CHAMPAIGN PARK DISTRICT 706 Kenwood Road
Champaign, IL 61821
INVITATION TO BID: Sealed bids for the Zahnd Park ADA/Mobility Enhancements project will be received at the office of Clark Dietz of Champaign at 125 West Church Street, Champaign, Illinois 61820, until 10:00 a.m. prevailing time on Thursday, February 21, 2019, and publicly opened and read aloud at 10:05 a.m. prevailing time of same day. The project is located within Zahnd Park and along Staley Road between Curtis Road and Windsor Road. The proposed improvements will include a new 6-foot-wide PCC path with 2 foot earth shoulders within the park. The project also includes excavation, culverts, trench drain, PCC Curb, sidewalk removal, pavement marking, grading and shaping and seeding. Bid documents for this project may be examined at the office of Clark Dietz, Inc., 125 West Church Street, Champaign, Illinois 61820. State statutes and local ordinance require the payment of prevailing wage by all contractors and subcontractors on this job. The plans and specifications were prepared by Clark Dietz at 125 West Church Street, Champaign, Illinois 61820. For a non-refundable fee of $25.00, prospective bidders may obtain bid documents on Clark Dietz’s website at www.clarkdietz.com. Access the documents by clicking on the “Bidding Documents” icon located on the top of the page, then selecting “Browse Projects” to find “Zahnd Park ADA / Mobility Enhancements (Quest Project # 6117484)” bid documents. Click on the project title, you will be directed to a web page where the bid documents can be downloaded. The bidding services are provided by QuestCDN.com where you can complete a free membership registration to Quest. Please contact Clark Dietz, Inc. at (217) 373-8900 if you have any questions regarding the registration or download process. Bidders must be prequalified with the Illinois Department of Transportation to perform the type and magnitude of construction work for the project. The Champaign Park District reserves the right to reject any or all bids or portions thereof and to waive any formality or technicality in any bids in the interest of the Park District. The bid award will be made by the Park District and their decision will be final. Champaign Park District Joe DeLuce Executive Director Publication Date: ________________________
2GENERAL NOTES AND TYPICAL SECTIONS
SCALE : NTS
THIS WORK SHALL ALSO INCLUDE CLEANING ALL DRAINAGE FACILITIES OF FOREIGN MATERIALS IN ACCORDANCE WITH ARTICLE 602.15 OF THE STANDARD SPECIFICATIONS.
THIS WORK SHALL BE DONE AS DIRECTED BY THE ENGINEER AND NO ADDITIONAL COMPENSATION WILL BE ALLOWED.
2. WHEREVER IN THE PLANS OR SPECIFICATIONS THE TERM "STANDARD SPECIFICATIONS" IS USED IT SHALL BE UNDERSTOOD BY THE CONTRACTOR TO MEAN
THE "STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION" AS PREPARED BY THE DEPARTMENT OF TRANSPORTATION OF THE STATE OF ILLINOIS
5. IT IS THE CONTRACTOR’S RESPONSIBILITY TO ASCERTAIN EXISTING FIELD CONDITIONS BEFORE BIDDING ON THE PROJECT.
6. THE CONTRACTOR WILL BE REQUIRED TO COMPLY WITH STATE REGULATIONS REGARDING AIR, WATER, AND NOISE POLLUTION.
SUCH MONUMENTS ARE REMOVED. THE CONTRACTOR SHALL PROTECT AND CAREFULLY PRESERVE ALL MONUMENTS UNTIL AN ILLINOIS REGISTERED LAND
SURVEYOR OR AGENT HAS WITNESSED OR OTHERWISE REFERENCED THEIR LOCATION. THE CONTRACTOR WILL BE RESPONSIBLE FOR HAVING AN ILLINOIS
4. ANY REFERENCE TO STANDARDS THROUGHOUT THE PLANS SHALL BE INTERPRETED TO BE THE LATEST STANDARDS OF THE DEPARTMENT AS SHOWN ON
BE ALLOWED.
7. THE CONTRACTOR SHALL TAKE CARE NOT TO STORE OR DISPOSE OF DEBRIS OR UNSUITABLE MATERIALS WITHIN LIMITS OF THE IMPROVEMENT AND TAKE CARE
TO LIMIT CONSTRUCTION TO WITHIN THE RIGHT-OF-WAY AND EASEMENT AREAS. UNNECESSARY ENCROACHMENTS ONTO PRIVATE OR PUBLIC AREAS WILL NOT
*
3. WHEREVER IN THE PLANS OR SPECIFICATIONS THE TERM "STANDARD SPECIFICATIONS FOR WATER MAIN AND SEWER CONSTRUCTION" IS USED IT SHALL BE
UNDERSTOOD BY THE CONTRACTOR TO MEAN THE "STANDARD SPECIFICATIONS FOR WATER AND SEWER MAIN CONSTRUCTION IN ILLINOIS" AS PREPARED BY
1. ALL ELEVATIONS SHOWN ARE REFERRED TO THE N.A.V.D. 88 DATUM.
GENERAL NOTES
PERMITTED AROUND TREES AS DETERMINED BY THE ENGINEER. THE CONTRACTOR WILL ALSO BE RESPONSIBLE FOR AVOIDING CONFLICTS BETWEEN OVERHEAD TREE LIMBS
IT IS THE CONTRACTOR’S RESPONSIBILITY TO MAINTAIN CENTERLINE CONTROL POINTS OR BENCHMARKS AND SET ADDITIONAL POINTS AND TIES AS NECESSARY TO
INSURE THAT CONTROL POINTS AND BENCHMARKS CAN BE ACCURATELY REPLICATED DURING CONSTRUCTION.
9. TREES TO BE SAVED OR PRUNED: PARTICULAR EFFORT SHALL BE MADE TO SAVE ALL DESIRABLE EXISTING TREES OR SHRUBS. ONLY A MINIMUM OF GRADING WILL BE
AND THE EQUIPMENT USED FOR EXCAVATING. ANY NECESSARY TREE PRUNING SHALL BE DONE BY A CERTIFIED ARBORIST EMPLOYED BY THE CONTRACTOR AND APPROVED
BY THE ENGINEER. THE CONTRACTOR WILL BE HELD RESPONSIBLE FOR UNNECESSARY DAMAGE TO TREES, SHRUBS, OR LANDSCAPING INTENDED TO BE SAVED.
AMEREN ILLINOIS
BE RESPONSIBLE FOR AVOIDING CONFLICTS BETWEEN OVERHEAD UTILITY LINES AND THE EQUIPMENT USED FOR EXCAVATING. SEE "STATUS OF UTILITIES" SHEET WITHIN
OTHERWISE BY THE ENGINEER. THIS WORK WILL NOT BE PAID FOR SEPARATELY AND SHALL BE INCLUDED IN THE UNIT PRICES BID.
SAFETY, OR DAMAGE TO THE PUBLIC ARISE FROM CONSTRUCTION OPERATIONS. WATER SHALL BE USED AS A DUST SUPPRESSANT AND CLEANING AGENT UNLESS DIRECTED
BY THE ENGINEER. THE CONTRACTOR SHALL BE RESPONSIBLE FOR CLEANING ALL DUST OR AIRBORNE EROSION FROM ADJACENT PROPERTIES IF CONCERNS OF HEALTH,
STANDARD SPECIFICATIONS. DUST CONTROL SHALL BE USED FOR THE EARTHWORK OR ANY OTHER OPERATIONS THAT WARRANT DUST CONTROL MEASURES AS DIRECTED
20. PRIOR TO THE START OF CONSTRUCTION THE CONTRACTOR SHALL PROVIDE TO THE ENGINEER A DUST CONTROL PLAN IN ACCORDANCE WITH ARTICLE 107.36 OF THE
14. EXISTING PAVEMENTS, CURBS AND GUTTERS, AND SIDEWALKS IN WHICH THE TOP SURFACE IS TO BE JOINED TO THE PROPOSED WORK SHALL BE SO JOINED
19. THE CONTRACTOR SHALL BE RESPONSIBLE FOR CLEANUP OF THE SITE PRIOR TO FINAL ACCEPTANCE IN ACCORDANCE WITH ARTICLE 104.06 OF THE STANDARD SPECIFICATIONS.
I.S.P.E., A.G.C.I., I.M.L., AND U.C.A., ADOPTED JULY 2014.
THE SPECIAL PROVISIONS FOR ADDITIONAL INFORMATION REGARDING KNOWN UTILITY RELOCATIONS OR ADJUSTMENTS REQUIRED FOR THE PROPOSED CONSTRUCTION. THE
1406 CARDINAL COURT
URBANA, ILLINOIS 61801
(217) 373-3258
FORSYTH, ILLINOIS 62535
102 EAST SHAFER ST.
WINDSTREAM
(319) 790-1464
602 HIGH POINT LANE
(309) 670-0400
ITV3
EAST PEORIA, ILLINOIS 61611
CONTRACTOR’S ATTENTION IS DIRECTED TO ARTICLE 105.07 OF THE STANDARD SPECIFICATIONS ENTITLED "COOPERATION WITH UTILITIES".
8. WHERE SECTION OR SUBSECTION MONUMENTS, BENCHMARKS, OR PROPERTY MONUMENTS ARE ENCOUNTERED, THE ENGINEER SHALL BE NOTIFIED BEFORE
REGISTERED LAND SURVEYOR RE-ESTABLISH ANY MONUMENTS DESTROYED BY THEIR OPERATIONS.
15. ALL SAW CUTS FOR REMOVALS SHALL BE FULL DEPTH WITH AN APPROVED SAW.
16. ALL SAW CUTS, NECESSARY TO COMPLETE THE WORK DETAILED IN THESE PLANS SHALL BE INCLUDED IN THE COST FOR VARIOUS PAY ITEMS INVOLVED.
AND ADOPTED ON APRIL 1, 2016 INCLUDING THE SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS.
THE HIGHWAY STANDARDS AND LEGEND SHEET NO. 1.
INDICATES J.U.L.I.E. MEMBER
(217) 383-7280
URBANA, ILLINOIS 61801
1112 ANTHONY DRIVE
(ELECTRICAL DIST./GAS)
ILLINOIS-AMERICAN WATER COMPANY
(217) 367-3409
URBANA, ILLINOIS 61803
P.O. BOX 669
URBANA-CHAMPAIGN SANITARY DISTRICT
303 FAIRLAWN DRIVE
URBANA, ILLINOIS 61801
(217) 384-2510
CHAMPAIGN, ILLINOIS 61820
(217) 398-7990
*
*
*
*
*
COMCAST
201 S. NEIL STREET
AT&T
(309) 838-0788
*PAETEC (FORMERLY MCLEOD USA)
30486 EAST 400 NORTH ROAD
STRAWN, ILLINOIS 61775
CHAMPAIGN, ILLINOIS 61820
(217) 403-4710 (800) 604-6688
CITY OF CHAMPAIGN
702 EDGEBROOK DRIVE
LIGHT CORE
1151 CENTURY TEL DRIVE, BLDG A
WENTZVILLE, MISSOURI 63385
* *
18. HORIZONTAL BASELINE CONTROL POINTS AND VERTICAL BENCHMARKS ARE SHOWN FOR THE CONTRACTOR TO PHYSICALLY LOCATE MONUMENTATION IN THE FIELD.
OF THE STANDARD SPECIFICATIONS. THE JULIE NUMBER IS 800-892-0123. A MINIMUM OF 48 HOURS ADVANCE NOTICE IS REQUIRED.
13. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING UTILITY PROPERTY FROM CONSTRUCTION OPERATIONS AS OUTLINED IN ARTICLES 107.37, 107.38, 107.39, AND 107.40
TYPICAL SECTIONS\
\
STA 208+00.00 TO STA 209+25.00
\
STA 400+00.00 TO STA 403+02.84
STA 300+00.00 TO STA 303+36.43
STA 222+78.29 TO STA 223+28.40
STA 209+25.00 TO STA 215+75.00
STA 200+00.00 TO STA 208+00.00
STA 101+52.42 TO STA 102+60.85
STA 100+00.00 TO STA 101+10.43
2.0’6.0’2.0’
1.5% (2% MAX)(V:H)
1:4
(V:H)
1:4 MATCH EXISTING
MATCH EXISTING
PCC SIDEWALK 6"
EXISTING GRADE
6.0’ 2.0’2.0’
MATCH EXISTING
PCC SIDEWALK 6"
(V:H)
1:4
(V:H)
1:4
MATCH EXISTING
EXISTING GRADE 1.0’
MATCH EXISTING2.0’6.0’2.0’
MATCH EXISTING
PCC SIDEWALK 6"EXISTING GRADE
(V:H)
1:4
(V:H)
1:4
\
2.0’6.0’2.0’
MATCH EXISTING
EXISTING GRADE
STA 500+00.00 TO STA 501+68.87
STA 215+75.00 TO STA 221+35.50
STA 600+00.00 TO STA 600+58.96
(V:H)
1:4
4.0%4.0%
GRADE TO DRAIN
MATCH EXISTING
PCC SIDEWALK CURB*
ADDITIONAL SIDEWALK CURB INFORMATION
*SEE MISCELLANEOUS DETAILS SHEET FOR
1.5% (2% MAX)
4.0%
4.0%
4.0%4.0%4.0%
4.0% 4.0%
1.5% (2% MAX)
1.5% (2% MAX)
MAY BE ADJUSTED AS DIRECTED BY THE ENGINEER.
SHALL BE INSTALLED AT ALL INLETS AS DIRECTED BY THE ENGINEER. AN ESTIMATED QUANTITY FOR THE EROSION CONTROL ITEMS HAS BEEN INCLUDED IN THE PROJECT AND
AND SEDIMENT FROM LEAVING THE SITE. THE LOCATIONS FOR THE INLET AND PIPE PROTECTION SHALL BE AT ALL DRAINAGE STRUCTURES LOCATED IN SAGS. INLET FILTERS
AND IN ACCORDANCE WITH STD. 280001. A PERIMETER EROSION CONTROL BARRIER SHALL BE INSTALLED AT LOCATIONS AS DIRECTED BY THE ENGINEER TO PREVENT SILT
17. THE CONTRACTOR WILL BE REQUIRED TO PROVIDE PERIMETER EROSION BARRIER, INLET AND PIPE PROTECTION, AND INLET FILTERS AS DIRECTED BY THE ENGINEER
THROUGH SAW CUT JUNCTURES. 1/2" EXPANSION JOINT MATERIAL SHALL BE PLACED AT THESE JUNCTURES AS DIRECTED BY THE ENGINEER.
SOD REMOVAL 6"
PCC SIDEWALK 6"
**
***
SIDEWALK GRADE COMPARED TO EXISTING.
BE USED WHEN REQUIRED TO RAISE PCC
***AGGREGATE BASE COURSE, TY A SHALL
THE PROJECT.
OR IN PLACE OF ALL PCC SIDEWALK FOR
**SOD REMOVAL OF 6" IS REQUIRED UNDER
RAISE PCC SIDEWALK GRADE COMPARED TO EXISTING.
21. SOD REMOVAL OF 6" IS REQUIRED UNDER OR IN PLACE OF ALL PCC SIDEWALK FOR THE PROJECT. AGGREGATE BASE COURSE, TY A SHALL BE USED AS FILL WHEN REQUIRED TO
22. CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ALL CITY OF CHAMPAIGN PERMITS.
ENGINEER. EXISTING TURF WHICH IS DAMAGED SHALL BE REESTABLISHED WITH SOD OR SEED AS DIRECTED BY THE ENGINEER AT THE CONTRACTOR’S EXPENSE.
11. ALL DISTURBED AREAS SHALL BE SEEDED AS SHOWN ON THE PLANS. SEEDING AND MULCHING SHALL BE DONE AS NOTED ON THE PLANS AND AS DIRECTED BY THE
12. UTILITY LOCATIONS WERE PLOTTED FROM INFORMATION FURNISHED BY THE VARIOUS UTILITY COMPANIES AND THEIR ACCURACY SHOULD BE CONSIDERED APPROXIMATE.
NO RESPONSIBILITY IS ACCEPTED FOR THE LOCATIONS AS SHOWN OR THAT ALL UTILITY FACILITIES ARE SHOWN. UTILITY LOCATIONS SHOWN IN THE PLANS AND PROFILES
ARE APPROXIMATE AND REPRESENT LOCATIONS PRIOR TO ANY UTILITY RELOCATIONS REQUIRED TO ACCOMMODATE THE PROPOSED CONSTRUCTION. IT SHALL BE THE
RESPONSIBILITY OF THE CONTRACTOR TO DETERMINE UTILITY LOCATIONS AT THE TIME OF CONSTRUCTION AND TO PROTECT SAME. THE CONTRACTOR WILL ALSO
AGG BASE COURSE
THE ADJUSTMENT OF QUANTITIES AS SPECIFIED IN ARTICLE 440.07 OF THE STANDARD SPECIFICATIONS SHALL NOT APPLY.
23. NO ADDITIONAL COMPENSATION SHALL BE ALLOWED FOR PAVEMENT REMOVAL ITEMS DUE TO VARIATIONS IN PAVEMENT TYPES., THICKNESSES OR AMOUNT OF REINFORCEMENT.
25. THE FOLLOWING RATES OF APPLICATION HAVE BEEN ASSUMED IN CALCULATING PLAN QUANTITIES:
AGGREGATE MATERIALS 1.8 TON/CU YD
PLACED AS DIRECTED BY THE ENGINEER.
24. TRANSVERSE TOOLED JOINTS SHALL BE PLACED AT INTERVALS THAT MATCH THE SIDWALK WIDTH, BUT SHALL NOT EXCEED 6’ CENTERS. 1/2" EXPANSION JOINTS SHALL BE
26. POSSIBLE UTILITY OWNERS:
INCLUDED IN THE COST OF EXCAVATION SPECIAL.
10. THE FINISHED EARTHWORK SHALL HAVE VEGITATIVE SUSTAINING TOPSOIL 4" THICK COVERING THE AREAS TO BE SODDED OR SEEDED. THE TOPSOIL REQUIRED SHALL BE
TOPSOIL, SEEDING AND MULCH (TYP)
TOPSOIL, SEEDING AND MULCH (TYP)
MULCH (TYP)
SEEDING AND
TOPSOIL,
MULCH (TYP)
SEEDING AND
TOPSOIL,
P:\
C1170030_
CP
D - Z
ahnd P
ark\Pla
ns\s
heets\C
1170030-0
2.G
N.d
gn
12/6/2018 8:29:03 AM
COUNTY
ILLINOIS
SHEETS
TOTAL
DATE
DESIGNED
CHECKED
DRAWN
-
-
-
-
REVISED -
-
-
-
REVISED
REVISED
REVISED
PLOT DATE =
No. 184-000450
DESIGN FIRM REGISTRATIONwww.clarkdietz.com
PHONE : 217.373.8900
CHAMPAIGN, IL 61820
125 WEST CHURCH STREET
FIL
E
NA
ME
=
NO
SHEET
PROJECT NO C1170030
ADG
ADG
CHAMPAIGN PARK DISTRICT
ZAHND PARK
9CHAMPAIGN
Nov 2018
SMW
3
SUMMARY OF QUANTITIES SCHEDULE OF QUANTITIESX0000000 EXCAVATION SPECIAL28000500 INLET AND PIPE PROTECTION
THESE ITEMS WILL NOT BE PAID FOR SEPERATELY.
AND ARE PROVIDED FOR INFORMATION PURPOSES ONLY.
EXCAVATION SPECIAL INCLUDES THE ITEMS LISTED ABOVE 42400300 28000500 PCC SIDEWALK 6"
LEGEND
W
W G
W
W
G
E
E
E
E
T
T
CO
DS
EXISTING PROPOSED EXISTING PROPOSED
DECIDUOUS TREE
CONIFEROUS TREE
BUSH
TREE STUMP
FLOOD LIGHT
FLAG POLE
GATE POST
FENCE POST
BOLLARD
DOWNSPOUT
CLEANOUT
MAILBOX
YARD LIGHT
PARKING LOT LIGHT
DELINEATOR
TRAFFIC SIGN
STREET SIGN
RIGHT-OF-WAY MARKER
IRON PIN/PIPE FOUND
MONUMENT
TELEPHONE PEDESTAL
TELEPHONE MANHOLE
TELEPHONE POLE
GUY WIRE
GUY POLE
ORNAMENTAL STREET LIGHT
ROADWAY STREET LIGHT
ROADWAY LIGHTING CONTROLLER
POWER POLE W/TRANSFORMER
POWER POLE W/LIGHT
POWER POLE
ELECTRIC JUNCTION BOX
ELECTRIC PEDESTAL
ELECTRIC METER
ELECTRIC MANHOLE
GAS METER
FIRE HYDRANT
WATER METER
WATER MANHOLE
VALVE
SERVICE BOX SHUTOFF
UTILITY WARNING SIGN
MANHOLE
INLET OR CATCH BASIN
FOUNDATION DRAIN
STORM SEWER WATER MAIN QUALITY
STORM SEWER
SANITARY SEWER
FIBER OPTIC LINE
COMMUNICATION LINE
CABLE TELEVISION
UNDERGROUND TELEPHONE
OVERHEAD TELEPHONE
UNDERGROUND ELECTRIC
OVERHEAD ELECTRIC
GAS LINE
WATER LINE
AND LEGEND
SUMMARY AND SCHEDULE OF QUANTITIES
ADDITIONAL 2 FOOT OF WIDTH FOR EACH SHOULDER.
THE ENTIRE LENGTH AND WIDTH OF THE PATH PLUS AN
EARTH EXCAVATION ASSUMES 6 INCHES OF REMOVAL ALONG
THE PLANS.
THE PATH AND TO THE CONSTRUCTION LIMITS AS SHOWN ON
ALONG EACH 2 FOOT SHOULDER FOR THE ENTIRE LENGTH OF
FURNISHED EXCAVATION ASSUMES 6 INCHES OF PLACEMENT
VOIDS UNDER PCC SIDEWALK AT A WIDTH OF 7 FOOT.
AGGREGATE BASE COURSE QUANTITY IS ASSUMED FOR ALL -
-
-
-
P:\
C1170030_
CP
D - Z
ahnd P
ark\Pla
ns\s
heets\C
1170030-0
3.S
OQ.d
gn
2/1/2019 5:24:47 PM
COUNTY
ILLINOIS
SHEETS
TOTAL
DATE
DESIGNED
CHECKED
DRAWN
-
-
-
-
REVISED -
-
-
-
REVISED
REVISED
REVISED
PLOT DATE =
No. 184-000450
DESIGN FIRM REGISTRATIONwww.clarkdietz.com
PHONE : 217.373.8900
CHAMPAIGN, IL 61820
125 WEST CHURCH STREET
FIL
E
NA
ME
=
NO
SHEET
PROJECT NO C1170030
ADG
ADG
CHAMPAIGN PARK DISTRICT
ZAHND PARK
9CHAMPAIGN
Nov 2018
SMW
SCALE : 1"=40’
SCALE: 1" = 40’
80’0’ 40’
HORIZONTAL ALIGNMENT LAYOUT AND CONTROL 4
FOR CONTRATOR USE
CAD ALIGNMENT FILE
ENGINEER WILL PROVIDE
TCE #2
TCE #1 TCE #9
TCE #7
TCE #8
TCE #4
TCE #3
TCE #5
TCE #6TCE #11TCE #10
TCE #12
1.00’ RT501+67.8612
7.00’ RT501+67.8611
11.55’ RT500+71.8710
6.07’ RT500+69.89
10.17’ LT207+80.288
16.09’ LT207+81.247
13.00’ LT211+38.696
23.00’ LT211+38.695
23.00’ LT211+53.694
13.00’ LT211+53.693
21.51’ LT214+81.002
16.04’ LT214+83.001
OFFSETSTA TCE #
TEMPORARY CONSTRUCTION EASEMENT
EX ROWTEMP CONSTRUCTION EASEMENTTEMP CONSTRUCTION EASEMENT
EX ROW
EX
RO
W
EX
RO
W
P:\
C1170030_
CP
D - Z
ahnd P
ark\Pla
ns\s
heets\C
1170030-0
4.Align.d
gn
12/6/2018 8:29:07 AM
COUNTY
ILLINOIS
SHEETS
TOTAL
DATE
DESIGNED
CHECKED
DRAWN
-
-
-
-
REVISED -
-
-
-
REVISED
REVISED
REVISED
PLOT DATE =
No. 184-000450
DESIGN FIRM REGISTRATIONwww.clarkdietz.com
PHONE : 217.373.8900
CHAMPAIGN, IL 61820
125 WEST CHURCH STREET
FIL
E
NA
ME
=
NO
SHEET
PROJECT NO C1170030
ADG
ADG
CHAMPAIGN PARK DISTRICT
ZAHND PARK
9CHAMPAIGN
Nov 2018
SMW
P
C
ST
A 402
+39.8
5
PT
STA 40
2+88.0
2
P
T
ST
A 208
+15.0
8
P
C
ST
A 214
+48.0
1 PT STA 215+59
.71
PC STA 216+31
.65
PT STA 220+22.19
PC STA 220+59.94
P
C S
TA 222+45.0
7
PT STA 102+39.02
P
C ST
A 302+76.0
3
PT STA 221+01.83
POT STA
403+
02.84
PO
T
ST
A 223
+28.4
0
PO
T
ST
A 600
+58.9
6
PO
T
ST
A 600
+00.0
0
PO
T
ST
A 101+10.4
3
POT STA 300+00.00
PT ST
A 302+03.2
9 POT STA 303+36.43
PO
T
ST
A 501+68.8
7
PO
T
ST
A 200
+00.0
0
PO
T
ST
A 101+52.4
2
PC
C
ST
A 101+94.8
2
PO
T
ST
A 400
+00.0
0
PI
ST
A 402
+10.0
0
PI S
TA 22
1+35.50
PT
ST
A 223
+00.5
7
P
OT ST
A 10
0+00.0
0
POT STA 102+60.85
PC STA 100+23.83
PT
ST
A 100
+96.0
9
PC
ST
A 101+66.7
6
P
RC ST
A 219
+14.19
PT
ST
A 202+76.8
6
PC
ST
A 203+01.0
3
PC
ST
A 201+89.6
0
PT STA 204+68.58
PC STA 206+08.37
PT ST
A 206+63.10
PC ST
A 206+75.4
6
PC STA 301+61.40
PT STA 303+24.20
PT
ST
A 500
+90.2
7
PC STA 500+50.13
PO
T
ST
A 211+49.6
7
POT STA 220+83.89
500
501
400401
402
403
200
201
202203
204
205
206
207
208209210211212213214
215
216
217
218
219
220
221
222
223
100
101
102
600
300
301
302
303
T = 138.56
R = 80.00
L = 167.55
E = 80.00
T = 44.08
R = 250.00
L = 87.27
E = 3.86
T = 28.07
R = 100.00
L = 54.72
E = 3.86
R = 46.00
T = 21.45
L = 40.14
E = 4.76
T = 72.79
R = 200.00
L = 139.63
E = 12.84
T = 26.56
R = 46.00
L = 48.17
E = 7.12
R = 40.00
T = 23.09
L = 41.89
E = 6.19
E = 24.43
T = 67.13
R = 80.00
L = 111.70
T = 158.51
R = 250.00
L = 282.54
E = 46.02
T = 54.86
R = 250.00
L = 108.01
E = 5.95
T = 23.09
R = 40.00
L = 41.89
E = 6.19
T = 26.56
R = 46.00
L = 48.17
E = 7.12
T = 29.91
R = 60.00
L = 55.50
E = 7.04
R = 46.00
T = 46.00
L = 72.26
E = 19.05
T = 46.00
R = 46.00
L = 72.26
E = 19.05
PI STA 102+12.76
PC STA = 101+66.76
PT STA = 102+39.02
PI STA 100+69.83
PT STA = 100+96.09
PC STA = 100+23.83
PI STA 402+66.41
PT STA = 402+88.02
PC STA = 402+39.85
PI STA 220+83.03
PC STA = 220+59.94
PT STA = 221+01.83
PI STA 219+69.04
PC STA = 219+14.19
PT STA = 220+22.19
PI STA 222+74.98
PC STA = 222+45.07
PT STA = 223+00.57
PI STA 204+39.59
PC STA = 203+01.03
PT STA = 204+68.58
PI STA 202+33.68
PC STA = 201+89.60
PT STA = 202+76.86
PI STA 217+90.16
PC STA = 216+31.65
PT STA = 219+14.19
PI STA 206+36.44
PC STA = 206+08.37
PT STA = 206+63.10
PI STA 301+84.49
PT STA = 302+03.29
PC STA = 301+61.40
PI STA 303+02.59
PC STA = 302+76.03
PT STA = 303+24.20
PI STA 207+48.25
PC STA = 206+75.46
PT STA = 208+15.08
PI STA 215+15.14
PT STA = 215+59.71
PC STA = 214+48.01
PI STA 500+71.58
PC STA = 500+50.13
PT STA = 500+90.27
PC
C
ST
A 100
+68.0
3
POT STA 500+00.0
0
SCALE : 1"=40’
SCALE: 1" = 40’
80’0’ 40’
5PLAN VIEW
924 SQ FT
SIDEWALK REMOVAL,
TO DRAIN
GRADE
CURB (126.0’)
PCC SIDEWALK
ADJACENT TO SIDEWALK.
REMOVE AND SALVAGE TIMBERS
EXISTING MULCH TO SIDEWALK.
PLACE NEW MULCH TO MATCH
TIMBER TO PROPOSED SIDEWALK.
EXTEND TIMBERS WITH SALVAGED
60.0’
1.0’
1.0’
DETENTION
DRAINAGE TO
VERIFY POSITIVE
CONTRACTOR TO
EL 704.25
10.8’ LT
STA 215+78.73
EL 708.41
10.7’ LT
STA 303+08.3
10.6’ LT
STA 303+07.2
EL 708.18
4.7’ RT
STA 303+13.3
4.6’ RT
STA 303+12.5
EX ROWEX ROW
EX
RO
W
CONSTRUCTION LIMITS (TYP)
12.0’
CONSTRUCTION LIMITS (TYP)
CONSTRUCTION LIMITS (TYP)
FROM 6" TO 0"
TRANSITION CURB
12 FT @ 1.3%
TRENCH DRAIN,
18 FT @ 1.3%
CL D, TY 1 18",
PIPE CULVERTS,
16 FT @ 1.4%
CL D, TY 1 8",
2-PIPE CULVERTS,
EL 711.16
7.9’ LT
STA 300+33.4EL 711.01
1.9’ RT
STA 300+40.2
EL 704.49
4.8’ RT
STA 215+69.6
PARKING BLOCK, 1 EA
REMOVE EXISTING
DRAIN
GRADE TO
6.0’
6.0’
TEMP CONSTRUCTION EASEMENT TEMP CONSTRUCTION EASEMENT
42 SQ FT
SIDEWALK REMOVAL,
14 SQ FT
DETECTABLE WARNING,
17 SQ FT
WARNING,
DETECTABLE
MARKING LINE 4", 55 FT
WHITE PAINT PAVEMENT
FOOTBALL FIE
LD
HM
AH
MA
FIR
ESTATIO
N #6
YM
CA
YM
CA
PCC
PAVILIO
N
BA
TTIN
G
CA
GE
SOFTBALL FIE
LD
BASEBALL FIE
LD
PCC
PCC
WIN
DS
OR
RO
AD
PAVILIO
N
PLAYGROUND
CONSTRUCTION LIMITS (TYP)
6.0’ TYP
6.0’
TYP
6.0’ TYP
6.0’ TYP
6.0’
TYP
6.0’
TYP
5.0’
PCC SIDEWALK 6"
PCC SIDEWALK 6"
PCC SIDEWALK 6"
PCC SIDEWALK 6"
PCC SIDEWALK 6"
PCC SIDEWALK 6"
PCC SIDEWALK 6"
ZAHND PARK
P:\
C1170030_
CP
D - Z
ahnd P
ark\Pla
ns\s
heets\C
1170030-0
5.Pln.d
gn
12/6/2018 8:29:08 AM
COUNTY
ILLINOIS
SHEETS
TOTAL
DATE
DESIGNED
CHECKED
DRAWN
-
-
-
-
REVISED -
-
-
-
REVISED
REVISED
REVISED
PLOT DATE =
No. 184-000450
DESIGN FIRM REGISTRATIONwww.clarkdietz.com
PHONE : 217.373.8900
CHAMPAIGN, IL 61820
125 WEST CHURCH STREET
FIL
E
NA
ME
=
NO
SHEET
PROJECT NO C1170030
ADG
ADG
CHAMPAIGN PARK DISTRICT
ZAHND PARK
9CHAMPAIGN
Nov 2018
SMW
E
W
E
E
E
RIS
ER
TA
NK
SEPTIC
500
501
400401
402
403
200
201
202203
204
205
206
207
208209210211212213214
215
216
217
218
219
220
221
222
223
100
101
102
600
300
301
302
303
SCALE : 1"=20’ SHEET NO 1 OF 2 SHEETS STA 200+00 TO STA 218+00
6
705
710
715
720
725
705
710
715
720
725
715
710
705
700
695
715
710
705
700
695
BASELINE 200
SIDEWALK PROFILES
CASE SHALL THE RUNNING SLOPE EXCEED 5.0%.
DESIRED RUNNING SLOPE IS BETWEEN 0.4% AND 4.5%. IN NO
DRAINAGE ACROSS PATHWAY.
TO MORE CLOSELY FOLLOW EXISTING GRADE AND TO MAINTAIN
CONTRACTOR RESPONSIBLE TO MAKE ADJUSTMENTS AS REQUIRED
PROFILES PROVIDED AS REFERENCE FOR VERTICAL ALIGNMENT.
NOTE:
705
710
715
720
725
705
710
715
720
725
ALONG PROPOSED BASELINE
EXISTING GROUND PROFILE
ALONG PROPOSED BASELINE
EXISTING GROUND PROFILE
ALONG PROPOSED BASELINE
EXISTING GROUND PROFILE
ALONG BASELINE 200
PROPOSED PROFILE
ALONG BASELINE 200
PROPOSED PROFILE
ALONG BASELINE 200
PROPOSED PROFILE
P:\
C1170030_
CP
D - Z
ahnd P
ark\Pla
ns\s
heets\C
1170030-0
6.Prf_1.d
gn
12/6/2018 8:29:14 AM
COUNTY
ILLINOIS
SHEETS
TOTAL
DATE
DESIGNED
CHECKED
DRAWN
-
-
-
-
REVISED -
-
-
-
REVISED
REVISED
REVISED
PLOT DATE =
No. 184-000450
DESIGN FIRM REGISTRATIONwww.clarkdietz.com
PHONE : 217.373.8900
CHAMPAIGN, IL 61820
125 WEST CHURCH STREET
FIL
E
NA
ME
=
NO
SHEET
PROJECT NO C1170030
ADG
ADG
CHAMPAIGN PARK DISTRICT
ZAHND PARK
9CHAMPAIGN
Nov 2018
SMW
+1.19% +2.31%
+2.31%+3.71
%
+3.71%
+3.07%+3.07% +1.13% -2.70%
-2.70%-3.26%
-3.26%-1.59%
-1.59% +0.72%
VPI
ST
A 203
+00.0
0
VPI
ST
A 203
+50.0
0
VPI
ST
A 203
+75.0
0
VPI
ST
A 204
+25.0
0
EL
EV
ATIO
N 720.0
0
EL
EV
ATIO
N 720.2
8
EL
EV
ATIO
N 718.9
3
EL
EV
ATIO
N 718.4
6
VPI
ST
A 201+50.0
0
EL
EV
ATIO
N 714.2
2
VPI
ST
A 202
+45.0
0
VPI
ST
A 204
+75.0
0
VPI
ST
A 205
+50.0
0
EL
EV
ATIO
N 717.3
0
EL
EV
ATIO
N 716.4
2
EL
EV
ATIO
N 716.1
0
EL
EV
ATIO
N 716.9
9S
TA 200
+00.0
0S
TA 101+94.8
2
=
BA
SE
LIN
E 100
200+00 200+50 201+00 201+50 202+00 202+50 203+00 203+50 204+00 204+50 205+00 205+50 206+00
712.4
4
712.7
0
713.0
6
713.2
6
713.3
3
713.5
5
713.8
2
714.1
0
714.3
7
714.8
5
715.3
3
715.8
3
716.3
0
716.9
7
717.7
1
718.4
5
719.1
7
719.7
1
720.1
6
720.0
7
719.5
7
719.0
4
718.3
9
717.7
8
717.2
3
716.9
0
716.4
6
716.1
7
716.1
0
716.1
6
716.3
5
712.4
4
712.6
8
712.9
1
713.1
5
713.3
9
713.6
3
713.8
7
714.1
0
714.4
5
714.9
2
715.3
8
715.8
4
716.3
0
716.9
8
717.7
2
718.4
6
719.0
7
719.6
9
720.1
1
720.1
5
719.6
1
719.0
7
718.4
4
717.7
9
717.2
2
716.9
0
716.5
8
716.2
6
716.1
8
716.3
2
716.4
7
+0.72% +2.34%
+2.34% +0.88% +0.88% -2.67%-3.27%
-3.27%-1.47%
-1.47% -2.51%-3.21%
-3.21%-1.73%
VPI
ST
A 207
+50.0
0
VPI
ST
A 208
+00.0
0
VPI
ST
A 208
+25.0
0
VPI
ST
A 209
+50.0
0
VPI
ST
A 209
+75.0
0
EL
EV
ATIO
N 718.8
0
EL
EV
ATIO
N 718.1
3
EL
EV
ATIO
N 718.3
6
EL
EV
ATIO
N 715.4
0
EL
EV
ATIO
N 714.7
7
VPI
ST
A 210
+75.0
0
EL
EV
ATIO
N 711.5
6
VPI
ST
A 207
+00.0
0
VPI
ST
A 208
+75.0
0
EL
EV
ATIO
N 717.1
9
EL
EV
ATIO
N 716.5
0
EL
EV
ATIO
N 710.2
7S
TA 211+49.6
6S
TA 303
+36.4
3
=
BA
SE
LIN
E 300
EL
EV
ATIO
N 716.9
9S
TA 206
+72.2
8S
TA 500
+00.0
0
=
BA
SE
LIN
E 500
206+00 206+50 207+00 207+50 208+00 208+50 209+00 209+50 210+00 210+50 211+00 211+50 212+00
716.3
5
716.5
4
716.7
6
716.9
2
717.1
4
717.1
9
717.4
7
717.9
7
718.1
4
718.4
8
718.4
2
718.3
7
717.8
4
717.2
2
716.7
7
716.3
4
716.0
4
715.7
4
715.1
7
714.6
3
713.9
1
713.2
2
712.7
6
712.0
8
711.4
4
711.1
5
710.7
7
710.4
7
710.1
4
709.7
7
709.3
4
716.4
7
716.6
1
716.7
6
716.9
0
717.0
4
717.1
9
717.6
6
718.1
3
718.4
5
718.6
2
718.8
0
718.2
7
717.6
4
716.9
9
716.4
3
716.1
3
715.8
4
715.5
5
715.1
5
714.6
1
713.9
7
713.3
3
712.6
9
712.0
4
711.4
7
711.1
3
710.7
8
710.4
4
710.0
9
709.7
5
709.4
0
-1.73% -0.41%-0.41% -1.04%
-1.04% -0.42%-0.42% +0.72%
+0.72% -0.88%
-0.88% +0.40% +0.40% +1.07%
VPI
ST
A 214
+00.0
0
VPI
ST
A 216
+65.0
0
EL
EV
ATIO
N 707.6
0
EL
EV
ATIO
N 706.8
2
VPI
ST
A 212
+75.0
0
VPI
ST
A 214
+75.0
0
VPI
ST
A 215
+95.0
0
VPI
ST
A 217
+30.0
0
VPI
ST
A 217
+80.0
0
EL
EV
ATIO
N 706.3
2
EL
EV
ATIO
N 708.1
1
EL
EV
ATIO
N 706.8
2
EL
EV
ATIO
N 706.4
5
EL
EV
ATIO
N 706.2
5
STA 215+72.5
? EL 704.42
CL D, TY 1, 18"
PIPE CULVERTS
212+00 212+50 213+00 213+50 214+00 214+50 215+00 215+50 216+00 216+50 217+00 217+50 218+00
709.3
4
708.8
8
708.4
9
708.2
1
707.9
4
707.8
4
707.8
2
707.6
7
707.5
4
707.4
4
707.1
5
707.1
2
707.2
0
707.0
5
706.7
3
706.6
8
706.6
2
706.5
6
705.4
9
704.6
3
706.3
1
706.5
1
706.6
0
706.7
9
706.6
5
706.5
5
706.3
9
706.3
2
706.4
4
706.4
7
706.7
0
709.4
0
709.0
6
708.7
1
708.3
7
708.0
9
708.0
1
707.9
3
707.8
4
707.7
6
707.6
8
707.6
0
707.3
9
707.1
8
706.9
8
706.8
0
706.7
2
706.6
3
706.5
5
706.4
7
706.3
8
706.3
6
706.5
0
706.6
4
706.7
9
706.6
9
706.5
1
706.3
4
706.2
9
706.3
7
706.4
5
706.6
6
SCALE : 1"=20’ SHEET NO 2 OF 2 SHEETS
7
705
710
715
720
725
705
710
715
720
725
715
710
705
700
695
715
710
705
700
695
BASELINE 200, 300 AND 400
SIDEWALK PROFILES
CASE SHALL THE RUNNING SLOPE EXCEED 5.0%.
DESIRED RUNNING SLOPE IS BETWEEN 0.4% AND 4.5%. IN NO
DRAINAGE ACROSS PATHWAY.
TO MORE CLOSELY FOLLOW EXISTING GRADE AND TO MAINTAIN
CONTRACTOR RESPONSIBLE TO MAKE ADJUSTMENTS AS REQUIRED
PROFILES PROVIDED AS REFERENCE FOR VERTICAL ALIGNMENT.
NOTE:
705
710
715
720
725
705
710
715
720
725
ALONG PROPOSED BASELINE
EXISTING GROUND PROFILE
ALONG PROPOSED BASELINE
EXISTING GROUND PROFILE
ALONG PROPOSED BASELINE
EXISTING GROUND PROFILE
ALONG BASELINE 200
PROPOSED PROFILE
ALONG BASELINE 300
PROPOSED PROFILE
ALONG BASELINE 400
PROPOSED PROFILE
P:\
C1170030_
CP
D - Z
ahnd P
ark\Pla
ns\s
heets\C
1170030-0
7.Prf_2.d
gn
12/6/2018 8:29:15 AM
COUNTY
ILLINOIS
SHEETS
TOTAL
DATE
DESIGNED
CHECKED
DRAWN
-
-
-
-
REVISED -
-
-
-
REVISED
REVISED
REVISED
PLOT DATE =
No. 184-000450
DESIGN FIRM REGISTRATIONwww.clarkdietz.com
PHONE : 217.373.8900
CHAMPAIGN, IL 61820
125 WEST CHURCH STREET
FIL
E
NA
ME
=
NO
SHEET
PROJECT NO C1170030
ADG
ADG
CHAMPAIGN PARK DISTRICT
ZAHND PARK
9CHAMPAIGN
Nov 2018
SMW
+1.07% -0.40% -0.40% -1.71%
-1.71% -0.47% -0.47% +0.46% +0.46%
+1.85% +0.99%
VPI
ST
A 218
+65.0
0
VPI
ST
A 219
+10.0
0
VPI
ST
A 221+04.5
0
EL
EV
ATIO
N 707.3
6
EL
EV
ATIO
N 707.1
8
EL
EV
ATIO
N 706.8
5
VPI
ST
A 219
+65.0
0
VPI
ST
A 220
+20.0
0
VPI
ST
A 220
+70.0
0
EL
EV
ATIO
N 705.9
8
EL
EV
ATIO
N 706.2
1
EL
EV
ATIO
N 706.2
4 +1.85%
EL
EV
ATIO
N 706.4
7S
TA 220
+83.8
9S
TA 403
+02.8
4
=
BA
SE
LIN
E 400
707.1
6
218+00 218+50 219+00 219+50 220+00 220+50 221+00 221+50 222+00 222+50 223+00 223+50
706.7
0
706.9
1
707.1
5
707.3
5
707.3
9
707.3
1
707.0
0
706.6
0
706.2
6
706.1
7
706.0
5
705.9
9
706.1
0
706.1
2
706.4
4
706.8
2
707.0
0
707.1
6
707.1
9
707.2
4
707.3
8
707.6
0
707.8
6
708.1
6
708.6
1
708.8
6
709.6
0
710.7
3
706.6
6
706.8
8
707.0
9
707.3
1
707.3
0
707.2
2
707.0
1
706.6
7
706.3
3
706.1
7
706.0
7
705.9
8
706.0
7
706.1
7
706.4
0
706.7
7
707.0
0
VPI
ST
A 300
+30.0
0
-4.50%-0.42%
713.0
6
VPI
ST
A 300
+55.0
0
+2.36%
VPI
ST
A 300
+83.0
0
+0.42%
VPI
ST
A 300
+95.0
0
-0.40%V
PI
ST
A 301+61.4
0-0.40% -1.20%
VPI
ST
A 302
+03.2
9
-1.20% -3.33%
-3.33%
+0.41%
+3.89%
VPI
ST
A 303
+24.2
0
VPI
ST
A 303
+31.4
3
+4.43%
+0.64%
EL
EV
ATIO
N 711.7
1
EL
EV
ATIO
N 711.6
0
EL
EV
ATIO
N 712.3
1
EL
EV
ATIO
N 712.2
6
EL
EV
ATIO
N 712.0
4
EL
EV
ATIO
N 711.5
4
EL
EV
ATIO
N 710.2
4
EL
EV
ATIO
N 709.9
2
VPI
ST
A 302
+88.0
0
EL
EV
ATIO
N 708.7
2
VPI
ST
A 302
+94.0
0
EL
EV
ATIO
N 708.7
4
STA 300+39.0
? EL 711.04
TRENCH DRAIN
STA 303+12.17
STA 303+11.33
? EL 708.28
CL D, TY 1, 8"
2-PIPE CULVERTS
710.2
7
300+00 300+50 301+00 301+50 302+00 302+50 303+00
713.0
6
712.0
7
711.1
1
711.7
1
712.2
0
712.3
0
712.2
3
712.1
3
712.1
3
711.8
8
711.5
9
710.9
3
710.5
7
710.3
2
709.1
2
708.4
0
709.1
0
713.0
6
712.1
6
711.6
6
711.7
2
712.1
9
712.2
9
712.2
1
712.1
3
712.0
5
711.8
2
711.5
8
710.9
8
710.3
2
709.6
5
708.9
9
708.9
8
709.7
6
VPI
ST
A 401+71.0
0
VPI
ST
A 401+90.0
0
VPI
ST
A 402
+32.5
0
VPI
ST
A 402
+50.0
0
VPI
ST
A 402
+85.0
0
VPI
ST
A 402
+97.8
4
EL
EV
ATIO
N 707.9
7
EL
EV
ATIO
N 707.5
8
EL
EV
ATIO
N 705.8
3
EL
EV
ATIO
N 705.9
7
EL
EV
ATIO
N 705.6
7
EL
EV
ATIO
N 706.3
9
-0.55% -2.06%-4.50%
-4.50%
VPI
ST
A 402
+38.5
0
+1.36%
708.9
2
+1.50%
+3.26%+0.40%
EL
EV
ATIO
N 705.6
7
+0%
706.4
6
708.0
3
708.0
0
707.7
8
707.3
6
706.3
2
705.7
5
705.8
8
705.9
4
706.2
8
400+00 400+50 401+00 401+50 402+00 402+50 403+00
708.9
2
708.8
1
708.7
0
708.5
9
708.4
8
708.3
7
708.2
6
708.1
5
708.0
3
707.7
9
707.1
3
706.2
3
705.6
9
705.8
7
705.9
5
706.4
2
SCALE : 1"=5’
8ENLARGED PLANS
SCALE: 1" = 5’
10’0’ 5’
CONSTRUCTION LIMITS (TYP)
CONSTRUCTION LIMITS (TYP)
0.3%
LEGEND
PROPOSED ELEVATION
EXISTING ELEVATION
PROPOSED SLOPE
DETECTABLE WARNING
FLOW ARROW
P:\
C1170030_
CP
D - Z
ahnd P
ark\Pla
ns\s
heets\C
1170030-0
8.P
vmtJt.dgn
12/6/2018 8:29:17 AM
COUNTY
ILLINOIS
SHEETS
TOTAL
DATE
DESIGNED
CHECKED
DRAWN
-
-
-
-
REVISED -
-
-
-
REVISED
REVISED
REVISED
PLOT DATE =
No. 184-000450
DESIGN FIRM REGISTRATIONwww.clarkdietz.com
PHONE : 217.373.8900
CHAMPAIGN, IL 61820
125 WEST CHURCH STREET
FIL
E
NA
ME
=
NO
SHEET
PROJECT NO C1170030
ADG
ADG
CHAMPAIGN PARK DISTRICT
ZAHND PARK
9CHAMPAIGN
Nov 2018
SMW
2.0
%
0.3%
2.0
%
1.9%
0.8
%
8.2%
1.1
%
7.9%
1.7%1.7%
0.1
%
1.5%
1.7
%1.7%
0.2
%
1.3%
1.5
%
4.4%
1.5%
1.0%
0.2
%
4.5%
1.5
%
1.6
%
1.4
%
1.6
%
1.5
%
1.5
%
1.0
%1.2%
0.6
%
1.3
%4.3%
4.2%
1.5
%
4.5%
3.8%
0.2%
0.3%
1.5%
0.4
%
0.4
%
3.8
%
4.3
%
4.0%
4.5%
1.5
%
1.5
%
1.4%
1.6%
6.0’
6.0’ TYP
5.0’
TY
P
4.3’
4.3’
5.3’
4.3’
7.0’
6.0’
6.0’
21.8’
6.0’
20.1’
5.0’ TYP
4.5’ TYP
6.2’
5.2’
5.2’
6.0’
6.0’ TYP
6.0’ TYP 6.0’ TYP
9.0’3.8’
6.0’
TY
P
5.4’ TYP6.0’
5.0’
5.0’
5.0’
10.0’R
5.0’
R
5.0’R
10.0’R
4.8’4.8’
4.8’
5.2’
AND TO GRADE TO DRAIN
PLACE FILL AS REQUIRED
710.97
712.50
711.30
708.91
710.08
AND TO GRADE TO DRAIN
PLACE FILL AS REQUIRED
5.0’RR
5.0’
PAVILIO
N
BASEBALL FIE
LD
HM
A
PARKIN
G LOT
PCC SID
E
WALK
AND TO GRADE TO DRAIN
PLACE FILL AS REQUIRED
713.28
713.28
713.16
713.16
710.87
709.58710.87
709.60
709.43
710.61
709.36
711.19
709.27
711.08
710.07
710.39
710.37
710.37
711.01
710.80
710.97
710.97
711.04
711.04
711.09
711.09
711.06
711.06
711.08
711.08
710.98
710.91
710.82
710.98 710.71
710.87
710.64
710.81
710.89
710.98
710.28
710.29 709.92
710.30
709.17
711.03
711.30
709.63
711.10
709.41
709.13
711.01
709.34
710.03 710.12
709.52
710.45
710.19
710.05
710.10
710.89
710.89
710.72
710.32
710.24
710.68
710.83
710.83
710.06
710.06
709.78
710.04
710.25
710.10
708.99
708.77
708.85
708.90
708.58
708.58
708.67
708.67
710.13
710.11
SID
EW
AL
K
PCC
TOPSOIL
BACKFILL WITH
NOTES:
3/4" CHAMFER
#4 REBAR @ 12" CENTERS
3" CLR.
EVENLY SPACED
3-#4 REBAR
2"
3/4"
KEYWAY
15"
1-1/2"
6" P.C. CONCRETE SIDEWALK CURB
6"
TO MATCH FINISHED GRADE
TOP OF CURB ELEVATIONS
2% MAX.
1.5% DES.
4.
3.
2.
1.
NOTE:
6"
1" R
MONOLITHIC WITH SIDEWALK
CONCRETE CURB CONSTRUCTED
INCLUDED IN THE COST OF THE SIDEWALK.
OF CONSTRUCTING THE CURB TO THE HEIGHT SHOWN SHALL BE
AREA INCLUDING THE TOP SURFACE AREA OF THE CURB. THE COST
AT THE CONTRACT UNIT PRICE PER SQUARE FOOT OF TOP SURFACE
THIS WORK WILL BE PAID FOR AS P.C. CONCRETE SIDEWALK, 6"
SIDEWALK MONOLITHIC CURB DETAIL
VARIES
6"
P.C. CONCRETE SIDEWALK 6"7" MAX
VARIES 0" TO
2.0% MAX
1.5% DES
VA
RIES 7"
TO 1’-
4"
PAID FOR SEPARATELY.
THE PORTLAND CEMENT CONCRETE SIDEWALK ADJACENT TO THE SIDEWALK CURB WILL BE
COMPENSATION WILL BE ALLOWED. THE REINFORCEMENT BARS SHALL BE EPOXY COATED.
COST OF THE PORTLAND CEMENT CONCRETE SIDEWALK CURB, AND NO ADDITIONAL
CURB AND FURNISHING AND INSTALLING THE #4 REBARS SHALL BE INCLUDED IN THE
THE COST OF CONSTRUCTING THE ADDITIONAL SIDEWALK WIDTH BELOW THE SIDEWALK
THE REINFORCEMENT BARS SHALL BE OMITTED WHERE THE CURB HEIGHT IS 7" OR LESS.
KEYWAY WILL NOT BE REQUIRED.
SIDEWALK CURB MAY BE POURED MONOLITHIC WITH SIDEWALK IN WHICH CASE THE
AND AS DIRECTED BY THE ENGINEER.
CONSTRUCT CURB HEIGHTS GREATER THAN 7" TO MEET FINISHED GRADE ELEVATIONS
SIDEWALK CURBS SHALL BE CONSTRUCTED AT LOCATIONS WHERE IT IS NECESSARY TO
SCALE : NTS
9MISCELLANEOUS DETAILS
LOCATION: STA 208+00.00 TO STA 209+25.00 LOCATION: AS DIRECTED BY THE ENGINEER
TRENCH DRAIN DETAIL
NOTE:
A
A
SECTION A-A
B
B
P.C. CONCRETE SIDEWALK CURB DETAIL
SIDEWALK
P.C. CONCRETE
SECTION B-B
PCC SIDEWALK, 6"
TRENCH DRAIN
MATCH DEPTH OF TRENCH DRAIN
6"
6"
TRANSITION DEPTH IN ONE FULL PANEL (TYP)
PCC SIDEWALK, 6"
TRENCH DRAIN
PCC SIDEWALK, 6"
12.0’
6.8’
TRENCH BOX SHALL BE INCLUDED IN THE COST OF THE PCC SIDEWALK, 6".
COST OF CONSTRUCTING THE TRANSITIONAL HEIGHT FROM 6" TO MATCH THE
ADDITION TO THE TOP SURFACE AREA OF THE FINISHED SIDEWALK AT GRADE. THE
UNIT PRICE PER SQUARE FOOT OF TOP SURFACE AREA OF THE "SLEEPER SLAB" IN
THIS WORK WILL BE PAID FOR AS P.C. CONCRETE SIDEWALK, 6" AT THE CONTRACT
TRENCH DRAIN
PCC SIDEWALK, 6"
P:\
C1170030_
CP
D - Z
ahnd P
ark\Pla
ns\s
heets\C
1170030-0
9.M
sc
Detail.d
gn
12/6/2018 8:29:17 AM
COUNTY
ILLINOIS
SHEETS
TOTAL
DATE
DESIGNED
CHECKED
DRAWN
-
-
-
-
REVISED -
-
-
-
REVISED
REVISED
REVISED
PLOT DATE =
No. 184-000450
DESIGN FIRM REGISTRATIONwww.clarkdietz.com
PHONE : 217.373.8900
CHAMPAIGN, IL 61820
125 WEST CHURCH STREET
FIL
E
NA
ME
=
NO
SHEET
PROJECT NO C1170030
ADG
ADG
CHAMPAIGN PARK DISTRICT
ZAHND PARK
9CHAMPAIGN
Nov 2018
SMW
12.0’
3.4’
3.4’
6.8’
4.7’
4.2’
2.9’
1.0’
2.9’
6.0’
6.0’
6.0’
RETURN WITH BID
Printed 2/1/2019 Page 2 of 6 BLR 12200 (01/08/14)
NOTICE TO BIDDERS
County Champaign
Local Public Agency Champaign Park Dist
Section Number
Route Zahnd Park
Sealed proposals for the improvement described below will be received at the office of CLARK DIETZ,
125 WEST CHURCH STREET until 10:00 AM on February 21, 2019 Address Time Date
Sealed proposals will be opened and read publicly at the office of CLARK DIETZ
125 WEST CHURCH STREET at 10:05 AM on February 21, 2019 Address Time Date
DESCRIPTION OF WORK
Name ADA / Mobility Enhancements Length: 3485.00 feet ( 0.66 miles)
Location Zahnd Park, Champaign IL
Proposed Improvement consists of pcc sidewalk, earthwork, grading and seeding.
1. Plans and proposal forms will be available in the office of Clark Dietz, Inc. 125 W. Church Street, Champaign, IL 61820 For a non-refundable fee of $25.00, prospective bidders may obtain the bidding documents from the Clark Dietz website
at www.clarkdietz.com. Access the bidding documents by clicking on the “Bidding Documents” icon located on the top of the page, then selecting “Browse Projects” to find the “Zahnd Park” bidding documents (Quest Project #6117484). Click on the project title and you will be directed to a web page where the bidding documents can be downloaded. The bidding services are provided by QuestCDN.com where you can complete a free membership registration to Quest. Please contact Clark Dietz at (217) 373-8900 if you have any questions regarding the registration or download process.
2. Prequalification
If checked, the 2 low bidders must file within 24 hours after the letting an “Affidavit of Availability” (Form BC 57), in duplicate, showing all uncompleted contracts awarded to them and all low bids pending award for Federal, State, County, Municipal and private work. One original shall be filed with the Awarding Authority and one original with the IDOT District Office.
3. The Awarding Authority reserves the right to waive technicalities and to reject any or all proposals as provided in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals.
4. The following BLR Forms shall be returned by the bidder to the Awarding Authority:
a. BLR 12200: Local Public Agency Formal Contract Proposal b. BLR 12200a Schedule of Prices c. BLR 12230: Proposal Bid Bond (if applicable) d. BLR 12325: Apprenticeship or Training Program Certification (do not use for federally funded projects) e. BLR 12326: Affidavit of Illinois Business Office
5. The quantities appearing in the bid schedule are approximate and are prepared for the comparison of bids. Payment to the Contractor will be made only for the actual quantities of work performed and accepted or materials furnished according to the contract. The scheduled quantities of work to be done and materials to be furnished may be increased, decreased or omitted as hereinafter provided.
6. Submission of a bid shall be conclusive assurance and warranty the bidder has examined the plans and understands all requirements for the performance of work. The bidder will be responsible for all errors in the proposal resulting from failure or neglect to conduct an in depth examination. The Awarding Authority will, in no case be responsible for any costs, expenses, losses or changes in anticipated profits resulting from such failure or neglect of the bidder.
7. The bidder shall take no advantage of any error or omission in the proposal and advertised contract.
8. If a special envelope is supplied by the Awarding Authority, each proposal should be submitted in that envelope furnished by the Awarding Agency and the blank spaces on the envelope shall be filled in correctly to clearly indicate its contents. When an envelope other than the special one furnished by the Awarding Authority is used, it shall be marked to clearly indicate its contents. When sent by mail, the sealed proposal shall be addressed to the Awarding Authority at the address and in care of the official in whose office the bids are to be received. All proposals shall be filed prior to the time and at the place specified in the Notice to Bidders. Proposals received after the time specified will be returned to the bidder unopened.
9. Permission will be given to a bidder to withdraw a proposal if the bidder makes the request in writing or in person before the time for opening proposals.
RETURN WITH BID
Printed 2/1/2019 Page 3 of 6 BLR 12200 (01/08/14)
PROPOSAL
County Champaign
Local Public Agency Champaign Park Dist
Section Number
Route Zahnd Park
1. Proposal of
for the improvement of the above section by the construction of placing a PCC sidewalk path throughout Zahnd Park,
including all earthwork and grading required, sidewalk removal, culvert placment, seeding,
mulching and other items of construction.
a total distance of 3485.00 feet, of which a distance of 3485.00 feet, ( 0.660 miles) are to be improved.
2. The plans for the proposed work are those prepared by Clark Dietz, Inc and approved by the Champaign Park District on
3. The specifications referred to herein are those prepared by the Department of Transportation and designated as “Standard Specifications for Road and Bridge Construction” and the “Supplemental Specifications and Recurring Special Provisions” thereto, adopted and in effect on the date of invitation for bids.
4. The undersigned agrees to accept, as part of the contract, the applicable Special Provisions indicated on the “Check Sheet for Recurring Special Provisions” contained in this proposal.
5. The undersigned agrees to complete the work within working days or by 06/14/2019 unless additional time is granted in accordance with the specifications.
6. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals, will be required. Bid Bonds will be allowed as a proposal guaranty. Accompanying this proposal is either a bid bond if allowed, on Department form BLR 12230 or a proposal guaranty check, complying with the specifications, made payable to:
Treasurer of Champaign Park District
The amount of the check is Ten Percent (10%) of the Bid ( ).
7. In the event that one proposal guaranty check is intended to cover two or more proposals, the amount must be equal to the sum of the proposal guaranties, which would be required for each individual proposal. If the proposal guaranty check is placed in another proposal, it will be found in the proposal for: Section Number .
8. The successful bidder at the time of execution of the contract will be required to deposit a contract bond for the full amount of the award. When a contract bond is not required, the proposal guaranty check will be held in lieu thereof. If this proposal is accepted and the undersigned fails to execute a contract and contract bond as required, it is hereby agreed that the Bid Bond or check shall be forfeited to the Awarding Authority.
9. Each pay item should have a unit price and a total price. If no total price is shown or if there is a discrepancy between the product of the unit price multiplied by the quantity, the unit price shall govern. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price.
10. A bid will be declared unacceptable if neither a unit price nor a total price is shown.
11. The undersigned submits herewith the schedule of prices on BLR 12200a covering the work to be performed under this contract.
12. The undersigned further agrees that if awarded the contract for the sections contained in the combinations on BLR 12200a, the work shall be in accordance with the requirements of each individual proposal for the multiple bid specified in the Schedule for Multiple Bids below.
RETURN WITH BID
County
Local Public Agency
Section
Route
Total
Item No. Items Unit Quantity Total
20101700 SUPPLEMENTAL WATERING UNIT 87
25000400 NITROGEN FERTILIZER NUTRIENT POUND 54
25000500 PHOSPHORUS FERTILIZER NUTRIENT POUND 54
25000600 POTASSIUM FERTILIZER NUTRIENT POUND 54
25100115 MULCH, METHOD 2 ACRE 0.6
28000250 TEMPORARY EROSION CONTROL SEEDING POUND 60
28000305 TEMPORARY DITCH CHECKS FOOT 60
28000400 PERIMETER EROSION BARRIER FOOT 60
28000500 INLET AND PIPE PROTECTION EACH 4
42400300 PORTLAND CEMENT CONC SIDEWALK 6" SQ FT 21205
42400800 DETECTABLE WARNINGS SQ FT 31
44000600 SIDEWALK REMOVAL SQ FT 938
542D0213 PIPE CULVERTS, CLASS D, TYPE 1 8" FOOT 32
542D0223 PIPE CULVERTS, CLASS D, TYPE 1 18" FOOT 18
54262708 METAL FLARED END SECTIONS 8" EACH 4
54262718 METAL FLARED END SECTIONS 18" EACH 2
67100100 MOBILIZATION L SUM 1
78001110 PAINT PAVEMENT MARKING - LINE 4" FOOT 55
X0000000 EXCAVATION SPECIAL L SUM 1
X2500900 SEEDING, CLASS 1 (SPECIAL) ACRE 0.6
X0301339 REMOVE EXISTING PARKING BLOCKS EACH 1
X0327680 TRENCH DRAIN FOOT 12
Z0013798 CONSTRUCTION LAYOUT L SUM 1
Z0042300 PORTLAND CEMENT CONC SIDEWALK CURB FOOT 126
Bidder's Proposal for making Entire Improvements
Schedule for Single Bid
TOTAL :
Schedule for Multiple BidsSections Included in Combinations
Unit Price
Combination Letter
Champaign
(For complete information covering these items, see plans and specifications)
SCHEDULE OF PRICES
Zahnd Park
Champaign Park District
Printed 12/5/2018 Page 4 of 6 BLR 12200a (01/08/14)
RETURN WITH BID
Printed 2/1/2019 Page 5 of 6 BLR 12200 (01/08/14)
CONTRACTOR CERTIFICATIONS
County Champaign
Local Public Agency Champaign Park Dist
Section Number
Route Zahnd Park
The certifications hereinafter made by the bidder are each a material representation of fact upon which reliance is placed should the Department enter into the contract with the bidder.
1. Debt Delinquency. The bidder or contractor or subcontractor, respectively, certifies that it is not delinquent in the payment of any tax administered by the Department of Revenue unless the individual or other entity is contesting, in accordance with the procedures established by the appropriate revenue Act, its liability for the tax or the amount of tax. Making a false statement voids the contract and allows the Department to recover all amounts paid to the individual or entity under the contract in a civil action.
2. Bid-Rigging or Bid Rotating. The bidder or contractor or subcontractor, respectively, certifies that it is not barred from contracting with the Department by reason of a violation of either 720 ILCS 5/33E-3 or 720 ILCS 5/33E-4.
A violation of Section 33E-3 would be represented by a conviction of the crime of bid-rigging which, in addition to Class 3 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be barred for 5 years from the date of conviction from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation.
A violation of Section 33E-4 would be represented by a conviction of the crime of bid-rotating which, in addition to Class 2 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be permanently barred from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation.
3. Bribery. The bidder or contractor or subcontractor, respectively, certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois or any unit of local government, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent, or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm.
4. Interim Suspension or Suspension. The bidder or contractor or subcontractor, respectively, certifies that it is not currently under a suspension as defined in Subpart I of Title 44 Subtitle A Chapter III Part 6 of the Illinois Administrative Code. Furthermore, if suspended prior to completion of this work, the contract or contracts executed for the completion of this work may be cancelled.
RETURN WITH BID
Printed 2/1/2019 Page 6 of 6 BLR 12200 (01/08/14)
SIGNATURES
County Champaign
Local Public Agency Champaign Park Dist
Section Number
Route Zahnd Park
(If an individual)
Signature of Bidder
Business Address
(If a partnership)
Firm Name
Signed By
Business Address
Inset Names and Addressed of All Partners
(If a corporation)
Corporate Name
Signed By
President
Business Address
President
Insert Names of Officers Secretary
Treasurer
Attest: Secretary
Page 1 of 1 BLR 12230 (Rev. 7/05 Printed on 12/3/2018 4:09:24 PM
Local Agency Proposal Bid Bond
RETURN WITH BID
Route
County
Local Agency
Section
Zahnd Park
Champaign
Champaign Park Dist
PAPER BID BOND
WE as PRINCIPAL,
and as SURETY,
are held jointly, severally and firmly bound unto the above Local Agency (hereafter referred to as “LA”) in the penal sum of 10% of the total bid price, or for the amount specified in the proposal documents in effect on the date of invitation for bids whichever is the lesser sum. We bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly pay to the LA this sum under the conditions of this instrument.
WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said PRINCIPAL is submitting a written proposal to the LA acting through its awarding authority for the construction of the work designated as the above section.
THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LA for the above designated section and the PRINCIPAL shall within fifteen (15) days after award enter into a formal contract, furnish surety guaranteeing the faithful performance of the work, and furnish evidence of the required insurance coverage, all as provided in the “Standard Specifications for Road and Bridge Construction” and applicable Supplemental Specifications, then this obligation shall become void; otherwise it shall remain in full force and effect.
IN THE EVENT the LA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph, then the LA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above, together with all court costs, all attorney fees, and any other expense of recovery.
IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their
respective officers this day of
Principal
(Company Name) (Company Name)
By: By: (Signature and Title) (Signature and Title)
(If PRINCIPAL is a joint venture of two or more contractors, the company names, and authorized signatures of each contractor must be affixed.)
Surety
By: (Name of Surety) (Signature of Attorney-in-Fact)
STATE OF ILLINOIS,
COUNTY OF
I, , a Notary Public in and for said county, do hereby certify that ( Insert names of individuals signing on behalf of PRINCIPAL & SURETY)
who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instruments as their free and voluntary act for the uses and purposes therein set forth.
Given under my hand and notarial seal this day of My commission expires
(Notary Public)
ELECTRONIC BID BOND Electronic bid bond is allowed (box must be checked by LA if electronic bid bond is allowed)
The Principal may submit an electronic bid bond, in lieu of completing the above section of the Proposal Bid Bond Form. By providing an electronic bid bond ID code and signing below, the Principal is ensuring the identified electronic bid bond has been executed and the Principal and Surety are firmly bound unto the LA under the conditions of the bid bond as shown above. (If PRINCIPAL is a joint venture of two or more contractors, an electronic bid bond ID code, company/Bidder name title and date must be affixed for each contractor in the venture.)
Electronic Bid Bond ID Code (Company/Bidder Name)
(Signature and Title) Date
Printed 11/26/2018 Page 1 of 2 BLR 12325 (Rev. 4/07)
Apprenticeship or Training Program Certification
Route Zahnd Park Return with Bid County Champaign
Local Agency Champaign Park Dist Section
All contractors are required to complete the following certification:
For this contract proposal or for all groups in this deliver and install proposal.
For the following deliver and install groups in this material proposal:
Illinois Department of Transportation policy, adopted in accordance with the provisions of the Illinois Highway Code, requires this contract to be awarded to the lowest responsive and responsible bidder. The award decision is subject to approval by the Department. In addition to all other responsibility factors, this contract or deliver and install proposal requires all bidders and all bidders’ subcontractors to disclose participation in apprenticeship or training programs that are (1) approved by and registered with the United States Department of Labor’s Bureau of Apprenticeship and Training, and (2) applicable to the work of the above indicated proposals or groups. Therefore, all bidders are required to complete the following certification: I. Except as provided in paragraph IV below, the undersigned bidder certifies that it is a participant, either as an
individual or as part of a group program, in an approved apprenticeship or training program applicable to each type of work or craft that the bidder will perform with its own employees.
II. The undersigned bidder further certifies for work to be performed by subcontract that each of its subcontractors
submitted for approval either (A) is, at the time of such bid, participating in an approved, applicable apprenticeship or training program; or (B) will, prior to commencement of performance of work pursuant to this contract, establish participation in an approved apprenticeship or training program applicable to the work of the subcontract.
III. The undersigned bidder, by inclusion in the list in the space below, certifies the official name of each program
sponsor holding the Certificate of Registration for all of the types of work or crafts in which the bidder is a participant and that will be performed with the bidder’s employees. Types of work or craft that will be subcontracted shall be included and listed as subcontract work. The list shall also indicate any type of work or craft job category for which there is no applicable apprenticeship or training program available.
Printed 11/26/2018 Page 2 of 2 BLR 12325 (Rev. 4/07)
IV. Except for any work identified above, any bidder or subcontractor that shall perform all or part of the work of the contract or deliver and install proposal solely by individual owners, partners or members and not by employees to whom the payment of prevailing rates of wages would be required, check the following box, and identify the owner/operator workforce and positions of ownership.
The requirements of this certification and disclosure are a material part of the contract, and the contractor shall require this certification provision to be included in all approved subcontracts. The bidder is responsible for making a complete report and shall make certain that each type of work or craft job category that will be utilized on the project is accounted for and listed. The Department at any time before or after award may require the production of a copy of each applicable Certificate of Registration issued by the United States Department of Labor evidencing such participation by the contractor and any or all of its subcontractors. In order to fulfill the participation requirement, it shall not be necessary that any applicable program sponsor be currently taking or that it will take applications for apprenticeship, training or employment during the performance of the work of this contract or deliver and install proposal.
Bidder: By: (Signature) Address: Title:
RETURN WITH BID
Printed 11/26/2018 BLR 12326 (01/08/14)
Affidavit of Illinois Business Office
County Champaign Local Public Agency Champaign Park Dist
Section Number Route Zahnd Park
State of ) ) ss. County of ) I, of , ,
(Name of Affiant) (City of Affiant) (State of Affiant
being first duly sworn upon oath, states as follows:
1. That I am the of .
officer or position bidder
2. That I have personal knowledge of the facts herein stated.
3. That, if selected under this proposal, , will maintain a (bidder)
business office in the State of Illinois which will be located in County, Illinois.
4. That this business office will serve as the primary place of employment for any persons employed in the construction contemplated by this proposal.
5. That this Affidavit is given as a requirement of state law as provided in Section 30-22(8) of the Illinois Procurement Code.
(Signature)
(Print Name of Affiant)
This instrument was acknowledged before me on day of , .
(SEAL)
(Signature of Notary Public)
Champaign Park District Zahnd Park
Project No.: C1170030
1 C1170030
TECHNICAL SPECIFICATIONS The following technical specifications supplement the "Standard Specifications for Road and Bridge Construction" adopted April 1, 2016, the latest edition of the "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways", in effect on the date of invitation for bids, the "Manual of Test Procedures for Materials", in effect on the date of invitation for bids, the "Supplemental Specifications and Recurring Special Provisions" indicated on the Check Sheet included herein, the “Bureau of Design & Environment Special Provisions (BDE)” included herein, which apply to and govern the construction of Zahnd Park ADA / Mobility Enhancements for the Champaign Park District, in the City of Champaign, Champaign County, and in case of conflict with any part or parts of said Specifications, the said Special Provisions shall take precedence and shall govern. Work items detailed in these specifications refer to Illinois Department of Transportation coded pay items numbering system. When applicable, the coded pay item number is listed at the beginning of the title of the work item. Example: 42400300 PORTLAND CEMENT CONCRETE SIDEWALK 6 INCH. LOCATION AND DESCRIPTION OF WORK The proposed improvements are located within the Zahnd Park in the southwest part of the City of Champaign, in Champaign County, Illinois. Proposed ADA and mobility improvements will be done within the park for a total distance of 3,485 feet. The work under this contract shall consist of the construction of the following elements:
- Earth excavation, topsoil placement, and seeding; - Grading and subgrade preparation for new pathway construction; - Portland Cement concrete sidewalk; - Aggregate base course as required to raise sidwalk grade; - Portland Cement concrete sidewalk curb; - Pipe culverts and trench drain; - Various removals, excavations, landscaping and other work necessary to complete the construction as shown in the plans and required by the specifications.
The work shall include all labor, materials, tools and equipment necessary for the proper execution and completion of the work as shown in the plans and as specified. It shall also include all work not specifically mentioned, but which is reasonably and properly inferable and necessary for the completion of the work.
Champaign Park District Zahnd Park
Project No.: C1170030
2 C1170030
PROJECT COMPLETION DATE/TIME OF THE ESSENCE Time is an essential element of the Contract and the Engineer will be monitoring the Contractor's progress toward completion. The assessment of liquidated damages shall be in accordance with Article 108.09 of the Illinois Department of Transportation Standard Specifications and shall be defined with respect to the following project completion date and not the number of available working days. Project Completion Date This construction work for the project shall commence on or before Monday March 25th, 2019 and shall be completed by midnight Friday, June 14th, 2019. The full amount of liquidated damages specified in Article 108.09 of the Standard Specifications shall be assessed per calendar day in accordance with Article 108.09 should the Contractor fail to complete the specified work on or before Friday, June 14th, 2019. ILLINOIS DEPARTMENT OF TRANSPORTATION PREQUALIFICATION Bidders must be prequalified with the Illinois Department of Transportation to perform the type and magnitude of construction work. Bidders shall include a copy of their Illinois Department of Transportation “Certificate of Eligibility: with their bid. TRAFFIC CONTROL AND PROTECTION Description This work shall consist of providing the necessary traffic control personnel and devices and the installation, maintenance, relocation and removal of these devices during construction of the improvement. The Contractor shall take care in not disturbing park activities with construction work. Traffic Control Plan Traffic control shall be in accordance with the applicable sections of the Standard Specifications and Supplemental Specifications, the applicable guidelines contained in the "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways", these Special Provisions, and the special details and Highway Standards contained herein and in the plans. The Contractor shall take care in keeping pedestrians out of the work zone. The Contractor shall install, maintain, and remove necessary signs and barricades needed to direct pedestrians to usable sidewalks and walkways during the construction and as directed by the Engineer. Measurement and Payment The work will not be measured or paid for separately and should be included in the cost of the various proposed pay items and no additional compensation will be allowed.
Champaign Park District Zahnd Park
Project No.: C1170030
3 C1170030
CONSTRUCTION ON PRIVATE PROPERTY Whenever excavation is made within a temporary or permanent construction easement, including tree planting easements, on private property for driveways, sidewalks, steps, retaining walls, utility connections, tree plantings or other construction, the topsoil disturbed by the excavation operations shall be restored as nearly as possible to its original position and the whole area involved in the construction operation shall be left in a neat and presentable condition. The Contractor shall use reasonable care to avoid disturbing portions of private property not necessary to the construction operations. If, in the judgment of the Engineer, areas are disturbed unnecessarily, the Contractor shall restore these areas at his own expense. The Contractor shall not pile excavated material outside the limits of the project, upon adjacent private property, without the written consent of the property owner and the Engineer. The cost of compliance with this Special Provision will not be paid for separately but shall be considered, as included in the cost of the EXCAVATION SPECIAL pay item and no additional compensation will be allowed. CURB AND GUTTER TRANSITIONS AND THICKNESS Whenever it is necessary to make a smooth connection between the proposed curb and gutters and the existing curb and gutter the Contractor shall vary the horizontal and/or vertical dimensions of the proposed gutter or curb as directed by the Engineer. This work will not be paid for separately but will be considered as included in the contract unit prices for the various combination curb and gutter pay items and no additional compensation will be allowed. CUTTING EXISTING PAVEMENT, DRIVEWAY PAVEMENT, SIDEWALK, OR CURB AND GUTTER At locations where it is necessary to cut asphalt surfaces, concrete pavement, concrete or asphalt driveway pavement, concrete sidewalk, or concrete curb and gutter, where it will abut the proposed new construction, a uniformly straight full depth cut shall be obtained by the use of a concrete saw with a diamond blade. The use of pneumatic tools to make these cuts will not be allowed. This work shall be considered as included in the contract unit prices for the various pay items of the proposed construction involved and no additional compensation will be allowed. DUST CONTROL Prior to the start of construction, the Contractor shall provide to the Engineer a dust control plan in accordance with article 107.36 of the standard specifications. Dust control shall be used for any operations that warrant dust control measures as directed by the Engineer. The Contractor shall be responsible for cleaning all dust or airborne material originating from the project from adjacent properties if concerns of health, safety, or damage to the public or property arise from construction operations as determined by the Engineer. Water shall be used as a dust suppressant and cleaning agent unless directed otherwise by the Engineer. This work will not be paid for separately and shall be included in the unit prices bid including furnishing and applying water.
Champaign Park District Zahnd Park
Project No.: C1170030
4 C1170030
HAND GRADING Grading shall be done by hand around light poles, utility poles, sign posts, shrubs, trees or other natural or man-made objects where shallow fills or cuts are adjacent to the items. It is the intent that the limits of construction be such as to preserve in the original state as much area of temporary easements as possible. The decision as to items to remain in place shall be as directed by the Engineer. This work will not be paid for separately and should be included in the cost of the earthwork. PRESERVING PROPERTY MARKERS The Contractor shall protect the existing property corner markers within the project limits. Any such monuments destroyed by the Contractor's operations shall be replaced by a registered Illinois Land Surveyor at the Contractor's expense. Any expense, inconveniences or delays caused the Contractor in complying with this Special Provision will be considered as included in the unit bid prices of the contract and no additional compensation will be allowed. REMOVAL OF UNCLASSIFIED MATERIAL Debris or unclassified materials shall be removed at the locations shown on the Plans or as designated by the Engineer. The material removed as required in this Special Provision shall be disposed of outside the limits of the right-of-way in accordance with Article 202.03 of the Standard Specifications and as directed by the Engineer. This work will not be paid for separately and is considered to be included in the cost of the various removal items. SALVAGEABLE MATERIALS All materials deemed salvageable by the Engineer shall remain the property of the Champaign Park District and shall be delivered as directed by the Engineer unless specified otherwise herein. The Contractor shall dispose of any materials off site that the Engineer determines should not be salvaged. This work will not be paid for separately and is considered to be included in the cost of the various removal items. STOCKPILE AREAS Short-term stockpile of backfill and crushed stone material will be allowed only where directed by the Engineer. Temporary stockpiles of materials shall not interfere with local and through traffic as directed by the Engineer. Stockpiles of materials shall not be allowed on private property (unless permission is granted by owner in writing), outside street rights-of-way; and shall not be allowed to block private driveways or sidewalks. Any grass area that is damaged by stockpiled material shall be repaired by either seeding or sodding as determined by the Engineer. These areas shall not be measured for payment and the Contractor shall repair them at his/her own expense.
Champaign Park District Zahnd Park
Project No.: C1170030
5 C1170030
20101700 SUPPLEMENTAL WATERING 25100115 MULCH, METHOD 2 X2500900 SEEDING, CLASS 1 (SPECIAL) Description This work shall consist of preparing the seed or sod bed, furnishing, transporting, and placing the topsoil, fertilizer, seed, mulch or sod as required. The work shall be in accordance with the applicable articles of Sections 211, 250, 251 and 252 of the Standard Specifications except as modified herein. Excavation Special topsoil shall be placed at locations shown on the plans. Seeding, Class 1 (Special) shall be used for seeding lawns at locations shown on the plans. Mulch, Method 2 shall be used for areas that receive Seeding, Class 1 (Special). The areas for seeding and mulching or sodding shall be any area disturbed beyond the existing condition by the Contractor's construction operations. The plan quantity for seeding and mulching or sodding includes the entire area within the construction limits. The Contractor is advised that payment for seeding and mulching or sodding will be made for only those areas which were necessarily disturbed by construction operations as determined by the Engineer. Turfed areas which are needlessly disturbed by construction operations shall be seeded and mulched or sodded as directed by the Engineer at the Contractor's expense. To prevent erosion, seeding and mulching or sodding should be completed as soon as possible after the completion of the work. The seed planting times shall be in accordance with Article 250.07 of the Standard Specifications or as directed by the Engineer. The Contractor will be responsible for the seeded and mulched or sodded areas until they are fully established which may require re-seeding or re-sodding bare or dead areas until growth is established. The Contractor shall maintain the seeded and mulched or sodded areas. The Contractor shall guarantee 75% uniform growth of grass over the entire site for one growing season. Materials All materials shall meet the requirements of Sections 211, 250, 251 and 252 of the Standard Specification except for the following: The topsoil shall meet the requirements of Article 1081.05(a) of the Standard Specifications except that the topsoil shall be sifted, and all deleterious material removed including dirt clods greater than 1” in diameter. The seed mixtures shall be as follows. Weights shown are in LBS per ACRE. Seeding is to be at a rate 50% greater than required in the Standard Specifications. Seeding, Class 1 (Special) KY Bluegrass 150 lbs. Perennial Ryegrass 90 lbs. Creeping Red Fescue 60 lbs. TOTAL 300 lbs.
Champaign Park District Zahnd Park
Project No.: C1170030
6 C1170030
When seeding occurs between June 1 and August 15 the above mixtures shall also include 50 lbs./acre of Annual Ryegrass. The seed shall be free of foreign varieties of seed and noxious weeds in accordance with Article 1081.04 of the Standard Specifications. The Contractor shall supply the proper certifications and weight tickets for the seed, fertilizer and mulch materials. Construction Requirements Before any seeding and mulching or sodding begins, the Contractor shall be responsible for the removal of all debris and other deleterious material that would interfere or complicate the future maintenance of the restored surfaces and adjacent areas. After cleanup and power raking of the area to be seeded or sodded has occurred, all areas to be seeded or sodded shall have an agricultural grade topsoil graded to the shape shown on the plans. All areas prepared and ready for seeding or sodding shall be inspected and approved by the Engineer prior to any seed or sod application. The mulch or mulch and fertilizer mixture shall promote and replicate the following:
1. Immediate germination and rapid root development without burning. 2. Expand and provide soil surface coverage to promote young seedling establishment and
greatly reduce soil erosion. Five (5) Supplemental Watering’s shall be applied under this contract for both seeded and sodded areas as directed by the Engineer. One application of water will be required every two days or as directed by the Engineer. Depending upon weather conditions, more or fewer supplemental watering’s may be necessary. All watering described shall be done with a spray application. Water shall be applied at the rate of two (2) gallons per square yard per application. An open-ended hose will not be acceptable. The method of watering shall meet the acceptance of the Engineer. The Contractor shall provide certifications and weight tickets for the seed and fertilizer materials as directed by the Engineer. Measurement and Payment This work will be measured and paid for at the contract unit price per acre for SEEDING, CLASS 1 (SPECIAL) and MULCH METHOD 2; in accordance with Sections 211, 250, 251 and 252 of the Standard Specifications. The supplemental watering will be measured and paid for at the contract price per unit for SUPPLEMENTAL WATERING, with one unit equaling 1000 gallons of water applied. Any additional seeding and mulching or sodding of bare or dead areas after the initial seeding and mulching or sodding operation will not be paid for separately but will be considered as included in the cost of the seeding and mulching or sodding pay items. The Contractor is advised that payment for seeding and mulching or sodding will be made for only those areas which were necessarily disturbed by construction operations as determined by the Engineer. Turfed areas beyond the construction limits which are unnecessarily disturbed by construction operations shall be seeded and mulched or sodded as directed by the Engineer at the Contractor's expense.
Champaign Park District Zahnd Park
Project No.: C1170030
7 C1170030
67100100 MOBILIZATION Description This work shall consist of all preparatory work and operations to initiate the project in accordance with Section 671 of the Standard Specifications with the following additional requirements. Basis of Payment Article 671.02 of the Standard Specifications shall be modified in that the maximum payment for mobilization will be limited to six percent of the Contract Base Bid Total price. Any amount exceeding six percent of the Contract Base Bid Total price or for the Alternate Bid work will not be paid for. X0000000 EXCAVATION SPECIAL Description This work shall consist of all Earth Excavation, Furnished Excavation, Embankment and Aggregate Base Course, Type A as required to achieve proper elevations and grades shown in the plans. This wok shall consist of excavating, stockpiling, transporting, furnishing, placing, grading and shaping earth. All furnished earth shall be of agricultural topsoil quality. Earth Excavation shall be in accordance with Section 202 as specified in the Standard Specifications. Furnished Excavation shall be in accordance with Section 204 as specified in the Standard Specifications. Embankment shall be in accordance with Section 205 as specified in the Standard Specifications. Aggregate Base Course, Type A shall be in accordance with Section 351 as specified in the Standard Specifications. Construction Requirements The earth excavation and embankment shall be performed to meet the lines and grades shown on the plans. Additional agricultural grade topsoil material required for the site embankment shall be furnished by the contractor and approved by the Champaign Park District. The furnished topsoil shall meet the requirements of Article 1081.05(a) of the Standard Specifications except that the topsoil shall be tilled and raked, and all deleterious material removed including dirt clods greater than one (1) inch in diameter. If earth material is encountered within the construction limits that is contaminated with trash, vegetation, bushes, stumps, roots and debris it shall be removed and disposed of off site at no additional cost. Sod shall be removed to a depth of six (6) inches within the limits of all PCC SIDEWALK 6” placement locations to remove the organic material subject to settling. Aggregate Base Course, Type A is the only fill material that shall be used to achieve proper shape, lines and grades as shown in the plans and as required to meet ADA standards of the required PCC
Champaign Park District Zahnd Park
Project No.: C1170030
8 C1170030
subgrade elevations. Aggregate Base Course, Type A shall be placed to the width necessary to achieve proper compactions within the limits of PCC SIDEWALK 6”. Sod excavated within the project may be reused for embankment alongside the path and within the project site if properly processed to remove all clods greater than one (1) inch, grass, roots and foreign materials and as approved by the Champaign Park District. Any material not approved for reuse must be hauled from the site. Timbers bordering the playground equipment and proposed sidewalk shall be removed and salvaged as shown in the plans. The salvaged timbers shall then be used to connect the existing timbers to the proposed sidewalk. Contractor to fill the void between the existing much playground to the new sidewalk with mulch to match the existing playground area. The work to prepare the site and supplies required shall be included in the EXCAVATION SPECIAL pay item and no additional compensation shall be allowed. Basis of Payment This work will be paid for at the contract unit price per lump sum for EXCAVATION SPECIAL. No additional payment shall be allowed for items of Earth Excavation, Furnished Excavation, Embankment and Aggregate Base Course, Type A in which the pay item EXCAVATION SPECIAL includes. X0301339 REMOVE EXISTING PARKING BLOCKS Description This work shall consist of removal and proper disposal of existing parking block as directed by engineer. Basis of Payment This work will be paid for at the contract unit price of each for REMOVE EXISTING PARKING BLOCKS. X0327680 TRENCH DRAIN Description This work shall consist of all preparatory work and operations to install a light-duty Type M Trench Frame with grated cover and open ends as shown in the plans and per manufacturer recommendations. Product shall be a Neenah R-4995-A1 or approved equal. Construction Requirements Contractor shall submit shop drawings for approval. Basis of Payment This work will be measured and paid for along the centerline of the trench at the contract unit price per foot for TRENCH DRAIN.
Champaign Park District Zahnd Park
Project No.: C1170030
9 C1170030
Z0013798 CONSTRUCTION LAYOUT Description This work shall consist of performing construction layout for all work associated with the entire project. The construction layout work for the projects shall be in accordance with the recurring special provision for “Construction Layout Stakes Except for Bridges”. Basis of Payment For all work associated with the project as listed on the Summary of Quantities sheets in the plans, the work will be paid for at the contract lump sum price for CONSTRUCTION LAYOUT in accordance with the recurring special provision for “Construction Layout Stakes Except for Bridges”. Z0042300 PORTLAND CEMENT CONCRETE SIDEWALK CURB Description This work shall consist of constructing reinforced concrete sidewalk curb in accordance with Section 606 of the Standard Specifications, the details in the plans, and the following additions or exceptions. Construction Requirements The portland cement concrete sidewalk curb shall be constructed in accordance with the details in the plans. The sidewalk curb may be poured monolithically with the sidewalk but will be measured and paid for separately. The epoxy coated reinforcement bars shall be in accordance with Article 1006.10 of the Standard Specifications and shall be included in the cost of the sidewalk curb. Measurement and Payment This work will be measured along the top of the curb and will be paid for at the contract unit price per foot for PORTLAND CEMENT CONCRETE SIDEWALK CURB, which price shall include all labor, equipment, and material necessary to complete the work as specified, including all excavation, backfilling, and reinforcement bars. A quantity has been included in the plans for the purpose of establishing a unit bid price. Backfilling the excavated area will be paid for separately. STATUS OF UTILITIES TO BE ADJUSTED All utilities that interfere with this construction will be moved by others at no cost to the Contractor. Contractor will be required to cooperate with the Utility Companies while they perform their work. Utility adjustments or relocations are not anticipated for this project. The Illinois Underground Utility Facilities Damage Prevention Act requires persons excavating to contact the one call system (J.U.L.I.E 800-892-0123 or 811) before digging.
BDE SPECIAL PROVISIONSFor the January 18, 2019 and March 8, 2019 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 Revised80099 1 Accessible Pedestrian Signals (APS) April 1, 2003 Jan. 1, 201480274 2 Aggregate Subgrade Improvement April 1, 2012 April 1, 201680192 3 Automated Flagger Assistance Device Jan. 1, 200880173 4 Bituminous Materials Cost Adjustments Nov. 2, 2006 Aug. 1, 201780241 5 Bridge Demolition Debris July 1, 20095026I 6 Building Removal-Case I (Non-Friable and Friable Asbestos) Sept. 1, 1990 April 1, 20105048I 7 Building Removal-Case II (Non-Friable Asbestos) Sept. 1, 1990 April 1, 20105049I 8 Building Removal-Case III (Friable Asbestos) Sept. 1, 1990 April 1, 20105053I 9 Building Removal-Case IV (No Asbestos) Sept. 1, 1990 April 1, 2010
* 80404 10 Coarse Aggregate Quality for Micro-Surfacing and Cape Seals Jan. 1, 201980384 11 Compensable Delay Costs June 2, 201780198 12 Completion Date (via calendar days) April 1, 200880199 13 Completion Date (via calendar days) Plus Working Days April 1, 200880293 14 Concrete Box Culverts with Skews > 30 Degrees and April 1, 2012 July 1, 2016
80311 15 Concrete End Sections for Pipe Culverts Jan. 1, 2013 April 1, 201680277 16 Concrete Mix Design – Department Provided Jan. 1, 2012 April 1, 201680261 17 Construction Air Quality – Diesel Retrofit June 1, 2010 Nov. 1, 201480387 18 Contrast Preformed Plastic Pavement Marking Nov. 1, 201780029 19 Disadvantaged Business Enterprise Participation Sept. 1, 2000 April 2, 201880402 20 Disposal Fees Nov. 1, 201880378 21 Dowel Bar Inserter Jan. 1, 2017 Jan. 1, 2018
* 80405 22 Elastomeric Bearings Jan. 1, 201980388 23 Equipment Parking and Storage Nov. 1, 201780229 24 Fuel Cost Adjustment April 1, 2009 Aug. 1, 201780304 25 Grooving for Recessed Pavement Markings Nov. 1, 2012 Nov. 1, 201780246 26 Hot-Mix Asphalt – Density Testing of Longitudinal Joints Jan. 1, 2010 Aug. 1, 2018
* 80406 27 Hot-Mix Asphalt – Mixture Design Verification and Production Jan. 1, 2019(Modified for I-FIT Projects)
* 80398 28 Hot-Mix Asphalt – Longitudinal Joint Sealant Aug. 1, 2018 Jan. 1, 201980399 29 Hot-Mix Asphalt – Oscillatory Roller Aug. 1, 2018 Nov. 1, 201880347 30 Hot-Mix Asphalt – Pay for Performance Using Percent Nov. 1, 2014 Aug. 1, 2018
Within Limits – Jobsite Sampling* 80383 31 Hot-Mix Asphalt – Quality Control for Performance April 1, 2017 Jan. 1, 2019
80376 32 Hot-Mix Asphalt – Tack Coat Nov. 1, 201680392 33 Lights on Barricades Jan. 1, 201880336 34 Longitudinal Joint and Crack Patching April 1, 2014 April 1, 2016
* 80393 35 Manholes, Valve Vaults, and Flat Slab Tops Jan. 1, 2018 Jan. 1, 201980400 36 Mast Arm Assembly and Pole Aug. 1, 201880045 37 Material Transfer Device June 15, 1999 Aug. 1, 201480394 38 Metal Flared End Section for Pipe Culverts Jan. 1, 2018 April 1, 201880165 39 Moisture Cured Urethane Paint System Nov. 1, 2006 Jan. 1, 201080349 40 Pavement Marking Blackout Tape Nov. 1, 2014 April 1, 201680371 41 Pavement Marking Removal July 1, 201680390 42 Payments to Subcontractors Nov. 2, 201780389 43 Portland Cement Concrete Nov. 1, 201780359 44 Portland Cement Concrete Bridge Deck Curing April 1, 2015 Nov. 1, 201780401 45 Portland Cement Concrete Pavement Connector for Aug. 1, 2018
Bridge Approach Slab
✔
✔
✔
80300 46 Preformed Plastic Pavement Marking Type D - Inlaid April 1, 2012 April 1, 201680328 47 Progress Payments Nov. 2, 20133426I 48 Railroad Protective Liability Insurance Dec. 1, 1986 Jan. 1, 200680157 49 Railroad Protective Liability Insurance (5 and 10) Jan. 1, 2006
* 80306 50 Reclaimed Asphalt Pavement (RAP) and Reclaimed Nov. 1, 2012 Jan. 1, 2019 Asphalt Shingles (RAS)
* 80407 51 Removal and Disposal of Regulated Substances Jan. 1, 201980395 52 Sloped Metal End Section for Pipe Culverts Jan. 1, 201880340 53 Speed Display Trailer April 2, 2014 Jan. 1, 201780127 54 Steel Cost Adjustment April 2, 2004 Aug. 1, 2017
* 80408 55 Steel Plate Beam Guardrail Manufacturing Jan. 1, 201980397 56 Subcontractor and DBE Payment Reporting April 2, 201880391 57 Subcontractor Mobilization Payments Nov. 2, 201780317 58 Surface Testing of Hot-Mix Asphalt Overlays Jan. 1, 2013 April 1, 201680298 59 Temporary Pavement Marking April 1, 2012 April 1, 201720338 60 Training Special Provisions Oct. 15, 197580403 61 Traffic Barrier Terminal, Type 1 Special Nov. 1, 2018
* 80409 62 Traffic Control Devices - Cones Jan. 1, 2019* 80410 63 Traffic Spotters Jan. 1, 2019
80318 64 Traversable Pipe Grate for Concrete End Sections Jan. 1, 2013 Jan. 1, 2018 80288 65 Warm Mix Asphalt Jan. 1, 2012 April 1, 2016
80302 66 Weekly DBE Trucking Reports June 2, 2012 April 2, 201580071 67 Working Days Jan. 1, 2002
The following special provisions are in the 2019 Supplemental Specifications and Recurring Special Provisions.
File Name Special Provision Title New Location(s) Effective Revised80382 Adjusting Frames and Grates Articles 602.02(s) and (t), 1043.04,
and1043.05April 1, 2017
80366 Butt Joints Article 406.08(c) July 1, 201680386 Calcium Aluminate Cement for Class PP-5
Concrete PatchingArticle 1001.01(e) Nov. 1, 2017
80396 Class A and B Patching Articles 442.06(a)(1) and (2) Jan. 1, 2018 Nov. 1, 201880377 Portable Changeable Message Signs Articles 701.20(h) and 1106.02(i) Nov. 1, 2016 April 1, 201780385 Portland Cement Concrete Sidewalk Article 424.12 Aug. 1, 2017
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 theapplicable special provision.
Bridge Demolition Debris Building Removal-Case IV Material Transfer DeviceBuilding Removal - Case I Completion Date Railroad Protective Liability InsuranceBuilding Removal – Case II Completion Date Plus Working Days Training Special ProvisionsBuilding Removal - Case III DBE Participation Working Days
✔
PORTLAND CEMENT CONCRETE (BDE) Effective: November 1, 2017 Revise the Air Content % of Class PP Concrete in Table 1 Classes of Concrete and Mix Design Criteria in Article 1020.04 of the Standard Specifications to read:
“TABLE 1. CLASSES OF CONCRETE AND MIX DESIGN CRITERIA
Class
of Conc.
Use
Air
Content %
PP Pavement Patching Bridge Deck Patching (10)
PP-1
4.0 - 8.0” PP-2 PP-3 PP-4 PP-5
Revise Note (4) at the end of Table 1 Classes of Concrete and Mix Design Criteria in Article 1020.04 of the Standard Specifications to read:
“ (4) For all classes of concrete, the maximum slump may be increased to 7 in (175 mm) when a high range water-reducing admixture is used. For Class SC, the maximum slump may be increased to 8 in. (200 mm). For Class PS, the maximum slump may be increased to 8 1/2 in. (215 mm) if the high range water-reducing admixture is the polycarboxylate type.”
80389
SUBCONTRACTOR MOBILIZATION PAYMENTS (BDE) Effective: November 2, 2017 Replace the second paragraph of Article 109.12 of the Standard Specifications with the following:
“ This mobilization payment shall be made at least 14 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 subcontractor’s 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
METAL FLARED END SECTION FOR PIPE CULVERTS (BDE) Effective: January 1, 2018 Revised: April 1, 2018 Revise the first sentence of Article 542.07(c) of the Standard Specifications to read:
“ (c) Metal Flared End Sections. Metal flared end sections shall be fabricated of aluminum or steel, and all component parts shall be of the same material.”
Revise the eighth and ninth paragraph of Article 542.11 of the Standard Specifications to read:
“ When specified on the plans, steel end sections and aluminum end sections will be paid for at the contract unit price per each for STEEL FLARED END SECTIONS and ALUMINUM FLARED END SECTIONS, respectively, of the diameter or equivalent round size specified.
End sections for polyvinylchloride (PVC) and polyethylene (PE) culvert pipes will be paid for
at the contract unit price per each for METAL FLARED END SECTIONS, of the diameter or equivalent round size specified.” 80394
Check Sheet For Recurring Special Provisions
Page 1 of 2 BLR 11300 (Rev. 10/26/18)Printed 11/26/18
The Following Recurring Special Provisions Indicated By An “X” Are Applicable To This Contract And Are Included By Reference:
Recurring Special Provisions
Check Sheet # Page No.
1 Additional State Requirements for Federal-Aid Construction Contracts 75 2 Subletting of Contracts (Federal-Aid Contracts) 78 3 EEO 79 4 Specific EEO Responsibilities Non Federal-Aid Contracts 89 5 Required Provisions - State Contracts 94 6 Asbestos Bearing Pad Removal 100 7 Asbestos Waterproofing Membrane and Asbestos HMA Surface Removal 101 8 Temporary Stream Crossings and In-Stream Work Pads 102 9 Construction Layout Stakes Except for Bridges 103 10 Construction Layout Stakes 106 11 Use of Geotextile Fabric for Railroad Crossing 109 12 Subsealing of Concrete Pavements 111 13 Hot-Mix Asphalt Surface Correction 115 14 Pavement and Shoulder Resurfacing 117 15 Patching with Hot-Mix Asphalt Overlay Removal 118 16 Polymer Concrete 120 17 PVC Pipeliner 122 18 Bicycle Racks 123 19 Temporary Portable Bridge Traffic Signals 125 20 Work Zone Public Information Signs 127 21 Nighttime Inspection of Roadway Lighting 128 22 English Substitution of Metric Bolts 129 23 Calcium Chloride Accelerator for Portland Cement Concrete 130 24 Quality Control of Concrete Mixtures at the Plant 131 25 Quality Control/Quality Assurance of Concrete Mixtures 139 26 Digital Terrain Modeling for Earthwork Calculations 155 27 Reserved 157 28 Preventive Maintenance - Bituminous Surface Treatment 158 29 Reserved 164 30 Reserved 165 31 Reserved 166 32 Temporary Raised Pavement Markers 167 33 Restoring Bridge Approach Pavements Using High-Density Foam 168 34 Portland Cement Concrete Inlay or Overlay 171 35 Portland Cement Concrete Partial Depth Hot-Mix Asphalt Patching 175
Printed 11/26/18 BLR 11300 (Rev. 10/26/18)
The Following Local Roads And Streets Recurring Special Provisions Indicated By An “X” Are Applicable To This Contract And Are Included By Reference:
Local Roads And Streets Recurring Special Provisions
Check Sheet # Page No.
LRS 1 Reserved 179 LRS 2 Furnished Excavation 180 LRS 3 Work Zone Traffic Control Surveillance 181 LRS 4 Flaggers in Work Zones 182 LRS 5 Contract Claims 183
LRS 6 Bidding Requirements and Conditions for Contract Proposals 184
LRS 7 Bidding Requirements and Conditions for Material Proposals 190 LRS 8 Reserved 196 LRS 9 Bituminous Surface Treatments 197 LRS 10 Reserved 198 LRS 11 Employment Practices 199 LRS 12 Wages of Employees on Public Works 201 LRS 13 Selection of Labor 203 LRS 14 Paving Brick and Concrete Paver Pavements and Sidewalks 204 LRS 15 Partial Payments 207 LRS 16 Protests on Local Lettings 208
LRS 17 Substance Abuse Prevention Program 209 LRS 18 Multigrade Cold Mix Asphalt 210
LR107-4Page 1 of 1
State of Illinois Department of Transportation
Bureau of Local Roads and Streets
SPECIAL PROVISION FOR
INSURANCE
Effective: February 1, 2007 Revised: August 1, 2007
All references to Sections or Articles in this specification shall be construed to mean specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation.
The Contractor shall name the following entities as additional insured under the Contractor’s general liability insurance policy in accordance with Article 107.27:
The entities listed above and their officers, employees, and agents shall be indemnified and held harmless in accordance with Article 107.26.
Champaign Park District
Clark Dietz, Inc.
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.”
3
3
2
2
1-1-19
(Sheet 1 of 9)
mm
m
XSECT
CSE
CH
CNTY
CMP
CORR
COR
CONT
CONTD
CONST
CONC
CE
C
COMB
CT
CLID
CLSD
CP
CS
CHSLD
CERT
CTS
CL-F
CL-E
CL
C-C
CB
CIP
BLDG
BBOX
BRK
BLVD
BTM
BIT
BIND
BM
BGN
BARR
B
BKPL
B-B
BK
AX
AVE
AGS
AUX
ASPH
APT
AH
AGG
AS
ADJ
AC
A/C
ABV
CUBIC MILLIMETER
CUBIC METER
CROSS SECTION
COURSE
COUNTY HIGHWAY
COUNTY
CORRUGATED METAL PIPE
CORRUGATED
CORNER
CONTINUOUS
CONTINUED
CONSTRUCT
CONCRETE
COMMERCIAL ENTRANCE
COMMERCIAL BUILDING
COMBINATION
COAT OR COURT
CLOSED LID
CLOSED
CLAY PIPE
CITY STREET
CHISELED
CERTIFIED
CENTERS
CENTERLINE TO FACE
CENTERLINE TO EDGE
CENTERLINE OR CLEARANCE
CENTER TO CENTER
CATCH BASIN
CAST IRON PIPE
BUILDING
BUFFALO BOX
BRICK
BOULEVARD
BOTTOM
BITUMINOUS
BINDER
BENCHMARK
BEGIN
BARRICADE
BARN
BACKPLATE
BACK TO BACK
BACK
AXIS OF ROTATION
AVENUE
AUXILIARY GAS VALVE (SERVICE)
AUXILIARY
ASPHALT
APARTMENT
AHEAD
AGGREGATE
AERIAL SURVEYS
ADJUST
ACRE
ACCESS CONTROL
ABOVE
HATCH
HH
GW
GP
GUT
GND
GRVL
GR
GRAN
GV
GM
G
GALV
GAL
FRWAY
F&G
FR
FDN
FB
FL
FH
FE
FP
FAUS
FAS
FAP
FAI
FA
F-F
E
E
EXPWAY
EX
EXC
ENTR
EL
E-E
E-CL
EOP
EB
EA
DCT
DRV
DI
DR
DSFL
DSEL
DBL
DOM
DIST
DIA
DET
DC
D
C&G
CULV
CU YD
HATCHING
HANDHOLE
GUY WIRE
GUY POLE
GUTTER
GROUND
GRAVEL
GRATE
GRANULAR
GAS VALVE
GAS METER
GARAGE
GALVANIZED
GALLON
FREEWAY
FRAME & GRATE
FRAME
FOUNDATION
FOOT BRIDGE
FLOW LINE
FIRE HYDRANT
FIELD ENTRANCE
FENCE POST
FEDERAL AID URBAN SECONDARY
FEDERAL AID SECONDARY
FEDERAL AID PRIMARY
FEDERAL AID INTERSTATE
FEDERAL AID
FACE TO FACE
OFFSET DISTANCE TO VERTICAL CURVE
EXTERNAL DISTANCE OF HORIZONTAL CURVE
EXPRESSWAY
EXISTING
EXCAVATION
ENTRANCE
ELEVATION
EDGE TO EDGE
EDGE TO CENTERLINE
EDGE OF PAVEMENT
EASTBOUND
EACH
DUCT
DRIVEWAY
DRAINAGE INLET OR DROP INLET
DRAINAGE OR DRIVE
DOWNSTREAM FLOWLINE
DOWNSTREAM ELEVATION
DOUBLE
DOMESTIC
DISTRICT
DIAMETER
DETECTOR
DEPRESSED CURVE
DEGREE OF CURVE
CURB & GUTTER
CULVERT
CUBIC YARD
WO
W
WILDFL
WB
WMAIN
WV
WM
VPT
VPI
VPC
VC
VERT
VP
VEH
VLT
VV
VBOX
UTIL
USFL
USEL
USGS
UNDGND
TYP
T-A
TY
TRN
TRVL
TRVS
TSC
TSCB
TS
TR
TWP
TBS
TBR
TBE
TD
TBM
TEMP
TP
TB
TEL
T.R.
T
SMK
SURF
S.E. RUN.
e
STR
ST
STY
SS
SPBGR
STA
SR
SBI
STD
WITHOUT
WITH
WILDFLOWERS
WESTBOUND
WATER MAIN
WATER VALVE
WATER METER
VERTICAL POINT OF TANGENCY
VERTICAL POINT OF INTERSECTION
VERTICAL POINT OF CURVATURE
VERTICAL CURVE
VERTICAL
VENT PIPE
VEHICLE
VAULT
VALVE VAULT
VALVE BOX
UTILITY
UPSTREAM FLOWLINE
UPSTREAM ELEVATION
U.S. GEOLOGICAL SURVEY
UNDERGROUND
TYPICAL
TYPE A
TYPE
TURN
TRAVEL
TRANSVERSE
TRAFFIC SYSTEMS CENTER
TRAFFIC SIGNAL CONTROL BOX
TRAFFIC SIGNAL
TOWNSHIP ROAD
TOWNSHIP
TO BE SAVED
TO BE REMOVED
TO BE EXTENDED
TILE DRAIN
TEMPORARY BENCH MARK
TEMPORARY
TELEPHONE POLE
TELEPHONE BOX
TELEPHONE
TANGENT RUNOUT DISTANCE
TANGENT DISTANCE
SURVEY MARKER
SURFACE
SUPERELEVATION RUNOFF LENGTH
SUPERELEVATION RATE
STRUCTURE
STREET
STORY
STORM SEWER
STEEL PLATE BEAM GUARDRAIL
STATION
STATE ROUTE
STATE BOND ISSUE
STANDARD
PM
PVMT
PVD
PAT
OLID
NW
NE
NB
NC
NOAA
N & W
N & C
N & BC
MFT
MOD
MBH
MIX
mm DIA
mm
M
METH
m
MED
MATL
MH
MB
MACH
L SUM
LNG
LC
L
LF
LGT
LP
LT
LN
LS
km
kg
JT
IR
IP
INV
IDS
INST
INL
IN DIA
IMP
IL
HSE
HORIZ
HWY
HMA
ha
HDUTY
HDW
HD
PAVEMENT MARKING
PAVEMENT
PAVED
PATTERN
OPEN LID
NORTHWEST
NORTHEAST
NORTHBOUND
NORMAL CROWN
ADMINISTRATION
NATIONAL OCEANIC ATMOSPHERIC
NAIL & WASHER
NAIL & CAP
NAIL & BOTTLE CAP
MOTOR FUEL TAX
MODIFIED
MOBILE HOME
MIXTURE
MILLIMETER DIAMETER
MILLIMETER
MID-ORDINATE
METHOD
METER
MEDIAN
MATERIAL
MANHOLE
MAIL BOX
MACHINE
LUMP SUM
LONGITUDINAL
LONG CHORD
LITER OR CURVE LENGTH
LINEAL FEET OR LINEAR FEET
LIGHTING
LIGHT POLE
LEFT
LANE
LANDSCAPING
KILOMETER
KILOGRAM
JOINT
IRON ROD
IRON PIPE
INVERT
INTERSECTION DESIGN STUDY
INSTALLATION
INLET
INCH DIAMETER
IMPROVEMENT
ILLINOIS
HOUSE
HORIZONTAL
HIGHWAY
HOT MIX ASPHALT
HECTARE
HEAVY DUTY
HEADWALL
HEAD
STABILIZED
SQUARE YARD
SQUARE MILLIMETER
SQUARE METER
SQUARE FEET
SPECIAL DITCH
SPECIAL
SOUTHEAST
SOUTHBOUND
SOLID MEDIAN
SODDING
SIGNAL
SIDEWALK OR SOUTHWEST
SHOULDER
SHEET
SHED
SHAPING
SEEDING
SECTION
SANITARY SEWER
SANITARY
ROUTE
ROADWAY
ROAD
RIGHT-OF-WAY
RIGHT
RETAINING
RESURFACING
RESTAURANT
REPLACEMENT
REMOVE CROWN
REMOVAL
REINFORCEMENT
REINFORCED CONCRETE CULVERT PIPE
REFLECTIVE
REFERENCE POINT STAKE
RAILROAD SPIKE
RAILROAD
RADIUS
PROPOSED
PROPERTY LINE
PROPERTY CORNER
PROJECT
PROFILE GRADELINE
PROFILE
PRIVATE ENTRANCE
PRIME
POWER POLE OR PRINCIPAL POINT
PORTLAND CEMENT CONCRETE
POLYETHYLENE
POINT ON TANGENT
POINT OF TANGENCY
POINT OF REVERSE CURVE
CURVE
POINT OF INTERSECTION OF HORIZONTAL
POINT OF CURVATURE
POINT
PEDESTAL
STB
SQ YD
mm
m
SQ FT
SD
SPL
SE
SB
SM
SOD
SIG
SW
SHLD
SH
S
SHAP
SEED
SEC
SANS
SAN
RTE
RDWY
RD
ROW
RT
RET
RESURF
REST
REP
RC
REM
REINF
RCCP
REF
RPS
RRS
RR
R
PR
PL
P.C.
PROJ
PGL
PROF
PE
PRM
PP
PCC
POLYETH
POT
PT
PRC
PI
PC
PNT
PED
STANDARD 000001-07
Illinois Department of Transportation
DATE REVISIONS
January 1,
ENGINEER OF POLICY AND PROCEDURES
APPROVED January 1,
ENGINEER OF DESIGN AND ENVIRONMENT
ISS
UE
D1-1-9
7
PASSED
AND PATTERNS
ABBREVIATIONS
STANDARD SYMBOLS,
1-1-11
and symbols.
Updated abbreviations
Added new symbols.
2019
2019
ADJ
C
F
R
REC
A
A
A
A
SP
AB
M
REL
PL
T
N
R
E
T N
E
R
N
T
R
E
FL FL
FM
FSP
RSP
D=
CURVE
P.I. STA=
!=
T=
R=
L=
E=
S.E. RUN=
e=
P.T. STA=
P.C. STA=
T.R.=
D=
CURVE
P.I. STA=
!=
T=
R=
L=
E=
S.E. RUN=
e=
P.T. STA=
P.C. STA=
T.R.=
(Sheet 2 of 9)
Structure To Be Adjusted
Structure To Be Cleaned
Structure To Be Filled
Structure To Be Removed
Reconstructed
Structure To Be
To Be Adjusted
Frame and Grate
To Be Adjusted
Frame and Lid
To Be Adjusted
Domestic Service Box
Valve Vault To Be Adjusted
Special Adjustment
Item To Be Abandoned
Item To Be Moved
Item To Be Relocated
and Replacement
Pavement Removal
Baseline
Centerline
Centerline Break Circle
Baseline Symbol
Centerline Symbol
PI Indicator
Point Indicator
Dashed Property Line
Solid Property/Lot Line
Section/Grant Line
County/Township Line
State Line
Iron Pipe Found
Iron Pipe Set
Survey Marker
Property Line Symbol
Riprap
Water Surface Indicator
Culvert End Section
Catch Basin
Swale
Roadway Ditch Flow
Summit
Manhole
Inlet
Headwall
Ditch Check
Flowline
Aggregate Ditch
Paved Ditch
Drainage Boundary Line
Grading & Shaping Ditches
Culvert Line
\\
¡¡
Main Structure To Be Filled
Structure To Be Filled Special
Structure To Be Reconstructed Special
Storm Sewer
Pipe Underdrain
(Half Size)
Same Ownership Symbol
(Half Size)
Northwest Quarter Corner
(Half Size)
Section Corner
(Half Size)
Southeast Quarter Corner
(Half Size)
Horizontal Curve Data
Quarter Section Line
Quarter/Quarter Section Line
Channel or Stream Line
STANDARD 000001-07
ADJUSTMENT ITEMS EX PR ALIGNMENT ITEMS EX PR
BOUNDARIES ITEMS EX PR
DRAINAGE ITEMS EX PR
Illinois Department of Transportation
January 1,
ENGINEER OF POLICY AND PROCEDURES
APPROVED January 1,
ENGINEER OF DESIGN AND ENVIRONMENT
ISS
UE
D1-1-9
7
PASSED
AND PATTERNS
ABBREVIATIONS
STANDARD SYMBOLS,
Overflow
Sheet Flow
Hydrant Outlet
EXHYDRAULICS ITEMS PR
2019
2019
Intermediate Contour
Index Contour
Approx. Intermediate Line
Approx. Index Line
CONTOUR ITEMS EX PR
T
E
E
FL
(Sheet 3 of 9)
Cleaning & Grading Limits
Dike
Erosion Control Fence
Perimeter Erosion Barrier
Temporary Fence
Ditch Check Temporary
Ditch Check Permanent
Inlet & Pipe Protection
Sediment Basin
Erosion Control Blanket
Revetment Mat
Fabric Formed Concrete
Turf Reinforcement Mat
Mulch Temporary
Mulch Method 1
Mulch Method 2 Stabilized
Mulch Method 3 Hydraulic
Noise Attn./Levee
Fence
Base of Levee
Mailbox
Pay Telephone
Advertising Sign
Contour Mounding Line
Fence
Perennial Plants
Seeding Class 2
Seeding Class 2A
Seeding Class 4
Seeding Class 4 & 5 Combined
Seeding Class 5
Seeding Class 7
Seedlings Type 1
Seedlings Type 2
Sodding
Mowstake w/Sign
Tree Trunk Protection
Evergreen Tree
Shade Tree
Duct
Conduit
Electrical Aerial Cable
Electrical Buried Cable
Controller
Underpass Luminaire
Power Pole
Shrubs
Mowline
Fence Post
Field Line
Multiple Mailboxes
STANDARD 000001-07
CONTROL ITEMS
EROSION & SEDIMENTEX PR
IMPROVEMENT ITEMS
NON-HIGHWAYEX PR
(contd.)
LANDSCAPING ITEMS
EXISTING
EX PR
LANDSCAPING ITEMS EX PRLIGHTING EX PR
Illinois Department of Transportation
January 1,
ENGINEER OF POLICY AND PROCEDURES
APPROVED January 1,
ENGINEER OF DESIGN AND ENVIRONMENT
ISS
UE
D1-1-9
7
PASSED
AND PATTERNS
ABBREVIATIONS
STANDARD SYMBOLS,
*
*
ITS Camera
Wind Turbine
Cellular Tower
Intelligent Transportation Systems
2019
2019
P P
H
J
H
J
RR
(Sheet 4 of 9)
Pull Point
Handhole
Heavy Duty Handhole
Junction Box
Light Unit Comb.
Electrical Ground
Traffic Flow Arrow
Light Unit-1
Keyed Long. Joint
Keyed Long. Joint w/Tie Bars
Sawed Long. Joint w/Tie Bars
Bituminous Shoulder
Bituminous Taper
Stabilized Driveway
Widening
RR Crossing
Raised Marker Amber 1 Way
Raised Marker Amber 2 Way
Raised Marker Crystal 1 Way
Two Way Turn Left
Shoulder Diag. Pattern
Skip-Dash White
Skip-Dash Yellow
Stop Line
Solid Line
Double Centerline
Dotted Lines
(Half Size)
High Mast Pole
Handicap Symbol
STANDARD 000001-07
(contd.)
LIGHTINGEX PR
PAVEMENT (MISC.) EX PR
PAVEMENT MARKINGS EX PR
Illinois Department of Transportation
January 1,
ENGINEER OF POLICY AND PROCEDURES
APPROVED January 1,
ENGINEER OF DESIGN AND ENVIRONMENT
ISS
UE
D1-1-9
7
PASSED
AND PATTERNS
ABBREVIATIONS
STANDARD SYMBOLS,
2019
2019
ONLYONLY
ONLY
(Sheet 5 of 9)
Urban Left Turn Arrow
Urban Right Turn Arrow
Urban Left Turn Only
Urban Right Turn Only
Urban Thru Only
Abandoned Railroad
Railroad
Railroad Point
Control Box
Crossing Gate
Flashing Signal
Railroad Cant. Mast Arm
Crossbuck
Removal Tic
Bituminous Removal
Hatch Pattern
Future ROW Corner Monument
ROW Marker
ROW Line
Easement
Temporary Easement
Urban Combination Left
Urban Combination RightTree Removal Single
STANDARD 000001-07
(contd.)
PAVEMENT MARKINGSEX PR
RAILROAD ITEMS EX PR
EX PR
EX PR
Illinois Department of Transportation
January 1,
ENGINEER OF POLICY AND PROCEDURES
APPROVED January 1,
ENGINEER OF DESIGN AND ENVIRONMENT
ISS
UE
D1-1-9
7
PASSED
AND PATTERNS
ABBREVIATIONS
STANDARD SYMBOLS,
2019
2019
REMOVAL ITEMS
RIGHT OF WAY ITEMS
RRPM 40' (12.2 m) o.c.
CL Multilane Div.
RRPM 80' (24.4 m) o.c.
CL Multilane Div.
RRPM 80' (24.4 m) o.c.
CL Multilane Div. Dbl.
CL Multilane Undiv.
Two Way Turn Left Line
RRPM 12.2 m (40') o.c.
CL 2Ln 2Way
RRPM 80' (24.4 m) o.c.
CL 2Ln 2Way
ONLYONLY
ONLY
Rural Left Turn Arrow
Rural Right Turn Arrow
Rural Left Turn Only
Rural Right Turn Only
Rural Thru Only
Urban U-Turn
Urban Combined U-Turn
Rural Combination Left
Rural Combination Right
Bike Lane Symbol
Bike Lane Text
AND PATTERNS
ABBREVIATIONS
STANDARD SYMBOLS,
STANDARD 000001-07
Illinois Department of Transportation
January 1,
ENGINEER OF POLICY AND PROCEDURES
APPROVED January 1,
ENGINEER OF DESIGN AND ENVIRONMENT
ISS
UE
D1-1-9
7
PASSED
(contd.)
PAVEMENT MARKINGSEX PR
Bike Path Shared
Bike Shared Roadway
2019
2019
(Sheet 6 of 9)
I
VPIELEVLE
= = = =
VPIELEVLE
= = = =
SINGLE
LANE
AHEAD
ROAD
CONSTRUCTION
AHEAD
ROAD
CLOSED
AHEAD
RIGHT LANE
CLOSED
AHEAD
LEFT LANE
CLOSED
AHEAD
DETOUR
AHEAD
STA. 45+00
9
(Sheet 7 of 9)
Edge of Pavement
and C&G Line
Bit Shoulders, Medians
Aggregate Shoulder
Sidewalks, Driveways
Guardrail
Guardrail Post
Traffic Sign
Corrugated Median
P.I. Indicator
Point Indicator
Earthworks Balance Point
Begin Point
Vert. Curve Data
Cone, Drum or Barricade
Barricade Type II
Barricade Type III
Barricade With Edge Line
Flashing Light Sign
Panels I
Panels II
Direction of Traffic
Ditch Profile Left Side
Ditch Profile Right Side
Roadway Profile Line
Storm Sewer Profile Left Side
Storm Sewer Profile Right Side
(Half Size)
Sign Flag
(Half Size)
Detour Ahead W20-2(O)
(Half Size)
Road Closed Ahead W20-3(O)
(Half Size)
Reverse Left W1-4L
(Half Size)
Reverse Right W1-4R
(Half Size)
Two Way Traffic Sign W6-3
(Half Size)
Transition Right W4-2R
(Half Size)
Transition Left W4-2L
(Half Size)
Road Construction Ahead W20-1-(O)
(Half Size)
Right Lane Closed Ahead W20-5R(O)
(Half Size)
Single Lane Ahead
(Half Size)
Left Lane Closed Ahead W20-5L(O)
Slope Limit Line
Match Line
Typical Cross-Section Line
Access Control Line
Access Control Line & ROW
ROW with Fence
Access Control Line &
Excess ROW Line
(Half Size)
North Arrow with District Office
Cable Barrier
Concrete Barrier
Impact Attenuator
STANDARD 000001-07
(contd.)
RIGHT OF WAY ITEMSEX PR
ITEMS
ROADWAY PLANEX PR
ROADWAY PROFILES EX PR
SIGNING ITEMS EX PR
(contd.)
SIGNING ITEMSEX PR
Illinois Department of Transportation
January 1,
APPROVED January 1,
ENGINEER OF DESIGN AND ENVIRONMENT
ISS
UE
D1-1-9
7
PASSED
AND PATTERNS
ABBREVIATIONS
STANDARD SYMBOLS,
ENGINEER OF POLICY AND PROCEDURES
2019
2019
G
Y
DW
W
G
Y
DW
W
ROAD CLOSED
TO
THRU TRAFFIC
ROAD
CLOSED
STOPHERE
ONRED
STOPHERE
ONRED
KEEP
RIGHT
KEEP
RIGHT
KEEP
LEFT
KEEP
LEFT
LEFT
TURN
LANE
DETOUR
DETOUR
ONE WAY
ONE WAY
(Sheet 8 of 9)
Cable Number
Left Turn Green
Left Turn Yellow
Signal Backplate
Walk/Don't Walk Letters
Walk/Don't Walk Symbols
Galv. Steel Conduit
Underground Cable
Detector Loop Line
Detector Loop Large
Detector Loop Small
Detector Loop Quadrapole
Bridge Pier
Box Culvert Barrel
Box Culvert Headwall
Bridge
Retaining Wall
Temporary Sheet Piling
(Half Size)
Left Turn Lane R3-I100L
(Half Size)
Keep Left R4-7AL
(Half Size)
Keep Left R4-7BL
(Half Size)
Keep Right R4-7AR
(Half Size)
Keep Right R4-7BR
(Half Size)
Stop Here On Red R10-6-AL
(Half Size)
Stop Here On Red R10-6-AR
(Half Size)
No Left Turn R3-2
(Half Size)
No Right Turn R3-1
(Half Size)
Road Closed R11-2
(Half Size)
Road Closed Thru Traffic R11-2
(Half Size)
Detour M4-10L-(O)
(Half Size)
Detour M4-10R-(O)
(Half Size)
One Way Left R6-1L
(Half Size)
One Way Right R6-1R
(Half Size)
One Way Arrow Lrg. W1-6-(O)
(Half Size)
Two Way Arrow Large W1-7-(O)
Signal Section 8'' (200 mm)
Signal Section 12'' (300 mm)
STANDARD 000001-07
(contd.)
SIGNING ITEMSEX PR STRUCTURES ITEMS EX PR
ITEMS
TRAFFIC SHEETEX PR
ITEMS
TRAFFIC SIGNALEX PR
Illinois Department of Transportation
January 1,
ENGINEER OF POLICY AND PROCEDURES
APPROVED January 1,
ENGINEER OF DESIGN AND ENVIRONMENT
ISS
UE
D1-1-9
7
PASSED
AND PATTERNS
ABBREVIATIONS
STANDARD SYMBOLS,
2019
2019
"E"
H
J J
H
H
J
H
J
V
C C
V
TS
(Sheet 9 of 9)
Detector Raceway
Aluminum Mast Arm
Steel Mast Arm
Veh. Detector Magnetic
Conduit Splice
Controller
Gulfbox Junction
Wood Pole
Temp. Signal Head
Handhole
Heavy Duty Handhole
Junction Box
Ped. Pushbutton Detector
Ped. Signal Head
Power Pole Service
Priority Veh. Detector
Signal Head
Signal Head w/Backplate
Signal Post
Controller
Double Handhole
Fire Hydrant
Handhole
Heavy Duty Handhole
Junction Box
Light Pole
Manhole
Power Pole
Splice Box Above Ground
Telephone Pole
Traffic Signal
Water Meter Valve Box
Above Ground
Telephone Splice Box
Deciduous Tree
Evergreen Tree
Stump
Stream or Drainage Ditch
Waters Edge
Water Surface Indicator
Water Point
Disappearing Ditch
Marsh
Marsh/Swamp Boundary
Bush or Shrub
Woods & Bush Line
Vegetation Line
Orchard/Nursery Line
GuyWire or Deadman Anchor
Profile Line
Aerial Power Line
Cable TV
Electric Cable
Fiber Optic
Gas Pipe
Oil Pipe
Sanitary Sewer
Telephone Cable
Water Pipe
Double Handhole
Closed Circuit TV
Video Detector System
Pipeline Warning Sign
Power Pole with Light
Sanitary Sewer Cleanout
Traffic Signal Control Box
Water Meter
STANDARD 000001-07
ITEMS (contd.)
TRAFFIC SIGNAL
UTILITY ITEMS
UNDERGROUNDEX PR EX PR ABANDONED
(contd.)
UTILITY ITEMSEX PR
VEGETATION ITEMS EX PR
UTILITIES ITEMS EX PR
ITEMS
WATER FEATUREEX PR
Illinois Department of Transportation
January 1,
ENGINEER OF POLICY AND PROCEDURES
APPROVED January 1,
ENGINEER OF DESIGN AND ENVIRONMENT
ISS
UE
D1-1-9
7
PASSED
AND PATTERNS
ABBREVIATIONS
STANDARD SYMBOLS,
2019
2019
Monitoring Well (Gasoline) MW
fabric.
Silt fence
metal stake.
Wood post or
metal stake.
Wood post orfabric.
Silt fence
fence with fabric positioned as swown.
adjacent to end-post (stake) of second silt
Place end-post (stake) of first silt fence
and drive both posts (stakes) 18 (450) into ground.
Rotate posts (stakes) together 180° clockwise
(Not applicable for J-hooks)
J-hook
Sheet flow
J-hook
Sheet flow
(60 m)
200'
(typical).
metal stake
Wood post or
fabric.
Continuous fence
top with wire.
adjacently and bind at
Place posts (stakes)
bank.
Top of
pin.
Securing
fabric.
Filter
pin.
Securing
(150)
6 min.
12 (300)
max.
36 (9
14)
of the aggregate shall be 1:4 (V:H).
traffic, the traffic approach slope
clear zone and the road is open to
When the ditch check is within the*
aggregate.
Coarse
ditch.
Bottom of
pin.
Securing
Flow
fabric.
Filter
2*
1 1
1
Riprap
2*
1
fabric.
Filter
pin.
Securing
(300)
12
(300)
12
(300)
12
(300)
12
(300)
12
(150)
6
(1.5 m)
5'
Wood or metal stake
Fence fabric
Sheet flow
(150)
6
(450)
18
(1.2
m)
4'
unless otherwise shown.
All dimensions are in inches (millimeters)
protection.
shall also apply for inlet and pipe
shown for perimeter erosion barriers
The installation details and dimensions
1-1-13
(Sheet 1 of 2)
Wood or metal stake
Fence fabric
Sheet flow
(450)
18
(1.2
m)
4'
(150)
6
(250)
10
trench to secure fabric.
Excavate, backfill and compact
1-1-12
to SECTION A-A.
barrier. Added SLICE METHOD
Omitted hay/straw perimeter
STANDARD 280001-07
STEP 1
STEP 2
ATTACHING TWO SILT FILTER FENCES
SILT FILTER J-HOOK PLACEMENT
J-HOOK
ELEVATION
SECTION B-B
AGGREGATE DITCH CHECK
ELEVATION
SECTION A-A
GENERAL NOTES
PERIMETER EROSION BARRIER
SILT FILTER FENCE AS A
TRENCH METHOD
SLICE METHOD
CONTROL SYSTEMS
TEMPORARY EROSION
B
B
A
A
BASIN ELEVATION.
flowline (¥) on SEDIMENT
Corrected notation for Illinois Department of Transportation
January 1, 2013
ENGINEER OF POLICY AND PROCEDURES
APPROVED January 1, 2013
ENGINEER OF DESIGN AND ENVIRONMENT
ISS
UE
D1-1-9
7
PASSED
DATE REVISIONS
Flow
or rolled excelsior
Straw or hay bales
Flow
Flow
Spacers
fence
Silt filter
30' (9.0 m)
20' (6.0 m) to
6' (1.8 m)
24 (600) to
min.
12 (3
00)
will improve if put into a series.
The performance of the basin
directed by Engineer.
Outlet type as
Flow
removed anytime the basins become 75% filled.
direction of the flow. Accumulated silt shall be
The long dimension should be parallel with the
(2.4
m)
8'
Flow
Tie down stakes
Flow
Bale ties
hay bales
Straw or
Flow
Flow
fence
Silt filter
open grate
Manhole with
Flow
Spacers
Flow
to excavation
Ground line prior
ditch
Downside
limits
Final excav.
Upside ditch
slope
or finished
Temporary
Final embankment limits
toe ditch
Temporary
toe ditch
Temporary
ditch
Final
(Sheet 2 of 2)
F Ditch
STANDARD 280001-07
INLET AND PIPE PROTECTION
ELEVATION
SEDIMENT BASIN
PLAN
TYPICAL CUT CROSS-SECTION TYPICAL FILL CROSS-SECTION
CUT & FILL SECTIONS
TEMPORARY DITCHES FOR
CONTROL SYSTEMS
TEMPORARY EROSIONIllinois Department of Transportation
January 1, 2013
ENGINEER OF POLICY AND PROCEDURES
APPROVED January 1, 2013
ENGINEER OF DESIGN AND ENVIRONMENT
ISS
UE
D1-1-9
7
PASSED
13
16
B
A W A
L
length
Pip
e pay
edge
Reinforced
dia.
Pipe
centers, max.
Holes on 12 (300)
H
(50)
2
(150)
6
L
V
Slope H
(V:H).
displacement to units of horizontal displacement
All slope ratios are expressed as units of vertical
(M10) rivets or bolts.83
diameter. The angles shall be attached by
(64x64x6.4) for 78 (1950) thru 84 (2250)41x2
1x2212
for 60 (1500) thru 72 (1800) diameter and
(51x51x6.4)41angles. The angles shall be 2x2x
edges shall be supplemented with stiffener
For 60 (1500) thru 84 (2250) sizes, reinforced
rod
Threaded
lug
Connector
(See Note 1)
24 (600) only
For 12 (300) thru
length
Pip
e pay
rod
Threaded
holder
Rod
(See Note 1)
36 (900) only
For 30 (750) and
length
Pip
e pay
and nut.
x6 (M12x150) band bolt21
strap with standard
1 (25) wide, 0.109 (2.77) thick
(For Type 1 only)
(See note 2)
Connector section
(M10) bolts.83with
to end section
Band shop bolted
(See Note 2) (See Note 3)
1.
2.
3.
DIA.
PIPE
NESS
THICK-
DIMENSIONS
A B H L W
1±
(25)(max.)
1±
(25)
±211
(38)
2±
(50)
(V:H)
(Approx.)
SLOPE
BODY
12
(300)
15
(375)
18
(450)
21
(525)
24
(600)
30
(750)
36
(900)
42
(1050)
48
(1200)
54
(1350)
60
(1500)
66
(1650)
72
(1800)
78
(1950)
84
(2250)
0.064
(1.63)
0.064
(1.63)
0.079
(2.01)
0.079
(2.01)
0.079
(2.01)
0.109
(2.77)
0.109
(2.77)
0.079
(2.01)
0.109
(2.77)
0.109
(2.77)
0.109
(2.77)
0.109
(2.77)
0.138
(3.51)
0.168
(4.27)
0.168
(4.27)
6
(150)
7
(180)
8
(205)
9
(230)
10
(255)
12
(305)
14
(355)
16
(405)
18
(455)
18
(455)
18
(455)
18
(455)
18
(455)
18
(455)
18
(455)
6
(150)
8
(205)
10
(255)
12
(305)
13
(330)
16
(405)
19
(480)
22
(560)
27
(685)
30
(760)
33
(840)
36
(915)
39
(990)
42
(1.065 m)
45
(1.145 m)
6
(150)
6
(150)
6
(150)
6
(150)
6
(150)
8
(205)
9
(230)
11
(280)
12
(305)
12
(305)
12
(305)
12
(305)
12
(305)
12
(305)
12
(305)
21
(535)
26
(660)
31
(785)
36
(915)
41
(1.040 m)
51
(1.295 m)
60
(1.525 m)
69
(1.750 m)
78
(1.980 m)
84
(2.135 m)
87
(2.210 m)
87
(2.210 m)
87
(2.210 m)
87
(2.210 m)
87
(2.210 m)
24
(610)
30
(760)
36
(915)
42
(1.065 m)
48
(1.220 m)
60
(1.525 m)
72
(1.830 m)
84
(2.135 m)
90
(2.285 m)
102
(2.590 m)
114
(2.895 m)
120
(3.050 m)
126
(3.200 m)
132
(3.355 m)
138
(3.505 m)
211:2
211:2
211:2
211:2
211:2
211:2
211:2
211:2
411:2
1:2
431:1
211:1
1:1
1:1
411:1
1 Pc.
1 Pc.
1 Pc.
1 Pc.
1 Pc.
1 Pc.
2 Pc.
2 Pc.
2 Pc.
2 Pc.
3 Pc.
3 Pc.
3 Pc.
3 Pc.
3 Pc.
PLAN
END VIEW
SIDE VIEW
END SECTION
NOTES
TYPE 1 TYPE 2 TYPE 3 TYPE 4
ALTERNATE STRAP CONNECTOR
CONNECTIONS OF END SECTIONS
NOTES
STANDARD 542401-03
unless otherwise shown.
All dimensions are in inches (millimeters)
band will be allowed.
metal pipes having helical ends, only the dimple
metal pipes having annular ends. For corrugated
or annular band may be used with corrugated
or annular band of 3x1 (75x25). The dimple, hugger,
(68x13) dimple, hugger,21 x 3
2Coupler shall be 2
Type 4 connection can be used for all pipe sizes.
x 1 (25) depth annular corrugated pipe.
(13) depth or 3 (75) pitch21 (68) pitch x 3
2either 2
metal thickness as the end section. Stub shall be
section by rivets or bolts and shall be the same
connector section shall be attached to the end
and includes 12 (300) of the pipe length. The
Type 3 connection may be used for all pipe sizes
Types 1 and 2 for pipes with annular ends only.
Illinois Department of Transportation
2018
ENGINEER OF POLICY AND PROCEDURES
APPROVED 2018
ENGINEER OF DESIGN AND ENVIRONMENT
ISS
UE
D1-1-9
7
PASSED
DATE REVISIONS
January 1,
January 1,
PIPE CULVERTS
SECTION FOR
METAL FLARED END
4-1-16
in table.
Revised THICKNESS values
1-1-18 Renamed standard.
11
1
2
1 1 2
Saw at 4 to 24 hours, and seal.
2 (50) deep, and seal.
(3) thick steel template81Form with
construction option:
(Placed in prolongation with pavement joints)
Doweled contraction joint
1.
2.
ramp returns).
side streets and
(Such as entrances,
Short radius curve
joint
Contraction
(when space permits)
placed at mid-depth
2-No. 4 (No. 13) bars
dowel bars
18 (450) long
joint
Construction
box
Curb
with curb box
Drainage casting
Back of curb
pavement
joint on the adjacent
adjusted to align with
This dimension shall be*(typ.)
12 (300
min.
(1.0 m)
* 3'-0''
min.
(1.0 m)
* 3'-0''
(4.5 m)
15'-0"
(4.5 m)
15'-0"
(4.5 m)
15'-0"
(300)
12
(75)
3
pavement
Edge of
with (or without) dowels
Pavement expansion joint
min.
(300)
* 12
A A A
A A
with 2 (50) min. cl.
2-No. 4 (No. 13) bars
(when space permits)
placed at mid-depth
2-No. 4 (No. 13) barswithout curb box
Drainage casting
Back of curb
(typ.)
12 (300)
min.
(1.0 m)
*3'-0''
min.
(1.0 m)
*3'-0''
mid-depth).
bar (placed at
18 (450) long dowel
cap
Expansion
joint filler.
preformed expansion
1 (25) - thick (min.)
Full depth & width
min.
1 (25)
curb type.
as required for
Gutter flag width
(175)
7
Slope 6%
Pavement
t
(40)
21
1
Tie bar
Pavement
CB
A
Tie bar
RSlope 6%
t
Dcurb type.
as required for
Gutter flag width
Slope 5% max.
Pavement
Tie bar
t
(13)
21
(175)
7
Pavement
A
B C
R
Tie bar
Slope 6% D
t
HMA surfacing
course
PCC base Tie bar
(other types permitted)
Mountable curb shown
course 8 (200)
10 (250) when PCC base
course 8 (200)
9 (225) when PCC base
min.
3 (7
5)
(6)
41
Slope 6%
A
Pavement
BC
R
Tie bar
R D
t
Slope 2%
BARRIER CURB
TABLE OF DIMENSIONS
TYPE
(B-15.3)
B-6.12
(B-15.45)
B-6.18
(B-15.60)
B-6.24
(B-22.30)
B-9.12
(B-22.45)
B-9.18
(B-22.60)
B-9.24
A
(300)
12
(450)
18
(600)
24
(300)
12
(450)
18
(600)
24
B
(25)
1
(25)
1
(25)
1
(50)
2
(50)
2
(50)
2
C
(150)
6
(150)
6
(150)
6
(125)
5
(125)
5
(125)
5
D
(150)
6
(150)
6
(150)
6
(225)
9
(225)
9
(225)
9
R
(25)
1
(25)
1
(25)
1
(25)
1
(25)
1
(25)
1
MOUNTABLE CURB
TABLE OF DIMENSIONS
TYPE
(M-5.15)
M-2.06
(M-5.30)
M-2.12
(M-10.15)
M-4.06
(M-10.30)
M-4.12
(M-10.45)
M-4.18
(M-10.60)
M-4.24
(M-15.15)
M-6.06
(M-15.30)
M-6.12
(M-15.45)
M-6.18
(M-15.60)
M-6.24
A
(150)
6
(300)
12
(150)
6
(300)
12
(450)
18
(600)
24
(150)
6
(300)
12
(450)
18
(600)
24
B
(50)
2
(50)
2
(100)
4
(100)
4
(100)
4
(100)
4
(150)
6
(150)
6
(150)
6
(150)
6
C
(100)
4
(100)
4
(75)
3
(75)
3
(75)
3
(75)
3
(50)
2
(50)
2
(50)
2
(50)
2
D
(50)
2
(50)
2
(100)
4
(100)
4
(100)
4
(100)
4
(150)
6
(150)
6
(150)
6
(150)
6
R R
(75)
3
(75)
3
(75)
3
(75)
3
(75)
3
(75)
3
(50)
2
(50)
2
(50)
2
(50)
2
(50)
2
(50)
2
NA
NA
NA
NA
NA
NA
NA
NA
(Sheet 1 of 2)
(150)
6
(25)
1
(150)
6
(150)
6
(25)
1
(B-15.15)
B-6.06
For corner islands only.
STANDARD 606001-07
A
*
*
CONCRETE CURB AND GUTTER
AND COMBINATION
CONCRETE CURB TYPE B
¡
¡
¡
¡
¡
GENERAL NOTES
TO THE DISABLED
TO CURB RAMP ACCESSIBLE
DEPRESSED CURB ADJACENT
DEPRESSED CURB (TYPICAL)
WITH HMA SURFACING
ADJACENT TO PCC BASE COURSE
M-2.06 (M-5.15) and M-2.12 (M-5.30)
EXPANSION JOINT
DETAIL
MOUNTABLE CURBBARRIER CURB
ADJACENT TO PCC PAVEMENT OR PCC BASE COURSE
PLAN
Illinois Department of Transportation
January 1, 2018
ENGINEER OF POLICY AND PROCEDURES
APPROVED January 1, 2018
ENGINEER OF DESIGN AND ENVIRONMENT
ISS
UE
D1-1-9
7
PASSED
DATE REVISIONS
1-1-15
(corner islands only).
curb and gutter to table
Added B-6.06 (B-15.15) barrier
1-1-18
bar spacing to 36 (900) cts.
Revised General Note for tie
unless otherwise shown.
All dimensions are in inches (millimeters)
islands.
See Standard 606301 for details of corner
only be required for monolithic construction.
The dowel bars shown in contraction joints will
maintained.
the tie bar and the back of the curb shall be
A minimum clearance of 2 (50) between the end of
Standard 420001.
longitudinal construction joint shown on
36 (900) centers in accordance with details for
Longitudinal joint tie bars shall be No. 6 (No. 19) at
t = Thickness of pavement.
is omitted.
the same slope as the subbase or 6% when subbase
constructed adjacent to pcc pavement shall be
The bottom slope of combination curb and gutter
1
1
(Sheet 2 of 2)
Short radius curve
A
A A A
(when space permits)
placed at mid-depth
2-No. 4 (No. 13) bars
Back of curb
with curb box
Drainage casting
pavement
Edge of
(typ.)
12 (300)
Construction joint
full depth and width.
(20) thick preformed joint filler43Insert
Saw 2 (50) deep at 4 to 24 hours, and seal.
2 (50) deep, and seal.
(3) thick steel template81Form with
construction options:
Undoweled contraction joint (typ.)
1.
2.
3.
PT
PC
max. cts. (typ.)
at 25'-0'' (7.6 m)
Contraction joints
with 2 (50) min. cl.
2-No. 4 (No. 13) bars
(when space permits)
placed at mid-depth
2-No. 4 (No. 13) bars
(1.5 m)
5'-0"
(1.5 m)
5'-0"
without curb box
Drainage casting
Back of curb
(typ.)
12 (300)
pavement
Edge of
A A
(1.5 m)
5'-0"
(1.5 m)
5'-0"
(other types permitted)
Mountable curb shown
HMA surfacing
Base course
(6)
41
t
min.
9 (2
25)
min.
9 (2
25)
(6)
41
t
Base course
HMA surfacing
Pavement (40)
21
1(175)
7
(340)
21
13
Pavement
B C
R
D
(450)
18
Pavement
Tie bar
(40)
21
1
t
(175)
7
Pavement
R
Tie bar
BC
D
t
A
STANDARD 606001-07
CONCRETE CURB AND GUTTER
AND COMBINATION
CONCRETE CURB TYPE B
¡¡
DEPRESSED CURB BARRIER CURB
ADJACENT TO FLEXIBLE PAVEMENT
DEPRESSED CURB BARRIER CURB
ADJACENT TO PCC PAVEMENT OR PCC BASE COURSE
CONCRETE CURB TYPE B
ADJACENT TO FLEXIBLE PAVEMENT
ON UNDISTURBED SUBGRADEON DISTURBED SUBGRADE
PLAN
Illinois Department of Transportation
January 1, 2018
ENGINEER OF POLICY AND PROCEDURES
APPROVED January 1, 2018
ENGINEER OF DESIGN AND ENVIRONMENT
ISS
UE
D1-1-9
7
PASSED
ROAD
AHEAD
CONSTRUCTION
ROAD
AHEAD
WORK
ROAD
AHEAD
CONSTRUCTION
ROAD
AHEAD
WORK
SIDEWALK
CLOSED
USE OTHER
SIDE
SIDEWALK
CLOSEDSIDEWALK
CLOSED
USE OTHER
SIDE
projects
construction
contract
W20-I103(0)-48 for
projects
and utility
maintenance
W20-1(0)-48 for
Or
Or
projects
construction
contract
W20-I103(0)-48 for
projects
and utility
maintenance
W20-1(0)-48 for
R11-I101-2418
road work traffic control.
Omit whenever duplicated by
4-1-16
10' (3 m) Spacing
25' (8 m) Spacing
Work area
permanent support
Sign on portable or
Barricade or drum
barricade
Cone, drum or
Type lll barricade
(Sheet 1 of 2)
1
1
1
1
R11-I102-2430 R11-I102-2430
1
unless otherwise shown.
All dimensions are in inches (millimeters)
detail on Standard 701901.
positioned as shown in "ROAD CLOSED TO ALL TRAFFIC"
Type lll barricades and R11-2-4830 signs shall be
ends of the actual closures.
The SIDEWALK CLOSED signs shall be used at the
the corners across the street from the closure.
occurs at a corner, the signs shall be erected on
to each end of the closure. Where the closure
placed at the nearest crosswalk or intersection
The SIDEWALK CLOSED / USE OTHER SIDE sign shall be
whenever possible.
provided on the same side of the closed facilities
The temporary pedestrian facilities shall be
accessible.
Temporary facilities shall be detectable and
roadway traffic is affected.
other Traffic Control & Protection Standards when
This Standard must be used in conjunction with
performed.
traffic must be rerouted due to work being
This Standard is used where, at any time, pedestrian
(1.2
m)
4'
min.
typical
Parking space,
channelizing barricade
Detectable pedestrian
1-1-12
plan views. Renamed Std.
Modified appearance of
Added SIDEWALK DIVERSION.
covered in the std. spec.
from standard as this is
Omitted orange safety fence
STANDARD 701801-06
CROSSWALK CLOSURE
SIDEWALK, CORNER OR
SIDEWALK DIVERSION
SIDEWALK CLOSURE
GENERAL NOTES
SYMBOLS
Illinois Department of Transportation
2016
APPROVED 2016
ENGINEER OF DESIGN AND ENVIRONMENT
ISS
UE
D1-1-9
7
PASSED
ENGINEER OF SAFETY ENGINEERING
April 1,
April 1,
DATE REVISIONS
ROAD
AHEAD
CONSTRUCTION
ROAD
AHEAD
WORK
SIDEWALK
CLOSED
USE OTHER
SIDE
SIDEWALK
CLOSED
SIDEWALK
CLOSED
SIDEWALK
CLOSED
USE OTHER
SIDE
SIDEWALK
CLOSED
USE OTHER
SIDE
ROAD
AHEAD
CONSTRUCTION
ROAD
AHEAD
WORK
SIDEWALK
CLOSED
USE OTHER
SIDE
SIDEWALK
CLOSED
USE OTHER
SIDE
ROAD
CLOSED
AHEAD
Or
projects
construction
contract
W20-I103(0)-48 for
projects
and utility
maintenance
W20-1(0)-48 for
Or
projects
construction
contract
W20-I103(0)-48 for
projects
and utility
maintenance
W20-1(0)-48 for
R11-I101-2418
R11-I101-2418
Spacing
10' (3 m)
R3-1-2424
(Sheet 2 of 2)
1
1
R11-I102-2430
R11-I102-2430
R11-I102-2430
1
1
1
R3-2-2424
R20-3(O)-48
1
1
R11-I102-2430
R11-I102-2430
STANDARD 701801-06
CROSSWALK CLOSURE
SIDEWALK, CORNER ORIllinois Department of Transportation
2016
APPROVED 2016
ENGINEER OF DESIGN AND ENVIRONMENT
ISS
UE
D1-1-9
7
PASSED
ENGINEER OF SAFETY ENGINEERING
April 1,
April 1,
CORNER CLOSURE
CROSSWALK CLOSURE
*
*
* *
*
*
** *
(450-9
00)
18-3
6
(700)
28
min.
4' (1.2
m)
min.
24 (6
00)
(900)
36
min.
18 (450)
min.
5' (1.5
m)
min.
4' (1.2 m)
(600)
24
(900)
36
(300)
12
(200)
8 (900)
36
(Sheet 1 of 3)
min.
4' (1.2 m)min.
36 (9
00)
(100)
4
min.
36 (9
00)
min.
24 (600)
min.
36 (9
00)
min.
24 (600)
(100)
4
Orange
(100)
4
(700 -
900)
28 -
36
Posted speed < 45 mph
STANDARD 701901-08
TUBULAR MARKER VERTICAL PANEL
TYPE I BARRICADE TYPE II BARRICADE TYPE III BARRICADE
BARRICADE
DIRECTION INDICATOR
DRUM
VERTICAL BARRICADE
CHANNELIZING BARRICADE
DETECTABLE PEDESTRIAN
GENERAL NOTES
DATE REVISIONS
orange to white background.
SPEED LIMIT sign from
Revised END WORK ZONE1-1-18
1-1-19
(700 -
900)
28 -
36
CONES
Any posted speed
DAYTIME USE
Any posted speed Any posted speed
>36 (9
00)
DAY OR NIGHTTIME USE
(100-150)
4-6
(100-150)
4-6
added cones >36" (900 m) height.
Revised cone usage and
DEVICES
TRAFFIC CONTROL
(200-3
00)
8-1
2m
ax.
2 (5
0)
(150)
6 (150)
6
Warning lights (if required)
unless otherwise shown.
All dimensions are in inches (millimeters)
pavement surface.
All heights shown shall be measured above the
(200-3
00)
8-1
2
(100)
4(1
00)
4(1
00)
4 (100)
4
(200-3
00)
8-1
2 (200-3
00)
8-1
2
(150)
6(150)
6
(300)
12
(150)
6
(150)
6
(100)
4 (100)
4
(50)
2
(150)
6
(75 -
100)
3 -
4
min.
3 (75)
(100)
4
(100)
4
(200-300)
8-12
4-6 (100-150)
4-6 (100-150)
POST MOUNTED
Orange Orange Orange
Illinois Department of Transportation
January 1, 2019
APPROVED January 1, 2019
ENGINEER OF DESIGN AND ENVIRONMENT
ISS
UE
D1-1-1
3
ENGINEER OF SAFETY PROG. AND ENGINEERING
APPROVED
"'-
MAX WIDTH
XX XXX MILES
AHEAD
NEXT X MILES
CONSTRUCTION
ROAD
CONSTRUCTION
END
(IF SPECIFIED)
SIGN
STOP SLOWEND
WORK ZONE
SPEED LIMIT
MINIMUM
$XXX FINE
LIMIT
SPEED
XX
ZONE
WORK
ENFORCED
PHOTO
(1.8 m - 3.6 m)
6' - 12'
FRONT SIDE REVERSE SIDE
(100)
4
(125)
5
(600)
24
(125)
5
(175)
7
(400)
16
(175)
7
(125)
5
(600)
24
(600 - 3 m)
24 - 10'
min.
8' (2.4
m)
(Sheet 2 of 3)
(1.8
m -
2.1
m)
6' -
7'
R2-1-3648
R2-I106p-3618
G20-I104(0)-6036 G20-I105(0)-6024
W12-I103-4848
XX'-XX" width and X miles are variable.
G20-I103-6036
STANDARD 701901-08
POST MOUNTED SIGNS
SIGNS ON TEMPORARY SUPPORTS
HIGH LEVEL WARNING DEVICE
WIDTH RESTRICTION SIGN
FLAGGER TRAFFIC CONTROL SIGN
SPEED ZONE SIGNSHIGHWAY CONSTRUCTION
WORK LIMIT SIGNING
DEVICES
TRAFFIC CONTROL
Edge of
pave
ment
**
(if required)
Warning light
wood post
Metal or
6' (1.8 m) urban
4' (1.2 m) rural
embedment
5' (1.5 m) min.
of pavement
Elevation of edge
7' (2.1 m) min. urban
5' (1.5 m) min. rural
edge of the paved shoulder.
face of curb or 6' (1.8 m) to the outside
this dimension shall be 24 (600) to the
When curb or paved shoulder are present**
of curb
or face
pavement
Edge of
of pavement
Elevation of edge
completely above the devices.
shall be sufficient to be seen
behind other devices, the height
be 5' (1.5 m) min. If located
four days, this dimension shall
When work operations exceed***
min.
***
12 (3
00)
Orange flags
18x18 (450x450)
lane highways.
Dual sign displays shall be utilized on multi-
within 2 miles (3200 m).
the end of the job unless another job is
END CONSTRUCTION sign shall be erected at
ject limits.
be placed 500' (150 m) in advance of pro-
ROAD CONSTRUCTION NEXT X MILES sign shall
2 miles (3200 m) or more in length.
This signing is required for all projects
W21-Ill5(0)-3618
R10-I108p-3618 ****
or as allowed by District Operations.
Sign assembly as shown on Standards
above sign assembly is used.
This sign shall be used when the
under the juristiction of the State.
R10-I108p shall only be used along roadways****
8 (200) Federal series C
(15)32
19
(513)
20 21
7 (180) Federal series B
R.
1 (4
0)
21
(9
0)
32
1
Illinois Department of Transportation
January 1, 2019
APPROVED January 1, 2019
ENGINEER OF DESIGN AND ENVIRONMENT
ISS
UE
D1-1-1
3
ENGINEER OF SAFETY PROG. AND ENGINEERING
APPROVED
ROAD
CLOSED
ROAD CLOSED
TO
THRU TRAFFIC
ROAD CLOSED
TO
THRU TRAFFIC
min.
4' (1.2 m)min.
5' (1.5 m)
min.
(600)
24
min.
6' (1.8
m)
min.
7' (2.1
m)
min.
30 (7
50)
min.
4' (1.2
m)
min.
7' (2.1
m)
min.
8' (2.4 m)
(8 m)
25'
100' (3
0
m)
max.
30' (9.1
m)
min.
(Sheet 3 of 3)
A
A
STANDARD 701901-08
ARROW BOARDS
SECTION A-A
TEMPORARY RUMBLE STRIPS
PLAN
TYPICAL INSTALLATION
TYPE III BARRICADES CLOSING A ROAD
TYPICAL APPLICATIONS OF
24 (600) ±
MOUNTED
TRAILER
TYPE C
MOUNTED
ROOF OR TRAILER
TYPE B
MOUNTED
ROOF
TYPE A
DEVICES
TRAFFIC CONTROL
21
3 (9
0)
±
Weep holes
Traffic
1 (45) ±43
Epoxy channels
stepped or smooth
Face may be
(13)
±
21
21
3 (90) ±
Traffic
(8 m)
25'
(60 m) ±
200
(60 m) ±
200
(8 m)
25'
(8 m)
25'
(60 m) ±
200 warning signs
advance
Construction
(1.5 m)
5'
min.
12 (300)
min.
12 (300)
R11-4
Pavement
flasher
Type A
ROAD CLOSED TO THRU TRAFFIC
directly in front of the barricade.
on NCHRP 350 temporary sign supports
not available, the signs may be mounted
sign panel which meets NCHRP 350 is
Type III barricade with an attached
both sides of the barricades. If a
Reflectorized striping shall appear on
ROAD CLOSED TO ALL TRAFFIC
in front of the barricade.
NCHRP 350 temporary sign support directly
available, the sign may be mounted on an
sign panel which meets NCHRP 350 is not
If a Type III barricade with an attached
on the back side of the barricades.
Reflectorized striping may be omitted
Pavement
shoulder
Edge of
R11-2flasher
Type Amax.
6 (150)max.
6 (150)
max.
6 (150)
Illinois Department of Transportation
January 1, 2019
APPROVED January 1, 2019
ENGINEER OF DESIGN AND ENVIRONMENT
ISS
UE
D1-1-1
3
ENGINEER OF SAFETY PROG. AND ENGINEERING
APPROVED