Home > Notice of Letting > Contract Detail

July 15, 2022 Letting 12:00 PM
01X-76J90

Bulletin Description

Replacement of SN 060-0035 which carries I-270 over the Mississippi River.
Region District DBE % VBP % Federal Project #
5 8 10.00 0.00 NHPP-HBFPCRP1(462)
County(s) Key Route(s) Marked Route(s) Section(s) State Job #(s) PPS #(s)
  • Madison
  • FAI 270
  • I-270
  • 60B-1
  • C-98-284-18
  • 8-82220-1000
  • 8-82222-0000
Contract Specifics
A mandatory pre-bid meeting will be held on Thursday, June 23, 2022 at 09:00 AM in the Southwestern Illinois College - Granite City Campus at 4950 Maryville Road, Granite City, IL 62040. Location Notes - The History Room. Meeting Description - Members of the Missouri and Illinois Department of Transportation will be present to answer questions.  For Additional information contact IDOT's Tiffany Brase at 618-346-3175 or MoDOT's Lisa Kuntz at 314-453-1879. The pre-bid meeting is mandatory for all potential prime contractors interested in bidding. Registered subcontractors and certified disadvantaged business enterprise subcontractors are encouraged to attend. The meeting will begin at 09:00 AM at which time, after a final call for everyone to sign in, the sign-in sheets will be copied. Attendees who show up after the presentation is underway will not be allowed to sign-in thereby not being considered in attendance. Failure on the prime contractor's part to attend will cause the contractor's request for authorization to bid to be denied.
Project Labor Agreement
This item was previously advertised as a Review and Inspection project only (Item 01X) on letting date June 17, 2022; (Item 01X) on letting date April 29, 2022. Bids are now being accepted. Contractors and suppliers who downloaded plans and special provisions for this item in connection with the previous advertisement should again download the complete set to ensure that revised and/or added material is received.
Completion Date: December 31, 2026 Plus 30 Working Days
Previously advertised on June 17, 2022 (Item 01X); April 29, 2022 (Item 01X).
76J90 and MoDOT's J6I3020C are being let in Combination.  J6I3020CPlans and Specifications are at: https://modotweb.modot.mo.gov/BidLettingPlansRoom/Letting/Index/5028  Hydrographic surveys are at www.mvs.usace.army.mil/Missions/Navigation/
No More Contract Specifics

Ask Subscribe Questions and Answers (67 Submitted / 67 Answered ) Questions not accepted as of July 05, 2022 04:30 PM.

  • General Note 8 on page 221 states all coats on the fascias, except for the finish coat, to be shop applied. Can it be changed so that only the primer coat is shop applied? This would eliminate any recoat window issues that might occur with the epoxy intermediate coat.
    The coating system/application was specifically chosen to minimize the time spent field painting over boat traffic and deviations from the Contract documents will not be allowed. The shop system is to avoid or minimize costly field painting to only the fascia surfaces for the top/final coat only, and also covers any isolated mars in the fascias from cantilever deck forming brackets. (07/08/2022)

  • Please review structure excavation quantities for the west abutments. Plan sheets 378 (EB) and 668 (WB) both list 273 cy. These appear to be incorrect. The EB west abutment is built completely on new embankment. Please clarify or confirm these quantities.
    Refer to Note 12 on sheet 221 of 875 and Note 13 on 513 states “The embankment configuration shown shall be minimum that must be placed and compacted prior to construction of the abutments. Embankment behind the backwall for the West Abutment is quantified and constructed under MoDOT Job number J613264.” This note is intended to completely construct the bridge cone to allow for some consolidation of the of the site prior to construction of the abutments. Thus, the quantity is based on the cone being constructed, then excavate to construct the abutment. (07/08/2022)

  • PLA Execution Pages published recently include IL Labor Union Locals only. All bridges built around St. Louis spanning the Mississippi River have historically involved split jurisdiction of the IL & MO Labor Unions. What MO Labor Unions will be required to be utilized for this project and how are the conflicting union work rules to be interpreted?
    No Missouri labor union utilization is required for contract 76J90. Conflicts related to union work rules on contract 76J90 should be addressed in accordance with the grievances and disputes provisions of the contract 76J90 Project Labor Agreement. (07/08/2022)

  • The 404 Application document states the “USACE advised the project sponsor not to use causeways.” Please clarify if this statement prohibits the use of causeways on the project. If causeways are prohibited, please provide the limits where causeways are prohibited.
    See Addendum B for the 404 permit. Permits were applied for and approved with no temporary causeways or cofferdams throughout construction and demolition. Should the Contractor propose cofferdams or causeways, additional analysis and coordination with permitting agencies will be required. (07/08/2022)

  • We have been told that the old Chain of Rocks Bridge across the canal is going to close for an indefinite period at the end of June this year since it has not been inspected. Please advise whether this is true.
    Contractors will need to contact the City of Madison for information on that bridge. (07/08/2022)

  • Cross sections appear to show topsoil. There is no pay item for topsoil. Please confirm earthwork quantities do not reflect the use of topsoil.
    Topsoil will not be used on this project. (07/08/2022)

  • In regards to the Temporary Pavement, does the existing concrete roadway need to be sawcut prior to the installation of #6 Tie Bars in the areas that will receive the Temporary Pavement? If not, can we install the #6 Tie Bars as detailed in the standard drawings for a Longitudinal Construction Joint?
    The contractor should bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. (07/08/2022)

  • On page 7 of the contract special provision it is noted that dredging may be required for access in the river for construction of the bridge. Will this dredging be paid for under 109.04 or will there be a new pay item to pay for by the CY?
    Dredging is an option to continue work, not a requirement. It will not be measured nor paid for separately. (07/08/2022)

  • Sheet 232 provides details for mounting temp barrier wall to existing or new slab/decks. The details for mounting barrier wall to new decks show a condition where a bridge deck is staged with a longitudinal construction joint. This condition does not exist on this project. Please provide an updated detail and required repair procedure for mounting temp barrier wall to the new 060-0350 (EB) deck required at the start of Phase 2A.
    The TCB anchoring and pinning requirements are shown on the Hwy standard 704001, and base sheet R-27 (sheet 232 of 875), and Art 704 of the SSRBC. The contractor should bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. (07/08/2022)

  • Due to the tight project schedule, can the bolt up procedure described in Standard Specification Section 505.08(h) be waived in favor of AASHTO/NSBA S10.1 Steel Bridge Erection Guide Specification Section C2.2.7 which allows one half of the holes at a splice or field connection to be filled with bolts and cylindrical erection pins before installing and tightening the balance of the high strength bolts? Proceeding in this manner will benefit the schedule for deck forming and rebar activities.
    Please see addendum B which adds a special provision to the contract specifications to require an erection plan prepared by an IL SE that shall detail all phases of the steel erection, including bolting, pinning, and tightening procedures, and any alternatives to what is specified in the SSRBC or contract plans and specifications. Alternate bolting procedures MAY be considered by the Department but are subject to submittal, review and approval. At this time, we cannot say or guarantee that any alternate procedures will be accepted. (07/07/2022)

  • Can the water elevation at the bridge relative reading measured at the Mississippi River at St. Louis Gage be provided?
    The correlation between the Bridge Water Elevation and the St. Louis Gage Elevation is 7.69ft. i.e. St. Louis Gage Reading + Datum + 7.69ft = Water Elevation @ the Bridge. (07/07/2022)

  • We request a two week bid extension.
    A two week bid extension will not be considered. (07/06/2022)

  • PLA Execution pages published recently reference Labors Local 100, is that meant to reference Labors Local 100 has jurisdiction over this project? Previous experience in the area has been that Labors Local 396 has geographical jurisdiction over this area and has been the labors local on bridges north of down town St. Louis, with Labors Local 100 having jurisdiction with work near down town. Please confirm which Labors Local will have jurisdiction on this project.
    The reference to Labors Local 100 is in regards to their collective bargaining agreement, which will expire at some point during the construction period. (07/06/2022)

  • The standard specifications call for structures to be removed to 1ft below final grade. For this project, that demolition limit would be 1 ft below mudline, however the river bottom at each pier will have inconsistencies due to the level of scour experienced at each location. Please provide a defined demo limit with a removal elevation per pier structure so the lump sum removal item can be priced accurately.
    This question is addressed in addendum B. Please continue to monitor the website for an update. (07/06/2022)

  • Due to the large volume of material that will need to be procured for his project, we request the Department modify payment terms to allow for invoicing of mill orders and stored materials.
    Material allowances are covered by the following: Standard Specifications, Article 109.07(b); Construction Memorandum 91; Construction Manual, Section 109.07-2. The contractor should bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. (07/06/2022)

  • (3/3) Please add an additional category for mega projects in the SP for Compensable Delay Costs to include a larger management staff the contractor will have, at the minimum: 1 senior project manager, 2 project managers, 5 project superintendents, 6 engineers, and 2 clerks.
    This special provision was developed with industry partners to create a provision that would work for both parties. At this moment, the special provision cannot be changed. The contractor should bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. (07/06/2022)

  • (2/3) the size of the average large IDOT project it would be appropriate for the SP to include another bracket of project size for mega projects that includes additional compensation to coincide with the additional supervision effort required to manage a mega project.
    This special provision was developed with industry partners to create a provision that would work for both parties. At this moment, the special provision cannot be changed. The contractor should bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. (07/06/2022)

  • (1/3) PLA Execution document published recently reference an estimated project cost of $327,000,000. The SP for compensable Delay Costs has incrementally increase in cost adjustments for size of project in 109.13(b)(1), with the largest category being greater than $50,000,000. Generally IDOT projects are not greater than $100,000,000, for a project over three times
    This special provision was developed with industry partners to create a provision that would work for both parties. At this moment, the special provision cannot be changed. The contractor should bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. (07/06/2022)

  • (2/2) Allowing this delay to be covered by this SP would provide a more fair and equitable approach of this risk by IDOT not forcing the contractors to guess at the value of this risk and over-inflate their bid costs. Please reconsider allowing the 404 Permit Delay to be covered by the SP Compensable Delay Costs Provision already included in the contract.
    The 404 permit has been issued and has been included in the special provisions via addendum B. Please continue to monitor the website for addendum B. (07/06/2022)

  • (1/2) The contract documents include a special provision that allows for compensation for delays due if they meet the criteria of 108.08(b)(1) or 108.08(b)(7); as the permit is to be furnished by the Department (IDOT), why would a delay to the 404 permit issuance not be covered under SP Compensable Delay Costs (starting on page 114 of the special provisions)?
    The 404 permit has been issued and has been included in the special provisions via addendum B. Please continue to monitor the website for addendum B. (07/06/2022)

  • (2/2) However Pier 16 (2 piers east away from the river), existing ground looks to be at 413.5 which is lower than OHW 414.3 - does this mean work can't occur at Pier 16? Please provide drawing or listing of piers showing which piers can be constructed w/out 404 permit.
    The 404 permit has been issued and has been included in the special provisions via addendum B. Please continue to monitor the website for addendum B. (07/06/2022)

  • (1/2) Following up to previous question/response on work area that would be acceptable to work if the 404 permit is not approved, again we ask either a drawing be provided or a listing of bridge piers where it would be acceptable to work without 404 permit. Example, Pier 18 existing ground is greater than 415.0, which is greater than 414.3 - can work proceed at this pier w/out 404 permit?
    The 404 permit has been issued and has been included in the special provisions via addendum B. Please continue to monitor the website for addendum B. (07/06/2022)

  • If the Department will not allow for compensation on supervision and overhead due to a delay, please consider allowing for an equitable adjustment for labor escalation and material escalation due to any 404 permit delay.
    The 404 permit has been issued and has been included in the special provisions via addendum B. Please continue to monitor the website for addendum B. (07/06/2022)

  • Once the 404 permit is approved, if the permit required removals that require cofferdams, how would the cofferdams be paid? There is no pay item for cofferdams, and no notes specifically stating where the cost would be incidental to.
    This question will be addressed in addendum B. Please continue to monitor the website for an update. (07/06/2022)

  • On page 7 of the contract special provision it is noted that dredging may be required for access in the river for construction of the bridge. Does the dredged material need to be deposited upland, or can it be deposited back into the river?
    This question will be addressed in addendum B. Please continue to monitor the website for an update. (07/06/2022)

  • On page 7 of the contract special provision it is noted that dredging may be required for access in the river for construction of the bridge. Is it correct to assume dredging will be allowed under the yet to be approved 404 permit?
    This question was addressed in addendum B. Please continue to monitor the website for an update. (07/06/2022)

  • (2/2) We cannot find any reference to this timeframe limitation on demolition in any of the submitted 404 permit documentation which does include Items 1-3 on this list. Please confirm that bridge demolition is permitted to take place at any time of the year.
    This question will be addressed in the SWPPP in an upcoming addendum. Please continue to monitor the website for an update. (07/06/2022)

  • (1/2) In reference to the Special Provision for the Storm Water Pollution Prevention Plan, page 4 of 9 in that prepared plan includes a subsection related to Threatened and Endangered Species which lists four (4) conservation measures to be implemented by the contractor in order to not adversely affect the Pallid Sturgeon. Item 4 on that lists states that Bridge Removal is only allowed from 10/1 thru 3/31.
    This question will be addressed in the SWPPP in an upcoming addendum. Please continue to monitor the website for an update. (07/06/2022)

  • Based on initial schedule development, the December 2025 completion date does not provide sufficient time for this amount of work. We request the completion date be extended by nine (9) months.
    The completion date has been changed to December 31, 2026. The special provisions will be updated via addendum B. Please continue to monitor the website for an update. (07/06/2022)

  • Please clarify the extents (depth below mudline) for existing bridge substructure removal.
    The extents (depth below mudline) for the existing bridge substructure removal is dictated in the 404 permit. The 404 permit is included in the special provisions via addendum B. Please continue to monitor the website for an update for the addendum. (07/06/2022)

  • Please refer to the Storm Water Pollution Prevention Plan provided in the Notice to Bidders. Please confirm that the requirement limiting bridge removal from 10/1 thru 3/31 is only applicable to the substructure below the waterline. In other words, please confirm that demolition of the existing bridge deck, steel, and substructure above the waterline is not subject to any seasonal restrictions.
    This question will be addressed in the SWPPP in an upcoming addendum. Please continue to monitor the website for an update. (07/06/2022)

  • 1. Please refer to the Storm Water Pollution Prevention Plan provided in the Notice to Bidders. Please confirm that installation of the drilled shafts is not considered “pile driving” and drilled shaft installation will not be subject to Pallid sturgeon spawning season restrictions between April 15 and June 30.
    This question will be addressed in the SWPPP in an upcoming addendum. Please continue to monitor the website for an update. (07/06/2022)

  • Please refer to the Storm Water Pollution Prevention Plan provided in the Notice to Bidders. Please confirm that installation of piles at abutments will not be subject to Pallid sturgeon spawning season restrictions between April 15 and June 30.
    This question will be addressed in the SWPPP in an upcoming addendum. Please continue to monitor the website for an update. (07/06/2022)

  • Question Part 2: : The job will have to be priced accordingly unless the completion date can be extended by at least one year. Will IDOT extend the completion date to Dec 31, 2026?
    The completion date has been changed to December 31, 2026. The special provisions will be updated via addendum B. Please continue to monitor the website for an update. (07/06/2022)

  • Question Part 1 of 2: IDOT’s Dec 31, 2025 completion date for this project is extremely aggressive and will result in very high costs due to substantial labor overtime, larger than normal equipment fleet, extra supervision, and extra construction materials. The schedule on this project is an extra-ordinary risk particularly considering the labor shortage and supply chain issues in existence at this time.
    The completion date has been changed to December 31, 2026. The special provisions will be updated via addendum B. Please continue to monitor the website for an update. (07/06/2022)

  • In reference to the contract special provision 109.13 Payment for Contract Delay, table 109.13(b)(1), and the largest contract amount being 'Over $50MM'. This mega project is significantly more than $50MM and will have a considerably larger staff than that listed under this amount. We are requesting that a fourth line be added to this table with a more appropriate sized staff listed. At the minimum: 1 senior project manager, 2 proj managers, 5 proj superintendents, 6 engineers, and 2 clerks.
    This special provision was developed with industry partners to create a provision that would work for both parties. At this moment, the special provision can not be changed. The contractor should bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. (07/06/2022)

  • If IDOT will not reconsider their position on providing compensation or an equitable adjustment for a 404 issuance permit delay, we request that IDOT consider specifying how many days of non-compensable time the contractor needs to account for to ensure all bidders are evaluating the risk appropriately.
    The 404 permit has been issued and has been included in the special provisions via addendum B. Please continue to monitor the website for addendum B. (07/06/2022)

  • (2/2) contractors will either include significant additional costs associated with these risks in their bid, or contractors may elect to not turn in bids, as prudent contractors and bonding companies will find this risk very difficult to asses and account for appropriately.  Please reconsider the position that none of the direct or indirect impacts of a 404 issuance delay be non-compensable.
    The 404 permit has been issued and has been included in the special provisions via addendum B. Please continue to monitor the website for addendum B. (07/06/2022)

  • (1/2) How is the contractor supposed to plan any order of work, manpower and equipment loading, considering the unknown effects of a 404 permit issuance delay that would include all impacts, cumulative impacts, or other consequences of a delay? If these items are not going to be compensable, including activities not directly delayed, suspended or accelerated,
    The 404 permit has been issued and has been included in the special provisions via addendum B. Please continue to monitor the website for addendum B. (07/06/2022)

  • (2/2) On previous projects along the Miss. River, where permit delays were experienced, storage costs were either paid to the fabricators to store the steel at their manufacturing facilities or additional space was required to lease for unloading, storage and reloading of the material for the project once the delay concluded.
    The 404 permit has been issued and has been included in the special provisions via addendum B. Please continue to monitor the website for addendum B. (07/06/2022)

  • (1/2) If there is a 404 permit delay, and IDOT awards the contract, and the contractor proceeds with material procurement to both, minimize further potential schedule impacts with procurement delays & material cost escalations, will IDOT pay for the storage costs associated with the material that will be ready for incorporation to the project ahead of the delayed schedule?
    The 404 permit has been issued and has been included in the special provisions via addendum B. Please continue to monitor the website for addendum B. (07/06/2022)

  •  (4/4) It is requested that IDOT reconsider this position, as the high risk associated with river bridge projects, specifically permitting, as contractors will need to carry additional costs in their bids to account for this uncertainty, and it would be a more appropriate allocation of risk for IDOT to retain this risk and allow the contractors to provide their most competitive price, which allows IDOT to save any costs contractors will include in their bid if there are no 404 permit delays.
    The 404 permit has been issued and is now included in the special provisions via addendum B. Please continue to monitor the website for addendum B. (07/06/2022)

  • (3/4) The special provision for 'Section 404 Permit Delay' specifically notes these costs, previously paid by IDOT and other agencies, are clearly noted as no opportunity for an equitable adjustment.
    The 404 permit has been issued and is now included in the special provisions via addendum B. Please continue to monitor the website for addendum B. (07/06/2022)

  • (2/4) In all those previous occasions, the owner/agency has not only increased the contract time, but also provided an equitable adjustment to the contract value related to the additional costs for items that included: extended supervision costs, material escalations, labor escalations, material storage costs, equipment storage or equipment holding costs, and summer or winter premium costs. 
    The 404 permit has been issued and is now included in the special provisions via addendum B. Please continue to monitor the website for addendum B. (07/06/2022)

  • (1/4) On numerous, previous occasions for bridge projects over the Mississippi River around the St. Louis area, 404 permits have been the cause of significant delays to various projects, including a previous IDOT project.
    The 404 permit has been issued and is now included in the special provisions via addendum B. Please continue to monitor the website for addendum B. (07/06/2022)

  • (2/2) A day for day extension only on lost calendar days is not an appropriate method of determining a time extension. It is requested that IDOT reconsider this approach and at least evaluate the number of days for the contract to be extended based on a Time Impact Analysis of the CPM schedule.
    The 404 permit has been issued and the Section 404 Permit Delay special provision has been removed via addendum B. Please continue to monitor the website for addendum B. (07/06/2022)

  • (1/2) With regard to the section titled, 'SECTION 404 PERMIT DELAY', beginning on page 5 of the contract specifications; if there is a 404 permit delay during the summer or fall seasons, additional time, above the 'day to day' calendar day extension referenced in the special provision, will be required, as not all work can happen during the winter months to make up for the lost days during the summer or fall seasons.
    The 404 permit has been issued and the Section 404 Permit Delay special provision has been removed via addendum B. Please continue to monitor the website for addendum B. (07/06/2022)

  • What date should the contractor utilize in their bid evaluation for the issuance of the 404 Permit?
    The 404 permit was issued on 7-1-2022. Please see addendum B for the approved permit. (07/06/2022)

  • The drilled shaft reference specification (section 516.04) is too narrow, even for drillers with significant experience. Can the reference requirement be expanded to 3 similar projects completed or underway within the last 10 years?
    IDOT acknowledges it may be difficult to show recent work with drilled shafts of similar diameter, lengths and site conditions. However, contractors are encouraged to provide a comprehensive list of recent projects that may be construed as evidence of having acceptable qualifications and experience with the drilled shaft requirements of this project. (07/05/2022)

  • Please confirm temporary barrier placed on new EB bridge is not required to be anchored. If barrier is required to be restrained, please provide connection and localized repair procedures.
    The TCB anchoring and pinning requirements are shown on the Hwy standard 704001, and base sheet R-27 (sheet 232 of 875), and Art 704 of the SSRBC. The contractor should bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. (07/05/2022)

  • In the 404 Application document there is language that states: “For piers where there is significant scour, if deemed acceptable, the broken pieces of concrete may be used to fill in these voids as long as they do not exceed the height of the pier to be left in place. If this is not acceptable, cofferdams would have to be constructed to ensure the complete removal of the broken concrete.” Please clarify if the concrete can be left in place or if all concrete must be removed.
    The removal elevations will be dictated in the 404 permit when it is approved. (06/30/2022)

  • The top of rock elevation & bottom of casing elevation, referenced for Pier 7 EB in Table 1 on Drawing 409 0f 875 appear to be incorrect. The correct top of of rock elev should be 380.70' and minimum bottom of casing elev should be 378.70'. These elevations are supported by Soil Boring BB18, Drawing 467 of 875. Please confirm.
    The issues with the elevations will be addressed in an addendum. Please continue to monitor the website for an update. (06/30/2022)

  • Can plans to the existing bridge (SN 060-0035) be posted on the contract website?
    The existing bridge plans will be made available in the additional information folder on the site. Please continue to monitor the website for an update. (06/30/2022)

  • There appears to be multiple pay items for furnishing and erecting of the structural steel. X5051401 & X5051402 are by LS, and 50500405 is by LB. Please advise if this is correct.
    The correct pay items are for furnishing and erecting structural steel by X5051401 and X5051402. The pay item 50500405 where the steel is paid for by pounds will be removed. Please continue to monitor the website for an update to the program. (06/30/2022)

  • Please confirm that the contractor may furnish permanent drilled shaft casings less than the ¾” minimum casing thickness indicated on the plans. Throughout the plans Section J-J on the drilled shaft detail sheets shows a ¾” minimum thickness, but the notes on the sheets indicate the Contractor is responsible for determining the thickness.
    The minimum required casing thickness is ¾” for design. The contractor is responsible for determining the thickness required for construction, but at a minimum this casing thickness must be ¾”. (06/29/2022)

  • Plan sheet 387 Pier 1 and 2 Bill of Materials includes a note saying that an additional 5' was added to certain bars for possible change in drilled shaft or rock socket length if required. The additional length shall be cut off. None of the other pier drawings have this note. Please clarify or confirm this note only applies to piers 1 and 2 on the EB bridge.
    The note on sheet 387 only applies to Piers 1 and 2 EB since rock cores and borings could not be obtained at the time of design due to limited access to the site. Thus, top of rock estimated based on surrounding borings, and an allowance was provided in these certain bars to account for variability in the top of rock elevation and rock quality. (06/29/2022)

  • Plan sheet 225 Slope Protection Plans and Details shows 2'-2" thick stone riprap A6 in section A-A. The other section views show 2'-2" inclusive of the 10" bedding, therefore 1'-4" thick stone riprap. Please clarify or confirm the riprap thickness.
    An addendum will be issued to show the correct thickness for A6. The limits of the riprap will also be addressed in the upcoming addendum. Please continue to monitor website for an update. (06/29/2022)

  • Will a horizontal construction joint be allowed in the pier transfer beams?
    No. The transfer beam needs to be monolithic due to how the vertical bars are detailed to transfer forces between the structural elements. The only construction joints allowed are at the drilled shaft interface at the bottom and column interface at the top. Mass concrete provisions in Sec. 1020.15 shall apply. (06/29/2022)

  • Sections A-A & B-B on Plan Sheets 322, 331, 346, 357, 364, 612, 621, 636, 647 & 654 show larger stiffener-to-web fillet welds in the obtuse angle of the stiffener than that in the acute angle. Is the purpose of this larger weld meant to obtain the effective throat of a smaller weld? Or will the fabricator be required to achieve the effective throat of the weld sizes shown?
    The purpose of the larger weld is to achieve the effective throat of 5/16. (06/29/2022)

  • In the event that the 404 permit is not approved at the time of execution and award, and the contractor is allowed to perform work at locations not covered under the 404 permit, please provide a contract drawing that clearly shows areas of the jobsite that would be restricted without the 404 permit.
    Work will not be allowed in the Mississippi River or in the delineated wetlands. The limits of the Mississippi River would be defined by the Missouri bank on the west side of the river and the Choteau Island, Illinois bank on the east side of the river when the river is at the ordinary high water elevation of 414.3 (NGVD 1929 Vertical Datum). The delineated wetlands are as shown on pages 268-271 of the 404 permit application. (06/29/2022)

  • The stabilized subbase pay item does not specify HMA or CAM. Typical sections show the 4" stabilized subbase to be HMA. Will the State add an alternate item for CAM in lieu of HMA or provide the option to the contractor?
    The contractor should bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. HMA is required, and the contractor should reference standard 421106 for further detail. (06/29/2022)

  • Please provide an executed copy of the Project Labor Agreement Execution Page (shown on page 175 of the contract special provisions), listing the unions that are to be a part of this agreement.
    The PLA Determination and Execution pages will be posted as soon as it is available. Please continue to monitor the website for an update. (06/27/2022)

  • If there is a 404 permit delay, will IDOT award the contract and give an administrative notice to proceed? This would allow the contractor to proceed with critical material procurements, including structural steel and permanent steel casing, especially when considering the extremely volatile material pricing the market is currently seeing.
    IDOT is monitoring the status of the 404 permit closely. If an update to the 404 permit is made, it will be posted promptly. It is not expected to delay the contract award process. If the permit isn't approved at the time of execution and award, the Contractor may have the right to perform work at locations on the jobsite that is not covered under the 404 permit. (06/23/2022)

  • Can the department provide the 3D model mentioned in the special provisions? We would be happy to respond to the feedback questionnaire with bid submission.
    The 3D model will be made available to the contractor after the contract has been awarded. (06/23/2022)

  • There is a special provision for a '3D MODEL FEEDBACK', yet the 3D model was not released with the bid documents. Please provide the 3D model mentioned for the bidding process.
    The 3D model will be made available to the contractor after the contract has been awarded. (06/23/2022)

  • General Note 10 on Plan Sheet 221 & General Note 11 on Plan Sheet 513 require end cross frames and diaphragms to be galvanized and painted. Will it be acceptable on this project for the end cross frames, end diaphragms, and end lateral bracing to be metallized in lieu of galvanizing?
    The contractor should bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. Metallizing will not be an allowed substitute. (06/22/2022)

  • For a significant project of this size and magnitude contractors need as much time as possible to review the documents to prepare the bid. When will the “for bid” plans be published to the website?
    The plans and supporting documents will be posted within the next few days. Please continue to monitor the website for an update. (06/15/2022)

Authorized Bidders

  • 6344 Walsh Construction Company II, LLC
    929 West Adams Street
    Chicago, IL 60607
    Phone: (312) 563-5400 Fax: (312) 563-5447 Email: WalshMidwestTransportationEstimating@walshgroup.com
    $496,247,509.19

  • 0164 American Bridge Company
    1000 American Bridge Way
    Coraopolis, PA 15108
    Phone: (412) 631-1000 Fax: (412) 631-2003 Email: jmcdonald@americanbridge.net

  • 3085 Keeley & Sons, Inc.
    6303 Collinsville Road
    East St. Louis, IL 62201
    Phone: (618) 271-7470 Fax: (618) 271-0830 Email: Brian.Lurk@keeleyandsons.com

  • 3733 Massman Construction Co. and Traylor Bros., Inc. Joint Venture
    4400 W 109th Street, Suite 300
    Overland Park, KS 66211
    Phone: (913) 291-2600 Fax: (913) 291-2601 Email: No Record
    $576,380,934.90

Non Bidders

  • 1671 Electrico, Inc.
    7706 Wagner Road
    Millstadt, IL 62260
    Phone: (618) 538-9500 Fax: (618) 538-7878 Email: matt@electricoinc.us

  • 3108 Keller Construction, Inc.
    22 Illini Drive
    Glen Carbon, IL 62034
    Phone: (618) 656-0033 Fax: (618) 656-7134 Email: dan.walker@kellerconstruction.com

  • 4135 Millstone Weber LLC
    601 Fountain Lakes Blvd.
    St. Charles, MO 63301
    Phone: (636) 949-0038 Fax: (636) 949-3129 Email: bids@millstoneweber.com

  • 5049 Right Way Traffic Control, Inc.
    8 Industrial Dr
    Freeburg, IL 62243
    Phone: (618) 310-0105 Fax: (618) 539-4789 Email: estimating@rightwaytraffic.com

  • 9001 Veritas Steel LLC
    2800 Melby Street
    Eau Claire, WI 54703
    Phone: (715) 835-2800 Fax: (715) 835-4244 Email: lgeissler@veritassteel.com

  • 6537 Wissehr Electric, Inc.
    5801 W State Route 161
    Belleville, IL 62223
    Phone: (618) 398-7575 Fax: (618) 398-7180 Email: jk@wissehr.com

Pay Item # UOM Description Type Quantity Unit Price
20100500 ACRE TREE REMOVAL, ACRES Base items 3.250
20200100 CU YD EARTH EXCAVATION Base items 159,310.000
20400800 CU YD FURNISHED EXCAVATION Base items 27,325.000
20800150 CU YD TRENCH BACKFILL Base items 2,659.000
25000305 ACRE SEEDING, CLASS 3A Base items 24.750
25000400 POUND NITROGEN FERTILIZER NUTRIENT Base items 2,226.000
25000500 POUND PHOSPHORUS FERTILIZER NUTRIENT Base items 2,226.000
25000600 POUND POTASSIUM FERTILIZER NUTRIENT Base items 2,226.000
25000700 TON AGRICULTURAL GROUND LIMESTONE Base items 49.500
25100127 ACRE MULCH, METHOD 3A Base items 49.500
25100635 SQ YD HEAVY DUTY EROSION CONTROL BLANKET Base items 23,906.000
28000250 POUND TEMPORARY EROSION CONTROL SEEDING Base items 8,157.000
28000305 FOOT TEMPORARY DITCH CHECKS Base items 620.000
28000400 FOOT PERIMETER EROSION BARRIER Base items 21,313.000
28000510 EACH INLET FILTERS Base items 95.000
28100107 SQ YD STONE RIPRAP, CLASS A4 Base items 14,645.000
28100111 SQ YD STONE RIPRAP, CLASS A6 Base items 17,095.000
28200200 SQ YD FILTER FABRIC Base items 31,740.000
31100910 SQ YD SUBBASE GRANULAR MATERIAL, TYPE A 12" Base items 71,194.000
31200100 SQ YD STABILIZED SUBBASE 4" Base items 71,194.000
35100700 SQ YD AGGREGATE BASE COURSE, TYPE A 8" Base items 1,528.000
42100340 SQ YD CONTINUOUSLY REINFORCED PORTLAND CEMENT CONCRETE PAVEMENT 12" Base items 39,642.000
42100615 SQ YD PAVEMENT REINFORCEMENT Base items 39,642.000
42100990 EACH WIDE FLANGE BEAM TERMINAL JOINT COMPLETE 12' Base items 2.000
42101030 EACH WIDE FLANGE BEAM TERMINAL JOINT COMPLETE 36' Base items 2.000
42101300 SQ YD PROTECTIVE COAT Base items 81,229.000
44000100 SQ YD PAVEMENT REMOVAL Base items 22,269.000
44001980 FOOT CONCRETE BARRIER REMOVAL Base items 2,652.000
44004250 SQ YD PAVED SHOULDER REMOVAL Base items 26,828.000
44200050 SQ YD WELDED WIRE REINFORCEMENT Base items 181.000
44201031 SQ YD CLASS B PATCHES, TYPE II, 15 INCH Base items 236.000
44201035 SQ YD CLASS B PATCHES, TYPE III, 15 INCH Base items 100.000
44201037 SQ YD CLASS B PATCHES, TYPE IV, 15 INCH Base items 81.000
44201299 EACH DOWEL BARS 1 1/2" Base items 600.000
44213200 FOOT SAW CUTS Base items 9,907.000
48300700 SQ YD PORTLAND CEMENT CONCRETE SHOULDERS 12" Base items 33,313.000
50100100 EACH REMOVAL OF EXISTING STRUCTURES Base items 1.000
50200100 CU YD STRUCTURE EXCAVATION Base items 1,295.000
50300100 EACH FLOOR DRAINS Base items 24.000
50300225 CU YD CONCRETE STRUCTURES Base items 25,481.400
50300255 CU YD CONCRETE SUPERSTRUCTURE Base items 21,840.200
50300280 CU YD CONCRETE ENCASEMENT Base items 29.400
50300300 SQ YD PROTECTIVE COAT Base items 80,565.000
50301350 CU YD CONCRETE SUPERSTRUCTURE (APPROACH SLAB) Base items 347.000
50500505 EACH STUD SHEAR CONNECTORS Base items 195,364.000
50800205 POUND REINFORCEMENT BARS, EPOXY COATED Base items 22,647,000.000
50800530 EACH MECHANICAL SPLICERS Base items 14,948.000
51201610 FOOT FURNISHING STEEL PILES HP12X63 Base items 4,197.000
51201710 FOOT FURNISHING STEEL PILES HP12X84 Base items 2,260.000
51202305 FOOT DRIVING PILES Base items 6,457.000
51203610 EACH TEST PILE STEEL HP12X63 Base items 2.000
51203710 EACH TEST PILE STEEL HP12X84 Base items 4.000
51204650 EACH PILE SHOES Base items 84.000
51500100 EACH NAME PLATES Base items 2.000
51602000 FOOT PERMANENT CASING Base items 8,854.000
51603000 CU YD DRILLED SHAFT IN SOIL Base items 20,137.000
51604000 CU YD DRILLED SHAFT IN ROCK Base items 7,000.000
52000110 FOOT PREFORMED JOINT STRIP SEAL Base items 255.000
52100010 EACH ELASTOMERIC BEARING ASSEMBLY, TYPE I Base items 52.000
52100030 EACH ELASTOMERIC BEARING ASSEMBLY, TYPE III Base items 74.000
52100530 EACH ANCHOR BOLTS, 1 1/4" Base items 820.000
52100540 EACH ANCHOR BOLTS, 1 1/2" Base items 168.000
52100560 EACH ANCHOR BOLTS, 2" Base items 312.000
52200010 SQ FT TEMPORARY SHEET PILING Base items 7,485.000
54213663 EACH PRECAST REINFORCED CONCRETE FLARED END SECTIONS 18" Base items 1.000
54213669 EACH PRECAST REINFORCED CONCRETE FLARED END SECTIONS 24" Base items 5.000
550A0360 FOOT STORM SEWERS, CLASS A, TYPE 2 15" Base items 1,327.000
550A0380 FOOT STORM SEWERS, CLASS A, TYPE 2 18" Base items 1,349.000
550A0410 FOOT STORM SEWERS, CLASS A, TYPE 2 24" Base items 2,300.000
550B0070 FOOT STORM SEWERS, CLASS B, TYPE 1 15" Base items 224.000
55100700 FOOT STORM SEWER REMOVAL 15" Base items 142.000
55101200 FOOT STORM SEWER REMOVAL 24" Base items 31.000
55200600 FOOT STORM SEWERS JACKED IN PLACE, 18" Base items 80.000
55200900 FOOT STORM SEWERS JACKED IN PLACE, 24" Base items 91.000
58600101 CU YD GRANULAR BACKFILL FOR STRUCTURES Base items 675.000
58700300 SQ FT CONCRETE SEALER Base items 52,617.000
59100100 SQ YD GEOCOMPOSITE WALL DRAIN Base items 378.000
60108106 FOOT PIPE UNDERDRAINS, TYPE 1, 6" Base items 21,977.000
60108300 FOOT PIPE UNDERDRAINS 8" (SPECIAL) Base items 700.000
60146304 FOOT PIPE UNDERDRAINS FOR STRUCTURES 4" Base items 350.000
60218400 EACH MANHOLES, TYPE A, 4'-DIAMETER, TYPE 1 FRAME, CLOSED LID Base items 1.000
60270050 EACH DRAINAGE STRUCTURES, TYPE 4 WITH TWO TYPE 20 FRAME AND GRATES Base items 28.000
60270055 EACH DRAINAGE STRUCTURES, TYPE 5 WITH TWO TYPE 22 FRAME AND GRATES Base items 6.000
60500040 EACH REMOVING MANHOLES Base items 3.000
60500050 EACH REMOVING CATCH BASINS Base items 2.000
60500060 EACH REMOVING INLETS Base items 8.000
63000001 FOOT STEEL PLATE BEAM GUARDRAIL, TYPE A, 6 FOOT POSTS Base items 13,990.000
63100070 EACH TRAFFIC BARRIER TERMINAL, TYPE 5 Base items 2.000
63100085 EACH TRAFFIC BARRIER TERMINAL, TYPE 6 Base items 2.000
63200310 FOOT GUARDRAIL REMOVAL Base items 23,073.000
63500105 EACH DELINEATORS Base items 58.000
63700280 FOOT CONCRETE BARRIER, DOUBLE FACE, 44 INCH HEIGHT Base items 5,737.000
63700380 FOOT CONCRETE BARRIER, VARIABLE CROSS SECTION 44 INCH HEIGHT Base items 1,253.000
63700805 FOOT CONCRETE BARRIER TRANSITION Base items 46.000
63700900 FOOT CONCRETE BARRIER BASE Base items 7,035.000
64200116 FOOT SHOULDER RUMBLE STRIPS, 16 INCH Base items 24,250.000
64300770 EACH IMPACT ATTENUATORS (SEVERE USE, NARROW), TEST LEVEL 3 Base items 2.000
66400205 FOOT CHAIN LINK FENCE, 5' Base items 150.000
66406500 EACH CHAIN LINK GATES, 5' X 8' DOUBLE Base items 1.000
66500105 FOOT WOVEN WIRE FENCE, 4' Base items 4,769.000
66501200 EACH WOVEN WIRE GATES, 4' X 8' DOUBLE Base items 1.000
66600105 EACH FURNISHING AND ERECTING RIGHT OF WAY MARKERS Base items 21.000
66700205 EACH PERMANENT SURVEY MARKERS, TYPE I Base items 14.000
66900200 CU YD NON-SPECIAL WASTE DISPOSAL Base items 2,000.000
66900400 GALLON SPECIAL WASTE GROUNDWATER DISPOSAL Base items 200.000
66900530 EACH SOIL DISPOSAL ANALYSIS Base items 3.000
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 115.000
67000600 CAL MO ENGINEER'S FIELD LABORATORY Base items 48.000
67100100 L SUM MOBILIZATION Base items 1.000
70107025 CAL DA CHANGEABLE MESSAGE SIGN Base items 6,080.000
70400100 FOOT TEMPORARY CONCRETE BARRIER Base items 43,274.000
70400200 FOOT RELOCATE TEMPORARY CONCRETE BARRIER Base items 60,207.000
70600250 EACH IMPACT ATTENUATORS, TEMPORARY (NON- REDIRECTIVE), TEST LEVEL 3 Base items 3.000
70600350 EACH IMPACT ATTENUATORS, RELOCATE (NON- REDIRECTIVE), TEST LEVEL 3 Base items 8.000
72000200 SQ FT SIGN PANEL - TYPE 2 Base items 82.500
72000300 SQ FT SIGN PANEL - TYPE 3 Base items 2,518.750
72400310 SQ FT REMOVE SIGN PANEL - TYPE 1 Base items 165.000
72400320 SQ FT REMOVE SIGN PANEL - TYPE 2 Base items 66.500
72400330 SQ FT REMOVE SIGN PANEL - TYPE 3 Base items 1,312.750
72400710 SQ FT RELOCATE SIGN PANEL - TYPE 1 Base items 18.000
72400720 SQ FT RELOCATE SIGN PANEL - TYPE 2 Base items 20.000
72400730 SQ FT RELOCATE SIGN PANEL - TYPE 3 Base items 360.000
72600100 EACH MILE POST MARKER ASSEMBLY Base items 22.000
72700100 POUND STRUCTURAL STEEL SIGN SUPPORT - BREAKAWAY Base items 9,818.500
73000100 FOOT WOOD SIGN SUPPORT Base items 52.000
73301810 FOOT OVERHEAD SIGN STRUCTURE WALKWAY, TYPE A Base items 20.500
73400100 CU YD CONCRETE FOUNDATIONS Base items 24.280
73700200 EACH REMOVE CONCRETE FOUNDATION - GROUND MOUNT Base items 26.000
78003101 SQ FT PREFORMED PLASTIC PAVEMENT MARKING, TYPE B - STANDARD - LETTERS AND SYMBOLS Base items 172.000
78004600 SQ FT PREFORMED PLASTIC PAVEMENT MARKING, TYPE D - STANDARD - LETTERS AND SYMBOLS Base items 124.500
78004630 FOOT PREFORMED PLASTIC PAVEMENT MARKING, TYPE D - STANDARD - LINE 6" Base items 50,078.000
78004645 FOOT PREFORMED PLASTIC PAVEMENT MARKING, TYPE D - STANDARD - LINE 9" Base items 12,520.000
78004655 FOOT PREFORMED PLASTIC PAVEMENT MARKING, TYPE D - STANDARD - LINE 11" Base items 312.000
78011035 FOOT GROOVING FOR RECESSED PAVEMENT MARKING 7" Base items 50,078.000
78011050 FOOT GROOVING FOR RECESSED PAVEMENT MARKING 10" Base items 12,520.000
78011060 FOOT GROOVING FOR RECESSED PAVEMENT MARKING 12" Base items 312.000
78100100 EACH RAISED REFLECTIVE PAVEMENT MARKER Base items 706.000
78200005 EACH GUARDRAIL REFLECTORS, TYPE A Base items 60.000
78200011 EACH BARRIER WALL REFLECTORS, TYPE C Base items 120.000
78300200 EACH RAISED REFLECTIVE PAVEMENT MARKER REMOVAL Base items 190.000
81028240 FOOT UNDERGROUND CONDUIT, GALVANIZED STEEL, 4" DIA. Base items 320.000
81028390 FOOT UNDERGROUND CONDUIT, PVC, 4" DIA. Base items 560.000
81100500 FOOT CONDUIT ATTACHED TO STRUCTURE, 1 1/2" DIA., GALVANIZED STEEL Base items 280.000
81100600 FOOT CONDUIT ATTACHED TO STRUCTURE, 2" DIA., GALVANIZED STEEL Base items 80.000
81200230 FOOT CONDUIT EMBEDDED IN STRUCTURE, 2" DIA., PVC Base items 21,600.000
81300550 EACH JUNCTION BOX, STAINLESS STEEL, ATTACHED TO STRUCTURE, 12" X 12" X 6" Base items 2.000
81300730 EACH JUNCTION BOX, STAINLESS STEEL, ATTACHED TO STRUCTURE, 16" X 14" X 6" Base items 8.000
81400700 EACH HANDHOLE, PORTLAND CEMENT CONCRETE Base items 14.000
81603112 FOOT UNIT DUCT, 600V, 2-1C NO.6, 1/C NO.8 GROUND, (XLP-TYPE USE), 1 1/4" DIA. POLYETHYLENE Base items 14,125.000
81702120 FOOT ELECTRIC CABLE IN CONDUIT, 600V (XLP-TYPE USE) 1/C NO. 8 Base items 12,050.000
81702130 FOOT ELECTRIC CABLE IN CONDUIT, 600V (XLP-TYPE USE) 1/C NO. 6 Base items 40,804.000
82110007 EACH LUMINAIRE, LED, ROADWAY, OUTPUT DESIGNATION G Base items 146.000
83060450 EACH LIGHT POLE, GALVANIZED STEEL, 45 FT. M.H., 15 FT. MAST ARM Base items 59.000
83060550 EACH LIGHT POLE, GALVANIZED STEEL, 50 FT. M.H., 15 FT. MAST ARM Base items 71.000
83600300 FOOT LIGHT POLE FOUNDATION, 30" DIAMETER Base items 511.000
83800205 EACH BREAKAWAY DEVICE, TRANSFORMER BASE, 15 INCH BOLT CIRCLE Base items 1.000
84200500 EACH REMOVAL OF LIGHTING UNIT, SALVAGE Base items 52.000
84200600 EACH REMOVAL OF LIGHTING UNIT, NO SALVAGE Base items 45.000
84200804 EACH REMOVAL OF POLE FOUNDATION Base items 54.000
87300925 FOOT ELECTRIC CABLE IN CONDUIT, TRACER, NO. 14 1C Base items 11,170.000
89502210 EACH MODIFY EXISTING CONTROLLER CABINET Base items 2.000
X0301847 CAL MO WATER TRANSPORATION FOR ENGINEER Base items 40.000
X0320023 EACH CLOSED CIRCUIT TELEVISION DOME CAMERA, HD Base items 3.000
X0320051 FOOT CROSSHOLE SONIC LOGGING ACCESS DUCTS Base items 11,868.000
X0320052 EACH CROSSHOLE SONIC LOGGING TESTING Base items 150.000
X0322916 EACH PROPOSED STORM SEWER CONNECTION TO EXISTING STORM SEWER Base items 1.000
X0322936 EACH REMOVE EXISTING FLARED END SECTION Base items 18.000
X0324256 EACH FIBER OPTIC CABLE SPLICE Base items 1.000
X0324597 EACH CLOSED CIRCUIT TELEVISION CABINET Base items 3.000
X0325077 EACH FIBER OPTIC UTILITY MARKER Base items 24.000
X0325464 FOOT OVERHEAD SIGN STRUCTURE - BUTTERFLY, TYPE II-F-A Base items 20.500
X0326812 FOOT CAT 5 ETHERNET CABLE Base items 155.000
X0327121 EACH CAMERA POLE, 55 FT Base items 2.000
X0327357 L SUM CONSTRUCTION VIBRATION MONITORING Base items 1.000
X0900020 EACH THERMAL INTEGRITY PROFILE TESTING Base items 16.000
X0900044 FOOT THERMAL INTEGRITY PROFILE DATA COLLECTION Base items 11,868.000
X1400308 EACH REMOVE CCTV CAMERA Base items 2.000
X1500006 SQ YD BITUMINOUS SURFACE TREATMENT, A3 Base items 1,528.000
X1700063 EACH CONCRETE HEADWALL (SPECIAL) Base items 35.000
X2080250 CU YD TRENCH BACKFILL (SPECIAL) Base items 7,310.000
X4400110 SQ YD TEMPORARY PAVEMENT REMOVAL Base items 23,544.000
X5030250 SQ YD BRIDGE DECK GROOVING (LONGITUDINAL) Base items 46,030.000
X5051401 L SUM FURNISHING AND ERECTING STRUCTURAL STEEL BRIDGE NO. 1 Base items 1.000
X5051402 L SUM FURNISHING AND ERECTING STRUCTURAL STEEL BRIDGE NO. 2 Base items 1.000
X5210235 EACH HIGH LOAD MULTI-ROTATIONAL BEARINGS, GUIDED EXPANSION, 850K Base items 48.000
X5210240 EACH HIGH LOAD MULTI-ROTATIONAL BEARINGS, GUIDED EXPANSION, 900K Base items 26.000
X5210345 EACH HIGH LOAD MULTI-ROTATIONAL BEARINGS, FIXED - 550K Base items 28.000
X5210375 EACH HIGH LOAD MULTI-ROTATIONAL BEARINGS, FIXED - 850K Base items 108.000
X5210380 EACH HIGH LOAD MULTI-ROTATIONAL BEARINGS, FIXED - 900K Base items 49.000
X5509900 FOOT ABANDON AND FILL EXISTING STORM SEWER Base items 1,609.000
X6015000 EACH REMOVE CONCRETE HEADWALLS FOR PIPE DRAINS Base items 35.000
X6024503 EACH INLETS TO BE ADJUSTED WITH NEW FRAME AND GRATE (SPECIAL) Base items 4.000
X6650202 FOOT WOVEN WIRE FENCE REMOVAL Base items 4,256.000
X6660117 EACH REMOVE AND REERECT RIGHT OF WAY MARKERS Base items 1.000
X6700410 CAL MO ENGINEER'S FIELD OFFICE, TYPE A (SPECIAL) Base items 48.000
X7010216 L SUM TRAFFIC CONTROL AND PROTECTION, (SPECIAL) Base items 1.000
X7030040 FOOT WET REFLECTIVE TEMPORARY TAPE TYPE III, 6 INCH Base items 231,283.000
X8710075 FOOT FIBER OPTIC CABLE IN CONDUIT, 72 COND. S.M. F.O. Base items 11,170.000
Z0004552 SQ YD APPROACH SLAB REMOVAL Base items 219.000
Z0007601 L SUM BUILDING REMOVAL NO. 1 Base items 1.000
Z0010615 EACH CLEANING EXISTING INLETS Base items 8.000
Z0013798 L SUM CONSTRUCTION LAYOUT Base items 1.000
Z0016200 SQ YD DECK SLAB REPAIR (PARTIAL) Base items 3,240.000
Z0018002 EACH DRAINAGE SCUPPERS, DS-11 Base items 166.000
Z0021500 FOOT EXPANSION JOINT 3" Base items 74.000
Z0029090 SQ YD DIAMOND GRINDING (BRIDGE SECTION) Base items 66,537.000
Z0033052 EACH COMMUNICATIONS VAULT Base items 1.000
Z0034396 FOOT MODULAR EXPANSION JOINT 12" Base items 132.000
Z0034500 FOOT MODULAR EXPANSION JOINT 18" Base items 116.000
Z0034706 FOOT MODULAR EXPANSION JOINT 27" Base items 232.000
Z0040530 FOOT PIPE UNDERDRAIN REMOVAL Base items 21,977.000
Z0062456 SQ YD TEMPORARY PAVEMENT Base items 25,821.000
Z0076600 HOUR TRAINEES Base items 3,000.000 $0.80
Z0076604 HOUR TRAINEES TRAINING PROGRAM GRADUATE Base items 3,000.000 $15.00
Z0076870 EACH UNDERDRAIN CONNECTION TO STRUCTURE Base items 39.000
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.