ntc - 03-14-2017

94
ALABAMA Department of Transportation www.dot.state.al.us Notice to Contractors Transportation Letting $SULO 7 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: others

Post on 13-Jun-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: NTC - 03-14-2017

ALABAMA Department of Transportation

www.dot.state.al.us

Notice to Contractors Transportation Letting April 7

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

Page 2: NTC - 03-14-2017

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.

Page 3: NTC - 03-14-2017

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.

Page 4: NTC - 03-14-2017

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.

Page 5: NTC - 03-14-2017

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

Page 6: NTC - 03-14-2017

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

Page 7: NTC - 03-14-2017

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

Page 8: NTC - 03-14-2017
Page 9: NTC - 03-14-2017

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

Robert Bentley 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.

__________________________________

__________________________________

__________________________________

__________________________________

Page 10: NTC - 03-14-2017

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

Robert Bentley 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.

____________________________________________

____________________________________________

____________________________________________

____________________________________________

____________________________________________

Page 11: NTC - 03-14-2017
Page 12: NTC - 03-14-2017
Page 13: NTC - 03-14-2017
Page 14: NTC - 03-14-2017
Page 15: NTC - 03-14-2017
Page 16: NTC - 03-14-2017

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

Page 17: NTC - 03-14-2017
Page 18: NTC - 03-14-2017
Page 19: NTC - 03-14-2017
Page 20: NTC - 03-14-2017
Page 21: NTC - 03-14-2017
Page 22: NTC - 03-14-2017
Page 23: NTC - 03-14-2017
Page 24: NTC - 03-14-2017
Page 25: NTC - 03-14-2017
Page 26: NTC - 03-14-2017
Page 27: NTC - 03-14-2017
Page 28: NTC - 03-14-2017

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:

Page 29: NTC - 03-14-2017

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

Page 30: NTC - 03-14-2017
Page 31: NTC - 03-14-2017
Page 32: NTC - 03-14-2017
Page 33: NTC - 03-14-2017
Page 34: NTC - 03-14-2017
Page 35: NTC - 03-14-2017
Page 36: NTC - 03-14-2017
Page 37: NTC - 03-14-2017

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.

$92.00 001 . BRF-0017(516), MARION$5.00 $5.00

$10.00 004 . ACAA61880-ATRP(016), SUMTER$5.00 $5.00

$35.00 007 . ACBRZ59462-ATRP(008), JEFFERSON$5.00 $5.00

$15.00 008 . ACBRZ59636-ATRP(007), MACON$5.00 $5.00

$6.00 009 . ACBRZ61136-ATRP(015), LEE$5.00 $5.00

$7.00 010 . ACBRZ61816-ATRP(013), MORGAN$5.00 $5.00

$6.00 011 . ACBRZ60401-ATRP(012), COOSA$5.00 $5.00

$23.00 012 . BR-0018(503), FAYETTE$5.00 $5.00

$9.00 015 . ER-9010(935), PIKE$5.00 $5.00

$5.00 018 . ERPR-9010(945), BULLOCK$5.00 $5.00

$6.00 021 . NH-0006(566), BIBB$5.00 $5.00

$18.00 022 . NH-0053(573), ETC., MADISON$5.00 $5.00

$4.00 023 . NH-0133(509), COLBERT$5.00 $5.00

$9.00 029 . SRTS-SR10(918), JEFFERSON$5.00 $5.00

$5.00 031 . STPAA-0028(510), MARENGO$5.00 $5.00

$3.00 032 . STPAA-0003(608), BUTLER$5.00 $5.00

$6.00 033 . STPAA-0017(567), SUMTER$5.00 $5.00

$3.00 034 . STPAA-0036(508), LAWRENCE$5.00 $5.00

$7.00 035 . STPAA-0104(510), BALDWIN$5.00 $5.00

$7.00 036 . STPAA-0172(504), MARION$5.00 $5.00

$7.00 037 . STPAA-0213(503), MOBILE$5.00 $5.00

$7.00 040 . STPAA-HSIP-0003(611), CHILTON$5.00 $5.00

$10.00 041 . STPAA-HSIP-0003(604), CULLMAN$5.00 $5.00

$4.00 042 . STPAA-HSIP-0014(537), AUTAUGA$5.00 $5.00

$4.00 043 . STPAA-HSIP-0169(502), RUSSELL$5.00 $5.00

$21.00 048 . STPBH-0003(593), JEFFERSON$5.00 $5.00

$6.00 052 . STPMN-2616(251), ELMORE$5.00 $5.00

April 7, 2017

Page 38: NTC - 03-14-2017

$3.00 054 . STPNU-0316(250), BARBOUR$5.00 $5.00

$4.00 055 . STPNU-0415(256), BIBB$5.00 $5.00

$7.00 056 . STPOA-3016(251), ETC., FRANKLIN$5.00 $5.00

$2.00 059 . STPOA-9059(601), LEE$5.00 $5.00

THE PROJECT (S) BELOW HAVE BEEN DESIGNATED AS AN SBE PROJECT, AND CAN ONLY BE BID ON BY QUALIFIED SBECONTRACTORS THAT HAVE BEEN PRE-APPROVED BY THE ALDOT DBE UNIT AND ALDOT OFFICE ENGINEER.

$6.00 201 . STPAA-NR13(903), BUTLER, ETC.$5.00 $5.00

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

April 7, 2017

Page 39: NTC - 03-14-2017

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 April 07, 2017 and at that time publicly opened for constructing the followingprojects 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

Page 40: NTC - 03-14-2017

20170407001Contract ID:April 07, 2017Letting Date:

Projects:County: MARION

DBE Goal Percent: 7.00Contract Time:

Description: for constructing the Roadway Relocation, Safety Improvements, and Bridge Replacement(Grade, Drain, Base, Pave, and Bridge) on SR-17 (US-43) from north of the junction of CR-41to south of the junction of CR-53 southwest of Hackleburg. Length 1.685 mi.

330 Working Days

The Bracket Estimate on this project is from $13,943,050 to $17,041,506 .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:

$92.00

001BRF-0017(516)

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

44 Acres)(1) LS

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

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

206A000 Removal Of Old Bridge, Station 110+76.63 (1) LS

206D011 Removing Fence 1,346 LF

206E000 Removing Headwalls 8 Each

210A000 Unclassified Excavation 737,750 CUYD

214A000 Structure Excavation 1,195 CUYD

214B001 Foundation Backfill, Commercial 238 CUYD

215A000 Unclassified Bridge Excavation 119 CUYD

230A000 Roadbed Processing 74 RBST

260A000 Cement Mortar Flowable Backfill, Mix 1 24 CUYD

301A012 Crushed Aggregate Base Course, Type B, Plant Mixed, 6" Compacted Thickness 37,824 SQYD

305B077 Crushed Aggregate, Section 825, For Miscellaneous Use 398 Ton

401A000 Bituminous Treatment A 147 SQYD

401A043 Bituminous Treatment AE 35,230 SQYD

405A000 Tack Coat 4,471 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 2 Mile

408B001 Micro-Milling Existing Pavement(Approximately 1.10" Thru 2.00" Thick) 4,250 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

3,119 Ton

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

4,533 Ton

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

100 Ton

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

680 Ton

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

10,911 Ton

428A001 Scoring Bituminous Pavement Surface 4 Mile

430B005 Aggregate Surfacing (ALDOT #410) 197 Ton

430B032 Aggregate Surfacing (ALDOT #57 Or #410 Modified) 1,000 Ton

430B046 Aggregate Surfacing (Aldot #2) 2,175 Ton

450B000 Reinforced Cement Concrete Bridge End Slab 207 SQYD

502A000 Steel Reinforcement 199,000 LB

Page 41: NTC - 03-14-2017

Item No. Description Quantity UnitsBRF-0017(516) Page: 2

502B000 Steel Reinforcement For Bridge Superstructure, Sta 109+05, Approximately 350,800Pounds

(1) LS

506A005 Drilled Shaft Excavation, 3'-6" Diameter 46 LF

506A006 Drilled Shaft Excavation, 5'-6" Diameter 26 LF

506B002 Special Drilled Shaft Excavation, 3'-6" Diameter 8 LF

506B006 Special Drilled Shaft Excavation, 5'-6" Diameter 85 LF

506B008 Special Drilled Shaft Excavation, 6'-6" Diameter 127 LF

506C041 Drilled Shaft Construction, 3'-6" Diameter, Class DS1 Concrete 54 LF

506C045 Drilled Shaft Construction, 5'-6" Diameter, Class DS1 Concrete 111 LF

506C047 Drilled Shaft Construction, 6'-6" Diameter, Class DS1 Concrete 127 LF

508A000 Structural Steel 7,660 LB

508B000 Structural Steel Superstructure, 200' - 275' - 200' Continuous Span, Approximately2,107,100 Pounds (Spec. Item)

1 Each

510A007 Bridge Substructure Concrete 776 CUYD

510C051 Bridge Concrete Superstructure, Sta 109+05 Approximately 1287 Cubic Yards (1) LS

510E000 Grooving Concrete Bridge Decks 4,182 SQYD

511A004 Elastomeric Bearing Type 4 15 Each

511A005 Elastomeric Bearing Type 5 5 Each

511A073 Elastomeric Bearing Type 4 (Mark VB4) 30 Each

513B017 Pretensioned-Prestressed Concrete Girders, Type BT-72 (Specialty Item) 1,333 LF

530A001 18" Roadway Pipe (Class 3 R.C.) 238 LF

530A002 24" Roadway Pipe (Class 3 R.C.) 172 LF

530A003 30" Roadway Pipe (Class 3 R.C.) 168 LF

530A004 36" Roadway Pipe (Class 3 R.C.) 156 LF

530A006 48" Roadway Pipe (Class 3 R.C.) 84 LF

530A013 24" Roadway Pipe (Class 4 R.C.) 220 LF

530A024 24" Roadway Pipe (Class 5 R.C.) 208 LF

530A025 30" Roadway Pipe (Class 5 R.C.) 256 LF

530A026 36" Roadway Pipe (Class 5 R.C.) 296 LF

530A101 18" Roadway Pipe (Class 3 R.C.) (Extension) 24 LF

530C002 24" Roadway Pipe, Jacked Installation (Smooth Steel) 192 LF

534E001 Cleaning Existing Pipe (Less Than Or Equal To 48" Horizontal Opening) 68 LF

535A001 18" Side Drain Pipe 56 LF

535A002 24" Side Drain Pipe 56 LF

600A000 Mobilization (1) LS

602A000 Right Of Way Markers 68 Each

605B000 Special Underdrain Outlet, Type A 10 Each

605C000 Special 6" Diameter Underdrain Pipe 500 LF

606A009 6" Underdrain Pipe, Type 10 3,998 LF

608A000 Separation Geotextile 3,998 SQYD

609B000 Geotextile Filter For Aggregate Slope Protection 2,000 SQYD

610C001 Loose Riprap, Class 2 8,701 Ton

610D003 Filter Blanket, Geotextile 6,776 SQYD

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

619A003 24" Roadway Pipe End Treatment, Class 1 6 Each

619A004 30" Roadway Pipe End Treatment, Class 1 2 Each

Page 42: NTC - 03-14-2017

Item No. Description Quantity UnitsBRF-0017(516) Page: 3

619A005 36" Roadway Pipe End Treatment, Class 1 4 Each

619A007 48" Roadway Pipe End Treatment, Class 1 2 Each

619A101 18" Side Drain Pipe End Treatment, Class 1 2 Each

619A102 24" Side Drain Pipe End Treatment, Class 1 2 Each

620A000 Minor Structure Concrete 1 CUYD

621A011 Junction Boxes, Type 1 Or 1P 6 Each

621A019 Junction Boxes, Type 1 Or 2P 6 Each

621B011 Junction Box Units, Type 1 Or 1P 7 Each

621B014 Junction Box Units, Type 1 Or 2P 12 Each

630A001 Steel Beam Guardrail, Class A, Type 2 2,850 LF

630C003 Guardrail End Anchor, Type 13 4 Each

630C070 Guardrail End Anchor, Type 10 Series 20 Each

650B000 Topsoil From Stockpiles 19,675 CUYD

652A100 Seeding 61 Acre

652C000 Mowing 367 Acre

654A000 Solid Sodding 12,755 SQYD

656A010 Mulching 61 Acre

659C001 Erosion Control Product, Type S3 192,300 SQYD

659C002 Erosion Control Product, Type S2 14,400 SQYD

659C006 Erosion Control Product, Type C6 1,389 SQYD

659C007 Erosion Control Product, Type C8 1,627 SQYD

659C008 Erosion Control Product, Type C10 556 SQYD

665A000 Temporary Seeding 61 Acre

665B001 Temporary Mulching 366 Ton

665C010 Temporary Pipe 525 LF

665D001 Temporary Pipe End Treatment 7 Each

665E000 Polyethylene 5,000 SQYD

665F000 Hay Bales 2,094 Each

665G000 Sand Bags 5,000 Each

665I000 Temporary Riprap, Class 2 4,000 Ton

665I002 Temporary Riprap, Class 1 3,500 Ton

665J002 Silt Fence 11,000 LF

665N000 Temporary Coarse Aggregate,ALDOT Number 1 3,200 Ton

665O001 Silt Fence Removal 11,000 LF

665Q002 Wattle 5,100 LF

665T000 Temporary Earth Berms 1,300 LF

666A001 Pest Control Treatment 61 Acre

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 1,260,000.00) (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

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

701C001 Solid Temporary Traffic Stripe 4 Mile

701D005 Solid Traffic Stripe Removed 1 Mile

701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 1,890 LF

701G150 Broken Yellow, Class W, Type A Traffic Stripe (5" Wide) 945 LF

Page 43: NTC - 03-14-2017

Item No. Description Quantity UnitsBRF-0017(516) Page: 4

701G154 Solid Yellow, Class W, Type A Traffic Stripe (5" Wide) 450 LF

701G161 Broken Black, Class W, Type B Traffic Stripe (5" Wide) 945 LF

703A002 Traffic Control Markings, Class 2, Type A 104 SQFT

703D001 Temporary Traffic Control Markings 208 SQFT

705A037 Pavement Markers, Class A-H, Type 2-D 223 Each

709A000 Milepost, Type A 4 Each

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

128 SQFT

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

31 SQFT

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

182 LF

713A000 Permanent Barricades 100 LF

740B000 Construction Signs 525 SQFT

740D000 Channelizing Drums 130 Each

740E000 Cones (36 Inches High) 100 Each

740F002 Barricades, Type III 8 Each

740I002 Warning Lights, Type B 4 Each

740M001 Ballast For Cone 100 Each

740O000 Pilot Car 1 Each

742A001 Portable Changeable Message Sign, Type 2 2 Each

999 000 Trainee Hours At 80 Cents Per Hour 2,280 HOUR

( ) Item will be bid as lump sum.

Page 44: NTC - 03-14-2017

20170407004Contract ID:April 07, 2017Letting Date:

Projects:County: SUMTER

Contract Time:

Description: for constructing the Roadway Lighting Improvements on I-20/59 at the SR-28 Interchange(Exit 17) in Livingston. Length 0.833 mi.

45 Working Days

The Bracket Estimate on this project is from $206,466 to $252,347 .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:

$10.00

004ACAA61880-ATRP(016)

Item No. Description Quantity Units600A000 Mobilization (1) LS

610D003 Filter Blanket, Geotextile 80 SQYD

665A000 Temporary Seeding 1 Acre

665B001 Temporary Mulching 1 Ton

665Q002 Wattle 200 LF

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 7,000.00) (1) LS

728A000 Truck Mounted Impact Attenuator Unit 1 Each

740B000 Construction Signs 886 SQFT

740D000 Channelizing Drums 50 Each

741C010 Portable Sequential Arrow And Chevron Sign Unit 1 Each

742A001 Portable Changeable Message Sign, Type 2 2 Each

750B602 Roadway Luminaire Assembly with One, LED, 400 Watt Equivalent Luminaire 6 Each

750C010 Pole Foundation,Roadway 6 Each

750D200 Electrical Junction Box,Type 1 2 Each

750F024 Conductor, #6 AWG 540 LF

750G010 Combined Duct And Cable,2 #6 AWG/ 1 #6 AWG GND 1,710 LF

751D008 Replace Breakaway Fuse Holder 36 Each

751D009 Replace Fuse In Pole Base 36 Each

751K000 Replace Roadway Luminaire (Including All Mounting Appurtenances) 24 Each

751L022 Remove Roadway Luminaire 28 Each

751L045 Remove Power Cord 12 Each

751L047 Remove Roadway Luminaire Lowering Device System 12 Each

751N000 Modification of Existing ( Lighting Pole) 12 Each

756A022 4" Electrical Conduit, 1 Line, Type 5 Installation 165 LF

( ) Item will be bid as lump sum.

Page 45: NTC - 03-14-2017

20170407007Contract ID:April 07, 2017Letting Date:

Projects:County: JEFFERSON

DBE Goal Percent: 7.00Contract Time:

Description: for constructing the Bridge Replacement on CR-77 (Mt Olive Road) over Locust Fork atributary of the Black Warrior River northwest of Mt Olive. Length 0.643 mi.

270 Working Days

The Bracket Estimate on this project is from $6,239,030 to $7,625,481 .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:

$35.00

007ACBRZ59462-ATRP(008)

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

11 Acres)(1) LS

206A000 Removal Of Old Bridge, Station 48+07.00 (1) LS

206C022 Removing Concrete Slab 147 SQYD

206D000 Removing Pipe 123 LF

206D001 Removing Guardrail 190 LF

206E000 Removing Headwalls 1 Each

206E001 Removing Inlets . 1 Each

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

210A000 Unclassified Excavation 182,100 CUYD

214A000 Structure Excavation 77 CUYD

214B001 Foundation Backfill, Commercial 13 CUYD

230A000 Roadbed Processing 28 RBST

301A006 Crushed Aggregate Base Course, Type B, Plant Mixed, 4.5" Compacted Thickness 4,209 SQYD

301A012 Crushed Aggregate Base Course, Type B, Plant Mixed, 6" Compacted Thickness 10,443 SQYD

401A011 Bituminous Treatment AKG 4,209 SQYD

401A043 Bituminous Treatment AE 10,443 SQYD

405A000 Tack Coat 673 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 1 Mile

408B001 Micro-Milling Existing Pavement(Approximately 1.10" Thru 2.00" Thick) 1,655 SQYD

410H000 Material Remixing Device 1 Each

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

731 Ton

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

596 Ton

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

548 Ton

424B666 Superpave Bituminous Concrete Lower Binder Layer, 1" Maximum Aggregate SizeMix, ESAL Range A/B

899 Ton

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

194 Ton

450B000 Reinforced Cement Concrete Bridge End Slab 108 SQYD

502A001 Steel Reinforcement (Grade 60) 102,700 LB

502B000 Steel Reinforcement For Bridge Superstructure, Station 48+00.00, Approximately214,000 Lbs.

(1) LS

505G004 Pile Points (Type A, 14") 28 Each

505M004 Steel Piling Furnished And Driven (HP 14x73) 933 LF

506A000 Drilled Shaft Excavation, 4'-6" Diameter 156 LF

506B004 Special Drilled Shaft Excavation, 4'-6" Diameter 54 LF

Page 46: NTC - 03-14-2017

Item No. Description Quantity UnitsACBRZ59462-ATRP(008) Page: 2

506C043 Drilled Shaft Construction, 4'-6" Diameter, Class DS1 Concrete 210 LF

506F001 Permanent Drilled Shaft Casing, 4'-6" Diameter 30 LF

506G003 Crosshole Sonic Logging, 4'-6" Diameter 12 Each

508A000 Structural Steel 9,730 LB

510A007 Bridge Substructure Concrete 423 CUYD

510C051 Bridge Concrete Superstructure, Station 48+00.00, Approximately 1094 Cu. Yds. (1) LS

510E000 Grooving Concrete Bridge Decks 2,589 SQYD

511A053 Elastomeric Bearing Type 2 (Mark B4) 48 Each

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

513B017 Pretensioned-Prestressed Concrete Girders, Type BT-72 (Specialty Item) 3,864 LF

530A106 48" Roadway Pipe (Class 3 R.C.) (Extension) 30 LF

534E001 Cleaning Existing Pipe (Less Than Or Equal To 48" Horizontal Opening) 94 LF

535A080 18" Side Drain Pipe (Class 3 R.C.) 41 LF

535A085 24" Side Drain Pipe (Class 3 R.C.) 31 LF

535A651 18" Side Drain Pipe (Temporary) 80 LF

600A000 Mobilization (1) LS

602A000 Right Of Way Markers 31 Each

610C001 Loose Riprap, Class 2 2,308 Ton

610D003 Filter Blanket, Geotextile 4,593 SQYD

619A007 48" Roadway Pipe End Treatment, Class 1 1 Each

619A057 48" Roadway Pipe End Treatment, Class 2 1 Each

619A101 18" Side Drain Pipe End Treatment, Class 1 2 Each

619A102 24" Side Drain Pipe End Treatment, Class 1 2 Each

620A000 Minor Structure Concrete 2 CUYD

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

630C003 Guardrail End Anchor, Type 13 4 Each

630C050 Guardrail End Anchor, Type 20 Series 4 Each

650A000 Topsoil 4,655 CUYD

652A100 Seeding 15 Acre

652C000 Mowing 15 Acre

654A000 Solid Sodding 1,663 SQYD

656A010 Mulching 15 Acre

659C000 Erosion Control Product, Type S4 132 SQYD

659C001 Erosion Control Product, Type S3 7,296 SQYD

659C002 Erosion Control Product, Type S2 12,100 SQYD

659C005 Erosion Control Product, Type C4 1,920 SQYD

659C006 Erosion Control Product, Type C6 1,663 SQYD

665A000 Temporary Seeding 4 Acre

665B001 Temporary Mulching 12 Ton

665C010 Temporary Pipe 222 LF

665D001 Temporary Pipe End Treatment 4 Each

665E000 Polyethylene 500 SQYD

665F000 Hay Bales 1,138 Each

665G000 Sand Bags 25 Each

665I000 Temporary Riprap, Class 2 740 Ton

665J002 Silt Fence 6,072 LF

Page 47: NTC - 03-14-2017

Item No. Description Quantity UnitsACBRZ59462-ATRP(008) Page: 3

665N000 Temporary Coarse Aggregate,ALDOT Number 1 880 Ton

665N001 Temporary Coarse Aggregate,ALDOT Number 4 148 Ton

665O001 Silt Fence Removal 6,072 LF

665Q002 Wattle 1,660 LF

665T000 Temporary Earth Berms 219 LF

666A001 Pest Control Treatment 15 Acre

672C100 Flocculant Application, Ditch Check 680 Each

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 318,000.00) (1) LS

701C001 Solid Temporary Traffic Stripe 3 Mile

701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 1,300 LF

701G154 Solid Yellow, Class W, Type A Traffic Stripe (5" Wide) 1,300 LF

701G253 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 5,602 LF

701G265 Solid Yellow, Class 2, Type A Traffic Stripe (5" Wide) 5,700 LF

705A023 Pavement Markers, Class C, Type 2-D 70 Each

705A037 Pavement Markers, Class A-H, Type 2-D 88 Each

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

19 SQFT

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

42 LF

713A000 Permanent Barricades 50 LF

740B000 Construction Signs 443 SQFT

740D000 Channelizing Drums 90 Each

740E000 Cones (36 Inches High) 100 Each

740F002 Barricades, Type III 12 Each

740I002 Warning Lights, Type B 6 Each

740M001 Ballast For Cone 100 Each

742A001 Portable Changeable Message Sign, Type 2 2 Each

( ) Item will be bid as lump sum.

Page 48: NTC - 03-14-2017

20170407008Contract ID:April 07, 2017Letting Date:

Projects:County: MACON

DBE Goal Percent: 8.00Contract Time:

Description: for constructing the Bridge Replacement (Grade, Drain, Base, Pave, and Bridge) on CR-9over Calebee Creek Relief No. 1 east of Shorter. Length 0.215 mi.

100 Working Days

The Bracket Estimate on this project is from $1,227,216 to $1,499,931 .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

008ACBRZ59636-ATRP(007)

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

2 Acres)(1) LS

206A000 Removal Of Old Bridge, Station 8+93.07 (1) LS

210A000 Unclassified Excavation 258 CUYD

210D021 Borrow Excavation (Loose Truckbed Measurement)(A4 or Better) 2,336 CUYD

215A000 Unclassified Bridge Excavation 3,219 CUYD

230A000 Roadbed Processing 6 RBST

405A000 Tack Coat 108 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 1 Mile

408A052 Planing Existing Pavement (Approximately 1.10" Thru 2.0" Thick) 1,071 SQYD

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

195 Ton

424A344 Superpave Bituminous Concrete Wearing Surface Layer, Patching, 3/4" MaximumAggregate Size Mix, ESAL Range A/B

50 Ton

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

50 Ton

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

140 Ton

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

210 Ton

450B000 Reinforced Cement Concrete Bridge End Slab 94 SQYD

502A001 Steel Reinforcement (Grade 60) 28,100 LB

502B000 Steel Reinforcement For Bridge Superstructure, Station 8+60.00, Approximately45,100 Pounds

(1) LS

505A002 Steel Test Piles (HP 12x53) 2 Each

505B057 Static Loading Tests (HP 12x53) 2 Each

505M002 Steel Piling Furnished And Driven (HP 12x53) 743 LF

506A008 Drilled Shaft Excavation, 4'-0" Diameter 175 LF

506C042 Drilled Shaft Construction, 4'-0" Diameter, Class DS1 Concrete 194 LF

506F008 Permanent Drilled Shaft Casing, 4'-0" Diameter 82 LF

506G002 Crosshole Sonic Logging, 4'-0" Diameter 4 Each

508A000 Structural Steel 5,190 LB

510A007 Bridge Substructure Concrete 81 CUYD

510C051 Bridge Concrete Superstructure, Station 8+60.00, Approximately 168 Cubic Yards (1) LS

510E000 Grooving Concrete Bridge Decks 475 SQYD

511A051 Elastomeric Bearing Type 2 (Mark B2) 24 Each

513B004 Pretensioned-Prestressed Concrete Girders, Type II (Specialty Item) 472 LF

600A000 Mobilization (1) LS

610C001 Loose Riprap, Class 2 985 Ton

Page 49: NTC - 03-14-2017

Item No. Description Quantity UnitsACBRZ59636-ATRP(007) Page: 2

610D003 Filter Blanket, Geotextile 1,082 SQYD

630A033 Steel Beam Guardrail, Class A, Type 2 (7'-0" Post) 975 LF

630C003 Guardrail End Anchor, Type 13 4 Each

630C050 Guardrail End Anchor, Type 20 Series 4 Each

641A612 6 Inch Ductile Iron Water Main Laid 670 LF

641A682 6 Inch Ductile Iron Water Main Laid (Restrained Joint) 185 LF

641C500 Ductile Iron Fittings 2,100 LB

641J516 6 Inch Gate Valve With Box 2 Each

641L500 Concrete for Water Mains (Thrust Blocks) 12 CUYD

641M512 6 Inch Retainer Gland 34 Each

641O514 6 Inch x 6 Inch Tapping Valve And Sleeve 2 Each

641T510 6 Inch Line Stop 2 Each

650A000 Topsoil 489 CUYD

652A100 Seeding 2 Acre

656A010 Mulching 2 Acre

659C002 Erosion Control Product, Type S2 1,420 SQYD

665A000 Temporary Seeding 2 Acre

665B001 Temporary Mulching 6 Ton

665J002 Silt Fence 2,362 LF

665O001 Silt Fence Removal 2,362 LF

665Q002 Wattle 460 LF

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 62,500.00) (1) LS

701G083 Solid White, Class 2T, Type A Traffic Stripe 1,920 LF

701G089 Solid Yellow, Class 2T, Type A Traffic Stripe 1,920 LF

701G144 Solid White, Class W, Type A Traffic Stripe 360 LF

701G152 Solid Yellow, Class W, Type A Traffic Stripe 360 LF

705A037 Pavement Markers, Class A-H, Type 2-D 25 Each

740B000 Construction Signs 222 SQFT

740D000 Channelizing Drums 40 Each

740F002 Barricades, Type III 8 Each

740I002 Warning Lights, Type B 8 Each

( ) Item will be bid as lump sum.

Page 50: NTC - 03-14-2017

20170407009Contract ID:April 07, 2017Letting Date:

Projects:County: LEE

Contract Time:

Description: for constructing the Bridge Replacement on CR-144 over Little Uchee Creek northwest ofGriffin Mill. Length 0.017 mi.

35 Working Days

The Bracket Estimate on this project is from $595,059 to $727,294 .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

009ACBRZ61136-ATRP(015)

Item No. Description Quantity Units206A000 Removal Of Old Bridge, Station 28+54.40 (1) LS

210A000 Unclassified Excavation 683 CUYD

516A100 Precast Concrete Modular Bridge at Station 28+49.00 (1) LS

600A000 Mobilization (1) LS

665F000 Hay Bales 50 Each

665G000 Sand Bags 200 Each

665J002 Silt Fence 430 LF

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 30,000.00) (1) LS

740B000 Construction Signs 185 SQFT

740F002 Barricades, Type III 8 Each

740I002 Warning Lights, Type B 2 Each

( ) Item will be bid as lump sum.

Page 51: NTC - 03-14-2017

20170407010Contract ID:April 07, 2017Letting Date:

Projects:County: MORGAN

DBE Goal Percent: 3.00Contract Time:

Description: for constructing the Bridge Replacement and Approaches on Cedar Creek Church Road overCedar Creek in Hartselle. Length 0.198 mi.

90 Working Days

The Bracket Estimate on this project is from $572,186 to $699,339 .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

010ACBRZ61816-ATRP(013)

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 5+59.3 (1) LS

210A000 Unclassified Excavation 2,616 CUYD

210D021 Borrow Excavation (Loose Truckbed Measurement)(A4 or Better) 1,540 CUYD

230A000 Roadbed Processing 11 RBST

301A004 Crushed Aggregate Base Course, Type B, Plant Mixed, 4" Compacted Thickness 2,993 SQYD

401A000 Bituminous Treatment A 2,031 SQYD

405A000 Tack Coat 58 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

130 Ton

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

159 Ton

430B043 Aggregate Surfacing (1" Down, Crusher Run) 292 Ton

430B046 Aggregate Surfacing (Aldot #2) 200 Ton

502A000 Steel Reinforcement 10 LB

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

505H000 Pilot Holes 283 LF

505M002 Steel Piling Furnished And Driven (HP 12x53) 316 LF

507A000 Wire Rope Abutment Anchor Assembly 2 Each

510A000 Bridge Substructure Concrete, Class A 6 CUYD

511A000 Elastomeric Bearing Type 1 44 Each

512A015 Precast Concrete Abutment Caps, 2'-0" Wide x 1'-4 7/8" Deep By 33'-0" Long(Modified)

2 Each

512B010 Precast Concrete Intermediate Bent Caps, 2'-0" Wide By 1'- 9 1/16" Deep By 31'-6"Long (Modified)

2 Each

512C002 Precast Concrete Type 1 Span Section, 3'-6" Wide By 1'-5" Deep By 24'-0" Long 12 Each

512C006 Precast Concrete Type 2C Span Section, 3'-6" Wide By 1'- 5" Deep By 24'-0" Long 4 Each

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

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

512D001 Precast Concrete Barrier Rail End Section, 24'-0" Long 4 Each

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

512E001 Precast Concrete Abutment Panels, Type A2 16 Each

512F001 Precast Concrete Wing Panels, Type W2 8 Each

512G000 Precast Concrete Abutment Wing Cap Panels 4 Each

535A001 18" Side Drain Pipe 20 LF

600A000 Mobilization (1) LS

Page 52: NTC - 03-14-2017

Item No. Description Quantity UnitsACBRZ61816-ATRP(013) Page: 2

610C001 Loose Riprap, Class 2 229 Ton

610D003 Filter Blanket, Geotextile 223 SQYD

630C003 Guardrail End Anchor, Type 13 4 Each

630C070 Guardrail End Anchor, Type 10 Series 4 Each

650A000 Topsoil 648 CUYD

652A100 Seeding 1 Acre

656A010 Mulching 1 Acre

659C002 Erosion Control Product, Type S2 538 SQYD

665A000 Temporary Seeding 1 Acre

665B001 Temporary Mulching 2 Ton

665F000 Hay Bales 50 Each

665J002 Silt Fence 1,635 LF

665O001 Silt Fence Removal 1,635 LF

680A001 Geometric Controls (1) LS

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

701E000 Solid Temporary Traffic Stripe 2,100 LF

701G249 Solid White, Class 2, Type A Traffic Stripe 2,100 LF

701G263 Solid Yellow, Class 2, Type A Traffic Stripe 2,100 LF

705A037 Pavement Markers, Class A-H, Type 2-D 27 Each

740B000 Construction Signs 65 SQFT

740F002 Barricades, Type III 6 Each

740I002 Warning Lights, Type B 3 Each

( ) Item will be bid as lump sum.

Page 53: NTC - 03-14-2017

20170407011Contract ID:April 07, 2017Letting Date:

Projects:County: COOSA

Contract Time:

Description: for constructing the Bridge Replacement and Approaches on CR-107 over Jack Creeknorthwest of Rockford. Length 0.056 mi.

80 Working Days

The Bracket Estimate on this project is from $326,279 to $398,786 .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

011ACBRZ60401-ATRP(012)

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 5+00.64 (1) LS

210A000 Unclassified Excavation 714 CUYD

214A000 Structure Excavation 513 CUYD

214B001 Foundation Backfill, Commercial 156 CUYD

231B001 Roadbed Stabilizing Material, ALDOT #467 84 Ton

502A000 Steel Reinforcement 51,072 LB

524A010 Culvert Concrete 192 CUYD

600A000 Mobilization (1) LS

602A000 Right Of Way Markers 14 Each

610C001 Loose Riprap, Class 2 325 Ton

610D003 Filter Blanket, Geotextile 257 SQYD

650A000 Topsoil 74 CUYD

652A100 Seeding 1 Acre

656A010 Mulching 1 Acre

665F000 Hay Bales 120 Each

665J002 Silt Fence 600 LF

665O001 Silt Fence Removal 600 LF

680A001 Geometric Controls (1) LS

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

740B000 Construction Signs 182 SQFT

740F002 Barricades, Type III 10 Each

740I002 Warning Lights, Type B 5 Each

( ) Item will be bid as lump sum.

Page 54: NTC - 03-14-2017

20170407012Contract ID:April 07, 2017Letting Date:

Projects:County: FAYETTE

DBE Goal Percent: 6.00Contract Time:

Description: for constructing the Bridge Replacement (Grade, Drain, Base, Pave, and Bridge) on SR-18(US-43) over Deadwater Creek west of Berry. Length 0.343 mi.

150 Working Days

The Bracket Estimate on this project is from $3,664,005 to $4,478,228 .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:

$23.00

012BR-0018(503)

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

5 Acres)(1) LS

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

206A000 Removal Of Old Bridge, Station 2094+39.59 (1) LS

206D000 Removing Pipe 53 LF

206D001 Removing Guardrail 691 LF

206E000 Removing Headwalls 2 Each

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

210A000 Unclassified Excavation 10,479 CUYD

210D011 Borrow Excavation (A4 Or Better) 29,161 CUYD

210E001 Borrow Excavation (Underwater Embankment) 3,667 CUYD

230A000 Roadbed Processing 21 RBST

301A008 Crushed Aggregate Base Course, Type B, Plant Mixed, 5" Compacted Thickness 12,208 SQYD

305B074 Drainage Plane, Section 822, For Miscellaneous Use 1,804 Ton

401A000 Bituminous Treatment A 12,208 SQYD

405A000 Tack Coat 512 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 1 Mile

408A052 Planing Existing Pavement (Approximately 1.10" Thru 2.0" Thick) 1,627 SQYD

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

529 Ton

424A363 Superpave Bituminous Concrete Wearing Surface Layer, Patching, 1/2" MaximumAggregate Size Mix, ESAL Range C/D

75 Ton

424A366 Superpave Bituminous Concrete Wearing Surface Layer, Leveling, 1/2" MaximumAggregate Size Mix, ESAL Range C/D

75 Ton

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

1,230 Ton

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

720 Ton

424B689 Superpave Bituminous Concrete Lower Binder Layer, Leveling, 1" MaximumAggregate Size Mix, ESAL Range C/D

2,856 Ton

450B000 Reinforced Cement Concrete Bridge End Slab 220 SQYD

502A001 Steel Reinforcement (Grade 60) 72,800 LB

502B000 Steel Reinforcement For Bridge Superstructure, Station 2094+40.00, Approximately114,200 Pounds

(1) LS

506A005 Drilled Shaft Excavation, 3'-6" Diameter 48 LF

506A008 Drilled Shaft Excavation, 4'-0" Diameter 58 LF

506B002 Special Drilled Shaft Excavation, 3'-6" Diameter 60 LF

506B003 Special Drilled Shaft Excavation, 4'-0" Diameter 48 LF

506C041 Drilled Shaft Construction, 3'-6" Diameter, Class DS1 Concrete 126 LF

Page 55: NTC - 03-14-2017

Item No. Description Quantity UnitsBR-0018(503) Page: 2

506C042 Drilled Shaft Construction, 4'-0" Diameter, Class DS1 Concrete 112 LF

506F008 Permanent Drilled Shaft Casing, 4'-0" Diameter 72 LF

506G001 Crosshole Sonic Logging, 3'-6" Diameter 6 Each

506G002 Crosshole Sonic Logging, 4'-0" Diameter 6 Each

508A000 Structural Steel 7,340 LB

510A007 Bridge Substructure Concrete 277 CUYD

510C051 Bridge Concrete Superstructure, Station 2094+40.00, Approximately 462 Cubic Yards (1) LS

510E000 Grooving Concrete Bridge Decks 1,615 SQYD

511A052 Elastomeric Bearing Type 2 (Mark B3) 30 Each

511A072 Elastomeric Bearing Type 4 (Mark VB3) 18 Each

513B005 Pretensioned-Prestressed Concrete Girders, Type III (Specialty Item) 2,026 LF

535A080 18" Side Drain Pipe (Class 3 R.C.) 61 LF

600A000 Mobilization (1) LS

602A000 Right Of Way Markers 6 Each

608A000 Separation Geotextile 13,112 SQYD

610C001 Loose Riprap, Class 2 3,300 Ton

610D003 Filter Blanket, Geotextile 2,800 SQYD

619A101 18" Side Drain Pipe End Treatment, Class 1 2 Each

630A001 Steel Beam Guardrail, Class A, Type 2 363 LF

630C003 Guardrail End Anchor, Type 13 4 Each

630C070 Guardrail End Anchor, Type 10 Series 4 Each

650A000 Topsoil 1,136 CUYD

652A100 Seeding 5 Acre

654A000 Solid Sodding 1,360 SQYD

654A001 Solid Sodding (Bermuda) 10,000 SQYD

656A010 Mulching 5 Acre

659C001 Erosion Control Product, Type S3 2,140 SQYD

659C005 Erosion Control Product, Type C4 189 SQYD

665A000 Temporary Seeding 5 Acre

665B001 Temporary Mulching 15 Ton

665C010 Temporary Pipe 245 LF

665D001 Temporary Pipe End Treatment 4 Each

665E000 Polyethylene 830 SQYD

665G000 Sand Bags 220 Each

665H005 Flow Baffle 240 LF

665I000 Temporary Riprap, Class 2 793 Ton

665I002 Temporary Riprap, Class 1 24 Ton

665J002 Silt Fence 5,114 LF

665K000 Drainage Sump Excavation 570 CUYD

665L000 Floating Basin Boom 86 LF

665N000 Temporary Coarse Aggregate,ALDOT Number 1 50 Ton

665N001 Temporary Coarse Aggregate,ALDOT Number 4 50 Ton

665O001 Silt Fence Removal 5,114 LF

665X000 Basin Dewatering Device 2 Each

666A001 Pest Control Treatment 5 Acre

672C100 Flocculant Application, Ditch Check 30 Each

Page 56: NTC - 03-14-2017

Item No. Description Quantity UnitsBR-0018(503) Page: 3

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 181,690.00) (1) LS

701C001 Solid Temporary Traffic Stripe 2 Mile

701D005 Solid Traffic Stripe Removed 1 Mile

701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 680 LF

701G154 Solid Yellow, Class W, Type A Traffic Stripe (5" Wide) 680 LF

701G253 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 2,956 LF

701G265 Solid Yellow, Class 2, Type A Traffic Stripe (5" Wide) 2,956 LF

705A011 Pavement Markers, Class C, Type 1-A 268 Each

705A023 Pavement Markers, Class C, Type 2-D 134 Each

705A037 Pavement Markers, Class A-H, Type 2-D 46 Each

713A000 Permanent Barricades 44 LF

740B000 Construction Signs 397 SQFT

740D000 Channelizing Drums 150 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

( ) Item will be bid as lump sum.

Page 57: NTC - 03-14-2017

20170407015Contract ID:April 07, 2017Letting Date:

Projects:County: PIKE

Contract Time:

Description: for constructing the Culvert Extension and Slope Repair on SR-10 (US-231) at MP 169.000(Southbound Lane) north of Troy. Length 0.122 mi.

45 Working Days

The Bracket Estimate on this project is from $334,340 to $408,638 .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

015ER-9010(935)

Item No. Description Quantity Units206D001 Removing Guardrail 554 LF

206E008 Removing Guardrail End Anchor (All Type) 2 Each

210A000 Unclassified Excavation 4,675 CUYD

210D011 Borrow Excavation (A4 Or Better) 12,184 CUYD

214A000 Structure Excavation 138 CUYD

214B001 Foundation Backfill, Commercial 46 CUYD

502A000 Steel Reinforcement 12,410 LB

505I000 Temporary Steel Sheet Piling 1,800 SQFT

524A010 Culvert Concrete 77 CUYD

600A000 Mobilization (1) LS

602A000 Right Of Way Markers 4 Each

610C001 Loose Riprap, Class 2 140 Ton

610D003 Filter Blanket, Geotextile 100 SQYD

614A000 Slope Paving 11 CUYD

650A000 Topsoil 200 CUYD

652A100 Seeding 1 Acre

654A000 Solid Sodding 100 SQYD

656A010 Mulching 1 Acre

659C000 Erosion Control Product, Type S4 200 SQYD

665A000 Temporary Seeding 1 Acre

665B001 Temporary Mulching 3 Ton

665G000 Sand Bags 50 Each

665J002 Silt Fence 300 LF

665N000 Temporary Coarse Aggregate,ALDOT Number 1 25 Ton

665O001 Silt Fence Removal 300 LF

665Q002 Wattle 200 LF

680A001 Geometric Controls (1) LS

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

740B000 Construction Signs 318 SQFT

740D000 Channelizing Drums 50 Each

740E000 Cones (36 Inches High) 50 Each

740M001 Ballast For Cone 50 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.

Page 58: NTC - 03-14-2017

20170407018Contract ID:April 07, 2017Letting Date:

Projects:County: BULLOCK

Contract Time:

Description: for constructing the Box Culvert Repair (Jack and Bore Installation) on SR-6 (US-82) at MP185.200 in Hector.

30 Working Days

The Bracket Estimate on this project is from $171,286 to $209,349 .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

018ERPR-9010(945)

Item No. Description Quantity Units210A000 Unclassified Excavation 100 CUYD

210D021 Borrow Excavation (Loose Truckbed Measurement)(A4 or Better) 250 CUYD

260A002 Cement Mortar Flowable Backfill, Mix 3 30 CUYD

530C005 42" Roadway Pipe, Jacked Installation (Smooth Steel) 80 LF

600A000 Mobilization (1) LS

610C001 Loose Riprap, Class 2 50 Ton

610D003 Filter Blanket, Geotextile 75 SQYD

619A006 42" Roadway Pipe End Treatment, Class 1 2 Each

636A004 Barbed Wire Fence, 4 Strands, 4 Feet High (Metal Post) 125 LF

650A000 Topsoil 2 CUYD

652A100 Seeding 1 Acre

654A001 Solid Sodding (Bermuda) 42 SQYD

656A010 Mulching 1 Acre

665A000 Temporary Seeding 1 Acre

665B001 Temporary Mulching 3 Ton

665G000 Sand Bags 40 Each

665J002 Silt Fence 50 LF

665N000 Temporary Coarse Aggregate,ALDOT Number 1 50 Ton

665O001 Silt Fence Removal 50 LF

665Q002 Wattle 50 LF

666A001 Pest Control Treatment 1 Acre

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 5,500.00) (1) LS

740B000 Construction Signs 291 SQFT

740D000 Channelizing Drums 30 Each

740E000 Cones (36 Inches High) 50 Each

740M001 Ballast For Cone 50 Each

742A001 Portable Changeable Message Sign, Type 2 2 Each

( ) Item will be bid as lump sum.

Page 59: NTC - 03-14-2017

20170407021Contract ID:April 07, 2017Letting Date:

Projects:County: BIBB

DBE Goal Percent: 3.00Contract Time:

Description: for constructing the Planing, Resurfacing, and Traffic Stripe on SR-6 (US-82) from the SR-5Interchange (MP 81.517) to the Walter Owens Bridge (MP 83.236) in Centreville. Length1.718 mi.

35 Working Days

The Bracket Estimate on this project is from $1,270,485 to $1,552,815 .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

021NH-0006(566)

Item No. Description Quantity Units305B077 Crushed Aggregate, Section 825, For Miscellaneous Use 212 Ton

405A000 Tack Coat 12,034 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 4 Mile

408A052 Planing Existing Pavement (Approximately 1.10" Thru 2.0" Thick) 54,277 SQYD

408A054 Planing Existing Pavement (Approximately 3.10" Thru 4.0" Thick) 34,328 SQYD

410H000 Material Remixing Device 1 Each

410J000 Smoothness Data Collection, Certified Inertial Profilier 1 Each

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

6,475 Ton

424A366 Superpave Bituminous Concrete Wearing Surface Layer, Leveling, 1/2" MaximumAggregate Size Mix, ESAL Range C/D

1,614 Ton

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

3,026 Ton

424B685 Superpave Bituminous Concrete Lower Binder Layer, Patching, 1" MaximumAggregate Size Mix, ESAL Range C/D

577 Ton

428A001 Scoring Bituminous Pavement Surface 7 Mile

600A000 Mobilization (1) LS

665J002 Silt Fence 500 LF

665O001 Silt Fence Removal 500 LF

665Q002 Wattle 500 LF

698A000 Construction Fuel (Maximum Bid Limited to $ 72,000.00) (1) LS

701A227 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 6 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) 4 Mile

701B027 Dotted, Class W, Type A Traffic Stripe (5" Wide) 136 LF

701B207 Dotted, Class 2, Type A Traffic Stripe (5" Wide) 3,560 LF

701C000 Broken Temporary Traffic Stripe 7 Mile

701C001 Solid Temporary Traffic Stripe 19 Mile

701G142 Broken White, Class W, Type A Traffic Stripe (5" Wide) 860 LF

701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 664 LF

701G154 Solid Yellow, Class W, Type A Traffic Stripe (5" Wide) 664 LF

701H001 Solid Traffic Stripe Removed (Plastic) 1,328 LF

701H006 Broken Traffic Stripe Removed (Plastic) 860 LF

701H011 Dotted Traffic Stripe Removed (Plastic) 136 LF

703A002 Traffic Control Markings, Class 2, Type A 4,476 SQFT

703B002 Traffic Control Legends, Class 2, Type A 269 SQFT

703D001 Temporary Traffic Control Markings 4,476 SQFT

Page 60: NTC - 03-14-2017

Item No. Description Quantity UnitsNH-0006(566) Page: 2

705A030 Pavement Markers, Class A-H, Type 2-C 280 Each

705A031 Pavement Markers, Class A-H, Type 1-A 240 Each

728A000 Truck Mounted Impact Attenuator Unit 2 Each

740B000 Construction Signs 1,770 SQFT

740D000 Channelizing Drums 200 Each

740E000 Cones (36 Inches High) 200 Each

740M001 Ballast For Cone 200 Each

741C010 Portable Sequential Arrow And Chevron Sign Unit 5 Each

( ) Item will be bid as lump sum.

Page 61: NTC - 03-14-2017

20170407022Contract ID:April 07, 2017Letting Date:

Projects:County: MADISON

DBE Goal Percent: 8.00Contract Time:

Description: for constructing the Roadway Safety Improvements, Planing, Resurfacing, and Traffic Stripeon SR-53 from south of the I-565 Interchange (MP 318.421) to north of the junction of MatsinLake Road (MP 322.800) in Huntsville. Length 4.358 mi.

100 Working Days

The Bracket Estimate on this project is from $2,786,435 to $3,405,642 .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

022NH-0053(573), HSIP-0053(575)

Item No. Description Quantity Units206C000 Removing Concrete Sidewalk 611 SQYD

206C010 Removing Concrete Driveway 73 SQYD

206D000 Removing Pipe 126 LF

206D002 Removing Curb 500 LF

206D003 Removing Curb And Gutter 710 LF

206D005 Removing Gutter 507 LF

210A000 Unclassified Excavation 719 CUYD

210D000 Borrow Excavation 493 CUYD

405A000 Tack Coat 29,420 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 19 Mile

408A052 Planing Existing Pavement (Approximately 1.10" Thru 2.0" Thick) 183,869 SQYD

410H000 Material Remixing Device 1 Each

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

12,412 Ton

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

15,170 Ton

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

250 Ton

600A000 Mobilization (1) LS

610D003 Filter Blanket, Geotextile 200 SQYD

614A000 Slope Paving 142 CUYD

618A000 Concrete Sidewalk, 4" Thick 737 SQYD

623B000 Concrete Curb, Type N 703 LF

623C000 Combination Curb & Gutter, Type C 934 LF

650A000 Topsoil 249 CUYD

652A100 Seeding 1 Acre

656A010 Mulching 1 Acre

665Q002 Wattle 300 LF

666A001 Pest Control Treatment 1 Acre

698A000 Construction Fuel (Maximum Bid Limited to $ 146,000.00) (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) 9 Mile

701A239 Broken White, Class 2, Type A Traffic Stripe (5" Wide) 10 Mile

701A244 Broken Yellow, Class 2, Type A Traffic Stripe (5" Wide) 8 Mile

701B207 Dotted, Class 2, Type A Traffic Stripe (5" Wide) 6,335 LF

701C000 Broken Temporary Traffic Stripe 51 Mile

Page 62: NTC - 03-14-2017

Item No. Description Quantity UnitsNH-0053(573) Page: 2

701C001 Solid Temporary Traffic Stripe 51 Mile

701G142 Broken White, Class W, Type A Traffic Stripe (5" Wide) 2,007 LF

701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 803 LF

701G154 Solid Yellow, Class W, Type A Traffic Stripe (5" Wide) 803 LF

701H002 Solid Traffic Stripe Removed (Tape) 1,606 LF

701H007 Broken Traffic Stripe Removed (Tape) 2,007 LF

703A002 Traffic Control Markings, Class 2, Type A 20,929 SQFT

703A011 Traffic Control Markings, Class W, Type A 2,115 SQFT

703B002 Traffic Control Legends, Class 2, Type A 1,576 SQFT

703B011 Traffic Control Legends, Class W, Type A 257 SQFT

703D001 Temporary Traffic Control Markings 8,280 SQFT

705A030 Pavement Markers, Class A-H, Type 2-C 835 Each

705A032 Pavement Markers, Class A-H, Type 1-B 103 Each

705A037 Pavement Markers, Class A-H, Type 2-D 1,004 Each

705A038 Pavement Markers, Class A-H, Type 2-E 52 Each

730H001 Loop Wire 34,905 LF

730I001 Loop Detector Lead-In-Cable 1,350 LF

730K000 Traffic Signal Junction Box 27 Each

730L004 2", Metallic, Conduit 75 LF

730L005 2", Non-Metallic, Conduit 710 LF

740B000 Construction Signs 935 SQFT

740D000 Channelizing Drums 200 Each

740E000 Cones (36 Inches High) 200 Each

740M001 Ballast For Cone 200 Each

741C010 Portable Sequential Arrow And Chevron Sign Unit 2 Each

( ) Item will be bid as lump sum.

Page 63: NTC - 03-14-2017

20170407023Contract ID:April 07, 2017Letting Date:

Projects:County: COLBERT

DBE Goal Percent: 4.00Contract Time:

Description: for constructing the Planing, Resurfacing, and Traffic Stripe on SR-133 from 1.100 miles northof the intersection of SR-184 to the south end of the Singing River Bridges (MP 6.522) inMuscle Shoals. Length 1.196 mi.

40 Working Days

The Bracket Estimate on this project is from $879,634 to $1,075,108 .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

023NH-0133(509)

Item No. Description Quantity Units305B077 Crushed Aggregate, Section 825, For Miscellaneous Use 484 Ton

405A000 Tack Coat 5,002 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 7 Mile

408B001 Micro-Milling Existing Pavement(Approximately 1.10" Thru 2.00" Thick) 100,036 SQYD

410H000 Material Remixing Device 1 Each

410J000 Smoothness Data Collection, Certified Inertial Profilier 1 Each

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

2,079 Ton

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

5,675 Ton

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

500 Ton

428A001 Scoring Bituminous Pavement Surface 5 Mile

600A000 Mobilization (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 54,000.00) (1) LS

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

701B207 Dotted, Class 2, Type A Traffic Stripe (5" Wide) 2,400 LF

701C000 Broken Temporary Traffic Stripe 9 Mile

701C001 Solid Temporary Traffic Stripe 16 Mile

701G142 Broken White, Class W, Type A Traffic Stripe (5" Wide) 768 LF

701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 384 LF

701G154 Solid Yellow, Class W, Type A Traffic Stripe (5" Wide) 384 LF

701H001 Solid Traffic Stripe Removed (Plastic) 768 LF

701H006 Broken Traffic Stripe Removed (Plastic) 768 LF

703A002 Traffic Control Markings, Class 2, Type A 4,950 SQFT

703B002 Traffic Control Legends, Class 2, Type A 561 SQFT

703D001 Temporary Traffic Control Markings 1,774 SQFT

705A030 Pavement Markers, Class A-H, Type 2-C 355 Each

705A032 Pavement Markers, Class A-H, Type 1-B 390 Each

705A037 Pavement Markers, Class A-H, Type 2-D 75 Each

705A038 Pavement Markers, Class A-H, Type 2-E 380 Each

730H001 Loop Wire 7,300 LF

730K000 Traffic Signal Junction Box 3 Each

730L005 2", Non-Metallic, Conduit 150 LF

Page 64: NTC - 03-14-2017

Item No. Description Quantity UnitsNH-0133(509) Page: 2

740B000 Construction Signs 1,780 SQFT

740D000 Channelizing Drums 200 Each

740E000 Cones (36 Inches High) 200 Each

740M001 Ballast For Cone 200 Each

741C010 Portable Sequential Arrow And Chevron Sign Unit 2 Each

( ) Item will be bid as lump sum.

Page 65: NTC - 03-14-2017

20170407029Contract ID:April 07, 2017Letting Date:

Projects:County: JEFFERSON

Contract Time:

Description: for constructing the Sidewalks and Improvements along various routes at Leeds MiddleSchool in Leeds. Length 0.372 mi.

45 Working Days

The Bracket Estimate on this project is from $169,117 to $206,699 .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

029SRTS-SR10(918)

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

1 Acre)(1) LS

206C000 Removing Concrete Sidewalk 40 SQYD

206C010 Removing Concrete Driveway 226 SQYD

206D003 Removing Curb And Gutter 60 LF

600A000 Mobilization (1) LS

618A000 Concrete Sidewalk, 4" Thick 847 SQYD

618B003 Concrete Driveway, 6" Thick (Includes Wire Mesh) 308 SQYD

623C003 Combination Curb & Gutter, Type C (Modified) 20 LF

654A000 Solid Sodding 668 SQYD

665J002 Silt Fence 1,600 LF

665O001 Silt Fence Removal 1,600 LF

665P005 Inlet Protection, Stage 3 Or 4 3 Each

665Q002 Wattle 30 LF

674A000 Construction Safety Fence 150 LF

680A001 Geometric Controls (1) LS

703A002 Traffic Control Markings, Class 2, Type A 1,117 SQFT

703C000 Removal Of Existing Traffic Control Markings Or Legends (Paint) 364 SQFT

711A000 Roadway Sign Relocation (1) LS

740B000 Construction Signs 198 SQFT

740D000 Channelizing Drums 50 Each

740E000 Cones (36 Inches High) 50 Each

740M001 Ballast For Cone 50 Each

( ) Item will be bid as lump sum.

Page 66: NTC - 03-14-2017

20170407031Contract ID:April 07, 2017Letting Date:

Projects:County: MARENGO

DBE Goal Percent: 3.00Contract Time:

Description: for constructing the Planing, Resurfacing, and Traffic Stripe on SR-28 from the junction ofLawrence Street in Linden to west of the junction of Airport Road (MP 48.000). Length 4.601mi.

35 Working Days

The Bracket Estimate on this project is from $986,253 to $1,205,420 .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

031STPAA-0028(510)

Item No. Description Quantity Units401B100 Bituminous Treatment E (With Polymer Additive) 69,129 SQYD

405A000 Tack Coat 2,000 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 5 Mile

408A052 Planing Existing Pavement (Approximately 1.10" Thru 2.0" Thick) 87,675 SQYD

410H000 Material Remixing Device 1 Each

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

7,869 Ton

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

415 Ton

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

100 Ton

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

100 Ton

428A001 Scoring Bituminous Pavement Surface 10 Mile

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

600A000 Mobilization (1) LS

650A000 Topsoil 600 CUYD

652A100 Seeding 3 Acre

652C000 Mowing 46 Acre

656A010 Mulching 3 Acre

665J002 Silt Fence 850 LF

665O001 Silt Fence Removal 850 LF

665Q002 Wattle 350 LF

698A000 Construction Fuel (Maximum Bid Limited to $ 53,000.00) (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) 5 Mile

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

701C002 Broken Temporary Traffic Stripe (Paint) 14 Mile

701C003 Solid Temporary Traffic Stripe (Paint) 51 Mile

701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 738 LF

701G150 Broken Yellow, Class W, Type A Traffic Stripe (5" Wide) 369 LF

701H001 Solid Traffic Stripe Removed (Plastic) 738 LF

701H006 Broken Traffic Stripe Removed (Plastic) 369 LF

703A002 Traffic Control Markings, Class 2, Type A 360 SQFT

705A032 Pavement Markers, Class A-H, Type 1-B 150 Each

705A037 Pavement Markers, Class A-H, Type 2-D 400 Each

740B000 Construction Signs 432 SQFT

Page 67: NTC - 03-14-2017

Item No. Description Quantity UnitsSTPAA-0028(510) Page: 2

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.

Page 68: NTC - 03-14-2017

20170407032Contract ID:April 07, 2017Letting Date:

Projects:County: BUTLER

DBE Goal Percent: 3.00Contract Time:

Description: for constructing the Planing, Resurfacing, and Traffic Stripe on SR-3 (US-31) from a pointsouthwest of the Hawkins Creek Bridge (MP 133.300) southwest of Greenville to the PineyWoods Creek Bridge (MP 147.899). Length 14.598 mi.

45 Working Days

The Bracket Estimate on this project is from $1,630,491 to $1,992,823 .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

032STPAA-0003(608)

Item No. Description Quantity Units212A000 Machine Grading Shoulders 1,520 STA

401B100 Bituminous Treatment E (With Polymer Additive) 225,000 SQYD

404A000 Fog Seal 23,600 Gal

405A000 Tack Coat 1,500 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 15 Mile

408A053 Planing Existing Pavement (Approximately 2.10" Thru 3.0" Thick) 5,000 SQYD

410H000 Material Remixing Device 1 Each

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

10,200 Ton

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

675 Ton

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

450 Ton

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

300 Ton

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

1,000 Ton

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

250 Ton

428A001 Scoring Bituminous Pavement Surface 28 Mile

600A000 Mobilization (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 85,985.00) (1) LS

701A227 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 30 Mile

701A230 Solid Yellow, Class 2, Type A Traffic Stripe (5" Wide) 17 Mile

701A244 Broken Yellow, Class 2, Type A Traffic Stripe (5" Wide) 11 Mile

701B207 Dotted, Class 2, Type A Traffic Stripe (5" Wide) 2,070 LF

701C000 Broken Temporary Traffic Stripe 11 Mile

701C001 Solid Temporary Traffic Stripe 47 Mile

701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 2,064 LF

701G150 Broken Yellow, Class W, Type A Traffic Stripe (5" Wide) 1,032 LF

701G154 Solid Yellow, Class W, Type A Traffic Stripe (5" Wide) 102 LF

701H001 Solid Traffic Stripe Removed (Plastic) 2,166 LF

701H006 Broken Traffic Stripe Removed (Plastic) 1,032 LF

703A002 Traffic Control Markings, Class 2, Type A 4,600 SQFT

703B002 Traffic Control Legends, Class 2, Type A 192 SQFT

703D001 Temporary Traffic Control Markings 1,700 SQFT

705A030 Pavement Markers, Class A-H, Type 2-C 25 Each

705A032 Pavement Markers, Class A-H, Type 1-B 952 Each

Page 69: NTC - 03-14-2017

Item No. Description Quantity UnitsSTPAA-0003(608) Page: 2

705A037 Pavement Markers, Class A-H, Type 2-D 1,233 Each

705A038 Pavement Markers, Class A-H, Type 2-E 200 Each

740B000 Construction Signs 748 SQFT

740D000 Channelizing Drums 100 Each

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.

Page 70: NTC - 03-14-2017

20170407033Contract ID:April 07, 2017Letting Date:

Projects:County: SUMTER

DBE Goal Percent: 4.00Contract Time:

Description: for constructing the Planing, Resurfacing, Traffic Stripe, and Bridge Guardrail Retrofit onSR-17 from the Choctaw County Line to just north of Joe Bend Road (MP 131.840). Length6.803 mi.

75 Working Days

The Bracket Estimate on this project is from $2,190,466 to $2,677,236 .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

033STPAA-0017(567)

Item No. Description Quantity Units206D001 Removing Guardrail 210 LF

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

305B077 Crushed Aggregate, Section 825, For Miscellaneous Use 2,696 Ton

405A000 Tack Coat 23,214 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 7 Mile

408A052 Planing Existing Pavement (Approximately 1.10" Thru 2.0" Thick) 127,772 SQYD

410H000 Material Remixing Device 1 Each

410J000 Smoothness Data Collection, Certified Inertial Profilier 1 Each

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

9,417 Ton

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

267 Ton

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

9,802 Ton

424B685 Superpave Bituminous Concrete Lower Binder Layer, Patching, 1" MaximumAggregate Size Mix, ESAL Range C/D

100 Ton

428A001 Scoring Bituminous Pavement Surface 14 Mile

600A000 Mobilization (1) LS

629D002 Bridge Guardrail Retrofit, Type BC 4 Each

630A001 Steel Beam Guardrail, Class A, Type 2 600 LF

630C003 Guardrail End Anchor, Type 13 4 Each

630C050 Guardrail End Anchor, Type 20 Series 10 Each

665J002 Silt Fence 1,000 LF

665O001 Silt Fence Removal 1,000 LF

665Q002 Wattle 1,000 LF

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 117,000.00) (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) 7 Mile

701A244 Broken Yellow, Class 2, Type A Traffic Stripe (5" Wide) 6 Mile

701C000 Broken Temporary Traffic Stripe 6 Mile

701C001 Solid Temporary Traffic Stripe 72 Mile

701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 830 LF

701G154 Solid Yellow, Class W, Type A Traffic Stripe (5" Wide) 830 LF

701H002 Solid Traffic Stripe Removed (Tape) 1,660 LF

703A002 Traffic Control Markings, Class 2, Type A 184 SQFT

703D001 Temporary Traffic Control Markings 552 SQFT

Page 71: NTC - 03-14-2017

Item No. Description Quantity UnitsSTPAA-0017(567) Page: 2

705A032 Pavement Markers, Class A-H, Type 1-B 252 Each

705A037 Pavement Markers, Class A-H, Type 2-D 548 Each

740B000 Construction Signs 1,128 SQFT

740D000 Channelizing Drums 300 Each

740E000 Cones (36 Inches High) 300 Each

740I002 Warning Lights, Type B 2 Each

740M001 Ballast For Cone 300 Each

740O000 Pilot Car 1 Each

( ) Item will be bid as lump sum.

Page 72: NTC - 03-14-2017

20170407034Contract ID:April 07, 2017Letting Date:

Projects:County: LAWRENCE

DBE Goal Percent: 9.00Contract Time:

Description: for constructing the Planing, Resurfacing, and Traffic Stripe on SR-36 from the intersection ofSR-157 south of Oakville to the Morgan County Line. Length 3.002 mi.

30 Working Days

The Bracket Estimate on this project is from $717,197 to $876,574 .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

034STPAA-0036(508)

Item No. Description Quantity Units209A000 Mailbox Reset, Single 3 Each

305B077 Crushed Aggregate, Section 825, For Miscellaneous Use 956 Ton

405A000 Tack Coat 5,146 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 3 Mile

408B001 Micro-Milling Existing Pavement(Approximately 1.10" Thru 2.00" Thick) 52,648 SQYD

410H000 Material Remixing Device 1 Each

410J000 Smoothness Data Collection, Certified Inertial Profilier 1 Each

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

4,080 Ton

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

600 Ton

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

2,069 Ton

428A001 Scoring Bituminous Pavement Surface 6 Mile

600A000 Mobilization (1) LS

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 40,200.00) (1) 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) 1 Mile

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

701C000 Broken Temporary Traffic Stripe 9 Mile

701C001 Solid Temporary Traffic Stripe 21 Mile

701G251 Solid White, Class 2, Type A Traffic Stripe (6" Wide) (Rumble Strip) 300 LF

703A002 Traffic Control Markings, Class 2, Type A 1,176 SQFT

703D001 Temporary Traffic Control Markings 260 SQFT

705A030 Pavement Markers, Class A-H, Type 2-C 23 Each

705A032 Pavement Markers, Class A-H, Type 1-B 12 Each

705A037 Pavement Markers, Class A-H, Type 2-D 206 Each

740B000 Construction Signs 840 SQFT

740D000 Channelizing Drums 100 Each

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.

Page 73: NTC - 03-14-2017

20170407035Contract ID:April 07, 2017Letting Date:

Projects:County: BALDWIN

DBE Goal Percent: 6.00Contract Time:

Description: for constructing the Planing, Resurfacing, and Traffic Stripe on SR-104 from the junction ofSR-42 (US-98) in Fairhope to the junction of SR-59 in Robertsdale. Length 10.490 mi.

75 Working Days

The Bracket Estimate on this project is from $1,523,790 to $1,862,410 .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

035STPAA-0104(510)

Item No. Description Quantity Units405A000 Tack Coat 19,354 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 12 Mile

408A052 Planing Existing Pavement (Approximately 1.10" Thru 2.0" Thick) 193,533 SQYD

410H000 Material Remixing Device 1 Each

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

13,908 Ton

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

1,092 Ton

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

200 Ton

600A000 Mobilization (1) LS

650A000 Topsoil 750 CUYD

652A100 Seeding 5 Acre

652C000 Mowing 162 Acre

656A010 Mulching 5 Acre

665G000 Sand Bags 250 Each

665J002 Silt Fence 1,000 LF

665O001 Silt Fence Removal 1,000 LF

665Q002 Wattle 1,000 LF

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 40,000.00) (1) 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) 17 Mile

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

701B207 Dotted, Class 2, Type A Traffic Stripe (5" Wide) 2,786 LF

701C000 Broken Temporary Traffic Stripe 5 Mile

701C001 Solid Temporary Traffic Stripe 40 Mile

701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 574 LF

701G150 Broken Yellow, Class W, Type A Traffic Stripe (5" Wide) 287 LF

701H001 Solid Traffic Stripe Removed (Plastic) 574 LF

701H006 Broken Traffic Stripe Removed (Plastic) 287 LF

703A002 Traffic Control Markings, Class 2, Type A 8,639 SQFT

703B002 Traffic Control Legends, Class 2, Type A 767 SQFT

703D001 Temporary Traffic Control Markings 3,839 SQFT

703E001 Temporary Traffic Control Legends 431 SQFT

705A030 Pavement Markers, Class A-H, Type 2-C 114 Each

705A032 Pavement Markers, Class A-H, Type 1-B 1,307 Each

Page 74: NTC - 03-14-2017

Item No. Description Quantity UnitsSTPAA-0104(510) Page: 2

705A037 Pavement Markers, Class A-H, Type 2-D 884 Each

705A038 Pavement Markers, Class A-H, Type 2-E 780 Each

730H001 Loop Wire 8,050 LF

730L005 2", Non-Metallic, Conduit 200 LF

740B000 Construction Signs 723 SQFT

740D000 Channelizing Drums 25 Each

740E000 Cones (36 Inches High) 100 Each

740M001 Ballast For Cone 100 Each

740O000 Pilot Car 1 Each

741C010 Portable Sequential Arrow And Chevron Sign Unit 2 Each

745A000 Uniformed Police Officer 400 HOUR

( ) Item will be bid as lump sum.

Page 75: NTC - 03-14-2017

20170407036Contract ID:April 07, 2017Letting Date:

Projects:County: MARION

DBE Goal Percent: 8.00Contract Time:

Description: for constructing the Planing, Resurfacing, and Traffic Stripe on SR-172 from the junction ofSR-237 to the junction of SR-13 in Bear Creek. Length 3.829 mi.

45 Working Days

The Bracket Estimate on this project is from $1,887,839 to $2,307,358 .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

036STPAA-0172(504)

Item No. Description Quantity Units206C010 Removing Concrete Driveway 15 SQYD

206D001 Removing Guardrail 675 LF

206E008 Removing Guardrail End Anchor (All Type) 12 Each

209A000 Mailbox Reset, Single 34 Each

209A001 Mailbox Reset, Double 2 Each

305B077 Crushed Aggregate, Section 825, For Miscellaneous Use 2,832 Ton

401B100 Bituminous Treatment E (With Polymer Additive) 55,689 SQYD

405A000 Tack Coat 11,157 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 4 Mile

408A052 Planing Existing Pavement (Approximately 1.10" Thru 2.0" Thick) 55,173 SQYD

410H000 Material Remixing Device 1 Each

410J000 Smoothness Data Collection, Certified Inertial Profilier 1 Each

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

6,153 Ton

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

416 Ton

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

1,647 Ton

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

9,226 Ton

424B647 Superpave Bituminous Concrete Upper Binder Layer, Widening, 1" MaximumAggregate Size Mix, ESAL Range A/B

35 Ton

600A000 Mobilization (1) LS

630A001 Steel Beam Guardrail, Class A, Type 2 1,775 LF

630C003 Guardrail End Anchor, Type 13 4 Each

630C050 Guardrail End Anchor, Type 20 Series 10 Each

665J002 Silt Fence 500 LF

665O001 Silt Fence Removal 500 LF

665Q002 Wattle 500 LF

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 105,000.00) (1) LS

701A227 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 8 Mile

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

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

701C000 Broken Temporary Traffic Stripe 4 Mile

701C001 Solid Temporary Traffic Stripe 64 Mile

701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 137 LF

701G154 Solid Yellow, Class W, Type A Traffic Stripe (5" Wide) 137 LF

Page 76: NTC - 03-14-2017

Item No. Description Quantity UnitsSTPAA-0172(504) Page: 2

701H000 Solid Traffic Stripe Removed (Paint) 137 LF

703A002 Traffic Control Markings, Class 2, Type A 668 SQFT

703D001 Temporary Traffic Control Markings 2,672 SQFT

705A032 Pavement Markers, Class A-H, Type 1-B 51 Each

705A037 Pavement Markers, Class A-H, Type 2-D 482 Each

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

62 SQFT

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

112 LF

710C000 Removal Of Existing Roadway Signs (1) LS

740B000 Construction Signs 1,015 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

740O000 Pilot Car 1 Each

( ) Item will be bid as lump sum.

Page 77: NTC - 03-14-2017

20170407037Contract ID:April 07, 2017Letting Date:

Projects:County: MOBILE

DBE Goal Percent: 5.00Contract Time:

Description: for constructing the Planing, Resurfacing, and Traffic Stripe on SR-213 from the intersectionof SR-17 (US-45) in Prichard to the junction SR-158 in Saraland. Length 2.966 mi.

30 Working Days

The Bracket Estimate on this project is from $508,565 to $621,580 .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

037STPAA-0213(503)

Item No. Description Quantity Units405A000 Tack Coat 5,252 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 4 Mile

408A052 Planing Existing Pavement (Approximately 1.10" Thru 2.0" Thick) 52,521 SQYD

410H000 Material Remixing Device 1 Each

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

4,089 Ton

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

507 Ton

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

50 Ton

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

50 Ton

600A000 Mobilization (1) LS

650A000 Topsoil 1,200 CUYD

652A100 Seeding 2 Acre

652C000 Mowing 51 Acre

656A010 Mulching 2 Acre

665J002 Silt Fence 100 LF

665O001 Silt Fence Removal 100 LF

665Q002 Wattle 100 LF

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 27,500.00) (1) LS

701A227 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 6 Mile

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

701A239 Broken White, Class 2, Type A Traffic Stripe (5" Wide) 1 Mile

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

701B207 Dotted, Class 2, Type A Traffic Stripe (5" Wide) 1,109 LF

701C000 Broken Temporary Traffic Stripe 3 Mile

701C001 Solid Temporary Traffic Stripe 15 Mile

701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 1,670 LF

701G150 Broken Yellow, Class W, Type A Traffic Stripe (5" Wide) 835 LF

701G154 Solid Yellow, Class W, Type A Traffic Stripe (5" Wide) 430 LF

701H002 Solid Traffic Stripe Removed (Tape) 2,100 LF

701H007 Broken Traffic Stripe Removed (Tape) 835 LF

703A002 Traffic Control Markings, Class 2, Type A 2,663 SQFT

703B002 Traffic Control Legends, Class 2, Type A 180 SQFT

703D001 Temporary Traffic Control Markings 573 SQFT

Page 78: NTC - 03-14-2017

Item No. Description Quantity UnitsSTPAA-0213(503) Page: 2

705A030 Pavement Markers, Class A-H, Type 2-C 43 Each

705A031 Pavement Markers, Class A-H, Type 1-A 17 Each

705A032 Pavement Markers, Class A-H, Type 1-B 521 Each

705A037 Pavement Markers, Class A-H, Type 2-D 316 Each

705A038 Pavement Markers, Class A-H, Type 2-E 141 Each

730H001 Loop Wire 2,100 LF

730I001 Loop Detector Lead-In-Cable 900 LF

730K000 Traffic Signal Junction Box 1 Each

730L005 2", Non-Metallic, Conduit 125 LF

740B000 Construction Signs 674 SQFT

740E000 Cones (36 Inches High) 25 Each

740M001 Ballast For Cone 25 Each

740O000 Pilot Car 1 Each

745A000 Uniformed Police Officer 100 HOUR

( ) Item will be bid as lump sum.

Page 79: NTC - 03-14-2017

20170407040Contract ID:April 07, 2017Letting Date:

Projects:County: CHILTON

DBE Goal Percent: 7.00Contract Time:

Description: for constructing the Safety Widening, Planing, Resurfacing, Bridge Rail Retrofit, and TrafficStripe on SR-3 (US-31) from the North City Limits of Jemison to the Shelby County Line.Length 6.334 mi.

75 Working Days

The Bracket Estimate on this project is from $2,050,697 to $2,506,407 .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

040STPAA-HSIP-0003(611)

Item No. Description Quantity Units206C010 Removing Concrete Driveway 23 SQYD

206D001 Removing Guardrail 250 LF

206E008 Removing Guardrail End Anchor (All Type) 12 Each

206E014 Removing Guardrail End Anchor (Type 2A) 12 Each

209A000 Mailbox Reset, Single 11 Each

209A001 Mailbox Reset, Double 1 Each

305B077 Crushed Aggregate, Section 825, For Miscellaneous Use 2,440 Ton

405A000 Tack Coat 19,179 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 7 Mile

408B000 Micro-Milling Existing Pavement(Approximately 0.00" Thru 1.00" Thick) 102,880 SQYD

410H000 Material Remixing Device 1 Each

410J000 Smoothness Data Collection, Certified Inertial Profilier 1 Each

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

7,606 Ton

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

655 Ton

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

9,571 Ton

424B685 Superpave Bituminous Concrete Lower Binder Layer, Patching, 1" MaximumAggregate Size Mix, ESAL Range C/D

909 Ton

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

1,203 Ton

428A001 Scoring Bituminous Pavement Surface 12 Mile

600A000 Mobilization (1) LS

629E015 Bridge Rail Retrofit, Type SC(CB) 540 LF

630A001 Steel Beam Guardrail, Class A, Type 2 1,888 LF

630C003 Guardrail End Anchor, Type 13 12 Each

630C050 Guardrail End Anchor, Type 20 Series 12 Each

654A001 Solid Sodding (Bermuda) 1,755 SQYD

665B001 Temporary Mulching 3 Ton

665J002 Silt Fence 1,980 LF

665O001 Silt Fence Removal 1,980 LF

665Q002 Wattle 360 LF

666A001 Pest Control Treatment 1 Acre

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 109,000.00) (1) LS

701A227 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 13 Mile

Page 80: NTC - 03-14-2017

Item No. Description Quantity UnitsSTPAA-HSIP-0003(611) Page: 2

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

701B207 Dotted, Class 2, Type A Traffic Stripe (5" Wide) 581 LF

701C000 Broken Temporary Traffic Stripe 6 Mile

701C001 Solid Temporary Traffic Stripe 76 Mile

701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 560 LF

701G150 Broken Yellow, Class W, Type A Traffic Stripe (5" Wide) 270 LF

701G154 Solid Yellow, Class W, Type A Traffic Stripe (5" Wide) 221 LF

701H002 Solid Traffic Stripe Removed (Tape) 781 LF

701H007 Broken Traffic Stripe Removed (Tape) 270 LF

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

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

703D001 Temporary Traffic Control Markings 504 SQFT

705A032 Pavement Markers, Class A-H, Type 1-B 192 Each

705A037 Pavement Markers, Class A-H, Type 2-D 459 Each

705A038 Pavement Markers, Class A-H, Type 2-E 146 Each

740B000 Construction Signs 785 SQFT

740D000 Channelizing Drums 250 Each

740I002 Warning Lights, Type B 2 Each

740O000 Pilot Car 1 Each

741C010 Portable Sequential Arrow And Chevron Sign Unit 2 Each

( ) Item will be bid as lump sum.

Page 81: NTC - 03-14-2017

20170407041Contract ID:April 07, 2017Letting Date:

Projects:County: CULLMAN

DBE Goal Percent: 8.00Contract Time:

Description: for constructing the Safety Widening, Planing, Resurfacing, and Traffic Stripe on SR-3(US-31) from the intersection of 7th Street Southwest to the North City Limits of Cullman.Length 3.620 mi.

75 Working Days

The Bracket Estimate on this project is from $2,424,026 to $2,962,699 .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:

$10.00

041STPAA-HSIP-0003(604)

Item No. Description Quantity Units206D000 Removing Pipe 175 LF

210A000 Unclassified Excavation 2,045 CUYD

405A000 Tack Coat 21,630 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 12 Mile

408A052 Planing Existing Pavement (Approximately 1.10" Thru 2.0" Thick) 110,865 SQYD

408A055 Planing Existing Pavement (Approximately 4.10" Thru 5.0" Thick) 26,633 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

9,234 Ton

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

813 Ton

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

5,808 Ton

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

994 Ton

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

5,453 Ton

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

500 Ton

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

1,988 Ton

428A001 Scoring Bituminous Pavement Surface 12 Mile

430B043 Aggregate Surfacing (1" Down, Crusher Run) 2,544 Ton

600A000 Mobilization (1) LS

610D003 Filter Blanket, Geotextile 150 SQYD

614A000 Slope Paving 83 CUYD

650A000 Topsoil 2,045 CUYD

652A100 Seeding 2 Acre

656A010 Mulching 2 Acre

665J002 Silt Fence 300 LF

665O001 Silt Fence Removal 300 LF

665Q002 Wattle 200 LF

666A001 Pest Control Treatment 3 Acre

698A000 Construction Fuel (Maximum Bid Limited to $ 127,830.00) (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) 8 Mile

Page 82: NTC - 03-14-2017

Item No. Description Quantity UnitsSTPAA-HSIP-0003(604) Page: 2

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

701B207 Dotted, Class 2, Type A Traffic Stripe (5" Wide) 6,138 LF

701C000 Broken Temporary Traffic Stripe 20 Mile

701C001 Solid Temporary Traffic Stripe 38 Mile

703A002 Traffic Control Markings, Class 2, Type A 8,073 SQFT

703B002 Traffic Control Legends, Class 2, Type A 404 SQFT

703D001 Temporary Traffic Control Markings 6,192 SQFT

705A030 Pavement Markers, Class A-H, Type 2-C 755 Each

705A037 Pavement Markers, Class A-H, Type 2-D 592 Each

705A038 Pavement Markers, Class A-H, Type 2-E 380 Each

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

17 SQFT

710B001 Roadway Sign Post (#3 "U" Channel Galvanized Steel) 30 LF

730H001 Loop Wire 18,200 LF

730I001 Loop Detector Lead-In-Cable 7,830 LF

730K000 Traffic Signal Junction Box 10 Each

730L005 2", Non-Metallic, Conduit 765 LF

740B000 Construction Signs 1,244 SQFT

740D000 Channelizing Drums 200 Each

740E000 Cones (36 Inches High) 200 Each

740M001 Ballast For Cone 200 Each

741C010 Portable Sequential Arrow And Chevron Sign Unit 2 Each

( ) Item will be bid as lump sum.

Page 83: NTC - 03-14-2017

20170407042Contract ID:April 07, 2017Letting Date:

Projects:County: AUTAUGA

DBE Goal Percent: 5.00Contract Time:

Description: for constructing the Safety Widening, Planing, Resurfacing, and Traffic Stripe on SR-14 fromthe junction of CR-21 in Autaugaville to the junction of SR-6 (US-82) in Prattville. Length9.495 mi.

80 Working Days

The Bracket Estimate on this project is from $3,716,698 to $4,524,631 .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

042STPAA-HSIP-0014(537)

Item No. Description Quantity Units206D001 Removing Guardrail 224 LF

206E008 Removing Guardrail End Anchor (All Type) 24 Each

210A000 Unclassified Excavation 350 CUYD

210D021 Borrow Excavation (Loose Truckbed Measurement)(A4 or Better) 2,000 CUYD

212A000 Machine Grading Shoulders 850 STA

305B077 Crushed Aggregate, Section 825, For Miscellaneous Use 500 Ton

401A004 Bituminous Treatment E 165,000 SQYD

405A000 Tack Coat 13,500 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 19 Mile

408A052 Planing Existing Pavement (Approximately 1.10" Thru 2.0" Thick) 47,000 SQYD

408A053 Planing Existing Pavement (Approximately 2.10" Thru 3.0" Thick) 130,000 SQYD

410H000 Material Remixing Device 1 Each

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

12,050 Ton

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

2,200 Ton

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

17,250 Ton

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

500 Ton

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

1,000 Ton

424B693 Superpave Bituminous Concrete Lower Binder Layer, Widening, 1 1/2" MaximumAggregate Size Mix, ESAL Range C/D

3,600 Ton

428A001 Scoring Bituminous Pavement Surface 19 Mile

502A000 Steel Reinforcement 870 LB

600A000 Mobilization (1) LS

610D003 Filter Blanket, Geotextile 335 SQYD

620A000 Minor Structure Concrete 7 CUYD

630A001 Steel Beam Guardrail, Class A, Type 2 225 LF

630C003 Guardrail End Anchor, Type 13 12 Each

630C050 Guardrail End Anchor, Type 20 Series 11 Each

630C070 Guardrail End Anchor, Type 10 Series 1 Each

650A000 Topsoil 3,000 CUYD

652A100 Seeding 16 Acre

652C000 Mowing 16 Acre

654A000 Solid Sodding 250 SQYD

656A010 Mulching 16 Acre

Page 84: NTC - 03-14-2017

Item No. Description Quantity UnitsSTPAA-HSIP-0014(537) Page: 2

659C002 Erosion Control Product, Type S2 500 SQYD

665A000 Temporary Seeding 16 Acre

665B001 Temporary Mulching 48 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 500 LF

666A001 Pest Control Treatment 16 Acre

698A000 Construction Fuel (Maximum Bid Limited to $ 208,000.00) (1) LS

701A227 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 20 Mile

701A230 Solid Yellow, Class 2, Type A Traffic Stripe (5" Wide) 11 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) 6 Mile

701B207 Dotted, Class 2, Type A Traffic Stripe (5" Wide) 3,475 LF

701C000 Broken Temporary Traffic Stripe 8 Mile

701C001 Solid Temporary Traffic Stripe 68 Mile

701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 412 LF

701G150 Broken Yellow, Class W, Type A Traffic Stripe (5" Wide) 206 LF

701G154 Solid Yellow, Class W, Type A Traffic Stripe (5" Wide) 206 LF

701H001 Solid Traffic Stripe Removed (Plastic) 618 LF

701H006 Broken Traffic Stripe Removed (Plastic) 206 LF

703A002 Traffic Control Markings, Class 2, Type A 10,500 SQFT

703B002 Traffic Control Legends, Class 2, Type A 292 SQFT

703D001 Temporary Traffic Control Markings 1,500 SQFT

705A030 Pavement Markers, Class A-H, Type 2-C 140 Each

705A031 Pavement Markers, Class A-H, Type 1-A 150 Each

705A032 Pavement Markers, Class A-H, Type 1-B 150 Each

705A037 Pavement Markers, Class A-H, Type 2-D 530 Each

740B000 Construction Signs 1,504 SQFT

740D000 Channelizing Drums 100 Each

740E000 Cones (36 Inches High) 300 Each

740M001 Ballast For Cone 300 Each

740O000 Pilot Car 1 Each

741C010 Portable Sequential Arrow And Chevron Sign Unit 1 Each

( ) Item will be bid as lump sum.

Page 85: NTC - 03-14-2017

20170407043Contract ID:April 07, 2017Letting Date:

Projects:County: RUSSELL

DBE Goal Percent: 3.00Contract Time:

Description: for constructing the Safety Widening, Planing, Resurfacing, and Traffic Stripe on SR-169 fromthe junction of SR-1 (US-431) north of Seale to the junction of SR-8 (US-80) in Crawford.Length 9.704 mi.

50 Working Days

The Bracket Estimate on this project is from $1,761,920 to $2,153,458 .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

043STPAA-HSIP-0169(502)

Item No. Description Quantity Units212A000 Machine Grading Shoulders 1,012 STA

401B108 Bituminous Treatment G (With Polymer Additive) 157,500 SQYD

405A000 Tack Coat 1,600 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 10 Mile

408A054 Planing Existing Pavement (Approximately 3.10" Thru 4.0" Thick) 1,700 SQYD

410H000 Material Remixing Device 1 Each

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

9,100 Ton

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

1,300 Ton

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

500 Ton

424B659 Superpave Bituminous Concrete Upper Binder Layer, Leveling, 1" MaximumAggregate Size Mix, ESAL Range C/D

2,000 Ton

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

2,100 Ton

428A001 Scoring Bituminous Pavement Surface 20 Mile

430B043 Aggregate Surfacing (1" Down, Crusher Run) 5,000 Ton

600A000 Mobilization (1) LS

610D003 Filter Blanket, Geotextile 335 SQYD

650A000 Topsoil 500 CUYD

652A100 Seeding 19 Acre

652C000 Mowing 19 Acre

654A000 Solid Sodding 250 SQYD

656A010 Mulching 19 Acre

659C002 Erosion Control Product, Type S2 500 SQYD

665A000 Temporary Seeding 19 Acre

665B001 Temporary Mulching 57 Ton

665F000 Hay Bales 100 Each

665G000 Sand Bags 100 Each

665J002 Silt Fence 2,875 LF

665O001 Silt Fence Removal 2,875 LF

665Q002 Wattle 500 LF

666A001 Pest Control Treatment 19 Acre

680A001 Geometric Controls (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 94,500.00) (1) LS

701A227 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 20 Mile

Page 86: NTC - 03-14-2017

Item No. Description Quantity UnitsSTPAA-HSIP-0169(502) Page: 2

701A230 Solid Yellow, Class 2, Type A Traffic Stripe (5" Wide) 13 Mile

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

701B207 Dotted, Class 2, Type A Traffic Stripe (5" Wide) 115 LF

701C000 Broken Temporary Traffic Stripe 5 Mile

701C001 Solid Temporary Traffic Stripe 73 Mile

701G146 Solid White, Class W, Type A Traffic Stripe (5"Wide) 1,286 LF

701G150 Broken Yellow, Class W, Type A Traffic Stripe (5" Wide) 643 LF

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

701H001 Solid Traffic Stripe Removed (Plastic) 1,286 LF

701H006 Broken Traffic Stripe Removed (Plastic) 643 LF

703A002 Traffic Control Markings, Class 2, Type A 1,560 SQFT

703B002 Traffic Control Legends, Class 2, Type A 80 SQFT

703D001 Temporary Traffic Control Markings 340 SQFT

705A032 Pavement Markers, Class A-H, Type 1-B 210 Each

705A037 Pavement Markers, Class A-H, Type 2-D 920 Each

705A038 Pavement Markers, Class A-H, Type 2-E 326 Each

740B000 Construction Signs 1,706 SQFT

740D000 Channelizing Drums 100 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.

Page 87: NTC - 03-14-2017

20170407048Contract ID:April 07, 2017Letting Date:

Projects:County: JEFFERSON

DBE Goal Percent: 2.00Contract Time:

Description: for constructing the Roadway Lighting Improvements on SR-3 (US-31) from the Cahaba Riverto the junction of Patton Chapel Road in Hoover. Length 1.490 mi.

170 Working Days

The Bracket Estimate on this project is from $1,067,396 to $1,304,595 .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:

$21.00

048STPBH-0003(593)

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

1 Acre)(1) LS

600A000 Mobilization (1) LS

610D003 Filter Blanket, Geotextile 1,000 SQYD

665A000 Temporary Seeding 1 Acre

665B001 Temporary Mulching 3 Ton

665G000 Sand Bags 330 Each

665J002 Silt Fence 3,420 LF

665O001 Silt Fence Removal 3,420 LF

665Q002 Wattle 1,500 LF

680A001 Geometric Controls (1) LS

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

740B000 Construction Signs 621 SQFT

740D000 Channelizing Drums 150 Each

740E000 Cones (36 Inches High) 100 Each

741C010 Portable Sequential Arrow And Chevron Sign Unit 2 Each

742A001 Portable Changeable Message Sign, Type 2 2 Each

750B602 Roadway Luminaire Assembly with One, LED, 400 Watt Equivalent Luminaire 66 Each

750B607 Roadway Luminaire Assembly with Two, LED, 400 Watt Equivalent Luminaire 8 Each

750B612 Roadway Luminaire Assembly with Three, LED, 400 Watt Equivalent Luminaire 2 Each

750C010 Pole Foundation,Roadway 76 Each

750E113 Conduit, 1 1/4 Inch, Rigid Nonmetallic 130 LF

750F026 Conductor, #2 AWG 390 LF

750G012 Combined Duct And Cable, 4 #6 AWG/ 1 #6 AWG GND 3,650 LF

750G022 Combined Duct And Cable, 4 #4 AWG/ 1 #6 AWG GND 3,485 LF

750G024 Combined Duct And Cable, 6 #4 AWG/ 1 #6 AWG GND 965 LF

750G032 Combined Duct and Cable, 4 #2 AWG/ 1 #6 AWG GND 3,590 LF

750G034 Combined Duct and Cable, 6 #2 AWG/ 1 #6 AWG GND 4,455 LF

750H005 Service Pole 7 Each

750I015 Lighting Control Center 7 Each

751J006 Remove Luminaire Pole Foundation, Concrete 52 Each

751L002 Remove Lighting Control Center, 6 Circuit 5 Each

751L025 Remove Roadway Luminaire Assembly 52 Each

751M000 Remove Conductors (1) LS

756A022 4" Electrical Conduit, 1 Line, Type 5 Installation 2,570 LF

( ) Item will be bid as lump sum.

Page 88: NTC - 03-14-2017

20170407052Contract ID:April 07, 2017Letting Date:

Projects:County: ELMORE

DBE Goal Percent: 3.00Contract Time:

Description: for constructing the Planing, Resurfacing, and Traffic Stripe on Airport Road from the junctionof Coosada Road in Coosada to the junction SR-14. Length 3.199 mi.

30 Working Days

The Bracket Estimate on this project is from $541,120 to $661,369 .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

052STPMN-2616(251)

Item No. Description Quantity Units206D001 Removing Guardrail 60 LF

405A000 Tack Coat 4,850 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 4 Mile

408A051 Planing Existing Pavement (Approximately 0.00" Thru 1.0" Thick) 405 SQYD

408A052 Planing Existing Pavement (Approximately 1.10" Thru 2.0" Thick) 4,384 SQYD

408A054 Planing Existing Pavement (Approximately 3.10" Thru 4.0" Thick) 506 SQYD

410H000 Material Remixing Device 1 Each

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

2,401 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

2,930 Ton

430B043 Aggregate Surfacing (1" Down, Crusher Run) 862 Ton

600A000 Mobilization (1) LS

630A001 Steel Beam Guardrail, Class A, Type 2 100 LF

630C003 Guardrail End Anchor, Type 13 4 Each

630C070 Guardrail End Anchor, Type 10 Series 4 Each

698A000 Construction Fuel (Maximum Bid Limited to $ 30,300.00) (1) LS

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

701A235 Solid Yellow, Class 2, Type A Traffic Stripe 5 Mile

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

701B205 Dotted, Class 2, Type A, Traffic Stripe 830 LF

701C000 Broken Temporary Traffic Stripe 7 Mile

701C001 Solid Temporary Traffic Stripe 18 Mile

703A002 Traffic Control Markings, Class 2, Type A 2,835 SQFT

703B002 Traffic Control Legends, Class 2, Type A 180 SQFT

705A032 Pavement Markers, Class A-H, Type 1-B 461 Each

705A037 Pavement Markers, Class A-H, Type 2-D 317 Each

705A038 Pavement Markers, Class A-H, Type 2-E 184 Each

740B000 Construction Signs 557 SQFT

740D000 Channelizing Drums 50 Each

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.

Page 89: NTC - 03-14-2017

20170407054Contract ID:April 07, 2017Letting Date:

Projects:County: BARBOUR

DBE Goal Percent: 1.00Contract Time:

Description: for constructing the Resurfacing (Triple Layer Bituminous Surface Treatment) and TrafficStripe on CR-89 from the junction of SR-6 (US-82) in Lugo to the intersection of CR-49 inSpring Hill. Length 12.491 mi.

30 Working Days

The Bracket Estimate on this project is from $908,409 to $1,110,277 .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

054STPNU-0316(250)

Item No. Description Quantity Units409A001 Triple Layer Bituminous Treatment 160,742 SQYD

424B700 Superpave Bituminous Concrete Upper Binder Layer, Leveling, 3/8" MaximumAggregate Size mix, ESAL Range A/B

5,626 Ton

600A000 Mobilization (1) LS

698A000 Construction Fuel (Maximum Bid Limited to $ 50,900.00) (1) LS

701A235 Solid Yellow, Class 2, Type A Traffic Stripe 16 Mile

701A245 Broken Yellow, Class 2, Type A Traffic Stripe 8 Mile

701C000 Broken Temporary Traffic Stripe 15 Mile

701C001 Solid Temporary Traffic Stripe 32 Mile

740B000 Construction Signs 344 SQFT

740O000 Pilot Car 1 Each

( ) Item will be bid as lump sum.

Page 90: NTC - 03-14-2017

20170407055Contract ID:April 07, 2017Letting Date:

Projects:County: BIBB

DBE Goal Percent: 3.00Contract Time:

Description: for constructing the Widening, Resurfacing, and Traffic Stripe on CR-36 from the intersectionof SR-139 to the Chilton County Line east of Randolph. Length 2.195 mi.

45 Working Days

The Bracket Estimate on this project is from $594,535 to $726,654 .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

055STPNU-0415(256)

Item No. Description Quantity Units401B108 Bituminous Treatment G (With Polymer Additive) 29,000 SQYD

405A000 Tack Coat 2,825 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 3 Mile

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

3,050 Ton

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

2,350 Ton

424B670 Superpave Bituminous Concrete Lower Binder Layer, Patching, 1" MaximumAggregate Size Mix, ESAL Range A/B

450 Ton

424B672 Superpave Bituminous Concrete Lower Binder Layer, Leveling, 1/2" MaximumAggregate Size Mix, ESAL Range A/B

610 Ton

424B678 Superpave Bituminous Concrete Lower Binder Layer, Widening, 1 1/2" MaximumAggregate Size Mix, ESAL Range A/B

380 Ton

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

600A000 Mobilization (1) LS

665J002 Silt Fence 1,000 LF

665O001 Silt Fence Removal 1,000 LF

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

701A231 Solid White, Class 2, Type A Traffic Stripe 5 Mile

701A235 Solid Yellow, Class 2, Type A Traffic Stripe 5 Mile

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

701C000 Broken Temporary Traffic Stripe 1 Mile

701C001 Solid Temporary Traffic Stripe 9 Mile

703A002 Traffic Control Markings, Class 2, Type A 264 SQFT

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

705A032 Pavement Markers, Class A-H, Type 1-B 25 Each

705A037 Pavement Markers, Class A-H, Type 2-D 285 Each

740B000 Construction Signs 375 SQFT

740O000 Pilot Car 1 Each

( ) Item will be bid as lump sum.

Page 91: NTC - 03-14-2017

20170407056Contract ID:April 07, 2017Letting Date:

Projects:County: FRANKLIN

DBE Goal Percent: 7.00Contract Time:

Description: for constructing the Resurfacing and Traffic Stripe on CR-624 from the junction of SR-24 tothe junction of West Lawrence Street in Russellville (Site 1) and on CR-44 from the junction ofCR-244 to the junction of SR-24 in Russellville (Site 2). Length 4.079 mi.

45 Working Days

The Bracket Estimate on this project is from $504,736 to $616,899 .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

056STPOA-3016(251), STPNU-3016(250)

Item No. Description Quantity Units206D001 Removing Guardrail 228 LF

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

401A008 Bituminous Treatment J 35,873 SQYD

405A000 Tack Coat 1,450 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 3 Mile

408A052 Planing Existing Pavement (Approximately 1.10" Thru 2.0" Thick) 10,874 SQYD

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

3,691 Ton

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

100 Ton

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

1,089 Ton

430B014 Aggregate Surfacing (ALDOT #410 Modified) 1,068 Ton

600A000 Mobilization (1) LS

630A004 Steel Beam Guardrail, Class B, Type 2 228 LF

630C022 Guardrail End Anchor, Type Special 4 Each

630C050 Guardrail End Anchor, Type 20 Series 4 Each

698A000 Construction Fuel (Maximum Bid Limited to $ 30,100.00) (1) LS

701A030 Solid White, Class 2T, Type A Traffic Stripe 8 Mile

701A034 Solid Yellow, Class 2T, Type A Traffic Stripe 8 Mile

701C001 Solid Temporary Traffic Stripe 10 Mile

705A037 Pavement Markers, Class A-H, Type 2-D 539 Each

740B000 Construction Signs 500 SQFT

740E000 Cones (36 Inches High) 20 Each

740M001 Ballast For Cone 20 Each

740O000 Pilot Car 1 Each

( ) Item will be bid as lump sum.

Page 92: NTC - 03-14-2017

20170407059Contract ID:April 07, 2017Letting Date:

Projects:County: LEE

DBE Goal Percent: 8.00Contract Time:

Description: for constructing the Planing, Resurfacing, and Traffic Stripe on CR-82 (Donahue Drive) fromthe junction of Cary Drive to the intersection of SR-147 (Shug Jordan Parkway) in Auburn.Length 1.050 mi.

30 Working Days

The Bracket Estimate on this project is from $563,641 to $688,894 .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:

$2.00

059STPOA-9059(601)

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

1 Acre)(1) LS

206C000 Removing Concrete Sidewalk 100 SQYD

206D003 Removing Curb And Gutter 300 LF

405A000 Tack Coat 3,087 Gal

407B000 Joint Sealant For Hot Mix Asphalt Pavement 3 Mile

408A051 Planing Existing Pavement (Approximately 0.00" Thru 1.0" Thick) 4,641 SQYD

408A052 Planing Existing Pavement (Approximately 1.10" Thru 2.0" Thick) 19,191 SQYD

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

1,812 Ton

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

100 Ton

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

695 Ton

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

1,500 Ton

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

300 Ton

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

100 Ton

600A000 Mobilization (1) LS

618A000 Concrete Sidewalk, 4" Thick 860 SQYD

618A001 Concrete Sidewalk, 6" Thick 125 SQYD

620A000 Minor Structure Concrete 5 CUYD

623C003 Combination Curb & Gutter, Type C (Modified) 300 LF

641S500 Valve Box Reset 17 Each

645K500 Manhole Frame And Cover Reset 7 Each

654A000 Solid Sodding 688 SQYD

665J002 Silt Fence 100 LF

665O001 Silt Fence Removal 100 LF

665P005 Inlet Protection, Stage 3 Or 4 4 Each

698A000 Construction Fuel (Maximum Bid Limited to $ 30,500.00) (1) 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) 3 Mile

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

701B207 Dotted, Class 2, Type A Traffic Stripe (5" Wide) 810 LF

701C000 Broken Temporary Traffic Stripe 3 Mile

701C001 Solid Temporary Traffic Stripe 6 Mile

Page 93: NTC - 03-14-2017

Item No. Description Quantity UnitsSTPOA-9059(601) Page: 2

701G253 Solid White, Class 2, Type A Traffic Stripe (5" Wide) 621 LF

703A002 Traffic Control Markings, Class 2, Type A 1,820 SQFT

703B002 Traffic Control Legends, Class 2, Type A 160 SQFT

703D001 Temporary Traffic Control Markings 650 SQFT

705A030 Pavement Markers, Class A-H, Type 2-C 50 Each

705A032 Pavement Markers, Class A-H, Type 1-B 73 Each

705A037 Pavement Markers, Class A-H, Type 2-D 175 Each

705A038 Pavement Markers, Class A-H, Type 2-E 38 Each

710A099 Class 4, Aluminum Flat Sign Panels 0.08" Thick Or Steel Flat Sign Panels 14 Gauge(Type III Background)

77 SQFT

710B001 Roadway Sign Post (#3 "U" Channel Galvanized Steel) 360 LF

740B000 Construction Signs 335 SQFT

740D000 Channelizing Drums 250 Each

740E000 Cones (36 Inches High) 200 Each

740M001 Ballast For Cone 200 Each

( ) Item will be bid as lump sum.

Page 94: NTC - 03-14-2017

20170407201Contract ID:April 07, 2017Letting Date:

Projects:Counties: BUTLER AND LOWNDES

Contract Time:

Description: for constructing the Curb Ramp Installations and Repairs on various routes at variouslocations as indicated in the plans.

60 Working Days

The Bracket Estimate on this project is from $148,879 to $181,963 .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

201

THIS PROJECT HAS BEEN DESIGNATED AS AN SBE PROJECT, AND CAN ONLY BE BID ON BY QUALIFIEDSBE CONTRACTORS THAT HAVE BEEN PRE-APPROVED BY THE ALDOT DBE UNIT AND ALDOT OFFICEENGINEER.

STPAA-NR13(903)

Item No. Description Quantity Units206C000 Removing Concrete Sidewalk 623 SQYD

600A000 Mobilization (1) LS

618A000 Concrete Sidewalk, 4" Thick 633 SQYD

618C000 Truncated Dome Retrofit 455 SQFT

654A001 Solid Sodding (Bermuda) 50 SQYD

674A000 Construction Safety Fence 2,100 LF

680A001 Geometric Controls (1) LS

740B000 Construction Signs 446 SQFT

740D000 Channelizing Drums 160 Each

740E000 Cones (36 Inches High) 100 Each

740M001 Ballast For Cone 100 Each

( ) Item will be bid as lump sum.