Home Classified Classifieds

Classifieds

1676
0

ClassifiedsEmployment

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 an Assistant Controller.

The Assistant Controller will manage all aspects of accounts payable, 1099 reporting & compliance, perform several G/L account reconciliations and other assigned duties.
Royal Cup offers competitive wages and an opportunity to grow your career.  Royal Cup Coffee is an Equal Opportunity Employer/Minority/Female/Disability/Veterans.  To apply please visit online at www.royalcupcoffee.com/.        BT05/01/14
___________________________________
AUTOMOBILE

2011 Chevy Camaro
6 cylinder low miles
5 speed extra sharp
Call Floyd Morris at
205-587-4313

2008 G.M.C. Sierra SLE
Red extended cab
Tow package extra clean
Call Sammy at
205-814-8454

2003 blue Infinity G35
Fully loaded with Navigation
Luxury 6 speed sports car
Call Ivory at
205-821-0491

2008 G.M.C. Yukon
Black nicely equipped
3rd row seat Family fun
Call Sammy
205-814-8454

2005 Honda Element
Silver Low miles
Economy S.U.V.
Save Call Ivory
205-821-0491
BT05/01/14
_________________________________
LEGALS

The Birmingham-Jefferson Civic Center Authority will receive sealed bids for:

Gas and Electric Utility Vehicles

This will be for the use of the Birmingham-Jefferson Civic Center Authority, Birmingham, Alabama.

The Birmingham-Jefferson Civic Center, 2100 Richard Arrington Jr. Blvd. North, Birmingham, Alabama will receive Bids, up to the hour of 9:00 a.m. on Thursday,  May 29, 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.

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.

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. Wednesday, May 28, 2014, must be hand delivered and presented at the bid opening.  Sealed bids shall be submitted in duplicate and shall be properly identified. All bids received after 9:00 a.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 $1,000 must accompany the bidder’s bid.

Questions should be directed to David Smith, Operations Manager, at (205) 458-8562 or email David.Smith@bjcc.org.

Sharon Proctor
Purchasing Coordinator
Birmingham-Jefferson Civic Center Authority
BT05/01/14
_____________________
The Birmingham-Jefferson Civic Center Authority will receive sealed bids for:

Tables, Chairs, Stage and Supporting Equipment

This will be for the use of the Birmingham-Jefferson Civic Center Authority, Birmingham, Alabama.

The Birmingham-Jefferson Civic Center, 2100 Richard Arrington Jr. Blvd. North, Birmingham, Alabama will receive bids, up to the hour of 9:30 a.m. on Thursday,  May 29, 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.

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.

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. Wednesday, May 28, 2014, must be hand delivered and presented at the bid opening.  Sealed bids shall be submitted in duplicate and shall be properly identified.  All bids received after 9:30 a.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 $1,000 must accompany the bidder’s bid.

Questions should be directed to David Smith, Operations Manager, at (205) 458-8562 or email David.Smith@bjcc.org.

Sharon Proctor
Purchasing Coordinator
Birmingham-Jefferson Civic Center Authority
BT05/01/14
_____________________
NOTICE OF COMPLETION

In accordance with Chapter 1 Title 39, Code of Alabama, 1975, notice is hereby given that Bennett Building, Inc., Contractor, has completed the contract for the Gymnasium Addition and Renovations to Wilsonville Elementary School, for the State of Alabama and the Shelby County Board of Education, owners, and have made request for final settlement of said contract.  All persons having any claim for labor, materials, or otherwise in connection with this project should immediately notify Lathan Associates Architects, PC located at 1550 Woods of Riverchase Dr #200 Hoover, AL 35244.
Bennett Building, Inc.
120 Shady Acres Road
Alabaster, AL  35007
BT05/01/14
___________________
ADVERTISEMENT FOR BID
Additions to Ohatchee High School
Ohatchee, Alabama

Sealed bids from qualified General Contractors for Additions to Ohatchee High, for the Calhoun County Board of Education, will be received from qualified General Contractors only at the offices of the Calhoun County Board of Education, 4400 McClellan Boulevard, Anniston, Alabama, until 2:00 PM, May 13, 2014.
No Bids will be accepted after 2:00 PM, May 13, 2014. This requirement will not be waived.  The official time will be determined by the Architect, or his designated representative.  The proposals will be publicly opened May 13, 2014 at 2:00 PM at the location listed above.

All Bids must be on a lump-sum basis.  Submit three copies of the Bid on the Bid Form provided, without changes, in a sealed envelope bearing the Contractor’s name and current Alabama license number.  Bids that do not bear the Contractor’s current license number on the outside of the envelope will be returned without being opened.

A bid bond payable to Calhoun County Board of Education, in an amount not less than five (5) percent of the amount of the proposal, but in no event more than $10,000 must accompany the bid.  Performance and Statutory Labor and Material Payment Bonds in the amount of 100% of the Contract Price will be required at the signing of the Contract.

A Pre-Bid Conference will be held on May 1, 2014 at 10:00 A.M. at Ohatchee High School, located at 100 Cherokee Trail, Ohatchee, Alabama  36271. Due to the nature of this project qualified General Contractors wishing to submit a bid must attend the pre-bid conference.  It is strongly recommended that asbestos abatement contractors and other major subcontractors (HVAC, Plumbing, Electrical, Roofing and Masonry) attend the Pre-Bid Conference. If the number of bidders who attend the pre-bid conference decreases so there is little or no competition, others may be allowed to bid or the bid may be postponed at the discretion of the Owner.

Drawings and Project Manual will be open to public inspection beginning April 21, 2014 at the offices of the Calhoun Country Board of Education, CMH Architects, Inc., F.W. Dodge Company Plan Room, and Reed Construction Data.  Bidders must call the Owner and Architect’s office at least 24 hrs in advance to arrange a time to review the documents.  These documents cannot be removed from the Owner’s or Architect’s office nor will any copies of these documents be provided to bidders.

Bid Documents may be obtained from the Architect upon deposit of $200 per set. Said deposit is non-refundable and is for the cost of reproduction and mailing plans and bid documents.  Other sets for contractors, and sets for subcontractors and dealers, may be obtained from Alabama Graphics, 2801 5th Ave. S, Birmingham, AL  35233, (205-252-8505) for the cost of printing and handling.

The Architect for this project is CMH Architects, Inc., 1800 International Park Drive, Suite 300, Birmingham, Alabama 35243, phone (205) 969-2696.

Bid Submittal: 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. The Owner reserves the right to reject any or all proposals and to waive technical errors if in the Owner’s judgment, the best interests of the Owner will thereby be promoted.

Liquidated Damages: Apply to this project in the amounts specified in the General and Supplemental Conditions.

Bids submitted may not be modified, withdrawn, or cancelled by the bidder for a period of 60 days after the bid date.

Nonresident Contractors must accompany any written proposal documents with a written opinion of any attorney at law licensed to practice law in such nonresident bidders’ state of domicile, as to the preferences,
if any or none, granted by the law of that state to its own business entities whose principal places of business are in that state in the letting of any or all public contracts.

Bonds required by the Contract Documents shall be issued by a Surety Company licensed to do business in the State of Alabama having a bond rating of at least A- according to Best’s Key Rating Guide, without reinsurance or other agreements to enhance its rating.
Joe Dyar
Superintendent
Calhoun County Board
of Education

BT05/01/14
___________________
ADVERTISEMENT FOR BIDS
Project No.: DTR-13-05
Date: 11 April, 2014
Cordova City Hall and Police Department
Cordova, Alabama
Separate sealed bids from qualified General Contractors for the new Cordova City Hall and Police, for the City of Cordova will be received at the Cordova City Hall, 3885 North Massachusetts Avenue, Cordova, Alabama 35550, until 2:00 PM, May 06, 2014.
No Bids will be accepted after 2:00 PM, May 06, 2014. This requirement will not be waived. The official time will be determined by the Architect, or his designated representative. The proposals will be publicly opened May 06, 2014 at 2:00 PM at the location listed above.
All Bids must be on a lump-sum basis. Submit three copies of the Bid on the Bid Form provided, without changes, in a sealed envelope bearing the Contractor’s name and current Alabama license number. Bids that do not bear the Contractor’s current license number on the outside of the envelope will be returned without being opened. Contractor’s shall complete the Supplemental Bid Form and submit within 24 hrs of the Public Bid Opening.
A Pre-Bid Conference will be held on April 23, 2014 at 10:00 AM. at the Cordova City Hall, located at 3885 North Massachusetts Avenue, Cordova, Alabama. Due to the nature of this project qualified General Contractors wishing to submit a bid must attend the pre-bid conference. If the number of bidders who attend the pre-bid conference decreases so there is little or no competition, others may be allowed to bid or the bid may be postponed at the discretion of the Owner.
The Information for Bidders, Form of Bid, Form of Contract, Plans, Specifications, and Form of Bid Bond, Performance and Payment Bond, and other contract documents may be examined at the following location: City of Cordova City Hall, F.W. Dodge Company Plan Room, and Reed Construction Data and offices of CMH Architects, Inc. 1800 International Park Drive, Suite 300, Birmingham, AL 35243. Bidders must call the Owner and Architect’s office at least 24 hrs in advance to arrange a time to review the documents. These documents cannot be removed from the Owner’s or Architect’s office nor will any copies of these documents be provided to bidders.
Bid Documents may be obtained at the office of CMH Architects, Inc., located at 1800 International Park Drive, Suite 300, Birmingham, Alabama 35243 upon payment of a deposit of $200.00 per set. Said deposit is non-refundable and is for the cost of reproduction and mailing plans and bid documents.
The Architect for this project is CMH Architects, Inc., Suite 300, 1800 International Park Drive, Birmingham, Alabama 35243, phone (205) 969-2696.
Each bidder must deposit with his bid security in the amount, form and subject to the conditions provided in the Information for Bidders.
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.
Bid Submittal: 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 Contractor 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.
The Owner reserves the right to waive any informality or to reject any or all bids. Liquidated Damages: Apply to this project in the amounts specified in project manual’ refer to Information for Bidders, General Conditions and Supplemental Conditions.
No bidder may withdraw his bid within 60 days after the actual date of the opening thereof.
Nonresident Contractors must accompany any written proposal documents with a written opinion of any attorney at law licensed to practice law in such nonresident bidders’ state of domicile, as to the preferences, if any or none, granted by the law of that state to its own business entities whose principal places of business are in that state in the letting of any or all public contracts.
Bonds required by the Contract Documents shall be issued by a Surety Company licensed to do business in the State of Alabama having a bond rating of at least A- according to Best’s Key Rating Guide, without reinsurance or other agreements to enhance its rating.
BT05/01/14
______________________________________
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, George Griswold 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 Health System Planning, 2020 Building, 2020 University Blvd., Birmingham, AL 35233 until 4:00 PM Central Time, May 13, 2014.  The original and five (5) duplicates of submittals together with a .pdf-formatted electronic version 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.

REBIDDING FOR
UAB FIRE ALARM REPLACEMENT QBT, NEW HILLMAN, AND OLD HILLMAN
For The
University of Alabama at Birmingham
Birmingham, Alabama
UAB Project No.:  H135001A

A.    SCOPE OF WORK:

Work consists of replacing full and partial building fire alarm systems.  Work includes new fire alarm system panels, devices, conduit, wiring, programming, and certification.  Work also includes associated electrical work, repair of building finishes, and removal of old system components.  Work will be performed within the operating hospital facility using high levels of infection control measures.  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 AND ELECTRICAL CONTRACTOR BIDDER PRE-QUALIFICATIONS:

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.  Electrical Contractor/Subcontractor bidders interested in submitting a proposal must have a State of Alabama Fire Marshal’s Certified Fire Alarm Contractor Permit which is to be included in the pre-qualification submittal.

Only bidders who have completed the pre-qualification process and 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 13, 2014, after which no further requests will be considered.

Pre-qualification Requirements Information Package may be obtained from the Engineer upon letterhead request sent by mail at the address below or scanned into an email to dhuddleston@ssoe.com.

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 16, 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:

Engineer:
SSOE Group
3504 7th Avenue South
Birmingham, Al  35222
205-323-2373
205-322-2731
David Huddleston
dhuddleston@ssoe.com

C.    BIDS BY PRE-QUALIFIED PRIME GENERAL CONTRACTOR BIDDERS

Documents:
After notice to prequalified bidders is given, the prequalified General Contract bidders may obtain bid documents through the UAB Digital Plan Room at http://uab.algraphics.com/, 2801 Fifth Avenue South, Birmingham, AL  35233 (Laura Loggins, telephone 205-252-8505 or email lloggins@algraphics.com).  Prequalified General Contractor bidders must submit to Alabama Graphics a refundable bid check payable to SSOE in the amount of $200.00 per set.  The deposit is refundable in full on the first two sets issued to each prime General Contractor bidder upon return of documents in re-usable condition within 10 days after the bid opening.  Additional document sets for prequalified General Contractor bidders, subcontractors, subcontractors, vendors, suppliers, or dealers may be obtained as a direct purchase from Alabama Graphics, non-refundable.

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 Engineer; 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.

Disclaimer:  The Owner and Architect shall not be responsible for errors or erroneous information related to the Bid Documents copied and/or reproduced from sources other than previously listed.  It shall be the responsibility of each pre-qualified bidder, subcontractor, vendor, supplier or other service provider to verify the correctness of Bid Document issue dates, addendums and all information related thereto, prior to preparing and submitting construction bids on the projects listed and/or described within this public advertisement.

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 Engineer. 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 3, 2014 at 2:00 PM Central Time at the University of Alabama at Birmingham, UAB System Planning, 2020 Building, 2020 University Blvd., Birmingham, Alabama 35233.

Proposals may be hand delivered or received by mail on the date of the bid opening at the Office of George Griswold, Project Manager, 2020 Building, 2020 University Blvd., 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 3, 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.

D.    PRE-BID CONFERENCE
A mandatory Pre-Bid Conference will be held on May 19, 2014 at 2:00 p.m. at the site of the work.  Meet at the West Pavilion ground floor atrium elevator lobby.  It is mandatory that all pre-qualified prime contractor bidders attend the Pre-Bid Conference.
BT05/01/14

LEAVE A REPLY

Please enter your comment!
Please enter your name here