Home Classified Classified February 4, 2016

Classified February 4, 2016

2133
0

_____________________________

Employment

_____________________________________________________________________

Licensed Barbers Needed  

Birmingham’s newest Barbershop is looking for licensed Barbers to fill its Brand new Location in Forestdale area. Please Contact Jimmy at (205) 215-0057

BT 02/04/2016

(HZline)

_____________________________________________________________________

Sears Home Services

Now Hiring

Lawn Equipment Repair Techs *

Small Engine Repair Techs*

For More Information

Call Jasmine at: 407-551-6055

Email:Jasmine.Wilkins@searshomepro.com

BT 02/04/2016

(HZline)

________________________

PERSONAL ASSISTANT NEEDED

Looking for a responsible Personal Assistant to provide personalized secretarial and administrative support in a well-organized and timely manner. Experience not required. Send cv to dmb192@hotmail.com

BT 02/04/2016

(HZline)

________________________

University of Montevallo

Coordinator, Student Life

Visit: https://jobs.montevallo.edu

UM is an EO Employer

BT 02/04/2016

(HZline)

________________________

___________________________________________________________________

                                 Legal

___________________________________________________________________

ADVERTISEMENT for BIDDER PRE-QUALIFICATION And NOTICE of INTENT to RECEIVE BIDS from PREQUALIFIED BIDDERS

Pre-qualification submittals will be received at the 2020 Building, 2020 8th Avenue South, Birmingham, Alabama 35233 until 2:00pm local time on Thursday, February 11, 2016 by the Owner’s Representative/Project Manager, Jared Sparks, on behalf of the Callahan Eye Hospital Health Care Authority. 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.

CALLAHAN EYE HOSPITAL CEH 2ND FLOOR RENOVATION OF OUTPATIENT CLINICS UNIVERSITY OF ALABAMA AT BIRMINGHAM BIRMINGHAM, ALABAMA

UAB PROJECT NO. # H142001

  1. A. SCOPE OF WORK:

The scope of work includes build-out of new offices within a recently demolished space within an occupied building. New work includes complete build-out of the space including all Architectural work and MEP systems. The work requires implementation and maintenance of Infection Control and Interim Life Safety provisions. Experience in renovations and performing work in an occupied Healthcare setting is required as work will take place adjacent to an occupied Hospital Building.

  1. B. PRIME GENERAL CONTRACTOR, MECHANICAL SUBCONTRACTOR (HVAC), PLUMBING SUBCONTRACTOR, AND ELECTRICAL SUBCONTRACTOR BIDDER PREQUALIFICATIONS:

Prime General Contractor’s, Mechanical (HVAC) Subcontractor’s, Plumbing Subcontractor’s and Electrical Subcontractor bidders interested in submitting a proposal must apply for pre-qualification and must be licensed under the Provision of Title 34, Chapter 8, and Code of Alabama, 1975. A copy of current Alabama Contractors license is to be included in pre-qualification submittal.

Only bidders who have completed the pre-qualification process and that have been approved will be eligible to submit a bid for the Project. Prospective Bidder’s Prequalification Package must be received by the Owner’s Project Manager no later than 2:00pm local time on Thursday, February 11, 2016 after which no further requests will be considered.

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

The pre-qualification procedure is intended to identify responsible and competent contractor bidders relative to the requirements of the Project. Each prospective prime contractor and subcontractor bidder will be notified of the results of the prequalification, no later than 2:00pm local time on Wednesday, February 24, 2016.

The Owner reserves the right to waive technical errors in applications, or abandon the pre-qualification process, should the interests of the Owner appear to be promoted thereby.

Progress Design and Construction Documents:

Prior to the pre-qualification deadline, project progress plans and specifications may be examined at the following location:

Architect:

POOLE & COMPANY ARCHITECTS, LLC

2 NORTH 20TH STREET, SUITE 1610

BIRMINGHAM, AL 35203

(205) 326-2206

(205) 326-2201

jblocker@pooleandcompany.com

  1. C. BIDS BY PRE-QUALIFIED PRIME GENERAL CONTRACTOR BIDDERS

Documents:

Bid documents will be available on Monday, February 29, 2016 at the following locations after notice to pre-qualified bidders is given. Drawings and specifications may be examined at the Office of the Architect; McGraw-Hill Construction Dodge, 3000 3rd Avenue South, Birmingham, AL 35233; at the AGC Internet Plan Room, 5000 Grantswood Road, Irondale, AL 35210; at the Birmingham Construction Industry Authority, 3600 Fourth Avenue South, Birmingham, AL 35222; and at the Reed Construction Data Office, 30 Technology Pkwy, South, Suite 500, Norcross, GA 30092-2912.

Bonds:

A certified check or bid bond payable to the University of Alabama at Birmingham in an amount not less than five percent (5%) of the amount of the bid, but in no event more than $10,000 must accompany the bidder’s proposal. Performance and Statutory Labor and Material Payment Bonds will be required at the signing of the Contract.

Bids:

Bids must be submitted on proposal forms or copies thereof furnished by the Architect. No bid may be withdrawn after the scheduled closing time for receipt of bids for a period of ninety (90) days. The Owner reserves the right to reject bids if such action is determined to be in the best interest of the Owner. The Owner reserves the right to revoke pre-qualification of any bidder in accordance with Section 39-2- 12, Code of Alabama, 1975, as amended in 1997 (by Act 97-225). Bids will be received until Thursday, March 17, 2016 at 2:00pm local time at the 2020 Building, 2020 8th Avenue South, Birmingham, Alabama 35233.

Bid proposals may be hand delivered or received by mail on the date of the bid opening at the Office of Jared Sparks, 2020 Building, 2020 University Blvd., Birmingham, Alabama 35233, until 12:00 noon. After 12:00 noon of the date of the bid opening, bid proposals must be hand delivered and presented at the bid opening. Sealed bid proposals shall be submitted in triplicate and shall be properly identified. All bid proposals received after 2:00 p.m. on Thursday, March 17, 2016 will be returned unopened.

Nonresident Prime Contractor Bidders:

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

Fire Alarm Work:

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

  1. D. PRE-BID CONFERENCE

A mandatory pre-bid conference will be held at the Callahan Eye Hospital at the First Floor Lobby, 1720 University Blvd, Birmingham, AL 35233 on Wednesday, March 2, 2016 at 10:00 AM CST.

BT 02/04/2016

(HZline)

_______________________________________________________________

ADVERTISEMENT FOR BIDS

UNIVERSITY OF ALABAMA

AT BIRMINGHAM

BIRMINGHAM, ALABAMA

The Board of Trustees of the University of Alabama for the University of Alabama at Birmingham requests proposals from General Contractors for furnishing all labor and materials required for Miscellaneous Renovations to Jefferson Towers 2nd Floor.

Proposals will be received until 2:00 p.m. CT on February 25, 2016 and will thereafter be publicly opened and read aloud in the large conference room of the 2020 Building, 2020 8th Avenue South, Birmingham, Alabama 35294-6552.  Bids must be submitted on Proposal Forms furnished. Proposals shall be clearly identified on the exterior of the package with the bidder’s name, address, State license number, the name of the project being bid, time and place of the bid opening. Sealed proposals shall be submitted in triplicate and shall be properly identified.

Proposals may be hand delivered or received by mail on the date of the bid opening at the Office of Mike Burgess, 2020 Building, 2020 8th Avenue South, Birmingham, Alabama 35294-6552, 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 February 25, 2016 will be returned unopened.

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, 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 Cashiers 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 Board of Trustees of the University of Alabama in the amount of 5% of the amount of bids, but in no event more than $10,000.00, must accompany the bidder’s proposals. 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.

Scope of Work

Hazardous material abatement, demolition, general construction, plumbing, HVAC, fire protection and electrical work to prepare an area for future construction.

UAB is a Signatory Sponsor to and affirms The Birmingham Plan ‑ Construction Industry Program (see the requirements thereof as stated in Paragraph 13 of the Supplementary Instructions to Bidders, Specification Section 00120).

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.

A Mandatory Pre-Bid Conference will be held on February 8, 2016 at 2:00 p.m. at the site of the work. Meet at the UAB New Hillman Building Lobby. The Owner has designated that bid documents will be available for examination at the AGC Internet Plan Room, 5000 Grantswood Road, Irondale, AL 35210; at the Birmingham Construction Industry Authority, 3600 Fourth Avenue South, Birmingham, AL 35222; and at the Construction Market Data, 30 Technology Pkwy, South, Suite 500, Norcross, GA 30092-2912; and electronically through McGraw-Hill Construction Dodge.

Two (2) sets of bid documents will be issued by the Architect, Birchfield Penuel & Associates, 2805 Crescent Avenue, Suite 200, Birmingham, Alabama to qualified bidders upon deposit of $100 per set, by check drawn to the order of the Architect. Deposits will be refunded in full to bona fide General Contract bidders, and the difference between deposits and cost of reproduction and handling will be refunded to others, upon return of all documents in good condition. Deposits will be forfeited if bid documents are not returned within ten (10) days after the Bid Opening.

BT 02/04/2016

(HZline)

____________________________________________________________________

ADVERTISEMENT FOR BIDS

UAB JEFFERSON TOWER 15TH FLOOR LAB RENOVATION

UNIVERSITY OF ALABAMA AT BIRMINGHAM

BIRMINGHAM, ALABAMA

UAB PROJECT # H140041

The Board of Trustees of the University of Alabama for the University of Alabama at Birmingham requests proposals from General Contractors for furnishing all labor and materials required for the UAB Jefferson Tower 15th Floor Lab Renovation, located at 625 19th Street, Birmingham, Alabama; UAB Project # H140041.

UAB is a Signatory Sponsor to and affirms The Birmingham Plan – Construction Industry Program; requirements as stated in the Modified Instructions to Bidders, UABHS Form C-2 MIB.

Proposals will be received until 2:00 p.m. on March 1, 2016 and will thereafter be publicly opened and read aloud in the large conference room of the 2020 Building, 2020 8th Avenue South, Birmingham, Alabama 35233. Bids must be submitted on Proposal Forms furnished. Proposals shall be clearly identified on the exterior of the package with the bidder’s name, address, State license number, the name of the project being bid, time and place of the bid opening. Sealed proposals shall be submitted in triplicate and shall be properly identified.

Proposals may be hand delivered or received by mail on the date of the bid opening at the Office of Juan de Onis, Director of Program Planning, 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 March 1, 2016 will be returned unopened.

The scope of work includes build-out of new laboratory and offices within an occupied building. New work includes complete build-out of the space including all Architectural work and MEP systems. The work requires implementation and maintenance of Infection Control and Interim Life Safety provisions. Experience in renovations and performing work in an occupied Healthcare setting is required as work will take place adjacent in an occupied Hospital Building.

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 Cashiers 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 Board of Trustees of the University of Alabama in the amount of 5% of the amount of bids, but in no event more than $10,000.00, must accompany the bidder’s proposals. 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 on Wednesday, February 17 at 10:00 a.m. in the large conference room of the 2020 Building, 2020 8th Avenue South, Birmingham, Alabama 35233.

Only those bidders represented at the Pre-Bid Conference will be eligible to bid on this project. A mandatory walk-through of the project area will be part of the conference. UAB has designated that bid documents will be available for examination at McGraw-Hill Construction Dodge, 3000 3rd Avenue South, Birmingham, AL 35233; at the AGC Internet Plan Room, 5000 Grantswood Road, Irondale, AL 35210; at the Birmingham Construction Industry Authority, 3600 Fourth Avenue South, Birmingham, AL 35222; and at the Reed Construction Data Office, 30 Technology Pkwy, South, Suite 500, Norcross, GA 30092-2912.

Bid Documents will be issued electronically to General Contractor bidders requesting them. Bid Documents may be purchased at Alabama Graphics, 2801 Fifth Avenue South, Birmingham, Alabama 35233, beginning on Friday, February 12, 2016.

BT 02/04/2016

(HZline)

________________________________________________________________________

Valiant Tool & Mold Inc., a leading full service supplier of plastic injection tooling, has an immediate opening for an:

Account Manager (Southeastern United States)

The successful candidate shall be accountable for a technical sales and account management strategy, with an activity focus in the Southeastern United States, in accordance with and consistent to Valiant Tool & Mold Inc.’s business and sales plan, ensuring that the Company is represented professionally at all times, achieving all objectives on a continuous basis.   

The successful candidate must possess the following skills, abilities and experience:

  • A technical studies degree or diploma from a recognized university or a
  •             community college;
  •       A minimum of five (5) years engineering, manufacturing, project management
  •             experience and an additional five (5) years business development experience;
  •       Proven, and superior interpersonal, written and verbal communication abilities;
  • The ability to effectively prioritize and execute tasks in a high-pressure
  •             environment;
  • Eligibility for clearance under the Canadian Controlled Goods and the American
  •             ITAR requirements;
  • Proficiency in Microsoft Office (Word, Excel, and PowerPoint) and Lotus Notes e-
  •             mail applications; and
  • An outstanding and proven ability to work well with others in a Team-based work
  •             environment.

This position offers a highly competitive wage and benefit package.

Reply in confidence to: jobs@valiantmachine.com

Attention:  Human Resources Department

While we appreciate the interest of all applicants, we shall contact only those selected for an interview.

BT 02/04/2016

(HZline)

_____________________________________________________________________

REQUEST FOR PROPOSAL

MULTIMEDIA RIGHTS AGREEMENT

BIRMINGHAM PARK AND RECREATION – LEGION FIELD

With this Request for Proposal (RFP), the Birmingham Park and Recreation Board is soliciting an experienced, financially stable sport marketing proposer for the purpose of providing the Birmingham Park and Recreation Board and Legion Field a comprehensive, efficient and financially profitable national, regional and local marketing and multimedia rights program.

The intent of this RFP is to select one vendor who will provide professional services to the Birmingham Park and Recreation Board for a negotiated period of time with the option to renew in subsequent years. Specific details will be addressed throughout the RFP.

Legion Field Background and Overview

For more than 80 years, Legion Field has been a fixture in Birmingham and the Southeast as the site of classic football games at all levels. The stadium was constructed in 1926 with an original capacity of 21,000; the cost of the original construction was $439,000. The stadium was named in 1927 in honor of the American Legion and stands as a memorial to those who gave their lives in the service of this country.

Legion Field hosted its first game – a battle between Howard and Birmingham Southern on November 19, 1927 and has since played host to hundreds of high school, college and professional football contests. The stadium grew significantly over the years, growing to its largest capacity of 83,091 before finally settling on a 72,000 seat capacity.

Legion Field continues to host a variety of events throughout the year, including the following events:

EVENT                           ATTENDANCE

Magic City Classic

(Alabama A&M vs. Alabama State)

2015: 63,874

2014: 67,710

2013: 63,113

2012: 58,201

2011: 66,473

2010: 61,879

Birmingham Bowl

(SEC vs. American Athletic Conference)

2015: 30,083

2014: 42,717

2013: 59,135

2012: 29,726

2011: 41,207

Labor Day Classic

(Miles College vs. rotating opponent)

Est. 12,000

Funk Fest Festival

2015: 6,800

UniverSoul Circus

Multi-day event: Est. 8,500

In addition to the aforementioned events, Legion Field is the home field for UAB football as well as over 30 other local, regional and national annual events.  Currently, Legion Field is in negotiations with Major League Football and Nitro Circus for future contracts.

General Specifications

The Birmingham Park and Recreation Board is soliciting formal proposals from qualified proposers to grant an exclusive license, except where expressly noted, to arrange for a licensed multimedia rights plan.

Legion Field sponsorship opportunities include, but are not limited to the following:

• Legion Field stadium signage – both internal and external

• Legion Field directional signage

• Legion Field stadium naming rights

• Legion Field plaza/main entrance naming rights

• Corporate sponsorships

• Website development and content maintenance

• New inventory as developed and identified

NOTE: Currently, Legion Field has a long-term contract with its concessionaire Yar-Tay Company. Additionally, the pourage rights have been awarded to Coca-Cola.

Existing infrastructure is outlined in Appendix A.

The Birmingham Park and Recreation Board reserves the right, in its sole discretion, to select the proposer that it determines offers the best overall proposal.

If the prospective proposer plans to utilize a subcontractor(s) to fulfill a portion of the responsibilities outlined in the RFP, each subcontractor must be identified and the qualifications of each subcontractor(s) must be outlined. The exact role and responsibilities the subcontractor(s) is to fulfill within the agreement that may result from this RFP should also be detailed within the proposal. Proposals will be considered only from qualified and responsible proposers that have successfully proven experience in conducting the activities and providing the services outlined within this RFP.

The burden is on each proposer to submit, with its proposal, proof of its qualifications and experience to warrant consideration of its offering to the Birmingham Park and Recreation Board. All proposers should review the RFP requirements and specifications carefully, and should include with its proposal at least three relevant client references to demonstrate the successful delivery of similar services outlined within the RFP. Each reference should contain a contact person, title, email address and telephone number.

Each proposer must meet the minimum requirements contained within the specifications of this RFP to be considered for a contract award. These criteria present the minimum requirements, but proposers are encouraged to offer enhancements to the base RFP specifications within their proposal. Such elements may be considered in the evaluation process utilized to select the successful proposer.

Proposal Selection Process

The following is a general description of the process by which a proposer will be selected to provide the specified services:

• Sealed proposals must be submitted to Shonae Eddins-Bennett no later than March 11, 2016. Late proposals will not be considered. Each proposer must submit one (1) original and six (6) copies of its proposal. Electronic submission of the same is encouraged, and must be submitted to Shonae Eddins-Bennett.

Shonae Eddins-Bennett

Legion Field Stadium

400 Graymont Avenue, West

Birmingham, Alabama 35204

Shonae.eddins@birminghamal.gov

• Each proposal submitted must be signed and dated by an official authorized to

         bind the proposer.

• The proposal shall include an Equal Employment Statement whereby the

         proposer states that “In its employment practices and services rendered, it

         does not and shall not discriminate, based on an individual’s race, national

         origin, sex or religion.”

• At the discretion of the Birmingham Park and Recreation Board, one or more of

         the proposers, at proposer’s expense, may be requested to present a follow up

         interview or presentation.

• After all qualified proposals are submitted, the Birmingham Park and Recreation

         Board may negotiate with one or more proposers it determines have provided

         the most attractive proposal. Such negotiations will result in a contract award

         between the proposer, who the Birmingham Park and Recreation Board

         determines in its sole discretion, has provided the best offering. All prospective

         proposers should note that the Birmingham Park and Recreation Board

         reserves the sole right to accept or reject any or all proposals submitted.

• A contract will be formalized when the Birmingham Park and Recreation Board

         has completed an agreement that has been signed and approved by the

        proposer and all appropriate Birmingham Park and Recreation Board officials.

• Proposers must be willing to sign contract with standard contract terms

         including (Insurance, Business License, Independent Contractor, Immigration,

         Contract Compliance, Indemnification, etc. and be willing to complete a

         Transparency Form as required by the City of Birmingham).

• The Birmingham Park and Recreation Board reserves the right to include all, or

         a portion of the components provided within the RFP in the final contract award.

• The Birmingham Park and Recreation Board reserves the right to waive any

          informalities, if deemed in the best interest of the Birmingham Park and

          Recreation Board. In addition, the Birmingham Park and Recreation Board

          reserves the right to reject any and all proposals submitted, and accept or

          reject any portion of any proposal submitted.

Required Proposal Content

Qualified proposers are encouraged to submit a proposal for conducting the activities and delivering the services specified within the RFP. All proposals must be submitted strictly in accordance with the requirements of this RFP.

A proposer’s failure to include any required information in its proposal may disqualify that proposer from consideration in the contract award. All proposers shall answer the following questions and submit the required information within their proposals.

As noted previously, if a proposer plans to subcontract any of the activities and/or services described within the specifications, the proposer shall specify accordingly and respond to all questions raised regarding each proposed subcontractor. If the proposer plans a joint venture with another proposer, the proposer should so state and respond to all questions regarding each proposer involved in the joint venture.

Proposals shall be prepared in a manner that is clear, concise and responds to the requirements and specifications of this RFP. Prospective proposers should describe their offerings to the Birmingham Park and Recreation Board within the proposal.  Unless specific exceptions are made to the RFP specifications within the proposals, the Birmingham Park and Recreation Board will assume that the proposer accepts the terms and conditions outlined within the specifications.

General Information Requested

• Name and address of the proposer and date founded

• Brief history of the proposer

• Brief biographical summary of all personnel assigned to executing scope of

         work.

• Identification of individual to which specific questions about submitted

         responses can be directed.

• Proposal should include audited financial statements for the proposer that

         details financial data representing the last three years of operation.

• Financial references from one or more financial institutions should be submitted

         with the proposal for evaluation purposes.

• References from at least three organizations, to include:

              o Name of organization

              o Address

              o Contact number

              o Email address of main contact

              o Name of authorized administrator, including his/her title

              o Summary of rights included along with length of contract

Specific Responses to Program Objectives

• Proposers should articulate how they would achieve the following objectives:

              o Maximize inventory revenue

              o Expand Legion Field brand to include local, regional and national

                  opportunities

              o Identification of new and innovative initiatives to create sustainable

                  revenue streams

              o Leverage website and other digital assets

• Proposers shall describe experience with projects similar to Legion Field.  Proposers should be brief, but specific in its response.  Samples of products the proposers have provided to other clients should be included with the proposal to demonstrate the quality of products and services that will be provided to the Birmingham Park and Recreation Board.

• Proposers should state the reason they desire to obtain the rights to Legion

         Field and why, in their opinion, the interests of the Birmingham Park and

         Recreation Board would be best served by selecting proposer.

Financial Proposals

Proposers shall develop and propose a “Contract Pricing Schedule” to provide the services specified herein. The information provided will be included in the evaluation process, but shall not be the sole determining factor for any subsequent contract award. Additionally, all proposed pricing components can and may be negotiated, as necessary, to meet the needs and requirements of the Birmingham Park and Recreation Board.

The pricing schedule shall be presented in an easy to understand format, and shall include realistic projections in terms of total potential revenue dollars. Again, the projected number of revenue dollars can and may be subject to negotiation, but must be included to provide the Birmingham Park and Recreation Board with a means for evaluation.

When developing the Contract Pricing Schedule, proposers should base costs, calculations and projections on contracts having similar scope and requirements, with similar inventory components and infrastructure.

Evaluation of Proposals

All proposals must be submitted no later than the time specified within the RFP.  Once proposals have been received, a committee specified by the Birmingham Park and Recreation Board will review and evaluate each proposal.

The evaluative criteria to be utilized by the Birmingham Park and Recreation Board will include the following factors:

• Prospective financial return to the Birmingham Park and Recreation Board from

         the award of the contract to a proposer.

• Overall methods and work plan for the marketing of Legion Field rights

         specified within the RFP.

• Proposer’s previous and current experience and success with projects of similar

         magnitude, including the background, experience and qualifications of a

         proposer’s principals and the key personnel who will be responsible for working

         with the Birmingham Park and Recreation Board.

• References from administrators for whom the proposer has performed similar

         services.

• Financial stability of proposer.

• Proposer’s timely financial performance in the fulfillment of contracts with other

         clients.

• Work samples of signage and website/digital media projects.

Questions Regarding the RFP

All questions concerning the RFP should be submitted in writing to Shonae Eddins-Bennett (shonae.eddins@birminghamal.gov).

Prospective Proposer Interviews

Following the review of submitted proposals, the Birmingham Park and Recreation Board may require one or more of the proposers, at their expense, to provide an overview and respond to specific questions during an in-person interview to be conducted in Birmingham, Alabama.

Every effort will be made to schedule interviews and presentations at a time that is convenient for the proposers.

Award or Rejection

All qualified proposals will be evaluated and after negotiations with one or more proposers, an award will be made to the proposer whose proposal is deemed to be in the best interest of the Birmingham Park and Recreation Board. Again, the Birmingham Park and Recreation Board reserves the sole right to accept or reject any or all offers it determines, in its sole discretion, to be in its best interest.  Any award is subject to a signed contract.

If a contract between the proposer and the Birmingham Park and Recreation Board cannot be negotiated and consummated in a timely manner, the award shall be withdrawn. The Birmingham Park and Recreation Board reserves the right to withdraw the award at any time, for any reason, subsequent to the execution of a contract document. Any changes to the contract must be mutually agreed upon in writing by proposer and the Birmingham Park and Recreation Board. In the event the successful proposer does not execute the contract as required, the award of the contract can then be made to another proposer or the Birmingham Park and Recreation Board may decide to solicit new proposals.

Cost of Proposal Preparation

Any cost incurred by a proposer in preparing or submitting a proposal is the proposer’s sole responsibility. The Birmingham Park and Recreation Board will not reimburse any proposer for any costs incurred prior to a contract award.

Oral Explanations

The Birmingham Park and Recreation Board will not be bound by oral clarifications, instructions, or responses to questions provided at any time during the competitive proposal process, prior to contract award.

Advertising

In submitting a proposal, the proposer agrees not to use the results as a part of any news release or commercial advertising, prior to receiving written approval from the Birmingham Park and Recreation Board.

Rights to Submitted Materials

All responses, inquiries, or correspondence related to, or in reference to the RFP; and other reports, charts, presentations (i.e., PowerPoint), displays, schedules, exhibits or other documentation submitted by the proposers, will become property of the Birmingham Park and Recreation Board when received.

Competitive Offer

The authorized party signing a proposal submitted in response to the RFP, certifies that the proposal has not been arrived at collusively, or otherwise in violation of any Federal or State of Alabama laws.  In submitting the proposal, the proposer agrees not to disclose its technical or cost information to any other sources, government or private, until after the proposals’ opening date stated within the RFP.  Proposers not in compliance with this provision may be disqualified by the Birmingham Park and Recreation Board.

Proposer’s Representative

Each proposer shall submit the name, title, email address and phone number of the individual(s) with the authority to bind the proposer, answer any questions, or provide clarification concerning the proposer’s proposal.

Proposal Acceptance Period

Although the Birmingham Park and Recreation Board anticipates making a contract award in a timely fashion, the proposals submitted shall be binding upon the proposer for 180 calendar days following the RFP opening date. Any proposal that shortens the acceptance period may be rejected by the Birmingham Park and Recreation Board at its discretion.

Expectations, Enhancements and Acceptance of the RFP

All proposers must clearly include within their proposals any exceptions or enhancements to the RFP contained herein. It will be assumed by the Birmingham Park and Recreation Board that the prospective proposer accepts all requirements, terms and conditions as presented within the RFP unless specific exceptions are clearly stated within the proposal. The Birmingham Park and Recreation Board reserves the right to reject any proposed exceptions to the RFP.  Any enhancements to the RFP specifications should be clearly stated and explained within the proposal.

APPENDIX A

EXISTING INFRASTRUCTURE

The following infrastructure is in place at Legion Field. Proposer should include plan for new infrastructure in its proposed plan.

HD STADIUM SCOREBOARD

CONCESSIONS LOCATIONS

INTERNAL STADIUM

BT 02/04/2016

(HZline)

________________________

Notice of Public Involvement Meeting

Purpose: This meeting is part of a review that will assess compliance with Federal regulations pertaining to the transportation planning process conducted by the Birmingham Metropolitan Planning Organization (MPO), Alabama Department of Transportation, Birmingham / Jefferson County Transit Authority, and units of local government in the Birmingham area.

Hosted By: Representatives of the Federal Highway Administration, Federal Transit Administration, Alabama Department of Transportation, Birmingham MPO and the Regional Planning Commission of Greater Birmingham.

The meeting is Tuesday, February 23, 2016, 5:00 p.m. – 6:00 p.m., Regional Planning Commission of Greater Birmingham, 2 North 20th Street, Suite 310, Birmingham, Alabama  35203.  If you are not able to attend the meeting, please address your comments to:  Federal Highway Administration, Alabama Division, 9500 Wynlakes Place,Montgomery, AL  36117-8515. Anyone requiring special accommodations should advise Cissy Edwards Crowe (205-251-8139) at least one week in advance. For additional information concerning the Birmingham MPO visit www.rpcgb.org

BT 02/04/2016

(HZline)

______________________________________________________________________

INVITATION TO BID

The City of Birmingham will receive sealed bids from Prequalified Contractors for, BIRMINGHAM INTERMODAL FACILITY PHASE 2

BID PACKAGE 2F (a) – Concrete Paving. Includes, but not limited to, Concrete Paving work.

BID PACKAGE 2F (b) – Asphalt Paving. Includes, but not limited to, Asphalt Paving work.

BID PACKAGE 2G (a) – Landscape & Irrigation. Includes, but not limited to, Landscaping & Irrigation work.

BID PACKAGE 2G (b) – Scored Concrete and Brick Paving. Includes, but not limited to, Scored Concrete Paving, Concrete Walks and Brick Paving work.

In Conference Room 215 Birmingham City Hall, Birmingham, Alabama until 2:00 p.m., Wednesday, February 24, 2016, at which time and place they will be publicly opened and read aloud.

Scope of Work – The proposed Birmingham Intermodal Facility will accommodate multimodes of transportation, including passenger trains, intercity bus, local bus system, taxis, shuttles, automobiles, bicycles, and pedestrians. Located on three blocks and adjacent to the existing raised rail-bed, the Birmingham Intermodal will be bordered by Morris Avenue and stretch from 16 th to 19th Street.

Work Underway: Bid Packages 2A – 2E, which has bid and is currently under construction, includes construction of the Intermodal Building, the Birmingham Jefferson County Transit Authority Facility (BJCTA Building), Site Lighting and Parking Control Equipment. Estimated completion of the Intermodal Building, Site Lighting and Parking Control Equipment is October 5, 2016 and estimated completion of the BJCTA Building is June 30, 2016. Another project in and along Morris Avenue will be constructed concurrently with the final six (6) months of the Intermodal project. The Morris Avenue Streetscape project will involve curb & gutter, asphalt paving, metal fencing, brick paving, cobblestone paving, brick and concrete sidewalks, metal bollards, landscaping and pedestrian lighting. This work is expected to begin in May 2016 and be complete in October 2016.

Work for Bid Package 2 has been organized into three separate sets of plans for each of the three blocks. The Prime Contractors for Packages 2F(a), 2F(b), 2G(a) and 2G(b) will be responsible for all three sets:

Set A – Intermodal Building

The Intermodal Building will be located on the 18th/19th Street block. This 2-level, 51,000sf facility will house separate Amtrak and Greyhound facilities with a large, common waiting room, food service, BJCTA administrative offices, and a police substation. The first floor will connect with the existing Amtrak facility to gain access to the tunnel and platforms of the elevated rail-beds.

Set B – Birmingham Jefferson County Transit Authority Facility – BJCTA

The new BJCTA Central Station will be located on the 17th/18th Street block, and will replace the BJCTA facility demolished in Bid Package 1. This 30,000sf, 1 level facility will house ticketing, food service, and a large interior waiting room for 12 Max buses.

Set C – Surface Parking

An approximate 140 car surface parking lot will be located on the 16th/17th Street block. A portion of the lot was constructed under Bid Package 1; Bid Packages 2F(a), 2F(b), 2G(a) and 2G(b) 2 will include asphalt and concrete paving, curbs, brick paving and landscaping.

All bids must be on a lump sum basis. Bids are to be submitted in duplicate on the Proposal Form provided with specifications.

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 Wednesday, February 17, 2016, in the Department of Planning, Engineering and Permits, Conference Room 215, City Hall, Birmingham, Alabama.

Bid documents are expected to be available by Monday, February 8, 2016 and will be 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 and at the Plan Room of McGraw-Hill Construction Dodge, 3535 Grandview Parkway, Suite 225 Birmingham, AL 35222; at AGC/iSQFT Plan Room, 2801 5th Avenue South, Birmingham, AL 35233; at The Birmingham Construction Industry Authority, 601 37th Street South, Birmingham, AL 35222; and at the Reed Construction Data Office, 30 Technology Parkway South, Suite 500, Norcross, GA. 30092.

Bid documents may be purchased from Alabama Graphics or ARC (Imaging Technologies) in Birmingham, AL. Any cost for reproduction shall be the responsibility of bidders. Bid documents may also be viewed online or downloaded from the City of Birmingham website at http://www.birminghamal.gov/pepbidding.aspx.

Since award may not be made within ninety (90) days, no bid may be withdrawn for a period of one hundred twenty (120) days after the date of the bid opening. Only responsible bidders will be awarded the project.

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 one hundred twenty (120) 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 – BIRMINGHAM INTERMODAL FACILITY PHASE 2, BID PACKAGE (identify the specific bid package for which the bid is being submitted). 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., Wednesday, February 24, 2016. Bids received after this time will not be considered.

Alan Terry Oglesby, City Architect

BT 02/04/2016

(HZline)

________________________

LEAVE A REPLY

Please enter your comment!
Please enter your name here