Home > Notice of Letting > Contract Detail

August 01, 2025 Letting 12:00 PM
012-62R22

Bulletin Description

(3,775-Ft) Realignment and Reconstruction of the mainline and interchange pavement and related roadway elements, including ramp and cross-road reconstruction, existing bridge removal, storm sewer, drainage structures, detention ponds, earth excavation and grading, retaining and noise walls, barrier and moment slab construction, bridge rehabilitation and replacement, roadway lighting, traffic signals, ITS implementation, erosion and sediment control, landscaping, traffic control and protection, detour routing, pavement marking and signing, building removals. The project extends from West of Wheeler Avenue to the Des Plaines River bridge in the City of Joliet of Will County.
Region District DBE % VBP % Federal Project #
1 1 Pending Pending
County(s) Key Route(s) Marked Route(s) Section(s) State Job #(s) PPS #(s)
  • Will
  • I-80
  • C-91-109-22
  • 1-77247-6700
  • 1-77247-6701
Contract Specifics
No More Contract Specifics

Ask Subscribe Questions and Answers (21 Submitted / 19 Answered ) Questions not accepted as of July 22, 2025 04:30 PM.

  • Referencing sheets 815, 817, & 819 for existing structure 099-0188, The foundations of Pier 1 and 3 and South Abutment are shown as removal. However, Sheets 817 & 819 are showing these elements are remaining. Please advise.
    The foundations of Pier 1, Pier 3, and the South Abutment are to be removed, as the proposed improvements extend below the elevation of the bottom of the existing foundations. The removal hatching shown on Sheet 815 is correct. Sheets 817 and 819 should show complete removal of the foundations. Additionally, both the Abutment foundations is supported on steel piles, which will also need to be removed down to the elevation of the proposed improvements. (07/24/2025)

  • The bridge identification numbering on the Existing Bridge Plans (Sheets 821-882) differs from what is shown on the Key Plan (Sheet 810). The sheets seem to be not in any particular order. This discrepancy is making it difficult to accurately correlate and identify the correct structures. Please advise.
    The plans were organized so that the removals flow with the original plans (see below). The contractor should bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. Additional guidance may be found in the additional information folder. (07/24/2025)

  • Summary of Quantities shows 1,107SY Slope Wall Removal for Structure SN 099-0186 on Sheet 12. Sheet 815 for Structure SN 099-0188 indicates slope wall removal at the abutments. How is the removal to be paid for? Existing slope walls underneath 099-0052 & 099-0053, 099-0074, and 099-0178 are not indicated for removal on the removal plans. Please advise on the removal and the applicable pay item for the removal.
    The slopewall removal is covered as part of the pay items provided in the plans. The intent of the Slopewall Removal pay item at the Center Street over McDonough Street Bridge (SN 099-0186) is to cover the work removing the slopewall where the existing structure remains in place. For all six full-bridge removals covered by the Standard Specifications and the pay items Removal of Existing Structures No. 1 through No. 6, the intent was that there would be full bridge removal, including the slopewall regardless of whether the walls are called out as part of the removal plan sheets themselves. (07/24/2025)

  • The drawing set PL-62R22-012-801-900 includes Sheets 821–882 (Existing Bridge Plans), but the quality of these sheets is quite poor and difficult to read. Could you please provide higher-resolution or more legible versions of these drawings?
    Additional copies of existing plans will be made available as additional information. Please continue to monitor the website for an update. (07/24/2025)

  • The specification for the Temporary Chain Link Fence with Screening 8’H mentions that gates are incidental to this item. Due to the cost and scope of fabricating gates, does IDOT anticipate any gates needed for this Temporary Chain Link Fence 8’H with Screening item? If so, what size would be needed and how many?
    The need for any gates would be dependent on and per the approved Construction Access Plan. Therefore, any gate locations, types and sizes would need to be coordinated and approved by the Engineer. (07/23/2025)

  • Re: Stump Removal Acres - the spec reads for all debris from this operation to be removed from the State ROW. Is the State expecting the stump grindings to be hauled away?
    Per the Stump Removal specification, all excess chips and debris from the stump removal operation shall be removed from the State right-of-way. (07/23/2025)

  • Please provide expected start and completion dates for all phases of work. It appears the specs only designate completion for phases 3, 4, & final.
    The anticipated completion date for each stage of contract 62R22 is indicated below: Stage 1 – 8/26/2026 Stage 2 – 12/29/2026 Stage 3 – 10/13/2027 Stage 4 – 10/26/2028 Stage 5 – 6/15/2029 (07/23/2025)

  • Specs are provided for Tree Removal Acres Spl but there is no pay item for this work. Please advise.
    The special provision no longer applies and can be disregarded from Contract 62R22. (07/23/2025)

  • Special provisions state the completion date is 6/15/29 where as the IDOT letting page sates 9/30/29. Please advise.
    The correct completion date is June 15, 2029. (07/22/2025)

  • How will the speed radar trailers be paid for?
    Speed Radar Trailers will not be paid for separately, but included as part of “Traffic Control and Protection (EXPRESSWAYS)”. (07/22/2025)

  • Can you please confirm the bearing rotations provided on sheet SB-35 (Sheet 690)? 0.052 rad Service and 0.074 rad Strength appear rather extreme for the size of bearing depicted.
    An addendum will be issued to address this question. Please continue to monitor the website. (07/22/2025)

  • Is the winter staging for I80.
    There is no additional/special winter staging. As shown in the MOT plans, mainline lanes will be maintained, while ramps are expected to remain closed during the winter months (pending the respective stage). Weather permitting, the Contractor may complete certain work during the winter months, such as demolition, as approved by the Engineer. (07/22/2025)

  • Will all detour and ramp closure equipment be returned to traffic control contractor after stage 5?
    The respective detour and ramp closure equipment will be handed over to the contractor at the end of stage 5. The contractor will then take over maintaining the remaining MOT stages and traffic control devices. (07/22/2025)

  • Can you please clarify the Addendum A with regard to Coordination with Adjacent Contracts? "The completion date for contract 62R25 is mid-November 2025. Larkin Ave Ramps must be open prior to Contract 62R22 implementing Stage 2 MOT and detour unless approved or directed by Engineer. The completion date for contract 62R89 shall be prior the beginning of contract 62R22 construction." Contract 62R89 has a completion date as-advertised of Oct 30, 2026. Which contract governs the start of 62R22?
    The completion of Contract 62R25 governs the start of construction for Contract 62R22. Construction of 62R22 can start prior to the completion of Contract 62R89. (07/22/2025)

  • The structural geotechnical report for Wall 4 (SN099-W125) on sheet 19 states a reinforcement length of 0.9H is required for stability. This conflicts with contract plan sheet 743 which states 0.7H. Please clarify the required soil reinforcement length for Wall 4. Thank you.
    In reviewing the geotechnical report data, soil profile and assumptions, it's expected that the report can be revised to reflect modified assumptions to be more in line with the soil properties that are adjacent to the wall. This will result in an overall 0.7H for reinforcement (14 feet). The 0.7H reinforcement value shown on sheet 743 for Retaining Wall No. 4 will not change. A geotechnical report will be provided to the Contractor for reference purposes. Please continue to monitor the website for an update. (07/18/2025)

  • Can IDOT please provide the Contract Specific Work Areas for the Removal and Disposal of Regulated Substances?
    An addendum will be issued to address this question. Please continue to monitor the website for an update. (07/16/2025)

  • In the signage schedules, the Wood Sign Support shows a P1 and P2 length, as if it had a post and boot like telespar. Should the wood posts actually be Telescoping Steel Sign Supports? Otherwise, there would be no P1 and P2, just one post length.
    The decision to use wood or telescoping posts is based on the existing sign mounting configurations. If the existing sign is similar in size and function, and the new sign conveys a comparable message, the mounting method is kept consistent with the existing installation as well as with similar signs at nearby interchanges, wherever possible. Regarding the P1 and P2 items for wood posts, they can be combined. They were separated to reflect the approximate embedded depth of the post, but it's a single post length depending on the number of posts used per sign (unlike tubular posts, where post lengths are broken in segments). (07/15/2025)

  • Is there a federal project number or is this state funded only?
    This is a federal funded project. (07/15/2025)

  • Please provide the geotechnical report(s) for the project. Thank you.
    These reports will be made available on the website. Please continue to monitor the website for an update. (07/14/2025)

Authorized Bidders

  • 0392 Berger Excavating Contractors, Inc. d/b/a Berger Contractors, Inc.
    1205 Garland Rd.
    Wauconda, IL 60084
    Phone: (847) 526-5457 Fax: (847) 526-4204 Email: kberger@bergercontractors.com

  • 1320 D. Construction, Inc.
    1488 So. Broadway
    Coal City, IL 60416
    Phone: (815) 634-2555 Fax: (815) 634-8748 Email: bids@dconstruction.com

  • 3505 Lorig Construction Company
    250 East Touhy Avenue
    Des Plaines, IL 60018
    Phone: (847) 298-0360 Fax: (847) 298-2689 Email: estimating@lorigconstruction.com

  • 3839 Michels Construction, Inc.
    817 Main Street
    PO Box 128
    Brownsville, WI 53006
    Phone: (920) 583-3132 Fax: (920) 583-3429 Email: mciestimating@michels.us

  • 4482 OHLA Central, Inc.
    1011 Warrenville Rd. Suite 475
    Lisle, IL 60532
    Phone: No Record Fax: No Record Email: CentralEstimating@ohla-usa.com

  • 1750 P. T. Ferro Construction Co.
    700 South Rowell Ave.
    Joliet, IL 60433
    P.O. Box 156
    Joliet, IL 60434
    Phone: (815) 726-6284 Fax: (815) 726-5614 Email: estimating@ptferro.com

  • 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

Non Bidders

  • No requests received
Pay Item # UOM Description Type Quantity Unit Price
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.