Home > Notice of Letting > Contract Detail

September 19, 2025 Letting 12:00 PM
058-74597

Bulletin Description

Bridge replacement on I-57 over Eastern Illinois Railroad, 0.3 miles south of the Neoga interchange, and over US 45 at the Neoga interchange. (SN 018-0001, 018-0002, 018-0003, 018-0004)
Region District DBE % VBP % Federal Project #
4 7 0.00 0.00 NHPPT4PL(394)
County(s) Key Route(s) Marked Route(s) Section(s) State Job #(s) PPS #(s)
  • Cumberland
  • FAI 57
  • I-57
  • (18-1VB,18-20HB)B
  • C-97-127-12
  • 7-50396-0000
Contract Specifics
Project Labor Agreement
305 Working Days
No More Contract Specifics

Ask Subscribe Questions and Answers (27 Submitted / 27 Answered ) Questions not accepted as of September 09, 2025 04:30 PM.

  • Wanted to confirm pay items: 83061830 and 83061835 - are to be "Stainless Steel?" Rather than the standard Galvanized Steel or Aluminum pole?
    The project should be bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. (09/15/2025)

  • There is a discrepancy between the Precast Full Depth Approach Slabs labels on the Approach Bridge Plan views, the individual FDPBAS detail drawings and their subsequent bar lists. (e.g. Sht No.182 shows "Interior Beam H" but there are no details dimensioning this slab OR Sht No 188 details "Exterior Beam A" yet the bar list is labeled "Exterior Beam F".) Can you please clarify which slabs are required and what the dimensions are of each respective slab?
    The project should be bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. (09/15/2025)

  • Is the aggregate based expected to be primed prior to the first lift of HMA? What application rates were used to get the bid quantity?
    The project should be bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. (09/15/2025)

  • In the revised mix table, the notes for the tonnage calculations was removed. Are the new bid quantities based on 112 LBS/SQYD-In for standard mixes and 130 LBS/SQYD-IN for the SMA?
    The contractor should bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. (09/10/2025)

  • There isn't a schedule for the SHORT TERM PVT MRKG. Where is its intended application?
    The intent is after construction prior to final markings. (09/10/2025)

  • Furnished Excavation quantity of 227,326cy includes the entire embankment quantity of 181,861cy multiplied by a factor of 25%. It appears that the existing excavation and any unsuitable material quantity has not been considered in this calculation. Please clarify if any of the existing soils encountered while excavating or any of the removed unsuitable materials will be allowed to be placed as either restricted or unrestricted embankment.
    The reuse of any unsuitable material wasn't considered in the furnished excavation calculation. There is no specific information regarding this material or its suitability for use in the embankment. The bidders may be allowed to reuse the earth excavation and unsuitable materials if approved by the Engineer. (09/10/2025)

  • Reference Earthwork quantity summary on sheet 49. It appears the Furnished Excavation quantity has accounted for 25% shrinkage to come up w/ the plan quantity.  Quantity calcs appear this is being used as a Borrow Excavation item which does not require contractors to include add'l shrinkage factors.  Considering IDOT has already inflated the quantity by 25%, please confirm if the pay item is intended to follow Furnished Excavation specs which require contractor to include add'l shrinkage factors
    Furnished excavation was calculated from the embankment volume plus a 25% shrinkage factor per Section 204 of the standard specs. That should represent the total volume of material that the contractor needs to provide to construct the embankments to the line and grade shown on the plans, so the contractor do not need to consider any additional shrinkage factor in their bid quantity. (09/10/2025)

  • Pay Item 20201200 REM & DISPOSE UNSUITABLE MATERIAL includes 79,124 cy, please provide the location of this material and the methods used to calculate the quantity.
    This is a nominal quantity as noted on the earthwork summary sheet. It is meant to establish a unit price to account for unsuitable materials encountered in the field during construction. (09/10/2025)

  • Pay Item 20201200 REM & DISPOSE UNSUITABLE MATERIAL. Please provide the mechanism to measure and pay for the replacement of this material.
    The project should be bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. Any revisions or omissions of bid items will be handled in construction according to Section 109 of the Standard Specifications for Road and Bridge Construction. (09/10/2025)

  • Can the 12" HMA outside shoulders on Ramp B and Ramp D that is required in Pre-stage be constructed with PCC pavement?
    The contractor should bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. The use of PCC pavement for the 12" HMA outside shoulders on Ramp B and Ramp D that is required in Pre-stage would be allowed as an alternative at no additional cost to the contract. If the Contractor elects to use this alternative, the Contractor is responsible for the design of the pavement which will need to be approved by the Engineer prior to it being constructed. (09/10/2025)

  • Can the 11 1/2" HMA full depth pavement on NB I-57 that is required in pre-stage be constructed of concrete pavement?
    The contractor should bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. The use of PCC pavement for the 11 1/2" HMA full depth pavement on NB I-57 that is required in pre-stage would be allowed as an alternative at no additional cost to the contract. If the Contractor elects to use this alternative, the Contractor is responsible for the design of the pavement which will need to be approved by the Engineer prior to it being constructed. (09/10/2025)

  • There is no information included for member sizes for structural or tubular steel sign supports. None of the standard IDOT drawings for either of these sign supports, or their corresponding foundations/reinforcing have been included as they are all on all sign jobs of this type. Please provide member sizes and reinforcing for each sign location so we can put together an accurate bid for this work.
    An addendum will be issued to address this question. Please continue to monitor the website for an update. (09/09/2025)

  • Could Existing plans be provided for the structures to be removed? Thank You.
    The original existing structure plans are posted on the site in the additional information folder. (09/08/2025)

  • On page 26 of the Special Provisions it calls for the Temporary Pavement to be PCC and the thickness as described in the plans. On sheet 78 of the plans Temporary Pavements is comprised of 10" of PCC pavement on top of 6" of Subbase material, TY A. Please clarify on how subbase will be paid.
    The subbase is included in the cost of the temporary pavement. (09/08/2025)

  • There is insufficient amount of time to complete the pay item work as detailed in the Pre-Stage /Stage 1 plans and still be in compliance with the Road and Bridge Standard Specifications/Special Provisions and also meet the Interim completion date of November 20, 2026 for SB I-57. Will the Department remove the interim completion date of November 20, 2026 and allow for lane closure with Temporary Concrete Barrier between November 15 and March 15?
    The contractor should bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. (09/08/2025)

  • There isn't a detail on the Longitudinal Joint Sealant application. Can one be provided on what paving joints/locations the departments has planned this work?
    The longitudinal joint sealant is for the centerline only. (09/08/2025)

  • During the Pre-Stage construction, the sequencing states that the NB Shoulder is to be removed and replaced to support traffic. This is not shown on the schedule. Which pay items are planned to be used to cover this work?
    An addendum will be issued to address this question. Please continue to monitor the website for an update. (09/08/2025)

  • The stationing and quantities for the proposed ramps on the pavement schedule sheet 24 of the plans does not appear to match the actual removal and construction plan on sheets 57-62 and 63-67. Can this be verified that the quantities in the schedule are correct for bid?
    The quantities shown in the schedule of quantities is correct for bidding. Some of the ramp pavement quantities are included in the mainline pavement numbers, and the ramp quantities in the schedule on sheet 24 are for the stand-alone ramp plan sheets. For instance, ramp A on sheet 24 shows only the ramp pavement quantities for the ramp A limits between Station 200+00 and 206+00 on plan and profile sheet 68. The remainder of the ramp A pavement quantities are in the calculations for the mainline limits between 6052+00 and 113+50 on plan and profile sheet 65. (09/03/2025)

  • Can a schedule listing how many Recoverable Delineators will have a drivable ground anchor and how many will have a surface mount ground anchor?
    The contractor should bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. (09/03/2025)

  • The Pre-Stage I plan on sheet 75, note 4 states that the outside HMA shoulder on Ramp B be in place during the pre-stage construction, but the typical on sheet 78 shows this going in during Stage 1. Can we get clarification on which stage this work is to be completed
    This work needs to be done during pre-stage 1. (09/03/2025)

  • On page 32 for 72700100 and 72700200, the beam size is not specified. Also, the weight seems low for the length of posts listed.
    An addendum will be issued to address this question. Please continue to monitor the website for an update. (09/03/2025)

  • The HMA Mix table on sheet 75 of the plans shows the Crossover pavement as PFP. Should this be QCQA based on the parameters for this type of pavement?
    The contractor should bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. (09/02/2025)

  • The cross-over pavement is scheduled to be full depth HMA. Given the date of the letting and the anticipated award date, there won't be enough time remaining this season to pave asphalt prior to the plants closing for winter. That would push the cross-over work into Spring of 2026. Can the cross-over pavement be constructed using PCC pavement? If so, can you please provide a pavement section and details?
    The contractor should bid according to the Standard Specifications for Road and Bridge Construction, Highway Standards, and the plans and specifications available online. The use of PCC pavement for the crossover would be allowed as an alternative at no additional cost to the contract. If the Contractor elects to use this alternative, the Contractor is responsible for the design of the pavement which will need to be approved by the Engineer prior to it being constructed. (09/02/2025)

  • Page 2 of the plans shows the HMA Mixture Chart. The number 2 note at the bottom states the AC for all Polymerized mixes to be 76-22. Normally the SMA is 76-22 and the rest of the polymerized mixed are 70-22 in Dist. 7. Just clarifying if that's what they want. Also under the ramp pavement widening: (Same HMA Mixture Chart) the Polymerized HMA Surf Cse, IL-9.5, mix D, N90 (2") but the Air voids show 70 GYR. Can you clarify if you want an N90 or N70 for this mix?
    An addendum will be issued to address this question. Please continue to monitor the website for an update. (08/27/2025)

  • All of the structures have expansion joints at the end of the approach slabs but there is not a bid item for PCC pavement connectors. Should a bid item be added to the contract?
    An addendum will be issued to address this question. Please continue to monitor the website for an update. (08/27/2025)

  • Page 103 of the special provisions indicate that there is not any train traffic, but google earth shows a train at that location. Can the number of trains be verified?
    The trackage in the vicinity of this contract location is primarily used for rail car storage. Rail cars are present but the number of trains per day remains less than 1 per day. (08/27/2025)

  • Can the existing plans be published?
    The existing plans will be posted as additional information. Please continue to monitor the website for an update. (08/27/2025)

Authorized Bidders

  • 0958 William Charles Construction Company, LLC
    833 Featherstone Road
    Rockford, IL 61107
    P.O. Box 2071
    Loves Park, IL 61130
    Phone: (815) 654-4700 Fax: (815) 654-4736 Email: bids@williamcharles.com
    $54,599,804.47

  • 4757 Plocher Construction Company, Inc.
    2808 Thole-Plocher Road
    Highland, IL 62249
    Phone: (618) 654-9408 Fax: (618) 654-6454 Email: bids@plocherco.com
    $57,679,000.00

  • 5306 Samron Midwest Contracting, Inc.
    PO Box 1555
    Murphysboro, IL 62966
    Phone: (618) 687-5500 Fax: (618) 684-9341 Email: info@samron.com
    $58,430,538.76

  • 5310 Sangamo Construction Company
    2100 East Moffat St
    Springfield, IL 62702
    Phone: (217) 544-9871 Fax: (217) 544-9873 Email: office@sangamo.net
    $54,945,530.21

Non Bidders

  • 2692 Howell Paving, Inc.
    1020 N. 13th Street
    Mattoon, IL 61938
    P.O. Box 1009
    Mattoon, IL 61938
    Phone: (217) 234-8877 Fax: (217) 234-4226 Email: estimates@howellco.com

  • 3145 Kieffer Bros. Construction Co., Inc.
    933 West 3rd Street
    Mt. Carmel, IL 62863
    Phone: (618) 262-5108 Fax: (618) 263-3215 Email: doug@kiefferbros.net

  • 3810 McCarthy Improvement Company
    5401 Victoria Avenue
    Davenport, IA 52807
    Phone: (563) 359-0321 Fax: (563) 344-3717 Email: estimating@mccarthyimprovement.com

  • 4741 Phoenix Corporation of the Quad Cities
    1006 Rosehill Rd
    Port Byron, IL 61275
    PO Box 445
    Rapids City, IL 61278
    Phone: (309) 523-3687 Fax: (309) 523-3752 Email: mdecap@phoenixcorp.org

  • 6264 Veritas Steel LLC
    2300 Cabot Dr. Suite 425
    Lisle, IL 60532
    Phone: (630) 423-8708 Fax: (630) 505-0868 Email: lgeissler@veritassteel.com

Pay Item # UOM Description Type Quantity Unit Price
20100500 ACRE TREE REMOVAL, ACRES Base items 2.300
20101000 FOOT TEMPORARY FENCE Base items 3,945.000
20101100 EACH TREE TRUNK PROTECTION Base items 4.000
20200100 CU YD EARTH EXCAVATION Base items 24,241.000
20201200 CU YD REMOVAL AND DISPOSAL OF UNSUITABLE MATERIAL Base items 79,124.000
20400800 CU YD FURNISHED EXCAVATION Base items 227,326.000
20800150 CU YD TRENCH BACKFILL Base items 498.000
21101625 SQ YD TOPSOIL FURNISH AND PLACE, 6" Base items 28,920.000
25000210 ACRE SEEDING, CLASS 2A Base items 36.000
25000400 POUND NITROGEN FERTILIZER NUTRIENT Base items 3,227.000
25000500 POUND PHOSPHORUS FERTILIZER NUTRIENT Base items 3,227.000
25000600 POUND POTASSIUM FERTILIZER NUTRIENT Base items 3,227.000
25100115 ACRE MULCH, METHOD 2 Base items 7.000
25100630 SQ YD EROSION CONTROL BLANKET Base items 67,767.000
28000250 POUND TEMPORARY EROSION CONTROL SEEDING Base items 15,234.000
28000305 FOOT TEMPORARY DITCH CHECKS Base items 944.000
28000400 FOOT PERIMETER EROSION BARRIER Base items 3,945.000
28000500 EACH INLET AND PIPE PROTECTION Base items 19.000
28100107 SQ YD STONE RIPRAP, CLASS A4 Base items 310.000
28200200 SQ YD FILTER FABRIC Base items 310.000
30300112 SQ YD AGGREGATE SUBGRADE IMPROVEMENT 12" Base items 86,729.000
35300500 SQ YD PORTLAND CEMENT CONCRETE BASE COURSE 10" Base items 189.000
40600275 POUND BITUMINOUS MATERIALS (PRIME COAT) Base items 168,066.000
40600290 POUND BITUMINOUS MATERIALS (TACK COAT) Base items 33,613.000
40600370 FOOT LONGITUDINAL JOINT SEALANT Base items 58,308.000
40603085 TON HOT-MIX ASPHALT BINDER COURSE, IL-19.0, N70 Base items 5,973.000
40603090 TON HOT-MIX ASPHALT BINDER COURSE, IL-19.0, N90 Base items 25,412.000
40603240 TON POLYMERIZED HOT-MIX ASPHALT BINDER COURSE, IL-19.0, N90 Base items 8,409.000
40604052 TON HOT-MIX ASPHALT SURFACE COURSE, IL-9.5, MIX "C", N70 Base items 1,214.000
40604164 TON POLYMERIZED HOT-MIX ASPHALT SURFACE COURSE, IL-9.5, MIX "D", N90 Base items 3,876.000
40605034 TON POLYMERIZED HOT-MIX ASPHALT SURFACE COURSE, STONE MATRIX ASPHALT, 12.5, MIX "E", N80 Base items 3,684.000
40701911 SQ YD HOT-MIX ASPHALT PAVEMENT (FULL-DEPTH), 11 1/2" Base items 10,550.000
42000070 SQ YD PAVEMENT CONNECTOR (HMA) FOR BRIDGE APPROACH SLAB Base items 1,082.000
44000100 SQ YD PAVEMENT REMOVAL Base items 43,495.000
44000157 SQ YD HOT-MIX ASPHALT SURFACE REMOVAL, 2" Base items 2,792.000
44000300 FOOT CURB REMOVAL Base items 1,540.000
44000500 FOOT COMBINATION CURB AND GUTTER REMOVAL Base items 631.000
44003100 SQ FT MEDIAN REMOVAL Base items 256.000
44004000 FOOT PAVED DITCH REMOVAL Base items 542.000
44004250 SQ YD PAVED SHOULDER REMOVAL Base items 33,649.000
48101500 SQ YD AGGREGATE SHOULDERS, TYPE B 6" Base items 6,829.000
50100300 EACH REMOVAL OF EXISTING STRUCTURES NO. 1 Base items 1.000
50100400 EACH REMOVAL OF EXISTING STRUCTURES NO. 2 Base items 1.000
50100500 EACH REMOVAL OF EXISTING STRUCTURES NO. 3 Base items 1.000
50100600 EACH REMOVAL OF EXISTING STRUCTURES NO. 4 Base items 1.000
50104400 EACH CONCRETE HEADWALL REMOVAL Base items 9.000
50105220 FOOT PIPE CULVERT REMOVAL Base items 447.000
50157300 SQ YD PROTECTIVE SHIELD Base items 1,419.000
50200100 CU YD STRUCTURE EXCAVATION Base items 3,308.000
50300100 EACH FLOOR DRAINS Base items 32.000
50300225 CU YD CONCRETE STRUCTURES Base items 1,875.000
50300255 CU YD CONCRETE SUPERSTRUCTURE Base items 2,039.000
50300300 SQ YD PROTECTIVE COAT Base items 8,269.000
50301350 CU YD CONCRETE SUPERSTRUCTURE (APPROACH SLAB) Base items 256.000
50500105 L SUM FURNISHING AND ERECTING STRUCTURAL STEEL Base items 1.000
50500505 EACH STUD SHEAR CONNECTORS Base items 29,934.000
50800205 POUND REINFORCEMENT BARS, EPOXY COATED Base items 894,800.000
51100100 SQ YD SLOPE WALL 4 INCH Base items 5,705.000
51200959 FOOT FURNISHING METAL SHELL PILES 14" X 0.312" Base items 11,457.000
51202305 FOOT DRIVING PILES Base items 11,457.000
51203200 EACH TEST PILE METAL SHELLS Base items 16.000
51204650 EACH PILE SHOES Base items 236.000
51500100 EACH NAME PLATES Base items 4.000
52000110 FOOT PREFORMED JOINT STRIP SEAL Base items 278.000
52100010 EACH ELASTOMERIC BEARING ASSEMBLY, TYPE I Base items 60.000
52100520 EACH ANCHOR BOLTS, 1" Base items 120.000
52100530 EACH ANCHOR BOLTS, 1 1/4" Base items 56.000
52100540 EACH ANCHOR BOLTS, 1 1/2" Base items 64.000
52200020 SQ FT TEMPORARY SOIL RETENTION SYSTEM Base items 5,629.000
54213450 EACH END SECTIONS 15" Base items 2.000
54215424 EACH CAST-IN-PLACE REINFORCED CONCRETE END SECTIONS 24" Base items 4.000
54215436 EACH CAST-IN-PLACE REINFORCED CONCRETE END SECTIONS 36" Base items 2.000
5421C015 FOOT PIPE CULVERTS, CLASS C, TYPE 1 15" (TEMPORARY) Base items 446.000
54244805 EACH INLET BOX, STANDARD 542501 Base items 1.000
54260315 FOOT TRAVERSABLE PIPE GRATE FOR CONCRETE END SECTION Base items 84.000
54261324 EACH CONCRETE END SECTION, STANDARD 542001, 24", 1:3 Base items 5.000
54261336 EACH CONCRETE END SECTION, STANDARD 542001, 36", 1:3 Base items 2.000
542A0229 FOOT PIPE CULVERTS, CLASS A, TYPE 1 24" Base items 166.000
542A1069 FOOT PIPE CULVERTS, CLASS A, TYPE 2 24" Base items 245.000
542A1081 FOOT PIPE CULVERTS, CLASS A, TYPE 2 36" Base items 119.000
55100500 FOOT STORM SEWER REMOVAL 12" Base items 307.000
58600101 CU YD GRANULAR BACKFILL FOR STRUCTURES Base items 1,129.000
59100100 SQ YD GEOCOMPOSITE WALL DRAIN Base items 571.000
60100060 EACH CONCRETE HEADWALLS FOR PIPE DRAINS Base items 8.000
60146304 FOOT PIPE UNDERDRAINS FOR STRUCTURES 4" Base items 799.000
60218400 EACH MANHOLES, TYPE A, 4'-DIAMETER, TYPE 1 FRAME, CLOSED LID Base items 1.000
60500060 EACH REMOVING INLETS Base items 8.000
60605000 FOOT COMBINATION CONCRETE CURB AND GUTTER, TYPE B-6.24 Base items 675.000
60615910 FOOT PAVED DITCH, TYPE A-22 Base items 390.000
60617520 FOOT PAVED DITCH, TYPE B-37 Base items 134.000
63000001 FOOT STEEL PLATE BEAM GUARDRAIL, TYPE A, 6 FOOT POSTS Base items 10,013.000
63100045 EACH TRAFFIC BARRIER TERMINAL, TYPE 2 Base items 9.000
63100085 EACH TRAFFIC BARRIER TERMINAL, TYPE 6 Base items 12.000
63100167 EACH TRAFFIC BARRIER TERMINAL, TYPE 1 (SPECIAL) TANGENT Base items 13.000
63200310 FOOT GUARDRAIL REMOVAL Base items 7,717.000
63800920 FOOT MODULAR GLARE SCREEN SYSTEM, TEMPORARY Base items 7,200.000
64200108 FOOT SHOULDER RUMBLE STRIPS, 8 INCH Base items 19,674.000
66900200 CU YD NON-SPECIAL WASTE DISPOSAL Base items 1,135.000
66900530 EACH SOIL DISPOSAL ANALYSIS Base items 2.000
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 31.000
67100100 L SUM MOBILIZATION Base items 1.000
70100410 EACH TRAFFIC CONTROL AND PROTECTION, STANDARD 701416 Base items 2.000
70100420 EACH TRAFFIC CONTROL AND PROTECTION, STANDARD 701411 Base items 4.000
70100450 L SUM TRAFFIC CONTROL AND PROTECTION, STANDARD 701201 Base items 1.000
70100700 L SUM TRAFFIC CONTROL AND PROTECTION, STANDARD 701406 Base items 1.000
70100800 L SUM TRAFFIC CONTROL AND PROTECTION, STANDARD 701401 Base items 1.000
70100820 L SUM TRAFFIC CONTROL AND PROTECTION, STANDARD 701451 Base items 1.000
70100825 L SUM TRAFFIC CONTROL AND PROTECTION, STANDARD 701456 Base items 1.000
70103815 CAL DA TRAFFIC CONTROL SURVEILLANCE Base items 525.000
70106700 EACH TEMPORARY RUMBLE STRIPS Base items 6.000
70107007 FOOT PAVEMENT MARKING BLACKOUT TAPE, 7" Base items 43,210.000
70107025 CAL DA CHANGEABLE MESSAGE SIGN Base items 84.000
70300100 FOOT SHORT TERM PAVEMENT MARKING Base items 8,581.000
70300150 SQ FT SHORT TERM PAVEMENT MARKING REMOVAL Base items 29,496.000
70300221 FOOT TEMPORARY PAVEMENT MARKING - LINE 4"- PAINT Base items 4,137.000
70300241 FOOT TEMPORARY PAVEMENT MARKING - LINE 6"- PAINT Base items 17,818.000
70300251 FOOT TEMPORARY PAVEMENT MARKING - LINE 8"- PAINT Base items 52.000
70300281 FOOT TEMPORARY PAVEMENT MARKING - LINE 24"- PAINT Base items 32.000
70307120 FOOT TEMPORARY PAVEMENT MARKING - LINE 4" - TYPE IV TAPE Base items 9,153.000
70307130 FOOT TEMPORARY PAVEMENT MARKING - LINE 6" - TYPE IV TAPE Base items 76,658.000
70400100 FOOT TEMPORARY CONCRETE BARRIER Base items 12,850.000
70400125 EACH PINNING TEMPORARY CONCRETE BARRIER Base items 9,339.000
70400200 FOOT RELOCATE TEMPORARY CONCRETE BARRIER Base items 11,925.000
70500100 FOOT TEMPORARY STEEL PLATE BEAM GUARDRAIL, TYPE A Base items 1,375.000
70500615 EACH TEMPORARY TRAFFIC BARRIER TERMINAL, TYPE 1 Base items 2.000
70500625 EACH TEMPORARY TRAFFIC BARRIER TERMINAL, TYPE 2 Base items 2.000
70600250 EACH IMPACT ATTENUATORS, TEMPORARY (NON- REDIRECTIVE), TEST LEVEL 3 Base items 2.000
70600350 EACH IMPACT ATTENUATORS, RELOCATE (NON- REDIRECTIVE), TEST LEVEL 3 Base items 2.000
72000100 SQ FT SIGN PANEL - TYPE 1 Base items 106.000
72000200 SQ FT SIGN PANEL - TYPE 2 Base items 313.000
72400100 EACH REMOVE SIGN PANEL ASSEMBLY - TYPE A Base items 7.000
72400200 EACH REMOVE SIGN PANEL ASSEMBLY - TYPE B Base items 19.000
72400210 EACH REMOVE AND RELOCATE SIGN PANEL ASSEMBLY - TYPE B Base items 8.000
72400745 SQ FT REMOVE AND RELOCATE SIGN PANEL - TYPE 3 Base items 496.000
72501000 EACH TERMINAL MARKER - DIRECT APPLIED Base items 15.000
72700100 POUND STRUCTURAL STEEL SIGN SUPPORT - BREAKAWAY Base items 2,475.000
72700200 POUND TUBULAR STEEL SIGN SUPPORT - BREAKAWAY Base items 2,259.000
73000100 FOOT WOOD SIGN SUPPORT Base items 84.000
73400100 CU YD CONCRETE FOUNDATIONS Base items 11.000
73700100 EACH REMOVE GROUND MOUNTED SIGN SUPPORT Base items 16.000
73700200 EACH REMOVE CONCRETE FOUNDATION - GROUND MOUNT Base items 16.000
78004620 FOOT PREFORMED PLASTIC PAVEMENT MARKING, TYPE D - STANDARD - LINE 4" Base items 120.000
78004630 FOOT PREFORMED PLASTIC PAVEMENT MARKING, TYPE D - STANDARD - LINE 6" Base items 67,274.000
78004640 FOOT PREFORMED PLASTIC PAVEMENT MARKING, TYPE D - STANDARD - LINE 8" Base items 4,233.000
78004660 FOOT PREFORMED PLASTIC PAVEMENT MARKING, TYPE D - STANDARD - LINE 12" Base items 526.000
78004720 FOOT PREFORMED PLASTIC PAVEMENT MARKING, TYPE D - STANDARD - LINE 24" Base items 87.000
78011025 FOOT GROOVING FOR RECESSED PAVEMENT MARKING 5" Base items 120.000
78011035 FOOT GROOVING FOR RECESSED PAVEMENT MARKING 7" Base items 67,274.000
78011045 FOOT GROOVING FOR RECESSED PAVEMENT MARKING 9" Base items 4,233.000
78011065 FOOT GROOVING FOR RECESSED PAVEMENT MARKING 13" Base items 526.000
78011125 FOOT GROOVING FOR RECESSED PAVEMENT MARKING 25" Base items 87.000
78100100 EACH RAISED REFLECTIVE PAVEMENT MARKER Base items 804.000
78100200 EACH TEMPORARY RAISED REFLECTIVE PAVEMENT MARKER Base items 336.000
78200011 EACH BARRIER WALL REFLECTORS, TYPE C Base items 165.000
81028770 FOOT UNDERGROUND CONDUIT, COILABLE NONMETALLIC CONDUIT, 3" DIA. Base items 345.000
81603035 FOOT UNIT DUCT, 600V, 2-1C NO.6, 1/C NO.6 GROUND, (XLP-TYPE USE), 1" DIA. POLYETHYLENE Base items 4,633.000
82110008 EACH LUMINAIRE, LED, ROADWAY, OUTPUT DESIGNATION H Base items 10.000
82500330 EACH LIGHTING CONTROLLER, PEDESTAL MOUNTED, 240VOLT, 60AMP Base items 1.000
83060830 EACH LIGHT POLE, GALVANIZED STEEL, 45 FT. M.H., TENON MOUNT Base items 6.000
83060835 EACH LIGHT POLE, GALVANIZED STEEL, 45 FT. M.H., TENON MOUNT-TWIN Base items 2.000
83600356 EACH LIGHT POLE FOUNDATION, METAL, 15" BOLT CIRCLE, 8 5/8" X 6' Base items 8.000
83800650 EACH BREAKAWAY DEVICE, COUPLING WITH STAINLESS STEEL SCREEN Base items 32.000
84200600 EACH REMOVAL OF LIGHTING UNIT, NO SALVAGE Base items 8.000
84500110 EACH REMOVAL OF LIGHTING CONTROLLER Base items 1.000
84500130 EACH REMOVAL OF LIGHTING CONTROLLER FOUNDATION Base items 1.000
89502300 FOOT REMOVE ELECTRIC CABLE FROM CONDUIT Base items 13,878.000
X2600002 EACH RECOVERABLE DELINEATORS Base items 1,036.000
X4810100 SQ YD TEMPORARY SHOULDERS Base items 377.000
X5030250 SQ YD BRIDGE DECK GROOVING (LONGITUDINAL) Base items 3,744.000
X5040101 SQ FT FULL DEPTH PRECAST BRIDGE APPROACH SLAB Base items 5,998.000
X5080530 EACH BAR TERMINATORS Base items 3,228.000
X5427602 EACH REMOVE EXISTING FLARED END SECTION Base items 1.000
X6060097 CU YD CLASS SI CONCRETE (OUTLET), SPECIAL Base items 19.000
X6061800 SQ FT CONCRETE MEDIAN, TYPE SB (DOWELLED) Base items 200.000
X6380200 FOOT RELOCATE MODULAR GLARE SCREEN SYSTEM Base items 7,075.000
X6420002 FOOT FILLING EXISTING RUMBLE STRIP Base items 10,690.000
X7010112 EACH MEDIAN CLOSURE Base items 2.000
X7011850 L SUM REAL-TIME TRAFFIC CONTROL SYSTEM Base items 1.000
X7200203 L SUM DETOUR SIGNING Base items 1.000
X8570000 L SUM SMART TRAFFIC MONITORING SYSTEM Base items 1.000
Z0029090 SQ YD DIAMOND GRINDING (BRIDGE SECTION) Base items 7,264.000
Z0048665 L SUM RAILROAD PROTECTIVE LIABILITY INSURANCE Base items 1.000
Z0049799 EACH PROTECTING OR RESETTING SURVEY MARKERS Base items 3.000
Z0062456 SQ YD TEMPORARY PAVEMENT Base items 4,800.000
Z0076600 HOUR TRAINEES Base items 2,000.000 $0.80
Z0076604 HOUR TRAINEES TRAINING PROGRAM GRADUATE Base items 2,000.000 $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.