Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal...
Transcript of Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal...
RETURN WITH BID
Printed 6/15/2020 Page 1 of 6 BLR 12200 (01/08/14)
Local Public Agency Formal Contract Proposal
PROPOSAL SUBMITTED BY
Contractor’s Name
Street P.O. Box
City State Zip Code
STATE OF ILLINOIS
COUNTY OF Piatt
(Name of City, Village, Town or Road District)
FOR THE IMPROVEMENT OF STREET NAME OR ROUTE NO. CH 2 Culvert Replacement
SECTION NO. CAB 20-02-215
TYPES OF FUNDS NON-MFT
SPECIFICATIONS (required) PLANS (required)
For Municipal Projects Department of Transportation
Submitted/Approved/Passed Released for bid based on limited review
Mayor President of Board of Trustees Municipal Official Regional Engineer
Date Date
For County and Road District Projects
Submitted/Approved
Highway Commissioner
Date
Submitted/Approved
County Engineer/Superintendent of Highways
Date
Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled together to prevent loss when bids are processed.
RETURN WITH BID
Printed 6/15/2020 Page 2 of 6 BLR 12200 (01/08/14)
NOTICE TO BIDDERS
County Piatt
Local Public Agency Piatt County
Section Number CAB 20-02-215
Route CH 2
Sealed proposals for the improvement described below will be received at the office of the Piatt County Engineer,
1115 N State Street, Suite 150, Monticello, Illinois 61856 until 11:00 AM on July 6, 2020 Address Time Date
Sealed proposals will be opened and read publicly at the office of the Piatt County Engineer
1115 N State Street, Suite 150, Monticello, Illinois 61856 at 11:00 AM on July 6, 2020 Address Time Date
DESCRIPTION OF WORK
Name CH 2 Culvert Replacement Length: 40.00 feet ( 0.008 miles)
Location 2 miles north of Mansfield
Proposed Improvement Remove and replace existing 36" metal culvert with new 48" elliptical concrete pipe culvert,
pavement removal, CLSM backfill, aggregate base course, HMA, aggregate shoulders, stone riprap, restore and seed foreslopes.
1. Plans and proposal forms will be available in the office of the Piatt County Engineer
1115 N State Street, Suite 150, Monticello, Illinois 61856 Address
2. Prequalification
If checked, the 2 low bidders must file within 24 hours after the letting an “Affidavit of Availability” (Form BC 57), in duplicate, showing all uncompleted contracts awarded to them and all low bids pending award for Federal, State, County, Municipal and private work. One original shall be filed with the Awarding Authority and one original with the IDOT District Office.
3. The Awarding Authority reserves the right to waive technicalities and to reject any or all proposals as provided in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals.
4. The following BLR Forms shall be returned by the bidder to the Awarding Authority:
a. BLR 12200: Local Public Agency Formal Contract Proposal b. BLR 12200a Schedule of Prices c. BLR 12230: Proposal Bid Bond (if applicable) d. BLR 12325: Apprenticeship or Training Program Certification (do not use for federally funded projects) e. BLR 12326: Affidavit of Illinois Business Office
5. The quantities appearing in the bid schedule are approximate and are prepared for the comparison of bids. Payment to the Contractor will be made only for the actual quantities of work performed and accepted or materials furnished according to the contract. The scheduled quantities of work to be done and materials to be furnished may be increased, decreased or omitted as hereinafter provided.
6. Submission of a bid shall be conclusive assurance and warranty the bidder has examined the plans and understands all requirements for the performance of work. The bidder will be responsible for all errors in the proposal resulting from failure or neglect to conduct an in depth examination. The Awarding Authority will, in no case be responsible for any costs, expenses, losses or changes in anticipated profits resulting from such failure or neglect of the bidder.
7. The bidder shall take no advantage of any error or omission in the proposal and advertised contract.
8. If a special envelope is supplied by the Awarding Authority, each proposal should be submitted in that envelope furnished by the Awarding Agency and the blank spaces on the envelope shall be filled in correctly to clearly indicate its contents. When an envelope other than the special one furnished by the Awarding Authority is used, it shall be marked to clearly indicate its contents. When sent by mail, the sealed proposal shall be addressed to the Awarding Authority at the address and in care of the official in whose office the bids are to be received. All proposals shall be filed prior to the time and at the place specified in the Notice to Bidders. Proposals received after the time specified will be returned to the bidder unopened.
9. Permission will be given to a bidder to withdraw a proposal if the bidder makes the request in writing or in person before the time for opening proposals.
RETURN WITH BID
Printed 6/15/2020 Page 3 of 6 BLR 12200 (01/08/14)
PROPOSAL
County Piatt
Local Public Agency Piatt County
Section Number CAB 20-02-215
Route CH 2
1. Proposal of
for the improvement of the above section by the construction of Remove and replace existing 36" metal culvert with new
48" elliptical concrete pipe culvert, pavement removal, CLSM backfill, aggregate base course, HMA, aggregate shoulders,
stone riprap, restore and seed the foreslopes.
a total distance of 40.00 feet, of which a distance of 40.00 feet, ( 0.008 miles) are to be improved.
2. The plans for the proposed work are those prepared by the Piatt County Highway Department and approved by the Department of Transportation on
3. The specifications referred to herein are those prepared by the Department of Transportation and designated as “Standard Specifications for Road and Bridge Construction” and the “Supplemental Specifications and Recurring Special Provisions” thereto, adopted and in effect on the date of invitation for bids.
4. The undersigned agrees to accept, as part of the contract, the applicable Special Provisions indicated on the “Check Sheet for Recurring Special Provisions” contained in this proposal.
5. The undersigned agrees to complete the work within 5 working days or by August 14, 2020 unless additional time is granted in accordance with the specifications.
6. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals, will be required. Bid Bonds will be allowed as a proposal guaranty. Accompanying this proposal is either a bid bond if allowed, on Department form BLR 12230 or a proposal guaranty check, complying with the specifications, made payable to:
Treasurer of Piatt County
The amount of the check is ( ).
7. In the event that one proposal guaranty check is intended to cover two or more proposals, the amount must be equal to the sum of the proposal guaranties, which would be required for each individual proposal. If the proposal guaranty check is placed in another proposal, it will be found in the proposal for: Section Number .
8. The successful bidder at the time of execution of the contract will be required to deposit a contract bond for the full amount of the award. When a contract bond is not required, the proposal guaranty check will be held in lieu thereof. If this proposal is accepted and the undersigned fails to execute a contract and contract bond as required, it is hereby agreed that the Bid Bond or check shall be forfeited to the Awarding Authority.
9. Each pay item should have a unit price and a total price. If no total price is shown or if there is a discrepancy between the product of the unit price multiplied by the quantity, the unit price shall govern. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price.
10. A bid will be declared unacceptable if neither a unit price nor a total price is shown.
11. The undersigned submits herewith the schedule of prices on BLR 12200a covering the work to be performed under this contract.
12. The undersigned further agrees that if awarded the contract for the sections contained in the combinations on BLR 12200a, the work shall be in accordance with the requirements of each individual proposal for the multiple bid specified in the Schedule for Multiple Bids below.
RETURN WITH BID
County
Local Public Agency
Section
Route
Total
Item No.
Items Unit Quantity Total
1 AGGREGATE BASE COURSE, TYPE B TON 40
2 HOT-MIX ASPHALT BINDER COURSE, IL-19.0, N50 TON 23.9
3HOT-MIX ASPHALT SURFACE COURSE, IL-9.5, MIX "C", N50 TON 11.9
4 PAVEMENT REMOVAL SQ YD 107
5 AGGREGATE WEDGE SHOULDERS, TYPE B TON 10
6 PIPE CULVERT REMOVAL FOOT 58
7PIPE CULVERTS, CLASS A TYPE 1 EQUIVALENT ROUND-SIZE 48" FOOT 56
8PRECAST REINFORCED CONCRETE FLARED END SECTIONS, EQUIVALENT ROUND-SIZE 48" EACH 2
9 CONTROLLED LOW-STRENGTH MATERIAL CU YD 80
10 STONE DUMPED RIPRAP, CLASS A4 (SPECIAL) TON 90
11TRAFFIC CONTROL AND PROTECTION, STANDARD BLR 21 L SUM 1
CH 2
A bid will be declared unacceptable if neither a unit price nor total price is shown.
Piatt
(For complete information covering these items, see plans and specifications)
SCHEDULE OF PRICES
CAB 20-02-215
Piatt County
Schedule for Multiple BidsSections Included in Combinations
Unit Price
Combination Letter
Bidder's Proposal for making Entire Improvements
Schedule for Single Bid
Printed 6/11/2020 Page 4 of 6 BLR 12200a (Rev. 01/24/19)
RETURN WITH BID
Printed 6/15/2020 Page 5 of 6 BLR 12200 (01/08/14)
CONTRACTOR CERTIFICATIONS
County Piatt
Local Public Agency Piatt County
Section Number CAB 20-02-215
Route CH 2
The certifications hereinafter made by the bidder are each a material representation of fact upon which reliance is placed should the Department enter into the contract with the bidder.
1. Debt Delinquency. The bidder or contractor or subcontractor, respectively, certifies that it is not delinquent in the payment of any tax administered by the Department of Revenue unless the individual or other entity is contesting, in accordance with the procedures established by the appropriate revenue Act, its liability for the tax or the amount of tax. Making a false statement voids the contract and allows the Department to recover all amounts paid to the individual or entity under the contract in a civil action.
2. Bid-Rigging or Bid Rotating. The bidder or contractor or subcontractor, respectively, certifies that it is not barred from contracting with the Department by reason of a violation of either 720 ILCS 5/33E-3 or 720 ILCS 5/33E-4.
A violation of Section 33E-3 would be represented by a conviction of the crime of bid-rigging which, in addition to Class 3 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be barred for 5 years from the date of conviction from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation.
A violation of Section 33E-4 would be represented by a conviction of the crime of bid-rotating which, in addition to Class 2 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be permanently barred from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation.
3. Bribery. The bidder or contractor or subcontractor, respectively, certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois or any unit of local government, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent, or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm.
4. Interim Suspension or Suspension. The bidder or contractor or subcontractor, respectively, certifies that it is not currently under a suspension as defined in Subpart I of Title 44 Subtitle A Chapter III Part 6 of the Illinois Administrative Code. Furthermore, if suspended prior to completion of this work, the contract or contracts executed for the completion of this work may be cancelled.
RETURN WITH BID
Printed 6/15/2020 Page 6 of 6 BLR 12200 (01/08/14)
SIGNATURES
County Piatt
Local Public Agency Piatt County
Section Number CAB 20-02-215
Route CH 2
(If an individual)
Signature of Bidder
Business Address
(If a partnership)
Firm Name
Signed By
Business Address
Inset Names and Addressed of All Partners
(If a corporation)
Corporate Name
Signed By
President
Business Address
President
Insert Names of Officers Secretary
Treasurer
Attest: Secretary
Page 1 of 1 BLR 12230 (Rev. 7/05 Printed on 6/11/2020 9:34:02 PM
Local Agency Proposal Bid Bond
RETURN WITH BID
Route
County
Local Agency
Section
CH 2
Piatt
Piatt County
CAB 20-02-215
PAPER BID BOND
WE as PRINCIPAL,
and as SURETY,
are held jointly, severally and firmly bound unto the above Local Agency (hereafter referred to as “LA”) in the penal sum of 5% of the total bid price, or for the amount specified in the proposal documents in effect on the date of invitation for bids whichever is the lesser sum. We bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly pay to the LA this sum under the conditions of this instrument.
WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said PRINCIPAL is submitting a written proposal to the LA acting through its awarding authority for the construction of the work designated as the above section.
THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LA for the above designated section and the PRINCIPAL shall within fifteen (15) days after award enter into a formal contract, furnish surety guaranteeing the faithful performance of the work, and furnish evidence of the required insurance coverage, all as provided in the “Standard Specifications for Road and Bridge Construction” and applicable Supplemental Specifications, then this obligation shall become void; otherwise it shall remain in full force and effect.
IN THE EVENT the LA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph, then the LA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above, together with all court costs, all attorney fees, and any other expense of recovery.
IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their
respective officers this day of
Principal
(Company Name) (Company Name)
By: By: (Signature and Title) (Signature and Title)
(If PRINCIPAL is a joint venture of two or more contractors, the company names, and authorized signatures of each contractor must be affixed.)
Surety
By: (Name of Surety) (Signature of Attorney-in-Fact)
STATE OF ILLINOIS,
COUNTY OF
I, , a Notary Public in and for said county, do hereby certify that ( Insert names of individuals signing on behalf of PRINCIPAL & SURETY)
who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instruments as their free and voluntary act for the uses and purposes therein set forth.
Given under my hand and notarial seal this day of My commission expires
(Notary Public)
ELECTRONIC BID BOND Electronic bid bond is allowed (box must be checked by LA if electronic bid bond is allowed)
The Principal may submit an electronic bid bond, in lieu of completing the above section of the Proposal Bid Bond Form. By providing an electronic bid bond ID code and signing below, the Principal is ensuring the identified electronic bid bond has been executed and the Principal and Surety are firmly bound unto the LA under the conditions of the bid bond as shown above. (If PRINCIPAL is a joint venture of two or more contractors, an electronic bid bond ID code, company/Bidder name title and date must be affixed for each contractor in the venture.)
Electronic Bid Bond ID Code (Company/Bidder Name)
(Signature and Title) Date
Affidavit of Availability
Page 1 of 2
For the Letting of
Printed 06/11/20 BC 57 (Rev. 03/02/20)
Bureau of Construction 2300 South Dirksen Parkway/Room 322 Springfield, IL 62764
Instructions: Complete this form by either typing or using black ink. "Authorization to Bid" will not be issued unless both sides of this form are completed in detail. Use additional forms as needed to list all work.
Part I. Work Under ContractList below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture, list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate, and must include work subcontracted to others. If no work is contracted, show NONE.
1 2 3 4Awards Pending
Accumulated Totals
Contract Number
Contract With
Estimated Completion Date
Total Contract Price
Uncompleted Dollar Value if Firm is the Prime ContractorUncompleted Dollar Value if Firm is the Subcontractor
Total Value of All Work
Part II. Awards Pending and Uncompleted Work to be done with your own forces.List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work subcontracted to others will be listed on the reverse of this form. In a joint venture, list only that portion of the work to be done by your company. If no work is contracted, show NONE.
Earthwork
Portland Cement Concrete Paving
HMA Plant Mix
HMA Paving
Clean & Seal Cracks/Joints
Aggregate Bases, Surfaces
Highway, R.R., Waterway Struc.
Drainage
Electrical
Cover and Seal Coats
Concrete Construction
Landscaping
Fencing
Guardrail
Painting
Signing
Cold Milling, Planning, Rotomilling
Demolition
Pavement Markings (Paint)
Other Construction (List)
TotalsDisclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the “Illinois Procurement Code." Failure to comply will result in non-issuance of an "Authorization To Bid." This form has been approved by the State Forms Management Center.
BC 57 (Rev. 03/02/20)Page 2 of 2Printed 06/11/20
Part III. Work Subcontracted to Others.For each contract described in Part I, list all the work you have subcontracted to others.
1 2 3 4 Awards Pending
Subcontractor
Type of Work
Subcontract Price
Amount Uncompleted
Subcontractor
Type of Work
Subcontract Price
Amount Uncompleted
Subcontractor
Type of Work
Subcontract Price
Amount Uncompleted
Subcontractor
Type of Work
Subcontract Price
Amount Uncompleted
Subcontractor
Type of Work
Subcontract Price
Amount Uncompleted
Total Uncompleted
Notary
I, being duly sworn, do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, State, County, City and private work, including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL estimated completion dates.
Officer or Director
Title
Signature Date
Company
Address
City State Zip Code
(Signature of Notary Public)
Subscribed and sworn to before me
this day of ,
My commission expires
(Notary Seal)
Add pages for additional contracts
Printed 6/11/2020 Page 1 of 2 BLR 12325 (Rev. 4/07)
Apprenticeship or Training Program Certification
Route CH 2 Return with Bid County Piatt
Local Agency Piatt County Section CAB 20-02-215
All contractors are required to complete the following certification:
For this contract proposal or for all groups in this deliver and install proposal.
For the following deliver and install groups in this material proposal:
Illinois Department of Transportation policy, adopted in accordance with the provisions of the Illinois Highway Code, requires this contract to be awarded to the lowest responsive and responsible bidder. The award decision is subject to approval by the Department. In addition to all other responsibility factors, this contract or deliver and install proposal requires all bidders and all bidders’ subcontractors to disclose participation in apprenticeship or training programs that are (1) approved by and registered with the United States Department of Labor’s Bureau of Apprenticeship and Training, and (2) applicable to the work of the above indicated proposals or groups. Therefore, all bidders are required to complete the following certification: I. Except as provided in paragraph IV below, the undersigned bidder certifies that it is a participant, either as an
individual or as part of a group program, in an approved apprenticeship or training program applicable to each type of work or craft that the bidder will perform with its own employees.
II. The undersigned bidder further certifies for work to be performed by subcontract that each of its subcontractors
submitted for approval either (A) is, at the time of such bid, participating in an approved, applicable apprenticeship or training program; or (B) will, prior to commencement of performance of work pursuant to this contract, establish participation in an approved apprenticeship or training program applicable to the work of the subcontract.
III. The undersigned bidder, by inclusion in the list in the space below, certifies the official name of each program
sponsor holding the Certificate of Registration for all of the types of work or crafts in which the bidder is a participant and that will be performed with the bidder’s employees. Types of work or craft that will be subcontracted shall be included and listed as subcontract work. The list shall also indicate any type of work or craft job category for which there is no applicable apprenticeship or training program available.
Printed 6/11/2020 Page 2 of 2 BLR 12325 (Rev. 4/07)
IV. Except for any work identified above, any bidder or subcontractor that shall perform all or part of the work of the contract or deliver and install proposal solely by individual owners, partners or members and not by employees to whom the payment of prevailing rates of wages would be required, check the following box, and identify the owner/operator workforce and positions of ownership.
The requirements of this certification and disclosure are a material part of the contract, and the contractor shall require this certification provision to be included in all approved subcontracts. The bidder is responsible for making a complete report and shall make certain that each type of work or craft job category that will be utilized on the project is accounted for and listed. The Department at any time before or after award may require the production of a copy of each applicable Certificate of Registration issued by the United States Department of Labor evidencing such participation by the contractor and any or all of its subcontractors. In order to fulfill the participation requirement, it shall not be necessary that any applicable program sponsor be currently taking or that it will take applications for apprenticeship, training or employment during the performance of the work of this contract or deliver and install proposal.
Bidder: By: (Signature) Address: Title:
RETURN WITH BID
Printed 6/11/2020 BLR 12326 (01/08/14)
Affidavit of Illinois Business Office
County Piatt Local Public Agency Piatt County
Section Number CAB 20-02-215 Route CH 2
State of ) ) ss. County of ) I, of , ,
(Name of Affiant) (City of Affiant) (State of Affiant
being first duly sworn upon oath, states as follows:
1. That I am the of .
officer or position bidder
2. That I have personal knowledge of the facts herein stated.
3. That, if selected under this proposal, , will maintain a (bidder)
business office in the State of Illinois which will be located in County, Illinois.
4. That this business office will serve as the primary place of employment for any persons employed in the construction contemplated by this proposal.
5. That this Affidavit is given as a requirement of state law as provided in Section 30-22(8) of the Illinois Procurement Code.
(Signature)
(Print Name of Affiant)
This instrument was acknowledged before me on day of , .
(SEAL)
(Signature of Notary Public)
Check Sheet for Recurring Special Provisions
BLR 11300 (Rev. 10/16/19)Page 1 of 2Printed 06/11/20
The Following Recurring Special Provisions Indicated By An "X" Are Applicable To This Contract And Are Included By Reference:
Recurring Special Provisions
Check Sheet # Page No.
1 Additional State Requirements for Federal-Aid Construction Contracts 83
2 Subletting of Contracts (Federal-Aid Contracts) 86
3 EEO 87
4 Specific EEO Responsibilities Non Federal-Aid Contracts 97
5 Required Provisions - State Contracts 102
6 Asbestos Bearing Pad Removal 108
7 Asbestos Waterproofing Membrane and Asbestos HMA Surface Removal 109
8 Temporary Stream Crossings and In-Stream Work Pads 110
9 Construction Layout Stakes Except for Bridges 111
10 Construction Layout Stakes 114
11 Use of Geotextile Fabric for Railroad Crossing 117
12 Subsealing of Concrete Pavements 119
13 Hot-Mix Asphalt Surface Correction 123
14 Pavement and Shoulder Resurfacing 125
15 Patching with Hot-Mix Asphalt Overlay Removal 126
16 Polymer Concrete 128
17 PVC Pipeliner 130
18 Bicycle Racks 131
19 Temporary Portable Bridge Traffic Signals 133
20 Work Zone Public Information Signs 135
21 Nighttime Inspection of Roadway Lighting 136
22 English Substitution of Metric Bolts 137
23 Calcium Chloride Accelerator for Portland Cement Concrete 138
24 Quality Control of Concrete Mixtures at the Plant 139
25 Quality Control/Quality Assurance of Concrete Mixtures 147
26 Digital Terrain Modeling for Earthwork Calculations 163
27 Reserved 165
28 Preventive Maintenance - Bituminous Surface Treatment (A-1) 166
29 Reserved 172
30 Reserved 173
31 Reserved 174
32 Temporary Raised Pavement Markers 175
33 Restoring Bridge Approach Pavements Using High-Density Foam 176
34 Portland Cement Concrete Inlay or Overlay 179
35 Portland Cement Concrete Partial Depth Hot-Mix Asphalt Patching 183
36 Longitudinal Joint and Crack Patching 186
BLR 11300 (Rev. 10/16/19)Page 2 of 2Printed 06/11/20
The Following Local Roads And Streets Recurring Special Provisions Indicated By An "X" Are Applicable To This Contract And Are Included By Reference:
Local Roads And Streets Recurring Special Provisions
Check Sheet # Page No.
LRS 1 Reserved 189
LRS 2 Furnished Excavation 190
LRS 3 Work Zone Traffic Control Surveillance 191
LRS 4 Flaggers in Work Zones 192
LRS 5 Contract Claims 193
LRS 6 Bidding Requirements and Conditions for Contract Proposals 194
LRS 7 Bidding Requirements and Conditions for Material Proposals 200
LRS 8 Reserved 206
LRS 9 Bituminous Surface Treatments 207
LRS 10 Reserved 208
LRS 11 Employment Practices 209
LRS 12 Wages of Employees on Public Works 211
LRS 13 Selection of Labor 213
LRS 14 Paving Brick and Concrete Paver Pavements and Sidewalks 214
LRS 15 Partial Payments 217
LRS 16 Protests on Local Lettings 218
LRS 17 Substance Abuse Prevention Program 219
LRS 18 Multigrade Cold Mix Asphalt 220
CH 2 (Mansfield Road) Section CAB 20-02-215 Piatt County
i
INDEX Description of Work 1 Salvageable Materials 1 Cooperation with Utilities 1 Joint Utility Locating Information for Excavators 1-2 Traffic Control Plan
2-3
Pavement Removal Pipe Culvert Removal HMA Binder and Surface Course
3 3-4 4
Aggregate Wedge Shoulders, Type B
4
Stone Dumped Riprap, Class A4 (Special)
4
Drop Headwall at Upstream Precast Concrete Flared End Section 4 Seeding Class 2 (Special)
5
Sequence of Operations 5 Project Duration Status of Utilities To Be Adjusted
5 6
CH 2 (Mansfield Road) Section CAB 20-02-215 Piatt County
1
SPECIAL PROVISIONS The following Special Provisions supplement the "Standard Specifications for Road and Bridge Construction," adopted April 1, 2016, the latest edition of the "Manual on Uniform Traffic Control Devices for Streets and Highways", and the "Manual of Test Procedures for Materials” in effect on the date of invitation for bids, and the Supplemental Specifications and Recurring Special Provisions indicated on the Check Sheet included herein which apply to and govern the construction of Section CAB 20-02-215, and in case of conflict with any part, or parts, of said Specifications, the said Special Provisions shall take precedence and shall govern. DESCRIPTION OF WORK The work on this section, located on CH 2 (Mansfield Road) approximately 2.2 miles north of the Village of Mansfield, consists of furnishing all equipment, labor, and materials necessary to remove an existing 36” CMP with cast-in-place concrete headwalls and install a new 48” EQRS reinforced concrete pipe culvert with precast flared end sections. The new pipe culvert will be backfilled with CLSM to within 1 foot of the pavement surface. Additional items of work will include HMA pavement patch, aggregate shoulders, earthwork, seeding disturbed areas, and all other appurtenant and collateral work as shown in the plans and as required by these special provisions. Pavement markings will be done by others. SALVAGEABLE MATERIALS All materials deemed salvageable by the Engineer shall remain the property of the County and shall be stored on the job site as directed by the Engineer. COOPERATION WITH UTILITIES The Contractor shall familiarize himself with the location of all utilities and structures that may be found in the vicinity of the construction. The Contractor shall conduct his operations to avoid damage to the above-mentioned utilities or structures. Should any damage occur due to the Contractor’s negligence, repairs shall be made by the Contractor at his expense in a manner acceptable to the Engineer. The Contractor shall notify all utility owners of his construction schedule and shall coordinate construction operations with the utility owners so that relocation of utility lines and structures may proceed in an orderly manner. Notification shall be in writing with copies transmitted to the Engineer. JOINT UTILITY LOCATING INFORMATION FOR EXCAVATORS The Contractor’s attention is directed to the fact that there exists within the State of Illinois a Joint Utility Locating Information for Excavators (J.U.L.I.E.) System. All utility companies and municipalities which have gas mains and a number of others are a part of this system. Instead of the Contractor notifying each individual utility owner that he will be working within the area, it will only be necessary to call the number of the Joint Utility Locating Information for Excavators System which is 811 or (800) 892-0123 and they will notify all member utility
CH 2 (Mansfield Road) Section CAB 20-02-215 Piatt County
2
companies involved that their respective utility should be located. A minimum of forty-eight hours advance notice is required and the political name of the township where the work is located, as shown on the cover sheet, along with other location information such as land section and quarter section will have to be given. TRAFFIC CONTROL PLAN Traffic control shall 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, these Special Provisions, and any special details and highway standards contained herein and in the plans. Special attention is called to Articles 107.09 and 107.14 of the Standard Specifications for Road and Bridge Construction and the following traffic control related (1) Highway Standards; (2) Supplemental Specifications and Recurring Special Provisions; and (3) Other Special Provisions which are included in this contract: 1) Highway Standards
a) Standard BLR 21-9
2) Supplemental Specifications and Recurring Special Provisions: a) Work Zone Traffic Control Surveillance
3) Special Provisions:
a) Equipment Parking and Storage b) Traffic Control Devices – Cones c) Construction and Maintenance Signs
Limitations of Construction. The Contractor shall coordinate the items of work in order to keep hazards and traffic inconveniences to a minimum, as specified below.
1. The contractor shall provide, erect, and maintain all the necessary barricades, cones, drums, flags and lights for the warning and protection of traffic, as required by Section 107 and 701 through 703 of the Standard Specifications.
2. All advance-warning signs shall be in new or like-new condition at the start of the
project. All warning signs shall be 36 inches by 36 inches and have a black legend on a fluorescent orange reflectorized background.
3. The Contractor shall furnish and erect “Road Construction Ahead” signs (W20-
I103) in advance of the BLR-21 setup at 3100N and 3200N roads.
4. Access to all field entrances shall be maintained during construction.
CH 2 (Mansfield Road) Section CAB 20-02-215 Piatt County
3
Traffic Control Standards: Traffic control standards shall be applied as directed by the Engineer.
TRAFFIC CONTROL AND PROTECTION STANDARD BLR 21: This traffic control and protection shall be used to close CH 2 until completion of the project.
Measurement and Payment: Traffic Control and Protection Standard BLR 21 will be measured on a lump sum basis and paid for at the contract lump sum price for TRAFFIC CONTROL AND PROTECTION STANDARD BLR 21.
If at any time the signs are in place but not applicable, they shall be turned from the view of motorists or covered as directed the Engineer. The cost of furnishing, erecting, maintaining, and removing the required signs shall be incidental to the contract.
All other traffic control and protection required will not be measured for payment and will be considered included in the cost of the contract.
PAVEMENT REMOVAL This work shall consist of saw cutting the existing pavement full depth and disposing of the pavement materials in accordance with Section 202.03 of the Standard Specifications. The location of the two saw cuts shall be a minimum of 18 inches back from the excavation for removal of the embankment and the existing 36 inch pipe culvert.
This work will be paid for at the contract unit price per square yard for PAVEMENT REMOVAL
PIPE CULVERT REMOVAL This work shall consist of the excavating and disposal of the embankment in accordance with the cross section for the excavation shown in the plans and the removal and disposal of the existing 36 inch CMP and concrete headwalls. The disposal of these materials shall be in accordance with Section 202.03 of the Standard Specifications. This work will be paid for at the contract unit price per foot for PIPE CULVERT REMOVAL.
Removal of existing riprap at the upstream end of the existing culvert that interferes with the proposed culvert installation shall be removed as directed by the Engineer. This existing riprap removal shall not be measured for payment. Cost of riprap removal shall be included with PIPE CULVERT REMOVAL.
Removal of the existing embankment in the vicinity of the culvert shall be removed and clean material stockpiled for slope restoration. The contractor will be responsible for stockpiling sufficient material to backfill culvert beyond the CLSM limits. This existing earth material shall not be measured for payment. Cost of existing embankment removal shall be included with PIPE CULVERT REMOVAL.
CH 2 (Mansfield Road) Section CAB 20-02-215 Piatt County
4
The stockpiled clean embankment shall be used to restore the existing slopes outside the limits of the CLSM backfill. This material shall be clean and free of large stones or gravel and shall be compacted and graded as directed by the Engineer. Any damaged areas from equipment and restored areas over the culvert within the limits of the existing right-of-way shall be seeded. See Seeding Class 2 (Special) for materials. Cost of existing embankment restoration and seeding shall be included with PIPE CULVERT REMOVAL. HMA BINDER AND SURFACE COURSE Hot-Mix Asphalt Binder Course, IL-19.0, N50 shall be placed 4” thick and Hot-Mix Asphalt Surface Course, IL-9.5, Mix “C”, N50 shall be placed 2” thick. This work will be paid for at the contract unit price per ton for HOT-MIX ASPHALT, BINDER COURSE, IL-19.0, N50 and HOT-MIX ASPHALT SURFACE COURSE, IL-9.5, MIX “C”, N50. AGGREGATE WEDGE SHOULDERS, TYPE B Material for Aggregate Wedge Shoulders, Type B shall be crushed stone. The work will be paid for at the contract unit price per ton for AGGREGATE WEDGE SHOULDERS, TYPE B. STONE DUMPED RIPRAP, CLASS A4 (SPECIAL) This work shall be done in accordance with Section 281 of the Standard Specifications except that there shall be no bedding and no filter fabric placed. The installation shall be placed within the limits shown on the plans and in a minimum thickness of 16” as shown in the plans. Slope protection may be varied in the field, as directed by the Engineer. This work will be paid for at the contract unit price per ton for STONE DUMPED RIPRAP, CLASS A4 (SPECIAL). DROP HEADWALL AT UPSTREAM PRECAST CONCRETE FLARED END SECTION The drop headwall construction shall involve a cast Class SI concrete wall measured 10 inches in thickness, the entire width of the end of the precast flared end section. This wall shall be cast-in-place to the specified elevation shown in the plans, as verified by the Engineer. The wall shall be reinforced with No. 5 reinforcement bars spaced horizontally and vertically on 12 inch centers. There shall be two mats of reinforcement bars. This work will not be paid for separately, but shall be considered included in the contract unit price per each for PRECAST REINFORCED CONCRETE FLARED END SECTIONS, 48” EQRS.
CH 2 (Mansfield Road) Section CAB 20-02-215 Piatt County
5
SEEDING, CLASS 2 (SPECIAL) Description. This work shall consist of seed bed preparation, fertilizing, mulch and seeding in areas as outlined on the plans and as directed by the Engineer. This work shall be in accordance with Section 250 and Section 251 of the Standard Specifications and the following provisions. Materials. All permanent vegetation areas disturbed during construction shall be seeded with Class 2 mixture as specified in Section 250 of the Standard Specifications. Mulch shall be applied to seeded areas at a rate of 2 tons/acre using Mulch, Method 2 as specified in Section 251 of the Standard Specifications. Fertilizer nutrients are required and shall be applied according to the rates in Section 250.04 of the Standard Specifications. Agricultural ground limestone will not be required. Basis of Payment. This work will not be paid for separately, but shall be considered as included in the cost of PIPE CULVERT REMOVAL. SEQUENCE OF OPERATIONS In general, the project shall be constructed as follows:
1. Set up traffic control. 2. Remove existing pavement. 3. Remove existing metal pipe culvert and concrete headwalls. 4. Stockpile clean excavated earth material to be used as proposed backfill for the
new culvert. 5. Install 56 feet of 48 inch elliptical concrete culvert pipe with precast concrete flared
end sections. The upstream end section shall have an end drop headwall constructed to a height of 18 inches and 10 inches thick as shown in the plans. This wall will function as a weir being the same height as the toe of the existing slopewall.
6. Backfill the pipe culvert with CLSM to within 12 inches of the pavement surface. The CLSM shall extend at least 3 feet past the each edge of the pavement.
7. Place Stone Riprap at each end of the culvert. 8. After CLSM has cured, place 6 inches Aggregate Base Course, Type B. 9. Construct the Hot-Mix Asphalt Binder and Surface Courses. 10. Restore embankment and prepare disturbed areas for seeding and mulching. 11. Construct Aggregate Wedge Shoulders. 12. Seed and mulch all disturbed areas. 13. Remove traffic control.
PROJECT DURATION This project shall have a completion date on or before August 14, 2020. In addition to the specified completion date, the Contractor shall agree to start the project no later than on a given Monday morning, which shall result in a completion of the project on or before the following Friday at noon. The Contractor shall not leave the road closed over a weekend period of 48 hours without prior written permission or approval by the County Engineer.
CH 2 (Mansfield Road) Section CAB 20-02-215 Piatt County
6
STATUS OF UTILITIES TO BE ADJUSTED
Name and Address of Utility Type Location
Estimated Date Relocation Completed
Frontier Communications Attn: Kalin Hinshaw Phone: (815) 895-1515
Buried Telephone / Internet
Throughout Project
None Anticipated
Ameren IP – (North) Attn: Nathan Hill Phone: (618) 301-5327
Electric Outside
Project Limits None Anticipated
The above represents the best information of the Department and is only included for the convenience of the bidder. The applicable provisions of LRS 105, Articles 105.07 and 107.20 of the Standard Specifications for Road and Bridge Construction shall apply. If any utility adjustment or removal has not been completed when required by the Contractor's operations, the Contractor shall notify the Engineer in writing. A request for an extension of time will be considered to the extent the Contractor's operations were affected.
LR107-4Page 1 of 1
State of Illinois Department of Transportation
Bureau of Local Roads and Streets
SPECIAL PROVISION FOR
INSURANCE
Effective: February 1, 2007 Revised: August 1, 2007
All references to Sections or Articles in this specification shall be construed to mean specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation.
The Contractor shall name the following entities as additional insured under the Contractor’s general liability insurance policy in accordance with Article 107.27:
The entities listed above and their officers, employees, and agents shall be indemnified and held harmless in accordance with Article 107.26.
Piatt County
Overtime
Trade Title Rg Type C Base Foreman M-F Sa Su Hol H/W Pension Vac Trng Other Ins
ASBESTOS ABT-GEN All BLD 32.37 33.62 1.5 1.5 2.0 2.0 6.70 16.92 0.00 0.90
ASBESTOS ABT-MEC All BLD 31.75 32.75 1.5 1.5 2.0 2.0 8.00 6.25 2.00 0.55
BOILERMAKER All BLD 39.00 41.50 1.5 1.5 2.0 2.0 7.07 24.52 0.00 1.05
BRICK MASON All BLD 32.45 34.07 1.5 1.5 2.0 2.0 9.35 14.20 0.00 0.88
CARPENTER All BLD 32.83 35.08 1.5 1.5 2.0 2.0 8.65 18.25 0.00 0.55
CARPENTER All HWY 35.05 36.80 1.5 1.5 2.0 2.0 8.90 19.00 0.00 0.57
CEMENT MASON All BLD 33.76 36.26 1.5 1.5 2.0 2.0 9.35 10.65 0.00 0.50
CEMENT MASON All HWY 34.75 36.75 1.5 1.5 2.0 2.0 9.35 11.05 0.00 0.50
CERAMIC TILE FINISHER All BLD 31.65 31.65 1.5 1.5 2.0 2.0 9.35 10.40 0.00 0.20
ELECTRIC PWR EQMT OP All ALL 46.47 55.07 1.5 1.5 2.0 2.0 7.39 13.01 0.00 0.69
ELECTRIC PWR GRNDMAN All ALL 31.69 55.07 1.5 1.5 2.0 2.0 6.95 8.87 0.00 0.48
ELECTRIC PWR LINEMAN All ALL 51.67 55.07 1.5 1.5 2.0 2.0 7.55 14.47 0.00 0.78
ELECTRIC PWR TRK DRV All ALL 33.25 55.07 1.5 1.5 2.0 2.0 7.00 9.31 0.00 0.50
ELECTRICIAN NE BLD 42.48 45.03 1.5 1.5 2.0 2.0 7.25 10.42 0.00 0.64
ELECTRICIAN SW BLD 37.60 41.36 1.5 1.5 2.0 2.0 7.53 11.13 0.00 0.56
ELECTRONIC SYSTEM TECH All BLD 35.00 37.00 1.5 1.5 2.0 2.0 7.25 7.60 0.00 0.40
ELEVATOR CONSTRUCTOR All BLD 47.72 53.68 2.0 2.0 2.0 2.0 15.72 18.41 3.82 0.63
FENCE ERECTOR All ALL 32.21 34.11 1.5 1.5 2.0 2.0 8.84 10.02 0.00 0.90
GLAZIER All BLD 35.91 37.91 1.5 1.5 2.0 2.0 6.25 11.23 0.00 0.68
HEAT/FROST INSULATOR All BLD 38.86 39.96 1.5 1.5 2.0 2.0 10.50 12.86 0.00 0.75 0.05
IRON WORKER All ALL 33.89 35.79 1.5 1.5 2.0 2.0 11.29 12.34 0.00 1.11
LABORER All BLD 29.87 31.12 1.5 1.5 2.0 2.0 6.70 16.92 0.00 0.80
LABORER All HWY 32.22 33.22 1.5 1.5 2.0 2.0 6.70 17.00 0.00 0.80
LATHER All BLD 32.83 35.08 1.5 1.5 2.0 2.0 8.65 18.25 0.00 0.55
MACHINIST All BLD 48.93 51.43 1.5 1.5 2.0 2.0 7.68 8.95 1.85 1.32
MARBLE FINISHER All BLD 31.65 31.65 1.5 1.5 2.0 2.0 9.35 10.40 0.00 0.20
MARBLE MASON All BLD 33.15 33.15 1.5 1.5 2.0 2.0 9.35 10.40 0.00 0.20
MILLWRIGHT All BLD 32.53 34.78 1.5 1.5 2.0 2.0 8.65 19.01 0.00 0.55
MILLWRIGHT All HWY 36.40 38.15 1.5 1.5 2.0 2.0 8.90 20.52 0.00 0.57
OPERATING ENGINEER All BLD 1 37.71 39.32 1.5 1.5 2.0 2.0 11.50 11.00 0.00 2.05
OPERATING ENGINEER All BLD 2 35.18 39.32 1.5 1.5 2.0 2.0 11.50 11.00 0.00 2.05
Piatt County Prevailing Wage Rates posted on 5/18/2020
OPERATING ENGINEER All BLD 3 31.30 39.32 1.5 1.5 2.0 2.0 11.50 11.00 0.00 2.05
OPERATING ENGINEER All BLD 4 39.32 39.32 1.5 1.5 2.0 2.0 11.50 11.00 0.00 2.05
OPERATING ENGINEER All HWY 1 45.28 45.28 1.5 1.5 2.0 2.0 11.25 11.55 0.00 2.50
OPERATING ENGINEER All HWY 2 40.41 40.41 1.5 1.5 2.0 2.0 11.25 11.55 0.00 2.50
OPERATING ENGINEER All HWY 3 32.93 32.93 1.5 1.5 2.0 2.0 11.25 11.55 0.00 2.50
OPERATING ENGINEER All HWY 4 46.78 46.78 1.5 1.5 2.0 2.0 11.25 11.55 0.00 2.50
PAINTER All ALL 29.45 30.95 1.5 1.5 2.0 2.0 6.70 13.55 0.00 0.70
PAINTER OVER 30 FT. All ALL 30.45 31.95 1.5 1.5 2.0 2.0 6.70 13.55 0.00 0.70
PAINTER PWR EQMT All ALL 30.20 31.70 1.5 1.5 2.0 2.0 6.70 13.55 0.00 0.70
PILEDRIVER All BLD 33.83 36.08 1.5 1.5 2.0 2.0 8.65 18.25 0.00 0.55
PILEDRIVER All HWY 35.05 36.80 1.5 1.5 2.0 2.0 8.90 19.00 0.00 0.57
PIPEFITTER E BLD 44.45 47.21 1.5 1.5 2.0 2.0 7.40 10.25 0.00 2.00
PIPEFITTER W BLD 39.41 43.41 1.5 1.5 2.0 2.0 7.75 11.11 0.00 1.30
PLASTERER All BLD 33.43 35.43 1.5 1.5 2.0 2.0 9.35 12.58 0.00 0.50
PLUMBER E BLD 44.45 47.21 1.5 1.5 2.0 2.0 7.40 10.25 0.00 2.00
PLUMBER W BLD 39.41 43.41 1.5 1.5 2.0 2.0 7.75 11.11 0.00 1.30
ROOFER All BLD 32.70 34.70 1.5 1.5 2.0 2.0 9.39 8.65 0.00 0.36 0.17
SHEETMETAL WORKER All BLD 37.37 39.62 1.5 1.5 2.0 2.0 9.35 15.75 0.00 0.52
SPRINKLER FITTER All BLD 41.97 44.72 1.5 1.5 2.0 2.0 10.23 12.59 0.00 0.52
STONE MASON All BLD 32.45 34.07 1.5 1.5 2.0 2.0 9.35 14.20 0.00 0.88
TERRAZZO FINISHER All BLD 31.65 31.65 1.5 1.5 2.0 2.0 9.35 10.40 0.00 0.20
TERRAZZO MASON All BLD 33.15 33.15 1.5 1.5 2.0 2.0 9.35 10.40 0.00 0.20
TILE MASON All BLD 33.15 33.15 1.5 1.5 2.0 2.0 9.35 10.40 0.00 0.20
TRUCK DRIVER NE ALL 1 38.06 42.18 1.5 1.5 2.0 2.0 13.00 6.37 0.00 0.25
TRUCK DRIVER NE ALL 2 38.61 42.18 1.5 1.5 2.0 2.0 13.00 6.37 0.00 0.25
TRUCK DRIVER NE ALL 3 38.87 42.18 1.5 1.5 2.0 2.0 13.00 6.37 0.00 0.25
TRUCK DRIVER NE ALL 4 39.23 42.18 1.5 1.5 2.0 2.0 13.00 6.37 0.00 0.25
TRUCK DRIVER NE ALL 5 40.27 42.18 1.5 1.5 2.0 2.0 13.00 6.37 0.00 0.25
TRUCK DRIVER NE O&C 1 30.45 33.74 1.5 1.5 2.0 2.0 13.00 6.37 0.00 0.25
TRUCK DRIVER NE O&C 2 30.89 33.74 1.5 1.5 2.0 2.0 13.00 6.37 0.00 0.25
TRUCK DRIVER NE O&C 3 31.10 33.74 1.5 1.5 2.0 2.0 13.00 6.37 0.00 0.25
TRUCK DRIVER NE O&C 4 31.38 33.74 1.5 1.5 2.0 2.0 13.00 6.37 0.00 0.25
TRUCK DRIVER NE O&C 5 32.22 33.74 1.5 1.5 2.0 2.0 13.00 6.37 0.00 0.25
TRUCK DRIVER SW ALL 1 38.17 42.29 1.5 1.5 2.0 2.0 13.00 6.60 0.00 0.25
TRUCK DRIVER SW ALL 2 38.71 42.29 1.5 1.5 2.0 2.0 13.00 6.60 0.00 0.25
TRUCK DRIVER SW ALL 3 39.01 42.29 1.5 1.5 2.0 2.0 13.00 6.60 0.00 0.25
TRUCK DRIVER SW ALL 4 39.34 42.29 1.5 1.5 2.0 2.0 13.00 6.60 0.00 0.25
TRUCK DRIVER SW ALL 5 40.39 42.29 1.5 1.5 2.0 2.0 13.00 6.60 0.00 0.25
TRUCK DRIVER SW O&C 1 30.54 33.83 1.5 1.5 2.0 2.0 13.00 6.60 0.00 0.25
TRUCK DRIVER SW O&C 2 30.97 33.83 1.5 1.5 2.0 2.0 13.00 6.60 0.00 0.25
TRUCK DRIVER SW O&C 3 31.21 33.83 1.5 1.5 2.0 2.0 13.00 6.60 0.00 0.25
TRUCK DRIVER SW O&C 4 31.47 33.83 1.5 1.5 2.0 2.0 13.00 6.60 0.00 0.25
TRUCK DRIVER SW O&C 5 32.31 33.83 1.5 1.5 2.0 2.0 13.00 6.60 0.00 0.25
TUCKPOINTER All BLD 32.45 34.07 1.5 1.5 2.0 2.0 9.35 14.20 0.00 0.88
LegendRg RegionType Trade Type - All,Highway,Building,Floating,Oil & Chip,RiversC ClassBase Base Wage RateOT M-F Unless otherwise noted, OT pay is required for any hour greater than 8 worked each day, Mon through Fri. The number listed is the multiple of the base wage.OT Sa Overtime pay required for every hour worked on SaturdaysOT Su Overtime pay required for every hour worked on SundaysOT Hol Overtime pay required for every hour worked on HolidaysH/W Health/Welfare benefitVac VacationTrng TrainingOther Ins Employer hourly cost for any other type(s) of insurance provided for benefit of worker.
Explanations PIATT COUNTY
ASBESTOS - SEE LABORERS
CARPENTERS (SOUTHWEST) - Commencing at the southeastern corner where Piatt County line meets the Douglas and Moultrie county lines, proceeding north on Piatt County line to County Road 1475 East, then proceeding north to County Road 500 North, then north to County Road 525 North and then west to County Road 1425 East and then north and west to County Road 1400 East and proceeding north to County Road 1000 North, then proceeding west to County Road 500 East, then north to County Road 1300 North, then west to County Road 300 East, then proceeding north to Old Highway 48 and then west to Old Route 48 to the Piatt County Line. ELECTRICIANS (NORTHEAST) - Townships of Blue Ridge, Sangamon and Monticello (Northeast quadrant).
PLUMBERS & PIPEFITTERS (EAST) - That part of the county East of an extension of Rt. 105 from the Northern to the Southern boundary of the county.
TRUCK DRIVERS (NORTHEAST) - East of a line starting at the intersection of the DeWitt-Piatt Counties line and Route 10 in a southerasterly direction to the southeast corner of Piatt County.
The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and Veterans Day in some classifications/counties. Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed
on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration. If in doubt, please check with IDOL.
Oil and chip resealing (O&C) means the application of road oils and liquid asphalt to coat an existing road surface, followed by application of aggregate chips or gravel to coated surface, and subsequent rolling of material to seal the surface.
EXPLANATION OF CLASSES
ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed. This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date.
ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to remain.
CERAMIC TILE FINISHER, MARBLE FINISHER, TERRAZZO FINISHER
Assisting, helping or supporting the tile, marble and terrazzo mechanic by performing their historic and traditional work assignments required to complete the proper installation of the work covered by said crafts. The term "Ceramic" is used for naming the classification only and is in no way a limitation of the product handled. Ceramic takes into consideration most hard tiles.
ELECTRONIC SYSTEMS TECHNICIAN
Installation, service and maintenance of low-voltage systems which utilizes the transmission and/or transference of voice, sound, vision, or digital for commercial, education, security and entertainment purposes for the following: TV monitoring and surveillance, background/foreground music, intercom and telephone interconnect, field programming, inventory control systems, microwave transmission, multi-media, multiplex, radio page, school, intercom and sound burglar alarms and low voltage master clock systems.
Excluded from this classification are energy management systems, life safety systems, supervisory controls and data acquisition systems not intrinsic with the above listed systems, fire alarm systems, nurse call systems and raceways exceeding fifteen feet in length.
TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION Class 1. Drivers on 2 axle trucks hauling less than 9 ton. Air compressor and welding machines and brooms, including those pulled by separate units, truck driver helpers, warehouse employees, mechanic helpers, greasers and tiremen, pickup trucks when hauling materials, tools, or workers to and from and on-the-job site, and fork lifts up to 6,000 lb. capacity.
Class 2. Two or three axle trucks hauling more than 9 ton but hauling less than 16 ton. A-frame winch trucks, hydrolift trucks, vactor trucks or similar equipment when used for transportation purposes. Fork lifts over 6,000 lb. capacity, winch trucks, four axle combination units, and ticket writers.
Class 3. Two, three or four axle trucks hauling 16 ton or more. Drivers on water pulls, articulated dump trucks, mechanics and working forepersons, and dispatchers. Five axle or more combination units.
Class 4. Low Boy and Oil Distributors.
Class 5. Drivers who require special protective clothing while employed on hazardous waste work.
TRUCK DRIVER - OIL AND CHIP RESEALING ONLY.
This shall encompass laborers, workers and mechanics who drive contractor or subcontractor owned, leased, or hired pickup, dump, service, or oil distributor trucks. The work includes transporting materials and equipment (including but not limited to, oils, aggregate supplies, parts, machinery and tools) to or from the job site; distributing oil or liquid asphalt and aggregate; stock piling material when in connection with the actual oil and chip contract. The Truck Driver (Oil & Chip Resealing) wage classification does not include supplier delivered materials.
OPERATING ENGINEERS - BUILDING
CLASS 1. Asphalt Screed Man; Aspco Concrete Spreaders; Asphalt Pavers; Asphalt Plant Engineer; Asphalt Rollers on Bituminous Concrete; Athey Loaders; Backfillers, Crane Type; Backhoes; Barber Green Loaders; Bulldozers; Cableways; Cherry Pickers; Clam Shells; C.M.I. & similar type autograde formless paver, autograde placer & finisher; Concrete Breakers; Concrete Pumps; Derricks; Derrick Boats; Draglines; Earth Auger or Boring Machines; Elevating Graders; Engineers on Dredges; Gravel Processing Machines; Head Equipment Greaser; High Lifts or Fork Lifts; Hoists with two or more drums or two or more load lines; Locomotives, All; Mechanics; Motor Graders or Auto Patrols; Operators or Leverman on Dredges; Operators, Power Boat; Operators, Pug Mill (Asphalt Plants); Orange Peels; Overhead Cranes; Paving Mixers; Piledrivers; Pipe Wrapping and Painting Machines; Pushdozers, or Push Cats; Robotic Controlled Equipment in this Classification; Rock Crushers; Ross Carrier or Similar Machines; Rotomill; Scoops, Skimmer, two cu. yd. capacity and under; Scoops, All or Tournapull; Sheep-Foot Roller (Self Propelled); Shovels; Skid Steer; Skimmer Scoops; Temporary Concrete Plant Operators; Test Hole Drilling Machines; Tower Machines; Tower Mixers; Track Type End Loaders; Track Type Fork Lifts or High Lifts; Track Jacks and Tampers; Tractors, Sideboom; Trenching or Ditching Machine; Tunnelluggers; Vermeer Type Saws; Water Blaster Cutting Head; Wheel Type End Loaders; Winch Cat.
CLASS 2. Air Compressors (six to eight)*; Asphalt Boosters and Heaters; Asphalt Distributors; Asphalt Plant Fireman; Oiler on Two Paving Mixers When Used in Tandem; Boom or Winch Trucks; Bull Floats or Flexplanes; Concrete Finishing Machine; Concrete Saws, Self-Propelled; Concrete Spreading Machines; Conveyors (six to eight)*; Generators (six to eight)*; Gravel or Stone Spreader, Power Operated; Hoist (with One Drum and One Load Line); Light Plants (six to eight)*; Mechanical Heaters (six to eight)*; Mud Jacks; Post Hole Digger, Mechanical; Pug Mills when used for other than Asphalt operation; Robotic Controlled Equipment in this Classification; Road or Street Sweeper, Self Propelled; Rollers (except bituminous concrete); Seaman Tiller; Straw Machine; Vibratory Compactor; Water Blaster, Power Unit; Welding Machines (six to eight)*; Well Drill Machines.
CLASS 3. Air Compressors(one to five)*; Air Compressors, Track or Self-Propelled; Automatic Hoist; Building Elevators; Bulk Cement Batching Plants; Conveyors (one to five)*; Concrete Mixers (Except Plant, Paver, or Tower); Firemen; Generators (one to five)*; Greasers; Helper on Single Paving Mixer; Hoist, Automatic; Light Plants (one to five)*; Mechanic Helpers; Mechanical Heaters (one to five)*; Oilers; Power Form Graders; Power Sub-Graders; Robotic Controlled Equipment in this Classification; Scissors Hoist; Tractors without power attachments regardless of size or type; Truck Crane Oiler and Driver (1 man); Vibratory Hammer (power source); Water Pumps (one to five)*; Welding Machines (1/300 Amp. or over)*; Welding machines (one to five)*
CLASS 4. Lattice Boom Crawler Cranes; Lattice Boom Truck Cranes; Telescopic Truck-Mounted Cranes; Tower Cranes.
* Combinations of one to eight of any Air Compressors, Conveyors, Welding Machines, Water Pumps, Light Plants, or Generators shall be in batteries or within 400 feet and shall be paid as per the Classification Schedule contained in this Article.
OPERATING ENGINEERS - HIGHWAY
CLASS 1. Asphalt Screed Man; Asphco Concrete Spreaders; Asphalt Pavers; Asphalt Plant Engineer; Asphalt Rollers on Bituminous Concrete; Athey Loaders; Backhoes; Barber Green Loaders; Bulldozers; Cableways; Carry Deck Pickers; Cherry Pickers (Rough Terrain); C.M.I. & similar type-autograde formless paver, autograde placer & finisher; Concrete Breakers; Concrete Plant Operators; Concrete Pumps; Derricks; Derrick Boats; Dewatering Systems; Earth Auger or Boring Machines; Elevating Graders; Engineers on Dredges; Gravel Processing Machines; Grout Pump; Head Equipment Greaser; High Lifts or Fork Lifts; Hoists with two or more drums or two or more load lines; Hydro Jet or Hydro Laser; Locomotives, All; Mechanics; Motor Graders or Auto Patrols; Multi-Point Power Lifting Equipment; Operators or Leverman on Dredges; Operators, Power Boat; Operators, Pug Mill
(Asphalt Plants); Overhead Cranes; Paving Mixers; Piledrivers; Pipe Wrapping and Painting Machines; Push-dozers, or Push Cats; Robotic Controlled Equipment in this Classification; Rock Crushers; Ross Carrier or Similar Machines; Roto-Mill; Scoops, Skimmer, two cu. yd. capacity and under; Sheep-Foot Roller (Self Pro-pelled); Shovels; Skid Steer; Skimmer Scoops; Test Hole Drilling Machines; Tower Machines; Tower Mixers; Track Type End Loaders; Track Type Fork Lifts or High Lifts; Track Jacks and Tampers; Tractors, Side-boom; Trenching or Ditching Machine; Tunnelluggers; Vermeer-Type Saws; Wheel Type End Loaders; Winch Cat; Scoops, All or Tournapull.
CLASS 2. Air Compressors (six to eight)*; Articulated Dumps; Asphalt Boosters and Heaters; Asphalt Distributors; Asphalt Plant Fireman; Boom or Winch Trucks; Building Elevators; Bull Floats or Flexplanes; Concrete Finishing Machine; Concrete Saws, Self-Propelled; Concrete Spreading Machines; Conveyors (six to eight)*; Generators (six to eight)*; Gravel or Stone Spreader, Power Operated; Hoist, Automatic; Hoist with One Drum and One Load Line; Light Plants (six to eight)*; Mechanical Heaters (six to eight)*; Mud Jacks; Off Road Water Wagons; Oiler on Two Paving Mixers When Used in Tandem; Post Hole Digger, Mechanical; Robotic Controlled Equipment in This Classification; Road or Street Sweeper, Self-Propelled; Rollers (except bituminous concrete); Scissor Hoist; Sea-man Tiller; Straw Machine; Vibratory Compactor; Water Pumps (six to eight)*; Well Drill Machines.
CLASS 3. Air Compressors (one to five)*; Air Compressors, Track or Self-Propelled; Bulk Cement Batching Plants; Conveyors (one to five)*; Concrete Mixers (Except Plant, Paver, or Tower); Firemen; Generators (one to five)*; Greasers; Helper on Single Paving Mixer; Light Plants (one to five)*; Mechanic Helpers; Mechanical Heaters (one to five)*; Oilers; Power Form Graders; Power Sub-Graders; Pug Mills when used for other than Asphalt operation; Robotic Controlled Equipment in This Classification; Tractors without power attachments, regardless of size or type; Truck Crane Oiler and Driver (1 man); Vibratory Hammer (power source); Water Pumps (one to five)*; Welding Machines (one 300 Amp. or over)*; Welding Machines (one to five)*. CLASS 4. Lattice Boom Crawler Crane; Lattice Boom Truck Crane; Telescopic Truck-Mounted Crane; Tower Crane.
*Combinations of one to eight of any Air Compressors, Conveyors, Welding Machines, Water Pumps, Light Plants or Generators shall be in batteries or within 400 feet and shall be paid as per the Classification Schedule contained in this Article.
Other Classifications of Work:
For definitions of classifications not otherwise set out, the Department generally has on file such definitions which are available. If a task to be performed is not subject to one of the classifications of pay set out, the Department will upon being contacted state which neighboring county has such a classification and provide such rate, such rate being deemed to exist by reference in this document. If no neighboring county rate applies to the task, the Department shall undertake a special determination, such special determination being then deemed to have existed under this determination. If a project requires these, or any classification not listed, please contact IDOL at 217-782-1710 for wage rates or clarifications.
LANDSCAPING
Landscaping work falls under the existing classifications for laborer, operating engineer and truck driver. The work performed by landscape plantsman and landscape laborer is covered by the existing classification of laborer. The work performed by landscape operators (regardless of equipment used or its size) is covered by the classifications of operating engineer. The work performed by landscape truck drivers (regardless of size of truck driven) is covered by the classifications of truck driver.
BDE SPECIAL PROVISIONS For the April 24, 2020 and June 12, 2020 Lettings
The following special provisions indicated by a “check mark” are applicable to this contract and will be included by the Project Coordination and Implementation Section of the BD&E. An * indicates a new or revised special provision for the letting. File Name # Special Provision Title Effective Revised * 80099 1 Accessible Pedestrian Signals (APS) April 1, 2003 April 1, 2020 80274 2 Aggregate Subgrade Improvement April 1, 2012 April 1, 2016 80192 3 Automated Flagger Assistance Device Jan. 1, 2008 80173 4 Bituminous Materials Cost Adjustments Nov. 2, 2006 Aug. 1, 2017 80426 5 Bituminous Surface Treatment with Fog Seal Jan. 1, 2020 80241 6 Bridge Demolition Debris July 1, 2009 5026I 7 Building Removal-Case I (Non-Friable and Friable Asbestos) Sept. 1, 1990 April 1, 2010 5048I 8 Building Removal-Case II (Non-Friable Asbestos) Sept. 1, 1990 April 1, 2010 5049I 9 Building Removal-Case III (Friable Asbestos) Sept. 1, 1990 April 1, 2010 5053I 10 Building Removal-Case IV (No Asbestos) Sept. 1, 1990 April 1, 2010 80425 11 Cape Seal Jan. 1, 2020 80384 12 Compensable Delay Costs June 2, 2017 April 1, 2019 80198 13 Completion Date (via calendar days) April 1, 2008 80199 14 Completion Date (via calendar days) Plus Working Days April 1, 2008 80293 15 Concrete Box Culverts with Skews > 30 Degrees and April 1, 2012 July 1, 2016 Design Fills ≤ 5 Feet 80311 16 Concrete End Sections for Pipe Culverts Jan. 1, 2013 April 1, 2016 80277 17 Concrete Mix Design – Department Provided Jan. 1, 2012 April 1, 2016 80261 18 Construction Air Quality – Diesel Retrofit June 1, 2010 Nov. 1, 2014 80387 19 Contrast Preformed Plastic Pavement Marking Nov. 1, 2017 80029 20 Disadvantaged Business Enterprise Participation Sept. 1, 2000 March 2, 2019 80402 21 Disposal Fees Nov. 1, 2018 80378 22 Dowel Bar Inserter Jan. 1, 2017 Jan. 1, 2018 80405 23 Elastomeric Bearings Jan. 1, 2019 80421 24 Electric Service Installation Jan. 1, 2020 80415 25 Emulsified Asphalts Aug. 1, 2019 80423 26 Engineer’s Field Office and Laboratory Jan. 1, 2020 80388 27 Equipment Parking and Storage Nov. 1, 2017 80229 28 Fuel Cost Adjustment April 1, 2009 Aug. 1, 2017 80417 29 Geotechnical Fabric for Pipe Underdrains and French Drains Nov. 1, 2019 80420 30 Geotextile Retaining Walls Nov. 1, 2019 80304 31 Grooving for Recessed Pavement Markings Nov. 1, 2012 Nov. 1, 2017 80422 32 High Tension Cable Median Barrier Reflectors Jan. 1, 2020 80416 33 Hot-Mix Asphalt – Binder and Surface Course July 2, 2019 Nov. 1, 2019 80398 34 Hot-Mix Asphalt – Longitudinal Joint Sealant Aug. 1, 2018 Nov. 1, 2019 * 80406 35 Hot-Mix Asphalt – Mixture Design Verification and Production Jan. 1, 2019 Jan. 2, 2020 (Modified for I-FIT Data Collection) 80347 36 Hot-Mix Asphalt – Pay for Performance Using Percent Nov. 1, 2014 July 2, 2019 Within Limits – Jobsite Sampling 80383 37 Hot-Mix Asphalt – Quality Control for Performance April 1, 2017 July 2, 2019 80411 38 Luminaires, LED April 1, 2019 80393 39 Manholes, Valve Vaults, and Flat Slab Tops Jan. 1, 2018 March 1, 2019 80045 40 Material Transfer Device June 15, 1999 Aug. 1, 2014 80418 41 Mechanically Stabilized Earth Retaining Walls Nov. 1, 2019 80424 42 Micro-Surfacing and Slurry Sealing Jan. 1, 2020 * 80428 43 Mobilization April 1, 2020 80165 44 Moisture Cured Urethane Paint System Nov. 1, 2006 Jan. 1, 2010 80412 45 Obstruction Warning Luminaires, LED Aug. 1, 2019 80349 46 Pavement Marking Blackout Tape Nov. 1, 2014 April 1, 2016
80371 47 Pavement Marking Removal July 1, 2016 80389 48 Portland Cement Concrete Nov. 1, 2017 80359 49 Portland Cement Concrete Bridge Deck Curing April 1, 2015 Nov. 1, 2019 80300 50 Preformed Plastic Pavement Marking Type D - Inlaid April 1, 2012 April 1, 2016 3426I 51 Railroad Protective Liability Insurance Dec. 1, 1986 Jan. 1, 2006 80157 52 Railroad Protective Liability Insurance (5 and 10) Jan. 1, 2006 * 80306 53 Reclaimed Asphalt Pavement (RAP) and Reclaimed Nov. 1, 2012 Jan. 2, 2020 Asphalt Shingles (RAS) 80407 54 Removal and Disposal of Regulated Substances Jan. 1, 2019 Jan. 1, 2020 * 80419 55 Silt Fence, Inlet Filters, Ground Stabilization and Riprap Filter Fabric Nov. 1, 2019 April 1, 2020 80395 56 Sloped Metal End Section for Pipe Culverts Jan. 1, 2018 80340 57 Speed Display Trailer April 2, 2014 Jan. 1, 2017 80127 58 Steel Cost Adjustment April 2, 2004 Aug. 1, 2017 80408 59 Steel Plate Beam Guardrail Manufacturing Jan. 1, 2019 80413 60 Structural Timber Aug. 1, 2019 80397 61 Subcontractor and DBE Payment Reporting April 2, 2018 80391 62 Subcontractor Mobilization Payments Nov. 2, 2017 April 1, 2019 80317 63 Surface Testing of Hot-Mix Asphalt Overlays Jan. 1, 2013 Aug. 1, 2019 80298 64 Temporary Pavement Marking April 1, 2012 April 1, 2017 80403 65 Traffic Barrier Terminal, Type 1 Special Nov. 1, 2018 80409 66 Traffic Control Devices - Cones Jan. 1, 2019 80410 67 Traffic Spotters Jan. 1, 2019 20338 68 Training Special Provisions Oct. 15, 1975 80318 69 Traversable Pipe Grate for Concrete End Sections Jan. 1, 2013 Jan. 1, 2018 * 80429 70 Ultra-Thin Bonded Wearing Course April 1, 2020 80288 71 Warm Mix Asphalt Jan. 1, 2012 April 1, 2016 80302 72 Weekly DBE Trucking Reports June 2, 2012 April 2, 2015 * 80414 73 Wood Fence Sight Screen Aug. 1, 2019 April 1, 2020 * 80427 74 Work Zone Traffic Control Devices Mar. 2, 2020 80071 75 Working Days Jan. 1, 2002
The following special provisions are in the 2020 Supplemental Specifications and Recurring Special Provisions. File Name Special Provision Title New Location(s) Effective Revised
80404 Coarse Aggregate Quality for Micro-Surfacing and Cape Seals
Article 1004.01(b) Jan. 1, 2019
80392 Lights on Barricades Articles 701.16, 701.17(c)(2) & 603.07
Jan. 1, 2018
80336 Longitudinal Joint and Crack Patching Check Sheet #36 April 1, 2014 April 1, 2016 80400 Mast Arm Assembly and Pole Article 1077.03(b) Aug. 1, 2018 80394 Metal Flared End Section for Pipe Culverts Articles 542.07(c) and 542.11 Jan. 1, 2018 April 1, 2018 80390 Payments to Subcontractors Article 109.11 Nov. 2, 2017
The following special provisions have been deleted from use. File Name Special Provision Title Effective Revised
80328 Progress Payments Nov. 2, 2013 The following special provisions require additional information from the designer. The additional information needs to be submitted as a separate document. The Project Coordination and Implementation section will then include the information in the applicable special provision.
• Bridge Demolition Debris • Building Removal-Case IV • Material Transfer Device • Building Removal - Case I • Completion Date • Railroad Protective Liability Insurance • Building Removal – Case II • Completion Date Plus Working Days • Training Special Provisions • Building Removal - Case III • DBE Participation • Working Days
3
3
2
2
1-1-19
(S
heet
1 o
f 9
)
mm
mXS
EC
T
CS
E
CH
CN
TY
CM
P
CO
RR
CO
R
CO
NT
CO
NT
D
CO
NS
T
CO
NC
CE
CCO
MB
CT
CL
ID
CL
SD
CP
CS
CH
SL
D
CE
RT
CT
S
CL
-F
CL
-E
CL
C-C
CB
CIP
BL
DG
BB
OX
BR
K
BL
VD
BT
M
BIT
BIN
D
BM
BG
N
BA
RR
BBK
PL
B-B
BK
AX
AV
E
AG
S
AU
X
AS
PH
AP
T
AH
AG
G
AS
AD
J
AC
A/C
AB
V
CU
BIC
MIL
LIM
ET
ER
CU
BIC
ME
TE
R
CR
OS
S S
EC
TIO
N
CO
UR
SE
CO
UN
TY
HIG
HW
AY
CO
UN
TY
CO
RR
UG
AT
ED
ME
TA
L P
IPE
CO
RR
UG
AT
ED
CO
RN
ER
CO
NT
INU
OU
S
CO
NT
INU
ED
CO
NS
TR
UC
T
CO
NC
RE
TE
CO
MM
ER
CIA
L E
NT
RA
NC
E
CO
MM
ER
CIA
L B
UIL
DIN
G
CO
MB
INA
TIO
N
CO
AT
OR
CO
UR
T
CL
OS
ED
LID
CL
OS
ED
CL
AY
PIP
E
CIT
Y S
TR
EE
T
CH
ISE
LE
D
CE
RT
IFIE
D
CE
NT
ER
S
CE
NT
ER
LIN
E T
O F
AC
E
CE
NT
ER
LIN
E T
O E
DG
E
CE
NT
ER
LIN
E O
R C
LE
AR
AN
CE
CE
NT
ER
TO
CE
NT
ER
CA
TC
H B
AS
IN
CA
ST
IR
ON
PIP
E
BU
ILD
ING
BU
FF
AL
O B
OX
BR
ICK
BO
UL
EV
AR
D
BO
TT
OM
BIT
UM
INO
US
BIN
DE
R
BE
NC
HM
AR
K
BE
GIN
BA
RR
ICA
DE
BA
RN
BA
CK
PL
AT
E
BA
CK
TO
BA
CK
BA
CK
AX
IS O
F R
OT
AT
ION
AV
EN
UE
AU
XIL
IAR
Y G
AS
VA
LV
E (
SE
RV
ICE
)
AU
XIL
IAR
Y
AS
PH
AL
T
AP
AR
TM
EN
T
AH
EA
D
AG
GR
EG
AT
E
AE
RIA
L S
UR
VE
YS
AD
JU
ST
AC
RE
AC
CE
SS
CO
NT
RO
L
AB
OV
E
HA
TC
H
HH
GW
GP
GU
T
GN
D
GR
VL
GR
GR
AN
GV
GM
GGA
LV
GA
L
FR
WA
Y
F&
G
FR
FD
N
FB
FL
FH
FE
FP
FA
US
FA
S
FA
P
FA
I
FA
F-F
EEEX
PW
AY
EX
EX
C
EN
TR
EL
E-E
E-C
L
EO
P
EB
EA
DC
T
DR
V
DI
DR
DS
FL
DS
EL
DB
L
DO
M
DIS
T
DIA
DE
T
DC
DC&
G
CU
LV
CU
YD
HA
TC
HIN
G
HA
ND
HO
LE
GU
Y W
IRE
GU
Y P
OL
E
GU
TT
ER
GR
OU
ND
GR
AV
EL
GR
AT
E
GR
AN
UL
AR
GA
S V
AL
VE
GA
S M
ET
ER
GA
RA
GE
GA
LV
AN
IZE
D
GA
LL
ON
FR
EE
WA
Y
FR
AM
E &
GR
AT
E
FR
AM
E
FO
UN
DA
TIO
N
FO
OT
BR
IDG
E
FL
OW
LIN
E
FIR
E H
YD
RA
NT
FIE
LD
EN
TR
AN
CE
FE
NC
E P
OS
T
FE
DE
RA
L A
ID U
RB
AN
SE
CO
ND
AR
Y
FE
DE
RA
L A
ID S
EC
ON
DA
RY
FE
DE
RA
L A
ID P
RIM
AR
Y
FE
DE
RA
L A
ID I
NT
ER
ST
AT
E
FE
DE
RA
L A
ID
FA
CE
TO
FA
CE
OF
FS
ET
DIS
TA
NC
E T
O V
ER
TIC
AL
CU
RV
E
EX
TE
RN
AL
DIS
TA
NC
E O
F H
OR
IZO
NT
AL
CU
RV
E
EX
PR
ES
SW
AY
EX
IST
ING
EX
CA
VA
TIO
N
EN
TR
AN
CE
EL
EV
AT
ION
ED
GE
TO
ED
GE
ED
GE
TO
CE
NT
ER
LIN
E
ED
GE
OF
PA
VE
ME
NT
EA
ST
BO
UN
D
EA
CH
DU
CT
DR
IVE
WA
Y
DR
AIN
AG
E I
NL
ET
OR
DR
OP
IN
LE
T
DR
AIN
AG
E O
R D
RIV
E
DO
WN
ST
RE
AM
FL
OW
LIN
E
DO
WN
ST
RE
AM
EL
EV
AT
ION
DO
UB
LE
DO
ME
ST
IC
DIS
TR
ICT
DIA
ME
TE
R
DE
TE
CT
OR
DE
PR
ES
SE
D C
UR
VE
DE
GR
EE
OF
CU
RV
E
CU
RB
& G
UT
TE
R
CU
LV
ER
T
CU
BIC
YA
RD
WO
WWIL
DF
L
WB
WM
AIN
WV
WM
VP
T
VP
I
VP
C
VC
VE
RT
VP
VE
H
VL
T
VV
VB
OX
UT
IL
US
FL
US
EL
US
GS
UN
DG
ND
TY
P
T-A
TY
TR
N
TR
VL
TR
VS
TS
C
TS
CB
TS
TR
TW
P
TB
S
TB
R
TB
E
TD
TB
M
TE
MP
TP
TB
TE
L
T.R
.
TSM
K
SU
RF
S.E
. R
UN
.
eST
R
ST
ST
Y
SS
SP
BG
R
ST
A
SR
SB
I
ST
D
WIT
HO
UT
WIT
H
WIL
DF
LO
WE
RS
WE
ST
BO
UN
D
WA
TE
R M
AIN
WA
TE
R V
AL
VE
WA
TE
R M
ET
ER
VE
RT
ICA
L P
OIN
T O
F T
AN
GE
NC
Y
VE
RT
ICA
L P
OIN
T O
F I
NT
ER
SE
CT
ION
VE
RT
ICA
L P
OIN
T O
F C
UR
VA
TU
RE
VE
RT
ICA
L C
UR
VE
VE
RT
ICA
L
VE
NT
PIP
E
VE
HIC
LE
VA
UL
T
VA
LV
E V
AU
LT
VA
LV
E B
OX
UT
ILIT
Y
UP
ST
RE
AM
FL
OW
LIN
E
UP
ST
RE
AM
EL
EV
AT
ION
U.S
. G
EO
LO
GIC
AL
SU
RV
EY
UN
DE
RG
RO
UN
D
TY
PIC
AL
TY
PE
A
TY
PE
TU
RN
TR
AV
EL
TR
AN
SV
ER
SE
TR
AF
FIC
SY
ST
EM
S C
EN
TE
R
TR
AF
FIC
SIG
NA
L C
ON
TR
OL
BO
X
TR
AF
FIC
SIG
NA
L
TO
WN
SH
IP R
OA
D
TO
WN
SH
IP
TO
BE
SA
VE
D
TO
BE
RE
MO
VE
D
TO
BE
EX
TE
ND
ED
TIL
E D
RA
IN
TE
MP
OR
AR
Y B
EN
CH
MA
RK
TE
MP
OR
AR
Y
TE
LE
PH
ON
E P
OL
E
TE
LE
PH
ON
E B
OX
TE
LE
PH
ON
E
TA
NG
EN
T R
UN
OU
T D
IST
AN
CE
TA
NG
EN
T D
IST
AN
CE
SU
RV
EY
MA
RK
ER
SU
RF
AC
E
SU
PE
RE
LE
VA
TIO
N R
UN
OF
F L
EN
GT
H
SU
PE
RE
LE
VA
TIO
N R
AT
E
ST
RU
CT
UR
E
ST
RE
ET
ST
OR
Y
ST
OR
M S
EW
ER
ST
EE
L P
LA
TE
BE
AM
GU
AR
DR
AIL
ST
AT
ION
ST
AT
E R
OU
TE
ST
AT
E B
ON
D I
SS
UE
ST
AN
DA
RD
PM
PV
MT
PV
D
PA
T
OL
ID
NW
NE
NB
NC
NO
AA
N &
W
N &
C
N &
BC
MF
T
MO
D
MB
H
MIX
mm
DIA
mm
MME
TH
mME
D
MA
TL
MH
MB
MA
CH
L S
UM
LN
G
LC
LLF
LG
T
LP
LT
LN
LS
km
kg
JT
IRIPINV
IDS
INS
T
INL
IN D
IA
IMP
ILHS
E
HO
RIZ
HW
Y
HM
A
ha
HD
UT
Y
HD
W
HD
PA
VE
ME
NT
MA
RK
ING
PA
VE
ME
NT
PA
VE
D
PA
TT
ER
N
OP
EN
LID
NO
RT
HW
ES
T
NO
RT
HE
AS
T
NO
RT
HB
OU
ND
NO
RM
AL
CR
OW
N
AD
MIN
IST
RA
TIO
N
NA
TIO
NA
L O
CE
AN
IC A
TM
OS
PH
ER
IC
NA
IL &
WA
SH
ER
NA
IL &
CA
P
NA
IL &
BO
TT
LE
CA
P
MO
TO
R F
UE
L T
AX
MO
DIF
IED
MO
BIL
E H
OM
E
MIX
TU
RE
MIL
LIM
ET
ER
DIA
ME
TE
R
MIL
LIM
ET
ER
MID
-OR
DIN
AT
E
ME
TH
OD
ME
TE
R
ME
DIA
N
MA
TE
RIA
L
MA
NH
OL
E
MA
IL B
OX
MA
CH
INE
LU
MP
SU
M
LO
NG
ITU
DIN
AL
LO
NG
CH
OR
D
LIT
ER
OR
CU
RV
E L
EN
GT
H
LIN
EA
L F
EE
T O
R L
INE
AR
FE
ET
LIG
HT
ING
LIG
HT
PO
LE
LE
FT
LA
NE
LA
ND
SC
AP
ING
KIL
OM
ET
ER
KIL
OG
RA
M
JO
INT
IRO
N R
OD
IRO
N P
IPE
INV
ER
T
INT
ER
SE
CT
ION
DE
SIG
N S
TU
DY
INS
TA
LL
AT
ION
INL
ET
INC
H D
IAM
ET
ER
IMP
RO
VE
ME
NT
ILL
INO
IS
HO
US
E
HO
RIZ
ON
TA
L
HIG
HW
AY
HO
T M
IX A
SP
HA
LT
HE
CT
AR
E
HE
AV
Y D
UT
Y
HE
AD
WA
LL
HE
AD
ST
AB
ILIZ
ED
SQ
UA
RE
YA
RD
SQ
UA
RE
MIL
LIM
ET
ER
SQ
UA
RE
ME
TE
R
SQ
UA
RE
FE
ET
SP
EC
IAL
DIT
CH
SP
EC
IAL
SO
UT
HE
AS
T
SO
UT
HB
OU
ND
SO
LID
ME
DIA
N
SO
DD
ING
SIG
NA
L
SID
EW
AL
K O
R S
OU
TH
WE
ST
SH
OU
LD
ER
SH
EE
T
SH
ED
SH
AP
ING
SE
ED
ING
SE
CT
ION
SA
NIT
AR
Y S
EW
ER
SA
NIT
AR
Y
RO
UT
E
RO
AD
WA
Y
RO
AD
RIG
HT
-OF
-WA
Y
RIG
HT
RE
TA
ININ
G
RE
SU
RF
AC
ING
RE
ST
AU
RA
NT
RE
PL
AC
EM
EN
T
RE
MO
VE
CR
OW
N
RE
MO
VA
L
RE
INF
OR
CE
ME
NT
RE
INF
OR
CE
D C
ON
CR
ET
E C
UL
VE
RT
PIP
E
RE
FL
EC
TIV
E
RE
FE
RE
NC
E P
OIN
T S
TA
KE
RA
ILR
OA
D S
PIK
E
RA
ILR
OA
D
RA
DIU
S
PR
OP
OS
ED
PR
OP
ER
TY
LIN
E
PR
OP
ER
TY
CO
RN
ER
PR
OJE
CT
PR
OF
ILE
GR
AD
EL
INE
PR
OF
ILE
PR
IVA
TE
EN
TR
AN
CE
PR
IME
PO
WE
R P
OL
E O
R P
RIN
CIP
AL
PO
INT
PO
RT
LA
ND
CE
ME
NT
CO
NC
RE
TE
PO
LY
ET
HY
LE
NE
PO
INT
ON
TA
NG
EN
T
PO
INT
OF
TA
NG
EN
CY
PO
INT
OF
RE
VE
RS
E C
UR
VE
CU
RV
E
PO
INT
OF
IN
TE
RS
EC
TIO
N O
F H
OR
IZO
NT
AL
PO
INT
OF
CU
RV
AT
UR
E
PO
INT
PE
DE
ST
AL
ST
B
SQ
YD
mm
mSQ
FT
SD
SP
L
SE
SB
SM
SO
D
SIG
SW
SH
LD
SH
SSH
AP
SE
ED
SE
C
SA
NS
SA
N
RT
E
RD
WY
RD
RO
W
RT
RE
T
RE
SU
RF
RE
ST
RE
P
RC
RE
M
RE
INF
RC
CP
RE
F
RP
S
RR
S
RR
RPR
PL
P.C
.
PR
OJ
PG
L
PR
OF
PE
PR
M
PP
PC
C
PO
LY
ET
H
PO
T
PT
PR
C
PI
PC
PN
T
PE
D
ST
AN
DA
RD
000001-0
7
Ill
inois
Departm
ent
of T
ransporta
tion
DA
TE
RE
VIS
ION
S
January 1
,
EN
GIN
EE
R O
F P
OL
ICY
AN
D P
RO
CE
DU
RE
S
AP
PR
OV
ED
January 1
,
EN
GIN
EE
R O
F D
ES
IGN
AN
D E
NV
IRO
NM
EN
T
ISSUED 1-1-97
PA
SS
ED
AN
D P
AT
TE
RN
S
AB
BR
EV
IAT
ION
S
ST
AN
DA
RD
SY
MB
OL
S,
1-1-11
an
d s
ym
bo
ls.
Update
d a
bbrevia
tions
Ad
ded
new
sy
mb
ols
.
20
19
20
19
AD
J
C F R
RE
C
A A A A SP
AB
M
RE
L
P L T
NR
E
T
N
E
R
N
T
R
E
F LF L
FM
FS
P
RS
P
D=
CU
RV
E
P.I. S
TA
=
!=
T=
R=
L=
E=
S.E
. R
UN
=
e=
P.T
. S
TA
=
P.C
. S
TA
=
T.R
.=
D=
CU
RV
E
P.I. S
TA
=
!=
T=
R=
L=
E=
S.E
. R
UN
=
e=
P.T
. S
TA
=
P.C
. S
TA
=
T.R
.=
(S
heet
2 o
f 9
)
Str
uctu
re T
o B
e A
dju
ste
d
Str
uctu
re T
o B
e C
leaned
Str
uctu
re T
o B
e F
ille
d
Str
uctu
re T
o B
e R
em
ov
ed
Reco
nstr
ucte
d
Str
uctu
re T
o B
e
To
Be A
dju
ste
d
Fram
e a
nd
Grate
To
Be A
dju
ste
d
Fram
e a
nd
Lid
To
Be A
dju
ste
d
Dom
esti
c S
ervic
e B
ox
Valv
e V
ault
To B
e A
dju
ste
d
Sp
ecia
l A
dju
stm
en
t
Ite
m T
o B
e A
ban
do
ned
Ite
m T
o B
e M
ov
ed
Ite
m T
o B
e R
elo
cate
d
an
d R
ep
lacem
en
t
Pav
em
en
t R
em
ov
al
Baseli
ne
Cen
terli
ne
Cen
terli
ne B
reak
Cir
cle
Baseli
ne S
ym
bo
l
Cente
rli
ne S
ym
bol
PI I
nd
icato
r
Po
int
In
dic
ato
r
Dashed P
roperty
Lin
e
Soli
d P
roperty
/Lot
Lin
e
Secti
on/G
rant
Lin
e
County
/Tow
nship
Lin
e
Sta
te L
ine
Iron P
ipe F
ound
Iron P
ipe S
et
Su
rv
ey
Mark
er
Property
Lin
e S
ym
bol
Rip
rap
Wate
r S
urface I
ndic
ato
r
Cu
lvert
En
d S
ecti
on
Catc
h B
asin
Sw
ale
Ro
ad
way
Dit
ch
Flo
w
Su
mm
it
Manhole
Inle
t
Head
wall
Dit
ch C
heck
Flo
wli
ne
Aggregate
Dit
ch
Paved D
itch
Drain
age B
oundary L
ine
Gradin
g &
Shapin
g D
itches
Culv
ert
Lin
e
\\
¡¡
Main
Str
uctu
re T
o B
e F
ille
d
Str
uctu
re T
o B
e F
ille
d S
pecia
l
Str
uctu
re T
o B
e R
econstr
ucte
d S
pecia
l
Sto
rm
Sew
er
Pip
e U
nd
erd
rain
(H
alf
Siz
e)
Sam
e O
wnership
Sym
bol
(H
alf
Siz
e)
No
rth
west
Qu
arte
r C
orn
er
(H
alf
Siz
e)
Secti
on C
orner
(H
alf
Siz
e)
So
uth
east
Qu
arte
r C
orn
er
(H
alf
Siz
e)
Horiz
onta
l C
urve D
ata
Qu
arte
r S
ecti
on
Lin
e
Quarte
r/Q
uarte
r S
ecti
on L
ine
Ch
an
nel
or S
tream
Lin
e
ST
AN
DA
RD
000001-0
7
AD
JU
ST
ME
NT
IT
EM
SE
XP
RA
LIG
NM
EN
T I
TE
MS
EX
PR
BO
UN
DA
RIE
S I
TE
MS
EX
PR
DR
AIN
AG
E I
TE
MS
EX
PR
Ill
inois
Departm
ent
of T
ransporta
tion
January 1
,
EN
GIN
EE
R O
F P
OL
ICY
AN
D P
RO
CE
DU
RE
S
AP
PR
OV
ED
January 1
,
EN
GIN
EE
R O
F D
ES
IGN
AN
D E
NV
IRO
NM
EN
T
ISSUED 1-1-97
PA
SS
ED
AN
D P
AT
TE
RN
S
AB
BR
EV
IAT
ION
S
ST
AN
DA
RD
SY
MB
OL
S,
Ov
erf
low
Sh
eet
Flo
w
Hydrant
Outl
et
EX
HY
DR
AU
LIC
S I
TE
MS
PR
20
19
20
19
In
term
ed
iate
Co
nto
ur
Index C
onto
ur
Ap
pro
x.
In
term
ed
iate
Lin
e
Ap
pro
x.
In
dex
Lin
e
CO
NT
OU
R I
TE
MS
EX
PR
T
E E
F L
(S
heet
3 o
f 9
)
Cle
an
ing
& G
rad
ing
Lim
its
Dik
e
Erosio
n C
ontr
ol
Fen
ce
Perim
ete
r E
ro
sio
n B
arrie
r
Tem
po
rary
Fen
ce
Dit
ch
Ch
eck
Tem
po
rary
Dit
ch C
heck P
erm
anent
Inle
t &
Pip
e P
rote
cti
on
Sed
imen
t B
asin
Ero
sio
n C
on
tro
l B
lan
ket
Rev
etm
en
t M
at
Fab
ric
Fo
rm
ed
Co
ncrete
Tu
rf R
ein
fo
rcem
en
t M
at
Mulc
h T
em
porary
Mu
lch
Meth
od
1
Mu
lch
Meth
od
2 S
tab
iliz
ed
Mu
lch
Meth
od
3 H
yd
rau
lic
Nois
e A
ttn./
Levee
Fen
ce
Base o
f L
ev
ee
bo
x
Pay
Tele
ph
on
e
Adverti
sin
g S
ign
Conto
ur M
oundin
g L
ine
Fen
ce
Peren
nia
l P
lan
ts
Seedin
g C
lass 2
Seedin
g C
lass 2
A
Seedin
g C
lass 4
Seed
ing
Cla
ss 4
& 5
Co
mb
ined
Seedin
g C
lass 5
Seedin
g C
lass 7
Seed
lin
gs T
yp
e 1
Seed
lin
gs T
yp
e 2
So
dd
ing
Mo
wsta
ke w
/Sig
n
Tree T
runk P
rote
cti
on
Evergreen T
ree
Shade T
ree
Duct
Co
nd
uit
Ele
ctr
ical
Aeria
l C
ab
le
Ele
ctr
ical
Bu
rie
d C
ab
le
Contr
oll
er
Underpass L
um
inair
e
Po
wer P
ole
Shrubs
Mow
line
Fen
ce P
ost
Fie
ld L
ine
Mult
iple
boxes
ST
AN
DA
RD
000001-0
7
CO
NT
RO
L I
TE
MS
ER
OS
ION
& S
ED
IME
NT
EX
PR
IMP
RO
VE
ME
NT
IT
EM
S
NO
N-H
IGH
WA
YE
XP
R
(co
ntd
.)
LA
ND
SC
AP
ING
IT
EM
S
EX
IST
ING
EX
PR
LA
ND
SC
AP
ING
IT
EM
SE
XP
RL
IGH
TIN
GE
XP
R
Ill
inois
Departm
ent
of T
ransporta
tion
January 1
,
EN
GIN
EE
R O
F P
OL
ICY
AN
D P
RO
CE
DU
RE
S
AP
PR
OV
ED
January 1
,
EN
GIN
EE
R O
F D
ES
IGN
AN
D E
NV
IRO
NM
EN
T
ISSUED 1-1-97
PA
SS
ED
AN
D P
AT
TE
RN
S
AB
BR
EV
IAT
ION
S
ST
AN
DA
RD
SY
MB
OL
S,
*
*
IT
S C
am
era
Win
d T
urbin
e
Cell
ula
r T
ow
er
In
tell
igen
t T
ran
sp
orta
tio
n S
yste
ms
20
19
20
19
PP
H J
H J
RR
(S
heet
4 o
f 9
)
Pull
P
oin
t
Han
dh
ole
Heavy D
uty
Handhole
Ju
ncti
on
Bo
x
Lig
ht
Un
it C
om
b.
Ele
ctr
ical
Ground
Tra
ffic
Flo
w A
rro
w
Lig
ht
Un
it-1
Key
ed
Lo
ng
. Jo
int
Keyed L
ong. Join
t w
/Tie
Bars
Saw
ed
Lo
ng
. Jo
int
w/T
ie B
ars
Bit
um
ino
us S
ho
uld
er
Bit
um
ino
us T
ap
er
Sta
bil
ized D
riv
ew
ay
Wid
en
ing
RR
Crossin
g
Rais
ed
Mark
er A
mb
er 1
Way
Rais
ed M
arker A
mber 2
Way
Rais
ed
Mark
er C
ry
sta
l 1
Way
Tw
o W
ay
Tu
rn
Left
Should
er D
iag. P
att
ern
Skip
-D
ash W
hit
e
Skip
-Dash Y
ell
ow
Sto
p L
ine
So
lid
Lin
e
Double
Cente
rli
ne
Dott
ed L
ines
(H
alf
Siz
e)
Hig
h M
ast
Pole
Han
dic
ap
Sy
mb
ol
ST
AN
DA
RD
000001-0
7
(co
ntd
.)
LIG
HT
ING
EX
PR
PA
VE
ME
NT
(M
ISC
.)E
XP
R
PA
VE
ME
NT
MA
RK
ING
SE
XP
R
Ill
inois
Departm
ent
of T
ransporta
tion
January 1
,
EN
GIN
EE
R O
F P
OL
ICY
AN
D P
RO
CE
DU
RE
S
AP
PR
OV
ED
January 1
,
EN
GIN
EE
R O
F D
ES
IGN
AN
D E
NV
IRO
NM
EN
T
ISSUED 1-1-97
PA
SS
ED
AN
D P
AT
TE
RN
S
AB
BR
EV
IAT
ION
S
ST
AN
DA
RD
SY
MB
OL
S,
20
19
20
19
ONLYONLYONLY
(S
heet
5 o
f 9
)
Urb
an
Left
Tu
rn
Arro
w
Urb
an
Rig
ht
Tu
rn
Arro
w
Urban L
eft
Turn O
nly
Urb
an
Rig
ht
Tu
rn
On
ly
Urb
an
Th
ru
On
ly
Abandoned R
ail
road
Rail
ro
ad
Rail
road P
oin
t
Co
ntr
ol
Bo
x
Crossin
g G
ate
Fla
shin
g S
ignal
Rail
road C
ant.
Mast
Arm
Cro
ssb
uck
Rem
oval
Tic
Bit
um
inous R
em
oval
Hatc
h P
att
ern
Fu
ture R
OW
Co
rn
er M
on
um
en
t
RO
W M
arker
RO
W L
ine
Easem
en
t
Tem
po
rary
Easem
en
t
Urb
an
Co
mb
inati
on
Left
Urban C
om
bin
ati
on R
ight
Tree R
em
ov
al
Sin
gle
ST
AN
DA
RD
000001-0
7
(contd
.)
PA
VE
ME
NT
MA
RK
ING
SE
XP
RR
AIL
RO
AD
IT
EM
SE
XP
R
EX
PR
EX
PR
Ill
inois
Departm
ent
of T
ransporta
tion
January 1
,
EN
GIN
EE
R O
F P
OL
ICY
AN
D P
RO
CE
DU
RE
S
AP
PR
OV
ED
January 1
,
EN
GIN
EE
R O
F D
ES
IGN
AN
D E
NV
IRO
NM
EN
T
ISSUED 1-1-97
PA
SS
ED
AN
D P
AT
TE
RN
S
AB
BR
EV
IAT
ION
S
ST
AN
DA
RD
SY
MB
OL
S,
20
19
20
19
RE
MO
VA
L I
TE
MS
RIG
HT
OF
WA
Y I
TE
MS
RR
PM
40
' (1
2.2
m) o
.c.
CL
Mult
ilane D
iv.
RR
PM
80
' (2
4.4
m) o
.c.
CL
Mult
ilane D
iv.
RR
PM
80
' (2
4.4
m) o
.c.
CL
Mu
ltil
an
e D
iv.
Db
l.
CL
Mult
ilane U
ndiv
.
Tw
o W
ay
Tu
rn
Left
Lin
e
RR
PM
12
.2 m
(4
0')
o.c
.
CL
2L
n 2
Way
RR
PM
80
' (2
4.4
m) o
.c.
CL
2L
n 2
Way
ONLY ONLYONLY
Rural
Left
Turn A
rrow
Rural
Rig
ht
Turn A
rrow
Rural
Left
Turn O
nly
Ru
ral
Rig
ht
Tu
rn
On
ly
Rural
Thru O
nly
Urban U
-T
urn
Urb
an
Co
mb
ined
U-T
urn
Ru
ral
Co
mb
inati
on
Left
Rural
Com
bin
ati
on R
ight
Bik
e L
an
e S
ym
bo
l
Bik
e L
an
e T
ex
t
AN
D P
AT
TE
RN
S
AB
BR
EV
IAT
ION
S
ST
AN
DA
RD
SY
MB
OL
S,
ST
AN
DA
RD
000001-0
7
Ill
inois
Departm
ent
of T
ransporta
tion
January 1
,
EN
GIN
EE
R O
F P
OL
ICY
AN
D P
RO
CE
DU
RE
S
AP
PR
OV
ED
January 1
,
EN
GIN
EE
R O
F D
ES
IGN
AN
D E
NV
IRO
NM
EN
T
ISSUED 1-1-97
PA
SS
ED
(contd
.)
PA
VE
ME
NT
MA
RK
ING
SE
XP
R
Bik
e P
ath
Sh
ared
Bik
e S
hared
Ro
ad
way
20
19
20
19
(S
heet
6 o
f 9
)
I
VP
IE
LE
VL E
=
=
=
=
VP
IE
LE
VL E
=
=
=
=
SIN
GL
E
LA
NE
AH
EA
D
RO
AD
CO
NS
TR
UC
TIO
N
AH
EA
D
RO
AD
CL
OS
ED
AH
EA
D
RIG
HT
LA
NE
CL
OS
ED
AH
EA
D
LE
FT
LA
NE
CL
OS
ED
AH
EA
D
DE
TO
UR
AH
EA
D
ST
A.
45
+0
0
9
(S
heet
7 o
f 9
)
Edge o
f P
avem
ent
and C
&G
Lin
e
Bit
Sh
ou
lders,
Med
ian
s
Ag
greg
ate
Sh
ou
lder
Sid
ew
alk
s, D
riv
ew
ays
Gu
ard
rail
Guardrail
Post
Traffic
Sig
n
Corrugate
d M
edia
n
P.I
. In
dic
ato
r
Po
int
In
dic
ato
r
Earth
works B
ala
nce P
oin
t
Begin
Poin
t
Vert.
Curve D
ata
Co
ne,
Dru
m o
r B
arric
ad
e
Barric
ade T
ype I
I
Barric
ade T
ype I
II
Barric
ade W
ith E
dge L
ine
Fla
sh
ing
Lig
ht
Sig
n
Pan
els
I
Pan
els
II
Dir
ecti
on
of T
raffic
Dit
ch P
rofil
e L
eft
Sid
e
Dit
ch
Pro
fil
e R
igh
t S
ide
Ro
ad
way
Pro
fil
e L
ine
Sto
rm
Sew
er P
rofil
e L
eft
Sid
e
Sto
rm
Sew
er P
ro
fil
e R
igh
t S
ide
(H
alf
Siz
e)
Sig
n F
lag
(H
alf
Siz
e)
Deto
ur A
head W
20-2(O
)
(H
alf
Siz
e)
Ro
ad
Clo
sed
Ah
ead
W2
0-3
(O
)
(H
alf
Siz
e)
Reverse L
eft
W1-4L
(H
alf
Siz
e)
Rev
erse R
igh
t W
1-4
R
(H
alf
Siz
e)
Tw
o W
ay
Traffic
Sig
n W
6-3
(H
alf
Siz
e)
Tran
sit
ion
Rig
ht
W4
-2
R
(H
alf
Siz
e)
Transit
ion L
eft
W4-2L
(H
alf
Siz
e)
Road C
onstr
ucti
on A
head W
20-1-(O
)
(H
alf
Siz
e)
Rig
ht
Lane C
losed A
head W
20-5R
(O
)
(H
alf
Siz
e)
Sin
gle
Lane A
head
(H
alf
Siz
e)
Left
Lane C
losed A
head W
20-5L
(O
)
Slo
pe L
imit
Lin
e
Matc
h L
ine
Ty
pic
al
Cro
ss-S
ecti
on
Lin
e
Access C
ontr
ol
Lin
e
Access C
on
tro
l L
ine &
RO
W
RO
W w
ith F
ence
Access C
ontr
ol
Lin
e &
Excess R
OW
Lin
e
(H
alf
Siz
e)
No
rth
Arro
w w
ith
Dis
tric
t O
ffic
e
Cable
Barrie
r
Concrete
Barrie
r
Im
pact
Att
en
uato
r
ST
AN
DA
RD
000001-0
7
(co
ntd
.)
RIG
HT
OF
WA
Y I
TE
MS
EX
PR
ITE
MS
RO
AD
WA
Y P
LA
NE
XP
R
RO
AD
WA
Y P
RO
FIL
ES
EX
PR
SIG
NIN
G I
TE
MS
EX
PR
(co
ntd
.)
SIG
NIN
G I
TE
MS
EX
PR
Ill
inois
Departm
ent
of T
ransporta
tion
January 1
,
AP
PR
OV
ED
January 1
,
EN
GIN
EE
R O
F D
ES
IGN
AN
D E
NV
IRO
NM
EN
T
ISSUED 1-1-97
PA
SS
ED
AN
D P
AT
TE
RN
S
AB
BR
EV
IAT
ION
S
ST
AN
DA
RD
SY
MB
OL
S,
EN
GIN
EE
R O
F P
OL
ICY
AN
D P
RO
CE
DU
RE
S
20
19
20
19
G Y
DW W
G Y
DW W
RO
AD
CL
OS
ED
TO
TH
RU
TR
AF
FIC
RO
AD
CL
OS
ED
ST
OP
HE
RE
ON
RE
D
ST
OP
HE
RE
ON
RE
D
KE
EP
RIG
HT
KE
EP
RIG
HT
KE
EP
LE
FT
KE
EP
LE
FT
LE
FT
TU
RN
LA
NE
DE
TO
UR
DE
TO
UR
ON
E W
AY
ON
E W
AY
(S
heet
8 o
f 9
)
Cable
Num
ber
Left
Turn G
reen
Left
Tu
rn Y
ell
ow
Sig
nal
Backpla
te
Walk
/Don't W
alk
Lett
ers
Walk
/Don't W
alk
Sym
bols
Galv
. S
teel
Co
nd
uit
Underground C
able
Dete
cto
r L
oo
p L
ine
Dete
cto
r L
oop L
arge
Dete
cto
r L
oop S
mall
Dete
cto
r L
oo
p Q
uad
rap
ole
Brid
ge P
ier
Box C
ulv
ert
Barrel
Bo
x C
ulv
ert
Head
wall
Brid
ge
Reta
inin
g W
all
Tem
porary S
heet
Pil
ing
(H
alf
Siz
e)
Left
Turn L
ane R
3-I100L
(H
alf
Siz
e)
Keep
Left
R4
-7
AL
(H
alf
Siz
e)
Keep L
eft
R4-7B
L
(H
alf
Siz
e)
Keep
Rig
ht
R4
-7A
R
(H
alf
Siz
e)
Keep
Rig
ht
R4
-7
BR
(H
alf
Siz
e)
Sto
p H
ere O
n R
ed R
10-6-A
L
(H
alf
Siz
e)
Sto
p H
ere O
n R
ed R
10-6-A
R
(H
alf
Siz
e)
No L
eft
Turn R
3-2
(H
alf
Siz
e)
No R
ight
Turn R
3-1
(H
alf
Siz
e)
Road C
losed R
11-2
(H
alf
Siz
e)
Road C
losed T
hru T
raffic
R11-2
(H
alf
Siz
e)
Deto
ur M
4-10L
-(O
)
(H
alf
Siz
e)
Deto
ur M
4-10R
-(O
)
(H
alf
Siz
e)
On
e W
ay
Left
R6
-1
L
(H
alf
Siz
e)
One W
ay R
ight
R6-1R
(H
alf
Siz
e)
On
e W
ay
Arro
w L
rg
. W
1-6
-(O
)
(H
alf
Siz
e)
Tw
o W
ay
Arro
w L
arg
e W
1-7
-(O
)
Sig
nal
Secti
on
8'' (
20
0 m
m)
Sig
nal
Secti
on
12
'' (
30
0 m
m)
ST
AN
DA
RD
000001-0
7
(co
ntd
.)
SIG
NIN
G I
TE
MS
EX
PR
ST
RU
CT
UR
ES
IT
EM
SE
XP
RIT
EM
S
TR
AF
FIC
SH
EE
TE
XP
R
ITE
MS
TR
AF
FIC
SIG
NA
LE
XP
R
Ill
inois
Departm
ent
of T
ransporta
tion
January 1
,
EN
GIN
EE
R O
F P
OL
ICY
AN
D P
RO
CE
DU
RE
S
AP
PR
OV
ED
January 1
,
EN
GIN
EE
R O
F D
ES
IGN
AN
D E
NV
IRO
NM
EN
T
ISSUED 1-1-97
PA
SS
ED
AN
D P
AT
TE
RN
S
AB
BR
EV
IAT
ION
S
ST
AN
DA
RD
SY
MB
OL
S,
20
19
20
19
"E
"
H JJH
H J
H J
VCC V
TS
(S
heet
9 o
f 9
)
Dete
cto
r R
acew
ay
Alu
min
um
Mast
Arm
Ste
el
M
ast
Arm
Veh. D
ete
cto
r M
agneti
c
Co
nd
uit
Sp
lice
Contr
oll
er
Gulf
box J
uncti
on
Wo
od
Po
le
Tem
p.
Sig
nal
Head
Han
dh
ole
Heavy D
uty
Handhole
Ju
ncti
on
Bo
x
Ped
. P
ush
bu
tto
n D
ete
cto
r
Ped. S
ignal
Head
Po
wer P
ole
Serv
ice
Prio
rit
y V
eh. D
ete
cto
r
Sig
nal
Head
Sig
nal
Head
w/B
ack
pla
te
Sig
nal
Po
st
Contr
oll
er
Do
ub
le H
an
dh
ole
Fir
e H
ydrant
Han
dh
ole
Heavy D
uty
Handhole
Ju
ncti
on
Bo
x
Lig
ht
Po
le
Manhole
Po
wer P
ole
Spli
ce B
ox A
bove G
round
Tele
phone P
ole
Traffic
Sig
nal
Wate
r M
ete
r V
alv
e B
ox
Above G
round
Tele
ph
on
e S
pli
ce B
ox
Decid
uous T
ree
Evergreen T
ree
Stu
mp
Str
eam
or D
rain
age D
itch
Wate
rs E
dg
e
Wate
r S
urface I
ndic
ato
r
Wate
r P
oin
t
Dis
appearin
g D
itch
Marsh
Marsh
/Sw
am
p B
ou
nd
ary
Bush o
r S
hrub
Wo
od
s &
Bu
sh
Lin
e
Vegeta
tion L
ine
Orchard/N
ursery L
ine
Gu
yW
ire o
r D
eadm
an A
nchor
Profil
e L
ine
Aeria
l P
ow
er L
ine
Cable
TV
Ele
ctr
ic C
able
Fib
er O
pti
c
Gas P
ipe
Oil
Pip
e
Sanit
ary S
ew
er
Tele
phone C
able
Wate
r P
ipe
Do
ub
le H
an
dh
ole
Clo
sed
Cir
cu
it T
V
Vid
eo
Dete
cto
r S
yste
m
Pip
eli
ne W
arnin
g S
ign
Pow
er P
ole
wit
h L
ight
San
itary
Sew
er C
lean
ou
t
Traffic
Sig
nal
Contr
ol
Box
Wate
r M
ete
r
ST
AN
DA
RD
000001-0
7
ITE
MS
(c
ontd
.)
TR
AF
FIC
SIG
NA
L
UT
ILIT
Y I
TE
MS
UN
DE
RG
RO
UN
DE
XP
RE
XP
RA
BA
ND
ON
ED
(co
ntd
.)
UT
ILIT
Y I
TE
MS
EX
PR
VE
GE
TA
TIO
N I
TE
MS
EX
PR
UT
ILIT
IES
IT
EM
SE
XP
R
ITE
MS
WA
TE
R F
EA
TU
RE
EX
PR
Ill
inois
Departm
ent
of T
ransporta
tion
January 1
,
EN
GIN
EE
R O
F P
OL
ICY
AN
D P
RO
CE
DU
RE
S
AP
PR
OV
ED
January 1
,
EN
GIN
EE
R O
F D
ES
IGN
AN
D E
NV
IRO
NM
EN
T
ISSUED 1-1-97
PA
SS
ED
AN
D P
AT
TE
RN
S
AB
BR
EV
IAT
ION
S
ST
AN
DA
RD
SY
MB
OL
S,
20
19
20
19
Mo
nit
orin
g W
ell
(G
aso
lin
e)
MW
T Span T
R
¡
TET
fit
pip
e u
sed.
En
d c
on
necti
on
to
D
CB
Slo
pe
1
T Rise T
inner c
age, cla
ss H
E-II
Sam
e r
ein
forcem
ent
as
ou
ter c
ag
e,
cla
ss H
E-II
Sam
e r
ein
forcem
ent
as
pla
ce e
nd b
lock.
Precast
or c
ast
in
*
*
(100)
4
2 -
No
. 4
(N
o.
13
) b
ars
pip
e d
iam
ete
r.
Refers t
o t
he e
quiv
ale
nt
*
A T (75)
3
Rise
H
R�
R�
Sp
an
un
less o
therw
ise s
ho
wn
.
All
dim
en
sio
ns a
re i
n i
nch
es (
mil
lim
ete
rs)
(V
:H).
dis
pla
cem
en
t to
un
its o
f h
oriz
on
tal
dis
pla
cem
en
t
All
slo
pe r
ati
os a
re e
xp
ressed
as u
nit
s o
f v
erti
cal
4-1-16
SP
AN
RIS
EA
BC
DE
HR
R�
SL
OP
E
AP
PR
OX
.
DIA
.
EQ
UIV
.
T
WA
LL
R�
23
(584)
30
(762)
34
(864)
38
(965)
45
(1143)
53
(1346)
60
(1524)
68
(1727)
76
(1930)
14
(356)
19
(483)
22
(559)
24
(610)
29
(737)
34
(864)
38
(965)
43
(1092)
48
(1219)
18
(450)
24
(600)
27
(675)
30
(750)
36
(900)
42
(1050)
48
(1200)
54
(1350)
60
(1500)
43
2 (7
0)
41
3 (8
3)
21
3 (8
9)
21
3 (9
5)
21
4
(114)
5
(127)
21
5
(140)
6
(152)
21
6
(165)
8
(203)
21
8
(216)
9
(229)
21
9
(241)
41
11
(286)
43
15
(400)
21
(533)
26
(660)
31
(787)
27
(686)
39
(991)
4'-
0"
(1
.21
9 m
)
4'-
6"
(1
.37
2 m
)
5'-
0"
(1
.52
4 m
)
5'-
0"
(1
.52
4 m
)
5'-
0"
(1
.52
4 m
)
5'-
0"
(1
.52
4 m
)
5'-
0"
(1
.52
4 m
)
3'-
9"
(1
.14
3 m
)
33
(838)
24
(610)
18
(475)
36
(914)
36
(914)
36
(914)
36
(914)
36
(914)
6'-
0"
(1
.82
9 m
)
6'-
0"
(1
.82
9 m
)
6'-
0"
(1
.82
9 m
)
6'-
0"
(1
.82
9 m
)
8'-
0"
(2
.43
8 m
)
8'-
0"
(2
.43
8 m
)
8'-
0"
(2
.43
8 m
)
8'-
0"
(2
.43
8 m
)
8'-
0"
(2
.43
8 m
)
36
(914)
4'-
0"
(1
.21
9 m
)
4'-
6"
(1
.37
2 m
)
5'-
0"
(1
.52
4 m
)
6'-
0"
(1
.82
9 m
)
6'-
6"
(1
.98
1 m
)
7'-
0"
(2
.13
4 m
)
7'-
6"
(2
.28
6 m
)
8'-
0"
(2
.43
9 m
)
83
5
(137)
87
6
(175)
43
7
(197)
85
8
(219)
21
10
(267)
81
12
(308)
21
13
(343)
41
15
(387)
17
(432)
6
(152)
7
(178)
8
(203)
9
(229)
12
(305)
13
(330)
14
(356)
16
(406)
18
(457)
6
(152)
41
8
(210)
41
9
(235)
41
10
(260)
41
12
(311)
21
14
(368)
21
16
(419)
43
18
(476)
43
20
(527)
20
(508)
41
26
(667)
41
29
(743)
43
32
(832)
41
39
(997)
3'-
10"
(1
.16
8 m
)
"2
14'-
3
(1
.30
8 m
)
"2
14'-
10
(1
.48
6 m
)
5'-
5"
(1
.65
1 m
)
1:3
.1
1:2
.8
1:2
.9
1:2
.9
1:2
.7
1:2
.6
1:2
.7
1:2
.6
1:2
.6
1-1-09
Engli
sh (
metr
ic).
Sw
itch
ed
un
its t
o
(S
ee d
eta
il)
Op
tio
nal
weld
ed
wir
e r
ein
fo
rcem
en
t la
p
min.
2 (
50
)
Correcte
d m
in. la
p d
imensio
n.
'weld
ed
wir
e r
ein
fo
rcem
en
t'.
Changed t
erm
inolo
gy t
o
PL
AN
SE
CT
ION
A-A
EN
D V
IEW
GE
NE
RA
L N
OT
ES
ST
AN
DA
RD
542306-0
3
RE
INF
OR
CE
ME
NT
LA
P
OP
TIO
NA
L W
EL
DE
D W
IRE
FL
AR
ED
EN
D S
EC
TIO
N
CO
NC
RE
TE
EL
LIP
TIC
AL
PR
EC
AS
T R
EIN
FO
RC
ED
24 (600) > 36 (900) *
18 (450) ≤ 36 (900) *
10
(2
50
) >
36
(9
00
) *
8 (
20
0)
≤ 3
6 (
90
0)
*
DA
TE
RE
VIS
ION
S
Ill
inois
Departm
ent
of T
ransporta
tion
AP
PR
OV
ED
20
16
EN
GIN
EE
R O
F B
RID
GE
S A
ND
ST
RU
CT
UR
ES
AP
PR
OV
ED
20
16
EN
GIN
EE
R O
F D
ES
IGN
AN
D E
NV
IRO
NM
EN
T
ISSUED 1-1-97
Ap
ril
1,
Ap
ril
1,
AA
RO
AD
CL
OS
ED
AH
EA
D
RO
AD
CL
OS
ED
500 F
T
RO
AD
CL
OS
ED
AH
EA
D
RO
AD
CL
OS
ED
500 F
T
RO
AD
CL
OS
ED
AH
EA
D
than 1
50' (45 m
)
when d
ista
nce i
s l
ess
Sig
n m
ay b
e o
mit
ted
W20-3
(O)-
36
Varia
ble
W20-3
(O)-
36
W20-3
(O)-
36
is l
ess t
han
15
00
' (4
50
m)
Wh
en
dis
tan
ce f
ro
m c
losu
re t
o c
ro
ssro
ad
(150 m
)
50
0'
10
00
' (3
00
m) m
ax
.
500' (150 m
) m
in.
(150 m
)
50
0'
1000' (300 m
) a
nd v
aria
ble
W20-3
(O)-
36
W20-3
(O)-
36
is g
reate
r t
han
15
00
' (4
50
m)
Wh
en
dis
tan
ce f
ro
m c
losu
re t
o c
ro
ssro
ad
Work a
rea
Type I
II B
arric
ade
orange f
lag a
ttached
Sig
n w
ith
18
x1
8 (
45
0x
45
0) m
in.
1-1-12
1-1-09
Engli
sh (
metr
ic).
Sw
itch
ed
un
its t
o
GE
NE
RA
L N
OT
ES
.
Om
itte
d t
wo n
ote
s f
rom
un
less o
therw
ise s
ho
wn
.
All
dim
en
sio
ns a
re i
n i
nch
es (
mil
lim
ete
rs)
a m
ile.
dis
tance t
o t
he b
arric
ade i
n m
iles o
r f
racti
ons o
f
inte
rsecti
on
. T
he a
dd
itio
nal
sig
n s
hall
giv
e t
he
(6
00
m),
an
ad
dit
ion
al
sig
n s
hall
be p
laced
at
the
barric
ade a
nd t
he i
nte
rsecti
on i
s o
ver 2
000'
inte
rsecti
on. W
hen t
he d
ista
nce b
etw
een t
he
(6
00
m),
the a
dv
an
ce s
ign
sh
all
be p
laced
at
the
inte
rsecti
on
is b
etw
een
15
00
' (4
50
m) a
nd
20
00
'
When t
he d
ista
nce b
etw
een t
he b
arric
ade a
nd t
he
co
nd
itio
ns.
Longit
udin
al
dim
ensio
ns m
ay b
e a
dju
ste
d t
o f
it f
ield
no
t req
uir
ed
.
Wh
en
flu
orescen
t sig
ns a
re u
sed
, o
ran
ge f
lag
s a
re
orange r
efle
cto
riz
ed b
ackground.
36 x
36 (
900 x
900) a
nd h
ave a
bla
ck l
egend o
n a
n
All
warn
ing
sig
ns s
hall
hav
e m
inim
um
dim
en
sio
ns o
f
the f
irst
advance w
arnin
g s
ign.
insta
lled
ab
ov
e t
he b
arric
ad
es a
nd
th
e o
ther a
bo
ve
area d
urin
g h
ours o
f d
arkness. O
ne l
ight
shall
be
used o
n e
ach a
pproach i
n a
dvance o
f t
he w
ork
Tw
o T
ype A
Low
Inte
nsit
y F
lashin
g L
ights
shall
be
deta
il o
n H
ighw
ay S
tandard 7
01901.
posit
ioned a
s s
how
n i
n "
Road C
losed T
o A
ll T
raffic
"
Ty
pe I
II B
arric
ad
es a
nd
R1
1-2
-4
83
0 s
ign
s s
hall
be
ST
AN
DA
RD
B.L
.R.
21
-9
RU
RA
L L
OC
AL
HIG
HW
AY
S
FO
R C
ON
ST
RU
CT
ION
ON
TR
AF
FIC
CO
NT
RO
L D
EV
ICE
S
TY
PIC
AL
AP
PL
ICA
TIO
N O
F
CO
ND
ITIO
N I
CO
ND
ITIO
N I
I
SY
MB
OL
S
GE
NE
RA
L N
OT
ES
Ill
inois
Departm
ent
of T
ransporta
tion
January 1
,2
01
2
AP
PR
OV
ED
January 1
,2
01
2
EN
GIN
EE
R O
F D
ES
IGN
AN
D E
NV
IRO
NM
EN
T
ISSUED 1-1-97
PA
SS
ED
EN
GIN
EE
R O
F L
OC
AL
RO
AD
S A
ND
ST
RE
ET
S
DA
TE
RE
VIS
ION
S