Comlara Park

From: Mclean(County)
21-00600-01-FP

Basic Details

started - 30 Jun, 2022 (22 months ago)

Start Date

30 Jun, 2022 (22 months ago)
due -

Due Date

N/A
Bid Notification

Type

Bid Notification
21-00600-01-FP

Identifier

21-00600-01-FP
McLean County

Customer / Agency

McLean County
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

illinois Department of Transportation Local Public Agency Formal Contract Proposal COVER SHEET Proposal Submitted By: Contractor's Name Contractor's Address City State Zip Code STATE OF ILLINOIS Local Public Agency County Section Number McLean County McLean 21-00600-01-FP Route(s) (Street/Road Name) Type of Funds Comlara Park Roads [] Proposal Only Proposal and Plans [ ] Proposal only, plans are separate Submitted/Approved For Local Public Agency: For a County and Road District Project For a Municipal Project Submitted/Approved Submitted/Approved/Passed Highway Commissioner Signature Date Signature Date Official Title Submitted/Approved County Engineer/Superintendent of Highways Date 7 Ie the G-d oad {/ Department of Transportation Released for bid based on limited review Regional Engineer Signature Date Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled together to prevent loss when bids are processed. Printed 06/02/22 Page 1 of
6 BLR 12200 (Rev. 01/21/21) BLR 12200 (Rev. 01/21/21)Page 2 of 6Printed 06/02/22 Route(s) (Street/Road Name) Comlara Park Roads Section Number 21-00600-01-FP County McLean Local Public Agency McLean County NOTICE TO BIDDERS Sealed proposals for the project described below will be received at the office of Name of Office County Engineer Address 102 S. Towanda-Barnes Rd, Bloomington, IL 61705 until Time 10:00 AM on Date 06/28/22 . Sealed proposals will be opened and read publicly at the office of Name of Office County Engineer Address 102 S. Towanda-Barnes Rd, Bloomington, IL 61705 at Time 10:00 AM on Date 06/28/22 . DESCRIPTION OF WORK Location Recreation Drive & Campground in Comlara Park Project Length 5,377 Feet Proposed Improvement Remove existing hot-mix asphalt and oil & chip surface including aggregate base course and replace with new aggregate base course and hot-mix asphalt. 1. Plans and proposal forms will be available in the office of County Engineer, 102 S. Towanda-Barnes Rd, Bloomington, IL 61705 2. Prequalification If checked, the 2 apparent as read low bidders must file within 24 hours after the letting an "Affidavit of Availability" (Form BC 57) in triplicate, 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 two originals 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. Local Public Agency Formal Contract Proposal (BLR 12200) b. Schedule of Prices (BLR 12201) c. Proposal Bid Bond (BLR 12230) (if applicable) d. Apprenticeship or Training Program Certification (BLR 12325) (do not use for project with Federal funds.) e. Affidavit of Illinois Business Office (BLR 12326) (do not use for project with Federal funds) 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. BLR 12200 (Rev. 01/21/21)Page 3 of 6Printed 06/02/22 Route(s) (Street/Road Name) Comlara Park Roads Section Number 21-00600-01-FP County McLean Local Public Agency McLean County PROPOSAL 1. Proposal of Contractor's Name Contractor's Address . 2. The plans for the proposed work are those prepared byMcLean County Highway Department and approved by the Department of Transportation on N/A . 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 11/11/22 is granted in accordance with the specifications. 6. 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 of check shall be forfeited to the Awarding Authority. 7. 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 products 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. A bid may be declared unacceptable if neither a unit price nor a total price is shown. 8. The undersigned submits herewith the schedule of prices on BLR 12201 covering the work to be performed under this contract. 9. The undersigned further agrees that if awarded the contract for the sections contained in the combinations on BLR 12201, 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. 10. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for unless additional time 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 McLean County . The amount of the check is ( ). Attach Cashier's Check or Certified Check Here In the event that one proposal guaranty check is intended to cover two or more bid proposals, the amount must be equal to the sum of the proposal guaranties which would be required for each individual bid proposal. If the proposal guaranty check is placed in another bid proposal, state below where it may be found. The proposal guaranty check will be found in the bid proposal for: Section Number 21-00600-01-FP . BLR 12200 (Rev. 01/21/21)Page 4 of 6Printed 06/02/22 Route(s) (Street/Road Name) Comlara Park Roads Section Number 21-00600-01-FP County McLean Local Public Agency McLean County CONTRACTOR CERTIFICATIONS The certifications hereinafter made by the bidder are each a material representation of fact upon which reliance is placed should the Department enter into the contract with the bidder. 1. Debt Delinquency. The bidder or contractor or subcontractor, respectively, certifies that it is not delinquent in the payment of any tax administered by the Department of Revenue unless the individual or other entity is contesting, in accordance with the procedure established by the appropriate Revenue Act, its liability for the tax or the amount of the 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: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract 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 on 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 of 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 on 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 or 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 canceled. BLR 12200 (Rev. 01/21/21)Page 5 of 6Printed 06/02/22 Route(s) (Street/Road Name) Comlara Park Roads Section Number 21-00600-01-FP County McLean Local Public Agency McLean County SIGNATURES (If an individual) Signature of Bidder Date Business Address City State Zip Code (If a partnership) Firm Name Signature Date Title Business Address City State Zip Code Insert the Names and Addresses of all Partners (If a corporation) Corporate Name Signature Date Title Business Address City State Zip Code Insert Names of Officers President BLR 12200 (Rev. 01/21/21)Page 6 of 6Printed 06/02/22 Secretary Treasurer Attest: Secretary Schedule of Prices Page 1 of 1 BLR 12201 (Rev. 05/07/21)Printed 06/02/22 Contractor's Name Contractor's Address City State Zip Code Local Public Agency McLean County County McLean Section Number 21-00600-01-FP Route(s) (Street/Road Name) Comlara Park Roads Schedule for Multiple Bids Combination Letter Section Included in Combinations Total Schedule for Single Bid (For complete information covering these items, see plans and specifications.) Item Number Items Unit Quantity Unit Price Total 20200100 Earth Excavation CU YD 320 20201200 Rem & Disp of Unsuitable Matl CU YD 1,000 21001000 Geotech Fab for Gnd Stab SQ YD 9,796 35101400 Aggregate Base Crse, Type B TON 5,500 40603080 HMA Binder Crse, IL-19.0, N50 TON 1,490 40604050 HMA Surf Crse, IL-9.5, C, N50 TON 1,225 40800029 Bit Materials (Tack Coat) POUND 3,015 44000155 HMA Surface Removal - 1-1/2" SQ YD 3,505 44000157 HMA Surface Removal - 2" SQ YD 10,835 60108200 Pipe Underdrains, 6" Special FOOT 300 X4020100 Agg for Temp Access, Special SQ YD 2,625 X4404400 Pavement Removal, Special SQ YD 9,796 XX009171 Bit Materials (Prime Coat) GAL 3,575 Z0033700 Longitudinal Joint Sealant FOOT 5,369 Bidder's Total Proposal 1. Each pay item should have a unit price and a total price. 2. 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. 3. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price. 4. A bid may be declared unacceptable if neither a unit price or total price is shown. Illinois Department of Transportation Local Public Agency Proposal Bid Bond Page 1 of 2 BLR 12230 (Rev. 01/21/21)Printed 06/02/22 WE, as PRINCIPAL, and as SURETY, are held jointly, severally and firmly bound unto the above Local Public Agency (hereafter referred to as "LPA") 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 LPA 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 LPA 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 LPA 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 LPA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph, then the LPA 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 Month and Year Principal Company Name Company Name By: By: Title Title (If Principal is a joint venture of two or more contractors, the company names, and authorized signatures of each contractor must be affixed.) Surety Name of Surety Signature of Attorney-in-Fact 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 Month and Year Date commission expires Notary Public Signature (SEAL) Local Public Agency McLean County County McLean Section Number 21-00600-01-FP Signature Date Date Signature Date . By: Day STATE OF IL lllinois Department of Transportation Page 2 of 2 BLR 12230 (Rev. 01/21/21)Printed 06/02/22 Local Public Agency McLean County County McLean Section Number 21-00600-01-FP ELECTRONIC BID BOND Electronic bid bond is allowed (box must be checked by LPA 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 LPA 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 Date Title Apprenticeship and Training Program Certification Page 1 of 1 BLR 12325 (Rev. 01/21/21)Printed 06/02/22 Local Public Agency McLean County County McLean Street Name/Road Name Comlara Park Roads Section Number 21-00600-01-FP All contractors are required to complete the following certification For this contract proposal or for all bidding groups in this deliver and install proposal. For the following deliver and install bidding 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 bidder's 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: 1. Except as provided in paragraph 4 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. 2. The undersigned bidder further certifies, for work to be performed by subcontract, that each of its subcontractors 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. 3. 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. 4. Except for any work identified above, if any bidder or subcontractor 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 workforces 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 afterward 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 Title Signature Date Address City State Zip Code lllinois Department of Transportation Affidavit of Illinois Business Office Page 1 of 1 BLR 12326 (Rev. 01/21/21)Printed 06/02/22 Local Public Agency McLean County County McLean Street Name/Road Name Comlara Park Roads Section Number 21-00600-01-FP I, Name of Affiant of City of Affiant , State of Affiant , being first duly sworn upon oath, state as follows: 1. That I am the Officer or Position of Bidder . 2. That I have personal knowledge of the facts herein stated. 3. That, if selected under the proposal described above, Bidder , will maintain a business office in the State of Illinois, which will be located in County 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 Date Print Name of Affiant Notary Public Signed (or subscribed or attested) before me on (name/s of person/s) County (SEAL) Signature of Notary Public My commission expires , authorized agent(s) of (date) by . Bidder State of IL lllinois Department of Transportation Check Sheet for Recurring Special Provisions BLR 11300 (Rev. 11/10/21)Page 1 of 2Printed 06/02/22 Local Public Agency McLean County County McLean Section Number 21-00600-01-FP Check this box for lettings prior to 01/01/2022. The Following Recurring Special Provisions Indicated By An "X" Are Applicable To This Contract And Are Included By Reference: Recurring Special Provisions Check Sheet # Reference Page No. 1 Additional State Requirements for Federal-Aid Construction Contracts 1 2 Subletting of Contracts (Federal-Aid Contracts) 4 3 EEO 5 4 Specific EEO Responsibilities Non Federal-Aid Contracts 15 5 Required Provisions - State Contracts 20 6 Asbestos Bearing Pad Removal 26 7 Asbestos Waterproofing Membrane and Asbestos HMA Surface Removal 27 8 Temporary Stream Crossings and In-Stream Work Pads 28 9 Construction Layout Stakes 29 10 Use of Geotextile Fabric for Railroad Crossing 32 11 Subsealing of Concrete Pavements 34 12 Hot-Mix Asphalt Surface Correction 38 13 Pavement and Shoulder Resurfacing 40 14 Patching with Hot-Mix Asphalt Overlay Removal 41 15 Polymer Concrete 43 16 PVC Pipeliner 45 17 Bicycle Racks 46 18 Temporary Portable Bridge Traffic Signals 48 19 Nighttime Inspection of Roadway Lighting 50 20 English Substitution of Metric Bolts 51 21 Calcium Chloride Accelerator for Portland Cement Concrete 52 22 Quality Control of Concrete Mixtures at the Plant 53 23 Quality Control/Quality Assurance of Concrete Mixtures 61 24 Digital Terrain Modeling for Earthwork Calculations 77 25 Preventive Maintenance - Bituminous Surface Treatment (A-1) 79 26 Temporary Raised Pavement Markers 85 27 Restoring Bridge Approach Pavements Using High-Density Foam 86 28 Portland Cement Concrete Inlay or Overlay 89 29 Portland Cement Concrete Partial Depth Hot-Mix Asphalt Patching 93 30 Longitudinal Joint and Crack Patching 96 31 Concrete Mix Design - Department Provided 98 32 Station Numbers in Pavements or Overlays 99 Illinois Department of Transportation BLR 11300 (Rev. 11/10/21)Page 2 of 2Printed 06/02/22 Section Number 21-00600-01-FP County McLean Local Public Agency McLean County 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 101 LRS 2 Furnished Excavation 102 LRS 3 Work Zone Traffic Control Surveillance 103 LRS 4 Flaggers in Work Zones 104 LRS 5 Contract Claims 105 LRS 6 Bidding Requirements and Conditions for Contract Proposals 106 LRS 7 Bidding Requirements and Conditions for Material Proposals 112 LRS 8 Reserved 118 LRS 9 Bituminous Surface Treatments 119 LRS 10 Reserved 123 LRS 11 Employment Practices 124 LRS 12 Wages of Employees on Public Works 126 LRS 13 Selection of Labor 128 LRS 14 Paving Brick and Concrete Paver Pavements and Sidewalks 129 LRS 15 Partial Payments 132 LRS 16 Protests on Local Lettings 133 LRS 17 Substance Abuse Prevention Program 134 LRS 18 Multigrade Cold Mix Asphalt 135 LRS 19 Reflective Crack Control Treatment 136 Comlara Park Roads Sec. 21-00600-01-FP 1 SPECIAL PROVISIONS The following Special Provisions supplement the Standard Specifications for Road and Bridge Construction, Adopted January 1, 2022, the latest edition of the Manual on Uniform Traffic Control Devices for Streets and Highways, and the Manual of Test Procedures for Materials in effect on the date of invitation for bids, and the Supplemental Specifications and Recurring Special Provisions indicated on the Check Sheet included herein, which apply to and govern the construction of Comlara Park Roads, Section 21-00600-01-FP in McLean County, and in case of conflict with any part, or parts, of said Specifications, the said Special Provisions shall take precedence and shall govern. WORK INCLUDED The work for this contract consists of replacing the pavement on Recreation Drive and Campground Road in Comlara Park. The work for this Contract will involve removal of the existing pavement and aggregate and replacing with new HMA surface and Binder courses. PUBLIC SAFETY AND CONVENIENCE The Contractor shall work to minimize interference with traffic movements and inconvenience to owners of abutting property and businesses. Any delays or inconveniences caused by the Contractor by complying with these requirements shall be considered as incidental to the contract and no additional compensation will be allowed. CERTIFICATE OF INSURANCE The low bidder shall provide a Certificate of Insurance conforming to LR 107-4 Special Provision and Article 107.27 of the Standard Specifications for Road and Bridge Construction adopted January 1, 2022 with Additional Insured Endorsement. McLean County, their Boards, Officers, and employees shall be named as additional insured. This insurance is to be primary. MOBILIZATION This contract contains no provision for Mobilization. Therefore, Section of the Standard Specifications is deleted. PRECAUTIONS FOR UTILITIES The Contractor shall familiarize himself with the location of all utilities and structures that may be found in the vicinity of the construction. The applicable provisions of Articles 107.37 through 107.40 of the Standard Specifications for Road and Bridge Construction shall apply. 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 Comlara Park Roads Sec. 21-00600-01-FP 2 the locations of this improvement. He will be required to repair or replace at his own expense, or bear the cost, to repair or replace any public utility property which has been damaged through his efforts. The procedure and specifications of repair will be in accordance with the regulations and/or policy of the utility. The Contractor shall notify all utility owners of his construction schedule and shall coordinate construction operations with the utility owners so that relocation of utility lines and structures may proceed in an orderly manner. Notifications shall be in writing with copies transmitted to the Engineer. JOINT UTILITY LOCATING INFORMATION FOR EXCAVATORS The Contractors attention is directed to the fact that there exists within the State of Illinois a Joint Utility Locating Information for Excavators (J.U.L.I.E.) System. All utility companies and municipalities which have mains and a number of others are a part of this system. Instead of the Contractor notifying each individual utility owner that he will be working within the area, it will only be necessary to call the number of the Joint Utility Locating Information for Excavators System which is (800) 892-0123 and they will notify all utility companies involved that their respective utility should be located. A minimum of forty-eight hours advance notice is required and the political name of the township where the work is located, as shown on the cover sheet, along with other location information such as land section and quarter section will have to be given. COMPLETION DATE The Contractor shall complete all work as specified in Article 108.05(a) of the Standard Specifications. Work on this contract will be required to begin after September 5, 2022. All Contract work shall be required to be complete by November 11, 2022. Failure to complete the work specified by the completion date shall result in liquidated damages as specified in Article 108.09 of the Standard Specifications. FIELD MEASUREMENTS The Contractor is advised that it shall be his full responsibility to verify all dimensions, conditions, materials, and details before ordering materials. The Contractor shall verify the dimensions shown on the plans with those actually existing onsite to determine if any discrepancies exist. Any discrepancies discovered by the Contractor shall be immediately reported to the Engineer in writing for revisions to plans and/or details as required. Except for adjustments to quantities, no additional compensation will be allowed to the Contractor for complying with the above requirements. Any revisions to dimensions or details resulting from the required field verifications or for any delays due to required revisions shall be approved by the Engineer. Comlara Park Roads Sec. 21-00600-01-FP 3 PREPARATION OF SURFACE The Contractor shall be responsible for the preparation of surface. The County will provide centerline points throughout the job for the contractor to use for installing and maintaining a string line to be used as a guide for the finishing machine in order to maintain uniform edges. All loose and defective material shall be removed from all holes, ruts, or depressions in the milled surface or aggregate. If needed these areas shall then be filled with HMA prior to binder to the approval of the Engineer. This work shall be incidental to the contract. EARTH EXCAVATION Description. This Item shall include all materials, labor and equipment necessary to excavate the Temporary Recreation Area Drive to a depth of 6. The removal shall be performed by a milling machine capable of maintaining a consistent grade and slope. The milling machine shall also be capable of loading the milled materials into trucks provided by the contractor. The Contractor shall be responsible for setting and maintaining a depth as detailed in the plans or as specified by the Engineer. The milled material shall be stockpiled at the beach parking area as shown on the plans. Contractor will be required to push up stockpile as needed. Basis of Payment. This work shall be paid for at Contract Unit Price per CY YD for EARTH EXCAVATION, as specified and no additional compensation will allowed for complying with these provisions. HMA SURFACE REMOVAL 2 Description. This Item shall include all materials, labor and equipment necessary to remove the existing oil & chip surface on Recreation Drive and Campground Lane to a minimum depth of 2. The removal shall be performed by a milling machine capable of maintaining a consistent grade and slope. The milling machine shall also be capable of loading the milled materials into trucks provided by the contractor. The Contractor shall be responsible for setting and maintaining a depth as detailed in the plans or as specified by the Engineer. The milled material shall be used for temporary access as needed or stockpiled at the beach parking area as shown on the plans. Contractor will be required to push up stockpile as needed. Basis of Payment. This work shall be paid for at Contract Unit Price per SQ YD for HOT-MIX ASPHALT SURFACE REMOVAL, 2 as specified and no additional compensation will allowed for complying with these provisions. Comlara Park Roads Sec. 21-00600-01-FP 4 AGGREGATE FOR TEMPORARY ACCESS, SPECIAL Description. The milled hot-mix surface and oil & chip surface from Recreation Drive and Campground Lane shall be placed on the Temporary Recreation Road. This item shall include the labor and equipment necessary to place, spread and compact the millings on the Temporary Recreation Road. The Aggregate for Temporary Access, Special shall also consist of adding gravel in areas to provide access around work areas at Sta. 0+75 to 1+75 and Sta. 4+25 to 5+75 on Campground Lane and Sta. 4+50 and Sta. 8+60 to 9+00 on Recreation Drive, or as directed by Engineer. Basis of Payment. This work shall be paid for at Contract Unit Price per SQ YD for AGGREGATE FOR TEMPORARY ACCESS, SPECIAL as specified and no additional compensation will allowed for complying with these provisions. PAVEMENT REMOVAL SPECIAL Description. This item shall include all materials, labor and equipment necessary to remove the aggregate base on Recreation Drive and Campground Lane as shown on the plans. The removal shall be performed by a milling machine capable of maintain a consistent grade and slope. The milling machine shall be capable of loading the milled materials into trucks provided by the contractor. The Contractor shall be responsible for setting and maintaining a depth as detailed in plans or as specified by the Engineer. The milled material shall be stockpiled at the beach parking area as shown on the plans. Contractor will be required to push up stockpile as needed. Basis of Payment. This work shall be paid for at Contract Unit Price per SQ YD for PAVEMENT REMOVAL, SPECIAL as specified and no additional compensation will be allowed for complying with these provisions. TEST ROLLING OF SUBGRADE AND BASE COURSE: The Contractor shall provide, at his/her own expense, a loaded truck and test roll prepared subgrade in the presence of the Engineer before any sub-base, base or surface material is placed. The truck shall be loaded as follows: 27,000 pounds on two axles or 45,000 pounds on three axles with a tolerance not to exceed 10 percent. The truck shall make one pass over the entire sub-grade and base course. Any areas which show rutting, cracking or rolling upon testing will not be accepted. The Contractor will recompact and/or reconstruct the section that failed before test rolling again prior to acceptance. No additional compensation shall be allowed for test rolling or reconstructing failed areas. If the Engineer determines that the cause of the failure is unsuitable material, the reconstruction of those failed areas shall be paid for as specified in the Removal & Disposal of Unsuitable Material. Comlara Park Roads Sec. 21-00600-01-FP 5 GEOTECHNICAL FABRIC FOR GROUND STABILIZATION Description. This work shall conform to the requirements of Section210 of the Standard Specifications, except that the material shall be Tensar Geogrid TX 130 or approved equal, and according to the manufacturers specifications. Basis of Payment. This work will be paid for at the contract unit price per square yard for GEOTECHNICAL FABRIC FOR GROUND STABILIZATION. AGGREGATE BASE COURSE, TYPE B Description. This work shall be done in accordance with Section 351 of the Standard Specifications. The base course shall be constructed in lifts not more than 4 inches thick when compacted. Water shall be added after each lift is in place to achieve compaction as directed by Engineer. Materials. Only CA-6 Crushed Limestone will be allowed. No crushed concrete shall be used for this pay item. Basis of Payment. This work will be paid for at the contract unit price per ton for Aggregate Base Course, Type B. REMOVAL & DISPOSAL OF UNSUITABLE MATERIAL: This work shall be done in accordance with Sections 210 and 311 of the Standard Specifications except as modified by the following: This work, as provided for herein, shall consist of furnishing all materials, equipment and labor for the removal of unsuitable material and the placement of Geotechnical Fabric for Ground Stabilization, aggregate base course, and/or pipe underdrains in subgrades or embankment foundations. The Ground Stabilization Fabric shall be Tensar Geogrid TX 130 or approved equal. Pipe Underdrains 6 (Special) shall be installed, as shown on the detail within the plans, at these locations to drain to the ditch flowline. Following topsoil excavation and roadway excavation to the lines and grades shown in the plans, the Engineer shall determine the limits of the area requiring repair or replacement and so advise the Contractor of the approximate quantities. It is hereby understood that the Contractor shall notify the Engineer not less than forty-eight (48) hours (5:00 p.m. Friday to 8:00 a.m. Monday excluded) prior to any undercutting of the subgrade. Removal & Disposal of Unsuitable Material shall be paid at the contract unit price for cubic yards removed. Unsuitable material will be stockpiled at the beach parking area. The Aggregate Base Course material shall be crushed limestone. Aggregate base course shall be placed 6 thick or as determined by the Engineer. Aggregate base course will be measured in tons in accordance with Article 311.08 of the Standard Specifications. Aggregate Base Course shall be paid for at the contract unit price per ton. Geotechnical Fabric for Ground Stabilization shall be paid at the contract unit price for square yard. Comlara Park Roads Sec. 21-00600-01-FP 6 PIPE UNDERDRAINS 6 (SPECIAL) Description. This work shall consist of installing Pipe Underdrains at subgrade repair areas as detailed herein. Materials. The pipe underdrain shall conform to Standard Specifications 550.02(g) and 550.02(h). The 6 perforated pipe shall be supplied the Highway Department. The CA-7 or CA-11 shall be supplied by the Highway Department at the beach parking area and placed by the contractor. The 6 perforated pipe shall be completely wrapped in filter fabric and wrapped with filter fabric 1 foot beyond the limits of the subbase granular material. Construction. The pipe underdrains shall be installed as detailed in the plans at locations determined by the Engineer. The pipe drains wrapped in filter fabric shall be laid in the middle of the excavated trench. The trench shall have an even, smooth slope either to the left or right as determined by the Engineer. Basis of Payment. This work shall be paid for at the contract unit price each for PIPE UNDERDRAINS 6 (SPECIAL). The filter fabric will be considered included in the cost of PIPE UNDERDRAINS 6 (SPECIAL). The excavation for the installation of the pipe drains will be considered included in the cost of EARTH EXCAVATION. No additional compensation will be allowed. SEQUENCE OF OPERATIONS & TRAFFIC CONTROL Description. Maintaining access to the campsites and certain sections of the Park will be required. Proposed Sequence of Operations: 1. Earth Excavation for the Temporary Recreation Drive will be stockpiled at the Beach Parking area. 2. The existing hot-mix surface and oil & chip surface will be milled and placed on the Temporary Recreation Drive or stockpiled. 3. Campground Lane will be constructed in Phases. Each Phase (except Phase 3) will consist of removing the existing aggregate pavement, proof rolling, ground stabilization fabric and the placement & compaction of aggregate to the correct grades prior to moving to the next phase. Phases for Campground Lane will be constructed as follows: Phase 1 = Sta. 24+00 to 29+23 Phase 2 = Sta. 18+32 to 24+00 Phase 3 = Sta. 12+23 to 18+32 (completed under HMA removal) Phase 4 = Sta. 6+40 to 12+23 Phase 5 = Sta. 1+50 to 6+40 Phase 6 = Side Road Comlara Park Roads Sec. 21-00600-01-FP 7 4. The work on Recreation Drive can begin after the Temporary Recreation Drive is complete. Phases for Recreation Drive will be the same process as Campground Lane as follows: Phase 1 = Sta. 0+12 to 2+48 (completed under HMA removal) Phase 2 = Sta. 2+48 to 4+35 Phase 3 = Sta. 4+35 to 8+60 (completed under HMA removal) Phase 4 = Sta. 8+60 to 20+77.5 Phase 5 = Sta. 20+77.5 to 24+65.5 (completed under HMA removal) 5. Aggregate for Temporary Access may be needed in areas to provide access around the phases at Sta. 1+00 to 2+00, Sta. 4+75 to 6+00 on Campground Lane and Sta. 3+25 to 4+50 and Sta. 8+00 to 9+00 on Recreation Drive, or as directed by Engineer. 6. Placement of prime coat, tack coat, binder and surface can be completed on both roads at the same time. Flaggers shall be used accordingly Final sequence of operations can be decided between Highway Department, Parks & Recreation Department and the contractor prior to starting construction. Traffic Control The Contractor shall provide 2 Type III Barricades on each end of the work area or Phase. Eight stone or sand bags shall be provided for every barricade for stabilization. If at any time the Contractors equipment encroaches on to the streets or roads surrounding the parking lots, flaggers and advanced warning signs according to IDOT highway standard 701301-04 shall be used. Basis of Payment. This work shall not be paid separately but shall be considered incidental to the contract. No additional compensation will be allowed for complying with this provision. Longitudinal Joint Sealant: This work shall be performed in accordance with Section 406 of the Standard Specifications and the BDE Special Provision for Longitudinal Joint Sealant (LJS). LJS shall be placed on top of the centerline prior to the hot-mix asphalt surface course lift. This work will be paid for at the contract unit price per foot of LONGITUDINAL JOINT SEALANT. 34 25 1 12 13 32 1415 2 18 21 5 7 34 6 35 35 4 9 12 13 27 20 29 6 17 6 30 31 1 12 26 8 25 1 7 33 10 3 7 11 1 98 10 16 30 36 11 36 22 23 36 28 5 24 2 19 31 3 24 4 13 1 12 Ro pp R d Ron Sm ith Me mo ria l H wy Pip eli ne R d Lin de n S t Lake Spur Kappa Rd Hudson East Hudson - Carlock Rd Eve rgre en L ake Rd Comlara Park Rd IJ63 IJ8 IJ12 IJ37 IJ6 IJ12 IJ31 IJ8 IJ39 IJ33 IJ31 251 39 B-51 Kappa Rd 17 50 Ea st Rd Franklin St P J Keller 15 00 Ea st Rd 2200 North Rd Lin de n S t 12 00 Ea st Rd Ro pp R d 17 00 Ea st Rd 2500 North Rd 2600 North Rd 2550 North Rd 14 75 Ea st Rd 16 00 Ea st Rd Air po rt R d Ma be l R d 2300 North Rd 2400 North Rd 18 00 Ea st Rd 17 25 Ea st Rd Pa rks ide R d 13 50 Ea st Rd 2000 North Rd 2100 North Rd 13 00 Ea st Rd 1425 East Rd Ziebarth Rd To wa nd a A ve 11 00 Ea st Rd Hudson Normal 0207 0219 4609 4614 4617 4706 4716 4717 4727 4719 4721 4722 4723 4724 4725 4726 5115 5305 5397 5399 102-7000 Other Streets City of Bloomington Town of Normal Other Town or Village Surrounding Township Surrounding County State Highways Private 2/25/2021 HUDSON TOWNSHIP McLean County, I l l ino is K 1 inch = 1 mile Surface Type - Maintained By Hotmix - Township Oil & Chip - Township Gravel - Township Dirt - Township Hotmix - McLean County Oil & Chip - McLean County Lakes Streams Corporate Limits Sections Neighboring Counties Bridges Political Townships oH jerry.stokes Callout Comlara Park Roads jerry.stokes Line VEHICLE AND EQUIPMENT WARNING LIGHTS (BDE) Effective: November 1, 2021 Add the following paragraph after the first paragraph of Article 701.08 of the Standard Specifications: The Contractor shall equip all vehicles and equipment with high-intensity oscillating, rotating, or flashing, amber or amber-and-white, warning lights which are visible from all directions. The lights shall be in operation while the vehicle or equipment is engaged in construction operations. 80439 BDE SPECIAL PROVISIONS For the April 29, 2022 and June 17, 2022 Lettings The following special provisions indicated by a check mark are applicable to this contract and will be included by the Project Coordination and Implementation Section of the BD&E. An * indicates a new or revised special provision for the letting. File Name_ # Special Provision Title Effective Revised 80099 1 [] Accessible Pedestrian Signals (APS) April 1, 2003 GOFeGe Design Fills 5 Feet Concrete End Sections for Pipe Culverts Construction Air Quality Diesel Retrofit Corrugated Plastic Pipe (Culvert and Storm Sewer) Disadvantaged Business Enterprise Participation Fuel Cost Adjustment 80192 3 [_] Automated Flagger Assistance Device 80173 4 [-] Bituminous Materials Cost Adjustments 80426 5 [_] Bituminous Surface Treatment with Fog Seal 80436 6 [] Blended Finely Divided Minerals 80241 7 [-] Bridge Demolition Debris 50261 8 [_] Building Removal-Case | (Non-Friable and Friable Asbestos) 50481 9 [-] Building Removal-Case II (Non-Friable Asbestos) 50491 10 [] Building Removal-Case Ill (Friable Asbestos) 50531 11 [] Building Removal-Case IV (No Asbestos) 80384 12 [] Compensable Delay Costs 80198 13 [] Completion Date (via calendar days) 80199 14 [] Completion Date (via calendar days) Plus Working Days 80293 15 [| Concrete Box Culverts with Skews > 30 Degrees and [I CJ LJ CI CI LI L] Illinois Works Apprenticeship Initiative State Funded Contracts Luminaires, LED Material Transfer Device Mechanically Stabilized Earth Retaining Walls Portland Cement Concrete Haul Time Railroad Protective Liability Insurance Sloped Metal End Section for Pipe Culverts Speed Display Trailer Steel Cost Adjustment Subconiractor and DBE Payment Reporting Subcontractor Mobilization Payments Submission of Payroll Records Surface Testing of Pavements IRI Traffic Spotters Training Special Provisions Traversable Pipe Grate for Concrete End Sections Ultra-Thin Bonded Wearing Course Vehicle and Equipment Warning Lights Waterproofing Membrane System Weekly DBE Trucking Reports Work Zone Traffic Control Devices Working Days DOOONOOODODOOOOoooooooot Jan. 1, 2020 Jan. 1, 2008 Nov. 2, 2006 Jan. 1, 2020 April 1, 2021 July 1, 2009 Sept. 1, 1990 Sept. 1, 1990 Sept. 1, 1990 Sept. 1, 1990 June 2, 2017 April 1, 2008 April 1, 2008 April 1, 2012 Jan. 1, 2013 June 1, 2010 Jan. 1, 2021 Sept. 1, 2000 April 1, 2009 Jan. 1, 2021 Jan. 1, 2022 June 2, 2021 April 1, 2019 June 15, 1999 Nov. 1, 2019 July 1, 2020 Dec. 1, 1986 Jan. 1, 2018 April 2, 2014 April 2, 2004 April 2, 2018 Nov. 2, 2017 April 1, 2021 Jan. 1, 2021 Jan. 1, 2019 Oct. 15, 1975 Jan. 1, 2013 April 1, 2020 Nov. 1, 2021 Nov. 1, 2021 June 2, 2012 Mar. 2, 2020 Jan. 1, 2002 Jan. 1 2022 LEE Aug. 1, 2017 Jan. 1, 2022 April 1, 2010 April 1, 2010 April 1, 2010 April 1, 2010 April 1, 2019 July 1, 2016 April 1, 2016 Nov. 1, 2014 March 2, 2019 Aug. 1, 2017 Jan. 1, 2022 Jan. 1, 2022 Sept. 2, 2021 Jan. 1, 2022 Jan. 1, 2022 Nov. 1, 2020 Jan. 1, 2022 Jan. 1, 2022 Jan. 1, 2022 April 1, 2019 Jan. 1, 2022 Sept. 2, 2021 Jan. 1, 2018 Jan. 1, 2022 Nov. 1, 2021 The following special provisions are in the 2022 Standard Specifications and Recurring Special Provisions. File Name 80425 80387 80402 80378 80421 80415 80423 80417 80420 80304 80416 80398 80406 80347 80383 80393 80424 80428 80412 80359 80431 80432 80300 80157. 80306 80407 80419 80408 80413 80298 80409 80288 80414 Special Provision Title New Location(s) Effective Revised Cape Seal Sections 405, 1003 Jan. 1,2020 Jan. 1, 2021 Contrast Preformed Plastic Pavement Marking Articles 780.08, 1095.03 Nov. 1, 2017 Disposal Fees Article 109.04(b) Nov. 1, 2018 Dowel Bar Inserter Articles 420.03, 420.05, 1103.20 Jan. 1,2017 Jan. 1, 2018 Electric Service Installation Articles 804.04, 804.05 Jan. 1, 2020 Emulsified Asphalts Article 1032.06 Aug. 1, 2019 Engineer's Field Office and Laboratory Section 670 Jan. 1, 2020 Geotechnical Fabric for Pipe Underdrains and _ Articles 1080.01(a), 1080.05 Nov. 1, 2019 French Drains - Geotextile Retaining Walls Article 1080.06(d) Nov. 1, 2019 Grooving for Recessed Pavement Markings Articles 780.05, 780.14, 780.15 Nov. 1,2012 Nov. 1, 2020 Hot-Mix Asphalt Binder and Surface Course Sections 406, 1003, 1004, 1030, July 2,2019 Nov. 1, 2019 1101 Hot-Mix Asphalt Longitudinal Joint Sealant Sections 406, 1032 Aug. 1,2018 Nov. 1, 2019 Hot-Mix Asphalt Mixture Design Verification Sections 406, 1030 Jan.1,2019 Jan. 2, 2021 and Production (Modified for I-FIT) Hot-Mix Asphalt Pay for Performance Using Sections 406, 1030 Nov. 1,2014 July 2, 2019 Percent Within Limits Jobsite Sampling Hot-Mix Asphalt Quality Control for Sections 406, 1030 April 1, 2017 July 2, 2019 Performance Manholes, Valve Vaults, and Flat Slab Tops Articles 602.02, 1042.10 Jan.1,2018 Mar. 1, 2019 Micro-Surfacing and Slurry Sealing Sections 404, 1003 Jan.1,2020 Jan. 1, 2021 Mobilization Article 671.02 April 1, 2020 Obstruction Warning Luminaires, LED Sections 801, 822, 1067 Aug. 1, 2019 Portland Cement Concrete Bridge Deck Curing Articles 1020.13, 1022.03 April 1,2015 Nov. 1, 2019 Portland Cement Concrete Pavement Patching Articles 701.17(e)(3)b, 1001.01(d), July 1, 2020 1020.05(b)(5) Portland Cement Concrete Pavement Article 420.07 July 1, 2020 Placement Preformed Plastic Pavement Marking Type D- Articles 780.08, 1095.03 April 1,2012 April 1, 2016 Inlaid Railroad Protective Liability Insurance (5 and Article 107.11 Jan. 1, 2006 10) Reclaimed Asphalt Pavement (RAP) and Section 1031 Nov. 1,2012 Jan. 2, 2021 Reclaimed Asphalt Shingles (RAS) Removal and Disposal of Regulated Section 669 Jan.12019 Jan. 1, 2020 Substances Silt Fence, Inlet Filters, Ground Stabilization Articles 280.02, 280.04, 1080.02, Nov. 1,2019 July 1, 2021 and Riprap Filter Fabric 1080.03, 1081.15 Steel Plate Beam Guardrail Manufacturing Article 1006.25 Jan. 1, 2019 Structural Timber Article 1007.03 Aug. 1, 2019 Temporary Pavement Marking Section 703, Article 1095.06 April 1,2012 April 1, 2017 Traffic Control Devices Cones Article 701.15(a), 1106.02(b) Jan. 1, 2019 Warm Mix Asphalt Sections 406, 1030, 1102 Jan.1,2012 April 1, 2016 Wood Fence Sight Screen Article 641.02 Aug. 1,2019 April 1, 2020 The following special provisions require additional information from the designer. The additional information needs to be submitted as a separate document. The Project Coordination and Implementation section will then include the information in the applicable special provision. e Bridge Demolition Debris e Building Removal-Case IV e Railroad Protective Liability Insurance e Building Removal - Case | e Completion Date e Training Special Provisions e Building Removal Case II e Completion Date Plus Working Days e Working Days e Building Removal - Case III e DBE Participation Overtime Trade Title Rg Type C Base Foreman M-F Sa Su Hol H/W Pension Vac Trng Other Ins ASBESTOS ABT-GEN All BLD 32.72 33.97 1.5 1.5 2.0 2.0 8.50 16.99 0.00 0.80 ASBESTOS ABT-GEN All HWY 35.26 36.76 1.5 1.5 2.0 2.0 8.50 17.99 0.00 0.90 ASBESTOS ABT-MEC All BLD 33.19 35.83 1.5 1.5 2.0 2.0 14.42 12.40 0.00 0.82 BOILERMAKER All BLD 41.00 44.00 1.5 1.5 2.0 2.0 7.07 21.86 0.00 1.45 BRICK MASON All BLD 33.68 35.18 1.5 1.5 2.0 2.0 11.10 15.70 0.00 0.87 CARPENTER All BLD 34.29 36.54 1.5 1.5 2.0 2.0 9.20 20.00 0.00 0.74 CARPENTER All HWY 37.06 39.31 1.5 1.5 2.0 2.0 9.20 21.25 0.00 0.71 CEMENT MASON All BLD 33.88 35.13 1.5 1.5 2.0 2.0 7.25 18.26 0.00 0.66 CEMENT MASON All HWY 35.29 37.54 1.5 1.5 2.0 2.0 7.25 18.36 0.00 0.68 CERAMIC TILE FINISHER All BLD 34.16 1.5 1.5 2.0 2.0 11.10 12.50 0.00 0.86 ELECTRIC PWR EQMT OP All ALL 49.37 58.58 1.5 1.5 2.0 2.0 8.23 13.82 0.00 0.74 ELECTRIC PWR GRNDMAN All ALL 33.54 58.58 1.5 1.5 2.0 2.0 7.76 9.40 0.00 0.51 ELECTRIC PWR LINEMAN All ALL 54.95 58.58 1.5 1.5 2.0 2.0 8.40 15.39 0.00 0.82 ELECTRIC PWR TRK DRV All ALL 35.21 58.58 1.5 1.5 2.0 2.0 7.81 9.86 0.00 0.53 ELECTRICIAN E BLD 45.21 49.73 1.5 1.5 2.0 2.0 7.25 11.44 0.00 0.68 ELECTRICIAN W BLD 41.25 45.38 1.5 1.5 2.0 2.0 7.42 12.88 0.00 1.00 ELECTRONIC SYSTEM TECH E BLD 33.99 36.99 1.5 1.5 2.0 2.0 7.25 11.36 0.00 0.40 ELECTRONIC SYSTEM TECH W BLD 35.63 38.63 1.5 1.5 2.0 2.0 7.25 9.72 0.00 0.40 ELEVATOR CONSTRUCTOR All BLD 51.01 57.39 2.0 2.0 2.0 2.0 16.02 20.21 4.08 0.65 FENCE ERECTOR E ALL 34.85 36.85 1.5 1.5 2.0 2.0 11.74 14.00 0.00 1.11 GLAZIER All BLD 36.78 38.78 1.5 1.5 1.5 2.0 16.20 7.19 0.00 1.25 HEAT/FROST INSULATOR All BLD 44.25 46.91 1.5 1.5 2.0 2.0 14.42 14.11 0.00 0.82 IRON WORKER E ALL 34.85 36.85 1.5 1.5 2.0 2.0 11.74 14.00 0.00 1.11 IRON WORKER W BLD 33.57 35.47 1.5 1.5 2.0 2.0 11.56 18.87 0.00 0.86 IRON WORKER W HWY 39.40 41.40 1.5 1.5 2.0 2.0 11.56 18.87 0.00 1.01 LABORER All BLD 31.72 32.97 1.5 1.5 2.0 2.0 8.50 16.99 0.00 0.80 LABORER All HWY 34.26 35.76 1.5 1.5 2.0 2.0 8.50 17.99 0.00 0.80 LABORER, SKILLED All BLD 31.72 32.97 1.5 1.5 2.0 2.0 8.50 16.99 0.00 0.80 LABORER, SKILLED All HWY 34.26 35.76 1.5 1.5 2.0 2.0 8.50 17.99 0.00 0.80 LATHER All BLD 34.29 36.54 1.5 1.5 2.0 2.0 9.20 20.00 0.00 0.74 MACHINERY MOVER W HWY 39.40 41.40 1.5 1.5 2.0 2.0 11.56 18.87 0.00 1.01 McLean County Prevailing Wage Rates posted on 5/18/2022 MACHINIST All BLD 50.68 53.18 1.5 1.5 2.0 2.0 8.93 8.95 1.85 1.47 MARBLE FINISHER All BLD 34.16 1.5 1.5 2.0 2.0 11.10 12.50 0.00 0.86 MARBLE MASON All BLD 37.60 38.85 1.5 1.5 2.0 2.0 11.10 12.50 0.00 0.88 MILLWRIGHT All BLD 33.60 35.85 1.5 1.5 2.0 2.0 9.20 21.12 0.00 0.74 MILLWRIGHT All HWY 37.36 39.61 1.5 1.5 2.0 2.0 9.20 21.55 0.00 0.71 OPERATING ENGINEER All BLD 1 42.96 45.96 1.5 1.5 2.0 2.0 10.80 22.25 0.00 3.60 OPERATING ENGINEER All BLD 2 39.75 45.96 1.5 1.5 2.0 2.0 10.80 22.25 0.00 3.60 OPERATING ENGINEER All BLD 3 34.45 45.96 1.5 1.5 2.0 2.0 10.80 22.25 0.00 3.60 OPERATING ENGINEER All HWY 1 42.96 45.96 1.5 1.5 2.0 2.0 10.80 22.25 0.00 3.60 OPERATING ENGINEER All HWY 2 39.75 45.96 1.5 1.5 2.0 2.0 10.80 22.25 0.00 3.60 OPERATING ENGINEER All HWY 3 34.45 45.96 1.5 1.5 2.0 2.0 10.80 22.25 0.00 3.60 PAINTER All ALL 38.19 40.19 1.5 1.5 1.5 2.0 17.74 6.07 0.00 1.10 PAINTER - SIGNS All BLD 41.55 46.67 1.5 1.5 2.0 2.0 3.04 3.90 0.00 0.00 PILEDRIVER All BLD 35.29 37.54 1.5 1.5 2.0 2.0 9.20 20.00 0.00 0.74 PILEDRIVER All HWY 37.06 39.31 1.5 1.5 2.0 2.0 9.20 21.25 0.00 0.71 PIPEFITTER All BLD 45.55 50.11 1.5 1.5 2.0 2.0 8.75 14.85 0.00 1.70 PLASTERER All BLD 31.00 33.00 1.5 1.5 2.0 2.0 9.00 21.93 0.00 0.90 PLUMBER All BLD 45.55 50.11 1.5 1.5 2.0 2.0 8.75 14.85 0.00 1.70 ROOFER All BLD 32.00 35.20 1.5 1.5 2.0 2.0 10.00 11.54 0.00 0.30 SHEETMETAL WORKER All BLD 35.34 37.11 1.5 1.5 2.0 2.0 10.42 18.70 0.00 1.22 SIGN HANGER W HWY 39.40 41.40 1.5 1.5 2.0 2.0 11.56 18.87 0.00 1.01 SPRINKLER FITTER All BLD 43.45 46.45 1.5 1.5 2.0 2.0 10.55 14.22 0.00 0.52 STEEL ERECTOR W HWY 39.40 41.40 1.5 1.5 2.0 2.0 11.56 18.87 0.00 1.01 TERRAZZO FINISHER All BLD 34.16 1.5 1.5 2.0 2.0 11.10 12.50 0.00 0.86 TERRAZZO MASON All BLD 37.60 38.85 1.5 1.5 2.0 2.0 11.10 12.50 0.00 0.88 TILE MASON All BLD 37.60 38.85 1.5 1.5 2.0 2.0 11.10 12.50 0.00 0.88 TRUCK DRIVER All O&C 1 31.88 35.37 1.5 1.5 2.0 2.0 14.02 6.89 0.00 0.25 TRUCK DRIVER All O&C 2 32.35 35.37 1.5 1.5 2.0 2.0 14.02 6.89 0.00 0.25 TRUCK DRIVER All O&C 3 32.57 35.37 1.5 1.5 2.0 2.0 14.02 6.89 0.00 0.25 TRUCK DRIVER All O&C 4 32.88 35.37 1.5 1.5 2.0 2.0 14.02 6.89 0.00 0.25 TRUCK DRIVER All O&C 5 33.76 35.37 1.5 1.5 2.0 2.0 14.02 6.89 0.00 0.25 TRUCK DRIVER N ALL 1 41.70 42.25 1.5 1.5 2.0 2.0 10.15 11.39 0.00 0.15 TRUCK DRIVER N ALL 2 41.85 42.25 1.5 1.5 2.0 2.0 10.15 11.39 0.00 0.15 TRUCK DRIVER N ALL 3 42.05 42.25 1.5 1.5 2.0 2.0 10.15 11.39 0.00 0.15 TRUCK DRIVER N ALL 4 42.25 42.25 1.5 1.5 2.0 2.0 10.15 11.39 0.00 0.15 TRUCK DRIVER S ALL 1 39.85 44.21 1.5 1.5 2.0 2.0 14.02 6.89 0.00 0.25 TRUCK DRIVER S ALL 2 40.44 44.21 1.5 1.5 2.0 2.0 14.02 6.89 0.00 0.25 TRUCK DRIVER S ALL 3 40.71 44.21 1.5 1.5 2.0 2.0 14.02 6.89 0.00 0.25 TRUCK DRIVER S ALL 4 41.10 44.21 1.5 1.5 2.0 2.0 14.02 6.89 0.00 0.25 TRUCK DRIVER S ALL 5 42.20 44.21 1.5 1.5 2.0 2.0 14.02 6.89 0.00 0.25 Legend Rg Region Type Trade Type - All,Highway,Building,Floating,Oil & Chip,Rivers C Class Base Base Wage Rate OT M-F Unless otherwise noted, OT pay is required for any hour greater than 8 worked each day, Mon through Fri. The number listed is the multiple of the base wage. OT Sa Overtime pay required for every hour worked on Saturdays OT Su Overtime pay required for every hour worked on Sundays OT Hol Overtime pay required for every hour worked on Holidays H/W Health/Welfare benefit Vac Vacation Trng Training Other Ins Employer hourly cost for any other type(s) of insurance provided for benefit of worker. Explanations MCLEAN COUNTY ELECTRICIAN (EAST) Townships of Cropsey, Anchor, Cheneys Grove, and Ballflower ELECTRICIAN (WEST) The entirety of McLean County except for the portions defined as the East region. ELECTRONIC SYSTEMS TECHINICIAN (EAST) Townships of Cropsey, Anchor, Cheneys Grove, and Ballflower ELECTRONIC SYSTEMS TECHINICIAN (WEST) The entirety of McLean County except for the portions defined as the East region. FENCE ERECTOR - See Ironworkers. IRONWORKERS (EAST) - That part of the county East of a diagonal line from Heyworth to a point half way between Chenoa and Weston. TEAMSTERS (NORTH) - North of a straight line starting on the west side where Route 24 crosses McClean County line in a southeasterly direction to the most south-southwestern corner of Livingston County. The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and Veterans Day in some classifications/counties. Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration. If in doubt, please check with IDOL. Oil and chip resealing (O&C) means the application of road oils and liquid asphalt to coat an existing road surface, followed by application of aggregate chips or gravel to coated surface, and subsequent rolling of material to seal the surface. EXPLANATION OF CLASSES ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed. This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date. ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to remain. CERAMIC TILE FINISHER, MARBLE FINISHER, TERRAZZO FINISHER Assisting, helping or supporting the tile, marble and terrazzo mechanic by performing their historic and traditional work assignments required to complete the proper installation of the work covered by said crafts. The term "Ceramic" is used for naming the classification only and is in no way a limitation of the product handled. Ceramic takes into consideration most hard tiles. ELECTRONIC SYSTEMS TECHNICIAN Installation, service and maintenance of low-voltage systems which utilizes the transmission and/or transference of voice, sound, vision, or digital for commercial, education, security and entertainment purposes for the following: TV monitoring and surveillance, background/foreground music, intercom and telephone interconnect, field programming, inventory control systems, microwave transmission, multi-media, multiplex, radio page, school, intercom and sound burglar alarms and low voltage master clock systems. Excluded from this classification are energy management systems, life safety systems, supervisory controls and data acquisition systems not intrinsic with the above listed systems, fire alarm systems, nurse call systems and raceways exceeding fifteen feet in length. LABORER, SKILLED - BUILDING The skilled laborer building (BLD) classification shall encompass the following types of work, irrespective of the site of the work: tending of carpenters in unloading, handling, stockpiling and distribution operations, also other building crafts, mixing, handling, and conveying of all materials used by masons, plasterers and other building construction crafts, whether done by hand or by any process. The drying of plastering when done by salamander heat, and the cleaning and clearing of all debris. All work pertaining to and in preparation of asbestos abatement and removal. The building of scaffolding and staging for masons and plasterers. The excavations for buildings and all other construction, digging, of trenches, piers, foundations and holes, digging, lagging, sheeting, cribbing, bracing and propping of foundations, holes, caissons, cofferdams, and dikes, the setting of all guidelines for machine or hand excavation and subgrading. The mixing, handling, conveying, pouring, vibrating, gunniting and otherwise applying of concrete, whether by hand or other method of concrete for any walls, foundations, floors, or for other construction concrete sealant men. The wrecking, stripping, dismantling, and handling of concrete forms and false work, and the building of centers for fireproofing purposes. Boring machine, gas, electric or air in preparation for shoving pipe, telephone cable, and so forth, under highways, roads, streets and alleys. All hand and power operating cross cut saws when used for clearing. All work in compressed air construction. All work on acetylene burners in salvaging. The blocking and tamping of concrete. The laying of sewer tile and conduit, and pre-cast materials. The assembling and dismantling of all jacks and sectional scaffolding, including elevator construction and running of slip form jacks. The work of drill running and blasting, including wagon drills. The wrecking, stripping, dismantling, cleaning, moving and oiling of forms. The cutting off of concrete piles. The loading, unloading, handling and carrying to place of installation of all rods, (and materials for use in reinforcing) concrete and the hoisting of same and all signaling where hoist is used in this type of construction coming under the jurisdiction of the Laborers' Union. And, all other labor work not awarded to any other craft. Mortar mixers, kettlemen and carrier of hot stuff, tool crib men, watchmen (Laborer), firemen or salamander tenders, flagmen, deck hands, installation and maintenance of temporary gas-fired heating units, gravel box men, dumpmen and spotters, fencing Laborers, cleaning lumber, pit men, material checkers, dispatchers, unloading explosives, asphalt plant laborers, writer of scale tickets, fireproofing laborers, janitors, asbestos abatement and removal laborers, handling of materials treated with oil, creosote, chloride, asphalt, and/or foreign material harmful to skin or clothing, Laborers with de-watering systems, gunnite nozzle men, laborers tending masons with hot material or where foreign materials are used, Laborers handling masterplate or similar materials, laser beam operator, concrete burning machine operator, material selector men working with firebrick or combustible material, dynamite men, track laborers, cement handlers, chloride handlers, the unloading and laborers with steel workers and re-bars, concrete workers (wet), luteman, asphalt raker, curb asphalt machine operator, ready mix scalemen, permanent, portable or temporary plant drilling machine operator, plaster tenders, underpinning and shoring of buildings, fire watch, signaling of all power equipment, to include trucks excavating equipment, etc., tree topper or trimmer when in connection to construction, tunnel helpers in free air, batch dumpers, kettle and tar men, tank cleaners, plastic installers, scaffold workers, motorized buggies or motorized unit used for wet concrete or handling of building materials, sewer workers, rod and chain men, vibrator operators, mortar mixer operator, cement silica, clay, fly ash, lime and plasters, handlers (bulk or bag), cofferdam workers, on concrete paving, placing, cutting and tying of reinforcing, deck hand, dredge hand and shore laborers, bankmen on floating plant, asphalt workers with machine & layers, grade checker, power tools, caisson workers, lead man on sewer work, welders, cutters, burners and torch men, chain saw operators, paving breaker, jackhammer and drill operator, layout man and/or drainage tile layer, steel form setters -- street and highway, air tamping hammerman, signal man on crane, concrete saw operator, screen man on asphalt pavers, front end man on chip spreader, multiple concrete duct -- lead man. LABORER, SKILLED - HIGHWAY The skilled laborer heavy and highway (HWY) classification shall encompass the following types of work, irrespective of the site of the work: handling of materials treated with oil, creosote, asphalt and/or any foreign materials harmful to skin or clothing, track laborers, 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, 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, vibrator operators, mortar mixer operators, cement silica, clay, fly ash, lime and plasters, handlers (bulk or bag), cofferdam workers plus depth, on concrete paving, placing, cutting and tying or reinforcing, deck hand, dredge hand shore laborers, bankmen on floating plant, asphalt workers with machine, and layers, grade checker, power tools, stripping of all concrete forms excluding paving forms, dumpmen and spotters, when necessary, caisson workers plus depth, gunnite nozzle men, welders, cutters, burners and torchmen, chain saw operators, paving breaker, jackhammer and drill operators, layout man and/or drainage tile layer, steel form setters - street and highway, air tamping hammerman, signal man on crane, concrete saw operator, screedman on asphalt pavers, front end man on chip spreader, multiple concrete duct, luteman, asphalt raker, curb asphalt machine operator, ready mix scalemen (portable or temporary plant), laser beam operator, concrete burning machine operator, and coring machine operator. 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 - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION - 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 yeards; 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. TRUCK DRIVER - OIL AND CHIP RESEALING ONLY. This shall encompass laborers, workers and mechanics who drive contractor or subcontractor owned, leased, or hired pickup, dump, service, or oil distributor trucks. The work includes transporting materials and equipment (including but not limited to, oils, aggregate supplies, parts, machinery and tools) to or from the job site; distributing oil or liquid asphalt and aggregate; stock piling material when in connection with the actual oil and chip contract. The Truck Driver (Oil & Chip Resealing) wage classification does not include supplier delivered materials. OPERATING ENGINEERS - BUILDING Class 1. Cranes; Overhead Cranes; Gradall; All Cherry Pickers; Mechanics; Central Concrete Mixing Plant Operator; Road Pavers (27E - Dual Drum - Tri Batchers); Blacktop Plant Operators and Plant Engineers; 3 Drum Hoist; Derricks; Hydro Cranes; Shovels; Skimmer Scoops; Koehring Scooper; Drag Lines; Backhoe; Derrick Boats; Pile Drivers and Skid Rigs; Clamshells; Locomotive Cranes; Dredge (all types) Motor Patrol; Power Blades - Dumore - Elevating and similar types; Tower Cranes (Crawler-Mobile) and Stationary; Crane-type Backfiller; Drott Yumbo and similar types considered as Cranes; Caisson Rigs; Dozer; Tournadozer; Work Boats; Ross Carrier; Helicopter; Tournapulls - all and similar types; Scoops (all sizes); Pushcats; Endloaders (all types); Asphalt Surfacing Machine; Slip Form Paver; Rock Crusher; Heavy Equipment Greaser; CMI, CMI Belt Placer, Auto Grade & 3 Track and similar types; Side Booms; Multiple Unit Earth Movers; Creter Crane; Trench Machine; Pump-crete-Belt Crete-Squeeze Cretes- Screw-type Pumps and Gypsum; Bulker & Pump - Operator will clean; Formless Finishing Machine; Flaherty Spreader or similar types; Screed Man on Laydown Machine; Wheel Tractors (industrial or Farm-type w/Dozer-Hoe-Endloader or other attachments); F.W.D. & Similar Types; Vermeer Concrete Saw. Class 2. Dinkeys; Power Launches; PH One-pass Soil Cement Machine (and similar types); Pugmill with Pump; Backfillers; Euclid Loader; Forklifts; Jeeps w/Ditching Machine or other attachments; Tuneluger; Automatic Cement and Gravel Batching Plants; Mobile Drills (Soil Testing) and similar types; Gurries and Similar Types; (1) and (2) Drum Hoists (Buck Hoist and Similar Types); Chicago Boom; Boring Machine & Pipe Jacking Machine; Hydro Boom; Dewatering System; Straw Blower; Hydro Seeder; Assistant Heavy Equipment Greaser on Spread; Tractors (Track type) without Power Unit pulling Rollers; Rollers on Asphalt -- Brick Macadem; Concrete Breakers; Concrete Spreaders; Mule Pulling Rollers; Center Stripper; Cement Finishing Machines & CMI Texture & Reel Curing Machines; Cement Finishing Machine; Barber Green or similar loaders; Vibro Tamper (All similar types) Self-propelled; Winch or Boom Truck; Mechanical Bull Floats; Mixers over 3 Bag to 27E; Tractor pulling Power Blade or Elevating Grader; Porter Rex Rail; Clary Screed; Truck Type Hoptoe Oilers; Fireman; Spray Machine on Paving; Curb Machines; Truck Crane Oilers; Oil Distributor; Truck-Mounted Saws. Class 3. Air Compressor; Power Subgrader; Straight Tractor; Trac Air without attachments; Herman Nelson Heater, Dravo, Warner, Silent Glo, and similar types; Roller: Five (5) Ton and under on Earth or Gravel; Form Grader; Crawler Crane & Skid Rig Oilers; Freight Elevators - permanently installed; Pump; Light Plant; Generator; Conveyor (1) or (2) - Operator will clean; Welding Machine; Mixer (3) Bag and Under (Standard Capacity with skip); Bulk Cement Plant; Oiler on Central Concrete Mixing Plant. OPERATING ENGINEERS - HEAVY AND HIGHWAY CONSTRUCTION CLASS 1. Cranes; Hydro Cranes; Shovels; Crane Type Backfiller; Tower, Mobile, Crawler, & Stationary Cranes; Derricks; Hoists (3 Drum); Draglines; Drott Yumbo & Similar Types considered as Cranes; 360 Degree Swing Excavator (Shears, Grapples, Movacs, etc.); Back Hoe; Derrick Boats; Pile Driver and Skid Rigs; Clam Shell; Locomotive - Cranes; Road Pavers - Single Drum - Dual Drum - Tri Batcher; Motor Patrols & Power Blades - Dumore - Elevating & Similar Types; Mechanics; Central Concrete Mixing Plant Operator; Asphalt Batch Plant Operators and Plant Engineers; Gradall; Caisson Rigs; Skimmer Scoop - Koering Scooper; Dredges (all types); Hoptoe; All Cherry Pickers; Work Boat; Ross Carrier; Helicopter; Dozer; Tournadozer; Tournapulls - all and similar types; Operation of Concrete and all Recycle Machines; Multiple Unit Earth Movers; Scoops (all sizes); Pushcats; Endloaders (all types); Asphalt Surfacing Machine; Slip Form Paver; Rock Crusher; Operation of Material Crusher, Screening Plants, and Tunnel Boring Machine; Heavy Equipment Greaser (top greaser on spread); CMI, Auto Grade, CMI Belt Placer & 3 Track and Similar Types; Side Booms; Asphalt Heater & Planer Combination (used to plane streets); Wheel Tractors (with Dozer, Hoe or Endloader Attachments); CAT Earthwork Compactors and Similar Types; Blaw Knox Spreader and Similar Types; Trench Machines; Pump Crete - Belt Crete - Squeeze Crete - Screw Type Pumps and Gypsum (operator will clean); Creter Crane; Operation of Concrete Pump Truck; Formless Finishing Machines; Flaherty Spreader or Similar Types; Screed Man on Laydown Machine; Vermeer Concrete Saw; Operation of Laser Screed; Span Saw; Dredge Leverman; Dredge Engineer; Lull or Similar Type; Hydro-Boom Truck; Operation of Guard Rail Machine; and Starting Engineer on Pipeline or Construction (11 or more pieces) including: Air Compressor (Trailer Mounted), All Forced Air Heaters (regardless of Size), Water Pumps (Greater than 4-1/2" or Total Discharge Over 4-1/2"), Light Plants, Generators (Trailer Mounted - Excluding Decontamination Trailer), Welding Machines (Any Size or Mode of Power), Conveyor, Mixer (any size), Stud Welder, Power Pac, etc, and Ground Heater (Trailer Mounted). CLASS 2. Bulker & Pump; Power Launches; Boring Machine & Pipe Jacking Machine; Dinkeys; Operation of Carts, Powered Haul Unit for a Boring Machine; P & H One Pass Soil Cement Machines and Similar Types; Wheel Tractors (Industry or Farm Type - Other); Back Fillers; Euclid Loader; Fork Lifts; Jeep w/Ditching Machine or Other Attachments; Tunneluger; Automatic Cement & Gravel Batching Plants; Mobile Drills - Soil Testing and Similar Types; Pugmill with Pump; All (1) and (2) Drum Hoists; Dewatering System; Straw Blower; Hydro-Seeder; Bump Grinders (self-propelled); Assistant Heavy Equipment Greaser; Apsco Spreader; Tractors (Track-Type) without Power Units Pulling Rollers; Rollers on Asphalt - Brick or Macadam; Concrete Breakers; Concrete Spreaders; Cement Strippers; Cement Finishing Machines & CMI Texture & Reel Curing Machines; Vibro-Tampers (All Similar Types Self-Propelled); Mechanical Bull Floats; Self-Propelled Concrete Saws; Truck Mounted Power Saws; Operation of Curb Cutters; Mixers - Over Three (3) Bags; Winch and Boom Trucks; Tractor Pulling Power Blade or Elevating Grader; Porter Rex Rail; Clary Screed; Mule Pulling Rollers; Pugmill without Pump; Barber Greene or Similar Loaders; Track Type Tractor w/Power Unit attached (minimum); Fireman; Spray Machine on Paving; Curb Machines; Paved Ditch Machine; Power Broom; Self-Propelled Sweepers; Self-Propelled Conveyors; Power Subgrader; Oil Distributor; Straight Tractor; Truck Crane Oiler; Truck Type Oilers; Directional Boring Machine; Horizontal Directional Drill; Articulating End Dump Vehicles; Starting Engineer on Pipeline or Construction (6 -10 pieces) including: Air Compressor (Trailer Mounted), All Forced Air Heaters (regardless of Size), Water Pumps (Greater than 4-1/2" or Total Discharge Over 4-1/2"), Light Plants, Generators (Trailer Mounted - Excluding Decontamination Trailer), Welding Machines (Any Size or Mode of Power), Conveyor, Mixer (any size), Stud Welder, Power Pac, etc., and Ground Heater (Trailer Mounted). CLASS 3. Straight Framed Truck Mounted Vac Unit (separately powered); Trac Air Machine (without attachments); Rollers - Five Ton and Under on Earth and Gravel; Form Graders; Bulk Cement Plant; Oilers; and Starting Engineer on Pipeline or Construction (3 - 5 pieces) including: Air Compressor (Trailer Mounted), All Forced Air Heaters (regardless of Size), Water Pumps (Greater than 4- 1/2" or Total Discharge Over 4-1/2"), Light Plants, Generators (Trailer Mounted - Excluding Decontamination Trailer), Welding Machines (Any Size or Mode of Power), Conveyor, Mixer (any size), Stud Welder, Power Pac, etc., and Ground Heater (Trailer Mounted). 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. 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) ( 6 0 0 ) 2 4 amber dome light operating. Vehicle with dual flashers or flashing (6 0 0 ) 2 4 W20-4(0)-48 1 1 min. 100' (30 m) min. 100' (30 m) 1 1 W20-4(0)-48 (6 0 0 ) 2 4 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 patches Work 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 IS S U E D 1 -1 -9 7 PASSED ENGINEER OF SAFETY ENGINEERING DATE REVISIONS * * * * * * ** * (4 5 0 -9 0 0 ) 1 8 -3 6 (7 0 0 ) 2 8 m in . 4 ' (1 .2 m ) m in . 2 4 (6 0 0 ) (9 0 0 ) 3 6 min. 18 (450) m in . 5 ' (1 .5 m ) min. 4' (1.2 m) (600) 24 (9 0 0 ) 3 6 (3 0 0 ) 1 2 (2 0 0 ) 8 (9 0 0 ) 3 6 (Sheet 1 of 3) min. 4' (1.2 m)m in . 3 6 (9 0 0 ) (1 0 0 ) 4 m in . 3 6 (9 0 0 ) min. 24 (600) m in . 3 6 (9 0 0 ) min. 24 (600) (1 0 0 ) 4 Orange (1 0 0 ) 4 (7 0 0 - 9 0 0 ) 2 8 - 3 6 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 (7 0 0 - 9 0 0 ) 2 8 - 3 6 CONES Any posted speed DAYTIME USE Any posted speed Any posted speed > 3 6 (9 0 0 ) 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 (2 0 0 -3 0 0 ) 8 -1 2 m a x . 2 (5 0 ) (1 5 0 ) 6 (1 5 0 ) 6 Warning lights (if required) unless otherwise shown. All dimensions are in inches (millimeters) pavement surface. All heights shown shall be measured above the (2 0 0 -3 0 0 ) 8 -1 2 (1 0 0 ) 4 (1 0 0 ) 4 (1 0 0 ) 4 (10 0 ) 4 (2 0 0 -3 0 0 ) 8 -1 2 ( 2 0 0 -3 0 0 ) 8 -1 2 (1 5 0 ) 6(1 5 0 ) 6 (300) 12 (1 5 0 ) 6 (1 5 0 ) 6 (1 0 0 ) 4 (1 0 0 ) 4 (5 0 ) 2 (1 5 0 ) 6 (7 5 - 1 0 0 ) 3 - 4 min. 3 (75) (1 0 0 ) 4 (1 0 0 ) 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 IS S U E D 1 -1 -1 3 ENGINEER OF SAFETY PROG. AND ENGINEERING APPROVED "'- MAX WIDTH XX XX X MILES AHEAD NEXT X MILES CONSTRUCTION ROAD CONSTRUCTION END (IF SPECIFIED) SIGN STOP SLOW END 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 (1 0 0 ) 4 (1 2 5 ) 5 (600) 24 (125) 5 (175) 7 (400) 16 (1 7 5 ) 7 (1 2 5 ) 5 (6 0 0 ) 2 4 (600 - 3 m) 24 - 10' m in . 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 SIGNS HIGHWAY CONSTRUCTION WORK LIMIT SIGNING DEVICES TRAFFIC CONTROL E d g e o f p a v e m e n t ** (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*** m in . * * * 1 2 (3 0 0 ) 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 2 1 7 (180) Federal series B R . 1 (4 0 ) 2 1 (9 0 ) 3 2 1 Illinois Department of Transportation January 1, 2019 APPROVED January 1, 2019 ENGINEER OF DESIGN AND ENVIRONMENT IS S U E D 1 -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) m in . (6 0 0 ) 2 4 m in . 6 ' (1 .8 m ) m in . 7 ' (2 .1 m ) m in . 3 0 (7 5 0 ) m in . 4 ' (1 .2 m ) m in . 7 ' (2 .1 m ) min. 8' (2.4 m) (8 m) 25' 1 0 0 ' (3 0 m ) m a x . 3 0 ' (9 .1 m ) m in . (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 2 1 3 (9 0 ) Weep holes T r a ff ic 1 (45) 4 3 Epoxy channels stepped or smooth Face may be (1 3 ) 2 1 2 1 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 R11-2 flasher Type A max. 6 (150) max. 6 (150) max. 6 (150) Illinois Department of Transportation January 1, 2019 APPROVED January 1, 2019 ENGINEER OF DESIGN AND ENVIRONMENT IS S U E D 1 -1 -1 3 ENGINEER OF SAFETY PROG. AND ENGINEERING APPROVED ROAD CLOSED AHEAD ROAD CLOSED 500 FT ROAD CLOSED AHEAD ROAD CLOSED 500 FT ROAD CLOSED AHEAD than 150' (45 m) when distance is less Sign may be omitted W20-3(O)-36 Variable W20-3(O)-36 W20-3(O)-36 is less than 1500' (450 m) When distance from closure to crossroad (150 m) 500' 1000' (300 m) max. 500' (150 m) min. (150 m) 500' 1000' (300 m) and variable W20-3(O)-36 W20-3(O)-36 is greater than 1500' (450 m) When distance from closure to crossroad Work area Type III Barricade orange flag attached Sign with 18x18 (450x450) min. 1-1-12 1-1-09 English (metric). Switched units to GENERAL NOTES. Omitted two notes from unless otherwise shown. All dimensions are in inches (millimeters) a mile. distance to the barricade in miles or fractions of intersection. The additional sign shall give the (600 m), an additional sign shall be placed at the barricade and the intersection is over 2000' intersection. When the distance between the (600 m), the advance sign shall be placed at the intersection is between 1500' (450 m) and 2000' When the distance between the barricade and the conditions. Longitudinal dimensions may be adjusted to fit field not required. When fluorescent signs are used, orange flags are orange reflectorized background. 36 x 36 (900 x 900) and have a black legend on an All warning signs shall have minimum dimensions of the first advance warning sign. installed above the barricades and the other above area during hours of darkness. One light shall be used on each approach in advance of the work Two Type A Low Intensity Flashing Lights shall be detail on Highway Standard 701901. positioned as shown in "Road Closed To All Traffic" Type III Barricades and R11-2-4830 signs shall be STANDARD B.L.R. 21-9 RURAL LOCAL HIGHWAYS FOR CONSTRUCTION ON TRAFFIC CONTROL DEVICES TYPICAL APPLICATION OF CONDITION I CONDITION II SYMBOLS GENERAL NOTES Illinois Department of Transportation January 1, 2012 APPROVED January 1, 2012 ENGINEER OF DESIGN AND ENVIRONMENT IS S U E D 1 -1 -9 7 PASSED ENGINEER OF LOCAL ROADS AND STREETS DATE REVISIONS ROAD CLOSED ROAD CLOSED AHEAD500 FTSTOP STOP ROAD CLOSED 500 FT ROAD CLOSED AHEAD W20-3(O)-36 (Existing) (150 m) 500' (150 m) 500' (300 m) 1000' W20-3(O)-36 W20-3(O)-36 D Variable D (Existing) Work area Type III Barricade orange flag attached Sign with 18x18 (450x450) min. 1-1-12 (ROAD CLOSED TO THRU TRAFFIC) (TWO-LANE TWO WAY RURAL TRAFFIC) 1-1-09 English (metric). and switched units to Revised General Notes GENERAL NOTES. Omitted two notes from unless otherwise shown. All dimensions are in inches (millimeters) conditions. Longitudinal dimensions may be adjusted to fit field not required. When fluorescent signs are used, orange flags are orange reflectorized background. 36 x 36 (900 x 900) and have a black legend on an All warning signs shall have minimum dimensions of advance warning sign. other light shall be installed above the first barricade. If only one barricade is required, the area. One light shall be installed above each used on each approach in advance of the work Two Type A Low Intensity Flashing Lights shall be at each end of the work area. set of barricades and R11-4-6030 shall be placed distance "D" exceeds 2000' (600 m), an additional Traffic" detail on Highway Standard 701901. If the positioned as shown in the "Road Closed To All Type III Barricades and R11-4-6030 signs shall be ON RURAL LOCAL HIGHWAYS CONTROL DEVICES FOR CONSTRUCTION TYPICAL APPLICATION OF TRAFFIC STANDARD B.L.R. 22-7 APPROACH TRAFFIC STOPPED CONDITION I DOES NOT STOP APPROACH TRAFFIC CONDITION II SYMBOLS GENERAL NOTES Illinois Department of Transportation January 1, 2012 APPROVED January 1, 2012 ENGINEER OF DESIGN AND ENVIRONMENT IS S U E D 1 -1 -9 7 PASSED ENGINEER OF LOCAL ROADS AND STREETS DATE REVISIONS

115 E Washington St Bloomington, IL  61701Location

Address: 115 E Washington St Bloomington, IL 61701

Country : United StatesState : Illinois

You may also like

Park and Buffer Block Shrub Bed Weeding and Maintenance

Due: 13 May, 2024 (in 18 days)Agency: Town of Oakville