Top Banner
54

RETURN WITH PROPOSAL

Jun 06, 2022

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: RETURN WITH PROPOSAL
Page 2: RETURN WITH PROPOSAL

RETURN WITH PROPOSAL

Printed 2/13/2019 Page 2 of 6 BLR 12200 (01/08/14)

NOTICE TO BIDDERS

County Ogle Local Public Agency Ogle Co Hwy Dept

Section Number 18-00320-00-CG Route Montague Road

Sealed proposals for the improvement described below will be received at the office of Ogle County Highway Dept., 1989 South IL Route 2, Oregon, IL 61061 until 2:00 PM on March 8, 2019

Address Time Date

Sealed proposals will be opened and read publicly at the office of Ogle County Highway Dept. 1989 South IL Route 2, Oregon, IL 61061 at 2:00 PM on March 8, 2019

Address Time Date

DESCRIPTION OF WORK Name Montague Road Length: 10,900.00 feet ( 2.06 miles) Location Seven (7) locations on Montague Road between Conger Road and Tower Road. Proposed Improvement The relocation of multiple segments of concrete gutter.

1. Plans and proposal forms will be available in the office of the Ogle County Highway Department 1989 South IL Route 2, Oregon, IL 61061 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: RETURN WITH PROPOSAL

RETURN WITH PROPOSAL

Printed 2/13/2019 Page 3 of 6 BLR 12200 (01/08/14)

PROPOSAL

County Ogle Local Public Agency Ogle Co Hwy Dept

Section Number 18-00320-00-CG Route Montague Road

1. Proposal of for the improvement of the above section by the construction of Seven (7) concrete gutter locations along Montague Road including necessary gutter removal, excavation, backfill, paving and driveway & outlet construction. a total distance of 10,900.00 feet, of which a distance of 2835.00 feet, ( 0.537 miles) are to be improved.

2. The plans for the proposed work are those prepared by Ogle 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 working days or by 6/21/19 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:

County Treasurer of Ogle 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: RETURN WITH PROPOSAL

RETURN WITH BID

CountyLocal Public Agency

SectionRoute

Total

Item No. Items Unit Quantity Total

1 Earth Excavation (Special) Cu. Yd. 5562 Aggregate Base Course, Type A, 5 Sq. Yd. 7983 Aggregate Base Course, Type B Ton 5104 Incidental Hot-Mix Asphalt Surfacing Ton 3015 Driveway Pavement Removal Sq. Yd. 4316 Gutter Removal Foot 25917 Storm Sewer Removal Foot 448 Removing Inlets Each 19 PRC Flared End Section, 18 Each 110 Storm Sewers CL A, TY 1, 18 Foot 5611 Storm Sewer Inlet Each 112 Concrete Gutter, Type A (Special) Foot 227513 Concrete Outlet (Special) Foot 12014 Traffic Control & Protection (Special) L Sum 115 Restoration L Sum 1

Bidder's Proposal for making Entire Improvements

Schedule for Single Bid

18-00320-00-CG

Schedule for Multiple BidsSections Included in Combinations

Unit Price

Combination Letter

Ogle Co Hwy DeptOgle

(For complete information covering these items, see plans and specifications)

SCHEDULE OF PRICES

Montague Road

Printed 1/25/2019 Page 5-1 BLR 12200a (01/08/14)

Page 5: RETURN WITH PROPOSAL

RETURN WITH PROPOSAL

Printed 1/18/2019 Page 5 of 6 BLR 12200 (01/08/14)

CONTRACTOR CERTIFICATIONS

County Ogle Local Public Agency Ogle Co Hwy Dept

Section Number 18-00320-00-CG Route Montague Road

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 Deliquency. 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: RETURN WITH PROPOSAL

RETURN WITH PROPOSAL

Printed 1/18/2019 Page 6 of 6 BLR 12200 (01/08/14)

SIGNATURES

County Ogle Local Public Agency Ogle Co Hwy Dept

Section Number 18-00320-00-CG Route Montague Road

(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: RETURN WITH PROPOSAL

Page 1 of 1 BLR 12230 (Rev. 7/05 Printed on 1/18/2019 1:21:38 PM

Local Agency Proposal Bid Bond

RETURN WITH BID

Route

County

Local Agency

Section

Montague Road

Ogle

Ogle Co Hwy Dept

18-00320-00-CG

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 PRINCIPLE 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: RETURN WITH PROPOSAL

Printed 1/18/2019 Page 1 of 2 BLR 12325 (Rev. 4/07)

Apprenticeship or Training Program Certification

Route Montague Road

Return with Bid County Ogle Local Agency Ogle Co Hwy Dept Section 18-00320-00-CG

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 9: RETURN WITH PROPOSAL

Printed 1/18/2019 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 10: RETURN WITH PROPOSAL

RETURN WITH BID

Printed 1/18/2019 BLR 12326 (01/08/14)

Affidavit of Illinois Business Office

County Ogle

Local Public Agency Ogle Co Hwy Dept Section Number 18-00320-00-CG

Route Montague Road

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 11: RETURN WITH PROPOSAL

Printed 1/18/2019 Page 1 of 2 BC 57 (Rev. 08/17/10)

Affidavit of Availability For the Letting of 3/8/2019

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 Contract List 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 4 Awards Pending

Contract Number

Contract With

Estimated Completion Date

Total Contract Price Accumulated Totals

Uncompleted Dollar Value if Firm is the Prime Contractor

Uncompleted 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.

Accumulated Totals

Earthwork

Portland Cement Concrete Paving

HMA Plant Mix

HMA Paving

Clean & Seal Cracks/Joints

Aggregate Bases & Surfaces

Highway, R.R. and Waterway Structures

Drainage

Electrical

Cover and Seal Coats

Concrete Construction

Landscaping

Fencing

Guardrail

Painting

Signing

Cold Milling, Planning & Rotomilling

Demolition

Pavement Markings (Paint)

Other Construction (List)

$ 0.00

Totals Disclosure 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.

Bureau of Construction 2300 South Dirksen Parkway/Room 322 Springfield, Illinois 62764

Page 12: RETURN WITH PROPOSAL

Printed 1/18/2019 Page 2 of 2 BC 57 (Rev. 08/17/10)

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

I, being duly sworn, do hereby declare that 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.

Subscribed and sworn to before me this day of , Type or Print Name Officer or Director Title

Signed

Notary Public My commission expires

Company (Notary Seal)

Address

Page 13: RETURN WITH PROPOSAL

Check Sheet For Recurring Special Provisions

Page 1 of 2 BLR 11300 (Rev. 10/26/18)Printed 12/18/18

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 75 2 Subletting of Contracts (Federal-Aid Contracts) 78 3 EEO 79 4 Specific EEO Responsibilities Non Federal-Aid Contracts 89 5 Required Provisions - State Contracts 94 6 Asbestos Bearing Pad Removal 100 7 Asbestos Waterproofing Membrane and Asbestos HMA Surface Removal 101 8 Temporary Stream Crossings and In-Stream Work Pads 102 9 Construction Layout Stakes Except for Bridges 103 10 Construction Layout Stakes 106 11 Use of Geotextile Fabric for Railroad Crossing 109 12 Subsealing of Concrete Pavements 111 13 Hot-Mix Asphalt Surface Correction 115 14 Pavement and Shoulder Resurfacing 117 15 Patching with Hot-Mix Asphalt Overlay Removal 118 16 Polymer Concrete 120 17 PVC Pipeliner 122 18 Bicycle Racks 123 19 Temporary Portable Bridge Traffic Signals 125 20 Work Zone Public Information Signs 127 21 Nighttime Inspection of Roadway Lighting 128 22 English Substitution of Metric Bolts 129 23 Calcium Chloride Accelerator for Portland Cement Concrete 130 24 Quality Control of Concrete Mixtures at the Plant 131 25 Quality Control/Quality Assurance of Concrete Mixtures 139 26 Digital Terrain Modeling for Earthwork Calculations 155 27 Reserved 157 28 Preventive Maintenance - Bituminous Surface Treatment 158 29 Reserved 164 30 Reserved 165 31 Reserved 166 32 Temporary Raised Pavement Markers 167 33 Restoring Bridge Approach Pavements Using High-Density Foam 168 34 Portland Cement Concrete Inlay or Overlay 171 35 Portland Cement Concrete Partial Depth Hot-Mix Asphalt Patching 175

Page 14: RETURN WITH PROPOSAL

Printed 12/18/18 BLR 11300 (Rev. 10/26/18)

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 179 LRS 2 Furnished Excavation 180 LRS 3 Work Zone Traffic Control Surveillance 181 LRS 4 Flaggers in Work Zones 182 LRS 5 Contract Claims 183 LRS 6 Bidding Requirements and Conditions for Contract Proposals       184 LRS 7 Bidding Requirements and Conditions for Material Proposals       190 LRS 8 Reserved 196 LRS 9 Bituminous Surface Treatments 197 LRS 10 Reserved 198 LRS 11 Employment Practices 199 LRS 12 Wages of Employees on Public Works       201 LRS 13 Selection of Labor 203 LRS 14 Paving Brick and Concrete Paver Pavements and Sidewalks 204 LRS 15 Partial Payments 207 LRS 16 Protests on Local Lettings       208 LRS 17 Substance Abuse Prevention Program       209 LRS 18 Multigrade Cold Mix Asphalt 210

Page 15: RETURN WITH PROPOSAL

Section: 18-00320-00-CG Montague Road

Ogle County

INDEX OF SPECIAL PROVISIONS

PAGE DESCRIPTION 1 INSURANCE 1 LOCATION OF PROJECT 1 DESCRIPTION OF WORK 1 MOBILIZATION 1 PROSECUTION OF THE WORK / COMPLETION DATE 1 PAYMENTS ON CONTRACT 1 PRECAUTIONS FOR UTILITIES 2 CONSTRUCTION STAKING 2 SAW CUTTING 2 EARTH EXCAVATION (SPECIAL) 2 AGGREGATE BASE COURSE, TYPE A, 5 2 AGGREGATE BASE COURSE, TYPE B 2 INCIDENTAL HOT-MIX ASPHALT SURFACING 3 DRIVEWAY PAVEMENT REMOVAL 3 GUTTER REMOVAL 3 STORM SEWER REMOVAL 3 REMOVING INLETS 3 PRC FLARED END SECTION, 18 3 STORM SEWERS CL A, TY 1, 18 4 STORM SEWER INLET 4 CONCRETE GUTTER, TYPE A (SPECIAL) 4 CONCRETE GUTTER, OUTLET (SPECIAL) 4 TRAFFIC CONTROL & PROTECTION (SPECIAL) 6 RESTORATION

Page 16: RETURN WITH PROPOSAL

Special Provisions

Page 1 of 6Printed 01/25/19 BLR 11310 (Rev. 10/04/17)

Local Public Agency

Ogle CountyCounty

OgleSection Number

18-00320-00-CGThe following Special Provision supplement the "Standard Specifications for Road and Bridge Construction", adopted

April 1, 2016 , the latest edition of the "Manual on Uniform Traffic Control Devices forStreets and Highways", and the "Manual of Test Procedures of Materials" in effect on the date of invitation of bids, and the Supplemental Specification and Recurring Special Provisions indicated on the Check Sheet included here in which apply to and govern the construction of the above named section, and in case of conflict with any parts, or parts of said Specifications, the said Special Provisions shall take precedence and shall govern.

INSURANCE The successful bidder shall furnish a Certificate of Insurance in accordance with Article 107.27 within 30 days of award or the contract is null and void. LOCATION OF PROJECT The project is located along Montague Road between Conger Road and Tower Road at seven (7) different locations, both on the north and south sides of the roadway. DESCRIPTION OF WORK The work consists of the removal and replacement of multiple sections of concrete gutter. The project includes the construction of 2275 feet of new concrete gutter with concrete outlets, aggregate shoulder widening, storm sewer replacement, and incidental hot-mix paving. Final grading and seeding shall be completed by the Contractor for all disturbed areas. A future overlay of Montague Road, including a paved shoulder, shall be completed under a separate contract, by others. MOBILIZATION The cost associated with mobilization for this project shall be considered incidental to the cost of the project and will not be paid for separately. PROSECUTION OF THE WORK / COMPLETION DATE The Contractor shall give the Ogle County Highway Department written notice two (2) weeks prior to the start of construction. Work shall be completed no later than June 21, 2019. Montague Road shall have at least one (1) lane open to traffic at all times. Contractor must maintain access to the impacted properties on Montague Road throughout the project The Contractor shall stage the Church Parking Lot construction at Location 6 so that only half of the parking area is under construction at one time and the other half is available for parking during non-working hours. PAYMENTS ON CONTRACT Payments on contracts shall not exceed 90% of the value of the work completed. Final payment for this section shall not be made until all materials are inspected and proof of payment to all suppliers and subcontractors has been submitted to and approved by the Engineer. PRECAUTIONS FOR UTILITIES The Contractor shall take whatever precautions which may be necessary to protect the property of the various public utilities, which may be located underground or above ground, at or adjacent to the site of this improvement. Needed adjustments of these facilities will be made by the respective utility companies, if so required. These facilities shall be saved harmless and care shall be exercised so as not to disrupt or destroy the services provided by these utilities. The Contractor will be required to repair or replace any public utility property which has been damaged through their efforts. The procedure and specifications of repair will be in accordance with the regulations and/or policy of the utility.

Page 17: RETURN WITH PROPOSAL

Page 2 of 6Printed 01/25/19 BLR 11310 (Rev. 10/04/17)

Section Number

18-00320-00-CGCounty

OgleLocal Public Agency

Ogle County

THE CONTRACTOR SHALL CONTACT AND COORDINATE THEIR ACTIVITIES WITH THE UTILITIES BY CONTACTING: J.U.L.I.E. – (800) 892-0123. CONSTRUCTION STAKING Construction staking shall be provided by the Ogle County Highway Department or their designated representative. Grade stakes shall be placed at 3’ offsets from the back of gutter at 25’ intervals, unless otherwise requested by the Contractor. SAW CUTTING This work shall consist of sawing existing pavements to a depth that when the material is removed, a clean edge will result with no spalling of the remaining material. Saw cutting shall be performed at all locations along the roadway pavement where the existing gutter is to be removed. This work item shall be considered incidental to the unit price of the item being removed. EARTH EXCAVATION (SPECIAL) This work shall be performed in accordance with Section 202 of the Standard Specifications for Road and Bridge Construction. Excavation on the project is limited to that necessary for the construction of the new gutter, outlets, entrances, and aggregate shoulder. This work shall also include tie-ins for slope and ditch grading shown on the construction plans. After concrete has obtained the specified strength, the space behind the gutter in restoration areas shall be backfilled with the previously excavated material or other material approved by the Engineer. This material shall be compacted and graded to the satisfaction of the Engineer to allow for drainage into the gutter. Mailbox relocation within the project limits shall be considered incidental to this pay item. Existing pavement overlaying the gutter and pavement within 6” of the roadside face of the gutter shall be considered part of Earth Excavation, Special. All other pavement removal shall be paid for per SQUARE YARD as DRIVEWAY PAVEMENT REMOVAL. This work shall be paid for the contract unit price per CUBIC YARD for EARTH EXCAVATION, SPECIAL, which price shall include the removal, hauling, placement, compaction and grading of the earthen backfill. AGGREGATE BASE COURSE, TYPE A, 5 AGGREGATE BASE COURSE, TYPE B This work shall be performed in accordance with Section 351 and 1004 of the Standard Specifications for Road and Bridge Construction and the Details included in the Construction Plans. This work shall include the placement and compaction of Aggregate Base Course, Type A to a minimum depth of 5” under the proposed gutter. This work shall also include the placement and compaction of Aggregate Base Course, Type B within the proposed shoulder widening. The Contractor shall place a stone shoulder wedge within the proposed shoulder widening prior to the end of each workday, to support the existing edge of pavement under traffic as well as to eliminate any drop-offs over 3” during overnight hours, as part of TRAFFIC CONTROL AND PROTECTION, (SPECIAL). Aggregate used during this operation shall be permitted to remain as part of the shoulder widening and will be paid for at the contract unit price per TON for AGGREGATE BASE COURSE, TYPE B. This work shall be paid for at the contract unit price per SQUARE YARD for AGGREGATE BASE COURSE, TYPE A, 5 INCH; and at the contract unit price per TON for AGGREGATE BASE COURSE, TYPE B. INCIDENTAL HOT-MIX ASPHALT SURFACING This work shall be done in accordance with the applicable provisions of Section 408 of the Standard Specifications for Road and Bridge Construction. The INCIDENTAL HOT-MIX ASPHALT SURFACING is to be used for all driveways, parking lots, shoulders, and patches within the project limits to the depths indicated on the plans or by the Engineer. The bituminous mixture shall be produced from one plant only

Page 18: RETURN WITH PROPOSAL

Page 3 of 6Printed 01/25/19 BLR 11310 (Rev. 10/04/17)

Section Number

18-00320-00-CGCounty

OgleLocal Public Agency

Ogle County

and shall be HOT-MIX ASPHALT SURFACE COURSE, MIX C, N50. This work shall be paid for at the contract price per Ton for INCIDENTAL HOT-MIX ASPHALT SURFACING. DRIVEWAY PAVEMENT REMOVAL This item shall be performed in accordance with Section 440 of the Standard Specifications for Road and Bridge Construction and the Details included in the Construction Plans. This item shall include the cost of removal and excavation of the existing driveway pavement and shaping to a depth adequate to support a 2” paved surface from the existing right-of-way to the proposed top of gutter. It is estimated that the existing pavement is less than 4” thick. There will be no adjustments of quantities for removal due to variations in pavement thickness from the estimate. Additional aggregate needed to construct entrances to the finished grade shown on the plans shall be paid per TON as AGGREGATE BASE, TYPE B. This work shall be paid for at the contract unit price per SQUARE YARD for DRIVEWAY PAVEMENT REMOVAL. GUTTER REMOVAL This work shall be performed in accordance with Section 440 of the Standard Specifications for Road and Bridge Construction and in accordance with the Construction Plans. The Contractor shall remove any and all parts of the existing gutter, outlets and entrances. Gutter, entrance, and outlet removal shall be measured along the flow line of the existing gutter for payment. This work shall also include the removal of buried concrete gutter and/or outlets not exposed but necessary for removal to accommodate the proposed gutter and shall include the cost of removal and disposal. This work shall be paid for at the contract unit price per FOOT of GUTTER REMOVAL. STORM SEWER REMOVAL This work shall be performed in accordance with Section 551 of the Standard Specifications for Road and Bridge Construction and in accordance with the Construction Plans. This pay item shall include the complete cost of excavation, removal and disposal of storm sewer of all types and sizes, 24” diameter or less, regardless of the type or size measured in the field. Historical records indicate that the storm sewer to be removed on this project is 18” diameter corrugated metal pipe. This work shall be paid for at the contract unit price per FOOT of STORM SEWER REMOVAL. REMOVING INLETS This work shall be performed in accordance with Section 605 of the Standard Specifications for Road and Bridge Construction and in accordance with the Construction Plans. This pay item shall include the complete cost of excavation, removal and disposal of storm sewer inlets. This work shall be paid for at the contract unit price per EACH of REMOVING INLETS. PRECAST REINFORCED CONCRETE FLARED END SECTION, 18 STORM SEWERS CL A, TY 1, 18 This work shall be performed in accordance with Section 550 of the Standard Specifications for Road and Bridge Construction and in accordance with the Construction Plans. This pay item shall include the complete cost of excavation, materials and installation, including all pipe and trench backfill set to the grades on the Construction Plans and backfilled to the top of the existing base course. All storm sewers shall be 18” diameter reinforced concrete culvert pipe, type 1 with an 18” diameter end section.

Page 19: RETURN WITH PROPOSAL

Page 4 of 6Printed 01/25/19 BLR 11310 (Rev. 10/04/17)

Section Number

18-00320-00-CGCounty

OgleLocal Public Agency

Ogle County

This work shall be paid for at the contract unit price per FOOT of STORM SEWER CL A, TY 1, 18; and at the contract unit price per Each for PRECAST REINFORCED CONCRETE FLARED END SECTION, 18. STORM SEWER INLET This work shall be performed in accordance with Section 602 of the Standard Specifications for Road and Bridge Construction and in accordance with the Construction Plans. This pay item shall include the complete cost of excavation, materials, and installation, including trench backfill, 2’ x 3’ concrete inlet, frame and grate, adjustment rings or blocks, and mortar. The frame and grate shall be a Neenah R-3347-A or approved equal to comply with the specified CONCRETE GUTTER, TYPE A (SPECIAL). This work shall be paid for at the contract unit price per EACH of STORM SEWER INLET. CONCRETE GUTTER, TYPE A (SPECIAL) This item shall be performed in accordance with Section 606 of the Standard Specifications for Road and Bridge Construction and the Details included in the Construction Plans. This item shall include the widening of the gutter from 3’ to 4.5’ through entrances, which shall be considered incidental to CONCRETE GUTTER, TYPE A (SPECIAL). Concrete shall be measured along the flow line of the gutter for payment. Expansion joints shall be installed at 100’ intervals with control joints saw-cut every 20’ between expansion joints. A 5” lift of aggregate shall be placed and compacted under the gutter and shall be paid per SQUARE YARD as AGGREGATE BASE COURSE, TYPE A, 5 INCH. This work shall be paid for at the contract unit price per FOOT for CONCRETE GUTTER, TYPE A (SPECIAL), which price shall include the labor and materials for expansion joints, control joints, curing compound, dowel bars and entrance widening. CONCRETE GUTTER, OUTLET (SPECIAL) This item shall be performed in accordance with Section 606 of the Standard Specifications for Road and Bridge Construction and the Details included in the Construction Plans. This item shall include a concrete cut-off wall, which shall be considered incidental to CONCRETE GUTTER OUTLET (SPECIAL). Concrete shall be measured along the flow line of the gutter for payment. A 5” lift of aggregate shall be placed and compacted under the gutter and shall be paid per SQUARE YARD as AGGREGATE BASE COURSE, TYPE A, 5 INCH. This work shall be paid for at the contract unit price per FOOT for CONCRETE GUTTER, OUTLET (SPECIAL), which price shall include the labor and materials for expansion joints, control joints, curing compound, dowel bars, and cut-off walls. TRAFFIC CONTROL AND PROTECTION, (SPECIAL) This work shall be performed in accordance with Section 701 of the Standard Specification for Road and Bridge Construction, the applicable guidelines contained in the National Manual on Uniform Traffic Control Devices for Streets and Highways, Illinois Supplement to the Manual on Uniform Traffic Control Devices, these special provisions, and any special details and Highway Standards contained herein and in the plans. Special attention is called to Article 107.09 and 107.14 of the Standard Specifications for Road and Bridge Construction and the following Highway Standards relating to traffic control. Standards: 000001 701001 701006 701201 701301 701306 701901 Montague Road shall have at least one (1) lane open to the travelling public at all times.

Page 20: RETURN WITH PROPOSAL

Page 5 of 6Printed 01/25/19 BLR 11310 (Rev. 10/04/17)

Section Number

18-00320-00-CGCounty

OgleLocal Public Agency

Ogle County

General: On the date that the Contractor begins work, he shall assume responsibility for the normal maintenance of all existing pavements, drives and temporary surfaces within the limits of the improvement. Normal maintenance shall include all repair work deemed necessary by the Engineer but shall not include snow removal operations. This responsibility shall end upon the completion and acceptance of all the pay items in the contract. During removal operations of the existing gutter, the Contractor shall backfill a wedge along the edge of pavement to eliminate all drop-offs greater than 3” prior to reopening to traffic. Drop-offs greater than 3” will not be permitted as indicated in Article 701.07. At locations where construction operations result in a differential in elevation exceeding 3” between the edge of pavement or edge of shoulder within 3’ of the edge of the pavement and the earth or aggregate shoulders, Type I or II barricades or vertical panels shall be placed at 100’ centers on roadways where the posted speed limit is 45 mph or greater. The Contractor shall supply “SHOULDER DROP-OFF” (W21-I103) signs ahead of each drop-off area. Aggregate used during this operation shall be permitted to remain as part of the shoulder widening and shall be paid per TON for AGGREGATE BASE COURSE, TYPE B. Dust control during construction operations shall be considered a part of the maintenance and shall be done to the satisfaction of the engineer. Signs: No bracing shall be allowed on post-mounted signs. Signs shall be mounted on steel posts using standard 720011, 728001, 729001, or on 4" x 4" wood posts per section 730 of the Standard Specifications for Road and Bridge Construction. Other "break away" corrections can be used if accepted by the FHWA and a corresponding letter is provided to the Engineer. When covering existing Department signs, no tape shall be used on the reflective portion of the sign. All regulatory signs shall be maintained at a minimum of 5' bottom. Plates altering signs shall be the same sheeting as the base sign. No more than one plate per sign shall be used to alter a sign. Posts left in place without a sign on them and visible shall have a reflector. Flaggers: Flaggers shall comply with all requirements contained in the current edition of IDOT's "Flagger Handbook". The flagger equipment listed for flaggers employed by the Illinois Department of Transportation shall apply to all flaggers. When the road is closed to through traffic and it is necessary to provide access for local traffic, all flaggers as shown on the applicable standards will be required. No reduction in the number of flaggers shall be allowed. Revise the first and second paragraph of Article 701.20(i) of the Standard Specifications to read: "Signs, barricades, or other traffic control devices required by the Engineer over and above those shown on the standard or detailed in the plans and provisions will be paid for according to Article 109.04. All flaggers required

Page 21: RETURN WITH PROPOSAL

Page 6 of 6Printed 01/25/19 BLR 11310 (Rev. 10/04/17)

Section Number

18-00320-00-CGCounty

OgleLocal Public Agency

Ogle County

at side roads and commercial entrances remaining open to traffic not shown on the Highway Standards, required by article 701.13(a) or listed above, shall be paid for according to Article 109.04" This work shall be included in the contract unit price per LUMP SUM for TRAFFIC CONTROL AND PROTECTION, (SPECIAL). RESTORATION This work shall be performed in accordance with Section 211, Section 250, and Section 251 of the Standard Specifications for Road and Bridge Construction. This work shall consist of repairing all disturbed areas within the project limits with topsoil, fertilizer, seeding, and knitted straw mat. Existing topsoil on site shall be allowed for reuse, provided it meets the requirements of Section 221. The estimated disturbed area requiring restoration under this contract is 0.3 Acres. Fertilizer shall meet the requirements of Article 250.04 for Nitrogen, Phosphorus, and Potassium and shall be applied at a rate of 270 lbs/acre. Seeding shall meet the requirements of Article 250.07 for Seeding Class 1, and shall be permitted from April 1 to May 30 and from August 1 to October 10, unless approved by the Engineer. All seeded areas shall be maintained for at least 30 days after application. Scattered bare spots no larger than two (2) square foot will be allowed; up to a maximum of 5% of any seeded area. Knitted Straw Mat shall meet the requirements of Article 251.04 and 1081.10(b). This material is to aid in the stabilization of the underlying topsoil and seeded areas and to provide moisture retention during periods of extreme heat. This work shall be paid for at the contract unit price per LUMP SUM for RESTORATION, which price shall include all preparation and restoration of all disturbed areas with topsoil, fertilizer, seeding, and straw mat.

Page 22: RETURN WITH PROPOSAL

12-01 D2 LR 14

SPECIAL PROVISION Bidding Requirements and Conditions

“The provisions for prequalification of bidders as stated in LRS 6 or LRS 7 as applicable shall apply to this proposal.” Revise the second paragraph of this special provision to read: “All bidders must file at the time of the letting a sworn affidavit, in duplicate, showing all uncompleted contracts awarded to them and all low bids pending award for federal, state, county, municipal, and private work, using the blank form made available for this affidavit. All copies shall be filed with the awarding authority.”

Page 23: RETURN WITH PROPOSAL

Prevailing Wage Rates for Ogle County

Effective Date County Trade Title Region Type Class Base Wage Foreman Wage OT M‐F OT Sa OT Su OT Hol H/W Pension Vacation Training Other Fringe Benefit8/15/2018 Ogle ASBESTOS ABT‐GEN All BLD 41.25 42.25 1.5 1.5 2 2 8.92 19.08 0 0.8 08/15/2018 Ogle ASBESTOS ABT‐MEC ALL BLD 18.95 0 1.5 1.5 2 2 2.7 3.35 0 08/15/2018 Ogle BOILERMAKER All BLD 40 43 2 2 2 2 7.07 18.19 0 0.4 08/15/2018 Ogle BRICK MASON All BLD 41.45 44.2 1.5 1.5 2 2 11.05 14 0 0.93 012/28/2018 Ogle CARPENTER ALL HWY 44.22 45.97 1.5 1.5 2 2 11.1 15 0 0.73 08/15/2018 Ogle CARPENTER N BLD 40 1.5 1.5 2 1.5 11.1 14.61 0 1.32 08/15/2018 Ogle CARPENTER S BLD 35.54 39.45 1.5 1.5 2 2 11.5 17.05 0 0.73 08/15/2018 Ogle CEMENT MASON All ALL 35.05 1.5 1.5 2 2 10.6 19.56 0 0.59 08/15/2018 Ogle CERAMIC TILE FNSHER All BLD 35.05 35.05 1.5 1.5 2 2 10.35 7.11 0 0.78 08/15/2018 Ogle COMMUNICATION TECH All BLD 40.25 44.28 1.5 1.5 2 2 13.19 12.99 0 0.81 1.878/15/2018 Ogle ELECTRIC PWR EQMT OP All ALL 42.59 57.95 1.5 1.5 2 2 5.75 13.21 0 0.75 08/15/2018 Ogle ELECTRIC PWR EQMT OP ALL HWY 41.45 56.38 1.5 1.5 2 2 5.5 12.87 0 0.738/15/2018 Ogle ELECTRIC PWR GRNDMAN All ALL 32.86 57.95 1.5 1.5 2 2 5.75 10.2 0 0.58 08/15/2018 Ogle ELECTRIC PWR GRNDMAN ALL HWY 32 56.38 1.5 1.5 2 2 5.5 9.92 0 0.668/15/2018 Ogle ELECTRIC PWR LINEMAN All ALL 51.06 57.95 1.5 1.5 2 2 5.75 15.85 0 0.9 08/15/2018 Ogle ELECTRIC PWR LINEMAN ALL HWY 49.67 56.38 1.5 1.5 2 2 5.5 15.4 0 0.888/15/2018 Ogle ELECTRIC PWR TRK DRV All ALL 34.03 57.95 1.5 1.5 2 2 5.75 10.55 0 0.6 08/15/2018 Ogle ELECTRIC PWR TRK DRV ALL HWY 33.14 56.38 1.5 1.5 2 2 5.5 10.29 0 0.598/15/2018 Ogle ELECTRICIAN All BLD 45.5 50.05 1.5 1.5 2 2 12.84 18.73 0 0.91 08/15/2018 Ogle ELEVATOR CONSTRUCTOR All BLD 50.47 56.78 2 2 2 2 15.43 16.61 4.04 0.61 08/15/2018 Ogle GLAZIER All BLD 45.47 1.5 1.5 2 2 6.94 9.87 0 0.45 08/15/2018 Ogle HT/FROST INSULATOR ALL BLD 33.83 36.87 1.5 1.5 2 2 9.1 20.67 0 0.488/15/2018 Ogle IRON WORKER All ALL 38.33 0 0 0 0 12.27 24.57 0 0.6 08/15/2018 Ogle LABORER All BLD 33.25 1.5 1.5 1.5 1.5 8.92 19.08 0 0.8 08/15/2018 Ogle LABORER All HWY 38.4 1.5 1.5 2 2 8.92 19.1 0 0.8 08/15/2018 Ogle LABORER, SKILLED All HWY 41.25 1.5 1.5 2 2 8.92 19.08 0 0.8 08/15/2018 Ogle LATHER N BLD 40 44.4 1.5 1.5 2 2 11.1 14.61 0 0.73 08/15/2018 Ogle LATHER S BLD 35.54 39.45 1.5 1.5 2 2 11.5 17.05 0 0.73 08/15/2018 Ogle MACHINIST All BLD 48.38 50.88 1.5 1.5 2 2 7.23 8.95 1.85 1.47 08/15/2018 Ogle MARBLE FINISHERS All BLD 35.05 35.05 1.5 1.5 2 2 10.35 7.11 0 0.78 08/15/2018 Ogle MARBLE MASON All BLD 38 40.5 1.5 1.5 2 2 10.35 9.14 0 0.84 08/15/2018 Ogle MATERIAL TESTER I ALL ALL 33.56 0 1.5 1.5 2 2 8.24 16.39 0 0.88/15/2018 Ogle MATERIALS TESTER II ALL ALL 33.56 0 1.5 1.5 2 2 8.24 16.39 0 0.88/15/2018 Ogle MILLWRIGHT All BLD 40.27 44.3 1.5 1.5 2 2 10.55 15.95 0 0.7 08/15/2018 Ogle OPERATING ENGINEER All BLD 1 45.8 1.5 1.5 2 2 18.8 13.45 2.35 1.3 08/15/2018 Ogle OPERATING ENGINEER All BLD 2 46.1 50.8 2 2 2 2 19.65 14.15 2.35 1.3 08/15/2018 Ogle OPERATING ENGINEER All BLD 3 43.65 50.8 2 2 2 2 19.65 14.15 2.35 1.3 08/15/2018 Ogle OPERATING ENGINEER All BLD 4 43.8 1.5 1.5 2 2 0 0 0 0 37.098/15/2018 Ogle OPERATING ENGINEER All BLD 5 50.55 50.8 2 2 2 2 19.65 14.15 2.35 1.3 08/15/2018 Ogle OPERATING ENGINEER All BLD 6 49.8 50.8 2 2 2 2 19.65 14.15 2.35 1.3 08/15/2018 Ogle OPERATING ENGINEER All BLD 7 46.8 50.8 2 2 2 2 19.65 14.15 2.35 1.3 011/16/2018 Ogle OPERATING ENGINEER All HWY 1 46.65 50.65 1.5 1.5 2 2 19.65 14.15 2.35 1.3 011/16/2018 Ogle OPERATING ENGINEER All HWY 2 46.1 50.65 1.5 1.5 2 2 19.65 14.15 2.35 1.3 08/15/2018 Ogle OPERATING ENGINEER All HWY 3 44.8 50.65 1.5 1.5 2 2 19.65 14.15 2.35 1.3 08/15/2018 Ogle OPERATING ENGINEER All HWY 4 43.35 50.65 1.5 1.5 2 2 19.65 14.15 2.35 1.3 08/15/2018 Ogle OPERATING ENGINEER All HWY 5 41.9 50.65 1.5 1.5 2 2 19.65 14.15 2.35 1.3 0

Page 24: RETURN WITH PROPOSAL

Prevailing Wage Rates for Ogle County

Effective Date County Trade Title Region Type Class Base Wage Foreman Wage OT M‐F OT Sa OT Su OT Hol H/W Pension Vacation Training Other Fringe Benefit8/15/2018 Ogle OPERATING ENGINEER All HWY 6 49.65 50.65 1.5 1.5 2 2 19.65 14.15 2.35 1.3 08/15/2018 Ogle OPERATING ENGINEER All HWY 7 47.65 50.65 1.5 1.5 2 2 19.65 14.15 2.35 1.3 08/15/2018 Ogle PAINTER All ALL 39.45 41.45 1.5 1.5 1.5 1.5 11.55 8.46 0 1.35 012/28/2018 Ogle PILEDRIVER ALL HWY 45.22 46.97 1.5 1.5 2 2 11.1 15 0 0.73 08/15/2018 Ogle PILEDRIVER N BLD 41 45.51 1.5 1.5 2 2 11.1 14.61 0 0.73 08/15/2018 Ogle PILEDRIVER S BLD 36.54 40.56 1.5 1.5 2 2 11.5 17.05 0 0.73 010/26/2018 Ogle PIPEFITTER All BLD 48.67 52.08 1.5 1.5 2 2 8.95 12.19 0 1.7 08/15/2018 Ogle PLASTERER All BLD 35.33 38.86 1.5 1.5 2 2 11.3 16.89 0 0.5 010/26/2018 Ogle PLUMBER All BLD 48.67 52.08 1.5 1.5 2 2 8.95 12.19 0 1.7 011/5/2018 Ogle ROOFER All BLD 43.65 47.65 1.5 1.5 2 2 9.73 12.44 0 0.53 08/15/2018 Ogle SHEETMETAL WORKER All BLD 42.06 45.42 1.5 1.5 2 2 7.45 19.81 0 1.34 08/15/2018 Ogle SPRINKLER FITTER All BLD 42.87 45.62 1.5 1.5 2 2 9.67 9.8 0 0.77 08/15/2018 Ogle STONE MASON All BLD 41.45 44.2 1.5 1.5 2 2 11.05 14 0 0.93 08/15/2018 Ogle TERRAZZO FINISHER All BLD 35.05 35.05 1.5 1.5 2 2 10.35 7.11 0 0.78 08/15/2018 Ogle TERRAZZO MASON All BLD 38 40.5 1.5 1.5 2 2 10.35 9.14 0 0.84 08/15/2018 Ogle TILE LAYER N BLD 39.4 43.73 1.5 1.5 2 2 10.39 13.9 0 0.68/15/2018 Ogle TILE LAYER S BLD 34.77 38.59 1.5 1.5 2 2 11 16.3 0 0.68/15/2018 Ogle TILE MASON All BLD 38 40.5 1.5 1.5 2 2 10.35 9.14 0 0.84 08/15/2018 Ogle TRUCK DRIVER All O&C 1 37.36 37.91 1.5 1.5 2 2 9 11.64 0 0.15 08/15/2018 Ogle TRUCK DRIVER ALL O&C 2 29.34 32.03 1.5 1.5 2 2 12.16 5.89 0 0.258/15/2018 Ogle TRUCK DRIVER ALL O&C 3 29.53 32.03 1.5 1.5 2 2 12.16 5.89 0 0.258/15/2018 Ogle TRUCK DRIVER ALL O&C 4 29.8 32.03 1.5 1.5 2 2 12.16 5.89 0 0.258/15/2018 Ogle TRUCK DRIVER All O&C 5 37.97 37.91 1.5 1.5 2 2 9 11.64 0 0.15 08/15/2018 Ogle TRUCK DRIVER E ALL 1 35.98 36.53 1.5 1.5 2 2 8.25 10.14 0 0.158/15/2018 Ogle TRUCK DRIVER E ALL 2 36.13 36.53 1.5 1.5 2 2 8.25 10.14 0 0.158/15/2018 Ogle TRUCK DRIVER E ALL 3 37.97 1.5 1.5 2 2 10.4 10.55 0 0.2 08/15/2018 Ogle TRUCK DRIVER E ALL 4 36.53 36.53 1.5 1.5 2 2 8.25 10.14 0 0.158/15/2018 Ogle TRUCK DRIVER N ALL 1 33.7 1.5 1.5 2 2 0 0 0 0 17.838/15/2018 Ogle TRUCK DRIVER N ALL 2 33.11 33.42 1.5 1.5 2 2 6.9 8.22 0 08/15/2018 Ogle TRUCK DRIVER N ALL 3 33.31 33.42 1.5 1.5 2 2 6.9 8.22 0 08/15/2018 Ogle TRUCK DRIVER N ALL 4 37.08 37.08 1.5 1.5 2 2 9.4 9 0 0.28/15/2018 Ogle TRUCK DRIVER S ALL 1 37.06 41.07 1.5 1.5 2 2 12.65 6.12 0 0.25 08/15/2018 Ogle TRUCK DRIVER S ALL 2 37.6 41.07 1.5 1.5 2 2 12.65 6.12 0 0.25 08/15/2018 Ogle TRUCK DRIVER S ALL 3 37.85 41.07 1.5 1.5 2 2 12.65 6.12 0 0.25 08/15/2018 Ogle TRUCK DRIVER S ALL 4 38.2 41.07 1.5 1.5 2 2 12.65 6.12 0 0.25 08/15/2018 Ogle TRUCK DRIVER S ALL 5 39.21 41.07 1.5 1.5 2 2 12.65 6.12 0 0.25 08/15/2018 Ogle TUCKPOINTER All BLD 41.45 44.2 1.5 1.5 2 2 11.05 14 0 0.93 0

Page 25: RETURN WITH PROPOSAL

M-F OT 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. OSA Overtime pay required for every hour worked on Saturdays OSH Overtime pay required for every hour worked on Sundays and Holidays

H/W Health/Welfare benefit

Explanations OGLE COUNTY

CARPENTER, LATHER, MILLWRIGHT, PILEDRIVER AND TILE LAYER (NORTH) - That part of Ogle County East from the Winnebago County western boundary and North of an imaginary line running east and west located 4 miles north of the City of Oregon.

TRUCK DRIVER (EAST) - That part of the county East of Rt. 251, including all portions of the city of Rochelle, and South of Rt. 72. TRUCK DRIVER (SOUTH) - That part of the county West of Rt. 251 and South of Rt. 72. TRUCK DRIVER (NORTH) - That part of the county North of Route 72.

The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and Veterans Day in some classifications/counties. Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration. If in doubt, please check with IDOL.

Oil and chip resealing (O&C) means the application of road oils and liquid asphalt to coat an existing road surface, followed by application of aggregate chips or gravel to coated surface, and subsequent rolling of material to seal the surface.

EXPLANATION OF CLASSES

ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed. This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date.

ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to remain.

CERAMIC TILE FINISHER, MARBLE FINISHER, TERRAZZO FINISHER

Page 26: RETURN WITH PROPOSAL

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.

COMMUNICATIONS TECHNICIAN

Installing, manufacturing, assembling and maintaining sound and intercom, protection alarm (security), fire alarm, master antenna television, closed circuit television, low voltage control for computers and/or door monitoring, school communications systems, telephones and servicing of nurse and emergency calls, and the installation and maintenance of transmit and receive antennas, transmitters, receivers, and associated apparatus which operates in conjunction with above systems. All work associated with these system installations will be included EXCEPT the installation of protective metallic conduit in new construction projects (excluding less than ten-foot runs strictly for protection of cable) and 120 volt AC (or higher) power wiring and associated hardware.

LABORER, SKILLED - HIGHWAY

Individuals engaged in the following types of work, irrespective of the site of the work: asbestos abatement worker, handling of any materials with any foreign matter harmful to skin or clothing, track laborer, cement handlers, chloride handlers, the unloading and loading with steel workers and re-bars, concrete workers wet, tunnel helpers in free air, batch dumpers, mason tenders, kettle and tar men, tank cleaners, plastic installers, scaffold workers, motorized buggies or motorized unit used for wet concrete or handling of building materials, laborers with de-watering systems, sewer workers plus depth, rod and chainmen with technical engineers, rod and chainmen with land surveyors, rod and chainmen with surveyors, vibrator operators, cement silica, clay, fly ash, lime and plasters, handlers (bulk or bag), cofferdam workers plus depth, on concrete paving, placing, cutting and tying of reinforcing, deck hand, dredge hand, and shore laborers, bankmen on floating plant, grade checker, power tools, front end man on chip spreaders, cassion workers plus depth, gunnite nozzle men, lead man on sewer work, welders, cutters, burners and torchmen, chainsaw operators, jackhammer and drill operators, layout man and/or drainage tile layer, steel form setter - street and highway, air tamping hammermen, signal man on crane, concrete saw operator, screedman on asphalt pavers, laborers tending masons with hot material or where foreign materials are used, mortar mixer operators, multiple concrete duct - leadsman, lumen, asphalt raker, curb asphalt machine operator, ready mix scalemen (permanent, portable or temporary plant), laborers handling masterplate or similar materials, laser beam operator, concrete burning machine operator, coring machine operator, plaster tender, underpinning and shoring of buildings, pump men, manhole and catch basin, dirt and stone tamper, hose men on concrete pumps, hazardous waste worker, lead base paint abatement worker, lining of pipe, refusing machine, assisting on direct boring machine, the work of laying watermain, fire hydrants, all mechanical joints to watermain work, sewer worker, and tapping water service and forced lift station mechanical worker.

Page 27: RETURN WITH PROPOSAL

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

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

OPERATING ENGINEERS - BUILDING

Class 1. Asphalt Plant; Asphalt Spreader; Autograde; Backhoes with Caisson Attachment; Batch Plant; Benoto (requires Two Engineers); Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant; Combination Back Hoe Front End-loader Machine; Compressor and Throttle Valve; Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Paver (over 27E cu. ft.): Concrete Paver (27 cu. ft. and under); Concrete Placer; Concrete Pump (Truck Mounted); Concrete Conveyor (Truck Mounted); Concrete Tower; Cranes, All; GCI and similar types (required two operators only); Cranes, Hammerhead; Creter Crane; Crusher, Stone, etc.; Derricks, All; Derricks, Traveling; Formless Curb and Gutter Machine; Grader, Elevating; Grouting Machines; Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack and pinion and similar machines; Hoists, one, two and three Drum; Hoists, Two Tugger One Floor; Hydraulic Backhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment - excluding hose work and any sewer work); Locomotives, All; Lubrication Technician; Manipulators; Motor Patrol; Pile Drivers and Skid Rig; Post Hole Digger; Pre-Stress Machine; Pump Cretes Dual Ram; Pump Cretes: Squeeze Cretes - Screw Type Pumps, Gypsum Bulker and Pump; Raised and Blind Hole Drill; Rock Drill (self-propelled); Rock Drill - Truck Mounted; Roto Mill Grinder; Scoops - Tractor Drawn; Slipform Paver; Scrapers Prime Movers; Straddle Buggies; Tie Back Machine; Tractor with Boom and Side Boom; Trenching Machines.

Class 2. Bobcat (over 3/4 cu. yd.); Boilers; Brick Forklift; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over); Conveyor, Portable; Forklift Trucks; Highlift Shovels or Front Endloaders under 2-1/4 yd.; Hoists, Automatic; Hoists, Sewer Dragging Machine; Hoists, Tugger Single Drum; Laser Screed; Rollers, All; Steam Generators; Tractors, All; Tractor Drawn Vibratory Roller; Winch Trucks with "A" Frame.

Class 3. Air Compressor; Asphalt Spreader; Combination - Small Equipment Operator; Generators; Heaters, Mechanical; Hoists, Inside Elevators - (Rheostat Manual Controlled); Hydraulic Power Units (Pile Driving, Extracting, or Drilling - with a seat); Lowboys; Pumps, Over 3" (1 to 3 not to exceed total of 300 ft.); Pumps, Well Points; Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches; Bobcat (up to and including 3/4 cu. yd.).

Class 4. Elevator push button with automatic doors; Hoists, Inside; Oilers; Brick Forklift.

Class 5. Assistant Craft Foreman

Class 6. Mechanics; Welders.

Page 28: RETURN WITH PROPOSAL

Class 7. Gradall

OPERATING ENGINEERS - HIGHWAY CONSTRUCTION

Class 1. Asphalt Plant; Asphalt Heater and Planer Combination; Asphalt Heater Scarfire; Asphalt Silo Tender; Asphalt Spreader; Autograder; ABG Paver; Backhoes with Caisson Attachment; Ballast Regulator; Belt Loader; Caisson Rigs; Car Dumper; Central Redi-Mix Plant; Backhoe w/shear attachments; Combination Backhoe Front Endloader Machine, (1 cu. yd. Backhoe Bucket or over or with attachments); Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Paver over 27E cu. ft.; Concrete Placer; Concrete Tube Float; Cranes, all attachments; Cranes, Tower of all types; Creter Crane; Crusher, Stone, etc.; Derricks, All; Derrick Boats; Derricks, Traveling; Directional Boring Machine over 12"; Dredges; Formless Curb and Gutter Machine; Grader, Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard Rail Post Driver Mounted; Hoists, One, Two and Three Drum; Hydraulic Backhoes; Hydro Vac, Self Propelled, Truck Mounted (excluding hose work and any sewer work); Lubrication Technician; Manipulators; Pile Drivers and Skid Rig; Pre-Stress Machine; Pump Cretes Dual Ram; Rock Drill - Crawler or Skid Rig; Rock Drill - Truck Mounted; Rock/Track Tamper; Roto Mill Grinder; Slip-Form Paver; Snow Melters; Soil Test Drill Rig (Truck Mounted); Straddle Buggies; GCI Crane; Hydraulic Telescoping Form (Tunnel); Tie Back Machine; Tractor Drawn Belt Loader; Tractor Drawn Belt Loader with attached pusher; Tractor with Boom; Tractaire with Attachments; Traffic Barrier Conveyor Machine; Raised or Blind Hole Drills; Trenching Machine (over 12"); Truck Mounted Concrete Pump with Boom; Truck Mounted Concrete Conveyor; Work Boat (no license required - 90 h.p. or above); Underground Boring and/or Mining Machines; Wheel Excavator; Widener (APSCO).

Class 2. Batch Plant; Bituminous Mixer; Boiler and Throttle Valve; Bulldozers; Car Loader Trailing Conveyors; Combination Backhoe Front Endloader Machine (less than 1 cu. yd. Backhoe Bucket or over or with attachments); Compressor and Throttle Valve; Compressor, Common Receiver (3); Concrete Breaker or Hydro Hammer; Concrete Grinding Machine; Concrete Mixer or Paver 7S Series to and including 27 cu. ft.; Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and Sealing Machine; Concrete Wheel Saw (large self-propelled - excluding walk-behinds and hand-held); Conveyor Muck Cars (Haglund or Similar Type); Drills, all; Finishing Machine - Concrete; Highlift Shovels or Front Endloader; Hoist - Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments); Hydro Blaster; All Locomotives, Dinky; Off-Road Hauling Units; Non-Self Loading Dump; Ejection Dump; Pump Cretes: Squeeze Cretes - Screw Type Pumps, Gypsum Bulker and Pump; Roller, Asphalt; Rotary Snow Plows; Rototiller, Seaman, etc., self-propelled; Scoops - Tractor Drawn; Self-Propelled Compactor; Spreader - Chip - Stone, etc.; Scraper; Scraper - Prime Mover in Tandem (Regardless of Size); Tank Car Heater; Tractors, Push, Pulling Sheeps Foot, Disc, Compactor, etc.; Tug Boats.

Class 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Common Receiver (2); Concrete Mixer (Two Bag and Over); Conveyor, Portable; Farm-Type Tractors Used for Mowing, Seeding, etc.; Fireman on Boilers; Forklift Trucks; Grouting Machine; Hoists,

Page 29: RETURN WITH PROPOSAL

Automatic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers; Low Boys; Pipe Jacking Machines; Post-Hole Digger; Power Saw, Concrete Power Driven; Pug Mills; Rollers, other than asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with "A" Frame; Work Boats; Tamper - Form - Motor Driven.

Class 4. Air Compressor - Small and Large; Asphalt Spreader, Backend Man; Bobcat (Skid Steer) all; Brick Forklift; Combination - Small Equipment Operator; Directional Boring Machine up to 12"; Generators; Heaters, Mechanical; Hydraulic Power Unit (Pile Driving, Extracting, or Drilling); Hydro-Blaster; Light Plants, All (1 through 5); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Pumps, Well Points; Tractaire; Trencher 12" and under; Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches.

Class 5. Oilers and Directional Boring Machine Locator.

Class 6. Field Mechanics and Field Welders

Class 7. Gradall and machines of like nature.

TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION - SOUTH

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 30: RETURN WITH PROPOSAL

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.

TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION - EAST AND NORTH

Class 1. Two or three Axle Trucks. A-frame Truck when used for transportation purposes; Air Compressors and Welding Machines, including those pulled by cars, pick-up trucks and tractors; Ambulances; Batch Gate Lockers; Batch Hopperman; Car and Truck Washers; Carry-alls; Fork Lifts and Hoisters; Helpers; Mechanics Helpers and Greasers; Oil Distributors 2-man operation; Pavement Breakers; Pole Trailer, up to 40 feet; Power Mower Tractors; Self-propelled Chip Spreader; Skipman; Slurry Trucks, 2-man operation; Slurry Truck Conveyor Operation, 2 or 3 man; Teamsters; Unskilled dumpman; and Truck Drivers hauling warning lights, barricades, and portable toilets on the job site.

Class 2. Four axle trucks; Dump Crets and Adgetors under 7 yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnapulls or Turnatrailers when pulling other than self-loading equipment or similar equipment under 16 cubic yards; Mixer Trucks under 7 yards; Ready-mix Plant Hopper Operator, and Winch Trucks, 2 Axles.

Class 3. Five axle trucks; Dump Crets and Adgetors 7 yards and over; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnatrailers or turnapulls when pulling other than self-loading equipment or similar equipment over 16 cubic yards; Explosives and/or Fission Material Trucks; Mixer Trucks 7 yards or over; Mobile Cranes while in transit; Oil Distributors, 1-man operation; Pole Trailer, over 40 feet; Pole and Expandable Trailers hauling material over 50 feet long; Slurry trucks, 1-man operation; Winch trucks, 3 axles or more; mechanic--Truck Welder and Truck Painter.

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

Other Classifications of Work:

For definitions of classifications not otherwise set out, 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

Page 31: RETURN WITH PROPOSAL

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 32: RETURN WITH PROPOSAL

3

3

2

2

1-1-19

(Sheet 1 of 9)

mm

m

XSECT

CSE

CH

CNTY

CMP

CORR

COR

CONT

CONTD

CONST

CONC

CE

C

COMB

CT

CLID

CLSD

CP

CS

CHSLD

CERT

CTS

CL-F

CL-E

CL

C-C

CB

CIP

BLDG

BBOX

BRK

BLVD

BTM

BIT

BIND

BM

BGN

BARR

B

BKPL

B-B

BK

AX

AVE

AGS

AUX

ASPH

APT

AH

AGG

AS

ADJ

AC

A/C

ABV

CUBIC MILLIMETER

CUBIC METER

CROSS SECTION

COURSE

COUNTY HIGHWAY

COUNTY

CORRUGATED METAL PIPE

CORRUGATED

CORNER

CONTINUOUS

CONTINUED

CONSTRUCT

CONCRETE

COMMERCIAL ENTRANCE

COMMERCIAL BUILDING

COMBINATION

COAT OR COURT

CLOSED LID

CLOSED

CLAY PIPE

CITY STREET

CHISELED

CERTIFIED

CENTERS

CENTERLINE TO FACE

CENTERLINE TO EDGE

CENTERLINE OR CLEARANCE

CENTER TO CENTER

CATCH BASIN

CAST IRON PIPE

BUILDING

BUFFALO BOX

BRICK

BOULEVARD

BOTTOM

BITUMINOUS

BINDER

BENCHMARK

BEGIN

BARRICADE

BARN

BACKPLATE

BACK TO BACK

BACK

AXIS OF ROTATION

AVENUE

AUXILIARY GAS VALVE (SERVICE)

AUXILIARY

ASPHALT

APARTMENT

AHEAD

AGGREGATE

AERIAL SURVEYS

ADJUST

ACRE

ACCESS CONTROL

ABOVE

HATCH

HH

GW

GP

GUT

GND

GRVL

GR

GRAN

GV

GM

G

GALV

GAL

FRWAY

F&G

FR

FDN

FB

FL

FH

FE

FP

FAUS

FAS

FAP

FAI

FA

F-F

E

E

EXPWAY

EX

EXC

ENTR

EL

E-E

E-CL

EOP

EB

EA

DCT

DRV

DI

DR

DSFL

DSEL

DBL

DOM

DIST

DIA

DET

DC

D

C&G

CULV

CU YD

HATCHING

HANDHOLE

GUY WIRE

GUY POLE

GUTTER

GROUND

GRAVEL

GRATE

GRANULAR

GAS VALVE

GAS METER

GARAGE

GALVANIZED

GALLON

FREEWAY

FRAME & GRATE

FRAME

FOUNDATION

FOOT BRIDGE

FLOW LINE

FIRE HYDRANT

FIELD ENTRANCE

FENCE POST

FEDERAL AID URBAN SECONDARY

FEDERAL AID SECONDARY

FEDERAL AID PRIMARY

FEDERAL AID INTERSTATE

FEDERAL AID

FACE TO FACE

OFFSET DISTANCE TO VERTICAL CURVE

EXTERNAL DISTANCE OF HORIZONTAL CURVE

EXPRESSWAY

EXISTING

EXCAVATION

ENTRANCE

ELEVATION

EDGE TO EDGE

EDGE TO CENTERLINE

EDGE OF PAVEMENT

EASTBOUND

EACH

DUCT

DRIVEWAY

DRAINAGE INLET OR DROP INLET

DRAINAGE OR DRIVE

DOWNSTREAM FLOWLINE

DOWNSTREAM ELEVATION

DOUBLE

DOMESTIC

DISTRICT

DIAMETER

DETECTOR

DEPRESSED CURVE

DEGREE OF CURVE

CURB & GUTTER

CULVERT

CUBIC YARD

WO

W

WILDFL

WB

WMAIN

WV

WM

VPT

VPI

VPC

VC

VERT

VP

VEH

VLT

VV

VBOX

UTIL

USFL

USEL

USGS

UNDGND

TYP

T-A

TY

TRN

TRVL

TRVS

TSC

TSCB

TS

TR

TWP

TBS

TBR

TBE

TD

TBM

TEMP

TP

TB

TEL

T.R.

T

SMK

SURF

S.E. RUN.

e

STR

ST

STY

SS

SPBGR

STA

SR

SBI

STD

WITHOUT

WITH

WILDFLOWERS

WESTBOUND

WATER MAIN

WATER VALVE

WATER METER

VERTICAL POINT OF TANGENCY

VERTICAL POINT OF INTERSECTION

VERTICAL POINT OF CURVATURE

VERTICAL CURVE

VERTICAL

VENT PIPE

VEHICLE

VAULT

VALVE VAULT

VALVE BOX

UTILITY

UPSTREAM FLOWLINE

UPSTREAM ELEVATION

U.S. GEOLOGICAL SURVEY

UNDERGROUND

TYPICAL

TYPE A

TYPE

TURN

TRAVEL

TRANSVERSE

TRAFFIC SYSTEMS CENTER

TRAFFIC SIGNAL CONTROL BOX

TRAFFIC SIGNAL

TOWNSHIP ROAD

TOWNSHIP

TO BE SAVED

TO BE REMOVED

TO BE EXTENDED

TILE DRAIN

TEMPORARY BENCH MARK

TEMPORARY

TELEPHONE POLE

TELEPHONE BOX

TELEPHONE

TANGENT RUNOUT DISTANCE

TANGENT DISTANCE

SURVEY MARKER

SURFACE

SUPERELEVATION RUNOFF LENGTH

SUPERELEVATION RATE

STRUCTURE

STREET

STORY

STORM SEWER

STEEL PLATE BEAM GUARDRAIL

STATION

STATE ROUTE

STATE BOND ISSUE

STANDARD

PM

PVMT

PVD

PAT

OLID

NW

NE

NB

NC

NOAA

N & W

N & C

N & BC

MFT

MOD

MBH

MIX

mm DIA

mm

M

METH

m

MED

MATL

MH

MB

MACH

L SUM

LNG

LC

L

LF

LGT

LP

LT

LN

LS

km

kg

JT

IR

IP

INV

IDS

INST

INL

IN DIA

IMP

IL

HSE

HORIZ

HWY

HMA

ha

HDUTY

HDW

HD

PAVEMENT MARKING

PAVEMENT

PAVED

PATTERN

OPEN LID

NORTHWEST

NORTHEAST

NORTHBOUND

NORMAL CROWN

ADMINISTRATION

NATIONAL OCEANIC ATMOSPHERIC

NAIL & WASHER

NAIL & CAP

NAIL & BOTTLE CAP

MOTOR FUEL TAX

MODIFIED

MOBILE HOME

MIXTURE

MILLIMETER DIAMETER

MILLIMETER

MID-ORDINATE

METHOD

METER

MEDIAN

MATERIAL

MANHOLE

MAIL BOX

MACHINE

LUMP SUM

LONGITUDINAL

LONG CHORD

LITER OR CURVE LENGTH

LINEAL FEET OR LINEAR FEET

LIGHTING

LIGHT POLE

LEFT

LANE

LANDSCAPING

KILOMETER

KILOGRAM

JOINT

IRON ROD

IRON PIPE

INVERT

INTERSECTION DESIGN STUDY

INSTALLATION

INLET

INCH DIAMETER

IMPROVEMENT

ILLINOIS

HOUSE

HORIZONTAL

HIGHWAY

HOT MIX ASPHALT

HECTARE

HEAVY DUTY

HEADWALL

HEAD

STABILIZED

SQUARE YARD

SQUARE MILLIMETER

SQUARE METER

SQUARE FEET

SPECIAL DITCH

SPECIAL

SOUTHEAST

SOUTHBOUND

SOLID MEDIAN

SODDING

SIGNAL

SIDEWALK OR SOUTHWEST

SHOULDER

SHEET

SHED

SHAPING

SEEDING

SECTION

SANITARY SEWER

SANITARY

ROUTE

ROADWAY

ROAD

RIGHT-OF-WAY

RIGHT

RETAINING

RESURFACING

RESTAURANT

REPLACEMENT

REMOVE CROWN

REMOVAL

REINFORCEMENT

REINFORCED CONCRETE CULVERT PIPE

REFLECTIVE

REFERENCE POINT STAKE

RAILROAD SPIKE

RAILROAD

RADIUS

PROPOSED

PROPERTY LINE

PROPERTY CORNER

PROJECT

PROFILE GRADELINE

PROFILE

PRIVATE ENTRANCE

PRIME

POWER POLE OR PRINCIPAL POINT

PORTLAND CEMENT CONCRETE

POLYETHYLENE

POINT ON TANGENT

POINT OF TANGENCY

POINT OF REVERSE CURVE

CURVE

POINT OF INTERSECTION OF HORIZONTAL

POINT OF CURVATURE

POINT

PEDESTAL

STB

SQ YD

mm

m

SQ FT

SD

SPL

SE

SB

SM

SOD

SIG

SW

SHLD

SH

S

SHAP

SEED

SEC

SANS

SAN

RTE

RDWY

RD

ROW

RT

RET

RESURF

REST

REP

RC

REM

REINF

RCCP

REF

RPS

RRS

RR

R

PR

PL

P.C.

PROJ

PGL

PROF

PE

PRM

PP

PCC

POLYETH

POT

PT

PRC

PI

PC

PNT

PED

STANDARD 000001-07

Illinois Department of Transportation

DATE REVISIONS

January 1,

ENGINEER OF POLICY AND PROCEDURES

APPROVED January 1,

ENGINEER OF DESIGN AND ENVIRONMENT

ISS

UE

D1-1-9

7

PASSED

AND PATTERNS

ABBREVIATIONS

STANDARD SYMBOLS,

1-1-11

and symbols.

Updated abbreviations

Added new symbols.

2019

2019

Page 33: RETURN WITH PROPOSAL

ADJ

C

F

R

REC

A

A

A

A

SP

AB

M

REL

PL

T

N

R

E

T N

E

R

N

T

R

E

FL FL

FM

FSP

RSP

D=

CURVE

P.I. STA=

!=

T=

R=

L=

E=

S.E. RUN=

e=

P.T. STA=

P.C. STA=

T.R.=

D=

CURVE

P.I. STA=

!=

T=

R=

L=

E=

S.E. RUN=

e=

P.T. STA=

P.C. STA=

T.R.=

(Sheet 2 of 9)

Structure To Be Adjusted

Structure To Be Cleaned

Structure To Be Filled

Structure To Be Removed

Reconstructed

Structure To Be

To Be Adjusted

Frame and Grate

To Be Adjusted

Frame and Lid

To Be Adjusted

Domestic Service Box

Valve Vault To Be Adjusted

Special Adjustment

Item To Be Abandoned

Item To Be Moved

Item To Be Relocated

and Replacement

Pavement Removal

Baseline

Centerline

Centerline Break Circle

Baseline Symbol

Centerline Symbol

PI Indicator

Point Indicator

Dashed Property Line

Solid Property/Lot Line

Section/Grant Line

County/Township Line

State Line

Iron Pipe Found

Iron Pipe Set

Survey Marker

Property Line Symbol

Riprap

Water Surface Indicator

Culvert End Section

Catch Basin

Swale

Roadway Ditch Flow

Summit

Manhole

Inlet

Headwall

Ditch Check

Flowline

Aggregate Ditch

Paved Ditch

Drainage Boundary Line

Grading & Shaping Ditches

Culvert Line

\\

¡¡

Main Structure To Be Filled

Structure To Be Filled Special

Structure To Be Reconstructed Special

Storm Sewer

Pipe Underdrain

(Half Size)

Same Ownership Symbol

(Half Size)

Northwest Quarter Corner

(Half Size)

Section Corner

(Half Size)

Southeast Quarter Corner

(Half Size)

Horizontal Curve Data

Quarter Section Line

Quarter/Quarter Section Line

Channel or Stream Line

STANDARD 000001-07

ADJUSTMENT ITEMS EX PR ALIGNMENT ITEMS EX PR

BOUNDARIES ITEMS EX PR

DRAINAGE ITEMS EX PR

Illinois Department of Transportation

January 1,

ENGINEER OF POLICY AND PROCEDURES

APPROVED January 1,

ENGINEER OF DESIGN AND ENVIRONMENT

ISS

UE

D1-1-9

7

PASSED

AND PATTERNS

ABBREVIATIONS

STANDARD SYMBOLS,

Overflow

Sheet Flow

Hydrant Outlet

EXHYDRAULICS ITEMS PR

2019

2019

Page 34: RETURN WITH PROPOSAL

Intermediate Contour

Index Contour

Approx. Intermediate Line

Approx. Index Line

CONTOUR ITEMS EX PR

T

E

E

FL

(Sheet 3 of 9)

Cleaning & Grading Limits

Dike

Erosion Control Fence

Perimeter Erosion Barrier

Temporary Fence

Ditch Check Temporary

Ditch Check Permanent

Inlet & Pipe Protection

Sediment Basin

Erosion Control Blanket

Revetment Mat

Fabric Formed Concrete

Turf Reinforcement Mat

Mulch Temporary

Mulch Method 1

Mulch Method 2 Stabilized

Mulch Method 3 Hydraulic

Noise Attn./Levee

Fence

Base of Levee

Mailbox

Pay Telephone

Advertising Sign

Contour Mounding Line

Fence

Perennial Plants

Seeding Class 2

Seeding Class 2A

Seeding Class 4

Seeding Class 4 & 5 Combined

Seeding Class 5

Seeding Class 7

Seedlings Type 1

Seedlings Type 2

Sodding

Mowstake w/Sign

Tree Trunk Protection

Evergreen Tree

Shade Tree

Duct

Conduit

Electrical Aerial Cable

Electrical Buried Cable

Controller

Underpass Luminaire

Power Pole

Shrubs

Mowline

Fence Post

Field Line

Multiple Mailboxes

STANDARD 000001-07

CONTROL ITEMS

EROSION & SEDIMENTEX PR

IMPROVEMENT ITEMS

NON-HIGHWAYEX PR

(contd.)

LANDSCAPING ITEMS

EXISTING

EX PR

LANDSCAPING ITEMS EX PRLIGHTING EX PR

Illinois Department of Transportation

January 1,

ENGINEER OF POLICY AND PROCEDURES

APPROVED January 1,

ENGINEER OF DESIGN AND ENVIRONMENT

ISS

UE

D1-1-9

7

PASSED

AND PATTERNS

ABBREVIATIONS

STANDARD SYMBOLS,

*

*

ITS Camera

Wind Turbine

Cellular Tower

Intelligent Transportation Systems

2019

2019

Page 35: RETURN WITH PROPOSAL

P P

H

J

H

J

RR

(Sheet 4 of 9)

Pull Point

Handhole

Heavy Duty Handhole

Junction Box

Light Unit Comb.

Electrical Ground

Traffic Flow Arrow

Light Unit-1

Keyed Long. Joint

Keyed Long. Joint w/Tie Bars

Sawed Long. Joint w/Tie Bars

Bituminous Shoulder

Bituminous Taper

Stabilized Driveway

Widening

RR Crossing

Raised Marker Amber 1 Way

Raised Marker Amber 2 Way

Raised Marker Crystal 1 Way

Two Way Turn Left

Shoulder Diag. Pattern

Skip-Dash White

Skip-Dash Yellow

Stop Line

Solid Line

Double Centerline

Dotted Lines

(Half Size)

High Mast Pole

Handicap Symbol

STANDARD 000001-07

(contd.)

LIGHTINGEX PR

PAVEMENT (MISC.) EX PR

PAVEMENT MARKINGS EX PR

Illinois Department of Transportation

January 1,

ENGINEER OF POLICY AND PROCEDURES

APPROVED January 1,

ENGINEER OF DESIGN AND ENVIRONMENT

ISS

UE

D1-1-9

7

PASSED

AND PATTERNS

ABBREVIATIONS

STANDARD SYMBOLS,

2019

2019

Page 36: RETURN WITH PROPOSAL

ONLYONLY

ONLY

(Sheet 5 of 9)

Urban Left Turn Arrow

Urban Right Turn Arrow

Urban Left Turn Only

Urban Right Turn Only

Urban Thru Only

Abandoned Railroad

Railroad

Railroad Point

Control Box

Crossing Gate

Flashing Signal

Railroad Cant. Mast Arm

Crossbuck

Removal Tic

Bituminous Removal

Hatch Pattern

Future ROW Corner Monument

ROW Marker

ROW Line

Easement

Temporary Easement

Urban Combination Left

Urban Combination RightTree Removal Single

STANDARD 000001-07

(contd.)

PAVEMENT MARKINGSEX PR

RAILROAD ITEMS EX PR

EX PR

EX PR

Illinois Department of Transportation

January 1,

ENGINEER OF POLICY AND PROCEDURES

APPROVED January 1,

ENGINEER OF DESIGN AND ENVIRONMENT

ISS

UE

D1-1-9

7

PASSED

AND PATTERNS

ABBREVIATIONS

STANDARD SYMBOLS,

2019

2019

REMOVAL ITEMS

RIGHT OF WAY ITEMS

RRPM 40' (12.2 m) o.c.

CL Multilane Div.

RRPM 80' (24.4 m) o.c.

CL Multilane Div.

RRPM 80' (24.4 m) o.c.

CL Multilane Div. Dbl.

CL Multilane Undiv.

Two Way Turn Left Line

RRPM 12.2 m (40') o.c.

CL 2Ln 2Way

RRPM 80' (24.4 m) o.c.

CL 2Ln 2Way

Page 37: RETURN WITH PROPOSAL

ONLYONLY

ONLY

Rural Left Turn Arrow

Rural Right Turn Arrow

Rural Left Turn Only

Rural Right Turn Only

Rural Thru Only

Urban U-Turn

Urban Combined U-Turn

Rural Combination Left

Rural Combination Right

Bike Lane Symbol

Bike Lane Text

AND PATTERNS

ABBREVIATIONS

STANDARD SYMBOLS,

STANDARD 000001-07

Illinois Department of Transportation

January 1,

ENGINEER OF POLICY AND PROCEDURES

APPROVED January 1,

ENGINEER OF DESIGN AND ENVIRONMENT

ISS

UE

D1-1-9

7

PASSED

(contd.)

PAVEMENT MARKINGSEX PR

Bike Path Shared

Bike Shared Roadway

2019

2019

(Sheet 6 of 9)

Page 38: RETURN WITH PROPOSAL

I

VPIELEVLE

= = = =

VPIELEVLE

= = = =

SINGLE

LANE

AHEAD

ROAD

CONSTRUCTION

AHEAD

ROAD

CLOSED

AHEAD

RIGHT LANE

CLOSED

AHEAD

LEFT LANE

CLOSED

AHEAD

DETOUR

AHEAD

STA. 45+00

9

(Sheet 7 of 9)

Edge of Pavement

and C&G Line

Bit Shoulders, Medians

Aggregate Shoulder

Sidewalks, Driveways

Guardrail

Guardrail Post

Traffic Sign

Corrugated Median

P.I. Indicator

Point Indicator

Earthworks Balance Point

Begin Point

Vert. Curve Data

Cone, Drum or Barricade

Barricade Type II

Barricade Type III

Barricade With Edge Line

Flashing Light Sign

Panels I

Panels II

Direction of Traffic

Ditch Profile Left Side

Ditch Profile Right Side

Roadway Profile Line

Storm Sewer Profile Left Side

Storm Sewer Profile Right Side

(Half Size)

Sign Flag

(Half Size)

Detour Ahead W20-2(O)

(Half Size)

Road Closed Ahead W20-3(O)

(Half Size)

Reverse Left W1-4L

(Half Size)

Reverse Right W1-4R

(Half Size)

Two Way Traffic Sign W6-3

(Half Size)

Transition Right W4-2R

(Half Size)

Transition Left W4-2L

(Half Size)

Road Construction Ahead W20-1-(O)

(Half Size)

Right Lane Closed Ahead W20-5R(O)

(Half Size)

Single Lane Ahead

(Half Size)

Left Lane Closed Ahead W20-5L(O)

Slope Limit Line

Match Line

Typical Cross-Section Line

Access Control Line

Access Control Line & ROW

ROW with Fence

Access Control Line &

Excess ROW Line

(Half Size)

North Arrow with District Office

Cable Barrier

Concrete Barrier

Impact Attenuator

STANDARD 000001-07

(contd.)

RIGHT OF WAY ITEMSEX PR

ITEMS

ROADWAY PLANEX PR

ROADWAY PROFILES EX PR

SIGNING ITEMS EX PR

(contd.)

SIGNING ITEMSEX PR

Illinois Department of Transportation

January 1,

APPROVED January 1,

ENGINEER OF DESIGN AND ENVIRONMENT

ISS

UE

D1-1-9

7

PASSED

AND PATTERNS

ABBREVIATIONS

STANDARD SYMBOLS,

ENGINEER OF POLICY AND PROCEDURES

2019

2019

Page 39: RETURN WITH PROPOSAL

G

Y

DW

W

G

Y

DW

W

ROAD CLOSED

TO

THRU TRAFFIC

ROAD

CLOSED

STOPHERE

ONRED

STOPHERE

ONRED

KEEP

RIGHT

KEEP

RIGHT

KEEP

LEFT

KEEP

LEFT

LEFT

TURN

LANE

DETOUR

DETOUR

ONE WAY

ONE WAY

(Sheet 8 of 9)

Cable Number

Left Turn Green

Left Turn Yellow

Signal Backplate

Walk/Don't Walk Letters

Walk/Don't Walk Symbols

Galv. Steel Conduit

Underground Cable

Detector Loop Line

Detector Loop Large

Detector Loop Small

Detector Loop Quadrapole

Bridge Pier

Box Culvert Barrel

Box Culvert Headwall

Bridge

Retaining Wall

Temporary Sheet Piling

(Half Size)

Left Turn Lane R3-I100L

(Half Size)

Keep Left R4-7AL

(Half Size)

Keep Left R4-7BL

(Half Size)

Keep Right R4-7AR

(Half Size)

Keep Right R4-7BR

(Half Size)

Stop Here On Red R10-6-AL

(Half Size)

Stop Here On Red R10-6-AR

(Half Size)

No Left Turn R3-2

(Half Size)

No Right Turn R3-1

(Half Size)

Road Closed R11-2

(Half Size)

Road Closed Thru Traffic R11-2

(Half Size)

Detour M4-10L-(O)

(Half Size)

Detour M4-10R-(O)

(Half Size)

One Way Left R6-1L

(Half Size)

One Way Right R6-1R

(Half Size)

One Way Arrow Lrg. W1-6-(O)

(Half Size)

Two Way Arrow Large W1-7-(O)

Signal Section 8'' (200 mm)

Signal Section 12'' (300 mm)

STANDARD 000001-07

(contd.)

SIGNING ITEMSEX PR STRUCTURES ITEMS EX PR

ITEMS

TRAFFIC SHEETEX PR

ITEMS

TRAFFIC SIGNALEX PR

Illinois Department of Transportation

January 1,

ENGINEER OF POLICY AND PROCEDURES

APPROVED January 1,

ENGINEER OF DESIGN AND ENVIRONMENT

ISS

UE

D1-1-9

7

PASSED

AND PATTERNS

ABBREVIATIONS

STANDARD SYMBOLS,

2019

2019

Page 40: RETURN WITH PROPOSAL

"E"

H

J J

H

H

J

H

J

V

C C

V

TS

(Sheet 9 of 9)

Detector Raceway

Aluminum Mast Arm

Steel Mast Arm

Veh. Detector Magnetic

Conduit Splice

Controller

Gulfbox Junction

Wood Pole

Temp. Signal Head

Handhole

Heavy Duty Handhole

Junction Box

Ped. Pushbutton Detector

Ped. Signal Head

Power Pole Service

Priority Veh. Detector

Signal Head

Signal Head w/Backplate

Signal Post

Controller

Double Handhole

Fire Hydrant

Handhole

Heavy Duty Handhole

Junction Box

Light Pole

Manhole

Power Pole

Splice Box Above Ground

Telephone Pole

Traffic Signal

Water Meter Valve Box

Above Ground

Telephone Splice Box

Deciduous Tree

Evergreen Tree

Stump

Stream or Drainage Ditch

Waters Edge

Water Surface Indicator

Water Point

Disappearing Ditch

Marsh

Marsh/Swamp Boundary

Bush or Shrub

Woods & Bush Line

Vegetation Line

Orchard/Nursery Line

GuyWire or Deadman Anchor

Profile Line

Aerial Power Line

Cable TV

Electric Cable

Fiber Optic

Gas Pipe

Oil Pipe

Sanitary Sewer

Telephone Cable

Water Pipe

Double Handhole

Closed Circuit TV

Video Detector System

Pipeline Warning Sign

Power Pole with Light

Sanitary Sewer Cleanout

Traffic Signal Control Box

Water Meter

STANDARD 000001-07

ITEMS (contd.)

TRAFFIC SIGNAL

UTILITY ITEMS

UNDERGROUNDEX PR EX PR ABANDONED

(contd.)

UTILITY ITEMSEX PR

VEGETATION ITEMS EX PR

UTILITIES ITEMS EX PR

ITEMS

WATER FEATUREEX PR

Illinois Department of Transportation

January 1,

ENGINEER OF POLICY AND PROCEDURES

APPROVED January 1,

ENGINEER OF DESIGN AND ENVIRONMENT

ISS

UE

D1-1-9

7

PASSED

AND PATTERNS

ABBREVIATIONS

STANDARD SYMBOLS,

2019

2019

Monitoring Well (Gasoline) MW

Page 41: RETURN WITH PROPOSAL

pavement

Edge of

Cleaning culverts

Fencing contracts and maintenance

Utility work

Landscaping work

min.

15' (4.5

m)

min.

15' (4.5

m)

unless otherwise shown.

All dimensions are in inches (millimeters)

according to Standard 701006.

zone in any one hour, traffic control shall be

more work vehicles cross the 15' (4.5 m) clear

When the work operation requires that two or

pavement.

are more than 15' (4.5 m) from the edge of

vehicles, equipment, workers or their activities

This Standard is used where at all times all

1-1-09

1-1-05

English (metric).

Switched units to

Revised title and notes.

STANDARD 701001-02

15' (4.5 m) AWAY

2L, 2W, MORE THAN

OFF-RD OPERATIONS,

TYPICAL APPLICATIONS

GENERAL NOTES

Illinois Department of Transportation

January 1, 2009

APPROVED January 1, 2009

ENGINEER OF DESIGN AND ENVIRONMENT

ISS

UE

D1-1-9

7

PASSED

ENGINEER OF OPERATIONS

DATE REVISIONS

Page 42: RETURN WITH PROPOSAL

ROAD

AHEAD

WORK

ROAD

AHEAD

CONSTRUCTION

1

L/3 min.

projects

construction

For contract

W20-I103(0)-48

W20-1(0)-48

projects

and utility

For maintenance

1000' (300 m) max.

500' (150 m) min.

(150 m)

500'

(4.5

m)

15'

min.

24 (6

00)

Sign installation and maintenance

Shoulder repair

Landscaping operations

Delineator installation

Guardrail installation and maintenance

Side slope changes

Culvert extensions

Utility operations

Work area

Sign

Cone, drum or barricade

the work area.

50' (15 m) centers through the remainder of

at 25' (8 m) centers for L/3 distance, and at

cones, drums or barricades shall be placed

When the work operation exceeds one hour,1

English (Metric)

L=60

WS²L=

150

WS²

L=(W)(S) L=0.65(W)(S)

in feet (meters).

Width of offset

mph (km/h).

Normal posted speed

unless otherwise shown.

All dimensions are in inches (millimeters)

S =

W =

or greater:

45 mph (80 km/h)

or less:

40 mph (70 km/h)

SPEED LIMIT

Calculate L as follows:

from the edge of pavement.

encroach in the area 15' (4.5 m) to 24 (600)

equipment, workers or their activities will

This Standard is used where any vehicles,

FORMULAS

1-1-14

W21-1(0)-48

1-1-13

sign.

Omitted text 'WORKERS'

current MUTCD.

number to agree with

Revised workers sign

STANDARD 701006-05

SYMBOLS

FROM PAVEMENT EDGE

15' (4.5 m) TO 24" (600 mm)

OFF-RD OPERATIONS, 2L, 2W,

TYPICAL APPLICATIONS

GENERAL NOTES

Illinois Department of Transportation

January 1, 2014

APPROVED January 1, 2014

ENGINEER OF DESIGN AND ENVIRONMENT

ISS

UE

D1-1-9

7

PASSED

ENGINEER OF SAFETY ENGINEERING

DATE REVISIONS

Page 43: RETURN WITH PROPOSAL

I

II

I

ROAD

AHEAD

WORK

ROAD

AHEAD

CONSTRUCTION

ONE LANE

ROAD

AHEAD

ROAD

AHEAD

CONSTRUCTION

ROAD

AHEAD

CONSTRUCTION

ONE LANE

ROAD

AHEAD

ROAD

AHEAD

CONSTRUCTION

ROAD

AHEAD

WORK

1

1000' (300 m) max.

500' (150 m) min.

(150 m)

500'

(150 m)

500'

(30 m)

100'

W20-I103(0)-48 W20-4(0)-48

W20-1(0)-48

W20-I103(0)-48

max.

1 mile (1600 m)

min.

100' (30 m)

(150 m)

500'

(150 m)

500'

1000' (300 m) max.

500' (150 m) min.

W20-4(0)-48 W20-I103(0)-48

W20-1(0)-48

2

W20-I103(0)-48

1-1-11

W20-7(O)-48

W20-7(O)-48

Revised flagger sign.

STANDARD 701201-05

500' (1

50

m)

±

500' (1

50

m)

±

SYMBOLS

GENERAL NOTES

TYPICAL APPLICATIONS

DATE REVISIONS

FOR SPEEDS ≥ 45 MPHDAY ONLY,

LANE CLOSURE, 2L, 2W,

2

1

1-1-19 Revised device spacing in taper.

unless otherwise shown.

All dimensions are in inches (millimeters)

shown.

signs, flaggers, and taper shall be placed as

areas exceeds 2000' (600 m), additional warning

When the distance between successive work

pavement for daylight operation.

line and a line 24 (600) outside the edge of

will encroach in the area between the center

vehicles, equipment, workers or their activities

This Standard is used where at any time, any

Cable placement

Culverts

Storm sewer

Utility operations

Isolated patching

Work area

Sign

Barricade or drum

Cone, drum or barricade

Flagger with traffic control sign

these intervals between devices may be doubled.

centers. When drums or barricades are used,

Additional cones may be placed at 50' (15 m)

Cones at 25' (8 m) centers for the first 150' (45 m).

Devices at 20' (6 m) centers in the taper.

projects

construction

For contract

projects

and utility

For maintenance

(600)

24

Sid

eroad

Patch

Illinois Department of Transportation

January 1, 2019

APPROVED January 1, 2019

ENGINEER OF DESIGN AND ENVIRONMENT

ISS

UE

D1-1-9

7

ENGINEER OF SAFETY PROG. AND ENGINEERING

APPROVED

Page 44: RETURN WITH PROPOSAL

ONE LANE

ROAD

AHEAD

ONE LANE

ROAD

AHEAD

pavement for a period of less than 15 minutes.

the centerline and a line 24 (600) outside the edge of the

For any operation that encroaches in the area between

edge of the pavement for a period of less than 60 minutes.

For any operation that is more than 24 (600) outside the

than 60 minutes.

pavement for a period in excess of 15 minutes but less

the centerline and a line 24 (600) outside the edge of the

For any operation that encroaches in the area between

amber dome light operating.

Vehicle with dual flashers or flashing

min.

100' (30 m)

min.

100' (30 m) (600)

24

amber dome light operating.

Vehicle with dual flashers or flashing

(600)

24

W20-4(0)-48

1 1

min.

100' (30 m)

min.

100' (30 m)1 1

W20-4(0)-48

(600)

24 SIGN SPACING

Posted Speed Sign Spacing

55

50-45

<45

500' (150 m)

350' (100 m)

200' (60 m)

1 =

table for distances.

Refer to SIGN SPACING

Cleaning up debris on pavement

Utility operations

String line

Field survey

Marking patchesWork area

Sign on portable or permanent support

Flagger with traffic control sign

unless otherwise shown.

All dimensions are in inches (millimeters)

1-1-11

W20-7(O)-48

W20-7(O)-48

1-1-09

English (metric).

Switched units to

Revised flagger sign.

STANDARD 701301-04

SHORT TIME OPERATIONS

LANE CLOSURE, 2L, 2W,

SYMBOLSTYPICAL APPLICATIONS

Illinois Department of Transportation

January 1, 2011

APPROVED January 1, 2011

ENGINEER OF DESIGN AND ENVIRONMENT

ISS

UE

D1-1-9

7

PASSED

ENGINEER OF SAFETY ENGINEERING

DATE REVISIONS

Page 45: RETURN WITH PROPOSAL

ROAD

AHEAD

WORK

ROAD

AHEAD

CONSTRUCTIONONE LANE

ROAD

AHEAD

ROAD

AHEAD

CONSTRUCTION

ROAD

AHEAD

CONSTRUCTION

ONE LANE

ROAD

AHEAD

ROAD

AHEAD

CONSTRUCTION

ROAD

AHEAD

WORK

1000' (300 m) max.

500' (150 m) min.

(150 m)

500' Variable 1

min.

100' (30 m)

W20-I103(0)-48

W20-1(0)-48

W20-4(0)-48

projects

construction

For contract

projects

and utility

For maintenance

W20-I103(0)-48

min.

100' (30 m) Variable 1

(150 m)

500'

1000' (300 m) max.

500' (150 m) min.

W20-1(0)-48

W20-I103(0)-48W20-4(0)-48

W20-I103(0)-48

Shoulder operations

Utility operations

Milling operations

Bituminous resurfacing

Work area

Sign on portable or permanent support

Flagger with traffic control sign

is less.

operation or 2 miles (3200 m), whichever

required for one normal working day's

the length21but should not exceed

distance to be determined by the Engineer

Minimum distance is 200' (60 m). Maximum1

1-1-18

W20-7(O)-48

W20-7(O)-48

STANDARD 701306-04

TYPICAL APPLICATIONS

SYMBOLS

GENERAL NOTES

FOR SPEEDS ≥ 45 MPHMOVING OPERATIONS DAY ONLY,

LANE CLOSURE, 2L, 2W, SLOW

500' (1

50

m)

±

500' (1

50

m)

±Illinois Department of Transportation

January 1, 2018

APPROVED January 1, 2018

ENGINEER OF DESIGN AND ENVIRONMENT

ISS

UE

D1-1-9

7

PASSED

DATE REVISIONS

ENGINEER OF SAFETY PROG. AND ENGINEERING 1-1-11 Revised flagger sign.

unless otherwise shown.

All dimensions are in inches (millimeters)

Standard 701301.

traffic control may be according to

When the operation does not exceed 60 minutes,

(1 km/h) and less than 4 mph (6 km/h).

mph21speed of movement is greater than

operation on the pavement where the average

require an intermittent or continuous moving

vehicle, equipment, workers or their activities

This Standard is used where at any time, any

mph.21for operation to

Revised lower speed limit

Page 46: RETURN WITH PROPOSAL

*

*

* *

*

*

** *

(450-9

00)

18-3

6

(700)

28

min.

4' (1.2

m)

min.

24 (6

00)

(900)

36

min.

18 (450)

min.

5' (1.5

m)

min.

4' (1.2 m)

(600)

24

(900)

36

(300)

12

(200)

8 (900)

36

(Sheet 1 of 3)

min.

4' (1.2 m)min.

36 (9

00)

(100)

4

min.

36 (9

00)

min.

24 (600)

min.

36 (9

00)

min.

24 (600)

(100)

4

Orange

(100)

4

(700 -

900)

28 -

36

Posted speed < 45 mph

STANDARD 701901-08

TUBULAR MARKER VERTICAL PANEL

TYPE I BARRICADE TYPE II BARRICADE TYPE III BARRICADE

BARRICADE

DIRECTION INDICATOR

DRUM

VERTICAL BARRICADE

CHANNELIZING BARRICADE

DETECTABLE PEDESTRIAN

GENERAL NOTES

DATE REVISIONS

orange to white background.

SPEED LIMIT sign from

Revised END WORK ZONE1-1-18

1-1-19

(700 -

900)

28 -

36

CONES

Any posted speed

DAYTIME USE

Any posted speed Any posted speed

>36 (9

00)

DAY OR NIGHTTIME USE

(100-150)

4-6

(100-150)

4-6

added cones >36" (900 m) height.

Revised cone usage and

DEVICES

TRAFFIC CONTROL

(200-3

00)

8-1

2m

ax.

2 (5

0)

(150)

6 (150)

6

Warning lights (if required)

unless otherwise shown.

All dimensions are in inches (millimeters)

pavement surface.

All heights shown shall be measured above the

(200-3

00)

8-1

2

(100)

4(1

00)

4(1

00)

4 (100)

4

(200-3

00)

8-1

2 (200-3

00)

8-1

2

(150)

6(150)

6

(300)

12

(150)

6

(150)

6

(100)

4 (100)

4

(50)

2

(150)

6

(75 -

100)

3 -

4

min.

3 (75)

(100)

4

(100)

4

(200-300)

8-12

4-6 (100-150)

4-6 (100-150)

POST MOUNTED

Orange Orange Orange

Illinois Department of Transportation

January 1, 2019

APPROVED January 1, 2019

ENGINEER OF DESIGN AND ENVIRONMENT

ISS

UE

D1-1-1

3

ENGINEER OF SAFETY PROG. AND ENGINEERING

APPROVED

Page 47: RETURN WITH PROPOSAL

"'-

MAX WIDTH

XX XXX MILES

AHEAD

NEXT X MILES

CONSTRUCTION

ROAD

CONSTRUCTION

END

(IF SPECIFIED)

SIGN

STOP SLOWEND

WORK ZONE

SPEED LIMIT

MINIMUM

$XXX FINE

LIMIT

SPEED

XX

ZONE

WORK

ENFORCED

PHOTO

(1.8 m - 3.6 m)

6' - 12'

FRONT SIDE REVERSE SIDE

(100)

4

(125)

5

(600)

24

(125)

5

(175)

7

(400)

16

(175)

7

(125)

5

(600)

24

(600 - 3 m)

24 - 10'

min.

8' (2.4

m)

(Sheet 2 of 3)

(1.8

m -

2.1

m)

6' -

7'

R2-1-3648

R2-I106p-3618

G20-I104(0)-6036 G20-I105(0)-6024

W12-I103-4848

XX'-XX" width and X miles are variable.

G20-I103-6036

STANDARD 701901-08

POST MOUNTED SIGNS

SIGNS ON TEMPORARY SUPPORTS

HIGH LEVEL WARNING DEVICE

WIDTH RESTRICTION SIGN

FLAGGER TRAFFIC CONTROL SIGN

SPEED ZONE SIGNSHIGHWAY CONSTRUCTION

WORK LIMIT SIGNING

DEVICES

TRAFFIC CONTROL

Edge of

pave

ment

**

(if required)

Warning light

wood post

Metal or

6' (1.8 m) urban

4' (1.2 m) rural

embedment

5' (1.5 m) min.

of pavement

Elevation of edge

7' (2.1 m) min. urban

5' (1.5 m) min. rural

edge of the paved shoulder.

face of curb or 6' (1.8 m) to the outside

this dimension shall be 24 (600) to the

When curb or paved shoulder are present**

of curb

or face

pavement

Edge of

of pavement

Elevation of edge

completely above the devices.

shall be sufficient to be seen

behind other devices, the height

be 5' (1.5 m) min. If located

four days, this dimension shall

When work operations exceed***

min.

***

12 (3

00)

Orange flags

18x18 (450x450)

lane highways.

Dual sign displays shall be utilized on multi-

within 2 miles (3200 m).

the end of the job unless another job is

END CONSTRUCTION sign shall be erected at

ject limits.

be placed 500' (150 m) in advance of pro-

ROAD CONSTRUCTION NEXT X MILES sign shall

2 miles (3200 m) or more in length.

This signing is required for all projects

W21-Ill5(0)-3618

R10-I108p-3618 ****

or as allowed by District Operations.

Sign assembly as shown on Standards

above sign assembly is used.

This sign shall be used when the

under the juristiction of the State.

R10-I108p shall only be used along roadways****

8 (200) Federal series C

(15)32

19

(513)

20 21

7 (180) Federal series B

R.

1 (4

0)

21

(9

0)

32

1

Illinois Department of Transportation

January 1, 2019

APPROVED January 1, 2019

ENGINEER OF DESIGN AND ENVIRONMENT

ISS

UE

D1-1-1

3

ENGINEER OF SAFETY PROG. AND ENGINEERING

APPROVED

Page 48: RETURN WITH PROPOSAL

ROAD

CLOSED

ROAD CLOSED

TO

THRU TRAFFIC

ROAD CLOSED

TO

THRU TRAFFIC

min.

4' (1.2 m)min.

5' (1.5 m)

min.

(600)

24

min.

6' (1.8

m)

min.

7' (2.1

m)

min.

30 (7

50)

min.

4' (1.2

m)

min.

7' (2.1

m)

min.

8' (2.4 m)

(8 m)

25'

100' (3

0

m)

max.

30' (9.1

m)

min.

(Sheet 3 of 3)

A

A

STANDARD 701901-08

ARROW BOARDS

SECTION A-A

TEMPORARY RUMBLE STRIPS

PLAN

TYPICAL INSTALLATION

TYPE III BARRICADES CLOSING A ROAD

TYPICAL APPLICATIONS OF

24 (600) ±

MOUNTED

TRAILER

TYPE C

MOUNTED

ROOF OR TRAILER

TYPE B

MOUNTED

ROOF

TYPE A

DEVICES

TRAFFIC CONTROL

21

3 (9

0)

±

Weep holes

Traffic

1 (45) ±43

Epoxy channels

stepped or smooth

Face may be

(13)

±

21

21

3 (90) ±

Traffic

(8 m)

25'

(60 m) ±

200

(60 m) ±

200

(8 m)

25'

(8 m)

25'

(60 m) ±

200 warning signs

advance

Construction

(1.5 m)

5'

min.

12 (300)

min.

12 (300)

R11-4

Pavement

flasher

Type A

ROAD CLOSED TO THRU TRAFFIC

directly in front of the barricade.

on NCHRP 350 temporary sign supports

not available, the signs may be mounted

sign panel which meets NCHRP 350 is

Type III barricade with an attached

both sides of the barricades. If a

Reflectorized striping shall appear on

ROAD CLOSED TO ALL TRAFFIC

in front of the barricade.

NCHRP 350 temporary sign support directly

available, the sign may be mounted on an

sign panel which meets NCHRP 350 is not

If a Type III barricade with an attached

on the back side of the barricades.

Reflectorized striping may be omitted

Pavement

shoulder

Edge of

R11-2flasher

Type Amax.

6 (150)max.

6 (150)

max.

6 (150)

Illinois Department of Transportation

January 1, 2019

APPROVED January 1, 2019

ENGINEER OF DESIGN AND ENVIRONMENT

ISS

UE

D1-1-1

3

ENGINEER OF SAFETY PROG. AND ENGINEERING

APPROVED

Page 49: RETURN WITH PROPOSAL

TYPE A

TYPE B

(78)

1613

(32)

411

(37)

1671

(3,654)

0.223

(2.98)

2.00

(89)

213

(41)

851

(48)

871

(7,128)

0.435

(1.34)

0.90

(81)

1633

(32)

411

(38)

211

(5,588)

0.341

(4.46)

3.00

(118)

854

(57)

412

(60)

832

(14,552)

0.888

(1.93)

1.30

Length as specifie

d

Min.

55 holes spaced at

1 (2

5)

cts.

(25)

1

a

b

c

x x

optional

Taper

(75)

3

(25)

1

Length as specifie

d

Min.

55 holes spaced at

1 (2

5)

cts.

optional

Taper

(75)

3

optional

Taper

(30)

41

1

(25)

1

spaced at

1 (2

5)

cts.

Min.

18 holes

(25)

1

(50)

2

(17)

1611

7'-0" (2.1

m) (U

nless oth

erwise specifie

d)

Steel - 1.12 lbs./ft. (1.67 kg/m)

unless otherwise shown.

All dimensions are in inches (millimeters)

section.

their length, Sx-x shall be computed for the net

holes are punched or drilled for more than half

x-x axis of the post as shown. For posts in which

Sx-x is the minimum section modulus about the

(10).83All holes are

Dimensions shown for cross sections are minimum.

a b c

(mm³)

in.³

Sx-x

(kg/m)

lbs./ft.

Steel

Aluminum

Steel

Aluminum

1-1-09

1-1-97

English (metric).

Switched units to

Renum. Standard 2350-4.

STANDARD 720011-01

D D D D

E E

MARKERS & DELINEATORS

METAL POSTS FOR SIGNS,

SECTION E-E

TYPE CTYPE B

SECTION D-D

TYPE A

GENERAL NOTES

Illinois Department of Transportation

January 1, 2009

ENGINEER OF POLICY AND PROCEDURES

APPROVED January 1, 2009

ENGINEER OF DESIGN AND ENVIRONMENT

ISS

UE

D1-1-9

7

PASSED

DATE REVISIONS

Page 50: RETURN WITH PROPOSAL

A Top

C Base

(50)

2

min.

8 (2

00)

(1.5

m)

5'

(50)

2

min.

8 (2

00)

(450)

18

(900)

36

PCC

BC

A Top

D Sleeve

E Base

B

A

(75|2

5)

3|1

(75|2

5)

3|1

min.

6 (1

50)

min.

6 (1

50)

min.

(3)

81

unless otherwise shown.

All dimensions are in inches (millimeters)

(M10) hex head zinc or cadmium plated.83All bolts

A

B

C

D

E

2 x 2 x var. (51 x 51 var.)

x 12 (44 x 44 x 300)43 x 14

31

x 60 (57 x 57 x 1500)41 x 24

12

x 18 (64 x 64 x 450)21 x 22

12

x 36) (57 x 57 x 900)41 x 24

12

1-1-09

1-1-07

English (metric).

Switched units to

720006.

be part of Standard

New Standard. Used to

STANDARD 728001-01

SIGN SUPPORT

TELESCOPING STEEL

GROUND MOUNT DETAIL PAVEMENT MOUNT DETAIL SPLICE DETAIL

GENERAL NOTES

Illinois Department of Transportation

January 1, 2009

APPROVED January 1, 2009

ENGINEER OF DESIGN AND ENVIRONMENT

ISS

UE

D1-1-0

7

PASSED

ENGINEER OF OPERATIONS

DATE REVISIONS

Page 51: RETURN WITH PROPOSAL

W

DH

4'-0" (1.2

m)

Ty.

B

3'-6" (6

1.1

m)

Ty.

A

Ground surface

W

0.25W 0.50W 0.25W

DH

4'-0" (1.2

m)

Ty.

B

3'-6" (1.1

m)

Ty.

A

min.

(300)

12

W = 0.7S

D = 1.4

S

S

=

and D = 1.4S.

use required post size for a sign with W = 0.7S

For diamond shaped sign with side S as shown,

(M8) Bolt165

(10) Dia. hole83

NOTE: Minimum of 2 bolts per post required.

unless otherwise shown.

All dimensions are in inches (millimeters)

posts.

See Standard 720011 for details of Types A and B

1.25 tsf (120 kPa).

SOIL PRESSURE: Minimum allowable soil pressure

30% gust factor, normal to sign.

LOADING: for 60 mph (95 km/h) wind velocity with

and Traffic Signals.

Structural Supports for Highway Signs, Luminaires

DESIGN: Current AASHTO Standard Specifications for

A A A A A

A A A

A A A

A A A

A A A

A A A

A A A

A A A

A A A

A

A

A

A

A

A

A

B

B

B

B

B

B

B

B

B

(D)

DEPTH

SIGN

HFOR SIGN WIDTH (W)

NO. AND TYPE OF POST

(300)

12

(450)

18

(600)

24

(750)

30

(900)

36

(450)

18

5'-0" (1.5 m)

5'-6" (1.7 m)

6'-0" (1.8 m)

6'-6" (2.0 m)

7'-0" (2.1 m)

7'-6" (2.3 m)

8'-0" (2.4 m)

8'-6" (2.6 m)

9'-0" (2.7 m)

A A A A B

B

2A

B

A A A A B

A A A B

A A A B B

A A A B B

A A A B B

A A A B

A A B 2A

A A B 2AB

(600)

24

5'-0" (1.5 m)

5'-6" (1.7 m)

6'-0" (1.8 m)

6'-6" (2.0 m)

7'-0" (2.1 m)

7'-6" (2.3 m)

8'-0" (2.4 m)

8'-6" (2.6 m)

9'-0" (2.7 m)

5'-0" (1.5 m)

5'-6" (1.7 m)

6'-0" (1.8 m)

6'-6" (2.0 m)

7'-0" (2.1 m)

7'-6" (2.3 m)

8'-0" (2.4 m)

8'-6" (2.6 m)

9'-0" (2.7 m)

(750)

30

A A A B B

2A

B

2A

A A A B

A A A B 2A

A A A B 2A

A A B 2A

A A B 2AB

A A B 2AB

A A 2AB

A A 2AB 2A

(900)

36

A A B B 2A

2A

B

2A

2B

A A B B 2A

A A B B 2A

A A B 2A

A A B 2A2A

A A B 2A2A

A B 2A2A

A B 2AB

A 2AB 2B

5'-0" (1.5 m)

5'-6" (1.7 m)

6'-0" (1.8 m)

6'-6" (2.0 m)

7'-0" (2.1 m)

7'-6" (2.3 m)

8'-0" (2.4 m)

8'-6" (2.6 m)

9'-0" (2.7 m)

(1.2 m)

4'-0"

A A B 2A 2A

B

2A

2B

2B

B 2B

2A

5'-0" (1.5 m)

5'-6" (1.7 m)

6'-0" (1.8 m)

6'-6" (2.0 m)

7'-0" (2.1 m)

7'-6" (2.3 m)

8'-0" (2.4 m)

8'-6" (2.6 m)

9'-0" (2.7 m)

A B 2A 2A

A B 2A 2AB

A 2AB

A 2AB 2A 2B

A B 2A 2B

A B 2A 2B2B

B 2B2B

2B2B2BB

1-1-09

1-1-97

English (metric).

Switched units to

Renum. Standard 2363-2.

STANDARD 729001-01

(FOR SIGNS & MARKERS)

A & B METAL POSTS

APPLICATIONS OF TYPES

ONE POST INSTALLATION TWO POST INSTALLATIONDETAIL OF MOUNTING SIGN TO POST

GENERAL NOTES

Illinois Department of Transportation

January 1, 2009

ENGINEER OF POLICY AND PROCEDURES

APPROVED January 1, 2009

ENGINEER OF DESIGN AND ENVIRONMENT

ISS

UE

D1-1-9

7

PASSED

DATE REVISIONS

Page 52: RETURN WITH PROPOSAL

fabric.

Silt fence

metal stake.

Wood post or

metal stake.

Wood post orfabric.

Silt fence

fence with fabric positioned as swown.

adjacent to end-post (stake) of second silt

Place end-post (stake) of first silt fence

and drive both posts (stakes) 18 (450) into ground.

Rotate posts (stakes) together 180° clockwise

(Not applicable for J-hooks)

J-hook

Sheet flow

J-hook

Sheet flow

(60 m)

200'

(typical).

metal stake

Wood post or

fabric.

Continuous fence

top with wire.

adjacently and bind at

Place posts (stakes)

bank.

Top of

pin.

Securing

fabric.

Filter

pin.

Securing

(150)

6 min.

12 (300)

max.

36 (9

14)

of the aggregate shall be 1:4 (V:H).

traffic, the traffic approach slope

clear zone and the road is open to

When the ditch check is within the*

aggregate.

Coarse

ditch.

Bottom of

pin.

Securing

Flow

fabric.

Filter

2*

1 1

1

Riprap

2*

1

fabric.

Filter

pin.

Securing

(300)

12

(300)

12

(300)

12

(300)

12

(300)

12

(150)

6

(1.5 m)

5'

Wood or metal stake

Fence fabric

Sheet flow

(150)

6

(450)

18

(1.2

m)

4'

unless otherwise shown.

All dimensions are in inches (millimeters)

protection.

shall also apply for inlet and pipe

shown for perimeter erosion barriers

The installation details and dimensions

1-1-13

(Sheet 1 of 2)

Wood or metal stake

Fence fabric

Sheet flow

(450)

18

(1.2

m)

4'

(150)

6

(250)

10

trench to secure fabric.

Excavate, backfill and compact

1-1-12

to SECTION A-A.

barrier. Added SLICE METHOD

Omitted hay/straw perimeter

STANDARD 280001-07

STEP 1

STEP 2

ATTACHING TWO SILT FILTER FENCES

SILT FILTER J-HOOK PLACEMENT

J-HOOK

ELEVATION

SECTION B-B

AGGREGATE DITCH CHECK

ELEVATION

SECTION A-A

GENERAL NOTES

PERIMETER EROSION BARRIER

SILT FILTER FENCE AS A

TRENCH METHOD

SLICE METHOD

CONTROL SYSTEMS

TEMPORARY EROSION

B

B

A

A

BASIN ELEVATION.

flowline (¥) on SEDIMENT

Corrected notation for Illinois Department of Transportation

January 1, 2013

ENGINEER OF POLICY AND PROCEDURES

APPROVED January 1, 2013

ENGINEER OF DESIGN AND ENVIRONMENT

ISS

UE

D1-1-9

7

PASSED

DATE REVISIONS

Page 53: RETURN WITH PROPOSAL

Flow

or rolled excelsior

Straw or hay bales

Flow

Flow

Spacers

fence

Silt filter

30' (9.0 m)

20' (6.0 m) to

6' (1.8 m)

24 (600) to

min.

12 (3

00)

will improve if put into a series.

The performance of the basin

directed by Engineer.

Outlet type as

Flow

removed anytime the basins become 75% filled.

direction of the flow. Accumulated silt shall be

The long dimension should be parallel with the

(2.4

m)

8'

Flow

Tie down stakes

Flow

Bale ties

hay bales

Straw or

Flow

Flow

fence

Silt filter

open grate

Manhole with

Flow

Spacers

Flow

to excavation

Ground line prior

ditch

Downside

limits

Final excav.

Upside ditch

slope

or finished

Temporary

Final embankment limits

toe ditch

Temporary

toe ditch

Temporary

ditch

Final

(Sheet 2 of 2)

F Ditch

STANDARD 280001-07

INLET AND PIPE PROTECTION

ELEVATION

SEDIMENT BASIN

PLAN

TYPICAL CUT CROSS-SECTION TYPICAL FILL CROSS-SECTION

CUT & FILL SECTIONS

TEMPORARY DITCHES FOR

CONTROL SYSTEMS

TEMPORARY EROSIONIllinois Department of Transportation

January 1, 2013

ENGINEER OF POLICY AND PROCEDURES

APPROVED January 1, 2013

ENGINEER OF DESIGN AND ENVIRONMENT

ISS

UE

D1-1-9

7

PASSED

Page 54: RETURN WITH PROPOSAL

Wall

Pip

e dia

meter

Wall

fit pipe used.

End connection to

R

¡

GE

G

D

C B

Slope

1

Wall

Pip

e dia

meter

Wall

outer cage.

Same reinforcement as

place end block.

Precast or cast in

reinforced concrete pipe.

circular Class III, Wall B

Standard reinforcement for

2 - No. 4 (No. 13) bars

(100)

4

AG

(75)

3

Pipe dia

meter

Wall

G E G

G

(40)

R

211

dia. min. splice

Optional 24 bar

unless otherwise shown.

All dimensions are in inches (millimeters)

(V:H).

displacement to units of horizontal displacement

All slope ratios are expressed as units of vertical

English (metric).

Switched units to1-1-09

DIA.

PIPE

(kg)

QTY. lbs.

APPROX.

WALL A B C D E G RSLOPE

APPROX.

12

(300)

15

(375)

18

(450)

21

(525)

24

(600)

27

(675)

30

(750)

33

(825)

36

(900)

42

(1050)

530

(240)

740

(335)

990

(450)

1280

(580)

1520

(690)

1930

(875)

2190

(995)

3200

(1450)

4100

(1860)

5380

(2440)

2

(51)

412

(57)

212

(64)

432

(70)

3

(76)

413

(83)

213

(89)

433

(95)

4

(102)

214

(114)

4

(102)

6

(152)

9

(229)

9

(229)

219

(241)

2110

(267)

12

(305)

2113

(343)

15

(381)

21

(533)

24

(610)

27

(686)

27

(686)

35

(889)

"213'-7

(1.105 m)

4'-0"

(1.219 m)

4'-6"

(1.375 m)

"214'-10

(1.486 m)

5'-3"

(1.6 m)

5'-3"

(1.6 m)

"874'-0

(1.241 m)

3'-10"

(1.168 m)

3'-10"

(1.168 m)

38

(965)

30

(762)

2125

(648)

4319

(502)

4139

(997)

4334

(883)

35

(889)

"876'-0

(1.851 m)

6'-1"

(1.854 m)

6'-1"

(1.854 m)

6'-1"

(1.854 m)

"216'-1

(1.867 m)

"216'-1

(1.867 m)

"436'-1

(1.874 m)

"438'-1

(2.483 m)

"438'-1

(2.483 m)

8'-2"

(2.489 m)

24

(610)

30

(762)

36

(914)

3'-6"

(1.067 m)

4'-0"

(1.219 m)

4'-6"

(1.372 m)

5'-0"

(1.524 m)

5'-6"

(1.676 m)

6'-0"

(1.829 m)

6'-6"

(1.981 m)

2

(51)

412

(57)

212

(64)

432

(70)

3

(76)

413

(83)

213

(89)

433

(95)

4

(102)

214

(114)

9

(229)

11

(280)

12

(305)

13

(330)

14

(356)

2114

(368)

15

(381)

2117

(445)

20

(508)

1:2.4

1:2.4

1:2.4

1:2.4

1:2.5

1:2.4

1:2.5

1:2.5

1:2.5

22

(559)1:2.5

48

(1200)

54

(1350)

60

(1500)

66

(1650)

72

(1800)

78

(1950)

84

(2100)

6550

(2970)

8240

(3740)

8730

(3960)

10710

(4860)

12520

(5680)

14770

(6700)

18160

(8240)

5

(127)

215

(140)

6

(152)

216

(165)

7

(178)

217

(191)

8

(203)

24

(610)

27

(686)

35

(889)

30

(762)

36

(914)

36

(914)

36

(914)

6'-0"

(1.829 m)

5'-5"

(1.651 m)

5'-0"

(1.524 m)

6'-0"

(1.829 m)

6'-6"

(1.981 m)

7'-6"

(2.286 m)

"217'-6

(2.299 m)

26

(660)

35

(889)

39

(991)

27

(686)

21

(533)

21

(533)

21

(533)

8'-2"

(2.489 m)

8'-4"

(2.54 m)

8'-3"

(2.515 m)

8'-3"

(2.515 m)

8'-3"

(2.514 m)

9'-3"

(2.819 m)

"219'-3

(2.832 m)

7'-0"

(2.134 m)

7'-6"

(2.286 m)

8'-0"

(2.438 m)

8'-6"

(2.591 m)

9'-0"

(2.743 m)

9'-6"

(2.896 m)

10'-0"

(3.048 m)

5

(127)

215

(140)

5

(127)

215

(140)

6

(152

216

(165)

216

(165)

22

(559)

24

(610)

*

*

*

*

*

1:2.5

1:2.0

1:1.9

1:1.7

1:1.8

1:1.8

1:1.6

* Radius as furnished by manufacturer

1-1-11

'inner' to 'outer' cage ref.

on Section A-A. Changed

Clarified ref. to pipe dia.

PLAN

SECTION A-A END VIEW

GENERAL NOTES

END SECTION

CONCRETE FLARED

PRECAST REINFORCED

10 (250) for pipe dia. > 36 (900)

8 (200) for pipe dia. ≤ 36 (900)

STANDARD 542301-03

REVISIONSDATE

A A

24 (6

00) for pip

e dia.

> 36 (9

00)

18 (4

50) for

pip

e dia.

≤ 36 (9

00)

Illinois Department of Transportation

APPROVED January 1, 2011

ENGINEER OF BRIDGES AND STRUCTURES

APPROVED January 1, 2011

ENGINEER OF DESIGN AND ENVIRONMENT

ISS

UE

D1-1-9

7

.