February 22, 2018 BIDDERS WILL ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE PROPOSAL PAGE

Similar documents
SPECIFICATIONS FOR STREET CONSTRUCTION WITHIN THE TOWN OF PLAINVILLE

SECTION TRENCHING & BACKFILLING

PERMEABLE INTERLOCKING PAVERS

ITEM 6 CONCRETE CURBS, GUTTERS, AND SIDEWALKS

M I N N E S O T A D O T BID TABULATION SUMMARY JOB PAGE 1 ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002)

CITY OF FARGO SPECIFICATIONS CONCRETE SIDEWALKS AND DRIVEWAYS

SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS

A. Texas Department of Transportation 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges (TxDOT).

SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS

B. Subsurface data is available from the Owner. Contractor is urged to carefully analyze the site conditions.

ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS

BASED ON DFD MASTER SPECIFICATION DATED 2/24/2014

SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

901 - PIPE SEWERS COMPLETE IN PLACE

MIDLAND COUNTY ROAD COMMISSION

BIO-AQUIFER STORM SYSTEM

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

LS 2519 CONCRETE PAVER PAVEMENT RECONSTRUCTION

DESIGN STANDARDS. Division 02 Existing Conditions- Site Work. General

BASE CONSTRUCTION MATERIALS A Aggregate

CHAPTER 10: PAVING. Refer to page 548 of the 2016 Spec book or page 573 of the 2018 Spec book for material specifications under G.

INVITATION TO BID ON TOWN PAVING PROJECTS

STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF MANITOWOC SECTION 500 PORTLAND CEMENT CONCRETE CONSTRUCTION 501 CONCRETE - GENERAL

Addendum No. 1 Page 1 of 2

SECTION UTILITY MANHOLES AND STRUCTURES

CITY OF FARGO SPECIFICATIONS AGGREGATE BASES

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project

SECTION BITUMINOUS CONCRETE PAVEMENT

Table of Contents for Guide Specifications

SPECIFICATIONS FOR SAND SEAL

Bituminous Concrete Base Course (Type HB, Black Base, B-25.0, and B-37.5)

DuPage County Division of Transportation 421 N. County Farm Road Wheaton, IL / (Fax) 630/

SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS

4-07 Asphalt Treated Permeable Base (ATPB)

DIVISION 31 EARTHWORK 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012

HOT MIX ASPHALT PAVEMENT

BID # REPAIR AREA OF PARKING LOT DAMAGED BY WATER LINE LEAK SECTION C TECHNICAL SPECIFICATIONS OWNER

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

SECTION C1 DUCTILE IRON PIPE AND FITTINGS GENERAL

INDEX FOR SPECIFICATIONS FOR JACKING CULVERTS THROUGH EMBANKMENTS SCOPE... 2

SACRAMENTO COUNTY ASPHALT RUBBER HOT MIX-GAP GRADED (ARHM-GG):

City of Reno Public Works 1 E. 1 st Street, 8 th Floor P.O. Box 1900 Reno, NV (775) (775) FAX

E. GILMAN STREET, N. PINCKNEY STREET, AND N. BUTLER STREET RESURFACING WITH UTILITIES ASSESSMENT DISTRICT CONTRACT NO DATE: 9/22/17

CONSTRUCTION SPECIFICATION FOR CONCRETE CROSSWALK INDEX TS SCOPE...3

ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / (Budget Account Number)

Municipality of Waterville Public Sidewalk Repair Policy

Section 25 Aggregate Subbase

ITEM 275 PORTLAND CEMENT TREATED MATERIALS (ROAD MIXED)

SECTION 806 MANHOLE REHABILITATION

BILL OF QUANTITIES. Construction and Rehabilitation of wadi Gaza Bridges PAL Funded by Government of Brazil

Warm Mix Asphalt (WMA) Guide Specification for Highway Construction

SECTION PERMEABLE INTERLOCKING CONCRETE UNIT PAVEMENT

Fox Avenue Improvements From Gamebird Road to Dalton Street Bid # PROJECT SPECIFICATIONS TABLE OF CONTENTS

The Work under this Section consists of performing all operations necessary to complete construction of the leveling course on the prepared subbase.

PARKING LOT AND ROADWAY MAINTENANCE

B. Backfill and compact utility bedding and fill placed in the utility trenches between the top of the utility bedding and the subgrade elevation.

LANDSCAPE RETAINING WALLS

CW 3620 INSTALLATION OF UNDERGROUND TRAFFIC SIGNAL SERVICES TABLE OF CONTENTS

SPECIFICATION : BORING AND JACKING

Cement Stabilized Soil (CSS) (Portland cement)

CITY OF TACOMA RIGHT-OF-WAY RESTORATION POLICY. Guidance on restoration of City Rights-of-Way

SITE SERVICES GUELPH TRANSIT OPERATIONS & MAINTENANCE SECTION WATSON ROAD FACILITY PAGE 1 OF 6 WATER RECLAMATION PROJECT JUNE 2013

Bill of Quantity (BOQ)

PITTSBURGH TECHNOLOGY CENTER PUBLIC IMPROVEMENTS SITE PREPARATION CONTRACT NO. 11 BID TABULATION BID OPENING DATE: MARCH 11, 2008

C. Foundation stabilization for pipe and utility structures.

TOWN OF MOUNT PLEASANT WESTCHESTER COUNTY, NEW YORK

Asphalt Rubber Chip Sealing DRAFT MAINTENANCE SPECIFICATION. March 22, 2007

NOTICE TO BIDDERS. May 31, Dorothy E. Maxwell Chair

SECTION INTERLOCKING CONCRETE PAVERS

CW 3615 RIPRAP TABLE OF CONTENTS

JANUARY 4, 2017 AT 2:00 P.M. (EASTERN. (Estimated Cost: $4,600,000) Bids J D WILLIAMSON CONSTRUCTION CO INC $3,799,476.25

TRENCH EXCAVATION AND BACKFILL

MANHOLES, VAULTS AND CATCH BASINS SECTION A. Section Soil and Aggregate Materials. C. Section Storm Drainage Systems

WASHINGTON UNION ROAD RECONSTRUCTION XENIA TOWNSHIP GREENE COUNTY, OHIO

Best Management Standards / Specifications. For Concrete Slab Raising. Prepared in conjunction with the Concrete Repair Association

PAVING SLABS ON A CONCRETE BASE

A. Texas Department Transportation 2004 Standard Specifications for Construction of Highways, Streets and Bridges (TxDOT):

Bridge Manual - Part I - June CHAPTER 5 SPECIAL PROVISIONS AND ESTIMATE

SECTION GRADING AND SITE PREPARATION CITY OF LEE S SUMMIT, MISSOURI STANDARD SPECIFICATIONS

BILL OF QUANTITY ENGINEERING & MANAGEMENT CONSULTING CENTRE. "Beit Hanoun Emergency Water Supply Project"

EINRIP. Specification and Construction Issues

TRENCHLESS CONSTRUCTION (BORING, JACKING, AND TUNNELING)

STANDARD SPECIFICATIONS SECTION BORING AND JACKING. A. Section includes requirements for boring and jacking casing pipe.

SECTION 6.0 CONCRETE AND ASPHALT CONSTRUCTION FOR CURB AND GUTTER, DRIVEWAYS AND SIDEWALKS

D-1 THE CITY OF HARRISBURG 1 1/2" MIN. ID-2 WEARING COARSE EXISTING STREET SURFACE AC-20 SEALER (ALL AROUND) 1 1/2" MIN. ID-2 BINDER COARSE

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 2 CONTRACT

CHAPTER 11 CONDUITS AND FITTINGS

SECTION RIPRAP, BOULDERS, AND BEDDING

HITT STREET UNIVERSITY PROJECT #: CP REFER TO CP PLANS FOR ELECTRICAL DUCTBANK IN HITT STREET INSTALL:

STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENTAL SPECIFICATION 811 CONDUIT AND DRAINAGE STRUCTURES

SPECIAL CONDITIONS FOR PIPE JACKING (PJ) October, 2006

CHAPTER 12: DRAINAGE

SECTION GRAVEL PACKED WATER WELL

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

DIVISION 32 EXTERIOR IMPROVMENTS

All Bidders of Record Stephen Diglio, P.E., KAS Inc. Nanette Rogers, Brent Meacham, Town of Westford

LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2

BIDDING SCHEDULE SEWER LIFT STATION NO. 2 REPLACEMENT PROJECT CITY OF ALHAMBRA City s Project No. N2M17-83

Special Provision for Hot-Mix Asphalt Prime Coat

Transcription:

February 22, 2018 Addendum No. 1/Bid Postponement DWM Sewer Improvement P-2017-06 Sewer Improvement Project PN-2017-06 SPECIFICATION NO. 292687 For which bids will be opened in the office of the Department of Procurement Services, Room 103, Chicago, Illinois, 60602 on March 8, 2018 is reschedule to March 15, 2018 at 11:00 a.m. Central Time: BIDDERS WILL ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE PROPOSAL PAGE NOTICE OF ADDENDUM OF CONTRACT DOCUMENTS REVISION 1 ADDENDUM NUMBER 1/Bid Postponement SECTION I: NOTICE OF REVISIONS/CHANGES Change No. 1: Replace Contract Specification Book 2 page 14 with the attached page 14. This revision revises the Time of Completion. Changed: Time of Completion for Punchlist: 210 Calendar Days from NTP to Time of Completion for all work: 210 Calendar Days from NTP Change No. 2: Replace Contract Specification Book 2 pages 18-29 with the attached addendum pages 18-29. This revision revises the approximate quantity for Item No. 7 and revises the unit of measure for Item No. 27. Change No. 3 Contract Plans, replace Summary of Quantities Sheet (attached). This revision revises the UOM on the Summary of Quantities for Item No. 27. Change No. 4: Replace Contract Specification Book 3, Table of Contents with Addendum No. 1 Table of Contents. This revision revises the item designation numbering to be consistent with Book 2 and Plans; item designation page numbers to properly reference detailed specification. Change No. 5: Replace Contract Specification Book 3 pages DS-1 to DS-113. This revision revises the item designation numbering to be consistent with Book 2 and Plans. SECTION II: QUESTIONS QUESTON 1: Item #7 - Quantity is shown in Book 2 as 8.857 SY while we believe it should be 8,857 SY. A comma instead of a decimal. ANSWER: Revised Schedule of Prices Bid Item No. 7 approximate quantity from 8.857 SY to 8,857 SY QUESTON 2: Item #27 - Sidewalk Removal - The unit is SQ YD, while we believe it should be SQ FT ANSWER: revised Schedule of Prices Bid Item No. 27 units from SQ YD to SQ FT End of Addendum #1

ITEM DESIGNATION This section identifies all items by number and provides specifications and methods of payment. The order of the Bid items listed in this section follows the order as tabulated in the Schedule of Prices in Book 2, INSTRUCTIONS AND EXECUTION DOCUMENTS. Construction must be in accordance with all applicable provisions of these Specifications, including all Books and Divisions, whether or not specifically referred to in the bid item description. The prices to be paid under each item must cover the cost of all work specified for that item, as shown on the Plans or as ordered by the Commissioner to complete the item. Each Item must be performed in accordance with the item specifications as well as all other applicable Division I Sections, contract drawings, and referenced standards. Item numbers and descriptions listed herein are intended to be a complete list of all contract bid items listed in the Schedule of Prices. It is the intent that the Items listed include all Work for the Contract Documents. Only the items tabulated in the SCHEDULE OF PRICES from the INSTRUCTIONS AND EXECUTION DOCUMENTS, BOOK 2 will be measured for payment under the Contract. LIST OF STANDARD PAY ITEMS AND DETAILED SPECIFICATIONS SPECIAL PROVISION (SP) NOTE: "Y" DENOTES ITEMS WITH CONTRACT OR PROJECT SPECIFIC SPECIAL PROVISIONS (DETAILED SPECIFICATION), INCLUDED HEREIN. "N" DENOTES ITEMS WHICH CONFORM TO THE ILLINOIS DEPARTMENT OF TRANSPORTATION "STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION", ADOPTED APRIL 1, 2016 (OR LATEST EDITION), AND/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 DS-1

LIST OF STANDARD PAY ITEMS AND DETAILED SPECIFICATIONS DS-2

Schedule of Prices PROJECT TITLE: P-2017-6 DWM PROJECT NO.: 7030 and 7118 ITEM NO. CODE NO. DESCRIPTION UNIT APPROX. QUANT. UNIT IN FIGURES UNIT PRICE WRITTEN IN WORDS TOTAL PRICE (APPROX. QTY. x UNIT PRICE) 1 ******** EARTH EXCAVATION CU YD 377 2 ******** SOIL BORINGS EACH 2 3 20800150 TRENCH BACKFILL CU YD 18,010 4 21101610 TOPSOIL FURNISH AND PLACE, 3" SQ YD 737 5 25200110 SODDING, SALT TOLERANT SQ YD 1,247 6 31101200 7 31101400 8 ******** 9 ******** SUBBASE GRANULAR MATERIAL, TYPE B, 4-INCH SUBBASE GRANULAR MATERIAL, TYPE B, 6-INCH PORTLAND CEMENT CONCRETE BASE COURSE (VARIABLE DEPTH) PORTLAND CEMENT CONCRETE BASE COURSE, HIGH EARLY STRENGTH (VARIABLE DEPTH) SQ YD 636 SQ YD 8,857 CU YD 1,120 CU YD 240 IEPA Funded Instructions and Execution Documents (Rev. July 2016) ADDENDUM NO.1 18

Schedule of Prices PROJECT TITLE: P-2017-6 DWM PROJECT NO.: 7030 and 7118 ITEM NO. CODE NO. DESCRIPTION UNIT APPROX. QUANT. UNIT IN FIGURES UNIT PRICE WRITTEN IN WORDS TOTAL PRICE (APPROX. QTY. x UNIT PRICE) 10 ******** TEMPORARY STONE TON 60 11 ******** TEMPORARY COLD PATCH TON 60 12 ******** STABILIZATION STONE TON 250 13 40600290 14 40600615 15 40600635 16 ******** 17 40603335 18 40603340 BITUMINOUS MATERIALS (TACK COAT) LEVELING BINDER (MACHINE METHOD), N30 LEVELING BINDER (MACHINE METHOD), N70 HOT-MIX ASPHALT SURFACE COURSE, IL-9.5, MIX "C", N30 LOW ESAL HOT-MIX ASPHALT SURFACE COURSE, MIX "D", N50 HOT-MIX ASPHALT SURFACE COURSE, MIX "D", N70 POUND 1,146 TON 123 TON 47 TON 1,353 TON 210 TON 614 IEPA Funded Instructions and Execution Documents (Rev. July 2016) ADDENDUM NO.1 19

Schedule of Prices PROJECT TITLE: P-2017-6 DWM PROJECT NO.: 7030 and 7118 ITEM NO. CODE NO. DESCRIPTION UNIT APPROX. QUANT. UNIT IN FIGURES UNIT PRICE WRITTEN IN WORDS TOTAL PRICE (APPROX. QTY. x UNIT PRICE) 19 ******** HOT-MIX ASPHALT BINDER COURSE, MIX "D", N50 TON 210 20 42000300 21 42300400 PORTLAND CEMENT CONCRETE PAVEMENT, 8 INCH PORTLAND CEMENT CONCRETE ALLEY/DRIVEWAY PAVEMENT, 8 INCH SQ YD 865 SQ YD 75 22 44000100 PAVEMENT REMOVAL SQ YD 2,559 23 44000200 DRIVEWAY PAVEMENT REMOVAL SQ YD 37 24 ******** ALLEY PAVEMENT REMOVAL SQ YD 38 25 44000300 CURB REMOVAL LINEAR FOOT 200 26 44000500 COMBINATION CURB AND GUTTER REMOVAL LINEAR FOOT 3,143 27 44000600 SIDEWALK REMOVAL SQ FT 8,996 IEPA Funded Instructions and Execution Documents (Rev. July 2016) ADDENDUM NO.1 20

Schedule of Prices PROJECT TITLE: P-2017-6 DWM PROJECT NO.: 7030 and 7118 ITEM NO. CODE NO. DESCRIPTION UNIT APPROX. QUANT. UNIT IN FIGURES UNIT PRICE WRITTEN IN WORDS TOTAL PRICE (APPROX. QTY. x UNIT PRICE) 28 ******** PAVEMENT SURFACE REMOVAL, LESS THAN 2" SQ YD 9,742 29 ******** RAILROAD TRACK REMOVAL SQ YD 448 30 ******** HMA SPEED HUMPS SQ YD 71 31 ******** 32 ******** 33 ******** 34 ******** 35 50800205 SIDEWALK/DRIVEWAY SPECIAL PORTLAND CEMENT CONCRETE SIDEWALK 5 INCH PORTLAND CEMENT CONCRETE ADA RAMP 5 INCH DETECTABLE ADA WARNING TILES, LINEAR (CAST IRON) REINFORCEMENT BARS, EPOXY COATED SQ FT 194 SQ FT 2,657 SQ FT 6,145 SQ FT 772 POUND 418 36 54248510 CONCRETE COLLAR CU YD 17 IEPA Funded Instructions and Execution Documents (Rev. July 2016) ADDENDUM NO.1 21

Schedule of Prices PROJECT TITLE: P-2017-6 DWM PROJECT NO.: 7030 and 7118 ITEM NO. CODE NO. 37 ******** 38 ******** 39 ******** 40 ******** 41 ******** DESCRIPTION UNIT APPROX. QUANT. SEWER, 42", CLASS III, REINFORCED CONCRETE PIPE, IN OPEN CUT SEWER, 36", CLASS III, REINFORCED CONCRETE PIPE, IN OPEN CUT SEWER, 30", CLASS III, REINFORCED CONCRETE PIPE, IN OPEN CUT SEWER, 24", CLASS III, REINFORCED CONCRETE PIPE, IN OPEN CUT SEWER, 24", DUCTILE IRON PIPE, IN OPEN CUT LINEAR FOOT LINEAR FOOT LINEAR FOOT LINEAR FOOT LINEAR FOOT 1,841 1,274 761 1,875 12 UNIT IN FIGURES UNIT PRICE WRITTEN IN WORDS TOTAL PRICE (APPROX. QTY. x UNIT PRICE) 42 ******** DRAIN CONNECTION, 48", REINFORCED CONCRETE PIPE LINEAR FOOT 8 43 ******** DRAIN CONNECTION, 30", REINFORCED CONCRETE PIPE LINEAR FOOT 23 44 ******** DRAIN CONNECTION, 18" VITRIFIED CLAY PIPE LINEAR FOOT 70 IEPA Funded Instructions and Execution Documents (Rev. July 2016) ADDENDUM NO.1 22

Schedule of Prices PROJECT TITLE: P-2017-6 DWM PROJECT NO.: 7030 and 7118 ITEM NO. CODE NO. DESCRIPTION UNIT APPROX. QUANT. UNIT IN FIGURES UNIT PRICE WRITTEN IN WORDS TOTAL PRICE (APPROX. QTY. x UNIT PRICE) 45 ******** DRAIN CONNECTION, 15" VITRIFIED CLAY PIPE LINEAR FOOT 90 46 ******** DRAIN CONNECTION, 12" VITRIFIED CLAY PIPE LINEAR FOOT 63 47 ******** DRAIN CONNECTION, 10" VITRIFIED CLAY PIPE LINEAR FOOT 69 48 ******** DRAIN CONNECTION, 8" VITRIFIED CLAY PIPE LINEAR FOOT 400 49 ******** DRAIN CONNECTION, 6" VITRIFIED CLAY PIPE LINEAR FOOT 524 50 ******** DRAIN CONNECTION, 15", DUCTILE IRON PIPE LINEAR FOOT 22 51 ******** DRAIN CONNECTION, 8", DUCTILE IRON PIPE LINEAR FOOT 267 52 ******** DRAIN CONNECTION, 6", DUCTILE IRON PIPE LINEAR FOOT 1,006 53 ******** MANHOLE TYPE A, 3' DIAMETER EACH 9 IEPA Funded Instructions and Execution Documents (Rev. July 2016) ADDENDUM NO.1 23

Schedule of Prices PROJECT TITLE: P-2017-6 DWM PROJECT NO.: 7030 and 7118 ITEM NO. CODE NO. DESCRIPTION UNIT APPROX. QUANT. UNIT IN FIGURES UNIT PRICE WRITTEN IN WORDS TOTAL PRICE (APPROX. QTY. x UNIT PRICE) 54 ******** MANHOLE TYPE B, 3' DIAMETER EACH 10 55 ******** MANHOLE TYPE B MODIFIED EACH 3 56 ******** MAHOLE TYPE B REVERSE EACH 2 57 ******** MANHOLES TO BE ADJUSTED EACH 9 58 ******** CATCH BASINS, 4' DIAMETER EACH 55 59 ******** CHICAGO STANDARD FRAMES EACH 85 60 ******** CHICAGO STANDARD LIDS EACH 85 61 ******** 62 ******** CATCH BASINS TO BE CLEANED (SPECIAL PROVISION) CATCH BASINS TO BE ADJUSTED EACH 11 EACH 3 IEPA Funded Instructions and Execution Documents (Rev. July 2016) ADDENDUM NO.1 24

Schedule of Prices PROJECT TITLE: P-2017-6 DWM PROJECT NO.: 7030 and 7118 ITEM NO. CODE NO. 63 ******** 64 ******** DESCRIPTION UNIT APPROX. QUANT. TUMBLING BASIN, 60-INCH DIAMETER AT W 85TH ST AND S BISHOP ST, PRECAST CONCRETE TUMBLING BASIN, 60-INCH DIAMETER AT W 85TH ST AND S RACINE AV, PRECAST CONCRETE LUMP SUM LUMP SUM 1 1 UNIT IN FIGURES UNIT PRICE WRITTEN IN WORDS TOTAL PRICE (APPROX. QTY. x UNIT PRICE) 65 60500060 REMOVING INLETS EACH 27 66 ******** INLETS EACH 2 67 ******** INLETS TO BE ADJUSTED EACH 2 68 ******** 69 ******** VALVE VAULTS TO BE ADJUSTED SEWER CLEANING AND TELEVISING, 12" EACH 8 LINEAR FOOT 605 70 60500105 FILLING MANHOLES EACH 2 IEPA Funded Instructions and Execution Documents (Rev. July 2016) ADDENDUM NO.1 25

Schedule of Prices PROJECT TITLE: P-2017-6 DWM PROJECT NO.: 7030 and 7118 ITEM NO. CODE NO. DESCRIPTION UNIT APPROX. QUANT. UNIT IN FIGURES UNIT PRICE WRITTEN IN WORDS TOTAL PRICE (APPROX. QTY. x UNIT PRICE) 71 60500205 FILLING CATCH BASINS EACH 28 72 60600605 CONCRETE CURB, TYPE B FOOT 200 73 ******** 74 ******** COMBINATION CURB AND GUTTER, TYPE B-V.12 CONCRETE CURB, MOUNTABLE TYPE FOR TRAFFIC CIRCLE 75 67000400 ENGINEER'S FIELD OFFICE 76 ******** MOBILIZATION 77 ******** TRAFFIC CONTROL AND PROTECTION LINEAR FOOT 3,143 FOOT 10 CAL MONTH LUMP SUM 11 2 CAL DAY 270 78 ******** PROJECT SIGNS EACH 13 79 ******** CHANGEABLE MESSAGE SIGN CAL DAY 105 IEPA Funded Instructions and Execution Documents (Rev. July 2016) ADDENDUM NO.1 26

Schedule of Prices PROJECT TITLE: P-2017-6 DWM PROJECT NO.: 7030 and 7118 ITEM NO. CODE NO. DESCRIPTION UNIT APPROX. QUANT. UNIT IN FIGURES UNIT PRICE WRITTEN IN WORDS TOTAL PRICE (APPROX. QTY. x UNIT PRICE) 80 70300220 TEMPORARY PAVEMENT MARKING - LINE 4" FOOT 1,810 81 70300280 TEMPORARY PAVEMENT MARKING, 24 - INCH EACH 1,382 82 70400100 TEMPORARY CONCRETE BARRIER LINEAR FOOT 667 83 70400200 84 70600240 85 78000200 RELOCATE TEMPORARY CONCRETE BARRIER IMPACT ATTENUATORS, TEMPORARY (NON- REDIRECTIVE), TEST LEVEL 2 THERMOPLASTIC PAVEMENT MARKING - LINE 4" LINEAR FOOT 505 EACH 1 LINEAR FOOT 158 86 78000400 THERMOPLASTIC PAVEMENT MARKING - LINE 6" LINEAR FOOT 240 87 78000650 THERMOPLASTIC PAVEMENT MARKING - LINE 24" LINEAR FOOT 1,087 88 78300100 PAVEMENT MARKING REMOVAL SQ FT 690 IEPA Funded Instructions and Execution Documents (Rev. July 2016) ADDENDUM NO.1 27

Schedule of Prices PROJECT TITLE: P-2017-6 DWM PROJECT NO.: 7030 and 7118 ITEM NO. CODE NO. DESCRIPTION UNIT APPROX. QUANT. UNIT IN FIGURES UNIT PRICE WRITTEN IN WORDS TOTAL PRICE (APPROX. QTY. x UNIT PRICE) 89 ******** DRILL AND GROUT DOWEL/TIE BARS EACH 2,885 90 ******** 91 ******** 92 ******** 93 ******** MAINTAIN EXISTING LIGHTING SYSTEM CUT, CAP, AND REPLACE EXISTING WATER MAIN FOR UTILITY INSTALLATION - 8 - INCH CUT, CAP, AND REPLACE EXISTING WATER MAIN FOR UTILITY INSTALLATION - 12 - INCH WATER MAIN INSTALLED IN OPEN CUT 8 - INCH LUMP SUM 2 EACH 4 EACH 1 LINEAR FOOT 75 94 ******** 95 ******** 96 ******** WATER MAIN INSTALLED IN OPEN CUT 12 - INCH TEMPORARY WATER MAIN SUPPORT STRUCTURE, TYPE II, 36" TEMPORARY WATER MAIN SUPPORT STRUCTURE, TYPE III, 12" LINEAR FOOT 15 EACH 1 EACH 1 IEPA Funded Instructions and Execution Documents (Rev. July 2016) ADDENDUM NO.1 28

Schedule of Prices PROJECT TITLE: P-2017-6 DWM PROJECT NO.: 7030 and 7118 ITEM NO. CODE NO. 97 ******** DESCRIPTION UNIT APPROX. QUANT. TEMPORARY WATER MAIN SUPPORT STRUCTURE, TYPE III, 8" EACH 10 UNIT IN FIGURES UNIT PRICE WRITTEN IN WORDS TOTAL PRICE (APPROX. QTY. x UNIT PRICE) 98 ******** CONTROLLED LOW STRENGTH MATERIAL (CLSM) CU YD 4 99 ******** PROTECTIVE CONCRETE COAT SQ YD 410 100 ******** LANDSCAPING SQ YD 17 101 ******** 102 ******** SPECIAL WASTE REMOVAL AND DISPOSAL WASTE CHARACTERIZATION ANALYSIS CU YD 3,658 EACH 12 103 ******** SAND CUSION, 3 SQ FT 1,221 TOTAL BASE BID AWARD CRITERIA FIGURE IEPA Funded Instructions and Execution Documents (Rev. July 2016) ADDENDUM NO.1 29

ITEM CODE SP PAGE ITEM DESCRIPTION NO. NO. RE NO. 1 ******** EARTH EXCAVATION Y DS 6 2 ******** SOIL BORINGS Y DS 8 3 20800150 TRENCH BACKFILL N 4 21101610 TOPSOIL FURNISH AND PLACE, 3" N 5 25200110 SODDING, SALT TOLERANT N 6 31101200 SUBBASE GRANULAR MATERIAL, TYPE B, 4 INCH N 7 31101400 SUBBASE GRANULAR MATERIAL, TYPE B, 6 INCH N 8 ******** PORTLAND CEMENT CONCRETE BASE COURSE Y DS 9 9 ******** PORTLAND CEMENT CONCRETE BASE COURSE, HIGH EARLY STRENGTH (VARIABLE DEPTH) Y DS 9 10 ******** TEMPORARY STONE Y DS 10 11 ******** TEMPORARY COLD PATCH Y DS 11 12 ******** STABILIZATION STONE Y DS 12 13 40600290 BITUMINOUS MATERIALS (TACK COAT) N 14 40600615 LEVELING BINDER (MACHINE METHOD), N30 N 15 40600635 LEVELING BINDER (MACHINE METHOD), N70 N 16 ******** HOT-MIX ASPHALT SURFACE COURSE, IL-9.5, MIX "C", N30 LOW ESAL Y DS-13 17 40603335 HOT MIX ASPHALT SURFACE COURSE, MIX "D", N50 N 18 40603340 HOT MIX ASPHALT SURFACE COURSE, MIX "D", N70 N 19 ******** HOT MIX ASPHALT BINDER COURSE, MIX "D", N50 Y DS-13 20 42000300 PORTLAND CEMENT CONCRETE PAVEMENT, 8 INCH N 21 42300400 PORTLAND CEMENT CONCRETE ALLEY/DRIVEWAY PAVEMENT, 8 INCH N 22 44000100 PAVEMENT REMOVAL N 23 44000200 DRIVEWAY PAVEMENT REMOVAL N 24 ******** ALLEY PAVEMENT REMOVAL Y DS-14 25 44000300 CURB REMOVAL N 26 44000500 COMBINATION CURB AND GUTTER REMOVAL N 27 44000600 SIDEWALK REMOVAL N 28 ******** PAVEMENT SURFACE REMOVAL, LESS THAN 2" Y DS 15 29 ******** RAILROAD TRACK REMOVAL Y DS-16 30 ******** HMA SPEED HUMPS Y DS 18 31 ******** SIDEWALK/DRIVEWAY SPECIAL Y DS-19 32 ******** PORTLAND CEMENT CONCRETE SIDEWALK 5 INCH Y DS 21 33 ******** PORTLAND CEMENT CONCRETE ADA RAMP 5 INCH Y DS 22 34 ******** DETECTABLE ADA WARNING TILES, LINEAR (CAST IRON) Y DS 23 35 50800205 REINFORCEMENT BARS, EPOXY COATED N DS-3

36 54248510 CONCRETE COLLAR N 37 ******** 38 ******** 39 ******** 40 ******** SEWER, 42", CLASS III, REINFORCED CONCRETE PIPE, IN OPEN CUT SEWER, 36", CLASS III, REINFORCED CONCRETE PIPE, IN OPEN CUT SEWER, 30", CLASS III, REINFORCED CONCRETE PIPE, IN OPEN CUT SEWER, 24", CLASS III, REINFORCED CONCRETE PIPE, IN OPEN CUT Y Y Y Y DS 24 DS 24 DS 24 DS 24 41 ******** SEWER, 24", DUCTILE IRON PIPE, IN OPEN CUT Y DS 32 42 ******** DRAIN CONNECTION, 48", REINFORCED CONCRETE Y DS 35 43 ******** DRAIN CONNECTION, 30", REINFORCED CONCRETE Y DS 35 44 ******** DRAIN CONNECTION, 18" VITRIFIED CLAY PIPE Y DS 35 45 ******** DRAIN CONNECTION, 15" VITRIFIED CLAY PIPE Y DS 35 46 ******** DRAIN CONNECTION, 12" VITRIFIED CLAY PIPE Y DS 35 47 ******** DRAIN CONNECTION, 10" VITRIFIED CLAY PIPE Y DS 35 48 ******** DRAIN CONNECTION, 8" VITRIFIED CLAY PIPE Y DS 36 49 ******** DRAIN CONNECTION, 6" VITRIFIED CLAY PIPE Y DS 35 50 ******** DRAIN CONNECTION, 15", DUCTILE IRON PIPE Y DS 35 51 ******** DRAIN CONNECTION, 8", DUCTILE IRON PIPE Y DS 35 52 ******** DRAIN CONNECTION, 6", DUCTILE IRON PIPE Y DS 35 53 ******** MANHOLE TYPE A, 3' DIAMETER Y DS 46 54 ******** MANHOLE TYPE B, 3' DIAMETER Y DS 45 55 ******** MANHOLE TYPE B MODIFIED Y DS 45 56 ******** MANHOLE TYPE B REVERSE Y DS 45 57 ******** MANHOLES TO BE ADJUSTED Y DS 49 58 ******** CATCH BASINS, 4' DIAMETER Y DS 51 59 ******** CHICAGO STANDARD FRAMES Y DS 55 60 ******** CHICAGO STANDARD LIDS Y DS 55 61 ******** CATCH BASINS TO BE CLEANED Y DS 57 62 ******** CATCH BASINS TO BE ADJUSTED Y DS 59 63 ******** TUMBLING BASIN, 60-INCH DIAMETER AT W 85TH ST AND S BISHOP ST, PRECAST CONCRETE Y DS 61 64 ******** TUMBLING BASIN, 60-INCH DIAMETER AT W 85TH ST AND S RACINE AV, PRECAST CONCRETE Y DS 61 65 60500060 REMOVING INLETS N 66 ******** INLETS Y DS 70 67 ******** INLETS TO BE ADJUSTED Y DS-72 68 ******** VALVE VAULTS TO BE ADJUSTED Y DS 72 69 ******** SEWER CLEANING AND TELEVISING, 12" Y DS-74 70 60500105 FILLING MANHOLES N 71 60500205 FILLING CATCH BASINS N DS-4

72 60600605 CONCRETE CURB, TYPE B N 73 ******** COMBINATION CURB AND GUTTER, TYPE B V.12 Y DS 81 74 ******** CONCRETE CURB, MOUNTABLE TYPE FOR TRAFFIC Y DS 81 75 67000400 ENGINEER'S FIELD OFFICE Y 76 ******** MOBILIZATION N DS 82 77 ******** TRAFFIC CONTROL AND PROTECTION Y DS 85 78 ******** PROJECT SIGNS Y DS 88 79 ******** CHANGEABLE MESSAGE SIGN Y DS 89 80 70300220 TEMPORARY PAVEMENT MARKING LINE 4" N 81 70300280 TEMPORARY PAVEMENT MARKING, 24 - INCH N 82 70400100 TEMPORARY CONCRETE BARRIER N 83 70400200 RELOCATE TEMPORARY CONCRETE BARRIER N 84 70600235 IMPACT ATTENUATORS, TEMPORARY (FULLY REDIRECTIVE), TEST LEVEL 2 N 85 78000200 THERMOPLASTIC PAVEMENT MARKING LINE 4" N 86 78000400 THERMOPLASTIC PAVEMENT MARKING LINE 6" N 87 78000650 THERMOPLASTIC PAVEMENT MARKING LINE 24" N 88 78300100 PAVEMENT MARKING REMOVAL N 89 ******** DRILL AND GROUT DOWEL/TIE BARS Y DS 90 90 ******** MAINTAIN EXISTING LIGHTING SYSTEM Y DS 92 91 ******** CUT, CAP, AND REPLACE EXISTING WATER MAIN FOR UTILITY INSTALLATION 8 INCH Y DS 96 92 ******** CUT, CAP, AND REPLACE EXISTING WATER MAIN FOR UTILITY INSTALLATION 12 INCH Y DS 96 93 ******** WATER MAIN INSTALLED IN OPEN CUT 8 INCH Y DS 98 94 ******** WATER MAIN INSTALLED IN OPEN CUT 12 INCH Y DS 98 95 ******** TEMPORARY WATER MAIN SUPPORT STRUCTURE, TYPE II, 36" Y DS 100 96 ******** TEMPORARY WATER MAIN SUPPORT STRUCTURE, TYPE III, 12" Y DS 100 97 ******** TEMPORARY WATER MAIN SUPPORT STRUCTURE, TYPE III, 8" Y DS 100 98 ******** CONTROLLED LOW STRENGTH MATERIAL (CLSM) Y DS 102 99 ******** PROTECTIVE CONCRETE COAT Y DS 103 100 ******** LANDSCAPING Y DS 104 101 ******** SPECIAL WASTE REMOVAL AND DISPOSAL Y DS-108 102 ******** WASTE CHARACTERIZATION ANALYSIS Y DS 111 103 ******** SAND CUSION, 3 Y DS-113 DS-5

ITEM NO. 1 EARTH EXCAVATION Description: Work under this item shall be performed according to the applicable portions of Section 202 of the IDOT Standard Specifications for Road and Bridge Construction, except as herein modified. Work Included: The Contractor must remove and dispose of all underlying material located outside the maximum allowable surface restoration limits (OD + 5 ) and maximum allowable trench limits (OD +3 ), which is not classified as removals paid under other items of the contract, which material is required to be removed for the proper installation of the sewer and sewer structures, and proper restoration as required and as ordered by the Commissioner. This item will also include all excavation, outside the limits of combination curb and gutter removal, necessary to achieve line and grade of proposed sub-base for proposed curb and gutter. No payment will be made under this item for removing and disposing of surplus earth and Temporary Stone placed by the Contractor for temporary surface restoration. The cost of removing and disposing of such material must be included in the several unit prices and lump sum prices bid for sewers, sewer structures and surface restoration. The work includes excavating, loosening, loading, removing and disposing of material underlying existing pavements; excavating, removing and disposing of existing topsoil or sod and underlying material; furnishing all labor, tools, trucks and other equipment; and performing all necessary incidental work to completely remove and dispose of the materials as specified, all of which various classes of work must be performed as herein specified. Final shaping and compacting of the subgrade for the placing of new pavements must not be performed as part of the work under this item but the cost thereof must be included in the prices bid for the item Subbase Granular Material. Removal of Unsuitable Material: This item will also include removal and disposal of unsuitable material below the base of the proposed sewer or sewer structures required to provide a stabilized base. In case it is found desirable or necessary to excavate below the bottom of the structure to provide proper bearing for the masonry, the excavation must be carried to such additional depth as the Commissioner may direct. The material ordered for filling such additional excavation will be paid for under appropriate items of the Contract. The work includes loosening, loading, removing and disposing of both wet and dry materials; furnishing, placing and removing sheeting, bracing and timbering; pumping, bailing and cleaning; and all necessary incidental work to complete the excavation, all of which various classes of work must be performed as herein specified. Where the soil present in the trench bottom or soil beneath manholes and structures not inside the sewer trench is too soft and/or wet to permit the proper laying and support of the sewer, the Contractor must remove the unstable material for a suitable depth to stabilize the trench bottom with a minimum depth of twelve (12) inches of stabilization stone, as specified in the item Stabilization Stone. DS-6

The Commissioner must be the sole judge as to the need for stabilizing where not specified and must also determine the depth of excavation required to do so. The additional excavation required to stabilize the trench bottom will be paid for under this item. The crushed stone used to stabilize the trench bottom will be paid for under the item Stabilization Stone. No additional earth excavation will be authorized unless a change in the Plans for the structure to be built or soil conditions require such additional earth excavation. Unauthorized Excavation: Whenever excavation is performed without authority, beyond the lines or grades shown on the Plans or as ordered by the Commissioner, the Contractor must refill, without extra payment therefore, all such excavated space beyond such lines and grades, with concrete or such material as the Commissioner may direct. Wherever tunnel excavation is performed outside the specified dimensions of the masonry section, to allow the placing of sheeting, bracing or lining and whenever the Contractor is allowed to excavate the tunnel beyond the lines of the finished work for his convenience, and whenever material outside the specified dimensions of the section caves or breaks into the tunnel, then the Contractor, without extra payment therefore, must completely fill the remaining space outside the lines of the finished work with concrete of the quality specified for the sewer section or with other materials as the Commissioner may order. Method of Measurement: No extra or customary measurement of any kind will be allowed. The volume of underlying material removed under this item will be measured as the volume of material excavated within the limits as stated above. These volumes will be determined by the Commissioner using the method of average-end-areas based on cross sections taken at such intervals as may be necessary, supplemented where necessary by other measurements to determine the total volume of the various materials constituting special excavation. Basis of Payment: EARTH EXCAVATION will be paid for at the contract unit price per CUBIC YARD of excavation as specified herein. DS-7

ITEM NO. 2 SOIL BORING Description: Work under this item includes all costs associated with obtaining environmental soil borings in locations where Special or Hazardous Waste may be present. See Appendix C for Geotechnical Reports obtained during the design phase. This item is for additional testing, as directed by the Commissioner, beyond the requirements listed in Book 3, Division I Disposal of Excavated Material. General Requirements: The Contractor is reminded that special soils waste and/or hazardous waste may exist within the limits of the excavation for the proposed sewers, sewer structures and water main construction. The Contractor must conduct an on-site test to verify the presence and extent of soil that would require special handling and disposal. Testing will not be included in this item but will be paid for under the item Waste Characterization Analysis. Removal and disposal of any special and/or hazardous soils waste will not be included in this item but will be paid for under the item Special Soils Waste Removal and Disposal. Work Included: Work for SOIL BORINGS includes: 1) Mobilizing soil boring sampling equipment. 2) Advancing soil borings as directed by the Commissioner for sampling purposes. Sampling shall be done in sets of four to eight soil borings. 3) Field sampling and monitoring, obtaining soil samples, traffic control during soil borings, sampling equipment decontamination, ADDENDUM NO. bore 1hole pavement patches, and performing laboratory analysis and testing. 4) Transporting the sample to the laboratory. Samples will be taken from each soil boring drilled. Method of Measurement: This item will be paid for at the contract unit price per each set of soil borings, with each set to include four to eight separate borings. Basis of Payment: SOIL BORINGS will be paid for at the contract unit price per EACH set, with one set to include four to eight soil borings. DS-8

ITEM NO. 8 PORTLAND CEMENT CONCRETE BASE COURSE, (VARIABLE DEPTH) TEM NO. 9 PORTLAND CEMENT CONCRETE BASE COURSE, HIGH EARLY STRENGTH (VARIABLE DEPTH) Description: Work under these items consist of providing and installing Portland cement concrete base course, in accordance with the specifications herein. Work under this item shall be performed in accordance with Section 353 of the IDOT Standard Specifications for Road and Bridge Construction, except as herein modified. The items in this section must meet the American Iron and Steel Requirements (AISR). See Book 3, Division I, Compliance With American Iron and Steel Requirements for details on which items must meet these requirements, and for instructions on how to provide certification that these requirements are met. Materials and Workmanship: The Portland cement concrete base course must be placed after the subbase has been compacted to the lines and grades shown on the Plans or established by the Commissioner. The Portland cement concrete base course must have a uniform thickness as shown on the Typical Sections in the contract plans, or as directed by the Commissioner. Thickness shall also be as specified in the most current edition of the Chicago Department of Transportation (CDOT) Rules and Regulations for Construction in the Public Way. High early strength base course will be placed as ordered by the Commissioner. Method of Measurement: No extra or customary measurement of any kind will be allowed. The Portland cement concrete base course must be placed within the limits and thicknesses as shown on the Plans, or established by the Commissioner. No deduction will be made in the measured area of a concrete base course for manholes, catch basins, inlets or similar structures. Basis of Payment: PORTLAND CEMENT CONCRETE BASE COURSE will be paid for at the contract unit price per CUBIC YARD of base course of standard concrete or high early strength concrete as indicated. DS-9

ITEM 10 TEMPORARY STONE Description: Work under this item includes all costs associated with providing, installing, and removing temporary crushed stone in accordance with the specifications herein as well as Article 402.10 of the IDOT Standard Specifications for Road and Bridge Construction (SSRBC). Work Included: The Contractor must furnish, transport, place, and compact temporary crushed stone as directed by the Commissioner in order to maintain adequate surface drainage and to provide safe vehicular operation. The Contractor shall place temporary crushed stone within 24 hours after being directed by the Commissioner. The Contractor must re-grade the temporary stone as frequently as necessary to maintain surface drainage and safe vehicular operations. The work includes grading and compacting the subgrade; furnishing, transporting, placing and compacting crushed stone; maintaining and regrading the temporary stone as frequently as deemed necessary by the Commissioner for surface drainage and safe vehicular operation; furnishing all labor, tools, and appurtenances; the transport and removal of crushed stone as required; and any incidental work necessary to complete and maintain the temporary stone as specified, all of which various classes of work must be performed as herein specified. Materials and Workmanship: The material to be used for temporary stone must be crushed stone conforming to Article 1004.04 of the SSRBC, with the gradation of the material conforming to CA 6, or as ordered by the Commissioner. The temporary stone must be maintained in a passable and safe condition for traffic by dressing or grading the fill already placed or by placing additional fill as ordered by the Commissioner. Method of Measurement: No extra or customary measurement of any kind will be allowed. The temporary stone will be measured by weight. The Contractor must deliver to the Commissioner, at the time each load is deposited, a signed weigh ticket showing the net weight of the stone. Basis of Payment: crushed stone fill. TEMPORARY STONE will be paid for at the contract unit price per TON of DS-10

ITEM 11 TEMPORARY COLD PATCH Description: Work under this item includes all costs associated with providing, installing, and removing temporary cold patch in accordance with the specifications herein. Work Included: The Contractor must furnish, transport, place, and compact temporary cold patch as directed by the Commissioner in order to maintain adequate surface drainage and to provide safe vehicular operation. The Contractor shall place temporary cold patch within 24 hours after being directed by the Commissioner. The work includes grading and compacting the subgrade; furnishing, transporting, placing and compacting cold patch; maintaining and regrading the temporary cold patch as frequently as deemed necessary by the Commissioner for surface drainage and safe vehicular operation; furnishing all labor, tools, and appurtenances; the transport and removal of the cold patch as required; and any incidental work necessary to install and maintain the temporary cold patch. Materials and Workmanship: The bituminous premix shall be composed of mineral aggregates uniformly coated with inverted emulsified asphalt CBAE-2 plus additive, shall exhibit no stripping of the bituminous material from the aggregate when immersed in water immediately after mixing, and shall be capable of being stockpiled over a period of at least six months without hardening. The mixture shall be capable of being loaded into trucks by either hand shovels or power loading equipment, shall be sufficiently workable for placing with shovels, rakes or other hand tools, and shall readily compact by hand tamping, hand or power rolling, or under the action of traffic at the mixing temperature or at temperatures as low as 9 C (15 F)., immediately after preparation or over a period of at least six months in a stockpile. The mixture shall remain in place when used to patch wet or dry pavements and shall be stable under normal traffic conditions. The temporary cold patch must be maintained in a passable and safe condition for traffic by dressing or grading the material already placed or by placing additional material as ordered by the Commissioner. Method of Measurement: No extra or customary measurement of any kind will be allowed. The temporary cold patch will be measured by weight. The Contractor must deliver to the Commissioner, at the time each load is deposited, a signed weigh ticket showing the net weight of the cold patch. Basis of Payment: cold patch. TEMPORARY COLD PATCH will be paid for at the contract unit price per TON of DS-11

ITEM 12 STABILIZATION STONE Description: Work under this item includes all costs associated with providing and installing stabilization stone in accordance with the specifications herein. Work Included: The Contractor must furnish, transport, place, and compact crushed stone fill to be used for stabilization when filling voids created by removal of materials considered additional excavation, in accordance with the specifications herein. The work includes furnishing, transporting, placing, and compacting the crushed stone fill; furnishing all labor, tools, and appurtenances; and any incidental work necessary to complete and maintain stabilized fill as specified, all of which various classes of work must be performed as herein specified. General Requirements: Where the soil present in the trench bottom is too soft and/or wet to permit the proper laying and support of the sewer, the Contractor must remove the unstable material for a suitable depth and must stabilize the trench bottom by placing a minimum depth of twelve (12) inches of crushed stone having a CA 6 or CA 1 gradation beneath the sewer pipe bedding. Bedding will be as specified in the sewer pipe items and will not be paid herein but will be included in the price for sewers and sewer structures. Where stabilization is required under manholes and structures not inside the sewer trench, a depth of twelve (12) inches of crushed stone must be placed. The Commissioner must be the sole judge as to the need for stabilizing where not specified and must also determine the depth of excavation required to do so. Coarse aggregate having a CA 6 gradation must be used for the temporary stone for a temporary access. The crushed stone used to stabilize the trench bottom will be paid for under this item. Any additional excavation required to stabilize the trench bottom will be paid for under Earth Excavation. Materials and Workmanship: The material to be used for Stabilization Stone must be crushed stone conforming to Section 1004 of the Standard Specifications for Road and Bridge Construction (SSRBC), except for that the gradation of the material must conform to CA 6 or CA 1, as ordered by the Commissioner, and that the CA 6 material will be crushed limestone. Method of Measurement: Stabilization stone must be furnished as needed to fill the voids of unstable materials removed below the bottom of trench under the item Earth Excavation. No extra or customary measurement of any kind will be allowed. The stabilization stone will be measured by weight. The Contractor must deliver to the Commissioner at the time each load is depositing a signed weigh ticket showing the net weight of the stone. Basis of Payment: crushed stone fill. STABILIZATION STONE will be paid for at the contract unit price per TON of DS-12

ITEM NO. 16 ESAL ITEM NO. 19 HOT-MIX ASPHALT SURFACE COURSE, IL-9.5, MIX "C", N30 LOW HOT-MIX ASPHALT BINDER COURSE, MIX "D", N50 Description Work under this item shall be performed according to Section 406 of the IDOT Standard Specifications for Road and Bridge Construction, except as herein modified. Construction Requirements The Hot-Mix Asphalt Surface Course shall be an IL-9.5 mix and Low ESAL. Basis of Payment This work will be paid for at the contract unit price per TON for HOT-MIX ASPHALT SURFACE COURSE, IL-9.5, MIX "C", N30 LOW ESAL & HOT-MIX ASPHALT BINDER COURSE, MIX "D", N50. DS-13

ITEM 24 ALLEY PAVEMENT REMOVAL Description: Work under this item consists of removing and disposing of existing alley pavement and subbase. Removal of full or partial depth pavement removal must be in accordance with the specifications herein. The work shall be performed in accordance with Articles 440.01 thru 440.03 of the IDOT Standard Specifications for Road and Bridge Construction (SSRBC), except as herein modified. Work Included: The Contractor must remove and dispose of Portland cement concrete or bituminous alley pavement and sub-bases within the limits shown on the Plans or established by the Commissioner and outside the actual limits of excavation for sewers and sewer structures. No payment will be made under this item for any materials removed and paid for under other items of the Contract. The work includes removing and disposing of the concrete or bituminous alley pavement and existing subbase; furnishing all labor, tools, trucks and other equipment; and performing all necessary incidental work to completely remove and dispose of the materials as specified, all of which various classes of work must be performed as herein specified. Final cleaning and preparing the sub-base course for the placing of the new pavement surface must not be performed as part of the work under this item, but the cost thereof must be included in the unit prices bid for the new pavement surface. Method of Measurement: No extra or customary measurement of any kind will be allowed. The square yards of existing alley pavement removed under this item will be measured as the square yards of pavement removed within the limits shown on the Plans or established by the Commissioner. No deductions will be made from the measured area for manhole or catch basin covers or inlets or other similar covers or castings. Basis of Payment: ALLEY PAVMENT REMOVAL will be paid for at the contract unit price per SQUARE YARD of removal. DS-14

ITEM 28 PAVEMENT SURFACE REMOVAL, LESS THAN 2 Description: Work under this item consists of removing and disposing of existing hot-mix asphalt (HMA) or concrete pavement in preparation for subsequent resurfacing as shown on the plans or as directed by the Commissioner. This work shall be performed in accordance with Section 440 of the IDOT Standard Specifications for Road and Bridge Construction, except as herein modified. Work Included: The Contractor must remove and dispose of bituminous surface courses overlying existing pavement bases or partially remove and dispose of concrete surfacing, as appropriate, within the limits shown on the Plans or established by the Commissioner and outside the actual limits of excavation for sewers and sewer structures. No payment will be made under this item for any materials removed and paid for under other items of the Contract. The work includes removing and disposing of the bituminous surface from the base course or partial removal of concrete surfacing; furnishing all labor, tools, trucks and other equipment; and performing all necessary incidental work to completely remove and dispose of the materials as specified, all of which various classes of work must be performed as herein specified. Final cleaning and preparing the base course or existing concrete pavement for the placing of the new pavement surface must not be performed as part of the work under this item, but the cost thereof must be included in the unit prices bid for the new pavement surface. Method of Measurement: No extra or customary measurement of any kind will be allowed. The square yards of bituminous or surface course or concrete surfacing removed under this item will be measured as the square yards of pavement surface removed within the limits shown on the Plans or established by the Commissioner. No deductions will be made from the measured area for manhole or catch basin covers or inlets or other similar covers or castings. Basis of Payment: PAVEMENT SURFACE REMOVAL, of the thickness indicated, will be paid for at the contract unit price per SQUARE YARD of pavement removal. DS-15

ITEM 29 RAILROAD TRACK REMOVAL Description: Work under this item consists of the removal and disposal of existing track structures and their overlying pavements from abandoned streetcar rails encountered within the sewer trench at the locations shown on the plans or as directed by the Commissioner from the top of existing pavement to the bottom of track structure. Work Included: The work includes all labor, equipment and supplies required to remove and dispose of all materials that constitute the existing pavement and track structures, including but not limited to: rails, tie plates, spikes, timbers, ties, bituminous and P.C. concrete pavements, granite blocks, supporting concrete, bituminous overlay and fill concrete. The removal and disposal of any existing concrete median and concrete curb and gutter encountered located above the existing track structures shall be included in this Work. General Requirements: The pavement section shall be sawcut full depth prior to beginning removal. The pavement requiring breaking by machine shall be removed in such a manner as not to disturb underlying utility structures. It shall be the Contractor s responsibility to protect all existing utilities. All sawcutting required for the satisfactory removal of the track structure will be considered incidental to the removal, and no additional costs shall be paid. Cut the existing rails at the limits of the removal with a saw or torch. Remove and/or compact the underlying ballast to provide a suitable subgrade for subsequent construction. If fill material is necessary, the Contractor shall furnish and compact stabilization stone to bring the subgrade to proper elevations. Such work shall be paid for under the item Stabilization Stone. Any required earth excavation to the bottom of track structure, removal and disposal outside the maximum allowable surface restoration limits (OD + 5 ), will be paid for under the item Earth Excavation. Track structures shall be disposed of in accordance with the provisions of Book 3, Division I, Disposal of Excavated Material. No burning or use of explosives will be allowed. Stockpiling of excavated material shall not be allowed. Except when a detour is in effect, track removal shall be accomplished in a manner that will allow two-way traffic to be maintained at all times, which may necessitate removing a single track structure at a time. Flaggers shall control traffic through the immediate track removal operation. This work shall be in accordance with the specifications of and paid for under the item Traffic Control and Protection. The Contractor must coordinate with the Chicago Area Joint Electrolysis Committee to determine if the rails are being used by the CTA as a negative ground return for their traction power system. The Contractor must also coordinate with ComEd Transmission Line Engineering to determine if the rails are being used by ComEd Transmission as a negative ground return for ComEd s traction power system. For coordination with ComEd Transmission, contact Mr. Youssef Tabib at (630) 576-6952. DS-16

When buried streetcar rails are being used for grounding, bridging of the cut rails will be paid for separately under the item Cable Bridging of Cut Rails. Method of Measurement: Railroad Track Removal as tabulated in the proposal or as directed by the Commissioner will be measured for payment. Items must include the costs for all labor, equipment and supplies required to remove and dispose of track structures. Basis of Payment: RAILROAD TRACK REMOVAL will be paid for at the contract unit price per SQUARE YARD of removal. DS-17

ITEM 30 HOT-MIX ASPHALT SPEED HUMPS Description: Work under this item consists of installing hot-mix asphalt speed humps. This work shall be performed in accordance with Section 406 of the IDOT Standard Specifications for Road and Bridge Construction, except as herein modified. Work Included: The work includes cleaning and preparing the asphalt surface course; furnishing and applying the tack coat on the prepared surface course; furnishing all labor, tools, plant and appurtenances; and all necessary incidental work to complete the hot-mix asphalt surfacing as specified, all of which various classes of work must be performed as herein specified. Speed humps shall be installed following the installation of the surface course unless otherwise approved by the Commissioner. The work for speed humps shall include the following: Sawcut asphalt surface for 2 at each end of the speed hump to depth shown on the plans to provide a butt joint; Place tack coat over the existing asphalt surface; Install hot-mix asphalt speed humps to dimensions shown on the plans; Place thermoplastic pavement markings as detailed, if shown on the plans Materials and Workmanship: Speed humps will be constructed to the dimensions and thickness as shown on the details in the Contract Plans. New speed humps will be of the same size and location as the existing speed hump being replaced. Method of Measurement: No extra or customary measurement of any kind will be allowed. The hot-mix asphalt speed hump will be measured by area. Price for speed humps shall include any necessary pavement removal, PCC grinding, and asphalt paving including all labor, equipment, materials and incidental expenses necessary for the installation of speed humps. Pavement marking for new speed humps, if shown on the plans, will be paid under the Pavement Marking items. Tack coat will be paid for under the item Bituminous Materials (Tack Coat). Basis of Payment: HOT-MIX ASPHALT SPEED HUMP will be paid at the contract unit price per SQUARE YARD of speed hump installed. DS-18

ITEM 31 SIDEWALK / DRIVEWAY, SPECIAL Description: Work under this item includes all costs associated with removing, storing and reinstalling or replacing in kind decorative sidewalk and driveway materials as shown and noted on the Contact Plans in accordance with the specifications herein. Work Included: The Contractor must reinstall or replace in kind the decorative sidewalk or driveway at locations as shown on the plans or as ordered by the Commissioner. The sidewalk or driveway must be constructed to the lines, grades and dimensions established by the Commissioner. Decorative materials must be reinstalled or replaced on a prepared subbase. The work includes the careful removal and salvage of the existing decorative sidewalks or driveways including brick pavers and storage at a location approved by the Commissioner; removing and disposing of surplus material not removed under other items of the Contract; preparation of the subgrade; reinstallation of the salvaged decorative walk or driveway material if approved by the Commissioner or reinstallation in kind, including formwork; furnishing and placing concrete or new brick pavers, preformed joint filler and asphalt for sealing joints; and all necessary incidental work to complete the replacement of the decorative sidewalks and driveways as specified, all of which various classes of work must be performed as herein specified. Excavate, prepare and compact subgrade to 95% of maximum laboratory density and in accordance with Standard Specifications for Road and Bridge Construction (SSRBC) Section 424. When directed by the Commissioner, provide 4-inch sub-base. Sub-base will not be paid for under this item, but will be paid for under the item Sub-base Granular Material, Type B, 4-Inch. Materials and Workmanship: Sidewalks must conform to the requirements of Section 424, "Portland Cement Concrete Sidewalk," of the SSRBC and the current City of Chicago Department of Transportation ADA standards. Brick Paver Driveway The salvaged brick pavers shall be approved by the Commissioner for reinstallation. Based on the existing conditions, a small number of the existing bricks may need to be replaced due to damage. Any new bricks must match the existing bricks in size, color, etc. to the satisfaction of the Commissioner. Bricks shall be replaced in the same running bond pattern as existing. Cutting of bricks to fit shall be as approved by the Commissioner. The cost of any new bricks required is included in this item and there will be no extra charge. An edge strip shall be staked in using material approved by the Commissioner. The pavers must tightly abut against the edge restraints to prevent rotation under load and any consequent spreading of joints. Paver base shall be a minimum of 4 crushed stone for sidewalks and 6 crushed stone for driveways. Prepare and compact subgrade to 95% maximum laboratory density and in accordance with Standard Specifications for Road and Bridge Construction (SSRBC) Section 424. DS-19

Following preparation of subbase, a 1 layer of bedding sand shall be added. Bedding sand shall be of a manufacturer approved by the Commissioner. Place brick pavers to line and grade on leveling sand and sweep sand into joints, then compact bricks using a vibratory plate compactor. Joint sand shall be suitable sand, of a manufacturer approved by the Commissioner. Sweep sand into joints and compact bricks again. Repeat process of sweeping sand into joints and compacting bricks until joints are filled with sand. Joint size shall match existing. Method of Measurement: No extra or customary measurement of any kind will be allowed. The decorative sidewalk or driveway will be measured in place as the square feet of sidewalk or driveway within the limits shown on the Plans or established by the Commissioner. No deduction will be made in the measured area of pavements for manholes, catch basins, inlets, b-boxes or similar structures. Removal and disposal of surplus material and any saw cutting required for the installation of the decorative sidewalks and driveways will be paid for under this item. Removal and storage of existing brick pavers will be paid for under this item. Brick paver edge restraints, bedding sand, joint sand and additional brick pavers if required, will be paid for under this item. Sub-base where required will be paid for under the item Subbase Granular Material, Type B, 4 or Subbase Granular Material, Type B, 6. Basis of Payment: SIDEWALK / DRIVEWAY, SPECIAL, will be paid for at the contract unit price per SQUARE FOOT of decorative sidewalk or driveway removed, stored, and reinstalled or replaced, which shall match existing decorative material in kind. DS-20