Skip to main content

Bids

Three Mile Creek Segment 6N: Construction
Program and Project Management

Bid #: TAPAA-TA18(923) / COM 2022-2045-002

Date Posted: Monday, Nov 14, 2022

Date Due: Wednesday, Feb 01, 2023

Time of bid opening: 2:30pm

**ATTENTION: Bid opening has been delayed until 2:30 p.m. local time, February 1, 2023. Sealed proposals (bids) will be received until 2:30 p.m. local time, February 1, 2023. This delay is to ensure accurate responses to questions received. 



 



ITEM I

ALDOT ADVERTISEMENT FOR BIDS

Sealed proposals (bids) will be received by the City Clerk of the City of Mobile,

Alabama, 205 Government Street, 9th Floor, South Tower, until 2:30 p.m. local time, January

4, 2023 and then publicly opened and read in the County Multi-Purpose Room, 1st Floor, for

constructing:

Project No: TAPAA-TA18(923) / COM 2022-2045-002

Project: Three Mile Creek: Section 6 North Project

Project Description: Construction of Trail

Plans and contract documents may be inspected from the City of Mobile Program and Project

Management Department or inspected and/or obtained from the City’s Design Firm (Dix.Hite+

Partners) upon payment. The deposit shall be refunded in full to each prime Contractor Bidder

upon return of the documents in reusable condition within ten (10) days after Bid Opening. The

cost of and return of additional sets of specifications shall be in accordance with Act 97-225,

Public Works Contracts.

No Bid Packages will be issued to Contractors later than twenty-four (24) hours after the Pre-

Bid Conference. No questions, whether orally or written, will be addressed after 12:00 p.m.

on December 15, 2022.

A Mandatory Pre-Bid Conference will be held in the County Multi-Purpose Room, 1st

Floor, Mobile Government Plaza, 205 Government Street, Mobile, Alabama, on

December 6, 2022 at 10:00 A.M. (CST) Significant items related to the

proposed construction will be explained. Representative must be a principal

or current employee of the contracting company at the time of the Pre-Bid

Conference. Any contractor not represented at the Pre-Bid Conference will be disqualified

from bidding on the project. A single individual cannot represent more than one

contracting company.

An optional site visit will occur immediately following the Pre-Bid Conference.

No bid will be received and considered unless made out on the blank form or Proposal attached,

and unless all papers attached hereto are returned with the bid and the Proposal sheet attached.

Bidders are advised to carefully and thoroughly review the bid documents for the specific federal

provisions that must be met over the course of the Project. The awarding of a contract

will require the Contractor to pay the prevailing wage rates for this district that are

applicable to the trades engaged in this project.

Each bid shall be accompanied by a check or bid bond for the sum of five percent (5%) of the

amount bid (maximum amount of bond $50,000), made payable to the CITY, and certified by a

reputable banking institution. These monies shall serve as assurance that within ten (10) days of

notice of contract award contemplated in the Proposal, the successful bidder will enter

into such contract and file a bond for the execution of same.

The performance bond required will be for the amount bid, and labor and material bond shall be

one hundred percent (100%) of the amount of contract, and shall be made by a Surety Company

acceptable to the City of Mobile and upon the forms of bonds appended hereto.

In default of the entering into of such contract and the execution of such bond, the certified check

required to accompany such bid shall be forfeited to the City of Mobile, Alabama. These fees shall

not be a penalty but damages for delays, or for the additional cost or expenses that the CITY may

incur by reason of such default.

In addition, the Contractor must furnish to the City at the time of the signing of the Contract a

certificate of insurance coverage as provided in the specification which will include

comprehensive insurance, Contractor’s Automobile Liability Insurance, Owner’s Protective

Liability Insurance, or a Comprehensive General and Public Liability policy naming the City of

Mobile, its agents and employees as additionally insured, and where applicable, subcontractor’s

Public Liability and Property Damage Insurance. The right is reserved to reject any and/or all bids

and to waive informalities and to furnish any item of material or work to change the amount of

said Contract.

Liquidated damages for non-completion of the work within the time limit agreed upon will be

assessed according to Section 108.11 of Alabama Department of Transportation Standard

Specifications for Highway Construction 2018 Edition.

It is not required that a Contractor be licensed in order to submit a bid; however, prior to award of

a contract, proper proof of all applicable licensures must be provided by the Contractor. Proof of

insurance coverages of the types and amounts as set forth in the project specifications will be

required of the Contractor, and any and all subcontractors, prior to beginning work. The Contractor

will be required to perform work amounting to at least 50% of the total contract cost with his

own organization.

Contractor prequalification is not required to bid on this project; however, the award of the contract

will not be made to any bidder who, at the time of the award, is considered by the Alabama

Department of Transportation (ALDOT) to be disqualified from bidding, nor to any bidder who is

an affiliate of or has a corporate officer, director, or principal owner who is a corporate officer,

director, or owner of, another person who is presently disqualified by ALDOT. Further details

and definitions regarding this provision are included in Section 102 of the Special Provision 18-

LPA3.

The City of Mobile reserves the right to reject any or all bids and waive informalities in the bidding.

Bids must be sealed and have the project name and number marked on the outside of the envelope.

The envelope containing bids must be addressed as follows, and delivered to Ms. Lisa Lambert,

City Clerk; City of Mobile, P. O. Box 1827, Mobile, Alabama 36633-1827; “Bid for completion

of THREE MILE CREEK GREENWAY TRAIL, City of Mobile Project No. 2022-2045-02,

in the City of Mobile, Alabama”.

PLEASE PUBLISH IN THE ISSUES NOVEMBER 13th, 20th AND 27th, 2022.

INVITATION FOR CONSTRUCTION BIDS (Treasury?Specific)

City of Mobile

(Owner/Sub?Recipient)

Separate Sealed Bids for the Construction of (detailed description):

Construction activities include all activities necessary to complete specific trail segment, including

actual trail construction, sitework, bridge / pedestrian crossings, lighting, landscaping and trail

amenities (water fountains, benches, and signage).

will be received by _________The City of Mobile________________ herein called the “Owner”. sealed bids may be

submitted at the office of the City Clerk, 9th Floor South Tower, Government Plaza, 205 Government Street, Mobile,

Alabama, 36602, until 2:30pm (CST) local time on January 4, 2023, after which time bids will be publicly opened and

read aloud.

The PLANS, SPECIFICATIONS and CONTRACT DOCUMENTS may be examined and/or acquired at the following locations:

1. City of Mobile, Department of Program & Project Management, Government Plaza, 2nd Floor, 205

Government Street, Mobile, AL 36633

(Owner)

2. Dix.Hite+Partners, 1109 22nd Street South, Birmingham, AL 35205

(Owner’s Consulting Engineer’s Office)

The BID SCHEDULE may be examined at the following locations:

www.cityofmobile.org/bids/

or

Alabama Department of Economic and Community Affairs

Office of Minority Business Enterprise

401 Adams Avenue

Montgomery, AL 36104

Any contract awarded under this Invitation for Bids may be paid for in whole or in part with grant funding from the United

States Department of the Treasury (“Treasury”) and the Alabama Department of Conservation and Natural Resources

(“ADCNR”) under the Resources and Ecosystems Sustainability, Tourist Opportunities, and Revived Economies of the Gulf

Coast States Act of 2012 (RESTORE Act). Any contract resulting from this solicitation will be subject to the terms and

conditions of the funding award, the RESTORE Act Financial Assistance Standard Terms and Conditions and Program?Specific

Terms and Conditions, the Standard Sub?Award Terms and Conditions, the RESTORE Act, 33 U. S. C. 1321(t), Treasury

Regulations 31 C. F. R. § 34 et seq., including 31 C. F. R. §§ 34, Subpart D, all applicable terms and conditions in 2 C. F. R. Part

200 (including Appendix II to Part 200), and all other OMB circulars, executive orders or other federal laws or regulations, as

applicable. Notwithstanding the above, neither ADCNR nor Treasury, or any of their agents, representatives, or employees, is

or will be a party to this Invitation for Bids or any resulting contract. Further, any contractor awarded a contract under this

Invitation for Bids shall not be deemed to be an agent, representative, employee or servant of ADCNR or Treasury.

Minority and women’s business enterprises are solicited to bid on this contract as prime contractors and are encouraged to

make inquiries regarding potential subcontracting opportunities and equipment, material and/or supply needs.

All bidders must make positive efforts to use small and minority owned business and women business enterprises.


Please Click for File Attachment

Please Click for Addendum 1 Attachment

Please Click for Addendum 2 Attachment

It is the responsibility of the BIDDER to check for, download and to include with their BID RESPONSE any and all ADDENDUMS that are issued for a specific BID issued by the City of Mobile. Failure to download and include ADDENDUM(s) in your BID RESPONSE may cause your bid to be rejected. This is a sealed bid. Any responses faxed or e-mailed will be rejected. This is a sealed bid. All responses must be submitted in a sealed envelope with the bid number on the outside of the envelope with the bid opening date. Any response that arrives improperly marked or with no bid number and opening date on the outside of the delivery or express package and opened in error will be rejected and not considered. It is the responsibility of the bidder to insure that their bid response is delivered to and received in the at the location or address specifically directed in the specification by the date and time prescribed.

Back to Bids