attention all bidders

advertisement
JEFFERSON COUNTY COMMISSION
PURCHASING DIVISION
ROOM 830 COURTHOUSE
BIRMINGHAM, ALABAMA 35203-0009
OFFICE: (205)325-5381/FAX: (205)325-5221
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
Prospective Bidders
138-10 (Full document can be viewed and downloaded at http://paca.jccal.org)
Elevator Maintenance and Service
Carmen Jones,
Principal Buyer
INVITATIONS TO BID WILL BE
716 Richard Arrington Jr. Blvd. North, Room 830
RECEIVED BY:
Birmingham, AL 35203-0009
***IMPORTANT SOLICITATION DATES***
ITB DUE DATE
ITB OPENING DATE
PRE-BID CONFERENCE
CONTACT PERSON
TO:
INVITATION TO BID NO.:
SEALED BID FOR:
September 21, 2010
5:00 P. M. CST
September 22, 2010
2:00 P. M. CST
September 8, 2010
1:30 P.M. CST
Carmen Jones,
Principal Buyer
jonesc@jccal.org
Return responses to this Invitation to Bid in a sealed
Jefferson County Courthouse
envelope marked:
Questions received after the
General Service Department
deadline will not receive a
“ ITB 138-10 Elevator Maintenance and Service ”
716 Richard Arrington Jr. Blvd No
ITB OPENING WILL BE HELD AT:
response.
Birmingham, AL 35203-0009
Jefferson County Courthouse
Purchasing Department, Room 830
716 Richard Arrington Blvd North
Birmingham, Alabama 35203-0009
NOTIFICATION OF INTENT:
All recipients of this solicitation notice must indicate intent to submit a proposal. Bidders providing a Notification of Intent will be
sent a full copy of the ITB, any related addendum, answers to inquiries, etc. pertaining to this solicitation. Notification of intent must be
faxed to 205-325-5221 or e-mailed to Carmen Jones at jonesc@jccal.org or Veronica Bass at bassv@jccal.org no later than Friday,
September 3rd, 2010.
TELEPHONE INQUIRIES – NOT ACCEPTED:
Telephone inquiries with questions regarding clarification of any and all specifications of the ITB will not be accepted. All questions
must be written and faxed to (205)325-5221or e-mailed to Carmen Jones at jonesc@jccal.org
Submissions may be withdrawn, modified, and resubmitted prior to the formal bid opening due date. Any submission modifications
submitted after the “Bid Opening Due Date” will not be considered.
The County reserves the right to accept or reject any or all ITB’s, or any part of any ITB, and to waive any informalities or
irregularities in the ITB.
All costs incurred by the company to respond to this solicitation will be wholly the responsibility of the Bidder. All copies and
contents of the ITB, attachments, and explanations thereto submitted in response to this ITB, except copyrighted material, shall become
the property of the Jefferson County Commission regardless of the Consultant selected. Any materials submitted in response to this
solicitation shall not be returned.
Response to this solicitation does not constitute an agreement between the Bidder and the County.
The County is not responsible for delays occasioned by the U.S. Postal Service, the internal mail delivery system of the County,
or any other means of delivery employed by the Bidder. Similarly, the County is not responsible for, and will not open, any
ITB responses, which are received later than the date and time, indicated above. Late ITB’s will be retained in the ITB file,
unopened.
Released by:
_____________________________________________________________
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 2
INVITATION TO BID
Sealed bids marked “ELEVATOR MAINTENANCE AND SERVICE” will be received by the Purchasing Manager, Room 830
*716 Richard Arrington Jr. Blvd No, Birmingham, Alabama, 35203.
Bids will be accepted until 5:00 P.M. central time (standard or daylight savings time, as applicable) on Tuesday, September 21, 2010.
Bids submitted after this date and time will not be considered.
Bids will be publicly opened at 2:00 P.M. on Wednesday, September 22, 2010.
The County is not responsible for delays occasioned by the U.S. Postal Service, the internal mail delivery system of the County, or any
other means of delivery employed by the bidder. Similarly, the County is not responsible for, and will not open, any bid/proposal
responses, which are not received later than the date and time, indicated above. Late bids/bids will be retained in the bid/proposal file,
unopened.
PRE-BID CONFERENCE
A mandatory Pre-Bid Conference will be held at Jefferson County Courthouse in the General Services Department, 716 Richard
Arrington Jr Blvd North, Birmingham, Alabama 35203 @ 1:30 p.m. on Wednesday, September 8, 2010.
Contract will be good for the period 11/1/10 to 10/31/11 with renewal at the County's option and Commission approval, each
fiscal year until 2013.
TERMS OF CONTRACT
Any purchase order(s) resulting from this ITB will become effective upon bid award or within 30 days of award notification and
approval of the County Commission. Contract will be guaranteed for 1 year and may be extended, at the County’s option and
Commission approval, for a period of up to (2) additional 1 year terms until 2013.
If during the term of this agreement, Contractor violates any of the provisions of this contract or fails to properly provide the services
required by this contract, Owner shall advise Contractor of specific deficiencies in writing and shall allow a reasonable period (10
days unless otherwise agreed) to correct these deficiencies to Owner’s satisfaction.
In the event Contractor fails to correct the deficiencies in the allotted time, the Owner shall have the right to terminate this agreement
on 30 days’ written notice to the Contractor.
If the Owner chooses to modernize vertical transportation equipment, during the term of this agreement, the owner reserves the rite to
drop the modernized units from this agreement with 30 days written notice, provided the modernization work is considered a major
modernization as defined by ANSI A17.1, 1984, Section 1200 1a(4), (9), (11) or (12).
Use of specific names and numbers is not intended to restrict the bidding of any seller and/or manufacturer, but is solely for the
purpose of indicating the type, size and quality of materials, products, service, or equipment considered best adapted to the County's
intended use.
CONTINUED ON SHEET 3
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 3
INVITATION TO BID (CONTINUED)
Proprietary specifications may be waived for functional equivalents offered, if authorized by requesting department.
KEY CONTACTS
Rickey Childers
Facilities Manager
General Service Department
(205)325-5544
Carmen Jones
Principal Buyer
Purchasing Department
(205)214-8583
Daniel White
Deputy Director
Environmental Services
(205)325-5496
Correspondence with individuals other than those listed herein will not be allowed.
STATEMENT OF PURPOSE
Jefferson County Commission is soliciting bids from qualified vendors to provide elevator maintenance services in accordance with
state and federal laws and regulations, county policies and procedures and community standards of practice. All bids must meet or
exceed the specifications set forth in this ITB.
Any responder to this ITB must be a qualified bidder, a single point of contact and take legal responsibility for all aspects of any
resulting contract. At the time of submitting a bid, each bidder will be presumed to have read thoroughly and be familiar with the
specifications and requirements so that the vendor fully understands the scope of service to be provided.
This ITB provides interested parties with sufficient information to enable them to prepare and submit a bid response for consideration
by the Jefferson County Commission. By submitting a bid response, Vendors are affirming that their organization is interested in
contracting with the County to provide equipment covered herein.
LANGUAGE, WORDS USED INTERCHANGEABLY
The word COUNTY refers to the JEFFERSON COUNTY COMMISSION and/or JEFFERSON COUNTY, ALABAMA throughout
this document. Similarly, RESPONDENT, VENDOR, and BIDDER refer to the person or company submitting an offer to sell its
goods or services to the COUNTY. The words BID, QUOTATION, and BID are all offers from the BIDDER. The County has
established for the purposes of this ITB that the words SHALL, MUST or WILL are equivalent in this ITB and indicate a mandatory
requirement or condition, the material deviation from which shall not be waived by the County. A deviation is material if, at the sole
discretion of the County, the deficient response is not in substantial accord with this ITB’s mandatory condition requirements. The
words SHOULD and MAY are equivalent in the ITB and indicate very desirable conditions or requirements but are permissive in
nature. Deviation from, or omission of, such a desirable condition or requirement will not in and of itself cause automatic rejection of
a bid, but may result in being considered as not in the best interest of the County.
CONDITIONS
DUE TO THE IMPORTANCE OF OUR ELEVATOR EQUIPMENT AND ITS PROPER MAINTENANCE, BIDDERS MUST
MEET THE FOLLOWING QUALIFICATIONS:
(1) BIDS WILL BE CONSIDERED ONLY FROM AUTHORIZED SERVICE REPRESENTATIVES OF
MANUFACTURERS OF ELECTRICAL ELEVATORS AND DUMBWAITERS WITH A RECORD OF FIVE (5) YEARS
EXPERIENCE IN THE INSTALLATION AND SERVICE OF ELECTRICALLY OPERATED ELEVATORS AND
LICENSED BY THE STATE OF ALABAMA TO PERFORM SUCH WORK.
CONTINUED ON SHEET 4
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 4
INVITATION TO BID (CONTINUED)
CONDITIONS (CONTINUED)
(2) BIDDER MUST HAVE MAINTAINED A LOCAL SERVICE OFFICE IN THE BIRMINGHAM DISTRICT WITHIN 20
MILES RADIUS OF CITY LIMITS FOR A PERIOD OF NOT LESS THAN ONE (1) YEAR.
(3) BIDDER MUST MAINTAIN A STOCK OF ORIGINAL EQUIPMENT PARTS FOR EQUIPMENT WHICH THE
COUNTY OWNS. STOCK MUST BE SUFFICIENT TO INSURE AGAINST UNWARRANTED DELAY AND EXPENSE IN
OPERATING THE EQUIPMENT COVERED BY THIS INVITATION.
(4) TECHNICIANS SERVICING ELEVATOR (S) MUST BE JOURNEYMAN MECHANICS CERTIFIED BY THE
NATIONAL ELEVATOR INDUSTRY, INC., OR HAVE FIVE (5) YEARS DOCUMENTED EXPERIENCE REPAIRING
ELEVATORS OF THE TYPE AND MODEL SHOWN AND BE LICENSED BY THE STATE OF ALABAMA TO PERFORM
SUCH WORK.
If requested, successful bidder will furnish a minimum of three references. References will be accepted only from companies that
have had service contracts for three (3) or more years with bidder for same type and manufacture as equipment being bid.
Bidders must meet one or more of the following requirements (check one or more):
1.
Manufacturer’s authorized service representative licensed by the State of Alabama………_____
2.
Employees (minimum 2) should be trained on specified equipment each with a
minimum of 2 years experience and licensed by the State of Alabama………………………_____
NAME OF YOUR COMPANY___________________________________________________________
Certificates, licenses and/or diplomas must be furnished upon request. Attach a list showing names of employees and number of years
experience in elevator repair.
SCOPE OF SERVICE
GROUP A.
1.
Any contract or contracts for elevator maintenance and service will be complete contracts covering all charges for
maintenance, parts, labor, oils and lubricants, as required, during regular business hours, 8:00 a.m. to 5:00 p.m., Monday
through Friday. The only additional charges will be in case of misuse or negligence by the County. Any such claim shall be
supported by written confirmation and signed by contractor and owner representative.
2.
Contractor shall be capable of providing 24-hour-a-day emergency service and respond to trouble calls during regular hours
within 1½ hours and entrapments within 30 minutes, and respond to entrapments during overtime hours within 60 minutes.
3.
Provide 24 hour overtime call-backs, including necessary repairs, at no additional cost to the Owner if 1) Passenger
entrapments, 2) or more elevators in any group or bank are out of service, 3) An elevator group dispatching system
malfunctions, 4) A safety or potential safety problem exists.
4.
Request for service placed by the owner or the owners representative prior to 4:00 PM (central time) of any business day
shall be answered that day whether during regular or overtime hours at no additional cost to the owner; including fire
protection.
5.
Should it become necessary due to construction or heavy usage, scheduled repairs (i.e. hoist rope replacement or safety test)
shall be performed on over time at no additional charge to the owner.
CONTINUED ON SHEET 5
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 5
INVITATION TO BID (CONTINUED)
SCOPE OF SEERVICE(CONTINUED)
6.
All elevators under this contract shall be maintained in first class operating condition and must comply with all requirements
of the current American Standard Safety Code for Elevators, ANSI-A17.1, and ANSI Inspectors Manual, ANSI-A17.2 and
all other applicable laws, regulations, ordinances, codes, etc., and the ANSI Code shall be used as a guide to establish that the
elevators are operating safely. The Contractor shall provide a full maintenance program in accordance with ANSI standards.
7.
Maintenance and service covered by any contract will include, but will not be limited to; regular examination of the specified
equipment by competent, trained mechanics and will include adjusting, lubricating as required (Contractor to furnish
lubricating oils, grease, rope preservative, waste, etc.) and, when conditions warrant, repairing and replacing all parts of
machines, motors, generators, and controllers, including worms, gears, thrusts, bearings, brake coils, brake motors, brake
shoes, brushes, winging commutators, rotators and motor circuits, magnet frames, and all mechanical parts necessary to keep
the equipment in perfect operating condition. Only standard parts used by the manufacturer of the equipment will be used in
making repairs and replacements.
8.
Guide rails will be kept properly lubricated at all times, except where roller guides are used, and guide shoe gibs or guide
rollers will be renewed when necessary to insure smooth and quiet operation. All wire ropes will be renewed as often as
necessary to maintain an adequate factor of safety. Successful bidder will equalize the tension on all hoisting ropes and repair
or replace conductor cables when necessary. All safety devices and governors will be examined periodically, and annual
safety tests will be performed. Accessory equipment (as hall and car buttons, hall lanterns, position indicators, car and hall
register lights, door guides, door hangers), door interlocks, door operating devices and hoistway equipment, car flooring) will
be examined, lubricated, adjusted, repaired and/or replaced when needed.
GROUP B.
COMPLETE MAINTENANCE
1. Contractor agrees to regularly and systematically examine, clean, lubricate, and adjust the vertical transportation equipment
and provide unlimited call-back service during regular working hours and, as conditions warrant, in accordance with accepted
Industry Standards, repair and replace all portions of the equipment included under this contract, including but not limited to
the following:
2.
Elevator machines, including worms, gears, thrust bearings, drive sheaves, drive sheave shaft bearings, brake pulleys, and all
other components and parts of the machine and brake.
3.
Hoist motors, solid-state motor drives, including motor windings, rotating elements, including commutators, brushes, brush
holders and bearings, and all related other components and parts.
4.
Hydraulic elevator pump units, including motor, belts, sheaves or pulleys, valves, seals, mufflers, heating elements, tank,
tank oil, exposed pipes, shut-off valves, and all other components of the pump unit.
5.
Hydraulic elevator plungers, packing and hydraulic system oil, and all piping and connections.
6.
Motor windings shall be treated as needed with proper insulating compound which has been approved by the Motor
Manufacturers.
7.
Controllers, encoders and dispatching equipment, including all relays, solid-state components, resistors, capacitors,
transformers, contacts, leads, timing devices, computer devices, steel encoder tape (or cable) and mechanical and electrical
driving equipment, and all other related components and parts.
8.
Governors, including governor sheave and shaft assemblies, bearings, contacts and governor jaws, and car and counterweight
safeties.
CONTINUED ON SHEET 6
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 6
INVITATION TO BID (CONTINUED)
GROUP B.
COMPLETE MAINTENANCE(CONTINUED)
9. Deflectors, 2:1 and secondary sheaves including bearings, car and counterweight buffers, car and counterweight guide rails
(excluding replacement), top and bottom limit switches, governor tension sheave assembly, compensating sheave assembly,
counterweight guide shoes rollers and liners, inductors, cams, tapes.
10. Hoistway door interlocks, hoistway door hangers, bottom door gibs and door closing devices.
11. Automatic power-operated door operators, including door drive chains, sheaves, belts, car door hangers, car door contacts,
door protective devices, load-weighing equipment, car frames, car safety mechanisms, platforms, and elevator car roller
guides.
12. Where applicable, door operators shall be drained, flushed and refilled annually.
13. Alarm bells, emergency stop switches, emergency car lights and batteries, UPS serving emergency lights.
14. Car and corridor operating stations, car exhaust blower, car and corridor signals and fixtures including lights, dials or readout
indicators, audible signaling devices and car finish floor material.
15. Dumbwaiters, including supports, motors, brakes, cars, operation and control, signaling devices, and car and hoistway door
equipment.
16. Contractor also agrees to drain and flush hoist machine gear cases and bearing oil reservoirs annually and refill with proper
type and grade of oil.
17. Contractor also agrees to keep car tops, pits, hoistways clean and free from dirt, oil, lint, debris and stored items and to
maintain each machine room in clean, neat condition.
18. Contractor shall renew all wire ropes as often as is necessary to maintain an adequate factor of safety, and shall equalize the
tension on all hoisting ropes, maintain all rails free of rust, and repair or replace conductor cables and hoistway and machine
room elevator wiring as conditions may warrant.
19. Contractor also agrees, where appropriate, to shorten all ropes as necessary to provide continued safe operation and maintain
normal traction.
20. Contractor also agrees to maintain two-way communication and elevator monitoring systems in a fully operational condition.
GROUP C.
PERFORMANCE REQUIREMENTS
Contractor agrees to maintain the following minimum performance requirements of the elevators as designed per Schedule C attached:
1. Floor-to-floor times are measured from the time the doors start to close, including a typical one-floor travel and until the
elevator is approximately level with the next successive floor, either up or down, and the doors 3/4 open, per schedule (½
open for side-opening doors).
2.
Door opening times are measured from start of car door open until doors are fully open.
3. Door closing times are measured in seconds from start of door close to doors fully closed and shall be no less than the times
shown (per schedule) or those permitted by the code.
CONTINUED ON SHEET 7
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 7
INVITATION TO BID (CONTINUED)
GROUP C.
PERFORMANCE REQUIREMENTS(CONTINUED)
4. Stopping accuracy shall be measured under all load conditions and be maintained per schedule.
5. Variance from rated speed, regardless of load, shall not exceed ±5% for traction elevators and +10% for hydraulic elevators.
6. To maintain a comfortable ride, the Contractor shall maintain vertical alignment of guide rails to a tolerance of 1/16” in
100’.
7. Shutdowns for emergency minor adjustment call-backs shall be minimized. Verifiable shutdown frequency shall average no
more than one per unit per month (not including shutdowns due to vandalism or misuse of the equipment), based on the
previous 90 days' data.3
8. For groups of 3 or more elevators, the Contractor agrees to check and adjust the dispatching system and make necessary tests
to ensure all circuits and time settings are properly adjusted. Adjustments shall be completed to provide optimum service and
minimize user response time. If required, work shall be completed on overtime at not additional cost to owner.
I. Noise and Vibration Control:
a. Elevator equipment shall be maintained and adjusted to meet the performance requirements specified
herein and maintain a comfortable elevator ride with smooth acceleration, retardation and a soft stop.
Door operation shall be quiet and positive with smooth checking at the extremes of travel.
b.
Measured noise levels in a moving car outside the leveling zone shall not exceed 60 dBa under any
condition. Measured noise levels in the car within the leveling zone or when the car is stopped shall not
exceed 60 dBa.
GROUP D.
SPECIAL CONDITIONS
1. The Contractor shall maintain a preventive maintenance schedule and a work log in the General Services office of each
building. The log shall include all entries for routine maintenance and repairs, including Supervisor's surveys. Entries shall
include date work is completed, Mechanic's or Supervisor's name, brief description of work completed (including number of
elevators serviced) and the approximate time required for the work. Owner may inspect and copy the log and maintenance
schedule at any time.
2. It is the policy of the General Services Department that all persons providing services to Jefferson County facilities shall
provide notification to the Building Maintenance Managers prior to performing any service related task. Building Managers
are designated as Chief of Building Maintenance, Building Maintenance Supervisor, Senior Maintenance Repair Worker and
Hospital Maintenance Superintendent.
3. Inspection fees charged by Local Enforcing Authorities shall be paid by the Owner. Fees for re-inspection due to failure to
eliminate deficiencies covered by this maintenance agreement will be paid at the Contractor's expense.
4. Neither this contract nor any interest therein nor claim there under shall be assigned or transferred by the Contractor except as
expressly authorized in writing by Owner, and no contract shall be made by the Contractor with any other party for
furnishing any of the work or services herein contracted for without the prior written notice of the Owner.
5. Should any unit be shut down for any extended period exceeding 48 continuous hours (except for prescheduled repairs),
the maintenance billing for the elevator shall be suspended until the elevator is back in service. If a rotating element is the
cause of the shut down, 72 hours shall be allowed.
CONTINUED ON SHEET 8
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
6.
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 8
INVITATION TO BID (CONTINUED)
On request of the Owner, the Contractor shall provide and review with the Owner a monthly summary of all call-backs.
The intent of this quarterly summary is to minimize call-backs by keeping the Contractor and Owner aware of call-back
trends.
7. Annually, the Contractor shall provide a written performance report to the Owner verifying performance as outlined in
Paragraph 10.
8. Contractor shall assist with periodic inspection and testing of the firefighters' service in accordance with ASME A17.1 Rule
1002.2f and standby power operation in accordance with ASME A17.1 Rule 1002.2g. If such test are scheduled outside
normal business hours; contractor shall assist at no extra charge to owner.
These provisions shall not be interpreted as requiring the approval of contracts of employment between the Contractor and personnel
assigned for services hereunder.
NOTE: All safety tests required by the ANSI Code-A17.1, NFPA, City of Birmingham or State of Alabama shall be performed when
due, this shall include any tests that require “after hours” testing including but not limited to, assisting other trades conduct required
testing such as fire alarms, shunt trips, etc.(to be performed at no additional charge to the County).
EXTENT OF THE WORK
Contractor shall be responsible for regular, systematic execution of the work items included in this contract as follows:
PERMITS, CODES & REGULATIONS
All equipment, construction, and installation will comply with City, County, State and Federal codes and Regulations. Successful
bidder will obtain and pay for all permits necessary, notify proper authorities for inspections and furnish any certificates required for
the work.
CLEANING
Contractor shall clean equipment at regular intervals sufficient in frequency as to maintain a professional appearance and preserve the
life of the equipment. Contractor shall not be responsible for cleaning any equipment made necessary beyond his reasonable control
or as a result of improper janitorial or building maintenance functions.
PAINTING
Contractor shall paint the equipment as required to maintain a professional appearance, prevent rusting, and preserve the equipment.
Floor in machine room shall be maintained and painted "Deck Gray" as required. All paint shall be suitable for the purpose intended
and shall be high quality. Application of the paint shall, in all circumstances, comply with current ASME and applicable local codes.
LUBRICATION
Contractor shall lubricate the equipment at intervals recommended by the Equipment Manufacturer or as dictated by the use of the
equipment. All lubricants shall be suitable for the purpose intended and shall meet or exceed the minimum requirements specified by
the Manufacturer of the equipment to which the lubricant is applied. (Lubricants, cleaning fluids and all combustible liquids shall be
stored in a metal cabinet in the machine room.)
ADJUSTING
Contractor shall adjust the equipment as necessary when the operation of the equipment varies from its normal or originally designed
performance as a result of normal wear and tear, or when necessary, to preserve the useful life of a part of assembly.
CONTINUED ON SHEET 9
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 9
INVITATION TO BID (CONTINUED)
REPAIRS & REPLACEMENTS
Contractor shall make repair and/or replace all worn, damaged or broken parts or components. Parts shall be replaced when worn
beyond normal adjustment limits. Replacements shall also be made to ensure continued normal operation, extend the useful life of the
elevator or any of its components, or when necessary to continue safe, dependable operation in accordance with A17.1 and A17.2
Code, or to continue performance of the equipment in accordance with original design. When more than one elevator requires repair,
the Owner shall be contacted to establish priorities of accomplishment.
Should it become necessary to perform scheduled repairs or testing on over time due to heavy usage, construction within a building or
any other circumstance detrimental to the elevator service in said building, contractor shall perform the repairs or test on overtime at
no additional charge to the owner.
When, as a result of an examination, corrective action is found to be the responsibility of the Contractor, the Contractor shall proceed
immediately to make (or cause to be made) replacements, repairs, and corrections. When such work is determined not to be the
Contractor's responsibility, a written report signed by the Contractor shall be delivered to the Owner for further action.
In the event that equipment and/or associated parts are replaced or repaired and the contractor asserts claim of expense over and above
base contract agreement, the burden of proof resides with said contractor as to support such claim to owner’s satisfaction before any
invoicing for these services occurs. This agreement must be signed by an owner representative and accompany any such invoice
before any payment for these services will be entertained by owner. Examples of such claims would include but not be limited to:
lightning damage, power surges, high or low ambient temperatures, etc.
In performing the indicated work, Contractor agrees to provide parts used by the Manufacturers of the equipment for replacement or
repair, and to use lubricants obtained from and/or recommended by the Manufacturer of the equipment. Equivalent parts or lubricants
may be used if approved in writing by Owner. Parts requiring repair shall be rebuilt to "As New" condition. No parts or vertical
transportation equipment covered under this contract may be permanently removed from the jobsite without written approval by the
Owner. This does not include renewal parts stocked on the job by Contractor, which shall remain its sole property until installed for
use on the equipment.
EXCLUSIONS
The Contractor shall not be responsible for the following:
A.
Repairs required because of negligence, accident or misuse of the equipment by anyone other than the Contractor,
contractor's employees, subcontractors, servants or agents, or other causes beyond the Contractor's control except ordinary
wear.
B.
Repair or replacement of building items, such as hoistway or machine room walls and floors, car enclosures, hoistway entrance
frames, signal fixture faceplates, cleaning of car interiors and exposed portions of sills.
C.
Main line and auxiliary breakers or disconnect switches, fuses and feeders to control panels.
D.
Underground hydraulic piping and cylinders.
E.
Lamps for car, machine room and pit illumination. However, Contractor agrees to replace machine room and pit lamps if
furnished by Owner.
F.
Smoke and heat sensors and related control equipment.
G.
Standby power generator and associated contacts including wiring to the elevator machine room(s). Contractor will assist as
necessary, at no additional charge, in order for other Crafts or Contractor to perform any required test to all life safety functions
of building systems.
CONTINUED ON SHEET 10
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 10
INVITATION TO BID (CONTINUED)
WIRING DIAGRAMS
Contractor shall maintain Owner's complete set of straight-line wiring diagrams showing "As-Built" conditions with any changes or
modifications to circuits resulting from control modifications, parts replacement or equipment upgrades. The Owner may reproduce
these "As-Built" drawings and retains sole possession of these drawings in event contract is terminated.
Wiring diagrams shall be kept neatly folded and stored (except where mounted on boards) and shall be copied and replaced if their
condition warrants.
MACHINE ROOMS
Contractor shall place and keep in machine room metal spare parts cabinets of suitable size and quantity for the storage of fast wearing
spare parts, solvents, lubricants, and wiring diagrams. No open storage of parts or other items shall be permitted.
A metal can and lid shall also be provided in each machine room for the storage of oily rags.
Machine rooms shall be kept clean and neat at all times, with floors professionally painted and maintained clean and free of dirt,
debris, carbon dust, etc.
CONTRACTOR TO COMPLY WITH LAWS
In the performance of this contract, the Contractor agrees it will abide by all existing laws, codes, rules and regulations set forth by all
appropriate authorities having jurisdiction in the location where the work is to be performed, including, but not limited to, annual noload, slow-speed test of car and counterweight safeties, governors, and buffers and every 5th year, full-load, rated-speed test of
safeties and buffers on cable type elevators; and “routine” and “periodic” tests on hydraulic type elevators as required by A17.1 Code,
Rules 1000 to 1004.
Contractor shall make "routine" and "periodic" tests and maintenance inspections of all equipment as required by current applicable
safety codes for elevators. Written reports of said tests shall be submitted to the Owner and, in the case of running safety tests, prior
notification shall be given so that Owner may witness said test.
Contractor may not be required under this agreement to install new attachments as may be recommended or directed by insurance
companies, federal, state, municipal or other governmental authorities, subsequent to the date of this contract, unless compensated for
such installation.
EMPLOYEES OF CONTRACTOR TO BE SATISFACTORY
Contractor agrees that all work shall be performed by and under the supervision of skilled, experienced, elevator service and repair
persons directly employed and supervised by Contractor. Any and all employees performing work under this contract shall be
satisfactory to Owner.
At the County’s option, bi-monthly inspections will be held with a representative from the elevator company and General Services
personnel. During these inspections, problems will be discussed and/or reviewed, and the elevator company will respond by
correcting any problems within ten (10) working days, and will submit in writing a report showing date problem was reported and
date of repair.
Contractor fails to perform the work required by the terms of this agreement in a diligent and satisfactory manner, within 30 days of
written notice and receipt of a listing of deficient work items by Owner, Owner may, after 10 days' additional written notice to
Contractor, perform or cause to be performed all or any part of the work required hereunder. Contractor agrees that it will reimburse
Owner for any expense incurred therefore, and Owner at his election may deduct the amount from any sum owing Contractor. The
waiver by Owner of a breach of any provision of his agreement by Contractor shall not operate or be construed as a waiver of any
subsequent breach by Contractor.
CONTINUED ON SHEET 11
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 11
INVITATION TO BID (CONTINUED)
A qualified Elevator Consultant acceptable to both parties may be retained by Owner to mediate any disputes.
Each location will show a minimum number of hours that must be spent on maintenance each month. Serviceman must sign in and
out at each location in order for maintenance calls to be documented and payment made for that month. County will deduct from
monthly invoices if minimum hours have not been documented.
Note: All calls must be documented with “in” and “out” times. This includes regular maintenance calls and all requested
service calls. Invoices must contain copies of all maintenance and service call response times.
All elevators will be tested in accordance with the American National Standard Safety Code for Elevators, Dumbwaiters,
Escalators and Moving Walks, ANSI-1978. The tests will be done in the presence of the owner’s authorized representatives and/or
enforcing authority. The Director of General Services, or his authorized representative, will be notified in writing of the
impending tests fourteen (14) days in advance. All required test will be performed during period of contract at no additional costs
to owner. Any repairs required as a result of such tests will be considered as part of the contractor’s maintenance.
Failure of any contractor to perform maintenance and service according to the conditions included herein; or, to the
satisfaction of the County Commission, will constitute sufficient grounds for the cancellation of the contract based on 30 days
notice in writing by the County Commission or its agent.
TERMINATION OF CONTRACT
This contract may be terminated by the County with a thirty (30) day written notice to the other party regardless of reason. Any
violation of this agreement shall constitute a breach and default of this agreement. Upon such breach, the County shall have the right
to immediately terminate the contract and withhold further payments. Such termination shall not relieve the contractor of any liability
to the County for damages sustained by virtue of a breach by the contractor.
TAX
Jefferson County is exempt from all tax. Provided however, bidder shall be responsible for payment of all sales, use, lease, ad
valorem and any other tax that may be levied or assessed by reason of this transaction.
If mutually agreed upon, additional contracts may be executed, based upon this bid for the same item(s) or related types and/or sizes.
The County reserves the right to add or delete items as needed.
INVOICING
All invoices must agree with the purchase order in description and price and include the following information: 1) Purchase Order
Number; 2) Ship-to Department name and address.
In order to ensure prompt payment, ALL ORIGINAL INVOICES must be sent to:
Jefferson County Commission
Finance Department
Room 820 Courthouse
716 Richard Arrington Jr. Blvd, North
Birmingham, AL 35203
CONTINUED ON SHEET 12
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 12
INVITATION TO BID (CONTINUED)
INVOICING(CONTINUED)
A copy of the invoices MUST be sent to the user department(s).
General Services
Environmental Service
Attn: Brenda Watkins
Attn: Daniel White
Administrative Services Manager
Deputy Director
716 Richard Arrington Jr. Blvd. No
716 Richard Arrington Jr. Blvd. No, Ste. A-300
Birmingham, AL 35203-0009
Birmingham, AL 35203-0009
*If invoice does not agree with purchase order, credits or a corrected invoice will be required in order for the County to
process payment.
THIRD-PARTY “REMIT-TO”
If Bidder has a third-party “remit-to” company, that information must appear on the Bidder’s response. Jefferson County will send
payment to the company designated by Bidder on its response, but will not be responsible for resolving payment issues, should the
Bidder change payment processing companies after a payment has been mailed or without 45-day written notification to the
Purchasing and Accounting division of Jefferson County.
AWARD OF CONTRACT
The award will be made by groups. Contract will be awarded to the lowest responsible bidder who meets all bid specifications.
ADDITIONAL PURCHASES
If mutually agreed upon within twelve (12) months from bid opening date, this bid may be used as the basis for additional purchases.
The County reserves the right to add or delete units as needed.
Quantities shown are estimates, and are not a guarantee to buy in the amount shown.
PRICES
Any contract or contracts entered into as a result of this Invitation will be for the period or periods shown. Prices will be guaranteed
against increase for each contract period. In case of reduction of the contractor’s prices during the contract period, the County will
receive the benefit of the reduced prices on the undelivered portion of the contract. Purchase orders will be issued for each item, and
invoices are to be rendered on the first of each month to cover services for the preceding month.
NON- DISCRIMINATION POLICY
The Jefferson County Commission is strongly committed to equal opportunity in solicitation of ITB’s and ITB’s. The County
encourages bidders and proposers to share this commitment. Each bidder submitting a bid agrees not to refuse to hire, discharge,
promote, demote, or to otherwise discriminate against any person otherwise qualified solely because of race, creed, sex, national
origin or disability.
PARTS AND SERVICE
Only Original Equipment Parts or pre-approved equal will be used. A local parts and service facility considered adequate by the
County will be required.
Warehouse stock located in or near Jefferson County will be a requirement.
Successful Bidder must show evidence that the following supply parts to be stocked in Birmingham or available on short notice will
include, but not be limited to: machine, motor, generator, and controller parts including worms, gears, thrusts, bearings, commutators,
and rotating elements. Coils, contacts, resistors, magnet frames, drive belts, and other critical mechanical and electrical parts shall be
stocked in the machine room for such elevator.
CONTINUED ON SHEET 13
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 13
INVITATION TO BID (CONTINUED)
EXAMINATION OF SITE
All bidders are expected to visit the site of the work to ascertain existing conditions. Failure to do so will in no way relieve the
successful bidder from the necessity of furnishing all materials and equipment, and performing all work required for completion of the
contract.
If any equipment is found within 30 days following expiration of a contract period, (November to November) which has not been
properly maintained by the contractor for the previous contract period, equipment must be repaired by the contractor for the previous
period AT NO ADDITIONAL COST TO THE COUNTY. Repairs will be made within ten (10) days following notification.
NEGOTIATIONS
Jefferson County reserves the right to enter into contract negotiations with the selected bidder. If the County and the selected bidder
cannot negotiate a successful contract, the County may terminate negotiations and begin negotiation with the next selected bidder.
This process will continue until a contract has been executed or all bids have been rejected. No bidder shall have any rights against
the County arising from such negotiations.
PUBLIC DISCLOSURE
Subject to applicable law or regulations, the content of each Bidder’s Bid shall become public information upon the effective date of
any resulting contract.
GENERAL
The Jefferson County Commission expressly reserves the right to reject any or all bids, or parts of bids, and to make the award or
awards as the best interest of the County appears.
GOVERNING LAW/DISPUTE RESOLUTION
The parties agree that this contract is made and entered into in Jefferson County, Alabama and that all services, materials and
equipment to be rendered pursuant to said Agreement are to be delivered in Jefferson County, Alabama. The interpretation and
enforcement of this Agreement will be governed by the laws of the State of Alabama, without giving effect to the conflict of laws
rules thereof. The parties agree that jurisdiction and venue over all disputes arising under this Agreement shall be in the Circuit Court
of Jefferson County Alabama, Birmingham Division.
HOLD HARMLESS AND INDEMNIFICATION
Contracting party agrees to indemnify, hold harmless and defend Jefferson County, Alabama, its elected officers and employees
(hereinafter referred to in this paragraph collectively as “County”), from and against any and all loss expense or damage, including
court cost and attorney’s fees, for liability claimed against or imposed upon County because of bodily injury, death or property
damage, real or personal, including loss of use thereof arising out of or as a consequence of the breach of any duty or obligations of
the contracting party included in this agreement, negligent acts, errors or omissions, including engineering and/or professional error,
fault, mistake or negligence of Integrator, its employees, agents, representatives, or subcontractors, their employees, agents or
representatives in connections with or incident to the performance of this agreement, or arising out of Worker’s Compensation claims,
Unemployment Compensation claims, or Unemployment Disability compensation claims of employees of company and/or its
subcontractors or claims under similar such laws or obligations. Company obligation under this Section shall not extend to any
liability caused by the sole negligence of the County, or its employees. Before beginning work, contract party shall file with the
County a certificate from his insurer showing the amounts of insurance carried and the risk covered thereby. Liability insurance
coverage must be no less than $1,000,000. During performance the company must effect and maintain insurance from a company
licensed to do business in the State of Alabama. Coverage required includes 1) Comprehensive General Liability; 2) Comprehensive
Automobile Liability; 3) Worker’s Compensation and Employer’s Liability.
CONTINUED ON SHEET 14
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 14
INVITATION TO BID (CONTINUED)
PROTECTION /DAMAGE
Contractor shall be responsible for any damage to property of the County or others caused by him, his employees or sub-contractors,
and will replace and make good such damage. The contractor will maintain adequate protection to prevent damage to his work and
property of others, and take all necessary precautions for the safety of his employees and others. The contractor will comply with all
safety laws and regulations in effect in the locality.
BID BOND
Each bidder will furnish a bid bond for five percent (5%) of bid, and hereby agrees that in case of failure to execute a contract and
furnish a performance bond within ten (10) days of notice of award, the Jefferson County Commission will be paid by his bonding
company the difference between the amount of the low bid as submitted, and the amount of the proposal of the next higher bid, or if
no other bid received, the full amount of the proposal guaranty will be recovered as liquidated damages for such default.
PERFORMANCE BOND
Successful bidder will furnish a surety bond in the amount of the contract at no cost to the County to guarantee that all condition and
specifications for this Invitation and the Bid thereon will be fulfilled. Bond will be extended one month beyond contract period. Any
equipment found within one month following expiration of contract period, which has not been properly maintained due to
contractor’s fault, will be corrected by the contractor for the previous contract period at no additional cost to the County. Bond will be
furnished to the Purchasing Manager not later than ten (10) days after purchase order date.
MAINTENANCE/SERVICE CONTRACT GUARANTEE
If any equipment is found within thirty (30) days following expiration of the contract period, which has not been properly maintained
by the contractor for the previous period, equipment must be repaired by the contractor for the previous period at no additional charge
to the County. Repairs will be made within ten (10) days following notification.
INSURANCE COVERAGE
1.
Contractor shall maintain such insurance as will protect him and the County from claim under Workmen’s Compensation Acts,
and from claims for damage and/or personal injury, including death, which may arise from operations under this contract.
Insurance will be written by companies authorized to do business in Jefferson County, Alabama. Evidence of insurance will be
furnished to the Purchasing Agent not later than 14 days after Purchase Order date.
2.
Contractor shall secure and keep in force during the life of this agreement at his sole cost and expense the following insurance
policies (or the equivalent thereof) in companies acceptable to Owner:
A. COMMERCIAL GENERAL AND AUTOMOBILE LIABILITY
Contractor shall maintain a policy of property damage and public liability insurance, including automobile coverage which shall
protect the Owner against any liability imposed by law for damages, for injury to property or for bodily injuries, including death,
suffered or claimed to have been suffered by reason of any direct negligent act or omission of any employee, servant or agent of the
Contractor to the extent of such negligence.
CONTINUED ON SHEET 15
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 15
INVITATION TO BID (CONTINUED)
INSURANCE COVERAGE (CONTINUED)
The Contractor shall provide and maintain until the work covered in this contract is completed and accepted by the Owner,
the minimum insurance coverage as follows:
TYPE OF COVERAGE
LIMITS OF LIABILITY
WORKMEN'S COMPENSATION
AND EMPLOYER'S LIABILITY
STATUTORY LIMITS
$500,000
COMMERCIAL GENERAL LIABILITY
$5,000,000 GENERAL AGGREGATE;
$1,000,000 EACH OCCURRENCE
AUTOMOBILE LIABILITY OWNED, NONOWNED,
AND HIRED AUTOMOBILES
$1,000,000 COMBINED SINGLE LIMIT
EXCESS LIABILITY
$4,000,000 AGGREGATE;
$1,000,000 EACH OCCURRENCE
Contractor shall file with Owner a Certificate of Insurance from his Insurance Company, stating that such insurance is being carried
and that Owner will be named as an additional insured and owner shall be notified at least 30 days prior to any cancellation.
B. WORKMEN'S COMPENSATION INSURANCE
Contractor shall maintain statutory worker's compensation insurance for the protection of the contractor and contractor's employees.
Nothing in this agreement shall be construed to mean that Contractor assumes any liability on account of accidents to persons or
property except those directly due to negligent or intentional acts or omissions of Contractor, its employees, subcontractors, servants
or agents. Contractor shall not be held responsible or liable for any loss or damage due to any cause beyond its control, including, but
not limited to, acts of government, strikes, lockouts, fire, explosion, theft, floods, riot, civil commotion, war, malicious mischief or act
of God, nor in any event for consequential damages. Dates for the performance or completion of any ongoing maintenance or
corrective action required by Item 2, Paragraph A, shall be extended by such length of time as may be reasonably necessary to
compensate for the delay.
Contractor shall indemnify and save harmless the Owner and its employees, subcontractors, servants or agents against any and all
claims, causes of actions and cost, including reasonable attorney's fees resulting from Contractor's work under this agreement.
Before commencing work, Contractor shall furnish Owner with one copy of certificate of all said policies, including an endorsement
which states that such insurance will not be canceled or materially changed until Owner shall have been given 10 days' notice in
writing of the intention of said insurer to so cancel or change any such policy.
_Carmen Jones
Principal Buyer
CONTINUED ON SHEET 16
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 16
BID
(Bidder must use this form. Fill in all spaces.)
State approximate number of elevators manufactured by the same company as items being bid, which your company currently services
under warranty or service contract in Jefferson County:
1. Dover
_______
2. Otis
_______
3. F.S. Payne _______
4. Westinghouse /Schindler
5. Montgomery/Kone
6. Bagby
_______
_______
_______
State number of repairmen (minimum of 2) which you employ full time in Jefferson County, who are factory trained by the
manufacturer of the equipment on which service is being requested:
1. Dover
_______
2. Otis
_______
3. F.S. Payne _______
4. Westinghouse /Schindler
5. Montgomery/Kone
6. Bagby
_______
_______
_______
State total number of repairmen (minimum of 2) which you employ full time in Jefferson County, who have been trained at a 2 year
technical school on the equipment on which service is being requested:
1. Dover
_______
2. Otis
_______
3. F.S. Payne _______
4. Westinghouse /Schindler
5. Montgomery/Kone
6. Bagby
_______
_______
_______
State current book value of your local stock of O.E.M. parts for equipment on which service is being requested (Note: At County’s
option, local stock will be made available for inspection by General Service’s personnel):
1. Dover
_______
2. Otis
_______
3. F.S. Payne _______
4. Westinghouse /Schindler
5. Montgomery/Kone
6. Bagby
_______
_______
_______
State number of years your company, under present name and ownership, has been in the business of servicing equipment bid
(minimum of 5 years are required):
1. Dover
_______
2. Otis
_______
3. F.S. Payne _______
4. Westinghouse /Schindler
5. Montgomery/Kone
6. Bagby
_______
_______
_______
BID AWARD WILL BE MADE BY GROUPS
NAME OF YOUR COMPANY___________________________________________________________
CONTINUED ON SHEET 17
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 17
BID(CONTINUED)
NOTE
After hours calls should be based on approximately 30 calls total (all locations) approximately 2 hours per call. Routine maintenance
must be documented to the satisfaction of General Services or using department.
Deductions will be assessed to monthly invoices when documentation is not furnished by contractor. Deduction will be
determined by each contractor's documented hourly rate.
**NOTE: ALL BIDDERS MUST FILL IN HOURLY RATE OR BID MAY BE REJECTED AS NON-RESPONSIVE.
*******GENERAL SERVICE ELEVATORS*******
GROUP I
BIRMINGHAM COURTHOUSE/PARKING DECK/NORTH ANNEX: 716 NORTH 21st STREET
COURTHOUSE
A minimum 20 hours documented routine maintenance is required per month or a deduction of $__________per hour** will be taken
from the monthly invoice.
A.
Otis/Montgomery/Kone Elevators:
6-Passenger (Traction)
1-Freight (Traction)
1-Passenger (Hydraulic)
Complete maintenance and services (parts, labor and oils)............................$________________
PARKING DECK
A minimum 6 hours documented routine maintenance is required per month or a deduction of $__________per hour** will be taken
from the monthly invoice.
B.
Otis elevators/Montgomery/Kone Elevators:
2-Passenger (Traction)
1-Freight (Hydraulic)
Complete maintenance and services (parts, labor and oils)………. $_________________
NAME OF YOUR COMPANY___________________________________________________________
CONTINUED ON SHEET 18
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 18
BID (CONTINUED
GROUP I(CONTINUED)
NORTH ANNEX
A minimum 10 hours documented routine maintenance is required per month or a deduction of $__________per hour** will be
taken from the monthly invoice.
C.
Westinghouse Elevators
4-Passenger (Traction)
1-Freight (Hydraulic)
Complete maintenance and service (parts, labor and oils)…......$_________________
GRAND TOTAL GROUP 1 ITEMS A, B and C $____________per month
**Hourly rate 8:00am to 5:00 pm (M-F)
$____per hour
Rate for night calls after 5:00pm until 8:00am:
$____per hour
Rate for weekend calls:
$____per hour
Rate for holiday calls:
$____per hour
GROUP II
PUBLIC SAFETY CENTER/BIRMINGHAM: 809 NORTH 21st STREET
A minimum 20 hours documented routine maintenance is required per month or a deduction of $__________per hour** will be taken
from the monthly invoice.
DOVER ELEVATORS
5-Passenger (Traction)
Complete maintenance and service (parts, labor and oils)..............................$________per month
**Hourly rate 8:00am to 5:00 pm (M-F)
$____per hour
Rate for night calls after 5:00pm until 8:00am:
$____per hour
Rate for weekend calls:
$____per hour
Rate for holiday calls:
$____per hour
NAME OF YOUR COMPANY___________________________________________________
CONTINUED ON SHEET 19
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 19
BID(CONTINUED)
GROUP II(CONTINUED)
CRIMINAL COURTS BUILDING: 801 NORTH 21st STREET
A minimum 16 hours documented routine maintenance is required per month or a deduction of $__________per hour** will be taken
from the monthly invoice.
Westinghouse Elevators:
2-Traction Passenger Elevators (2500 lb. capacity)
4-Traction Passenger Elevators (4500 lb. capacity)
Complete maintenance and service (parts, labor and oils)......................$________per month
**Hourly rate 8:00am to 5:00 pm (M-F)
$____per hour
Rate for night calls after 5:00pm until 8:00am:
$____per hour
Rate for weekend calls:
$____per hour
Rate for holiday calls:
$____per hour
GRAND TOTAL GROUP II $____________per month
GROUP III
PUBLIC SAFETY CENTER/BESSEMER: 1826 SECOND AVENUE NORTH/BESSEMER
A minimum 10 hours documented routine maintenance is required per month or a deduction of $__________per hour** will be taken
from the monthly invoice.
Westinghouse Elevators:
1-Hydraulic Passenger (2500 lb. capacity)
2-Hydraulic Passenger (4500 lb. capacity)
Complete maintenance and services (parts, labor and oils) ..........................$____________per month
**Hourly rate 8:00am to 5:00 pm (M-F)
$____per hour
Rate for night calls after 5:00pm until 8:00am:
$____per hour
Rate for weekend calls:
$____per hour
Rate for holiday calls:
$____per hour
NAME OF YOUR COMPANY___________________________________________________________
CONTINUED ON SHEET 20
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 20
BID (CONTINUED)
GROUP III(CONTINUED)
BESSEMER COURTHOUSE AND ANNEX: 1803 THIRD AVENUE NORTH BESSEMER
A. Bessemer Courthouse
A minimum 10 hours documented routine maintenance is required per month or a deduction of $__________per hour** will be taken
from the monthly invoice.
Otis Elevator
1 – Freight (Traction) (Old Jail)
Schindler Elevator
1 – Passenger (Hydraulic)
Complete maintenance and services (parts, labor and oils)........................$__________per month
B. Bessemer Courthouse Annex
A (minimum 10 hours documented routine maintenance is required per month or a deduction of $__________per hour** will be
deducted from monthly invoice.
Dover Elevators
2 – Passenger (Traction)
1 - Passenger (Hydraulic) (Jail)
Complete maintenance and service (parts, labor and oils)..........................$________ per month
C. Bessemer Justice Center
A minimum 12 hours documented routine maintenance is required per month of a deduction of $__________per hour** will be taken
from the monthly invoice.
Mowrey
5 – Passenger (Hydraulic)
Complete maintenance and services (parts, labor and oils) ..........................$____________per month
**Hourly rate 8:00am to 5:00 pm (M-F)
$____per hour
Rate for night calls after 5:00pm until 8:00am:
$____per hour
Rate for weekend calls:
$____per hour
Rate for holiday calls:
$____per hour
GRAND TOTAL FOR GROUP III...........................................$__________PER MONTH
NAME OF YOUR COMPANY___________________________________________________________
CONTINUED ON SHEET 21
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 21
BID (CONTINUED)
GROUP IV
COUNTY HOME: 200 NORTH PINEHILL ROAD
A. Otis Elevators (minimum 3 hours documented routine maintenance is required per month of $__________per hour** will be
deducted from the monthly invoice.
1 - Freight
Complete maintenance and service (parts, labor and oils)............................$________ per month
B. MCE (minimum 6 hours documented routine maintenance is required per month) or $__________per hour** will be
deducted from the monthly invoice.
1 – Passenger Traction
1 – Passenger Hydraulic
Complete maintenance and service (parts, labor and oils)..................$________ per month
C. F.S. Payne Elevator (minimum 3 hours documented routine maintenance required per month) or $__________per hour**
will be deducted from monthly the invoice.
Complete maintenance and service (parts, labor and oils)...................$________ per month
GRAND TOTAL FOR GROUP IV…............................................$__________PER MONTH
**Hourly rate 8:00am to 5:00 pm (M-F)
$____per hour
Rate for night calls after 5:00pm until 8:00am:
$____per hour
Rate for weekend calls:
$____per hour
Rate for holiday calls:
$____per hour
NAME OF YOUR COMPANY___________________________________________________________
CONTINUED ON SHEET 22
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 22
BID (CONTINUED)
GROUP V
FAMILY COURT: 120 SECOND COURT NORTH
A minimum 15 hours documented routine maintenance is required per month or a deduction of $__________per hour** will be taken
from the monthly invoice.
SCHINDLER ELEVATOR:
5-Passenger (Hydraulic)
Complete maintenance and services (parts, labor and oils)....................$____________per month
**Hourly rate 8:00am to 5:00 pm (M-F)
$____per hour
Rate for night calls after 5:00pm until 8:00am:
$____per hour
Rate for weekend calls:
$____per hour
Rate for holiday calls:
$____per hour
GRAND TOTAL FOR GROUP V...........................................$__________PER MONTH
GROUP VI
COOPER GREEN HOSPITAL AND PARKING DECK: 1515 SIXTH AVENUE SOUTH
A minimum of 60 hours documented routine maintenance for all equipment is required per month or a deduction of $__________per
hour** will be taken from the monthly invoice.
DOVER ELEVATORS:
5-Passenger (Traction) (NOTE: 24-hours service is required on #8 passenger)
4-Service (Traction)
1-Freight (hydraulic)
3-Dumbwaiters (NOTE: 24-hours service is required on Pharmacy dumbwaiter)
2-Passenger (Hydraulic) (parking deck)
Complete maintenance and service (parts, labor and oils)...................$_____________per month
**Hourly rate 8:00am to 5:00 pm (M-F)
$____per hour
Rate for night calls after 5:00pm until 8:00am:
$____per hour
Rate for weekend calls:
$____per hour
Rate for holiday calls:
$____per hour
NAME OF YOUR COMPANY___________________________________________________________
CONTINUED ON SHEET 23
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 23
BID (CONTINUED)
GROUP VI(CONTINUED)
METRO HEALTH CENTER WEST: 2101 DANIEL PAYNE DRIVE B’HAM ALABAMA
A minimum of 10 hours documented routine maintenance for all equipment is required per month or a deduction of $__________per
hour** will be taken from the monthly invoice.
1-Passenger Hydro Otis Elevator
Complete maintenance and service (parts, labor and oils)...................$_____________per month
**Hourly rate 8:00am to 5:00 pm (M-F)
$____per hour
Rate for night calls after 5:00pm until 8:00am:
$____per hour
Rate for weekend calls:
$____per hour
Rate for holiday calls:
$____per hour
GRAND TOTAL FOR GROUP VI...........................................$__________PER MONTH
GROUP VII
DOMESTIC RELATIONS COURT
A minimum of 15 hours documented routine maintenance for all equipment is required per month or a deduction of $__________per
hour** will be taken from the monthly invoice.
A. SCHINDLER ELEVATORS
4 – PASSENGER ELEVATORS (Hydraulic)
Complete maintenance and service (parts, labor and oils)...................$_____________per month
**Hourly rate 8:00am to 5:00 pm (M-F)
$____per hour
Rate for night calls after 5:00pm until 8:00am:
$____per hour
Rate for weekend calls:
$____per hour
Rate for holiday calls:
$____per hour
NAME OF YOUR COMPANY___________________________________________________________
CONTINUED ON SHEET 24
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 24
BID(CONTINUED)
GROUP VII(CONTINUED)
2121 BUILDING
A minimum of 15 hours documented routine maintenance for all equipment is required per month or a deduction of $__________per
hour** will be taken from the monthly invoice.
B. 4 – (Otis) Traction Elevators
Complete maintenance and service (parts, labor and oils)...................$_____________per month
**Hourly rate 8:00am to 5:00 pm (M-F)
$____per hour
Rate for night calls after 5:00pm until 8:00am:
$____per hour
Rate for weekend calls:
$____per hour
Rate for holiday calls:
$____per hour
TOM GLOOR BUILDING
A minimum of 3 hours documented routine maintenance for all equipment is required per month or a deduction of $__________per
hour** will be taken from the monthly invoice.
C. 1 – Schindler Hydro Elevator
Complete maintenance and service (parts, labor and oils)...................$_____________per month
**Hourly rate 8:00am to 5:00 pm (M-F)
$____per hour
Rate for night calls after 5:00pm until 8:00am:
$____per hour
Rate for weekend calls:
$____per hour
Rate for holiday calls:
$____per hour
NAME OF YOUR COMPANY___________________________________________________________
CONTINUED ON SHEET 25
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 25
BID (CONTINUED)
GROUP VII(CONTINUED)
OFFICE OF SENIOR CITIZEN SERVICES: 2501 HIGHLAND AVENUE SOUTH
A minimum of 4 hours documented routine maintenance for all equipment is required per month or a deduction of $__________per
hour** will be taken from the monthly invoice.
U. S. ELEVATOR
1-Passenger (Hydraulic)
Complete maintenance and service (parts, labor and oils)....................$_____________per month
**Hourly rate 8:00am to 5:00 pm (M-F)
$____per hour
Rate for night calls after 5:00pm until 8:00am:
$____per hour
Rate for weekend calls:
$____per hour
Rate for holiday calls:
$____per hour
GRAND TOTAL FOR GROUP VII...........................................$__________PER MONTH
*******ENVIRONMENTAL SERVICE ELEVATORS******
GROUP VIII
TRUSSVILLE WWTP: 325 CITY HALL DRIVE
A minimum of 4 hours documented routine maintenance for all equipment is required per month or a deduction of $__________per
hour** will be taken from the monthly invoice.
EMR ELEVATOR
1-Passenger (Hydraulic)
Complete maintenance and service (parts, labor and oils)...................$_____________per month
**Hourly rate 8:00am to 5:00 pm (M-F)
$____per hour
Rate for night calls after 5:00pm until 8:00am:
$____per hour
Rate for weekend calls:
$____per hour
Rate for holiday calls:
$____per hour
GRAND TOTAL FOR GROUP VIII...........................................$__________PER MONTH
NAME OF YOUR COMPANY___________________________________________________________
CONTINUED ON SHEET 26
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 26
BID (CONTINUED)
GROUP IX
CAHABA RIVER WWTP: 3900 VEONA DANIELS ROAD HOOVER, ALABAMA
A minimum of 10 hours documented routine maintenance for all equipment is required per month or a deduction of $__________per
hour** will be taken from the monthly invoice.
1 – Passenger – Schindler – hydraulic – smoothing pump station
1 – Passenger – Bagby Elevator Co. – Electric – Influent PS
1 – Freight – Bagby Elevator Co. – Electric – Influent PS
Complete maintenance and service (parts, labor and oils)...................$_____________per month
**Hourly rate 8:00am to 5:00 pm (M-F)
$____per hour
Rate for night calls after 5:00pm until 8:00am:
$____per hour
Rate for weekend calls:
$____per hour
Rate for holiday calls:
$____per hour
GRAND TOTAL FOR GROUP IX...........................................$__________PER MONTH
GROUP X
SHADES VALLEY COMPLEX: 1290 OAK GROVE RD B’HAM, ALABAMA
A minimum of 10 hours documented routine maintenance for all equipment is required per month or a deduction of $__________per
hour** will be taken from the monthly invoice.
OTIS ELEVATOR
3-Passenger (Hydraulic)
Complete maintenance and service (parts, labor and oils)...................$_____________per month
**Hourly rate 8:00am to 5:00 pm (M-F)
$____per hour
Rate for night calls after 5:00pm until 8:00am:
$____per hour
Rate for weekend calls:
$____per hour
Rate for holiday calls:
$____per hour
NAME OF YOUR COMPANY___________________________________________________________
CONTINUED ON SHEET 27
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 27
BID(CONTINUED)
GROUP X(CONTINUED)
MINOR PARKWAY PUMP STATION: 2715 DOCENA CUT-OFF ROAD B’HAM, ALABAMA
A minimum of 3 hours documented routine maintenance for all equipment is required per month or a deduction of $__________per
hour** will be taken from the monthly invoice.
1 – Champion Rack & Pinion Elevator
Complete maintenance and service (parts, labor and oils)...................$_____________per month
**Hourly rate 8:00am to 5:00 pm (M-F)
$____per hour
Rate for night calls after 5:00pm until 8:00am:
$____per hour
Rate for weekend calls:
$____per hour
Rate for holiday calls:
$____per hour
GRAND TOTAL FOR GROUP X...........................................$__________PER MONTH
GROUP XI
VALLEY CREEK WWTP: 3923 CLEAR WATER DRIVE BESSEMER, ALABAMA
A minimum of 10 hours documented routine maintenance for all equipment is required per month or a deduction of $__________per
hour** will be taken from the monthly invoice.
THYSSEN ELEVATOR
1-Passenger (Hydraulic)
1-Passenger Traction
1-Giant Lift Hydro Freight Elevator
1-Passenger Otis Elevator
Complete maintenance and service (parts, labor and oils)...................$_____________per month
**Hourly rate 8:00am to 5:00 pm (M-F)
$____per hour
Rate for night calls after 5:00pm until 8:00am:
$____per hour
Rate for weekend calls:
$____per hour
Rate for holiday calls:
$____per hour
NAME OF YOUR COMPANY___________________________________________________________
CONTINUED ON SHEET 28
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 *716 RICHARD ARRINGTON JR BLVD NO
BIRMINGHAM, ALABAMA 35203
(205) 325-5381
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 28
BID (CONTINUED)
GROUP XI
VILLAGE CREEK WWTP:
1440 PLEASANT HILL ROAD BIRMINGHAM, ALABAMA
A minimum of 10 hours documented routine maintenance for all equipment is required per month or a deduction of $__________per
hour** will be taken from the monthly invoice.
SCHINDLER ELEVATOR
2-Passenger (Roped Hydraulic)
1-Passenger Traction
1-Passenger Hydro Otis
1-Dumb Waiter
Complete maintenance and service (parts, labor and oils)...................$_____________per month
**Hourly rate 8:00am to 5:00 pm (M-F)
$____per hour
Rate for night calls after 5:00pm until 8:00am:
$____per hour
Rate for weekend calls:
$____per hour
Rate for holiday calls:
$____per hour
GRAND TOTAL FOR GROUP XI...........................................$__________PER MONTH
All provisions of this Invitation are accepted by bidder as part of any contract or purchase resulting therefrom.
Bidder must submit a copy of their Jefferson County business license within 7 days of receipt of notice of intent to award.
Failure to submit the requested information will result in the notice of intent to award being revoked.
MAXIMUM DISCOUNT FOR GROUPS I THROUGH XII:
Guaranteed maximum discount available if contract is renewed for 2 nd year ________________%
Guaranteed maximum discount available if contract is renewed for 3rd year ________________%
NAME OF YOUR COMPANY___________________________________________________________
CONTINUED ON SHEET 29
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NORTH
BIRMINGHAM, AL 35203
(205) 214-8583
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 29
JEFFERSON COUNTY, ALABAMA
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION FORM
Contractor/Vendor Name: ________________________________________________________
Address:
______________________________________________________________
_______________________________________________________________
The Contractor acknowledges receipt of Jefferson County’s Equal Employment Opportunity Contractor Compliance
Administrative Order and certifies that it is an equal opportunity employer and agrees to the requirements of the Policy and the Equal
Employment Opportunity Clause therein. It further certifies that it will require all subcontractors to execute an Equal Employment
Opportunity statement and certification of compliance in accordance with Jefferson County Administrative Order 08-4 as follows:
1.
The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex,
national origin, age, disability or veteran status pursuant to the provisions of Title VII of the Civil Rights Act of 1964, 42 U.S.C. §§
1981, 1983, 1986 and all amendments thereto relative to discriminatory employment practices. The Contractor will ensure that qualified
applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, national
origin, age, disability or veteran status. Such action shall include, but not be limited to the following: employment, promotion,
demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship.
2.
In the event of the Contractor’s non-compliance with the equal employment opportunity clause of this contract, this contract
may not be awarded or may be cancelled, terminated or suspended in whole or in part and the Contractor may be declared ineligible
for further County contracts.
3.
The Contractor will include the provisions of paragraph (1) in every subcontract or purchase order.
4.
The Contractor shall certify to the County its compliance with this policy prior to receipt of any contract or business with the
County.
The Contractor will furnish to the County, upon request, reports, notices, policies and/or information certifying compliance with this
policy.
In the event of the Contractor’s non-compliance with the equal employment opportunity clause of this contract, this contract may not
be awarded or may be cancelled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further
County contracts.
______________________________
Date
__________________________________________
Signature
__________________________________________
Title
CONTINUED ON SHEET 30
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NORTH
BIRMINGHAM, AL 35203
(205) 214-8583
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 30
NON-COLLUSION AFFIDAVIT
I, ___________________________________________________, an authorized agent/representative of
____________________________________________ attest that the Invitation to Bid is not made in the interest of, or on
Behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Invitation to
Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other
Bidder to put in a false or sham ITB, and has not directly or indirectly colluded, conspired, connived, or agreed with any
Bidder or anyone else to put in a sham ITB, or that anyone shall refrain from proposing; that the Bidder has not in any
manner, directly or indirectly sought by agreement, communication or conference with anyone to fix the ITB of the
Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the ITB price or of that of any Bidder, or to
secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all
statements contained in the ITB are true; and further, that the Bidder has not, directly or indirectly, submitted his/her ITB
price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will
not pay any fee to any corporation, partnership, company, association, organization, ITB depository, or to any member or
agent thereof, to effectuate a collusive or sham ITB.
I, the undersigned, hereby certify that I have read and understand this Non-Collusion Affidavit and guarantee
complete compliance with all the terms, conditions and stipulations.
Subscribed and Sworn to
Before me this ________ day
of ___________ 20____.
BY _______________________________________
Authorized Signature of Bidder
Date
_______________________________________
Print or Type Name of Bidder
___________________________________
Notary Public of
My Commission expires
CONTINUED ON SHEET 31
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NORTH
BIRMINGHAM, AL 35203
(205) 214-8583
PRINCIPAL BUYER: CARMEN JONES
AUGUST 26, 2010
ITB NO: 138-10
SHEET NO: 31
SIGNATURE PAGE
The Jefferson County Commission, or its Agent, shall have the right to waive any informality or irregularity. Under certain limited
conditions, the Purchasing Department may apply a local preference option in determining the low bid for purchases of personal
property.
All provisions of this Invitation are accepted by bidder as part of any contract or purchase resulting therefrom.
Please specify terms of payment below; otherwise, the terms will be Net 30.
Date: _______Company Name: ____________________________ Web Address: _______________________________
Terms: _______Address:_______________________________________City:___________________________________
County: __________________State: _________ Zip: _______________ Phone: (______) ________________________
If Jefferson County Business Licenses were issued to your company for the past twelve (12) months, please list numbers:
_____________________________________________
Vendor's Federal I.D. Number: ___________________________________
I certify that _________________________________ has ____ has not ____ been in operation for one
(Company Name)
(Check one)
year at location(s) zoned for the type of business conducted by my company at the address stated above.
______________________________
(Authorized Signature)
______________________________
(Print Name)
______________________________
(E-Mail Address)
Toll Free Phone: _____________________________Fax Number: ____________________________
Return original bid in sealed envelope. Authorized signature of bidder must be in ink.
Bids received in our office after the specified date and hour will not be considered.
INDICATE THE FOLLOWING ADDRESSES IF DIFFERENT FROM ABOVE:
1. BID AWARD NOTICE ADDRESS
2. PURCHASE ORDER ADDRESS
3. REMITTANCE ADDRESS (AND NAME IF DIFFERENT THAN ABOVE)
Download