Home > Notice of Letting > Contract Detail

June 17, 2022 Letting 12:00 PM
220-60T46

Bulletin Description

(5.45-Mile) Kennedy Expressway Reversible lanes. REVLAC System rehabilitation. The REVLAC system consists of 115 swing gates, 6 arresting barriers and 4 nodal buildings ComCenter controls. Fiber optic cables, and Programmable Logic Controllers (PLC)
Region District DBE % VBP % Federal Project #
1 1 5.00 0.00 NHPPL3MU(512)
County(s) Key Route(s) Marked Route(s) Section(s) State Job #(s) PPS #(s)
  • Cook
  • FAI 90
  • FAI 94
  • I-90/94
  • 2012-008I
  • C-91-152-12
  • 1-78992-0000
Contract Specifics
Project Labor Agreement
Completion Date: October 31, 2024 Plus 10 Working Days
Previously advertised on April 29, 2022 (Item 089).
No More Contract Specifics

Ask Subscribe Questions and Answers (40 Submitted / 40 Answered ) Questions not accepted as of June 07, 2022 04:30 PM.

  • Will IDOT facilitate a design conference for submittal review in an effort to expedite shop drawing approval and material releases?
    The project should be bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. (06/13/2022)

  • Will the Department be providing a cable removal/install plan, including wire sizing and conduit usage, for either the overhead DMS signs or Roadside Panels prior to bid?
    The project should be bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. (06/13/2022)

  • Where can the contractor find drawings detailing the cable sizing and routing for the Roadside Panel 120VAC UPS power feeds that are referred to in the building single line power schematics?
    The project should be bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. (06/13/2022)

  • Where can the contractor find drawings detailing the cable sizing and routing for the overhead DMS sign 120VAC UPS power feeds that are referred to in the building single line power schematics?
    The project should be bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. (06/13/2022)

  • The special provisions for the restraining barrier foundation and restraining barrier conflict with themselves. The spec for the restraining barrier says that "new barriers shall be installed at the same location and use the existing foundations and anchor bolt system". The spec for the foundation item is too vague to properly bid, and conflicts with the barrier spec. Please clarify, and consider making an allowance for a new foundation if necessary
    The project should be bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. (06/13/2022)

  • Please provide additional details regarding the chain break limit switch. Does IDOT have specific manufacturers, methods of installation of design for these components of the Restraining Barrier?
    Manufacture shall provide a barrier to meet the required specifications. And specify that the barrier can meet the requirements of the contract. Limit switches specific to manufacture. The Department does not specify means and methods. (06/13/2022)

  • Plan sheet 158 (E-02) refers to locating rebar (rebar detector or other approved procedure) when opening or penetrating concrete. How will this be paid for?
    Work is included in the special provision for “MEDIAN BARRIER WALL REPAIR”. (06/13/2022)

  • Since the ControlLogix Processors and communications modules for this system have already been installed under a previous contract, what processors and communications modules are expected to be utilized for any of the shop acceptance testing, and who would be financially responsible for procuring these?
    Specifically for development of PLC program by the integrator and shop testing: The contractor shall procure and use 2 spare control logix racks, 2 spare control logix processors, 2 spare power supplies and required communication modules to simulate the PLC program of one nodal building at a time. Agreed, inter processor communication between the nodal buildings cannot be tested in the shop test. These spare components shall be turned over to IDOT after project completion. These spare components are paid for under the following pay items REVLAC CONTROL SYSTEM HARDWARE AND SOFTWARE, BUILDING A REVLAC CONTROL SYSTEM HARDWARE AND SOFTWARE, BUILDING C REVLAC CONTROL SYSTEM HARDWARE AND SOFTWARE, BUILDING D REVLAC CONTROL SYSTEM HARDWARE AND SOFTWARE, BUILDING E REVLAC CONTROL SYSTEM HARDWARE AND SOFTWARE, HEADQUARTERS (06/13/2022)

  • Referring to the previous questions, what are the physical size and voltage requirements for the shop acceptance testing? Is 480VAC required to operate up to 117 gates and 6 barriers?
    The physical swing gate, barrier and DMS sign are not required for the shop testing phase. Only control system components, PLC programming sequence, network configuration/ diagnostics and HMI server/client functionality shall be simulated/tested in the shop testing phase. 480 VAC source is not required. Regular control voltage 120VAC and 24VDC is required. (06/13/2022)

  • What percentage of the physical system devices is the Department expecting to test during the shop acceptance testing?
    The physical swing gate, barrier and DMS sign are not required for the shop testing phase. All control system components, PLC programming sequences, network configuration/ diagnostics and HMI server/client functionality shall be simulated/tested in the shop testing phase. (06/13/2022)

  • Plan sheet 158 (E-02) details the new cabling requirements for the new UPS 120VAC feeds to each gate and barrier, with the largest size being #4. Looking at plan sheet 245 (SC-46), it also appears that DMS signs are required to get new UPS 120VAC feeds. What are the cabling requirements and routes for these new feeds?
    E-02 shows the wiring for control power and fiber optic to each gate only. There is not a separate power feed to the Auxiliary LED Signs. Auxiliary LED Power to be obtained from adjunct I/O cabinet. Power to the overhead DMS is not shown in E-02. (06/13/2022)

  • In the event that the existing anchor points for the existing junction box covers are no longer viable, and wall degradation prevents the installation of new anchors, what would be the Departments intentions, and how would this be paid for?
    Item to be bid as a cover replacement. (06/13/2022)

  • (Part 2) Is it the Department’s intention to have the contractor include the cost for all fiber optics cable and infrastructure required between each of the buildings and each of the Remote IO cabinets, or are these items to be paid separately using the specific pay items for fiber, duct, etc.? If the individual pay items are to be used, then what material is the Department stating will need to be provided?
    The specification ”REVLAC COMMUNICATION AND NETWORK HARDWARE AND SOFTWARE” states “All fiber optic cable/conduit material required to interface the nodal building (all five nodal buildings) Control Logix PLC racks to the roadway remote Point I/O racks are also included in this special provision”. The fiber optic cable/conduit material required to interface the nodal building (all five nodal buildings) Control Logix PLC racks to the roadway remote Point I/O racks will paid under line item X8710054 "FIBER OPTIC CABLE, 12 FIBERS". The only incidental to this specification are fiber optic patch cables with in the building PLC/VDT enclosures and roadway remote point I/O rack enclosures (06/13/2022)

  • (Part 1) Page 290 of the Special Provisions for REVLAC Communication and Network Hardware and Software states that “All fiber optic cable/conduit material required to interface the nodal building (all 5 nodal buildings) ControlLogix PLC racks to the roadway remote Point I/O racks are also included in this special provision.
    The specification ”REVLAC COMMUNICATION AND NETWORK HARDWARE AND SOFTWARE” states “All fiber optic cable/conduit material required to interface the nodal building (all five nodal buildings) Control Logix PLC racks to the roadway remote Point I/O racks are also included in this special provision”. The fiber optic cable/conduit material required to interface the nodal building (all five nodal buildings) Control Logix PLC racks to the roadway remote Point I/O racks will paid under line item X8710054 "FIBER OPTIC CABLE, 12 FIBERS". The only incidental to this specification are fiber optic patch cables with in the building PLC/VDT enclosures and roadway remote point I/O rack enclosures (06/13/2022)

  • The Special Provisions for “REVLAC Control System Hardware and Software” makes repeated reference to Roadside Panels. The only reference to these Roadside Panels found in the plan sheets detailing the DLR network rings. What do these Roadside Panels entail, and will detailed drawings be provided showing the contractor the expected scope of work at each location, including Remote IO wiring and any required materials or cabinets?
    Contractor shall assume the panel layout, BOM, power ladder of the roadside panel remote I/O cabinet to be the same as the restraining barrier remote I/O cabinet (for all 16 roadside panels). The mounting detail and control wiring details shall be developed by the contractor upon field verification of the existing roadside panels and submitted to the engineer for approval. These materials and design/shop drawing submission for these 16 roadside panels are paid for under pay item REVLAC CONTROL SYSTEM, COMMUNICATION, AND NETWORK HARDWARE, REMOTE I/O CABINET (06/13/2022)

  • Page 282 of the Special Provisions titled “REVLAC Control System Hardware and Software” states that the contractor shall furnish and install new and completely assembled input/output (IO) cabinets for local interface to swing gates, barrier and signs and the development of new electrical schematics for each nodal building system. Is it the Departments intent to have the contractor also serve as the design engineer with regards to the electrical schematics?
    No. The contractor shall submit electrical control schematic shop drawings for each REVLAC building PLC/VDT enclosure to engineer for approval. (06/13/2022)

  • Page 48 of the Special Provisions provides specifications for cleaning and painting steel structures to be used at Camera Towers (base only). Will the Department provide a table detailing the locations that this lump sum pay item is to be used, along with expected footage required at each location?
    Location was Microwave Tower at Building E and shown on Sheet 27. (06/13/2022)

  • Page 220 of the Special Provisions provides specifications for various LED Auxiliary Signs. Is the Department going to provide plan sheets detailing the electrical/mechanical/physical characteristics of these signs prior to bid? There is not enough information provided in the special provisions to bid this item.
    Plan Sheet E-10B was as added to provide minimum sign dimensions to be met. (06/13/2022)

  • Can the Department provide a detailed plan sheet associated with the concrete removal and replacement pay item, including rebar details?
    Further detail will not be provided. (06/13/2022)

  • Plan sheets EB-06 thru EB-09 call out the installation of NEMA Size 1 starters for Unit heaters, exhaust fans and A/C units. The single line drawings E-04 thru E-10 only show Non-fused disconnects for these devices. Which sheets are correct?
    EB-06 to EB-09 provide accurate information and shall be followed. (06/13/2022)

  • The special provisions for Pay Item X8710036 – Fiber Optic Cable, 12F SM direct the contractor to use an blown cable technique to place the fiber optic cable. While this may be possible on the ITS portion of the project, it does not appear that this is feasible for the REVLAC portion of this job. Will the Department provide additional pay items to cover the multiple installation techniques that will be required on this job?
    No addition pay items will be provided. At their choosing and as approved by the engineer the Contractor can install REVLAC fiber optic cables through alternate means. (06/13/2022)

  • If the contractor is expected to perform a field survey of all of the junction boxes in the REVLAC system, will the department be providing opportunity for a full reversible lane closure prior to bid for contractor to perform this survey?
    No. (06/13/2022)

  • Will the Department provide detailed drawings of the various Junction Box Covers, including required mounting holes prior to bid?
    No. Size needs to be field verified by contractor. Material is polymer concrete and reinforced by heavy weave fiberglass. Unless otherwise indicated shall be as follows Junction Boxes (JB2) for “CCTV” and “Power / Heater” are 17 ¼” L x 16 ¼” W x 14” D and Junction Boxes for “Control” are 21 5/8”L x 11” 5/8”W x 8 ½” D. (06/13/2022)

  • Page 111 of the special provisions refers to the Junction Box Cover Replacement pay item. Will the Department provide a table detailing the quantities, sizes and material makeup of these junction box covers prior to bid?
    No. Size needs to be field verified by contractor. Material is polymer concrete and reinforced by heavy weave fiberglass. Unless otherwise indicated shall be as follows Junction Boxes (JB2) for “CCTV” and “Power / Heater” are 17 ¼” L x 16 ¼” W x 14” D and Junction Boxes for “Control” are 21 5/8”L x 11” 5/8”W x 8 ½” D. (06/13/2022)

  • Items 5 and 6 under REVLAC GENERAL WORK on plan sheet 75 (STG-01), refer to the removal of "Existing DC Power Circuit Cable" and "Existing Control Conductors". There do not appear to be any plan sheets that identify the conduits that these are installed in. It also appears to contradict Sheets E-03 thru E-09, as well as the generic install plan on plan sheet E-02. Will the Department provide accurate and field verified cable removal and installation plans prior to bid?
    Existing DC Power/Control conductors are depicted in the For Reference drawings TG-11 through TG-19 and labeled as “CONTROL”. The existing system was constructed per plan. (06/13/2022)

  • Network tables are provided, detailing the majority of the REVLAC control system devices. No information appears to be provided regarding any of the CCTV topology. This includes both REVLAC process and roadway monitoring ITS cameras. Will the Department provide drawings detailing the interconnectivity and network topology of all of these devices prior to bid or is the Contractor responsible for network design?
    Network topology drawings are to be created by the Contractor. (06/13/2022)

  • There appear to be a number of conflicts in the information provided regarding sizing of the cabling for the building generators. Single lines E-5 thru E-10 show the cable schedule C5, while Electrical Site Plans EB-10, EB-11, EB-12 and EB-13 show different information. Which plan set sheets supersede the others?
    Contractor Shall follow EB sheets. (06/13/2022)

  • Note 2 on plan sheet EB-14, which details the generator foundation plan, refers to "plan sheet #38" for details on rebar plan for the generator pad. Plan sheet #38 appears to be soil borings. Please provide a correct plan sheet #38.
    Foundation is shown on sheet #36, not #38. (06/13/2022)

  • The contract dictates that the contractor is to replace all of the IO modules in all of the buildings. Plan drawings are provided for the physical layout of the IO modules, but no wiring details are provided. Is the Department going to issue full IO lists and wiring diagrams?
    I/O lists are provided in the Appendix A section of the specifications, no wiring details are provided in the contract plans. Shop drawings of the wiring details shall be submitted by the contractor to the engineer for approval prior to shop test and installation. (06/13/2022)

  • Is the Department going to issue fiber optic termination plans?
    The Department will not be issuing fiber termination plans. The Contractor will be required to develop these drawings to meet outlined functionality (06/13/2022)

  • Page 292 of the special provisions details the list of routing and connectivity drawings that are required to be provided as as-built drawings by the contractor. Since the majority of these drawings have not been provided by the Department in this plan set, will it be incumbent on the Contractor to develop these design drawings, or will the Department be providing detailed fiber routing, connectivity, network, and physical installation drawings for use and mark-up by the contractor?
    The Department will not be preparing these drawings. The Contractor will be required to develop these drawings to meet outlined functionality. (06/13/2022)

  • Is the Department going to issue construction drawings that include a detailed cable removal and installation plan for each ramp? There are no detailed drawings comprehensively detailing the existing conduits and cables, nor detailed drawings showing which cables are to be installed in which conduits. Information provided on some drawings seems to contradict others.
    No additional sheets will be provided. The cable removal shall be in accordance with the Demolition Electrical One Line Diagrams. Installation shall be per the Electrical One Line Diagrams and the Wiring Schedule provided on drawing E-02. (06/13/2022)

  • In the event that the existing electrical cables to be removed utilizing pay item 89502300 - Remove Electric Cable From Conduit will not move, and remembering that this job is on an extremely compressed timeline, how is the project schedule adjusted, and the contractor compensated, for the required investigation and subsequent repair work.
    Contract shall be bid as designed. The contract schedule has been set and is based on the coordination with other contracts. There will be no schedule adjustment. (06/13/2022)

  • Page 139 of the Special Provisions states that median barrier wall repair work will be covered by various pay items to compensate the contractor for conduit breaks found in the median barrier wall. In the event that conduit breaks are found in areas outside of the median barrier wall, how will the contractor be compensated for these repairs?
    Median wall repairs required to repair damaged conduits or damaged barrier wall observed in the field and as directed by the engineer will be paid for at the unit cost for CONCRETE REMOVAL, (SPECIAL), CONCRETE STRUCTURES (SPECIAL), and TIE BARS 1” median wall repaired to repair damaged conduits or wall observed in the field and will be paid for separately. (06/13/2022)

  • Page 176 of the special provisions, item (3) of the (g) controls section states that "the local controls shall be enclosed within the swing gate housing and contained within a separate, self-supporting, single lever latch type Nema 4X enclosure". Where can the contractor find the plan sheets associated with this statement?
    The swing gate housing will be provided by the manufacturer with all interior components factory installed. That includes the local control enclosure. The contractor shall install the housing on the barrier wall as shown on the plans. (06/13/2022)

  • Plan sheet TG-10A, Swing Gate Housing Detail, Note 2 instructs the contractor to refer to plan sheets TG-11 thru TG-19 for information regarding the electrical and mechanical components in the swing gate panel. Plan sheets TG-11 thru TG-19 are labelled as "For Information Only", and do not show any electrical or mechanical components. What page of the plan sets show a detailed drawing of the physical layout of the IO/electrical/mechanical components of the swing gate housing?
    Swing gates enclosures are pre-fabricated by the manufacturer for field installations with all interior components (I.O cabinet on top of gate motor and local controls). As stated on TG-10A, sheets TG-11 to TG-19 are providing info about how the local controls and gate motor are positioned inside the housing/enclosure. The contractor shall install the pre-fabricated equipment and make all required connections (power, power control and fiber optic). (06/13/2022)

  • Given the extremely vague nature of the scope for Item X2300053 - Restraining Barrier Foundation, can a field visit be arranged so that the Contractor may better ascertain the condition of the existing foundations? The current EMC would have an unfair bid advantage without allowing other bidders the opportunity to inspect
    Item should be bid to meet all the requirements to modify the foundation as outlined in the specification. The specification calls for the design and modification of the exiting foundation to support the new restraining barrier including removal of the anchor bolts, steel plate and concrete surrounding the anchor bolts/plate. Record plans have been included in the plan set for all bidders to evaluate required structural repairs. (06/13/2022)

  • Please confirm that the proposed attenuator on plan sheet 33 / Building A will be hooking up to the existing barrier wall.
    Impact Attenuator at Building A to be eliminated. (06/13/2022)

  • Will two transition panels be required for each of the proposed attenuators, as detailed on plan sheet 36?
    Two transition panels are required. (06/13/2022)

  • Please provide a detail of the proposed Chain Link Fence, 8' and Chain ink Gates, 8' x 5' Single. If no detail will be provided, will the proposed Chain Link Fence be installed per IDOT Standard 664001-02?
    Fence shall be installed per Standard 664001-02 (06/03/2022)

Authorized Bidders

  • 0733 John Burns Construction Company
    999 Oakmont Plaza Drive, Suite 400
    Westmont, IL 60559
    Phone: (708) 638-7642 Fax: (708) 326-3499 Email: lmartinez@jbcco.com
    $31,861,111.11

  • 0080 Aldridge Electric, Inc.
    844 E. Rockland Rd.
    Libertyville, IL 60048
    Phone: (847) 680-5200 Fax: (847) 680-5233 Email: ggiovannetti@aldridgegroup.com

  • 3948 Meade Inc.
    625 Willowbrook Center Pkwy
    Wilowbrook, IL 60527
    Phone: (708) 588-2500 Fax: (708) 588-2501 Email: infraestimating@meade100.com
    $36,769,252.40

Non Bidders

  • 2657 Home Towne Electric, Inc.
    35220 Rt 83
    Lake Villa, IL 60046
    P.O. Box 863
    Lake Villa, IL 60046
    Phone: (847) 223-2800 Fax: (847) 223-7577 Email: No Record

  • 6404 Western Remac, Inc.
    1740 Internationale Parkway
    Woodridge, IL 60517
    Phone: (630) 972-7770 Fax: (630) 972-9680 Email: todd@westernremac.com

Pay Item # UOM Description Type Quantity Unit Price
20100110 UNIT TREE REMOVAL (6 TO 15 UNITS DIAMETER) Base items 30.000
20200100 CU YD EARTH EXCAVATION Base items 603.700
20201200 CU YD REMOVAL AND DISPOSAL OF UNSUITABLE MATERIAL Base items 211.000
20400800 CU YD FURNISHED EXCAVATION Base items 193.000
21101615 SQ YD TOPSOIL FURNISH AND PLACE, 4" Base items 167.000
25000210 ACRE SEEDING, CLASS 2A Base items 0.080
25000400 POUND NITROGEN FERTILIZER NUTRIENT Base items 9.000
25000500 POUND PHOSPHORUS FERTILIZER NUTRIENT Base items 8.800
25000600 POUND POTASSIUM FERTILIZER NUTRIENT Base items 8.000
25100115 ACRE MULCH, METHOD 2 Base items 0.030
25100630 SQ YD EROSION CONTROL BLANKET Base items 416.000
28000250 POUND TEMPORARY EROSION CONTROL SEEDING Base items 3.440
28000400 FOOT PERIMETER EROSION BARRIER Base items 549.000
28000510 EACH INLET FILTERS Base items 1.000
28100107 SQ YD STONE RIPRAP, CLASS A4 Base items 36.000
31102100 SQ YD SUBBASE GRANULAR MATERIAL, TYPE C 4" Base items 998.000
35101800 SQ YD AGGREGATE BASE COURSE, TYPE B 6" Base items 1,015.000
42000301 SQ YD PORTLAND CEMENT CONCRETE PAVEMENT 8" (JOINTED) Base items 998.000
42400200 SQ FT PORTLAND CEMENT CONCRETE SIDEWALK 5 INCH Base items 210.000
44000600 SQ FT SIDEWALK REMOVAL Base items 210.000
44213202 EACH TIE BARS 1" Base items 24.000
50300300 SQ YD PROTECTIVE COAT Base items 2,833.000
50606701 L SUM CLEANING AND PAINTING STRUCTURAL STEEL, LOCATION 1 Base items 1.000
50800105 POUND REINFORCEMENT BARS Base items 3,800.000
550A0040 FOOT STORM SEWERS, CLASS A, TYPE 1 10" Base items 18.000
55100500 FOOT STORM SEWER REMOVAL 12" Base items 31.000
58700300 SQ FT CONCRETE SEALER Base items 20.000
59000200 FOOT EPOXY CRACK INJECTION Base items 100.000
60210500 EACH CATCH BASINS, TYPE D, 3'-DIAMETER, TYPE 1 FRAME, OPEN LID Base items 1.000
60250400 EACH CATCH BASINS TO BE ADJUSTED WITH NEW TYPE 1 FRAME, OPEN LID Base items 3.000
60255410 EACH CATCH BASINS TO BE CLEANED Base items 3.000
60608250 FOOT COMBINATION CONCRETE CURB AND GUTTER, TYPE M-2.06 Base items 376.000
63200310 FOOT GUARDRAIL REMOVAL Base items 300.000
63700280 FOOT CONCRETE BARRIER, DOUBLE FACE, 44 INCH HEIGHT Base items 100.000
64200116 FOOT SHOULDER RUMBLE STRIPS, 16 INCH Base items 412.000
64300260 EACH IMPACT ATTENUATORS (FULLY REDIRECTIVE, NARROW), TEST LEVEL 3 Base items 2.000
66400505 FOOT CHAIN LINK FENCE, 8' Base items 242.000
66404800 EACH CHAIN LINK GATES, 8' X 5' SINGLE Base items 4.000
66900200 CU YD NON-SPECIAL WASTE DISPOSAL Base items 675.000
66900530 EACH SOIL DISPOSAL ANALYSIS Base items 15.000
66901001 L SUM REGULATED SUBSTANCES PRE-CONSTRUCTION PLAN Base items 1.000
66901003 L SUM REGULATED SUBSTANCES FINAL CONSTRUCTION REPORT Base items 1.000
66901006 CAL DA REGULATED SUBSTANCES MONITORING Base items 20.000
67100100 L SUM MOBILIZATION Base items 1.000
70107025 CAL DA CHANGEABLE MESSAGE SIGN Base items 126.000
70400100 FOOT TEMPORARY CONCRETE BARRIER Base items 5,012.500
70400125 EACH PINNING TEMPORARY CONCRETE BARRIER Base items 906.000
70600260 EACH IMPACT ATTENUATORS, TEMPORARY (FULLY REDIRECTIVE, NARROW), TEST LEVEL 3 Base items 6.000
78200011 EACH BARRIER WALL REFLECTORS, TYPE C Base items 401.000
80400100 EACH ELECTRIC SERVICE INSTALLATION Base items 1.000
80400200 L SUM ELECTRIC UTILITY SERVICE CONNECTION Base items 1.000 $7,000.00
81028200 FOOT UNDERGROUND CONDUIT, GALVANIZED STEEL, 2" DIA. Base items 4,772.000
81028750 FOOT UNDERGROUND CONDUIT, COILABLE NONMETALLIC CONDUIT, 2" DIA. Base items 6,084.000
81100605 FOOT CONDUIT ATTACHED TO STRUCTURE, 2" DIA., PVC COATED GALVANIZED STEEL Base items 1,779.000
81300945 EACH JUNCTION BOX, STAINLESS STEEL, ATTACHED TO STRUCTURE, 24" X 24" X 8" Base items 23.000
81400200 EACH HEAVY-DUTY HANDHOLE Base items 57.000
81702100 FOOT ELECTRIC CABLE IN CONDUIT, 600V (XLP-TYPE USE) 1/C NO. 12 Base items 46,440.000
81702110 FOOT ELECTRIC CABLE IN CONDUIT, 600V (XLP-TYPE USE) 1/C NO. 10 Base items 6,470.000
81702120 FOOT ELECTRIC CABLE IN CONDUIT, 600V (XLP-TYPE USE) 1/C NO. 8 Base items 35,344.000
81702130 FOOT ELECTRIC CABLE IN CONDUIT, 600V (XLP-TYPE USE) 1/C NO. 6 Base items 83,998.000
81702140 FOOT ELECTRIC CABLE IN CONDUIT, 600V (XLP-TYPE USE) 1/C NO. 4 Base items 62,910.000
87900100 EACH DRILL EXISTING FOUNDATION Base items 16.000
87900200 EACH DRILL EXISTING HANDHOLE Base items 1.000
87900205 EACH DRILL EXISTING HEAVY DUTY HANDHOLE Base items 9.000
89502210 EACH MODIFY EXISTING CONTROLLER CABINET Base items 14.000
89502300 FOOT REMOVE ELECTRIC CABLE FROM CONDUIT Base items 39,710.000
89502350 FOOT REMOVE AND REINSTALL ELECTRIC CABLE FROM CONDUIT Base items 948.000
X0320023 EACH CLOSED CIRCUIT TELEVISION DOME CAMERA, HD Base items 27.000
X0322936 EACH REMOVE EXISTING FLARED END SECTION Base items 2.000
X0323524 EACH REMOVE EXISTING SURVEILLANCE CAMERA EQUIPMENT Base items 8.000
X0323859 EACH DOWNSPOUT CONNECTION Base items 2.000
X0323914 EACH FIBER OPTIC CABLE SPLICE - LATERAL Base items 12.000
X0324597 EACH CLOSED CIRCUIT TELEVISION CABINET Base items 17.000
X0324599 FOOT ROD AND CLEAN EXISTING CONDUIT Base items 29,620.000
X0325040 FOOT FIBER OPTIC INNERDUCT 1 1/4" DIA. Base items 8,996.000
X0326945 EACH CLOSED CIRCUIT TELEVISION CAMERA EQUIPMENT Base items 27.000
X0326948 EACH CLOSED CIRCUIT TELEVISION CAMERA STRUCTURE, 50 FT. MOUNTING HEIGHT Base items 4.000
X0326949 FOOT CLOSED CIRCUIT TELEVISION CAMERA STRUCTURE FOUNDATION, 30" DIAMETER Base items 38.000
X0327469 SQ FT MASONRY FACE BRICK REPAIR Base items 355.000
X0327470 SQ FT MASONRY SEALER Base items 355.000
X0327561 L SUM BUDGETARY ALLOWANCE FOR CCTV INTEGRATION Base items 1.000
X0327601 FOOT CLOSED CIRCUIT TELEVISION CAMERA STRUCTURE, FOUNDATION, 80 FT. MOUNTING HEIGHT Base items 143.000
X0327602 EACH CLOSED CIRCUIT TELEVISION CAMERA STRUCTURE, GALVANIZED STEEL, 80 FT. MOUNTING HEIGHT Base items 11.000
X0327682 L SUM CITY OF CHICAGO DEPARTMENT OF WATER MANAGEMENT ENGINEERING SERVICES Base items 1.000
X0327773 EACH ACCESS DOOR Base items 4.000
X0328014 L SUM REVLAC CONTROL SYSTEM PHASED TESTING AND COMMISSIONING Base items 1.000
X1400025 EACH JUNCTION BOX COVER Base items 301.000
X1400178 EACH REPLACE EXISTING CCTV CAMERA LOWERING DEVICE Base items 9.000
X1400217 EACH TERMINATE FIBER IN CABINET Base items 1,912.000
X1400290 L SUM BUDGETARY ALLOWANCE FOR UPGRADE OF PLC CONTROLS Base items 1.000
X1400460 EACH LAYER III (NETWORK) SWITCH Base items 22.000
X1400485 EACH REMOVE AND REPLACE FIXED POSITION CCTV CAMERA FOR REVLAC Base items 39.000
X1400486 EACH UNINTERRUPTABLE POWER SUPPLY-UPS Base items 4.000
X1400487 L SUM TRAINING AND MANUALS Base items 1.000
X1400488 EACH REVLAC CONTROL AND COMMUNICATIONS SYSTEMS INSTALL, REMOTE I/O CABINETS Base items 154.000
X1400489 EACH REVLAC CONTROL SYSTEM HARDWARE, REMOTE I/O CABINETS Base items 154.000
X1700011 SQ FT STAMPED COLORED PORTLAND CEMENT CONCRETE MEDIAN SURFACE 4 INCH Base items 1,770.000
X2300024 EACH SWING GATE REMOVAL Base items 117.000
X2300025 EACH SWING GATE, NEW Base items 117.000
X2300027 EACH SWING GATE ARM 2' Base items 1.000
X2300029 EACH SWING GATE ARM 4' Base items 2.000
X2300030 EACH SWING GATE ARM 5' Base items 7.000
X2300031 EACH SWING GATE ARM 6' Base items 4.000
X2300032 EACH SWING GATE ARM 8' Base items 4.000
X2300033 EACH SWING GATE ARM 9' Base items 5.000
X2300034 EACH SWING GATE ARM 10' Base items 4.000
X2300035 EACH SWING GATE ARM 11' Base items 3.000
X2300036 EACH SWING GATE ARM 12' Base items 6.000
X2300037 EACH SWING GATE ARM 13' Base items 6.000
X2300038 EACH SWING GATE ARM 14' Base items 8.000
X2300039 EACH SWING GATE ARM 15' Base items 3.000
X2300040 EACH SWING GATE ARM 16' Base items 6.000
X2300041 EACH SWING GATE ARM 17' Base items 15.000
X2300042 EACH SWING GATE ARM 18' Base items 5.000
X2300043 EACH SWING GATE ARM 19' Base items 1.000
X2300044 EACH SWING GATE ARM 20' Base items 9.000
X2300045 EACH SWING GATE ARM 21' Base items 8.000
X2300046 EACH SWING GATE ARM 22' Base items 2.000
X2300047 EACH SWING GATE ARM 23' Base items 16.000
X2300048 EACH RESTRAINING BARRIER REMOVAL Base items 6.000
X2300049 EACH REPLACEMENT OF RESTRAINING BARRIER Base items 6.000
X2300050 EACH FLEXIBLE GATE TIPS Base items 117.000
X2300051 L SUM REVLAC CONTROL AND COMMUNICATION SPARE PARTS Base items 1.000
X2300052 EACH SWING GATE ARM 7' Base items 2.000
X2300053 EACH RESTRAINING BARRIER FOUNDATION Base items 12.000
X2600035 EACH OPERATIONAL WARNING SIGN "GATES CLOSING" Base items 6.000
X2600036 EACH OPERATIONAL WARNING SIGN "STAY IN YOUR LANE" Base items 6.000
X2600037 EACH RAMP CLOSED SIGN "X" Base items 6.000
X2600038 EACH RAMP "OPEN/CLOSED" SIGN Base items 6.000
X2600039 EACH CHEVRON SIGN 30"X36" LED AMBER LIGHT Base items 18.000
X5012502 CU YD CONCRETE REMOVAL (SPECIAL) Base items 17.900
X5030225 CU YD CONCRETE STRUCTURES (SPECIAL) Base items 17.900
X6300155 FOOT STEEL PLATE BEAM GUARDRAIL, ATTACHED TO STRUCTURES (SPECIAL) Base items 300.000
X6640300 FOOT CHAIN LINK FENCE REMOVAL Base items 56.000
X6700410 CAL MO ENGINEER'S FIELD OFFICE, TYPE A (SPECIAL) Base items 28.000
X7011015 L SUM TRAFFIC CONTROL AND PROTECTION (EXPRESSWAYS) Base items 1.000
X7013820 CAL DA TRAFFIC CONTROL SURVEILLANCE, EXPRESSWAYS Base items 549.000
X8010100 CAL DA STORAGE OF ELECTRICAL MATERIALS Base items 730.000
X8130115 EACH DRILL EXISTING JUNCTION BOX Base items 1.000
X8140115 EACH HANDHOLE TO BE ADJUSTED Base items 1.000
X8710036 FOOT FIBER OPTIC CABLE 12 FIBERS, SINGLE MODE Base items 161,092.000
X8710054 EACH FIBER OPTIC TERMINATION PANEL, 12 F OR 24F Base items 22.000
X9600001 L SUM MECHANICAL HVAC WORK, BUILDING A Base items 1.000
X9600003 L SUM MECHANICAL HVAC WORK, BUILDING C Base items 1.000
X9600004 L SUM MECHANICAL HVAC WORK, BUILDING D Base items 1.000
X9600005 L SUM MECHANICAL HVAC WORK, BUILDING E Base items 1.000
X9600006 L SUM ELECTRICAL WORK, BUILDING A Base items 1.000
X9600008 L SUM ELECTRICAL WORK, BUILDING C Base items 1.000
X9600009 L SUM ELECTRICAL WORK, BUILDING D Base items 1.000
X9600010 L SUM ELECTRICAL WORK, BUILDING E Base items 1.000
X9600011 L SUM GENERATOR, BUILDING A Base items 1.000
X9600013 L SUM GENERATOR, BUILDING C Base items 1.000
X9600014 L SUM GENERATOR, BUILDING D Base items 1.000
X9600015 L SUM GENERATOR, BUILDING E Base items 1.000
X9600016 EACH REVLAC CONTROL SYSTEM HARDWARE AND SOFTWARE, HEADQUARTERS Base items 1.000
X9600017 EACH REVLAC CONTROL SYSTEM HARDWARE AND SOFTWARE, BUILDING A Base items 1.000
X9600019 EACH REVLAC CONTROL SYSTEM HARDWARE AND SOFTWARE, BUILDING C Base items 1.000
X9600020 EACH REVLAC CONTROL SYSTEM HARDWARE AND SOFTWARE, BUILDING D Base items 1.000
X9600021 EACH REVLAC CONTROL SYSTEM HARDWARE AND SOFTWARE, BUILDING E Base items 1.000
X9600022 EACH REVLAC COMMUNICATION AND NETWORK HARDWARE AND SOFTWARE, HEADQUARTERS Base items 1.000
X9600023 EACH REVLAC COMMUNICATION AND NETWORK HARDWARE AND SOFTWARE, BUILDING A Base items 1.000
X9600025 EACH REVLAC COMMUNICATION AND NETWORK HARDWARE AND SOFTWARE, BUILDING C Base items 1.000
X9600026 EACH REVLAC COMMUNICATION AND NETWORK HARDWARE AND SOFTWARE, BUILDING D Base items 1.000
X9600027 EACH REVLAC COMMUNICATION AND NETWORK HARDWARE AND SOFTWARE, BUILDING E Base items 1.000
X9600028 EACH REVLAC CONTROL AND COMMUNICATIONS SYSTEMS INSTALL, HEADQUARTERS Base items 1.000
X9600029 EACH REVLAC CONTROL AND COMMUNICATIONS SYSTEMS INSTALL,BUILDING A Base items 1.000
X9600031 EACH REVLAC CONTROL AND COMMUNICATIONS SYSTEMS INSTALL,BUILDING C Base items 1.000
X9600032 EACH REVLAC CONTROL AND COMMUNICATIONS SYSTEMS INSTALL,BUILDING D Base items 1.000
X9600033 EACH REVLAC CONTROL AND COMMUNICATIONS SYSTEMS INSTALL,BUILDING E Base items 1.000
Z0007601 L SUM BUILDING REMOVAL NO. 1 Base items 1.000
Z0018911 EACH DRILL AND GROUT #6 TIE BARS Base items 36.000
Z0032400 EACH JOINT REPAIR Base items 3.000
Z0032470 FOOT JOINT SEALER Base items 280.000
Z0065767 FOOT SLOTTED DRAIN 15" WITH 1 3/4" SLOT Base items 82.000
Z0076600 HOUR TRAINEES Base items 4,000.000 $0.80
Z0076604 HOUR TRAINEES TRAINING PROGRAM GRADUATE Base items 4,000.000 $15.00
No More Pay Items

The contract details above are for informational purposes only until the Plans and Special Provisions are posted on this web page. If an addendum is posted, the contract details above may be revised. Please continue to check for addenda.