award - Jefferson County

advertisement
JEFFERSON COUNTY COMMISSION
PURCHASING DIVISION
ROOM 830 COURTHOUSE
BIRMINGHAM, ALABAMA 35203-0009
OFFICE: (205) 325-5381/FAX: (205)214-4034
PRINCIPAL BUYER:
DONALD DENNIS
TO:
INVITATION TO BID NUMBER:
ITB #84-12
Prospective Bidders
ITB # 84–12 at http://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: 3/20/2012
BID OPENING DATE: 3/21/2012
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:
ITB #84-12
“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. Those vendors submitting a Notification of
Intent will be sent a complete copy of the bid, any related addendum, answers to inquiries, etc. pertaining to this ITB.
Notification of intent must be faxed to (205) 214-4034 or e-mailed to DONALD DENNIS at dennisd@jccal.org.
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)214-4034 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Submissions may be withdrawn, modified, and resubmitted prior to the formal bid opening due date.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.
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:
_______________________________________________________
1
PURCHASING ASSOCIATION OF CENTRAL ALABAMA
TO ALL BIDDERS:
The attached Invitation to Bid presents a cooperative bid 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
University of South Alabama Hospitals
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:
Principal Buyer:
Telephone:
84-12
“TV TRUCK FOR SEWER INSPECTION”
DONALD DENNIS
(205) 325-5384
The bid 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 Invitation to Bid document and shall be included by reference into any contract.
Acknowledged by
_______________________________________________
Vendor Name
__________________________________________
Authorized Signature/Title
2
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
ITB 84-12
03/1/12
PAGE 1
INVITATION TO BID
STATEMENT OF PURPOSE:
The Jefferson County Commission is seeking bids from qualified companies to furnish a new latest model TV Truck for Sewer Work,
complete and ready to operate, furnished with all standard equipment and options specified in this 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.
Bids will be accepted until 5:00 P.M. central time (standard or daylight savings time, as applicable) on March 20, 2012.
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 on March 21, 2012 @ 2 p.m.
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.
TERM OF CONTRACT:
Any contract resulting from this ITB will become effective upon bid award (or within 30 days of award notification, approval of the
County Commission and purchase order is issued.
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.
Vendor will supply two (2) copies each (four copies total) on CD-ROM and hard copy, of shop manual, operating manual, parts book
and wiring manuals. Said manuals to address all components of the unit, i.e. hydraulic systems, all engines, video equipment, etc.
The vendor will quote a unit price for extra OPERATING MANUALS.
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
Quantities shown are estimates and not a guarantee to buy in indicated amounts.
Proprietary specifications may be waived for functional equivalents offered.
CONTINUED ON PAGE 2
3
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
ITB 84-12
03/1/12
PAGE 2
INVITATION TO BID – CONT’D
TELEPHONE INQUIRIES:
Telephone inquires with questions regarding clarification of any and all specifications of the bid will be not accepted. All questions
will be written and faxed or e-mailed to DONALD DENNIS, Jefferson County Purchasing Department (fax 205-214-4034) or
dennisd@jccal.org no later than the end of the business day five (5) days prior to the bid opening date. Correspondence with
individuals other than those listed herein will not be allowed.
INTERPRETATIONS AND ADDENDA:
No interpretation or modification made to any respondent as to the meaning of the ITB shall be binding on the Jefferson County
Commission unless submitted in writing and distributed as an addendum by the Jefferson County Purchasing Department.
Interpretations and/or clarifications shall be requested in writing and directed to DONALD DENNIS , Jefferson County
Purchasing Division, 830 Courthouse, 716 Richard Arrington Jr. Blvd. North, Birmingham, AL 35203, (Fax 205 214-4034) or
(email: dennisd@jccal.org) Verbal information obtained otherwise will not be considered in awarding of contract. All addenda shall
become part of the ITB.
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 PROPOSAL, 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 is equivalent in the ITB and indicates 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 proposal, but may result in being considered as not in the best interest of the County.
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.
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.
GENERAL
The specifications herein state the minimum requirements of Jefferson County, Alabama. All bids must be regular in every respect.
Unauthorized conditions, limitations, or provisions shall be cause for rejection. Jefferson County, Alabama may consider as
“irregular” or “non-responsive”, any bid not prepared and submitted in accordance with the bid documents and specification, or any
bid lacking sufficient technical literature to enable Jefferson County, Alabama to make a reasonable determination of compliance to
the specification. It shall be the bidder’s responsibility to carefully examine each item of the specification. Failure to offer a
completed bid or failure to respond to each section of the technical specification will cause the proposal to be rejected without review
as “non-responsive”. All variances, exceptions, and/or deviations shall be fully described in the appropriate section; deceit in
responding to the specification will be cause for rejection.
CONTINUED ON PAGE 3
4
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
ITB 84-12
03/1/12
PAGE 3
INVITATION TO BID – CONT’D
PRICES:
Prices for bodies and auxiliary equipment will include installation. 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 24 months of bid opening this bid may be used as the
basis for additional purchases.
F.O.B. destination via best way.
If mutually agreed upon, additional contracts may be executed, based upon this bid for the same item(s) or related types and/or sizes.
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.
PAINT:
Trucks to be painted with acrylic enamel w/hardener. Truck bodies to be painted with minimum 2 mils primer coat, 4 mils Imron
polyurethane. Jefferson County Yellow is Acrylic enamel, Dupont #5248A w/hardener or Imron polyurethane, Dupont #93-5248.
KEYS:
There shall be a minimum of FIVE sets of keys for each vehicle.
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.
MAINTENANCE KIT:
A maintenance kit to include and identify all filters, ENGINE belts and ENGINE hoses (NO HYDRAULIC OR AIRCONDITIONING) 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.
DELIVERY:
Will be to Jefferson County's Central Shop, 1717 Vanderbilt Rd. Purchase orders will be issued, as deliveries are required.
F.O.B. Destination via best way.
TAX:
Jefferson County and other PACA members are 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. Federal exemption
certificate will be furnished upon request.
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.
CONTINUED ON PAGE 4
5
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
ITB 84-12
03/1/12
PAGE 4
INVITATION TO BID CONT’D
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 TO MOVE THE DEFECTIVE UNIT TO THE VENDOR’S SHOP,
JEFFERSON COUNTY WILL NOT PAY TRAVEL TIME NOR 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 48-months/48,000
miles/6,000 hours.
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.
GUARANTEE:
Bidder certifies by bidding, that he is fully aware of the conditions of service and purpose for which items(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 Jefferson County or its
Agent
PRODUCT EVALUATION:
If requested by the County, bidder will arrange to demonstrate the bid units at no cost to the County. Jefferson County will determine
the time and place of demonstration. Said demonstration will be subject to guidelines established by the Purchasing Manager.
6
CONTINUED ON PAGE 5
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
ITB 84-12
03/1/12
PAGE 5
INVITATION TO BID CONT’D
BID EVALUATION:
Items submitted in response to this bid request will be evaluated by Jefferson County on the basis of :
1.
2.
3.
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.
TRAINING:
Vendor to include 3 days of local (within 10 miles of Jefferson County) training related to the repair of engines, transmissions
or subsystems which are new to the County fleet. Said training to be conducted within two months of the delivery of the first
vehicle containing the new engine/transmission/subsystem. Training to be provided for a minimum of two personnel. The dates
available of said training is to be entered in the space provided on the BID pricing page.
REMAINDER OF PAGE LEFT BLANK INTENTIONALLY
CONTINUED ON PAGE 6
7
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
ITB 84-12
03/1/12
PAGE 6
INVITATION TO BID CONT’D
PREFERRED SPECIFICATIONS:
BIDDERS ARE REQUIRED TO WRITE ANY EXECPTIONS TO THE SPECIFICATION IN THE BLANK SPACES
PROVIDED BELOW, AFTER EACH SECTION.
Item 1:
Ford F550 4WD 16’ hi-cube van, 18000 GVWR, 6.7L diesel engine.
This sewer television system is delivered complete, ready for operation. The system includes a pan & tilt camera and
transporter with light head capacity from 6" to 30" lines. Components can be used with the base unit including a small
diameter color camera for pull, push or tractor applications.
COMPONENT LIST
See detailed specs for full vehicle specifications, to which Aries includes:
1 Full width rear bumper step, high grip tread, 1 24” locking flip up step, high grip tread,
1 Backup alarm 2 Arrow bars, 1ea mounted front and rear facing, 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, 4 Amber strobes, mounted in each corner of vehicle-Whelen RSA03ZCR,
1 Rear viewing color/IR camera with LCD screen within view of driver’s seat.
__________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Truck Chassis
201” wheelbase
120” cab-to-axle
18,000lb gross vehicle weight rating
Front GAWR 7000lb, coil spring suspension with 32mm stabilizer bar and 1.38” diameter gas shock absorber
Rear GAWR 13660lb, multi-stage leaf suspension with 27mm stabilizer bar and 1.38” diameter gas shock absorber
(6) tires, A/T 225/70R19.5G BSW A/S, Continental
(6) wheels, 19.5” x 6.00” steel disc 10-hole Power steering Hydraulic front and rear disc brakes _________
12V 200A alternator Dual 12V 78A·h 750CCA automotive battery
ICC running lights plus standard lights including stop, turn, reverse, plate, and 4-way Mud flaps ________
40g fuel tank driver’s side fill
Front tow hooks 7-pin trailer harness
(5) sets of keys
(4) parts manuals, CD
(2) sets of work shop manuals, CD
__________________________________________________________________________________________________
__________________________________________________________________________________________________
8
__________________________________________________________________________________________________
CONTINUED ON PAGE 7
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
ITB 84-12
03/1/12
PAGE 7
INVITATION TO BID CONT’D
Drivetrain
6.7L turbo diesel and B20 V8 engine, 300hp @ 2800rpm, 660lb·ft at 1600rpm Differential ratio 4.10
Heavy-duty automatic 6-speed transmission with overdrive and auxiliary oil cooler Dry type air filter Spin on type oil
filter, disposable type Fuel filter
Heavy-duty cooling system Factory 4WD, electric shift-on-the-fly with front skid plate Limited slip rear differential
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Cab
Fresh air heater and defrosters Cab air conditioning
AM/FM radio
40/20/40 vinyl split front bench seat with center armrest, cup holder, storage, and manual driver-side lumbar support
Molded black cab steps
Intermittent windshield wipers with washers 12V dome light
Dual rear view mirrors, external, manual swing-away type with standard top and convex bottom section, retractable and
adjustable
__________________________________________________________________________________________________
__________________________________________________________________________________________
__________________________________________________________________________________________________
Hi-Cube Body
Aluminum construction 84” interior clear height 96” exterior width
Minimum interior load space of 192”
Flat floor Full undercoating
Rear door grab handles, qty.2
Full opening rear doors with 3 hinges per door, cam lock, and positive hold-open clamps at head height Side door, 24”
wide, with qty.3 RV-style pull out steps and grab handle
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
9
CONTINUED ON PAGE 8
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
ITB 84-12
03/1/12
PAGE 8
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 Quiet diesel engine package, 71dB at 10ft under full load
1Generator enclosure lined with fire retardant and noise reduction material
1 Hinged, ventilated cover with lock mechanism and air spring supports
1 Set exhaust hose and power cables
1 Auxiliary battery, 12V DC and case
1 Auxiliary battery charger, 10A
1Electric power transfer system, house or generator
1 Electric distribution panel and circuit breaker box
1 House power exterior connection with cover
1 35’ house power cord with plug and socket
1 System engineering panel to include:
1 Generator volt meter
1 Generator frequency meter
1 Generator hour meter
1 Generator start/stop switch
________________________________________________________________________________________________
________________________________________________________________________________________________
________________________________________________________________________________________________
1 Hi-cube “Command Center” control room interior including:
1 Armstrong Hydro industrial grade non-skid floor covering
1 Gray Formica laminated surface wall covering
1 White embossed ceiling cover
1 Bulkhead wall with sliding 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 in corner of desktop
1 Ergonomically contoured and finished control desk
1 Fluorescent lighting system
2 Quad grounded 120V AC sockets
1 Operator chair, swivel with casters
1 Padded bench seat with hinged top and storage underneath
1 Storage shelf above padded bench seat
1 Closet/cabinet/storage space, 24"W x 20"D x 68”H, minimum 4 removable shelves
1 2-drawer filing cabinet
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
10
CONTINUED ON PAGE 9
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
ITB 84-12
03/1/12
PAGE 9
INVITATION TO BID CONT’D
1 Hi-cube van equipment room interior including:
1 Aluminum treadplate non-skid floor covering
1 White Kemlite laminated surface wall covering
1 White embossed ceiling cover
2 Quad electrical outlets, 120V AC grounded
1 Fluorescent light fixtures with switch
1 12V dome light with switch at rear door
1 Set equipment storage brackets and hooks
1 Work bench with Lonplate 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 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
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
1 Equipment hoist, 500 lb. rating
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
11
CONTINUED ON PAGE 10
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
ITB 84-12
03/1/12
PAGE 10
INVITATION TO BID CONT’D
1 Toilet closet complete with carpentry, door and vent including:
1 Soap dispenser, towel rack, and toilet paper dispenser
1 Water Flush toilet and drain
1 Vent fan and overhead light
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
3 17” 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 mount 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 Rack-mounted computer and video overlay system, including:
1 VL5000 data logging overlay module, rack mounted
1 Industrial hardened case with air filtering, shock mounts for
Hard drive and CPU fan, peripheral cards support bar, 19” rack, 3U high
2.8GHz Intel Dual Core G9650 processor 4GB of RAM, DDR3
1TB SATA hard drive, 7200rpm 500GB USB-connection external hard drive
(1) LAN port, rear of PC
(6) USB ports, (2) located on front of PC Linksys wireless PCI card with antenna
DVD burner, 48x CD-R, 36x CD-RW, 24x DVD±R,
16x DVD-ROM, 8x DVD+R, 6x DVD-R, 12x DVD±DL
104 key enhanced heavy duty keyboard Microsoft optical mouse
1 Windows 7 with XP Professional downgrade operating system
1 UPS back-up battery system
1 Ink Jet printer, color, HP, USB port
__________________________________________________________________________________________________
__________________________________________________________________________________________________
12
__________________________________________________________________________________________________
CONTINUED ON PAGE 11
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
ITB 84-12
03/1/12
PAGE 11
INVITATION TO BID CONT’D
1 Pipetech Scan software and license:
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
1 Color TV power control unit, multi-conductor, modular control center mount, with:
1 Camera power supply with adjustable voltage and amp level, DC amp and voltmeters, on/off switch and circuit
breaker
1 TV camera light head intensity control with on/off switch and circuit breaker
1 Light head power supply with DC amp and voltmeters, switch and circuit breaker
1 Light head power selector switch, 5-position with light head bulb overdrive auto resetting protective circuit breaker
1 Set pre-wired connections for tractor and/or pan and tilt camera Controllers
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
2 Aries PE2620 “Illumi-Zoom” multi-conductor, pan and tilt radial view, LED-illuminated, zoom, color sewer TV
cameras, each consisting of:
1 Maintenance-free directional camera LED light system for 6" to 96" pipes and ducts
1 Built-in diagnostics system to monitor camera operating conditions
1 Camera storage and transport case
1 Spare parts kit
1 Test cable, components to 12-pin PCU connector
Camera features include: Infinite 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
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
13
CONTINUED ON PAGE 12
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
ITB 84-12
03/1/12
PAGE 12
INVITATION TO BID CONT’D
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
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
1Television 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
_________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
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 molded
1 Dummy plug, 12-pin
1 Tow/tag line bridle set, multi-conductor cable
1 Clam-shell style strain relief
1 Cable terminal repair kit
_________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
14
CONTINUED ON PAGE 14
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
ITB 84-12
03/1/12
PAGE 14
INVITATION TO BID CONT’D
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
(no bars required for 6”)
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 Aries TR7000 “Titan” steerable storm sewer tractor, 21” to 120” lines, components including:
1 Power forward and power reverse stainless steel, sealed mechanical clutch with forward, reverse and free wheel
neutral position
2 Electric motor drives, 1/4 hp total, continuous duty rated, waterproof housing
1 Easily removing wheel hubs
1 Adjustable wheel axle length for large line stability, 19" or 24" tractor width
1 Set four 11" diameter tires
1 Remote auto camera lift
1 Built-in lighting system, 300 watts with auxiliary power box
1 Lifting bracket for lowering into and retrieving from manholes
1 Set of four 19” diameter tires
1 Tractor controller, with right and left side joysticks, speed controls, dual isolation transformers, DC power drives
with overload circuit breakers, and voltage and current meters
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
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
__________________________________________________________________________________________________
15
__________________________________________________________________________________________________
__________________________________________________________________________________________________
CONTINUED ON PAGE 15
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
ITB 84-12
03/1/12
PAGE 15
INVITATION TO BID CONT’D
2 Manuals – operation and maintenance, DVD format
2 Spare parts catalogs, DVD format
1 Training DVD – TV Systems Operating, Troubleshooting and Cable Repair Procedures
1 Maintenance tool kit
1 Spare 070214 level wind pawl assembly
1 Delivery of system
3 Days of training
1 One year warranty, TV system
Name of Your Manufacturer & Product Number _________________________ (Attach manufacturer's Catalog Sheets)
Delivery is guaranteed not later than _______ days after receipt of purchase order.
REMAINDER OF PAGE LEFT BLANK INTENTIONALLY.
16
CONTINUED ON PAGE 16
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
ITB 84-12
03/1/12
PAGE 16
INVITATION TO BID – CONT’D
BID
(Bidder must use this form)
Fill in all spaces.
TOTAL PRICE FOR TV TRUCK FOR SEWER INSPECTION FURNISHED COMPLETE AS SPECIFIED IN
THIS BID………. $____________________
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).
DATES AVAILABLE IN WHICH TRAINING IS TO TAKE PLACE: _______________
Bidder agrees by bidding, that all offers will be guaranteed firm for orders placed within SIXTY (60) days after bid opening.
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 or any other member of PACA may, at its option, accept the next lowest and best bid for such items or
rebid 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 or any other member of PACA the difference between the Bidder's
bid for such items and the cost to Jefferson County and other PACA members to obtain the items elsewhere, if greater, and other
incidental and consequential damages. Jefferson County or any other member of PACA, may elect not to effect such cover, and may
enforce all remedies authorized by law.
INCURRING COSTS:
All costs incurred in preparing the Bid Response, or costs incurred in any other manner by the respondent in responding to this
Invitation to Bid will be wholly the responsibility of the respondent. All materials, supporting materials, correspondence and
documents submitted in response to this Invitation to Bid will become the property of Jefferson County and will not be returned.
INTERPRETATIONS:
17
In order to be fair to all bidders, no oral interpretations will be given to any bidder as to the meaning of the specifications documents
or any part thereof. Every request for each consideration shall be made in writing to County of Jefferson, Alabama. Based upon such
inquiry, the county of Jefferson, Alabama may choose to issue an Addendum in accordance with Local Public Contract Laws.
CONTINUED ON PAGE 17
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
ITB 84-12
03/1/12
PAGE 17
INVITATION TO BID CONT’D
EXAMINATION OF ITB DOCUMENTS:
Failure of any Bidder to receive or examine any form, instrument, addendum or other document shall in no way relieve any Bidder
from any obligation with respect to their Bid or to any contract resulting from this Bid. The submission of a Bid shall be taken as
conclusive evidence of compliance with this condition. Failure to meet this condition may result in rejection of any offering on this
Bid.
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.
BID SUBMITTAL REQUIREMENTS:
FAILURE TO INCLUDE THE FOLLOWING MAY RESULT IN THE DISQUALIFICATION OF BID:
1.
2.
3.
4.
5.
6.
7.
8.
Original and two (2) hard copies of bid response, including any specifications as required in this ITB
A detailed breakdown of total cost for the work and equipment described in this ITB.
Parts and labor Warranty – MUST ATTACH AS PART OF BID RESPONSE.
Bidder must submit a signed EEOC Form on Page 25 (non-discrimination form attached to this ITB) and return as part of bid
response.
Signed and notarized Non-Collusion Affidavit – Page 27 of this ITB
Completed bid forms on Page 16 of this ITB – pricing is required for evaluation and qualification for award.
Completed and signed Signature Page – Page 24 of this ITB.
Completed, signed and notarized Contractor’s Affidavit (re: immigration) on Page 26 of this ITB.
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.
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.
“REMIT-TO”:
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.
18
CONTINUED ON PAGE 18
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
ITB 84-12
03/1/12
PAGE 18
INVITATION TO BID (CONTINUED
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.
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.
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.
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 a
permanent part of the bid.
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.
19
CONTINUED ON PAGE 19
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
ITB 84-12
03/1/12
PAGE 19
INVITATION TO BID (CONT’D)
INSURANCE (Cont):
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
Certificate of Insurance shall include Jefferson County Bid and P.O. number
Under Description of Operations/Locations/Vehicles/Exclusions Added by Endorsement/Special
Provisions enter the BID/RFP Number, Project Number or Purchase Order Number Covered by
The Certificate of Insurance
20
CONTINUED ON PAGE 20
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
ITB 84-12
03/1/12
PAGE 20
INVITATION TO BID (CONT’D)
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.
AWARD:
Award will be made all or none to the lowest responsible bidder provided that all conditions and specifications required by the County
are met.
PROPERTY OF JEFFERSON COUNTY:
All copies and contents thereof of any Bid, attachment, and explanation thereto submitted in response to this ITB, except copyrighted
material, shall become the property of the Jefferson County Commission regardless of the bidder selected. All copyrighted material
must be clearly marked in indication of its copyrighted status. The Jefferson County Commission shall be held harmless from any
claims arising from the release of proprietary information not clearly designated as such by the proposing firm.
SOLE CONTRACTOR/IMPLEMENTER:
The Jefferson County Commission intends to award the contract to a sole contractor. The successful Bidder shall assume total
responsibility for all Deliverables whether a sub-contractor or third-party produces them in whole or in part. Further, the County will
consider the successful Bidder to be the sole point of contact with regard to contractual matters, including payment of all charges
resulting from the Contract. The successful Bidder will be fully responsible for any default by a sub-contractor, just as if the
successful Bidder itself had defaulted. No sub-contractor will be paid directly by Jefferson County. The successful Bidder will be
solely responsible for the success of the entire Project.
LICENSES/CERTIFICATES:
Jefferson County reserves the right to require documentation that each Proposer is an established business and is abiding by the
Ordinances, Regulation, and Laws of their community and the State of Alabama. If you are required by any regulatory agency to
maintain professional license or certification to provide any product and/or service solicited under this ITB, the County reserves the
right to require you to provide documentation of your current license and/or certification before considering your Bid and/or before
awarding a contract.
21
CONTINUED ON PAGE 21
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
ITB 84-12
03/1/12
PAGE 21
INVITATION TO BID (CONT’D)
COUNTY BUSINESS LICENSE:
Currently, Jefferson County does not have a business license requirement; however, in the event you receive a Notice of Intent to
Award letter, you will be required to provide your Jefferson County business account number within seven (7) days from your receipt
of this Notice of Intent to Award. If you are not currently registered with the Jefferson County Revenue Department and do not have a
business account number, applications may be printed http://jeffconline.jccal.org. Failure to submit the requested information may
result in the revocation of the Notice of Intent to Award.
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.
STATEMENT REGARDING BANKRUPTCY:
Jefferson County filed for chapter 9 bankruptcy protection on November 9, 2011. The County filed for chapter 9 so it can pursue a
readjustment of its debts under the protection of the federal bankruptcy laws. While it is in chapter 9, the County will continue to
operate its business and affairs in the ordinary course. Maintaining business relationships with the County’s vendors and suppliers is
critical to the County’s restructuring efforts. Accordingly, the County Commission has resolved that it will pay its trade debts
that arose before the County filed for chapter 9 as and when those debts become due, so long as the vendor to whom such debt
is due continues to provide goods and services to the County while it is in chapter 9 on the same terms that it provided goods
and services to the County before it filed for chapter 9. Also, any goods and services provided to the County after it filed for
chapter 9 will, of course, be paid by the County in accordance with the parties’ agreed upon terms.
The County appreciates greatly the support that our vendors and suppliers have provided us over the years, and will continue to
provide during this time of restructuring.
_________________________________
DONALD DENNIS
PRINCIPAL BUYER
____________________________________
MICHAEL MATTHEWS
PURCHASING MANAGER
22
CONTINUED ON PAGE 22
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
ITB 84-12
03/1/12
PAGE 22
INVITATION TO BID (CONT’D)
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
23
___________________________________
Notary Public of
My Commission expires
CONTINUED ON PAGE 23
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
ITB 84-12
03/1/12
PAGE 23
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:
24
1. BID AWARD NOTICE ADDRESS
2. PURCHASE ORDER ADDRESS
3. REMITTANCE ADDRESS (AND NAME IF DIFFERENT THAN ABOVE)
CONTINUED ON PAGE 24
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
ITB 84-12
03/1/12
PAGE 24
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
25
___________________________________
Title
CONTINUED ON PAGE 25
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
ITB 84-12
03/1/12
PAGE 25
NOTIFICATION OF INTENT TO RESPOND
REFERENCE:
ITB# 84-12
“TV TRUCK FOR SEWER INSPECTION”
(
)
On behalf of myself/my firm/institution, I hereby certify that I/we intend to submit a response.
(
)
On behalf of myself/my firm/institution, I hereby certify that I/we do not intend to submit a response.
.
____________________________________
Authorized Signature
____________________________________
Individual/Institution/Firm
____________________________________
Title
____________________________________
Date
26
CONTINUED ON PAGE 26
STATE OF ALABAMA
JEFFERSON COUNTY
ITB #84-12
03/1/12
PAGE 26
PROFESSIONAL SERVICES CONTRACT
Affidavit of Contractor
Alabama Act 2011-535
I affirm the following:
1. I will not knowingly employ, hire for employment, or continue to employ an unauthorized alien; and,
2. I affirm that the below listed Business Organization is enrolled in the E-Verify program, that the Business Organization
listed below will remain enrolled in the E-Verify program during the term of the contract and that every employee that is
required to be verified will be verified according to the applicable federal rules and regulations; and,
3. I acknowledge that §9(e) Alabama Act 2011-535 authorizes the County to terminate this contract for a first violation of
§9(a) of said Act, and requires the County to terminate this contract for a second violation of §9(a) of said Act.
_______________________________________________
Printed Name of Contractor (or Authorized Representative)
_____________________________
Title
_______________________________________________
Signature of Contractor (or Authorized Representative)
_____________________________
Date Signed
_______________________________________________
Name of Business Entity
_____________________________
Phone Number
State of ________________
County of ______________
Sworn to and subscribed before me on
this ____ day of ____________, 20___.
_______________________________
NOTARY PUBLIC
My Commission Expires: ___________
27
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, ALABAMA 35203
(205) 325-5384
PRINCIPAL BUYER: DONALD DENNIS
ITB 84-12
03/1/12
PAGE 27
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
28
Download