45
JEFFERSON COUNTY COMMISSION PURCHASING DIVISION ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH BIRMINGHAM, AL 35203 OFFICE: 205-325-5381 / FAX: (205) 214 - 4034 PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017 PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17) TO: Prospective Bidders INVITATION TO BID NO.: 52-17 (Bid must be submitted online at https://mss.jccal.org/mss ) SEALED BIDS FOR: JANITORIAL AND SPECIALTY PRODUCTS 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: FEBRUARY 22, 2017 11:30 PM (Central Standard Time) FEBRUARY 23, 2017 2:00 PM (Central Standard Time) PARTICIPANTS MUST SUBMIT BID ONLINE AT HTTPS://MSS.JCCAL.ORG/MSS INSTRUCTIONS ARE LOCATED IN THE VSS “RESOURCES SECTION” OR CAN BE OBTAINED BY CONTACTING THE BUYER LISTED WITHIN THIS DOCUMENT. VENDORS MUST BE REGISTERED IN MUNIS/VENDOR SELF SERVICE TO ACCESS BID 17042 (ITB # 52-17) BID OPENING WILL BE HELD AT: Jefferson County Courthouse Purchasing Division, Room 830 716 Richard Arrington Jr. Blvd North Birmingham, AL 35203-0009 Page 1 of 45

JEFFERSON COUNTY COMMISSIONjeffconline.jccal.org/OnlineBidSearch/PACABIDS/itbs/3539.doc  · Web viewThe word COUNTY refers to the JEFFERSON COUNTY COMMISSION and/or JEFFERSON COUNTY,

Embed Size (px)

Citation preview

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

TO: Prospective Bidders

INVITATION TO BID NO.: 52-17 (Bid must be submitted online at https://mss.jccal.org/mss)SEALED BIDS FOR: JANITORIAL AND SPECIALTY PRODUCTS

INVITATION TO BID RESPONSES WILL BE RECEIVED BY:

Dorothea Robinson, Principal BuyerRoom 830, 716 Richard Arrington Jr. Blvd. NorthBirmingham, AL 35203

***IMPORTANT SOLICITATION DATES***BID DUE DATE: BID OPENING DATE:

FEBRUARY 22, 201711:30 PM (Central Standard Time)

FEBRUARY 23, 20172:00 PM (Central Standard Time)

PARTICIPANTS MUST SUBMIT BID ONLINE AT HTTPS://MSS.JCCAL.ORG/MSSINSTRUCTIONS ARE LOCATED IN THE VSS “RESOURCES SECTION” OR CAN BE OBTAINED BY CONTACTING THE

BUYER LISTED WITHIN THIS DOCUMENT.VENDORS MUST BE REGISTERED IN MUNIS/VENDOR SELF SERVICE TO ACCESS BID 17042 (ITB # 52-17)

BID OPENING WILL BE HELD AT:Jefferson County Courthouse

Purchasing Division, Room 830716 Richard Arrington Jr. Blvd North

Birmingham, AL 35203-0009

NOTIFICATION OF INTENT:All recipients of this solicitation are required to complete and return the enclosed Notification of Intent. 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 may be faxed to 205-214-4034 or emailed to Dorothea Robinson [email protected] no later than FEBRUARY 17, 2017. (Full document available for download at http://paca.jccal.org)

TELEPHONE INQUIRIES – NOT ACCEPTED:Telephone inquiries with questions regarding clarification on 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 [email protected].

Submissions may be withdrawn, modified, and resubmitted prior to the formal bid opening due date. Any submission modification(s) after the “Bid Opening Due Date” will not be considered.

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

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

Released by:

_______________________________________________________

Page 1 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

INVITATION TO BIDMUNIS 17042 # 52-17

“JANITORIAL AND SPECIALTY PRODUCTS”

Dorothea Robinson, Principal Buyer

Room 830*716 Richard Arrington Jr. Blvd North

Birmingham, Alabama 35203

Phone: (205) 521-7593

Email: [email protected]

Page 2 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

PURCHASING ASSOCIATION OF CENTRAL ALABAMATO ALL BIDDERS:

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

Page 3 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

Alabama School of Fine ArtsAlabaster Board of EducationBessemer, City ofBessemer Board of EducationBirmingham Board of EducationBirmingham-Jefferson Civic CenterBirmingham Public LibraryBirmingport Fire DistrictsBlount County Board of EducationCahaba Valley Fire & RescueCenter Point, City ofCenter Point Fire DistrictChelsea, City ofChilton/Shelby Mental Health BoardClay, City ofConcord Fire DepartmentEastern Valley Volunteer Fire DeptFairfield Board of EducationForestdale Fire DepartmentFour Mile Fire DepartmentFultondale, City ofGlennwood Fire DistrictGardendale, City ofHelena, City ofHomewood, City of

Homewood Board of EducationHoover, City ofHueytown, City ofIndian Ford Fire DistrictIrondale, City ofJefferson County 911 EmergencyCommunication District, Inc.Jefferson County Board of EducationJefferson County Assisted Housing CorpJefferson County Economic & Industrial Development Authority (JCEIDA)Jefferson County Housing AuthorityJefferson County Library CoopJefferson State Community CollegeKimberly, Town ofLawson State Community College Leeds Board of EducationLeeds, City ofMcAdory Fire Departments Midfield, City ofMidfield Board of EducationMinor Heights Fire DepartmentMorris, Town ofMountain Brook, City ofMountain Brook Board of Education

North Shelby Fire DepartmentPalmerdale Fire DepartmentPelham, City ofPelham Board of EducationPell City School SystemPickens County Board of EducationPinson, City ofPleasant Grove, City ofRocky Ridge Fire/RescueShannon Fire DepartmentShelby County Board of EducationSt. Clair County Board of EducationTarrant, City ofTarrant City Board of EducationTrussville Board of EducationTrussville Volunteer Fire DepartmentTuscaloosa City SchoolsTuscaloosa County Board of EducationTuscaloosa County CommissionVestavia Hills, City ofVestavia Hills Board of EducationWalker County Board of EducationWarrior, City ofWarrior River Fire & Rescue Service

Page 4 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

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 #: 52 – 17 Commodity: “JANITORIAL AND SPECIALTY PRODUCTS” Principal Buyer: Dorothea RobinsonTelephone: (205) 325-5381

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

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

Acknowledged by

_______________________________________________ __________________________________________Vendor Name Authorized Signature/Title

INVITATION TO BID

Sealed bids marked "JANITORIAL PRODUCTS AND SPECIALTY PRODUCTS” will be received by the Purchasing Coordinator, Room 830 * 716 Richard Arrington Jr., Blvd N., Birmingham, Alabama.

Bids will be accepted until 11:30 P.M. central time (standard or daylight savings time, as applicable) on FEBRUARY 22, 2017. Bids submitted after this date and time will not be considered.

Bids will be publicly opened at 2:00 P.M. on FEBRUARY 23, 2017.The County is not responsible for delays occasioned by the U.S. Postal Service, the internal mail delivery system of the County, or any other means of delivery employed by the bidder. Similarly, the County is not responsible for, and will not open, any bid/proposal responses, which are received later than the date and time, indicated above. Late bids/proposals will be retained in the bid/proposal file, unopened.

TERM OF CONTRACTAny contract resulting from this ITB will become effective upon bid award (or within 30 days of award notification, approval of the County Commission and purchase order is issued). Contract will expire on September 30, 2018. However, the contract may be extended, at the County’s option, for a period of up to two (2) additional one (1) year terms.

CONTRACT PERIODContract will be good for the period 10/01/17 to 09/30/2018 with renewal, at County’s option, each fiscal year until 2020.

SPECIFICATIONS

I. Group I: Floor Care Products (see sheets 12 – 16)A. Bravo Foam StripperB. Showplace Floor FinishC. Complete Floor FinishD. Plaza Brick & Tile Floor Sealer/FinisherE. Vectra Floor FinishF. Revive Ultra Speed Cleaner/Restores

Page 5 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

G. Stride Liquid Neutral CleanerH. Extraction Carpet CleanerI. General Purpose SpotterJ. Bravo Liquid Wax Stripper

II. Group II: Restroom Cleaning Products (see sheet 17)A. Crew Toilet Bowl CleanerB. Toilet Brush, Nylon BristlesC. Toilet Brush, yarn head

III. Group III: Disinfectant Cleaners (see sheets 18 – 20)A. Germicidal Spray CleanersB. Disinfectant Deodorant SprayC. Sanibelt Disinfectant SprayD. Urinal ScreenE. Fresh Products FR512-4C# Urinal Deodorizer

INVITATION TO BID - Continued

III. Group III: Disinfectant Cleaners – Cont’d (see sheets 18 – 20)

F. General Purpose disinfectant cleanerG. BETCOAT 315 Germicidal CleanerH. Odor Counteractants

IV. Group IV: Specialty Products (See sheets 21 – 23)A. Tile and Grout CleanersB. Ink and Stain RemoverC. Glance Glass CleanerD. General Purpose CleanerE. All Purpose Ammoniated Glass CleanerF. Jell SoapG. Degreaser, aqueous, drumH. Degreaser, aqueous, 30 oz. trigger bottlesI. Degreaser, pressure wash/steam clean

SUBSTITUTE ITEMSSubstitute items must be equal or exceed the required specifications. Substitute items must be evaluated and approved by Mike Hendking, (205) 849-2328, Jefferson County Bulk Store Warehouse prior to submitting bid response.

Vendor must submit proof of evaluation of any substitute brands listed. Proof of evaluation must show name of product, date of testing and authorized signature of department head.

Documentation of substitutions must accompany bid or bid will be considered null and void.

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.

Page 6 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

Proprietary specifications may be waived for functional equivalents offered.

LANGUAGE, WORDS USED INTERCHANGEABLYThe word COUNTY refers to the JEFFERSON COUNTY COMMISSION and/or JEFFERSON COUNTY, ALABAMA throughout this document. Similarly, RESPONDENT, VENDOR, and BIDDER refer to the person or company submitting an offer to sell its goods or services to the COUNTY. The words PROPOSAL, QUOTATION, and BID are all offers from the BIDDER. The County has established for the purposes of this ITB that the words SHALL, MUST or WILL are equivalent in this ITB and indicate a mandatory requirement or condition, the material deviation from which shall not be waived by the County. A deviation is material if, at the sole discretion of the County, the deficient response is not in substantial accord with this ITB’s mandatory condition requirements. The words SHOULD and MAY are equivalent in the ITB and indicate 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.

INVITATION TO BID - Continued

DELIVERY

Will be to: Jefferson County Bulk Stores Warehouse520 Medco Road- Bay #7-10Tarrant, AL 35217

& PACA Members

INVOICINGAll invoices must agree with the purchase order in description and price and include the following information: 1) Purchase Order Number; 2) Ship-to Department name and address.In order to ensure prompt payment, ALL ORIGINAL INVOICES* MUST BE SENT TO:        Jefferson County Commission        Finance Department        Room 820, Courthouse        716 Richard Arrington Jr. Blvd, North        Birmingham, AL 35203

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

THIRD-PARTY “REMIT-TO”If Bidder has a third-party “remit-to” company, that information must appear on the Bidder’s response. Jefferson County will send payment to the company designated by Bidder on its response, but will not be responsible for resolving payment issues, should the Bidder change payment processing companies after a payment has been mailed or without forty-five (45) days written notification to the Purchasing and Accounting division of Jefferson County.

Purchase orders will be issued as deliveries are required.

Page 7 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

F.O.B. Destination, via truck best way.

Orders will be required within two (2) days/ forty-eight (48) hours after telephone request of using department.

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

TERMINATION OF CONTRACTThis 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.

INVITATION TO BID - Continued

PRICE GUARANTEE FOR ENTIRE CONTRACT PERIODBidder agrees that he will deliver any items awarded to him, that such items will be manufactured to quoted specifications that prices billed will be no higher than those quoted herein and that delivery will be made within the time specified herein or within a reasonable time, if not so specified. Bidder hereby guarantees delivery of all items awarded to him hereunder, without any qualification or limitation whatsoever. In making this guarantee, bidder confirms that he has secured the subject items or has obtained guarantee of their availability sufficient to his satisfaction. Bidder further agrees that in the event bidder fails to deliver any items awarded to him in accordance herewith for any reason whatsoever, Jefferson County may, at its option, accept the next lowest and best bid for such items, or re-bid such items, or obtain substitute items elsewhere. Such substitutes may include later year models, where current year models are not reasonably available. Bidder agrees to pay Jefferson County the difference between the bidder's bid for such items and the cost to Jefferson County to obtain the items elsewhere, if greater, and other incidental and consequential damages. Jefferson County may elect not to affect such cover, and may enforce all remedies authorized by law.

Include transportation (including fuel surcharge, if applicable), handling, packaging, service charges.

PRE-PAYMENTSNo prepayments of any kind will be made prior to shipment.

TAXJefferson County is exempt from all Federal Tax, and sales and use tax, except Alabama tax on oils, lubricants and fuels specifically bought for over-the-road transportation use.

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

Bidder agrees that Jefferson County will be charged no more for item(s) bid than the State of Alabama, and that in the event of a price reduction; the County will receive the benefit of such reduction on any undelivered portion of contract.

PRICE REDUCTIONIn the event of a general price reduction, the County will receive the benefit of such reduction on any undelivered portion of contract.

Page 8 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

SAMPLESIf requested, bidder will furnish a sample of each item on which he has bid within seven (7) day(s).

QUANTITIESQuantities shown are estimates, and are not a guarantee to buy in the amount shown.

GUARANTEEBidder certifies by bidding, that he is fully aware of the conditions of service and purpose for which item(s) included in this bid are to be purchased, and that his offering will meet these requirements of service and purpose to the satisfaction of the Jefferson County Commission and its agent.

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

SINGLE BIDIf a single bid response is received for this ITB, the bid will be rejected in accordance with Title 41-16-50-a-1 of the Alabama Code.  The bid will be opened, but will not be read publicly. We will proceed with negotiations for a lower price with the rejected bidder and other bidders by means of sealed quotes.  The rejected bidder’s initial offer will not be disclosed to other bidders, prior to the awarding of a contract. The award will be made to the company offering the lowest negotiated quotation, provided that all conditions and specifications required by the County are met.

INVITATION TO BID - Continued

PUBLIC DISCLOSURESubject to applicable law or regulations, the content of each Bidder’s Proposal shall become public information upon the effective date of any resulting contract.

NEGOTIATIONSJefferson County reserves the right to enter into contract negotiations with the selected bidder. If the County and the selected bidder cannot negotiate a successful contract, the County may terminate negotiations and begin negotiation with the next selected bidder. This process will continue until a contract has been executed or all proposals have been rejected. No bidder shall have any rights against the County arising from such negotiations.

{REMAINDER OF PAGE LEFT BLANK INTENTIONALLY}

Page 9 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

INVITATION TO BID - Continued

INSURANCEThe 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 CoverageContracting 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 aggregateComprehensive 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 coverageAny automobile including hired and non-owned vehiclesWorkers Compensation and Employers Liability:$100,000 - Limit each occurrenceUmbrella Coverage:$1,000,000 - Each occurrence$1,000,000 – Aggregate

Added Additional Insured By Endorsement:Jefferson County, Alabama30 day(s) written cancellation noticeUnder Description of Operations/Locations/Vehicles/Exclusions Added by Endorsement/Special Provisions enter the BID/ITB Number, Project Number or Purchase Order Number Covered by

Page 10 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

The Certificate of Insurance

INVITATION TO BID - Continued

HOLD HARMLESS AND INDEMNIFICATIONContracting party agrees to indemnify, hold harmless and defend Jefferson County, Alabama, its elected officers and employees (hereinafter referred to in this paragraph collectively as “County”), from and against any and all loss expense or damage, including court cost and attorney’s fees, for liability claimed against or imposed upon County because of bodily injury, death or property damage, real or personal, including loss of use thereof arising out of or as a consequence of the breach of any duty or obligations of the contracting party included in this agreement, negligent acts, errors or omissions, including engineering and/or professional error, fault, mistake or negligence of Integrator, its employees, agents, representatives, or subcontractors, their employees, agents or representatives in connections with or incident to the performance of this agreement, or arising out of Worker’s Compensation claims, Unemployment Compensation claims, or Unemployment Disability compensation claims of employees of company and/or its subcontractors or claims under similar such laws or obligations. Company obligation under this Section shall not extend to any liability caused by the sole negligence of the County, or its employees. Before beginning work, contract party shall file with the County a certificate from his insurer showing the amounts of insurance carried and the risk covered thereby. Liability insurance coverage must be no less than $1,000,000. During performance the company must effect and maintain insurance from a company licensed to do business in the State of Alabama. Coverage required includes 1) Comprehensive General Liability; 2) Comprehensive Automobile Liability; 3) Worker’s Compensation and Employer’s Liability.

NON- DISCRIMINATION POLICYThe Jefferson County Commission is strongly committed to equal opportunity in solicitation of ITB’s and RFP’s. The County encourages s and proposers to share this commitment. Each /contractor submitting a proposal will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, age, disability or veteran status.  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. 

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

GENERAL

Page 11 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

The Jefferson County Commission expressly reserves the right to reject any or all bids, or parts of bids, or to re-bid and to make the award or awards as the best interest of the County appears.

BUSINESS LICENSEIn the event you receive a notification of intent to award letter, you will be required to provide your Jefferson County business license within 7 days of receipt of notice of intent to award. If you are not currently registered with Jefferson County Revenue Department, and do not have a business account number, applications may be obtained by logging on to http://jeffconline.jccal.org/revenue. Once you have logged on, click on Business License and then **New Applicants. Failure to submit the requested information may result in the notice of intent to award being revoked.

GOVERNING LAW/DISPUTE RESOLUTIONThe 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.

Dorothea Robinson

Principal Buyer

REQUIRED FORMS

Page 12 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

BID(Bidder must use this form. Fill in all spaces)

Quantities stated herein represent initial order requirements known at the time of this solicitation. Quantities may vary for future orders.

I. GROUP I: FLOOR CARE PRODUCTS

A. Bravo Foam Stripper #4640 or approved equal. Concentrated floor finish stripper, pressurized foamy liquid formulated to penetrate old dirty metal, complex polymer emulsion finishes to permit subsequent removal suitable for use on and not harmful to any type hard resilient floorings and baseboards.

Total Delivery: 648.2 G/Min Stability-No separation after standing 24 hours at 110 Degree F. PH: 13.0 Minimum Wt. per gallon: 8.24 Packaged: 12/32 oz. aerosol cans.

Annual usage approximately: 380 cases

380 cases X $ _______________ per case = $ _________________________

Name of Your Mfg. & Product Number__________________________________________________________

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

B. Johnson Showplace Floor Finish 4061 or approved equal. Showplace Floor Finish - A high gloss, metal-complexed synthetic polymer floor finish with exceptional durability under heavy foot traffic conditions. It shall possess outstanding water and detergent resistance. It shall be suitable for use on all floors except unsealed wood or cork. It shall possess excellent adhesion properties and be tolerant of misuse. It shall possess excellent abrasion resistance and oil resistance.

Drying time: 30 minutes max. Non-Volatile Content: 24.8-25.2% PH: 8.8-9.2 Accelerated Aging: No visible change Specular Gloss: 90 min. Sediment: 0.1% by volume max. Color: Product-translucent, slightly milky. Applied wet film-water white. Stain Resistance: Shall show no permanent whitening of the film. Detergent Resistance: Shall show no permanent whitening and no more than a slight dulling of the film. Plasticizer migration Resistance: Should register 200 gm. Pull max. Water Resistance: Shall show no permanent whitening and no more than a slight dulling of the dried film.Flexibility and Adhesion: Dried film should be flexible and shall adhere firmly to the surface without checking, cracking or peeling. Slip Resistance (Static Coefficient of Slip): 0.5 minimumAnnual usage approximately: 220 cases

220 cases X $ _______________ per case = $ _________________________

Name of Your Mfg. & Product Number_____________________________________________________

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

Name of Your Company________________________________________________________________________________

BID – continued

Page 13 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

I. GROUP I: FLOOR CARE PRODUCTS – Cont’d

C. Johnson Complete Floor Finish 4651 or approved equal. Complete Floor Finish - A metal-complexed synthetic polymer floor finish with exceptional durability under heavy foot traffic conditions. It shall possess outstanding water and detergent resistance. It shall be suitable for use on all floors except unsealed wood or cork. It shall possess excellent adhesion properties and be tolerant of misuse. It shall possess excellent abrasion resistance and oil resistance.

Drying time: 30 minutes max. Non-Volatile Content: 24.8-25.2% PH: 8.8-9.2 Accelerated Aging: No visible change Specular Gloss: 90 min. Sediment: 0.1% by volume max. Color: Product-translucent, slightly milky. Applied wet film-water white. Stain Resistance: Shall show no permanent whitening of the film.Detergent Resistance: Shall show no permanent whitening and no more than a slight dulling of the film.Plasticizer migration Resistance: Should register 200 gm. Pull max.Water Resistance: Shall show no permanent whitening and no more than a slight dulling of the dried film. Flexibility and Adhesion: Dried film should be flexible and shall adhere firmly to the surface without checking, cracking or peeling.Slip Resistance (Static Coefficient of Slip): 0.5 minimum Annual usage approximately: 220 cases

220 cases X $ _______________ per case = $ _________________________

Name of Your Mfg. & Product Number_____________________________________________________

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

D. Plaza Brick & Tile Floor Sealer/Finisher or approved equal. High performance sealer/finish, which offers excellent adhesion to row or worn granite, marble, terrazzo, and other stone flooring. Contains a blend of unique polymers resulting in a double coating that can withstand high traffic loads. Product can also be used on resilient floors. Product is ready to use, do not use on wood, cork, or glazed ceramic tile. Can be maintained with either low or UHS floor equipment. Can be used as sealer and top coated with specific finish to meet certain performance requirements.

Dilution: Ready-to-use. Non-Volatile Solids: 19.8% - 20.2%Drying time: Approx. 60 minutes. Depending on drying conditions. Shelf Life: 2 yearsPacking: Five gallon bag in box Container with MSDS attached.Slip Resistance: 0.5 minimum (ASTM D2047)Coverage: First coat-up to 1500 sq. ft. per U.S. gallon, Successive costs – 2000-2500 sq. ft. per U.S. gallon HMIS Hazard Rating: Health Plannability 0 Reactivity 0Annual usage approximately: 130 cases

130 cases X $ _______________ per case = $ _________________________

Name of Your Mfg. & Product Number_____________________________________________________

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

Name of Your Company________________________________________________________________________________

BID – continued

I. GROUP I: FLOOR CARE PRODUCTS – Cont’d

Page 14 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

E. Johnson Vectra 4071, Floor Finish or approved equal. Slip resistance, ASTM D2047-82, 0.5 minimum. Zinc content (as ZnO) 0.59-0.69% Wt/gal @ 68 degrees F, 8.60 lbs.

Annual usage approximately: 250 pails

250 pails X $ _______________ per pail = $ _________________________

Name of Your Mfg. & Product Number________________________________________________________

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

F. Revive Ultra Speed Cleaner/Restore #04636 or approved equal. Concentrated cleaner and finish combination. Formulated to clean and shine UHS finishes in one step. Clean floor and shine provided without using a mop-on restorer or rinsing. Fills in surface scratches and scuffs so that finish achieves a smoother, deeper gloss when burnished. Can be used with an auto scrubber or mop.

Water in auto scrubber: 4 oz. per gallon Water when mopping: 2 oz. per gallon Non-Volatile: 19.0 (minimum) 5.4-6.0% PH: 8.7-9.1 Wt. /gallon: 8.36 Slip resistance: 0.5 (minimum) Stored stability: 2 years Packaged: 5 gallon envirobox Annual usage approximately: 80 cases

80 cases X $ _______________ per case = $ _________________________

Name of Your Mfg. & Product Number_________________________________________________________

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

G. Stride Liquid Neutral Cleaner, Johnson Stride Cleaner #3906 or approved equal. Super concentrated liquid neutral cleaner for use on any washable surface. Blend of low foaming surfactants, leave with neutral ph, does not require rinsing. Dries film free, leaves no dulling residues. Does not contain phosphates. Furnished in one type and grade only. Intended for removing soil and other extraneous material from washable hard surfaces.

No separation in temperature range of 32 degree F - 140 degree FPH: 10.5 - 11.5 (concentrate) Wt. /gallon: 8.39-8.49 Packaged: 5 gal Envirobox Registered: PCPA Annual usage approximately: 290 cases

290 cases X $ _______________ per case = $ _________________________

Name of Your Mfg. & Product Number____________________________________________________________

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

Name of Your Company________________________________________________________________________________BID – continued

I. GROUP I: FLOOR CARE PRODUCTS – Cont’d

H. Extraction Carpet cleaner, liquid extraction cleaner for carpets, Johnson Carpet Cleaner #3844 or approved equal. Liquid extractor cleaner concentrate. Contains detergents to help bring out colors in carpets, corrosion inhibitors, low

Page 15 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

foam properties for the needs of high pressure extractors, resists re-soiling. Furnished in one type and grade only. Clear, Amber mobile liquid, used according to directions with recommended equipment, suitable for cleaning all types of carpeting. Uniformly clear surface upon drying. Contain inhibitors to help protect equipment formulated with low foam properties consist of blends of surfactants, builders and additives which will resist re-soiling.

Non-Volatile: Limits 10.4-10.9% PH (ASTM E70): 9.0-9.8 Can be used as pre-spray and spotter Packaged: 5 gallon Envirobox Annual usage approximately: 160 cases

160 cases X $ _______________ per case = $ _________________________

Name of Your Mfg. & Product Number____________________________________________________________

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

I. General Purpose Spotter-Water based spot remover, General Purpose Spotter #4192 or approved equal. Water based spot remover for carpets. Contains detergents and solvents to clean water based and light oil based spots. Multi-purpose, ready to use, Furnished in one type and grade only. Clear, free flowing liquid, suitable for cleaning all types of carpeting. Consists of Phosphate free blend of surfactants, solvents and water. Shall not have objectionable odor or develop an offensive odor during use.

Non-Volatile PH (ASTM E 70): 9.2-9.6 Flash Point: TCC-131-F Flash Point: TOC-None Packaged: 6/32 oz. Annual usage approximately: 200 cases

200 cases X $ _______________ per case = $ _________________________

Name of Your Mfg. & Product Number_____________________________________________________________

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

Name of Your Company________________________________________________________________________________

BID – continued

I. GROUP I: FLOOR CARE PRODUCTS – Cont’d

J. Bravo Liquid Wax Stripper, Johnson Bravo Stripper #04576 or approved equal. Concentrated liquid wax stripper formulated to penetrate old and dirty metal. Complex polymer emulsion finishes permitting removal by mop or scrubbing machine. Suitable for use on and not harmful to most types of hard, resilient flooring, non-ammoniated, biodegradable, and phosphate-free.

Page 16 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

Non-Volatile: 15.5-16.1% PH Concentrate: 12.7 min. Wt. /Gallon: 9.27 lb. @ 68 degree F Stability: No separation after standing 24 hours at 110 degree F Dilutability: No insoluble matter Application: Shall wet surface readily and uniformly Alkalinity: 2.40-2.80 MEQ/G Flash Point: None Dilution: 1 to 4 Packaged: 5 gallon Envirobox Annual usage approximately: 350 cases

350 cases X $ _______________ per case = $ _________________________

Name of Your Mfg. & Product Number__________________________________________________________

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

GROUP I TOTAL (ITEMS A-J)........................................................................................................................................$ _____________________

Name of Your Company________________________________________________________________________________

BID – continued

II. GROUP II: RESTROOM CLEANING PRODUCTS

A. Crew toilet bowl cleaner, Johnson Crew #4578 or approved equal. Must remove rust, stains, lime and scale, hard water deposits, uric acids salts. Ability to cling to vertical surfaces EPA registered disinfectant effective against Staphylococcus aureus and Salmonella Choleraesuis. Kills HIV-1 (Aids Virus) Color changing from green to blue indicates germ killing agents are functioning. Corrosion inhibitor provides extra protection for pipes, traps and drains. Floral fragrance.

Page 17 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

PH: less than 1% Wt. /gallon: 8.75 lbs. Stability: 24 months Packaged: 12/32 oz. Annual usage approximately: 300 cases

300 cases X $ _______________ per case = $ _________________________

Name of Your Mfg. & Product Number_____________________________________________________________

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

B. Toilet brush, nylon bristles, 16-17” plastic handle, Rubbermaid 6310 or approved equal. Nylon Bristles, 16-17” plastic handle, Scratch resistant.

Annual estimated usage: 1000 cases

1000 cases X $ _______________ per case = $ _________________________

Name of Your Mfg. & Product Number_______________________________________________________

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

C. Toilet brush, yarn head, Impact #200 or approved equal. Yarn head w/12” plastic handle.

Annual usage approximately: 900 cases

900 cases X $ _______________ per case = $ _________________________

Name of Your Mfg. & Product Number__________________________________________________________

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

GROUP II TOTAL (ITEMS A-C)......................................................................................................................................$ _____________________

Name of Your Company________________________________________________________________________________

BID – continued

III. GROUP III: DISINFECTANT CLEANERS

A. Germicidal Spray Cleaner, BETCO-GLYBET #BET-08623 or approved equal. Non-scratching germicidal spray-foam or RTU liquid. Dissolves scum and soap film fast on sink fixtures and other washable surfaces. No rinsing required, disinfects, won’t scratch or dull surfaces.

PH: 11.8-12.4 Stability: 2 years (Bactericidal)

Page 18 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

Packaged: 12/19 oz container Annual usage approximately: 500 cases

500 cases X $ _______________ per case = $ _________________________

Name of Your Mfg. & Product Number_________________________________________________________

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

B. End BAC II Disinfectant Deodorant Spray, BETCO-TB Plus #BET 09323 or approved equal. Tuberculocidal, prevents mold and mildew, kills staph, strep, athlete’s foot fungus and other surface germs. Disinfects on most environmental surfaces.

Fragrance: Fresh, pleasant Stability: Minimum 2 years (Bactericidal) EPA registered Packaged: 4/1 gal. Annual usage approximately: 300 cases

300 cases X $ _______________ per case = $ _________________________

Name of Your Mfg. & Product Number_________________________________________________________

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

C. Sanibelt disinfectant spray, sanitizer, deodorizer, BETCO Sanibelt #BET-30504 or approved equal. Highly concentrated quaternary. Effective against broad spectrum of pathogenic bacteria.

Color: Water Clear Flash Point: None Fragrance: None PH: 7.2 Stability: 1 Year Annual usage approximately: 400 cases

400 cases X $ _______________ per case = $ _________________________

Name of Your Mfg. & Product Number________________________________________________________

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

Name of Your Company________________________________________________________________________________

BID – continued

III. GROUP III: DISINFECTANT CLEANERS – Cont’d

D. Urinal Screen, BETCO #BET2507272 or approved equal. Flexible, deluxe vinyl. Mold to shape of urinal.

Annual estimated usage: 150 boxes

150 boxes X $ _______________ per box = $ _________________________

Page 19 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

Name of Your Mfg. & Product Number_____________________________________________________________

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

E. Fresh Products #FRS512-4-CH, Urinal Deodorizer or approved equal.

Urinal, Round, Block, 4oz. Individually wrapped Para Deodorizer effective for up to 30 days Cherry Fragrance, USDA Class C1 Annual usage approximately: 320 cases

320 cases X $ _______________ per case = $ _________________________

Name of Your Mfg. & Product Number_______________________________________________________

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

F. General Purpose Disinfectant Cleaner, BETCO #BET-311655 or approved equal. High powdered disinfectant cleaner. Can be used as a sanitizer at 1:64. Gentle enough for all washable solutions.

EPA registered. 1:55 gallon drum. Annual usage approximately: 40 drums

40 drums X $ _______________ per 55 gal drum = $ _________________________

Name of Your Mfg. & Product Number____________________________________________________________

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

Name of Your Company________________________________________________________________________________

BID – continued

III. GROUP III: DISINFECTANT CLEANERS – Cont’d

G. Germicidal Cleaner, BETCO, AF315 #BET-31504 or approved equal. Broad Spectrum-disinfection kills Pseudomonas, Salmonella, and Staph, reduces risk of cross contamination. Use recommended in all public places and bacterial are vital.

Fragrance: Citrus Bouquet Packaged: 4/1 gal Use dilution: 2:11 Appearance: Turquoise Flash Point: None Ammonium Chloride: 2.00%

Page 20 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

Bacterial Stability: 1 year PH of Concentrate: Minimum 7.0 Weight: 2.75 lbs. /gallon Annual usage approximately: 400 cases

400 cases X $ _______________ per case = $ _________________________

Name of Your Mfg. & Product Number_______________________________________________________

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

H. Odor counteracts Garden fresh AirWorks 6/case or approved equal. Mfg. #AWPA232(Dispenser should be at no cost)

50 cases X $ _______________ per case = $ _________________________

Name of Your Mfg. & Product Number_______________________________________________________

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

GROUP III TOTAL (ITEMS A-H)....................................................................................................................................$ _____________________

Name of Your Company________________________________________________________________________________

BID - continued

IV. GROUP IV: SPECIALTY PRODUCTS

A. Tile and Grout Cleaner, K-Chem # BA10Q or approved equal. Lift-Out is a one-step foamy cleaner. Disinfectant containing a blend of phosphorio and hydroxyacetic acid for efficient removal of lime, soap scum, hard water deposits, uric acid salts and various discolorations from toilet bowls, urinals, shower stalls, ceramic tiles and sinks. Effective against Staphylococcus aureus, Pseudomonas aeruginosa, and salmonella choleraesuls in the presence of 5% organic serum when tested according to AOAC Germicidal Spray Products Disinfectant Method. EPA Registered Specific Gravity: 1.08, pH: <1, Acidity: 16.4%, Appearance: Purple, Fragrance: Mint, USDA.

320 bottles X $ _______________ per bottle = $ _________________________

Name of Your Mfg. and Product Number _______________________________________________________

Page 21 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

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

B. Ink and Stain Remover, 12 oz cans, K-Chem #ID12A or approved equal. Spill or Leakage Procedures: Flush product to sewer with water. Aerosol cans when vented to atmospheric pressures through normal use pose no disposal hazard. Wt./20 oz. can 18 oz. USDA Category: C1, Classifications: Aerosol Heavy Duty Cleaner, General Appearance: White Foam Spray, Color: White, Odor: Mint, pH: 10-11, Vapor Pressure at 70 F: 60 psig, Flammability: Not flammable per, USA Flame Projection Test, NFPA Code 30B: Level 1, HMIS RATING: Health-1; Flammability-0; Reactivity-0, Personal Protection-B.

220 cases X $ _______________ per case = $ _________________________

Name of Your Mfg. and Product Number _______________________________________________________

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

C. Glance Glass Cleaner, concentrated general purpose and multi surface #4701 or approved equal. General purpose glass and multi surface cleaner cuts grease marks, smoke films, insect residue, soap films. Leaves glass and many washable surfaces clean without depositing a residue. pH (concentrate): 12.5, Dilution: Ration of 1-10, % Phosphates: None, Storage Stability: 24 months, Deleterious Action: Not recommended for use on copper or brass. Packaged: 6/32 oz,

300 cases X $ _______________ per case = $ _________________________

Name of Your Mfg. and Product Number _______________________________________________________

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

D. General Purpose cleaner and polish combination, Liquid Shine-Up #4441 or approved equal. General purpose cleaners and polish combinations for maintaining furniture and equipment. Free flowing liquid leaves a uniform gloss. Clean and produce a uniform, streak-free gloss. Leaves a dry, non-oily, protective film on surface not smeary or easily finger marked. Can be used on light or dark furniture, plastic counters and table tops, leather, chrome, stainless steel, brass, porcelain, ceramic, marble, enameled surfaces and plastic upholstering. Does not have an objectionable odor or develop an objectionable odor on the surfaces when used. Stability: No spearing, gelling, skin formation or depositing of the wax. pH: 8.2-8.6, Packaged: 12/15 oz.

200 cases X $ _______________ per case = $ _________________________

Name of Your Mfg. and Product Number _________________________________________________________

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

Name of Your Company________________________________________________________________________________BID - continued

IV. GROUP IV: SPECIALTY PRODUCTS – Cont’d

E. All Purpose Ammoniated Glass Cleaner, 32 oz. bottle, ABC #cl78Q or approved equal. Physical data: Boiling Point: 200º F, Vapor Density (AIR=1): Unknown, pH: 10.0-11.0, Evaporation Rate (but.ace. 1): < 1, Physical Stat: Liquid, Appearance and Odor: Clear, yellow, ammonia cal, lemon scented odor, Vapor Pressure: Unknown, Solubility in Water: complete, Specific Gravity (H<O=1): 0.99, Percent solid by weight: 0.1-4.0, Fire and Explosive Hazard Data Flash Point: 111º, Flammable Limits: N/A, Extinguishing Media: Water, Special Fire Fighting Procedures: N/A, Unusual Fire and Explosive Hazards: N/A, Method Used: ASTM-D56, Flame Extensions: N/A.

50 bottles X $ _______________ per bottle = $ _________________________

Name of Your Mfg. and Product Number __________________________________________________________

Page 22 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

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

F. Jell Soap – No wax, no sealer, K-Chem # CLO1C Jell soap or approved equal. High-efficiency, all-purpose cleaner. Recommended for cleaning hard floors, ceramic, tile, marble, mosaic, terrazzo, slate and concrete. Dissolves quickly, low foaming qualities, highly effective when used in automatic floor scrubbing machines. Penetrates grease, wax and dirt.

200 pails X $ _______________ per pail = $ _________________________

Name of Your Mfg. and Product Number __________________________________________________________

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

G. Degreaser, aqueous, 30 oz. trigger bottles – Cleaner/Degreaser, aqueous, CRC # 14418 or approved equal. Concentrated can be sued full strength or diluted low foaming solvent based degreaser, biodegradable, non-abrasive, non-flammable, aqueous cleaner. Safe of most plastics, 30 oz. trigger bottle.

320 cases X $ _______________ per case = $ _________________________

Name of Your Mfg. and Product Number __________________________________________________________

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

H. Degreaser, Cleaner degreaser, aqueous, shop degreaser, CRC # 14415 or approved equal. Concentrated, can be used full strength or diluted. Low foaming solvent based degreaser, biodegradable, non-abrasive, and non-flammable, aqueous cleaner. Safe on most plastics. 55 gallon drum.

50 drums X $ _______________ per 55 gal. drum = $ _________________________

Name of Your Mfg. and Product Number __________________________________________________________

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

Name of Your Company________________________________________________________________________________

BID - continued

IV. GROUP IV: SPECIALTY PRODUCTS – Cont’d

I. Degreaser, pressure/wash/steam clean, K-Chem #DG47D5 or approved equal. USDA Classification: A4, Color: Clear, blue, Odor: Slight, butyl, Appearance: Clear, thin water-based liquid, pH: 13,

Flash Point: None, Lbs. /gal.: 8.07, Shelf Life: One year minimum, HMI RATING: Health-1; Flammability-0; Reactivity-0; Personal Protection-B.

60 drums X $ _______________ per drum = $ _________________________

Name of Your Mfg. and Product Number __________________________________________________________

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

Page 23 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

GROUP IV TOTAL (ITEMS A-I)......................................................................................................................................$ _____________________

GROUP SUMMARY:

GROUP I $ _____________________

Discount off on full-line catalog $ _____________________

GROUP II $ _____________________

Discount off on full-line catalog $ _____________________

GROUP III $ _____________________

Discount off on full-line catalog $ _____________________

GROUP IV $ _____________________

Discount off on full-line catalog $ _____________________

GRAND TOTAL: GROUPS I-IV $ _____________________________

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 _______________________________________________________________________

NOTIFICATION OF INTENT

Reference:“ITB 17042 (52 – 17) JANITORIAL AND SPECIALTY PRODUCTS”

( ) On behalf of myself/company/institution, I hereby certify that I/we intend to submit a response.

( ) On behalf of myself/company/institution, I hereby certify that I/we do not intend to submit a response.

Page 24 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

____________________________________________ ____________________________________________ Authorized Signature Individual/Company/Institition

____________________________________________ ____________________________________________ Title Date

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

Page 25 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

_______________________________________________               _____________________________Signature Authorized Representative)                                                     Date Signed

_______________________________________________              Name of Business

AFFIDAVIT OF CONTRACTORAlabama 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.

Page 26 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

__________________________________________________________ ____________________________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: ____________________________

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

Page 27 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

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 Dateof ___________ 20____.

___________________________________________________Print or Type Name of Bidder

___________________________________Notary Public of My Commission expires

JEFFERSON COUNTY, ALABAMAEQUAL 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:

Page 28 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

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

SIGNATURE PAGE

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

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

Date: _____ Company Name: __________________________ Web Address: ______________________

Terms: ________ Address: ____________________________ City: ______________________________

County: ______________________ State: _____________ Zip: _________ Phone :(___) _____________

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

Page 29 of 30

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSE 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203OFFICE: 205-325-5381 / FAX: (205) 214 - 4034

PRINCIPAL BUYER: DOROTHEA ROBINSON JANUARY 26, 2017PURCHASING AGENT: MICHAEL MATTHEWS MUNIS 17042 (ITB NO: 52-17)

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 enclosed envelope. Authorized signature of bidder must be in ink.

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

INDICATE THE FOLLOWING ADDRESSES IF DIFFERENT FROM ABOVE1. BID AWARD NOTICE ADDRESS2. PURCHASE ORDER ADDRESS3. REMITTANCE ADDRESS, (AND MAKE IF DIFFERENT THAN ABOVE)

Page 30 of 30