Purchase of a Combination Vacuum Cleaning Truck for the Jefferson Parish Public Works Rehab Section

expired opportunity(Expired)
From: Louisiana(State)
JPP-50-00144745

Basic Details

started - 27 Mar, 2024 (1 month ago)

Start Date

27 Mar, 2024 (1 month ago)
due - 11 Apr, 2024 (16 days ago)

Due Date

11 Apr, 2024 (16 days ago)
Bid Notification

Type

Bid Notification
JPP-50-00144745

Identifier

JPP-50-00144745
State of Louisiana

Customer / Agency

State of Louisiana

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

BID NUMBER- 50–00144745 Purchase of a Combination Vacuum Cleaning Truck for the Jefferson Parish Public Works Rehab Section BID DUE: April 11, 2024 AT 2:00 PM ATTENTION VENDORS!!! Please review all pages and respond accordingly, complying with all provisions in the technical specifications and Jefferson Parish Instructions for Bidders and General Terms and Conditions. All bids must be received on the Purchasing Department’s eProcurement site, www.jeffparishbids.net, by the bid due date and time. Late bids will not be accepted. Jefferson Parish Purchasing Department 200 Derbigny Street General Government Building, Suite 4400 Gretna, LA 70053 Purchasing Specialist II Name: SHANNA FOLSE Purchasing Specialist II Email: sfolse@jeffparish.net Purchasing Specialist II Phone: 504-364-2680
target="_blank">http://www.jeffparishbids.net/ mailto:sfolse@jeffparish.net 1 SPECIFICATIONS - COMBINATION SEWER CLEANER BID #50-00144745 GENERAL The machine is capable of removing stones, grit, grease, sludge and other debris from sanitary sewer and/or storm drain lines by the flushing action of high-pressure water. The high-pressure sewer cleaner operates independent of the vacuum system. The machine is capable of being operated by one man, with all operating controls for high- pressure water pump, hose reel, and vacuum, located at the front of the machine for safety. The machine shall have a total of 510 available horsepower. The auxiliary engine, water pump, vacuum compressor, debris body and boom support assembly shall be mounted to a single unitized welded sub-frame. DEBRIS BODY Debris storage body has a minimum usable liquid capacity of 9 cubic yards. The debris body shall be round for maximum strength and constructed of 3/16-inch ASTM A242 Corten A steel for enhanced corrosion resistance. There shall be a 6” diameter liquid drain valve, “knife valve type” and screen weldment inside for removing excess liquids. Drain will have 10 feet of 6 inch lay flat hose. A rear door safety prop shall be provided. For ease of maintenance there shall be no hydraulic components located inside the debris body or rear door. Hydraulic operated, heavy duty wedge style door locks shall be installed. The door locks shall be operated by two double acting hydraulic cylinders. The rear door shall also hydraulically open and close (raise and lower) by means of two double acting hydraulic cylinders. The unlocking- opening and the closing-locking operations shall be controlled by a single switch and sequence valve. Dual steel weldments with stainless steel screen 8” x 28” each providing up to 1200 square inches of added filtration for the vacuum system shall be provided inside the debris tank. These weldments shall be removable and require no cutting or welding. A double acting power up/power down hydraulic scissors lift mechanism will be provided to raise body to a minimum GO-degree angle. The scissors lift mechanism shall be designed to support a minimum of 24 inches of the debris tank width to provide stability and when dumping on uneven ground. The lift capacity of hydraulic scissors lift cylinder is 56,000 lbs. 2 Dump controls are located on curbside mid-ship of the unit, well forward of the dumping area for operator safety. A manual override system is provided in case of system failure. The debris body has a five-year warranty. A copy of manufacturer's warranty statement shall be enclosed with bid. If pro-rated so state: An internal polyethylene float device with external indicator is supplied to show when body is loaded to capacity. AUTOMATIC VACUUM BREAKER The automatic vacuum breaker assembly is located inside the body. The automatic vacuum breaker assembly shall be controlled by an electric over hydraulic circuit. The entire system shall be replaceable via a bolt on assembly. The assembly shall consist of a 12” inlet and two 8” ports that provide air flow to the vacuum system. A full indication activates an automatic vacuum breaker shut down system that completely shuts down 100 percent of the airflow to the vacuum system to prevent overfilling and wastewater discharge into the atmosphere. The vacuum breaker system is automatically activated (closed) when the parking brake system is released to eliminate carryover during transit. The system is controlled/activated, at the front hose reel control station. This enables the operator to pick up large debris with boom and place debris on the road surface. This system can be used for safety in the event suction must be shut off in case of an emergency. POSITIVE DISPLACEMENT BLOWER A lobe type positive displacement blower shall be provided capable of 6000 CFM's and 18" of Hg. with cyclone separator. Control of the blower regarding start, stop and the rate of vacuum suction is performed from the front of the truck. A vacuum suction breaker disconnect switch is provided to enable operator to pick up large debris with boom and place debris on road surface. The vacuum system shall operate independent of the high-pressure water system. The compressor is driven by the chassis engine via a closed loop hydrostatic system using a variable piston pump and motor. This system shall include a heat exchanger for extreme ambient conditions and to maintain the pump suction oil temp at 160 deg. F. max. The heat exchanger shall be protected by a 30-micron filter and cold weather bypass valve. Hydrostatic loop filtration shall be accomplished by a 10 Beta micron return filter and a 10- 3 micron Absolute (no bypass) charge filter. The blower is protected by (2) two 3" diameter vacuum relief valves. The system incorporates an air/water separator and a sound silencer to separate material before it enters blower and to ensure quite operation. A means of starting, stopping and varying the vacuum suction from operator station at the front of the machine is provided. The blower is mounted on a frame independent of the water tank. Unit must be capable of vacuuming under water without air induction. A manometer/vacuum test may be required to demonstrate the system performance. The positive displacement blower has a 12-month non-prorated warranty. VACUUM PICK UP HOSE Shall be front loading, attached at the front of the machine in order to provide ease of positioning the machine over the manhole, as well as afford maximum safety for the operator. The 8" will be mounted on a boom that will provide a minimum of 18' vertical lift utilizing dual hydraulic cylinder and 230 degree of boom rotation powered hydraulically for non- interrupted smooth movement. Boom to have a lift capacity of 500 lbs. at the front bumper. The boom will be powered by an electric over hydraulic system: up/down by dual lift cylinders. The right/left movements shall be hydraulic via worm gear rotation. The boom shall hydraulically telescope a minimum of 10 ft. forward from the operator's station. The height of the boom shall not change while the boom is being telescoped. A manual override system shall be provided for right/left, and up/down functions in case of system failure. Control of the boom is by means of a joystick control at the operator's station, requiring no cables at operator's feet for boom operation. A wireless remote control will be provided for Boom, Vacuum Breaker, Chassis Throttle, and Debris Body functions. A manual override system shall be provided for right/left, and up/down functions in case of system failure. A boom coverage chart shall be provided stating the square feet the boom covers. 8-inch diameter pipe extensions with clamps will be provided and carried on the truck as follows: 1 6 -1/2' Catch Basin Nozzle 3 6' Aluminum Pipe Extension 1 5' Aluminum Pipe Extension 1 3 ' Aluminum Pipe Extension 2 s p a r e quick clamps 4 WATER SUPPLY The water tanks shall have a minimum usable capacity of 1000 U.S. gallons. The water tanks shall be constructed of non-corrosive, non-metallic, durable, cross-linked polyethylene to eliminate rust, corrosion, and stress cracking. The water tanks shall be mounted at and below the truck frame level to provide a low center of gravity for truck stability. A 2-1/2 inch diameter x 25 feet long hydrant hose with hydrant wrench is supplied on the unit An anti-siphon fill device is installed on the unit. Inspection ports shall be provided to fill or to add chemicals to the water system. A sight gauge to indicate water level is located within sight of the operator station. The water tanks are protected by a minimum of 11-gauge steel plating mounted below the water tanks for protection against road hazards when unit travels over the road, off the road or to landfills. The water tanks carry a ten-year replacement warranty. AUXILARY ENGINE (WATER PUMP DRIVE ENGINE) GM Power Solutions International (PSI) 5.7 Liter, (350 CID) (5,736.5 cc) Naturally aspirated (8)- Cylinder, 140HP, Fuel and emission control system that meets Tier II EPA/CARB emission regulations for LSI engines. The ignition system start-stop switch will be located at the operator’s station. The auxiliary engine shall be shrouded and have a hinged door on the driver’s side of the unit. The engine oil dipstick shall be accessed from the ground level on the driver’s side. HIGH PRESSURE WATER PUMP The high-pressure water pump shall be rated to deliver smooth continuous pressure and flow through the entire flow range of the pump. The high pressure shall have smooth continuous flow for both the high-pressure system and the handgun system. A continuous duty flow of 80 g.p.m. and 2000 p.s.i shall be provided. High-pressure relief valves are provided for both the high-pressure system and handgun system. The water pump operates independently of the vacuum system and is powered by the auxiliary engine via clutch less, direct dual powerband drive system. 5 The high-pressure water pump drive system carries a five-year replacement warranty. Warranty excludes the drive engine, i.e., auxiliary engine. The water pump is capable of running dry. Controls for starting and stopping the water pump and to vary the flow and pressure shall be at the front hose reel operator's station. The high-pressure water pump is equipped with a cold weather drain valve. The valve allows the operator to completely drain the high-pressure pump. HOSE REEL ASSEMBLY The hose reel assembly is mounted on the front of the vehicle. The hose reel shall have a minimum of 30” inside diameter with a capacity of 800' x 1” hose. The hose reel is equipped with a cage. The hose reel is hydraulically powered in both directions by means of a double chain and sprocket drive. The controls for operating the motor have a flow control device to regulate the rotational speed of the reel in both directions. All hydraulic hoses are behind a steel housing to protect operator from hydraulic oil if a hose fails. The hydraulic motor, chain, and sprockets have a protective cover or are mounted on the radiator side of the hose reel for operator safety. The hose reel articulates 180 degrees to the driver's side allowing operator to work in any position through this arc. This allows greater flexibility in truck placement for manholes located in tough areas and provides greater safety to the operator. Reel extends beyond the width of unit for greater flexibility for positioning reel over offset manholes, catch basins, etc. A hydraulically controlled outrigger leg is supplied that comes in contact with the ground at any one position. A warning light is located in the cab to warn the operator that the outrigger leg is not in its transported position prior to moving the unit. A manual bypass system for the hose reel assembly is provided to manually pull the reel assembly away from its transported position. This feature allows operator to check fluids without starting engines. JET HOSE 800' x 1” jet rodder hose will be supplied rated for 2500 psi working pressure and 6250 psi burst pressure. A heavy-duty hose guide with 25' of nylon rope will be provided. Nozzles shall be hardened steel with replaceable ceramic orifices as follows: 1) Chisel head penetrator & 1) standard sanitary. 6 MANHOLE CLEANING WATER SYSTEM (HANDGUN) The high-pressure pump and independent water tank assembly supplied shall be used for manhole cleaning. A smooth continuous flow of 20 g.p.m. and pressure of 600 p.s.i. shall be provided for ease of operation. A handgun pressure relief valve set at 600 p.s.i. shall be provided. One full functioning handgun with on/off hand control, replaceable nozzle tip, 12- inch extension, adjustable spray and SO' x 1/2" hose with retractable reel will be provided. The handgun will attach to the system via a quick couple connection at the curbside of the unit. To avoid being coiled at the operator's station a handgun holder will be provided at the front bumper. HYDRAULIC SYSTEM AND LUBRICATION The hydraulic system has a 55-gallon capacity. The hydraulic system shall incorporate a main shut off valve in case of hydraulic failure. The hydraulic system shall incorporate hydraulic pressure relief valves and pressure gauges for ease of trouble shooting and maintenance. The unit is equipped on the passenger side, mid-section of the module, a permanent weatherproof white vinyl lubrication chart that points out lubrication points on the module and specifies what type of lubrication and hydraulic fluids are required. The chart also specifies the frequency of each lubrication point. Remote plumbed grease fittings are provided for the vacuum compressor, boom rotation, and water pump drive areas. ACCESSORIES A minimum twelve {12) month manufacturer's guarantee on the unit will be provided. 2 35" x 1411 x 24" side mounted tool boxes will be provided. 1 Debris body power flush out system 1 6" knife valve, lower rear door mounted with cam-lock 1 Rear mounted hydraulic pump off system, 350 gpm w/20' lay flat hose Gravity drain system consisting of plumbing to the mid-passenger side of the unit. Includes a 3" knife value 7 1 with cam-lock connection, 30' of layflat hose with storage rack allowing return of liquids to the manhole without having to reposition vehicle. 1 Air purge system 1 1/4 turn ball valve water drain 1 Variable flow valve 1 Lazy Susan style, deck mounted pipe rack, holds 5 pipes 1 Storage box behind cab, 16" x 42" x 9611 1 Storage box shall be provided with two roll out shelves 1 Lateral Cleaning Kit w/200' x 1/2" Hose w/Nozzle, Permanently Mtd, Electronically Controlled 1 Hose footage counter, standard - drivers side 1 Rear mounted tow hooks 1 Auxiliary engine remote oil drain 1 Remote boom grease zerk assembly, (accessible from ground level) 1 Remote debris tank grease zerk assembly (accessible from ground level) 1 Nozzle rack 1 10' leader hose 1 1" Bulldog with skid 400.600BS 1 Water pump remote oil drain 1 Built in Body Prop - Rear Boom Support Mounted 1 Traffic Camera with Color Monitor {Camera placement must be picked) 1 Rear traffic camera 1 Front hose reel camera - to view front of hose reel area 1 Long handle storage/ (2) PVC 1 Long handle storage placement - mounted in storage box under shelf 1 Cone storage rack 1 Cone storage rack on the curbside of unit 1 Cone racks mounted behind rear tires 1 Cone racks, between bogies on tandem units 1 Fill Hose Assy and Storage 1.5"/ 200',100',SO' 1 Greelee pump off with gate valve 1 In cab fuse box to rear bulkhead 8 LIGHTING The entire module electrical system is vapor sealed to eliminate moisture damage. All wiring is color-coded, labeled and run in sealed terminal enclosures. All module circuits are protected by circuit breakers. Clearance lights and reflectors are furnished in accordance with D.O.T. requirements. 1 4 LED strobes - (2) front bumper, (2) rear bumper - Whelen S0A03ZCR - Amber 1 LED Arrow stick - Whelen TAM85 Traffic Advisor 1 LED Boom Mounted Flood Light - Whelen NPGBB Work light 1 LED Rear Mounted Flood Lights - Whelen NPGBB Work light PAINT Unit paint surfaces are shot blasted, Ambershield zinc primed, sanded and sealed with epoxy primer. Hose reel spool, debris tank and sides of mainframe painted with PPG Delfleet single stage polyurethane paint. All other paintable surfaces coated in PPG Ambershield textured black paint. Unit shall have reflective White or Blue Chassis shall be painted manufacturers standard white. White with DuPont lmron 5000 polyurethane paint. Unit shall have reflective blue side and boom stripes and rear door chevrons. Chassis shall be painted manufacturers standard white. TRAINING AND MANUALS Operator training will be conducted by a factory-trained representative for a minimum of one day at the time of delivery. 3 copy(ies) of the operating and maintenance manual for the sewer cleaner module shall be provided upon unit delivery. An operational video will be provided with the unit. 9 MOUNTING AND DELIVERY The unit described will be mounted on a truck chassis acceptable to the body manufacturer at the factory of the body manufacturer. LOUISIANA DEALERS LICENSE In accordance with LA RS 32:1254 et seq and LA RS 38:2212.8, a Louisiana State Dealer's License is required. All bidders must provide a copy of their valid Louisiana Dealer's License with their bid submission. Failure to submit this copy will result in bid rejection. EXCEPTIONS AND DEVIATIONS Bidder shall fully explain every variance, exception, and or deviation to the bid specifications. Additional sheets/lines may be added if required. CHASSIS SPECIFICATIONS BID #50-00144745 GENERAL SUMMARY 114SD Plus 4X2 AUTO, GVWR: 43000 LBS, FRONT: 20000 LBS, REAR: 23000 LBS, WB: 252” CA: 168.5” AF: 75”, ENGINE, DIESEL: CUM ISL 370 HP @ 2000RPM, 2100 GOV RPM, 1250 LB/FT @ 1400RPM, TRANSMISSION, AUTOMATIC: ALLISON 3000 RDS WITH PTO PROVISION, AXLE, FRONT NON-DRIVING: DETROIT DA-F-20.0-5 20000 LBS FL1 71.0 KPI/3.74 DROP SINGLE FRONT AXLE, REAR, SINGLE: RS-23-160 23000-LB CAPACITY, RATIO 5.63 ELECTRONIC PARAMETERS GOVERNOR: PTO GOVERNOR RAMP RATE – 200 RPM PER SECOND ENGINE EQUIPMENT CUMMINS ISL 370 HP @ 2000RPM, 2100 GOV RPM, 1250 LB/FT @ 1400RPM, AIR COMPRESSOR: CUMMINS TURBOCHARGED 18.7 CFM WITH INTERNAL SAFETY VALVE, EXHAUST SYSTEM: SINGLE, VERTICL TAILPIPE & GUARD MUFFLER/TAILPIPE: AFTERTREATMENT, UNDER STEP MOUNTED SWITCH, EXHAUST: CUMMINS EXHAUST BRAKE INTEGRAL WITH VARIABLE GEOMETRY TURBO WITH ON/OFF DASH SWITCH JUMP START: POSITIVE AND NEGATIVE POSTS LOCATED ON FRAME NEXT TO STARTER, ALTERNATOR: DR 12V 160 AMP 28-SI QUADRAMOUNT PAD WITH REMOTE BATTERY VOLT SENSE, BATTERY SYSTEM: (2) ALLIANCE MODEL 1231, GROUP 31, 12 VOLT MAINTENANCE FREE 2250 CCA THREADED STUD BATTERIESBATTERY BOX WITH COVER: NON-POLISHED, FUEL FILTER: CUMMINS SPIN ON TYPE, FUEL FILTER/ WATER SEPARATOR: ALLIANCE WITH PRIMER PUMP OIL FILTER, ENGINE: COMBINATION FULL FLOW/BYPASS, FAN DRIVES: HORTON 2-SPEED DRIVEMASTER POLAR EXTREME FAN DRIVE RADIATOR: 1300 SQ” ALUMINUM, ANTI-FREEZE: ANTIFREEZE TO -34F, NOAT EXTENDED LIFE COOLANT HOSE CLAMPS, RADIATOR HOSES: GATES BLUE STRIPE OR EQUIVALENT, CONSTANT TENSION HOSE CLAMPS FOR COOLANT HOSES AIR CLEANER: DONALDSON, SIDE OF HOOD AIR INTAKE WITH FIREWALL STARTING MOTOR: DELCO 38MT HD 12V WITH INTEGRATED MAGNETIC SWITCH TRANSMISSION EQUIPMENT ALLISON 3000RDS AUTOMATIC TRANSMISSION WITH PTO PROVISION TRANSMISSION OIL PAN: MAGNETIC TRANSMISSION SHIFT CONTROL: PUSH BUTTON, ELECTRONIC, DASH MOUNTED ALLISON VOCATIONAL PACKAGE 223 – AVAILABLE ON 3000/4000 PRODUCT FAMILIES WITH VOCATIONAL MODELS RDS, HS, MH, AND TRV SHIFT CONTROL PARAMETERS: PRIMARY AND SECONDARY – LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 6 PTO EFFECTS, ENGINE FRONT: MOUNTED RH SIDE OF MAIN TRANSMISSION WIRING, CHASSIS: VEHICLE INTERFACE WIRING WITH BODY BUILDER CONNECTOR MOUNTED BACK OF CAB FRONT AXLE AND EQUIPMENT DETROIT DA-F-20.0-5 20000 LBS FL1 71.0 KPI/3.74 DROP SINGLE FRONT AXLE BRAKES, FRONT, AIR- CAM: MERITOR 16.5X6 Q+ CAST SPIDER CAM SLACK ADJUSTERS, AUTOMATIC: MERITOR, FRONT DUST SHIELDS: FRONT BRAKE STEERING GEAR: TRW THP-60 WITH RCH45 AUXILIARY GEAR POWER STEERING: 4 QUART POWER STEERING RESERVOIR FRONT SUSPENSION SUSPENSION, FRONT: 20000LBS CAPACITY, WITH SHOCK ABSORBERS SPRING PINS: GRAPHITE BRONZE BUSHINGS WITH SEALS REAR AXLE AND EQUIPMENT AXLE, REAR, SINGLE: RS-23-160 23000 LBS CAPACITY, RATIO 5.63 REAR AXLE DRAIN PLUG: MAGNETIC FOR SINGLE REAR AXLE DUST SHIELDS: REAR BRAKE SLACK ADJUSTERS, AUTOMATIC: MERITOR, REAR BRAKE CHAMBERS, REAR AXLE: HALDEX GOLDSEAL LONGSTROKE 1-DRIVE AXLE SPRING PARKING CHAMBERS BRAKES, REAR, AIR-CAM: MERITOR 16.5X7 Q+ CAST SPIDER CAM REAR BRAKES, DOUBLE ANCHOR, FABRICATED SHOES REAR SUSPENSION SUSPENSION, RR, SPRING-2.25” AXLE SPACER SUSPENSION, REAR, SINGLE: 30000 LBS CAPACITY, STANDARD U- BOLT PAD, FORE/AFT CONTROL RODS BRAKE SYSTEM BRAKE SYSTEM: WABCO 4S/4M ABS WITHOUT TRACTION CONTROL BRAKE LINES: REINFORCED NYLON, FABRIC BRAID, AND WIRE BRAID CHASSIS AIRLINES DRAIN VALVES: STANDARD BRAKE SYSTEM VALVES PARKING BRAKE VALVE: FOR TRUCK, STANDARD AIR BRAKE, ABS: {WABCO ANTILOCK BRAKE SYSTEM} AIR DRYER: BW AD-IP WITH HEATER AIR DRYER LOCATION: MOUNTED OUTBOARD ON RH RAIL BACK OF CAB, MAXIMUM 20” BACK OF CAB PROTRUSION FUEL TANKS FUEL TANK: 100 GALLON, ALUMINUM-LH, 25” DIAM., PLAIN ALUMINUM/PAINTED STEEL FUEL/HYDRAULIC TANK(S) WITH PAINTED BANDS FUEL FILTER/WATER SEPARATOR: ALLIANCE, WITH PRIMER PUMP TIRES TIRE, FRONT: MICHELIN XZY-3 425/65R22.5 20 PLY RADIAL TIRE, REAR: MICHELIN XDE M/S 11R22.5 14 PLY RADIAL WHEELS WHEELS, FRONT: ALCOA LVL ONE 82462X22.5X12.25 10-HUB PILOT 4.68 INSET 10-HAND ALUMINUM DISC, WITH PRE-SET BEARING IRON FRONT HUBS WHEELS, REAR: ALCOA LVL ONE 88367X22.5X8.25 10-HUB PILOT ALUMINUM DISC, WITH PRE-SET BEARING IRON REAR HUBS CAB EXTERIOR GLASS: ALL WINDOWS TINTED GRAB HANDLE: LH AND RH SIDES GRILLE: STATIONARY, BLACK FINISH FRONT END: FIBERGLASS HOOD HEADLIGHTS: INTEGRAL HEADLIGHT/MARKER ASSEMBLY HORN: SINGLE, ELECTRIC PARKING LIGHT: INTEGRAL WITH LED STOP/TAIL/TURN/BACKUP LIGHTS RUNNING LIGHT: DAYTIME – LOW BEAM ONLY STOP, TURN, TAIL & B/U LIGHTS: GROTE #54332, GROMMET MOUNTED WITH SEPARATE GROTE #62401 LED BACKUP LIGHTS MIRRORS: DUAL WEST COAST MOLDED-IN COLOR, DOOR MOUNTED, LH AND RH 8” MOLDED-IN COLOR CONVEX MIRRORS MOUNTED UNDER PRIMARY MIRRORS CAB INTERIOR CAB: CONVENTIONAL, OPAL GRAY VINYL, ARM RESTS: LH AND RH INTEGRAL DOOR PANEL CLEARANCE/MARKER LIGHTS: LED AERODYNAMIC MARKER LIGHTS, CUP HOLDERS: (2) CUP HOLDERS LH AND RH DASH, DOME LIGHT: 3- WAY SWITCH ACTIVATED BY LH AND RH DOORS, CIGAR LIGHTER: WITH ASH TRAY, DASH MOUNTED SEAT, DRIVER: BASIC HIGH BACK AIR SUSPENSION SEAT WITH MECHANICAL LUMBAR AND INTEGRATED CUSHION EXTENSION SEAT BELT: 3-POINT FIXED D-RING RETRACTOR SEAT, PASSENGER: BASIC HIGH BACK NON-SUSPENSION SEAT, SEAT BELT: 3-POINT FIXED D-RING RETRACTOR AIR CONDITIONER: HEATER AND DEFROSTER, CLAMPS, HEATER: STANDARD HEATER PLUMBING, HVAC: STANDARD HVAC DUCTING CONSOLE, OVERHEAD: FORWARD ROOF MOUNTED CONSOLE WITH UPPER STORAGE COMPARTMENTS WITHOUT NETTING DOOR TRIM PANELS: MOLDED PLASTIC DRIVER AND PASSENGER DOOR PANELS FLOOR COVERING: BLACK MATS WITH SINGLE INSULATION, INSTURMNET PANEL: MOLDED PLASTIC, GRAY DRIVER AND CENTER, STORAGE POCKET: IN DASH STORAGE BIN SUN VISOR: DRIVER AND PASSENGER INTERIOR SUN VISORS, STEERING COLUMN: FIXED, STEERING WHEEL: 4 SPOKE 18” DIAM, ELECTRICAL SYSTEM: 12 VOLT NEGATIVE GROUND SYSTEM INSTRUMENTS AND CONTROLS INSTRUMENT PANEL: GRAY DRIVER AND CENTER HAZARD SWITCH: INTEGRAL ELECTRONIC TURN SIGNAL FLASHER WITH HAZARD LAMPS OVERRIDING STOP LAMPS HEADLIGHT DIMMER: INTEGRAL WITH SELF-CANCELLING TURN SIGNAL HANDLE STARTER SWITCH: ELECTRIC KEY OPERATED TURN SIGNAL SWITCH: SELF-CANCELLING FOR TRUCKS TURN SIGNALS, FRONT: INTEGRAL ELECTRONIC FLASHER WITH HAZARD LAMPS OVERRIDING STOP LAMPS WINDSHIELD WIPER, SWITCH: INTEGRAL WITH TURN SIGNAL HANDLE WINDSHIELD WIPER: SINGLE ELECTRIC MOTOR WITH DELAY, RADIO: AM/FM/WB RADIO WITH FRONT AUXILIARY INPUT, DASH MOUNTED SPEAKERS: (2) SPEAKERS IN CAB, ANTENNA: AM/FM MOUNTED ON FORWARD LH ROOF, CRUISE CONTROL: ELECTRONIC WITH SWITCHES IN LH SWITCH PANEL ENGINE SHUTDOWN: IGNITION CONTROLLED ENGINE STOP WITH CONTROL MOUNTED AT FIREWALL GAUGE, AIR PRESSURE: LOW AIR PRESSURE LIGHT AND BUZZER GAUGE CLUSTER: 2” ELECTRIC FUEL GAUGE, ELECTRIC ENGINE OIL PRESSURE GAUGE, ELECTRONIC 3000 RPM TACHOMETER, DIGITAL VOLTAGE DISPLAY ODOMETER DISPLAY: TRIP/HOUR/DIAGNOSTIC/VOLTAGE /26 WARNING LAMPS COLOR AND DESIGN PAINT SCHEMATIC: L0006EB WHITE ELITE, PAINT TYPE: HIGH SOLIDS POLYURETHANE CHASSIS PAINT OTHER FACTORY CHARGES EXTENDED WARRANTY: TOWING EXTENDED/ROADSIDE SERVICE WARRANTY, 2 YEAR/ UNLIMITED MILES/KM, $550 CAP, FEDERAL EMISSIONS: 2013 OBD/2010 EPA/CARB/GHG14 ESC INVITATION TO BID THIS IS NOT AN ORDERDATE: BID NO.: 3/27/2024 50-00144745 Page: 1 LATE BIDS WILL NOT BE ACCEPTED NOTE: ONLY BIDS WRITTEN IN INK OR TYPEWRITTEN, AND PROPERLY SIGNED BY A MEMBER OF THE FIRM OR AUTHORIZED REPRESENTATIVE, WILL BE ACCEPTED. PENCIL AND/OR PHOTOSTATIC FIGURES OR SIGNATURES SHALL RESULT IN BID REJECTION. HOWEVER, ELECTRONIC SIGNATURES AS DEFINED IN LSA - R.S. 9:2620(8) ARE ACCEPTABLE. SIGNATURE MUST BE A SECURED DIGITAL SIGNATURE. Visit our website at HTTP://PURCHASING.JEFFPARISH.NET JEFFERSON PARISH PURCHASING DEPARTMENT P.O. BOX 9 GRETNA, LA. 70054-0009 504-364-2678 INSTRUCTIONS FOR BIDDERS AND GENERAL CONDITIONS THE FOLLOWING INSTRUCTIONS APPLY TO ALL BIDS PURCHASING SPECIALIST: All bids submitted are subject to these instructions and general conditions and any special conditions and specifications contained herein, all of which are made part of this bid proposal reference. By submitting a bid, vendor agrees to comply with all provisions of Louisiana Law as well be in compliance with the Jefferson Parish Code of Ordinances, Louisiana Code of Ethics, applicable Jefferson Parish ethical standards and Jefferson Parish Resolution No. 136353 and/or Resolution No. 141125 as amended. Jefferson Parish adheres to the Louisiana Code of Governmental Ethics, contained in Louisiana Revised Statutes Annotated, R.S. 42:1101, et seq. Vendor/Proposer by this submission, warrants that there are no "conflicts of interest" related to this procurement that would violate applicable Louisiana Law. Violation of the Louisiana Code of Governmental Ethics may result in rescission of contract, permit or licenses, and the imposition of fines and/or penalties, without contractual liability to the public in accordance with applicable law. All vendors submitting bids should register as a Jefferson Parish vendor if not already yet registered. Registration forms may be downloaded from http://purchasing.jeffparish.net and by clicking on Vendor Information. Current W-9 forms with respective Tax Identification numbers and vendor applications may be submitted at any time; however, if your company is not registered and/or a current W-9 form is not on file, vendor registration is mandatory. Vendors may experience a delay in payment if your company is not a registered vendor with Jefferson Parish. All quotations shall be based on F.O.B. Agency warehouse or job site, anywhere within the Parish as designated by the Purchasing Department. This provision does not apply to public works projects JEFFERSON PARISH requires all products to be new (current) and all work must be performed according to standard practices for the project. Unless otherwise specified, no aftermarket parts will be accepted. Unless otherwise specified, all workmanship and materials must have at least one (1) year guaranty, in writing, from the date of delivery and/or acceptance of the project. Any deviations or alterations from the specifications must be indicated and/or supporting documentation supplied with bid submission. Bidders should submit all questions in writing via email to the Purchasing Specialist’s email address as indicated above, no later than Five (5) working days prior to the bid opening. Bid numbers should be mentioned in all requests. If submitting online, vendors may send questions via the E-Procurement site no later than Five (5) working days prior to the bid opening. If this bid requires a pre-bid conference (see Additional Requirements section), bidders are advised that such conference will be held to allow bidders the opportunity to identify any discrepancies in the bid specifications and seek further clarification regarding instructions. The Purchasing Department will issue a written response to bidders’ questions in the form of an Addendum. Please note that all official communication will be expressed in the form of an addendum. 2:00 PM, 4/11/2024BIDS WILL BE RECEIVED ONLINE VIA WWW.JEFFPARISHBIDS.NET UNTIL SFOLSE@jeffparish.net AND PUBLICLY OPENED THEREAFTER IN THE WEST BANK PURCHASING DEPT, SUITE 4400, JEFFERSON PARISH GENERAL GOVERNMENT BUILDING, 200 DERBIGNY STREET, GRETNA, LA 70053. At no charge, bidders are to submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site. Additional instructions are included in the text box highlighting electronic procurement. DATE: BID NO.: 3/27/2024 50-00144745 Page: 2 INSTRUCTIONS FOR BIDDERS AND GENERAL CONDITIONS A. AWARD OF CONTRACT: JEFFERSON PARISH reserves the right to award contracts or place orders on a lump sum or individual item basis, or such combination, as shall in its judgment be in the best interest of JEFFERSON PARISH. Every contract or order shall be awarded to the LOWEST RESPONSIVE and RESPONSIBLE BIDDER, taking into consideration the CONFORMITY WITH THE SPECIFICATIONS and the DELIVERY AND/OR COMPLETION DATE. SPLIT AWARDS MADE TO SEVERAL VENDORS WILL ONLY BE GRANTED TO THOSE DEEMED RESPONSIVE AND RESPONSIBLE. All bid prices shall remain valid for 45 days. Jefferson Parish and the lowest responsive and responsible bidder(s) by mutual written consent may mutually agree to extend the deadline for award by one (1) or more extensions of thirty (30) calendar days. PROTESTS: Only those vendors that submit bids in response to this solicitation may protest any element of the procurement, in writing to the Director of the Purchasing Department. Written protest must be received within 48 hours of the release of the bid tabulation by the Purchasing Department. After consultation, the Parish Attorney’s Office will then respond to protests in writing. (For more information, please see Chapter 2, Article VII, Division 2, Sec. 2-914.1 of the Jefferson Parish Code of Ordinances.) PREFERENCE: Unless federal funding is directly spent by Jefferson Parish for this purchase, preference is hereby given to materials, supplies, and provisions produced, manufactured or grown in Louisiana, quality being equal to articles offered by competitors outside the state. “LSA – R.S. 38:2251-2261” B. USE OF BRAND NAMES AND STOCK NUMBERS: Where brand names and stock numbers are specified, it is for the purpose of establishing certain minimum standards of quality. Bids may be submitted for products of equal quality, provided brand names and stock numbers are specified. Complete product data may be required prior to award. C. CANCELLATION OF CONTRACT: JEFFERSON PARISH reserves the right to cancel all or any part if not shipped promptly. No charges will be allowed for parking or cartage unless specified in quotation. The order must not be filled at a higher price than quoted. JEFFERSON PARISH reserves the right to cancel any contract at anytime and for any reason by issuing a THIRTY (30) day written notice to the contractor. For good cause and as consideration for executing a contract with Jefferson Parish, vendor conveys, sells, assigns and transfers to Jefferson Parish or its assigns all rights, title and interest in and to all causes of action it may now or hereafter acquire under the antitrust laws of the United States and the State of Louisiana, relating to the particular good or services purchased or acquired by Jefferson Parish. D. PRICES: Jefferson Parish is exempt from paying sales tax under LSA-R.S. 47:301 (8)(c). All prices for purchases by Jefferson Parish of supplies and materials shall be quoted in the unit of measure specified and unless otherwise specified, shall be exclusive of state and local taxes. The price quoted for work shall be stated in figures. In the event there is a difference in unit prices and totals, the unit price shall prevail. Quantities listed are for bidding purposes only. Actual requirements may be more or less than quantities listed. Bidders are not to exclude from participation in, deny the benefits of, or subject to discrimination under any program or activity, any person in the United States on the grounds of race, color, national origin, or sex; nor discriminate on the basis of age under the Age Discrimination Act of 1975, or with respect to an otherwise qualified handicapped individual as provided in Section 504 of the Rehabilitation Act of 1973, or on the basis of religion, except that any exemption from such prohibition against discrimination on the basis of religion as provided in the Civil Rights Act of 1964, or Title VI and VII of the Act of April 11, 1968, shall also apply. This assurance includes compliance with the administrative requirements of the Revenue Sharing final handicapped discrimination provisions contained in Section 51.55 (c), (d), (e), and (k)(5) of the Regulations. New construction or renovation projects must comply with Section 504 of the 1973 Rehabilitation Act, as amended, in accordance with the American National Standard Institute’s specifications (ANSI A17.1-1961). NOTE: A sample corporate resolution can be downloaded from our website http://purchasing.jeffparish.net or you may provide your own document. A sample certification of sole proprietorship can also be downloaded from our website http://purchasing.jeffparish.net or you may provide your own document. All formal Addenda require written acknowledgement on the bid form by the bidder. Failure to acknowledge any Addendum on the bid form shall cause the bid to be rejected. JEFFERSON PARISH reserves the right to award bid to next lowest responsive and responsible bidder in this event. JEFFERSON PARISH will accept one price for each item unless otherwise indicated. Two or more prices for one item will result in bid rejection. Bidders are required to complete, sign and return the bid form and/or complete and return the associated line item pricing forms as indicated. Vendors must not alter the bid forms. Doing so will cause the bid to be rejected. A corporate resolution or written evidence of the individual signing the bid having such authority must be submitted with the bid. Failure to comply will cause bid to be rejected. For corporate entities, such written evidence may be a printout of the Louisiana Secretary of State’s website listing the signatory as an officer. Such printout shall be included with the bid submission. Bids submitted by Owners or Sole Proprietorships must include certification that he or she owns the entity for which the bid is signed. This documentation must be submitted with the bid. Failure to do so will result in bid rejection. ADDITIONAL REQUIREMENTS FOR THIS BID PLEASE MATCH THE NUMBERS PRINTED IN THIS BOX WITH THE CORRESPONDING INSTRUCTIONS BELOW. 13, 15 LOUISIANA DEALERS LICENSE The general specifications for construction projects and the purchase of materials, services and/or supplies are those adopted by the JEFFERSON PARISH Council by Resolution No. 136353 or 141125 as amended. The general conditions adopted by this resolution shall be considered as much a part of this document as if they were written wholly herein. A copy may be obtained from the Office of the Parish Clerk, Suite 6700, Jefferson Parish General Government Building, 200 Derbigny Street, Gretna, LA 70053. You may also obtain a copy by visiting the Purchasing Department webpage at http://purchasing.jeffparish.net and clicking on Online Forms. IN ACCORDANCE WITH STATE REGULATIONS JEFFERSON PARISH OFFERS ELECTRONIC PROCUREMENT TO ALL VENDORS This electronic procurement system allows vendors the convenience of reviewing and submitting bids online. This is a secure site and authorized personnel have limited read access only. Bidders are to submit electronically using this free service; while the website accepts various file types, one single PDF file containing all appropriate and required bid documents is preferred. Bidders submitting uploaded images of bid responses are solely responsible for clarity. If uploaded images/documents are not legible, then bidder’s submission will be rejected. Please note all requirements contained in this bid package for electronic bid submission. Please visit our E-Procurement Page at www.jeffparishbids.net to register and view Jefferson Parish solicitations. For more information, please visit the Purchasing Department page at http://purchasing.jeffparish.net. DATE: BID NO.: 3/27/2024 50-00144745 Page: 3 INSTRUCTIONS FOR BIDDERS AND GENERAL CONDITIONS Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs. The purpose and intention of this invitation to bid is to afford all suppliers an equal opportunity to bid on all construction, maintenance, repair, operating supplies and/or equipment listed in this bid proposal. JEFFERSON PARISH WILL ACCEPT ONE BID ONLY FROM EACH VENDOR. Items bid must meet specifications. Advertised bids will be tabulated and a copy of the tabulation will be forwarded to each responding bidder. 1. All bidders must attend the MANDATORY pre-bid conference and will be required to sign in and out as evidence of attendance. In accordance with LSA R.S. 38:2212(I), all prospective bidders shall be present at the beginning of the MANDATORY pre-bid conference and shall remain in attendance for the duration of the conference. Any prospective bidder who fails to attend the conference or remain for the duration shall be prohibited from submitting a bid for the project. 2. Attendance to this pre-bid conference is optional. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner. 3. Contractor must hold current applicable JEFFERSON PARISH licenses with the Department of Inspection and Code Enforcement. Contractor shall obtain any and all permits required by the JEFFERSON PARISH Department of Inspection and Code Enforcement. The contractor shall be responsible for the payment of these permits. All permits must be obtained prior to the start of the project. Contractor must also hold any and all applicable Federal and State licenses. Contractor shall be responsible for the payment of these permits and shall obtain them prior to the start of the project. DATE: BID NO.: 3/27/2024 50-00144745 Page: 4 INSTRUCTIONS FOR BIDDERS AND GENERAL CONDITIONS 4. A LA State Contractor’s License will be required in accordance with LSA R.S. 37-2150 et. seq. and such license number will be shown on the outside of the bid electronic envelope. Failure to comply will cause the bid to be rejected. When submitting the bid electronically, the license number must be entered in the appropriate field in the electronic procurement system. Failure to comply will cause the bid to be rejected. 5. It is the bidder’s responsibility to visit the job site and evaluate the job before submitting a bid. 6. Job site must be clean and free of all litter and debris daily and upon completion of the contract. Passageways must be kept clean and free of material, equipment, and debris at all times. Flammable material must be removed from the job site daily because storage will not be permitted on the premises. Precaution must be exercised at all times to safeguard the welfare of JEFFERSON PARISH and the general public. 7. PUBLIC WORKS BIDS: All awards for public works in excess of $5,000.00 will be reduced to a formal contract which shall be recorded at the contractor’s expense with the Clerk of Court and Ex-Officio Recorder of Mortgages for the Parish of Jefferson. A price list of recordation costs may be obtained from the Clerk of Court and Ex-Officio Recorder of Mortgages for the Parish of Jefferson. All awards in excess of $25,000.00 will require both a performance and a payment bond. Unless otherwise stated in the bid specifications, the performance bond requirements shall be 100% of the contract price. Unless otherwise state in the bid specifications, the payment bond requirements shall be 100% of the contract price. Both bonds shall be supplied at the signing of the contract. 8. NON-PUBLIC WORKS BIDS: A performance bond will be required for this bid. The amount of the bond will be 100% of the contract price unless otherwise indicated in the specifications. The performance bond shall be supplied at the signing of the contract. 9. NON-PUBLIC WORKS BIDS: A payment bond will be required for this bid. The amount of the bond will be 100% of the contract price unless otherwise indicated in the specifications. The payment bond shall be supplied at the signing of the contract. 10. All bidders must comply with the requirements stated in the attached “Standard Insurance Requirements” sheet attached to this bid solicitation. Failure to comply with this instruction will result in bid rejection. 11. A bid bond will be required with bid submission in the amount of 5% of the total bid, unless otherwise stated in the bid specifications. All sureties must be in original format (no copies) When submitting a bid online, vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. 12. This is a requirements contract to be provided on an as needed basis. JEFFERSON PARISH makes no representations on warranties with regard to minimum guaranteed quantities unless otherwise stated in the bid specifications. 13. Freight charges should be included in total cost when quoting. If not quoted FOB DELIVERED, freight must be quoted as a separate item. Bid may be rejected if not quoted FOB DELIVERED or if freight charges are not indicated on bid form. 14. PUBLIC WORKS BIDS - Completed, Signed and Properly Notarized Affidavits Required; This applies to all solicitations for construction, alteration or demolition of public buildings or projects, in conformity with the provisions contained in LSA-RS 38:2212.9, LSA-RS 38:2212.10, LSA-RS 38:2224, and Sec 2-923.1 of the Jefferson Parish Code of Ordinances. For bidding purposes, all bidders must submit with bid submission COMPLETED, SIGNED and PROPERLY NOTARIZED Affidavits, including: Non-Conviction Affidavit, Non-Collusion Affidavit, Campaign Contribution Affidavit, Debt Disclosures Affidavit and E-Verify Affidavit. For the convenience of vendors, all affidavits have been combined into one form entitled PUBLIC WORKS BID AFFIDAVIT. This affidavit must be submitted in its original format, and without material alteration, in order to be compliant and for the bid to be considered responsive. A scanned copy of the completed, signed and properly notarized affidavit may be submitted with the bid, however, the successful bidder must submit the original affidavit in its original format and without material alteration upon contract execution. Failure to comply will result in the bid submission being rejected as non-responsive. The Parish reserves the right to award bid to the next lowest responsive and responsible bidder in this event. It shall be the duty of every parish officer, employee, department, agency, special district, board, and commission: and the duty of every contractor, subcontractor, and licensee of the parish, and the duty of every applicant for certification of eligibility for a parish contract or program, to cooperate with the Inspector General in any investigation, audit, inspection, performance review, or hearing pursuant to JPCO 2-155.10(19). By signing this document, every corporation, partnership, or person contracting with PARISH, whether by cooperative endeavor, intergovernmental agreement, bid, proposal, application or solicitation for a parish contract, and every application for certification of eligibility for a parish contract or program, attests that it understands and will abide by all provisions of JPCO 2-155.10. See Page 1 for Conflicts of Interest Statement 15. NON PUBLIC WORK BIDS - Completed, Signed and Properly Notarized Affidavits Required in conformity with the provisions contained in LSA – RS 38:2224 and Sec 2-923.1 of the Jefferson Parish Code of Ordinances. For bidding purposes, all bidders must submit with bid submission COMPLETED, SIGNED and PROPERLY NOTARIZED Affidavits, including: Non-Collusion Affidavit, Debt Disclosures Affidavit and Campaign Contribution Affidavit. For the convenience of vendors, all affidavits have been combined into one form entitled NON PUBLIC WORKS BID AFFIDAVIT. This affidavit must be submitted in its original format, and without material alteration, in order to be compliant and for the bid to be considered responsive. A scanned copy of the completed, signed and properly notarized affidavit may be submitted with the bid, however, the successful bidder must submit the original affidavit in its original format and without material alteration upon contract execution. Failure to comply will result in the bid submission being rejected as non-responsive. The Parish reserves the right to award bid to the next lowest responsive and responsible bidder in this event. 16. The ensuing contract for this bid solicitation may be eligible for FEMA reimbursement and/or Federal funding/reimbursement. As such, the referenced appendix will be applicable accordingly and shall be considered a part of the bid documents. All applicable certifications must be duly completed, signed and submitted as per the appendix instructions. Failure to submit applicable certifications per the appendix instructions will result in bid rejection. 17. For this project, the Contractor shall not pay any state or local sales or use taxes on materials and equipment which are affixed and made part of the immovable property of the project or which is permanently incorporated in the project (hereinafter referred to as "applicable materials and equipment."). All purchases of applicable materials or equipment shall be made by the contractor on behalf of and as the agent of Jefferson Parish (Owner), a political subdivision of the State of Louisiana. No state and local sales and use taxes are owed on applicable materials and equipment under the provisions of Act 1029 of the 1991 Regular Session - Louisiana Revised Statute 47:301(8)(c). Owner will furnish to contractor a certificate form which certifies that Owner is not required to pay such state or local sales and use taxes, and contractor shall furnish a copy of such certificate to all vendors or suppliers of the applicable materials and equipment, and report to Owner the amount of taxes not incurred. DATE: BID NO.: 3/27/2024 50-00144745 Page: 5 INSTRUCTIONS FOR BIDDERS AND GENERAL CONDITIONS All Public Work Projects are required to use the Louisiana Uniform Public Work Bid Form DATE: BID NO.: DELIVERY: FOB JEFFERSON PARISH INDICATE DELIVERY DATE ON EQUIPMENT AND SUPPLIES FIRM NAME: ADDRESS: CITY, STATE: ZIP: FAX:( )TELEPHONE: ( ) EMAIL ADDRESS: AUTHORIZED SIGNATURE: Printed Name TITLE: TOTAL PRICE OF ALL BID ITEMS: $ 3/27/2024 50-00144745 LOUISIANA CONTRACTOR’S LICENSE NO.: (if applicable) NOTE: All bids should be returned with the BID NUMBER and BID OPENING DATE indicated on the outside of the envelope submitted to the Purchasing Department. All prices must be held firm unless an escalation provision is requested in this bid. Jefferson Parish will allow one escalation during the term of the contract, which may not exceed the U.S. Bureau of Labor Statistics National Index for all Urban Consumers, unadjusted 12 month figure. The most recently published figure issued at the time an adjustment is requested will be used. A request must be made in writing by the vendor, and the escalation will only be applied to purchases made after the request is made. Are you requesting an escalation provision? YES _______________ NO ______________ MAXIMUM ESCALATION PERCENTAGE REQUESTED __________% INITIAL BID PRICES WILL REMAIN FIRM THROUGH THE DATE OF _________________________. For the purposes of comparison of bids when an escalation provision is requested, Jefferson Parish will apply the maximum escalation percentage quoted by the bidder to the period to which it is applied in the bid. The initial price and the escalation will be used to calculate the total bid price. It will be assumed,for comparison of prices only, that an equal amount of material or labor is purchased each month throughout the entire contract. SIGNING INDICATES YOU HAVE READ AND COMPLY WITH THE INSTRUCTIONS AND CONDITIONS. Page: 6 NUMBER:Acknowledge Receipt of Addenda: NUMBER: NUMBER: NUMBER: BID FORM Non Public Works In the event that addenda are issued with this bid, bidders MUST acknowledge all addenda on the bid form.Bidder must acknowledge receipt of an addendum on the bid form by placing the addendum number as indicated. Failure to acknowledge any addendum on the bid form will result in bid rejection. THIS SECTION MUST BE COMPLETED BY BIDDER: INVITATION TO BID FROM JEFFERSON PARISH - continued DATE: BID NO.: Page SEALED BID ITEM NUMBER QUANTITY U/M DESCRIPTION OF ARTICLES UNIT PRICE QUOTED TOTALS 3/27/2024 50-00144745 7 1.00 1 EA PURCHASE OF A COMBINATION VACUUM CLEANING TRUCK FOR THE JEFFERSON PARISH PUBLIC WORKS REHAB SECTION 0001 - COMBINATION VACUUM CLEANING TRUCK FOR THE PUBLIC WORKS INVESTIGATION-REHAB SECTION. In accordance with LA RS 32:1254 et seq and LA RS 38:2212.8, a Louisiana State Dealer’s License is required. All bidders must provide a copy of their valid Louisiana Dealer’s License with their submission. Failure to submit this copy will result in bid rejection. PER PROVIDED SPECIFICATIONS ** $__________$_________ Non-Public Works Bid Affidavit Instructions  Affidavit is supplied as a courtesy to Affiants, but it is the responsibility of the affiant to insure the affidavit they submit to Jefferson Parish complies, in both form and content, with federal, state and parish laws.  Affidavit must be signed by an authorized representative of the entity or the affidavit will not be accepted.  Affidavit must be notarized or the affidavit will not be accepted.  Notary must sign name, print name, and include bar/notary number, or the affidavit will not be accepted.  Affiant MUST select either A or B when required or the affidavit will not be accepted.  Affiants who select choice A must include an attachment or the affidavit will not be accepted.  If both choice A and B are selected, the affidavit will not be accepted.  Affidavit marked N/A will not be accepted.  It is the responsibility of the Affiant to submit a new affidavit if any additional campaign contributions are made after the affidavit is executed but prior to the time the council acts on the matter. Instruction sheet may be omitted when submitting the affidavit Page 1 of 3 Updated: 02.27.2014 Non-Public Works Bid AFFIDAVIT STATE OF _________________ PARISH/COUNTY OF _________________ BEFORE ME, the undersigned authority, personally came and appeared: _____________ ___________________, (Affiant) who after being by me duly sworn, deposed and said that he/she is the fully authorized _______________________ of ___________________ (Entity), the party who submitted a bid in response to Bid Number ___________, to the Parish of Jefferson. Affiant further said: Campaign Contribution Disclosures (Choose A or B, if option A is indicated please include the required attachment): Choice A ______ Attached hereto is a list of all campaign contributions, including the date and amount of each contribution, made to current or former elected officials of the Parish of Jefferson by Entity, Affiant, and/or officers, directors and owners, including employees, owning 25% or more of the Entity during the two-year period immediately preceding the date of this affidavit or the current term of the elected official, whichever is greater. Further, Entity, Affiant, and/or Entity Owners have not made any contributions to or in support of current or former members of the Jefferson Parish Council or the Jefferson Parish President through or in the name of another person or legal entity, either directly or indirectly. Choice B ______ there are NO campaign contributions made which would require disclosure under Choice A of this section. Page 2 of 3 Updated: 02.27.2014 Debt Disclosures (Choose A or B, if option A is indicated please include the required attachment): Choice A ______ Attached hereto is a list of all debts owed by the affiant to any elected or appointed official of the Parish of Jefferson, and any and all debts owed by any elected or appointed official of the Parish to the Affiant. Choice B ______ There are NO debts which would require disclosure under Choice A of this section. Affiant further said: That Affiant has employed no person, corporation, firm, association, or other organization, either directly or indirectly, to secure the public contract under which he received payment, other than persons regularly employed by the Affiant whose services in connection with the construction, alteration or demolition of the public building or project or in securing the public contract were in the regular course of their duties for Affiant; and [The remainder of this page is intentionally left blank.] Page 3 of 3 Updated: 02.27.2014 That no part of the contract price received by Affiant was paid or will be paid to any person, corporation, firm, association, or other organization for soliciting the contract, other than the payment of their normal compensation to persons regularly employed by the Affiant whose services in connection with the construction, alteration or demolition of the public building or project were in the regular course of their duties for Affiant. ____________________________________ Signature of Affiant ____________________________________ Printed Name of Affiant SWORN AND SUBSCRIBED TO BEFORE ME ON THE _______ DAY OF ___________, 20___. ____________________________________ Notary Public ____________________________________ Printed Name of Notary ____________________________________ Notary/Bar Roll Number My commission expires ________________.

1201 N. Third Street, Baton Rouge, Louisiana 70802Location

Address: 1201 N. Third Street, Baton Rouge, Louisiana 70802

Country : United StatesState : Louisiana