Skip to content

Taxiways B, F & Overflow Apron Rehabilitation-Birmingham Airport

SECTION 00020 – INVITATION TO BID
ADVERTISEMENT FOR BIDS
Taxiways B, F & Overflow Apron Rehabilitation
Birmingham Airport Authority
Project No. 3-01-0014-123-2023
SEALED BIDS will be received on behalf of the Birmingham Airport Authority (BAA) at the BAA’s
Administration Office, located on the Airport’s lower level main terminal building, at the BirminghamShuttlesworth International Airport, 5900 Messer Airport Highway, Birmingham, Alabama 35212, until 2:00 p.m. local time on Thursday, June 8, 2023. Sealed Bids will be opened and publicly read aloud starting at 2:00 p.m in Meeting Room B at the Birmingham-Shuttlesworth International Airport. The bids shall be submitted in asealed envelope and/or container plainly marked on the outside with the name, address, and license number of the bidder; the name of the project (“Taxiways B, F & Overflow Apron Rehabilitation”) and the time and date due (2:00 p.m. local time, Thursday, June 8, 2023). Submitted Bids are to be addressed to the attention of Mr. Ed Seoane, Vice President of Purchasing, Birmingham Airport Authority, Birmingham, Alabama 35212.

The work consists principally of the following approximate quantities:
48,989 SY COLD MILLING
14,940 SY LIME TREATED SUBGRADE
15,230 SY CRUSHED AGGREGATE BASE COURSE
2,370 TON ASPHALT MIXTURE BINDER COURSE
12,239 TON ASPHALT SURFACE COURSE
29,418 SF TAXIWAY MARKING
A pre-bid conference is scheduled for Thursday, May 18, 2023 starting at 2:00 p.m. local time in Conference
Room 1 at the Birmingham-Shuttlesworth International Airport.
Digital copies of the bid documents are available at http://Planroom.GarverUSA.com for a fee of $22. These
documents may be downloaded by selecting this project from the “Plan Room” link, and by entering Quest Project
Number 8489013 on the “Browse Projects” page. For assistance and free membership registration, contact
QuestCDN at 952.233.1632 or info@questcdn.com. Addendums to the bid package will be issued through the
online Garver Plan Holders List; therefore, all prime bidders shall be responsible for downloading the bid
documents from the Garver online plan room in order to be included in the Plan Holders List. Bidders must enter the addenda numbers in the Proposal to verify receipt.
The Contractor must purchase and obtain the plans and specifications from the website listed above in order to submit a bid. Bids must be submitted upon the forms included within the contract documents and specifications. The contract documents and specifications must be submitted in their entirety.
All bidders bidding in amounts exceeding $50,000.00 must be licensed under the provisions of Title 34, Chapter 8, Code of Alabama, 1975, as amended. A Heavy/Railroad (H/RR) license classification from the State Licensing Board for General Contractors, Montgomery, Alabama will be required and must be obtained before the contract is awarded.
No bid shall be withdrawn for a period for 120 days subsequent to the opening of bids without the consent of the BAA.
Birmingham-Shuttlesworth International Airport
Taxiways B, F & Overflow Apron Rehabilitation 00020 – 2
Each bid shall be accompanied by a Bid Bond, submitted in the form of a guaranty and/or promissory
note from a banking, insurance or other lending or financial institutions, equal to at least five (5%) per
cent of the bid price and made payable to the Birmingham Airport Authority. No cash, check, or money
orders will be accepted. All biding participants will be required to adhere to the following provisions
listed below:
DBE Policy: It is the policy of the BAA that DBEs, as defined in 49 CFR Part 26, will have maximum opportunity
to participate in the performance of all Authority projects and the Bidder will take all necessary and reasonable steps to ensure that DBEs have the maximum opportunity to compete for and perform subcontracts. The Owner’s award of this contract is conditioned upon the Bidder satisfying the good faith effort requirements of 49 CFR §26.53. As a condition of bid responsiveness, the Bidder must submit the following information with its proposal on the forms provided herein:
1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate
in the contract;
2) A description of the work that each DBE firm will perform;
3) The dollar amount of the participation of each DBE firm listed under (1)
4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s)
listed under (1) to meet the Owner’s project goal; and
5) The bidder shall make good faith efforts, as described in Appendix A to 26.45 – Guidance
Concerning Good Faith Efforts – 49 CFR Part 26, Regulations of the Office of the Secretary of
Transportation, to subcontract 20% of the dollar value of the prime contract to small business
concerns owned and controlled by socially and economically disadvantaged individuals (DBE).
Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate.
The Birmingham Airport Authority reserves the right to reject any or all bids and waive informalities in
the bidding.

Back To Top