TO: Prospective Bidders INVITATION FOR BID NUMBER: 127-17 (Full document available for download at http://paca.jccal.org) MUNIS BID NUMBER: 17104 SEPARATE SEALED BIDS FOR: DISHWASHER – BESSEMER JAIL Sandra Tellis, Principal Buyer INVITATION TO BID RESPONSES 716 Richard Arrington Jr. Blvd North, WILL BE RECEIVED BY: Room 830 Courthouse Birmingham, AL 35203-0009 ***IMPORTANT SOLICITATION DATES*** ITB DUE DATE: ITB OPEN DATE: AUGUST 22, 2017 by 11:59 PM AUGUST 23, 2017 at 11:00 AM (Central Standard Time) (Central Standard Time) Responses to this Invitation to Bid must be submitted via https://mss.jccal.org/MSS ***ALL VENDORS ARE REQUIRED TO REGISTER IN MUNIS TO ACCESS BIDS*** “MUNIS BID # 17104 DISHWASHER-BESSEMER” Jefferson County Courthouse Purchasing Department, Room 830 Courthouse 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 proposal. Bidders providing a Notification of Intent will be sent any related addendum, answers to inquiries, etc. pertaining to this solicitation. The Notification of Intent form located on Sheet 13 of the solicitation must be sent to the attention of Sandra Tellis, Principal Buyer via email: [email protected]. A full document is available for download at http://paca.jccal.org. If website is unavailable, please email [email protected]. PLEASE RESPOND NO LATER THAN MONDAY, AUGUST 14, 2017 WITH YOUR INTENT. TELEPHONE INQUIRIES – NOT ACCEPTED: Telephone inquiries with questions regarding clarification of any and all specifications of the bid will not be accepted. All questions must be submitted to Sandra Tellis: via email [email protected] or fax 205.214.4034

Submissions may be withdrawn, modified, and resubmitted prior to the formal bid due date. Any submission modifications submitted after the “ITB Due Date” may be considered based on the needs of the County.

Jefferson County (henceforth referred to as “The County” reserves the right to accept or reject any or all Bids, or any part of any proposal, and to waive any informalities or irregularities in the bid.

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 bid, attachments, and explanations thereto submitted in response to this ITB, except copyrighted material, shall become the property of the Jefferson County Commission regardless of the Consultant selected. Any materials submitted in response to this solicitation shall not be returned. Response to this solicitation does not constitute an agreement between the Bidder and the County.

The County is not responsible for delays occasioned by the U.S. Postal Service, the internal mail delivery system of the County, or any other means of delivery employed by the Bidder. Similarly, the County is not responsible for, and will not open, any bid responses, which are received later than the date and time, indicated above. Late bids will be retained in the bid file, unopened.

Released by: ______JEFFERSON COUNTY COMMISSION PURCHASING DIVISION ROOM 830 COURTHOUSE BIRMINGHAM, AL 35203-0009 OFFICE: (205) 325-5381 / FAX: (205) 214-4034

S. TELLIS, PRINCIPAL BUYER AUGUST 9, 2017 MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB #: 17104/127-17

ITB # 127-17 MUNIS # 17104 “DISHWASHER–BESSEMER JAIL”

Sandra Tellis, Principal Buyer Room 830*716 Richard Arrington Jr. Blvd N Birmingham, Alabama 35203 Phone: (205) 325-5381 Email: [email protected]

Page 2 of 17 ***ATTENTION VENDORS***

The Jefferson County Commission Purchasing Division has transitioned to an online bidding process. BID NOTIFICATIONS WILL BE SENT ELECTRONICALLY AND BY U.S. MAIL UNTIL FURTHER NOTICE.

ALL BID RESPONSES MUST BE ENTERED AND SUBMITTED ELECTRONICALLY BY ACCESSING VENDOR SELF SERVICE AT https://mss.jccal.org/MSS

PLEASE UPDATE YOUR VENDOR PROFILE, EMAIL ADDRESS AND COMMODITY CODES OR REGISTER AS A NEW VENDOR BY GOING TO:

https://mss.jccal.org/MSS

This site must be viewed using Microsoft Internet Explorer version 10, or newer with Windows XP or newer operating systems. All cookie settings and JavaScript. must be enabled. For assistance, please refer to “Resources” located at the top right section of the webpage and access “Trouble Shooting”.

Instructions are available on the Jefferson County Purchasing/PACA website located at https://paca.jccal.org. Please click on “Supplier” tab.

IF YOU NEED REGISTRATION ASSISTANCE, PLEASE CONTACT ONE OF THE STAFF MEMBERS LISTED BELOW:

Wanda Harville / (205) 325-5783, Ext: 1801 Alpha Assignment: P, A, B, U, C, T, H, G Telayo Standfield / (205) 325-5957, Ext: 1803 Alpha Assignment: Z, Q, O, K, N, J, D, W, F Maranda Stoves / (205) 325-5384, Ext: 1804 Alpha Assignment: R, X, V, M, I, E, L, S, Y You can also contact us at: [email protected] t to Central Alabama (PACA) website located at http://

VENDOR SELF SERVICE ONLINE REGISTRATION: Please make sure that your email address is correct within the vendor self-service system. Bid notifications will be sent to prospective bidders via emailed based on the selected commodity codes. The Jefferson County Commission Purchasing Division will continue to post solicitations on the Jefferson County/Purchasing Association of Central Alabama (PACA) website located at http://paca.jccal.org. PURCHASING ASSOCIATION OF CENTRAL ALABAMA TO ALL BIDDERS:

The attached ITB/RFP presents a cooperative bid/proposal for the Purchasing Association of Central Alabama (PACA) members below:

Alabama School of Fine Arts Homewood Board of Education Mountain Brook Board of Education Alabaster Board of Education Hoover, City of North Shelby Fire Department Bessemer, City of Hoover City Schools Palmerdale Fire Department Bessemer Board of Education Hueytown, City of Pelham, City of Bibb County Board of Education Indian Ford Fire District Pell City School System Birmingham Board of Education Irondale, City of Pickens County Board of Education Birmingham-Jefferson Civic Center Jefferson County 911 Emergency Pinson, City of Birmingham Public Library Communication District, Inc. Pleasant Grove, City of Birmingport Fire Districts Jefferson County Board of Education Rocky Ridge Fire/Rescue Blount County Board of Education Jefferson County Commission Shannon Fire Department Cahaba Valley Fire & Rescue Jefferson County Assisted Housing Corp Shelby County Board of Education Center Point, City of Jefferson County Housing Authority St. Clair County Board of Education Chelsea, City of Jefferson County Economic & Industrial Tarrant, City of Chilton County Board of Education Development Authority (JCEIDA) Tarrant City Board of Education Chilton/Shelby Mental Health Board Jefferson County Library Coop Trussville Board of Education Clay, City of Jefferson State Community College Trussville Volunteer Fire Department Concord Fire Department Kimberly, Town of Tuscaloosa City Schools Eastern Valley Volunteer Fire Dept Lawley Fire Department Tuscaloosa County Board of Education Fairfield Board of Education Lawson State Community College Tuscaloosa County Commission Forestdale Fire Department Leeds Board of Education Tuscaloosa County Firefighters Assn Four Mile Fire Department Leeds, City of Vestavia Hills, City of Fultondale, City of McAdory Fire Departments Vestavia Hills Board of Education Gardendale, City of Midfield, City of Walker County Board of Education Glennwood Fire District Midfield Board of Education Warrior, City of Gardendale, City of Minor Heights Fire Department Warrior River Fire & Rescue Service Helena, City of Morris, City of Winston County Schools Homewood, City of Mountain Brook, City of

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 #: 17104/127-17 Commodity: “DISHWASHER-BESSEMER JAIL” Buyer: SANDRA TELLIS, PRINCIPAL BUYER Telephone: (205) 325-5381

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 Invitation to Bid document and shall be included by reference into any contract.

Acknowledged by

______Vendor Name Authorized Signature/Title JEFFERSON COUNTY COMMISSION PURCHASING DIVISION ROOM 830 COURTHOUSE BIRMINGHAM, AL 35203-0009 OFFICE: (205) 325-5381 / FAX: (205) 214-4034

S. TELLIS, PRINCIPAL BUYER AUGUST 9, 2017 MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB #: 17104/127-17

INVITATION TO BID

Sealed bids marked “DISHWASHER-BESSEMER JAIL” will be received by the Purchasing Manager, Room 830 * 716 Richard Arrington Jr. Blvd N, Birmingham, Alabama.

Bids will be accepted until 11:59 P.M. central time (standard or daylight savings time, as applicable) on TUESDAY, AUGUST 22, 2017. Bids submitted after this date and time will not be considered.

Bids will be publicly opened at 11:00 A.M. on WEDNESDAY, AUGUST 23, 2017.

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.

TERM OF CONTRACT: Any contract resulting from this ITB will become effective upon bid award. 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.

If mutually agreed upon, additional contracts may be executed, based upon this bid for the same item(s) or related types and/or sizes.

SCOPE OF WORK: To provide dishwasher, including delivery and installation and all labor, material, equipment, tools, supplies, supervision and insurance necessary to install and make operational at Bessemer Jail in accordance with the specifications.

INSTALLATION: Successful bidder(s) will be responsible for: . Receiving equipment from manufacturer, inspection for damage, and delivery to job site . Uncrate . Set in place . Leveling of all equipment . Complete hook up . Making all adjustments not covered by standard warranty; i.e., thermostat calibration, door adjustment, etc. . Ensure all work is completed by a licensed and insured contractor

INSTALLATION & DELIVERY LOCATION: GS-BESS PUBLIC SAFETY (JAIL) 1826 2ND AVENUE NORTH BESSEMER, AL 35020 ATTN: RANDY SPENCER

PERMITS, CODES & REGULATIONS: All equipment, construction, and installation will comply with City, County, State and Federal codes and Regulations. Successful bidder will obtain and pay for all permits necessary, notify proper authorities for inspections and furnish any certificates required for the work.

INVITATION TO BID

Page 5 of 17 JEFFERSON COUNTY COMMISSION PURCHASING DIVISION ROOM 830 COURTHOUSE BIRMINGHAM, AL 35203-0009 OFFICE: (205) 325-5381 / FAX: (205) 214-4034

S. TELLIS, PRINCIPAL BUYER AUGUST 9, 2017 MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB #: 17104/127-17 SPECIFICATIONS: 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.

ITEM 1: DISHWASHER, CONVEYOR TYPE 1ea HOBART 2017 MODEL NO. CLPS86E+BUILDUP CONVEYOR DISHWASHER, (2) TANK WITH POWER SCRAPPER, 342 RACKS/HOUR, INSULATED HINGED DOORS, .39 GALLON/RACK, STAINLESS STEEL ENCLOSURE PANELS, WITH LOW TEMPERATURE & DIRTY WATER INDICATORS, ENERGY ® OR APPROVED EQUAL

1ea Standard warranty- 1 year parts, labor & travel time during normal working hours within the USA 1ea CLPS86E-ELE0CD 480/V/60/3-PH 1ea CLPS86E-HTE15K Electric tank heat 15kW wash/10kW rinse 1ea CLPS86E-ERH30K 30kW electric booster 1ea CLPS86E- DIRORL Right to left operation 1ea BDERLCD-HTSDOM-Higher than standard, domestic, blower dryer, electric, 480/60/3 R-L 1ea CLPS86E –HGTHTS Higher than standard 1ea CLPS86E-FETSTD Standard feet 2ea VNTHD/E-DOM E-series vent hood domestic 1ea CLE/TBL-SWITCH Table LMT switch CLE-series 1ea SEF-4576S CLPS86E lockable control box, lockable panel cover, security screws, hook mounted curtains, lockable inspection doors.

ITEM 2: DISHTABLE, CLEAN “L” SHAPED 1ea DUKE MANUFACTURING MODEL NO. CDT-83190 OR APPROVED EQUAL. CLEAN DISH TABLE WITH ROLLER CONVEYOR, 14GA 300 SERIES STAINLESS STEEL TABLE TOP, “L” SHAPED, APPROX 11’5” X6’0”, (1) 90 DEGREE TURN, MITERED INSIDE CORNER, SS LEGS WITH ADJ BULLET FEET, SS ROLLER ASSEMBLIES, 1.9” DIA SS ROLLERS 6” ON CENTER MOUNTED IN REMOVABLE SS RACKS, CURVED ROLLER SECTION WITH SPLIT ROLLERS, (1) CURVED BAND RACK GUIDE, PRISON SECURITY ROLLERS & RACKS, (1) LIQUID DRAIN, ADAPT TABLE END TO DISH MACHINE, (1) 6’8” LONG X 15” WIDE 14GA SS ELEVATED WALL SHELF, SS WALL MOUNT BRACKETS.

ITEM 3: DISHTABLE, SOILED 1ea DUKE MANUFACTURING MODEL NO. DT-83191 SOILED DISHTABLE, 14GA 300 SERIES STAINLESS STEEL TOP, “L” SHAPED, 6’7” LONG X 15’0” LONG, (1) 90 DEGREE TURN, (1) DISPOSAL CONTROL BRACKET, WELD DISPOSER CONE (FURNISHED BY OTHERS, VAC BREAKER HOLES, (1) 7’ LONG 14GA SS ELEVATED WALL RACK SHELF, (3) SLOPED WALL MOUNT BRAKEST, (1) B-0113-B PRE-RINSE FAUCET (FURNISHED LOOSE), ADPAT TABLE END TO DISH MACHINE.

INVITATION TO BID

ITEM 4: DISPOSER 1ea INSINKERATOR Model NO. SS-300-18A-AS101 OR APPROVED EQUAL Page 6 of 17 JEFFERSON COUNTY COMMISSION PURCHASING DIVISION ROOM 830 COURTHOUSE BIRMINGHAM, AL 35203-0009 OFFICE: (205) 325-5381 / FAX: (205) 214-4034

S. TELLIS, PRINCIPAL BUYER AUGUST 9, 2017 MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB #: 17104/127-17 SS-300™ COMPLETE DISPOSER PACKAGE, WITH 18” DIAMETER BOWL, 6-5/8” DIAMETER INLET, WITH REMOVABLE SPLASH BAFFLE & REVERSIBLE BOWL COVER, 3 HP MOTOR, STAINLESS STEEL CONSTRUCTION, INCLUDES SYPHON BREAKER (2) SOLENOID VALVES, (2) FLOW CONTROL VALVES, PROGRAMMABLE AQUASAVER® CONTROL CENTER AS-101 WITH INDUSTRY EXCLUSIVE WATER-SAVING TECHNOLOGY, AUTOMATIC WATER SAVING FUNCTION, AUTO REVERSING, TIMED RUN, POST FLUSH 1ea (3) years parts & labor warranty from date of installation (standard) 1ea Standard height disposer body 1ea 460v/60/3-ph, 3.7 amps 1ea Syphon STD Syphon breaker standard, ½” (11477)

ITEM 5: CUSTOM INSTALL 1ea VENDOR TO PERFORM INSTALLATION WORK. INSTALLATION OF DISHMACHINE, TABLES, OVERSHELVES AND DISPOSER. ALL NECESSARY ELECTRICAL AND PLUMBING MUST BE WITHIN 3 FT OF CONNECTION POINT. WORK TO BE PERFORMED DURING NORMAL BUSINESS HOURS M-F.

EXAMINATION OF WORK SITE: Bidders are REQUIRED to make an onsite inspection to ascertain existing conditions and determine any possible needs and issues relating to the scope of work as specified in this ITB. Bidders that do no inspect the site will not be allowed to bid. Onsite inspections will be allowed Monday- Friday from 7AM- 2PM.

CONTACT PERSON: Randy Spencer, General Services Department, 205-497-8690.

PRE-EXISTING CONDITIONS: All pre-existing conditions must be clearly documented (including but not limited to, photographs) to establish a clear definition of the work environment prior to commencing with any activities associated with this project. Vendor is responsible for correcting any defacement, damage or aesthetic appearance changes that occur beyond the point from the documentation of pre-existing conditions and any occurrences of damages during their contract.

INSTALLATION/QUALITY ASSURANCE: Use adequate numbers of skilled workmen, under proper supervision, who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in these specifications.

PROGRESS CLEANING: Retain all stored items in an orderly arrangement allowing maximum access, not impeding traffic and providing the required protection of material.

Do not allow the accumulation of scrap, debris, waste material, and other items not required for construction.

As necessary, completely remove all scrap, debris and waste material from job site.

Provide adequate storage for all items awaiting removal form the job site, observing all requirements for fire protection and protection of the ecology.

All areas must be cleaned of dust and debris after each day’s work.

INVITATION TO BID CANCELLATION: 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.

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.

Page 7 of 17 JEFFERSON COUNTY COMMISSION PURCHASING DIVISION ROOM 830 COURTHOUSE BIRMINGHAM, AL 35203-0009 OFFICE: (205) 325-5381 / FAX: (205) 214-4034

S. TELLIS, PRINCIPAL BUYER AUGUST 9, 2017 MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB #: 17104/127-17 PRICES: Include transportation (including fuel surcharge, if applicable)

PRE-PAYMENTS: No prepayments of any kind will be made prior to shipment.

TAX: Jefferson County and 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.

QUANTITIES: Quantities shown are estimates, and are not a guarantee to buy in the amount shown

AWARD: The award will be made all or none to the lowest responsible bidder provided that all conditions and specifications required by the County are met. County may award contract in whole or in part based on the needs of the County.

INSURANCE: The successful bidder will maintain such insurance as will protect him 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 Jefferson County Purchasing Department before beginning work. 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

INVITATION TO BID

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.

Page 8 of 17 JEFFERSON COUNTY COMMISSION PURCHASING DIVISION ROOM 830 COURTHOUSE BIRMINGHAM, AL 35203-0009 OFFICE: (205) 325-5381 / FAX: (205) 214-4034

S. TELLIS, PRINCIPAL BUYER AUGUST 9, 2017 MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB #: 17104/127-17 PROTECTION DAMAGE: Contractor will be responsible for any damage to property of the county or others caused by him, his employees or subcontractors, and will replace and make good such damage. The contractor will maintain adequate protection to prevent damage to his work and property of others, and take all necessary precautions for the safety of his employees and others. The contractors will comply with all safety laws and regulations in effect in the locality.

PERFORMANCE BOND: Successful bidder will furnish surety bond equal to the amount of contract at no cost to the County, to guarantee that all conditions and specifications of this Invitation will be fulfilled. Bond will be furnished to the Purchasing Agent not later than fourteen (14) days after requested.

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 bid responses 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.

INVITATION TO BID

PUBLIC DISCLOSURE: Subject to applicable law or regulations, the content of each Bidder’s bid response shall become public information upon the effective date of any resulting contract.

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.

INCURRING COSTS: All costs incurred in preparing the Bid, 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.

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.

LICENSES/CERTIFICATES In the event you receive a notification of intent to award letter, you will be required to provide your Jefferson County business license within 7 days of receipt of notice of intent to award. If you are not currently registered with Jefferson County Revenue Department, and do not have a business account number, applications may be obtained by logging on to http://jeffconline.jccal.org/revenue. Once you have logged on, click on Business License and then **New Applicants. Failure to submit the requested information may result in the notice of intent to award being revoked. Page 9 of 17 JEFFERSON COUNTY COMMISSION PURCHASING DIVISION ROOM 830 COURTHOUSE BIRMINGHAM, AL 35203-0009 OFFICE: (205) 325-5381 / FAX: (205) 214-4034

S. TELLIS, PRINCIPAL BUYER AUGUST 9, 2017 MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB #: 17104/127-17

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

ACT 2016-312 PROHIBITION AGAINST BOYCOTTING: Contractor certifies that it is not currently engaged in, and for the duration of this agreement will not engage in, the boycott of a person or an entity based in or doing business with a jurisdiction with which this state enjoys open trade.

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.

Sandra Tellis Principal Buyer

BID

BIDDER MUST USE THIS FORM – FILL IN ALL SPACES

ITEM DESCRIPTION MFG NAME & PRODUCT NO PRICE

ITEM 1: DISHWASHER, CONVEYOR TYPE, HOBART 2017 MODEL NO. CLPS86E+BUILD UP,AS SPECIFIED OR APPROVED EQUAL $

ITEM 2: DISHTABLE, CLEAN “L” SHAPED, DUKE MANUFACTURING MODEL NO. CDT-83190 AS SPECIFIED OR APPROVED EQUAL $

ITEM 3: DISHTABLE, SOILED, DUKE MANUFACTURING MODEL NO. DT- 83191, AS SPECIFIED OR APPROVED EQUAL $

ITEM 4: DISPOSER,INSINKERATOR MODEL NO SS-300-18A-AS101 AS SPECIFIED OR APPROVED EQUAL $

ITEM 5: INSTALLATION, AS SPECIFIED $ Page 10 of 17 JEFFERSON COUNTY COMMISSION PURCHASING DIVISION ROOM 830 COURTHOUSE BIRMINGHAM, AL 35203-0009 OFFICE: (205) 325-5381 / FAX: (205) 214-4034

S. TELLIS, PRINCIPAL BUYER AUGUST 9, 2017 MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB #: 17104/127-17

GRAND TOTAL $

(Attach two (2) copies of your Manufacturer's Catalog Sheets)

Attach a letter stating differences between County specifications and specification of item(s) offered.

Installation is guaranteed to be completed within _____ days after order date.

Prices quoted herein are guaranteed for 365 days unless so stated below

NAME OF YOUR COMPANY______

REQUIREDREQUIRED FORMSFORMS

Page 11 of 17 JEFFERSON COUNTY COMMISSION PURCHASING DIVISION ROOM 830 COURTHOUSE BIRMINGHAM, AL 35203-0009 OFFICE: (205) 325-5381 / FAX: (205) 214-4034

S. TELLIS, PRINCIPAL BUYER AUGUST 9, 2017 MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB #: 17104/127-17

NOTIFICATION OF INTENT TO RESPOND

REFERENCE ITB# 127-17 “DISHWASHER – BESSEMER JAIL”

( ) 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

NOTIFICATION SHOULD BE EMAILED ([email protected])

Page 12 of 17 JEFFERSON COUNTY COMMISSION PURCHASING DIVISION ROOM 830 COURTHOUSE BIRMINGHAM, AL 35203-0009 OFFICE: (205) 325-5381 / FAX: (205) 214-4034

S. TELLIS, PRINCIPAL BUYER AUGUST 9, 2017 MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB #: 17104/127-17

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 BY ______Authorized Signature of Bidder

Before me this ______day of ______20____. Date

______Print or Type Name of Bidder

Page 13 of 17 JEFFERSON COUNTY COMMISSION PURCHASING DIVISION ROOM 830 COURTHOUSE BIRMINGHAM, AL 35203-0009 OFFICE: (205) 325-5381 / FAX: (205) 214-4034

S. TELLIS, PRINCIPAL BUYER AUGUST 9, 2017 MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB #: 17104/127-17

______Notary Public of

My Commission expires ______

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 (attached hereto) 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

Page 14 of 17 JEFFERSON COUNTY COMMISSION PURCHASING DIVISION ROOM 830 COURTHOUSE BIRMINGHAM, AL 35203-0009 OFFICE: (205) 325-5381 / FAX: (205) 214-4034

S. TELLIS, PRINCIPAL BUYER AUGUST 9, 2017 MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB #: 17104/127-17

______Title

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 violate 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: ______

Page 15 of 17 JEFFERSON COUNTY COMMISSION PURCHASING DIVISION ROOM 830 COURTHOUSE BIRMINGHAM, AL 35203-0009 OFFICE: (205) 325-5381 / FAX: (205) 214-4034

S. TELLIS, PRINCIPAL BUYER AUGUST 9, 2017 MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB #: 17104/127-17

STATEMENT OF COMPLIANCE WITH ALABAMA CODE SECTION 31-13-9

By signing this contract, the contracting parties affirm, for the duration of this agreement, that they will not violate federal immigration law or knowingly employ, hire for employment, or continue to employ an unauthorized alien within the State of Alabama. Furthermore, a contracting party found to be in violation of this provision shall be deemed in breach of the agreement and shall be responsible for all damages resulting therefrom.

______Printed Name Authorized Representative) Title

______Signature Authorized Representative) Date Signed

______Name of Business

Page 16 of 17 JEFFERSON COUNTY COMMISSION PURCHASING DIVISION ROOM 830 COURTHOUSE BIRMINGHAM, AL 35203-0009 OFFICE: (205) 325-5381 / FAX: (205) 214-4034

S. TELLIS, PRINCIPAL BUYER AUGUST 9, 2017 MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB #: 17104/127-17

SIGNATURE PAGE

The Jefferson County Commission, or its agent, shall have the right to waive any informality or irregularity. Under certain limited conditions, the Purchasing Department may apply a local preference option in determining the low bid for purchases of personal property.

All provisions of this Invitation are accepted by bidder as part of any contract or purchase resulting therefrom.

Date: ______Company Name: ______Web Address: ______

Terms: ______Address: ______City: ______

County: ______State:______Zip:______Phone:(___) ______

If Jefferson County Business License 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 year at location(s) (Company Name) (Check One) 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 enclosed 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 MAKE IF DIFFERENT THAN ABOVE)

Page 17 of 17