Traffic Signal Upgrades (East Broad & Turner Field

Agency: City of Albany
State: Georgia
Type of Government: State & Local
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Mar 6, 2024
Due: Mar 22, 2024
Solicitation No: 24-042
Publication URL: To access bid details, please log in.
Number Bid Name Pre-Bid Bid Opening Bid Tabulation
24-042 Traffic Signal Upgrades (East Broad & Turner Field 02/29 03/22/2024

Attachment Preview

03/06/2024
TO: All Potential Bidders
SUBJECT: Traffic Signal Upgrades East Broad & Turner Field
Bid Ref. #24-042
Bid Opening Date & Time: March 22, 2024 @ 2:30 p.m. UPDATED DATE
ADDENDUM NO. 1
The items contained in this addendum are added to and/or deleted from and become part of the
specifications and proposal documents for the above-referenced Invitation to Bid. Bidders must
acknowledge receipt of the Addendum on the Bid Form, located in the invitation to bid, when
the bids are submitted.
ADD/DELETE:
DELETE:
Sealed Bids will be received by the City of Albany, Procurement Division, 222 Pine Avenue, Suite 260,
Albany, Georgia 31701, until 2:30 p.m. on March 14, 2024
The deadline for questions is March 07, 2024, at 2:30 p.m.
ADD:
Sealed Bids will be received by the City of Albany, Procurement Division, 222 Pine Avenue, Suite 260,
Albany, Georgia 31701, until 2:30 p.m. on March 22, 2024
The deadline for questions is March 14, 2024, at 2:30 p.m.
QUESTIONS & ANSWERS
Question 1: Please let us know which camera system you guys would prefer to use between Axis or Cohu?
Answer 1: Prefer Axis Q6075-E.
Question 2: Are you seeking a contractor for both projects, PART I - PAVING, GRADING & DRAINAGE,
PAVEMENT MARKINGS, AND SIGNS, as well as PART II - TRAFFIC SIGNAL IMPROVEMENTS? Or is bidding
solely for part 2 acceptable?
FINANCE
P.O. BOX 447 ALBANY, GA 31702 | PHONE: 229.431.3211 | FAX: 229.431.2184 | www.albanyga.gov
Answer 2: The vendor can bid on part I or part II independently. If only one part is bid the vendor must
be willing to coordinate with the vendor awarded with the other work to complete minor parts of the
project. The bid form has been re-worked to accommodate two separate bids and is available at the link
below labeled “24-42_Bid_Form_Addendum_1”:
https://www.dropbox.com/scl/fo/7yijgir7aym1omif1xi8e/h?rlkey=7lbsjc5ok6xfezvp97u2qp87u&dl=0
End of Addendum 1
Cc: Ken Breedlove, Traffic Engineer
Scott Tennison, Sales Tax Project Manager
Walt Tompkins, Engineering
Ricky Gladney
Ricky Gladney, Buyer
FINANCE
P.O. BOX 447 ALBANY, GA 31702 | PHONE: 229.431.3211 | FAX: 229.431.2184 | www.albanyga.gov
January 31, 2024
INVITATION TO BID
Traffic Signal Upgrades
East Broad & Turner Field
Bid Reference No. 24-042
Sealed Bids will be received by the City of Albany, Procurement Division, 222 Pine Avenue, Suite 260,
Albany, Georgia 31701, until 2:30 p.m. on March 14, 2024, for all work required for traffic signal and
pedestrian crossing upgrades to the street intersection of East Broad Avenue Turner Field Road located
in Albany, GA in accordance with bid documents, specifications, and all other contract documents.
A Pre-Bid Conference will be held on February 29, 2024, at 10:00 a.m. at 222 Pine Avenue, Suite
260, Albany, Georgia 31701 and virtually at the same time and date, link:
https://us06web.zoom.us/j/82948949270?pwd=84xYP9y2c4lR36Psbvca3pGxP9RWa8.1
Meeting ID: 829 4894 9270 Passcode: 010723 (see page 8 for link) The Project Manager will
provide an overview of the work to be performed and answer questions. All interested bidders are
strongly encouraged to attend.
This project will be bid on a lump sum basis for all specified work and will be awarded to the responsive
and responsible bidder submitting the lowest total base bid. A 5% Bid Bond is required of all
bidders. Bid bond must be present for bid to be read or considered. 100% Performance and Payment
bonds will be required of the successful bidder.
The City of Albany strongly encourages Small Business firms to participate in this bid. The City of Albany
reserves the right to reject any and all bids and to waive any informalities in the bidding process. Bid
documents are available at the Procurement Division, www.albanyga.gov and on the Georgia
Procurement Registry.
For additional information, contact Ricky Gladney, Buyer I, at (229) 431-3211. Submit all questions via
email to rgladney@albanyga.gov cc: jswilliams@albanyga.gov and kross@albanyga.gov. The deadline for
questions is March 07, 2024, at 2:30 p.m. Replies of substance will be answered in the form of an
addendum and made available to all potential bidders.
City of Albany,
Joshua Williams
Joshua Williams, CPPB
Procurement Manager
FINANCE
P.O. BOX 447 ALBANY, GA 31702 | PHONE: 229.431.3211 | FAX: 229.431.2184 | www.albanyga.gov
CITY OF ALBANY
FINANCE DEPARTMENT
PROCUREMENT DIVISION
ALBANY, GEORGIA
INSTRUCTIONS TO BIDDERS
These instructions will bind bidders to terms and conditions herein set forth, except as specifically qualified in special bid and
contract terms issued with any individual bid.
1. The following criteria are used in determining low responsible bidder.
(a) The ability, capacity and skill of bidder to perform required service.
(b) Whether bidder can perform service promptly or within specified time.
(c) The character, integrity, reputation, judgment, experience and efficiency of bidder.
(d) The performance of previous contracts.
(e) The suitability of equipment or material for City use.
(f) The ability of bidder to provide future maintenance and parts service.
2. Payment terms are Net 30 unless otherwise specified. Favorable term discounts may be offered and will be considered in
determining low bids if they are deemed advantageous to The City.
3. Unless otherwise specified all materials, supplies or equipment quoted herein must be delivered within thirty (30) days from
date of notification of award or by exception noted on bid sheet.
4. Prospective bidders are responsible for examining the location of the proposed work or delivery and determining, in their
own way, the difficulties, which are likely to be encountered in the execution of same.
5. The ESTIMATED QUANTITY given in the specifications or advertisement is for the purpose of bidding only. The City may
purchase more or less than the estimated quantity, and the bidder must not assume that such estimated quantity is part of
the contract.
6. All bids should be tabulated, totaled and checked for accuracy. The unit price will prevail in case of errors.
7. All requested information should be included in the sealed bid envelope. All documents and information must be signed and
included for your bid to receive full consideration. Failure to submit any required information or document will be
cause for bid to be rejected as non-responsive.
8. Failure of the bidder to sign the bid document or have the signature of any authorized representative or agent on the bid in
the space provided will be cause for rejection of the bid. Signature(s) must be written in ink.
9. Failure to enclose bid bond, where required, will result in rejection of the bid. Bond may be in the form of cash,
certified check, cashier’s check or Surety Bond issued by a Surety Company licensed to conduct business in Georgia.
10. All bidders should provide their tax identification number with the bid.
11. All bidding Corporations should provide the corporate seal, a copy of the Secretary of State’s Certificate of Incorporation,
and a listing of the principals of the corporation with the bid.
12. Quote all prices F.O.B. Albany or our warehouse or as specified in bid documents.
13. If the bidder proposes to furnish any item of a foreign make or product, he/she should write “Foreign” together with the
name of the originating country opposite such item on the bid.
14. When requested, SAMPLES will be furnished free of expense, properly marked for identification and accompanied by list
where there is more than one sample. The City reserves the right to mutilate or destroy any samples submitted whenever it
may be in the best interests of The City to do so for the purpose of testing.
15. The City will reject any material, supplies or equipment that do not meet the specifications, even though bidder lists the
trade name or names of such materials on the bid or price quotation form.
16. Any alterations, erasures, additions or omissions of required information or any changes of specifications, or bidding
schedule are done at the risk of the bidder. Any bid will be rejected that has a substantial variation, such as a variation that
affects the price, quality, or delivery date (when delivery is required by a specific time).
17. Each bid or proposal will be submitted in a SEALED ENVELOPE. Additionally, that envelope shall be clearly marked on the
outside as a Sealed Bid with the Bid Number clearly printed.
18. Bids must be received and stamped by the Procurement Office before the date and time stipulated in bid documents. The
City of Albany assumes no responsibility for submittals received after the advertised deadline or at any office or location
other than that specified herein, whether due to mail delays, courier mistake, mishandling, or any other reason. No
responsibility will attach to any City representative or employee for premature opening of bids not properly addressed or
identified.
19. If only one bid is received, the bid may be rejected and/or re-advertised, except in the case of only one known source of
supply.
20. Bids received late will not be accepted, and The City will not be responsible for late mail delivery.
21. Should a bid be misplaced by The City and found later it will be considered.
22. The unauthorized use of patented articles is done entirely at the risk of the bidder.
23. All bidders must be recognized and authorized dealers in the materials or equipment specified and be qualified to instruct in
their application or use. A bidder at any time requested must satisfy the Procurement Office and City Commission that he
has the requisite organization, capital, plant, stock, ability, and experience to satisfactorily execute the contract in
accordance with the provisions of the contract in which he is interested.
Bid Ref. #24-042
2
Traffic Signal Upgrades
24. Only the latest model equipment, as evidenced by the manufacturer’s current published literature will be considered.
Obsolete models of equipment not in production will not be acceptable. Equipment shall be composed of new parts and
materials. Any unit containing used parts or having seen any service other than the necessary tests will be rejected. In
addition to the equipment specifically called for in the specifications, all equipment catalogued by the manufacturer as
standard or required by the State of Georgia shall be furnished with the equipment. Where required by the State of Georgia
Motor Vehicle Code, vehicles shall be inspected and bear the latest inspection sticker of the Georgia Department of
Revenue.
25. All materials, equipment and supplies shall be subject to rigid inspection, under the immediate supervision of the
Procurement Officer and/or the Department to which they are delivered. If defective material, equipment or supplies are
discovered, the contractor, upon being instructed by the Procurement Officer, shall remove, or make good such material,
equipment or supplies without extra compensation. It is expressly understood and agreed that the inspection of materials
by The City will in no way lessen the responsibility of the contractor or release him from his obligation to perform and
deliver to The City sound and satisfactory materials, equipment, or supplies. The contractor agrees to pay the cost of all
tests on defective material, equipment or supplies or allow the cost to be deducted from any monies due him by The City.
26. For multi-year contracts the following clauses pursuant to OCGA 36-60-13 apply: (1) The contract shall terminate absolutely
and without further obligation on the part of The City or County at the close of the calendar year in which it was executed
and at the close of each succeeding calendar year for which it may be renewed; (2) The contract may provide for
automatic renewal unless positive action is taken by The City or County to terminate such contract, and the nature of such
action shall be determined by The City or County and specified in the contract; (3) The contract shall state the total
obligation of The City or County for the calendar year of execution and shall further state the total obligation which will be
incurred in each calendar year renewal term, if renewed; and (4) The contract shall provide that title to any supplies,
materials, equipment, or other personal property shall remain in the vendor until fully paid for by The City.
27. Unless otherwise specified The City reserves the right to award each item separately or on a lump sum basis, whichever is
in the best interest of The City.
28. The successful bidder shall secure all permits, license certificates, inspections (permanent and temporary) and occupational
tax certificate, if applicable, before any work can commence. Contractor as well as any and all known subcontractors must
possess or will be required to obtain a City of Albany Occupational Tax Certificate or Registration.
29. The successful bidder on motor vehicle equipment shall be required to furnish with delivery of vehicle, Certificate of Origin
and Georgia vendors shall provide Georgia Motor Vehicle form MV1.
30. The City reserves the right to reject any and all bids, to waive any informalities in the bid process, and to award the
contract as may be in the best interest of the City and/or re-advertise for bids.
31. Local bidder (domiciled in Albany City Limits) will receive bid in the event of tie bids. In the case of tie bids between out of
town companies or between local concerns, evaluated as equal, bid will be recommended or awarded by chance coin toss,
or drawing straws. The Board of Commissioners passed a local preference ordinance on January 27, 2015.
Where applicable, this ordinance will govern. Local preference will not be a basis for award on bids that are
federally funded.
32. No bidder writing restrictive specifications for The City will be allowed to bid on the project.
33. Reasonable grounds for supposing that any bidder is interested in more than one bid for the same item will be considered
sufficient cause for rejection of all bids in which he/she is interested.
34. A contract will not be awarded to any corporation, firm or individual who is, from any cause, in arrears to The City/County
or who has failed in any former contract with The City to perform work satisfactorily, either as to the character of the work,
the fulfillment of the guarantee, or the time consumed in completing the work.
35. It is mutually understood and agreed that if any time the Procurement Officer shall be of the opinion that the contract or
any part thereof is unnecessarily delayed or that the rate of progress or delivery is unsatisfactory, or that the contractor is
willfully violating any of the conditions or covenants of the agreement, or is executing the same in bad faith, the
Procurement Officer shall have the power to notify the aforesaid contractor of the nature of the complaint. Notification shall
constitute delivery of notice, or letter, to address given in bid/proposal. If after three working days of notification the
conditions are not corrected to the satisfaction of the Procurement Officer, he shall thereupon have the power to take
whatever action he may deem necessary to complete the work or delivery herein described, or any part thereof, and the
expense thereof, so charged, shall be deducted from any paid by The City out of such monies as may become due to the
said contractor, under and by virtue of this agreement. In case such expense shall exceed the last said sum, then and in
that event, the bondsman or the contractor, his executors, administrators, successors, or assigns, shall pay the amount of
such excess to The City on notice by the Procurement Officer of the excess due.
36. Contracts may be cancelled by The City with or without cause with 30-day written notice.
37. Any complaint from bidders relative to the Invitation to Bid or any attached specifications should be made prior to the time
of opening of bids, otherwise such complaint cannot be properly considered.
38. Any bidder may withdraw his bid at any time before the time set for opening of bids. No bid may be withdrawn without
cause in the 60-day period after bids are opened.
39. All questions, inquiries and requests for clarification shall be directed to Procurement.
40. Prior to submission, all bidders are encouraged to check the website at www.albanyga.gov or call the
Procurement Office at 229-431-3211 for any addendums.
PROCUREMENT FORM - Revised 11/18/2021
Bid Ref. #24-042
3
Traffic Signal Upgrades
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.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Request for Information (RFI) Active Contract Opportunity Notice ID AFCEC24R0002 Related Notice

Federal Agency

Bid Due: 6/08/2024

Follow USACE National Dredging Meeting, 5-6 June 2024 Active Contract Opportunity Notice ID

Federal Agency

Bid Due: 5/10/2024

Event Details Event ID Event Type Event Status Purchase Type Category Type Government

State Government of Georgia

Bid Due: 5/08/2024

Event Details Event ID Event Type Event Status Purchase Type Category Type Government

State Government of Georgia

Bid Due: 5/06/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.