73
JEFFERSON COUNTY COMMISSION PURCHASING DEPARTMENT 716 RICHARD ARRINGTON, JR. BLVD N., SUITE 830 BIRMINGHAM, AL 35203 (205)325-5381(OFC)/ (205)214-4034(FAX) CARMEN JONES, PRINCIPAL BUYER APRIL 27, 2016 MICHAEL MATTHEWS, PURCHASING AGENT ITB NO. 74-16

JEFFERSON COUNTY COMMISSIONjeffconline.jccal.org/onlinebidsearch/pacabids/itbs/3427.doc · Web viewThe word COUNTY refers to the JEFFERSON COUNTY COMMISSION and/or JEFFERSON COUNTY,

  • Upload
    buibao

  • View
    217

  • Download
    1

Embed Size (px)

Citation preview

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

716 RICHARD ARRINGTON, JR. BLVD N., SUITE 830BIRMINGHAM, AL 35203

(205)325-5381(OFC)/ (205)214-4034(FAX)

CARMEN JONES, PRINCIPAL BUYER APRIL 27, 2016 MICHAEL MATTHEWS, PURCHASING AGENT ITB NO. 74-16

TO: Prospective BiddersINVITATION FOR BID NUMBER: 74-16 (Contact buyer for a complete copy of bid document.) SEALED BID FOR: HOUSING REHABILITATION SERVICES

INVITATION TO BID RESPONSES WILL BE RECEIVED BY:

Carmen Jones, MAML - Principal BuyerPurchasing Department716 Richard Arrington Jr. Blvd North, Suite 830 Birmingham, AL 35203-0009

***IMPORTANT SOLICITATION DATES***

NOTIFICATION OF INTENTAll recipients of this solicitation notice must indicate intent to submit a bid. Those vendors submitting a Notification of Intent will be sent a complete copy of the bid, any related addendum, answers to inquiries, etc. pertaining to this ITB. Notification of intent must be faxed to (205) 214-4034 or e-mailed to Carmen Jones at [email protected]

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 Carmen Jones at [email protected]

Submissions may be withdrawn, modified, and resubmitted prior to the formal bid opening due date.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

All costs incurred by the company to respond to this solicitation will be wholly the responsibility of the Offerer. All copies and contents of the proposal, attachments, and explanations thereto submitted in response to this ITB, except copyrighted material, shall become the property of the Jefferson County Commission regardless of the Contractor selected. Response to this solicitation does not constitute an agreement between the Offeror 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.

____________________Carmen Jones____________________

BID DUE DATE: BID OPENING DATE:May 16, 2016 by 5:00 PM (cst)

(standard or daylight savings time, as applicable)May 17, 2016 at 10:00 AM (cst)

(standard or daylight savings time, as applicable)

Return responses to this Invitation to Bid in a sealed envelope marked: ITB #74-16 FOR “ HOUSING REHABILITATION SERVICES”

BID OPENING WILL BE HELD AT: Jefferson County Commission-Purchasing Department

716 Richard Arrington Jr. Blvd North, Suite 830Birmingham, Alabama 35203

INVITATION TO BID # 74-16

“HOUSING REHABILITATION SERVICES”

Carmen Jones, MAMLPrincipal Buyer

716 Richard Arrington Jr. Blvd No., Room 830Birmingham, Alabama 35203

Phone: (205) 714-3747Email: [email protected]

***ATTENTION VENDORS***

THIS MAY BE YOUR LAST NOTIFICATION FOR BID

OPPORTUNITIES VIA THEU. S. POSTAL SERVICE.

The Jefferson County Commission Purchasing Division is moving to an “online” Bidding Process.

Future bid notifications will be sent by electronic mail only.

PLEASE UPDATE YOUR VENDOR PROFILE OR REGISTER AS A NEW VENDOR BY

GOING TO:HTTPS://MSS.JCCAL.ORG/MSS

Instructions are available on the Jefferson County Purchasing/PACA website located at https://paca.jccal.org.

Please click on the “Supplier” tab.

FOR REGISTRATION ASSISTANCE PER THE NAME OF YOUR BUSINESS PLEASE CONTACT:

Wanda Harville / (205) 325-5783, Ext: 1801Alpha Assignment: R, X, V, M, I, E, L

Regina Johnson / (205) 325-5957, Ext: 1803Alpha Assignment: Z, Q, O, K, N, J, D

Ambrea Lyles / (205) 325-1409, Ext: 1812Alpha Assignment: F, S, Y, G W

Maranda Stoves / (205) 325-5384, Ext: 1804Alpha Assignment: P, A, B, U, C, T H

You can also contact us at: [email protected]

JEFFERSON COUNTY COMMISSION

VENDOR SELF SERVICE ONLINE REGISTRATION:

Please make sure that your email address is accurate within the vendor self –service system. Bid notifications will be sent to prospective bidders via email based on the commodity codes selected beginning March 2016. The Jefferson County Purchasing Division will continue to post solicitations on the Jefferson County/ Purchasing Association of Central Alabama (PACA) website located at http://paca.jccal.org.

PURCHASING DEPARTMENT716 RICHARD ARRINGTON, JR. BLVD N., SUITE 830

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

CARMEN JONES, PRINCIPAL BUYER APRIL 27, 2016 MICHAEL MATTHEWS, PURCHASING AGENT ITB NO. 74-16

PAGE: 4

INVITATION TO BID

Sealed bids marked "HOUSING REHABILITATION SERVICES " will be received by the Jefferson County Purchasing Department, Suite 830 * 716 Richard Arrington Jr. Blvd. No., Birmingham, Alabama, 35203.

Bids will be accepted until 5:00 P.M. central time (standard or daylight savings time, as applicable) on Monday, May 16, 2016. Bids submitted after this date and time will not be considered .

Bids will be publicly opened at 10:00 A.M. on Tuesday, May 17, 2016.

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

Use of specific names and numbers is not intended to restrict the bidding of any seller and/or manufacturer, but is solely for the purpose of indicating the type, size and quality of materials, products, service, or equipment considered best adapted to the County's intended use.

Proprietary specifications may be waived for functional equivalents offered. Functional equivalents are subject to the approval of the Office of Community Services & Economic Development.

A bidder whose bid is under consideration for award shall submit within 7 days after receipt of a letter of intent, a copy of their Jefferson County business license. Failure to submit the requested information will result in the letter of intent being revoked.

TELEGRAPHIC/ELECTRONIC BID RESPONSESProposal 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 bid responses either by airfreight, postal services, or by other means.

INTERPRETATIONS AND ADDENDANo interpretation or modification made to any respondent as to the meaning of the ITB shall be binding on the Jefferson County Commission unless submitted in writing and distributed as an addendum by the Jefferson County Purchasing Department. Interpretations and/or clarifications shall be requested via fax at 205.214.4034 or by email to Carmen Jones at [email protected] Verbal information obtained otherwise will not be considered in awarding of contract. All addenda shall become part of the ITB.

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT716 RICHARD ARRINGTON, JR. BLVD N., SUITE 830

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

CARMEN JONES, PRINCIPAL BUYER APRIL 27, 2016 MICHAEL MATTHEWS, PURCHASING AGENT ITB NO. 74-16

PAGE: 5

INVITATION TO BID – Continued

TERMS OF CONTRACTAny purchase order(s) resulting from this ITB will become effective upon bid award or within 30 days of award notification and approval of the County Commission. Contract for work write-up line item(s) will be guaranteed for 1 year and may be extended, at the County’s option and Commission approval, for a period of up to (2) additional 1 year terms until 2019.

STATEMENT OF PURPOSEJefferson County Commission through its Office of Community Services & Economic Development is soliciting bids from qualified vendors to provide services in accordance with state and federal laws and regulations, county policies and procedures and community standards of practice. All bids must meet or exceed the specifications set forth in this ITB.

Any responder to this ITB must be a qualified bidder, a single point of contact and take legal responsibility for all aspects of any resulting contract. At the time of submitting a bid, each bidder will be presumed to have read thoroughly and be familiar with the specifications and requirements so that the vendor fully understands the scope of service to be provided.

This ITB provides interested parties with sufficient information to enable them to prepare and submit a bid response for consideration by the County. By submitting a bid response, Vendors are affirming that their organization is interested in contracting with the County to provide equipment covered herein.

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 a bid to sell its goods or services to the COUNTY. The words BID, QUOTATION, and BID are all offers from the BIDDER. The County has established for the purposes of this ITB that the words SHALL, MUST or WILL are equivalent in this ITB and indicate a mandatory requirement or condition, the material deviation from which shall not be waived by the County. A deviation is material if, at the sole discretion of the County, the deficient response is not in substantial accord with this ITB’s mandatory condition requirements. The words SHOULD and MAY is equivalent in the ITB and indicates very desirable conditions or requirements but is permissive in nature. Deviation from, or omission of, such a desirable condition or requirement will not in and of itself cause automatic rejection of a bid, but may result in being considered as not in the best interest of the County.

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.

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT716 RICHARD ARRINGTON, JR. BLVD N., SUITE 830

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

CARMEN JONES, PRINCIPAL BUYER APRIL 27, 2016 MICHAEL MATTHEWS, PURCHASING AGENT ITB NO. 74-16

PAGE: 6

INVITATION TO BID – Continued

KEY CONTACTIf additional information is required concerning this ITB or the procurement process, inquiries should be directed in writing to Carmen Jones via e-mail: [email protected]. Correspondence with individuals other than those listed herein will not be allowed. SCOPE OF CONTRACTVarious housing rehabilitation work throughout Jefferson County as listed in the specifications, for each location. Attach a letter stating differences between County specifications and specifications of item(s) offered.

TAXJefferson 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.

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

ADDITIONAL WORKThe County has attempted to list all of the “HOUSING REHABILITATION SERVICES” that will be required during the term of the contract, however, the County reserves the right to award additional items to the successful bidder as a result of this ITB as the need arises. The County reserves the right to add or delete jobs as needed.

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

EVALUATIONThe Office of Community & Economic Development and Purchasing Department will evaluate all bidder submissions.

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 bids have been rejected. No bidder shall have any rights against the County arising from such negotiations.

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

716 RICHARD ARRINGTON, JR. BLVD N., SUITE 830BIRMINGHAM, AL 35203

(205)325-5381(OFC)/ (205)214-4034(FAX)

CARMEN JONES, PRINCIPAL BUYER APRIL 27, 2016 MICHAEL MATTHEWS, PURCHASING AGENT ITB NO. 74-16

PAGE: 7

INVITATION TO BID – Continued

PRICESInclude all labor, materials, equipment, overhead and profit to complete project as specified.

AWARD OF CONTRACTThe award will be made on an all or none basis. Bidder will quote on all items. Contract will be awarded to the lowest responsible bidder who meets all bid specifications and has a history of successfully completing like work.

NON-DISCRIMINATION POLICYThe 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/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 Bidder/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. 

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

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.

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.

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

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

716 RICHARD ARRINGTON, JR. BLVD N., SUITE 830BIRMINGHAM, AL 35203

(205)325-5381(OFC)/ (205)214-4034(FAX)

CARMEN JONES, PRINCIPAL BUYER APRIL 27, 2016 MICHAEL MATTHEWS, PURCHASING AGENT ITB NO. 74-16

PAGE: 8

INVITATION TO BID – Continued

DELIVERYDelivery will be to various locations in Jefferson County as per specifications attached.

F.O.B. Destination via best way.

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.

All ORIGINAL INVOICES must be sent to the user department for authorization of payment,

Jefferson County Office of Community & Economic Development Attn: Joel Knight Sr. Housing Specialist Suite A-430

716 Richard Arrington Jr. Blvd. No. Birmingham, AL 35203

In order to ensure prompt payment, a COPY OF INVOICES must be sent to:

Jefferson County Commission Finance Department Room 820 County Courthouse 716 Richard Arrington Jr. Blvd. North Birmingham, AL 35203

*If invoice does not agree with purchase order, credits or a corrected invoice will be required in order for the County to process payment.

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

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

716 RICHARD ARRINGTON, JR. BLVD N., SUITE 830BIRMINGHAM, AL 35203

(205)325-5381(OFC)/ (205)214-4034(FAX)

CARMEN JONES, PRINCIPAL BUYER APRIL 27, 2016 MICHAEL MATTHEWS, PURCHASING AGENT ITB NO. 74-16

PAGE: 9

INVITATION TO BID – Continued

STATEMENT OF COMPLIANCE WITH ALABAMA CODE SECTION 31-13-9By signing this contract, the contracting parties affirm, for the duration of the 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.

PROTECTION DAMAGEContractor will be responsible for any damage to property of the county or others caused by him, his employees or subcontractors, and will replace and make good such damage. The contractor will maintain adequate protection to prevent damage to his work and property of others, and take all necessary precautions for the safety of his employees and others. The contractors will comply with all safety laws and regulations in effect in the locality and contractors will meet these requirements of service and purpose to the satisfaction of the Jefferson County Commission and its agent. All work will be guaranteed for one (1) year from final acceptance by Jefferson County.

GUARANTEEBidder certifies by bidding that he is fully aware of the conditions of service and purpose for which equipment, material, installation, and/or construction included in this bid are to be purchased, and that his offering will meet these requirements of service and purpose to the satisfaction of the Jefferson County Commission and its agent.

EXAMINATION OF SITEAll bidders must 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.

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

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

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

716 RICHARD ARRINGTON, JR. BLVD N., SUITE 830BIRMINGHAM, AL 35203

(205)325-5381(OFC)/ (205)214-4034(FAX)

CARMEN JONES, PRINCIPAL BUYER APRIL 27, 2016 MICHAEL MATTHEWS, PURCHASING AGENT ITB NO. 74-16

PAGE: 10

INVITATION TO BID – Continued

CLEANING AND SAFETYThroughout the construction period, maintain the buildings and site in a standard of cleanliness as described throughout this document. At no time shall construction interfere with daily work within the building or cause a safety or code violation around public and private entrances. All precautions possible shall be taken to promote the safety of the public and employees. The successful bidder must have verifiable, active, safety policies.

Contractor is responsible for all damage to existing County or public property, including but not limited to the building, grounds, and equipment, caused by him, his employees, or sub-contractors, and will replace and make good such damage. Contractor will maintain adequate protection to prevent damage to his work and property of others, and take all necessary precautions for the safety of his employees and others. The contractor will comply with all safety laws and regulations in effect in the locality.

PROGRESS CLEANINGRetain all stored items in an orderly arrangement allowing maximum access, not impeding traffic and providing the required protection of materials. Do not allow the accumulation of scrap, debris, waste material, and other items not required for construction. As necessary, completely remove all scrap, debris and waste material from job site. Provide adequate storage for all items awaiting removal from the job site, observing all requirements for fire protection and protection of the ecology. All areas must be cleaned of dust and debris after each day's work.

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, and a Performance Bond in the amount of $25,000. Liability insurance coverage must be a minimum of $100,000. 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 where applicable by State law.

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

716 RICHARD ARRINGTON, JR. BLVD N., SUITE 830BIRMINGHAM, AL 35203

(205)325-5381(OFC)/ (205)214-4034(FAX)

CARMEN JONES, PRINCIPAL BUYER APRIL 27, 2016 MICHAEL MATTHEWS, PURCHASING AGENT ITB NO. 74-16

PAGE: 11

INVITATION TO BID – Continued

NOTEContractor is to furnish all labor, material, equipment, permits and inspections by the applicable Inspection Services, to complete all itemized Work in a quality, professional, workmanlike manner and shall comply with all local, state, and federal codes, standards, regulation, and laws.  Contractor will remove from the site all debris caused by work daily.  This includes, but is not limited to, all Residential, Building, Electrical, Gas, Plumbing, Mechanical, current ICC (International Code Congress); and ANSI-A117 [where applicable/achievable]. All Work will be guaranteed one (1) year from date of final acceptance.

All Work will be guaranteed one (1) year from date of final acceptance along with any warranties provided by the manufacturers.

GOVERNING LAW/DISPUTE RESOLUTIONAny contract agreement that is issued based on this ITB, the parties shall agree that the contract agreement is made and entered into in Jefferson County, Alabama, and that all services, materials and equipment to be rendered pursuant to said  contract agreement are to be delivered in Jefferson County, Alabama.  The interpretation and enforcement of this contract agreement will be governed by laws of the State of Alabama.  The parties agree that jurisdiction and venue over all disputes arising under this contract agreement shall be the Circuit Court of Jefferson County Alabama, Birmingham Division.

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 Office of Community & Economic Development 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 Office of Community & Economic Development before beginning work with the County.

General Liability:$100, 000 - Bodily injury and property damage combined occurrence.Comprehensive Form including Premises/Operation, Products/Completed Operations, Contractual, Independent contractors, Broad Form property damage and personal injury.

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

716 RICHARD ARRINGTON, JR. BLVD N., SUITE 830BIRMINGHAM, AL 35203

(205)325-5381(OFC)/ (205)214-4034(FAX)

CARMEN JONES, PRINCIPAL BUYER APRIL 27, 2016 MICHAEL MATTHEWS, PURCHASING AGENT ITB NO. 74-16

PAGE: 12

INVITATION TO BID – Continued

INSURANCE (CONTINUED)

Workers Compensation and Employers Liability:As required by the State of Alabama

Umbrella Coverage:$25,000

Added Additional Insured By Endorsement:Jefferson County, Alabama30 day(s) written cancellation notice

Performance Bond:$25,000

Under Description of Operations/Locations/Vehicles/Exclusions Added by Endorsement/Special Provisions enter the BID/RFP Number, Project Number or Purchase Order Number Covered by The Certificate of Insurance.

GENERAL  Jefferson County expressly reserves the right to reject any or all bids, or parts of bids, or to 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.

STATEMENT OF COMPLIANCE WITH ALABAMA CODE SECTION 31-13-9By signing this contract, the contracting parties affirm, for the duration of the 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.

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. 

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

716 RICHARD ARRINGTON, JR. BLVD N., SUITE 830BIRMINGHAM, AL 35203

(205)325-5381(OFC)/ (205)214-4034(FAX)

CARMEN JONES, PRINCIPAL BUYER APRIL 27, 2016MICHAEL MATTHEWS, PURCHASING AGENT ITB NO. 74-16

PAGE: 13

INVITATION TO BID – Continued

ASSIGNMENT OF CONTRACTNo 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 Jefferson County. Should Jefferson 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.

ASSIGNMENT OF STAFFUpon award and during the contract period, if the Firm chooses to assign different personnel to the project, the Firm must submit their names and qualifications (resumes) to the County for approval before they begin work. Services provided under this ITB shall not be assigned, performed by, or delegated to any person or entity other than the contractor without written authorization from the County.

PLEASE REMEMBER TO UPDATE YOUR VENDOR PROFILE OR REGISTER

AS A NEW VENDOR BY GOING TO:HTTPS://MSS.JCCAL.ORG/MSS

Carmen JonesPrincipal Buyer

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

716 RICHARD ARRINGTON, JR. BLVD N., SUITE 830BIRMINGHAM, AL 35203

(205)325-5381(OFC)/ (205)214-4034(FAX)

CARMEN JONES, PRINCIPAL BUYER APRIL 27, 2016 MICHAEL MATTHEWS, PURCHASING AGENT ITB NO. 74-16

PAGE: 14

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

By signing this contract, the contracting parties affirm, for the duration of the 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 of Authorized Representative Title

_________________________________________ ________________________Signature of Authorized Representative Date Signed

_________________________________________Name of Business

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

716 RICHARD ARRINGTON, JR. BLVD N., SUITE 830BIRMINGHAM, AL 35203

(205)325-5381(OFC)/ (205)214-4034(FAX)

CARMEN JONES, PRINCIPAL BUYER APRIL 27, 2016MICHAEL MATTHEWS, PURCHASING AGENT ITB NO. 74-16 PAGE: 15

NON-COLLUSION AFFIDAVIT

I,___________________________________________________, an authorized agent/representative

of ____________________________________________ attest that the Invitation to Bid is not made in the

interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or

corporation; that the Invitation to Bid is genuine and not collusive or sham; that the Bidder has not directly or

indirectly induced or solicited any other Bidder to put in a false or sham ITB, and has not directly or indirectly

colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham ITB, or that anyone

shall refrain from proposing; that the Bidder has not in any manner, directly or indirectly sought by agreement,

communication or conference with anyone to fix the ITB of the Bidder or any other Bidder, or to fix any

overhead, profit, or cost element of the ITB price or of that of any Bidder, or to secure any advantage against

the public body awarding the contract of anyone interested in the proposed contract; that all statements

contained in the ITB are true; and further, that the Bidder has not, directly or indirectly, submitted his/her ITB

price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid,

and will not pay any fee to any corporation, partnership, company, association, organization, ITB depository, or

to any member or agent thereof, to effectuate a collusive or sham ITB.

I, the undersigned, hereby certify that I have read and understand this Non- Collusion Affidavit and guarantee

complete compliance with all the terms, conditions and stipulations.

Subscribed and Sworn to BY________________________________________________Before me this ________ day Authorized Signature of Bidder Dateof ___________ 2016. ________________________________________________ Print or Type Name of Bidder___________________________________Notary Public of My Commission expires

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

716 RICHARD ARRINGTON, JR. BLVD N., SUITE 830BIRMINGHAM, AL 35203

(205)325-5381(OFC)/ (205)214-4034(FAX)

CARMEN JONES, PRINCIPAL BUYER APRIL 27, 2016 MICHAEL MATTHEWS, PURCHASING AGENT ITB NO. 74-16

PAGE: 16

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 (attached hereto) and certifies that it is an equal opportunity employer and agrees to the requirements of the Policy and the Equal Employment Opportunity Clause therein. It further certifies that it will require all subcontractors to execute an Equal Employment Opportunity statement and certification of compliance in accordance with Jefferson County Administrative Order 08-4 as follows:1. The Contractor will not discriminate against any employee or applicant for employment because of race, color,

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

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

3. The Contractor will include the provisions of paragraph (1) in every subcontract or purchase order.4. The Contractor shall certify to the County its compliance with this policy prior to receipt of any contract or business

with the County.

The Contractor will furnish to the County, upon request, reports, notices, policies and/or information certifying compliance with this policy. In the event of the Contractor’s non-compliance with the equal employment opportunity clause of this contract, this contract may not be awarded or may be cancelled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further County contracts.

_______________________________________ __________________________________________Date Signature

_______________________________________Title

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

716 RICHARD ARRINGTON, JR. BLVD N., SUITE 830BIRMINGHAM, AL 35203

(205)325-5381(OFC)/ (205)214-4034(FAX)

CARMEN JONES, PRINCIPAL BUYER APRIL 27, 2016MICHAEL MATTHEWS, PURCHASING AGENT ITB NO. 74-16

PAGE: 17

AFFIDAVIT OF CONTRACTORAlabama Act 2011-535

STATE OF ALABAMAJEFFERSON COUNTY

I affirm the following:

1. I will not knowingly employ, hire for employment, or continue to employ an unauthorized alien; and,

2. I affirm that the below listed Business Organization is enrolled in the E-Verify program, that the Business Organization listed below will remain enrolled in the E-Verify program during the term of the contract and that every employee that is required to be verified will be verified according to the applicable federal rules and regulations; and,

3. I acknowledge that §9(e) Alabama Act 2011-535 authorizes the County to terminate this contract for a first violation of §9(a) of said Act, and requires the County to terminate this contract for a second violation of §9(a) of said Act.

____________________________________________ _________________________________Printed Name of Contractor (or Authorized Representative) Title

____________________________________________ _________________________________Signature of Contractor (or Authorized Representative) Date Signed

____________________________________________ _________________________________Name of Business Entity Phone Number

State of _________________________

County of _______________________

Sworn to and subscribed before me onthis ____ day of ____________, 2016.

_______________________________NOTARY PUBLIC

My Commission Expires: ___________JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

716 RICHARD ARRINGTON, JR. BLVD N., SUITE 830BIRMINGHAM, AL 35203

(205)325-5381(OFC)/ (205)214-4034(FAX)

CARMEN JONES, PRINCIPAL BUYER APRIL 27, 2016MICHAEL MATTHEWS, PURCHASING AGENT ITB NO. 74-16

PAGE: 18

SIGNATURE PAGEThe 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.

Please specify terms of payment below; otherwise, the terms will be 2% 10th Prox.

Date:___________Company Name:_______________________Web Address:___________________

Terms:___________Address:_________________________________City:______________________

County:_________________State:________Zip:______________Phone:(_____)_________________

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

Vendor's Federal I.D. Number:________________________________ DUNS Number:___________________

I certify that ___________________________ has ____ has not ____ been in operation for one year at location(s)(Company Name) (Check one)

zoned for the type of business conducted by my company at the address stated above.

______________________________(Authorized Signature)

______________________________(Print Name)

______________________________(E-Mail Address)

Toll Free Phone:_____________________________Fax Number:____________________________

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

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

INDICATE THE FOLLOWING ADDRESSES IF DIFFERENT FROM ABOVE:

1. BID AWARD NOTICE ADDRESS

2. PURCHASE ORDER ADDRESS

3. REMITTANCE ADDRESS (AND NAME IF DIFFERENT)

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT716 RICHARD ARRINGTON, JR. BLVD N., SUITE 830

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

CARMEN JONES, PRINCIPAL BUYER APRIL 27, 2016MICHAEL MATTHEWS, PURCHASING AGENT ITB NO. 74-16

PAGE: 19

CONTRACTORS CERTIFICATION REGARDING DEBARMENT, SUSPENSION,

AND OTHER RESPONSIBILITY MATTERS

1. The undersigned certifies to the Jefferson County Commission through its Office of Community & Economic Development that it and its principals:

(a) Are not presently debarred, suspended, proposed for debarment or suspension, declared ineligible, or voluntarily excluded from any transactions or construction projects involving the use of Federal funds;

(b) Have not within a three-year period preceding this certification been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract, violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

(c) Are not presently for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1) (b) of this certification; and

(d) Have not within a three-year period preceding this certification had one or more public projects (Federal, State or local) terminated for cause of default.

2. Where the undersigned is unable to certify to any of the statements in this certification, the undersigned shall attach an explanation to this certification.

______________________________________________________ Company Name

By: __________________________________________________

Position: ______________________________________________

Date: _________________________________________________

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

716 RICHARD ARRINGTON, JR. BLVD N., SUITE 830

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

CARMEN JONES, PRINCIPAL BUYER APRIL 27, 2016MICHAEL MATTHEWS, PURCHASING AGENT ITB NO. 74-16

PAGE: 20

NOTIFICATION OF INTENT TO RESPOND

REFERENCE ITB #74-16HOUSING REHABILITATION SERVICES

( ) 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

****NOTEYou may return your Intent to Respond via email to [email protected] or by fax to 205.214.4034.

JEFFERSON COUNTY HOUSING REHABILITATIONSPECIFICATIONS AND PRICING

FOR

Property Owner: Annie WilliamsAddress: 221 3rd Ave.City and State: Midfield, AL 35228Phone: (205) 426-7906Case No: 14-26-1

BID# 74-16

INSTRUCTIONS TO BIDDERS

Bids will be on a lump sum basis, and on the Work Write-up Form attached, with all line items completed, and delivered to Purchasing in a sealed envelope. Line items may be deleted or awarded to other contractors. Include the bid number and the words “BID, DO NOT OPEN” on the envelope. BID DOCUMENTS THAT HAVE BEEN ALTERED, ILLEGIBLE, OR CHANGED WITH “WHITE-OUT” WILL BE REJECTED. The Work Write-up is the entire Scope of Work to be covered by the Program. Any overage, extra work or revisions to the scope of this Work Write-up will have to be approved by Community Development before the work takes place. Examples of the complete contract documents are available on request. No bid may be withdrawn for a period of ninety (90) days after the receipt of bids.

NOTE: Contractors and Sub-Contractors selected cannot be on Jefferson County’s or U.S. Department of Housing and Urban Development’s List of Debarred Contractors. Contractors must provide Jefferson County with a copy of their insurance certificate before, or as part of, bid submittal. Contractors and Subcontractors must be licensed and have a minimum of $100,000.00 in liability insurance available for the Work referred to above and have a $25,000.00 Master Performance Bond certified to Jefferson County for performance for the rehabilitation projects facilitated by Jefferson County under the Housing Program referred to herein. The insurance company and bonding company must provide Jefferson County with a copy of the insurance certificates and performance bond before, or as a part of the bid submittal. Any Contractor that has been disqualified under the General and Special Conditions of the Contract, or any County policy, shall not bid and any bid shall be rejected and disqualified by the said County.

WORK WRITEUP

Property Owner: Annie WilliamsAddress: 221 3rd Ave.City and State: Midfield, AL 35228Phone: (205) 426-7906Case No: 14-26-1

The undersigned Contractor, ______________________________________________________________,bids the following Work; (Print name)

WORK WRITEUP (Continued for Annie Williams)

Submission of a bid is evidence that the bidder has thoroughly examined the site and has knowledge of the property, scope of work, and local jurisdiction requirements. All work shall comply with the intent of the scope of work and Contract Documents, giving precedence to all ICC Codes, regulations, including EPA’s RRP Lead Paint Rules, and ANSI A117.1 specifications for accessibility. In the event of work write-up/bid omission, error, conflict, or ambiguity, the most stringent Code shall govern. Discrepancies, errors, or omissions in the scope of work must be brought to the County’s attention before bidding. Correct all collateral damage that is caused by the work specifications to a finish quality. It is the contractor’s responsibility to comply with the EPA’s Lead Reduction Safe Work Practices.

NOTE: 1) The contractor and subs must obtain all permits, send a copy to Dennis Sammons, and have permits properly posted BEFORE the start of work . 2) The contractor MUST adhere to instructions for ALL inspections and photographing of work that is called for in the scope of work. Please give 3 hours notice for a site visit during regular working hours. 3) The contractor MUST submit all paperwork, including vendor invoices when required, BEFORE a final inspection will be scheduled. 4) Contract time will accrue from the start date of the contract until all work passes final inspection from Community Development . **Failure to perform any of the above will result in having re-work, failed inspection fees, and/or possible suspension from being awarded future contracts.

Replace Meter Socket, & Exterior Panel $_______________________________ Coordinate with Alabama Power, and the homeowner, for the drop and service to be upgraded to 200 amps.

Give advance power outage notice to the homeowner.__ Install a new exterior meter socket, 200 amp exterior panel, rigid mast, weather head, and service wire.__ Install new wire from the exterior panel, to the new water heater and HVAC. **(new exterior panel to have all new breakers with enough space to replace existing breakers, and

new breakers for the Water Heater and HVAC)**

HVAC $_____________________________

**NOTE** Remove Gas Furnace and cap off gas supply and vent.__ Furnish and install a new Goodman SSZ16 heat pump (or equal – including warranty ), evaporator coil,

line set, air handler, and electric heat strips. **All components must comply with current Energy Star® standards and have a 10 Year Warranty**

__ The new HVAC system will be sized by the contractor and have adequate capacity for the entire house and include all modifications to make the units operate as intended. This includes any utility modifications, new hardware, and duct work. Install new registers, return, and digital thermostat with backlight.

__ Return filter grill to be inside the house, or basement with easy access for filter change. __ Install a new disconnect outside at the condenser.__ Install a new condensation pump. Must discharge outside of the foundation. __ Existing duct may be used. Insulate to meet CURRENT Energy Star® standards. (NO FLEX, and NO

GROUND CONTACT) __ Provide the homeowner with twelve (12) good quality, pleated return filters.__ A new properly sized manufactured condensing unit pad will be installed and must be level.__ Contractor is to school the homeowner in the operation and maintenance of the new system. Provide the

homeowner with all paperwork provided by the manufacturer for these units. The contractor will complete the online registration for the warranty in the homeowner’s name, and give a printed copy to the home owner and Community Development. If this is not completed the job will result in a failed inspection.

WORK WRITEUP (Continued for Annie Williams)

Condenser Security Cage $_______________________________ Install a security cage for the condensing unit and provide the home owner with a good padlock and keys.

Water Heater $____________________________

**NOTE** Remove Gas Water Heater and cap off gas supply and vent. New water heater must be installed a elevated stand per code.

__ Install a new 40 gallon electric water heater with a Minimum 0.93 EF and 10 year warranty.

Kitchen & Laundry Room $______________________________ Remove existing floor covering and underlayment down to the subfloor. Replace all weak, rotten,

deteriorating, broken or substandard framing and subfloor. Add additional floor support as needed to make the floor level, and support the existing floor. When repair is finished, the floor must be level and without bounce or spring. Install new manufacturer recommended underlayment, and sheet vinyl. The installed vinyl will have a minimum 25 year warranty. No torn or patched vinyl will be accepted. Install & paint finished shoe molding. (Owner’s choice of color and pattern) Install new thresholds at all doorways.

Miscellaneous Repairs $______________________________ Remove leaking short copper line back to galvanized pipe, and cap off. (Overhead next to air handler in

basement)__ Install all new smoke detectors to code.

NOTE: The contractor is responsible for keeping the site clean and livable on a daily basis, including all work areas being, and all systems, fixtures, and operable appliances working daily. THIS INCLUDES DEBRIS REMOVAL ON A DAILY BASIS.

All systems, fixtures, and repairs will operate as intended upon completion.

Property Owner understands and agrees to the above Work Write-Up.

___________________________________________________ ____________________________Property Owner (Ms. Annie Williams) Date

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

CONTRACTOR’S TOTAL PRICE (Including O & P) $ __________________________

Contractor is to furnish all labor, material, equipment, permits and inspections by the applicable Inspection Services, to complete all itemized Work in a workmanlike manner and shall comply with all local, state, and federal codes and standards. This includes, but is not limited to, all ICC codes where applicable; Lead Reduction Safe Work Practices; ANSI A117.1 for accessibility work, and the FHA Minimum Property Stand-ards. Contractor will remove from the site all debris caused by this work daily. All Work will be guaranteed one (1) year from date of final acceptance.

Executed on this the _________________ day of ___________________________________, 2016.

________________________________________________________________________________Signature and Title Company name (print)

________________________________________________________________________________Address (print) City (print) Zip

_________________________________________________________________________________Phone, Beeper, email, etc.

_________________________________________________________________________________ Contractor's Federal Tax ID DUNS Number

JEFFERSON COUNTY HOUSING REHABILITATION

SPECIFICATIONS AND PRICINGFOR

Property Owner: Mrs. Carrie GeeAddress: 517 Utica PlaceCity and State: Birmingham, AL 35224Phone: (205) 781-2363Case No: 15-2-3

BID # 74-16

INSTRUCTIONS TO BIDDERS

Bids will be on a lump sum basis, and on the Work Write-up Form attached, with all line items completed, and delivered to Purchasing in a sealed envelope. Line items may be deleted or awarded to other contractors. Include the bid number and the words "BID, DO NOT OPEN" on the envelope. BID DOCUMENTS THAT HAVE BEEN ALTERED, ILLEGIBLE, OR CHANGED WITH "WHITE-OUT" WILL BE REJECTED. The Work Write-up is the entire Scope of Work to be covered by the Program. Any overage, extra work or revisions to the scope of this Work Write-up will have to be approved by Community Development before the work takes place. Examples of the complete contract documents are available on request. No bid may be withdrawn for a period of ninety (90) days after the receipt of bids.

NOTE: Contractors and Sub-Contractors selected cannot be on Jefferson County’s or U.S. Department of Housing and Urban Development’s List of Debarred Contractors. Contractors must provide Jefferson County with a copy of their insurance certificate before, or as part of, bid submittal. Contractors and Subcontractors must be licensed and have a minimum of $100,000.00 in liability insurance available for the Work referred to above and have a $25,000.00 Master Performance Bond certified to Jefferson County for performance for the rehabilitation projects facilitated by Jefferson County under the Housing Program referred to herein. The insurance company and bonding company must provide Jefferson County with a copy of the insurance certificates and performance bond before, or as a part of the bid submittal. Any Contractor that has been disqualified under the General and Special Conditions of the Contract, or any County policy, shall not bid and any bid shall be rejected and disqualified by the said County.

WORK WRITEUP

Property Owner: Mrs. Carrie GeeAddress: 517 Utica PlaceCity and State: Birmingham, AL 35224Phone: (205) 781-2363Case No: 15-2-3

The undersigned Contractor, _______________________________________________________,bids the following Work; (Print name)

WORK WRITEUP (Continued for Carrie Gee)

Submission of a bid is evidence that the bidder has thoroughly examined the site and has knowledge of the property, scope of work, and local jurisdiction requirements. All work shall comply with the intent of the scope of work and Contract Documents, giving precedence to all ICC Codes, regulations, including EPA’s RRP Lead Paint Rules, and ANSI A117.1 specifications for accessibility. In the event of work write-up/bid omission, error, conflict, or ambiguity, the most stringent Code shall govern. Discrepancies, errors, or omissions in the scope of work must be brought to the County’s attention before bidding. Correct all collateral damage that is caused by the work specifications to a quality. It is the contractor’s responsibility to comply with the EPA’s Lead Reduction Safe Work Practices.

Side Entrance Repairs $______________________________ Replace the storm door with a good quality wood-core, aluminum or vinyl clad, mid-view storm door

complete with lever style hardware, and retractable screen (Larson’s Concord model or better).__ Replace the 4” x 4” post at the steps. Install a base, post painted to match, and re-attach handrails.

Crawlspace Modifications $______________________________ Remove cobwebs and debris under the house and install 6 mil poly, fixed in place with landscape anchor

pins, over the entire crawlspace(s).__ There are 2 make-shift piers under the floor joist at the living room to kitchen area and they have sunken into

the ground. Remove the piers, raise this area to level, and install post on masonry footings.__ Replace both crawlspace access doors with PT material, new hardware, and turnbuckle. The new door will

be painted to match existing and be solid and secure.__ Remove each foundation ventilation block (5 – do not include vent at the side steps) and install and fasten in

place, automatic foundation vents with insect barrier. Black in color.

Utility Service for HVAC $_______________________________ Install electrical components (breaker, wiring, disconnect, & whip) for the HVAC. There is existing gas

service.

HVAC Security Cage $_______________________________ Install an AC security cage with good quality exterior pad lock.

HVAC $_______________________________ Remove the existing furnace and duct work in the crawlspace and dispose of properly.__ Install an Energy Star® rated, 3.5 ton air conditioning unit and 100,000 BTU 96% furnace. Units will be, or

equivalent too, Goodman GSX160421, CAPF4961C6, GMSS961005CN, TX5N4. Equivalent units must match or exceed for energy ratings, quality of materials, and warranty.

__ The new HVAC system will have adequate capacity for the entire house and include all accessories and modifications to make the units operate as intended. This includes the pad, hardware, duct work with insulation, condensate pump, drain line, registers, two filter racks and returns, etc.

__ The duct work will be metal construction, fastened in place with metal hangers, sealed with duct mastic, and then wrapped with insulation.

** Contact Joel Knight (325-5094) for a mandatory inspection before wrapping duct work.

__ Install a new thermostat matched to these components as specified by the manufacturer. The thermostat must be digital with backlight and centrally located in the house

WORK WRITEUP (Continued for Carrie Gee)__ A new properly sized manufactured condensing pad will be installed and must be level.__ Provide the homeowner with twelve (12) pleated return air filters to manufacturer’s specifications.__ The HVAC installer must school the homeowner in the operation and maintenance of the new system. The

contractor will complete the online registration for the warranty in the homeowner’s name.

Provide the homeowner with all paperwork, warranty verification, and all pertinent information provided by the manufacturer. Provide a copy of the warranty registration to the County with the signed permits and invoice at the end of the job so that a final inspection can be scheduled.

Hall Repairs (Small Area) $_____________________________NOTE: Mrs. Gee reports air passes into her house due to a brake-in. Intruders gained access by breaking thru a wall at the steps in the hallway off the den. The wall was repaired but it is not plumb and air leaks around the boards. The intent is to repair and smooth these areas, close all openings, holes, gaps, or cracks, with specified sealant and then cover the areas with good quality paneling to finish.__ The area of repair will be the lower wall sections on both sides of the steps from the top riser to the floor (6

steps, and trim separates the upper walls from lower area) and forward to the den doorway. __ Repair, smooth, and seal both walls, and prepare them to receive paneling. This includes sealing, or

caulking, all areas to make them airtight.__The contractor must use OSI SC-175® Draft and Acoustical Sound Sealant ($8 a tube or $78 per box at

Home Depot) or GreenGlue®. This sealant will also be used around the edges of the paneling. __ Install good quality, wood paneling (MDF, hardboard, or presswood not be accepted) with trim. It is the

owner’s choice of color. Apply adhesive and paneling nails to match finish. __ Underneath the house, apply expandable foam in the tight areas and then install bat insulation over all. __ Install a battery operated, combination smoke/CO detector in the hallway.

Water Heater Replacement $______________________________ Replace the gas water heater with a new Rheem Performance Platinum Model # XG40T12HE40Uo, 40

gallon, high efficiency water heater with a 12 year warranty. Installation will include new stainless steel hoses (gas and water), expansion tank, and pan piped to outside of the foundation wall, and make all modifications for the unit to work as intended with no leaks, and meet code.

__ Register the warranty in Mrs. Gee’s name and provide her and the County with a copy.

Property Owner understands and agrees to the above Work Write-Up.

________________________________________________ _______________________Property Owner (Mrs. Carrie Gee) Date

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

CONTRACTOR’S TOTAL PRICE (Including O & P) $ __________________________

Contractor is to furnish all labor, material, equipment, permits and inspections by the applicable Inspection Services, to complete all itemized Work in a workmanlike manner and shall comply with all local, state, and federal codes and standards. This includes, but is not limited to, all ICC codes where applicable; Lead Reduction Safe Work Practices; ANSI A117.1 for accessibility work, and the FHA Minimum Property Stand-ards. Contractor will remove from the site all debris caused by this work daily. All Work will be guaranteed one (1) year from date of final acceptance.

Executed on this the _________________ day of _____________________________________, 2016.

__________________________________________________________________________________Signature and Title Company name (print)

_________________________________________________________________________________Address (print) City (print) Zip

_________________________________________________________________________________Phone #, Fax, and Email.

_________________________________________________________________________________ Contractor's Federal Tax ID DUNS Number

JEFFERSON COUNTY HOUSING REHABILITATIONSPECIFICATIONS AND PRICING

FOR

Property Owner: Mrs. Annie HeathAddress: 4530 Letson StreetCity and State: Brighton, AL 35020Phone: (205) 428-4072Case No: 15-3802-2

BID # 74-16

INSTRUCTIONS TO BIDDERS

Bids will be on a lump sum basis, and on the Work Write-up Form attached, with all line items completed, and delivered to Purchasing in a sealed envelope. Line items may be deleted or awarded to other contractors. Include the bid number and the words "BID, DO NOT OPEN" on the envelope. BID DOCUMENTS THAT HAVE BEEN ALTERED, ILLEGIBLE, OR CHANGED WITH "WHITE-OUT" WILL BE REJECTED. The Work Write-up is the entire Scope of Work to be covered by the Program. Any overage, extra work or revisions to the scope of this Work Write-up will have to be approved by Community Development before the work takes place. Examples of the complete contract documents are available on request. No bid may be withdrawn for a period of ninety (90) days after the receipt of bids.

NOTE: Contractors and Sub-Contractors selected cannot be on Jefferson County’s or U.S. Department of Housing and Urban Development’s List of Debarred Contractors. Contractors must provide Jefferson County with a copy of their insurance certificate before, or as part of, bid submittal. Contractors and Subcontractors must be licensed and have a minimum of $100,000.00 in liability insurance available for the Work referred to above and have a $25,000.00 Master Performance Bond certified to Jefferson County for performance for the rehabilitation projects facilitated by Jefferson County under the Housing Program referred to herein. The insurance company and bonding company must provide Jefferson County with a copy of the insurance certificates and performance bond before, or as a part of the bid submittal. Any Contractor that has been disqualified under the General and Special Conditions of the Contract, or any County policy, shall not bid and any bid shall be rejected and disqualified by the said County.

WORK WRITEUP

Property Owner: Mrs. Annie HeathAddress: 4530 Letson StreetCity and State: Brighton, AL 35020Phone: (205) 428-4072Case No: 15-3802-2

The undersigned Contractor, ___________________________________________________,bids the following Work; (Print name)

WORK WRITEUP (Continued for Annie Heath)

Submission of a bid is evidence that the bidder has examined the site and has knowledge of the property, scope of work, and local requirements. All work will comply with the intent of the scope of work and Contract Documents, giving precedence to all applicable Codes and regulations including the EPA’s RRP Lead Paint Rules, and ANSI A117.1. In the event of omission, error, conflict, or ambiguity in the scope of work, the most stringent Code shall govern. Discrepancies, errors, or omissions in the scope of work must be brought to the County’s attention before bidding. Correct all collateral damage that is caused by the work specifications to a good quality finish. It is the contractor’s responsibility to comply with the EPA’s Lead Reduction Safe Work Practices.

Floor specifications for all rooms:

*Coordinate with the owner for the schedule of which room will be completed first and so on. The owner must have all appliances (stove, fridge, etc.), fixtures, or utilities (water at base cabinet) at the end of each work day.

* It is the owner’s choice of color and pattern, and two different floors. All floor coverings will be good quality cushion vinyl and have a minimum 25 year warranty. No seconds allowed . If there are seams, they must be professionally welded and sealed . No torn or patched vinyl allowed. The contractor must submit the invoice(s) for the vinyl floor to Joel Knight before installation for verification and warranty registration.

* The contractor must contain all dust by installing ‘zip-walls’, closing-off work areas, and using exhaust fans. The contractor will cover furniture, appliances, etc. with clean plastic. The contractor will remove all dust resulting from this work and leave the site clean for inspection.

*Contact Joel Knight for mandatory inspections per each room listed. Inspections are required for (1) after each floor’s framing is replaced, (2) before underlayment is placed over the new sub-floors.

* Replace all floor joist in each room . Replace/repair sills that are rotten, weak, or damaged. All new framing members will be PT lumber if there is any evidence of termite damage.

* Each room will have new sub-floors. All sub-floors will be ‘glued and screwed’ . Fasteners will be installed per the ICC fastener schedule. Add bracing, supports, or piers where needed to create stability, prevent bounce and the framing from being over-spanned.

* Save all baseboard and shoe molding and re-install after the new floor covers are down. Any base that is missing or broken must be replaced with ‘like materials’. Install new, mid-range, good quality thresholds at each doorway. Caulk and re-paint nail heads, damage, or bare areas.

* All floors must be level, solid, free of defects and squeaks, and clean to pass final inspection.

Floors: Mrs. Heath is aware that she must remove all breakables and move everything except the heavy furniture before the contract is signed and work can begin.

Kitchen Floor Replacement $____________________________ Approximately 13’ x 12’. (Short water heater. See Kitchen Repairs also).

Rear Bedroom Floor Replacement (Approx. 13’6” x 13’6”) $__________________________

Hallway Floor Replacement $__________________________(Approximately 6’ x 24’6”. Floor joist may be repaired).__ Install a battery operated, combination smoke/CO detector in the hallway.WORK WRITEUP (Continued for Annie Heath)

Front Bedroom Floor & Repairs (Approx. 13’6” x 16’6”) $____________________________ Build a closet (2 walls & ceiling) in the left rear corner of the bedroom. Install a door with hardware,

clothes rod, and paint white inside and out to good finish quality.

Kitchen Repairs $____________________________ Replace the base cabinet with a hardwood or finished plywood, same size cabinet with a stock top.

Owner’s choice of colors and patterns. MDF or vinyl coated presswood is not acceptable .

__ Install a new good quality, mid-range deep double bowl stainless-steel sink, and new good quality, mid-range drain baskets.

__ Install a new good quality, mid-grade American Standard lever style faucet and sprayer.__ Install a new, good quality chrome plated brass stops, a new braided stainless steel supply line for the hot

water side, and a copper supply for the cold water side. Install a new water connection for the refrigerator in the cold supply.

__ Close and seal all wall penetrations, openings, or holes in each wall.

__ At final inspection, components will work as intended, leak-free, water-tight, and be clean.

Crawl-space Access Door and Frame $____________________________ Replace the access door, frame, hardware, and turnbuckle. The new frame and door will be PT material

and painted to match. The frame and door will be solid, secure, and the openings below the door at ground level will be closed.

Front Entrance Modification $____________________________ Remove the concrete steps and handrail below the gate to the parking area on the street.__ Build a sturdy, uniform set of steps and guardrails with finished handrails on each side. Use PT lumber and

hot dipped galvanized fasteners.__ The steps will have closed risers and a good quality, non-slip surface applied. The steps may be deeper

than 11” [“2 risers + 1 tread” cannot be less than 24” or more than 25”].__ Guardrails and handrails will met code and be sturdy. Install picket rails and milled pine stock for the

handrails with good quality brackets. Handrails must have a heavy application of water resistant and UV protectant/sealer on them.

Property Owner understands and agrees to the above Work Write-Up.

__________________________________________ ___________________________Property Owner (Mrs. Annie Heath) Date

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

CONTRACTOR’S TOTAL PRICE (Including O & P) $ _________________________

Contractor is to furnish all labor, material, equipment, permits and inspections by the applicable Inspection Services, to complete all itemized Work in a workmanlike manner and shall comply with all local, state, and federal codes and standards. This includes, but is not limited to, all ICC codes where applicable; Lead Reduction Safe Work Practices; ANSI A117.1 for accessibility work, and the FHA Minimum Property Stand-ards. Contractor will remove from the site all debris caused by this work daily. All Work will be guaranteed one (1) year from date of final acceptance.

Executed on this the _____________ day of ____________________________________, 2016.

_______________________________________________________________________________Signature and Title Company name (print)

_______________________________________________________________________________Address (print) City (print) Zip

______________________________________________________________________________Phone, Beeper, email, etc.

______________________________________________________________________________Contractor's Federal Tax ID/SS Number DUNs Number

JEFFERSON COUNTY HOUSING REHABILITATION

SPECIFICATIONS AND PRICINGFOR

Property Owner: Sandra NelsonAddress: 530 43rd St.City and State: Fairfield, Al. 35064Phone: (205) 787-5216Case No: 16-2-1

BID # 74-16

INSTRUCTIONS TO BIDDERS

Bids will be on a lump sum basis, and on the Work Write-up Form attached, with all line items completed, and delivered to this office in a sealed envelope. Include the applicant name, case number and the words "BID, DO NOT OPEN" on the envelope. BID DOCUMENTS THAT HAVE BEEN ALTERED OR CHANGED WITH "WHITE-OUT" WILL BE REJECTED. The Work Write-up is the entire Scope of Work to be covered by the Program. Any overage, extra work or revisions to the scope of this Work Write-up will be between the Owner and the Contractor. Examples of the complete contract documents are available on request. No bid may be withdrawn for a period of thirty (30) days after the receipt of bids.

NOTE: Contractors and Sub-Contractors selected cannot be on the U.S. Department of Housing and Urban Development’s List of Debarred Contractors. Contractors must provide Jefferson County with a copy of their insurance certificate before, or as part of, bid submittal. Contractors and Subcontractors must be licensed and have a minimum of $100,000.00 in liability insurance available for the Work referred to above and have a $25,000.00 Master Performance Bond certified to Jefferson County for performance for the rehabilitation projects facilitated by Jefferson County under the Housing Program referred to herein. The insurance company and bonding company must provide Jefferson County with a copy of the insurance certificates and performance bond before, or as a part of the bid submittal. Any Contractor that has been disqualified under the General and Special Conditions of the Contract, or any County policy, shall not bid and any bid shall be rejected and disqualified by the said County.

WORK WRITEUP

Property Owner: Sandra NelsonAddress: 530 43rd St.City and State: Fairfield, Al. 35064Phone: (205) 787-5216Case No: 16-2-1

***When notifying homeowner of a site inspection please give appropriate notification.

The undersigned Contractor, _____________________________________________________________,bids the following Work; (Print name)WORK WRITEUP (Continued for Sandra Nelson)

It shall be incumbent upon the Contractor to visit the site and determine existing conditions and what will be required to accomplish the scope of work intended by the bid and Contract Documents. All work shall comply with the intended scope of work and Contract Documents, giving precedence to all applicable Codes, tables, laws, regulations, and ordinances, wherever applicable, including Lead Reduction Safe Work Practices and EPA lead RRP Regulations. In the event of conflict or ambiguity, the most stringent of all the aforementioned shall govern. Correct all collateral damage that is caused by the following work specification to a finish quality. Compliance with EPA Lead RRP regulations are the contractors responsibility.

EACH WORK ITEM INCLUDES OVERHEAD & PROFIT.

HVAC Installation $___________________________ Install a new package unit. (Gas Heat)New unit shall be a minimum 15 SEER. Ensure the unit has the

capacity to adequately heat and cool the house and meets Energy Star standards.__ Install unit on a new pre-fabricated pad. Install a new disconnect.__ Install all new duct work including supply registers with working dampers. Install a new return grill that is

equipped to hold the filters.__ All duct work shall be insulated metal. No flex will be allowed.__ Ensure that there are enough supply registers to adequately heat and cool each room of the house. All supply

registers shall have working dampers.__ Leave the homeowner an additional 12 filters for the system and instructions for changing them at regular

intervals.__ Install a good quality digital thermostat with a large display.__ Installer shall school the homeowner in correct operation of the unit.__ Contractor shall coordinate with the electrician that is performing electrical upgrade to ensure that the proper

size designated circuit is installed for the new HVAC unit.__ Contractor is responsible for all utilities to ensure the unit is fully functional.__ Install a steel security cage around unit. Contractor shall supply locks for the cage and shall give the keys to

the homeowner after installation.

Plumbing Repair $_____________________________ Re-locate the washing machine from downstairs to the upstairs bathroom. Install washing machine box, receptacle, and all necessary components to make the washing machine fully operational. Verify the condition and operation of the washing machine before moving the appliance. Install a dryer plug and dryer vent adjacent to the washing machine for the future addition of a dryer.

Kitchen Repair $________________________________ Remove existing floor covering. Floor is soft in front of the sink.__ Repair all damages sub-flooring and floor framing.__ Install appropriate underlayment as recommended by the manufacturer.__ Install sheet vinyl flooring and appropriate transition strips. Vinyl must have a minimum 20 year warranty.

Homeowners choice of color and pattern.__ Install shoe mold around entire room.__ Repair the existing kitchen cabinets. Upper cabinets are pulling away from the wall.__ Adjust all cabinet doors and ensure that the door work as intended.__ Replace any hardware necessary to complete this repair.

*** This work is bid to be inclusive of all finish and repair items. Contractor shall take this into consideration when bidding. Items will be completely finished and ready for use upon completion. This includes a final clean up in all areas where work was performed.Property Owner understands and agrees to the above Work Write-Up.

__________________________________________ ___________________________Property Owner (Ms. Sandra Nelson) Date

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

BID – INCLUDES OVERHEAD & PROFIT OF ________% $_____________________

Contractor is to furnish all labor, material, equipment, permits and inspections by the applicable Inspection Services, to complete all itemized Work in a workmanlike manner and shall comply with all local, state, and federal codes and standards. This includes, but is not limited to, all Building, Electrical, Gas, Plumbing, Mechanical, Southern Building Codes, CABO, ANSI A117 revised, and the FHA Minimum Property Stand-ards. Contractor will remove from the site all debris caused by this work. All Work will be guaranteed one (1) year from date of final acceptance.

Executed on this the _________________ day of _____________________________________, 2016.

__________________________________________________________________________________Signature and Title Company name (print)

_________________________________________________________________________________Address (print) City (print) Zip

_________________________________________________________________________________Phone, Beeper, email, etc.

_________________________________________________________________________________ Contractor's Federal Tax ID DUNS Number

JEFFERSON COUNTY HOUSING REHABILITATION

SPECIFICATIONS AND PRICINGFOR

Property Owner: Mrs. Norma QuickAddress: 187 Pinewood AvenueCity and State: Hueytown, AL 35023Phone: (205) 497-0976 (daughter: Julia Findley)Case No: 15-8-3

BID # 74-16

INSTRUCTIONS TO BIDDERS

Bids will be on a lump sum basis, and on the Work Write-up Form attached, with all line items completed, and delivered to Purchasing in a sealed envelope. Line items may be deleted or awarded to other contractors. Include the bid number and the words "BID, DO NOT OPEN" on the envelope. BID DOCUMENTS THAT HAVE BEEN ALTERED, ILLEGIBLE, OR CHANGED WITH "WHITE-OUT" WILL BE REJECTED. The Work Write-up is the entire Scope of Work to be covered by the Program. Any overage, extra work or revisions to the scope of this Work Write-up will have to be approved by Community Development before the work takes place. Examples of the complete contract documents are available on request. No bid may be withdrawn for a period of ninety (90) days after the receipt of bids.

NOTE: Contractors and Sub-Contractors selected cannot be on Jefferson County’s or U.S. Department of Housing and Urban Development’s List of Debarred Contractors. Contractors must provide Jefferson County with a copy of their insurance certificate before, or as part of, bid submittal. Contractors and Subcontractors must be licensed and have a minimum of $100,000.00 in liability insurance available for the Work referred to above and have a $25,000.00 Master Performance Bond certified to Jefferson County for performance for the rehabilitation projects facilitated by Jefferson County under the Housing Program referred to herein. The insurance company and bonding company must provide Jefferson County with a copy of the insurance certificates and performance bond before, or as a part of the bid submittal. Any Contractor that has been disqualified under the General and Special Conditions of the Contract, or any County policy, shall not bid and any bid shall be rejected and disqualified by the said County.

WORK WRITEUP

Property Owner: Mrs. Norma QuickAddress: 187 Pinewood AvenueCity and State: Hueytown, AL 35023Phone: (205) 497-0976 (daughter: Julia Findley)Case No: 15-8-3

The undersigned Contractor, _______________________________________________________,bids the following Work; (Print name)

WORK WRITEUP (Continued for Norma Quick)Submission of a bid is evidence that the bidder has thoroughly examined the site and has knowledge of the property, scope of work, and local jurisdiction requirements. All work shall comply with the intent of the scope of work and Contract Documents, giving precedence to all ICC Codes, regulations, including EPA’s RRP Lead Paint Rules, and current ANSI A117.1 specifications for accessibility. In the event of work write-up/bid omission, error, conflict, or ambiguity, the most stringent Code shall govern. Discrepancies, errors, or omissions in the scope of work must be brought to the County’s attention before bidding. Correct all collateral damage that is caused by the work specifications to a finish quality. It is the contractor’s responsibility to comply with the EPA’s Lead Reduction Safe Work Practices.

HVAC $_______________________________ Remove the existing units and duct work in the crawlspace and dispose of properly.__ Furnish and install a Goodman GSZ16 Energy Star ® rated heat pump with a GMEC96 furnace ( or

equivalent units) . Equivalent units must match or exceed the energy ratings, quality of materials, and warranty of the Goodman units specified.

__ The new HVAC system will have adequate capacity for the entire house and include all modifications to make the units operate as intended. This includes a new disconnect and whip, all hardware, duct work, insulation, condensate pump, drain line, registers, filter rack and return, etc.

__ The duct work will be metal construction, fastened in place with metal hangers, sealed with duct mastic, and then wrapped with insulation.

** Contractor must call Joel Knight for an inspection before wrapping duct work. __ Install a new thermostat. Thermostat will be digital with backlight and centrally located.__ A new properly sized manufactured condensing pad will be installed and must be level.__ Provide the homeowner with twelve (12) pleated return air filters to unit manufacturer’s specifications.__ The HVAC installer is to school the homeowner in the operation and maintenance of the new system. The

contractor will complete the online registration for the warranty in the homeowner’s name. ** Provide the homeowner with all paperwork, warranty verification, and other information provided by the

manufacturer. Provide a copy of the warranty registration to the County along with permits and invoice at the end of the job to schedule a final inspection. **

HVAC Security Cage $_______________________________ Install an AC security cage with good quality exterior pad lock.

Window Replacement $_______________________________ Carefully remove all windows (excluding rear porch) to minimize collateral damage to the surrounding

surfaces. The new windows will be the same size and style as existing.__ Repair and replace all rotten framing and adjacent areas to support installation of the new windows. __ The new windows will have an 8/8 grille pattern as existing. The windows can be single-hung. All windows

must have a weather-tight seal, tilt-in bottom sashes, and all trim, locks, and screens. __ Install good quality vinyl clad replacement windows. The windows must be labeled Energy Star®. __ Windows must have the NFRC rating sticker on each window until they are inspected by the County. After

verification the contractor will remove all stickers and clean all windows.__ When completed, all windows and all surrounding areas, interior and exterior, will be weather-tight and

have all collateral damage corrected to a professional, good quality finish.__ Provide Community Development with a copy of the vendor invoice for all windows at completion.

WORK WRITEUP (Continued for Norma Quick)

Miscellaneous Repairs $_____________________________ Remove the damaged ceiling over the bathtub. When this area is open identify where the water has leaked in

and notify Joel Knight. __ Make any necessary repairs and install MR drywall and finish, prime and paint to match. __ Install a battery operated, combination smoke/CO detector in the hallway.

__ Install a good quality, vinyl clad storm door with retractable screen, and lock at the rear entrance.

Property Owner understands and agrees to the above Work Write-Up.

________________________________________________ _______________________Property Owner (Mrs. Norma Quick) Date

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

CONTRACTOR’S TOTAL PRICE (Including O & P) $ __________________________

Contractor is to furnish all labor, material, equipment, permits and inspections by the applicable Inspection Services, to complete all itemized Work in a workmanlike manner and shall comply with all local, state, and federal codes and standards. This includes, but is not limited to, all ICC codes where applicable; Lead Reduction Safe Work Practices; ANSI A117.1 for accessibility work, and the FHA Minimum Property Stand-ards. Contractor will remove from the site all debris caused by this work daily. All Work will be guaranteed one (1) year from date of final acceptance.

Executed on this the _________________ day of _____________________________________, 2016.

__________________________________________________________________________________Signature and Title Company name (print)

_________________________________________________________________________________Address (print) City (print) Zip

_________________________________________________________________________________Phone, Beeper, email, etc.

_________________________________________________________________________________ Contractor's Federal Tax ID DUNS Number

JEFFERSON COUNTY HOUSING REHABILITATION SPECIFICATIONS AND PRICING

FOR

Property Owner: Yolanda WeaverAddress: 2205 Toles StreetCity and State: Tarrant, Al. 35217Phone: (205) 317-2217Case No: 16-25-4

BID # 74-16

INSTRUCTIONS TO BIDDERS

Bids will be on a lump sum basis, and on the Work Write-up Form attached, with all line items completed, and delivered to this office in a sealed envelope. Include the applicant name, case number and the words "BID, DO NOT OPEN" on the envelope. BID DOCUMENTS THAT HAVE BEEN ALTERED OR CHANGED WITH "WHITE-OUT" WILL BE REJECTED. The Work Write-up is the entire Scope of Work to be covered by the Program. Any overage, extra work or revisions to the scope of this Work Write-up will be between the Owner and the Contractor. Examples of the complete contract documents are available on request. No bid may be withdrawn for a period of thirty (30) days after the receipt of bids.

NOTE: Contractors and Sub-Contractors selected cannot be on the U.S. Department of Housing and Urban Development’s List of Debarred Contractors. Contractors must provide Jefferson County with a copy of their insurance certificate before, or as part of, bid submittal. Contractors and Subcontractors must be licensed and have a minimum of $100,000.00 in liability insurance available for the Work referred to above and have a $25,000.00 Master Performance Bond certified to Jefferson County for performance for the rehabilitation projects facilitated by Jefferson County under the Housing Program referred to herein. The insurance company and bonding company must provide Jefferson County with a copy of the insurance certificates and performance bond before, or as a part of the bid submittal. Any Contractor that has been disqualified under the General and Special Conditions of the Contract, or any County policy, shall not bid and any bid shall be rejected and disqualified by the said County.

WORK WRITEUP

Property Owner: Yolanda WeaverAddress: 2205 Toles StreetCity and State: Tarrant, AL 35217Phone: (205) 317-2217Case No: 16-25-4

***When notifying homeowner of a site inspection please give appropriate notification***

The undersigned Contractor, _________________________________________________,bids the following Work; (Print name)

WORK WRITEUP (Continued for Yolanda Weaver)It shall be incumbent upon the Contractor to visit the site and determine existing conditions and what will be required to accomplish the scope of work intended by the bid and Contract Documents. All work shall comply with the intended scope of work and Contract Documents, giving precedence to all applicable Codes, tables, laws, regulations, and ordinances, wherever applicable, including Lead Reduction Safe Work Practices and EPA lead RRP Regulations. In the event of conflict or ambiguity, the most stringent of all the aforementioned shall govern. Correct all collateral damage that is caused by the following work specification to a finish quality. Compliance with EPA Lead RRP regulations are the contractors responsibility.

EACH WORK ITEM INCLUDES OVERHEAD & PROFIT.

HVAC Installation $___________________________ Install a new HVAC system. System shall be a minimum 15 SEER heat pump. Ensure the unit has the capacity to adequately heat and cool the house and meets Energy Star standards.__ Install condensing unit on a new pre-fabricated pad. Install a new disconnect.__ Install air handler on a new filter box.__ Run a new correctly sized and properly insulated line set from the condenser to the coil.__ Install a good quality condensate pump and line to discharge outside the foundation of the house.__ Remove and cap off old gravity drain pipe.__ Existing duct work shall be modified for new system. Ensure that the duct work has adequate airflow throughout the house.__ Ensure that there are enough supply registers to adequately heat and cool each room of the house. All supply registers shall have working dampers. Replace all supply registers and return grill.__ Leave the homeowner an additional 12 filters for the system and instructions for changing them at regular intervals.__ Installer shall school the homeowner in correct operation of the unit.__ Install a good quality digital thermostat with large read out.__ Contractor is responsible for all utilities to ensure the unit is fully functional.__ Unit must have a 10 year parts warranty and homeowner and the county must receive a copy of the registration on the unit installed.__ Install a steel security cage around unit. Contractor shall supply locks for the cage and shall give the keys to the homeowner after installation.

Door Replacement $_____________________________ Replace the existing damaged garage door.__ New door shall be solid panel insulated metal and painted the homeowners choice of color.__ Replace existing garage door opener with a good quality opener with two remotes and a touch pad located at the exterior of the door.__ Replace the side entrance door unit to the garage with an insulated metal door unit equipped with a new lockset and dead bolt lock. Locks shall be keyed the same.__ Paint the door and door trim homeowners choice of colors.__ Replace the end bedroom door unit with a good quality six panel interior door unit.__ Paint the door and trim homeowner’s choice of colors. Install a new lockset on the door.__ Replace the damaged bi-fold doors in the upstairs hallway.__ This includes all new hardware.__ Paint the doors the homeowners choice of colors.

WORK WRITEUP (Continued for Yolanda Weaver)Rear Deck Repair $________________________________ Remove existing decking from the deck and treads from the steps.__ Add additional supports to ensure the deck and step framing is well supported. Replace any deteriorated or sub standard framing that is discovered.__ Install new pressure treated decking on the entire deck surface and new treads on all steps.__ Rebuild all hand rails and guard rails to current standards.__ All material shall be pressure treated and all fasteners shall be galvanized.

Gutters $________________________________ Install new seamless gutters around the perimeter of the house.__ Install down spouts and splash blocks__ Ensure that the water is directed away from the foundation of the house

Additional Repairs $_______________________________ Re-secure service wire to the house. Install protective wrap on service wire in places where exterior jacket is damaged.__ Repair damaged area of the house where service wire was pulled loose.__ Replace the existing front porch light fixture with similar to existing.__ Replace hallway light fixture with fixture similar to existing.__ Install smoke detectors in every bedroom and install a combination smoke / co detector in a common area of the house.

Front Porch Repair $_______________________________ Repair all loose and damaged bricks on the front porch.__ Re-point the mortar where it is missing.__ Re-secure the existing handrails and paint homeowner’s choice of color.

Plumbing Repair $_______________________________ Replace the existing water heater with a new energy star approved electric water heater.__ Install a drain on the new pop-off valve.__ Water heater must be installed on a factor built stand to meet code requirements.__ Replace the existing upstairs toilet. Toilet must be equipped with a flush system and be of good quality. (American Standard, Kohler, Toto)__ Install a new stainless steel braided supply line.__ Repair/ replace the upstairs shower valve. New valve and shower shall work as intended.

*** This work is bid to be inclusive of all finish and repair items. Contractor shall take this into consideration when bidding. Items will be completely finished and ready for use upon completion. This includes a final clean up in all areas where work was performed.

Property Owner understands and agrees to the above Work Write-Up.

__________________________________________ ___________________________Property Owner (Ms. Yolanda Weaver) Date

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

BID – INCLUDES OVERHEAD & PROFIT OF ________% $_____________________

Contractor is to furnish all labor, material, equipment, permits and inspections by the applicable Inspection Services, to complete all itemized Work in a workmanlike manner and shall comply with all local, state, and federal codes and standards. This includes, but is not limited to, all Building, Electrical, Gas, Plumbing, Mechanical, Southern Building Codes, CABO, ANSI A117 revised, and the FHA Minimum Property Standards. Contractor will remove from the site all debris caused by this work. All Work will be guaranteed one (1) year from date of final acceptance.

Executed on this the _________________ day of _____________________________________, 2016.

__________________________________________________________________________________Signature and Title Company name (print)

_________________________________________________________________________________Address (print) City (print) Zip

_________________________________________________________________________________Phone, Beeper, email, etc.

_________________________________________________________________________________ Contractor's Federal Tax ID DUNS Number

JEFFERSON COUNTY HOUSING REHABILITATION SPECIFICATIONS AND PRICING

FOR

Property Owner: Hazel WilliamsAddress: 516 Heflin Ave. EastCity and State: Forestdale, Al. 35214Phone: (205) 332-4715Case No: CL-516-16

BID # 74-16

INSTRUCTIONS TO BIDDERS

Bids will be on a lump sum basis, and on the Work Write-up Form attached, with all line items completed, and delivered to this office in a sealed envelope. Include the applicant name, case number and the words "BID, DO NOT OPEN" on the envelope. BID DOCUMENTS THAT HAVE BEEN ALTERED OR CHANGED WITH "WHITE-OUT" WILL BE REJECTED. The Work Write-up is the entire Scope of Work to be covered by the Program. Any overage, extra work or revisions to the scope of this Work Write-up will be between the Owner and the Contractor. Examples of the complete contract documents are available on request. No bid may be withdrawn for a period of thirty (30) days after the receipt of bids.

NOTE: Contractors and Sub-Contractors selected cannot be on the U.S. Department of Housing and Urban Development’s List of Debarred Contractors. Contractors must provide Jefferson County with a copy of their insurance certificate before, or as part of, bid submittal. Contractors and Subcontractors must be licensed and have a minimum of $100,000.00 in liability insurance available for the Work referred to above and have a $25,000.00 Master Performance Bond certified to Jefferson County for performance for the rehabilitation projects facilitated by Jefferson County under the Housing Program referred to herein. The insurance company and bonding company must provide Jefferson County with a copy of the insurance certificates and performance bond before, or as a part of the bid submittal. Any Contractor that has been disqualified under the General and Special Conditions of the Contract, or any County policy, shall not bid and any bid shall be rejected and disqualified by the said County.

WORK WRITEUPProperty Owner: Hazel WilliamsAddress: 516 Heflin Ave. EastCity and State: Forestdale, Al. 35214Phone: (205) 332-4715Case No: CL-516-16

***When notifying homeowner of a site inspection please give appropriate notification.

The undersigned Contractor, _________________________________________________,bids the following Work; (Print name)

WORK WRITEUP (Continued for Hazel Williams)It shall be incumbent upon the Contractor to visit the site and determine existing conditions and what will be required to accomplish the scope of work intended by the bid and Contract Documents. All work shall comply with the intended scope of work and Contract Documents, giving precedence to all applicable Codes, tables, laws, regulations, and ordinances, wherever applicable, including Lead Reduction Safe Work Practices and EPA lead RRP Regulations. In the event of conflict or ambiguity, the most stringent of all the aforementioned shall govern. Correct all collateral damage that is caused by the following work specification to a finish quality. Compliance with EPA Lead RRP regulations are the contractors responsibility.

EACH WORK ITEM INCLUDES OVERHEAD & PROFIT.

HVAC Installation $___________________________ Install a new HVAC system. Condensing unit shall be a minimum 15 SEER and the furnace shall be a

minimum 92% efficiency. Ensure the unit has the capacity to adequately heat and cool the house and meets Energy Star standards.

__ Install unit condensing unit on a new pre-fabricated pad. Install a new disconnect.__ Furnace shall be hung using threaded rod and uni-strut.__ Run a new properly insulated line set from the condenser to the coil.__ Install all new duct work including supply registers with working dampers. Install a new return grill that is

equipped to hold the filters. Return grill shall be located inside the house.__ All duct work shall be insulated metal. No flex will be allowed.__ Ensure that there are enough supply registers to adequately heat and cool each room of the house. All supply registers shall have working dampers.__ No equipment or ductwork shall be in contact with the ground.__ Leave the homeowner an additional 12 filters for the system and instructions for changing them at regular

intervals.__ Installer shall school the homeowner in correct operation of the unit.__ Install a good quality digital thermostat with large read out.__ Contractor is responsible for all utilities to ensure the unit is fully functional.__ Configure the condensate drain to discharge the water outside the foundation of the house.__ Install a steel security cage around unit. Contractor shall supply locks for the cage and shall give the keys to

the homeowner after installation.

Floor Stabilization $_____________________________ Install support piers and beams to ensure floor stability in each room of the house.__ Install masonry footings and pressure treated support beams and piers.__ All wood supports shall be pressure treated and all fasteners shall be galvanized.__ Raise existing settled areas of the floor system as much as practical.__ Upon completion there should be no apparent spring in the floor system.

Side Porch Repair $________________________________ Remove the existing metal cover and deteriorated support post over the side entrance.__ Remove the existing unstable rails from the porch.__ Repair the broken corner of the concrete porch.__ Construct a replacement roof over the porch. Roof shall be tied in to existing roof line and be the same size

as the removed section.__ This section will blend in with the roof line and roof covering shall match the existing on the house.__ Support post will be wooden and will be utilized to fabricate guard rails around the existing porch.__ Guardrails and handrails for the porch shall have pickets installed to prevent a 4” sphere from passing through any opening.

WORK WRITEUP (Continued for Hazel Williams)__ All post and handrails material shall be pressure treated and all fasteners galvanized.__ The new porch cover shall be finished out in vinyl and the porch ceiling will be covered with vinyl. This includes all aspects of the trim and fasia.__ Construction shall match the house.

Gutters $_____________________________ Install new seamless gutters around the perimeter of the house.__ Install down spouts and splash blocks__ Ensure that the water is directed away from the foundation of the house

Additional Repairs $____________________________ Fabricate and install a new chimney cap. The existing cap is leaking.__ Replace the existing front porch light fixture with similar to existing.__ Install smoke detectors in every bedroom and install a combination smoke / co detector in a common area of

the house.

*** This work is bid to be inclusive of all finish and repair items. Contractor shall take this into consideration when bidding. Items will be completely finished and ready for use upon completion. This includes a final clean up in all areas where work was performed.

Property Owner understands and agrees to the above Work Write-Up.

__________________________________________ ___________________________Property Owner (Ms. Hazel Williams) Date

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

BID – INCLUDES OVERHEAD & PROFIT OF ________% $_____________________

Contractor is to furnish all labor, material, equipment, permits and inspections by the applicable Inspection Services, to complete all itemized Work in a workmanlike manner and shall comply with all local, state, and federal codes and standards. This includes, but is not limited to, all Building, Electrical, Gas, Plumbing, Mechanical, Southern Building Codes, CABO, ANSI A117 revised, and the FHA Minimum Property Stand-ards. Contractor will remove from the site all debris caused by this work. All Work will be guaranteed one (1) year from date of final acceptance.

Executed on this the _________________ day of _____________________________________, 2016.

__________________________________________________________________________________Signature and Title Company name (print)

_________________________________________________________________________________Address (print) City (print) Zip

_________________________________________________________________________________Phone, Beeper, email, etc.

_________________________________________________________________________________ Contractor's Federal Tax ID DUNS Number

JEFFERSON COUNTY HOUSING REHABILITATIONSPECIFICATIONS AND PRICING

FOR

Property Owner: Ms. Sharon YoungAddress: 1201 Fulton AvenueCity and State: Tarrant, AL 35217Phone: (205) 874-6104, or (205) 200-5191Case No: 14-28-4

BID # 74-16

INSTRUCTIONS TO BIDDERS

Bids will be on a lump sum basis, and on the Work Write-up Form attached, with all line items completed, and delivered to Purchasing in a sealed envelope. Line items may be deleted or awarded to other contractors. Include the bid number and the words "BID, DO NOT OPEN" on the envelope. BID DOCUMENTS THAT HAVE BEEN ALTERED, ILLEGIBLE, OR CHANGED WITH "WHITE-OUT" WILL BE REJECTED. The Work Write-up is the entire Scope of Work to be covered by the Program. Any overage, extra work or revisions to the scope of this Work Write-up will have to be approved by Community Development before the work takes place. Examples of the complete contract documents are available on request. No bid may be withdrawn for a period of ninety (90) days after the receipt of bids.

NOTE: Contractors and Sub-Contractors selected cannot be on Jefferson County’s or U.S. Department of Housing and Urban Development’s List of Debarred Contractors. Contractors must provide Jefferson County with a copy of their insurance certificate before, or as part of, bid submittal. Contractors and Subcontractors must be licensed and have a minimum of $100,000.00 in liability insurance available for the Work referred to above and have a $25,000.00 Master Performance Bond certified to Jefferson County for performance for the rehabilitation projects facilitated by Jefferson County under the Housing Program referred to herein. The insurance company and bonding company must provide Jefferson County with a copy of the insurance certificates and performance bond before, or as a part of the bid submittal. Any Contractor that has been disqualified under the General and Special Conditions of the Contract, or any County policy, shall not bid and any bid shall be rejected and disqualified by the said County.

WORK WRITEUP

Property Owner: Ms. Sharon YoungAddress: 1201 Fulton AvenueCity and State: Tarrant, AL 35217Phone: (205) 874-6104, or (205) 200-5191Case No: 14-28-4

The undersigned Contractor, _______________________________________________________,bids the following Work; (Print name)

WORK WRITEUP (Continued for Sharon Young)Submission of a bid is evidence that the bidder has thoroughly examined the site and has knowledge of the property, scope of work, and local jurisdiction requirements. All work shall comply with the intent of the scope of work and Contract Documents, giving precedence to all ICC Codes, regulations, including EPA’s RRP Lead Paint Rules, and ANSI A117.1 specifications for accessibility. In the event of work write-up/bid omission, error, conflict, or ambiguity, the most stringent Code shall govern. Discrepancies, errors, or omissions in the scope of work must be brought to the County’s attention before bidding. Correct all collateral damage that is caused by the work specifications to a quality. It is the contractor’s responsibility to comply with the EPA’s Lead Reduction Safe Work Practices.

Front Entrance Repairs $______________________________ Remove the wrought-iron handrails at the porch and steps.__ Build new guardrails and handrails with PTP lumber. Hardware and fasteners will be galvanized.__ Guardrails will have 2 x 2 pickets where a 4" sphere cannot fit through around the porch and down each side

of the steps. The guardrails will have a toe board, top board, and cap, with 4” x 4” post securely embedded in concrete and anchored to the porch.

__ The steps will have continuous handrails on each side that are milled pine stock securely fastened and finished with 3 coats of clear exterior polyurethane sealer. The handrails will be mounted inside the guardrails at 34” minimum to 38” maximum height.

__ Replace the storm door with a good quality wood-core, aluminum or vinyl clad, mid-view storm door complete with lever style hardware, and retractable screen (Larson’s Concord model or better).

Window Repairs $_____________________________

__ Replace and finish the 2 broken window panes at the living room.__ Repair the bathroom window to where it will open and close as intended.

Bathroom Modification $_____________________________** All grab bars will be installed to current ANSI A117.1 specifications. **__ Install a 4’ wall mounted grab bar horizontally on the rear wall at the toilet.__ Install 5 grab bars in the tub surround: one 4’ grab bar mounted vertically on the outside corner of the foot of

the tub; two 4’ grab bars mounted horizontally for the length of the tub; and a 2’ gab bar mounted horizontally at each end.

Door(s) Repairs $_____________________________

__ Install a new interior door with lever style hardware at the rear bedroom before the addition.__ Install a new interior door with lever style privacy hardware for the rear bathroom in the addition.__ Replace the entrance door at the addition with an insulated, metal skin door, and paint all sides to finish.

Include any modifications or repair as needed for successful installation. The new door will be equipped with good quality lever style hardware, matching deadbolt, and peep-hole.

HVAC Security Cage $_______________________________ Install an AC security cage with good quality exterior pad lock.

WORK WRITEUP (Continued for Sharon Young)HVAC $_____________________________

__ Remove the existing gas package unit. Ms. Young reports there were not any problems with the duct work at the time unit was vandalized.

__ Install a new high efficiency gas package unit. Unit will be, or equivalent too, a Goodman 16 seer unit. Equivalent units must match in energy ratings, quality of materials, and warranty.

__ The new package unit will have adequate capacity for the entire house and include all accessories and modifications to make the unit operate as intended. This includes the pad, hardware, any duct work repairs, drain line, registers, two filter racks and returns, etc.

__ Install a new thermostat matched to these components as specified by the manufacturer. The thermostat must be digital with backlight and centrally located.

__ Provide the homeowner with twelve (12) pleated return air filters to manufacturer’s specifications.__ The HVAC installer must school the homeowner in the operation and maintenance of the new system. The

contractor will complete the online registration for the warranty in the homeowner’s name.

** Provide the homeowner with all paperwork, warranty verification, and all pertinent information provided by the manufacturer. Provide a copy of the warranty registration to the County with the signed permits and invoice at the end of the job so that a final inspection can be scheduled. **

Property Owner understands and agrees to the above Work Write-Up.

________________________________________________ _______________________Property Owner (Ms. Sharon Young) Date

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

CONTRACTOR’S TOTAL PRICE (Including O & P) $ _____________________________

Contractor is to furnish all labor, material, equipment, permits and inspections by the applicable Inspection Services, to complete all itemized Work in a workmanlike manner and shall comply with all local, state, and federal codes and standards. This includes, but is not limited to, all ICC codes where applicable; Lead Reduction Safe Work Practices; ANSI A117.1 for accessibility work, and the FHA Minimum Property Stand-ards. Contractor will remove from the site all debris caused by this work daily. All Work will be guaranteed one (1) year from date of final acceptance.

Executed on this the _________________ day of _____________________________________, 2016.

__________________________________________________________________________________Signature and Title Company name (print)

_________________________________________________________________________________Address (print) City (print) Zip

_________________________________________________________________________________Phone #, Fax, and Email.

_________________________________________________________________________________ Contractor's Federal Tax ID DUNS Number