100, 300, & 620 North Rds

From: Mclean(County)
21-27146-00-RS

Basic Details

started - 30 Jun, 2022 (21 months ago)

Start Date

30 Jun, 2022 (21 months ago)
due -

Due Date

N/A
Bid Notification

Type

Bid Notification
21-27146-00-RS

Identifier

21-27146-00-RS
Randolph Twp RD

Customer / Agency

Randolph Twp RD
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.

BLR 12200 (Rev. 01/21/21)Page 2 of 6Printed 12/30/21 Route(s) (Street/Road Name) 100N, 300N, and 620N Roads Section Number 21-27146-00-RS County McLean Local Public Agency Randolph Road District NOTICE TO BIDDERS Sealed proposals for the project described below will be received at the office of Name of Office McLean County Highway Department Address 102 S. Towanda Barnes Road, 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 McLean County Highway Department Address 102 S. Towanda Barnes Road, Bloomington, IL 61705 at Time 10:00 AM on Date 06/28/22 . DESCRIPTION OF WORK Location 100N, 300N, and 620N Roads Project Length 0.590 Miles Proposed Improvement This project consists of the milling and resurfacing 100N, 300N, and 620N roads with HMA Binder and Surface Courses, Longitudinal Joint Sealant, aggregate wedge shoulders, and any ancillary work necessary to complete the work as detailed herein.
1. Plans and proposal forms will be available in the office of McLean County Highway Department 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 12/30/21 Route(s) (Street/Road Name) 100N, 300N, and 620N Roads Section Number 21-27146-00-RS County McLean Local Public Agency Randolph Road District 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 11/01/22 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: 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 21-27146-00-RS . BLR 12200 (Rev. 01/21/21)Page 4 of 6Printed 12/30/21 Route(s) (Street/Road Name) 100N, 300N, and 620N Roads Section Number 21-27146-00-RS County McLean Local Public Agency Randolph Road District 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 12/30/21 Route(s) (Street/Road Name) 100N, 300N, and 620N Roads Section Number 21-27146-00-RS County McLean Local Public Agency Randolph Road District 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 12/30/21 Secretary Treasurer Attest: Secretary Schedule of Prices Page 1 of 2 BLR 12201 (Rev. 05/07/21)Printed 12/30/21 Contractor's Name Contractor's Address City State Zip Code Local Public Agency Randolph Road District County McLean Section Number 21-27146-00-RS Route(s) (Street/Road Name) 100N, 300N, and 620N 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 40600290 BIT MAT'L (TACK COAT) POUND 5479 40600370 LONGITUDINAL JOINT SEAL FOOT 6025 40600982 HMA SURF REM - BUTT JT SQ YD 899 40600990 TEMP RAMPS SQ YD 150 40602965 HMA BIND CSE, IL-9.5FG, N50 TON 620 40604050 HMA SUR CSE, IL-9.5 "C", N50 TON 703 48102100 AGG WEDGE SHLDRS, TY B TON 250 X4401198 HMA SURF REM, VAR DEPTH SQ YD 7352 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. Illinois Department of Transportation BLR 12201 (Rev. 05/07/21)Page 2 of 2Printed 12/30/21 Section Number 21-27146-00-RS County McLean Local Public Agency Randolph Road District Route(s) (Street/Road Name) 100N, 300N, and 620N R 4. A bid may be declared unacceptable if neither a unit price or total price is shown. Local Public Agency Proposal Bid Bond Page 1 of 2 BLR 12230 (Rev. 01/21/21)Printed 12/30/21 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 Randolph Road District County McLean Section Number 21-27146-00-RS Signature Date Date Signature Date . By: Day STATE OF IL Illinois Department of Transportation Page 2 of 2 BLR 12230 (Rev. 01/21/21)Printed 12/30/21 Local Public Agency Randolph Road District County McLean Section Number 21-27146-00-RS 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 12/30/21 Local Public Agency Randolph Road District County McLean Street Name/Road Name 100N, 300N, & 620N Rds Section Number 21-27146-00-RS 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 Illinois Department of Transportation Affidavit of Illinois Business Office Page 1 of 1 BLR 12326 (Rev. 01/21/21)Printed 12/30/21 Local Public Agency Randolph Road Distrist County McLean Street Name/Road Name 100N, 300N, & 620N Rds Section Number 21-27146-00-RS 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 Illinois Department of Transportation 456736 456736 456741 456734 Downs Rd Randolph Rd Gi llu m Rd 51 14 00 E 12 00 E 13 00 E 16 00 E 17 00 E 18 00 E 15 00 E 600N 800N 100N 300N 500N 000N 200N 700N 400N 08 16 04 12 34 07 06 14 32 24 05 27 01 06 17 36 28 10 33 24 30 12 02 22 13 30 10 26 36 09 21 33 36 06 19 18 02 25 34 31 31 11 20 29 31 01 23 18 12 05 04 19 36 13 0707 31 03 11 32 35 01 15 07 01 35 09 12 08 03 06 25 Heyworth Downs23 N 02 E 23 N 01 E 23 N 03 E 22 N 02 E 22 N 01 E 22 N 03 E 21 N 01 E 21 N 02 E 21 N 03 E DALE DOWNS FUNKS GROVE BLOOMINGTON OLD TOWN D E W I T T C O U N T Y 3413 3414 3415 4216 4217 4220 4222 5506 5507 5508 5509 5517 5519 5522 5523 5524 5525 5526 5528 5529 5530 5531 5598 Other Streets City of Bloomington Town of Normal Other Town or Village Surrounding Township Surrounding County State Highways Private 2/6/2019 Township Series.mxd RANDOL PH TOW NSHIP McLean County, I l l inois 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 Neighboring Townships luke.hohulin Callout 100N Road luke.hohulin Callout 300N Road luke.hohulin Callout 620N Road luke.hohulin Text Box Randolph Road District - Repaving Project Section: 21-27146-00-RS luke.hohulin Rectangle luke.hohulin Rectangle luke.hohulin Rectangle luke.hohulin Callout Township Shed Milling stockpile location ene PeOY NOOL~ WLOL 10 GASOdO% 10 O8 zo Oe v0 sLz 6sz ogo 690 oe ce ze 1e c @ 3dAL suaa 7 \ 1 | Nels NINIW Dad ANS Vu S8+rl WLS AVINVA IWAOL LS OL 00+01 WH ONISIXA JV4UNS VINH ONL sans asva 4UNS AWd 4D sv10 NLS NIOF TYNIGALIDNOT _ VW WOXS DV ONLSKS 3SV NH ONULSKS d3SO0dOud *30Vv SUNLONLS LNAW: VHS YOLOVULI 41 u%Z AO He VHS HOLOVULI WAZ AO HLd3aa ANVIV3S J u30NIG VIH QUA IVAOINRY 39 Ns VINH aasodoud /NOWSY 30VSs> LLANE THI TT Wd 38 TIM SIk (3 SHL THI TT A SIHL LOL LNIOP LLNG 1 aM aLvoau9oV a ONINOILISN HLd3d 31 GB+EL \ y'ISHNOD YAQNIG \ - AL '3S4N0d | aSOd0ud ) YSSWNN WYNLS (4.1) YOLOWS O14 YOddNs 10s Wn 8 Od %96 od lL NOIS3C 4O LN MI NOISSC TYYNI LO'V LN3i INIS3d_GVOYIIS C NOIS30 WunLo uey 9 ASV ALVOSYO! ANSW3AVd VI ANSW3AWd VWH STVIMALWW ese Stoo =ual aL ns %E ns NOISSG NI Ol44ve 144% VA 02 GONAd b #00008 WLW S - diysumo, ydjoy > WO LNIOF VINH SV YOs G NAAWd ONILS)D 4 divd 3g THA Hd TOGNVY 9 WIIdAL _.LON) 0+0l VLS 00l FASO id asuno oe nw ob nw NV] WIAA 800 SU-00-9VLLZ-1Z 99 3 OL S8+EL WLS Vay SOVAYNS LS WOYS LNAI INS VINH SV HC OlM1SIG AVON LIS SSOt (a1vos O1 98+hl WLS - 0 VOU N Mente! 77 NILSIX aasodoud 7 N '94S'6-11 '3SHN0D jawidad (.42) Hida (LOSN 0. XIN 6-1 3sun0d IOVsY 34,1 SHIGTNOHS INOHS 3LVOIDDV | NOO SHL % 40 V OL NOD SHL b *SSLON SIXa ee Ne 8 A VYLNA ALVA WLOL 10 GAsOdo? t HOLVIN J ONILSIXA @ 3dAL suaa 7 \ 1 | 2042 +0 oF zo Oe vo Osze NIINIV SO LN MdAL SHL NOP T3AVd 38 TIVvk Maer YOOV ONV LN: (aqvos O1 0S+hb WLS - 0 VOU N Mente! 77 > | PeOw NOOE - NIOF TYNIGALIONOT l3AVd 30 3903 eS NL XOaTIVIA rae YAC 30NIG VINH QYVA IVAOWSY 39 Ns VINH aasodoud Nanu19N01 INON N 945'6-11 3SUN0D owiaad (.7(2) Hdd (LOSN 9. XIN 6-1 3sun0d IOVsY ANVIW3S LNIOF TWh lek wn tk ae 3dAL SUICTNOHS: dam aLvoaD9v G KL'08 HLM 3 (sa3qIs HLOg-.6) NILSIX INOHS 3LVOIDDV | 9% XVIALbZ, SNILSIXI HOL sans asva 4uNS aNd MLS SNE MUSG ot (GAL) SAAR NVYLNI 1: WILSIAS 0S BEL ld WOIIdAL reaneea LNOO SHL *b *SHLON LNWND WH SI _NOILOAS TV NIINIVIA HLIM ( oN TINOHS ALVO= G NOIS30 WwunLo UEN YOddNs 110s WI ss6 Od %96 Od LL NOISAG JO LN3: MAL NOISSC TWN LO'V LN3: lalean aWwoule NN ALS TWHS HOLOVY, HLIM G3AVd 38 C ISD JDV4UNS VIA a ANVIVaS J aSOd0ud oor =ee evo =ze oer =1e NININ Yad Ons 44ND eWna miniiniicniniinniicintil | HLIM JON 66% - VIYNS ANV YS IS VWH ONV YS VLS LV SSONV mums bem LL VIWH ONLLSIXa ONILSIXA aN WO" oy =ual oz ns %z ns NOISSA NI O144Ve Olds Ses nee esl 9 3SV8 ALvOSYO LN3W3AV4d ! ANAW3AVd VNH STWIMALVIN 06% =(0 ool'o f asva TaAVYD Hd TOGNVY 9 WIIdAL +#000'08 WLW S- diysumol udjoy 10 3903 ~ = SENN OE IX3 SHL TIN 1 ANIINIVIN iN... XIN S'6-11 weane Tara swan MOIHL .OL ONLLSIXA 4S 3SHN09 YAQNIa ) ALILNWND 39) YNOD 3OvsyN LS 8.17 '9E+ZE ' asuno ee Ne Idd IWOIdAL id SU-00-9PL1Z-1Z 98 aasod0ud OlM1SIG AVON LIS SSOt oe nw nw "NV 66 006 hove IWAAVd ONILS ANAINIAVG _ LON) 0+0 WLS o0e FASO divd 38 TIM YMOHS SV SAS 1S 11 S8+e 'V. 9% XWIA bz ONILSIXS HOLVIN sans asva INIT M0'H ONL (AL) SGA DS 8 HINS O1sld WOIdAL INOHS 31v9qH9DV 313Y9NOD SNONIWK nod advsuNS SNON IL X NOIHL .9 ON i OSN .9.. X BUA) Hidad | GasOdOud asuno ANAI3AVd 40 ONILSIX ia INNIS ONILSIXA 01M ONLLSIXA _ LON) 0+79 WLS 0z9 FASO 0S nw NV 1VBA OLD sep 7 oe WwW SU-00-9PLLZ-12 98 aasodoud 5 peOw NOZ9~ NIOF TYNIGALIDNOT NH ONLSKS G3SOd0ud 30V SYNLONLS LNAW ) WSN TWN =("4'L) HOLOWS Ol YOddNs 10s WNI lp 4 DV ONULSKS 3SV 10 ONLSKS oo UMLSIAS ). XIN '3S9 YAONIG SSv19 '.9.. XIIN 3SH gis W108) 301M JERS, TYPE B AVd 38 OL 4UNS VINH 4HNS VINH - WLOL bo O6 10 Oz DYad Ons 44ND sv10 asv@ 4uNS aNd NLS NINIW (a1vos O1 08+L WLS - 0 VOU N Mente! 77 ONLLSIXA zoe co @se v0 Ose SINAMNL wf SIVIU wh 'T BAL | mh c- {s 9 ASV ALWOSYO! dIHO 8 a0NIa VINH QYVA IVAOWSY 39 Ns VIWH a3sodoud %L ns NOISSG NI Ol44ve Olds VA 02 GOINAd b Hd TOGNVY 9 WIIdAL ANVIVaS J LNAW3AVd V ANSW3AWd VWH STVIMALVN Lore =(0 8zb'0 =ual ee nS NTINIVIN HLIM G3 IN S'6-11 '3S9 39% HVA IVAOINSY 39% 1903 NO dav1: 0 060 zo pe =ee c 1 UeN NOIHL .6 X 3OIM.2 _ | 188 od iL NOISSG JO LN: MAL NOISSC WYN LOW LN3} INISAG_ GVOYII Ss NITNIVIN 40 396 OlM1SIG AVON LIS SSOt Xb '0 HLM SN 9456-11 ISUN0D aovidad (.2) Hida (LOSN '.2. XIIN 6-1 3Sun0d IOVSE W140 LF a eee dam aLvOauDDY G $= diysumoy ydjo} - asva TaAVYD ANIWAAVd 3 Randolph Road District 100N, 300N, & 620N Roads 21-27146-00-RS Special Provisions i INDEX OF SPECIAL PROVISIONS DESCRIPTION OF WORK ......................................................................................................... 1 PREQUALIFICATION OF BIDDERS: ......................................................................................... 1 PREVAILING WAGE: ................................................................................................................. 1 CERTIFICATE OF INSURANCE: ............................................................................................... 1 LOAD LIMITS: ............................................................................................................................ 1 PRECAUTION FOR UTILITIES: ................................................................................................. 1 COMPLETION DATE: ................................................................................................................ 1 COMMITEMENTS: ..................................................................................................................... 2 RETAINAGE: ............................................................................................................................. 2 MOBILIZATION: ......................................................................................................................... 2 HMA SURFACE REMOVAL, VARIABLE DEPTH: ...................................................................... 2 PREPARATION OF SURFACE: ................................................................................................. 2 BITUMINOUS MATERIAL (TACK COAT): .................................................................................. 2 AGGREGATE WEDGE SHOULDER, TYPE B: .......................................................................... 2 LONGITUDINAL JOINT SEALANT ............................................................................................. 2 HOT MIX ASPHALT: .................................................................................................................. 3 TRAFFIC CONTROL PLAN: ...................................................................................................... 3 Randolph Road District 100N, 300N, & 620N Roads 21-27146-00-RS Special Provisions 1 SPECIAL PROVISIONS The following Special Provisions supplement the Standard Specifications for Road and Bridges 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 of Materials in effect on the date of invitation of bids, and the Supplemental Specifications and Recurring Special Provisions indicated on the Check Sheet included here in which apply to and govern the construction, and in case of conflict with any part, or parts, of said Specifications, the said Special Provisions shall take precedence and shall govern. DESCRIPTION OF WORK This project consists of milling and resurfacing 100N, 300N, & 620N between US Route 51 and Old US Route 51 in Randolph Township. This work includes hot-mix asphalt binder and surface courses, longitudinal joint sealant, aggregate wedge shoulders and all other work necessary to complete the project. PREQUALIFICATION OF BIDDERS: The provisions for Bidding Requirements and Conditions for Contract Proposals or LRS-6 of the Bureau of Local Roads and Streets special provision shall apply to this project Prequalification will be required. PREVAILING WAGE: Local Roads and Streets Recurring Special Provision 12 for Wages of Employees on Public Works shall apply to this work. No additional compensation will be allowed to the Contractor for complying with all requirements of LRS 12. 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 Specification for Road and Bridge Construction adopted January 1, 2022 with Additional Insured Endorsement. McLean County and Randolph Township and, their Boards, Officers, and employees shall be named as additional insured. This insurance is to be primary. LOAD LIMITS: County and Township roads in McLean County are posted for gross weight limits. The Contractor will be required to adhere to these weight limits. PRECAUTION FOR UTILITIES: Contractor shall take precautions which may be necessary to protect the property of the various public utilities which may be located underground or above ground, at or adjacent to the site of this improvement. The contractor 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 their efforts. The procedure specifications of repair will be in accordance with the regulations and/or policy of the utility. The Contractor shall call J.U.L.I.E. (800) 892-0123 at least 48 hours prior to any work to have utilities located. COMPLETION DATE: The Contractor shall complete all work by November 1st, 2022. Randolph Road District 100N, 300N, & 620N Roads 21-27146-00-RS Special Provisions 2 COMMITEMENTS: There are no commitments to landowners, businesses, or utilities along this project. RETAINAGE: In accordance with the Local Roads and Streets Recurring Special Provision 15 for Partial Payments the Engineer shall deduct retainage on every Payment Estimate until the final payment. MOBILIZATION: This contract contains no provision for Mobilization. Therefore, Section 671 of the Standard Specifications is deleted. HMA SURFACE REMOVAL, VARIABLE DEPTH: This work shall consist of removing the mainline HMA surface on 100N, 300N, & 620N as shown on typical sections. This work also includes the milling of field entrances, driveways, mailbox turnouts as directed by the engineer. The milled material shall be hauled to the Township Shed at 707 South Vine Street, Heyworth, IL 61745 (as shown on the location map). A loader and operator shall be provided to maintain the stockpile and shall be included as part of this pay item, no additional compensation will be allowed. This work shall be paid for at the contract unit price per square yard for HMA SURFACE REMOVAL, VARIABLE DEPTH as directed. PREPARATION OF SURFACE: The Contractor shall be responsible for the preparation of surface, which includes 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. 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. BITUMINOUS MATERIAL (TACK COAT): Bituminous Material shall be CSS1-h or NTEA. This work shall be paid for at the contract unit price per pound of BITUMINOUS MATERIAL (TACK COAT). AGGREGATE WEDGE SHOULDER, TYPE B: This work shall be performed in accordance with Section 481 of the Standard Specifications. A self- propelled spreader, which can spread material from the finished surface, shall be required. Millings will not be allowed as material for Aggregate Wedge Shoulders, Type B. A steel drum roller shall be required for compaction of the aggregate. Neither the trucks hauling the material, or the spreader will be permitted to operate on the shoulder. The contractor shall be responsible for placing and compacting aggregate shoulder material around or behind all guardrail, radii, mailbox turnouts, field entrances, private entrances, and etc. to the satisfaction of the Engineer. This work will be paid for at the contract unit price per ton for AGGREGATE WEDGE SHOULDERS, TYPE B. 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 the centerline of the new HMA Binder course (18 wide) prior to the HMA surface course lift. LJS shall also be applied to both sides of the edge of pavement (9 wide) on 300N Road. This work will be paid for at the contract unit price per foot of LONGITUDINAL JOINT SEALANT. Randolph Road District 100N, 300N, & 620N Roads 21-27146-00-RS Special Provisions 3 HOT MIX ASPHALT: The Hot Mix Asphalt materials and density shall comply with the following notes: Location(s): 100N, 300N, & 620N Rds 100N, 300N, & 620N Rds Mixture Use(s): HMA Binder HMA Surface PG Grade: PG 64-22 PG 64-22 Design Air Voids: 4.0% @ N50 4.0% @ N50 Mixture Composition: IL-9.5FG IL 9.5 Friction Aggregate: N/A Mixture C Mixture Weight: 112 112 Quality Management Program: QC/QA QC/QA Sublot Size: N/A N/A Material Transfer Device (Required?) No No TRAFFIC CONTROL PLAN: These roads shall be open to two way traffic when not working. Traffic control shall be in accordance with the applicable section of the Standard Specifications for Road and Bridge Construction, the applicable guidelines contained in the Illinois Manual on Uniform Traffic Control Devices for Streets and Highways, these provisions, any special details, highway standards contained herein and in the plans, and the Standard Specifications for Traffic Control Items. Special attention is called to Articles 107.09, 107.14, 107.15, 701, of the Standard Specifications for Road and Bridge Construction, and the following. (1) Highway Standards, (2) Supplemental Specifications and Recurring Special Provisions and (3) Other Special Provisions relating to traffic control. 1. Highway Standards 701001, 701006, 701011, 701201, 701301, 701306, and 701901. 2. Signs and barricades shall be erected as shown on Standard 701901 in the plans. All signs and barricades will be supplied and erected by the Contractor. The cost of furnishing, erecting and maintaining those signs shall be incidental to the contract; 3. Full road closures will be allowed during milling, priming, and paving operations. Flaggers will be required for all other miscellaneous work. 4. Temporary and permanent Marking Tape and centerline stripe to be installed by McLean County; 5. NO CENTER STRIPE Signs (W8-12) should be used when the work obliterates the centerline pavement markings. These signs shall be placed on each road, at both ends, of the project. These signs will remain until the McLean County Highway Department permanently stripes this project. The contractor shall be responsible for the traffic control devices at all times during construction activities, and shall coordinate the items of work to keep traffic hazards and/or inconveniences to a minimum. All costs of Traffic Control are incidental to the contract. ii INDEX FOR SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS Adopted January 1, 2022 This index contains a listing of SUPPLEMENTAL SPECIFICATIONS, frequently used RECURRING SPECIAL PROVISIONS, and LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS. No ERRATA this year. SUPPLEMENTAL SPECIFICATIONS Std. Spec. Sec. Page No. No Supplemental Specifications this year. Check Sheet for Recurring Special Provisions BLR 11300 (Rev. 11/10/21)Page 1 of 2Printed 12/30/21 Local Public Agency Randolph Road District County McLean Section Number 21-27146-00-RS 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 12/30/21 Section Number 21-27146-00-RS County McLean Local Public Agency Randolph Road District 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 LR107-4 Page 1 of 1 State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION FOR INSURANCE Effective: February 1, 2007 Revised: August 1, 2007 All references to Sections or Articles in this specification shall be construed to mean specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation. The Contractor shall name the following entities as additional insured under the Contractors general liability insurance policy in accordance with Article 107.27: The entities listed above and their officers, employees, and agents shall be indemnified and held harmless in accordance with Article 107.26. LR 109 Page 1 of 1 State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION FOR EQUIPMENT RENTAL RATES Effective: January 1, 2012 All references to Sections or Articles in this specification shall be construed to mean a specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation. Replace Article 109.04(b)(4) with the following: "(4) Equipment. For any machinery or special equipment (other than small tools) the use of which has been authorized by the Engineer, the Contractor will be paid according to the latest revision of SCHEDULE OF AVERAGE ANNUAL EQUIPMENT OWNERSHIP EXPENSE and latest index factor as issued by the Illinois Department of Transportation. The equipment should be of a type and size reasonably required to complete the extra work. LR 702 Page 1 of 1 State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION FOR CONSTRUCTION AND MAINTENANCE SIGNS Effective: January 1, 2004 Revised: June 1, 2007 All references to Sections or Articles in this specification shall be construed to mean a specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation. 701.14. Signs. Add the following paragraph to Article 701.14: All warning signs shall have minimum dimensions of 1200 mm x 1200 mm (48" x 48") and have a black legend on a fluorescent orange reflectorized background, meeting, as a minimum, Type AP reflectivity requirements of Table 1091-2 in Article 1091.02. LR10302 State of Illinois DEPARTMENT OF TRANSPORTATION Bureau of Local Roads & Streets SPECIAL PROVISION FOR LOCAL QUALITY ASSURANCE/ QUALITY MANAGEMENT QC/QA Effective: January 1, 2022 Replace the first five paragraphs of Article 1030.06 of the Standard Specifications with the following: 1030.06 Quality Management Program. The Quality Management Program (QMP) will be Quality Control / Quality Assurance (QC/QA) according to the following. Delete Article 1030.06(d)(1) of the Standard Specifications. Revise Article 1030.09(g)(3) of the Standard Specifications to read: (3) If core testing is the density verification method, the Contractor shall provide personnel and equipment to collect density verification cores for the Engineer. Core locations will be determined by the Engineer following the document Hot-Mix Asphalt QC/QA Procedure for Determining Random Density Locations at density verification intervals defined in Article 1030.09(b). After the Engineer identifies a density verification location and prior to opening to traffic, the Contractor shall cut a 4 in. (100 mm) diameter core. With the approval of the Engineer, the cores may be cut at a later time. Revise Article 1030.09(h)(2) of the Standard Specifications to read: (2) After final rolling and prior to paving subsequent lifts, the Engineer will identify the random density verification test locations. Cores or nuclear density gauge testing will be used for density verification. The method used for density verification will be as selected below. Density Verification Method Cores Nuclear Density Gauge (Correlated when paving 3,000 tons per mixture) Density verification test locations will be determined according to the document Hot- Mix Asphalt QC/QA Procedure for Determining Random Density Locations. The density testing interval for paving wider than or equal to 3 ft (1 m) will be 0.5 miles (800 m) for lift thicknesses of 3 in. (75 mm) or less and 0.2 miles (320 m) for lift thicknesses greater than 3 in. (75 mm). The density testing interval for paving less than 3 ft (1 m) wide will be 1 mile (1,600 m). If a days paving will be less than the prescribed density testing interval, the length of the days paving will be the interval for that day. The density testing interval for mixtures used for patching will be 50 patches with a minimum of one test per mixture per project. If core testing is the density verification method, the Engineer will witness the Contractor coring, and secure and take possession of all density samples at the luke.hohulin Typewritten Text X LR10302 density verification locations. The Engineer will test the cores collected by the Contractor for density according to Illinois Modified AASHTO T 166 or AASHTO T 275. If nuclear density gauge testing is the density verification method, the Engineer will conduct nuclear density gauge tests. The Engineer will follow the density testing procedure detailed in the document Illinois Modified ASTM D 2950, Standard Test Method for Density of Bituminous Concrete In-Place by Nuclear Method. A density verification test will be the result of a single core or the average of the nuclear density tests at one location. The results of each density test must be within acceptable limits. The Engineer will promptly notify the Contractor of observed deficiencies. Revise the seventh paragraph and all subsequent paragraphs in Section D. of the document Hot-Mix Asphalt QC/QA Initial Daily Plant and Random Samples to read: Mixtures shall be sampled from the truck at the plant by the Contractor following the same procedure used to collect QC mixture samples (Section A). This process will be witnessed by the Engineer who will take custody of the verification sample.Each sample bag with a verification mixture sample will be secured by the Engineer using a locking ID tag. Sample boxes containing the verification mixture sample will be sealed/taped by the Engineer using a security ID label. 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. BDE SPECIAL PROVISIONS For the August 5, 2022 and September 23, 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 Jan. 1, 2022 80274 2 Aggregate Subgrade Improvement April 1, 2012 April 1, 2022 80192 3 Automated Flagger Assistance Device Jan. 1, 2008 80173 4 Bituminous Materials Cost Adjustments Nov. 2, 2006 Aug. 1, 2017 80426 5 Bituminous Surface Treatment with Fog Seal Jan. 1, 2020 Jan. 1, 2022 80436 6 Blended Finely Divided Minerals April 1, 2021 80241 7 Bridge Demolition Debris July 1, 2009 * 5053I 8 Building Removal Sept. 1, 1990 Aug. 1, 2022 * 5026I 9 Building Removal with Asbestos Abatement Sept. 1, 1990 Aug. 1, 2022 80384 10 Compensable Delay Costs June 2, 2017 April 1, 2019 80198 11 Completion Date (via calendar days) April 1, 2008 80199 12 Completion Date (via calendar days) Plus Working Days April 1, 2008 80293 13 Concrete Box Culverts with Skews > 30 Degrees and April 1, 2012 July 1, 2016 Design Fills 5 Feet 80311 14 Concrete End Sections for Pipe Culverts Jan. 1, 2013 April 1, 2016 80261 15 Construction Air Quality Diesel Retrofit June 1, 2010 Nov. 1, 2014 80434 16 Corrugated Plastic Pipe (Culvert and Storm Sewer) Jan. 1, 2021 80029 17 Disadvantaged Business Enterprise Participation Sept. 1, 2000 March 2, 2019 80229 18 Fuel Cost Adjustment April 1, 2009 Aug. 1, 2017 80433 19 Green Preformed Thermoplastic Pavement Markings Jan. 1, 2021 Jan. 1, 2022 80422 20 High Tension Cable Median Barrier Jan. 1, 2020 Jan. 1, 2022 80443 21 High Tension Cable Median Barrier Removal April 1, 2022 * 80442 22 Hot-Mix Asphalt Jan. 1, 2022 Aug. 1, 2022 80444 23 Hot-Mix Asphalt - Patching April 1, 2022 80438 24 Illinois Works Apprenticeship Initiative State Funded Contracts June 2, 2021 Sept. 2, 2021 80411 25 Luminaires, LED April 1, 2019 Jan. 1, 2022 80045 26 Material Transfer Device June 15, 1999 Jan. 1, 2022 80418 27 Mechanically Stabilized Earth Retaining Walls Nov. 1, 2019 Nov. 1, 2020 80430 28 Portland Cement Concrete Haul Time July 1, 2020 3426I 29 Railroad Protective Liability Insurance Dec. 1, 1986 Jan. 1, 2022 80395 30 Sloped Metal End Section for Pipe Culverts Jan. 1, 2018 80340 31 Speed Display Trailer April 2, 2014 Jan. 1, 2022 80127 32 Steel Cost Adjustment April 2, 2004 Jan. 1, 2022 80397 33 Subcontractor and DBE Payment Reporting April 2, 2018 80391 34 Subcontractor Mobilization Payments Nov. 2, 2017 April 1, 2019 80437 35 Submission of Payroll Records April 1, 2021 80435 36 Surface Testing of Pavements IRI Jan. 1, 2021 Jan. 1, 2022 80410 37 Traffic Spotters Jan. 1, 2019 20338 38 Training Special Provisions Oct. 15, 1975 Sept. 2, 2021 80318 39 Traversable Pipe Grate for Concrete End Sections Jan. 1, 2013 Jan. 1, 2018 80429 40 Ultra-Thin Bonded Wearing Course April 1, 2020 Jan. 1, 2022 80440 41 Waterproofing Membrane System Nov. 1, 2021 80302 42 Weekly DBE Trucking Reports June 2, 2012 Nov. 1, 2021 80427 43 Work Zone Traffic Control Devices Mar. 2, 2020 80071 44 Working Days Jan. 1, 2002 The following special provisions have been deleted from use. File Name Special Provision Title Effective Revised 5048I Building Removal-Case II (Non-Friable Asbestos) Sept. 1, 1990 April 1, 2010 5049I Building Removal-Case III (Friable Asbestos) Sept. 1, 1990 April 1, 2010 80439 Vehicle and Equipment Warning Lights Nov. 1, 2021 The following special provisions are in the 2022 Standard Specifications and Recurring Special Provisions. File Name Special Provision Title New Location(s) Effective Revised 80425 Cape Seal Sections 405, 1003 Jan. 1, 2020 Jan. 1, 2021 80387 Contrast Preformed Plastic Pavement Marking Articles 780.08, 1095.03 Nov. 1, 2017 80402 Disposal Fees Article 109.04(b) Nov. 1, 2018 80378 Dowel Bar Inserter Articles 420.03, 420.05, 1103.20 Jan. 1, 2017 Jan. 1, 2018 80421 Electric Service Installation Articles 804.04, 804.05 Jan. 1, 2020 80415 Emulsified Asphalts Article 1032.06 Aug. 1, 2019 80423 Engineers Field Office and Laboratory Section 670 Jan. 1, 2020 80417 Geotechnical Fabric for Pipe Underdrains and French Drains Articles 1080.01(a), 1080.05 Nov. 1, 2019 80420 Geotextile Retaining Walls Article 1080.06(d) Nov. 1, 2019 80304 Grooving for Recessed Pavement Markings Articles 780.05, 780.14, 780.15 Nov. 1, 2012 Nov. 1, 2020 80416 Hot-Mix Asphalt Binder and Surface Course Sections 406, 1003, 1004, 1030, 1101 July 2, 2019 Nov. 1, 2019 80398 Hot-Mix Asphalt Longitudinal Joint Sealant Sections 406, 1032 Aug. 1, 2018 Nov. 1, 2019 80406 Hot-Mix Asphalt Mixture Design Verification and Production (Modified for I-FIT) Sections 406, 1030 Jan. 1, 2019 Jan. 2, 2021 80347 Hot-Mix Asphalt Pay for Performance Using Percent Within Limits Jobsite Sampling Sections 406, 1030 Nov. 1, 2014 July 2, 2019 80383 Hot-Mix Asphalt Quality Control for Performance Sections 406, 1030 April 1, 2017 July 2, 2019 80393 Manholes, Valve Vaults, and Flat Slab Tops Articles 602.02, 1042.10 Jan. 1, 2018 Mar. 1, 2019 80424 Micro-Surfacing and Slurry Sealing Sections 404, 1003 Jan. 1, 2020 Jan. 1, 2021 80428 Mobilization Article 671.02 April 1, 2020 80412 Obstruction Warning Luminaires, LED Sections 801, 822, 1067 Aug. 1, 2019 80359 Portland Cement Concrete Bridge Deck Curing Articles 1020.13, 1022.03 April 1, 2015 Nov. 1, 2019 80431 Portland Cement Concrete Pavement Patching Articles 701.17(e)(3)b, 1001.01(d), 1020.05(b)(5) July 1, 2020 80432 Portland Cement Concrete Pavement Placement Article 420.07 July 1, 2020 80300 Preformed Plastic Pavement Marking Type D - Inlaid Articles 780.08, 1095.03 April 1, 2012 April 1, 2016 80157 Railroad Protective Liability Insurance (5 and 10) Article 107.11 Jan. 1, 2006 80306 Reclaimed Asphalt Pavement (RAP) and Reclaimed Asphalt Shingles (RAS) Section 1031 Nov. 1, 2012 Jan. 2, 2021 80407 Removal and Disposal of Regulated Substances Section 669 Jan. 1 2019 Jan. 1, 2020 80419 Silt Fence, Inlet Filters, Ground Stabilization and Riprap Filter Fabric Articles 280.02, 280.04, 1080.02, 1080.03, 1081.15 Nov. 1, 2019 July 1, 2021 80408 Steel Plate Beam Guardrail Manufacturing Article 1006.25 Jan. 1, 2019 80413 Structural Timber Article 1007.03 Aug. 1, 2019 80298 Temporary Pavement Marking Section 703, Article 1095.06 April 1, 2012 April 1, 2017 80409 Traffic Control Devices Cones Article 701.15(a), 1106.02(b) Jan. 1, 2019 80288 Warm Mix Asphalt Sections 406, 1030, 1102 Jan. 1, 2012 April 1, 2016 80414 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. Bridge Demolition Debris Completion Date Railroad Protective Liability Insurance Building Removal Completion Date Plus Working Days Training Special Provisions Building Removal with Asbestos Abatement DBE Participation Working Days AUTOMATED FLAGGER ASSISTANCE DEVICES (BDE) Effective: January 1, 2008 Description. This work shall consist of furnishing and operating automated flagger assistance devices (AFADs) as part of the work zone traffic control and protection for two-lane highways where two-way traffic is maintained over one lane of pavement. Use of these devices shall be at the option of the Contractor. Equipment. AFADs shall be according to the FHWA memorandum, MUTCD - Revised Interim Approval for the use of Automated Flagger Assistance Devices in Temporary Traffic Control Zones (IA-4R), dated January 28, 2005. The devices shall be mounted on a trailer or a moveable cart and shall meet the requirements of NCHRP 350, Category 4. The AFAD shall be the Stop/Slow type. This device uses remotely controlled STOP and SLOW signs to alternately control right-of-way. Signs for the AFAD shall be according to Article 701.03 of the Standard Specifications and the MUTCD. The signs shall be 24 x 24 in. (600 x 600 mm) having an octagon shaped STOP sign on one side and a diamond shaped SLOW sign on the opposite side. The letters on the signs shall be 8 in. (200 mm) high. If the STOP sign has louvers, the full sign face shall be visible at a distance of 50 ft (15 m) and greater. The signs shall be supplemented with one of the following types of lights. (a) Flashing Lights. When flashing lights are used, white or red flashing lights shall be mounted within the STOP sign face and white or yellow flashing lights within the SLOW sign face. (b) Stop and Warning Beacons. When beacons are used, a stop beacon shall be mounted 24 in. (600 mm) or less above the STOP sign face and a warning beacon mounted 24 in. (600 mm) or less above, below, or to the side of the SLOW sign face. As an option, a Type B warning light may be used in lieu of the warning beacon. A WAIT ON STOP sign shall be placed on the right hand side of the roadway at a point where drivers are expected to stop. The sign shall be 24 x 30 in. (600 x 750 mm) with a black legend and border on a white background. The letters shall be at least 6 in. (150 mm) high. This device may include a gate arm or mast arm that descends to a horizontal position when the STOP sign is displayed and rises to a vertical position when the SLOW sign is displayed. When included, the end of the arm shall reach at least to the center of the lane being controlled. The arm shall have alternating red and white retroreflective stripes, on both sides, sloping downward at 45 degrees toward the side on which traffic will pass. The stripes shall be 6 in. (150 mm) in width and at least 2 in. (50 mm) in height. Flagging Requirements. Flaggers and flagging requirements shall be according to Article 701.13 of the Standard Specifications and the following. AFADs shall be placed at each end of the traffic control, where a flagger is shown on the plans. The flaggers shall be able to view the face of the AFAD and approaching traffic during operation. To stop traffic, the STOP sign shall be displayed, the corresponding lights/beacon shall flash, and when included, the gate arm shall descend to a horizontal position. To permit traffic to move, the SLOW sign shall be displayed, the corresponding lights/beacon shall flash, and when included, the gate arm shall rise to a vertical position. If used at night, the AFAD location shall be illuminated according to Section 701 of the Standard Specifications. When not in use, AFADs will be considered nonoperating equipment and shall be stored according to Article 701.11 of the Standard Specifications. Basis of Payment. This work will not be paid for separately but shall be considered as included in the cost of the various traffic control items included in the contract. 80192 COMPENSABLE DELAY COSTS (BDE) Effective: June 2, 2017 Revised: April 1, 2019 Revise Article 107.40(b) of the Standard Specifications to read: (b) Compensation. Compensation will not be allowed for delays, inconveniences, or damages sustained by the Contractor from conflicts with facilities not meeting the above definition; or if a conflict with a utility in an unanticipated location does not cause a shutdown of the work or a documentable reduction in the rate of progress exceeding the limits set herein. The provisions of Article 104.03 notwithstanding, compensation for delays caused by a utility in an unanticipated location will be paid according to the provisions of this Article governing minor and major delays or reduced rate of production which are defined as follows. (1) Minor Delay. A minor delay occurs when the work in conflict with the utility in an unanticipated location is completely stopped for more than two hours, but not to exceed two weeks. (2) Major Delay. A major delay occurs when the work in conflict with the utility in an unanticipated location is completely stopped for more than two weeks. (3) Reduced Rate of Production Delay. A reduced rate of production delay occurs when the rate of production on the work in conflict with the utility in an unanticipated location decreases by more than 25 percent and lasts longer than seven calendar days. Revise Article 107.40(c) of the Standard Specifications to read: (c) Payment. Payment for Minor, Major, and Reduced Rate of Production Delays will be made as follows. (1) Minor Delay. Labor idled which cannot be used on other work will be paid for according to Article 109.04(b)(1) and (2) for the time between start of the delay and the minimum remaining hours in the work shift required by the prevailing practice in the area. Equipment idled which cannot be used on other work, and which is authorized to standby on the project site by the Engineer, will be paid for according to Article 109.04(b)(4). (2) Major Delay. Labor will be the same as for a minor delay. Equipment will be the same as for a minor delay, except Contractor-owned equipment will be limited to two weeks plus the cost of move-out to either the Contractors yard or another job and the cost to re-mobilize, whichever is less. Rental equipment may be paid for longer than two weeks provided the Contractor presents adequate support to the Department (including lease agreement) to show retaining equipment on the job is the most economical course to follow and in the public interest. (3) Reduced Rate of Production Delay. The Contractor will be compensated for the reduced productivity for labor and equipment time in excess of the 25 percent threshold for that portion of the delay in excess of seven calendar days. Determination of compensation will be in accordance with Article 104.02, except labor and material additives will not be permitted. Payment for escalated material costs, escalated labor costs, extended project overhead, and extended traffic control will be determined according to Article 109.13. Revise Article 108.04(b) of the Standard Specifications to read: (b) No working day will be charged under the following conditions. (1) When adverse weather prevents work on the controlling item. (2) When job conditions due to recent weather prevent work on the controlling item. (3) When conduct or lack of conduct by the Department or its consultants, representatives, officers, agents, or employees; delay by the Department in making the site available; or delay in furnishing any items required to be furnished to the Contractor by the Department prevents work on the controlling item. (4) When delays caused by utility or railroad adjustments prevent work on the controlling item. (5) When strikes, lock-outs, extraordinary delays in transportation, or inability to procure critical materials prevent work on the controlling item, as long as these delays are not due to any fault of the Contractor. (6) When any condition over which the Contractor has no control prevents work on the controlling item. Revise Article 109.09(f) of the Standard Specifications to read: (f) Basis of Payment. After resolution of a claim in favor of the Contractor, any adjustment in time required for the work will be made according to Section 108. Any adjustment in the costs to be paid will be made for direct labor, direct materials, direct equipment, direct jobsite overhead, direct offsite overhead, and other direct costs allowed by the resolution. Adjustments in costs will not be made for interest charges, loss of anticipated profit, undocumented loss of efficiency, home office overhead and unabsorbed overhead other than as allowed by Article 109.13, lost opportunity, preparation of claim expenses and other consequential indirect costs regardless of method of calculation. The above Basis of Payment is an essential element of the contract and the claim cost recovery of the Contractor shall be so limited. Add the following to Section 109 of the Standard Specifications. 109.13 Payment for Contract Delay. Compensation for escalated material costs, escalated labor costs, extended project overhead, and extended traffic control will be allowed when such costs result from a delay meeting the criteria in the following table. Contract Type Cause of Delay Length of Delay Working Days Article 108.04(b)(3) or Article 108.04(b)(4) No working days have been charged for two consecutive weeks. Completion Date Article 108.08(b)(1) or Article 108.08(b)(7) The Contractor has been granted a minimum two week extension of contract time, according to Article 108.08. Payment for each of the various costs will be according to the following. (a) Escalated Material and/or Labor Costs. When the delay causes work, which would have otherwise been completed, to be done after material and/or labor costs have increased, such increases will be paid. Payment for escalated material costs will be limited to the increased costs substantiated by documentation furnished by the Contractor. Payment for escalated labor costs will be limited to those items in Article 109.04(b)(1) and (2), except the 35 percent and 10 percent additives will not be permitted. (b) Extended Project Overhead. For the duration of the delay, payment for extended project overhead will be paid as follows. (1) Direct Jobsite and Offsite Overhead. Payment for documented direct jobsite overhead and documented direct offsite overhead, including onsite supervisory and administrative personnel, will be allowed according to the following table. Original Contract Amount Supervisory and Administrative Personnel Up to $5,000,000 One Project Superintendent Over $ 5,000,000 - up to $25,000,000 One Project Manager, One Project Superintendent or Engineer, and One Clerk Over $25,000,000 - up to $50,000,000 One Project Manager, One Project Superintendent, One Engineer, and One Clerk Over $50,000,000 One Project Manager, Two Project Superintendents, One Engineer, and One Clerk (2) Home Office and Unabsorbed Overhead. Payment for home office and unabsorbed overhead will be calculated as 8 percent of the total delay cost. (c) Extended Traffic Control. Traffic control required for an extended period of time due to the delay will be paid for according to Article 109.04. When an extended traffic control adjustment is paid under this provision, an adjusted unit price as provided for in Article 701.20(a) for increase or decrease in the value of work by more than ten percent will not be paid. Upon payment for a contract delay under this provision, the Contractor shall assign subrogation rights to the Department for the Departments efforts of recovery from any other party for monies paid by the Department as a result of any claim under this provision. The Contractor shall fully cooperate with the Department in its efforts to recover from another party any money paid to the Contractor for delay damages under this provision. 80384 HOT-MIX ASPHALT (BDE) Effective: January 1, 2022 Revised: August 1, 2022 Replace Article 1030.09(g)(1) of the Standard Specifications with the following: (1) The Contractor shall sample approximately 150 lb (70 kg) of mix as required for the Departments random mixture verification tests according to Article 1030.09(h)(1). Replace the second sentence of Article 1030.09(h)(1) of the Standard Specifications with the following: The Engineer will randomly identify one sample for each 3,000 tons (2,720 metric tons) of mix, with a minimum of one sample per mix. If the remaining mix quantity is 600 tons (544 metric tons) or less, the quantity will be combined with the previous 3,000 tons (2,720 metric tons) in the Engineers random sample identification. If the required tonnage of a mixture for a single pay item is less than 250 tons (225 metric tons) in total, the Engineer will waive mixture verification tests. Add the following to the end of the third paragraph of Article 1030.09(h)(2) of the Standard Specifications: The HMA maximum theoretical specific gravity (Gmm) will be based on the Department mixture verification test. If there is more than one Department mixture verification Gmm test, the Gmm will be based on the average of the Department test results. Add the following paragraph between the third and four paragraphs of Article 1030.10 of the Standard Specifications: When a test strip is not required, each HMA mixture with a quantity of 3,000 tons (2,750 metric tons) or more shall still be sampled on the first day of production: I-FIT and Hamburg wheel testing for High ESAL; I-FIT testing for Low ESAL. Within two working days after sampling the mixture, the Contractor shall deliver gyratory cylinders to the District laboratory for Department verification testing. The High ESAL mixture test results shall meet the requirements of Articles 1030.05(d)(3) and 1030.05(d)(4). The Low ESAL mixture test results shall meet the requirements of Article 1030.05(d)(4). 80442 SUBCONTRACTOR MOBILIZATION PAYMENTS (BDE) Effective: November 2, 2017 Revised: April 1, 2019 Replace the second paragraph of Article 109.12 of the Standard Specifications with the following: This mobilization payment shall be made at least seven days prior to the subcontractor starting work. The amount paid shall be at the following percentage of the amount of the subcontract reported on form BC 260A submitted for the approval of the subcontractors work. Value of Subcontract Reported on Form BC 260A Mobilization Percentage Less than $10,000 25% $10,000 to less than $20,000 20% $20,000 to less than $40,000 18% $40,000 to less than $60,000 16% $60,000 to less than $80,000 14% $80,000 to less than $100,000 12% $100,000 to less than $250,000 10% $250,000 to less than $500,000 9% $500,000 to $750,000 8% Over $750,000 7% 80391 WORK ZONE TRAFFIC CONTROL DEVICES (BDE) Effective: March 2, 2020 Add the following to Article 701.03 of the Standard Specifications: (q) Temporary Sign Supports ................................................................................... 1106.02 Revise the third paragraph of Article 701.14 of the Standard Specifications to read: For temporary sign supports, the Contractor shall provide a FHWA eligibility letter for each device used on the contract. The letter shall provide information for the set-up and use of the device as well as a detailed drawing of the device. The signs shall be supported within 20 degrees of vertical. Weights used to stabilize signs shall be attached to the sign support per the manufacturers specifications. Revise the first paragraph of Article 701.15 of the Standard Specifications to read: 701.15 Traffic Control Devices. For devices that must meet crashworthiness standards, the Contractor shall provide a manufacturers self-certification or a FHWA eligibility letter for each Category 1 device and a FHWA eligibility letter for each Category 2 and Category 3 device used on the contract. The self-certification or letter shall provide ...

115 E Washington St Bloomington, IL  61701Location

Address: 115 E Washington St Bloomington, IL 61701

Country : United StatesState : Illinois