alabamaalletting.dot.state.al.us/webprops/2017/20171103/ntc_november 3... · alabama department of...

88
ALABAMA Department of Transportation www.dot.state.al.us Notice to Contractors Transportation Letting 1RYHPEHU 10:00 am Alabama Department of Transportation 1409 Coliseum Boulevard, Room E-108 Montgomery Alabama 36110 Plans and Proposals telephone: 334.242.6444 e-mail: [email protected] fax: 334.264.7976 cell: 334.322.1754 cell: 334.850.5328

Upload: lykien

Post on 04-Jun-2018

216 views

Category:

Documents


0 download

TRANSCRIPT

ALABAMA Department of Transportation

www.dot.state.al.us

Notice to Contractors Transportation Letting

10:00 am

Alabama Department of Transportation 1409 Coliseum Boulevard, Room E-108

Montgomery Alabama 36110

Plans and Proposals telephone: 334.242.6444

e-mail: [email protected]: 334.264.7976 cell: 334.322.1754 cell: 334.850.5328

NOTICE TO CONTRACTORS

Contractors are reminded they must be registered as a

vendor with the State Comptroller in the STARRS system prior to receiving payment from the State of Alabama. Contractors may register at the following

website: http://vendors.alabama.gov. As a part of their registration with STARRS,

contractors should use the exact Company Name that was used on the ALDOT Prequalification Form to

avoid possible delays in payment.

NOTICE TO CONTRACTORS

Your attention is directed to Special Provision No. 12-0095(2) (Disadvantaged Business Enterprise)

which became effective January 1, 2017.

Modifications were made to sections 111.03, 111.09(a) and 111.09(b) of this Special Provision.

These sections will require the apparent low bidder to submit their DBE utilization plan

within FIVE calendar days of the letting date to the Department, and contain severe penalties if

the apparent low bidder fails to do so.

NOTICE TO CONTRACTORS

Your attention is directed to CIM 2-2004 Payments to

Subcontractors, which became effective November 23,

2004.

While Special Provision No. 02-0125(4) has been

revised since this time, Article 109.08 of the Standard

Specification still outlines the requirements for prime

contractors to pay their subcontractors. This

specification requirement is based on the Code of

Federal Regulations. To ensure that the requirements

are being followed, an audit procedure was developed

and is outlined in CIM 2-2004. A review of our

procedures by FHWA over the last year indicates

that project personnel are not performing these

reviews as outlined in the CIM. This procedure is

currently being emphasized to the Regions/Areas and

their project personnel. Contractors should also be

reminded of the timeframes to pay their

subcontractors as required and to comply with these

payment reviews when requested. ALDOT

anticipates FHWA doing follow-up reviews to assess

our compliance with the regulations and enforcement

of the specification and CIM procedure.

ALABAMA

DEPARTMENT OF TRANSPORTATION CONSTRUCTION BUREAU

1409 COLISEUM BOULEVARD MONTGOMERY, ALABAMA 36110

Telephone: (334) 242-6208 FAX: (334) 264-3727

Bob Riley Governor

Joe McInnes Transportation Director

November 23, 2004

Construction Information Memorandum No. 2-2004 TO: All Division Engineers ATTN: Division Construction Engineers and Division County Transportation Engineers FROM: Terry McDuffie Construction Engineer RE: Payments to Subcontractors Special Provision No. 02-0125(4) revises the requirements for payments to subcontractors under Article 109.08 of the Standard Specifications. This special provision, effective with the July 30, 2004 letting, states that prime contractors shall not withhold retainage from payments due to subcontractors or lower tier subcontractors unless interest is paid on the withheld amount in accordance with the requirements given in State law (Alabama Code 41-16-3(d)). In addition, the special provision states the prime contractors shall make payments to all subcontractors for the portion of the work satisfactorily completed by the contractors within 7 calendar days of the contractor’s receipt of a partial payment from ALDOT. It also requires that an authorized company representative sign a notarized certification of payment stating that all subcontractors active on the project for a particular estimate period were paid within the 7 calendar days after their receipt of a partial payment. Furthermore, it goes on to explain the consequences for failure to comply with this requirement and the possible punitive actions if an ALDOT audit revealed findings that were contradictory to the contractor’s certifications. All of the requirements listed in this paragraph became effective in September of 2003 under Special Provision No. 02-0125(2). In an effort to check/audit the contractor’s compliance with this contract requirement, the Department will require the Project Engineer make a detailed review of the payment records. This review will be similar to that for Contractor Labor Reports as required by Article 1:2:I of the Construction Manual. This review shall include the contractor’s monthly estimate, a breakdown of the subcontractor’s pay items and monthly quantities, a copy of the cancelled check, and a copy of the notarized certification statement. This type of review will be required for every six months of project life. The actual time of the review shall be determined at random by the Project Engineer during the six month interval, and

All Division Engineers CIM 2-2004 Page 2 additional reviews may be directed, if necessary. He/she will furnish a copy of all of payment compliance reviews to the Division Office. The Division shall forward any non-compliance findings to this office for review and further handling. Please advise should you have any questions concerning this memorandum. TM/WJP/wjp Attachments pc: Mr. D.W. Vaughn Mr. G. M. Harper Mr. Frank Courson Mr. Lamar McDavid Ms. Alvena Williams Mr. Alton Treadway Mr. Clay McBrien Mr. Joe Wilkerson, FHWA Alabama Roadbuilders Association Alabama Asphalt Paving Association Alabama Bridge Construction Association File

NOTICE TO CONTRACTORS

The Alabama Immigration Law, Beason-Hammon Alabama Taxpayer

and Citizen Act, requires that a certificate of compliance form be

completed and submitted to the Department for each contract prior to

award. This form must have an original signature, and the project cannot

be awarded without the form. This is effective beginning with the

January 31, 2014 letting.

This certificate of compliance form is available on ALDOT’S website

(http://www.dot.state.al.us/Project Letting Information) and should be

furnished to the Alabama Department of Transportation by the apparent

low bidder within 10 days of the letting for non-early award contracts,

and within 5 days for early award contracts at the following address:

Alabama Department of Transportation

C/o Ms. Lori Coleman

1409 Coliseum Boulevard, Room E-101

Montgomery, Alabama 36110

ALABAMA DEPARTMENT OF TRANSPORTATION 1409 Coliseum Boulevard, Montgomery, Alabama 36110

Bureau of Office Engineer Plans and Proposals Section

Telephone: 334-322-6444 FAX: 334-264-7976 www.dot.state.al.us

Kay Ivey John R. Cooper Governor Transportation Director

May 5, 2017

If you have questions about the plans or proposals, please make sure you have

thoroughly reviewed them and the applicable sections of the Standard

Specifications as it applies to your question. If further clarification is needed,

please contact the Plans and Proposal Section of the Bureau of Office Engineer

with any questions you may have. We strongly encourage you to e-mail us at

[email protected]. We will work with you to resolve any issues.

ALABAMA DEPARTMENT OF TRANSPORTATION1409 Coliseum Boulevard, Room E-108, Montgomery, Alabama 36130-3050

Bureau of Office EngineerPlans and Proposals Section

Telephone: 334-242-6444 Fax: 334-264-7976www.dot.state.al.us

John R. CooperGovernor Transportation Director

, 201

Re: 201 Calendar YearBid Tabulations Subscription Alabama Department of Transportation Lettings

To Whom It May Concern:

Bid Tabulations are available, at no charge, at the Alabama Department of Transportation website: www.dot.state.al.us. If you prefer to subscribe to the mail out service there is a fee of $35.00 per calendar year.

Please mail check payable to “Alabama Department of Transportation” and mail it to:

ALABAMA DEPARTMENT OF TRANSPORTATION C/O OFFICE ENGINEER

1409 COLISEUM BOULEVARD ROOM E-108 MONTGOMERY, AL 36110

Please return this letter with your remittance and type your address in the space provided below as you wish it to appear on our mailing list. Please note we are limited to 4 lines of 35 spaces each.

__________________________________

__________________________________

__________________________________

__________________________________

ALABAMA DEPARTMENT OF TRANSPORTATION1409 Coliseum Boulevard, Room E-108, Montgomery, Alabama 36130-3050

Bureau of Office EngineerPlans and Proposals Section

Telephone: 334-242-6444 Fax: 334-264-7976www.dot.state.al.us

John R. CooperGovernor Transportation Director

, 201

Re: 201 Calendar YearNotice to Contractors Subscription Alabama Department ofTransportation Lettings

To Whom It May Concern:

The Notice to Contractors, are available, at no charge, at the Alabama Department ofTransportation website: www.dot.state.al.us. If you prefer to subscribe to the mail out service there is a fee of $40.00 per calendar year.

This mailing fee applies to all people who desire the service including Contractors, Subcontractors, Suppliers, General Public, etc.

Please make your check payable to “Alabama Department of Transportation” and mail it to:

ALABAMA DEPARTMENT OF TRANSPORTATION C/O OFFICE ENGINEER

1409 COLISEUM BOULEVARD, ROOM E-108 MONTGOMERY, AL 36110

Please return this letter with your remittance, and type or print your company name with your current address in the spaces below as you wish it to appear on our mailing list. Please note we are limited to 4 lines of 35 spaces each.

____________________________________________

____________________________________________

____________________________________________

____________________________________________

____________________________________________

ALABAMA DEPARTMENT OF TRANSPORTATION 1409 COLISEUM BOULEVARD

MONTGOMERY ALABAMA 36110-2060

201 SPECIAL AND STANDARD HIGHWAY DRAWINGS

The Alabama Department of Transportation is using the 201 Edition of the Special and Standard Highway Drawings Book for projects let during Calendar Year 201 . This book is published in two volumes. Volume I contains U.S. Customary (English) Units and Volume II contains Metric Units of measurement.

Printed volumes may be purchased separately at the cost of $125.00 each which includes standard ground shipment via UPS. A compact disk (CD) is available for $25.00. The CD contains both English and Metric Drawings. If you prefer that the books be sent overnight by another carrier you should provide your account number below.

The books are also available on our website at www.dot.state.al.us. Look for the Project Letting link.

Please complete the request form below and mail it, along with a check or money order made payable to “Alabama Department of Transportation” to:

Alabama Department of Transportation Bureau of Office Engineer, Plans & Proposal Section

1409 Coliseum Boulevard – Room E-108 Montgomery Alabama 36110-2060

Company Name: _________________________________________________________________________________

Shipping Address: _______________________________________________________________________________

_______________________________________________________________________________

Quanity: _______x $125.00 per U.S. Book == $_______________

_______x $125.00 per Metric Book == $_______________

_______x $25.00 per Compact Disk == $_______________

Total: $_______________

Delivery Options (Select One) _______Standard UPS Ground _______Overnight, Provide Shipping Acct Number: ________________________ _______Pick up

Rev.

5-2

015

2. C

ount

y:3.

Reg

ion:

5. D

BE

:

From

:To

:

9. D

escr

iptio

n of

Wor

k: (P

ay It

em N

o. &

Des

crip

tion)

Pay

Item

No.

17. C

omm

ents

:

18. T

otal

:19

. Tot

al:

20.

Sig

natu

re o

f Aut

horiz

ed R

epre

sent

ativ

e:

11.U

nit P

rice

6. D

ate:

1. P

roje

ct N

umbe

r:

4. P

rime

Con

tract

or:

Item

Des

crip

tion 7.

ALD

OT

Est

imat

e:

Prin

ted

Nam

e &

Titl

eD

ate

Sig

ned

13. U

nits

W

orke

d12

.Uni

ts

10. T

ype

Firm

(C

/S/M

/BF)

ALD

OT

FOR

M D

BE-

10

14. A

mou

nt P

erfo

rmed

th

is P

erio

d15

.Uni

ts P

erfo

rmed

to

Dat

e 16

. Am

ount

Per

form

ed to

Dat

e

8. E

stim

ate

Per

iod:

Block Number

1. ALDOT Project Number2. County3. Region4. Prime Contractor For the Project5. DBE for this Report6. Date of Report7. ALDOT Estimate Number8.9.

10.

11. Unit Price of Work12. Units13.14.15. Units Performed to Date16.17.18.19.20.

Submittals: 1) Invoices are required for all supplier and manufacturer credit.2) Tickets are required for all “Stocking the Plant” hauling. 3) In lieu of completing the form, the prime contractor may note “See attached” on the

form and attach a similar form (i.e. subcontractor estimate) provided it has the same data. If the contractor chooses to do this, he will have to adjust the credit on the actual DBE-10 if the DBE is a supplier.

Notes: 1) If data is entered electronically via Excel file, Blocks 14, 16, 18 and 19 will calculate amounts and totals based on unit entries.

2) The form format is for the contractor's convenience. Every effort is made to ensure accuracy, but the prime contractor is responsible for checking all calculations prior to submittal.

3) The worksheets in this workbook are protected (but not password protected) to allow you to tab through only the fields that require data entry. If you need to make changes to the worksheet you can unprotect the worksheets by going to the menu (Tools Protection UnProtect Sheet ). Just remember if you unprotect a worksheet, you will need to check the accuracy of the calculations to make certain the formulas were not altered or that the formulas work correctly.

Type of DBE, i.e. Contractor (C), Supplier (S), Manufacturer (M), or Brokerage/Fee (BF) work

Units of Work Accomplished this PeriodAmount Performed for this Period (Block 11 times Block 13)

Revised 5-2015

Alabama Department of TransportationALDOT Form DBE 10 Instructions

Instructions

Work Period for this Estimate (Beginning Date - Ending Date)Description of Work - Must include Pay Item No. and Description (Also denote if Partial such as Hauling, Stocking, Furnish & Tie, S.I.P. Forms, etc.)

Amount Performed to Date (Block 11 times Block 15)Comments Pertinent to this DBE-10Total of Amounts in Block 14Total of Amounts in Block 16Signature of Prime Contractor's Authorized Representative, Printed Name & Title and Date Signed

COMPANY NAME: BY:

MAIL ADDRESS:

SHIPPING ADDRESS:

CITY, STATE, ZIP:

CITY, STATE, ZIP: PHONE:

DELIVERY OPTIONS:

(CHECK ONE)

STANDARD MAIL/SHIP (VIA UPS)

OVERNIGHT (PLEASE PROVIDE YOUR FED-EX ACCT #_________________________)

WILL PICK UP

PLANSPRICE

BIDDINGPROPOSAL(ONE EACH)

PLANSQTY.

Non-bid (sample) proposals are available upon request. Sample bidding proposals will not be accepted asofficial bidding proposal submission.

NOTE: You must be pre-qualified to purchase a bidding proposal and are limited to one bidding proposalper project. Bidding files are available at our website http://alletting.dot.state.al.us.

NON-BIDPROPOSAL

QTY.

$5.00 004 . ACAA60993-ATRP(008), JEFFERSON$5.00 $5.00

$15.00 008 . ACBR61344-ATRP(008), CHOCTAW$5.00 $5.00

$7.00 011 . ACBRZ58501-ATRP(015), TUSCALOOSA$5.00 $5.00

$8.00 012 . ACBRZ59457-ATRP(002), GENEVA$5.00 $5.00

$6.00 016 . ACBRZ61377-ATRP(016), ETOWAH$5.00 $5.00

$13.00 017 . ACBRZ61890-ATRP(017), SUMTER$5.00 $5.00

$4.00 020 . ACNU61041-ATRP(013), DALLAS$5.00 $5.00

$4.00 023 . ACOA59432-ATRP(002), TUSCALOOSA$5.00 $5.00

$20.00 025 . ACOA61869-ATRP(016), TUSCALOOSA$5.00 $5.00

$9.00 030 . BR-0059(514), BALDWIN$5.00 $5.00

$45.00 031 . BR-0155(502), CHILTON$5.00 $5.00

$26.00 034 . FLAP-FLAP(006), MARENGO$5.00 $5.00

$7.00 037 . HSIP-I065(477), BUTLER, ETC.$5.00 $5.00

$12.00 044 . NH-0001(600), HOUSTON$5.00 $5.00

$7.00 045 . NH-0002(577), JACKSON$5.00 $5.00

$5.00 048 . NH-0057(500), WASHINGTON$5.00 $5.00

$32.00 051 . RP-BR-0205(506), MARSHALL$5.00 $5.00

$3.00 054 . STPAA-0003(612), LOWNDES$5.00 $5.00

$6.00 055 . STPAA-0006(569), ETC., BULLOCK$5.00 $5.00

$5.00 057 . STPAA-0162(504), WILCOX$5.00 $5.00

$5.00 058 . STPAA-0182(504), BALDWIN$5.00 $5.00

$18.00 063 . STPAA-HSIP-0134(507), COFFEE, ETC.$5.00 $5.00

$7.00 064 . STPAA-HSIP-0265(501), MONROE$5.00 $5.00

$6.00 067 . STPNU-3616(251), JACKSON$5.00 $5.00

$12.00 070 . STPNU-HSIP-0052(514), ETC., GENEVA$5.00 $5.00

$7.00 074 . 99-507-555-053-701, PIKE$5.00 $5.00

$5.00 076 . 99-510-690-000-700, GREENE$5.00 $5.00

November 3, 2017

November 3, 2017

PLEASE INDICATE QUANTITY OF OTHER ITEMS DESIRED:

EACH QTY.

** SEND ONE CHECK ONLY.** FAX OR E-MAIL ORDERS REQUIRE A COPY OF THE CHECKMAKE CHECKS PAYABLE TO: ALABAMA DEPARTMENT OF TRANSPORTATION

1409 COLISEUM BOULEVARDOFFICE ENGINEER - ROOM E-108MONTGOMERY, ALABAMA 36110PHONE: (334) 242-6441, 6442, 6526 FAX: (334) 264-7976e-mail: [email protected]

ORDER TOTAL: $ PAID BY: DATE:

_____ 2017 STANDARD HIGHWAY DRAWINGS_____ 2017 METRIC STANDARD HIGHWAY DRAWINGS_____ 2017 STANDARD HIGHWAY DRAWING US AND METRIC (CD)

$125.00$125.00

$25.00_____ 2012 STANDARD SPECIFICATIONS BOOK_____ CURRENT QUALIFIED CONTRACTORS LIST_____ CURRENT BRIDGE POSTING MAP & CHART

$20.00$5.00$2.00

Notice to ContractorsAlabama Department of Transportation

The Alabama Department of Transportation, in accordance with Title VI of the Civil Rights Act of 1964, 78Stat. 252, 42 U.S.C. 2000D TO 2000D-4 and Title 49 code of Federal Regulations, Department ofTransportation, Subtitle A, Office of The Secretary, Part 21, nondiscrimination in federally-assistedprograms of the Department of Transportation issued pursuant to such act, hereby notifies all biddersthat it will affirmatively insure that in any contract entered into pursuant to this advertisement, minoritybusiness enterprises will be afforded full opportunity to submit bids in response to this invitation and willnot be discriminated against on the grounds of race, color, religion, sex, or national origin inconsideration for an award.

The right to reject any or all bids is reserved.

The bracket range is shown only to provide general financial information to contractors and bonding companiesconcerning the project's complexity and size. This bracket should not be used in preparing a bid, nor will this brackethave any bearing on the decision to award this contract.

The proposed work shall be performed in conformity with the rules and regulations for carrying out theFederal Highway Act.

For State and State Maintenance Projects:

Sections 34-8-8. Code of Alabama 1975 as amended states in part as follows: " ... it will be necessary forhim or her to show evidence of license before his or her bid is considered," Further, Section 34-8-8, Codeof Alabama 1975 as amended also states in part as follows: "All Owners, Architects, and Engineersreceiving bids pursuant to this chapter shall require the person, firm, or corporation to include his or hercurrent license number on the bid."

The bidder's proposal must be submitted on the complete original proposal furnished him or her by the AlabamaDepartment of Transportation.

Plans and Proposals are available and on file at the Alabama Department of Transportation, 1409 Coliseum Boulevard,Room E-108, Montgomery, AL 36110. Checks should be made payable to the Alabama Department of Transportation.Plans and Proposals will be mailed only upon receipt of remittance. No refunds will be made.

The Quantities shown are approximate and are for information only.

The total amount of uncompleted work under contract to a contractor must not exceed the amount of his or herqualification certificate.

Cashier's check or bid bond for 5% of bid (maximum - $50,000.00) made payable to the Alabama Department ofTransportation must accompany each bid as evidence of good faith.

In accordance with the rules and regulations of The Alabama Department of Transportation, proposals will be issued onlyto prequalified contractors or their authorized representatives, upon requests that are received before 10 AM., on the dayprevious to the day of opening of bids.

Sealed bids will be received by the Director of Transportation at the office of the Alabama Department of Transportation,Montgomery, Alabama until 10:00 AM on November 03, 2017 and at that time publicly opened for constructing thefollowing projects as described herein.

For Federal Aid Projects:

Minimum Wage Rates have been pre-determined by the Secretary of Labor and are set forth in theadvertised specifications. Federal Aid Projects are also subject to the contract work hours and SafetyStandards Act and its implementing regulations.

JOHN R. COOPERTransportation Director

20171103004Contract ID:November 03, 2017Letting Date:

Projects:County: JEFFERSON

DBE Goal Percent: 4.00Contract Time:

Description: for constructing the Planing, Resurfacing, and Traffic Stripe on Messer Airport Highway fromthe junction of 31st Street North to the junction of 46th Street North in Birmingham. Length1.708 mi.

40 Working Days

The Bracket Estimate on this project is from $1,037,726 to $1,268,332 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$5.00

004ACAA60993-ATRP(008)

Item No. Description Quantity Units206E001 Removing Inlets 3 Each

305B077 Crushed Aggregate, Section 825, For Miscellaneous Use 20 Ton

405A000 Tack Coat 6,003 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 6 Mile

408A052 Planing Existing Pavement (Approximately 1.10" Thru 2.0" Thick) 60,028 SQYD

410H000 Material Remixing Device 1 Each

424A360 Superpave Bituminous Concrete Wearing Surface Layer, 1/2" Maximum AggregateSize Mix, ESAL Range C/D

6,610 Ton

424B655 Superpave Bituminous Concrete Upper Binder Layer, Patching, 1" MaximumAggregate Size Mix, ESAL Range C/D

1,200 Ton

600A000 Mobilization (1) LS

618A000 Concrete Sidewalk, 4" Thick 774 SQYD

618B003 Concrete Driveway, 6" Thick (Includes Wire Mesh) 19 SQYD

618C000 Truncated Dome Retrofit 16 SQFT

621C015 Inlets, Type S1 Or S3 (1 Wing) 3 Each

623C003 Combination Curb & Gutter, Type C (Modified) 1,739 LF

650A000 Topsoil 10 CUYD

654A000 Solid Sodding 200 SQYD

665G000 Sand Bags 100 Each

665P005 Inlet Protection, Stage 3 Or 4 40 Each

674A000 Construction Safety Fence 250 LF

698A000 Construction Fuel (Maximum Bid Limited to $ 64,000.00) (1) LS

701A227 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 1 Mile

701A230 Solid Yellow, Class 2, Type A Traffic Stripe (5" Wide) 4 Mile

701A239 Broken White, Class 2, Type A Traffic Stripe (5" Wide) 3 Mile

701A244 Broken Yellow, Class 2, Type A Traffic Stripe (5" Wide) 2 Mile

701C000 Broken Temporary Traffic Stripe 6 Mile

701C001 Solid Temporary Traffic Stripe 7 Mile

703A002 Traffic Control Markings, Class 2, Type A 4,534 SQFT

703B002 Traffic Control Legends, Class 2, Type A 1,155 SQFT

703D001 Temporary Traffic Control Markings 2,340 SQFT

705A030 Pavement Markers, Class A-H, Type 2-C 57 Each

705A031 Pavement Markers, Class A-H, Type 1-A 212 Each

705A032 Pavement Markers, Class A-H, Type 1-B 241 Each

705A037 Pavement Markers, Class A-H, Type 2-D 215 Each

705A038 Pavement Markers, Class A-H, Type 2-E 121 Each

Item No. Description Quantity UnitsACAA60993-ATRP(008) Page: 2

710B021 Roadway Sign Post (#3 U Channel, Galvanized Steel or 2 ", 14 Ga Square TubularSteel)

14 LF

711A000 Roadway Sign Relocation (1) LS

730H001 Loop Wire 2,806 LF

740B000 Construction Signs 553 SQFT

740D000 Channelizing Drums 400 Each

741C010 Portable Sequential Arrow And Chevron Sign Unit 1 Each

( ) Item will be bid as lump sum.

20171103008Contract ID:November 03, 2017Letting Date:

Projects:County: CHOCTAW

DBE Goal Percent: 7.00Contract Time:

Description: for constructing the Bridge Replacement on CR-9 over Clear Creek south of Halsell. Length0.022 mi.

70 Working Days

The Bracket Estimate on this project is from $597,956 to $730,835 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$15.00

008ACBR61344-ATRP(008)

Item No. Description Quantity Units206A000 Removal Of Old Bridge, Station 14+66.82 (1) LS

206D001 Removing Guardrail 436 LF

206E008 Removing Guardrail End Anchor (All Type) 4 Each

210A000 Unclassified Excavation 750 CUYD

210D022 Borrow Excavation (Loose Truckbed Measurement)(A-2-4(0) or A-4(0) ) 100 CUYD

450B000 Reinforced Cement Concrete Bridge End Slab 131 SQYD

502A000 Steel Reinforcement 9,533 LB

502B000 Steel Reinforcement For Bridge Superstructure, Station 14+50.00, Approximately29,670 Pounds

(1) LS

505A002 Steel Test Piles (HP 12x53) 1 Each

505A004 Steel Test Piles (HP 14x73) 1 Each

505B057 Static Loading Tests (HP 12x53) 1 Each

505B059 Static Loading Tests (HP 14x73) 1 Each

505M002 Steel Piling Furnished And Driven (HP 12x53) 458 LF

505M004 Steel Piling Furnished And Driven (HP 14x73) 493 LF

508A000 Structural Steel 5,353 LB

510A007 Bridge Substructure Concrete 84 CUYD

510C051 Bridge Concrete Superstructure, Station 14+50.00, Approximately 113 Cubic Yards (1) LS

510E000 Grooving Concrete Bridge Decks 315 SQYD

511A070 Elastomeric Bearing Type 4 (Mark VB1) 24 Each

513B003 Pretensioned-Prestressed Concrete Girders, Type I (Specialty Item) 465 LF

600A000 Mobilization (1) LS

610A004 Loose Riprap,Class 2,24" Thick 427 SQYD

610A010 Loose Riprap,Class 2,48" Thick 309 SQYD

610D003 Filter Blanket, Geotextile 736 SQYD

630A001 Steel Beam Guardrail, Class A, Type 2 209 LF

630C003 Guardrail End Anchor, Type 13 4 Each

630C050 Guardrail End Anchor, Type 20 Series 3 Each

665J002 Silt Fence 1,292 LF

665L000 Floating Basin Boom 320 LF

665Q002 Wattle 240 LF

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 18,000.00) (1) LS

701G144 Solid White, Class W, Type A Traffic Stripe 240 LF

701G152 Solid Yellow, Class W, Type A Traffic Stripe 240 LF

740B000 Construction Signs 189 SQFT

Item No. Description Quantity UnitsACBR61344-ATRP(008) Page: 2

740F002 Barricades, Type III 10 Each

740I002 Warning Lights, Type B 5 Each

( ) Item will be bid as lump sum.

20171103011Contract ID:November 03, 2017Letting Date:

Projects:County: TUSCALOOSA

Contract Time:

Description: for constructing the Bridge Replacement on CR-155 (South Sandy Road) over Big SandyCreek. Length 0.045 mi.

75 Working Days

The Bracket Estimate on this project is from $410,858 to $502,160 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$7.00

011ACBRZ58501-ATRP(015)

Item No. Description Quantity Units201A002 Clearing And Grubbing (Maximum Allowable Bid $ 4,000.00 Per Acre) (Approximately

1 Acre)(1) LS

206A001 Removal Of Old Bridge, Station 20+24.77) (1) LS

210A000 Unclassified Excavation 140 CUYD

502A001 Steel Reinforcement (Grade 60) 440 LB

505A005 Steel Test Piles (HP 14x89) 2 Each

505B060 Static Loading Tests (HP 14x89) 2 Each

505M012 Steel Piling Furnished And Driven (HP 14 x 89) 1,354 LF

507A000 Wire Rope Abutment Anchor Assembly 2 Each

510A007 Bridge Substructure Concrete 24 CUYD

511A000 Elastomeric Bearing Type 1 40 Each

512A008 Precast Concrete Abutment Caps, 2'-0" Wide By 1'-7" Deep By 28'-0" Long 2 Each

512B003 Precast Concrete Intermediate Bent Caps, 2'-0" Wide By 1'-7" Deep By 27'-6" Long 2 Each

512C017 Precast Concrete Type 1 Span Section, 3'-6" By 2'-0" Deep By 39'-11 3/4" Long 15 Each

512C025 Precast Concrete Type 2C Span Section, 3'-6" By 2'-0" Deep By 39'-11 3/4" Long 6 Each

512D025 Precast Concrete Barrier Rail Intermediate Section, 39'-11" Long 2 Each

512D030 Precast Concrete Barrier Rail End Section, 39'-11 3/8" Long 4 Each

512E011 Precast Concrete Abutment Panels, Type A2, 6'-1" Long 16 Each

512F001 Precast Concrete Wing Panels, Type W2 8 Each

512G000 Precast Concrete Abutment Wing Cap Panels 4 Each

600A000 Mobilization (1) LS

602A000 Right Of Way Markers 16 Each

610C001 Loose Riprap, Class 2 264 Ton

610D003 Filter Blanket, Geotextile 212 SQYD

630C003 Guardrail End Anchor, Type 13 4 Each

630C070 Guardrail End Anchor, Type 10 Series 4 Each

665J002 Silt Fence 455 LF

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 13,000.00) (1) LS

740B000 Construction Signs 141 SQFT

740F002 Barricades, Type III 8 Each

740I002 Warning Lights, Type B 4 Each

( ) Item will be bid as lump sum.

20171103012Contract ID:November 03, 2017Letting Date:

Projects:County: GENEVA

DBE Goal Percent: 5.00Contract Time:

Description: for constructing the Bridge Replacement on CR-21 (Alaflo Road) over an Unnamed Tributaryto Limestone Creek southwest of Samson. Length 0.146 mi.

60 Working Days

The Bracket Estimate on this project is from $294,633 to $360,106 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$8.00

012ACBRZ59457-ATRP(002)

Item No. Description Quantity Units206A000 Removal Of Old Bridge, Station 13+72.12 (1) LS

210A000 Unclassified Excavation 2,383 CUYD

210D021 Borrow Excavation (Loose Truckbed Measurement)(A4 or Better) 2,950 CUYD

230A000 Roadbed Processing 8 RBST

301A000 Crushed Aggregate Base Course, Type B, Plant Mixed, 3" Compacted Thickness 1,478 SQYD

505A002 Steel Test Piles (HP 12x53) 1 Each

505B057 Static Loading Tests (HP 12x53) 1 Each

505M002 Steel Piling Furnished And Driven (HP 12x53) 963 LF

507A000 Wire Rope Abutment Anchor Assembly 2 Each

511A000 Elastomeric Bearing Type 1 20 Each

512A008 Precast Concrete Abutment Caps, 2'-0" Wide By 1'-7" Deep By 28'-0" Long 2 Each

512C017 Precast Concrete Type 1 Span Section, 3'-6" By 2'-0" Deep By 39'-11 3/4" Long 5 Each

512C025 Precast Concrete Type 2C Span Section, 3'-6" By 2'-0" Deep By 39'-11 3/4" Long 2 Each

512D031 Precast Concrete Barrier Rail End Section, 39'-11 3/8" Long (Modified) 2 Each

512E021 Precast Concrete Abutment Panels, Type A6 8 Each

512F008 Precast Concrete Wing Panels, Type W6 4 Each

512G000 Precast Concrete Abutment Wing Cap Panels 4 Each

600A000 Mobilization (1) LS

610C001 Loose Riprap, Class 2 234 Ton

610D003 Filter Blanket, Geotextile 339 SQYD

630C003 Guardrail End Anchor, Type 13 4 Each

630C050 Guardrail End Anchor, Type 20 Series 4 Each

650A000 Topsoil 543 CUYD

652A100 Seeding 2 Acre

656A010 Mulching 2 Acre

665F000 Hay Bales 438 Each

665J002 Silt Fence 1,750 LF

665O001 Silt Fence Removal 1,750 LF

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 15,000.00) (1) LS

740B000 Construction Signs 262 SQFT

740F002 Barricades, Type III 8 Each

740I002 Warning Lights, Type B 4 Each

( ) Item will be bid as lump sum.

20171103016Contract ID:November 03, 2017Letting Date:

Projects:County: ETOWAH

Contract Time:

Description: for constructing the Bridge Replacement (Precast) on Coats Bend Circle over an UnnamedTributary to the Coosa River north of Hokes Bluff. Length 0.007 mi.

45 Working Days

The Bracket Estimate on this project is from $235,154 to $287,411 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$6.00

016ACBRZ61377-ATRP(016)

Item No. Description Quantity Units206A000 Removal Of Old Bridge, Station 5+22.70 (1) LS

210A000 Unclassified Excavation 100 CUYD

505G003 Pile Points (Type A, 12") 24 Each

505M002 Steel Piling Furnished And Driven (HP 12x53) 650 LF

507A000 Wire Rope Abutment Anchor Assembly 2 Each

511A000 Elastomeric Bearing Type 1 18 Each

512A008 Precast Concrete Abutment Caps, 2'-0" Wide By 1'-7" Deep By 28'-0" Long 2 Each

512C017 Precast Concrete Type 1 Span Section, 3'-6" By 2'-0" Deep By 39'-11 3/4" Long 5 Each

512C025 Precast Concrete Type 2C Span Section, 3'-6" By 2'-0" Deep By 39'-11 3/4" Long 2 Each

512D031 Precast Concrete Barrier Rail End Section, 39'-11 3/8" Long (Modified) 2 Each

512E021 Precast Concrete Abutment Panels, Type A6 8 Each

512F008 Precast Concrete Wing Panels, Type W6 4 Each

512G000 Precast Concrete Abutment Wing Cap Panels 4 Each

600A000 Mobilization (1) LS

610C001 Loose Riprap, Class 2 80 Ton

610D003 Filter Blanket, Geotextile 80 SQYD

630C003 Guardrail End Anchor, Type 13 4 Each

630C050 Guardrail End Anchor, Type 20 Series 4 Each

665J002 Silt Fence 640 LF

665Q002 Wattle 200 LF

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 12,000.00) (1) LS

740B000 Construction Signs 175 SQFT

740C000 Special Construction Signs 4 SQFT

740F002 Barricades, Type III 8 Each

740I002 Warning Lights, Type B 4 Each

( ) Item will be bid as lump sum.

20171103017Contract ID:November 03, 2017Letting Date:

Projects:County: SUMTER

DBE Goal Percent: 2.00Contract Time:

Description: for constructing the Bridge Replacement on CR-5 over Kinterbish Creek 1.000 mile north ofthe junction of CR-1. Length 0.091 mi.

90 Working Days

The Bracket Estimate on this project is from $418,898 to $511,986 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$13.00

017ACBRZ61890-ATRP(017)

Item No. Description Quantity Units201A002 Clearing And Grubbing (Maximum Allowable Bid $ 4,000.00 Per Acre) (Approximately

1 Acre)(1) LS

206A000 Removal Of Old Bridge, Station 16+14.15 (1) LS

206D000 Removing Pipe 669 LF

210A000 Unclassified Excavation 1,094 CUYD

210D021 Borrow Excavation (Loose Truckbed Measurement)(A4 or Better) 431 CUYD

214A000 Structure Excavation 578 CUYD

214B001 Foundation Backfill, Commercial 87 CUYD

230A000 Roadbed Processing 5 RBST

301A132 Soil Aggregate Base Course, Type A, Yard Mixed, 6" Compacted Thickness 1,217 SQYD

401A000 Bituminous Treatment A 1,134 SQYD

405A000 Tack Coat 67 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 1 Mile

424A340 Superpave Bituminous Concrete Wearing Surface Layer, 1/2" Maximum AggregateSize Mix, ESAL Range A/B

90 Ton

424B635 Superpave Bituminous Concrete Upper Binder Layer, 3/4" Maximum Aggregate SizeMix, ESAL Range A/B

93 Ton

502A000 Steel Reinforcement 19,882 LB

524A010 Culvert Concrete 178 CUYD

600A000 Mobilization (1) LS

602A000 Right Of Way Markers 8 Each

610C001 Loose Riprap, Class 2 182 Ton

610D003 Filter Blanket, Geotextile 394 SQYD

630A001 Steel Beam Guardrail, Class A, Type 2 300 LF

630C070 Guardrail End Anchor, Type 10 Series 4 Each

641A684 8 Inch Ductile Iron Water Main Laid (Restrained Joint) 124 LF

641A688 12 Inch Ductile Iron Water Main Laid (Restrained Joint) 62 LF

641A748 8 Inch P.V.C. Water Main Laid 340 LF

641A752 12 Inch P.V.C. Water Main Laid 218 LF

641C500 Ductile Iron Fittings 613 LB

641J518 8 Inch Gate Valve With Box 2 Each

641J522 12 Inch Gate Valve With Box 2 Each

641L500 Concrete for Water Mains (Thrust Blocks) 13 CUYD

641M514 8 Inch Retainer Gland 14 Each

641M518 12 Inch Retainer Gland 12 Each

650A000 Topsoil 360 CUYD

652A100 Seeding 1 Acre

Item No. Description Quantity UnitsACBRZ61890-ATRP(017) Page: 2

654A001 Solid Sodding (Bermuda) 302 SQYD

656A010 Mulching 1 Acre

659C005 Erosion Control Product, Type C4 44 SQYD

665A000 Temporary Seeding 1 Acre

665B001 Temporary Mulching 3 Ton

665E000 Polyethylene 250 SQYD

665F000 Hay Bales 50 Each

665J002 Silt Fence 707 LF

665N000 Temporary Coarse Aggregate,ALDOT Number 1 25 Ton

665O001 Silt Fence Removal 707 LF

665Q002 Wattle 224 LF

666A001 Pest Control Treatment 1 Acre

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 22,000.00) (1) LS

701G265 Solid Yellow, Class 2, Type A Traffic Stripe (5" Wide) 1,180 LF

705A037 Pavement Markers, Class A-H, Type 2-D 16 Each

740B000 Construction Signs 109 SQFT

740F002 Barricades, Type III 8 Each

740I002 Warning Lights, Type B 4 Each

( ) Item will be bid as lump sum.

20171103020Contract ID:November 03, 2017Letting Date:

Projects:County: DALLAS

DBE Goal Percent: 4.00Contract Time:

Description: for constructing the Planing, Resurfacing, Reconstruction, and Traffic Stripe on CR-45 from0.500 mile south of the intersection of CR-189 to the junction of SR-8 (US-80). Length 3.045mi.

50 Working Days

The Bracket Estimate on this project is from $684,682 to $836,834 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$4.00

020ACNU61041-ATRP(013)

Item No. Description Quantity Units210A000 Unclassified Excavation 884 CUYD

230B000 Roadbed Processing 2,650 SQYD

243A002 Soil Stabilization Geogrid, Type 3 2,650 SQYD

301E002 Crushed Aggregate Base Course, Type A, Plant Mixed 1,357 Ton

401A000 Bituminous Treatment A 2,650 SQYD

401B108 Bituminous Treatment G (With Polymer Additive) 27,504 SQYD

405A000 Tack Coat 1,877 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 4 Mile

408A052 Planing Existing Pavement (Approximately 1.10" Thru 2.0" Thick) 27,504 SQYD

424A340 Superpave Bituminous Concrete Wearing Surface Layer, 1/2" Maximum AggregateSize Mix, ESAL Range A/B

3,326 Ton

424B635 Superpave Bituminous Concrete Upper Binder Layer, 3/4" Maximum Aggregate SizeMix, ESAL Range A/B

205 Ton

424B639 Superpave Bituminous Concrete Upper Binder Layer, Patching, 3/4" MaximumAggregate Size Mix, ESAL Range A/B

1,235 Ton

424B642 Superpave Bituminous Concrete Upper Binder Layer, Leveling, 1/2" MaximumAggregate Size Mix, ESAL Range A/B

200 Ton

600A000 Mobilization (1) LS

650A000 Topsoil 70 CUYD

652A100 Seeding 1 Acre

656A010 Mulching 1 Acre

665A000 Temporary Seeding 1 Acre

665B000 Temporary Mulching 3 Acre

665F000 Hay Bales 390 Each

665J002 Silt Fence 3,370 LF

665O001 Silt Fence Removal 3,370 LF

665Q002 Wattle 390 LF

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 36,000.00) (1) LS

701A231 Solid White, Class 2, Type A Traffic Stripe 7 Mile

701A235 Solid Yellow, Class 2, Type A Traffic Stripe 6 Mile

701A245 Broken Yellow, Class 2, Type A Traffic Stripe 1 Mile

701C002 Broken Temporary Traffic Stripe (Paint) 1 Mile

701C003 Solid Temporary Traffic Stripe (Paint) 18 Mile

701G251 Solid White, Class 2, Type A Traffic Stripe (6" Wide) (Rumble Strip) 263 LF

703A002 Traffic Control Markings, Class 2, Type A 230 SQFT

703B002 Traffic Control Legends, Class 2, Type A 137 SQFT

Item No. Description Quantity UnitsACNU61041-ATRP(013) Page: 2

703D002 Temporary Traffic Control Markings (Paint) 438 SQFT

705A032 Pavement Markers, Class A-H, Type 1-B 66 Each

705A037 Pavement Markers, Class A-H, Type 2-D 336 Each

740B000 Construction Signs 480 SQFT

740E000 Cones (36 Inches High) 50 Each

740F002 Barricades, Type III 8 Each

740I002 Warning Lights, Type B 6 Each

740M001 Ballast For Cone 50 Each

740O000 Pilot Car 1 Each

( ) Item will be bid as lump sum.

20171103023Contract ID:November 03, 2017Letting Date:

Projects:County: TUSCALOOSA

DBE Goal Percent: 3.00Contract Time:

Description: for constructing the Resurfacing and Traffic Stripe on CR-59 (Lock 17 Road) from the NorthCity Limits of Brookwood to the junction of Groundhog Road. Length 12.037 mi.

45 Working Days

The Bracket Estimate on this project is from $3,265,118 to $3,990,700 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$4.00

023ACOA59432-ATRP(002)

Item No. Description Quantity Units212A000 Machine Grading Shoulders 1,264 STA

401B105 Bituminous Treatment L (With Polymer Additive) 171,232 SQYD

405A000 Tack Coat 30,821 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 13 Mile

424A340 Superpave Bituminous Concrete Wearing Surface Layer, 1/2" Maximum AggregateSize Mix, ESAL Range A/B

12,595 Ton

424A347 Superpave Bituminous Concrete Wearing Surface Layer, Leveling, 3/4" MaximumAggregate Size Mix, ESAL Range A/B

3,203 Ton

424B635 Superpave Bituminous Concrete Upper Binder Layer, 3/4" Maximum Aggregate SizeMix, ESAL Range A/B

14,017 Ton

430B043 Aggregate Surfacing (1" Down, Crusher Run) 6,634 Ton

600A000 Mobilization (1) LS

665J002 Silt Fence 1,100 LF

665O001 Silt Fence Removal 1,100 LF

665Q002 Wattle 1,600 LF

698A000 Construction Fuel (Maximum Bid Limited to $ 175,000.00) (1) LS

701A231 Solid White, Class 2, Type A Traffic Stripe 25 Mile

701A235 Solid Yellow, Class 2, Type A Traffic Stripe 20 Mile

701A245 Broken Yellow, Class 2, Type A Traffic Stripe 5 Mile

701C000 Broken Temporary Traffic Stripe 5 Mile

701C001 Solid Temporary Traffic Stripe 69 Mile

703A002 Traffic Control Markings, Class 2, Type A 1,576 SQFT

703B002 Traffic Control Legends, Class 2, Type A 108 SQFT

703D001 Temporary Traffic Control Markings 611 SQFT

703E001 Temporary Traffic Control Legends 108 SQFT

705A030 Pavement Markers, Class A-H, Type 2-C 56 Each

705A031 Pavement Markers, Class A-H, Type 1-A 14 Each

705A032 Pavement Markers, Class A-H, Type 1-B 389 Each

705A037 Pavement Markers, Class A-H, Type 2-D 1,071 Each

705A038 Pavement Markers, Class A-H, Type 2-E 72 Each

740B000 Construction Signs 347 SQFT

740E000 Cones (36 Inches High) 50 Each

740M001 Ballast For Cone 50 Each

740O000 Pilot Car 1 Each

( ) Item will be bid as lump sum.

20171103025Contract ID:November 03, 2017Letting Date:

Projects:County: TUSCALOOSA

DBE Goal Percent: 8.00Contract Time:

Description: for constructing the Additional Lanes (Grading, Drainage, Base, and Pavement), Resurfacing,and Traffic Stripe on Old Birmingham Highway from a point east of the I-20/59 Interchange tothe Jefferson County Line. Length 0.560 mi.

70 Working Days

The Bracket Estimate on this project is from $580,536 to $709,544 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$20.00

025ACOA61869-ATRP(016)

Item No. Description Quantity Units206C002 Removing Concrete Slope Paving 247 SQYD

206C010 Removing Concrete Driveway 48 SQYD

206D000 Removing Pipe 104 LF

206D002 Removing Curb 211 LF

206D003 Removing Curb And Gutter 42 LF

206D007 Removing Concrete Flume 101 LF

210A000 Unclassified Excavation 745 CUYD

210D021 Borrow Excavation (Loose Truckbed Measurement)(A4 or Better) 1,247 CUYD

214A000 Structure Excavation 30 CUYD

214B001 Foundation Backfill, Commercial 13 CUYD

401A000 Bituminous Treatment A 1,150 SQYD

405A000 Tack Coat 2,000 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 2 Mile

408A052 Planing Existing Pavement (Approximately 1.10" Thru 2.0" Thick) 9,707 SQYD

424A360 Superpave Bituminous Concrete Wearing Surface Layer, 1/2" Maximum AggregateSize Mix, ESAL Range C/D

1,054 Ton

424A369 Superpave Bituminous Concrete Wearing Surface Layer, Widening, 1/2" MaximumAggregate Size Mix, ESAL Range C/D

200 Ton

424B658 Superpave Bituminous Concrete Upper Binder Layer, Leveling, 3/4" MaximumAggregate Size Mix, ESAL Range C/D

536 Ton

424B661 Superpave Bituminous Concrete Upper Binder Layer, Widening, 3/4" MaximumAggregate Size Mix, ESAL Range C/D

407 Ton

424B692 Superpave Bituminous Concrete Lower Binder Layer, Widening, 1" MaximumAggregate Size Mix, ESAL Range C/D

672 Ton

424C370 Superpave Bituminous Concrete Base Layer, Widening, 1" Maximum Aggregate SizeMix, ESAL Range C/D

694 Ton

430B043 Aggregate Surfacing (1" Down, Crusher Run) 350 Ton

530A002 24" Roadway Pipe (Class 3 R.C.) 34 LF

535A080 18" Side Drain Pipe (Class 3 R.C.) 124 LF

535A411 18" Side Drain Pipe (Class 3 R.C.) (Extension) 29 LF

535B090 18" Span, 11" Rise Side Drain Pipe (Class 3 R.C.) 46 LF

600A000 Mobilization (1) LS

610D003 Filter Blanket, Geotextile 300 SQYD

614A000 Slope Paving 28 CUYD

619A003 24" Roadway Pipe End Treatment, Class 1 2 Each

619A101 18" Side Drain Pipe End Treatment, Class 1 3 Each

619B015 18" Span, 11" Rise Roadway Pipe End Treatment, Class 1 2 Each

620A000 Minor Structure Concrete 1 CUYD

Item No. Description Quantity UnitsACOA61869-ATRP(016) Page: 2

621A011 Junction Boxes, Type 1 Or 1P 2 Each

621B005 Junction Box Units, Type 1 2 Each

621C024 Inlets, Type C Or P1 2 Each

623B000 Concrete Curb, Type N 737 LF

623B001 Concrete Curb, Type N Special 155 LF

623C003 Combination Curb & Gutter, Type C (Modified) 42 LF

650A000 Topsoil 250 CUYD

650B000 Topsoil From Stockpiles 100 CUYD

652A100 Seeding 2 Acre

654A000 Solid Sodding 50 SQYD

656A010 Mulching 2 Acre

659C001 Erosion Control Product, Type S3 630 SQYD

659C004 Erosion Control Product, Type C2 1,319 SQYD

665A000 Temporary Seeding 2 Acre

665B001 Temporary Mulching 6 Ton

665J002 Silt Fence 3,700 LF

665O001 Silt Fence Removal 3,700 LF

665P005 Inlet Protection, Stage 3 Or 4 6 Each

665Q002 Wattle 200 LF

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 31,000.00) (1) LS

701A231 Solid White, Class 2, Type A Traffic Stripe 2 Mile

701A235 Solid Yellow, Class 2, Type A Traffic Stripe 2 Mile

701A245 Broken Yellow, Class 2, Type A Traffic Stripe 1 Mile

701B205 Dotted, Class 2, Type A, Traffic Stripe 171 LF

701C000 Broken Temporary Traffic Stripe 1 Mile

701C001 Solid Temporary Traffic Stripe 5 Mile

703A002 Traffic Control Markings, Class 2, Type A 541 SQFT

703B002 Traffic Control Legends, Class 2, Type A 68 SQFT

703D001 Temporary Traffic Control Markings 100 SQFT

705A030 Pavement Markers, Class A-H, Type 2-C 83 Each

705A032 Pavement Markers, Class A-H, Type 1-B 111 Each

705A037 Pavement Markers, Class A-H, Type 2-D 105 Each

705A038 Pavement Markers, Class A-H, Type 2-E 89 Each

710A115 Class 4, Aluminum Flat Sign Panels 0.08" Thick Or Steel Flat Sign Panels 14 Gauge(Type III Or Type IV Background)

34 SQFT

710A126 Class 8, Aluminum Flat Sign Panels 0.08" Thick Or Steel Flat Sign Panels 14 Gauge(Type IX Background)

53 SQFT

710B021 Roadway Sign Post (#3 U Channel, Galvanized Steel or 2 ", 14 Ga Square TubularSteel)

104 LF

740B000 Construction Signs 757 SQFT

740D000 Channelizing Drums 150 Each

740E000 Cones (36 Inches High) 100 Each

740F002 Barricades, Type III 6 Each

740I002 Warning Lights, Type B 3 Each

740M001 Ballast For Cone 100 Each

( ) Item will be bid as lump sum.

20171103030Contract ID:November 03, 2017Letting Date:

Projects:County: BALDWIN

Contract Time:

Description: for the Maintenance Bridge Painting on SR-59 over the Intracoastal Waterway in Gulf Shores.Length 0.333 mi.

200 Working Days

The Bracket Estimate on this project is from $2,193,799 to $2,681,309 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$9.00

030BR-0059(514)

Item No. Description Quantity Units521B000 Coating Existing Bridge At MP 1.981 (Dr. C W Holmes Bridge) (1) LS

600A000 Mobilization (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 74,700.00) (1) LS

740B000 Construction Signs 694 SQFT

740C000 Special Construction Signs 200 SQFT

740D000 Channelizing Drums 25 Each

740E000 Cones (36 Inches High) 20 Each

740M001 Ballast For Cone 20 Each

741C010 Portable Sequential Arrow And Chevron Sign Unit 1 Each

( ) Item will be bid as lump sum.

20171103031Contract ID:November 03, 2017Letting Date:

Projects:County: CHILTON

DBE Goal Percent: 10.00Contract Time:

Description: for constructing the Bridge Replacement (Grading, Drainage, Base, and Pavement) onSR-155 over the CSXT Railroad northwest of Jemison. Length 0.473 mi.

175 Working Days

The Bracket Estimate on this project is from $2,394,080 to $2,926,098 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$45.00

031BR-0155(502)

Item No. Description Quantity Units201A002 Clearing And Grubbing (Maximum Allowable Bid $ 4,000.00 Per Acre) (Approximately

9 Acres)(1) LS

205A001 Removal Of Structures, Structure No. 1 1 Each

205A002 Removal Of Structures, Structure No. 2 1 Each

205A003 Removal Of Structures, Structure No. 3 1 Each

205A004 Removal Of Structures, Structure No. 4 1 Each

205A005 Removal Of Structures, Structure No. 5 1 Each

205A006 Removal Of Structures, Structure No. 6 1 Each

206A000 Removal Of Old Bridge, Station 120+60.73 (1) LS

206C001 Removing Concrete Pavement 1,545 SQYD

206D000 Removing Pipe 382 LF

206D001 Removing Guardrail 442 LF

206D011 Removing Fence 933 LF

206E008 Removing Guardrail End Anchor (All Type) 8 Each

206E050 Removing Slope Paved Headwall 3 Each

210A000 Unclassified Excavation 44,381 CUYD

210D011 Borrow Excavation (A4 Or Better) 5,251 CUYD

210F001 Borrow Excavation (Underwater Embankment) 413 Ton

214A000 Structure Excavation 399 CUYD

214B001 Foundation Backfill, Commercial 73 CUYD

230A000 Roadbed Processing 8 RBST

250B002 Disposal Of Hydrocarbon Contaminated Soil (Specialty Item) 25 CUYD

250C000 Underground Storage Tank Removal (Specialty Item) 3 Each

250N000 Removal/Disposal Of Tank Contents (Sludge) (Specialty Item) 600 Gal

260A001 Cement Mortar Flowable Backfill, Mix 2 9 CUYD

305B077 Crushed Aggregate, Section 825, For Miscellaneous Use 121 Ton

405A000 Tack Coat 850 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 1 Mile

408A052 Planing Existing Pavement (Approximately 1.10" Thru 2.0" Thick) 2,847 SQYD

424A360 Superpave Bituminous Concrete Wearing Surface Layer, 1/2" Maximum AggregateSize Mix, ESAL Range C/D

776 Ton

424B650 Superpave Bituminous Concrete Upper Binder Layer, 3/4" Maximum Aggregate SizeMix, ESAL Range C/D

270 Ton

424B658 Superpave Bituminous Concrete Upper Binder Layer, Leveling, 3/4" MaximumAggregate Size Mix, ESAL Range C/D

1,703 Ton

424B681 Superpave Bituminous Concrete Lower Binder Layer, 1" Maximum Aggregate SizeMix, ESAL Range C/D

388 Ton

Item No. Description Quantity UnitsBR-0155(502) Page: 2

424C360 Superpave Bituminous Concrete Base Layer, 1" Maximum Aggregate Size Mix, ESALRange C/D

584 Ton

424C370 Superpave Bituminous Concrete Base Layer, Widening, 1" Maximum Aggregate SizeMix, ESAL Range C/D

753 Ton

428A001 Scoring Bituminous Pavement Surface 1 Mile

430B003 Aggregate Surfacing (ALDOT #57) 372 Ton

430B050 Aggregate Surfacing(ALDOT#1) 128 Ton

450B000 Reinforced Cement Concrete Bridge End Slab 207 SQYD

502A000 Steel Reinforcement 14,860 LB

502B000 Steel Reinforcement For Bridge Superstructure, Station 120+88, Approximately43,000 Pounds

(1) LS

505A002 Steel Test Piles (HP 12x53) 1 Each

505B057 Static Loading Tests (HP 12x53) 1 Each

505B087 Dynamic Loading Tests (HP 12x53) 1 Each

505M002 Steel Piling Furnished And Driven (HP 12x53) 1,188 LF

508A000 Structural Steel 5,050 LB

510A007 Bridge Substructure Concrete 98 CUYD

510C051 Bridge Concrete Superstructure, Station 120+88, Approximately 179 Cubic Yards (1) LS

510E000 Grooving Concrete Bridge Decks 562 SQYD

511A073 Elastomeric Bearing Type 4 (Mark VB4) 12 Each

513B017 Pretensioned-Prestressed Concrete Girders, Type BT-72 (Specialty Item) 761 LF

530A000 15" Roadway Pipe (Class 3 R.C.) 90 LF

530A001 18" Roadway Pipe (Class 3 R.C.) 223 LF

530A002 24" Roadway Pipe (Class 3 R.C.) 87 LF

530A102 24" Roadway Pipe (Class 3 R.C.) (Extension) 24 LF

530B004 44" Span, 27" Rise Roadway Pipe (Class 3 R.C.) 82 LF

534E001 Cleaning Existing Pipe (Less Than Or Equal To 48" Horizontal Opening) 45 LF

535A001 18" Side Drain Pipe 228 LF

600A000 Mobilization (1) LS

602A000 Right Of Way Markers 27 Each

610C001 Loose Riprap, Class 2 1,549 Ton

610D003 Filter Blanket, Geotextile 5,851 SQYD

614A001 Slope Paving (Under Bridges) 58 CUYD

619A001 15" Roadway Pipe End Treatment, Class 1 1 Each

619A002 18" Roadway Pipe End Treatment, Class 1 4 Each

619A003 24" Roadway Pipe End Treatment, Class 1 4 Each

619A101 18" Side Drain Pipe End Treatment, Class 1 14 Each

619B019 44" Span, 27" Rise Roadway Pipe End Treatment, Class 1 2 Each

620A000 Minor Structure Concrete 1 CUYD

621A011 Junction Boxes, Type 1 Or 1P 2 Each

621A013 Junction Boxes, Type Special 2 Each

621B011 Junction Box Units, Type 1 Or 1P 2 Each

630A001 Steel Beam Guardrail, Class A, Type 2 300 LF

630C003 Guardrail End Anchor, Type 13 4 Each

630C070 Guardrail End Anchor, Type 10 Series 4 Each

634E000 Industrial Fence, 6 Feet High, Special Mounting 248 LF

650A000 Topsoil 2,636 CUYD

Item No. Description Quantity UnitsBR-0155(502) Page: 3

652A100 Seeding 8 Acre

652C000 Mowing 12 Acre

654A001 Solid Sodding (Bermuda) 10,296 SQYD

656A010 Mulching 8 Acre

659C001 Erosion Control Product, Type S3 10,677 SQYD

659C002 Erosion Control Product, Type S2 1,847 SQYD

659C005 Erosion Control Product, Type C4 4,490 SQYD

665A000 Temporary Seeding 8 Acre

665B001 Temporary Mulching 50 Ton

665C010 Temporary Pipe 93 LF

665D001 Temporary Pipe End Treatment 2 Each

665E000 Polyethylene 907 SQYD

665F000 Hay Bales 120 Each

665G000 Sand Bags 500 Each

665H005 Flow Baffle 464 LF

665I000 Temporary Riprap, Class 2 2,513 Ton

665J002 Silt Fence 16,456 LF

665N000 Temporary Coarse Aggregate,ALDOT Number 1 250 Ton

665O001 Silt Fence Removal 16,456 LF

665Q002 Wattle 960 LF

665T000 Temporary Earth Berms 1,044 LF

665X000 Basin Dewatering Device 2 Each

672C100 Flocculant Application, Ditch Check 30 Each

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 125,000.00) (1) LS

701A227 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 1 Mile

701A230 Solid Yellow, Class 2, Type A Traffic Stripe (5" Wide) 1 Mile

701C001 Solid Temporary Traffic Stripe 2 Mile

701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 260 LF

701G154 Solid Yellow, Class W, Type A Traffic Stripe (5" Wide) 260 LF

701H001 Solid Traffic Stripe Removed (Plastic) 933 LF

703A002 Traffic Control Markings, Class 2, Type A 76 SQFT

703D001 Temporary Traffic Control Markings 152 SQFT

705A011 Pavement Markers, Class C, Type 1-A 850 Each

705A023 Pavement Markers, Class C, Type 2-D 300 Each

705A031 Pavement Markers, Class A-H, Type 1-A 610 Each

705A037 Pavement Markers, Class A-H, Type 2-D 200 Each

710A115 Class 4, Aluminum Flat Sign Panels 0.08" Thick Or Steel Flat Sign Panels 14 Gauge(Type III Or Type IV Background)

222 SQFT

710A126 Class 8, Aluminum Flat Sign Panels 0.08" Thick Or Steel Flat Sign Panels 14 Gauge(Type IX Background)

15 SQFT

710B021 Roadway Sign Post (#3 U Channel, Galvanized Steel or 2 ", 14 Ga Square TubularSteel)

312 LF

713A000 Permanent Barricades 112 LF

726A000 Portable Concrete Safety Barriers, Type 6 145 LF

726A001 Portable Concrete Safety Barriers, Type 6-A 20 LF

726D020 Portable Impact Attenuator Assembly (Unidirectional,TL-2) 2 Each

Item No. Description Quantity UnitsBR-0155(502) Page: 4

740B000 Construction Signs 518 SQFT

740D000 Channelizing Drums 150 Each

740F002 Barricades, Type III 8 Each

740I002 Warning Lights, Type B 4 Each

740O000 Pilot Car 1 Each

742A001 Portable Changeable Message Sign, Type 2 2 Each

999 000 Trainee Hours At 80 Cents Per Hour 1,440 HOUR

( ) Item will be bid as lump sum.

20171103034Contract ID:November 03, 2017Letting Date:

Projects:County: MARENGO

DBE Goal Percent: 3.00Contract Time:

Description: for constructing the Roadway Improvements (Grading, Drainage, Base, Pavement and TrafficStripe) on Gandy Ferry Road (Spillway Falls Park Access Road) from the junction of LowerPool Road to the junction of Lock and Dam Road in Demopolis. Length 0.921 mi.

60 Working Days

The Bracket Estimate on this project is from $632,100 to $772,567 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$26.00

034FLAP-FLAP(006)

Item No. Description Quantity Units201A002 Clearing And Grubbing (Maximum Allowable Bid $ 4,000.00 Per Acre) (Approximately

3 Acres)(1) LS

210A000 Unclassified Excavation 5,596 CUYD

210D001 Borrow Excavation (Loose Truckbed Measurement) 200 CUYD

301A042 Granular Soil Base Course, Type A, Road Mixed, 6" Compacted Thickness 20,232 SQYD

401A000 Bituminous Treatment A 11,485 SQYD

405A000 Tack Coat 136 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 1 Mile

408A052 Planing Existing Pavement (Approximately 1.10" Thru 2.0" Thick) 2,718 SQYD

424A361 Superpave Bituminous Concrete Wearing Surface Layer, 3/4" Maximum AggregateSize Mix, ESAL Range C/D

1,315 Ton

430B043 Aggregate Surfacing (1" Down, Crusher Run) 1,530 Ton

600A000 Mobilization (1) LS

602A000 Right Of Way Markers 4 Each

610D003 Filter Blanket, Geotextile 1,540 SQYD

637A000 Fence Reset 279 LF

645K500 Manhole Frame And Cover Reset 2 Each

650B000 Topsoil From Stockpiles 1,366 CUYD

652A100 Seeding 3 Acre

652C000 Mowing 6 Acre

654A001 Solid Sodding (Bermuda) 228 SQYD

656A010 Mulching 3 Acre

659C006 Erosion Control Product, Type C6 232 SQYD

665A000 Temporary Seeding 6 Acre

665B001 Temporary Mulching 18 Ton

665E000 Polyethylene 2,500 SQYD

665F000 Hay Bales 200 Each

665G000 Sand Bags 200 Each

665J002 Silt Fence 1,378 LF

665N000 Temporary Coarse Aggregate,ALDOT Number 1 50 Ton

665O001 Silt Fence Removal 1,378 LF

665Q002 Wattle 1,904 LF

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 34,000.00) (1) LS

701A235 Solid Yellow, Class 2, Type A Traffic Stripe 2 Mile

701C001 Solid Temporary Traffic Stripe 2 Mile

Item No. Description Quantity UnitsFLAP-FLAP(006) Page: 2

703A002 Traffic Control Markings, Class 2, Type A 309 SQFT

705A030 Pavement Markers, Class A-H, Type 2-C 44 Each

705A037 Pavement Markers, Class A-H, Type 2-D 127 Each

710A115 Class 4, Aluminum Flat Sign Panels 0.08" Thick Or Steel Flat Sign Panels 14 Gauge(Type III Or Type IV Background)

10 SQFT

710A126 Class 8, Aluminum Flat Sign Panels 0.08" Thick Or Steel Flat Sign Panels 14 Gauge(Type IX Background)

19 SQFT

710B021 Roadway Sign Post (#3 U Channel, Galvanized Steel or 2 ", 14 Ga Square TubularSteel)

70 LF

740B000 Construction Signs 366 SQFT

740D000 Channelizing Drums 142 Each

740E000 Cones (36 Inches High) 100 Each

740F002 Barricades, Type III 3 Each

740I002 Warning Lights, Type B 3 Each

740M001 Ballast For Cone 100 Each

( ) Item will be bid as lump sum.

20171103037Contract ID:November 03, 2017Letting Date:

Projects:Counties: BUTLER, LOWNDES, AND MONTGOMERY

Contract Time:

Description: for constructing the Cable Guiderail Installation on I-65 from 0.500 mile north of the CR-28Overpass west of Boling to the Catoma Creek Overpass in Montgomery. Length 46.699 mi.

130 Working Days

The Bracket Estimate on this project is from $2,108,081 to $2,576,543 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$7.00

037HSIP-I065(477)

Item No. Description Quantity Units210D021 Borrow Excavation (Loose Truckbed Measurement)(A4 or Better) 2,300 CUYD

600A000 Mobilization (1) LS

624A000 Cable Guiderail 147,124 LF

624B000 Cable Guiderail Anchor 92 Each

698A000 Construction Fuel (Maximum Bid Limited to $ 67,100.00) (1) LS

740B000 Construction Signs 1,160 SQFT

740C000 Special Construction Signs 64 SQFT

740D000 Channelizing Drums 500 Each

740E000 Cones (36 Inches High) 200 Each

740I002 Warning Lights, Type B 15 Each

740M001 Ballast For Cone 200 Each

741C010 Portable Sequential Arrow And Chevron Sign Unit 4 Each

742A001 Portable Changeable Message Sign, Type 2 4 Each

( ) Item will be bid as lump sum.

20171103044Contract ID:November 03, 2017Letting Date:

Projects:County: HOUSTON

DBE Goal Percent: 5.00Contract Time:

Description: for constructing the Pavement Preservation on SR-1 (US-231/US-431) from just north of thejunction of SR-210 (US-231/Ross Clark Circle) to the junction of Speigner Street in Dothan.Length 3.875 mi.

45 Working Days

The Bracket Estimate on this project is from $1,090,166 to $1,332,426 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$12.00

044NH-0001(600)

Item No. Description Quantity Units206D001 Removing Guardrail 538 LF

206E008 Removing Guardrail End Anchor (All Type) 4 Each

405A000 Tack Coat 7,652 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 16 Mile

408B001 Micro-Milling Existing Pavement(Approximately 1.10" Thru 2.00" Thick) 102,024 SQYD

410H000 Material Remixing Device 1 Each

410J000 Smoothness Data Collection, Certified Inertial Profiler 1 Each

424A361 Superpave Bituminous Concrete Wearing Surface Layer, 3/4" Maximum AggregateSize Mix, ESAL Range C/D

8,417 Ton

424B655 Superpave Bituminous Concrete Upper Binder Layer, Patching, 1" MaximumAggregate Size Mix, ESAL Range C/D

100 Ton

424B701 Superpave Bituminous Concrete Upper Binder Layer, Leveling, 3/8" MAximumAggregate Size mix, ESAL Range C/D

100 Ton

600A000 Mobilization (1) LS

630A001 Steel Beam Guardrail, Class A, Type 2 513 LF

630C003 Guardrail End Anchor, Type 13 2 Each

630C050 Guardrail End Anchor, Type 20 Series 2 Each

698A000 Construction Fuel (Maximum Bid Limited to $ 58,170.00) (1) LS

701A227 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 9 Mile

701A230 Solid Yellow, Class 2, Type A Traffic Stripe (5" Wide) 8 Mile

701A239 Broken White, Class 2, Type A Traffic Stripe (5" Wide) 6 Mile

701A244 Broken Yellow, Class 2, Type A Traffic Stripe (5" Wide) 1 Mile

701B207 Dotted, Class 2, Type A Traffic Stripe (5" Wide) 1,414 LF

701C000 Broken Temporary Traffic Stripe 12 Mile

701C001 Solid Temporary Traffic Stripe 16 Mile

701D007 Solid Traffic Stripe Removed (Paint) 1 Mile

701D008 Solid Traffic Stripe Removed (Plastic) 1 Mile

701D014 Broken Traffic Stripe Removed (Paint) 1 Mile

701D015 Broken Traffic Stripe Removed (Plastic) 1 Mile

701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 734 LF

701G154 Solid Yellow, Class W, Type A Traffic Stripe (5" Wide) 734 LF

701G249 Solid White, Class 2, Type A Traffic Stripe 1,554 LF

703A002 Traffic Control Markings, Class 2, Type A 14,415 SQFT

703B002 Traffic Control Legends, Class 2, Type A 929 SQFT

703D001 Temporary Traffic Control Markings 14,415 SQFT

703E001 Temporary Traffic Control Legends 929 SQFT

Item No. Description Quantity UnitsNH-0001(600) Page: 2

705A030 Pavement Markers, Class A-H, Type 2-C 765 Each

705A037 Pavement Markers, Class A-H, Type 2-D 487 Each

705A038 Pavement Markers, Class A-H, Type 2-E 594 Each

705A039 Pavement Markers, Class A-H, Type 2-A 16 Each

730H001 Loop Wire 17,725 LF

740B000 Construction Signs 1,681 SQFT

740C000 Special Construction Signs 36 SQFT

740D000 Channelizing Drums 8 Each

740E000 Cones (36 Inches High) 150 Each

740I005 Warning Lights, Type B (Detachable Head) 8 Each

740M001 Ballast For Cone 150 Each

740O000 Pilot Car 1 Each

( ) Item will be bid as lump sum.

20171103045Contract ID:November 03, 2017Letting Date:

Projects:County: JACKSON

DBE Goal Percent: 3.00Contract Time:

Description: for constructing the Planing, Resurfacing, and Traffic Stripe on SR-2 (US-72) from north of theintersection of CR-94 to the Tennessee State Line. Length 3.490 mi.

75 Working Days

The Bracket Estimate on this project is from $3,218,183 to $3,933,335 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$7.00

045NH-0002(577)

Item No. Description Quantity Units206D001 Removing Guardrail 5,613 LF

206E008 Removing Guardrail End Anchor (All Type) 40 Each

405A000 Tack Coat 22,065 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 21 Mile

408A051 Planing Existing Pavement (Approximately 0.00" Thru 1.0" Thick) 91,043 SQYD

408A054 Planing Existing Pavement (Approximately 3.10" Thru 4.0" Thick) 109,185 SQYD

410H000 Material Remixing Device 1 Each

410I000 Smoothness Testing, Certified Inertial Profiler 1 Each

424A360 Superpave Bituminous Concrete Wearing Surface Layer, 1/2" Maximum AggregateSize Mix, ESAL Range C/D

14,779 Ton

424A369 Superpave Bituminous Concrete Wearing Surface Layer, Widening, 1/2" MaximumAggregate Size Mix, ESAL Range C/D

179 Ton

424B651 Superpave Bituminous Concrete Upper Binder Layer, 1" Maximum Aggregate SizeMix, ESAL Range C/D

17,446 Ton

424C364 Superpave Bituminous Concrete Base Layer, Patching, 1" Maximum Aggregate SizeMix, ESAL Range C/D

350 Ton

428A001 Scoring Bituminous Pavement Surface 14 Mile

430B043 Aggregate Surfacing (1" Down, Crusher Run) 7,089 Ton

600A000 Mobilization (1) LS

630A001 Steel Beam Guardrail, Class A, Type 2 5,613 LF

630C003 Guardrail End Anchor, Type 13 16 Each

630C050 Guardrail End Anchor, Type 20 Series 24 Each

665Q002 Wattle 400 LF

698A000 Construction Fuel (Maximum Bid Limited to $ 182,000.00) (1) LS

701A227 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 10 Mile

701A230 Solid Yellow, Class 2, Type A Traffic Stripe (5" Wide) 10 Mile

701A239 Broken White, Class 2, Type A Traffic Stripe (5" Wide) 7 Mile

701B207 Dotted, Class 2, Type A Traffic Stripe (5" Wide) 3,397 LF

701C000 Broken Temporary Traffic Stripe 14 Mile

701C001 Solid Temporary Traffic Stripe 33 Mile

701G142 Broken White, Class W, Type A Traffic Stripe (5" Wide) 856 LF

701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 856 LF

701G154 Solid Yellow, Class W, Type A Traffic Stripe (5" Wide) 856 LF

701H002 Solid Traffic Stripe Removed (Tape) 1,712 LF

701H007 Broken Traffic Stripe Removed (Tape) 856 LF

703A002 Traffic Control Markings, Class 2, Type A 3,165 SQFT

703B002 Traffic Control Legends, Class 2, Type A 225 SQFT

Item No. Description Quantity UnitsNH-0002(577) Page: 2

705A030 Pavement Markers, Class A-H, Type 2-C 685 Each

705A031 Pavement Markers, Class A-H, Type 1-A 333 Each

705A032 Pavement Markers, Class A-H, Type 1-B 270 Each

705A038 Pavement Markers, Class A-H, Type 2-E 100 Each

740B000 Construction Signs 1,010 SQFT

740D000 Channelizing Drums 200 Each

740E000 Cones (36 Inches High) 200 Each

740I002 Warning Lights, Type B 2 Each

740M001 Ballast For Cone 200 Each

741C010 Portable Sequential Arrow And Chevron Sign Unit 2 Each

( ) Item will be bid as lump sum.

20171103048Contract ID:November 03, 2017Letting Date:

Projects:County: WASHINGTON

DBE Goal Percent: 5.00Contract Time:

Description: for constructing the Planing, Resurfacing, and Traffic Stripe on SR-57 (US-45) from thejunction of SR-17 to the Escatawpa River Bridge (MP 7.891) southeast of Fruitdale. Length7.770 mi.

50 Working Days

The Bracket Estimate on this project is from $1,224,588 to $1,496,719 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$5.00

048NH-0057(500)

Item No. Description Quantity Units405A000 Tack Coat 15,000 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 8 Mile

408A052 Planing Existing Pavement (Approximately 1.10" Thru 2.0" Thick) 144,000 SQYD

410H000 Material Remixing Device 1 Each

410J000 Smoothness Data Collection, Certified Inertial Profiler 1 Each

424A361 Superpave Bituminous Concrete Wearing Surface Layer, 3/4" Maximum AggregateSize Mix, ESAL Range C/D

12,400 Ton

424A370 Superpave Bituminous Concrete Wearing Surface Layer, Widening, 3/4" MaximumAggregate Size Mix, ESAL Range C/D

355 Ton

424B655 Superpave Bituminous Concrete Upper Binder Layer, Patching, 1" MaximumAggregate Size Mix, ESAL Range C/D

775 Ton

424B658 Superpave Bituminous Concrete Upper Binder Layer, Leveling, 3/4" MaximumAggregate Size Mix, ESAL Range C/D

250 Ton

428A001 Scoring Bituminous Pavement Surface 16 Mile

430B043 Aggregate Surfacing (1" Down, Crusher Run) 500 Ton

600A000 Mobilization (1) LS

650A000 Topsoil 1,000 CUYD

652A100 Seeding 4 Acre

652C000 Mowing 60 Acre

656A010 Mulching 4 Acre

665B001 Temporary Mulching 12 Ton

665J002 Silt Fence 500 LF

665O001 Silt Fence Removal 500 LF

665Q002 Wattle 500 LF

666A001 Pest Control Treatment 4 Acre

698A000 Construction Fuel (Maximum Bid Limited to $ 20,000.00) (1) LS

701A227 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 16 Mile

701A230 Solid Yellow, Class 2, Type A Traffic Stripe (5" Wide) 7 Mile

701A244 Broken Yellow, Class 2, Type A Traffic Stripe (5" Wide) 7 Mile

701C002 Broken Temporary Traffic Stripe (Paint) 28 Mile

701C003 Solid Temporary Traffic Stripe (Paint) 59 Mile

701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 2,584 LF

701G150 Broken Yellow, Class W, Type A Traffic Stripe (5" Wide) 442 LF

701G154 Solid Yellow, Class W, Type A Traffic Stripe (5" Wide) 1,700 LF

701H001 Solid Traffic Stripe Removed (Plastic) 4,284 LF

701H006 Broken Traffic Stripe Removed (Plastic) 442 LF

703A002 Traffic Control Markings, Class 2, Type A 136 SQFT

Item No. Description Quantity UnitsNH-0057(500) Page: 2

703D001 Temporary Traffic Control Markings 136 SQFT

705A032 Pavement Markers, Class A-H, Type 1-B 308 Each

705A037 Pavement Markers, Class A-H, Type 2-D 601 Each

740B000 Construction Signs 455 SQFT

740E000 Cones (36 Inches High) 200 Each

740M001 Ballast For Cone 200 Each

740O000 Pilot Car 1 Each

( ) Item will be bid as lump sum.

20171103051Contract ID:November 03, 2017Letting Date:

Projects:County: MARSHALL

DBE Goal Percent: 8.00Contract Time:

Description: for constructing the Bridge Replacement (Grading, Drainage, Base, Pavement, and RetainingWall) on SR-205 over Drum Creek in Albertville. Length 0.340 mi.

180 Working Days

The Bracket Estimate on this project is from $1,915,690 to $2,341,399 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$32.00

051RP-BR-0205(506)

Item No. Description Quantity Units201A002 Clearing And Grubbing (Maximum Allowable Bid $ 4,000.00 Per Acre) (Approximately

3 Acres)(1) LS

205A001 Removal Of Structures, Structure No. 1 1 Each

206A000 Removal Of Old Bridge, Station 531+90.00 (1) LS

206C003 Removing Concrete Flumes 23 SQYD

206D000 Removing Pipe 641 LF

206D001 Removing Guardrail 334 LF

206D011 Removing Fence 643 LF

206D030 Removing Utility Lines 104 LF

206E004 Removing Concrete Abutment 2 Each

206E008 Removing Guardrail End Anchor (All Type) 4 Each

210A000 Unclassified Excavation 3,233 CUYD

210D001 Borrow Excavation (Loose Truckbed Measurement) 524 CUYD

214A000 Structure Excavation 2,116 CUYD

214B001 Foundation Backfill, Commercial 305 CUYD

301A012 Crushed Aggregate Base Course, Type B, Plant Mixed, 6" Compacted Thickness 5,735 SQYD

305B078 Crushed Aggregate, Section 825, Type B, For Miscellaneous Use 500 Ton

401A000 Bituminous Treatment A 4,334 SQYD

405A000 Tack Coat 200 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 1 Mile

408A052 Planing Existing Pavement (Approximately 1.10" Thru 2.0" Thick) 245 SQYD

410H000 Material Remixing Device 1 Each

424A340 Superpave Bituminous Concrete Wearing Surface Layer, 1/2" Maximum AggregateSize Mix, ESAL Range A/B

351 Ton

424A349 Superpave Bituminous Concrete Wearing Surface Layer, Widening, 1/2" MaximumAggregate Size Mix, ESAL Range A/B

28 Ton

424B636 Superpave Bituminous Concrete Upper Binder Layer, 1" Maximum Aggregate SizeMix, ESAL Range A/B

669 Ton

424C340 Superpave Bituminous Concrete Base Layer, 1" Maximum Aggregate Size Mix, ESALRange A/B

759 Ton

430B044 Aggregate Surfacing (ALDOT #4) 42 Ton

450B000 Reinforced Cement Concrete Bridge End Slab 135 SQYD

502A000 Steel Reinforcement 19,130 LB

502B000 Steel Reinforcement For Bridge Superstructure, Station 531+75.00, Approximately31,100 Pounds

(1) LS

506A005 Drilled Shaft Excavation, 3'-6" Diameter 13 LF

506B002 Special Drilled Shaft Excavation, 3'-6" Diameter 29 LF

506C041 Drilled Shaft Construction, 3'-6" Diameter, Class DS1 Concrete 41 LF

Item No. Description Quantity UnitsRP-BR-0205(506) Page: 2

508A000 Structural Steel 4,634 LB

510A007 Bridge Substructure Concrete 70 CUYD

510C051 Bridge Concrete Superstructure, Station 531+75.00, Approximately 165 Cubic Yards (1) LS

510E000 Grooving Concrete Bridge Decks 396 SQYD

511A053 Elastomeric Bearing Type 2 (Mark B4) 8 Each

513B017 Pretensioned-Prestressed Concrete Girders, Type BT-72 (Specialty Item) 528 LF

529A010 Retaining Wall 1,309 SQFT

530A001 18" Roadway Pipe (Class 3 R.C.) 153 LF

530A002 24" Roadway Pipe (Class 3 R.C.) 6 LF

530A004 36" Roadway Pipe (Class 3 R.C.) 61 LF

533A098 18" Storm Sewer Pipe (Class 3 R.C.) 477 LF

533A099 24" Storm Sewer Pipe (Class 3 R.C.) 538 LF

533A101 36" Storm Sewer Pipe (Class 3 R.C.) 706 LF

535A001 18" Side Drain Pipe 53 LF

600A000 Mobilization (1) LS

601A000 Furnishing Base, Soil And Structure Laboratories 1 Each

602A000 Right Of Way Markers 20 Each

606A000 6" Underdrain Pipe 100 LF

610C001 Loose Riprap, Class 2 258 Ton

610D003 Filter Blanket, Geotextile 2,491 SQYD

614A000 Slope Paving 12 CUYD

618B003 Concrete Driveway, 6" Thick (Includes Wire Mesh) 226 SQYD

619A002 18" Roadway Pipe End Treatment, Class 1 2 Each

619A055 36" Roadway Pipe End Treatment, Class 2 1 Each

619A101 18" Side Drain Pipe End Treatment, Class 1 4 Each

621A011 Junction Boxes, Type 1 Or 1P 3 Each

621B011 Junction Box Units, Type 1 Or 1P 6 Each

621C008 Inlets, Type E 5 Each

621C015 Inlets, Type S1 Or S3 (1 Wing) 5 Each

621C016 Inlets, Type S2 Or S4 (1 Wing) 4 Each

621C109 Inlets, Type PD 5 Each

621D008 Inlet Units, Type E 7 Each

621D015 Inlet Units, Type S1 Or S3 4 Each

621D016 Inlet Units, Type S2 Or S4 1 Each

623A000 Concrete Gutter 424 LF

623C000 Combination Curb & Gutter, Type C 2,824 LF

630A001 Steel Beam Guardrail, Class A, Type 2 213 LF

630C000 Guardrail End Anchor, Type 10 2 Each

630C003 Guardrail End Anchor, Type 13 4 Each

630C050 Guardrail End Anchor, Type 20 Series 2 Each

635A002 Woven Wire Fence (Wood Posts) 263 LF

636A000 Barbed Wire Fence, 4 Strands, 4 Feet High 40 LF

636A002 Barbed Wire Fence, 5 Strands, 5 Feet High 129 LF

637A000 Fence Reset 96 LF

650A000 Topsoil 642 CUYD

650B000 Topsoil From Stockpiles 100 CUYD

Item No. Description Quantity UnitsRP-BR-0205(506) Page: 3

652A100 Seeding 1 Acre

652C000 Mowing 4 Acre

654A001 Solid Sodding (Bermuda) 3,247 SQYD

656A010 Mulching 1 Acre

659C001 Erosion Control Product, Type S3 3,952 SQYD

659C006 Erosion Control Product, Type C6 947 SQYD

665A000 Temporary Seeding 2 Acre

665B001 Temporary Mulching 6 Ton

665E000 Polyethylene 500 SQYD

665F000 Hay Bales 500 Each

665G000 Sand Bags 500 Each

665I000 Temporary Riprap, Class 2 627 Ton

665J002 Silt Fence 2,334 LF

665N000 Temporary Coarse Aggregate,ALDOT Number 1 234 Ton

665O001 Silt Fence Removal 2,334 LF

665P005 Inlet Protection, Stage 3 Or 4 18 Each

665Q002 Wattle 1,250 LF

666A001 Pest Control Treatment 2 Acre

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 98,000.00) (1) LS

701A227 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 1 Mile

701A230 Solid Yellow, Class 2, Type A Traffic Stripe (5" Wide) 1 Mile

701C001 Solid Temporary Traffic Stripe 2 Mile

701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 270 LF

701G154 Solid Yellow, Class W, Type A Traffic Stripe (5" Wide) 270 LF

705A037 Pavement Markers, Class A-H, Type 2-D 45 Each

710A115 Class 4, Aluminum Flat Sign Panels 0.08" Thick Or Steel Flat Sign Panels 14 Gauge(Type III Or Type IV Background)

28 SQFT

710B021 Roadway Sign Post (#3 U Channel, Galvanized Steel or 2 ", 14 Ga Square TubularSteel)

56 LF

740B000 Construction Signs 634 SQFT

740D000 Channelizing Drums 100 Each

740E000 Cones (36 Inches High) 25 Each

740F002 Barricades, Type III 8 Each

740I002 Warning Lights, Type B 4 Each

740M001 Ballast For Cone 25 Each

742A001 Portable Changeable Message Sign, Type 2 2 Each

( ) Item will be bid as lump sum.

20171103054Contract ID:November 03, 2017Letting Date:

Projects:County: LOWNDES

DBE Goal Percent: 4.00Contract Time:

Description: for constructing the Planing, Resurfacing, and Traffic Stripe on SR-3 (US-31) from 0.750 milesouth of the junction of Julian Town Road to the Montgomery County Line. Length 5.208 mi.

40 Working Days

The Bracket Estimate on this project is from $2,147,264 to $2,624,434 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$3.00

054STPAA-0003(612)

Item No. Description Quantity Units212A000 Machine Grading Shoulders 495 STA

401B107 Bituminous Treatment KG (With Polymer Additive) 77,300 SQYD

405A000 Tack Coat 8,000 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 6 Mile

408A051 Planing Existing Pavement (Approximately 0.00" Thru 1.0" Thick) 95,000 SQYD

410H000 Material Remixing Device 1 Each

410I000 Smoothness Testing, Certified Inertial Profiler 1 Each

424A360 Superpave Bituminous Concrete Wearing Surface Layer, 1/2" Maximum AggregateSize Mix, ESAL Range C/D

6,200 Ton

424A369 Superpave Bituminous Concrete Wearing Surface Layer, Widening, 1/2" MaximumAggregate Size Mix, ESAL Range C/D

850 Ton

424B650 Superpave Bituminous Concrete Upper Binder Layer, 3/4" Maximum Aggregate SizeMix, ESAL Range C/D

6,700 Ton

424B654 Superpave Bituminous Concrete Upper Binder Layer, Patching, 3/4" MaximumAggregate Size Mix, ESAL Range C/D

2,700 Ton

424B657 Superpave Bituminous Concrete Upper Binder Layer, Leveling, 1/2" MaximumAggregate Size Mix, ESAL Range C/D

600 Ton

424B686 Superpave Bituminous Concrete Lower Binder Layer, Patching, 1 1/2" MaximumAggregate Size Mix, ESAL Range C/D

3,000 Ton

428A001 Scoring Bituminous Pavement Surface 10 Mile

430B043 Aggregate Surfacing (1" Down, Crusher Run) 2,750 Ton

600A000 Mobilization (1) LS

665J002 Silt Fence 250 LF

665O001 Silt Fence Removal 250 LF

665Q002 Wattle 250 LF

698A000 Construction Fuel (Maximum Bid Limited to $ 126,000.00) (1) LS

701A227 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 10 Mile

701A230 Solid Yellow, Class 2, Type A Traffic Stripe (5" Wide) 6 Mile

701A244 Broken Yellow, Class 2, Type A Traffic Stripe (5" Wide) 3 Mile

701C000 Broken Temporary Traffic Stripe 3 Mile

701C001 Solid Temporary Traffic Stripe 80 Mile

701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 944 LF

701G150 Broken Yellow, Class W, Type A Traffic Stripe (5" Wide) 472 LF

701H001 Solid Traffic Stripe Removed (Plastic) 944 LF

701H006 Broken Traffic Stripe Removed (Plastic) 472 LF

703A002 Traffic Control Markings, Class 2, Type A 899 SQFT

703D001 Temporary Traffic Control Markings 899 SQFT

705A030 Pavement Markers, Class A-H, Type 2-C 94 Each

Item No. Description Quantity UnitsSTPAA-0003(612) Page: 2

705A037 Pavement Markers, Class A-H, Type 2-D 571 Each

740B000 Construction Signs 796 SQFT

740D000 Channelizing Drums 500 Each

740E000 Cones (36 Inches High) 300 Each

740M001 Ballast For Cone 300 Each

740O000 Pilot Car 1 Each

( ) Item will be bid as lump sum.

20171103055Contract ID:November 03, 2017Letting Date:

Projects:County: BULLOCK

DBE Goal Percent: 3.00Contract Time:

Description: for constructing the Planing, Resurfacing, Concrete Pavement Rehabilitation, and TrafficStripe on SR-6 from the junction of SR-15 to the end of the concrete pavement on US-82 (MP199.141) (Site 1) and the Planing, Resurfacing, and Traffic Stripe on SR-197 from the junctionof SR-15 (US-29) to the junction of SR-6 (US-82) (Site 2) in Union Springs. Length 1.296 mi.

50 Working Days

The Bracket Estimate on this project is from $1,424,163 to $1,740,644 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$6.00

055STPAA-0006(569), STPAA-0197(500)

Item No. Description Quantity Units206C002 Removing Concrete Slope Paving 124 SQYD

305B077 Crushed Aggregate, Section 825, For Miscellaneous Use 800 Ton

401A004 Bituminous Treatment E 28,752 SQYD

405A000 Tack Coat 1,835 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 5 Mile

408A051 Planing Existing Pavement (Approximately 0.00" Thru 1.0" Thick) 2,534 SQYD

408A053 Planing Existing Pavement (Approximately 2.10" Thru 3.0" Thick) 31,281 SQYD

410H000 Material Remixing Device 2 Each

410I000 Smoothness Testing, Certified Inertial Profiler 1 Each

424A356 Superpave Bituminous Concrete Wearing Surface Layer, 3/8" Maximum AggregateSize Mix, ESAL Range C/D

2,079 Ton

424A359 Superpave Bituminous Concrete Wearing Surface Layer, Widening, 3/8" MaximumAggregate Size Mix,ESAL Range C/D

153 Ton

424B650 Superpave Bituminous Concrete Upper Binder Layer, 3/4" Maximum Aggregate SizeMix, ESAL Range C/D

3,250 Ton

424B653 Superpave Bituminous Concrete Upper Binder Layer, Patching, 1/2" MaximumAggregate Size Mix, ESAL Range C/D

250 Ton

424B654 Superpave Bituminous Concrete Upper Binder Layer, Patching, 3/4" MaximumAggregate Size Mix, ESAL Range C/D

200 Ton

424B657 Superpave Bituminous Concrete Upper Binder Layer, Leveling, 1/2" MaximumAggregate Size Mix, ESAL Range C/D

450 Ton

453C000 Removal Of Concrete Pavement Slab 1,600 SQYD

453D000 Concrete Pavement Replacement Slab 360 CUYD

454A002 Cleaning And Sealing Concrete Pavement, Type II, Joints 9,219 LF

454A003 Cleaning And Sealing Concrete Pavement, Type II, Cracks 2,305 LF

455A000 Grinding Concrete Pavement 6,300 SQYD

600A000 Mobilization (1) LS

610C001 Loose Riprap, Class 2 15 Ton

610D003 Filter Blanket, Geotextile 225 SQYD

614A000 Slope Paving 6 CUYD

641S500 Valve Box Reset 4 Each

645K500 Manhole Frame And Cover Reset 15 Each

650A000 Topsoil 200 CUYD

652A100 Seeding 1 Acre

652C000 Mowing 1 Acre

656A010 Mulching 1 Acre

665A000 Temporary Seeding 1 Acre

Item No. Description Quantity UnitsSTPAA-0006(569) Page: 2

665B001 Temporary Mulching 3 Ton

665F000 Hay Bales 100 Each

665G000 Sand Bags 100 Each

665J002 Silt Fence 2,400 LF

665O001 Silt Fence Removal 2,400 LF

665Q002 Wattle 308 LF

666A001 Pest Control Treatment 1 Acre

698A000 Construction Fuel (Maximum Bid Limited to $ 76,000.00) (1) LS

701A227 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 3 Mile

701A230 Solid Yellow, Class 2, Type A Traffic Stripe (5" Wide) 2 Mile

701B207 Dotted, Class 2, Type A Traffic Stripe (5" Wide) 370 LF

701C001 Solid Temporary Traffic Stripe 10 Mile

701E000 Solid Temporary Traffic Stripe ` 5,444 LF

701F000 Dotted Temporary Traffic Stripe 740 LF

701G253 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 3,076 LF

701G265 Solid Yellow, Class 2, Type A Traffic Stripe (5" Wide) 2,604 LF

703A002 Traffic Control Markings, Class 2, Type A 1,911 SQFT

703B002 Traffic Control Legends, Class 2, Type A 45 SQFT

703D001 Temporary Traffic Control Markings 3,821 SQFT

703E001 Temporary Traffic Control Legends 90 SQFT

705A037 Pavement Markers, Class A-H, Type 2-D 413 Each

740B000 Construction Signs 1,469 SQFT

740C000 Special Construction Signs 80 SQFT

740D000 Channelizing Drums 300 Each

740E000 Cones (36 Inches High) 150 Each

740M001 Ballast For Cone 150 Each

( ) Item will be bid as lump sum.

20171103057Contract ID:November 03, 2017Letting Date:

Projects:County: WILCOX

DBE Goal Percent: 2.00Contract Time:

Description: for constructing the Resurfacing and Traffic Stripe on SR-162 from 1.750 miles west of thejunction of CR-193 (Clifton Ferry Road) to 2.500 miles east of the junction of CR-194 (GatesRoad). Length 6.620 mi.

35 Working Days

The Bracket Estimate on this project is from $764,177 to $933,994 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$5.00

057STPAA-0162(504)

Item No. Description Quantity Units405A000 Tack Coat 8,500 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 7 Mile

410H000 Material Remixing Device 1 Each

410J000 Smoothness Data Collection, Certified Inertial Profiler 1 Each

424A341 Superpave Bituminous Concrete Wearing Surface Layer, 3/4" Maximum AggregateSize Mix, ESAL Range A/B

6,797 Ton

424A350 Superpave Bituminous Concrete Wearing Surface Layer, Widening, 3/4" MaximumAggregate Size Mix, ESAL Range A/B

200 Ton

424B640 Superpave Bituminous Concrete Upper Binder Layer, Patching, 1" MaximumAggregate Size Mix, ESAL Range A/B

100 Ton

424B643 Superpave Bituminous Concrete Upper Binder Layer, Leveling, 3/4" MaximumAggregate Size Mix, ESAL Range A/B

500 Ton

430B043 Aggregate Surfacing (1" Down, Crusher Run) 1,950 Ton

600A000 Mobilization (1) LS

650A000 Topsoil 2,000 CUYD

652A100 Seeding 5 Acre

652C000 Mowing 48 Acre

656A010 Mulching 5 Acre

665J002 Silt Fence 450 LF

665O001 Silt Fence Removal 450 LF

665Q002 Wattle 700 LF

698A000 Construction Fuel (Maximum Bid Limited to $ 41,000.00) (1) LS

701A227 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 14 Mile

701A230 Solid Yellow, Class 2, Type A Traffic Stripe (5" Wide) 11 Mile

701A244 Broken Yellow, Class 2, Type A Traffic Stripe (5" Wide) 2 Mile

701C002 Broken Temporary Traffic Stripe (Paint) 2 Mile

701C003 Solid Temporary Traffic Stripe (Paint) 27 Mile

703A002 Traffic Control Markings, Class 2, Type A 45 SQFT

703D002 Temporary Traffic Control Markings (Paint) 45 SQFT

705A032 Pavement Markers, Class A-H, Type 1-B 76 Each

705A037 Pavement Markers, Class A-H, Type 2-D 601 Each

740B000 Construction Signs 252 SQFT

740E000 Cones (36 Inches High) 200 Each

740M001 Ballast For Cone 200 Each

740O000 Pilot Car 1 Each

( ) Item will be bid as lump sum.

20171103058Contract ID:November 03, 2017Letting Date:

Projects:County: BALDWIN

DBE Goal Percent: 4.00Contract Time:

Description: for constructing the Planing, Resurfacing, and Traffic Stripe on SR-182 from MP 0.000 to thejunction of West Lagoon Avenue in Gulf Shores. Length 5.189 mi.

40 Working Days

The Bracket Estimate on this project is from $844,796 to $1,032,529 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$5.00

058STPAA-0182(504)

Item No. Description Quantity Units405A000 Tack Coat 12,354 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 16 Mile

408A052 Planing Existing Pavement (Approximately 1.10" Thru 2.0" Thick) 123,536 SQYD

410H000 Material Remixing Device 1 Each

410J000 Smoothness Data Collection, Certified Inertial Profiler 1 Each

424A360 Superpave Bituminous Concrete Wearing Surface Layer, 1/2" Maximum AggregateSize Mix, ESAL Range C/D

10,084 Ton

424A369 Superpave Bituminous Concrete Wearing Surface Layer, Widening, 1/2" MaximumAggregate Size Mix, ESAL Range C/D

54 Ton

424B653 Superpave Bituminous Concrete Upper Binder Layer, Patching, 1/2" MaximumAggregate Size Mix, ESAL Range C/D

25 Ton

424B657 Superpave Bituminous Concrete Upper Binder Layer, Leveling, 1/2" MaximumAggregate Size Mix, ESAL Range C/D

25 Ton

428A001 Scoring Bituminous Pavement Surface 8 Mile

600A000 Mobilization (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 8,000.00) (1) LS

701A227 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 23 Mile

701A230 Solid Yellow, Class 2, Type A Traffic Stripe (5" Wide) 3 Mile

701A244 Broken Yellow, Class 2, Type A Traffic Stripe (5" Wide) 5 Mile

701B207 Dotted, Class 2, Type A Traffic Stripe (5" Wide) 36 LF

701C000 Broken Temporary Traffic Stripe 10 Mile

701C001 Solid Temporary Traffic Stripe 29 Mile

701G252 Solid White, Class 2, Type A Traffic Stripe (5" Wide) (Rumble Strip) 300 LF

703A002 Traffic Control Markings, Class 2, Type A 1,684 SQFT

703B002 Traffic Control Legends, Class 2, Type A 45 SQFT

703D001 Temporary Traffic Control Markings 131 SQFT

705A030 Pavement Markers, Class A-H, Type 2-C 9 Each

705A032 Pavement Markers, Class A-H, Type 1-B 135 Each

705A037 Pavement Markers, Class A-H, Type 2-D 311 Each

705A038 Pavement Markers, Class A-H, Type 2-E 36 Each

740B000 Construction Signs 582 SQFT

740E000 Cones (36 Inches High) 250 Each

740M001 Ballast For Cone 250 Each

( ) Item will be bid as lump sum.

20171103063Contract ID:November 03, 2017Letting Date:

Projects:Counties: COFFEE AND COVINGTONDBE Goal Percent: 5.00Contract Time:

Description: for constructing the Safety Widening, Planing, Resurfacing, and Traffic Stripe on SR-134 fromthe junction of SR-9 (US-331) in Opp to the junction of SR-87 west of Goodman. Length12.250 mi.

85 Working Days

The Bracket Estimate on this project is from $3,196,589 to $3,906,942 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$18.00

063STPAA-HSIP-0134(507)

Item No. Description Quantity Units206C010 Removing Concrete Driveway 407 SQYD

206D001 Removing Guardrail 2,150 LF

206E008 Removing Guardrail End Anchor (All Type) 16 Each

209A000 Mailbox Reset, Single 12 Each

209A001 Mailbox Reset, Double 1 Each

210D021 Borrow Excavation (Loose Truckbed Measurement)(A4 or Better) 1,770 CUYD

212A000 Machine Grading Shoulders 1,275 STA

405A000 Tack Coat 14,882 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 13 Mile

408B001 Micro-Milling Existing Pavement(Approximately 1.10" Thru 2.00" Thick) 170,086 SQYD

410H000 Material Remixing Device 1 Each

410I000 Smoothness Testing, Certified Inertial Profiler 1 Each

424A361 Superpave Bituminous Concrete Wearing Surface Layer, 3/4" Maximum AggregateSize Mix, ESAL Range C/D

16,470 Ton

424A370 Superpave Bituminous Concrete Wearing Surface Layer, Widening, 3/4" MaximumAggregate Size Mix, ESAL Range C/D

219 Ton

424B650 Superpave Bituminous Concrete Upper Binder Layer, 3/4" Maximum Aggregate SizeMix, ESAL Range C/D

14,230 Ton

424B655 Superpave Bituminous Concrete Upper Binder Layer, Patching, 1" MaximumAggregate Size Mix, ESAL Range C/D

250 Ton

424B663 Superpave Bituminous Concrete Upper Binder Layer, Widening, 1 1/2" MaximumAggregate Size Mix, ESAL Range C/D

4,961 Ton

424B701 Superpave Bituminous Concrete Upper Binder Layer, Leveling, 3/8" MAximumAggregate Size mix, ESAL Range C/D

250 Ton

428A001 Scoring Bituminous Pavement Surface 25 Mile

600A000 Mobilization (1) LS

610D003 Filter Blanket, Geotextile 50 SQYD

630A001 Steel Beam Guardrail, Class A, Type 2 2,700 LF

630C003 Guardrail End Anchor, Type 13 8 Each

630C050 Guardrail End Anchor, Type 20 Series 8 Each

650A000 Topsoil 4,130 CUYD

652A100 Seeding 30 Acre

652C000 Mowing 147 Acre

656A010 Mulching 30 Acre

659C002 Erosion Control Product, Type S2 600 SQYD

665A000 Temporary Seeding 10 Acre

665B001 Temporary Mulching 30 Ton

665E000 Polyethylene 100 SQYD

Item No. Description Quantity UnitsSTPAA-HSIP-0134(507) Page: 2

665G000 Sand Bags 510 Each

665J002 Silt Fence 970 LF

665N000 Temporary Coarse Aggregate,ALDOT Number 1 25 Ton

665O001 Silt Fence Removal 970 LF

665Q002 Wattle 1,330 LF

666A001 Pest Control Treatment 30 Acre

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 170,280.00) (1) LS

701A227 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 25 Mile

701A230 Solid Yellow, Class 2, Type A Traffic Stripe (5" Wide) 16 Mile

701A244 Broken Yellow, Class 2, Type A Traffic Stripe (5" Wide) 7 Mile

701B207 Dotted, Class 2, Type A Traffic Stripe (5" Wide) 775 LF

701C000 Broken Temporary Traffic Stripe 19 Mile

701C001 Solid Temporary Traffic Stripe 96 Mile

701D007 Solid Traffic Stripe Removed (Paint) 1 Mile

701D008 Solid Traffic Stripe Removed (Plastic) 1 Mile

701D014 Broken Traffic Stripe Removed (Paint) 1 Mile

701D015 Broken Traffic Stripe Removed (Plastic) 1 Mile

701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 1,800 LF

701G154 Solid Yellow, Class W, Type A Traffic Stripe (5" Wide) 1,800 LF

701G252 Solid White, Class 2, Type A Traffic Stripe (5" Wide) (Rumble Strip) 900 LF

703A002 Traffic Control Markings, Class 2, Type A 1,532 SQFT

703B002 Traffic Control Legends, Class 2, Type A 90 SQFT

703D001 Temporary Traffic Control Markings 2,500 SQFT

705A030 Pavement Markers, Class A-H, Type 2-C 108 Each

705A032 Pavement Markers, Class A-H, Type 1-B 300 Each

705A037 Pavement Markers, Class A-H, Type 2-D 1,240 Each

740B000 Construction Signs 2,001 SQFT

740C000 Special Construction Signs 36 SQFT

740E000 Cones (36 Inches High) 150 Each

740M001 Ballast For Cone 150 Each

740O000 Pilot Car 1 Each

( ) Item will be bid as lump sum.

20171103064Contract ID:November 03, 2017Letting Date:

Projects:County: MONROE

DBE Goal Percent: 2.00Contract Time:

Description: for constructing the Safety Widening, Resurfacing, and Traffic Stripe on SR-265 from thejunction of SR-21 to the Wilcox County Line north of Beatrice. Length 7.924 mi.

50 Working Days

The Bracket Estimate on this project is from $1,380,301 to $1,687,034 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$7.00

064STPAA-HSIP-0265(501)

Item No. Description Quantity Units206D001 Removing Guardrail 350 LF

206E019 Removing Guardrail End Anchor (Type 10) 16 Each

212A000 Machine Grading Shoulders 741 STA

405A000 Tack Coat 15,000 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 8 Mile

410H000 Material Remixing Device 1 Each

410J000 Smoothness Data Collection, Certified Inertial Profiler 1 Each

424A361 Superpave Bituminous Concrete Wearing Surface Layer, 3/4" Maximum AggregateSize Mix, ESAL Range C/D

11,100 Ton

424A370 Superpave Bituminous Concrete Wearing Surface Layer, Widening, 3/4" MaximumAggregate Size Mix, ESAL Range C/D

545 Ton

424B655 Superpave Bituminous Concrete Upper Binder Layer, Patching, 1" MaximumAggregate Size Mix, ESAL Range C/D

315 Ton

424B701 Superpave Bituminous Concrete Upper Binder Layer, Leveling, 3/8" MAximumAggregate Size mix, ESAL Range C/D

800 Ton

424C370 Superpave Bituminous Concrete Base Layer, Widening, 1" Maximum Aggregate SizeMix, ESAL Range C/D

3,220 Ton

428A001 Scoring Bituminous Pavement Surface 16 Mile

430B043 Aggregate Surfacing (1" Down, Crusher Run) 1,100 Ton

600A000 Mobilization (1) LS

630A001 Steel Beam Guardrail, Class A, Type 2 300 LF

630C050 Guardrail End Anchor, Type 20 Series 16 Each

650A000 Topsoil 1,586 CUYD

652A100 Seeding 9 Acre

652C000 Mowing 47 Acre

656A010 Mulching 9 Acre

665B001 Temporary Mulching 27 Ton

665J002 Silt Fence 750 LF

665O001 Silt Fence Removal 750 LF

665Q002 Wattle 750 LF

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 86,000.00) (1) LS

701A227 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 16 Mile

701A230 Solid Yellow, Class 2, Type A Traffic Stripe (5" Wide) 12 Mile

701A244 Broken Yellow, Class 2, Type A Traffic Stripe (5" Wide) 4 Mile

701C002 Broken Temporary Traffic Stripe (Paint) 7 Mile

701C003 Solid Temporary Traffic Stripe (Paint) 40 Mile

701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 1,394 LF

Item No. Description Quantity UnitsSTPAA-HSIP-0265(501) Page: 2

701G150 Broken Yellow, Class W, Type A Traffic Stripe (5" Wide) 697 LF

701G252 Solid White, Class 2, Type A Traffic Stripe (5" Wide) (Rumble Strip) 900 LF

701H001 Solid Traffic Stripe Removed (Plastic) 1,394 LF

701H006 Broken Traffic Stripe Removed (Plastic) 697 LF

703A002 Traffic Control Markings, Class 2, Type A 1,098 SQFT

703B002 Traffic Control Legends, Class 2, Type A 295 SQFT

703D002 Temporary Traffic Control Markings (Paint) 1,098 SQFT

703E002 Temporary Traffic Control Legends (Paint) 295 SQFT

705A032 Pavement Markers, Class A-H, Type 1-B 139 Each

705A037 Pavement Markers, Class A-H, Type 2-D 840 Each

740B000 Construction Signs 476 SQFT

740E000 Cones (36 Inches High) 200 Each

740M001 Ballast For Cone 200 Each

740O000 Pilot Car 1 Each

( ) Item will be bid as lump sum.

20171103067Contract ID:November 03, 2017Letting Date:

Projects:County: JACKSON

DBE Goal Percent: 3.00Contract Time:

Description: for constructing the Resurfacing and Traffic Stripe on CR-63 from the Marshall County Line tothe junction of Hodges Street in Woodville. Length 1.665 mi.

30 Working Days

The Bracket Estimate on this project is from $459,150 to $561,184 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$6.00

067STPNU-3616(251)

Item No. Description Quantity Units206C010 Removing Concrete Driveway 54 SQYD

206D001 Removing Guardrail 639 LF

206D002 Removing Curb 18 LF

206E008 Removing Guardrail End Anchor (All Type) 8 Each

401B100 Bituminous Treatment E (With Polymer Additive) 21,203 SQYD

405A000 Tack Coat 937 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 2 Mile

424A341 Superpave Bituminous Concrete Wearing Surface Layer, 3/4" Maximum AggregateSize Mix, ESAL Range A/B

2,449 Ton

424B644 Superpave Bituminous Concrete Upper Binder Layer, Leveling, 1" MaximumAggregate Size Mix, ESAL Range A/B

500 Ton

424C344 Superpave Bituminous Concrete Base Layer, Patching, 1" Maximum Aggregate SizeMix, ESAL Range A/B

1,250 Ton

430B043 Aggregate Surfacing (1" Down, Crusher Run) 804 Ton

600A000 Mobilization (1) LS

618C000 Truncated Dome Retrofit 24 SQFT

630A001 Steel Beam Guardrail, Class A, Type 2 713 LF

630C022 Guardrail End Anchor, Type Special 8 Each

630C070 Guardrail End Anchor, Type 10 Series 8 Each

698A000 Construction Fuel (Maximum Bid Limited to $ 29,000.00) (1) LS

701A231 Solid White, Class 2, Type A Traffic Stripe 3 Mile

701A235 Solid Yellow, Class 2, Type A Traffic Stripe 2 Mile

701A245 Broken Yellow, Class 2, Type A Traffic Stripe 1 Mile

701C000 Broken Temporary Traffic Stripe 2 Mile

701C001 Solid Temporary Traffic Stripe 4 Mile

703A002 Traffic Control Markings, Class 2, Type A 216 SQFT

703B002 Traffic Control Legends, Class 2, Type A 273 SQFT

705A007 Pavement Markers, Class B, Type 1-A 27 Each

705A032 Pavement Markers, Class A-H, Type 1-B 28 Each

705A037 Pavement Markers, Class A-H, Type 2-D 166 Each

740B000 Construction Signs 369 SQFT

740E000 Cones (36 Inches High) 100 Each

740M001 Ballast For Cone 100 Each

740O000 Pilot Car 1 Each

( ) Item will be bid as lump sum.

20171103070Contract ID:November 03, 2017Letting Date:

Projects:County: GENEVA

DBE Goal Percent: 5.00Contract Time:

Description: for constructing the Safety Widening, Planing, Resurfacing, and Traffic Stripe on SR-52 fromthe East City Limits of Geneva to the intersection of SR-167 in Hartford to include the Scoringof Paved Safety Shoulders on SR-167 from the Florida State Line to the junction of SR-123 inHartford. Length 8.600 mi.

60 Working Days

The Bracket Estimate on this project is from $1,810,017 to $2,212,243 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$12.00

070STPNU-HSIP-0052(514), HSIP-0167(510)

Item No. Description Quantity Units206C010 Removing Concrete Driveway 453 SQYD

209A000 Mailbox Reset, Single 12 Each

209A001 Mailbox Reset, Double 2 Each

210D021 Borrow Excavation (Loose Truckbed Measurement)(A4 or Better) 100 CUYD

212A000 Machine Grading Shoulders 909 STA

405A000 Tack Coat 11,500 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 11 Mile

408B001 Micro-Milling Existing Pavement(Approximately 1.10" Thru 2.00" Thick) 143,000 SQYD

410H000 Material Remixing Device 1 Each

410J000 Smoothness Data Collection, Certified Inertial Profiler 1 Each

424A361 Superpave Bituminous Concrete Wearing Surface Layer, 3/4" Maximum AggregateSize Mix, ESAL Range C/D

13,550 Ton

424A370 Superpave Bituminous Concrete Wearing Surface Layer, Widening, 3/4" MaximumAggregate Size Mix, ESAL Range C/D

700 Ton

424B655 Superpave Bituminous Concrete Upper Binder Layer, Patching, 1" MaximumAggregate Size Mix, ESAL Range C/D

100 Ton

424B663 Superpave Bituminous Concrete Upper Binder Layer, Widening, 1 1/2" MaximumAggregate Size Mix, ESAL Range C/D

3,600 Ton

424B701 Superpave Bituminous Concrete Upper Binder Layer, Leveling, 3/8" MAximumAggregate Size mix, ESAL Range C/D

100 Ton

428A001 Scoring Bituminous Pavement Surface 32 Mile

600A000 Mobilization (1) LS

610D003 Filter Blanket, Geotextile 50 SQYD

650A000 Topsoil 3,000 CUYD

652A100 Seeding 17 Acre

652C000 Mowing 80 Acre

656A010 Mulching 17 Acre

659C002 Erosion Control Product, Type S2 150 SQYD

665A000 Temporary Seeding 17 Acre

665B001 Temporary Mulching 51 Ton

665G000 Sand Bags 300 Each

665J002 Silt Fence 2,500 LF

665N000 Temporary Coarse Aggregate,ALDOT Number 1 75 Ton

665O001 Silt Fence Removal 2,500 LF

665P005 Inlet Protection, Stage 3 Or 4 4 Each

665Q002 Wattle 2,400 LF

Item No. Description Quantity UnitsSTPNU-HSIP-0052(514) Page: 2

666A001 Pest Control Treatment 17 Acre

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 58,500.00) (1) LS

701A227 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 18 Mile

701A230 Solid Yellow, Class 2, Type A Traffic Stripe (5" Wide) 8 Mile

701A239 Broken White, Class 2, Type A Traffic Stripe (5" Wide) 2 Mile

701A244 Broken Yellow, Class 2, Type A Traffic Stripe (5" Wide) 7 Mile

701C000 Broken Temporary Traffic Stripe 14 Mile

701C001 Solid Temporary Traffic Stripe 33 Mile

701D007 Solid Traffic Stripe Removed (Paint) 1 Mile

701D008 Solid Traffic Stripe Removed (Plastic) 1 Mile

701D014 Broken Traffic Stripe Removed (Paint) 1 Mile

701D015 Broken Traffic Stripe Removed (Plastic) 1 Mile

701G252 Solid White, Class 2, Type A Traffic Stripe (5" Wide) (Rumble Strip) 300 LF

703A002 Traffic Control Markings, Class 2, Type A 1,866 SQFT

703D001 Temporary Traffic Control Markings 1,866 SQFT

705A030 Pavement Markers, Class A-H, Type 2-C 200 Each

705A032 Pavement Markers, Class A-H, Type 1-B 200 Each

705A037 Pavement Markers, Class A-H, Type 2-D 750 Each

740B000 Construction Signs 1,350 SQFT

740C000 Special Construction Signs 9 SQFT

740E000 Cones (36 Inches High) 150 Each

740M001 Ballast For Cone 150 Each

740O000 Pilot Car 1 Each

( ) Item will be bid as lump sum.

20171103074Contract ID:November 03, 2017Letting Date:

Projects:County: PIKE

Contract Time:

Description: for constructing the Bridge Scour Repair and Countermeasure Placement on the SouthboundRoadway of SR-53 (US-231) at MP 79.912.

40 Working Days

The Bracket Estimate on this project is from $439,063 to $536,632 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$7.00

07499-507-555-053-701

Item No. Description Quantity Units206C002 Removing Concrete Slope Paving 941 SQYD

430B000 Aggregate Surfacing (ALDOT #467 Or #57) 45 Ton

600A000 Mobilization (1) LS

610C001 Loose Riprap, Class 2 6,100 Ton

610D003 Filter Blanket, Geotextile 5,527 SQYD

665J002 Silt Fence 950 LF

665L000 Floating Basin Boom 350 LF

665N000 Temporary Coarse Aggregate,ALDOT Number 1 270 Ton

665O001 Silt Fence Removal 950 LF

665Q002 Wattle 100 LF

698A000 Construction Fuel (Maximum Bid Limited to $ 14,500.00) (1) LS

740B000 Construction Signs 914 SQFT

740E000 Cones (36 Inches High) 150 Each

740M001 Ballast For Cone 150 Each

741C010 Portable Sequential Arrow And Chevron Sign Unit 1 Each

742A001 Portable Changeable Message Sign, Type 2 1 Each

( ) Item will be bid as lump sum.

20171103076Contract ID:November 03, 2017Letting Date:

Projects:County: GREENE

Contract Time:

Description: for the Maintenance Bridge Painting on CR-55 over I-20/59 northeast of Knoxville and onCR-56 over I-20/59 southeast of Ralph in the West Central Region.

65 Working Days

The Bracket Estimate on this project is from $411,218 to $452,836 .A Bidding Proposal may be purchased for $5.00. Plans may be purchased for per set.

The Principal Items of work are approximately as follows:

$5.00

07699-510-690-000-700

Item No. Description Quantity Units521B000 Coating Existing Bridge At MP 54.146 on CR-55 over (I-20/59) SB (1) LS

521B001 Coating Existing Bridge At MP 54.146 on CR-55 over (I-20/59) NB (1) LS

521B002 Coating Existing Bridge At MP 55.236 on CR-56 over (I-20/59) (1) LS

600A000 Mobilization (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 12,000.00) (1) LS

740B000 Construction Signs 1,122 SQFT

740D000 Channelizing Drums 200 Each

741C010 Portable Sequential Arrow And Chevron Sign Unit 1 Each

742A001 Portable Changeable Message Sign, Type 2 2 Each

745A000 Uniformed Police Officer 320 HOUR

( ) Item will be bid as lump sum.