Home Classified Classified

Classified

3849
0

Classifieds**EMPLOYMENT

*LOCAL SALES MANAGER
Formal education equivalent of a Bachelor’s degree in Sales/Marketing or related field preferred.  Four years experience in local broadcast sales, preferably in a leadership role.  Proven track record in generating revenue and managing people.  Must be able to motivate staff and be creative in sales strategies.  Send resume to: Jean Ziegert, Director of HR, Alabama’s ABC 33/40, 800 Concourse Parkway #200, Birmingham, AL  35244 or fax to 205-982-3928.  E-mail:*jeanz@abc3340.com.  No Phone calls please.  EOE
BT08/08/13

**DRIVERS
Professional Flatbed Drivers. Run
Midwest to South *(AL,TN,MS)
Home Weekends (possibly during
week too) Join our Family 42 cpm
to start full benefits. Schilli
(Formerly Wabash Valley)
877-261-2101 or Schilli.com
BT08/08/13

*Drivers: Top Paying
Bessemer Dedicated Account!
$500 Sign-On Bonus,
Great Miles, Weekly Home-Time & More!
Werner Enterprises:
*1-888-567-4856
BT08/08/13

*Drivers: Great Pay/Benefits!
Paid Vacation! Rider Program.
DryBulk, Longhaul.CDL-A w/Haz;
6mos exp, 21yoa. 855-777-WSTL
BT08/08/13

**SPECIALTY

*SANDRA DESIGNER’S CLOSET
*DRESS FOR LESS!
*Call (205) 788-7862
BT08/08/13

**AUTOS FOR SALE!

2007 Toyota Camry
4 door automatic
Power locks and windows
Habla Espanol
Call Jay 205-863-7556

2011 Toyota Camry
4 door automatic
am/fm stereo CD player
power windows and locks
Call Sammy 205-514-6454

2010 Toyota Corolla
4 door automatic
economy fuel saver
power windows and locks
call Ivory 205-821-0491

2004 Toyota 4 Runner
2 wheel drive
Automatic  S.U.V.
Call Sammy 205-514-6454

2007 Chrysler 300
Red Leather Automatic
Call Ivory 205-821-0491
08/08/13

*REAL ESTATE

*Calling all singles ….

I have the best 2 BR with DEN home in Ensley Highlands for you. Beautiful yard, separate garage, C/A, porch and patio. Call me to take a look see; *Cynthia Marzette (205) 910-7149 or Barnes and Associates (205)328-*3330
BT08/08/13

*Veterans looking for a home? I will work with you in any area of town to find you the best on the market. Call *Cynthia Marzette (205) 910-7149 or *ask for me at Barnes and Associates, (205) 328-3330.
BT08/08/13

**OFFICE BUILDING FOR SALE

Ideal for medical office or hospital equipment sales directly across from Baptist Princeton Hospital. Off street parking, private shower, beautiful reception room. *Cynthia Marzette (205) 910-7149 or *ask for me at Barnes and Associates, (205) 328-3330.
BT08/08/13

**Apartments for Rent

*Hueytown.  Edenberry Apartments.  Total electric, stove,
refrigerator, dishwasher, central a/c. 1 bedroom with den $535
water furnished. *2 bedroom 1 bath $535, tenant pay water on
2 bedrooms.  425 Oakwood Avenue, Birmingham 35023.  Call
205-879-2177 ext. 213.
BT08/08/13

**REPAIRS
*abc waterproofing  we repair wet basements,
*crawl spaces, install french drains
*24/7 service call van at 230-8197 any time.
BT08/08/13

*LEGALS

The Birmingham-Jefferson Civic Center Authority will receive sealed bids for:

*Birmingham-Jefferson Civic Center Authority Elevator Maintenance Contract

This will be for the use of the Birmingham-Jefferson Civic Center Authority, Birmingham, Alabama.

*The Birmingham-Jefferson Civic Center Authority, 2100 Richard Arrington Jr. Blvd. North, *Birmingham, Alabama will receive bids, up to the hour of 2:00 P.M. on Tuesday,  September *10, 2013, and will thereafter be publicly opened and read aloud at the BJCC Executive Board Room 4th Floor, North Exhibition Hall in Birmingham, AL.  Bids must be submitted on bid forms furnished by the Authority.  Bids shall be clearly identified on the exterior of the package with bidder’s name, address, STATE CONTRACTOR LICENSE NUMBER, the name of the project being bid, and time and place of bid opening.  Sealed bids shall be properly identified.

A copy of this bid package is available at the above address or on our website:*www.bjcc.org (under Jobs & Vendor Opportunities – Open Bids section).  There is no charge for downloading bid documents.

Bids may be sent to *BJCC Purchasing Department, Attn:  Purchasing Coordinator, 2100 Richard Arrington Jr. Blvd. N, Birmingham, AL 35203.  Any bid not received by 8:00 A.M. September 10, 2013, must be hand delivered and presented at the bid opening.  Sealed bids shall be submitted in duplicate and shall be properly identified.  *All bids received after 2:00 *P.M. on the bid date will be returned unopened.

A Cashier’s Check drawn on an Alabama bank or bid bond, executed by a Surety company duly authorized and qualified to make such bonds in Alabama, payable to the Birmingham-Jefferson Civic Center Authority in the amount of 5% of the amount of bids, but in no event more than $10,000, must accompany the bidder’s bids.  Performance and Labor and Material Payment Bonds in the amount of 100% of the contract price will be required when the contract is presented by the contractor to the Authority.

*A mandatory pre-bid meeting will be conducted on Tuesday, August 27, 2013 at 2:00 p.m.  *Bidders shall meet at the Birmingham-Jefferson Civic Center Authority Dock #6, 2100 *Richard Arrington Jr. Blvd. N, Birmingham, Alabama.

Questions should be directed to Jerry Nelms, BJCC Facility Engineer at (205) 458-8409 or email jerry.nelms@bjcc.org.
Sharon Proctor                                        Purchasing Coordinator
Birmingham-Jefferson Civic Center Authority
BT08/08/13

The Birmingham-Jefferson Civic Center Authority will receive sealed bids for:

*BJCC Tenant Improvements 10th Floor Forum Building

This will be for the use of the Birmingham-Jefferson Civic Center Authority, Birmingham, Alabama. *General Contractors will be required to make a good faith effort to include MBE *and DBE companies in the execution of this project.

*The Birmingham-Jefferson Civic Center Authority, 2100 Richard Arrington Jr. Blvd. North, *Birmingham, Alabama will receive bids, up to the hour of 2:00 P.M. on Thursday,  September *5, 2013, and will thereafter be publicly opened and read aloud at the BJCC Executive Board Room 4th Floor, North Exhibition Hall in Birmingham, AL.  Bids must be submitted on bid forms furnished by the Authority or its representative.  Bids shall be clearly identified on the exterior of the package with bidder’s name, address, *STATE CONTRACTOR LICENSE NUMBER, the name of the project being bid, and time and place of bid opening.  Sealed bids shall be properly identified.

A copy of this bid package is available at the above address or on our website:* www.bjcc.org (under Jobs & Vendor Opportunities – Open Bids section).  There is no charge for downloading bid documents.  All project documents and drawings will also be available at the pre-bid meeting and in the BCIA plan room.

Bids may be sent to* BJCC Purchasing Department, Attn:  Purchasing Coordinator, 2100 *Richard Arrington Jr. Blvd. N, Birmingham, AL 35203.  Any bid not received by 10:00 A.M. September 5, 2013, must be hand delivered and presented at the bid opening.  Sealed bids shall be submitted in triplicate and shall be properly identified.  All bids received after 2:00 P.M. on the bid date will be returned unopened.

Construction contracts shall be awarded only to qualified Contractors, licensed by the State Licensing Board for General Contractors, as required by Title 34, Chapter 8, and Code of Alabama.  Contracts in excess of $50,000 shall be awarded only to Contractors licensed as required by the 1978 Code of Alabama, Title 34, and Chapter 8 as amended.  Bidders must be “responsible” in accordance with criteria in the bid and as stipulated by Title 30-2-3-(e) of the code of Alabama.

A Cashier’s Check drawn on an Alabama bank or bid bond, executed by a Surety company duly authorized and qualified to make such bonds in Alabama, payable to the Birmingham-Jefferson Civic Center Authority in the amount of 5% of the amount of bids, but in no event more than $10,000, must accompany the bidder’s bids.  Performance and Labor and Material Payment Bonds in the amount of 100% of the contract price will be required when the contract is presented by the contractor to the Authority.

*A mandatory pre-bid meeting will be conducted on Tuesday, August 20, 2013 at 1:30 p.m.  *Bidders shall meet at the Forum Building, 950 22nd St. N, Second floor lobby, Birmingham, *Alabama.  The pre-bid meeting will be conducted in the tenant space.

*Questions should be directed to Jerry Nelms, BJCC Facility Engineer at (205) 458-8409, jerry.nelms@bjcc.org, *or Nathan Varner at Williams-Blackstock  Architects at (205) 252-9811, nathan@wba-architects.com.
Sharon Proctor
Purchasing Coordinator
Birmingham-Jefferson Civic Center Authority
BT08/08/13

*NOTICE TO PROPOSERS
*FINANCIAL AUDIT ACCOUNTING SERVICES

Notice is hereby given that the BJCTA is soliciting proposals from experienced and qualified proposers to provide Financial Audit Accounting Services to BJCTA for the fiscal years 2013, 2014 and 2015.  The proposal document is available for download on the BJCTA’s website, www.bjcta.org.
The* Request for Proposal (“RFP”), *#13-12, outlines a description of the services sought and the required documents for submission. Questions or requests for clarifications or approved equals concerning the RFP must be received by the BJCTA, using Attachment B of the RFP, no later than *4:00 P.M. *Central on August 9, 2013.  Responses will be made available at www.bjcta.org no later than *4:00 P.M. Central on August 16, 2013.  All communications with BJCTA personnel about the substance of this RFP should be made through Attachment B of the RFP.
Proposals should be addressed as follows
Birmingham-Jefferson County Transit Authority
1735 Morris Avenue
Birmingham, Alabama  35203

The lower left corner of the address label should state the RFP number and title and should state, “PROPOSAL DOCUMENTS ENCLOSED”.  The cover page of the proposal should include the RFP number and title.
One original and three copies of a proposal should be sent to the BJCTA.  The failure to do so will result in a proposal being ruled non-responsive.  Non-responsive proposals will not be awarded the Contract.
All requested information must be submitted in the required format.
Proposals may be hand delivered or sent by U.S. Mail or some other shipping service.  It is suggested that proposers use a shipping method that will ensure delivery before the deadline.  The deadline for submissions is *4:00 P.M. *Central on August 26, 2013.  Any proposal received after the deadline may not be considered, even if the proposal was timely mailed.
The BJCTA reserves the right to reject any or all proposals and to waive any irregularities or informalities in any proposal or in the proposal procedure.  Conditional proposals and any proposal taking exception to any provision in this RFP will be considered non-responsive and may be subject to rejection.
Proposals may be withdrawn by written request to the BJCTA prior to the time fixed for the proposal opening.  No proposer may withdraw a proposal for a period of 120 days after the scheduled time for the proposal opening.
This RFP does not commit the BJCTA to award a Contract, nor to pay any cost incurred in preparation of a proposal.  The BJCTA reserves the right to cancel the RFP or to issue a subsequent RFP.
The award of a Contract to a proposer may be contingent upon a financial assistance contract between the BJCTA and the United States Department of Transportation (“Financial Assistance Contract”).  All proposers agree to comply with any and all provisions and regulations relative to the Financial Assistance Contract.  Proposers are required to certify that they have not been suspended or debarred from participation in federally-funded contracts.  Proposers must also disclose lobbying activities.  Full compliance with all applicable Occupational Safety and Health Standards, DBE requirements, Equal Employment Opportunity, and Americans with Disabilities Act laws and regulations is required.  The BJCTA reserves the right to reject any or all proposals received or to negotiate separately with any source whatsoever in any manner necessary to serve the best interests of the BJCTA.
If available, more detailed information about this RFP will be found at www.bjcta.org, or through the Procurement Officer,Darryl Grayson at 205-521-0144 / dgrayson@bjcta.org.
BT08/08/13

*ADVERTISEMENT FOR BIDS
*UNIVERSITY OF ALABAMA AT BIRMINGHAM
*BIRMINGHAM, ALABAMA

The Board of Trustees of the University of Alabama for the University of Alabama at Birmingham requests proposals from General Contractors for furnishing all labor and materials required for HSIS Web Design Area 5th Avenue Parking Deck for the UAB Health System.

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

*Proposals will be received until 2:00 p.m. CT on August 20, 2013 and will thereafter be publicly opened and read aloud in the large conference room of the 2020 Building, 2020 8th *Avenue South, Birmingham, Alabama 35294-6552.  Bids must be submitted on Proposal Forms furnished.  Proposals shall be clearly identified on the exterior of the package with the bidder’s name, address, State license number, the name of the project being bid, time and place of the bid opening.  Sealed proposals shall be submitted in triplicate and shall be properly identified.

Proposals may be hand delivered or received by mail on the date of the bid opening at the Office of Amy Cope, 2020 Building, 2020 8th Avenue South, Birmingham, Alabama 35294-6552, *until *12:00 noon. After 12:00 noon of the date of the bid opening, proposals must be hand delivered and presented at the bid opening.  Sealed proposals shall be submitted in triplicate and shall be properly identified.  All proposals received after 2:00 p.m on *August 20, 2013 will be returned unopened.

Construction Contracts shall be awarded only to prequalified Contractors, licensed by the State Licensing Board for General Contractors, as required by Title 34, Chapter 8, Code of Alabama.  Construction Contracts in excess of $50,000 shall be awarded only to Contractors licensed as required by the 1978 Code of Alabama, Title 34, Chapter 8 as amended.  Bidders must be responsible in accordance with criteria in the bid documents and as stipulated by Title 39-2-3-(e) of the Code of Alabama.

A Cashiers Check drawn on an Alabama Bank or bid bond, executed by a Surety company duly authorized and qualified to make such bonds in Alabama, payable to The Board of Trustees of the University of Alabama in the amount of 5% of the amount of bids, but in no event more than $10,000.00, must accompany the bidder’s proposals.  Performance and Labor and Material Payment Bonds in the amount of 100% of the contract price will be required when the Contract is presented by the Contractor to the Owner.

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.

*A Mandatory Pre-Bid Conference will be held on August 12, 2013 at 4:00 p.m. at the site of the work, 1915 4th Avenue South, Birmingham, Alabama.

The Owner has designated that bid documents will be available for examination at the AGC Internet Plan Room, 5000 Grantswood Road, Irondale, AL 35210; at the Birmingham Construction Industry Authority, 3600 Fourth Avenue South, Birmingham, AL 35222; and at the Reed Construction Data Office, 30 Technology Pkwy, South, Suite 500, Norcross, GA 30092-2912; and electronically through McGraw-Hill Construction Dodge.

Two (2)       sets of bid documents will be issued by the Architect, Birchfield Penuel & Associates, 2805 Crescent Avenue, Suite 200, Birmingham, Alabama to qualified bidders upon deposit of $100 per set, by check drawn to the order of the Architect.  Deposits will be refunded in full to bona fide General Contract bidders, and the difference between deposits and cost of reproduction and handling will be refunded to others, upon return of all documents in good condition.  Deposits will be forfeited if bid documents are not returned within ten (10) days after the Bid Opening.
BT08/08/13

*ADVERTISEMENT FOR BIDS
*UNIVERSITY OF ALABAMA AT BIRMINGHAM
*BIRMINGHAM, ALABAMA

The Board of Trustees of the University of Alabama for the University of Alabama at Birmingham requests sealed proposals from General Contractors for furnishing all labor and materials required for the UAB Renovation of NHB 3rd Floor for Quality Offices, UAB Job #H135036A.

The scope of work includes the selective demolition of +/- 5,000 SF of existing clinic space on the 3rd floor of the UAB New Hillman Building and the upgrade of various finishes throughout the space.  The scope includes architectural as well as minimal mechanical, electrical, plumbing, and fire protection work.

Work will be performed under strict infection control guidelines to ensure the safety of patients and staff.  The contractor will be responsible for and should have experience with implementing and maintaining the infection control requirements, interim life safety measures, coordinating shutdowns with UAB, and maintaining a clean and organized job site.

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

*Proposals will be received until 2:00 PM CST on August 22, 2013 and will *thereafter be publicly opened and read aloud in the large conference room of the *2020 Building, 2020 8th Avenue South, Birmingham, Alabama 35233.  Bids must be submitted on Proposal Forms furnished.  Proposals shall be clearly identified on the exterior of the package with the bidder’s name, address, State license number, the name of the project being bid, time and place of the bid opening.  Sealed proposals shall be submitted in triplicate and shall be properly identified.

Proposals may be hand delivered or received by mail on the date of the bid opening at the Office of JVann Martin, Director of Health Systems Planning & Technology, 2020 Building, 2020 8th Avenue South, Birmingham, Alabama 35233, until 12:00 noon.  After 12:00 noon of the date of the bid opening, proposals must be hand delivered and presented at the bid opening.  Sealed proposals shall be submitted in triplicate and shall be properly identified.  All proposals received after 2:00 p.m. August 22, 2013 will be returned unopened.

Construction Contracts shall be awarded only to prequalified Contractors, licensed by the State Licensing Board for General Contractors, as required by Title 34, Chapter 8, Code of Alabama.  Construction Contracts in excess of $50,000 shall be awarded only to Contractors licensed as required by the 1978 Code of Alabama, Title 34, Chapter 8 as amended.  Bidders must be responsible in accordance with criteria in the bid documents and as stipulated by Title 39-2-3-(e) of the Code of Alabama.

A Cashiers Check drawn on an Alabama Bank or bid bond, executed by a Surety company duly authorized and qualified to make such bonds in Alabama, payable to The Board of Trustees of the University of Alabama in the amount of 5% of the amount of bids, but in no event more than $10,000.00, must accompany the bidder’s proposals.  Performance and Labor and Material Payment Bonds in the amount of 100% of the contract price will be required when the Contract is presented by the Contractor to the Owner.

*A Mandatory Pre-Bid Conference will be held on August 14, 2013 at 2:00 PM CST *in the large conference room of the 2020 Building.   UAB has designated that bid documents will be available for examination at the Plan Room of F.W. Dodge Corporation, 3000 3rd Avenue South, Birmingham, AL  35233; at AGC Internet Plan Room, 5000 Grantswood Road, Irondale, Alabama 35210; at The Birmingham Construction Industry Authority, 3600 Fourth Avenue South, Birmingham, Alabama 35222; the Construction Data Control, 398 DeKalb Technology Park, Atlanta, GA  30340.

Two (2) sets of bid documents will be issued by the Architect, *Kahn South Inc.,  *2821 Second Ave S., Suite G,  Birmingham, AL 35233 to qualified bidders upon deposit of * $200.00 per set, by check drawn to the order of UAB.  Deposits will be refunded in full to bona fide General Contract bidders, and the difference between deposits and cost of reproduction and handling will be refunded to others, upon return of all documents in good condition. Deposits will be forfeited if bid documents are not returned within ten (10) days after the Bid Opening.
BT08/08/13

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

Pre-qualification submittals will be received by Juan DeOnis on behalf of Office of the Associate Vice President, Facilities & Capital Projects, University of Alabama at Birmingham, and the University of Alabama Board of Trustees *at UAB Hospital Planning, *2020 University Blvd., Birmingham, AL 35294 until Friday, August 16, 2013 at 5:00 *PM CST.  The original and two (2) duplicates of submittals are required for pre-qualification approval; however, facsimile transmission copies may be transmitted to the *Project Manager at (205) 975-7000 to expedite the review process with hard-copies of the submittals to be delivered within 24 hours.

*UAB MEB5
*DEMOLITION PROJECT
*UAB JOB # H125038A

*A.    SCOPE OF WORK:

The scope of work includes the demolition of +/- 14,000 SF of office space on the 5th floor of the UAB Medical Education Building to accommodate future renovations.  The scope includes architectural, mechanical, electrical, plumbing, and fire protection work.

The work will be performed adjacent to functioning health care units and care will be taken to limit disruptions to the units.  Work will be performed under strict infection control guidelines to ensure the safety of patients and staff.  The contractor will be responsible for and should have experience with implementing and maintaining the infection control requirements, interim life safety measures, coordinating shutdowns with UAB, and maintaining a clean and organized job site.

*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 5:00 PM CST on August 16, 2013 *after which no further requests will be considered.

Pre-qualification Requirements Information Package may be obtained from the Architect upon letterhead request.

The pre-qualification procedure is intended to identify responsible and competent prime contractor bidders relative to the requirements of the Project.  Each prospective prime contractor bidder will be notified of the results of the pre-qualification, no later than *5:00 PM CST on August 23, 2013.

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:
*Kahn South, Inc.
*2821 Second Ave S.  Suite G
*Birmingham, AL 35233
*Phone:  205-460-1912
*scott.heywood@akahn.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 $200.00 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; McGraw-Hill Construction Dodge, 3000 3rd Avenue South, Birmingham, AL 35233; at the AGC Internet Plan Room, 5000 Grantswood Road, Irondale, AL 35210; at the Birmingham Construction Industry Authority, 3600 Fourth Avenue South, Birmingham, AL 35222; and at the Reed Construction Data Office, 30 Technology Pkwy, South, Suite 500, Norcross, GA 30092-2912.

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

Bids:
Bids must be submitted on proposal forms or copies thereof furnished by the Architect. No bid may be withdrawn after the scheduled closing time for receipt of bids for a period of ninety (90) days.  The Owner reserves the right to reject bids if such action is determined to be in the best interest of the Owner.  The Owner reserves the right to revoke pre-qualification of any bidder in accordance with Section 39-2-12, Code of Alabama, 1975, as amended in 1997 (by Act 97-225). The Bid Date is September 24th, 2013 at 2:00 PM CST at the UAB 2020 Building Large Conference Room.

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 held on September 4, 2013 at 10:00 AM CST at the UAB 2020 Building Large Conference Room.  It is mandatory that all pre-qualified prime contractor bidders attend the Pre-Bid Conference.
BT08/08/13

LEAVE A REPLY

Please enter your comment!
Please enter your name here