ATTENTION ALL BIDDERS - Jefferson County, Alabama



|TO: |Prospective Bidders |

|INVITATION TO BID NO.: |131-14(Full document available for download at ) |

|SEALED BID FOR: |“GROUNDS KEEPING SERVICES” |

|INVITATION TO BID RESPONSES WILL BE RECEIVED BY: |Dorothea Robinson, Principal Buyer |

| |Room 830, 716 Richard Arrington Jr. Blvd. North |

| |Birmingham, AL 35203 |

|***IMPORTANT SOLICITATION DATES*** |

|BID DUE DATE: |BID OPENING DATE: |

|SEPTEMBER 18, 2014 by 5:00 PM (CST) |SEPTEMBER 19, 2014 at 2:00 PM (CST) |

|Return responses to this Invitation to Bid in a sealed envelope marked: |

|“ITB # 131-14 GROUNDS KEEPING SERVICES” |

|Jefferson County Courthouse |

|Purchasing Division, Room 830 |

|716 Richard Arrington Jr. Blvd North |

|Birmingham, AL 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 |

|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 Dorothea Robinson at|

|robinsond@ no later than SEPTEMBER 12, 2014. Full document available for download at |

| |

|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 Dorothea Robinson at robinsond@ no later than the end of business, SEPTEMBER 15, 2:00 p.m. CST |

| |

|Submissions may be withdrawn, modified, and resubmitted prior to the formal bid opening due date.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. |

| |

|Jefferson County, Alabama (henceforth referred to as “The County”) reserves the right to accept or reject any or all bids, or any part of any bid, and to waive any |

|informalities or irregularities in the bid. |

| |

|All costs incurred by the company to respond to this solicitation may 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 County regardless of the Bidder selected. |

|Response to this solicitation does not constitute an agreement between the Bidder and the County. |

| |

|The County is not responsible for delays occasioned by the U.S. Postal Service, the internal mail delivery system of Jefferson 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 ITB file, unopened. |

|Released by: |

| |

| |

| |

| |

|_____________________________________________________________ |

INVITATION TO BID

#131-14

“GROUNDS KEEPING SERVICES”

DOROTHEA ROBINSON, PRINCIPAL BUYER

Room 830*716 Richard Arrington Jr. Blvd North

Birmingham, Alabama 35203

Phone: (205) 325-5381

Email: robinsond@

INVITATION TO BID

Sealed bids, one original and two (2) copies, marked “ITB #131-14 GROUNDS KEEPING SERVICES” will be received by the Purchasing Manager, Room 830 Courthouse, Birmingham, Alabama.

Bids will be accepted until 5:00 P.M. Central Time (standard or daylight savings time, as applicable) on SEPTEMBER 18, 2014. Bids submitted after this date may not be considered if determined to be in the best interest of the County.

Bids will be opened at 2:00 P.M. (CST) on SEPTEMBER 19, 2014.

TERMS OF CONTRACT

Any contract resulting from this ITB will become effective upon approval and execution by the County. The contract will end September 30, 2015. The term of this contact shall be for one year with two additional one-year renewals upon mutual agreement by both parties.

TELEGRAPHIC/ELECTRONIC ITB RESPONSES

Bid responses sent by electronic devices (i.e., facsimile machines and email) are not acceptable and will be rejected upon receipt. Vendors will be expected to allow adequate time for delivery of their ITB responses either by airfreight, postal services, or by other means.

NOTIFICATION OF INTENT

All recipients of this ITB are required to return a letter of Notification of Intent indicating that they intend to submit a bid. Only those vendors submitting the Notification of Intent will be advised of any clarifications, addendum, answers to inquiries, etc. pertaining to this ITB. Notification of intent must be faxed or e-mailed no later than AUGUST 20, 2014 to robinsond@

TELEPHONE INQUIRIES

Telephone inquires with questions regarding clarification of any and all specifications of this Invitation to Bid will not be accepted. All questions will be written and faxed or e-mailed to DOROTHEA ROBINSON, Jefferson County Purchasing Department (fax 205-214-4034) or robinsond@ no later than the end of the business AUGUST 22, 2014. 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 County 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 DOROTHEA ROBINSON , Jefferson County Purchasing Division, 830 Courthouse, 716 Richard Arrington Jr. Blvd. North, Birmingham, AL 35203, (Fax 205 214-4034) or (email: robinsond@). Verbal information obtained otherwise will not be considered in awarding of contract. All addenda shall become part of the ITB.

INVITATION TO BID

STATEMENT OF PURPOSE

This ITB provides interested parties with sufficient information to enable them to prepare and submit a response for consideration by the County. By submitting a response, you are affirming that you (in the case of individuals) and/or your organization are interested in contracting with the County to provide services covered herein. This document serves a two-fold purpose in that it is the County’s document of record showing our specifications, terms and conditions, besides the purchase order, that will be executed with regard to the purchase of the services requested herein.

The County desires to enter into an agreement with qualified bidder(s) or complete grounds keeping service at the Shades Valley Facility and Pump Stations and miscellaneous lots.

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.

SCOPE OF SERVICES:

Five Mile Creek

a. Grass Maintenance (Area #1)

Roadway leading into the plant, Roadway around lagoons, Both sides of road to plant water tank, Area around plant water tank For weed management along the roadway the guardrails shall be weeded and sprayed at a minimum of four (4) times per year.

1. Mowing will be performed between 7:00 A.M and 5:00 P.M. Monday through Saturday.

2. Mowing and weed management shall be performed four (4) times a year in the contract (every three months

January, April, July and October).

3. Mowing will be set to three (3) inches.

b. Grass Maintenance (Area #2)

Interior plant property, including the plant’s entrance gate which continues down both sides of the

roadway to the first quardrail on the right side of the road, back gate, bank on west side road of north

drying beds, grassy areas inside/ outside of fence line. Effluent Outfall 0011, area around the

Lagoons along with north and south side of Lagoons, and Lagoon fence line.

1. Mowing will be performed between 7:00 AM and 5:00 PM Monday through Saturday

2. Mowing shall be performed the 2nd and 4th week of March, weekly April through September;

and twice in October.

3. Mowing will be set to two and one-half (2 1/2") inches in April and October and to three (3)

inches in May through September

4. Trimming will be performed around all bed edges, buildings, structures, poles, posts, fences,

and site fixtures with each mowing visits to the specified height.

INVITATION TO BID

5. All grass Clippings will be removed from walkways, curbs, and roadways after each mowing

visit. Including the concrete drainage ditch along the east bank and any other drainage

structure. Grass clumps will be removed from turi.

6. All walkways, curbs, and driveways will be edged at least twice a month March through October.

7. Graveled bed areas are around most of the interior plant buildings and process basins.

Graveled beds shall be weeded and sprayed for weed management a minimum of four (4)

times per year.

8. Roadways into the north and south dring beds, along with the bottom portion of the

containment walls need to be weeded and sprayed a minimum of four (4) times per year

c. Property Clean-up

1. Remove all paper, plastic, metal, trash, or other debris, and accumulated leaves, fallen

branches or other material from the site prior to each operation.

2. All grass clippings must be discharged away from any and all AC condensers or AC

units. This is also true for storm drains. It will be the grass company's responsibility

to remove all clippings that are not kept out of these areas, or equipment.

3. All sidewalks, pavement and roadways shall be swept or blown clean upon completion of the day's work.

4. All debris resulting from leaf or brush removal must be removed from the site upon completion of the day's work.

5. The site will receive a general clean-up. Clean-up includes curbs and parking areas of

landscape debris, and removing all trash and unwanted debris form landscaped areas.

d. All Fencing shall be kept clear and free of vegetation. Kudzu, honey suckle and all other vegetation

Growing on the fencing should be sprayed and physically removed. Grass on both sides of the fencing must be cut and trimmed to maintain a clean appearance of all fence lines.

* Clippings, and trash may be disposed of on the plant premises. Ask plant management where debris is to be put.

SCOPES OF SERVICE:

Valley Creek WWTP Grounds keeping services at the Valley Creek WWTP including mowing, trimming, edging, site clean-up, vegetation control, and shrubbery and tree up-keep. The plant is located at 3923 Clear Water Drive

Bessemer, AL 35023. The Valley Creek WWTP and surrounding properties contains approximately 120

acres of area to be maintained by the CONTRACTOR as denoted in Exhibit “A” and Exhibit “B”. Site contact:

Robby Bennett (205) 428-2614.

SCOPE OF WORK includes, but is not limited to the following:

• Grass Maintenance – Interior Plant Property Exhibit “A”

\\datacenter\ESDdata\share\Landscaping Maintenance\WWTP Landscaping Maintenance\New 2014 WWTP maps\Valley_Creek_WWTP_2014_update.pdf

1. Mowing will be performed between 7:00 AM and 5:00 PM Monday through Saturday

beginning March 1st and ending October 31st.

INVITATION TO BID

a. Mowing shall be performed twice per month during March, April, and October. May through September mowing shall be performed no less than every ten days or sooner as determined by grass height. Grass height shall not exceed six (6) inches in Area 1 and shall not exceed ten (10) inches in Area 2 as shown in Exhibit “A”.

1. Mowing will be set to no more than two (2-1/2”) inches in all areas circled in green as shown on the included maps.

2. Trimming will be performed around all walks, bed edges, buildings, structures, poles, posts, fences, and site fixtures with each mowing visit to the specified height.

3. All grass clippings will be removed from walks, curbs, and roadways after each mowing visit. Grass clumps will be removed from turf.

• Grass Maintenance – Exterior plant properties including the property just north of the plant along Bessemer Johns Road and the property west of the plant along Bessemer Johns road. Exhibit “A”. \\datacenter\ESDdata\share\Landscaping Maintenance\WWTP Landscaping Maintenance\New 2014 WWTP maps\Valley_Creek_WWTP_2014_update.pdf

1. Area 3 bush hog twice per year. Once in May and once in September.

2. Trimming or herbicide treatment will be performed along all fence lines.

• Grass Maintenance – Exterior plant properties including Halls Branch Pump Station and Junction Box2 located off Murphy’s Lane. Exhibit “B” \\datacenter\ESDdata\share\Landscaping Maintenance\WWTP Landscaping Maintenance\New 2014 WWTP maps\Valley_Creek2_WWTP_2014_update.pdf

1. Mowing will be performed between 7:00 AM and 5:00 PM Monday through Saturday beginning March 1st and ending October 31st.

a. Area 2 Mowing shall be performed twice per month during March, April, and October. May through September mowing shall be performed no less than every ten days or sooner as determined by grass height. Grass height shall not exceed ten (10) inches.

b. Mowing will be set to two (2”) inches and can be done with a tractor equipped with a flail mower or belly mower.

c. Area 3 bush hog twice per year. Once in May and once in September.

d. Trimming or herbicide treatment will be performed along all fence lines.

Shades Valley Facility and Pump Stations and miscellaneous lots:

Grounds keeping services at the Shades Valley Facility, pump stations, and miscellaneous lots including mowing, trimming, edging, site clean-up, and shrubbery and tree up-keep. The Shades Valley Facility is located at 1290 Oak Grove Road Birmingham, Alabama 35209. The Shades Valley Facility contains approximately 13.54 acres of area to be maintained by the BIDDER. Site contact: Ken Bennett (205)942-7385

INVITATION TO BID

The location of each pump station and line maintenance lot and the approximate acres of area to be maintained by the CONTRACTOR as denoted in Exhibits B, C, D, E, F, G, H, I, J, K, L, M, N, O, P, Q, R, S, T, U, V, X, Y, Z, and AA are as follows:

Bessemer Hospital Pump Station, 1005 Golf Course Road Bessemer, Alabama 35022 - 0.47 approximate acres as denoted in Exhibit “B”

Blue Ridge Pump Station, 2253 Blue Ridge Boulevard Birmingham, Alabama 35226 - 0.16 approximate acres as denoted in Exhibit “C”

Edgewater Pump Station, 7500 Arabia Avenue Birmingham, Alabama 35224 - 0.05 approximate acres as denoted in Exhibit “D”

Garywood Pump Station, 2733 Owen Circle Hueytown, Alabama 35023 - 0.04 approximate acres as denoted in Exhibit “E”



Hopewell Pump Station, 3050 Headrick Road Bessemer, Alabama 35022 – 1.01 approximate acres as denoted in Exhibit “F”



Medical Center East Pump Station, 17 Medical Park Drive East Birmingham, Alabama 35235 - 0.07 approximate acre as denoted in Exhibit “G”

Mississippi Avenue Pump Station, 2217 Mississippi Avenue Hueytown, Alabama 35023 - 0.85 approximate acres as denoted in Exhibit “H”

Patton #1 Pump Station, 2920 Highway 150 Hoover, Alabama 35244 - 0.08 approximate acres as denoted in Exhibit “I”

Patton #2 Pump Station, 3989 Lorna Road Hoover, Alabama 35244 - 0.18 approximate acres as denoted in Exhibit “J”



INVITATION TO BID

Pinewood Pump Station, 1327 Atkins-Trimm Boulevard Hoover, Alabama 35244 - 0.23 approximate acres as denoted in Exhibit “K”

Pipe Shop Pump Station, 2150 Long 12th Street North Bessemer, Alabama 35020 – 1.56 approximate acres as denoted in Exhibit “L”

Riverchase Pump Station, 1885 Montgomery Highway South Hoover, Alabama 35244 - 0.44 approximate acres as denoted in Exhibit “M”

Overton #1 Pump Station, 5830 Overton Road Birmingham, Alabama 35210 - 0.15 approximate acres as denoted in Exhibit “N”

Overton #2 Pump Station, 5550 Overton Road Birmingham, Alabama 35210 -0.3 approximate acres as denoted in Exhibit “O”



Newfound #1 Pump Station, 5100 Newfound Road Mount Olive, Alabama 35117 – 1.31 approximate acres as denoted in Exhibit “P”

Newfound #2 Pump Station, 4804 Newfound Road Gardendale, Alabama 35117 - 0.96 approximate acres as denoted in Exhibit “Q”

Line Maintenance Lot #1, 4600 Pine Mountain Road Mountain Brook, Alabama 35213 - 0.69 approximate acres as denoted in Exhibit “R”

Line Maintenance Lot #2, 109 Greenridge Terrace Hueytown, Alabama 35023 - 0.13 approximate acres as denoted in Exhibit “S”

Line Maintenance Lot #3, 1545 Meadow Court Birmingham, Alabama 35228 - 0.20 approximate acres as denoted in Exhibit “T”

INVITATION TO BID

Line Maintenance Lot #4, 4731 Avenue T Birmingham, Alabama 35218 - 0.43 approximate acres as denoted in Exhibit “U”



Line Maintenance Lot #5, 1601 26th Street Birmingham, Alabama 35218 -.32 approximate acres as denoted in Exhibit “V”



Line Maintenance Lot #6, 1608 26th Street Birmingham, Alabama 35218 -0 .12 approximate acres as denoted in Exhibit “W”



Line Maintenance Lot #7, 2900 31st Street Birmingham, Alabama 35208 -0.20 approximate acres as denoted in Exhibit “X”



Line Maintenance Lot #8, 113 Holley Avenue Birmingham, Alabama 35214 - 0.13 approximate acres as denoted in Exhibit “Y”



Line Maintenance Lot #9, 1608 Brakewood Drive Birmingham, Alabama 35215 -0.06 approximate acres as denoted in Exhibit “Z”

Line Maintenance Lot #10, 2371 Wine Ridge Drive Birmingham, Alabama 35244 - 0.30 approximate acres as denoted in Exhibit “AA”

SCOPE OF WORK includes, but is not limited to the following:

• Grass Maintenance (Shades Valley Facility – Facility Property)



1. Mowing will be performed between 7:00 AM and 3:00 PM Monday through Friday beginning March 1st and ending October 31st.

2. Mowing shall be performed twice per month during March and October; weekly April through September.

3. Mowing will be set to two and one-half (2 ½”) inches in March, April, and October and three (3) inches in the other months.

4. Trimming will be performed around all bed edges, buildings, structures, poles, posts, fences, curbs and site fixtures with each mowing visit to the specified height

INVITATION TO BID

5. All grass clippings will be removed from walks, curbs, and roadways after each mowing visit. Grass clumps will be removed from turf.

6. All walks will be edged twice per month March through October.

• Grass Maintenance (Bessemer Hospital Pump Station, Blue Ridge Pump Station, Edgewater Pump Station, Garywood Pump Station, Hopewell Pump Station, Medical Center East Pump Station, Mississippi Avenue Pump Station, Patton #1 Pump Station, Patton #2 Pump Station, Pinewood Pump Station, Pipe Shop Pump Station, Riverchase Pump Station, Overton #1 Pump Station, Overton #2 Pump Station, Newfound #1 Pump Station, Newfound #2 Pump Station, Line Maintenance Lot #1, Line Maintenance Lot #2, Line Maintenance Lot #3, Line Maintenance Lot #4, Line Maintenance Lot #5, Line Maintenance Lot #6, Line Maintenance Lot #7, Line Maintenance Lot #8, Line Maintenance Lot #9, and Line Maintenance Lot #10.)

1. Mowing will be performed between 7:00 AM and 3:00 PM Monday through Friday beginning March 1st and ending October 31st.

2. Mowing shall be performed twice per month during March and October; weekly April through September.

3. Mowing will be set to two and one-half (2 ½”) inches.

4. Trimming will be performed around all bed edges, buildings, structures, poles, posts, fences, walks, curbs and site fixtures with each mowing visit to the specified height.

5. All grass clippings will be removed from walks, curbs, and roadways after each mowing visit. Grass clumps will be removed from turf.

• Property Cleanup

1. Remove all paper, plastic, metal, trash, or other debris, and accumulated leaves, fallen branches or other material from the site prior to each operation.

2. All walks, pavements and roadways shall be swept or blown clean upon completion of the day’s work, and all debris resulting from leaf removal must be removed from the site upon completion of the day’s work.

3. The site will receive a general clean up. Clean up includes cleaning curbs and parking areas of landscape debris, and removing all trash and unwanted debris from landscaped areas.

• Maintenance of Fence Lines (Excludes Line Maintenance Lots)

1. All Fences shall be kept clear and free of vegetation. Grass shall be trimmed or otherwise controlled to maintain a clean appearance of all fence lines.

• Shrub Maintenance (Shades Facility, Newfound #1 Pump Station, Newfound #2 Pump Station, Overton #1 Pump Station, Overton #2 Pump Station, and Riverchase Pump Station Only)

1. Shrubbery beds shall be weeded and sprayed for weed management six (6) times per year.

2. All ornamental shrubs shall be thinned and pruned selectively with hand pruners and/or loppers to maintain size and natural state growth.

INVITATION TO BID

3. No plant shall be reduced by more than 1/3 the whole.

4. Most ornamental shrubs shall be pruned three times a year. Spring blooming shrubs shall be pruned in late spring or after they complete their bloom cycle.

5. Clippings shall be removed at the time of pruning.

• Ornamental Trees up to 20 feet High (Shades Facility Only)

1. All dead, dying, broken and/or diseased plant material shall be removed regularly as the situation occurs. Branches and plant material that interfere with walkways, entryways and signage, shall be removed regularly as the situation occurs.

• Other Tree Maintenance (Shades Facility Only)

1. Deciduous trees up to 20 feet shall receive corrective pruning to remove damaged wood and

rubbing branches one (1) time per year during their dormant season (January thru March).

2. Evergreen trees shall be allowed to grow in their natural form. Pruning shall consist of removal of dead, diseased and damaged branches only.

3. Flowering trees are to be pruned only after their bloom cycles are complete.

LOCATION #l & 2

Grounds keeping services at the Trussville and Leeds WWTP's including mowing, trimming, edging,

site clean-up, and shrubbery and tree up-keep. The Trussville WWTP contains approximately 18 acres and the Leeds WWTP contains approximately 13.82 acres of area to be maintained by the CONTRACTOR as denoted in the attached exhibits. Site contact: David Willoughby (205)655-3617 or (205)966-9882

Location 1: Trussville WWTP 325 City Hall Drive Trussville, Al 35173

Location 2: Leeds WWTP 800 Helen Street Leeds, Al 35094

SCOPE OF WORK includes, but is not limited to the following:

* Grass Maintenance (Trussville WWTP Area 1 - Interior Plant Property; Mailbox area at entrance to plant: Area

between Railroad tracks and fence at the entrance: Area between fence and tree line on access road side of plant.

Area adjacent to Cahaba River; Top of berm along Pinchgut Creek.

Leeds WWTP Area 1 - Interior Plant and area outside of fence at bridge approach and storm water basins.

1. Mowing will be performed between 7:00 AM and 5:00 PM Monday through Saturday beginning March 1st and ending October 31st.

2. Mowing shall be performed weekly each month during March through June; and every other week July through October.

3. Mowing will be set to two and one-half (2-1/2'') inches in the March, April and October and three (3”) inches in the other months.

4. Trimming will be performed around all bed edges, buildings, structures, poles, posts, fences, and site fixtures with each mowing visit to the specified height.

5. All grass clippings will be removed from walks, curbs, and roadways after each mowing visit. Grass clumps will be removed from turf.

6. All walks, curbs, and drives will be edged twice per month March through October.

INVITATION TO BID

• Grass Maintenance (Trussville WWTP Area 2 - Access Drive to South Chalkville Rd; Sloped area along berm adjacent to Pinch gut Creek and Cahaba River; plant outfall area at Cahaba River.

Leeds WWTP Area 2 - Exterior plant property along walkway to outfall structure and area around outfall.

1. Mowing will be performed between 7:00 AM and 5:00 PM Monday through Saturday beginning March 1st and ending October 31st.

2. Mowing shall be performed twice per month during March through October.

3. Mowing will be set to two and one-half (2 W') inches in the spring and fall and three (3) inches in the summer.

• Property Cleanup

1. Remove all paper, plastic, metal, trash, or other debris, and accumulated leaves, fallen branches or other material from the site prior to each operation.

2. All walks, pavements and roadways shall be swept or blown clean upon completion of the day's work, and all debris resulting from leaf removal must be removed from the site upon completion of the day's work.

1. The site will receive a general clean up. Clean up includes cleaning curbs and parking areas of landscape debris, and removing all trash and unwanted debris from landscaped areas.

• Maintenance of Fence Lines and Bridges

1. All Fences and Bridges shall be kept clear and free of vegetation. Grass shall be trimmed or otherwise controlled to maintain a clean appearance of all fence lines.

• Ornamental Grasses. Perennials. and Groundcovers

1. Ornamental grasses shall be cut back one time per year in the months of February or March. They shall be pruned throughout the growing season to maintain a neat and healthy appearance.

2. Flowering perennials shall be cut back once a year in February or March. They shall be deadheaded and pruned throughout the growing season as required to maintain a neat and healthy appearance.

3. Ground covers are to be edged and pruned as required to contain them within their borders, and

maintain their low growing habit throughout the growing season. Evergreen groundcovers shall be cut back in late winter as required to establish a healthy appearance.

• Shrub Maintenance

1. Shrubbery beds shall be weeded and sprayed for weed management 4 (four) times per year and

pine straw added in March and October.

2. All ornamental shrubs shall be thinned and pruned selectively with hand pruners and/or loppers to maintain size and natural state growth.

3. No plant shall be reduced by more than 1/3 the whole.

4. Most ornamental shrubs shall be pruned five (5) times a year. Spring blooming shrubs shall be

pruned in late spring or after they complete their bloom cycle. Clippings shall be removed at the time of pruning.

• Ornamental Trees up to 20 feet High

1. All dead, dying, broken and/or diseased plant material shall be removed regularly as the

situation occurs. Branches and plant material that interfere with walkways, entryways and signage, shall be removed regularly as the situation occurs.

INVITATION TO BID

• Other Tree Maintenance

1. Deciduous trees up to 20 feet shall receive corrective pruning to remove damaged wood and rubbing branches one (1) time per year during their dormant season (January thru March).

2. Evergreen trees shall be allowed to grow in their natural form. Pruning shall consist of removal of dead, diseased and damaged branches only.

3. Flowering trees are to be pruned only after their bloom cycles are complete.

Scope of Services – Cahaba River Waste Water Treatment Plant

This Contract provides for grounds keeping services at the Cahaba River Waste Water Treatment Plant (WWTP), the Al Seier Pump Station, and the Cahaba River Booster Pump station including mowing, trimming, edging, site clean-up, and shrubbery and tree up-keep. The Cahaba River WWTP is located at 3900 Veona Daniels Road, Birmingham, Al 35244. The Al Seier Pump Station is located at 3575 Chapel Lane, Hoover, Al 35226 which is at the intersection of Chapel lane and Al Seier road. The Cahaba River Booster Pump Station is located at 1 Veona Daniels Road, Birmingham, AL 35244. The Cahaba River WWTP has approximately 22.52 acres in Area 1, approximately 3.06 acres in Area 2, and approximately 7 acres in area 3 as outlined in the serial view. The Al Seir Pump Station has approximately 3.77 acres as outlined in the aerial view. The Cahaba River Booster Pump station has approximately 0.52 acres as outlined in the aerial view.

SCOPE OF WORK:

• Grass Maintenance (Cahaba River WWTP - Area 1 as outlined in the aerial view.) Mowing will be performed between 7:00 AM and 5:00 PM Monday through Saturday as follows:

1. Mowing shall begin October 1-31; No mowing shall be performed November-February. Mowing shall resume March 1st-September 30th. Mowing shall be performed twice in October 1-31. A seven day span between each mowing must occur. Frequency of mowing shall be weekly for March-September mowing months.

2. Mowing will be set to two and one-half (2-1/2) inches.

3. Trimming will be performed around all bed edges, buildings, structures, curbs, poles, posts, fences, and site fixtures with each mowing visit to the specified height.

4. Herbicide shall be applied to fence line beginning in March after fence line is trimmed to mowing height. Herbicide shall be applied to fence line thereafter in the months of May, July, and September once per each month.

5. All grass clippings will be removed from walks, curbs, and roadways after each mowing visit. Grass clumps will be removed from turf.

6. All walks will be edged twice per month March through September.

• Grass Maintenance (Cahaba River WWTP - Area 2 as outlined in the aerial view.) Mowing will be performed between 7:00 AM and 5:00 PM Monday through Saturday as follows:

1. Mowing shall begin October 1-31; No mowing shall be performed November-February. Mowing shall resume March 1st-September 30th. Mowing shall be performed twice in October 1-31. Frequency of mowing shall be twice per month for March-September mowing months. A seven day span between each mowing must occur.

2. Mowing will be set to two and one-half (2-1/2) inches.

3. Trimming will be performed around all bed edges, buildings, structures, curbs, poles, posts, fences, and site fixtures with each mowing visit to the specified height.

INVITATION TO BID

4. Herbicide shall be applied to fence line beginning in March after fence line is trimmed to mowing height. Herbicide shall be applied to fence line thereafter in the months of May, July, and September once per each month.

5. All grass clippings will be removed from walks, curbs, and roadways after each mowing visit. Grass clumps will be removed from turf.

6. All walks will be edged twice per month March through September.

• Grass Maintenance (Cahaba River WWTP - Area 3 as outlined in the aerial view.) Mowing will be performed between 7:00 AM and 5:00 PM Monday through Saturday as follows:

1. Mowing shall begin October 1-31; No mowing shall be performed November-February. Mowing shall resume March 1st-September 30th. Mowing shall be performed twice in October 1-31. Frequency of mowing shall be twice per month for March-September mowing months. A seven day span between each mowing must occur.

2. Mowing will be set to two and one-half (2 1/2) inches.

• Grass Maintenance (AI Seier Pump Station as outlined in the aerial view.) Mowing will be performed between 7:00 AM and 5:00 PM Monday through Saturday as follows:

1. Mowing shall begin October 1-31; No mowing shall be performed November-February. Mowing shall resume March 1st-September 30th. Mowing shall be performed once in October 1-31. Frequency of mowing shall be twice per month for March-September mowing months. A seven day span between each complete mowing must occur.

2. Mowing will be set to two and one-half (2 1/2) inches.

3. Trimming will be performed around all bed edges, buildings, structures, curbs, poles, posts,

fences, and site fixtures with each mowing visit to the specified height.

4. Herbicide shall be applied to fence line beginning in March after fence line is trimmed to mowing height. Herbicide shall be applied to fence line thereafter in the months of May, July, and September once per each month.

5. All grass clippings will be removed from walks, curbs, and roadways after each mowing

visit. Grass clumps will be removed from turf.

6. All walks will be edged twice per month March through September.

• Grass Maintenance (Cahaba River Booster Pump station as outlined in the aerial view,) .) Mowing will be performed between 7:00 AM and 5:00 PM Monday through Saturday as follows:

1. Mowing shall begin October 1-31; No mowing shall be performed November-February. Mowing shall resume March 1st-September 30th. Mowing shall be performed once in October 1-31. Frequency of mowing shall be twice per month for March-September mowing months. A seven day span between each complete mowing must occur.

2. Mowing will be set to two and one-half (2 1/2) inches.

3. Trimming will be performed around all bed edges, buildings, structures, curbs, poles, posts,

fences, and site fixtures with each mowing visit to the specified height.

4. Herbicide shall be applied to fence line beginning in March after fence line is trimmed to mowing height. Herbicide shall be applied to fence line thereafter in the months of May, July, and September once per each month.

5. All grass clippings will be removed from walks, curbs, and roadways after each mowing

visit. Grass clumps will be removed from turf.

6. All walks will be edged twice per month March through September.

INVITATION TO BID

• Property Cleanup

1. Remove all paper, plastic, metal, trash, or other debris, and accumulated leaves, fallen

branches or other material from the site prior to each operation.

2. All walks, pavements and roadways shall be wept or blown clean upon completion of the

day's work, and all debris resulting from leaf removal must be removed from the site upon

completion of the day's work.

3. The site will receive a general clean up. Clean up includes cleaning curbs and parking

areas of landscape debris, and removing all trash and unwanted debris from landscaped

areas.

• Maintenance of Fence Unes

1. All Fences shall be kept clear and free of vegetation. Grass shall be

trimmed or otherwise controlled to maintain a clean appearance of all fence lines. Herbicide application shall be as per specified area requirement.

• Ornamental Grasses. Perennials. and Groundcovers

1. Ornamental grasses shall be cut back one time per year in the months of February or

March. They shall be pruned throughout the growing season to maintain a neat and

healthy appearance.

2. Flowering perennials shall be cut back once a year in February or March. They shall be

deadheaded and pruned throughout the growing season as required to maintain a neat

and healthy appearance.

3. Ground covers are to be edged and pruned as required to contain them within their

borders, and maintain their low growing habit throughout the growing season. Evergreen

groundcovers shall be cut back in late winter as required to establish a healthy

appearance.

• Shrub Maintenance

1. Shrubbery beds shall be weeded and sprayed for weed management six (6) times per

year.

2. All ornamental shrubs shall be thinned and pruned selectively with hand pruners and/or

loppers to maintain size and natural state growth.

3. No plant shall be reduced by more than 1/3 the whole.

4. Most ornamental shrubs shall be pruned three times a year. Spring blooming shrubs shall

be pruned in late spring or after they complete their bloom cycle. Clippings shall be removed at the time of pruning .

• Ornamental Trees up to 20 feet High

1. All dead, dying, broken and/or diseased plant material shall be removed regularly as the situation occurs. Branches and plant material that interfere with walkways, entryways and signage, shall be removed regularly as the situation occurs.

INVITATION TO BID

• Other Tree Maintenance

1. Deciduous trees up to 20 feet shall receive corrective pruning to remove damaged wood

and rubbing branches one (1) time per year during their dormant season (January thru

March).

2. Evergreen trees shall be allowed to grow in their natural form. Pruning shall consist of

removal of dead, diseased and damaged branches only.

3. Flowering trees are to be pruned only after their bloom cycles are complete.

SCOPE OF SERVICE:

This Contract provides for grounds keeping services at the Turkey Creek and Warrior Wastewater

Treatment Plants (WWTP) including moving, trimming, edging, site clean-up, and shrubbery and tree up-keep. The Turkey Creek WWTP is located at 7137 Disposal Plant Road Pinson AL, 35126 and the Warrior WWTP is located at 700 Blackburn Lane Warrior AL, 35180. The Turkey Creek WWTP contains approximately 14.46 acres of area to be maintained by the CONTRACTOR as denoted in Exhibit “A”. The Warrior WWTP contains approximately 3.93 acres of area to be maintained by the CONTRACTOR as denoted in Exhibit “B”.

SCOPE OF WORK:

• Grass Maintenance (Turkey Creek WWTP Area 1 – Interior Plant Property; Area along roadway coming into the plant; & Warrior Area 1 - Interior Plant Property)

1. Mowing will be performed between 7:00 AM and 3:00 PM Monday through Friday beginning March 1st and ending October 31st.

2. Mowing shall be performed twice per month during March and April; weekly May through September and twice in October.

3. Mowing will be set to two and one-half (2 ½”) inches in March, April, and October and three (3) inches in the other months.

4. Trimming will be performed around all bed edges, buildings, structures, poles, posts, fences, curbs and site fixtures with each mowing visit to the specified height.

5. All grass clippings will be removed from walks, curbs, and roadways after each mowing visit. Grass clumps will be removed from turf.

6. All walks will be edged twice per month March through October.

• Grass Maintenance (Turkey Creek WWTP Area 2 – The area outside the fence along the peak flow clarifiers, holding basin and the outfall; & Warrior Area 2 - Exterior Plant Property)

1. Mowing will be performed between 7:00 AM and 3:00 PM Monday through Friday beginning March 1st and ending October 31st.

2. Mowing shall be performed twice per month during March and April; weekly May through

September and twice in October.

3. Mowing will be set to two and one-half (2 ½”) inches in March, April, and October and three (3)

inches in the other months.

INVITATION TO BID

• Property Cleanup

1. Remove all paper, plastic, metal, trash, or other debris, and accumulated leaves, fallen branches or other material from the site prior to each operation.

MINIMUM QUALIFED BID:

The following are the minimum qualifications for Bidders:

• Documented ability to provide all the services listed in and required by this ITB.

• A minimum of three years of experience providing service similar to specifications provided herein.

• References

• Is authorized to conduct business in the State of Alabama and Jefferson County

• Vendor employs sufficient qualified personnel and possesses adequate equipment to provide the services to fulfill the requirements of this ITB and address any problems that may arise during the entire course of the engagement listed herein.

REQUIREMENT:

• The bidder must demonstrate the requisite experience, skills and resources necessary to successfully perform the services requested in this ITB. Bidders are required to submit references along with a list of equipment that is planned to be used for this contract. References shall be included with the submitted bid. The County is seeking bids from Bidders that have experience in large projects similar in size and scope of work outlined in this bid. The County reserves the right to reject any bid that does not have sufficient experience/equipment as the County deems.

AWARD CRITERIA:

• Specifications/Requirements as stated in ITB

• Meet qualifications as stated in ITB

• Pricing

• References/Equipment

BID SUBMITTAL

The County shall not reimburse any firm for cost incurred in the preparation and presentation of their bid. Bidders submitting bids shall provide an original and two (2) hardcopies of the bid.

AWARD OF SERVICES

The final award will be made to the most qualified, responsive, and responsible Bidder as determined in accordance with the award criteria, policies and procedures solely identified by the County. The County reserves the right to award individual or aggregate contracts in accordance with the referenced criteria at its discretion.

PRE PAYMENTS

No pre payments of any kind will be made prior to services.

INVITATION TO BID

REQUIREMENT:

• The bidder must demonstrate the requisite experience, skills and resources necessary to successfully perform the services requested in this ITB. Bidders are required to submit references along with a list of equipment that is planned to be used for this contract. References shall be included with the submitted bid. The County is seeking bids from Bidders that have experience in large projects similar in size and scope of work outlined in this bid. The County reserves the right to reject any bid that does not have sufficient experience/equipment as the County deems.

AWARD CRITERIA:

• Specifications/Requirements as stated in ITB

• Meet qualifications as stated in ITB

• Pricing

• References/Equipment

BID SUBMITTAL

The County shall not reimburse any firm for cost incurred in the preparation and presentation of their bid. Bidders submitting bids shall provide an original and two (2) hardcopies of the bid.

AWARD OF SERVICES

The final award will be made to the most qualified, responsive, and responsible Bidder as determined in accordance with the award criteria, policies and procedures solely identified by the County. The County reserves the right to award individual or aggregate contracts in accordance with the referenced criteria at its discretion.

PRE PAYMENTS

No pre payments of any kind will be made prior to services.

INVOICING

All invoices must agree with the purchase order in description and price and include the following information:

1) Purchase Order Number; 2) Ship-to department name and address.

In order to ensure prompt payment, ALL ORIGINAL INVOICES*MUST BE SENT TO:

Jefferson County Commission Jefferson County Commission

Finance Department Environmental Services

Room 820 County Courthouse 716 Richard Arrington Jr. Blvd. N. Suite A-300

716 Richard Arrington Jr. Blvd. North Birmingham, AL 35203 Birmingham, AL 35203

INVITATION TO BID

*If invoice does not agree with purchase order, credits or a corrected invoice will be required in order for the County to process payment. Invoices that do not reference an authorized Purchase Order will be returned to the vendor.

THIRD-PARTY “REMIT-TO”

If Bidder has a third-party “remit-to” company, that information must appear on the Bidder response. the 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.

PRICES

Include all applicable charges to complete project as specified.

BUSINESS LICENSE:

Currently, Jefferson County does not have a business license requirement; however, in the event you receive a notification of intent to award letter, you will be required to provide your Jefferson County business account number 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 . 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.

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.

GENERAL TERMS & CONDITIONS

PUBLIC DISCLOSURE

Subject to applicable State and Local law or regulations, the content of each Bidder’s bid shall become public information upon the effective date of any resulting contract. A Bidder’s disclosure or distribution of the Bid, other than to the County, will be grounds for disqualification at the County’s option. All electronic files; audio and/or video recordings; and all papers pertaining to any activity performed by the Successful Bidder for or on behalf of the County shall be the property of the County and shall be turned over to the County upon request. Bids submitted are not publicly available until after awarded contract is signed by the County. The County reserves the right to retain all bids submitted and to use any ideas in a bid regardless of whether that bid is selected.

INVITATION TO BID

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.

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.

EXAMINATION OF SITE

All bidders are expected to visit the site of the work to ascertain existing conditions. Failure to do so will in no way relieve the successful bidder from the necessity of furnishing all materials and equipment, and performing all work required for completion of the contract. All site visits shall be notified in advance and coordinated through the individual Location contacts. Site contacts are available only for the purposes of providing access to examine the sites, and shall not be relied on for inquiries related to the terms or scope of this bid.

SOLE CONTRACTOR/IMPLEMENTER

The County intends to award the contract to a sole contractor for any or all of the locations listed. 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 the County. The successful Bidder will be solely responsible for the success of the entire Project.

GUARANTEE

Bidder certifies by bidding, that he is fully aware of the conditions of service and purpose for which services included in this ITB are to be purchased, and that his offering will meet the requirements of service and purpose to the satisfaction of the County and its Agent.

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 County regardless of the Bidder selected. All copyrighted material must be clearly marked in indication of its copyrighted status. The County shall be held harmless from any claims arising from the release of proprietary information not clearly designated as such by the proposing firm.

CANCELLATION

Failure to deliver as specified and in accordance with the ITB submitted, including promised delivery will constitute sufficient grounds for cancellation of the order at the option of the County.

INVITATION TO BID

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.

MODIFICATION OF AGREEMENT/CONTRACT CHANGES

All changes/modifications to the original agreement must be submitted to the Purchasing Department for review. These submissions (and if applicable, the costs associated with the changes) will be reviewed and submitted for review and approval to the County. Changes that are reviewed by the Purchasing Department and, determined to be necessary by the County, will result in no cost to the County. Any changes/modification that involves ADDITIONAL MONEY shall not be binding unless approved by the County.

INCURRING COSTS

All costs incurred in preparing the Proposal, or costs incurred in any other manner by the respondent in responding to this Request for Proposal will be wholly the responsibility of the respondent. All materials, supporting materials, correspondence and documents submitted in response to this Request for Proposal will become the property of the County and will not be returned.

SUBCONTRACTING

The intention to subcontract any portion of the project to a named entity must be part of the Bidder’s bid. No portion of the bid or resulting project may subsequently be subcontracted without the prior written approval of the Purchasing Department.

NEGOTIATIONS

The County reserves the right to negotiate the terms and conditions of the contract with any of the evaluated Bidders. Should the successful Bidder and the County fail to come to an agreement, the County may at its sole discretion award services to any of the remaining Bidders. The Bidder to whom the contract is awarded shall be required to enter into a written contract with the County in a form approved by legal counsel for the County. This ITB and the proposal, or any part thereof, shall be incorporated into and made a part of the final contract.

INVITATION TO BID

HOLD HARMLESS AND INDEMNIFICATION

Bidder agrees to indemnify, hold harmless and defend the County, Jefferson County Commission, 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.

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.

PROPRIETARY INFORMATION

Any proprietary information contained in the Response shall be so indicated with the notation in BOLD letters at the top and bottom of the page, THIS PAGE CONTAINS PROPRIETARY INFORMATION. A general indication that the entire content or major portion, of the Response is proprietary will not be honored.

GENERAL

The County expressly reserves the right to reject any or all ITB’s, or parts of ITB’s or re-bid, 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.

LICENSES/CERTIFICATES

The County reserves the right to require documentation that each Bidder 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.

INVITATION TO BID

ASSIGNMENT

No portion of the bid or resulting project contract may be sold, assigned, transferred or conveyed to a third party without the express written consent of County. Should the County authorize the successful bidder to subcontract (assign) any portion of this contract, the Successful bidder will maintain the ultimate legal responsibility for all services according to contract specifications. In the event of a subcontract, the Successful Bidder must maintain a continuous effective business relationship with the sub-contractor(s) including, but not limited to, regular payment of all monies owed to any sub-contractor. Failure to comply with these requirements, in whole or part, will result in termination of the contract and/or legal ramifications, due to nonperformance.

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 bids will be opened, and read publicly.  We will proceed with negotiations for a lower price with the rejected Bidders and other Bidders by means of sealed quotes.  The rejected Bidders 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.

GOVERNING LAW/DISPUTE RESOLUTION

The parties agree that this contract is made and entered into in Jefferson County, Alabama and that all services, materials and equipment to be rendered pursuant to said Agreement are to be delivered in Jefferson County, Alabama. The interpretation and enforcement of this Agreement will be governed by the laws of the State of Alabama, without giving effect to the conflict of laws rules thereof. The parties agree that jurisdiction and venue over all disputes arising under this Agreement shall be in the Circuit Court of Jefferson County Alabama, Birmingham Division.

CONFIDENTIAL OR PROPRIETARY INFORMATION

If a Bidder’s response contains material noted or marked as confidential and/or proprietary that, in the County’s sole opinion, meets the disclosure exemption requirements of the Alabama Public Records Law, then that information will not be disclosed pursuant to a request for public documents. If the County does not consider such material to be exempt from disclosure under the Alabama Public Records Law, the material will be made available to the public, regardless of the notations or markings. If a Bidder is unsure if its confidential and/or proprietary material meets the disclosure exemption requirements of the Alabama Public Records Law, then it should not include such information in the bid.

INVITATION TO BID

INSURANCE

The successful Bidder’s will maintain such insurance as will protect him/her and the County, Jefferson County, its elected officials, employees, agents and engineers 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 the County 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’s is also required to include the RFP number on the evidence of insurance.

Insurance Minimum Coverage:

Contracting party shall file the following insurance coverage and limits of liability with the County's Human Resource Department and Purchasing Department before beginning work with the County.

General Liability:

$1,000,000 - Bodily injury and property damage combined occurrence

$1,000,000 - Bodily injury and property damage combined aggregate

$1,000,000 - Personal injury aggregate

Comprehensive Form including Premises/Operation, Products/Completed Operations, Contractual, Independent contractors, Broad Form property damage and personal injury.

Automobile Liability:

$1,000,000 - Bodily injury and property damage combined coverage

Any automobile including hired and non-owned vehicles

Workers Compensation and Employers Liability:

$100,000 - Limit each occurrence

Umbrella Coverage:

$1,000,000 - Each occurrence

$1,000,000 – Aggregate

Added Additional Insured By Endorsement:

Jefferson County, Alabama

30 day(s) written cancellation notice

Under Description of Operations/Locations/Vehicles/Exclusions Added by Endorsement/Special

Provisions enter the BID/ITB Number, Project Number or Purchase Order Number Covered by

The Certificate of Insurance

SUBLETTING, ASSIGNMENT OF TRANSFER

No portion of this contract may be sold, assigned, or transferred to a third party without the expressed written consent of County, its successors or assigns. Any attempt to assign this contract without the written consent of the County is null and void, the Bidder agrees to consent to the assignment of this contract to the Jefferson County Commission, Jefferson County, Alabama, its successors, assigns or designees.

INVITATION TO BID

RECORDS RETENTION and ACCESS REQUIREMENTS

The Successful Bidder and any of its sub-contractors shall maintain books, records, documents and other evidence of account procedures and practices which properly and sufficiently reflect all direct and indirect costs invoiced in the performance of the Contract. The Successful Bidder and its sub-contractors shall retain all such records for five (5) years after the expiration or termination of the Contract. Records relating to any litigation matters regarding the Contract shall be kept for one year following the termination of litigation, including all appeals if the litigation does not terminate within six (6) years from the date of expiration or termination of the Contract. Upon prior notice and subject to reasonable time frames, all such records shall be subject to inspection, examination, audit and copying by personnel so authorized by the County and state or federal officials so authorized by law, rule, regulation or contract, as applicable. During the term of this Contract, access to these items will be provided within Jefferson County of the State of Alabama, unless otherwise agreed by the County. Delivery of and access to such records will be at no cost to the County during the six (6) year period after the Contract term or six (6) year term following litigation. The Successful Bidder shall include the records retention and review requirements of this section in any of its subcontracts.

AUDITS

For all the work being performed under this contract, the County or a designated 3rd party auditor has the right to inspect, examine, and make copies of any and all books, accounts, records and other writing relating to the performance of the work. Audits shall take place at times and locations mutually agreed upon by both parties, although the successful Bidder shall make the materials to be audited available within one (1) week of the request for them.

FUNDS PAID

Successful Bidder must certify by the execution of Purchase Order Agreement that no part of the funds paid by the County pursuant to this agreement nor any part of the services, products or any item or thing of value whatsoever purchased or acquired with said funds shall be paid to, used by or used in any way whatsoever for the personal benefit of any member or employee of any government whatsoever or family member of any of them, including federal, state, county and municipal and any agency or subsidiary of any such government; and further certify that neither the Bidder nor any of its officers, partners, Countys, agents, representatives, employees or parties in interest has in any way colluded, conspired, connived, with any member of the governing body or employee of the governing body of the County or any other public official or public employee, in any manner whatsoever, to secure or obtain this Agreement and further certify that, except as expressly set out in the scope of work or services of this Agreement, no promise or commitment of any nature whatsoever of any thing of value whatsoever has been made or communicated to any such governing body member or employee or official as inducement or consideration for this Agreement. Any violation of this certification shall constitute a breach and default of this Agreement, which shall be cause for termination. Upon such termination, Bidder shall immediately refund to the County all amounts paid by the County pursuant to this Agreement.

____________________________________

DOROTHEA ROBINSON

Principal Buyer

NOTIFICATION OF INTENT

ITB NO: 131-14

( ) 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

{Remainder of page left intentionally blank}

BID

(Bidder must use this form)

(Fill in all spaces)

A BID BOND OR CASHIER'S CHECK IN THE AMOUNT OF 5% OF BID MUST ACCOMPANY ANY BID $25,000 OR MORE. BIDS SUBMITTED WITHOUT THE BID BOND WILL NOT BE CONSIDERED.

Shades Valley Facility, pump stations, and miscellaneous lots including mowing,

trimming, edging, site clean-up, and shrubbery and tree up-keep) as specified.

$______________________ per month x 12 = $_______________________ annually

Five Mile Creek, and miscellaneous lots including mowing,

trimming, edging, site clean-up, and shrubbery and tree up-keep) as specified.

$______________________ per month x 12 = $_______________________ annually

Valley Creek WWTP, and miscellaneous lots including mowing,

trimming, edging, site clean-up, and shrubbery and tree up-keep) as specified.

$______________________ per month x 12 = $_______________________ annually

Shades Valley Facility, pump stations, and miscellaneous lots including mowing,

trimming, edging, site clean-up, and shrubbery and tree up-keep) as specified.

$______________________ per month x 12 = $_______________________ annually

MAXIMUM DISCOUNT:

Guaranteed maximum discount available if contract is renewed for 2nd year ________________%

Guaranteed maximum discount available if contract is renewed for 3rd year ________________%

Name of Your Company ______________________________________________________________________________________________________________

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 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 __________________________________________________________

Before me this ________ day Authorized Signature of Bidder Date

of ___________ 20____.

___________________________________________________

Print or Type Name of Bidder

___________________________________

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 and certifies that it is an equal opportunity employer and agrees to the requirements of the Policy and the Equal Employment Opportunity Clause therein. It further certifies that it will require all subcontractors to execute an Equal Employment Opportunity statement and certification of compliance in accordance with Jefferson County Administrative Order 08-4 as follows:

1. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, age, disability or veteran status pursuant to the provisions of Title VII of the Civil Rights Act of 1964, 42 U.S.C. §§ 1981, 1983, 1986 and all amendments thereto relative to discriminatory employment practices. The Contractor will ensure that qualified applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, national origin, age, disability or veteran status. Such action shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship.

2. In the event of the Contractor’s non-compliance with the equal employment opportunity clause of this contract, this contract may not be awarded or may be cancelled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further County contracts.

3. The Contractor will include the provisions of paragraph (1) in every subcontract or purchase order.

4. The Contractor shall certify to the County its compliance with this policy prior to receipt of any contract or business with the County.

The Contractor will furnish to the County, upon request, reports, notices, policies and/or information certifying compliance with this policy.

In the event of the Contractor’s non-compliance with the equal employment opportunity clause of this contract, this contract may not be awarded or may be cancelled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further County contracts.

________________________ _____________________________________________________

Date Signature

_____________________________________________________

Title

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

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: ____________________________

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 ITB for purchases of personal property.

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

Please specify terms of payment below; otherwise, the terms will be Net 30.

Date: _______Company Name: ______________________________ Web Address:_____________

Terms: _______Address:_______________________________________City:__________________

County: _______________State: _____ Zip: ____________ Phone: (_____)____________________

If Jefferson County Business Licenses were issued to your company for the past twelve (12) months, please list numbers:

___________________________________________________________________________________

Vendor's Federal I.D. Number: ____________________________

I certify that __________________________________ has ___ has not ___ been in operation for one year at location(s) zoned for the

(Company Name) (Check one)

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 ITB in sealed envelope. Authorized signature of Bidder must be in ink.

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

INDICATE THE FOLLOWING ADDRESSES IF DIFFERENT FROM ABOVE:

1. ITB AWARD NOTICE ADDRESS

2. PURCHASE ORDER ADDRESS

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

-----------------------

[pic]

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

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

Google Online Preview   Download