Home Classified Classifieds: June 30, 2016

Classifieds: June 30, 2016

3068
0

_____________________________
Employment
_____________________________

University of Montevallo
We are currently accepting applications for the following positions:

• Assistant to the Vice President for Business Affairs and Enrollment Management
• Administrative Assistant II – Theatre
• Painter II

To apply visit https://jobs.montevallo.edu
UM is an EO Employer

BT 06/30/2016
(HZline)
_______________________

JEFFERSON COUNTY HOUSING AUTHORITY
JOB ANNOUNCEMENT

The Jefferson County Housing Authority is seeking a Maintenance Mechanic for our Bessemer location. This position requires performing a variety of journeyman level plumbing, electrical, carpentry building, equipment maintenance and repair work.  Oversee and participate in the installation and repair of water and sewer lines, other maintenance and repair projects in which more than one person is required. Assist in training new employees and directing the work of less skilled employees. Prepare records of work performed and supplies used. Periodically, serve as worker on-call for emergency calls during periods in which no one is scheduled to work, such as nights, weekends, and holidays. To be considered for this position, please email or fax your resume to Dallas Thomas, Maintenance Coordinator, at dthomas@jcha.com or fax to 205-841-6727, Attention Dallas Thomas.
Resumes must be received no later than 4:30 P.M. (Central Time) on July 27, 2016

BT 06/30/2016
(HZline)
_______________________
Help Wanted/Drivers

Drivers-CO & O\Op’s. Earn Great Money Running Dedicated! Great Benefits. Home Weekly. Monthly Bonuses. Drive Newer Equipment! 855-582-2265

BT 06/30/2016
(HZline)
_______________________

Looking for a new opportunity!

You’re invited to attend the Birmingham Airport Authority Job Fair
Dates: Thursday, July 14,  2016 – Friday,  July 15, 2016
Times:  8:30 a.m. – 4:00 p.m.
Birmingham Shuttlesworth International Airport, Meeting Room A
5900 Airport Highway, Birmingham, AL 35212

Available positions:

Cashier
Qualifications: Must have a High school diploma or GED. Must have (2) years of experience with  handling cash. A history of working in the public service industry and solid employment record. Basic arithmetic skills are necessary. Must be flexible to work any shifts and some holidays; a valid state of Alabama driver’s license; Pass Criminal History Record background Check, physical exam, Alcohol/Drug test, and employer verification; ability to stand for extended period.

License Plate Recognition Technician
Qualifications: Must have a High School diploma or GED.  Must have (4) years of experience in Typing, Data Entry Skills, Attention to Detail, Confidentiality, Thoroughness, Decision Making, Independence, Analyzing Information , and Results Driven; Pass Criminal History Record background Check, physical exam, Alcohol/Drug test, and employer verification.

Shift Leader
Qualifications: Must have a High School diploma or GED; (2) years experience supervising 8 or more people in a large commercial or public setting; Must be computer literate with software applications such as Microsoft Word, Excel and e-mail along with data entry experience; Pass Criminal History Record background Check, physical exam, Alcohol/Drug test, and employer verification, motor vehicle driving record check.

Assistant Parking Operations Manager
Qualifications: Must have a Bachelor Degree in Business or Accounting; (2) years of cash handling experience, parking operations experience in parking operation and/or in general office duties. Must have (2) years of experience as a supervisor.  Pass Criminal History Record background Check, physical exam, Alcohol/Drug test, and employer verification, push and/or pull up to 40 pounds, bend, squat, push and pull, standing and walking for extended period .

Process for Registering:
Prior to the job fair you will need to apply with us online and submit resume, before being considered for the position. This will ensure a face to face interview. Please complete an on-line application by logging on to www.flybirmingham.com/careers .  When applying, have an electronic copy of your resume. (i.e. Word doc. or text file) available.

Walk-ins are welcome only a first come first serve basis.

The Birmingham Airport Authority offers competitive pay and a comprehensive benefits package including accrued vacation and sick leave; health, life, dental and vision insurance, retirements plans, and more.
For more information visit our website at www.flybirmingham.com/careers.html

BT 06/30/2016
(HZline)
___________________
____________________________
Legal
_____________________________

INVITATION TO BID

The Water Works Board of the City of Birmingham will be accepting bids covering the installation of water mains and appurtenances connected thereto and 48 water services along Brookwood Road; Woodvale Road; Oakdale Road; Kingshill Road and Crosshill Road located in the City of Mountain Brook, Alabama. Plans and specifications may be examined and obtained in the office of the Manager – System Development at 3600 First Avenue, North.  Bids must be received for public opening at 10:00 a.m. local time in said office.  A Mandatory Pre-Bid Conference will be held on Wednesday July 6, 2016 at 10:00 a.m. local time in the System Development Conference Room located on the Second Floor of the Main Campus Building located at the above-stated address. Bids will not be accepted from Contractors who do not attend the Pre-Bid Conference. Bids must be received for public opening on Wednesday August 3, 2016 at 10:00 a.m. local time in the System Development Conference Room located as stated above.

BT 06/30/2016
(HZline)
___________________

DATE June 17, 2016

TO:            Prospective Offerors

REQUEST FOR QUALIFICATION:      16-01

SEPARATE SEALED SUBMISSIONS FOR:  General Architectural and Engineering Services

PRE-SUBMISSION CONFERENCE DATE/TIME: July 1, 2016 / 10:00 A.M. CST

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

CLOSING DATE: July 15, 2016

TIME: 2:00 P.M. CST

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

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

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

Copies of the RFQ, 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 submissions, or any submission, and to waive any informalities or irregularities.

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

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

Contracting Officer:       Michael O. Lundy, President/CEO

BT 06/30/2016
(HZline)
___________________

___________________

CITY OF BIRMINGHAM, ALABAMA COMMUNITY DEVELOPMENT DEPARTMENT REQUEST FOR QUALIFICATIONS

The Environmental Protection Agency (EPA) has awarded the City of Birmingham a Brownfield Assessment Grant for environmental investigation and remedial planning activities. As such, the City is soliciting documentation of qualifications for experienced environmental assessment or engineering firms to assist the City in the assessment of a targeted Brownfield area through a Brownfield Assessment grant.

Grant Activities include site selection of project based activities from a larger targeted area proposed in City’s application, community outreach to educate residents and build consensus, site assessments and testing noting existing environmental contaminants and possible remediation strategies, and preparation of written reports regarding environmental characterizations and site based remediations.

The City will review submissions displaying specific qualifications and experience in the area identified in this solicitation for the development and management of this project. Services include environmental site assessments with regard to a Brownfield Assessment Grant including both Hazardous Materials and Petroleum contamination, experience with ACRES platform, and EPA grant reporting. The City may require the selected firm to include innovative approaches to involve community residents in this endeavor. Selected firms, where possible, will develop efforts that include leveraging ongoing/existing community initiatives in the area and identifying other area organizations and educational programs and/or other grant recipients engaged in complementary outreach efforts.

Responses will indicate capacity to perform the work and provide the service required, the quality of performance of previous like contracts or services, the character, integrity, reputation, judgment, experience, and efficiency of the proposer, a fixed cost structure for previous like contracts or services provided, and other requirements as detailed in the RFQ.

A copy of the Request for Qualifications and additional information including submission instructions can be found at http://www.birminghamal.gov/community-development/hudrequired-documents. Submissions will be accepted until Wednesday, July 23 at 4:00pm CDT. Please address any questions about the RFQ to Amber Courtney at 205-254-2865 or amber.courtney@birminghamal.gov.

BT 06/30/2016
(HZline)
___________________

PUBLIC NOTICE

THE CITY OF BESSEMER, ALABAMA HEREBY GIVES NOTICE
THAT IT WILL ACCEPT RESUMES FOR APPOINTMENT(S) TO THE

INDUSTRIAL DEVELOPMENT BOARD
AND
BOARD OF ADJUSTMENT

PLEASE SUBMIT RESUMES TO THE CITY COUNCIL’S OFFICE
C/O ANGELA COLEMAN, LOCATED ON THE SECOND FLOOR
OF CITY HALL, 1800 THIRD AVENUE NORTH,
BESSEMER, ALABAMA 35020.

RESUMES WILL BE ACCEPTED UNTIL JULY 5, 2016.

BT 06/30/2016
(HZline)
___________________

INVITATION TO BID

Sealed bids for LEGION FIELD-WATER MAIN REPLACEMENT-WEST SIDE at 400 Graymont Avenue, West, Birmingham, AL 35204 will be received by the City Architect in Conference Room 215 Birmingham City Hall, Birmingham, Alabama until 3:00 p.m., Tuesday, July 19, 2016 at which time and place they will be publicly opened and read aloud.

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

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

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

Proof of insurance will be required when the contract is signed. The City will review and execute the contract within twenty (20) days unless the successful contractor agrees to an extension in writing.

An ON-SITE Pre-bid Conference to review and discuss the project will be held at 10:00 a.m. on Tuesday, July 12, 2016 at west side of Legion Field Stadium, 400 Graymont Avenue, West, Birmingham, AL 35204.

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:  LEGION FIELD-WATER MAIN REPLACEMENT-WEST SIDE 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., Tuesday, July 19, 2016.  Bids received after this time will not be considered.

Alan Terry Oglesby, City Architect

BT 06/30/2016
(HZline)
___________________

THE WATER WORKS BOARD OF THE CITY OF BIRMINGHAM 

WESTERN FILTER PLANT ELECTRICAL UPGRADES – PHASE 2

Project Number:  P.00597
Capital Budget Number:  BP-624-12

NOTICE TO BIDDERS

Sealed Bids for the construction of the Western Filter Plant Electrical Upgrades – Phase 2 project will be received by The Water Works Board of the City of Birmingham Engineering Department, Attn: E. B. Sorrell, Jr. P.E.; Chief Engineer, 3600 First Avenue North, Birmingham, Alabama 35222 until 10:00 a.m. local time on Thursday, August 4, 2016, at which time they will be opened and read. Bids received after said time will be rejected and returned unopened.

The Work consists of, but is not limited to, furnishing all labor, materials, equipment, and incidentals as shown, specified, and required to furnish, install, calibrate, test, and place into satisfactory operation a new generator set, new automatic transfer switch, new power distribution panelboard, new disconnect switch, and new integrated panelboard/transformer. The Work includes installation of a concrete pad for the equipment listed above. The Work includes modifications to the existing 480Volt power system. The Work includes coordinating with Alabama Power the installation of a new transformer, conduit and conductors. The Work includes all other miscellaneous associated items as necessary to complete the Work.

Bids shall be based on a lump sum plus additional unit price items as indicated in the Bid Form.

Bidding Documents may be examined at the Birmingham Construction Industry Authority, 601 37th Street South, Birmingham, AL 35222 and the office of the Chief Engineer of The Water Works Board of the City of Birmingham, 3600 First Avenue North, Birmingham, AL 35222.

Prime Contractor bidders may obtain one complete set of Bidding Documents from the office of the Chief Engineer of The Water Works Board of the City of Birmingham upon payment of $150.00 deposit by company check or by certified check, and signing a nondisclosure statement. No personal checks or any other form of payment except as noted will be accepted. This deposit shall be refunded in full to each prime contractor bidder upon the return of the Bidding Documents in a reusable condition within 10 days after the bid opening.  Additional sets of Bidding Documents for prime contractor bidders, subcontractors, vendors or dealers may be obtained upon payment of said $150.00 deposit, and signing a nondisclosure statement. This deposit shall be refunded less the costs of printing, reproduction, handling, and distribution, upon return of the documents in reusable condition within 10 days after the bid opening. Company check or Certified check for documents shall be made payable to The Water Works Board of the City of Birmingham, 3600 First Avenue North, Birmingham, Alabama, 35222 and mailed to the Attn: E. B. Sorrell, Jr. P.E.; Chief Engineer.  No additional charge will be made for delivery via UPS ground. Those requesting shipment of documents via carriers other than UPS ground will be made at the requesting firm’s expense. Partial sets of Bidding Documents will not be available to any Bidder. Neither the OWNER nor the ENGINEER will be responsible for full or partial sets of Bidding Documents, including any addenda, obtained from other sources. No Bidder may withdraw or alter a bid within 60 calendar days after the actual date of the bid opening.

A mandatory pre-bid conference and site visit, will be held at 10:00 a.m. local time on Thursday, July 7, 2016 at the Western Filter Plant, 1400 Bankhead Highway, Birmingham, AL 35214. All prospective Bidders and interested parties are required to attend the pre-bid conference. The purpose of the pre-bid conference is to raise questions pertaining to the Bidding and Contract documents and for the OWNER or its representatives to clarify any points. All Contractors shall complete and submit HUB Bid Solicitation Notice (HUB Form 3) no later than seven (7) days after the scheduled date of the pre-bid conference. This form may be submitted in person at the pre-bid conference. Bids will NOT BE ACCEPTED from any Prospective Bidder who does not attend the mandatory Pre-Bid Conference.

Each bid shall be accompanied by a cashier’s check, drawn on an Alabama Bank, or bid Bond in the amount of five percent (5%) of the bid not to exceed $10,000.00 in the form and subject to conditions provided for in the Specifications.

The successful Bidder will be required to furnish a Performance Bond and a Payment Bond each in an amount equal to 100 percent of the Contract Award.

Bidders shall comply with all statutory requirements in accordance with the Instructions to Bidders. Bids will only be received from Contractors who are licensed by the State of Alabama.

Contract time of commencement and completion will be in accordance with the Agreement.

The Water Works Board of the City of Birmingham (“BWWB”) has adopted a voluntary Historically Underutilized Business (“HUB”) Program designed to encourage the participation of HUB firms in construction projects. To that end, the BWWB will never exclude any firm from participation in, deny any person benefits of, or otherwise discriminate in connection with the award and performance of BWWB contracts based on racial, gender, social, or economic status.

It is the intent of the BWWB to foster competition among contractors, suppliers and vendors that will result in better quality and more economical services for the BWWB. Under this program, the BWWB has established a goal of 30% participation of HUB firms for services required for BWWB construction projects. The BWWB’s stated goal will not be the determining factor in construction contract awards; rather bidders must demonstrate compliance with the Good Faith Efforts, more particularly outlined in the HUB Program, toward meeting said goal.

Failure on the part of a bidder to fully submit the information required herein may be considered by the BWWB in evaluating whether the bidder is responsive to bid requirements.

Alabama Code §31-13-9 (1975) provides that as a condition for the award of any contract by The Water Works Board of the City of Birmingham,  a business entity or employer that employs one or more employees within the state of Alabama shall provide documentation of enrollment in the E-Verify program.

Each Prospective Bidder must complete, as a condition for the award of any Contract by The Water Works Board of the City of Birmingham, the Certification Regarding Debarment in Section 00201. The Certification must be complete in its entirety and must be included with the Prospective Bidder’s Bid (NO EXCEPTIONS).

Legislature of Alabama Act 2013-205 grants the Alabama Department of Revenue (ADOR) the authority to issue certificates of exemption from sales and use taxes for construction projects for certain governmental agencies. Pursuant to Act 2013-205, Section 1(g) the Contractor accounts for the sales tax not included in the Bid Form by submitting an Accounting of Sales Tax-Attachment to BWWB Bid Form. Failure to provide an accounting of sales tax shall render the bid non-responsive. Other than determining responsiveness, sales tax accounting shall not affect the bid pricing nor be considered in the determination of the lowest responsible and responsive bidder. After Notice of Award, Contractor and Subcontractor licensed by the State Licensing Board for General Contractors must comply with ADOR requirements for making application for qualification of the exemption and are responsible for ADOR reporting requirements for the duration of the project.

If a Contract is to be awarded, it will be awarded to the lowest responsive and responsible Bidder, who has neither been disqualified nor rejected pursuant to these Contract Documents, and whose Bid based on an evaluation by the OWNER indicates that the award will be in the best interest of the Project and will result in the lowest overall cost to the OWNER for completion of the project. If a Contract is to be awarded, it will be awarded within 30 calendar days after the day of the opening of bids.

The OWNER reserves the right to reject any and all proposals, the right to waive irregularities or to accept any proposal deemed to be in the best interest of the OWNER.

Owner:
The Water Works Board of the City of Birmingham
3600 First Avenue North
Birmingham, Alabama 35222

Owner’s Engineer:
The Water Works Board of the City of Birmingham
Engineering Department
3600 First Avenue North
Birmingham, Alabama 35222

Owner’s Project Manager:
Primary Contact:
Mr. Walter Garner, P.E.
Principal Engineer
Telephone number: (205) 244-4208
Facsimile number:   (205) 244-4708
Email: walter.garner@bwwb.org

Secondary Contact:
E. B. Sorrell, Jr., P.E., P.L.S., SECB
Chief Engineer
Telephone number: (205) 244-4183
Facsimile number:   (205) 244-4683

BT 06/30/2016
(HZline)
_______________________

IN THE FAMILY COURT FOR THE
FIRST JUDICIAL CIRCUIT
CASE NO.  2016-DR-38-0134
SUMMONS

STATE OF SOUTH CAROLINA
COUNTY OF ORANGEBURG
Thomas Darby
Plaintiff,
-vs-
Emma F. Darby,
Defendant,

NOTICE OF FILING

YOU WILL TAKE NOTICE HEREBY that the Summons and Complaint in the within matter were filed in the County of Orangeburg, State of South Carolina on February 8, 2016.
TO:  THE DEFENDANT ABOVE NAMED
YOU ARE HEREBY SUMMONED and required to answer the Complaint in this action, a copy of which is herewith served upon you, and to serve a copy of your answer to the Complaint upon the subscriber at 340 Summers Avenue (Post Office Box 811) Orangeburg, South Carolina 29116, within thirty (30) days after the service. If you fail to answer the Complaint within that time, the plaintiff shall apply to the Court for a judgment by default against you for the relief demanded in the Complaint.

/s/Lawrence Keitt

Lawrence Keitt, Esquire
Attorney for the Plaintiff
340 Summers Avenue
P. O. Box 811
Orangeburg, South Carolina 29116
(803) 531-2379
Fax (803) 534-2897

June 28, 2016
Orangeburg, SC

BT 06/30/2016
(HZline)
_______________________
REAL ESTATE   
____________________________

Wanted 1,000,000 Properties

Houses, Land, Buildings, etc. We also take over payments as well.
Have unwanted property? Call Randy@256-399-5454 and leave me a message or send me a picture of the property on my email Randy_battles@yahoo.com

BT 06/30/2016
(HZline)
_____________________

MISC.
_____________________________

ANNISBURG – Englewood Reunion JULY 2016

ANNISBURG-Englewood (Re-Union)
Come Experience Human History
Since The “BEGINNING OF TIME”
1)  Whose “TIME”?
a.) GOD
b.) Charles Darwin

* − COMMITTEE:  Stoney; Hardy;
Sonny;

* − STANDING COMMITTEE:
Williams Family
Sharpe Family
Daniels Family
Hall Family
Mallory Family

BT 06/30/2016
(HZline)
_______________________

LEAVE A REPLY

Please enter your comment!
Please enter your name here