Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal...

42
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.

Transcript of Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal...

Page 1: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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.

Page 2: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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.

Page 3: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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.

Page 4: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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)

Page 5: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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.

Page 6: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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 7: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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

Page 8: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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.

Page 9: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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

Page 10: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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.

Page 11: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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:

Page 12: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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)

Page 13: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled
Page 14: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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

Page 15: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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

Page 16: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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

Page 17: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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

Page 18: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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.

Page 19: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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.

Page 20: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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.

Page 21: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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.

Page 22: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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.

Page 23: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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

Page 24: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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

Page 25: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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

Page 26: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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

Page 27: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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.

Page 28: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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

Page 29: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

(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.

Page 30: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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

Page 31: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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

Page 32: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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

Page 33: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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

Page 34: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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

Mail

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

Mail

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

Page 35: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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

Page 36: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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

Page 37: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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

)

Page 38: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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

Page 39: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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

Page 40: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

"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

Page 41: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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

Page 42: Local Public Agency Formal Contract Proposal Letting/July 6 2020/Final... · Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled

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