Home Classified May 30, 2024

May 30, 2024

713
0
By multiple measures, the Birmingham area has seen dramatic declines in unemployment since the pandemic. (Adobe Stock)

_____________________________

Employment

____________________________

Executive Driver Needed- Part Time. To perform professional driver duties and delivery in a timely and professional manner. We have multiple part-time and full-time shifts available and hours are flexible. Previous delivery experience is not required. The ideal candidate is described as an individual who takes pride in their driving and is dedicated to providing superior customer service. Contact  ( Alessiacruz45@gmail.com )

BT5/30/2024

_____________________________

Marketing Coordinator 

BJCC, is recruiting for a 1) 1. Marketing Coordinator, for information & to apply visit https://www.bjcc.org/jobs/ or send resume to careers@bjcc.org /fax resume 205-458-8530.

BT5/30/2024

_____________________________

   

Notice of Self Storage Sale

Please take notice Copper Safe Storage – Cahaba located at 5300 Cahaba Valley Rd. Birmingham AL 35242 intends to hold a public sale to the highest bidder of the property stored by the following tenants at the storage facility. The sale will occur as an online auction via www.lockerfox.com on 6/10/2024 at 9:30AM. This sale may be withdrawn at any time without notice. Certain terms and conditions apply.

BT5/30/2024

_____________________________

Manufacturing Engineer, Engineered Plastic Components in Leeds, AL. Req. Bache’s deg in Mfg Engr, Industrial Engr & 2 years’ exp as mfg engr, or industrial engr. Must possess 2 years’ exp with: Kaizen to improve production efficiencies & improve labor content; Ergonomics exp, recommendations for improvements of fixturing for operators. 15% travel within US to EPC plants. Submit résumé to Amanda Harwell amanda.harwell@epcmfg.com No agencies or phone calls please.

BT5/30/2024

_____________________________

Marketing Manager

Plan, direct and coordinate marketing policies and programs of tobacco wholesaler, increase customer base, and develop marketing strategies.

2ys exp. required.  Send resume to: AAA Smoke & Vapes Inc., 1260 Powder Plant Road, Bessemer, AL 35022.

BT5/30/2024

_____________________________

University of Montevallo

Assistant Coach, Men’s Basketball

Senior Clinician, Ongoing Care

Case Manager, Counseling 

Visit https://jobs.montevallo.edu

UM is an AA/EO/F/D/V Institution

BT5/30/2024

_____________________________

___________________________

LEGAL

_____________________________

 ADVERTISEMENT FOR COMPLETION LEGAL NOTICE

In accordance with Chapter 1, Title 39, Code of Alabama 1975 notice is hereby given that K & L Group, LLC has completed the Public Works Contract for Jefferson State Community College at the Jefferson Campus in Birmingham, AL for renovation of the 4th floor at the Fitzgerald Student Center on purchase order #P0005366 and have made request for final settlement of said contract. All persons having any claim for labor, materials, or otherwise in connection with this project should immediately notify: 

Jefferson State Community College

Attn: Business Office

2601 Carson Road

Birmingham, AL 35215

BT5/30/2024

_____________________________

ADVERTISEMENT OF COMPLETION

In accordance with Chapter 1, Title 39, Code of Alabama, 1975, notice is hereby given that P & M Mechanical, Inc., Contractor, has completed the : UAB School of Dentistry – Student Dental Clinic First Floor Renovation & Expansion project, UAB Project #210342, for the Board of Trustees of the University of Alabama on behalf of the University of Alabama at Birmingham, Owner, located at 1720 2nd Avenue South, Birmingham, AL 35294, and have made request for final settlement of said Contract.  All persons having any claim for labor, materials, or otherwise, in connection with this project, should immediately contact Birchfield Penuel Architects, 2805 Crescent Avenue, Birmingham, AL 35209.

P & M Mechanical, Inc.

325 Carson Road North

Birmingham, AL  35215

BT5/30/2024

_____________________________

In accordance with Chapter 1, Title 39, Code of Alabama, 1975, notice is hereby given that ICS Inc., 22485 Hwy 11, Steele, AL 35987, “Contractor”, has completed the Contract for UAB HIGHLANDS SOUTH TOWER ELECTRICAL FEED REPAIR, UAB# H235002, Ghafari# 2265073, at 625 19th Street South,

Birmingham, AL 35233, on behalf of The Board of Trustees of the University of Alabama for the University of Alabama at Birmingham, Owner(s), and have made request for final settlement of said Contract. All persons having any claim for labor, materials or otherwise in connection with this project should immediately notify Ghafari  Associates, 2170 Highland Ave. South, Birmingham, AL 35205 (Architect)

BT5/30/2024

_____________________________

Legal Notice

In accordance with Chapter 1, Title 39, Code of Alabama, 1975, notice is hereby given that Quality Architectural Metal & Roofing, Inc., Contractor, has completed the contract for JEFCO 2023 Re-Roof for AES, MMS, WJES for Jefferson County BOE of Alabama at Birmingham, AL and have made request for final settlement of said Contract. All persons having any claim for labor, materials, or otherwise in connection with this project should immediately notify TurnerBatson Architects, PC Quality Architectural Metal & Roofing, Inc. 3107 2nd Avenue South Birmingham, AL 35233.

BT5/30/2024

_____________________________

ADVERTISEMENT for BIDDER PRE-QUALIFICATION

And NOTICE of INTENT to RECEIVE BIDS

 from PREQUALIFIED BIDDERS

Pre-qualification submittals will be received by the Owner’s Representative/Project Manager, Jeff Orr on behalf of Office of the Chief Facilities Officer, UAB Medicine, University of Alabama at Birmingham, and the University of Alabama Board of Trustees at UAB Hospital Planning, 2020 University Blvd., Birmingham, AL 35233 until 4:00 PM Central Time, May 30, 2024.  The original and two (2) flash drives with duplicates of submittals are required for pre-qualification approval; however, email transmission copies may be transmitted to the Project Manager at jeorr@uabmc.edu and cc’d to allison@wba-architects.com to expedite the review process with a hard-copy of the submittal and two flash drives to be delivered within 24 hours. 

                   

JT South Extension Roof and Other Improvements

for the

University of Alabama at Birmingham

Birmingham, Alabama

Project No.:  H235020

A. SCOPE OF WORK:

The project scope includes upgrades to the exterior of the Jefferson Tower South Wing building, a new roof, and alternate solutions for improvements along the exterior, including removing the steel structure previously supporting the cooling towers, removing the mechanical equipment no longer in-use, and removing the conduit located on the south façade of Jefferson Tower.

The work will be performed in an occupied hospital and is adjacent to functioning health care units (above, below, and beside) and particular and specific care will be required to limit disturbances, coordinate shutdowns, and follow strict Infection Controls and Interim Life Safety Measures (ICRA/ILSM) requirements for the protection of patients, family and staff. Adjacent spaces are sensitive to noise, vibrations, and dust and will require implementation measures to mitigate these issues. The Prime General Contractor seeking to be pre-qualified will require experience with similar size and type projects performed in an operating hospital environment and with the implementation and maintenance of infection control measures, interim life safety measures, coordinating shutdowns, and maintaining a clean and organized job site in an operating hospital. The General Contractor must have experience as a General Contractor (not as a Construction Manager, Program Manager, etc.). 

B. PRIME CONTRACTOR BIDDER PRE-QUALIFICATIONS:

Prime contractor bidders interested in submitting a proposal must apply for pre-qualification and must be licensed under the Provision of Title 34, Chapter 8, and Code of Alabama, 1975. A copy of current Alabama Contractors license is to be included in pre-qualification submittal.

Only prime contractor bidders who have completed the pre-qualification process and that have been approved will be eligible to submit a bid for the Project.  Prospective Bidder’s Pre-qualification Package must be received by the Owner’s Project Manager no later than 4:00 PM Central Time, May 30, 2024 after which no further requests will be considered.  

Pre-qualification Requirements Information Package may be obtained from the Architect upon letterhead request. Any addendums to the prequalification requirements will be issued to documented prime contractors only.

The pre-qualification procedure is intended to identify responsible and competent prime contractor bidders relative to the requirements of the Project.  Each prospective prime contractor bidder will be notified of the results of the pre-qualification, on or about June 04, 2024.

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:

Williams Blackstock Architects

2204 1st Avenue South, Suite 200

Birmingham, AL 35233

Allison Chang-Roberts

(205) 252-9811

allison@wba-architects.com

C. BIDS BY PRE-QUALIFIED PRIME GENERAL CONTRACTOR BIDDERS

Documents:  

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

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

Bonds:

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

Bids:

Bids must be submitted on proposal forms or copies thereof furnished by the Architect. No bid may be withdrawn after the scheduled closing time for receipt of bids for a period of ninety (90) days.  The Owner reserves the right to reject bids if such action is determined to be in the best interest of the Owner.  The Owner reserves the right to revoke pre-qualification of any bidder in accordance with Section 39-2-12, Code of Alabama, 1975, as amended in 1997 (by Act 97-225). The Bid Date is July 11, 2024 at 2:00 PM Central Time at the University of Alabama at Birmingham, UAB Hospital Planning, 2020 University Blvd., Birmingham, Alabama 35294. Bids 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 bids shall be properly identified.

Proposals may be hand delivered or received by mail on the date of the bid opening at the Office of Jeff Orr, Project Manager Facilities and Capital Projects, 2020 Building, 2020 University Blvd, Birmingham, Alabama  35233, until 12:00 noon.  After 12:00 noon of the date of the bid opening, proposals must be hand delivered and presented at the bid opening.  Sealed proposals shall be submitted in triplicate and shall be properly identified.  All proposals received after 2:00 p.m. on July 11, 2024 will be returned unopened.

Nonresident Prime Contractor Bidders:

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

D. PRE-BID CONFERENCE

A mandatory Pre-Bid Conference will be scheduled prior to the date set for receipt of bids. It is mandatory that all pre-qualified prime contractor bidders attend the Pre-Bid Conference. 

BT5/30/2024

_____________________________

ADVERTISEMENT OF COMPLETION

In accordance with Chapter 1, Title 39, Code of Alabama, 1975, notice is hereby given that P & M Mechanical, Inc., Contractor, has completed the: Jefferson County Courthouse Annex 5th Floor Board of Equalization Renovation project, Jefferson County Commission Project #BOE01, for the Jefferson County Commission, Owner, located at 716 Richard Arrington JR Blvd North, Birmingham, AL 35203, and have made request for final settlement of said Contract.  All persons having any claim for labor, materials, or otherwise, in connection with this project, should immediately contact KPS Group, Inc., 60 14th Street South, Suite 100, Birmingham, AL 35233.

P & M Mechanical, Inc.

325 Carson Road North

Birmingham, AL  35215

BT5/30/2024

_____________________________

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 PC, 1827 First Avenue North, Suite 100, Birmingham, Alabama 35203 on Tuesday, June 4, 2024 by John Blocker, Project Manager (jblocker@pooleandcompany.com). Three (3) paper copies and one pdf are required for pre-qualification approval.

JEFFERSON COUNTY COMMISSION

 Jefferson County Access Control System Replacement

A. GENERAL SCOPE OF WORK:

The project consists of a county-wide demolition and replacement of access control system (ACS) hardware in county-owned buildings throughout Jefferson County, Alabama. Work for the package, generally described, includes demolition of all existing 125 kHz credential readers, installation of 13.56 MHz credential readers, demolition of existing ACS control boards, installation and wiring of new ACS control boards with accompanying mounting hardware, power supplies, and cabinets, testing all existing access control devices (motion detectors/position switches/credential readers/power supplies/batteries) and cabling, installation of new PIR Request-to-Exit motion detectors, and installation of new door position switches. In addition, the project will consist of replacing existing door hardware in select locations as required. Installation of new conduit raceways and cabling may be required depending on the test results and conductor count of existing cabling. Approximately 1,000 access-controlled doors across twenty-eight buildings/sites will be affected by this project scope. A phased construction approach must be used to minimize system downtime. New access control system will require integration capabilities with owner’s existing video surveillance system. Project will include, as an alternate, one-, three-, and five-year maintenance contracts for continued maintenance past project warranty of all access-controlled devices in Jefferson County. Work may be performed during the day and/or night. 

B. PRIME GENERAL CONTRACTOR, ELECTRICAL SUBCONTRACTOR, SECURITY SUBCONTRACTOR, AND DOOR HARDWARE SUBCONTRACTOR BIDDER PREQUALIFICATIONS:

Prime General Contractors, Electrical Subcontractors, Security Subcontractors, and Door Hardware 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 Prime General Contractors, Electrical Subcontractors, Security Subcontractors, and Door Hardware Subcontractor bidders who have completed the pre-qualification process and have been approved will be eligible to submit a bid for the Project. Prospective Bidder’s Pre-qualification Packages must be received by the Architect’s Project Manager no later than 2:00pm local time on Tuesday, June 4, 2024 after which no further requests will be considered.

Pre-qualification Requirements Information Package may be obtained from the Architect upon letterhead request or email transmission to jblocker@pooleandcompany.com.

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 and Subcontractor bidder will be notified of the results of the pre-qualification on Tuesday, June 11, 2024.

C. BIDS:

The Jefferson County Commission will receive sealed Proposals for the Jefferson County Access Control System Replacement project until 2:00 PM Local Time on Tuesday, July 9, 2024 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 Bid on the Proposal Form provided by the Architect, 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 1975 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 1:00PM Local Time on Tuesday, June 18, 2024 at the Jefferson County Courthouse, Room 22, General Services, 716 Richard Arrington Jr. Boulevard North, Birmingham, Alabama. Because of the nature of this project, Prime General Contractors, Electrical Subcontractors, Security Subcontractors, and Door Hardware Subcontractors who have been pre-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 Wednesday, June 12, 2024, at the office of Poole & Company Architects PC, 1837 First Avenue North, Suite 100, Birmingham, Alabama 35203Tel. 205-326-2206; 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.

Bid Documents will be provided electronically to each pre-approved Prime Contractor and Subcontractor bidder. Bids will only be accepted from pre-approved Prime General Contractor bidders who have confirmed receipt of electronic documents to the Architect.

No Bid may be withdrawn after the scheduled closing time for the receipt of Bids for a period of 90 days. Only Bids submitted by pre-approved Prime General Contractor bidders 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.

BT5/30/2024

_____________________________

LEGAL NOTICE

that

In accordance with Chapter 1, Title 39, Code of Alabama, 1975, as amended, notice is hereby given

E. Cornell Malone Corporation ,

(Contractor Company Name)

Contractor, has completed the Contract for (Construction) (Renovation) (Alteration)  (Equipment) (Improvement) of (Name of Project):

JEFCO – 2023 RE-ROOFS FOR BURKETT, CLAY ES, CORNER MS, BRYAN

Jefferson County Board of Education, 205-516-4033, DCM #2023172, ECMC #23-0744

at 

(Insert location data in County or City)

for the State of Alabama and the (County) (City) of

Birmingham ,

Owner(s), and have made request for final settlement of said Contract. All persons having any claim for labor, materials, or otherwise in connection with this project should immediately notify

Turnerbatson Architects P.C., 205-403-6201

(Architect / Engineer)

E. Cornell Malone Corporation

(Contractor)

439 Dory Street

Jackson, MS 39201

(Business Address)

BT5/30/2024

_____________________________

ADVERTISEMENT for BIDDER PRE-QUALIFICATION

And NOTICE of INTENT to RECEIVE BIDS

 from PREQUALIFIED BIDDERS

Pre-qualification submittals will be received by the Owner’s Representative/Project Manager, Jeff Orr on behalf of Office of the Chief Facilities Officer, UAB Medicine, University of Alabama at Birmingham, and the University of Alabama Board of Trustees at UAB Hospital Planning, 2020 University Blvd., Birmingham, AL 35249 until 4:00 PM Central Time, May 31, 2024.  The original and two (2) flash drives with duplicates of submittals are required for pre-qualification approval; however, email transmission copies may be transmitted to the UAB Project Manager Jeff Orr at jeorr@uabmc.edu and cc’d to sheywood@ghafari.com and mfreeman@ghafari.com to expedite the review process with a hard-copy of the submittal and two flash drives to be delivered within 24 hours. 

                   

UAB Highlands

OSB Chiller Replacement

University of Alabama at Birmingham

Birmingham, Alabama

Project No.:  H245008

A. SCOPE OF WORK:

The project consists of the replacement of one roof top chiller at the UAB Orthopaedic Specialties Building (OSB).  The scope of work includes architectural, electrical, and mechanical new work and associated demolition to facilitate the installation of new equipment.  The construction budget is anticipated to be between $200,000 and $300,000.

The work will be performed under a single Prime General Contractor who will coordinate the work of this project.  Particular and specific care will be required to coordinate complex shutdowns, limit disturbances and follow strict Infection Controls and Interim Life Safety Measures (ICRA/ILSM) requirements for the protection of patients, family and staff.   The Prime General Contractors seeking to be pre-qualified will require experience with similar size and type hospital projects performed in and adjacent to an operating hospital environment and with the implementation and maintenance of infection control measures, interim life safety measures, coordinating shutdowns, and maintaining a clean and organized job site in an operating hospital. The General Contractor must have experience with representative projects as a General Contractor (not as a Construction Manager, Program Manager, etc.)

B. PRIME GENERAL CONTRACTOR BIDDER PRE-QUALIFICATIONS:

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

Only bidders who have completed the pre-qualification process and that have been approved will be eligible to submit a bid for the Project.  Prospective Bidder’s Pre-qualification Package must be received by the Owner’s Project Manager no later than 4:00 PM Central Time, May 31, 2024 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 sheywood@ghafari.com, copy mfreeman@ghafari.com and jeorr@uabmc.edu. Any addenda to the prequalification requirements will be issued to documented prime contractors only.

The pre-qualification procedure is intended to identify responsible and competent prime contractor bidders relative to the requirements of the Project.  Each prospective prime contractor bidder will be notified of the results of the pre-qualification, on or about June 07, 2024.

The Owner reserves the right to waive technical errors in applications, extend 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 beginning June 07, 2024:

Architect:

Ghafari Associates

2170 Highland Ave S

Suite 220

Birmingham, AL 35205

Phone:  205-203-4611

Contact: Scott Heywood

                        Email: sheywood@ghafari.com

C. BIDS BY PRE-QUALIFIED PRIME GENERAL CONTRACTOR BIDDERS

Documents:  

Bid documents will be available at the following locations after notice to pre-qualified bidders is given.  Drawings and specifications may be examined at; ALGX Digital Plan Roomhttp://www.algraphics.com, 2801 5th Ave, South, Birmingham, AL 35233: Dodge Data & Analyticshttp://www.construction.com, 2860 S State Hwy 161, Ste 160 #501, Grand Prairie, TX  75052-7361; at the AGC Internet Plan Room, 5000 Grantswood Road Suite 100, Irondale, AL 35210; at the Birmingham Construction Industry Authorityhttp://www.bcia1.org, 601 37th Street South, Birmingham, AL 35222; and at the Construction Market Datahttp://www.cmdgroup.com, 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). The Bid Date is June 27, 2024 at 2:00 PM Central Time at the University of Alabama at Birmingham, UAB Hospital Planning, 2020 University Blvd., Birmingham, Alabama 35294. Bids 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 bids shall be properly identified.

On the date of the bid opening, bids may be hand delivered or received by Express Service mail to the Office of Jeff Orr, Project Manager Facilities and Capital Projects, 2020 Building, 2020 University Blvd, Birmingham, Alabama  35233, until 12:00 noon.  After 12:00 noon of the date of the bid opening, proposals must be hand delivered and presented at the bid opening.  Sealed proposals shall be submitted in triplicate and shall be properly identified.  All proposals received after 2:00 p.m. on June 27, 2024 (the date and time set for the receipt of bids) 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 Marshal’s permit.

D. PRE-BID CONFERENCE

A mandatory Pre-Bid Conference is currently scheduled to be held at 1:00 PM CST on June 12, 2024 at UAB Hospital Facilities 2020 Building, 2020 University Blvd., Birmingham, Alabama 35233. It is mandatory that all pre-qualified prime contractor bidders attend the Pre-Bid Conference. 

BT5/30/2024

_____________________________

ADVERTISEMENT for BIDDER PRE-QUALIFICATION

And NOTICE of INTENT to RECEIVE BIDS

 from PREQUALIFIED BIDDERS

Pre-qualification submittals will be received by the Owner’s Representative/Project Manager,
Jeff Orr 
on behalf of Office of the Chief Facilities Officer, UAB Medicine, University of Alabama at Birmingham, and the University of Alabama Board of Trustees at UAB Hospital Planning, 2020 University Blvd., Birmingham, AL 35249 until 4:00 PM Central Time,
Tuesday, June 4, 2024.  The original and two (2) flash drives with duplicates of submittals are required for pre-qualification approval; however, email transmission copies may be transmitted to the Project Manager at jeorr@uabmc.edu and copied to rachelh@bparchitects.com to expedite the review process with a hard-copy of the submittal and two flash drives to be delivered within 24 hours. 

                   

UAB HOSPITAL – HIGHLANDS 3RD FLOOR CT REPLACEMENT

For The

University of Alabama at Birmingham

Birmingham, Alabama

UAB Project No.:  H245013

A. SCOPE OF WORK:

Interior demolition of an existing reading room and shell space creating a new project area of approximately 545 square feet. This renovation, at UAB Hospital – Highlands, 3rd Floor, will include but is not limited to new partitions, ceilings, finishes, concrete patching, plumbing, fire sprinkler, fire alarm, HVAC, and electrical work.  The work will be performed using Infection Control measures so that adjacent operations can continue without interruption.  The Prime General Contractors seeking to be pre-qualified will require experience with similar size and type healthcare projects performed in and adjacent to an operating hospital environment and with the implementation and maintenance of infection control measures, interim life safety measures, coordinating shutdowns, and maintaining a clean and organized job site in an operating hospital. The General Contractor must have experience with representative projects as a General Contractor (not as a Construction Manager, Program Manager, etc.) This project will require significant coordination, working with the Owners’ representatives to successfully deliver the project. The anticipated dollar amount is estimated to be in the range of $750,000 – $800,000.

B. PRIME CONTRACTOR BIDDER PRE-QUALIFICATIONS:

Prime contractor bidders interested in submitting a proposal must apply for pre-qualification and must be licensed under the Provision of Title 34, Chapter 8, and Code of Alabama, 1975. A copy of current Alabama Contractors license is to be included in pre-qualification submittal.

Only prime contractor bidders who have completed the pre-qualification process and that have been approved will be eligible to submit a bid/perform work for the Project.  Prospective Bidder’s Pre-qualification Package must be received by the Owner’s Project Manager no later than 4:00 PM Central Time, June 4, 2024 after which no further requests will be considered.  

Pre-qualification Requirements Information Package may be obtained from the Architect upon letterhead request. Any addendums to the prequalification requirements will be issued to documented prime contractors only.

The pre-qualification procedure is intended to identify responsible and competent prime contractor bidders relative to the requirements of the Project.  Each prospective prime contractor bidder will be notified of the results of the pre-qualification, on or about
June 7, 2024.

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

  Progress Design and Construction Documents:

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

Architect:

Birchfield Penuel Architects

2805 Crescent Avenue, Suite 200

Birmingham, Alabama  35209

Ms. Stacy Williams

205-870-1876

stacyw@bparchitects.com

C. BIDS BY PRE-QUALIFIED PRIME GENERAL CONTRACTOR BIDDERS

Documents:  

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

Bid documents will be available at the following locations after notice to pre-qualified bidders is given.  Drawings and specifications may be examined at the Office of the Architect; and electronically at ConstructConnect and Dodge Data & Analytics.

Bonds:

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

Bids:

Bids must be submitted on proposal forms or copies thereof furnished by the Architect. No bid may be withdrawn after the scheduled closing time for receipt of bids for a period of ninety (90) days.  The Owner reserves the right to reject bids if such action is determined to be in the best interest of the Owner.  The Owner reserves the right to revoke pre-qualification of any bidder in accordance with Section 39-2-12, Code of Alabama, 1975, as amended in 1997 (by Act 97-225). The Bid Date is June 27, 2024 at 2:00 PM Central Time at the University of Alabama at Birmingham, UAB Hospital Planning, 2020 University Blvd., Birmingham, Alabama 35294. Bids 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 bids shall be properly identified.

Proposals may be hand delivered or received by mail on the date of the bid opening at the Office of Jeffry Orr, Project Manager Facilities and Capital Projects, 2020 Building, 2020 University Blvd, Birmingham, Alabama 35233, until 12:00 noon.  After 12:00 noon of the date of the bid opening, proposals must be hand delivered and presented at the bid opening.  Sealed proposals shall be submitted in triplicate and shall be properly identified.  All proposals received after 2:00 p.m. on
June 27, 2024 
will be returned unopened.

Fire Alarm Work

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

D. PRE-BID CONFERENCE

A mandatory Pre-Bid Conference will be held Thursday, June 13, 2024 at 10:00 am  at UAB Hospital Facilities 2020 Building, University Blvd., Birmingham, Alabama 35233. It is mandatory that all pre-qualified prime contractor bidders attend the Pre-Bid Conference. 

BT5/30/2024

_____________________________

 Request for Qualifications 

The City of Good Hope is now requesting statement of qualifications from qualified architect for architectural services and all professional design, design permitting and construction administration services for the development of a new Community Center/Multi-use building.  Required to implement all federally funded grant projects through USDA CFP. Factors to be considered in the selection of qualified firms will be: Recently completed Civic Center/Community Center Projects (20 points), Experience & qualifications of the firm (20 points),  Management & Supervisory Staff Experience (20 points), Specific Statement of experience w/ critical facility type designs (10 points), Proposed approach to completing services (20 points), Design to Budget approach (10 points),  Statement of Qualifications should be submitted to City of Good Hope, Attn: Mayor Jerry Bartlett, 135 Municipal Drive Cullman, AL  35057,  or they may be submitted via email to clerk@goodhopeal.com. To be considered, proposals must be delivered to the City of Good Hope or via email by 4:00 pm on June 13, 2024.                                                                                  For detail RFQ please email clerk@goodhopeal.com.   

BT5/30/2024

_____________________________

      Notice is hereby given that on   June 10, 2024  U-Haul Company of Northern Alabama will Sell under the contractual landlords lien process by Online auction the following storage units. The goods to be sold are generally described as household goods.                            

              *******       WILL BE   Sold Online at Storageauctions.co        *******

1588 Carson Rd, Fultondale, AL: N/A

1632 Center Point Pkwy, Birmingham, AL: Herman Ranson 1206, Letrell Blake 2126, Tiffany Acoff 1122, Brianna Floyd1225,Kedarrica Alexander 1050,Charles Jones 1426, Luchrcia Vickers 2090,Stephen Hoffman 1009,Doteba Sumbry 1053,Juanica Bandy1230,Jivonna Rinita Banks 1005,Cynthia Reed 2106,Tavaris Taylor 1501, Catrina Beverly 1137.

BT5/30/2024

_____________________________

Abandoned Vehicle

The vehicle in the attached list have been declared abandoned and will be sold at public auction on

JUNE 19, 2024. 2020 RANGE ROVER VELAR VIN SALYB2EX4LA259144 AT 707 COOK AVE NW HUNTSVILLE, AL 35801 AT 9:00am. RAYMOND STEWARD raymond6677@mail.com

BT5/30/2024

_____________________________

INVITATION TO BID

Sealed bids for birmingham police headquarters roof replacement 1710 1st avenue, North Birmingham, AL 35203, will be received by the City Architect in Room 220 Birmingham City Hall, Birmingham, Alabama until 2:00 p.m., Tuesday, April 25, 2023. Sealed bids will receive a time and date label to indicate timely receipt. All sealed bids received upon or prior to the stipulated time and date will then be publicly opened and read aloud in Conference Room 220 City Hall at approximately 2:10 p.m.

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 #2017-279, 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, April 11, 2023 in City Hall Conference Room 220 710 20th Street, North Birmingham, AL 35203.  Attendance at the Pre-bid Conference is MANDATORY and shall be deemed a consideration of a bidder’s responsiveness, in addition to any other stipulations.  

Bid documents are opened to public inspection at the Department of Capital Projects—Room 220 City Hall, 710 20th Street North Birmingham, AL 35203.  Electronic version of the bid documents may be viewed online at Dodge Data and Analytics,  http://www.planroom.construction.com/; Construct Connect,  http//:www.constructconnect.com; and at the Birmingham Construction Industry Authority, 601 37th Street, South Birmingham, AL 35222.

Bid documents may be viewed and purchased through the City of Birmingham online plans room site at https://www.birminghamplanroom.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.

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 601 37th Street, 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 police headquarters roof replacementBids may be hand delivered to Conference Room 220 City Hall, Birmingham, Alabama, or mailed to:  City of Birmingham Department of Capital Projects, 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., Tuesday, April 25, 2023.   Bids received after this time will not be considered.

                                                                                Alan Terry Oglesby, City Architect

BT5/30/2024

_____________________________

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 PC, 1827 First Avenue North, Suite 100, Birmingham, Alabama 35203 on Tuesday, June 12, 2024 by Angela Nash, Sr. Project Manager (anash@pooleandcompany.com). Three (3) paper copies and one pdf are required for pre-qualification approval.

JEFFERSON COUNTY COMMISSION

 Jefferson County MultiService Building HVAC & Roof Replacement

A. GENERAL SCOPE OF WORK:

The project consists of the removal of the chiller, boiler and all chilled and hot water fed air handler units (1-6) from above ceiling and replacement one to one with 5 packaged roof top units with gas heat.  New supply and return connections will be made to existing ductwork. New power and gas will be provided at each roof top unit.  After the system is fully functional, the boiler and chiller (existing and temporary chillers) will be removed along with chilled and hot water loops in the ceiling plenum.  Due to the age of the roof and the requirement to install new equipment curbs and cut in new openings, the existing roof will be replaced with new insulation board and TPO roofing.  The existing drains and overflows will be refurbished.  Two large skylights will be removed, the openings framed, decked, and will receive new insulation and TPO roofing. New flashing and copings will be provided.  On the interior new acoustical tile ceilings, new drywall furr-downs and new LED lighting will be required as shown.  New virtual sky light fixtures will be installed to replace the natural lighting lost by the removal of the skylights.  Some patching and painting should be covered in areas where ceilings are to be removed. The internal gutters of the existing canopy will be re-lined. Work may be performed during the day and/or night. 

B. PRIME GENERAL CONTRACTOR, HVAC SUBCONTRACTOR, AND ROOF SUBCONTRACTOR BIDDER PREQUALIFICATIONS:

Prime General Contractors, HVAC Subcontractors, and Roof 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 Prime General Contractors, HVAC Subcontractors, and Roof Subcontractor bidders who have completed the pre-qualification process and have been approved will be eligible to submit a bid for the Project. Prospective Bidder’s Pre-qualification Packages must be received by the Architect’s Project Manager no later than 2:00PM local time on Tuesday, June 12, 2024 after which no further requests will be considered.

Pre-qualification Requirements Information Package may be obtained from the Architect upon letterhead request or email transmission to Angela Nash, Sr. Project Manager (anash@pooleandcompany.com).

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 and Subcontractor bidder will be notified of the results of the pre-qualification on Thursday, June 20, 2024.

C. BIDS:

The Jefferson County Commission will receive sealed Proposals for the Jefferson County MultiService Building HVAC & Roof Replacement project until 2:00 PM Local Time on Tuesday, July 16, 2024 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 Bid on the Proposal Form provided by the Architect, 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 1975 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 1:00PM Local Time on Wednesday, June 26, 2024 at the Jefferson County Courthouse, Room 22, General Services, 716 Richard Arrington Jr. Boulevard North, Birmingham, Alabama, after which a mandatory Site Visit at the building will occur. Because of the nature of this project, Prime General Contractors, HVAC Subcontractors, and Roof Subcontractor bidders who have been pre-approved must attend both the Pre-Bid Conference and Site Visit after the conference. If the number of bidders who attend the Pre-Bid Conference decreases so there is little or no competition, the Bid may be postponed at the discretion of the Owner.

Bid Documents (Drawings and Project Manual) will be open to public examination after 12:00 PM Local Time on Thursday, June 20, 2024, at the office of Poole & Company Architects PC, 1827 First Avenue North, Suite 100, Birmingham, Alabama 35203Tel. 205-326-2206; 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.

Bid Documents will be provided electronically to each pre-approved Prime General Contractor bidder and Subcontractor bidder. Bids will only be accepted from pre-approved Prime General Contractor bidders who have confirmed receipt of electronic documents to the Architect.

No Bid may be withdrawn after the scheduled closing time for the receipt of Bids for a period of 90 days. Only Bids submitted by pre-approved Prime General Contractor bidders 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.

BT5/30/2024

_____________________________

ADVERTISEMENT FOR BIDS

Sealed proposals will be received from qualified General Contractors in the JMR+H Conference Room, 445 Dexter Avenue, Suite  5050, Montgomery, AL  36104 until 2:00 PMJuly 20, 2024  and thereafter opened publicly for the:

RSA MONTGOMERY PROPERTIES FY 2024 MAINTENANCE

MONTGOMERY, ALABAMA

Scope of Work:  Performing Building / Facility Maintenance for various RSA Properties including both scheduled and deferred maintenance items.  Items include, but are not limited to, exterior and interior painting, single ply re-roofing, exterior building cleaning, exterior sealants, exterior architectural feature repair, exterior LED lighting upgrades, HVAC Equipment replacement, BAS Controls and plumbing / valve upgrades and replacement.

Bid documents may be examined at the Office of the Architect; and various Plan Rooms.

Bid Documents may be obtained from the Architect by digital access/file sharing access for a one time administrative fee of $75.00 (non-refundable; separate check), and/or deposit of $150.00 per set, which will be refunded in full on the first two (2) sets issued to each bidder submitting a bona fide bid, upon return of documents in good condition and reusable condition within ten (10) days of bid date.  Other sets for general contractors, and sets for subcontractors and dealers, may be obtained with the same deposit, which will be refunded as above, less cost of printing, reproduction, handling, and distribution, which is estimated to be the same as the deposit amount.  Partial sets will not be available.  To expedite distribution of bid documents, deposit check(s) should be emailed and mailed to JMR+H Architecture, PC, Attn:  Renae Williams; 445 Dexter Avenue, Suite 5050, Montgomery, Alabama  36104; specs@jmrha.com.

Award will be made only to competent and responsible bidders as mandated by Title 39 of the Code of Alabama.  All bidders must be licensed under Title 34 of the Code of Alabama and evidence thereof must appear on the proposal envelope or it will not be opened.

The State of Alabama Certified Fire Alarm Act requires that every business who installs fire alarm systems in commercial occupancies must be licensed as a Certified Fire Alarm Contractor. The contractor must have a NICET Level III Technician in a position of responsibility, and the license will be issued in the name of the certificate holder and the contractor. The Certified Fire Alarm Act also requires that technicians working for the Certified Contractor must hold a current NICET Level II, or equivalent, certification. The fire alarm specifications shall require contractors wishing to bid on fire alarm work to show evidence at the pre-bid conference that he/she meets the certification requirements of the Act and holds a permit issued by the State Fire Marshal. Verify these requirements are included in the contract

PRE-BID CONFERENCE will be held in the JMR+H Conference Room, 445 Dexter Avenue, Suite 5050, Montgomery, Alabama 36104 on July 11, 2024 at 10:00 AM (local time prevailing) for the purpose of reviewing the project and answering Bidder’s questions.  Attendance at the Pre-Bid Conference is highly recommended for all General Contract Bidders intending to submit a Proposal.  

A cashier’s check or bid bond in an amount not less than five (5) percent of the amount of the bid, but in no event more than $10,000, must accompany the bidder’s proposal and must secure the bid for at least 60 days. Conditional bids will be rejected.  List of major subcontractors must accompany the bid.  Performance and Payment Bonds (if award exceeds $50,000) and evidence of insurance are prerequisites of contract award.  Right is reserved by the Awarding Authority to reject all bids and to waive irregularities.

THE RETIREMENT SYSTEMS OF ALABAMA

JMR+H Architecture, PC

445 Dexter Avenue, Suite 5050

Montgomery, AL  36104

Telephone:  (334) 420-5672

Fax:  (334) 420-5692

BT5/30/2024

_____________________________

LEGAL NOTICE

In accordance with Chapter 1, Title 39, Code of Alabama, 1975, notice is hereby given

that Williford Orman Construction LLC Contractor, has completed the Contract for (Construction) of New Sidewalks and Canopies for Pelham Oaks Elementary School at Pelham, AL for the State of Alabama and the  (City) of Pelham, Owner(s), and have made request for final settlement of said Contract.  All persons having any claim for labor, materials, or otherwise in connection with this project should immediately notify Lathan Associates Architects

Williford Orman Construction LLC 

  (Contractor)

______PO Box 1985, Pelham, AL 35124

(Business Address)

BT5/30/2024

_____________________________

ADVERTISEMENT for BIDDER PRE-QUALIFICATION

And NOTICE of INTENT to RECEIVE BIDS

 from PREQUALIFIED BIDDERS

Pre-qualification submittals will be received by the Owner’s Representative/Project Manager, David McCabe on behalf of Office of the Chief Facilities Officer, UAB Medicine, University of Alabama at Birmingham, and the University of Alabama Board of Trustees at UAB Hospital Planning, 2020 University Blvd., Birmingham, AL 35249 until 4:00 PM Central Time, June 14, 2024.  The original and two (2) flash drives with duplicates of submittals are required for pre-qualification approval; however, email transmission copies may be transmitted to the UAB Project Manager David McCabe at dcmccabe@uabmc.edu and cc’d to sheywood@ghafari.com and mfreeman@ghafari.com to expedite the review process with a hard-copy of the submittal and two flash drives to be delivered within 24 hours. 

                   

UAB West Pavilion, General Services Building, and Spain Rehab Center

Elevator Modernization

University of Alabama at Birmingham

Birmingham, Alabama

Project No.:  H235005

A. SCOPE OF WORK:

The project consists of the modernization of one elevator in West Pavilion, three elevators in the General Services Building, and two elevators in the Spain Rehabilitation Center. The scope of work includes elevator modernization, as well as minor architectural and electrical new work and associated demolition. The construction budget is anticipated to be between $2,000,000 and $2,500,000.

The work will be performed under a single Prime Contractor who will coordinate the work of this project. Particular and specific care will be required to coordinate complex shutdowns, limit disturbances and follow strict Infection Controls and Interim Life Safety Measures (ICRA/ILSM) requirements for the protection of patients, family and staff. The Prime Contractors seeking to be pre-qualified will require experience with similar size and type projects performed in and adjacent to an operating hospital environment and with the implementation and maintenance of infection control measures, interim life safety measures, coordinating shutdowns, and maintaining a clean and organized job site in an operating hospital. The Contractor must have experience with representative projects as a Contractor (not as a Construction Manager, Program Manager, etc.)

B. PRIME GENERAL CONTRACTOR BIDDER PRE-QUALIFICATIONS:

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

Only bidders who have completed the pre-qualification process and that have been approved will be eligible to submit a bid for the Project.  Prospective Bidder’s Pre-qualification Package must be received by the Owner’s Project Manager no later than 4:00 PM Central Time, June 14, 2024 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 sheywood@ghafari.com, copy mfreeman@ghafari.com and dcmccabe@uabmc.edu. Any addenda to the prequalification requirements will be issued to documented prime contractors only.

The pre-qualification procedure is intended to identify responsible and competent prime contractor bidders relative to the requirements of the Project.  Each prospective prime contractor bidder will be notified of the results of the pre-qualification, on or about June 14, 2024.

The Owner reserves the right to waive technical errors in applications, extend 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 beginning June 14, 2024:

Architect:

Ghafari Associates

2170 Highland Ave S

Suite 220

Birmingham, AL 35205

Phone:  205-203-4611

Contact: Scott Heywood

                        Email: sheywood@ghafari.com

C. BIDS BY PRE-QUALIFIED PRIME GENERAL CONTRACTOR BIDDERS

Documents:  

Bid documents will be available at the following locations after notice to pre-qualified bidders is given.  Drawings and specifications may be examined at; ALGX Digital Plan Roomhttp://www.algraphics.com, 2801 5th Ave, South, Birmingham, AL 35233: Dodge Data & Analyticshttp://www.construction.com, 2860 S State Hwy 161, Ste 160 #501, Grand Prairie, TX  75052-7361; at the AGC Internet Plan Room, 5000 Grantswood Road Suite 100, Irondale, AL 35210; at the Birmingham Construction Industry Authorityhttp://www.bcia1.org, 601 37th Street South, Birmingham, AL 35222; and at the Construction Market DataCMD Group by ConstructConnect, 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). The Bid Date is June 27, 2024 at 2:00 PM Central Time at the University of Alabama at Birmingham, UAB Hospital Planning, 2020 University Blvd., Birmingham, Alabama 35294. Bids 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 bids shall be properly identified.

On the date of the bid opening, bids may be hand delivered or received by Express Service mail to the Office of David McCabe, Project Manager Facilities and Capital Projects, 2020 Building, 2020 University Blvd, Birmingham, Alabama  35233, until 12:00 noon.  After 12:00 noon of the date of the bid opening, proposals must be hand delivered and presented at the bid opening.  Sealed proposals shall be submitted in triplicate and shall be properly identified.  All proposals received after 2:00 p.m. on June 27, 2024 (the date and time set for the receipt of bids) 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 Marshal’s permit.

D. PRE-BID CONFERENCE

A mandatory Pre-Bid Conference is currently scheduled to be held at 1:00 PM CST on June 17, 2024 at UAB Hospital Facilities 2020 Building, 2020 University Blvd., Birmingham, Alabama 35233. It is mandatory that all pre-qualified prime contractor bidders attend the Pre-Bid Conference. 

BT5/30/2024

_____________________________

Abandoned Vehicle

VIN: 

1GYAZAR47KF134083

2019 Cadillac XT4

Company: Transports Auto

Auction Date: June 27, 2024

Auction Address: 6725 1st Ave. N. Birmingham, AL 35206 at 9am

         

BT5/30/2024

_____________________________

    Poll Officials Sorted by Precinct 

       ALABAMA HOUSE DISTRICT 52 SPECIAL ELECTION 

    PRIMARY JUNE 18, 2024  &  RUNOFF JULY 16, 2024

PREC 0001 – BIRMINGHAM ABSENTEE 

  DANNY RAY FORREST, A. CHIEF 

EDNA MAE FERRELL, B. ASSISTANT CHIEF 

DIERDRE DAWN CURTIS, C. CLERK 

JAIME ABA QUAINOO, C. CLERK 

PREC 0002 – BESSEMER ABSENTEE 

  KAREN DUNN BURKS, A. CHIEF 

BETTIE D NELSON, B. ASSISTANT CHIEF 

SOPHIA DAVIS HAMPTON, C. CLERK 

ARNESA BENITA JONES, C. CLERK 

PREC 1080 – MILES COLLEGE GYM 

YVETTE  REYNOLDS, A. CHIEF 

CRYSTAL  HARRELL, B. ASSISTANT CHIEF 

DIANE BIVENS, C. CLERK 

ULYESA L BROWN, C. CLERK 

DEBORAH BIAS GINWRIGHT,   C. CLERK 

DOROTHY MORNING,                 C. CLERK 

PREC 1380 – ST. MARY’S CATHOLIC CHURCH 

  DERRIK D MURRAY, A. CHIEF 

KENYA S NEWELL, B. ASSISTANT CHIEF 

DONNA A FLOWERS, C. CLERK 

LYNN AYERS GARDNER, C. CLERK 

PREC 2020 – HOMEWOOD SENIOR CENTER 

  RONALD S WALLACE, A. CHIEF 

ANN COWLEY WALLACE, B. ASSISTANT CHIEF 

DELOIS C BROOKS, C. CLERK 

JULIA A CAMERON, C. CLERK 

LAKEISHA  MITCHELL, C. CLERK 

VERONICA ANN MITCHELL, C. CLERK 

CHRISTOPHER  RAGUSA, C. CLERK 

ANNIE MAE ROSS, C. CLERK 

 PREC 2030 – HIGHLAND PARK GOLF COURSE 

  PATRICIA  HENDRIX, A. CHIEF 

THOMASENE SHAMBRAY,       B. ASSISTANT CHIEF 

MICHELA SHARICE MARSH, C. CLERK 

ERMA BOLLING PETERSON, C. CLERK 

PREC 2050 – HARRISON PARK RECREATION CENTER 

  NIKECIA P DOWE, A. CHIEF 

LORETTA B WAITES, B. ASSISTANT CHIEF 

VALERIE KATRINA BORDEN, C. CLERK 

ANNIE PAYNE CARPENTER, C.CLERK

NIMYAHIA SYMONE DOWE, C.CLERK 

SHARON DARNITA DOWE,       C. CLERK 

PREC 2060 – CHARLES A BROWN ELEMENTARY SCHOOL 

  TREVA A KILLIAN, A. CHIEF 

MICHAEL D KILLIAN, B. ASSISTANT CHIEF 

CHRISTINA  KILLIAN, C. CLERK 

MARCUS DEWAYNE KING, C. CLERK 

ELLEN WARREN, C. CLERK 

DELAGAYLE  WILLIAMS, C. CLERK 

PREC 2070 – CENTRAL PARK RECREATION CENTER 

  DAVID M TURNER,JR A. CHIEF 

CHERYL JOLLY THORNTON, B. ASSISTANT CHIEF 

DELORRIS B BLANDING, C. CLERK 

ANNIE ARNOLD JONES, C. CLERK 

VICKIE MARCHELL RANKIN, C. CLERK 

SHARON DENISE SHINE, C. CLERK 

PREC 2080 – RAMSAY ALTERNATIVE HIGH SCHOOL 

  SIMONETTA PERDUE, A. CHIEF 

DONNO WENE ERSKINE, B. ASSISTANT CHIEF 

PEARLIE J HILL, C. CLERK 

VERNISE MICHELLE HILL, C. CLERK 

SHIRLEY HILL MACON, C. CLERK 

CATHY RHODES MONCRIEF, C. CLERK 

PREC 2090 – SIXTH AVENUE BAPTIST CHURCH 

  RITA ARNELL TUCKER, A. CHIEF 

LISA MICHELLE TUCKER, B. ASSISTANT CHIEF 

MILDRED ELIZ COBB, C. CLERK 

NELLIE C CRENSHAW , C. CLERK 

AUDREY LYNNE TUCKER, C. CLERK 

PHILLIP B TURNER, C. CLERK 

PREC 2095 – HOMEWOOD COMMUNITY CENTER 

  SERENE CLARK JOHNSON, A. CHIEF 

JAMES T JOHNSON,III B. ASSISTANT CHIEF 

NORMA M ALDRIDGE, C. CLERK 

ROBERT MANLEY CARR, C. CLERK 

JOHN U MCDOLE, C. CLERK 

MIMMI J STANTON, C. CLERK 

PREC 2190 – WIGGINS LIBRARY & RECREATION CENTER 

  META ROBINSON WHITT, A. CHIEF 

VALENCIA C MOORE, B. ASSISTANT CHIEF 

JANEL LATRICE DICKERSON, C. CLERK 

KATHY LYNN MURRAY, C. CLERK 

HELEN WOODS PAYNE, C. CLERK 

ROBBIE LOUISE WILDER, C. CLERK 

PREC 2250 – MORE THAN CONQUERORS CHURCH 

  GWENDOLYN H BELL, A. CHIEF 

MARY E ROBINSON, B. ASSISTANT CHIEF 

WILBERT CARTER JOHNSON, C. CLERK 

DELILAH BELL RICHARDSON, C. CLERK 

LORETTA ARCHIE WEBB, C. CLERK 

SYLVIA NJOKU WHITESIDE, C. CLERK 

PREC 2280 – WEST END ACADEMY 

  MATTIE LEE NICHELSON, A. CHIEF 

SANDRA KAY GERMANY, B. ASSISTANT CHIEF 

MARY L COPES, C. CLERK 

CHARLES  MCCRAY,II C. CLERK 

RITA PICKENS, C. CLERK 

IRENE D THOMAS, C. CLERK 

PREC 2320 – UNITARIAN UNIVERSALIST CHURCH 

  AULTON CRAIG SMITH, A. CHIEF 

WANDA A GODFREY, B. ASSISTANT CHIEF 

FREDERICK CORTEZ BYRD, C.CLERK 

JAWANNA BYRD, C.CLERK 

CONSTANCE MARIE ISBELL, C. CLERK 

DONALD DICKINSON LOVELL, C. CLERK 

PREC 2330 – HENRY CRUMPTON RECREATION CENTER 

  EMMA JEAN BURNETT, A. CHIEF 

JULIA PEOPLES CRAWFORD, B. ASSISTANT CHIEF 

JUANITA BARNES, C. CLERK 

DELPHINE B BATAIN, C. CLERK 

DAPHYNE MARIE BURNETT, C. CLERK 

VERONICA ELAINE HUNTER, C. CLERK 

PREC 2450 – AFTON LEE COMMUNITY CENTER 

  TIARA SHANTA POPE, A. CHIEF 

MARLENE MARIA BURNETT, B. ASSISTANT CHIEF 

LORETTA E JACKSON, C. CLERK 

ANNETTA ALLISON VICKERS, C. CLERK 

PREC 5260 – CANTERBURY UNITED METHODIST CHURCH 

  CAMILLE S BUTRUS, A. CHIEF 

MARTHA GREEN ISOM, B. ASSISTANT CHIEF 

MARY CATHERINE CROWE, C. CLERK 

NORMAN KENT JOHNSON, C. CLERK 

PREC 5280 – BIRMINGHAM BOTANICAL GARDENS 

  JANE BUTLER DEMEIS, A. CHIEF 

THULA B DAVIS, B. ASSISTANT CHIEF 

ANN P GERVIN, C. CLERK 

BARBARA W WHITE, F. 1/2 DAY CLERK AM 

JEANNE B BEARDEN, G. 1/2 DAY CLERK PM 

BT5/30/2024

_____________________________

LEGAL NOTICE

Pursuant to the provisions of Title 17, Chapter 9, Section 5 of the Code of Alabama (1975), notice is hereby given that a Special Election, to fill the Alabama House of Representatives District 52 vacancy, will be held at designated District 52 polling locations on Tuesday, June 18, 2024. If necessary, a Runoff Election will be held July 16, 2024. The Polls will be open from 7:00 a.m. until 7:00 p.m. on those dates. A public test of voting machines will be held at 7:30 a.m. on Friday, June 7, 2024, at the Jefferson County Operations Center, located at 520 Medco Road, Birmingham, Alabama 35217.

As of April 16, 2024, the qualified candidates for this special election are hereby listed in alphabetical order:

Dedra Campbell

Kelvin Datcher

Eric Major

Latanya Millhouse

Eyrika L. Parker

Frank Woodson

Judge of Probate

James P. Naftel, II

BT5/30/2024

_____________________________

LEGAL NOTICE

Pursuant to the provisions of Title 17, Chapter 9, Section 5 of the Code of Alabama (1975), notice is hereby given that Special Elections, to fill the Alabama State House District 52 vacancy, will be held at designated District 52 polling locations on Tuesday, June 18, 2024. If necessary, a Runoff Elections will be held July 16, 2024. The Polls will be open from 7:00 a.m. until 7:00 p.m. on those dates. 

Pursuant to the provisions of § 21-4-23, Code of Alabama (1975), notice is hereby given that:

1. Instructions, printed in large type, will be conspicuously displayed at each voter registration site and polling place, sufficient to provide hearing impaired and seriously visually impaired individuals with adequate information as to how and where they may register and vote.

2. Each polling place shall have an Express Voter Assist Terminal for use by individuals with disabilities who would otherwise be prevented from voting because of their inability to mark a paper ballot.

3. Absentee ballots are available to any handicapped or elderly individual who, because of disability or age, is unable to go to their assigned polling place to vote on election day.  The deadlines for requesting and submitting an absentee ballot are the same as for other persons seeking to vote by absentee ballot.

4. Any handicapped or elderly individual who, because of handicap or age, requires assistance in casting a vote, may select a person of his or her choice to accompany such individual into the polling place to assist in the casting of the vote. 

Further, § 17-9-13(a), Code of Alabama (1975) states, “Any person who wishes assistance in voting may receive assistance from any persons the voter chooses except the voter’s employer, an agent of the employer, or an office or agent of the voter’s union.” 

Judge of Probate

James P. Naftel, II

BT5/30/2024

_____________________________