ATTENTION ALL BIDDERS



ATTENTION ALL BIDDERS

RETURN THE ENCLOSED PROPOSAL IN A SEALED ENVELOPE TO:

JACK C. COLLAR,

PURCHASING MANAGER

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203

YOU MUST MARK ON THE ENVELOPE:

SEALED BID# 058-08

“TELECOMMUNICATIONS EQUIPMENT”

RETURN BY 5:00 P.M. ON

DECEMBER 12, 2007

For questions concerning this ITB

Contact: DARRYL TAVEL, Principal Buyer

Phone: (205) 521-7530

Email: taveld@

No faxed or email responses will be accepted

PURCHASING ASSOCIATION OF CENTRAL ALABAMA

TO ALL BIDDERS:

The attached Request for Proposal presents a cooperative proposal for the Purchasing Association of Central Alabama (PACA) members below:

Adamsville

Alabama School of Fine Arts

Alabaster, City of

Bessemer, City of

Bessemer Board of Education

Bibb County Commission

Bibb County Firefighters Assoc

Birmingham Board of Education

Birmingham-Jefferson Civic Center

Birmingham Library System

Brighton, City of

Brookside, City of

Cahaba Valley Fire & Rescue

Center Point, City of

Chelsea, City of

Chilton County Board of Education

Chilton/Shelby Mental Health Board

Clay, City of

Columbiana, City of

Concord Fire Department

Copeland Ferry Fire Department

Cook Springs 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

Hoover Board of Education

Hueytown, City of

Irondale, City of

Jefferson County Board of Education

Jefferson County Commission

Jefferson County Fire Districts

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 Department #1

McAdory Fire Department #2

Midfield, City of

Midfield Board of Education

Minor Heights Fire Department

Morris, City of

Mountain Brook, City of

Mountain Brook Board of Education

Mulga, Town of

North Johns

North Shelby Fire Department

Oneonta City Board of Education

Palmerdale Fire Department

Pelham, City of

Pelham Civic Center

Pelham Water Department

Pell City Fire Department

Pleasant Grove, City of

Riverside Fire Department

Rocky Ridge Fire/Rescue

Shannon Fire Department

Shelby County Board of Education

Shelby County Commission

Shelby County Work Release

St. Clair County Fire & EMS

Storm Water Management Authority

Sylvan, Town of

Tarrant City Board of Education

Trafford, City of

Trussville Board of Education

Trussville Volunteer Fire Department

Tuscaloosa County Board of Education

Tuscaloosa County Commission

Tuscaloosa County Firefighters Assn

Vestavia Hills, City of

Vestavia Hills Board of Education

Virginia Mines Volunteer Fire Dept

Walker County Firefighters Assn

Warrior, City of

Warrior River Fire & Rescue Service

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 #: 058-08

Commodity: “TELECOMMUNICATIONS EQUIPMENT”

Principal Buyer: DARRYL TAVEL

Telephone: (205) 521-7530

The proposal award will be made by the Jefferson County Commission on behalf of the Association in accordance with the provision of the intergovernmental agreement between the Jefferson County Commission and the members of the Association. Each participating governmental entity of the Association will be responsible for issuing its own purchase orders, delivery instructions, invoicing, insurance requirements, and issue its own tax exemption certificate as required by vendors.

This cover letter is considered an integral part of this Request for Proposal document and shall be included by reference into any contract.

Acknowledged by

_______________________________________________ __________________________________________

Vendor Name Authorized Signature/Title

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVEL

NOVEMBER 28, 2007

BID NO: 058-08

SHEET NO: 3

INVITATION TO BID

Sealed bids marked "TELECOMMUNICATIONS EQUIPMENT" 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 December 12, 2007. Bids submitted after this date and time will not be considered.

Bids will be publicly opened at 2:00 P.M. on December 13, 2007.

There will be no Pre-Bid Conference.

CONTACT FOR JEFFERSON COUNTY:

• Malcolm Farr, General Services @ 205-325-5544

• Darryl Tavel, Purchasing Department @ 205-521-7530

SCOPE OF CONTRACT:

Contract shall be effective from January 2, 2008 to January 1, 2009 with the option to renew year to year thereafter until January 1, 2011.

SPECIFICATIONS:

Table of Contents

1. Background

1.1 Overview

1.2 Submission of Proposals

1.3 Insurance Requirements

1.4 Expenses of Proposal Preparation

1.5 Rights of Jefferson County

2. Vendor Requirements

2.1 Vendor Response

2.2 Cover Letter

2.3 Vendor Information

2.4 Technical Support

3. ITB Forms

3.1 Specified Equipment Pricing

3.2 Percentage Off MSRP on all other Nortel Pricing

3.3 Labor Pricing

3.4 Cost Markup Percentage

3.5 References

Appendix

A. Sales Tax, Indemnification, Insurance and License Clauses

Continued on Sheet 4

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVEL

NOVEMBER 28, 2007

BID NO: 058-08

SHEET NO: 4

INVITATION TO BID – Continued

1. Background

1. Overview

For nearly 15 years, Jefferson County, AL has standardized on Norstar Key Systems from Nortel to serve numerous locations Countywide. The General Services Department of the Jefferson County Commission is responsible for the management of these systems. These systems are connected to various types of Local Exchange Carrier (LEC) services from BellSouth. These services include, but are not limited to, Primary Rate Interface (PRI), Centrex service (Essx, Multi-serve, etc.) and Metro Area Ethernet. Over the past three years, the County has migrated (on a location-specific basis) from Norstar Key Systems to the IP-enabled Business Communications Manger (BCM) product line. In addition, the County will soon procure (under separate contract) a Nortel CS1000M PBX for Cooper Green Mercy Hospital. The purpose of this bid is to secure guaranteed, competitive pricing for a three year period for commonly purchased Nortel systems, parts, materials, and applicable labor.

IMPORTANT:

Vendor should only propose NEW equipment. Refurbished or Remanufactured equipment will NOT be acceptable. Furthermore, all quoted gear must include (at a minimum) a one-year parts and labor warranty.

All vendor pricing will be quoted in four (4) areas:

1. The vendor will quote on a specific list of equipment identified in 3.1. Please note that the quantities identified in this chart are only “anticipated” quantities over the contract period. The County makes no guarantees toward minimum purchases.

2. The vendor will quote a percentage (%) off Nortel’s published Manufacturer’s Suggested Retail Price (MSRP), as of November 23rd, 2006, for all other Nortel items the County may wish to procure over the life of this contract in 3.2. (This list of equipment is identified in Appendix A.)

3. The vendor will quote an hourly technician labor rate in 3.3 for the installation of all specified equipment in this ITB.

4. The vendor will quote a cost markup percentage (%) for all non-Nortel items such as peripheral equipment, hardware, misc. material, etc. in 3.4

1.2 Submission of Proposals

Each respondent must submit one (1) original and two (2) identical copies of the proposal. The proposal must be mailed or delivered by the ITB deadline to:

Jefferson County Commission Finance Department

Purchasing Office

Jefferson County Courthouse - Suite 830

716 Richard Arrington Jr Blvd North

Birmingham, AL 35203-0002

1.3 Insurance Requirements

Any contract shall contain indemnity and insurance provisions substantially in the form of the attached “Insurance Clause” (Appendix). The cost of providing insurance shall be included in the proposal price, and no additional cost will be allowed. Any requested changes in the Insurance Clause should be submitted in writing along with the ITB and is subject to approval by the County.

Continued on Sheet 5

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVEL

NOVEMBER 28, 2007

BID NO: 058-08

SHEET NO: 5

INVITATION TO BID – Continued

1.4 Expenses of Proposal Preparation

Each response prepared in response to this ITB shall be done at the sole cost and expense of each proposing firm and with the express understanding that no claims against the County for reimbursement will be accepted.

1.5 Rights of Jefferson County

The County reserves the right, at its discretion, to pursue any or all of the following actions related to the ITB:

1. Issue addenda to the ITB.

2. Request additional information and/or clarification from the proposing firms.

3. Negotiate a contract solely on the basis of the original bid(s).

4. Negotiate a contract on the basis of additional information supplied by a bidder.

5. Reject, for any reason, any or all bids. Also, permit the timely correction of errors, waive minor deviations, technical errors, and/or discrepancies, and/or waive any informality in a bid response not affected by law, and accept or reject all or any part of any bid as may be considered to best serve the public interest and the needs of the County.

6. Issue subsequent requests for proposal or invitations to bid based on the refinement of concepts proposed in response to this ITB.

This ITB does not obligate Jefferson County to accept any proposal, negotiate with any Vendor, award a contract or to proceed with the development of any project proposed in response to this ITB. The awarding of any contract shall be subject to such prior governmental approvals or determinations as may be required or appropriate.

2. Vendor Requirements

2.1 Vendor Response

Bidder MUST be an authorized Nortel Partner. Written confirmation of authorized status MUST accompany Vendor’s bid response. Proposal response must be concise and with sufficient detail to allow accurate evaluation and comparative analysis.

Please respond to each of the following items in the indicated sequence and format. Attachments containing supporting material in response to specific items may be submitted. All attachments, brochures and supporting materials should be placed in an Appendix at the back of the proposal and follow the order of the ITB.

2.2 Cover Letter

Proposal must be accompanied by a cover letter, signed by an individual authorized to bind the proposing entity. Please include the ITB cover page (if applicable).

2.3 Vendor Information

1. Vendor Contact - Please provide a company representative to contact for questions. Please include the:

Name, Title, Address, Phone, Fax and E-Mail address

2. Vendor to provide 5 reference customer accounts with comparable call volumes, system configurations, and system requirements. References to include Company Name, Contact name, and Phone Number. References to be included in 3.5

Continued on Sheet 6

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVEL

NOVEMBER 28, 2007

BID NO: 058-08

SHEET NO: 6

INVITATION TO BID – Continued

4. Technical Support

a) The vendor must provide telephone support on a 24/7/365 schedule

b) The vendor must provide a two-hour guaranteed, on-site response time in the event of a major system outage during the warranty period (or, if applicable, subsequent maintenance periods).

c) The vendor must have (at a minimum) five (5) qualified technicians local to the Birmingham, AL area capable of providing service and support on the system(s) specified. Three of the local technicians (at a minimum) must possess written training certification from the manufacturer of the proposed system(s).

d) The vendor must maintain a local sales and service facility within 25 miles of The Jefferson County Main Courthouse. County may wish to perform a site visit prior to contract award.

e) The vendor must maintain a local parts inventory (including critical spare parts) within 15 miles of The Jefferson County Main Courthouse. County may wish to perform a site visit prior to contract award.

3. ITB Forms

1. Specified Equipment Pricing

|ORDER CODE |EQUIPMENT DESCRIPTION |ANTICIPATED QTY. | UNIT PRICE | EXTENDED PRICE |

| | |DURING CONTRACT | | |

|NT7B10AAFTE5 |NA BCM 4.0 BCM400 Base System, RFO |4 | $ | $ |

|NT7B10AAFR |NA BCM 4.0 BCM400 Base System, STD |16 | $ | $ |

|NTPW0131 |NA BCM Expansion Unit Redundant PS |4 | $ | $ |

|NTPW0130 |NA BCM Expansion Unit Universal PS |12 | $ | $ |

|NTBU0958 |NA BCM 400 Redundant Expansion Gateway Kit |4 | $ | $ |

|NTBU0957 |NA BCM 400 Standard Expansion Gateway Kit |2 | $ | $ |

|NT5B04AAADE5 |EE-DTM-DIGITAL TRUNK MBM |24 | $ | $ |

|NT5B44AAABE5 |GATM8 ANALOG TRUNK MODULE 8 PORT |24 | $ | $ |

|NT7B09AAADE5 |BCM DSM 32-32 Digital Station MBM |16 | $ | $ |

|NT5B16AAAJE5 |BCM - GASM8 - Global 8 Station Analog MBM |12 | $ | $ |

|NTKC0016 |B C M Voice Mess. Unlimited Seat Software Code. |12 | $ | $ |

|NTKC0014 |B C M Voice Messaging 32-Seat Software Code. |16 | $ | $ |

|NTKC0013 |B C M Voice Messaging 16-Seat Software Code. |12 | $ | $ |

|NTKC0008 |BCM Desktop Messaging 32-Seat Software Code |12 | $ | $ |

|NTKC0007 |BCM Desktop Messaging 16-Seat Software Code |12 | $ | $ |

|NTKC0017 |B C M Fax Messaging Software Code |6 | $ | $ |

|NTKC0020 |B C M Fax Suite Software Code |6 | $ | $ |

|NTKC0256 |BCM Voice Networking (MCDN) Auth. Code |6 | $ | $ |

|NTKC0001 |BCM VPIM/AMIS Networking Software Auth. Code |6 | $ | $ |

|NT8B27JAAAE6 |T7316E Telephone Set - Charcoal |500 | $ | $ |

|NT8B26AABLE6 |T7208 Telephone Set - Charcoal |200 | $ | $ |

|NT8B90AL-93 |Analog Terminal Adapter 2 |24 | $ | $ |

|NT8B29AAAAE6 |Key Indicator Module T24 Charcoal |40 | $ | $ |

|RJ-DP48C |Digital Protector for T1 & PRI lines |24 | $ | $ |

|6-AP |Oneac Analog Protector for 66M150 (1 pair) |200 | $ | $ |

|350-032 |Oneac Ground Strap |20 | $ | $ |

|ON700XAU-SN |Oneac Uninterruptible Power Supply |12 | $ | $ |

|  |GRAND TOTAL MATERIAL |  |  | $ |

Continued on Sheet 7

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVEL

NOVEMBER 28, 2007

BID NO: 058-08

SHEET NO: 7

INVITATION TO BID – Continued

2. Percentage off Nortel’s PUBLISHED MSRP on all other Nortel items.

______________ %

3. Labor Pricing

Normal Hourly Labor Rate per technician for Installation, Moves, Adds, Changes, and Billable Service

$_______________

Overtime Hourly Labor Rate per technician for Installation, Moves, Adds, Changes, and Billable Service

$_______________

4. Cost Markup Percentage (%)

Vendors are to quote an additional cost mark up percentage in the space provided below.  This mark up is to be used to determine the cost of any item(s) not listed on the attached request such as other items carried by the vendor which might be required throughout the term of this contract. 

______________% Bidder cost Mark Up

(For example, an item with a cost of $100.00 to the bidder would have a sell price of $120.00 if the bidder entered 20% on the blank line above.)

5. References (as required in 2.3.2)

Continued on Sheet 8

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVEL

NOVEMBER 28, 2007

BID NO: 058-08

SHEET NO: 8

INVITATION TO BID – Continued

Appendix

A. Sales Tax, Indemnification, and Insurance Clauses

Sales Tax

Do not include sales tax in your ITB response. Jefferson County is exempt from sales tax. If a Tax Exemption Certificate is required, Vendor should so state on ITB response and the appropriate form will be furnished to the successful vendor.

Indemnification

Vendor shall indemnify, defend and hold Jefferson County AL, its officers, agents and employees free and harmless from and against any and all claims, liabilities, losses, actions, suits, proceedings, damages and expenses (including all out-of pocket litigation costs and reasonable fees and expenses of counsel) arising out of or in any way relating to vendor’s performance of this agreement. The vendor’s indemnity shall not extend to occurrences resulting from the sole negligence or intentional misconduct by the County, its officials, agents, employees, or volunteers.

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.

Proprietary specifications may be waived for functional equivalents offered.

LANGUAGE, WORDS USED INTERCHANGEABLE:

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 a BIDDER. The County has established for the purposes of this ITB that the words SHALL, MUST OR WILL are equivalent in this ITB and indicate a mandatory requirement or condition, the material deviation from which shall not be waived by the County. A deviation is material if, at the sole discretion of the County, the deficient response is not in substantial accord with this ITB’s mandatory condition requirements. The words SHOULD and MAY are equivalent in the ITB and 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 proposal, but may result in being considered as not in the best interest of the County.

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.

PRICES:

Include all labor, materials and equipment to complete project as specified.

TAX:

Jefferson County is exempt from all tax. Provided however, bidder shall be responsible for payment of all sales, use, lease, ad valorem and any other tax that may be levied or assessed by reason of this transaction.

GUARANTEE:

Bidder certifies by bidding that he is fully aware of the conditions of service and purpose for which equipment, material, installation, and/or construction 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.

Continued on Sheet 9

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVEL

NOVEMBER 28, 2007

BID NO: 058-08

SHEET NO: 9

INVITATION TO BID – Continued

INSURANCE:

The successful bidder will maintain such insurance as will protect him and the County from claim under Workmen's Compensation Acts, and from claims for damage and/or personal injury, including death, which may arise from operations under this contract. Insurance will be written by companies authorized to do business in Jefferson County, Alabama and shall include Jefferson County, Alabama as Added Additional Insured By Endorsement including a thirty (30) day(s) written cancellation notice. Evidence of insurance will be furnished to the Purchasing agent not later than seven (7) day(s) after Purchase Order/contract date. Successful bidder is also required to include the bid number on the evidence of insurance.

Insurance Minimum Coverage:

Contracting party shall file the following insurance coverage and limits of liability with the County's Risk Management Office 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

HOLD HARMLESS AND INDEMNIFICATION:

The successful bidder 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 attorneys' 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 the contracting party included in this agreement, negligent acts, errors omissions including engineering design even though such injuries or death or damage to property is claimed to be due to the negligent acts, errors or omissions of the contracting party, his subcontractors, the vendor, his subcontractor, the county, its elected officials, officers, or employees. Nothing contained in this paragraph should be construed to obligate the contracting party to indemnify the county for its own negligence.

BID BOND:

Each bidder will furnish a bid bond, or cashier's check for five percent (5%) of the base bid amount in 3.1.

AWARD:

The County intends that the award will be made on all or none basis. Bidder will quote on all items. However, The County reserves the right to accept all or part of the vendor’s proposal.

Continued on Sheet 10

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVEL

NOVEMBER 28, 2007

BID NO: 058-08

SHEET NO: 10

INVITATION TO BID – Continued

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.

GENERAL: Jefferson County expressly reserves the right to reject any or all bids, or parts of bids, and to make the award on merit and/or features of design and quality, delivery, and availability of parts and service as the best interest of the County appears.

CLEANING AND SAFETY:

Throughout any construction periods, County facilities will be maintained in a standard of cleanliness as described throughout this document. At no time shall construction interfere with daily work within the building(s) or cause a safety or code violation around public and private entrances. All precautions possible shall be taken to promote the safety of the public and employees. The successful bidder must have verifiable, active, safety policies.

Contractor (bidder) is responsible for all damage to existing County or public property, including but not limited to the building, grounds, and equipment, caused by him, his employees, or sub-contractors, and will replace and make good such damage. Bidder 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 Bidder will comply with all safety laws and regulations in effect in the locality.

PROGRESS CLEANING:

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

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 from 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.

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.

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 negotiating 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.

Darryl Tavel

Principal Buyer

Continued on Sheet 11

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVEL

NOVEMBER 28, 2007

BID NO: 058-08

SHEET NO: 11

INVITATION TO BID – Continued

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 2% 10th Prox.

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 year at

(Company Name) (Check one)

location(s) zoned for the type of business conducted by my company at the address stated above.

______________________________

(Authorized Signature)

______________________________

(Print Name)

______________________________

(E-Mail Address)

Toll Free Phone:_____________________________Fax Number:_________________________________

Return original bid in sealed envelope. Authorized signature of bidder must be in ink.

Bids received in our office after the specified date and hour will not be considered.

INDICATE THE FOLLOWING ADDRESSES IF DIFFERENT FROM ABOVE:

1. BID AWARD NOTICE ADDRESS

2. PURCHASE ORDER ADDRESS

3. REMITTANCE ADDRESS (AND NAME IF DIFFERENT THAN ABOVE)

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download