Home Classified Classifieds

Classifieds

2804
0

Classifieds*Employment

*University of Montevallo
*Assistant Athletic Trainer
*Visit https://jobs.montevallo.edu
*UM is an EO Employer
BT02/05/15
___________________________
*Domino’s Pizza – Now Hiring!

Bessemer, AL: 205-426-1131 / 3979 Parkwood Road
APPLY HERE:            http://bit.ly/dominos5365

Forestdale, AL: 205-791-1400 / 1535 Forestdale Blvd
APPLY HERE:            http://bit.ly/dominos5375

Leeds, AL:  205-699-2727 / 7709 Parkway Drive
APPLY HERE:            http://bit.ly/dominos5384

Trussville, AL: 205-655-9080 / 445 Main Street
APPLY HERE:            http://bit.ly/dominos5386

Alexander City, AL: 256-329-2236 / 855 Market Place- Highway 280
APPLY HERE:            http://bit.ly/dominos5834

Irondale / Birmingham, AL: 205-956-8300 / 1506 Montclair Road
APPLY HERE:            http://bit.ly/dominos5848

Homewood, AL: 205-916-0070 / 430 Greensprings Hwy, Ste. 14
APPLY HERE:            http://bit.ly/dominos5851

Chalkville / Birmingham, AL: 205-856-0030 / 2446 Old Springville Rd
APPLY HERE:            http://bit.ly/dominos5894
BT02/05/15
___________________________
**AUTOMOBILE

*2008 G.M.C. Arcadia SLT
Gold HARD LOADED
3rd. row seat Leather
Bring W-2 and drive
today Call Sam at
*205-815-6454

*2007 Toyota Camry
Low miles Red with
tint, Steering controls
Call Ladarious
*205-380-0593

*2010 Dodge Charger SXT
Crimson red , Bring your
W-2 and RIDE TODAY
Call Sam at
*205-815-6454

*2004 Ford Mustang
Blue Automatic
40th Anniversary Edition
Call Ladarious at
*205-380-0593

*2010 Scion T.C.
5 speed Low miles
Sunroof, Silver
Call Sam at
*205-815-6454
BT02/05/15
_____________________
**BUYER

*Picker Coming to Birmingham, Alabaster areas February 9th – 14th
*Looking to buy pre-1960’s toys, trains, clocks, motorcycles, signs,
*furniture, etc… Call Mike O’Sullivan @ 586-850-7373 or 1-800-430-7881
*for appointment!
BT02/05/15
_____________________________________________
**LEGAL

*REQUEST FOR PROPOSALS
*LEGAL SERVICES
*LEGAL ADVERTISEMENT

The Jefferson County Office of Community & Economic Development desires to enter into a contract for legal services in support of its federal programs and other activities administered through the Jefferson County Office of Community & Economic Development. A copy of the complete Request for Proposals will be available upon request at:

Jefferson County Office of Community & Economic Development
716 Richard Arrington Jr. Blvd. North
Suite A-430
Birmingham, Alabama 35203
Attn: Frederick L. Hamilton, Director
(205) 325‑5761
e -mail: hamiltonf@jccal.org

The firm or individual selected must have the capacity to fulfill the following type of legal services:

*Professional Services Required:

Legal services required will include but are not limited to the following:

1.  General Counsel regarding questions and issues which arise from time to time regarding collections, foreclosures, security agreements and legal agreements relating to real estate transactions and economic development loans which have previously been entered into or are about to be entered into as a part of a federal grant program or project. A minimum of five (5) years of experience with mortgagor collections, foreclosures, borrower bankruptcy filings, mortgage modifications and debt restructuring is required.  General knowledge of federally regulated programs such as CDBG, EDA and HOME program regulations is preferred.  Please note that experience in revolving debt collection only is not acceptable.

2.  General counsel and opinions regarding the legality or propriety of certain actions under the Code of Federal Regulations, the Code of Alabama, or other laws, regulations, or policies.

3.  Litigation as required; and

4.  Perform related tasks as required.

The proposing firm or individual must submit to the County’s Office of Community & Economic Development a sealed proposal and other documentation verifying its commitment to comply with all requirements outlined in the Request for Proposals by *5:00 p.m. on Friday, February 20, 2015.  The sealed envelope must clearly note “Legal RFP”.
BT02/05/15
_____________

*PUBLIC NOTICE

*NOTICE OF FINDING OF NO SIGNIFICANT IMPACT AND NOTICE OF *INTENT TO REQUEST RELEASE OF FUNDS

*Thursday, February 5, 2015
Jefferson County Office of Community & Economic Development
716 Richard Arrington Jr. Blvd. North, Room A-430
Birmingham, AL 35203
(205) 325-5761
These notices shall satisfy two separate but related procedural requirements for activities to be undertaken by the Jefferson County Office of Community& Economic Development.

*REQUEST FOR RELEASE OF FUNDS
On or about Friday, February 20, 2015, the Jefferson County Commission, acting as Community Development agent for Jefferson County and Consortium municipalities, will submit a request to the U.S. Department of Housing & Urban Development for the release of Federal Community Development Block Grant Recovery funds under Title I of the Housing and Community Development Act of 1974 (PL93-383) to undertake the following projects:

*Concord Storm Shelter Project (CDBG-DR13-03-U3-CSS)

*FINDING OF NO SIGNIFICANT IMPACT
The Jefferson County Commission through its Office of Community & Economic Development has determined that the project will have no significant impact on the human environment.  Therefore, an Environmental Impact Statement under the National Environmental Policy Act of 1969 (NEPA) is not required.  Additional project information is contained in the Environmental Review Record (ERR) on file at the Jefferson County Office of Community & Economic Development, 716 Richard Arrington Jr. Blvd. North – Room A-430, Birmingham, AL 35203 where the record is available for review and may be examined or copied weekdays 8:00 A.M. to 4:00 P.M.

*PUBLIC COMMENTS
Any individual, group, or agency disagreeing with this determination or wishing to comment on the project may submit written comments to the Jefferson County Office of Community & Economic Development.  All comments received by February 20, 2015, will be considered by the Jefferson County Office of Community & Economic Development prior to authorizing submission of a request for release of funds.  Comments should specify which Notice they are addressing.

*RELEASE OF FUNDS
The Jefferson County Commission through its Office of Community & Economic Development certifies to HUD that the President of the Jefferson County Commission consents to accept the jurisdiction of the Federal Courts if an action is brought to enforce responsibilities in relation to the environmental review process and that these responsibilities have been satisfied.  HUD’s approval of the certification satisfies its responsibilities under NEPA and related laws and authorities, and allows the Jefferson County Commission to use Program funds.

*OBJECTIONS TO RELEASE OF FUNDS
HUD will accept objections to its release of funds and the Jefferson County Commission’s certification for a period of fifteen days following the anticipated submission date or its actual receipt of the request (which ever is later) only if they are on one of the following basis: (a) the certification was not executed by the Certifying Officer of the Jefferson County Commission; (b) the Jefferson County Commission has omitted a step or failed to make a decision or finding required by HUD regulations at 24 CFR Part 58; (c) the grant recipient has committed funds or incurred costs not authorized by 24 CFR Part 58 before approval of release of funds by HUD; or (d) another Federal agency acting pursuant to 40 CFR Part 1504 has submitted a written finding that the project is unsatisfactory from the standpoint of environmental quality.  Objections must be prepared and submitted in accordance with the required procedures (24 CFR Part 58) and shall be addressed to: Environmental Clearance, Mr. Charles Franklin, CPD Director, U.S. Department of  HUD, Birmingham Office, Region IV, Medical Forum Building, Suite 900, 950 22nd Street North, Birmingham, AL  35203.  Potential objectors should contact HUD to verify the actual last date of the objection period.

James A. Stephens, President
Jefferson County Commission
BT02/05/15

_______________
*INVITATION FOR BIDS
*I.F.B. No. 15-05

The Housing Authority of the Birmingham District will receive bids for the Construction of Building #20 at the Marks Village Housing Community.  Bids will be received until *10:00 a.m., local standard time, on *March 2, 2015 at the Housing Authority of the Birmingham District Central Office Building, *Tenant’s Meeting Room located at 1826 3rd Avenue South, Birmingham, Alabama 35233.  At that time, all bids received will be publicly opened and read aloud.

*Scope of work will include (but is not limited to): Project consist of the Construction of Building #20 at the Marks Village Housing Community.

Contract Documents, including drawings and technical specifications, are on file at the following locations:

*Owner

HABD
1826 3rd Avenue South
Birmingham, Alabama  35233
www.habd.org

*Plan Rooms:

AGC Network (Internet plan room)
(Formerly Ala. Assoc. of General Contractors)
5000 Grantswood Road
Birmingham, Alabama 35210
(205) 451- 1400 ph. / (205) 451- 1499 fax

F.W. Dodge / McGraw-Hill
MHC Plan Room/Alabama Graphics
2801 5th Avenue South
Birmingham, AL 35233
(205) 252-8505 ph. / (205) 252-8510 (fax)

Birmingham Construction Industry Authority
601 37th Street South
Birmingham, AL 35222
(205) 324-6202 ph. / 324-6210 fax

Copies of the Contract Documents may be obtained by contacting Carl M. Edwards, HABD Procurement Administrator at 205.521.0611 or downloading from web site at *www.habd.org. Contract Document requested from Mr. Edwards will have to be picked up at the HABD Central Office and will not be shipped.

Contractors must be licensed by the General Contractors Licensure Board of Alabama and meet the statutory requirements, including maintaining a license in good standing.  All bidders must include a current license number with the submission of the bid.

The bidder shall be required to file with his or her bid either a cashier’s check drawn on an Alabama bank or a bid bond executed by a surety company duly authorized and qualified to make such bonds in the State of Alabama, payable to the awarding authority for an amount not less than five percent of the contractor’s bid, but in no event more than ten thousand dollars ($10,000.00).
The *Owner recommends all interested contractors to attend a *Pre-Bid Conference being *held on February 17, 2015 at 10:00 am. CST at the HABD Central Office, Tenant’s *Meeting Room 1826 Third Avenue South Birmingham, Alabama  35233, to familiarize them with the project.  There will be a site visit to all listed properties immediately following the pre-bid conference. During the Pre-Bid Conference, the Authority will conduct a match-making session to promote its efforts for participation by historically disadvantaged businesses.
The Owner reserves the right to reject any or all bids and to waive any irregularities or informalities in the bidding.
Bids may be held by the *Owner for a period not to exceed *(90) ninety days from the date of bids for the purpose of reviewing them and investigating the qualifications of the bidders, prior to awarding the contract.  No bids may be withdrawn for a period of ninety days (90) subsequent to the opening of bids, without the consent of the Authority.
Bidding contractors are expected to hold bid prices with no changes for a period of *(90) ninety days.
Naomi H. Truman
Executive Director
The Housing Authority of the Birmingham District
BT02/05/15

_______________
*TO:
*Prospective Offerors

*REQUEST FOR PROPOSALS:
*15-06

*SEPARATE SEALED PROPOSALS FOR:
Legal Services

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

*CLOSING DATE:
February 10, 2015

*TIME:
2:00 P.M. CST

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

By submission of a proposal the offeror agrees, if the offeror’s proposal is accepted, to enter a contract with the Housing Authority of the Birmingham District (HABD), to complete all work as specified or indicated in the contract documents, for the contract price and within the contract time indicted in the RFP.  The offeror further accepts the terms and conditions of the RFP.

Proposals must be prepared in accordance with the section entitled “Submittal of Proposal,” and will be evaluated by the HABD.  Evaluation will be based on the criteria within this RFP.

Copies of the RFP, which includes the scope of services, conditions and requirements, may be 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.

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

HABD in accordance with the Executive Orders 11625 and 12138 promotes participation by businesses owned and operated by disadvantaged and historically underutilized businesses.  Section 3 business requirements must also be met.

A copy of this solicitation is available at *www.habd.org under the Purchasing and Procurement Section.  Questions regarding the attached RFP should be directed to the Procurement Administrator, in writing ten (10) days prior to proposal due date.  Questions received after the deadline will not be answered.

Contracting Officer:
Naomi H. Truman, Executive Director
BT02/05/15

_______________
TO:
Prospective Offerors

REQUEST FOR PROPOSALS:
15-12

SEPARATE SEALED PROPOSALS FOR:
Resident Leadership and Team Building
Training

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

CLOSING DATE:
February 12, 2015

TIME:
2:00 P.M. CST

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

By submission of a proposal the offeror agrees, if the offeror’s proposal is accepted, to enter a contract with the Housing Authority of the Birmingham District (HABD), to complete all work as specified or indicated in the contract documents, for the contract price and within the contract time indicted in the RFP.  The offeror further accepts the terms and conditions of the RFP.

Proposals must be prepared in accordance with the section entitled “Submittal of Proposal,” and will be evaluated by the HABD.  Evaluation will be based on the criteria within this RFP.

Copies of the RFP, which includes the scope of services, conditions and requirements, may be 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.

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

HABD in accordance with the Executive Orders 11625 and 12138 promotes participation by businesses owned and operated by disadvantaged and historically underutilized businesses.  Section 3 business requirements must also be met.

A copy of this solicitation is available at *www.habd.org under the Purchasing and Procurement Section.  Questions regarding the attached RFP should be directed to the Procurement Administrator, in writing ten (10) days prior to proposal due date.  Questions received after the deadline will not be answered.

Contracting Officer:
Naomi H. Truman, Executive Director
BT02/05/15
_______________
*ADVERTISEMENT FOR BIDS
*JEFFERSON COUNTY DEPARTMENT OF REVENUE IMPROVEMENTS
The Jefferson County Commission will receive sealed Proposals from General Contractors for the Jefferson County Department of Revenue Improvements until 2:00 PM Local Time on Tuesday, February 24, 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 Wednesday, February 11, 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 Thursday, January 29, 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.
BT02/05/15
____________
*The Birmingham-Jefferson Civic Center Authority will receive sealed bids for:

*Forum Meeting Space Renovation

This will be for the use of the Birmingham-Jefferson Civic Center Authority, Birmingham, Alabama.* Pre-qualified *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 by pre-qualified General Contractors, up to the hour of 2:30 p.m. on Wednesday,  March 04, 2015, 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 8:00 a.m. on Wednesday, March 04, 2015, 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 2:30 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 Wednesday, February 11, 2015 at 10:30 a.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

BT02/05/15
_______________
*INVITATION FOR BIDS

The Jefferson County Commission will receive bids for the  *GARDENDALE NEW *CASTLE PARK IMPROVEMENTS (CDBG13-03F-U4-NCP)    at Room 270 of the Jefferson County Courthouse (Commission Chambers – 2nd Floor) until 9:00 a.m. local time on the 10th  day of  February 2015 , at which time and place all bids will be publicly opened and read aloud.

Any bid to be delivered by hand or mail prior to the above time or at a different place shall be at the full risk of the bidder.  Such bids may be delivered or mailed to the Jefferson County Office of Community and Economic Development, at 716 Richard Arrington Jr. Blvd N, Suite A-430, Birmingham, Alabama 35203.  If for any reason such bid does not reach Room 270 of the Jefferson County Courthouse prior to the opening, it may be rejected.  *No bids shall be accepted after the time stated for receipt of bids.  This *requirement shall not be waived.

All bids must be submitted on bid forms furnished, or copy thereof, and must be in a sealed envelope.  The outside of the envelope should contain the following:

(1) “SEALED BID”; (2) “DO NOT OPEN”; (3) PROJECT NAME AND NUMBER;
4) PROJECT OFFICER: “ALFONSO HOLT”; (5) CONTRACTOR’S NAME AND ADDRESS; (6) ALABAMA LICENSE NUMBER; (7) CONTRACTOR’S DUNS NUMBER.

Bids are invited upon the work generally described as follows:

*The work includes, but is not limited to providing all necessary materials, *labor, equipment, tools, transportation and services to install a pre-*fabricated dual-flush restroom facility at the existing Gardendale New Castle *Park. Project includes clearing, grubbing and disposal of debris; *approximately 300 C.Y. of earth grading and moving (cut and fill); *approximately 725 SF of 5’ wide (typical) reinforced concrete sidewalks with *2” stone base; electrical service and utility stub-outs; 1000 gallon septic tank *and associated on-site disposal field lines installed in accordance with *Jefferson County Regulations; signage relocation; various erosion control *measures; site restoration; and other minor miscellaneous site work in *ccordance with the plans and specifications.

Bids must be accompanied by a certified check payable to the order of Jefferson County, Alabama, negotiable U.S. Government Bonds (at par value), or a satisfactory Bid Bond executed by the bidder and an acceptable surety, in the amount equal to five percent (5%) of the total of the bid amount but not to exceed $10,000.00, for the GARDENDALE NEW CASTLE PARK IMPROVEMENTS (CDBG13-03F-U4-NCP)

The bid security is to become the property of the owner in the event that: (1) the bidder fails to meet any of the qualifications required in the bid specifications stated herein; (2) the bidder misrepresents or falsifies any information required to be provided by the owner; (3) for any reason that the bidder fails to qualify, causing his bid to be withdrawn or rejected and such withdrawal or rejection results in delay or substantial additional expense to the owner; (4) the contract and bond are not executed within the time set forth, as liquidated damages for the delay and additional expense of the owner caused thereby.

Bid documents are on file and will be available for examination at the JEFFERSON COUNTY OFFICE OF COMMUNITY AND ECONOMIC DEVELOPMENT, 716 Richard Arrington Jr. Blvd N, Suite A-430, Birmingham, Alabama 35203; the BIRMINGHAM CONSTRUCTION INDUSTRY AUTHORITY, 601 37th Street South, Birmingham, Alabama 35222, and through ALABAMA AGC – ISQFT PLAN ROOM, 28015th Avenue South, Birmingham, AL 35233.

The bid package may be obtained by depositing $ 100.00    with     ENGINEERING SERVICE ASSOCIATES, INC., 5300 Cahaba River Road, Suite 250, Birmingham, AL 35243  (205-970-0772)      for each set of documents so obtained. Such deposit will be refunded in full on the first set issued to each general contract bidder submitting a bonafide bid, upon return of documents in good condition within ten days of bid date.  Other sets for general contractors, and sets for subcontractors and dealers, may be obtained with the same deposit, which will be refunded as above, less cost of printing, reproduction, handling and distribution of the contract documents.

Bidders are advised that submitted bids bind the bidders to the “Bid Conditions Setting Forth Affirmative Action Requirements for all Non‑Exempt Federal and Federally‑assisted Construction Contracts to be awarded in Jefferson, Shelby and Walker Counties, Alabama”, also known as the Birmingham Hometown Plan.

Attention is called to the fact that not less than the minimum salaries and wages as set forth in the contract documents must be paid on this project, and that the contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, sex, age, religion, national origin, disability, or veteran status.

All bidders be advised that this contract is subject to Section 3 of the Housing and Urban Development act of 1968, as amended, (12 USC l701U) which if it is in excess of $100,000, requires that to the “greatest extent feasible”, opportunities for training and employment be given lower income residents of the project area and contracts for work in connection with the project be awarded to business concerns which are: (1) 51 percent or more owned by section 3 residents; or (2) Whose permanent, full-time employees include persons, at least 30 percent of whom are currently section 3 residents, or within three years of the date of first employment with the business concern were section 3 residents; or (3) That provides evidence of commitment to subcontract in excess of 25 percent of the dollar award of all subcontracts to be awarded to business concerns that meet the qualifications set forth in paragraphs (1) or (2) in this definition of “section 3 business concern.”

All bidders must be properly licensed by the Alabama Licensing Board for General Contractors, as required by Chapter 8 of Title 34 of the Code of Alabama 1975 as amended.  General Contractors with a classification of BC, BCU4 or MU should be able to bid this project.  If a Contractor has any questions regarding his classification or eligibility to bid this project, those questions should be directed to the State Licensing Board.

The Jefferson County Commission reserves the right to reject any or all bids or to waive any informalities in the bidding.

This project will be funded in its entirety (100%) with Federal Community Development Block Grant Funds.

No Bid may be withdrawn for a period of   Sixty (60)  days from the date of the opening of bids to allow the Jefferson County Commission to review the bids and investigate the qualifications of bidders, prior to awarding the contract.
BT02/05/15
____________
*INVITATION FOR BIDS

The Jefferson County Commission will receive bids for the  *ROSEDALE *SIDEWALKS – PHASE 3 PROJECT (CDBG13-03L-M05-RS3)    at Room 270 of the Jefferson County Courthouse (Commission Chambers – 2nd Floor) until 9:00 a.m. local time on the  10th day of  February 2015 , at which time and place all bids will be publicly opened and read aloud.

Any bid to be delivered by hand or mail prior to the above time or at a different place shall be at the full risk of the bidder.  Such bids may be delivered or mailed to the Jefferson County Office of Community and Economic Development, at 716 Richard Arrington Jr. Blvd N, Suite A-430, Birmingham, Alabama 35203.  If for any reason such bid does not reach Room 270 of the Jefferson County Courthouse prior to the opening, it may be rejected.  No bids shall be accepted after the time stated for receipt of bids.  This requirement shall not be waived.

All bids must be submitted on bid forms furnished, or copy thereof, and must be in a sealed envelope.  The outside of the envelope should contain the following:

(1) “SEALED BID”; (2) “DO NOT OPEN”; (3) PROJECT NAME AND NUMBER;
(4) PROJECT OFFICER: “ALFONSO HOLT”; (5) CONTRACTOR’S NAME AND ADDRESS; (6) ALABAMA LICENSE NUMBER; (7) CONTRACTOR’S DUNS
NUMBER.

Bids are invited upon the work generally described as follows:

The work includes, but is not limited to providing all necessary materials, labor, equipment, tools, transportation and services to construct various sidewalk improvements, including: clearing, grubbing and disposal of debris; approximately 4,620 SF of 5’ wide fiber-reinforced concrete sidewalks; six (6) ADA-compliant sidewalk ramps and curbing modifications; pedestrian crossing signage and signage relocations; 21 LF of cross-tie and composite batten retaining wall; 51 LF of 1-1/2” ADA-Compliant steel handrail; pavement markings; various power pole, guy wire and utility relocations/adjustments; various erosion control measures; site restoration; and other minor miscellaneous site work in accordance with the plans and specifications.

Bids must be accompanied by a certified check payable to the order of Jefferson County, Alabama, negotiable U.S. Government Bonds (at par value), or a satisfactory Bid Bond executed by the bidder and an acceptable surety, in the amount equal to five percent (5%) of the total of the bid amount but not to exceed $10,000.00, for the ROSEDALE SIDEWALKS – PHASE 3 PROJECT (CDBG13-03L-M05-RS3).

The bid security is to become the property of the owner in the event that: (1) the bidder fails to meet any of the qualifications required in the bid specifications stated herein; (2) the bidder misrepresents or falsifies any information required to be provided by the owner; (3) for any reason that the bidder fails to qualify, causing his bid to be withdrawn or rejected and such withdrawal or rejection results in delay or substantial additional expense to the owner; (4) the contract and bond are not executed within the time set forth, as liquidated damages for the delay and additional expense of the owner caused thereby.

Bid documents are on file and will be available for examination at the JEFFERSON COUNTY OFFICE OF COMMUNITY AND ECONOMIC DEVELOPMENT, 716 Richard Arrington Jr. Blvd N, Suite A-430, Birmingham, Alabama 35203; the BIRMINGHAM CONSTRUCTION INDUSTRY AUTHORITY, 601 37th Street South, Birmingham, Alabama 35222, and through ALABAMA AGC – ISQFT PLAN ROOM, 2801 5th Avenue South, Birmingham, AL 35233.

The bid package may be obtained by depositing $ 100.00     with     ENGINEERING SERVICE ASSOCIATES, INC., 5300 Cahaba River Road, Suite 250, Birmingham, AL 35243  (205-970-0772)      for each set of documents so obtained. Such deposit will be refunded in full on the first set issued to each general contract bidder submitting a bonafide bid, upon return of documents in good condition within ten days of bid date.  Other sets for general contractors, and sets for subcontractors and dealers, may be obtained with the same deposit, which will be refunded as above, less cost of printing, reproduction, handling and distribution of the contract documents.

Bidders are advised that submitted bids bind the bidders to the “Bid Conditions Setting Forth Affirmative Action Requirements for all Non‑Exempt Federal and Federally‑assisted Construction Contracts to be awarded in Jefferson, Shelby and Walker Counties, Alabama, “also known as the Birmingham Hometown Plan.

Attention is called to the fact that not less than the minimum salaries and wages as set forth in the contract documents must be paid on this project, and that the contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, sex, age, religion, national origin, disability, or veteran status.

All bidders be advised that this contract is subject to Section 3 of the Housing and Urban Development act of 1968, as amended, (12 USC l701U) which if it is in excess of $100,000, requires that to the “greatest extent feasible”, opportunities for training and employment be given lower income residents of the project area and contracts for work in connection with the project be awarded to business concerns which are: (1) 51 percent or more owned by section 3 residents; or (2) Whose permanent, full-time employees include persons, at least 30 percent of whom are currently section 3 residents, or within three years of the date of first employment with the business concern were section 3 residents; or (3) That provides evidence of commitment to subcontract in excess of 25 percent of the dollar award of all subcontracts to be awarded to business concerns that meet the qualifications set forth in paragraphs (1) or (2) in this definition of “section 3 business concern.”

All bidders must be properly licensed by the Alabama Licensing Board for General Contractors, as required by Chapter 8 of Title 34 of the Code of Alabama 1975 as amended.  General Contractors with a classification of MU or MU-S: Walkways should be able to bid this project.  If a Contractor has any questions regarding his classification or eligibility to bid this project, those questions should be directed to the State Licensing Board.
The Jefferson County Commission reserves the right to reject any or all bids or to waive any informalities in the bidding.

This project will be funded in its entirety (100%) with Federal Community Development Block Grant Funds.

No Bid may be withdrawn for a period of   Sixty (60)  days from the date of the opening of bids to allow the Jefferson County Commission to review the bids and investigate the qualifications of bidders, prior to awarding the contract.
BT02/05/15
____________

LEAVE A REPLY

Please enter your comment!
Please enter your name here