Home Classified Classifieds

Classifieds

2428
0

ClassifiedsEmployment

University of Montevallo
is accepting applications for the following positions:

•    Manager, Donor Relations
•    Administrative Assistant I – Student Life
•    Library Assistant III/Interlibrary Loan

Visit https://jobs.montevallo.edu

UM is an EO Employer
BT05/08/14
__________________
Marketing/Research Assistant
College degree in Communications/Advertising/Business
or two years exp. in sales/research or related field preferred.
Send resume to Jean Ziegert, Dir. of HR, Alabama’s ABC 33/40,
800 Concourse Parkway #200, Birmingham, AL  35244.
E-mail: jeanz@abc3340.com.  No phone calls, please.  EOE
BT05/08/14
__________________
DRIVERS

Drivers, CDL-A:
Home EVERY Weekend!
ALL Loaded/Empty Miles Paid!
Dedicated Southeast!
Or Lease: No Money Down, No Credit Check.
1-800-397-2753
BT05/08/14
__________________
AUTOMOBILE

2006 Chrysler 300
Call Sammy at 205-814-8454

2010 White Malibu
Call Sammy at 205-814-8454

2008 G.M.C. Sierra SLE
Red extended cab
Tow package extra clean
Call Sammy at 205-814-8454

2003 Blue Infinity G35
Fully loaded with Navigation
Luxury 6 speed sports car
Call Ivory at 205-821-0491

2008 G.M.C. Yukon
Black, nicely equipped
3rd row seat, family fun
Call Sammy at 205-814-8454
BT05/08/14
_________________________________
LEGALS

NOTICE OF COMPLETION

In accordance with Chapter 1 Title 39, Code of Alabama, 1975, notice is hereby given that Bennett Building, Inc., Contractor, has completed the contract for the Gymnasium Addition and Renovations to Wilsonville Elementary School, for the State of Alabama and the Shelby County Board of Education, 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 should immediately notify Lathan Associates Architects, PC located at 1550 Woods of Riverchase Dr #200 Hoover, AL 35244.
Bennett Building, Inc.
120 Shady Acres Road
Alabaster, AL  35007
BT05/08/14
___________________
DeKalb County Hospital Association
D/b/a  Dekalb AmbulanceService

Invitation for Request For Proposal

The Dekalb County Hospital Association, a public body, shall hereby solicit a Request for Proposal quotes for a comprehensive management service to provide and maintain an E.M.S. Electronic Data System.

Detailed bid specifications may be obtained from:

Mail: Dekalb Ambulance Service P.O. Box 680643
Fort Payne, AL 35968

Physical Address: 208 Airport Road SW Fort Payne, AL 35968

Or by calling: (256)845-4027ext.0 and ask for Mark Ford, Director

Or by email: dekalbamb101@aol.com

Request for Proposal quotes must be submitted to the above address by July 3 at 1:59 p.m. CST. All quotes must be submitted in sealed format and labeled  “RFP # 2014- 2020501: EMS ELECTRONIC DATA SYSTEM/SERVICE from (insert your company name here).” Request for Proposals not received by stated deadline and/or improperly formatted will be rejected.

The Dekalb County Hospital Association reserves the right to interpret all matters pertaining to the Request for Proposal award and to reject any or all Request for Proposals. Request for Proposals will be opened at the office of the Director, Mark Ford at 2:00 p.m. CST, July 3, 2014. The Dekalb County Hospital Association is an equal opportunity employer and does not discriminate on the basis of race, gender, religion, national origin, creed, color or other basis as prohibited by law.
BT05/08/14
___________________
INVITATION TO BID

Birmingham-Shuttlesworth International Airport

FOR

Taxiway Safety Area Improvements – Taxiway H
BAA Project Number: AF022.000.000-2014

Sealed Bids will be received on behalf of the Birmingham Airport Authority (BAA) at the BAA Office located at the Medical Forum Building 950 22nd Street North, Suite 750, Birmingham, AL 35203, until 10:00 a.m. local time on Tuesday, June 10, 2014.  Bids shall be opened and read aloud at 11:30 a.m. local time the same day at the Southern Museum of Flight located at 4343 73rd Street North, Birmingham, Alabama 35206.

The bids shall be submitted in a sealed envelope and/or container plainly marked on the outside with the name, address, and license number of the bidder; the name of the project (Taxiway Safety Area Improvements – Taxiway H) and the time and date due (10:00 a.m. local time, Tuesday, June 10, 2014). Submitted Bids are to be addressed to the attention of Mr. Lowrenzo Taylor, Project Manager, Birmingham Airport Authority, Birmingham, Alabama 35212.

The scope of work consists principally of the following approximate quantities:

690
CY
UNCLASSIFIED EXCAVATION
1690
CY
BORROW EXCAVATION
108
LF
18″ SPAN, 11″ RISE  REINFORCED CONCRETE ARCH PIPE, CLASS III
140
LF
18″ REINFORCED CONCRETE PIPE, CLASS III
52
LF
30″ REINFORCED CONCRETE PIPE, CLASS III
420
LF
18″ REINFORCED CONCRETE PIPE, CLASS IV
4
EA
INLET, DOUBLE GRATE
18318
SY
SODDING (BERMUDA)
1040
CY
TOPSOILING (FURNISHED FROM OFF THE SITE)
13
EA
MEDIUM INTENSITY TAXIWAY EDGE LIGHT (L-861T), OMNI-DIRECTIONAL WITH BLUE QUARTZ LENS L-867 BASE MOUNTED, IN PLACE
1
EA
JUNCTION BOX
2
EA
GRATE INLET, TYPE PR
140
LF
REMOVING CURB
860
SY
REMOVING RIPRAP

A Pre-Bid conference will be held on Tuesday, May 27, 2014 starting at 3:00 p.m. local time at the Southern Museum of Flight located at 4343 73rd Street N., Birmingham, Alabama 35206. All Invitation to Bid participants are strongly encouraged to attend this conference.

Beginning Tuesday, May 20, 2014, Invitation to Bid Packages containing specifications and other contract documents may be purchased from Volkert, Inc., located at 2 20th Street North, Suite 300, Birmingham, AL 35203, phone number (205) 214-5500, upon payment of One Hundred-Fifty and No/100 dollars ($150.00) to Volkert, Inc. for each set of contract documents (This fee will be refunded by Volkert, Inc. for contract documents that are returned in reusable condition within 10 days of bid opening).

All bidders bidding in amounts exceeding $50,000.00 must be licensed under the provisions of Title 34, Chapter 8, Code of Alabama, 1975, as amended.

Each Seal Bid shall be accompanied by a Bid Bond, in an amount equal to five (5%) percent of the bid price, made payable to the Birmingham Airport Authority. Bid Bond shall be submitted in accordance with the requirements established in the Invitation to Bid documents. No personal or company checks, money order, or cash will be accepted as a form of Bid Security. All participants submitting a bid in amounts exceeding $50,000.00 must be licensed under provisions of Title 34, Chapter 8, Code of Alabama, 1975, as amended.

DBE Policy: It is the policy of the Birmingham Airport Authority (Authority) that DBEs as defined in 49 CFR 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 Invitation to Bid package.

Requests for information or clarifications regarding this Invitation to Bid may be submitted, via email, to the BAA Project Manager, Mr. Lowrenzo Taylor, ltaylor@flybirmingham.com, Birmingham Airport Authority. All such request must be submitted no later than Tuesday, June 3, 2014. Additionally, all interested Participants must notify the BAA of their intent to submit a Bid no later than 5:00 p.m. local time on June 3, 2014.
BT05/08/14
___________________
INVITATION TO BID

Birmingham-Shuttlesworth International Airport

FOR

Runway Safety Area Improvements – Runway 18
BAA Project Number: AF024.000.000-2014

Sealed Bids will be received on behalf of the Birmingham Airport Authority (BAA) at the BAA Office located at the Medical Forum Building 950 22nd Street North, Suite 750, Birmingham, Al. 35203, until 10:00 a.m. local time on Tuesday, June 10, 2014.  Bids shall be opened and read aloud at 11:00 a.m. local time the same day at the Southern Museum of Flight located at 4343 73rd Street North, Birmingham, Alabama 35206.

The bids shall be submitted in a sealed envelope and/or container plainly marked on the outside with the name, address, and license number of the bidder; the name of the project (Runway Safety Area Improvements – Runway 18) and the time and date due (10:00 a.m. local time, Tuesday, June 10, 2014). Submitted Bids are to be addressed to the attention of Mr. Lowrenzo Taylor, Project Manager, Birmingham Airport Authority, Birmingham, Alabama 35212.

The scope of work consists principally of the following approximate quantities:

38560      CY             UNCLASS EXCAVATION
160           CY             CONTROLLED LOW-STRENGTH MATERIAL
72             LF             30” REINFORCED CONCRETE PIPE, CLASS  III
184           LF             22” SPAN, 14” RISE REINFORCED CONCRETE ARCH PIPE, CLASS III
456          LF              66” REINFORCED CONCRETE PIPE, CLASS III
3               EA             INLET, GRATE 47850        SQ YD        SODDING (BERMUDA)

A Pre-Bid conference will be held on Tuesday, May 27, 2014 starting at 2:00 p.m. local time at the Southern Museum of Flight located at 4343 73rd Street N., Birmingham, Alabama 35206. All Invitation to Bid participants are strongly encouraged to attend this conference.

Beginning Tuesday, May 20, 2014, Invitation to Bid Packages containing specifications and other contract documents may be purchased from Volkert, Inc., located at 2 20th Street North, Suite 300, Birmingham, Al. 35203, phone number (205) 214-5500, upon payment of One Hundred-Fifty and No/100 dollars ($150.00) to Volkert, Inc. for each set of contract documents (This fee will be refunded by Volkert, Inc. for contract documents that are returned in reusable condition within 10 days of bid opening).

All bidders bidding in amounts exceeding $50,000.00 must be licensed under the provisions of Title 34, Chapter 8, Code of Alabama, 1975, as amended.

Each Seal Bid shall be accompanied by a Bid Bond, in an amount equal to five (5%) percent of the bid price, made payable to the Birmingham Airport Authority. Bid Bond shall be submitted in accordance with the requirements established in the Invitation to Bid documents. No personal or company checks, money order, or cash will be accepted as a form of Bid Security. All participants submitting a bid in amounts exceeding $50,000.00 must be licensed under provisions of Title 34, Chapter 8, Code of Alabama, 1975, as amended.

DBE Policy: It is the policy of the Birmingham Airport Authority (Authority) that DBEs as defined in 49 CFR 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 Invitation to Bid package.

Requests for information or clarifications regarding this Invitation to Bid may be submitted, via email, to the BAA Project Manager, Mr. Lowrenzo Taylor, ltaylor@flybirmingham.com, Birmingham Airport Authority. All such request must be submitted no later than Tuesday, June 3, 2014. Additionally, all interested Participants must notify the BAA of their intent to submit a Bid no later than 5:00 p.m. local time on June 3, 2014.
BT05/08/14
___________________
The Birmingham-Jefferson Civic Center Authority will receive sealed bids for:

Install Screening Material and New Lighting, Video Display Uptown At the BJCC #2

This will be for the use of the Birmingham-Jefferson Civic Center Authority, Birmingham, Alabama. General Contractors will be required to make a good faith effort to include MBE and DBE companies in the execution of this project.

The Birmingham-Jefferson Civic Center, 2100 Richard Arrington Jr. Blvd. North, Birmingham, Alabama will receive bids, up to the hour of 1:30 p.m. on Thursday,  June 5, 2014, and will thereafter be publicly opened and read aloud at the BJCC Executive Board Room 4th Floor, North Exhibition Hall in Birmingham, AL.  Bids must be submitted on bid forms furnished by the Authority.  Bids shall be clearly identified on the exterior of the package with bidder’s name, address, STATE CONTRACTOR LICENSE NUMBER, the name of the project being bid, and time and place of bid opening.  Sealed bids shall be properly identified.

Construction contracts shall be awarded only to qualified Contractors, licensed by the State Licensing Board for General Contractors, as required by Title 34, Chapter 8, and Code of Alabama.  Contracts in excess of $50,000 shall be awarded only to Contractors licensed as required by the 1978 Code of Alabama, Title 34, and Chapter 8 as amended.  Bidders must be “responsible” in accordance with criteria in the bid and as stipulated by Title 30-2-3-(e) of the code of Alabama.

A copy of this bid package is available at the above address or on our website: www.bjcc.org (under Jobs & Vendor Opportunities – Open Bids section).  There is no charge for downloading bid documents.  Documents will also be available at the pre-bid meeting and in the BCIA Plan Room.

Bids may be sent to BJCC Purchasing Department, Attn:  Purchasing Coordinator, 2100 Richard Arrington Jr. Blvd. N, Birmingham, AL 35203.  Any bid not received by 4:00 p.m. on Wednesday, June 4, 2014, must be hand delivered and presented at the bid opening.  Sealed bids shall be submitted in triplicate and shall be properly identified.  All bids received after 1:30 p.m. on the bid date will be returned unopened.

A Cashier’s Check drawn on an Alabama Bank or bid bond, executed by a Surety company duly authorized and qualified to make such bonds in Alabama, payable to the Birmingham-Jefferson Civic Center Authority in the amount of 5% of the amount of bid, but in no event more than $10,000 must accompany the bidder’s bid.  Performance and Labor and Material Payment Bonds in the amount of 100% of the contract price will be required when the Contract is presented by the Contractor to the Authority.

A pre-bid meeting will be conducted Tuesday, May 20, 2014 at 1:30 p.m. in the BJCC Executive Board Room.

Questions concerning the specifications should be directed to Jerry Nelms, Facility Engineer, at (205) 458-8409 or email Jerry.Nelms@bjcc.org.
Sharon Proctor
Purchasing Coordinator
Birmingham-Jefferson Civic Center Authority
BT05/08/14
___________________
ADVERTISEMENT FOR BID
Additions to Ohatchee High School
Ohatchee, Alabama

Sealed bids from qualified General Contractors for Additions to Ohatchee High, for the Calhoun County Board of Education, will be received from qualified General Contractors only at the offices of the Calhoun County Board of Education, 4400 McClellan Boulevard, Anniston, Alabama, until 2:00 PM, May 13, 2014.
No Bids will be accepted after 2:00 PM, May 13, 2014. This requirement will not be waived.  The official time will be determined by the Architect, or his designated representative.  The proposals will be publicly opened May 13, 2014 at 2:00 PM at the location listed above.

All Bids must be on a lump-sum basis.  Submit three copies of the Bid on the Bid 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 on the outside of the envelope will be returned without being opened.

A bid bond payable to Calhoun County Board of Education, in an amount not less than five (5) percent of the amount of the proposal, but in no event more than $10,000 must accompany the bid.  Performance and Statutory Labor and Material Payment Bonds in the amount of 100% of the Contract Price will be required at the signing of the Contract.

A Pre-Bid Conference will be held on May 1, 2014 at 10:00 A.M. at Ohatchee High School, located at 100 Cherokee Trail, Ohatchee, Alabama  36271. Due to the nature of this project qualified General Contractors wishing to submit a bid must attend the pre-bid conference.  It is strongly recommended that asbestos abatement contractors and other major subcontractors (HVAC, Plumbing, Electrical, Roofing and Masonry) attend 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.

Drawings and Project Manual will be open to public inspection beginning April 21, 2014 at the offices of the Calhoun Country Board of Education, CMH Architects, Inc., F.W. Dodge Company Plan Room, and Reed Construction Data.  Bidders must call the Owner and Architect’s office at least 24 hrs in advance to arrange a time to review the documents.  These documents cannot be removed from the Owner’s or Architect’s office nor will any copies of these documents be provided to bidders.

Bid Documents may be obtained from the Architect upon deposit of $200 per set. Said deposit is non-refundable and is for the cost of reproduction and mailing plans and bid documents.  Other sets for contractors, and sets for subcontractors and dealers, may be obtained from Alabama Graphics, 2801 5th Ave. S, Birmingham, AL  35233, (205-252-8505) for the cost of printing and handling.

The Architect for this project is CMH Architects, Inc., 1800 International Park Drive, Suite 300, Birmingham, Alabama 35243, phone (205) 969-2696.

Bid Submittal: 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. 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.

Liquidated Damages: Apply to this project in the amounts specified in the General and Supplemental Conditions.

Bids submitted may not be modified, withdrawn, or cancelled by the bidder for a period of 60 days after the bid date.

Nonresident Contractors must accompany any written proposal documents with a written opinion of any attorney at law licensed to practice law in such nonresident bidders’ state of domicile, as to the preferences,
if any or none, granted by the law of that state to its own business entities whose principal places of business are in that state in the letting of any or all public contracts.

Bonds required by the Contract Documents shall be issued by a Surety Company licensed to do business in the State of Alabama having a bond rating of at least A- according to Best’s Key Rating Guide, without reinsurance or other agreements to enhance its rating.
Joe Dyar
Superintendent
Calhoun County Board
of Education
BT05/08/14
_________________
ADVERTISEMENT for BIDDER PRE-QUALIFICATION
And NOTICE of INTENT to RECEIVE BIDS
from PREQUALIFIED BIDDERS

Pre-qualification submittals will be received by the Owner’s Representative/Project Manager, Juan DeOnis on behalf of Office of the Associate Vice President, Facilities & Capital Projects, University of Alabama at Birmingham, and the University of Alabama Board of Trustees at (UAB Hospital Planning, 2020 University Blvd., Birmingham, AL 35294 until 4:00 PM Central Time May 27, 2014.  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.

RELOCATION OF THE TAUB GYM AND OUTPATIENT OT GYM
For The
University of Alabama at Birmingham
Birmingham, Alabama
Project No.:  H145002A

A.    SCOPE OF WORK:

The scope of work generally includes demolition of an area of approximately 4,400 s.f. of interior partitions; finishes and systems back to the building shell and rebuilding a portion of  the interior area configured for the new functions. New work includes metal studs and drywall, architectural finishes, plumbing, fire protection, HVAC, and electrical work.  Work will be performed within the operating hospital facility using high levels of infection control measures and the contractor should have experience with the implementation and maintenance of infection control measures and interim life safety measures in a hospital environment as well as experience in performing construction in an operating hospital.

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 4:00 PM Central Time, May 27, 2014 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 May 30, 2014 by 5:00 PM Central Time.

Bidders previously prequalified for this project remain prequalified and no further submittal from those bidders is required.

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:
Birchfield Penuel & Associates
2805 Crescent Avenue, Suite 200
Birmingham, Alabama  35209
Mr. Clay Birchfield
205-870-1876
205-870-3058
clayb@bpa.net

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 from the Architect (see address above) upon deposit of $100.00 per set.  The deposit is refundable in full on the first two (2) sets issued to each prime general contractor bidder upon return of documents in reusable condition within ten (10) days after bid opening.  Additional sets for pre-qualified prime contractor bidders, subcontractors, vendors, or dealers may be obtained upon payment of the same deposit.  The deposit for additional sets shall be refunded less the cost of printing, reproduction, handling and distribution, upon return of the documents in reusable condition within ten (10) days after bid opening.

Bid documents will be available at the following locations after notice to pre-qualified bidders is given.  Drawings and specifications may be examined at the Office of the Architect; at the AGC Internet Plan Room, 5000 Grantswood Road, Irondale, AL 35210; at the Birmingham Construction Industry Authority, 601 37th Street South, Birmingham, AL 35222; and at the Reed Construction Data Office, 30 Technology Pkwy, South, Suite 500, Norcross, GA 30092-2912; and electronically through McGraw-Hill Construction Dodge.

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). The Bid Date is June 19, 2014 at 2:00 PM Central Time at the University of Alabama at Birmingham, UAB Hospital Planning, 2020 University Blvd., Birmingham, Alabama 35294.

Proposals may be hand delivered or received by mail on the date of the bid opening at the Office of  Juan DeOnis, Director of Program Planning Facilities and Capital Projects, 2020 Building, 2020 8th Avenue South, Birmingham, Alabama  35233, until 12:00 noon.  After 12:00 noon of the date of the bid opening, proposals must be hand delivered and presented at the bid opening.  Sealed proposals shall be submitted in triplicate and shall be properly identified.  All proposals received after 2:00 p.m. on June 19, 2014 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, 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 Marshal’s permit.

D.    PRE-BID CONFERENCE
A mandatory Pre-Bid Conference will be held on June 2, 2014 at 2:00 p.m. at the site of the work.  Meet at the main first floor lobby of the Spain Rehabilitation Center.  It is mandatory that all pre-qualified prime contractor bidders attend the Pre-Bid Conference.

BT05/08/14
___________________
ADVERTISEMENT for BIDDER PRE-QUALIFICATION
And NOTICE of INTENT to RECEIVE BIDS
from PREQUALIFIED BIDDERS

Pre-qualification submittals will be received 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 University of Alabama Board of Trustees at UAB Health System Planning, 2020 Building, 2020 University Blvd., Birmingham, AL 35233 until 4:00 PM Central Time, May 13, 2014.  The original and five (5) 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.

REBIDDING FOR
UAB FIRE ALARM REPLACEMENT QBT, NEW HILLMAN, AND OLD HILLMAN
For The
University of Alabama at Birmingham
Birmingham, Alabama
UAB Project No.:  H135001A

A.    SCOPE OF WORK:

Work consists of replacing full and partial building fire alarm systems.  Work includes new fire alarm system panels, devices, conduit, wiring, programming, and certification.  Work also includes associated electrical work, repair of building finishes, and removal of old system components.  Work will be performed within the operating hospital facility using high levels of infection control measures.  The contractor should have experience with the implementation and maintenance of infection control measures and interim life safety measures in a hospital environment as well as experience in performing construction in an operating hospital.

B.    PRIME CONTRACTOR AND ELECTRICAL CONTRACTOR BIDDER PRE-QUALIFICATIONS:

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.  Electrical Contractor/Subcontractor bidders interested in submitting a proposal must have a State of Alabama Fire Marshal’s Certified Fire Alarm Contractor Permit which is to be included in the pre-qualification submittal.

Only bidders who have completed the pre-qualification process and 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 4:00 PM Central Time, May 13, 2014, after which no further requests will be considered.

Pre-qualification Requirements Information Package may be obtained from the Engineer upon letterhead request sent by mail at the address below or scanned into an email to dhuddleston@ssoe.com.

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 May 16, 2014 by 5:00 PM Central Time.

Bidders previously prequalified for this project remain prequalified and no further submittal from those bidders is required.

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:

Engineer:
SSOE Group
3504 7th Avenue South
Birmingham, Al  35222
205-323-2373
205-322-2731
David Huddleston
dhuddleston@ssoe.com

C.    BIDS BY PRE-QUALIFIED PRIME GENERAL CONTRACTOR BIDDERS

Documents:
After notice to prequalified bidders is given, the prequalified General Contract bidders may obtain bid documents through the UAB Digital Plan Room at http://uab.algraphics.com/, 2801 Fifth Avenue South, Birmingham, AL  35233 (Laura Loggins, telephone 205-252-8505 or email lloggins@algraphics.com).  Prequalified General Contractor bidders must submit to Alabama Graphics a refundable bid check payable to SSOE in the amount of $200.00 per set.  The deposit is refundable in full on the first two sets issued to each prime General Contractor bidder upon return of documents in re-usable condition within 10 days after the bid opening.  Additional document sets for prequalified General Contractor bidders, subcontractors, subcontractors, vendors, suppliers, or dealers may be obtained as a direct purchase from Alabama Graphics, non-refundable.

Bid documents will be available at the following locations after notice to pre-qualified bidders is given.  Drawings and specifications may be examined at the Office of the Engineer; at the AGC Internet Plan Room, 5000 Grantswood Road, Irondale, AL 35210; at the Birmingham Construction Industry Authority, 601 37th  Street South, Birmingham, AL 35222; and at the Reed Construction Data Office, 30 Technology Pkwy, South, Suite 500, Norcross, GA 30092-2912; and electronically through McGraw-Hill Construction Dodge.

Disclaimer:  The Owner and Architect shall not be responsible for errors or erroneous information related to the Bid Documents copied and/or reproduced from sources other than previously listed.  It shall be the responsibility of each pre-qualified bidder, subcontractor, vendor, supplier or other service provider to verify the correctness of Bid Document issue dates, addendums and all information related thereto, prior to preparing and submitting construction bids on the projects listed and/or described within this public advertisement.

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 Engineer. 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). The Bid Date is June 3, 2014 at 2:00 PM Central Time at the University of Alabama at Birmingham, UAB System Planning, 2020 Building, 2020 University Blvd., Birmingham, Alabama 35233.

Proposals may be hand delivered or received by mail on the date of the bid opening at the Office of George Griswold, Project Manager, 2020 Building, 2020 University Blvd., Birmingham, Alabama  35233, until 12:00 noon.  After 12:00 noon of the date of the bid opening, proposals must be hand delivered and presented at the bid opening.  Sealed proposals shall be submitted in triplicate and shall be properly identified.  All proposals received after 2:00 p.m. on June 3, 2014 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.

D.    PRE-BID CONFERENCE
A mandatory Pre-Bid Conference will be held on May 19, 2014 at 2:00 p.m. at the site of the work.  Meet at the West Pavilion ground floor atrium elevator lobby.  It is mandatory that all pre-qualified prime contractor bidders attend the Pre-Bid Conference.
BT05/08/14

_______________________________________

LEAVE A REPLY

Please enter your comment!
Please enter your name here