ANNUAL TRAFFIC CONTROL BARRICADES AND LIGHTS

Agency: Mobile County
State: Alabama
Level of Government: State & Local
Category:
  • 62 - Lighting Fixtures and Lamps
Opps ID: NBD10155132579720830
Posted Date: Apr 15, 2024
Due Date: May 1, 2024
Solicitation No: 65-24
Source: Members Only

Mobile County wants to provide any business desiring to offer a bid on any service, supplies or equipment an opportunity to secure bid information and requirements. Therefore, we plan to make county bid specifications accessible online. Please see below for bid packages.

For more information:
Mobile County Purchasing Agent
MCPurchasing@mobilecountyal.gov

For information about Engineering projects, please contact the Engineering Department at 251-574-8595.

Mobile County is not responsible for bids delayed by mail.

ANNUAL TRAFFIC CONTROL BARRICADES AND LIGHTS
Purchasing

Bid/RFP #: 65-24

Date Posted: Monday, Apr 15, 2024

Date Due: Wednesday, May 01, 2024

Time of bid opening: 10:00am

Please Click for File Attachment

Attachment Preview

MOBILE
COUNTY
COMMISSION
205
Government
Street
8TH FL South
BID INVITA'lION
In accordance
with General
Act
the Mobile County Commission,
ANNUAL TRAFFIC CONTROL BARRICM)ES
ATTACHED SPECIFICATIONS.
Mobile,
Alabama
36644
APRIL 12
2024
No. 217, Special
Session
1967,
Mobile,
Alabama,
will
receive
AND LIGHTS BID FOR MOBILE COUNTY
N0. 65-24
notice
is hereby
given
bids
on the following
PUBLIC WORKS DEPARTMENT
that
items :
AS PER
NOTE: PRICES MUST REMAIN FIRM FROM THE
Any questxons
or comments concerning
of Susan Holland,
Purchasing
Agent,
36644,
wai.ved.
susan.holland@mobilecountyal.qov
DATE
the
205
OF AWARD THROUGH SEPTEMBER 30, 2025.
bid requirements
must be brought
Government
Street,
8'h FL South,
prior
to the
bid
opening
or
to the attention
Mobile,
Alabama
will
be forever
All bidders
shall
S30, 000. 00 : provided
bond will be accepted
order,
etc.
furnish
a five
that bonding is
in the form of
percent
available
a certified
(5%) bid bond on any contract
exceeding
for services,
equipment
or materials.
Bid
check, cashier'
s check, or postal
money
Out of State Corporations
shall furnish
a Certificate
of Authority
to transact
business
in the State of Alabama.
Out of State limited
liability
companies
shall
furnish
proof
of
registration
to transact
business
in this state.
Alabama law requires
that a successful
bidder,
if it has employees
in the State of Alabama,
provide
proof
of enrollment
in E -
Verify
prior
to the award of a contract.
(See enclosed
notice
which must be completed,
sxgned
and returned
with
your bid. )
If applicable
to
comply with the
Department
or at
a contract
resulting
Contractor
Felony
www.mobilecountyal.qov.
from this
Investigation
invitation,
Policy,
the successful
bidder
must
available
in the Purchasing
'['HE MOBILE
COUN'['Y
COMMISSION
DOES NOT
NATIONAL
ORIGIN,
RELIGION,
OR DISABILI'['IES.
DISCRIMINA'lE
ON THE BASIS
OF RACE,
AGE,
SEX,
F.O.B.
MObile
DATE OF DELIVERY
the above specifications.
The restrictions
a quality
level,
and any deviation
therefrom
quality
requirements.
TERMS
contained
must,
herein
in detail
BmS WILIi BE RECEIVED
UN'['IL 10:00
A.M.
MAY 1
YOU are
are for the
establish
inVited
purpose
that
it
tO bid On
of fixing
meets
the
2024.
AZZ BIDE M[JST BE SEALF::D,
"mD NUMBER,
COMPANY'S
NAME, AND NAME OF Tm:: mD ITEM MARKED oN
THE OUTEdDE
OF THE ENVELOPE."
THE mDDER
WILL RETURH
THE ENTIRF,
BID PACKAGE.
BIDE M[JST
BE DELJVERED
TO THE RECEPTIObHS,T
IN THE OFFTCE OF THE COUNTY COMMIE;E>ION
ADMINISTRATOR,
205 GOVERNMENT
STRF,ET ON THE FJGHTH
FLOOR ,')0[7TH TOWF::R OF THE MOmLE
COUHTY GOVERHMENT
PLAZA.
FAILURE
TO OBF>ERVE THE ABOVE IRE,fflUCTIONS
WILL CONSTIT[JTE
GROUNDS FOR REJF,C'flON
oF YOUR mD.
THE COMMIF,SION
RA'SERVES
THE RIGHT
TO REJECT
ANY OR ALL mDS.
MOBILE
COUNTY
COMMISSION
E, EDWIN
We propose
KERR,
INTERIM
COUNTY
ADMINISTRATOR
to meet the above
specifications
for the sum of
Q see attached
list.
Delivery
can be made in
days
from
receipt
of order.
RES PECTFULLY
BY
li':iiii
Company 10 Number; 477783
To be accepted as a participant in E-Verify, you should only sign the Employer's Section
of the signature page. If you have any questions, contact E-Verify at 888-464-4:)18.
lEmp!oyer Mobile County Commission
Connie Hudson
IName (Please Type or Printl
.Electronh::a[ly Signed
,Signature
TiUe
12/2U2011
Date
I
'.Department of Homeland Security - Verification Division
Name (Pieasa Type or Print)
ElectronicaHy
Signa(ure
Signed
Title
i 2/21/2 €)I I
Jane
Information
Information Required for the E-Verify Program
relaxing to yo r Company:
(,l'llp;3Ily NalllB;'Mobile County Commission
I-
Company Facifity Address:'2o5 GoVarnmen'Streef.
8th FloorSouth Tosiier
Mobile, AL 3BB44
Company Alternate
Address:
County or Parish: .MOBILE
Employsr Identificatiori
Number:
:6:s00is44
Pag=120fl3 I E-Vsri§xlou rO/EmplcyerRl eVi3i0Dnate09/01/09
www.dhs.gov/E-Verify
IMPORTANT
THIS DOCUMENT
MUST BE COMPLETED,
SIGNED AND RETURNED WITH YOUR BID
As a condition for the award of a competitively bid contract to a company having one or more employees
in the State of Alabama, the Beason-Hammon Alabama Taxpayer Citizenship and Protection Act,
codified at Section 31-13-1, et seq., Code of Alabama (1 975), as amended, requires that the company
provide, in advance, proof of enrollment in E-Verify. E-Verify is an internet based system operated by
the U.S. Department of Homeland Security, which may be used to determine the eligibility of new hires
to work in the United States. Further information about enrollment in E-Vcrify may be found at
wwwaiscis.gov/everify and www.Verify.Alabama.=ov.
As proof of enrollment in E-Verify, Mobile County requires a copy of the electronically signed signatiire
page of the contractor's Memorandum of Understanding with the U.S. Department of Homeland Security
or Alabama Department of Homeland Security (contractors having fewer than 25 employees may enroll
in E-Verify through the state Department of Homeland Security).
Please complete the following and return with your bid:
State of Alabama
(company name) has no employees in the
Or
copy of the electronically
attached.
(company name) is enrolled in E-Verify and a
signed signature page of the company's Memorandum of Understanding is
Date
Signature
Title
MOBILE
COUNTY
COMMISSION
BID FORM
Date:
BID # 65-24
ANNUAL TRAFFIC CONTROL BARRICADES AND LIGHTS BID FOR MOBILE COUNTY PUBLIC WORKS DEPARTMENT:
Name of Company:
Company Representative
Company Representative
Address
(Print)
(Signature)
Phone Number ( )
Federal ID Number
Email Address
Company Web Address
Please attach a current W-9.
Fax Number(
)
SPECIFICATIONS
FOR TRAFFIC CONTROL BARRICADES AND LIGHTS
THE FOLLOWING SPECIFICAnONS ARE FOR THE PURCHASE OF PREFORMED STANDARD TYPE-1 BARRICADE
STANDS AND BARRICADE FLASHING LIGHTS.
This is an ALL or NONE Bid.
TYPE-I BARRICADE STANDS
I.
BARRICADES SHALL CONFORM TO THE DESIGN REQUIREMENTS OF THE MANUAL ON UNIFORM TRAFFIC
CONTROL DEVICES AND NCHRP 350. (FabricateJ[iwu
vvuuJaiitHully
ash:'iiiLh:"JuuJreadyforuse.)
II.
BARRICADE SHALL BE 24" IN WIDTH.
III.
BARRICADE SHALL BE 36" IN HEIGHT TO TOP PANEL.
IV.
BARRICADE SHALL HAVE 12"H X 24" TOP PANELS WITH REFLECTIVE SHETING HAVING ALTERNATE 45
DEGREE DIAGNOL STRIPES OF ORANGE AND WHITE. STRIPES WILL BE 4" MINIMUM IN WIDTH. (3M
DiaudRbZiu
ROfl04Z;is, S!ibbZ;ug 7jpelV(tfigh
IntenS0)
OrAPPROVED equalShallbe
used.)
V.
THE PREDOMINANT COLOR OF THE COMPONENTS OF THE BARRICADES SHALL BE WHITE, EXCEPT FOR
GALVANIZED OR ALUMINUM PARTS.
VI.
BARRICADE SHALL HAVE A NON-STRIPED HORIZONTAL SUPPORT ACROSS THE LOWER SECnON OF THE
BARRICADE TO GIVE STABILITY AND SHALL BE WHITE IN COLOR. (Barricadesshallhave
an
uybuuuj?JddZ;uu
/ui supporting
additional Orba/laSt Weight)
VII.
BARRICADE SHALL BE OF A DEISGN THAT WILL ACCEPT A STANDARD BARRICADE FLASHING LIGHT WITH
SEPARATE TAMPER-PROOF BOLT.
VIII.
BARRICADE SHALL BE LIGHT IN WEIGHT.
BARRICADE LIGHTS
I.
LIGHTS SHALL CONFORM TO THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES IN COLOR.
II.
LIGHTS SHALL HAVE A 7" DIAMETER LENS MINIMUM.
IH.
LIGHTS SHALL HAVE A CASE MOLDED FROM HIGH DENSITf' PLASTIC.
IV.
LIGHTS SHALL HAVE AUTOMATIC PHOTO ELECTRIC CELL FOR DUSK TO DAWN OPERAnON.
V.
FLASH RATE OF LIGHT SHALL BE 55/65 FLASHES PER MINUTE.
VI.
LIGHTS SHALL HAVE THE ABILITY TO MOUNT TO A STANDARD TYPW-1 BARRICADE USING A TAMPER
PROOF BOLD. ONE TAMPER PROOF BOLD IS TO BE INCLUDED PER LIGHT. (Mule. vVibiibli used to bolt
the /ight to the barricade
will be provided
at a rate of one wrench per ten lights)
VII.
LIGHTS SHALL BE POWERED BY 6-VOLT SPRING TYPE BATTERY.
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >