Home Classified Classifieds

Classifieds

1995
0

Classifieds**Employment

Royal Cup Coffee, the leading coffee roaster and nationwide provider of gourmet coffees, teas and allied products offers an excellent opportunity for highly motivated and skilled individuals.  We are currently accepting applications for an immediate opening for a full time 2nd Shift Order Selector.

This is a level 1 Warehouser Position. The primary duties are to select sales orders, maintain housekeeping/sanitation and other assigned duties such as loading, unloading, receiving, and product rotation.
Royal Cup offers competitive wages and an opportunity to grow your career.  Royal Cup Coffee is an Equal Opportunity Employer M/F/D/V.  To apply please visit online at www.royalcupcoffee.com/.
BT05/22/14
____________
*Position: Sales Account Manager
*Resume Deadline: June 24, 2014

*Department: Sales
*Stations: WEZZ/WBPT/WBMR

*Positions Available: Two

SummitMedia LLC Birmingham is currently looking for Account Managers who want to succeed. We are looking for marketing/digital experts who want to make a difference in their client’s business. We are looking for people who want to be successful and earn a 6 figure income. As an Account Manager you will be responsible for developing new business and helping clients grow their business. SummitMedia Birmingham the leader in the Birmingham radio market offers the best training and equips you with the tools it takes to succeed. College degree and/or prior radio selling experience helpful but not required.

If you are aggressive, hardworking and desire to be the best, please respond as outlined below:

SummitMedia LLC Birmingham
Attention Davis Hawkins
2700 Corporate Drive, Suite 115
Birmingham, AL  35242
Telephone: 205 322 2987
Fax 205 322 2390
Email davis.hawkins@summitmediacorp.com

It is the policy of SummitMedia LLC to provide equal employment opportunity to all qualified individuals without regard to their race, color, religion, national origin, age or sex in al personnel actions including recruitment, evaluation, selection, promotion, compensation, training and termination.

Discrimination because of race, color, religion, national origin, age or sex is prohibited. If you believe you have been the victim of discrimination, you may notify the Federal Communications Commission, the Equal Employment Opportunity Commission, or other appropriate agency.
BT05/22/14
________________________________
*DRIVERS

*Drivers: Averitt Has Exciting Opportunities
for Local Dedicated Drivers! Monday-Friday,
PM Shift. Starting Pay $15.64/hr. Home Every
Day! CSA Friendly Equipment. Benefits Pkg &
Much More! 1yr Verifiable T/T exp. Within the
past 3 years & apply for Hazmat within 30 days
of Hire. 888-WORK-4-US *AverittCareers.com.
Averitt is an Equal Opportunity Employer;
females, minorities, protected veterans,
and individuals with disabilities are encouraged to apply.
BT05/22/14
________________
*GA based trucking company seeks
Class A CDL drivers for GA to TX lanes.
Good pay and benefits with weekly home time.
Visit our website at www.7hillstransport.com
or call Allen at
*770-382-0777 x110.
BT05/22/14
________________
**AUTOMOBILE

2008 Lexus ES 350
Black, Leather, Sunroof
Loaded Luxury
Call Floyd Morris
205-587-4313

2009 Chevrolet Silverado L.T.
Black 4 door 2 wheel drive
Managers special
Call Sammy 205-814-6454

2005 Dodge Dakota
Quad Cab Blue
2 wheel drive
Just arrived
Call Ivory 205-821-0491

2007 Dodge Nitro Black
4 door 2 wheel drive
Fuel efficient
Call Floyd Morris
205-587-4313

2004 Ford F-150 Red
Style side regular cab
Priced to sell
Call Ivory 205-821-0491
BT05/22/14
_________________________________
**LEGALS

*EPA Announces the Availability of the Administrative Record for the 35th  Avenue Site, Birmingham, Jefferson County, Alabama

The United States Environmental Protection Agency (EPA) announces that the Administrative Record for the 35th  Avenue Site located in Birmingham, Jefferson  County, Alabama, is available for public review.

The Administrative Record file includes documents that form the basis for selection of the removal action. A removal action is a short-term cleanup intended to stabilize a site that poses an imminent and substantial threat to human health or the environment. Documents in the record may include, but are not limited to, preliminary assessment and inspection report, test results, and the Action Memorandum. All interested persons are encouraged to review the documents.

The documents will be available for public review during normal business hours at the following locations:

US EPA
61 Forsyth Street, SW
Atlanta, GA  30303
Attn:  Anita Davis

North Birmingham Branch Library
2501 31st Ave. North
Birmingham, AL 35207

EPA will accept comments regarding the Administrative Record during the public comment period which will begin May 22, 2014 and ends on June 21, 2014.  Comments should be addressed to Greg Harper and Rick Jardine, Federal On-Scene Coordinators, US EPA Region 4 – ERRB 11th  Floor, 61 Forsyth Street, SW, Atlanta, Georgia 30303.  At the end of the 30-day comment period, a written response to all pertinent comments will be prepared in a responsiveness summary and placed in the file.

The land use for this Site is mostly residential and is located among several communities. The primary contaminants of concern were benzo[a]pyrene (BaP), a polycyclic aromatic hydrocarbon (P AH) and arsenic.
BT05/22/14
______________________
*ADVERTISEMENT FOR BIDS

The Birmingham-Jefferson Civic Center Authority will receive sealed bids for:
*Photoluminescent Egress Path Markings and Signage

This will be for the use of the Birmingham-Jefferson Civic Center Authority, Birmingham, Alabama.* General *Contractors will be required to make a good faith effort to include MBE and DBE companies in the execution of this *project.

*The Birmingham-Jefferson Civic Center, 2100 Richard Arrington Jr. Blvd. North, Birmingham, Alabama will receive *bids, up to the hour of 1:30 p.m. on Thursday,  June 26, 2014, and will thereafter be publicly opened and read aloud at the BJCC Executive Board Room 4th Floor, North Exhibition Hall in Birmingham, AL.  Bids must be submitted on bid forms furnished by the Authority. Bids shall be clearly identified on the exterior of the package with bidder’s name, address, *STATE CONTRACTOR LICENSE NUMBER, the name of the project being bid, and time and place of bid opening.  Sealed bids shall be properly identified.

Construction contracts shall be awarded only to qualified Contractors, licensed by the State Licensing Board for General Contractors, as required by Title 34, Chapter 8, and Code of Alabama.  Contracts in excess of $50,000 shall be awarded only to Contractors licensed as required by the 1978 Code of Alabama, Title 34, and Chapter 8 as amended.  Bidders must be “responsible” in accordance with criteria in the bid and as stipulated by Title 30-2-3-(e) of the code of Alabama.

A copy of this bid package is available at the above address or on our website: *www.bjcc.org (under Jobs & Vendor Opportunities – Open Bids section).  There is no charge for downloading bid documents.  Documents will also be available at the pre-bid meeting and in the BCIA Plan Room.

Bids may be sent to *BJCC Purchasing Department, Attn:  Purchasing Coordinator, 2100 Richard Arrington Jr. Blvd. N, *Birmingham, AL 35203.  Any bid not received by 4:00 p.m. on Wednesday, June 25, 2014, *must be hand delivered and presented at the bid opening.  Sealed bids shall be submitted in triplicate and shall be properly identified.  *All bids received after 1:30 p.m. on the bid date will be returned unopened.

A Cashier’s Check drawn on an Alabama Bank or bid bond, executed by a Surety company duly authorized and qualified to make such bonds in Alabama, payable to the Birmingham-Jefferson Civic Center Authority in the amount of 5% of the amount of bid, but in no event more than $10,000 must accompany the bidder’s bid.  Performance and Labor and Material Payment Bonds in the amount of 100% of the contract price will be required when the Contract is presented by the Contractor to the Authority.

*A pre-bid meeting will be conducted Thursday, June 5, 2014 at 10:00 a.m. in The Forum Building, located at 950 *22nd  Street N  2nd Floor Lobby, Birmingham, AL 35203.

*Questions concerning the specifications should be directed to Jerry Nelms, Facility Engineer, at (205) 458-8409 or *email Jerry.Nelms@bjcc.org.

Sharon Proctor
Purchasing Coordinator
Birmingham-Jefferson Civic Center Authority
BT05/22/14
______________
*ADVERTISEMENT FOR BIDS

*The Birmingham-Jefferson Civic Center Authority will receive sealed bids for:
*Sheraton Birmingham – Banquet Kitchen Remodel

This will be for the use of the Birmingham-Jefferson Civic Center Authority, Birmingham, Alabama. *General Contractors will be required to make a good faith effort to include MBE *and DBE companies in the execution of this project.

*The Birmingham-Jefferson Civic Center, 2100 Richard Arrington Jr. Blvd. North, *Birmingham, Alabama will receive bids, up to the hour of 1:30 p.m. on Tuesday,  June 10, *2014, and will thereafter be publicly opened and read aloud at the BJCC Executive Board Room 4th Floor, North Exhibition Hall in Birmingham, AL.  Bids must be submitted on bid forms furnished by the Authority.  Bids shall be clearly identified on the exterior of the package with bidder’s name, address, STATE CONTRACTOR LICENSE NUMBER, the name of the project being bid, and time and place of bid opening.  Sealed bids shall be properly identified.

Construction contracts shall be awarded only to qualified Contractors, licensed by the State Licensing Board for General Contractors, as required by Title 34, Chapter 8, and Code of Alabama.  Contracts in excess of $50,000 shall be awarded only to Contractors licensed as required by the 1978 Code of Alabama, Title 34, and Chapter 8 as amended.  Bidders must be “responsible” in accordance with criteria in the bid and as stipulated by Title 30-2-3-(e) of the code of Alabama.

A copy of this bid package is available at the above address or on our website: *www.bjcc.org (under Jobs & Vendor Opportunities – Open Bids section).  There is no charge for downloading bid documents.  Documents will also be available at the pre-bid meeting and in the BCIA Plan Room.

Bids may be sent to *BJCC Purchasing Department, Attn:  Purchasing Coordinator, 2100 *Richard Arrington Jr. Blvd. N, Birmingham, AL 35203.  Any bid not received by 8:00 a.m. on Tuesday, June 10, 2014, *must be hand delivered and presented at the bid opening.  Sealed bids shall be submitted in triplicate and shall be properly identified.  *All bids received after 1:30 p.m. on the bid date will be returned unopened.

A Cashier’s Check drawn on an Alabama Bank or bid bond, executed by a Surety company duly authorized and qualified to make such bonds in Alabama, payable to the Birmingham-Jefferson Civic Center Authority in the amount of 5% of the amount of bid, but in no event more than $10,000 must accompany the bidder’s bid.  Performance and Labor and Material Payment Bonds in the amount of 100% of the contract price will be required when the Contract is presented by the Contractor to the Authority.

*A pre-bid meeting will be conducted Wednesday, May 28, 2014 at 1:30 p.m. in the Sheraton *Birmingham Lobby located at 2101 Richard Arrington Jr. Blvd N, Birmingham, AL 35203.

*Questions concerning the specifications should be directed to Jerry Nelms, Facility Engineer, *at (205) 458-8409 or email Jerry.Nelms@bjcc.org.                                                                      Sharon Proctor                                        Purchasing Coordinator
Birmingham-Jefferson Civic Center Authority
BT05/22/14
___________________
*ADVERTISEMENT FOR BIDS

Sealed Bid Proposals for Interior Improvements to Woodlawn High School, Birmingham, Alabama, will be received at the office of Mr. Edward McMullen, Purchasing Department, 2015 Park Place North, Birmingham, Alabama 35203, until *10:00 A.M., Monday, June 9, 2014, at which time and place proposals will be opened and read aloud.

A *mandatory pre-bid conference will be held at Woodlawn High School, 5620 1st Avenue North, Birmingham, Alabama 35212-1697, at *10:00 A.M., on Tuesday, June 3, 2014.

Scope of work includes patching and painting all walls, repairing all damaged plaster, patching and painting areas of hard ceilings, patching, replacing and painting base molding, patching and replacing missing handrail pieces, Lunch Room renovations, interior signage package, etc. as indicated per the project specifications.

Work shall be substantially complete not later than July 31, 2014.

A cashier’s check or bid bond payable to *Birmingham City Schools in an amount not less than five (5%) percent of the amount of the bid, but in no event more than $10,000.00, must accompany the bidder’s proposal.  Performance and Payment Bonds and evidence of insurance required in the bid documents will be required at the signing of the Contract.

Drawings and specifications may be examined at the office of Birmingham Construction Industry Authority (BCIA), F.W. Dodge Room, office of Bob Morgan, Director of Capital Projects, Birmingham City School, 2316 7th  Avenue North, Suite 211, Birmingham, Alabama. Bid Documents may be obtained at cost from Alabama Graphic & Engineering Supply located at 2801 5th Avenue South, Birmingham, Alabama. T: 205-252-8505

Subcontractors, Material Suppliers and others may obtain Drawings and Specifications at the cost of reproduction and mailing as stated above, which is *not refundable.

No bidder may withdraw his bid within 30 days after the actual date of the opening thereof.

Attention of bidders is particularly called to the requirements as to conditions of employment to be observed and minimum wage rates to be paid under the contract, Section 3, Segregated Facility, Section 109 and E.O. 11246.

Bids must be submitted on proposal forms furnished by the Architect or copies thereof.  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 show evidence of license before bidding or bid will not be received or considered by the Architects: the bidder shall show such evidence by clearly displaying his or her current license number on the outside of the sealed envelope in which the proposal is delivered. All times indicated are local times.  The Owner reserves the right to reject any or all proposals and to waive technical errors if, in the Owner’s judgment, the best interest of the Owner will thereby be promoted.

A non-resident bidder must accompany any written bid documents with a written opinion of an attorney-at law, licensed to practice law in such non-resident bidder’s state of domicile, as to the preferences, if any or none, granted by the law of that state in its own business entities, whose principal place of business is in that state in the letting of any or all public contracts, in accordance with Alabama Law (Regular Session, 1984), Act No. 84-228.
BT05/22/14
___________________
*DATE: May 5, 2014
*TO:    Prospective Bidders
* INVITATION FOR BID NUMBER:
*14-10

* SEPARATE SEALED BIDS FOR:
*Demolition of Multiple Buildings and Asbestos/ Lead Abatement Services

*PRE-BID CONFERENCE DATE/TIME:
*May 19, 2014 / 10:00 A.M. CST

*LOCATION:
HABD Central Office
1826 Third Avenue South
Birmingham, AL  35233-1905

*BID OPENING:

*DATE:
*June 3, 2014

*TIME:
*10:00 a.m. CST

LOCATION:
HABD Central Office
1826 Third Avenue South
Birmingham, AL  35233-1905

By submission of a bid, the bidder agrees, that if the bid is accepted, to enter into a contract with the Housing Authority of the Birmingham District (HABD), to complete all work as specified or indicated in the bid documents, for the contract price and within the contract time indicated in the attached IFB.  The bidder further accepts all of the terms and conditions of the IFB.

The bid will remain open for the period specified in the IFB, must be independently arrived at, and be prepared in accordance with the instructions to bidders (form HUD-5369).  In addition, the HUD-required certifications must be completed and submitted as part of the bid (see form HUD-5369).

A pre-bid conference will be held in accordance with the terms listed above.  All bidders are encouraged to attend the pre-bid conference.

The bid price(s) will be included as provided in the attached IFB.  Unless otherwise specified in the IFB, all prices will be on a firm-fixed-price basis and are not subject to adjustments based on costs incurred.

Bidders should be advised that, prior to award of any contract, the Housing Authority of the Birmingham District reserves the right to conduct a pre-award survey for the purpose of determining the bidder’s responsibility and capacity to perform the contract.  This survey may include review of subcontracting agreements, financial capacity, and the quality of work performed on other contracts.

All bids must be signed and dated.  If a joint venture is submitting the bid, each joint venture must sign the bid.  Late bids will be handled in accordance with the form HUD-5369.

A copy of this solicitation is available at *www.habd.org under the Purchasing and Procurement Section.  Questions regarding the attached IFB should be directed to the Procurement Administrator, in writing within ten days prior to the date and time set for the bid opening.  Questions received after the deadline will not be answered.

Contracting Officer:
*Naomi H. Truman, Executive Director
BT05/22/14
__________________
*DATE:
*May 12, 2014

*TO:
*Prospective Bidders

*INVITATION FOR BID NUMBER:
*14-11

*SEPARATE SEALED BIDS FOR:
*Leasing of Daycare Facilities

*PRE-BID CONFERENCE DATE/TIME:
*May 27, 2014 / 10:00 A.M. CST

*LOCATION:
HABD Central Office
1826 Third Avenue South
Birmingham, AL  35233-1905

*BID OPENING:
*June 10, 2014
*DATE:
*10:00 a.m. CST
*TIME:

*LOCATION:
HABD Central Office
1826 Third Avenue South

Birmingham, AL  35233-1905

By submission of a bid, the bidder agrees, that if the bid is accepted, to enter into a contract with the Housing Authority of the Birmingham District (HABD), to complete all work as specified or indicated in the bid documents, for the contract price and within the contract time indicated in the attached IFB.  The bidder further accepts all of the terms and conditions of the IFB.

The bid will remain open for the period specified in the IFB, must be independently arrived at, and be prepared in accordance with the instructions to bidders (form HUD-5369).  In addition, the HUD-required certifications must be completed and submitted as part of the bid (see form HUD-5369).

A pre-bid conference will be held in accordance with the terms listed above.  All bidders are encouraged to attend the pre-bid conference.

The bid price(s) will be included as provided in the attached IFB.  Unless otherwise specified in the IFB, all prices will be on a firm-fixed-price basis and are not subject to adjustments based on costs incurred.

Bidders should be advised that, prior to award of any contract, the Housing Authority of the Birmingham District reserves the right to conduct a pre-award survey for the purpose of determining the bidder’s responsibility and capacity to perform the contract.  This survey may include review of subcontracting agreements, financial capacity, and the quality of work performed on other contracts.

All bids must be signed and dated.  If a joint venture is submitting the bid, each joint venture must sign the bid.  Late bids will be handled in accordance with the form HUD-5369.

A copy of this solicitation is available at *www.habd.org under the Purchasing and Procurement Section.  Questions regarding the attached IFB should be directed to the Procurement Administrator, in writing within ten days prior to the date and time set for the bid opening.  Questions received after the deadline will not be answered.

Contracting Officer:
Naomi H. Truman, Executive Director
BT05/22/14
__________________
*INVITATION TO BID

*Birmingham-Shuttlesworth International Airport

*FOR

*Taxiway Safety Area Improvements – Taxiway H
BAA Project Number: AF022.000.000-2014

Sealed Bids will be received on behalf of the Birmingham Airport Authority (BAA) at the BAA Office located at the Medical Forum Building 950 22nd Street North, Suite 750, Birmingham, AL 35203, until 10:00 a.m. local time on Tuesday, June 10, 2014.  Bids shall be opened and read aloud at 11:30 a.m. local time the same day at the Southern Museum of Flight located at 4343 73rd Street North, Birmingham, Alabama 35206.

The bids shall be submitted in a sealed envelope and/or container plainly marked on the outside with the name, address, and license number of the bidder; the name of the project (Taxiway Safety Area Improvements – Taxiway H) and the time and date due (10:00 a.m. local time, Tuesday, June 10, 2014). Submitted Bids are to be addressed to the attention of Mr. Lowrenzo Taylor, Project Manager, Birmingham Airport Authority, Birmingham, Alabama 35212.

The scope of work consists principally of the following approximate quantities:

690
CY
UNCLASSIFIED EXCAVATION
1690
CY
BORROW EXCAVATION
108
LF
18″ SPAN, 11″ RISE  REINFORCED CONCRETE ARCH PIPE, CLASS III
140
LF
18″ REINFORCED CONCRETE PIPE, CLASS III
52
LF
30″ REINFORCED CONCRETE PIPE, CLASS III
420
LF
18″ REINFORCED CONCRETE PIPE, CLASS IV
4
EA
INLET, DOUBLE GRATE
18318
SY
SODDING (BERMUDA)
1040
CY
TOPSOILING (FURNISHED FROM OFF THE SITE)
13
EA
MEDIUM INTENSITY TAXIWAY EDGE LIGHT (L-861T), OMNI-DIRECTIONAL WITH BLUE QUARTZ LENS L-867 BASE MOUNTED, IN PLACE
1
EA
JUNCTION BOX
2
EA
GRATE INLET, TYPE PR
140
LF
REMOVING CURB
860
SY
REMOVING RIPRAP

A Pre-Bid conference will be held on Tuesday, May 27, 2014 starting at 3:00 p.m. local time at the Southern Museum of Flight located at 4343 73rd Street N., Birmingham, Alabama 35206. All Invitation to Bid participants are strongly encouraged to attend this conference.

Beginning Tuesday, May 20, 2014, Invitation to Bid Packages containing specifications and other contract documents may be purchased from Volkert, Inc., located at 2 20th Street North, Suite 300, Birmingham, AL 35203, phone number (205) 214-5500, upon payment of One Hundred-Fifty and No/100 dollars ($150.00) to Volkert, Inc. for each set of contract documents (This fee will be refunded by Volkert, Inc. for contract documents that are returned in reusable condition within 10 days of bid opening).

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.

Each Seal Bid shall be accompanied by a Bid Bond, in an amount equal to five (5%) percent of the bid price, made payable to the Birmingham Airport Authority. Bid Bond shall be submitted in accordance with the requirements established in the Invitation to Bid documents. No personal or company checks, money order, or cash will be accepted as a form of Bid Security. All participants submitting a bid in amounts exceeding $50,000.00 must be licensed under provisions of Title 34, Chapter 8, Code of Alabama, 1975, as amended.

DBE Policy: It is the policy of the Birmingham Airport Authority (Authority) that DBEs as defined in 49 CFR Part 26, will have maximum opportunity to participate in the performance of all Authority projects and the bidders will take all necessary and reasonable steps to ensure that DBEs have the maximum opportunity to compete for and perform subcontracts. Additional DBE information is contained in the full Invitation to Bid package.

Requests for information or clarifications regarding this Invitation to Bid may be submitted, via email, to the BAA Project Manager, Mr. Lowrenzo Taylor, ltaylor@flybirmingham.com, Birmingham Airport Authority. All such request must be submitted no later than Tuesday, June 3, 2014. Additionally, all interested Participants must notify the BAA of their intent to submit a Bid no later than 5:00 p.m. local time on June 3, 2014.
BT05/22/14
___________________
*INVITATION TO BID

*Birmingham-Shuttlesworth International Airport

*FOR

*Runway Safety Area Improvements – Runway 18
*BAA Project Number: AF024.000.000-2014

Sealed Bids will be received on behalf of the Birmingham Airport Authority (BAA) at the BAA Office located at the Medical Forum Building 950 22nd  Street North, Suite 750, Birmingham, Al. 35203, until 10:00 a.m. local time on Tuesday, June 10, 2014.  Bids shall be opened and read aloud at 11:00 a.m. local time the same day at the Southern Museum of Flight located at 4343 73rd  Street North, Birmingham, Alabama 35206.

The bids shall be submitted in a sealed envelope and/or container plainly marked on the outside with the name, address, and license number of the bidder; the name of the project (Runway Safety Area Improvements – Runway 18) and the time and date due (10:00 a.m. local time, Tuesday, June 10, 2014). Submitted Bids are to be addressed to the attention of Mr. Lowrenzo Taylor, Project Manager, Birmingham Airport Authority, Birmingham, Alabama 35212.

The scope of work consists principally of the following approximate quantities:

38560      CY             UNCLASS EXCAVATION
160        CY             CONTROLLED LOW-STRENGTH MATERIAL
72        LF            30” REINFORCED CONCRETE PIPE, CLASS  III
184        LF            22” SPAN, 14” RISE REINFORCED CONCRETE ARCH PIPE, CLASS III
456         LF            66” REINFORCED CONCRETE PIPE, CLASS III
3        EA            INLET, GRATE   47850        SQ YD        SODDING (BERMUDA)

A Pre-Bid conference will be held on Tuesday, May 27, 2014 starting at 2:00 p.m. local time at the Southern Museum of Flight located at 4343 73rd Street N., Birmingham, Alabama 35206. All Invitation to Bid participants are strongly encouraged to attend this conference.

Beginning Tuesday, May 20, 2014, Invitation to Bid Packages containing specifications and other contract documents may be purchased from Volkert, Inc., located at 2 20th Street North, Suite 300, Birmingham, Al. 35203, phone number (205) 214-5500, upon payment of One Hundred-Fifty and No/100 dollars ($150.00) to Volkert, Inc. for each set of contract documents (This fee will be refunded by Volkert, Inc. for contract documents that are returned in reusable condition within 10 days of bid opening).

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.

Each Seal Bid shall be accompanied by a Bid Bond, in an amount equal to five (5%) percent of the bid price, made payable to the Birmingham Airport Authority. Bid Bond shall be submitted in accordance with the requirements established in the Invitation to Bid documents. No personal or company checks, money order, or cash will be accepted as a form of Bid Security. All participants submitting a bid in amounts exceeding $50,000.00 must be licensed under provisions of Title 34, Chapter 8, Code of Alabama, 1975, as amended.

DBE Policy: It is the policy of the Birmingham Airport Authority (Authority) that DBEs as defined in 49 CFR Part 26, will have maximum opportunity to participate in the performance of all Authority projects and the bidders will take all necessary and reasonable steps to ensure that DBEs have the maximum opportunity to compete for and perform subcontracts. Additional DBE information is contained in the full Invitation to Bid package.

Requests for information or clarifications regarding this Invitation to Bid may be submitted, via email, to the BAA Project Manager, Mr. Lowrenzo Taylor, ltaylor@flybirmingham.com, Birmingham Airport Authority. All such request must be submitted no later than Tuesday, June 3, 2014. Additionally, all interested Participants must notify the BAA of their intent to submit a Bid no later than 5:00 p.m. local time on June 3, 2014.
BT05/22/14
___________________
*ADVERTISEMENT for BIDDER PRE-QUALIFICATION
*And NOTICE of INTENT to RECEIVE BIDS
* from PREQUALIFIED BIDDERS

Pre-qualification submittals will be received by the *Owner’s Representative/Project *Manager, Juan DeOnis on behalf of Office of the Associate Vice President, Facilities & *Capital Projects, University of Alabama at Birmingham, and the University of Alabama Board of Trustees at (*UAB Hospital Planning, 2020 University Blvd., Birmingham, AL *35294 until 4:00 PM Central Time May 27, 2014.  The original and two (2) duplicates of submittals are required for pre-qualification approval; however, facsimile transmission copies may be transmitted to the *Project Manager at (205) 975-7000  to expedite the review process with hard-copies of the submittals to be delivered within 24 hours.

*RELOCATION OF THE TAUB GYM AND OUTPATIENT OT GYM
*For The
*University of Alabama at Birmingham
*Birmingham, Alabama
*Project No.:  H145002A

*A.    SCOPE OF WORK:

The scope of work generally includes demolition of an area of approximately 4,400 s.f. of interior partitions; finishes and systems back to the building shell and rebuilding a portion of  the interior area configured for the new functions. New work includes metal studs and drywall, architectural finishes, plumbing, fire protection, HVAC, and electrical work.  Work will be performed within the operating hospital facility using high levels of infection control measures and the contractor should have experience with the implementation and maintenance of infection control measures and interim life safety measures in a hospital environment as well as experience in performing construction in an operating hospital.

*B.    PRIME CONTRACTOR BIDDER PRE-QUALIFICATIONS:

Prime contractor bidders interested in submitting a proposal must apply for pre-qualification and must be licensed under the Provision of Title 34, Chapter 8, and Code of Alabama, 1975. A copy of current Alabama Contractors license is to be included in pre-qualification submittal.

Only prime contractor bidders who have completed the pre-qualification process and that have been approved will be eligible to submit a bid for the Project.  *Prospective Bidder’s Pre-qualification Package must be received by the *Owner’s Project Manager no later than 4:00 PM Central Time, May 27, 2014 *after which no further requests will be considered.

Pre-qualification Requirements Information Package may be obtained from the Architect *upon letterhead request.

The pre-qualification procedure is intended to identify responsible and competent prime contractor bidders relative to the requirements of the Project.  Each prospective prime contractor bidder will be notified of the results of the pre-qualification, no later than *May 30, 2014 by 5:00 PM Central Time.

*Bidders previously prequalified for this project remain prequalified and no *further submittal from those bidders is required.

The Owner reserves the right to waive technical errors in applications, or abandon the pre-qualification process, should the interests of the Owner appear to be promoted thereby.

*Progress Design and Construction Documents:
Prior to the pre-qualification deadline, project progress plans and specifications may be examined at the following location:

*Architect:
Birchfield Penuel & Associates
2805 Crescent Avenue, Suite 200
Birmingham, Alabama  35209
Mr. Clay Birchfield
205-870-1876
205-870-3058
clayb@bpa.net

*C.    BIDS BY PRE-QUALIFIED PRIME GENERAL CONTRACTOR *BIDDERS

*Documents:
After notice to pre-qualified bidders is given, the pre-qualified prime contractor bidders may obtain bid documents from the Architect (see address above) upon deposit of *$100.00 per set.  The deposit is refundable in full on the first two (2) sets issued to each prime general contractor bidder upon return of documents in reusable condition within ten (10) days after bid opening.  Additional sets for pre-qualified prime contractor bidders, subcontractors, vendors, or dealers may be obtained upon payment of the same deposit.  The deposit for additional sets shall be refunded less the cost of printing, reproduction, handling and distribution, upon return of the documents in reusable condition within ten (10) days after bid opening.

Bid documents will be available at the following locations after notice to pre-qualified bidders is given.  Drawings and specifications may be examined at the Office of the Architect; at the AGC Internet Plan Room, 5000 Grantswood Road, Irondale, AL 35210; at the Birmingham Construction Industry Authority, 601 37th Street South, Birmingham, AL 35222; and at the Reed Construction Data Office, 30 Technology Pkwy, South, Suite 500, Norcross, GA 30092-2912; and electronically through McGraw-Hill Construction Dodge.

*Bonds:
A certified check or bid bond payable to the University of Alabama at Birmingham in an amount not less than five percent (5%) of the amount of the bid, but in no event more than $10,000 must accompany the bidder’s proposal.  Performance and Statutory Labor and Material Payment Bonds will be required at the signing of the Contract.

*Bids:
Bids must be submitted on proposal forms or copies thereof furnished by the Architect. No bid may be withdrawn after the scheduled closing time for receipt of bids for a period of ninety (90) days.  The Owner reserves the right to reject bids if such action is determined to be in the best interest of the Owner.  The Owner reserves the right to revoke pre-qualification of any bidder in accordance with Section 39-2-12, Code of Alabama, 1975, as amended in 1997 (by Act 97-225). *The Bid Date is June 19, 2014 at 2:00 PM Central Time at the *University of Alabama at Birmingham, UAB Hospital Planning, 2020 *University Blvd., Birmingham, Alabama 35294.

*Proposals may be hand delivered or received by mail on the date of the bid *opening at the Office of  Juan DeOnis, Director of Program Planning *Facilities and Capital Projects, 2020 Building, 2020 8th Avenue South, *Birmingham, Alabama  35233, until 12:00 noon.  After 12:00 noon of the *date of the bid opening, proposals must be hand delivered and presented at *the bid opening.  Sealed proposals shall be submitted in triplicate and shall be *properly identified.  All proposals received after 2:00 p.m. on June 19, 2014 *will be returned unopened.

*Nonresident Prime Contractor Bidders:
Under Section 39-3-5, Code of Alabama, 1975, nonresident prime contractor bidders must accompany any written bid documents with a written opinion of an attorney licensed to practice law in such nonresident prime contractor bidder’s state of domicile as to the preferences, if any or none, granted by the law of the state to its own business entities whose principal place of business are in that state in the letting of any or all public contracts. Resident prime contractors in Alabama, as defined in Section 39-2-12, are granted preference over nonresident prime contractors in awarding of contracts in the same manner and to the same extent as provided by the laws of the state of domicile of the nonresident.

*Fire Alarm Work
In accordance with Title 34, Chapter 33A, of  the Code of Alabama 1975, bidders for fire alarm work of this project, if any, must include with their bid, evidence of licensure as required by the act, by including with the bid submittal, a valid State Fire Marshal’s permit.

*D.    PRE-BID CONFERENCE
*A mandatory Pre-Bid Conference will be held on June 2, 2014 at 2:00 p.m. *at the site of the work.  Meet at the main first floor lobby of the Spain *Rehabilitation Center.  It is mandatory that all pre-qualified prime contractor bidders attend the Pre-Bid Conference.

BT05/22/14
___________________

LEAVE A REPLY

Please enter your comment!
Please enter your name here