JEFFERSON COUNTY COMMISSION

advertisement
JEFFERSON COUNTY COMMISSION
PURCHASING DIVISION
ROOM 830 COURTHOUSE
BIRMINGHAM, ALABAMA 35203-0009
OFFICE: (205)325-5381/FAX: (205)325-5221
PRINCIPAL BUYER:
DONALD DENNIS
ITB #78-11
Prospective Bidders
ITB #78-11
at www.paca.jccal.org
SEALED BIDS FOR :
TV TRUCK FOR SEWER INSPECTION
Donald Dennis,
Principal Buyer
INVITATION TO BID RESPONSES
716 Richard Arrington Jr. Blvd North, Room 830
WILL BE RECEIVED BY:
Birmingham, AL 35203-0009
***IMPORTANT SOLICITATION DATES***
BID DUE DATE: 3-16-2011
BID OPENING DATE: 3-17-2011
5:00 p.m.
2:00 p.m.
(Central Standard Time)
(Central Standard Time)
Return responses to this Invitation to Bid in a sealed envelope marked:
“TV TRUCK FOR SEWER INSPECTION”
BID OPENING WILL BE HELD AT:
Jefferson County Courthouse
Purchasing Department, Room 830
716 Richard Arrington Jr. Blvd North
Birmingham, Alabama 35203-0009
NOTIFICATION OF INTENT:
All recipients of this solicitation notice must indicate intent to submit a bid no later than March 7, 2011 by 5:00 P.M. CST.
Those vendors submitting a Notification of Intent will be sent any related addendum, answers to inquiries, etc. pertaining to
this ITB. Notification of intent must be faxed to (205) 325-4888 or e-mailed to Donald Dennis at dennisd@jccal.org or
Analory Holmes at holmesa@jccal.org
TO:
INVITATION TO BID NUMBER:
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)325-4888 or e-mailed to Donald Dennis at dennisd@jccal.org
Submissions may be withdrawn, modified, and resubmitted prior to the formal bid opening due date. Any submission
modification(s) submitted after the “Bid Opening Due Date” will not be considered.
The County reserves the right to accept or reject any or all proposals, or any part of any proposal, and to waive any
informalities or irregularities in the proposal.
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 proposal, 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.
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 bid responses which are received later than the date and time indicated above. Late bid responses
will be retained in the bid file, unopened.
Released by:
_____________________________________________________________
INVITATION TO BID
#78-11
“TV TRUCK FOR SEWER INSPECTION”
BID DUE DATE: 3/16/11
Donald Dennis, Principal Buyer
Room 830*716 Richard Arrington Jr. Blvd North
Birmingham, Alabama 35203
Phone: (205) 325-5381
Email: dennisd@jccal.org
PURCHASING ASSOCIATION OF CENTRAL ALABAMA
TO ALL BIDDERS:
The attached Request for Proposal presents a cooperative proposal for the Purchasing Association of Central Alabama (PACA) members below:
Adamsville
Alabama School of Fine Arts
Alabaster, City of
Bessemer, City of
Bessemer Board of Education
Bibb County Commission
Bibb County Firefighters Assoc
Birmingham Board of Education
Birmingham-Jefferson Civic Center
Birmingham Public Library
Birmingport Fire Districts
Brighton, City of
Brookside, City of
Cahaba Valley Fire & Rescue
Center Point, City of
Chelsea, City of
Chilton/Shelby Mental Health Board
Clay, City of
Concord Fire Department
Copeland Ferry Fire Department
Eastern Valley Volunteer Fire Dept
Fairfield, City of
Fairfield Board of Education
Forestdale Fire Department
Four Mile Fire Department
Fultondale, City of
Glennwood Fire District
Gardendale, City of
Helena, City of
Homewood, City of
Hoover, City of
Hueytown, City of
Irondale, City of
Jefferson County Board of Education
Jefferson County Commission
Jefferson County Assisted Housing Corp
Jefferson County Housing Authority
Jefferson County Library Coop
Jefferson State Community College
Kimberly, Town of
Lakeview Fire Department
Lakeview, Town of
Lawley Fire Department
Lawson State Community College
Leeds Board of Education
Leeds, City of
McAdory Fire Departments
Midfield, City of
Midfield Board of Education
Minor Heights Fire Department
Morris, City of
Mountain Brook, City of
Mountain Brook Board of Education
Mt Olive Fire & Rescue
Mulga, Town of
North Shelby Fire Department
Palmerdale Fire Department
Pelham, City of
Pelham Civic Center
Pelham Water Department
Pell City Fire Department
Pleasant Grove, City of
Rocky Ridge Fire/Rescue
Shannon Fire Department
Shelby County Board of Education
Shelby County Community Corrections
Storm Water Management Authority
Sylvan, Town of
Tarrant, City of
Tarrant City Board of Education
Trafford, City of
Trussville Board of Education
Trussville Volunteer Fire Department
Tuscaloosa County Board of Education
Tuscaloosa County Commission
Tuscaloosa County Firefighters Assn
Vestavia Hills, City of
Vestavia Hills Board of Education
Warrior, City of
Warrior River Fire & Rescue Service
Water River Water Authority
West Blocton Volunteer Fire & Rescue
Westwood Rescue 209
Other government entities and all school systems within Jefferson County and counties adjoining thereto may elect to participate in
this cooperative bid. Vendors must agree that if any additional government entity does join the Association, vendors shall honor
prices on this Invitation to Bid for those additional entities that may join the Association.
ITB/RFP #:
Commodity:
Buyer:
Telephone:
78-11
TV TRUCK FOR SEWER INSPECTION
DONALD DENNIS
(205) 325-5384
The proposal award will be made by the Jefferson County Commission on behalf of the Association in accordance with the provision
of the intergovernmental agreement between the Jefferson County Commission and the members of the Association. Each
participating governmental entity of the Association will be responsible for issuing its own purchase orders, delivery instructions,
invoicing, insurance requirements, and issue its own tax exemption certificate as required by vendors.
This cover letter is considered an integral part of this Request for Proposal document and shall be included by reference into any
contract.
Acknowledged by
_______________________________________________
Vendor Name
__________________________________________
Authorized Signature/Title
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
FEBRUARY 22, 2011
BID #78-11
PAGE 4
INVITATION TO BID
Sealed bids marked "TV TRUCK FOR SEWER INSPECTION" will be received by the Purchasing Manager, Room 830 * 716
Richard Arrington Jr. Blvd N, Birmingham, Alabama.
ATTENTION BIDDERS: Included as a part of this contract is a cover PAGE that lists members of the Purchasing
Association of Central Alabama (PACA), who will be entitled to utilize this bid when awarded. Bidders who submit bids are
thereby agreeing to provide commodities and services included in this contract to present and future members of the
Purchasing Association of Central Alabama (PACA).
Bids will be accepted until 5:00 P.M. central time (standard or daylight savings time, as applicable) on WEDNESDAY, MARCH
16, 2011. Bids submitted after this date and time will not be considered.
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/proposals will be retained in the
bid/proposal file, unopened.
Bids will be publicly opened at 2 p.m. on THURSDAY MARCH 17, 2010.
Jefferson County expressly reserves the right to reject any or all bids, and to make the award or awards as the best interest of the
County appears.
CONTRACT PERIOD: Contract Period is from 4/1/2011 to 4/1/2012, with the County’s option to renew until 4/1/2014.
GENERAL CONDITIONS:
DELIVERY TO:
Fleet Management
1717 Vanderbilt Road
Birmingham, AL
Contact: De’Borah Henley – (205) 325-4830
and various locations of members of the Purchasing Association of Central Alabama
F.O.B. – Destination via best way.
Enter in the blank space your anticipated delivery date after receipt of purchase order _______________________
CANCELLATION: Failure to deliver as specified and in accordance with the bid submitted, including promised delivery date will
constitute sufficient grounds for cancellation of the order resulting from this bid at the option of Jefferson County.
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. Failure to
deliver as specified and in accordance with the bid submitted, including promised delivery will constitute sufficient grounds for
cancellation of the order at the option of the County Commission. Jefferson County Commission reserves the right to award canceled
contract to the next lowest and best bidder as it deems to be in the best interest of the county.
{CONTINUED ON SHEET 5}
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
FEBRUARY 22, 2011
BID #78-11
PAGE 5
INVITATION TO BID
BIDDERS ARE REQUIRED TO SUBMIT THE ORIGINAL COPY OF THEIR BID AND TWO (2) ADDITIONAL COPIES
OF THEIR BID AND ALL SUPPORTING INFORMATION SEPERATED INTO THREE (3) INDIVIDUAL PACKAGES.
All equipment will meet applicable Federal Motor Vehicle Standards, including O.S.H.A. and will include fire extinguishers (5 lb.
ABC for cars and light trucks, 10 lb. ABC for larger equipment) and safety triangle reflectors as well as all applicable safety items
required by Federal and State DOT regulations. Fire extinguishers will be mounted in accordance with locations selected by the
County. Federal standards will take precedence over County specifications in case of variance.
Questions pertaining to this invitation to bid should be addressed to Mr. Donald Dennis, Principal Buyer at (205) 325-5384, dennisd@jccal.org.
If mutually agreed upon, additional contracts may be executed, based upon this bid for the same item(s) or related types and/or sizes.
Proprietary specifications may be waived for functional equivalents offered if approved by the County’s designated authorized representative.
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
DELIVERY Will be to:
Jefferson County Commission
Fleet Management Facility
1717 Vanderbilt Rd.
Birmingham, AL 35217
Attn: Charles Tyler
F.O.B. destination via best way
PRICES:
Include transportation and Alabama Certification of Title and Registration. Title is to be made to JEFFERSON COUNTY
COMMISSION or to individual member of PACA. It is REQUIRED that the bidder give the County and other PACA members credit
for any manufacturer's fleet incentive program or governmental concession program benefits received. If mutually agreed upon within
36 months of bid opening this bid may be used as the basis for additional purchases.
Prices for auxiliary equipment will include installation.
Bidders agree that Jefferson County and other members of PACA will be charged no more for item(s) bid than the State of Alabama,
and that in the event of a price reduction; the County will receive the benefit of such reduction on any undelivered portion of contract.
QUANTITIES:
Quantities shown are estimates, and are not a guarantee to buy in the amount shown.
Purchase orders will be issued as deliveries are required.
{CONTINUED ON SHEET 6}
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
FEBRUARY 22, 2011
BID #78-11
PAGE 6
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.
PARTS AND SERVICE:
A local factory designated parts and repair/service dealership within ten (10) miles of Jefferson County
borders and considered adequate by the County will be required.
Proprietary specifications may be waived for functional equivalents offered, if approved by requesting department. Bidder must
submit a letter stating differences between County specifications and specifications of item(s) offered as part of the bid response in
order for response to be evaluated.
PRODUCT EVALUATION:
If requested by the County, bidder will arrange to demonstrate the TV Truck for Sewer Inspection at no cost to the County.
The time and place of demonstration will be determined by Jefferson County. Said demonstration will be subject to guidelines established
by the Purchasing Manager.
The Jefferson County Commission expressly reserves the right to reject any or all bids, or parts of bids, or to re-bid, and to make the award
or awards as the best interest of the County appears.
Jefferson County has the right to re-bid any bid in the best interest of the County; however if the bid has been publicly opened all
bidders who submitted a bid response has a right to view the responses. A copy of the bid tabulations should be provided to all
bidders.
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.
MANUALS
Vendor will supply two (2) hard copies and 2 copies on CD-ROM (four (4) copies total), of shop manual, operating manual, parts book and
wiring manuals. The said manuals should address all components of the unit, i.e. hydraulic systems, all engines, etc. The vendor will quote a
unit price for extra OPERATING MANUALS.
BID EVALUATION:
Items submitted in response to this bid request will be evaluated by Jefferson County on the basis of
1.
2.
3.
4.
Their ability to perform the work required by Jefferson County,
Their reliability/performance as compared to existing County equipment performing the required work,
The availability of repair/parts facilities and
The cost of the equipment as configured by the requesting County department.
BID SUBMITTAL REQUIREMENTS:
FAILURE TO INCLUDE THE FOLLOWING COULD RESULT IN THE DISQUALIFICATION OF BID RESPONSE:
1.
Original and two (2) hard copies of bid response, including specifications.
2.
Warranty – MUST ATTACH AS PART OF BID RESPONSE.
3.
Bidder must submit a signed EEOC Form (non-discrimination form attached to this ITB) and return as part of bid
response (Form is included in this ITB).
4.
Signed and notarized Non-Collusion Affidavit (Form is included in this ITB).
5.
Completed bid pricing Page included in this bid document.
6.
Completed and signed Signature Page included as the last page of this bid document.
CLARIFICATION: Respondent may be requested to provide additional information and/or clarify contents of their Bid package.
Other than information requested by the County, no bidder will be allowed to alter the Bid or add new information after the final filing
date.
{CONTINUED ON SHEET 7}
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
FEBRUARY 22, 2011
BID #78-11
PAGE 7
SINGLE BID:
If a single bid response is received for this ITB, the bid will be rejected in accordance with Title 41-16-50-a-1 of the Alabama Code.
The bid will be opened, but will not be read publicly. We will proceed with negotiations for a lower price with the rejected bidder and
other bidders by means of sealed quotes. The rejected bidder’s initial offer will not be disclosed to other bidders, prior to the awarding
of a contract. The award will be made to the company offering the lowest negotiated quotation, provided that all conditions and
specifications required by the County are met.
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 proposals 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 Proposal shall become public information upon the effective date
of any resulting contract.
GOVERNING LAW/DISPUTE RESOLUTION:
Any contract agreement that is issued based on this ITB, the parties shall agree that the contract agreement is made and entered into in
Jefferson County, Alabama, and that all services, materials and equipment to be rendered pursuant to said contract agreement are to
be delivered in Jefferson County, Alabama. The interpretation and enforcement of this contract agreement will be governed by laws
of the State of Alabama. The parties agree that jurisdiction and venue over all disputes arising under this contract agreement shall be
the Circuit Court of Jefferson County Alabama, Birmingham Division.
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 County Courthouse
716 Richard Arrington Jr. Blvd. North
Birmingham, AL 35203
*If invoice does not agree with purchase order, credits or a corrected invoice will be required in order for the County to
process payment. Invoices that do not reference an authorized Purchase Order will be returned to the vendor.
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.
PRE-PAYMENTS
No prepayments of any kind will be made prior to shipment.
{CONTINUED ON SHEET 8}
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
EBRUARY 11, 2011
BID #78-11
PAGE 8
INVITATION TO BID – CONT’D
PRICES:
Include freight charges (including fuel surcharge, if applicable), handling, packaging, and service charges.
Bidder agrees that Jefferson County will be charged no more for item(s) bid than the State of Alabama, and that in the event of a price
reduction; the County will receive the benefit of such reduction on any undelivered portion of contract.
PRICE REDUCTION:
In the event of a general price reduction, the County will receive the benefit of such reduction on any undelivered portion of contract.
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.
INSURANCE:
The successful bidder will 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 and shall include Jefferson County,
Alabama as Added Additional Insured By Endorsement including a thirty (30) day(s) written cancellation notice. Evidence of
insurance will be furnished to the Purchasing agent not later than seven (7) day(s) after Purchase Order/contract date. Successful
bidder is also required to include the bid number on the evidence of insurance.
Insurance Minimum Coverage
Contracting party shall file the following insurance coverage and limits of liability with the County's Human Resource Department
and Purchasing Department before beginning work with the County.
General Liability:
$1,000,000 - Bodily injury and property damage combined occurrence
$1,000,000 - Bodily injury and property damage combined aggregate
$1,000,000 - Personal injury aggregate
Comprehensive Form including Premises/Operation, Products/Completed Operations, Contractual, Independent contractors,
Broad Form property damage and personal injury
Automobile Liability:
$1,000,000 - Bodily injury and property damage combined coverage
Any automobile including hired and non-owned vehicles
Workers Compensation and Employers Liability:
$100,000 - Limit each occurrence
Umbrella Coverage:
$1,000,000 - Each occurrence
$1,000,000 – Aggregate
Added Additional Insured By Endorsement:
Jefferson County, Alabama
30 day(s) written cancellation notice
Under Description of Operations/Locations/Vehicles/Exclusions Added by Endorsement/Special
Provisions enter the BID/ITB Number, Project Number or Purchase Order Number Covered by
the Certificate of Insurance
{CONTINUED ON SHEET 9}
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
FBRUARY 11, 2011
BID #78-11
PAGE 9
INVITATION TO BID – CONT’D
HOLD HARMLESS AGREEMENT:
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.
NON- DISCRIMINATION POLICY:
The Jefferson County Commission is strongly committed to equal opportunity in solicitation of ITB’s and RFP’s. The County
encourages bidders and proposers to share this commitment. Each bidder submitting a proposal 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 by signing the attached Jefferson County EEO Certification, which shall be attached to bid response, becoming
permanent part of the bid.
GUARANTEE
Bidder certifies by bidding, that he is fully aware of the conditions of service and purpose for which item(s) included in this bid are to
be purchased, and that his offering will meet these requirements of service and purpose to the satisfaction of the Jefferson County
Commission and its agent.
GENERAL
The Jefferson County Commission expressly reserves the right to reject any or all bids, or parts of bids, or to re-bid and to make the
award or awards as the best interest of the County appears.
REQUIREMENTS:
PAINT:
Color to be white.
Trucks to be painted with acrylic enamel w/hardener. Truck bodies to be painted with minimum 2 mils primer coat 4 mils
polyurethane.
KEYS: There shall be a minimum of FIVE sets of keys for each vehicle. If vehicles are to be keyed alike, four sets plus two sets for
each vehicle are required. Units with service bodies containing locks shall have all vehicle service body locks keyed alike.
ANTI-FREEZE: Radiators and cooling systems will be protected with ethylene glycol permanent type anti-freeze to -34 degrees
Fahrenheit, minimum.
{CONTINUED ON SHEET 10}
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
FEBRUARY 22, 2011
BID 78-11
PAGE 10
INVITATION TO BID (CONT’D)
MAINTENANCE KIT: A maintenance kit to include and identify all filters, ENGINE belts and ENGINE hoses (NO HYDRAULIC
OR AIR-CONDITIONING) must be bid as a separate item for each TYPE unit bid.
SPECIAL TOOLS: A listing of any special tools by part number, manufacturer and price required for normal servicing of the type
unit bid will be furnished as part of the bid so the County at its option may purchase these required tools. This listing must include
pricing on any computer software and hardware necessary for servicing and diagnosing the ENGINE, HYDRAULIC SYSTEM,
CAB, INSTRUMENT PANEL and (if so equipped) the AUTOMATIC TRANSMISSION.
WARRANTY:
Warranty submissions on items purchased under this bid which are different from the following County warranty requirements are
specifically rejected by the County and the vendor, by acceptance of the County Purchase Order, agrees to the specific County
warranty requirements of this bid unless the vendor warranty provisions exceed those required by the County or the County, in
writing, specifically agrees to the lesser warranty provisions submitted by the vendor.
WARRANTY SERVICE MUST BE PROVIDED WITHIN OR CONTIGUOUS TO JEFFERSON COUNTY, ALABAMA.
OUT OF COUNTY VENDORS MUST MAKE ARRANGEMENTS FOR WARRANTY SERVICE AS PRESCRIBED.
WARRANTY SERVICE IS PRESUMED TO OCCUR WITHIN OR CONTIGUOUS TO JEFFERSON COUNTY AT THE
VENDOR’S LOCATION. IF IT IS NOT PRACTICAL FOR JEFFERSON COUNTY TO MOVE THE DEFECTIVE UNIT
TO THE VENDOR’S SHOP, JEFFERSON COUNTY WILL NOT PAY TRAVEL TIME OR EQUIPMENT USAGE
CHARGES FOR FIELD WARRANTY WORK. IF VENDOR DOES NOT PROVIDE LOCAL WARRANTY SERVICE,
VENDOR AGREES BY ACCEPTANCE OF A PURCHASE ORDER AND SUBSEQUENT DELIVERY OF PURCHASED
UNITS THAT JEFFERSON COUNTY MAY BILL THEM FOR WARRANTY WORK PERFORMED LOCALLY BY
COUNTY FORCES OR OTHERWISE.
BASIC warranty is defined to cover all parts and labor for the greater of the manufacturers warranty period or a period of 12,000
miles/1,500 hours or 12 months from the in-service date of the unit.. The in-service date shall commence no later than six months
after receipt of the unit. The basic warranty shall cover defects in any parts required for the unit to operate as designed, engine to
operate or parts required for the unit to move as well as any other defect in the unit attributable to the manufacturing of the unit. On
minor warrantable repairs the County may choose to make the repair using its own forces. In such cases the vendor hereby
agrees to give the County credit for the warrantable part upon presentation of the part and required paperwork within 30
days of the repair.
EXTENDED WARRANTY is defined to cover all items identified in the basic warranty for an additional length of time and number
of miles as specified in the bid pricing pages.
BODY WARRANTY is defined to cover all parts and labor for the greater of the manufacturer’s warranty period or six months from
the in-service date of the unit and shall cover any defects in material or workmanship.
Donald Dennis, Principal Buyer
{CONTINUED ON SHEET 11}
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
FEBRUARY 22, 2011
BID 78-11
PAGE 11
INVITATION TO BID (CONT’D
SPECIFICATIONS
ITEM 1: Sewer TV Truck
New, latest model Ford E-450 Hi Cube, or approved equal, Sewer TV Truck. It is the desire of Jefferson County to establish a multiyear purchasing contract for these units and we are therefore requesting a quote for pricing on year models 2011, 2012 & 2013.
QUANTITY: One or more
Bidder will state exceptions to specifications in spaces provided below and guarantee that he will meet or exceed all County
specifications, unless so stated.
COMPONENT LIST:
1 Ford E-450 16’ hi-cube van, 16,500 GVWR, 6.4L diesel engine
2
Full width rear bumper steps, high grip tread
1
Backup alarm
2
Arrow bars, 1ea mounted front and rear, with controls in cab
2
Adjustable floodlights, mounted above rear doors
2
Amber strobe lights, 1ea mounted front and rear of roof, with controls in cab
1
Four-way flashers
1
Back-up camera
____________________________________________________________________________________________________________
____________________________________________________________________________________________________________
____________________________________________________________________________________________________________
____________________________________________________________________________________________________________
____________________________________________________________________________________________________________
____________________________________________________________________________________________________________
1 Hi-cube “Command Center” Control room interior including:
1 Lonplate-I black floor covering
1 Gray Formica laminated surface wall covering
1 White embossed ceiling cover
1 Bulkhead wall with Plexiglas window and swing passage door to equipment room
1 Roof mounted air conditioner, 13500 BTU with 5600 BTU heat strip
1 Modular control center, 19” rack mounted above corner of desktop
1 Ergonomically contoured and finished control desk
1 Fluorescent lighting system
____________________________________________________________________________________________________________
____________________________________________________________________________________________________________
____________________________________________________________________________________________________________
____________________________________________________________________________________________________________
____________________________________________________________________________________________________________
____________________________________________________________________________________________________________
Name of your company: ________________________________________________________
{CONTINUED ON SHEET 12}
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
FEBRUARY 22, 2011
BID 78-11
PAGE 12
INVITATION TO BID (CONT’D
2
1
1
1
1
1
1
Quad grounded 120V AC sockets
Operator chair, swivel with casters
Hinged padded bench seat with storage underneath and hold open device
Storage shelf above padded bench seat
Full height cabinet, 24"W x 20"D, (1) fixed and (2) removable shelves
2-drawer file cabinet, mounted below the desktop
Side access door and steps
1 Hi-cube van equipment room interior including:
1
Aluminum treadplate flooring
1
Kemlite laminated surface wall covering
1
White embossed ceiling cover
2
Quad electrical outlets, 120V AC grounded
2
Interior fluorescent light fixtures with switch
1
Set equipment storage brackets and hooks
1
Work bench with ABS worktop and vise
1
Storage shelves over work bench approximately 4’ long with fluorescent light underneath
1
Down hole pole mounting bracket
1
Tie down brackets along floor
1
Fire extinguisher, 10 BC rating
1
12V dome light
________________________________________________________________________________________________
__________________________________________________________________________________________________________
__________________________________________________________________________________________________________
__________________________________________________________________________________________________________
__________________________________________________________________________________________________________
__________________________________________________________________________________________________________
__________________________________________________________________________________________________________
1 Water wash down system for equipment clean-up including:
1 Water storage tank, 25-gallon
1 Set of fill, vent and drain connections
1 Water tank demand pump
1 25’ retractable wash down hose with spring-loaded hand nozzle
__________________________________________________________________________________________________________
__________________________________________________________________________________________________________
__________________________________________________________________________________________________________
___________________________________________________________________________________________________________
1 Wash sink with faucet, drain and 8-gallon gray water tank under vehicle
__________________________________________________________________________________________________
Name of your company: ________________________________________________________
{CONTINUED ON SHEET 13}
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
FEBRUARY 22, 2011
BID 78-11
PAGE 13
INVITATION TO BID (CONT’D
1 7,500W quiet, diesel powered, commercial grade generator, 120V, 60 Hz, with electric local and remote
start/stop control to include:
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Quiet diesel engine package, 71dB at 10ft under full load
Generator enclosure lined with fire retardant and noise reduction material
Hinged, ventilated cover with lock mechanism and air spring supports
Set exhaust hose and power cables
Auxiliary battery, 12V DC and case
Auxiliary battery charger, 10A
Electric power transfer system, house or generator
Electric distribution panel and circuit breaker box
House power exterior connection with cover
25’ house power cord with plug and socket
System engineering panel to include:
Generator volt meter
Generator frequency meter
Generator hour meter
Generator start/stop switch
______________________________________________________________________________________________________
______________________________________________________________________________________________________
______________________________________________________________________________________________________
______________________________________________________________________________________________________
______________________________________________________________________________________________________
______________________________________________________________________________________________________
_______________________________________________________________________________________________________
1 Toilet closet complete with carpentry, door and vent including:
1 Soap dispenser, towel rack, and toilet paper dispenser
1 Chemical toilet and drain
1 Vent fan and overhead light
________________________________________________________________________________________________________
________________________________________________________________________________________________________
________________________________________________________________________________________________________
1
1
1
1
1
1
Color TV power control unit, multi-conductor, modular control center mount, with:
Camera power supply with adjustable voltage and amp level, DC amp and voltmeters, on/off switch and circuit breaker
TV camera light head intensity control with on/off switch and circuit breaker
Light head power supply with DC amp and voltmeters, switch and circuit breaker
Light head power selector switch, 5-position with light head bulb overdrive auto resetting protective circuit breaker
Set pre-wired connections for tractor and/or pan and tilt camera controllers
___________________________________________________________________________________________________________
___________________________________________________________________________________________________________
___________________________________________________________________________________________________________
Name of your company: ________________________________________________________
{CONTINUED ON SHEET 14}
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
FEBRUARY 22, 2011
BID 78-11
PAGE 14
INVITATION TO BID (CONT’D
3 15” LCD flat panel multimedia monitor
2 Mounted to control room desktop
1 Mounted rear facing in the equipment room
_________________________________________________________________________________________________________
_________________________________________________________________________________________________________
1 DVD/VCR combination recording unit, including:
1 Modular control center tray mounts for combination recording unit.
1 DVD/VHS recorder with one-touch DVD or VHS dubbing
1 Audio recording microphone
1 Set power and video cabling
1 2-hour 1/2" recording tape cassette
5 Blank DVDs
__________________________________________________________________________________________________________
__________________________________________________________________________________________________________
__________________________________________________________________________________________________________
__________________________________________________________________________________________________________
__________________________________________________________________________________________________________
1 Pipetech Scan software and license
___________________________________________________________________________________________________________
1 Rack-mounted computer and video overlay system, including:
1 VL3100 data logging overlay module, rack mounted
1 Industrial hardened case with air filtering, vibration dampening hard drive mounts, peripheral
cards support bar, 19” rack with: VGA Video card per PipeTech, Linksys wireless card, 4 GiG of RAM, Terabyte Harddrive; 360Gig external Hard drive, Quad Core motherboard, On-board sound DVD-R/W drive, 3.5”, 1.44MB floppy disk
drive, 104 key enhanced heavy duty keyboard, and Microsoft optical mouse. 1 Windows XP Pro operating system,
1 UPS back-up battery system, 1Ink Jet printer, color, HP, parallel port.
________________________________________________________________________________________________________
_________________________________________________________________________________________________________
_________________________________________________________________________________________________________
Name of your company: ________________________________________________________
{CONTINUED ON SHEET 15}
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
FEBRUARY 22, 2011
BID 78-11
PAGE 15
INVITATION TO BID (CONT’D
2 Aries PE2610 “Illumi-Zoom” multi-conductor, pan and tilt radial view, LED-illuminated, zoom, color sewer TV
camera, consisting of:
1
1
1
1
1
Maintenance-free directional camera LED light system for 6" to 72" pipes and ducts
Built-in diagnostics system to monitor camera operating conditions
Camera storage and transport case
Spare parts kit
Test cable, components to 12-pin PCU connector
Camera features include:
360˚ continuous axial rotation
300˚ pan & tilt rotation
40X zoom (10X optical & 4X digital)
Automatic or remote adjustable focus
Automatic or remote adjustable iris
Automatic home feature with forks at side of camera head
Automatic white balance circuitry
NTSC color imaging module
SMARTEK internal diagnostic system
0.1 Lux low-light STARLITE mode
1 Desktop camera controller including: joystick for axial rotation and pan and tilt angle; remote focus; remote iris; zoom
in/out; diagnostics pushbutton; and home switch
1 Television cable reel with power level wind, electric motor drive, and multi-ratio manual transmission, to
include:
1 Footage meter on TV reel level wind assembly with local mechanical footage readout and encoder for footage signal to
remote video data display system
1 Transmission control linkage at control console
1 Local reel mount electrical and mechanical control
1 Remote desktop electrical and mechanical controls
1 Sealed continuous contact collector assembly, 12 slip rings minimum
1 Drop down cable guide assembly
1 24-pin switchover and test cable system
1 Drip pan with drain
__________________________________________________________________________________________________________
___________________________________________________________________________________________________________
___________________________________________________________________________________________________________
___________________________________________________________________________________________________________
___________________________________________________________________________________________________________
___________________________________________________________________________________________________________
Name of your company: ________________________________________________________
{CONTINUED ON SHEET 16}
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
FEBRUARY 22, 2011
BID 78-11
PAGE 16
INVITATION TO BID (CONT’D
1 Combination TV transmission and tow cable assembly, .43" diameter, Kevlar armored, 2,000 lb. rating, 1,000' Red
Maxx, to include:
1 Cable terminal connector, 12-pin
1 Dummy plug, 12-pin
1 Tow/tag line bridle set, multi-conductor cable
1 Cable terminal repair kit
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
___________________________________________________________________________________________________________
1 Aries TR3100 “Mini-Badger” self-propelled wheeled camera transporter for 6” to 30” lines, components include:
1 Tractor assembly with continuous duty drive motor
1 Set each of 3”, 4” and 5” rubber tires for 6” to 30” sewer lines
1 Set transmission couplings and weighted adjustment bars for operation in 8” to 30” sewer lines
1 Foot pedal controller, under desktop
1 Foot pedal controller, rear of vehicle
1 Plywood storage and shipping box with removable cover
1 Set maintenance parts
1 Desktop transporter controller with speed adjustment and forward/reverse
__________________________________________________________________________________________________________
__________________________________________________________________________________________________________
__________________________________________________________________________________________________________
__________________________________________________________________________________________________________
1 Cable manhole guide system including:
1 Manhole top roller assembly
2 Manhole bottom roller assembly and adapter hook
8 Steel quick lock extension poles
1 Insertion and extractor pole assembly and tractor adapter
1 Tiger tail bottom cable guide
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
____________________________________________________________________________________________________________
____________________________________________________________________________________________________________
____________________________________________________________________________________________________________
Name of your company: ________________________________________________________
{CONTINUED ON SHEET 17}
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
FEBRUARY 22, 2011
BID 78-11
PAGE 17
INVITATION TO BID (CONT’D
2
2
1
1
1
1
Manuals – operation and maintenance
Spare parts catalogs
Training video – TV Systems Operating Procedures
Training video – Troubleshooting and Cable Repair Procedures
Maintenance tool kit
Spare level wind pawl
1 Delivery of system
3 Days of training
1 One-year warranty, TV system
____________________________________________________________________________________________________________
____________________________________________________________________________________________________________
____________________________________________________________________________________________________________
____________________________________________________________________________________________________________
____________________________________________________________________________________________________________
____________________________________________________________________________________________________________
____________________________________________________________________________________________________________
____________________________________________________________________________________________________________
Name of your company: ________________________________________________________
{CONTINUED ON SHEET 18}
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
FEBRUARY 22, 2011
BID 78-11
PAGE 18
INVITATION TO BID (CONT’D
Special Note To all Bidders: You must be able to provide “Operator Training” and “Mechanic Training” once the equipment
is delivered to the county. You must schedule a time for this to take place with the Fleet Management Department and user
department with in two days of delivery. Please provide a plan on how this would be done, along with this bid.
Name of Your Manufacturer & Product Number _________________________
(Attach Manufacturer's Catalog Sheets)
Delivery is guaranteed not later than _______ days after order date.
Name of your company: ________________________________________________________
{CONTINUED ON SHEET 19}
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
FEBRUARY 22, 2011
BID 78-11
PAGE 19
BID
(Bidder must use this form)
Fill in all spaces.
All prices to include Alabama Certificate of Title and Registration, to be delivered with unit. Title will be in the name of Jefferson
County Commission, 1717 Vanderbilt Road, Birmingham, Alabama 35234 or to the other member of PACA issuing a purchase order.
VENDOR MUST SUBMIT A LISTING OF ALL OPTIONS AVAILABLE ON THE UNIT HE IS BIDDING. THE LIST
PRICE LESS ________ % (State your discount)
ITEM NO. 1) Sewer TV Truck ……………………….$___________ EACH
1A) MAINTENANCE KIT……………………………$___________EACH
1B) Extended Warranty Options on Truck………….$___________ EACH
1C) Percent increase for model year 2012………….. %_____________
Percent increase for model year 2013………….. %_____________
Name of your company: ________________________________________________________
Delivery is guaranteed not later than _______ days after order date.
{CONTINUED ON SHEET 20}
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
FEBRUARY 22, 2011
BID 78-11
PAGE 20
Bidder agrees by bidding, that all offers will be guaranteed firm for orders placed within SIXTY (60) days after bid opening.
PRICE GUARANTEE FOR ENTIRE CONTRACT PERIOD:
Bidder agrees that he will deliver any items awarded to him, that such items will be manufactured to quoted specifications that prices
billed will be no higher than those quoted herein and that delivery will be made within the time specified herein or within a reasonable
time, if not so specified. Bidder hereby guarantees delivery of all items awarded to him hereunder, without any qualification or
limitation whatsoever. In making this guarantee, bidder confirms that he has secured the subject items or has obtained guarantee of
their availability sufficient to his satisfaction.
Bidder further agrees that in the event bidder fails to deliver any items awarded to him in accordance herewith for any reason
whatsoever, Jefferson County may, at its option, accept the next lowest and best bid for such items, or re-bid such items, or obtain
substitute items elsewhere. Such substitutes may include later year models, where current year models are not reasonably available.
Bidder agrees to pay Jefferson County the difference between the bidder's bid for such items and the cost to Jefferson County to obtain
the items elsewhere, if greater, and other incidental and consequential damages. Jefferson County may elect not to affect such cover,
and may enforce all remedies authorized by law.
{CONTINUED ON SHEET 21}
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
FEBRUARY 22, 2011
BID 78-11
PAGE 21
INVITATION TO BID (CONTINUED
Non-Collusion Affidavit
I, ___________________________________________________, an authorized agent/representative of
________________________________attest that the Bid is not made in the interest of, or on behalf of, any
undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and
not collusive or sham; that the Offeror has not directly or indirectly induced or solicited any other Offeror to put in a
false or sham ITB, and has not directly or indirectly colluded, conspired, connived or agreed with any Offeror or
anyone else to put in a sham ITB, or than anyone shall refrain from proposing; that the Offeror has not in any manner,
directly or indirectly sought by agreement, communication or conference with anyone to fix the ITB of the Offeror or
any other Offeror, to fix any overhead profit, or cost element of the ITB price or of that of any Offeror, 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 Offeror has not, directly or indirectly submitted his/her
ITB price or any breakdown thereof or the contents thereof, of 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 Offeror
Date
_____________________________________
Print or Type Name of Offeror
___________________________________
Notary Public of
My Commission expires
{CONTINUED ON SHEET 22}
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
FEBRUARY 22, 2011
BID #78-11
PAGE 22
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 23}
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
FEBRUARY 22, 2011
BID # 78-11
PAGE 23
INVITATION TO BID – CONT’D
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 there from.
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