Home Classified Classifieds

Classifieds

1662
0

ClassifiedsEmployment

University of Montevallo

Administrative Assistant I – Education

Visit: https://jobs.montevallo.edu

UM is an EO Employer
BT01/22/15

________________________
ELECTRICIAN

The BJCC has a FT opening for a licensed journeyman
or master electrician.  Must have at least 3 yrs. expr in
commercial or industrial field.  Must be able to read and
interpret drawings, specs, etc., with extensive knowledge
of Simplex Fire Alarm Sys.  Valid state driver license reg.
Apply at bjcc.org.
BT01/22/15

__________________

AUTOMOBILE

2008 G.M.C. Arcadia SLT
Gold HARD LOADED
3rd. row seat Leather
Bring W-2 and drive
today Call Sam at
205-815-6454

2012 Dodge Charger
Factory Powertrain
Warranty Low miles
Call Cynthia
205-380-0593

2007 Murcury Mountaineer
Fully loaded with T.V.
3rd row seat, navigation
Call Sam at
205-815-6454

2004 Ford Mustang
Blue Automatic
40th Anniversary Edition
Call Ladarious at
205-380-0593

2010 Scion T.C.
5 speed Low miles
Sunroof, Silver
Call Cynthia at
205-380-0593
BT01/22/15

________________________
LEGAL TO: Prospective Offerors

REQUEST FOR PROPOSALS:
15-06

SEPARATE SEALED PROPOSALS FOR:
Legal Services

PROPOSALS WILL BE RECEIVED AT:
HABD Central Office                                                                                                      Procurement Administrator
1826 Third Avenue South
Birmingham, AL  35233-1905

CLOSING DATE:
February 10, 2015

TIME:
2:00 P.M. CST

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

By submission of a proposal the offeror agrees, if the offeror’s proposal is accepted, to enter a contract with the Housing Authority of the Birmingham District (HABD), to complete all work as specified or indicated in the contract documents, for the contract price and within the contract time indicted in the RFP.  The offeror further accepts the terms and conditions of the RFP.

Proposals must be prepared in accordance with the section entitled “Submittal of Proposal,” and will be evaluated by the HABD.  Evaluation will be based on the criteria within this RFP.

Copies of the RFP, which includes the scope of services, conditions and requirements, may be obtained from the HABD Procurement Office located at the address listed above.  Persons who require special accommodations should immediately contact the HABD Procurement Office at (205) 521-0611.

HABD reserves the right to accept or reject any or all proposals, or any proposal, and to waive any informalities or irregularities.

HABD in accordance with the Executive Orders 11625 and 12138 promotes participation by businesses owned and operated by disadvantaged and historically underutilized businesses.  Section 3 business requirements must also be met.

A copy of this solicitation is available at www.habd.org under the Purchasing and Procurement Section.  Questions regarding the attached RFP should be directed to the Procurement Administrator, in writing ten (10) days prior to proposal due date.  Questions received after the deadline will not be answered.

Contracting Officer:
Naomi H. Truman, Executive Director
BT01/22/15

_______________
TO: Prospective Offerors

REQUEST FOR PROPOSALS:
15-12

SEPARATE SEALED PROPOSALS FOR:
Resident Leadership and Team Building
Training

PROPOSALS WILL BE RECEIVED AT:
HABD Central Office
Procurement Administrator
1826 Third Avenue South
Birmingham, AL  35233-1905

CLOSING DATE:
February 12, 2015

TIME:
2:00 P.M. CST

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

By submission of a proposal the offeror agrees, if the offeror’s proposal is accepted, to enter a contract with the Housing Authority of the Birmingham District (HABD), to complete all work as specified or indicated in the contract documents, for the contract price and within the contract time indicted in the RFP.  The offeror further accepts the terms and conditions of the RFP.

Proposals must be prepared in accordance with the section entitled “Submittal of Proposal,” and will be evaluated by the HABD.  Evaluation will be based on the criteria within this RFP.

Copies of the RFP, which includes the scope of services, conditions and requirements, may be obtained from the HABD Procurement Office located at the address listed above.  Persons who require special accommodations should immediately contact the HABD Procurement Office at (205) 521-0611.

HABD reserves the right to accept or reject any or all proposals, or any proposal, and to waive any informalities or irregularities.

HABD in accordance with the Executive Orders 11625 and 12138 promotes participation by businesses owned and operated by disadvantaged and historically underutilized businesses.  Section 3 business requirements must also be met.

A copy of this solicitation is available at www.habd.org under the Purchasing and Procurement Section.  Questions regarding the attached RFP should be directed to the Procurement Administrator, in writing ten (10) days prior to proposal due date.  Questions received after the deadline will not be answered.

Contracting Officer:
Naomi H. Truman, Executive Director
BT01/22/15

_______________
ADVERTISEMENT FOR BIDS
JEFFERSON COUNTY DEPARTMENT OF REVENUE IMPROVEMENTS
The Jefferson County Commission will receive sealed Proposals from General Contractors for the Jefferson County Department of Revenue Improvements until 2:00 PM Local Time on Tuesday, February 24, 2015 at the Jefferson County Courthouse, Room 1, General Services, 716 Richard Arrington Jr. Boulevard North, Birmingham, Alabama 35263, after which time they will be opened in the Commission Chamber, Second Floor, Room 270.
No Bids will be accepted after the time stated for the receipt of Bids. This requirement will not be waived. The clock in the County Commission Chamber will be used to determine the correct time as determined by Mr. Jeff Smith, Director of General Services, or his designated representative. At the time stated above, the Proposals will be opened and publicly read aloud.
All Bids must be on a lump-sum basis. Submit two identical copies of the Bid on the Proposal 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 will be returned without being opened.
Construction Contracts shall be awarded only to Contractors, licensed by the State Licensing Board for General Contractors, as required by Title 34, Chapter 8, Code of Alabama. Construction Contracts in excess of $50,000 shall be awarded only to Contractors licensed as required by the 1978 Code of Alabama, Title 34, Chapter 8 as amended. Bidders must be “responsible” in accordance with criteria in the Bid Documents and as stipulated by Title 39-2-3-(e) of the Code of Alabama
A Bid Bond, executed by a Surety company duly authorized and qualified to make such bonds in Alabama, payable to Jefferson County in the amount of 5% of the amount of the Bid, but not more than $10,000, must accompany the Bidder’s Proposal. 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 Owner.
A mandatory Pre-Bid Conference will be held at 2:00 PM Local Time on Wednesday, February 11, 2015 in the Jefferson County Courthouse, Room 22, Ground Floor, 716 Richard Arrington Jr. Boulevard North, Birmingham, Alabama. Because of the nature of this project, General Contractors wishing to bid the project 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, the Bid may be postponed at the discretion of the Owner.
Bid Documents (Drawings and Project Manual) will be open to public examination after 12:00 PM Local Time on Thursday, January 29, 2015 at the office of Poole and Company Architects, LLC, 2 20th Street North, Tel. 205-326-2206, Suite 1610; AGC Internet Plan Room; at the Birmingham Construction Industry Authority; at the F.W. Dodge Company Plan Room in Birmingham; McGraw-Hill Construction Dodge, and Construction Market Data in Birmingham.
Two sets of Bid Documents will be provided to each General Contractor upon receipt of a deposit check of $200.00, made payable and delivered to Poole and Company Architects, LLC. The deposit check will be refunded in full upon return of the documents in good condition within ten days of the Bid date. Good condition is defined as documents that are properly bound, fully clear, legible, without tears, without defacing marks, notes of extraneous comments or sketches on front or back of any sheet. Additional sets of Bid Documents may be obtained at Alabama Graphics for the cost of printing and handling. Bids will only be accepted from General Contractors who have filed a document deposit with the Architect.
No Bid may be withdrawn after the scheduled closing time for the receipt of Bids for a period of 60 days. Only Bids submitted by General Contractors licensed as required by applicable State and Local laws and bearing the license number of the Contractor will be considered.
The Owner reserves the right to reject any and all bids; to waive formalities and technicalities, and to proceed in its’ own best interests.
BT01/22/15

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

Forum Meeting Space Renovation

This will be for the use of the Birmingham-Jefferson Civic Center Authority, Birmingham, Alabama. Pre-qualified 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 by pre-qualified General Contractors, up to the hour of 2:30 p.m. on Wednesday,  March 04, 2015, 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 Wednesday, March 04, 2015, 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 2:30 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, February 11, 2015 at 10:30 a.m. in the BJCC Executive Board Room.

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

BT01/22/15

_______________
UNIVERSITY OF ALABAMA
AT BIRMINGHAM
BIRMINGHAM, ALABAMA

The Board of Trustees of the University of Alabama for the University of Alabama at Birmingham requests proposals from General Contractors for furnishing all labor and materials required for Lab Automation BCMA Wireless Infrastructure.

Proposals will be received until 2:00 p.m. CT on February 19, 2015 and will thereafter be publicly opened and read aloud in the large conference room of the 2020 Building, 2020 8th Avenue South, Birmingham, Alabama 35294-6552.  Bids must be submitted on Proposal Forms furnished.  Proposals shall be clearly identified on the exterior of the package with the bidder’s name, address, State license number, the name of the project being bid, time and place of the bid opening.  Sealed proposals shall be submitted in triplicate and shall be properly identified.

Proposals may be hand delivered or received by mail on the date of the bid opening at the Office of Juan DeOnis, 2020 Building, 2020 8th Avenue South, Birmingham, Alabama 35294-6552, 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 February 19, 2015 will be returned unopened.

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, Code of Alabama.  Construction Contracts in excess of $50,000 shall be awarded only to Contractors licensed as required by the 1978 Code of Alabama, Title 34, Chapter 8 as amended.  Bidders must be responsible in accordance with criteria in the bid documents and as stipulated by Title 39-2-3-(e) of the Code of Alabama.

A Cashiers 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 Board of Trustees of the University of Alabama in the amount of 5% of the amount of bids, but in no event more than $10,000.00, must accompany the bidder’s proposals.  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 Owner.

Scope of Work

Work consists of installation of wireless infrastructure cabling and components and associated repair of finishes throughout multiple buildings in the Hospital complex.  Work will be done in operating patient care areas which will require the Contractor to strictly follow stringent infection control guidelines.

UAB is a Signatory Sponsor to and affirms The Birmingham Plan ‑ Construction Industry Program (see the requirements thereof as stated in Paragraph 13 of the Supplementary Instructions to Bidders, Specification Section 00120).

A Mandatory Pre-Bid Conference will be held on February 2, 2015 at 5:00 p.m. at the site of the work.  Meet at the UAB Highlands Hospital Main Lobby.  The Owner has designated that bid documents will be available for examination 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 Construction Market Data, 30 Technology Pkwy, South, Suite 500, Norcross, GA 30092-2912; and electronically through McGraw-Hill Construction Dodge.

Two (2)       sets of bid documents will be issued by the Architect, Birchfield Penuel & Associates, 2805 Crescent Avenue, Suite 200, Birmingham, Alabama to qualified bidders upon deposit of $100 per set, by check drawn to the order of the Architect.  Deposits will be refunded in full to bona fide General Contract bidders, and the difference between deposits and cost of reproduction and handling will be refunded to others, upon return of all documents in good condition.  Deposits will be forfeited if bid documents are not returned within ten (10) days after the Bid Opening.
BT01/22/15

____________
INVITATION FOR BIDS

The Jefferson County Commission will receive bids for the  GARDENDALE NEW CASTLE PARK IMPROVEMENTS (CDBG13-03F-U4-NCP)    at Room 270 of the Jefferson County Courthouse (Commission Chambers – 2nd Floor) until 9:00 a.m. local time on the 10th  day of  February 2015 , 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 and 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: “ALFONSO HOLT”; (5) CONTRACTOR’S NAME AND ADDRESS; (6) ALABAMA LICENSE NUMBER; (7) CONTRACTOR’S DUNS NUMBER.

Bids are invited upon the work generally described as follows:

The work includes, but is not limited to providing all necessary materials, labor, equipment, tools, transportation and services to install a pre-fabricated dual-flush restroom facility at the existing Gardendale New Castle Park. Project includes clearing, grubbing and disposal of debris; approximately 300 C.Y. of earth grading and moving (cut and fill); approximately 725 SF of 5’ wide (typical) reinforced concrete sidewalks with 2” stone base; electrical service and utility stub-outs; 1000 gallon septic tank and associated on-site disposal field lines installed in accordance with Jefferson County Regulations; signage relocation; various erosion control measures; site restoration; and other minor miscellaneous site work in ccordance with the plans and specifications.

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 GARDENDALE NEW CASTLE PARK IMPROVEMENTS (CDBG13-03F-U4-NOP)

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 AND ECONOMIC DEVELOPMENT, 716 Richard Arrington Jr. Blvd N, Suite A-430, Birmingham, Alabama 35203; the BIRMINGHAM CONSTRUCTION INDUSTRY AUTHORITY, 601 37th Street South, Birmingham, Alabama 35222, and through ALABAMA AGC – ISQFT PLAN ROOM, 28015th Avenue South, Birmingham, AL 35233.

The bid package may be obtained by depositing $ 100.00     with     ENGINEERING SERVICE ASSOCIATES, INC., 5300 Cahaba River Road, Suite 250, Birmingham, AL 35243  (205-970-0772)      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.

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 properly licensed by the Alabama Licensing Board for General Contractors, as required by Chapter 8 of Title 34 of the Code of Alabama 1975 as amended.  General Contractors with a classification of BC, BCU4 or MU should be able to bid this project.  If a Contractor has any questions regarding his classification or eligibility to bid this project, those questions should be directed to the State Licensing Board.

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.
BT01/22/15

____________
INVITATION FOR BIDS

The Jefferson County Commission will receive bids for the  ROSEDALE SIDEWALKS – PHASE 3 PROJECT (CDBG13-03L-M05-RS3)    at Room 270 of the Jefferson County Courthouse (Commission Chambers – 2nd Floor) until 9:00 a.m. local time on the  10th day of  February 2015 , 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 and 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: “ALFONSO HOLT”; (5) CONTRACTOR’S NAME AND ADDRESS; (6) ALABAMA LICENSE NUMBER; (7) CONTRACTOR’S DUNS
NUMBER.

Bids are invited upon the work generally described as follows:

The work includes, but is not limited to providing all necessary materials, labor, equipment, tools, transportation and services to construct various sidewalk improvements, including: clearing, grubbing and disposal of debris; approximately 4,620 SF of 5’ wide fiber-reinforced concrete sidewalks; six (6) ADA-compliant sidewalk ramps and curbing modifications; pedestrian crossing signage and signage relocations; 21 LF of cross-tie and composite batten retaining wall; 51 LF of 1-1/2” ADA-Compliant steel handrail; pavement markings; various power pole, guy wire and utility relocations/adjustments; various erosion control measures; site restoration; and other minor miscellaneous site work in accordance with the plans and specifications.

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 ROSEDALE SIDEWALKS – PHASE 3 PROJECT (CDBG13-03L-M05-RS3).

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 AND ECONOMIC DEVELOPMENT, 716 Richard Arrington Jr. Blvd N, Suite A-430, Birmingham, Alabama 35203; the BIRMINGHAM CONSTRUCTION INDUSTRY AUTHORITY, 601 37th Street South, Birmingham, Alabama 35222, and through ALABAMA AGC – ISQFT PLAN ROOM, 2801 5th Avenue South, Birmingham, AL 35233.

The bid package may be obtained by depositing $ 100.00     with     ENGINEERING SERVICE ASSOCIATES, INC., 5300 Cahaba River Road, Suite 250, Birmingham, AL 35243  (205-970-0772)      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.

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 properly licensed by the Alabama Licensing Board for General Contractors, as required by Chapter 8 of Title 34 of the Code of Alabama 1975 as amended.  General Contractors with a classification of MU or MU-S: Walkways should be able to bid this project.  If a Contractor has any questions regarding his classification or eligibility to bid this project, those questions should be directed to the State Licensing Board.
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.
BT01/22/15

____________
PUBLIC NOTICE

Jefferson County, Alabama
Office of Community & Economic Development
Amended Final Statement of Community Development Block Grant Disaster Recovery /(CDBG-DR) Objectives and Projected Use of Funds

CDBG-DR Program Year 2012 Amendment #2 and Program Year 2013 Amendment #1

The United States Department of Housing and Urban Development requires that in order to receive funding under the Community Development Block Grant Program (CDBG), the Home Investment Partnerships Program (HOME), the Emergency Shelter Grant Program (ESG), the Emergency Solutions Grant Program (ESG), and the Housing Opportunities for Persons with AIDS Program (HOPWA).  Each entitlement city or urban county must prepare a Consolidated Plan.  This Plan was prepared in the year 2010.  The Plan identifies housing and non-housing needs over a five year period, assigns priorities to each of the needs and a strategy for meeting those needs, and sets out a one year Action Plan establishing funding.  The overall goal of the community development programs is to develop viable urban communities by providing decent housing and a suitable living environment and expanding economic opportunities, principally for low- and moderate-income persons.  This Community Development Block Grant Disaster Recovery (CDBG-DR) Action Plan following approval by HUD will become a part of that plan.

The Jefferson County Consortium is made up of the unincorporated areas of Jefferson County, Alabama and 30 municipalities within the County. The Cities of Birmingham, Bessemer, County Line, Argo, Sumiton,  Helena and Hoover are the only cities in the County not participating in the Consortium. Birmingham, Bessemer and Hoover are entitlement cities themselves.  However, due to the nature of the CDBG-DR program, assistance will only be made available to designated areas within the Jefferson County Consortium as described in Section I. Impact and Unmet Needs Assessment. The Final Amended Statement for the CDBG-DR Grants will be developed after receiving citizen comments and views during the 7-day comment period and also at a public hearing to be held on January 26, 2015 at 2:00 p.m. at the Jefferson County Office of Community & Economic Development 716 Richard Arrington Jr. Blvd. North, Suite A-420, Birmingham, Alabama, 35203.

Written comments regarding the proposed plan must be received prior to 5:00 PM on January 27, 2014. Written comments should be submitted via U.S. Postal Service to the following:

Proposed CDBG-Disaster Recovery
Jefferson County Office of Community & Economic Development
716 Richard Arrington Jr Blvd N, Ste. A-430
Birmingham, AL 35203
Attn: Yolanda B. Caver

Or

Written comments can also be submitted prior to 5:00 PM on January 27, 2015 by electronic submission to the following: To: burrellsy@jccal.org, Subject: CDBG-DR Comments.

Special accommodations can be made available, upon request, for those with disabilities.  Those needing special accommodations should contact the office at 205-325-5761 in advance.

Special accommodations are available, upon request, for those with disabilities and for those with limited English proficiency. Those requiring special accommodations or questions regarding the Plan, should call 325-5761 in advance for assistance.

AVAILABILITY OF THE PROPOSED AMENDMENTS

Copies of amendments and summaries may be reviewed at the Jefferson County Office of Community & Economic Development, 716 Richard Arrington Jr. Blvd. North – Suite A430, Birmingham, AL 35203, by calling 325-5761, or online at http://jeffconline.jccal.org/comdev/main/non-housing.html.  Arrangements can also be made to meet the Special Needs Requirements of those with disabilities.  Those in this category should contact the Office of Community Development at the above address and telephone number.
a)    The Final Amended Use of Funds stated herein has been developed so as to give maximum feasible priority to activities which will principally benefit low and moderate income persons and families.

The purpose of these Amendments is to delete several activities and to reprogram unexpended funds to other activities in these program years.

Jimmie Stephens, President
Jefferson County Commission
BT01/22/15

____________

PUBLIC NOTICE

Jefferson County, Alabama
Office of Community & Economic Development
Amended Final Statement of Community Development Objectives and Projected Use of Funds

Program Years 2014

Jefferson County, Alabama, and a consortium of municipalities located within the County (excluding Birmingham, Bessemer, Hoover, County Line, Sumiton, Argo, and Helena), received from the U.S. Department of Housing and Urban Development annual grant for the 2014 Program Year from the Consolidated Plan Annual Action Plans.  This is the 40th year of the Consolidated Plan Annual Action Plans that may include the Community Development Block Grant Program (CDBG), The Emergency Shelter Grant Program (ESG), Community Development Block Grant – Disaster Recovery (CDBG-DR), The Emergency Solutions Grant (ESG) and the HOME Program (HOME).

Pursuant to the requirements of the Housing and Community Development Act of 1974, as amended, Jefferson County, Alabama is hereby publishing the Final Amended Statement of Objectives and Projected Use of Funds for the 2010 Five-Year Consolidated Plan and this year of the Program (October 1, 2014 to September 30, 2015).  This Final Amended Statement will be developed after receiving citizen comments and views at a public hearing to be held on January 26, 2015 at 2:00 p.m. at the Jefferson County Office of Community & Economic Development 716 Richard Arrington Jr. Blvd. North, Suite A-420, Birmingham, Alabama.

Special accommodations are available, upon request, for those with disabilities and for those with limited English proficiency. Those requiring special accommodations or questions regarding the Plan, should call 325-5761 in advance for assistance.

AVAILABILITY OF THE PROPOSED AMENDMENTS

Copies of amendments and summaries may be reviewed at the Jefferson County Office of Community & Economic Development, 716 Richard Arrington Jr. Blvd. North – Suite A430, Birmingham, AL 35203, by calling 325-5761, or online at http://jeffconline.jccal.org/comdev/main/non-housing.html.  Arrangements can also be made to meet the Special Needs Requirements of those with disabilities.  Those in this category should contact the Office of Community Development at the above address and telephone number.

Comments must be submitted prior to 5:00 p.m. on February 20, 2015.  Written comments must be submitted to the following:

Jefferson County Office of Community & Economic Development
716 Richard Arrington Jr Blvd N, Ste. A-430
Birmingham, AL 35203
Attn: Amendment Comments

a)    The Final Amended Use of Funds stated herein has been developed so as to give maximum feasible priority to activities which will principally benefit low and moderate income persons and families.

The purpose of these Amendments is to delete several activities and to reprogram unexpended funds to other activities in these program years.

Jimmie Stephens, President
Jefferson County Commission
BT01/22/15

LEAVE A REPLY

Please enter your comment!
Please enter your name here