Home Classified Classified

Classified

1889
0

Employment

ADMINISTRATIVE ASSISTANT
Appointment coordination, Event and meeting planning,
Make travel arrangements, Record monitor expenses,
send your resume and salary expectations to: lo.ri@aol.com
BT03/12/15
_________________________
IT/Software Development

Callidus Software Inc, enterprise incentive management solutions
provider, has opening in Birmingham, AL for Software Engineer: Program
and support current application (ICM) in Java. Mail resume and ref.
SE14 to Attn B Valencia, 4140 Dublin Blvd, Ste 400, Dublin, CA 94568
BT03/12/15
____________________________________
DRIVERS

Drivers CDL-A: Dream of Owning Your Own Truck?
Now You Can! White Oak Logistics
is Offering One of the Best Lease Purchase Programs
in the Business! Including 72% of Line-Haul!
Discount Parts & Maintenance! 100% FS Paid to the Truck! Don’tWait!
Call: 256-432-3944
BT03/12/15
____________________________________________
LEGAL

INVITATION TO BID

Sealed proposals will be received by Birmingham City Schools at the office of Mr. Edward McMullen, Purchasing Department, 2015 Park Place North, Birmingham, Alabama 35203, until 2:00 p.m. CST April 8th, 2015 for Renovations for Norwood Elementary School at which time and place they will be publicly opened and read.

The project is the renovation of finishes, doors, kitchen equipment, plumbing, fire protection, HVAC and lighting systems at the existing Norwood Elementary School, 3136 Norwood Boulevard, Birmingham, AL 35234.

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, 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.

The Owner intends to award a single contract for this work to a single pre-qualified General Contractor.  The Owner will accept proposals only from firms which demonstrate their experience and ability to perform the work necessary for this project.  Interested General Contractors must submit a Contractor’s Qualification Certificate.  Minimum Qualifications to be certified by prospective bidders include: 1) statutory licensor requirements, 2) bonding capacity in excess of $5,000,000 dollars, 3) minimum of ten (10) years successful history as an approved, authorized or licensed General Contractor, 4) minimum average annual volume of $12,000,000 dollars in construction value for the past three (3) years, and 5) successful current experience in construction of a scope similar to this Project.  Joint venture arrangements must qualify solely on the strength of the principal firm’s qualifications.  Notarized Contractor’s Qualification Certificates must be submitted to the Architect along with any request to obtain Bid Documents by a General Contractor by Thursday, March 19, 2015.  The required Form of Certificate is AIA Document A305 Contractor’s Qualification Statement 1986 Edition and may be obtained from the Architect.

All sub-contracts equal to or greater than $250,000 will be required to be bonded.  The low bidder is required to provide a list of all sub-contractors and a copy of their bonds at the pre-construction conference.

Drawings and specifications may be obtained and/or examined at 1:00 pm. CST, Monday, March 16th at the offices of TurnerBatson Architects, 1950 Stonegate Drive, Suite 200, Birmingham, Alabama 35242, the office of Birmingham Construction Industry Authority (BCIA), and F.W. Dodge Birmingham (a.k.a. McGraw Hill), Associated General Contractors, and Construction Market Data.

Bid Documents may be purchased from Alabama Graphics, 2801 5th Ave, South, Birmingham, AL 35233, 
205.252.8505.  Contractors must purchase sets at their own expense – no deposits or refunds will be allowed.

Bids must be submitted on proposal forms furnished by the Architect (Engineer) 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 Architect (Engineer); 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.  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.

A Pre-Bid Conference will be held at Norwood Elementary School, 3136 Norwood Boulevard, Birmingham, AL 35234 at 2:00pm, CST, March 23, 2015Attendance at Pre-Bid Conference by General Contractor Bidders is Mandatory.

Awarding Authority:
Birmingham Board of Education
Dr. Spencer Horn, Superintendent
Architect:
Turner Batson Architects, PC

BT03/12/15

____________________________________
INVITATION FOR BIDS

The Jefferson County Commission will receive bids for CONCORD DRAINAGE IMPROVEMENTS PROJECT CDBG-DR-13-03I-U03-CDI at Room 270 of the Jefferson County Courthouse until 10:00 a.m. local time on the 31st day of March, 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 & 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; (7) CONTRACTOR’S DUNS NUMBER.

Bids are invited upon the work as follows:
A drainage project in the Community of Concord to relieve flooding as the result of the 2011 tornado.  The project consist of: 1) Removing existing undersized or damaged drainage structures; 2) Clearing trees, debris & siltation from drainage paths; 3) Establishing ditches to the size and shape as designed in plans; 4) Installing drainage structures such as concrete fumes, culverts, slope paved headwalls, and retainage structures.

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 CONCORD DRAINAGE IMPROVEMENTS PROJECT CDBG-DR-13-03I-U03-CDI.
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; the BIRMINGHAM CONSTRUCTION INDUSTRY AUTHORITY, 601 37th Street South, Birmingham, AL 35222; Dodge Data & Analytics, www.construction.com; and ISqFt Plan Room, isqft.com. The bid package may be obtained by depositing $125.00 with Sentell Engineering, Inc., Tuscaloosa, Alabama, ph: 205-752-5564 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.
BT03/12/15
__________ ABANDONED VEHICLE
In accordance with Section 32-13-1, Code of Alabama 1975, notice is hereby given to the owner, lienholders, and other interested parties that the following described abandoned vehicle will be sold at public auction for cash to the highest bidder at:
(time) 1:00 pm
(date) March 23,2015  
at AutoPlex
(address)2325 4th Avenue North
Birmingham, Alabama 35203_
Description) 2002 Cadillac Deville
(VIN #)1G6KF57952U291828

(Description) 2005 Lincoln Town Car
(VIN#)1LNHM82W05Y609438

(Description) 1998 Jaguar XJ8L
(VIN#)SAJHX6244WC839336

(Description) 2003 GMC Envoy
(VIN#) 1GKDS13S732124455

(Description) 1999 Chysler Sebring
(VIN#)3C3EL55H3XT609917

(Description) 2005 Hyundai Sonata
(VIN#)5NPEU46F36H002611

(Description) 2000 Buick Century
(VIN#)2G4WY55J6Y1185720

(Description) 2006 Cadi SRX
(VIN#)1GYEE637760139158

(Description) 1991 Chevy Lumina
(VIN#)2G1WL54T8M9228416

(Description) 1992 Acura Vigor
(VIN#)JH4CC2658NC009441

(Description) 2006 BMW750LI
(VIN#)WBAHN83546DT32418

(Description) 2002 Mercedes ML320
(VIN#)4JGAB54E32A328605

(Description) 2006 Ford Expedition
(VIN#)1FMFU17586LA76767

(Description) 2003 Honda Element
(VIN#)5J6YH28583L012692

(Description) 2000 Ford Box Truck
(VIN#)1FDWE2726YHA78723

(Description) 2001 Olds Alero
(VIN#)1G3GS64C414138537

(Description) 2009 Scion XD
(VIN#)JTKKU10469J048821

Seller reserves the right to reject any bids and the right to bid.
BT03/12/15
__________________
REQUEST FOR BIDS HOUSING REHABILITATION BID ANNOUNCEMENT BID #73-15:

Bids will be accepted by the Jefferson County Purchasing until 5:00 p.m. on Tuesday, March 24, 2015, for proposed owner-occupied housing rehabilitation work at the following addresses:
401 1st Ave. SW, Bessemer, Al. 35022
313 58th St., Fairfield, Al. 35064
530 43rd St., Fairfield, Al. 35064
2804 4th Street N.W., Center Point, AL 35215
1230 Elizabeth Ave., Tarrant, AL 35217

Bids will be opened at 10:00 a.m. on Wednesday, March 25, 2015 in Room 830 of the Jefferson County Courthouse. Interested parties may get a copy of the bid package at Jefferson County Purchasing: 716 Richard Arrington Jr. Blvd. N, Suite 830, Birmingham, AL 35203.
All interested contractors must meet the minimum contractor requirements for bidding on or before the date and time that bids are due. All questions must be written and faxed to (205) 214-4034 or e-mailed to Carmen Jones at jonesc@jccal.org
BT03/12/15
__________
ADVERTISEMENT for BIDS

Parking Lot
41st Street and 1st Avenue South
Birmingham, Alabama

Birmingham Parking Authority
WBA Project  No: 14-042

Bids will be received from General Contractors until 2:00pm CST on Thursday, March 26, 2015 and will thereafter be publicly opened and read aloud at the Board Room of the Birmingham Parking Authority Administrative Office, 1732 5th Avenue N, Birmingham, AL 35203.
No bids will be accepted after the time stated for receipt of Bids.  This requirement will not be waived.  The clock in the Board Room will be used to determine the time.  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 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 will be returned without being opened.
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 bid bond, executed by a Surety company duly authorized and qualified to make such bonds in Alabama, payable to the Birmingham Parking Authority in the amount of 5% of the amount of bids, but in no event more than $10,000.00, 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 on March 19, 2015 at 2:00 pm CST in the Board Room of the Birmingham Parking Authority Administrative Office, 1732 5th Avenue N, Birmingham, AL 35203.  All General Contractors wishing to bid must be present for 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.

Bid documents (Drawings and Project Manual) will be available for examination at the Plan Room of McGraw-Hill Construction Dodge, at the Alabama Association of Minority Contractors, at AGC Internet Plan Room, at The Birmingham Construction Industry Authority, at the F.W. Dodge Company Plan Room in Birmingham, and Construction Market Data in Birmingham.

Two sets of the Bid documents will be provided to each General Contractor at Alabama Graphics for a deposit of $300.00, made payable to the Architect. Deposits will be refunded in full to General Contractor bidders, 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.

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 or all bids; to waive formalities and technicalities; and to proceed in its’ own best interests.

Architect:  
Kyle Kirkwood
Williams Blackstock Architects
2204 1st Avenue South, Suite 200
Birmingham, AL 35233
Phone: (205) 252-9811    Fax: (205) 252-9812

Owner’s Representative/Project Manager:
James Merkerson, Maintenance Supervisor
401 North 20th Street
Birmingham, AL  35203
Phone: (205) 321-7058
BT03/12/15

____________________________________
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 March 17, 2015 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 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
4TH FLOOR PHARMACY EXPANSION
UNIVERSITY OF ALABAMA AT BIRMINGHAM
UAB PROJECT #H135005

A.    SCOPE OF WORK:

The project, constructed under a single prime contract, will be performed in a single phase in an occupied department, so care will need to be taken to limit disturbances, coordinate shutdowns and follow strict ICRA requirements to protect patients, family and staff.  The scope of the work includes demolition, renovations and improvements to work areas, including mechanical and electrical systems and replacement of lighting and ceilings, finishes, and required ICRA provisions.  All work will be carefully coordinated with Hospital staff to ensure the operation of the facility is not interrupted.  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 March 17, 2015 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 March 24, 2015.

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 April 1, 2015 at 10:00 AM CST.

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 March 25, 2015 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 sixty (60) 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 April 9, 2015 at 2:00pm local time at the 2020 Building, 2020 8th Avenue South, Birmingham, Alabama 35233.
BT03/12/15
____________________________________
INVITATION FOR BIDS

The Jefferson County Commission will receive bids for the NORTH SMITHFIELD MANOR COMMUNITY STORM SHELTER (CDBG-DR)  at the Commission Chambers, Room 270 of the Jefferson County Courthouse until 9:00 a.m. local time on the 31st day of March, 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: “Yolanda B. Caver”; (5) CONTRACTOR’S NAME AND
ADDRESS; (6) ALABAMA LICENSE NUMBER; (7) CONTRACTOR’S DUNS #.

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 a dual purpose Community Center and FEMA 361 Storm Shelter including: HUD project sign, erosion control measures; clearing, grubbing, tree removal, small storm shelter structure demolition and disposal of all debris; approximately 545 C.Y. of earth grading and moving (cut and fill); grated trench drain, storm piping, rip-rap, grassed swale stormwater feature; water line, backflow preventer, 8” sanitary sewer main, sanitary manholes, sanitary lateral and stub out; an approximately 2,021 S.F. storm shelter facility meeting FEMA 361 requirements;  roadway milling and asphalt overlay; concrete and paver sidewalks, concrete stairs with steel handrails; two (2) asphalt parking lots, painted striping; site restoration; and other minor miscellaneous site work in accordance with the plans and specifications.

Bids must be accompanied by a certified check or bank draft 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 NORTH SMITHFIELD MANOR COMMUNITY STORM SHELTER.

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, 3600 4th Avenue 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 $150.00 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 or BCU4 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 PROSPECTIVE BIDDER OR ITS SUBCONTRACTOR MUST BE PREQUALIFIED TO CONSTRUCT, AT A MINIMUM, CLASS “A” SEWER LINE PROJECTS.  TO PREQUALIFY WITH THE DEPARTMENT AND TO CONSTRUCT CLASS “A” SEWER PROJECTS, EACH PROSPECTIVE BIDDER MUST FURNISH WRITTEN EVIDENCE OF COMPENTENCY AND EVIDENCE OF FINANCIAL RESPONSIBILITY TO THE COUNTY. ACCORDINGLY, THE COUNTY WILL NOT ACCEPT PREQUALIFICATION APPLICATIONS AFTER THE 20TH DAY OF MARCH, 2015.

CONTRACTORS ARE ENCOURAGED TO CONTACT MR. DANIEL WHITE, (205) 325-5496, WITH THE JEFFERSON COUNTY ENVIRONMENTAL SERVICES DEPARTMENT, 716 RICHARD ARRINGTON JR. BLVD., NORTH, SUITE A-300, BIRMINGHAM, ALABAMA 35203, IN ADVANCE OF THE DEADLINE TO DETERMINE IF THE CONTRACTOR IS PREQUALIFIED TO CONSTRUCT CLASS “A” SEWER PROJECTS.

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.
BT03/12/15
______________________________________

LEAVE A REPLY

Please enter your comment!
Please enter your name here