Home

2014-12-19 SCPDCBATMOBILE_Final

image

Contents

1. 295HFSAS siren with 9 low current lighting control switches 1 Federal Signal TS 100 or current model 100 watt speaker behind grill 30 12VDC EMERGENCY LIGHTING 30 1 30 2 2 Whelen TIR3 series Super LED light head with internal flasher blue LED s with clear outer lens model RSBO3ZCR or current model Includes chrome flange RFLANGEC or current model Located as shown on drawing 14 Whelen 600 series Linear Super LED light head with internal flasher blue LED s with clear outer lens model 60BO2FCR or current model Includes chrome flange 6EFLANGE or current model Located as shown on drawing 30 30 3 1 Custom fabricated bracket to mount 600 series light above windshield painted to match body 31 12VDC WIRING REQUIREMENTS 31 1 31 2 31 3 31 4 31 5 31 6 31 7 31 8 2 gauge minimum copper stranded battery cable shall be used for 12Vdc main supply lines All cable runs shall be full length no splices All cable terminals shall be staked and soldered All cable shall be enclosed in convoluted polyethylene tubing and the ends of the cable shall be sealed with color coded shrink wrap identifying the function of the cable All added electrical circuits shall be protected from over current by resettable circuit breakers appropriately rated for the load Only circuit breakers shall be used in the installation of added electrical wiring plug type fuses are unacceptable Circuit breaker functions shall be i
2. Base cabinets constructed of 0 080 powder coated aluminum with anodized aluminum frames 25 1 2 Base cabinet doors are double shell formed from a single sheet of 0 080 aluminum with a 0 040 aluminum door back attached 25 1 3 Overhead cabinets constructed of 0 064 powder coated aluminum with anodized aluminum frames 25 1 4 Overhead cabinet doors are double shell formed from a single sheet of 0 064 aluminum with a 0 040 aluminum door back attached 25 1 5 Overhead cabinet doors swing up on a full length aluminum hinge and are held open with a locking door stay 25 1 6 Overhead cabinets to have one adjustable shelf per door 24 high and taller cabinets only locked in place to your selected height Shelves are formed from a single sheet of 0 064 mill finish aluminum with 1 1 8 hemmed edges 4 Dry erase writing surface on overhead cabinet door 5 Gas shock lift supports on overhead cabinet door 1 LED strip light under overhead cabinet 16070056 or current model 27 25 5 25 6 25 7 Closet shelves shall be infinitely adjustable using mini B line track and hardware 3 FRP shelf with aluminum lip Countertops shall be covered in 0 040 Wilsonart laminate All exposed edges shall be covered with heavy duty flexible PVC T molding 26 HVAC SYSTEM 26 1 26 2 1 Fan tastic Vent model 4000 R or current model 3 speed reversible 12 power roof ventilator 2 Ducted Coleman Polar Mach 8 series low profile air con
3. Rehabilitation Act of 1973 as amended the Vietnam Era Veteran s Readjustment Assistant Act of 1974 Title IX of the Education Amendments of 1972 the Age Discrimination in Employment Act of 1972 and the Contracting Party agrees to abide by the requirements of the American with Disabilities Act of 1990 The Contracting Party shall keep informed of and comply with all federal state and local laws ordinances and regulations which affect his employees or prospective employees Any act of discrimination committed by the Contracting Party or failure to comply with these statutory obligations when applicable shall be grounds for termination of this contract 12 Certification of Buy American Procurement Contract Number Project Name do hereby certify as to the following 1 Identification of American made Iron Steel and Manufactured Goods Consistent with the terms of the Owner s bid solicitation and the provisions of ARRA Section 1605 and OMB regulations Code of Federal Regulations Volume 2 Part 176 the Bidder Vendor certifies that this bid procurement reflects the Bidder Vendor s best good faith effort to identify domestic sources of Iron Steel and Manufactured goods for every component contained in the bid solicitation procurement where such American made components are available on the schedule of values and consistent with the deadlines prescribed in or required by the bid solicitation procurement Verification of U
4. S Production The Bidder Vendor certifies that all components contained in the bid solicitation procurement that are American made have been so identified and if this bid procurement is accepted the Bidder Vendor agrees that it will provide reasonable sufficient and timely verification to the Owner of the U S production of each component so identified Documentation Regarding Non American made Iron Steel or Manufactured Goods The Bidder Vendor certifies that for any component or components that are not American made and are so identified in this bid procurement the Bidder Vendor has included in or attached to this bid procurement one or both of the following as applicable a Identification of and citation to a categorical waiver published by the U S Department of Energy in the Federal Register that is applicable to such component or components and an analysis that supports its applicability to the component or components b Verifiable documentation sufficient to the Owner as required in the bid solicitation or otherwise that the Bidder Vendor has sought to secure American made components but has determined that such components are not available on the schedule and consistent with the deadlines prescribed in the bid solicitation procurement Information and Detailed Justification Regarding Non American made Iron Steel or Manufactured Goods The Bidder Vendor certifies that for any such component or components that are not so availabl
5. Service registered or certified mail with a return receipt requested or shall be submitted electronically with Central Auction House CAH Bids shall not be accepted or taken including receiving any hand delivered bids on days which are recognized as holidays by the United States Postal Service The mailing address for bids is South Central Planning and Development Commission 5058 West Main Street Houma Louisiana 70364 No bid received after the scheduled time for opening will be considered Failure of the U S Mail to deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended BID NAME PURCHASE OF ONE NEW UNUSED DWI BREATH ALCOHOL TESTING BAT MOBILE UNIT Bidding Documents for this bid are on file in the office of South Central Planning and Development Commission 5058 West Main Street Houma Louisiana Please contact Kevin Belanger Chief Executive Officer at 985 851 2900 with regard to the specifications The South Central Planning and Development Commission reserves the right to reject any and all bids in accordance with Louisiana State Bid Law REQUIREMENTS AND INSTRUCTIONS FOR BIDDERS PURCHASE OF ONE NEW UNUSED DWI BREATH ALCOHOL TESTING BAT MOBILE UNIT Please Read Carefully GENERAL The VENDOR awarded this bid shall be required to furnish and deliver the specified new unused DWI Breath Alcohol Testing BAT Mobile Unit as per the specifications attached hereto to
6. Vehicle Certification and Altered Vehicle Certification as required by Federal Motor Vehicle Safety Standards FMVSS 49 CFR Part 567 5 and 567 7 Payload sticker in cab area with vehicle axle load ratings and available axle payload as built 1 Work area on passenger side constructed of 5 8 plywood covered to match rear counter tops and trimmed with vinyl T molding 25 22 10 22 11 22 12 22 13 1 Control panels for 120Vac and 12Vdc systems shall be located in the overhead console The entire console shall be constructed of 3 4 plywood The face shall be finished with black laminate and the bottom shall be covered with vinyl 1 Red LED Clear incandescent dome light with 3 position switch red off white 1 Pioneer DEH P4800MP or current model MOSFET 50 watt x 4 CD MP3 WMA WAV Receiver with 3 band parametric EQ and one 1 pair of Pioneer TS A6971R or current model 6 x 9 three way speakers 1 Zone Defense color back up camera system with 7 LCD monitor with day night camera 23 WALLS CEILING AND FLOOR 23 1 23 2 23 3 23 4 23 5 23 6 23 7 23 8 23 9 23 10 23 11 Insulate walls with a minimum of 2 1 2 of fiberglass with an R 11 rating Cover interior body side posts with 1 2 plywood sub wall Cover sub wall with smooth finish Kemlite 0 075 fiberglass reinforced plastic FRP lining Wall covering shall be a continuous piece front to back no seams acceptable Insulate ceiling with a minimum of 2 1 2 of fibe
7. equipment 1 Middle Atlantic PFD 24 Plexiglas front door with key lock 33 36 3 36 4 1 Middle Atlantic MW 4FT top fan panel with two 2 50 cfm ventilation fans QFAN 2 Middle Atlantic PD 815SC NS or current model 15 amp power strip with eight 8 outlets Includes PB XS or current model rack mounting bracket 37 EXTERIOR STORAGE COMPARTMENTS 1 Single door underbody storage compartment with approximate interior dimensions 15 high x up to 48 wide x 25 deep constructed from 0 125 aluminum with all welded seams 1 Single door underbody storage compartment with approximate interior dimensions of 15 high x up to 60 wide x 25 deep constructed from 0 125 aluminum with all welded seams Compartments will be constructed to the following specifications Sweep out type bottoms with 1 2 drain holes 2 box pan doors and door frames fabricated from 0 125 Door frames shall be riveted to the body and welded to the compartments Compartments shall have an LED dome light that illuminates when door is opened Compartment doors will be constructed to the following specifications 37 1 37 2 37 3 37 3 1 37 3 2 aluminum 37 3 3 37 3 4 the 37 4 37 4 4 37 4 5 37 4 6 37 4 7 38 AWNING 38 1 Stainless steel hinges attached with stainless machine screws Slam latches and flush mounted handles 0 100 bright polished aluminum diamond plate on interior surfaces fastened with stainless hardware All doors s
8. every 5th plank in all other areas Planks made of 6005 t5 alloy and temper 0 250 thick top surface Bright polished front bumper Tinted safety plate glass windshield with driver and passenger sun visors Full width 12 deep heavy duty aluminum rear bumper with center step painted to match the body Integral cab air conditioning and heating system with dash controls Velvac heated remote control rear view mirrors with dash controls Upper mirror has 62 sq in of flat surface and lower mirror has 30 sq in of convex surface Mirror has a fold away arm Driver seat shall be Seats Inc Magnum 200 mechanical suspension seat on fixed pedestal Seat shall be covered in black cloth and have arm rests lumbar support tilt back and 3 point seat belt Passenger seat shall be Seats Inc Magnum 200 mechanical suspension seat on fixed pedestal Seat shall be covered in black cloth and have arm rests lumbar support tilt back and 3 point seat belt Seat not to extend back into load space area Intermittent windshield wiper washer with single heavy duty windshield wiper motor Custom front wheel cutouts for tires e Rear frame mounted tow eyes extending past body e Aluminum engine box cover with acoustical and thermal insulation Black molded ABS composite engine box over lay e Acoustical and thermal insulation with heat shield on exterior fire wall e Full length skirting Skirt shall extend 18 down from the bottom of floor extrusions e Dash shall be
9. to be delivered in good condition misrepresentation by the contractor fraud collusion conspiracy or other unlawful means of obtaining any contract with the South Central Planning and Development Commission conflict of contract provisions with constitutional or statutory provisions of state or federal law any other breach of contract DEFAULT OF VENDOR Failure to deliver within the time specified in the bid will constitute a default and may cause cancellation of the contract Where the South Central Planning and Development Commission has determined the Vendor to be in default the South Central Planning and Development Commission reserves the right to purchase any and or all products or services covered by the contract on the open market and to charge the Vendor with cost in excess of the contract price liquidated damages Until such assessed charges have been paid no subsequent bid from the defaulting Vendor will be considered APPLICABLE LAW All contracts shall be construed in accordance with and governed by the laws of the State of Louisiana TECHNICAL INFORMATION Any exceptions to the specifications shall be itemized in detail with a clear explanation of all pertinent details on a separate specification sheet Literature and or specifications providing complete technical information as required to certify that the product offered in is fully compliant with specifications herein must be submitted with this bid Such documentation sh
10. vacuum formed ABS composite with integrated control pod located left of dash e All clearance and side marker lights to be LED e Standard structural warranty of 5 years or 50 000 miles and standard component warranty of 12 months or 12 000 miles e The vehicle shall be fully sanded on all exterior surfaces with no more than 150 grit to assure removal of imperfections in metal surface All aluminum shall be chemically etched and primed prior to painting Base body color shall be oven baked and painted to commercial truck standards 1 32 wide x 82 high 0 125 aluminum sedan door with 21 5 wide x 25 5 high fixed window and mini blind Door shall have continuous stainless steel piano hinge two 2 nylon door straps and an aluminum drip rail Located as shown on drawing 1 12 deep by full body width steel grip strut surface rear bumper with Class III receiver hitch receiver and ball not included Includes 20 21 1 Reese Brakeman digital electronic trailer brake control 74643 or current model 20 21 2 7 pin Cole Hersee trailer connector 12063 01 or current model 24 20 22 20 23 20 24 20 25 20 26 20 27 20 28 20 29 3 Heavy duty fluted aluminum grab handle with rubber inserts and chrome plated stanchions installed at exterior entry door location 1 Heavy duty fluted aluminum grab handle with rubber inserts and chrome plated stanchions installed inside entry door 3 Automatic LED courtesy light at side entry door 1 C
11. 0 8 20 9 Two 2 year unlimited miles Freightliner M2 chassis warranty Two 2 year 100 000 mile Cummins engine warranty Five 5 year unlimited miles Allison transmission warranty 1 DOT triangle reflector kit with three 3 triangles 1 Stainless steel wheel liners with braided stainless steel valve stem extenders Load space area shall be 83 high x 93 wide x 22 long all aluminum step van body Driver sedan door with slider window door skin shall be chemically bonded to door frame structure reducing the amount of rivets required Door shall have continuous stainless steel piano hinge and two 2 nylon straps Passenger sedan door with slider window door skin shall be chemically bonded to door frame structure reducing the amount of rivets required Door shall have continuous stainless steel piano hinge and two 2 nylon straps Sedan doors shall have a 0 125 aluminum tread plate step well for 18 skirt depth Sedan doors shall have black non skid tape on all door entry sills Sedan doors shall have polished aluminum Tri mark flush mounted locking hardware with self aligning rotary latch and matching key locks Outside door handles not to exceed 50 from ground Aluminum alloy double H wall beam 6005 T5 alloy 3 x 3 wide at the base 1 5 wide at the top 0 125 wall thickness Studs feature machined wire pass throughs and raised adhesive control features on base e I beams shall be chemically bonded to sidewalls eliminating
12. CPDC MINIMUM INSURANCE REQUIREMENT and PERFORMANCE BOND FOR CONTRACTORS Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor his agents representatives employees or subcontractors The cost of such insurance shall be included in the bid SCPDC South Central Planning and Development Commission A MINIMUM SCOPE OF INSURANCE Coverage shall be at least as broad as 1 Insurance Services Office form number GLOOO2 Ed 1 73 covering Comprehensive General Liability and Insurance Services Office form number GLO404 covering Broad Form Comprehensive General Liability or Insurance Services Office Commercial General Liability coverage occurrence form CG001 Claims Made form is unacceptable The occurrence form shall not have a sunset clause Insurance Services Office form number CA0001 Ed 1 78 covering Automobile Liability and endorsement CA0025 or CA0001 12 90 The policy shall provide coverage for any auto or owned hired and non owned coverage If an automobile is to be utilized in the execution of this contact and the vendor contractor does not own a vehicle then proof of hired and non owned coverage is sufficient Workers Compensation insurance as required by the Labor Code of the State of Louisiana including Empl
13. Compliance with Laws The Bidder understands that the South Central Planning and Development Commission is an equal opportunity employer and therefore maintains a policy which prohibits unlawful discrimination based on race color creed sex age national origin physical handicap disability or any other consideration made unlawful by federal State or local laws All such discrimination is unlawful and the Bidder agrees during the term of the agreement that they will strictly adhere to this policy in its employment practices and provision of services The Bidder shall comply with and all activities under this agreement shall be subject to all applicable federal State of Louisiana and local laws and regulations as now existing and as may be amended or modified Anti Kickback Clause The Bidder hereby agrees to adhere to the mandate dictated by the Copeland Anti Kickback Act which provides that each Bidder or Subgrantee shall be prohibited from inducing by any means any person employed in the completion of work to give up any part of the compensation to which he is otherwise entitled Clean Air Act The Bidder hereby agrees to adhere to the provisions which require compliance with all applicable standards orders or requirements issued under Section 306 of the Clean Air Act which prohibits the use under non exempt federal contracts grants or loans of facilities included on the EPA List of Violating Facilities Energy Policy and Conserv
14. DC and successful bidder for the construction of the DWI Breath Alcohol Testing BAT Mobile THE SUCCESSFUL BIDDER SHALL ALSO INDEMNIFY DEFEND AND HOLD HARMLESS SCPDC ITS OFFICERS AGENTS AND EMPLOYEES HARMLESS FROM ANY LOSS COST DAMAGE PENALTY FINE OR BODILY INJURY INCLUDING DEATH OF WHATSOEVER KIND OR NATURE ARISING OUT OF OR INCIDENTAL TO THE PERFORMANCE OF WORK ORDERED UNDER ANY CONTRACT ENTERED INTO BETWEEN SCPDC AND SUCCESSFUL BIDDER EXCEPT TO THE EXTENT CAUSED BY THE NEGLIGENCE OR WILLFUL MISCONDUCT OF SCPDC 42 PERFORMANCE BOND STATE OF LOUISIANA PARISH OF TERREBONNE KNOW ALL MEN BY THESE PRESENTS That as Principal hereinafter called the CONTRACTOR and as Surety hereinafter called Surety are held and firmly bound unto SOUTH CENTRAL PLANNING AND DEVELOPMENT COMMISSION 5058 WEST MAIN STREET HOUMA LOUISIANA 70360 as Obligee hereinafter called the OWNER in the amount of for the payment whereof CONTRACTOR and Surety bind themselves their heirs executors administrators successors and assigns jointly and severally firmly by these presents CONTRACTOR has by written agreement dated the of 20 entered into a contract with OWNER for the purchase of ONE 1 NEW UNUSED DWI Breath Alcohol Testing BAT Mobile Unit in accordance with Specifications prepared by OWNER which Contract is by reference made a part thereof and is hereinafter referred to as the Contract NOW THEREFORE the conditions of this ob
15. Louisiana Public Bid Law a preference may be allowed for equivalent products produced manufactured or grown in Louisiana and or firms doing business in the State of Louisiana Do you claim this preference if allowed YES NO IF THIS PREFERENCE IS CLAIMED ATTACH SUBSTAINTIATING INFORMATION TO THE BID SUBMITTALS TO SHOW THE BASIS FOR THE CLAIM 18 Bidders must acknowledge all addenda The Bidder acknowledges receipt of the following ADDENDA Enter the number the that has been assigned to each of the addenda that the Bidder is acknowledging NAME OF BIDDER ADDRESS OF BIDDER NAME OF AUTHORIZED SIGNATORY BIDDER Printed or Typed SIGNATURE OF AUTHORIZED SIGNATORY BIDDER TITLE OF AUTHORIZED SIGNATORY BIDDER DATE FEDERAL I D Signature Authorization Written evidence of the person signing the bid shall be submitted at the time of bidding in accordance with LA R S 38 2212 B 5 19 MINIMUM SPECIFICATIONS FOR THE EQUIPMENT Whenever materials or equipment are specified or described in the Bidding Documents by using the name of a certain brand make supplier manufacturer or definite specification the naming or specification of the item is only intended to denote the quality standard of the item desired and to convey and establish the general style type character and quality of material equipment or product desired and does not restrict bidders to the specific brand make manufacturer or spe
16. Project until receipt of acceptable evidence of Bonds and insurance and or corrective action undertaken LIQUIDATED DAMAGES By submission of bid Bidder unequivocally accepts the liquidated damages provisions set out herein and specified in the event of failure neglect or refusal to complete the work or or any designated part of the work within the corresponding contract times By submission of the Bid Bidder agrees that for each calendar day beyond the Specified Delivery Date set forth that the material work and or equipment has not been delivered the Owner may retain from the total amount of the Contract Price as Liquidated Damages the following sums Five Hundred Dollars 500 00 per calendar day SUBSTITUTE MATERIAL AND EQUIPMENT OR OR EQUAL ITEMS Any product or service bid shall conform to all applicable federal and state laws and regulations and the specifications contained in the solicitation Whenever materials or equipment are specified or described in the Bidding Documents by using the name of a certain brand make supplier manufacturer or definite specification the naming or specification of the item is only intended to denote the quality standard of the item desired and to convey and establish the general style type character and quality of material equipment or product desired and does not restrict bidders to the specific brand make manufacturer or specification named and that equivalent products may be a
17. REQUEST FOR BIDS PURCHASE OF ONE 1 NEW UNUSED DWI BREATH ALCOHOL TESTING BAT MOBILE UNIT Issued by South Central Planning and Development Commission Date Issued January 7 2015 Contact Person Kevin Belanger Chief Executive Officer South Central Planning and Development Commission 5058 West Main Street Houma Louisiana 70360 Telephone 985 851 2900 Fax 985 851 4472 Email cassie scpdc org Bids Due Monday January 26 2015 at 10 AM CST South Central Regional Safety Coalition INVITATION TO BIDDERS Sealed bids will be received on Monday January 26 2015 by South Central Planning and Development Commission 5058 West Main Street in Houma Louisiana until 10 00 AM CST as shown on the clock in the Pelican Room of South Central Planning and Development Commission and at that time sealed bids shall be publicly opened and read aloud in the Pelican Room of South Central Planning and Development Commission Bid documents are posted on http www centralauctionhouse com rfp php cid 65 To view these download and receive bid notices by e mail you must register with Central Auction House CAH Vendors Contractors have the option to submit their bids electronically or by paper copy For information about the electronic submittal process contact Ted Fleming with Central Auction House at 1 866 570 9620 Each bid shall be either hand delivered by the bidder or his agent or such bid shall be sent by United States Postal
18. South Central Planning and Development Commission 5058 West Main Street Houma Louisiana 70363 COPIES OF BIDDING DOCUMENTS A single complete set of Bidding Documents may be obtained as set forth in the Invitation to Bidders Complete sets of Bidding Documents shall be used in preparing Bids Owner shall not assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents Owner in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids on the products listed and do not confer a license or grant for any other use INTERPRETATIONS AND ADDENDA All questions about the meaning or intent of the Bidding Documents are to be directed to Kevin Belanger Chief Executive Officer as set forth herein Interpretations clarifications or modifications considered necessary by Kevin Belanger Chief Executive Officer in response to such questions will be issued by Addenda as set forth below Bidders shall promptly notify Kevin Belanger Chief Executive Office in writing of any ambiguity inconsistency or error that they may discover upon examination of the Bidding Documents Bidders requiring clarification or interpretation of any of the Bidding Documents shall make a written request to Kevin Belanger Chief Executive Officer at the address in the Bidding Documents or Contract Documents All requests pertaining to questions about the meaning or int
19. acement drawing and legend identifying antenna placements and termination points 41 7 Audio Video cabling diagram 41 8 Warranty and Return Authorization procedures 41 9 Chassis and generator maintenance and service logs 41 10 Battery maintenance information 41 11 All individual component manuals and warranty registration cards as provided by component manufacturers Customer is responsible for completing warranty cards and mailing them to manufacturers DELIVERY 42 1 Unless otherwise specified in the contract the Dealer shall be responsible for the performance of all inspection and test requirements to ensure compliance with requirements of general and detailed specifications This section does not preclude subsequent inspection and testing by the South Central Planning and Development Commission representative to further determine conformance with specification requirements of quality standards of workmanship material and construction techniques It will be the responsibility of the Dealer to pick up mobile unit rejected make necessary corrections and re deliver for re inspection and acceptance 42 2 Mobile unit shall be delivered fully serviced and ready for use and will be accepted in accordance with specifications and contractual agreement 42 3 The Dealer shall be required to make any adjustments or install omitted equipment prior to acceptance of the mobile unit PRE DELIVERY SERVICING AND ADJUSTMENT 43 1 Dealer shall not a
20. all be endorsed to state that coverage shall not be suspended voided cancelled thirty 30 days prior written notice by certified mail return receipt requested has been given to SCPDC 41 E ACCEPTABILITY OF INSURERS Insurance is to be placed with insures with A M BEST S RATING OF NO LESS THAN A VI This requirement will be waived for workers compensation coverage only for those contractors whose workers compensation coverage is placed with companies who participate in the State of Louisiana Workers Assigned Risk Pool or Louisiana Workers Compensation Corporation F VERIFICATION OF COVERAGE Contractor shall furnish SCPDC with certificates of insurance effecting coverage required The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf THE CERTIFICATES ARE TO BE RECEIVED AND APPROVED BY SCPDC BEFORE WORK COMMENCES SCPDC reserves the right to require complete certified copies of all required complete certified copies of all required insurance policies at any time G SUBCONTRACTORS Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates for each subcontractor All coverage s for subcontractors shall be subject to all of the requirements stated herein H PERFORMANCE BONDS Successful bidder shall also provide a performance bond in the amount of the contract price agreed to between SCP
21. all include diagrams books brochures photographs or other means to verify compliance Failure to submit this requested information shall result in the bid being declared non responsive and just cause for rejection SPECIAL ACCOMMODATION Any qualified individual with a disability as defined by the Americans with Disabilities Act who has submitted a bid and desires to attend the bid opening must notify this office in writing no later than seven 7 days prior to the bid opening date of the need for special accommodations If the request cannot be reasonably provided the individual will be informed prior to the bid opening NON COLLUSION AFFIDAVIT In accordance with La R S 38 2224 successful bidders must submit a fully executed Non Collusion Affidavit within ten 10 days of receipt of Notice of Award CERTIFICATE OF INSURANCE The successful bidder is required to submit an insurance certificate returned within ten 10 days from the date of the Notice of Award of the bid All certificates must be approved by South Central Planning and Development Commission to ensure that all insurance requirements have been met before a purchase order is issued Insurance requirements are set forth in Insurance Requirements attached hereto Failure of the successful bidder to comply with this requirement may result in the bid being declared non responsive and cause for rejection 10 FEDERAL CLAUSES CERTIFICATIONS AND REQUIRED FORMS
22. allation allows for easy replacement in the event of breakage 26 23 12 1 36 wide x 24 high flush mount deep tint egress window with mini blind located as shown on drawing Window features 24 SEATING 24 1 24 2 24 3 24 4 24 5 25 CABINETS 25 1 25 2 25 3 25 4 23 12 1 Black baked aluminum frame construction 23 12 2 Unique Flush Mount frame offers automotive style frameless appearance 23 12 3 Hidden water drainage system 23 12 4 Windows have 2 5 radius comers 3 25 on Egress models 23 12 5 Glass is tempered with 31 light transmission 23 12 6 All glazing materials are DOT approved 23 12 7 2 piece clamp ring installation allows for easy replacement in the event of breakage 3 Space Air Grid office chair 5560 black or current model with armrests five caster spider base and adjustable height 2 Adjustable stool 76961 or current model with 15 dia polyurethane seat pneumatic seat height adjustment and five star reinforced plastic base with dual wheel casters Secured and stored in curb side cabinet 2 Freedman 36223 7037 or current model CitiSeat ABS transit seat Located in front holding area 2 Handcuff bar installed below seats in front holding area Fabricate and install fixed bench seating with removable cushions as shown on drawing Bench seat cushions shall be covered in heavy duty vinyl Custom fabricated aluminum cabinets located as shown on drawing Cabinet specifications 25 1 1
23. as shown on drawing These receptacles are dedicated to the Inverter for Intoxilyzers 28 120 240VAC WIRING REQUIREMENTS 28 1 28 2 All 120 240Vac main wiring shall be stranded THHN wire and run in non metallic Carlon Carflex liquid tight conduit All electrical circuits and appliances shall conform to applicable national electrical codes 29 12VDC ELECTRICAL SYSTEM 29 1 29 2 29 3 29 4 29 5 29 6 29 7 Four 4 6Vdc Absorbed Glass Mat AGM batteries Batteries shall be installed underbody in slide out weather resistant compartment Two 2 electronic converter chargers 80 amp minimum output each installed underbody in weather resistant climate controlled Compartment to draw ambient air from interior of truck and will have thermostatically controlled exhaust fan to circulate warm air to exterior no exceptions Converter charger features 29 2 1 Charges three banks of batteries at the same time 29 2 2 UL listed for safety 29 2 3 Manual reset circuit breaker 29 2 4 Reverse battery protection 29 2 5 Electronic current limiting 29 2 6 High voltage protection 29 2 7 All DC electrical and metering switched and monitored through the multiplex system 26 Ceiling lights shall be Orion 6 LED neutral white with polished bezel 6 Whelen 900 Series high intensity 8 32 gradient Opti Scenelight 9OCOENZR or current model Includes 9OFLANGC 900 Series chrome plated flange 3 15A 12Vdc power outlet 1 Whelen
24. asket e Compartment shall have internal LED light when door is open 1 A multiplex controlled power and data electronics system must be incorporated into a common touch screen with the ability to distribute and control strategic on board systems It also simultaneously allows distribution of the information to multiple onboard control monitoring stations This system is required as it simplifies start up procedures contains fewer operating components reduces operational start up time reduces the total amount of wiring in the vehicle and has error detection protocols and troubleshooting features Multiplex system features 28 27 10 27 11 27 12 27 13 27 14 27 15 27 16 27 17 27 18 27 19 27 9 1 Two 2 7 LCD touch screens with custom graphics for control and monitoring at separate control stations 27 9 2 Touch pads with custom graphics for local control 27 9 3 AC power distribution control and monitoring for the generator with power management 27 9 4 DC power distribution control and monitoring 27 9 5 Manual or automatic generator control 27 9 6 HVAC and temperature control 27 9 7 Lighting control Day Night mode 27 9 8 Automatic power transfer switches 27 9 9 Automated startup and shutdown procedures 27 9 10 Seamless control of generators lighting awnings and additional devices 27 9 11 Mast control 27 9 12 Safety interlocks The system must be completely upgradeable with power modules located thro
25. ation 4 1 6 Mast cap covers the top of all tower sections when the tower is in the retracted position keeping dirt and moisture out of the tower when stowed 1 Thomas Ultra Air Pac 1 2 hp compressor with 2 gallon air tank 1 Custom fabricated 0 125 aluminum Nycoil cylinder painted to match body color 1 Custom fabricated 0 125 aluminum mast cover painted to match body color 1 Camera system installed on mast Includes 4 5 1 1 Pelco PTS7024P medium duty pan amp tilt 4 5 2 1 Pelco EH4722 2 22 outdoor camera enclosure with heater and blower 4 5 3 1 Altronix T24130 or current model 24Vac 100VA transformer 4 5 4 1 Ganz GX5 YCX O5N or current model 12 24VAC Auto Sensing Super High Resolution day night camera 4 5 5 1 Pelco 13ZD5 5X30 or current model 1 3 CS mount CCD lens with a 30X f1 8 lens range from 5 5 to 165 mm 4 5 6 1 AEGIS UFLED LED IR Illuminator 1 Pelco KBD 300A Keyboard Joystick for Mast Camera Control or current model Includes 4 6 1 1 Pelco Coaxitron Fixed Speed Receiver One Required Per Camera 4 6 2 1 PELCO LRD41C21 2 or current model Coaxitron Fixed Speed Receiver 19310040 4 6 3 1 37 Pin Connector 15220124 4 6 4 20 Connecting Pins 15220160 1 Weatherproof mast up down control switch on exterior of vehicle 1 Look Up Light mounted on top of mast plate with switch on side of vehicle 39 INSURANCE REQUIREMENTS SOUTH CENTRAL PLANNING AND DEVELOPMENT COMMISSION S
26. ation Act The Bidder hereby recognizes the mandatory standards and policies relating to Energy Efficiency which are contained in the State Energy Conservation Plan issued in compliance with the Energy Policy and Conservation Act P L 94 163 Clean Water Act The Bidder hereby agrees to adhere to the provisions which require compliance with all applicable standards orders or requirements issued under Section 508 of the Clean Water Act which prohibits the use under non exempt federal contracts grants or loans of facilities included on the EPA List of Violating Facilities Anti Lobbying and Debarment Act The Bidder will be expected to comply with federal statutes required in the Anti lobbying Act and the Debarment Act Proposer s Certification of OMB A 133 Compliance Certification of no suspension or debarment By signing and submitting any proposal for 25 000 or more the proposer certifies that their company any subcontractors or principals are not suspended or debarred by the General Services Administration GSA in accordance with the requirements in OMB Circular A 133 A list of parties who have been suspended or debarred can be viewed via the internet at http www epls gov EEOC amp ADA Compliance The Contracting Party agrees to abide by the requirements of the following as applicable Title VI and VII of the Civil Rights Act of 1964 as amended by the Equal 11 Opportunity Act of 1972 Federal Executive Order 11246 the Federal
27. cceptable Bidder must specify the brand and model number of the product offered in his her bid Bids not specifying brand and model numbers shall be considered as offering the exact products specified in the solicitation PROPOSAL DOCUMENT FORMS Bid Forms are included with the Bidding Documents additional copies may be obtained from South Central Planning and Development Commission Bids shall be submitted on the Bid Forms provided with the Bidding Documents All blank spaces on the bid form required for Bid prices shall be properly filled in ink or typed in both words and figures as indicated DEALER LICENSE REQUIREMENTS All bidders shall include a copy of their valid dealer s license issued under the provisions of R S 32 1254 with any bid submitted Per R S 38 2218 8 public entities are prohibited from accepting bids or entering into contract or cooperative endeavor agreement or any other transaction for the procurement of vehicles with a dealer who does not possess a valid dealer s license issued pursuant to R S 1254 A public entity shall reject any bid submitted by a dealer for the purchase of vehicles which does not include a copy of a valid dealer license PREPARATION AND SUBMISSION OF BIDS Bids shall be submitted by the time and at the place indicated in the Invitation to Bidders and unless submitted electronically shall be enclosed in an opaque sealed envelope The envelope shall be marked with the Project title and na
28. cification named and that equivalent products may be acceptable 1 CHASSIS BODY DIMENSIONS 1 1 1 2 1 3 1 4 1 5 1 6 1 7 1 8 1 9 1 10 Wheelbase of chassis 218 Overall length of apparatus including rear step 377 Overall apparatus width rub rail to rub rail 96 Rear step height from ground loaded 24 Overall height of apparatus loaded 144 Interior walkway height raw body 83 Interior walkway height finished 81 5 Interior walkway length 264 Interior raw body width 93 Interior finished body width 85 5 Estimated measurement dependent on chassis components axles tires frame suspension and roof mounted equipment 2 CHASSIS 2 1 3 ENGINE Freightliner MT 55 forward control chassis 26 000 lb GVWR with air ride rear suspension and hydraulic brakes 3 1 Cummins ISB 260 HP 2300 RPM 4 ENGINE EQUIPMENT 4 1 4 2 4 3 4 4 4 5 4 6 4 7 4 8 Must meet current EPA requirements Frontal air intake LN 12v 200 amp 4948pa pad mount alternator 2 model 1131 group 31 12 volt maintenance free 1900 coca threaded stud batteries Battery box mounted right hand with batteries perpendicular to frame rail 18 7 cfm air compressor with internal safety valve GVG fire and emergency service vehicles engine warning Exhaust brake integral with variable geometry turbo with on off dash switch 20 4 9 Engine after treatment device automatic over the road regeneration and dash mounted regen
29. d by the OWNER within the time delays established by law PRICES Unless otherwise specified by South Central Planning and Development Commission in the solicitation bid prices must be complete including transportation prepaid by bidder to destination and firm for acceptance for a minimum of 45 days If accepted prices must be firm for the contractual period Bids other than F 0 B Destination may be rejected Prices quoted in the unit each box case etc as specified in the solicitation DELIVERY South Central Planning and Development Commission desires delivery at the earliest possible date It is imperative that the mobile unit is delivered within the time frame stipulated on Section A of the official bid form proposal form NEW PRODUCTS Unless specifically called for in the solicitation all products for purchase shall be new never previously used and the current model and or packaging No remanufactured demonstrator used or irregular products will be considered for purchase unless otherwise specified in the solicitation The manufacturer s standard warranty will apply unless otherwise specified in the solicitation CONTRACT CANCELLATION The South Central Planning and Development Commission has the right to cancel any contract for cause including by not limited to the following failure to deliver within the time specified in the contract failure of the product or service to meet specifications conform to sample quality or
30. dentified by engraved or printed labels All added wiring for load runs shall be AWG 8 10 12 14 and 18 and must conform to MIL W 16878F e Wire terminals for added circuits must conform to MIL T 7928 Terminals shall be insulated insulation grip TYPE Il CLASS 2 and shall be crimped with tooling recommended by the terminal manufacturer e All wiring shall be numbered or lettered on 6 centers minimum Wiring shall be protected from chafing and abrasion with convoluted polyethylene tubing wire loom as required e Where wire passes through sheet metal bulkheads and structural supports plastic grommets shall be used to protect both wiring and wire looms e All wire bundles shall be tied with trimmed nylon ties Extreme care shall be exercised to provide for easy serviceability of the system in future years Extreme care must be taken in the installation to avoid the engine manifold engine exhaust and muffler which could expose the wiring to severe overheating during long periods of operation Proper insulation and heat deflection panels must be installed in such areas A high current 12Vdc system wiring schematic shall be provided These are the minimum acceptable 12Vdc wiring requirements 32 AUDIO VIDEO 32 1 32 2 2 Samsung 40 Black LED SMART HDTV UN40EH5300 or current model with wall mount bracket 1 EverFocus 4 Channel MPEG4 Digital Video Recorder with built in DVD RW burner and 1000GB hard drive EDVR4D1 1T or current m
31. ditioner with thermostat Includes 26 2 1 15 000 nominal BTU air conditioner 26 2 2 Ceiling Assembly with 5 600 BTU heat strip 27 120 240VAC ELECTRICAL SYSTEM 27 1 27 2 27 3 27 4 27 5 27 6 27 7 27 8 27 9 1 Onan Commercial Quiet Diesel 12 kW generator model 12 0HDKCD 2209 or current model mounted in custom fabricated all aluminum compartment Generator features Computer controlled constant speed operation Unique sound controlled housing encloses cooling system and muffler 69 dB A full load measured at 10 feet Three point fully focalized internal mounting system Service and maintenance points accessible through easy latch side service door High quality pure sine wave electrical output maximizes sensitive equipment performance Typical Gal hr fuel consumption No load 0 11 Half load 0 48 Full load 1 20 Compartment shall be constructed to the following specifications Compartment shall be constructed from 0 187 aluminum with all welded seams Compartment shall have 0 125 aluminum 2 box pan doors and 0 125 aluminum frames Door frames shall be riveted to the body and welded to the compartments Doors shall have stainless steel hinges attached to the doors and door frames with stainless machine screws Doors shall have slam latches and flush mounted handles e Doors shall have 0 100 aluminum tread plate panels on interior surfaces e Doors shall be sealed with industrial grade neoprene g
32. e the Bidder Vendor has also provided in or attached to this bid procurement information including but not limited to the verifiable documentation and a full description of the bidder vendor s efforts to secure any such American made component or components that the Bidder Vendor believes is sufficient to provide and as far as possible constitutes the detailed justification required for a waiver under section 1605 with respect to such component or components The Bidder Vendor 13 further agrees that if this bid procurement is accepted it will assist the Owner in amending supplementing or further supporting such information as required by the Owner to request and as applicable implement the terms of a waiver with respect to any such component or components Contractor Name printed or typed Name of Authorized Official printed or typed Title printed or typed Signature of Authorized Official Date 14 INDEMNIFICATION AGREEMENT The agrees to defend indemnify Contractor Subcontractor Lessee Supplier save and hold harmless the South Central Planning and Development Commission SCPDC all Departments Agencies Boards and Commissions its officers agents servants and employees including volunteers from and against any and all claims demands expense and liability arising out of injury or death to any person or the damage loss or destruction of any property which may occur or in any way grow out of any ac
33. ed at any time prior to the deadline for submitting Bids Withdrawal of a Bid will not prejudice the rights of a Bidder to submit a new Bid prior to the Bid Date and Time After expiration of the period for receiving Bids no Bid may be withdrawn modified or explained except as provided for herein In accordance with Louisiana law more particularly R S 38 2214 as may be amended bids containing patently obvious unintentional and substantial mechanical and clerical or mathematical errors or errors of unintentional omission of a substantial quantity of work labor material or services made directly in the compilation of the bid may be withdrawn by the bidder if clear and convincing sworn written evidence of such errors is furnished to the OWNER within 48 hours of the bid opening excluding Saturdays Sundays and legal holidays Such errors must be clearly shown by objective evidence drawn from inspection of the original work papers documents or materials used in the preparation of the bid sought to be withdrawn If the OWNER determines that the error is a patently obvious mechanical clerical or mathematical error or unintentional omission of a substantial quantity of work labor material or services as opposed to a judgment error and that the bid was submitted in good faith it shall accept the withdrawal and return the bid security to the bidder A bidder who attempts to withdraw a bid under these provisions of this section shall not be allo
34. ent of the Bidding Documents received less than seven days prior to the date for opening of Bids may not be answered unless in the opinion of Kevin Belanger Chief Executive Officer the ambiguity in the Bidding Documents is so significant that it may necessitate postponement of the Bid date and issuance of an addendum to respond to the Bidder s request Any interpretation clarification correction or modification to the Bidding Documents shall be only by a written addendum Interpretations clarifications corrections or modifications made by any other manner shall not be binding and shall not be relied upon by Bidders Addenda shall be transmitted in accordance with Louisiana Bid Law Addenda may also be issued to modify the Bidding Documents as deemed advisable by OWNER Prior to submittal of bids each Bidder shall ascertain that he has received all addenda issued The Bidder shall acknowledge receipt of each Addendum by completing the acknowledgment space provided on the Bid Form Failure by a Bidder to acknowledge each individual addendum shall render that Bidder s Bid proposal non responsive BID SECURITY The bid must be accompanied by bid security which shall be in the amount of five 5 percent of the proposed total contract amount Said security can be in the form of a certified check cashier s check or bid bond The Bid Security of the Successful Bidder will be retained until such Bidder has furnished other additional information a
35. eration request switch 4 10 10 Gallon diesel exhaust fluid tank rh frame mounted 4 11 LH horizontal tailpipe exit forward of rear tires 4 12 Antifreeze to 34f ethylene glycol pre mixed 50 50 coolant 4 13 Gates blue stripe coolant hoses or equivalent 4 14 1000 watt 115 volt block heater 4 15 12v starter with copper contacts 5 TRANSMISSION 5 1 Allison 2200 EVS automatic transmission with park pawl with PTO provision 6 FRONT AXLE AND EQUIPMENT 6 1 10 000 Drop single front axle 6 2 Front oil seals 6 3 Synthetic 75w 90 front axle lube 6 4 TRW TAS 65 power steering 7 FRONT SUSPENSION 7 1 10 000 taper leaf front suspension 7 2 Front stabilizer bar 7 3 Front shock absorbers 8 REAR AXLE AND EQUIPMENT 8 1 17 500 single rear axle 8 2 5 13 Rear axle ratio 8 3 Synthetic 75w 90 rear axle lube 9 REAR SUSPENSION 9 1 Airliner 18 000 rear suspension 9 2 Manual dump valve for air suspension with indicator light without gauge 9 3 Dual instant response rear suspension leveling valves 9 4 Rear sway bar 9 5 Rear shock absorbers 10 BRAKE SYSTEM 10 1 Bosch hydraulic brake package 10 2 Wabco hydraulic 4S 4M without traction control 21 11 12 13 14 15 16 17 18 FRAME 11 1 5 16 X2 81 X9 1 8 steel frame CHASSIS EQUIPMENT 12 1 Three piece 14 chromed steel bumper with collapsible ends FUEL TANKS 13 1 60 gal 227 liter rectangular steel fuel tank between rails 13 2 Length of auxi
36. hall be sealed with industrial grade neoprene gasket 1 Zip Dee solid color awning 4630 Cadet Grey other colors available on request 19 approximate length with the following features 38 1 1 100 vat dyed acrylic fabric with a manufacturer five year guarantee against loss of color or strength due to normal exposure including sunlight atmospheric chemicals and mildew or rot 38 1 2 Polished aluminum slatted wrap around cover 38 1 3 Plastic rollers on body door corners to prevent awning damage 38 1 4 Interior storage for awing pull rod 38 1 5 External awning lock 39 ROOF ACCESS 1 Zico Quic Ladder swing out and down vehicle ladder Product features 39 1 1 Cast aluminum rungs with flat non skid surface 39 1 34 42 43 39 1 2 Steps are 3 deep x 12 wide 39 1 3 Handrails are 1 1 4 heavy walled aluminum tubing 40 MISCELLANEOUS ITEMS 40 1 2 5 pound dry chemical fire extinguishers 40 2 3 First Alert 9 volt combination Carbon Monoxide and Smoke alarms 41 MANUALS 41 1 1 Complete manual set including the following 41 2 As built specifications with interior and exterior drawings as used for production of the vehicle 41 3 Chassis and body owner s manuals 41 4 12Vdc and 120Vac legends showing wire gauge color number and function 41 5 12Vdc high current wiring diagram illustrating the battery system isolators power converters alternator disconnect switches and control panels 41 6 Rooftop antenna pl
37. liary pickup tubes generators furnaces etc shall prevent these devices from using more than 75 of vehicle s fuel tank capacity TIRES 14 1 Michelin XZE 255 70R22 5 16ply front tires 14 2 Michelin XD2 255 70R22 5 16ply rear tires WHEELS 15 1 Accuride 50487 accu lite 22 5x8 25 10 hub pilot 5 hand steel disc wheels CAB EXTERIOR 16 1 Hood mounted chromed plastic grille 16 2 Dual electric horns CAB INTERIOR 17 1 Compact air conditioner compressor 17 2 Auto self reset circuit breakers and fuses 17 3 TRWtilt 3 00 telescopic steering column with foot actuated pedal INSTRUMENTS amp CONTROLS 18 1 Green gauge backlighting 18 2 97 db backup alarm 18 3 Cruise control switches 18 4 Driver message center w LCD display 24 warning lamps data linked ami 18 5 Elec fuel gauge amp low fuel ind lamp 18 6 Programmable rpm ctrl w low voltage auto high idle amp rpm ctrl switches 18 7 Electric engine coolant temp gauge w warning lamp and alarm 18 8 Automatic transmission oil temp gauge w warning lamp 18 9 Engine hour meter integral to message center LCD 18 10 Electric engine oil pressure gauge w warning lamp and alarm 18 11 Electronic mph speedometer with secondary kph scale without odometer 18 12 Electronic 3500 rpm tachometer 18 13 Digital voltage display integral with driver displaye Wagner 7212 turn signal 22 19 CHASSIS WARRANTY 19 1 19 2 19 3 19 4 19 5 20 BODY 20 1 20 2 20 3 20 4 20 5 20 6 20 7 2
38. ligation are such that if CONTRACTOR shall promptly and faithfully perform said Contract then this obligation shall be null and void otherwise it shall remain in full force and effect The Surety hereby waives notice of any alteration or extension of time made by the OWNER Whenever CONTRACTOR shall be and declared by OWNER to be in default under the Contract the OWNER having performed OWNER S obligations thereunder the Surety may promptly 1 Complete the Contract in accordance with its terms and conditions or 2 Obtain a bid or bids for completing the Contract in accordance with its terms and conditions and upon determination by Surety of the lowest responsible bidder arrange for a Contract between such bidder and Owner and make available as Work progresses even though there should be a default or a succession of defaults under the Contract or 43 Contracts of Completion arranged under this paragraph sufficient funds to pay the cost of completion less the balance of the Contract Price but not exceeding including other costs and damages for which the Surety may be liable hereunder the amount set forth in the first paragraph hereof The term balance of the Contract as used in this paragraph shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto less the amount properly paid by Owner and Contractor Any suit under this bond must be instituted before the expiration of two 2
39. me address and state license number of the Bidder as set forth in the Invitation to Bidders Each bid shall be either hand delivered by the bidder or his agent or such bid shall be sent by registered or certified mail with a return receipt requested or shall be submitted electronically with Central Auction House CAH http www centralauctionhouse com rfp php cid 65 Bids shall not be accepted or taken including receiving any hand delivered bids on days which are recognized as holidays by the United States Postal Service The following items are to be included within each Bid Completed Official Bid Form Bid Security In the amount of 5 of the proposed total contract amount Completed Certification of Buy American Procurement Form Signature Authorization Written evidence of the person signing the bid shall be submitted at the time of bidding in accordance with LA R S 38 2212 B 5 as follows a The signature on the bid is that of any corporate officer listed on the most current annual report on file with the secretary of state or the signature on the bid is that of any member of a partnership limited liability company limited liability partnership or other legal entity listed in the most current business records on file with the secretary of state b The signature on the bid is that of an authorized representative as documented by the legal entity certifying the authority of the person c The legal entity ha
40. ms O Non Collusion Affidavit form to be turned in 10 days after notice of award 0 Indemnification Agreement turned in ten 10 days after notice of award O Buy America Certification Form to be turned in with bid 45
41. nal payment except as otherwise provided by Law or Regulation or by the Contract Documents BIDDER shall also furnish such other Bonds when required by the Supplementary Conditions All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents and be executed by such Sureties as are named in the current list of Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies as published in Circular 570 amended by the Audit Staff Bureau of Accounts U S Treasury Department All Bonds signed by an agent must be accompanied by a certified copy of such agent s authority Any bond prescribed by the contract documents shall be written by a surety or insurance company currently on the U S Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the federal Register or by a Louisiana domiciled insurance company currently possessing a rating of no less than A in the latest printing of the A M Best s Key Rating Guide to write individual bonds up to the percent of policyholders surplus as shown in the A M Best s Key Rating Guide In addition any bond written shall be written by a surety or insurance company that is currently licensed and approved to do business in the state of Louisiana No surety or insurance company shall write a bond which is in excess of the amount indicated as ap
42. nclude options 1 11 Description Manufacturer Brand Model Unit Price OPTION 1 20 Girard G 2000 or current model Automatic Awning per option specifications 1 1 OPTION 2 Whelen Freedom Series 72 LED Light Bar per option specifications 2 1 OPTION 3 Havis Shields KR SB 836 or current model telescoping tripod light pole with LED light per option specifications 3 1 1 through 3 1 6 OPTION 4 Tempest 2200 Series Ch 3718N or current model heavy duty non locking telescoping pneumatic mast per option specifications 4 1 1 through 4 1 6 OPTION 5 Thomas Ultra Air Pac hp Compressor with 2 gallon air tank 17 Description Manufacturer Brand Model Unit Price OPTION 6 Custom Fabricated 0 125 aluminum Nycoil cylinder painted to match body color OPTION 7 Custom Fabricated 0 125 aluminum mast cover painted to match body color OPTION 8 Camera System installed on mast per option specifications 4 5 1 through 4 5 6 OPTION 9 Pelco KBD 300A Keyboard Joystick for Mast Camera Control or current model per option specifications 4 6 1 through 4 6 4 OPTION 10 Weatherproof Mast up down control switch on exterior of vehicle OPTION 11 Look Up Light mounted on top of mast plate with switch on side of vehicle Estimated time of delivery days from issuance of Purchase Order In accordance with the
43. nd required documentation in accordance with the bidding documents executed the Standard Form Agreement furnished the required performance bond and provided the required insurance documentation whereupon the Bid Security will be returned If the Successful Bidder fails to furnish other required documentation or to execute and deliver the Standard Form of Agreement and furnish the required bond OWNER may annul the Notice of Award and the Bid Security of that Bidder will be forfeited to OWNER Should the OWNER be required to engage the services of an attorney in connection with the enforcement of Bids Bidder agrees to pay OWNER s reasonable costs including attorney fees and all court arbitration or hearing costs incurred with or without suit The Bid Security of any Bidder whom OWNER believes to have a reasonable possibility of receiving the award may be retained by OWNER until the forty fifth 45th day after the Bid opening or seven 7 days after the effective date of the Standard Form of Agreement PERFORMANCE BOND The successful BIDDER must furnish the required bond within ten 10 days of the Notice of Award Unless otherwise provided for in the Louisiana Public Bid Law BIDDER shall furnish Performance Bonds each in an amount at least equal to the Contract Price as security for the faithful performance of all BIDDER S obligations under the Contract Documents These Bonds shall remain in effect at least until one year after the date of fi
44. odel Product features 32 2 1 4 loop through camera inputs 32 2 2 4 audio channels 32 2 3 Full screen PIP and quad screen display for monitoring and playback 31 32 3 32 4 32 5 32 6 32 7 32 2 4 MPEG 4 compression 32 2 5 Real time recording up to 120 FPS 32 2 6 System auto recovery after power failure Watchdog function amp self diagnostic technology 32 2 7 Watermark and time date stamp in exported images NOTE DVR Inputs to be 3 Interior Ceiling Cameras and 1 Open 1 Winegard Mission Automatic Roof Mounted stationary Satellite TV Antenna wth dual LNB RT4000S or current model 19070275 Product features 32 3 1 Fully automatic satellite acquisition 32 3 2 Operates with DIRECTV Dish Network throughout North America 32 3 3 Low profile 15 high dome includes mouning plate 32 3 4 Note Service contract activation and set up not included 1 DirecTV D12 or current make model DSS receiver UL and FCC approved 2 Middle Atlantic rack mount kit custom fitted for DVR and DirecTV receiver 3 Weldex WDD 7505C or current make model ceiling mounted interior color camera with built in microphone interfaced to the vehicle video system and routed to DVR 1 Jack Roof Mounted Over the Air Amplified TV antenna 33 MAST AND MAST MOUNTED EQUIPMENT 33 1 34 RADIOS 34 1 34 2 1 Make installation provisions for customer installed 25 mast on rear of vehicle Includes 33 1 1 Carlon Carfle
45. ourtesy light defeat switch on dash 1 Kwikee Series 39 or current model automatic electric steel entry step with NFPA 1901 approved embossed aluminum tread plate step cover Product features 20 26 1 23 75 wide tread 20 26 2 Door switch extends step when door is opened retracts step when dooris closed 20 26 3 Power switch locks step in extended position 20 26 4 Ignition override retracts step when ignition is turned on 20 26 5 Last out feature extends step when the door is opened 2 Maxxima 4 LED Light Stop Turn Tail Backup Hybrid Series Red 16060092 or current model 1 Entire underside of the apparatus shall be undercoated Includes chassis floor extrusions step wells and aluminum compartments 1 Rear mud flaps with anti sail brackets 21 PAINT AND GRAPHICS 21 1 Body base color to be single nonmetallic paint Color to be determined 22 DRIVER PASSENGER CAB AREA 22 1 22 2 22 3 22 4 22 5 22 6 22 7 22 8 22 9 Cover cab doors with aluminum panels upper half to be wrapped with vinyl and lower half to be wrapped with padded vinyl 10 high 0 100 bright aluminum tread plate kick plate at bottom of doors Heavy duty rubber grab handle on each door Panels covered with vinyl above driver and passenger doors Vehicle height sign on dash Insulated black rubber mat in driver and passenger toe plate area Insulate walls in toe plate area and install carpeted panels Vehicle shall have a Final Stage
46. oyers Liability Insurance B MINIMUM LIMITS OF INSURANCE Contractor shall maintain limits no less than 1 Commercial General Liability 500 000 combined single limit per occurrence for bodily injury personal injury and property damage or higher limits depending on size of contract Automobile Liability 500 000 combined single limit per accident for bodily injury and property damage Workers Compensation and Employers Liability Workers Compensation limits as required by the Labor Code of the State of Louisiana and Employers Liability coverage Exception 40 Employers Liability limit is to be 1 000 000 when work is to be over water and involves maritime exposure C DEDUCTIBLES AND SELF INSURED RETENTIONS ANY DEDUCTIBLES OR SELF INSURED RETENTIONS MUST BE DECLARED TO AND APPROVED BY SCPDC At the option of SCPDC either The insurer shall reduce or eliminate such deductibles or self insured retention s as respects SCPDC its officers officials employees and volunteers or the Contractor shall procure a bond guaranteeing payment of losses and related investigations claim administration and defense expenses D OTHER INSURANCE PROVISIONS The policies are to contain or be endorsed to contain the following provisions 1 General Liability and Automobile Liability Coverage SCPDC its officers officials employees Boards and Commissions and volunteers are to be added as additional insureds as res
47. pects liability arising out of activities performed by or on behalf of the Contractor products and completed operations of the Contractor premises owned occupied or used by the Contractor The coverage shall contain no special limitations on the scope of protection afforded to SCPDC its officers officials employees or volunteers It is understood that the business auto policy under Who is an insured automatically provides liability coverage in favor or SCPDC Any failure to comply with reporting provisions of the policy shall not affect coverage provided to SCPDC its officers officials employees Boards and commissions or volunteers The Contractor s insurance shall apply separately to each insured against whom claim is made or suit is brought except with respect to the limits of the insurer s liability 2 Workers Compensation and Employer s Liability Coverage 3 The insurer shall agree to waive all rights of subrogation against SCPDC its officers officials employees and volunteers for losses arising from work performed by the Contractor for SCPDC SCPDC and Contractor mutually agree that it is their intention to recognize SCPDC as the statutory employer of the Contractor s employees whether direct employees or statutory employees of the contractor when any of the contractor s employees are doing work and or providing service under this agreement All Coverage s Each insurance policy required by this clause sh
48. proved by the U S Department of the Treasury Financial Management Service list or by a Louisiana domiciled insurance company with an A rating by A M Best up to a limit of ten percent of policyholders surplus as shown by A M Best companies authorized by this Paragraph who are not on the treasury list shall not write a bond when the penalty exceeds fifteen percent of its capital and surplus such capital and surplus in the amount by which the company s assets exceed its liabilities as reflected by the most recent financial statements filed by the company with the Department of Insurance If the Surety on any Bond or any insurance company providing any insurance overages furnished by BIDDER is declared bankrupt becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of this Article BIDDER shall within five 5 days thereafter substitute another Bond and Surety and or insurance company both of which shall be acceptable to OWNER The OWNER reserves the right to mandate the cessation of all work on the Project until the receipt of evidence of acceptable replacement Bonds and or insurance If at any time during the Contract Period the BIDDER fails to provide satisfactory evidence of all Bond and insurance requirements or fails to take all corrective action required by the OWNER the OWNER reserves the right to mandate the cessation of all work on the
49. rglass with an R 11 rating Cover interior roof beams with 1 2 plywood Modular panel design allows for manageable future additions and repairs Cover Plywood with Silver Haze headliner fabric 5 8 exterior grade tongue amp groove plywood underlayment for floor ICI 7 2 7 2 G 1 Exposure 1 APA 347 PCUF PS1 95 or equivalent Lonseal Loncoin II Flecks 150 Onyx non skid commercial grade PVC flooring The flooring shall be continuous one piece full length full width no seams 2 1 2 vinyl cove molding as required mop board 2 30 FRP covered pocket door installed on heavy duty aluminum track with two 2 four wheel roller trucks Pocket door shall have recessed handles and a key lock All bulkheads shall be covered with Kemlite 0 075 FRP 1 Cover load space door with black powder coated aluminum panel install 10 high 0 100 bright aluminum tread plate kick plate at bottom of door and heavy duty rubber grab handle 2 Curb side mounted 36 wide x 24 high flush mount deep tint horizontal sliding egress window with mini blind located as shown on drawing Window Features 23 11 1 Black baked aluminum frame construction 23 11 2 Unique Flush Mount frame offers automotive style frameless appearance 23 11 3 Hidden water drainage system 23 11 4 Windows have 2 5 radius comers 3 25 on Egress models 23 11 5 Glass is tempered with 31 light transmission 23 11 6 All glazing materials are DOT approved 23 11 7 2 piece clamp ring inst
50. s filed in the appropriate records of the secretary of state of this state an affidavit resolution or other acknowledged or authentic document indicating the names of all parties authorized to submit bids for public contracts Such document on file with the secretary of state shall remain in effect and shall be binding upon the principal until specifically rescinded and canceled from the records of the office Copy of valid dealer s license issued under the provisions of R S 32 1254 Technical information To include but not limited to diagrams books brochures photographs or other means to verify compliance with specifications Approval drawing A drawing of the proposed BAT Mobile Unit Failure to include the appropriate signature authorization shall result in rejection of the bid as non responsive A bidder may alter or correct an entry on the bid form by crossing out the entry entering the new figure above or below the deleted entry and initialing on the line of change The crossing out of an entry and the initials shall be legibly handwritten with ink or typed Any ambiguity arising from entries altered or corrected on the Bid Form will cause the rejection of said Bid Proposal as non responsive MODIFICATION AND WITHDRAWAL OF BIDS Bids may be modified or withdrawn by an appropriate written document duly signed and authorized in the manner that a Bid must be executed and delivered to the place where Bids are to be submitt
51. t or omission of its agents servants and employees Contractor Subcontractor Lessee Supplier and any and all cost expense and or attorney fees incurred by SCPDC all Departments Agencies Boards Commissions its agents representatives and or employees as a result of any such claim demands and or causes of action arising out of the negligence of SCPDC all Department Agencies Boards Commissions its agents representatives and or employees agrees to Contractor Subcontractor Lessee Supplier investigate handle respond to provide defense for and defend any such claim demand or suit at its sole expense related thereto even if it claims etc is groundless false or fraudulent Accepted by Company Name Signature Title Date Accepted 15 Non Collusion Affidavit Regarding LSA R S 38 2224 STATE OF LOUISIANA PROJECT NAME PARISH OF TERREBONNE LOCATION AFFIDAVIT Before me the undersigned authority duly commissioned and qualified within and for the State and Parish aforesaid personally came and appeared representing who being by me first duly sworn deposed and said that he has read this affidavit and does hereby agree under oath to comply with all provisions herein as follows Section 2224 of Part Il of Chapter 10 of Title 38 of the Louisiana Revised Statutes as amended 1 That affiant employed no person corporation firm association or other organization either directly or indirec
52. tarized invoice must be provided when the mobile unit is delivered free of charge Dealer shall also supply requesting Agency with other technical information manuals parts lists bulletins Dealer must set up notification through OEM to same Agency for receiving new bulletins vehicle updates service alerts or recalls 45 MISCELLANEOUS 42 1 At time of delivery to customer s facility a manufacturer representative will provide up to Four 4 hours of orientation on manufacturer provided systems as applicable 42 1 1 Generator start up and shut down procedure 42 1 2 Leveling system operation 42 1 3 AC and DC electrical systems operation 42 1 4 HVAC systems operation 42 1 5 Mast operation 36 42 1 6 Audio Video system operation does not include programming VCR s TV s etc 42 1 7 Awning operation 37 OPTIONAL EQUIPMENT SPECIFICATIONS Whenever materials or equipment are specified or described in the Bidding Documents by using the name of a certain brand make supplier manufacturer or definite specification the naming or specification of the item is only intended to denote the quality standard of the item desired and to convey and establish the general style type character and quality of material equipment or product desired and does not restrict bidders to the specific brand make manufacturer or specification named and that equivalent products may be acceptable 1 AWNING 1 1 20 GIRARD G 2000 or current model au
53. the need for additional rivets Buck rivets will be used to fasten the top bottom and rub rail Use of two sided tape is not acceptable e Body shall have 0 125 strain hardened aluminum alloy 5052 H36 side panels The upper panels shall be free of rivets allowing for smooth graphics application e Skirt supports 1 5 x 1 5 x 0 125 angle to reinforce skirt edge and hold bottom edge in a straight line 0 188 x 1 00 flat braces placed at 4 intervals and riveted to lower wall angle and floor to maintain sidewall skirt rigidity e Fender flares 1 38 x 2 25 x 0 090 roll formed and radiused 5052 H32 aluminum sheet mechanically fastened to wheel opening Edges sealed against moisture NFPA 1901 embossed 0 125 aluminum tread plate roof attached to 3 x 1 1 2 x 0 125 extruded aluminum roof bows on 16 centers Bows are 2 skip welded every 12 Tread plate seams to be continuous welded Perimeter of roof shall be chemically sealed Lift up molded fiberglass hood with chrome grill insert Hood shall have integrated headlamps and turn signal indicators and dual assist gas charged lift shocks The use of mechanical assist springs is not acceptable 23 20 10 20 11 20 12 20 13 20 14 20 15 20 16 20 17 20 18 20 19 20 20 20 21 Extruded aluminum floor with interlocking planks 1 88 high x various widths 0 125 top surface 6005 T5 alloy and temper Heavy duty thick wall extruded planks fore and aft of all floor cutouts and
54. tly 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 2 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 THUS DONE AND SIGNED BEFORE ME THE UNDERSIGNED Notary Public and subscribing witnesses on this ____ day of 2014 at Louisiana WITNESS CONTRACTOR VENDOR WITNESS NOTARY PUBLIC 16 OFFICIAL BID FORM SECTION A PURCHASE OF ONE NEW UNUSED DWI BREATH ALCOHOL TESTING BAT MOBILE UNIT The South Central Planning and Development Commission reserves the right to select any or all of the below enumerated options in any sequence Description Manufacturer Brand Model Total Bid One 1 New Unused DWI Breath Alcohol Testing BAT Mobile Unit NOTE Price does not include Options 1 11 Total Price Written In Words NOTE Total Price does not i
55. tomatic awning located on curbside Awning material color to be determined 2 12VDC EMERGENCY LIGHTING 2 1 1 Whelen Freedom Series 72 LED light bar Blue LED lights mounted on custom fabricated 0 125 aluminum bracket painted to match body 3 TELESCOPING TRIPOD LIGHT POLES 3 1 2 Havis Shields KR SB 836 or current model telescoping tripod light pole with LED light Includes 3 1 1 Whelen PFP2 LED Light head 3 1 2 Aluminum 800 series tripod with bright dip anodized finish 3 1 3 Light fixture shall have a locking swivel joint with a 3 4 diameter NPT threaded base to allow the light to be manually tilted up down and locked in position by the operator 3 1 4 Quick release truck mounted brackets 3 1 5 Integrated power switch 3 1 6 Twist lock plug and receptacle with GFCI protection 4 MAST AND MAST MOUNTED EQUIPMENT 4 1 1 Tempest 2200 series CH 3718N or current model heavy duty non locking telescoping pneumatic mast Mast features 4 1 1 265 Ib max top load capacity 4 1 2 26 5 extended height 4 1 3 6 1 nested height Includes 38 4 2 4 3 4 4 4 5 4 6 4 7 4 8 4 1 1 KEY WAY breakaway nylon key prevents tower rotation Easily replaceable 4 1 2 Water drainage holes to avoid freezing at low temperatures 4 1 3 Air safety valve for over pressure release and condensation drainage 4 1 4 Interlock to prevent vehicle from being driven with mast raised 4 1 5 Fireco tower does not require routine lubric
56. ttach any Dealer identification advertising or similar material to mobile unit 35 43 2 The mobile unit shall be clean and free from defects when delivered 43 3 Prior to acceptance by South Central Planning and Development Commission the Dealer shall service and adjust mobile unit for operational use to include as a minimum the following e A Louisiana temporary license plate e A Louisiana safety inspection sticker e Mobile unit shall be delivered with fuel gauge readout indicating 100 miles to empty e Focusing of lights e Turning of engine e Adjustment of accessories e Checking of electrical braking and suspension systems e Charging of battery e Alignment of front end e Inflation of tires e Balancing of all wheels including the spare e Complete lubrication of engine chassis and operating mechanisms with recommended grades of lubricants for the ambient air temperature at the point of delivery e Servicing of cooling system with permanent type antifreeze and summer coolant for minus 20 degrees Fahrenheit protection e Servicing of windshield washer reservoir with water and appropriate additives e All fluids filled to OEM s recommended capacity 44 DOCUMENTS 45 1 The mobile unit shall be delivered with complete certification of origin odometer disclosure statement tag application warranty owner s manual copy of Dealer s inspection and service check sheet and any other necessary credentials An original no
57. ughout vehicle Additional components may be added to system with a simple software modification System capability is not to be achieved with use of multiple monitoring systems designed for specific use i e water monitors battery monitors etc 1 Kussmaul Auto Eject 20 20A 120Vac shore power inlet with 25 ft 20A 120Vac shore power cord 1 Marinco 50A 125 250Vac waterproof shore power inlet 50 ft 50A 125 250Vac shore power cord and 6 ft 50A 125 250Vac pigtail 6 Specification grade 20A 125Vac duplex receptacle Receptacle is not dedicated to any installed equipment 1 Specification grade 20A 125Vac GFCI duplex receptacle These receptacles are not dedicated to any installed equipment Located on Wall in Future Galley area where countertop would be 1 Install Outlets in Wall for Future installation of Galley items Micorwave and Refrigerator Includes A C outlet for microwave and refrigerator also Includes DC outlet for refrigerator 2 Specification grade 20A 125Vac exterior GFCI duplex receptacle with weatherproof PVC cover GFCI receptacles will be wired in pairs to 20A circuit breakers located in the 120Vac electrical load distribution center 2 Exterior Twist Lock outlets with GFCI protection for Future installation of Tri Pod Lights 2 1500 watt 120 Vac 60 Hz true sine wave output inverter 17100027 or current model 29 27 20 2 Red specification grade 20A 125Vac duplex receptacle with stainless steel wall plate located
58. uted from antenna raceway penetration location to radio transceiver locations 35 COMPUTER NETWORK AND EQUIPMENT 36 35 1 35 2 35 3 35 4 35 5 35 6 35 7 35 8 36 1 36 2 7 RJ 45 CAT6 computer network jack with CAT6 cable routed through Carlon Flex Plus ENT conduit or raceway as applicable 1 Leviton 69586 U12 or current model 12 port Cat6 rack mount patch panel 1 Allied Telesyn AT GS900 16 10 or current model 16 port 10 100 1000T Unmanaged Gigabit Switch Product features 35 3 1 Wirespeed performance 35 3 2 Auto negotiation Gigabit ports 35 3 3 Auto MDI MDIX on TX ports 35 3 4 Transparent to VLAN packets 35 3 5 Full duplex flow control 8 Certified 18 CAT6 patch cord 1 Certified 36 CAT6 patch cord 1 Cable Certification Report confirming that network wiring complies with CAT6 specifications 1 HP Office Jet Pro 8500 Premier All in One Printer Product features 35 8 1 Color printing color copying color scanning color faxing black and white printing black and white copying black and white scanning black and white faxing 35 8 2 Ethernet WiFi 802 11b g 802 11b g Wireless Technology 35 8 3 28 6 x 23 2 x 17 8 inches 48 5 pounds MISCELLANEOUS ELECTRONICS 1 Middle Atlantic Products Inc MRK 2426 or current model twenty four space 19 wide x 26 5 depth 24 useable depth open framed electronics equipment rack Rack will slide out from its fixed position to allow side access to rack
59. wed to re submit a bid on the contract Any modifications or amendments to the above stated applicable State law shall supersede this procedure OPENING OF BIDS All Bids received prior to the announced closing time for the receipt of Bids stipulated in the Invitation to Bidder will be opened publicly Bids will be read aloud and a tabulation of the amounts of the Base Bids and alternates if any will be made available to Bidders after the opening of Bids Any Bid received after the announced closing time will be returned unopened Any uncertainty as to whether a Bid was submitted in time will be resolved against the Bidder BIDS TO REMAIN OPEN The OWNER shall act not later than forty five 45 calendar days after the date of opening Bids to award such contract to the lowest responsible and responsive bidder or to reject all bids The OWNER and the lowest responsible and responsive bidder by mutually written consent may agree to extend the deadline for award by one 1 or more extensions of thirty 30 calendar days AWARD OF CONTRACT To the extent permitted by applicable local state and federal laws and regulations OWNER reserves the right to reject any and all Bids for just cause The South Central Planning and Development Commission reserves the right to reject any and all bids in accordance with Louisiana State Bid Law In order to be responsive the apparent low bidder must submit the additional information and documentation require
60. x ENT conduit routed from mast location to equipment rack cabinet for mast controller and camera wiring mast controller and camera not included 33 1 2 Mast mounting brackets installed on rear of truck with additional internal support structure 33 1 3 Receptacle for mast compressor on dedicated circuit compressor not included 33 1 4 Airline routed from compressor location to mast location 12Vdc power leads for communications radios to be 8 gauge copper stranded wire with crimp on end connectors Power to radios to be controlled by auxiliary master disconnect switch 1 Prewire and make installation provisions for communications radio Installation includes 34 2 1 NMoO style base on the roof or antenna raceway as applicable 32 34 3 34 2 2 LMR195 antenna cable routed to radio transceiver location in Carlon Carflex ENT conduit 34 2 3 12Vdc power routed to radio transceiver location Single 3 H x 3 W x 12 L square aluminum tube antenna raceway on the roof of the apparatus Antenna raceway will penetrate the roof at one location to be determined Includes the following 34 3 1 3 high x 3 long aluminum access cover at each antenna base location on the side of the tubing for access to antenna base and coax cable 34 3 2 Access covers with watertight gasket and attached with four 4 stainless steel machine screws Raceway tube to have nut serts installed for access cover attachment 34 3 3 Carlon Carflex ENT conduit ro
61. years from the date on which final payment under the Contract falls due No right or action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs executors administrators or successors of the OWNER SIGNED AND SEALED THIS __ DAY OF 20 Principal Seal Witness 44 Bidder s Check List This checklist is for your guidance only and does not necessarily constitute each and every requirement of this bid Please read the entire bid thoroughly to ensure that your submission is complete Please check the box if you have completed the following 1 Bid documents are enclosed in a sealed envelope bearing the E O O O full bid name on the outside of the envelope bidder s name bidder s address bidder s Louisiana Dealer s License Number 2 Official Bid Form O completely filled out O acknowledging receipt of each addendum O with itemized prices completed exactly as listed if applicable O make model number indicated if applicable O delivery time inserted O signed and dated O federal identification number 3 Other Requirements D Signature Authorization Written evidence of the person signing the bid shall be submitted at the time of bidding in accordance with LA R S 38 2212 B 5 ATTACHMENTS 1 Technical Information and Drawing of Proposed Mobile Unit 2 Copy of Louisiana Dealer s License 3 Warranty Information Other For

Download Pdf Manuals

image

Related Search

Related Contents

ネットワークアダプタ  LG WD(M)-14105FD User's Manual  User Manual  2 Utilisez  L`épistémologie au défi de la pensée clinique Une lecture  Elementary Number Theory  - KB NetSystems & Co. KG  Great Dane GBKH2752S Lawn Mower User Manual  Manual BPR - Franklin Electric    

Copyright © All rights reserved.
Failed to retrieve file