Bids
Lighting for Japanese Gardens and Segment 1 of the Three Mile Creek Greenway Trail
Program and Project Management
Bid #: 2025-2045-01
Date Posted: Wednesday, Jul 23, 2025
Date Due: Wednesday, Aug 27, 2025
Time of bid opening: 2:30pm
Please note that bid opening has been moved to 8/27/25 at 2:30pm in the Commission Conference Chamber in the Atrium.
ADVERTISEMENT FOR BIDS
Notice to Contractors:
Sealed bids will be received by the City Clerk of the City of Mobile, Alabama, 205 Government Street, 9th Floor South Tower, until 2:30 PM CT, August 13, 2025 and then publicly opened and read in the Government Plaza, Atrium, Commission Conference Chamber, for constructing:
Project Name: Lighting for Japanese Gardens and Segment 1 of the Three Mile Creek Greenway Trail
Project No: 2025-2045-01
Project Description: This work shall consist of furnishing and installing the lighting system for the Japanese Gardens Trailhead and Segment 1 of the Greenway Trail in the City of Mobile, AL.
Use of Gender. The use of any gender herein shall be deemed or include the other genders, and the use of the singular herein shall be deemed to be or include the plural (and vise versa), wherever appropriate.
Plans and contract documents may be obtained from the office of Programs and Project Management upon payment of $ 25.00 by contacting the Project Manager at steve.ogburn@cityofmobile.org or 251.208.7496. This 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 August 1, 2025 at 12pm CT.
Mandatory Pre-Bid Conference will be held at Government Plaza, Commission Conference Chamber, Atrium, 205 Government Street, Mobile Alabama 36602, on July 30, 2025 at 10AM CT. Significant items related to the proposed construction will be explained. 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 walk-through will take place immediately following the pre-bid meeting (meet at Japanese Gardens; 11:30am).
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 (i.e. entire contract document).
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 $10,000), 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.
This project is being bid EXCLUDING TAXES and requires the Contractor to comply with applicable provisions of Section 11-2A-14.1, Code of Alabama, 1975, as amended; applicable provisions of the Alabama Administrative Code; and applicable requirements of the Alabama Department of Revenue (ADOR).
All bidders must make positive efforts to use small and minority owned business and women business enterprises. 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. Bidders must pay special attention to the requirements of the City of Mobile Subcontractor and Major Supplier Plan. The City of Mobile requires that bidders comply with City Ordinance 4-034-2018 Chapter. Refer to the City of Mobile’s Subcontractor and Major Supplier Plan included in the bid package for detailed language (Attachment C).
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 2022 Edition.
Bidders must be licensed Contractors in the State of Alabama pursuant to Sections 34-8-1 through 34-8-27 of the Code of Alabama of 1975 as amended, and shall indicate State License Number on outside of bid envelope. Any contractor that desires to bid as a prime contractor must possess a Municipal & Utility (MU) Major Classification or a Highways & Streets (HS) Major Classification per Section 230-X-.27 of the State of Alabama Licensing Board for General Contractors Administrative Code. The bidder must not be disqualified from bidding on ALDOT projects at the time of the Pre-Bid Conference.
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. The City of Mobile reserves the right to reject any and 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 City Clerk; City of Mobile, Government Plaza, 9th Floor, South Tower, Mobile Alabama 36602; “Bid for completion of Lighting for Japanese Gardens and Segment 1 of the Three Mile Creek Greenway Trail, City of Mobile Project No. 2025-2045-01, in the City of Mobile, Alabama.”
Please Click for File Attachment
Please Click for Addendum 1 Attachment
Please Click for Addendum 2 Attachment
Please Click for Addendum 3 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.