Active SLED Opportunity · GEORGIA · HALL COUNTY
AI Summary
Hall County, GA seeks sealed bids for an annual contract to supply traffic control products meeting state specifications. The contract term is through June 30, 2027, with possible renewals. Bids due May 21, 2026, 2 PM EST.
INVITATION FOR BID IFB # 007-47 For the provision of: Traffic Control Supplies Annual Contract Hall County, Georgia, Board of Commissioners (herein “County”), is seeking qualified vendors to provide traffic control supplies (herein “Services”). The County seeks to award one (1) vendor to perform all the Services. Schedule of Events: Bid Post Date: May 6, 2026_ Bidders’ Questions Due: April 14, 2026, at 5PM Bid Due Date: Thursday, May 21, 2026_at 2PM Bidding Process: Hall County is now accepting sealed bids from qualified vendors for the provision of the Services in the County’s Purchasing Division, located on the fourth (4th) floor of the Hall County Government Center, 2875 Browns Bridge Road, Gainesville, GA 30504 until 2:00 p.m. EST on Thursday, May 21, 2026. All bid packets must be sealed and time and date stamped by the Hall County receptionist located on the 4th floor to be considered. General Qualifications: Bidders must be in the regular business of providing similar Services. Bidders must be licensed, insured, and bonded in the State of Georgia. Questions: All communications must be directed solely to Julie Dorough, Issuing Officer, at jdorough@hallcounty.org for questions or clarifications of the IFB requirements. Addenda: If needed and in the best interest of the County, the Purchasing Division may make an extension of the bidding period by a formal written addendum and publicly posted on the County website. All addenda must be signed by the Bidder and returned with the bid packet. Proposal Documents: Bidders may obtain all submittal documents at no cost via the County’s website at https://www.hallcounty.org/Bids.aspx,then scroll down and click the link for ‘Traffic Control Supplies Annual Contract’ and download all required documents under “Related Documents”. Any addenda will also be posted at the bottom of the webpage as needed. Bidders are responsible for checking for addenda. Addenda must be signed and returned along with the bid packet. Bid Response: Each Bidder must provide a total of four (4) hard paper copies of its bid, including any addenda, with one (1) marked “Original” and three (3) marked “Copy”. Submit all four (4) hard paper copies in a sealed envelope(s). Each Bidder must provide one (1) hard paper copy of Exhibit C – Cost Proposal Worksheet. Prices quoted on Exhibit C – Cost Proposal Worksheet shall be fixed and firm for the duration of the contract. Electronic signatures on bid documents are acceptable; however, hard copies of the bid response are required, as stated above. Bidders must also provide their responses on one (1) USB drive. Public Reading: Bid openings are open to the public and to Bidders. Bidders are not required to attend but may do so. The Issuing Officer named herein, or another Purchasing team member, will open and publicly read all Bidder’s company names, their locations, and proposed costs on the date, time, and at the address above. Evaluation and Selection: The County will evaluate all submittals in accordance with the Official Code of Hall County, Georgia 3.10, and as further detailed herein. Award Process: The County reserves the right to reject any or all bids, in whole or part, or to select any Bidder, without liability on part of the County to the Bidder to complete the described work. The County intends to award the contract to one (1 vendor that it deems to be the lowest cost, responsible and responsive Bidder to perform all the work described herein. Lead times and length of time to complete the work may also be a factor in award. Bid Retention: Bidders may not withdraw their bid after the bid opening. Bids must be valid for one hundred twenty (120) calendar days. All forms, documents, and exhibits attached hereto must be completed and returned with the bid. The County reserves the right to retain all bids submitted and use any idea(s) in a bid regardless of award. The County shall have the right to waive any informality or irregularity of immaterial deviation in any bid received. Bidders must sign Exhibit B – Contract for Services. Bidders may submit redlines and exceptions to Exhibit B – Contract for Services to the Issuing Officer prior to submitting their bids. Redlines and exceptions to the contract must be submitted by the Bidders’ Questions Due Date listed above. Legally Binding Agreement: The County and the awarded Bidder shall enter into a formal agreement; substantially in the form of the attached Exhibit B – Contract for Services. Contracts are only valid if they are signed by the County’s Chairman of the Board of Commissioners, or his/her designee, and the awarded Bidder. Bidders must sign the Exhibit B – Contract for Services and submit it with their bid responses. All questions regarding the contract, redlines, and exceptions must be submitted in writing to the Issuing Officer prior to the Bidders’ Questions Due Date listed above. If there are no written objections or exceptions, then the County will understand this as an affirmative acceptance of the Scope of Work as it is presented. Non-Collusion Clause: Bidders must have no contact of any nature with any other Bidders, County staff members (except the Issuing Officer named herein), its elected officials, nor Commissioners, during the evaluation process. The County will deem such as collusion and thus render the submission in violation of the Official Code of Hall County and thus the County may render the proposal as non-responsive and not evaluate the proposal for an award. By submitting a proposal, the Bidder represents and warrants that no official or employee of Hall County Government has, in any manner, an interest, directly or indirectly, in the proposal or in the contract which may be made under it, or in any expected profits to arise there from. Taxes: The County is exempt from State of Georgia Local Sales and Use Tax. The Bidder understands and acknowledges that it is responsible for any sales and use taxes it may incur. The Bidder will not charge or invoice the County any sales and use tax as a separate line item. The Vendor may request a copy of the County’s Georgia Sales and Use Tax Exemption Certificate. Table of Contents 1.0 INTRODUCTION 2.0 GENERAL TERMS AND CONDITIONS 3.0 SCOPE OF WORK 4.0 SUBMISSION OF PROPOSALS 5.0 IFB RESPONSE PREPARATION 6.0 SELECTION PROCESS 7.0 STEPS TO AWARD INTRODUCTION The County desires to award one (1) vendor for the Services described herein and is soliciting sealed bids for this Invitation for Bid (herein “IFB”) for the Services. Bidders must be in the regular business of providing traffic control supplies. 2.0 GENERAL TERMS AND CONDITIONS The County reserves the right to conduct any review it may deem advisable to assure services conform to the specifications. Prospective firms, including all officers, must not be, or have been, barred by any Federal, State, or Local authority. A Bidder must not be, or have been, in any legal suit for negligence, willful misconduct, fraud, or otherwise malpractice charges. A Bidder must be legally able to conduct business in the State of Georgia. A Bidder must not have abandoned a project or an engagement or otherwise been terminated for non-performance or subpar performance A Bidder must not be under an enforcement action for related investigation pending by a professional or regulatory group. 3.0 SCOPE OF WORK Hall County is seeking a contract to provide traffic control supplies for the Hall County Public Works & Utilities Department with a guaranteed bid price for a 12-month period. This contract will begin upon contract execution and be in effect until June 30, 2027. The successful bidder may be allowed four (4) annual one (1) year renewals of this contract all upon the same terms and conditions. Bidder Information: The products offered shall be comparable with the detailed requirements listed on the Mandatory Cost Proposal Worksheet, EXHIBIT C (unless otherwise noted). The worksheet is used to verify compliance with item specifications and/or requirements. Any deviations from specifications or requirements must be noted by bidder otherwise bid is as specified. All bids are to include shipping where applicable. If any line item has a zero or is blank, that line item will be considered a “No Bid”. B. Basic Requirements / Specifications: Signs and blanks shall be 0.080 aluminum. Unless otherwise noted, all sheeting and lettering must be 3M-HIP (high intensity prismatic) grade, reflective, and must comply with Georgia Department of Transportation specifications. Street sign blanks must be extruded aluminum, 9" wide, 0.250" rail thickness, 0.080" minimum blade thickness, 3/8" diameter holes for sign bracket (2 on top, 2 on bottom), 3-1/2" center to center hole spacing. All signs must be shipped separated with heavy duty coated paper, sorted by type of sign, packaged in quantities of 10 or less for sizes 30" x 30" and under,5 or less for sizes 36" x 36" and above, in a cardboard envelope. The MUTCD number, and quantity of signs inside package, must be written on the outside of the cardboard envelope. ALL posts are to be delivered on an open flat- bed trailer . All quoted products will be new and unused. Delivery Requirements: All shipping charges must be included in the bid price. The F.O.B. delivery address for all items will be: Hall County Public Works & Utilities Department Traffic Engineering Division, Sign Shop 1685 Barber Rd. Gainesville, GA 30507 4.0 SUBMISSION OF PROPOSALS The County requests that Bidders submit proposals addressing all items listed below. Failure to include any of these documents may result in disqualification. All responses must be in hard copy format. Bidders should submit a total of four (4) hard paper copies of the technical proposal: one (1) copy of marked “Original” and three (3) marked “Copy”. Each Bidder must also provide one (1) hard paper copy of Exhibit C – Cost Proposal Worksheet. Bidders must also provide their responses on one (1) USB drive. Bidders must submit their response in a sealed envelope clearly marked with “IFB # 007-47, Traffic Control Supplies Annual Contract,” on the outside. The submittal must be signed. Faxed or emailed bids will not be accepted. It is mandatory that the following documents be completed and included in the bid response. Exhibit A – Bid Response Form Exhibit B – Contract for Services Exhibit C – Cost Proposal Worksheet Exhibit D – W-9 Form Exhibit E – E-Verify Affidavit Exhibit F – Ethics Affidavit Any Addenda Copy of Business License Certificate of Insurance Copies of professional licenses or certifications Bidders are responsible to review and comply with any addenda regarding this IFB that will be posted on the County website. Bidders must sign as acknowledged and return all addenda with the bid package response. All bids must be sealed. If a Bid Bond is required then it must be included in the bid response. Any alternate options of additional services or deductions thereof may be included in the response; however, Bidders must complete the cost worksheet as provided and enclose in the bid response. Delivery. Bidders must submit bids to the following address by the deadline date and time. All deliveries must be date and time stamped. The County is not responsible for late bids due to mailing delays. Hall County Government Center Julie Dorough, Issuing Officer Purchasing Division – 4th Floor 2875 Browns Bridge Road Gainesville, Georgia 30504 5.0 IFB RESPONSE PREPARATION The Bidder bears all responsibility for all expenses incurred in responding to this IFB. The County will not accept joint proposals unless otherwise noted herein. Of the services listed in the Scope of Work, indicate which one(s), if any, your firm would be unable to provide. If there is another service that your firm could provide instead, please elaborate. 6.0 SELECTION PROCESS The County’s Project Manager will review each proposal with regard to demonstrated breadth of service, experience, financial stability, personnel, rates, references, lead times, and other related criteria. The successful Bidder will be required to submit acceptable evidence of compliance with professional liability insurance coverage requirements as outlined in Exhibit B – Contract for Services. Bidders are encouraged to submit clear and concise responses. Excessive length or extraneous information is discouraged. Bidders must complete all exhibits to this IFB and submit with their bids. Bidders failing to do so may result in their bid to be deemed non-responsive and thus not evaluated. Bidders are also encouraged to check Hall County’s website for addenda, attachments, and other supplemental documents for this IFB during the bidding period. 7.0 STEPS TO AWARD The County’s Project Manager will recommend award of the contract to the lowest Bidder. In the unlikely event of a tie, the County may enter into negotiations of terms and conditions. Upon approval of the Board of County Commissioners, the County will issue to the awarded Bidder a Notice of Award, a Purchase Order, and a Notice to Proceed. The County reserves the right to request clarification or additional information provided by any Bidder. The Purchasing Division will rank the Bidders on a bid tabulation summary. The County’s Project Manager may schedule interviews with any Bidder at his/her discretion. Any costs associated with an interview will be at the expense of the proposing Bidder. Based upon the results of the proposals, references, and the interviews, the Purchasing Division along with the County’s Project Manager may negotiate with the lowest Bidder in an attempt to reach an agreement. If negotiations with the lowest Bidder are unsuccessful, the County may negotiate with the next lowest Bidder, and so on until reaching a satisfactory agreement. Links: https://www.hallcounty.org/Bids.aspx (https://www.hallcounty.org/Bids.aspx)
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.