hurst-rosche, inc. contract documents and … · 2020. 6. 10. · igd forms for completion &...

126
HURST-ROSCHE, INC. CONTRACT DOCUMENTS and SPECIFICATIONS MADISON STREET IMPROVEMENTS PY19 (5 TH Street to 7 TH Street) STITES TOWNSHIP Project funded by ST. CLAIR COUNTY INTERGOVERNMENTAL GRANTS DEPARTMENT Prepared by Hurst-Rosche, Inc. 5 Bank Square East St. Louis, Illinois H-R 211-0910 June 2020 BID SET NO.

Upload: others

Post on 06-Feb-2021

3 views

Category:

Documents


0 download

TRANSCRIPT

  • HURST-ROSCHE, INC. CONTRACT DOCUMENTS and SPECIFICATIONS MADISON STREET IMPROVEMENTS PY19 (5TH Street to 7TH Street) STITES TOWNSHIP Project funded by ST. CLAIR COUNTY INTERGOVERNMENTAL GRANTS DEPARTMENT Prepared by Hurst-Rosche, Inc. 5 Bank Square East St. Louis, Illinois H-R 211-0910

    June 2020

    BID SET NO.

  • TABLE OF CONTENTS Title Page Advertisement for Bids AFB-1 Instructions to Bidders 00100-1-5 IGD Forms for Completion & Submittal with Bid Proposal 1 IGD Information for Bidders 1 Applicable Federal Laws, Acts, Regulations, Etc. 1-3 Federal Labor Standards Provisions 1-5 Federal Wage Decision Information for Bid Documents/Specifications with Community Block Grant Funds 1 *Certification of Bidder & Certification of Bidders Regarding Equal Employment Opportunity 1-4 Affirmative Action Program Implementing Section 3 1 *Affirmative Action Program Implementing Section 3 of the HUD Act of 1968 1-7 *Contractor’s Certification – Labor Standards and Prevailing Wage 1-2 **Subcontractor’s Certification Concerning Labor Standards & Prevailing Wage Requirements 1 **Subcontractor Certification – EEO Form 1-3 MBE Participation 1 *Minority Business Enterprise (MBE) Participation Contractor’s Agreement 1 **Minority Business Enterprise Contractor Certification Form 1-2 Certified Minority Business Enterprises (MBE’s) 1-9 Certificate of Liability Insurance 1 System for Award Management (SAM) 1 Pre-Construction Guidelines for Contractors Meeting Labor Standards Contract Requirements 1-5 Bid B-1-3 Bid Bond BB-1-2 Application for Payment 00685-1 Application for Payment Continuation Sheet 00690-1 Agreement A-1-3 Payment Bond PayB-1-2 Performance Bond PerB-1-2 Notice of Award NOA-1 Notice to Proceed NTP-1 Change Order CO-1 General Conditions GC-1-9 General Wage Decision IL20200017 1-21 Standards Specifications (reference) and Index of Plans SS-1 Special Provisions for Standard Specifications 1-4 INDEX OF STANDARDS 000001-07 Standard Symbols, Abbreviations and Patterns 1-9 701301-04 Lane Closure 2L, 2W, Short Time Operations 1 701501-06 Urban Lane Closure 2L, 2W Undivided 1 701901-08 Traffic Control Devices 1-3 Bidder’s must also complete forms marked with an *. Bidder’s subcontractor must provide information for the forms marked with two ** All documents must be submitted with the Bid.

  • AFB-1

    ADVERTISEMENT FOR BIDS Separate sealed BIDS for Madison Street Improvements PY19 (5th Street to 7th Street) Stites Township, St. Clair County, Illinois, will be received at the office of Hurst-Rosche, Inc., 5 Bank Square, East St. Louis, IL 62203 until 10:00 A.M., on July 9, 2020, and then publicly opened and read aloud. Description of Work. The project consists of pulverizing, reshaping and compacting the existing pavement base, resurfacing with 2” HMA pavement, and all other incidental work required to complete the project. All work shall be constructed under the provisions of the Standard Specifications for Road and Bridges Construction prepared by the Department of Transportation of the State of Illinois, adopted April 1, 2016. The only exception to these standards, are all references to measurement and payment. Project is a Lump Sum Contract. Plans and proposal forms may be obtained from Hurst-Rosche, Inc., 5 Bank Square, East St. Louis, IL 62203 (618/398-0890). The plan deposit is $30.00 each ($45.00 if mailed) and is non-refundable. Drawings and specifications will be available for viewing on the internet at: www.hurst-rosche.com. The documents are being provided for reference purposes only. At a minimum, bidders must obtain clean copies of bid forms by paying a non-refundable amount of $10.00 to submit a bid for this project. All proposals must be accompanied by a bid bond or cashier's check for not less than five percent of the amount of the bid. The CONTRACT DOCUMENTS may be examined at the following locations: a) Hurst-Rosche, Inc., 5 Bank Square, East St. Louis, IL 62203. b) Southern Illinois Builders Assn., 1468 Green Mount Rd., O’Fallon, IL 62269. The federal prevailing rate of wages (Davis Bacon Act) shall be paid throughout the scope of the project. Award of a contract under this invitation for bids will be federally funded in part with a grant by HUD. Not less than fifteen percent (15%) of the total contract amount must be expended with a Minority Business Enterprise(s) in the form of services, supplies, or subcontracts. Designated IGD forms must be completed and submitted with the bid proposal or the bid will be marked as incomplete, resulting in the municipality not being able to issue a Notice of Award without possible loss of CDBG funds. Should there be any questions on Minority Business participation contact the St. Clair County Intergovernmental Grants Department, (618)825-3211. Bidders will be required to comply with the President's Executive Order No. 11246 as amended. The requirements for bidders and contractors under this order are explained in the specifications. All bidders are required to submit an IDOT Certificate of Eligibility. The OWNER reserves the right to waive technicalities or to reject any or all proposals. Vanessa Chapman, Township Supervisor

  • 00100-1

    INSTRUCTIONS TO BIDDERS

    MADISON STREET IMPROVEMENTS PY19 (5TH STREET TO 7TH STREET)

    STITES TOWNSHIP

    HURST-ROSCHE, INC. NO. 5 BANK SQUARE

    EAST ST. LOUIS, ILLINOIS 62203 To be considered, all Bids must be in accordance with these Instructions to Bidders. Bidders must be listed on the official plan holders list to submit a responsive bid. Documents for Bidding must be obtained from Hurst-Rosche, Inc. Partial sets of bid documents will not be distributed. Plans and specifications can be obtained from the office of Hurst-Rosche, Inc. for a non-refundable deposit of $30.00 ($45.00 if mailed). Bidders shall carefully examine documents and construction site to obtain first-hand knowledge of existing conditions. Contractors will not be given extra payments for conditions which can be determined by examining site and these documents. The schedule for bidding this project is as follows: 1. Plans Available: June 11, 2020 2. Pre-Bid Meeting: None 3. Latest Time to Submit Request for Interpretation: July 2, 2020 4. Latest Time to Issue an Addendum: July 6, 2020 5. Bid Opening July 9, 2020 10:00 A.M. Hurst-Rosche, Inc. 5 Bank Square East St. Louis, IL 62203 All requests for interpretations shall be in writing via mail or fax addressed to the Architect/Engineer and must be received seven (7) days prior to date fixed for opening of bids in order to be given consideration. All questions must be submitted on the “Request for Interpretation Pre-Bid Question and Comment Form” included at the end of this section, and questions not submitted in accordance with this form and specified time frame will not be accepted. Any and all interpretations and supplemental instructions will be made by addendum to the Drawings and Specifications and forwarded to all bidders either by certified mail or fax transmittal. All responses by the Owner or Architect/Engineer must be in writing to be binding. All bidders are required to return the signature page of the addendum signed to the Architect/Engineer within 24 hours after receipt. Failure of any bidder to receive any such addendum or interpretations shall not relieve such bidder from an obligation under the bid as submitted. All addenda so issued shall become part of the Contract Documents. No addendum will be issued later than three (3) days prior to bid date except one withdrawing the request for Bids or one postponing date for receiving Bids. Oral interpretations, changes or corrections will

  • 00100-2

    not be binding and Bidders shall not rely upon such interpretations, changes and corrections. Each Bidder shall ascertain prior to submitting Bid that all addenda issued have been received and shall acknowledge receipt in Bid. BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the BID Schedule by examination of the site and a review of the drawings and specifications including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or of the nature of the WORK to be done. The OWNER shall provide to BIDDERS, prior to BIDDING, all information which is pertinent to, and delineates and describes, the land owned and rights of way acquired or to be acquired. The CONTRACT DOCUMENTS contain the provisions required for the construction of the PROJECT. Information obtained from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR or relieve him from fulfilling any of the conditions of the contract. Materials, products and equipment described in Bidding Documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. No substitution will be considered prior to receipt of Bids unless written request for approval has been received by the Architect/Engineer at least ten days prior to the date for receipt of Bids. Each such request shall include name of material or equipment for which it is to be substituted and a complete description of the proposed substitute including drawings, cuts, performance and test data and any other information necessary for an evaluation. A statement setting forth any changes in other materials, equipment or other work that incorporation of the substitute would require shall be included. The burden of proof of the merit of proposed substitute is upon the proposer. Architect/Engineer's decision of approval or disapproval of a proposed substitution shall be final. If the Architect/Engineer approves any proposed substitution prior to receipt of Bids, such approval will be set forth in an addendum. Bidders shall not rely upon approvals made in any other manner. No substitutions will be considered after the contract award unless specifically provided in the Contract Documents. Each Bidder shall designate on the Bid Form one person who shall serve as the Bidder contact person for all matters pertaining to the bid. In absence of such designation, the person who signs the bid shall be deemed the Bidder Contact. Bids shall be made on unaltered Bid Forms furnished by the Architect/Engineer. Fill in all blank spaces and submit one original (1) copy. Bids shall be signed with name typed below signature. Where bidder is a corporation, bids must be signed with legal name of corporation followed by name of state of incorporation and legal signature of an officer authorized to bind the corporation to a contract. Each bid shall be accompanied by bid security made payable to the Owner, in the amount of five percent (5%) of the bid sum. Security shall be either, certified check, cashier's check, bank money order or bid bond issued by surety licensed to conduct business in the State of Illinois. Successful bidder's security will be retained until he has signed the contract and furnished required payment and performance bonds. Owner reserves the right to retain security of the next two (2) lowest bidders until the lowest bidder enters into contract or until thirty (30) days after bid opening, whichever is shorter. All other bid security will be returned as soon as practicable. If any bidder refuses to enter into a contract, Owner will retain bid security as liquidated damages, but not as a penalty.

  • 00100-3

    All copies of the bid, bid security and any other documents required to be submitted with bid shall be enclosed in a sealed opaque envelope. Envelope shall be addressed to Stites Township, C/O Hurst-Rosche, Inc. 5 Bank Square, East St. Louis, Illinois 62203, and shall be identified with project name, bidder's name and address. Mailed bid envelopes shall be enclosed in a separate mailing envelope with the notation "SEALED BID ENCLOSED" on the face thereof. Oral, telephonic or telegraphic Bids are invalid and will not receive consideration. Bids shall be deposited at the location designated in the Advertisement for Bids prior to time and date designated for opening, or any extension thereof made by addendum. Bidder shall assume full responsibility for timely delivery at location designated for receipt of Bids. Bids received after time and date for receipt of bids will be returned unopened. A bid may not be modified, withdrawn or canceled during the thirty (30) days immediately following bid opening, and each bidder so agrees in submitting his Bid. Any bidder may withdraw, cancel or modify its bid, at any time prior to scheduled time for opening of bids, by letter or telegram actually received by Owner prior to bid time, or, with proper identification, by personally securing bid submitted; if by telegram, written confirmation over signature of bidder shall be mailed and postmarked on or before date and time of bid opening. Withdrawn bids may be resubmitted up to bid opening time provided that they are in full compliance with these Instructions to Bidders. All costs associated with the preparation and submission of a bid is the sole responsibility of the bidder. These costs shall not be chargeable to the Owner by any successful or unsuccessful bidder. All bids become the property of the Owner and shall not be returned except in the case of a late submission. Protest: Any bidder who submitted a bid and believes the bid was improperly rejected or that the bid selected by the Owner is not in the best interest of the Owner may submit a written notice of intent to protest the bid to the Owner within seven (7) days. The Owner shall consider all protests before execution of a contract. Each protest must specify the reasons supporting the protest. The Owner may require that addition information be provided. Failure to supply such required information shall be cause for dismissal of the protest. The Owner shall immediately investigate the allegations against the Owners actions and shall issue a written response to the protest. This provision allowing for the submission of protest shall not confer any right on any bidder but is intended solely to assist the Owner in determining the best responsible bid. Owner reserves right to disqualify bids and bidders, before or after opening, upon evidence of collusion with intent to defraud or other illegal practices upon part of bidder, lack of responsibility as evidenced by poor workmanship and progress of past work, incomplete work which in judgment of Owner might hinder or prevent prompt completion of additional work if awarded, for being in arrears on existing contracts, in litigation with the Owner, or having defaulted on a previous contract. Bidder's attention is directed to the fact that all Federal and Illinois State Laws, municipal ordinances and regulations of any and all authority having jurisdiction over construction of the project shall apply to the contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full. Successful Bidders shall be required to observe Illinois Public Act 77-1552 and the Illinois Department of Human Rights and Illinois Human Rights Commission Rules pertaining to Equal Employment Opportunity, as provided for in Paragraphs 2-101, et seq., Article II, Chapter 68, of the Illinois Revised Statutes; Paragraph

  • 00100-4

    271 of Chapter 48 of the Illinois Revised Statutes concerning the employment of citizens of the State of Illinois; and the Davis-Bacon Act known as the Prevailing Wage Act, as issued by the U.S. Department of Labor. Owner is exempt from payment of Illinois Department of Revenue's Use and Sales Tax on material entering permanently into structure. Owner reserves the right to reject any or all bids or any part thereof, to waive any informality in bidding and to accept bids deemed most favorable to the Owner. The party to whom the contract is awarded will be required to execute the Agreement and obtain the performance BOND and payment BOND within ten (10) calendar days from the date when NOTICE OF AWARD is delivered to the BIDDER. The NOTICE OF AWARD shall be accompanied by the necessary Agreement and BOND forms. In case of failure of the BIDDER to execute the Agreement, the OWNER may at his option consider the BIDDER in default, in which case the BID BOND accompanying the proposal shall become the property of the OWNER. The OWNER within ten (10) days of receipt of acceptable performance BOND, payment BOND and Agreement signed by the party to whom the Agreement was awarded shall sign the Agreement and return to such party an executed duplicate of the Agreement. Should the OWNER not execute the Agreement within such period, the BIDDER may by WRITTEN NOTICE withdraw his signed Agreement. Such notice of withdrawal shall be effective upon receipt of the notice by the OWNER. Notwithstanding any delay in preparation and execution of the formal Contract Agreement, each bidder shall be prepared, upon written notice of bid acceptance, to commence work within seven (7) days following receipt of official written Notice to Proceed, or on date stipulated in such notice. Should there be reasons why the NOTICE TO PROCEED cannot be issued within such period the time may be extended by mutual agreement between the OWNER and CONTRACTOR. If the NOTICE TO PROCEED has not been issued within the ten (10) day period or within the period mutually agreed upon, the CONTRACTOR may terminate the Agreement without further liability on the part of either party. The OWNER may make such investigations as he deems necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. A conditional or qualified BID will not be accepted. Award will be made to the lowest responsible BIDDER for the Lump Sum Contract Amount. Accepted bidder shall assist and cooperate with the Owner in preparing the formal Contract Agreement and, within fifteen (15) days following its presentation, shall execute same and return it to Owner. Contract Time: Time of Substantial Completion for the project shall not be later than 30 consecutive calendar days from date stipulated in written Notice to Proceed. The consulting engineer is Hurst-Rosche, Inc., 5 Bank Square, East St. Louis, Illinois, (618/398-0890).

  • Date:

    CITY: STATE: PHONE: Sheet of

    Question No.

    Page (or Drawing Sheet) Number

    Drawing No. or Spec. Section Article &

    Paragraph Number

    NOTE: ANY AND ALL QUESTIONS PERTAINING TO THIS BID MUST BE TYPED AND SUBMITTED ON THIS FORM AND EMAILEDTO RECEIVE A RESPONSE.

    END OF SECTION 00100.

    REQUEST FOR INTERPRETATION PRE-BID QUESTION AND COMMENT FORM(All information entered shall be typed in black).

    Question by Bidder

    H-R Project No.: 211-0910

    BIDDER: SUBMITTED BY (Name):

    PROJECT NAME: Madison Street Improvements PY19 (5th Street to 7th Street) Stites Township

    ADDRESS:

    Hurst-Rosche, Inc.:[email protected]

    mailto:[email protected]

  • Madison Street Improvements PY19 (5th Street to 7th Street) Stites Township Dated This proposal consists of 3 pages.

    B-1

    B I D Proposal of

    (hereinafter called "BIDDER"), organized and existing under the laws of the State of

    , doing business as

    To: Stites Township (hereinafter called "OWNER"). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all WORK for the improvements of Madison Street Improvements PY19 (5th Street to 7th Street), Stites Township. The project consists of pulverizing, reshaping and compacting the existing pavement base, resurfacing with 2” HMA pavement, and all other incidental work required to complete the project in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below. BIDDER hereby agrees to commence WORK under this contract on or before a date to be specified in the NOTICE TO PROCEED and to fully complete the PROJECT within 30 consecutive calendar days thereafter. (I) By submission of the bid, each bidder certifies, and in the case of a joint bid, each party thereto certifies as to his own organization, that in connection with the bid: (i) The prices in the bid have been arrived at independently, without

    consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor;

    (ii) Unless otherwise required by law, the prices which have been quoted in the

    bid have not knowingly been disclosed by the bidder, prior to opening, directly or indirectly to any other bidder or to any competitor; and

    (iii) No attempt has been made or will be made by the bidder to induce any

    other person or firm to submit or not to submit a bid for the purpose of restricting competition.

    (II) Each person signing the bid shall certify that:

    (i) He is the person in the bidder's organization responsible within that organization for the decision as to the prices being bid and that he has not participated, and will not participate, in any action contrary to (I) (i) through (I) (iii) above; or

  • Madison Street Improvements PY19 (5th Street to 7th Street) Stites Township Dated This proposal consists of 3 pages.

    B-2

    (ii) He is not the person in the bidder's organization responsible within that

    organization for the decision as to the prices being bid, but that he has been authorized to act as agent for the persons responsible for such decision in certifying that such persons have not participated, and will not participate, in any action contrary to (I) (i) through (I) (iii) above, and as their agent, shall so certify; and shall also certify that he has not participated, and will not participate, in any action contrary to (I) (i) through (I) (iii) above.

    (iii) The Contractor by submitting its bid certifies that it will provide a drug free

    workplace and that it is in compliance with the requirements of the Drug Free Workplace Act 30ILCS 580.1 et.seq., and the Substance Abuse Prevention on Public Works Projects Act PA095-635.

    BIDDER acknowledges receipt of the following ADDENDA: No. ______, dated __________ No. ______, dated ________ BIDDER agrees to perform all work described in the CONTRACT DOCUMENTS, for the following lump sum prices. BASE BID LUMP SUM BID (in figures): $ BASE BID TOTAL LUMP SUM BID (in writing): ____________________________________________________________ DOLLARS

  • Minority Business Enterprise Information: 1) Names, addresses and telephone numbers of each minority business enterprise who submitted

    proposals:

    2) Type of work to be performed by minority business enterprise:

    3) Total percentage of the contract (dollar amount) the bidder will expend in the aggregate for all such minority business enterprises.

    ($ ) (In Words) (In Figures)

    4) Provide written justification for non-utilization of listed small, minority and women’s businesses. Note: Bids shall be considered by the Owner to be responsive only if the bidder includes the above

    information and assurance in the bids. Failure to include this information shall be cause to reject the bid. Not less than 15% of the total funds must be expended with Minority Business Enterprises.

    Name of Bidder (FIRM)

    Signed by

    Title Date

    Business Address

    Treasury Number

    Contact Person (SEAL) If Bid is by a corporation. Social Security Number (if private owner) Attest: Madison Street Improvements PY19 (5th Street to 7th Street) Stites Township Dated This proposal consists of 3 pages.

    B-3

  • Application for Payment 00685-1

    APPLICATION FOR PAYMENT

    Page of Owner: Project: Madison Street Improvements Application No.Stites Township PY19 ( 5th St. to 7th St.) Period to:500 Washington Street, PO Box 248 Stites Township Project No.:Lovejoy, IL 62059 Contract Date:

    HR 211-0910Contractor:

    Engineer: Hurst-Rosche, Inc.

    Original Contract Sum The undersigned certifies that to the best of the their knowledge, informationNet Change By Change Orders and belief the work covered by the application has been completed in Contractor Sum to Date accordance with the contract documents, that all amounts have been paid byTotal Completed & Stored to Date the contractor for work which previous payments were issued and paymentsRetainage: % of completed work received from the Owner, and that current payment shown is now due.

    % of Stored MaterialsTotal Retainage Contractor:

    Total Earned Less RetainageLess Previous Applications for PaymentCURRENT PAYMENT DUE Signature DateBalance to Finish (including Retainage)

    State of IllinoisCounty ofSubscribed and sworn to before me on this day of

    Summary of Change Orders Additions DeletionsTotal previous approved change orders Notary PublicTotal current approved change orders My Commission Expires:

    In accordance with the contract documents, based on on-site observationsNET TOTAL OF CHANGE ORDERS and the on this application, the Architect certifies that to the best of his

    knowledge, information and belief the work completed is proportionate to the dollar amount requested, quality of work is in accordance with contract requirements and the Contractor is entitle to payment in the amount of

    Vanessa Chapman, Township Supervisor Date Engineer's Representative: Hurst-Rosche, Inc.

    St. Clair County IGD Date Signature Date

    HR HURST-ROSCHE, INC

  • Application for Payment Continuation Sheet

    00690-1

    APPLICATION FOR PAYMENT CONTINUATION SHEET

    Page ofApplication No.

    . Period to:Project No.: 211-0910Contract Date:Invoice No. Contractor for:

    Amounts lists below are stated to the nearest dollar.Item No. Materials Total % Balance

    From Previous This Period Presently Completed to FinishApplication Stored and Stored

    to Date

    Retainage Description of Work Scheduled Value

    Worked Completed

    HR HURST-ROSCHE, INC.

  • AGREEMENT H-R 211-0910 THIS AGREEMENT, made this day of . 2020 , by and between Stites Township , hereinafter called "Owner" (Name of Owner), (an Individual) and . doing business as an, individual, partnership or corporation,

    hereinafter called "CONTRACTOR".

    WITNESSETH: That for and in consideration of the payments and agreements hereinafter

    mentioned:

    1. The CONTRACTOR will commence and complete the construction of

    Madison Street Improvements PY19, (5th Street to 7th Street)

    Stites Township

    2. The CONTRACTOR will furnish all of the material, supplies, tools, equipment, labor and

    other services necessary for the construction and completion of the PROJECT described herein.

    3. The CONTRACTOR will commence the work required by the CONTRACT DOCUMENTS

    within 10 calendar days after the date of the NOTICE TO PROCEED and will complete the

    same within 30 calendar days unless the period for completion is extended otherwise by the

    CONTRACT DOCUMENTS.

    4. The CONTRACTOR agrees to perform all of the WORK described in the CONTRACT

    DOCUMENTS and comply with the terms therein for the sum of $

    or as shown in the BID schedule.

    5. The term "CONTRACT DOCUMENTS" means and includes the following:

    (A) Advertisement for BIDS

    (B) Information for BIDDERS

    (C) BID

    (D) BID BOND

    (E) Agreement A-1

    CONTRACT DOCUMENTS FOR CONSTRUCTION Document No. 5

  • Agreement Page 1 of 3

    (F) General Conditions

    (G) SUPPLEMENTAL GENERAL CONDITIONS

    (H) Payment BOND

    (I) Performance BOND

    (J) NOTICE OF AWARD

    (K) NOTICE TO PROCEED

    (L) CHANGE ORDER

    (M) DRAWINGS prepared by Hurst-Rosche, Inc.

    numbered 1 through 3_ , and dated June , 20 20

    (N) SPECIFICATIONS prepared or issued by Hurst-Rosche, Inc.

    dated June , 20 20

    (O) ADDENDA:

    No. , dated , 20

    No. , dated , 20

    No. , dated , 20

    No. , dated , 20

    6. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in

    the General Conditions such amounts as required by the CONTRACT DOCUMENTS.

    7. This Agreement shall be binding upon all parties hereto and their respective heirs,

    executors, administrators, successors, and assigns.

    IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly

    authorized officials, this Agreement in ( 3 ) each of which shall be deemed an original

    (Number of Copies) on the date first above written. Document No. 5

    Agreement: Page 2 of 3 A-2

  • OWNER: Stites Township BY Name Vanessa Chapman (Please Type) Title Township Supervisor SEAL) ATTEST: Name Alfreda Johnson (Type) Title Township Clerk CONTRACTOR: BY

    Name (Please Type)

    Address ATTEST: Name (Please Type) Title Document No. 5 Agreement: Page 3 of 3

    A-3

  • NOTICE OF AWARD To: H-R 211-0910 PROJECT Description: Madison Street Improvements PY19, (5th Street to 7th Street)

    Stites Township

    The OWNER has considered the BID submitted by you for the above described WORK in response to its Advertisement for Bids dated , and Information for Bidders. You are hereby notified that your BID has been accepted for items in the amount of $ You are required by the Information for Bidders to execute the Agreement and furnish the required CONTRACTOR'S Performance BOND. Payment BOND and certificates of insurance within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said BONDS within ten (10) days from the date of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER'S acceptance of your BID as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law.

    You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER.

    Dated this day of , 20 .

    Stites Township BY: Title Vanessa Chapman, Township Supervisor ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF AWARD is hereby acknowledged by this the day of , 20 . By Title

    NOA-1

  • NOTICE TO PROCEED To: Project: Madison St Improvements PY19 (5th Street to 7th Street) Stites Township H-R 211-0910 You are hereby notified to commence WORK in accordance with the Agreement dated , 2020 , on or before , 2020 , and you are to complete the WORK within 30 consecutive calendar days thereafter. The date of completion of all WORK is therefore , 20 Stites Township Owner By Vanessa Chapman, Township Supervisor ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by

    .

    this the day of 20

    By

    Title

    NTP-1 CONTRACT DOCUMENTS FOR CONSTRUCTION DOCUMENT NO. 9

    NOTICE TO PROCEED: PAGE 1 OF 1

  • CHANGE ORDER Date of Issuance: Change Order No. 1 Project: Madison Street Improvements PY19 (5th Street to 7th Street)

    Stites Township H-R 211-0910

    Owner: Stites Township Contractor:

    Engineer: Hurst-Rosche, Inc.

    Purpose of Change Order:

    Description:

    Original Contract Price: $ Original Contract Time: 30

    Adjusted Increase: $ Adjusted Increase:

    Adjusted Decrease: $ Adjusted Decrease:

    Total Adjusted Contract: $ Adjusted Contract Time:

    Requested by: Date: (Contractor/Engineer/Community) Approved by: Date: (Stites Township) Vanessa Chapman, Township Supervisor Date: (Contractor) Date: (Hurst-Rosche, Inc.) Date: (St. Clair County IGD) FUND LIMITATION – As stated in the applicable program year/public facilities contract agreement between St. Clair County and the respective City/Village/Township, any cost exceeding the awarded Community Development Block Grant (CDBG) fund amount shall be borne by the City/Village/Township. The liability of St. Clair County is limited to the amount of U.S. Department of Housing and Urban Development (HUD) funds received and committed to the CDBG portion of the project.

  • SS-1

    STANDARD SPECIFICATIONS (Reference) 1) The Standard Specifications for Road and Bridge Construction,

    referred to herein are those prepared by the Department of Transportation of the State Illinois, Adopted April 1, 2016.

    2) Any reference to ASTM Designations refers to Standards and

    Specifications of the American Society for Testing and Materials, latest edition.

    3) General Conditions, Article 19, Payments to Contractor Subarticle 19.1, that

    portion of Article 19.1 which states the owner will, within 10 days of presentation to him of an approved partial payment estimate, pay the approved partial payment estimate. That reference to 10 days shall be changed to read 60 days, thus, the Owner will pay the Contractor within 60 days upon receipt of an approved partial payment estimate from the engineer pending receipt of funds from the funding agency.

    4) The Detailed Specifications contained herein shall supplement these

    specifications; and, in case of conflict, the Detailed Specifications shall take precedence and shall govern.

    INDEX OF PLANS

    1 Cover Sheet & General Notes 2 Typical Sections & Summary of Quantities

    3 Plan Sheet All plan sheets are bound herein Madison Street Improvements PY19 (5th Street to 7th Street) Stites Township

  • 1

    State of Illinois DEPARTMENT OF TRANSPORTATION

    Bureau of Local Roads and Bridges

    SPECIAL PROVISION FOR STANDARD SPECIFICATIONS The following Special Provisions supplement the “Standard Specifications for Road and Bridge Construction”, Adopted April 1, 2016, the latest edition of the “Manual on Uniform Traffic Control Devices for Streets and Highways”, and the “Manual of Test Procedures for Materials” in effect on the date of invitation for bids, and the Supplemental Specifications and Recurring Special Provisions indicated herein which apply to and govern the construction designated as Madison Street Improvements PY19 (5th Street to 7th Street), Stites Township, and in case of conflict with any part, or parts, of said Specifications, the said Special Provisions shall take precedence and shall govern. The only exception to these standards, are all references to measure and payment. DESCRIPTION OF WORK: The proposed improvements are located on Madison Street (5th Street to 7th Street) in Stites Township. The improvements consist of pulverizing, reshaping and compacting the existing pavement base, providing a new 2” Hot-Mix Asphalt surface, and any other work necessary to complete the project. TRAFFIC CONTROL PLAN: Traffic control shall be in accordance with the applicable sections of the Standard Specifications for Road and Bridge Construction, the applicable guidelines contained in the Illinois Manual on Uniform Traffic Control Devices for Streets and Highways, these special provisions, and any special details and Highway Standards herein and in the plans and the Standard Specifications for Traffic Control Items. The Contractor shall provide traffic control in accordance with Standard 701501. The work will be performed with the road being closed to through traffic and utilizing stage construction as necessary for local residents. Temporary ramps shall be provided for the transitions from the proposed pavement to the existing surface when directed by the Engineer to maintain 1-lane of travel. The road shall remain closed to through traffic with local residents being provided access to their properties. When all lanes are open, drums or barricades will be required to be relocated off to the edge of the roadway to protect the work area at the end of the day. 1. Construction operation shall be performed to minimize inconvenience to residents. The

    roadway will be closed, with all residents being provided with an outlet or a parking area at all times.

    2. Access for emergency vehicles shall be provided at all times.

  • 2

    TRAFFIC CONTROL AND PROTECTION, STD 701501: This item shall consist of the furnishing, installation, maintenance, relocation and removal of all signs, signals, pavement markings, traffic cones, barricades, warning lights, flaggers and other traffic control devices which are used for the purpose of regulating, warning or directing vehicular and pedestrian traffic during the construction and maintenance of the improvement, as shown on the plans and according to the applicable sections of the "Standard Specifications for Road and Bridge Construction", the applicable guidelines contained in the "Manual on Uniform Traffic Control Devices for Streets and Highways", the Illinois supplement to said manual, these special provisions and any special details and Highway Standards contained herein and included in the plans. The Contractor shall conduct his work at all times, in such a manner and in such sequence as will assure the least interference with traffic and pedestrians. Throughout the construction period, all material piles, equipment, open excavations or other obstructions or hazards to motorists or pedestrians shall be enclosed by fences or protected by barricades and proper lighting. Barricade placement and sign spacing may be adjusted by the Engineer to suit field conditions. All signs shall be maintained until the project is completed. Variations to the traffic control and protection standards specified may be permitted. The Contractor shall submit a traffic control plan showing any proposed variations he intends to use. The Engineer must approve any deviations from the standards prior to their installation. Variations will be allowed if they are appropriate during those times when specific construction methods or procedures are being performed. Traffic Control Surveillance as described in Article 701.10 of the "Standard Specifications for Road and Bridge Construction" will not be required. Also, disregard Articles 701.19(d) and 701.20(g) concerning measurement and payment for Traffic Control Surveillance. This work will not be measured separately for payment. Traffic Control shall include furnishing, installing, maintaining relocating and removing all traffic control devices required for the successful completion of the project, and no additional compensation will be allowed. CONSTRUCTION SEQUENCE: 1. The Engineer will be the sole judge of the staging and sequence of construction insofar

    as traffic control is concerned. 2. Alternating of lane closures is to be held to a minimum. 3. Paving operations shall be carried on so that the elevation differential between traffic

    lanes will remain for a minimum amount of time. JOINT UTILITY LOCATING INFORMATION FOR EXCAVATORS (J.U.L.I.E.): This work shall be done in accordance with Article 107.31 of the Standard Specifications except as herein modified. A minimum of 48 hours advance notice is required for J.U.L.I.E. and the political name of the township where the work is located, as shown on the location map, along with other location information such as land section and quarter section will have to be given.

  • 3

    Locations of proposed signposts, guardrail, sign, light, or signal foundations, etc., shall be staked by the Contractor and then notice provided as above. If any of the location markers placed by a utility company in conformance with this procedure are destroyed by Contractor operations, the Contractor shall immediately notify the utility owner and bear the cost of remarking the facilities at his own cost and expense. Compliance with this Special Provision shall be considered included in the contract, and no additional compensation will be allowed for any costs incurred. The location of the project is as follows: County: St. Clair Township: Stites (T2N, R10W, Sections 1 & 2) SAW CUTS: This work consists of saw cutting existing pavement as shown in the plans or as directed by the Engineer. The existing pavement shall be saw cut in all areas where it abuts the proposed pavement unless otherwise directed by the Engineer. PULVERIZATION: This work shall consist of pulverizing, reshaping and compacting bituminous surface to the limits specified on the plans, in accordance with Section 440 of the Standard Specifications, except as herein specified. The Contractor shall till full width of the roadway to a depth of 4”, but not into the existing earth subgrade, or as directed by the Engineer, to prepare the existing roadway surface to be used as a base for HMA Surface Course constructed in accordance with Sections 403 or 406 of the Standard Specifications. During the tilling/pulverizing operation, the existing roadway materials and any additional aggregate base course needed to achieve proper crown of ¼” per foot with the centerline and the high point, will be mixed to achieve a homogeneous bituminous/aggregate mixture. The recycled roadway to be used as a base will be constructed in accordance with Section 358 of the Standard Specifications except for the following revisions to these specifications: Add the following to Article 358.03 Equipment

    (c.) Three wheel or tandem roller

    (d.) Motor Grader Revise the first sentence of the second paragraph of Article 358.04 (c.) to read: “After the surface of the base course has been brought to a smooth grade and proper crown (1/4” per foot with the centerline at the high point), it shall be compacted by repeated wetting and rolling with pneumatic-tired roller or vibratory steel wheeled roller to achieve a 95% standard proctor compaction level for the full depth of the tilled base course”. Add the following to the last sentence of the second paragraph of Article 358.04 (c.): “Immediately prior to the application of the MC-30 prime coat, the entire surface shall be rolled to a smooth finish with a three-wheel or tandem roller.” Where improved driveways are encountered adjacent to the pulverizing operation, a joint shall be sawed at the limit of pulverizing and care shall be taken by the Contractor to not disturb the

  • 4

    surface beyond the saw cut. The Contractor shall restore any damage beyond the saw cut to the same condition that existed prior to the pulverizing operation. Care shall be taken so that the finished road surface matches the existing roadway at the beginning and end of construction, intersecting streets and driveways. The Contractor shall dress driveways at the direction of the Engineer if necessary to correct deviations in grade or to achieve a smooth transition from the new finished surface. Aggregate Base Course, Type B shall be used and all labor, equipment and material necessary. Tilling, regrading, compaction, saw cuts and preparation of the base prior to the Prime Coat will be included in the contract, and shall include all labor and equipment necessary to complete this item. Aggregate Base Course, Type B necessary to achieve proper crown and/or replace unsuitable material encountered during the pulverizing process will be included in the contract. Manholes and valve vaults which are exposed by the bituminous surface rehabilitation and transverse cuts at the end of the day which are more than 1” deep shall be ramped with a bituminous cold mix. STATUS OF UTILITIES: There are no expected utility relocations.

  • 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

  • ONE LANE

    ROAD

    AHEAD

    ONE LANE

    ROAD

    AHEAD

    pavement for a period of less than 15 minutes.

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

    For any operation that encroaches in the area between

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

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

    than 60 minutes.

    pavement for a period in excess of 15 minutes but less

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

    For any operation that encroaches in the area between

    amber dome light operating.

    Vehicle with dual flashers or flashing

    min.

    100' (30 m)

    min.

    100' (30 m) (600)

    24

    amber dome light operating.

    Vehicle with dual flashers or flashing

    (600)

    24

    W20-4(0)-48

    1 1

    min.

    100' (30 m)

    min.

    100' (30 m)1 1

    W20-4(0)-48

    (600)

    24 SIGN SPACING

    Posted Speed Sign Spacing

    55

    50-45

  • I

    I

    I

    I

    I

    ROAD

    AHEAD

    CONSTRUCTION

    ROAD

    AHEAD

    WORK

    ONE LANE

    ROAD

    AHEAD

    ROAD

    AHEAD

    CONSTRUCTION

    ROAD

    AHEAD

    WORK

    ROAD

    CLOSED

    ROAD

    CLOSED

    AHEAD

    ONE LANE

    ROAD

    AHEAD

    ROAD

    AHEAD

    CONSTRUCTION

    ROAD

    AHEAD

    WORK

    4 3

    12

    2

    111

    1 1

    max.

    100' (30 m)

    R11-2

    min.

    100' (30 m)

    W20-1(0)-48

    Or

    W20-I103(0)-48

    W20-4(0)-48

    Type l or Type ll barricades

    Type lll barricades

    W20-3(0)-48

    W20-1(0)-48

    W20-I103(0)-48 Or

    Type l or Type ll Barricades

    (60

    m)

    200'

    W20-4(0)-48

    projects

    and utility

    maintenance

    For

    W20-1(0)-48

    projects

    construction

    contract

    For

    W20-I103(0)-48

    Or

    One way / one lane operation

    SIGN SPACING

    Posted Speed Sign Spacing

    55

    50-45

  • *

    *

    * *

    *

    *

    ** *

    (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 SLOW ENDWORK 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

  • 2020 HURST-ROSCHE, INC.

    MA

    DIS

    ON

    S

    TR

    EE

    T IM

    PR

    OV

    EM

    EN

    TS

    P

    Y19

    5T

    H S

    TR

    EE

    T T

    O 7T

    H S

    TR

    EE

    T

    CHECK:DRAWN:DESIGN:

    PROJECT NO:

    DATEMARK DESCRIPTION

    211-0910

    5 Bank Square

    E. St. Louis, IL

    MARION, IL

    618.398.0890 t

    HILLSBORO, IL

    ARNOLD, MO

    NEOSHO, MO

    www.hurst-rosche.com

    PROFESSIONAL DESIGN NUMBER: 184-000298

    Hurst-Rosche, Inc.

    NASHVILLE, TN

    ST

    . C

    LA

    IR

    C

    OU

    NT

    Y, ILLIN

    OIS

    ST

    IT

    ES

    T

    OW

    NS

    HIP

    PROPOSED TYPICAL ROADWAY SECTION

    MADISON STREET

    BUTT JOINT DETAIL AT SIDE

    STREET & CONSTRUCTION TIE-INS

    EXISTING TYPICAL ROADWAY SECTION

    LEGEND

    MADISON STREET

    MIXTURE TABLE

    TYPICAL SECTIONS &

    SUMMARY OF

    QUANTITIES

    TAS SDD SMS

    2

    SHEET 2 OF 3

    06/2020

    BUTT JOINT DETAIL AT ASPHALT ENTRANCES

    SUMMARY OF QUANTITIES

    DETAIL CROSS-WALK

    X:\P

    roje

    cts\

    Curr

    ent\

    211-

    0910

    Stit

    es T

    owns

    hip

    - M

    adis

    on S

    tree

    t Im

    prov

    emen

    ts P

    Y19\

    Dra

    win

    gs\C

    ivil\

    (2) T

    YP S

    ECTI

    ON

    S &

    SU

    M Q

    UAN

    TITI

    ES.d

    wg,

    6/5

    /202

    0 8:

    26:1

    5 AM

    , DW

    G T

    o PD

    F.pc

    3

    AutoCAD SHX TextPREPARED FOR:

    AutoCAD SHX Text10'

    AutoCAD SHX Text COURSE

    AutoCAD SHX TextPULVERIZED BASE COURSE

    AutoCAD SHX Text(NOT TO SCALE)

    AutoCAD SHX TextL

    AutoCAD SHX TextSLOPE (VARIES 1.5% TO 2.0%)

    AutoCAD SHX Text(NOT TO SCALE)

    AutoCAD SHX Text2" HMA SURFACE

    AutoCAD SHX TextCOURSE, MIX "C", N70

    AutoCAD SHX TextSLOPE (VARIES 1.5% TO 2.0%)

    AutoCAD SHX TextEXISTING RIGHT OF WAY - 50'

    AutoCAD SHX Text2" HMA SURFACE REMOVAL, BUTT JOINT 2" INCIDENTAL HMA SURFACING

    AutoCAD SHX Text2"

    AutoCAD SHX Text2" HMA SURFACE

    AutoCAD SHX Text(NOT TO SCALE)

    AutoCAD SHX TextC

    AutoCAD SHX TextPULVERIZE (RESHAPE & COMPACT EXISTING PAVEMENT, 4" REMOVE EXCESS MATERIAL FROM SITE)

    AutoCAD SHX TextPROPOSED PAVEMENT WIDTH=25.9' TO 30.2'

    AutoCAD SHX TextEXISTING FENCE

    AutoCAD SHX TextEXISTING FIBER OPTICS LINE

    AutoCAD SHX TextWATER LINE

    AutoCAD SHX TextUNDERGROUND TELEPHONE LINE

    AutoCAD SHX TextGV

    AutoCAD SHX TextGUY POLE

    AutoCAD SHX TextEXISTING MANHOLE

    AutoCAD SHX TextEXISTING INLET

    AutoCAD SHX TextEXISTING WATER METER

    AutoCAD SHX TextEXISTING WATER VALVE BOX

    AutoCAD SHX TextEXISTING GAS VALVE BOX

    AutoCAD SHX TextEXISTING LIGHT POLE

    AutoCAD SHX TextEXISTING UTILITY POLE

    AutoCAD SHX TextEXISTING SIGN

    AutoCAD SHX TextGUY WIRE

    AutoCAD SHX TextWV

    AutoCAD SHX TextWM

    AutoCAD SHX TextEXISTING UNDERGROUND ELECTRIC LINE

    AutoCAD SHX TextTRAFFIC CONTROLLER

    AutoCAD SHX TextEXISTING BUILDING

    AutoCAD SHX TextUNDERGROUND GAS LINE

    AutoCAD SHX Text60 SPK

    AutoCAD SHX TextCP-501

    AutoCAD SHX TextSURVEY CONTROL POINT

    AutoCAD SHX TextDOWNSPOUT

    AutoCAD SHX TextFIRE HYDRANT

    AutoCAD SHX TextDS

    AutoCAD SHX TextHYD.

    AutoCAD SHX TextFIRE

    AutoCAD SHX TextL

    AutoCAD SHX TextSLOPE VARIES

    AutoCAD SHX TextSLOPE VARIES

    AutoCAD SHX TextEXISTING RIGHT OF WAY - 50'

    AutoCAD SHX TextC

    AutoCAD SHX TextEXISTING PAVEMENT

    AutoCAD SHX TextSAWCUT

    AutoCAD SHX TextFRICTION AGGREGATE

    AutoCAD SHX Text(GRADATION MIXTURE)

    AutoCAD SHX TextMIXTURE "C"

    AutoCAD SHX TextPG 64-22

    AutoCAD SHX Text4.0%%% @ Ndes=70

    AutoCAD SHX Text10%%%

    AutoCAD SHX TextMIX COMPOSITION

    AutoCAD SHX TextDESIGN AIR VOIDS

    AutoCAD SHX TextRAP % (MAX)

    AutoCAD SHX TextPG

    AutoCAD SHX TextMIXTURE USE

    AutoCAD SHX TextLOCATION

    AutoCAD SHX TextSURFACE COURSE

    AutoCAD SHX TextVARIES

    AutoCAD SHX TextIL-9.5

    AutoCAD SHX TextMIXTURE WEIGHT

    AutoCAD SHX Text112 LBS/SQ. YD./IN.

    AutoCAD SHX TextEXISTING PAVEMENT WIDTH VARIES - 25.9'-30.2'

    AutoCAD SHX TextEXISTING CURB & GUTTER (TYP.)

    AutoCAD SHX TextFLOW LINE DITCH

    AutoCAD SHX Text(NOT TO SCALE)

    AutoCAD SHX TextEDGE OF PAVEMENT

    AutoCAD SHX TextEXISTING PAVEMENT

    AutoCAD SHX TextDRIVEWAY ENTRANCE

    AutoCAD SHX TextPULVERIZE, RESHAPE AND

    AutoCAD SHX TextCOMPACT 4" EXISTING PAVEMENT

    AutoCAD SHX Text2" HMA SURFACE

    AutoCAD SHX TextCOURSE, MIX "C", N70

    AutoCAD SHX TextSAWCUT AT BITUMINOUS ENTRANCES

    AutoCAD SHX TextEXISTING SIDEWALK (TYP.)

    AutoCAD SHX TextEXISTING CURB & GUTTER TO REMAIN(TYP.)

    AutoCAD SHX TextEXISTING SIDEWALK (TYP.)

    AutoCAD SHX Text6" WHITE LINE

    AutoCAD SHX TextN.T.S.

    AutoCAD SHX Text4' (MIN.)

    AutoCAD SHX TextSTOP BAR 12" WHITE LINE

    AutoCAD SHX Text6' (MIN.)

  • MADISON (50' W.) STREET

    N. 5

    TH

    (5

    0' W

    .) S

    TR

    EE

    T

    N. 6

    TH

    (5

    0' W

    .) S

    TR

    EE

    T

    BEGIN CONSTRUCTION

    STA. 0+19.79

    N 725228.61

    E 2296405.36

    N. 7T

    H (50' W

    .) S

    TR

    EE

    T

    7

    T

    H

    (

    5

    0

    '

    W

    .

    )

    S

    T

    R

    E

    E

    T

    (

    J

    O

    E

    P

    R

    I

    N

    C

    E

    H

    E

    N

    R

    Y

    B

    L

    V

    D

    .

    )

    END CONSTRUCTION

    MADISON (50' W.) STREET

    STA. 8+20.47

    N 725546.80

    E 2297140.10

    2020 HURST-ROSCHE, INC.

    MA

    DIS

    ON

    S

    TR

    EE

    T IM

    PR

    OV

    EM

    EN

    TS

    P

    Y1

    9

    5T

    H S

    TR

    EE

    T T

    O 7

    TH

    S

    TR

    EE

    T

    CHECK:DRAWN:DESIGN:

    PROJECT NO:

    DATEMARK DESCRIPTION

    211-0910

    5 Bank Square

    E. St. Louis, IL

    MARION, IL

    618.398.0890 t

    HILLSBORO, IL

    ARNOLD, MO

    NEOSHO, MO

    www.hurst-rosche.com

    PROFESSIONAL DESIGN NUMBER: 184-000298

    Hurst-Rosche, Inc.

    NASHVILLE, TN

    ST

    . C

    LA

    IR

    C

    OU

    NT

    Y, IL

    LIN

    OIS

    ST

    IT

    ES

    T

    OW

    NS

    HIP

    MA

    TC

    H L

    IN

    E S

    TA

    . 5

    +0

    0

    MA

    TC

    H L

    IN

    E S

    TA

    . 5

    +0

    0

    LEGEND

    CONTROL POINTS

    PLAN

    SHEET

    TAS SDD SMS

    3

    SHEET 3 OF 3

    06/2020

    X:\P

    roje

    cts\

    Curr

    ent\

    211-

    0910

    Stit

    es T

    owns

    hip

    - M

    adis

    on S

    tree

    t Im

    prov

    emen

    ts P

    Y19\

    Dra

    win

    gs\C

    ivil\