return with proposal
TRANSCRIPT
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.
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.
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)
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.
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 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
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.
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:
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)
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
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
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
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
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
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 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 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 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 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 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.
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.”
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
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
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
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.
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.
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,
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.
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
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.
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
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
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
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
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
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)
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
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
"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
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
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
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
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
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
*
*
* *
*
*
** *
(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
"'-
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
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
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
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
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
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
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
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
.