
City of
Open Bids
The City of Spanish Fort has the following open bids:
POLICE PORTABLE TRAINING FACILITY
March 18, 2025
The City of Spanish Fort is accepting bids for the attached specifications for a portable training facility for police training. Sealed bids will be received by the City of Spanish Fort at the office of the City Clerk in Spanish Fort until 2:45 p.m. on April 3, 2025, at which time they will be opened as soon thereafter as practicable. Please affix “BID -- SFPD Portable Training Facility” on the outside of your return envelope. Faxed bids or emailed bids will not be accepted or considered.
Bid response must be in ink or typed with original signature. No errors will be corrected after bids are opened. The City of Spanish Fort reserves the right to accept or reject all bids or any portion thereof. The City reserves the right to award single or multiple bids in the best interest of the City to one or more bidders based on availability and any other factors determined by the City.
Your sealed bid should be submitted to the following no later than 2:45 p.m. on Thursday, April 3, 2025:
City Of Spanish Fort
Attn: BID -- SFPD Police Lights and Equipment
7361 Spanish Fort Boulevard
Spanish Fort, Alabama 36527
Please feel free to contact City Clerk, Rebecca A. Gaines at 251-626-4884 or cityclerk@cityofspanishfort.com with any questions concerning the general bid procedures or specification.
Click here to view the bid advertisement and specifications.
POLICE VEHICLE LIGHTS AND EQUIPMENT
March 18, 2025
The City of Spanish Fort is accepting bids for the attached specifications for lighting and equipment for police vehicles. Sealed bids will be received by the City of Spanish Fort at the office of the City Clerk in Spanish Fort until 2:30 p.m. on April 3, 2025, at which time they will be opened as soon thereafter as practicable. Please affix “BID -- SFPD Police Lights and Equipment” on the outside of your return envelope. Faxed bids or emailed bids will not be accepted or considered.
Bid response must be in ink or typed with original signature. No errors will be corrected after bids are opened. The City of Spanish Fort reserves the right to accept or reject all bids or any portion thereof. The City reserves the right to award single or multiple bids in the best interest of the City to one or more bidders based on availability and any other factors determined by the City.
Your sealed bid should be submitted to the following no later than 2:30 p.m. on Thursday, April 3, 2025:
City Of Spanish Fort
Attn: BID -- SFPD Police Lights and Equipment
7361 Spanish Fort Boulevard
Spanish Fort, Alabama 36527
Please feel free to contact City Clerk, Rebecca A. Gaines at 251-626-4884 or cityclerk@cityofspanishfort.com with any questions concerning the general bid procedures or specification
Click here to view the bid advertisement and specifications.
ADDENDUM NO. 3
March 17, 2025
COOPERATIVE DISTRICT OF THE CITY OF SPANISH FORT EASTERN SHORE BLVD & DR MEDIAN LANDSCAPING & IRRIGATION
THE CONTRACT DOCUMENTS AND SPECIFICATIONS SHALL BE CHANGED AS FOLLOWS:
I. Section I, Advertisement for Bid, Bid Date has been rescheduled from March 19th, 2025, at 2:00 p.m. to March 26, 2025, at 1:00 p.m. local time.
Click here to view the addendum.
ADDENDUM NO. 2
March 11, 2025
COOPERATIVE DISTRICT OF THE CITY OF SPANISH FORT EASTERN SHORE BLVD & DR MEDIAN LANDSCAPING & IRRIGATION
THE CONTRACT DOCUMENTS AND SPECIFICATIONS SHALL BE CHANGED AS FOLLOWS:
1. Section I, Advertisement for Bid, Bid Date has been rescheduled from March 12th, 2025, at 3:00 p.m. to March 19, 2025, at 2:00 p.m. local time.
Click here to view the addendum.
ADDENDUM NO. 1
March 3, 2025
COOPERATIVE DISTRICT OF THE CITY OF SPANISH FORT
EASTERN SHORE BLVD & DR MEDIAN LANDSCAPING & IRRIGATION
THE CONTRACT DOCUMENTS AND SPECIFICATIONS SHALL BE CHANGED AS FOLLOWS:
I. Section I, Advertisement for Bid, Bid Date has been rescheduled from March 5th, 202S, at 2:00 p.m. to March 12, 202S, at 3:00 p.m. local time.
Click here to view the notice.
REQUEST FOR PROPOSAL
City of Spanish Fort
General Obligation Warrant, 2025
A copy of the RFP shown below is available here.
February 21, 2025
General Information
The City of Spanish Fort (the “City”) is seeking a proposal from financial institutions for financing
up to a $2,000,000.00 General Obligation Warrant for the purpose of financing the purchase of certain parcels of real property as well as financing an E-One Typhoon Q# 97545 fire truck.
The proposal is due on or before March 7, 2025, not later than 12:00 noon, Central Time.
Plan of Financing
The Warrant will constitute a general obligation of the City, secured by a pledge of the full faith and credit of the City. The Warrant will be issued pursuant to an ordinance of the City Council of the City.
Closing and delivery of the Warrants is expected to occur not later than June 3, 2025.
The Warrant will be amortized over a period ending May 15, 2035, with principal and interest payable in monthly installments commencing June 15, 2025. Interest will be calculated on the basis of actual days elapsed and a 365/366 day year.
The City prefers that the Warrant be subject to redemption at par, in whole or in part, at its option, at any time. It will consider a proposal, however, that does not permit optional redemption, or that provides for a redemption premium stated as a percentage of the amount of principal prepaid and redeemed.
The Warrant will bear interest that is excludable from income for purposes of federal income tax and is exempt from Alabama income tax. In addition, each Warrant will be a “qualified tax-exempt obligation” under Section 265(b) of the Internal Revenue Code of 1986, as amended (that is, a “bank-qualified obligation”). From and after the occurrence of a “Determination of Taxability,” as that term is defined in the form of authorizing ordinance, the Warrant shall provide for payment of interest at a taxable rate, effective as of the date interest on the Warrant becomes subject to federal income taxation.
The form of authorizing ordinance for the Warrant provides for certain covenants and agreements on the part of the City, including an obligation to provide annual audit financial statements upon receipt of the audit report by the City. In addition, the City will deliver, at the time of closing for each Warrant, the following:
(i) An opinion of Hand Arendall LLC, as bond counsel, with respect to the validity of the Warrant and the excludability of interest on the Warrant for purposes of federal income taxation;
(ii) A certified copy of the authorizing ordinance with respect to the Warrant; and
(iii) A transcript of the remaining documents and certificates delivered at closing.
Special Provisions
The City may elect to borrow less than the entire principal amount of the Warrant, or not to issue the Warrant at all. That determination is expected to be made by the City at a City Council meeting on or after March 17, 2025.
Proceeds of the Warrant will be drawn by the City at or near the closing date, but no later than September 30, 2025. The City expects that the only requirement for each draw would be a draw request executed by the Mayor or another authorized officer, and that proceeds as drawn would be deposited in an account of the City maintained with the lender. Any proposal with respect to the Warrant should specify whether there is any fee or other cost with respect to either undrawn proceeds or the draw process.
Available Information
The City’s financial statements for the year ending September 30, 2023, are available from the City. Please contact Rebecca A. Gaines, City Clerk, at 251-626-4884. Certain additional information is available at the City’s website: www.cityofspanishfort.com. Any questions or requests for additional information should be directed to: David Conner, City Attorney, email: dconner@blackburnpc.com; phone: 251-421-1720 with a copy to Rebecca A. Gaines, City Clerk by email to cityclerk@spanishfortal.gov or by telephone to 251-626-4884.
Proposal
Proposal for the Warrant should indicate:
(a) A single, fixed rate of interest based on a based on a 10-year term to be borne by the Warrant throughout its term, valid until a date not earlier than June 3, 2025.
(b) The amount of the anticipated monthly payment for ten years.
(c) A taxable rate or rates of interest to be borne by the Warrant upon occurrence of any Determination of Taxability.
(d) Any restrictions on redemption or redemption premium charged upon any partial or total redemption.
(e) Any additional covenants or provisions.
(f) The name and contact information (phone and email) for the responsible person with respect to the proposal.
Proposal may include additional required covenants or undertakings by the City, but the City expressly advises that any special covenant or provision may cause a proposal to be rejected.
Additional Requirements
No proposal will be considered which is subject to additional credit approvals or other conditions other than as stated above.
Proposal should not be made subject to any requirement of additional business relationships.
The City will pay the costs of delivering the Warrant, including the fees and expenses of bond counsel. The City will not bear the costs of any proposer or the closing costs or expenses incurred by the lender. Without limiting the generality of the foregoing, the City will not bear any legal expense incurred by the lender.
The successful proposer will be expected to deliver such receipt and certificate as necessary and appropriate in connection with the closing of the transaction for the Warrant, including, without limitation:
(i) An investment letter including representations to the effect that the lender (A) has sufficient knowledge and experience in financial and other business matters to make it capable of evaluating the merits and risks of making the loan evidenced by the Warrant and (B) is not acquiring the Warrant with a view to distributing the Warrant or any interest therein, and otherwise in form and substance reasonably satisfactory to the City and its bond counsel;
(ii) The arbitrage yield on the Warrant for federal tax purposes and the weighted average maturity of the Warrant;
(iii) A receipt for the Warrant.
Submission of Proposal and Selection of Successful Proposal
Proposal should be submitted to Rebecca A. Gaines, City Clerk:
By hand delivery:
City of Spanish Fort
Attn: Rebecca A. Gaines
7361 Spanish Fort Blvd.
Spanish Fort, Alabama 36527
By email: cityclerk@spanishfortal.gov
In all cases copies of each proposal should be delivered via email to:
and to:
dconner@blackburnpc.com
Proposals are due not later than 12:00 noon, Central Time, on March 7, 2025.
The City expects to notify the financial institution submitting the preferred proposal no later than 2:00 p.m., Central Time, on the second business day following the due date for proposals. The selection of the successful proposal shall be in the sole discretion of the City, taking into consideration such factors as it shall deem appropriate. The City may reject all proposals, in its sole discretion.
Award to the successful bidder for the Warrant shall be contingent upon adoption by the City Council of the City of the authorizing ordinance approving the issuance of such Warrant, expected to occur on or before May 30, 2025. Upon approval of the respective authorizing ordinance the City will execute and deliver an award notification confirming the award.
ADVERTISEMENT FOR BIDS (CORRECTED)
February 21, 2025
Sealed bids will be received by the City of Spanish Fort at 7361 Spanish Fort Boulevard, Spanish Fort Alabama 36527 until 2:00 p.m. CST on Wednesday, March 12, 2025, and then publicly opened and read in the Council Chambers for:
City of Spanish Fort
Spanish Fort Estates Sidewalk Phase I
A copy of the bid advertisement below may be viewed here.
This project consists of: A base bid to construct 750 SY of 5-foot-wide sidewalk along Spanish Main. Construction of concrete sidewalks, ADA improvements and miscellaneous drainage improvements.
A total of Thirty (30) working days will be allowed for completion of work.
Drawings and specifications may be obtained at Sawgrass Consulting, LLC, 30673 Sgt. E.I. “Boots” Thomas Dr., Spanish Fort, Alabama, 36527 for a non-refundable fee of $85.00. Neither Owner nor Engineer will be responsible for full or partial sets of Bidding Documents, including Addenda, if any, obtained from sources other than this office. For more information, call (251) 544-7900 or email egodwin@sawgrassllc.com and/or tscheer@sawgrassllc.com. Prospective bidders may examine the Bidding Documents at this office Monday through Friday between 9:00 a.m. and 4:00 p.m.
A mandatory pre-bid conference will be held in the Council Chambers at the Spanish Fort Community Center at 2:30 p.m. on Wednesday March 5, 2025. In the pre-bid conference, the City of Spanish Fort will review the scope of work and the desired result.
To be eligible for consideration, bids must be submitted on complete original proposal forms found in the Invitation to Bid package. The complete bid packet and all executed bid forms must be submitted in a sealed envelope, clearly marked, identifying the Contractor’s license number, the Contractor’s name and address, the bid name, and the date of the bid opening. It shall be the sole responsibility of the bidder to assure receipt of the bid at Spanish Fort Community Center prior to the published time for the bid opening. The envelopes must also be “Date and Time” stamped at the receptionist’s desk when the bid packages are turned in.
All Bidders must file with their bids either a cashier’s check drawn on an Alabama bank or a bid bond executed by a surety company duly authorized and qualified to make bonds in the State of Alabama and made payable to the Cooperative District of the City of Spanish Fort in the amount of five (5%) percent of the Contractor’s bid but in no event more than $10,000, and shall have a current State of Alabama General Contractors License. Furthermore, any Contractor that desires to bid as prime Contractor must have at least one of the following major classifications of license per Section 230-X-.27 of the State of Alabama Licensing Board for General Contractors Administrative Code:
a) Highways and Streets
b) Municipal and Utility
c) Heavy and Rail Construction
If awarded the bid and prior to beginning work, the Contractor is required to have a current City of Spanish Fort Business License, furnish a Certificate of General Liability Insurance and Workers Compensation Insurance, and proof of Automobile General Liability Insurance. Insurance Certificate provided to the Cooperative District of the City of Spanish Fort shall list the Cooperative District of the City of Spanish Fort and the City of Spanish Fort as an additional insured. A Performance Bond and Payment Bond must be executed upon award of the bid with a penalty equal to one hundred (100%) percent of the amount of the contract price. If the successful bidder’s award amount is $50,000.00 or greater, a background check will be performed per the Cooperative District of the City of Spanish Fort General Conditions.
All bidders bidding in amounts exceeding that established by the State Licensing Board for General Contractors must be licensed under the provisions of Title 34, Chapter 8, Code of Alabama, 1975, and must provide evidence by including a copy of his or her current license in the sealed envelope in which the proposal is delivered.
The City of Spanish Fort reserves the right to accept or reject any or all bids and to waive technical errors if, in the Cooperative District of the City of Spanish Fort judgment, the best interests of the Cooperative District of the City of Spanish Fort will thereby be promoted.
Owner: Cooperative District of the City of Spanish Fort
ADVERTISEMENT FOR BIDS
Sealed bids will be received by the Cooperative District of the City of Spanish Fort at 7361 Spanish Fort Boulevard, Spanish Fort Alabama 36527 until 2:00 p.m. CST on Wednesday, March 5, 2025, and then publicly opened and read in the Council Chambers for:
Eastern Shore Blvd & Eastern Shore Drive Median Landscaping & Irrigation
A copy of the bid advertisement below may be seen here.
This project consists of: the demolition of the existing sod/vegetation in the current medians, along with the installation of new plant material and an underground irrigation system.
A total of forty -two (42) working days will be allowed for completion of work.
Drawings and specifications may be obtained at Sawgrass Consulting, LLC, 30673 Sgt. E.I. “Boots” Thomas Dr., Spanish Fort, Alabama, 36527 for a non-refundable fee of $85.00. Neither Owner nor Engineer will be responsible for full or partial sets of Bidding Documents, including Addenda, if any, obtained from sources other than this office. For more information, call (251) 544-7900 or email egodwin@sawgrassllc.com and/or tscheer@sawgrassllc.com. Prospective bidders may examine the Bidding Documents at this office Monday through Friday between 9:00 a.m. and 4:00 p.m.
A mandatory pre-bid conference will be held in the Council Chambers at the Spanish Fort Community Center at 2:00 p.m. on Wednesday February 26, 2025. In the pre-bid conference, the Cooperative District of the City of Spanish Fort will review the scope of work and the desired result.
To be eligible for consideration, bids must be submitted on complete original proposal forms found in the Invitation to Bid package. The complete bid packet and all executed bid forms must be submitted in a sealed envelope, clearly marked, identifying the Contractor’s license number, the Contractor’s name and address, the bid name, and the date of the bid opening. It shall be the sole responsibility of the bidder to assure receipt of the bid at Spanish Fort Community Center prior to the published time for the bid opening. The envelopes must also be “Date and Time” stamped at the receptionist’s desk when the bid packages are turned in.
All Bidders must file with their bids either a cashier’s check drawn on an Alabama bank or a bid bond executed by a surety company duly authorized and qualified to make bonds in the State of Alabama and made payable to the Cooperative District of the City of Spanish Fort in the amount of five (5%) percent of the Contractor’s bid but in no event more than $10,000, and shall have a current State of Alabama General Contractors License. Furthermore, any Contractor that desires to bid as prime Contractor must have at least one of the following major classifications of license per Section 230-X-.27 of the State of Alabama Licensing Board for General Contractors Administrative Code:
a) SC; Irrigation & SC; Landscaping
If awarded the bid and prior to beginning work, the Contractor is required to have a current City of Spanish Fort Business License, furnish a Certificate of General Liability Insurance and Workers Compensation Insurance, and proof of Automobile General Liability Insurance. Insurance Certificate provided to the Cooperative District of the City of Spanish Fort shall list the Cooperative District of the City of Spanish Fort and the City of Spanish Fort as an additional insured. A Performance Bond and Payment Bond must be executed upon award of the bid with a penalty equal to one hundred (100%) percent of the amount of the contract price. If the successful bidder’s award amount is $50,000.00 or greater, a background check will be performed per the Cooperative District of the City of Spanish Fort General Conditions.
All bidders bidding in amounts exceeding that established by the State Licensing Board for General Contractors must be licensed under the provisions of Title 34, Chapter 8, Code of Alabama, 1975, and must provide evidence by including a copy of his or her current license in the sealed envelope in which the proposal is delivered.
The Cooperative District of the City of Spanish Fort reserves the right to accept or reject any or all bids and to waive technical errors if, in the Cooperative District of the City of Spanish Fort judgment, the best interests of the Cooperative District of the City of Spanish Fort will thereby be promoted.
Owner: Cooperative District of the City of Spanish Fort
CLOSED BIDS
Spanish Fort Center Pickleball Complex Addendum 1
January 14, 2025
Addendum #1
To: All Bidders
From: Nick Combs
Date: January 14, 2025
RE: Spanish Fort Center Pickleball Complex
General
A copy of the following addendum can be found by clicking here.
• The project shall be completed in 120 calendar days following a 15 day Notice to Proceed Period.
• Contractor shall coordinate with the City of Spanish Fort to relocate exercise equipment from
within the project footprint.
• Access to the park shall be maintained at all times.
• Contractor shall coordinate court surface color options with the City and Engineer prior to
placement.
• The contractor shall be responsible for repairing/replacing any damaged asphalt and/or concrete
within the staging area and/or along the haul route.
• This project is being re-bid in an effort to reduce construction costs and includes the following
revisions from the originally bid project plans and specifications:
o Asphalt base replaced Post-Tension Concrete Slab
o Acrytech Standard Sport Surfacing System for asphalt courts required in lieu of
Picklemaster Five Layer Cushion System.
o The new fence heights are 8’ and 4’
o Reduced tables and seating
o Revised the Shade Sail Structure
• Superior Shade, back-to-back square cantilever umbrella shade, is approved as an alternate to
USA- Shade product specified.
• Putterman Net Posts and netting will be allowed as a substitute
• Ball Fabrics: Extreme Windscreen will be allowed as a substitute
• Light Pole Depot Direct Burial Pole will be allowed as a substitute
• Medina Power ARL LED Area Light will be allowed as a substitute
• RAB Bullhorn Bracket will be allowed as a substitute
• RAB LED luminaire A17-3T375 will be allowed as a substitute
• RAB Lighting PTR6-07-20WT light pole will be allowed as a substitute
• The Instructions to Bidders Article 8: Bid Security Section 8.01 is hereby amended as follows: A
Bid must be accompanied by Bid security made payable to Owner in an amount of 5 percent of
Bidder’s maximum Bid price (determined by adding the base bid and all alternates), but in no
event exceeding $10,000, and in the form of a certified check, bank money order, or a Bid bond
(on the form included in the Bidding Documents) issued by a surety meeting the requirements
of Paragraphs 6.01 and 6.02 of the General Conditions.
RFI Response Log
The following clarifications are issued in response to Requests for Information received from all bidders
as of the date of this letter:
1. The specifications still says PickleMaster Standard ProCushion System but the detail in the
drawings shows Acrytech Surface System. Which should we follow?
• The standard Acrytech Surface System or approved equal should be used.
2. Spec 312000 Earth Moving Section 3.3 A states “the proposed new construction area shall be
undercut to a depth of 2 feet and extend 3 feet beyond the proposed perimeter of the building”
but the Geotech report only states 12” of undercut in the hatched area in Appendix A. Please
clarify.
• The contractor will be required to undercut and backfill with structural fill 12” as
indicated in the geotechnical report. The limits of undercutting shall be the entire
project footprint beginning along the fence line separating courts 4 and 5 (numbered
from west to east; Wheelchair/adaptive court being court #6) and proceeding to the
east.
3. Confirm Irrigation Sleeves are 2 pipes since there are two lines shown.
• The lines shown are representative of a single pipe
4. The fence details still show 7’ and 3.5’. but your email said y’all switched to 8’ and 4’. Provide
update.
• Fencing shall be 8’ and 4’
5. How does the raised bed drain? The plan shows 8” PVC storm pipe going to it but no details are
given.
• The raised planter bed does not have an impervious bottom and will percolate into the
soil.
6. I want to confirm that the Duratrench, that is installed against the existing concrete, will free
drain into the grass. I don’t see where it connects to any storm drainage.
• It is the intent for the required trench drain to extend around the entire perimeter of
the raised planter and connect to the 8” pvc beneath grade and empty into the required
grate inlet to the west.
7. Is this job tax exempt.
• Project is eligible for tax exemption. The contractor shall coordinate with the City to
obtain tax exemption documentation.
8. What is the project start date?
• It is the desire of the City to begin construction as soon as possible after contract
execution. The contractor will have 15 days before time charges commence following
Notice to Proceed.
9. Geotech report indicates that 12” of undercut will “likely” be required in the hatched area in
Appendix A. Should we include that in our base bid or set up a unit price for undercutting?
• The contractor will be required to undercut and backfill with structural fill 12” as
indicated in the geotechnical report. The limits of undercutting shall be the entire
project footprint beginning along the fence line separating courts 4 and 5 (numbered
from west to east; Wheelchair/adaptive court being court #6) and proceeding to the
east.
10. The slotted trench drain does not appear to tie into the 8” PVC pipe that running next to it on
Sheet C300. Can you provide clarity on if that water is supposed to go somewhere?
• It is the intent for the required trench drain to extend around the entire perimeter of
the raised planter and connect to the 8” pvc beneath grade and empty into the required
grate inlet to the west.
11. Sheet LF100 references Note 32-06 Paddle Post but does not show it anywhere on the court. I am
assuming it’s one per court? Just need the location.
• Item 32-06 is the courtmaster pickleball post and net package and includes 2 posts and 1
net per court.
12. I didn’t see a new curb install called out to replace the curb after we demo it on the street. Should
we include it?
• It shall be the responsibility of the contractor to replace the combination curb & gutter.
13. Are you requiring the fence to have a 9-gauge core, or a 9-gauge finish?
• 9-gauge core with an 8 gauge finish will be required.
14. 3 ½’’ steel fence posts are not available. Can we use standard 2 7/8’’ gate and terminal posts and
2 3/8’’ Schedule 40 or SS40 line posts?
• 2 7/8” and 2 3/8” Posts will be allowed. SS 40 and Schedule 40 posts will both be allowed.
15. Windscreen is standard height of 6’ installed to leave 1’ at the top and bottom of 8’ fencing. 7’
is a custom cut product. Wind boxes (instead of billow tabs) are usually hemmed and installed
every 10’. Can standard 6’ be approved?
• Wind boxes and 6’ windscreen will be allowed
16. The specifications call for a cushion system. Should a cushion system or standard surface system
(2 coats of acrylic resurfacer and 2 coats of acrylic color) be used (specs attached)?
• It is the intent for the standard Acrytech Surface system (as described or approved equal)
to be specified. The cushioned system will not be required.
17. Standard size of mid rail is 1 5/8” (.065) but is not recommended by the ASBA due to possible
player injury. Should this be omitted?
• The mid rail will be required, but the standard 1 5/8” rail will be allowed.
18. Top and bottom rail are standard 1 5/8” (.065).
• 1 5/8” Top and Bottom rail will be allowed.
19. Can truss rods be substituted for angled corner bracing?
• Truss rods will be allowed as a replacement for the corner bracing
20. Cages are usually not required for net posts and fence posts foundations. Should we include?
• Rebar cages will not be required at net and fence post foundations
21. Plans state 2’ x 4’ fence post foundations. ASBA recommendations are four times diameter of
the fence posts and 3’ deep. Can we use 1’ round foundations?
• 1’ x 3’ foundations as described will be permitted
22. Plans state 2’ x 4’6” net posts foundations. ASBA recommendations are 2’x3’ deep. Can we use
2’x3’?
• 2’x3’ net post foundations will be permitted for net posts
23. What is the engineers Estimate for this project?
• The project budget is $700,000
24. What is the source of water for the irrigation?
• There is currently an existing functioning irrigation system on site. The controller is
located to the north of the pickleball slab foundation mounted on a timber pedestal.
There are several irrigation valve boxes in this area that should be able to tap into. It will
be the responsibility of the licensed irrigation contractor to add on to this system in
order to have a complete and functioning irrigation system covering the limits shown in
the irrigation sleeving and limits plan.
25. Are we to remove the existing exercise equipment and light pole or will the city do that? Also, I
am assuming all the power in the affected area is removed as well.
• The contractor will be responsible for removing the existing exercise equipment and
light pole as needed. Contractor shall coordinate with the City to relocate exercise
equipment from within the project footprint. It will be the responsibility of the
contractor to remove existing underground power lines within the project footprint.
A copy of the entire addendum must be signed and stapled to the inside front cover of the bid book.
If you have any questions regarding this addendum, please contact our office.
Sincerely,
Thompson Engineering Inc. SIGNED: ___________________________________
Company Name
Nick Combs, P.E.
Project Engineer ___________________________________
Contractors Representative
___________________________________
Date
Spanish Fort Center Pickleball Complex
ADVERTISEMENT FOR BIDS
Sealed Bids for the construction of the Spanish Fort Center Pickleball Complex will be received by the
City of Spanish Fort at Spanish Fort City Hall, 7361 Spanish Fort Blvd, Spanish Fort, AL. 36527 until
10:00 A.M. local time on January 16, 2025, at which time the Bids received will be publicly opened and
read. The Project consists of constructing pickleball courts and associated amenities.
Bids will be received for a single prime Contract. Bids shall be on a lump sum basis, with additive
alternate bid items as indicated in the Bid Form.
The Issuing Office for the Bidding Documents is: Thompson Engineering, 7101 US Highway 90, Suite
101, Daphne AL 36526, Nick Combs, (251) 284-1088, ncombs@thompsonengineering.com.
Prospective Bidders may examine the Bidding Documents at the Issuing Office on Mondays through
Thursdays between the hours of 8:00 A.M. and 5:00 P.M. and may obtain copies of the Bidding
Documents from the Issuing Office as described below.
Bidding Documents may be obtained from the Issuing Office during the hours indicated above. Printed
Bidding Documents are available via in-person pick-up upon receipt of a non-refundable deposit of
$200.00 [Two Hundred and 0/100 Dollars], payable to “Thompson Engineering”. Alternatively, an
electronic PDF copy of the Bidding Documents may be supplied via e-mail. No deposit will be required
for electronic copies of the Bidding Documents. The date that the Bidding Documents are transmitted by
the Issuing Office will be considered the prospective Bidder’s date of receipt of the Bidding Documents.
Partial sets of Bidding Documents will not be available from the Issuing Office. Neither Owner nor
Engineer will be responsible for full or partial sets of Bidding Documents, including Addenda if any,
obtained from sources other than the Issuing Office.
A pre-bid conference will be held at 10:00 A.M. local time on January 9, 2025 at Spanish Fort City Hall,
7361 Spanish Fort Blvd, Spanish Fort, AL. 36527. Attendance at the pre-bid conference is highly
encouraged but is not mandatory. Inquiries should be directed to: Nick Combs,
ncombs@thompsonengineering.com; 251-284-1088.
Bidders shall submit proof of qualifications to perform the Work and bid security in accordance with and
as described in the Instructions to Bidders. Bids submitted shall be sealed and include the project name
marked on the outside of the envelope. The City of Spanish Fort reserves the right to reject any and all
bids and waive informalities in the bidding.
+ + END OF ADVERTISEMENT FOR BIDS + +
City of Spanish Fort
Spanish Fort Community Center Parking Lot Paving
Project Number PL2024-1
Sealed bids for the construction of the Spanish Fort Community Center Parking Lot Paving, project number PL2024-1 will be received by the City of Spanish Fort at Spanish Fort Community Center, 7361 Spanish Fort Boulevard, Spanish Fort, AL until 2:00 PM on Wednesday, January 8, 2025, and then publicly opened for furnishing all materials, labor, equipment, and performing all work required by the City of Spanish Fort and described as follows:
Performing construction required to repave the community center parking lot, including milling, repaving, base repairs, striping, and other work incidental to the project.
Thirty (30) working days are allowed for the construction of the project.
All bids must be on blank forms provided in the specifications and submitted in its entirety. A cashier’s check drawn on an Alabama bank or a bidder's bond, payable to City of Spanish Fort, for an amount not less than five percent (5%) of the amount bid, but in no event more than ten thousand dollars ($10,000.00), shall be filed with the bid, as a bid guaranty. The bidder's bond shall be prepared on the form specified and issued by a surety company authorized to do business in the State of Alabama.
A performance bond in the form and terms approved by the City in an amount not less than the contract price will be required at the signing of the contract. A labor and materials bond in the form and terms approved by the City in an amount not less than the contract price, insuring payment for all labor and materials, shall also be required at the signing of the contract. 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 specifications. 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.
Each Bidder is required to submit a “Bid Security”, “Bid Form”, Non-Collusion Affidavit”, and any other items as outlined in Section 00 22 13 “Supplementary Instructions to Bidders.”
Liquidated damages for non-completion of the work within the time limit agreed upon will be assessed in accordance with the terms of the contract.
Contract documents may be obtained in electronic PDF format at no cost to the bidder by emailing a request to the engineer, S. Matthew Jones, PE at SpanishFortBids@gmail.com. Hardcopies of the contract documents may be obtained upon request and upon deposit of $150 to the engineer. This deposit shall be refunded in full 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 accord with Section 39-2-3(b), Code of Alabama (1975). No Specifications will be issued later than twenty-four (24) hours prior to the time indicated above for receiving bids.
It is the Bidder’s responsibility to ensure they have all bidding documents and addendums. For any technical questions, contact the engineer at the provided email address.
A pre-bid conference will be held on Friday, January 3, 2025 at 4:30 P.M. at City of Spanish Fort, 7361
Spanish Fort Boulevard, Spanish Fort, AL 3652. No bids will be considered unless the bidder, whether resident or nonresident of Alabama, is properly licensed and qualified to perform the work described herein in accordance with all applicable laws of the State of Alabama. This shall include evidence of holding a current certificate to engage in general contracting in the State of Alabama, issued by the State of Alabama Licensing Board for General Contractors, Montgomery, Alabama, as required by Section 34-8-2, Code of Alabama (1975).
Any contractor that desires to bid as a prime contractor must have at least one of the following major classifications of license per Section 230-X-1-.27 of the State of Alabama Licensing Board for General Contractors Administrative Code: Highway and Streets
Out of state corporations shall furnish a certificate of authority to transact business in Alabama. Out of state limited liability companies shall provide proof of registration to transact business in this state.
Prior to the award of a competitively bid contract to a contractor having one or more employees in the State of Alabama, Alabama law requires that the contractor provide the City proof of enrollment in E-Verify (see www.uscis.gov/everify).
No bid shall be withdrawn for a period of sixty (60) days after the opening of bids without the consent of the City of Spanish Fort.
ADDENDUM NUMBER 2 TO CITY OF SPANISH FORT PICKLE BALL COMPLEX ADVERTISEMENT FOR BIDS
November 12, 2024
The City of Spanish Fort has issued Addendum Number 2 to the City of Spanish Fort Pickleball Complex Advertisement for Bids.
Click here to view the Addendum.
ADDENDUM NUMBER 1 TO CITY OF SPANISH FORT PICKLE BALL COMPLEX ADVERTISEMENT FOR BIDS
November 8, 2024
The City of Spanish Fort has issued Addendum Number 1 to the City of Spanish Fort Pickleball Complex Advertisement for Bids.
Click here to view the Addendum.
CITY OF SPANISH FORT, ALABAMA
REQUEST FOR BIDS FOR VOIP TELEPHONE SYSTEM
October 25, 2024
The City of Spanish Fort (the “City”) is soliciting bids for a comprehensive city‐wide VoIP Phone
System that delivers a manageable, secure, reliable, and scalable system to replace the City’s existing
telephone system. The City prefers a cloud hosted VoIP Phone System that must meet or exceed the
City’s security requirements and communication needs. The City intends to award a contract with a
three-year term.
The City will review submitted bids in accordance with the evaluation criteria set forth herein. Prior to
selection of a Company, the City may engage in discussions with responsible submitters.
Three (3) copies of the bids and any executed forms must be submitted and signed by an authorized representative of the Company. All bids must be submitted in sealed envelopes that are clearly marked with the following title: 2024‐ VoIP Phone System. Bids must be delivered in person or by mail, no later than 2:00 P.M. on November 26, 2024, to the following address:
IN PERSON OR BY MAIL:
City of Spanish Fort
Office of the City Clerk
Attention: Rebecca A. Gaines
7361 Spanish Fort Blvd.
Spanish Fort, Alabama 36527
Click here to view the bidding requirements and specifications.
City of Spanish Fort
Spanish Fort Center Pickleball Complex
ADVERTISEMENT FOR BIDS
Sealed Bids for the construction of the Spanish Fort Center Pickleball Complex will be received by the
City of Spanish Fort at Spanish Fort City Hall, 7361 Spanish Fort Blvd, Spanish Fort, AL. 36527 until
10:00 A.M. local time on November 13, 2024, at which time the Bids received will be publicly opened
and read. The Project consists of constructing pickleball courts and associated amenities.
Bids will be received for a single prime Contract. Bids shall be on a lump sum basis, with additive
alternate bid items as indicated in the Bid Form.
The Issuing Office for the Bidding Documents is: Thompson Engineering, 7101 US Highway 90, Suite
101, Daphne AL 36526, Nick Combs, (251) 284-1088, ncombs@thompsonengineering.com.
Prospective Bidders may examine the Bidding Documents at the Issuing Office on Mondays through
Thursdays between the hours of 8:00 A.M. and 5:00 P.M. and may obtain copies of the Bidding
Documents from the Issuing Office as described below.
Bidding Documents may be obtained from the Issuing Office during the hours indicated above. Printed
Bidding Documents are available via in-person pick-up upon receipt of a non-refundable deposit of
$200.00 [Two Hundred and 0/100 Dollars], payable to “Thompson Engineering”. Alternatively, an
electronic PDF copy of the Bidding Documents may be supplied via e-mail. No deposit will be required
for electronic copies of the Bidding Documents. The date that the Bidding Documents are transmitted by
the Issuing Office will be considered the prospective Bidder’s date of receipt of the Bidding Documents.
Partial sets of Bidding Documents will not be available from the Issuing Office. Neither Owner nor
Engineer will be responsible for full or partial sets of Bidding Documents, including Addenda if any,
obtained from sources other than the Issuing Office.
A pre-bid conference will be held at 10:00 A.M. local time on October 30, 2024 at Spanish Fort City Hall,
7361 Spanish Fort Blvd, Spanish Fort, AL. 36527. Attendance at the pre-bid conference is highly
encouraged but is not mandatory. Inquiries should be directed to: Nick Combs,
ncombs@thompsonengineering.com; 251-284-1088.
Bidders shall submit proof of qualifications to perform the Work and bid security in accordance with and
as described in the Instructions to Bidders. Bids submitted shall be sealed and include the project name
marked on the outside of the envelope. The City of Spanish Fort reserves the right to reject any and all
bids and waive informalities in the bidding.
+ + END OF ADVERTISEMENT FOR BIDS + +
ADDENDUM 2
October 1, 2024
The City of Spanish Fort is issuing Addendum 2 to the City of Spanish Fort Request for Proposals for Disaster Debris Removal and Disposal Services as follows:
A copy of the proposal is attached. Click here to view a copy of the proposal.
ADDENDUM 1
CITY OF SPANISH FORT
REQUEST FOR PROPOSALS FOR DISASTER DEBRIS REMOVAL AND DISPOSAL SERVICES
September 30, 2024
The City of Spanish Fort is issuing Addendum 1 to the City of Spanish Fort Request for Proposals for Disaster Debris Removal and Disposal Services as follows:
1. Questions regarding the bid may be submitted until Tuesday, October 1, 2024, at 12:00 p.m. Central Daylight Time. Questions may be emailed to Rebecca A. Gaines, cityclerk@cityofspanishfort.com.
ADDENDUM 3 to Spanish Fort Community Parking Lot Repaving Project
September 15, 2024
TO: Pre-Bid Conference Attendees and City Staff
FROM: Matthew Jones Engineering, LLC
S. Matthew Jones, PE
RE: Spanish Fort Community Center Parking Lot Paving
Project No. PL2024-1
This addendum forms a part of and modifies the Construction Documents for the above
project. Contractor shall confirm receipt of the addendum via email by close of business
Monday, September 15, 2024, and additionally acknowledge receipt within the submitted bid
package. Attendees of Mandatory Pre-Bid Meeting are also attached.
Incorporate into the Contract Documents the following additions, deletions, changes,
clarifications, etc:
1. Sign-in sheet and meeting agenda provided.
2. Drawing No. C200 - Numerical references in the base repair detail have been updated.
PUBLIC NOTICE
INVITATION TO BID
DISASTER DEBRIS REMOVAL AND DISPOSAL SERVICES
Sealed bids will be received by the City of Spanish Fort for DISASTER DEBRIS REMOVAL AND DISPOSAL SERVICES for the City of Spanish Fort, Alabama, until Friday, October 4, 2024, at 2:00 p.m. Bids will be opened and publicly read aloud at the Community Center, located at 7361 Spanish Fort Boulevard, Spanish Fort, Alabama, at 2:01 p.m. on Friday, October 4, 2024.
Bid Documents and specifications are on file in the City Clerk’s office and may be examined and obtained from the City of Spanish Fort Community Center, 7361 Spanish Fort Boulevard, Spanish Fort, Alabama, Monday – Friday, 8:00 a.m. – 4:30 p.m. For inquiries, contact Rebecca A. Gaines, City Clerk, at 251-626-4884.
Bids must be submitted on Proposal Forms furnished by the City of Spanish Fort or copies thereof. Bid qualifications are set forth in the bid documents.
Be advised that overnight delivery by express or courier to Spanish Fort is not guaranteed. All license requirements for the City and State apply and must be met prior to bid opening. Envelope containing bid must be sealed, and the words “Sealed Bid: City of Spanish Fort Disaster Debris Removal and Disposal Services” must be printed on the outside of the bidder’s sealed envelope. The envelope shall be addressed as follows and delivered to the City of Spanish Fort, 7361 Spanish Fort Boulevard, Spanish Fort, Alabama 36527.
The right is reserved, as the interest of the City may require, to reject any and all bids and waive any informality or irregularities in bids received. FAXED BIDS WILL NOT BE ACCEPTED.
For the City of Spanish Fort,
Rebecca A. Gaines
City Clerk
ADDENDUM 2 to Spanish Fort Community Parking Lot Repaving Project
September 11, 2024
Project No. PL2024-1
This addendum forms a part of and modifies the Construction Documents for the above project. Contractor shall confirm receipt of the addendum via email by close of business Wednesday, September 11, 2024, and additionally acknowledge receipt within the submitted
bid package. Attendees of Mandatory Pre-Bid Meeting are also attached.
Incorporate into the Contract Documents the following additions, deletions, changes, clarifications, etc:
• Bids will be accepted until 11 am on Thursday, September 19, 2024. Late bids will not be accepted. Bids submitted with the previously provided project manual, as modified by Addendum 1, is acceptable.
• An additional pre-bid meeting will be held on Thursday, September 12, 2024 at 4:30 pm. An advertisement for bids was posted on the City of Spanish Fort website that contained an incorrect date for the mandatory pre-bid meeting. This error was unknown to the city until a contractor showed up to attend the incorrectly advertised date. The pre-bid meeting is scheduled as a make-up meeting for the incorrectly advertised pre-bid meeting. All contractors are invited to attend, however, only the contractor who received the incorrect
mandatory pre-bid date from the City is required to attend.
ADDENDUM 1 to SPANISH FORT PARKING LOT REPAVING PROJECT
Project No. PL2024-1
This addendum forms a part of and modifies the Construction Documents for the above project. Contractor shall confirm receipt of the addendum via email by close of business Monday, September 9, 2024, and additionally acknowledge receipt within the submitted bid
package. Attendees of Mandatory Pre-Bid Meeting are also attached.
Incorporate into the Contract Documents the following additions, deletions, changes, clarifications, etc:
SPECIFICATIONS:
The following items were edited:
1. Section 01 00 00, Part 2.4 of the Project Manual
2. Bid Form
3. Drawing No. CN-01 - Note 1 updated
4. Drawing No. C200 - Bollards added, Note 1 updated
5. Drawing No. C600 - Bollard detail added
REQUESTS FOR INFORMATION:
Question 1: Is weekend daytime work allowed?
Response 1: Working hours are limited to 9 pm to 6 am on Monday through Friday, after 1 pm on Saturday, and anytime on Sunday, with the exception that one full Saturday will be provided during the contract period without limitation on hours.
Question 2: Can construction be phased to allow daytime work?
Response 2: Working hours are limited to 9 pm to 6 am on Monday through Friday, after 1 pm on Saturday, and anytime on Sunday, with the exception that one full Saturday will be provided during the contract period without limitation on hours.
INVITATION TO BID
CITY OF SPANISH FORT PARKING LOT REPAVING PROJECT
Sealed bids for the construction of the Spanish Fort Community Center Parking Lot Paving, project number PL2024-1 will be received by the City of Spanish Fort at Spanish Fort Community Center, 7361 Spanish Fort Boulevard, Spanish Fort, AL until 2:00 PM on Thursday, September 12, 2024, and then publicly opened for furnishing all materials, labor, equipment, and performing all work required by the City of Spanish Fort and described as follows:
Performing construction required repave the community center parking lot, including milling, repaving, base repairs, striping, and other work incidental to the project.
Thirty (30) working days are allowed for the construction of the project.
All bids must be on blank forms provided in the specifications and submitted in its entirety. A cashier’s check drawn on an Alabama bank or a bidder's bond, payable to City of Spanish Fort, for an amount not less than five percent (5%) of the amount bid, but in no event more than ten thousand dollars ($10,000.00), shall be filed with the bid, as a bid guaranty. The bidder's bond shall be prepared on the form specified and issued by a surety company authorized to do business in the State of Alabama.
A performance bond in the form and terms approved by the City in an amount not less than the contract price will be required at the signing of the contract. A labor and materials bond in the form and terms approved by the City in an amount not less than the contract price, insuring payment for all labor and materials, shall also be required at the signing of the contract. 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 specifications. 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.
Each Bidder is required to submit a “Bid Security”, “Bid Form”, Non-Collusion Affidavit”, and any other items as outlined in Section 00 22 13 “Supplementary Instructions to Bidders.”
Liquidated damages for non-completion of the work within the time limit agreed upon will be assessed in accordance with the terms of the contract.
Contract documents may be obtained in electronic PDF format at no cost to the bidder by emailing a request to the engineer, S. Matthew Jones, PE at SpanishFortBids@gmail.com. Hardcopies of the contract documents may be obtained upon request and upon deposit of $150 to the engineer. This deposit shall be refunded in full 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 accord with Section 39-2-3(b), Code of Alabama (1975). No Specifications will be issued later than twenty-four (24) hours prior to the time indicated above for receiving bids.
It is the Bidder’s responsibility to ensure they have all bidding documents and addendums. For any technical questions, contact the engineer at the provided email address.
A mandatory pre-bid conference will be held on Thursday, September 5, 2024, at 4:30 P.M. at City of Spanish Fort, 7361 Spanish Fort Boulevard, Spanish Fort, AL 36527. All prospective bidders shall have a representative present at the pre-bid conference. No bids will be considered unless the bidder, whether resident or nonresident of Alabama, is properly licensed and qualified to perform the work described herein in accordance with all applicable laws of the State of Alabama. This shall include evidence of holding a current certificate to engage in general contracting in the State of Alabama, issued by the State of Alabama Licensing Board for General Contractors, Montgomery, Alabama, as required by Section 34-8-2, Code of Alabama (1975).
Any contractor that desires to bid as a prime contractor must have at least one of the following major classifications of license per Section 230-X-1-.27 of the State of Alabama Licensing Board for General Contractors Administrative Code: Highway and Streets
Out of state corporations shall furnish a certificate of authority to transact business in Alabama. Out of state limited liability companies shall provide proof of registration to transact business in this state.
Prior to the award of a competitively bid contract to a contractor having one or more employees in the State of Alabama, Alabama law requires that the contractor provide the City proof of enrollment in E-Verify (see www.uscis.gov/everify).
No bid shall be withdrawn for a period of sixty (60) days after the opening of bids without the consent of the City of Spanish Fort.