Annual Traffic Sign Material

Agency: Mobile County
State: Alabama
Level of Government: State & Local
Category:
  • 63 - Alarm, Signal, and Detection Systems
  • 99 - Miscellaneous
Opps ID: NBD10155845701294574
Posted Date: Mar 14, 2024
Due Date: Mar 27, 2024
Solicitation No: 63-24 ***
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 Sign Material
Purchasing

Bid/RFP #: 63-24

Date Posted: Tuesday, Mar 05, 2024

Date Due: Wednesday, Mar 27, 2024

Time of bid opening: 10:00am

Please Click for File Attachment

Please Click for Addendum 1 Attachment

Attachment Preview

MOBILE
COUNTY COMMISSION
205 Government
Street
8TH FL South
Mobile,
Alabama
36644
BID INVITArlON
MARCH 5 2024
N0. 63-24
In accordance
with General
Act No. 217, Special
Session
1967,
notice
is
the Mobile
County
Commission,
Mobile,
Alabama,
will
receive
bids on the
ANNUAL TRAFFIC SIGN MATERIAL BID FOR MOBILE COUNTY PUBLIC WORKS AS PER ATTACHED
NOTE,: PRICES MUST REMAIN FIRM FROM THE DATE OF AWARD THROUGH APRIL 30 2025.
hereby
given
that
following
items:
SPECIFICATIONS:
Any questions
or comments
concerning
the bid requirements
must be brought
to the attention
of Susan Holland,
Purchasxng
36644,
susan.holland@mobilecountyal.qov
Agent,
205 Government
prior
to the
Street,
8'
bid opening
FL South,
Mobile,
or will
be forever
Alabama
waived.
All bidders
provided
accepted
shall
furnish
a five
that
bonding
is available
xn the form of a certified
percent
(5% ) bid
for services,
check,
cashier'
bond on any
equipment
s check,
contract
or materials.
or postal
exceeding
S30,
Bid bond
money order,
000.
will
etc.
00 :
be
Out of State
the State
of
registration
bidder,
if it
prior
to the
returned
with
Corporations
shall
furnxsh
a Certificate
of Authority
to transact
business
in
Alabama.
Out of State
limited
liability
companies
shall
furnish
proof
of
to transact
business
in this
state.
Alabama
law requires
that
a successful
has employees
in the State
of Alabama,
provide
proof
of enrollment
in E-Verify
award of a contract.
(See enclosed
notice
which must be completed,
signed
and
your bid. )
If applicable
to a contract
resulting
comply
with
the
Contractor
Felony
Department
or at www.mobilecountyal.qov.
from this
Investigation
invitation,
Pol.+cy,
the successful
available
in
bidder
must
the
Purchasing
THE MOBILE COUN'lY
ORIGTN,
RELIGION,
COMMISSION
DOES NOT DISCRIMINAJ'E
OR DISABILITIES.
ON rHE BASIS OF RACE, AGE, SEX, NA'lIONAL
F.O.B.
above
qualxty
quality
Mobile
DATE OF DELIVERY
specifications.
The restrictions
level,
and any deviation
requirements.
therefrom
TERMS
contained
must,
herein
are
in detail
You are invited
for the purpose
establish
that
to bid on
of fixing
it meets
the
a
the
BmS WILL BE RECEIVED UNTIL 10:00
A.M.
MARCH 27
2024.
ALL BIDE M[JST BE SEALED,
"BID NUW3ER, COMPANY',S' NAW,, AND NMmE OF THE mD ITEM MARKED ON
THE OU'C,IDE OF THE ENVELOPE."
THE BIDDER WTLL RETURN THE ENTIRE BID PACKAGE.
BIDE MUST BE
DELIVEFF,D
TO THE RECEPTIONF;T
IN THE OFFICE OF THE COUNTY COMM'lF'FdON M)MIN':ISTRATOR
205
GOVERNMENT STREr,T ON THE mGHTH FLOOR SOUTH TOT4'ER OF THE MOBILE COUNTY GOVERN)V!ENT PLAZA.
F)dLURE
TO OBSERVE THE M30VE 1NE3TRUCT10NS
WILL
mD.
THE COMMF3E3JON RESERVES THE RIGHT TO REa.CT
CONf3TlTU'[E
ANY OR AIV
GROUNDS
mDS.
FOR RE,mCTlON
OF YO[7R
MOBIL
UNTY COMMISSION
EDDIE
KERR, INTERIM
We propose
to meet the
COUNTY
ADMINISTRATOR
above specifications
for the sum of
S see attached
list.
Delivery
can be made in
days from receipt
of order.
RESPECTFULLY
BY
USA
iq i':+
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 (1975), 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 bires
to work in the United States. Further information about enrollment in E-Verify may be found at
www.uscis.gov/everify
and www.Veiify.Alabama.gov.
As proof of enrollment in E-Verify, Mobile County requires a copy of the electronically signed signature
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 tbrough the state Department of HomeIand 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
%rf')E'A" \ai'tff;'r':JkJ!'U=:""-a
Compariy I[) Numb=r: 47778,3
Tob accepeaesdaparticipainEt -Verifyo, ushoufdanlysign tha Empioyer'sSe.-tion
OFf:Hse!gnaiurePage.lf'IOLIFlaVean}'queSt:onsC, OntaC[E-\ler:f7 af 888-4'34-4218.
'Errlp%0ye3fl(l@l)iiB (:(wnt>' (.'rimri'i'issirm
Conri,ie Iludscm
jJa."'ie (?ieBSB T}'p? Or ?rjn:i
' l-I III!'
EleicUo,qi:ally
:3rgria:ur=
Signed
iD=partment Of Hcmeiaf'id Security - \%rificatior [)iVi'SiOn
'ElaetrOniCail"
Si=+ur:
Sighed
iTlflE
j"ai2;21/2-Ula'l
D' gi=
InfCirlanat)oRnF-qll:redfar fhe E-Verii'} PrCigram
3n.formaqonrala[jrig to yotir Company:
COnXlan'.t j4,,l5%iobile County Corrmissicn
Co:hpany Fa:ilihy Addrass'.505Gcvarttma'nSt}r'a;
Company" Al(srnafE'
At"Liressi
18fhFIDOrSOllthTO7;et'
,fi4obile, AL 3'SS44
i
.QC) Llf1'i}' Or P ar:Sb.
I's Llmri'F:r
: HAH 1:) c)i :3 l E- .":arFi i' I o'1l 'i f:l( '( ;'1 @l='=. t : Rsiti =i )7 :i;, l= (19!(' if;' i':
VJ'tA'V.' (fl i S g 0 V iE - \" e r : F}
MOBILE COUNTY COMMISSION
BID FORM
Date:
BID # 63-24
ANNUAL TRAFFIC SIGN MATERIAL BID FOR MOBILE COUNTY PUBLIC WORKS DEPARTMENT:
Name of Company:
Company Representative
Company Representative
fPi-!ITO
(Signature)
Address
Phone Number ( )
Federal ID Number
Email Address
Company Web Address
Please attach a current W-9.
Fax Number(
)
SPECIFICATIONS
TRAFFIC SIGN MATERIALS
The following specifications shall apply to each item based on type of sign material composition.
A. Sheeting Material
All Sign Sheeting Materials used for all signs for Mobile County Traffic Department shall be in
conformance with the ASTM Standard Specification for Reflective Sheeting for Traffic Control,
D 4956-09, and approved manufactures of the sheeting Type materials shall be on the
approved Alabama Department of Transportation
products list for use and only for their
"Type" category in which they were qualified.
Bidders will not be permitted to cross bid, (ie: Type IXF being bid as Type IV)
Sign sheeting materials used by Type:
Type IV - High Intensity, retroreflective
sheeting,"microprismatic"
Type Vlll - Super High Intensity, retroreflective sheeting
"microprismatic.
Type XI - Super High Intensity, unmetalized cube corner
sheeting. (ASTM D 4956-09, Table 10)
(ASTM D 4956 Table 2),
microprismatic
retroreflective
Type Vlll and Type XI reflective sheeting shall meet the minimum coefficients of
retroreflection
as described in ASTM D4956-09 for type Vlll and type XI sheetings,
respectively.
1. General characteristics and packaqinq. The signs supplied shall be of good appearance, free
from ragged edges, cracks, and extraneous materials, and show careful workmanship with the
messages and border sharply defined.
2. All signs must be protected with slip-sheeting and be packaged in quantities of 10 or
less, (50 Ibs. max.), with protective closed cell padding placed around outersurfaces.
3. The protective slip-sheeting shall be easily removable. The supplier will replace signs
when removable liners will not separate easily from the sign.
4. All costs to return and replace any damaged and unusable signs shall be the sole
responsibility of the suppliers.
5. All signs shall conform with the design, size, layout and color standards set by the
Manual on Uniform traffic Control Devices, (MUTCD), or by Mobile County only under
special request written orders. No other standard will be accepted and all costs to
replace the materials, including return shipping and replacement shipping, if
requirements are not met, will be the sole responsibility of the bidder.
6. All bidders shall furnish a Material Performance Certification with their bid
which certifies that all material furnished under this bid shall have performance life of
not less than seven (7) years. Failure of their product within this stipulated period of
time will result in the bidder replacing all material in kind in addition to reimbursing
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 >