Home Business Business Classified

Classified

4138
0

**Employment

*University of Montevallo

We are currently accepting applications for the following positions:

•    Assistant to the Chief Information Officer
•    Grant Proposal Coordinator
•    Custodian I (Part-time)

Apply online at *https://jobs.montevallo.edu
*UM is an EO Employer
BT05/28/15
(HZline)
________________
**CATERING SERVICE
*Rae Rae’s Catering
All Events – Weddings –
Family Reunions – Etc.
*205-266-0831or 205-587-7503
BT05/28/15
(HZline)
________________
*Legals

*INVITATION TO BID

Sealed bids for *PACKAGE B—PARK SWINGSET REPLACEMENTS at Various *Locations Birmingham, AL will be received by the City Architect in Conference Room 215 Birmingham City Hall, Birmingham, Alabama until 2:00 p.m., *Thursday, *June 18, 2015 at which time and place they will be publicly opened and read aloud.

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

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

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

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

A Pre-bid Conference to review and discuss the project will be held at 2:00 p.m. on *Tuesday, June 9, 2015 in Conference Room 215, Birmingham City Hall.

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:  *SEALED BID – PACKAGE B*PARK SWINGSET REPLACEMENTS. Bids may be *hand delivered to Conference Room 215 City Hall, Birmingham, Alabama, or mailed to:  City of Birmingham Planning, Engineering and Permits Department, Architectural Division, Room 220 City Hall, 710 North 20th Street, Birmingham, Alabama 35203.  Bids sent by any express carrier (Federal Express, UPS, Airborne, etc.) must specify delivery to Room 220 City Hall.

It is the bidder’s responsibility to make sure that his bid is in the possession of the City Architect on or before 2:00 p.m., Thursday, June 18, 2015.   Bids received after this time will not be considered.
BT05/28/15
(HZline)
_______________
*INVITATION TO BID

Sealed bids for *PACKAGE C—PARK POURED-IN-PLACE SOFT SURFACE *REPLACEMENTS at Various Locations Birmingham, AL will be received by the City Architect in Conference Room 215 Birmingham City Hall, Birmingham, Alabama until 3:00 p.m., *Thursday, June 18, 2015 at which time and place they will be publicly opened and read aloud.

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

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

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

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

A Pre-bid Conference to review and discuss the project will be held at *3:00 p.m. on *Tuesday, June 9, 2015 in Conference Room 215, Birmingham City Hall.

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:  *SEALED BID – PACKAGE B—*PARK POURED-IN-PLACE SOFT SURFACE REPLACEMENTS. Bids may be *hand delivered to Conference Room 215 City Hall, Birmingham, Alabama, or mailed to:  City of Birmingham Planning, Engineering and Permits Department, Architectural Division, Room 220 City Hall, 710 North 20th Street, Birmingham, Alabama 35203.  Bids sent by any express carrier (Federal Express, UPS, Airborne, etc.) must specify delivery to Room 220 City Hall.

It is the bidder’s responsibility to make sure that his bid is in the possession of the City Architect on or before 3:00 p.m., *Thursday, June 18, 2015.   Bids received after this time will not be considered.
BT05/28/15
(HZline)
_______________
*INVITATION TO BID

Sealed bids for *ECHO HIGHLANDS PARK RENOVATIONS at 1800 Indian *Summer Drive Birmingham, AL 35215 will be received by the City Architect in Conference Room 215 Birmingham City Hall, Birmingham, Alabama until 2:00 p.m., *Thursday, June 25, 2015 at which time and place they will be publicly opened and read aloud.

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

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

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

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

A Pre-bid Conference to review and discuss the project will be held at *2:00 p.m. on *Tuesday, June 16, 2015 in Conference Room 215, Birmingham City Hall.

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: *SEALED BID – ECHO *HIGHLANDS PARK RENOVATIONS. Bids may be hand delivered to Conference Room 215 City Hall, Birmingham, Alabama, or mailed to:  City of Birmingham Planning, Engineering and Permits Department, Architectural Division, Room 220 City Hall, 710 North 20th Street, Birmingham, Alabama 35203.  Bids sent by any express carrier (Federal Express, UPS, Airborne, etc.) must specify delivery to Room 220 City Hall.

It is the bidder’s responsibility to make sure that his bid is in the possession of the City Architect on or before 2:00 p.m., *Thursday, June 25, 2015.   Bids received after this time will not be considered.
BT05/28/15
(HZline)
_______________
*NOTICE TO BIDDERS:  IFB #15-11 – PRE-EMPLOYMENT BACKGROUND SCREENING SERVICES
Notice is hereby given that Birmingham-Jefferson County Transit Authority is soliciting bids from a qualified person or entity to supply BJCTA with a PRE-EMPLOYMENT BACKGROUND SCREENING SERVICES.  The bid document is available for download on BJCTA’s website, www.bjcta.org.
(HZline)
_________________
*NOTICE TO BIDDERS:  IFB #15-14 – SUPERVISOR’S UNIFORM ITEMS
Notice is hereby given that Birmingham-Jefferson County Transit Authority is soliciting bids from a qualified person or entity to supply BJCTA with SUPERVISOR’S UNIFORM ITEMS.  The bid document is available for download on the BJCTA’s website, www.bjcta.org.
(HZline)
_________________
*NOTICE TO BIDDERS:  IFB #15-15 – MYSTERY RIDER SERVICE
Notice is hereby given that Birmingham-Jefferson County Transit Authority is soliciting bids from a qualified person or entity to supply BJCTA with a * MYSTERY RIDER SERVICE. The bid document is available for download on the BJCTA’s website, www.bjcta.org.
BT05/28/15
(HZline)
___________________
*TO:                                                                         
Prospective Offerors

*REQUEST FOR PROPOSALS:                             
*15-14

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

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

 *CLOSING DATE:
May 29, 2015

*TIME:    
2:00 P.M. CST

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

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

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

Copies of the RFP, which includes the scope of services, conditions and requirements, may be 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 Purchasing and Procurement Section.  Questions regarding the attached RFP should be directed to the Procurement Administrator, in writing ten (10) days prior to proposal due date.  Questions received after the deadline will not be answered.

*Contracting Officer:
*Naomi H. Truman, Executive Director
BT05/28/15
(HZline)
________________
*ADVERTISEMENT for BIDDER PRE-QUALIFICATION And NOTICE of INTENT to RECEIVE BIDS
*from PREQUALIFIED BIDDERS
Pre-qualification submittals will be received at Poole & Company Architects LLC, 2 North 20th Street, Suite 1610, Birmingham, Alabama 35203 on Thursday, June 11, 2015 by John Blocker, Project Manager. The original and two (2) duplicates of submittals are required for pre-qualification approval; however, facsimile transmission copies may be transmitted to the Project Manager at (205) 326-2201 to expedite the review process with hard-copies of the submittals to be delivered within 24 hours.
*JEFFERSON COUNTY PUBLIC SAFETY CENTER DOMESTIC HOT WATER STORAGE TANK REPLACEMENT JEFFERSON COUNTY *COMMISSION
*JEFFCO PROJECT # G.15507.01
*A.    SCOPE OF WORK:
Jefferson County Commission has elected to initiate a project to replace the defective hot water storage tank. The existing horizontal storage tank located in the main level mechanical room is approximately 2,000 gallons and is original to the building. The replacement project shall be designed and constructed to provide future flexibility, and minimize hot water system down time, such that the facility is never without domestic hot water. The completed project will include removal of the existing storage tank and two fractional horsepower inline hot water circulator pumps. Two – 1000 gallon storage tanks, with isolation valves, to allow parallel or independent operation, will be installed within the footprint of the demolished tank. Two inline, fractional horsepower pumps will be provided under this contract by the mechanical/plumbing contractor. The construction of the project shall be carried out to minimize down time of the system during construction to intervals of 3 – 4 hours. To achieve this, the project has been divided into four distinct phases. Each phase will be carried out to the satisfaction of the owner and design team prior to the start of a subsequent phase. The project location is the Jefferson County Public Safety Center, 809 Richard Arrington Jr. Boulevard North, Birmingham, Alabama 35263
*B.    PRIME MECHANICAL/PLUMBING CONTRACT OR BIDDER PREQUALIFICATIONS:
A Mechanical/Plumbing Contractor will be the Prime Contractor. Mechanical/Plumbing Prime Contractor bidders interested in submitting a proposal must apply for pre-qualification and must be licensed under the Provision of Title 34, Chapter 8, and Code of Alabama, 1975. A copy of current Alabama Contractors license is to be included in pre-qualification submittal. The mechanical/plumbing contractor must be a licensed general contractor and must also have proven experience serving as a prime contractor for this type of work. We are seeking only mechanical/plumbing contractors who are also a licensed general contractor.
Only bidders who have completed the pre-qualification process and that have been approved will be eligible to submit a bid for the Project. Prospective Bidder’s Pre- qualification Package must be received by the Architect’s Project Manager no later than 2:00pm local time on Thursday, June 11, 2015 after which no further requests will be considered.
Pre-qualification Requirements Information Package may be obtained from the Architect upon letterhead request.
The pre-qualification procedure is intended to identify responsible and competent prime bidders relative to the requirements of the Project. Each prospective Prime Contractor bidder will be notified of the results of the pre-qualification, no later than *2:00pm local time on Thursday, *June 18, 2015.
*C. BIDS:
The Jefferson County Commission will receive sealed Proposals for the Jefferson County Domestic Hot Water Storage Tank Replacement until *2:00 PM Local Time on Tuesday, July 14, 2015 at the Jefferson County Courthouse, Room 1, General Services, 716 Richard Arrington Jr. Boulevard North, Birmingham, Alabama 35263, after which time they will be opened in the Commission Chamber, Second Floor, Room 270.
No Bids will be accepted after the time stated for the receipt of Bids. This requirement will not be waived. The clock in the County Commission Chamber will be used to determine the correct time as determined by the Director of General Services, or his designated representative. At the time stated above, the Proposals will be opened and publicly read aloud.
All Bids must be on a lump-sum basis. Submit two identical copies of the Bid on the Proposal Form provided, without changes, in a sealed envelope bearing the Contractor’s name and current Alabama license number. Bids that do not bear the Contractor’s current license number will be returned without being opened.
Construction Contracts shall be awarded only to Contractors, licensed by the State Licensing Board for General Contractors, as required by Title 34, Chapter 8, Code of Alabama. Construction Contracts in excess of $50,000 shall be awarded only to Contractors licensed as required by the 1978 Code of Alabama, Title 34, Chapter 8 as amended. Bidders must be “responsible” in accordance with criteria in the Bid Documents and as stipulated by Title 39-2-3-(e) of the Code of Alabama
A Bid Bond, executed by a Surety company duly authorized and qualified to make such bonds in Alabama, payable to Jefferson County in the amount of 5% of the amount of the Bid, but not more than $10,000, must accompany the Bidder’s Proposal. Performance and Labor and Material Payment Bonds in the amount of 100% of the contract price, will be required when the Contract is presented by the Contractor to the Owner.
A mandatory Pre-Bid Conference will be held at 2:00 PM Local Time on *Wednesday, July 1, 2015 in the Jefferson County Courthouse, Room 22, Ground Floor, 716 Richard Arrington Jr. Boulevard North, Birmingham, Alabama. Because
of the nature of this project, Prime Contractor bidders who have been approved must attend the Pre-bid Conference. If the number of bidders who attend the Pre-Bid Conference decreases so there is little or no competition, the Bid may be postponed at the discretion of the Owner.
Bid Documents (Drawings and Project Manual) will be open to public examination after 12:00 PM Local Time on *Friday, June 19, 2015 at the office of Poole and Company Architects, LLC, 2 20th Street North, Tel. 205-326-2206, Suite 1610; AGC Internet Plan Room; at the Birmingham Construction Industry Authority; at the F.W. Dodge Company Plan Room in Birmingham; McGraw-Hill Construction Dodge, and Construction Market Data in Birmingham.
Two sets of Bid Documents will be provided to each pre-approved Prime Contractor bidder upon receipt of a deposit check of $200.00, made payable and delivered to Poole and Company Architects, LLC. The deposit check will be refunded in full upon return of the documents in good condition within ten days of the Bid date. Good condition is defined as documents that are properly bound, fully clear, legible, without tears, without defacing marks, notes of extraneous comments or sketches on front or back of any sheet. Additional sets of Bid Documents may be obtained at Alabama Graphics for the cost of printing and handling. Bids will only be accepted from pre- approved Prime Contractor bidder who have filed a document deposit with the Architect.
No Bid may be withdrawn after the scheduled closing time for the receipt of Bids for a period of 60 days. Only Bids submitted by pre-approved Prime Contractor bidder licensed as required by applicable State and Local laws and bearing the license number of the Contractor will be considered.
The Owner reserves the right to reject any and all bids; to waive formalities and technicalities, and to proceed in its’ own best interests.
BT05/28/15
(HZline)
_______________
*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 *10:00 AM CDT, June 23, 2015 for the Roof Replacement and *Wall Sealants of the Central Office for the Birmingham City Board of Education, at which time and place they will be publicly opened and read.

*A mandatory pre-bid conference is scheduled for 10:00 AM CDT, June 16, 2015 at *the Birmingham City Schools Central Office Auditorium, 2015 Park Place North, *Birmingham, Alabama 35203.

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. 300 Office Park Dr. Suite 120, Mountain Brook, Alabama 35223, *AGC Internet Plan Room, F. W. Dodge Plan Rooms, Birmingham Construction *Industry Authority Plan Room and Construction Market Data Plan Room.

Requirements for Pre-qualification: The Owner shall qualify Contractors who have successfully completed similar projects on time for satisfied Owners. Pre-Qualification forms shall be obtained from the Architect. The Pre-Qualification proposal shall consist of AIA Document A305, Workers’ Compensation Experience Modification Rate, a list of successful projects, construction costs, clients’ name, address, and telephone number.

Only General Contractors who have been approved to bid pursuant to Pre-Qualification procedures and criteria established by the Owner will be eligible to bid for the project. Pre-Qualification proposals shall be submitted to the office of *Stephen Ward & *Associates, Inc., 300 Office Park Dr. Suite 120, Birmingham, Alabama 35223, no later than *5:00 PM, June 8, 2015. General Contractors will be notified on noon on June 9, 2015 as to the status of their pre-qualification. Written Pre-Qualification procedures and criteria are available for review at the office of Stephen Ward & Associates, Inc., 300 Office Park Dr. Suite 120, Birmingham, Alabama 35223 and the Birmingham Construction Industry Authority 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.
BT05/28/15
(HZline)
_______________
*ADVERTISEMENT FOR PREQUALIFICATION OF *CONTRACTORS
*AND FOR BIDS FROM BIDDERS THAT ARE PREQUALIFIED

Sealed proposals will be received by the Lawson State Community College, 3060 Wilson Rd SW, Birmingham, AL 35221 in the Facilities Building Conference Room;  *UNTIL 2:00 PM *Local Time;  on Thursday June 25th , 2015, for:

*ACATT PARTIAL 3rd. FLOOR FITOUT
*AND ELEVATOR ADDITION

at which time and place they will be publicly opened and read.

The project includes, but is not limited to, selective demolition, site work, the construction of a new elevator and renovations on the third floor and all related work as indicated on the Bid and Construction Documents.

A cashiers check or bid bond payable to Lawson State Community College, Birmingham, Alabama, 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, and insurance in compliance with requirements, will be required at the signing of the Contract.

Drawings and Specifications *will be available after June 1st , 2015, to Prequalified project General Contractors;  and may be examined at the Office of the Architect;  and digital Plan Rooms of:  Dodge SCAN;  Reed Construction Data, Birmingham Construction Industry Authority (BCIA), iSQFT and AGC Internet Plan Rooms in Birmingham, Alabama.

*Approved Pre-Qualified Bidders may obtain documents from Alabama Graphics, for a *non-refundable cost equal to the cost of printing (which is approximately $175.00).  *Other sets for general contractors, and sets for subs and dealers, may be obtained at the *same amount. Partial sets will not be available.

Prequalification data shall be submitted *no later than June 9th, 2015, and shall include the following information and/or verification in letter or acceptable standard format of AIA or AGC:  Company information, including:  1)  Statutory license type, limits, type(s) of work and expiration date;  2)  Bonding company and capacity;  3)  Verification of minimum 5 years successful history as a General Contractor with projects of similar size and scope under the name of the firm which will be bidding and contracting for the work, and verifiable successful history of completing these and other projects in a timely manner; and 4) For compliance with the Alabama Immigration Law, Act 2011 – 535.  Note that any joint venture arrangements must qualify solely on the strength of the principal firm’s prequalification information.  Two hard copies of the document shall be submitted to the Architect, for Owner’s review, and a decision regarding the prospective bidder’s prequalification will be communicated to them within 5 working days.

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 Provision of Title 34, Chapter 8, Code of Alabama, 1975, as amended, and must show such evidence of license before bidding or bid will not be received or considered by Architect or Owner;  The bidder shall show such evidence by clearly displaying their current license number on the outside of the sealed envelope in which the proposal is delivered;  Bidder must also include their current license number on the Proposal Form.  No bid may be withdrawn after the scheduled closing time for receipt of bids for a period of SIXTY (60) days.

A *MANDATORY PRE-BID CONFERENCE will be held at the same location where bids will be received, at 10:00 AM, on June 16th, 2015, for the purpose of reviewing the project and answering Bidder’s questions. * Attendance at the Pre-Bid Conference is required for *all General Contractor Bidders intending to submit a Proposal, and highly recommended for all Subcontractors.  Bids from General Contractor Bidders who do not attend the Mandatory Pre-Bid Conference will be rejected.

*This project is being bid without sales taxes according to Act 2013-205 (of the Alabama *Legislature). However sales tax for the base bid and all other bid items must be *accounted for on the contractor’s Bid Proposal Form. ABC Form C-3A indicates how *the sales tax shall be accounted for on the bid proposal form and shall be modified by *the project architect as appropriate for bid items on each project.

*Completion Time:  Work shall commence on the earlier of either the date of the owner’s written “Notice to Proceed” or the contractor’s receipt of the fully executed contract and shall be “Substantially Complete” within 180 Consecutive Calendar Days thereafter.

*Supervision:  Contractor to provide Superintendent(s) to ensure proper supervision for all work.

*1.    This project may be partially funded through the Department of Education
*therefore the following Federal Regulations must be adhered to:  
*a.    Davis Bacon Act
*b.    Wage Hour Act
*c.    Copeland Anti-Kick Back Act
*d.    EPA Standards

Additional qualifications and requirements for General Contractor Bidders and separate Subcontractors and Manufacturers are indicated in the Bid and Contract Documents.

The Owner reserves the right to reject any or all proposals and to waive technical errors if, in their judgment, the best interests of the Owner will thereby be promoted.

Lawson state Community College
3060 Wilson Road SW.
Birmingham, Alabama, 35221
BT05/28/15
(HZline)
_______________

LEAVE A REPLY

Please enter your comment!
Please enter your name here