Home Classified CLASSIFIEDS 10/22/15

CLASSIFIEDS 10/22/15

2267
0

Employment

_____________________________

Immediate Employment 

Delivering phone books.

Make Xtra money in Birmingham, AL

Great pay and flexible hours.

Must have: Drivers License,

Auto Insurance, Own Transportation.

Call Now! (855) 775-9493 or Apply online at www.dda-se-sw.com

BT10/22/2015

(HZline)

_____________________________ 

HELP WANTED!!!

Owner Operators-Flatbed: Regional/OTR.

No forced dispatch. Great Rates! Trailer Rental,

Plates, Ins avail. Generous Sign-on Bonus!

75% LH, 100% FSC. Nicole: 586-834-4057

BT10/22/2015

(HZline)

_____________________________

HELP WANTED!!!

Drivers, CDL-A: Home EVERY Weekend! ALL Loaded/Empty Miles Paid! Dedicated Southeast! Or Walk Away Lease, No Money Down. 1-855-971-8522

BT10/22/2015

(HZline)

_____________________________

ROBOTICS ENGINEER/PROGRAMMER WANTED

Robotics Engineer / Programmer wanted in Birmingham, Alabama to coordinate all requirements

and all maintenance activity in Robotic Assembly Lines and Nut Farm.  Please mail resume to

Vicki Angel, Assistant Controller, 111 Industries Inc., 1951 A Avenue, Victor, IA 52347.  

BT10/22/2015

(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 39 water services along Depot Street; Main Street / Old Pinson Highway; Center Avenue; Jefferson Boulevard; Gadsden Street and Hale Avenue located in the City of Birmingham and the City of Tarrant, 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 Tuesday, October 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 ConferenceBids must be received for public opening on Tuesday, November 24, 2015 at 10:00 a.m. local time in the System Development Conference Room located as stated above.

BT10/22/2015

(HZline)

_____________________________

Legal

_____________________________

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 Thursday, October 29, 2015 by the Owner’s Representative/Project Manager, George Griswold, on behalf of Office of the Associate Vice President, Facilities & Capital Projects, University of Alabama at Birmingham, and the Callahan Eye Hospital Health Care Authority. The original and two (2) duplicates of submittals, together with a .pdf-formatted electronic version are required for pre-qualification approval; however, facsimile transmission copies may be transmitted to the Project Manager at (205) 975-7000 to expedite the review process with hard-copies of the submittals to be delivered within 24 hours.

CALLAHAN EYE HOSPITAL AIR HANDLING UNITS REPLACEMENT UNIVERSITY OF ALABAMA AT BIRMINGHAM UAB PROJECT # H155019

  1. A. SCOPE OF WORK:

The scope of the work consists of the replacement of two (2) air handling units on the roof of the Callahan Eye Hospital, including mechanical, electrical, and membrane roof patching. Demolition of old and installation of new materials will be part of the work. The work will be performed either under a single Prime General Contractor or Prime Mechanical Contractor who will coordinate the work of this project. The Prime Contractor and/or Prime Mechanical Subcontractor (HVAC) should have experience with similar size and type projects performed in an operating hospital environment and with implementation and maintenance of Infection Prevention and Interim Life Safety measures in an operating hospital.. The Contractor should have experience The Prime Contractor must have experience as a General Contractor (not as a Construction Manager, Program Manager, etc.)

  1. B. PRIME GENERAL CONTRACTOR, PRIME MECHANICAL CONTRACTOR (HVAC), MECHANICAL (HVAC) SUBCONTRACTOR BIDDER PRE-QUALIFICATIONS:

Prime General Contractor’s, Prime Mechanical (HVAC) Contractor’s, and Mechanical (HVAC) Subcontractor 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 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 Prequalification Package must be received by the Owner’s Project Manager no later than 2:00pm local time on Thursday, October 29, 2015 after which no further requests will be considered.

Pre-qualification Requirements Information Package may be obtained from the Architect upon letterhead request sent by email or scanned into an email to jblocker@pooleandcompany.com.

The pre-qualification procedure is intended to identify responsible and competent contractor bidders relative to the requirements of the Project. Each prospective prime contractor and subcontractor bidder will be notified of the results of the prequalification, no later than 2:00pm local time on Thursday, November 5, 2015.

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 jblocker@pooleandcompany.com

  1. C. BIDS BY PRE-QUALIFIED PRIME GENERAL CONTRACTOR, AND PRIME MECHANICAL CONTRACTOR (HVAC) BIDDERS

Documents:

Bid documents will be available on Friday, November 6, 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 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, November 24, 2015 at 2:00pm local time at the 2020 Building, 2020 8th Avenue South, Birmingham, Alabama 35233.

Bid proposals may be hand delivered or received by mail on the date of the bid opening at the Office of George Griswold, 2020 Building, 2020 University Blvd., Birmingham, Alabama 35233, until 12:00 noon. After 12:00 noon of the date of the bid opening, bid proposals must be hand delivered and presented at the bid opening. Sealed bid proposals shall be submitted in triplicate and shall be properly identified. All bid proposals received after 2:00 p.m. on Tuesday, November 24, 2015 will be returned unopened.

Nonresident Prime Contractor Bidders:

Under Section 39-3-5, Code of Alabama, 1975, nonresident prime contractor bidders must accompany any written bid documents with a written opinion of an attorney licensed to practice law in such nonresident prime contractor bidder’s state of domicile as to the preferences, if any or none, granted by the law of the state to its own business entities whose principal place of business are in that state in the letting of any or all public contracts. Resident prime contractors in Alabama, as defined in Section 39-2-12, are granted preference over nonresident prime contractors in awarding of contracts in the same manner and to the same extent as provided by the laws of the state of domicile of the nonresident.

Fire Alarm Work

In accordance with Title 34, Chapter 33A (the ACT), of the Code of Alabama 1975, bidders for fire alarm work of this project, if any, must include with their bid evidence of licensure as required by the ACT by including with the bid submittal a valid State Fire Marshall’s permit.

  1. D. PRE-BID CONFERENCE

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, November 11, 2015 at 10:00 AM CST.

BT10/22/2015

(HZline)

_____________________________

NOTICE of COMPLETION

In accordance with Chapter 1 Title 39, Code of Alabama, 1975, notice is herby given that Bennett Building, Inc., Contractor, has completed the contract for Construction of the Community Safe Room, for the City of Fultondale-West, AL, owners, and have made request for final settlement of said contract.  All persons having any claim for labor, materials, or otherwise in connection with this project would immediately notify  Mark Burns Architect at 580 Indian Crest Drive Indian Springs,  AL 35124 .

Bennett Building, Inc.

120 Shady Acres Road

Alabaster, AL  35007

BT10/22/2015

(HZline)

_____________________________

Advertise to Bid

JEFFERSON COUNTY 2121 BUILDING

PERSONNEL BOARD – 1ST FLOOR RENOVATION

The Jefferson County Commission will receive sealed Proposals from General Contractors for the Jefferson County 2121 Building Personnel Board – 1st Floor Renovation until 2:00 PM Local Time on Tuesday, November 17, 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 Monday, November 9, 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 Wednesday, October 28, 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.

BT10/22/2015

(HZline)

_____________________________

Early Notice and Public Review of a Proposed 

Activity in a Floodplain 

To:  All interested Agencies, Groups and Individuals

This is to give notice that Jefferson County, Alabama under 24 CFR Part 58 has determined that the following proposed action under the Community Development Block Grant program and HUD grant number B-14-UC-01-0001 is located in the 100-year floodplain and Jefferson County, Alabama will be identifying and evaluating practicable alternatives to locating the action in the floodplain and the potential impacts on the floodplain from the proposed action, as required by Executive Order 11988, in accordance with HUD regulations at 24 CFR 55.20 Subpart C Procedures for Making Determinations on Floodplain Management and Protection of Wetlands.

  1. 1. The following is a description of all of the proposed activities that are located with the floodplain:
  1. a. Existing activities that are occurring before proposed project is constructed: Use of the community center, ball fields and outdoor water splash park.
  2. b. Proposed construction activities: Proposed activities include removing and replacing existing chain link fencing around existing recreational fields, minor grading to reduce ponding water on one of four existing fields, and construction of an asphalt parking lot. Parking lot construction will take place in a previously disturbed area where a dilapidated structure and an existing gravel storage area are currently located.
  3. c. New activities when proposed project is completed: No new activities will occur.  This project enhances the existing ball fields, and the proposed parking will be for use by people using the existing facilities. 
  1. 1. The total number of acres of the floodplain: There are approximately 15.2 acres within the floodplain boundary, on the project property.
  2. 2. The total number of acres of the activity within the floodplain: The total land disturbance within the floodplain encompasses approximately 0.7 acres; 0.37 acres making up the proposed asphalt parking area and .33 acres resulting from the removal and re-installation of fence post structures and miscellaneous improvements.
  3. 3. The related natural and beneficial values potentially adversely affected by the activity:  The related natural and beneficial functions of the existing floodplain within the project property are limited, as this area is currently developed with structures, parking area and recreational fields. The proposed project will have no significant impact on the remaining beneficial water resource functions of the floodplain including conveyance and storage of excess stream flow and groundwater recharge. Proposed fence replacement will not hinder storage capacity of floodwaters. While the parking lot will necessarily include reduction of the impervious area within the larger site, the small size relative to the much greater floodplain combined with the current non-natural condition of the area will result in no significant impacts or adverse effects to the related natural and beneficial functions and values of the floodplain.
  4. 4. The proposed Midfield Park Improvements project is located at 410 Grant Street in Midfield, Jefferson County, Alabama.

There are three primary purposes for this notice.  First, people who may be affected by activities in floodplains and those who have an interest in the protection of the natural environment should be given an opportunity to express their concerns and provide information about these areas.  Commenters are encouraged to offer alternative sites outside of the floodplain can facilitate and enhance Federal efforts to reduce the risks and impacts associated with the occupancy and modification of these special areas. Third, as a matter of fairness, when the Federal government determines it will participate in actions taking place in floodplains, it must inform those who may be put at greater or continued risk.

Written comments must be received by Jefferson County, Alabama at the following address on or before November 13, 2015:  Jefferson County Office of Community & Economic Development, 716 Richard Arrington Jr Blvd N, Suite A-430, Birmingham, AL 35203 and (205) 325-5761, Attention:  James A. Stephens, Commission President, during the hours of 9:00 AM to 5:00 PM.  A full description of the project may also be reviewed from 9:00 AM to 5:00 PM at the same address above. Comments may also be submitted via email at smithf@jccal.org.

Date: October 21, 2015

BT10/22/2015

(HZline)

_____________________________

INVITATION TO BID

Sealed bids for A NEW BUILDING FOR BIRMINGHAM PUBLIC LIBRARY—WYLAM BRANCH, 4300 7th Avenue, Wylam Birmingham, AL 35224, will be received by the City Architect in Conference Room 215 Birmingham City Hall, Birmingham, Alabama until 2:00 p.m., Tuesday, November 17, 2015 at which time and place they will be publicly opened and read aloud.

All bids must be on a lump sum basis.  Bids are to be submitted in duplicate on the Proposal Form provided with specifications.  No pre-qualification of bidders will be conducted prior to receiving bids.

Under the Alabama State Code, Section 39-2-4, as amended by Act #97-225, it is required for any contract exceeding $50,000 that the Bidder submit with his bid, either a cashier’s check, drawn on an Alabama bank, or a bid bond, executed by a surety authorized and qualified to make bonds in Alabama, payable to the City of Birmingham, in an amount (subject to a maximum of $10,000.00) equal to five percent (5%) of the bid.  In order for a bid to be considered, it must be accompanied by an acceptable bid bond or cashier’s check.

Any bid submitted for an amount of $50,000 or more, the bidder must be a licensed general contractor in the State of Alabama in accordance with Section 34-8, of the Alabama State Code.  Contractor’s license number shall appear on the outside of the envelope used to submit bid.

A Performance Bond in the amount of 100% of the contract amount and a Statutory Labor and Material Payment Bond in the amount of 100% of the contract amount will be required from the successful bidder at the signing of the contract.  Also, proof of insurance will be required when the contract is signed.  The City will review bonds and insurance and execute the contract within twenty (20) days unless the successful contractor agrees to an extension in writing.

A Pre-bid Conference to review and discuss the project will be held at 10:00 a.m. on Tuesday, November 3, 2015 in Conference Room 215, City Hall Birmingham, AL.

Bid documents are open to public inspection at the Department of Planning, Engineering and Permits—Architectural Division, Room 220 City Hall, 710 20th Street, North Birmingham, AL 35203 and at the Plan Room of McGraw-Hill Construction Dodge, 3535 Grandview Parkway, Suite 225 Birmingham, AL 35222; at AGC/iSqFt Plan Room, 2801 5th Avenue South, Birmingham, AL 35233; at The Birmingham Construction Industry Authority, 601 37th Street South, Birmingham, AL 35222; and at the CMD Group, 30 Technology Parkway South, Suite 100, Norcross, GA. 30092.

Bid documents may be viewed and purchased through the City of Birmingham online plans room site at http://BirminghamBids.algraphics.com.  Any cost for reproduction shall be the responsibility of bidders.

Since award may not be made within thirty (30) days, no bid may be withdrawn for a period of sixty (60) days after the date of the bid opening.

The City reserves the right to reject any or all bids submitted, and to waive any informalities.

IMPORTANT BIDDER INFORMATION

Bidders are expected to prepare their bid to include all necessary material, labor, bonds, permits, overhead, profit, taxes, insurance, etc. costs.  It is not the City’s obligation to bring mistakes/omissions in bid to bidder’s attention.  If after bid opening, a bidder determines he has a mistake in bid, he may seek withdrawal of his bid without forfeiting his bond, if the request is in writing within three (3) work days after the bid opening, and is accompanied by clear and convincing evidence of the mistake.

All cashier’s checks or bid bonds will be returned immediately after bids are checked and tabulated to all except the three (3) lowest bona fide bidders.  Bid bonds shall be returned to the three (3) lowest bona fide bidders when the contract is signed and performance and payment bonds and insurance are furnished by the successful bidder.  If award is not made within fifteen (15) days after bid opening, all bid guarantees will be returned except for those of the potentially successful bidders.  If after sixty (60) days, no award has been made, all bids shall be rejected and the potentially successful bidder’s guarantee will be returned unless the bidder agrees in writing to a time extension.  If a time extension is effected, bidder may substitute any cashier’s check for a satisfactory bid bond.

Any contract resulting from this Invitation to Bid shall not be assignable without prior written consent of the City.  Under no conditions, shall the contract be assigned to an unsuccessful bidder whose bid was rejected as non-responsive and/or non-responsible.

A Notice to Proceed will be issued by the City within fifteen (15) days after final contract execution unless both parties agree in writing to a longer period of time.

Special attention is called to the applicability of the Birmingham Plan-Construction Industry Program to the project.  Under this Program, the utilization of Minority Business Enterprises and Disadvantaged Business Enterprises (MBE/DBE) is encouraged on a voluntary basis.  The Construction Industry Authority established a system of floating MBD/DBE goals which may differ from year to year and project to project.  Overall, these goals shall not be less than the historical participation of MBD/DBE’s in construction projects of the City and its agencies.  Additional information about this Program is contained in the Project Manual and may be obtained from the Executive Director, Birmingham Construction Industry Authority at 3600 4th Avenue, South, Birmingham, Alabama  35222 (Telephone:  205-324-6202).  For federally funded contracts, the provisions of the President’s Executive Order 11246 and federal agency regulations requiring affirmative action to achieve employment and utilization of minority persons and business will apply.

As a matter of public policy, the City of Birmingham agrees to make opportunities available to the maximum extent possible, to actively include Historically Underutilized Business Enterprises (HUBE’s) such as architectural firms, engineering firms, investment banking firms, other professional consultant services providers, and construction contractors as part of business, economic and community revitalization programs.

Bids must be submitted in a sealed envelope marked: SEALED BID – A NEW BUILDING FOR BIRMINGHAM PUBLIC LIBRARY—WYLAM BRANCH. Bids may be hand delivered to Conference Room 215 City Hall, Birmingham, Alabama, or mailed to:  City of Birmingham Planning, Engineering and Permits Department, Architectural Division, Room 220 City Hall, 710 North 20th Street, Birmingham, Alabama 35203.  Bids sent by any express carrier (Federal Express, UPS, Airborne, etc.) must specify delivery to Room 220 City Hall.

It is the bidder’s responsibility to make sure that his bid is in the possession of the City Architect on or before 2:00 p.m., Tuesday, November 17, 2015.   Bids received after this time will not be considered.

Alan Terry Oglesby, City Architect

BT10/22/2015

(HZline)

____________________________

_____________________________

MISC.

_____________________________

Auction of Abandoned Vehicles

Location: 1441 Forestdale blvd suite 105, Birmingham AL 35214

Date: November 9th, 2015

Time: 7:30am

Vehicle Information:           Year:         Make:        Model:

1FTCF10Y1DNA52771          1963         FORD            F100

1FMDU32X6VZB90354         1997         FORD            EXPLORER

1FTDF15Y3RNB24252          1994         FORD            LGT CONVT

1J4G268S1XC529364             1999         JEEP             GRAND CHE

1GNDT13WXS2165695         1995         CHEV             BLAZER

1G6CD53B8N4295489           1992        CADI             DEVILLE

1FMZU73E45UA42940          2005         FORD            EXPLORER

1FAHP55U82A162582          2002         FORD            TAURUS

1FMPU18L7YLB01954          2000         FORD             EXPEDITIO

1FTRX18L13NA70752           2003         FORD             LGT CONVT

4F4CR12A1RTM61452          1994         MAZDA          B2300

1B7FD14M2DS477413          1983         DODG             D150

1G6KD57Y43U172831          2003         CADI               DEVILLE

2G1WH55K0Y9380320        2000          CHEV              IMPALA

2G1WH55K4Y9345469        2000          CHEV              IMPALA

1FTEE14Y3MHA58267         1991          FORD             E150

2G1Wf52E439219741           2003         CHEV             IMPALA

1GTGG35K8RF505512          1994         GMC               VANDURA

1HGCM56394A025948          2011       HONDA          ACCORD

2MEFM75H53X607617         2002       FORD              MERCURY

1B7GL22X1W5551840          1998        DODGE          RAM

1GND5135222304945           2002        CHEVY         BLAZER

BT10/22/2015

(HZline)

_____________________________

LEAVE A REPLY

Please enter your comment!
Please enter your name here