Home ♃ Recent Stories ☄ Classifieds: September 22, 2016

Classifieds: September 22, 2016

5522
0

Employment

_____________________________

AUBURN UNIVERSITY SCHOOL OF NURSING

Assistant/Associate Professor

Primary Care Nurse Practitioner (PCNP)

The School of Nursing at Auburn University, located in Auburn, Alabama, invites Primary Care Nurse Practitioners to join a fast growing NP Program. We have an opening for a full-time 12-month, tenure track position to begin immediately.

Auburn University is one of the nation’s premier land, sea, and space grant institutions. In the 2016 edition of U.S. News and World Report, it was ranked 46th among public universities.  Auburn is an institution that is both highly research-active and committed to maintaining teaching excellence, offering Bachelor’s, Master’s, Educational Specialist, and Doctoral degrees.

Minimum Qualifications:

Tenure Track – Requires an earned doctorate in a relevant discipline, Masters in Nursing and BSN. Must have current Family Nurse Practitioner certification and must have current clinical skills. Must be eligible for an Alabama RN License or have an unencumbered Alabama RN license. Must meet eligibility requirements to work in the United States at the time the appointment is scheduled to begin and continue working legally for the proposed term of the employment. Must possess excellent written and interpersonal communication skills.

Desired Qualifications:

3-5 years of NP practice in a primary care or family practice setting and currently in an established collaborative, or able to establish a collaborative practice in a primary care or family practice setting. Graduate teaching experience in an accredited family or primary care nurse practitioner program is preferable.

Review of applicants will begin August 8, 2016 and will continue until a suitable candidate is identified. Candidates should use the following link to apply:

http://aufacultypositions.peopleadmin.com/postings/1782

Auburn University is an EEO/Vet/Disability employer.

BT 09/22/2016

_______________________

Physician For Hire

Winfield, AL – Physician- Med360UrgentCare – We are looking for a physician to work in a new up and coming Urgent Care just off I-22 exit 30 in Winfield, AL.  Certification in Family Medicine or Emergency Medicine required. Submit resumes to: asnowmed360uc@gmail.com.

BT 09/22/2016

_______________________

Help Wanted

Scaffold & form carpenters needed for upcoming jobs. May apply at 100 Commerce Drive, Pelham, AL 35124, Monday-Friday, 9AM to 1PM.  Contact Lloyd @205.365.7246.

BT 09/22/2016

_______________________

Now Hiring: Personal Assistant

Personal Assistant needed, must be flexible, efficient, organized and a good communicator. $500 Weekly

Contact Theresa: timomin@hotmail.com, 262-290-4207

BT 09/22/2016

_______________________

Drivers Wanted

Drivers, CDL-A:

Home EVERY Weekend!!

Dedicated Southeast!

Walk Away Lease, No Money Down.

Drivers average $1500/wk

855-971-8522

BT 09/22/2016

_______________________

Ireland Home Based Services

Openings to provide home-based social services in several INDIANA cities, including Evansville, Bloomington and Indianapolis.

If you have at least 5 years-experience working with children and/or families, please apply! Bachelor’s degree in Social Work, Sociology, Psychology or related field preferred, but not required. Therapists are required to be license eligible.

We offer full and part time positions. After 90 days, full time employees are eligible for paid time off, use of a company car, and medical/dental/vision insurance.  We also provide 7 paid holidays including your birthday. All staff receive a company phone and tablet.

To learn more information about openings and to apply: www.ihbs.us/jobs

EOE M/W/Vets/Disabled

BT 09/22/2016

_______________________

____________________________

Legal

_____________________________

BIRMINGHAM-SHUTTLESWORTH INTERNATIONAL AIRPORT

REQUEST FOR QUALIFICATIONS

FOR PROFESSIONAL ARCHITECTURAL-ENGINEERING DESIGN CONSULTING SERVICES FOR THE RENTAL CAR QUICK TURN AROUND (QTA) FACILITIES DEVELOPMENT PROJECT

Birmingham Airport Authority

5900 Messer Airport Highway

Birmingham, Alabama 35212

The Birmingham Airport Authority (hereafter referred to as the “Authority”) is seeking professional Architectural and Engineering Design services from a Consulting Firm and/or team to plan and design Quick Turn Around (QTA) Facilities for the rental car tenant agencies at the airport. The Birmingham-Shuttlesworth International Airport serves the five-county Metropolitan Area by providing essential air services for passengers, air cargo, and other aviation–related needs. The airport’s parking deck is located directly adjacent to the terminal building, separated by the main entrance roadway. The rental car brands (hereafter referred to as “RAC”) currently operate from counters located inside the airport parking deck on the ground level. The RAC pick-up and return services are also situated on the ground level near the RAC counters, in the parking deck, and therefore require no bus transportation to and from the terminal building.

Any and all questions are to be directed to the Project Manager, Mr. Lowrenzo Taylor, via email; ltaylor@flybirmingham.com. Request for Qualifications (RFQ) packages can be procured via the Airport website, www.flybirmingham.com, beginning, Monday, September 12, 2016.

A Pre-Submittal Conference will be held on Thursday, September 15, 2016, starting at 2:00 p.m. local time at the Birmingham-Shuttlesworth International Airport’s Meeting Room B. This meeting room is situated on the Terminal building’s lower level, adjacent to the Birmingham Police Department Substation, near the escalators, located at 5900 Airport Highway, Birmingham, Alabama 35212.

All interested participants are strongly urged to attend this conference.

DBE Policy: It is the policy of the Birmingham Airport Authority (Authority) that DBEs as defined in 49CFR Part 26, will have maximum opportunity to participate in the performance of all Authority projects and the bidders will take all necessary and reasonable steps to ensure that DBEs have the maximum opportunity to compete for and perform subcontracts. Additional DBE information is contained in the full Request for Statement of Qualifications packages.

BT 09/22/2016

_______________________

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 Monday, September 26, 2016 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 COURTHOUSE ANNEX

HVAC PIPING SYSTEM UPGRADE

JEFFERSON COUNTY COMMISSION

  1. SCOPE OF WORK:

The heating hot water and chilled water piping systems connecting the Jefferson County Courthouse Annex to the central plant located in the Jefferson County Courthouse basement shall be replaced. The existing heating hot water, and chilled water supply and return lines that run below grade on the west side of the facility shall be abandoned in place. Pipe penetrating the foundation wall at both the Courthouse basement and the Annex pipe chase shall be capped.

New heating hot water lines shall be tied in to the existing hot water lines in both the Courthouse basement and the Annex at existing flanged isolation valve connections. New chilled water lines shall be tied into the existing chilled water lines in both the Courthouse basement and the Annex. These tie-ins will require a shutdown of the piping systems serving the Annex. The new lines will be routed exposed through the Courthouse basement and shop area, then through an existing, fully accessible, utility tunnel to the Annex pipe entrance. All

piping between the tie in points shall be flanged, fully insulated, and supported by new pipe supports.

The project location is the Jefferson County Courthouse and Annex Buildings, located at 716 Richard Arrington Jr. Blvd. N, Birmingham, Alabama 35203.

  1. PRIME MECHANICAL / PLUMBING CONTRACTOR 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 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 Monday, September 26, 2016 after which no further requests will be considered.

Pre-qualification Requirements Information Package may be obtained from the Architect upon letterhead request or email transmission to jblocker@pooleandcompany.com.

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 Wednesday, September 28, 2016.

  1. BIDS:

The Jefferson County Commission will receive sealed Proposals for the Jefferson County Courthouse Annex HVAC Piping System Upgrade until 2:00 PM Local Time on Thursday, October 20, 2016 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, October 5, 2016 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 Thursday, September 29, 2016 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.

BT 09/22/2016

____________________________________________

ADVERTISEMENT FOR BIDS

Sealed proposals will be received by Birmingham City Schools at the office of Edward McMullen, Purchasing Department, at 2015 Park Place North, Birmingham, Alabama 35203 until 11:00 AM CDT, October 11, 2016 for the Roof Repairs at Hemphill Elementary School & Wenonah High School for the Birmingham City Schools, at which time and place they will be publicly opened and read.

A mandatory pre-bid conference is scheduled to begin at 9:00 AM CDT, October 4, 2016 at the Hemphill Elementary School, 714 12th St SW, Birmingham, Alabama 35211 and  another will follow at 11:00 AM CDT, October 4, 2016 at the Wenonah High School, 2800 Wilson Road SW, Birmingham, Alabama 35221.

Notice of Sales & Use Tax: the bid shall not include sales tax but the sales tax for the base bid and all bid items must be included on the contractor’s bid proposal form, ABC Form C-3A. Failure of the contractor to complete the attachment to the bid proposal form indicating the sales tax as required by Act 2013-205, Section 1 (g) shall render the bid non-responsive.

A cashier’s check or bid bond payable to Birmingham City Schools in an amount not less than five (5%) percent of the amount of the bid, but in no event more than $10,000.00, must accompany the bidder’s proposal. Performance and Payment Bonds and evidence of insurance required in the bid documents will be required at the signing of the Contract.

Drawings and specifications may be examined at the office of Stephen Ward & Associates, Inc. 33 Barber Court Suite 115, Birmingham, Alabama 35209, AGC Internet Plan Room, F. W. Dodge Plan Rooms, Birmingham Construction Industry Authority Plan Room and Construction Market Data Plan Room.

Bids must be submitted on proposal forms furnished by the Architect or copies thereof. All bidders bidding in amounts exceeding that established by the State Licensing Board for General Contractors must be licensed under the provisions of Title 34, Chapter 8, Code of Alabama 1975, and must show evidence of license before bidding or bid will not be received or considered by the Architects: the bidder shall show such evidence by clearly displaying his or her current license number on the outside of the sealed envelope in which the proposal is delivered. All times indicated are local times. The Owner reserves the right to reject any or all proposals and to waive technical errors if, in the Owner’s judgment, the best interest of the Owner will thereby be promoted. The successful bidder will provide proof of enrollment in the Federal E-Verify Program and in compliance with the Beason-Hammon Alabama Taxpayer & Citizen Protection Act (Act 211-535).

 

Awarding Authority

Birmingham City Schools

Dr. Kelley Castlin-Gacutan, Superintendent

2015 Park Place North

Birmingham, Alabama 35203

 

Architect

Stephen Ward & Associates, Inc.

Kevin E. Silvey, R.A.

33 Barber Court, Suite 115

Birmingham, Alabama 35209

205-802-6084

BT 09/22/2016

________________________________________

ADVERTISEMENT FOR BID

The Birmingham-Jefferson Civic Center Authority will be accepting sealed bids from pre-qualified contractors for:

BJCC Legacy Arena Truss Modifications

Prequalification information, bid information, requirements, plans and specifications may be downloaded at www.bjcc.org (under Vendor Information – Open Bids section). There is no charge for downloading bid documents. They may also be examined and an electronic copy obtained at the Birmingham-Jefferson Civic Center Purchasing Office, 2100 Richard Arrington Jr. Blvd N, North Exhibition Hall, 3*rd Floor, Birmingham, AL 35203.

Prequalification submissions must be received by 12:00 pm local time Monday, September 26, 2016.  Applications may be mailed or hand delivered to MBA Engineers, Inc., Attn: Keith Owens, P.E., 300 20th Street N, Suite 100, Birmingham, AL 35203.

A Mandatory Pre-Bid Conference will be held on Thursday, September 29, 2016 at 10:00 a.m. in the Forum Building Meeting Room M, located at 950 22nd Street North, Birmingham, AL 35203.

Bids will only be accepted from prequalified bidders. Bids must be received for public opening on Tuesday, October 11, 2016 at 2:00 p.m. in the Forum Building Meeting Room M, located at 950 22nd Street North, Birmingham, AL 35203. All bids received after 2:00 p.m. on the bid date will be retained in the file unopened.

Prequalified Bidders will be required to make a good faith effort to include MBE and DBE companies in the execution of this project.

Questions should be emailed to KOwens@MBASEI.com and Jerry.Nelms@bjcc.org. Telephone inquiries are not accepted.

Sharon Proctor

Purchasing Coordinator

Birmingham-Jefferson Civic Center Authority

BT 09/22/2016

______________________________________

City of Birmingham

PUBLIC NOTICE

The Community Development Department is conducting a Contractor’s workshop. This workshop is for those interested in learning the methods for bidding on contracts for Single-family Homeowner Rehabilitation services with the City of Birmingham. Open to Contractors and other interested parties. Minority and women owned businesses are encouraged to attend.

Friday, September 30, 2016

Session I: 10:00 am – 12:00 p.m.

or

Session II:  2:00 – 4:00 p.m.

Avondale Library

509 – 40th Street South

Birmingham, AL  35222

For registration or additional information, please call Genae Raines-Wilkerson (205) 254-2309.

BT 09/22/2016

 

HOUSING

___________________________________________

REQUEST FOR PROPOSALS

FOR LEAD BASED PAINT COST ESTIMATION SERVICES

BACKGROUND  AND PURPOSE

The City of Birmingham, AL (City) through its Community Development Department (CDD), provides financing for the rehabilitation of single family homes that are owner occupied by low-moderate income residents of the City.

PURPOSE: It is the intent of this Invitation to secure proposals for items(s) and/or services as listed herein for the CITY to identify the most qualified and responsive Bidder(s) to negotiate a contract for Lead-Based Paint Inspections & Testing Services. Bidders are not guaranteed a contract.

SCOPE OF WORK

The City of Birmingham, through its Community Development Department (CDD), processes applications for Federal rehabilitation assistance from property owners of single family homes that are owner occupied. CDD wishes to engage the services of a contractor who is an EPA certified lead-based paint inspector, and who is an EPA certified lead-based paint risk assessor to perform a surface-by-surface investigation (interior and exterior) to determine the presence and quantity of lead-based paint in identified single family homes, and to submit to CDD a signed report providing the findings of the inspection. Each report shall clearly identify all interior and exterior painted, stained, varnished or shellacked building components that have been inspected using standard industry names for these building components that are commonly used in the Central Alabama region.

Proposal packages can be obtain via website at www.birminghamal.gov or City of Birmingham, Community Development Department, City Hall/Room 1000, 710 North 20th Street, Birmingham, AL Outside of envelope shall plainly identify bid by:  PROPOSAL TITLE, AND DATE OF PROPOSAL OPENING. It is the sole responsibility of the bidder to ensure that his or her bid reaches the Community Development Department of the City of Birmingham on/or before the closing date and hour as shown above. RETURN ONE UNBOUND (1) ORIGINAL AND THREE (3) COPIES OF ALL BID SHEETS.  Any failure on the part of the supplier to comply with the ensuing conditions and specifications shall be reason for rejection of bid.

Proposals MUST be received no later than 4:00 p.m. on October 7, 2016

All proposals shall be submitted in sealed envelopes, mailed or delivered to:  City of Birmingham, Community Development Department City Hall/Room 1000, 710 North 20th Street, Birmingham, AL  35203 Attention: P. Nigel Roberts. Proposals time-stamped after the opening date & time, will not be considered for award and will be returned to the Proposer.

BT 09/22/2016

_______________________

INVITATION TO BID

Sealed bids for FLOORING  REPLACEMENT AT FIRE STATION 30 at 1512 Springville Road Birmingham, AL 35235 will be received by the City Architect in Conference Room 215 Birmingham City Hall, Birmingham, Alabama until 3:00 p.m., Thursday, October 13, 2016 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.

An ON-SITE Pre-bid Conference to review and discuss the project will be held at 12:00 noon on Tuesday, October 4, 2016 at Fire Station 30 1512 Springville Road Birmingham, AL 35235.

Bid documents are opened to public inspection at the Department of Planning, Engineering and Permits—Architectural Division, Room 220 City Hall, 710 20th Street North Birmingham, AL 35203. Electronic version of the bid documents may be viewed online at McGraw-Hill Construction Dodge,http://www.construction.com/; AGC/iSQFT Plan Room, http://www.alagc.org/resourcesServices/internetPlanRm/; Reed Construction Data, http://www.reedconstructiondata.com/; and at the Birmingham Construction Industry Authority, 3600 Fourth Avenue South, Birmingham, AL 35222.

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:  FLOORING REPLACEMENT AT FIRE STATION 30 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 3:00 p.m., Thursday, October 13, 2016. Bids received after this time will not be considered.

Alan Terry Oglesby, City Architect

BT 09/22/2016

_______________________

DATE September 7, 2016

TO:   Prospective Offerors

REQUEST FOR PROPOSAL:   17-03

SEPARATE SEALED PROPOSALS FOR:  Classification and Compensation Study

PROPOSALS WILL BE RECEIVED AT: HABD Central Office

Procurement Administrator 1826 Third Avenue South

Birmingham, AL  35233-1905

CLOSING DATE: October 6, 2016

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 into 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.

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 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:  Michael O. Lundy, President/CEO

BT 09/22/2016

_______________________

NOTICE TO BIDDERS: RFP #16-20 WINDOW CLEANING SERVICES

NOTICE TO PROPOSERS- The Birmingham-Jefferson County Transit Authority (BJCTA) is soliciting proposals from qualified businesses (Respondents) to provide WINDOW CLEANING SERVICES. The document is available for download at the BJCTA’s website, www.bjcta.or under “Business with Max”.

BT 09/22/2016

_______________________

NOTICE TO BIDDERS: RFP 316-21 LANDSCAPING SERVICES INTERMODAL

NOTICE TO PROPOSERS – The Birmingham- Jefferson County Transit Authority (BJCTA) is soliciting proposals from qualified businesses (Respondents) to provide LANDSCAPING SERVICES INTERMODAL. The document is available for download on the BJTCA’s website, www.bjtca.org under “Business with Max”.

BT 09/22/2016

_______________________

NOTICE TO BIDDERS: RFP #16-22 JANITORIAL SERVICES INTERMODAL

NOTICE TO PROPOSERS – The Birmingham-Jefferson County Transit Authority (BJCTA) is soliciting proposals from qualified businesses (Respondents) to provide JANITORIAL SERVICES INTERMODAL. The document is available for download on the BJCTA’s website, www.bjcta.org under “Business with Max”.

BT 09/22/2016

_______________________

NOTICE TO BIDDERS: RFP #16-23 – COMPLETE MAINTENANCE SERVICES for INTERMODAL

NOTICE TO PROPOSERS – The Birmingham-Jefferson Country Transit Authority (BJCTA) is soliciting proposals from qualified business (Respondents) to provide COMPLETE MAINTENANCE SERVICES for INTERMODAL. The document is available for download on the BJCTA’s website, www.bjtca.org under “Business with Max”.

BT 09/22/2016

_______________________

INVITATION TO BID

Sealed bids for MEMORIAL PARK RECREATION CENTER DUGOUTS ADDITION at 524 6th Avenue, South Birmingham, AL 35205 will be received by the City Architect in Conference Room 215 Birmingham City Hall, Birmingham, Alabama until 2:00 p.m., Thursday, October 13, 2016 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.

An ON-SITE Pre-bid Conference to review and discuss the project will be held at 10:00 a.m. on Tuesday, October 4, 2016 at Memorial Park Recreation Center, 524 6th Avenue, South Birmingham, AL 35205.

Bid documents are opened to public inspection at the Department of Planning, Engineering and Permits—Architectural Division, Room 220 City Hall, 710 20th Street North Birmingham, AL 35203.  Electronic version of the bid documents may be viewed online at McGraw-Hill Construction Dodge,http://www.construction.com/; AGC/iSQFT Plan Room, http://www.alagc.org/resourcesServices/internetPlanRm/; Reed Construction Data, http://www.reedconstructiondata.com/; and at the Birmingham Construction Industry Authority, 3600 Fourth Avenue South, Birmingham, AL 35222.

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: MEMORIAL PARK RECREATION CENTER DUGOUTS ADDITION 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., Thursday, October 13, 2016. Bids received after this time will not be considered.

Alan Terry Oglesby, City Architect

BT 09/22/2016

_______________________

__________________

MISCELLANEOUS

_____________________

:: IN MEMORY OF ::

 SUE HOOTON POSEY

Born September 14, 1923 in Hayti, Missouri, she was the daughter of Burleigh and Laura (Pettyjohn) Hooton. Her father was employed at a Mississippi River Plantation. The Family moved to Memphis, Tennessee while Sue was an infant. She attended radio and radar school established by U.S. Army Signal Corps during WWII where she met her future husband, Chester Posey, then followed him to U.S. Air Force bases during WWII.

She was a proud supporter of Clifton Museum, Clifton Clinic, Bosque Art Center and the Clifton First United Methodist Church. To know her was to love her. She was a wonderful wife, mother, and grandmother. A true lady in all respects.

Survivors include her husband of 73 years, Chester Posey; sons Thomas L. Posey and wife Sarka of Houston; Robert N. Posey and wife Estrella of Austin; grandchildren: Andrew Posey, Chester Posey, Henry Posey, and Kristine Posey.

Pall Bearers – her Sons and Grandchildren. Honorary Pall Bearers – are Mary Orbeck, Helen Robinson, Helen Hubler, Clydell May, Dr. Kyle Phillips, Dr. Richard Spitzer, Dr. Rodney Brown, and All Gearench employees.

Funeral Services were held at First United Methodist Church, Clifton, Texas at 2PM Sunday, April 3, 2016. Burial at Clifton Memorial Cemetery.

 

Born: September 14, 1923

Died: March 30, 2016

Condolences may be made at www.cliftonfh.com.

_______________________

LEAVE A REPLY

Please enter your comment!
Please enter your name here