BID PACKAGE AND SPECIFICATIONS

Brush Truck for Haywood County, Tennessee

2017 CDBG #12138

Bid Opening

Thursday, July 30, 2020 at 2:00 P.M. Haywood County Courthouse 1 W. Washington Street Brownsville, TN 38012

Haywood County EMS – 2017 CDBG

ADVERTISEMENT FOR BID

Haywood County, Tennessee (Owner)

Sealed bids for a Brush Truck will be received by Haywood County at the Haywood County Courthouse, 1 W. Washington Street, Brownsville, Tennessee 38012 until 2:00 P.M., C.S.T., on Thursday, July 30, 2020, and then at said office publicly opened and read aloud. Bids must be submitted in a sealed envelope, bearing on the outside the name and address of the Bidder and the words "BRUSH TRUCK".

If forwarded by mail, the sealed envelope must be enclosed in another envelope addressed to:

Attn: Mayor David Livingston Haywood County Courthouse 1 W. Washington Street Brownsville, TN 38012

Bid Packages will be issued by electronic mail in PDF format.

Questions concerning the bid package may be submitted electronically to Casey Smith at [email protected].

Questions will not be accepted after Monday, July 27, 2020 4:00 P.M. CST.

The Owner reserves the right to waive any informality or to reject any or all bids.

No Bidder may withdraw his/her bid within 60 days after the actual date of the bid opening.

Bid will be awarded to the lowest most responsive Bidder.

Haywood County is an equal opportunity employer.

2

Haywood County EMS – 2017 CDBG

INFORMATION TO BIDDERS

1. RECEIPT AND OPENING OF BIDS: Haywood County, Tennessee (herein called OWNER) invites sealed bids for the specified equipment to be received at the Haywood County Courthouse, 1 W. Washington Street, Brownsville, TN 38012 until 2:00 P.M. C.S.T., on Thursday, July 30, 2020, and then at said office publicly opened and read aloud. Bids received after the stated time will be considered invalid and rejected by the OWNER.

2. METHOD OF BIDDING: The OWNER invites bids for a Brush Truck as listed in the attached description. Bids must be submitted in a sealed envelope, bearing on the outside the name and address of the Bidder and the words “BRUSH TRUCK”.

If forwarded by mail, the sealed envelope must be enclosed in another envelope addressed to:

Attn: Mayor David Livingston Haywood County Courthouse 1 W. Washington Street Brownsville, TN 38012

BIDS MUST BE TYPED OR PRINTED.

NO FACSIMILES WILL BE ACCEPTED.

Bids NOT submitted on the attached forms and in the prescribed manner will be considered invalid and rejected by the OWNER.

BIDS WILL BE AWARDED ON A LUMP SUM BID.

3. PREPARATION OF BIDS: Bids MUST BE SUBMITTED ON THE ATTACHED FORMS. The bid will be stated in both words and numbers. All blank spaces in the bid documents must be typewritten. All costs must include freight, delivery and taxes.

PREFERENCE WILL BE GIVEN TO THE PRODUCT WHICH MEETS OR EXCEEDS EACH OF THE COUNTY’S SPECIFICATIONS.

4. RESPONSIBILITY OF BIDDER: Each BIDDER must provide, at the time of the bid opening, two (2) sets of complete specifications for the Pumper Tanker submitted in the bid, and warranties provided thereto. All equipment specified in the bid must MEET OR EXCEED the OWNER'S specifications.

If a corporation submits the bid, the FORM OF BID must be embossed with the corporate seal and signed by an officer of the corporation to the bid quote. BIDDER must assure that any bid will be good and may NOT be withdrawn for a period of 60 calendar days from the date of the bid opening.

3

Haywood County EMS – 2017 CDBG

ALL BIDDERS must be willing to warrant the vehicle specified in the bid to be free from defects in material and workmanship under normal use and service for a period to be agreed upon by the BIDDER and OWNER.

Terms for delivery of apparatus must be clearly stated on the bid form. Product must be able to be delivered to Haywood County within 120 calendar days of bid award, and will be subjected to tests to determine its performance and reliability as a condition of the sale.

BIDDER discounts and terms, if any, must be clearly stated in the submitted bid.

BID BOND - A bid security made payable to the Owner in the amount of 5 percent of the bid must accompany bid.

ANY SUBSTITUTIONS MUST BE EQUAL TO OR GREATER THAN SPECIFICATIONS LISTED.

SPECIFICATIONS FOR SUBSTITUTED ITEMS MUST BE SUBMITTED WITH BID AND CLEARLY IDENTIFIED AND WRITTEN IN ON THE BID SHEET.

5. RESPONSIBILITY OF THE OWNER: The OWNER reserves the right to reject any and all bids.

The OWNER may not negotiate with any one BIDDER to reduce or alter the stated bid. Should deductible alternates be necessary to receive bids within the limits of available funds, the OWNER will notify all responsible bidders and allow the submittal of new bids, which include the stated deductions.

The OWNER will award to the lowest and most responsive BID.

The OWNER agrees to provide NOTICE OF AWARD OF BID within 60 calendar days of the date of the bid opening.

Information (bid, specifications, conditions, warranties, etc.) submitted for conformance with said bid will be the basis for the contract between the Owner and the Bidder.

7. CONDITIONS APPLICABLE TO BID AWARD: a. PAYMENT WILL BE MADE BY INVOICE ONLY.

b. PAYMENT WILL ONLY BE ISSUED WHEN ALL OF THE FOLLOWING CONDITIONS ARE MET:

i. THE APPARATUS IS RECEIVED & INSPECTED BY THE OWNER,

ii. APPLICABLE TRAINING IS CONDUCTED WITH THE OWNER OR OWNER’S REPRESENTATIVE, AND

iii. ALL MANUALS, WARRANTIES, AND SUPPORTING DOCUMENTATION HAVE BEEN RECEIVED BY THE OWNER

4

Haywood County EMS – 2017 CDBG

LUMP SUM BID FORM HAYWOOD COUNTY TN BID FOR BRUSH TRUCK 2017 CDBG CONTRACT NO.: 12138

BIDDER: ______ADDRESS: ______PHONE: ______EMAIL: ______

Having examined the Owner's specifications for one (1) Brush Truck, the BIDDER submits a TOTAL BID of ______DOLLARS AND CENTS ($______) for said vehicle as identified in the bid package and specifications.

BIDDER MUST COMPLETE THE FOLLOWING:

BID FOR ONE (1) BRUSH TRUCK

Warranty Terms: ______

Delivery Terms: ______

Chassis Make/ Model/Year: ______

Engine: ______

Transmission: ______

Current Odometer Reading: ______

GVW (at ground) F/R Axle Weights: ______

Vehicle Identification Number (VIN): ______

5

Haywood County EMS – 2017 CDBG

Charges or terms for delivery of the Brush Truck must clearly be stated on the bid form and must be included in the bid amount. The Vehicles must be delivered and fully operational to the County within 120 calendar days of bid award. Upon delivery, the vehicle will be subjected to tests to determine its performance and reliability as a condition of sale. In the event that delivery is delayed beyond 120 calendar days, there will be a penalty assessed against the Bidder of $100.00 per day to be deducted from the final invoice. The following must be submitted to the Owner the day the truck(s) is delivered: 1. Apparatus Title/MSO – within 5-7 days of delivery; no more than 14 days 2. Bill of Sale 3. Mileage / Odometer Statement 4. Appropriate sales tax form(s), if applicable 5. All delivery charges, FOB, and sales tax was to be included in the Vendor’s lump sum bid price 6. Manuals on all components of the apparatus and the apparatus itself, 7. All warranties for all component of the apparatus and the apparatus itself

BIDDER assures that the vehicle and the required loose equipment, if any, specified in the bid MEETS or EXCEEDS the OWNER’S specifications.

BIDDER assures that this bid shall be good and may not be withdrawn for a period of 60 calendar days following the date of the bid opening.

BIDDER understands that the OWNER may reject any and all bids and that the OWNER may not negotiate with any one BIDDER to reduce or alter the bid stated herein.

A bid security made payable to the Owner in the amount of 5 percent of the bid must accompany bid.

Respectfully Submitted:

Company Name: ______

Company EIN: ______

Signature: ______

Title: ______

Date: ______

AFFIXED SIGNATURE CERTIFIES TO THE OWNER THAT DETAILED SPECIFICATIONS AND WARRANTY INFORMATION IS ATTACHED TO THIS BID AND THAT ALL ASPECTS OF THE VEHICLE AND LOOSE EQUIPMENT IDENTIFIED HEREWITH IS COMPLIANT WITH ALL CURRENT ISO STANDARDS IF APPLICABLE.

6

Haywood County EMS – 2017 CDBG

GENERAL INFORMATION Descriptions and specifications of the apparatus including the equipment detailed or described herein are intended to outline the design, quality, and integrity of the manufactured apparatus. The vehicle shall be designed and engineered specifically for Emergency Vehicles and shall be built to meet heavy duty and Rescue service demands. It is not the intention of this agency to write out vendors or manufacturers of similar or equal equipment of the types specified. It should be noted however, that this specification is written around specific needs of this department. With this intent to standardize certain components, therefore in numerous places we have named specific brands of components. This has been done to establish a certain standard of quality. Other brands will be accepted providing the vendor note in the bid that the particular brand meets or exceeds the quality of the actual brand that the specifications call for. Within this specification where a brand has been mentioned you will see noted beside it: (or approved equivalent).

QUALITY Workmanship and materials provided shall be of quality unsurpassed for this apparatus. Various components requiring maintenance, lubrication, and visual inspections shall be readily accessible. The design and manufacturing shall be done in a manner that promotes safe and efficient use of the vehicle.

COMPLIANCE The apparatus should comply with the applicable provisions for its vehicle type as listed in NFPA 1901: Standard for Automotive Fire Apparatus and NFPA 1906: Standard for Wildland Fire Apparatus.

WARRANTY Bid shall include warranty on no less than the chassis, pump, tank, paint, corrosion, and electrical components.

7

Haywood County EMS – 2017 CDBG

MINIMUM VEHICLE REQUIREMENTS

Brush Truck – 2018 or newer – Demo model acceptable

4 Wheel Drive

Automatic Transmission

10 Gallon Foam Cell

250 Gallon Polypropylene Tank

New Pump with Gasoline Engine & Electric Start

HEMI 6.4L Gas Engine

Foam System

LED Light & Package

Warn Zeon 12K Winch w/Synthetic Cable (or approved equivalent)

Westin Stainless Steel Step Tubes (or approved equivalent)

Aluminum Body w/ Man Wells

Lift-Up Locking Doors

2” Standard Hitch Receiver

3” Lift

2.5 Gallon Removable Fire Tank

Hannay Steel Painted Electric Rewind Reel with Roller Guides (or approved equivalent)

100’ x 1” Booster Hose

1” TDT Twister Nozzle (or approved equivalent)

2.5” Intake with Valve/Cap &

2.5” Discharge with Valve

1.5” Discharges with Valve

Garden Hose Discharge with Valve 8

Haywood County EMS – 2017 CDBG

Power Windows & Doors

AM-FM Radio with communication system capable with Motorola XPR 5550e system

Air Conditioning

Cruise Control

Reflective Lettering and Graphics – decal to be installed on the cab door on both sides of the apparatus to match the existing apparatus

Loose Equipment - All items listed below are being bid as (optional) for loose equipment. Bid shall state price per item number and on a separate page from the apparatus bid (see pricing list on page 10). Pricing for each line item is expected. Quantities ordered may vary pending availability of funds.

Loose Equipment 1. Fire 2. Fire Flapper 3. Handheld Flashlight

9

Haywood County EMS – 2017 CDBG

Loose Equipment Bid Page

All items listed below are being bid as (optional) for loose equipment. Bid shall state price per item number. Pricing for each line item is expected. Bids that do not provide pricing for each loose equipment item may be considered ineligible.

Price

1. $

2. Fire Flapper $

3. Handheld Flashlight $

10

F-1

CERTIFICATION OF BIDDER REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION

INSTRUCTIONS This certification is required pursuant to 24.CFR Section 24.510(b). It shall be completed, signed and submitted as part of the bid proposal.

1. By signing and submitting this proposal, the prospective lower-tier participant certifies that neither it, its principals nor affiliates, is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Further, the Participant provides the certification set out below:

2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that an erroneous certification was rendered, in addition to other remedies available to the Federal Government, the Department or agency with which this transaction originated may pursue available remedies.

3. Further, the Participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the Participant learns that this certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

4. By submitting this proposal, it is agreed that should the proposed covered transaction be entered into, the Participant will not knowingly enter into any lower-tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction unless authorized by the agency with which this transaction originated.

5. It is further agreed that by submitting this proposal, the Participant will include this Certification, without modification, in all lower-tier covered transactions and in all solicitations for lower-tier covered transactions.

Contractor Name and Title Date

Signature ______Address

City ______State ______Zip

NON-CERTIFICATION:

As the prospective lower-tier participant, I am unable to certify to statements in this Certification as explained in the attachment to this proposal.

Contractor Name and Title Date

Signature ______Address

City ______State ______Zip

The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.

This form must be submitted to the State with the bid tabulations. CDBG Manual - Labor Chapter - Contracts Document Guide 15 F-1

CERTIFICATION OF BIDDER REGARDING SECTION 3 AND SEGREGATED FACILITIES

Name of Prime Contractor Project Name & Number

The undersigned hereby certifies that

(a) Section 3 provisions are included in the Contract.

(b) If contract equals or exceeds $100,000, HUD form 60002 will be submitted with the final pay estimate.

(c) No segregated facilities will be maintained.

Name & Title of Signer (Print or Type)

Signature Date

CDBG Manual - Labor Chapter - Contracts Document Guide 18 F-1

STATEMENT OF COMPLIANCE CERTIFICATE ILLEGAL IMMIGRANTS EACH CONTRACTOR BIDDING SHALL FILL IN AND SIGN THE FOLLOWING

This is to certify that ______have fully complied with all the requirements of Chapter No. 878 (House Bill No. 111 and Senate Bill No. 411) which serves to amend Tennessee Code Annotated Title 12, Chapter 4, Part I, attached herein for reference.  All Bidders for construction services on this project shall be required to submit an affidavit (by executing this compliance document) as part of their bid, that attests that such Bidder shall comply with requirements of Chapter no. 878.

Signed: ______

State of ______) ) ss County of ______)

Personally appeared before me, ______the undersigned Notary Public, ______, the within named bargainer, with whom I am personally acquainted, and known to me to be the President / Owner / Partner (as applicable) of the ______, Corporation, Partnership, Sole Proprietorship (as applicable) and acknowledged to me that he executed the foregoing document for the purposes recited therein. Witness my hand, at office, this ______day of ______, 200__.

______Notary Public

My commission expires ______

______1 Statement of Compliance – Illegal Immigrants

CDBG Manual - Labor Chapter - Contracts Document Guide 22 F-1

IRAN DIVESTMENT ACT

In compliance with the Iran Divestment Act (State of Tennessee 2016, Public Chapter No. 817), which became effective on July 1, 2016, certification is required of all bidders on contracts over $1,000.

By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party hereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief that each bidder is not on the list created pursuant to T.C.A. § 12-12-106.

I affirm, under the penalties of perjury, this statement to be true and correct.

Date Signature of Bidder

Company

A bid shall not be considered for award nor shall award be made where the foregoing certification has been complied with; provided, however, that if in any case the bidder cannot make the foregoing certification, the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefor. The City/County of ______may award a bid to a bidder who cannot make the certification, on case-by- case basis, if: 1. The investment activities in Iran were made before July 1, 2016, the investment activities in Iran have not been expanded or reviewed on or after July 1, 2016, and the person has adopted, publicized, and is implementing a formal plan to cease the investment activities in Iran and to refrain from engaging in any new investments in Iran; or 2. The City/County of ______makes a determination that the goods or services are necessary for the City/County of ______to perform its functions and that, absent such an exemption, the political subdivision will be unable to obtain the goods or services for which the contract is offered. Such determination shall be made in writing and shall be a public document.

CDBG Manual - Labor Chapter - Contracts Document Guide 23