ITEM I
ADVERTISEMENT FOR BIDS
Sealed bids will be received by the County Commission of Mobile County, Alabama, in the Mobile Government Plaza, Eighth Floor South Tower, Mobile, Alabama, until 10:00 A.M. on Wednesday, April 29, 2026, and then publicly opened for furnishing all labor and materials, and performing all work required by Mobile County and described as follows:
Project: Cedar Point Boat Ramp
County Project No.: MCPI-CPBR-001
Three Hundred and Sixty-Five (365)calendar days are allowed for the construction of the project.
Project Location: The Cedar Point Boat Ramp Project is located along the east side of the Dauphin Island Parkway (AL-193), directly north of the Dauphin Island Bridge. Generally located across the street from the Cedar Point Fishing Pier located at 18250 Dauphin Island Parkway, Coden, AL.
Project Description: The Cedar Point Boat Ramp project consists of ground improvements and reclamation, vertical wick drains, shoreline revetments, sheet pile curtain walls, timber docks, timber wave screens, gravel, asphalt and concrete paving and the construction of a two-lane cast in place concrete boat launch. Other land improvements include site electrical and equipment, signage, fencing and pavement marking. Additional marine construction work includes dredging and dredge material disposal.
Prequalification Requirements: Prospective Bidders shall have completed in the last five years, a minimum of two projects of similar type and scope. Qualified Bidders shall provide construction experience consisting of constructing similar concrete boat ramp facilities, sheet pile bulkheads, marine dredgeworks, and shoreline revetments. See below for additional information related to prequalification’s of Contractors.
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 Mobile County, Alabama, 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.
This project is being bid EXCLUDING TAXES and requires the Contractor to comply with applicable provisions of Section 40-9-14.1, Code of Alabama, 1975, as amended; applicable provisions of the Alabama Administrative Code; and applicable requirements of the Alabama Department of Revenue (ADOR).
A performance bond in the form and terms approved by the County 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 County in an amount not less than the contract price, ensuring payment for all labor and materials, shall also be required at the signing of the contract. In addition, the contractor must furnish to the County 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.
Bidding Documents are on file and may be viewed at Mobile County Environmental Services, 7th Floor, South Tower, 205 Government Street, Mobile AL and in the office of the Project Engineer, Moffatt & Nichol, 11 N. Water Street, Suite 20220, Mobile, AL. Specifications may be obtained by prime contractor bidders by depositing One hundred and fifty dollars with the Project Engineer for each set. The deposit shall be refunded in full upon return of the documents in reusable condition within ten days (10) days after bid opening. The cost of the return of additional sets of specifications shall be in accordance with Section 39-2-3(b), Code of Alabama (1975). To obtain physical specification documents, copy the Project Engineer administrator, Quin Smith, at Qsmith@moffattnichol.com. Partial sets of Bidding Documents will not be available from the Issuing Office. Neither Owner nor the Engineer will be responsible for full or partial sets of Bidding Documents, including Addenda if any, obtained from sources other than the Issuing Office. No Specifications will be issued later than twenty-four (24) hours prior to the time indicated above for receiving bids.
Bids will only be accepted from Bidders that attend the mandatory pre-bid conference and that are determined to be prequalified Contractors.
A mandatory pre-bid conference will be held on Friday, March 20, 2026, at 10:00 am at the Dauphin Island Community Center, 412 LeMoyne Drive, Dauphin Island, AL. All prospective bidders should have a representative present at the pre-bid conference.
Prequalification of Contractors will be based upon prospective Bidders submitting complete forms and experience questionnaires to the Project Engineer. The prequalification applications shall heretofore be referred to as “PreQuals”. Refer to Appendix E for prequalification form EJCDC C-451. The process, procedures, and otherwise noted stipulations for qualifying bidders based on project experience shall align with ALDOT, Title 23, Ch 1, Article 2, Section 23-1-56, Contracts to Do Work, Qualification of Bidders.
Prequalification applications shall be submitted to Moffatt & Nichol by Wednesday, April 1, 2026, 10:00 am via email to Quin Smith (Qsmith@moffattnichol.com). Applicants that seek to mail or deliver PreQuals shall deliver them to the Moffatt & Nichol Street address listed above. It will be the responsibility of the prospective bidders to confirm receipt of their PreQuals. Upon review of the Bidders’ Pre qualification proposals, the Owner and Engineer shall issue an Addendum to the Contract Documents publishing a list of Qualified Bidders within five (5) business days. Any bidder aggrieved by the decision may, within five (5) business days after receiving notice of such decision, request in writing a reconsideration of his application and may submit additional evidence bearing upon their qualifications. The Owner and Engineer shall, thereupon, again reconsider the matter and may either adhere to or modify its previous decisions. All information received by the Project Engineer regarding prequalification of bidders shall be kept private by the Owner and Engineer. Sealed Bids received from Contractors which were not previously determined Qualified Bidders will not be read at the time of Public Bid Opening.
No bids will be considered unless the bidder, whether resident or non resident 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:
1.c.) Highways and Streets
1.d) Municipal and Utility
1.e) Heavy and Railroad Construction
6.a.5 Heavy / Railroad Specialty - Marine Construction
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 County proof of enrollment in E-Verify (see www.uscis.gov/everify).
All Bidders must be registered in www.SAM.gov for the purposes of confirming suspension status. Mobile County will verify that the contractor or its principles, does not appear on the federal government’s Federal Excluded Parties List prior to executing an agreement of contract with the entity.
No bid shall be withdrawn for a period of sixty (60) days subsequent to the opening of bids without the consent of the County Commission of Mobile County, Alabama
COUNTY COMMISSION OF
MOBILE COUNTY, ALABAMA
BY: MERCERIA LUDGOOD, COMMISSION PRESIDENT