book 3 detail specifications, standards, and details

225
Federally Funded – Non FTA BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS NEW STREET CONSTRUCTION S. GREEN BAY AVENUE, E. 84TH STREET & E. 85TH STREET S. GREEN BAY AVENUE - E. 83RD STREET TO E. 86TH STREET E. 84TH STREET - S. GREEN BAY AVENUE TO S. LAKE SHORE DRIVE E. 85TH STREET - S. GREEN BAY AVENUE TO S. LAKE SHORE DRIVE C.D.O.T. Project No.: B-3-511 Specification No.: 225445 Illinois DCEO Grant No.: 08-357018 CITY OF CHICAGO RAHM EMANUEL MAYOR Prepared by DEPARTMENT OF TRANSPORTATION Contracts Section REBEKAH SCHEINFELD Commissioner of Department of Transportation Suite 1100, 30 North LaSalle Street Chicago, Illinois 60602-2570 DANIEL BURKE, P.E., S.E. Deputy Commissioner, Division of Engineering Issued by DEPARTMENT OF PROCUREMENT SERVICES JAMIE L. RHEE Chief Procurement Officer Document Printed February 2017 All Signatures to Be Sworn to Before a Notary Public

Upload: others

Post on 05-Dec-2021

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Federally Funded – Non FTA

BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

NEW STREET CONSTRUCTION S. GREEN BAY AVENUE, E. 84TH STREET & E. 85TH STREET

S. GREEN BAY AVENUE - E. 83RD STREET TO E. 86TH STREET E. 84TH STREET - S. GREEN BAY AVENUE TO S. LAKE SHORE DRIVE E. 85TH STREET - S. GREEN BAY AVENUE TO S. LAKE SHORE DRIVE

C.D.O.T. Project No.: B-3-511

Specification No.: 225445 Illinois DCEO Grant No.: 08-357018

CITY OF CHICAGO RAHM EMANUEL

MAYOR

Prepared by DEPARTMENT OF TRANSPORTATION

Contracts Section

REBEKAH SCHEINFELD Commissioner of Department of Transportation

Suite 1100, 30 North LaSalle Street Chicago, Illinois 60602-2570

DANIEL BURKE, P.E., S.E.

Deputy Commissioner, Division of Engineering

Issued by DEPARTMENT OF PROCUREMENT SERVICES

JAMIE L. RHEE

Chief Procurement Officer

Document Printed February 2017

All Signatures to Be Sworn to Before a Notary Public

Page 2: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Federally Funded – Non FTA

(Page intentionally left blank)

Page 3: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

Table of Contents

TOC-1

I. GENERAL INFORMATION

General Information ................................................................................................................................. I-1

Location of Project ................................................................................................................................... I-1

Traffic Control Plan .................................................................................................................................. I-2

Cooperation with Utilities and Others ...................................................................................................... I-3

II. DETAILED SPECIFICATIONS

STANDARD SPECIFICATIONS:

The following Detailed Specifications supplement the IDOT “Standard Specification for Road and Bridge Construction”, adopted April 1, 2016 (hereinafter referred to as the Standard Specifications); the “Supplemental Specifications and Recurring Special Provisions”, adopted January 1, 2017 indicated on the Check Sheets; latest edition of the “Illinois Manual on Uniform Traffic Control Devices for Streets and Highways” in effect on date of invitation for bids; the City of Chicago Department of Transportation Regulations for Openings, Construction and Repair in the Public Way; and the “Manual of Test Procedures for Materials” in effect on the date of invitation for bids included herein which apply to and govern this project. In case of conflict with any part or parts of said specifications, these Detailed Specifications shall take precedence and shall govern.

SPECIAL PROVISION (SP) NOTE:

"Y" DENOTES ITEMS WITH CONTRACT OR PROJECT SPECIFIC SPECIAL PROVISIONS, AND/OR CONFORMS TO IDOT RECURRING SPECIAL PROVISIONS AND IDOT BUREAU OF DESIGN & ENVIRONMENT (BDE) SPECIAL PROVISIONS.

"N" DENOTES ITEMS WHICH CONFORM TO THE ILLINOIS DEPARTMENT OF TRANSPORTATION "STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION", ADOPTED APRIL 1, 2016 OR THE LATEST EDITION OF THE SUPPLEMENTAL SPECIFICATIONS.

IDOT Standard Specifications Coded Pay Item Index No. 201 ----- To No. 671 ----- Road and Bridge Construction Items No. 701 ----- To No. 783 ----- Traffic Control, Signing, Pavement Marking No. Z ----- To No. Z ----- Special Pay Items No. XX ----- To No. ----- Local Roads Temporary Pay Items No. XZ ----- To XZ ----- Design Temporary Pay Items Typical Example and Digit Breakdown of a Coded Pay Item Code No. Description 20100110 Tree Removal (6 TO 15 Units Diameter) 201 - First 3 digits indicate the section in the Standard Specifications 00110 - Last 5 digits indicate the numerical sequence the item has in that section.

Page 4: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

Table of Contents

TOC-2

ITEM NO. CODE NO. ITEM DESCRIPTION

SP Req. Y/N

Page No.

1 20100110 TREE REMOVAL (6 TO 15 UNITS DIAMETER) N

2 20100210 TREE REMOVAL (OVER 15 UNITS DIAMETER) N

3 CDOT2010010 ROOT PRUNING Y DS-1

4 CDOT2010020 TREE PROTECTION Y DS-3

5 20200100 EARTH EXCAVATION N

6 20200200 ROCK EXCAVATION N

7 20800150 TRENCH BACKFILL N

8 21101615 TOPSOIL FURNISH AND PLACE, 4" N

9 21101685 TOPSOIL FURNISH AND PLACE, 24” N

10 ******** NATIVE SEEDING Y DS-7

11 25200100 SODDING N

12 25200200 SUPPLEMENTAL WATERING N

13 CDOT2510010 SHREDDED HARDWOOD BARK MULCH Y DS-10

14 28000250 TEMPORARY EROSION CONTROL SEEDING N

15 28001100 TEMPORARY EROSION CONTROL BLANKET N

16 30300001 AGGREGATE SUBGRADE IMPROVEMENT N

17 31101400 SUBBASE GRANULAR MATERIAL, TYPE B 6” N

18 CDOT3110030 PERVIOUS AGGREGATE SUBBASE Y DS-11

19 35300400 PORTLAND CEMENT CONCRETE BASE COURSE, 9" N

20 40600290 BITUMINOUS MATERIALS (TACK COAT) N

21 40600400 MIXTURE FOR CRACKS, JOINTS, AND FLANGEWAYS N

22 40600535 LEVELING BINDER (HAND METHOD), N70 N

23 40603085 HOT-MIX ASPHALT BINDER COURSE, IL -19.0, N70 N

24 40603340 HOT-MIX ASPHALT SURFACE COURSE, MIX ‘D’, N70 N

25 CDOT4060310 PERVIOUS HOT MIX ASPHALT PAVEMENT Y DS-13

26 ******** GEOTEXTILE FABRIC (LANDSCAPE DRAINAGE) Y DS-20

Page 5: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

Table of Contents

TOC-3

ITEM NO. CODE NO. ITEM DESCRIPTION

SP Req. Y/N

Page No.

27 58000100 MEMBRANE WATERPROOFING N

28 42001300 PROTECTIVE COAT N

29 CDOT4240010 PORTLAND CEMENT CONCRETE SIDEWALK 5 INCH Y DS-21

30 CDOT4240030 PORTLAND CEMENT CONCRETE ADA RAMP 5 INCH Y DS-22

31 42300400 PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT 8 INCH N

32 ******** PORTLAND CEMENT CONCRETE BAND Y DS-23

33 CDOT4240055 LINEAR DETECTABLE WARNING TILES (CAST IRON) Y DS-24

34 44000100 PAVEMENT REMOVAL N

35 44000155 HOT-MIX ASPHALT SURFACE REMOVAL, 1 ½” N

36 44000200 DRIVEWAY PAVEMENT REMOVAL N

37 44000300 CURB REMOVAL N

38 44000500 COMBINATION CURB AND GUTTER REMOVAL N

39 44000600 SIDEWALK REMOVAL N

40 50102400 CONCRETE REMOVAL N

41 54248510 CONCRETE COLLAR N

42 59300100 CONTROLLED LOW-STRENGTH MATERIAL N

43 ******** STORM SEWERS, 12-INCH (DUCTILE IRON PIPE) Y DS-25

44 ******** STORM SEWERS, 24-INCH (REINFORCED CONCRETE PIPE) Y DS-25

45 ******** STORM SEWERS, 42-INCH (REINFORCED CONCRETE PIPE) Y DS-25

46 ******** STORM SEWERS, 48-INCH (REINFORCED CONCRETE PIPE) Y DS-25

47 ******** STORM SEWERS, 60-INCH (REINFORCED CONCRETE PIPE) Y DS-25

48 ******** STORM SEWERS, 72-INCH (REINFORCED CONCRETE PIPE) Y DS-25

49 ******** STORM SEWERS, ELLIPTICAL, 30”x19” (REINFORCED CONCRETE PIPE) Y DS-25

50 ******** DRAINAGE CONNECTION, 6-INCH VITRIFIED CLAY PIPE Y DS-25

51 ******** DRAINAGE CONNECTION, 8-INCH DUCTILE IRON PIPE Y DS-25

52 ******** STORM SEWERS, PRECAST BOX CULVERT, 6’ x 4’ Y DS-32

Page 6: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

Table of Contents

TOC-4

ITEM NO. CODE NO. ITEM DESCRIPTION

SP Req. Y/N

Page No.

53 ******** STORM SEWERS, PRECAST BOX CULVERT, 6’ x 3’ Y DS-32

54 ******** STORM SEWERS, PRECAST BOX CULVERT, 5’ x 3’ Y DS-32

55 CDOT6020010 CATCH BASIN, TYPE A, 4'-DIAMETER, TYPE 1 FRAME, OPEN LID (CITY OF CHICAGO)

Y DS-38

56 CDOT6020020 INLET, TYPE A, TYPE 1 FRAME, OPEN LID (CITY OF CHICAGO) Y DS-38

57 ******** MANHOLE, TYPE A, 4’-DIAMETER, FRAME AND CLOSED LID (CITY OF CHICAGO)

Y DS-38

58 ******** MANHOLE, TYPE A, 3’-DIAMETER, FRAME AND CLOSED LID (CITY OF CHICAGO)

Y DS-38

59 ******** MANHOLE, TYPE B, 4’-DIAMETER, FRAME AND CLOSED LID (CITY OF CHICAGO)

Y DS-38

60 ******** MANHOLE, TYPE B, 3’-DIAMETER, FRAME AND CLOSED LID (CITY OF CHICAGO)

Y DS-38

61 ******** MANHOLE, MODIFIED TYPE B, 4’-DIAMETER, FRAME AND CLOSED LID (CITY OF CHICAGO)

Y DS-38

62 ******** MANHOLE RISER WITH FRAME AND LID, 4’ Y DS-39

63 ******** MANHOLES TO BE ADJUSTED Y DS-40

64 ******** CATCH BASINS TO BE ADJUSTED Y DS-40

65 ******** VALVE VAULTS TO BE ADJUSTED Y DS-40

66 ******** FRAMES AND LIDS (CITY OF CHICAGO) Y DS-41

67 ******** FILLING MANHOLES Y DS-42

68 ******** FILLING CATCH BASINS Y DS-42

69 CDOT6050030 REMOVING INLETS Y DS-43

70 CDOT6060020 COMBINATION CONCRETE CURB AND GUTTER, TYPE B-V.12 Y DS-44

71 60600605 CONCRETE CURB, TYPE B N

72 CDOT66400010 TEMPORARY CHAIN LINK FENCE WITH SCREENING, 6’ Y DS-45

73 CDOT66400030 RELOCATE TEMPORARY CHAIN LINK FENCE WITH SCREENING Y DS-46

74 66900205 SPECIAL WASTE DISPOSAL N

75 66900450 SPECIAL WASTE PLANS AND REPORTS N

76 66900530 SOIL DISPOSAL ANALYSIS N

77 CDOT6700010 ENGINEER'S FIELD OFFICE Y DS-47

78 ******** TRAFFIC CONTROL AND PROTECTION Y DS-49

Page 7: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

Table of Contents

TOC-5

ITEM NO. CODE NO. ITEM DESCRIPTION

SP Req. Y/N

Page No.

79 67100100 MOBILIZATION N

80 70300280 TEMPORARY PAVEMENT MARKING - LINE 24" N

81 ******** SIGN PANEL TYPE 1, REFLECTIVE TYPE A, SINGLE-SIDED Y DS-55

82 ******** SIGN PANEL TYPE 1, REFLECTIVE TYPE A, DOUBLE-SIDED Y DS-55

83 ******** REMOVE SIGN PANEL AND SALVAGE Y DS-57

84 ******** REMOVE SIGN ASSEMBLY AND SALVAGE Y DS-57

85 ******** FURNISH AND INSTALL POLE AND BASE Y DS-58

86 78000100 THERMOPLASTIC PAVEMENT MARKING - LETTERS AND SYMBOLS N

87 78000200 THERMOPLASTIC PAVEMENT MARKING, LINE 4-INCH N

88 78000400 THERMOPLASTIC PAVEMENT MARKING, LINE 6-INCH N

89 78000500 THERMOPLASTIC PAVEMENT MARKING, LINE 8-INCH N

90 78000650 THERMOPLASTIC PAVEMENT MARKING, LINE 24-INCH N

91 ******** DRILL EXISTING MANHOLE OR HANDHOLE Y DS-61

92 ******** CLEAN EXISTING ELECTRICAL MANHOLE OR HANDHOLE Y DS-62

93 ******** HELIX FOUNDATION, 5 FOOT, 10 INCH BOLT CIRCLE, 4 ANCHOR BOLTS

Y DS-63

94 ******** POLE, ALUMINUM, DAVIT 7” X 4.5” X 12’-5” FOR RESIDENTIAL STREETS Y DS-64

95 ******** LUMINAIRE, LED, (250W HPSV EQUIVALENT), 240V, RESIDENTAL, CUT-OFF

Y DS-65

99 ******** COILABLE, CONDUIT, HDPE #40, DIRECTIONAL BORING, 1.25" Y DS-67

97 ******** COILABLE, CONDUIT, HDPE #80, DIRECTIONAL BORING, 1.25" Y DS-67

98 ******** CABLE, ALUMINUM, AERIAL, 3 1/C #8, WITH MESSENGER Y DS-69

99 ******** ELECTRIC CABLE IN CONDUIT, TRIPLEX, 2 1/C NO. 6, 1/C NO. 8 Y DS-70

100 ******** REMOVE AND REINSTALL ELECTRIC CABLES IN CONDUIT Y DS-71

101 ******** MAST ARM, ALUMINUM, 8 FOOT, DAVIT, RESIDENTIAL Y DS-72

102 ******** BREAKDOWN STREET LIGHT FOUNDATION Y DS-73

103 ******** REMOVE EXISTING STREET LIGHTING EQUIPMENT Y DS-74

104 ******** MAINTAIN EXISTING LIGHTING SYSTEM Y DS-75

Page 8: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

Table of Contents

TOC-6

ITEM NO. CODE NO. ITEM DESCRIPTION

SP Req. Y/N

Page No.

105 ******** INTERCEPT EXISTING CONDUIT Y DS-79

106 ******** POLE, ANCHOR BASE, RELOCATE COMPLETE Y DS-80

107 ******** RACK, SECONDARY, AERIAL, 3-WIRE Y DS-81

108 70400200 RELOCATE TEMPORARY CONCRETE BARRIER N

109 Z0019600 DUST CONTROL WATERING Y DS-82

110 52200020 TEMPORARY SOIL RETENTION SYSTEM N

111 ******** ACER FREEMANII ‘MARMO’, 2-1/2” – 3-1/2” CALIPER, BALLED AND BURLAPPED

Y DS-83

112 ******** CATALPA SPECIOSA, 2-1/2” – 3-1/2” CALIPER, BALLED AND BURLAPPED

Y DS-83

113 ******** CELTIS OCCIDENTALIS, 2-1/2” – 3-1/2” CALIPER, BALLED AND BURLAPPED

Y DS-83

114 ******** QUERCUS BICOLOR, 2-1/2” – 3-1/2” CALIPER, BALLED AND BURLAPPED Y DS-83

115 ******** TAXODIUM DISTICHUM ‘BALDCYPRESS’, 2-1/2” – 3-1/2” CALIPER, BALLED AND BURLAPPED

Y DS-83

116 ******** TILIA AMERICAN ‘REDMOND’, 2-1/2” – 3-1/2” CALIPER, BALLED AND BURLAPPED

Y DS-83

117 ******** ULMUS ‘HOMESTEAD, 2-1/2” – 3-1/2” CALIPER, BALLED AND BURLAPPED

Y DS-83

III. APPENDICES Appendix A – CDOT Division of Electrical Operations Material Specifications

Appendix B – Illinois Department of Transportation (IDOT) Specifications/Special Provisions

- Index for Supplemental Specifications and Recurring Special Provisions

- Bureau of Design and Environment (BDE) – Checklist & Applicable Special

Provisions

- District 1 - Check List & Applicable Special Provisions

Appendix C – Chicago Department of Transportation (CDOT) – Special Provisions

Page 9: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

(Page intentionally left blank)

Page 10: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

I-1 GENERAL INFORMATION

GENERAL INFORMATION

The following Detailed Specifications supplement the Illinois Department of Transportation "Standard Specifications for Road and Bridge Construction," adopted April 1, 2016 (hereafter referred to as the Standard Specifications or SSRBC); the "Supplemental Specifications and Recurring Special Provisions", adopted January 1, 2017; the latest edition of the "Illinois Manual of Uniform Traffic Control Devices for Streets and Highways"" in effect on the date of invitation for bid; the "Manual of Test Procedures for Materials" in effect on the date of invitation for bid; the City of Chicago Department of Transportation Regulations for Openings, Construction and Repair in the Public Way (including Appendix B – ADA Standards) in effect on date of invitation for bids; and the City of Chicago Street Restoration Requirements in effect on date of invitation for bids. The latter two (2) documents are available on the City of Chicago Department of Transportation's web site. In case of conflict with any part or parts of said specifications, these Detailed Specifications will take precedence and will govern.

Unless otherwise specified, the Description, General Requirements, Method of Measurements and Basis of Payment for the following items shall be as stated in the appropriate Sections of the Standard Specifications.

Any references in these Detail Specifications to "the Engineer" will be read "the Commissioner, Department of Transportation, City of Chicago" (Commissioner), and any reference to the "Department" will be read "Chicago Department of Transportation, Division of Engineering" (CDOT).

The following specifications from the City of Chicago are applicable: Standard Specification for Sewer Construction, Department of Water Management, and the Bureau of Electricity (now the CDOT Division of Electrical Operations) Standard Specifications.

These Detail Specifications and the referenced standard specifications will govern the construction of the Green Bay Reconstruction.

LOCATION OF PROJECT

S. Green Bay Avenue from E. 83rd Street to E. 86th Street, E. 84th Street from S. Green Bay Avenue to S. Lake Shore Drive, E. 85th Street from S. Green Bay Avenue to S. Lake Shore Drive

Page 11: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

I-2 GENERAL INFORMATION

TRAFFIC CONTROL PLAN

Traffic Control will be according to the applicable sections of the Standard Specifications for Road and Bridge Construction, the guidelines contained in the Illinois Manual on Uniform Traffic Control Devices for Streets and Highways, the Supplemental Specifications and the Recurring Special Provisions, the Specifications and any special details and highway standards contained herein and in the plans. Special attention is called to Articles 107.09 and 107.14 and Section 701 of the Standard Specifications for Road and Bridge Construction and the following traffic control related (1) Highway Standards; (2) Details; (3) Supplemental Specifications and Recurring Special Provisions; and (4) Other Specifications contained herein: 1. Standards:

701501-06 URBAN LANE CLOSURE, 2L, 2W, UNDIVIDED 701601-09 URBAN SINGLE LANE CLOSURE, MULTILANE, 1W OR 2W WITH

NONTRAVERSABLE MEDIAN 701701-10 URBAN LANE CLOSURE MULTILANE INTERSECTION 701801-06 SIDEWALK, CORNER OR CROSSWALK CLOSURE 701901-06 TRAFFIC CONTROL DEVICES

2. Supplemental Specifications and Recurring Special Provisions:

LRS 3 WORK ZONE TRAFFIC CONTROL SURVEILLANCE LRS 4 FLAGGERS IN WORK ZONES

3. Specifications:

TRAFFIC CONTROL AND PROTECTION TEMPORARY PAVEMENT MARKING – LINE 24”

4. Traffic:

Traffic will be detoured during time periods as depicted on the Detour Plans. COOPERATION WITH UTILITIES AND OTHERS The Contractor is responsible for verifying the nature and status of all utility relocation work prior to preparation of the Detailed Progress Schedule (Article 108.02 of the Standard Specifications). The Contractor will take appropriate measures to ensure that construction operations do not interfere with utility facilities and relocation work. The Detailed Progress Schedule will reflect construction sequencing which coordinates with all utility relocation work. The Contractor will be required to adjust the order of its work from time to time, to coordinate with utility relocation work, and will prepare revised Progress Schedule(s) in compliance therewith as directed by the Commissioner. The Commissioner will be notified in writing by the Contractor at least 48 hours prior to the start of any operation requiring cooperation with others. All other agencies, unless otherwise noted, will be notified in writing by the Contractor ten (10) days prior to the start of any such operation.

Page 12: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

I-3 GENERAL INFORMATION

Where the Contractor is constructing new facilities for a utility, the utility will be notified at least five (5) days prior to the start of this work. The following persons have been contacted in reference to utilities they own and operate within the right-of-way limits for this project. All known data from these agencies has been incorporated into the plans. It is, however, the Contractor’s responsibility to confirm or establish the existence of all utility facilities and their exact locations, whether contained in the data submitted by these agencies or not, and to safely schedule all utility relocations. 1. Chicago Department of Transportation – Division of Electrical Operations

Henry Yau P: (312) 744-2450

2. Chicago Department of Water Management – Water Section Kinsman Pearson P: (312) 894-4468

3. Chicago Department of Water management – Sewer Section Vic Abad P: (312) 744-7020

4. Chicago Transit Authority Yousef Khayyat P: (312) 681-4936

5. AT&T/SBC Sandra Spendal P: (708) 396-8080

6. Comcast Michel Soreze P: (312) 296-8717

7. Commonwealth Edison Leslie Paschal P: (630) 437-4767

8. People’s Energy Nicholas Bonarek P: (312) 240-3760

9. Bureau of Forestry Joseph McCarthy P: (312) 746-5254

10. JC Decaux Matthew Williams P: (312) 456-2977

11. Level 3 Communications Katherine Zulawski P: (847) 471-1465

Page 13: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-1

ITEM 3 CDOT2010010 - ROOT PRUNING Effective: June 1, 2008 Revised: July 1, 2009 Description: Work under this item shall consist of root pruning existing trees, at locations indicated on the plans or as directed by the Commissioner. Work under this item shall be performed with Article 201.06(a) of the IDOT Standard Specifications for Road and Bridge Construction, except as herein modified. General Requirements: The root pruning shall be performed or directly supervised by an International Society of Arboriculture (ISA) Certified Arborist, using a mechanical saw. Root pruning shall occur:

• Immediately prior to construction of any formwork for curb, driveway or sidewalk. • Immediately prior to any excavation of soil, concrete or other material adjacent to the tree

protection fencing. • When roots are damaged or torn inadvertently during construction, and shall be backfilled

immediately. The depth of root pruning shall not exceed the depth required for installation of the hardscape or excavation. A permit for tree work shall be obtained from the Department of Streets and Sanitation, Bureau of Forestry (BOF). Submittals: The Contractor shall submit the following to the Commissioner at least 30 days prior to commencing the work:

• The Certified Arborist certification. • A report prepared by the Certified Arborist, including:

� An assessment of quantity and size of trees to be root pruned. � Vertical location of tree roots. � A confirmation that less than one third of the trees’ structural roots will be

pruned. � A disclosure of trees anticipated to be pruned on more than one side. � A schedule of work. � A schedule of watering.

A copy of the report shall be provided to BOF for their approval. Construction Requirements: Dimensions for root pruning of the existing trees along the proposed back of curb, driveway, sidewalk or other new construction shall be according to the following:

1. Small Trees (<10" D.B.H.): Unless noted otherwise, the root pruning trench shall offset no more than 1 foot from the back of the proposed new construction. The length of root pruning shall not be less than 5 feet on each side of the centerline of the tree.

Page 14: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-2

2. Medium Trees (10"-15” D.B.H.): Unless noted otherwise, the root pruning trench shall be offset no more than one foot from the back of the new construction. The length of root pruning shall not be less than 10 feet on each side of the centerline of the tree.

3. Large Trees (>15” D.B.H.): Unless noted otherwise, the root pruning trench shall

be offset no more than 1 foot from the back of the new construction. The length of the root pruning shall not be less than 15 feet on each side of the centerline of the tree.

D.B.H. (Diameter at Breast Height) represents the caliper measurement of the tree at 4’6” above the ground line. Supplemental watering shall occur at a rate of 2 gallons per square foot of surface area within the root zone of plant material having sustained damage to the root zone and/or root pruning, within 24 hours of root pruning and twice weekly thereafter. Supplemental watering shall continue for a period of 90 days after completion of root pruning. Method of Measurement: ROOT PRUNING will be measured for payment in lineal feet, along the top of ground line. Any fertilizing and watering that is necessary per Article 201.06 of the SSRBC is considered incidental to the item and will not be paid for separately. Basis of Payment: This work will be paid at the Contract Unit Price per lineal foot for ROOT PRUNING.

Page 15: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-3

ITEM 4 CDOT2010020 - TREE PROTECTION Effective: July 15, 2009 Description: Work under this item shall be performed according to Section 201 of the IDOT Standard Specifications for Road and Bridge Construction except as herein modified.

Method of Construction: Tree Trunk Protection. The Contractor shall provide 2 inches by 8 inches by 8 foot boards, banded continuously around each trunk to prevent scarring of trees shown on the plans or designated by the Commissioner. For multi-stem trees, saplings, and shrubs to be protected within the area of construction, temporary fencing may be used for trunk protection. The Contractor shall repair or replace any and all damaged plant material determined by the Commissioner to any existing or newly installed plant material at its own expense. Unnecessary damage to ground cover or turf shall be repaired or replaced as specified for restoration of similar areas within the plans, or as directed by the Commissioner, and shall be at the Contractor’s expense. Root Zone Protection. During the entire construction period all reasonable efforts shall be made to protect from damage those trees and their root system designated to remain. Around the trees to be protected, the Contractor shall avoid excessive excavation or compaction and damage during the removal of trees and shrubs designated to be removed. All plant material designated to be saved, or outside of the limits of construction, shall be protected during subsequent construction work. Work under these items will include construction and maintenance of temporary fencing to protect the root zones of existing trees and other plantings, construction and maintenance of tree trunk protection. A protection barrier or temporary fence of at least 4 feet in height shall be installed around each tree to be protected and preserved. The tree protection shall be installed prior to the actual construction start and maintained for the duration of the project.

Within this protection zone, construction materials shall not be stored, equipment operated and/or temporary storage buildings or work trailers placed.

The protection barrier shall be constructed of orange snow fencing securely fastened to fence posts spaced a maximum 5 feet on center. Posts are 6 feet in length with 2 feet set into the ground and 4 feet extending above ground. The fencing shall be attached to the post with a minimum of four (4) nylon-locking ties evenly spaced at each post.

Page 16: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-4

Dimensions of the protection barrier are as follows:

Trees located in Tree Pits:

Where trees are located within Tree Pits, the fencing should be installed at a minimum distance of the inside dimension of the Tree Pit opening with one stake at each corner of the opening.

Trees Located in Parkways or Boulevards: Small Trees (<9" D.B.H.): Minimum 5 feet from face of tree along the parkway length. In the dimension bordered by the public sidewalk or curb, the fencing shall be the width of the grass parkway with a maximum offset of 1 foot from back of curb or edge of sidewalk. In no case shall the closure be less than 2 feet from the centerline of the tree. (Example: 6" Tree in a 6' parkway as measured from back of curb to sidewalk. The dimension of the protection fencing would be 4' x 10' with tree in the center). Note: Larger grass parkways (>12') may allow for a ten-foot by ten foot (10' x 10').

Medium (10"to 15" D.B.H.): Minimum of 10 feet from face of tree along the parkway length. In the dimension bordered by the public sidewalk or curb, the fencing shall be the width of the grass parkway with a maximum offset of 1 foot from back of curb or edge of sidewalk. In no case shall the closure be less than 2 feet from the centerline of the tree. Large (>15" D.B.H.): Minimum of 15 feet from face of tree along the parkway length. In the dimension bordered by the public sidewalk or curb, the fencing shall be the width of the grass parkway with a maximum offset of 1 foot from back of curb or edge of sidewalk. In no case shall the closure be less than 2 feet from the centerline of the tree.

The Contractor shall be responsible to protect all trees from damage at the construction site in accordance with Municipal Code Title 10 Chapter 32. It shall be the responsibility of the Contractor to restore all damaged parkways to their original condition. Any trees damaged as a result of construction activity as determined by the, Department of Streets and Sanitation, Bureau of

Page 17: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-5

Forestry, shall be repaired, removed and/or replaced at the Contractor’s expense. The Contractor as specified in the Municipal Code shall pay liquidated damages in the amount of the appraised value of the tree(s).

At a minimum, any tree greater than 4" D.B.H. that is permanently damaged due to the construction project and not originally marked for removal shall be replaced with a new tree as identified by the Bureau of Forestry and shall have a minimum of 4" caliper B&B. Any damaged tree smaller than 4" caliper measured 6" above the ground shall be replaced in kind, inch for inch.

Root pruning: Root pruning associated with this item shall take place only where the roots of existing trees have been damaged by the Contractor during construction of the Project, as directed by the Commissioner.

If construction is to occur within the root zone of existing plant material, root pruning and special plant care including fertilizing and watering will be required, as directed by the Commissioner and hereinafter specified. Prior to root pruning, remove all weeds growing in existing tree mulch rings. Root pruning using an approved mechanical root pruning saw shall be performed prior to digging where noted on the plans, or directed by the Commissioner. Whenever roots of plant material to remain are exposed during construction, the damaged root ends are to be removed by cutting them off cleanly.

Initial watering shall be performed on all trees, which are designated for root pruning. Water trees immediately by thoroughly saturating root balls and provide a horticultural watering bag, such as a Gator Bag or equivalent, filled with water to keep root balls thoroughly saturated during first three weeks following root pruning. Thereafter refill bags as required, according to weather conditions, to keep root balls in a moist condition during growing seasons, through the duration of the Project. Test root balls for optimal moisture once a week using a soil auger.

Contractor shall be responsible for location of all utilities prior to installation of trees. Notification of Chicago's Utilities Alert Network (DIGGER) is required for all planting sites (312) 744-7000.

All pruning shall be overseen by a professional arborist (someone whose principal occupation is the care and maintenance of trees). All pruning shall be done according to the National Arborist Association's Pruning Standards for Shade Trees Class 11 - Standard Pruning Specifications.

Any damage to the root zone, as determined by the Commissioner, will be compensated by pruning an equivalent amount of the top vegetative growth of the material within 1 week following root damage, fertilization and supplemental watering.

Fertilize damaged trees with fertilizer that promotes root growth. Fertilizer nutrients shall be applied within 48 hours after root damage occurs. Fertilizer nutrients shall be applied within 48 hours after root damage occurs. A fertilizer with a 1: 1: 1 ratio shall be applied at the rate of .5 pounds of nutrients per 1000 square feet (2 kg per 90 square meters).

Application shall be accomplished by placing dry fertilizer in holes in the soil. The holes shall be 8 inches to 12 inches deep and spaced 24 inches apart in an area beginning 30 inches from the base of the plant. Holes can be punched with a punch bar, dug with a spade, drilled with an auger or any other method approved by the Commissioner. Approximately 0.02 pounds of fertilizer nutrients shall be placed in each hole 250 holes per 1000 square feet. Fertilizer Nutrients shall not be measured for payment but considered incidental to root pruning. If the Commissioner

Page 18: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-6

determines that the whole method of fertilizer placement is not practical or desirable, an approved method of uniform surface application will be allowed. Neither separate measurement nor payment will be made for fertilization, but will be considered incidental to the cost of TREE PROTECTION.

Supplemental water shall be applied within 48 hours of any root damage. The water shall be applied at the rate of 7 quarts per square yard of surface area within the root zone of plant material having sustained damage to the root zone. Root zone shall be calculated as the areas, which extend three meters beyond the limits of the crown’s branches. Subsequent weekly watering shall be applied if deemed necessary by the Commissioner. Neither separate measurement nor payment will be made for supplemental watering but will be considered incidental to the cost of TREE PROTECTION.

The Contractor shall repair or replace any and all damage determined by the Commissioner to any existing or newly installed plant material at its own expense. Unnecessary damage to ground cover or turf shall be repaired or replaced as specified for restoration of similar areas within the plans, or as directed by the Commissioner, and shall be at the Contractor's expense.

Materials shall be disposed of according to Article 202.03. Method of Measurement: TREE PROTECTION will be measured as each for individual trees protected. Basis of Payment: This work will be paid for at the contract unit price for each TREE PROTECTION.

Page 19: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-7

ITEM 10 ******** NATIVE SEEDING Effective: December 19, 2016 Revised: N/A Description: Work under this item shall be performed according to Section 250 of the IDOT Standard Specifications for Road and Bridge Construction, except as herein modified. Materials: Materials shall be according to the following Articles of Division 1000 except as herein modified:

Article/Section

(a) Materials for planting ………………………………1081.04 (b) Topsoil……………………………………………….1081.05 (a) (c) Mulch………………………………………………...1081.06

Seeds

Seeds shall be purchased in single species lots and kept separately. Species needing special treatments shall be held in those conditions until ready for installation. Seeds shall be purchased within 200 mile radius of Chicago.

General Requirements: Cover crops, native seed varieties and seeding rates shall be designated in the plans. Native Seeding shall occur between October 1st and June 15th. Seeding dates for cover crops may occur outside this range at the direction of the Commissioner.

Monitoring and Maintenance: A. The Contractor is responsible for maintenance of each area until it has been

accepted by the Commissioner by issuance of Final Completion letter. B. Maintenance shall begin after seeding operations are concluded and includes

but is not limited to monitoring and removing invasive species, mowing the seeded area, providing temporary irrigation and trash removal.

C. The contractor shall Provide photo documentation of work on a monthly basis and on specific tasks where required. Photo documentation is to be supplied in an electronic format; all photos are to be date-stamped with the day and year taken and labeled by specific location, or with GPS location data embedded in image metadata.

D. A log of tasks scheduled, performed, and completed shall be provided in a format and frequency as directed by the Commissioner

E. The contractor shall mow whenever vegetation reaches 12” in height and prior to weeds setting seed. The recommended mowing height is 6-8”. Ensure cut stems are removed to provide sunlight to seedlings. Mow standing residual vegetation to a height of 3” in the spring of the second season when applicable. Rake off all cuttings.

F. Invasive species shall be identified and removed by herbicide or mechanical method as directed by the Commissioner.

Page 20: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-8

G. Periodic inspections will be performed by CDOT. If it is determined that the seeds have failed to germinate, the Contractor will re-seed the areas in question

H. Monitoring and Maintenance is incidental to these pay items. Submittals:

A. Monitoring and maintenance schedules B. Seedbed preparation and seeding schedules C. Digital images

Construction Requirements: The contractor shall ensure that all seedbeds are in the appropriate condition to successfully germinate seeds and support a dominant native seed crop. The soil shall be cultivated, free of weeds, and shall not be compacted. Any previous erosion control blankets and cover crop shall be removed prior to cultivation. Additional top dressing of soil specified in the contract documents shall be added to achieve final grade. Finished seedbeds shall not remain bare for more than 7 days. Schedules for cultivation, invasive species removal, top dressing and seeding shall be approved by the Commissioner prior to soil disturbance.

Seeds shall be mixed on site by the installation contractor. Only like seeds (ie. Large, small, fluffy) shall be mixed. Utilize drop seeders or seed drills with individual boxes that separate seeds by size. Seeds identified as needing sunlight to germinate shall be sown on the surface of the soil with a Broadcast Seeder. Other methods may be deployed depending on the project requirements, site restrictions, season of installation or the specific germination requirements of the species (e.g., surface vs. buried, depth of installation, etc.) upon approval of Commissioner. Mycorrhizal inoculant shall be installed with the seed mix at a rate of 40 lbs per acre and shall be incidental to this line item. Erosion control blankets shall be added to slopes per the plans.

QC/QA Requirements:

A. Labor 1. Qualifications

a. The landscape contractor shall provide proof that the firm has the experience, ability and equipment that the work requires.

b. The landscape contractor shall provide at least one supervisor who shall be present at all times during execution of this portion of the work and who shall be thoroughly familiar with the type of materials and design methods proposed.

c. The designated supervisor shall be present at all pertinent construction meetings and shall be on-site throughout the duration of the landscape portion of the project. This designated supervisor is the main point of contact between all parties involved in the landscape installation and shall be responsible for all submittals, schedules and samples required pursuant to the Contract Documents.

d. The designated supervisor shall manage a minimum sized crew consisting of at least four (3) individuals. The crew shall not work on site without the

Page 21: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-9

designated supervisor present. e. The designated supervisor shall be familiar with all pertinent Drawings,

Specifications and proposed seed plants included in the Contract Documents and shall provide clear direction for all crew members involved.

2. Experience Requirement: The landscape contractor and the designated supervisor outlined above must meet the following requirements: a. Minimum of five (5) years of successful and continuous experience on

projects of this type, size and scope. b. Proof of the above requirements including photographic evidence of projects

at installation and at different stages of maturity.

Performance Requirements: Prior to being accepted, plants will require a full growing season as the period of establishment. For fall plantings it is the following growing season and for spring plantings it is the current growing season. Successful completion will include the following coverage by the end of the growing season:

1. Cover crop species should be present over the entire site.

2. Seedlings of a majority of the species planted should be identifiable and widely dispersed throughout the entire area.

3. Random test areas will reveal at least .5 non-cover crop species per square foot and at least 3 grass and 3 forb species per 100 square feet .

4. No evidence of invasive species shall be present.

Failure to achieve the proper establishment of plants on the site will result in the re-seeding of the area as specified and directed by the Commissioner.

Method of Measurement: This work will be measured in acres of area seeded. Basis of Payment: This work will be paid at the contract unit price for NATIVE SEEDING per acre.

Page 22: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-10

ITEM 13 CDOT2510010 - SHREDDED HARDWOOD BARK MULCH Effective: July 15, 2009

Description: The work under this item shall consist of furnishing, transporting, and placing shredded hardwood mulch into planting beds or around trees as described herein.

Materials: Hardwood bark mulch shall be clean, finely shredded mixed hardwood bark, not to exceed two (2) inches in its largest dimension, free of foreign matter, sticks, stones, and clods. All hardwood bark mulch shall be processed through a hammer mill.

General Requirements: The Contractor shall supply and install shredded hardwood bark mulch to mulch around trees, shrubs and herbaceous plants in landscaped planting beds. Existing trees require a four (4) foot minimum diameter ring around the base of the tree. Annual areas shall be mulched with pine bark fines.

The Contractor shall remove all litter and plant debris, repair grade by raking and adding planter soil mix or pulverized topsoil as needed prior to mulching. Care shall be taken not to bury leaves, stems, or vines under mulch material.

All finished mulch areas shall be left smooth and level to maintain a uniform surface and appearance. All work areas shall be clean of debris and mulch prior to leaving the site.

Submittals: A sample shall be provided prior to performing the work.

Construction Requirements: Place mulch manually around plants as follows:

Annuals: Spread one (1) inch of mulch lightly through annual plantings.

Perennials, bulbs, groundcovers, and vines, grasses: Spread two (2) inches of mulch around plants. Ensure mulch is away from crowns of plants.

Shrubs, including roses: Spread three (3) inches of mulch around shrub. Ensure mulch is away from stems and crown of shrub.

Trees, shade and ornamental: Spread three (3) inches of mulch around trees. Do not pile mulch around trunk; ensure root flare is visible.

Mechanical or power mulch systems are not acceptable methods of placing shredded hardwood mulch.

Method of Measurement: SHREDDED HARDWOOD BARK MULCH will be measured in place and the area computed in square yards.

Basis of Payment: This work will be paid at the contract unit price per square yard for SHREDDED HARDWOOD BARK MULCH which price shall be payment for completing the work as specified.

Page 23: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-11

ITEM 18 CDOT 3110030 - PERVIOUS AGGREGATE SUBBASE

Effective: September 15, 2013 Description: This work consists of furnishing and placing coarse aggregate material to the thickness shown on the plans and preparing the sub-grade at locations where pervious pavement will be constructed, or as directed by the Commissioner. Work under this item shall be performed according to Sections 301 and 311 of the IDOT Standard Specifications for Road and Bridge Construction (SSRBC), except as herein modified. Material:

Revise Article 1004.04(a) of the SSRBC to read:

“(a) Description. The coarse aggregate shall be a crushed gravel or crushed stone. Use of limestone will not be permitted”

Revise Article 1004.04(b) of the SSRBC to read:

“(b) Quality. The coarse aggregate shall be Class A quality.”

Revise Article 1004.04(c) of the SSRBC to read: “(c) Gradation. The coarse aggregate gradation shall be CA7 or CA11.”

Article 1004.04(d) of the SSRBC shall not apply. Construction Requirements:

The subgrade shall be prepared according to the applicable portions of Section 301 of the SSRBC.

The pervious aggregate subbase shall be constructed according to the requirements for Subbase Granular Material, Type B in Section 311 of the SSRBC, except as herein modified:

Revised Article 311.05(b) Subbase Granular Material, Type B of the SSRBC to read:

“(b) Subbase Granular Material, Type B. The subbase shall be constructed in lifts not more than 6 in. thick when compacted, except that if tests indicate the desired results are being obtained, the compacted thickness of any lift may be increased to a maximum of 8 in. Each lift of material shall be compacted using the largest practical piece of equipment that can be accommodated by the width of the opening as determined by the Engineer. The compactive effort shall be sufficient to consolidate the subbase material so no further consolidation can take place or additional compaction would cause unwanted degradation of the material. Final compaction is to the satisfaction of the Engineer.”

Revise Article 311.06 Finishing of Subbase for Base Course and Pavement of the SSRBC to read:

“The compacted subbase shall be placed at or above plan elevation with any excess trimmed as required by the Engineer. Should the subbase material be disturbed due to construction equipment, the subbase layer shall be lightly re-graded and trimmed to plan elevation before laying the surface layer.

Following placement and trimming of subbase aggregate to plan elevation, the geotechnical fabric shall be folded back along all bed edges to protect from sediment

Page 24: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-12

washout along bed edges. This edge strip shall remain in place until all bare soils contiguous to subbase are stabilized and vegetated or until the pervious pavement has been placed. If additional site conditions present a potential for contamination of the subbase, extra measures shall be taken to prevent such contamination from occurring. Subbase material found to be contaminated through poor protections methods shall be removed and replaced at the contractors own expense. When the site is fully stabilized, temporary sediment control devices shall be removed.

When portland cement concrete pervious pavement is being placed, the subbase shall be wetted to bring the subbase aggregate to an SSD condition prior to placement of the concrete. If the subbase subsequently becomes too dry, it shall be sprinkled again ahead of placing the pervious concrete, in such a manner as not to create a free moisture condition on the surface of the aggregate.”

Method of Measurement: Shall be according to Article 311.08 of the SSRBC. Basis of Payment: This work will be paid for at the contract unit price per cubic yard for PERVIOUS AGGREGATE SUBBASE.

Page 25: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-13

ITEM 25 CDOT4060310 - PERVIOUS HOT MIX ASPHALT PAVEMENT Effective: January 22, 2007 Revised: August 19, 2016 Description: The work shall include preparing and placing a Pervious Hot Mix Asphalt (HMA) pavement on a prepared subbase and subgrade. This item shall be used for shoulder, parking, low volume roadways, or alley pavement construction only.

All work shall be performed in accordance with Sections 406 and 1030 of the IDOT Standard Specifications for Road and Bridge Construction (SSRBC), except as herein modified.

Materials:

(a) Aggregate. Aggregate shall be crushed Class B quality in accordance with Article 1004.01 of the Standard Specifications.

(b) Recycled Asphalt Pavement. Up to 20% Coarse Fractionated Recycled Asphalt Pavement (FRAP) may be included in the mixture. In addition, FRAP shall conform to the current IDOT Special Provision RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES (D-1).

(c) Recycled Asphalt Shingles. The source shall be listed on the current IDOT Approved List CERTIFIED SOURCES FOR RECLAIMED ASPHALT SHINGLES (RAS). In addition, RAS shall conform to the current IDOT Special Provision RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES (D-1).

(d) Aggregate Blending. The combined aggregate blend shall meet the following gradation:

Sieve Size Percent Passing 3/4 in. 100 ½ in. 85 - 100 3/8 in. 55 - 75 No. 4 10 - 25 No. 8 5 - 10

No. 200 0 - 2.51 1/ May be increased to 0 - 3.5 if RAS is incorporated into the Mix Design

No individual aggregate gradation is specified. For production control, the aggregate blend shall include at least two coarse aggregate products.

(e) Asphalt Cement Binder. Ground Tire Rubber (GTR) Modified Asphalt Binder shall be utilized. The binder shall be according to the Ground Tire Rubber Modified Asphalt Binder (CDOT) special provision except as herein modified.

(f) Warm Mix Asphalt Technology. The Contractor has the option to produce this as a Warm Mix Asphalt Mixture. All work shall be performed in accordance with IDOT Special Provision WARM MIX ASPHALT (BDE) and CDOT Policy Memorandum Number 14-01.0. Mix productions temperature shall be in accordance with manufacturer recommendation/specifications. Laboratory compaction temperature shall be 275±5 °F.

Page 26: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-14

(g) Fiber Additive. A stabilizing fiber additive may be required to prevent draindown. Typical ranges of dosage rates are included; however, the actual dosage rate will be determined by the Engineer.

Fibers may be either cellulose or mineral, complying with this specification. The dosage rate for cellulose shall be approximately 0.4% by total mixtures mass and sufficient to prevent draindown. Cellulose used in pervious mixtures shall conform to the properties outlined in Table 1. For mineral fiber, the dosage rate shall be approximately 0.5% by total mixture mass and sufficient to prevent draindown. Mineral fibers used in pervious mixtures shall conform to the properties outlined in Table 2.

Table 1. Cellulose Fiber Quality Requirements

Property Requirement Sieve Analysis Method A – Alpine Sieve 1/ Analysis Fiber Length Passing No. 100 (0.015 mm) sieve

0.25 in. (6 mm) maximum 70 ± 10

% Method B – Mesh Screen 2/ Analysis Fiber Length Passing No. 20 (850 µm) sieve No. 40 (425 µm) sieve No. 140 (106 µm) sieve Ash Content 3/ pH 4/ Oil Absorption 5/ Moisture Content 6/

0.25 in (6 mm) maximum

85 ± 10% 65 ± 10% 30 ± 10%

18 ± 5 NON VOLATILES 7.5 + 1.0

5.0 ± 1.0 (Times fiber mass) Less than 5% (by mass)

1/ Method A – Alpine Sieve Analysis. This test is performed using an Alpine Air Jet

Sieve (Type 200 LS). A representative five gram sample of fiber is sieved for 14 minutes at a controlled vacuum of 11 psi (75 kPa) of water. The portion remaining on the screen is weighed.

2/ Method B – Mesh Screen Analysis. This test is performed using standard No. 20, No. 40, No. 60, No. 80, No. 100 and No. 140 (850 µm, 425 µm, 250 µm, 180 µm, 150 µm and 106 µm) sieves, nylon brushes and a shaker. A representative 0.35 oz. (10 g) sample of fiber is sieved, using a shaker and two nylon brushes on each screen. The amount retained in each sieve is weighed and the percentage passing calculated. Repeatability of this method is suspect and needs to be verified.

3/ Ash Content. A representative 0.07 to 0.11 oz. (2 to 3 g) sample of fiber is placed in a tared crucible and heated between 1100 and 1200°F (595 and 650°C) for not less than 2 hours. The crucible and ash are cooled in a desiccator and weighed.

4/ pH Test. A representative 0.176 oz. (5 g) of fiber is added to 0.10 quarts (100 mL) of distilled water, stirred and let sit for 30 minutes. The pH is determined with a probe calibrated with pH 7.0 buffer.

5/ Oil Absorption Test. A representative 0.176 oz. (5 g) of fiber is accurately weighed and suspended in an excess of mineral spirits for not less than 5 minutes to ensure total saturation. It is then placed in a screen mesh strainer (approximately 0.0008 in2 (0.5 mm2) opening size) and shaken on a wrist action shaker for 10 minutes (approximately 1-¼ in. (32 mm) motion at 240 shakes per minute). The shaken mass is then transferred without touching to a tared container and weighed. Results

Page 27: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-15

are reported as the amount (number or times its own weight) the fibers are able to absorb.

6/ Moisture Content. A representative 0.35 oz. (10 g) of fiber is weighed and placed in a 250°F (121 °C) forced air oven for 2 hours. The sample is then reweighed immediately upon removal from the oven.

Table 2. Mineral Fiber Quality Requirements

Property Requirements Sieve Analysis Fiber Length 1/

Thickness 2/ Shot Content 3/ Passing No. 230 (63 µm) Sieve

0.25 in. (6 mm) Maximum mean test value 0.0002 in (0.005 mm) Maximum mean test

value 70 ± 10%

1/ The fiber length is determined according to the Bauer McNett Fractionation.

2/ The fiber diameter is determined by measuring at least 200 fibers in a phase contrast microscope.

3/ Shot content is a measure of non-fibrous material. The shot content is determined on vibration sieves. Two sieves, No. 60 and No. 230 (250 µm and 63 µm), are typically utilized.

Prior to approval and use of the mineral fiber, the Contractor shall submit a notarized certification by the producer of these materials, stating they meet these requirements.

General Requirements:

Mixture Design. The Contractor shall provide a mix design for the Pervious HMA mix. The Design must be performed in accordance with the procedures set forth in the IDOT Level III HMA Manual. The Commissioner will verify the mix design according to the IDOT, District 1 HMA Design Guideline.

(a) Volumetric Requirements: N-Design……………50 Design Air Voids… 21.0% Minimum VMA……………… 28.0% Minimum AC………………… 5.7% Minimum

(b) Fiber Requirements: A fiber additive shall be included if shown to be required by testing according to Illinois Modified AASHTO T 305, Determination of Draindown Characteristics in Uncompacted Asphalt Mixtures. Draindown of the binder shall be no greater than 0.3%.

Page 28: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-16

(c) Performance Testing: Mix designs shall be tested prior to submittal for verification, according to Illinois Modified AASHTO T 324 (Hamburg Wheel). The maximum rut depth at 15,000 repetitions shall be 12.5 mm. Contractor shall provide (2) additional gyratory specimens to CDOT QA for provisional testing in accordance with Illinois Modified ASTM D 7313-07 (DCT). These test results will not be used for enforcement purposes.

(d) Permeability Rate. The Pervious HMA pavement shall have a minimum permeability rate of 5 gallons per minute per square foot. Pavement permeability rates shall be measured in the laboratory using gyratory specimens using the CDOT Laboratory Infiltration Ring method (as described below).

A standard gyratory specimen compacted to optimum density is placed in a 6-in x 12-in concrete cylinder mold which has had a series of holes drilled through the bottom of the mold to provide unrestrained drainage. A spacer of approximately 77mm in height is placed below the specimen to provide standoff from the bottom of the mold. The spacer must provide unrestrained drainage from the bottom of the specimen. The specimen is secured in place with a continuous bead of silicone caulk or other joint sealant to provide a water-tight seal between the mold and the specimen. (2) quarts of water (25°C) are poured into the top of the mold at a rate to ensure a constant head of water on top of the specimen of approximately ½-in. The time, in seconds, is recorded from start of water application until full drainage of the specimen. The final drainage rate is then calculated based on specimen dimensions, water volume and test time.

������������� =

��

Where: � = ����������������(���������)

= ������(��������) � = ���������������������(�������� ��)

Construction Requirements:

(a) Storage and Conveyance. Silo or surge bin storage of Pervious HMA mixtures shall not exceed four hours.

(b) Construction Joints. Transition to impervious bituminous paving shall be merged neatly with a flush, clean line. Transition to adjacent, impervious concrete pavements shall be saw-cut and merged neatly with a flush, clean line. Finished paving shall be even, without pockets, and graded to elevations shown on the plans.

(c) Placing. The first lift of Pervious HMA shall be nominal 4 inches. Subsequent lifts shall each be placed at a nominal 2 inch thickness. No more that 2 lifts may be placed in a single production day. The HMA spreading and finishing machine shall operate on crawler type tracks.

(d) Compaction. Compaction shall be accomplished with all rollers operating in the static mode. Equipment shall include one two-axle tandem static roller with a minimum compactive effort of 200 pounds per inch of width of the drive roller, and one non-ballasted

Page 29: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-17

breakdown roller. The second roller can be a finish roller or vibratory roller operated in static mode.

Along forms, curbs, headers, walls, and other places not accessible to the rollers, the mixture shall be thoroughly compacted with mechanical tampers.

(e) Protection of Pavement. No traffic will be permitted on the pavement surface until the material has been thoroughly compacted and has been permitted to cool below 140ºF (60ºC). The use of water to cool the pavement is not allowed. Erection and maintenance of standard warning signs, lights, barricades, etc., shall be provided as shown on the plans.

Pervious pavement areas shall not be used for equipment or materials storage during construction, and under no circumstances shall vehicles be allowed to deposit soil on paved pervious surfaces. Pervious pavement should not be placed prior to any other construction operations which could lead to clogging of the pores. Examples: Landscaping, sidewalk, driveways, etc.

QC/QA Requirements: Shall be according to Article 1030.05 of the SSRBC except as herein modified.

The frequency of plant testing shall be according to Article 1030.05(d)(2)a for a High ESAL Mixture.

Delete Articles 1030.05(d)(2)b and 1030.05(d)(2)d.

Revise Article 1030.05(d)(3) to read:

“Required Field Tests. The Contractor shall control the compaction process by testing the mix density at random locations as determined according to the QC/QA document, "Determination of Random Density Test Site Locations", and recording the results on forms approved by the Engineer. Density shall be according to the IDOT Bureau of Local Road and Streets Special Provision, LR 1030, SPECIAL PROVISION FOR GROWTH CURVE, except as herein modified.

Revise the first sentence of the second paragraph of LR 1030 to read:

“The Contractor shall perform a growth curve at the beginning of placement of each type of mix for each lift on each day of placement, unless directed otherwise by the Commissioner.”

Revise the first sentence of the fifth paragraph of LR 1030 to read:

“Daily core samples are not required, and shall only be taken when requested by the Commissioner.”

Replace the last sentence of the sixth paragraph of LR 1030 with the following:

“An average nuclear gauge density results shall be based on all tests across the mat, including all confined longitudinal joint density tests, at each test location. Unconfined longitudinal density tests will be evaluated separately as detailed above. Each location shall consist of five tests across the mat including both longitudinal joint density tests, unless directed otherwise by the Commissioner.”

Revise the first sentence of the seventh paragraph of LR 1030 to read:

Page 30: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-18

“Quality Control density tests shall be performed at randomly selected locations within ¼ mile intervals per lift per lane.”

In addition, the Contractor shall cut up to ten full depth, 6-inch diameter cores (6 ¼-in diameter bit, yielding a true 6-in diameter specimen) per project at locations determined by the Engineer. The Engineer may use these cores for independent verification of density, thickness, Hamburg Wheel and provisional DCT testing.”

Revise Control Limits Tables in Article 1030.05(d)(4) to read:

CONTROL LIMITS

Parameter Individual

Test Moving

Avg. of 4 % Passing: 1/

3/8 in. (9.5 mm) ± 6% ± 4% No. 4 (4.75 mm) ± 5% ± 4% No. 8 (2.36 mm) ± 5% ± 3% Total Dust Content No. 200 (75 µm)

± 1.0% ± 1.0%

Asphalt Binder Content

± 0.3% ± 0.2%

VMA ± 1.2% ± 0.7%

1/ Based on washed ignition oven 2/ Minimum air voids in production not allowed to be less than 19.0%

DENSITY CONTROL LIMITS

Mixture Composition Parameter Individual Test

Pervious HMA Ndesign = 50 95 - 102%

Target Density

Control Charts shall be according Article 1030.05(d)(5) for High ESAL mixes.

Revise Article 1030.05(d)(6) to read:

“a. Individual Test Results. When an individual test result exceeds its control limit, the Contractor shall immediately resample and retest. If at the end of the day no material remains from which to resample, the first sample taken the following day shall serve as the resample as well as the first sample of the day. This result shall be recorded as a retest. If the retest passes, the Contractor may continue the required plant test frequency. Additional check samples should be taken to verify mix compliance.

1. Voids, Asphalt Binder Content and VMA.

If the retest for voids, asphalt binder content, or VMA exceeds control limits, HMA production shall cease and immediate corrective action shall be instituted by the Contractor. After corrective action, HMA production shall be restarted, the HMA production shall be stabilized, and the Contractor shall immediately resample and

Page 31: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-19

retest. HMA production may continue when approved by the Engineer. The corrective action shall be documented.

2. Gradation. For gradation retest failures, immediate corrective action shall be instituted by the Contractor. After corrective action, the Contractor shall immediately resample and retest. The corrective action shall be documented.”

Delete the fourth paragraph of Article 1030.05(e).

Start-up procedures shall be according to Article 1030.06(a) and nuclear/core correlations shall not apply. The pervious HMA pavement shall have a minimum permeability rate of 5 gallons per minute per square foot. Pavement permeability rates shall be measured immediately after placement using a CDOT approved Ring Infiltrometer, and in accordance with ASTM C1701, Standard Test Method for Infiltration Rate of In Place Pervious Concrete, noting that the test is performed on HMA instead of PCC. A minimum of one test per paving day shall be performed. This testing will be performed by CDOT QA.

Method of Measurement: PERVIOUS HOT MIX ASPHALT PAVEMENT will be measured for payment in tons as specified in Article 406.13.

Basis of Payment: This work will be paid for at the contract unit price per ton as shown in the Schedule of Unit Prices for PERVIOUS HOT MIX ASPHALT PAVEMENT.

Page 32: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-20

ITEM 26 ******** - GEOTEXTILE FABRIC (LANDSCAPE DRAINAGE)

Effective: July 8, 2011 Description: This work shall consist of placing GEOTEXTILE FABRIC (LANDSCAPE DRAINAGE) between Planter Soil Mix and the drainage layer in landscaped areas, as shown on the plans or as directed by the Commissioner. Materials: Geotextile Fabric of polypropylene fibers of nonwoven, needle-punch variety complying with the following characteristics: Weight of Fabric 3.0-3.5 oz/yd ASTM D5261

Grab Tensile Strength 90lbs ASTM D4632 Grab Elongation 50% ASTM D4632 Trapezoidal Tear 40lbs maximum ASTM D4533 Apparent Opening Size 50 maximum ASTM D4751 General Requirements: The fabric shall be delivered to the jobsite in such a manner to facilitate handling and incorporation into the work without damage. In no case shall the fabric be stored and exposed to direct sunlight that might significantly diminish its strength or toughness. Torn or punctured fabric shall not be used. GEOTEXTILE FABRIC (LANDSCAPE DRAINAGE) shall provide water permeability to allow for proper drainage in planting areas. Construction Requirements: After the drainage layer has been approved by the Commissioner, the fabric shall be loosely rolled out so the center of the fabric is at the centerline of the median or drainage layer. When more than one section of fabric is used, the fabric shall overlap a minimum of two (2) feet. During backfilling with Planter Soil Mix, a minimum 6-inch cushion of soil shall be carefully placed over the lined drainage layer for stabilization prior to proceeding with the installation of the initial soil lift. Submittals: Contractor shall submit GEOTEXTILE FABRIC (LANDSCAPE DRAINAGE) sample (1 square yard minimum) for approval by Commissioner before acceptance. Manufacturer’s Warranty: The Contractor must provide a Manufacturer’s written certification that the materials comply with these specifications. Method of Measurement: GEOTEXTILE FABRIC (LANDSCAPE DRAINAGE) will be measured for payment in place and the area computed in square yards. The additional fabric required for overlaps of individual sheets and overlaps at the top of the french drain will not be measured for payment. Basis of Payment: GEOTEXTILE FABRIC (LANDSCAPE DRAINAGE) will be paid for at the contract unit price per square yard, which price shall include all labor, material and equipment for furnishing, transporting, and installing the material in place.

Page 33: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-21

ITEM 29 CDOT4240010 - PORTLAND CEMENT CONCRETE SIDEWALK 5 INCH Effective: December 1, 2008 Revised: July 1, 2010 Description: Work under this item shall be performed according to Section 424 of the IDOT Standard Specifications for Road and Bridge Construction, except as herein modified. Construction Requirements: This work shall be constructed according to current City of Chicago Department of Transportation ADA Standards. Construction of ADA ramps will be paid for separately. Saw cuts around staircases shall be considered incidental to the pay item. Method of Measurement: This work will be measured on a per square foot basis. Basis of Payment: This work will be paid for at the contract unit price per square foot for PORTLAND CEMENT CONCRETE SIDEWALK 5 INCH.

Page 34: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-22

ITEM 30 CDOT4240030 - PORTLAND CEMENT CONCRETE ADA RAMP 5 INCH Effective: December 1, 2008 Revised: July 1, 2010 Description: Work under this item shall be performed according to Section 424 of the IDOT Standard Specifications for Road and Bridge Construction, except as herein modified. Construction Requirements: This work shall be constructed according to current City of Chicago Department of Transportation ADA standards. Method of Measurement: This work will be measured for payment in place in square feet. It will include the side curbs, side flares, level landing area, ramps and the sidewalk constructed between adjacent ramps within the corner radius. Basis of Payment: This work will be paid for at the contract unit price per square foot for PORTLAND CEMENT CONCRETE ADA RAMP 5 INCH

Page 35: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-23

ITEM 32 ******** - PORTLAND CEMENT CONCRETE BAND

Description: Work under this item shall be performed according to Section 606 of the IDOT Standard Specifications for Road and Bridge Construction, and to the City of Chicago Department of Transportation Regulations for Openings, Construction and Repair in the Public Way. Method of Measurement: This work will be measured for payment in lineal feet, along the intersection side of the band. Basis of Payment: This work will be paid for at the contract unit price per lineal foot for PORTLAND CEMENT CONCRETE BAND.

Page 36: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-24

ITEM 33 CDOT4240055 - LINEAR DETECTABLE WARNING TILES (CAST IRON) Effective: May 21, 2012 Description: Work under this item shall consist of installing cast iron detectable warning tiles on ADA curb ramps as shown on the plans and according to the latest Chicago Department of Transportation ADA Standards. Work shall be performed according to Section 424 of the IDOT Standard Specifications for Road and Bridge Construction, except as herein modified. Materials: Detectable warning tiles shall be cast gray iron and shall be provided by a Manufacturer approved by the City of Chicago Department of Transportation. A list of approved Manufacturers of cast iron detectable warning tiles is available on the City of Chicago Department of Transportation website under Construction Guidelines/Standards. The cast iron detectable warning tiles shall be of uniform quality, free from surface defects and shall be provided with an untreated, natural surface finish as directed by the Commissioner. Construction Requirements: The detectable warning system shall be installed in fresh concrete and shall comply with the City of Chicago Department of Transportation Regulations for Openings, Construction and Repair in the Public Way, Appendix B, ADA Standards. The equipment and installation procedures shall be according to the Manufacturer’s specifications. The contractor shall install the detectable warning system flush with adjacent concrete, and resulting in a snug fit between tiles to limit water infiltration around the perimeter of the system and between tiles, as directed by the Commissioner. QC/QA Requirements: A Manufacturer’s written certification that the material complies with these specifications shall be provided to the Commissioner. Method of Measurement: This work will be measured for payment in place in square feet. Basis of Payment: This work will be paid for at the contract unit price per square foot for LINEAR DETECTABLE WARNING TILES (CAST IRON).

Page 37: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-25

ITEM 43 ******** – STORM SEWERS, 12-INCH (DUCTILE IRON PIPE) ITEM 44 ******** – STORM SEWERS, 24-INCH (REINFORCED CONCRETE PIPE) ITEM 45 ******** – STORM SEWERS, 42-INCH (REINFORCED CONCRETE PIPE) ITEM 46 ******** – STORM SEWERS, 48-INCH (REINFORCED CONCRETE PIPE) ITEM 47 ******** – STORM SEWERS, 60-INCH (REINFORCED CONCRETE PIPE) ITEM 48 ******** – STORM SEWERS, 72-INCH (REINFORCED CONCRETE PIPE) ITEM 49 ******** – STORM SEWERS, ELLIPTICAL, 30X19-INCH (REINFORCED

CONCRETE PIPE) ITEM 50 ******** – DRAINAGE CONNECTION, 6-INCH VITRIFIED CLAY PIPE ITEM 51 ******** – DRAINAGE CONNECTION, 8-INCH DUCTILE IRON PIPE Description: Work under these items shall be performed according to Section 550 of the Standard Specifications and the current City of Chicago Department of Water Management (DWM) Regulations for Sewer Construction and 2016 Stormwater Management except as herein modified. This item consists of constructing sewers to carry storm, sanitary, or a combination of sanitary and storm flows, as shown on the plans or at locations designated by the Commissioner. This work shall consist of constructing storm sewers at locations designated by the Commissioner, including any excavation, disposal, bedding, dewatering, sheeting and/or shoring required to perform the work as specified. Materials: Materials shall be per the above referenced specifications with the following additions: (a) Coarse aggregate for bedding material shall meet a CA 11 gradation in accordance with Article

1004.05 of the IDOT Standard Specifications. (b) Fine aggregate for backfilling material shall meet a FA 6 gradation in accordance with Article

1003.04 of the IDOT Standard Specifications. Construction Requirements: Where a storm sewer or drain connection is to be made to a proposed E.S.V.C.P. storm sewer a manufactured Y or T branch pipe shall be installed in the sewer at this junction. Where a storm sewer or drain connection is to be made to a proposed R.C.P. sewer a pipe section with a predrilled hole of the proper diameter shall be installed at this junction. Where a storm sewer or drain connection is made to an existing sewer, a “T” or “Y” saddle shall be installed. The circular opening in the existing storm sewer must be core drilled to the same size as the external diameter of the proposed storm sewer or drain connection. The protrusion of the proposed sewer into the existing sewer must not exceed a maximum of 1 inch. Edge of core holes must be a minimum of 1.5 feet from the edge of pipe and a minimum distance of 5 feet horizontally between holes. Do not drill holes higher than 10 and 2 o’clock. All ductile iron pipe must be encased in 4-mil, cross-laminated, high density polyethylene tubing meeting the requirements of AWWA C105. Where less than three feet of cover exists, use ductile iron pipe. Sewer Trench: During construction of the sewer, it is the Contractor’s responsibility to keep the sewer trench dry, control seepage from the surrounding earth, and prevent loss of ground from the excavation sides until the backfilling is completed to the required subgrade level. Water pumped

Page 38: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-26

from trenches or other excavations must be routed to settling basins before entering the City of Chicago sewer system. The Contractor must submit a means and method of dewatering to the Commissioner for OUC review and approval. Include locations of well points if required, as well as supporting calculations indicating the extent of drawdown and settlement. In order to keep trench sides from caving and to allow no water inflow towards the trench excavation, the Contractor must design, provide and install trench box supports, or other trench support methods, suitable to field conditions. Where trench box methods are used, the Contractor must determine arrangement, sizes, types and construction sequence for all components of the trench box supports. The Contractor must submit design computations and details of the trench box supports and construction staging, for the Commissioner’s approval prior to the installation of the trench box supports. Submitted design computation items for whatever method of trench support the Contractor chooses to use shall include, but not be limited to, boring logs and associated field test data, geotechnical reports, any design assumptions used in the calculations, any relevant pages of reference used in the calculations, data of material properties used in the calculations, sketches of soil layering, cross sections and plan views supporting the calculations, soil parameters, water level, all pertinent structure and ground elevation points, existing adjacent foundations within influence zone, cut slopes and set-backs, list of all formulas used, calculation steps and procedures, any computer-assisted design analysis data, utilities within the zone of influence, groundwater control plan with dewatering calculations, manufacturer data showing serial numbers and loading capacities of support system components, and installation and dismantling procedures All structural work, including design calculations, must be prepared, signed, and sealed by a Licensed Structural Engineer registered in the State of Illinois prior to being submitted to the Commissioner for approval. All excavations must be properly protected to furnish safe working conditions, to prevent shifting of materials, to prevent damage to structures or other work, to avoid delay of the work, all in accordance with applicable safety and health regulations. All costs to the Contractor resulting from the conditions of this work must be included in the prices for sewer and sewer structures. Excavation in Open Cut: In the construction of monolithic concrete sewers and structures, the Contractor must, unless otherwise ordered by the Commissioner, excavate, sheet and brace the trench or pits from the surface down so that the excavation will be of sufficient width and only sufficient width to permit the work to be constructed as specified. The Contractor must restrict the width of the sewer trench to a maximum dimension equal to the external diameter of the pipe plus three (3) feet within the trench and a maximum dimension equal to the external diameter of the pipe plus five (5) feet measured at the ground surface. If soil conditions are unfavorable, or the depth of cut is excessive, the Contractor must partially or completely support the trench so as to maintain this specified maximum width of the trench. When the depth of a trench exceeds the reach of the Contractor's equipment and excavation is made in two stages, the first stage may be left un-supported to a depth and width to be determined by the Contractor according to the stability of the ground. Otherwise, the first stage of excavation must be supported before the second stage of excavation is started.

Page 39: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-27

Wherever the nature of the ground will permit, the bottom of the excavation for the sewers must have the shape and dimensions of their outside invert and for pipe sewers the shape and dimensions of the outside of their lower quarter. If the bottom of the trench cannot be shaped to the required form and maintained until a section of the sewer is safely constructed, then the bottom of the trench must be made to conform as nearly as possible to the external shape and dimensions of the sewer, and the space between the outer surface of the sewer and the bottom and sides of the trench must be made to conform as nearly as possible to the external shape and dimensions of the sewer and must be filled with suitable material for stabilization of the trench bottom. All material unsuitable for backfill must be removed from the site as soon as excavated. The length of a trench excavated ahead of the completed sewer is subject to the approval of the Commissioner. Sheeting, Bracing and Lining: When the Contractor chooses to use sheeting for sewer construction, the Contractor must furnish, place and maintain all sheeting, bracing and lining required to properly maintain trenches and other excavations in open cut, to support the sides, floors and headings of excavations in tunnel and keep to a minimum any movements of the soil, pavement, utilities, or other structures outside the trench, pit or tunnel. Steel sheeting, when used, must be driven and must remain toed into undisturbed earth until such time as the sewer is built and backfill placed within one foot of the top of sheeting. Sheeting, bracing and lining must be so placed as to allow the work to be constructed to the lines and grades shown on the Plans or established by the Commissioner. The Contractor’s attention is called to the fact that in driving the steel sheeting, he will cut off existing catch basin drains, house drains and other existing drains and sewers now connected to the sewers to be replaced. Prior to connecting these drains to the new sewers, the contractor must take the necessary measures to assure proper drainage from the live drains encountered and thereby prevent the backing up of sewage and/or the flooding of adjacent basements of property. As soon as possible after the pipe is laid and drain connections are made, the sewer trench must be backfilled with trench backfill. No attempt must be made to pull the sheeting until such time as the trench has been backfilled to within a foot of the top of the sheeting after the trench has been water jetted. The Contractor must exercise special care during the progress of his work, and when so directed by the Commissioner must leave in place such sheeting and bracing as may be necessary to protect existing utilities and structures. All work done by the Contractor in driving and pulling sheeting must be performed on weekdays only, between the hours of 8:00 a.m. and 6:00 p.m. In general, all other sheeting and bracing must be removed as the trench or excavation is backfilled, provided such removal does not cause damage to adjacent structures or property, or to the work performed under this Contract. The Contractor will be compensated for sheeting left in place if ordered by the Commissioner.

Page 40: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-28

If at any time the method used by the Contractor for supporting any material or structure in or adjacent to any excavation is not reasonably safe, in the opinion of the Commissioner, the Commissioner may require and the Contractor must provide at his expense, additional bracing and support necessary to furnish the added degree of safety required, but the taking of such added precautions will in no way relieve the Contractor of his sole and final responsibility for the safety of lives, work and structures. Pipe and Gaskets: All pipe and fittings 24 inches in diameter and larger must be Class III, IV and V reinforced concrete pipe, A.S.T.M. Designation C76, Table III, IV and V, Wall B or Wall C with circular or elliptical reinforcement. All reinforced concrete pipe used must be gasketed. Each length of pipe must be provided with bell and spigot or tongue and groove ends of concrete formed on machined rings to insure accurate joint surfaces. The theoretical diameters and the actual diameters of the contact surfaces must not vary more than 1/16 inch. Each spigot or tongue must be recessed to accommodate either a round rubber gasket or other confined, compression-type rubber gasket. The rubber gaskets must be continuous, precision molded gaskets manufactured from a compound containing a basic polymer of not less than 50 percent, by volume, of neoprene and must contain no vulcanized vegetable oil, reclaimed rubber or any deleterious substance and will be the product of a manufacturer having at least five (5) years experience in the manufacture of rubber gaskets for sewer pipe joints. Circular gaskets must be of sufficient cross-sectional area and volume so that when the joint is assembled, the gasket will be compressed to form a watertight seal. Gaskets must be extruded or molded and cured in such a manner that any cross-section will be dense, homogenous and free from porosity, blisters, pitting and other imperfections. The gaskets must be molded or extruded to the tolerance as specified. All gaskets must be manufactured within a tolerance of plus or minus 1/64 of an inch on any dimension measured at any cross section. The physical properties of the gasket materials must conform to the requirements of those specified under A.S.T.M. Designation C443, A.S.T.M. Designation C361 and A.A.S.H.T.O. Designation M198. The Contractor must submit to the Commissioner for approval, detailed drawings of the pipe and pipe joint to be furnished and placed under this Contract, including the dimensions of the rubber gasket and the joint in the assembled pipe position. The gaskets must be seated on the pipe in accordance with the manufacturer's specifications and the ends of the pipe and the gaskets must be kept clean and free from damage until the joint has been made. Preformed tapered holes of the proper dimensions as shown on the Plans for the connection of drains and future drain connections will be provided during the manufacture of the pipe. Tapered holes must be so formed that the drain connection will enter the sewer at an angle of approximately 90 degrees with the axis of the sewer. Whenever the diameter of a preformed tapered hole is equal to or exceeds 50 percent of the diameter of the pipe, additional reinforcement steel satisfactory to the Commissioner must be placed around the hole. Pipe must not be less than 4 feet or more than 8 feet long unless otherwise approved by the Commissioner. The work must be carefully planned with regard to the matching of pipe openings to existing drain locations and the cutting of pipes for connections will be permitted only in special cases, and where permitted must be done in a manner satisfactory to and approved by the Commissioner. If preformed tapered holes have not been provided for the connection of the drains and for future drain connections, the Contractor must make circular cored openings in the sewer pipe.

Page 41: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-29

Lengths of pipe that are cracked, broken or otherwise defective must not be used in the work. All pipe and fittings must be re-inspected for soundness and damage due to handling immediately before being laid and any pipe not conforming to the requirements of these Specifications must be rejected and removed immediately from the site of the work. Pipe Laying: Trenches must be kept as free as practicable from excess water until the mortar in the joints has sufficiently hardened. Each length of pipe must be laid to the required line and grade on a firm, even embedment as described herein, and as shown on the Plans, with the groove end up grade. After the pipe with the gasket is lowered into position, it must be drawn home by use of a winch and cable so as to be in proper alignment. The Contractor must prevent excessive movement of the pipe when partially or completely home so as not to displace the rubber gasket or damage the pipe spigot or bell. Whenever pipe laying is discontinued, the unfinished end of the sewer must be protected from displacement and cave-in or other injury and a suitable stopper or dam must be placed in the end of the sewer. All concrete pipe sewers must be embedded in a firm even bed of granular material. This embedment must have a minimum thickness of six (6) inches below the bottom of the pipe except in the event that rock is encountered in this zone. The granular embedment must be placed at least to the spring line of the pipe, and as shown on the Plans or ordered by the Commissioner. The same embedment, as specified, must be placed beneath all precast integral manhole bases and the Contractor must use special care in placing each base to obtain the proper and maximum bearing on the granular embedment in order to minimize future settlement. The work includes the removing and disposing of material replaced by the granular embedment, except that where rock is encountered, it will be removed at the price bid in the proposal for rock excavation, which includes the furnishing, transporting and placing of the granular embedment and all incidental and appurtenant work for rock excavation. All pipe sewers must be surrounded and covered by trench backfill above the granular embedment as soon as they are laid. Joints: In addition to the jointing materials used by the Contractor in conforming to the gasket manufacturer's recommended practices as specified herein, the Contractor must seal all joints in reinforced concrete pipe sewers with Portland cement mortar. The Portland cement mortar must be applied to the joint and finished smooth on the entire circumference of pipe on the inside and, so far as practicable, on the outside circumference. All foreign material and excess mortar must be removed from the inside surface of the sewer as pipe laying progresses. QC/QA Requirements: The Contractor must provide a Manufacturer’s written certification that the materials comply with these specifications and be from an IDOT approved source when available. Inspection and Acceptance: All sewers and sewer structures must be inspected by the Department of Sewers prior to the final payment to the Contractor. In conjunction with these sewer inspections, the Contractor must furnish a videotape of a televised inspection of the interior of all main line sewer constructed and the existing main line sewer to be connected to under this contract. Record the videotape under the supervision of the Commissioner. The cost of producing and furnishing the video tape will be incidental to the STORM SEWER items(s) of the contract. Perform 2 sessions of videotaping of the sewer: 1) before construction and 2) prior to the placement of final wearing

Page 42: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-30

surface. The name, phone number, and contact person of the firm which will be performing the videotaping of the sewer must be provided by the Contractor at the pre-construction meeting. Clean all sewers prior to videotaping. The final acceptance of the sewer shall be based on the sewer videotape. All deficiencies exposed on the videotape must be corrected by the Contractor within 30 calendar days of notification. All costs incurred by the Contractor to make the required repairs are to be borne solely by the Contractor. Pavement removal, if required, must be in full panel sections and pavement anchors will be required for pavement restoration. The Contractor is required to re-videotape the sewer to verify that the deficiencies noted on any previous videotape have been corrected to the satisfaction of the Chicago Department of Sewers. All costs to re-videotape the sewer, regardless of the number of times required, will be borne solely by the Contractor. Every effort is to be made by the Contractor to correct all deficiencies prior to the placement of the final wearing surface. If, in the opinion of the Commissioner, the Contractor has delayed in submitting the videotape, the placement of the final wearing surface may be suspended. No time extension will be granted due to this suspension and the Commissioner will be sole judge as to any delays. Include location maps, legends and descriptions on all videotape submittals. 2 copies of each submittal are required. Method of Measurement: This work will be measured for payment in place per foot in accordance with Article 550.09 with the following additions: When a proposed sewer is to be placed at the same location of an existing sewer, the removal of the existing sewer will not be measured for payment. Televising and inspection of sewers will not be measured separately for payment and is considered incidental to the work. Basis of Payment: This work will be paid for at the contract unit price per foot for the STORM SEWERS, 12-INCH (DUCTILE IRON PIPE), STORM SEWERS, 24-INCH (REINFORCED CONCRETE PIPE), STORM SEWERS, 42-INCH (REINFORCED CONCRETE PIPE), STORM SEWERS, 48-INCH (REINFORCED CONCRETE PIPE), STORM SEWERS, 60-INCH (REINFORCED CONCRETE PIPE), STORM SEWERS, 72-INCH (REINFORCED CONCRETE PIPE), STORM SEWERS, ELLIPTICAL, 30X19-INCH (REINFORCED CONCRETE PIPE), DRAINAGE CONNECTION, 6-INCH VITRIFIED CLAY PIPE, DRAINAGE CONNECTION, 8-INCH DUCTILE IRON PIPE and will also include as incidental, salvaging manhole and catch basin frames, lids and covers, and inlet frames and grates, all bypass pumping or dewatering required for the installation of reinforced concrete pipe sewer in open cut. Furnishing and placing plugs in abandoned sewers and drains not filled with trench backfill will be paid for under the item, Controlled Low Strength Material (CLSM). Basis of Payment: This work will be paid for at the contract unit price per foot for the STORM SEWERS, 12-INCH (DUCTILE IRON PIPE), STORM SEWERS, 24-INCH (REINFORCED CONCRETE PIPE), STORM SEWERS, 42-INCH (REINFORCED CONCRETE PIPE), STORM SEWERS, 48-INCH (REINFORCED CONCRETE PIPE), STORM SEWERS, 60-INCH (REINFORCED CONCRETE PIPE), STORM SEWERS, 72-INCH (REINFORCED CONCRETE PIPE), STORM SEWERS, ELLIPTICAL, 30X19-INCH (REINFORCED CONCRETE PIPE), DRAINAGE CONNECTION, 6-INCH VITRIFIED CLAY PIPE, DRAINAGE CONNECTION, 8-INCH DUCTILE IRON PIPE and will also include an incidental, salvaging manhole and catch basin frames, lids and covers, and inlet frames and grates, all bypass pumping or dewatering required for the installation of reinforced concrete pipe sewer in open cut . Furnishing and placing plugs in

Page 43: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-31

abandoned sewers and drains not filled with trench backfill will be pain for under the item, CONTROLLED LOW STRENGTH MATERIAL (CLSM).

Page 44: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-32

ITEM 52 ******** – STORM SEWERS, PRECAST BOX CULVERT, 6’X4’ ITEM 53 ******** – STORM SEWERS, PRECAST BOX CULVERT, 6’X3’ ITEM 54 ******** – STORM SEWERS, PRECAST BOX CULVERT, 5’X3’

Description: Work under these items shall be performed according to Sections 540 and 550 of the Standard Specifications and the current City of Chicago Department of Water Management (DWM) Regulations for Sewer Construction and Stormwater Management, except as herein modified. This work shall consist of constructing precast reinforced concrete box culvert storm sewers, including bends, transitions, end sections and transitions, at locations shown on the Contract Plans, including any bedding, box culvert transition sections, box culvert bends, dewatering, temporary and long term bulkheads, and sheeting and/or shoring required to perform the work as specified. This item shall also include all excavation except ROCK EXCAVATION which is to be paid for separately under that item, and disposal necessary for precast box culvert storm sewer construction. The precast reinforced box culvert storm sewer is to accommodate storm water flow only. Sanitary and combined sewers, and private sanitary connections shall not be connected into this box culvert system. All combined and sanitary sewers and connections must be connected to the separate combined sewer system. Materials: Materials shall be per Sections 540 and 550 of the Standard Specifications with the following additions: Item Article/Section

(c) Coarse aggregate for bedding material shall meet a CA 11 gradation ….Article 1004.05 (d) Fine aggregate for backfilling material shall meet a FA 6 gradation …… Article 1003.04 (e) Mastic Joint Sealer for Pipe…………………………………………………...Section 1055 (f) Rubber Gaskets & Preformed Flexible Joint Sealants

for Concrete Pipe……………………………………………………………….Section 1056 (g) External Sealing Band …….………………………………………………… Section 1057

Joints between reinforced precast box culvert sections must be sealed in accordance with Article 540.06.

Submittals: Shop drawings for precast reinforced concrete box culvert storm sewers, end sections and must be in accordance with section 540.06 of the Standard Specifications, except all must be allshop drawings must be reviewed and approved by the Commissioner prior to the culvert being built at the precast offsite facility. The precast reinforced box culvert shop drawing shall include all bends, transition sections and end sections, and pre drilled or precast holes for manhole risers or laterals. All required structural calculations must be stamped and signed by a registered Illinois Structural Engineer. Shop drawings and material submittals are also required for any retention required as detailed herein or in referenced specifications.

Page 45: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-33

All structural work, including design calculations, must be prepared, signed, and sealed by a Licensed Structural Engineer registered in the State of Illinois prior to being submitted to the Commissioner for approval. Construction Requirements: Where a storm sewer or drain connection is to be made to a proposed reinforced concrete precast box culvert storm sewer section, a predrilled hole of the proper diameter shall be installed at this junction. Box Culvert Trench: During construction of the box culvert, it is the Contractor’s responsibility to keep the box culvert trench dry, control seepage from the surrounding earth, and prevent loss of ground from the excavation sides until the backfilling is completed to the required subgrade level. Water pumped from trenches or other excavations must be routed to settling basins before entering the City of Chicago sewer system. The Contractor must submit a means and method of dewatering to the Commissioner for OUC review and approval. Include locations of well points if required, as well as supporting calculations indicating the extent of drawdown and settlement. In order to keep trench sides from caving and to allow no water inflow towards the trench excavation, the Contractor must design, provide and install trench box supports, or other trench support methods, suitable to field conditions. Where trench box methods are used, the Contractor must determine arrangement, sizes, types and construction sequence for all components of the trench box supports. The Contractor must submit design computations and details of the trench box supports and construction staging, for the Commissioner’s approval prior to the installation of the trench box supports. Submitted design computation items for whatever method of trench support the Contractor chooses to use shall include, but not be limited to, boring logs and associated field test data, geotechnical reports, any design assumptions used in the calculations, any relevant pages of reference used in the calculations, data of material properties used in the calculations, sketches of soil layering, cross sections and plan views supporting the calculations, soil parameters, water level, all pertinent structure and ground elevation points, existing adjacent foundations within influence zone, cut slopes and set-backs, list of all formulas used, calculation steps and procedures, any computer-assisted design analysis data, utilities within the zone of influence, groundwater control plan with dewatering calculations, manufacturer data showing serial numbers and loading capacities of support system components, and installation and dismantling procedures All excavations must be properly protected to furnish safe working conditions, to prevent shifting of materials, to prevent damage to structures or other work, to avoid delay of the work, all in accordance with applicable safety and health regulations. All costs to the Contractor resulting from the conditions of this work must be included in the prices for culvert and culvert structures. Excavation in Open Cut: In the construction of the concrete box culvert, the Contractor must, unless otherwise ordered by the Commissioner, excavate, sheet and brace the trench or pits from the surface down so that the excavation will be of sufficient width and only sufficient width to permit the work to be constructed as specified. The Contractor must restrict the width of the trench to a maximum dimension equal to the external diameter of the culvert plus three (3) feet within the trench and a maximum dimension equal to the

Page 46: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-34

external dimension of the culvert plus five (5) feet measured at the ground surface. If soil conditions are unfavorable, or the depth of cut is excessive, the Contractor must partially or completely support the trench so as to maintain this specified maximum width of the trench. When the depth of a trench exceeds the reach of the Contractor's equipment and excavation is made in two stages, the first stage may be left un-supported to a depth and width to be determined by the Contractor according to the stability of the ground. Otherwise, the first stage of excavation must be supported before the second stage of excavation is started. Wherever the nature of the ground will permit, the bottom of the excavation for the sewers must have the shape and dimensions of their outside dimensions. If the bottom of the trench cannot be shaped to the required form and maintained until a section of the culvert is safely constructed, then the bottom of the trench must be made to conform as nearly as possible to the external shape and dimensions of the culvert, and the space between the outer surface of the culvert and the bottom and sides of the trench must be made to conform as nearly as possible to the external shape and dimensions of the culvert and must be filled with suitable material for stabilization of the trench bottom. All material unsuitable for backfill must be removed from the site as soon as excavated. The length of a trench excavated ahead of the completed culvert is subject to the approval of the Commissioner. Sheeting, Bracing and Lining: When the Contractor chooses to use sheeting for culvert construction, the Contractor must furnish, place and maintain all sheeting, bracing and lining required to properly maintain trenches and other excavations in open cut, to support the sides, floors and headings of excavations in tunnel and keep to a minimum any movements of the soil, pavement, utilities, or other structures outside the trench, pit or tunnel. Steel sheeting, when used, must be driven and must remain toed into undisturbed earth until such time as the culvert is built and backfill placed within one foot of the top of sheeting. Sheeting, bracing and lining must be so placed as to allow the work to be constructed to the lines and grades shown on the Plans or established by the Commissioner. The Contractor’s attention is called to the fact that in driving the steel sheeting, he will cut off existing catch basin drains, and other existing drains and sewers now connected to the sewers to be replaced. Prior to connecting these drains to the new culvert, the contractor must take the necessary measures to assure proper drainage from the live drains encountered and thereby prevent the backing up of sewage and/or the flooding of adjacent basements of property. Coordinate with the separate combined sewer system to accommodate, locate and connect private drains. Do not introduce any combined or sanitary flow into the box culvert storm water only system. As soon as possible after the pipe is laid and drain connections are made, the trench must be backfilled with trench backfill. No attempt must be made to pull the sheeting until such time as the trench has been backfilled to within a foot of the top of the sheeting after the trench has been water jetted.

Page 47: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-35

The Contractor must exercise special care during the progress of his work, and when so directed by the Commissioner must leave in place such sheeting and bracing as may be necessary to protect existing utilities and structures. All work done by the Contractor in driving and pulling sheeting must be performed on weekdays only, between the hours of 8:00 a.m. and 6:00 p.m., or as required by the City of Chicago. In general, all other sheeting and bracing must be removed as the trench or excavation is backfilled, provided such removal does not cause damage to adjacent structures or property, or to the work performed under this Contract. The Contractor will be compensated for sheeting left in place if ordered by the Commissioner. If at any time the method used by the Contractor for supporting any material or structure in or adjacent to any excavation is not reasonably safe, in the opinion of the Commissioner, the Commissioner may require and the Contractor must provide at his expense, additional bracing and support necessary to furnish the added degree of safety required, but the taking of such added precautions will in no way relieve the Contractor of his sole and final responsibility for the safety of lives, work and structures. All costs to the Contractor resulting from the conditions of this work must be included in the prices for culvert and culvert structures. Culvert and Openings: Preformed tapered holes of the proper dimensions as shown on the Plans for the connection of drains and future drain connections will be provided during the manufacture of the culvert. Whenever the diameter of a preformed tapered hole is equal to or exceeds 50 percent of the dimension of the culvert, additional reinforcement steel satisfactory to the Commissioner must be placed around the hole. Culvert sections must not be less than 4 feet or more than 8 feet long unless otherwise approved by the Commissioner. The work must be carefully planned with regard to the matching of culvert openings to existing drain locations and the cutting of culverts for connections will be permitted only in special cases, and where permitted must be done in a manner satisfactory to and approved by the Commissioner. If preformed tapered holes have not been provided for the connection of the drains and for future drain connections, the Contractor must make circular cored openings in the culvert. Lengths of box culvert that are cracked, broken or otherwise defective must not be used in the work. All culvert and fittings must be re-inspected for soundness and damage due to handling immediately before being laid and any culvert not conforming to the requirements of these Specifications must be rejected and removed immediately from the site of the work. Box Culvert Laying: Trenches must be kept as free as practicable from excess water until the joints have been treated as per Section 540.06. Each length of culvert must be laid to the required line and grade on a firm, even embedment as described herein, and as shown on the Plans. After the culvert is lowered into position, it must be drawn home by use of a winch and cable so as to be in proper alignment. The Contractor must prevent excessive movement of the culvert when partially or completely home so as not to displace the connection between sections.

Page 48: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-36

Whenever box culvert laying is discontinued, the unfinished end of the culvert must be protected from displacement and cave-in or other injury and a suitable stopper or dam must be placed in the end of the culvert. All concrete box culverts must be embedded in a firm even bed of granular material. This embedment must have a minimum thickness of six (6) inches below the bottom of the culvert except in the event that rock is encountered in this zone. The granular embedment must be placed at least to the spring line of the culvert, and as shown on the Plans or ordered by the Commissioner. The same embedment, as specified, must be placed beneath all precast integral manhole bases and the Contractor must use special care in placing each base to obtain the proper and maximum bearing on the granular embedment in order to minimize future settlement. The work includes the removing and disposing of material replaced by the granular embedment, except that where rock is encountered, it will be removed at the price bid in the proposal for rock excavation, which includes the furnishing, transporting and placing of the granular embedment and all incidental and appurtenant work for rock excavation. All box culverts must be surrounded and covered by trench backfill above the granular embedment as soon as they are laid. QC/QA Requirements: The Contractor must provide a Manufacturer’s written certification that the materials comply with these specifications, and provide material from an IDOT approved source where available. Inspection and Acceptance: All related sewer and structures must be inspected by the Department of Sewers prior to the final payment to the Contractor. In conjunction with these culvert inspections, the Contractor must furnish a videotape of a televised inspection of the interior of all main line culvert constructed and the existing sewers connected to under this contract. Record the videotape under the supervision of the Commissioner. The cost of producing and furnishing the video tape will be incidental to the STORM SEWERS, PRECAST BOX CULVERT items(s). Videotape the sewer prior to the placement of final wearing surface. The name, phone number, and contact person of the firm which will be performing the videotaping of the culvert must be provided by the Contractor at the pre-construction meeting. Clean all sewers prior to videotaping. The final acceptance of the culvert shall be based on the culvert videotape. All deficiencies exposed on the videotape must be corrected by the Contractor within 30 calendar days of notification. All costs incurred by the Contractor to make the required repairs are to be borne solely by the Contractor. Pavement removal, if required, must be in full panel sections and pavement anchors will be required for pavement restoration. The Contractor is required to re-videotape the culvert to verify that the deficiencies noted on any previous videotape have been corrected to the satisfaction of the Chicago Department of Sewers. All costs to re-videotape the culvert, regardless of the number of times required, will be borne solely by the Contractor. Every effort is to be made by the Contractor to correct all deficiencies prior to the placement of the final wearing surface. If, in the opinion of the Commissioner, the Contractor has delayed in submitting the videotape, the placement of the final wearing surface may be suspended. No time extension will be granted due to this suspension and the Commissioner will be sole judge as to any delays. Include location maps, legends and descriptions on all videotape submittals. 2 copies of each submittal are required.

Page 49: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-37

Method of Measurement: This work will be measured for payment in place per foot. When a proposed culvert is to be placed at the same location of an existing sewer, the removal of the existing sewer will not be measured for payment. Televising and inspection of culverts will not be measured separately for payment and is considered incidental to the work. The 5’x3’ box culvert transitional section to a 6’x3’ box culvert will be part of STORM SEWERS, PRECAST BOX CULVERT, 5’x3’. The 6’x3’ box culvert transitional section to a 6’x4’ box culvert will be part of STORM SEWERS, PRECAST BOX CULVERT, 6’x3’. The 6’x4’ box culvert transitional section to a 72” circular sewer will be part of ITEM STORM SEWERS, PRECAST BOX CULVERT, 6’X4’. Furnishing and placing plugs in abandoned sewers and drains not filled with trench backfill will be paid for under the item CONTROLLED LOW-STRENGTH MATERIAL. Basis of Payment: This work will be paid for at the contract unit price per foot for STORM SEWERS, PRECAST BOX CULVERT, 6’X4’, STORM SEWERS, PRECAST BOX CULVERT, 6’X3’, and STORM SEWERS, PRECAST BOX CULVERT, 5’X3’. Included in the cost of these items are required sheeting and/or shoring, bypass pumping, dewatering, shop drawings, box culvert bends shown on the plans, transitional sections where the box culvert transitions from one size box culvert to another, or where the box culvert transitions to a circular sewer, temporary bulkheads, permanent bulkheads for future sewer construction as noted in the plans, circular openings in the roof of the box culvert for manhole, installation of ladder rungs in the side of the box culvert at the manhole riser locations as per the latest DWM standard details, bypass pumping, dewatering, These openings shall be shown in the shop drawing and approved prior to manufacture ahead of time and not field cut.

Page 50: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-38

ITEM 55 CDOT6020010 - CATCH BASIN, TYPE A, 4'-DIAMETER, TYPE 1 FRAME, OPEN LID (CITY OF CHICAGO)

ITEM 56 CDOT6020020 - INLET, TYPE A, TYPE 1 FRAME, OPEN LID (CITY OF CHICAGO)

ITEM 57 ******** - MANHOLE, TYPE A, 4’-DIAMETER, FRAME AND CLOSED LID (CITY OF CHICAGO)

ITEM 58 ******** - MANHOLE, TYPE A, 3’-DIAMETER, FRAME AND CLOSED LID (CITY OF CHICAGO)

ITEM 59 ******** - MANHOLE, TYPE B, 4’-DIAMETER, FRAME AND CLOSED LID (CITY OF CHICAGO)

ITEM 60 ******** - MANHOLE, TYPE B, 3’-DIAMETER, FRAME AND CLOSED LID (CITY OF CHICAGO)

ITEM 61 ******** - MANHOLE, MODIFIED TYPE B, 4’-DIAMETER, FRAME AND CLOSED LID (CITY OF CHICAGO)

Description: Work under these items shall be performed according to Sections 602 and 604 of the

IDOT Standard Specifications for Road and Bridge Construction and the current City of Chicago

Department of Water Management (DWM) Standard Specifications for Water and Sewer Main

Construction and the DWM 2016 Regulations for Sewer Construction and Stormwater Management

except as herein modified. Materials: Materials will be in accordance with the referenced specifications except for the the following: (h) Coarse aggregate for bedding material shall meet a CA 11 gradation in accordance with Article

1004.05 of the IDOT Standard Specifications. (i) Fine aggregate for backfilling material shall meet a FA 6 gradation in accordance with Article

1003.04 of the IDOT Standard Specifications. (j) City of Chicago standard frame and lid shall be in accordance with the City of Chicago

Department of Water Management Bureau of Engineering Services Standard Details (d) Storm Sewers, Type 2, (Extra Strength Vitrified Clay Pipe) must conform to Article 1040.02. General Requirements: An ADA compliant open lid shall be placed on all catch basins located within the cross walk or as directed by the Commissioner. QC/QA Requirements: All precast structures shall be from an IDOT approved source. Method of Measurement: This work will be measured on a per each basis. Basis of Payment: This work will be paid for at the contract unit price per each for CATCH BASIN, TYPE A, 4’-DIAMETER, TYPE 1 FRAME, OPEN LID (CITY OF CHICAGO), INLET, TYPE A, TYPE 1 FRAME, OPEN LID (CITY OF CHICAGO), MANHOLE, TYPE A, 4’-DIAMETER, FRAME AND CLOSED LID (CITY OF CHICAGO), MANHOLE, TYPE A, 3’-DIAMETER, FRAME AND CLOSED LID (CITY OF CHICAGO) AND MANHOLE, TYPE B, 3’-DIAMETER, FRAME AND CLOSED LID (CITY OF CHICAGO). MANHOLE, TYPE B, 4’-DIAMETER, FRAME AND CLOSED LID (CITY OF CHICAGO), AND MANHOLE, MODIFIED TYPE B, 4’-DIAMETER, FRAME AND CLOSED LID (CITY OF CHICAGO).

Page 51: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-39

ITEM 62 ******** - MANHOLE RISER WITH FRAME AND LID, 4’

Description: Work under this item will be performed according to Sections 540, 602, and 604 of the Standard Specifications and the 2016 City of Chicago Department of Water Management (DWM) Specifications in the Appendix and 2016 Regulations for Sewer Construction and Stormwater Management, except as herein modified. This item will be used to provide manhole access over the box culvert sewer and shall incorporate a lid, frame, riser and adjustment sections, and ancillary work over a circular opening in the box culvert roof. The manhole riser roof opening will be part of STORM SEWERS, PRECAST BOX CULVERT pay items. This item will also include the provision and installation of ladder rungs in the riser and in the precast box culvert storm sewer per the Department of Water Management Bureau of Engineering Standards for manholes. Materials: Materials will be in accordance to the referenced specifications except for the following.

(a) Coarse aggregate for bedding material shall meet a CA 11 gradation in accordance with Article 1004.05 of the IDOT Standard Specifications. (b) Fine aggregate for backfilling material shall meet a FA 6 gradation in accordance with Article 1003.04 of the IDOT Standard Specifications. (c) City of Chicago standard frame and lid shall be in accordance with the City of Chicago Department of Water Management Bureau of Engineering Services Standard Details.

QC/QA Requirements: All precast structures shall be from an IDOT approved source. Method of Measurement: This work will be measured on a per each basis. Basis of Payment: This work will be paid for at the contract unit price per each for MANHOLE RISER WITH FRAME AND LID, 4’.

Page 52: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-40

ITEM 63 ******** – MANHOLES TO BE ADJUSTED ITEM 64 ******** – CATCH BASINS TO BE ADJUSTED ITEM 65 ******** – VALVE VAULTS TO BE ADJUSTED Description: This work shall be performed according to Section 602 of the Standard Specifications, except as herein modified. This work shall consist of the adjustment of existing catch basins, manholes, inlets, valve vaults, City electric manholes, water meter vaults or other structures. This work shall include the first two feet of masonry required to be added, removed or rebuilt to bring the specified casting to the finished grade of the proposed improvement. Materials: The Cement Factor shall be a minimum of 7.35 cwt. The mix shall be designed according to Section 3.0 of the IDOT QC/QA PCC Level III Technician Manual. High early strength concrete must achieve a minimum compressive strength of 3,500 psi within 3 days of placement. The use of HMA for pavement patching is not allowed. The use of HDPE plastic adjusting rings (602.02(l)) is not allowed. The use of Recycled Rubber Adjusting rings (602.02(m)) is not allowed. General Requirements: Under no circumstance will an adjustment not be completed in the same day as it is started. Under no circumstance will any debris be left in the street overnight. The Contractor must stage adjustment work so that the traffic flows in a safe manner. Prior to starting construction, an inspection of all the existing structures, shall be made by the Commissioner and the Contractor to determine the amount of existing debris in these structures. Method of Measurement: This work will be measured on a per each basis. Basis of Payment: This work will be paid for at the contract unit price per each for MANHOLES TO BE ADJUSTED, CATCH BASINS TO BE ADJUSTED, and VALVE VAULTS TO BE ADJUSTED.

Page 53: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-41

ITEM 66 ******** – FRAMES AND LIDS (CITY OF CHICAGO) Description: Work under this item shall be performed according to Section 604 of the IDOT Standard Specifications for Road and Bridge Construction and the current City of Chicago Department of Water Management Standard Specifications for Water and Sewer Main Construction, except as herein modified. General Requirements: An ADA compliant frame and lid shall be placed on any structure located within the cross walk or as directed by the Commissioner. At the direction of the Commissioner, existing frames and lids shall be removed and delivered to the City. A signed and dated receipt for the delivery of the frames and lids shall be submitted to the Commissioner. Method of Measurement: This work will be measured on a per each basis. Basis of Payment: This work will be paid for at the contract unit price per each for FRAMES AND LIDS (CITY OF CHICAGO).

Page 54: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-42

ITEM 67 ******** – FILLING MANHOLES ITEM 68 ******** – FILLING CATCH BASINS

Description: Work under this item shall be performed according to Section 605 of the IDOT Standard Specifications for Road and Bridge Construction, except as herein modified and FILLING MANHOLE will include Filling Valve Vaults where required. Materials: Materials shall be according to the following: (a) Fine aggregate for backfilling shall meet an FA 2 gradation in accordance with Section 1003.04 of IDOT Specifications. Construction Requirements: The existing manholes and catch basins must be cleaned of all mud and debris prior to filling. When a sewer lateral from a proposed catch basin is to be constructed through an existing manhole or catch basin to be filled, all of that portion of the existing structure above a plane one foot (1’) below the bottom of the proposed sewer lateral must be removed. The pipe from the existing catch basin must be removed to the nearest joint outside the existing catch basin and the proposed sewer lateral and the existing pipe must be properly connected at the joint. The installation of the proposed sewer lateral must conform to the specification for Storm Sewer Contained herein. The Contractor shall deliver all old frames and lids to the City as a facility designated by the Commissioner. A signed and dated receipt for the delivery of the old frames shall be given to the Commissioner. Method of Measurement: This work will be measured on a per each basis. Basis of Payment: The work will be paid for at the contract unit price per each for FILLING MANHOLES or FILLING CATCH BASINS.

Page 55: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-43

ITEM 69 CDOT6050030 - REMOVING INLETS Effective: May 15, 2009 Revised: August 8, 2016 Description: Work under this item shall be performed according to Section 605 of the IDOT Standard Specifications for Road and Bridge Construction, except as herein modified.

General Requirements: The Contractor shall deliver all old frames to the City at a facility designated by the Commissioner. A signed and dated receipt for the delivery of the old frames shall be given to the Commissioner. Method of Measurement: All work associated with the salvage of the frames and lids shall be incidental to this item. Basis of Payment: The work will be paid for at the contract unit price per each for REMOVING INLETS.

Page 56: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-44

ITEM 70 CDOT6060020 - COMBINATION CONCRETE CURB AND GUTTER, TYPE B-V.12 Effective: December 1, 2008 Description: Work under this item shall be performed according to Section 606 of the IDOT Standard Specifications for Road and Bridge Construction, and to the City of Chicago Department of Transportation detail for P.C.C. Curb & Gutter included in the plan documents.

Page 57: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-45

ITEM 72 CDOT 66400010 – TEMPORARY CHAIN LINK FENCE WITH SCREENING, 6’ Effective: October 1, 2008 Revised: July 1, 2009 Description: Work under this item shall consist of constructing, installing, maintaining and removing a chain link fence and gates with screening, of the height specified on the plans, or as directed by the Commissioner. Work under this item shall be performed according to Section 664 of the IDOT Standard Specifications for Road and Bridge Construction, except as herein modified. General Requirements: The chain link fence shall be anchored sufficient to resist wind loads of 30 pounds per square foot without deflection of more than three inches between top and bottom fence. The base shall not interfere with pedestrian and/or vehicular traffic, and shall be approved by the Commissioner. Opaque Fabric Meshing shall be affixed to the chain link fence face. The fabric meshing shall allow passage of air but shall contain dust and dirt. The mesh fabric shall be the full height of the fence and cover the entire length of the fence including any gated opening. The fabric meshing and fence shall not contain any advertisement. The color of the fabric shall be approved by the Commissioner.

Method of Measurement: Chain link fence will be measured for payment in feet, along the top of fence from center to center of end posts, including the length occupied by gates. Basis of Payment: This work will be paid at the contract unit price per foot for TEMPORARY CHAIN LINK FENCE WITH SCREENING, 6’ of the height specified.

Page 58: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-46

ITEM 73 CDOT66400030 – RELOCATE TEMPORARY CHAIN LINK FENCE WITH SCREENING

Effective: July 1, 2009 Description: Work under this item shall consist of shifting or relocating a temporary chain link fence and gate with screening, as specified on the plans, or as directed by the Commissioner. Work under this item shall be performed according to Section 664 of the IDOT Standard Specifications for Road and Bridge Construction, except as herein modified. Method of Measurement: Temporary chain link fence to be shifted or relocated will be measured for payment in feet, along the top of fence from center to center of end posts, including the length occupied by gates. Basis of Payment: This work will be paid at the contract unit price per foot for RELOCATE TEMPORARY CHAIN LINK FENCE WITH SCREENING.

Page 59: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-47

ITEM 77 CDOT6700010 - ENGINEER'S FIELD OFFICE Effective: August 1, 2008 Revised: July 8, 2009 Description: Work under this item shall consist of supplying engineer’s field offices. Work under this item shall be performed according to Section 670 of the IDOT Standard Specifications for Road and Bridge Construction, except as herein modified.

General Requirements: Field offices must comply with the requirements for Engineer’s Field Office, except as herein modified. Field offices shall have a ceiling height of not less than seven (7) ft. and a floor space of not less than 800 sq. ft. Adequate all weather parking space shall be available to accommodate a minimum of 10 vehicles. Solid waste disposal consisting of two waste basket(s) and an outside trash container of sufficient size to accommodate a weekly pick-up service shall be provided by the Contractor. In addition, the following equipment and furniture meeting the approval of the Commissioner shall be furnished:

(a) Five desk(s) with minimum working surface 42"x30" each and five non-folding office chairs with upholstered seats and backs and with wheels.

(b) One four-drawer legal size file cabinets. (c) Eight folding chairs and one 36”x96” folding tables. (d) One office style frostless refrigerator with a minimum size of eight cubic feet with a

separate freezer unit. (e) One microwave oven with a minimum capacity of one cubic feet. (f) One electric desk type tape printing calculators. (g) Three (3) telephone(s) with multiline capability touch tone and voice mail (for exclusive

use by the Commissioner). Three (3) phone line(s), 1 for voice, 1 for fax and 1 for security. One high speed broadband internet connection with unlimited access and wireless networking capabilities for multiple users (for exclusive use of the Commissioner).

(h) One (1) portable cellular phone(s) with built in 2-way radio feature (Nextel Model 560 or approved equal), for the exclusive use by the Commissioner.

(i) One desktop color laser multifunction fax-printer-scanner-copier with network connectivity, including maintenance, paper supply and toner. The machine shall have a minimum of 600 dpi resolution, and shall be capable of reproducing, sorting and stapling prints up to size 11"x17".

(j) The computer equipment shall fulfill the following minimum requirements, in conformance with the latest technology in use in the City of Chicago:3.2Ghz Pentium 4 Processor, 512MB RAM, 80GB Hard Drive, Mouse & Keyboard, 3.5 Floppy Drive (optional), CD+R/W, DVD combo drive, 17 inch Flat Panel Monitor, Standard Network Card (Connection to City network). The computers shall have proper connection to the City of Chicago database.

Page 60: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-48

(k) One case of approximately twelve cans of aerosol marking paint, of the color chosen by

the commissioner. (l) Accessible potable water and coffee service.

Method of Measurement: This work will be measured on a per calendar month basis. Basis of Payment: The building or buildings fully equipped, will be paid for at the contract unit price per calendar month or fraction thereof for ENGINEER’S FIELD OFFICE, according to article 670.07 of the IDOT Standard Specifications for Road and Bridge Construction.

Page 61: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-49

ITEM 78 ******** – TRAFFIC CONTROL AND PROTECTION Description: This item consists of the following items and includes a charge for failure to provide this Work. A. Traffic Control and Protection: Work includes furnishing, installing, maintaining,

relocating and removing signs, signals, markings, traffic cones, drums, barricades, temporary barriers, warning lights, flaggers and other devices for regulating, warning or guiding traffic during construction and special events for motorized traffic, non-motorized traffic, and pedestrians. Work also includes the establishment and maintenance of temporary detours detailed in the plans.

B. Maintenance of Access to Abutting Property: Work consists of providing, maintaining,

removing and disposing of temporary access from the street being improved to abutting property. Use pedestrian bridges, temporary walkways, steel plates, crushed stone, or other items as directed by the Commissioner.

A. TRAFFIC CONTROL AND PROTECTION General Requirements: Perform work in accordance with Section 701 and Articles 107.09 and 107.14 of the Standard Specifications and applicable sections of the Supplemental Specifications and Recurring Special Provisions, guidelines contained in the Illinois Manual on Uniform Traffic Control Devices for Streets and Highways, Interim Special Provisions and any Special Details and Highway Standards contained herein and in the plans. Placement and maintenance of all traffic control devices shall be as directed by the Commissioner. The Commissioner shall be the sole judge as to the acceptability of placement and maintenance of the traffic control devices prescribed in the appropriate standards. Care shall be taken to adhere to provisions of the City of Chicago Municipal Code Section 13-32-125 Construction Site Cleanliness. Should contractor fail to comply, they may be cited for violation of the ordinance. Erection of a chain link fence and permeable mesh fabric as specified by the ordinance will be paid for under TEMPORARY CHAIN LINK FENCE. This fence will be relocated as necessary to protect the current work zone. Relocation of the temporary chain link fence to work areas shall be paid for under RELOCATE TEMPORARY CHAIN LINK FENCE. This item of work shall include furnishing, installation, maintenance, relocation and subsequent removal of all signs, signals, markings, traffic cones, barricades warning lights, flaggers, variable message sign, and other devices which are to be used for the purpose of regulating, warning or guiding traffic and maintaining pedestrian access during the construction of this improvement. A reduction of the traffic control shown in the contract will not be allowed The Contractor must install changeable message signs two weeks prior to any major change in traffic patterns and/or detours. These signs will be paid for under CHANGEABLE MESSAGE SIGN. Temporary information signing necessary for detours or maintaining access and community relations as indicated in the plans and herein will not be measured separately for payment but is considered incidental to the contract.

Page 62: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-50

Special attention must be given to advance guide signs during these operations in order to keep barricade placement consistent with lane assignment. The Contractor must cover all traffic control devices which may be inconsistent with traffic patterns during the transfer from one construction stage to another. At the completion of each stage of construction or whenever operations indicate that a relocation of a proposed or existing traffic control device is advisable as determined by the Commissioner, the Contractor must remove all traffic control devices which were furnished, installed and maintained by him/her under this contract, and such devices shall remain the property of the Contractor. Any traffic control devices furnished, installed and maintained by the City will be removed by City forces and will remain the property of the City. All traffic control devices must remain in place until specific authorization for relocation or removal is received from the Commissioner. Placement of short term, temporary and permanent pavement markings will be paid for separately under appropriate contract line items, unless otherwise noted as incidental on the plans. The Commissioner will provide to the Contractor “NO PARKING AT ANY TIME - TOW ZONE” signs to be banded to all light poles or existing sign posts within the work zone, when construction is in progress. Personal vehicles will not be permitted to park within the right of way except in specific areas designated by the Commissioner. The Contractor must immediately furnish a certified flagger or flaggers if, in the opinion of the Commissioner, the Contractor's construction means or methods warrant. No additional compensation shall be made for flaggers. If no flaggers are available the Contractor must cease operations until they become available. The Contractor must be aware of the requirements for coordination of all work in this project and adjoining or overlapping projects and for coordination of barricade placement necessary to provide a uniform traffic detour pattern. The Contractor will not be permitted to erect, change or remove his/her detour barricade system without the prior approval of the Commissioner. TRAFFIC CONTROL DEFICIENCIES: The following tasks are incidental to this item. Failure to complete any of the following in a timely manner will result in the CHARGE FOR TRAFFIC CONTROL DEFICIENCES being assessed daily until adequate traffic control is provided or the task is completed satisfactorily in the opinion of the Commissioner.

1. Pavement Removal/ Replacement: Traffic control and protection required to safely route traffic around the removed pavement until the replacement pavement has cured and is ready to be opened to traffic. This traffic control and protection must include the use of arrow boards when required. The Commissioner will be the sole judge of the need for arrow boards.

2. Pavement Removal/ Replacement: Contractor must have base course paved and cured within 60 calendar days from start of pavement removal.

3. Paving Operations: At all times when paving operations are in progress to place surface, binder and/or leveling binder on roadways open to traffic, the contractor must provide a minimum of two certified flaggers. Flaggers must be assigned exclusively to flagging duties. Additional traffic control may also be required, including but not limited to arrow boards and cones.

Page 63: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-51

4. Sidewalk at Corners: At intersections, sidewalk must be replaced on corners within 10 calendar days after removal, unless otherwise approved by Commissioner.

5. Driveway Access: The sole access to properties must never be closed completely. Access must be maintained at all times.

Maintenance of Roadways: Beginning on the date when the Contractor begins work on this project he/she shall assume responsibility for the normal maintenance of all existing roadways within the limits of the improvement. This normal maintenance shall include all repair work deemed necessary by the Commissioner but shall not include snow removal operations. The work involved in maintaining the existing pavement as above specified will be paid for as extra work, in accordance with Article 109.04 of the Standard Specifications. Traffic control and protection required for this work shall be considered included in the lump sum price for TRAFFIC CONTROL AND PROTECTION. Project Signs: The Contractor is required to furnish, erect, and maintain signs identifying the project subject to the requirements contained in Section XVI, Part I, Paragraph 6 of Book 1 (page 62). A total of two (2) signs will be required for this project. Arrow Boards: A flashing arrow board meeting the requirements of Article 1106.02(H) of the Standard Specifications shall be operating at all times when a lane is closed to traffic on a multi-lane highway. Arrow boards shall be provided and located in ahead-on position within each lane closure taper. The cost of furnishing and maintaining arrow boards will be considered incidental to the Contract Lump Sum Price for TRAFFIC CONTROL AND PROTECTION. Delays to the Contractor caused by complying with these requirements will be considered incidental to the item for Traffic Control and Protection, and no additional compensation will be allowed. Pedestrian Access: The Contractor must maintain pedestrian access to adjacent properties by installing ADA compliant wood frame-constructed walkways and ramps from the curb line to adjacent property entrances, and at either end of the pedestrian path as directed by the Commissioner. These ramps can be reused, if maintained in acceptable condition, throughout the project. Pedestrian access to adjacent properties must be uninterrupted until the walk is fully restored. The Contractor must maintain disabled person pedestrian access to crosswalks across the main arterial street and side streets at all times via ADA compliant wood frame-constructed walkways and ramps through the work zones. These accesses must be observed and protected by the Contractor at all times, as shown on the M.O.T. plans. Installation, maintenance and removal of necessary signs and barricades needed to direct pedestrians to usable sidewalks and walkways during the construction is incidental to this item. Contractor may provide temporary access with clean crushed stone as described in Maintenance of Access to Abutting Property in conjunction with wood ramps compliant with the ADA to provide walkways and access to abutting properties. TEMPORARY CHAIN LINK FENCE may be used to also delineate the pedestrian path in addition to being the perimeter of the construction work site, however, care must be taken to not obstruct the proposed path with fence footings.

Page 64: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-52

NOTES: 1) Illinois Standard sign R11-1102 Sign legend "Sidewalk Closed (Arrow) Use Other Side":

Size 24" x 30"; black legend on a white reflectorized background) must be placed at pedestrian crossing locations informing pedestrians of closed sidewalk sections where necessitated. Barricades shall be placed on all closed sidewalk sections.

2) Barricades shall be Type I or II. 3) Pedestrian access paths will be maintained on both sides of the street where possible. Full

closures of sidewalk must be approved by Commissioner. At minimum, where construction activities involve sidewalks on both sides of the street, the work shall be staged so that both sidewalks are not out of service at the same time.

4) At each point of closure, sufficient numbers of barricades shall be used to completely close the pathway. Use one “Sidewalk Closed” sign at each end of a sidewalk section being reconstructed.

5) Pedestrian walkways shall be maintained free of any obstructions and hazards such as holes, debris, mud, construction equipment, stored materials, etc.

6) All hazards near or adjacent to walkways shall be clearly delineated. 7) Care shall be taken to comply with the ADA Accessibility Guidelines while providing

temporary pedestrian access, including: a) at minimum a 4’ wide unobstructed path and a 5’ wide x 5’ long area at minimum every 200’, b) maintain curb ramp access to open sidewalks and c) open excavations adjacent to pedestrian access paths must be protected by barricades or fence and delineated by a continuous bottom edge at least 6” high from walkway and a continuous rail or surface (fence) at 3’ above the walkway.

8) In accordance with the ADA guidelines, a 4’ wide unobstructed sidewalk shall be maintained adjacent to the property line. Should this sidewalk be removed, replacement must be completed within 72 hours, unless otherwise directed by the Commissioner.

Submittals: A. Name of the individual in his/her direct employ who is to be responsible for the installation

and maintenance of the traffic control and any temporary chain link fence for this project (see Article 701.04)

B. The Contractor must notify the Department of Transportation – Permit Section at 744-0330, 121 N. La Salle St., Room 905, Chicago, IL and apply for the required permits at least fourteen (14) days before commencing construction or changing traffic flow unless otherwise approved by the Commissioner.

C. Contractor must submit a traffic control plan at the beginning of the project identifying proposed pedestrian access path, access to adjacent business and residential entrances, and delineating proposed signage to clearly define pedestrian walkways during each construction phase. The Plan should identify placement of TEMPORARY CHAIN LINK FENCE. Traffic control plans must be approved by the Commissioner prior to start of work.

B. MAINTENANCE OF ACCESS TO ABUTTING PROPERTY General Requirements: The Contractor must at all times conduct the work in such a manner as to insure the least obstruction to vehicular and pedestrian traffic. The convenience of the general public and of residents along the involved streets shall be provided for in an adequate and satisfactory manner as directed by the Commissioner. Where possible, the Contractor must provide the temporary access by placing clean crushed stone fill having a CA-6 gradation meeting the requirements of Article 1004.04 of the Standard Specifications, from the street under improvement to abutting side streets, alleys, driveways,

Page 65: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-53

parking lots, buildings, houses, crosswalks, CTA bus stops disturbed by the construction, including access from sidewalks to the bus stops, and to any other property where egress and ingress is required. Also, to fill sewer trenches from the sub-base elevation to existing surface elevation. The Contractor must provide and install steel plates to cover open trenches until pavement or sidewalk is placed. When permanent access has been re-established, the materials used for temporary access shall be removed by the Contractor and shall become his/her property for disposal thereof. However, he/she may use the same material in other locations to provide temporary access if approved by and as directed by the Commissioner. The contractor shall provide at least 2 weatherproof (vinyl or similar material) banners displaying the message, “BUSINESSES OPEN” or similar. These banners will be securely affixed to the TEMPORARY CHAIN LINK FENCE as directed by the Commissioner to indicate and pedestrians that the local business establishments are open for business during construction. The banners may be perforated to allow wind to pass through. These banners will be relocated as necessary with the TEMPORARY CHAIN LINK FENCE. Ground mounted signs may be substituted or a different message, banner type, or mounting type may be used with the Commissioner’s approval. Banner and legend size and color will be determined by the contractor and approved by the Commissioner, and should meet a minimum requirement of 6” letter height. Method of Measurement: TRAFFIC CONTROL AND PROTECTION, which consists of the items of Traffic Control and Protection and Maintenance of Access to Abutting Property as described, will be measured for payment on a lump sum basis. Basis of Payment: This work will be paid for at the Contract Lump Sum Price for TRAFFIC CONTROL AND PROTECTION, which price shall be payment in full for all labor, materials, equipment, transportation, handling and incidentals necessary to furnish, install, maintain, removing, and disposing of all traffic control devices, materials for temporary access, and materials for security and weather protection required by the appropriate standards and as approved by the Commissioner. No adjustment or additional compensation will be allowed except as specified herein. The salvage value of the materials removed shall be reflected in the bid price for this item. CHARGE FOR TRAFFIC CONTROL DEFICIENCY: To ensure a prompt response to incidents involving the integrity of the work zone traffic control devices, the Contractor must provide a telephone number where a responsible individual can be contacted on a 24-hour-a-day basis. When the Commissioner is notified or determines a deficiency exists, in Traffic Control, Maintenance of Access to Abutting Property, Security and Weather protection, or pedestrian access/safety, (s)he will be the sole judge as to whether the deficiency is an immediate safety hazard. The Contractor must dispatch sufficient resources within 2 hours of notification to make needed corrections of deficiencies that constitute an immediate safety hazard. Other deficiencies shall be corrected within 12 hours. If the Contractor fails to restore the required traffic control and protection within the time limits specified above, the Commissioner will impose a daily monetary deduction for each 24-hour period (or portion thereof) the deficiency exists. This time period will

Page 66: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-54

begin with the time of notification to the Contractor and end with the Commissioner's acceptance of the corrections. For this project, the daily deduction will be $1.000 per calendar day. For those deficiencies where corrective action was not an option, this monetary deduction will be immediate. In addition, if the Contractor fails to respond, the Commissioner may correct the deficiencies and the cost thereof will be deducted from monies due or which may become due the Contractor. This corrective action will in no way relieve the Contractor of his/her contractual requirements or responsibilities. In addition any work performed by the Contractor within the work zone that presents a hazard to vehicular or pedestrian traffic shall be subject to charges for TRAFFIC CONTROL DEFICIENCY. Debris removal, fly dumping, proper access to abutting property, timely and correct placement of short term, temporary and permanent pavement markings, along with all items of work contained within this item are also subject to this charge.

Page 67: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-55

ITEM 81 ******** – SIGN PANEL TYPE 1, RETROREFLECTIVE TYPE A, SINGLE-SIDED ITEM 82 ******** – SIGN PANEL TYPE 1, RETROREFLECTIVE TYPE A, DOUBLE-SIDED Description: Work consists of furnishing and/or fabricating reflectorized and non-reflectorized sign panels complete with sign faces, legend, and supplemental panels, and installing them on previously erected sign support(s), sign structures, traffic signal poles, traffic signal mast arms, light poles, columns, piers, or bridges. Work must be performed in accordance with the requirements of Section 720 of the Standard Specifications and the latest version of the City of Chicago Department of Transportation (CDOT) Field Manual for Sign Installation. Standard traffic signs designated by letters and numbers must be according to the Manual on Uniform Traffic Control Devices. Non-standard signs must be according to the CDOT Field Manual for Sign Installation and Detailed Drawings. Submittals: A. Shop Drawings: Fabrication shop drawings showing full size sign layout, color, message

(including "City of Chicago" logo and date of sign fabrication), graphics and proposed materials for each sign assembly, including poles, bases and hardware, must be submitted for approval prior to start of fabrication. Similar sign types that have the same sizes, colors, symbols and text layout must be submitted using one full size sign layout. Note: The message "City of Chicago XX", where XX represents the last two digits of the calendar year of sign manufacture, must be screened on all signs furnished under this contract. For stock items, submit manufacture's catalog sheets for approval before shipping the order.

B. Materials:

1. Aluminum: Mill Certifications, Samples 2. Powder Coating: Test Data; Sample; Manufacturer's Certification that material

complies with the required specifications. 3. Sign Face Material: Test Data; Samples; Manufacturer's Certification that material

complies with the required specifications. Test Data must be gathered by an independent agency, such as AASHTO’s National Transportation Product Evaluation Program (NTPEP). Test data must cover retroreflective sheeting and process inks and/or overlay films manufactured by the sheeting manufacturer in standard traffic colors.

C. Samples: Submit one sample for each sign type. D. Material Acceptance: The Contractor must provide a Manufacturer’s written certification

that the material complies with these specifications. E. Maintenance Instructions: Submit manufacturer’s printed instructions for maintenance of

each product, coating and film, including precautions for use of cleaning materials and solvents for paint removal which could damage specified materials.

Method of Measurement: The Sign Panels will be measured for payment in square feet of furnished and delivered sign panel. The area used for measurement will be the area of the smallest rectangle that will circumscribe each individual sign panel measured from edge to edge

Page 68: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-56

(horizontally and vertically). Double sided signs will be measured by the overall dimension of the complete panel, and not per face. Work will include all labor and materials necessary to install the sign. Mounting hardware and appurtenances are included in the work and will not be measured separately for payment. Basis of Payment: This work will be paid for at the Contract Unit Price per square foot of SIGN PANEL TYPE 1, RETROREFLECTIVE TYPE A, SINGLE-SIDED and SIGN PANEL TYPE 1, RETROREFLECTIVE TYPE A, DOUBLE-SIDED for a fabricated, furnished and delivered sign.

Page 69: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-57

ITEM 83 ******** – REMOVE SIGN PANEL AND SALVAGE ITEM 84 ******** – REMOVE SIGN ASSEMBLY AND SALVAGE Description: Work under these items consists of removing existing Sign Panels from light poles, traffic signal posts, traffic signal mast arms, and sign assemblies. Sign Assemblies consist of poles in ground, base mounted poles on the sidewalk, embedded poles in concrete, the mounted sign panels, sleeves, wedges, bases and other associated hardware. The contractor will dispose of all salvaged Sign Panels and Sign Assemblies by delivering to the Bureau of Signs and Markings, 3458 South Lawndale Avenue, Chicago, Illinois 60623. The Contractor must contact the Bureau at (312) 747-2210 at least 24 hours in advance to arrange delivery of salvaged Sign Panels, Sign Assemblies. The Contractor will obtain a receipt for all the delivered Sign Panels and Sign Panel And Pole Assemblies from the Superintendent of Signs Division and submit the same to the Resident Engineer on a regular basis. All removal work shall be performed in accordance with Section 724 of Standard Specifications. In the case of removal of a pole installed in a parkway that is not going to be replaced with a new pole at the same location, the Contractor will fill and compact the hole with an approved fill material such as FA-2 at no additional cost to the City. In the case of removal of base mounted poles installed in existing sidewalk that won’t be replaced, the extruding bolts will be sawed flush to the sidewalk surface immediately. The cost of sawing the bolts is incidental to the cost of REMOVE SIGN ASSEMBLY AND SALVAGE. In the case of removal of poles embedded in sidewalk, the pole shall be sawed flush to the sidewalk surface and grouted with approved materials to close the open pipe. The cost of installing grout is incidental to the cost of the item REMOVE SIGN ASSEMBLY AND SALVAGE. Method of Measurement: REMOVE SIGN PANEL AND SALVAGE, and REMOVE SIGN ASSEMBLY AND SALVAGE will be measured for payment on the basis of each item removed and salvaged. Basis of Payment: REMOVE SIGN PANEL AND SALVAGE, and REMOVE SIGN ASSEMBLY AND SALVAGE will be paid for at the contract unit price per each.

Page 70: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-58

ITEM 85 ******** – FURNISH AND INSTALL POLE AND BASE Description: This work consists of furnishing sign poles of various lengths and installation either by dig method or drill method as shown on the Contract Drawings. The poles installed using dig method shall be 11 feet and 6 inches in length and the poles installed using drill method shall be 10 feet and 6 inches in length. The cost of wedges, sleeves, pole bases and all other required hardware to install poles is incidental to the cost of items. Sign Poles: Materials: The material for the poles furnished must be hollow steel tubes, 2 - 3/8 inches outside diameter, conforming to ASTM A500 Grade B and coated for resistance to corrosion and outdoor weathering. Nominal wall thickness of pole must be 0.08". The sign pole must be formed to the size and type specified in the Contract Drawings. Holes must be drilled prior to coating to prevent indentations and dimples in the poles. Finish: The poles must be galvanized, straight and have a smooth, black, uniform powder coating finish as specified below. The interior of the sign poles must be coated with a minimum of an 81% zinc rich primer. The exterior of the poles must be galvanized with material conforming to AASHTO M 120 with a minimum weight of 1.00 ounces per square foot. The weight of the exterior galvanizing may be reduced to 0.65 ounces per square foot of High Grade material conforming to AASHTO M120 if applied with a chromate conversion coating and a clear high performance organic polymer coating. Powder coating of the poles and extensions must meet the following requirements:

Color: Vulcan Black Polyester Product No.: PFB-401-S6 Cure: 400F-18 minutes PMT Resin type: Polyester Gloss: Medium

Pretreatment Process: Cleaning: All parts must be cleaned utilizing spray washers and an alkaline cleaner to remove any remaining grease, dirt, or other contaminants. Rinsing: All parts must be spray rinsed in a continuously overflowing rinse stage to remove any remaining cleaning solution. Phosphating: All parts must be spray phosphated in a heated phosphate solution to provide a transition coating between metal and powder. Rinse: All parts must be spray rinsed in a continuously overflowing rinse stage to remove any remaining phosphate / sealant solution. Powder Coating Process: Drying: All parts must be preheated to totally eliminate moisture and prevent offgassing of casting. Powder Coating: A premium TGIC polyester powder must be Electrostatically applied to provide a uniform coating to a thickness of 1-3 mils (1 mil minimum). To achieve proper mil thickness, the powder must be applied with one application. The vendor must be responsible for ensuring proper adhesion to the metal surface.

Page 71: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-59

Curing: All parts must be heated to the exact time and temperature requirements, recommended by the powder coat material manufacturer, in precisely controlled gas ovens. Sleeve and Locking Wedge: Pole Sleeve (pipe socket): Material must be hollow steel tubes conforming to ASTM A500 Grade B or ASTM A501, and galvanized according to AASHTO M111, nominal wall thickness of .109", 2-5/8 inch inside diameter that allows for a minimum of 13-1/4 " of sign pole to nest inside the sleeve. The overall length must be 27". Locking Wedge: Material shall be 11 gauge steel tube conforming to ASTM A500 Grade B or ASTM A501 and galvanized according to AASHTO M111. The locking wedge shall be contoured to fit between the steel pole and the 27-inch sleeve. Sign Pole Base: The sign pole base furnished under this contract includes a carriage bolt, tamper-resistant nuts, and anchor bolts with nuts. The finished casting must be free from burrs, cracks, voids, or other defects. Support Base: Twelve-inch diameter, aluminum -zinc alloy casting per ASTM A197. The casting must have the words "City of Chicago" cast in relief. Bolt washers and nut: Stainless steel as specified in Article 1006.31(a) of the Standard Specifications. Include a 1" x 4-1/2" carriage bolt with two 1" flat washers and a 1" x 13 full height hex nylon locknut. Anchor Bolt: Galvanized steel expansion anchors conforming to Article 1006.09 of the Standard Specifications. Red Head #1236 (2"x 3-3/4"). Furnish three per each sign base provided. Finish: Powder coat to minimum 1 mil thickness with satin black polyester finish. Submittals: Shop Drawings: Fabrication shop drawings showing the full size layout, color, and proposed materials for poles, bases, and hardware must be submitted for approval prior to start of fabrication. Poles: Mill certification, samples of each size of finished pole and extension. Locking wedge and sleeve: Samples of each item. Cast Aluminum Base: Mill Certifications. Powder Coating: Test Data; Sample; Manufacturer's Certification that material complies with the required specifications. Galvanizing: Manufacturer's Certification for compliance with these specifications. Stainless steel bolts and nuts, anchor bolts: sample, product data sheet. Material Acceptance: The Contractor must provide a Manufacturer’s written certification that the material complies with these specifications.

Page 72: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-60

Installation: All installation shall be performed in accordance with Article 720.04 of the Standard Specifications or as directed by the Commissioner. Drill Method: The base will be secured to the concrete surface by steel expansion anchors and must be leveled by using stainless steel washers as shims at the anchor bolt locations and under the base castings. The sign pole will be installed into the cast iron base and locked in place with a carriage bolt with two flat washers and a nylon lock nut. The holes at the top of the sign pole must be aligned such that the sign to be installed will properly face the flow of traffic. Sign poles will be installed 18” from back of curb unless otherwise specified. Poles for transportation stops, e.g. bus, taxi, tour bus, or tour boat stops, must be installed 24” from the back of the curb unless otherwise noted. Dig Method: To install a sign pole by dig method, the Contractor will first drive a base sleeve to a level with the top of the sleeve near flush to the ground. The sign pole will then be inserted into the sleeve and raised to a level with the bottom of the pole 10 to 12 inches below the ground. The sign pole will then be locked in place by driving a locking wedge between the sign pole and the base sleeve. Note: Pipe sleeve and wedge shall not be bolted together. The holes at the top of the sign pole will be properly aligned such that the sign to be installed will properly face the flow of traffic. Warranty: Warranty must be as referenced in Book 1. A manufacturer's warranty should be valid for 5 years. The warranty period will begin on the date of Final Punch List Completion and Acceptance of the work. Method of Measurement: FURNISH AND INSTALL POLE AND BASE will be measured on the basis of each pole furnished and installed under the specified method. Basis of Payment: FURNISH AND INSTALL POLE AND BASE will be paid for at the Contract Unit Price per each, which prices shall include the cost of poles, all sleeves, locking wedges, bases and all other required hardware to complete the installation of poles.

Page 73: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-61

ITEM 91 ******** - DRILL EXISTING MANHOLE OR HANDHOLE Description: This work will consist of drilling a hole in an existing handhole or manhole for the installation of a new conduit. This item must meet the requirements of Section 879 of the Standard Specifications. CONSTRUCTION: The size of the hole must be as close as possible to the size of the conduit to be installed. The conduit must be installed in the drilled hole with a bushing before the hole is grouted. The conduit will be covered by a separate item. The space between the conduit and the handhole or manhole wall must be caulked with a waterproof grout. Drawing 814 provides additional information. Method of Measurement: This work will be measured per each hole drilled. Basis of Payment: This work will be paid for at the contract unit price each for DRILL EXISTING MANHOLE OR HANDHOLE, which price will be payment in full for drilling the hole, grouting, and any additional work required to accomplish this task. DRAWING 814

Page 74: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-62

ITEM 92 ******** – CLEAN EXISTING ELECTRICAL MANHOLE OR HANDHOLE Description: This item will consist of furnishing all labor, materials, tools and equipment necessary to clean a manhole or handhole. Work must include the removal and disposal of all foreign debris and liquids from the manhole or handhole. Manholes or handholes to be cleaned will be identified on the plans or by the Resident Engineer. Cleaning: The inside dimension of the handhole will normally be 30 to 36 inches in diameter and three feet in depth. The inside dimension of the manhole will normally be 3'x4'x4' or 4'x6'x6'. Handholes and manholes of other dimensions may be encountered. Cleaning will include opening the lid and placing the lid back in place after cleaning. The cables must not be damaged or disturbed during the cleaning process. All debris removed from the hole must be properly disposed of in an approved manner and not be left in the public way or dumped into the City sewer system. Guidelines outlined in Article 202.03 of the Standard Specifications should be followed. Method of Measurement: This work will be measured per each manhole/handhole cleaned. Basis of Payment: This work will be paid at the contract unit price each for CLEAN EXISTING ELECTRICAL MANHOLE OR HANDHOLE, as directed by the Resident Engineer, which payment will include both cleaning and debris disposal.

Page 75: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-63

ITEM 93 ******** – HELIX FOUNDATION, 5 FOOT, 10 INCH BOLT CIRCLE, 4 ANCHOR BOLTS

Description: This item will include furnishing and installing a steel light pole foundation, as shown on the plans or as directed by the Engineer, of the size indicated. Proper size anchor bolts and hardware will be furnished for each foundation. Material The steel foundation must meet the applicable requirements of Section 1070.01 of the Standard Specifications unless specified differently here and in City Material Specification 1526. Each anchor rod must have a hex head. In addition, each anchor rod must include a washer and nut for tightening. Each anchor bolt and associated hardware must be hot dipped galvanized and must meet the applicable requirements of Material Specification 1467. The foundation for residential light poles must have a 10 inch bolt circle for 4 bolts. The shaft length must be 5 feet. The base plate must be 12 inches square. The bolts must be one inch in diameter and 5 inches in thread length. The bolts must meet the applicable requirements of Standard Drawing 830. The foundation for pedestals must have a 5 foot shaft and a 13 inch bolt circle for 3 anchor bolts. The base plate must be 16 inches in diameter. The bolts must be 3/4 inches in diameter and 4 inches in thread length. The bolts must meet the applicable requirements of Standard Drawing 844. The foundation for arterial street light poles must have a 7 foot shaft and must accommodate a 10 inch to 15 inch bolt circle for 4 anchor bolts. The base plate must be 15.5 inches square. The bolts must be 1 1/4 inches in diameter with a 6 inch thread length. The bolts must meet the applicable requirements of Standard Drawing 811. Each steel foundation must meet the applicable requirements of Standard Drawing 936. INSTALLATION: The installation must follow the requirements of Article 836.03 (d) of the Standard Specifications for metal foundations. The foundation must be plumb with the base plate level with the existing grade. If installed in a sidewalk, the helix must be set lower than the sidewalk and topped with concrete level to the top of the sidewalk. An expansion joint must also be installed. Any improperly installed or damaged foundations will be replaced at no additional cost. Method of Measurement: This work will be measured on a per each basis. Basis of Payment: This work will be paid for at the contract unit price per each for HELIX FOUNDATION, 5 FOOT, 10 INCH BOLT CIRCLE which payment will include all material and labor to properly provide and install the foundation. MATERIAL SPECIFICATION DRAWING 1465 830 1467 936 1526

Page 76: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-64

ITEM 94 ******** - POLE, ALUMINUM, DAVIT 7" X 4.5” X 12’-5” FOR RESIDENTIAL STREETS

Description: This item will consist of furnishing, installing and setting plumb an aluminum anchor base pole to which an aluminum davit arm and a street light luminaire will be attached. The pole will be set on a separate foundation and affixed with anchor rods or bolts. Material: The pole must meet the requirements of Material Specification 1452. In addition, the arterial pole must meet the requirements and dimensions of Standard Drawing 971. Installation: The pole must be installed on a concrete foundation or a steel helix foundation designed for the particular pole usage. When using double-nut construction please follow the details as shown on Standard Drawing 837. Double nut construction provides proper ventilation, as well as providing a way to plumb the pole. When using a helix foundation, double nutting is not feasible. Any exposed portions of anchor rods extending above the nuts which interfere with the installation of the bolt covers must be cut off to provide the necessary clearance. The excess must not be burned off. The pole must be set secure and plumb using the nuts and washer provided with the foundation pay item. The bolt covers, and handhole cover must be securely attached. The pole must be properly orientated in relation to the street, so that the davit arm will be perpendicular to the direction of the roadway. Method of Measurement: This item will be measured per each unit installed, complete. Work will consist of attaching the pole to the foundation, application of nut covers, attachment of handhole door, and plumbing of the pole. Basis of Payment: This work will be paid for at the Contract unit price each for POLE, ALUMINUM, DAVIT 7" X 4.5” X 12’-5” FOR RESIDENTIAL STREETS, which will be payment in full for furnishing and installing the pole complete in place. Bolt covers and the handhole door will be included as incidentals. The light standard foundation (including nuts and washers), davit arm, and luminaire will not be included in this pay item but will be paid for separately. MATERIAL SPECIFICATION DRAWING 1452 837 940

Page 77: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-65

ITEM 95 ******** - LUMINAIRE, LED, (250W HPSV EQUIVALENT), 240V, RESIDENTAL, CUT-OFF

Description: This item will consist of furnishing and installing a street lighting luminaire, complete with internal driver, and an L.E.D. SSL lamp of the proper wattage and input voltage, on a street light mast arm attached to a street light pole, and connecting the unit to either an underground cable distribution system or an aerial wire distribution system at the location shown on the plans, or as directed by the Engineer. Material: The luminaire must meet Material Specification 1585 for the wattage and type of distribution specified, to be either black or gray, or as specified by Commissioner. Material Acceptance: The Contractor must provide a Manufacturer’s written certification that the materials comply with these specifications. Installation: The luminaire must be securely installed on the mast arm. The vertical axis of the luminaire must be in a vertical plane, and the longitudinal axis must be leveled as specified in shop drawings supplied by the manufacturer to produce the desired distribution pattern with the lamp socket secured in the required position for that distribution. For an aerial distribution system, the primary wiring to the ballast must consist of 2 1/C #12 AWG wires, with 150 degree C. irradiated polyolefin insulation, connected to the terminal board "line" terminals. They must extend through the mast arm and exit from the mast arm through the grommet in the hole provided for this purpose, and extend further forming a drip loop and connect with aerial circuit wires. Connection to the aerial circuit wires must be made with a split bolt type pressure connector for a No. 6 solid copper wire and the connection so formed must be wrapped with two layers of an approved electrical tape.

A cartridge type fuse, type KTK, rated at 10 amperes must be installed in each of the fuse holders. The primary wiring to the ballast must consist of 2 1/C No. 12 AWG wires with 150 degree C. irradiated polyefin, insulation connected to the terminal board "line" terminals. They must extend through the mast arm raceway and down the inside of the pole to the pole base where they must be spliced to the underground feeder cables. Sufficient wire must be supplied to extend the wires outside of the pole through the access handhole to permit splicing work to be performed outside the pole. All splice methods must be approved by the Engineer before implemented. All splices, tapes and grounding connections must be inspected by the Commissioner's authorized representative before wires are permanently trained in the light pole. Current, insulation resistance, and voltage readings must be taken and tabulated by the Contractor for each circuit. These readings are to be witnessed by the Commissioner's authorized representative. Any indication of grounds, open, or crossed conductors must be thoroughly investigated and remedied before acceptance of the installation. Line voltage must be taken at any in-line fused location, within the pole designated by the Commissioner's authorized representative. Locations and voltage must be tabulated as directed. Three (3) copies of the tabulated voltage insulation resistance, and current readings must be submitted to the Commissioner's authorized representative. Maximum voltage drop must not exceed 10% of nominal source voltage. The insulation resistance must not be less than 2 Megohms, when tested to ground with 500 volts A.C.

Page 78: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-66

The Contractor must submit the manufacturer's certified test reports on all materials used on this project. Any material deemed defective must be removed and disposed of by the Contractor at his sole cost. After the lighting installation has been completed and satisfactory current and voltage readings recorded, a field test must be made to insure that all lighting and control equipment are in proper operating condition. This field test must be witnessed by the Commissioner. The Contractor must furnish special test devices, tools and miscellaneous items that shall be required for the testing of cables and control equipment, all as herein specified. Method of Measurement: LUMINAIRE, LED, (250W HPSV EQUIVALENT), 240V, RESIDENTAL, CUT-OFF, will be measured per each unit installed, complete. All wiring to the underground feeder cable, including splices, will be included in this measurement. Basis of Payment: This work will be paid for at the contract unit price each for a LUMINAIRE, LED, (250W HPSV EQUIVALENT), 240V, RESIDENTAL, CUT-OFF, which will be payment in full for furnishing, installing, connecting and testing the unit complete in place. Material Specification 1585

Page 79: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-67

ITEM 96 ******** – COILABLE, CONDUIT, HDPE #40, DIRECTIONAL BORING, 1.25” ITEM 97 ******** – COILABLE, CONDUIT, HDPE #80, DIRECTIONAL BORING, 1.25” Description: This work will consist of the installation of flexible conduit along and/or across roadways by the directional boring method. The conduit will be for street lighting or traffic signal cable. When specified, the coilable conduit will come with cable pre-installed in the conduit. Material: All conduits must be coilable high strength polyethylene conforming to the applicable requirements of Material Specification 1533 and to the National Electrical Manufacturers Association, Standard TC7. The conduit must also meet the requirements of ASTM-D1248, Type III, Grade PE34, Category 5, Class C, and the requirements of Section 1088.01(c) of the Standard Specifications. The average wall thickness of the schedule 40 conduit must be .15 inches. The average wall thickness of the schedule 80 conduit must be .2 inches. The nominal inside diameter of each conduit must equal the designated conduit size. Cable must meet the requirements of Material Specification 1534. The cable will consist of three separate conductors twisted together. Two conductors must be #6 AWG, and one conductor must be #8 AWG. Construction Requirements: The Contractor will be responsible for obtaining all necessary permits from the Chicago Department of Transportation (CDOT) for work in the public way. The Contractor will provide necessary notification to the Chicago Utility Alert Network (CUAN) 48 hours before planned work in the public way. The Contractor will organize a CUAN meet at the work site for the purpose of identifying all underground obstructions. The contractor will be responsible for any and all damage caused to existing facilities, both private and public, including Bureau of Electricity infrastructure. The Contractor will open excavations for conduit access, the location of underground obstructions (find holes), and the pulling back of conduit, as necessary to perform the work. The excavations must be properly protected to insure that vehicular and pedestrian traffic are not endangered. Traffic lane blockage must be minimized and the intersection and roadway must be kept safe at all times during the installation work. The top of the conduit or duct must be installed a minimum of thirty inches (30") below grade. Grade will mean the street surface level or the top of parkway. The contractor will later pick-up and extend the conduit to manholes, hand holes, foundations, etcetera as required by the plans or as directed by the Resident Engineer. Conduit will be cleaned of dirt, debris, bentonite or other foreign materials by the use of a swab or mandrel. If cable is not to be installed immediately, a 1/4" polyethylene pull line will be installed in each conduit. Any excavation will be backfilled as soon as possible after the installation of the conduit. Soil excavated may only be used for backfilling when approved by the Engineer. Backfill will be a fine or crushed screening aggregate material meeting the requirements of Section 1003.04 of the Standard Specifications. Cinders, rocks, or other inappropriate materials will not be permitted to be used as backfill material. Backfill material will be deposited in the excavation in layers not to exceed six inches (6") in depth, and must be thoroughly compacted with a mechanical tamper before the next layer is deposited in the excavation.

Page 80: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-68

Excavations which are to remain open will be covered with steel plates, minimum 2" thickness for sidewalks and 1" thickness for streets, and will be secured in place as directed by the Engineer. Any costs involved will be considered incidental. The Contractor will remove all excavated material, except that which is acceptable for backfilling, from the job site. Spoil will be disposed of according to Section 202.03 of the Standard Specifications. Sidewalk removal and replacement and pavement removal and replacement, if necessary to accomplish the directional boring, will be done as separate pay items. The contractor will directional bore and install the proper sizes of conduit as indicated on the plans provided by the Bureau of Electricity. The contractor must follow the plans and directional bore and install conduit from point to point as indicated. Conduit will be installed and p-lined and any excavations for find holes etcetera must be restored to original condition including pavement restoration, sidewalk restoration, and parkway restoration. Failure to accomplish point to point installation or to properly restore excavations will result in non-payment for that particular point-to -point installation. Method of Measurement: This item will be paid for the number of lineal feet bored with conduit installed from point to point, measured in place. The length will be the distance horizontally from point to point. No vertical distances will be measured or applied. Basis of Payment: This work will be paid for at the contract unit price per lineal foot for the type and number of conduits specified, measured with conduit in place, for COILABLE CONDUIT, INSTALLATION BY DIRECTIONAL BORING. Such price will include the cost of all conduit, conduit fittings, excavations, furnishing and placing all required backfill material, restoration of all find holes, plating and protection of all end holes when required, disposal of all surplus excavated material, and any trenching and backfill made for the purpose of placing conduit. Restoration of all pavements and sidewalks will be paid for separately. MATERIAL SPECIFICATION 1533

Page 81: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-69

ITEM 98 ******** - CABLE, ALUMINUM, AERIAL, 3 1/C #8, WITH MESSENGER Description: This item will consist of furnishing and installing an electrical cable, designated 'self supporting', consisting of two insulated color coded conductors spirally wrapped around one bare conductor. The cable will be strung between two poles and attached to cable supports on these poles. The conductors will be connected to other wires or cables for the purpose of providing power for street lighting that would normally have underground cable feeds. Material: The cable must meet the requirements of Electrical Material Specification 1601. The wire rack must meet the requirements of Electrical Material Specification 1443. Other materials are described herein. Installation Requirements: The cable must be installed with a nominal tension adequate to produce sag of approximately 9 inches in a 60 ft. span. The cable must be attached to the poles by means of suitable dead end clamps which hold the bare conductor. Each dead end clamp must be an aluminum wedge cable clamp assembly consisting of a flexible galvanized steel bale attached to an aluminum body. The body must consist of an aluminum channel with an aluminum wedge that can securely grip the #8 messenger. The clamp must be supported by a clamp support device known as a one-spool rack. The rack support device must consist of a clevis with a porcelain insulator spool attached to the clevis with a cotter pin. The clevis must be attached to the pole by appropriate stainless steel banding. The bare conductor must be trimmed at each clamp. The insulated conductors must be directed through the top of each pole to the base of the pole and spliced to the pole wires that feed the luminaire. The splices must be accessible through the pole door. Each splice will consist of 2 or more wires, trimmed of insulation and clamped together with an appropriate connector. The connector must be made for and approved for splicing aluminum and copper conductors together. The entire assembly will be placed in a mold and filled with epoxy resin making a secure and weatherproof splice. All splices will be rated for 600 volts. All splices should be designed to operate within a temperature range of -55° Celsius to 110° Celsius. Method of Measurement: This work will be measured per lineal foot of cable installed.

Basis of Payment: This work will be paid for at the contract unit price per foot for furnishing and installing CABLE, ALUMINUM, AERIAL, 3 1/C #8, WITH MESSENGER , which will be payment in full for furnishing and installing this cable, including cable clamps, clevises, insulators, dead end devices, and splices, which will be considered incidental to this item. MATERIAL SPECIFICATION 1601 1443

Page 82: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-70

ITEM 99 ******** – ELECTRIC CABLE IN CONDUIT, TRIPLEX, 2 1/C NO. 6, 1/C NO. 8 Description: This work will consist of furnishing and installing electric cable that is triplexed. The cable must be rated at 600 volts and must consist of two number 6 conductors and one number 8 conductor. The cable will be installed in conduit underground. Material: The cable must meet all requirements of Material Specification 1534 of the Division of Electrical Operations, City of Chicago. Construction Method: All cables must be installed with care to prevent damage to the cable. Any defects found in the cable must be reported to the resident engineer. Damaged cable must be replaced. The cable must be pulled into the conduit with a minimum of dragging on the ground or pavement. This will be accomplished by means of reels mounted on jacks or other suitable devices located for unreeling cable directly into duct. Lubricants must be used to facilitate installation if deemed necessary by the contractor. Bends in the cable will conform to the recommended minimum radii as outlined in the National Electric Code. Cable passing through manholes must be trained and racked around the sides of the manhole into a permanent position. If racks are non-existent or in poor condition, the contractor must install racks. The material must be approved by the resident engineer. Any material and labor involved in training and racking the cable will be considered incidental to the cost of this pay item. Where cable runs continue from manhole to manhole without tapping within a light pole, they will be continuous without splices unless authorized by the resident engineer. The cable installation must be color coded so that each lead of all circuits may be easily identified and lighting units connected to the proper leg as indicated on the plans. The equipment grounding conductor (no. 8) must be color coded green. All wire or cable in the distribution panels and control cabinets must be properly trained and have sufficient slack provided for any rearrangement of equipment or future additions. There must be at least three feet of slack in a street light pole base or street light controller base. A handhole must have at least five feet of slack and a manhole at least ten feet of slack. Method of Measurement: The length of triplex cable furnished and installed will be measured as the length of conduit plus three feet for cable entering and leaving a light pole or street light control cabinet, plus any slack in manholes or handholes. Basis of Payment: This work shall be paid for at the contract unit price per lineal foot for ELECTRIC CABLE IN CONDUIT, TRIPLEX, 2 1/C NO. 6, 1/C NO. 8. The price will be payment in full for furnishing, installing, and testing the cable, and will include all material, labor, terminations, and incidentals necessary to complete the work as per the contract plans. MATERIAL SPECIFICATION 1534

Page 83: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-71

ITEM 100 ******** REMOVE AND REINSTALL ELECTRIC CABLES IN CONDUIT Description: This work will consist of removing an existing electric cable from a conduit and then reinstalling it in an existing, or a new, conduit. The cable may be pulled back to an existing manhole or removed completely and stored. The cable must be reconnected at its original or new location. The conduit must be cleaned and swabbed prior to reinstallation of cable. Method of Measurement: This work will be measured as the length of conduit plus three feet for cable entering and leaving a light pole or street light control cabinet, plus any slack in manholes or handholes. Basis of Payment: This work will be paid for at the contract unit price per lineal foot for " REMOVE AND REINSTALL ELECTRIC CABLES IN CONDUIT," which price will be payment in full for removing, storing and reinstalling the electric cable complete. No additional payment will be allowed for reconnecting the cable. If two or more cables in a conduit are to be removed and reinstalled, each cable will be measured for payment separately. Cleaning of conduit will be paid for as a separate pay item.

Page 84: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-72

ITEM 101 ******** – MAST ARM, ALUMINUM, 8 FOOT, DAVIT, RESIDENTIAL Description: This item will consist of furnishing, installing and aligning an aluminum davit mast arm to which a street light luminaire will be attached. The arm will be attached to an aluminum pole constructed to accept the arm. These arms are designed to fit the arterial davit pole. Material: The mast arm must meet the requirements of Material Specification 1453. The mast arm for a davit arterial pole must meet the requirements and dimensions of Standard Drawing 948. The davit arm will have a 6 inch outside diameter at the base, where the arm slips over the top of the pole. Installation: The mast arm must be installed on the aluminum pole as shown in Standard Drawing 948. The davit arm must be attached to the pole by slipping the arm over the top of the pole and securing the arm to the pole with two stainless steel hex-head bolts. Details of the installation may be found on the appropriate standard drawing. The pole and arm must be properly orientated in relation to the street. Method of Measurement: The item will be measured per each arm installed, complete. Basis of Payment: This work will be paid for at the contract unit price each for a MAST ARM, ALUMINUM, 8 FOOT, DAVIT, RESIDENTIAL, which will be payment in full for furnishing and installing the mast arm and hardware complete in place. The light pole, foundation and luminaire will not be included in this pay item but will be paid for separately. MATERIAL SPECIFICATION DRAWING 1453 945

Page 85: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-73

ITEM 102 ******** – BREAKDOWN STREET LIGHT FOUNDATION Description: The work will consist of removing a concrete foundation for the specific item referenced. The foundation must be completely removed or broken down to a point three feet below grade, disposing of the debris off-sight in an approved manner, backfilling the excavation with screenings or other approved backfill material, and reconstructing the surface area. If the foundation is in a parkway, the parkway must be properly restored with dirt to the existing level. If the foundation is in sidewalk, the sidewalk must be restored under a different pay item and will not be considered as part of this work. Debris must be disposed of according to Article 202.03 of the Standard Specifications. Backfill must meet the requirements of Article 1003.04 of the Standard Specifications. Method of Measurement: This work will be measured per each foundation removed, which will also include proper disposal and backfill. Street lighting and Traffic signal Mast arm foundation will be measured as BREAKDOWN STREET LIGHT FOUNDATION . Basis of Payment: This work will be paid for at the contract unit price each for BREAKDOWN STREET LIGHT FOUNDATION, which price will be payment in full for all labor and materials necessary to complete the work as described above. No additional payment will be made for backfill or disposal of debris.

Page 86: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-74

ITEM 103 ******** – REMOVE EXISTING STREET LIGHTING EQUIPMENT Description: This work will consist of removing all obsolete street lighting equipment and associated electric cable at various locations shown on the plans. Removal: Street lighting poles (anchor base or embedded), ballast housing bases, mast arms, luminaires, controllers, secondary racks, cable and all related equipment are to be removed as indicated on the plans. Embedded poles will be removed by means other than burning where possible. If required, embedded poles must be burned off at a minimum of eighteen inches below ground level. All equipment, with the exception of the cable, will remain the property of the City of Chicago. The Contractor must deliver the obsolete street lighting equipment to the City of Chicago Yard at 2451 South Ashland Avenue, Chicago, Illinois. Twenty four hours advance notice is necessary before delivery. Street lighting cable must be removed as indicated on the plans, and become the property of the Contractor to be disposed of by him, outside the right of way, at his sole expense. The Contractor must provide three (3) copies of a list of equipment that is to remain the property of the City, including model and serial numbers where applicable. He must also provide a copy of the contract plan or special provisions showing the quantities and type of equipment. The Contractor will be responsible for the condition of the street lighting equipment from the time of removal until the acceptance of a receipt drawn by the City indicating that the items have been returned. Method of Measurement: This work will not be measured for payment. Basis of Payment: This work will be paid for at the contract lump sum price for REMOVE EXISTING STREET LIGHTING EQUIPMENT at the various locations shown on the plans. This price will be payment in full for removing all of the equipment and disposing of it as required. The salvage value of the cable retained by the Contractor must be reflected in this contract lump sum price.

Page 87: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-75

ITEM 104 ******** – MAINTAIN EXISTING LIGHTING SYSTEM Description. This work consists of furnishing all labor, equipment, and incidental materials for maintaining existing street lighting system until the proposed new equipment is installed, energized, tested, and accepted for operation by the Commissioner. The work must include any necessary temporary devices to maintain existing illumination. The location and protection of devices necessary to comply with these requirements shall be subject to the approval of the Commissioner. The Commissioner will be the sole judge of satisfying existing illumination levels. Any temporary wire or cable which may be required to be installed overhead between existing poles or temporary devices must be furnished, installed, terminated, and maintained in service until the proposed lighting equipment is installed, tested and accepted for operation by the Commissioner.

Materials: Materials must be according to the following Division of Electrical Operations (DEO) Specifications and Articles of Standard Specifications Section 1000 – Materials:

Item Requirement (a) Cable Splicing and Termination Standard Specifications Article 1066.06 (b) Fuse holders and Fuses Standard Specifications Article 1065.01 (c) Pole Wire Standard Specifications Article 1066.09 (d) Lamps Standard Specifications Article 1067.06 (e) Aerial Cable Assembly Standard Specifications Article 1066.04 (f) Thermal Magnetic Circuit Breaker DEO Specification 1428 (g) Metal Light Poles Standard Specifications Article 1069.01 (h) Luminaires Standard Specifications Section 1067

Material Acceptance: The Contractor must provide a Manufacturer’s written certification that the materials comply with these specifications. General Requirements: General requirements must be in accordance with Section 801 of the Standard Specifications, and in accordance with Bureau of Electricity Standards and the City of Chicago Electrical Code, except as herein modified. The Contractor must MAINTAIN EXISTING LIGHTING SYSTEMS (temporary and permanent) and proposed lighting systems, as well as receptacles and other ancillary devices connected to the applicable street lighting controllers. Effective the day the Contractor starts work (including non-electrical work), the Contractor must maintain the existing lighting equipment located within the project limits as it then exists. The contractor must also maintain any street lighting equipment outside of the project limits but connected to a controller situated within the project limits. The contractor must also maintain any street lighting equipment inside of the project limits but connected to a controller situated outside the project limits. The Scope of Work must include the assumption of responsibility for the continuing operation of existing, temporary, or other lighting-systems affected by the work as may be specified elsewhere herein. Existing lighting systems, when depicted on the Plans, are intended only to indicate the general nature of the systems involved and must not be construed as an exact representation of the field conditions. It remains the Contractor’s responsibility to visit the site to confirm and

Page 88: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-76

ascertain the exact nature of systems to be maintained. The Contractor must take over maintenance of all the equipment supplied with electric power from all street lighting controllers regardless of location which control lighting units located on Ashland Avenue, Pershing Road, associated streets, crosswalks, and underpasses within or outside of the project limits. Installation Requirements for Temporary Lighting Units: The Contractor must furnish and install a temporary lighting unit to replace any existing lighting unit that is removed prior to the new lighting system being operational. Temporary lighting unit must include pole, mast arm, 400 watt luminaire, and temporary wiring connections. The Contractor must furnish and install temporary lighting units and all associated electrical equipment to ensure compliance with the applicable codes, standards, and Specifications. The Contractor must coordinate temporary lighting with the sequence of construction and maintenance of traffic for this Project. The wiring on the pole must consist of aerial electric cables and waterproof splices at each light pole. All equipment furnished must be functional and new in appearance, and must be maintained. The Contractor must own all the temporary lighting equipment furnished and installed. The Contractor must disconnect and remove temporary lighting and all associated electrical equipment upon energizing and acceptance of the permanent lighting system. Temporary Wiring: The Contractor must furnish and install aerial electric cable, including messenger wire, in accordance with Section 818 of the Standard Specifications. The conductor size must be Number 6 AWG minimum. The messenger wire must be steel and of adequate size to support the cables from structure to structure under normal and adverse weather conditions. The electric cables must be secured to the steel messenger wire with binding strips continuous throughout each span of cable and must be of adequate strength to support the size of electric cables required for this Project. Temporary Poles: Temporary lighting poles may be used metal poles in accordance with Article 1069.01 of the Standard Specifications. Metal poles must be similar in type, size and finish. Temporary lighting poles may be used steel poles that comply with Division of Electrical Operations (DEO) Specification Number 1447 if already owned by the Contractor and in Stock. The Contractor must provide and remove temporary foundations for the metal poles that will be adequate to support the poles during normal and adverse weather conditions and as directed by the Commissioner. Temporary Luminaire: Each luminaire must be a high pressured sodium vapor, Crime Fighter type. Each luminaire must be mast arm or bracket arm mounted on the top of the pole. Each luminaire must be provided with a leveling surface and a leveling device and must be capable of

Page 89: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-77

being tilted by plus or minus 30 degrees and rotated to any degree with respect to the supporting bracket. Each luminaire must have a pipe arm barrier to limit the amount of inflection. Installation: Location of cables and fixtures for temporary lighting must be adjusted and supported to accommodate field conditions encountered, including any potential interferences with other construction or equipment to be installed. The Contractor must determine the exact route and location of each temporary lighting fixture and associated wiring, prior to installation. Temporary lighting must be installed to permit removal (without damage to other parts) of parts requiring periodic replacement or maintenance. Temporary wiring/lighting must be removed immediately upon acceptance of permanent lighting. Penalty for Non-Compliance: The Contractor will be subject of $500.00 per incident, per day, to be deducted from next pay estimate due Contractor, for each occurrence when the Commissioner determines that Contractor or his Subcontractor is not in full compliance with this specification. Penalty for Failure to Respond: The Contractor is required to respond within ½ hour to any request from the Commissioner for repair or replacement of any broken, defective and/or missing parts as specified under this section, “Response” is interpreted to mean on the job, preparing to make repairs. Failure by Contractor to so respond shall be grounds for a penalty of $500.00 for each and every occurrence, to be deducted from next pay estimate due Contractor. Preconstruction Inspection: Before performing any excavation, removal, or installation work (electrical or otherwise) at the site, the Contractor must initiate a request for preconstruction inspection, to be held in the presence of the Commissioner and a representative of the party or parties responsible for maintenance of any of any lighting and/or traffic control systems which may be affected by the work. The request for the maintenance preconstruction must be made no less then seven (7) calendar days prior to the desired inspection date. The maintenance preconstruction inspection shall:

• Establish details of any formal transfers of maintenance responsibility required for the

construction period.

• Establish approximate locations of known lighting and/or traffic control systems, which may

be affected by the work.

• Establish the condition of lighting and/or traffic control systems which may be affected by

the Work.

Reimbursement.: If the Contractor utilizes any lighting equipment owned by the City or uses existing Com Ed service, the Contractor must compensate the City for such usage.

Page 90: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-78

Method of Measurement: MAINTAIN EXISTING LIGHTING SYSTEM will not be measured for payment, but will be paid on a lump sum basis. Basis of Payment: This Work will be paid for the contract lump sum price for MAINTAIN EXISTING LIGHTING SYSTEM, which will be payment in full for maintaining existing street lighting system until the proposed new equipment is installed, energized, tested, and accepted for operation by the Commissioner, furnishing, installing, and removing all temporary lighting units, aerial cable and ancillary equipment required to maintain the existing lighting system as described herein.

Page 91: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-79

ITEM 105 ******** – INTERCEPT EXISTING CONDUIT

Description: This item will consist of intercepting an existing city conduit or conduits for the purpose of installing a new foundation, a new manhole or handhole, or making a connection to a new conduit. Construction: Work under this item will be performed in accordance with Section 800 of the Standard Specifications, Division of Electrical Operations Standards and the City of Chicago Electrical Code, except as herein modified. The contractor must carefully cut the conduit so that the cut conduit ends will be flush with the inside walls of the new manhole or handhole. Where existing cables are in service in the conduit(s) being intercepted, conduit(s) must be carefully split so that all working cables are not interrupted. If conduit(s) are concrete encased, such concrete must be removed as required. Any concrete encasement damaged during installation must be restored as needed. Method of Measurement: This work will be measured on a per each basis for each conduit end cut. Basis of Payment: This work will be paid for at the contract unit price per each for INTERCEPT EXISTING CONDUIT, which price will include all necessary excavation, backfilling, and restoration of a parkway. No additional compensation will be made for removal or placement of concrete. This item will include all work necessary to bring the conduit into the manhole, handhole, or foundation, or to make the necessary connection to a new conduit. The contractor will furnish all materials for a complete installation.

Page 92: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-80

ITEM 106 ******** - POLE, ANCHOR BASE, RELOCATE COMPLETE Description: This work will consist of the removal from one location and the reinstallation at another location of an existing anchor base pole and attached street light equipment as specified on the plans or as directed by the Engineer. General Requirements: The electrical pole to be moved will be disassembled as required or left with electrical equipment attached, as directed by the Engineer. The pole must be transported with care to prevent damage. Removal will include all incidental work and items associated with the pole as directed by the Engineer. The pole will be installed on another foundation using double-nut installation. The pole must be set plumb and be properly orientated with respect to the arm and luminaire. Method of Measurement: Electrical poles to be relocated will be measured for payment by each unit removed and reinstalled. Basis of Payment: Electrical pole relocation will be paid for at the contract unit price for each POLE, ANCHOR BASE, RELOCATE COMPLETE, which price will be payment in full for all labor, equipment, materials, and incidental work necessary to remove and reinstall the pole. No additional cost will be involved in relocating the pole with attached electrical equipment. No additional cost will be involved in dis-assembly or re-assembly of the pole and associated equipment.

Page 93: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-81

ITEM 107 ******** - RACK, SECONDARY, AERIAL, 3-WIRE Description: This item will consist of furnishing and installing an electrical secondary rack, to which wires may be attached, on a street light pole, as shown on the plans, specified herein, or directed by the Commissioner. The secondary rack must be banded to the pole in the manner as herein described. Material: The materials of the secondary rack must conform to the requirements of Specification 1443. Installation: The secondary rack must be banded securely to the pole at such height as to locate the upper insulating spool at six inches (6") below the top mast arm port of the pole. The banding must consist of two - 3/4 inch stainless steel bands, one each through the top and bottom clevises in the manner shown on Drawing 11940. The rack must be banded at a position 90 degrees from the central axis of the street light mast arm, or in the position of direct strain, when the pole is the line termination, and at 180 degrees from the central axis of the street light mast arm when the pole is an intermediate one in the pole line. Method of Measurement: This work will be measured on a per each basis. Basis of Payment: This work will be paid for at the contract price each for a RACK, SECONDARY, AERIAL, 3-WIRE, which price will be payment in full for furnishing and installing a secondary rack of the size stated on the contract plans on an existing pole. Any attachment of wires to the rack will be paid for as part of the cost of installing the wire. Material SPECIFICATION DRAWING 1443 11940

Page 94: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-82

ITEM 109 Z0019600 - DUST CONTROL WATERING Description: This work consists of the exclusive control of dust resulting from construction operations and is not intended for use in the compaction of earth embankments or aggregate materials. General Requirements: Perform work in accordance to Article 107.36 of the Standard Specifications, except as herein modified. Dust must be controlled by the uniform application of sprinkled water and shall be applied only when directed by the Commissioner. All methods and equipment used for this work shall meet with the Commissioner’s approval and shall be equipped with adequate measuring devices for metering the exact amount of water discharged. All water used shall be properly documented by ticket or other approved means. Method of Measurement: This work will be measured in units of gallons of water applied. One unit will be equivalent to 1,000 gallons of water applied. Basis of Payment: This work will be paid for at the Contract Unit Price per unit as DUST CONTROL WATERING, which price shall be payment in full for all labor, material, and equipment required to perform the work as specified.

Page 95: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-83

ITEM 111 ******** – ACER FREEMANII ‘MARMO’, 2-1/2” – 3-1/2” CALIPER, BALLED AND BURLAPPED

ITEM 112 ******** – CATALPA SPECIOSA, 2-1/2” – 3-1/2” CALIPER, BALLED AND BURLAPPED

ITEM 113 ******** – CELTIS OCCIDENTALIS, 2-1/2" TO 3-1/2" CALIPER, BALLED AND BURLAPPED

ITEM 114 ******** – QUERCUS BICOLOR, 2-1/2" TO 3-1/2" CALIPER, BALLED AND BURLAPPED

ITEM 115 ******** – TAXODIUM DISTICHUM ‘BALDCYPRESS’, 2-1/2" TO 3-1/2" CALIPER, BALLED AND BURLAPPED

ITEM 116 ******** – TILIA AMERICAN ‘REDMOND’, 2-1/2" TO 3-1/2" CALIPER, BALLED AND BURLAPPED

ITEM 117 ******** – ULMUS ‘HOMESTEAD, 2-1/2” – 3-1/2” CALIPER, BALLED AND BURLAPPED

Effective: February 1, 2010 Revised: May 3, 2016 Description: Work under this item shall be performed according to Section 253 of the IDOT Standard Specifications for Road and Bridge Construction, except as herein modified. Materials: Materials shall be according to the following Articles of Division 1000 – Materials of the Standard Specifications except as herein modified: Article/Section

(a) Materials for Planting………………………………………………..1081.01 (b) Topsoil………………………………………………………………...1081.05(a) (c) Shredded Hardwood Mulch…………………………………….…..1081.06(b)

Trees Nursery stock shall comply with American Standard for Nursery Stock ANSI Z60.1- 2014 (or latest edition). All trees shall be selected and tagged with a seal by Streets and Sanitation Bureau of Forestry (“BOF”) or CDOT Foresters.

Backfill New Construction Backfill for new construction sites shall consist of Pulverized Topsoil.

Existing sites Backfill shall be a variable mixture, dependent upon the material. To avoid interfaces created by adjacent dissimilar soils with different textures, structures and organic matter, utilize soil from the existing site as backfill. Or, if existing soil is of poor quality, backfill shall be a mixture of ½ excavated soil, and ½ pulverized top soil, as specified. The two soils shall be adequately mixed. Subsoils will not be allowed as backfill. Pulverized Topsoil Pulverized topsoil shall comply with requirements set forth in Section 211 of the IDOT Standard Specifications for Road and Bridge Construction except as herein modified:

1. Pulverized topsoil shall contain not less than twelve percent (12%) or more than forty percent (40%) clay as determined in accordance with AASHTO T 88.

Page 96: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-84

2. Pulverized topsoil shall contain not less than twenty-five percent (25%) or more than fifty-five percent (55%) sand as determined in accordance with AASHTO T 88.

Staking and guying materials: (per Commissioner direction only)

1. Stakes: 6’ fence T-Post.

2. Guy Wire: Galvanized mild steel wire, minimum 12 gauge; provide double strands.

3. Hose: Rubber or plastic garden hose.

4. Turnbuckles: Aluminum or galvanized steel.

5. Warning flaps: Fluorescent orange plastic surveyor’s tape.

Tree wrap tape Nurseryman’s standard protective tape.

General Requirements:

Plant Delivery, Storage and Handling: 1. Schedule delivery to avoid storage on site. All plant roots and earth balls shall be kept damp and thoroughly protected from sun and drying winds at all times during transportation and on the ground until the final operation of planting is completed. If planting does not occur immediately, store plants in a location protected from sun, weather and theft. 2. Deliver freshly dug balled and burlapped stock unless otherwise approved. 3. Cover to protect stock during transport. Plant material transported without cover shall be automatically rejected. 4. Bind stock to protect branches, bark, and overall shape during transport. 5. Load and unload trees with care. Protect tree trunks prior to loading and unloading. Do not lift trees by wire basket or trunk. 6. Do not prune trees unless directed by the Commissioner.

Pulverized Topsoil Handling

Pulverized topsoil shall be stored in stockpiles at the producer’s or supplier’s facility and shall be protected from erosion, absorption of excess water, and contamination at all times. Delivery to the job site shall only occur after the Commissioner has reviewed and approved the testing results.

Preparation and Execution

1. Installation cannot begin until the final grade has been achieved and soil has settled for a minimum of one week or as directed by Commissioner. 2. The Contractor shall be responsible for all plant layout. Qualified personnel must perform the layout as shown in the landscape plan. Otherwise, trees planted in the parkway shall be planted in the center of the parkway, and/or in line with existing trees in the parkway. The tree locations must be marked by staking. Trees planted in tree pits shall be planted in the center of the tree pit. The Commissioner will approve the layout prior to installation.

Page 97: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-85

Planting Trees 1. Tree planting method shall be approved by Commissioner or Authorized Representative

prior to full scale installation. 2. All trees shall be planted completely, before leaving the planting location. Trees shall

not be allowed to remain above ground at the planting site. Planting holes shall not be left excavated and open beyond the accepted hours of operation, i.e. 7:00 a.m - 3:00 p.m., Monday thru Friday, unless directed otherwise by the Commissioner.

Submittals:

1. Soil Laboratory Test 2. Soil sample in 1 quart sealed plastic container. 3. Shredded hardwood bark mulch sample in 1 quart sealed plastic container. 4. Request for Material Inspection Nursery Tree. 5. Tree wrap – sample 6. Pre-emergent herbicide-Material Safety Data Sheet 7. Permits- CDOT Right of Way permit and BOF permit

Construction Requirements:

Parkway Trees (Sodded or Mulched)

Excavation 1. Excavation shall occur at the time of tree planting. The excavation for planting in a

Parkway shall be of sufficient depth to accommodate the tree root ball and shall be a minimum of twice (two times) the diameter of the root ball or as directed by the Commissioner or Authorized Representative.

2. The depth of the hole shall be such that the top of the root flare must be exposed and visible above grade. The sides shall slope gradually making the hole saucer shaped.

3. All soil shall be stockpiled for reuse or as otherwise directed (see Backfill). 4. Remove all excavated subsoil from the site and dispose of legally. Do not backfill

excavation with subsoil.

Planting 1. The existing nursery line on the tree shall expose the root flare above ground level upon

completion of the planting operation. Trees planted with the nursery line below such level will not be accepted.

2. Untie all cords binding burlap to trunk. Remove all burlap and wire baskets from top 1/3 of the root ball.

3. Place backfill in 6" inch-thick layers. Work each layer by hand to compact backfill and eliminate voids. Maintain plumb during backfilling.

4. When backfilling is approximately 2/3 complete, saturate backfill with water and repeat until no more can be absorbed.

5. Place and compact remainder of backfill and water again.

6. Form watering basin around trunk with backfill holding at least 10 gallons.

Page 98: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-86

7. Once soil has settled, add 3 inches of mulch in a 6’ diameter saucer in Sodded Parkways or to the entire Mulched Parkway area. Mulch shall not be piled against the tree trunk.

Staking and Guying (per Commissioner Directive Only):

Guy and stake trees the same day as planting. Embed stakes 2 feet into grade. Tie with length of rubber of plastic hose to prevent wire loop from contracting tree trunk. Adjust to provide firm but not rigid support. Place guy wire equally spaced around trunk, with top of guy wire 6 to 7 feet above grade, and at 45-degree angle to vertical. Provide one turnbuckle per guy. Securely tie caution tape at the 1/3 and 2/3 points of each guy wire.

Tree pit Trees:

Excavation 1. Where tree grates are present, Contractor shall remove tree grate using due and

reasonable care not to damage tree grate. Tree grates shall be replaced upon completion of planting operation. Contractor shall be held responsible for any damage to tree grates and shall replace tree grates, when damaged, at no cost to the City.

2. Excavation of tree pits shall occur at the time of tree planting. Excavated tree pits shall not be left open. Excavation for tree pits shall include the removal of soil from the pits to a depth of at least three (3) feet and no more than three and one half (3-1/2) feet with vertical sides at the edge of the pit. Excavate with sides vertical, bottom flat but with high center for drainage. Deglaze sides and loosen bottom.

3. The diameter of the hole shall be 1 foot wider than the root spread. The depth of the hole shall be such that the top of the root ball is slightly higher than soil level (see Drawings).

4. Remove all excavated subsoil from the site and dispose of legally. Do not backfill excavation with subsoil.

5. All soil shall be stockpiled for reuse or as otherwise directed (see Backfill). Planting 1. For trees with grates, set plants on sub grade in excavation with graft and flare of root

ball slightly higher than soil level in pit allowing space for Volcanic rock and tree grate. (See Drawings and CAST IRON TREE GRATE, Materials under grate.)

2. For trees without grates, set plants on sub grade in excavation with graft and flare of root ball slightly higher than soil level in pit. Place three inch mulch layer around trees.

3. Untie all cords binding burlap to trunk. Remove all burlap and wire baskets from top 1/3 of the root ball.

4. Place backfill in 6" inch-thick layers. Work each layer by hand to compact backfill and eliminate voids. Maintain plumb during backfilling.

5. When backfilling is approximately 2/3 complete, saturate backfill with water and repeat until no more can be absorbed.

6. Place and compact remainder of backfill and water again with a minimum of 10 gallons of water.

Page 99: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-87

Pruning (as directed by Commissioner) Remove dead or broken branches. Make cuts with sharp instruments outside the branch collar. Equipment shall be sterilized between cuts. Do not remove leaders from trees. All pruning must be performed under the direct supervision of a certified arborist.

Protection of tree trunks: Inspect and, if necessary, treat trunks for physical damage or insect infestation.

Wrap trunks of smooth barked trees. Apply tree wrap in November and remove in April.

6” diameter corrugated black plastic pipe will be placed around tree trunks in 36” lengths as directed by the Commissioner at sites where herbivorous animals are likely to inhabit. Sites include park like areas, river embankments, and prairie restoration sites, or as determined by the Commissioner. Herbivorous animals include, but not limited to, beaver, rabbits, voles, and mice.

Mulch: Contractor shall make inspections of Mulched Parkways periodically (every six months during the period of establishment as specified) to ensure that level of mulch has been maintained. Pre-emergent weed control Pre-emergent weed control shall be applied to each tree pit or parkway mulch prior to mulch application. QC/QA Requirements.

All plants shall be obtained from Illinois Nurserymen’s Association or appropriate state chapter nurseries, in hardiness zones of comparable local climatic range to the City of Chicago and approved by the Commissioner or Authorized Representative. All trees shall be dug prior to leafing out (bud break) in the spring or when plants have gone dormant in the fall, except for the following species which are only to be dug prior to leafing out in the spring: (The Commissioner reserves the right to expand this list upon submittal of the Planting Schedule.)

1. Pyrus calleryana (Ornamental Pear) 2. Quercus (Oaks) 3. Robinia (Black Locust) 4. Syringa reticulata (Japanese Tree Lilac) 5. Ulmus ‘Frontier’ (Frontier elms)

Inspections: The Commissioner will inspect plant materials at the nurseries prior to being delivered on site. This will be done via the Request for Material Inspection Nursery Tree (“RFINT”) sheets. These sheets must be turned in to the CDOT Division of Engineering at least 6 weeks prior to the expected date of installation. No trees shall be delivered without CDOT Seal. Plant material not installed within 60 days of initial inspection will be required to be re-inspected. An inspection on site will be made prior to the installation of plant material. Any plant material not meeting specification (that being of good health) must be moved off the site.

Page 100: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

GREEN BAY RECONSTRUCTION February 2017 CDOT PROJECT NO.: B-3-511

DS-88

Period of Establishment: Prior to being accepted, the plants shall endure a period of establishment in accordance with section 253.14 of the Standard Specifications except that the period of establishment will be two (2) years.

Method of Measurement. ACER FREEMANII ‘MARMO’, 2-1/2” – 3-1/2” CALIPER, BALLED AND BURLAPPED, CATALPA SPECIOSA, 2-1/2” – 3-1/2” CALIPER, BALLED AND BURLAPPED, CELTIS OCCIDENTALIS, 2-1/2" TO 3-1/2" CALIPER, BALLED AND BURLAPPED, QUERCUS BICOLOR, 2-1/2" TO 3-1/2" CALIPER, BALLED AND BURLAPPED, TAXODIUM DISTICHUM ‘BALDCYPRESS’, 2-1/2" TO 3-1/2" CALIPER, BALLED AND BURLAPPED, TILIA AMERICAN ‘REDMOND’, 2-1/2" TO 3-1/2" CALIPER, BALLED AND BURLAPPED, ULMUS ‘HOMESTEAD, 2-1/2" TO 3-1/2" CALIPER, BALLED AND BURLAPPED will be paid for at the contract price per each, which price shall include furnishing and installing the plant material of the type and size specified, and all materials, equipment and labor necessary to complete the work. Also included with these items is all initial maintenance as described.

Basis of Payment. This work will be paid for at the contract unit price per each for ACER FREEMANII ‘MARMO’, 2-1/2” – 3-1/2” CALIPER, BALLED AND BURLAPPED, CATALPA SPECIOSA, 2-1/2” – 3-1/2” CALIPER, BALLED AND BURLAPPED, CELTIS OCCIDENTALIS, 2-1/2" TO 3-1/2" CALIPER, BALLED AND BURLAPPED, QUERCUS BICOLOR, 2-1/2" TO 3-1/2" CALIPER, BALLED AND BURLAPPED, TAXODIUM DISTICHUM ‘BALDCYPRESS’, 2-1/2" TO 3-1/2" CALIPER, BALLED AND BURLAPPED, TILIA AMERICAN ‘REDMOND’, 2-1/2" TO 3-1/2" CALIPER, BALLED AND BURLAPPED, ULMUS ‘HOMESTEAD, 2-1/2" TO 3-1/2" CALIPER, BALLED AND BURLAPPED.

Page 101: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

APPENDIX A

CDOT Division of Electrical Operations Material Specifications

Page 102: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

(Page intentionally left blank)

Page 103: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

APPENDIX A

CITY OF CHICAGODEPARTMENT OF TRANSPORTATION

DIVISION OF ELECTRICAL OPERATIONS

SUMMARY

This Appendix includes copies of technical documents which are made available to theContractor as a convenience for informational purposes.

Document Pages

SPECIFICATION NO. 1443, SECONDARY RACK, 2 OR 3 WIRE, WITH INSULATORSDated July 11, 2006 ….…................................................................................................ 2

SPECIFICATION NO. 1452, POLE: ANCHOR BASE, ALUMINUM, TAPERED TUBULARSHAFTDated December 2, 2009 ................................................................................................ 7

SPECIFICATION NO. 1453, MAST ARMS: ALUMINUM, TRUSS TYPE AND DAVIT TYPEDated December 2, 2009 ................................................................................................ 6

SPECIFICATION NO. 1465, GROUND RODSDated July 12, 2006 ........................................................................................................ 2

SPECIFICATION NO. 1467, ROD: ANCHOR, STEEL, WITH HARDWAREDated May 12, 1993 ........................................................................................................ 2

SPECIFICATION NO. 1526, HELIX FOUNDATIONDated April 8, 2011 ........................................................................................................ 4

SPECIFICATION NO. 1533, NON-METALLIC CONDUITDated August 8, 2006 ..................................................................................................... 2

SPECIFICATION NO. 1534, CABLE: SINGLE-CONDUCTOR, COPPER 600 VOLTDated September 25 , 2006 ............................................................................................ 5

SPECIFICATION NO. 1585, LUMINAIRE: LED, COBRA-HEAD, RESIDENTIAL,IES CUTOFF TYPE II/III DISTRIBUTIONDated October 24, 2014...................................................................................................... 9

SPECIFICATION NO. 1601, SELF SUPPORTING ALUMINUM STREET LIGHT CABLEDated October 25, 2016...................................................................................................... 5

Page 104: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

ELECTRICAL SPECIFICATION 1443DIVISION OF ELECTRICAL OPERATIONS

DEPARTMENT OF TRANSPORTATIONCITY OF CHICAGO

REVISED JULY 11, 2006

SECONDARY RACK, 2 OR 3 WIRE, WITH INSULATORS__________________________________________________________________________

SUBJECT

1. This specification covers the requirements for 2 and 3 wire secondary rackscomplete with insulators for attachment to street lighting poles for thepurpose of supporting aerial circuit wires.

GENERAL

2. (a) Specifications. Each 2 or 3 wire secondary rack shall conform in detail to therequirements herein stated, and to the specifications of the American Societyfor Testing and Materials, cited by ASTM Designation number, of which themost recently published revision will govern. Secondary racks notconforming to this specification will not be accepted.

(b) Sample. If requested, each bidder shall submit with his proposal onecomplete sample secondary rack with insulators for approval by theCommissioner. The sample must be submitted within fifteen (15) businessdays of such request from the Chief Procurement Officer.

(c) Warranty. Secondary rack and pole clamps furnished under this specificationshall be warranted against failure from defects due to materials orworkmanship for a period of one year after delivery. In the event of failure ofany of the components, the manufacturer will replace the rack, at no cost tothe City.

SECONDARY RACK

3. (a) General Design. The secondary rack shall be the medium duty type withextended back. It shall be suitable for either 2 or 3 wire, as indicated in thebid proposal, with 8-inch spacing between centers of the clevises.

(b) Back Section. The back section of the secondary rack must be made fromhot-wrought merchant quality carbon steel 1/8 inch thick. The steel mustconform with ASTM Specification A 575, Grade M1010. The back must beformed to the shape of an inverted trough, the flat portion of which must be

Page 105: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1443Page 2

approximately 1-1/4 inches in width. Mounting slots, 11/16 inch by 1-1/4inch, must be longitudinally centered on the flat of the back section andlocated so as to coincide with the centers of the clevises, with additional slotsprovided at the top and bottom. The 2-wire back must be at least 18 inches inlength. The 3-wire back must be at least 24 inches in length.

(c) Clevises. Clevises must be made from 1/8 inch thick steel strip of the samematerial as the back section, and so formed to fit the back snugly. The prongsof the clevis must be approximately 4 inches apart and formed to the shape ofan inverted trough, the flat portion of which must be approximately 3/4 inchin width with the edges pitched at an angle of 30o with the flat portion. Eachclevis shall be fabricated in such a manner that the pitched edges of bothprongs must slope in the same direction. The clevises must be riveted to theback section with two (2) 5/16 inch steel rivets.

(d) Rack Bolt. The rack bolt must be a 9/16 inch diameter button head boltmade of hot-wrought carbon steel conforming with the requirements ofASTM Specification A 576, Grade 1040, complete with a 1/4 inch by 2 inchbrass cotter pin at the bottom end. Centerline of the rack bolt must be located4 inches out from the face of the back section.

(e) Spool Insulators. Spool insulators must be electrical grade white or grayglazed porcelain.

(f) After fabrication, the secondary rack, clevises, and all steel hardware must behot dip galvanized according to ASTM 123. Bolts, washers, and nuts must behot dipped galvanized according to ASTM 153.

TESTS

4. At the discretion of the Commissioner, secondary racks furnished under thisspecification will be subject to testing to determine compliance with thestrength requirements of ANSI medium type secondary racks.

Page 106: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

ELECTRICAL SPECIFICATION 1452 DIVISION OF ENGINEERING

DEPARTMENT OF TRANSPORTATION CITY OF CHICAGO

REVISED MARCH 19, 2014

POLE: ANCHOR BASE, ALUMINUM, TAPERED TUBULAR SHAFT __________________________________________________________________________ SUBJECT 1. This specification states the requirements for tapered, tubular, aluminum

anchor base poles. They will support street light luminaires mounted on either truss type arms or davit style arms. The poles will be served by underground cables.

GENERAL 2. (a) Specifications. The poles shall conform in detail to the requirements herein

stated, and to the requirements of the following organizations as cited herein: Aluminum Association (AA)

American Association of State Highway and Transportation Officials (AASTHO) American National Standards Institute (ANSI) American Society for Testing and Materials (ASTM) American Welding Society (AWS) Society for Protective Coatings (SSPC)

(b) Acceptance. Poles not conforming to this specification will not be accepted.

The Commissioner will be the sole judge in determining if the poles meet this specification.

(c) Bidders Drawings. Bidders must submit with their bids detailed scale

drawings of the mast showing actual dimensions, details, and welds. Shop drawings must be original engineering drawings created by the manufacturer. The drawings must show every dimension necessary to show how all parts will fit each other and be properly held in assembly. These drawings must also be submitted in electronic format, in the latest version of either Microstation or Autocad, if so requested by the City.

(d) Standard Drawings. The drawings mentioned herein are drawings of the

Department of Transportation being an integral part of this specification cooperating to state necessary requirements.

Page 107: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1452 Page 2

(e) Sample. If requested by the Chief Procurement Officer, one completely

assembled anchor-base pole of the manufacture intended to be furnished, must be submitted for review by the Commissioner within fifteen (15) business days after receipt of notice.

(f) Warranty. The manufacturer shall warrant the performance and construction

of the light poles to meet the requirements of this specification and shall warrant all parts, components, and appurtenances against defects due to design, workmanship, or material developing within a period of five years after the light poles have been delivered. This will be interpreted particularly to mean structural or mechanical failure of any element or weld, or any faults in the anodized surfaces. The warranty must be furnished in writing guaranteeing material replacement including shipment, free of charge to the City. The Commissioner will be the sole judge in determining which replacements are to be made. The Commissioner’s decision will be final.

STANDARDS 3. (a) Assembly. Each anchor base pole shall consist of an aluminum mast with

handhole entry, aluminum hinged entry door, grounding nut, mast base plate, top cap for non-davit masts, bolt covers, and all necessary hardware required for complete assembly of these parts, ready for assembly, without special tools.

(b) Interchangeability. Members of each pole type must be mutually

interchangeable for assembly, so that no reworking will be required to make any member fit properly in the place of any other similar member of any other similar pole.

(c) Design. Each pole type must conform in design and dimensions to the

pertinent drawing(s) listed in Table A. MASTS 4. (a) Mast Size. The outside diameters of the mast of each pole type shall be as

listed in Table A. The mast taper will be approximately 0.14 inches per foot. (b) Material. The shaft must be fabricated from one length of 6063-T4 wrought

aluminum alloy meeting the requirements of ASTM B221. After all welding operations are completed, the mast must be brought to a T6 temper having minimum physical characteristics of ASTM B221. The wall thickness of the shaft and the diameter of the shaft shall be as listed in Table A and as shown on the appropriate standard drawing. Material certification shall be provided from the tube manufacturer.

Page 108: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1452 Page 3

(c) Fabrication. The mast must be fabricated with no longitudinal or lateral welds in the tube. The completed masts must have smooth external surfaces free from protuberances, dents, cracks or other imperfections marring their appearance. Each mast must be straight and centered on its longitudinal axis.

(d) Base. The mast base must be a permanent mold aluminum casting

conforming to the requirements for aluminum alloy 356-T6 of ASTM B-108 or ASTM B-26. The base shall be similar in shape and dimensions to that shown on the appropriate standard drawing for the specific mast. The base shall consist of a collar, flange, and any other members necessary to provide strength and reduce the concentration of anticipated stresses. The shaft must extend into the base as shown on the appropriate standard drawing and be circumferentially welded to the base casting at the top outer surface and the lower inner surface of the base. Bases must be attached to the mast so that the bearing surface of the base is at right angles to the longitudinal axis of the mast.

Non-metallic removable bolt covers which completely cover the anchor bolts and nuts must be provided. The covers must be attached with stainless steel screws or another type of non-seizing fastener, as approved by the Commissioner. The covers must enclose the anchor bolts and be secured in an approved manner.

All anchor rod openings for each pole type must have a width as listed in Table A. Each opening must be sized to have a circumferential slot length equal to 15º of the circumference.

(e) Cable Entry for Conventional Poles. An opening of approximately one and

one quarter inches (1-1/4") in diameter, rimmed with a rubber or nylon grommet, must be furnished and installed at the point on the shaft where the clamp on the upper member of the mast arm bracket meets the pole. Certain masts may require two cable entries, depending on the order. There will be no extra compensation for the extra cable entry. This cable entry requirement does not apply to pole masts designed for davit style arms. This requirement does apply to conventional poles (Drawings 890 and 938).

(f) Option: Side Mount for Luminaire. If requested, the pole mast will be

prepared for the mounting of a sidewalk-side luminaire. An opening of approximately one and one-quarter inches (1-1/4”) in diameter, rimmed with a rubber or nylon grommet, must be furnished and installed at the proper height, as indicated on the appropriate standard drawing, or as directed in the order. In addition, two (2) holes must be drilled to accept two (2) rivnuts for mounting a City back plate for a mid-mount luminaire. All three (3) holes must be properly spaced and aligned to accept the City standard back plate for the appropriate mid-mount luminaire. The rivnuts (3/8-16) must be inserted in the pole. The holes must be properly aligned with the handhole as

Page 109: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1452 Page 4

indicated on the standard drawings.

(g) Top of Shaft for Davit Arm. The top one foot of the mast shall be formed as shown on the appropriate standard drawing. An adapter ring may be provided if required. Two sets of holes 9/16 inches in diameter must be drilled through the mast to accommodate two bolts to attach a davit arm. The lower set (two holes) must be in line with the mast arm. The other set must be 90° apart from the other. These requirements apply to pole masts designed for davit style arms.

(h) Provision for Ground. A tapped hole must be provided on an extension or

offset, centered on the handhole door frame’s interior vertical surface, to accept a 1/2"-13 bolt for a ground connection.

(i) Entry. A vertical doorframe for reinforcing a door opening which provides

access to the interior of the mast must be welded on the inside of the pole and be centered approximately 18 inches above the bottom of the base. The doorframe must be formed and welded of aluminum alloy 6063-T6 with a cross-section to adequately reinforce the opening of the mast. The doorframe must be as indicated on the appropriate standard drawing. The actual door opening must be sized to perfectly match the door size. For all arterial poles and for all conventional poles, the vertical centerline of the entry must be at a right angle clockwise to the vertical centerline of the mast arm. For the residential davit poles, the vertical centerline of the entry must be in-line with the vertical centerline of the mast arm. An internal flange must be welded to the inside of the pole at the bottom of the door opening. This flange will be drilled to accept a bolt. The bolt will be used to attach a hinged door to the pole. An aluminum tab must be welded to the inside upper portion of the door opening. A hole must be drilled into the tab that will accept a 1/4 inch screw. The hole must be centered horizontally in the door opening and must be centered 3/8 of an inch down from the uppermost portion of the door opening. A steel spring clip must be mounted to the tab. The clip must be made to accept a 1/4"-20 machine screw.

(j) Door. The removable door must be formed of the same aluminum as the

pole. The door must fit the pole opening within a tolerance of 1/8 of an inch. The door must be flush with the pole surface in the closed position and appear as part of the original mast. The door must be attached to an internal hinge which will allow the door to open out and down. The hinge must be bolted to a flange on the inside of the pole at the bottom of the door opening, so that the door and hinge may be un-bolted and replaced if need be. The door opening must be sized according to the appropriate standard drawing. A hole must be drilled in the top of the door in alignment with the hole on the mast. A 1/4"-20 Allen head button machine screw must be provided to fasten the door to the doorframe. The screw must have a stainless steel core with a nylon threaded body. Other types of non-seizing fasteners may be

Page 110: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1452 Page 5

considered. All doors of the same size must be interchangeable. The door and attachment method will be subject to approval by the Commissioner or his duly authorized representative.

(k) Tag. To each pole must be attached immediately below the handhole, by

mechanical means and not by adhesive, a stainless steel tag with a stamped or embossed legend which must include the pole outside diameter at the base, the overall length, and the wall thickness.

(l) Structural Requirements. The mast shall be manufactured in accordance with

AASTHO’s 1994 version of the “Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals”. The shaft and base assembly must be designed to meet AASTHO’s 1994 criteria for 80 MPH wind loading with a 30% gust factor. The poles shall be designed appropriately for Chicago street lighting applications, including mast arm and luminaires. Thirty - foot davit poles and thirty- foot conventional poles for arterial streets must also allow for banner and flower basket attachments. The pole manufacturer must provide load calculations that verify that the poles are designed properly.

TOP CAP FOR NON-DAVIT POLES 5. The top cap shall be aluminum alloy. It must have smooth surfaces, neat

edges and corners and be free from fins, holes, or other casting flaws. Three stainless steel set screws not less than 3/8 inches long must be equally spaced in tapped holes around the skirt to securely hold the top in place.

VIBRATION DAMPER 6. Each pole shaft will have an internal vibration damper, if requested, located

at a position as shown on the appropriate standard drawing. The vibration damper must be welded or bolted to the inside of the pole shaft. If the standard drawing does not show a vibration damper none should be provided. The design of the vibration damper is subject to approval by the Commissioner or his representative.

HARDWARE 7. All the hardware necessary to complete the assembly of the pole must be

furnished. All hardware will be as specified elsewhere in these specifications. Hardware not specified elsewhere must be stainless steel, or equal corrosion-resistant non-seizing metal, or a non-metallic material subject to approval by the Commissioner.

Page 111: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1452 Page 6

WELDING 8. (a) General. Every welded joint shall be made in conformity with the proper

interpretation of the standard welding symbols of the American Welding Society as indicated on the drawings. Each bidder must submit with his proposal a drawing showing the sizes and types of welds, must state the type of electrode, and must describe the welding methods, he proposes to use in fabricating the pole.

(b) Testing. All welds of five percent (5%) of the poles in every lot must be

inspected for penetration and soundness of the welds by radiography, or by a penetrant method. Acceptance or rejection will be governed by the same conditions as in the TESTING Section.

(c) Certifications. Welders must have proper certification for the welding

operations required. Welding by non-certified personnel will not be allowed. Certifications must be available upon request.

FINISH 9. (a) General. All completed masts shall have a brushed satin natural finish or an

anodized finish, as required by the project or in the purchase order. (b) A satin aluminum finish requires that each mast be rotary sand finished. The

satin finish shall be accomplished by using 40-50 grit belts to remove taper marks and scratches. A minimum of one pass with a 120 grit belt over the entire shaft is required to provide a uniform appearance.

(c) An anodized finish will be either matte black or semi-gloss black. A color

sample must be submitted for approval before any factory production. The anodizing process must include cleaning, etching, anodizing, and sealing the mast. The etching process must meet the requirements of AA-C22. The anodizing process must meet the requirements of AA-A42. The contractor must submit his anodizing process for approval before any factory production.

MAST TEST 10. (a) General. All completed masts shall be available for testing for maximum

deflection and set. The masts must meet the structural requirements of Section 4(l). Unless specifically authorized in writing, all tests must be made by the manufacturer. A record of every test must be made and a certified copy of the test record must be submitted to the Electrical Section of the Division of Engineering before the masts are shipped.

Page 112: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1452 Page 7

(b) Lot. Tests for deflection of the mast must be made upon five (5%) percent of all the masts in every lot (two (2) min.). The selection of masts for testing must be random from the entire completed lot. If any of the masts in any lot fail to meet the test, an additional three (3%) percent of the masts of the same lot must be tested (two (2) min.). If any of these masts fail to meet the test requirements, the entire lot will be subject to rejection, except that the manufacturer may subject each mast in the lot to the test, and those which fulfill the requirement will be accepted. After testing, each base weld must be inspected by radiography or the penetrant method to determine that the welds have not been affected. After testing, no permanent set should be visible or apparent. The mast should appear straight.

(c) Mast Requirements. With base rigidly anchored, a test load of 500 pounds

must be applied at a point approximately eighteen inches (18") from the free end. The load must be applied at right angles to the center line of the mast and in the same vertical plane. With no failure of any component part, the deflection must not be greater than 7.5% of the pole height. After removal of the load, the deflection measurement device must be reset to zero and the test load must be reapplied. The deflection must not change from the deflection noted in the first test by more than ±5%.

PACKAGING 11. (a) General. The poles must be shipped in bundles. Each pole or bundle shall be

wrapped so that the poles can be handled and stored without damage to the surfaces.

(b) Bundles. The poles in each bundle must be laid base to top to form an

approximately rectangular cylinder. Materials such as lumber (2" x 4" min.), non-marring banding, and other appropriate bundling materials must be used to make a rigid, long lasting, bundle capable of being handled, shipped and stored without shifting of contents or breaking. Any bundles, in which either poles or packaging is received broken, damaged or with contents shifted, will not be accepted and it will be the responsibility of the supplier to return the bundle to its original destination at no cost to the City of Chicago. The bundles should be capable of being stacked two (2) high without breaking, or shifting of the contents. Each bundle must be capable of being lifted by a fork lift truck or crane and the bundles must be shipped on a flat bed truck to facilitate unloading.

(c) Hardware. The bolt covers and their attachment devices must be shipped

with each bundle. The package must be labeled and placed in a prominent position to facilitate accessibility, and must be attached to, or within, the bundle in such a manner as to assure safe delivery. Payment will be withheld for any bundle delivered without the accompanying hardware. Pole caps must be attached at the manufacturer's facilities, or be packed separately in a

Page 113: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

ELECTRICAL SPECIFICATION 1453

DIVISION OF ENGINEERING DEPARTMENT OF TRANSPORTATION

CITY OF CHICAGO REVISED MARCH 14, 2013

MAST ARMS: ALUMINUM, TRUSS TYPE AND DAVIT TYPE __________________________________________________________________________ SUBJECT 1. This specification covers the requirements for aluminum mast arms for

supporting street light luminaires. The aluminum arms will be supported by aluminum light poles.

GENERAL 2. (a) Specifications. The mast arms shall conform in detail to the requirements

herein stated and to the requirements of the following organizations as cited herein:

Aluminum Association (AA) American Association of State Transportation and Highway Officials (AASTHO) American National Standards Institute (ANSI) American Society for Testing and Materials (ASTM) American Welding Society (AWS) Society for Protective Coatings (SSPC)

(b) Acceptance. Mast arms not conforming to this specification will not be

accepted. The Commissioner will be the sole judge in determining if the arms meet this specification.

(c) Bidders Drawings. Bidders must submit with their bids detailed scale

drawings of the mast arm and bracket attachment proposed to be welded to the mast arm as the means for attaching these mast arms to poles. For davit arms, drawings must show how the davit is attached to the top of the light pole and is secured. The drawings must give every dimension necessary to show how the parts will fit each other and be properly held in assembly. These drawings must also be submitted in electronic format, in the latest version of either Microstation or Autcad, if so requested by the City.

(d) Drawings. The drawings mentioned herein are drawings of the Department

Page 114: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1453 Page 2

of Transportation being an integral part of this specification cooperating to state the necessary requirements.

(e) Sample. If requested by the Chief Procurement Officer, one complete mast

arm of the manufacture intended to be furnished, must be submitted within fifteen (15) business days upon receipt of such request.

(f) Warranty. The manufacturer shall warrant the performance and construction

of the mast arms to meet the requirements of this specification and shall warrant all parts, components, and appurtenances against defects due to design, workmanship, or materials, developing within a period of five years after the mast arms have been delivered. This will be interpreted particularly to mean structural or mechanical failure of any element or weld, or any faults in the anodized surfaces. The warranty must be furnished in writing guaranteeing material replacement including shipment, free of charge to the City. The Commissioner will be the sole judge in determining which replacements are to be made. The Commissioner’s decision will be final.

(g) Structural Requirements. The arms shall be manufactured in accordance with

AASTHO’s 1994 version of the Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals. The arms must be designed to meet AASTHO’s 1994 criteria for 80 MPH wind loading with a 30% gust factor. The arms shall be designed for Chicago street lighting applications. The arm manufacturer must provide structural calculations that verify that the arms are designed properly.

TRUSS ARM DESIGN 3. (a) Each mast arm must be a truss type fabricated of two (2) inch "standard"

aluminum pipe or tube 6063-T4 alloy conforming to the requirements of ASTM B429, or ASTM B221, or other approved design. The arm must be heat treated to a T-6 temper after fabrication and welding.

(b) Mast Arm Attachment. The mast must be attached to the pole by means of

an extruded aluminum clamp with a bolting arrangement to hold the arm firmly in place. The extrusion must be aluminum alloy 6061-T6 conforming to the requirements of ASTM B221, B308. The clamps shall be designed to securely fasten the mast arm to the pole so that the arm cannot be dislodged vertically or horizontally from its intended position on the pole by wind gusts, vibrations or other normally anticipated natural phenomena.

(c) Dimensions. The truss type arm must have the dimensions indicated on

Standard Drawing 943 or Standard Drawing 944 for the appropriate arm specified. Truss arms will be available in nominal horizontal lengths of 4 foot, 6 foot, 8 foot, 12 foot, and 15 foot, with either 4.5 inch or 6 inch clamps. The distance between the lower and upper members, measured

Page 115: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1453 Page 3

between the vertical centers of the upper and lower attachment plates, must be 1'-9". With the arm attached to the pole intended to be supplied, the vertical rise from the center of the top attachment plate to the horizontal centerline of the end of the arm must be no greater than 2'-8". The horizontal axis of the free end of the upper member, when attached to the pole, must not exceed 3o above the true horizontal without the luminaire weight, nor be less than 1/2o above the true horizontal with a 35 lb. weight supported at the free end of the arm.

(d) Mating of Members. The upper and lower members shall be mated in such a

manner as to assure that they will not separate due to vibration, weather conditions such as high wind gusts, icing, etc., or any other normally anticipated stress condition.

(e) Interchangeability. Members of each truss arm size must be mutually

interchangeable for assembly, so that no reworking will be required to make any member fit properly in the place of any other similar member of any other similar arm.

DAVIT ARM DESIGN 4. (a) Each arm must be fabricated from either 4.5 inch diameter or 6.0 inch

diameter aluminum tubing of 6063-T4 alloy. After all fabrication and welding, the arm must be heat treated to a T6 temper.

(b) The arm must be attached to the mast by slipping the bottom of the arm tube

over the top of the mast. The arm must have four (4) holes pre-drilled at its base to accommodate two (2) through bolts set 90° apart, as shown on the Standard Drawings. The bottom bolt will be in direct line with the length of the arm. The holes must match the holes in the mast so that after assembly the arm and mast appear as a single continuous unit. When bolted to the pole, the arm must not shift or become dislodged by wind gusts, vibrations, or other phenomena.

(c) The davit arm must be dimensioned as indicated on Standard Drawing 945,

946, 948, 949, or 950, for the appropriate arm specified. Davit arms must be available in nominal horizontal lengths of 8 foot and 12 foot for the 4.5 inch pole tops. Davit arms must be available in nominal lengths of 8 foot, 12 foot, and 15 foot for 6 inch pole tops. Davit arms will be single or twin as specified. A 2 3/8 inch diameter tenon will be attached to the end of each arm. The horizontal axis of the tenon, when the arm is attached to the pole, must not exceed 3° above the true horizontal without the luminaire weight, nor be less than 1/2° above the true horizontal with a 35 lb. weight supported by the tenon.

Page 116: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1453 Page 4

(d) Interchangeability. All davit arms for a 4.5 inch pole top must be

interchangeable with each other. The same is required of davit arms for a 6 inch pole top.

WELDING 5. (a) General. Every welded joint shall be made in conformity with the proper

interpretation of the standard welding symbols of the American Welding Society as indicated on the drawings. Each bidder must submit with his proposal a drawing showing the sizes and types of welds, must state the type of electrode, and must describe the welding methods, he proposes to use in fabricating the arms.

(b) Testing. All welds of five percent (5%) of the arms in every lot must be

inspected for penetration and soundness of the welds by radiography or by penetrant inspection. Acceptance or rejection will be governed by the same conditions as in the TESTING Section.

(c) Certifications. Welders must have proper certification for the welding

operations required. Welding by non-certified personnel will not be allowed. Certifications must be made available upon request.

FINISH 6. (a) General. All completed arms shall have a brushed satin natural finish or an

anodized finish, as required by the project or in the purchase order. (b) A satin aluminum finish requires that each arm be rotary sand finished. The

satin finish shall be accomplished by using 40-50 grit belts to remove taper marks and scratches. A minimum of one pass with a 120 grit belt over the entire arm is required to provide a uniform appearance.

(c) An anodized finish will be either matte black or semi-gloss black. A color

sample must be submitted for approval before any factory production. The anodizing process must include cleaning, etching, anodizing, and sealing the aluminum arm. The etching process must meet the requirements of AA-C22. The anodizing process must meet the requirements of AA-A42. The contractor must submit his anodizing process for approval before any factory production.

HARDWARE 7. All hardware furnished for attachment of mast arm to pole must be series 300

stainless steel. All hardware necessary to complete the assembly of the arm to the pole must be provided.

Page 117: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1453 Page 5

MAST ARM TESTS 8. (a) General. Five percent (5%) of the mast arms of each size in every order shall

be tested for structural integrity.

(b) Tests. The mast arms, when securely attached to a suitable and proper supporting structure, must withstand a horizontal (sideward) pulling force as indicated in Table A, and a vertical (downward) load as indicated in Table A. These loads may be applied independently. Each load must be applied at the end of the arm without any apparent permanent set, or damage to the welds joining the arm and mast arm attachment. The appropriate loading for each arm is indicated in Table A. On twin arms each arm extension must be tested.

(c) Rejection. If the mast arms fail to meet the test, an additional three percent

(3%) of the mast arms in the same lot must be tested. If any of these mast arms fail to meet the test requirements, the entire lot will be subject to rejection, except that the manufacturer may subject each mast arm in the lot to the test, and those which fulfill the requirements will be accepted.

(d) All mast arms must meet the structural requirements of Section 2(g). All tests

shall be certified by the manufacturer. Test results should be submitted to the Electrical Section of the Division of Engineering, upon request.

PACKAGING 9. (a) General. The mast arms must be shipped in bundles. Each arm or bundle

shall be wrapped so that the arms can be handled and stored without damage to the surfaces.

(b) Bundles. The bundles shall consist of fifty (50) to seventy five (75) arms laid

to form an approximately rectangular bundle. Materials such as lumber (2"x4"), stainless steel banding, and other appropriate bundling materials must be used to make a rigid, long lasting, bundle capable of being handled, shipped and stored without shifting of contents or breaking, subject to approval. Any bundles, in which either the arms or packaging, is received broken, damaged, or with contents shifted, will not be accepted, and it will be the responsibility of the supplier to return the bundle to its original destination at no cost to the City of Chicago. The bundles should be capable of being stacked two (2) high without breaking, or shifting of the contents. Each bundle must be capable of being lifted by a fork lift truck or crane and the bundles must be shipped on a flat bed truck to facilitate unloading.

(c) Hardware. The clamp backs and mounting hardware must be attached to the

clamp fronts on the end of the arm, and must be shipped with each mast arm

Page 118: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1453 Page 6

bundle. Mounting hardware for the davit arms must be packed and shipped with each davit arm bundle. Payment will be withheld for any bundle delivered without the accompanying hardware. Cracked, broken or chipped parts will be considered as an incomplete delivery as regards payment.

TABLE A ALUMINUM ARM HORIZONTAL

LOAD VERTICAL LOAD

DRAWING #

Truss 4.5"x 4' 100# 250#

943

Truss 4.5"x 6' 100# 250#

943

Truss 4.5"x 8' 100# 250#

943

Truss 4.5"x 12' 100# 250#

943

Truss 4.5"x 15' 100# 250#

943

Davit 4.5"x 8' 100# 250#

945

Davit 4.5"x 12' 100# 200#

946

Davit 6.0"x 8' 100# 250#

948

Davit 6.0"x 12' 100# 250#

949

Davit 6.0"x 15' 100# 250#

950

Page 119: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1465 Page 1

ELECTRICAL SPECIFICATION 1465

DIVISION OF ELECTRICAL OPERATIONS

DEPARTMENT OF TRANSPORTATION

CITY OF CHICAGO

REVISED JULY 12, 2006

GROUND RODS

SUBJECT 1. This specification states requirements for ground rods and clamps to be

used for ground electrodes in street lighting, traffic signal, and miscellaneous electrical circuits.

GENERAL 2. (a) Ground rods must be copper clad, steel rods suitable for driving into the

ground without deformation of the rod or scoring, separation or other deterioration of the copper cladding.

(b) Sample. If requested by the Chief Procurement Officer, the contractor must

furnish one sample of the ground rod proposed to be furnished within fifteen (15) business days from receipt of such request. The sample ground rod must be delivered to the Engineer of Electricity, 2451 S. Ashland Avenue, Chicago, Illinois 60608.

(c) Warranty. The manufacturer shall warrant every ground rod against defects

due to design, workmanship, or material developing within a period of one (1) year after the ground rod has been accepted. Any ground rod which fails during this period must be replaced by the contractor without expense to the City. The Commissioner of Transportation or his duly authorized representative will be the sole judge in determining which replacements are to be made.

(d) The Commissioner will be the sole judge in determining whether the

submitted ground rods meet the requirements of this specification. Ground rods not accepted must be removed at the sole expense of the contractor.

DESIGN 3. (a) The ground rods and couplings must meet the latest requirements of

(National Electrical Manufacturer’s Association) NEMA Standard GR-1, for copper bonded ground rod electrodes and couplings. The ground rods must also meet the requirements of (Underwriter’s Laboratories) UL 467.

(b) Ground rods shall be made of steel core suitable for driving into the earth

without deformation.

Page 120: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1465 Page 2

(c) A uniform covering of electrolytic copper, 10 mils in thickness, shall be metallically bonded to the steel core to provide a corrosion resistant, inseparable bond between the steel core and the copper overlay.

(d) The finished rod must be of uniform cross-section; straight, and free of nicks,

cuts or protuberances.

(e) The rod must be pointed at one end and chamfered at the other.

(f) All ground rods must be three-quarter inches (3/4") in diameter. The length shall be as specified in the order or in the plans. The length and diameter of the rod and the manufacturer must be clearly and permanently marked near the top of the rod (chamfered end).

(g) All ground rods must have a ground clamp capable of accommodating a No.

6 AWG Copper Wire. PACKING 4. (a) Ground rods must be packed in bundles with reinforced tape or plastic

banding that will not damage the rods. Small bundles may then be bound in larger bundles held together with steel banding.

(b) Ground clamps must be packed in a suitable carton. The carton must be

labeled to indicate the contents.

THIS SPECIFICATION SHALL NOT BE ALTERED

Page 121: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

SPECIFICATION 1467 DIVISION OF ENGINEERING

DEPARTMENT OF TRANSPORTATION CITY OF CHICAGO

REVISED JUNE 28, 2012

ROD: ANCHOR, STEEL, WITH HARDWARE ________________________________________________________________________ SUBJECT 1. This specification states the requirements for steel anchor rods with hardware

for street light pole foundations. GENERAL 2. (a) Specifications. The anchor rods shall conform in detail to the requirements

herein stated, and to the specifications of the American Society for Testing and Materials cited by ASTM Designation Number, of which the most recently published revision will govern.

(b) Drawing. The drawings mentioned herein are issued by the Department of

Transportation, Division of Engineering, and are an integral part of this specification.

ANCHOR ROD 3. (a) Fabrication. Each anchor rod must be fabricated in conformity with City of

Chicago drawings numbered 806, 811, 830 and 844.

(b) Material. The rods must be fabricated from cold rolled carbon steel bar meeting the requirements of ASTM Specification A-36, except that the Specification must be modified to provide a minimum yield point of 55,000 psi (379 MPa).

(c) Thread. The straight end of each rod must be threaded as shown on City of

Chicago drawing for that size rod, and must be American Standard, National Coarse.

HARDWARE 4. Hardware furnished with the anchor rod shall be as shown on the applicable

drawing. It must include two (2) hexagonal nuts, American Standard Regular, two (2) flat washers, type B, series W, and one (1) lock washer, steel, helical spring. The nuts must have a Class 2 or 3 fit.

Page 122: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1467 Page 2

FINISH 5. Galvanizing. The threaded end of each rod must be hot dipped galvanized

for the distance shown on the applicable drawing. The thickness of the galvanized coating must not be less than 0.0021 inches. Each hexagonal nut and washer must be galvanized to the minimum thickness required by ASTM A-153, Class C, or ASTM B-454, Class 50. After galvanization, each anchor rod and nut must have a mating fit equivalent to the American Standard Class 2 or 3 fit for nuts and bolts.

TESTS 6. At the discretion of the Commissioner, anchor rods and hardware furnished

under this specification will be subject to testing to determine compliance with the materials physical requirements.

INSPECTION 7. Final inspection must be made at point of delivery. Any anchor rods and

hardware rejected must be removed by the Contractor at his sole expense.

Page 123: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

ELECTRICAL SPECIFICATION 1526DIVISION OF ELECTRICAL OPERATIONS

DEPARTMENT OF TRANSPORTATIONCITY OF CHICAGO

REVISED APRIL 8, 2011

HELIX FOUNDATIONS________________________________________________________________________

SUBJECT

1. This specification covers the requirements for steel helix foundations. Thesefoundations may be used to support street light poles for both residential andarterial streets. They may also be used to support steel or aluminum posts.They may not be used for any combination poles that support both streetlighting and traffic signals, or any traffic signal poles that support monotubearms.

GENERAL

2. (a) Specifications. The foundations must conform in detail to the requirementsherein stated and to the specifications and methods of test of the AmericanSociety for Testing and Materials cited by ASTM Designation Number ofwhich the most recently published revision will govern.

(b) Acceptance. Foundations not conforming to this specification will not beaccepted.

(c) Drawings. The drawings mentioned herein are drawings of the Departmentof Transportation. They are integral parts of this specification cooperating tostate necessary requirements.

(d) Bidders Drawings. Bidders must submit with their bids detailed scaledrawings of the foundations showing actual dimensions, details, and welds.Shop drawings must be original engineering drawings created by themanufacturer. The drawings must give every dimension necessary to showhow the foundation will function and how the pole or post will be mounted.These drawings must be submitted in electronic format, preferablyMicrostation 95, if so requested by the City.

(e) Sample. One complete foundation of each size and of the manufactureintended to be furnished must be submitted within fifteen (15) business daysupon request of the Chief Procurement Officer.

Page 124: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1526Page 2

(f) Warranty. The manufacturer must warrant the performance and constructionof the foundations to meet the requirements of this Specification and mustwarrant all parts, components, and appurtenances against defects due todesign, workmanship, or material developing within a period of three yearsafter the foundations have been delivered. This will be interpreted particularlyto mean structural or mechanical failure of any element or weld, or failure ofany portion of the galvanizing system. The warranty must be furnished inwriting guaranteeing material replacement including shipment, free of chargeto the City. The Commissioner will be the sole judge in determining whichreplacements are to be made and the Commissioner’s decision will be final.

DESIGN

3. (a) Material. Steel must meet or exceed the requirements of ASTM A36. Theshaft may be ASTM A53 Grade B, ASTM A252 Grade 2 or ASTM A36.

(b) Dimensions. Each foundation must be dimensioned as shown on Standarddrawing 936. There are three types of foundations; a five foot foundationwith a 13 inch bolt circle for three anchor bolts, a five foot foundation with aten inch bolt circle for four anchor bolts, and a seven foot foundation with aten to fifteen inch bolt circle for four anchor bolts.

(c) Construction. Each foundation must have a shaft .250 inches thick with aninside diameter of 8 inches. The base plate must be 1 inch thick The shaftmust extend 1 inch into the base plate and be circumferentially welded topand bottom. The base plate must be even and flat on top with no sharp edges.The top of the base plate must be clearly and permanently marked to indicatethe cableway orientation. The helix screw plate must be fabricated from a 3/8inch thick 14 inch diameter circle of steel formed to a 3 inch pitch. The pilotpoint must extend 9 inches below the screw plate. The leading end of thepilot must be rounded, diamond shape, or chisel shaped. The pilot point mustbe welded concentric with the axis of the foundation. The cableways must be3 inches wide by 18 inches long and be located as indicated on StandardDrawing 936. There must be no sharp edges on the cableway openings.

After fabrication, the complete foundation must be hot dipped galvanized inaccordance with the provisions of ASTM A123, Grade B. This requires a zinccoating equal to 2 ounces per square foot. Touch up of small areas using acold zinc rich coating or a cold galvanized coating is not permitted.

(d) Cable Anti-Theft Device.

A cable clamping mechanism for two separate conductors must be providedthat can be used with the helix foundation, without any modifications to thehelix foundation. The clamping device shall be constructed so that the cables

Page 125: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1526Page 3

can only be clamped or un-clamped when the pole is not in place. When thepole is in place the clamping mechanism shall not be accessible. Theclamping device can only be installed after the cable is pulled and before thepole is set. When installed, the device and clamping mechanism shall have agreat enough strength that when a pulling force is applied to the cable, thecable will break at the clamping device before the cable will slip through thedevice or the device is damaged or compromised.

The device shall be constructed of A36 steel. All fasteners shall be stainlesssteel. Any proposed clamping device must be reviewed and approved by theCity.

WELDING

4. (a) Standards. Every weld must be made in conformity with the AmericanWelding Society. Each bidder must submit with his proposal a drawingshowing the sizes and types of welds, must state the type of electrode, andmust describe the welding methods he proposes to employ in fabricating thefoundations.

(b) Testing. The welds must be inspected for penetration and soundness by themagnetic particle inspection method or by radiography. If the magneticinspection process is used, the dry method with direct current must beemployed.

TESTING

5. (a) The foundations must be capable of withstanding 10000 foot-pounds oftorque applied about the main axis.

(b) The manufacturer must certify the type of steel used to form the foundations.

(c) The manufacturer must certify that the welds have been properly tested. Tenpercent of the lot must be tested for proper welds. Failure of any weld test onany one foundation will cause that foundation to be rejected. The City has theoption to then demand that every foundation in the lot be tested.

PACKAGING

6. (a) General. The foundations must be packaged so as not to incur any damageduring shipping and unloading. Materials such as lumber (2"x4" min.), non-marring banding, and other appropriate bundling materials must be used tomake a rigid, long lasting, bundle capable of being handled , shipped andstored without shifting or breaking of the contents. Each bundle must becapable of being lifted by a fork lift truck and the bundles must be shipped in

Page 126: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1526Page 4

a flat bed truck to facilitate unloading.

(b) All foundations will be delivered to the Division of Electrical Operationsstorage yard at 4101 South Cicero Avenue in Chicago, or to another locationwithin the City as indicated on the order.

Page 127: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

ELECTRICAL SPECIFICATION 1533 DIVISION OF ENGINEERING

DEPARTMENT OF TRANSPORTATION CITY OF CHICAGO

REVISED NOVEMBER 21, 2014

NON-METALLIC CONDUIT

SCOPE 1. This specification states the requirements for both rigid and coilable non-

metallic conduit. The conduit will be used for low voltage ( 600 volt rated cables) electrical street lighting and traffic control systems. It may also be used for fiber-optic communications cables. This conduit will be installed underground. Rigid non-metallic conduit may be installed on structure.

GENERAL 2. (a) Standards. The following standards are referenced herein. ASTM – American Society for Testing and Materials NEC – National Electrical Code NEMA – National Electrical Manufacturer’s Association UL – Underwriter’s Laboratories (b) Warranty. The manufacturer must warrant the conduit against defective

workmanship and material for a period of one year from date of installation or date of delivery. Any conduit that is found to be defective must be replaced without cost to the City.

(c) Sample. If requested by the Chief Procurement Officer, a sample of the

conduit intended to be furnished under this specification, must be submitted to the Engineer of Electricity within fifteen (15) business days upon receipt of such request.

MATERIAL 2. (a) Rigid non-metallic conduit will be made of polyvinyl chloride (PVC). All

conduit and fittings must comply with ASTM D 1784 and with the applicable sections of NEMA TC2, UL standard 651, and NEC Article 352. Fittings must meet the standards of NEMA TC3 and TC6, as well as UL 514.

Page 128: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1533 Page 2

(b) Coilable non-metallic conduit will be made of high density polyethylene (HDPE). All conduit must comply with ASTM D3485 ,ASTM D 1248, and NEMA TC7.

(c) A tape must be installed in the HDPE conduit at the factory. The tape is

for pulling cable through the conduit. The tape must be specifically manufactured for this purpose. The tape must have a tensile strength of at least 1000 pounds.

SIZES 3. (a) PVC and HDPE will come in two wall thicknesses; schedule 40 and

schedule 80.

(b) PVC will come in ten foot sections. HDPE will come on reels.

(c) Nominal inside diameters ( in inches) for non-metallic conduits will include the following: ½ , ¾ , 1, 1 ¼, 1 ½ , 2, 2 ½ , 3, 3 ½, 4.

PACKING 4. Rigid conduit must be shipped in bundles. Coilable conduit must come on

wooden reels. Both bundles and reels must be tagged to indicate the size and diameter of the conduit, the quantity in feet, the weight, and the manufacturer’s name. The conduit itself must be marked to indicate the type and size, as well as the manufacturer.

Page 129: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

ELECTRICAL SPECIFICATION 1534 DIVISION OF ENGINEERING

DEPARTMENT OF TRANSPORTATION CITY OF CHICAGO

REVISED AUGUST 5, 2013

CABLE: SINGLE-CONDUCTOR, COPPER 600 VOLT ________________________________________________________________________ SUBJECT 1. This specification states the requirements for single conductor cables

intended to be used in 240 VAC street lighting circuits. The cable will also be used as service cable for both street light controllers and traffic signal controllers. The cables will be installed in underground conduit and rated as 600 volt.

GENERAL 2. (a) Specifications. The cable must conform in detail to the requirements herein

stated, and to the applicable portions of the latest revisions of the specifications and methods of test of the following agencies:

(1) ASTM – American Society for Testing and Materials (2) ICEA – Insulated Cable Engineers Association (3) IEEE – Institute of Electrical and Electronics Engineers (4) UL – Underwriters Laboratories

(b) Acceptance. Cable not in accordance with this specification will not be

accepted.

(c) Sample. If requested by the Chief Procurement Officer, a three (3) foot sample of the cable intended to be provided under this specification must be sent to the attention of the Engineer of Electricity within fifteen (15) days of receipt of such request.

(d) Warranty. The manufacturer must warrant the cable to be first class material

throughout. In lieu of other claims against them, if the cables are installed within twelve (12) months of date of shipment, the manufacturer must replace any cable failing during normal and proper use within two years of date of installation. All replacements under this warranty must be made free of charge F.O.B. delivery point of the original contract.

Page 130: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1534 Page 2

CABLES 3. (a) Construction. The cable must consist of an uncoated multiple strand copper

conductor with a tight fitting thermoset, free stripping, concentric layer of ethylene propylene (EPR) insulation.

(b) The number of strands and the outer diameter of the cable shall be as noted in

TABLE A. (c) Cable shall be UL approved for sunlight resistance and for direct burial

applications. (d) Cable must meet IEEE 383 and UL 1581 70,000 BTUs per hour flame test

requirements. COLOR CODE 4. (a) Triplexed cable shall consist of a black cable, a red cable, and a green ground

cable. Triplexed cable will have a 16” to 18” lay. (b) Individual cables will be black, red, or white, depending upon the order.

CONDUCTOR 5. (a) Material. The conductors must be soft round copper strands.

(b) Specifications. The conductor must meet the requirements of ASTM B3 and ASTM B8.

(c) Sizes. The conductor sizes must be in accordance with all requirements in

Table A of this specification. (d) Stranding. The number of strands must be as indicted in Table A. Stranding

must meet the requirements of ASTM B8, Class B.

INSULATION 6. (a) Type. The insulation must be ethylene propylene rubber compound (EPR)

meeting the requirements of ICEA S-95-658 and UL 44 for RHW-2 cable and UL 854 for USE-2 cable.

(b) Thickness. The insulation must be circular in cross-section, concentric to the

conductor, and must have an average thickness not less than that set forth in Table A of this specification, and a spot thickness not less than ninety percent (90%) of the average thickness.

Page 131: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1534 Page 3

(c) Cable Marking. The cable must be identified by a permanently inscribed

legend in white lettering as follows:

1/C No. (conductor size) AWG-600V-90oC-EPR-RHW-2

The legend must be repeated at approximately eighteen (18) inch intervals on the outside surface of the cable parallel to the longitudinal axis of the conductor. A sequential footage marking must be located on the opposite side from the legend.

TESTING 7. (a) Initial Physical Requirements. 1. Tensile strength, minimum, p.s.i. 1200 2. Elongation at rupture, minimum % 250

(b) Oven Exposure Test. After conditioning in an air oven at 121±1ºC for 168 hours using methods of test described in ASTM D 573:

1. Tensile strength, minimum % of initial value 75 2. Elongation at rupture, minimum percent of initial value 75 (c) Water Absorption Test. Gravimetric method: After 168 hours in water at

70±1ºC water absorption, at a maximum – 5 milligrams per square inch (d) Cold Bend Test. The completed cable must pass the test requirements of

ASTM D 470, except that the test temperature must be -25ºC.

(e) Electrical Tests. 1. Voltage. The completed cable must meet an A.C. and D.C. voltage test in accordance with ASTM D 470 and D 2655. 2. Insulation Resistance. The completed cable must have an insulation resistance constant of not less than 20,000 ohms when tested in accordance with ASTM D 470.

(f) Flame Tests. Cable must pass a 70,000 BTU flame test in accordance with IEEE 383.

(g) All of the above tests must be on cable produced for the order. Tests must be taken on samples taken every 25,000 feet, or fraction therof, of each conductor size.

(h) Test Reports. No cable shall be shipped until certified copies of all factory

Page 132: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1534 Page 4

tests have been reviewed and approved by the City. Cable that does not pass any one of the above tests will be rejected.

PACKAGING 8. (a) Reels. The completed cable must be delivered on sound substantial,

non-returnable reels. Both ends of each length of cable must be properly sealed against the entrance of moisture and other foreign matter by the use of clamp-on cable caps. The ends must be securely fastened so as not to become loose in transit. Before shipment, complete 2 X 4 lagging must be applied to all reels.

(b) Footage. Each reel must contain the length of cable as set forth in Table A of

this specification. Alternate lengths may be considered. (c) Reel Marking. A metal tag must be securely attached to each reel indicating

the reel number, contract number, date of shipment, gross and tare weights, the appropriate City commodity code if applicable, and a description of the cable. Also, each reel must have permanent marking on it indicating the total footage, and the beginning and ending sequential footage numbers. Directions for unrolling the cable must be placed on the reel with an approved permanent marking material such as oil-based paint or a securely attached metal tag.

Page 133: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1534 Page 5

TABLE A CONDUCTOR INSULATION A-C TEST REEL OVERALL THICKNESS LENGTH DIAMETER AWG STRANDS MILS VOLTS FEET INCH 14 7 45 5500 2000 .133 12 7 45 5500 2000 .152 10 7 45 5500 2000 .176 8 7 60 5500 2000 .236 6 7 60 5500 2000 .274 4 7 60 5500 2000 .322

2 7 60 5500 1000 .382

1/0 19 80 7000 1000 .470

2/0 19 80 7000 1000 .514

3/0 19 80 7000 1000 .564

4/0 19 80 7000 1000 .620

250 MCM 37 95 8000 1000 .705

Page 134: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

ELECTRICAL SPECIFICATION 1585

DIVISION OF ENGINEERING

DEPARTMENT OF TRANSPORTATION

CITY OF CHICAGO

OCTOBER 24, 2014

LUMINAIRE: LED, COBRA-HEAD, RESIDENTIAL,

IES CUTOFF TYPE II/III DISTRIBUTION

________________________________________________________________________

SUBJECT

1. This specification states the requirements for an LED street lighting luminaire

complete with driver. The luminaire shall be for residential street lighting

with an IES Type II/III medium cutoff distribution. The luminaire shall be

mounted approximately 18 to 20 feet above grade. The overall shape of the

luminaire shall be the cobra-head as presently used by the City.

GENERAL

2. (a) Information. If so requested, the apparent low bidder shall submit the

following information relative to the luminaire he proposes to furnish within

fifteen (15) business days of such request:

1. Outline drawing.

2. Complete description and weight.

3. Luminaire efficiency.

4. Projected area in square feet.

5. Manufacturer's name and catalogue designation of the luminaire.

6. Manufacturer’s parts list.

7. IES formatted photometric curve in electronic format.

8. Certified test results.

(b) Sample. One completely assembled luminaire of the manufacture intended

to be furnished, must be submitted upon request of the Chief Procurement

Officer within fifteen (15) business days of such request.

(c) Assembly. Each luminaire must be delivered completely assembled, wired,

and ready for installation. It must consist of aluminum die-cast housing, LED

arrays, terminal block, driver-door panel, electronic driver, gaskets, surge

arrestor, fuses, slip fitter, photo-control receptacle and all necessary

hardware.

Page 135: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1585

Page 2

(d) Warranty. The manufacturer shall warrant the performance and construction

of these luminaires to meet the requirements of this specification, and must

warrant all parts, components and appurtenances against defects due to

design, workmanship or material developing within a period of ten (10) years

from the date of acceptance by the City. A reduction of lighting output of

more than 30% within the ten years will constitute luminaire failure. Any

luminaire or part thereof, not performing as required, or developing defects

within this period must be replaced by a new luminaire, delivered to the City

by the manufacturer, without expense to the City. The Commissioner shall be

the sole judge in determining which luminaires need to be replaced.

(e) The manufacturer shall have a history of manufacturing roadway and outside

area lighting for a minimum of five years. The manufacturer must

demonstrate to the City that the manufacturer has the capacity to supply the

quantities required for the contract in a timely manner.

(f) Organizations. The following organizations’ specifications are mentioned

herein.

ANSI – American National Standards Institute

ASTM – American Society for Testing and Materials

IEC – International Electrotechnical Commission

IES – Illuminating Engineering Society

UL – Underwriters Laboratories

CONSTRUCTION

3. (a) Weight and Area. The weight of this luminaire must not be more than 25

pounds and should be able to be handled by one man. The effective projected

area (EPA) must not exceed 0.5 square feet.

(b) Housing. The housing shall be a precision aluminum die-casting composed

of aluminum meeting ASTM Specification A380. It must be substantial and

adequate enough to withstand the strains likely to be imposed on the housing

when installed and in service. The housing must enclose the slipfitter, LED

arrays, photocontrol receptacle, terminal board, surge protector, and the

electronic driver, with provision for proper mounting of these parts. The

housing must have provision on its top surface to permit leveling with a spirit

level. The housing must have integral heat sink characteristics, such that all

enclosed components will operate within their designed operating

temperatures under expected service conditions. No extra items shall be

installed as heat shields or heat sinks. All heat shields and heat sinks shall be

integral to the luminaire. The housing will have an appearance similar to

existing cobra-head housings typically in use on Chicago’s residential streets.

Page 136: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1585

Page 3

The housing shall be designed to allow water shedding. The housing shall be

designed to minimize dirt and bug accumulation on the optic surface.

(c) Slip Fitter. The slip fitter shall be suitable for attachment over the end of a

two (2) inch steel pipe with an approved means of clamping it firmly in place,

and must provide a cast-in pipe-stop. The slip fitter must be designed to

permit adjustment of not less than five (5) degrees above and below the axis

of the mounting bracket. The slip fitter must contain an approved shield

around the pipe entrance to block entry of birds.

(d) Driver Door-Panel. The driver components must be completely assembled

and mounted on a die-cast aluminum door-panel composed of aluminum

alloy A380. The door-panel must be hinged to the luminaire housing, suitably

latched and fastened at the closing end. It must be made to be removed easily.

The hinge and fastening devices must be captive parts which will not become

disengaged from the door panel.

(e) Gaskets. Wherever necessary, in order to make a completely dustproof

assembly, gaskets of silicone rubber or other specifically approved material

must be provided.

(f) Hardware. All machine screws, locknuts, pins and set screws necessary to

make a firm assembly, and for its secure attachment to the mast arm, must be

furnished in place. All hardware must be of stainless steel, copper silicon

alloy or other non-corrosive metal, and where necessary must be suitably

plated to prevent electrolytic action by contact with aluminum.

(g) Finish. The luminaire shall have a polyester powder coat with a minimum

2.0 mil thickness. Surface texture and paint quality will be subject to

approval. Color must be gloss black or gray (designated ANSI No. 70) as

specified in the order. A paint chip must be submitted as a sample upon

request. The finish shall pass 1000 hours of salt spray per ASTM B117.

(h) Ingress Protection. The luminaire housing shall have an ingress protection

rating of IP54 or better as described in IEC standard 60529 (also ANSI

C136.25). The optical system shall have an IP66 rating.

(i) The luminaire shall be UL listed. It shall be suitable for wet locations per UL

1598.

(j) The luminaire shall be rated to operate between -40° to +50° Centigrade.

(k) The luminaire shall have the option of adding a house side shield.

Page 137: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1585

Page 4

(l) A bar code with pertinent information for warranty and maintenance shall be

attached to the inside of the housing. A separate bar code label shall be on the

inside of the driver door.

(m) On the underside of the housing there should be a decal indicating the total

wattage and street application for the luminaire (i.e. “54W, LED, R” for 54

watt LED luminaire for residential streets). The decal should have black

characters on a white background. The decal must be legible from ground

level.

ELECTRICAL COMPONENTS

4. (a) LED Optical Array. The LED arrays shall be optimized for the required

roadway photometrics. The arrays must be properly secured at the factory

and must not require field adjustment for optimum photometric performance.

The LEDs shall deliver a minimum of 70% of initial lumen output at

100,000 hours (L70 at 100K). LEDs shall provide a color rendition index

(CRI) of 70. The color temperature of the LEDs shall be 4000˚ Kelvin. The

optical unit shall have an IP66 rating.

(b) Terminal Board-Fuse Block. A terminal block of high grade molded plastic

of the barrier or safety type must be mounted within the housing in a readily

accessible location. It must provide all terminals needed to completely

prewire all luminaire components. The terminal block must either

incorporate a barrier isolated section with fuse clips to take a

"small-dimension" cartridge fuse, or a separate barrier protected fuse block

must be provided. It must be UL and CSA certified.

The fuses shall be rated at 10 amps 600 VAC with a 100,000 AMPS

interrupting capacity. Fuses shall be Buss type KTK, or equal. The fuse

block must be wired to the appropriate terminals. The terminal board-fuse

block must have plated copper or plated brass, clamp-type pressure terminals

of an approved type for "line" connections, to accommodate wire sizes from

#12 to #8 A.W.G. The terminals for connection of internal components must

be either the screw-clamp or quick disconnect type.

(c) Driver Requirements:

1. Voltage. The electronic driver shall operate at a nominal input

voltage range of between 120 and 277 volts, 60 Hertz.

Page 138: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1585

Page 5

2. The driver shall provide the proper operating voltage to the LED

arrays. Output frequency must be equal to or greater than 120 Hertz

to avoid flicker.

3. Power Factor. The power factor of the driver over the design range of

input voltages specified above must not be less than 90%.

4. The driver input current must have Total Harmonic Distortion (THD)

of less than 20% when operated at nominal line voltage.

5. The driver must be thermally protected to shut off when operating

temperatures reach unacceptable levels.

6. The driver shall be short circuit protected and over load protected.

7. The driver must meet the EMI (electromagnetic interference)

requirements of the FCC rules and regulations, Title 47 CFR, Part 15.

8. The driver shall have a Class A sound rating per ANSI C63.4.

9. Transient voltage complies with ANSI C62.41 Category A.

10. The current setting should be as recommended by the LED

manufacturer. The current level should be such that the LEDs are not

overdriven or underdriven. LED current should produce the most

efficient light output without compromising the life of the LEDs. The

driver should also have 2 additional current settings; one below and

one above the optimum setting. These currents should be such that

the lumen output of the luminaire will be approximately 30% above

or 30% below the optimum setting. The control for this shall not

require any tools and shall be located in a convenient location within

the luminaire.

(d) Surge Protection. Surge protection shall be 10kV/10kA per ANSI C62.41.2.

the surge protection device shall be a 3 wire device. The suppressor shall be

NRTL listed and be in accordance with UL 1449.

(e) The minimum luminaire efficacy shall be 90 lumens per watt (based on initial

lumen output).

(f) Mounting. The driver shall be mounted and fastened on the driver door in a

manner such that the driver will remain secure and capable of withstanding

the vibrations and shocks likely to occur when installed and in service. The

driver must be readily removable for replacement.

Page 139: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1585

Page 6

(g) Wiring. All components must be completely factory wired with non-fading,

color coded leads. These leads must be insulated with an approved class of

insulation and must be #16 AWG conductor minimum. All wires within a

single circuit path must be of the same size. No wire nuts will be allowed. No

unnecessary splices will be allowed. The use of wiring smaller than #16

AWG will require the written approval of the Commissioner. Color coding

will be in a manner approved by the Commissioner. A complete wiring

diagram must be displayed at an approved location on the interior of the

luminaire and must include all luminaire and component identification and

ratings. The wiring diagram must be provided on high quality material that

will be resistant to cracking, yellowing, and fading in a luminaire

environment. Quick disconnects must be provided for all components.

(h) Photo-control Receptacle and Cap. A standard three-prong, twist lock

receptacle for a photo-control meeting ANSI standard C136.10 must be

mounted in the housing with provision for proper positioning of the photo-

control. The receptacle must be able to be repositioned without the use of

tools. The photo- control is not required to be furnished, but a shorting cap

with a three-prong plug having line-load prongs shorted together and meeting

ANSI standard C136.10 must be provided.

(i) Component Mounting.

1. Modular Construction. All electrical components must be securely

mounted in such manner that individual components can be easily

maintained or replaced. Permanent straps or tie-wraps will not be

permitted. The entire assembly should be easily disconnected and

removed for replacement.

2. Interchangeability. Components must be mutually field

interchangeable so that units can be restored to working condition

without trouble shooting components.

PHOTOMETRIC REQUIREMENTS

5. (a) The manufacturer must demonstrate that the luminaires will meet or exceed

the specified photometric requirements. The manufacturer must provide

photometric calculations using published luminaire data as part of the

submitted package. The proposal must contain luminaire photometric

performance with results equal to or better than those listed in this

specification. Submittal information must include computer calculations

based on the controlling given conditions which demonstrate achievement of

all listed performance requirements. Computer calculations must be

Page 140: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1585

Page 7

performed for roadway lighting and for sidewalk/parkway lighting. The

submitted roadway lighting calculations must be done in accordance with

I.E.S. RP-8-14, and must include point-by-point illuminance, luminance and

veiling luminance as well as listings of all indicated averages and ratios. The

submitted sidewalk/parkway calculations must be done in accordance with

I.E.S. RP-8-14, and must include point-by-point horizontal illuminance and

vertical illuminance as well as listings of all indicated averages and ratios.

(b) Unless otherwise indicated, the light distribution will be classified as

medium-cutoff-Type II/III (M-C-II/III), as defined in Appendix E of I.E.S.

RP-8-14.

(c) Performance Requirements (0.7 light loss factor):

1. Roadway Illuminance:

Average Horizontal 1.0 fc

Uniformity Ratio Av/Min 6:1

2. Roadway Luminance:

Average Luminance 0.7 cd/m2

Uniformity Ratio Av/Min 6:1

Uniformity Ratio Max/Min 10:1

Max Veiling Luminance 0.5

(d) The photometrics shall be run for the specific requirements. If the luminaires

are to be obtained for no specific project, the luminaires must meet the

performance requirements for the following physical conditions:

Right-of-way 66’

Curb-to-curb 34’

Mounting height 18’

Setback 3’

Arm length 8’

Spacing (staggered) 200’

Pavement R3

TESTING

6. (a) Testing. All testing must be done on a prototype of the actual luminaire to be

provided under this specification. If recent test results are available, they may

be considered as meeting the testing requirements of this specification. The

Commissioner or Commissioner’s representative will have the final approval

of which tests are adequate.

Page 141: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1585

Page 8

(b) The manufacturer will be responsible for all costs associated with the

specified testing, incidental to this contract.

(c) Photometric testing must be in accordance with IES recommendations. The

tests, at a minimum, must yield:

1. An isofootcandle chart with maximum candela and half maximum

candela trace.

2. An isocandela diagram.

3. Maximum plane and maximum cone plots of candela.

4. A candlepower table (house and street side).

5. A coefficient of utilization chart.

6. A luminous flux distribution table.

(d) The luminaire must meet the electrical and photometric requirements of

IESNA LM -79.

(e) The luminaire must meet the lumen maintenance requirements of IESNA

LM -80.

(f) The luminaire must meet the requirements of IESNA TM -21 for long term

maintenance of LED light sources.

(g) The LEDs must meet the requirements for chromaticity per ANSI C78.377.

(h) The following applicable UL standards shall be met:

1. 8750 LED Light Sources in Lighting Products

2. 1598 Luminaires

3. 1012 power units other than Class 2

4. 1310 Class 2 power units

5. 2108 low voltage lighting systems

(i) Additional Types of Testing.

1. Interchangeability of all component parts.

2. Thermal testing in accordance with U.L. Standard 1572 or Standard

1598. The fixture must be placed in a controlled 25° Celsius

environment and be energized for a minimum of 8 hours. At no time

will any of the components exceed the manufacturer’s recommended

Page 142: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1585

Page 9

operating temperatures. At no time will any surface of the refractor

exceed the manufacturer’s recommended temperature limits.

3. Vibraation vibration testing in accordance with ANSI Standard

C136.31. Upon completion of the test, all set screws, castings, and

components must be secure and undamaged. The luminaire will not

be energized for this test. However, the luminaire must be fully

operational after the test.

4. Moisture testing in accordance with U.L. Standard 1572 or Standard

1598. The luminaire will be subjected to a water spray from various

directions for a sufficient amount of time. After the water spray the

inside of the refractor must remain dry and the fixture should be

demonstrated to operate properly.

PACKAGING

7. (a) Packing. Each luminaire assembly must be packed in a suitable carton so

secure that it must not be damaged in shipment and handling.

(b) Marking. Each carton containing a luminaire must be clearly marked on the

outside in letters not less than three-eighths (3/8) inch tall with the legend:

"LUMINAIRE, LED, RESIDENTIAL, IES CUTOFF TYPE II/III", the

appropriate City Commodity Code Number, the name of the manufacturer,

the date of manufacture, and the contract number under which the luminaire

is furnished.

Page 143: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

ELECTRICAL SPECIFICATION 1601DIVISION OF ENGINEERING

DEPARTMENT OF TRANSPORTATIONCITY OF CHICAGOOCTOBER 25, 2016

SELF-SUPPORTING ALUMINUM STREET LIGHT CABLE

SCOPE

1. This specification describes preassembled, reverse twist, secondary cableconsisting of one (1) bare steel reinforced aluminum conductor used as amessenger and neutral in combination with two (2) insulated, stranded,aluminum conductors. Cable will be used on aerial distribution circuitsoperated at a maximum voltage to ground of 600 volts.

GENERAL

2. (a) Specifications. The cable shall conform in detail to the requirements hereinstated and to the referenced specifications of the American Society forTesting and Materials (ASTM), the National Electric Code (NEC),Underwriters Laboratories (UL), the Insulated Cable Engineers Association(ICEA), and the National Electrical Manufacturers Association (NEMA), inwhich the most recently published revisions will govern.

(b) Acceptance. Cable not conforming to this specification will not be accepted.

(c) Sample. If requested by the Chief Procurement Officer, a three (3) footsample of the cable intended to be provided under this specification, shall besubmitted within fifteen (15) business days after receipt of the request.

(d) Warranty. The manufacturer shall warrant the cable to be first class materialthroughout. The manufacturer will be responsible for any cable failing duringnormal use within one (1) year after the date of installation. The manufacturerwill be responsible for providing the footage of cable necessary to replace thefailed cable length( without splices).

CABLE

3. (a) The cable must meet the requirements of ICEA Specification S-76-474 forneutral supported power cable assemblies rated for 600 Volts. Each insulatedconductor must be listed with UL as Type RHW-2 or Type USE-2, and mustmeet the NEC’s requirements for these types of cable up to 90º Centigrade in

Page 144: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1601Page 2

wet or dry conditions.

(b) Messenger. The messenger must be bare steel reinforced aluminum wire(ACSR) meeting the requirements of ASTM B232.

(c) Covered Conductors. The covered conductors must be made of compressedstranded aluminum meeting the requirements of ASTM B231.

(d) Lay. The lay of the stranded conductors must meet the requirements ofASTM

(e) Joints. No welds are permitted in the messenger. The stranded conductorsmay be welded, but a welding in one strand shall be at least fifty feet (50')from any other weld in the same wire or any other wire in the conductor.

(f) Separator. A separator of mylar tape under the insulation, or other equivalentmaterial, shall be provided. The conductor covering shall be of suchconsistency that linemen will be able to cut and strip the covering withnormally used line tools. Any conductor received which does not meet thecutting and stripping requirements will be returned at the supplier’s expense.

(f) Insulation. The insulation must be black cross-linked polyethylene inaccordance with the physical and electrical requirements detailed herein, anddetermined by the test procedures of ASTM D-470, except as otherwisespecified. The outside diameter of the insulating covering must be circularand extruded concentrically over the conductor. It must have an averagethickness as shown in these specifications, and a minimum thickness of notless than 95% of the average.

PHYSICAL AND ELECTRICAL PROPERTIES

4. (a) Physical Properties - Initial Value.

1. Tensile Strength 1800 psi min,

2. Elongation at Rupture 350% min.

(b) Physical Properties - After Aging.

After oven exposure at 121o + 1oC for 168 hours:

1. Tensile strength, min%of unaged value 80

2. Elongation, min % of

Page 145: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1601Page 3

unaged value at rupture 80

(c) Moisture Resistance. When tested in accordance with the procedure given inASTM D-470, except that the water must be maintained at 75oC + 1oC, theinsulation must meet the following moisture resistance requirements:

1. Gravimetric Method:

Water absorption, maximum(Mg. per sq. in) 5.0

2. Electrical Method:

Specific inductive capacitance-one day (Max.) 4.0

Percent (%) change in SIC:

1 - 14 days (Max.) 3.07 - 14 days (Max.) 2.0

Percent (%) change in PowerFactor - 1 day (Max.) 1.5

Stability Factor (Max.) 1.0

(d) Electrical Characteristics:

1. Dielectric Strength. Each length of insulated conductor mustwithstand an alternating current potential as shown in Table Ifor an exposure period of five (5) minutes when tested inaccordance with ASTM D-470.

2. Insulation Resistance. The insulation resistance of theinsulated conductor must not be less than that correspondingto a constant of 25,000 at 15.6oC (60oF).

(e) Cold Bend Test Requirement. The insulated conductor must pass the"Cold-Bend, Long-Time Voltage Test on Short Specimens" of ASTM D-470except that the test must be at minus 55oC.

CABLE ASSEMBLY

5. (a) Cabling. The insulated conductors must be reverse twisted about themessenger one (1) to one and one quarter (1-1/4) revolutions in each direction

Page 146: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1601Page 4

so that each conductor occupies all of the positions on the periphery of thecircle periodically with an approximate distance between reversals of fourfeet (4').

(b) Binding of Cable. The insulated conductors shall be bound to the messengerwithout fillers. The binder wire or tape shall have sufficient strength tosupport the assembly, but in no case will it be smaller than a #10 AWGequivalent. The binder shall be flat without sharp edges. Its strength shall besuitable for installation by the use of stringing blocks and must not itself tear,nor cut, or otherwise damage the conductor insulation. The binder wire mustbe applied with a left hand lay of five and one-half inches (5-1/2") + one halfinch (1/2").

SIZE OF SECONDARY CABLE

6. The insulated conductor must be No. 8 AWS – 7 strands. The bare neutralconductor must be No. 8 with 6 strands of aluminum around 1 strand of steel.

TESTING

7. (a) General. Tests shall be performed on insulation and completed cables inaccordance with applicable standards as listed in these specifications. Wherestandards are at variance with each other or with other portions of thisspecification, the most stringent requirements, as determined by an engineerfrom the Division of Engineering, shall apply. Included in these tests will bea 70,000 BTU per hour flame test in accordance with IEEE 383.

(b) Number of Tests. Insulation tests shall be conducted on samples taken every25,000 feet or fraction thereof of each conductor size. In no case willsamples be taken closer than 15,000 feet apart.

(c) Test Reports. No cable may be shipped until certified copies of all factorytests have been reviewed and approved by the engineer.

(d) Acceptance. Where the cable fails to conform to any of the tests specifiedherein, the following will apply:

1. Insulation or Jacket Tests. Samples must be taken from eachreel and must successfully conform to all tests specifiedherein. Reels from which samples fail to conform, will berejected.

2. Completed Cable (Reel) Tests. Any reel which fails toconform to testing will be rejected.

Page 147: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Electrical Specification 1601Page 5

PACKING AND SHIPPING

8. (a) Reels. The cables must be shipped in 1000 foot lengths on non-returnablereels which shall be capable of withstanding, without damage, shipping,outside storage and handling during installation. "City of Chicago" shall beclearly printed on one (1) outside reel flange, and the insulated conductors onthe beginning end shall not protrude beyond the reel flange. The bare neutralshall be securely stapled on the outside of the flange. The dimension of thereel flange must not be larger than thirty-eight inches (38") in diameter, thedrum sixteen inches (16"0) in diameter, and eighteen inches (18") insidetraverse. If reels are to be shipped on flange side, they must have two inch(2") spacers separating them for accessibility to fork lift trucks.

(b) Length. The cable must be shipped in lengths shown above with a zero plus(+) tolerance and a ten percent (10%) minus (-) tolerance. Lengths shorterthan minus ten percent (-10%) must not be shipped as they will not beaccepted.

IDENTIFICATION

9. (a) Cable Identification. The cable must be identified by a permanently inscribedlegend on each insulated conductor in white lettering. The legend must havethe following information at a minimum: conductor size(AWG), 600V,XLPE, 90º, RHW-2 or USE-2, manufacturer’s name, date of manufacturer,and phase number. All markings must be a minimum of one-eighth inch(1/8”) in height. Marking shall be at approximately two (2) foot intervals.

(b) Reel Marking. Each reel must be tagged on both the inside and outside ofone reel flange with the following information which must be indeliblyimprinted on a 2" x 4" brass tag: Purchaser's name and address, wiredescription, Purchase, or Contract, order number, size designation, net length,manufacturer's name, date of manufacture and gross weight.

Page 148: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

(Page intentionally left blank)

Page 149: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

APPENDIX B

Illinois Department of Transportation Special Provisions

• Index for Supplemental Specifications and Recurring Special Provisions (April 1, 2016)

• Check Sheet for Recurring Special Provisions (April 1, 2016)

• Check Sheet for Local Roads and Streets Recurring Special Provisions (April 1, 2016)

• BDE Special Provisions Check List and applicable Special Provisions

• District 1 Special Provisions Check List and Applicable Special Provisions

Page 150: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

(Page intentionally left blank)

Page 151: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

INDEX FOR

SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS

Adopted January 1, 2017

This index contains a listing of SUPPLEMENTAL SPECIFICATIONS, frequently used RECURRING SPECIAL PROVISIONS, and LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS. No ERRATA this year.

SUPPLEMENTAL SPECIFICATIONS

Std. Spec. Sec. Page No.

No Supplemental Specifications this year.

Page 152: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

(Page intentionally left blank)

Page 153: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Check Sheet forRecurring Special Provisions

Adopted January 1, 2017

The following RECURRING SPECIAL PROVISIONS indicated by an “X” are applicable to this contract and are included byreference:

Recurring Special Provisions

Check Sheet # Page No.

1 Additional State Requirements for Federal-Aid Construction Contracts 26

2 Subletting of Contracts (Federal-Aid Contracts) 29

3 EEO 30

4 Specific EEO Responsibilities Non Federal-Aid Contracts 40

5 Required Provisions - State Contracts 45

6 Asbestos Bearing Pad Removal 51

7 Asbestos Waterproofing Membrane and Asbestos Hot-Mix Asphalt Surface Removal 52

8 Temporary Stream Crossings and In-Stream Work Pads 53

9 Construction Layout Stakes Except for Bridges 54

10 Construction Layout Stakes 57

11 Use of Geotextile Fabric for Railroad Crossing 60

12 Subsealing of Concrete Pavements 62

13 Hot-Mix Asphalt Surface Correction 66

14 Pavement and Shoulder Resurfacing 68

15 Patching with Hot-Mix Asphalt Overlay Removal 69

16 Polymer Concrete 70

17 PVC Pipeliner 72

18 Bicycle Racks 73

19 Temporary Portable Bridge Traffic Signals 75

20 Work Zone Public Information Signs 77

21 Nighttime Inspection of Roadway Lighting 78

22 English Substitution of Metric Bolts 79

23 Calcium Chloride Accelerator for Portland Cement Concrete 80

24 Quality Control of Concrete Mixtures at the Plant 81

25 Quality Control/Quality Assurance of Concrete Mixtures 89

26 Digital Terrain Modeling for Earthwork Calculations 105

27 Reserved 107

28 Preventive Maintenance - Bituminous Surface Treatment 108

29 Preventive Maintenance - Cape Seal 114

30 Preventive Maintenance - Micro-Surfacing 129

31 Preventive Maintenance - Slurry Seal 140

32 Temporary Raised Pavement Markers 149

33 Restoring Bridge Approach Pavements Using High-Density Foam 150

34 Portland Cement Concrete Inlay or Overlay 153

Page 154: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Check Sheet forLocal Roads and Streets Recurring Special Provisions

Adopted January 1, 2017

The following LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS indicated by an “X” are applicable tothis contract and are included by reference:

Local Roads And Streets Recurring Special Provisions

Check Sheet # Page No.

LRS 1 Reserved 158

LRS 2 Furnished Excavation 159

LRS 3 Work Zone Traffic Control Surveillance 160

LRS 4 Flaggers in Work Zones 161

LRS 5 Contract Claims 162

LRS 6 Bidding Requirements and Conditions for Contract Proposals """"" 163

LRS 7 Bidding Requirements and Conditions for Material Proposals """"" 169

LRS 8 Reserved 175

LRS 9 Bituminous Surface Treatments 176

LRS 10 Reserved 177

LRS 11 Employment Practices 150

LRS 12 Wages of Employees on Public Works """"" 152

LRS 13 Selection of Labor 154

LRS 14 Paving Brick and Concrete Paver Pavements and Sidewalks 155

LRS 15 Partial Payments 158

LRS 16 Protests on Local Lettings """"" 159

LRS 17 Substance Abuse Prevention Program """"" 160

LRS 18 Multigrade Cold Mix Asphalt 161

Page 155: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

ILLINOIS DEPARTMENT OF TRANSPORTATION

BDE Special Provisions Check List and applicable Special Provisions

Page 156: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

(Page intentionally left blank)

Page 157: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

BDE SPECIAL PROVISIONSFor the January 20 and March 10, 2017 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 BD&E. An * indicates a new or revised special provision for the letting.

File Name # Special Provision Title Effective Revised80099 1 Accessible Pedestrian Signals (APS) April 1, 2003 Jan. 1, 201480274 2 Aggregate Subgrade Improvement April 1, 2012 April 1, 201680192 3 Automated Flagger Assistance Device Jan. 1, 2008

X 80173 4 Bituminous Materials Cost Adjustments Nov. 2, 2006 July 1, 201580241 5 Bridge Demolition Debris July 1, 20095026I 6 Building Removal-Case I (Non-Friable and Friable Asbestos) Sept. 1, 1990 April 1, 20105048I 7 Building Removal-Case II (Non-Friable Asbestos) Sept. 1, 1990 April 1, 20105049I 8 Building Removal-Case III (Friable Asbestos) Sept. 1, 1990 April 1, 20105053I 9 Building Removal-Case IV (No Asbestos) Sept. 1, 1990 April 1, 2010

X 80366 10 Butt Joints July 1, 201680198 11 Completion Date (via calendar days) April 1, 200880199 12 Completion Date (via calendar days) Plus Working Days April 1, 200880293 13 Concrete Box Culverts with Skews > 30 Degrees and Design Fills ≤ 5

FeetApril 1, 2012 July 1, 2016

80311 14 Concrete End Sections for Pipe Culverts Jan. 1, 2013 April 1, 201680277 15 Concrete Mix Design – Department Provided Jan. 1, 2012 April 1, 2016

X 80261 16 Construction Air Quality – Diesel Retrofit June 1, 2010 Nov. 1, 2014X 80029 17 Disadvantaged Business Enterprise Participation Sept. 1, 2000 July 2, 2016X 80378 18 Dowel Bar Inserter Jan. 1, 2017

80229 19 Fuel Cost Adjustment April 1, 2009 July 1, 201580304 20 Grooving for Recessed Pavement Markings Nov. 1, 2012 Aug. 1, 2014

X 80246 21 Hot-Mix Asphalt – Density Testing of Longitudinal Joints Jan. 1, 2010 April 1, 201680347 22 Hot-Mix Asphalt – Pay for Performance Using Percent Within Limits –

Jobsite SamplingNov. 1, 2014 April 1, 2016

80376 23 Hot-Mix Asphalt – Tack Coat Nov. 1, 201680367 24 Light Poles July 1, 201680368 25 Light Tower July 1, 201680336 26 Longitudinal Joint and Crack Patching April 1, 2014 April 1, 201680369 27 Mast Arm Assembly and Pole July 1, 201680045 28 Material Transfer Device June 15, 1999 Aug. 1, 201480165 29 Moisture Cured Urethane Paint System Nov. 1, 2006 Jan. 1, 201080349 30 Pavement Marking Blackout Tape Nov. 1, 2014 April 1, 2016

80371 31 Pavement Marking Removal July 1, 2016X 80298 32 Pavement Marking Tape Type IV April 1, 2012 April 1, 2016

80377 33 Portable Changeable Message Signs Nov. 1, 2016* 80359 34 Portland Cement Concrete Bridge Deck Curing April 1, 2015 Jan. 1, 2017

80338 35 Portland Cement Concrete Partial Depth Hot-Mix Asphalt Patching April 1, 2014 April 1, 201680300 36 Preformed Plastic Pavement Marking Type D - Inlaid April 1, 2012 April 1, 201680328 37 Progress Payments Nov. 2, 20133426I 38 Railroad Protective Liability Insurance Dec. 1, 1986 Jan. 1, 200680157 39 Railroad Protective Liability Insurance (5 and 10) Jan. 1, 200680306 40 Reclaimed Asphalt Pavement (RAP) and Reclaimed Asphalt Shingles

(RAS)Nov. 1, 2012 April 1, 2016

* 80340 41 Speed Display Trailer April 2, 2014 Jan. 1, 201780127 42 Steel Cost Adjustment April 2, 2004 July 1, 2015

* 80379 43 Steel Plate Beam Guardrail Jan. 1, 201780317 44 Surface Testing of Hot-Mix Asphalt Overlays Jan. 1, 2013 April 1, 2016

Page 158: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

File Name # Special Provision Title Effective Revised 20338 45 Training Special Provisions Oct. 15, 1975X 80318 46 Traversable Pipe Grate Jan. 1, 2013 April 1, 2014* 80381 47 Traffic Barrier Terminal, Type 1 Special Jan. 1, 2017* 80380 48 Tubular Markers Jan. 1, 2017

80288 49 Warm Mix Asphalt Jan. 1, 2012 April 1, 2016 80302 50 Weekly DBE Trucking Reports June 2, 2012 April 2, 2015

80289 51 Wet Reflective Thermoplastic Pavement Marking Jan. 1, 201280071 52 Working Days Jan. 1, 2002

The following special provisions are in the 2017 Supplemental Specifications and Recurring Special Provisions.

File Name Special Provision Title New Location Effective Revised80360 Coarse Aggregate Quality Article 1004.01 July 1, 201580363 Engineer’s Field Office Article 670.07 April 1, 201680358 Equal Employment Opportunity Recurring CS #1 and #5 April 1, 201580364 Errata for the 2016 Standard Specifications Supplemental April 1, 201680342 Mechanical Side Tie Bar Inserter Articles 420.03, 420.05, and

1103.19Aug. 1, 2014 April 1, 2016

80370 Mechanical Splicers Article 1006.10 July 1, 201680361 Overhead Sign Structures Certification of Metal

FabricatorArticle 106.08 Nov. 1, 2015 April 1, 2016

80365 Pedestrian Push-Button Article 888.03 April 1, 201680353 Portland Cement Concrete Inlay or Overlay Recurring CS #34 Jan. 1, 2015 April 1, 201680372 Preventive Maintenance – Bituminous Surface

Treatment (A-1)Recurring CS #28 Jan. 1, 2009 July 1, 2016

80373 Preventive Maintenance – Cape Seal Recurring CS #29 Jan. 1, 2009 July 1, 201680374 Preventive Maintenance – Micro-Surfacing Recurring CS #30 Jan. 1, 2009 July 1, 201680375 Preventive Maintenance – Slurry Seal Recurring CS #31 Jan. 1, 2009 July 1, 201680362 Steel Slag in Trench Backfill Articles 1003.01 and 1003.04 Jan. 1, 201680355 Temporary Concrete Barrier Articles 704.02, 704.04,

704.05, and 704.06Jan. 1, 2015 July 1, 2015

The following special 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 Implementation section will theninclude the information in the applicable special provision. The Special Provisions are:

• Bridge Demolition Debris • Building Removal-Case IV • Material Transfer Device• Building Removal-Case I • Completion Date • Railroad Protective Liability Insurance• Building Removal-Case II• Building Removal-Case III

• Completion Date Plus Working Days• DBE Participation

• Training Special Provisions• Working Days

Page 159: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

BITUMINOUS MATERIALS COST ADJUSTMENTS (BDE) (RETURN FORM WITH BID) Effective: November 2, 2006 Revised: July 1, 2015 Description. Bituminous material cost adjustments will be made to provide additional compensation to the Contractor, or credit to the Department, for fluctuations in the cost of bituminous materials when optioned by the Contractor. The bidder shall indicate on the attached form whether or not this special provision will be part of the contract and submit the completed form with his/her bid. Failure to submit the form, or failure to fill out the form completely, shall make this contract exempt of bituminous materials cost adjustments. The adjustments shall apply to permanent and temporary hot-mix asphalt (HMA) mixtures, bituminous surface treatments (cover and seal coats), and preventative maintenance type surface treatments that are part of the original proposed construction, or added as extra work and paid for by agreed unit prices. The adjustments shall not apply to bituminous prime coats, tack coats, crack filling/sealing, joint filling/sealing, or extra work paid for at a lump sum price or by force account. Method of Adjustment. Bituminous materials cost adjustments will be computed as follows. CA = (BPIP - BPIL) x (%ACV / 100) x Q Where: CA = Cost Adjustment, $. BPIP = Bituminous Price Index, as published by the Department for the month the

work is performed, $/ton ($/metric ton). BPIL = Bituminous Price Index, as published by the Department for the month prior

to the letting for work paid for at the contract price; or for the month the agreed unit price letter is submitted by the Contractor for extra work paid for by agreed unit price, $/ton ($/metric ton).

%ACV = Percent of virgin Asphalt Cement in the Quantity being adjusted. For HMA mixtures, the % ACV will be determined from the adjusted job mix formula. For bituminous materials applied, a performance graded or cutback asphalt will be considered to be 100% ACV and undiluted emulsified asphalt will be considered to be 65% ACV.

Q = Authorized construction Quantity, tons (metric tons) (see below). For HMA mixtures measured in square yards: Q, tons = A x D x (Gmb x 46.8) / 2000. For HMA mixtures measured in square meters: Q, metric tons = A x D x (Gmb x 1) / 1000. When computing adjustments for full-depth HMA pavement, separate calculations will be made for the binder and surface courses to account for their different Gmb and % ACV. For bituminous materials measured in gallons: Q, tons = V x 8.33 lb/gal x SG / 2000 For bituminous materials measured in liters: Q, metric tons = V x 1.0 kg/L x SG / 1000 Where: A = Area of the HMA mixture, sq yd (sq m).

Page 160: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

D = Depth of the HMA mixture, in. (mm). Gmb = Average bulk specific gravity of the mixture, from the approved mix design. V = Volume of the bituminous material, gal (L). SG = Specific Gravity of bituminous material as shown on the bill of lading. Basis of Payment. Bituminous materials cost adjustments may be positive or negative but will only be made when there is a difference between the BPIL and BPIP in excess of five percent, as calculated by: Percent Difference = {(BPIL – BPIP) BPIL} 100 Bituminous materials cost adjustments will be calculated for each calendar month in which applicable bituminous material is placed; and will be paid or deducted when all other contract requirements for the work placed during the month are satisfied. The adjustments shall not apply during contract time subject to liquidated damages for completion of the entire contract.

Page 161: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Return With Bid

ILLINOIS DEPARTMENT OF TRANSPORTATION

OPTION FOR

BITUMINOUS MATERIALS COST ADJUSTMENTS

The bidder shall submit this completed form with his/her bid. Failure to submit the form, or failure to fill out the form completely, shall make this contract exempt of bituminous materials cost adjustments. After award, this form, when submitted, shall become part of the contract. Contract No.: _______________________ Company Name: ______________________________________________________________ Contractor’s Option: Is your company opting to include this special provision as part of the contract? Yes No Signature: ____________________________________________ Date: _________________ 80173

Page 162: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

BUTT JOINTS (BDE) Effective: July 1, 2016 Add the following to Article 406.08 of the Standard Specifications.

“ (c) Temporary Plastic Ramps. Temporary plastic ramps shall be made of high density polyethylene meeting the properties listed below. Temporary plastic ramps shall only be used on roadways with permanent posted speeds of 55 mph or less. The ramps shall have a minimum taper rate of 1:30 (V:H). The leading edge of the plastic ramp shall have a maximum thickness of 1/4 in. (6 mm) and the trailing edge shall match the height of the adjacent pavement ± 1/4 in. (± 6 mm). The ramp will be accepted by certification. The Contractor shall furnish a certification from the manufacturer stating the temporary plastic ramp meets the following requirements.

Physical Property Test Method Requirement

Melt Index ASTM D 1238 8.2 g/10 minutes Density ASTM D 1505 0.965 g/cc Tensile Strength @ Break ASTM D 638 2223 psi (15 MPa) Tensile Strength @ Yield ASTM D 638 4110 psi (28 MPa) Elongation @ Yield 1/, percent ASTM D 638 7.3 min. Durometer Hardness, Shore D ASTM D 2240 65 Heat Deflection Temperature, 66 psi ASTM D 648 176 ⁰F (80 ⁰C) Low Temperature Brittleness, F50 ASTM D 746 <-105 ⁰F (<-76 ⁰C)

1/ Crosshead speed -2 in./minute The temporary plastic ramps shall be installed according to the manufacturer’s specifications and fastened with anchors meeting the manufacturer’s recommendations. Temporary plastic ramps that fail to stay in place or create a traffic hazard shall be replaced immediately with temporary HMA ramps at the Contractor’s expense.”

80366

Page 163: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

CONSTRUCTION AIR QUALITY – DIESEL RETROFIT (BDE) Effective: June 1, 2010 Revised: November 1, 2014 The reduction of emissions of particulate matter (PM) for off-road equipment shall be accomplished by installing retrofit emission control devices. The term “equipment” refers to diesel fuel powered devices rated at 50 hp and above, to be used on the jobsite in excess of seven calendar days over the course of the construction period on the jobsite (including rental equipment). Contractor and subcontractor diesel powered off-road equipment assigned to the contract shall be retrofitted using the phased in approach shown below. Equipment that is of a model year older than the year given for that equipment’s respective horsepower range shall be retrofitted:

Effective Dates Horsepower Range Model Year

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

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

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

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

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

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

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

b) Retrofitted with a non-verified diesel retrofit emission control device if verified retrofit

emission control devices are not available for equipment proposed to be used on the project, and if the Contractor has obtained a performance certification from the retrofit

Page 164: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

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

Note: Large cranes (Crawler mounted cranes) which are responsible for critical lift operations are exempt from installing retrofit emission control devices if such devices adversely affect equipment operation. Diesel powered off-road equipment with engine ratings of 50 hp and above, which are unable to be retrofitted with verified emission control devices or if performance certifications are not available which will achieve a minimum 50 percent PM reduction, may be granted a waiver by the Department if documentation is provided showing good faith efforts were made by the Contractor to retrofit the equipment. Construction shall not proceed until the Contractor submits a certified list of the diesel powered off-road equipment that will be used, and as necessary, retrofitted with emission control devices. The list(s) shall include (1) the equipment number, type, make, Contractor/rental company name; and (2) the emission control devices make, model, USEPA or CARB verification number, or performance certification from the retrofit device manufacturer. Equipment reported as fitted with emissions control devices shall be made available to the Engineer for visual inspection of the device installation, prior to being used on the jobsite. The Contractor shall submit an updated list of retrofitted off-road construction equipment as retrofitted equipment changes or comes on to the jobsite. The addition or deletion of any diesel powered equipment shall be included on the updated list. If any diesel powered off-road equipment is found to be in non-compliance with any portion of this special provision, the Engineer will issue the Contractor a diesel retrofit deficiency deduction. Any costs associated with retrofitting any diesel powered off-road equipment with emission control devices shall be considered as included in the contract unit prices bid for the various items of work involved and no additional compensation will be allowed. The Contractor's compliance with this notice and any associated regulations shall not be grounds for a claim. Diesel Retrofit Deficiency Deduction When the Engineer determines that a diesel retrofit deficiency exists, a daily monetary deduction will be imposed for each calendar day or fraction thereof the deficiency continues to exist. The calendar day(s) will begin when the time period for correction is exceeded and end with the Engineer's written acceptance of the correction. The daily monetary deduction will be $1,000.00 for each deficiency identified. The deficiency will be based on lack of diesel retrofit emissions control. If a Contractor accumulates three diesel retrofit deficiency deductions for the same piece of equipment in a contract period, the Contractor will be shutdown until the deficiency is corrected.

Page 165: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Such a shutdown will not be grounds for any extension of the contract time, waiver of penalties, or be grounds for any claim. 80261

Page 166: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION (BDE) Effective: September 1, 2000 Revised: January 2, 2016 FEDERAL OBLIGATION. The Department of Transportation, as a recipient of federal financial assistance, is required to take all necessary and reasonable steps to ensure nondiscrimination in the award and administration of contracts. Consequently, the federal regulatory provisions of 49 CFR Part 26 apply to this contract concerning the utilization of disadvantaged business enterprises. For the purposes of this Special Provision, a disadvantaged business enterprise (DBE) means a business certified by the Department in accordance with the requirements of 49 CFR Part 26 and listed in the Illinois Unified Certification Program (IL UCP) DBE Directory. STATE OBLIGATION. This Special Provision will also be used by the Department to satisfy the requirements of the Business Enterprise for Minorities, Females, and Persons with Disabilities Act, 30 ILCS 575. When this Special Provision is used to satisfy state law requirements on 100 percent state-funded contracts, the federal government has no involvement in such contracts (not a federal-aid contract) and no responsibility to oversee the implementation of this Special Provision by the Department on those contracts. DBE participation on 100 percent state-funded contracts will not be credited toward fulfilling the Department’s annual overall DBE goal required by the US Department of Transportation to comply with the federal DBE program requirements. CONTRACTOR ASSURANCE. The Contractor makes the following assurance and agrees to include the assurance in each subcontract that the Contractor signs with a subcontractor.

The Contractor, subrecipient, or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of contracts funded in whole or in part with federal or state funds. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (a) Withholding progress payments; (b) Assessing sanctions; (c) Liquidated damages; and/or (d) Disqualifying the Contractor from future bidding as non-responsible.

OVERALL GOAL SET FOR THE DEPARTMENT. As a requirement of compliance with 49 CFR Part 26, the Department has set an overall goal for DBE participation in its federally assisted contracts. That goal applies to all federal-aid funds the Department will expend in its federally assisted contracts for the subject reporting fiscal year. The Department is required to make a

Page 167: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

good faith effort to achieve the overall goal. The dollar amount paid to all approved DBE companies performing work called for in this contract is eligible to be credited toward fulfillment of the Department’s overall goal. CONTRACT GOAL TO BE ACHIEVED BY THE CONTRACTOR. This contract includes a specific DBE utilization goal established by the Department. The goal has been included because the Department has determined that the work of this contract has subcontracting opportunities that may be suitable for performance by DBE companies. The determination is based on an assessment of the type of work, the location of the work, and the availability of DBE companies to do a part of the work. The assessment indicates that, in the absence of unlawful discrimination, and in an arena of fair and open competition, DBE companies can be expected to perform _______% of the work. This percentage is set as the DBE participation goal for this contract. Consequently, in addition to the other award criteria established for this contract, the Department will only award this contract to a bidder who makes a good faith effort to meet this goal of DBE participation in the performance of the work. A bidder makes a good faith effort for award consideration if either of the following is done in accordance with the procedures set for in this Special Provision:

(a) The bidder documents that enough DBE participation has been obtained to meet the goal or,

(b) The bidder documents that a good faith effort has been made to meet the goal, even

though the effort did not succeed in obtaining enough DBE participation to meet the goal.

DBE LOCATOR REFERENCES. Bidders shall consult the IL UCP DBE Directory as a reference source for DBE-certified companies. In addition, the Department maintains a letting and item specific DBE locator information system whereby DBE companies can register their interest in providing quotes on particular bid items advertised for letting. Information concerning DBE companies willing to quote work for particular contracts may be obtained by contacting the Department’s Bureau of Small Business Enterprises at telephone number (217) 785-4611, or by visiting the Department’s website at: http://www.idot.illinois.gov/doing-business/certifications/disadvantaged-business-enterprise-certification/il-ucp-directory/index. BIDDING PROCEDURES. Compliance with this Special Provision is required prior to the award of the contract and the failure of the low bidder to comply will render the bid not responsive. In order to assure the timely award of the contract, the low bidder shall submit:

(a) The bidder shall submit a Disadvantaged Business Utilization Plan on completed Department forms SBE 2025 and 2026.

(1) The final Utilization Plan must be submitted within five calendar days after the date of

the letting.

Page 168: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

(2) To meet the five day requirement, the bidder may send the Utilization Plan electronically by scanning and sending to [email protected] or faxing to (217) 785-1524. The subject line must include the bid Item Number and the Letting date. The Utilization Plan should be sent as one .pdf file, rather than multiple files and emails for the same Item Number. It is the responsibility of the bidder to obtain confirmation of email or fax delivery.

Alternatively, the Utilization Plan may be sent by certified mail or delivery service within the five calendar day period. If a question arises concerning the mailing date of a Utilization Plan, the mailing date will be established by the U.S. Postal Service postmark on the original certified mail receipt from the U.S. Postal Service or the receipt issued by a delivery service. It is the responsibility of the bidder to ensure the postmark or receipt date is affixed within the five days if the bidder intends to rely upon mailing or delivery to satisfy the submission day requirement. The Utilization Plan is to be submitted to:

Illinois Department of Transportation Bureau of Small Business Enterprises Contract Compliance Section 2300 South Dirksen Parkway, Room 319 Springfield, Illinois 62764

The Department will not accept a Utilization Plan if it does not meet the five day submittal requirement and the bid will be declared not responsive. In the event the bid is declared not responsive due to a failure to submit a Utilization Plan or failure to comply with the bidding procedures set forth herein, the Department may elect to cause the forfeiture of the penal sum of the bidder’s proposal guaranty, and may deny authorization to bid the project if re-advertised for bids. The Department reserves the right to invite any other bidder to submit a Utilization Plan at any time for award consideration or to extend the time for award.

(b) The Utilization Plan shall indicate that the bidder either has obtained sufficient DBE

participation commitments to meet the contract goal or has not obtained enough DBE participation commitments in spite of a good faith effort to meet the goal. The Utilization Plan shall further provide the name, telephone number, and telefax number of a responsible official of the bidder designated for purposes of notification of Utilization Plan approval or disapproval under the procedures of this Special Provision.

(c) The Utilization Plan shall include a DBE Participation Commitment Statement,

Department form SBE 2025, for each DBE proposed for the performance of work to achieve the contract goal. For bidding purposes, submission of the completed SBE 2025 forms, signed by the DBEs and scanned or faxed to the bidder will be acceptable as long as the original is available and provided upon request. All elements of information indicated on the said form shall be provided, including but not limited to the following:

Page 169: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

(1) The names and addresses of DBE firms that will participate in the contract; (2) A description, including pay item numbers, of the work each DBE will perform; (3) The dollar amount of the participation of each DBE firm participating. The dollar

amount of participation for identified work shall specifically state the quantity, unit price, and total subcontract price for the work to be completed by the DBE. If partial pay items are to be performed by the DBE, indicate the portion of each item, a unit price where appropriate and the subcontract price amount;

(4) DBE Participation Commitment Statements, form SBE 2025, signed by the bidder

and each participating DBE firm documenting the commitment to use the DBE subcontractors whose participation is submitted to meet the contract goal;

(5) If the bidder is a joint venture comprised of DBE companies and non-DBE

companies, the Utilization Plan must also include a clear identification of the portion of the work to be performed by the DBE partner(s); and,

(6) If the contract goal is not met, evidence of good faith efforts; the documentation of

good faith efforts must include copies of each DBE and non-DBE subcontractor quote submitted to the bidder when a non-DBE subcontractor is selected over a DBE for work on the contract.

GOOD FAITH EFFORT PROCEDURES. The contract will not be awarded until the Utilization Plan submitted by the apparent successful bidder is approved. All information submitted by the bidder must be complete, accurate and adequately document that enough DBE participation has been obtained or document that good faith efforts of the bidder, in the event enough DBE participation has not been obtained, before the Department will commit to the performance of the contract by the bidder. The Utilization Plan will be approved by the Department if the Utilization Plan documents sufficient commercially useful DBE work to meet the contract goal or the bidder submits sufficient documentation of a good faith effort to meet the contract goal pursuant to 49 CFR Part 26, Appendix A. The Utilization Plan will not be approved by the Department if the Utilization Plan does not document sufficient DBE participation to meet the contract goal unless the apparent successful bidder documented in the Utilization Plan that it made a good faith effort to meet the goal. This means that the bidder must show that all necessary and reasonable steps were taken to achieve the contract goal. Necessary and reasonable steps are those which, by their scope, intensity and appropriateness to the objective, could reasonably be expected to obtain sufficient DBE participation, even if they were not successful. The Department will consider the quality, quantity, and intensity of the kinds of efforts that the bidder has made. Mere pro forma efforts, in other words, efforts done as a matter of form, are not good faith efforts; rather, the bidder is expected to have taken genuine efforts that would be reasonably expected of a bidder actively and aggressively trying to obtain DBE participation sufficient to meet the contract goal.

(a) The following is a list of types of action that the Department will consider as part of the evaluation of the bidder’s good faith efforts to obtain participation. These listed factors

Page 170: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

are not intended to be a mandatory checklist and are not intended to be exhaustive. Other factors or efforts brought to the attention of the Department may be relevant in appropriate cases, and will be considered by the Department.

(1) Soliciting through all reasonable and available means (e.g. attendance at pre-bid

meetings, advertising and/or written notices) the interest of all certified DBE companies that have the capability to perform the work of the contract. The bidder must solicit this interest within sufficient time to allow the DBE companies to respond to the solicitation. The bidder must determine with certainty if the DBE companies are interested by taking appropriate steps to follow up initial solicitations.

(2) Selecting portions of the work to be performed by DBE companies in order to

increase the likelihood that the DBE goals will be achieved. This includes, where appropriate, breaking out contract work items into economically feasible units to facilitate DBE participation, even when the prime Contractor might otherwise prefer to perform these work items with its own forces.

(3) Providing interested DBE companies with adequate information about the plans,

specifications, and requirements of the contract in a timely manner to assist them in responding to a solicitation.

(4) a. Negotiating in good faith with interested DBE companies. It is the bidder’s

responsibility to make a portion of the work available to DBE subcontractors and suppliers and to select those portions of the work or material needs consistent with the available DBE subcontractors and suppliers, so as to facilitate DBE participation. Evidence of such negotiation includes the names, addresses, and telephone numbers of DBE companies that were considered; a description of the information provided regarding the plans and specifications for the work selected for subcontracting; and evidence as to why additional agreements could not be reached for DBE companies to perform the work.

b. A bidder using good business judgment would consider a number of factors in

negotiating with subcontractors, including DBE subcontractors, and would take a firm’s price and capabilities as well as contract goals into consideration. However, the fact that there may be some additional costs involved in finding and using DBE companies is not in itself sufficient reason for a bidder’s failure to meet the contract DBE goal, as long as such costs are reasonable. Also the ability or desire of a bidder to perform the work of a contract with its own organization does not relieve the bidder of the responsibility to make good faith efforts. Bidders are not, however, required to accept higher quotes from DBE companies if the price difference is excessive or unreasonable. In accordance with subsection (c)(6) of the above Bidding Procedures, the documentation of good faith efforts must include copies of each DBE and non-DBE subcontractor quote submitted to the bidder when a non-DBE subcontractor was selected over a DBE for work on the contract.

Page 171: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

(5) Not rejecting DBE companies as being unqualified without sound reasons based on a thorough investigation of their capabilities. The bidder’s standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. non-union employee status) are not legitimate causes for the rejection or non-solicitation of bids in the bidder’s efforts to meet the project goal.

(6) Making efforts to assist interested DBE companies in obtaining bonding, lines of

credit, or insurance as required by the recipient or Contractor. (7) Making efforts to assist interested DBE companies in obtaining necessary

equipment, supplies, materials, or related assistance or services. (8) Effectively using the services of available minority/women community organizations;

minority/women contractors’ groups; local, state, and federal minority/women business assistance offices; and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of DBE companies.

(b) If the Department determines that the apparent successful bidder has made a good faith

effort to secure the work commitment of DBE companies to meet the contract goal, the Department will award the contract provided that it is otherwise eligible for award. If the Department determines that the bidder has failed to meet the requirements of this Special Provision or that a good faith effort has not been made, the Department will notify the responsible company official designated in the Utilization Plan that the bid is not responsive. The notification shall include a statement of reasons for the determination. If the Utilization Plan is not approved because it is deficient as a technical matter, unless waived by the Department, the bidder will be notified and will be allowed no more than a five calendar day period in order to cure the deficiency.

(c) The bidder may request administrative reconsideration of a determination adverse to the

bidder within the five working days after the receipt of the notification date of the determination by delivering the request to the Department of Transportation, Bureau of Small Business Enterprises, Contract Compliance Section, 2300 South Dirksen Parkway, Room 319, Springfield, Illinois 62764 (Telefax: (217) 785-1524). Deposit of the request in the United States mail on or before the fifth business day shall not be deemed delivery. The determination shall become final if a request is not made and delivered. A request may provide additional written documentation or argument concerning the issues raised in the determination statement of reasons, provided the documentation and arguments address efforts made prior to submitting the bid. The request will be forwarded to the Department’s Reconsideration Officer. The Reconsideration Officer will extend an opportunity to the bidder to meet in person in order to consider all issues of documentation and whether the bidder made a good faith effort to meet the goal. After the review by the Reconsideration Officer, the bidder will be sent a written decision within ten working days after receipt of the request for consideration, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. A final decision by the Reconsideration

Page 172: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Officer that a good faith effort was made shall approve the Utilization Plan submitted by the bidder and shall clear the contract for award. A final decision that a good faith effort was not made shall render the bid not responsive.

CALCULATING DBE PARTICIPATION. The Utilization Plan values represent work anticipated to be performed and paid for upon satisfactory completion. The Department is only able to count toward the achievement of the overall goal and the contract goal the value of payments made for the work actually performed by DBE companies. In addition, a DBE must perform a commercially useful function on the contract to be counted. A commercially useful function is generally performed when the DBE is responsible for the work and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. The Department and Contractor are governed by the provisions of 49 CFR Part 26.55(c) on questions of commercially useful functions as it affects the work. Specific counting guidelines are provided in 49 CFR Part 26.55, the provisions of which govern over the summary contained herein.

(a) DBE as the Contractor: 100 percent goal credit for that portion of the work performed by the DBE’s own forces, including the cost of materials and supplies. Work that a DBE subcontracts to a non-DBE does not count toward the DBE goals.

(b) DBE as a joint venture Contractor: 100 percent goal credit for that portion of the total

dollar value of the contract equal to the distinct, clearly defined portion of the work performed by the DBE’s own forces.

(c) DBE as a subcontractor: 100 percent goal credit for the work of the subcontract

performed by the DBE’s own forces, including the cost of materials and supplies, excluding the purchase of materials and supplies or the lease of equipment by the DBE subcontractor from the prime Contractor or its affiliates. Work that a DBE subcontractor in turn subcontracts to a non-DBE does not count toward the DBE goal.

(d) DBE as a trucker: 100 percent goal credit for trucking participation provided the DBE is

responsible for the management and supervision of the entire trucking operation for which it is responsible. At least one truck owned, operated, licensed, and insured by the DBE must be used on the contract. Credit will be given for the following:

(1) The DBE may lease trucks from another DBE firm, including an owner-operator who

is certified as a DBE. The DBE who leases trucks from another DBE receives credit for the total value of the transportation services the lessee DBE provides on the contract.

(2) The DBE may also lease trucks from a non-DBE firm, including from an owner-

operator. The DBE who leases trucks from a non-DBE is entitled to credit only for the fee or commission is receives as a result of the lease arrangement.

(e) DBE as a material supplier:

Page 173: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

(1) 60 percent goal credit for the cost of the materials or supplies purchased from a DBE regular dealer.

(2) 100 percent goal credit for the cost of materials of supplies obtained from a DBE

manufacturer. (3) 100 percent credit for the value of reasonable fees and commissions for the

procurement of materials and supplies if not a DBE regular dealer or DBE manufacturer.

CONTRACT COMPLIANCE. Compliance with this Special Provision is an essential part of the contract. The Department is prohibited by federal regulations from crediting the participation of a DBE included in the Utilization Plan toward either the contract goal or the Department’s overall goal until the amount to be applied toward the goals has been paid to the DBE. The following administrative procedures and remedies govern the compliance by the Contractor with the contractual obligations established by the Utilization Plan. After approval of the Utilization Plan and award of the contract, the Utilization Plan and individual DBE Participation Statements become part of the contract. If the Contractor did not succeed in obtaining enough DBE participation to achieve the advertised contract goal, and the Utilization Plan was approved and contract awarded based upon a determination of good faith, the total dollar value of DBE work calculated in the approved Utilization Plan as a percentage of the awarded contract value shall become the amended contract goal. All work indicated for performance by an approved DBE shall be performed, managed, and supervised by the DBE executing the DBE Participation Commitment Statement.

(a) NO AMENDMENT. No amendment to the Utilization Plan may be made without prior written approval from the Department’s Bureau of Small Business Enterprises. All requests for amendment to the Utilization Plan shall be submitted to the Department of Transportation, Bureau of Small Business Enterprises, Contract Compliance Section, 2300 South Dirksen Parkway, Room 319, Springfield, Illinois 62764. Telephone number (217) 785-4611. Telefax number (217) 785-1524.

(b) CHANGES TO WORK. Any deviation from the DBE condition-of-award or contract

plans, specifications, or special provisions must be approved, in writing, by the Department as provided elsewhere in the Contract. The Contractor shall notify affected DBEs in writing of any changes in the scope of work which result in a reduction in the dollar amount condition-of-award to the contract. Where the revision includes work committed to a new DBE subcontractor, not previously involved in the project, then a Request for Approval of Subcontractor, Department form BC 260A or AER 260A, must be signed and submitted. If the commitment of work is in the form of additional tasks assigned to an existing subcontract, than a new Request for Approval of Subcontractor shall not be required. However, the Contractor must document efforts to assure that the existing DBE subcontractor is capable of performing the additional work and has agreed in writing to the change.

Page 174: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

(c) SUBCONTRACT. The Contractor must provide DBE subcontracts to IDOT upon request. Subcontractors shall ensure that all lower tier subcontracts or agreements with DBEs to supply labor or materials be performed in accordance with this Special Provision.

(d) ALTERNATIVE WORK METHODS. In addition to the above requirements for reductions

in the condition of award, additional requirements apply to the two cases of Contractor-initiated work substitution proposals. Where the contract allows alternate work methods which serve to delete or create underruns in condition of award DBE work, and the Contractor selects that alternate method or, where the Contractor proposes a substitute work method or material that serves to diminish or delete work committed to a DBE and replace it with other work, then the Contractor must demonstrate one of the following:

(1) That the replacement work will be performed by the same DBE (as long as the DBE

is certified in the respective item of work) in a modification of the condition of award; or

(2) That the DBE is aware that its work will be deleted or will experience underruns and

has agreed in writing to the change. If this occurs, the Contractor shall substitute other work of equivalent value to a certified DBE or provide documentation of good faith efforts to do so; or

(3) That the DBE is not capable of performing the replacement work or has declined to

perform the work at a reasonable competitive price. If this occurs, the Contractor shall substitute other work of equivalent value to a certified DBE or provide documentation of good faith efforts to do so.

(e) TERMINATION AND REPLACEMENT PROCEDURES. The Contractor shall not

terminate or replace a DBE listed on the approved Utilization Plan, or perform with other forces work designated for a listed DBE except as provided in this Special Provision. The Contractor shall utilize the specific DBEs listed to perform the work and supply the materials for which each is listed unless the Contractor obtains the Department’s written consent as provided in subsection (a) of this part. Unless Department consent is provided for termination of a DBE subcontractor, the Contractor shall not be entitled to any payment for work or material unless it is performed or supplied by the DBE in the Utilization Plan.

As stated above, the Contractor shall not terminate or replace a DBE subcontractor listed in the approved Utilization Plan without prior written consent. This includes, but is not limited to, instances in which the Contractor seeks to perform work originally designated for a DBE subcontractor with its own forces or those of an affiliate, a non-DBE firm, or with another DBE firm. Written consent will be granted only if the Bureau of Small Business Enterprises agrees, for reasons stated in its concurrence document, that the Contractor has good cause to terminate or replace the DBE firm. Before transmitting to the Bureau of Small Business Enterprises any request to terminate and/or substitute a DBE subcontractor, the Contractor shall give notice in writing to the DBE subcontractor,

Page 175: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

with a copy to the Bureau, of its intent to request to terminate and/or substitute, and the reason for the request. The Contractor shall give the DBE five days to respond to the Contractor’s notice. The DBE so notified shall advise the Bureau and the Contractor of the reasons, if any, why it objects to the proposed termination of its subcontract and why the Bureau should not approve the Contractor’s action. If required in a particular case as a matter of public necessity, the Bureau may provide a response period shorter than five days. For purposes of this paragraph, good cause includes the following circumstances: (1) The listed DBE subcontractor fails or refuses to execute a written contract; (2) The listed DBE subcontractor fails or refuses to perform the work of its subcontract in

a way consistent with normal industry standards. Provided, however, that good cause does not exist if the failure or refusal of the DBE subcontractor to perform its work on the subcontract results from the bad faith or discriminatory action of the prime contractor;

(3) The listed DBE subcontractor fails or refuses to meet the prime Contractor’s

reasonable, nondiscriminatory bond requirements; (4) The listed DBE subcontractor becomes bankrupt, insolvent, or exhibits credit

unworthiness; (5) The listed DBE subcontractor is ineligible to work on public works projects because

of suspension and debarment proceedings pursuant 2 CFR Parts 180, 215 and 1200 or applicable state law.

(6) You have determined that the listed DBE subcontractor is not a responsible

contractor; (7) The listed DBE subcontractor voluntarily withdraws from the projects and provides to

you written notice of its withdrawal; (8) The listed DBE is ineligible to receive DBE credit for the type of work required; (9) A DBE owner dies or becomes disabled with the result that the listed DBE contractor

is unable to complete its work on the contract;

(10) Other documented good cause that compels the termination of the DBE subcontractor. Provided, that good cause does not exist if the prime Contractor seeks to terminate a DBE it relied upon to obtain the contract so that the prime Contractor can self-perform the work for which the DBE contractor was engaged or so that the prime Contractor can substitute another DBE or non-DBE contractor after contract award.

Page 176: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

When a DBE is terminated, or fails to complete its work on the Contract for any reason the Contractor shall make a good faith effort to find another DBE to substitute for the original DBE to perform at least the same amount of work under the contract as the terminated DBE to the extent needed to meet the established Contract goal. The good faith efforts shall be documented by the Contractor. If the Department requests documentation under this provision, the Contractor shall submit the documentation within seven days, which may be extended for an additional seven days if necessary at the request of the Contractor. The Department shall provide a written determination to the Contractor stating whether or not good faith efforts have been demonstrated.

(f) PAYMENT RECORDS. The Contractor shall maintain a record of payments for work

performed to the DBE participants. The records shall be made available to the Department for inspection upon request. After the performance of the final item of work or delivery of material by a DBE and final payment therefore to the DBE by the Contractor, but not later than thirty calendar days after payment has been made by the Department to the Contractor for such work or material, the Contractor shall submit a DBE Payment Agreement on Department form SBE 2115 to the Resident Engineer. If full and final payment has not been made to the DBE, the DBE Payment Agreement shall indicate whether a disagreement as to the payment required exists between the Contractor and the DBE or if the Contractor believes that the work has not been satisfactorily completed. If the Contractor does not have the full amount of work indicated in the Utilization Plan performed by the DBE companies indicated in the Utilization Plan and after good faith efforts are reviewed, the Department may deduct from contract payments to the Contractor the amount of the goal not achieved as liquidated and ascertained damages. The Contractor may request an administrative reconsideration of any amount deducted as damages pursuant to subsection (h) of this part.

(g) ENFORCEMENT. The Department reserves the right to withhold payment to the

Contractor to enforce the provisions of this Special Provision. Final payment shall not be made on the contract until such time as the Contractor submits sufficient documentation demonstrating achievement of the goal in accordance with this Special Provision or after liquidated damages have been determined and collected.

(h) RECONSIDERATION. Notwithstanding any other provision of the contract, including but

not limited to Article 109.09 of the Standard Specifications, the Contractor my request administrative reconsideration of a decision to deduct the amount of the goal not achieved as liquidated damages. A request to reconsider shall be delivered to the Contract Compliance Section and shall be handled and considered in the same manner as set forth in paragraph (c) of “Good Faith Effort Procedures” of this Special Provision, except a final decision that a good faith effort was not made during contract performance to achieve the goal agreed to in the Utilization Plan shall be the final administrative decision of the Department. The result of the reconsideration process is not administratively appealable to the U.S. Department of Transportation.

80029

Page 177: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

HOT-MIX ASPHALT - DENSITY TESTING OF LONGITUDINAL JOINTS (BDE) Effective: January 1, 2010 Revised: April 1, 2016 Description. This work shall consist of testing the density of longitudinal joints as part of the quality control/quality assurance (QC/QA) of hot-mix asphalt (HMA). Work shall be according to Section 1030 of the Standard Specifications except as follows. Quality Control/Quality Assurance (QC/QA). Delete the second and third sentence of the third paragraph of Article 1030.05(d)(3) of the Standard Specifications. Add the following paragraphs to the end of Article 1030.05(d)(3) of the Standard Specifications:

“ Longitudinal joint density testing shall be performed at each random density test location. Longitudinal joint testing shall be located at a distance equal to the lift thickness or a minimum of 4 in. (100 mm), from each pavement edge. (i.e. for a 5 in. (125 mm) lift the near edge of the density gauge or core barrel shall be within 5 in. (125 mm) from the edge of pavement.) Longitudinal joint density testing shall be performed using either a correlated nuclear gauge or cores.

a. Confined Edge. Each confined edge density shall be represented by a one-

minute nuclear density reading or a core density and shall be included in the average of density readings or core densities taken across the mat which represents the Individual Test.

b. Unconfined Edge. Each unconfined edge joint density shall be represented by

an average of three one-minute density readings or a single core density at the given density test location and shall meet the density requirements specified herein. The three one-minute readings shall be spaced 10 ft (3 m) apart longitudinally along the unconfined pavement edge and centered at the random density test location.”

Revise the Density Control Limits table in Article 1030.05(d)(4) of the Standard Specifications to read:

“Mixture Composition

Parameter Individual Test (includes confined

edges)

Unconfined Edge Joint Density

Minimum IL-4.75 Ndesign = 50 93.0 – 97.4% 1/ 91.0% IL-9.5 Ndesign = 90 92.0 – 96.0% 90.0% IL-9.5,IL-9.5L Ndesign < 90 92.5 – 97.4% 90.0% IL-19.0 Ndesign = 90 93.0 – 96.0% 90.0% IL-19.0, IL-19.0L Ndesign < 90 93.0 2/– 97.4% 90.0% SMA Ndesign = 50 & 80 93.5 – 97.4% 91.0%”

80246

Page 178: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS
Page 179: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS
Page 180: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS
Page 181: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

TRAVERSABLE PIPE GRATE (BDE) Effective: January 1, 2013 Revised: April 1, 2014 Description. This work shall consist of constructing a traversable pipe grate on a concrete end section.

Materials. Materials shall be according to the following Articles of Division 1000 – Materials of the Standard Specifications.

Item Article/Section (a) Traversable Pipe Grate Components (Note 1) (b) Chemical Adhesive Resin System ............................................................................ 1027 (c) High Strength Steel Bolts, Nuts, and Washers (Note 2) ........................................ 1006.08

Note 1. All steel pipe shall be according to ASTM A 53 (Type E or S), Grade B, or ASTM A 500 Grade B, standard weight (SCH. 40). Structural steel shapes and plates shall be according to AASHTO M270 Grade 50 (M 270M Grade 345) and the requirements of Article 1006.04 of the Standard Specifications. All steel components of the grating system shall be galvanized according to AASHTO M 111 or M 232 as applicable. Anchor rods shall be according to ASTM F 1554, Grade 36 (Grade 250). Note 2. Threaded rods conforming to the requirements of ASTM F 1554, Grade 105 (Grade 725) may be used for the thru bolts.

CONSTRUCTION REQUIREMENTS

Fabrication of the traversable pipe grate shall be according to the requirements of Section 505 of the Standard Specifications and as shown on the plans. Anchor rods shall be set according to Article 509.06 of the Standard Specifications. Bolts and anchor rods shall be snug tightened by a few impacts of an impact wrench or the full force of a worker using an ordinary spud wrench. Thru bolts shall be snug tightened and shall be brought to a snug tight condition followed by an additional 2/3 turn on one of the nuts. Match marks shall be provided on the bolt and nut to verify relative rotation between the bolt and the nut. Splicing of pipes shall be made by utilizing full penetration butt welds according to Article 505.04(q) of the Standard Specifications. In lieu of welding, bolted or sleeve type splices may be utilized, provided the splices are located over intermediate supports with no more than one splice per pipe run with the exception that no splice may occur in pipe runs under 30 ft (9 m) in length.

Page 182: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Method of Measurement. This work will be measured for payment in place in feet (meters). The length measured shall be along the pipe grate elements from end to end for both longitudinal and intermediate support pipes. Basis of Payment. This work will be paid for at the contract unit price per foot (meter) for TRAVERSABLE PIPE GRATE. 80318

Page 183: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

ILLINOIS DEPARTMENT OF TRANSPORTATION

District 1 Special Provisions Check List and Applicable Special Provisions

Page 184: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

(Page intentionally left blank)

Page 185: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

SPECIAL PROVISIONS CHECK LISTGenerated - 9/30/16 Revised – 10/19/16

Designer: FAP:Contract No.: Section:

County:

Page 1 of 8

√ Dir File Name Spec Title Spec Dates

DES\ 1048945R.DOC Maintenance of Roadways E 9/30/85 R 11/1/96DES\ 1078948R.DOC Tollway Permit and Bond E 01/13/89DES\ 1080301.doc Restriction on Working Days After a Completion Date E 01/21/03 R 01/01/07DES\ 1086587r.doc Failure to Complete the Work on Time E 09/30/85 R 01/01/07DES\ 1088949R.DOC Completion Date Plus Working Days E 09/30/85 R 01/01/07DES\ 1088951R.DOC Incentive Payment Plan E 10/01/95 R 01/01/07DES\ 2080101.doc RAP For Non-Porous Embankment and Backfill E 04/01/01 R 01/01/07DES\ 4020211.doc Aggregate Surface Course for Temporary Access E 04/01/01 R 01/02/07DES\ 4408955R.DOC Pavement Removal, Special E 01/13/89 R 01/01/07DES\ 5028956R.DOC Rock Excavation for Structures, Special E 09/30/85 R 01/01/07DES\ 5038957R.DOC Rustication Finish For Retaining Walls E 05/01/90 R 01/01/07DES\ 5501234R.DOC Storm Sewer Adjacent to or Crossing Water Main E 02/01/96 R 01/01/07DES\ 5508960R.DOC Storm Sewers & Sewer Connections to City of Chicago

SewersE 09/30/85 R 01/01/07

DES\ 6008961R.DOC Slotted Drain E 09/30/85 R 01/01/07DES\ 6028962R.DOC Cleaning Existing Drainage Structures E 09/30/85 R 12/01/11DES\ 6068964R.DOC Concrete Curb, Type B (Modified) E 09/30/85 R 01/01/07DES\ 6068965R.DOC Stabilized Median Surface E 09/30/85 R 03/24/15DES\ 6370499.doc Aggregate For Concrete Barrier (D-1) E 03/11/04 R 01/24/08DES\ 7016789.DOC Traffic Control & Protection (Arterials) E 02/01/96 R 03/01/11DES\ 9018967R.DOC Traffic Control Plan E 09/30/85 R 01/01/07

X DES\ Adjustments-Reconstructs.doc Adjustments and Reconstructions E 03/15/11X DES\ AGG SUBGR

IMPROVEMENT(D1).docAggregate Subgrade Improvement (D1) E 02/22/12 R 04/01/16

DES\ Bit_Coated_Agg_Slopewall.doc Bituminous Coated Aggregate Slopewall E 01/01/07DES\ CA Backfill Trench Backfill

Bedding (D1).docCoarse Aggregate for Backfill, Trench Backfill andBedding (D-1)

E 11/01/11 R 11/01/13

DES\ CAC-BMPR.doc Calcium Aluminate Cement (BMPR) E 07/01/13DES\ Conc_Noise_Abate_Wall(D1).doc

xConcrete Noise Abatement Walls (Absorptive &Reflective)(Dist 1)

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

DES\ Construction Layout Special ForResurfacing With ADA and StandAlone ADA (D-1)

Construction Layout Special for Resurfacing with ADAand Stand Alone ADA (D-1)

E 01/01/17

DES\ CTA_Flag_Coordination.doc CTA Flagging and Coordination E 05/14/98 R 08/27/09X DES\ Drain_Inlet_Prot_Undr_Traff(D1).

docDrainage And Inlet Protection Under Traffic (D-1) E 04/01/11 R 04/02/11

DES\ Embankment_I.doc Embankment I E 03/01/11 R 11/01/13DES\ Embankment_II.doc Embankment II E 03/01/11 R 11/01/13DES\ ENG FIELD OFF TY A (SP).doc Engineer’s Field Office Type A (Special) E 12/01/11 R 05/01/13

X DES\ Friction Agg(D-1).doc Friction Aggregate (D-1) E 01/01/11 R 04/29/16DES\ Grade_Shape_Shldr.doc Grading and Shaping Shoulders E 12/28/01 R 01/01/07

X DES\ GTR Modified Binder(D-1).doc Ground Tire Rubber (GTR) Modified Asphalt Binder (D-1) E 06/29/06 R 04/01/16X DES\ Heat of Hydration Ctrl (D1).doc Heat of Hydration Control (D-1) E 11/01/13X DES\ HMA Mix Des Reqmts(D-1).doc HMA Mixture Design Requirements (D-1) E 01/01/13 R 04/01/16

DES\ HMA QCP (BMPR).doc Hot Mix Asphalt Quality Control For Performance (BMPR) E 01/01/12 R 1/16/15DES\ Hot in Place Recycle.doc Pavement Rehabilitation by Hot In-Place Recycling E 07/11/03 R 05/05/14DES\ LightwtCellularConcFill(D1).docx Lightweight Cellular Concrete Fill (D-1) E 11/11/01 R 02/01/16DES\ Pub_Conv_Sfty(D1).doc Public Convenience and Safety (D-1) E 05/01/12 R 07/15/12

X DES\ RAP-RAS(D1).doc Reclaimed Asphalt Pavement (RAP) and ReclaimedAsphalt Shingles (RAS) (D-1)

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

Page 186: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

SPECIAL PROVISIONS CHECK LISTGenerated - 9/30/16 Revised – 10/19/16

Designer: FAP:Contract No.: Section:

County:

Page 2 of 8

DES\ Slipform Paving (D-1).doc Slipform Paving (D-1) E 11/01/14DES\ Status_Utility (D-1).doc Status Of Utilities (D-1) E 06/01/2016DES\ TEMP_PVMT.doc Temporary Pavement E 03/01/03 R 04/10/08DES\ WINTERIZED TEMP ACCESS 3-

5-12.docWinterized Temporary Access E 01/01/12 R 03/05/12

Bureau of Electrical Special Provisions

ELE\ 810.02-UNDERGROUNDRACEWAYS.doc

Underground Raceways E 3/1/2015

ELE\ Combination_Controller_2015.doc Combination Lighting Controller E 2/23/2015ELE\ Elec_Serv_Disc_lgt_sig_2012.doc Electric Service Disconnect, Lighting And Traffic Signal E: 1/1/2012ELE\ Fiber Optic Cable_SM_2013_v2.doc Fiber Optic Cable E 3/15/2013ELE\ Fiber Optic

Cable_Splice_2014_v1.docFiber Optic Cable E 6/1/2014

ELE\ General_Electrical_Provisions_2016_V1.doc

General Electrical Requirements GPS E 4/1/2016

ELE\ General_Electrical_Provisions_2016_V2.doc

General Electrical Requirements GPS E 6/1/2016

ELE\ General_Electrical_Provisions_2016_V3.doc

General Electrical Requirements GPS E 6/1/2016

ELE\ HPS_Underpass_2012.doc Underpass Luminaire, HPS, Stainless Steel Housing E 1/1/2012ELE\ Innerduct_v4_2014.doc Wire and Cable E 10/1/2014ELE\ Junction_Box_Embedded_2012.doc Junction Box Embedded in Structure E 1/1/2012ELE\ Light_Tower__2016_Galvanized_AA

SHTO_exception_v2.docLight Tower E 4/1/2016

ELE\ Lighting_Controller_SCADA_2012.doc

Lighting Controller, Radio Control, Duplex, ConsoleType

E 1/1/2012

ELE\ Lighting_Maint_2012.doc Maintenance of Lighting Systems E 1/1/2012ELE\ Luminaire_2012.doc Luminaire E 1/1/2012ELE\ Luminaire_LED_2016_v2.docx Luminaire, LED E 2/1/16ELE\ Luminaire_safety_cable_2012.DOC Luminaire Safety Cable Assembly E 1/1/2012ELE\ Protect_Underpass_LightingSystem

_2012.docProtect & Maintain Underpass Luminaires E 1/1/2012

ELE\ Raceway_Exposed_2012.DOC Exposed Raceways E 1/1/2012ELE\ Service_Connection_2012.doc Electric Utility Service Connection (ComEd) E 1/1/2012ELE\ Service_Install_2012.doc Electric Service Installation E 1/1/2012ELE\ Temp_light_SingleLaneStg_2012.do

cTemporary Lighting For Single Lane Staging E 01/01/2012

ELE\ Temp_pole_install_2012.DOC Temporary Wood Pole, Install Only E 1/1/2012ELE\ Unit_Duct_2012.DOC Unit Duct E 1/01/2012ELE\ Wire_Cable_2012.doc Wire and Cable E 1/1/2012

Guide Bridge Special Provisions

GBS\ gbsp13.doc High Load Multi-Rotational Bearings E 10/13/88 R 04/01/16GBS\ gbsp14.doc Jack and Remove Existing Bearings E 4/20/94 R 01/01/07GBS\ gbsp15.doc Three Sided Precast Concrete Structure E 7/12/94 R 12/29/14GBS\ gbsp16.doc Jacking Existing Superstructure E 1/11/93 R 01/01/07GBS\ gbsp17.doc Bonded Preformed Joint Seal E 7/12/94 R 04/01/16GBS\ gbsp18.doc Modular Expansion Joint E 5/19/94 R 12/29/14GBS\ gbsp21.doc Cleaning and Painting Contact Surfaces of Existing Steel Structures E 5/15/91 R 05/18/11

Page 187: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

ADJUSTMENTS AND RECONSTRUCTIONSEffective: March 15, 2011

Revise the first paragraph of Article 602.04 to read:

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

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

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

Revise Article 603.05 to read:

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

Revise Article 603.06 to read:

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

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

Revise the first sentence of Article 603.07 to read:

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

Page 188: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

AGGREGATE SUBGRADE IMPROVEMENT (D-1) Effective: February 22, 2012 Revised: April 1, 2016 Add the following Section to the Standard Specifications:

“SECTION 303. AGGREGATE SUBGRADE IMPROVEMENT

303.01 Description. This work shall consist of constructing an aggregate subgrade

improvement.

303.02 Materials. Materials shall be according to the following. Item Article/Section

(a) Coarse Aggregate ................................................................................................. 1004.07 (b) Reclaimed Asphalt Pavement (RAP) (Notes 1, 2 and 3) ............................................ 1031 Note 1. Crushed RAP, from either full depth or single lift removal, may be mechanically

blended with aggregate gradation CS 01 but shall not exceed 40 percent by weight of the total product. The top size of the Coarse RAP shall be less than 4 in. (100 mm) and well graded.

Note 2. RAP having 100 percent passing the 1 1/2 in (37.5 mm) sieve and being well

graded, may be used as capping aggregate in the top 3 in. (75 mm) when aggregate gradation CS 01 is used in lower lifts. When RAP is blended with any of the coarse aggregates, the blending shall be done with mechanically calibrated feeders. The final product shall not contain more than 40 percent by weight of RAP.

Note 3. The RAP used for aggregate subgrade improvement shall be according to the

current Bureau of Materials and Physical Research Policy Memorandum, “Reclaimed Asphalt Pavement (RAP) for Aggregate Applications”.

303.03 Equipment. The vibratory machine shall be according to Article 1101.01, or as

approved by the Engineer. The calibration for the mechanical feeders shall have an accuracy of ± 2.0 percent of the actual quantity of material delivered.

303.04 Soil Preparation. The stability of the soil shall be according to the Department’s Subgrade Stability Manual for the aggregate thickness specified.

303.05 Placing Aggregate. The maximum nominal lift thickness of aggregate gradation CS 01 shall be 24 in. (600 mm).

303.06 Capping Aggregate. The top surface of the aggregate subgrade shall consist of a minimum 3 in. (75 mm) of aggregate gradations CA 06 or CA 10. When Reclaimed Asphalt Pavement (RAP) is used, it shall be crushed and screened where 100 percent is passing the 1 1/2 in. (37.5 mm) sieve and being well graded. RAP that has been fractionated to size will not be permitted for use in capping. Capping aggregate will not be required when the aggregate subgrade improvement is used as a cubic yard pay item for undercut applications. When RAP is blended with any of the coarse aggregates, the blending shall be done with mechanically calibrated feeders.

Page 189: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

303.07 Compaction. All aggregate lifts shall be compacted to the satisfaction of the

Engineer. If the moisture content of the material is such that compaction cannot be obtained, sufficient water shall be added so that satisfactory compaction can be obtained.

303.08 Finishing and Maintenance of Aggregate Subgrade Improvement. The

aggregate subgrade improvement shall be finished to the lines, grades, and cross sections shown on the plans, or as directed by the Engineer. The aggregate subgrade improvement shall be maintained in a smooth and compacted condition.

303.09 Method of Measurement. This work will be measured for payment according to

Article 311.08. 303.10 Basis of Payment. This work will be paid for at the contract unit price per cubic

yard (cubic meter) for AGGREGATE SUBGRADE IMPROVEMENT or at the contract unit price per square yard (square meter) for AGGREGATE SUBGRADE IMPROVEMENT, of the thickness specified.

Add the following to Section 1004 of the Standard Specifications:

“ 1004.07 Coarse Aggregate for Aggregate Subgrade Improvement. The aggregate shall be according to Article 1004.01 and the following.

(a) Description. The coarse aggregate shall be crushed gravel, crushed stone, or crushed concrete. The top 12 inches of the aggregate subgrade improvement shall be 3 inches of capping material and 9 inches of crushed gravel, crushed stone or crushed concrete. In applications where greater than 36 inches of subgrade material is required, rounded gravel, meeting the CS01 gradation, may be used beginning at a depth of 12 inches below the bottom of pavement.

(b) Quality. The coarse aggregate shall consist of sound durable particles reasonably free of deleterious materials. Non-mechanically blended RAP may be allowed up to a maximum of 5.0 percent.

(c) Gradation.

(1) The coarse aggregate gradation for total subgrade thicknesses of 12 in. (300 mm) or greater shall be CS 01.

COARSE AGGREGATE SUBGRADE GRADATIONS Sieve Size and Percent Passing

Grad No. 8” 6” 4” 2” #4

CS 01 100 97 ± 3 90 ± 10 45 ± 25 20 ± 20

Page 190: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

COARSE AGGREGATE SUBGRADE GRADATIONS (Metric)

Grad No. Sieve Size and Percent Passing

200 mm 150 mm 100 mm 50 mm 4.75 mm CS 01 100 97 ± 3 90 ± 10 45 ± 25 20 ± 20

(2) The 3 in. (75 mm) capping aggregate shall be gradation CA 6 or CA 10.

Page 191: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

DRAINAGE AND INLET PROTECTION UNDER TRAFFIC (DISTRICT 1)

Effective: April 1, 2011Revised: April 2, 2011

Add the following to Article 603.02 of the Standard Specifications:

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

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

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

Property Test Method Requirement

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

Revise Article 603.07 of the Standard Specifications to read:

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

When castings are under traffic before the final surfacing operation has been started, properly sized temporary ramps shall be placed around the drainage and/or utility castings according to the following methods.

(a) Temporary Asphalt Ramps. Temporary hot-mix asphalt ramps shall be placed around the casting, flush with its surface and decreasing to a featheredge in a distance of 2 ft (600 mm) around the entire surface of the casting.

(b) Temporary Rubber Ramps. Temporary rubber ramps shall only be used on roadways with permanent posted speeds of 40 mph or less and when the height of the casting to be protected meets the proper sizing requirements for the rubber ramps as shown below.

Dimension Requirement

Inside Opening Outside dimensions of casting + 1 in. (25 mm)

Page 192: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Thickness at inside edge

Height of casting 1/4 in. (6 mm)

Thickness at outside edge

1/4 in. (6 mm) max.

Width, measured from inside opening to outside edge

8 1/2 in. (215 mm) min

Placement shall be according to the manufacturer’s specifications.

Temporary ramps for castings shall remain in place until surfacing operations are undertaken within the immediate area of the structure. Prior to placing the surface course, the temporary ramp shall be removed. Excess material shall be disposed of according to Article 202.03.”

Page 193: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

FRICTION AGGREGATE (D-1) Effective: January 1, 2011 Revised: July 24, 2015 Revise Article 1004.01(a)(4) of the Standard Specifications to read:

“ (4) Crushed Stone. Crushed stone shall be the angular fragments resulting from crushing undisturbed, consolidated deposits of rock by mechanical means. Crushed stone shall be divided into the following, when specified. a. Carbonate Crushed Stone. Carbonate crushed stone shall be either dolomite or

limestone. Dolomite shall contain 11.0 percent or more magnesium oxide (MgO). Limestone shall contain less than 11.0 percent magnesium oxide (MgO).

b. Crystalline Crushed Stone. Crystalline crushed stone shall be either

metamorphic 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 be according to Article 1004.01 and the following.

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

Use Mixture Aggregates Allowed

Class A Seal or Cover Allowed Alone or in Combination 5/:

Gravel Crushed Gravel Carbonate Crushed Stone Crystalline Crushed Stone Crushed Sandstone Crushed Slag (ACBF) Crushed Steel Slag Crushed Concrete

Page 194: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Use Mixture Aggregates Allowed

HMA Low ESAL

Stabilized Subbase or Shoulders

Allowed Alone or in Combination 5/:

Gravel Crushed Gravel Carbonate Crushed Stone Crystalline Crushed Stone Crushed Sandstone Crushed Slag (ACBF) Crushed Steel Slag1/

Crushed Concrete

HMA High ESAL Low ESAL

Binder IL-19.0 or IL-19.0L SMA Binder

Allowed Alone or in Combination 5/:

Crushed Gravel Carbonate Crushed Stone2/ Crystalline Crushed Stone Crushed Sandstone Crushed Slag (ACBF) Crushed Concrete3/

HMA High ESAL Low ESAL

C Surface and Leveling Binder IL-9.5 or IL-9.5L SMA Ndesign 50 Surface

Allowed Alone or in Combination 5/:

Crushed Gravel Carbonate Crushed Stone2/ Crystalline Crushed Stone Crushed Sandstone Crushed Slag (ACBF) Crushed Steel Slag4/ Crushed Concrete3/

HMA High ESAL

D Surface and Leveling Binder IL-9.5 SMA Ndesign 50 Surface

Allowed Alone or in Combination 5/:

Crushed Gravel Carbonate Crushed Stone (other than Limestone)2/ Crystalline Crushed Stone Crushed Sandstone Crushed Slag (ACBF) Crushed Steel Slag4/ Crushed Concrete3/

Other Combinations Allowed:

Up to... With...

25% Limestone Dolomite

Page 195: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Use Mixture Aggregates Allowed

50% Limestone Any Mixture D aggregate other than Dolomite

75% Limestone Crushed Slag (ACBF) or Crushed Sandstone

HMA High ESAL

E Surface IL-9.5 SMA Ndesign 80 Surface

Allowed Alone or in Combination 5/:

Crystalline Crushed Stone Crushed Sandstone Crushed Slag (ACBF) Crushed Steel Slag No Limestone.

Other Combinations Allowed:

Up to... With...

50% Dolomite2/ Any Mixture E aggregate

75% Dolomite2/ Crushed Sandstone, Crushed Slag (ACBF), Crushed Steel Slag, or Crystalline Crushed Stone

75% Crushed Gravel2/ or Crushed Concrete3/

Crushed Sandstone, Crystalline Crushed Stone, Crushed Slag (ACBF), or Crushed Steel Slag

HMA High ESAL

F Surface IL-9.5 SMA Ndesign 80 Surface

Allowed Alone or in Combination 5/: Crystalline Crushed Stone Crushed Sandstone Crushed Slag (ACBF) Crushed Steel Slag No Limestone.

Other Combinations Allowed:

Up to... With...

Page 196: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Use Mixture Aggregates Allowed

50% Crushed Gravel2/, Crushed Concrete3/, or Dolomite2/

Crushed Sandstone, Crushed Slag (ACBF), Crushed Steel Slag, or Crystalline Crushed Stone

1/ Crushed steel slag allowed in shoulder surface only. 2/ Carbonate crushed stone and/or crushed gravel shall not be used in SMA Ndesign 80.

In SMA Ndesign 50, carbonate crushed stone shall not be blended with any of the other aggregates allowed alone in Ndesign 50 SMA binder or Ndesign 50 SMA surface.

3/ Crushed concrete will not be permitted in SMA mixes. 4/ Crushed steel slag shall not be used as leveling binder. 5/ When combinations of aggregates are used, the blend percent measurements shall be

by volume.”

Page 197: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

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

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

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

TestAsphalt Grade GTR 70-28

Asphalt Grade GTR 64-28

Flash Point (C.O.C.), AASHTO T 48, °F (°C), min. 450 (232) 450 (232)

Rotational Viscosity, AASHTO T 316 @ 275 °F (135 °C), Poises,

Pa∙s, max.30 (3) 30 (3)

Softening Point, AASHTO T 53, °F (°C), min. 135 (57) 130 (54)

Elastic Recovery, ASTM D 6084, Procedure A (sieve waived) @ 77 °F, (25 °C), aged, ss,100 mm elongation, 5 cm/min.,cut immediately, %, min.

65 65

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

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

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

“A dedicated storage tank for the Ground Tire Rubber (GTR) modified asphalt binder shall be provided. This tank must be capable of providing continuous mechanical mixing throughout by continuous agitation and recirculation of the asphalt binder to provide a uniform mixture. The tank shall be heated and capable of maintaining the

Page 198: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

temperature of the asphalt binder at 300 F to 350 F (149 C to 177 C). The asphalt binder metering systems of dryer drum plants shall be calibrated with the actual GTR modified asphalt binder material with an accuracy of 0.40 percent.”

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

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

Add the following note to 1030.02 of the Standard Specifications:

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

Page 199: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

HEAT OF HYDRATION CONTROL FOR CONCRETE STRUCTURES (D-1) Effective: November 1, 2013 Article 1020.15 shall not apply.

Page 200: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

HMA MIXTURE DESIGN REQUIREMENTS (D-1) Effective: January 1, 2013 Revised: April 1, 2016

1) Design Composition and Volumetric Requirements Revise the table in Article 406.06(d) of the Standard Specifications to read:

“MINIMUM COMPACTED LIFT THICKNESS

Mixture Composition Thickness, in. (mm)

IL-4.75 3/4 (19)

SMA-9.5, IL-9.5, IL-9.5L 1 1/2 (38)

SMA-12.5 2 (50)

IL-19.0, IL-19.0L 2 1/4 (57)”

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

“Use Size/Application Gradation No.

Class A-1, 2, & 3 3/8 in. (10 mm) Seal CA 16

Class A-1 1/2 in. (13 mm) Seal CA 15

Class A-2 & 3 Cover CA 14

HMA High ESAL IL-19.0 IL-9.5

CA 11 1/ CA 16, CA 133/

HMA Low ESAL IL-19.0L IL-9.5L

Stabilized Subbase or Shoulders

CA 11 1/

CA 16

SMA2/ 1/2 in. (12.5mm)

Binder & Surface

IL 9.5

Surface

CA133/, CA14 or CA16

CA16, CA 133/

1/ CA 16 or CA 13 may be blended with the gradations listed. 2/ The coarse aggregates used shall be capable of being

combined with stone sand, slag sand, or steel slag sand meeting the FA/FM 20 gradation and mineral filler to meet the approved mix design and the mix requirements noted herein.

3/ CA 13 shall be 100 percent passing the 1/2 in. (12.5mm) sieve.

Revise Article 1004.03(e) of the Supplemental Specifications to read: “(e) Absorption. For SMA the coarse aggregate shall also have water absorption ≤ 2.0 percent.”

Page 201: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Revise the last paragraph of Article 1102.01 (a) (5) of the Standard Specifications to read: “IL-4.75 and Stone Matrix Asphalt (SMA) mixtures which contain aggregate having

absorptions greater than or equal to 2.0 percent, or which contain steal slag sand, shall have minimum surge bin storage plus haul time of 1.5 hours.”

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

“High ESAL IL-19.0 binder; IL-9.5 surface; IL-4.75; SMA-12.5,

SMA-9.5

Low ESAL IL-19.0L binder; IL-9.5L surface; Stabilized Subbase (HMA)1/;

HMA Shoulders2/

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

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

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

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

Note 1. Slaked quicklime shall be according to ASTM C 5. Note 2. The asphalt binder shall be an SBS PG 76-28 when the SMA is used on a full-depth asphalt pavement and SBS PG 76-22 when used as an overlay, except where modified herein. The asphalt binder shall be an Elvaloy or SBS PG 76-22 for IL-4.75, except where modified herein. The elastic recovery shall be a minimum of 80. Note 3. A stabilizing additive such as cellulose or mineral fiber shall be added to the SMA mixture according to Illinois Modified AASHTO M 325. The stabilizing additive shall meet the Fiber Quality Requirements listed in Illinois Modified AASHTO M 325. Prior to approval and use of fibers, the Contractor shall submit a notarized certification by the producer of these materials stating they meet these requirements. Reclaimed Asphalt Shingles (RAS) may be used in Stone Matrix Asphalt (SMA) mixtures designed with an SBA polymer modifier as a fiber additive if the mix design with RAS included meets AASHTO T305 requirements. The RAS shall be from a certified source that

Page 202: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

produces either Type I or Type 2. Material shall meet requirements noted herein and the actual dosage rate will be determined by the Engineer. Note 4. Warm mix additives or foaming processes shall be selected from the current Bureau of Materials and Physical Research Approved List, “Warm Mix Asphalt Technologies”.”

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

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

High ESAL, MIXTURE COMPOSITION (% PASSING) 1/

Sieve Size

IL-19.0 mm SMA 4/ IL-12.5 mm

SMA 4/ IL-9.5 mm

IL-9.5 mm IL-4.75 mm

min max min max min max min max min max

1 1/2 in (37.5 mm)

1 in. (25 mm)

100

3/4 in. (19 mm)

90 100 100

1/2 in. (12.5 mm)

75 89 80 100 100 100 100

3/8 in. (9.5 mm)

65 90 100 90 100 100

#4 (4.75 mm)

40 60 20 30 36 50 34 69 90 100

#8 (2.36 mm)

20 42 16 24 5/ 16 325/ 34 6/ 52 2/ 70 90

#16 (1.18 mm)

15 30 10 32 50 65

#30

(600 µm) 12 16 12 18

#50

(300 µm) 6 15 4 15 15 30

#100

(150 µm) 4 9 3 10 10 18

#200

(75 µm) 3 6 7.0 9.0 3/ 7.5 9.5 3/ 4 6 7 9 3/

Ratio Dust/Asphalt

Binder 1.0 1.5 1.5 1.0 1.0

1/ Based on percent of total aggregate weight.

2/ The mixture composition shall not exceed 44 percent passing the #8

(2.36 mm) sieve for surface courses with Ndesign = 90.

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

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

Page 203: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

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

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

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

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

VOLUMETRIC REQUIREMENTS High ESAL

Voids in the Mineral Aggregate (VMA),

% minimum

Voids Filled with Asphalt

Binder (VFA),

% Ndesign

IL-19.0

IL-9.5 IL-4.751/

50

13.5

15.0

18.5 65 – 78 2/

70 65 - 75

90

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

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

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

“(3) SMA Mixtures.

Volumetric Requirements SMA 1/

Ndesign Design Air Voids Target %

Voids in the Mineral Aggregate

(VMA), % min.

Voids Filled with Asphalt

(VFA), %

80 4/ 3.5

17.0 2/

75 - 83 16.0 3/

1/ Maximum draindown shall be 0.3 percent. The draindown shall be

determined at the JMF asphalt binder content at the mixing temperature plus 30 °F.

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

Page 204: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

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

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

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

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

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

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

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

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

2) Design Verification and Production Revise Article 1030.04 (d) of the Standard Specifications to read:

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

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

(1)Hamburg Wheel Test criteria. The maximum allowable rut depth shall be 0.5 in.

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

Page 205: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Illinois Modified AASHTO T 324 Requirements 1/

Asphalt Binder Grade # Repetitions Max Rut Depth (mm)

PG 70 -XX (or higher) 20,000 12.5

PG 64 -XX (or lower) 10,000 12.5

1/ When produced at temperatures of 275 ± 5 °F (135 ± 3 °C) or less, loose

Warm Mix Asphalt shall be oven aged at 270 ± 5 °F (132 ± 3 °C) for two hours prior to gyratory compaction of Hamburg Wheel specimens.

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

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

(2) Tensile Strength Criteria. The minimum allowable conditioned tensile strength

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

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

“(a) High ESAL, IL-4.75, WMA, and SMA Mixtures. For each contract, a 300 ton (275 metric tons) test strip, except for SMA mixtures it will be 400 ton (363 metric ton), will be required at the beginning of HMA production for each mixture with a quantity of 3000 tons (2750 metric tons) or more according to the Manual of Test Procedures for Materials “Hot Mix Asphalt Test Strip Procedures”.

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

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

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

Page 206: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

“The plan quantities of SMA mixtures shall be adjusted using the actual approved binder and

surface Mix Design’s Gmb.”

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

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

Page 207: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES (D-1) Effective: November 1, 2012 Revise: April 2, 2016 Revise Section 1031 of the Standard Specifications to read:

“SECTION 1031. RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES

1031.01 Description. Reclaimed asphalt pavement and reclaimed asphalt shingles shall

be according to the following. (a) Reclaimed Asphalt Pavement (RAP). RAP is the material resulting from cold milling or

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

(b) Reclaimed Asphalt Shingles (RAS). Reclaimed asphalt shingles (RAS). RAS is from

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

(1) Type 1. Type 1 RAS shall be processed, preconsumer asphalt shingles salvaged

from the manufacture of residential asphalt roofing shingles. (2) Type 2. Type 2 RAS shall be processed post-consumer shingles only, salvaged

from residential, or four unit or less dwellings not subject to the National Emission Standards for Hazardous Air Pollutants (NESHAP).

1031.02 Stockpiles. RAP and RAS stockpiles shall be according to the following. (a) RAP Stockpiles. The Contractor shall construct individual, sealed RAP stockpiles

meeting one of the following definitions. Additional processed RAP (FRAP) shall be stockpiled in a separate working pile, as designated in the QC Plan, and only added to the sealed stockpile when test results for the working pile are complete and are found to meet tolerances specified herein for the original sealed FRAP stockpile. Stockpiles shall be sufficiently separated to prevent intermingling at the base. All stockpiles (including

Page 208: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

unprocessed RAP and FRAP) shall be identified by signs indicating the type as listed below (i.e. “Non- Quality, FRAP -#4 or Type 2 RAS”, etc>). (1) Fractionated RAP (FRAP). FRAP shall consist of RAP from Class I, Superpave

HMA (High and Low ESAL) or equivalent mixtures. The coarse aggregate in FRAP shall be crushed aggregate and may represent more than one aggregate type and/or quality, but shall be at least C quality. All FRAP shall be processed prior to testing and sized into fractions with the separation occurring on or between the #4 (4.75 mm) and 1/2 in. (12.5 mm) sieves. Agglomerations shall be minimized such that 100 percent of the RAP in the coarse fraction shall pass the maximum sieve size specified for the mix the FRAP will be used in.

(2) Restricted FRAP (B quality) stockpiles shall consist of RAP from Class I, Superpave

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

(3) Conglomerate. Conglomerate RAP stockpiles shall consist of RAP from Class I,

Superpave HMA (High and Low ESAL) or equivalent mixtures. The coarse aggregate in this RAP shall be crushed aggregate and may represent more than one aggregate type and/or quality, but shall be at least C quality. This RAP may have an inconsistent gradation and/or asphalt binder content prior to processing. All conglomerate RAP shall be processed (FRAP) prior to testing. Conglomerate RAP stockpiles shall not contain steel slag or other expansive material as determined by the Department.

(4) Conglomerate “D” Quality (DQ). Conglomerate DQ RAP stockpiles shall consist of

RAP from HMA shoulders, bituminous stabilized subbases or Superpave (Low ESAL)/HMA (Low ESAL) IL-19.0L binder mixture. The coarse aggregate in this RAP may be crushed or round but shall be at least D quality. This RAP may have an inconsistent gradation and/or asphalt binder content. Conglomerate DQ RAP stockpiles shall not contain steel slag or other expansive material as determined by the Department.

(5) Non-Quality. RAP stockpiles that do not meet the requirements of the stockpile

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

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

Page 209: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

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

1031.03 Testing. FRAP and RAS testing shall be according to the following. (a) FRAP Testing. When used in HMA, the FRAP shall be sampled and tested either during

processing or after stockpiling. It shall also be sampled during HMA production. (1) During Stockpiling. For testing during stockpiling, washed extraction samples shall

be run at the minimum frequency of one sample per 500 tons (450 metric tons) for the first 2000 tons (1800 metric tons) and one sample per 2000 tons (1800 metric tons) thereafter. A minimum of five tests shall be required for stockpiles less than 4000 tons (3600 metric tons).

(2) Incoming Material. For testing as incoming material, washed extraction samples shall

be run at a minimum frequency of one sample per 2000 tons (1800 metric tons) or once per week, whichever comes first.

(3) After Stockpiling. For testing after stockpiling, the Contractor shall submit a plan for

approval to the District proposing a satisfactory method of sampling and testing the RAP/FRAP pile either in-situ or by restockpiling. The sampling plan shall meet the minimum frequency required above and detail the procedure used to obtain representative samples throughout the pile for testing.

Before extraction, each field sample of FRAP, shall be split to obtain two samples of test sample size. One of the two test samples from the final split shall be labeled and stored for Department use. The Contractor shall extract the other test sample according to Department procedure. The Engineer reserves the right to test any sample (split or Department-taken) to verify Contractor test results.

(b) RAS Testing. RAS shall be sampled and tested during stockpiling according to Bureau

of Materials and Physical Research Policy Memorandum, “Reclaimed Asphalt Shingle (RAS) Sources”. The Contractor shall also sample as incoming material at the HMA plant.

Page 210: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

(1) During Stockpiling. Washed extraction and testing for unacceptable materials shall

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

(2) Incoming Material. For testing as incoming material at the HMA plant, washed

extraction shall be run at the minimum frequency of one sample per 250 tons (227 metric tons). A minimum of five samples are required for stockpiles less than 1000 tons (900 metric tons). The incoming material test results shall meet the tolerances specified herein.

The Contractor shall obtain and make available all test results from start of the initial stockpile sampled and tested at the shingle processing facility in accordance with the facility’s QC Plan. Before extraction, each field sample shall be split to obtain two samples of test sample size. One of the two test samples from the final split shall be labeled and stored for Department use. The Contractor shall extract the other test sample according to Department procedures. The Engineer reserves the right to test any sample (split or Department-taken) to verify Contractor test results.

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

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

Parameter FRAP

No. 4 (4.75 mm) ± 6 %

No. 8 (2.36 mm) ± 5 %

No. 30 (600 µm) ± 5 %

No. 200 (75 µm) ± 2.0 %

Asphalt Binder ± 0.3 %

Gmm ± 0.03 1/

Page 211: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

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

If any individual sieve and/or asphalt binder content tests are out of the above tolerances when compared to the average used for the mix design, the FRAP stockpile shall not be used in Hot-Mix Asphalt unless the FRAP representing those tests is removed from the stockpile. All test data and acceptance ranges shall be sent to the District for evaluation. The Contractor shall maintain a representative moving average of five tests to be used for Hot-Mix Asphalt production. With the approval of the Engineer, the ignition oven may be substituted for extractions according to the ITP, “Calibration of the Ignition Oven for the Purpose of Characterizing Reclaimed Asphalt Pavement (RAP)” or Illinois Modified AASHTO T-164-11, Test Method A.

(b) Evaluation of RAS Test Results. All of the test results, with the exception of percent

unacceptable materials, shall be compiled and averaged for asphalt binder content and gradation. A five test average of results from the original pile will be used in the mix designs. Individual test results run thereafter, when compared to the average used for the mix design, will be accepted if within the tolerances listed below.

Parameter RAS

No. 8 (2.36 mm) ± 5 %

No. 16 (1.18 mm) ± 5 %

No. 30 (600 µm) ± 4 %

No. 200 (75 µm) ± 2.5 %

Asphalt Binder Content ± 2.0 %

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

(c) Quality Assurance by the Engineer. The Engineer may witness the sampling and splitting conduct assurance tests on split samples taken by the Contractor for quality control testing a minimum of once a month. The overall testing frequency will be performed over the entire range of Contractor samples for asphalt binder content and gradation. The Engineer may select any or all split samples for assurance testing. The test results will be made available to the Contractor as soon as they become available. The Engineer will notify the Contractor of observed deficiencies.

Page 212: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

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

Test Parameter Acceptable Limits of Precision

% Passing:1/ FRAP RAS

1/2 in. 5.0%

No. 4 5.0%

No. 8 3.0% 4.0%

No. 30 2.0% 3.0%

No. 200 2.2% 2.5%

Asphalt Binder Content 0.3% 1.0%

Gmm 0.030

1/ Based on washed extraction.

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

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

1031.05 Quality Designation of Aggregate in RAP and FRAP. (a) RAP. The aggregate quality of the RAP for homogeneous, conglomerate, and

conglomerate “D” quality stockpiles shall be set by the lowest quality of coarse aggregate in the RAP stockpile and are designated as follows.

(1) RAP from Class I, Superpave/HMA (High ESAL), or (Low ESAL) IL-9.5L surface

mixtures are designated as containing Class B quality coarse aggregate. (2) RAP from Superpave/HMA (Low ESAL) IL-19.0L binder mixture is designated as

Class D quality coarse aggregate. (3) RAP from Class I, Superpave/HMA (High ESAL) binder mixtures, bituminous base

course mixtures, and bituminous base course widening mixtures are designated as containing Class C quality coarse aggregate.

(4) RAP from bituminous stabilized subbase and BAM shoulders are designated as

containing Class D quality coarse aggregate.

(b) FRAP. If the Engineer has documentation of the quality of the FRAP aggregate, the Contractor shall use the assigned quality provided by the Engineer.

Page 213: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

If the quality is not known, the quality shall be determined as follows. Fractionated RAP stockpiles containing plus #4 (4.75 mm) sieve coarse aggregate shall have a maximum tonnage of 5,000 tons (4,500 metric tons). The Contractor shall obtain a representative sample witnessed by the Engineer. The sample shall be a minimum of 50 lb (25 kg). The sample shall be extracted according to Illinois Modified AASHTO T 164 by a consultant laboratory prequalified by the Department for the specified testing. The consultant laboratory shall submit the test results along with the recovered aggregate to the District Office. The cost for this testing shall be paid by the Contractor. The District will forward the sample to the Bureau of Materials and Physical Research Aggregate Lab for MicroDeval Testing, according to ITP 327. A maximum loss of 15.0 percent will be applied for all HMA applications. The fine aggregate portion of the fractionated RAP shall not be used in any HMA mixtures that require a minimum of “B” quality aggregate or better, until the coarse aggregate fraction has been determined to be acceptable thru a MicroDeval Testing.

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

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

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

(2) Steel Slag Stockpiles. FRAP stockpiles containing steel slag or other expansive

material, as determined by the Department, shall be homogeneous and will be approved for use in HMA (High ESAL and Low ESAL) mixtures regardless of lift or mix type.

(3) Use in HMA Surface Mixtures (High and Low ESAL). FRAP stockpiles for use in

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

(4) Use in HMA Binder Mixtures (High and Low ESAL), HMA Base Course, and HMA

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

(5) Use in Shoulders and Subbase. FRAP stockpiles for use in HMA shoulders and

stabilized subbase (HMA) shall be FRAP, Restricted FRAP, conglomerate, or conglomerate DQ.

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

applications as specified herein.

Page 214: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

(c) FRAP and/or RAS Usage Limits. Type 1 or Type 2 RAS may be used alone or in conjunction with FRAP in HMA mixtures up to a maximum of 5.0 percent by weight of the total mix. When FRAP is used alone or FRAP is used in conjunction with RAS, the percent of virgin asphalt binder replacement (ABR) shall not exceed the amounts indicated in the table below for a given N Design.

Max Asphalt Binder Replacement for FRAP with RAS Combination

HMA Mixtures 1/ 2/ 4/ Maximum % ABR

Ndesign Binder/Leveling Binder

Surface Polymer Modified 3/

30L 50 40 30

50 40 35 30

70 40 30 30

90 40 30 30

4.75 mm N-50 40

SMA N-80 30

1/ For Low ESAL HMA shoulder and stabilized subbase, the percent

asphalt binder replacement shall not exceed 50 % of the total asphalt binder in the mixture.

2/ When the binder replacement exceeds 15 % for all mixes, except for

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

3/ When the ABR for SMA or IL-4.75 is 15 % or less, the required virgin

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

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

1031.07 HMA Mix Designs. At the Contractor’s option, HMA mixtures may be constructed

utilizing RAP/FRAP and/or RAS material meeting the detailed requirements specified herein. (a) FRAP and/or RAS. FRAP and /or RAS mix designs shall be submitted for verification. If

additional FRAP or RAS stockpiles are tested and found to be within tolerance, as defined under “Evaluation of Tests” herein, and meet all requirements herein, the

Page 215: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

additional FRAP or RAS stockpiles may be used in the original design at the percent previously verified.

(b) RAS. Type 1 and Type 2 RAS are not interchangeable in a mix design. A RAS stone bulk specific gravity (Gsb) of 2.300 shall be used for mix design purposes.

1031.08 HMA Production. HMA production utilizing FRAP and/or RAS shall be as follows. To remove or reduce agglomerated material, a scalping screen, gator, crushing unit, or

comparable sizing device approved by the Engineer shall be used in the RAS and FRAP feed system to remove or reduce oversized material. If material passing the sizing device adversely affects the mix production or quality of the mix, the sizing device shall be set at a size specified by the Engineer.

If during mix production, corrective actions fail to maintain FRAP, RAS or QC/QA test results

within control tolerances or the requirements listed herein the Contractor shall cease production of the mixture containing FRAP or RAS and conduct an investigation that may require a new mix design.

(a) RAS. RAS shall be incorporated into the HMA mixture either by a separate weight

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

(b) HMA Plant Requirements. HMA plants utilizing FRAP and/or RAS shall be capable of

automatically recording and printing the following information.

(1) Dryer Drum Plants.

a. Date, month, year, and time to the nearest minute for each print. b. HMA mix number assigned by the Department. c. Accumulated weight of dry aggregate (combined or individual) in tons

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

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

0.1 unit.

Page 216: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

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

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

mix to the nearest 0.1 percent. h. Aggregate RAS and FRAP moisture compensators in percent as set on the

control panel. (Required when accumulated or individual aggregate and RAS and FRAP are printed in wet condition.)

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

shall be utilized. j. Accumulated mixture tonnage. k. Dust Removed (accumulated to the nearest 0.1 ton (0.1 metric ton))

(2) Batch Plants. a. Date, month, year, and time to the nearest minute for each print. b. HMA mix number assigned by the Department. c. Individual virgin aggregate hot bin batch weights to the nearest pound (kilogram). d. Mineral filler weight to the nearest pound (kilogram). f. RAS and FRAP weight to the nearest pound (kilogram). g. Virgin asphalt binder weight to the nearest pound (kilogram). h. Residual asphalt binder in the RAS and FRAP material as a percent of the total

mix to the nearest 0.1 percent. The printouts shall be maintained in a file at the plant for a minimum of one year or as directed by the Engineer and shall be made available upon request. The printing system will be inspected by the Engineer prior to production and verified at the beginning of each construction season thereafter.

1031.09 RAP in Aggregate Surface Course and Aggregate Wedge Shoulders, Type B.

The use of RAP or FRAP in aggregate surface course and aggregate shoulders shall be as follows.

(a) Stockpiles and Testing. RAP stockpiles may be any of those listed in Article 1031.02,

except “Non-Quality” and “FRAP”. The testing requirements of Article 1031.03 shall not apply. RAP used shall be according to the current Bureau of Materials and Physical

Page 217: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

Research Policy Memorandum, “Reclaimed Asphalt Pavement (RAP) for Aggregate Applications”.

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

Page 218: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

SP - 74

Page 219: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

APPENDIX C

Chicago Department of Transportation Special Provisions

Page 220: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

(Page intentionally left blank)

Page 221: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

SP - 80 SP - 75

Page 222: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

SP - 81 SP - 76

Page 223: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

SP - 82 SP - 77

Page 224: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

SP - 83 SP - 78

Page 225: BOOK 3 DETAIL SPECIFICATIONS, STANDARDS, AND DETAILS

SP - 84 SP - 79