Home Classified Classifieds

Classifieds

1675
0

ClassifiedsEmployment

Police Officer
University of Montevallo Police Department
is accepting applications for a full-time Police Officer.
Apply online at https://jobs.montevallo.edu
UM is an EO Employer
BT05/29/14
______________

Clinical Supervisor, SLP
The University of Montevallo is currently seeking a
Clinical Supervisor, Speech-Language Pathology.
Visit https://jobs.montevallo.edu
UM is an EO Employer
BT05/29/14
______________
Part Time Camera Operator

College degree in television production field preferred or relevant work experience. One to two years exp. in television production preferred but not required. Must be available to work flexible hours, weekends and holidays.  Send resume to Jean Ziegert, HR Director,  ABC 33/40, 800 Concourse Parkway #200, Birmingham, AL  35244 or e-mail jeanz@abc3340.com.  No phone calls please.  EOE.
BT05/29/14
______________

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 all 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.
BT05/29/14
________________________________
Teachers for the 2014 – 2015 School Year

Holy Family Cristo Catholic High School is seeking Teachers to join our vibrant, faith based academic community for the 2014 – 2015 School Year, to begin August 2014.  Applications are being accepted in all subject areas with an emphasis on Math, Science, English, and Religion.
•    Requirements are as follows:
•    Bachelor’s degree and a valid State Certificate;
•    Relevant Teaching Experience and/or Masters Degree in the Area of Instruction preferred;
•    Technology proficiency in word processing, spreadsheets, databases, multimedia presentations, and Internet use for educational purposes;
•    Enthusiasm for challenging, mission-driven work that serves a diverse population of low-income students, who may require additional attention, patience, and support to achieve the high expectations of Cristo Rey;
•    A spirit of collaboration, respect, and a determination to make a difference in the lives of children is imperative.
•    Application, resume and letter of interest should be sent via email to dfenil@hfcristorey.org
BT05/29/14
________
DRIVERS

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.
BT05/29/14
_____________
Four universal chrome rims
with tires: $1,200.00.
Call 205/541-5607
BT05/29/14
____________
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
BT05/29/14
_________________________________
LEGALS

LEGAL NOTICE
NOTICE OF PUBLIC HEARING

Pursuant to Alabama Code Sections 37-4-40 and 37-4-41, notice is hereby given that on July 1, 2014 at 1:00 p.m., Central Daylight Time, a public hearing will be held before the Alabama Public Service Commission respecting the joint application of Energen Corporation, Alabama Gas Corporation, and The Laclede Group, Inc. for approval to transfer ownership of 100% of the common stock of Alabama Gas Corporation from Energen Corporation to The Laclede Group, Inc. The hearing will take place in the Carl L. Evans Chief Administrative Law Judge Hearing Room, 9th floor, RSA Union Building, 100 North Union Street, Montgomery, AL 36104.
BT05/29/14
_________________________________
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.
BT05/29/14

___________________
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
BT05/29/14
_________________
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
BT05/29/14
___________________
INVITATION FOR BIDS

The Jefferson County Commission will receive bids for Fairfield Willie Mays Park Improvements, JCC Project #CDBG12-03F-M01-FWM at Room 270 of the Jefferson County Courthouse until 9:00 a.m. local time on the 24th day of June, 2014, at which time and place all bids will be publicly opened and read aloud.

Any bid to be delivered by hand or mail prior to the above time or at a different place shall be at the full risk of the bidder. Such bids may be delivered or mailed to the Jefferson County Office of Community & Economic Development, at 716 Richard Arrington Jr. Blvd N, Suite A-430, Birmingham, Alabama 35203. If for any reason such bid does not reach Room 270 of the Jefferson County Courthouse prior to the opening, it may be rejected. No bids shall be accepted after the time stated for receipt of bids.  This requirement shall not be waived.

All bids must be submitted on bid forms furnished, or copy thereof, and must be in a sealed envelope.  The outside of the envelope should contain the following:

(1) “SEALED BID”; (2) “DO NOT OPEN”; (3) PROJECT NAME AND NUMBER;(4) PROJECT OFFICER: “FELICIA SMITH”;(5) CONTRACTOR’S NAME AND ADDRESS (6) ALABAMA LICENSE NUMBER.

Bids are invited upon the work as follows:
Construction of restroom facilities and handicap accessible parking and sidewalks at Willie Mays Park.

Bids must be accompanied by a certified check payable to the order of Jefferson County, Alabama negotiable U.S. Government Bonds (at par value) or a satisfactory Bid Bond executed by the bidder and an acceptable surety, in the amount equal to five percent (5%) of the total of the bid amount but not to exceed $10,000.00, for the Fairfield Willie Mays Park Improvements, JCC Project #CDBG12-03F-M01-FWM.
The bid security is to become the property of the owner in the event that: (1) the bidder fails to meet any of the qualifications required in the bid specifications stated herein; (2) the bidder misrepresents or falsifies any information required to be provided by the owner; (3) for any reason that the bidder fails to qualify, causing his bid to be withdrawn or rejected and such withdrawal or rejection results in delay or substantial additional expense to the owner; (4) the contract and bond are not executed within the time set forth, as liquidated damages for the delay and additional expense of the owner caused thereby.

Bid documents are on file and will be available for examination at the JEFFERSON COUNTY OFFICE OF COMMUNITY & Economic DEVELOPMENT, 716 Richard Arrington Jr. Blvd N, Suite A-430, Birmingham, Alabama 35203; and the BIRMINGHAM CONSTRUCTION INDUSTRY AUTHORITY, 601 37th Street South, Birmingham, AL 35222
The bid package may be obtained by depositing $100.00 with Thompson Architecture, Inc., 2913 Cahaba Road, Birmingham, AL 35223, ph: 205-414-1272, e-mail: rthompson@thompsonarchitecture.com
for each set of documents so obtained.  Such deposit will be refunded in full on the first set issued to each general contract bidder submitting a bonafide bid, upon return of documents in good condition within ten days of bid date.  Other sets for general contractors, and sets for subcontractors and dealers, may be obtained with the same deposit, which will be refunded as above, less cost of printing, reproduction, handling and distribution of the contract documents. The contractor has an option to receive electronically the bid package with no deposit required.

Bidders are advised that submitted bids bind the bidders to the “Bid Conditions Setting Forth Affirmative Action Requirements for all Non‑Exempt Federal and Federally‑assisted Construction Contracts to be awarded in Jefferson, Shelby and Walker Counties, Alabama, “also known as the Birmingham Hometown Plan.

Attention is called to the fact that not less than the minimum salaries and wages as set forth in the contract documents must be paid on this project, and that the contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, sex, age, religion, national origin, disability, or veteran status.

All bidders be advised that this contract is subject to Section 3 of the Housing and Urban Development act of 1968, as amended, (12 USC l701U) which if it is in excess of $100,000, requires that to the “greatest extent feasible”, opportunities for training and employment be given lower income residents of the project area and contracts for work in connection with the project be awarded to business concerns which are: (1) 51 percent or more owned by section 3 residents; or (2) Whose permanent, full-time employees include persons, at least 30 percent of whom are currently section 3 residents, or within three years of the date of first employment with the business concern were section 3 residents; or (3) That provides evidence of commitment to subcontract in excess of 25 percent of the dollar award of all subcontracts to be awarded to business concerns that meet the qualifications set forth in paragraphs (1) or (2) in this definition of “section 3 business concern.”

All bidders must be licensed by the State of Alabama Licensing Board of General Contractors, as required by Chapter 8 of Title 34 of the Code of Alabama 1975 as amended.

The Jefferson County Commission reserves the right to reject any or all bids or to waive any informalities in the bidding.

This project will be funded in its entirety (100%) with Federal Community Development Block Grant Funds.

No Bid may be withdrawn for a period of sixty (60) days from the date of the opening of bids to allow the Jefferson County Commission to review the bids and investigate the qualifications of bidders, prior to awarding the contract.
BT05/29/14

______________________

ADVERTISEMENT for BIDDER PRE-QUALIFICATION And NOTICE of INTENT to RECEIVE BIDS
from PREQUALIFIED BIDDERS
Pre-qualification submittals will be received at the 2020 Building, 2020 8th Avenue South, Birmingham, Alabama 35233 until 2:00pm local time on Monday, June 16, 2014 by the Owner’s Representative/Project Manager, Juan de Onis, on behalf of Office of the Associate Vice President, Facilities & Capital Projects, University of Alabama at Birmingham, and the Callahan Eye Foundation Hospital Health Care Authority. 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.
CALLAHAN EYE HOSPITAL
EFH INFRASTRUCTURE IMPROVEMENTS UNIVERSITY OF ALABAMA AT BIRMINGHAM UAB PROJECT # H145005A
A.    SCOPE OF WORK: 
The project will be constructed under a single prime contract in a single phase. Care must be taken to limit disturbances, coordinate shutdowns and follow strict ICRA requirements to protect patients, family and staff. The scope of the work is to extend chilled water lines from ground level at the northwest corner of the parking deck, up the side of the parking deck, across the roof with valved and capped taps at existing roof top equipment, and down to the existing chiller room, insulation for piping, hangers at the parking deck and roof. Work requires replacing two existing air handling units and modifying the ductwork to convert units from 100% OSA to a return system. Work includes a new steam to water heat exchanger, complete with coils, controls and two pumps. Work includes structural connections of the chilled water piping to the existing structure, horizontal and vertical penetrations through the existing structure, and patching the roof at penetrations. All work will be carefully coordinated with Hospital staff to ensure the operations of the facility are not interrupted. The Callahan Eye Hospital location is 1720 University Boulevard, Birmingham, Alabama, 35233.
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 2:00pm local time on Monday, June 16, 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 2:00pm local time on Monday, June 23, 2014.
A mandatory pre-bid conference will be held at the Callahan Eye Hospital at the First Floor Lobby, 1720 University Blvd, Birmingham, AL 35233 on Wednesday, June 25, 2014 at 10:00am local time.
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:
POOLE & COMPANY ARCHITECTS, LLC
2 NORTH 20TH STREET, SUITE 1610
BIRMINGHAM, AL 35203
(205) 326-2206
(205) 326-2201 jpoole@pooleandcompany.com

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 for purchase through a DPR site at Alabama Graphics, 2801 Fifth Avenue South, Birmingham, Alabama 35233.
Bid documents will be available on Tuesday, June 24 at the following locations after notice to pre-qualified bidders is given. Drawings and specifications may be examined at the Office of the Architect; McGraw-Hill Construction Dodge, 3000 3rd Avenue South, Birmingham, AL 35233; at the AGC Internet Plan Room, 5000 Grantswood Road, Irondale, AL 35210; at the Birmingham Construction Industry Authority, 3600 Fourth Avenue South, Birmingham, AL 35222; and at the Reed Construction Data Office, 30 Technology Pkwy, South, Suite 500, Norcross, GA 30092-2912.
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). Bids will be received until Tuesday, July 15, 2014 at 2:00pm local time at the 2020 Building, 2020 8th Avenue South, Birmingham, Alabama 35233.
BT05/29/14
_____________________

LEAVE A REPLY

Please enter your comment!
Please enter your name here