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 15, 2026, and then publicly opened for furnishing all labor and materials, and performing all work required by Mobile County and described as follows:
FAA AIP No. 3-01-0023-025-2026
Mobile County Project No. CCP-003-2020D
Jeremiah Denton Airport
Dauphin Island, Alabama
Replace Bulkhead (Phase III)
The work is generally described as follows: The project consists of the replacement of the existing concrete bulkhead with a stone revetment at the Jeremiah A. Denton Airport.
60 CALENDAR 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 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, 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 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.
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.
Specifications are on file and may be viewed in the Mobile County, Alabama, Engineering Department, Mobile Government Plaza, Sixth Floor South Tower, Mobile, Alabama, or in the office of MICHAEL BAKER INTERNATIONAL, INC., 11 N. WATER STREET, SUITE 14290, MOBILE, AL 36602. Specifications may be obtained by prime contractor bidders by depositing ONE HUNDRED AND NO/100 DOLLARS ($100.00) with the Project Engineer for each set. 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. Bid proposals will only be accepted from named plan holders.
Each bid must be submitted in a SEALED ENVELOPE, addressed to the OWNER. If the BID is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED for “Replace Bulkhead (Phase III) at Jeremiah A. Denton Airport” on the face thereof.
A pre-bid conference will be held on Wednesday, April 1, 2026, at 10:30 A.M. in the Mobile County, Alabama Engineering Department, Mobile Government Plaza, Sixth Floor South Tower, Mobile, Alabama. All prospective bidders should have a representative present at the pre-bid conference.
No proposal will be accepted 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.e.) Heavy and Railroad Construction or appropriate specialty license
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).
If applicable to a contract resulting from this bid invitation, the successful bidder must comply with the Mobile County Contractor Felony Investigation Policy, available in the Engineering Department, or online at www.mobilecountyal.gov/government/departments/engineering.
No bid shall be withdrawn for a period of one hundred twenty (120) days subsequent to the opening of bids without the consent of the County Commission of Mobile County, Alabama.
It is the policy of the Mobile County Commission that disadvantaged business enterprises as defined in 40 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts funded in whole or part with Federal funds.
By submitting a bid under this solicitation, except for those items listed by the bidder on a separate and clearly identified attachment to this bid, the bidder certifies that steel and each manufactured product, is produced in the United States (as defined in the clause Buy American - Steel and Manufactured Products For Construction Contracts) and that components of unknown origin are considered to have been produced or manufactured outside the United States.
Bidders may obtain from Michael Baker International, Inc. lists of articles, materials, and supplies accepted from this provision.
The Mobile County Commission reserves the right to waive any informalities or irregularities in the bids received and to reject any or all bids or to award or refrain from awarding the contract for the work, whichever is deemed to be in the Owner's best interests.
COUNTY COMMISSION OF
MOBILE COUNTY, ALABAMA
BY: MERCERIA LUDGOOD, PRESIDENT
March 11,18,25,2026 12150256