere with, traffic.

Pavement Markinos. Temporary pavement marking paint used on temporary or unfinished surfaces shallbe maintained to the highest degree of visibility and reflectivity and on long term projects shall be repaintedwhen the temporary pavement marking shows signs of deterioration or at a minimum of every three (3)months and as directed by the Engineer at no additional cost and is considered as incidental to the cost ofTralfic Protection.

Temporary pavement marking shall be applied as solid unbroken lines when used to delineate anypavement transition, turn lane transition and storage bay. Double yellow centerline shall be used across abridge deck where the distance to be marked is less than 160 feet.

231 (CC)Trailic Protection

Page 4 July 1, 20126 Page(s) Total

Temporary raised refiective bi-directional (amber) pavement markers (Section 781 and Article 1096.02 ofthe Standard Specwcations) shall be used, and replaced when required, throughout a temporary bypassdetour pavement at no additional cost

Method of Measurement. Delete: Article 701.19Method of Measurement

Tratfic Protection will not be measured for payment but shall include the furnishing, installing, maintaining,

relocation and removal of traffic control devices required in the plans and these special provisions and all

temporary pavement marking paint and tape lines, letters and symbols.

Basis of Payment. Delete: Article 701.20 Basis of Payment

This work will be paid for at the lump sum price for TRAFFIC PROTECTION, which price shall be paymentin fufi for all labor, materials, transportation, handling and incidentals necessary to furnish, install, maintain,

repktce, relocate and remove all tlaffic control devices when required, such as signing, arrow boards,bamcades, plastic drums, road closures, temporary pavement lnaddng paint and tape lines and letters and

symbols (Section 780 and Article 1095.02 of the Standard Specifications), temporary concrete hardier

vertical panels and iights (Standard 701901), fiexibkt deitneators (Standard 701901), prismatic barrier

reflectors (Sections 782 and 1097 of the Standard Specifications), temporary raised refiective pavementmarkers (Section 781 and Article 1096.02 of the Slandard Specifications) and all traffic control devicesindicated in the plans and specifications. The salvage value of all material removed (including existing

traflic signs - when removal is required) shall be reflected in the bid price for this item.

Delays to the Contractor caused by complying with these requirements will be considered incidental to theitem for Traffic Protection, and no additional compensation will be allowed.

Pavment Adiustments. The Engineer may require additional iraflic control to be installed in accordancewith standards and/or designs other than those included in the plans. In such cases, the standards and/or

designs will be made available to the Contractor at hast one week in advance of the change in tramc

control. Payment for any additional traffic control required will be in accordance with Article 109.04of theStandard Specificafions.

Revisions in the phasing of construction or tnaintenance operations, requested by the Contractor, may

require traffic control to be installed in accordance with standards and/or designs other than those included

in the plans. Revisions or modifications to the traflic control shown in the contract shall be submitted by the

Contractor for approval by the Engineer. No additional payment will be made for a Contractor requestedmodilication.

In the event the sum total value of all the work items for which traffic protection is required is increased ordecreased by more than ten percent (10%), the contract bid price for Traffic Protection will be adjusted asfollows:

Adjust contract price = .25P + .75P [1+(X-0.1)]

Where "P" is the contract price for Traffic Protection

231 (cclTrellic Protection

Page 5 July 1,20125 Page(e) Total

210

Where "X"= (Difference between original and final sum total value of all the work items for which protection

is required) divided by (Originai sum total value of all work items for which traflic protection is required)

The value of work items used in calculating the increase or decrease will include only items which have

been added to or deducted from the contract under Article 104.02 of the Standard Specifications and only

items which require use of Traffic Protection.

in the event the Department cancels or alters any portion of the contract which results in eliminabon ornoncompletion of any portion of the work, payment for partially completed work will be made in accordancewith Article 109.06of the Standard Specifications.

231 (cc)Trettic Protection

July 1,20126 Pege(e) Totel

211

SPECIAL PROVISION

FORPROJECT SIGNS PLAQUE

County will erect signs announcing 'A Cook County Department of Transportation and Highways, RoadImprovement Projecf with a 24"X4" size plaque reading 'COMING SOON'n front and 'COMPLETED'n

back. Contractor will remove this 24"X4" size plaque and store it at the beginning of work on the contract.When work on the contract is completed, Contractor will attach the plaques to the Project signs reading'COMPLETED'. The cost of this work will be incidental to the contract.

236 (CC)Prelect Signs Plaque

Page 1 January 15, 20131 Page(s) Total

212

SPECIAL PROVISION

FORERADICATION OF EXISTING PAVEMENT MARKING

Descriotion. This work shall consist of eradication of existing painted, thermopkkstlc or preformed plasticpavement markings by sand or hydro@lasting andlor by grinding.

Eoukrment. AN equipment shaN be approved by the Engineer pier to use and shall be sufficient capacityto eificiently and economically clean the roadway surface to the specmed cleanliness. The equipment shall

be power ddiven and in good operating condition. The equipment shall utilize moisture and oil traps, in

working order, of sufficient capacity to remove contaminants from the air and prevent deposition ofmoisture, oil, or other contaminants on the roadway surface.

lf a high pressure water spray or "hydro blast" is used, the pressure at the nozzle shall be no less than

6,500 psi and no more than 9,500 psi with 10 to 13 gallons of water per minute used.

The blasting medium shall be a quality commercial product capable of producing fite specified surfacecleanliness without the deposition of deleterious materials on the cleaned surface.

Eradication Reouirements. The eradication shall be performed only on that portion of the roadway surfacedesignated by the Engineer or as specified in the plans. Widths, hngths, and shapes of the blast-deanedsurhce shall be of sufficient size to include the full area of the specified pavement marking to be removed.

Ninety percent (90%) of the pavement substrate shall be exposed. This shall include ndt only removal ofthe existing white or yellow pavement markings, but shall also include suffictent removal of any blackmarkings which exist between the lane lines.

Over cleaning to the extent of possible damage to the roadway surface shall be held to a minimum. VerysmaN particles of tightly adhering existing markings may remain in piece if, in the opinion of the Engineer,complete removal of the small particles will result in pavement surface damage.

The cleaning operation shall be a continuous moving process with minimum interruption to tratfic. Careshouid be taken to protect afi persons and property from injury or damage.

Method of Measurement, Eradicated pavement marking shall be measured for payment in square feet.The ares used for measurement shall be the actual area of lines and in the case of letters and symbols

shall be the area of the smallest rectangle that will circumscribe each individual letier or symbol.

Basis of Pavment. This work will be paid for at the contract unit price per square foot of ERADICATION OFEXISTING PAVEMENT MARKING, which price shall include eradication of existing painted, thermoplastic

or preformed plastic pavement markings to the satisfaction of the Engineer.

237 (cc)Eradication of Existing Pavement Marking

December 1, 2009'i Page(a) Total

213

SPECIAL PROVISION

FORRAISEII REFLECTIVE PAVEMENT MARKER

This special provision applies to pavement sections where existing surface will be diamond ground or will

remain intact, and does not apply to pavement sections where existing surface will be milled, overlaid,

removed, or recycled.

The removal of existing raised regective pavement markers, including base casting and reflective element,

shall meet the requirements of Section 783 of the "Standard Specifications for Road and Bridge

Construction", except that the pavement shall be repaired to the satisfaction of the Engineer with epoxy that

has similar color as pavement, and shall be approved by the Engineer prior to use. This work will be paid

for at the contract unit price per each for RAISED REFLECTIVE PAVEMENT MARKER REMOVAL

The installation of new raised reflective pavement markers shall meet the requirements of Section 781 of

the "Standard Specifications for Road and Bridge Construction", To ensure proper installation of the new

raised reflective pavement markers, the markers shall be located fore or aft of the existing casting location

and on the existing alignment, or as directed by the Engineer, This work will be paid for at the contract unit

price per each for RAISED REFLECTIVE PAVEMENT MARKER.

238 (IL-CC)Raised Rellectlve Pavement Marker

Page 1 July 1, 20121 Page(s) Total

214

SPECIAL PROVISION

FORTRAFFIC SIGNAL WORK GENERAL

Afi work and equipment performed and installed under this contract, shall be governed and shall comply to

the State of illinois "Standard SpeciTications for Road and Bridge Construction" latest edition, herein

referred to as the Standard Specifications and the "District One Standard Design Details"', the State ofillinois "Manual on Uniform Traflic Control Devices for Streets and Highways", latest edition; the "National

Electrical Code" latest edition herein referred to as the NEC; the National Electrical Manut'acturers

Association, herein referred to as NEMA (afi publications for tra5c control items) latest ediTions; theInternational Municipal Signal Association, herein referred to as IMSA "Oificial Wire & Cable SpecificationsManual" latest edition; the Institute of Transportation Engineers, herein referred to as the ITE, Technical

Report No,1, "A Standard for Adjustable Face Vehicular Tra5c Control Heads"; AASHTO "StandardSpecifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals" and the"Supplemental Specifications" and 'Recurring Special Provisions" noted herein.

The following Special Provisions supplement the above specifications, manuals, and code. The intent ofthese Special Provisions is to prescdbe the materials and construction methods commonly used for traffic

signal installations. Afi material furnished shall be new unless otherwise noted herein. The locations and

the details of afi installations shall be as indicated on the Plans or as directed by the Engineer. TraNc signal

construction and maintenance work shall be performed by personnel holding IMSA Traffic SignalTechnician Level II certification. The work to be done under Nis contract consists of furnishing and

installing afi traffic signal work as specified in the Plans and as specified herein in a manner acceptable and

approved by the Engineer. In case of conflict with any part or parts of said documents, these SpecialProvisions shall take precedence and shall govern.

In oNer to reduce possible vehicular conflicts with fixed objects and avoid public cdficism, it is necessary torequire that no posts, poles, heads, or controller cabinets be installed until all traffic signaI control

equipment is brought to and located on the job site.

The construction, installation and/or removal work shail be accomplished at all the intersections within thelimits of this project or as shown in the plans.

Descnotion of Work. The work to be done under this contract consists of furnishing and installing afi traffic

signal work as specified on the Plans and as specified herein in a manner acceptable and approved by theEngineer,

Control of Traffic Signal Materials.

Afi work shall meet the requirements of the "Standard Specifications for Road and Bridge Construction",

except as follows.

The controller and afi control equipment shall be of a manufacturer that is approved by this Department.

The of afi equipment shall have a representative and shop located in the six (6) county Chicago areas. Afi

equipment installed in the controller cabinet shall be from a single supplier. The supplier shall beresponsible for service and support for this equipment,

241 (ILD1CC)Traflio Sgnal Work General

Page 1 July 1, 201612 Page(s) Total

215

The intent of this Section is to prescribe the materials and construction methods commonly used for traffic

signal installations. All material furnished shall be new unless otherwise noted herein.. Traffic materials

and equipment shall bear the U.L. label whenever such labeling is available.

AN iron and steel products, which are to be incorporated into work shall be domestically manufactured or

produced and fabricated. The contractor shafi obtain from the iron or steel producer and/or fabricator, in

addition to the mill analysis, a certification that all iron or steel materials meet these domestic sourcerequirements.

The application of afi coatings, epoxy, galvanizing, painting, etc., to metal products shall be domestically

applied.

Metal material other than Iron and steel, which are not domestically produced, may be accepted provided:

(a) The contractor notifies the Department in advance of his/her intension to use other than

domestically manufactured or produced material.

(b) Written evidence is provided in English of compliance with afi requirements of the specifications.

(c) Physical tests conducted by the department verify the acceptability of the material.

Before any signal equipment, induding mast arm assemblies, poles, controfier cabinets, afi control

equipment and signal heads, are delivered to the job site, the Contractor shall obtain and forward to the

Engineer a certified, notarized statement from the manufacturer, containing the catalog numbers of the

equipment and/or materiial, guaranteeing that the equipment and/or material, after manufacture, comply in

afi respects with the requirements of the Specifications and these Special Provisions.

AN material approval requests shall be within thirty (30) consecutive calendar days after the Contract is

swarded, or at the pre-construction meeting, whichever is first. A list of major traffic signal items can befound in Article 801.05.Material or equipment which is similar or identical shafi be the product of the samemanuhcturer, unless necessary for system continuity. Traffic signal materials and equipment shall bearthe U.L. label whenever such labeling is available.

AN cost of work and materials required to comply with the above requirements shall be included in the payitem bid prices, under which the subject materials and signal equipment are paid, and no additional

compensation will be allowed. Materials and signal equipment not complying with the above requimments

that have been installed on the job will be done at the Contractor's own risk and may be subject to removal

and disposai at the Contractor's expense.

The Contractor must submit the fofioiMing for approval by the Engineer:

~ Four (4) complete set of manufacturer's descriptive literature, drawings, and specifications of the tramc

signal equipment, handholes, junction box, cable, conduit and afi associated items that will be installed

on the contract. If the literature contains more than one item, the Contractor shall indicate which item or

items will be furnished.

~ Parhal or incomplete submittal wiN be returned without review.

241 (ILD1CC)Trawo Signal Work General

Page 2 July 1, 201S12 Page(a) Total

216

~ The contractor shall supply samples of all wire and cable, and shall make up and supply samples ofeach type of cable splice proposed for use in the work for the-EngineePs approval.

~ Seven (7) complete shop drawings of the mast arm assemblies and poles induding combination mastarm poles are required, showing in detail the fabrication, anchor bolts, reinforcing materials, designmaterial, thickness of sections and weld sizes. These drawing shall be approved by IDOT at hast 11"x17"(275mm x 425mm) in size and adequate quality for microfilming

~ Certain non~ndard mast arm poies and assembles will require additional review. The Contractor

shall account for additional review time in their schedule.

~ Seven (7) copies of a bitter from the Traffic Signal Contractor on company letterhead listing contractnumber or permit number, project location limits, pay item number and description and lisfiing themanufacturer's name and model numbers of the proposed equipment to be supplied and stating that

the proposed equipment meets all Contract rrsquirements. The letter will be reviewed by the Engineerto determine whether the equipment to be used is approvable. The letters will be stamped as approvedor not approved accordingly and returned to the Contractor.

~ Five (5) copies of a letter from the Traffic Signal Contractor listing the System Coordination and Timing

(SCAT) consultant's name shall be supplied. The letter will be reviewed by the Engineer to determine

whether the SCAT consultant to be used is approved. The letters will be stamped as approved or not

approved accordingly and returned to the Contractor.

~ Where certiTications andlor warranties are specified. The information submmed for approval shall

include certifications and warranties. Certificatfons involving inspections and/or tests of matedal shall

be complete with afi test data, dates and times.

~ All above shall be stamped with the Section Number, Permit Number, or Contract Number and

Intersection(s) name(s). Pay item numbers shall also be included, If the above required information is

not on each sheet of the above literature or letters, the equipment and material cuts will not bereviewed and shall be returned

touche

Contractor.

a All submitted items reviewed and marked 'APPROVED AS SUBMITTED', 'APPROVED AS NOTED',

'DISAPPROVED', 'INCOMPLETE'r 'OT REVIEW are to be resubmitted in their entirety, unless

otherwise indicated within the submittal comments, with a disposition of previous comments lo verify

contract compliance at no addilionai cost to the contract.

~ Exceptions, Deviations and Substitutions. In general, exceptions to and deviations from the

requirements of the Contract Documents will not be allowed. It is the Contractor's responsibility to note

any deviations from Contract requirements at the time of submittal and to make any requests for

deviations in vniTing to the Engineer. In general, substitutions will not be accepbkble. Requests for

substitutions must demonstrate that the proposed substitution is superior to the material or equipment

required by the Contract Documents. No exceptions, deviations or substitutions will be permitted

without the approval of the Engineer.

~ Afiar the engineer reviews the submittals for conformance with ths design concept of the project, the

Engineer will stamp the drawings indicating their status. Since the Engineer's review is for

241(ILD1CC)Trargc Sgnal Work General

July1,201612 Page(a) Total

217

conformance with design concept oniy. It is the Contractor's responsibility to coordinate the vadious

items into a working system as specified. The Contractor shall not be relieved from responsibility for

errors or omissions in the shop working, layout drawings, or other documents by the Deparlments

approval thereof. The Contractor must be in full compliance with contract and specification

requirements.

~ Contractor shall not order major equipment such as mast a m assemblies prior to Engineer approval ofthe Contractor marked proposed traffic signal equipment locations to assure proper placement ofcontract required traffic signal displays, push buttons and other facilities. Field adjustments may

require changes in proposed mast arm length and other coordinafion.

Marking Proposed Locations.

Revise the following to Article 801.09of the Standard Specifications:

Revise "Marking Proposed Locations for Highway Lighting System'o read "Marking Proposed Localions

for Highway Lighting System and TraNc Signals."

It shall be the contractor's responsibility to vedify all dimensions and conditions existing in the field prior toordering materials and beginning construction. This shall include locating the mast arm foundations and

verifying the mast arms lengths.

Maintenance and Resoonsibilitv,

Revise Article 801.11to read as fofiows.

a) Existing tmflic signal Instalktlions and/or any electrical facilities at all or various locations may bealtered or reconstructed totally or partially as part of the work on this Contract. The Contractor is

hereby advised that all traffic control equipment, presently installed at these locations, may be the

property of the State of illinois, Department of Transportation, Division of Highways, Cook County

Highway Department, Private Developer, or the Municipality in which they are located. Once theContractor has begun any work on any porfion of the project all traffic signals within the limits ofthis contract or those which have the item "Maintenance of Existing Traffic Signal Installation",

"Temporary Traffic Signal Instailation(s)" and/or "Maintenance of Existing Flashing BeaconInstallation", shall become the full responsibility of the Contractor. Automatic Traffic Enforcement

equipment is not owned by the County and the Contractor shall not be responsible for maintain)ng

it during construction. The Contractor shall supply the engineer and the Department's Electrical

Matntenantx. 'Contractor a 24-hour emergency contact name and telephone number.

b) When the project has a pay item for "Maintenance of Exisfing Tiawc Signal Installsfion",

"Temporary Traffic Signal Installation(s)" and/or "Maintenance of Existing Flashing BeaconInstallation', the Contractor must notify both the Design Engineer at (312) 603-1730 and theDepartments Electrical Maintenance Contractor, of their intent to begin any physical construction

work on the Contract or any portion thereof. This notification must be made a minimum of seven

(7) working days prior to the start of construction to allow sufficient time ior inspection of theexisting traflic signal instafiation(s) and transfer of maintenance to the Contractor. If work is started

pdior to an inspection, maintenance of the traffic signal installation(s) trwll be transferred to the

Contractor without an inspection. The Contractor will become responsible for repairing or replacing

241 (Ii D1cc) Page 4 July1,2016Tramo Signal Work General 12 Page(a) Total

218

afi equipment that is not operating properly or is damaged at no cost to the owner of the trafficsignal. Final repairs or replacement of damaged equipment must meet the approval of theEngineer prior to or at the time of final inspection otherwise the traffic signal installation will not beaccepted.

c) Regional transit, County and other agencies may also have equipment connected to existing trafficsignal or peripheral equipment such as PTZ cameras, switches, transit signal priority (TSP andBRT) servers and other devices that shall be included with traffic signal maintenance at noadditional cost to the contract.

Contracts such as pavement grinding or patching which lesuit in the destruction of traffic signalloops may not require maintenance transfer, unless a pay item of "Maintenance of Existing TrafficSignal Installation" is included in the project. When the pay item of "Maintenance of Existing TrafficSignal Installation" is not induded, the Contractor is required to notify of intent to work and aninspection. A minimum of seven (7) working days prior to the loop removal, the Contractor shallnotify the Design Engineer at (312) 603-1730, the Deparbnent's Electrical Maintenance Contractorand the owner of automatic traffic enforcement prior to the loop removal, at which timearrangements will be made to adjust the traffic controller timing to compensate for the absence ofdetection. Damaged Automatic Traffic Enforcement equipment, including cameras, detectors, orother peripheral equipment, shall be replaced by othem, per Permit agreements or otheragreements., at no cost to the contract except for City of Chicago projects in which the detectorsshall be replaced. See additional requirements in these specifications under Inductive LoopDetector.

e) The Contractor is further advised that the existing traffic signal(s), and/or the existing temporaryinstallation(s), must remain in operation during all construction stages except for the most essentialdown time. Any shutdown of the traffic signal installation(s), for a period to exceed fifteen (15)minutes, must have the prior approval of the Engineer. Such approval will generally only begranted during the period extending from 10:00a.m. to 3:00p.rn. on weekdays. Shutdowns will notbe allowed during inclement weather or during Holiday periods. Any other traffic signal shutdown,either for periods in excess of one (1) hour or outside of the 10:00 a.m. to 3:00 p.m. weekdaypediod must have prior approval of the Engineer. The Contractor, prior to the commencement ofhis work, shall notify the State Electrical Maintenance Contractor, the Cook County ElectdicalMaintenance Contractor, or the concerned Municipality, of his intent to perform this work,

The Contractor shall be fully responsible for the safe and eflicient operation of the traffic signals.Any inquiry, complaint or request by the Department, the Department's Electrical MaintenanceContractor or the public, shall be investigated and repairs begun within one hour. Failure toprovide this service will result in liquidated damages of $1000 per day per occurrence, In addition,the Department reserves the right to assign any work not completed within this timeframe to theElectrical Maintenance Contractor. All costs associated to repair this uncompleted work shall bethe responsibility of the Contractor. Failure to pay these costs to the Electrical MaintenanceContractor within one month after the incident will result in additional liquidated damages of $1000per month per occurrence. Unpaid bills will be deducted from the cost of the Contract. TheDepartment's Electrical Maintenance Contractor may inspect any signalizing device on theDepartment's highway system at any time without notihcation.

241 (ILD1CCITrallio Sgnel Work General

Page 5 July 1, 201612 Pagele) Total

219

g) Any proposed activity in the vicinity of a highway-rail grade crossing must adhere to the guidelines

set forth in the current edition of the Manual on Uniform Traffic Control Devices (MUTCD)regarding work in temporary traffic control zones in the vicinity of highway-rail grade crossingswhich states that lane restrictions, flagging, or other operations shall not create conditions wherevehicles can be queued across the railroad tracks. If the queuing of vehicles across the trackscannot be avoided, a uniformed law enforcement officer or flagger shall be provided at the crossingto prevent vehicles from stopping on the tracks, even if automatic warning devices are in phce.

h} The Contractor shaii be responsible to char snow, ice, dirt, debris or other condition that obstructsvisibility of any traffic signal display.

i) The Contractor shall maintain the traffic signal in normal operation during short or long term loss ofutility or battery back-up power at critical locations designated by the Engineer. Critical locations

may Include traffic signals interconnected to railroad warning devices, expressway ramps,intersection with an SRA route, criflcal corridors or other hcations idengfled by the Engineer.

Temporary power to the traiffc signal must meet applicable NEC and OSHA guidelines and mayinclude portable generators and/or repiacement batteries.

Damage to Traffic Signal System.

Add the following to Article 801.12(b).

a} Any damaged equipment or equipment not operating properly from any cause whatsoever shall bereplaced with new equipment provided by the contractor at no additional cost to the Contractandior owner of the tramc signal system all as approved by the Engineer. Final repairs orreplacement of damaged equipment must meet the approval of the Engineer prior to or at the time

of final inspection otherwise the traffic signal will not be accepted, Cable splices outside thecontroller cabinet will not be allowed.

b) Temporary replacement of damaged or knockdown of a mast arm pole assembly shall require

construction of a full or partial span wire signal installation or other method approved by the

Engineer to assure signal heads are located overhead and over traveled pavement. Temporary

replacement of mast arm mount signais with post mount stgnah will not be permitted.

c) Automatic Traffic Enforcement equipment, such as Red Light Enforcement cameras, detectors,and peripheral equipment, damaged or not operating properly from any cause whatsoever, shall bethe responsibility of the municipality or the Automatic Traffic Enforcement Company per Permit

agreement or other agreements.

Traffic Signal Inspection (Turn -On).

Revise Article 801.15bto read as follows.

a) The Contractor must have all electric work completed, the electrical service installation connected

by the utility company and equipment field tested by the Vendor pdor to the Department's "turin"ffeld inspection. If in the event the Engineer determines the work is not complete and the inspection

will require more than two (2) hours to complete, the inspection shall be canceled and the

241 (ILO1CC) Page 6 July 1, 2016Tnglio Signal Wow Genwat 12 Pageia) Total

220

Contractor will be required to reschedule at another date. The maintenance of the traffic signals will

not be accepted until all punch list work is corrected and re-inspected, The Department will not

grant a field inspection until written certification is provided from the Contractor stating theequipment has been field tested and the intersecfiion is operating according to Contract

requirements.

b) When the road is open to traffic, except as otherwise provided in Section 850 of the StandardSpecification, the Contractor may request a tume and inspection of the completed traflic signalinstallation at each separate location. This request must be made to the Design Engineer at (312)603-1730a minimum of seven (7) working days prior to the time of the requested inspection. TheDepartment will not grant a field inspection until notification is provided from the Contractor that theequipment has been field tested and the intersection is operating according to Contract

requirements. The Contractor must invite local fire department personnel to the turin when

Emergency Vehicle Preemption (EVP) is included in the project. When the contract includes theitem RENPTIMIZE TRAFFIC SIGNAL SYSTEM, OPTIMI2E TRAFFIC SIGNAL SYSTEM, orTEMPORARY TRAFFIC SIGNAL TiMINGS, the Contractor must notify the SCAT Consulbtnt of theturn-on schedule, as well as stage changes and phase changes during construction.

c) The Contractor must have all traffic signai work completed and the electrical service installation

connected by the utility company prior to requesting an inspection and turn-on of the tramc signalinstallation. The Contractor shall be responsible to provide a Police Officer to direct traffic at thetime of testing.

d) The Contractor shall provide a representative from the conttol Equipment Vendor's office to attend

the traffic signal inspection for both permanent and temporary traffic signal turn-ons. Upondemonstration that the signals are operating and all work is completed in accordance with theContract and to the satisfaction of the Engineer, the Engineer will then alhw the signals to beplaced in continuous operation. The Agency that is responsible for the maintenance of each traffic

signal installation will assume the maintenance upon successful completion of this inspection.

e) Acceptance of the traffic signal equipment by the Department shall be based upon inspection

results at the traffic signal turn-on, completeness of the required documentation amd successfuloperation during a minimum 72 hour "bum-in" period following activation of the traffic signal. If

approved, traffic signal acceptance shall be verbal at the turn-on inspection followed by written

correspondence from the Engineer. The Contractor shall be responsible for all traffic signal

equipment and associated maintenance thereof until Departmental acceptance is granted.

t) All equipment and/or parts kt keep the traffic signal installation operating shall be furnished by theContractor. No spare traffic signal equipment is available acceptable from the Department.

g) All punch list work shall be compieted within two (2) weeks after the final inspection. TheContractor shall notify the Design Engineer at (312)603-1730to inspect all punch list work. Failure

to meet these time constraints shall result in liquidated damage charges of $500 per month perincident.

h) All cost of work and materials required to compiy with the above requirements shall be included in

the pay item bid. prices under which the subject materials and signal equipment are paid and no

additional compensation will be allowed. Materiais and signal equipment not complying with the

241 (Ilutcc)Traflio Sgnat Work General

July1,201612 angels) Total

221

above requirements that have been instafied on the job will be at the Contractor's own risk and

shall be subject to removal and disposal at the Contractor's expense,

i) The Contractor shall furnish the Cook County Highway Department with any special tools orwrenches that may be required for assembling or maintaining the conbol equipment and traffic

control signal head assemblies.

j) Afi control cable, when complete in place but before perrmrnent connection, shall be subject toinsulation tests at the discretion of the Engineer. The tests shall be made with approved insulation

resistance testing equipment rated at 500 volts D.C. and witnessed by the Engineer. Results ofthese tests shall be submithd to the Department in written hrm, bearing fiw Engineers signature

and shall become part of the project records. A final inspection of the traffic signal installation shall

not be held until results of this insulation test have been received.

k) Afi equipment such as new controllers and allied central equipment with the exception of cable,conduit, and other matedals which requim the use of the State of lfiinois Materials Testing

Laboratories, shall be built in the suppliers shop and inspected by a representative of this

Department prior to the installation of such equipment, and upon approval of this equipment an

inspection ficket will be issued to the Contractor by the inspection agency (State of illinois Material

Testing Laboratory or the Cook County Highway Mechanical-Electrical Section). The controfier and

allied control equipment shall be prepared in the suppliers shop and run under a load of a minimum

of 500 waits per phase for at least 48 hours before it is inspected for proper operafion and

sequencing. After it passes this test an inspection ticket will be issued by the Cook County

Highway Mechanical-Electrical Section representative and it can then be delivered to the job sitefor installation.

I) Upon completion of the installation, a final inspection will be carried out by qualified representativesof the Highway Agencies involved.

m) if the Contractor fails to comply with any of the aforementioned requirements, the County shall

impose such sanction as it may determine to be appropriate including but not limited to vr@hholding

afi payments to the Contractor on this contract until the provisions of this special provision arecomplete with and/or implementation of artide 908.10of the standard specifications.

At the final inspection it will be required that the Contractor will have submitted to the Engineer all

necessary inspection tickets for ali new equipment and materials installed under this Contract. If theContractor has not obtained the inspection tickets on any portion of the new equipment and materials, the

representative of this Department will have the authority to postpone the final inspection until such time asthe above has been satisfied. Any postponement of the final inspection for this reason shall not relieve theContractor of his full maintenance responsibilities until such time as the installation is re-inspected and

accepted by the County.

The County requires the following Final Project Documentation from the Contractor at traffic signal turn-ons

in electronic format in addition to hard copies where noted. A CD/DVD shall be submitted with separatefolders corresponding to each numbered title below. The CD/DVD shall be labelled with date, projectlocation, company and contract or permit number. Record Drawings, Inventory and Material Approvals

shafi be submitted pdior to traflic signal turn-on for review by the Departinent as described here-in.

The County requires the following from the Contractor at traffic signal turn-on.

241 (ILO1CC) Page 6Tragio Signal Work General

July 1, 201612 Page(s) Total

222

1) The Contractor shall, at the turin furnish one hard copy set of signal plans (24"x36") of record withfield revisions marked in red ink to the maintaining agency,

2) Field Testing. Wyitten notification from the Contractor and the equipment vendor of satisfactory fieldtesting with corresponding material performance measurements, such as for detector loops and fiberoptic systems (see Article 801.13). One hard copy of afi contract required performance measurementtesting shall aho be provided.

3) A knowledgeable representative of the controller equipment supplier shall be required at the permanentand temporary traffic signal turn-on. The representative shall be knowledgeable of both cabinet designand controller functions and shafi have sufficient test and spare equipment to make the traflic signalinstallation operational.

4) Pictures. Digital pictures of a minimum 12M pixels of each intersection approach showing afi trafficsignal displays and equipment Pictures shall include controfier cabinet equipment in enough detail toclearly identify manufacture and model of major equipment.

5) Materials Approval. The material approval letter. A hard copy shall also be provided.

6) Manuals. Operation and service manuals of the signal controfier and associated control equipment.One hard copy shall also be pmvided.

7) Cabinet Wiring Diagram and Cable Logs. Five (5) hard copies 11"x 17" of the cabinet wiring diagramsshall be provided along with electronic pdf and dgn files of the cabinet wiring diagram, Five hardcopies of the cable logs and electronic excel fites shall be provided with cable ¹, number of conductorsand spares, connected device/signal head and intersection location.

8) Controller Programming Settings. The traffic signal controfier's tirnings; backup timings; coordinationsplits, offsets, and cycles; TBC Time of Day, Week and Year Programs; Traffic Responsive Program,Detector Phase Assignment, Type and Detector Switching; and any other functions programmable fromthe keyboard. The controller manufacturer shall also supply a printed form, not to exceed 11"x 17'orrecording that data noted above. The form shall include a location, date, manufacturer's name,controller model and software version. The form shall be approved by the Engineer and a minimum ofthree (3) copies must be furnished at each turn, The manufacturer must provide afi programminginformation used within the controller at the time of tum<n.

9) AU Manufacturer and Contractor warranties and guaranties required by Article 801.14.

10) GPS coordinate of traffic signal equipment as describe in the Record Drawings section herein.

RECORD DRAWINGS

The requirements listed for Electrical Installation shall apply for Trallic Signal Installations in Article 801.16.Revise the 2nd paragraph of Artickk 801.16of the Standard Specifications to read:

a. When the work is complete, and seven days before the request for a final inspection, the full-size set ofcontract drawings. Stamped "RECORD DRAWINGS", shall be submitted to the Engineer for review andapproval and shall be stamped with the date and the signature of the Contractor's supervising Engineer

241 (ILO1CC) Pages July 1, 201STraflio Signal Work General 12 Page(e) Total

223

or electrician. The record drawings shall be submitted in PDF format on CDROM as well as hardcopy for

review and approvai. If the contract consists of multiple intersections, each intersection shall be saved asan individual PDF file with TS¹ and location name in its file name.

b. In addition to the record drawings, copies of the final catalog cuts which have been Approved or

Approved as Noted shall be submmed in PDF iormat along with the record drawings. The PDFfiles shall clearly indicate the pay item either by fihname or PDF Table of Contents referencing

the respective pay item number for multi-item PDF files. Specific part or model numbers of items

which have been selected shaU be clearly visible."

Add Ihe following to Article 801.16of the Standard Specifications:

"in addition to the specified record drawings; the Contactor shaN record GPS coordinates of the

foNowing traffic signai components being instafied, modified or being affected in other ways by this

contract:

~ AN Mast Arm Poles and Posts~ Traffic Signal Wood Poles~ Rail Road Sungaiow~ UPS~ Handholes

~ Conduit roadway crossings~ Controller Cabinets

~ Communication Cabinets~ Electric Service Disconnect locations

~ CCTV Camera installations

~ Fiber Optic Splice Locations~ Conduit Crossings

Datum to be used shaN be North American 1983.

Data shall be provided electronically and in print form. The eiectronic format shaN be compatible

with MS Excel. Latitude and Longitude shall be in decimal degrees with a minimum of 6 decimal

places. Each coordinate shafi have the fogowlng information:1. File shall be named: TSXXX-YY-MM-DD (i.e.TS22157 15-01-01)2. Each intersection shall have its own file3. Row 1 should have the location name (i.e. 103 Street at Central Avenue)4. Row2isblank5. Row 3 is the headers for the coiumns6. Row4startsthedata7. Column A (Date) —should be in the following format: MMfDDIYYYY6. Column B (Item) —as shown in the table below9. Column C (Description) —as shown in the table below10. Column D and E (GPS Data) —should be in decimal form, per the County special

provisions

Examples:

241 (RD1CC)Traflio Bgnal Work General

Page 10 July 1, 201612 Pegele) Total

224

Date Item

01I01/2015

01/01I2015

01/01/201 5

01/01/2015

POST (Post)

MCC (Master ControllerCabinet)COMC (CommunicationCabinet)BBS (Battery BackupSvstem)

01/01/2015 MP (Mast Arm Pole)

01/01/2015 HH (Hsndhole)

01/01/2015 ES (Electrical Service)

01/01/2015 CC (Controller Cabinet)

01/01/2015 RSC (Rigid Steel Crossing)

01/0N2015 PTZ (PTZ)

Description

NEQ, NB, Dual,Combination PoleHeavy Duty, Fiber,Intersection, Double

Latitude Longitude

41.580493 -87.793378

41.558532 -87 792571

IL 31 east side crossingsouth leg to center HH stKlausen

NEQ extension pole

41.602248 -87.794053

41.611111 -87.790222

41.593434 -87.769876

41.651848 -87.762053

41.584593 -87.793378

41.584600 -87.793432

41.558532 -87 792571

Ground mount, Pole mount 41.765532 -87.543571

Prior to the collection of data, the contractor shall provide a sample data collection of at least six data points

of known locations to be reviewed and verified by the Engineer to be accurate within 1 feet. Upon

veNication, data collection can begin. Data collection can be made as construction progresses, or can becollected after all items are installed. If the data is unacceptable the contractor shall make corrections to

the data collection equipment and or process and submit the data for review and approval as specified.

Accuracy. Data collected is to be mapping grade. A handheld mapping grad'e GPS device shall be used

for the data collection. The receiver shall support dNerential correction and data shall have a minimum 1

foot accuracy alter post processing GPS receivers integrated into cellular communication devices,

recreational and automotive GPS devices are not acceptable.

The GPS shall be the product of an established major GPS manufacturer having been in the business for aminimum of 6 years."

Location of Underuround State and Countv Maintained Facilities.

Revise Article 803 to read as follows.

County traffic signal facilities are not part of any of the one-call locating service such as J.U.L.I.Eor Digger.

If this contract requires the services of an electrical contractor, the Contractor shall be responsible at

his/her own expense for locating existing IDOT and CCHD facilities prior to performing any work. If this

contract does not require the services of electrical contractor, the Contractor may request one free locate

for existing IDOT and CCHD electrical facilities from the Electiical Maintenance Contractor(s) prior to the

start of any work. Additional requests may be at the expense of the Contractor. The location ofunderground traflic facilities does not relieve the Contractor of their responsibility to repair any facilities

damaged during construction at their expense.

The exact location of all utilities shall be field vermed by the Contractor before the installation of any

components of the traffic signal system. For locations of utilities, locally owned equipment, and leasedenforcement camera system facilities, the local Counties or Municipalities may need to be contacted, in the

City of Chicago contact D.I.G.G.E.R.at (312) 744-7000 and for all other locations contact J.U.L.I.E.at 1-800-892-0123 or 811.241 liLD1CC) Page 11Tla(fic Signai Work General

225

Restoration. AH areas and plant material damaged by the installation of Tra%c Signal posts, mast arm

poles, underground cables or conduits, handholes and control cabinets shall be rephced as follows:

~ Grass Areas: Replace top soil to a depth of four (4) inches (100 min), re-grade shoulders, ditch slopes,and open areas back to former existing grades, fertilize, seed and mulch afi damaged areas.

~ Sod Areas (areas adjacent to residential, commercial and industrial properties and any other areas asdirected by the engineer): Fertilize and re-sod damaged areas.

~ Plant Materials: Remove and replace damaged trees, shrubs arid vines with Hte same variefies that

existed prior to damage.~ Shoulders other than Stabilized and Backsfopes, medians, sidewalks, pavement, etc.: Replace

shoulder to original condition and restore edge of backslope to original lines and grades. Medians,

sidewalks and pavement shall be replaced in kind.

~ AH brick pavers disturbed in the work area shaH be restored to their original configuration or as directed

by the Engineer. AH damaged brick pavers shafi be replaced with a comparable material approved bythe Engineer

AH damaged landscape shall be replaced in accordance with Section 250 through 254 of the Standard

Specilications.

Any damage, due to the instafiation of traNc signal equipment; or necessary removal at handholes, Jacking

pits, and inspection openings, of sidewalks, curbs, gutters, median and island paving, and/or pavement,shall be repaired or replaced by the Contractor. Repair or replacement shall be made with a like malarial oflike thickness to the existing surface. Restoration of traffic signal work area shall be included in related payitems such as foundation, conduit, handhole, trench and backfill, etc.

Baooino Signal Heads.

Light tan colored traffic and pedestrian signal reusable covers shall be used to cover dark/unwnergized

signal sections and visors. Covers shail be made of outdoor fabric with urethane coating for repelling

water, have elastic fully sewn around the cover ends for a tight fit over the visor, and have a minimum oftwo straps with buckles to secure the cover to the backplate. A center mesh strip allows viewing without

removal for signal status testing purposes. Covers shall include a message indicating the signal is not in

service.

241 (ILDtCC)Tratgc Sgnat Wortr Ganarat

Page 12 July 1, 201612 Pagaia) Total

226

SPECIAL PROVISION

FORLIGHT EINITTING DIODE (LED) TRAFFIC SIGNAL

This work shall consist of furnishing and installing a traffic signal head or pedestrian signal head with light

emitting diodes (LED) of the type specified in the plan or retrotitting an existing traffic signal head with a

traffic signal module or pedestrian signal module with LEDs as specified in the plans.

LED signal heads (Afi Face and Section Quantities), {All Mounting Types) shall conform fully to the

requirements of Secbons 880 and 881 and Articles 1078.01 and 1078.02 of the Standard Specifications

amended herein:

LED modules proposed for use shall be approved by IDOT District One.

All signal and pedestrian heads shall provide 12" {300 mm) displays with glossy yellow or black

polycarbonate housings. All head housings shall be the same color (yellow or bhck) at the intersection.

For new signalized intersections and existing signalized intersections where afi signal and/or pedestrian

heads are being replaced, the proposed head housings shall be black. Where only selected heads are

being replaced, the proposed head housing color (yefiow or black) shall match existing head housings.

Connecting hardware and mounting brackets shall be polycarbonate (black). A corrosion resistant anti-

seize lubricant shall be applied to afi metallic mounting bracket joints, and shall be visible to the inspector at

the signal turn-on. Post top mounting collars are mquired on afi posts, and shall be constructed of the

same material as the brackets. The terminal block in the signal head shall have an empty terminal betweqn

the red and amber connection.

Pedestrian signal heads shall be furnished with the international symbolic "Walking Person" and 'Upraised

Palm" displays. Egg crate sun shields are not permitted.

Signal heads shall be positioned according to the "District One Standard Traffic Signal Design Details.

1. The LED signal modules shall be replaced or repaired if an LED signal module fails to function asintended due to workmanship or matedial defects within the first 7 years from the date of turn-on.

LED signal modules which exhibit luminous intensities less than the minimum values specified in

Table 1 of the ITE Vehicle Traffic Control Signal Heads: Light Emitting Diode (LED) Circular Signal

Supplement (June 27, 2005) {VTSCH] or applicable successor ITE specifications,. or show signs of

entrance of moisture or contaminants within the first 7 years of the date of turn-on shall be replaced

or repaired. The manufacturer's written warranty for the LED signal modules shall be dated, signed

by an OIcer of the company and included in the product submittal to the County.

(a) Physical and Mechanical Requirements

1. Modules can be manufactured under this specification for the following faces:

a. 12 inch (300 mm) circular, multi-section

b. 12 inch (300 mm) arrow, multi-section

2. The maximum weight of a module shall be 4 lbs. (1.8kg).

244 (ILD1CC)Signal Head, Light Head, Light Emttling Diode

Page 1 July 1, 20164 Page(a) Total

227

3, Each module shall be a sealed unit to include all parts necessary for operation (a printed circuitboard, power supply, a lens and gasket, etc,), and shall bs weather proof after installation andconnection.

Material used for the lens and signal module construction shall conform to ASTM speciTications forthe materials.

The lens of the module shall be tinted with a wavelength-matched color to reduce sun phantomeffect and enhance onloff contrast. The tinfing shall be uniform across the lens face. Polymericlens shall provide a surface coating or chemical surface treatment applied to provide abrasionresistance. The lens of the module shall be integral to the unit, convex with a smooth outer surfaceand made of plastic. The lens shall have a textured surface to reduce glare.

The use of tinting or other materials to enhance ON/OFF conlrasts shall not affect chromaticiiy andshall be uniform across the face of the lens.

(b)

(c)

Each module shall have a symbol of the type of module (i.e.circle, arrow, etc.) in the color of themodule. The symbol shall be 1 inch (25.4 mm) in diameter. Additionally, the color shall be writtenout in 1l2 inch (12.7mm) letters next to the symbol.

Photometric Requirements

The LEDs utilized in the modules shall be AllnGaP technology for red, yellow, Portland orange(pedestrian) and white (pedestrian) indications, and GaN for green indications, and shall be theultra bright type rated for 100,000 hours of continuous operation from 40 C to +74 C.

Electrical

Maximum power consumption for LED modules is per Table 2,

Operating voltage of the modules shall be 120 VAC. All parameters shall be measured at thisvoltage.

The modules shall be operationally compalible with currently used controller assemblies (solidstate load switches, flashers, and conflict monitors).

When a cunent of 20 mA AC {or less) is applied to the unit, the voltage read across the two leadsshall be 15 VAC or less.

The LED modules shall provide constant light output under power. Modules with dimmingcapabilities shall have the option disabled or set on a nondimmilTg operation.

The individual LEDs shall be wired such that a catastrophic loss or the failure of one or more LEDwill not result in the loss of the entire module.

(d) Retrofit Trawc Signal Module

244 (ILD1CC)Signal Heed, Light Head, Ught Emitting Diode

Page 2 July 1,20164 Page(e) Total

228

1. The following specification requirements apply to the Retrofit module only, AN generalspecifications apply unless specifiically superseded in this section.

2. Retrofit modules can be manufactured under this specification for the foNowing faces:

a. 12 inch (300 mm) circular, multi-secfion

b. 12 inch (300 mrn) arrow, multt~tion

3. Each Retrofit module shall be designed to be installed in the doorframe of a standard traflic signal

housing. The Retrofit module shall be sealed in the doorframe with a one-piece EPDM (ethylene

propylene rubber) gasket.

4. The maximum weight of a Retrofit module shall be 4 Ibs, (1.8kg).

5. Each Retmfit module shaN be a sealed unit to include aN parts necessary for operation (a printed

circuit board, power supply, a lens and gasket, etc.), and shall be weather proof after inshrfiation

and connection.

6. Electrical conductors for modules, including Retrofit modules, shall be 39.4 inches (1m) in length,

with quick disconnect terminals attached.

7. The lens of the Retrofit module shall be integral to the unit, shall be convex with a smooth outersurface and made of plastic or of glass.

(e) The following specification requirements apply to the 12 inch (300 rnm) arrow module only. AN generalspecifications apply unless specificagy superseded in this secfion.

1. The arrow module shall meet specifications stated in Section 9.01 of the Equipment and Material

Standards of the Institute of Transportation Engineers (November 1998) [ITE Standards), Chapter2 (Vehicle Traffic Control Signal Heads) for arrow indications.

2. The LEDs arrow indication shall be a solid display with a minimum of three (3) outlining rows ofLEDs and at least one (1) fill row of LEDs.

(f) The following specification requirement applies to the 12 inch (300 mm) programmed visibility PV

module only. AN general specificafions apply unless specifically superseded in this section.

1. The module shall be a module designed and constructed to bs installed in a programmed visibility

(PV) signal housing without modification to the housing.

Basis of Pavment, This item shall be paid for at the contract unit price EACH for SIGNAL HEAD, LED, orOPTICALLY PROGRAMMED SIGNAL HEAD, LED, PEDESTRIAN SIGNAL HEAD, LED, of the typespecified, which price shall be payment in full for furnishing the equipment described above including signal

head, LED(s) moduies, all mounting hardware, and installing them in satisfactory operating condition. The

type specified will indicate the number of signal faces, the number of signal sections, and the method of

mounting.

244 (lLD1CC)Signal Head, Light Head, Light Emitting Diode

Page 3 Jtdr 1, 20164 Page(el Total

229

When installed in an existing signal head, this item shall be paid for at the contract unit price EACH for

SIGNAL HEAD, LED, OPTICALLY PROGRAMMED SIGNAL HEAD, LED, PEDESTRIAN SIGNAL HEAD,

LED of the type specIed, RETROF1T, which price shall be payment in full for furnishing the equipment

descttbed above including LED(s) inodutes, all mounting hardware, and instalsng them in satisfactory

operating condition. The type specified will indicate the number of signal faces, the number of signal

secgions, and the method of mounting.

244 gLO1 CC)Signal Head, Light Head, Ughl Emitting Diode

Page4 July 1, 20164 Page(a) Total

230

SPECiAL PROVISION

FORLIGHT EMITTING DIODE (LED) PEDESTRIAN COUNTDOWN SIGNAL HEAD

The installation of an Pedestrian Countdown Signal Head, Light Emimng Diode shall meet the requirements

of Section 881 and 1078.02of the Qandard Specifications, except as follows:

Descriotion.

This work shall consist of furnishing and installing a pedestrian countdown signal head, with iight emitting

diodes (LED) of the type specified in the plans.

Pedestrian Countdown Signal Head, Light Emitting Diode, shall conform fully to the SIGNAL HEAD, LIGHT

EMITTING DIODE specification, with the following modifications.

Aoolication.

1. Pedestrian Countdown Signai Heads shail not be used at signalized intersections where traffic

signals and railroad warning devices are interconnected.

2. All pedestrian signals at an intersection shaN be the same type and have the same display. No

mixing of countdown and other types of pedestrian traffic signals will be permittee.

Installation.

1. Pedestrian Countdown Signal Heads shali be 16 inch (406mm) x 18 inch (457mm), for single units

with the housings glossy bhck polycarbonats. All pedestrian head housings shall be the samecolor (yellow or black) at the intersection. For new signalized intersections and existing signalized

intersections where all pedestrian heads are being replaced, the proposed head housings shall beblack. Where only selected heads are being replaced, the proposed head housing color (yellow orblack) shall match existing head housings. Connecting hardware and mounting brackets shall bepolycarbonate (black). A corrosion resishnt anti-seize lubricant shail be applied to all metailic

mounting bracket joints, and shall be visible to the inspector at the signal turn-on.

2. Each pedestrian signal LED module shaN be fully MUTCD compliant and shall consist of double

overlay message combining full LED symbols of an Upraised Hand and a Walking Person. 'EggCrate" type sun shields are not permitted. Numerals shall measure 9 inches (229mm) in height

and easily identified from a distance of 120 feet (36.6m).

Materiai.

1. The module shall operate in one mode: Clearance Cycle Countdown Mode Only, The countdown

module shaN display actual controller programmed ciearance cycle and shall start coungng when

the flashing clearance signal turns on and shall countdown to "0" and tum off when the shadyUpraised Hand (symbolizing Don't Walk) signal turns on. Module shall not have user accessibleswitches or controls for modiTication of cycle.

245 (ILD1CCI Page i

Pedeslrian Countdown Signal Head, Light Emttgng DiodeJetr 1, 2016

3 Page(s) Total

231

2. At power on, the module shall enter a single automatic learning cycle, During the automatic

learning cycle, the countdown display shall remain dark.

3. The module shall re-program itself if it detects any increase or decrease of Pedestrian Timing. Thecounting unit will go blank once a change is detected and then take one complete pedestrian cycle(with no counter during this cycle) to adjust its buffer timer.

4. If the controller preempts during the Walking Person (symbolizing Walk), the countdown will follow

the controller's directions and will adjust from Walking Person to flashing Upraised Hand. It will

start to count down during the flashing Upraised Hand.

5. If the controller preempts during the flashing Upraised Hand, the countdown will continue to countdown without interruption.

6. The next cycle, following the preemption event, shall use the correct, initially programmed values.

7. If the controller output displays Upraised Hand steady condition and the unit has not arrived to zeroor if both the Upraised Hand and Walking Person are dark for some reason, the unit suspends anytiming and the digits will go dark.

8. The digits will go dark for one pedestrian cycle after loss of power of more than 1.5seconds.

9. The countdown numerals shall be two (2) '7 segment" digits forming the time display utilizing two

rows of LEDs.

10. The LED module shall meet the requirements of the Institute of Transportation Engineers (ITE)LED purchase specification, "Pedestrian Traffic Control Signal Indications - Part 2: LED PedestrianTraffic Signal Modules," or applicable successor ITE specifications, except as modified herein.

11.The LED modules shall provide constant light output under power. Modules with dimming

capabilities shall have the option disabled or set on a nondlmrning operation.

12. In the event of a power outage, light output from the LED modules shall cease instantaneously.

13. The LEDs utilized in the modules shall be AllnGaP technology for Portland Orange (Countdown

Numerals and Upraised Hand) and GaN technology for Lunar White (Walking Person) indicafions.

14. The individual LEDs shall be wired such that a catastrophic loss or the failure of one or more LEDwill not result in the loss of the entire module.

Electrical,

1. Maximum power consumption for LED modules is 20 watts.

2. The measured chromaticity shall remain unchanged over the input line vofiage range listed of 80VAC to 135 VAC.

Basis of Pavment. This item shall be paid for at the contract unit pdice EACH for PEDESTRIAN SIGNAL

HEAD, LED, COUNTDOWN of the type specified, which shall be payment in full for furnishing the

245 (ILD1CC) Page 2 Juttr 1, 2016pedeeirian countdown signal Head, Light Emating Diode 3 Page(e) Total

232

equipment described above including LED(s) modules, all mounting hardware, and installing them in

satisfactory operating condition. The type specified will indicate the number of faces and the method ofmounting.

If the work consists of retrofitting an existing polycarbonate pedestrian signal head and pedestrian

countdown signal head with light emitting diodes (LEDs), it will be paid for as a PEDESTRIAN SIGNAL

HEAD, LED, RETROFIT, of the type specified, and of the particular kind of material, when specified. Priceshall be payment in full for furnishing the equipment described above including LED modules, all mounting

hardware, and installing them in satisfactory operating condition.

245 (ILD1CC) Page 3Pedestrian Countdown Signai Head, Light smiting Diode

July 1, 20163 Page(s) Total

233

SPECIAL PROVISION

FORTRAFFIC SIGNAL BACKPLATE

The furnishing and installation of this item shall meet the requirements of Section 882 and 1078.03of theStandard Specifications, except as follows:

Backplates shall be aluminum and louvered with a minimum thickness of 0.05 inch (1.3mm).

The surface of the backplate shall provide openings (louvers) to allow wind to penetrate and thereby reducethe wind loading on the mast arm and pole. The louver openings shall cover a minimum of twenty (20)percent of the surface area of the backplate. The louvers shall be designed not to deter the purpose of thebackplate, which is to shield the signal lens from sunlight, The louvers shall be spaced symmetrically on thebackplate in such a way as not to adversely affect 86 structural integrity.

When more than one backplate is mounted on a pole or post, their louvered symmetry shall be the same.

When retro reflective sheeting is specmed, it shall be Type ZZ sheeting according to Article 1091.03andapplied in preferred orientation for the maximum angularity according to the manufacturer'srecommendations. The retro reflective sheeting shall be installed under a controlled environment at themanufacturer/supplier before shipment to the contractor. The aluminum backplate shall be prepared andcleaned, following recommendations of the retro refktctive sheeting manufacturer.

The reflective backplate shall not contain louvers.

Basis of Pavment. This work will be paid for at the contract unit price EACH for TRAFFIC SIGNALBACKPLATE, of the type specified, which pdice shall be payment in full for furnishing and installing thetramc signal backplate complete.

246 (ILD1CC)Trallic Sgoat Seckplete

July 1, 20161 Pegeis) Total

234

SPECIAL PROVISION

FORTRAFFIC SIGNAL POST AND PEDESTRIAN PUSHBUTTON POST

The furnishing and installation of this item shall meet the requirements of Sections 106.01, 875, 876,1077.01 and 10T/.02 of the Standard Specifications, except as follows:

All posts (steel), bases (cast iron), and related mounting hardware shall be hot-dipped galvanized in

accordance with AASHTO M 111. A magnetic geld tester may be utilized at any time to determine thethickness of galvanization. Average galvanization ihickness shall be 2.0 oz. per square foot and minimum

thickness shall be 1.8 oz. per square foot. The Contractor shall use a fabric post tightener to attach thepost to the base. If the galvanization on the post is removed using 6 chain post tightener exposing baremetal, the post shall be rejected and replaced with a new post.

All iron and steel products, which are to be incorporated into work shall be domestically manufactured orproduced and fabricated. The contractor shall obtain from the iron or steel producer and/or fabricator, in

addition to the mill analysis, a certmcation that all iron or steel materials meet these domestic sourcerequirements.

If the fabricator elects to cut and thread the post after the galvanization process, the bare metal shall

immediately be cleaned to remove all cutting solvents and oils, then sprayed with two (2) coats ofgalvanized compoundlf the Department approves painting, powder coating by the manufacturer will berequired over the galvanizing.

At intersections where all the posts are not being replaced, the trafffc signal base shall match existingcondition (octagonai or square). Square base shall be used when all new posts and bases are Instaged atan intersection.

When octagonal bases are used, the bases shall be cast iron, approximately 15 inches (375 mm) high and16 inches (400 mm) across the flat sides at the bottom. All bases shall be designed to accept four (4) 5/8"

(15.6mm) diameter anchor bolts evenly spaced in a 12-1/2" (312 mm) diameter circle.

Bases shall be cast iron and square in shape, approximately 15 inches (375 mm) high and 14 inches (350mm) across the flat sides at the bottom. All bases shall be designed to accept four (4} 5/8" (15.6 mm}diameter anchor bolts evenly spaced between 12"(300mm) and 14'350mm) diameter circle.

Welded extensions onto the post shall not be permitted.

Posts are to erected plumb and no shims are allowed between the bottom of the base and the foundafion.

When a new post is installed on an existing. foundation, the foundation shall be plumed before the post isinstalled. It shall not be paid for separately but shail be included in cost for Traffic Signal Post orPedestrian Push-Button Post.

Basis of Pavment. This work will. be paid for at the contract unit price EACH for TRAFFIC SIGNAL POST,GALVANIZED STEEL, of the length specified or PEDESTRIAN PUSH-BUTTON POST, GALVANIZED

STEEL, TYPE A, which price shall be payment in full for furnishing and installing the traffic signal post,base, foundation for pedestdian post, nuts and washers, and pipe cap complete. If the Deparlment

246 gLD1 CC)Tratgc Signal Post Pedestrian Pushhutton Post

Page 1 'July 1, 20162 Page(s) Total

235

approves painting, powder coating by the manufacturer will be required over the galvanization in

accordance with TRAFFIC SIGNAL PAINTING Special Provisions.

248 (ILD1CC)Ttagio Signal Post Pedestrian Pushbutton Post

Page 2 July 1, 20162 Page(s) Total

236

SPECIAL PROVISION

FORSTEEL MAST ARM ASSEMBLY AND POLE AND/OR STEEL

COMBINATION MAST ARM ASSEMBLY AND POLE

The furnishing and installation of a steel mast arm assembly and pole and/or steel combination

mast arm assembly and pole shall meet the requirements of Section 106.01,877 and 1077.03ofthe Standard Specifications, Plans, and the Standard Drawings hr Mast Arm Assembly and Pole,

except as follows:

All iron and steel products, which are to be incorporated into work shall be domesbcally

manufactured or produced and fabricated. The contractor shall obtain trom the iron or steelproducer and/or fabdicator, in addition to the mill analysis, a certification that all iron or steelmaterials meet these domestic source requirements.

Prior to the final acceptance of any steel mast arm assembly and pole and/or steel combination

mast arm assembly and pole, the Contractor must furnish to the Engineer a certified, notarized mill

analysis of the materiai used in the steel mast arm assembly and pole and/or steel combina5on

mast arm assembly and pole complete including any other requirements in the Special Provision orSpecifications.

The steel mast arm assembly and pole and/or steel combination mast arm assembly and polefurnished shall conform to the Standard Drawings for Mast Arm Assembly and Pole. The tra5csignal mast arms shall be of one-piece construction, unless otheNt/tse approved by the Engineer.

All poles shall be galvanized.

All bolus on the mast arm assembly and pole and foundation to have a minimum exposure of atleast one thread outside the nut when fully tightened.

The components of a steel mast arm assembly and pole and/or steel combination mast arm

assembly and pole shall be assembled and erected in accordance with the details shown on the

plans. The pole shall be erected vertically on a concrete foundabon. The Contractor shall furnish

and install leveling and locking nuts and required washers for mounting and plumbing the poky on

the anchor bells. Prior to the apptoval of the installation, the Contractor shall brush or spray on two

(2) coats of galvanized compound to any scratched areas. The pole shall be grounded to a ground

rod in accordance with the details shown on the plans.

The base of the mast arm pole shall be protected by a galvanized steel or extruded aluminum

shroud for protection of the mast arm pole base plate similar to the dimensions detailed in the'District 1 Standard Traffic Signal Design Details." The shroud shall be of suwcient strength todeter pedestrian and vehicular damage and shall be constructed and designel to allow air tocirculate throughout the mast arm. The shroud shall not extend beyond the beveled edge of the Iop

of the mast arm pole foundation to assure ADA requirements are met and to prevent infestation of

insects or other animals. All mounting hardware shall be stainless steel. Where a shroud cannotmeet these requirements, a stainless steel screen mesh t/4 inch maximum opening with a minimum

249 (ILD1CC)Steel Mast Arm Assembly and Pole and(or

Steat Construction Mast Arm Assembly and Pole

Page 1 July 1, 20162 Page(s) Total

237

wore diameter of AWG 16 with a minimum 2 inch lap shall be installed to enclose the void betweenthe base plate and the foundation, The sbtinless steel screen wire shall be formed to the shape ofthe base plate and fasten to the base plate with '/~ inch stainless steel banding. The screen wireshall overlap and be fastened with a ring type connector. The Shroud shall not be paid forseparately but shall be included in the cost of the mast arm assembly and pole.

The steel mast arm assembly and pole and/or steel combination mast arm assembly and pole shallbe designed to support signal heads, signs, illuminated signs, luminaire, camera and otherattachments as shown on the phns. Refer to the Standard Drawings for Mast Arm Assembly andPole for design loadings and projected area with wind load based on an 80 mile per hour (130km/h) wind vehcity plus 30 peKent gust factor.

Shop Drawing Approval. The contractor shall submit detailed drawings showing design materials,thickness of sections, weld sizes, and anchor rods to the Engineer for approval prior to fabricabon.These drawings shall be at least 11X17 in. (275X425 mm) in size and of adequate quality formicrofilming. All product data and shop drawings shall be submitted in electronic form on CD-ROM.

Anchor Rods. Two nuts, one lock washer, and one flat washer shall be furnished with each anchorrod. All nuts and washers shall be galvanized.

In addition to the signal loading, the steel mast arm assembly and pole, and/or steel combinationmast arm assembly and pole shall be structurally adequate to support a maximum of two (2) signpanels 30" x 72'750 mm x 1,800 mm) in size mounted back to back, one LED street sign 96 5/8"x 22 5/16" with 92 pounds and one (1) sign panels 30" x 24" (750 mrn x 600 mm) in size mountedfrom 3 feet (900 mm) from end of the mast arm. The actual size and number of the sign panel(s) tobe furnished and installed and the details of mounting shall be as shown on the County StandardDrawing of "ILLUMINATED STREET NAME SIGN MOUNTING DETAIL".

Signs attached to poles or posts (such as mast arm signs) shall have mounting brackets and signchannels which are equal to and completely interchangeable with those used by the Department.Signfix Aluminum Channel Framing System is currently recommended, but other brands ofmounting hardware are acceptable based upon the Department's approval.

Basis of Pavment, This work will be paid for at the contract unit pdice EACH for STEEL MASTARM ASSEMBLY AND POLE, and/or STEEL COMBINATION MAST ARM ASSEMBLY ANDPOLE of the size(s) specified which price shall be payment in full for furnishing and installing thesteel mast arm assembly and pole and/or steel combination mast arm assembly and pole, anchorbolts, nuts, washers, and connected to a ground rod as shown on the Standard, complete.

249 (ILDtcc)Steel Mast Arm Assembly and Pote and/or

Sisal Construction Mast Arm Assembly and Pole

Page 2 July 1, 20162 Page(s) Tote(

238

SPECIAL PROVISION

FORTRAFFIC ACTUATED CONTROLLER

TRAFFIC ACTUATED CONTROLLER WITH CABINET

INDUCTIVE LOOP DETECTOR

The furnishing and installation of a traffic actuated controller and an inductive loop detector shall meet therequirements of Section 857, 885, 1073, 1074,03 and 1079,01 of the Standard Specifications, except asrevised with this Special Provision.

The new and/or temporary controfier and all control equipment shall be of a manufacturer that is approved

by this Department. The manufacturer shall have a representative heated in the six (6) county Chicagoareas. For installation as a stand-alone traffic signal, connected to a closed loop system or integrated into

an advance traffic management system (ATMS), controllers shall be Econolite ASC/3S-1000 orEagle/Siemens M52 unless specilied otherwise on the p/ans or elsewhere on these specifications. Oniy

controllers supplied by one of the District One approved closed loop equipment suppliers will be allowed.

Unless specified otherwise on the plans or these specifications, the controller shall be of the most recentmodel and software version supplied by the equipment supplier at the time of the traflic signal TURIN. A

removable controller data key shall also be provided. Individual load switches shall be provided for eachvehicle, pedestrian, and right turn over lap phase. The controller shall prevent phases from being skipped

during program changes and after all preemption events and shall inhibit simultaneous display of chcular

yefiow and yellow arrow indications.

For integration into an ATMS such as Centracs, Tactics, or TransSuite, the controfier shall have the latestversion of NTCIP software installed. For operafion prior to integration into an ATMS, the controller shall

maintain existing close loop management communications.

The contractor shall contact CCDOTH and coordinate to the installation of a standard voice-grade dial-up

telephone line to the FULL-ACTUATED CONTROLLER AND CABINET, RAILROAD as called for on thetraffic signal installation plans. If the traffic signal installation is part of a traffic signal system, a telephoneline is usually not required, unless a telephone line h called for on the traffic signal plans. The contractorshall follow the requirements for the telephone service installation as contained in the current traffic signal

special provisions under Master Controiler.

~ Cabinets shall be designed I'or NEMA TS2 Type 1 operation. All cabinets shall be pre-wired for aminimum of eight (8} phases of vehicular, four (4} phases of pedestrian, pedestrian pushbutton

isolation. Isolation cards will be required for all pedestrian pushbuttons and four (4) phases ofoverlap operation.

~ Revise 'con%et monitor" to read "Malfunction Management UNI"

~ Cabinets —Provide 1/8" (3.2 mm) thick unpainted aluminum alloy 5052-H32. The surface shall besmooth, free of marks and scratches. All external hardware shall be stainless steel,

260 (ILD1CC) Page tTrallic Actuated Controler anth Cabinet, Indudive Loop Detector

July 1,20163 Page(e) Total

239

~ Controller Harness —Provide a TS2 Type 2 "A" wired harness in addition to the TS2 Type 1

harness.

~ Surge Protection —Shall be a 120VAC Single phase Modular filter Plug-in type, supplied from an

approved vendor.

~ BIU —shall be secured by mechanical means.

~ Transfer Relays —Solid state or mechanical gash relays are acceptable.

~ Switch Guanfs —All switches shall be guarded.

~ Heating -One (1) 200 watt, thermostaticatfymntrolled, electric heater.

~ Lighting -One (1) LED Panel shall be placed inside the cabinet top panel and one (1) LED Panel

shall be placed on each side of the pull-out drawer/shelf assembly located beneath the controller

support shelf. The LED Panels shall be controlled by a door switch. The LED Panels shall beprovided fiom an approved vendor.

~ The cabinet shall be equipped with a pullout drawer/shelf assembly. A 1 '/~ inch (38mm) deepdrawer shall be provided in the cabinet, mounted directly beneath the controller support shelf. The

drawer shall have a hinged top cover and shall be capable of accommodating one (1) complete setof cabinet prints end manuals. This drawer shall support 50 lbs. (23 kg) in weight when fully

exterided. The drawer shall open and close smoothly. Drawer dimensions shall make maximum

use of available depth offered by the controller shelf and be a minimum of 18 inches (610mm)wide

~ Plan 8 Wiring Diagrams -12"x 15" (305mm x 406rnm) moisture sealed container attached to door.

~ Detector Racks —Fully wired and labeled for four (4) channels of emergency vehicle pre-emption

and sixteen channels (16)of vehicular operation.

e Field Wiring Labels —All geld wiring shall be labeled.

e Field Wiring Termination —Approved channel lugs required.

~ Power Panel —Provide a nonconductive shield.

~ Circuit Breaker —The circuit breaker shall be sized for the proposed load but shall not be rated lessthan 30 amps.

~ Police Door- Provide trt/iring snd termination'or plug in manual phase advance switch.

~ When "Full Actuated Controller and Cabinet, Type Super P's used, the cabinet housing shall have

the following nominal outside dimensions: a width of 59 in., a depth of 26 in., and a height of 57 in.

The cabinet shall have a integrated Uninterruptible Power Supply compartment which holds the

backup system and batteries. The battery portion of the cabinet shall be separated from thecontroller equipment portion of the cabinet by 1/8 inch thick alutninum 5052-H32. The bottom of

250 (ILD1CC) ~2Tratrrc Actuated Controller wilb Cabinet, Inducaua Loop Detector

Jultr t, 20163 Page(a) Total

240

the battery portion of the cabinet shall be 1/8 inch thick aluminum 5052-H42. The battery cabinet

door shall meet the same specifications as the controller portion except that the door hinge is 14gage stainless steel with 0.12 stainless steel pin. The Battery compartment has three adjustable

shelves, full width, 12"deep standard.,~ A GE KeySafe Slimline Pushbutton Lockbox or approved equal shall be provided in the cabinet.

Basis of Pavment. This work will be paid for at the contract unit price EACH for INDUCTIVE LOOP

DETECTOR, and/or FULL-ACTUATED CONTROLLER AND CABINET or of the type specmed, which pdice

shall be payment in full for furnishing and installing the inductive loop detector complete with all harnesses

and connections for proper operation, and/or for furnishing and installing the conboller complete, including

malfunction monitor unit, load switches, flashers, flash transfer relay, etc. in a new cabinet or an existing

cabinet as specified, with the necessary connections for proper operation.

atg (ILD1CC) Page 3Tragic Actuated Controller with Cabinet, Inducgue Loop Detector

tuty 1, 20163 Page(e) Total

241

SPECIAL PROVISION

FORPEDESTRIAN PUSH-BUTTON

The installation of a Pedestrian Pushbutton shall meet Section 888 and 1074.02 of the SpeclTlcationsexcept as revised with this Special Provision.

This item shall consist of furnishing and installing a latching (single call) or nontatching (dual call) push-butlon assembly which shall be ADA compliant, highly vandal resistant, be pressure activated with minimalmovement and can not be stuck in a closed or constant call position. A mounting bracket and/or extensionshall be used to assure proper orientation when two pedestrian push buttons are required for one post. Theprice of the bracket and/or extension shall be included in the cost of the pedestrian push button. Thecontractor is not allowed to install a push-button assembly with the sign below the push-button in order tomeet mounting requirements,

The pedestrian push-button housing shall be constructed of aluminum alloy acconling to ASTM B 3086061-T6 and powder coated yelbw, unless otherwise noted on ihe plans. The housing shall be furnishedwith suitable mounting hardware.

Stafions shall be designed to be mounted directly to a post, mast arm pale or wood pole. The station shallbe aluminum and shall accept a 3 inch (75mm) round push-button assembly and a regulatory pedestrianinstruction sign atxording to MUTCD, sign seriies R10-3e 9 x 15 inch sign with arrow(s) for a count-downpedestrian signal. The pedestrian station size w(thout count-down pedestrian signals shall accommodate aMUTCD sign series R10-3b or R10-3d 9 x12 inch sign with arrow(s).

Stagions shall be designed to be mounted to a post, mast arm pole or wood pole. The station shall bealuminum and shall accept a 3 inch (75mm) round push-button assembly and a regulatory pedestrianinstruction sign according to MUTCD, sign series R10-3e 9" x 15" sign with arrow(s) for a count-downpedestrian signal. The pedestrian station size without count-down pedestrian signals shall accommodate aMUTCD sign series R10-3b or R10-3d 9"x 12"sign with arrow(s). Pedestrian signs shall be retroregective.

Pedestrian push buttons and stations shall be mounied to mast arm poles, posls or wood poles as shownon the plans and shall be fully ADA accessible from a paved or concrete surface. See the District's Detailsheets for orientation and mounting details.

Basis of Pavment. This work shall be paid for at the contract unit price EACH for PEDESTRIAN PUSH-BUTTON, which price shall be payment in full for furnishing and installing the pushbutton assemblycomplete.

254 (ILD1CC)Pedestrian Pushhutton

Page 1 Jut)11, 20161 Pagais) Total

242

SPECIAL PROVISION

FORCONDUIT

The installation of a conduit shall meet the mquirements of Sections 810, 811 of the QandardSpecifications, except as revised with this Special Pmvision.

Pavement, driveways, and curbs shall not be removed to install electrical conduits.

Afi conduit installed underground shall have a minimum depth of two feet six inches (2'-6" (760 mmj) exceptunder railroad tracks where the conduit shall be a minimum of five feet (5'1.52 m]) as measured to theoutside diameter of the conduit on the top side.

"Afi metal conduit installed underground shall be Rigid Steel Conduit unless otherwise indicated on theplans.'he ends of rigid metal conduit to be capped shall be threaded, the threads protected with full

galvanizing, and capped with a threaded galvanized steel cap. Afi conduit splices shall be solid threadedcouplings. Conduit terminating in junction and pull boxes shall be terininated with hubs, integral box hubs,or integral box bosses.

"Afi raceways which extend outside of a structure or duct bank but are not terminated in a cabinet, junctionbox, pull box, handhole, post, poh, or pedestal shall extend a minimum or 300 mm (12") or the lengthshown on the plans beyond the sbucture or dud bank. The end of this extension shall be capped andsealed with a cap designed for the conduit to be capped. The ends of rigid metal conduit to be capped shallbe threaded, the threads protected wjth full galvanizing, and capped with a threaded galvanized sleet cap.

The ends of rigid nonmetallic conduit and coilabie nonmetallic conduit shall be capped with a rigid PVC capof not less than 3 mm (0.125")thick. The cap shall be sealed lo the conduit using a room-temperature-vulcantzing (RTV) sealant compatible with the material of both the cap and the conduit. A washer or similarmetal ring shall be glued to the inside center of the cap with epoxy, and the pull cord shall be tied to this

ring.'fi

conduit attached to a structure shall have a minimum of one (1)expansion joint placed within the lengthof the attached conduit, At each end of the structure the Contractor shall install a weatherproof galvanizedcast iron box with a minimum size of 8" (200 mm) x 8"( 200 mm) x 6" (150 mm) deep. The installafion ofthese two (2) boxes and any required expansion joints shafi be considered incidental to the unit price forconduit attached to structure.

Basis of Pavment. This work will be paid for at the contract unit price per FOOT (METER) forUNDERGROUND CONDUIT or CONDUIT ATTACHED TO STRUCTURE, of the type and size specified,which price shall be payment in full for furnishing and installing the conduit and fittings complete. Trenchand Backlifi will not be paid for separately.

2ss tiLcci Page 1 July 1, 20161 Pageia) Total

243

SPECIAL PROVISION

FORELECTRIC CABLE

The installation of an electric cable shall meet the requirements of Section 873, 1088.01 and 1076.04of theStandard Specifications and District One Standard Traffic Signal Design Details with the addiTion as thefollowing:

The jacket for electric cable in this contract shall be of the polyvinyl chlodide type meeting the requirementsof IMSA 19-1. (Traffic signal cable shall be solid copper No. 14 unless otherwise specified in the phns orthese Special Provisions). No other type of jacket will be allowed, except as follows:

The service cable may have a XLP jacket. Service cable may be singkt or multiple conductor cable.

Communications and lead-in cable shel! have a gray or chrome jacket

Electric cable sized No. 12 AWG and smaller shall be solid.

The length of cable slack shall be in accordance with District One Standard Traffic Signal Design Details.

The cable splice connection of the detector loop and the lead-in cable to the controller shall conform toSecbon 873 of the Standard SpeciTications or to the requirements set forth in the 'District 1 Standanl TrafficSignal Design Details ".

Heat shrink splices shall be used according to "Disbict1 Standard Traffic Signal Design Details".

Basis of Pavment. This work will be paid for at the contract unit price per FOOT (METER) for ELECTRICCABLE of the type, size and number of conductors as specified., which price shall be payment in full for

furnishing the material and making all electrical connections and installing the cabkt complete, measured asspecilied.

258tt t01CC)Etectriccable

Page 1 July 1,20161 Pegeia) Total

SPECIAL PROVISION

FORFIBER OPTIC CABLE

The installation of a fiber optic electric cable and tracer cable shall meet the requimments of Sedion 817,871 and 872 of the Standard Specifications, except as follows:

The Fiber Optic cable shall be instalktd in conduit or as specified on the plans.

The control cabinet distribution endosure shall be 24 Port Fiber Wall Enclosure unless otherwise indicated

on plans. The fiber optic cable shall provide twelve (12) fibers per tube for the amount of fibers called for in

the Fiber Optic Cable pay item in the Contract. Fiber Optic cable msy be gel filhd or have an approvedwater blocking tape.

A minimum of six (6) multimode fibers from each cable shall be terminated with approved mechanical

connectors in the distribution enclosure. Fibers not being used shall be labeled "SPARE". Fibers not

attached to the distribution enclosum shall be capped. A minimum of 13 feet (4 m) of extra slack cable shall

be provided for the controller cabinet. The controller cabinet extra slack cable shall be stored as directed bythe Engineer.

In order to trace the fiber optic cable after installation, an XLP black insulated copper cable No. 14 AWG

shafi be pulled in the same conduit as the fiber optic cable. The tracer cable shall be continuous, extendedinto the controller cabinet and terminated on a bamer type terminal strip mounted on the side wall of thecontroller cabinet, The barrier type terminal strip and tracer cable shall be clearly marked and identified.

The tracer cable will be allowed to be spliced at the handholes only. All tracer cable splices shall be kept toa minimum and shall incorporate maximum lengths of cable supplied by the manufacturer. The tracer cablesplice shall use a Western Union Splice soldered with resin core flux and shall be soldered using asoldering iron. All exposed surfaces of the solder shall be smooth. Blow torches or other devices which

oxidize copper cable shall not be allowed for soldering operations. The splice shall be covered wiN a blackshrink tube meeting UL 224 guidelines, Type V and rated 600v, minimum length 4" (100 mm) and with aminimum 1"(25 mm) coverage over the XLP insulation, underwater grade.

Tesbng shall be in accordance with Article 801.13(d). Electronic file of OTDR signature traces shall beprovided in the Final project documentation with certification from the Contractor that attenuation of eachfiber does not exceed 3.5 dB/km nominal at 850nm for multimode fiber and 0.4 dB/km nominal at 1300nmfor singlemode fiber.

Basis of Pavment. This work will be paid for at the contract unit price per FOOT (METER) for FIBEROPTIC CABLE IN CONDUIT, NO. 62.5/125 MM12F SM24F, which price shall be payment in full for

furnishing the material (including connectors) and distribution enclosure and making all connections, splicesand installing the cable complete, measured as specified. The tracer cable shall be paid for as ELECTRICCABLE IN CONDUIT, TRACER, NO. 14 1C per FOOT (METER), which price shall include afi associatedlabor and material for installation.

260 (ILD1CC)Fiber Optic Cable

Page 1 tutti 1, 20161 Pageie) Total

245

SPECIAL PROYISION

FORGROUNDING OF TRAFFIC SIGNAL SYSTEMS AND GROUNDING CABLE

All traffic signal systems, equipment and appurtenances shall be properly grounded in strict conformancewith the National Electrical Code and meet the requirements of section 806 of the Standard Specilications.See IDOT District 1 traffic signal detail plan sheets for additional information.

The grounding electrode system shall include a ground rod installed with each traffic signal controllerconcrete foundation and all mast arm and post concrete foundations. An additional ground rod will berequired at locations where measured resistance exceeds 25 ohms. Ground rods are included in theapplicable foundation or service installation pay i(am and will not be paid for separately. All steel groundrods shall be copper clad, a minimum of 10'3.0m), and '/e" (20mm) in diameter.

Tesbng shall be according to Section 801.13(a)(4) and (5).

a) The grounded conductor (neutral conductor) shall be white color coded. This conductor shall bebonded to the equipment grounding conductor only at the Electric Service Installation. All power cablesshall include one neutral conductor of the same size.

b) The equipment grounding conductor shall be green color coded. The following is in addition to Section801.04of the Standard SpeciTicabons.1) Equipment grounding conductors shall be XLP insulated 600V No.6 gauge copper, unless

otherwise noted on the plans, and bonded to the grounded conductor (neutral conductor) only atthe Electric Service Instalkition. The equipment grounding conductor is paid for separately andshall be continuous. The Earth shall not be used as the equipment grounding conductor.

2) Equipment grounding conductors shall be bonded, using a UL Listed grounding connector, to alltraffic signal mast arm pohs, traffic signal posts, pedestrian posts, pull boxes, handhole framesand covers, conduits, and other metallic enclosures throughout the tramc signal wiring system,except where noted herein. Bonding shall be made with a splice and pigtail connection, using asized compression type copper sleeve, sealant tape, and heat-shrinkable cap. A UL listedelectrical joint compound shall be applied to all conductors'erminations, connector threads andcontact points. Conduit grounding bushings shall be installed at all conduit terminations includingspare or empty conduits. Bonding to existing handhole frames and covers shall be paid forseparately.

3) All metallic and non-metallic raceways containing trafhc signal circuit runs shall have a continuousequipment grounding conductor, except raceways containing only detechr loop leadkn circuits,circuits under 50 volts and/or fiber opgc cable will not bs required to include an equipmentgrounding conductor.

4) Individual conductor splices in handholes shall be soldered and sealed with heat shrink. Whennecessary to maintain effective equipment grounding, a full heat shrink shall be provided overindividual conductor heat shrinks.

c) The grounding electrode conductor shall be similar to the equipment grounding conductor in color coding(green) and size. The grounding electrode conductor is used to connect the ground rod to the equipmentgrounding conductor and is bonded to ground rods via exothermic welding, UL listed pressure connectors,UL listed clamps.

261 (ILD1CC)Syalarn Ground and Grounding Cable

duly 1, 20162 Page(a) Total

246

Grounding Cable;

The cable shall meet the requirements of Section 617.02(b) of the "Standard Specifications". Unless

otherwise noted on the plans, Tra%c Signal Grounding Conductor shall be one conductor, ¹6 gaugecopper, with a green color coded XLP jacket.

Basis of Pavment. This work will be paid for at the contract unit price per FOOT(METER) for ELECTRICCABLE IN CONDUIT, EQUIPMENTGROUNDING NO. 6, 1C, which price shall be payment in full for

furnishing labor and material Including grounding clamps, cable, splicing, exolhermic welds, grounding

connectors conduit grounding bushings, and hardware. All ground rods shall be incidental to the cost ofassociated items for Concrete Foundations and Service Installation.

261 IILDtCC)System Ground and Grounding Cable

Page 2 tuty 1, 20162 Pageis) Total

247

SPECIAL PROVISION

FORHANDHOLE

The instaliation of a handhole shall meet the requirements of Section 814 of the Standard Specifications,with the addition as the following:

All handholes shall be concrete poured in place against undisturbed earth., No pr~t concrete handhokgs

will be accepted.

The handholes shall have an inside dimension of 21-1/2" (549 mm} minimum. Frames and lid openingsshall match this dimension.

The cover of the handhole shall be hbeled "TRAFFIC SIGNALS" with legible raised letters,

All conduits will enter, the handhole at a depth of 30" (760 mm) except for the conduits between the curb

and handhole for detector loops when the handhole is less than five (5) feet (1.52 m) from the detector

kxyp. All conduit ends should be sealed with a waterproof sealant to prevent the entrance of contaminants

into the handhole.

For grounding purposes the handhole frame shall have provisions for a 7/16'15.&75 mm) diameter

stainless bolt cast into the frame. The covers shall have a stainless steel threaded sbnt extended from the

eye hook assembly for the purpose of attaching the grounding conductor to the handhole frame and cover.

The minimum wall thickness for heavy duty hand holes shall be 12 inches (300 mm).

Steel cable hooks shall be coated with hotdipped galvanization in accordance with AASHTO Specification

M111. Hooks shall be a minimum of 1/2 inch (12.7mm) diameter with two 90 degree bends and extend into

the handhole at least 6 inches (150 mm). Hooks shall be placed a minimum of 12 inches (300 mm) below

the lid or lower if additional space is required.

The French drain shall be constructed of crushed stone or gravel, Gradation CA 5 or CA 7, and according

to Section 601 of the Standard Specifications.

Basis of Pavment. This work will be paid for at the contract unit price EACH for HANDHOLE, HEAVY-

DUTY HANDHOLE, or DOUBLE HANDHOLE, which price shall be payment in full for afi necessaryexcavating, backfilling, disposal of unsuitable materials, and furnishing all materials within the limits of thehandhole.

266 IILD1CC}Haodhole

July 1, 20161 Pagetu} Total

248

SPECIAL PROVISION

FORCONCRETE FOUNDATION

The installation of a concrete foundation shall meet the requirements of Section 106.01,878 and 1006.09of the Standard Specifications, the Standard Drawing for Concrete Foundations end District One StandardTramc Signal Design Details with the addition as the following:

All anchor bolts shall be according to Section 1006.09, except all anchor boih shall be hot dippedgalvanized a minimum of 12 in. (300 mm) from the threaded end.

All iron and steel products, which are to be incorporated into work shall be domesfically manufactured orproduced and fabricated. The contractor shall obtain from the iron or steel producer and/or fabricator, in

addition to the mill analysis, a certiTication that all iron or steel materials meet these domestic sourcerequirements.

Foundations used for Combination Mast Arm Poles shall provide an extra 2-1/2 inch (65 mm) raceway.

No foundation is to be poured until the Resident Engineer gives approval as to the depth of the foundation.

Basis of Pavment: This work will be paid for at the contract unit price per FOOT (METER) of depth for

CONCRETE FOUNDATION, TYPE A

CONCRETE FOUNDATION, TYPE CCONCRETE FOUNDATION, TYPE DCONCRETE FOUNDATION, TYPE E - 30" (750 mm) Dia.CONCRETE FOUNDATION, TYPE E - 36" (900 mm) Dia,

CONCRETE FOUNDATION, TYPE E -42" (900 mm) Dia.

which price shall be payment in full for all necessary excavating or drilling, back filling, disposal ofunsuitable material, form work, gmund rods and furnishing all materials within the limits of the foundation.

266IILD1CC)Conorete Foundation

Page 1 July 1, 20161 Pageis) Total

249

SPECIAL PROVISION

FORREMOVE EXISTING TRAFFIC SIGNAL EQUIPMENT

The removal of existing traffic signal equipment shall meet the requirements of Section 895.05 of theStandard Specifications, except as follows:

This work shall consist of removing the existing trawc signal equipment at an intersection as listed and asshown on the plans.

All equipment to be returned to an Agency shall be delivered by the Contractor to the Agency's Traffic

Signal Maintenance Contractor's main facility. The Contractor shall contact the Agency's Electrical

Maintenance Contractor to schedule an appointment to deliver the equipment. No equipment will beaxepted without a pdior appointment. All equipment shall be delivered within 30 days of removing it from

the traffic signal installation. The Contractor shall provide 5 copies of a list of equipment that is kt remain

the property of the Agency, including model and serial numbers, where applicable. A list of equipment shall

be signed by the Agency's Electrical Maintenance Contractor and mail to the County Engineer. TheContractor shall also provide a copy of the contract plan or special provision showing the quantities and

type of equipment. Controllers and peripheral equipment from the same location shall be boxed together(equipment from ditferent locations may not be mixed) and all boxes and controller cabinets shall be dearlymarked or labeled with the location from which they were removed. If equipment is not returned with theserequirements, it will be rejected by the Agency's Ehctilcal Maintenance Contractor. The Contractor shall beresponsible for the condition of the traffic signal equipment from the time Contractor takes maintenance ofthe signal installation until the accepbtnce of a receipt drawn by the Agency's Electdical MaintenanceContractor indicating the items have been returned in good condiTion.

The traffic signal equipment which is to be removed and is to become the properly of the Contractor shall

be disposed of by them outside the right-of-way at their expense.

All equipment is to be disassembled so as to make ior easy loading snd storage into Agency stock as perthe Engineers instructions.

Traflic signal equipment which is lost or not returned to the Department for any reason shall be replacedwith new equipment meeting the requirements of these Specifications at no cost to the contract.

Basis of Pavment. This work will be paid for at the contract unit price EACH for REMOVE EXISTINGTRAFFIC SIGNAL EQUIPMENT per intersection-which price shall be payment in full for removing theequipment, and storing and/or disposing of it as required. The salvage value of the equipment rebiined bythe Contractor shall be reflected in this contract unit price.

270 (ILD1CC)Remuue Existing Traffic Signal Equipment

Page 1 tutti 1, 20161Pageis) Total

250

SPECIAL PROVISION

FORTEMPORARY TRAFFIC SIGNAL INSTALLATION

This item shall consist of furnishing, installing, maintaining and reinoving a temporary trawc signal

instafiation at an existing intersecfion as shown on the plans and as described herein including but not

limited to temporary signal heads, emergency vehicle priority systems, interconnect, vehicle detectors,uninterruptible power supply, and signing. Temporary traffic signal controllers and cabinets interconnected

to railroad traffic control devices shall be new. When temporary trawc signals will be operating within acounty or local agency Traffic Management System, the equipment must be NTCIP compliant and

compatible with the current operating requirements of the Traffic Management System.

The energy charg'es for the operation of the traffic signal installation shall be paid for by others if the

installation is replacing an existing signal. Othensfise charges shall be paid for under Section 109.05of the

Road Specifications.

Only an approved Equipment Vendor will be allowed to assemble the temporary traffic signal cabinet Only

controllers supplied by an approved Equipment Vendor will be approved for use on temporary traffic

signals. Only an approved Closed Loop Equipment Vendor shall assemble and test a temporary railroad

interconnected trawc signal cabinet. (Refer to Trawc Actuated Controller Specification). A representafive ofthe approved conbol Equipment Vendor shall be present at the temporary traffic signal turn-on inspecfion.

The installation of a temporary traflic signal installation shall meet the requirements of Section 890 and

801.11 of the Standard Specifications and the Standard Drawings, except as follows:

Eauioment. The Contractor shall provide the following

~ Afi control equipment for the temporary trawc signals shall be furnished by the Contractor unlessotherwise stated in the plans. On projects with multiple temporary trawc signal installations, all

controllers shall be of the same manufacturer brand and model number with current software inslafied.

~ Only controllers supplied by one of the Cook County Highway Department approved dosed loop

equipment manufacturers will be approved for use at temporary signal locations. Controllers used for

temporary trafiic signals shafi be fully actuated NEMA microprocessor based with RS232 dale entry

ports compatible with the latest revision of monitoding software appmved CCDOTH or District 1

installed in NEMA TS2 cabinets with 8 phase back panels, capable of supplying 255 seconds of cyclelength and indhridual phase length settings up to 99 seconds. On projects with one lane open and two

way traflic fiow, such as bridge deck repairs, the temporary signal controller shall be capable ofproviding an adjustable afi red dearance setfing of up to 30 seconds in length.

~ Afi temporary baffic signal controllers shall meet or exceed the requirements of section 857 with

regards to internal time coordination and preemption. The controller settings shall be set in the field asdirected by the Engineer.

~ Afi railroad interconnected temporary controllers, cabinets and peripheral equipment shall be new and

shall satisfy the requirements of Article 857,02 of the Standard Specifications as modified herein. Only

271 gLD1CC)Temporary Traffic Signal Installation

Page 1 July 1, 20167 Pagels) Total

251

controllers and cabinet supplied by one of the IDOT district 1 approved dosed loop equipment

manufactures will be allowed.

~ AN temporary traflic signal cabinets shall have a closed bottom made of aluminum alloy. The bottom

shall be sealed along the entire perimeter of Nte cabinet base to ensure a water, dust and insect-proof

seal. The bottom shall provide a minimum of two (2) 100 mm (4 inch) diameter holes to run the electric

cables through, The 100 mm (4 inch) diameter holes shall have a bushing installed to protect theelectric cables and shall be sealed after the electric cables are inslaged.

~ Grounding shall be provided i'or the temporary traffic signal cabinet ltwegng or exceeding theapplicable portions of the Na5onai Electrical Code, Section 806 of the Startdard Specificafions andshall meet the requirements of the District 1 and Cook County Tramc Signal Speci5csgons for

'Grounding of Traffic Signal Systems".

AN traffic signal sections shall be of the 12" (300 mm) type and Pedestrian signal sections shall be 16inch (406mm) x 18 inch (457mm). Traffic signal section shall be LED with expandable view, unless

otherwise approval by the Engineer. Pedestrian signal heads shall be Light Emitting Diode (LED)Pedestrian Countdown Signal Heads except when a temporary traffic signal is instalhd at anintersection interconnected with a railroad grade crossing. When a temporary traffic signal Is installed

at an intersecfion interconnected with a railroad grade crossing, Light Emitting Diode (LED) Pedestrian

Signal Heads shall be furnished. The temporary traffic signal heads shall be phced as indicated on the

temporary tramc signal plan or as directed by the Engineer. If no trsflic staging is in place or wiN not bestaged on the day of the turn on, the temporary traffic signal installation shall have the signal head

displays, signal head placements and controNer phasing match the existing tramc signal, at the time ofthe turn on. The Contractor shall furnish enough cable slack to relocate heads to any position on thespan wire or at locations igustmted on the plans for construcgon staging. The temporary tramc signalshail remain in operation during ag signal heel relocations. Each temporary traffic signal head shall

have its own cable from the controller cabinet to the signal head, Signal heads shall be mounted no

less than 17-ft and no more than 25-ft above the crown of the roadway. Signal heads with backplatesshall be measured from the bottom of the backplate for minimuin clearance and from the top signalsection for maximum clearance.

irderconnect.

1. Temporary traffic signal interconnect shag be provided using fiber optic cable or wirelessinterconnect technology as specified in Nte plans. The Contractor may request, in writing, tosubstitute the fiber optic temporary interconnect indicated in the contract documents with a wireless

interconnect. The Contractor must provide assurances that the radio device will operate properly atag times and during aN construction sfaging. If approved for use by the Engineer, the Contractor

shall submit marked'raffic signal plans indicating locations of radios and antennas andinstaga5on details. If wireless interconnect is used, and in the opinion of the engineer, it is not

viable, or if it fails during testing or operations, the Contractor shall be responsible for installing ag

necessary poles, fiber optic cable, and other infrastructure for providing temporary fiber optic

interconnect at no cost to the contract.

2, The existing system interconnect and phone lines are to be maintained as part of the TemporaryTraffic Signal Installation specified for on the plan. The interconnect shall be installed into the

2rt iILotcc) Page 2 trgy 1, 2016Temporary Tratfrc Signal Installation 7 Page(s) Total

252

temporary controller cabinet as per the notes or detaih on the plans. All labor and equipment

required to install and maintain the existing interconnect as part of the Temporary Traflic SignalInstallation shall be included in the item Temporary Traffic Signal Installation. When shown in the

plans, temporary traffic signal interconnect equipment shall be furnished and installed. The

temporary traffic signal interconnect shall maintain interconnect communications throughout the

entire signal system for the duration of the project. Any temporary signal within an existing closed

loop traIc signal system shall be interconnected to that system using similar brand control

equipment at no additional cost to the contract.

3. Temporary wireless interconnect, complete. The radio interconnect system shall be compatible

with Eagle or Econolite conlroller closed loop systems. This item shall indude all materials, labor

and testing and all temporary wireless interconnect components, at the adjacent existing traffic

signal(s) to provide a completely operational closed hop system. to provide the completelyoperational dosed loop system as shown on the plans. The radio interconnects system shall

include the following components:

a. Rack or Shelf Mounted RS-232 Frequency Hopping Spread Spectrum (FHSS) Radio

b. Software for Radio Configuration (Conggure Frequency and Hopping Patterns)

c. Antennas (Omni Direcbonal or Yagi Directional)

d. Antenna Cables, LMR400, Low Loss. Max. 100-ft from controller cabinet to antenna

e. Brackets, Mounting Hardware, and Accessories Required for Installathn

f. RS232 Data Cable for Connection from the radio to the local or master controller

g., All other components required for a fully functional radio interconnect system

All controller cabinet modifications and other modifications to existing equipment that are required

for the Instalkttion of the radio interconnect system components shall be included in this item.

The radio interconnect system may operate at 900Mhz (902-928) or 2.4 Ghz depending on the

results of a site survey. The telemetry shall have an acceptable rate of transmission errors, time

outs, etc. comparable to that of a hardwlre system.

The proposed or existing master controller and telemehy module shall be configured for use with

the radio interconnect at a minimum rate of 9600 baud.

The radio interconnect system st)all include all other components required for a complete and fully

functional telemetry system and shall be installed in accordance to the manufacturers

recommendations.

~ All existing street name and intersection regulatory signs shall be removed from existing poles and

relocated and securely fastened to the signal span wire. The signs shall be reheated to the new and/ orexisting mast arm poles and posts at no extra cost. Any intersection regulatory signs that are required

for the temporary traffic signal shall be provided as shown on the plans or as directed by the Engineer.

Relocation, removing, bagging and installing the regulatory signs for the various construction stagesshall be provided as shown on the plans or as directed by the Engineer.

271 gLD1 CC)Temporary Traflic Signal Installation

Page 3 July 1, 20167 Pageis) Total

253

~ If lighted signs are existing they shall be taken down and stored by the Contractor and reflective streetname signs shall be installed on the temporary ~ignal. The existing lighted sign shall be installed at the

updated intersection as part of the pay item Relocate Existing Illuminated Street Name Sign.

~ All emergency vehicle preemption equipment fight detectom, light detector amplifiers, confirmation

beacons, etc.) as shown on the temporary traflic signal plans shall be provided by the Conbactor. It

shall be the Contractor's responsibility to contact the municipality or fire district to verify the brand ofemergency vehicle preemption equipment to be installed prior to the contract bidding. The equipment

must be completely compatible with all components of the equipment currently in use by the Agency.AII light operated systems shall operate at a uniform rate of 14.035 Hz a0.002, or as otherwise required

by the Engineer, and provide compatible operafion with other light systems cunently being operated in

the County. All labor and material required to install and maintain the emergency vehicle pre-emption

installation shall be included in the item Temporary Traffic Signal Installation.

~ All temporary traffic signal installations shall have vehicle detection installed as shown on the plans, oras directed by the Engineer. Pedestriian push buttons shall be provided for all pedestrian signal

heads/phases as shown on the plans or as directed by the Engineer. All approaches shall have

vehicular detecbon provided by Vehicie Detecfion System as shown on the plans or as directed by theEngineer. Video vehicle detection system shall be approved by CCDOTH prior to Contractor furnishingand installing. The Contractor shall instail, wire, and adjust the alignment of the video vehicle detection

system in actxyrdance to the manufacturer's recommendations and requirements. The Contractor shall

be responsible for adjusting the alignment of fhe video vehicle detection syslem for all construction

staging changes and for maintaining proper alignment throughout the project, A representative of the,

approved control equipment vendor and the video detection vendor shall be present and assist thecontractor in sewng up and maintaining the video vehicle detection system. An in-cabinet video

monitor shall be provided with alt video vehide detection systems and shaN be included in the item

Temporary Traflic Signal Installation.

~ All temporary traffic signal installations shall have.Uninterruptable Power Supply (UPS). The UPScabinet shall be mounted to the temporary traffic signal cabinet and meet the requirements ofUninterrupiable Power Supply in Section 862 of the Standard Specification and as modified in theUninterruptible Power Supply special provision.

Ail labor and material required to comply with these requirements shall be included in the bid price oftemporary traIc signal installation.

Maintenance Procedures. The Contractor shall perform the following maintenance procedures for eachtemporary installation designated to remain in operation duriing construction,

The Contractor Shall:~ Have on staff electricians with IMSA Level II ceNlication to provide signal maintenance.

~ Patrol and inspect each installation every two (2) weeks for proper alignment of signal heads, light

detectors, lamp failures, and general operation of the traffic signal.

211 ttLotcclTemporary Tratttc Signal Installation

tuty 1,20167 Pagels) Total

~ Check all controllers every two (2) weeks, which will include visually inspecfing all timing intervals,

relays, detectors, and preemption equipment to insure that they are functioning pttoperly. This item

includes, as routine maintenance, all portions of emergency vehicle pre-emption equipment.

~ Provide immediate corrective acfion to replace burned out lamps or damaged sockets. When lamps arereplaced, the reflector and lens shall be cleaned. All replacement lamps shall meet the approval of theEngineer, The Contractor shall repair or replace ail defective equipment from any cause whatsoever,

~ Maintain in stock at all times a sufficient amount of materials and equipment to provide effective

temporary and permanent repairs.

~ Provide immediate corrective action when any part or parts of the system fail to function properly. Two

far side heads facing each approach shall be considered the minimum acceptable signal operation

pending permanent repaim. A near riight signal must also be maintained. When repairs at a signalized

intersection require that the controller be disconnected and power is available, the Contractor shall

place the traflic signal installation on flashing operation. The signals shall flash RED for all directions

unless a different indication has been specified by the Engineer.

~ The Contractor is required to place stop signs (Rt-1-36) at each approach to the intersection as atemporary means of regulating baffic. The Contractor shall furnish and equip all their vehicles assigned

to the maintenance of traflic signal installations with a suflicient number of Stop Signs as specified

herein. The Contractor shall maintain sufficient number of spare Stop Signs in stock at all times toreplace Stop Signs which may be damaged or stolen.

~ Replace defective or damaged equipment. If the proper sequence with full detection cannot beobtained immediately, a controller which will provide the proper sequence and full detection shall beinstalled within twelve (12) hours of removal of the original controller.

~ The Contractor shall be required to maintain the existing type of equipment and sequence of operations

during the period of time that the original control equipment is being overhauled

~ Provide the Engineer with the names, addresses, and telephone numbers of two (2) persons qualified

and assigned to the maintenance of the traflic signal installation. These people must be made available

24 hours per day, each and every day of the year for emergency calls by the Engineer.

Respond to all emergency calls from the Department or municipality within one hour after noliTication

and provide immediate contecfive action. When equipment has been damaged or becomes faulty

beyond repair, the Contractor shall replace it with new and identical equipment. The cost of furnishing

and insbtlling the replaced equipment shall be borne by the Contractor at no additional charge to the

State or County. The Contractor may institute action to recover damages from a responsible third party.

If at any time the Contractor fails to perform all work as specified herein to keep the temporary traffic

signal installation in proper operating condition or if the Engineer cannot contact the Contmctor's

designated personnel, the Engineer shall have the State's or the County's Electrical Maintenance

Contractor perform the maintenance work required. The Sate's or County's Electrical Maintenance

Contractor shall bill the Contractor for the total cost of the work. The Contractor shall be responsible for

all of the Electrical Maintenance Contractor's cost and liquidated damages of $1000 per day per

271 I)LDtCC)Ternporarv Traffic Signal Installation

Page 5 Jet)i t, 20167 Pagels) Total

255

occurrence. The contractor shall pay this bill within thirly (30) days of the dash of receipt of the invoice

or the cost of such work will be deducted from the amount due ths Contractor.~ Automatic Traffic Enforcement equipment, such as Red Light Enfitrcement cameras, detectors, and

peripheral equipment, damaged or not operabng properly from any cause, shall be the responsibility ofthe municipality or the Automatic Traffic Enforcement Company per Permit agreement

~ The Contractor shall be responsible to clear snow, ice, dirt, debris or other condition that obstructs

visibility of any traffic signal display.

When temporary traffic signets are to be instailed at locations where exisfing signals are presently

operating, the Contractor shall be fully responsible for the maintenance of the existing signal installation

as soon as any physical work begins on fite contract or any portion thereof until which time the

temporary signals are functioning and the existing signals are removed. In addition, a minimum ofseven days prior to assuming maintenance of the existing traffic signal installation(s) under this

contract, the Contractor shall request that the Resident Engineer contact the Design Engineer at (312)603-1730 for an inspection of fite installation(s). The Design Engineer shall establish a date and time

of inspection and at this time shall check the installation to determine if any corrective work should bedone by the State's or County's Eiecbfcal Maintenance Contractor or the Municipalities Contractor prior

to the Contractor taking over maintenance of the installation. The Resident Engineer, Engineer, and theContractor shall mutualiy agree on the date of maintenance transfer to the Contractor for this section.

Temporary Traffic Signals for bridge projects shali foilow the State Standards, Standard Specifications,Cook County Specifications and any plans for Bridge Temporary Traffic Signals included in the plans.

The instaliation shall meet the Standard Specifications and ail other requirements In this "Temporary

Ttaffic Signal Installation" specification. In addition all electric cable shall be aerially suspended, at aminimum height of 18 feet (5.5 m), on temporary wood poles (Gass 5 or better) of 45 feet (13.7 m),minimum height The signal heads shall be span wire mounied or bracket mounted to the wood poleas shown in fite plans or as directed by the Engineer. The Controller cabinet shall be mounkgd to thewood pole or as directed by the Engineer. Video vehich detection may be used in place of the detector

hops as approved by the Engineer.

Temoorarv Portabh Traffic Siunal for Bridoe Proiects.

Unless otherwhe directed by the Engineer, temporary pottabte traffic signals shafi be restricted to useon roadways of hss than 8000 ADT that have limited access tg electric utility service, shall not beinstalled on projects where the estimated need exceeds ten (10)weeks, and shall not be in operation

during the period of November through March. The Contractor shall replace the temporary portable

traffic signals with temporary span wire traffic signais noted herein at no cost to the contract if thebridge project or Engineer requires temporary traffic signals to remain in operation into any part ofperiod of November through March. If, in the opinion of the engineer, the reliability and safety of the

temporary portable traffic signal is not similar to that of a temporary span wire traffic signal instalbttion,

the Contractor shall replace the temporary portable traffic signals with temporary span wire traffic

signals noted herein at no cost to the contract.

The controller and LED signal displays shall meet the Standard Specilications and all other

requirements in this TEMPORARY TRAFFIC SIGNAL INSTALLATION specificabon".

271 gLolcc)Trnntmrary Traftic Signal Inetahation

Page 6 July 1, 20167 Page(a) Total

256

3. Work shall be according to Artide 701.18(b)of the Standard Specifications except as noted herein.

4. General.a. The temporary portable bridge traffic signals shall be trailer-mounted units. The trailer-mounted

units shaH be set up securely and levei. Each unit shall be self-contained and consist of two signal

heads. fhe left signal head shall be mounted on a mast arm capable of extending over the travel

lane. Each unit shafi contain a solar cell system to facilitate battery charging. There shall be aminimum of 12 days backup reserve battery supply and the units shafi be capable of operating with

a 120 V power supply from a generator or electrical service.b. AH signal heads located over the travel lane shall be mounied at a minimum height of 17 feet (5m)

from the bottom of the signal back plate to the top of the road surface. AH far right signal headslocated outside the travel lane shall be mounted at a minimum height of 8 feet (2.5m) from thebottom of the signal back plate to the top of the adjacent travel lane surface.

c. The long afi red intervals for the traffic signal controller shall be adjustable up to 250 seconds in

one-second increments.

d. As an afiemative to detector loops, temporary portable bridge traflic signah may be equipped with

video detection or other approved methods of vehicle detection and traflic actuation,

e. AH portable trawc signal units shall be interconnected using hardwire communication cable. Radio

communication equipment may be used only with the approval of the Engineer. If radio

communicafion is used, a site analysis shall be completed to ensure that there is no interference

present that would affect the traffic signal operation. The radio equipment shall meet afi applicable

FCC requirements.

f, The teinporary portable bridge traffic signal system shall meet the physical display and operational

requimments of convenfional traffic signals as specified in Part IV and other applicable porfions ofthe currently adopted version of the Manual on Uniform Traffic Control Devices (MUTCD). Thesignal system shall be designed to continuously operate over an ambient temperature rangebetween -30 'F (-34 'C) and 120 'F (48 'C). When not being utilized to Inform and direct traNC,

portable signals shall be treated as nonoperating equipment according to Article 701.11.g. Basis of Payment. This work wifi be paid for according to Arfide701.20(c).

Basis of Pavment This work will be paid for at ihe contract unit price EACH for TEMPORARY TRAFFIC

SIGNAL INSTALtATION, TEMPORARY BRIDGE TRAFFIC SIGNAL INSTALLATION or TEMPORARY

PORTABLE BRIDGE TRAFFIC SIGNAL INSTALLATION, which price shall include afi costs for themodifications required for traffic staging, changes in signal phasing as required in the Contract plans, video

vehicle detection system, any maintenance or adjustment to the video vehicle detection system, thewireless interconnect system complete, fiber optic interconnect system complete afi material required, theinsbtgation and complete removal of the temporary traffic signal. Sixty percent of the bid price will be paid

following approval of each installation. The remaining 40 percent will be paid fofiowing removal of eachinsbtfiation.

271 tttDtCC)Temtrorary Traac Signal Inatallation

Page 7 July 1, 20167 Pagelal Total

257

SPECIAL PROVISION

FORMAINTENANCE OF EXISTING TRAFFIC SIGNAL INSTALLATION

This item shall consist of maintaining the existing baffic signal installation at an intersection as shown on

the plans and as described herein. Full maintenance responsibility shall start as soon as the Contractor

begins any physical work on the contract or any portion thereof. If Contract work is started prior to a traffic

signal inspection, maintenance of the traffic signal installation(s) will be transl'erred to the Contractor

without an inspecgon. The energy charges for the operation of the traffic signal insbyllation shall be paid for

by others. The maintenance of an existing traffic signal installation shall meet the requirements of Section801.11and 850 of the Standard Specifications except as folows:

This item shall indude maintenance of all traffic'signal equipment at the intersection, including emergencyvehicle pre-empfion equipment, master controllers, uninterruptibie power supply (UPS and batteries),telephone service installations, communications cables, flashing beacons, PTZ cameras, vehicle detection,

handholes, lighted signs and conduit to adjacent intersections, and other traffic signal equipment, but shall

not include Automatic Traffic Enfotcement equipment, such as Red Ught Enforcement cameras, detectors,

or peripheral equipment, not owned by the State and County. This equipment is operated and maintained

by the local municipality and should be de-activated while on contractor maintenance.

Regional transit, County, State and other agencies may also have equipment connected to existing traffic

signal or peripheral equipment such as PTZ cameras, switches, transit signal priority (TSP and BRT)sewers, radios and other devices that shall be induded with tramc sigftsl maintenance at no addmonal costto the contract.

Seven days prior to assuming maintenance of the existing tramc signal installation(s) under this contract,

the Contractor shall request that the Resident Engineer contact Ihe Cook County Design Engineer at (312)803-1730 for an inspection of the installation(s). The Design Engineer shall esbsblhh a date and bme ofinspection and at this time shall check the installation to determine if any corrective work should be done by

the State, the County, or the Municipalities Electrical Maintenance Contractor prior to the Contractor taking

over the maintenance of the installation(s), The Resident Engineer, the Design Engineer, and the State,County, or Municipality Maintenance Contractor and the Contrador shall mutually agree on thd date ofmaintenance transfer to the Contractor for this contract.

Maintenance Procedures The Contractor shall perform the following maintenance procedures for eachexisting installation designated to remain in operation during construction:

~ Have on staff electricians with IMSA Level ll certtTtcation to provide signal maintenance. A copy of thecertification shall be immediately available upon request of the Engineer.

~ Patrol and inspect each installation every two (2) weeks for proper alignfnent of signal heads, light

detectors, lamp failures, and general operation of the traffic signal.

~ Check all controllers every two (2) weeks, which will include visually inspecting all timing intervals,

relays, detectors, and pre-emption equipment to insure that they are functioning properly. This item

includes, as routine maintenance, all portions of emergency vehicle preemption equipment. TheContractor shall check signal system communications and phone lines to assure proper operafion. This

212 IfLD1cc)Ntaintenance of Existing Trafgc Signai Installation

Page 1 July 1, 20164 Page(s) Total

258

item includes, as routine maintenance, all poritons of emergency vehicle plewmption equipment. Priorto the traffic signal maintenance transfer, the contractor shall supply a detailed maintenance schedulethat includes dates, locations, names of electricians providing the required checks and inspectionsalong with any other information requested by the Engineer.

~ Provide immediate corrective action to replace burned out lamps or damaged sockets. When lamps arereplaced, the reflector and lens shall be cleaned. All replacement lamps shall meet the approval of theEngineer. The Contractor shall repair or replace all defective equipment from any cause whatsoever.

~ Maintain in stock at all times a sufficient amount of materials and equipment to provide effectivetemporary and permanent repairs.

~ Provide immediate corrective action when any part or parts of the system fail to function properly. Two farside heads facing each approach shall be considered the minimum acceptable signal operation pendingpermanent repairs. A near right signal must aLso be maintained. When repairs at a signalized iniersectionrequire that the controller be disconnected or otherwise removed from normal operation, and power isavailable, the Contractor shall place the traflic signal installation on flashing operation. The signals shallflash RED for all directions unless a different indication has been specified by the Engineer. The Contractoris required to place stop signs (R1-1-36) at each approach to the intersection as a temporary means ofregulating tt affic. When the signals operate in flash, the Conbactor shall furnish and equip all his vehiclesassigned to the maintenance of traffic signal installations wilh a sufficient number of Slop Signs asspecified herein. The Contractor shall maintain sufficient number of spare Stop Signs in stock at all times toreplace Stop Signs which may be damaged or stolen.

~ Replace defective or damaged equipment. If the proper sequence with full detection cannot be obtainedimmediately, a controller which will provide the proper sequence and full detection shall be installed within

twelve (12) hours of removal of the original controller.

~ The Contractor shall be requited to maintain the existing type of equipment and sequence of operationsduring the period of time that the original control equipment is being overhauled

e Provide the Engineer with the names, addresses, and telephone numbers of two (2) persons qualified andassigned to the maintenance of the traffic signal installation. These people must be made available 24hours per day, each and every day of the year for emergency calls by the Engineer.

~ Respond to all emergency calls from the Department or others within one hour after notification andprovide immediate corrective acbon. When equipment has been damaged or becomes faulty beyondrepair, the Contractor shall replace it with new and identical equipment. The cost of furnishing andinstalling the replaced equipment shall be borne by the Contractor at no addiTional charge to the Stateor County. The Contractor may institute action to recover damages from.a responsible third party. If atany time the Contractor fails to perform all work as specified herein to keep the traffic signal installation

in proper operating condition or if the Engineer cannot contact the Contractor's designated personnel,the Engineer shall have the Siate's or the County's Electrical Maintenance Contractor perform themaintenance work required. The State's or County's Electrical Maintenance Contractor shall bill theContractor for the total cost of the work. The Contractor shall be responsible for all of the ElectricalMaintenance Contractor's cost and liquidated damages of $1000 per day per occurrence. The

272 (ILDICC)lsaintenance of Existing Traflic Signal Installation

Page 2 July 1, 20164 Pageis) Total

259

contractor shall pay this bill within thirty (30) days of the date of receipt of the invoice or the cost ofsuch work will be deducted from the amount due the Contractor, The Contractor shall allow theEiectrical Maintenance Contractor to make reviews of the Existigg Traffic Signal Installation that hasbeen transferred to the Contractor for Maintenance.

n Traffic signal equipment which is lost or not returned to the Department for any reason shall bereplaced with new equipment meeting the tequirements of the Standard Specifications and thesespecial provisions

~ Any proposed acfivity in the vicinity of a highway-rail grade crossing must adhere to the guidelines setforth in the current edition of fite Manual on Uniform Traffic Conbol Devices (MUTCD) regarding workin temporary trafiic control 2ones in the vicinily of highway-rail grade crossings which states that lanerestrictions, tlagging, or other operations shall not create conditions where vehicles can be queuedacross the railroad tracks. If the queuing of vehicles across the tracks cannot be avoided, a uniformedlaw enforcement officer or ilagger shall be provided at the crossing to prevent vehicles from stoppingon the tracks, even if automatic warning devices are in place.

~ Equipment included in this item that is damaged or not operating properly from any cause shall bereplaced with new equipment meeting current District One traflic signal specifications and provided bythe Contractor at no additional cost to the Contract and/or owner of the tramc signal system, all asapproved by the Engineer. Final replacement of damaged equipment must meet the approval of theEngineer prior to or at the time of final inspection otherwise the traffic signal installation will not beaccepted. Cable splices outside the controller cabinet shall not be allowed.

~ Automatic Traffic Enforcement equipment, such as Red Light Enforcement cameras, detectors, andperipheral equipment, damaged or not operating properly from any cause, shall be the responsibility ofthe municipalily or the Automatic Traffic Enforcement Company per Permit agreement

~ The Contractor shall be responsible to clear snow, ice, dirt, debris or other condition that obstructsvisibility of any traffic signal display.

~ The Contractor shall maintain the traffic signal in normal operation during short or Iong term loss ofutility or battery back-up power at critical locations designated by the Engineer. Critical locations mayinclude traffic signals interconnected to railroad warning devices, expressway ramps, intersection withan SRA route, critical corridors or other locations identified by the Engineer. Temporary power to thetraffic signal must meet applicable NEC and OSHA guidelines snd may include portable generatorsand/or replacement batteries.

~ Temporary replacement of damaged or knockdown of a mast arm pole assembly shall requireconstruction of a full or partial span wire signal installation or other method approved by the Engineer toassure signal heads are located overhead and over traveled pavement. Temporary replacement ofmast arm mount signals with post mount signals will not be permified.

~ Any shutdown of the traffic signal installation, which exceeds fifteen (15) minutes, must have priior

approval of the Engineer. Approval to shut down the traflic signal installation will only be grantedduring the period extending from 10:00 a.m. to 3:00 p.m. on weekdays. Shutdowns shall not beallowed during inclement weather or holiday periods.

272 (ILDt CC)Maintenance of Existing Trefgc Signal Installation

July 1, 20164 Page(s) Total

260

Basis of Pavment This work will be paid for at the contract unit price EACH for MAINTENANCE OFEXISTING TRAFFIC SIGNAL INSTALLATION, which price shall be payment in full for all materials,

equipment, and labor necessary to maintain the existing traffic signals. Each intersection shall be paid for

separately. Maintenance of a standalone and or not connected flashing beacon shall be paid for at thecontract unit price EACH for MAINTENANCE IF EXISTING FLASHING BEACON INSTALLATION. Eachilashing beacon will be paid for separately. Following the completion of the ttallic signal maintenance

ttansfer to the Contractor, 30 percent of the bid price will be paid. Following the trd5c signal maintenance

transfer to County, state and/or local agency, 30 percent of the bid pt ice will be paid. The remaining 40percent will be paid when all items on the punch list are done to the satisfaction of the engineer.

272 ItLD1 CC)Maintenance of Existing Tralllc Signal Installation

Page 4 July 1, 20164 Page(s) Total

SPECIAL PROVISION

FOREMERGENCY VEHICLE PRIORITY SYSTEllll

261

The installation of an emergency vehicle priority system shall meet Sections 887 and 1072 of the StandardSpecwcations, except as revised with this Special Provision.

It shall be the Contractor's responsibility to contact the municipality or Fire District to verify the brand ofemergency vehicle pre-emption equipment to be installed prior lo the Contract bidding. The equipmentmust be completely compatible with all components of the equipmegt currently in use by the Agency. Aletter from the Agency is to be included with equipment submittals indication what brand of equipment isacceptable to the Agency.

All new installations shall be equipped with confirmation beacons as shown on the "District 1 StandardTrawc Signal Design Details". The confirmation beacon shall consist of a 6 watt Par 38 LED flood lamp with

a 30 degree light spread or a 7 watt Par 30LED flood lamp with a 15degree or greater spread, maximum 7watt energy consumption at 120V and a 2000 hour warranty for each direction of pre-emption. The lampshall have an adjustable mount with a weatherproof enclosure for cable splicing. All hardware shall be castaluminum or stainless steel. Holes drilled into signal poles, mast arms, or posts shall require rubbergrommets. In order to maintain uniformity between communities, the confirmation beacons shall indicatewhen the control equipment receives the preemption signal. The pre-emption movement shall besignalized by a flashing indication at the rate speciTied by Section 4L01 of the "Manual On Uniform TrafficControl Devices" and other applicable sections of future editions. The stopped pre-empted movementsshall be signalized by a continuous indication.

All light operated systems shall include security and transit preemption software and operate at a uniformrate of 14.035 Hz+0.002, or as otherwise required by the Engineer, and provide compatible operation withother light systems currently being operated in the County.

This item shall include any required modifications to an existing Traffic Signal Controller as a result of theaddition of the Emergency Vehicle Priority System. Any cost associated with modiTications to the controllershall be included in the pay item LIGHT DETECTOR AMPLIFIER.

The pre-emption detector amplifier shall be paid for on a basis of one (1) each per intersection controllerand shall provide operation for all movements required in the pre-emption phase sequence.

Basis of Pavment. This work will be paid for at the Contract unit price EACH for LIGHT TRANSMITTER,LIGHT DETECTOR, or LIGHT DETECTOR AMPLIFIER which price shall be payment in full for furnishingand installing the light transmitter, light detector, or light detector amplifier complete, with necessaryconnections for pmper operation. The furnishing and installing of a confirmation beacon shall be includedin the cost of the LIGHT DETECTOR.

The lead-in cable will be paid for at the contract unit price per FOOT (METER) for EMERGENCY VEHICLEPRIORITY SYSTEM LINE SENSOR CABLE, NO. 20 3/C or EMERGENCY VEHICLE PRIORITY SYSTEMLINE SENSOR CABLE AERIAL SUSPENDED, NO. 20 3/C which price shall be payment in full for

furnishing and installing the lead-in cable and making all electrical connections. The electric cable shall beshielded and have three (3) stranded conductors colored blue, orange, and yellow with a stranded finnedcopper drain wire. The cable shall meet the requirements of the manufacturer of the Emergency VehiclePriority System Equipment.

273 I)LD1CC)Emmgeocy Vehicle Pomily System

Page 1 July 1, 20161 Pageis) Total

262

SPECIAL PROVISION

FORRE-OPTIMIZE TRAFFIC SIGNAL SYSTEM

Descriotion. This work shall consist of re-optimizing a closed loop traffic signal system according to the

following Levels of work.

LEVEL I applies when improvements are made to an existing signalized intersection within an existing

closed loop traffic signal system. The purpose of this work is to integrate the impmvements to the subject

intersection into the signal system while minimizing the impacts to the existing system operation. This type

of work would be commonly associated with the addition of signal phases, pedestrian phases, or

improvements that do not affect the capacity at an intersection.

LEVEL II applies when improvements are made to an existing signalized intersection within an exisfing

closed loop traffic signal system and detailed analysis of the intersection operation is desired by the

engineer, or when a new signalized or existing signalized intersection is being added to an existing system,

but optimization of the entire syslem is not required. The purpose of this work is to optimize the subject

intersection, while integrating it into the existing signal system with limited impact to the system operations.

This item also indudes an evaluation of the overall system operation, including the traffic responsive

program.

For the purposes of re-optimization work, an intersection shall include sll trafiic movements operated by the

subject controller and cabinet.

Afier the signal improvements are completed, the signal shall be re-optimized as specified by an approved

Consultant who has previous experience in opfiimizing Closed Loop Traffic Signal Systems for the IDOT

District One and the County. The Contractor shall contact the Engineer at (312) 603-1730 for a listing of

approved Consultants. Any signal timing problems/complaints shall be investigated by the Consultant and

as requested by the Traffic Signal Design Engineer and resolved to the Department's satisfaction within athree-year period alter the first report is submitted to CCDOTH. The consultant will be required to assist in

trouble shooting the optimized sysiem for problems encountered with the system at no cost to ihe County.

Trouble shooting shall include (but not limited to) answering complaints, wriTing letters, making split

adjustment, identifying and conecfing oscillation problems, etc.. The consultant shall not charge extra

man-hours for this three-year trouble shooting period. The Contractor shall contact the Tratfic Signal

Design Engineer at (312) 603-1730for a Consultant who is still monitoring the Traffic Signal System or for

a lisbng of approved Consultants. The System Coordination and Timing (SCAT) consultant's name shall be

supplied. The lefier will be reviewed by the Engineer to determine whether the SCAT consultant to be used

is approved.

A listing of existing signal equipment, interconnect information, phasing data, and timing patterns may be

obtained from the Department, if available and as appropriate. The existing SCAT Report is available for

review at the County office and if the Consufiant provides blank computer disks, copies of computer

simulation files for the existing optimized system and a timing database that includes intersection displays

will be made for the Consultant. The Consultant shall confer with the Engineer prior to optimizing the

system to determine if any extraordinary conditions exist that would affect traffic flows in the vicinity of the

system, in which case, the Consultant may be inslructed to wait until the conditions return to normal or to

hlhw specific instructions regarding the re-optimization.

277 (ILo1cciReoptimtze Traflic Sktoat System

Page 1 July 1, 20183 Pageis) Total

263

(a) LEVELIRe-Optimization

The following tasks are associated with LEVEL I Re&ptirnization.a. Appropriate signal timings shall be developed for the subject intersection and existing timings

shall be utilized for the rest of the intersections in the system.b. Proposed signal timing plan for the new or modifed intersection(s) shall be forwarded to

County for review prior to implementation.'.

Consultant shall conduct on<its implementation of the timings at the turn<n and make fine-tuning adjustments to the timings of the subject intersection in the field to alleviate observedadverse operating conditions and to enhance operations.

The following deliverables shall be provided for LEVEL I Re-Optimization.a. Consultant shall furnish to County a cover letter descdbing the extent of the rewptimization

work performed.

b. Consultant shall furnish an updated intersection graphic display for the subject intersection toCounty and to County's Traffic Signal Maintenance Contractor.

(b) LEVEL II Re-Optimization

In addiTion to the requirements described in the LEVEL I Re-Optimization above, the followingtasks are associated with LEVEL II Re-Optimization.a. Tra5c counts shall be taken at the subject intersecbon after the trawc signals are approved for

operation by the Engineer. Manual turning movement counts shall be conducted from 6:30a.m. to g:30 a,m., 11100 a.m. to 1:00 p.m., and 3:30 p.m. to 6:30 p.m, on a typical weekdayfrom midday Monday to midday Friday and on a Saturday and/or Sunday, as directed by theEngineer, to account for special traffic generators such as shopping centers, educationalinstitutes and special event facilities. The turning movement counts shall identify cars, andsingle-unit, multi-unit heavy vehicles, and transit buses.

b. As necessary, the intersections shall be readdressed and all system detectors reassigned in

the master controller according to the current standard of the County.c. Traflic responsive program operation shall be evaluated to verify proper pattern selection and

lack of oscillation and a report of the operation shall be provided to the County.

The following deliverabkys shall be provided for LEVEL II Re-Optimization.a. Consultant shall furnish to the County one (1) copy of a technical report for the optimized

system. If a State system/intersection is involved one(1) copy of SCAT report for IDOT shallbe furnished. The technical memorandum shall include the following elements:(1) Brief description of the project

(2) Printed copies of the analysis output from Synchro (or other appropriate, approvedoptimization software file)

(3) Printed copies of the traflic counts conducted at the subject intersection

(4) A Time of Day (TOD) revised chart which includes all intersections spit timing, offsetand program steps shall be furnished to the County

(5) A layout of traffic volumes which includes AM volume, PM volume, MD volume anddistance between intersections

(6) System detector/Local detector relationship layout, if there is a change.(7) Printed copies of master and local controller data.

277 (ILD1CC)ReOpltmize Traffic Signal System

Page 2 July 1, 20163 Pagels) Total

264

b. Consultant shall furnish to the County two (2) CDs for the optimized system. The CDs shallinclude the following elements:

(1) Electronic copy of the technical report in PDF format

(2) Revised Synchro glee (or other appropriate, approved optimization software file) includinggte new signal and the rest of the signals in the ckysed loop system

(3) Tralc counts conducted at the subject intersecgon

(4) New or updated intersection graphic display files in ASC and PCX formats and new zonemap file with system loops (if changed) for the subject intersection

(5) The CD shall be labeled with the County system number and master location, as well asthe submittal date and the consultant logo. The CD case shall include a clearly readablehbel displaying the same information securely affixed to the side and front.

Examples of Time of Day (TOD) chart, layout of tralc volumes and System detector/Local detectorrelationship layout can be obtained from the County.

The Consultant shall furnish to CCDOTH one copy of the revised SCAT Report in three-ring binders. If thesystem is maintained by State or other agency, an approval letter from State or other agency shall befurnished to the County. The Consultant also shall furnish to State or other agency one copy of the revisedSCAT Report in thtee-ring binder.

When an Intersecgon under the system is maintenance transferred to the Contractor, the SCAT consultantshall start responding to complaints and make necessary timing adjustments. The Contractor shall hire thesame SCAT consultant to work on system timing under construction stages when there is a temporarytraflic signal.

Basis of Pavment. This work shall be paid for at the contract unit price EACH for RE-OPTIMIZE TRAFFICSIGNAL SYSTEM —LEVEL I or RE-OPTIMIZE TRAFFIC SIGNAL SYSTEM —LEVEL II, which price shallbe payment in full for performing all work described herein per irdersection. Following completion of thetlmings and submittal of specified deliverables, 100 percent of the bid price will be paid. Each intersectionwill be paid for separately.

2Tl ItLDt cc)Recpltmize Traffic S'goal System

Page 3 Jaly t, 20163 Pagels) Total

265

SPECIAL PROVISION

FORTEMPORARY TRAFFIC SIGNAL Tfil)IING

Descriotion. This work shall consht of developing and maintaining appropdiate trafiic signal timings for thespecified intersection for the duration of the temporary signalized condition, as well as impact to existingtraffic signal timings caused by detours or other temporary conditions.

Afi timings and adjustments necessary for this work shall be performed by an approved Consultant who hasprevious expedience in optimizing Chsed Loop Trawc signal Sysfams for the County. The Contractor shallcontact the Traffic Signal Engineer at (312) 603-1730for a listing of approved Consultants.

The following tasks are associated with TEMPORARY TRAFFIC SIGNAL TIMINGS.

(a) Consultant shall attend temporary traflic signal inspection (turn-on) and/or detour meeting, if

needed and conduct on-site implementahon of the traflic signal timings.

(b) Make fine-turning adjustments to the timings in the field to alleviate observed adverseoperating conditions and to enhance operations.

(c) Consufiant shall provide monthly observation of traffic signal operations in the field.

(d) Consultant shall provide on<its consultation and adjust tirnings as necessary for constructionstage changes, temporary traffic signal phase changes, and any other conditions affectingtiming and phasing, including lane dosures, detours, and other construction activities.

(e) Consultant shall make timing adjustments and prepare comment responses as directed by theTraNc Signal Engineer.

(f) Return original timing plan once construction is complete.

Basis of Pavment. The work shall be paid for at the contract unit price EACH hr TEMPORARY TRAFFICSIGNAL TIMING, which price shall be payment in full for performing all work described herein perintersection. When the temporary traffic signal installation is tumed on and/or detour implemented, 50percent of the bid price will be paid. The remaining 50 percent of the bid price will be paid following theremoval of the temporary tratfic signal installation and/or detour.

286 (ILD1CC)Temporary Tragic Signal Timinge

Page 1 toly 1, 20161 Pageie) Total

266

SPECIAL PROVISION

FORILLUMINATED STREET NAME SIGN

Descriotion.

This work shall consist of furnishing and installing a LED internally illuminated street name sign.

Instalbttion

The sign can be mounted on most steel mast arm poles. Mounting on aluminum mast arm pole requiressupporting structural calculations. Some older or special designed steel mast arm poles may requirestructural evaluation to assure that construction of the mast arm pole is adequate for the proposedadditional loading. Structural calculations and other supporbng documentation as determined by theEngineer shall be provided by the contractor for review by the Department.

The sign shall be located on a steel traffic signal mast arm no further than 8-feet from the center of the poleto the center of the sign at a height of between 16 to 18-feet above traveled pavement.

Signs shall be installed such that they are not energized when trawc signals are powered by an alternate

enemy source such as a generator or uninterruptible power supply (UPS). The signs shall be connected tothe generator or UPS bypass circuitry.

The sign shall be heated on a steel traffic signal mast arm no furiher than 8-feet from the center of the poleto the center of the sign at a height of between 16 to 18-feet above baveled pavement. Mounting hardwareshall be from an approved vendor, utilizing stainless steel components.

Materials

The illuminate street name sign shall be as follows.

(a) Description.

The LEDs shall be white in color. The two face LED internally illuminated street name sign shalldisplay the designated street name clearly and legibly in the daylight hours without being energizedand at night when energized. White translucent Type ZZ regective sheeting sign faces with the streetname applied in transparent green shall be installed on the street sign acrylic panels which shall beaffixed to the interior of the sign enclosure. Sheeting material shall be of one continuous piece.Paneling shall not be allowed. Hinged door(s) shall be provided for easy access to perform generalcleaning and maintenance operations. Illumination shall occur with LED Light Engine as specified.

(b) Environmental Requirements.

The LED lamp shall be rated for use in the ambient operating lemperature range of-40 to+50oC (-40 to+122'F) for storage in the ambient temperature range of 40 to+75'C (40 to+167'F).

(c) General Construction.

1. The LED Light Engine shall be a single, self-contained device, for installation in an existing street signhousing. The power supply must be designed to fit and mounted on the inside wall at one end of thestreet sign housing. The LED Light Engine shall be mounted within the inner top portion of the housingand no components of the light source shall sit between the sign faces.

288 (ILO1 CC)gluminated Street Name Sign

Page t July 1, 20164 Pagets) Total

267

2. The assembly and manufactudng processes of the LED Light Engine shall be designed to ensure that

afi LED and electronic components are adequately supported Io withstand mechanical shocks and

vibrations in compliance with the specifications of the ANSI, C136.31-2001standards.

(d) Mechanical Construction.

1. The sign shall be constructed using a weatherproof, aluminum housing consisting of an extruded

aluminum top with a minimum thickness of .140".The extruded aluminum bottom is .094" thick, The

ends of the housing shall be cast aluminum with a minimum gt)ckness of .250'. The sign shall be

constructed using a weatherproof, aluminum housing consisbng of an extruded aluminum with the

maximum sign dimensions of 22'n height, 96'n length, 10.75"in depth (including the drip edge) and

shall not weight more than 110 pounds. AH housing comers are continuous TIG (Tungsten Inert Gas)

welded to provide a weatherproof seal.2. The door shall be constructed of extruded aluminum.

Two comers are continuous TIG welded with the other two screwed together to make one side of the

door removable for installation of the sign face. The door is fasiened to the housing on the bottom by a

full length, slainless steel hinge. The door shafibe held secure onto a 1"wide by 5/32" thick neoprene

gasket by an appropriate numbers of quarter-turn fasteners to form a watertight seal between the door

and the housing. The sign shall also be fabdcated in a way to ensure that no components fafi out while

a technician is opening or working inside the sign enclosure.

3. The sign face shall be conslructed of .125'hite translucent polycarbonate or acrylic. Sign legend

shall be according to D1 Mast Arm Mounted Street Name Sign detail and MUTCD. The sign face

legend background shall consist of translucent Type ZZ white reflective sheeting and transparent green

film applied to the front of the sign face. The legend shall be framed by a white border. A logo symbol

and/or name of the community may be included with approval of the Engineer. A logo symbol and/or

name of the community may be included with approval of the Engineer.

45. AH fasteners and hardware shall be corrosion resistant stainless steel. No special tools are required for

routine maintenance.

6. AH wiring shall be secured by insulated wire compression nuls or barrier type terminal blocks.

7. A wire entrance junction box shall be supplied with the sign assembly. The box may be supplied

mounted to the exterior or interior of the sign and provide a weather tight seal.

8. A photoelectric switch shall be mounted in the control cabinet to control lighting functions for day and

night display. Each sign shall be individually fused.

9. Brackets and Mounting: LED intemafiy-ifiuminated street name signs will be factory drilled to

accommodate mast arm two-point support assembly mounting brackets. A safety cabkt is to be

included with each mounting bracket.

10. Refer to the ifiuminated street name sign mounting detail standard for wiring methods and malarial.

(e) Electrical.

288 (ILDtCC)tttuminatert Street Name Sgn

Page 2 July 1, 2016S Pageis) Total

268

1. Photocell shall be rated 105-305V, turn on at 1,5 fcs. with a 3-5 second delay. A manufacturer's

warranty of six (6) years shall be provided. Power consumption shall be no greater than 1 watt at

120V.

2. The LED Light Engine shall operate from a 60+-3 cycle AC fine power over a voltage range of 80 to

135 Vac rms. Fluctuations in line voltage over the range of 80 to 135 Vac shall not affect luminous

intensity by more than+-10%.

3. Total harmonic distortion induced into the AC power line by the LED Light Engine, operated at anominal operating voltage, and at a temperature of+25'C (+77'F), shall not exceed 20%.

4. The LED Light Engine shall be cycled ON and OFF with a photocell as shown on the detail sheet and

shall not exceed 145 watts.

The signs shall not be energized when traffic signals are powered by an alternate energy source such

as a generator or Uninterruptabie Power Supply (UPS). The signs shall be connected to the generator

or UPS bypass circuitry.

(I) Photometric Requirements.

1. The entire surface of the sign panel shall be evenly illuminated. The average maintained luminous

intensity measured across the letters, operating under the conditions defined in Environmental

Requirements and Wattage Sections shall be of a minimum value of 100 cd/m'.

2. The manufacturer shall make available Independent laboratory test results to verify compliance to

Voltage Range and Luminous Intensity Distribution Sections.

3. LED shall have a color temperature of 5200k nominal, CRI of 80 with a life expectancy of 75,000 hrs.

(g) Quality Assurance.

The LED Light Engine shall be manufactured in accordance with a vendor quality assurance (QA) program.

The production QA shall include slafiisticafiy contmfied routine tests io ensure minimum performance levels

of the LED Light Engine build to meet this specification. QA process and test result documentations shall

be kept on file for a minimum period of seven (7) years. The LED Light Engine that does not satisfy the

production QA testing performance requirements shall not be labeled, advertised, or sold as conforming to

these specifications. Each LED Ught Engine shall be identified by a manufacturer's serial number for

warranty purposes. LED Light Engines shall be replaced or repaimd if they fail to function as intended due

to workmanship or material defeds within the first sixty (60) months from the dale of acceptance. LED

Ught Engines that exhibit luminous intensities less than the minimum value specified in Photometric

Section within the first thirty-six (36) months from the date of acceptance shall be replaced or repaired.

Basis of Pavment

This work will be paid for at the contract unit pdice EACH fur LED INTERNALLY ILLUMINARED STREET

NAME SIGN, of the length speciiied which shall be payment in full for furnishing and installing the LED

intemagy illuminated street sign, complete with circuitry and mounting hardware including photo cell, circuit

breaker, fusing, relay, connections and cabling as shown on the plans for proper operation and installation.

288 (ILD1cc))gum)sated Street Name Sgo

Page 3 July 1, 20164 Pageis) Total

269

The illuminated street name sign cable will be paid for at the contract unit price per FOOT for ELECTRIC

CABLE IN CONDUIT, STREET NAME SIGN, NO. 14 3C, TYPE SOOW, which price shall be payment in

full for furnishing and installing the cable and making all electrical connections. The length of measurement

shall be the distance horizontally measured between changes in direction, including cable in mast arms and

slack cables. All vertical cables will not be measured for payment Slack cables will be paid for as lead-in

cables in conduit.

288 (ILD1CC)tguminated Street Name Sign

Page 4 July 1, 20164 Pagela) Total

270

SPECIAL PROVISION

FORUNiNTERRUPTABLE POWER SUPPLY WITHOUT CABINET

The furnishing and installation of this item shall meet the requirements of Section 862 and 1074.04 of theSupplemental Specigcations and Recurring Special Provisions, except as follows:

The UPS shall have the power capacity to provide normal operation of a signalized intersection that utilizes

all LED type signal head optics, for a minimum of six hours.

The UPS shall addiTionally include, ag material needed to make a working system. The UPS shall provide

reliable emergency power to the traffic signals in the event of a power failure or interruption.

Installation

For Super-P (T'ype IV) and Super-R (Type V) cabinets, the battery cabinet is integrated to the traflic signal

cabinet, and shall be included in the cost for the trallic signal cabinet of the size and type indicated on the

plans.

At locations where UPS is installed and Emergency Vehicle Priority System is in use, any existing

incandescent congrmation beacons shall be replaced with LED lamps in accordance with the Cook County

Emergency Vehicle Priority System specification at no additional cost to the contract.

A concrete apron shall be provided and be in accordance with Articles 424 and 202 of the Standard

Specifications. The concrete apron shall also, 'fogow the District 1 Siaridard Traflic Signal Design Detail,

Type D or Type C concrete foundation.

This item shall indude any required modifications to an existing tramc signal conboller as a result of theaddition of the UPS including the addition of alarms.

Bypass switch shall completely disconnect the trafgc signal cabinet from the utility provider.

Material:

The UPS shail be line interactive or double conversion and provide voltage regulation and power

conditioning when utilizing utility power. The UPS shall be sized appropriately for gte intersection's normal

trafgc signal operabng connected load, plus 20 pement (20'/). When installed at a railroad-interconnected

intersection the UPS must maintain the railroad prmmption load, plus 20 percent (20%) of the railroad

preempgoneperagng load. The total connected traffic signal load shall not exceed the published ratings for

the UPS. The UPS shall provide a minimum of sbt (6) hours of normal operation run-time for signalized

intersections with LED type signal head optics at 77 'F (25 C) miniinum 1000W active output capacity,with 86 percent minimum inveiter emciency).

The UPS shall have a minimum of four (4) sets of normally open (NO) snd normagy dosed (NC) single-poledouble-throw (SPDT) relay contact ckysures, available on a panel mounted terminal block or locking circular

connectors, rated at a minimum 120 V/1 A, and labeled so as to identify each contact according to theplans.

The UPS shall be compatible with the County's approved traffic controller assemblies utilizing NEMA TS 1

or NEMA TS 2 controllers and cabinet components for full time operation.

293IILD1CC)Urrtrrtenupttbte Power Supply Without Cabinet

July 1, 20163 Pe)cia) Total

271

When the intersection is in battery backup mode, the UPS shall bypass all internal cabinet lights, ventilationfans, service receptacles, any lighted street name signs, hester, street lights, any automated enforcementequipment and any other devices directed by the Engineer.

Bafieries, inverter/charger and power transfer relay shall be housed in a separate NEMA Type 3R cabinet.The cabinet shall be Aluminum alloy, 5052-H32, 0.125-inch thick and have a natural mill finish.

No more than three batteries shall be mounted on individual shelves for a cabinet housing six batteries andno more than four batteries per shelf for a cabinet housing eight batteries.

The UPS shall include a tip or kill switch installed in the battery cabinet, which shall completely distxtnnectpower from the UPS when the switch is manually activated.

The UPS shall include standard RS-232 and internal Etherriet interface.

The UPS shall incorporate a flanged electriic generator inlet for charging the batteries and operating theUPS. The generator connector shall be male type, hvist-lock, rated as 15A, 125VAC with a NEMA L5-15Pconfiguration and meets UL and CSA testing and has a weatherproof lifi cover plate Access to thegenerator inlet shall be from a secured weatherproof lift cover plate or behind a locked battery cabinetpolice panel.

The bypass switch shall include an internal power transfer relay that allows removal of the battery back-upunit, while the traflic signal is connected to utility power, without impacting normal trafiic signal operation.

Battery System. All batteries supplied in the UPS shall be either gel cell or AGM type, deep cycle,completely sealed, prismatic lead calcium based, silver alloy, valve regulated lead acid (VRLA) requiring nomaintenance. Afi batteries in a UPS installation shall be the same type; mixing of gel cell and AGM typeswithin a UPS installalion is not permitted.

Batteries shall be certified by the manufacturer to operate over a temperature range of -13 to 160 F (-25 to+ 71 'C) for gel cell batteries and 40 to 140 'F (W to+ 60 'C) for AGM type batteries.

The UPS shall consist of an even number of batteries that are capable of maintaining normal operation ofthe signalized intersection for a minimum of six hours. Calculations shall be provided showing the numberof batteriies of the type supplied that are needed to satisfy this requirement, A minimum of four batteriesshall be provided.

Battery Heater mats shall be provided, when gel cell type batteries are supplied.

The warranty for an uninterruptible power supply (UPS) shall cover a minimum of five years from date theequipment is placed in operation; however, the batteries of the UPS shall be warranted for full replacementfor a minimum of five years from the date the traffic signal and UPS are placed into service.

The UPS shall be set-uo to run the traffic sional continuouslv. without aoino to a red flashino condition,when switched to batterv cower unless otherwise directed bv the Enoineer. The Contractor shall confirmset-uo with the Enoineer. The continuous ooerafion mode when switched to batterv mav reouiremodification to unit connections and these modifications are included in the unit orice for this item.

2930LD1CC)uninlenuplible Power Supply Without Cabinet

Page 2 July 1, 20163 Page(s) Total

272

Basis of Pavment

This work will be paid for at the contract unit price per EACH for UNINTERRUPTABLE POWER SUPPLYWITHOUT CABINET, which price shall be payment in full for furnishing and installing the Uninterrupfible

Power Supply complete with necessary connections for proper operation. Replacement of Emergency

Vehicle Priority System confirmation beacons shag be included in the cost of the UNINTERRUPTABLE

POWER SUPPLY WITHOUT CABINET item. The concrete apron and earth excavation required shall beinduded in the cost of this pay item.

293(ltotCC)Utnintenuptibte Power Supply Without Cabinet

Page 3 July 1, 20163 Pageie) Total

SPECtAL PROVISION

FOREMERGENCY VEHICLE PRIORITY SYSTEM LINE SENSOR CABLE, NO. 20 3/C

273

This work shall consist of furnishing and installing lead-in cable for light detectors installed at existingand/or proposed traffic signal installations as part of an emergency vehicle priority system. The workincludes installation of the lead-in cables in existing and/or new conduit. The electric cable shall be shieldedand have (3) stranded conductors, colored blue, orange, and yegow with a stranded tinned copper drainwire. The cable shall meet the requirements of the vendor of the Emergency Vehicle Priority SystemEquipment.

Basis of Payment The lead-in cable will be paid for at the contract unit price per FOOT (METER) forEMERGENCY VEHICLE PRIORITY SYSTEM LINE SENSOR CABLE, NO. 20 3/C or EMERGENCYVEHICLE PRIORITY SYSTEM LINE SENSOR CABLE AERIAL SUSPENDED, NO. 20 3/C which priceshall be payment in full for furnishing and making ail electrical connections necessary for proper operations.

298 (ILD1CC) Page tEmergency Vehicle Priorily System Line Sensor Cable, No. 20 3/C

toly 1, 20161 Pageis) Total

274

SPECIAL PROVISION

FORRADAR VEHICLE DETECTION SYSTEM

This work shaB consist of furnishing and installing a radar vehicle detection system as specifiedand/or as shown on the plan. This pay item shall include aB necessary work and equipmentrequired to have a fully operational system including but not limited to the detector unit/s, theinterface unit and aB the necessary hardware, cable and accessories required to complete theinstallation in accordance with the manufacturer's specifications.

The radar vehide detection system shall work under aB weather conditions, including rain,

freezing rain, snow, wind, dust, fog, and changes in temperature and light. It shall work in anambient temperature range of -34 to 74 degrees Celsius. It shall have a max power output of 75waits or less.

The radar vehide detection system shall be compatible with the District's approved traffic

controller assemblies utilizing NEMA TS 1 or NEMA TS 2 controllers and cabinet componentsfor full time operation. The radar vehicle detection system shall provide a minimum of oneinterface unit that has Ethernet connectivity, surge protection and shall be capable of supportinga minimum of 4 detector units.

The far back radar detection shall have a detection range of 400 feet or better.

A representative from the supplier of the radar vehicle detection system shall supervise theinstallation and testing of the radar vehicle detection system and shall be present at the traffic

signal turn-on inspection. Once the radar vehicle detection system is configured, it shall notneed reconfiguration to maintain performance, unless the roadway configuration or theapplication requirements change.

The mounting iocation/s of the detector unit/s shall be per the manufacturer's recommendations.If an extension mounting assembly is needed, it shall be included in this item. AB holes drilled

into signal poles, mast arms, or posts shaB require rubber grommets to prevent chafing of wires.

The radar vehicle detection system shall be warrantied, free from material and workmanship

defects for a period of two years from final inspection.

Basis of Pavment. This work shall be paid for at the contract unit price each for RADAR

VEHICLE DETECTION SYSTEM, SINGLE APPROACH, STOP BAR; RADAR VEHICLEDETECTION SYSTEM, SINGLE APPROACH, FAR BACK; RADAR VEHICLE DETECTIONSYSTEM, SiNGLE APPROACH, STOP BAR AND FAR BACK, the price of which shall include

the cost for ag of the work and material described herein and includes furnishing, installing,

delivery, handling, testing, set-up and aB appurtenances and mounting hardware necessary for

a fully operational radar vehicle detection system.

312BLD1CC)Radar Vehide Deteogoa System

Page 1 July 1, 20161 Page(s) Total

275

SPECIAL PROVISION

FORTRAFFIC SIGNAL PAINTING

This work shall include surface preparation, powder coated finish application and packaging ofnew galvanized steel traffic signal mast arm poles and posts assemblies. All work associatedwith applying the painted finish shall be performed at the vendor's facility for the pole assemblyor post or at a painting facility approved by the Engineer. Traffic signal mast arm shrouds andpost bases shall also be painted the same color as the pole assemblies and posts.

Surface Preoaration.All weld flux and other contaminates shall be mechanicalty removed. The traffic mast arms andpost assemblies shall be degreased, cleaned, and air dried to assure all moisture is removed.

Painted Finish.All galvanized exterior surfaces shall be coated with a urethane or triglycidyl isocyanurate(TGIC) polyester powder to a dry film thickness of 2.0 mils. Prior to application, the surfaceshall be mechanically etched by brush blasting (Ref. SSPC-SP7) and the zinc coated substratepreheated to 450 'F for a minimum one (1) hour. The coating shall be electrostatically appliedand cured by elevating the zinc-coated substrate temperature to a minimum of 400 'F.

The finish paint color shall be black and shall be as selected by the local agency responsible forpaint costs. The Contractor shall confirm, in writing, the color selection with the localresponsible agency and provide a copy of the approval to the Engineer and a copy of theapproval shall be included in the material catalog submittal.

Painting of traffic signal heads, pedestrian signal heads and controller cabinets is not included in

this pay item.

Any damage to the finish after leaving the vendor's facility shall be repaired to the satisfaction ofthe Engineer using a method recommended by the vendor and approved by the Engineer. Ifwhile at the vendor's facility the finish is damaged, the finish shall be re-applied at no cost to thecontract.

Warrantv.The Contractor shall furnish in writing to the Engineer, the paint vendor's standard warranty andcertiTication that the paint system has been properly applied.

Packaaina.Prior to shipping, the poles and posts shall be wrapped in ultraviolet-inhibiting plastic foam orrubberized foam.

Basis of Pavment. This work shall be paid for at the contract unit price EACH for PAINT NEWMAST ARM AND POLE, UNDER 40 FEET (12.19 METER), PAINT NEW MAST ARM ANDPOLE, 40 FEET (12.19METER) AND OVER, PAINT NEW COMBINATION MAST ARM ANDPOLE, UNDER 40 FEET (12.19 METER), PAINT NEW COMBINATION MAST ARM ANDPOLE, 40 FEET (12.19METER) AND OVER, or PAINT NEW TRAFFIC SIGNAL POST of thelength specified, which shall be payment in full for painting and packaging the traffic signal mastarm poles and posts described above including all shrouds, bases and appurtenances,

308 IILD1CC)Tiamo Sgnai Painting

Page 1 tetr 1, 20161 Page(ai Total

276

CHECK SHEET f/31

State of illinois

Department of Transportation

SPECIAL PROVISIONFOR

QUALITY CONTROL/QUALITY ASSURANCE OF CONCRETE MIXTURES

Effective: April 1, 1SS2Revised: January 1, 2015

Add the following to Section 1020 of the Standard Specifications:

"1020.16 Quality Control/Quality Assurance of Concrete Mixtures. ThisArticle specifies the quality control responsibilities of the Contractor for concretemixtures (except Class PC and PS concrete), cement aggregate mixture Il, andcontrolled low-strength material incorporated in the project, and defines the qualityassurance and acceptance responsibilities of the Engineer.

A list of quality control/quality assurance (QC/QA) documents is provided inArticle 1020.16(g), Schedule D.

A Level I Portland Cement Concrete (PCC) Technician shall be defined as anindividual who has successfully completed the Department's training for concretetesting,

A Level li Portland Cement Concrete (PCC) Technician shall be defined as anindividual who has successfully completed the Department's training for concreteproportioning.

A Level ill Portland Cement Concrete (PCC) Technician shall be defined as anindividual who has successfully completed the Department's training for concrete mixdesign.

A Concrete Tester shall be detlned as an individual who has successfullycompleted the Department's training to assist with concrete testing and is monitoredon a daily basis.

Aggregate Technician shall be defined as an individual who has successfullycompleted the Department's training for gradation testing involving aggregateproduction and mixtures.

Mixture Aggregate Technician shall be defined as an individual who hassuccessfully completed the Department's training for gradation testing involvingmixtures.

Gradation Technician shall be defined as an individual who has successfullycompleted the Department's training to assist with gradation testing and is monitoredon a daily basis.

(a) Equipment/Laboratory. The Contractor shall provide a laboratory and testequipment to perform their quality control testing.

405 (IL Recurring)QC/QA cf Concrete Mixtures

Page 1 Janary '1, 201515 Page(s) Total

277

CHECK SHEET ¹31

The laboratory shall be of sufficient size and be furnished with the necessaryequipment, supplies, and current published test methods for adequately andsafely performing all required te~. The laboratory will be approved by theEngineer according to the current Bureau of Materials and PhysicalResearch Policy Memorandum "Minimum Private Laboratory Requirementsfor Construction Materials Testing or Mix Design". Production of a mixtureshall not begin until the Engineer provides written approval of the laboratory.The Contractor shall refer to the Department's "Required Sampling andTesting Equipment for Concrete" for equipment requirements.

Test equipment shall be maintained and calibrated as required by theappropriate test method, and when required by the Engineer. Thisinformation shall be documented on the Department's "Calibration ofConcrete Testing Equipment" forms BMPR PCCQ01 through BMPRPCCQ09.

Test equipment used to determine compressive or flexural strength shall becalibrated each 12 month period by an independent agency, usingcalibration equipment traceabie to the National Institute of Standards andTechnology (NIST). The Contractor shall have the calibrationdocumentation available at the test equipment location.

The Engineer will have unrestricted access to the plant and laboratory at anytime to inspect measuring and testing equipment, and will notify theContractor of any deficiencies. Defective equipment shaH be immediatelyrepaired or replaced by the Contractor.

(b) Quality Control Plan. The Conbactor shaH submit, in writing, a proposedQuality Control (QC) Plan to the Engineer. The QC Plan shall be submitteda minimum of 45 calendar days prior to the production of a mixture. The QCPlan shall address the quality control of the concrete, cement aggregatemixture II, and controlled low-strength material incorporated in the project.The Contractor shall refer to the Department's "Model Quality Control Planfor Concrete Production" to prepare a QC Plan. The Engineer will respondin writing to the Contractor's proposed QC Plan within 15 calendar days ofreceipt.

Production of a mixture shall not begin until the Engineer provides writtenapproval of the QC Plan. The approved QC Plan shail become a part of thecontract between the Department and the Contractor, but shall not beconstrued as acceptance of any mixture produced.

The QC Plan may be amended during the progress of the work, by eitherparty, subject to mutual agreement The Engineer wig respond in writing toa Contractor's proposed QC Plan amendment within 15 calendar days ofreceipt. The response will indicate the approval or denial of the Contractor'sproposed QC Plan amendment.

(c) Quality Control by Contractor. The Contractor shall perform quality controlinspechon, sampling, testing, and documentation to meet contractrequirements. Quality control includes the recognition of obvious defects

405 (IL Recurring)QC/QA of Concrete Mixtures

Page 2 Janar)r 1, 201515 Page(s) Total

278

CHECK SHEET N31

and their immediate correction. Quality control also includes appropriateaction when passing test results are near specification limits, or to resolvetest result differences with the Engineer. Quality control may requireincreased testing, communication of test results to the plant or the jobsite,modification of operations, suspension of mixture production, rejection ofmaterial, or other actions as appropriate. The Engineer shall be immediatelynotified of any failing tests and subsequent remedial action. Passing testsshall be reported no later than the start of the next work day.

When a mixture does not comply with specifications, the Contractor shallreject the material, unless the Engineer accepts the material forincorporation in the work, according to Article 105.03.

(1) Personnel Requirements. The Contractor shall provide a QualityControl (QC) Manager who will have overall responsibility and authorityfor quality control. The jobsite and plant personnel shall be able tocontact the QC Manager by cellular phone, two-way radio, or othermethods approved by the Engineer.

The QC Manager shall visit the jobsite a minimum of once a week. Avisit shall be performed the day of a bridge deck pour, the day a non-routine mixture is placed as determined by the Engineer, or the day aplant is anticipated to produce more than 1000 cu yd (765 cu m). Anyof the three required visits may be used to meet the once per weekminimum requirement.

The Contractor shall provide personnel to perform the requiredinspections, sampling, testing, and documentation in a timely manner.The Contractor shall refer to the Department's "Qualifications andDuties of Concrete Quality Control Personnel" document.

A Level I PCC Technician shall be provided at the jobsite during mixtureproduction and placement, and may supervise concurrent pours on theproject. For concurrent pours, a minimum of one Concrete Tester shallbe required at each pour location. If the Level I PCC Technician is atone of the pour locations, a Concrete Tester is still required at the samelocation. Each Concrete Tester shall be able to contact the Level I PCCTechnician by cellular phone, two-way radio, or other methodsapproved by the Engineer. A single Level I PCC Technician shall notsupervise concurrent pours for multiple contracts.

A Level II PCC Technician shall be provided at the plant, or shall beavailable, during mixture production and placement. A Level II PCCTechnician may supervise a maximum of three plants. Whenever theLevel II PCC Technician is not at the plant during mixture producbonand placement, a Concrete Tester or Level I PCC Technician shall bepresent at the plant to perform any necessary concrete tests. TheConcrete Tester, Level I PCC Technician, or other individual shall alsobe trained to perform any necessary aggregate moisture tests, if theLevel II PCC Technician is not at the plant during mixture productionand placement. The Concrete Tester, Level I PCC Technician, plantpersonnel, and jobsite personnel shall have the ability to contact the

405 (IL Recurring)QC/QA of Concrete Mixtures

Page 3 Janary 4 201516 Page(s) Total

279

CHECK SHEET ¹31

Level ll PCC Technician by cellular phone, two-way radio, or othermethods approved by the Engineer.

For a mixture which is produced and placed with a mobile portlandcement concrete plant as defined in Article 1103.04, a Level II PCCTechnician shall be provided. The Level II PCC Technician shall bepresent at all times during mixture production and placement. However,the Level II PCC Technician may request to be available if operationsare satisfactory. Approval shall be obtained from the Engineer, andjobsite personnel shall have the ability to contact the Level ll PCCTechnician by cellular phone, two-way radio, or other methodsapproved by the Engineer.

A Concrete Tester, Mixture Aggregate Technician, and AggregateTechnician may provide assistance with sampling and testing. AGradation Technician may provide assistance with testing. A ConcreteTester shall be supervised by a Level I or Level II PCC Technician. AGradation Technician shag be supervised by a Level II PCC Technician,Mixture Aggregate Technician, or Aggregate Technician.

(2) Required Plant Tests. Sampling and testing shall be performed at theplant, or at a location approved by the Engineer, to control theproduction of a mixture. The required minimum Contractor plantsampling and testing is indicated in Article 1020.16(g)Schedule A.

(3) Required Field Tests. Sampling and testing shall be performed at thejobsite to control the production of a mixture, and to comply withspecifications for placement. For standard curing, after initial curing,and for strength testing, the location shall be approved by the Engineer.The required minimum Contractor jobsite sampling and testing isindicated in Article 1020.16(g),Schedule B.

(d) Quality Assurance by Engineer. The Engineer will perform qualityassurance tests on independent samples and split samples. Anindependent sample is a field sample obtained and tested by only one party.A split sample is one of two equal portions of a field sample, where twoparties each receive one portion for testing. The Engineer may request theContractor to obtain a split sample. Aggregate split samples and any failingstrength specimen shall be retained until permission is given by theEngineer for disposal. The results of all quality assurance tests by theEngineer will be made available to the Contractor. However, Contractor splitsample test results shall be provided to the Engineer before Department testresults are revealed. The Engineer's quality assurance independent sampleand split sample testing are indicated in Article 1020.16(g), Schedule C.

(1) Strength Testing. For strength testing, Article 1020.09 shall apply,except the Contractor and Engineer strength specimens may be placedin the same field curing box for initial curing and may be cured in thesame water storage tank for final curing.

405 (IL kecurnng)QCIQA of Concrete Mltrtures

Page 4 Jsnsrtr 1,201515 Page(s) Total

280

CHECK SHEET ¹31

(2) Comparing Test Results. Differences between the Engineer's and theContractor's split sample test results will be considered reasonable ifwithin the following limits:

Test Parameter

SlumpAir ContentCompressive StrengthFlexural StrengthSlump Flow (Self-Consolidating Concrete (SCC))Visual Stability Index (SCC)J-Ring (SCC)L-Box (SCC}I-lardened Visual StabilityIndex (SCC)Dynamic Segregation Index(SCC)Flow (Controlled Low-StrengthMaterial (CLSM))Strength (CLSM)

Aggregate Gradation

Acceptable Limits of Precision

0.75 in, (20 mm)0g900 psi (6200 kPa)90 psi (620 kPa)1.5 in. (40 mm)

Not Applicable1.5 in. (40 mm)10%Not Applicable

1.0%

1.5 in. (40 mm)

40 psi (275 kPa)See "Guideline for SampleComparison" in Appendix "A" of theManual of Test Procedures forMaterials.

When acceptable limits of precision have been met, but only one partyis within specification limits, the failing test shall be resolved before thematerial may be considered for acceptance.

(3) Test Results and Specification Limits.

a. Split Sample Testing. If either the Engineer's or the Contractor'ssplit sampie test resuit is not within specification limits and the otherparty is within specification limits, irnrnediate retests on a splitsample shall be performed for slump, air content, slump flow, visualstability index, J-Ring, L-Box, dynamic segregation index, flow

(CLSM), or aggregate gradation. A passing retest result by eachparty will require no further action. if either the Engineer*s orContractor's slump, air content, slump flow, visual stability index,J-Ring, L-Box, dynamic segregation index, flow (CLSM), oraggregate gradation split sample retest result is a failure; or if eitherthe Engineer's or Contractor's strength or hardened visual stabilityindex test result is a failure and the other party is withinspecification limits; the following actions shall be initiated toinvestigate the test failure:

1. The Engineer and the Contractor shall investigate the samplingmethod, test procedure, equipment condition, equipmentcalibration, and other factors.

405 (IL RecurnngiQCIQA of Concrete Mixtures

Page 5 Janary t, 001515 Page(sl Total

281

CHECK SHEET ¹31

2. The Engineer or the Contractor shall replace test equipment,

as determined by the Engineer.

3. The Engineer and the Contractor shall perform additional

testing on split samples, as determined by the Engineer.

For aggregate gradation, jobsite slump, jobsite air content, jobsiteslump flow, jobsite visual stability index, jobsite J-Ring, jobsiteL-Box, jobsite dynamic segregation index, and jobsite flow (CLSM),if the failing split sample test result is not resolved according to 1.,2., or 3., and the mixture has not been placed, the Contractor shall

reject the material; unless the Engineer accepts the material forincorporation in the work, according to Article 105.03. If the mixture

has already been placed, or if a failing strength or hardened visual

stability index test result is not resolved according to 1., 2., or 3.,the material will be considered unacceptable.

If a continued trend of difference exists between the Engineer's and

the Contractor's spiit sample test results, or if split sample testresults exceed the acceptable limits of precision, the Engineer and

the Contractor shall investigate according to items 1.,2., and 3.

b. Independent Sample Testing. For aggregate gradation, jobsiteslump, jobsite air content, jobsite slump flow, jobsite visual stability

index, jobsite J-Ring, jobsite L-Box, jobsite dynamic segregationindex, jobsite flow (CLSM), if the result of a quality assurance teston a sample independently obtained by the Engineer is not within

specification limits, and the mixture has not been placed, theContractor shall reject the material; unless the Engineer acceptsthe material for incorporation in the work, according toArticle 105.03. If the mixture has already been placed or theEngineer obtains a failing strength or hardened visual stability index

test result, the material will be considered unacceptable.

(e) Acceptance by the Engineer. Final acceptance will be based on theStandard Specifications and the following:

The ContractoVs compliance with all contract documents for quality

control.

(2) Validation of Contractor quality control test results by comparison with

the Engineer's quaiity assurance test results using split samples. Any

quality control or quality assurance test determined to be flawed may bedeclared invalid only when reviewed and approved by the Engineer.

The Engineer will declare a test result invalid only if it is proven that

improper sampling or testing occurred. The test result is to be recorded

and the reason for declaring the test invalid will be provided by theEngineer.

405 (IL RscuriingtQC/OA of Concrete Mixtures

Page B Jsnsry 1, 20151BPsgs(s) Total

282

CHECK SHEET ¹31

(3) Comparison of the Engineer's quality assurance test results with

specification limits using samples independently obtained by theEngineer.

The Engineer may suspend mixture production, reject materials, or take otherappropriate action if the Contractor does not control the quality of concrete, cementaggregate mixture II, or controlled low-strength material for acceptance. The decisionwill be determined according to (1), (2), or (3).

(f) Documentation.

(1) Records. The Contractor shall be responsible for documenting all

observations, inspections, adjustments to the mix design, test results,retest results, and corrective actions in a bound hardback field book,bound hardback diary, or appropriate Department form, which shallbecome the property of the Department. The documentation shallinclude a method to compare the Engineer's test results with theContractor's results. The Contractor shall be responsible for themaintenance of all permanent records whether obtained by theContractor, the consultants, the subcontractors, or the producer of themixture. The Contractor shall provide the Engineer full access to all

documentation throughout the progress of the work.

The Department's form BMPR MI504, form BMPR MI654, and formBMPR MI655 shall be completed by the Contractor, and shall besubmitted to the Engineer weekly or as required by the Engineer. A

correctly completed form BMPR MI504, form BMPR MI654, and formBMPR MI655 are required to authorize payment by the Engineer forapplicable pay items.

(2) Delivery Truck Ticket. The following information shall be recorded oneach delivery ticket or in a bound hardback field book: initial revolutioncounter reading (final reading optional) at the jobsite, if the mixture istruck-mixed; time discharged at the jobsite; total amount of eachadmixture added at the jobsite; and total amount of water added at thejobsite.

(g) Basis of Payment and Schedules. Quality Control/Quality Assurance ofportland cement concrete mixtures will not be paid for separately, but shallbe considered as included in the cost of the various concrete contract items.

405 (IL Recurring)OC/OA of Concrete Mixtures

Page T Janary 1, g01515 Page(s) Total

283

CHECK SHEET tg31

SCHEDULE A

Item

Aggregates(Arriving atPlant)Aggregates(Stored atPlant in

Stockpiles orBins)

Test

Gradation 2/

Gradation2500 cu yd(1000cum) for iTP2, ITP11, ITP27, andeach gradation TP 248number

CONTRACTOR PLANT SAMPLING AND TESTING

IL Modified AASHTO,

Frequency IL Modified ASTM,or Illinois Test Procedure 1/

As needed to checksource for each iTP 2, ITP 11, ITP 27, andgradation number iTP 24B

Aggregates(Stored atPlant in

Stockpiles orBins)

Mixlure

Mixture

(CLSM)

Moisture 4/

Fine Aggregate

Moisture4/

Coarse Aggregate

SlumpAir ContentUnit Weight / YieldSlump Flow (SCC)Visual Stability Index (SCC)J-Ring (SCC)L-Box (SCC)TemperatureFlowAir ContentTemperature

Once per week formoisture sensor,otherwise daily foreach gradationnumber

As needed tocontrol productionfor each gradationnumber

As needed tocontrol production

As needed tocontrol production

Flask, Dunagan,Pychnometer Jar,or ITP 255

Dunagan,Pychnometer Jar,or ITP 255

R 60 and T 119R 60 and T 152 or T 196R 60 and T 121ITP SCC-1 and ITP SCC-2ITP SCC-1 and ITP SCC-2ITP SCC-1 and ITP SCC-3ITP SCC-1 and ITP SCC-4R 60 and ASTM C 10B4

ITP 307

1/ Refer to the Department's "Manual of Test Procedures for Materials".

2/ All gradation tests shall be washed. Testing shall be completed no later than24 hours after the aggregate has been sampled.

3/ One per week (Sunday through Saturday) minimum, unless the stockpile has notreceived additional aggregate material since the previous test.

One per day minimum for a bridge deck pour, unless the stockpile has notreceived additional aggregate material since the previous test. The sample shallbe taken and testing completed prior to the pour. The bridge deck aggregatesample may be taken the day before the pour or as approved by the Engineer.

4/ If the moisture test and moisture sensor disagree by more than 0.5 percent,retest. If the difference remains, adjust the moisture sensor to an average of twoor more moisture tests. The Department's "Water/Cement Ratio Worksheet"form (BMPR PCCW01) shall be completed, when applicable.

405 (IL ttecurnng)QC/QA of Concrete Mixtures

page 6 Janary 1, 201516 Page(s) Total

284

CHECK SHEET ¹31

5l The Contractor may also perform strength testing according to illinois ModifiedAASHTO R 60, T23, and T22 or T177; or water content testing according toillinois Modified AASHTO T 318.

The Contractor may also perform other availabte self-consolidating concrete(SCC) tests at the plant to control mixture production.

6I The Contractor shall select the J-Ring or L-Box test for plant sampling andtesting.

7I The Contractor may also perform strength testing according to ITP 30?.

405 (IL Recurring)QC(QA of Concrete Mixtures

Page g Janary 1,201515 Page(s) Total

285

CHECK SHEET ¹31

SCHEDULE B

CONTRACTOR JOBSITE SAMPLING 8 TESTING

Item

Pavement,Shoulder,Base Course,Base Course Widening,Driveway Pavement,Railroad Crossing,Cement Aggregate

Mixture li

Bridge Approach Slab "',

Bridge DeckBriidge Deck Overlay

SuperstructureSubstructure,Culvert,Miscellaneous Drainage

Structures,Retaining Wall,Building Wall,Drilled ShaftPile & EncasementFooting,Foundation,Pavement Patching,Structural Repairs

Seal Coat

MeasuredProperty

3/ 4/

Air Content

CompressiveStrength

OI'lexural

Strength

Sl 3/ 4/ump

Air Content

Compressivelength

orFlexural

Strength

Slump

Air Content

CompressiveStrength

OI'lexural

Strength

Random SampleTesting Frequency per

Mix Design and perPlant

1 per 500 cu yd(400 cu m) or

minimum 1/day

1 per 100 cu yd(80

curn)

orminimum 1/day

1 per 1250 cuyd(1000 cu m) orminimum 1/day

1 per 50 cuyd(40 cu m) or

minimum 1/day1 per 50 cu yd(40

curn)

orminimum 1/day

1 per250cuyd(200 cu m) or

minimum 1/day

1 per 250 cu yd(200 cu m)

orminimum 1/day1 per 250 cu yd

(200 cu m)

OI'inimum1/day whenair is entrained

1 per 250 cu yd(200 cu m)

OI

minimum 1/day

IL Modified AASHTO,IL Modified ASTM, or

illinois TestProcedure

R 60 and T 119

RBOand

T 152 or T 19BR 60, T 22 and

T23OI'60,T 177 and

T23

R 60 and T 119

R60and

T152or T196

R 60, T 22 andT23

OI

RBO, T 177 andT23

R 60 and T 119

R 60and

T 152 or T 196

R60, T22 andT'23

orR60, T 177 and

T 23

405 (IL kecurnng)QC/QA of Concrete Mixtures

Page 10 Jane/y I, 201 515 Pageis) Total

286

CHECK SHEET ff31

CONTRACTOR JOBSITE SAMPLING & TESTING

Curb,Gutter,Median,Barrier,Sidewalk,Slope Wall,Paved Ditch,Fabric Formed

ConcreteRevetment Mat

MiscellaneousItems,Incidental Items

Items Using Self-ConsolidatingConcrete

All

Controlled Low-Strength Material(CLSM)

Slump

Air Content

CompressiveStrength

oi'lexural

Strength

Slump FlowVSI

J-RingL-Box "

'"'VSI

'ynamic

SegregationIndex (DSI)

Air Content3/5/5/

CompressiveStrength

orFlexural Strength

7/ 8/

Temperature

Flow, AirContent,

CompressiveStrength

(28-day), endTemperature

1 per 100 cu yd

(80 cu m) orminimum 1/day1 per 50 cu yd(40 cu m) or

minimum 1/day

1 per 400 co yd

(300 cu m)or minimum

1/day

Perform at samefrequency that isspecified for the

Item's slump

Minimum 1/dayat start of

production forthat day

Il/Iinimum 1nrveek

at start ofproduction for

that weekPerform at samefrequency that isspecified for the

Item's aircontent

Perform at samefrequency that isspecified for theItem's strength

As needed tocontrol

productionFirst truck load

delivered and asneededto

controlproductionthereafter

R 60 and T 119

R60and

T 152 or T 196

R 60, T 22 and

T 23OI'

60, T 177 andT23

ITP SCC-1 & ITP SCC-2ITP SCC-1 8 ITP SCC-2ITP SCC-1 & ITP SCC-3ITP SCC-1 & ITP SCC-4

ITP SCC-1and

ITP SCC-6

ITP SCC-1and

ITP SCC-8 (Option 0)

ITP SCC-1and

T 152 or T 196

ITP SCC-1, T 22 andT 23

OI

ITP SCC-1, T 177and T 23R60 and

ASTM C 1064

ITP 307

1/ Sampling and testing of small quantities of curb, gutter, median, barrier,sidewalk, slope wall, paved ditch, miscellaneous items, and incidental itemsmay be waived by the Engineer, if requested by the Contractor. However,quality control personnel are still required according to Article 1020.16(c)(1).The Contractor shall also provide recent evidence that similar material hasbeen found to be satisfactory under normal sampling and testing

405 (IL Recurring)QC/QA of Concrete Mixtures

Page 11 Janet)/ 1, g01515 Page(s) Totai

287

CHECK SHEET f/31

procedures. The total quantity that may be waived for testing shall notexceed 100 cu yd (76 cu m) per contract.

If the Contractor's or Engineer's test result for any jobsite mixture test is notwithin the specification limits, all subsequent truck loads delivered shall betested by the Contractor until the problem is corrected.

2/ If one mix design is being used for several construction items during a day'production, one testing frequency may be selected to include all items. Theconstruction items shall have the same slump, air content, and water/cementratio specifications. For self-consolidating concrete, the construction itemsshall have the same slump flow, visual stability index, J-Ring, L-Box, aircontent, and water/cement ratio specifications. The frequency selected shallequal or exceed the testing required for the construction item.

One sufficiently sized sample shall be taken to perform the required test(s).Random numbers shall be determined according to the Department's"Method for Obtaining Random Samples for Concrete". The Engineer willprovide random sample locations.

3/ The temperature, slump, and air content tests shall be performed on the firsttruck load delivered, for each pour. For self-consolidating concrete, thetemperature, slump flow, visual stability index, J-Ring or L-Box, and aircontent tests shall be performed on the first truck load delivered, for eachpour. lJnless a random sample is required for the first truck load, testing thefirst truck load does not satisfy random sampling requirements.

4/ The slump random sample testing frequency shall be a minimum 1/day for aconstruction item which is slipformed.

5/ If a pump or conveyor is used for placement, a correction factor shall beestablished to allow for a loss of air content during transport. The firat threetruck loads delivered shall be tested, before and after transport by the pumpor conveyor, to establish the correction factor. Once the correction isdetermined, it shall be re-checked after an additional 50 cu yd (38 cu m) ispumped, or an additional 100 cu yd (76 cu m) is transported by conveyor.This shall continue throughout the pour. If the re-check indicates thecorrection factor has changed, a minimum of two truckloads is required to re-establish the correction factor. The correction factor shall also be re-established when significant changes in temperature, distance, pump orconveyor arrangement, and other factors have occurred. If the correctionfactor is greater than 3.0 percent, the Contractor shall take corrective actionto reduce the loss of air content during transport by the pump or conveyor.The Contractor shall record all air content test results, correction factors, andcorrected air contents. The corrected air content shall be reported on formBMPR MI654.

6/ If the Contractor's or Engineer's air content test result is within thespecification limits, and 0.2 percent or closer to either limit, the next truckload delivered shall be tested by the Contractor. For example, if thespecified air content range is 5.0 to 8.0 percent and the test result is 5.0, 5.1,5.2, 7.8, 7.9, or 8.0 percent, the next truck shall be tested by the Contractor.

405 (IL Recugring)Qc/QA of Concrete Mixtures

Page 12 Janet)r 1, 201515 Page(s) Total

288

CHECK SHEET ¹31

7/ The test of record for strength shall be the day indicated in Article 1020.04.For cement aggregate mixture II, a strength requirement is not specified andtesting is not required. Additional strength testing to determine earlyfalsework and form removal, early pavement or bdidge opening to traffic, orto monitor strengths is at the discretion of the Contractor. Strength shall bedefined as the average of two 6 x 12 in. (150 x 300 mm) cylinder breaks,three 4 x 6 in. (100 x 200 mm) cylinder breaks, or two beam breaks for fieldtests. Per illinois Modified AASHTO T 23, cylinders shall be 6 x 12 in. (150 x300 mm) when the nominal maximum size of the coarse aggregate exceeds1 in. (25 mm). Nominal maximum size is defined as the largest sieve whichretains any of the aggregate sample particles.

6/ In addition to the strength test, a slump test, air content test, andtemperature test shall be performed on the same sample. For self-consolidating concrete, a slump flow test, visual stability index test, J-Ring orL-Box test, air content test, and temperature test shall be performed on thesame sample as the strength test. For mixtures pumped or conveyored, theContractor shall sample according to illinois Modified AASHTO R 60.

9/ The air content test will be required for each delivered truck load.

10/ For fabric formed concrete revetment mat, the slump test is not required andthe flexural strength test is not applicable.

11/ The Contractor shall select the J-Ring or L-Box test for jobsite sampling andtesting.

12/ In addition to the hardened visual stability index (HVSI) test, a slump flowtest, visual stability index (VSI) test, J-Ring or L-Box test, air content test,and temperature test shall be performed on the same sample. TheContractor shall retain all hardened visual stability index cut cylinderspecimens until the Engineer notifies the Contractor that the specimens maybe discarded.

13/ The test of record for strength shall be the day indicated in Article 1019.04.In addition to the strength test, a flow test, 'air content test, and temperaturetest shall be performed on the same sample. The strength test may bewaived by the Engineer if future removal of the material is not a concern.

405 (IL Recurring)QC/QA of Concrete Mixtures

Page 13 Janary 1,201515 Page(s) Total

289

CHECK SHEET ff31

SCHEDULE C

Location

Plant

Jobsite

Measured PropertyGradation of aggregates stored in stockpilesor bins, Slump and Air ContentSlump, Air Content, Slump Flow, VisualStability index, J-Ring, L-Box, HardenedVisual Stability Index, Dynamic SegregationIndex, and StrengthFlow, Air Content, Strength (28-day), andDynamic Cone Penetration for ControlledLow-Strength Material (CLSM)

ENGINEER QUALITY ASSURANCE INDEPENDENT SAMPLE TESTING

Testing Frequency "

As determined by theEngineer.As determined by theEngineer.

As determined by theEngineer

ENGINEER QUALITY ASSURANCE SPLIT SAMPLE TESTING

Location Measured Property Testing Frequency "At the beginning of the project, the first

Gradation of aggregates test performed by the Contractor.stored in stockpiles or bins Thereafter, a minimum of 10% of total

Plant tests required of the Contractor will beperformed per aggregate gradationnumber and per plant.

Sl™PAir Content, SlumP As determined by the Engineer.Flow (SCC), Visual Stabilityindex (SCC), J-Ring (SCC),and L-Box (SCC)

Jobsite

Slump, Air Content ",Slump Flow, Visual StabilityIndex,J-Ring and L-Box

Hardened Visual StabilityIndexDynamic Segregation Index

Strength

Flow, Air Content, andStrength (28-day) forControlled Low-StrengthMaterial (CLSM)

At the beginning of the project, the firstthree tests performed by theContractor. Thereafter, a minimum of20'io of total tests required of theContractor will be perl'ormed per plant,which will include a minimum of onetest per mix design.As determined by the Engineer.

As determined by the Engineer.At the beginning of the project, the firsttest performed by the Contractor.Thereafter, a minimum of 20% of totaltests required of the Contractor will beperformed per plant, which will includea minimum of one test per mix desiqn.As determined by the Engineer.

406 IIL Recurring)QC/QA of Concrete Mixtures

Page 14 Janar)r 1,201516 Page(s) Total

290

CHECK SHEET ¹31

1/ The Engineer will perform the testing throughout the period of quality controltesting by the Contractor.

2/ The Engineer will witness and take immediate possession of or otherwisesecure the Department's split sample obtained by the Contractor.

3/ Before transport by pump or conveyor, a minimum of 20 percent of totaltests required of the Contractor will be performed per mix design and perplant. After transport by pump or conveyor, a minimum of 20 percent of totaltests required of the Contractor will be performed per mix design and perplant.

405 (IL Recurring)QCIQA of Concrete Mixttees

Page 15 Janary 1,g4g1515 Page(s) Total

291

CHECK SHEET If31

SCHEDULE D

CONCRETE QUALITY CONTROL AND QUALITY ASSURANCE DOCUMENTS

(a) Model Quality Control Plan for Concrete Production (")

(b) Qualifications and Duties of Concrete Quality Control Personnel (*)

(c) Development of Gradation Bands on Incoming Aggregate at Mix Plants (")

(d) Required Sampling and Testing Equipment for Concrete (*)

(e) Method for Obtaining Random Samples for Concrete (")

(f) Calibration of Concrete Testing Equipment (BMPR PCCQ01 through BMPRPCCQ09) (")

(g) Water/Cement Ratio Worksheet (BMPR PCCW01) ( )

(h) Field/Lab Gradations (BMPR MI504) (")

(i) Concrete Air, Slump and Quantity (BMPR MI654) (")

(j) P.C. Concrete Strengths (BMPR MI655) (*)

(k) Aggregate Technician Course or Mixture Aggregate Technician Course (*)

(I) Portland Cement Concrete Tester Course (*)

(m) Portland Cement Concrete Level I Technician Course — Manual ofInstructions for Concrete Testing (")

(n) Portland Cement Concrete Level II Technician Course - Manual ofInstructions for Concrete Proportioning (")

(o) Portland Cement Concrete Level III Technician Course — Manual ofInstructions for Design of Concrete Mixtures (')

(p) Manual of Test Procedures for Materials

* Refer to Appendix C of the Department's "Manual of Test Procedures forMaterials" for more information.

405 (IL Recuriing)QCIQA of Concrete Mixtures

Page 16 Janet)r 1, 201516 Page(s) Total

COARSE AGGREGATE QUALITY (BDE)

Effective: July 1, 2015

Revise Article 1004.01(b)of the Standard Specifications to read:

"(b) Quality. The coarse aggregate shall be according to the quality standards listed in thefollowing table.

COARSE AGGREGATE QUALITY

QUALITY TEST CLASS'A B C D

Na,SOe Soundness 5 Cycle,ITP 104 "', % Loss max.Los

AngelesAbrasion,

ITP 96 " % Loss max.Minus No. 200 (75 pm) SieveMaterial,ITP 11Deleterious Materials ""Shale % max.Clay Lumps, % max.Coal L Lignite, % max.Soft & Unsound Fragments, %max.Other Deleterious, % max.Total Deleterious, % max.Otl-Stained Aggregate "",% max

1 ger 257I

1.0 2.00.25 0.50.254.0 6.0

4.0 "0.5

'.0

" 2.05.0 6.05.0

2.0"10.0"

15 15 20 25

40" 40" 40" 45

1/ Does not apply to crushed concrete.

2/ For aggregate surface course and aggregate shoulders, the maximum percentloss shall be 30.

3/ For portland cement concrete, the maximum percent loss shall be 45.

4/ Does not apply to crushed slag or crushed steel slag.

5/ For hot-mix asphalt (HMA) binder mixtures, except when used as surface course,the maximum percent loss shall be 45.

6/ For crushed aggregate, if the material finer than the No. 200 (75 pm) sieveconsists of the dust from fracture, essentially free from clay or silt, thispercentage may be increased to 2.5.

406 (IL-BDE)

Coerce Aggregate Qualrty

Page t July I, 20152 Page(e) Total

293

7/ Does not apply to aggregates for HMA binder mixtures.

8/ Does not apply to Class A seal and cover coats.

9/ Includes deleterious chert. In gravel and crushed gravel aggregate, deleteriouschert shall be the lightweight fraction separated in a 2.35 heavy mediaseparation. In crushed stone aggregate, deleterious chert shall be thelightweight fraction separated in a 2.55 heavy media separation. Tests shall berun according to ITP 113.

10/ Test shall be run according to ITP 203.

11/ Does not apply to crushed slag.

All varieties of chert contained in gravel coarse aggregate for portland cement concrete,whether crushed or uncrushed, pure or impure, and irrespective of color, will be classedas chert and shall not be present in the total aggregate in excess of 25 percent by weight(mass).

Aggregates used in Class BS concrete (except when poured on subgrade), Class PSconcretet and Class PC concrete (bridge superstructure products only, excluding theapproach slab) shall contain no more than two percent by weight (mass) of deleteriousmaterials. Deleterious materials shall include substances whose disintegration isaccompanied by an increase in volume which may cause spalling of the concrete."

80360

atm (IL-BDE)

Coarse Aggregate Quality

Page 2 July I, 20t52 Page(sl Total

CONCRETE GUTTER, CURB, IIIEDIAN, AND PAVED DITCH (BDE)

Effective: April 1, 2014j Revised: August1,2014

Add the following to Article 606.02 of the Standard Specifications:

"(i) Polyurethane Joint Sealant

Revise the fifth paragraph of Article 606.07 of the Standard Specifications to read:

.....1050.04"

"Transverse contraction and longitudinal construction joints shall be sealed according toArticle 420.12, except transverse joints in concrete curb and gutter shall be sealed withpolysulfide or polyurethane joint sealant."

Add the following to Section 1050 of the Standard Specifications:

"1050.04 Polyurethane Joint Sealant. The joint sealant shall be a polyurethane sealant,j Type S, Grade NS, Class 25 or better, Use T (Tv or T,), according to ASTM C 920."

80334

407(ILSDE)Concrete Gutler, Curb,

Median, and Paved Ditch

Page 1 Auguel 1, 20141 Page(e) Total

295

FRICTION AGGREGATE (BDE)

Effective: January 1, 2011) Revised: November1,2014

Revise Article 1004.01(a)(4)of the Standard Specifications to read:

"(4) Crushed Stone. Crushed stone shall be the angular fragments resutgng fromcrushing undisturbed, consolidated deposits of rock by mechanical means. Crushedstone shall be divided into the following, when specified.

a. Carbonate Crushed Stone. Carbonate crushed stone shall be either dolomite orlimestone. Dolomite shall contain 11.0percent or more magnesium oxide (MgO).Limestone shall contain less than 11.0percent magnesium oxide (MgO).

b. Crystalline Crushed Stone. Crystalline crushed stone shall be eithermetamorphic or igneous stone, including but is not limited to, quartzite, granite,rhyolite and diabase."

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

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

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

Use Mixture

Class A Seal or Cover

Aggregates Allowed

Allowed Alone or in Combination ":GravelCrushed GravelCarbonate Crushed StoneCrystalline Crushed StoneCrushed SandstoneCrushed Slag (ACBF)Crushed Steel SlagCrushed Concrete

408 llL BDE)Frisia Aggregate

Page 1 November 1, 20144 Page(al Total

296

Use Mixture

HMA StabilizedLow ESAL Subbase or

Shoulders

HMA BinderHigh ESAL IL-19.0Low ESAL or IL-19.0L

SMA Binder

SMANdesign 50Surface

HMA D Surface andHigh ESAL Leveling Binder

IL-9.5

SMANdesign 50Surface

HMA C Surface andHigh ESAL Leveling BinderLow ESAL IL-9.5 or IL-9.5L

Aggregates Allowed

Allowed Alone or in Combination s:GravelCrushed GravelCarbonate Crushed StoneCrystalline Crushed StoneCrushed SandstoneCrushed Slag (ACBF)Crushed Steel

Slag"'rushed

Concrete

Allowed Alone or in Combination

Crushed GravelCarbonate Crushed StoneaCrystalline Crushed StoneCrushed SandstoneCrushed Slag (ACBF)Crushed Concrete"

Allowed Alone or in Combination ~:

Crushed GraveiCarbonate Crushed StoneCrystalline Crushed StoneCrushed SandstoneCrushed Slag (ACBF)Crushed Steel SlagCrushed Concrete

Allowed Alone or in Combination

Crushed GravelCarbonate Crushed Stone (other thanLimestone)Crystalline Crushed StoneCrushed SandstoneCrushed Slag (ACBF)Crushed Steel Slag~Crushed Concrete

Other Combinations Allowed:

Up to...

25% Limestone

yttth...

Dolomite

408 IIL BDE)Friotioe Aggregate

Page 2 November 1, 20144 Page(el Total

297

Use Mixture Aggregates Allowed

50% Limestone

75% Limestone

Any Mixture Daggregate otherthan Dolomite

Crushed Slag(ACBF) or CrushedSandstone

!HMA E SurfaceHigh ESAL IL-9.5

SMANdesign 80Surface

Allowed Alone or in Combination ":Crushed GravelCrystalline Crushed StoneCrushed SandstoneCrushed Slag (ACBF)Crushed Steel SlaqCrushed Concrete

'o

Limestone.

Other Combinations Allowed:

Up to...

50% Dolomite"

75% Dolomite"

With...

Any Mixture Eaggreqate

Crushed Sandstone,Crushed Slag(ACBF), CrushedSteel Slag, orCrystalline CrushedStone

HMA F SurfaceHigh ESAL IL-9.5

SMANdesign 80Surface

75% Cl'ushedGravel or CrushedConcrete"

Crystalline Crushed StoneCrushed SandstoneCrushed Slag (ACBF)Crushed Steel SlagNo Limestone.

Other Combinations Allowed:

Crushed Sandstone,Crystalline CrushedStone, Crushed Slag(ACBF), or CrushedSteel Slag

Allowed Alone or in Combination ":

408 (IL BDE)Friogoo Aggregssr

Page 3 November 1, 20144 Page(s) Total

298

Use Mixture Aggregates Allowed

Up fo...

50% CrushedGravel, CrushedConcrete", orDolomite

With...

Crushed Sandstone,Crushed Slag(ACBF), CrushedSteel Slag, orCrystalline CrushedStone

1/ Crushed steel slag allowed in shoulder surface only.2/ Carbonate crushed stone 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 allowedalone 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."

80265

408 (IL BDE)Friogon Aggregete

Pay.4 November 1, 20144 Pegele) Totel

299

LRFD STORM SEWER BURIAL TABLES (BDE)

Effective: November 1, 2013( Revised: April 1, 2015

Revise Article 550.02 of the Standard Specifications to read as follows:

"Item Article Section(a) Clay Sewer Pipe ............................................................................................1040.02(b) Extra Strength Clay Pipe ................................................................,................1040.02(c) Concrete Sewer, Storm Drain, and Culvert Pipe........................................1042(d) Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe .....................................1042(e) Reinforced Concrete Elliptical Culvert, Storm Drain, and Sewer Pipe (Note 1) .........1042(t) Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe (Note 1) ...............1042(g) Polyvinyl Chloride (PVC) Pipe '..............................................1040.03(h) Corrugated Polyvinyl Chloride (PVC) Pipe with a Smooth Interior ......................,,1040.03(i) Corrugated Polypropylene (CPP) Pipe with Smooth Interior ................................1040.08(i) Rubber Gaskets and Preformed Flexible Joint Sealants for Concrete Pipe ..............1056(k) Mastic Joint Sealer for Pipe.........................................................1055(I) External Sealing Band ................1057(m) Fine Aggregate (Note 2) . ...1003.04(n) Coarse Aggregate (Note 3) .....................................................,.1004.05(o) Reinforcement Bars and Welded Wire Fabric .................................,......„..........1006.10(p) Handling Hole Plugs ..................................1042.16(q) Polyethylene (PE) Pipe with a Smooth Interior ...................................1040.04(r) Corrugated Polyethylene (PE) Pipe with a Smooth Interior ..................................1040.04

Note 1. The class of elliptical and arch pipe used for various storm sewer sizes and heights offill shall conform to the requirements for circular pipe.

Note 2. The fine aggregate shall be moist.

Note 3. The coarse aggregate shall be wet."

rtgg IIL BDEILRFD Storm Sewer Burial Tabtee

Page 1 April 1, 201510 Page(el Total

300

Revise the table for permitted materials in Article 550.03 of the Standard SpecNcations as follows:

Materials"Class

A Rigid Pipes:Clay Sewer PipeExtra Strength Clay PipeConcrete Sewer, Storm Drain, and Culvert PipeReinforced Concrete Culvert, Storm Drain, and Sewer PipeReinforced Concrete Elliptical Culvert, Storm Drain, and Sewer PipeReinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe

B Rigid Pipes:Clay Sewer PipeExtra Strength Clay PipeConcrete Sewer, Storm Drain, and Culvert PipeReinforced Concrete Culvert, Storm Drain, and Sewer PipeReinforced Concrete Elliptical Culvert, Storm Drain, and Sewer PipeReinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe

Flexible Pipes:Polyvinyl Chlodide (PVC) PipeCorrugated Polyvinyl Chloride Pipe (PVC) with a Smooth InteriorPolyethylene (PE) Pipe with a Smooth InteriorCorrugated Polyethylene (PE) Pipe with a Smooth InteriorCorrugated Polypropylene (CPP) Pipe with a Smooth Interior"

Replace the storm sewers tables in Article 550.03 of the Standard Specifications with the following:

409 (IL 8DE)LRPD Brorm Sewer Burial Tables

Page 2 Apul 1, 201510 Page(s) Total

301

2 X X X 2 X 2 X Z X 2 2 2 X 2 Z 2 Z Z 2 2 20

8»sX

IC

IO

ao xxxx~x x~x5$ %z$ %zz&zzk

xx2 x 2x zxz xxx zzz zzz 2 zzzUI

IO

I!c b

)F0]c5

00

0Q.

xxxxxx<x<x«<«<«««2 2 222222222222

x'4'4'4 cxkxzxx> $ zzzfzz5z<z2

I-0 ILUJ 0CC 050g I-IU IUCL 2CD CU

IU 02>~~IO

0+0!OUI C

ZQ. CO

IU0 Q-oa

CD

CC0

4I0.I—

X X X X X X X X X Z Z 2 2 Z Z 2 Z Z Z

NNNNN<gggz<S()2«gg<g

Q. <XXX$xgx$ xfxgx$ $<$ $ $ <2$

2Ol

Pc

g4O Cl

E4I m4l IEE eIC

O

g 0TC. K

Ol fIg»tg

e 00c ce Ol0 0 LtC Cl'O 0e eCO

@220 gE OCO

CI IC I4I S 0EEm«I m

PP-9

IQU xx5X5xgxgxxx2<2255%52%zmm e

00 EIC

0 xxxxxx<x<x«Q. 2 2 ZZZZZ2ZZZZZZ0 ClOI

si-com a oESsmell

E a'aE

0Cn 04! F Ce 00Cl Cf e Cl ClCl em!4EB» S»osEato

E0

ca E

C-I

0 xxxxxxz<xz<xxxzz«z5%5zz%

X X Z Z Z 2 2 Z Z Z X X Z 2Z 2 Z Z Z Z 2 2

$ $ %zzZ55zzkz%%ZZ%%52%

Q.00

m Cl

jI0 N N N II!CO CCI S 4 X to I t I Ct te R g ~OQ.O(0 IUILIL IL

IYokoQCLoo x$ *

« IC ««« <0IL XXXXZXZXZXICXZZZZZZZZZZ

I—ICIC

0Iae

RgCQ

302

0 2 X X X 2 X 2 X 2 X 2 2 2 X 2 2 2 2 2 2 2 2

ID

CL P

O XXXXZX>XZXHZSZZZ255ZZ

IUO.0.IU2

0QIU 0IL 0.500 I-IU UlIL 2Z I-C9 IU2)Ul 0"0IUrnI-

I0 IO 200ID 2CC < IU

NI=QgoIC Z

IC LU<0 Q CO

IO yIC

m0Ul0Q

0QZZ&)Ul

8CC0

E

m E

Oi

170 8Ql

Oi tiCl L

0 ECl

E 'cE

p EQD E

QI2-m

i-'0

X X 2 X Z X Z X Z X X X Z 2 Z Z 2 Z 2 2 2 2Ul « « <cC««««0Q XXXXXXZXZX5%Z<%<55$ZZ<0

X X X X X X Z X 2 X X X 2 2 2 2 2 Z 2 2 2 20 «« cC «« <

mxx x x ic ic iclcx x x lc 2 22 z% 2 H 5 2

ID tet«CCCIQCI22222222222222«C « cC ««« < cC «0

o.002

U. <XXX$X$X$ X$ X$ X$ <2<$ $ $ $ $

XXXXZXZXZXXXZZZZZZ<ZZZZ«« < «I ««0

Q XX/X$ X$ X$ XXX$$ 2$ $ $ $ $ $ $

0X X X X X X 2 X 2 X 2 2 2 2 2 2 2 2 2 2 2 20

) xxxxxxgxgxxxzzzz)$ 5$ $ $

IO XX 2 Z 2 Z Z2Z Z X X 2 22 ZZ 2 2 2 ZZ0

00

OIiD

«D =CI 4

tc

E$ mID «EE 0m a'0 0.go

IDCl.0.

IIO

oc OEI jLCC'E I0 0EO00 CDI tc

C CQI Cl

00 'C'C QiC0

ci D OlC V.cmE'E m-$ 0 QI 0.00 EQQo

0 \I C CDCI.Cci 0 $$ $ tllmtjj>'D IQ IQ IQC OIIOC OIOIESomm

Q 0 3 O. 8 0 0

D Fcl

CO

jIzOIID

5sm

Qi0 m

tjj 0E mCI

jE2

QlCI

0C00

00

OQO)CL

OID) n. DI IUD.Q.CL'OO. 0 UJ D 00 XZ

303

k «x«$ «y~«<<yy<yyg<ytd00

IU

Q.UJZ

R5000 I-UI IUCC ZZ I-I—IU0 UJZ>IU 0

OZZZO

g UJ

CL UJ

20IL IU0 0.0 0.22Y >IU

0

0

5F

Ia.O 0dt CZIL

0

O

xxz<xz<xz~x<xxx<<<<<<<<<<Z ZZZ ZZZ 2ZZZ

xxxxxx<x<x«««<««<2 2 ZZZZZZZZZZZZ

xxx xxx <zx$ xxx +z$ 2 $ $ $ $ $ +z$

x«<«<«««<««««ZZ ZZZ ZZZ ZZZ ZZ 2 ZZZ ZZZZ

5$ 5%5%52<%2<z<5<22< 2<%<2%<2<%

IL00CC

<»»»»»»»» > 4) 0) OOOOO

0. ZXXX$ $ ZX$ 22$ $ 2222$ $ $ $ $

<«C'C C«««2220 22222222

Ice xx$ xgx <zx$ xxx%%5z%%%zz%Occ Io

0)cta Dta

0 gQ CI

.It '52IL

Oxxxxxx<zx<z x <«< 'C «««<ZZZZZZZZZZZZ

0 xxxxxx)x$ xxxzzzz%55z%5IL

CQO XXX x <««««««« ~$ <2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2

0.CJ ZZZZZZZZZZZZZZ 2222

ILOOCC

m CJ

macZg

atda)te el tattoecdaj@oeotca@oisLCI

0tad

al

«I2

c

0

0,cCU

'E

ta I)aTtI)

aeEI

dlg.

.5 I..dacE ale x3IQO m

)E0 ooc 'ata

tae Ca VC0E c< al

ta g m Jo

0 3E mo..c0 xo2 alotoI- Z IU ci

Cd

0 0at al

EIac D

o eg CL

E ECQ LmN

f ce

laIL o—o

K0

al0 eIa Q

0 aEO0 D

—Da

3 I'g0 IQO800,

7)ooQ'OQ.

0

d) 0alE o

Co IQ CL Ia la00a.$I'3 e.x 'IIL-D C

cem

CL OalD C oe

oat cm 0

0 dt 0O UJ 0.

al dlla laal E

N020 )-

Cllaal

000. QQ.0 ILO O IUCLOCQ>ILCIJIUILIL «CCLOCLOIJJILOOXZ Z

I-eO00ml

O 0-O QC

304

25XZWZZ<555552222<22%2

80

0

3

xx<x<x<x<xxx«««««IL Z 2 Z Z Z222222222

Eto O

cE 0g! Io"F8- 00 0

xxxxxx<x<x««««««2 2 222222222ZZZ

xxxxxxgx$ xxx$ $ $ $ <$««ICIIL

Ul2I—OQfL Q

0 I-50UI Qlft 2Z I-I- ftIa UI

IU 0

Cl 02mz—

5 :—

IU m

20IL IU0 ILOQ22Y)IU

6

0

CIE Q.ceo 0CI S2 IU

IL

xzzzzzzzzzzzzzzzzzzzzzcIC2

OI

Q00IY.

<»»»»»»»» > OOOOCO OI CO CO 0

M

3F00r 0

- ICrr 0OI =

CICI CE

E mOR e0 a

..ke„.e OO mr r

QOgxxxz$ 2X$ $ $ $ 2$ $ $ $ zagzf

X 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2

xx$ X$ xfxgxxx$ $ $ $ $ $ $ $ $ 2UlQ.

E

c E 0mrcc IL0

CB

Zc a.0tj SUl

Q.

Ia0 eIC iLct'IC tt0 aEOCf

c

ogIII 0pSo$0$ID 0O g0

c0CI 0IL'

XXXXXXzXzXzzzzzzzzzzzz 00IOcIOc

EN

xxxxxxzxzxxx%5zzlzzzzz

CI0.ILCI".00

XX X X z z z 2 2 2 2 2 Z 2 Z 2 2 2 2 2 2 ZO te CI 0000.E a—or co-a mtcmCQQ. 00 a e

tft 0 p c cl )s ct Y555zz5z55$ zzzzzzzzz Ift 0

—CL

O oemC OI

0 0Q. O

Q.00IL' coo 'c Or

'8 0 0 0' Ic 0 NIUILOO»»ZIL mIi! CI

Z 0to@I 'qNCII lOOtRNQ

OOOg 0 IO

OOOOOOOO lo O IO O lfl O~CS NQIAl

bl PINCCOI

0 CQ > Q. ITI IU IL IL < oft 0 Q 0 IU Q 0 0 X 2 Z

s Rz5%$ z5%z%zz5%%5%z5zzz

m

y~S

atoo

EIal

E

O.CL

ZI-0 ILUJ 0588 I-IU UIIY ZZ I-I- K(3 IUZ>IU 0(U CO

Zl U.

oR<I gZCOCO C

CL OI

55IL IUQ Q.

0 o-Zzact IU

8

0

GlCl

ct

eP4! DGl la58

at

U~

tON

go

g$g5

oe cZIL

OllaE D

Gt

gROl

al aiec

'E E co eZ I|

0Q.C!

OV(c

C3

O.0

ILOO

IL'lZI-

xxxxxxzxxz~x%z~%%$ %zz%5Z~%zz

x x x x x x + x < x ( + + < + + + + + 4: + +Z Z ZZZZZZZZZZZZ

xxxxxxfxgxxxg$ $ $ zxgg~zzz~ 8.

0 0 0 0 0 0 Co»»»»»» ow aot g <0 «DNCG NNNN C

xxxxxx~zxgxggzz$ $ $ $ $ $ $ $ ~zg e

'oGl

Z

4ILE a,

go/

c)'geo 0

(U Q. CI

x X X X X X Z X Z X X X Z Z Z Z Z Z Z Z Z Z

0NGIGG sl oatcoNaasoslcaclsoloNCONNNalat a!os otolol I Cacao!

Cl

O'5

Ct

CO

Ch

-8cl ale D

alfno 0al

RhS

EeT'l g 4IGE 'o. Ee cO e LQ.z c

ol al

SgoPek.:

Q J5 D4! GlO 4I

Ja

E Eo.at OOO

x GE Z 0 0IUt-I —(L e

306

ta

IUILIL

OUIU 0IU IL500 I-Ul IU

Z I-I- ICCl gIU 0

E IU ID

Ital0 faID 2< IU

IU 0~$ lll ~

$ 0Pfcg

IZ IUUl C

COIL IU0 a.0 ILzz2$

0IL'

4t

E4l

E

E82I-

ID

O\

4l4Otcai

O

6

4l

f3

IDLat

IL

4I-coID]Ffa I-" 5aoO Cz

O

OlC4t IO

N4t CI!CmQ

m 4l

EtcO Ozo

o

Efit'

zID

al'P

28Ol 4l-' 8

alto cID

E 4! eI4 g 4t'a o E4l C OO.[t CQ.z clgE

Da aODD O

D O

4f O«BE8g8 (2 E E

4I I4 5 IIIID E E IL ow U08xzzo 2

IU I- I- IZ o.

0IL0

IL00

xxxxxxzxzx$ $ zzfzggzzz<

$»»»» »»» > 8 8

0IL0 XXXXXXZXzxzzzzzzzzzzzz

0a. xxxxxxgxgxxx$ 22$ $ $ $ 2<$ 5x

IDoN

4I

I<z E

faO

4l

ODO

g:mzo 0-ILI4 8 88«-

«2C4l o 0o fL'IL0o

N a.oSRIU Q. O

oooN Nz»»»»»»»>

0IL0 x x x x x x <zx <zx $ $ $ <z<2<z$ $ $ $ 2<

xxxxxx<x<xxx««««<IL 2 2 zzzzzzzzz

a.0 y»zz»»»p>»>88 888

oooID 8 O 888

Cl OlN N N Pl a.

SX52

I-WW

IOh

307

Revise the sixth paragraph of Article 550.06 of the Standard Specifications to read:

"PVC, PE and CPP pipes shall be joined according to the manufacturer's specifications."

Revise the first and second paragraphs of Artide 550.08 of the Standard Specifications to read:

"550.0& Deflection Testing for Storm Sewers. All PVC, PE, and CPP storm sewers shall

be tested for deflection not less than 30 days after the pipe is installed and the backfill

compacted. The testing shall be performed in the presence of the Engineer.

For PVC, PE, and CPP storm sewers with diameters 24 in. (600 mm) or smaller, a mandrel

drag shall be used for deflection testing. For PVC, PE, and CPP storm sewers with diametersover 24 in. (600 mm), deflection measurements other than by a mandrel shall be used."

Revise the fifth paragraph of Article 550.08 to read as follows.

"The outside diameter of the mandrel shall be 95 percent of the base inside diameter. Forall PVC pipe the base inside diameter shall be defined using ASTM D 3034 methodology. Forall PE and CPP pipe, the base Inside diameter shall be defined as the average inside diameterbased on the minimum and maximum tolerances specified in the corresponding ASTM orAASHTO material specifications."

Revise the tlrst paragraph of Article 1040.03 of the Standard Specifications to read:

"1040.03 Polyvinyl Chloride (PVC) Pipe. Acceptance testing of PVC pipe and fittings shall

be accomplished during the same construction season in which they are installed. The sectionproperties shall be according to the manufacturer pre-submitted geometric properties on file with

the Department. The manufacturer shall submit written certification that the material meetsthose properties. The pipe shall meet the following additional requirements."

Delete Articles 1040.03(e)and (1) of the Standard Specifications.

Revise Articles 1040.04(c)and (d) of the Standard Specifications to read:

"(c) PE Profile Wall Pipe for Insertion Lining. The pipe shall be according to ASTM F 894.When used for insertion lining of pipe culverts, the pipe liner shall have a minimum pipestiffness of 46 psi (317 kPa) at five percent deflection for nominal inside diameters of42in. (1050mm) or less. For nominal inside diameters of greater than 42 in.

(1050 mm), the pipe liner shall have a minimum pipe stiffness of 32.5 psi (225 kPa) atfive percent deflection. All sites shall have wall construction that presents essentiallysmooth internal and external surfaces.

(d) PE Pipe with a Smooth Interior. The pipe shall be according to ASTM F 714 (DR 32.5)with a minimum cell classification of PE 335434 as defined in ASTM D 3350. Thesection properties shall be according to the manufacturer pre-submitted geometricproperties on file with the Department. The manufacturer shall submit written

409 (IL BDE)LRFO Storm Ssrwsr Burtst Tsbtsa

Page 9 Aprlr i, 20t510 Page(sl Total

308

certification that the material meets those properties and the resin used to manufacturethe pipe meets or exceeds the minimum cell classification requirements."

Add the following to Section 1040 of the Standard Specifications:

"f040.08 Polypropylene (PP) Pipe. Storage and handling shail be according to themanufacturer's recommendations, except in no case shall the pipe be exposed to direct sunlightfor more than six months. Acceptance tesbng of the pipe shali be accomplished during thesame construction season in which it is installed. The section properties shall be according tothe manufacturer pre-submitted geometric properties on file with the Department. Themanufacturer shall submit written certification that the material meets those properties. Thepipe shall meet the following additionai requirements.

(a) Corrugated PP Pipe with a Smooth Interior. The pipe shall be according to AAHSTOM 330 (nominai size —12 to 60 in. (300 to 1500 mm)). The pipe shall be Type S or D.

(b) Perforated Corrugated PP Pipe with A Smooth Interior. The pipe shall be according toAASHTO M 330 (nominal size —12 to 60 in. (300 to 1500 mm)). The pipe shall beType SP. In addition, the top centerline of the pipe shall be marked so that it is readilyvisible from the top of the trench before backfilling, and the upper ends of the slotperforations shall be a minimum of ten degrees below the horizontal."

80325

409 (IL BDE)LRFD Stairs Serrsr Burial Tatrlss

Page 10 April 1, 201510 Pagais)Total

309

IIECHANICAL SIDE TIE BAR INSERTER (BDE)

Eflective: August 1, 2014! Revised: January1,2015

Add the following to Article 420.03 of the Standard Specifications:

"(k) Mechanical Side Tie Bar Inserters .....1103.18"

Revise Article 420.05(b) of the Standard Specifications to read:

"(b) Longitudinal Construction Joint. The tie bars shall be installed using one of the followingmethods.

(1) Preformed or Drilled Holes. The tie bars shall be installed with an approvednonshrink grout or chemical adhesive providing a minimum pull-out strength asfollows.

Bar SizeNo. 6 (No. 19)No. 8 (No. 25)

Minimum Pull-Out Strength

11,000 Ib (49 kN)19,750 Ib (88 kN)

Holes shall be blown clean and dry prior to placing the grout or adhesive. Ifcompressed air is used, the pneumatic tool lubricator shall be bypassed and a filterinstalled on the discharge valve to keep water and oil out of the lines. Theinstallation shall be with methods and tools conforming to the grout or adhesivemanufacturer's recommendations.

The Contractor shall load test five percent of the first 500 tie bars installed. Nofurther installation will be allowed until the initial five percent testing has beencompleted and approval to continue installation has been given by the Engineer.Testing will be required for 0.5 percent of the bars installed after the initial 500. Foreach bar that fails to pass the minimum requirements, two more bars selected by theEngineer shall be tested. Each bar that fails to meet the minimum load requirementshall be reinstalled and retested. The equipment and method used for testing shallmeet the requirements of ASTM E488. All tests shall be performed within 72 hoursof installation. The tie bars shall be installed and approved before concrete is placedin the adjacent lane."

(2) Inserted. The tie bars shall be installed with the use of a mechanicai side tie bar

!inserter. The inserter shall insert the tie bars with vibration while still within theextrusion process, after the concrete has been struck off and consolidated withoutdeformation of the slab. The inserter shall remain stationary relative to the pavementwhen inserting tie bars, while the formless paver continues to move in the direction ofpaving.

410 (IL BDE)Mechanical Side Tie Bar Inserter

January 1, 20152 Page(s) Tntal

310

A void greater than 1/8 in. (3 mm) at any location around the tie bar shall requireimmediate adjustment of the paving operation. A void greater than 1/2 in.(13 mm)shall be repaired with a nonshrink grout or chemical adhesive after the concrete hashardened. If at the end of the day of paving more than 20 percent of the tie barsshow a void larger than 1/8 in. (3 mm) at any point around the bar, the use of theside tie bar inserter shall be discontinued.

(3) Formed in Place. The tie bar shall be formed in place as shown on the plans.

The sealant reservoir shall be formed either by sawing after the concrete has setaccording to Article 420.05(a) or by hand tools when the concrete is in a plastic state."

Add the following to Section 1103of the Standard Specifications:

"1103.18Mechanical Side Bar Inserters. The mechanical side tie bar inserter shall be self-contained and supported on the formless paver with the ability to move independently from theformless paver. The insertion apparatus shall vibrate within a frequency of 2000 to 6000 vpm.A vibrating reed tachometer, hand type, shall be provided according to Article 1103.12."

80342

410 IIL BDE)Mechanical Side Tie Bar lnserter

Page 2 Jannwy 1, 20152 Page(si Total

PAVENIENT PATCHING (BOE)

Effective: January 1, 2010

Revise the first sentence of the second paragraph of Article 701.17(e)(1) of the StandardSpecifications to read;

"In addition to the traffic control and protection shown elsewhere in the contract forpavement, two devices shall be placed immediately in front of each open patch, open hole, andbroken pavement where temporary concrete barriers are not used to separate traffic from thework area."

80254

41 1 (IL BDEIPavement Patching

Page 1 January1, Ztg1 Page(el Total

312

REINFORCEMENT BARS (BDE)

Effective: November 1, 2013

Revise the first and second paragraphs of Article 508.05 of the Standard Specifications to read:

"508.05 Placing and Securing. All reinforcement bars shall be placed and tied securely atthe locations and in the configuration shown on the plans prior to the placement of concrete.Manual welding of reinforcement may only be permitted or precast concrete products asindicated in the current Bureau of Materials and Physical Research Policy Memorandum"Quality Control I Quality Assurance Program for Precast Concrete Products", and for precastprestressed concrete products as indicated in the Department's current "Manual for Fabricationof Precast Prestressed Concrete Products". Reinforcement bars shall not be placed by stickingor tfoating into place or immediately after placement of the concrete.

Bars shall be tied at all intersections, except where the center to center dimension is lessthan 1 ft (300 mm) in each direction, in which case alternate intersections shall be tied. Moldedplastic clips may be used in lieu of wire to secure bar intersections, but shall not be permitted inhorizontal bar mats subject to construction foot traffic or to secure longitudinal bar laps. Plasticc(ips shall adequately secure the reinforcement bars, and shall permit the concrete to flowthrough and fully encase the reinforcement. Plastic clips may be recycled plastic, and shallmeet the approval of the Engineer. The number of ties as specified shall be doubled for lapsplices at the stage construction line of concrete bridge decks when traffic is allowed on the firstcompleted stage during the pouring of the second stage."

Revise the fifth paragraph of Article 508.05 of the Standard Specifications to read:

"Supports for reinforcement in bridge decks shall be metal. For all other concreteconstruction the supports shall be metal or plastic. Metal bar supports shall be made of cold-drawn wire, or other approved material and shall be either epoxy coated, galvanized or plastictipped. When the reinforcement bars are epoxy coated, the metal supports shall be epoxycoated. Plastic supports may be recycled plastic. Supports shall be provided in sufficientnumber and spaced to provide the required clearances. Supports shall adequately support thereinforcement bars, and shall permit the concrete to flow through and fully encase thereinforcement. The legs of supports shall be spaced to allow an opening that is a minimum1.33times the nominal maximum aggregate size used in the concrete. Nominal maximumaggregate size is defined as the largest sieve which retains any of the aggregate sampleparticles. All supports shall meet the approval of the Engineer."

Revise the first sentence of the eighth paragraph of Article 508.05 of the 'StandardSpecifications to read:

"Epoxy coated reinforcement bars shall be tied with plastic coated wire, epoxy coated wire,or molded plastic dips where allowed."

412(ILBDE1Reniorcemeni Bars

Pege1 November1, 20132 Psge(si Tniel

313

Add the following sentence to the end of the first paragraph of Article 508.06(c) of the standardSpecifications:

"In addition, the total slip of the bars within the splice sleeve of the connector after loadingin tension to 30 ksi (207 MPa) and relaxing to 3 ksi (20.7 MPa) shall not exceed 0.01 in.(254 microns)."

Revise Article 1042.03(d) of the Standard Specifications to read:

"(d) Reinforcement and Accessories: The concrete cover over all reinforcement shall bewithin tt/4 in. (+6 mm) of the specified cover.

Welded wire fabric shall be accurately bent and tied in place.

Miscellaneous accessories to be cast into the concrete or for forming holes andrecesses shall be carefully located and rigidly held in place by bolts, clamps, or othereffective means. If paper tubes are used for vertical dowel holes, or other vertical holeswhich require grouting, they shall be removed before transportation to the constructionsite."

80327

412 (IL BOB)Reinforcement Bere

Page 2 November1, 20132 Page(s) Total

314

SIDEWALK, CORNER, OR CROSSWALK CLOSURE (BDE)

Effective: January 1, 2015) Revised: Apri)1, 2015

Revise the first sentence of Article 1106.02(m) of the Supplemental Specifications to read:

"The top and bottom panels shall have alternating uvhite and orange stripes sioping 45degrees on both sides."

80354

413 (IL BDE)Sidswak, Comer, or Croaswak Closure

Page 1 Apol 1, 20151 Page(a) Total

315

Maintenance of RoadwaysEffective: September 30, 1985 Revised: November I, 1996

Beginning on the date that work begins on this project, the Contractor shaH assume responsibilityfor normal maintenance of aH existing roadways within the liinits of the improvement. Thisnormal maintenance shaH include aH repair work deemed necessary by the Engineer, but shallnot include snow removal operations. Traffic control and protection for maintenance ofroadways will be provided by the Contractor as required by the Engineer.

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

414 I)L D-1)trtatntermnce of Roar)nate

Page 1 November 1, 19961 Pagela) Total

316

Coarse Aggregate for Backfill, Trench Backfill and Bttdding (D-I)Effective: November 1, 2011Revised: November 1, 2013

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

Reclaimed Asphalt Pavement (RAP) maybe blended with gravel, crushed gravel, crushed stonecrushed concrete, crushed slag, chats, crushed sand stone or wet bottom boiler slag. The RAPused shall be according to the current Bureau of Materials and Physical Research PolicyMemorandum, "Reclaimed Asphalt Pavement (RAP) for Aggregate Applications". The RAPshall be uniformly graded and shall pass the 1.0in. (25 min) screen. When RAP is blended withany of the coarse aggregate listed above, the blending shall be done mechanically with calibratedfeeders. The feeders shall have an accuracy of + 2.0 percent of the actual quantity of materialdelivered. 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 blendedwith the processed and uniformly graded RAP Gradation deleterious count shall not exceed 10%of total RAP and 5% of other by total weight.

415 (IL D-1) Page 1

Cosrse Aggregste for Backal, Trench Backiil and Bedding

November 1,20131 Pagsis) Total

317

Public Convenience and Safety (Dist 1)Effective: May 1, 2012Revised: 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:OO.AM the Wednesdayprior to 11:59PM the Sunday After"

Delete the fifth paragraph of Article 107.09of 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 Sundayexcept where structure construction or major rehabilitation makes it impractical."

416 (IL D-1)Public Convenienceand Safety (D-1)

Page 1 July 15, 20121 Page(s) Total

318

SPECIAL PROVISIOI'J

FOREXPLORATION TRENCH, SPECIAL

Descriotion. This item shall consist of excavating a trench at locations designated by theEngineer for the purpose of locating existing tile lines or other underground facilities withinthe limits of the proposed improvement. The trench shall be deep enough to expose the linebut not more than one foot deeper than the line, and the width of the trench shall besufficient to allow proper investigation to determine if the line needs to be relocated orreplaced.

The exploration trench shall be backfilled with gradation CA 6 stone, the cost of which shallbe included in the item of EXPLORATION TRENCH, SPECIAL.

Basis of Pavment. This work will be paid for at the contract unit price per foot forEXPLORATION TRENCH, SPECIAL, regardless of the depth required, and no extracompensation will be allowed for any delays, inconveniences or damages sustained by theContractor in performing the work.

417 (CC)Exploration Trench, Special

Page 1 June 29, 20151 Page(s) Total

319

Porous Granular Embankment, SubgradeEffective: September 30, 1985Revised: August 1, 2008

This work consists of furnishing, placing, and compacting porous granular material to thelines and grades shown on the plans or as directed by the Engineer in accordance with

applicable portions of Section 207 of the Standard Specifications. The material shall beused as a bridging layer over soft, pumpy, loose soil and for placing under water and shall

conform with Article 1004.05 of the Standard Specifications except the gradation shall be asfollows:

1. Crushed Stone, Crushed Blast Furnace Slag, and Crushed Concrete

Sieve Size6 in. (150 mm)

"4 in. (100 mm)2 in. (50 mm)

No. 200 (75 )rm)

Percent Passina97+ 390+ 1045 i 255a5

2. Gravel and Crushed Gravel

Sieve Size"6 in. (150 mm)'4 in. (100 mm)

2 in. (50 mm)No. 4 (4.75 mm)No. 200 (75 pm)

Percent Passina97 x 390%1055 k 2530+ 205+5

* For undercut greater than18 inches (450 mm) the percent passing the 6 inch (150 mm)

sieve may be 90 a 10 and the 4 inch (100 mm) sieve requirements eliminated.

** Not to be used in 30 or 40 year extended life concrete pavement or extended life

bituminous concrete pavement (full depth).

The porous granular material shall be placed in one lift when the total thickness to be placedis 2 feet (600 mm) or less or as directed by the Engineer. Each lift of the porous granular

material shall be rolled with a vibratory roller meeting the requirements of Article 1101.01(g)of the Standard Specifications to obtain the desired keying or interlock and compaction. TheEngineer shall verify that adequate keying has been obtained.

A 3 inch (75 mm) nominal thickness top lift of capping aggregate having a gradation of CA 6will be required when Aggregate Subgrade is not specified in the contract and PorousGranular Embankment, Subgrade will be used under the pavement and shoulders. Capping

aggregate will not be required when embankment meeting the requirements of Section 207of the Standard Specifications or granular subbase is placed on top of the porous granular

material.

418 (IDOT)Porous Granular Embankment,Subgrade

Page 1 August 1, 20082 Page(s) Total

320

Construction equipment not necessary for the completion of the replacement material will

not be allowed on the undercut areas until completion of the recommended thickness of theporous granular embankment subgrade.

Full depth subgrade undercut should occur at limits determined by the Engineer. Atransition slope to the full depth of undercut shall be made outside of the undercut limits at ataper of 1 foot (300 mm) longitudinal per 1 inch (25 mm) depth below the proposed subgradeor bottom of the proposed aggregate subgrade when included in the contract.

Method of Measurement. This work will be measured for payment in accordance with Article207.04 of the Standard Specifications. When specified on the contract, the theoreticalelevation of the bottom of the aggregate subgrade shall be used to determine the upper limitof Porous Granular Embankment, Subgrade. The volume will be computed by the methodof average end areas.

Basis of Pavment. This work shall be paid for at the contract unit price per cubic yard (cubicmeter) for POROUS GRANULAR EMBANKMENT, SUBGRADE.

The Porous Granular Embankment, Subgrade shall be used as field conditions warrant atthe time of construction. No adjustment in unit price wiil be allowed for an increase ordecrease in quantities from the estimated quantities shown on the plans.

418 (IDOT)Porous Granular Embankment,Subgrade

Page 2 August 1, 20082 Page(s} Total

321

SPECIAL PROVISION

FORSEGMENTAL BLOCK RETAINING WALL REMOVAL

Descriotion. This work shall consist of the removal of existing segmental block retaining walls at thelocahons shown on the plans.

This work shall be performed in accordance with Section 501 of the Standard Specifications. TheContractor shall contact the owner of the wall to determine if the owner wants to keep the wall blocks. If theowner wants to keep the blocks, the Contractor shall stack them for removal by the owner outside of theconstruction limits. If the owner does not want the blocks, the Contractor shall dispose of the blocks in

accordance with Section 202.03 of the Standard Specifications.

The wall shall be removed to at least 2 feet below the proposed elevation of subgrade or finished surface.

Method of Measurement. The segmental block tetaining wall being removed shall be measured in feetalong the top of the wall, from end of wall to end of wall.

Basis of Pavment. This work will be paid for at the contract unit price per foot for SEGMENTAL BLOCKRETAINING WALL REMOVAL.

419 (CC)Segmental Block Retaining Wall Removal

June 29, 20151 Page(a) Total

322

SPECIAL PROVISION

FORCONCRETE PAVER SIDEWALK REMOVAL

Descriotion. This work shall consist of the removal of concrete pavers where shown on the plans or asdirected by the Engineer. The pavers shall be stored by the Contractor until their reinstallation. Any paversdamaged by the Contractor shall be replaced by the Contractor at no additional cost to the County. Any

excess pavers not required for the construction of the new concrete paver sidewalk are to be salvaged and

delivered on pallets to the Village of Schaumburg Public Works (714 S Plum Grove Rd, Schaumburg, IL).

This work shall also include removal of the existing concrete border and concrete base, which shall bedisposed of off-site. The work will be in accordance with the applicable portions of Section 440 of theStandard Specifications.

Method of Measurement. Paver sidewalk removal will be measured for payment in place and the areacomputed in square feet. The area of measurement shall include the concrete borders adjacent to theconcrete pavers, when the concrete border is shown to be removed.

Basis of Pavment. This work shall be paid for at the contract unit price per square foot for CONCRETEPAVER SIDEWALK REMOVAL. This price shall include all labor, equipment, and materials necessary toperform said work.

420 (CC)Conorete Paver Sidevratk Removal

Page 1 June 29, 20151 Page(a) Total

323

SPECIAL PROVISION

FORCONCRETE PAVER SIDEWALK

Descriotion. This work shall consist of reinstalling existing concrete pavers for the sidewalk where shownon the plans or as directed by the Engineer on a new concrete base. When determined by the Engineer,additional pavers required to complete the work shall be furnished by the Contract and shall be paid forseparately as CONCRETE PAVERS (FURNISH). This work shall be in accordance with the applicableportions of Section 424 of the Standard Specifications and the plan details. Damage to any of the pavers bythe Contractor shall be replaced by the Contractor wilh no additional cost to the County.

Materials. The concrete base shall comply with the requirements of Section 1020 of the StandardSpecifications for Class Sl Concrete. The joint sand shall consist of a natuial or manufactured sandconforming to ASTM C-33 for fine aggregates. Sand must be free from clay, organic matter, and otherdeleterious materiaL Mason sand will not be permitted. The joint sand stabilizer shall be SB-1370,Surebond Safebond Ecology Sealer & Joint Sand Stabilizer, or approved equal. Geotextile fabric shallconform to Article 1080.05 of the Standard Specifications. PVC pipe shall be schedule 40 conforming toASTM 1784 or ASTM 1785. Reinforcement bars and welded wire fabric shall conform to the requirementsof Article 1006,10of the Standard Specifications.

Installation. The concrete base pad shall include installing 6x6, ¹6 welded wire fabric and placing portlandcement concrete to a minimum thickness of 5 inches. Weep holes shall be provided in the base pad at thelocation of the low point of the paver field to allow water to drain to the base course material, with use of3/4" PVC pipe. A minimum of 2 weep holes shall be placed in locations of low points a minimum of 24inches apart. This work shall be constructed in accordance with Sections 351 and 424 of the StandardSpecifications. The surface shall be struck smooth and finished and tooled as required for portland cementconcrete sidewalk.

Concrete for the installation of sidewalks, detectable warnings, or concrete header bands shall not beconstructed integrally with the concrete base. The concrete base shall be tied to the sidewalk and concreteheader bands with ¹6 dowel bars, 12" long, placed at 12" centers. The cost of placing the bars shall beincluded in the cost of CONCRETE PAVER SIDEWALK.

The pavers shall be installed after the P,C.C. sidewalk, header band, and concrete base have beeninstalled and the forms removed. The Contractor shall place the filter fabric and sand leveling base on theconcrete base. The pavers shall be installed according to the pattern shown on the plans. Once installed,the pavers shall be compacted with a plate compactor outfitted with a rubber pad. After the first pass, athin, uniform layer of joint sand shall be spread over the top of the pavers and the pavers compacted again.Additional sand shall be swept into the joints until they are full to within 1/16" from the bevel edge of paveror the joint surface. All excess sand shall be removed from the paver surface. This process sha(l berepeated after 48 hours.

Atter all excess sand has been removed from the paver surface; the joint sand stabilizer shall be liberallyand evenly applied as to coat the pavers and joints by using a low pressure regulated sprayer not toexceed 25 pounds per square inch. The joint sand stabilizer shall be applied at a coverage rate ofapproximately 120 SF per gallon. The excess material shall be simultaneously drawn off the surface with a

421 (CC)Concrete Paver Sidewalk

Page 1 June 29, 20152 Page(a) Total

324

soft squeegee to ensure that all joints are adequately coated and that no surplus material is left on the

surface. The application of the joint sand stabilizer shall be organized in such a manner so that theoperation is carded out in each area before the stabilizer has a chance to dry by doing suitable increments

at a time. The work shall be undertaken when the weather is appropriate and shall cease when inclement

weather, including rain or strong winds, will affect the stabilizing operation. Joint sand stabilizer shall not be

applied if temperatures will fall below 45'ahrenheit during the application or curing time of the stabilizer.

If the pavement has become saturated with water, work shall not commence until the joint sand has dried

out sufficiently to allow for proper penetration of the stabilizer. In extremely dry, hot conditions, when

midday temperatures rise above 90 Fahrenheit, it may be necessary to adjust the application methods to

retard drying and facilitate the proper spreading of the stabilizer. If these circumstances apply, theContractor shall consult with the Engineer before proceeding with stabilization operation. All areas treatedwith sand joint stabilizer shall be protected from rain or moisture until the stabilizer is dry and should not betrafficked for a minimum of 24 hours after completion of the stabilization operation.

Method of Measurement. Concrete paver sidewalks will be measured for payment in square feet of paverfields in place.

Basis of Pavment. This work shall be paid for at the contract unit price per square foot for CONCRETE

PAVER SIDEWALK, which price shall include all materials, labor, and equipment necessary to complete

the work as descdlbed herein and as shown on the details in the plans.

421(cc)Concrete Paver Sldewattr

Page 2 June29,20152 Pegele) Total

325

SPECIAL PROVISION

FORCONCRETE PAVERS (FURNISH)

Descdlotion. This work shall consist of furnishing concrete pavers when an adequate supply of pavers is not

available for reinstallation, as determined by the Engineer. The cost of the installation of these pavers shall

be paid for as CONCRETE PAVER SIDEWALK,

Materials. The concrete pavers shall be Unilock, or approved equal, of the type, size and color shown on

the paver details, or approved equal. The pavers shall be of the nominal sizes, shapes, and colors shown

on the plans and shall match the size, shape, and color of the existing pavers. A sample of the pavers to

be used shall be submitted to the Engineer for approval prior to ordering. The pavers shall meet the

requirements set forth in ASTM C-936 "Specification of interlocking concrete paving units". The minimum

average compressive strength shall be 8,500 psi; minimum average absorption rates shall be 5%; and the

maximum average weight loss after 50 freeze/thaw cycles shall be 1%.

Method of Measurement. Furnishing concrete pavers will be measured for payment in square feet of

pavers furnished and subsequently installed.

Basis of Pavment. This work shall be paid for at the contract unit price per square foot for CONCRETE

PAVERS (FURNISH), which price shall include all materials, labor, and equipment necessary to complete

the work as described herein and as shown on the details in the plans.

422 (CC)Concrete Pavers (Furnish)

Page 1 June 29, 20151 Page(s) Total

326

SPECIAL PROVISION

FORCONCRETE HEADER BAND

Description. This work shall consist of the installation of concrete header bands on the sides of theproposed paver sidewalks, at the locations and in accordance with the details induded in the plans. Thiswork shall be performed in accordance with Section 424 of the Standard Specifications.

Method of Measurement. This work will be measured for payment in place and the area computed insquare feet.

Basis of Pavment. This work will be paid for at the contract unit price per square foot for CONCRETEHEADER BAND, which pl'ice shall include the reinforcement bars, dowel bars and joint filler at constructionjoints. Protective Coat applied to the tops of the bands will be paid for separately.

423 (cc)Conorete Header sand

Page 1 June 29, 20151 Page(e) Total

327

SPECIAL PROVISION

FORFIRE HYDRANTS TO BE RENIOVED

Description. This work shall consist of the removal of existing fire hydrants, auxiliary valves and capping thedownstream end of the valve at location shown on the Plans.

This work shall conform to the applicable sections of the Standard Specifications for Water and Sewer Main

Construction in illinois, 7'1'dition. When a proposed fire hydrant is shown to be installed to replace theexisting fire hydrant using the existing tee on the water main, the Contractor shall remove the fire hydrant,auxiliary valve and valve box, and the water main from the auxiliary valve to the existing tee.

The Contractor shall remove the connector pipe, fire hydrant, and auxiliary valve and valve box (whendescribed above) and deliver them to the Village of Schaumburg Public Works Department (714 S. PlumGrove Road, Schaumburg, IL), or dispose of them if the Public Works Department does not want them.

When a proposed fire hydrant is shown to be installed at an adjacent location, not using the existing tee onthe water main, the Contractor shall follow the following procedure. The Contractor shall excavate belowthe existing fire hydrant to be removed to expose the auxiliary valve. The valve box shall be modified toremain around the valve but no higher than the top of the valve or the remaining portion of the riser stem,whichever is higher. The connector pipe from the valve to the fire hydrant shall be detached from the valveand a cap installed on the downstream end of the valve. An alternative is to leave a short section ofconnector pipe attached to the downstream end of the valve and this short section of pipe shall be capped.The cap shall be permanently attached to prevent leakage. When directed by the Engineer, concrete thrustblocking shall be installed adjacent to the cap.

The Contractor shall backfill the excavation with CA-6 or appropriate backfill, as approved by the Engineer,to the existing grade elevation, unless a new fire hydrant is shown to be installed at this location. Thebackfill shall be compacted in accordance with Section 550 of the "Standard Specifications" except thatonly Method 1 shall be used.

This work will require water to be shut off, which shall be coordinated with the Village's maintenancepersonnel. This may require work to be performed during overnight hours or on weekends. No additional

compensation shall be allowed for work outside of normal work hours.

Basis of Pavment This work shall be paid for at the contract unit price per each for FIRE HYDRANT TQ BEREMOVED, which pdice shall include all labor, equipment and material necessary to complete the work asspecified herein.

424 (CC)Fire Hydrants to be Removed

Page 1 Jone29,20151 Pageis) Total

328

SPECIAL PROVISION

FORFIRE HYDRANT WITH AUXILIARY VALVE AND VALVE BOX

Descriution. This item shall consist of furnishing fire hydrants with auxiliary valves and valve boxes and

installing them at the locations shown on the plans and in accordance with the Standard Specifications for

Water and Sewer Main Construction in illinois, 7» ediTion.

Materials

1. Fire Hydrants

Fire hydrants shall conform to AWWA Standard CA02 with break away traffic flange. They shall have avalve opening of five and one-foutN inches (5 1I4 ") and shall be equipped with two (2) 2 t/~noh hoseconnections and one 4 '/~inch male pumper connection. The outside diameter of the male thread on the

two and one-half inch (2 /x") hose connections shall be "national standard'hreads. Hose caps shall befastened to barrel with steel chain of at least one-eight inch (ti8") thickness.

A suitable tee of Ne quality and kind herein specified shall be placed in the water main opposite each of thefire hydrants and shall be connected with the hydrant by means of the valve and connecting pipe.

Each hydrant shall be provided wilh a drip that wifi leave no water standing in the barrel of the hydrant

when the hydrant is closed. This drip shall close tightly before the hydrant begins to open, The hose and

steamer connections shall be securely leaded and locked into the hydrant and each shall be provided with

a suitable cast iron threaded cover fastened securely.

All fire hydrants shall be equipped with an auxiliary valve and cast iron valve box. The auxiliary valve shall

be a six inch (6") valve and the pipe connecting the hydrant to the main shall be six inch (6") ductile iron

water pipe (class 52) meeting the requirements contained in the special provision for DUCTILE IRON

WATER MAIN.

Fire hydrants shall be the break flange type Mueller hydrant, type A-423 as manufactured by the Mueller

Manufacturing Company, Decatur, illinois, or Glow Medallion F-2545 as manufadured by the Clew Valve

Company, Oskaloosa, lowe.

AII hydrants and any required fittings shall receive one (1) coat of red paint as recommended by themanufacturer pdior to final acceptance.

2. Auxiliary Valves and Valve Box

Auxiliary valves shall be "Double Face Valves" in accordance wiN the following: The valves shall comecomplete with a cast iron valve box and cover produced'by the same manufacturer producing the valve.

The auxiliary valves shall be six (6) inches in diameter. The word 'Water'hall be imprinted on the valve

box cover (Mueller 1H-10360 or Clew 1F-2454). All valves shall be rated for 300 psi test pressure and 150working pressure.

425 (CC)Fixe Hydrant with Auxiliary Valve and Valve Box

June 29, 20153 Prate(a) Total

329

Valves shall conform to Underwriters'aboratories, Inc., UL-262, Standard for Gate Valves for Fire

Protection, and Factory Mutual Research FM Approval Standard Class Numbers 1120 and 1130, for FireService Water Control Valves.

Wedges shall be constructed of ductile iron, fully encapsulated in nitrite rubber except for guide and wedgenut areas.

Wedge rubber shall be molded in place and bonded to the ductile iron portion, and shaN not bemechanically attached with screws, rivets, or similar fasteners.

Wedge shall seat against seating surfaces arranged symmetrically about the cenierline of the operating

stem, so that seating is equally effecfive regardless of direction of pressure unbalance across the wedge.

AN seating surfaces in body shall be inclined to the vertical at a minimum angle of 32 degrees (when stemis in a vertical posiTion) to eliminate abrasive wear of rubber sealing surfaces. The stem shall be sealed byat least two 0-rings; afi stem seals shall be replaceable with valve fully open and while subjected to full

pressure. Waterway shall be smooth and shall have no depressions or cavities in seat area where foreign

material can lodge and prevent closure or sealing.

Construction Methods. Each hydrant shall be set on a concrete thrust block not less than 24 inches by 24inches by 4 inches in thickness. A minimum of 1/2 cubic yard of gravel shall be placed around the base ofthe hydrant in order to provide drainage for the hydrant drain. The gravel shall be completely covered by apolyethylene sheet with a minimum thickness of 8 mils.

AN hydrants shall be set plumb and shall have their nozzles parallel with edge of pavement, the steamerconnection shall be facing the edge of pavement The height of the nut on a four and one-half inch (4 is")steamer connecbon shall be no less than twenty four inches (24") or more than thirty six inches (3P) abovefinished grade at the hydrant, AH hydrant leads between the tee and the hydrant shafi be a positivelyrestrained connection.

The bowl of each hydrant shall be well braced against undisturbed earth at the end of trench with stoneslabs or concrete backing, or it shaHbe tied to the pipe with suitable rods or clamps.

Fire hydrant extensions shall only be used with the approval of the Engineer. Should fite hydrantextensions be required due to improper construction methods by the Contractor, the extensions will beinstalled but wiN not be measungd for payment.

Auxiliary valves shall be instafied in the verticaf position, supported on a concrete pedestal It shaH be the

. Contractor's responsibility to assure that the finished elevation of the box is tlush with the adjacent

proposed ground line. Valve box installation shaN meet the requirements of Section 44 of the Standard

Specifications for Water and Sewer Main Construction in Nlinois.

AN excavation around the fire hydrant and auxiliary valve shall be backfified to the natural line or finished

grade as rapidly as possible. The backfill material shall consist of the excavated material or trench backfill

as herein specified. AN backfill material shall be deposited in the excavation in a manner that will not cause

425 (CC)Fire Hydrant with Auxiliary Valve and Valve Box

Page 2 June29,20153 Pageis) Total

330

damage to the fire hydrant or auxiTiary valve. Any depressions which may develop within the ares involved

in a construction operation due to settlement of backfill material shall be filled in a manner consistent with

standard practice.

Method of Measurement. Measurement for the fire hydrant with auxiliary valve and box complete and

including all appurtenances shall be measured on a per each basis at each location.

Six (6) inch watermain connection pipe as specified shall be measured for payment on a per foot basis .

under DUCTILE IRON WATER MAIN 6".

Basis of Pavment Payment for furnishing and installing the fire hydrant with auxiliary valve and box,

drainage stone, polyethylene sheet, thrust block, fittings, all appurtenances and backfilling shall be at thecontract unit price per each for FIRE HYDRANT WITH AUXILIARY VALVE AND VALVE BOX.

425 (cciFire Hydrant with AuxiTiary Valve and Valve Sex

June 29, 20155 Page(a) Total

331

SPECIAL PROVISION

FORDUCTII.E IRON WATER MAIN

Descriotion. The Contractor shall furnish and install the proposed water main of the diameter specied atthe locations shown on the plans or as directed by the Engineer. The water main shall include excavation,

granular bedding, installation of the water main, fitfings, testing and chlorination of the water main, backfill

and compaction of the trench and afi incidental items required for a compiete and operational water main.

Materials Water main pipe, unless otherviise specified shall be of the following materials:

Ductile iron pipe shall conform to AWWA specifications C151-65. Pipe shall be furnished in nominal

eighteen foot (18') laying lengths.

Ductile iron pipe shall be bituminous coated cement mortar lined as specified in section 51-8.2 of AWWA

specification C15145, class 52. The ductile iron pipe shall be coated on the outside as specified in section15.8.1with the exceptions that the thickness of the coating shall be an average of two (2) to four (4) mila

and a minimum of two (2) mila. Each pipe shall have the weight and class designation conspicuously

painted on it. In addition, the manufacturer's mark and year in which the pipe was made shafi be distinctly

cast or stamped on the bell.

All fittings shall be connected to sections of water main pipe by means of a positive restrained joint

consisting of mechanical joints with retainer gland. Fittings shall be ductile iron meeting requirements ofANSI/AWWA C153/A21.10 and ANSI/AWWA C111/A21.11.

Water main joints - Sections of water main pipe shall be connected by means of slip joints, consisting ofbells cast integrally with the pipe, which have interior anguiar recesses conforming to the shape and

dimension of a rubber sealing gasket. The interior dimension of which is such that it will admit the insertion

of the spigot end of the joining pipe in a manner that will compress the gasket tightly between the bell of the

pipe and the inserted spigot, thus securing the gasket and sealing the joint. Such slip joints shall be of the

following makes or type:

Super Belltite - as supplied by Griflin

Fastile - as supplied by American Cast Iron Pipe Co.Tyton - as supplied by the U.S. Pipe and Foundry Co, or the Glow Valve Co.

The lubricant used in conjunction with the pushan joints shall be of material that is recommended by the

suppliers specified above, or an acceptable commercially processed animal fat or vegetable shortening.

Mechanical pint pipe shall meet the requirement of ASA speciTeation A-U 11. Bomng materials shaN meetthe requirements of Ihe manufacturer.

Construction Methods. The water main shall be Installed as detailed on the plans and in accordance with

the applicable provisions of the Standard Specifications for Water and Sewer Main Construction in filinois,

7th edition. The water main shall be installed to fite grades shown on the plans and shall have a nominal

minimum depth of cover of five feet six inches (5'4'). The excavation for the water main should be made

using trench equipment or other suitable excavating equipment. The trench for the pipe shall be excavated

426 Icc)Duogle Iron Water Main

Page 1 June 29, 20166 Pagels) Total

332

at hast twelve inches (12")wider than the external diameter of the pipe and not more than eighteen inches(18")wider than the diameter of the pipe at the top of the pipe.

Bell holes of suflicient depth shall be provided across the bottom of the trench to accommodate the bell ofthe pipe to provide suificient room for joint making and to ensure bearing for the pipe.

Where a firm foundation is not found to exist for the bottom of the trench at the required depth, due to soft,spongy or other unsuitable soil, such unsuitable soil shall be removed for the full width of the trench andreplaced with well compacted unwashed gravel or an equal subsfihte thereof, or crushed stone if suchcompacted material proved unsatisfactory. The cost of this work shall not be paid br separately, but shallbe included in the pay item DUCTILE IRON WATER MAIN.

Sheefing and bracing shall be placed in the trench, as may be necessary, for the safety of the work andpublic, for the protection of the workmen, adjacent properties, or structures and for the proper inslafiation ofthe work.

Sheeting and/or bracing shall be progressively removed as the backfill is placed in such a manner as toprevent the caving in of the sides of the trench or excavation and to prevent damage to the work.

Sheeting which is placed for the protection of the public, adjacent to properties or structures, shall not beremoved until the backfill has been placed and thoroughly compacted. While sheeting is being withdrawn,afi vacancies shall be carefully fille with sand free from silt and compacted.

The Contractor shall keep the trench free from water while the water main is being placed and until the pipejoint has been sealed to the satisfacfion of the Engineer.

Granular bedding shall be placed along the entire length of all water main from four (4) inches below thewater main to a point level with the top of the water main. Material shall be class I in accordance with ASTM2321. The bedding material shall be included in the cost of the water main. The filling shall be carried upevenly on both sides, Care shall be taken that no rock, frozen materiial, or other hard subsbtnces areplaced in contact with the pipe. The pipe shall then be covered at least eighteen inches (18")with clean,dry material.

if the excavation has been made deeper than necessary, the water main shall be laid at the lower depth,and no additional cost shall be charged for the extra excavation, tmnch backfill, or for subsequentadjustments to fire hydrants, valve vaults or house services. All excavated materials not needed forbaddilling the trenches shall be disposed of by the Contractor.

The Contractor shall not backffil above the top of the pipe, until grade, alignment and the pipe joints havebeen made available for checking by the Engineer,

Unless otherwise directed, afi trenches and excavations shall be backfilled as soon as possible and thework shall be prosecuted expeditiously after it has commenced.

The remainder of the trench shall be backfilled by using the material originally excavated from the trench toa height slightly above the original elevation of the ground, Trenches constructed in open cut across or

426 (CC)Duogte Iron Water Main

June 29, 20156 Pageia) Total

333

within two feet (2') of any existing or proposed pavements, existing driveway and sidewalks, shall bebacklilled to subgrade with Trench Backfill.

After backfill is completed all trenches shall be compacted by jetting and watersoaking in accordantx'with

Secbon 20-4.06B of the Standard Specifications for Water and Sewer Main Construction in illinois, 7th

edition, or by other approved methods set forth in said Standard Specifications.

Where possible, the water main must be laid at least 10 feet horizontally from sny sewer. In the event thisis not possible, less than 10 feet is permissible provided the water main invert is at least 18 inches abovethe crown of the sewer in a separate trench, or on a shelf of undisturbed earth in the same trench.

Where proper clearance, as described above, is not possible to obtain, the sewer must be of ductile iron orPVC-SDR-26 pipe pressure tested to the maximum expected surcharge head to assure watertightness

before backfilling. This work, if required, will be paid for as STORM SEWER REMOVAL, of lhe sizerequked and STORM SEWER (WATER MAIN REQUIREMENTS), of the size required.

Where a water men must cross a sanitary seniice or sewer, the invert of the water main shall be aminimum of 18 inches above the crown of the sewer for at least 10 feet each side of the crossing.

Where proper vertical separation is not obtainable or the water main must pass under a sewer, the sewermust be of ductile iron or PVC-SDR-26 pipe or insbgged in a 1/4" sieel pipe or PVC-SDR-26 casing pipe for

a minimum distance of 10 feet each side of the crossing. In making such crossing, a length of water main

pipe shall be centered over the sewer so that the joints will be equidistant from the sewer. Where the water

main must cross under a sewer, a vertical separation of 18 inches must be maintained between the pipes,along with the means to support larger sized sewer lines to prevent their settling and breaking the water

main.

Separation from sewers shall conform to Sections 41-2.01A through 41-2.01C of the "Standard

Specwcations for Water and Sewer Main Construction in illinois, 7th edition'.

Water in the trench shall be removed during pipe laying and joinfing operations. Provisions shall be made

to prevent floating of the pipe. Trench water shall not be allowed to enter the pipe at any time.

Adequate provisions shall be made for safely storing and protecting all water pipe prior to the actual

insbtiNatton in the trench. Care shall be taken to prevent damage to the pipe castings, both inside and out,Provisions shall be made to keep the inside of the pipe clean throughout its storage period and to keepmud and/or debris fiom being deposited therein. Ag pipe shalt be thoroughly cleaned on the inside before

laying. Proper equipment shall be used for the safe handling, conveying and laying of the pipe. All pipeshall be carefully lowered into the trench, piece by piece, by means of suitable tools or equipment, in such

a manner as to prevent damage to water main materials and protective coatings and linings..Under no

circumstances shall water main material be dropped or dumped into the trench.

The pipe shall be inspected for defects. All lumps, blisters and excess coal tar coating shall be mmoved

from the ends of each pipe, and the inside of the bell.

When connecting joints, all portions of the joining materials and the socket and spigot ends of the joining

pipe shall be wiped dean of all foreign materials. The actual assembly of the joint shall be in accordance

426 (cc)Ducgte Iron Water Main

Page 3 June 29, 20t56 Page(e) Total

334

with the manufacturer's installation instructions. During the construction and until joining operations arecomplete, the open ends of ail pipes shall be at all times protected snd sealed with temporary water tight

plugs. Unless otherwise specified, all water mains shall be laid with 6 minimum depth of five and one-half

(5-1i2) feet, measured from the established grade shown on the drawings to the top of the pipe.

The entire section of the pipe shall be pushed forward to seat the spigot end into the bell. After the sectionof pipe is inserted into the bell (when joining pipe to mechanical joint fittings) the gasket shall then bepmssed into place within the bell, being careful to have the gasket evenly located around the entire joint.

The cutting of pipe for inserting valves, fitting or closure pieces shafi be done in a neat and workmanlike

manner without damage to cement fining and so as to leave a smooth end at right angles to the axis of the

pipe.

When machine cutting is not available for cutting pipe twenty inches (20") in diameter or larger, the electric

arc cutting method will be permitted, using a carbon or steel rod. Only qualified and experienced workmen

shall be used on thh work. The flame cutting of pipe by means of an oxyacetylene torch shall not beallowed.

When the proposed water main is connected to the existing water main at a new connection point, theexisting tee shall be abandoned by capping. Work shall include all materials and labor required for cappingthe existing water main prior to placing the water main back in service. Included in this item are the costs ofexcavating, blocking and installing a cap or plug on the water main. All caps or plugs shall be ducfiie iron orcast iron designed to fit water main of the size indicated on, the plans with mechanical joints rated 250 psi

per AWWA C110/ANSI 21.10. All caps or plugs shall have retainer glands and thrust blocking installed tokeep them in place. Thrust blocks shall be poured Class Sl concrete of the dimensions shown on thedefitlls in, and in accordance with the provisions of, the Standard Specifications for Water and Sewer Main

Construction in filinois, 7th edition. When poured, care shall be taken so that the cement does not interfere

with access to joints or with hydrant drainage.

Pressure Testino and Disinfection of Water Main. When a stretch of pipe and appurtenances have beencompleted the Contractor shall furnish proper appliances and facilities for testing and draining the same,without injury to the work or surrounding territory. He shall test by filling the pipe with clean water under aminimum hydrostatic pressure of one hundred fifty (150) pounds per square inch for not less than one hour

and not more than six (6) hours. Water for making tests shall be furnished by the Contractor at his expense.All testing shall be in conformance with Sections 41-2.14 and 41-2.15of the "Standard Specifications forWater and Sewer Main Construction in illinois," 7th Edition, The section of water main shall pass if thepttessure loss in the pipe is not greater than fifteen (15) pounds per square inch during the first hour of thetest.

Each section of pipe to be tested, as determined by the Engineer, shall be slowly filled with water and the

speciTied test pressure shall be applied by means of a pump conltected to the pipe in a satisfactory

manner. The pump pipe connection and all necessary apparatus ittcluding gauges and meter shall befurnished by the Contractor. Before applying the specified test pmssgre, afi air shall be expelled fiom the

pipe. To accomplish this, taps shall be made, if necessary at point of highest elevation and afterward

tightly plugged. Any cracked or defective pipes, fitting, valves, or hydrants discovered in consequence ofthis pressure test shall be removed and replaced by the Contractor with sound material and the test shall

426 (CC)Ductile Iran Water Mate

Page 4 June 29, 20156 Page(s) Tctel

335

be repeated until satisfactory to the Engineer. Provisions of AWWA C-600 and C-603, where applicable,shall apply.

The Contractor shall notify the Schaumburg Public Works Departmeitt (847-923-6612) a minimum of fortyeight (48) hours in advance to schedule this test. In no instance shall the Contractor draw water from anexisting water main or operate any valves on an existing water main without the express permission of thePublic Works Department.

After completion of the pressure test the Contractor shall conduct a leakage test to determine the quantityof water lost by leakage under the specified test pressure. "Test pressure" is delined as the maximumoperating pressum of the section under test and is based on the elevation of the lowest point in the line orsection under test corrected to the elevation of the test gauge. Applicable provision of AWWA C-600 andC403 shall apply. Duration of each leakage test shall be a minimum of one hour in addition to thepressure test period. Allowable leakage in gallons per hour for ductile iron water main shall not be greaterthan the values coniained in Secflion 151 of the Village of Schaumburg Code of Otdinance.

Any defects, cracks or leakage that may develop or may be discovered, either in the joints or in the body ofthe castings, shall be promptly repaired by the Contractor at his own expense.

Prior to chlorination, the main shall be flushed as thoroughly as possible with the water pressure andoutlets available. Flushing shall be done after the pressure test is made. It must be understood that suchflushing removes only the lighter solids and cannot be relied upon to remove heavy material allowmf to getinto the main during laying. If no hydrant is installed at the end of the main, a tap should be provided largftenough to effect a velocity in the main of at least 2.5 feet per second.

StenTtzation. The preferred point of application of the chlorinating agent shall be at the beginning of thepipeflne extension or any valved section of it and through a corporation stop in the top of the newly laid

pipe. The water injector for delivering the chlorine bearing water into the pipe should be supplied from a tapon the pmssure side of the gate valve controlling the flow into the pipeline extension.

Water from the existing distribution system or other source of supply shall be contmlhd so as to flow slowlyinto the newly laid pipeline during the application of chlorine. The rate of chlorine mixture flow shall be insuch proportion to the rate of water entering the pipe that the chiorine dose applied to the water enteringthe newly laid pipe shall be at least fifty (50) ppm, or enough to meet the requirements duriing the retentionperiod, A convenient method of determining the rate of flow of water into the line to be treated is to startwith the line full of water and measure the rate of discharge at a hydrant with a Pitot tube. Great flexibility ismade possible by providing a series of oriflices to give good gauge readings at high and low flows.

Valves shall be manipulated so that the strong chbrine solution in the line being treated will not liow backinto the line supplying the water.

Tteated water shall be retained in the pipe long enough to destroy all spore forming bacteria. This retentionperiod should be at hast twenty four (24) hours. After the chlorine treated water has been retained for therequired time, the chlorine residual at the pipe extremities and at other representative points should be atleast ten (10) ppm.

426 (CC)Ouotite Iron Water Main

Page 5 June 29, 20156 Pagela) Total

336

In the process of chlorinating newly laid pipe, afi valves or other appurtenances shall be operated while thepipeline is filled with the chlorinating agent.

Final Flushina And Testina. Fofiowing chlorination, afi treated water shall be thoroughly flushed from thenewly laid pipeline at its extremities until the replacement water, throughout its length shall, upon test, beapproved as safe water by the department of public works. This quality of water delivered by the new mainshould continue for a period of at least two (2) consecutive full days as demonstrated by laboratoryexamination of samples taken from a tap located and installed in such a way as to prevent outsidecontamination. Samples should never be taken fmm an unsterilized hose or from a fire hydrant, becausesuch samples seldom meet current bacteriological standards.

(1) Repetition Of Procedures: Should the initial treatment fail to result in the conditions specified, thechlorinatlon procedure shall be repeated until such results are obtained.

(2) Sampling Tap: Three-quarter inch (3/4") bronze corporation cocks shall be instalhd in afi water mains atintervals not exceeding one thousand feet (1,000').

The contractor must notify the Public Works Department at least forty eight (48) hours in advance toarrange for appropriate pressure testing and water samplings. The contractor is to provide the Public WorksDepartment with sampling bottles at the time of sampling. Afi samples will be sent to the Cook CountyDepartment of Heafih or to a state of Illinois approved testing lab for analysis.

Method of Measurement. Water main (of the diameters specified) will be measured per foot in place. Watermains shall be measured along the center line of the water main from the center of the valve to the centerof the valve, fittings, or end of the pipe.

Basis of Pavment. Payment for water main shall be made at the contract unit price per foot for DUCTILEIRON WATER MAIN of the appropriate diameter. Payment shall be full compensation for excavation,removal of existing water main in conflict with the proposed water main, capping existing tees and watermain, bedding, instalkttion of water main, backffil, thrust blocking, bends, fittings, jelng, pressure testing,chbrination, and all hbor, materiah, equipment and incidentals as shown on the plans and as specifiedherein to construct a complete and operational water main except as noted below.

Payment for Trench Backfifi shall be made at the contract unit price bid per cubic yard for TRENCHBACKFILL.

Restoration of sidewalk, driveways and landscaping shall be measured for payment under their respectivebid items. Granular bedding as specified shall be included to the cost cf the water main.

426 (cc)Dung)a Iron Water Main

Page 6 June 29, 20156 Page(a) Total

337

SPECIAL PROVISION

FORNON-PRESSURE CONNECTION

Descriotion. This work shall consist of the connection of new water main, fire hydrant leads, and valves toexisting water main that can be shut down.

Materials. Water main and fittings shall conform to the special provisions for Ductile iron Water Main.

Trench backfill shall meet the requirement for CA-6 listed in Article 1004.01.

Construction Reouirements. Connections shall be accomplished by the use of mechanical joint fitfings and

lengths of pipe to make the most direct vertical and horizontal adjustment necessary to compkrte theconnection. This may include cut-ins to the existing main or connections to existing valves or fittings. Thenew main shall be disinfected in accordance with the DUCTILE IRON WATER MAIN special provision.

This work will require water to be shut off, which shall be coordinated with the Vifiage's maintenance

personnel. This may require work to be performed during overnight hours or on weekends. No additional

compensation shall be allowed for work outside of normal work hours.

When connecting a new fire hydrant location that is on the opposite side of the existing water main, theexisting tee on the main shafi be rotated to the opposite side of the main.

Basis of Pavment. This work will not be measured for payment but shall be induded in the contract unit,price for FIRE HYDRANT WITH AUXILIARY VALVE AND VALVE BOX, which price shall include afi labor,

equipment, water main fittings, sleeves, disinfection, testing, backfill and thrust blocking required to make

the connection.

427 (CC)Non-Pressure Conneogon

Page 1 June29,20151 Page(si Total

338

SPECIAL PROVISION

FORDETECTABLE WARNINGS

Descriotion. This work shall consist of constructing sidewalk curb ramps with detectable warnings in

compliance with the Ameriicans with Disabilities Act, Accessibility Guidelines (ADAAG). Work shall beaccording to Section 424 of the Standard Specifications except as modified hemin.

Materials. The detectable warnings shall consist of an area of truncated domes that provide both visual and

tactile cues to pedestrians who are about to enter into traffic. The warning area shall be as shown on theapplicable Highway Standards.

This work shall require placement of a red, preformed, cast in piece detectable warning system. Thelocafions where the cast in place detectable warning system will be utilized will be determined in the field by

the Engineer or representative of the Engineer. The system to be used shall be the Armor-Tile Tactile

System, manufactured by Engineered Plastics Incorporated, Williamsville, New York.

Method of Measurement. This work will be measured for payment in place and the area computed in

square feet.

Basis of Pavment This work shall be paid for at the contract unit price per square foot of the preformed,

cast in place panel for DETECTABLE WARNINGS, which price shall be payment in full for all labor,

materials, and equipment necessary to complete this item. The surrounding concrete sidewalk will be paidas PORTLAND CEMENT CONCRETE SIDEWALK of the thickness specified.

428 (CC)De)en)able Warnings

Page 1 June 29, 20151 Page(s) Total

339

SPECIAL PROVISION

FORGENERAL ELECTRICAL REQUIREIIIIENTS

This special provision replaces Articles 801.01-801 07, 801.09-801-18of the Standard Specifications.

Definition. Codes, standatds, and industry specifications cited for electrical work shall be by definibon thelatest adopted version thereof, unless indicated otherwise.

Materials by definilion shall indude electrical equipment, fittings, devices, motors, appliances, fixtures,

apparatus, all hardware and appurtenances, and the like, used as'part of, or in connection with, ehctricaiinstallation.

Standards of Installation. Materials shall be installed according to the manufacktrer's recommendations,

the NEC, OSHA, the NESC, and AASHTO's Standard Specifications for Structural Supports for Highway

Signs, Luminaires, and Traffic SignaLq.

All like materials shall be from the same manufacturer. Listed and labeled materials shall be usedwhenever possible. The listing shall be according to UL or an approved equivalent.

Safety and Protection. Safety and protection requirements shall be as follows.

Safety, Electrical systems shall not be left in an exposed or otherwise hazardous condition. All electrical

boxes, cabinets, pole handholes, etc. which contain wiring, either energized or non-energized, shall beclosed or shall have covers in place and be locked when possible, during nonworking hours.

Protecfion. Electrical raceway or duct openings shall be capped or otherviise seakid from the entrance ofwater and dirt. W)ring shall be protected from mechanical injury.

Equipment Grounding Conductor. Ali electdcat systems, materials, and appurtenances shall begrounded. Good ground continuity throughout the electrical system shall be assured, even though everydetail of the requirements is not specified or shown. Electdical cittcuits shall have a continuous insulated

equipment grounding conductor, When metallic conduit is used, it shall be bonded to the equipment

grounding conductor, but shall not be used as the equipment grounding conductor.

Detector loop leadqn circuits, circuits under 50 volts, and runs of fiber optic cable will not require anequipment grounding conductor.

Where connections. are made to painted surfaces, the paint shall be scraped to fully expose metal at theconnection point. After the connection is completed, the paint system shall be repaired to the satisfactionof the Engineer.

429 (IL-ot)General Electrical Requirements

Apr. 1, 20165 Page(s) Tele l

340

Bonding of all boxes and other metallic enchsures throughout the wiring system to the equipment

grounding conductor shall be made using a splice and pigtail connection. Mechanical connectors shallhave a serrated washer at the contact surface.

All connections to structural steel or fencing shall be made with exothermic welds. Care shall be taken not

to weaken load carrying members. Where connections are made to epoxy coated reinforcing shel, the

epoxy coating shall be sufficiently removed to facilitate a mechanical connection. The epoxy coaging shall

be repaired to the satisfaction of the Engineer. Where connections are made to insulated conductors, theconnection shall be wrapped with at least four layers of electrical tape extended 6 in. (150 mm) onto the

conductor insulation.

Submittals. At the preconstruction meeting, the Contractor shall submit a written listing of manufacturers

for all major electrical and mechanical items. The list of manufacturers shall be binding, except by writteri

request from the Contractor and approval by the Engineer. The request shall indude acceptable reasonsand documentation for the change.

Major items shall include, but not limited to the following:

Type of Work (discipline)

All Electrical Work

Lighting

ITS

Item

Electric Service Metering

Emergency Standby System

Transformers

CableUnit Duct

SplicesConduit

Surge Suppression System

TowerPoleLuminaire

Foundation

Breakaway Device

Controllers

Control Cabinet and Peripherals

Controller Cabinet and Peripherals

CCTV CamerasCamera StructuresEthernet SwitchesDetectorsDetector Loop

Fiber Optic Cable

Within 30 calendar days after contract execution, the Contractor shall submit, for approval, one copy eachof the manufacturer's product debt (for standard products and components) and detailed shop drawings (for

429 (IL-D1 )General Electrical Requirements

Page 2 Apr. 1, 20155 Pageos) Total

341

fabricated items). Submittals for the materiials for each individual pay item shall be complete in every

respect. Submitlals which include multiple pay items shall have ail submittal material for each item or

group of items covered by a particular specification, grouped together and the applicable pay item

identTiied. Various submittals shaH, when taken together, form a complete coordinated package. A partial

submittal will be mtumed vrithout review unless prior written permission is obtained from the Engineer.

The submittal shafi be properly identmed by route, section, county, and contract number.

The Contractor shall have reviewed the submittal material and affixed hislher stamp of approval, with dateand signature, for each individual item. In case of subcontractor submittal, both the subcontractor and theContractor shall review, sign, and stamp their approval on the submittal.

Hlegible print, Incompkrieness, inaccuracy, or lack of coordination will be grounds for rejection.

items from multiple disciplines shall not be combined on a single submittal and transmittal. Itemsfor lighting, signals, surveillance and CCTV must be in separate submittals since they may bereviewed by various personnel in various locations.

The Engineer wifi review Ihe submittals for conformance with the design concept of the project according toAriickt 105.04 and the following. The Engineer will stamp the drawings indicating their status as"Approved", "Appmved as Noted; "Disapproved', or 'Information Only". Since the Engineer's review is forconformance with the design concept only, it shafi be the Contractor's responsibility to coordinate thevarious items into a working system as specified. The Contractor shall not be relieved from responsibility

for errors or omissions in the shop, working, or layout drawings by the Engineer's approval thereof. TheContractor shall still be in full compliance with contract and specification requiremenh.

AH submitted items reviewed and marked "Disappmved" or "Appal as Noted" shall be resubmitted bythe Contractor in their entirety, unless otherwise indicated within the submittal comments.

Work shall not begin until the Engineer has approved the submittal. Material instafied prior to approval bythe Engineer, will be subject to removal and replacement at no additional cost to the Department.

Unbias otherwise approved by the Engineer, afi of the above items shall be submitted to the Engineer at the

same time. Each item shafi be properly identwed by route, section, and contract number.

CertiTications. When certifications are speciTied and are available prior to material manufacture, thecetfiftcation shall be included in the submittal inhrmation. When specified and only avafiabh atter

manufacture, the submittal shall include a statement of intent to furnish certification. AH certificates shall becomplete with ail appropriate test dates and data.

Authorized Project Delay. See Artickt 801.08

Maintenance transfer and Preconstruction Inspection:

General. Before performing any excavation, removal, or installation work (electrical or otherwise) at the site,

the Contractor shall request a maintenance transfer and preconstrucfion site inspection, to be held in thepresence of the Engineer and a peppssentative of the party or pariies responsible for maintenance of any

429 IL-ot)General Electrical Reqatrarnents

Apr. 1, 20165 Page(s) Tctat

342

lighfing and/or traflic control systems which may be affected by the work. The request for the maintenance

transfer and preconstruction inspection shall be made no less than seven (7) calendar days prior to the

desired inspection date, The maintenance transfer and preconstruction inspection shall:

Establish the procedures for formal transfer of maintenance responsibility required for the construction pefiod.

Establish the approximate location and operating condition of lighfing and/or traflic control systems which

may be affected by the work

Markino of Existina Cable Svstems. The parly responsible for maintenance of any existing lighfing and/or

trallic control systems at the project site will, at the Contractofs request, mark and/or slake, once per hcation,

aB underground cable routes owned or maintained by the State. A project may involve multiple 'ktcations"

where separated electrical systems are involved (i.e, diflbrent controllers). The markings shall be taken to

have a horizontal tolerance of at hast 304.8 mm (one (1) foot) to either side.. The request for the cablelocafions and marking shall be made at the same time the request for the maintenance transfer and

preconstruction inspection is made. The Contractor shall exerche extreme caution where existing buried

cable runs are involved. The markings of existing systems are made strictly for assistance to the Contractor

and this does not relieve the Contractor of responsibility for the repair or replacement of any cabkt run

damaged in the course of his work, as specified ehewhere herein. Note that the contractor shaB be entIed to

only one request for location marking of existing systems and that multiple requests may only be honored at

the contractor's expense. No locates will be made after maintenance is trans(sued, unless it w at thecontractor's expense.

Condition of Existina Svstems, The Contractor shaB conduct an inventory of aB existing electrical system

equipment within the project limits, which may be afhcted by the work, making note of any parts which arefound broken or missing, defective or malfunctioning. Megger and load readings shaB be taken for aB existing

circuits which will remain in place or be modified. If a circuit is to be taken out in its entirety, then readings do

not have to be taken. The inventory and test data shall be reviewtxt with and approved by the Engineer and

a record of the inventory shall be submitted to the Engineer for the record, I/IIhout such a record, aB systemstransl'ermd to the Contractor for maintenance during construction shall be returned at the end of construction

in complete, fully operating condition."

Marking Proposed Locations for Highway Lighting System. The Contractor shall mark or sbtke the

proposed locations of aB poles, cabinets, junction boxes, pull boxes, handholes, cable routes, pavement

crossings, and other items pertinent to the work. A proposed location inspection by the Engineer shag berequested prior to any excavation, construction, or installation work alter aff proposed installation locations

are marked. Any work installed without location approval is subject to corrective acffon at no addiffonal costto the Department

Inspection of electrical work. Inspection of electrical work shall be according to Article 105.f2 and the

following.

Belure any splice, tap, or electrical connection is covered in handhoies, junction boxes, light poles, or other

endosures, the Contractor shall notify and make available such wiring for the Engineer's inspection.

Maintenance and Responsibility During Construction.

429 I)L-ot)General Electrical Requirements

Pate 4 Apr. 1, 20165 Page(s) Total

343

Liohtino Ooeration and Maintenance Resoonsibifriv. The scope of work shall include the assumpflon ofresponsibility for the continuing operation and maintenance of the existing, proposed, temporary, sign andnavigation lighting, or other lighting systems and all appurtenances affected by the work as specifiedelsewhere herein. Maintenance of lighting systems is specified elsewhere and will be paid for separately

The proposed lighting system must be operational prior to opening the roadway to traffic unless temporarylighting exists which is designed and installed to properly illuminate the roadway.

Enerov and Demand Charoes. The payment of basic energy and demand charges by the electric uIity forexishng lighting which remains in service will continue as a responsibility of the Owner, unless otherwiseindicated. Unless otherwise indicated or required by the Engineer duplicate lighfing systems (such astemporary lighting and proposed new lighting) shall not be operated simultaneously at the Owner's expenseand lighting systems shall not be kept in operation during long daytime periods at the Owner'6 expense.Upon written authorizatlon from the Engineer to place a proposed new lighting system in service, whether thesystem has passed final acceptance or not, (such as to allow temporary lighting to be removed), the Ownerttwll accept responsibility for energy and demand charges for such ligMing, effective the date of authorization.All other energy and demand payments to the utilily shall be the responsibility of the Contractor until finalacceptance.

Damage to Electrical Systems. Should damage occur to any existing electrical systems through theContractor's operations, the Engineer will designate the repairs as emergency or non-emergency in nature.

Emergency repairs shall be made by the Contractor, or as determined by the Engineer, the Department, orits agent. Non-emergency repairs shall be performed by the Contractor within six working days folhwingdiscovery or notilication. All repairs shall be performed in an expeditious manner to assure all eiectricalsystems are operational as soon as possible. The repairs shall be performed at no additional cost to theDepartment.

Lighting. An outage will be considered an emergency when three or more lights on a circuit or threesuccessive lights are not operational. Knocked down materials, which result in a danger to the motoringpublic, will be considered an emergency repair.

Temporary aerial multieonductor cable, with grounded messenger cable, will be permitted if it does notinterfere with traflic or other operations, and if the Engineer determines it does not require unacceptablemodwcation to existing installations.

Testing. Before final inspection, the electrical work shall be tested. Tests may be made progressively asparis of the work are completed, or may be made when the work is complete. Tests shall be made in thepresence of the Engineer. Items which fail to test satisfactorily shall be repaired or replaced. Tests shallindude checks of control operation, system voltages, cable insulation, and gmund resistance andcontinuity.

The forms for recording test readings will be available from the Engineer in ektctronic format. TheContractor shall provide the Engineer with a written mport of all test data including the following:

429 (IL4t 1)General Etectrtcat Requirements

Page 5 Apr. 1, 20165 Page(s) Total

344

~ Voltage Tests~ Amperage Tests~ insulation Resistance Tests~ Continuity tests~ Detector Loop Tests

Lighging systems. The following tests shall be made.

(1) Voltage Measurements. Voltages in the cabinet from phase to phase and phase to neutral, atno load and at full load, shall be measured and retxrrded. Voltage readings at the last

termination of each cirrcuN shall be measured and recorded.

(2) Insulation Resistance. Insulation resistance to ground of each circuit at the cabinet, with ag

loads connected, shaN be measured and recorded.

On tests of new cabk runs, the readings shall exceed 50 megohms for phase and neutral

conductors with a connected load over 20 A, and shaN exceed 100 megohms for conductorswith a connected load of 20 A or less.

On tests of cable runs which include cables which were existing in service prior to this contract,the resistance readings shall be the same or better than the readings recorded at themaintenance transfer at the beginning of the contract. Measurements shall be taken with amegohm meter appioved by the Eng(neer.

(3) Loads. The current of each circuit, phase main, and neutral shall be measured and rrscorded.

The Engineer may direct reasonable circuit rearrangement. The cunent readings shall bewithin ten percent of the connected load based on material ratings.

(4) Ground Continuity. Resistance of the system ground as taken from the farthest extension ofeach cimuit run from the controller (i.e. check of equipment ground continuity for each circuit)

shall be measured and recorded. Readings shall not exceed 2.0ohms, regardless of thelength of the circuit.

(5) Resistance of Grounding Electrodes. Resistance to grourtd of ag grounding electrodes shall bemeasured and recorded. Measurements shall be made with a ground tester during dry soll

condibons as approved by the Engineer. Resistance to ground shall not exceed 10 ohms.

ITS. The following test shall be made in addition to the lighting system test above.

Detector Loops, Before and after permanently securing the loop in the pavement, theresistance, inductance, resistance to ground, and quafity factor for each loop and lead-in circuit

shall be tested. The loop and lead-in circuit shall have an inductance between 20 and

2500 microhenries. The resistance to ground shall be a minimum of 50 megohms under anycondilions of weather or moisture. The quality factor (Q) shall be 5 or greater.

42g ItL-at iGrmerst Electrical R tunemerru

Apr. 1, 20166 Pagrxs) Total

345

Fiber Optic Systems. Fiber optic testing shall be performed as required in the fiber optic cable specialprovision and the fiber optic splice special provision.

All test results shall be furnished to the Engineer seven working days before the date the inspection isscheduled.

Contract Guarantee. The Contractor shall provide a written guarantee for all electrical work providedunder the contract for a period of six months after the date of acceptance with the fcfiowing warranfies andguarantees.

(a) The manufacturer*s standard written warranty for each piece of electrical material or apparatusfurnished under the contract. The warranty for light emitting diode (LED) modules, induding themaintained minimum luminance, shall cover a minimum of 60 months from the date of delivery.

(b) The Conbactor's written guarantee that, for a period of six months after the date of final

acceptance of the work, afi necessary repairs to or replacement of said warranted material orapparatus for reasons not proven to have been caused by negligence on the part of the user oracts of a third party shall be made by the Contractor at no additional cost to the Department.

(c) The Conbactor's written guarantee for satisfactory operation of afi electrical systems furnished andconstructed under the contract for a period of six months alter final acceptance of the work.

The warranty for an uninterruptable power supply (UPS) shall cover a minimum of two years from date theequipment is placed in operation; however, the batteries of the UPS shall be warranted for full replacementfor a minimum of five years.

Record Drawings. Alterations and additions to the electrical installation made during the execution of thework shall be neatly and plainly marked in red by the Contractor on the full-size set of record drawings keptat the Engineer's fiekl office for the project. These drawings shall be updated on a daily basis and shall beavailable for inspection by the Engineer duriing the course of the work. The record drawings shall includethe following:

~ Cover Sheet~ Summary of Quantities, etectrical items only~ Legends, Schedules and Notes~ Plan Sheet~ Pertinent Details~ Single Line Diagram~ Other useful information useful to locate and maintain the systems.

Any modifications to the details shall be indicated. Final quantities used shall be indicated on the Summary ofQuantities. Foundation depths used shall also be listed.

As part of the record drawings, the Contractor shall inventory all materials, new or existing, on the projectand record information on inventory sheets provided by the Engineer,

429 (IL-01)General Elecrricel Reqoirernente

Page 7 Apr. 1, 20165 Page(e) Total

346

The inventory shall include:

e Location of Equipment, including rack, chassis, slot as applicable.~ Designation of Equipment~ Equipment manufacturere Equipment model number~ Equipment Version Number~ Equipment Configuration

o Addressing, IP or othero Settings, hardware or programmed

~ Equipment Serial Number

The following electronic inventory forms are available from the Engineer.

~ Lighting Controller Inventory~ Lighting Inventorye Light Tower Inspection Checklist~ ITS Location Inventory

The information shall be entered in the forms; handwritten entries will not be acceptable; except forsignatures. Electronic file shall also be included in the documentation.

When the wo'rk is complete, and seve'n days before the request for 8 final inspection, the set of contractdrawings, stamped "RECORD DRAWINGS", shall be submitted to the Engineer for review and approvaland shall be stamped with the date and the signature of the Contractor's supervising Engineer orelectrician. The record drawings shall be submitted in PDF format on CDROM as well as hardcopy's forreview and approval.

In addition to the record drawings, PDF copies of the final catakig cuts which have been Approved andAppmved as Noted with applicable follow-up shall be submitted ahng with the record drawings. The PDFfiles shall clearly indicate either by filename or PDF table of contents the respecgve pay item number.SpecIc part or model numbers of items which have been selected shall be clearly visible. Hard copies ofthe catalog are not required with this submittal.

The Contractor shall provide two sets of electronically produced drmerings in a moisture proof pouch to be kepton the inside door of the controller cabinet or other hcation approved by the Engineer. These drawings shallshow the final as-built circuit orientathn(s) of the pmject in the form of a single line diagram with all luminairesnumbered and clearly identified for each circuit.

Final documentation shall be submitted as a complete submittal package, i.e. record drawings, test'results,inveniory, etc. shall be submitted at the same time. Partial piecemeal submittals will be rejected withoutreview. A total of five hardcopies and CDROMs of ihe final documentabon shall be submitted.

GPS Documentation. In addition to the specified record drawings, the Contactor shall record GPScoordinates of the following electrical components being installed, modified or being affected in other ways bythis contract:

429 (IL-D1)Geaeral Electrical Requimmenie

Page 8 Apr. 1, 20165 Pagete) Tclal

347

~ Afi light poles and light towers.~ Handholes and vaults.~ Conduit roadway crossings.~ Controllers.~ Control Buildings.~ Structures with electrical connections, i.e. DMS, lighted signs.~ Electric Service ktcations.~ CCTV Camera installations.~ Roadway Surveillance installations.~ Fiber Optic Splice Locations.~ Afi fiber optic slack locations shall be identified with quantity. of slack cable

included. When sequential cable markings are available, those markings shallbe documented as cable marking into enclosure and marking out of enclosure.

Datum to be used shall be North American 1983.

Data shall be provided electronicafiy and in print form, The electronic format shall be compatible with MSExcel. Latitude and Longitude shall be in decimal degrees with a minimum of 6 decimal places. Eachcoordinate shall have the following information:

1. Distdict

2. Descdiption of item

3. Designation4. Use5. Approximate station6. Contract Number

7. Date8. Owner

9. Latitude

10. Longitude

11.Comments

A spreadsheet template wlfi be avaihble from the Engineer for use by the Contractor.

Prior to the collection of data, the contractor shall provide a sample data collection of at least sixdata points of known locations to be reviewed and verified by the Engineer to be accurate within 20feet. Upon verification, data cofiection can begin. Data collection can be made as constructionprogresses, or can be collected after afi items are installed. If the data is unacceptable the contractor shallmake corrections to the data collection equipment and or process and submit the data for review andapproval as specified. Data collection prior to the submittal and review of the sample data of existingdata points will be unacceptable and rejected.

Accuracy. Data collected is to be mapping grade. A handheld mapping grade GPS device shall be usedfor the data cofiecfion. The receiver shall support differential correction and data shall have minimum 5meter accuracy after post processing.

429 ItL-Dl)General Electrical Rrnteirernents

Apr.1,20165 Pattets) Total

348

GPS receivers integrated into cellular communication devices, recreational and automotive GPS devicesare not acceptable.

The GPS shall be the product of an established major GPS manufacturer having been in the business for aminimum of 6

years.'he

documents on the CD shall be organized by the Electrical Maintenance Contract Management System

(EMCMS) location designation. If multiple EMCMS locations are within the contract, separate folders shall

be utilized for each hcation as follows:

Cootraclwo

Ltuzgg

CatatoctCots

'tjtt trrremtory

,tjgri fteoo, rtoraurtogs

g Testaesotta

gjti warrarrtlr

a 4 LO42NIL

njtl caratoacols

. 4 taPS

4 braer14ory

rrN, Racorriraurtrtgs

Ijg Testftesotts

@Warraoty

Extraneous information not pertaining to the specific EMCMS location shall not be included in that particular

folder and sub-folder.

The inspection wN not be made until after the delivery of acceptable record drawings, specNed cerNications,

and the required guarantees.

The Final Acceptance Documentation Checklist shall be completed and is contained ehewhere herein.

All CD's shall be labeled as illustrated in the CD Label Template contained herein.

Acceptance. Acceptance of electrical work will be given at the time when the Department assumes theresponsibility to protect and maintain the work according to Article 107.30or at the time of final inspection.

When the electrical work is complete, tested, and fully operagonal, the Contractor shall schedule an

inspection for acceptance with the Engineer no less than seven working days prior to the desired inspection

dab. The Contractor shall furnish the necessary labor and equipment to make the inspection,

429 tlat)General Electrical Requirements

Page 10 Apr. 1, 20165 Pagels) Total

349

A written record of the test readings taken by the Contractor acoordittg to Artich 801.13shall be furnished

to the Engineer seven working days before the date the inspection is scheduled. Inspection will not bemade until after the delivery of acceptable recottt drawings, specified certifications, and the required

guarantees.

429 (IL-Dt)General Etactricet Requirements

Page 11 Apr. 1, 20165 Pageis) Total

350

wARr

CON IRACTOR Su BMITS 8 COPIES OPNNAL OCCUMBNTAT OIL RE

Nuwsum ocuuuM ~m[

Porc

c AcmummsRENEW Pl AI OOCU 8 I NC m

~NOIN E

EBEttof mumus84CK TO C NNMCIOR

cwmucrou, uumuml sueRPOUES 8 PRE PMAL BAIPECNON

INBPE R

LCCUUMcmu~cmmUm

JL

mMmNupEct Rsulos

COMMENT ORE.RMIR 8 SENO COWIENIS84CKTO WWINCIOR

OS El

!

NIMLACCUP MICEUOHCONTRACTOR. I

couurRucocu tuo

Pu ECTACCEPTE 8 SIRIEmMAINIEN CE

429 ttL-D 1)General Electrical Requirements

Page 12 Apr.1, 20165 Page(s) Total

351

Final Acceptance Documentation Checklist

Route

LOCATION

Common Name

Limits Section

Contract ¹Controller Designation(s)

County

EMC Database Location Number(s)

ITEM

Record Drawings

~Five hardcopies (11"x 17")

-Scanned to Five CD-ROMs

Field Inspection Tests

-Voltage

-Amperage

-Cable Insulation Resistance

-Continuity

-Controller Ground Rod Resistance

GPS Coordinates

-Excel file

Job Warranty Letter

Catalog Cut Submittals

-Approved & Approved as Noted

Lighting Inventory Form

Lighting Controller Inventory Form

Light Tower Inspection Form (if applicable)

Contractor

(Verify)

0

U

CI

0

Resident Engineer

(Verify)

0CI

Four Hardcopies & scanned to four CD's shall be submitted for all items above. The CD ROM shall belabeled as shown in the example contained herein.

429 (IL-D1 )General Electrical Requirements

Page 13 Apr. 1, 20165 Pagels) Total

352

CD LABEL FORMAT TEMPLATE.

Label must be printed; hand written labels are unacceptable and will be rejected.

429 (IL-01)Genera) Etectncef Reqninnnents

Page 14 Apr.1, 20155 Page(s) Total

353

SPECIAL PROVISION

FORUNDERGROUNDRACEWAYS

Revise Article 810.04of the Standard Specifications to read:

"Installation. All underground conduits shall have a minimum depth of 30-inches (700 mm) below thefinished

grade.'dd

the following to Article 810.04of the Standard Specifications

"Afi metai conduit installed underground shall be Rigid Steel Conduit unless otherwise indicated on theplans."

Add the following to Article 810.04of the Standard Specifications:

"All raceways which extend outside of a structure or duct bank but are not terminated in a cabinet, junction

box, pull box, handhole, post, pole, or pedestal shall extend a minimum or 300 mm (12') or the length

shown on the plans beyond the structure or duct bank. The end of this extension shall be capped and

sealed with a cap designed for the conduit to be capped.

The ends of rigid metal conduit to be capped shaN be threaded, the threads protected with full galvanizing,

and capped with a threaded galvanized steel cap.

The ends of rigid nonmetallic conduit and coilable nonmetallic conduit shall be capped with a digid PVC capof not less than 3 mm (0.125")thick. The cap shall be sealed to Ihe conduit using a room-temperature-

vuicanizing (RTV) sealant compafiible with the material of both the cap and the conduit, A washer or similar

metal ring shall be glued to the inside center of the cap with epoxy, and the pull cord shall be tied to this

ring.'30

gL-D1)

Underground RacewaysPage 1 Mar.1, 2015

1 Pageis) Total

354

SPECIAL PROVISION

FORUNIT DUCT

Revise the first paragraph of Article 810.04 to read:

"The unit duct shall be installed at a minimum depth of 30-inches (760 mm) unlessothewise directed by the Engineer."

Revise Article 1088.01(c)to read

"(c) Coilable Nonmetallic Conduit.

General:

The duct shall be a plastic duct which is intended for underground use and which can bemanufactured and coiled or reeled in congnuous transportable lengths and uncoiled for further

processing and/or installation without adversely affecting ils properties of performance. The ductshall be a plastic duct which is intended for undergmund use and can be manufactured and coiledor reeled in continuous transportable lengths and uncoiled for further processing and/or installation

without adversely affecting its properties of performance.

The duct shall be made of high density polyethylene which shall meet the requirements of ASTM D

2447, for schedule 40. The duct shall be composed of black high density polyethylene meeting therequirements of ASTM D 3350, Class C, Grade P33. The wall thickness shall be in accordancewith Table 2 for ASTM D 2447.

The duct shall be UL Listed per 651-8 for continuous length HOPE coiled conduit, The duct shallalso comply with NEC Article 354.100and 354.120.

Submittal information shall demonstrate compliance with the details of these requirements.

Dimensions:

Duct dimensions shall conform to the standards listed in ASTM D2447. Submittal informathn shall

demonstrate compliance with these requirements.

Nominal Sizemm in

31.755

38.10

Nominal I.D. Nominal O.D. Minimum Wall

mm in mm in mrn in

3505 1 380 42160

3556 +051

408g 1610 4826190 3683 0145

0 +0.51 +0.020

eM ttL-Dt>

urit Duct

Page 1 Jau. t, 20122 Pageos) Total

355

Nominal Size Pulled Tensilemm in N Ibs

31.75 1.25 3322 74738.1 1.50 3972 893

Marking:

As speciTied in NEMA Standard Publication No. TC-7, the duct shall be clearly and durably markedat least every 3.05 meters (10 feet) with the material designation (HDPE for high densitypolyethylene), nominal size of the duct and the name and/or trademark of the manufacturer.

Performance Tests:

Polyethylene Duct testing procedures and test results shall meet the requirements of UL 651.Certified copies of the test report shall be submitted to the Engineer prior to the installation of theduct. Duct crush test results shall meet or exceed the folhwing requirements:

DuctDiameter

mm in

35 1.2541 1.5

Min. force required todeform sample 50%

N Ibs

4937 11104559 1025

43t (IL-Dt)Unit Duct

Page 2 Jan. t, 20t22 Page(s) Total

356

SPECIAL PROVISION

FORMAINTENANCE OF LIGHTING SYSTEMS

Replace Article 801.11and 801.12of the Standard Specifications with the following:

Efl'ective the date the Contractor's activities (electrical or otherwise) at the job site begin, the Contractorshall be responsible for the proper operation and maintenance of all existing and proposed lighting systemswhich are part of, or which may be affected by the work until final acceptance or as otherwise deierminedby the Engineer.

Before performing any excavation, removal, or installation work (electrical or otherwise) at the site, theContractor shall initiate a request for a maintenance transfer and preconstruction inspection, as specifiedelsewhere herein, to be held in the presence of the Engineer and a representative of the party or partiesresponsible for maintenance preconstruction inspection shall be made no less gian seven (7) calendardays prior to the desired inspection date.

Existing lighting systems, when depicted on the plans, are intended only to indicate the general equipmentinstallation of the systems involved and shall not be construed as an exact representation of the fieldconditions. It remains the Contractor's responsibility to visit the site to confirm and ascertain the exactcondition of the electrical equipment and systems to be maintained.

Maintenance of Existing Lighting Systems

Existino liohtino svstems. Existing lighting systems shall be defined as any lighting system or part of alighting system in service prior to this contract. The contract drawings indicate Ihe general extent of anyexisting lighting, but whether indicated or not, it remains the Contractor's responsibility to ascertain theextent of effort required for compliance with these specifications and failure to do so will not be justwcationfor extra payment or reduced responsibilities.

Extent of Maintenance

Parlial Maintenance. Unless otherwise indicated, if the number of circuits affected by the contract is equalto or less than 40% of the total number of circuits in a given controlk)r and the controller is not part of thecontract work, the Contractor needs only to maintain the affected circuits. The affected circuits shall beisolated by means of in-line waterproof fuse hoklers as specified elsewhere and as approved by theEngineer.

Full Maintenance. If the number of circuits affected by the contract is greater than 40% of the total numberof circuits in a given controller, or if the. controller is modified in any way under the contract work, theContractor shall maintain the entire controller and all associated cittcuits.

Maintenance of Proposed Lighting Systems.

Prooosed Liahtino Svstems. Proposed lighting systems shall be degned as any lighting system or part of alighting system which is to be constructed under this contract.

432 (CC)Matnlsnanoe of Lighting Systems

July 25, 20163 Page(s) Total

357

The Contractor shall be fully responsible for maintenance of all items installed under this contract.Maintenance shall include, but not be limited to, any equipment failures or malfunctions as well asequipment damage either by the motoring public, Contractor operations, or other means. The potentialcost of replacing or repairing any malfunctioning or damaged equipment shall be included in the bid price ofthis item and will not be paid for separately.

Lighting System llflaintenance Operations

The Contractor's responsibility shall include all applicable responsibilities of ihe Electrical MaintenanceContract. These responsibilities shall include the maintenance of lighting units {including sign lighting),cable runs and lighgng controls. In the case of a pole knockdown or sign light damage caused by normalvehicular traffic, the Contractor shall promptly clear the lighting unit and circuit discontinuity and restore thesystem to service.

Responsibilities shall also include weekly night gme patrol of the lighting system, with patrol repods filedimmediately with the Engineer and with deficiencies corrected within 24 hours of the patrol. Patrol reportsshall be presented on standard forms as designated by the Engineer. Uncorrected deficiencies may bedesignated by the Engineer as necessitating emergency repairs as described elsewhere herein.

The following chart lists the maximum response, service restoration, and permanent repair time theContractor will be allowed to perform corrective acfion on specific lighting system equipment.

INCIDENT OR PROBLEMSERVICERESPONSETIME

SERVICERESTORATI

ON TIME

4 hours1 hourControl cabinet out

Hanging mast arm

Radio problem

1 hour toNA

clear

4 hours

4 hours

4 hours

24 hours

1 hour

1 hourCircuit out —Cable trouble

Outage of 3 or more successiveOutage of 75% of lights on one tower

Outage of light nearest RR crossing approach,islands and gores

Outage {single or multiple) found on night

outage survey or reported to theMaintenance Contractor

Navigation light oubgge

1 hour

1 hour

1 hour

NA

NA

4 hours

4 hours

4 hours

NA

NA

Motorist caused damage or ktaning light poky 1 hour toI 0 degrees or more clear

Circuit out - Needs to reset breaker 1 hour

PERMANEN'

REPAIRTIME

7 Calendar

days

7 Caktndar

days

7 Calendar

days

7 Calendar

days

NA

21 Calendar

days

NA

NA

NA

7 Calendar

days

24 hours

432 (CC)Maintenance of Lighting Syalema

Jtgy 26, 20163 Page(a) Total

358

Service Response Time - amount of time from the initial notification to the Contract until a patrolman

physically arrives at the location.

Service Restoration Time —amount of time from the initial notmcation to the Contractor until the time thesystem is fully operational again. (In case of motorist caused damage the undamaged portions of thesystem are operabonal.)

Permanent Reoair Time —amount of time from initial notification to the Contractor until the time permanentrepairs are made if the Contractor was required to make temporary repairs to meet the service restorationmquirement.

The Village reserves the right to assign any work not completed within this timeframe to the Electrical MaintenanceContractor. All coals associated to repair this uncompleted work shall be Ihs responsibility of the Contractor. Unpaidbtlh will be deducted from any monies owed to the Contractor.

Damage caused by the Contactor's operations shall be repaired at no additional cost to the Contract.

Operation of Lighting

The fighting shall be operation every night, dusk to dawn. Duplicate lighting systems (such as temporarylighling and proposed new lighting) shall not be operated simulhneously. Lighfing systems shall not bekept in operation during long daytime periods. The contractor shall demonstrate to the satisfacbon of theEngineer that the lighting system is fully operational prior to submilling a pay request. Failure to do so will

be grounds for denying the pay request.,

Basis of Pavment. Maintenance of lighting systems shall be paid for at the contract unit price perCALENDAR MONTH or fraction thereof for MAINTENANCE OF LIGHTING SYSTEM, which shall includeall work as described herein.

432 (CC)tttatnlenanoe of Lighting Systems

Page 3 July 25, 20163 Page(s) Total

359

SPECIAL PROVISION

FORREMOVE ELECTRIC CABLE FROM CONDUIT, SPECIAL

Descriotion. This work shall consist of removing exishng electric cable as described in Section 895 of theStandard Specification and as speciTied herein.

AH existing electric cable removed from conduit shaH remain the property of the Village of Schaumburg. ItshaH be delivered and unloaded at the Village of Schaumburg Public Works 714 Plum Grove Road,Schaumburg or as directed by the Engineer.

Basis of Pavment. This work will be paid for at the contract unit price per foot for REMOVE ELECTRICCABLE FROM CONDUIT, SPECIAL, and shall include ag labor, material and equipment necessary toperform the work as specified in the plan documentation and as herein specified.

433 (CC)Remove Electric Cable from Conduit, Special

June 29, 20151 Pageta) Total

360

SPECIAL PROVISION

FORRENIOVAL OF LIGHTING UNIT, SALVAGE

Descriotion. This work shall consist of the removal of existing lighgng units as described in Section 842 of theStandanf Specification and as speciTied herein and shown in the contract plans.

The poles, mast arms, luminaires, and wires in the poles shall be removed and shaN remain the property of theVillage of Schaumburg. They shall be delivered and unloaded at the Vilage of Schaumburg Public Works 714Plum Grove Road, Schaumburg or as directed by the Engineer.

Basis of Pavment. This work will be paid for at the contract uriit price per each for REMOVAL OF LIGHTING

UNIT, SALVAGE, and shall include all labor, material and equipment necessary to perform the work asspecilied in the plan documentation and as herein specified.

434 (cc)Removal of Lighting Unit, Salvage

Page 1 tone 29, 20151 Pageia) Total

36t

SPECIAL PROVISION

FORLIGHT POLE FOUNDATION, 24" DIAIIIIETER, OFFSET

Descriotion. This work shall consist of excavating, constructing, and backfilling ofhet light pole foundationsin accordance with Section 836 of the Standard Specmcations except as specified herein, and inaccordance with the details shown in the plans. Offset foundations shall be installed at locations where theutility conflict can be resolved by laterally ofi'setting the drilled shalt of the foundation.

The determination of foundation type shall be made in the field by the Engineer, based upon the actuallocations of utilities. Payment will be made according to the quanfity of each foundation type insbtlled, andno additional compensation will be allowed foi subtractions or additions to contract quantities for thevarious foundation types.

Excavation, including shoding, matedal disposal, and pumping, bailing or otherwise draining the excavatedarea shall not be paid for separately, but shall be included in the contract unit price for offset foundations.

Backfilling and thoroughly compacting material conforming to Argcle 1004 shall not be paid for separately,but shall be considered as included in the contract unit price for offset foundations. Concrete shall cure in

accordance with Artie)e 1020.13before being backlillsd.

Method of Measurement and Basis of Pavment. Offset foundations will be measured for payment inaccordance with Article 636,04 of the Standard Specifications, and paid at the contract unit price per footfor LIGHT POLE FOUNDATION, 24" DIAMETER, OFFSET.

435 {cc)ught Pole Foundation, 24 Oiarneten Offset

Page 1 June 29, 20151 Pageis) Total

362

SPECIAL PROVISION

FORRELOCATE EXISTING UGHTING UNIT, SPECIAL

Descriotion. This work shall consist of removing an existing lighting unit, storing it and reinstalling it

according to applicable portions of Section 844 of the Standard Specification, as shown on the contract

plans, and as specified herein.

The existing lighting unit will be disconnected, removed, and stored in a secure hcation. The Contractor

will coordinate and provide storage for the existing lighting unit. Any damage suslained to the lighting unit

during removal, storage or reinstallation will be repaired or replaced in kind to the satisfaction of the

Engineer.

Basis of Pavment. This work shall be paid for at the contract unit price per each for RELOCATE EXISTING

LIGHTING UNIT, SPECIAL, which price shall include all labor, equipment, and material to complete the

work as specified herein.

436 (cc)Relocate Existing tJghgng Unit, Special

Page 1 June 29, 20151 Palp(s) Total

363

SPECIAL PROVISION

FORLIGHT POLE FOUNDATION, METAL, CIRCULAR BASEPLATE, 12"BOLT CIRCLE, 8 5/8"X

6'escriotion.

This work shall consist of furnishing and installing a metal light pole foundation according toapplicable portions of Section 836 of the Standard Specification, as shown on the contract plans, and asspecified herein.

The baseplate of the helix metal foundation will be round with 17 "/~" diaineter and 1"thick. The bolt circle is12" diameter. There shall be 2 slotted cableway openings at 180 degrees apart. The Contractor shall verifybolt circle prior to ordering material. The manufacturer shall be Component Products Inc. No substitutionswill be allowed without Village approval,

Basis of Pavment. This work shall be paid for at the contract unit price per each for LIGHT POLEFOUNDATION, METAL, CIRCULAR BASEPLATE, 12" BOLT CIRCLE, 8 5/8" X 6', which price shall includeall labor, equipment, and material to complete the work as specified herein.

437 (CC) Page 1

Light Pole Foundation, Metal, Circular Baseplate, 12" Bolt Circle, 8 5/8" x 8'

Page(s) Total

June 29, 2015

364

SPECIAL PROVISION

FORREMOVAL OF POLE FOUNDATION

Descriotion. This work shall consist of the removal and disposal of existing lighting foundations according

to Section 842 of the Standard Specigcation and as herein specified.

The existing concrete foundations shall be comphtely removed. The removed material shall be dhposedof according to Artich 202.03 and the void caused by the removal of the foundation shall be backfilled

according to Ariicie 819.04. Metal foundations removed shall remain the property of the Vilhge ofSchaumburg. They shall be delivered and unloaded at the Village of Schaumburg Public Works 714 Plum

Grove Road, Schaumburg or as directed by the Engineer.

Basis of Pavment. This work shall be paid for at the contract unit price per each for REMOVAL OF POLEFOUNDATION, which price shall indude all labor, material and equipment necessary to perform the work

as specified herein.

438 lcc)Removal of Pole Foundagon

Page 1 tune 29, 20151 Pagela) Total

365

SPECIAL PROVISION

FORREMOVE EXISTING HANDHOLE

Descriotion. This work shall consist of the removal of existing handhols as described in Section 895 of theStandard Specification, as specified herein, and shown in the contract plans.

Bash of Pavment. This work weal be paid for at Nte contract unit price per each for REMOVE EXISTING

HANDHOLE, and shel! include all ktbor, material and equipment necessary to perhrm the work as specmed in

the plan documentafion and as herein specmed.

dsg (CC)Remove Existing Hand)mfa

Page 1 taly 27, 20161 Page(s) Total

366

SPECIAL PROVISION

FORTEMPORARY SIDEWALK

Descriotion. This work shall consist of constructing temporary sidewalks and sidewalk accessibility rampson a prepared subgrade in order to provide ADA-compliant routes for pedestrians through the constructionwork zone at the locations shown on the plans or where directed by the Engineer.

Temporary sidewalks shall be constructed of Hot-Mix Asphalt Surface Course, Mix D, N50 with a minimum

compacted thickness of 3 inches. This work shall be constructed in accordance with the applicableportions of Section 406 of the Standard Specifications and as directed by the Engineer. The material shallconform to the applicable portions of Sectiori 1030 of the Standard Specifications. The subgrade shall beprepared in accordance with Section 424.04 of the Standard Specications. Detectable warnings shall beinstalled in accordance with Section 424.09 of the Standard Specifications and the Highway Standardsincluded in the plans.

Stone shall not be required when the temporary sidewalk is constructed outside the limits of the proposedpavement. All stone required to construct the temporary sidewalks through the areas that will be pavedshall be included in the cost of CRUSHED STONE (TEMPORARY USE).

Method of Measurement. This work will be measured for payment in place and the area computed in

square feet, No deduction will be made for detectable warnings located within ramps.

Detectable warnings will be measured for payment in place and the area computed in square feet.

Earth excavation will be measured for payment according to Article 202.07.

Basis of Pavment. This work shall be paid for at the contract unit price per Square Foot for TEMPORARYSIDEWALK, which price shall include the removal of the temporary sidewalk and detectable warnings.

Furnishing and installing detectable warnings will be paid for at the contract unit price per square foot forDETECTABLE WARNINGS.

Earth excavation will be paid for according to Article 202.08.

440 (CC)Temporary Sidewalk

Page 1 August 21, 20151 Page(s) Total

367

SPECIAL PROVISION

FORTEMPORARY ADA RAMP

Descriotion. This work shall consist of constructing a temporary ADA-compliant ramp at locations wherethe existing curb. is not shown to be removed. The ramp may be a prefabricated system or a rampconstructed on site. Regardless of the method chosen, the Contractor shall be responsible for ensuringthat the installed system meets all ADA requirements.

The Contractor shall submit catalog cuts or detailed drawings of the proposed system to the Engineer forapproval prior to ordering or installation.

If the existing curb is damaged, the Contractor shall remove and replace the curb or curb and gutter to thesatisfaction of the Engineer at no cost to the contract.

Basis of Pavment. This work shall be paid for at the contract unit price per Each for TEMPORARY ADARAMP, which price shall include all equipment, materials, and labor required to install and remove theramps.

441 (CC)Temporary ADA Ramp

Page 1 August 21, 20151 Page(sl Total

368

SPECIAL PROVISION

FORLUMINAIRE, TYPE 1

Descriotion. This work shall consist of furnishing and installing LED luminaire as specified herein. Theluminaires shall be the Autobahn Series ATB2 by American Electric Lighting. The luminaire catalognumber is ATB2 80BLEDE85 MVOLT R3.

Materials. Material for the LED luminaire shall be according to the following.

Optics~ IP66 rated~ Type III light distdibution per IESNA classification.

Performance~ Rated for -40'C to 40'C ambient air temperature range~ Color temperature of 4000K~ Fixture wattage of 224 watts

Electronic Drivers~ Performance package for Luminaire Installation is 224 watt luminaire, 80B LED chips with

drive current of 850 mA and 25,955 lumens.~ LED light engines are rated > 100,000 hours at 25'C, L70. Electric driver has a rated life of

100,000 hours at a 25'C ambient.~ IEEE/ANSI C62.41 Category C (10kV/5kV) level of surge protection.~ Multi-volt, 120-277V

Housing~ Autobahn Series ATB2 is 31" long x 14"wide x 4" high with an approximate weight of 21 lbs.~ Die cast aluminum housing.~ Color: Black (color must be approved with local agencies before purchasing)~ The luminaire shall include a fully prewired, 7 pin twist lock ANSI C136-41 —compliant

receptacle. Unused pins shall be connected as directed by the Manufacturer and approvedby the Engineer. A shorting cap shall be provided with the luminaire.

~ All luminaires shall be vibration tested and pass ANSI C136.31 requirements. Luminairesshall be rated for "36" peak accekration. Vibration testing shall be run using the sameluminaire in all three axes.

Finish

~ Housing is polyester powder-coated for durability and corrosion resistance.~ Rigorous five-stage pre-treating and painting protx.'ss yields a finish that achieves a scribe

creepage rating of 8 (per ASTM D1654) after over 1,000 hours exposure to salt fog chamber(operate per ASTM 6117)

Warranty~ All ekctrical components warranted for 5 years minimum

Installation. Each luminaire shall be installed according to the luminaire manufacturer'srecommendations,

442 (CC)Lumieaire, Type 1

Patte 1 September 13,20162 P~eta) Total

369

Luminaires which are pole mounted shall be mounted on site such that poles and arms are not left

unloaded. Pole mounted luminaires shall be leveled/adjusted after poles are set and vertically aligned

before being energized. When mounted on a tenon, care shall be exercised to assure maximum insertion

of the mounting tenon. Each luminaire shall be checked to assure compatibility with the project power

system. When the night-time check of the lighting system by the Engineer indicates that any luminaires

are mis-aligned, the mis-aligned luminaires shall be corrected at no additional cost,

Pole wiring shall be provided with the luminaire. Pole wire shall run from handhole to luminaire.

Pole wire shall be sized No. 10, rated 600 V, RHW/USE-2, and have copper conductors, stranded in

conformance with ASTM 8 8. Pole wire shall be insulated with cross-linked polyethylene (XLP) insulation.

Wire shall be trained within the pole or sign structure so as to avoid abrasion or damage to the insulation.

Pole wire shall be extended through the pole, pole grommet, luminaire ring, and any associated arm and

tenon. The pole wire shall be terminated in a manner that avoids sharp kinks, pinching, pressure on theinsulation, or any other arrangement prone to damaging insulation value and producing poor megger testresults. Wires shall be trained away from heat sources within the luminaire. Wires shall be terminated soatt strands are extended to the full depth of the terminal lug with the insulation removed far enough so it

abuts against the shoulder of the lug, but is not compressed as the lug is tightened.

Each luminaire and optical assembly shall be free of all dirt, smudges, etc. Should the optical assembly

require cleaning, a luminaire manufacturer approved cleaning procedure shall be used.

Horizontal mount luminaires shall be installed in a level, horizontal plane, with adjustments as needed to

insure the optics are set perpendicular to the traveled roadway.

When the pote is bridge mounted, a minimum size stainless steel 1/4-20NC set screw shall be provided

to secure the luminaire to the mast arm tenon. A hole shall be drilled and tapped through the tenon and

luminaire mounting bracket and then fitted with the screw.

Basis of Pavment. This work will be paid for at the contract unit price per each as LUMINAIRE, TVPE 1, asspecified in the contract plans which shall include all labor, material and equipment necessary to completethe work as specified.

442 (CC)Lumteatre, Type 1

Page 2 September 13, 20162 Pegete) Total

370

COUNTY OF COOK

CHICAGO, ILLINOIS

PROPOSAL

For s County Highway Improvement In fhe County of Cook, State of illinois,

known as Roselle Road

Route V 60 Section 14-V6039-02-TL

At Schaumburrf Road

LOCATION OF IMPROVEMENT

Ths pmposed improvement is pert of the public highway system In Ihe County of Cook, Slain of illinois, located by section snd roule

bofors mentioned, snd Is inrscrsed on ths msp showing ths county Highway system on sls in the cflies of ihs county clerk and

also ln the olden of the illinois Dspsnmsnt of Transportation, Division of Highways, SprlngAeld, illinois.

CH V60 (Rosalia Road) —At Schaumburg Road

DESCRIPTION OF IMPROVEMENT

It is the intent of this contract to provide for the construction of a right turn lane along southbound Rosalia Road towestbound Schaumburg Road. Ths 10 foot wide right turn lane will uss s 175 foot taper and provide 300 feet of

storage. The existing concrete curb and gutter and sidewalk shall be completely removed. The turn lane will beconstrudad adjacent to the existing pavement and shall be P.G. Concrete Pavement (10 Inch) along with s 12 inch

Aggregate Subgrade in order to match the exisffng pavement. New concrete cwb and gutter and edswalk shell beconstructed outside of the turn lane. Also induded is the removal snd replacement of existing drainage structures,

traffic signal modification at Rosalia Road snd Schsumburg Road, street lighting modiffcstlons, pavement markings,

signing, pedestrian crossing upgrades, traflic protection end sll other work as required to complete the improvement.

371

Insert

IDOT Certificate of Eligibility

kfR.0

8

5'

r

8

Ir

Ixmz0c m w ComZ~0Ozmm~ Z 3'rO 0 ~ Tl

'Tl Z —0m 0 0 TIr =rimCI 0

oq>~r

Cr CO t3

or A@0$ ITI +0g 0 Crco>~~mQ0 roZ 0ITI ZAl 0~h~0 ~ 0

Al

I

ll0 >Z Zg0ZpanBmg

ill IOc

0 om

lll

OO C0aOCZ zO

-9gm88

~r rrrr

0 85I 88

58-"=558

«fogOm- I

~ ~ Z fllmpmo

0+v+cxm>gmoz0+~>Ctl pm"-0oqTO-O~Ugm~~

Z>Zzo oro z

Im TI

g~() ~g

0 +Z

CCI 0+ I

~ IOOOco mz++or(I glTI~

8$gRcO'z Q0-ImZZOzmcmo%

OZTl 0

Cr I-CD g

0

CCO I~ O"OH. D

I—cr rc 0

I

OlCD

CD4>

Z0

I2.AOl

00fTl

tG

V'r

C

372

Insert

IDOT Certificate of Availability

sans mo k pw &IIawwrwls w szr&l

Affidavit of Availability

For the Letting of

swnuctlomr. Dcmplsls lnw lcrm by silhsr typlnp or wino bleak ink. "Aulhcrnsscn lc aid" will not bs issued

unless both sides of this form are completed in dswk uss scdltlcnsf forms ss needed lo list all work

Part I. Work Under Contract

List below sN work you have under ambect as either a prima confractor or a subcontractor. It ls mquirad to Indude aN pending low bids not yet awarded

or ra/ected, In e /oint venture, list only that portion at the work which is ths res ponslNity ot your company. Tha uncompleted doNsr value is to be based upon

the most recent engineer'e or ownwa estimate, snd must indude work subccntraded to others. If no wn/k ls contracted, shaw NONE

Contract Number 63882

Contract With IDOT

Estimated Completion Date 11/21/2018

Total ComramPdca — — — - . $ 18,148,372.17 $Uncompkrted Mlar Value if Firm is

the Prime Conbactor $ 3,245,82D.DD 3Uncompleted Doper Value if Firm is

the Subcontractor

1523-14880

CCDDTH

8/2812018

15-185-DT

DuPepa County

8/30/20 I6

CLAYCO

81/2018

VINa Pwk

9/1 5/20 I6

3 $ $ 3,245,820.00

Ba3,404.10 3 406,890.00 $ 54928a.oo $ 1,397,533,16 AccumulsfadTotals

Part IL Awards Pending and Uncomplmsd Work to be dane with your own forces.

Total Value of AN Work $ 3,245,820.00

Earthwork

Portland Cement Concrete Pnvinp

HMA Plant Mix

HMA Paving

Oeen 8 Seal Cmdrs/ Joints

Aggregate Bases IL Surfaces

Highway,R.R.S Water Structums

Drainage

Etemncaf

Cover and Seal Costs

Ccncmta Ccfwtr/utica

LandscsPlng

Fencing

Gusrdriil

Pafnting

Skmfnp

Ccm MNNng, Planning 8 RolomNNn0

Oemolitlon

Pmmmsnt Markings (PelnS

Other Construction (Lisli

$ 240,000.00 8

3

3

80,000.00

8 110,000.00 8

$ 30,000.00 5

5 230,000.0D 3

8 90,000.00 $

8 30,000.00 8

$

$ 210,000.00

Ltst below tha uncompleted doper value ofwork for each contract and awards pending br ba completed with yaur cwn forces. AN work

subcontracted to cNwra will be Naiad an ltw mvsrse of this form. In a iofnf van turn, Nat only that portion of Ihs wxk to Be done by your

company. If no vmrkis contracted, shaw NoNE Accumulalsd

Tomm

3 240,000.00

$

3

80,000.00

$ 110.000.00

$ 30,000.0D

8

8

$ 230,000.00

$ 90,000.00

8

8

30,000.00

8 21D,000.00

8

I 3 tdf20,800.00 3 8 - 8 IS I $ 1 020,000.00

Disdosure ot this informadnn is REQUIRED to wxnmplish ths stebdory purpose as outlined In lbeNNnois Procurement Code." Failure lo comply will result in

nootww ence of an "Authorization tc Bid." .This form has been appmvad by ths State Fonna Msnagwn ant Canter.

Printed an 12/1 4/201 8 Page I o/25 BC 57 (Rev. D8/17/10)

Part III. Work Subcontracted to Others

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

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 Wmk

Subcontract Price

Amount Uncompleted

Suboontractor

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

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

fancslguardreil crackaeal full depth rec

8 94,468.00 $ 3,760.00 $ 83,614.2? 8

$ 70,aoo.aa $

boring ctrlping striping

$ 39,000.00 $ 13,461.00 $ 6,499.85

8 8 $ $

bridge work

$ 3,152,470.59

$ 260,000.00

clpp

$ 243,726.70

$ 1O,OOO.OO

diamond grind

$ 31,695.00

$ 10,000.00

electrbal

$ 2,829,981.40

$ 1,100,000.00

Impact aan

$ 9,700.00

$ 7,000.00

irrigation

$ 30,000.00

$ 30,000.00

landscaping

$ 6,820.00

8,82o.so

layout

$ 150,000.00

20,000.00

boring

$ 87,040.00

$

fencing

$ 2,000.00

$

layout

$ 35,000.00

sile video

$ 3,950.00

$

striping

$ 4,790.00

$

$ 7,765.00

$

Subcontmctor

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

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type cf Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Total Uncompleted

Totals

line stops

$ 12,500.00

$

san ssnnce llnrng

$ 303,800.00

$ 10,000.00

sew cleaning

$ 7,000.00

$ 5,000.0D

signage

$ 59/t54.00

'$40,D00.00

non-spi/spl waste

$ 166,420.00

$ 10,000.00

striping

'$251,567.95$ 60,000.00

trna care

$ 16,510.00

$ 5,000.00

asphalt paving

asphalt

$ 950,000.00

$ ooa,aaa.ao

2,225,820.00 I 5

I $ 8,387,513.64 I 5

1$17,221.00 I 5

$

5

I$90.114.12I 5

5

I 5 140,545.00

Printed on 12/14/2016 Page 2 of 25 BC 57 (Rsv. 06/1 7/10)

Shah Ooosnmont

omm of co oIsovoe ooc I 2 o ymo osls moos, oo sorol

Affidavit Of Availability

For the i.etting of OTIC(yCC

Inotnmn one COmPlete mh farm Oy caber typino Cr coins bleCk ink, oAuthmitmlen IO old" util nat be Isoued

unless both sides of this form ms completed ln dotes. uoe edcltlond kxmo so needed tc ssl ss vrmk.

Part I. Work Under Contract

List below as worfr you have under contrers es either a prime contractor or a suDconlramor. It ls required to induds ss pending low bids net yet swarded

or reJected. In a Joint ventura, gst only that porgon of tha work which ls ths msponslbghy of tmur company. The uncompleted dogar vaWe is to bs based upon

the most recmd engineer's or owners esgmate, end must include work subcontracted to others. If no work is contracted, show NONE

Contract Number

Contract With

6

61853

IOOT

7

61897

IOOT Stone Park

9

61833

IOOT

V15-07

Noes

Estimated Ccmplsoon Oats 75 wrk dsy 55 wfit dey 30wik day 10/I 5I2018 NIOI2016

Total Contract Price 2,290,529.53 $ 769,S68.70 $ 116,7e9.50 SDS60,853.64 $ 1,033,392.50 Accumulated Totals

Uncompleted lyoosr Value if Firm is

the Prime Contracku 5 8 8 $ 842,402.00 $ 25,00D.OD $ 387,452.00

Uncompleted Oogsr Value if Firm is

the Subcontrsctm 8

$ 367,462.00Total Value of Ao Work

Part g. Awards Pending snd Uncompleted Work to be dane with your own farces.

List below the uncompleted dollar value ofwork for each contraband awards pending to be completed with your own forces. AS work

subcontracted to mhms will he llstetl on ihe reverse of this form. In a Joint venture, Ssl only that portion of the work to be dona by your

company. If no work ls contracted, show NONE

Earthwork

Portland Cement Concrete Paving

HMA Plant Mix

HNIA Paving $

Clean & Seel CmckW Joints

Aggregate Esses & Surlhces

Highway,R, R.& Water Structures

Orsinage

Bealrlcsl

Cover snd Seal Coals

Concrete Construcgon

Ltmdscsping

Fencing

Gtlsrdrsli

Painting

Signing

Cokl Miglnm Planning & Rctomlolng $

Oemolitlon

Pavement Markings (Pamti

Other Construction (Lfso $

8 5,OOO.DO

3 $

8 5

$ 19,000.00 $

$ 21,402.00

8 8

$ 10IIDO.OD

5,00D.OD 3

$

$

8

8

3

$

$

8

15,0DO.OD 8

$

$

8

$

5,MO.OO $

10,000.00

15,000.00

10,000.00

21,402.00

15,000.00

Tolsls 8 8 3 8 46A02.00 I $ 25osooo Sytygfoym

ohd osore of this inmnnabon is REQUIREQ to accomplish the statutory purpose as ougned in the 0linois prccutmnent code."

non issuance of en "Authorization to Bid." This fmm hss been appnvmd by the State Fmms Management Center.

'ailwe to comply will result in

Pfinlsd on 12I14I2016 Page 3 of 28 SC 57 (Rev. Ooftyft 0)

Part III. Work Subcontracted to Othem

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

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

brick psvkrg

$ 340,644.15 $

$ $

ARCCT striping

f4,874.00 $ 4,000.00 $

$ $

fa

Striping Landscaping

47,432.75 $ 4,500.00

8

Type cf 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

Subcontractor

TYPe of Work

Subcontract Price

Amount UncomPlsted

Subcontractor

electrical

$ 257,885.00 $

$ $

irrigation

$ 81,196.50 $

$ $

Ierld&caplllg

$ 15,637.60 $

$ $

layout

$ 50,000.00

$

masonry

$ 258,500.00

$

striplng 5 signs

8 34,920.48

$

conarels

89,842.00

electricai

2,135.00

traffic control

67,240.00

Electrical

8 f,f11,88345 $

$ 280,000.00 $

Fencing

s o,ooo.oo

o,aoa.oa 8

Landscaping

$ 15,266.29 $

8 10,000.00 $

Layout

$ 40,000.00 $

$ $

Recllmatlon/Stsbll

$ 227,265.05

$ 3

Structural Cancrete

$ 226,000.00

$ $

Inigation

5,500.00

Layout

1 1,500.00

Striping

4,099.00

Tree Care

750.00

Type of Work

Subcontract Priae

Amount Uncompleted

Total Uncompleted

Totals

tree care

$ 7,300.00

$

ls - IsI s 1,046,083.73 ) 8

ls174,081.00 ) $

$

$

ls4,080.00 I 8

Tree Care

ft,a42.50 8

8

296,a8o.oo I 3

1,684,95O.O4 l 8 26,349.00

Printed on I2/14/2016 Page 4 of 28 SC 57 (Rev. 08/17/10)

fNIINth DePgtrtmerrt

«diff TygtllSp02422ftmb Affidavit Of Availability

For the Letting of Ctfppfpp

Insuueuens: complete ms form ny either typlna or usfnl shrck ink. "Aulhorhstsn lc Bd"ell not be issued

unless boih ddes ol mls swn em completed fn derail uw «fciticnsl fo mls as ns«radio list es work.

Part I. Wmk Under Contract

List below ag work you have under corwsm es either s prinm contractor or a subcontractor. It fs required lo incknle el pandlnll low bids nol yet swarded

or

mourned.

In s iolnt venture, gst Iesy that porgon of the worlr which ls the res ponslbg fly or your company. The uncam plated doger value is to be based upon

ths most re«mt engineer'e or owners eslbnate, and must include wmk submmttscted io others. 6 no work is conlrscted, show NONE

Corursct Nwltbrw

Contract With

Estknstsd Corrlplstlolt Debt

Total Contmm Pdm

Uncompletmf Gofer Value if Firm ls

the Prime Contrmmr

Uncompleted Dogsr Vulva If Firm is

the Buboonlmmtor

Bunalo Grove

THI2015

61A72IDOT

SITI2016

Ubertyvgle

10I28I2018

14

Elgm

10ÃS2018

PA059

RW Dunlwnsn

6 $ 5,000.00 $ 5,000.00 $ $ 'l0.000.00

7atel value of An work

8

$ 10,000.00

2.105,070.58 $ 2,505,37723 8 3,585,711.11 8 1288,3834M 8 26S538.75 Accumulated Tamls

Part fr. Awsnls Pending nnd Uncompleted Work to be dane with your own forces.

List below Ihe uncompleted doser value of work for each conbam end awards pending lu be completed with your own forces. As work

subcontracted to others will be gated an Iha reverse of this form. In a ioint venture, get only that porgon of the work to be dane by yow

company, if no work la contracted, slew NONE

Esfthwofk

Pohlsnd Cement Concrete Paving

HMA Plant Mlk

HMA Paving 8

Clean 6 Seel Cracker Joints

Aggregate Bases & Surfaces

Highway,R.RB Water Structures

Drainage

Elemricel

Cover and Seel Coals

cohcmul cohslmcdoft

Lmldscsplng

Fencing

Guardrail

Painting

Signing

Cold Milling, Planning 6 Rotomf fling

Dsmogtlon

Pavement MerMngs 1Psinti

Other Consbumion tLisS 6 5,000.00 $ 6JXX!.00 $ I O,OIXLOO

Tobls 1$ IS S.OOO.OO 6 SOoo.oo 8 8 10,000.00

Disclo'sure of this tntonnstfon is RatkUIRED Io accomplish the shataory purpose es ouuined in the sgnols procurmnsnt code." Failure to comply will result rn

non issuance rd sn 'Authormaticn to Bldy Tms form has hsen sum«md by the State Farms Management Center..

Printed on 12/14/2016 Page 6 of 26 BC 57 tRev. 0!If17ltol

Part III. Work Subcontracted to Others

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

Subcontractor

« 12 13 14 15

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Tres Cars

$ 8,347.00 $

$ 3

Elect/ical

128,655.00

Guardra/I

18,195:00

Asphalt Paving Layout

$ 980,767.«$ 5,0DO.OD

$ $

Pavement Marking Pavement Marking

$ 10,757.00 $ 3,278.00

$ $

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

Subccnt/act Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Pdce

Amount Uncompleted

Total Uncompleted

Totals

HMA Pvmt Eledrical

$ 7ss,376,53 $ 2,aaa.oa

$ 8 $

Landscaping Layout

$ 200,212.50 $ 5,000.00

$ 6

Signage

$ 18,930.00

$ - - 3

Striping

$ 27,855.80

$

Tres Care

12,960.00

$

$

)$ - ls - Is - Is - IsI 6 s,347.oo I $ 1,161,984.83I $ 998.624 « I 6 8,276.00 I 6

Printed on 12/I 4/201 6 Pagesof26 BC 57 (Rev. 06/17/10)

secwuv ue v .vw swvrr6I

Affidavit of Availability

For the Letting of 01/DD/DD

nstnrctlcns: ccrspste wls roun by saber tyolno cr uwe black Ink. "Authulatuos Io 81d" will not bs issued

unless beth skies ct Ihlv lcrm are ccmpietsd In dates Ust sd chion el forms as needed lc sst as work.

Part I. Work Undw Contract

List below ab work ycu have under conlrtwl as either s prime ocnlrsclcr or s subcclrsclor. It is required to include ag pending low bfds rrot yet awarded

or re)acted. In a joint ventura, list only that portion of ths work which is tha responsibi0ty of your company. The uncompleted dc0ar value ls to be based upon

the most recent erelnaer's crowns/s eramste, and must indude work subcontraded to others. If no work is corltracted, show NDNE

Contract Number

Contracl With

Estimated Completion Date

Total Contract Pace

17

Northlake Vernon H8ls

8/1/2018 45 Wrk Day

$ 3,426,450.40 $ 569,925.98

18

61B24

IDOT

50 Wrk Day

8 485,256.50

81875

IDOT

55 Wrk Dsy

$ 1,899,9DO.OD

20

61C32

IDOT

10/st/2018

$11,173,775.42 Accumulated Totals

Uncompleted DCOer Value if Firm is

the Prime Conlnudtv

Uncompleted Cedar Value if Firm is

ths Subcwltrscku

8 $ $ 5,DOD.OD $ 420,880.00 $ 1,176,450.00 $ 1,602,330.00

8

Total Value of All Wt tel Value of AO Work $ 1,602,330.00

Part II. Awards Pending snd Uncompleted Work to be done wah your own forces.

Earthwork

Portland Cement Concrete Paving 8

HMA Plant Mix

HMA Paving

Clean 8 Seel Cnwks/ Joints

Aggreaats Bases 8 Surfaces

Highway,R R.a Water Structures

Drainage

Electrical

Cover slid Seel Coeur

Concrete ConstnmOon

Landscaping

Fsr/clrlg

Gtmrdmh

Painting

Signing

Cold Mggng, Planning 5 Rotom05ng 8

Dsmoiitlon

Pavement Markings (Paint)

Other Construction (UCO

$ 40,000.00 8

$ 5,0DD.OD

Ti 2D,DDD 00 8

$ 5,000.00 $

8 5,000.00

$10.000.00 $

8 25,4OO.OD

$

$ 5,000.00 $ 2D,DOO.OD 3

15,000.00

$0.00

5,000.00

$20,000.00

20,000.00

20,000.00

List below the unmunpleted dollar value of work for each ccntnua and awards pending tc be completed with your own forces. Ay work

subcontracted to othsm will ba ifsted on dte reverse of this form. In a joint venture, Oat only that po/tlon of the work to be dona by your

company. If no work ls contracted, show NONE Accumulated

Tutee

$ 55,000,0D

$

8

8

$

$

$

$

8

8 25,000 00

$ 30.000.00

$

$

$

$ 80,400.00

$

45,000.00

8

Totals 8 B,ooo.oo 8 1304000o I $ 115,ooocoj8 zaovkt0.00

Disdosure of Ibis infomnsOon is REQUIRED to accomplish the stsbnory purpose ss ouaned in ths"glinois pmcurwnent Cade." Failure fo amply will result in

non.issuance of an /ushorization Io Bid" This form has been approved by tl'.e state Forms Management Denier.

Printed on 12/14/2018 Page 7 of26 BC 57 (Rev. 08/1 7M0)

Part DI. Work Subcontracted to Others

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

Subcontractor

17 18 19 20

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

ARCCT Striping Retaining Wsg

41,404.00 $ 8.983.00 $ 45,600.00

$

Electrical

$188,723.15

$5D,DDD.DD

Bridge

$271,021.00

$0.00

Type of Work

Subcontract PricAmount Uncornp'lated

Subcontractor

Augerlng HMA Paving Striping Fencing CIPP

$ 26,000.00 $ 230,732:25 $ 2,475.00 $ 138,332.50 $234,750:00

$ $ $ $ 138,332.50 $234,750.00

Type of Work

Subcontract Prirce

Amount Uncompleted

Subccntrador

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

CIPP

3 79,144.00

$

Striping

$ 6,235.40

$

Tree Care

s 4,845.00

$

Striping

$ 52,147.50

3 52,147.50

Specisi Waste

$ 190,145.00

$ 50,000.00

Electrical

$3,225,548.03

$700,000.00

Fencing

$28,810.00

$0.00

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Tree Care Striping

$ 7,368.75 $70,042,29

$0.00

Speckrl Waste

$151,300.00

$0.00

Tree Cere

$11,892.00

$0.00

Type of Work

Subcontract Price

Amount Uncompleted

Total Uncompleted

Totals

Isls

Is152,783rD I 3

I

239,715.25 l $ 52,823.00

Isls

Landscaping

$ 126,7OO.OO

3 128,7ao.aa

290,480.00 I 6 1,061,450.00

576,716.90 I $ 4,120,063.32

Printed on 12/14/201 6 Page 8 of 26 BC 57 (Rev. 08/I 7/I 0)

Q~revue aerwrupwu

raw w G rl«l

Affidavit of Ave ilability

For the Letting of 01/OD/OD

lnvtrucucnv: camels/e this fmm by aitnsr lr ping or uv/np black Ink. "/w/hcrivmicn lo aid" wsl not bs Issued

unlssv both sides oi this form env completed In detail. Use mfdltlanal forms as needed ta list es work.

Part I. Wark Under Cantract

List below eg work yau have under canaect as either a prima conlnmlor or e subcontramor. It fs required to include ag pending low bids not yet swarded

ar rejected. In a jo/nt ventura, list only that portion of the work which ls lhe responsgrgty of your aompsny. Ths uncompleted dogsr value ls to be based upan

the most recent sngkraer's or owners es5mam, and must Indude vmrk suhcontramed to others. If no work is contracted, show NDNE

21 22 23 24 25

Contract Number

Contrast W/th Hanover Park Winnstka Mmton Grove

Estimated Comptetkm Data 8/30/2018 7/31/2D18 7/4/201 8

Total Contract Pram 8 226,508.30 $ 1,663,866.55 $ 312,D44.65

Uncompleted Dogar Value if Firm is

the Prime Contrador 8 3 $

Uncompleted Cager Value if Finn Is

Ihs Buboontrscior

Part 0. Awards Pending and Uncompleted Work to be done whh your own forces.

Holfnmn Estates LCDOT

11/23/2018 6/202016

$ 5,549,574.73 $157,651.00 Ac~ Totals

Total Value of Ag Work

Ust below the uncompleted dollar value ofwork for sech contract end awards pending to be completed with your own forces. Ap wmk

subcontracted to olhws will be lated on the mverse of this form. In s joint venture, yst only tl/at por0on of tits work to bs dona by your

company. If no work ls contracted, show NONE hum/mutated

Tomls

Ea/lhwork

Partland Cement Concrete Paving

HMA Plant Mix

HMA Paving

C/ssn 5 Seel Cracks/ Joints

Agglwgafs Slices & Sulfwms

Igghway RR& Watw Structures

Drainage

Emcaicel

Cover end Seal Coats

concrete construmlon

Landscaping

Farlclrlg

Guardrail

Painting

Stonmg

Cold Mgling, Planning & Rotomggng $.

Demogtion

Pavement Markings (Peinti

Ogmr Conslruction (Ltsg

$0.0D

$0.00

$0.00

$0.00

$0.00 $

8

$0.00 8

$0.00 $

$0.00

$0.00

$0,00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00 $

8

$D.DO 8

8

$

5

$0.00 $

8

8

$0.00 8

$

8

$

$0.DO $

8

Disclosure af this informsgon is REQUIRED to accomplish the statulmy purpose as outlined in msglinois procuremsnl code." Fai/ura ta munply will result in

nonfssuance of an "Aulhorlzatian ra sid." This foun hes bean uppwnrsd by the stare Fomw Nfanagerna'nt centw.

Printed an 12/14I201 8 Page 8 of 28 BC 57 (Rev. 08/I 7/1 0j

Part ill. Work Subcontracted to Others

For each contract described in Psri I, Ost ag the work you have subcontracted to others.

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

21 22

Striping

34.074.30 $

3

Fsndng

11,010.00

Layout

20,000.00

24

Electricsl

$ 23,473.90

$

Striping

$9,720.59

$0.00

25

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

Subcontmct Price

Amount Uncompleted

Subconb'actor

Type of Work

Subcontract Price

Amount Uncompleted

Striping

500.00

Tree Care

$ 400.00

3

Tree Care

$21,384.00

$0.00

Total Uncompleted

Totals

Isls

ls - lsI $ 34,074.30 I $

ls - ls31,91o.oo I $ 54,575.49 I 3

Printed on 12/14/2016 Page 10 of 26 BC 57(Rev. 05/17/10)

ISnOIS Detszybfnent

smermu a v rvm mslocrrm

Affidavit of Availability

For the Letting of 01/00/00

instructions: Complete Ibis /arm by saner lvping or urine bleak ink. "Authcrlzation Ic 8ld" wlb net bs issued

unless cath sides af this form srs completed In dates, um additional fonna m needed tc bsl sn work.

Part L Work Under Contract

List below es wark you have under acmlract rm either a prima conlramor or a subcontractor. It Is required to include as pending low bids not yet swarded

or rejected. In e faint venture, list only that portion of the work which ls the rssponslblmy of your company. The uncompleted doaar value ls to bs based upon

the most racent englnserts ar owners su@nets, snd must indude work subcantrsmed to others. If no wark is contracted, show NQNE

Contract Number

Cantraot With

Estimated Camplstlon Data

Total Contract Pres

27

Dam/lars Glove Dsertlald

8/1/2015 55 Working Days

$ 992,718.DD $ 1,387,770.19 8

28

Woad Dale Rites

1I/30/zat 8 80 Wo/king Days

680,434.DD $ 1,288,003.20 $1,227,858.00 Accumuhhd Totals

Uncompleted OoSar Value if Firm is

the Prime Cantramor 8 3 5,000.00 3 tR88,003.20 $ 117,302.00 $ 1,410,305.20

Uncompleted Doser Value if Firm is

the subcontrechr

Part II. Awanls Pending and Uncomplsled Work to be done with your own forces.

Total Value of AD Work

3

$ 1,410,305.20

List below the uncompleted doser value of work for each conkact end awards pendrng to be completed with Iamr own forces. Aa wark

subcontracted to others will be acted an ths reverse of this form. In s faint venture, list only that portion of the work to be dona by your

campany. If no work is contracted, show NONE Accumulated

Tohh

Earthwork

Portland Cement Concrete Paving

HMA Plant Mix

HMA Pavlno

Clean & Seal Creaks/ Joints

Aamegate Bases 3 Surfaces

Highway,R.R. & Waim Structures

Drainage

Eleckical

Cover and seal Coals

Cancmte Constmcson

Landscaping

Fencing

Guardrail

Painting

Sigrtina

Cold MSllng, Planning 5 Rotomsling 3

OsmalitlOn

pavement Markings (Paint)

Other Canstruction (Lisg

$0.0D 5

$0.00 3

$0.00 8

$

$0.00 3

So oo ss,aaa.aa

$ 323,540.00

3228,796.20

3 Sr,eco.OO

SZ6,765.0O S

$25.410.00

s 77,670,00 s

8 6,220.0D

$5,00D.OD $

$

$60,000.00 3

3

3

$

5,000.00

$

8

$0.00 $

5.000.00 $

$

$

6

8

$8,552.00 3

3

$

$10,000.00 $

3

328,540.00

288,198.20

srrtmo. 00

531,785.0D

26.410.00

82,870.00

6420.00

8,552.00

15,000.00

Totals 3 5 I SS,DOO,DO 6 4,216,a83.20 6 91.552.00 $ 1,372,615.20

Disclaswe af this infammtian is REQUIRED Ia accomplish the stetutory purpose as auhned in the" illinois Pracumment Code " Failure to comply wil result In

non-issuance of an "Aulhanzstion to 8id," This form itss been sppmved by!ne state Fonna-fdsrmgement csnlsr.

Printed on 12/I 4/201 6 Page 11 of 28 BC 57 (Rev. 08/1 7/I Dj

Part III. Work Subcontracted to Others

For each contract described in Part I, list ell ths work you have subaontracted to others.

Subcontractor

26 27 28 29 30

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Layout

$17,500.0D

$0.00

Elsctrical Pavemsnt Marking Pavement Marking

$ 3,500.00 $5,340.00 $11,450.00

$ $5,340.00 $11,450.00

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

Subcantract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Prke

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amaunt Uncompleted

Subcontractor

Type of Work

Subcontract Prics

line stop

$ 2,100.00

$

Striping

$5,252.00

$0,00 $

Tree Care

$ 6,590.00

$

Striping

$7,644.00

$0.00

Layout Tms Cars

$ 18,500.00 $ 6,800.00

3 $ 6,600.00

Striping

$ 9,125.40

$

Line Stop

$13,500.00

$0.00

Layout

$12,500.00

$0.0D

Irrigation

$1,000.00

$1,ODO,DO

Fencing

$2,800.00

$2,800.00

Electrical

$10,500.00

$1D,500.00

Amount UncomPleted

Total Uncompleted

Totals

IS )$ - l$ l $ 11,940.00 l $ 25,750.00

j $ 31,442.00 j $ 7,844.00 j $ 31,125.40 j $ 11,940.00 j $ 51,750.00

Printed on 12/14/2016 Page 12 of 26 BC 57 (Rsv. 08/17/10)

Affidavit of Availability

For the Letttng of 01/00/00vl. ' vzrv

Instnntlons. complete Ihia form by skhsr typ inc or uvmg black ink, "Authorization tc 8ld" will nct be Issued

unless both sides cf this nmn sre completed In delau. Um sdde inner forms es nested tc Sst ss work.

Part L Work Under Contract

List below ag work ycu have under contract ss either a prime contractor or a subccntiacmr. It ls required to Include sg pending low bids rmt yst swarded

or rs/acted. In a /oint ventura, gst only Inst portion of ths work which ls lhe rss ponslblmy af your company. The uncompleted dogm value ls to be baaed upon

the most re cern engineer's or ownem esfrm ate, end must Indude work subcontracted to others. If no work is contracted, show NONE

31 32

Contract Number

Contract With

Estimated Completion Data

Total Contract Price

Uncompleted Dollar Value if Firm ls

the Prime Contramor

Uncompleted Dollar Value If Finn is

ths Subcohtfsctm

Deer aald

10/31/2018

Mein Tawnshlp, Vernon Hills Downem Grove Palatine Perk Dist

INI/2018 10/I/2018 tact/2015

Total Va4e of Ag Work

$ 908,198.10 $ 149,015.00 $ 74,631.90 $ 2361,24S.70 8 (77,913.00 Accumulated Totals

Part II. Awards Pending and Unaompleted Work to be done with your own forcmn

List below the uncompleted dollar value of work for each contract snd awards pending to be completed wilh your own fcrcsm Alt work

subcontracted to others will be listed an the mverse of this farm. In a /oint venture, list only that portion of the work ta be done by your

oampeny. Ifnowork la contracted, show NoNE Accumulated

Totals

Earthwork

Portland Cement Concrete Paving

HMA Plant Mix

HMA Pavina

Clean 8 Seal Crmas/ Joints

Aggregate Bases & Surfaces 5

Highway, R.R.SWater Strumures

Drainage 8

Electrical

Cover end Seel Coals

Concrete Construcgon

Landscaping

Fan cfng

Guardrail

painting

Sgnlng

Cold Msilng, Planning 6 Rotomggng

Demolitlon

pavement Markings (Paint/

Other Construction (Us0

$0.00

$0.00 $

$

$0.00 $

8

$

$0.00 8

5

3

sa.aa

$

6

sa.aa 8

$

$

6

6

$

8

$

8

Totste 8 . Is . 8 - 3 - ls

Disclosure of this information is REQUIRED to accomplish the sbttutory purpose as ougined In the" iginois Procurmnent Cade." Failure fn comply will result in

non issuance o', an 'Authorizatio to Bldy This form has been ago/cued by the Statdpomis Management Center.

Printed on 12/14/2016 Page 13of 26 BC 67 (Rsv. 96/17/10)

Part ill. Work Subcontracted to Others

For each contract described in Part i, liat all the work you have subcontracted to othem.

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

31

Tree Care

$3,045.00

$0.00

Pavement Marking

$ 9,000.00 $

$ $

35

Fencing Electrical

27,500.0D $ 3,000.0D

$

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Landscaping Layout

39,595.0D $ 3,000.00

$ 9

Striping Pavement Marking

6,728.00 $ 3,150.00

$

Type of Work

Subcontract Price

Amount Uncompleted

Subcantrector

Type of Work

Subcantract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Pdcs

Amount UncomPletsd

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

$

$

Full

ls

Tree Care Tree Care

6,870.00 $ 400.00

$

Depth Reclsmatian

214600 00 l

Total Uncarllpleted

Totals

I 3 - I s.s,o45.oo I 9

Is - Is - IsI $ 9,900.00 I $ 295,293.00 ) $ 9,550.00

Printed on 12/14/2016 Page 14 of 26 BC 57 (Rev. 08/17/10)

Q+Wm,n Osssrlmsnl

r cmv «slslwls nc v vs «vw snl

szrsl

Affidavit of Availability

For the Letting of 01/00/00

Inslnmtlons: complete Isis smn by either typing cr mns black ink. "Auzrcrizsbon lo Bid" will not cs Issued

unless boih sides or this ronn we completed In dales. Oss sddhicnsl forms ss nsedsd tc liat el work

Part L Work Under Contract

List below all work you have under cormsm as either a prime contractor or e subcontnlmor. It ls required to include eN pending low bkls not yet awarded

or rejected. In a joint venture, Nst only thai portion of the work which ls the rse ponslbalv of your company. Iha uncompleted dnNar value is to be based upon

ths most recent engineer's or owners estimate, snd must indude work subcontracmd lo cthem. If no wmk is contracted, show NONE

38 40

Contract Numbm

Contract With

Estimated Compls5on Date

Total Contract Price

Deerlield SD 108 Evanston

8/11/2018 8/16/2016

$ 84,000.00 r 388,628.OD

Evsnston

11ll 1/2018

Evan eton

tt/IB/2016

Copenhever

10/3172018

81,231,874.0D $ 881,548.00 $ 203,078.00 Accumulefed Totals

Uncompleted DoNm Value if Finn is

lhe Prime Contractor 8

Uncompleted Dollar Value if Firm is

iha Subcontractor

$ 7,000.00 $ 142,625.00 $

Total Vmue cf All Work

148,825.00

8

$ 149.625.00

Part O. Awards Pending and Uncompleted laork to be dane with your own forces.

List below the uncompleted dollar value of work for each conbncl end awards pending In be completed with your owe forces. All work

subcontracted to others will be listed on lhe reverso of this fwm. In a joint ventura, list only that portion of the work tc bs done by your

company. If no work is contracted, show NONE Accumulated

Tulsa

Earthwork

Portland Cement Concrete Paving

HMA Plant Mix

HMA Paving 5

Clean 8 6esl Cracks/ Joints

Aggregate Eases 8 Surfaces 5

Highway,R.R.B Vwder Structures

Drainage 5

Electrical

Cover end Seel Casts

50.00

$0.0D

$10,000.00 8

$D.OO $5,000.00 $

$0.00 $10,000.00 8

$0.00 50.00 3

$ 10,000.00

$

8

10,000.00

$

5,000.0D

Concmta Colwtrucdcn

Larldscaplng

Farrcrng

Guardrail

$0.00

$5,000.00

$0.00 8

$2,075.DD $ 7,075.00

Painting

Sklnlrlg

Cold MNling, Plscnmg & Rctomgllng $

Demolibon

5,800.00

$0.00 $

5,800.00

Pavement Markings (Paint)

other construction (Ust)

Totals

5,0DO.OD $

8 $ B,oog.oo I 5 37875.00 8

5,000.00

8

4z,67580

Disrzosure of this infonnaNon is REQUIRED ta accomplish the slalulory purpose as ouNlned in the lginois Procuremsnt Coda." FsNme lo comply wiN result rn

non-issuance of an "Aulho/ization to 8idy Ttds fo.rr; Itas been appvnred by the Stets Fanon Management Canter.

Printed an 12/1 4/2018 Pape 15 of26 SC 57 (Rev. 08/tr/toi

Part ill. Work Subcontracted to Others

For sech contract described in Part I, list ah the work you neve subcontracted to others.

Subcontractor

38 39 40

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Irrigation. Brick Paving Brick Paving

$ 3,600.00 $33,675.0D $75,512.50

$ $0.00 $30,000.00

Type of Work

Subcontract Prirnr

Amount Uncompleted

Subcontractor

Eledriical

$74,723.50

$0.00

Layout Color Coating

$41,500.00 $ 40,000.00

sa.ao 3

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Fencing

$

$

Pavement Marking

895.00 $6,000.00

$2,000.00

Electrical

$53,157.50

$10,00D.DD

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

Pavement Marking

$8,557.50

$0.00

Tree Care

$6,500.00

$0.00

Site Video Fendiig

$27,500.00 $9,650.00

so.oo $9,85a,aa

Sewer Televising

$2/.500.00

$0.00

Landscaping

$ 65,025.00

$ 5D,ODD.DD

$3,465.00

$0.00

Tree Cs/e Pavement Marking

$5,240.DO $15,050.00

$0.00 $5,000.00

Type of Work

Subcontract Price

Amount Uncompleted

Total Uncompleted

Totals

lsIs

ls - ls94,576.00 I s

Layout

$ 10,000.00

$

2.9oo.oo I 9 104,650.00 I $

141,415.00 I 9 271,910.DD I 5

Printed on 12/14/2016 Page 18 of 26 BC 57 (Rsv. 08/1 7/10)

Ov«=""=S NC "I IN

NN uwsnulumvoN N.Nswnnuv 2 22222

Affidavit of Availability

For the Letting of 01/00/00

Inslnursonu: complete Imr farm by shhsr I/ping or usus su/ck slu. 'Aulhcrisssorr lo Nd" will ncl I/O issued

urssss both sides of this /crm sre completed In dslslt Uve sddlvonsl /amis ss needed tc 1st ss wc/k.

Part i. Work Under Contract

List below ag work you have under contrad as either 9 prime conlmdor or s subconlrsclar. It ls regulrad la Indude sg pending low bkls not yet swarded

or reJacted. In s Joint venture, list only that portion of the wmk which le the rssponslbglty of your ourn puny. The uncompleted dollar value Is to be based upon

the most recant engineer'2 or owners estimate, and must indude work subcontracted lo others. If no work is contracted, show NONE

Contract Number

Cantracl With

41

Hogmen Estates Glsnvisw

43

Nhes

81834

IDOT, Elmwood Park

Estimated Compfedon Date

Total Contract Ncw

10/28/2018 II/I 5/201 5 ILV15/2018 8/28/201 5

$ 229,776.82 $ 1,032,D79.00 $ 405,000.00 $ 294,727.33 $ 12D,261.00 Accumulated Totals

Uncompleted Dolar Value if Firm is

the Prime Conhactor

Uncompleted Ddler Value If Firm is

the Subcontractor

8 $ 39,163.55 $

Total Vdue of AD Work

3 39.153.55

8

$ 39,163.55

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

List below the uncompleted debar value of work for each contrad end awards pending lo be completed with your own forces. Ag work

subcontracted lo others will bs gated on me reveres ol Ibis form. In s Joint venture, get only that poltlon of tlu! wmk to bs done by 'your

company. Il no work is contmcted, show NONE Accumulated

Totals

Earthwork

Portland Cement Concrete Paving

HMA Plant Mix

HMA Paving

Clean 5 Seal Cracks/ Joints

Aggregate Bases a Surfaces

Highway, R R.a Water Structures

Drainage

Electrical

Cover snd Seal Coed

Concrete Construcgon

Landscaping

Fencing

Guardrail

Painting

Signing

Cold Mggng, Plennire 8 Rotondfgna

Demolition

pavement Markings (Paint)

Other Construction (Ust)

$0.DD $

3ID.DD 8

$0.DD

$0.00 8

$0.00

8

$0.00 8

8

8 5,000.00 8

$ 6,000.00 Ib

$

$ 5,000.00 8

$ 5,000.DD

8

$ 6,000.00

$ 5.00000

Totals 8 1$ 18,000.00 I 8 I$ I 8 ($,0IMSD

Disdosure of Ihis informa5on is REQUIRED to accomplish ths shlhdnry purpose as ougnsd in ths" glinois Procwement Code." Failure to comply wilf result in

non-issuance of aa "Adhcrfsaticn to aidy This form has.Lean approved by ms Brats romls Management Cenhn.

Printed on 12/I 4/2018 Page 17 of 26 BC 57 (Rev. 08/17/10)

Part IIL Work Subcontracted to Otnsm

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

Subcontractor

TYpe of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

41

Fendng

$4,072.00 8

$0.00 $

Tree Care

$ 2,550.00 $

$ $

42

Fencing Landscaping Layout Electrical

7,800.00 $ 24,163.55 $ 6,500.0D $ 7,200.00

24,163.55 $ $

Irrigabon Layout Pavement Marking Pavement Marking

10,000.0O $ 8,5DD.DD $ 3,175.25 $ 5,220.DD

$ $ $

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 Prica

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

12,650.00

Pavement MarKing

$ 2,728.00

8

Tree Care

$ 1,216.00

$

Tree Care

375.00

$

Tme Care

$ 5,500.00

$

Amount Uncompleted

Total Uncompleted

Totals

l8 lo I $ 24.183.55I 8 -I 8

8,622.00/ $ 30,55o.oo/ 8 38,887.55) 8 to,o51.25t $ 17,820.00

Printed on-'2/44/2016- Page 16'of26"'C57 (Rev. 08/17/10)

SWS 8 88 P I PPI 8FJ

Affidavit of Availability

For the Letting of Ot/t)O/OO

lwmucllons: oomplsls this lcnn by either lyplng or uwrs black Ink. "Aulhomswm lo Qld" wfl nol be issued

urmes both sides 8/ this form sre completed In dslsk uss scdisonsl farms ss nssesd tc lsl sll work.

Part L Work Under Contract

List below aN wmk you have under contract as either 8 prirme condsctor or 8 autrconlremor. It ls required lo inckrde 85 pendlrlQ low bids not yet awarded

or re)ected, In 8)oint venture, Nst rmly that portion of the work which is ths rssponslbNNy of your company. The uncompleted doNar value ls to be based upon

ths mast recent erainesr'8 or owners esgnlste, and must indude work subcontrammf to others. If no work is contracted, show NONE

Contract Number

47 43

Contract With

Estimated Completion Date

Total Contmrn Price

Uncompleted 08Nar Value if Firm is

the Prime~Uncompleted DCNsr Value If Ftrm ls

tha Subcontractor

Mannheim SchoolCsrpsntsrsvyle Dist. 53 Oskbrook

30 Wrk Dey $30/2017 12/I/2015

$ 124,203.75 8 382,570.00 $ 31,710.00

$ 1DD,DDO.OD

8 8

Total Vdm of AN Work

Accumulated Totals

$ 100,000.00

5

$ 100,000.00

Part N. Awards Pending snd Uncompleted Work to be done with your own forces.

List below the uncompleted dollar value af work for each contract and awards pending io bs completed with your usm forces. AN wmk

subcontracted to others whl be Nstsrl on the reverse of this form. In 8 )oint ventura, Nst only that portion ot the work tc ba dona by your

company. If no wmk Is cont tsolsd, show NONE Accumulated

Earthwork

Pomand Cement Concrete Paving

HMA Plant Mix

HMA Paving

Clean 8 Baal Cracks/ Joints

Aggregate Bases 3 Srrrfscss $Highway,R.RE water structures

Drainage

Elemricel

Cover and Seal Coats

Concrete ConstrucNon

Landscaping

Fencing

Euardrsil

Painting

Signing'old

MNNng, Planning 8 RotomNNng

Demolition

Pavement Markings (Paint)

Other Construction (Usl)

3

$

8

$

$

3

5

8

$

$

$

$

8

8

3

$

$

5

5

Ttrisla /$ 3 - 8 IN . IN

Disdosure of this information is REQUIRED to accomplish ths statutory purpose as ouNmed in the Nlinois Procurement Cade." Failure lc comply wit rspr I d

non issuance of an fAulhorization lo Bidrc This foun hns bean uppnn/e'd Oy'tfrn Shits Forms Management Center.

Fffinted on 12/14/2018 Page 1$ of 2$ BC 57 (Rsv. 08/lymo)

Part III. Work Subcontracted to Others

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

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontmctor

Type of Work

Subcontract Prks

Amount UncomPleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Wmk

Subcontract Price

Amount Uncompleted

Subcontradnr

Type of Work

Subcontract Pr/ce

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Total Uncompleted

Totals

$

IsIs

47

Pavement Marking

$2,700.00

$0.00

Fenrring

$100,000.00

$100,000.00

$

I 8 1oo,ooo.oo I 5

1oa,Too.aa I 5

fsis

49

fsis

50

Printed on 12/14/2016 Page 20 of 28 SC 57 (Rev. 08/17/10)

NnoIa Department

N

of 1fatnsportattonImw N Co N 222

NNNrvcsmmtINN 2 IN II INNNN* 622IN

Affidavit of Availability

For the Letting of 01J00/00

Instruotlonn complete eris form by either lypinp or uaetp bfsck Ink. "Auctoriroccn tc aid" will not btr issued

unless both sides of this form are complelsd In dslslt UIN sddolonsl forms ss needed tc list ell work.

Part I. Work Under Contract

List below sg work you ttsve under contract as either a prime contractor or a subcontnmior. It Is rahulred to induce sll pendlnp low bids not yst swarded

or raJected. In a Joint venture, gst only that pohlon cf ths work which ls tha rsspanslbtpbr of your company. The uncompleted dollar value is to bs based upon

the most recent engineer's or owners esgmste, snd must Indude work subcontracted to others. If no work h contracted, show NONE

Contract Number

Contract With

Estimated Completion Date

Total Contract Price

Uncompleted Donar Value if Firm is

the Prime Confrncfor 8Uncompleted Dogsr Value if Firm is

the Bubcontraclor

51 52 53

Even eton

gl25I2015

$ 1,100,4T7.40

$ 10,000.00 8

$ 8

Total Vskw of Afi Work

Accumulated Totals

$ 1D,ODO.OD

8

$ 10,000.00

Psk II. Awards Pending snd Uncompleted Work to be done with your own fomes.

List below the uncompleted dogsr value cfwork for each coreraot and awards pendlraf lo be completed with yhc own forces. Ay work

subcontracted to clams will be listed on the reverse of this form. In a Joint ventura, Iht only that portion of the work to bs done by your

company. If no work ls contracted, show NONE

Earthwork

Poriland Cement Conwete Paving

HMA Plant Mix

HMA Paving

Clean 5 Seel Cracksl Joints

Aggregate Bases 8 Surfaces

Highway,R.R.& Water Structures

Drainage

Emmricst

Accumulated

Totals

8

$

$

8

8

$

$

8

Cover end Seel Costs

Concrete Construcpon

Lsttdscaplrtg

Fendng

Guardrail

Painting

Sgntng

Cold Mlglnp, Planning 8 Rotomfglng

Oemoliaon

Pavement Markings JPaint)

Ouwr Construction IUsg

8 5

$ 5.000.00 $

$ 5,000.0D 8

5,000.00

$

8 5,000.00

0

8 8 8 - Is to.pao.ools

Disclosure of this information is RECIUIREO to accomplish the statutory purpose as ouaned In the"glinois Procmement Code

non isa uanm cf an "Auamrizndon to aid 1 1)m tot m hss bosn approved by the stets Fonna Mdiihg mme'rit center.

I 8 ig,aoa.oc

20,000.00

Fmrlure to comply will result jn

Printed an 12/14/2018 Page 21 of 25 Bc57 JRsv. Dsityi10)

Part III. Work Subcontracted to Others

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

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontrarrior

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

Subconusctor

Type of Wo/k

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Totai Uncompleted

Totals

IsIs

51

Is Isls

53

Electrica I

$ 68,079.00

8

Fencing

$ 3,660.00

$

Landscaping

$ 2,758.05

$

Layout

$ 25,000.00

$

Special Waste

840.00

3

Tree Care

$ 5,955.00

$

Is Is118,69o.65 I 8

Pavement Marking

s 11,976.6o I

$

Signege

$ 600.00

$

55

Printed on 12/14/2016 Page 22 of 28 SC 57 (Ikev. 08l17l10)

swwo.m~ewe wpp o mm pm pll srv

P PP/PI

Affidavit of Availability

For the Letting of 01/00/00

uvmuvtlons complete Ihl ~ form by skhvr typing or vying black Ink. "Authwlwdcn tc Bid" wbi not be lsswd

unleek cclh sides cf this form we ccmplslsc in smail, Use vcdhionsi forms av needed Io list as work.

Part I. Work Under Contract

List below as work you have under contract as either a prtma contractor or a subcontrarnor. It ls requimd to inctuds ss pending low bids not yet swarded

or rejected. In a joint venture, sst only thai parson of the work which ls ths responslbaly of your company. The uncamplsted dollar value is to be based upon

the most recant engineer's or owners eslhnste, and must kldude work subcontracted lo others. If no work ik contracted, show NQNE

Contract Number

Contract INlth

Estimated Completion'Data

Total Contract Price

Uncompleted Doser Value if Firm ls

the Prtime Conbacmr

Uncompleted Dollar Value If Firm is

thl! Bubcommckw

57 58

Total Value of AS Work

Accumulated Totals

Part II. Awards Psntgng and Uncompleted Work to be done with your own farces.

List below the uncompleted dollar value of work for each contract and awards pending to be completed wuh yaur cwn farces. Ag work

subcontracted to olhers will bs listed an lhe reverse of this fwm. In a joint ventura, Bat only that portion of de work to ba done by your

company. If no work ls contracted, show NONE

Esrthwork

Portland Cement Concrete Paving 8HMA Plant Mix

HMA Paving 8Clean a Baal Cracks/ Joints

Aggmgsts Bssss 8 Slrrfacsa

Highway, R.R.SWelsr Structures

Drainage 8

Elemrtcal

Cover snd Seal Costs

Ccrlcmky Ccnstlucdon

LsndscsPlng

Fencing

Guardrail

Painting

Signing

cold Msgng, planning 8 Rotomggng sDsmolltlon

Pavement Markings tPaint)

Other Construction ILht) 8

Accumulated

Totals

Totals Is I 8 8 - 8 ~ ls Is

lbsciosure of this information is REQUIRED to accomplish the sfatulory purpose as ouaned in the" Blinois Pnkknsment Code."

non-issuance of an Augrorization to Bidy This form has been appraved by the Slats Fonna Management Center.

3

Failure to comply will result in

panted an 12IIsi2018 Page 23 of 28 BC 57 (Rev. 88/tyft8)

Part III. Work Subcontracted to Othem

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

Subcontrarrior

Type of Work

Subcontract Price

Amount Uncompleted

Subcontmrdor

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

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Worir

Subcontract Prics

Amount Uncompleted

Total Uncompleted

Totals

57 60

Printed on 12/14/2016 Page 24 of26 BC 57 (Itsv. 08/17/1 0)

Ianolv oecerlmmt

rmmo k p v rifle s-r~4 Il mrm

I S((55$SARV SHEETS I Affidavit of Availability

For the Letting of

Instructions: compl ~Ie mh Iomi by arthsr typing cr riving black Ink. "Authcrlra&m Ic elc" wsl nci bs Isvusc

umssv both sides of this lien sm completed In dstsh, umi sddltlcrvil farms mr nssdsd tc liat sll work.

Part L Work Under Contract

List below s3 work you have under contract es either a prfme contractor or e subcontractor. It is required to include 65 pending fow bids rtot yst swarded

or nsjeCted. In s jolni venture, Ust only dmt por gun cf the work whwh ls the rssponsiblUty at your company. The uncompleted dogsr value ls to be based upon

the most recent engineer's or ownsm sslknate, and must Induds work subcontracwd to others. 6 no work ls contracted, show NDNE

Contract Number

Contract With

EsUmstsd Compledon Date

Total Contract Price

Uncompleted Dollar Value if Firm is

the Prime Conlramor

Uncompmtsd Dcusr Value if Firm ls

Ihe Subcontramcr

Part 6. Awards Pending and Uncompleted Work to be dane with your own fonsm.

Total Value of AU Work

SUMMARY

Accumulafsd Totals

8,934,706.75

8

8 6,634,705.75

List below the uncompleted dollar value of work for each conbaol snd awards pending to be completed with your own forces. AU work

subcontracted to others wgl be listed on the reveres of this form. In s joint venture, list only that pcriion of the work to be dane by your

company. Ifno work le contracted, show NONE

Earthwork

Portland Cement Concrete Paving

HMA Plant Mix

HMA Paving

Clean 5 Seal Cracker Joints

Aaareaate Bases 6 Surfaces

Highway,R.R.J Water Structures

Drainage

Electrical

Cover and Seel Costs

Conmats Construcaon

Landscaping

Fencing

Guardrail

Painting

SNnina

Cold Magna, Pianning 6 Rotomggna

Demolition

pavement Marirings (Mine

Other ConstrucUon (Lisa

571,706.00

Accirmulatsd

Tomls

$ 643,540.00

$

$

$ 383,700.20

8

5

$

$

3

0

8 NISN10.00

$ 226.745.00

3

1

$ 06,0n.as

$ 36JI6200

$

$

$ 310,000.00

Totals 0 5 . ~ 3 5 I$ $ 2,762,362.20

Disclosure of this information is REQUIRED to sccompUeh the smhdory purpose as ouained in the Ulinois Procurement Coda." Failure In comply vill result in

non issuance ofan'Authorization to Bidp This form has been approved by the Stme Fonna hlsnspement Cenler.

'rinted

on 12I14/2016 Page 25 of 2e SC 57 (Rev, orgy Tr1 0)

Part III. Work Subcontracted to Othem

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

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Pdce

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

SUMMARY TOTALS

$

IsIs

$

IsIs

$

IsIs

$

$

IsIs

3

Is4,142,313.86

I, being duly sworn, do hereby declare that this affidavit is a true snd correct statement relating to ALL uncompleted contracts of the

undemigned for Federal, Stats, County, Cily and Private work, including ALL subcontract work, ALL pending low bids not yet awarded

or m}ected and ALI estimated completion dates.

Subscribed and sworn to before ms

dis I Idaye~k(MQ/>OH'otgjj

Pgbgc

My commission expires l I jl 4l~Type or Print Adele Lampignano Pmsident

OIhcer or Dimctor Title

Signari NMu Jr ~~~~r~ r~~a

Company A Lamp Concrete Contractors, Inc.

(No

Address 1900Wright Blvd.

Schaumburg, gllnols 60163

>rinted on I Page 26 of 26 BC 57 (Rev. 06/I 7/1 0}

373

CONTRACTOR'SCERTIFICATION CONCERNING LABOR STANDARDS

ANDPREUAILING WAGE REOUIREMENTS

Ta Contractor.

Date: )anuarv 11,2017Project Number. 1685-15811Project Name Rosejje Rd P Schaumburu Rd

t. The undersigned, having executed a contract with the County of Cook for the construction of theabove identified pm}act, acKnowledges that

(a) The Lstior Standards provisions of the Contract for Construction are inctuded in theaforesaid contract.

(b) Consction of any infractions of the aforesaid condIons, including infractions by any of hisSubcontractors end sny tower tier subcontractors, is his responsibility.

He certifies that

(b} Neither he nor any firm, corporation, partnership or association in which he has asubstantial interest Is designated es an ineligible contractor by the Camptmller General ofthe United States pursuant to Section 5.5(b) of ths Regulations of the Secretary of Labor,Pari 5 (29CFR Part 5) or pursuant to the Section 3(a) of the Davis-Bacon Act, asamended (40 U.S.C.275s-2(a)l

(c) No part of the aforementioned Contract has been or will be subcontracted to anySubcontractor if such Subcontractor or any firm, corp oregon, partnership or asea cistion in

which such Subcontractor has a substantial interest is designated ss an ineligibleContractor pursuant to sny of the aforementioned regulatory or statutory provisions.

Hs egress to obtain snd forward to ths aforementioned recipient within ten days after the executionof sny subcontract, including those executed by his Subcontractor any lower tier subcontractor, aSubcontractor's Certification Concerning Labor Standards snd Prevailing Wages Requirementsexecuted by the Subcontractors.

He certifies that:

(e) Ths legal name end ths busi}tees address of ths undersigned are:

(b) The undemigned is (check one):Sole ProprietorshipPartnershipCorporationOther Organization (Describe)

(c) The name, title and addmss of tha owner, partnersor oaicers of the undersigned are:

TITLE ADDRESS

Adele Lampignano President 1900Wright Blvd Schaumburg, IL

374

Adele Lampignano

Adele Lamrrignano

Secretary. 1900 Wright Blvd. Schaumburg, IL

Treasurer 1900 Wright Blvd. schaumburg. IL

(d) The name snd address of all other persons, both natural snd corpomte, having asubstantial interest in the undersigned, and the nature of the interest sre (ifnone, so state):

NAME ADDRESS NATURE OFINTEREST

N/A

(e) The names and addresses and trade classifications of sll other building constructioncontractors in

which the undersigned hss a substanaial interest is (if none, sc state):

NAMECLASSIFICATION

ADDRESS TRADE

N/A

DATE Ianuarv 11,2017

A Lame Concrete Contractors, Inc.CONTRACTOR

xe: saM.SION)LTURE Adele Lenrpianklo, President

375

SUBCONTRACTOR'S CERTIFICATION CONCERNING

lABOR STANDARDS ANO PREVAILING WAGE RHIUIREINENTS

To Contractor.Jannacy 11,201?

PrNsct Number'. toss-15511PmjmtNama KnecUc Kct Np sctltntmDllcg Rt).

The undmslgned, hattng mmcuted a contract wgh A Lamn Crtncactn Cantracbuvs. Inc.

>,~o"kJgu@ of Work]

Intheamountof$ Lf.'SION-fc« In Ihe cousoucgon of theebmmddengllsd pro)sot, cergges that.

(s) Tlm Labor Standards pandsions of the Cortkard for Con'strucliori aminduded in the afonmaid contract.

(h) idrdlher he nor sny gnn, cmporagon, partnership or associagon lo shbh he hac s subslangal interest isswgnstad es sn ietltgibis contractor by Sm Comptroller Genenl of the United Slake pursuant to

Section 58(b] of ths Regulsgons ot ths Secretary of Labor, Perl 5 (29CFI\ Pert 5) or pursuant lo theSscgcn $(a) of the Davis Seeon Act, es emend (40 U.S.C, Rpgs-y(a))

(c) Ido part of the aforemengonsd Contmct has bern or wlk be eubcontmmed to eny Subconhactor if eut'.h

SubcontractororanySm,corporation, ptneeehkrcr asecdatlon kt which such Subconkactor has asubslangal Interest ls dsukinsted as an Irmgglble Contractor pursuant tc sny of the aforementioned

mgulalory or statutory pmvisions.

Ite agmes lo obtain snd fonvard tc the aforemengoned recipient wghin Ien deyi alter ths execution cf anysubcontract, incllrdlrig those executed by his Subcontractor sny lower Nw subcontraclor, a Subcontractor's

certillcsgon concerning Labor standards and prevailing wages imquirsmente executed by IheSubcontmctcrs,

The wmkmen will repori for dtdy oo

(f)vde)Re certges that:

(a) Ths legal name and the business address of the undsuigneri are:

(b) The undundgned is (check one):Sole Pfopflstcrslllp

Partnership

CorporationDgmr Orgahletlon (Descdbs)

Icl The nemo and address of ths owner, partners ormficers of the undersigned ere:

Per lzoJ«(IATE

NAkllE TITLE ADDRESS

PPQ4-~I- 178Y4~A'~~«~ C~5!0'0A/,~/F/6>:~ E «'

~'-

gP~~SUSCCNTRACTQR SIGNATURE

To Conbsctan

SUBCONTRACTOR'8 CERT)FIOAT(ON CONCERNING

LABOR STANDARDS Ah(D PREhrAILING WAGE REQUIREMENTS

)annarv 11,2616pm)ect Number I bvdbr W.- lrnvdgl L .pm(sct Name e~llrr turn. B7~'LiluNuu)dvt@L

The usdendgnsd, hevlhg executed acontractwgh A Lsnrp Concnus Conrracrora tnc.

fcr ~X ALOXVAR iDebus'of Work)

Inlherimtofg l.~ in Ihs ccmdmcgnd theshove(denMed pro)ect, aerggas grat:

(e) The Labor standards pmviulons of the contmct fcr conshucgori ws hrchded In the atcmssM contract.

(b) Negher hs nor any dna, ocrporagon, pshmrship or ssnodsgonbr which he has e ssbslaNal Inlerest isdmtgnatad as an hmgggxn contnwior by Sm Comptroller Genmal of the United Shdes pumusnt toSs4lon 5.6(b) of tha R16utsgonv of the Semslery of Labor, Perl 6 (26CFR Part 5) or pursuant to thesecgon 5(s) of gis Dante bacon Act, asamendsd (40 U.s,c.2wsge)I

(c) lao peri of the efommsngcned contract hes been or w6 be~to any uhconhvmor if suchSubcontractor or any gmi, corpcragon, pmhrmsMp or aecolni'on D whhh such S~r hau asubshmgal Internet hr designated as an hmgglbla Contour punnsnt to sny of gm sforsmangcned

raguhdory or stetulmy pnnxdonc.

Its agee lo obtain and tmwmd to thd aforsmngonsd reclptent vdgdri ten days ager tile exacugnn of anysccnnfra4 Indudlng those executed by his Subcontractor any loner ger subaoctmotor, a Suhcontramcr's

Cerggcsgcn Concemhrg Labor Standards end Pmveglng Wages Requimments executed hy IheSubcoctrsdam,

3. TheucdmumvNlrepmtfordtdyon

4. Hs csrdges that:{Dale)/

il / r(

(s) Ths legal nmne end the business address of the undesigned sre:

(b) The undandgnedin(chsch anal.Sids Proprietmship

Psrtnershlp

CorporationGiber Drguntxsllon(Describe}

(o) Ths name snd address of ths owner, pmtnnm or ctgccrs of the uruhunhrncd are:

hIAIIIE TITLE. ADDRESS

Frets> A(ug PWi')d@+9SSqM4A ('y'~~heQLu.g'~L crt> I<

TRACEDNNATURE

OFFICE OF CONTRACT COMPLIANCE

JACQUEUNE GOMEZ

DIRECTOR

116 N. Clark, County Building, Room 1020 ~ Chicago, Illinois 60602 ~ I312l 603-5502

February 27, 2017

TONI PRECKWINKLE

PRESIDENT

Cook County Board

of Commlsslonors

RICHARD R BOYKIN

1st District

ROBERT STEELE

2nd District

Ms. Shannon E. Andrews

Chief Procurement Officer

County Building. Room 1018

Chicago, IL 60602

Re: Contract NO.1885-15811

Roselle Road at Schaumburg Road

Department of Transportation and Highway

JERRY BUTLER

3rd District

STANLEY MOORE

4th Distriict

DEBORAH SIMS

5th District

EDWARD M. MOODY

6th District

Dear Ms. Andrews:

The following bid for the above-referenced contract has been reviewed for compliance with lhe Minority- and

Women- owned Business Enterprises (MBE/WBE) Ordinance and have been found to be responsive to the

ordinance.

Bidder: A Lamp Concrete Contractors, Inc.

Contract Value: $889,351.00

Contract Goal; 10% MBE, 5% WBE

JESUS G. GARCin

7th District

LUIS ARROVO, JR

6th District

PETER N. SILVESTR]

9th Distrld

MBE/WBE

Electrical Resource

Management, inc.

Alas Trucking, Inc.

Vilber, inc.

Status

MBE (8)MBE (9)WBE (7)

Certifvina Aaencv

City ofChicago

City ofChicago

City of Chicago

Commitment

10'ys @iieet)

.1%(Direct)

5% iDirectl

Total 15.1%(Direct)

BRIDGET GAINER

10th District

JOHN P, DALEY

11th District

The ONce of Contract Compliance has been advised by the Requesting Department that no other bidders are

being recommended for award. Original MBE/WBE fokme were uSed in the determination of theresponsiveness of this contract.

JOHN A. FRITCHEV

12th District

IARRY SUFFREDIN

13'Ih District

GREGG GOSIIN

14th District

nMOTHY 0, SCHNEIDER

13th District

JEFFREY R, TOBOLSKI

16th Disinct

Jacqueline Gomez

Contract Compliance Director

JG/ate

Cc; Ligian Lee, OCPO

Elaine McLaughlin, DOTH

Alex Anderson, DOTH

SEAN M. MORRISON

17th District $ Fiscai Responsibility f Innovative Leadership Transparency st Accoontabilitv f.v Improved 5ervices

BEBE/WBE UTILIZATION PLAN - FORIVI 1

BIDDER/PROPOSER HEREBY STATES thai sil MBEAVBE ilrms included in this Ran, are cerlllled MBEs/WBEs by at least one of Ihe entlles listed in ihs GeneralConditions -Section I g,

BIDDER/PROPOSER MBBWBE STATUS: (chsck the appropriate line)

X Bidder/proposer is a csrtl/led MBE or WEE Inn, (If so, altach copy of current Leiisrof Csrcficaiion)

Bidder/Proposer is a Joint Venture and one or more Join( Venium partners are cwlilled LIBEs or WBEs. (Ii so, ahach copies of Leuer(s) ofcertification, s copy of Joint venture Agreement clearly describing the role of the MBE/wsE firm(s) end ils ownership interest In the Jointventum and a complelsd Joint venlure Athdsvtt- available online et nwwmokcoltptvusovlcostrectcrdaftiil

Bidder/proposer ls nol a csrlif/ed MBE or WBE firm, nor a Joint Venlure wilh MBE/WBE psrlners, bui will uBize MBE and VVBE firms eitherdirectly or indlrscfy in the periormsnce ol grs Contr act. (If so, complete Sections Ii below and the Lsiier(s) of intent —Form 2).

D/rect Participation of MBE/WBE Firms Indirect Pargcipstlon of MBEIWBE Firms

NOTE; Where goals have not been achieved through direct participation, Bidder/Proposer shall Include documentation outgoing efforts toachieve Direct Participation at the time of BldlProposal submission. Indirect Participation will only be considered after all stforts toachieve Direct Partlclpatton have been exhausted. Only after written documentation of Goad Faith Efforts is received udll IndirectParticipation be considered,

MBEs/WBEs thai will perform as subcontractors/suppliers/consultants Indude the following:

B BE Firm: Alas Tucking

Address: 389 lhehna Ct. Wheeling, II.50090

E-maik alas truckingC>Yahoo.corn

Cmtaci person,'ernando Alas

Dollar Amount Patlclpadon: g I I OOO

Percent Amount of Parfrdpation: Lr fs

'Letter of Inienl attached'/ Yes X'Current Leiier of Cedilicalion altached2 Yes X

phon,, 8 7-980-7910

No

No

phonm 847-338-7558

MBEBE Itm Vilber, Inc.

1734Avalon Ct. Glendale Heights, IL 60139

Evnail stmda)iaCm)rahoo.corn

Contact PersonD&a 8~on

Dollar Amount psrgdpationr g 4R. dytyry

Percent Amount of Pargdpsiion: S Id/

'Leller of Inlsnl allachedy Yes X No

'Current Letter of CerNlcation elteched2 Yes X No

AI/ach sdd///ons/ shee/s as needed,

'Letter(s) of Intent and current Letters of Certification must be submitted at Etc time of bid.

M/VVBE Utilization Plan - Form 2 Revised: 02/29/2014

376

„MBE/WBE UTILIZATION PLAN - FORM 1

BIDDER/PROPOSER HEREBY STATES Ilwl sll MBE/WBE lima induded b Ibis Plan wa cerllf/ad MBEs/WBEa by sl least cns of Sre entitles lie(ed In ihe GenersiCond/lions -Section fg.

BRIER/PROPOSERMSBWBE STATUW (chedr the appropriate line)

8/dder/Proposer is a certified MBE or wBE firm. (If so, aliach copy of current Letter of Cernfcallon)

Bidder/P/opossr ls s Joint Vsnlvra and one or mors Joint vsnlum pwlnera are corllf led MBL's or WSEa, (Ii so, allsch copies of Loller(s) oiCsrlltcsllon, a copy oi Joint Venlurc Agreerneni dearly describing the rc/o ol Iha MIMNBE fern(s) snd lla ownemhip interest In Ihe Jointventura snd s compbled Jolnf vanlure Asldavll - available online el ~vntyifdgvbgiruredrktn3Ulancg)

Bidder/Proposer is not s certified MBE or wBE firm, nor a Jolnl venlure with MBE/WBE partners, bul will utilize MBE snd WBE firms ellhwdlreclly or Indirectly In the performance cf Ihs ccnlracl, (If ao, complete seciions II below and Ihe Le lier la) of Intent - Form 2).

II. fQ Olroct ParllclPauon of MBE/WBE Flmrs ~ Indirect Pargclpatloir of MBE/WBE Firms

NOTE; Where goals have nol bean achieved througl) direct pettlclpstlon, Bidder/Proposor shsll Inclurfe documentation outllohig efforts toachieve Dileet Participation at tha time of Bid/proposal sulsnlsalon, IndIrect Participation wgl only be considered after ag efforts toachieve Direct Participation have been errhausted. Only after written documentation of Good Faith Efforts ls received will IndirectParticipation be considered,

MBEa/WBEa thai will paten as subcontractors/suppliers/con sullsnb include Ihe foll/Iwfng:

MBE/WEE Firm:~ty L'Qcj,CILIA Qs.bOIZE(!p JJJILELILE~ILJTIEQ

Addms'... i&~j r) al~~L.L ~'LCJhf)B () Le( 4contact Pervert ~E~?/IEEL L, Qtttr) c)r f>honrc 3QDollar Amount Parlblpegon: $ . 33„.8 '1'.9.,.QS

Percent Amount of Pergdpslion. LO~Oref

"Latter of Inlenl sltached'/ Yes"currant Lellar ofcersfbsi/on ellacbed'I Yea

No

No

MBL'/WBE

Firm,'ddmasr

E.malb

Collect Person:

Dollar Amounl Psrllolpsllon: $.Pement Amount of Parlldpsllon:

'baler of blent sttached7 Yos'Cwent Leller of Corllgcallori ellached7 Yes,

Phorro:

No

No

Arieo/r rrdd///ons/ s/we/s as needer/,

"Letter(s) of Intent and current Letters of Corti/ication must be submitted at the time of bid,

M/WBE Utifizatlon Plan - Farm 1 Revived: 01/29/?0'gJa

JUN 10 3012

DEPARTMENT OF PROCUREMENT SERUIOES'ITYOF CHICAGO

Fernando AlasAlas Trucking Inc389 Thelma CtWheeling, IL 60090

Dear Mr. Alas:

We are pleased to inform you that Alas Trucking Inc has been certified as a MinorityBusiness Enterprise (MBE) by the City of Chicago. This MBE certification is valid until

June 1, 2017; however your firms'ertiTication must be re-validated annually.

As a condition of continued cerfification during this five year period, you must file anannual No-Change Affidavit. Your firm's No Change Affidavit is due by June 1, 2013.Please remember, you have an affirmative duty to file your No-Change Aflidavit 60 daysprior to the date of expiration. Therefore, you must file your No-Change Affidavit byApril 1, 2013.

It is important to note that you also have an ongoing affirmative duty to notify the City ofChicago of any changes in ownership or control of your firm, or any other fact affectingyour firm's eligibility for certification within 10 days of such change. These changesmay include but are not limited to a change of address, change of business structure,change in ownership or ownership structure, change of business operiticns,"irld|5rgross receipts that exceed the program threshold.

Please note —you shall be deemed to have had your certification lapse and will beineligible to participate as a Minority Business Enterprise (MBE) if you fail to:

file your No Change Affidavit within the required time period;provide financial or other records requested pursuant to an audit within therequired time period; ornotil'y the City of any changes affecting your firm's certilication within 10 days ofsuch change.

IS1 NORTH LASALLE STRRRT, ROOM 49S, CHICAGO, ILLINOIS 60BSS

Page 2 of 2Alas Trucking Inc

Further, if ycu or your firm is found to be involved in certification, bidding and/orcontractual fraud or abuse, the City will pursue decertification and dsb'arment. And in

addition to any other penalty imposed by law, any person who knowingly obtains, orknowingly assists another in obtaining, a contract with the city by falsely representingthat the individual or entity, or the individual or entity assisted, is a minority-ownedbusiness or a woman-owned business, is guilty of a misdemeanor, punishable byincarceration in the county jail for a period not to exceed six months or a fine of not lessthan $5,000.00 and not more than $10,000, or both.

Your firm's name will be listed in the City's Oirectoiy of Minority and Women-OwnedBusiness Enterprises in the specialty area(s) of:

NAICS 484110 - General Freight Trucking, Local

Your firm's participation on City contracts will be credited only toward Minority ownedBusiness Enterprise (MBE) goals in your area(s) of specialty. While your participationon City contracts is not limited to your specialty, credit toward goals will be given onlyfor work done in the specialty category.

Thank you for your interest in the City's Minority and Women-Owned BusinessEnterpdse (MBE/WBE) Program.

JLR/vtw

"limgl'RPARTMRNT

CR PROcvRRMRNT SRRvicss

CITY CP CHICAQO

glL g1205

Delis SimonVilber, inc.1734 Avalon Ct.Glendale Heights, lL 60189

Dear Dsiia Simon:

We are pleased to inform you that Yllber, inc. has been cerfiflsd as s Womsn~nsdBusiness Enterprise ("WBE"j;by the City of Chicago ("City"). This WBE csrtfitcationls vslkl until 7/15/2020; however your firm'0 certification must be revalidated annually.in the past the City hss provided you with an annual letter confirming your certification;such letters will no longer be issued. As s consequence, we require you tc be evenmore diligent in fifing your annual No-Change Affidavit 60 days before your annualanniversary date.

it is now your responsibility to check the City's certificabon directory and verify yourcertification ststuL As a condfiion of continued certificsffon during the five year periodstated above, you inust file an annual No-Change Affidavit. Your fiirrn'0 annual No-Change Atyidavtt is due by 7/16/2016, 7/150017, 7/16/2018, snd 7/15/2018. Pleaseremember, you have an aflirmative duty tc file your No&hangs Affidavit 60 days priorto the date of expiration. Failure to file your annual No-Change Affidavit may iseult in

the suspension or rescission of your certification.

Your firm's five year certification wfil expire on 7/1 5/2020. Ycu have an alfinnative dutyto file for receitBcaffon 60 days prior to the date of the five year snniversaiy date.Theiefore, you must file for recerfffication by 5/18/2020,

lt is important to note that you siso have sn ongoing affirmative duty to nofify the City ofany changes in ownership or control of your firm, or any other fact affecting your firm's

eligibility for cerfffication within 10 days of such change. These changes may includebut are not limited to a change of address,.change Of business structure; change in

ownership or ownership structure, change of business operaffcns, gross receipts snd orpersonal net worth that exceed the program threshold. Failure to provide the City withtimely notice of such changes may result in the suspension or rescission of yourcertlficaffon. In addition, you may be liable for civil penalties under Chapter 1-22, "FalseClaims", of ths Municipal Code of Chicago.

101NoRTH LABALLE sTREET, RooM 00$, cHICAoo ILLINois 8000R

Vlber, Inc. JUL $ 1R05 Page 2 of 2

Please note - you shall be deemed to have had your certification lapse and will beineligible to participate as a WBE If you fail to:

~ File your annual No-Change Afiidavit within the required time period;~ Provide financial or other records- requested pursuant to an audit within the

required time period;~ Notify the City of any changes affecgng your firm's csr5fication within 10 days of

such change; or~ File your rscsrtlfication within the required time period.

Please be reminded of your contractual obiigation to cooperate with the City withrespect to sny reviews, audits or investigation of its contracts and sff)rmstivs actionprograms. We strongly encourage you to assist us in maintaining the integrity of ourprograms by reporting instances or suspicions of fraud or abuse to the City's InspectorGeneral at chlcsgolnspectorgensral.org, or 666-IG-TIPLINE (866%84754}.

Be advised that if you or your firm is found to be involved in certification, bidding sndforcontractual fraud or abuse, the City will pursue decertiTicaticn and debarmsnt. Insddaon to any other penalty imposed by law, any person who knowingly obtains, orknowingly assists another in obtaining a contract with the City by falsely representingthe individual or entity, or the individual or entity assisted is guilty of a misdemeanor,punishable by inmrcertriion in the county jail for a period not to exceed six months, or afine cf not less than $5,000 and nct more than $10,000 or both.

Your Arm's name will be listed in ths City's Directory of Minority and Women-OwnedBusiness Enterprises in the specialty area(s) of:

NAICS Code(s):484220 - Dump trucking (e.g.,gracel, sand, top soil)

Your grin's participation on City contracts will be credited only toward Women-OwnedBusiness Enterprise, goals in your area(s) specialty. While your pariiclpagon on Citycontracts is not limited to your aisa of specialty, cisdit toward goals will be given onlyfor work that is self-performed and providing a commercially useful function that ls donein the approved specialty category.

Thank you for your interest in the City's Minority and Women-Owned BusinessEnterprise (MBEIWBE) Program.

Sincerely,

Jamie L RheeChief Procurement OificerJLR/dm

O lminois Depertrnent af Zionorl:8bonOflice ol 8usiness 8 Workicrcs Divsrsily2800 South Dirksen parkway I springfield, Illinois 62784

October 25, 2018

CERTIFIED-RE1 URN RECEIPT REQUESTED

Mr. Stephen L. DavisElectrical Resource Management, Inc.703 Childs SLWheaton, IL 60187

Desi Mf'.Davis.'he

illinois Deparlment of Transportation (IDDT) lies approved the 20 l5and 20'l6 No Change Affidavit" for Electrical Resource Managernerit, Inc.and determined that the firm r;ontinues to meet DDE eligibility stanrlards topedrx rn work Iowa~ rls DBE, goals

lii order to remain certified and in gr)oci standlilg, ycff illliS't afiiitla(ly sutiiiilta No Change Affidavit. IDOT will send an affidavit form 60 days Iirior tothe firm's next anniversary date.

Should the submitted information charige, you are required tu notifyI DOT's Bureau of Small Business Enterprises (bureau) within 30 days oitlie cliange.

Note: Pursuant to 49 Cl-"I< I"art 26,83(i), whenever there are any changein circuinstancos efhscting yoiir firm's eligibility status, your firm mustprovide written notification to IOOT within 30 days ot the occurrence of thechange. If you fail to make timely notification, it may result in the loss ofyour firm's certification.

if you have any questions, please contact the Bureau of Small BusinessEnterprises at (217) 782-5490.

Debra A. Clark, Acting Bureau ChiefBureau of Small Business Enterprises

. INBE/WBE LEIVER OF INTENT - FORbil 2

Mlwggplmc ALkS ) kliclC.M lA~ csrsfytng AgsnRc LikL Df Ghfrr~0 0

cantsctPerson: f~~Ass cerllscason Expbnsce Dsie: Id ( ( $Addmss: AKR ~M~ eA ~ EthnINly; 465AAAtM

455= l>~l I

PhonmSfl'l}]i) W(cr Fsx: A- 4f-PP FEINt M ~++HEnns: (2(cr0 Trmckrn~dwge.rr0yvv

/Parlnlpsiion: p Dhsct [ ] Indiscl

WN Ihe MIWSE firm be subconlrecgng any of the goods or serrtces of Ibis contract to anotlmr firn'I

] )No [ }Yes-Phaseadach sxplansgcn. Pmpossdgubconlrador(d}:

The undemlgned MIWBE h prepared la pnwMe Sm following Commodgss/Services for Sm above named Pniject Contract. ((imom tunes ls assdsdro hsy dmntbs Nernn Ffmrh papered scope af vmmesdmr pspssnr sahxhh sllsch sddismsfmlsmr)

Indlcah Ihs Dogsr Amount peroentane, sml Ihe'Terms of pevment for Ihe above-descrlbed Conimodglesi Servhes:

THE UNBERSIGNED PARTIES AGREE ihat tbh Leger af Intent vdg become e bindhg Subrantmct Agreement hr the abovewodr, mmdilioned upon (I) Ihe Bidder/Proposers receipt of a sfgned contrast fmm lhs county of cask; (2) Undersigned

Subcontractor remaining compliant wgh all relevant medentlsls, codes, ordinances end shluhs mrtulmd by Cmdrecior, CookCounty, aad Ihe Stale lo perdcfpets es a MBBWBE Srm for the shove work, Ths Unden@ned parties do eho cerdiy that theydldnotagx their sign lo th documenlung sll arsas under Desmlpson of ssrvlcof supplyeod Fee/coslnme completed.

~.r.g-Slgnahsn(IWWB 'Primo Bfd~r}

AQ&%873 A(Q ('l(e]aI srnphrmno,ycmtdsnt

Pd Na PrfntNRrm

AP 7k)CI I ( 0 8 ~.l" AIarnn Concrete Cnntmctors. Inc.pion Nwiis J FSM bhmn

tjTtytlbrt~» ii'. XL/'7 Isnuarv II.2017Dale Dile

Subscrhednsd swornbehra me ~d und swomhihmme

t I'(rIhlsCl'syOf ilk MrllllLA,20 ) I Srh2II)tdayof lenusrv .2016

N~~ig~mi4. &~i~

377

.MBE/tn/BE LETTER OF INTENT - FORNI 2

NV/BEFtrm; Vf (65th ~ Cergfying Agency. ( I /v/ /lk PLAIP xLcEErvI

ConiaclPsrson: 4l/t /I t.C/ r/t nrv CerUTnalion Expks@mDate: +(I5 / ~ZC7

Addmna I't84 d-)L/Ft /On~. Ethnicity.

Cgy/Stats@tun JAR(e IXSSZlp: la/)/49 Bldlproposai/Conhad B l(I/86" )5$f(Phcnrx &If- "8R-WWMFmc /o33-~-/2W FEINU: 3 7 -r ~citi &cy&Ernak .r /~nf/nrt,~) Ef A~.Cc r

/Pergclpagon: f J Dkect [ J Indlreol

NN Ihe MANSE ilrm be svbccntractlng say of the goods or ssndces of gtts contrsct 5ancthw Bm'T

[ ) No ( ]Yen-Phase attach explanagon. Proposed Subconhacior(s):

The undersigned M/UUBE is prepared to pnndde the following CommodlUes/Services for Ihs above named Pro)ecg Contract ff/nxxs v/xtce is needed In ANy rkncribc /x/rrirE Frtmx proposed scape ofvetk snd/or peymvxr srsrxrws, elrcm eridfrkrw/ense/s/

J- RLK.kv~0

Indbsie Ihe Dollar Amount, Percentsas, end the Tenne nf Pavment Ibr Ihe ebove4emnbsd Cornmodltlmd Services',E

TIIE UNDERSIGNED PARTIES AGREE that Ns Letter of intent wgl become s binding Subcontract Agrswnmu for the abovework, conditioned upon (1) Ihe Bidder/Fmpessr's receipt of a signed contract hnm lhs county of crxdu (2) UndersignedSubcontreclor remaining cwnpgsnt wgh sg relevant sredengals, codes, ordinances end tdaWles required by Conksrdcr, CookCounly, nnd ihe Slate hr pwtldpakr es a MBE/UUBE llrm for Ihe abmm work, The Undewlgnsd Partes do skm car gfy that Iheydid not etlix their sig lc this document unB ag scees underOassrlpllon of Smvwsf Supply snd Fse/Coal were completed.

Q/./'pQew"'<Skpwhse (M/N/BE) Sgnnnture (pnme ~u)e/)ddsc iP arerA~ Ada)e Lamtr Jgnano, President

Pdnt Name Pdnt Name

I//l /s Zx/y /erFhm Name

40tn tr/LII ka l I, 2~ 4) "IDele I

Suscrlbsd and sworn bebre me

thwg dnyof%it'iirvtxttt,kg ff J--...~t//.vt ~"OFRCIAL rxAt"

CAROL A RCt!ECtl )REAL

Notary Public, State of glinoisVy l c ttissmn Expires 1/27/2020

In/ll))fretter c Intent R orrn .

A Lamn Concrete Contractoxa. Inc.Fkm Name

lannary JJ, 2017Bala

Sutxnribsd and sworn bshxs me

IMs ~1 day of Jannsrv, 2'.Notary Pubgc 4~8'&33%lCL

(J

877

. MBEIWSE LETTER OP INTENT F~2Mf!NBENrmi X4ÃIW)gdkgg>~ce~yurr J, Cergfttng AgeiiCF.

Addmsu .$))4LJd~lklu.L@EL ~ Et(add((i Aft(J(cf akcau . iIIELiL0(yn

GI(y/Blalm PLFAlf~,2(p'Jgl~. IdlPmposalfconlrsctlh „~(e~„;;Q~Pheon:@)-~cL~ F 8 FEINg, 34-9 %V.4') 5$E~ 92ieirt&rkwil vyb pmoParlblpellom ( ) Direct b(find(rect

ws gm MflrvBE grm besubccntraogng eny of the goods or services of thb contract to snolher arm'I

I No (+Yes -Plearm ageclr errptunngon, Pmposed Subcoii r(s), II'g '„.l(oc rvcv c1r ii j~Por84a'oe44vcouvt HT)F9cpp)iev 4 I~TP II Rim(endear

The undem(gned MfvysE h pni pawl lo pro'vBe the(ollowlng Bummed(Neslservlces lo( the abwe shined proJeotf con@sob (Ifmcm specs rs sevded Io krr(F derirrbe JI(rtyad Ferns papered corps or war ondbr pnvmocr schedUle, easco eddlllcner eneeleJ

Wddj LleL~A, ~dt's 'FI.Jdaal;AC dias(8u.b!'r~

M&kIESL .Lm ()Ln(xp I ~ -.I(kI 2 ItdrtrL)'bk)~QLm

vv 4 te~Sibnc..l ')L(!h)it.)

foam gre J)g)lg gtad8), psroentans, and gre~s of I evment for Be above descrlhedcommodlllesf services;

bdh '~8~THB UNDERSIGNED I'ARTIES AO(%E gml Ihle teller of Intent wB become e blniflng Submnlmcl Agmsmsnt for Ihe nbovewcr(L contllgoned upon (I) Ihe Bhlder/pmposer's receipt ot a signed oonlruol from gm county of cook, (2) Undersignedsuboonbactor renal 8 oompf lan( wkh afl relevant credsngafs, oodee, ordfnances end ran(dim mrtu(md by cantoror, cookcounty. en hryll to perllslpele ns e MBEISIBE grm fnr Ihs above vmrli. Ths Undersigned parties do also certify thut tlieydldnot thai natures lo Ibis document unS elf arses under Desorplln of Service/ Bupply andi sea'ost umie conipleteil,

~WBE) Slgnetwe (prime BldderlRmpceysr)

@ZBP~ (-. SFyui~ M~~

~.nenes

Print Name Pr(nt Ndme

LLB~(~)J,ESCA IoC(-" (y) ASJAkfvt&J I~@Q~%(~A~~Firm Name Firm Nemo

t-10-tg I-I t-iWDele Date

Subscdbsd and sworn before me

Ibis )O deyof~ +« ~~'L,,20~)

ohyasl Q&~.~04BEAI.

Subscribed snd sworn before me

8

M/wua Letter of Intent ~ Form 2

378

PETIT(ON FOR REDUCTION/WAIVER OF MBE/WBE PARTICIPATION- FORNI 3

A. BIDDER/PROPOSER HEREBY REQUESTS'.

FULL MBE WAIVER FULL WBE WAIVER

REDUCTION (PARTIAL MBE and/or WBE PARTICIPATION)

4k of Reduction for MBE Parilclpagon

% of Reduction for WBE Participation

B. REASON FOR FULUREDUCTION WAIVER REQUEST

Bidder/Proposer shall check each item applicable to ils reason for a waiwr request AddiTionally, supportingdocumentation shall be submitted with this requesL

(I) Lack of sufficient quaifged MB Es and/or WBEs capable of providing the goods or services required

by Ihe contract. (Please explain)

(2) The specitlcations and necessary requirements for perform)ng Ihe contract make it impossible oreconomically infeasible to divide the coniract lo enable the contractor to utilize MBEs and/or WBEsIn accordance with the applicable participation. (Please explain)

(3) Price(s) quoted by potenIial MBEs and/or WBEs are above competitive levels and increase cost of

doing business and would make acceptance of such M BE and/or WBE bid economicallyimpractkabie, taking into consideration the percentage of total contract price represenfed by suchMBE and/or WBE bid, (Please explain)

(4) There are other relevant factors making it impossible or economically infeasible to utilize MBE

and/or WBE firms. (Please explain)

C, GOOD FAITH EFFORTS TO OBTAIN MBE/WBE PARTICIPATION

(1) Made timely written solhitation to Identified MBEs and WBEs for utilization of goods and/or

service; and provided MBEs and WBEs with a timely opportunity to review and obtain relevant

specmcations, terms and conditions of the proposal to enable MBEs and WBEs to prepare aninformed response to solicitation. (Attach of copy written solicitstlons made)

(2) Used the services and assistance of the Ofgce of Contract Compliance staff, (Please explain)

(3) Timely notified and used the services and assistance ot community, minority and women

businessorganizafions. (Attach of copy written solicftatlons made)

(4) Followed up on Initial solldtatlon of MBEs and WBEs to determine if firms are Interesbtd in doing

business. (Attach supporting documentation)

(5) Engaged MBEs & WBEs for direct/indirect parMpation. (Please explain)

D. OTHER RELEVANT INFORMATION

Attach any other documentation elative to Good Faith Efforts in complying with MBE/WBE pertkipation

ivl/wse Reduction/waiver Request - Forre 3 Revised: 01/29/14

379

CONTRACT NO.

Cook County OCPO ONLY:

Olgce of the Chief Procurement Ofgcsr A Olsaualiacstioc

Identlficsaon of Subcontractor/Supplier/Subconsultant Form (A'heck Ccmoists

The Bidder/Pro pasedR capo nd ant ('the Contractor") wgl fully complete and execute and submit an Identification ofSubcontractor/Srur plier/Subconsultsnt Form ("ISF")with each Bid, Request for proposal, and Request forQusllflcallon. The Contractor must complete the ISF for eaoh Subcontractor, Supplier or Subcansultant whichshall bs used on the Coritract. In Ihe event that there are sny changes in the udlizstlan of Subcontractors,Suppliers or Subconsultants, the Contractor must file an updated ISF.

Bid/RFP/RFQ Noc 1685-15811

Total Sld or Pmaosal Amount:

contraotor A Lamp Concrete Contractors, Inc

Authorized Contactfor Contiactor. Jeff MoyerEmail Address(Contractor): imover/Balamoconcrete.corn

Camps ny Address(Con«actor): 1900Wright Blvd.

City, State andzlo (Contractor): Schaumburm IL 60193Telephone and Fsx(Contractor) 847-891-6000/847-891-1873Estimated Stmt andCompletion Dates(Contractor)

Date: January 11,2017

Contract Title:

subcontmctor/suppssr/ precision pavement MaddngsSu«consultant tobeadded or subsghlmAutharized Contact forSubcontractor/Sepser/ Mike AbbottSubconsultanLErr)ail Address(Subcantmctoh:

Company Addrem(S «cont uter):

City, State and Bp(Subcontmctork Elgin, IL 60121Telephone and Fsx(Subcaniractor) 847-931-9092Estimated Start andCompletion Dates(Subconlractor)

Nots: Upon request, a copy of all wdtten subcontractor agmements must be provided to the OCPO.

Tree Care

Dsacrlanon of aervlsss or SuooasaTotal Price of

Subcontract forSewlces or Suoogss

2091.00

The subcontract documents wig incorporate all requirements of the Contract asarded to the Con«actor as applicable.The subcontract will in no way hinder the Subcontractor/Supplier/Subconsuasnt trom maintaining ils progress on snyother contract on which it ls either e Subcontmctor/Supplier/Subconsultsnt or principal con«actor. This disclosure lsmade with the understanding that the Contractor ls not under any circumstances relieved of Its abilities and obligations,and is responsible for the organization, per/ormsnce, and quany a(work. Thar form does not appnws any proposedchanges, revisions or modifications to the contract appmved SSBE/WBE Uagxatlon Plan. Any changes to lhecontract's approved NBE/wBE/Uaazatlon plan must be submitted to the olgce of the con«act compgancs.

ContractorA Lamo Concrete Contractors. Inc.

NameAdele Lamoignano. President

Tithv/ ri . YA r~ %4cpccr-rc r

Prime Con'tractor Signstiurej'anuary 11,2017

Dale

379

CONTRACT NO.

Cook County OCPO ONLY:

Office of the Chief Procurement Officer A. Oicouaiuicsiioe

Identificaffonof Subcontractor/Supplier/SubconsWtantForm I-

The Bidder/Proposer/Respondent (the Contractor" ) will fully complete and execute and submit an Identification ofsubcontrawor/suppssr/sub consultant Form ("IsF")with each sir, Request for Prep osel, and Request forQualification. The Contractor must complete the ISF for each Suboontractar, Supplier or Subcanaultant whkhshall be used on the Coritract In Ihe event that there are any changes in the utilization of Subcontractors,Suppllem or Subconsultants, the Conbactor must file an updated ISF.

Sid/RFP/RFQ Noz 1685-15811

Total Sld or Proaosal Amount:

Contreotor. A Lamp Concrete Contractors, Inc

Authorized Contactfor contrewor. Jeff MayerEmail Address(Contraatorl: imoverdbaiamnconcrete.corn

Date: Januar)i 11.2017

Contract Title:

subcontractor/supplier/ Thorns 10ectrjcSubconsultant lobeadded or subsffbze:Authorized Carriam forsubcontractor/supplier/ ElectricalSubconsultsnt;Email Addnms(Subconiractorl:

Company Address(Contractor): 1900Wright Blvd.

City, State and2<p <contraotork Schaumburg, IL 60193Telephone and Fex(Contractor) 847-891-6000/847-891-1873Estimated Start sndCompletion Dates(Contr'actor)

25W501 Sb Charles St.

City, Slate and Bp<subccnimckri) Carol Stream, IL 60188Telephone and Fax<Subcontractor) 630.668-4853Estimated Stmt sndCompletion Dates(Sub contractorl

Note: Upon request, a copy of ell wrffen subcontractor agrxmments must be pnwlded to the OCPO.

Electrical

Dsscrlatlon of Senilces or Suoaffsstotal Price af

Subcontract forSalvlces ai'ilaolles

The subcontract documents will incorporate all requirements of the Cantraw swarded to the contra/sar as appllcsbkr.tits subcontractwff bi no way hindw the SubcontisctarlSupplier/Subconsuliant from maintainhqf hs progress on anyother contract on whkh It ls either s Subcontractor/Supplkrdffubconsultsnt or principal contractor. This disclosure ismade with ths understanding that the Contraator ls not under any clroumstsnosi mlleved of ils ablliges and obligations,end is responsible for the argsnlzstlon, performance, and quality af work. This form does not approve any pm posedchanges, revisions or modmcations to the contract approved INBE/WBE Ufiffzation Plan. Any changes to thecontract's appraved ZZBE/yyBE/UNizaffcn plan must be submitted to the ONce of the Conhact Compliance.

ContractorA Lamp Concrete Contractors, Inc.

NameAdeie Lamoignano. President

Prime Contractoi Signatu/d'anuary 11,2017Dale

379

CONTRACT NO.

Cook CountyOlgce of the Chief Procurement Oulcer

Idsntificaeon of Subcontractor/Supplier/Subconsultsnt Form IIH Check Cumulate

The Bidder/Proposer/Respondent ( the Contractor") will fully complete and emeute snd submit an Identification ofsubcontractor/supplier/subconsultsnt Foun ("IBF")with sech Bid, Request for pmposal, and Request forQualification. The Contractor must complete the ISF for each Subcontractor, Supplier or Subconsultant whichshall be used on the Coritrsct In the event that there sre eny changes in the utilization of Subcontractors,Suppliem or Subconsultsnts, the Contmctor must file an updated ISF.

Bid/RFP/RFQ Noz 1685-15811

Total Bid or Pnmossl Amount:

Contraotor. A Lamp Concrete Contractors, Inc

Authorized Cmdactfor Conlractor. Jeff MoyerEmail Address(Contractor'I: imoverdbalamuconcrete.corn

Company Address(Conesctor): 1900Wright Blvd.

City, State andZip (Contractor): Schaumburg. IL 60193Telephone snd Fsx(contra/acr) 847-891-6000/847-891-1873Estimated Stmt andCompletion Dates(Contractor)

January 11,2017

Contract Title:

subcon'Iractor/suppter/ Abbott Tree CareSubconsultant tobeadded or substgute:Authorized Contact forsubcontractor/Supplier/ Mike AbbottSubccnsultant:Email Address(Subcontractor):

ComPany Address pO Box249(Subcontractor):

City, State snd Bp(Subcontractor): Wayne, IL 60184Telephone snd Fax(Subcontractor) 6630-681-8733Esgniated Stari sndCompletion Dates(Subcontrsctorl

Note: Upon mquest, s copy of ell wNen subcontractor agmements must be pmv(ded to the OCPO.

Tree Care

Dsecrlauon of Services or SuoallssTotal Price of

Subcontract forServices or Suootkm

2091.00

The subcontract documents will incorpcmte all requirements of the Contract ssarded to the Conbactor ss ap pli cable.The subcontract will in no way hinder the Subcontractor/Supplier/Subccnsultast from maintaining Us progress on anyother contract on whhh It ls either a subconlractcr/suppser/subconsultsnt or pdnclpsl contractor. This disolosum krmade with the understanding Ihst the Contractor Is not under any circumstances mllsved of(le ablmss end obligations,end is responsible (ortho organization, performance, snd quality of work. This form doss not apprmm any proposedchanges, revisions or moditlcatlons to the contract appmvsd MBE/WBE Uglizstion Plan. Any changes to thecontract/s appnmed MBE/wBE/Utgization plan must be submitted to the ofgcs of the contract compliance.

ContraotorA Lamu Concrete Contractors. Inc.

NameAdele Lamnignano. President

8/%d 6Prime Contractor Signature

January 11,2017Date

379

CONTRACT NO.

Cook County OCPOONLY.'ffice

of the Chief Procurement Ofncer A oleo uaaecsuon

Identification of Subcontractor/Supplier/Subconsultant Form IK Check Cumulate

The Bidder/Proposer/Respondent ("the Contractor" ) will fully complete and execute and submit an Identification ofSubcontractor/Supplier/Subconsultant Form ("ISF")with each Bid, Request for Proposal, and Request forQualification. The Contractor must complete the ISF for each Subcontractor, Supplier or Subconsultant whIchshall bs used on the Coritract. In ihe event that there are sny changes in the utilization of Subcontractors,Suppliers or Subconsultants, ths Contractor must file an updated ISF,

Bid/RFP/RFQ Noz 1685-15811

Total Sld or Pmoosal Amount:

Contractor: A Lamp Concrete Contractors, Inc

Authorized Contactfor Contractor. Jeff MoyerEmail Address(Contractori: imover&alamoconcrete.corn

Date January 11,2017

Contract Title:

subcontractor/suppser/ Precision Pavement MarkingsSubconsultant to beadded or substitute:Authonzed Contact Iorsubcontractor/supplier/ Mike AbbottSubconsultanbEmail Address(Subcontractor)

Compeny Address(Contractor): 1900Wright Blvd.

City, State andZip (Contractor): Schaumburg. IL 60193Telephone and Fax(Contractor) 847-891-6000/847-891-1873Estimated Start andCompletion Dates(Contractor)

Company Address(Subcontractor):

City, State end Zip

(Subcontractor):Telephone and Fax(Subcontractor)Estimated Start andCompletion Dates(Subcontractor)

Elgin, IL 60121

847-931-9092

Note: Upon requesl, a copy of all written subcontractor agreements must be provided to the OCPO.

Tree Care

Descrlotion of Services or SuanllesTotal Price of

Subcontract forServices or Subaliss

2091.00

The subcontract documents will inooqrorate ad requirements of the Contract swarded Io the Contractor as applicable.Ths subcontract wig in no way hinder the Subcontractor/Supplier/Subconsultant from maintaining its progress on snyother contraot on which It Is either a Subcontractor/Supplier/Subconsultant or principal contrador. This disclosure ismade with ths understanding that ths Contractor is not under any circumstances relieved of its abilities and obligations,and is responsible for the organization, performance, and quality of work. This form does not approve any proposedchanges, revisions or modifications to the contract approved MBE/WBE Utilization Plan. Any changes to thecontract's approved MBE/WBE/Uurrzation Plan must be submitted to the Office of the Contract Compliance.

ContractorA Lamo Concrete Contractors. Inc.

NameAdele Lampignano, President

Title

Prime Contractor Sigriature

January 11,2017Date

379

CONTRACT NO.

Cook County OCPOONLY.'ffice

af the Chief Procurement Ofncer F) Dlsauscflcsilon

Identification of Subcontractor/Supplier/Subconsultant Form /, Check Camolsis

The Bidder/Proposer/Respondent ("the Contractor" ) will fully complete snd execute snd submit an Identification ofSubcontractor/Supplier/Subconsultant Form ("ISF")with each Sid, Request for Proposal, and Request forQualification. The Contractor must complete the ISF for each Subcontractor, Supplier or Subconsuitant whkhshall be used on the Coritract. In the event that there are eny changes in the utilization of Subcontractors,Suppliers or Subconsugants, ths Contractor must file an updated ISF.

Bid/RFP/RFQ Nou 1685-15811

Total Sid or Prooosal Amount:

contractor, A Lamp Concrete Contractors, Inc

Authorized Contactfor contractor: Jeff MoyerEmail Address(Contractor): imoverdpalamoconcrete.corn

Date: January 11,2017

Contract Title:

Subcontractor/supplier/ Thorns ElectricSubconsultant to beadded or subsgtvls:Authorized Con«rat forSubcontractor/Supplier/ ElectricalSubconsultsntEmail Address(Subcontractor):

Company Address(Con«actor): 1900Wright Blvd.

City, State andzip (Contractorh Schaumburg. IL 60193Telephone and Fax(Contractor) 847-891-6000/847-891-1873Estimated Start andCampletion Dates(Contractor)

(Subcontrack r)25W501 St. Charles St.

City, State snd Zip(Subcontractor); Carol Stream, IL 60188Telephone end Fax(Subcontractor) 630-668-4853Estimated Start sndCompletion Dates(Subcontractor)

Note: Upon request, s copy of su written subcontractor agmements must be provided to the OCPO.

Electrical

Dsscrlotian af Services or SuoagssTotal Price af

Subcontract forServices or Sunolies

408,300.87

The subcontract documents will incorporate sg requirements af the Contract swarded to the Contractor as applicable.The subcontract will in no way hinder the Subcontractor/Supplier/Subconsultsnt from maintaining its progress on anyother contract on which It Is either a Subcontractor/Supplier/Subconsultsnt or principal contractor. This disclosure is

made with the understanding that the Contractor ls not under any circumstances relieved of its abilities and obligagans,and is responsible for the organization, performance, and quality of work. This form does not appmve any proposedchanges, revisions or modifications to the contract approved MBE/WBE Utilization Plan. Any changes to thecontract's approved MBE/WBE/Utilizanon Plan must be submitted to lhe Office of the Contract Compliance.

ContractorA Lamp Concrete Contractors, Inc.

NameAdele Lampignano, President

Titlem~ ~~M'Imc:

Prime Contractor Slgnatu/t(

January 11,2017Date

ISF-I

379

CONTRACT NO.

Cook County OCPO ONLY:

Oflice of the Chief Procurement Ofgcer f) Disouslliicatlon

identification of Subcontractor/Supplier/Subconsultant Form IF) Check Comoiele

The Bidder/Proposer/Respondent ("Ihe Contractor" ) will fully complete and execute and submit an Identification ofSubcontractor/Supplier/Subconsultant Form ("ISF")with each Bid, Request for Proposal, and Request forQualification. The Contractor must complete the ISF for each Subcontractor, Supplier or Subconsultant whichshall be used on the Coritract. In ths event that there are any changes in tha utilization of Subcontractors,Suppliers or Subconsultsnts, the Contractor must file sn updated ISF.

Bid/RFP/RFQ No.: 1685-15811

Total Bid or Proposal Amount:

contractor, A Lamp Concrete Contractors, Inc

Authorized Contactfor Contractor: Jeff MoyerEmail Address(Contractor): imoverdsalamoconcrete.corn

Date: January 11,2017

Contract Title:

Subcontractor/Suppser/ Abbott Tree CareSubconsultent to beadded or

substitute.'uthorized

Contact forSubcontractor/Supplier/ Mike AbbottSubconsultant:Email Address(Subcontractork

Company Address(Contractor): 1900Wright BlvrL

City, State andZip (Contractork Schaumburg. IL 60193Telephone snd Fax(Contractor) 847-891-6000/847-891-1873Estimated Start andCompletion Dates(Contractor)

Company Address pp Bo+ 249(Subcontractor):

City, State and Zip(subcontractor): Wayne, IL 60184Telephone end Fax(Subcontractor) 6630-681-8733Estimated Start andCompletion Dates(Subcontractor)

Note.'pon request, a copy of all written subcontractor agreements must be provided to the OCPO.

Tree Care

Descrlotion of Services or SuoogssTotal Price of

SubccntrectforServices or Suoolies

2091.00

The subcontract documents will incorporate all requirements of the Contract awarded to the Contractor as applicable.Ths subcontract will in no way hinder the Subcontractor/Supplier/Subconsultent from maintaining its progress on anyother contract on which it ls either a Subcontractor/Supplier/Subconsultant or principal contractor. This disclosure ismade with ths understanding that the Contractor ls not under any circumstances relieved of Its abilss and obligagons,and is responsible for the organization, performance, and quality of work. Thhr form does not approve any proposedchanges, revisions or modifications to the contract approved MBE/WBE Utilization Plan. Any changes to thecontract's approved MBE/WBE/Utilization Plan must be submitted to the Office of the Contract Compliance.

ContractorA Lamp Concrete Contractors, Inc.

NameAdele Lamnignano, President

Title

xi~&'rime

Contractor Signature //

January 11,2017

ISF-]

380

OFFICE OF THE COOK COUNTY CONIPTROLLERELECTRONIC PAYABLES PROGRAM i"E.PAYABLES"I

FOR /NFORMATION PURPOSES ONLY

This documenl describes the Office of the Cook Countv Comntroiler's Electronic Pavablss Proorem i"E-Pevsbles "i.lf vou wish to narticloete in E-Pavebles. olease contact the Cook Cosntv Comotmller's Office. AccountsPevsble. 110 kl, Clark Street. Room 800. Chicano. IL 80802.

DESCRIPTIONTo increase payment eSiciency and timeliness, we have intmducsd E-Payabkn program, s nevi payment initiative toour accounts payable model. This new initiative utilizes a Visa purchasing card and operates thmugh the Visa paymentnetwork. This is County's preferred method of payment and your participation in our Visa purchasing card programwill provide mutual beneilts both to your organization and oilrs,

As s vendor, you msy experience ths fokowing benefits by accepting this new payment type:Improved cash flow and accelerated paymentReduced paperwork and a more streamlined accounts receivable processElkninstion of stop payment issuesReduced payment delaysReduced costs for handling paper checksPayments setgsd directly to your merchant account

There are two options within this initiative:

1. Dedicated Credit Card —"PULL" SettlementFor this option, you will have an assigned dedicated credit card to be used for each payment. You will provide a pointof contact within your organization who v Bkeep credit card information on file. Each time a payment is made, you willreceive a remittance advice vis small detailing the invoices being paid. Each time you receive a remitlancs advice, youwB process payments in the same manner you process credit card transactions today.

2. One-Time Use Credit Card-"SUGA" SetdementFor this option, you will provide a point of contact within your organization who will receive an email notificafionauthorizing you to pmcess payments in the same manner you process credit card transactions today. Each timepayment is made, you will receive a remittance advice, via email, detailing the invoices being paid. Also, each time youreceive a remittance advice, you will receive a new, unique credit card number. This option is ideal for suppliers whoare unable to keep ciedit csrd account information on tile.

REMAINOER OF PAGE INTENTIONALLY LEFT BLANK

381

CONTRACT NO.

AFFIDAVITVETERAN'S WORKPLACE PREFERENCE PUBLIC WORKS CONTRACTS

INSTRUCTIONS

ln accordance with Section 34-236(a) of the Cook County procurement Code, the Chief Procurement Officer ("CPO") shall give apreference of one oercent of the amount af the Contract to a Responsible and Responsive Contractor for a Public Works Contractwhen such Contractor has committed by aSdavit to utilize Efigitrle Veterans for at least five percent of the hours worked under suchContract. Failure to utilize Eligible Veterans in accordance with the atfldavlt will msult in breach of contract. All Bidders who anaraauesffna this ore fersnce must ca ma lets this A aydavlt.

DEFINITIONS

Eligible Veteran means a pemon who (I) has been either a member of the armed forces of the United States or, while a citizen of theUnited States, was a member of the armed farces of allies of the United States in tune of hoslilities with s foreign country snd (il) hassewed under ane or mare of ihe following conditions: (s) the veteran served s total of st least 6 months; (b) the veteran sewed for theduration of hostilities regardless of the length of the engagement; (6) ths veteran was discharged on the basis of hardship; or (d) theveteran was released from acdve duty because of a service connected disability and was discharged under honorable conditions.

Armed forces of the United Slates means the United States Army, Navy, Air Force, Madne Corps, Coast Guard or service in adive dutyas defined under 36 U S C, Secaon 101.Service in the Merchant Msrine that constitutes attive duty under Section 401 of federal publicAct 95-202 shall also be considered service in the armed forces for purposes of this Dividon.

Public Works means all fixed works constructed or demalished by the County, or paid for wholly or in part out of public funds administeredby ths County. "Public Works" as defined herein Includes all proiscts ftnencsd in whole or in part with bonds, grants, loans, or other fundsmade aveilabis by or through federal or sure government, or the county, "public Works" doss not inrtuds pro) acts undertaken by theowner et sn owner-occupied single-family residence ar at an owner~pied unit of a mWtifamily reNidence. "Public Works" indudes anymaintenance, repair, assembly, or disassembly work performed on equipment whether awned, leased, or rented.

Adele Lampignano , being fimt duly swam, da depose and stets as tallows:

1. I am the authorized representative and I have the authority to make this Aitidavit for snd on behalf of the Bidder,

The Bidder Is requesting the CPO grant a preference of one percent of the amount of the Contract in accordance with Section34-236(a) of the Cook Pracurement Code, as set forth above.

In accordance with the Cook County Procurement Code, the Bidder shall commit to utilize Eligible Veterans for at least tivepercent of the hours worked under the Contract, The Eligible Veterans must be employed directly by the Bidder.

4. The Bidder shell be solely responsible for requesting all persons to provide Bidder with appropriate documentation to ensurethat such person(s) is an Eligible Veteran, as defined above. Bidder ceriifies, that by seeking this preference, it shall maintainappropriate documentation, including payroll records, which show the number at hours worked by Eligible Veterans

The Bidder certifies, aSnns and acknowledges that the failure to utilize Eligible Veterans in accordance with this ASdavit will

result in a breach of contract, which will aaaw the County to seek all rights and remedies as aet forth in lhe Contract and anyother appropriate remedies available in equity or at law.

A Lamn Concrete Contractors, Inc.Bidder (please print or type)

yt/zZJA vSignature

" /

imo Ver(Salamoconcrete.cornE-mall address

PresidentTitle

January 11,2017Date

847-B91-6000Phone Number

Subscribed to and sworn before methis 11 day of January . 20 17.

~t 0t(I Ri.W~

My commission eqiires: 11/16/2020

V-2

382

CCtNTRACT NO

VETERAN'5 PREFERENCE FOR VBE AND SDVBEINSTRUCTIONS

In accordance with Section 34-236(b) of the cook County Procurement Code, the Chief Procurement Officer ("CPO") shall give spreference of five oercent of the amount of the Contract to e Responsible snd Responsive Veterans Owned Business Enterpdise(VBE) and Service Disabled Veterans Business Enterprise (SDVBE) requesting a preference for Bids. Ail Bidders who mn.rsuuestino this nn.ference must comoiefe the form. snd attach a coov ofits cerbffcafion. Prior to suoivinu the five ueruentoreference. the CPO must receive euorovsl fmm the Contract Comuliance Direclor iCCDI that the Bidder is a auafiffed VBE orSDVBE.

DERNITIONS

Veferenwwned Business Enterprise (VBE) means a small business (I) that is at least 51 percent owned. contrcfied and ntansged byone or more Eligible Veterans orin the case of s corporation, at least 51 percent or more of the stock of which is owned, conlrofied andmanaged by one or more Eligible Veterans; (ii) that has its home otfics in Ifiinois, as certified by the Contract Compliance Director(CCD) under policies and procedures promulgated by the CCD.

Eflgible Veteran means a pemon who (I) has been either a msmberbf ths armed forces of the United Slates or, while a citizen of theUnited States. wes s member of the armed forces of allies of ths Untied States in time of hostilities with a foreign country and (6) hasserved under one or mors of ths foflowlng condfilons; (a) ths veteran served a total of ai least 8 months; (b) the veteran served for theduration of hostifities regardless of the length of the engagement; (c) the veteran was discharged on the basis of hardship; or (d) theveteran was released from acgve duty because of a service connected disability and wss discharged under honorable condigons.

Armed forces of the United States means the United States Army, Navy, Air Force, Marine Corps, Coast Guard or service in amive dutyas defined under 38 U.S.C.Section 101.Service in ths Merchant Marine that constitutes active duty under Section 401 of fiedersl PublicAct 95-202 shsfi also be considered service In ths armed forces for purposes of this Division.

Service-Disabled Veteran-owned Business Enterprise (SDV BE) means a small business (i) that is at least 51 percent owned,controlled, and managed by cne or more qualitied service disabled veterans or in the case of s corporation, at least 51 percent or moreof the stock of which is owned, controfled and managed by one or mora Service Disabled Veterans; (ii) that hss its home office in

illinois, ss cerIEed by the CCD under policies and procedures promulgated by the CCD.

serv/ce-Disabled veteran means an Eligible veteran who has been found to have 10percent or mare service connected dlsabifity byths United Slates Department of Veterans Affair or the United States Department of Defense.

Service-cunnscied disability means a disability incurred in the line of duty in the active military, naval or air service as described in 36U.S.C. 101(16).

Smell Business means a small business as defined by the U.S. Small Business Administration, pursuant to the business size standardsfound in 13 CFR Part 121, as related to the nature of the work the Person seeks to perform cn Contracts. A Person Is not an eligiblesmall business enterprise in any calendar fiscal year In. which Its gross receipts, averaged over the Person's previous five fiscal years,exceed the size standards of 13CFR Part 121.

REQUEST FOR PREFERENCE

Bidder is requesting to receive a preference as a VBE. By requesting this preference, Bidder certifies that it meetsthe definition of e VBE, as set forth above and has induded a copy of ils certification.

Bidder is requesting to receive a preference as e SOVSE. By requesting this preference, fifidder certifies Ihat it meetsThe definition of s SDVBE, as set forth above and has included a copy ol its certiflcetion.

Bidder (please print or type) Title

Signature Date

E-mafl addiess

Subscribed to and sworn before methis day of

Phone Number

My commission expires:

XNotary Public Signature Notary Seal

V-1 3I201 5

3B3

CONTRACT NO.

COOK COUNTYECONOMIC DISCLOSURE STATEMENT

AND EXECUTION DOCUMENTINDEX

Section DsscHption Pages

Instructions for Completion of EDS

CertIRcations

Economic and Other Disclosures, Affidavit of ChildSupport Obligations, Disclosure of Ownership Interest

and Familial Relationship Disclosure Form

Cook County Afttdavit for Wage Theft Ordinance

EDS i - ii

EDS 1-2

EDS 3 —12

EDS 13-14

Contract and EDS Execution Page

Cook County Signature Page

EDS 15-17

EDS 18

384

CONTRACT NO.

SECTION 1INSTRUCTIONS FOR COMPLETION OF

ECONOMIC DISCLOSURE STATEMENT AND EXECUTION DOCUMENT

This Economic Disdosure Statement and Execution Document ("EDS") is to be completed and executedby every Bidder on a County contract, every Proposer responding to a Request for Proposals, and everyRespondent responding to s Request for Qualifications, and others as required by the Chief ProcurementOfficer. The execution of the EDS shall serve as the execution of a contract awarded by the County. TheChief Procurement Officer reserves the right to request that the Bidder or Proposer, or Respondentprovide an updated EDS on an annual basis.

Definitions. Terms used in this EDS and not otherwise defined herein shall have the meanings given tosuch terms in the Instructions to Bidders, General Conditions, Request for Proposals, Request forQualiTmations, as applicable.

Affiliate means 6 person that directly or indirectly through one or more intermediaries, Controls isControlled by, or ls under common Control with the Person specified.

Applicant means a person who executes this EDS.

Bidder means any person who submits a Bid.

Code means the Code of Ordinances, Cook County, illinois available on municode.corn.

Contract shall include any written document to make Procurements by or on behalf ofCook County.

Contractor or Contracting Party means a person that enters into a Contract with theCounty.

Control means the unfettered authority to directly or indirectly manage governance,administration, work, and all other aspects of a business.

EDS means this complete Economic Disclosure Statement snd Execution Document,including all sections listed in the Index and any attachments.

Joint Venture means an association of two or more Persons proposing to perform a for-profit business enterprise. Joint Ventures must have an agreement in writing specifyingthe terms and conditions of the relationship-between the partners and their relationshipand respective responsibility for the Contract

Lobby or lobbying means to, for compensation, attempt to influence a County official orCounty employee with respect to any County matter.

Lobbyist means any person who lobbies.

Person or Persons means any individual, corporation, partnership, Joint Venture, trust,association, Limited Liability Company, sole proprietorship or other legal entity.

Prohibited Acts means any of the actions or occurrences which form the basis fordisqualification under the Code, or under the Certifications hereinafter set forth.

Proposal means a response to an RFP.

Proposer means a person submitting a Proposal.

Response means response to an RFQ.

Respondent means a person responding to an RFQ.

RFP means a Request for Proposals issued pursuant to this Procurement Code.

RFQ means 6 Request for Qualifications Issued to obtain the qualifications of interested parties.

EDS-i July/2016

3BB

CONTRACT NO.

INSTRUCTIONS FOR CONIPLETION OFECONOMIC DISCLOSURE STATEMENT AND EXECUTION DOCUMENT

Section 1:Instructions. Section 1 sets forth the instructions for completing and executing this EDS.Section 2: Certlficstions. Section 2 sets forth certifications that are required for contracfing parties underthe Code and other applicable laws. Execution of this EDS constitutes s warranty that all the statementsand certifications contained, snd all the facts stated, in the Certificstlons are true, correct and complete asof the date of execution.

Section 3: Economic and Other Disclosures Statement. Section 3 is the County's required Economicand Other Disclosures Statement form. Execution of this EDS constitutes a warranty that all theinformation provided in the EDS Is true, correct and complete as of the date of execufion, and binds theApplicant to the warranties, representations, agreements and ackncwledgements contained therein.

Required Updates. The Applicant is required to keep all information provided In this EDS current andaccurate. In the event of any change in the information provided, including but not limited to any changewhich would render inaccurate or incomplete any certification or statement made ln this EDS, theApplicant shall supplement this EDS up to the time the County takes action, by filing an amended EDS orsuch other documentation as is required.

Additional Information. The County's Governmental Ethics and Campaign Finandng Ordinancesimpose certain dufies and obligations on persons or entities seeking County contracts, work, business, ortransactions, and the Applicant is expected to comply fully with these ordinances. For further informationphase contact the Director of Ethics st (312) 603-4304 (69 W. Washington St. Suite 3040, Chicago, IL60602) or visit the web-site at cookcountyti.gov/ethics-board-of.

Authorized Signers of Contract snd EDS Execution Page. If the Applicant is a corporation, thePresident and Secretary must execute the EDS. In the event that this EDS is executed by someone otherthan the President, attach hereto a certified copy of that section of the Corporate By-Laws or otherauthorization by the Corporation, satisfactory to the County that permits the person to execute EDS forsaid corporation. If the corporation is not registered in the State of filinois, a copy of the Certificate ofGood Standing from the state of incorporation must be submitted with this Signature Page.

If the Applicant is a partnership or joint venture, afi partners or joint venturers must execute the EDS,unless one partner or joint venture has been authorized to sign for the partnership or joint venture, inwhich case, the partnership agreemsnt, resolution or evidence of such authority satisfactory to the ONceof the Chief Procurement Officer must be submitted with this Signature Page.

If the Applicant is a member-managed LLC all members must execute the EDS, unless otherwiseprovided in the operating agreement, resolution or other corporate documents. If the Applicant is amanager-managed LLC, the manager(s) must execute the EDS. The Applicant must attach either acertlfied copy of the operating agreement, resolution or other authorization, satisfactory to the County,demonstrating such person has the authority to execute ths EDS on behalf of the LLC. If the LLC is notregistered In the State of filinois, a copy of a current Certificate of Good Standing from the state ofincorporation must be submitted with this Signature Page.

If the Applicant is a Sole Proprietorship, the sole proprietor must execute the EDS.

A Partnership" "Joint Venture" or "Sole Proprietorship" operating underan Assumed Name must beregistered with the lfiinols county In which It Is located, as provided in 605 ILCS 405 (2012), anddocumentation evidencing registration must be submitted with the EDS.

EDS-ii July/2016

386

CONTRACT NO.

SECTION 2

CERTIFICATIONS

THE FOLLOWING CERTIFICATIONS ARE MADE PURSUANT TO STATE LAW AND THE CODE. THE APPLICANT ISCAUTIONED TO CAREFULLY READ THESE CERTIFICATIONS PRIOR TO SIGNING THE SIGNATURE PAGE. SIGNINGTHE SIGNATURE PAGE SHALL CONSTITUTE A WARRANTY BY THE APPLICANT THAT ALL THE STATEMENTS,CERTIFICATIONS AND INFORMATION SET FORTH WITHIN THESE CERTIFICATIONS ARE TRUE, COMPLETE ANDCORRECT AS OF THE DATE THE SIGNATURE PAGE IS SIGNED, THE APPLICANT IS NOTIFIED THAT IF THE COUNTYLEARNS THAT ANY OF THE FOLLOWING CERTIFICATIONS WERE FALSELY MADE, THAT ANY CONTRACT ENTEREDINTO WITH THE APPLICANT SHALL BE SUBJECT TO TERMINATION.

PERSONS AND ENTITIES SUBJECT TO DISQUALIFICATION

No person or business entity shall be swarded a contract or sub-contract, for a period of five (5) years from the date ofconviction or entry of s plea or admission of gufit, civil or crimina, If that person or business enNy:

1) Has been convicted of an act committed, within ths Stats of lfiinois, of bribery or attempting to bribe an officeror employee of a unit of state, federal or local government or school distriict in the State of filinois in thatofficer's or employee's official capacity;

2) Hss been convicted by federal, state or local government of an act of bid-rigging or aNempting to rig bids asdefined in the Sherman Anti Trust Act and Clayton Act. Act. 15 USC. Section 1 el seq3

3) Has been convicted of bid-rigging or attempfing to rig bids under the laws of federal, stats or localgovernment;

4) Has been convicted of an act committed, within the State, of price-fixing or attempting to fix prices as definedby the Sherman Anti Trust Act and the Clayton Act. 15 U S C. Sedion 1, ei sequ

Has been convicted of price4ixing or attempting to fix prices under the laws the State;

Hss been convicted of defrauding or attempting to defraud any unit of stats or local government or schooldistrict within ths State of filinois;

5)

6)

7) Has made sn admission of guilt of such conduct as set forth in subsections (I) through (6) above whichadmisdion is a matter of record, whether or not such person or business entity wss subject to prosecution forthe offense or offenses admfited to; or

8) Has entered a plea of nolo contendere to charge of bribery, price-fixing, bid-rigging, or fraud, as set forth insub-paragraphs (1) through (6) above.

In the case of bribery or attempting to bribe, s business entity may not be awarded a contract if an official, agent oremployee of such business entity committed the Prohibited Act on behalf of the business entity and pursuant to thedirection or authorization of an officer, director or other responsible official of the business entity, and such ProhibitedAct occurred within three years prior to the award of the contract. In addition, s business enfiity shall be disqualified if anowner, partner or shareholder conbofiing, directly or indirectly, 20vk or more of the business entity, or an oflicer of thebusiness entity has performed any Prohibited Act within five years prior to the award of the Contract.

THE APPLICANT HEREBY CERTIFIES THAT: The Applicant has read the provisions of Section A, Persons andEntities Subject to Disqualification, that the Appficant has not committed any prohibited Act set forth in Section A, andthat award of the Contract to the Applicant would not violate the provisions of such Section or of the Cods.

BID-RIGGING OR BID ROTATING

THE APPLICANT HEREBY CERTIFIES THAT: In accordance with 720 ILCS 5/33 E-11, neither!he Appiicsnl nor anyAffillafed Enlily is boned from awani of this Contract as a result ci a conviction for Ihs violation of Stale laws prohibitingbid-rigging or bid ioiafing.

DRUG FREE WORKPLACE ACT

THE APPLICANT HEREBY CERTIFIES THAT: The Applicant will provide a drug free workplace, as required by (30 ILCS580/3).

EDS-1 July/2016

387

CONTRACT NO.

D. DELINQUENCY IN PAYMENT OF TAXES

THE APPLICANT HEREBY CERTIFIES THAT: The Appdcsnt Is not an ower or e party resPonsible for the payment ofany tex or fee administered by Cook County, by e local municipality, or by the illinois Department of Revenue, which suchtsx or fes is delinquent, such as har award of a contract or subcontract pursuant to the Code, Chapier 34, Section 34-171.

E. HUMAN RIGHTS ORDINANCE

No person who is a party to a contract with Cook County ("County" ) shell engage in unlawful discrimination or sexualharassment against any individual in ths terms or conditions of employmsnt, credit, publio accommodations, housing, orprovision of County facilities, services or programs (Code Chapter 42, Secfios 42-30 et seq.).

F. ILLINOIS HUMAN RIGHTS ACT

THE APPLICANT HERES Y CERTIFIES THATr It Is in compliance wlfh the Illinois Human Rights Act (775 ILCS 572 105),and egress to abide by the requirements of the Act sa pert of Ita contractual obiigeyona

G, INSPECTOR GENERAL (COOK COUNTY CODE, CHAPTER 84, SECTION 84-174 and Secdon 34-260)

The Applicant has not willfully failed to cooperate in an investigation by the Cook County Independent Inspector Generalor to report to the Independent Inspector General any and all information concerning conduct which they know to involve

corruption, or other criminal acfivhy, by another county employee or oilidal, which concerns his or her otfice ofemploymsnt or County related transacfion.

The Applicant has reported dlrscfiy and without any undue delay any suspected or known fraudulent activity in thsCounty's Procurement process to the Oflice of the Cook County Inspector General.

H. CAMPAIGN CONTRIBUTIONS (COOK COUNTY CODE, CHAPTER 2, SECTION 24I86)

THE APPLICANT CERTIFIES THAT: It has read and shall comply viith Ihs Cook County's Ordinance concerningcampaign contributions, which is codifed at Chapter 2, Division 2, SubdMeion II, Section 585, and can be read in itsentirety at www.municode.corn.

GIFT BAN, (COOK COUNTY CODE, CHAPTER 2, SECTION 2ri74)

THE APPLICANT CERTIFIES THAT: It has read and shall comply with the Cook County's Ordinance concerningreceiving and soliciTing gifts and favom, which is codified st Chapter 2, Division 2, Subdivision II. Section 574, and oan beread in its entirely at www.municods.corn.

LIVING WAGE ORDINANCE PREFERENCE (COOK COUNTY CODE, CHAPTER 84, SECTION 84-160;

Unless expressly waived by the Cock County Board of Commissioners, the Code requires that a living wage must be paidto individuals employed by a Contractor which has a County Contract and by sll subcontractors of such Contractor under aCounty Contract, throughout the durefion of such County Contract. The amount of such living wage is annually by theChief Financial Ofliosr of the County, and shall be posted on the Chief Procurement Oflicer's website.

The term "Contract" as used In Seclion 4, I, of this EDS, spedflcally excludes contracts with the following:

1) Not-For Profit Organizatiorw (defined as a corporation having tax exempt status under Section 501(C)(3)of theUnited Slate Internal Revenue Code and recognized under the illinois State not-for -profit law);

2) Community Development Block Grants;

3} Cook County Works Department

4) Sherifl's Work Alternative Program; and

5) Department of Correction inmates.

EDS-2 July/2016

388

CONTRACT NO.

SECTION 3

REQUIRED DISCLOSURES

1. DISCLOSURE OF LOBBYIST CONTACTS

List afi persons that have made lobbying contackr on your behalf with respect to this contrack

Name

NONEAddress

2. LOCAL BUSINESS PREFERENCE STATEMENT (CODE, CHAPTER 34, SECTION 34-230)

Local business means a Person, including a foreign corporation a uthodized to transact business in Illinois, having a bona fide

establishment located within the County at which it is transacting business on the date when a Bid is submitted to the County,and which employs the majodity of its regular, full-time work force within the County. A Joint Venture shell constitute a LocalBusiness if one or more Persons that quafihr as s "Local Business" hold interests totaling over 50 percent in the Joint Venture,even if the Joint Venture does not, st the time of the Bid submittal, have such a bone ikle establishment within the County.

a) Is Applicant a "Local Business" as defined above?

Yes:

b) If yss, list business addresses within Cook County:

1900 Wright Boulevard Schaumburg, IL 60193

c) Does Applicant employ the majority of Its regular full-time workforce within Cook County?

3. THE CHILD SUPPORT ENFORCEMENT ORDINANCE (CODE, CHAPTER 34, SECTION 34-172)

Every Applicant for 4 County Privilege shell be in full compfiancs wfih sny child supporl order before such Appficant is enfified toreceive or renew a County Privilege. When delinquent child support exists, the County shall not issue or renew any County

Privilege, snd may revoke any County Privilege.

Afi Applicants are required to review the cook county Affidavtt of chfid support obligations attached to this EDs (EDB4I)snd complete the Affidavit, based on the Instructions in the AfRdavlt.

EDS-3 July/2016

389

CONTRACT NO.

rk REAL ESTATE OWNERSHIP DISCLOSURES

The Applicant must indicate by checking the appropriate provision below and providing all required information that eithe 5

a) The following is a complete lisl of all real estate ow'ned by the Applicant in Cook County:

PERMANENT INDEX NUMBER(S);

(ATTACH SHEET IF NECESSARY TO LIST ADDITIONAL INDEXNUMBERS)

OR:

X The Applicant owns no real estate in Cook County.

5. EXCEPTIONS TO CERTIFICATIONS OR DISCLOSURES.

If ths Applicant ls unable Io certify to any of the CerlEcatlons or ariy other statements contained in this EDS and not explainedelsewhere in this EDS, the Applicant must explain below:

N/A

If ths letters, "NA", the word *None" or "No Rs'sponse" appears above, or If the space is left blank, it will be conclusively presumedthat the Applicant cerlifisd to sll Cerllflcations and other statements contained in this EDS.

EDS4 Jutyr2016

CONTRACT NO.

COOK COUNTY DISCLOSURE OF OWNERSHIP INTEREST STATEflflENT

The Cook County Code of Ordinances (I]2-Sto ef ssq,) requires that any Applicant for sny County Action must disclose informationconcerning ownership interests in the Applicant. This Disclosure of Ownership Interest Statement must be completed with allinformation current as of the date this Statement is signed. Furthermore, this Statement must be kept current by filing an amendedStatement, until such time as the County Board or County Agency shall take action on the spplicatian. The information contained inthis Statement will be maintained in a database and made available for public viewing.If you are asked to list names, but there are na applicable names to list, you must state NONE. An incomplete Statement will bereturned and any action regarding this contract will be delayed. A failure to fully comply with tha ordinance may result in the actiontaken by the County Board or County Agency being voided,

"App//can/" means any Entity or person making an application to the County for any County Action."County Action'eans any action by a County Agency, a Courrty Department, or the Caunty Board rtxiardlng an ordinance orordinance amendment, a County Board approval, or other County agency approval, with respect to contracts, leases, or sale orpurchase of real estate."Person En///y" or "Legal En/i/y" means a sole proprietorship, corporation, partnership, association, business trust, estate, two or

more persons having a ]oint or common Interest, trustee of a land trust, other commercial or legal entity or any beneflciary orbeneficiaries thereof.

This Disclosure of Ownership Interest Statement must be submitted by:1.An Applicant for County Acfion and2. A Person that holds stock or a beneficial interest in the Applicant and is listed on the Applicant's Statement (a "Holder" ) must file aStatement and complete ¹1 only under Ownership Interest Declaration.Please print or type responses dearly and legibly. Add additional pages If needed, being careful to identify each portion of the form towhich each additional page mfers.

This Statement Is being made by the [ X ]Applicant or [This Statement Is an: [ X ) Original Statementor [Identifying Information:

Name A Lamp Conrete Contractors, Inc,

] Stock/Beneficial Interest Holder

] Amended Statement

FEIN NOJ 36-3929173

state: Illinois

Fax Number: 847-891-1873Zip Code: 60193Email: ]mover@a]ampconcrete.corn

D/B/Ai'treet

Address: 1900 Wright Boulevard

city: Schaumburg

phone Noc 847-891-6000

Cook County Business Registration Number:(Sole Proprietor, Joint Venture Partnership)

Corporate File Number (if applicable):

Form of Legal Entity:

[ ] Sole Proprietor [ ) Partnership

[ ] Business Trust [ ) Estate

[ ] Other (describe)

[X] Corporation

[ ] Association

[ ) Trustee of Land Trust

[ ) Joint Venture

Ownership Interest Declaration:

1. List the name(s), address, and percent ownership af each Person having a legal or beneficial interest (includingownership) of mors than five percent (flvk) In the Applicant/Holder.

Name

Adele Lamp[guano

Address Percentage Interest in

Applicant/Holder

1900 Wright Boulevard Schaumburq. IL 60193 )00%

EDSS July/2016

392

CONTRACT NO.

2. If the interest of any Person listed in (1)above is held as an agent or agents, ore nominee or nominees, list the nameand address of the principal on whose behalf the interest is held.

Name of Agent/Nominee Name of Principal Principal's Address

NONE

Is the Applicant constructively controlled by another person or Legal En5t)// [ ) Yes ( X ) No

If yss, stats the name, address and percentage of benescial interest of such person, and the relationship under whichsuch control is being or may be exercised.

Name

N/A

Address Percentage ofBeneficial Interest

Relationship

Corporate Officers, Membem and Partners Information:

For sll corporations, liat the names, addresses, end terms for all corporate ofscsrs. For all limited liability companies, list thenames, addresses for all members. For sll parlnerships and joint ventures, list the names, addresses, for each partner or jointventure.

AddressName Title (specify title of Term of OfficeOfgce, or whether manageror partner/joint venture)

Adele Lampignano 1900 Wright Blvd Schaumburg, lL 60193 President, Secretary, Tresurer 22 years

Declaration (check the applicable box):

[ j I state under oath that the Applicant has withheld no disrdosure as to ownership interest in the Applicant nor reservedany Information, data or plan as to the intended use or purpose for which the Applicant seeks County Board or otherCounty Agency action.

[X) I state under oath that the Holder has withheld no disclosure as to ownership interest nor reserved any informationrequ/red to be disclosed.

Adele LampignanoName of Authodized Applicant/Holder Representative (please print or type)

Signature u

jmovercmalampconcrete.cornE-mail address

PresidentTitle

January 11,2017Date

847-891-6000Phone Number

Subscribed to and sworn before methis~day of Janaarsi 20~.

My commission expires: 11/16/2020

Nota Iibl%bl)c Big)tg tore

EDS-7 Iy/2016

393

CONTRACT NO.

COOK COUNTY BOARD OF ETHICS69 W. WASHINGTON STREET, SUITE 3040

CI4ICAGO, ILLINOIS 60602312/603-4304 Office 312/603-9988 Fax

FAMILIAL RELATIONSHIP DISCLOSURE PROVISION

Nenotlsm Disclosure Rcouirement:

Doing a significant amount of business with the County requims that you disclose to the Board of Ethics the existence of anyfamilial relationships with any County employee or any person holding elective office in the State of Illinois, the County, or in

any municipality within the County. The Ethics Ordinance defines a significant amount of business for the purpose of thisdisclosure requirement as more than $25,000 in aggregate County leases, contracts, purchases or sales in any calendar year.

If you are unsure of whether the business you do with the County or a County agency will cross this threshold, err on the sideof caution by completing the attached familial disclosure form because, among other potential penalties, any person found

guilty of failing to make a required disclosure or knowingly filing a false, misleading, or incomplete disclosure will beprohibited from doing any business with the County for a period of three years. The required disclosure should be filed withthe Board of Ethics by January I of each calendar year in which you are doing business with the County and again with eachbid/proposal/quotation to do business with Cook County. The Board of Ethics may assess a late filing fee of $100 per day afteran initial 30-day grnce period.

The person that is doing business with the County must disclose his or hcr fmnilial relationships, If the person on thc Countylease or contmct or puichasing front or sdling to the County is a business entity, then the business entity niust disclose thefamilial relationships of the individuals who are and, during the year prior to doing business with the County, were:

~ its board ofdirectors.~ its officers,~ its employees or independent contractors responsible for the general administration of the entity,~ its agents authorized to execute documents on behalf'of the entity, and~ its eniployees who directly engage or engaged in doing work with the County on behalf of the entity.

Do not hesitate to contact the Board of Ethics at (312) 603-4304 for assistance in determining the scope of any requiredfamilial relationship disclosure.

Addltloaal Definitions:

fFirm/Tia/ rc/a/innship" means a person who is a spouse, domestic partner or civil union partner of a County employee or State,County or niunicipal official, or any person who is related to such an eniployee or official, whether by blood, marriage oradoption, as a:

U ParentCl Child

IJ BrotherD Sister' Aunt

I 'iiclcU Niecefl Nephew

131 GrandparentI'I GrandchildIJ Father-in-law:..i Mother-m-lawGJ Son-in-lawi:I Daughter-in-lawI:I Brother-in-lawO Sister-in-law

il Stepfather.I StepmotherII Stepson''i StepdaughterD Stepbrother::IStepsister:I Half-brother1 Half-sister

EDS-0 July/201 0

394

QOIITRACT MO.

COOK COUNTY EOARQ OF ETBICSFAMILIAL RELA'TIONSBIP D)SCLOSUSE FORM

A. PERSON DOING ORSKEIONOVO DO BUSINESS.WITE TBECOUyffY

hiame often Dntug Eusinwu wlthtbe County; . h Ltttttp CtrttCftde Ctrtttxactfuth linc.

Addralsofpenum Doing Busltkuuwitb the Countyc 1900%rltthtBottlevttrdSchaumlsuytt. ILdt01crg

Phone numberuf Ferson Dm'ug Easiness with Qm Comup: g4y 891 6000

small uddrsuiofpetqou DolbgEmgness w\tlt siectEttty; imoyartguhtrttttconcretesusm

lf Pstaog Doing Buairrsm with tbe couulg fa a Business lesly, peptide tbe nnmth, tiiie qud contact, htfetmatttm for tholmguiduE enmpletlng this dlselosum b» behalf of the pwuouDeiug Bmtussu with thecoumy:

'qtleloL'uttttttuttatto Pxeafdust 1900Kyisht .Bsulevursi Ecbattrnburul Il. tstthq tt47-su 1~IL llESCSIFTIslat iQR EUSIEEStaqWITB TEECOUNTY,

Append rtNNcasfftage rsrnscrfsrf rmdjS'smub County fscua cenrrwcr, purubnm ur snfs susglu cndhrrd&wilnsd drcdEf rbe cu)snrlnr ysnr qfthis disclosure fnr mrs)rrocssdtng wdendar ywrr Ifdltcfesmu is nrncb

nnicnnnry lJ, ldmtify:

The lasseuumbir, contraut uuaibcfr purchase order number request ibr pmposal number andfor requmt forqusliticstion cumber associated vdth the husiness,yun are doing or seeking to do with the County:

The aggregate dogsr value of the tnnduess you sredutug or seeking to duwith the County: S 880'35L20

The name, tigc end cmttact h)formabon for the County official(h) or smtdcyee(s) involved la negotiaiiug the hmtiness

you are dohtgnfseekiug to do tsllh tlm County;

LiSiust Lae

The mene, t@eaud contact infurmaSou for the Corm'ffiotatfs) or empleyeeis) involved in nmnsging the tnadness

you aredmnger sesktngtodo uiiththaCounty;

Sh'snnon Andrews. CFQ

C. E~SIiRSOE FAtuiILIAL IB?LAITIOWSBIPS 'IVITB COUNTY EhIPLOkrEES'OR STAtfE.OOUISTYGR MUNICII AL ELEVATES OIrSlCIALS

Check rhs bnsrhct aRuiics cnrtlnsnude >ulnrsd tn+Wdnricn trtrnru needed

0 Tbopsrson QoittgEuslnessvdth tturCounty le atriudividunl sad ther'e is no fsmgialrulnthmship bctFoenltgrindtvtduetaud any Coulr County emhlnyeo or any Paratmhoidiah eleetivs offion in tbo State of t)gueis,, Cook Cmmtyvor auy mhntetpallty etld)lttfktoh cohfiqt.

The Person golnga usmess with the County is s bnsumsu entity and them is mr faudtiaf rnktgenshIP between mty

member ot'lim b)tsb)ss entity'e imard ofdiroo(tub oscars,-persons range}eihte fur jyncnd adntinistretion af thebusiness entiiy agent's authorized m execute dncunmnts on behalf ofSin business enbty ormnpksyees direhtlyengaged in cmuractual wprk with sm couttty on hehaif ofthe busiueuresgty, and any. Crmh County employee or anyperson holding oteuttvooftiue iu the State of'lllbtois, Cook County, or arry municipality udthin Cook EounE.

tulyryttts'

CODtf CObtNTY BOARD Qtf ttTtltCSPAhdthfAL ytgLrtTtONSBf P DISCLOSURE POSIS

ODtdftrADT NO,

D The persnn Dohrg Bnstuacs with the county is ad fmjtyjduat snd theresa smilinl retuttousbtp between tMuindividual sddrff least one cook county smployea maifor a Jtetvon or tsnsocn ho'iding elcsthh a%ca in thc sttttn el'liinnia, Cunk COuniyr lind/Or SatF umnloi yell br Within COOk Cne'nty. 'fbefamgiS relattsaehtgh are na fnttaWSF

Nmsc of tmllvtdust Qotag Nuatsuf Rotated Onusly Tutu+et Pcahtali dfRcaucd ytlder4 efPstuit@lsissiness with Iba County ~ thtridoyroccgsuo, CouubFor County thnpfFtFaoorStsuv Cosmy ltctstisnsbtp

Munb:™lpstSemed Otticial or. htuntctpet gtccted OSchl

frsacra sinrac /s nscksf oaaeh an ar/riNeeAhcer fa//otr/ngSe «hovc Jronna/,

0 Tbepcrson Dcfng Susiuess withttm Cuu'nty leo busimws entity and tlimols a fsmglst rdhiSenship betwden at leastOue menthur Of thie buelneaa anthy'e heed Of dt/aettnns OtT/daub Pnreunn nuPnnaiblu fm tymurut Sdmhtlnuntiau sfthebus jftdtgaotity, otfsnta autbcrisedto execute dbaumont's on hdhsif of the hosintns abftfy httd/oi etgtjtdj/obodifbstlysulptgcd m uoatractuaj vv/trb vrtth tls chditty'a babsli'of tbo busjusm enlhy on the ona hsn4,autgnt tsatd otm coak.'Coonty emptnynoand/br u person hoiding eieettveotttce in the state ofttlfnots, cock cosstly, dnd/or relyumntbtpstiiy wtkm Cook Couutyt an the other: Th'egantgtat celnttoustdtm are ss fotjouur

Nsau oftdembcrof ttowd Name of ttctctcd county This ssd position ofheated Nalme ofynntlialofDinnatu gu Rcslncss psntdoyee or State, county or Catmty Eetptoyee or ybde, County 3ctsdonchipEntity Doing,gadnms whb bttmtcttmt tttcstsdOhtetst m Mun tet/t/d Trtested Olfidsltbe Cotauy'/A

Nam'e of Oiliest Sr gusbum Nsms oftudsrrd County Tbl» sud PolvhtbaafRehtot Sstuiuof Rcmltiifgcttty holng Bmgnescvthb Bmtdoyeeor dicta Cohnty or dtnuttygmptoycc or gsse, County RctsdauddptltcOomsy trtunlcrpafSeelmlMictal mhturdcipst Bleetcdosctat

SDS-10 July/2618

COETttACT NO,

Naam Ofuermo Rmponsiblo Ntsneof Relstcd Ccutay Tbtetmd'Puslttauofgetttsd NetuteefÃsmgfafIbt tbotfwfottd,gnfptoteeor Sioie, Couitty or Ceuctp gtuptoyee,of Sisw, county fttdsdombftfAdmirgstraucu tif iba btuoisfpst Netted'Dtgciet m bawdetpsl'Elected'Dttutatttuw'uem gntitf DoingBustaess with tbccoastf

Nama ofAgentAutbodrudto:gmmte Dommouts for

, gngty Qeiugftmfnnt!F with fberCoatay

Nous cfhafuabt County Thtb and Pesidon ofgreeted Nstumof Pamf fiat

Bmpfcyee su Stats. Ccurity,m Cciuny gayloyee argute, Csssty gsbafeodap"hfustotuutgtestedtttgeiat m tduaiafpstgtasteds)tgclut

tt~eefguptttbmd tatmmoygdwedcounty Teeaadpesidm ofgetmd Naw utpaudfhtBmfiiesslhttfty Dtrertty gmployee or gtaw; comity.or Cmmty gmptcyeser Shle,county Retsgemhliigagsjud in Doiofngedomt Murdcfuattgeeted.ntgciaf sr Nfnaibiusi gfeoted Otgcistwhbee Cunt

)gruor e space fe osmkd, ouoch. nn ~ishesr feffcwbrgthe chose Jbrmar.

VERtgtCAXROfttr To tlm best.ot'my Ruomtedtfe< thu fuhutnattttu i hbvs 8'mvided ou thlg dftchtsutb fcittt fs acsmata andcomplete. t ucfcguwfedgc dtgt,sn inaccurate or incomplete dbmtosuro is puufshnfde by iuvr, iuofudhtg bul uot tie)ted to ggnssnd drg@rmeub

~mrLrs~ Iantutqr 11,2f)17gigrtatmpcfttertfttfdnt ttgtrttdf utnpigttnno, )tftigftftgftf flats

8UEitggTcofvtPLETED FoRht Tot Osuk Oouiity ttonttt of Ethics88 West Wsshisgbon Street,. 8uhe 3648, Chtcago, tfffncfa gtt602Otfteo (3 ig) ddbdgtte- paxg318) dgb%[email protected]

Spouse„domestic pmtrmr, civil union'mtnei or parent, chit@ sibling, aunt; uncle, niece, nephew, tpuudtmrent or grandohltd

by Mond, metr infra ff,o Ih'aws and step rotations) m sdoptitm.

EDS-1 1 JufyOtfftf

397

CONTRACT NO.

SECTION 4

COOK COUNTY AFFIDAVIT FOR WAGE THEFT ORDINANCE

Effective Msy 1,2015, every person, iac/udina subsamsal owners, seeking a contract with cack county must comply with the cook county wage TheROrdinance set fath in Chapter 34. Aiacie IV, Section 179. Any person/Substsnasl Owner, who fats to comply with Cook County Wage Thell Ordinance,may request Ihet Ihe Chief Procwament Officer grant a reduction or waiver in accordance wilh Sedisn 34-179(d).

"Contract" means sny written document to make Procurements by or on behalf af Cook County.

"Pemon" means any Individual, corporatlan, pwlnership, Joint Venture, trust, association, limited liebigty company, sole proprietorship or other legal entity.

"pracvremsn/" means obtaining supplies, equipment, goods, sr services of sny kind.

"Subs/snr/ei Omrsr" means any person or persons who own or hold a twenty-five percent (2544) ar more percentage of interest in any business entityseeking e County Privilege, induding these shareholders, general ar Rmlted partners, benegdadrs and principals; except where s business entity ls snIndividual or sole proprietorship, Substantial Owner means that Individual or sole proprietor.

All Persons/Substantial Owners are required to complete Ibis eflldavlt snd comply with the Cook Caunly Wage Theft Ordinance before any Contract lsawarded. Signature af this form conslkutes a certlflcsdon the infarmsgon pravkled belaw ls correct snd complete, and that Ihe Individual(s) sigmng this formhas/have personal knowledae of such information.

I. Contract Information:

Contract Number: 168S-IS811

County Using Agency (requesting Pracurement): Cook Countv Denartment nFTransnnrtafion Sr 1)iohwava

IL Person/Substantial Owner Information:

Person (corporate Entity Name): A Lamn Concrete Contractors, Inc.

substantial owner complete blame: Adele Lamp(I(nano

FEIN» 36-3929173

Date of Birth:

Street Address: 1900 Wright Boulevard

City; Schsumburg

Home Phone: ~ 891-6000

Ill. Compliance with Wage Laws:

E-mail address: imoverlalamnconcrete.corn

State: Illinois 2ip: 60193

Driver's License No:

Within the past five yean has the Person/Substantial Owner, in any judicial or administrative proceeding, been convicted of,entered a plea, made an admission of guilt or liability, or had an administrative finding made for committing 9 repeated or willfulviolation of any of the following laws;

i/linc/s Wage Payment and Co//sc/ion Act, 820 ILCS I 15ft etssq., YES orgO

iiiinois Minimum Wage Act, 820 ILCS 105/1 et seq., YES or@0

ii/ina/s Worker Argustment and Retraining Nol/f/caf/on Act, 820 ILCS 85/1 et seq., YES oQNO

Employee C/ass/f/cation Act, 820 ILCS f85/1 et seq., YES orO

Fair Labor Standards Act of 1938, 29 L(S.C. 201, et seq., YES o@O

Any compsrab/s state statute or regulation of sny state, which governs the psymenl of wages YES or 0If ths Person/Substantial Owner answered "Yes" to any of the questions above, it is ineligible to enter into 9 Contract with CookCounty, but can request s reduction or waiver under Section IV.

EDS-12 July/2016

398

CONTRACT NO.

IV. Request for Waiver or Reduction

If Person/Substantial Owner answered "Yes" to any of the questions above, it may request a reduction or waiver inaccordance with Section 34-179(d), provided that the request for reduction of waiver is made on the basis ol one ormore of the following actions that have taken place:

There sen s bona fide change in ownership or Contml of the ineligible Person or Substantial OwnerYES or 0

Dlsclpll action has been taken against the individual(s) responsible for the acts giving rise to ths violationYES or 0

HemeddfYtction has been taken lo prevent a recunence of the acts giving rise to the disqualification or defaultYESo N

Other ffrgtata thai the Person or Substanllsl Owner believe are relevant.YES or

The Person/Substantial Owner must submit documsntalion to sunoort the basis ofils raoussl for a reduction or waiver. TheChief Pmcuremsnt Officer reserves the riant to make additionalinouiries snd recusal additional documentation.

V. AffirmationThe Person/Substantial Owner affirms that all statemenls contained In the Aladsvlt are true, accurate snd complete.

Signature: trat~ ~~~c~ January 11,2017I

Name of person signing (print); Adele Lamp(guano Tttle President

Subscribed ar)t( swormto before ma this 1 day ot January 20 17

N r)T Pubiib Sfg)(a&ore

Note: The above information is subject to verfffcatfon prior

EOS-13 July/2016

SECTION 5

1685-15811

CONTRACT NO.

401

gW E~0"jtcO CD5 15

CONTRACT AND EDS EXECUTION PAGEPLEASE EXECUTE THREE ORIGINAL COPIES

The Applicant hereby certifies and warrants that all of the statements, certifications and representations sst forth in this EDS aretrue, complete and conect; that the Applicant is in full compliance and will continue to be in compliance throughout the term of theContract or County Privilege issued to the Applicant with all the policies and requirements set forth in this EDS; and that all factssnd information provided by the Applicant in this EDS sre true, complete and correct, The Applicant agrees to inform the Chiefprocurement Officer in wrlUng If any of such statements, cerlicstions, representations, facts or information becomes or is found tobe untrue, incomplete or incorrect during the term of the Contract or County Privilege.

Execution by Corporation

tnltlllriirA Lamo t.oncrete I .ontxaAorss8ixr 25/yaf2 Zw M~

Corporation's Name ~l g.'."2OR" .<+ O president's printed Nsma irnAignaWre Arsis,Lsmpignsco

847-891-6000 .-'~v $ = [email protected] . m Emad

7 7 ll. 2017Secretary Signature Adelt ',S ...."' Date

'iiiiiii'xecution byLLC

LLC Name *Member/Manager Printed Name and Signature

Date Telephone and Email

Execution by Partnership/Joint Venture

Partnership/Joint Venture Name 'Partner/Joint Venturer Printed Name snd Signature

Date Telephone and Email

Execution by Sole Proprietorship

Printed Name Signature Assumed Name (if applicable)

Date Telephone and Email

Subscribed and sworn to before me this11th dsy of lanuarv, 2D 17.

My commission expires: 11/16/2020

Notary Public Signature Notary Seel

If the operating agreement, partnership agreement or governing documents requiring execution by multiple members,managers, partners, or joint venturem, please complete and execute additional Contract and EDS Execution Pages.

EDS-16 July/2016

402

CONTRACT NO. 1685-15811

SECTION 6COOK COUNTY SIGNATURE PAGE

ON BEHALF OF THE COUNTY OF COOK, A BODY POLITIC AND CORPORATE OF THE STATE OF ILLINOIS, THIS CONTRACT IS HEREBY

EXECU1ED BY:

COOK COUNTY CHIEF PROCURElvlENT OFFICER

DATED AT CHICAGO, ILLINOIS THIS f DAY OF

IN THE CASE OF A BID/ PROPOSALIRESPONSE, THE COUNTY HEREBY ACCEPTS',

THE FOREGOING BID/PROPOSAL/RESPONSE AS IDENTIFIED IN THE CONTRACT DOCUMENTS FOR CONTRACT NUMBER

1685-1581]

OR

ITEM(S},SECTION(S), PART(S);S(8('YOFOr ILt'- V605 ) 'L.

TOTAL AMOUNT OF CONTRACT'. &89.351.29

(DOLLARS AND CENTS)

FUND CHARGEABLE:

AFPROirED AS TO FORM:

~isASSISTANT STATES ATTORNEY

(Required on contracts over S1.000,000.00)

OVEO BYTHE BOARD OFDD DDNTYCOMMISSIONERS

APR g g gag

EDS-17 July)2016

403

SURETY'S STATEMENT

ofQUALIFICATION FOR BONDIMG

tsscuon lo)

This document must be accurately errecuted (by the Surety Company) and yielded as pert of this

Bid.

IF THIS DOCUMENT IS NOT ACCURATELY EXECUTED AND SUBMITTED WITH THE BID

PACKAGE, THIS CONSTITUTES CAUSE FOR DISQUALIFICATION OF THE VENDOR FROM

BIDDING ON THIS CONTRACT.

The undersigned continue egg The Hanover Insurance company

(SUREIY COMPANY)

would eyecute a PerformancelPeyment Bond in fsyor of ths County of Cook for the full amourd

of the btdfcontractl IIA5- ffSSI I

(NUMBER)

fo A. Lamp Concrete Contraclors, Inc.

'BIDDER)

The penally of tris bond ls to be $ 89tS5')

SURET Y

CORPORATE

(SURETY COMPANY'S AUTHORI2EllSIGNATURE)

Thomas O. Chambers, Atlorney-in&act

(ATTORNEY-IN-FACT)

SEAL

62226

AMB If

22282

NAIC

(Cc)F 8nrely dhrnnent ofQual shed on for soedlns Jvm 2.261 I

CQOXCQUNTY DEPARTMENT OF TRANSPORTATtON AND HIGHWAYS

TRUSTAGREEMENT

THIS TRUST AGRKEIMENT lk 'ynacte snd entered: (ntcr by snd kabgsan ths county of, Cbok; by sncf thhyugh the.

RSParbnent Of Tfencnertattun Sni( HlghWSYS, Wh'OSe addteas 1S 99 WeSt 'WPSbtngtdh, Suite Eghgc Chiuagu; it lfnCi(b

gqagp, hera(nahef coifed \he coUNTY srfd /L l.atnfr Ccptcrete'(.-Dntiactois,,.Iric.

wirosa address, is 'l900 TAyright Seileyartt.:Sctfa«tntb(trg.

;herernafter Called the .CffNTR(«CTO(L .arid (>A(EON CYdkl . WAI(C ..lt TrJ«f'l cA! S F(NANCIAL(

;IN'(TTUTIQN ot tfust company kraptsg In cook cgtgtfyp whose deposits ayp Irrgp're(t by jig «jfsi(LYgr (I(pfrninsrctattly

tha let'f'cr(sl'ovemmerl't sng! wtiose .gdcffeftt ty QO/ ~. fY8 ceydc

R/tit ftr Ctg TCr/J, 9,Plinne ndtbher ggJPfZ KW ..hhfeingfter Saga((cthe FINA(fCIAI (NSTITUTtON, Ttta

CCirraat Pgrcon fer tbeFINANCIAL. (NKRTtJIlON,ISL r(/rarg- rr/Cnrcrsg~ ..'The aCCPOCS(f~i:in yrh!ch.the functs pre hald Is( 4/«/d'r /yy(TNESSETfg

ttyttEREAS t&e gg(U'Nyy hss pcvgfttgg tp the CONTRACYOac

ROSIE;E ROAD, a('SCHAUb(BURG:ROAD:

Shot(On;.1 c(-VE(t38-62'-TL

Route; Vf@Towtigh(P: Sdhatghb(tfs

CQQ H:trC(lt tgyY PROC(tREg(IENT CONTtf4P," N Q.c 15854%(tl'l

prov(cgng foi thg oonstructkm of. a coUNTf highway improapment for a bstal price bf.gf8851.29 . doper.; snd

wH'ER85 under sect(en 9-eo9'of the lginois, Highway cents, as amencfe'd, the CGUNTY is author(tag ta fnhlre

.Progress pey(rtgnta,ss. the CONTR((CCT(ca perform« ths, work under thg Cnptlact Snd thhy rdtslo a: percentage of

progresgpeytttgnfst apgrfff«E(tghg thee(fUNTY may ht the renuask of cONTRAcTolk deposit ihs is«ainaga under a Tr us( ngr'aliment with

a'FINAhfC(AC INST(TUTIOSt of tliP 'CONTI(ACTOR'S choice which h located in 'Cdeb Cciunty and has been aPProyed

for th'e sfeposir of such fumls by the Supenntendent of the Cook:Cidunty Bc(pertinent of Transportation and

Highwayspursuaagt to,oadtccchcn'ty'code section 94"96(pnd'pHERSAEbgeaecudon of this.ggttgtgneh't, th'e cQNTRAcrott and satd FINANQAL It(ay(TUTtftN iac(vest gt(egyhi

(efg(Rage bp'@lgsJfertwlth said PIN ANC(AL INSTITUTION as provided'by'Isw,,

NC(vi"lt(EREKIRE, the payee«:dohgiatiy agsaetban1.Ttt!s A(trddrnent, shell net eharige sny of the,rights, duties; .priv'ilajfsppr resp'ons(TIIIRfes of the paitfea tw

the'(ipve

jefhfenged ~it(flcghncootracff cofcepysprctay be proviifi.d hereinc

4.,IIfotwtthstandtnftifl«e jfdv(star(g fifth(« A'greement, th'e coUNTY n(ay N((bhntd'progress psyrnents ops'ny part(on

gggrhof fyo account af garrctslrn'h llgutda«ed dgmagas. or as may otherwiee be pctnttdsd by 'the ibeve contract:or

by >acp.

3'. Afl tassgress ((aye(ants,.'fesihding ginsl payment: under th*9 bake cdntract, shgll be; made by. coUNTY warignts

psysbte to fhe cOaLT(TAcTTQI«gad,"FINANc(t(L INsYITUTIDN, asarusfpe, ldinfly, an'd «udh; payments shag bs «got totha'$INANCIAI, (NET(r(UN'.sklhi:Stfose addre«S;

(RCDOTRI Gnriuci Abc(cd(cst Nay 26.1015

4. The progress payments shall specify on a copy of the CDUNTY'5 Invoice to be mailed with the warrarit the

amount thereof to be paid to the CONTRACTOR and the amount to be beld by the FINANGAL INSTITUTION as

retainage under this Agreement.

5. The money so held by the FINANCiAi. INSTITUTION shaii be.'described as "retalnagev and shall be held in trust

according to.the terms of this Agreement, Interest earned on the retainage may be paid to the CON:fRACTOR as It

accrues or as the FINANQAL IN5TITVTION'5 policy permits..

6. The principal balance of the retainage, or any part thereof, shall not be paid.over to the. CONTRACTOR except

upon written diractiveto the FINANQAL INSTITUTION byline COUNTY.

2:The FINANcfAL IN5TITUTIQN may Invest or reinvest said retiinege inr

a, Certificates qf Deposit issued, by 0 flnriridal iris'titugpri Whose Pr Inci paj office iS locatbd In Cook county,

Ingjudirlg this FINANRIAk INSTITvTIDN;

b. United statesaovernrrierit Bo'ndsp

c; United States'freasury Notes;.

d. Vn'itedgtates'freasury SSLsi

e Time Oeposh,en Open.Account.

pcovidid. howgvrir; that the friydktinent of, safd'ahilhage shell nrif reggae,the RIMA'NOIAS jfjsTITj'fTIQN from the

kkturh 01'rgpgyihght ofsukfI Rjfjdg uddIIri Fgoaty tggj dkybig ptotgdadin Vds Agreement.

g. getajnige is the propert'y'of tlii EOffNTY: unig ndtio's of fingl;paymenk, a'nd the pdnslpai-.amount, or.any part

thgriaif„shall ngt be pfujfjdtof used agggcurity fop anyfNrpcee,

gt Tile col)NTY s'ha(l bp the solg jijdjLe ttf retdyn py mpiydiint pf fhg fubib to thb cork Qrvnty TI eisurer:.i/pon'rittten

duifstrid made. by ting:QgtjkfTY Ta thfS.FINTANQALr,;,IkjgfiTVTffgN.,RSF gffg riitttlyri,pr rdggyfpgny Of'lid

retalhage; the.pfkIANCIAL INjgfITtjYI'ON shelf'Ingjfb!Sudh Fgtgftr,:gf fggsyjherit rqggytfjgss'of urbgthiy tjie COUNTY.

shag state any reason therefor and vjjthout Imprisif'Ion of any ithbr regulfamgntg 'Oi" +irgjitibbsx The furidsshgll

nitge transferred by thuRNANCIAI. IfiEOTUTIGN wjtimugthe appmvdl oftheCOUNTY'0

&g 'ri'piym'ent ek ieturn af retafnage to the covfNyshall'be by check from, the FINstN'cjAL,IsISTITuTTQN,

Riyablg to glie Triasumr of Cook Cobhty an'd shag ba.rnagechto ihe, COUNTY wghlri ninety. '{89j,days a'ftir the

COUNTY 5 gafhghd.

122 Tlie coNTRAcTDR dses not waive ori'release any ifghts he'a's agiiost tha coUNTY foj" breach oF ioiktresg

including 'this Agreeirient, by rerisori of the 'repayment b'y the FINAhlQAL ggsTITUTIQN co ibi';co VNTY oh, icsstunt

ofdemand made by theCOUNTY,

glk In the event demand for the retainage fs made under this Agree'mapgbyghe cOUNTY, the covNTY pray spdcify,

in its sole judgment, tha amount ko be repaid'r returned's ag srv part'f the fsr'Inc/pal lrigance Rf tile retafnage,

TitisiAgreeriidfrt ihag continua:es tp eny retdlbage riot returned bs ktta govfflcy and:anyrfuture psymenfs le the

COfjNTYtb the CONTRACmg.

13.ifimp return or ripayment of the:Ib!I principal bala'nce af the iefalnegeka the 'COUNTY,'his Agreementshall'ermlpate

and h'ave.no further forie'r affect.1ek Thd FIFIAlscIAI. INsITTUTION shall ctrnflfm anti pfovide acsouhk baiariceg aasjt yisrtby fine gv@ toi The cookLou»'ty. Departlitgpt of Trarispogitlpri and Mlghiygyakgurpak.Cbjaf df Constrtrptikgl'RT'gg yyigt kygffrifigtiri str'eat,

gger Floor, Chicago, Iglnob'dgd2. The FINANCIAL INSTIllIFIONri filiiiri to: gojnpjy with tjtis':p&yisign Shall ba

reasanto demand return of the retainage pursuant to this.ftgrgament,.

15.Af Ite time shag any balance js) 'on.tiie account be escheited.

N. Tgg CQVMlY ihag provide noyfce of'final. Raymmit ko the,.'fINANQAL fffgyfTfjklGN.'nd ihu CONTItkgfYSR.

kiyhen gifd'fgtgj 'p'ay'meht's Itiggsk YlilgAgfidiribnb shall bo Yermjpsteg and the setainagcsor Interest thereon shalt

Re paid to'ted:CofjTRACTOR by ghk FINANQ'A'L INS'TITVT@N;. Thi COUNTY arig Yha 'CONTRACTOR agree that thed'ate of mailing sirch botiret of Rnhl payment to, the FINA'NclAL INSTITOT@N Shall cohsritif1e she data cg Rbaf

'payl~ua nt ti the cotfIRA4TOR uridei tbe tkrntract. Any p@ijlsiohs. of thi blriftf'act gegbrding %RBI paymprit shill gideemed to have b'ser compl'Ied w'ith r'eggrdl ass of pn'y delay; iri bhw ctoNTRftcmg'5 rgcgiylrigsafd gngl pa'yriiiirst

ir'any

ruminate and interest therpon from'tha FINAflchAL lhlSTIYUTjON1

405

IcrclxATII vl 'Trust Ajucuscet lriay;20, 2015

17.The FINANCIAL INETITUTIQN shall look only to the CONTRACTOR to pay any costs or fees for either its services

orexpenses hereunder and no'deductiod sh'all be made. therefor for any retainage o'r interest thereon except such

deduction that may be made after final paymerit has been made.

18. Failure of the FINANCIAL IN5TITUTIQN to comply with any qf the ter jms of this Agreement shall ha cause 'for the

COUNTY to refuse approval of'the FINA'NCIAL'IN5TITUTION ass par'ty to any future Trust Agreements.

IN vyiTME55 'WHEREGF the parties to this Tiust Agyeement have hereunder signed and Executed this Trusk

Jtghgement this ..day of ~20,(To be dated:by the COUNTY; )

CONTJIACTOB

y {„"ottcfetg CattggaCtpgs; Yftc.

CoeoPanyName.

By: ~ctx' ~a r.'J~r~ vv cP'rinted Name: .J{kdgle7I(aiytg'fgf{Bno

Tidy'. P'tttalt(g)tt

ATfggft

Pr{ntedWemet YLL(e(BI.alyipg)fstdfsr

Tftleb BedsrggttT)r

'CONTRACTOR.(ip JOINTVENTVRE)

CONTRACFOR {IFJOINT VENTURE)

Cqmpe)iy'Name-

Sy:pf)nted Ngr'ng

5{tlg!

P{Ipfgijl WRRIER,

CONTRJLCfQR (IF JO]JIT IFBNTUR5)

Company Name'ompany Name

By:.

printed Names

Title:.

By;

Prfnted Name:

Tele;

ATf55Tr

'PI1ntedNaiaterr

'Title!.

41755rf:

Prlbted Nemgi

T{t{et

FEIIASCIAL INETITtglOFL

Set<A'ne+on PunK S Tr~f. Atf.

Prfnted Nemet 8//dA'- 86nr~Tide: X~rsa Prie,

~grTTE5% kv/XMP 9lA~a(rdhtadl4aiftgh ctrl I r~ f r'En&ra JTIderv '...~~'E t~

COOK COUNTY

PE&AN T OIr TRANEPORTJIT{ON JsNO

Cy~5up&iiggdeng

(CC06nt) Gi Trosi Aalsolvat Mag20,1015

407

Bond No. 1848988

PERFORMANCE AND PAYMENT BOND TO THE COUNTY OF COOK

Know All Men by Tltese Presence, That we. A. Lamp Concrete Contractors, inc.

as principle, and The Hanover Insurance Company

as surety are

held and firmly boundunto the County ofCook in the penal sum of Eight Hundred ElghtyHlne Thousand

Thme Hundred pgty-Cne und 20/100- Dotlan (3 889,351.29 ), lawful money of the

United States ofAmmics, for the payment ofwhich sum ofmoney well and truly to be made, we bind ourselves, our

respective heirs, executors, administrators, successors sud assigns, firmly, by these presences.

Signed, sealed, and delivered this 26th day of January A.D. 20 17

THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, That whereas, the above boueded principleentered into a certain contract with the County ofCook, bearing date the day of January 26, 2917for

ROSELLE ROAD at SCHAUMBURG ROADSection: 14-U6039-ty2-TL

Rotttg: Vga

Township: Schgumburg

COOK COUNTY PROCUREMENT CONTRACT NO 41685-15811

The terms and conditions of the Illinois Public Constntction Bond Act, 30 ILCS 550

The terms and conditions of the Illinois Public Construction Bond Act, 30 ILCS 550 er ssr/ are herebyincorporated by refereace.

It is hereby expressly understood and agreed, and made a condition hereof, that any judgment rendered infavor ofany person not a party to said contract against the Cmmty ofCook in sny suit arising out ofsrdd contract orits performance, when reasonable notice of the pendenoy ofsuch suit shall have been given to said principle and tosaid surety, shall be conclusive against said principle and said surety as to both liability snd amount.

In 3vyhness Whenxrf said parties hereto have caused this bond to be executed aad delivered stGhtcagS; .."<<-..OH, rIllinois, all on the day and year Sist above en itten.

A. Lamp Concrete Contractors, inc. g~PRINCIPAL/CONTRACTOR 6:SEAL g~

SECRETAEgy~sr "CPO"""gr,Os

The Hanover insurance Company Oi/tiii'iii

SURETY SEAL

By 02225 22202TF T1ORNEY-IN-PA~omae O. Chambers Alvtgd NAIC9

SISTANTS AT SA1TO Y

THE HANOVER INSURA)4CE COMPANYMASSACHUSETTS BAY IINSURANCE COEIPANYCITIZENS INSURANCE COMPANY OF AMERICA

POWERS GFATTORNEYCERTEfEO COPY

KNOW ALL MEN BYTHESE PRESENTS.'hat THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, bothb'sing corppralio'nyorgsnlzed arid «dshng under the lmm of Ihb stats of Nmir Hrimpshire, and GITfzENs INsURANcE QQMpANY QF AMERlcA eccrpclcrionorganized wul existing under ttie laws of the State of Michigan, do hereby consgtufe and appoint

Thomas 0 Ctiambem, Kimberly S Reach and/or Tsdd Schaap

of Racine, wl snd each Is a trna and hwful Ariomay(s) In fact to sign, execute, seal, scxnuwledgs and deyvcir for, and on ris behalf, snd hs its act snd deci anyplass vrithin gm United states, w, if the folowlhg line be riited In, only wfthln tlie ares thwplndaslgn a)ed sny and all bonds, recognize ness lirderislsngs ccnhicteofimlstnnlly or otliw writ/nga oiiligatmy in tha nature therarr), ss follows:

Any such obligat)ons in the United States, not fo exceed Forty Million und Ntd100 (040,000,000) m any single instance

and said cbmpsmes hereby ratify and cungirm hll s'nd wtmMoever said Attbmej(spin ra'ct msy lawfully do in the premises by virtue of these presents.These apcffyrrmms sre made under and by erithbrity uf Nm fallowing Rsdolultrurp'assed by tire Basil of Directors of said ccmpantas which resolutionswe dill In.effolri:

"RBSCLvgg, ThNrim presldeni cr sny visa prstsfma in ccrlluncribn wlrbsny vlcc preslgsnt hs prdbcy sm hereM sulherlmrd enu ercpcwereritc wmclnlAecnmln rln Nmt il'1 Nro ccnmsriy,.ln tis'nuns mil as ns mm, ts ririsculs sriri sclmciusripri Nymd onnssehsri'ss suiiriy wly cnd sribonds, rriccpnbmcsacanrmcmcrfnriimrilty, mmmm cfst cruin err d rb mrier wrikrmt chlirisw(ylh em srrmmmsmcr with ircw'srro asses ra erato the'assi sfum camp any'. Autr muhrwianpi'sc rue culed by mich cuxintey'c 'iri fact chir be as hibid[rlc upon the du»furr s'4 irihsy hsd bmm sulf bmcumri md mksmisdcsri bvlhs mgsrcnrslechrd cfliccis of rirs ccmpany in their crrur prcpsr pwccns.'n'dcpriid ocmhir 2 1sa1 - Ths Ha»mr Insurance ccmpmricmricpmri Apiil 14, ttxxt-Ifmmachucsm ssy lcccmewr chmpcrd; nricpwri@ctrismusr '1, spill .- cmmm lrmurcncs Qcrnpsnpcrmmerics)

IN WITNESS IKIHEREQF, THE HANOVER INSURANPcE CQMFANY, INABSACHUSETTS SAY INSURANCE CQMPANY end CITIZENS INSURANCEQQMpANY GF AMER IOA pavo caused thee prosentsto be seater) vrlth ihafr rssfmrrilvs curponrie sssN, dub sttaitsd by two 'vlcc Prorildsnts,

BIN I tf)'d'aycri Mrilgh 2012TEE MNNriOVEE BtguRANfg)2CCEIPANYMABBACNIEMTYS EAY S)SU)MINCE COMPANYCITIZENS E GMEANYOP ABIERfEA

Rribert Tttrxes. Pica Prcstricrit

THE CQMtriQIAIIIEALTH OF MASSACHUSETTS )COUNTY QF tnORCESTER. )ss.

" Jcie Erenstram.'Vtcri'Pres)dent

'Qn fhls 1it ditysf INarch 2012 belbza me came the atxmnlmr'ned Vice Prasiriepls of The Hanover friuxsnrie Coinpany, Masuschuietts Bay IrmmtricsQZ crririsny'and ciiirienri tnsmsnce company ofAmerica. to me peribfrxly linown fo'Ps theiin'dlvlduals ang bfflcsie'desrritledhereln, and anlgrowlerigpd that Iheim''lsuExsd'to Ibe rirrii acfpg instrument ere the rmrtxxrite iEals oi Tfie Hmmtrir iris umnce'comPany, IB'aiicltdlluseric Bay Insurance cuipru'wend'crgmcmirmtymmcornriwwof Aqlsrlrial msphcriveM hr'ldtliat'gis saki ccrpdni)sssxthariiitheir NI)nbtums lm rifricers urelw rflilyaflbiri and curser)bird to sulif Irisirurtrsni wsmarftxxriyhanridttucthm rcf mrid cur geratiulm.

m ~ ~ ~I I

rii!EmllhA, Bhhttgx

.Bsrbam A. Gsdich; Notary PublicMyGbmmtssicn Erpyes septerilber 21,2010

I, ihp underN01»d Vlrie'rssldeiri of The Herlrivsr lrisursmm Ccmghri)rr Msrisrictmsstti Say Irieursllcs Cmripurrir rindCglzwm Inriursnca Qrirriphny ofAmeriririrharri)grueririy tlmtlhs gtrixcrrririri foregoing tb 4 yuf, )rue tmd crxmet uupY of the orttNna4iriwr oy Arimnsytsscsri hy sslri compcmlas, axlrishsrebjj.ftcgrer carEJJthat thu safri Pcnmrs of A'itumsy emcgh In force and effect.

This Certiflcrita nmy bc signed by facsimile under and by aulhorlfy of the foltowtpg resolution of the Scant ef Directors of The Hanover Insuranr»-Company,Mssriacriuw'riMBpy fnsurrihiie cornpeay and Cltizehs lnbummp compariy of Ainirilc'a.

'RBSQLvBD, Thai any andes peri»ra ofAucmey mrismsimd copiec ofmen'nusms sfxtmmey sndcerilicccan m recpectlhersrs,dninbmlmcfwcmclsdlwI)» president cr mytrice psnkmnc ln csrfmcrisp wSr snr Vicepmsidsnto'f pmccmpwrr, shell lm hhrmg untie company're em swne »met as N'sfl

siunaiermlhsrslhsisrsmaaumirriBmriavpnBeu2hmie)cnloIscf)rizisuchmgmriumelhs1crinrnsvbeImsculrer'Adontiirigmohriry 10st.yhericmhmIshbmscadcmpcn)iririoptsriripl14'I Irioz.waricmhuseasltrpkleurlulcsctunpsrw)xri~ilssptsribsry tE01 crisitnisiisakerhriribritycfnrricrim)

GlvEN undm'my hand snd the aside.of estd companies, at tririxcester, Massachusetts, this Bt" iry.of dsnusry 2017

THE HANOVER IMINIRANCE~MASSACHUSETTS BA'Y BIBLIRANCE CQNIPANYCITIYENE I eeuem CGMPANYCF AMERICA

G ~n Mrirgoslrin, Vice Pnmldsnf

STATE OF WlSCONSlN )

COUNTY OF Racine )

ON THIS 20th day of January , 2017

before me, a notary public, within and for said County and State, personally appeared

Thomas O. Chambers to me personally known, who being duly sworn,

upon oath did say that he is the Attorney-in-Fact of and for the

The Hanover Insurance Company

of New Hampshire

, a corporation

, created, organized and existing under and

by virtue of the laws of the State of New Hamnshlre; that the corporate seal

affixed to the foregoing within instrument is Ihe seal of the said Company; that the seal

was affixed and the said instrument was executed by authority of its Board of Directors;

and the said Thomas O. Chambers did acknowledge that he/she

executed the said instnunent as the Iree act and deed of said Company.

~le SheldonNotary Public, Racine County, Wisconsin

My Commissi~es 4/I 3/2010

~~~pRY F//httii«

g I=-~o ~C «//

JACKIESHEt DON s

4/ >'"Ih 0FWISC~ ==

408

CONTRACT

(SECTION 10)

This AGREEMEMT made and entered into this by and between the County of Cook, party of

the first part and hereinafter called County, A Lamp Concrete Contractors, Inc., party of the second

part and hereinafter called Contractor.

WITNESSETH:

That for and in consideration of the paymenls to be made by the said County as hereinafter

provided, the said Contractor hereby covenants and agrees with the said County to do all the work and

furnish all the labor, materials, machinery, apparatus, implements, lools, and other things necessary for the

improvement of a section of the public highway known as

ROSELLE ROAD at SCHAUMSURG ROAD

Section: 14-V6039-02.TL

Route: V60

Township: SchaumburgCOOK COUNTY PROCUREMENT CONTRACT NO.: 1885 15811

at his own cost and expense, free fiom all liens, claims, and charges whatsoever, and in a good

substantial, thorough and workmanlike manner, and in stdict and full accordance, conhrmity and

compliance with afi the terms and conditions of this contract and the requirements under it of the

Superintendent of Department of Transportation and Highways of Cook County, illinois, and under the

direction and to the satisfaction of the said Superintendent of Department of Transporlation and Highways.

It is expressly understood and agreed by and between said County and said Contractor that the

Bid hereto attached and Notice to Contractors, Specifications, Plans, Maps, Blue Prints, and Drawings, on

file in the Office of the Supedintendent of Department of Transportation and Highways of Cook County,

illinois, and in the owce of the Deparbnent of Transportation, Springfiekl, illinois, copies of which are hereto

attached, hereby are included in and made a part of this contract.

The Contractor shall not begin construction operations until the contract has been approved by the

Board of Cook County Commissioners and fully executed by the County. Subsequent to contract execution,

the Contractor will be notified by a notice-to-proceed letter from the Superintendent of Cook County

Department of Transportation of Highways to commence operations on a specified date. The undersigned

agrees to start construction operations on the date specified and to complete the proposed improvement

in full compliance with the contract on or before September 15, 2017. The contract period is

Aurg 10.2017 through Auaust 1.2019.

The Superintendent of Cook County Department of Transportation and Highways shall at the end

of each month make an estimate in wriTing, such as in his opinion shall be just and fair, of the amount of

materials furnished, delivered, properly set in place and incorporated into the herein described

(CC) I COntract Page 1 January tg, amg

409

improvement, and the amount of work properly done by said Contractor in the performance of the work

hereunder and the value thereof under and according to the terms of this contract.

The first estimate shall cover the amount of work performed and the value of the materials properly

set in place and incorporated into the herein described improvement since said Contractor commenced the

performance of this contract, and each subsequent estimate, except the final one, shall be of the amount of

work performed and the value of the materials properly set in place and incorporated into said improvement

since the last preceding estimate was made.

Such estimates of amount and quality shall not be required to be made by strict measurement, but

shall be sufficient if they are made approximately only, and each such esftrnate shall be submitted to the

Board of County Commissioners of Cook County and upon approval by said Board of Commissioners said

County shall pay to said Contractor ninety per cent (90'fo) of the amount stated in said estimates.

At least one week before each payment falls dve, said Contractor shall submit to said

Superintendent of Department of Transportation and Highways requisition for such payment, and, shall, if

required, submit therewith an Itemized statement of the quantities and cost and proportionate profit of work

performed to the termination of the period to be covered by such payment, together with an affidavit setting

forth that the items in said statement are true and just, that the services were rendered, that the articles or

materials were furnished, that the sum claimed is due and unpaid, affer allowing all just credits, that ail

labor, matedials, apparatus, fixtures, and machinery furnished or used have been paid for, and if not, stating

those not paid for, giving the amount due, to whom due; and for what due, attaching to said affidavit

waivers of lien from those mentioned in said exceptions as having unpaid daims, and such affidavit shall

contain such other matter as may be deemed necessary by the said Superintendent of Department of

Transportation and Highways to protect said County in its payments, and any such statement shall not be

binding upon said Superintendent of Department of Transportation and Highways.

There shall be deducted from the amount so determined for the first fifty (50) percent of the

completed work a sum of ten (10) percent to be retained until affer the completion of the entire work to the

satisfaction of the County. After fifty (50) percent or more of the work is completed, the County may, at its

discretion, certify the remaining partial payinents without any further retention, provided that satisfactory

progress is being made, and provided that the amount retained is not less than five (5) percent of the total

adjusted contract price.

It is expressly agreed by the parties hereto that in the event any defects or imperfections in the

materials or workmanship to be furnished by the Contractor herein appear within the period of one year

from the date of completion of all the work mentioned herein and the acceptance thereof by said County,

the Contractor will, upon notice from the said Superintendent of Department of Transportation and

Highways, (which notice may be given by letter mailed to said Contractor to the business address of the

Contractor shown in the Proposal), repair and make good at his own cost any such defects or imperfections

and replace any defective or imperfect materials or workmanship with olher materials or workmanship

satisfactory to said Superintendent of Department of Transportation and Highways, and furnish all such

(CC) i Contract Page 2 lanuanr 13,2013

410

new materials and labor as may be necessary to do so; and in the event of the failure, refusal or delay of

said Contractor to so make good, repair or replace said workmanship or materials, said County may do so

or have same done by others, and said Contractor and the surety or sureties on his bond given for the

faithful performance of this contract shall be liable to the County of Cook for all damages and expense

occasioned by such failure, refusal or delay.

It is expressly and mutually covenanted and agreed that all of the Plans and Specifications

hereinbefore mentioned and this Instrument together are the documents forming the contract between said

County and said Contractor and are correlative, and whatever may be provided for and required by one of

said documents shall be as binding as if provided for and required by two or more of them.

The Contractor expressly agrees that not less than the general prevailing rate of wages as found

by The Board of County Commissioners for the County of Cook in accordance with the provisions of "An

Act regulating wages of laborers, mechanics and other workmen employed under contracts for public

works", Approved June 26, 1941,as amended, or such wage rates as msy be determined by the court on

appeal as in said Act provided, shall be paid to all laborers, workmen and mechanics performing work

under this contract. The prevailing wage rates as found by the said Board of County Commissioners are on

file in the office of the County Clerk for the County of Cook.

It is expressly understood and agreed that if the said Contractor shall fail, refuse or neglect to

comply with said contract and Plans and SpecNcations or any provisions therein contained, or to proceed

according to the terms of said contract and Plans and Specifications or any part thereof, in the manner and

at the time as directed by the said Superintendent of Department of Transportation and Highways, then the

said County shall have the right, and The Board of County Commissioners of Cook County is hereby given

authority on behalf of the said County to declare this contract forfeited, and the said County may re-bid the

whole or any part thereof upon such terms as it may see fit without prejudice to any of its rights herein.

it is expressly understood and agreed by the parties hereto that the Superintendent of Department

of Transportation and Highways shall fix and determine-the amount of damages to be paid to said County

by the said Contractor by reason of the failure or refusal to perform this contract or comply with the

provisions thereof as aforesaid, and the said Contractor hereby agrees to be held liable I'or the amount so

fixed and determined and agrees to pay such amount; and the said County shall apply in payment of any

such amount so fixed and determined any and all sums on hand or due and owing to said Contractor, and

if there be not sufficient money on hand or due and owing to said Contractor to balance and pay said

amount so fixed and determined, then, in such case, any amount remaining unpaid shall be a valid and

subsisting claim against the said Contractor and the surety or sureties on his bond given for the faithful

performance of this agreement.

(cC) I Cantraur Paaa 3 January 15, 2013

Project: Roselle Road

Limits: at Schaumburg Road

Section: 14-V6039-02-TL

CONTRACT

EXHIBIT A

SCHEDULING

It is understood that time is of the essence to the contract. The following project milestones will apply to this

contract. Failure to meet milestone dates listed below will result in liquidated damages being applied

in accordance with Article 108.09 of the Standard Specifications. An extension of time for eachrequirement may be granted in accordance with Section 108.08of the Standard Specifications.

IVlilestone IRequirement: Submittal of Paperwork including Progress Schedule, Request of Approval of Subcontractors

and Request for Approval of Suppliers.

Due Date: 2 WEEKS FROM NOTICE TO PROCEED

Milestone 2Requirement:

Due Date:

Substantial Completion of Project and Pre-Final Inspection Except for Sodding and

Landscaping

August 1,2017

Milestone 3Requirement:

Restrictions.

Due Date:

Completion of All Punch List Work, Final Inspection and Acceptance Except for Sodding

and Landscaping.Completion of all punch list work, final inspection and acceptance within 30 Calendar daysfrom the Pre-Final inspection.

September 1, 2017

Milestone 4Requirement:

Due Date:

Completion of All Punch List Work and Final Insoection and Acceptance~Exce t for Sodding and Landscaping

September 15, 2017

Milestone 5

Requirement:

Restrictions:

Due Date:

Return the Final Construction Report (Form 69) with any changes indicated, initialed and

dated on 8te report and include any and ail pertinent information to substantiate any changes.Return the Final Construction Report (Form 69) within 21 days of receipt.February 1, 2018

Milestone 6Requirement

Due DateExhibit A (cclScheduling

Page 1 October S, 20141 Page(el Total

Submittal of All Required Closeout Paperwork including but not limited to Contractor's

Affidavit (BC 141), Afgdavit of Subcontractors or Material Supplier (BC 151) for all

subcontractors and suppliers utilized for this contract, D//M/WBE Payment Agreement (SBE2115) for all minority subcontractors and all required missing documentation as indicated in

the Final Construction Report (Form 69).August1,2018

Con(roo(or: A Lamp Concrete Contractors, Inc.

SCHEDULE OF PRICES

412

ROSELLE ROAD

AT SCHAUMBURG ROAD

Soooon No.. 14-V5039-02-TL

ITEM PAYNO. CODE

QUAN-

TITIES UNIT PAY ITEM UNIT COST TOTAL COST

1 20100110 54 UNIT TREE REMOVAL (5 TO 15 UNITS DIAMETER) Pa6O (I (O%—

2 20101000 40 FOOT TEMPORARY FENCE 5-$

300$

3 20101200 I EACH TREE ROOT PRUNING

4 20101300 I EACH TREE PRUNING (I TO 10 INCH DIAMETER) Qo$

5 20200100 723 CU YD EARTH EXCAVATION QJ14,'RO-

6 20201200 314 CU YD REMOVAL AND DISPOSAL OF UNSUITASLE MATERIAL

9

7 2040QBQQ 39 CU YD FURNISHED EXCAVATION

5 20600150 5 CUVD TRENCH BACXFILL

GEOTECHNICAL FABRIC FOR GROUNDSTABILIZATION

10 21101615 510 SQ YD TOPSOIL FURNISH AND PLACE, 4"

11 25000400 7 POUND NITROGEN FERTILIZER NUTRIENT

13 25000600 7 POUND POTASSIUM FERTILIZER NUTRIENT

$

, +5

g,5c$

l-

(~

/~

12 25000500 7 POUND PHOSPHORUS FERTILIZER NUTRIENT

4,><o-

L/tOO-$

4AR.SZ3-$

Q,'tt)C&$

14 25200110 510 SQ YD SODDING, SALT TOLERANT

15 25200200 2 UNIT SUPPLEMENTAL WATERING

$

16 25000510 10 EACH INLET FILTERS

PAGE 1 OF 8

Cantractar; A Lamp Concrete Contractors, Inc.

SCHEDULE OF PRICES

413

ROSELLE ROAD

AT SCHAUMBURG ROAD

Sacran Na.. 14-V6039-02-TL

ITEM PAYNO. CODE

QUAN-

TITIES UNIT PAY ITEM UNIT COST TOTAL COST

17 35101600 731 SQ YD AGGREGATE BASE COURSE. TYPE B 4"

18 42000501 PORTLAND CEMENT CONCRETE PAVEMENT 10(JOINTED)

19 420D1300 1,209 SQYD PROTECTIVE COAT

20 42400200 4,192 SQ FT PORTLAND CEMENT CONCRETE SIDEWALK 5 INCH

$

21 42400800 89 SQ FT DETECTABLE WARNINGS

22 44000500 733 FOOT COMBINATION CURB AND GUTTER REMOVAL

23 44000600 4,801 SQ FT SIDEWALK REMOVAI

30-

$

(O$

24 44003100 227 SQ FT MEDIAN REMOVALI l. Ko 4( tt0,5D

25 55100500 9 FOOT STORM SEWER REMOVAL 12" /o

26 56103000 8 FOOT DUCTILE IRON WATER MAIN 5"

27 56400500 1 EACH FIRE HYDRANTS TO BE REMOVED

I +0-

(0013

28 56400820 EACHFIRE HYDRANT WITH AUXILIARY VALVE AND VALVE

BOX$

29 56500600 2 EACH DOMESTIC WATER SERVICE BOXES TO BE ADJUSTED

'0 60201340 EACHCATCH BASINS'YPE A' DIAMETER'YPE 24 FRAr48AND GRATE

$

31 60250200 I EACH CATCH BASINS TO BE ADJUSTED

32 60257900 I EACH MANHOLES TO BE RECONSTRUCTED

PAGE 2 OF 9

Contractor: A Lamp Concrete Contractors, Inc.

SCHEDlJLE QF PRICES

414

ROSELLE ROAD

AT SCHAUMBURG ROAD

Sac8on Noc 14-V6039-02-TL

ITEM PAYNO. CODE

QUAN-

TITIES UNIT PAY ITEM UNIT COST TOTAL COST

33 60500050 2 EACH REMOVIMG CATCH BASINS

34 60605000 FOOTCOMBINATION CONCRETE CURB AND GUTTER TYPE8-6.24

$

35 66900200 570 CU YD NON-SPECIAL WASTE DISPOSAL

36 66900450 1 L SUM SPECIAL WASTE PLANS AND REPORTS

37 6690D530 I EACH SOIL DISPOSAL ANALYSIS

38 87000400 6 CAL MO ENGINEER'S FIELD OFFICE, TYPE A

39 70106800 16 CAL MO CHANGEABLE MESSAGE SIGN

40 72D00100 17 SO FT SIGN PANEL - TYPE I

41 72400500 2 EACH RELOCATE SIGN PANEL ASSEMBLY - TYPE A

42 72800100 30 FOOT TELESCOPING STEEL SIGN SUPPORT

43 78001150 74 FOOT PAINT PAVEMENT MARKING - LINE 12"

44 78009000 09 SQ FTMODIFIED URETHANE PAVEMEN™RK™GLETTERS AND SYMBOLS

45 78009006 380 FOOT MODIFIED URETHANE PAVEMENT MARKING - LIME 6"/

3

48 78009012 758 FOOT MODIFIED URETHANE PAVEMENT MARKING - LINE 12"r

$

47 78009024 184 FOOT MODIFIED URETHANE PAVEMENT MARKING - LINE 24"

3

48 78100100 8 EACH RAISED REFLECTIVE PAVEMENT MARKER

PAGE 3 OF 9

Ccht/ec/c// A Lamp Concrete Contractors, Inc.

SCHEDULE OF PRICES

415

ROSELLE ROAD

AT SCHAUMSLIRG ROAD

Sec0cc Nc: 14-V6039-02-TL

ITEMI PAY

NO. CODE

49 81028200

OUAN-

TITIES

1,103

UNIT PAY ITEM

UNDERGROUND CONDUIT GALVANIZED STEEL 2DIA.

UNIT COST

, }fp.50

TOTAL COST

IC,DW-

50 81028220 15T FOOTUNDERGROUND CONDUIT'ALVANIZED STEEL'DIA.

51 81028240 732 FOOTUNDERGROUND CONDUIT, GALVANIZED STEEL, 4"

OTDIA. Qg,sa

52 81400100 I EACH HANDHOLE

53 81400300 3 EACH DOUBLE HANDHOLE

, i,foo-, Aoo-

y 15- q~-3 $

54 81702110 1,855 FOOTELECTRIC CABLE IN CONDUIT, 600V (XLP-TYPE USE)1/C NO. 10 ,Q5 (, XaS,~S

55 84200500 4 EACH REMOVAL OF UGHTING UNIT, SALVAGE

56 84200804 0 EACH REMOVAL OF POLE FOUNDATION

MAINTENANCE OF EXISTING TRAFFIC SIGNALINSTALLATION

514"$

f485-

58 85100500 3 EACH PAINT NEW TRAFFIC SIGNAL POST (WRS-

59 85100600 1 EACH PAINT NEW MAST ARM AND POLE, UNDER 40 FOOT Qot'o-$

60 85100901 PAINT NEW COMBINATION MAST ARM AND POLE, 40FOOT AND OVER

62 87300925 5,051 FOOT ELECTRIC CABLE IN CONDUIT, TRACER, NO. 14 IC

63 87301215 1,441 FOOT ELECTRIC CABLE IN CONDUIT, SIGNAL NO. 14 2C

- 61 86400100 1 EACH TRANSCEIVER - FIBER OPTIC

, ll't'K

,QQ

g~o-$

WAS$

q( 14. @O$

64 87301225 I,S36 FOOT ELECTRIC CABLE IN CONDUIT, SIGNAL NO. 14 3C't 555.M

PAGE4OF 0

Contreclor: A Lamp Concrete Contractors, Inc.

SCHEDULE OF PRICES

416

ROSELLE ROAD

AT SCHAUMBURG ROAD

Sec0on Noc 14-V6039-02-TL

ITEM PAYNO. CODE

65 87301245

66 87301255

67 87301805

QUAN-

TITIES UNIT PAY ITEM

2,045 FOOT ELECTRIC CABLE IN CONDUIT. SIGNAL NO. 14 TC

103 FOOT ELECTRIC CABLE IN CONDUIT, SERVICE, NO. 62 C

2,221 FOOT ELECTRIC CABLE IN CONDUIT. SIGNAL NO. 14 5C

UNIT COST

,S6

l, 1C>

TOTAL COST

iSStM

>>4't~

39,'t.W

68 87502500 3 EACH TRAFFIC SIGNAL POST GALVANIZED STEEL 16 FTl ~O

$

69 87700190 1 EACH STEEL MASTARM ASSEMBLY AND POLE 30 FT.

70 87800100 12 FOOT CONCRETE FOUNDATION, TYPE A

~Q6-$ $

~t- QLSS-3 $

71 87800150 4 FOOT CONCRETE FOUNI3ATION, TYPE C

72 87800400 4 FOOT CONCRETE FOUNDATION, TYPE E 30 INCH DIAMETER

$

$

$

73 87800415 54 FOOT CONCRETE FOUNDATION, TYPE E 36-INCH DIAMETER

74 87900200 3 EACH DRILL EXISTING WANDHOLE

Qgd —'I SI SM

$ $

75 88030020 SIGNAL HEAD, LED, I-FACE, 3-SECTION, MAST-ARM

MOUNTED

76 88030050 3 EACHSIGNAL HEAD, LED, I-FACE, 36ECTION, BRACKETMOUNTED

Sl5'77

88030100

78 88030110

SIGNAL HEAD, LED, 1-FACE, 5SECTION, BRACKETMOUNTED

SIGNAL HEAD, LED, 1-FACE, 54ECTION, MAST-ARM

MOUNTED

I~~S-

, lÃlo-

79 88200210

80 88700200 2 EACH LIGHT DETECTOR

, lltO-

14 EACH TRAFFIC SIGNAL BACKPLATE, LOUVERED, ALUMINUM

3

$

9o>-

, (8Rc-

$

PAGE 5 OF 9

Cant/ncrac A Lamp Concrete Contractors, Inc.

SCHEDULE OF PRICES

417

ROSELLE ROAD

AT SCHAUMBURG ROAD

Snc6on Noc 14-V6039-02-TL

ITEM PAYNO. CODE

QUAN-

TITIES UNIT PAY ITEM

81 88700300 1 EACH LIGHT DETECTOR AMPLIFIER

UNIT COST

, IC(s-

TOTAL COST

82 88800100 6 EACH PEDESTRIAN PUSH-BUTTON

83 89000100 1 EACH TEMPORARY TRAFFIC SIGNAL INSTALLATION

84 89502300 7 010 FOOT REMOVE ELECTRIC CABLE FROM CONDUIT

85 89502375 I EACH REMOVE EXISTING TRAFFIC SIGNAL EQUIPMENT

86 89502380 13 EACH REMOVE EXISTING HANDHOLE

87 89502382 1 EACH REMOVE EXISTING DOUBLE HANDHOLE

88 S9502385 5 EACH REMOVE EXISTING CONCRETE FOUNDATION

89 550A0340 17 FOOT STORM SEWERS, CLASS A, TYPE 2 12"

90 X0324085EMERGENCY VEHICLE PRIORITY SYSTEM LINE

SENSOR CABLE. NO. 20 3/C

91 X1400107 EACFULL ACTUATED CONTROLLER AND TYPE SUPER PCABINET

92 X2130010 50 FOOT EXPLORATION TRENCH, SPECIAL

93 X8360215 15 FOOT LIGHT POLE FOUNDATION, 24" DIAMETER, OFFSET

94 X8440118 5 EACH RELOCATE EXISTING LIGHTING UNIT, SPECIAL

95 X8710024 FIBER OPTIC CABLE IN CONDUIT, NO. 62.5/125, MM12F

SM24F

98 10007430 2,294 SQ FT TEMPORARY SIDEWALK

PAGE 6 OF 9

Cooicaoioc A Lamp Concrete Contractors, Inc.

SCHEDULE OF PRICES

418

ROSELLE ROAD

AT SCHAUMBURG ROAD

SooBoo NO.: 14-V6039-02-TL

ITEM PAYNo. CODE

QUAN-

TITIES UNIT PAY ITEM

97 20033028 6 CAL MO MAINTENANCE OF LIGHTING SYSTEM

98 20033046 I EACH RE-OPTIMIZE TRAFFIC SIGNAL SYSTEM LEVEL 2

99 20073510 I EACH TEMPORARY1RAFFIC SIGNAL TIMING

UNIT COST . TOTAL COST

q.et/

, (S5o-, t~o-+(0

100 CCDOTH Ft)OTELECTRIC CABLE IN CONDUIT STREET NAME SIGN

NO. 14 3C, TYPE SCOW

101 CCDOTHRADAR VEHICLE DETECTION SYSTEM, SINGLEAPPROACH, STOP SAR AND FAR BACK

102 CCDOTH

103 CCDOTH

104 CCDOTH

105 CCDOTH

STEEL COMBINATION MAST ARM ASSEMBLY AND

1 EACH POLE 42 FT.,45'OUNTING HEiGHT, 20'UMINAIREARM

STEEL COMBINATION MAST ARM ASSEMBLY ANO

2 EACH POLE 45 FT.,45'OUNTING HEiGHT, 20'UMINAIREARM

STEEL COMBINATION MAST ARIM ASSEMBLY AND

1 EACH POLE 52 FT., 45'OUNTING HEIGHT, 20'UMINAIREARM

PEDESTRIAN SIGNAL HEAD, LED, COUNTDOWN, 1-FACE

, (0+SO-5 (CitRu

, (io9,o -,~Ao-

, Q4oo-

7ss-106 CCDOTH 2 EACH LED INTERNALLY ILLUMINATED STREET NAME SIGN, 6

107 CCDOTH 2 EACH LED INTERNALLY ILLUMINATED STREET NAME SIGN, 6

108 CCDOTHUNINTERRUPTABLE POWER SUPPLY WITHOUTCABINET

109 CCDOTH FOOTELECTRIC CABLE IN CONDUIT, EQUIPMENTGROUNDING, No. 6 1C

110 CCDOTH 50,000 UNIT CONTRACT EXTRA WORK

111 CCDOTH 262 CU YD POROUS GRANULAR EMBANKMENT, SUBGRADE

112 CCDOTH 1 L SUM CRUSHED STONE ITEMPORARY USE)

$ 1.00 3 50,000.00

(0-

i 50o-

PAGE T OF 9

Ccc(rac(cr: A Lamp Concrete Contractors, Inc.

SCHEDULE OF PRICES

419

ROSELLE ROAD

AT SCHAUMBURG ROAD

Sacacft Ncc 14-V6039-02-TL

ITEM PAY

NO. CODEQUAN-

TITIES UNIT PAY ITEM UNIT COST TOTAL COST

113 CCDOTH 787 SQ YD AGGREGATE SUBGRADE (12 INCH) i/,E0 I(,13 r .50

114 CCDOTH 2,294 SQ FT CONCRETE PAVER SIDEWALK

115 CCDOTH 2,134 SQ FT CONCRETE PAVERS (FURN(SH)

117 CCDOTH 4 EACH TEMPORARY ADA RAMP

118 CCDOTH 7 SQ YD CLASS 8 PATCHES, SPECIAL

10'19

CCDOTH 23 FOOTPIPE UN OERDRAINS, PERFORATED POLYVINYLCHLORIDE (PVC) PIPE, 6 INCHES

116 CCDOTH 1,919 SQ FT CONCRETE PAVER SIDEWALK REMOVAL Ij, (O$

't(OO

$

>«(D,'tO

(goo-$

+,+O$

[( io-$

12D CCDOTH 97 SQ FT CONCRETE HEADER BAND 5't 50 g~>.55121 CCDOTH 159 SQ FT CONCRETE MEDIAN, TYPE CA

122 CCDOTH 1 L SUM TRAFFIC PROTECTION

123 CCDOTH 1,125 SQ FT ERADICATION OF EXISTING PAVEMENT MARKING

124 CCDOTH 4 EACH LUMINAIRE, TYPE 1

+9,50

igb,65-

95lo-

+'70.%0

t5('PI ~.

125 C CD 0TH 706 0 T UNIT DUCT'(SV' 1C NO'4' 1C NO'6'/O No'6GROUND, (XLP-TYPE USE), 1 1/4" DIA. POLYETHYLENE t(F) ~

$

126 CCDOTHLIGHT POLE FOUNDATION, METAL, CIRCULAR

BASEPLATE, 12"BOLT CIRCLE, 8 5/8" X6'aM127 CCDOTH 5,194 FOOT REMOVE ELECTRIC CABLE FROM CONDUIT, SPECIAL

128 CCDOTH ,SUMCONSTRUCTION LAYOUT STAKES ANO SURVEYCONTROL POINTS

PAGE 8 OF 9

Contractor. A Lamp Concrete Contractors, Inc.

SCHEDULE OF PRICES

420

ROSELLE ROAD

AT SCHAUMBURG ROAD

Socoon Noo I4-V6039-02-TL

ITEM PAYNO. CODE

129 CCDOTH

QUAN-

TITIES UNIT PAYITEM

16 FOOT SEGMENTAL BLOCK RETAINING WALL REMOVAL

UNITCOST TOTAL COST

TOTAL 5 50,000.00

PAGE BOF 9

421

County of CookDepa/tment oflrensportadon and Highways

- Proposal Bid Bond

Praject: ROSELIE ROAD at SCHAUNBUR ROAD

Section 14Vgggggg-TL

tahlngDste f-If-I+W'e A. Lamp Concrete Contractors, Inc.

ss Prinipsl, and Tbe Hanover Insurance company

se Sonly, ere held and gniy bound unto ths Counly ot Cook s body poScsnd maponde of Ihe slats of Snch herein alter caged 6» Counly ln ihe p'anal sum oi 6% of Ihe hhribid price, or for ihe amount specilied h Aigch102.00of Ihe Sandard ~s hr Road and Bridge Ccnshucgon h egsct on Ihe date of Mayan for bids. We bhd cumelvee, our baba,execulom, sdminialialors, successors. and agiigns, jchgy to pay to gle Ccaofylhls sumunder Nmcwdilions of ibis inslnanent.

WHEREAS THE ONDIAON OF THE FOREGOING OBUGAllON IN SUCH that, Ihe esU PRIMCIPAL h submggng e wrkten prtgnnari loIhe Cowdy mdhg thmugh Ns awsngng agency for the conghrdlon of the uatk dsslgnahd se the aha» gecgm.

IM THE EVENT Ihe Gcanly determines Ihe PRINCIPAL hss fated lo enter Inlo s funnel conhucl in compgsnce wgh any mqui»mach aetforlh In gm pnes@g paragraph, Ihen the County ecgng thtcugh Ns uaangng agascy shag~bs snlMsdh laocver Ihe tug penal Nun setout ebmm, together vgh sg cowl a»h, sg attorney fees, and any alber expense at mcuvwy.

IM TESflhIONY WHEREOF, Ihe said PRINCIPAL and said SURETY have caused Ibis inthwrmnt lo be signed by their respedive OScmaand Mrcmporaie aegis hbeiuummto sigxed this 11th

1)qy pj„dnnnmu A.D. 2011

~~ +pq,PO~jtj .A. La Concrete Contractors, Ino. R.;.r;,O dp+. P(Company Nwne) (Sail) :t(Company Name) (Seal)

SEALBY: Jv'A -:BY:=

(sgeuhlm &Tdh) Arete Lrdaplgnano, Ptn r .-„(Bkptsbiiu Nigh)

gfPRINCIPAI. Is a jo'mt venture of two or mbpe'

names, assis and orlzsd algnstunm of each conbactar must

be sflfxwL) "/I I I I Bf})t~

BY:(Smd) (Sgnahsn sfpgan»y Jere~erg/to«onmihem

The Hanover Innurance ConlPnny

(Name of Suriy)

THEREFORE, lf the pmpogal ls wx»phd and a canlract awarded lo Ihe PRINCIPAL by 6» County hr Ihe ahovmderignated catch», and

the PRIM(NPAL shell wghh Chen (15) days ager award enter into s fennel contract, furnish awsty guamnleeing the hWul performance of 6»uok, nud fumhh Ihe required hmnance coverage, ag as provided in Nw Sandwd ~ans fur Read and Bridge Gonsln»tion'nd ~Supplemenfal SpecNicagons, g»n Ibis obggelion shag become void; olhemhe Nahag remin In fug gaea and egacL

8TA1E OF EISSSIWISCONSINcouuTY OF SEEK RACINE

I, Jackie Sheldon .a Ndaypubgch aml hicaa ecudy dehoodgraagg gatanal ~ I amalanaaa and Thames O. chambersgcaat neanaoihdhuuobutpau mboImuai PunoggAL a gISIEW}

»home such eaenagy hewn to me aha Iha same paawn wlmn eaeau mu ubaalbud toihe bmgabg hoiimuntmbdawrd pnlumpAL auimmEIY, appaaiou boam masdo

doth paaaeantmbnmludgad mupatbuhIhuiaay aigaal, uadudmd dogvumg a» I»haaagm sdrbee md vdmdouuw br Iha uaau aad pnpouaa Ihaoh aaiiaih.mwauodamyAvadndadoddmdlhis~dwaf Jnnaarv Ao go 17 Mymmmhubaacbaa 4/13/2019

A9 4'10< 3F)j(LC/~aola)r pddh

vapmpar emmgon afsh ban ga hgnhw gbmhuw or gook ar Ed Inhu dadond hopdn.«uew hadhmadhliaa ot pmpoat measly rhea, urn»the wghmL

(CC}K Pmsaant Bld Band Jan. 1e, gets

THE HANOVER INSURANCE COMPANYMASSACHVSETTS BAY INEVFTANCE COMPANY

CITIZENS INSURANCE CIZMPANY OF AMERICA

PCYIEFIB QFrityyoff Iy EY.CERTIFIED COPY

KNOW A'LL MEN SY TFIESE PRESENT8: Tlhtt THE HANOVER IN8URANCE COMPANY hnd htABSACHU SETTSBAY INSURANCE COBIPAN Y bathbeing corpozshonri)rrgshtzsdmidmristing tmdm the laws of Ihe State of Nsw Hm'npsNre, and CITIZENSINSURAHCE COMPANY OF AMERICA,accrpcreyonorganized and ow'sting under the lauw ef the Rate of MicNgen, do hereby coneEuto and appoint

Thomac Q.Chambers, Kimberly RReach andior Twrid Selraap

pf Racine thg smt each is s tiulr hndhsutul Ahdmayfs)hwfiot lo sign hfmcrde seal sclmcwlpdgidnd delver fcr and ch Its brihsy end ps Ifs act snd dead ahyplace wlthln Ihe United'Stakes Br, If0»firihhrihg tiny ba fEed fa c nly wlthlh the area Sprain dpslgnririod any and'Zt tmnds, mc~ ~wuftectsrdIndemnity or uguw wrillngs oblftpttoly In Ihe natufwthsmof, as hritcws:

Any such obligef lone br the United States wot to exceed Forly lgillion)tnd NupfRL [840000000) in awy single instance

and said cbmpahidc hersby ratify inif mmlirm all and ~r said Attcmej(s)tthfaet may lawfully do in the premiseu by vtifuc of these prese'Ns.These a

phryne

aremade under and by authority cfBiri fplkmliip Rerioiutlcii passerby ihe 8mud dt Cirectors of caid companies which msobgons

are still In:sffmri:

",hgsOLvgp, ThtriJlut prsehtow)or ww vlcc proyldtrc Mcculrpcilcn with anyvleapm ~Ident ha Mdrhaymr hersbzsuuwriceritariauwarmmdts cppslmA~fuel cTSs comsmy b Its

ri

wad

hn asncarih t'a i»i ufi arid act»ra md'br and os Cebiidi as duririy emr a»i ari bearii, rsriesnlmrrrwa,ccnirads orindiSiiitjj, wibc» ascbslon enri ail other wrirsjja ubiiisiioiyin thri riaararihiiaof with pawsi're~ the'coilawha ccmpenr. Any eumwrivagohwmacutsri br) audi Asrihwywin fact'shall iro ari hkrcinc upcri lire crimrimw as ifthey hari buwri Ikcy cuc'cuicri smi acwibwiericsii by the rccubriyeisa»1 omceic»r Se co»Pmz ia their wwi Prcuar Peuicnez irtricP»ri ocrahm z, 1eei - The Hwvwer hwwancecomPsrtcruRPum Asrc 14, Ituxt:

.Bay irrcriranail cenlpwly. Aricpteif Bapwmberz zcii1 - clliuerw lasresuce company crdmsriea)

IN tnATNESS %%EREGF„THE HARofifER INEURANcE Of)MI SNY„.MASSSQHVSETTB SAY IRBURANCE COMPANY and CITIZENS INSVRANClccOMPA'N Y QF AhilERIEA have cmmml grass presents ia be sealed wlffr their ruupofgua Aorpurats sash, duly attested by fvm Vtcri Pm@dot)s,Bt» 1st tSY rbf MunbR 20 IR

TflE igANOL)IERSMURANSECOMPANYv . MASSACHURETTSRAYINSVRANCECOBIPANY

CITIZENSPOIEMheE IIIPANY OP AIEERICA„ghtil .

Rhhrirt Therm». tfh» pfutidsut

4 P'1'HE COMMQNthrEALTH OF MASSACHUSETTS )COUNTY OFyyORCESTER' se. uts .vwrw|on this 1st dsyepMsreh2018 befccgmormme the above rmritod vicc prsshlenta cfThe HerizEw Iusuawo company, Mammchucettu Bsy Irmcrmmgam'pony'end citldeht iaspum'pe c'ornpany of Amfi)ca, fo rrie ptripbbtty finpt)h.fo by the Iruibfduhlri'anR office» descri»0 hi»in, und'arilinmvledkid that ttwrrihriirpRxedlc Iho precerghgiriritminent arh tho cerpemts seals cf Thi'Hahmmr Inturhnce'con)priny, RMhcscguhrihs Siy Insurance currpsriysutl cgmtis ItwrcpnaicbfrpdriyofAmerica, rhapsodic, uridthst the said carpe nits s sals mxllhsli'ilftriatuiris hh ogtr»m BE» ifuly afhurid and riubricribmi to w'id in'stncnsmby ~nddlrerritowtri said Cotponitlarisr

sMR»A*hln804

4 m~uwuuwIN5I~4m w.we

-Shdmui A. Qsriirrit Nctwir public

M)rcprofifrihion Etrphobseptpmber 21,.20th

I, thp unthehignsctvhte prechtotpof Ths Hsnbvtc lhuurhm» comphn)I„Mhpsschustctri srtplnsurgrws cmnparE'Bnd citlz'sile Insunince corn p'hny'of Amwtrirhhas)I'j)F cadl~5 thaigle tgictrdhud foregoing Jsh tbl„true mida»nws! copy of the orifrimripovfurrcrf Atfomeybsusd bysaig cdmpsntux anddo iaiishtt'~M

the»the aiid powsm ot Aiimr»y arw'sEI td fcvowsnd'ffect.

Thio cbritficatormty haoigned by fecal»IN un!ter and hy puthotgy uf the fciiowiog rmmlullon cf the soaal af Directcis sf The Hiecver Insurance company,Misaaehusethl IMY )Id»rance Rcmpanysmf Cllizuns Insum'iew Company of Ari4iht

'Rgsccvgth)nsrahvunrlaii pcwemcfniwmeyanri'cbrsuedcorrisccr'such poriemmfnecmtymdeyristwtbuinrespectthsrsradrrieteriaadweuorritwer wv rFcs provide»br ccuhmmoy sgi urcrccct p»si4ent ef ptwweewwly, slisiills tfmlbir on tlio ccmpsny ip Re swrw rucimi as if ah

cfgiirdutcitpmtridpmmscudlyhfhwrl; tvirilPiriu'phriiie crmo» cut pjy'tuchi~uthmo'4'tb)IIihe'bcsirgsy IA'dgcg48»tbtty, 1pet FThaHstivsIInm~tkifipumeh»14, 14tEAilisiehmiuri scy1nmimsedcnuwwyariuptetstE twryzcw ci Iniur4hcoccriwayofhrrisfa0

GIVEN under rnyhandandtheseals of ssidCoinpantes, SWmcesler Irirmsechusehs)hts 11th d'syuf January 2017

THE HANOVER INIRIIRrlNOR COMPANYMASSAQHUSETTSSAY INSVRANCEQQMPANYCITIZENS INSURANCE CQBIPANY OF AMERICA

8 ~Mmgoslan, Vhe Pmmidant

422

BID DEPOSIT FORM

AS REQUIRED BY INSTRUCTION TO BIDDER OF/AND INCONJUNCTIONWITH THE BID HEREWITH SUBNIITTED

(THIS FORNI NIUST BE SUBMITTED WITH THE BID)

TO: COOK COUNTY DEPARTMENT OF TRANSPORTATION ANDHIGHWAYS

BID FOR: Roselle Road at Schaumburg Road

Contract No. 1685-15811

BID OPENING DATF. January 11,2017

We deposit (subject to all condition of said proposal) the followingdescribed deposit check:

( ) Cashier's Check ( ) Bank Draft (X) Bid Bond ( ) Other

Drawn on:Bank

ofCity State

Draft or Check Number: Date:

Amount: $

Submitted by: A Lamp Concrete Contractors, Inc.

Bidder1900 Wright Boulevard

Street AddressSchaumburg,

City

Illinois

State60193

Zip Code

DO NOT WRITE IN THE SPACES BELOWThe above described Deposit Check is:

( ) Held

( ) Mailed

( ) Delivered To( ) Bond Substituted( ) Bond Mailed To

(ccj L Bid Deposit Form

DateDateDateDateDate

Jen. 15, 2013