Home Classified Classified

Classified

2180
0

**Employment

**CATERING SERVICE
*Rae Rae’s Catering
All Events – Weddings –
Family Reunions – Etc.
*205-266-0831or 205-587-7503
BT05/21/15
(HZline)
________________
*Legals

*PUBLIC NOTICE
*Budget Hearing
*City of Birmingham, Alabama
*For
*Fiscal Year July 1, 2014 through June 30, 2015

This is to give formal notice of a public hearing to be held by the Council of the City of Birmingham, Alabama on Thursday, May 28, 2015 at 5:30 p.m., in the Council Chambers on the third floor of City Hall in the City of Birmingham.

*OPERATING BUDGET

The first hearing will concern the Mayor’s Proposed General Fund Budget in the amount of *$403,510,542.00.

The Operating Budget contains other funds in the amount of $50,386,255; total operating budget is in the amount of * $453,896,797.

*TOTAL PROPOSED OPERATING BUDGET

Operating Budget:
Personnel Services         $280,606,850
Expenses                    122,781,424
Debt Services              50,508,523
*TOTALS           $453,896,797

Note: Included in the Total proposed Operating Budgets are the General Fund, General Bond Debt Reserve Fund, Tax Increment Financing, Neighborhood Allocations Fund, Highway Improvement Fund, Fuel Tax Fund, Storm Water Management Fund, Corrections Fund, Fair Trial Tax Fund, Community Development Block Grant, Birmingham Fund and the Alabama Trust Fund.  At the above referenced hearings, the Council of the City of Birmingham will receive any written or oral questions or comments concerning the expenditure of said funds.  Copies of the proposed Operating Budget are available for public inspection during normal business hours, 8:00 a.m. to 5:00 p.m., in the Office of the Director of Finance, (Room A-100) and the City Clerk’s Office (third floor) in the City Hall of Birmingham, Alabama.  The Director of Finance Office and the City Clerk’s Office are accessible to the handicapped by way of an ADA entrance to City Hall on 20th Street North.  The City of Birmingham does not discriminate against the handicapped in its practices and employment and does not discriminate against anyone because of race, creed, color or national origin.

Lee Frazier
City Clerk
BT05/21/15
(HZline)
________________
*INVITATION TO BID

The Water Works Board of the City of Birmingham will be accepting bids covering the installation of water mains and appurtenances connected thereto and 22 water services along F.L. Shuttlesworth Drive, 29th  Avenue North, 30th Court North and 31st  Avenue North located in the City of Birmingham, Alabama. Plans and specifications may be examined and obtained in the office of the Manager – System Development at 3600 First Avenue, North.  Bids must be received for public opening at 10:00 a.m. local time in said office.  A Mandatory Pre-Bid Conference will be held on *Wednesday, May 27, 2015 at 10:00 a.m. local time in the System Development Conference Room located on the Second Floor of the Main *Campus Building located at the above-stated address.  Bids will not be accepted from Contractors who do not attend the Pre-Bid Conference. *Bids must be received for public opening on Wednesday, June 24, 2015 at 10:00 a.m. local time in the System Development Conference Room *located as stated above.
BT05/21/15
(HZline)
________________
*INVITATION TO BID

The Water Works Board of the City of Birmingham will be accepting bids covering the installation of water mains and appurtenances connected thereto and 70 water services along Morrow Street; Thomas Street; Circle Street; Circle Drive; and Hudson Street located in the Dolomite Community of the City of Birmingham, Alabama. Plans and specifications may be examined and obtained in the office of the Manager – System Development at 3600 First Avenue, North.  Bids must be received for public opening at 10:00 a.m. local time in said office. * A Mandatory Pre-Bid Conference will be held *on Wednesday, May 27, 2015 at 10:00 a.m. local time in the System Development Conference Room located on the Second Floor of the Main *Campus Building located at the above-stated address.  Bids will not be accepted from Contractors who do not attend the Pre-Bid Conference. *Bids must be received for public opening on Wednesday, June 24, 2015 at 10:00 a.m. local time in the System Development Conference Room *located as stated above.
BT05/21/15
(HZline)
________________
*TO:                                                             
Prospective Bidders

*INVITATION FOR BID NUMBER:                            
*15-06

*SEPARATE SEALED BIDS FOR:                                       
Landscaping and Grounds Maintenance Services

*BID OPENING:                                    
*May 29, 2015

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

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

*PRE-BID CONFERENCE:                                
*May 15, 2015

*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
BT05/21/15
(HZline)
________________
*TO:                                                                         
Prospective Offerors

*REQUEST FOR PROPOSALS:                             
*15-14

*SEPARATE SEALED PROPOSALS FOR:
Architectural/Engineering Design Services for the
Central Office HVAC System

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

 *CLOSING DATE:
May 29, 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 oBT05/21/15ained 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.

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

The 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
BT05/21/15
(HZline)
________________
*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 *10:00 a.m. CST Friday, May 29, 2015 for *Arrington Middle School Cooling Tower *Replacement and until *10:30 a.m. CST Friday, May 29, 2015 for Sun Valley Elementary *School Cooling Tower Replacement at which time and place they will be publicly opened and read.

The project scope is as indicated in the contract documents, which includes: Replacement of the existing Cooling Tower and associated work located at Arrington Middle School, 2101 Jefferson Ave. SW Birmingham, AL 35211 and Sun Valley Elementary School located at 1010 18th Ave. NW Birmingham, AL 35215.

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 as indicated in the bid documents will be required at the signing of the Contract.

Bid Documents may be obtained at the office of Mr. Edward McMullen, Purchasing Department, 2015 Park Place North, Birmingham, Alabama 35203, requested by email in digital format at the office of BCS Department of Capital Projects: Mr. Bob Morgan at 205-231-2082, email:*rmorgan@bhm.k12.al.us., offices of MW/Davis Dumas & Associates, Inc. 2720 Third Ave South, Birmingham, AL 35233, and the offices of the Birmingham Construction Industry Authority (BCIA).

Bids must be submitted on proposal forms furnished in the Bid Package  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/Consultant; 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 Mandatory Pre-Bid Conference will be held at Arrington Middle School, 2101 Jefferson Ave. SW Birmingham, AL 35211 at 9:00 am, CST, May 26, 2015.*Attendance at Pre-Bid Conference by *Bidders is Mandatory.

A Mandatory Pre-Bid Conference will be held at Sun Valley Elementary School located at 1010 18th Ave. NW Birmingham, AL 35215 at 11:00 am, CST, May 26, 2015. *Attendance at Pre-Bid *Conference by Bidders is Mandatory.

Awarding Authority:
Birmingham Board of Education
Dr. Spencer Horn, Superintendent

Owner Consultant:
MW/Davis Dumas & Associates, Inc.
BT05/21/15
(HZline)
________________
*ADVERTISEMENT for BIDDER PRE-QUALIFICATION And NOTICE of INTENT to RECEIVE BIDS
*from PREQUALIFIED BIDDERS
Pre-qualification submittals will be received at Poole & Company Architects LLC, 2 North 20th Street, Suite 1610, Birmingham, Alabama 35203 on Thursday, June 11, 2015 by John Blocker, Project Manager. 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) 326-2201 to expedite the review process with hard-copies of the submittals to be delivered within 24 hours.
*JEFFERSON COUNTY PUBLIC SAFETY CENTER DOMESTIC HOT WATER STORAGE TANK REPLACEMENT JEFFERSON COUNTY *COMMISSION
*JEFFCO PROJECT # G.15507.01
*A.    SCOPE OF WORK: 
Jefferson County Commission has elected to initiate a project to replace the defective hot water storage tank. The existing horizontal storage tank located in the main level mechanical room is approximately 2,000 gallons and is original to the building. The replacement project shall be designed and constructed to provide future flexibility, and minimize hot water system down time, such that the facility is never without domestic hot water. The completed project will include removal of the existing storage tank and two fractional horsepower inline hot water circulator pumps. Two – 1000 gallon storage tanks, with isolation valves, to allow parallel or independent operation, will be installed within the footprint of the demolished tank. Two inline, fractional horsepower pumps will be provided under this contract by the mechanical/plumbing contractor. The construction of the project shall be carried out to minimize down time of the system during construction to intervals of 3 – 4 hours. To achieve this, the project has been divided into four distinct phases. Each phase will be carried out to the satisfaction of the owner and design team prior to the start of a subsequent phase. The project location is the Jefferson County Public Safety Center, 809 Richard Arrington Jr. Boulevard North, Birmingham, Alabama 35263
*B.    PRIME MECHANICAL/PLUMBING CONTRACT OR BIDDER PREQUALIFICATIONS:
A Mechanical/Plumbing Contractor will be the Prime Contractor. Mechanical/Plumbing 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. The mechanical/plumbing contractor must be a licensed general contractor and must also have proven experience serving as a prime contractor for this type of work. We are seeking only mechanical/plumbing contractors who are also a licensed general contractor.
Only 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 Architect’s Project Manager no later than 2:00pm local time on Thursday, June 11, 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 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 Thursday, *June 18, 2015.
*C. BIDS:
The Jefferson County Commission will receive sealed Proposals for the Jefferson County Domestic Hot Water Storage Tank Replacement until *2:00 PM Local Time on Tuesday, July 14, 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 the 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, July 1, 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, Prime Contractor bidders who have been approved 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 *Friday, June 19, 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 pre-approved Prime Contractor bidder 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 pre- approved Prime Contractor bidder 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 pre-approved Prime Contractor bidder 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.
BT05/21/15
(HZline)
_______________ 

LEAVE A REPLY

Please enter your comment!
Please enter your name here