“Required Contract Provisions – Federal-Aid Construction Contracts”

expired opportunity(Expired)
From: Alabama Department of Transportation(Transportation)

Basic Details

started - 10 Aug, 2023 (7 months ago)

Start Date

10 Aug, 2023 (7 months ago)
due - 25 Aug, 2023 (7 months ago)

Due Date

25 Aug, 2023 (7 months ago)
Contract

Type

Contract

Identifier

N/A
Alabama Department of Transportation

Customer / Agency

Alabama Department of Transportation
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

ALABAMA Department of Transportation www.dot.state.al.us Notice to Contractors Transportation Letting August 25, 2023 Deadline for Receiving Bids is 10:00 am All Bids shall be opened publicly as soon as practicable Alabama Department of Transportation 1409 Coliseum Boulevard, Room E-108 Montgomery, Alabama 36110 Plans and Proposals telephone: 334.242.6444 e-mail: offengr@dot.state.al.us fax: 334.264.7976 cell: 334.322.1754 cell: 334.322.8996 NOTICE TO CONTRACTORS The Federal Highway Administration recently changed Form FHWA-1273 with a revision date of July 5, 2022. This revision will be effective on September 6, 2022 and will be included in the September 30, 2022 letting. The updated Form FHWA-1273 dated July 5, 2022, along with a Section-by-Section summary of the changes to the form are now accessible on FHWA’s website at:
href="htts://www.fhwa.dot.gov/construction/cqit/form1273.cfm." target="_blank">https://www.fhwa.dot.gov/construction/cqit/form1273.cfm. Please ensure all parties including subcontractors are aware of the upcoming changes. https://urldefense.proofpoint.com/v2/url?u=https-3A__www.fhwa.dot.gov_construction_cqit_form1273.cfm&d=DwMFAg&c=lSeynXUFlYj-tdeX6gNnztbCom1Kz3WIsk-7BcsdgdY&r=bGzhyg6DPHwXpgBs1R2S61u8TRa9dllIPY7cRU9EcQI&m=P8OaiRpQH4VYgooZMI9kPf-tRy9vD4HyCqaEo3sPKvUergyDQK3xWptbx2VyYM-T&s=YYtpew8oe4FPRIS_cSI6k9ZYPkTk5yNGnuaYErq9IB8&e= NOTICE TO CONTRACTORS December 29, 2022 On May 5, 2021, Governor Ivey signed ALABAMA ACT #2021-372 (Act) into law. For any Alabama Department of Transportation (ALDOT) contract entered into after January 1, 2022, contractors and subcontractors are able to receive tax exemptions for construction materials that are incorporated into a public works project. On November 14, 2022, the Alabama Department of Revenue amended its administrative rules regarding the process for contractors and subcontractors applying for a tax exemption certificate. Pursuant to ALABAMA DEPARTMENT OF REVENUE ADMINISTRATIVE RULE § 810-6- 3-.77, ALDOT is no longer required to initiate the process on behalf of its contractors and subcontractors. Contractors and subcontractors must now apply for the tax exemption certificate directly with the Alabama Department of Revenue. A copy of the Application for Sales and Use Tax Certificate of Exemption (Form ST: EXC-01) may be found on the Alabama Department of Revenue’s website: https://Revenue.Alabama.Gov under Forms. Contractors and subcontractors will need ALDOT’s FEIN number to complete tax exemption application. ALDOT’s FEIN is 63-6000619. If contractors or subcontractors have any questions regarding this process, Patrick Reed is the appropriate contact within the Alabama Department of Revenue regarding the new process. He can be contacted by phone at (334) 242-1269 or by email at STExemptionUnit@revenue.alabama.gov. https://revenue.alabama.gov/ mailto:STExemptionUnit@revenue.alabama.gov NOTICE TO CONTRACTORS FEDERAL-AID CONSTRUCTION CONTRACTS A copy of Form FHWA-1273, “Required Contract Provisions – Federal-Aid Construction Contracts” must be included in each subcontract agreement and lower tier subcontract agreement that is submitted with the Request for Permission to Sublet Work (RPSW) for approval. Referencing Form FHWA-1273 is not enough. An actual copy of FHWA-1273 must be included. This change is effective immediately. 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. http://vendors.alabama.gov/ NOTICE TO CONTRACTORS Your attention is directed to CIM 2-2006 Guidelines for Payments to DBE Subcontractors and Material Vendors using Joint Checks, which became effective April 27, 2006. During a recent review of ALDOT processes, FHWA has discovered cases where joint checks for DBE Subcontractors and Material Vendors have been utilized without ALDOT’s knowledge. Please be reminded that if joint checks for payment of materials are utilized for DBE subcontractors, the prime contractor is required to indicate on the DBE Utilization Plan with joint check agreements attached that will be reviewed and approved by the Construction Bureau. Failure to do so may result in DBE participation being considered to not be a commercially useful function resulting in a loss of credit and possibly requiring good faith efforts as outlined in Section 110 of the Standard Specifications. 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. 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 June 5, 2019 If you have any 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 Proposals Section of the Bureau of Office Engineer with any questions you may have. We strongly encourage you to e-mail us at offengr@dot.state.al.us. We will work with you to resolve any issues. ALABAMA DEPARTMENT OF TRANSPORTATION 1409 Coliseum Boulevard, Room E-108, Montgomery, Alabama 36130-3050 Bureau of Office Engineer Plans and Proposals Section Telephone: 334-242-6444 Fax: 334-264-7976 www.dot.state.al.us Kay Ivey John R. Cooper Governor Transportation Director October 14, 2022 Re: 2023 Calendar Year Bid 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. __________________________________ __________________________________ __________________________________ __________________________________ http://www.dot.state.al.us/ ALABAMA DEPARTMENT OF TRANSPORTATION 1409 Coliseum Boulevard, Room E-108, Montgomery, Alabama 36130-3050 Bureau of Office Engineer Plans and Proposals Section Telephone: 334-242-6444 Fax: 334-264-7976 www.dot.state.al.us Kay Ivey John R. Cooper Governor Transportation Director October 14, 2022 Re: 2023 Calendar Year Notice to Contractors Subscription Alabama Department of Transportation Lettings To Whom It May Concern: The Notice to Contractors, 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 $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. ____________________________________________ ____________________________________________ ____________________________________________ ____________________________________________ ____________________________________________ http://www.dot.state.al.us/ Alabama Department of Transportation 1409 Coliseum Boulevard, Room E-108 Montgomery, Alabama 36110-2060 2022 Edition of the Standard Specifications The Alabama Department of Transportation is implementing use of the 2022 Edition of the Standard Specifications for Highway Construction (Spec Book) beginning with the January 28, 2022, Letting. This edition is being published as an e-Book on the Construction Bureau’s webpage under the Specifications’ link at the following address: http://www.dot.state.al.us/publications/Construction/specifications.html For those who still prefer a paper copy, the cost of the book is $30.00 each including standard shipping via UPS ground. Books can also be picked up in person or sent overnight via FedEx if you provide your account number. Unless otherwise specified your order will be shipped standard ground. Please fill out the request form below and mail it along with a check or money order made payable to: Alabama Department of Transportation Bureau of Office Engineer, Plans & Proposals Section 1409 Coliseum Boulevard – Room E-108 Montgomery, Alabama 36110-2060 COMPANY NAME:___________________________________________________________ SHIPPING ADDRESS:________________________________________________________ CITY, STATE, ZIP:__________________________________________________________ PHONE NUMBER:__________________________________________________________ QUANTITY:__________X $30.00 PER BOOK = $__________________________________ DELIVERY OPTIONS (SELECT ONE) ________STANDARD MAIL/SHIP (VIA UPS) ________PICK UP ________OVERNIGHT (PROVIDE YOUR FEDEX ACCOUNT NUMBER): _______________________________________________________________ http://www.dot.state.al.us/publications/Construction/specifications.html ALABAMA DEPARTMENT OF TRANSPORTATION 1409 COLISEUM BOULEVARD MONTGOMERY ALABAMA 36110-2060 2023 SPECIAL AND STANDARD HIGHWAY DRAWINGS The Alabama Department of Transportation is using the 2023 Edition of the Special and Standard Highway Drawings Book for projects let during Calendar Year 2023. The printed book may be purchased at the cost of $125.00 each which includes standard ground shipment via UPS. A compact disk (CD) is available for $25.00. If you prefer that the books be sent overnight by another carrier you should provide your account number below. The book is 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: Phone Number: __________________________________________________________________________________ Quantity: x $125.00 per Book = $ x $25.00 per Compact Disk = $ Total: $ Delivery Options (Select One) Standard UPS Ground Overnight, Provide Shipping Acct Number: Pick up http://www.dot.state.al.us/ 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 SPECIAL NOTICE TO CONTRACTORS Alabama Department of Transportation Specification 108.04(b)10, permits up to 17 acres of clearing and exposure of erodible material at any one time unless otherwise indicated on the plans. If during your review of plans for each letting, you determine that a project cannot reasonably be constructed within the allowed acreage of exposed erodible material. It is requested that you make a written request for an increase in acreage, citing the requested limits and the reasons for the increase, at least two weeks prior to bid opening. This request must be sent to the State Office Engineer. The Department will notify all prospective bidders of any approved increases in acreage prior to receiving bids. Revised 1/17/2018 Re v. 5 -2 01 5 2. C ou nt y: 3. R eg io n: 5. D BE : Fr om : To : 9. D es cr ip tio n of W or k: (P ay It em N o. & D es cr ip tio n) Pa y Ite m N o. 17 . C om m en ts : 18 . T ot al : 19 . T ot al : 20 . Si gn at ur e of A ut ho riz ed R ep re se nt at iv e: 11 .U ni t P ric e 6. D at e: 1. P ro je ct N um be r: 4. P rim e C on tra ct or : Ite m D es cr ip tio n 7 . A LD O T Es tim at e: Pr in te d N am e & Ti tle D at e Si gn ed 13 . U ni ts W or ke d 12 .U ni ts 10 . T yp e Fi rm (C /S /M /B F) AL D O T FO R M D B E- 10 14 . A m ou nt P er fo rm ed th is P er io d 15 .U ni ts P er fo rm ed to D at e 16 . A m ou nt P er fo rm ed to D at e 8. E st im at e Pe rio d: Block Number 1. ALDOT Project Number 2. County 3. Region 4. Prime Contractor For the Project 5. DBE for this Report 6. Date of Report 7. ALDOT Estimate Number 8. 9. 10. 11. Unit Price of Work 12. Units 13. 14. 15. Units Performed to Date 16. 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 Period Amount Performed for this Period (Block 11 times Block 13) Revised 5-2015 Alabama Department of Transportation ALDOT 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-10 Total of Amounts in Block 14 Total of Amounts in Block 16 Signature of Prime Contractor's Authorized Representative, Printed Name & Title and Date Signed HR -D BE D at e: __ __ __ __ __ __ __ __ __ __ __ Re vi se d 06 -0 8- 20 11 Le tti ng D at e: __ __ __ __ __ __ __ __ BI D D ER ’S L IS T OF Q UO TE RS In a cc or da nc e w ith 4 9 CF R Pa rt 26 .1 1, th e Al ab am a D ep ar tm en t o f T ra ns po rta tio n w ill e st ab lis h its S ta te D is ad va nt ag ed B us in es s En te rp ris e (D BE ) g oa l u si ng B id de rs ’ Li st s of Q uo te rs . Th es e Bi dd er s’ L is ts o f Q uo te rs w ill b e us ed to d et er m in e th e re la tiv e av ai la bi lit y of D BE ’s a nd N on -D BE ’s . Ea ch B id de r’s L is t o f Q uo te rs is a c om pi la tio n of q uo te rs w ho h av e su bm itt ed q uo te s to th e Bi dd er d ur in g th e ad ve rti si ng p er io d. S ub se qu en t t o no tif ic at io n as A pp ar en t L ow B id de r, th e Bi dd er m us t s ub m it an u pd at ed Fo rm H R- D BE p rio r t o aw ar d of c on tra ct . Fo rm H R- D BE w ill a cc om pa ny F or m O E- 11 0 (D BE U til iz at io n Pl an ) i f a pp ro pr ia te . Ea ch ti m e Fo rm H R- D BE is s ub m itt ed to th e D ep ar tm en t, th e Bi dd er s ha ll lis t t he q uo te rs fo r t he p ro je ct , u si ng a dd iti on al s he et s if ne ce ss ar y. T he li st in g sh al l i nc lu de EA CH q uo te r’s n am e, b us in es s lo ca tio n, te le ph on e nu m be r a nd w he th er o r n ot th e qu ot er is a n Al ab am a ce rti fie d D BE . FA IL UR E TO C OM PL Y W IT H TH IS R EQ UI RE M EN T M AY R EN D ER T H E BI D N ON -R ES PO N SI VE A N D T H E BI D M AY B E RE JE CT ED . Th e te rm “ qu ot er ” sh al l i nc lu de a ll su bc on tra ct or s, m an uf ac tu re rs , a nd s up pl ie rs o f m at er ia ls . BI D D ER ’S N AM E: _ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ P RO JE CT N UM BE R: _ __ __ __ __ __ __ __ __ __ __ __ __ __ __ C OU N TY : _ __ __ __ __ __ __ __ __ __ __ __ __ Qu ot er ’s N am e Ad dr es s Te le ph on e Nu m be r DB E/ No n- DB E 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 PLANS PRICE BIDDING PROPOSAL (ONE EACH) PLANS QTY. Non-bid (sample) proposals are available upon request. Sample bidding proposals will not be accepted as official bidding proposal submission. NOTE: You must be pre-qualified to purchase a bidding proposal and are limited to one bidding proposal per project. Bidding files are available at our website https://alletting.dot.state.al.us. NON-BID PROPOSAL QTY. $18.00 001 . HRRR-5822(250), ST. CLAIR$5.00 $5.00 $19.00 004 . HSIP-0053(597), MONTGOMERY$5.00 $5.00 $15.00 007 . IM-HSIP-I065(521), SHELBY$5.00 $5.00 $9.00 008 . IM-I022(316), ETC., WALKER$5.00 $5.00 $8.00 009 . IM-I059(431), TUSCALOOSA$5.00 $5.00 $9.00 010 . IM-I065(533), ETC., JEFFERSON$5.00 $5.00 $25.00 014 . NH-HSIP-0013(629), ETC., WASHINGTON$5.00 $5.00 $15.00 015 . NH-HSIP-0038(547), SHELBY$5.00 $5.00 $4.00 016 . NH-HSIP-0038(551), TALLADEGA$5.00 $5.00 $11.00 019 . STPAA-HSIP-0129(508), MARION$5.00 $5.00 $4.00 026 . STPNU-0227(508), DEKALB$5.00 $5.00 $6.00 029 . STPPC-5721(250), RUSSELL$5.00 $5.00 $18.00 032 . ATRP2-04-2021-004, BIBB$5.00 $5.00 $9.00 033 . ATRP2-41-2023-092, LEE$5.00 $5.00 $17.00 034 . ATRP2-48-2021-081, MARSHALL$5.00 $5.00 $11.00 035 . ATRP2-53-2020-053, PERRY$5.00 $5.00 $5.00 039 . 99-510-479-171-204, ETC., MARION$5.00 $5.00 PLEASE INDICATE QUANTITY OF OTHER ITEMS DESIRED: EACH $125.00 $25.00 $5.00 $2.00 $30.00 QTY. _____ 2023 STANDARD HIGHWAY DRAWINGS _____ 2023 STANDARD HIGHWAY DRAWING US (CD) _____ 2022 STANDARD SPECIFICATIONS BOOK _____ CURRENT QUALIFIED CONTRACTORS LIST _____ CURRENT BRIDGE POSTING MAP & CHART April 28, 2023 April 28, 2023 MAKE CHECKS PAYABLE TO: ALABAMA DEPARTMENT OF TRANSPORTATION 1409 COLISEUM BOULEVARD OFFICE ENGINEER - ROOM E-108 MONTGOMERY, ALABAMA 36110 PHONE: (334) 242-6441, 6442, 6526 FAX: (334) 264-7976 e-mail: offengr@dot.state.al.us ORDER TOTAL: $ PAID BY: DATE: ** SEND ONE CHECK ONLY.** FAX OR E-MAIL ORDERS REQUIRE A COPY OF THE CHECK Notice to Contractors Alabama Department of Transportation The Alabama Department of Transportation, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000D TO 2000D-4 and Title 49 code of Federal Regulations, Department of Transportation, Subtitle A, Office of The Secretary, Part 21, nondiscrimination in federally-assisted programs of the Department of Transportation issued pursuant to such act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, religion, sex, or national origin in consideration 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 companies concerning the project's complexity and size. This bracket should not be used in preparing a bid, nor will this bracket have 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 the Federal 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 for him or her to show evidence of license before his or her bid is considered," Further, Section 34-8-8, Code of Alabama 1975 as amended also states in part as follows: "All Owners, Architects, and Engineers receiving bids pursuant to this chapter shall require the person, firm, or corporation to include his or her current license number on the bid." The bidder's proposal must be submitted on the complete original proposal furnished him or her by the Alabama Department 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 her qualification certificate. Cashier's check or bid bond for 5% of bid (maximum - $50,000.00) made payable to the Alabama Department of Transportation 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 only to prequalified contractors or their authorized representatives, upon requests that are received before 10 AM., on the day previous 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 April 28, 2023 and at that time publicly opened for constructing the following 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 the advertised specifications. Federal Aid Projects are also subject to the contract work hours and Safety Standards Act and its implementing regulations. JOHN R. COOPER Transportation Director 20230428001Contract ID: April 28, 2023Letting Date: Projects: County: ST. CLAIR DBE Goal Percent: 2.00Contract Time: Description: for constructing the Roadway Safety Improvements (Paved Shoulders and Scoring) on Mays Bend Road from the junction of Airport Road to the junction of Robin Hood Lane in Pell City. Length 0.700 mi. 30 Working Days The Bracket Estimate on this project is from $169,028 to $206,590 . A Bidding Proposal may be purchased for $5.00. Plans may be purchased for $18.00 per set. The Principal Items of work are approximately as follows: 001 HRRR-5822(250) Item No. Description Quantity Units 201A002 Clearing And Grubbing (Maximum Allowable Bid $ 8,000.00 Per Acre) (Approximately 1 Acre) (1.000) LS 210A000 Unclassified Excavation 404 CUYD 210D021 Borrow Excavation (Loose Truckbed Measurement)(A4 or Better) 415 CUYD 327D021 Plant Mix Bituminous Base, Widening, Mix 2 195 Ton 424A360 Superpave Bituminous Concrete Wearing Surface Layer, 1/2" Maximum Aggregate Size Mix, ESAL Range C/D 75 Ton 428A001 Scoring Bituminous Pavement Surface 2 Mile 600A000 Mobilization (1.000) LS 610D003 Filter Blanket, Geotextile 53 SQYD 650A000 Topsoil 129 CUYD 652A100 Seeding 1 Acre 656A010 Mulching 1 Acre 659C001 Erosion Control Product, Type S3 167 SQYD 665A000 Temporary Seeding 1 Acre 665B001 Temporary Mulching 3 Ton 665J002 Silt Fence 5,800 LF 665O001 Silt Fence Removal 5,800 LF 665Q002 Wattle 60 LF 680A001 Geometric Controls (1.000) LS 698A000 Construction Fuel (Maximum Bid Limited to $ 10,000.00) (1.000) LS 701A227 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 2 Mile 701A230 Solid Yellow, Class 2, Type A Traffic Stripe (5" Wide) 2 Mile 701C001 Solid Temporary Traffic Stripe 2 Mile 705A037 Pavement Markers, Class A-H, Type 2-D 103 Each 740B000 Construction Signs 359 SQFT 740E000 Cones (36 Inches High) 30 Each 740M001 Ballast For Cone 30 Each ( ) Item will be bid as lump sum. 20230428004Contract ID: April 28, 2023Letting Date: Projects: County: MONTGOMERY DBE Goal Percent: 1.00Contract Time: Description: for constructing the Intersection Improvements (Planing, Resurfacing, Traffic Signals, and Traffic Stripe) on SR-53 (US-231) at SR-6 (US-82) south of Montgomery. Length 0.757 mi. 60 Working Days The Bracket Estimate on this project is from $1,289,286 to $1,575,794 . A Bidding Proposal may be purchased for $5.00. Plans may be purchased for $19.00 per set. The Principal Items of work are approximately as follows: 004 HSIP-0053(597) Item No. Description Quantity Units 206D000 Removing Pipe 48 LF 206E000 Removing Headwalls 3 Each 210A000 Unclassified Excavation 3,150 CUYD 210D021 Borrow Excavation (Loose Truckbed Measurement)(A4 or Better) 960 CUYD 214B001 Foundation Backfill, Commercial 2 CUYD 305B077 Crushed Aggregate, Section 825, For Miscellaneous Use 1,915 Ton 405A000 Tack Coat 1,515 Gal 408B001 Micro-Milling Existing Pavement (Approximately 1.10" Thru 2.00" Thick) 3,215 SQYD 424A280 Superpave Bituminous Concrete Wearing Surface Layer, 1/2" Maximum Aggregate Size Mix, ESAL Range E 765 Ton 424B283 Superpave Bituminous Concrete Upper Binder Layer, Patching, 1/2" Maximum Aggregate Size Mix, ESAL Range E 50 Ton 424B287 Superpave Bituminous Concrete Upper Binder Layer, Leveling, 1/2" Maximum Aggregate Size Mix, ESAL Range E 50 Ton 424B291 Superpave Bituminous Concrete Upper Binder Layer, Widening, 3/4" Maximum Aggregate Size Mix, ESAL Range E 665 Ton 424B592 Superpave Bituminous Concrete Lower Binder Layer, Widening, 1" Maximum Aggregate Size Mix, ESAL Range E 1,995 Ton 535A411 18" Side Drain Pipe (Class 3 R.C.) (Extension) 12 LF 600A000 Mobilization (1.000) LS 610D003 Filter Blanket, Geotextile 420 SQYD 614A000 Slope Paving 39 CUYD 619A101 18" Side Drain Pipe End Treatment, Class 1 1 Each 620A000 Minor Structure Concrete 1 CUYD 623B000 Concrete Curb, Type N 81 LF 623B001 Concrete Curb, Type N Special 24 LF 650B000 Topsoil From Stockpiles 760 CUYD 654A001 Solid Sodding (Bermuda) 4,850 SQYD 665J002 Silt Fence 710 LF 665N000 Temporary Coarse Aggregate,ALDOT Number 1 50 Ton 665O001 Silt Fence Removal 710 LF 665Q002 Wattle 300 LF 666A001 Pest Control Treatment 2 Acre 680A001 Geometric Controls (1.000) LS 698A000 Construction Fuel (Maximum Bid Limited to $ 78,400.00) (1.000) 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 701B207 Dotted, Class 2, Type A Traffic Stripe (5" Wide) 3,635 LF Item No. Description Quantity Units HSIP-0053(597) Page: 2 701C001 Solid Temporary Traffic Stripe 2 Mile 703A002 Traffic Control Markings, Class 2, Type A 4,500 SQFT 703B002 Traffic Control Legends, Class 2, Type A 362 SQFT 703D001 Temporary Traffic Control Markings 1,049 SQFT 705A030 Pavement Markers, Class A-H, Type 2-C 150 Each 707H001 Raised Curb Channelizer, White 395 LF 710A170 Class 4, Aluminum Flat Sign Panels 0.08" Thick (Type IV Background) 131 SQFT 710B021 Roadway Sign Post (#3 U Channel, Galvanized Steel or 2 ", 14 Ga Square Tubular Steel) 120 LF 711A000 Roadway Sign Relocation (1.000) LS 729C200 Network Device, Cellular Modem 1 Each 729D200 Camera, Dome 1 Each 730C000 Furnishing And Installing Traffic Control Unit ( SR-53 (US-231) at SR-6 (US-82)) (1.000) LS 730E000 Metal Traffic Signal Pole Foundation 4 Each 730G001 Metal Traffic Signal Strain Pole 4 Each 730K001 Traffic Signal Junction Box Type S1 1 Each 730L003 1", Non-Metallic, Conduit 100 LF 730L005 2", Non-Metallic, Conduit 100 LF 730N000 Luminaire Extension Assembly, 12 FT 4 Each 730P020 Vehicular Signal Head, 12 Inch, 1 Section, Type LED 2 Each 730P022 Vehicular Signal Head, 12 Inch, 3 Section, Type LED 5 Each 730P023 Vehicular Signal Head, 12 Inch, 4 Section, Type LED 1 Each 730R041 Controller Assembly, Type NEMA, 16 Channels 1 Each 730T010 Electrical Power Service Assembly With Wood Pole 1 Each 730T020 Battery Backup Power Supply System, Managed 1 Each 730U400 Radar Detection System ( SR-53 (US-231) at SR-6 (US-82)) (1.000) LS 740B000 Construction Signs 1,686 SQFT 740D000 Channelizing Drums 200 Each 740E000 Cones (36 Inches High) 350 Each 740F002 Barricades, Type III 1 Each 740M001 Ballast For Cone 350 Each 741C010 Portable Sequential Arrow And Chevron Sign Unit 2 Each 742A001 Portable Changeable Message Sign, Type 2 3 Each 751J006 Remove Luminaire Pole Foundation, Concrete 4 Each 751L025 Remove Roadway Luminaire Assembly 4 Each ( ) Item will be bid as lump sum. 20230428007Contract ID: April 28, 2023Letting Date: Projects: County: SHELBY DBE Goal Percent: 5.00Contract Time: Description: for constructing the Planing, Overlay, Guardrail Safety Improvements, and Traffic Stripe on I- 65 from the Chilton County Line to the north end of the CR-263 Overpass and CSX Railroad (MP 237.530) in Alabaster. Length 11.581 mi. 160 Working Days The Bracket Estimate on this project is from $9,409,227 to $11,500,166 . A Bidding Proposal may be purchased for $5.00. Plans may be purchased for $15.00 per set. The Principal Items of work are approximately as follows: 007 IM-HSIP-I065(521) Item No. Description Quantity Units 206D001 Removing Guardrail 134 LF 206E008 Removing Guardrail End Anchor (All Type) 4 Each 206E014 Removing Guardrail End Anchor (Type 2A) 9 Each 206E043 Removing Raised Pavement Markers 1,544 Each 210D001 Borrow Excavation (Loose Truckbed Measurement) 215 CUYD 405A000 Tack Coat 34,632 Gal 408A052 Planing Existing Pavement (Approximately 1.10" Thru 2.0" Thick) 324,349 SQYD 408B000 Micro-Milling Existing Pavement (Approximately 0.00" Thru 1.00" Thick) 32,399 SQYD 408B001 Micro-Milling Existing Pavement (Approximately 1.10" Thru 2.00" Thick) 21,963 SQYD 410H000 Material Remixing Device 1 Each 410I000 Smoothness Testing, Certified Inertial Profiler 1 Each 420A015 Polymer Modified Open Graded Friction Course 16,570 Ton 420B000 Open Graded Friction Course Tack Coat 66,278 Gal 423A003 Stone Matrix Asphalt Wearing Layer, 1/2" Maximum Aggregate Size 29,347 Ton 423B003 Stone Matrix Asphalt Binder Layer, 1/2" Maximum Aggregate Size 1,016 Ton 424A360 Superpave Bituminous Concrete Wearing Surface Layer, 1/2" Maximum Aggregate Size Mix, ESAL Range C/D 3,006 Ton 424B284 Superpave Bituminous Concrete Upper Binder Layer, Patching, 3/4" Maximum Aggregate Size Mix, ESAL Range E 250 Ton 424B288 Superpave Bituminous Concrete Upper Binder Layer, Leveling, 3/4" Maximum Aggregate Size Mix, ESAL Range E 100 Ton 428A001 Scoring Bituminous Pavement Surface 3 Mile 432A000 High Density Mineral Bond 182,673 SQYD 534A000 Cleaning Pipe Underdrain Outlets 514 Each 600A000 Mobilization (1.000) LS 629D003 Bridge Guardrail Retrofit, Type SC 2 Each 629E015 Bridge Rail Retrofit, Type SC(CB) 2,066 LF 630A001 Steel Beam Guardrail, Class A, Type 2 613 LF 630C077 Guardrail End Anchor, Type 8 (MASH) 7 Each 630C079 Guardrail End Anchor, Type 13 (MASH) 2 Each 630C080 Guardrail End Anchor, Type 20 Series (MASH) 9 Each 631C010 Guardrail Reset 60 LF 650A000 Topsoil 86 CUYD 654A001 Solid Sodding (Bermuda) 326 SQYD 665J002 Silt Fence 500 LF 665O001 Silt Fence Removal 500 LF Item No. Description Quantity Units IM-HSIP-I065(521) Page: 2 698A000 Construction Fuel (Maximum Bid Limited to $ 531,200.00) (1.000) LS 701A227 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 24 Mile 701A230 Solid Yellow, Class 2, Type A Traffic Stripe (5" Wide) 24 Mile 701A239 Broken White, Class 2, Type A Traffic Stripe (5" Wide) 23 Mile 701B027 Dotted, Class W, Type A Traffic Stripe (5" Wide) 180 LF 701B207 Dotted, Class 2, Type A Traffic Stripe (5" Wide) 11,316 LF 701C000 Broken Temporary Traffic Stripe 47 Mile 701C001 Solid Temporary Traffic Stripe 102 Mile 701G142 Broken White, Class W, Type A Traffic Stripe (5" Wide) 3,050 LF 701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 3,050 LF 701G154 Solid Yellow, Class W, Type A Traffic Stripe (5" Wide) 3,050 LF 701H002 Solid Traffic Stripe Removed (Tape) 6,099 LF 701H007 Broken Traffic Stripe Removed (Tape) 3,050 LF 701H012 Dotted Traffic Stripe Removed (Tape) 180 LF 703A002 Traffic Control Markings, Class 2, Type A 14,607 SQFT 703B002 Traffic Control Legends, Class 2, Type A 519 SQFT 703D001 Temporary Traffic Control Markings 424 SQFT 705A030 Pavement Markers, Class A-H, Type 2-C 3,344 Each 705A031 Pavement Markers, Class A-H, Type 1-A 2,929 Each 705A032 Pavement Markers, Class A-H, Type 1-B 1,061 Each 705A037 Pavement Markers, Class A-H, Type 2-D 7 Each 730H001 Loop Wire 792 LF 731A010 Traffic Counting Units, Type K 6 Each 731B000 Pole for Mounting Traffic Detection Equipment 4 Each 740B000 Construction Signs 4,147 SQFT 740C000 Special Construction Signs 108 SQFT 740D000 Channelizing Drums 450 Each 741C010 Portable Sequential Arrow And Chevron Sign Unit 2 Each 742A001 Portable Changeable Message Sign, Type 2 2 Each ( ) Item will be bid as lump sum. 20230428008Contract ID: April 28, 2023Letting Date: Projects: County: WALKER Contract Time: Description: for constructing the Resurfacing (Micro-Surfacing Seal Coat) and Traffic Stripe on I-22 from the SR-118 Underpass to the Industrial Parkway Underpass in Jasper. Length 7.905 mi. 90 Working Days The Bracket Estimate on this project is from $5,830,820 to $7,123,558 . A Bidding Proposal may be purchased for $5.00. Plans may be purchased for $9.00 per set. The Principal Items of work are approximately as follows: 008 IM-I022(316), IM-I022(317), IM-I022(318) Item No. Description Quantity Units 403B000 Micro-Surfacing Seal Coat, Type II 1,294 Ton 405A000 Tack Coat 20,375 Gal 410H000 Material Remixing Device 1 Each 420A015 Polymer Modified Open Graded Friction Course 12,406 Ton 420B000 Open Graded Friction Course Tack Coat 49,622 Gal 423A008 Stone Matrix Asphalt Wearing Layer, 3/8" Maximum Aggregate Size mix 11,027 Ton 433A000 Scrub Seal 275,675 SQYD 600A000 Mobilization (1.000) LS 698A000 Construction Fuel (Maximum Bid Limited to $ 312,600.00) (1.000) LS 701A227 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 15 Mile 701A230 Solid Yellow, Class 2, Type A Traffic Stripe (5" Wide) 15 Mile 701A239 Broken White, Class 2, Type A Traffic Stripe (5" Wide) 19 Mile 701B027 Dotted, Class W, Type A Traffic Stripe (5" Wide) 354 LF 701B207 Dotted, Class 2, Type A Traffic Stripe (5" Wide) 7,241 LF 701C000 Broken Temporary Traffic Stripe 57 Mile 701C001 Solid Temporary Traffic Stripe 88 Mile 701F000 Dotted Temporary Traffic Stripe 21,723 LF 701G142 Broken White, Class W, Type A Traffic Stripe (5" Wide) 9,877 LF 701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 6,686 LF 701G154 Solid Yellow, Class W, Type A Traffic Stripe (5" Wide) 6,686 LF 701G161 Broken Black, Class W, Type B Traffic Stripe (5" Wide) 5,471 LF 701H002 Solid Traffic Stripe Removed (Tape) 13,371 LF 701H007 Broken Traffic Stripe Removed (Tape) 9,877 LF 701H012 Dotted Traffic Stripe Removed (Tape) 354 LF 703A002 Traffic Control Markings, Class 2, Type A 15,269 SQFT 703B002 Traffic Control Legends, Class 2, Type A 70 SQFT 703D001 Temporary Traffic Control Markings 254 SQFT 705A030 Pavement Markers, Class A-H, Type 2-C 3,340 Each 705A031 Pavement Markers, Class A-H, Type 1-A 506 Each 705A032 Pavement Markers, Class A-H, Type 1-B 162 Each 705A038 Pavement Markers, Class A-H, Type 2-E 162 Each 728A000 Truck Mounted Impact Attenuator Unit 2 Each 731A010 Traffic Counting Units, Type K 1 Each 731B000 Pole for Mounting Traffic Detection Equipment 3 Each 740B000 Construction Signs 4,271 SQFT Item No. Description Quantity Units IM-I022(316) Page: 2 740C000 Special Construction Signs 108 SQFT 740D000 Channelizing Drums 500 Each 740E000 Cones (36 Inches High) 325 Each 740M001 Ballast For Cone 325 Each 741C010 Portable Sequential Arrow And Chevron Sign Unit 4 Each 742A001 Portable Changeable Message Sign, Type 2 2 Each ( ) Item will be bid as lump sum. 20230428009Contract ID: April 28, 2023Letting Date: Projects: County: TUSCALOOSA DBE Goal Percent: 2.00Contract Time: Description: for constructing the Micro-Milling, Resurfacing (Micro-Surfacing Seal Coat), and Traffic Stripe on I-59 from 0.520 mile west of the Buttermilk Road Interchange (Exit 77) to 1.200 miles east of the SR-7 (US-11) Interchange (Exit 79). Length 4.093 mi. 50 Working Days The Bracket Estimate on this project is from $2,885,896 to $3,527,206 . A Bidding Proposal may be purchased for $5.00. Plans may be purchased for $8.00 per set. The Principal Items of work are approximately as follows: 009 IM-I059(431) Item No. Description Quantity Units 403B001 Micro-Surfacing Seal Coat, Type III 995 Ton 408B000 Micro-Milling Existing Pavement (Approximately 0.00" Thru 1.00" Thick) 202,607 SQYD 410H000 Material Remixing Device 1 Each 420A015 Polymer Modified Open Graded Friction Course 9,118 Ton 420B000 Open Graded Friction Course Tack Coat 46,599 Gal 424B285 Superpave Bituminous Concrete Upper Binder Layer, Patching, 1" Maximum Aggregate Size Mix, ESAL Range E 100 Ton 428A001 Scoring Bituminous Pavement Surface 17 Mile 600A000 Mobilization (1.000) LS 665Q002 Wattle 3,200 LF 698A000 Construction Fuel (Maximum Bid Limited to $ 150,500.00) (1.000) 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) 9 Mile 701A239 Broken White, Class 2, Type A Traffic Stripe (5" Wide) 17 Mile 701B027 Dotted, Class W, Type A Traffic Stripe (5" Wide) 722 LF 701B207 Dotted, Class 2, Type A Traffic Stripe (5" Wide) 8,367 LF 701C000 Broken Temporary Traffic Stripe 33 Mile 701C001 Solid Temporary Traffic Stripe 33 Mile 701G142 Broken White, Class W, Type A Traffic Stripe (5" Wide) 1,444 LF 701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 722 LF 701G154 Solid Yellow, Class W, Type A Traffic Stripe (5" Wide) 722 LF 701H002 Solid Traffic Stripe Removed (Tape) 1,444 LF 701H007 Broken Traffic Stripe Removed (Tape) 1,444 LF 701H012 Dotted Traffic Stripe Removed (Tape) 722 LF 703A002 Traffic Control Markings, Class 2, Type A 7,830 SQFT 703D001 Temporary Traffic Control Markings 15,659 SQFT 705A030 Pavement Markers, Class A-H, Type 2-C 2,039 Each 705A031 Pavement Markers, Class A-H, Type 1-A 321 Each 705A032 Pavement Markers, Class A-H, Type 1-B 135 Each 705A038 Pavement Markers, Class A-H, Type 2-E 108 Each 728A000 Truck Mounted Impact Attenuator Unit 2 Each 731B000 Pole for Mounting Traffic Detection Equipment 2 Each 740B000 Construction Signs 3,157 SQFT 740C000 Special Construction Signs 72 SQFT 740D000 Channelizing Drums 300 Each

1409 Coliseum Boulevard Montgomery, Alabama 36110Location

Address: 1409 Coliseum Boulevard Montgomery, Alabama 36110

Country : United StatesState : Alabama

You may also like

Framework Contract for Construction Management Services of Civil Works Projects

Due: 18 Apr, 2024 (in 20 days)Agency: Elundini Local Municipality

Framework Contract for Construction Management Services of Civil Works Projects

Due: 18 Apr, 2024 (in 20 days)Agency: Elundini Local Municipality