Transportation Letting March 29, 2024 Deadline for Receiving Bids is 10:00 am All Bids shall be opened publicly as soon as practicable Alabama Department of Tra...

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

Basic Details

started - 06 Mar, 2024 (1 month ago)

Start Date

06 Mar, 2024 (1 month ago)
due - 29 Mar, 2024 (1 month ago)

Due Date

29 Mar, 2024 (1 month 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 March 29, 2024 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 10/6/2023 NOTICE TO CONTRACTORS This notice is to inform contractors that the Department of Labor (DOL) published its final rule in the Federal Register, updating its regulations issued under the Davis-Bacon and Related Acts. This is DOL’s first comprehensive regulatory update of 29 CFR Parts 1, 3 and 5 in nearly 40 years. Recipients and subrecipients are encouraged to review the final rule and become familiar with
DOL-provided resources. Additional information on the Final Rule, Frequently Asked Questions (FAQ’s), Comparison Chart, webinar and other information can be found at this link: https://www.dol.gov/agencies/whd/government- contracts/construction/rulemaking-davis-bacon The effective date of the final rule is October 23, 2023. The provisions in the final rule are applicable to contracts awarded on or after the effective date. In addition, the new provisions in 29 CFR 1.6(c) (2) (iii) apply to certain existing contracts, such as indefinite delivery/indefinite quantity (ID/IQ) construction contracts, and other contracts that are changed to include substantial work or time not within the scope of the original contract. Among the changes, the DOL has revised 29 CFR 5.5, which impacts FHWA’s required contract provisions contained in Form FHWA-1273, parts IV and V. The new Form FHWA-1273 is included in proposals beginning with the November 3rd, 2023 ALDOT letting. Please ensure all parties including subcontractors are aware of these changes. https://www.dol.gov/agencies/whd/government-contracts/construction/rulemaking-davis-bacon https://www.dol.gov/agencies/whd/government-contracts/construction/rulemaking-davis-bacon 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 2, 2023 Re: 2024 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 2, 2023 Re: 2024 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 2024 SPECIAL AND STANDARD HIGHWAY DRAWINGS The Alabama Department of Transportation is using the 2024 Edition of the Special and Standard Highway Drawings Book for projects let during Calendar Year 2024. The printed book may be purchased at the cost of $125.00 each which includes standard ground shipment via UPS. A USB flash drive 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 USB flash drive = $ 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. $171.00 001 . APDF-1602(542), JEFFERSON$5.00 $5.00 $39.00 004 . BR-0050(505), TALLAPOOSA$5.00 $5.00 $31.00 005 . BR-I059(435), TUSCALOOSA$5.00 $5.00 $4.00 008 . DEMO-A209(250), WASHINGTON$5.00 $5.00 $4.00 011 . HRRR-6023(251), SUMTER$5.00 $5.00 $35.00 014 . HSIP-0003(628), CONECUH$5.00 $5.00 $20.00 015 . HSIP-I059(414), TUSCALOOSA$5.00 $5.00 $4.00 018 . NH-0002(605), COLBERT$5.00 $5.00 $5.00 019 . NH-0002(606), JACKSON$5.00 $5.00 $4.00 020 . NH-0013(638), FRANKLIN$5.00 $5.00 $8.00 021 . NH-0147(506), ETC., LEE$5.00 $5.00 $8.00 023 . NH-FMGR-0006(603), BIBB$5.00 $5.00 $90.00 025 . NH-HSIP-0021(576), CALHOUN$5.00 $5.00 $6.00 032 . STPAA-0027(521), DALE$5.00 $5.00 $6.00 033 . STPAA-0143(505), ELMORE$5.00 $5.00 $6.00 034 . STPAA-0159(504), FAYETTE$5.00 $5.00 $15.00 040 . STPAA-HSIP-0216(507), TUSCALOOSA$5.00 $5.00 $3.00 043 . STPMN-0122(251), AUTAUGA$5.00 $5.00 $6.00 044 . STPMN-2624(250), ELMORE$5.00 $5.00 $3.00 045 . STPMN-5123(252), MONTGOMERY$5.00 $5.00 $6.00 048 . STPSU-3521(256), ETC., HOUSTON$5.00 $5.00 $11.00 054 . 99-505-632-215-301, ETC., TUSCALOOSA$5.00 $5.00 March 29, 2024 March 29, 2024 ** SEND ONE CHECK ONLY.** FAX OR E-MAIL ORDERS REQUIRE A COPY OF THE CHECK 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: $25.00 _____ 2024 STANDARD HIGHWAY DRAWING US (USB) _____ 2022 STANDARD SPECIFICATIONS BOOK _____ CURRENT QUALIFIED CONTRACTORS LIST _____ CURRENT BRIDGE POSTING MAP & CHART $5.00 $2.00 $30.00 PLEASE INDICATE QUANTITY OF OTHER ITEMS DESIRED: QTY. _____ 2024 STANDARD HIGHWAY DRAWINGS EACH $125.00 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 March 29, 2024 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 20240329001Contract ID: March 29, 2024Letting Date: Projects: County: JEFFERSON DBE Goal Percent: 2.50Contract Time: Description: for constructing the Base, Pave, and Bridges on the Birmingham Northern Beltline from the junction of SR-79 to the junction of SR-75 (Partial), excluding Ramp C north of Pinson. Length 1.878 mi. 500 Working Days The Bracket Estimate on this project is from $58,338,408 to $71,302,499 . A Bidding Proposal may be purchased for $5.00. Plans may be purchased for $171.00 per set. The Principal Items of work are approximately as follows: 001 APDF-1602(542) Item No. Description Quantity Units 201B001 Selective Clearing 16 Acre 206D000 Removing Pipe 28 LF 206E001 Removing Inlets 1 Each 206E033 Removing Permanent Barricade 14 Each 210A000 Unclassified Excavation 9,590 CUYD 210D011 Borrow Excavation (A4 Or Better) 2,484 CUYD 214A000 Structure Excavation 58 CUYD 214B001 Foundation Backfill, Commercial 28 CUYD 215A000 Unclassified Bridge Excavation 1,899 CUYD 215B000 Cofferdams Or Sheeting And Shoring, Station 2208+50.00 (1.000) LS 230A000 Roadbed Processing 6 RBST 231C000 Stabilizing Roadbed With In-Place Material 121 RBST 301A012 Crushed Aggregate Base Course, Type B, Plant Mixed, 6" Compacted Thickness 53,110 SQYD 401A011 Bituminous Treatment AKG 46,849 SQYD 401A043 Bituminous Treatment AE 1,041 SQYD 405A000 Tack Coat 4,874 Gal 408A052 Planing Existing Pavement (Approximately 1.10" Thru 2.0" Thick) 57,879 SQYD 410H000 Material Remixing Device 1 Each 424A280 Superpave Bituminous Concrete Wearing Surface Layer, 1/2" Maximum Aggregate Size Mix, ESAL Range E 4,564 Ton 424B281 Superpave Bituminous Concrete Upper Binder Layer, 1" Maximum Aggregate Size Mix, ESAL Range E 127 Ton 424B581 Superpave Bituminous Concrete Lower Binder Layer, 1" Maximum Aggregate Size Mix, ESAL Range E 311 Ton 428A001 Scoring Bituminous Pavement Surface 3 Mile 430B016 Aggregate Surfacing (ALDOT #467, #57 Or #67) 3,410 Ton 450A007 Plain Cement Concrete Pavement,12 Inches Thick 21,165 SQYD 450A019 Plain Cement Concrete Pavement,10 Inches Thick 25,138 SQYD 450B000 Reinforced Cement Concrete Bridge End Slab 1,259 SQYD 450H000 Smoothness Testing Certified Inertial Profiler 1 Each 502A000 Steel Reinforcement 1,398,900 LB 502B000 Steel Reinforcement For Bridge Superstructure, Station 2149+75.00, Approximately 215,600 Pounds (1.000) LS 502B001 Steel Reinforcement For Bridge Superstructure, Station 2149+50.00, Approximately 165,800 Pounds (1.000) LS 502B002 Steel Reinforcement For Bridge Superstructure, Station 2182+76.96, Approximate 918,800 Pounds (1.000) LS Item No. Description Quantity Units APDF-1602(542) Page: 2 502B003 Steel Reinforcement For Bridge Superstructure, Station 2208+50.00, Approximately 628,100 Pounds (1.000) LS 505B057 Static Loading Tests (HP 12x53) 1 Each 505G003 Pile Points (Type A, 12") 502 Each 505G004 Pile Points (Type A, 14") 28 Each 505H000 Pilot Holes 360 LF 505M002 Steel Piling Furnished And Driven (HP 12x53) 21,833 LF 505M012 Steel Piling Furnished And Driven (HP 14 x 89) 1,359 LF 506A001 Drilled Shaft Excavation, 6'-0" Diameter 634 LF 506A003 Drilled Shaft Excavation, 5'-0" Diameter 329 LF 506A004 Drilled Shaft Excavation, 3'-0" Diameter 99 LF 506A005 Drilled Shaft Excavation, 3'-6" Diameter 119 LF 506B001 Special Drilled Shaft Excavation, 3'-0" Diameter 122 LF 506B002 Special Drilled Shaft Excavation, 3'-6" Diameter 32 LF 506B005 Special Drilled Shaft Excavation, 5'-0" Diameter 220 LF 506B007 Special Drilled Shaft Excavation, 6'-0" Diameter 618 LF 506C040 Drilled Shaft Construction, 3'-0" Diameter, Class DS1 Concrete 221 LF 506C041 Drilled Shaft Construction, 3'-6" Diameter, Class DS1 Concrete 150 LF 506C044 Drilled Shaft Construction, 5'-0" Diameter, Class DS1 Concrete 549 LF 506C046 Drilled Shaft Construction, 6'-0" Diameter, Class DS1 Concrete 1,252 LF 506D000 Exploration Below Drilled Shaft 860 LF 506G006 Crosshole Sonic Logging, 6'-0" Diameter 28 Each 508A000 Structural Steel 45,030 LB 508B000 Structural Steel Superstructure, 171'-9"-210'-0"-210'-0"-171'-9" Continuous Span, Approximately 2,447,389 Pounds 1 Each 508B001 Structural Steel Superstructure, 190'-0"-247'-0"-247'-0"-190'-0" Continuous Span, Approximately 3,158,750 Pounds 1 Each 510A007 Bridge Substructure Concrete 5,231 CUYD 510C051 Bridge Concrete Superstructure, Station 2149+75.00, Approximately 1,134 Cubic Yards (1.000) LS 510C052 Bridge Concrete Superstructure, Station 2149+50.00, Approximately 859 Cubic Yards (1.000) LS 510C053 Bridge Concrete Superstructure, Station 2182+76.96, Approximately 2,985 Cubic Yards (1.000) LS 510C054 Bridge Concrete Superstructure, Station 2208+50.00, Approximately 3,366 Cubic Yards (1.000) LS 510E000 Grooving Concrete Bridge Decks 25,388 SQYD 510J000 Bridge Barrier Rail, Type 36” Single Slope 8,353 LF 511A006 Elastomeric Bearing Type 5 (Mark A) 12 Each 511A007 Elastomeric Bearing Type 5 (Mark B) 12 Each 511A008 Elastomeric Bearing Type 5 (Mark C) 12 Each 511A009 Elastomeric Bearing Type 5 (Mark D) 12 Each 511A044 Elastomeric Bearing Type 4 (Mark E) 6 Each 511A045 Elastomeric Bearing Type 4 (Mark F) 6 Each 511A053 Elastomeric Bearing Type 2 (Mark B4) 226 Each 511A072 Elastomeric Bearing Type 4 (Mark VB3) 16 Each 511A073 Elastomeric Bearing Type 4 (Mark VB4) 118 Each 513B005 Pretensioned-Prestressed Concrete Girders, Type III (Specialty Item) 511 LF 513B015 Pretensioned-Prestressed Concrete Girders, Type BT-54 (Specialty Item) 1,259 LF Item No. Description Quantity Units APDF-1602(542) Page: 3 513B017 Pretensioned-Prestressed Concrete Girders, Type BT-72 (Specialty Item) 21,863 LF 530A001 18" Roadway Pipe (Class 3 R.C.) 23 LF 533A098 18" Storm Sewer Pipe (Class 3 R.C.) 50 LF 533B098 22" Span, 14" Rise Storm Sewer Pipe (Class 3 R.C.) 9 LF 534E001 Cleaning Existing Pipe (Less Than Or Equal To 48" Horizontal Opening) 99 LF 534F001 Cleaning Existing Pipe (Greater Than 48" Horizontal Opening) 155 LF 600A000 Mobilization (1.000) LS 603A002 Furnishing Type 3 Field Office 1 Each 609A000 Aggregate Slope Protection 2,500 SQYD 609B000 Geotextile Filter For Aggregate Slope Protection 2,500 SQYD 610C001 Loose Riprap, Class 2 3,130 Ton 610D003 Filter Blanket, Geotextile 2,612 SQYD 614A000 Slope Paving 198 CUYD 619A002 18" Roadway Pipe End Treatment, Class 1 6 Each 619B016 22" Span, 14" Rise Roadway Pipe End Treatment, Class 1 1 Each 620A000 Minor Structure Concrete 7 CUYD 621C027 Inlets, Type C 1 Each 621C159 Inlets, Type E4 (Partial) 1 Each 621D002 Inlet Units, Type C 3 Each 630A001 Steel Beam Guardrail, Class A, Type 2 1,275 LF 630C077 Guardrail End Anchor, Type 8 (MASH) 1 Each 630C079 Guardrail End Anchor, Type 13 (MASH) 7 Each 630C080 Guardrail End Anchor, Type 20 Series (MASH) 8 Each 650A000 Topsoil 850 CUYD 665C010 Temporary Pipe 80 LF 665F000 Hay Bales 4,348 Each 665G000 Sand Bags 2,214 Each 665I000 Temporary Riprap, Class 2 400 Ton 665J002 Silt Fence 27,038 LF 665N000 Temporary Coarse Aggregate,ALDOT Number 1 504 Ton 665N001 Temporary Coarse Aggregate,ALDOT Number 4 80 Ton 665O001 Silt Fence Removal 27,038 LF 665P005 Inlet Protection, Stage 3 Or 4 40 Each 665Q002 Wattle 3,200 LF 680A001 Geometric Controls (1.000) LS 698A000 Construction Fuel (Maximum Bid Limited to $ 3,436,000.00) (1.000) LS 701A087 Broken White, Class W, Type A Traffic Stripe (5" Wide) 2 Mile 701A091 Solid White, Class W, Type A Traffic Stripe (5" Wide) 4 Mile 701A099 Solid Yellow, Class W, Type A Traffic Stripe (5" Wide) 4 Mile 701A108 Broken Black, Class W, Type B Traffic Stripe (5" Wide) 2 Mile 701A227 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 3 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 701C000 Broken Temporary Traffic Stripe 5 Mile 701C001 Solid Temporary Traffic Stripe 12 Mile 701G252 Solid White, Class 2, Type A Traffic Stripe (5" Wide) (Rumble Strip) 184 LF Item No. Description Quantity Units APDF-1602(542) Page: 4 701G256 Broken Yellow, Class 2, Type A Traffic Stripe (5" Wide) 634 LF 703A002 Traffic Control Markings, Class 2, Type A 7,954 SQFT 703A011 Traffic Control Markings, Class W, Type A 4,687 SQFT 703B002 Traffic Control Legends, Class 2, Type A 359 SQFT 703B011 Traffic Control Legends, Class W, Type A 246 SQFT 703D002 Temporary Traffic Control Markings (Paint) 558 SQFT 705A030 Pavement Markers, Class A-H, Type 2-C 1,383 Each 705A032 Pavement Markers, Class A-H, Type 1-B 1,700 Each 705A037 Pavement Markers, Class A-H, Type 2-D 42 Each 705A038 Pavement Markers, Class A-H, Type 2-E 337 Each 710A160 Class 10 Aluminum Flat Sign Panels 0.08" Thick (Type XI Background) 62 SQFT 710A165 Class 10 Aluminum Flat Sign Panels 0.08" Thick (Type XI Background, Fluorescent) 60 SQFT 710A170 Class 4, Aluminum Flat Sign Panels 0.08" Thick (Type IV Background) 508 SQFT 710B021 Roadway Sign Post (#3 U Channel, Galvanized Steel or 2 ", 14 Ga Square Tubular Steel) 688 LF 713A000 Permanent Barricades 25 LF 726B000 Portable Concrete Saftey Barrier Type 6 6,730 LF 740B000 Construction Signs 1,354 SQFT 740D000 Channelizing Drums 100 Each 740F002 Barricades, Type III 26 Each 741C010 Portable Sequential Arrow And Chevron Sign Unit 2 Each 742A001 Portable Changeable Message Sign, Type 2 4 Each 999 000 Trainee Hours At 80 Cents Per Hour 5,600 HOUR ( ) Item will be bid as lump sum. 20240329004Contract ID: March 29, 2024Letting Date: Projects: County: TALLAPOOSA DBE Goal Percent: 2.00Contract Time: Description: for constructing the Bridge Replacement and Approaches (Grading, Drainage, Pavement, and Bridge) on SR-50 over Wind Creek northwest of Reeltown. Length 0.482 mi. 190 Working Days The Bracket Estimate on this project is from $3,087,148 to $3,773,181 . A Bidding Proposal may be purchased for $5.00. Plans may be purchased for $39.00 per set. The Principal Items of work are approximately as follows: 004 BR-0050(505) Item No. Description Quantity Units 201A002 Clearing And Grubbing (Maximum Allowable Bid $ 8,000.00 Per Acre) (Approximately 3 Acres) (1.000) LS 204A000 Closing Water Well 1 Each 205A001 Removal Of Structures, Structure No. 1 1 Each 206A000 Removal Of Old Bridge, Station 114+04.00 (1.000) LS 206C013 Removing Bridge End Slab 125 SQYD 206D000 Removing Pipe 108 LF 206D001 Removing Guardrail 288 LF 206D011 Removing Fence 2,802 LF 206E008 Removing Guardrail End Anchor (All Type) 4 Each 210A000 Unclassified Excavation 16,398 CUYD 210D011 Borrow Excavation (A4 Or Better) 2,858 CUYD 231B001 Roadbed Stabilizing Material, ALDOT #467 1,048 Ton 260A001 Cement Mortar Flowable Backfill, Mix 2 4 CUYD 301A012 Crushed Aggregate Base Course, Type B, Plant Mixed, 6" Compacted Thickness 5,304 SQYD 401A000 Bituminous Treatment A 4,302 SQYD 405A000 Tack Coat 1,610 Gal 408A051 Planing Existing Pavement (Approximately 0.00" Thru 1.0" Thick) 489 SQYD 408A052 Planing Existing Pavement (Approximately 1.10" Thru 2.0" Thick) 2,101 SQYD 410H000 Material Remixing Device 1 Each 424A336 Superpave Bituminous Concrete Wearing Surface Layer, 3/8" Maximum Aggregate Size Mix, ESAL Range A/B 366 Ton 424B635 Superpave Bituminous Concrete Upper Binder Layer, 3/4" Maximum Aggregate Size Mix, ESAL Range A/B 552 Ton 424B643 Superpave Bituminous Concrete Upper Binder Layer, Leveling, 3/4" Maximum Aggregate Size Mix, ESAL Range A/B 426 Ton 424B666 Superpave Bituminous Concrete Lower Binder Layer, 1" Maximum Aggregate Size Mix, ESAL Range A/B 1,635 Ton 428A001 Scoring Bituminous Pavement Surface 1 Mile 430B043 Aggregate Surfacing (1" Down, Crusher Run) 68 Ton 450B000 Reinforced Cement Concrete Bridge End Slab 207 SQYD 502A000 Steel Reinforcement 33,700 LB 502B000 Steel Reinforcement For Bridge Superstructure, Station 113+87.00, Approximately 45,300 Pounds (1.000) LS 505I000 Temporary Steel Sheet Piling 3,000 SQFT 506A004 Drilled Shaft Excavation, 3'-0" Diameter 88 LF 506B001 Special Drilled Shaft Excavation, 3'-0" Diameter 123 LF 506C040 Drilled Shaft Construction, 3'-0" Diameter, Class DS1 Concrete 229 LF Item No. Description Quantity Units BR-0050(505) Page: 2 506F004 Permanent Drilled Shaft Casing, 3'-0" Diameter 90 LF 506G000 Crosshole Sonic Logging, 3'-0" Diameter 8 Each 508A000 Structural Steel 3,150 LB 510A007 Bridge Substructure Concrete 89 CUYD 510C051 Bridge Concrete Superstructure, Station 113+87.00 Approximately 162 Cubic Yards (1.000) LS 510E000 Grooving Concrete Bridge Decks 562 SQYD 510J000 Bridge Barrier Rail, Type 36” Single Slope 317 LF 511A070 Elastomeric Bearing Type 4 (Mark VB1) 24 Each 511A072 Elastomeric Bearing Type 4 (Mark VB3) 12 Each 513B003 Pretensioned-Prestressed Concrete Girders, Type I (Specialty Item) 461 LF 513B005 Pretensioned-Prestressed Concrete Girders, Type III (Specialty Item) 476 LF 534E001 Cleaning Existing Pipe (Less Than Or Equal To 48" Horizontal Opening) 26 LF 535A001 18" Side Drain Pipe 107 LF 600A000 Mobilization (1.000) LS 601A000 Furnishing Base, Soil And Structure Laboratories 1 Each 602A000 Right Of Way Markers 15 Each 610C001 Loose Riprap, Class 2 3,903 Ton 610D003 Filter Blanket, Geotextile 22,591 SQYD 619A101 18" Side Drain Pipe End Treatment, Class 1 6 Each 620A000 Minor Structure Concrete 1 CUYD 630A001 Steel Beam Guardrail, Class A, Type 2 500 LF 630C079 Guardrail End Anchor, Type 13 (MASH) 4 Each 630C080 Guardrail End Anchor, Type 20 Series (MASH) 4 Each 650A000 Topsoil 436 CUYD 652A100 Seeding 5 Acre 652C000 Mowing 20 Acre 654A001 Solid Sodding (Bermuda) 4,516 SQYD 656A010 Mulching 5 Acre 659C000 Erosion Control Product, Type S4 6,617 SQYD 659C001 Erosion Control Product, Type S3 2,622 SQYD 659C002 Erosion Control Product, Type S2 1,378 SQYD 659C007 Erosion Control Product, Type C8 2,096 SQYD 665A000 Temporary Seeding 5 Acre 665B001 Temporary Mulching 30 Ton 665E000 Polyethylene 500 SQYD 665G000 Sand Bags 500 Each 665I000 Temporary Riprap, Class 2 400 Ton 665J002 Silt Fence 1,563 LF 665N000 Temporary Coarse Aggregate,ALDOT Number 1 300 Ton 665N001 Temporary Coarse Aggregate,ALDOT Number 4 20 Ton 665O001 Silt Fence Removal 1,563 LF 665Q002 Wattle 400 LF 666A001 Pest Control Treatment 5 Acre 674A000 Construction Safety Fence 1,200 LF 680A001 Geometric Controls (1.000) LS 698A000 Construction Fuel (Maximum Bid Limited to $ 154,600.00 (1.000) LS Item No. Description Quantity Units BR-0050(505) Page: 3 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 701A245 Broken Yellow, Class 2, Type A Traffic Stripe 1 Mile 701C000 Broken Temporary Traffic Stripe 1 Mile 701C001 Solid Temporary Traffic Stripe 1 Mile 701C006 Solid Temporary Traffic Stripe (Removable Tape) 1 Mile 701D005 Solid Traffic Stripe Removed 1 Mile 701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 320 LF 701G154 Solid Yellow, Class W, Type A Traffic Stripe (5" Wide) 320 LF 705A023 Pavement Markers, Class C, Type 2-D 80 Each 705A037 Pavement Markers, Class A-H, Type 2-D 80 Each 710A160 Class 10 Aluminum Flat Sign Panels 0.08" Thick (Type XI Background) 18 SQFT 710A170 Class 4, Aluminum Flat Sign Panels 0.08" Thick (Type IV Background) 51 SQFT 710B021 Roadway Sign Post (#3 U Channel, Galvanized Steel or 2 ", 14 Ga Square Tubular Steel) 112 LF 740B000 Construction Signs 439 SQFT 740D000 Channelizing Drums 125 Each 740E000 Cones (36 Inches High) 100 Each 740F002 Barricades, Type III 8 Each 740M001 Ballast For Cone 100 Each 742A001 Portable Changeable Message Sign, Type 2 2 Each 999 000 Trainee Hours At 80 Cents Per Hour 720 HOUR ( ) Item will be bid as lump sum. 20240329005Contract ID: March 29, 2024Letting Date: Projects: County: TUSCALOOSA DBE Goal Percent: 4.00Contract Time: Description: for constructing the Bridge Deck Rehabilitation (Hydroblasting, Bridge Rail Retrofit, Guardrail Installation, Shoulder Improvement, and Traffic Stripe) on I-20/I-59 (Northbound and Southbound Roadways) from MP 64.770 to MP 71.160 southwest of Tuscaloosa. Length 6.428 mi. 200 Working Days The Bracket Estimate on this project is from $5,725,468 to $6,997,794 . A Bidding Proposal may be purchased for $5.00. Plans may be purchased for $31.00 per set. The Principal Items of work are approximately as follows: 005 BR-I059(435) Item No. Description Quantity Units 206D001 Removing Guardrail 1,075 LF 206E008 Removing Guardrail End Anchor (All Type) 7 Each 206E014 Removing Guardrail End Anchor (Type 2A) 7 Each 206E043 Removing Raised Pavement Markers 21,767 Each 210A000 Unclassified Excavation 280 CUYD 305B079 Crushed Aggregate,Section 825,Type A,For Miscellaneous Use 500 Ton 405A000 Tack Coat 471 Gal 424A280 Superpave Bituminous Concrete Wearing Surface Layer, 1/2" Maximum Aggregate Size Mix, ESAL Range E 136 Ton 424B292 Superpave Bituminous Concrete Upper Binder Layer, Widening, 1" Maximum Aggregate Size Mix, ESAL Range E 212 Ton 424B592 Superpave Bituminous Concrete Lower Binder Layer, Widening, 1" Maximum Aggregate Size Mix, ESAL Range E 212 Ton 428A001 Scoring Bituminous Pavement Surface 1 Mile 544A000 Hydroblasting 14,562 SQYD 544B000 Bridge Deck Repair with Formwork 7 SQYD 544C000 Placing and Finishing Concrete Overlay 14,562 SQYD 544D000 Concrete for Overlay 817 CUYD 600A000 Mobilization (1.000) LS 629E013 Bridge Rail Retrofit,Type BC(NJ) 272 LF 629E018 Bridge Rail Retrofit, Type BC(CSF) 948 LF 630A001 Steel Beam Guardrail, Class A, Type 2 1,075 LF 630C079 Guardrail End Anchor, Type 13 (MASH) 7 Each 630C080 Guardrail End Anchor, Type 20 Series (MASH) 7 Each 665G000 Sand Bags 500 Each 665Q002 Wattle 4,000 LF 698A000 Construction Fuel (Maximum Bid Limited to $ 327,350.00) (1.000) LS 701A227 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 7 Mile 701A230 Solid Yellow, Class 2, Type A Traffic Stripe (5" Wide) 2 Mile 701B027 Dotted, Class W, Type A Traffic Stripe (5" Wide) 333 LF 701D005 Solid Traffic Stripe Removed 7 Mile 701G142 Broken White, Class W, Type A Traffic Stripe (5" Wide) 4,632 LF 701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 4,248 LF 701G154 Solid Yellow, Class W, Type A Traffic Stripe (5" Wide) 4,248 LF 701G242 Broken White, Class 2, Type A Traffic Stripe (5" Wide) 100 LF

1409 Coliseum Boulevard Montgomery, Alabama 36110Location

Address: 1409 Coliseum Boulevard Montgomery, Alabama 36110

Country : United StatesState : Alabama

You may also like

Transportation of Decedents

Due: 31 Aug, 2024 (in 4 months)Agency: Chautauqua County

AIR CARGO TRANSPORTATION SERVICES

Due: 31 Jul, 2025 (in 15 months)Agency: OFFICE OF ASSISTANT SECRETARY FOR PREPAREDNESS AND RESPONSE

Transportation of Decedents

Due: 31 Aug, 2024 (in 4 months)Agency: Chautauqua County

Please Sign In to see more like these.

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