60
State of Nevada Brian Sandoval Department of Administration Governor Purchasing Division 515 E. Musser St., Room 300 Greg Smith Carson City, NV 89701 Administrator THE NEVADA STATE PURCHASING DIVISION IS SOLICITING BIDS FOR STAINLESS STEEL DUMP BODIES AND ATTACHMENTS INVITATION TO BID NO. 8403 F.O.B. Department of Transportation, 310 Galletti Way, Sparks, NV 89431 Release Date: January 4, 2016 Vendor Questions Due: January 12, 2016 by 5:00 P.M., PT Deadline for Submission and Opening Date and Time: January 26, 2016 @ 2:00 P.M., PT Requisition No. VARIOUS For additional information or to obtain a copy of this Invitation to Bid, please contact: Marti Marsh, Purchasing Officer (775) 684-0180 (TTY for the Hearing Impaired: 1-800-326-6868 and ask the relay agent to dial (775) 684-0180) See page 28, for instructions on submitting bids. Company Name: ____________________________________________________________________ Contact Name: _________________________________________Title:________________________ Address: __________________________________________________________________________ City: ___________________________________________ State: ___________Zip: ______________ Telephone (_____) __________________________ Fax (_____) ____________________________ Revised 05/2012

333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

  • Upload
    hathien

  • View
    214

  • Download
    1

Embed Size (px)

Citation preview

Page 1: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

State of Nevada Brian SandovalDepartment of Administration GovernorPurchasing Division515 E. Musser St., Room 300 Greg SmithCarson City, NV 89701 Administrator

THE NEVADA STATE PURCHASING DIVISION IS SOLICITING BIDS FORSTAINLESS STEEL DUMP BODIES AND ATTACHMENTS

INVITATION TO BID NO. 8403

F.O.B. Department of Transportation, 310 Galletti Way, Sparks, NV 89431Release Date: January 4, 2016

Vendor Questions Due: January 12, 2016 by 5:00 P.M., PTDeadline for Submission and Opening Date and Time: January 26, 2016 @ 2:00 P.M., PT

Requisition No. VARIOUS

For additional information or to obtain a copy of this Invitation to Bid, please contact:Marti Marsh, Purchasing Officer

(775) 684-0180(TTY for the Hearing Impaired: 1-800-326-6868 and ask the relay agent to dial (775) 684-0180)

See page 28, for instructions on submitting bids.

Company Name: ____________________________________________________________________

Contact Name: _________________________________________Title:________________________

Address: __________________________________________________________________________

City: ___________________________________________ State: ___________Zip: ______________

Telephone (_____) __________________________ Fax (_____) ____________________________

E-Mail Address: _____________________________________________________________________

While there are no set asides in the State of Nevada or preferences for Minority Business Enterprise, Women Business Enterprise and Small Business, we encourage those vendors to compete for state business at every opportunity and we make every effort to contact these businesses when opportunities arise, therefore if it is your judgment that your business fits within these categories, please check appropriate boxes.

Minority Owned Women Owned Small Business

Page 1 of 37

Revised 05/2012

Page 2: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

TABLE OF CONTENTS

1. PROJECT OVERVIEW..................................................................................................................................3

2. ACRONYMS/DEFINITIONS.........................................................................................................................3

3. ITEM SPECIFICATIONS...............................................................................................................................5

4. PAYMENT......................................................................................................................................................27

5. BID SUBMITTAL INSTRUCTIONS...........................................................................................................28

6. BID SOLICITATION, EVALUATION AND AWARD PROCESS..........................................................30

7. TERMS AND CONDITIONS FOR PURCHASE OF GOODS.................................................................31

ATTACHMENT A..............................................................................................................................................37

ITB No. 8403 Revised 05/2012 Page 2

Page 3: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

In accordance with NRS 333.350(1), a contract may be awarded for separate items, portions or groups of items in the best interest of the State, as required.

Prospective vendors are advised to review Nevada’s ethical standards requirements, including but not limited to, NRS 281A and the Governor’s Proclamation, which can be found on the Purchasing Division’s website (http://purchasing.state.nv.us).

1. PROJECT OVERVIEW

The purpose of this solicitation is to obtain competitive pricing for a one time purchase nine (9) Class 13 stainless steel dump truck bodies and various attachments to be installed on Nevada Department of Transportation (NDOT) cab and chassis trucks awarded under a separate bid solicitation. Trucks shall be delivered to the place of business where the bodies will be installed by the awarded truck vendor.

The awarded body vendor shall accept full responsibility and liability care of the trucks, relieving the State of Nevada of any loss, liability or claim whatsoever incurred while trucks are in the vendor’s custody. Following delivery of the completed units, the Nevada Department of Transportation shall thoroughly inspect the unit(s) for total compliance with the body specifications. NDOT will not issue payment for completed units until any necessary changes or corrections have been made.

2. ACRONYMS/DEFINITIONS

For the purposes of this Invitation to Bid, the following acronyms/definitions will be used:

Awarded Vendor/ The organization or individual that is awarded and has an approved contract or purchaseContractor order with the State of Nevada for the goods identified in this Invitation to Bid.

Bidder/Vendor Organization or individual submitting a bid in response to this Invitation to Bid.

FOB Destination Free on Board to the destination. Requires the seller to, at its own expense and risk, transport the goods to the destination and there tender delivery of them in the manner provided in NRS 104.2503. See NRS 104.2319(1)(b); UCC 2-319(1).

Goods As defined in NRS 104.2105, and as specifically identified in this Invitation to Bid.

ITB Invitation to Bid. A written statement which sets forth the requirements and specifications of a contract to be awarded by competitive selection. See NRS 333.020(4).

Lowest Responsible Person or firm (company/organization) that conforms in all material respects to theBidder/Vendor specifications within the invitation to bid and offers the lowest cost after all factors have

been considered. See NRS 333.340

MSRP Manufacturer’s Suggested Retail Price

ITB No. 8403 Revised 05/2012 Page 3

Page 4: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

NAC Nevada Administrative Code

NOA Notice of Award

NRS Nevada Revised Statutes

Proprietary Any trade secret or confidential business information that is contained in a bid Information submitted on a particular contract. See NRS 333.020(5)(a); NRS 333.333.

Public Record All books and public records of a governmental entity, the contents of which are not otherwise declared by law to be confidential must be open to inspection by any person and may be fully copied or an abstract or memorandum may be prepared from those public books and public records. See NRS 333.333; NRS 600A.030(5).

Purchase Order Buyer-generated document that authorizes a purchase transaction. It sets forth the descriptions, quantities, prices, discounts, payment terms, date of performance or shipment, other associated terms and conditions, and identifies a specific seller. When accepted by the seller, it becomes a contract binding on both parties; also called order.

Subcontractor Third party, not directly employed by the vendor, who will provide goods and/or services identified in this ITB. This does not include third parties who provide support or incidental services to the vendor.

Shall/Must/Will Indicates a mandatory requirement. Failure to meet a mandatory requirement may result in the rejection of a bid as non-responsive.

Should/May Indicates something that is recommended but not mandatory. If the vendor fails to provide recommended information, the State may, at its sole option, either ask the vendor to provide the information or evaluate the bid without the information.

State The State of Nevada and any agency identified herein.

Trade Secret Information including, without limitation, a formula, pattern, compilation, program, device, method, technique, product, system, process, design, prototype, procedure, computer programming instruction or code that derives independent economic value, actual or potential, from not being generally known to, and not being readily ascertainable by proper means by the public or any other person who can obtain commercial or economic value from its disclosure or use, and is the subject of efforts that are reasonable under the circumstances to maintain its secrecy. See NRS 600A.030(5).

UCC Uniform Commercial Code

ITB No. 8403 Revised 05/2012 Page 4

Page 5: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

3. ITEM SPECIFICATIONS

Unless otherwise specified in this ITB, reference to a specific manufacturer or a specific product or model in the bid specifications does not restrict bidders to that manufacturer, product or model. This method is used to indicate the functional requirements (e.g., type, design, characteristics, quality) of the article desired. Bids may be considered on other manufacturer’s products or other models determined by the Purchasing Division to be the functional equivalent of the product or model referenced.

NOTE: Truck bodies and various attachments are to be installed on nine (9), Nevada Department of Transportation (NDOT) cab and chassis trucks. Trucks shall be delivered to the place of business where the bodies will be installed by the awarded truck vendor.

The awarded body vendor shall accept full responsibility and liability care of the trucks, relieving the State of Nevada of any loss, liability or claim whatsoever incurred while trucks are in the vendor’s custody. Following delivery of the completed units, the Nevada Department of Transportation shall thoroughly inspect the unit(s) for total compliance with the body specifications. NDOT will not issue payment for completed units until any necessary changes or corrections have been made.

STAINLESS STEEL DUMP BODY & OPTIONAL ATTACHMENTS

GENERAL: Dump bodies and attachments furnished under this specification shall be the manufacturer's current conventional design for the type and the allied equipment specified. All necessary accessories customarily furnished whether stipulated herein or not, with such modifications and attachments as may be necessary to enable the vehicle to function reliably and efficiently in sustained operation.

COMPLIES ___YES NO___COLOR: The complete unit shall be primed with etching catalyzed primer; complete unit is to be painted PPG Delta “School Bus Yellow” No. 80970 or equal (may be single stage or dual stage paint) at a thickness of 5 mil. Painted areas are to include bed, sander, plows, push frame, and ladder (as applicable). No chrome or aluminum is to be painted. The cab/chassis that is being provided by NDOT will be provided already painted in the School Bus Yellow color; the body vendor is responsible for all other items.

Specify Color Mfg. & No. _______________________________

COMPLIES ___YES NO___ELECTRICAL SYSTEM: A seven wire ATA trailer lighting cable with connector for trailer shall be installed at the rear of the truck frame. A 4 GA. charge cable will be attached directly to the positive battery terminal through a 100 amp circuit breaker with manual reset, then to a quick disconnect Phillips P/N 15320 socket to be mounted in the rear buck plate. Connectors will be covered with a rubber boot for protection from the elements. All wiring and connections will be soldered and enclosed in weatherproof tubing. Wiring from body of vehicle chassis shall be run in weather pack type connections. No splicing into the OEM wiring outside of the cab will be allowed.

COMPLIES ___YES NO___BRAKES: Glad-hand style air couplers with dust covers shall be installed on top of the very rear cross member in a horizontal position.

ITB No. 8403 Revised 05/2012 Page 5

Page 6: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

COMPLIES ___YES NO___LIGHTS: Shall be equipped with the below listed lights (All connections are to be done with weather pack connectors):

a. Snowplow lights shall be pedestal mount high/low beam with sealed beam halogen lights, Hella Model “Combi 220” series (only this manufacturer is acceptable). Turn signal shall be mounted to the headlight housing. These lights will be hooked up to the main headlight indicator high/low beam light on dash. Plow lights will be mounted 78" from ground to center of plow lights. The OEM wiring may be spliced into to operate the plow lights as long as all splices are done within the cab and weather pack connectors are used. Vendor to provide a dash- mounted control switch to switch between vehicle lights and plow lights.

b. Rear combination stop/tail and turn signal lights: shall be equipped with LED Class A single faced red rear combination stop/tail and turn signal lights recessed into the rear corner posts of the dump body at a height of approximately 65 inches.

c. Shall be equipped with a LED programmable light system consisting of the following:

One (1) cab mounted amber LED light with two rows of LED’s that can be programmed individually for different flash patterns with 360 degree visibility;

Two (2) 7”x 3” amber LED lights that can be programmed individually for different flash patterns mounted in the rear.

Cab light will be mounted on the exterior and in the center of the cab protector clearly visible in all directions.

The rear LED lights will be fully enclosed (protection from salt and moisture) and shall be mounted on the rear of the dump body above the taillights and will be recessed in the corner post of the body. Power supply shall be mounted inside the cab of the vehicle. Cab light and rear lights will operate independently. Lights will have a high/low intensity switch. All light wiring will be shielded type. Must comply with Class 1 Emergency Warning Light System per AAMVA Spec's and SAE J1318 Spec's.

Specify Mfr. & No. of LED Light System __________________________________________

d. Back Up LightCOMPLIES ___YES NO___

TOOL BOX: Required to be aluminum, hinges to be bottom mounted. Size will be minimum 12" deep x 18" wide x 30" long, flush mounted to left side of vehicle frame. Toolbox provided must be water resistant.

Specify Toolbox Dimensions ______________________________________

COMPLIES ___YES NO___CHOCKS: Vendor is to provide two each wheel chocks and install wheel chock container adequate to accommodate the chocks being provided by the vendor on all units. Chocks being provided are to be of sufficient size to hold weight of unit being provided by the vendor.

ITB No. 8403 Revised 05/2012 Page 6

Page 7: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

SPECIFICATIONS FOR STAINLESS STEEL DUMP BODY

BODY DIMENSIONS: Body shall be 15’ long and 84” wide inside, 96” wide outside. Side height shall be 34” with a 36” high tailgate. Body shall be Williamsen-Godwin Model WSS-15-34, 304 Stainless Steel dump body style or approved equal. Outside of body must cover rear tires.

Specify Mfr. & No. ___________________________________________

Specify Dimensions ___________________________________________

BODY CONSTRUCTION:COMPLIES ___YES NO___

UNDERSTRUCTURE: Longitudinal design (no cross members); 8” X 15’ wide flange structural steel “I” beam longitudinals. Body is to have 3/8” thick rubber cushion strips that are vulcanized to steel strips welded to the underside of the longitudinals; 7” X 2” X ¼” channel rear cross member with return flanges for added strength. Body shall be of longitudinal design eliminating cross bars and providing greater torsion resistance to twisting. Body will have a minimum of three cross members (2" x 4" steel tubing) equally spaced and welded to the web of the longitudinal rails in the vertical position. No welds shall be allowed in mounting body to frame. No dog house allowed inside body.

NOTE: All nuts and bolts used in mounting hoist and body will be Grade 8 with Grade 8 self-locking flange nut and shall be American made with certificate of origin to be provided upon request.

FLOOR: Floor shall be constructed of 3/16", 400 BHN 180/220,000 PSI, one piece (no seams) with radius side formed floor to side.

One Piece Floor _______YES NO __________COMPLIES ___YES NO___

SIDES: Sides shall be constructed of 10 gauge, 304 Stainless Steel with full length, sloped top rail that is 6” wide with 3 ½” taper outward and 2 ½” taper inward. Outward taper drops 2 ¾”, inward taper drops 1 ¾”; 8” high X 6” deep sloping bottom side rail, both formed from one sheet of 304 Stainless Steel.

Specify Gauge Steel _________ PSI _____________ Top Rail Dimension ______________

No horizontal exterior welds. Interior side plate shall be welded to the floor and enclosing the top rail to form a double wall. Both seams in the load area are to be fully welded. COMPLIES ___YES NO___REAR CORNER POSTS: Rear corner posts to be a minimum 20" deep X 6" wide X 3/16” 304 Stainless Steel. Height shall be 34” from floor level and extend downward 8”, welded both horizontally and vertically to the rear cross member.

Specify Corner Post Dimensions ___________________________________

COMPLIES ___YES NO___CAB PROTECTOR: Body shall be equipped with a one-half cab guard protector fabricated of 10 GA., 304 stainless steel plate, 84" wide at bed tapering to 67" at front and 30" long. Cab protector to be 3" above truck cab. Cab protector to clear all cab top accessories by 2". Side braces to extend 36" down from cab.

Specify Plate Gauge _________ PSI __________ Dimensions _______________

ITB No. 8403 Revised 05/2012 Page 7

Page 8: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

COMPLIES ___YES NO___LIGHTS: Shall be equipped with a flush mounted LED warning light. Front strobe to be center mounted on the cab protector. Combination turn, stop and tail lights recessed into the upper rear corner posts, one each side, rear facing, at a height of approximately 65". All lights will be LED, enclosed with a Truck Lite style sealed system for protection from elements. Side clearance lights, rear marker lights, combination stop/turn and tail lights as well as back up lights are to be recessed into the corner post below the LED warning lights. Lights are to have weather pack connections. LED warning lights will be equipped with amber lens.

COMPLIES ___YES NO___FRONT END: Shall be 3/16” 304 Stainless Steel with 2 horizontal braces. Out board cylinder housing for inverted lift hoist (no protrusion into the load area). Front of dump body box shall be radiused to match the radius of the sides. Front of dump body box shall match the height of cab before headboard is mounted.

Specify Size __________ PSI ________________COMPLIES ___YES NO___

SAFETY STRUT: Body shall be equipped with dual OSHA approved safety struts. Dual tubular safety struts constructed of 2 ¼” pipe. The pivot end of the strut shall be welded to the outside of the longitudinal and to pivot downward into a prop pocket. Pivot end shall be equipped with grease zerk. The strut is held in the stowed position by a spring loaded catch. Safety struts will be self-centering and shall be capable of holding a dump body in a 30 degree raised position. Safety struts shall be secured when in the stored position. Strut operating handle shall be located outside of frame rails.

COMPLIES ___YES NO___TAILGATE: Tailgate shall be of double wall design; interior plate shall be 3/16” 304 Stainless Steel, 36 inches in height. The exterior plate must be constructed of 10 gauge 304 stainless steel and have a top, bottom and two intermediate sloping horizontal braces formed into the panel. No horizontal exterior welds. Vertical side braces shall be 3” X 3” X ¼” square tubing capped on both ends. ¾” flame cut hi tensile steel upper hinge, 1 ¼” hinge pins with greaseless bushing, 1 ¼” solid steel lower cross shaft, 5/8” flame cut hi tensile steel over lock hardware. Gate shall be double acting with upper and lower chains. Tailgate locked by over center hardware at the rear of the body with spring type air cylinder (air to open, spring to close, over center to lock). An electric switch for operation of tailgate shall be located in the dashboard within easy reach of operator; switch must have power at all times. Tailgate must have heavy-duty “D” ring mounted on top center for easy removal of gate.

Specify Interior Plate Size ________________PSI ______________

Specify Exterior Plate Gauge Steel __________ PSI _____________

Specify Dimensions of Vertical Side Braces _____________________

COMPLIES ___YES NO___HOIST: Shall be single front mount telescopic cylinder Class 100. Minimum inside diameter of hoist ram will be 6". Cylinder will be trunion mounted in front of and attached to front headboard. Cylinder will not protrude into the load area nor protrude out front of dump body more than 12". Cylinder housing inside of the body will NOT be acceptable. The bottom cylinder pin is a 1” diameter cold rolled steel shaft that pivots on two 1” flame cut pin bearings, the pin is held in place by two 3/8” bolts. The bearings are welded to a 5” X 5” X ½” square tubing cross member that is welded to 3” X 5” X ½” angles that are over the top and down the outside of the vehicle frame. The cylinder attaches to the body through two “lift straps” that are bolted to the body

ITB No. 8403 Revised 05/2012 Page 8

Page 9: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

longitudinals with six (6) 5/8” grade 8 bolts on each side. Two 5” wide X 8 ½” long cast hinge pads that pivot on two (one on each side) 2 3/8” hinge pins that ride in 1” thick flame cut hinge bearings. Pivot points must be greaseable.

Lift cylinder shall be inverted and self-bleeding Hyco No. 63140 style or equal. 5/8" grade 8 bolts with self-locking flange nuts will be used to mount hoist to frame.

Specify Mfr. & No._____________________________________________

COMPLIES ___YES NO___DUMP BODY MOUNTING: Dump body hinge pin to be approximately 4" from end of frame. Distance from the back of rear tire to the end of the body shall be minimum 22". The rear plate shall be constructed from 5/8” plate, 37 ¾” wide X 12 ¾” that extends below the bottom of the truck frame and is the trailer hitch buck plate (buck plate can be welded to the end of frame). Shall be installed as to become the vehicles’ rear cross member. There shall be a minimum clearance of 10” from the back of the dump bed to the hook of the pintle hitch. The rear hinge pins shall be 2 -3/8" diameter, one on each side of dump bed. Wide steel hinge bearings shall be equipped with grease fittings for lubrication. Body shall have a minimum of 6" clearance between underside of body and top of tires.

Specify Distance from Back of Rear Tire to End of Body ___________________

Body is to have 3/8” thick rubber cushion strips that are vulcanized to steel strips welded to the underside of the longitudinals. No welds will be allowed on frame.

COMPLIES ___YES NO___PINTLE HOOK: Shall be equipped with a ninety thousand (90,000 lb.) pound tensile strength pintle hook. Shall be mounted below rear frame cross member 31" from ground level to bottom of eye and shall be mounted on 5/8” buck plate with V-braces bolted (grade 8 bolts) to the vehicle frame or welded to the rear cross member. NO welds on the frame will be allowed. Two "D" rings will be mounted to plate next to pintle, one on each side near the bottom. Rings will be Buyers Model # B48 or equal with a breaking strength of 46,000 lbs.

Specify Pintle Hook Mfr. & No. _______________________________

Specify Mfr. & No. of “D” Rings _______________________________

COMPLIES ___YES NO___MUD FLAPS: Shall be equipped with mud flaps (plain black) in front of and behind the rear wheels. Rear mud flaps shall be heavy duty rubber with an “Anti-Sail” style device or equal. Front mud flaps shall be heavy duty rubber with anti-sail device mounted 12” in front of forward drive axle and suspended from vehicle frame. Toolbox and hydraulic tank cannot be used as mud flap. Clearance between top of flap and bottom of bed will be a maximum of 1".

Specify Clearance __________________________

WELDING: COMPLIES ___YES NO___ Continuous welds on all seams. Skip welds will not be acceptable. All metal shall be thoroughly cleaned, acid etched and primed. All exterior metal shall be painted, in addition to priming. All welded joints shall be cleaned and

primed.

ITB No. 8403 Revised 05/2012 Page 9

Page 10: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

There shall be no sharp corners on the unit that will cause injury. All corners that could cause injury must be slightly rounded and ground smooth.

All welds shall be free of slag inclusions and under cut. Fillet weld sizes shall be equal to the thickness of the least of the jointed plates.

All material installed shall be new and free of rust. All welding must meet or exceed American Welding Society Standards. All welding must be accomplished by AWS certified welders. (Certificates shall be made

available upon request)

HYDRAULIC SYSTEM SPECIFICATIONS

PUMP: Vehicle shall be equipped with an engine driven, front or rear mounted hydraulic pump. Pump shall be capable of delivering approximately 37 gallons per minute at 2100 RPM. This pump will provide power for the operation of the dump body, sander and snowplow. Pump shall be a Parker-Commercial PN PAVC6592L4AP13x3632 for a front mounted pump and PAVC6592R4AP13x3632 for REPTO mounted hydraulic pump. Any other pumps will not be acceptable. Pump shall be rated for 3000 PSI continuous. Pump shall be axial piston type, pressure and flow compensated, with an adjustable maximum stroke stop. If the pump is being mounted to the rear of the front bumper and coupled to the PTO effects on the front of the engine, it will be mounted in line with engine with the following Spicer components:

Specify Pump Mfr. & No. ________________________________

a. One (1) No. 5-170X U Joint As Specified ____yes no____b. One (1) No. 5-153X U Joint As Specified ____yes no____c. One (1) No. 2-2-479 Flange As Specified ____yes no____d. One (1) No. 10-3-181 X Slip Yoke As Specified ____yes no____e. One (1) No. 2-40-971 Stub Slip Teflon Coated) As Specified ____yes no____f. One (1) No. 10-4-93 End Yoke As Specified ____yes no____g. One (1) 1-3/4" x .065 Steel tubing As Specified ____yes no____

NOTE: Pump drive shaft MUST be balanced. Pump part number will change if a rear mounted pump is supplied.

COMPLIES ___YES NO___SANDER CONTROLS: Four channel (granular, spinner, prewet, anti-ice), closed loop, ground speed oriented material controller with 10” HDMI camera ready touch screen display in compliance with detailed specifications below. Vehicle shall be equipped with Cirus controls (this is the only manufacturer acceptable).

COMPLIES ___YES NO___JOYSTICK CONTROLS: Fully proportional, PWM signal output. Single joystick can control up to 7 hydraulic devices with three axis control for each cylinder function in compliance with detailed specifications below.

COMPLIES ___YES NO___SEVEN BANK VALVE: Vehicle shall be equipped with a 7-bank valve. Valve shall be sectional design and rated at 4000 PSI and 45 GPM. Valve shall have OVERDEMAND MANAGEMENT TECHNOLOGY with a separate isolation spool for handling induced loads. Valve shall be load sensing, pressure compensated and

ITB No. 8403 Revised 05/2012 Page 10

Page 11: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

have a dedicated load sense pathway to the pump for rapid response. Valve shall control the operation of the dump body, snow plow and sander operation. Each section shall be as follows:

Complete hydraulic valve to be mounted on the left side of the vehicle frame and enclosed in a heavy-duty steel box with a removable lid. Plow lift functions will have priority over all other functions. Dump body control valve is always to be the last valve in line, whether the valve body is five, six, seven or eight section valve body. Hydraulic hoses are to be routed out of the box with hydraulic bulkhead fittings.

1st Single Acting Section for controlling plow up/down functions; 8 GPM compensator; 12VDC 100 HZ PWM proportional operator;

2nd Double Acting Section for controlling plow left/right functions; 8 GPM compensator; 12VDC 100 HZ PWM proportional operator;

3rd Single Port Motor Spool for controlling conveyor speed on sander. This section shall have a 16 GPMCompensator, 12 VDC 100 HZ PWM proportional operator;

4th Single Port motor spool for controlling spinner speed on sander. This section shall have an 8 GPM compensator; 12VDC 100 HZ PWM proportional operator;

5th Single Acting Section for controlling dump body up/down functions; 45 GPM compensator; 12VDC 100 HZ PWM proportional operator;

6th Double Acting Section for controlling plow left/right functions; 8 GPM compensator; 12VDC 100 HZPWM proportional operator.

7th Double Acting Section for controlling plow left/right functions; 8 GPM compensator; 12VDC 100 HZPWM proportional operator.

Specify Mfr. & No. _____________________________________

Valve shall be ParkerVP-170 Part Number 463-9207-004.

Specify Mfr. & No. _____________________________________

COMPLIES ___YES NO___SANDER CONTROLS: Vehicle shall be equipped with a ground speed -oriented, four channel (Conveyor, Spinner, Pre Wet, Anti-Ice) electric over hydraulic spreader control system. All spreader control electronics must be mounted inside the cab. Spreader control display shall be a 10” HDMI camera ready color touch screen interface capable of displaying application rates and up to two (2) camera images on the same 10” display.

1. The spreader controller shall be capable of operating a sander with auger/conveyor, spinner, pre-wetting system, and 3 boom, one or two tier Anti-Ice systems. Each function shall operate individually or simultaneously without additional controller hardware.

2. Spreader control system shall be capable of ground speed orientated Closed or Open Loop operation. Controller will be capable of spreading in Lbs./gallons per mile (linear spreading) or Lbs./gallons per lane mile (area spreading). The system controller shall be capable of ground speed oriented, calibrated open loop granular dispensing in lsl/mile or lbs./lane mile. System shall provide a means for operator to reset and/or indicate current volume of liquid in anti-ice and pre-wet tank(s) as part of power-up routine. System shall display current liquid volume in tank(s) while pre-wet and/or anti-ice system is active. The system controller shall be capable of managing of up to three Anti-ice boom operations with individual boom selection in a single or dual tier arrangement.

ITB No. 8403 Revised 05/2012 Page 11

Page 12: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

3. Spreader control system will use Microsoft Windows based programmable software.

4. The controller shall be capable of Temp Response TM operating mode, automatically applying material in correlation to measured road temperature.

5. The controller shall include Load and Rate Calculation ™ to set spreading rates and track remaining materials for all granular and liquid materials.

6. The controller shall include the capability of ground speed oriented control of a hydraulically driven, closed loop gate height for a spreader body with a center conveyor.

7. Spreader controller shall have a single 10” Color HDMI Display. Display shall be remotely mounted with adjustable swivel bracket. Display shall be capable of simultaneous display of Granular, Pre-Wet, and Anti-Ice application rates. Display shall also show other sensors (Temp, GPS, etc.) as well as actual ground speed and all active alarms. Display will show application rates for Truck only, Truck and Trailer or Trailer only. Display will be capable of two (2) camera images on the same touch screen. A second display for camera feedback is not acceptable. Displayed camera images must have the ability to be event triggered for automatic full screen operator feedback.

8. Spreader controller must provide “on-screen help” documentation of all main operating functions as well as on screen diagnostics for system issues. On-screen help shall be sufficient to enable users to operate the system by following the on screen instructions, without referring to the printed operations manual.

9. System shall alarm either audibly or visually for the following conditions: off rate, sensor failure, low liquid remaining, low liquid flow shutoff.

10. Material rate adjustment (+/-), granular or liquids, shall be by touch screen actuation. Touch screen actuation shall cause the display to respond accordingly: The first touch shall cause the display to show the current rate set point. The second screen touch and all subsequent actuations shall increase or decrease the current rate set point. The controller shall have the ability to program the rate increment adjustments for each single touch.

11. System shall provide up to ten (10) password protected application rates in each of granular, Anti-Ice, & Pre-Wet materials. Controller must provide the ability to name each material with up to five characters. Rate increments shall be individually settable for each material. Controller will have the ability to activate only calibrated materials for application by the operator.

12. The controller shall offer multiple layers of access control to set up files: a) “Factory standard” password protected access to operating functions and setup files; b) Supervisor re-set capability for each password;c) “Laptop computer only” access control for higher security.

13. The controller shall have a Blast feature that is capable of operating as: Latched On, Timed On or Momentary On. Blast is active only while operator is activating Blast switch and is disabled in absence of ground speed signal. The controller will default to the pass (sander pause) mode upon startup of the system to prevent spreading in the yard or shop.

ITB No. 8403 Revised 05/2012 Page 12

Page 13: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

14. Wiring Design: The system controller shall have one each from each hydraulic valve coil wired to a common ground point. The system must supply pulsed (PWM) +12 volt power to the other lead for each individual valve coil. For safety reasons, grounding or cutting any wire at any point between any valve coil and the controller must not cause any valve to actuate. Spreader control will include a startup Channel SafeTM safety check to verify signal continuity between controller and each individual coil.

a. The system shall include minimum rated IP68 connections for all “outside the cab” connections. Valve connections shall be M12 and Deutsch inside the valve enclosure. Valve connections outside the enclosure are not allowed.

b. Each M12 to Deutsch valve connection shall incorporate a LED diagnostic light providing a technician or operator visual confirmation as to the signal integrity from the spreader controller to electrically activate the Auger, spinner, Pre wet and Anti-Ice valve coils. The four diagnostic LED’s will be housed in a single sealed IP68 rated 4 port hydraulic output junction box , M12 connections, located in the valve enclosure and routed into the cab connecting to the spreader controller. Each M12 connection will have a label identifying its function.

15. The spreader controller shall be capable of collecting time, date and location stamped events for all operating modes, errors and alarms, and for all material dispensed. The system shall be capable of recording digital or analog data that comes from up to 4 sensors (such as granular hopper level, gate height opening, granular material flow, plow position, hydraulic pressure, etc.). The spreader control system shall be capable of collecting and storing position data directly from a compatible GPS antenna without additional hardware as well as collecting and storing temperature from a vehicle mounted temperature sensors.

16. Data Collection: System must contain at least 2 gigabyte of non-volatile memory on board and have capacity to store spreading data for a minimum of 224 days at 24 hours per day (5,376 continuous spreading hours.

17. Spreader control system must interface with Drive by Download ™ for automatic downloading of data in a wireless fashion directly to a base station computer without an intermediate device; system must be capable of downloading data at a minimum of 1.5 megabytes per second (mbps). System must be capable of storing downloaded data in a format that is compatible with the standard data input format for GIS systems (“shape file format”).

18. Spreader control system must be able to output its data in a standard serial data stream format to any brand AVL system that is able to accept serial data.

Specify Spreader Control Mfr. & No. __________________________

COMPLIES ___YES NO___HYDRAULIC JOYSTICK CONTROLS: Vehicle shall be equipped with a 12 VDC, pulse width modulated PWM, proportional joystick system for hydraulic device control. At a minimum, the joystick control shall be capable of controlling five (5) hydraulic cylinder devices and up to 20 fully proportional channels from one system. Joystick system will be defined as the operator interface (joystick itself) and the CAN Bus joystick control unit. Connection between joystick and control unit is through a single CAN Bus cable. Joystick control system must be mounted inside the cab.

ITB No. 8403 Revised 05/2012 Page 13

Page 14: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

1. Joystick operator interface shall be a single handle device incorporating six color coded function buttons with integrated LED lights for night time identification. Two of the function buttons will connect to the sander controller for Sander “PASS” and Sander “BLAST”. The joystick shall include a trigger style programmable safety interlock. Joystick will include 3-axis movement (X, Y and Z) for each of the four cylinder function control buttons. Joystick shall be a True Hall effect (magnetic) with no mechanical contacts.

2. Joystick controller shall utilize Mako-IITM, Windows compatible program to configure the joystick, set individual speed of each axis of motion (20 total) individually without additional wiring or hydraulic modifications.

3. During each power up cycle of the joystick system an automatic self-test using Safe StickTM and Channel SafeTM technology shall verify signal continuity between each programmed function on the single handle joystick to the controller and from the controller to each individual valve assembly coil. In the event of an error detected by the self-test system, a message will be displayed alerting the operator. In addition to the displayed message the axis of motion detected to have the error will automatically be shut down by the controller. All other axis of motion verified to be operational will be available for use.

4. Joystick control system must incorporate a safety “PANIC” feature to stow programmed implements to their home position when required. The PANIC feature is to be a single button momentary operator interface included on the single joystick. A remote switch is not acceptable. Implements to be designated for movement during a PANIC situation will be done using the Mako-IITM trim program.

5. Joystick system will be capable of engaging a “plow saver” power float system using the movement of the joystick. A remote ON/OFF switch for engaging the power float system is not acceptable.

6. Joystick system wiring will utilize a single CAN Bus cable between the single handle joystick and cab mounted control unit. Wiring from the control unit to the valve enclosure will be through IP68 rated eight (8) or four (4) port sealed M12 valve junction boxes. Connection to the individual coils will be through IP68 rated M12 to Deutsch connectors. Each IP68 rated valve junction box will include a dedicated LED diagnostic trouble shooting light for each individual cylinder function. Each LED shall be labeled with the function name. Valve junction box connectors shall be mounted inside the valve enclosure.

Specify Joystick Controller Mfr. & No. ______________________________

Electronic cable shall utilize weather pack connectors.

COMPLIES ___YES NO___HYDRAULIC OIL TANK: Vehicle shall be equipped with a minimum 40-gallon hydraulic oil tank constructed of 10-gauge steel with drain valve. Tank will be mounted on the right hand side and shall be securely fastened to the frame. Top of the hydraulic tank shall be 4" higher than the top of the vehicle frame. All filters including return line filter must be Parker approved. Tank must be able to be filled with the bed in the down position. Top of tank shall have an approximate 2-inch drop from the frame rail side of the tank to the outside edge of tank to facilitate the drainage of water. Tank shall be equipped with an oil level sensor that communicates to the hydraulic control system.

Specify Return Line Filter Mfr. & No. _______________________________

ITB No. 8403 Revised 05/2012 Page 14

Page 15: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

Return line filter shall be firmly mounted inside of the vehicle frame for protection. Tank will be provided with a visual sight glass LENZ No. 550 - 5" or equal. Tank will be equipped with a metal filler neck (plastic or Fiberglass not acceptable), located on top, in the center as close as possible to the outside edge of tank. Filler neck will be 1 1/2" long, baffled, equipped with a pressurized cap and easily filled without raising dump body. Tank will be equipped with a baffle plate in the middle of the tank. Suction line will be positioned on the bottom front end plate of the tank, in the center.

Return line will be positioned on the top rear end plate of the tank in the center. Tank will also be equipped with magnetic drain plug on the bottom of tank and in the center. A 6" X 8" inspection cover will also be furnished on top of the tank for access to the interior of the tank.

Specify Sight Glass Mfr. & No. _______________ Specify Inspection Cover Dimensions _______________

COMPLIES ___YES NO___HYDRAULIC MANIFOLD: Vehicle shall be equipped with a hydraulic manifold mounted on the right hand side of the vehicle between the dump body and cab and be equipped with three (3) quick couplers (male #4, #6 and #8). A manifold shall also be furnished on the front of the vehicle with three (3) outlets with #4 quick couplers (male). Sander manifold shall extend approximately 12" - 14" from side of frame and shall be mounted on the frame. Plow manifold shall be recessed in the front bumper on the right hand side. High pressure hydraulic bulkhead fittings will be used on the plow and sander manifolds. No black or galvanized pipe fittings will be allowed on the pressure side.

COMPLIES ___YES NO___HYDRAULIC HOSES: Vehicle shall be equipped with Parker hoses as detailed in the following list. Hoses must have JIC type fittings and quick couplers are to be Series 60 Parker. All hoses must be routed so as not to conflict with any other vehicle components.

1. One (1) 881-24 Suction Hose, Tank to Pump. 2. One (1) 301-16 Pressure Hose, Pump to Main valve. 3. One (1) 301- 8 Pressure Hose, Sander Valve to Sander Spinner. 4. One (1) 201-16 Return Hose, Sander to Tank. 5. One (1) 301-8 Pressure Hose, Main Valve to Plow Lift. 6. Two (2) 301-8 Pressure Hoses, Main Valve to Plow Reverse Mechanism. 7. One (1) 301-12 Pressure Hose, No. 1 Sander Valve to No. 2 Sander Valve. 8. One (1) 301-12 Pressure Hose from No. 2 Sander Valve to Sander Auger.9. One (1) 301-12 Pressure Hose from Main Valve to Bed Lift Cylinder. 10. One (1) 201-16 Return Hose from Main Valve to Return Filter. 11. One (1) 201-16 Return Hose from Return Filter to Tank.

NOTE: Reusable or crimp type fittings are acceptable. Both ends shall be swivel type for ease of uncoupling and will be 45-degree tube elbows. 90 degrees long sweep hydraulic fittings are acceptable. Black or galvanized pipefittings are NOT acceptable. Hydraulic hose protectors will be required on all hoses coming in contact with metal surfaces. Hose protectors Manufactured by EPHA Incorporated. Hermiston, Oregon or equal . Hoses are to be routed as to not conflict with vehicle components.

COMPLIES ___YES NO___DUST PLUGS AND CAPS: All hose ends and manifold ends shall be furnished with dust plugs and caps for sealing outlets when not being used.

ITB No. 8403 Revised 05/2012 Page 15

Page 16: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

COMPLIES ___YES NO___WIRING: All additional wiring will be enclosed in an automotive type loom. All connections to be weather pack connectors.

COMPLIES ___YES NO___SWITCHES: All add-on switches shall be OEM type switches clearly marked with engraved plastic or metal labels.

WELDING: COMPLIES ___YES NO___ Continuous welds on all seams. Skip welds will not be acceptable. All metal shall be thoroughly cleaned, acid etched, and primed. All exterior metal shall be painted, in addition to priming. All welded joints shall be cleaned and

primed. There shall be no sharp corners on the unit that will cause injury. All corners that could cause

injury must be slightly rounded and ground smooth. All welds shall be free of slag inclusions and under cut. Fillet weld sizes shall be equal to the

thickness of the least of the jointed plates. All material installed shall be new and free of rust. All welding must meet or exceed American Welding Society Standards. All welding must be accomplished by AWS certified welders.

MANUALS: For each unit as built: 1. One (1) Parts Catalog.2. One (1) Shop Manual.3. Three (3) Operator's Manuals.4. One (1) Training DVD.5. One (1) Electrical System schematics/drawings.

Manuals may be made be available in “Hard Copy”, DVD or Online format.

ITB No. 8403 Revised 05/2012 Page 16

Page 17: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

The following are specifications for optional accessories or attachments that may be ordered either in addition to, the standard 56,000 GVW Dump Truck Body. The vendor will be advised at the time the purchase order is placed, how the vehicle is to be configured. The vendors will be responsible for providing these items as well as installation and delivery. Diagrams referenced in this section can be found embedded in PDF format on Page 25. Pricing page for optional equipment can also be found on page 25.

SPECIFICATIONS FOR 8 CUBIC YARD HOPPER TYPE SANDERS

GENERAL: The following sander is to be used in a standard dump body configuration.

The purpose of these specifications is to obtain 8 cubic yard capacity sanders for mounting in dump bodies. Sander shall be capable of spreading sand or salt on the highway in a controlled pattern for up to two (2) lanes. Sanders bid must be hydraulically powered with separate hydraulic motors furnished for the conveyor and spinner. Both will be powered by independent hydraulic circuits on the vehicle. Hydraulic circuits for the sander will have the relief set at 1,800 P.S.I.

Sanders bid shall be of manufacturer's current design, model and production. All sanders provided must be equipped with the NDOT Spinner Guard (See Attached Diagram D8) . Discontinued models will not be acceptable.

Sanders must be mounted seven and one-half inches (7 ½”) back from the front of the dump bed or tarp roller if tarp is installed.

COMPLIES ___YES NO___PREWET SYSTEM: Sanders must include a Pre-Wet System with the following plumbing requirements: 8 Cubic Yard Sanders require four (4) 100-gallon polyethylene tanks vented, baffled and plumbed for adequate brine filling and distribution. COMPLIES ___YES NO___FILLING: Requires (two) EZ to access cam-locked mounted couplers, one on each side of sander, 1 ½” Cam Lock Coupler “Male”. After the coupler there must be an in-line, ball type shut off valve connected to 1-1/2” Schedule 80 PCV pipe plumbed to the upper section of each of the brine tank reservoirs for filling the system.  A 2 inch cross over hose plumbed to the lower part of the tanks must be provided between the two tanks on each side of the sander providing an equal flow from all of the brine tanks mounted on the sander. Each tank must have its own top mounted vent large enough that it doesn’t restrict flow into the tanks. All threaded connections to plastic tanks must be through a four bolt clamp type connection that will provide the needed pipe thread size. Drains must be installed in the lowest part of the system that will provide complete drainage of the system when not in use.

The left rear tank must have a horizontal liquid level switch (Grainger Part Number 2XC13 low-level switch or equal) mounted in the tank and wired to an electrical relay (AC Delco PN #25609047) and Pig Tail (Napa PN#9185 or equals) that will stop the electrical power to the brine pump when the liquid level nears empty. 

Specify Mfr. & No. of Low-Level Switch _______________________________

Specify Mfr. & No. of Electrical Relay _________________________________

Specify Mfr. & No. of Pigtail _________________________________________

ITB No. 8403 Revised 05/2012 Page 17

Page 18: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

COMPLIES ___YES NO___TANK DELIVERY SIDE: No delivery hose or pipe can be less than ¾” inside diameter. The delivery line to the pump must be plumbed using a cross over between the right and left tanks using ¾” Schedule 80 PCV pipe and using a Tee at the center of the ¾” cross over connecting the delivery line going to the pump through a Vu-Flow strainer mounted before the brine pump. The pump to be used shall be a Varitech LDS-VBHPU-HSOL-4-PST Peristaltic pump and is to be mounted in a stainless steel housing. Any other pump will not be acceptable. Pump is to be powered by the hydraulic return oil of the sander.

Specify Pump Mfr. & No. _______________________________________

The supply line going to the spray bar can be a flexible type reinforced hose, ¾” inside diameter. The spray bar is made from a section of ¾” Schedule 80 PCV pipe with a cap at one end and 1/16” holes drilled every 1” providing brine coverage the width of the sand from the conveyors and securely fastened with the spray holes directing the liquid solution on to the sand.   COMPLIES ___YES NO___ELECTRICAL: Electrical components must be in the stainless steel housing supplied with the Varitech pump. All electrical connections will be weather pack type connectors.

Specify Enclosure Mfr. & No. _________________________________________

8 YARD BODY SIZE: To be 8 yard capacity designed to mount or dismount quickly in a standard 7' X 15' dump body without alterations to dump body or sander unit. Maximum width - 80"; inside hopper length - 15’; maximum height from dump body floor to top of hopper - 48" (50 ½” with skids).

Specify Width______ in. Specify Inside Length______ ft. Specify Height______ in.

COMPLIES ___YES NO___CONSTRUCTION: Sanders shall be constructed of minimum 10 gauge 304 Stainless Steel. Body sides to have at least 45 degrees pitch to ensure free flow of materials to conveyor. Sides, ends and side supports to be minimum 10 gauge 304 Stainless Steel. Body shall be rigidly constructed and top edge of body to be inverted "J" formed for extra strength.

Body sills to be at least 3/16" 7 GA. 304 Stainless Steel with "Formed-In" chain shield supports and continuously welded to sides to reduce corrosion pockets. Floor will be 3/16" 7 GA. 304 Stainless Steel welded to body sills. Hopper ends to be continuously welded to sides. Body sills lower flange to rest, 3/16" 7 GA. 304 Stainless Steel “formed hat section" cross sills.

There shall be a minimum of 7, full slope type side supports and shall tie cross sills, sides and long sills together in one strong rigid unit.

On units that require wetting systems tanks, hat section cross sills must be extended to support the tanks, with tank stops at each end. Spliced sills or other add-on supports are not acceptable. Sanders will be furnished with four (4) 5/8" X 36", threaded (U.S.S. std. thread.) steel rods (one-piece construction) and four (4) 4" long, hold down brackets constructed of 2-1/2" X 2-1/2" X 3/8" 304 Stainless Steel angle. All sanders are to be provided with lifting eyes located on the four top corners. Eyes are used to lift sanders in and out of the dump body and to store the sanders by suspending them by chain from sander racks.

ITB No. 8403 Revised 05/2012 Page 18

Page 19: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

Fifteen foot hoppers must be supported on (2) 2 ½” X 2 ½” X ¼” X 155” long 304 stainless steel square tube skids with continuously welded end caps. Skids are to be spaced 40” outside to outside.

Specify Type & Gauge of Steel________ Specify Slope______

Specify Size of Steel Rods______________________________

Specify Length of Hold-Down Brackets___________________

Specify Size & Type Steel for Hold-Down Brackets_________

SAND DEFLECTORS

COMPLIES ___YES NO___SIDE SAND DEFLECTOR : 3/16” x 4” 304 stainless steel to run full length of outside top edge of sander box between chain lift boxes with ¼” x 1” x 6” 304 stainless steel welded 90 degrees and spaced 12” apart the full length of the deflector to the sander box.

COMPLIES ___YES NO___FRONT SAND DEFLECTOR: Width of the front of sander box at top edge between chain lift boxes, 3/16” x 5” x 9” constructed of 304 Stainless Steel with 60 degree bend with 5” sides welded to box and 9” facing up outside panels and front bracing.

COMPLIES ___YES NO___AUGER RELIEF : 2-3/16” x 16” x 8’ steel welded together at 90 degree angle installed inside of the front of sander box 14” down from bottom of 4” I beam with back brace on end and welded to front inside of box.

COMPLIES ___YES NO___"I" BEAM: A 4" X ¼” square tubing mounted on the top of the hopper body and extending from the front to the rear in the center of the body will be used to support the screens. The square tubing beam will be braced in the center with 2” black pipe extending diagonally from the tubing beam to the inside wall and the outside side support jack of the hopper on each side. This will facilitate the loading and unloading of the sander on the vehicle by lifting at only one center point. The tubing beam shall be bolted to the hopper ends and center bracing so that it can be removed.

COMPLIES ___YES NO___COVER: Grid type covers will be furnished and constructed of not less than 1/2" diameter rod with 2-1/2" X 2-1/2" openings. Cover shall be hinged in four (4) or more sections at the bottom of the square tubing. Frame shall be constructed of 1-1/2" X 1-1/2" angle iron with a minimum 1/4" thickness. Covers will be below "I" Beam so beam will contact bucket when loading sander, not covers.

Specify Diameter of Rod_____________________________

Specify Size of Openings____________ X__________ inches

COMPLIES ___YES NO___CONVEYOR: Overall width shall not be less than 24". The conveyor drag chain shall be self-cleaning and consist of two heavy duty strands of formed, heat treated alloy steel pintle chain. Chain shall have a minimum of 21,000 lbs. tensile each strand. 7/16" diameter heat treated pins shall be exposed to prevent corrosion and

ITB No. 8403 Revised 05/2012 Page 19

Page 20: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

seizing. Conveyor chain shall have a crossbar on every other link. Standard link for chain shall have 3/8" X 1-1/2" cross sections. Drive will be provided by a gear box with a 50:1 ratio.

Driving and idler sprockets shall have a minimum of eight teeth and shall be self-cleaning assembled on a minimum 1-1/4" diameter cold finished steel idler shaft. Driving and idler sprocket drive shaft will be mounted on ball bearings at each end. Driving shaft will connect to gear box with a 304 stainless steel, keyed coupler.

Specify Overall Width __________ in.

Specify Gear Box Ratio__________

Specify Chain Tensile Strength__________ lbs. each

Conveyor bearings will be equipped with zerk type grease fittings. The front conveyor bearings will be equipped with high-pressure rubber grease tube extensions running from the bearing on each side to the top side of the hopper on each side for ease of greasing when mounted in a dump body.

Specify Type of Motor_________________________________

There shall be provisions at the rear or chute end of the conveyor for two (2) heavy-duty screw type idler adjustments to allow 4" of travel for proper conveyor chain tension. Conveyor will be provided with belt sealers or metal chain shield over the drive sprockets. Chain shields will also be provided for protection of chain links, chain shields will be built into the hopper weld and will be bolted in and replaceable. Chain shields must be flush with the surface of the side sheets. Chain shields that bolt on top of the side sheets are unacceptable. A belt type wiper on the rear bottom rollover plate will be provided. Conveyor rollover plate shall be 3/16" thick and replaceable.

COMPLIES ___YES NO___SPINNER AND CHUTE: Chute shall be constructed of 10 GA. 304 stainless steel bolted to the rear of conveyor and constructed so as to direct flow of material from conveyor to spinner. Spinner shall be mounted to bottom of chute having four adjustable material deflectors surrounding it. Chute shall have a minimum of 12" vertical adjustment and be of such length that spinner can be adjusted to 18" ground clearance when sander is mounted in bed of dump body. Spinner disc will be a minimum of 18" diameter and made of 10 GA. 304 stainless steel. Flights shall be constructed of hi-test abrasive resistant, carbon steel or 304 stainless steel.

There shall be a minimum of 3" of clearance between top of the flights or spinner blades. Spinner shall be driven by an "Orbital" type hydraulic motor, mounted to chute above the spinner and coupled directly to the spinner. Spinner hub shall be keyed to the motor shaft and must be bolted to the center of the motor shaft to prevent it from falling off. Vendor must fabricate, mount and paint the NDOT Spinner Guard to match the sander and vehicle color. (See Attached Diagram D8).

COMPLIES ___YES NO___HYDRAULIC LINES: Sanders will be equipped with three schedule 80 black iron pipes running full length of sander on right side midway up the side. Top pipe will be 1/2" - pressure for spinner motor. Middle pipe will be 3/4" - pressure for conveyor motor. Lower pipe to be 1 - return for both motors. Two high-pressure hoses will be provided to connect hydraulic motors to pressure pipes. Two low-pressure return hoses will connect motors to return pipe.

ITB No. 8403 Revised 05/2012 Page 20

Page 21: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

COMPLIES ___YES NO___SANDER LADDER: Shall be fabricated from 1” pipe and ladder rung material. The rungs shall be evenly spaced at 11 3/8” from the top of the platform to the top of the top landing. Landing shall be made from 12” galvanized plank. The platform shall be made of five (5) pound heavy grating. The lower three (3) steps in the bumper shall be evenly spaced at 13” from the top of the platform to the top of the bottom step. The bottom step shall be flexible to prevent damage.

Material list for Sander Ladders: ➊18’ of 1” black pipe.➋19” of 12” plank.➌10’ of ladder rung.➍20’ of ¼” x 1” flat bar.➎5’ of ¼” x 4” flat bar.➏2’ of ¼” x 2” x 3” angle iron.➐3’ of ¼” x 2” flat bar.

COMPLIES ___YES NO___COLOR: The complete unit shall be primed with etching catalyzed primer. The complete unit being provided is to be painted PPG Delta “School Bus Yellow” #80970 or equal (maybe single stage or dual stage paint) at a thickness of 5 mil. Painted areas are to include sander, NDOT spinner guard and ladder (as applicable). No chrome or aluminum is to be painted.

Specify Color Mfr. & No.________________________

COMPLIES ___YES NO___MANUALS: One each of the following manuals will be provided and delivered with sander:

1. Parts Catalog – One (1) for each sander.2. Shop Manual – One (1) for each sander.3. Operator's Manual – One (1) for each sander.4. Installation Manual – One (1) for each sander.

Manuals may be provided in “Hard Copy”, DVD or Online format.

WARRANTY: Will be covered by manufacturer’s standard warranty.

TRAINING: The successful bidder will be requested to provide a qualified factory authorized service representative to provide four (4) hours mechanical and four (4) hours operator training (for each unit) at the end users location in Reno, Elko, Tonopah and Las Vegas for an estimated 5 to 50 employees.

ITB No. 8403 Revised 05/2012 Page 21

Page 22: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

ONE-WAY PLOW MOLDBOARD

GENERAL: Moldboard for snow plow bid shall be new and shall include all of the latest improvements in design and construction whether in the manufacturer's current literature or not. Moldboard is to be made from one single sheet of steel. Steel for moldboard will be 3/16". Ribs shall be 1/2" thick - 4 "depth. All parts not specifically mentioned, but necessary in order to provide a complete moldboard, shall be furnished by the successful bidder and shall conform in strength, quality of material and workmanship to what is customarily provided to the trade in general. All welding must meet or exceed American Welding Society Standards.

PUSH FRAME MOUNTING: (If NDOT chooses to request units to be provided with snow plows). Vendor is required to manufacture and install the standard NDOT Plow Mount Frame Assembly. (Refer to Diagrams D2 and D3).

OVERALL MOLDBOARD LENGTH: Approximately 170".

Specify Overall Length: ___________________________

CUTTING WIDTH (AT 35º): Approximately 122".

Specify Cutting Width at 35º: _____________________

HT. W/6" CUTTING EDGE (HIGH END): Approximately 58".

Specify Height: ______________________________

HT. W/6" CUTTING EDGE (LOW END): Approximately 30".

Specify Height: ______________________________

COMPLIES ___YES NO___SNOW DEFLECTOR: Units must be provided with an installed 12" rubber snow deflector.

WEIGHT: Approximate Weight 1900 pounds.

Specify Weight: _____________________________

COMPLIES ___YES NO___REINFORCEMENT: Moldboard to be vertically reinforced with a minimum of 5 ribs full radius of moldboard. Bottom of moldboard to be reinforced with minimum 4" X 4" X 5/8" angle gusseted every 12" with half inch plate and 8" X 5" X 7" X 3/8" thick formed steel plate welded full length at bottom of back side of plow. (Refer to Diagram D6).

Specify Type Reinforcing: ______________________

THICKNESS: Moldboard shall be a minimum of 3/16", ASTM 569 steel. COMPLIES ___YES NO___

Specify Thickness: ______________________________

ITB No. 8403 Revised 05/2012 Page 22

Page 23: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

COMPLIES ___YES NO___CUTTING EDGE : Shall be punched to AASHTO Standards, 5/8" bolt holes on moldboard and to line up with plow blades. Moldboard must accept 3 four foot cutting bits. Cutting edge blades will be furnished by Nevada Department of Transportation.

PITCH: Shall be in accordance with attached Diagram D4. COMPLIES ___YES NO___

COLOR: The complete unit shall be primed with etching catalyzed primer. Complete unit to be painted PPG Delta # 80970 or equal (may be single or dual stage) at a thickness of 5 mil paint.

Specify Mfr. & Color No.: __________________________

WARRANTY: Moldboard to be covered by manufacturer's standard warranty, a copy of which must be submitted with the bid.

COMPLIES ___YES NO___WELDING: Units must have continuous welds on all seams. Skip welds are not acceptable. All welding to be per current industry standards that meet or exceed American Welding Society recommendations. All metal shall be thoroughly cleaned, acid etched and primed. All exterior metal shall be painted in addition to priming. All welded joints shall be cleaned and primed. There shall be no sharp corners on the unit that will cause injury. All corners that could cause injury shall be slightly rounded and ground smooth. All welds shall be free of slag inclusions and under cut. Fillet weld sizes shall be equal to the thickness of the least of the joined plates.

All material installed shall be new and free of rust. Snow Plow shall be free of all cracks, dents and defects due to metal fatigue or physical damage.

SPECIFICATIONS FOR11 FT. REVERSIBLE SNOW PLOW MOLDBOARD

GENERAL : Moldboard for snowplow bid shall be new and of standard production and shall include all of the latest improvements in design and construction whether in the manufacturer's current literature or not. Steel for moldboard will be 3/16". Ribs shall be 1/2" thick - 4 "depth. All parts not specifically mentioned, but necessary in order to provide a complete moldboard, shall be furnished by the successful bidder and shall conform in strength, quality of material and workmanship to what is customarily provided to the trade in general. All welding must meet or exceed American Welding Society Standards.

NOTE : If NDOT requests that the vehicle be provided with a reversible mounted plow, it is required that the plows be mounted centered on the front of the vehicle.

CUTTING WIDTH - 0 DEGREES: Approximately 11'.

Specify Cutting Width: ______________________________

CLEARING WIDTH - 35 DEGREES: Approximately 9' 2".

Specify Clearing Width: _____________________________

CENTER HEIGHT: Approximately 40".

Specify Center Height: _______________________________

ITB No. 8403 Revised 05/2012 Page 23

Page 24: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

END HEIGHT: Approximately 58".

Specify End Height: ________________________________

WEIGHT: Maximum 2400 lb.

Specify Weight: ____________________________________

COMPLIES ___YES NO___REINFORCEMENT: Moldboard to be vertically reinforced with a minimum of 7 ribs full radius of moldboard. Bottom of moldboard to be reinforced with minimum 4" X 4" X 5/8" angle gusseted every 12" with half inch plate and 8" X 5" X 7" X 3/8" thick formed steel plate welded full length at bottom of back side of plow. Refer to Diagram D1.

Specify Type Reinforcing: ______________________

THICKNESS: Moldboard shall be a minimum of 3/16", ASTM 569 steel.

Specify Thickness: ______________________________

COMPLIES ___YES NO___CUTTING EDGE: Shall be punched to AASHO Standards, 5/8" bolt holes on moldboard) and to line up with the plow blades. Cutting edge blades will be furnished by Nevada Department of Transportation.

COMPLIES ___YES NO___SNOW DEFLECTOR: Units must be provided with an installed 12" rubber snow deflector.

COLOR: The complete unit shall be primed with etching catalyzed primer. Complete unit to be painted PPG Delta # 80970 or equal (may be single or dual stage) at a thickness of 5 mil paint.

Specify Mfr. & Color No.: __________________________

WARRANTY: Moldboard to be covered by manufacturer's standard warranty, a copy of which must be submitted with the bid.

WELDING: Units must have continuous welds on all seams. Skip welds are not acceptable. All welding as per current industry standards that meet or exceed American Welding Society recommendations. All metal shall be cleaned thoroughly, acid etched and primed. All exterior metal shall be painted in addition to priming. All welded joints shall be cleaned and primed. There shall be no sharp corners on the unit that will cause injury. All corners that could cause injury shall be slightly rounded and ground smooth. All welds shall be free of slag inclusions and under cut. Fillet weld sizes shall be equal to the thickness of the least of the joined plates. All material installed shall be new and free of rust. Snow Plow shall be free of all cracks, dents and defects due to metal fatigue or physical damage.

ITB No. 8403 Revised 05/2012 Page 24

Page 25: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

PRICING FOR OPTIONAL EQUIPMENT: Vendors are requested to provide pricing for the following items:

1. One way snow plow (Per specifications Diagram D4) Special Note to Vendor : If NDOT chooses to request units with snow plows, it will be necessary for the vendor to alsomanufacture and install the standard NDOT Plow Mount Frame Assembly. The Diagrams for this frame are included. ( See Diagrams D2 and D3) $___________

a. 10” offset to the right. $___________

b. Mailbox cut. $___________

2. 8 Cu. Yd. Sander with 400-gallon Pre Wet System and a Spinner Guard (Per Specification and Diagrams D7/D8/D9). $ ___________

3. Sprague Road Watch Infra-Red System (thermometers). $ ___________

4. Reversible Snow Plow (Per Specification and Diagrams D1/D5/D6). Special Note to Vendor: If NDOT chooses to request units be provided with snow plows, it will be necessary for the vendor to also manufacture and install the standard NDOT Plow Mount Frame Assembly. The Diagrams for this frame are included. (See Diagrams D2 and D3). $ ____________

a. Mailbox Cut $ ____________

5. Timbren Load Boosters. Depending on the clearance between the axle and the spring, either the Model HSR001 or HST001 may be used. The Timbren used must be preloaded approximate 1" when vehicle is unloaded without a snowplow mounted. $ ____________

6. Reversible Henke Alaskan Expressway Plow #EXP12AK. If NDOT chooses to request units be provided with snow plows, it will be necessary for the vendor to also manufacture and install the standard NDOT Plow Mount Frame Assembly. (See Diagrams D2 and D3). $______________

a. Mailbox cut. $______________

ITB No. 8403 Revised 05/2012 Page 25

Page 26: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

Item Unit Extended MSRPNo. Qty Description Price Price Price

3.1 9 DUMP BODIES: 304 Stainless steel dump body; _________ _________ _______ Shall be in accordance with specifications, special per each per eachterms and conditions of this bid solicitation.

Specify Mfr. & No. __________________________

Specify Warranty ____________________________

ADDITIONAL REQUIREMENTS

1) Bidders are encouraged to RECHECK BID PRICES FOR ERRORS prior to submitting bid, as changes in bid prices after opening date and hour of bid due to an error WILL NOT BE PERMITTED OR ACCEPTED. Bidder shall be required to furnish equipment at price or prices bid on or be penalized by being removed from bidder’s list for a period of one year.

2) The bidder certifies by signature on this bid that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in any Federal department or agency sponsored program.

3) Bidder submitting a bid for this solicitation shall be solely responsible for complying with all laws, including but not limited to, codes, statutes, regulations, and ordinances of the City, County, State, and Federal governments.

4) Authorized service, repair and parts shall be required throughout the State of Nevada as it is unknown exact locations where units are to be deployed. State Name, Address and Phone Number of service and repair locations available along with response time and any stipulations.___________________________________________________________________________________________________________________________________________________________________________________________________________________________

State response time after initial call for service. ________ Hours.

5) All vehicles bid on must meet the latest Federal Safety Regulations and be manufacturer’s current listed model.

6) All vehicles bid on must meet the requirements of the Nevada Revised Statutes, Chapter 484 as applicable.

7) All vehicles bid on must meet the requirements of the Nevada Revised Statutes, 482.318 et seq.

8) All vehicles bid on must meet the requirements of the Nevada Revised Statutes, 482.135.

ITB No. 8403 Revised 05/2012 Page 26

Page 27: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

9) All models shall be manufacturer's current listed model.

10) If equipment is delivered minus any part, item or accessory issued as standard manufacturer's equipment, and/or as specified by the State, the successful bidder will be immediately notified. If the missing part, item or accessory cannot be provided and installed within 72 hours, the State reserves the right to buy the item or part from another source and bill the successful bidder for the cost including installation.

11) All equipment, included in the base body description or optional, must be factory installed when it is factory available. The Nevada State Purchasing Division, the purchasing local government or political subdivision whichever is applicable must receive prior notification whenever any local installation is to be performed. Any equipment included in the base body description that is to be locally installed must be clearly listed. Any options that will be locally installed must be so noted.

12) Bidder is required to submit descriptive data or printed specifications describing COMPLETE UNIT bidding. Failure to comply with this request may be cause for non-acceptance of bid.

13) BRAND NAMES: Unless otherwise stated “No Exceptions”, brand names mentioned in these specifications are for reference only and are intended for the purpose of assisting in describing the need, use, and quality of the item. The contractor will identify any alternate item(s) and it is the State’s prerogative to either accept or reject any alternative item(s).

14) Proof, satisfactory to the State, must be provided by Bidder to show that any alternate article is equal to, or exceeds the bid specifications in design and performance. Complete and detailed comparative documentation for equipment other than requested in this solicitation is required to be submitted with bid. Equivalent items may be subject to performance testing.

15) The completed units shall be delivered to Nevada by rail or truck transport. These units may be driven (by a bonded driver), if it is within a 500 mile radius of destination. Any deviation from this must have prior approval by the Nevada State Purchasing Division.

16) For purposes of addressing questions concerning this solicitation, the sole contact will be the Purchasing Division’s designee. Upon issuance of this solicitation, employees and representatives of the agencies identified herein will not answer questions or otherwise discuss the contents of this request with any prospective vendors or their representatives. Failure to observe this restriction may result in disqualification of any bid. This restriction does not preclude discussions between affected parties for the purpose of conducting business unrelated to this procurement.

4. PAYMENT

4.1 Prices offered in bids are an irrevocable offer for the term of the contract and any contract extensions unless otherwise specified in the Additional Requirements of this ITB.

4.2 The State generally pays within 30 days upon receipt of invoice and the using agency’s approval. Per the State’s policy and procedures, payments are not made prior to receipt of goods.

Vendor’s Payment Terms _____________________________

ITB No. 8403 Revised 05/2012 Page 27

Page 28: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

4.3 Prompt payment discount periods equal to (or greater than) 30 calendar days will receive consideration and bid pricing will be reduced (for evaluation purposes only) by the amount of that discount(s).

Vendor’s Prompt Payment Discount Offered ____________________

4.4 Vendor’s prices contained in this bid are subject to acceptance within _________calendar days.

4.5 The price quoted is for the specified delivery, and, unless otherwise specified in the Contract, is FOB destination (freight included) to the delivery address. Unless otherwise specified in the Contract, the price does not include applicable federal or State sales, use, excise, processing or any similar taxes, or duty charges, which shall be paid by the State, or in lieu thereof, the State shall provide the Vendor with a tax exemption certificate acceptable to the applicable taxing authority. Unless otherwise specified in the Contract, payment shall be made in accordance with Nevada law to the Vendor.

4.6 The State requests MSRP prices in effect at the time of bid submittal for internal statistical purposes.

4.7 Purchasing Card Acceptance

In an effort to streamline the purchasing and payment process, the State is encouraging agencies to use the state contracted purchasing card to facilitate small dollar purchases. While at the present time it is not mandatory that contractors accept credit card purchases; contractors are encouraged to consider this alternate payment process.

Purchasing (Credit) Cards accepted: Yes __________ No __________

Payment discount for transactions involving card use: ___________ % Discount.

4.8 Delivery

Delivery will be completed within _______ calendar days after receipt of purchase order.

5. BID SUBMITTAL INSTRUCTIONS

5.1 Bids must be received at the address referenced below no later than 2:00 PM Pacific Time, January 26, 2016. Bids that do not arrive by bid opening time and date WILL NOT BE ACCEPTED. Vendors may submit their bid any time prior to the above stated deadline.

5.2 Bids may be submitted via mail, overnight delivery or facsimile.

5.2.1 Hard Copy Bid Submission: Must be submitted in a sealed package, the package must be clearly marked: Invitation to Bid No. 8403, Bid Opening Date: January 26, 2016.

Bid shall be submitted to:State of Nevada, Purchasing DivisionMarti Marsh, Purchasing Officer

ITB No. 8403 Revised 05/2012 Page 28

Page 29: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

515 E. Musser Street, Suite 300Carson City, NV 89701

5.2.2 Electronic Bid Submittal: Faxed bids shall be sent to 775-684-0169 ONLY. Bids sent to any other fax number will NOT be accepted. Awarded vendor will be required to follow up with an original signature of the submitted bid. Bids sent by fax must be sent with a cover page, the package must be clearly marked: Invitation to Bid No. 8403, Bid Opening Date: January 26, 2016.

5.3 The State Purchasing Division will not be held responsible for bid packages mishandled as a result of not being properly prepared.

5.4 The Invitation to Bid (ITB) Question Submittal Form is located on the Solicitation Opportunities webpage at http://purchasing.nv.gov. Select the Solicitation Status, Questions dropdown and then scroll to the ITB number and select the “Question” link.

The deadline for submitting questions is as specified in Section 5.5 ITB Timeline.

All questions and/or comments will be addressed in writing. An email notification that the amendment has been posted to the Purchasing website will be issued on or about the date specified in Section 5.5, ITB Timeline.

5.5 ITB TIMELINE

TASK DATE/TIME

Deadline for submitting questions January 12, 2016 by 5:00 P.M, PT

Answers to all questions submitted available on or about January 19, 2016

Deadline for submission and opening of bids January 26, 2016 @ 2:00 P.M., PT

Evaluation period January 26 – February 9, 2016

Selection of vendor on or about February 9, 2016

NOTE: These dates represent a tentative schedule of events. The State reserves the right to modify these dates at any time, with appropriate notice to prospective vendors.

5.6 This entire document and any amendments, if applicable, to this ITB must be returned as part of the vendor’s bid submission. Failure to comply with this requirement may be grounds for non-acceptance of the bid.

5.7 For purposes of addressing questions concerning this ITB the sole contact will be the Purchasing Division. Upon issuance of this ITB, employees and representatives of the agencies identified herein will not answer questions or otherwise discuss the contents of this ITB or any subsequent submitted bid responses with any prospective bidders or their representatives until issuance of formal NOA. Failure to observe this restriction may result in disqualification of any bid. This

ITB No. 8403 Revised 05/2012 Page 29

Page 30: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

restriction does not preclude discussions between affected parties for the purpose of conducting business unrelated to this procurement.

5.8 Sealed bids will be publically opened and read at the date, time and location specified within the ITB. Assistance for handicapped, blind or hearing-impaired persons who wish to attend the ITB opening is available. If special arrangements are necessary, please notify the Purchasing Division designee as soon as possible and at least two days in advance of the opening.

6. BID SOLICITATION, EVALUATION AND AWARD PROCESS

6.1 This procurement is being conducted in accordance with NRS Chapter 333 and NAC Chapter 333.

6.2 Bids must conform to all terms, conditions and specifications in this ITB.

6.3 Contractor agrees to comply with conditions of the Federal Occupational Safety and Health Acts of 1970 (OSHA) as may be amended, and certifies that all items furnished and purchased under this order will conform to and comply with said standards and regulations. Contractor further agrees to indemnify and hold harmless purchaser from all damages assessed against purchaser as a result of Contractor’s failure to comply with the acts and standards thereunder and for the failure of the items furnished under this order to so comply.

6.4 Pursuant to NRS Chapter 613 in connection with the performance of work under this contract, the contractor agrees not to unlawfully discriminate against any employee or applicant for employment because of race, creed, color, national origin, sex, sexual orientation or age, including, without limitation, with regard to employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including, without limitation, apprenticeship.

The contractor further agrees to insert this provision in all subcontracts, hereunder, except subcontracts for standard commercial supplies or raw materials.

6.5 Every contract or order for goods must be awarded to the lowest responsible bidder. (NRS 333.340(1)) To determine the lowest responsible bidder, the Purchasing Division may consider:

The location of the using agency to be supplied; The qualities of the articles to be supplied; The total cost of ownership of the articles to be supplied; The conformity of the articles to be supplied with the specifications; The purposes for which the articles to be supplied are required; and The dates of delivery of the articles to be supplied.

The Purchasing Division shall not be obligated to accept low bid, but will make an award in the best interest of the State after all factors have been evaluated. (NRS 333.300(2))

6.5.1 When the advertisement for bids includes a statement that bids for alternative articles will be considered, alternative articles will be considered in as much as they are determined

to: Meet or exceed the specifications of the article listed in the original request for

bids;

ITB No. 8403 Revised 05/2012 Page 30

Page 31: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

The purchase of the alternative article results in a lower price; and The Chief deems the purchase of the alternative article to be in the best interests

of the State.

6.6 Bids may be withdrawn by written or facsimile notice received prior to the ITB opening time. Withdrawals received after the ITB opening time will not be considered except as authorized by NRS 333.350(3).

6.7 The State reserves the right to alter, amend, or modify any provisions of this ITB, or to withdraw this ITB, at any time prior to the award of a contract pursuant hereto, if it is in the best interest of the State to do so.

6.8 Any unsuccessful bidder may file an appeal in strict compliance with NRS 333.370.

6.9 The Legislature, the Supreme Court, the Nevada Wing of the Civil Air Patrol (NRS 333.469), the Nevada System of Higher Education (NRS 333.470) and local governments (as defined in NRS 332.015) are intended third party beneficiaries of any contract resulting from this ITB and any local government may join or use any contract resulting from this ITB subject to all terms and conditions thereof pursuant to NRS 332.195. The State is not liable for the obligations of any local government which joins or uses any contract resulting from this ITB.

6.10 Vendors who enter into a contract with the State of Nevada and who sell tangible personal property in the State of Nevada are required to obtain a permit in accordance with NRS 372.125, and required to collect and pay the taxes imposed by law on the sale of tangible personal property in this State.

6.11 When applicable, submission of a bid must include any and all proposed terms and conditions, including, without limitation, written warranties, maintenance/service agreements, license agreements, lease purchase agreements and the bidder’s standard contract language. A review of these documents will be necessary to determine if a bid is in the best interest of the State.

7. TERMS AND CONDITIONS FOR PURCHASE OF GOODS

7.1 INCORPORATED DOCUMENTS: The Contract shall consist of this ITB, any amendments to this ITB if applicable, the vendor’s bid and all documentation contained therein, together with any subsequently issued purchase order(s) executed by a person with full power and authority to issue same on behalf of the State. A vendor’s bid shall not contradict or supersede any State specifications, terms or conditions without written evidence of mutual assent to such change appearing in the Contract.

7.2 NOTICE: Unless otherwise specified, termination shall not be effective until thirty (30) calendar days after a party has served written notice of default, or without cause upon the other party. All notices or other communications required or permitted to be given under this Contract shall be in writing and shall be deemed to have been duly given if delivered via email, personally in hand, by telephonic facsimile, regular mail, or mailed certified mail, return receipt requested, postage prepaid on the date posted, and addressed to the other party at the address specified above.

7.3 TERMINATION:

ITB No. 8403 Revised 05/2012 Page 31

Page 32: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

7.3.1 Termination Without Cause. Any discretionary or vested right of renewal notwithstanding, this Contract may be terminated upon written notice by mutual consent of both parties or unilaterally by either party without cause.

7.3.2 State Termination for Nonappropriation. The continuation of the Contract beyond the current biennium is subject to and contingent upon sufficient funds being appropriated, budgeted, and otherwise made available by the State Legislature and/or federal sources. The State may terminate the Contract, and the Vendor waives any and all claim(s) for damages, effective immediately upon receipt of written notice (or any date specified therein) if for any reason the Contracting Agency’s funding from State and/or federal sources is not appropriated or is withdrawn, limited, or impaired.

7.3.3 Cause Termination for Default or Breach. A default or breach may be declared with or without termination. The Contract may be terminated by either party upon written notice of default or breach to the other party as follows:7.3.3.1 If the Vendor fails to provide or satisfactorily perform any of the conditions,

work, deliverables, goods, or services called for by the Contract within the time requirements specified in the Contract or within any granted extension of those time requirements; or

7.3.3.2 If any state, county, city or federal license, authorization, waiver, permit, qualification or certification required by statute, ordinance, law, or regulation to be held by the Vendor to provide the goods or services required by the Contract is for any reason denied, revoked, debarred, excluded, terminated, suspended, lapsed, or not renewed; or

7.3.3.3 If the Vendor becomes insolvent, subject to receivership, or becomes voluntarily or involuntarily subject to the jurisdiction of the bankruptcy court; or

7.3.3.4 If the State materially breaches any material duty under the Contract and any such breach impairs the Vendor's ability to perform; or

7.3.3.5 If it is found by the State that any quid pro quo or gratuities in the form of money, services, entertainment, gifts, or otherwise were offered or given by the Vendor, or any agent or representative of the Vendor, to any officer or employee of the State of Nevada with a view toward securing a contract or securing favorable treatment with respect to awarding, extending, amending, or making any determination with respect to the performing of such contract; or

7.3.3.6 If it is found by the State that the Vendor has failed to disclose any material conflict of interest relative to the performance of the Contract.

7.3.4 Time to Correct. Termination upon a declared default or breach may be exercised only after service of formal written notice as specified in paragraph 6.2, and the subsequent failure of the defaulting party within fifteen (15) calendar days of receipt of that notice to provide evidence, satisfactory to the aggrieved party, showing that the declared default or breach has been corrected.

7.3.5 Winding Up Affairs Upon Termination. In the event of termination of the contract for any reason, the parties agree that the provisions of this paragraph survive termination:7.3.5.1 The parties shall account for and properly present to each other all claims for fees

and expenses and pay those that are undisputed and otherwise not subject to set off under the Contract. Neither party may withhold performance of winding up provisions solely based on nonpayment of fees or expenses accrued up to the time of termination;

7.3.5.2 The Vendor shall satisfactorily complete work in progress at the agreed rate (or a pro rata basis if necessary) if so requested by the Contracting Agency.

ITB No. 8403 Revised 05/2012 Page 32

Page 33: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

7.4 REPRESENTATIONS AND WARRANTIES: The Vendor represents and warrants to the State:

7.4.1 Bid Representations: All statements made by the Vendor on any application, bid, proposal, offer, financial statement, or other document used by the Vendor to induce the State to enter into the Contract are true, correct, complete, and omit no information which would render them misleading.

7.4.2 Use of Broker: The Vendor agrees to indemnify the State from any damage, liability, or expense that it may suffer as a result of any claim of a broker or other finder with whom it is determined that the Vendor has dealt in connection with the transactions contemplated under the contract.

7.4.3 Express Warranties: For the period specified in the NOA, Vendor warrants and represents each of the following with respect to any goods provided under the contract:7.4.3.1 Fitness for Particular Purpose: The goods shall be fit and sufficient for the

particular purpose set forth in the Contract.7.4.3.2 Fitness for Ordinary Use: The goods shall be fit for the purpose for which goods

of a like nature are ordinarily intended, it being understood that the purpose for the goods covered by the Contract are ordinarily intended for use in general government administration and operations.

7.4.3.3 Merchantable, Good Quality, No Defects: The goods shall be merchantable, of good quality, and free from defects, whether patent or latent, in material and workmanship.

7.4.3.4 Conformity: The goods shall conform to the standards, specifications and descriptions set forth in the Contract. If the Vendor has supplied a sample to the State, the goods delivered shall conform in all respects to the sample and shall be identified by the word "sample" and Vendor's name.

7.4.3.5 Uniformity: The goods shall be without variation, and shall be of uniform kind, quality, and quantity within each unit and among all units.

7.4.3.6 Packaging and Labels: The goods shall be contained, packaged, and labeled so as to satisfy all legal and commercial requirements applicable to use by a government agency, including without limitation, Occupational Safety and Health Administration material safety data sheets and shall conform to all statements made on the label.

7.4.3.7 Full Warranty: The foregoing warranties are "full" warranties within the meaning of the Magnuson-Moss Warranty -- Federal Trade Commission Improvement Act, 15 U.S.C. 2301 et seq., and implementing regulations 16 C.F.R. pts. 700-703, if applicable to this transaction.

7.4.3.8 Title: The Vendor has exclusive title to the goods and shall pass title to the State free and clear of all liens, encumbrances, and security interests.

7.4.3.9 Infringement; Indemnity: The Vendor warrants the purchase or use of the goods shall not infringe upon any United States or foreign patent, and the Vendor shall indemnify the State against all judgments, decrees, costs, and expenses resulting from any alleged infringement and shall defend, upon written request of the State, at its own expense, any action which may be brought against the State, its vendees, lessees, licensees, or assignees, under any claim of patent infringement in the purchase or use of the Vendor's goods. If the State is enjoined from using such goods, the Vendor shall re-purchase such goods from the State at the original purchase price. The State shall notify the Vendor promptly in writing of any such suit. If the State compromises or settles any such suit without the written consent of the Vendor, the Vendor shall be released from the obligations

ITB No. 8403 Revised 05/2012 Page 33

Page 34: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

of this paragraph and from any liability to the State under any statute or other rule of law.

7.4.3.10 Usage of Trade; Course of Dealings; Implied Warranties: The Vendor shall be bound by any implied warranty that, at the time of execution of the Contract, prevails in the trade of government in the marketing area in and about the State of Nevada. The Vendor shall also be bound by any other implied warranty arising through course of dealings between the Vendor and the State from and after the execution of the Contract. The Vendor shall also be bound by all warranties set forth in Nevada's Uniform Commercial Code (NRS Chapter 104) in effect on the date of issuance of the NOA.

7.4.3.11 Warranties Cumulative: It is understood that warranties created by the Contract, whether express or implied, as well as all warranties arising by operation of law that affect the rights of the parties, are cumulative and should be construed in a manner consistent with one another.

7.4.3.12 Priority of Warranties: If it is held by a court of competent jurisdiction that there is an irreconcilable conflict between or among any of the warranties set forth in the Contract and any warranties implied by law, the parties agree that the specifications contained in the Contract shall be deemed technical and mere language of description.

7.4.3.13 Beneficiaries of Warranties: Benefit of any warranty made in the Contract shall be in favor of the State, any of its political subdivisions or agencies, employee or licensee thereof who uses the goods, and the benefit of any warranty shall apply to both personal injury and property damage.

7.5 DELIVERY, INSPECTION, ACCEPTANCE, TITLE, RISK OF LOSS: The Vendor agrees to deliver the goods as indicated in the Contract, and upon acceptance by the State, title to the goods shall pass to the State. The State shall have the right to inspect the goods on arrival and within a commercially reasonable time. The State must give notice to the Vendor of any claim or damages on account of condition, quality, or grade of the goods, and must specify the basis of the claim in detail. Acceptance of the goods described in the Contract is not a waiver of UCC revocation of acceptance rights or of any right of action that the State may have for breach of warranty or any other cause. Unless otherwise stated above, risk of loss from any casualty, regardless of the cause, shall be on the Vendor until the goods have been accepted and title has passed to the State. If provided by the Vendor, the State agrees to follow reasonable instructions regarding return of the goods.

7.6 NO ARRIVAL, NO SALE: The Contract is subject to provisions of no arrival, no sale terms, but proof of shipment shall be given by the Vendor; each shipment to constitute a separate delivery. A variation of ten (10) days in time of shipment or delivery from that specified in the Contract does not constitute a ground for rejection. The State may treat any deterioration of the goods as entitling the State to the rights resulting from a casualty to the identified goods without regard to whether there has been sufficient deterioration so that the goods no longer conform to the Contract.

7.7 BREACH, REMEDIES: Failure of either party to perform any obligation of the Contract shall be deemed a breach. In the event of a breach, the party asserting breach may, in addition to any remedies or rights afforded by Nevada law, cancel the Contract with respect to any executory obligations. All rights and remedies are cumulative with one another and with those provided by law, and exercise of one remedy or right is not a waiver of the right to pursue any other right or remedy afforded. Penalties provided under Nevada law shall be limited to those in effect on the

ITB No. 8403 Revised 05/2012 Page 34

Page 35: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

effective date of the Contract. See NRS 333.365. Either party, as a prevailing party to any arbitration or other action regarding the enforcement of the Contract, is entitled to reasonable attorney’s fees and costs. It is specifically agreed that reasonable attorneys' fees shall include without limitation One hundred twenty-five dollars ($125) per hour for State-employed attorneys. The State may set off consideration against any unpaid obligation of the Vendor to any State agency.

7.8 LIMITED LIABILITY: The State will not waive and intends to assert available NRS Chapter 41 liability limitations in all cases. Contract liability of both parties shall not be subject to punitive damages.

7.9 WAIVER OF BREACH: A failure to assert any right or remedy available to a party under the Contract, or a waiver of the rights or remedies available to a party by a course of dealing or otherwise shall not be deemed to be a waiver of any other right or remedy under the Contract, unless such waiver is contained in a writing signed by the waiving party.

7.10 SEVERABILITY: If any provision contained in the Contract is held to be unenforceable by a court of law or equity, the Contract shall be construed as if such provision did not exist and the non-enforceability of such provision shall not be held to render any other provision or provisions of the Contract unenforceable.

7.11 ASSIGNMENT/DELEGATION: To the extent that any assignment of any right under the Contract changes the duty of either party, increases the burden or risk involved, impairs the chances of obtaining the performance of the Contract, attempts to operate as a novation, or includes a waiver or abrogation of any defense to payment by State, such offending portion of the assignment shall be void, and shall be a breach of the Contract. No duties of either party may be delegated without written consent by the other party, and any such consent does not in any way affect the liability of the delegating party, unless the writing so states.

7.12 FORCE MAJEURE: Neither party shall be deemed to be in violation of this Contract if it is prevented from performing any of its obligations hereunder due to strikes, failure of public transportation, civil or military authority, act of public enemy, accidents, fires, explosions, or acts of God, including, without limitation, earthquakes, floods, winds, or storms. In such an event the intervening cause must not be through the fault of the party asserting such an excuse, and the excused party is obligated to promptly perform in accordance with the terms of the Contract after the intervening cause ceases.

7.13 GOVERNING LAW; JURISDICTION: This Contract and the rights and obligations of the parties hereto shall be governed by, and construed according to, the laws of the State of Nevada, including, without limitation, Nevada's UCC (NRS Chapter 104) in effect on the date of the NOA. The parties consent to the jurisdiction and venue of the First Judicial District Court, Carson City, Nevada for enforcement of the Contract.

7.14 ENTIRE AGREEMENT; CONFLICT WITH OTHER DOCUMENTS: The Contract (including all incorporated attachments) is intended by the parties as the final expression of their agreement and is the complete and exclusive statement of the terms hereof. All prior agreements are superseded and excluded. Prices, quantities, dates, and places of deliveries and means of transportation may be fixed by attachments to the Contract. Except as previously stated, if any

ITB No. 8403 Revised 05/2012 Page 35

Page 36: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

term in any incorporated attachment or in any Vendor's invoice contradicts or negates a term in the Contract, the Contract shall control. All amendments must be in writing and signed by the parties.

7.15 In accordance with NRS 333.4611, the State of Nevada, Purchasing Division shall require the purchase of new appliances, equipment, lighting and other devices that use electricity, natural gas, propane or oil, have received the Energy Star label pursuant to the program established pursuant to 42 U.S.C. 6294a or its successor, or meet the requirements established pursuant to 48 C.F.R. 23.203. These standards do not apply insofar as: (a) No items in a given class have been evaluated to determine whether they are eligible to receive the Energy Star label or have been designated by the Federal Government to meet the requirements established pursuant to 48 C.F.R. 23.302 or (b) The purchase of these items that have received the Energy Star label would not be cost-effective in an individual instance, comparing the cost of the items to the cost of the amount of energy that will be saved over the useful life of the item.

7.16 TERM: In accordance with NRS 333.280, the Purchasing Division may enter into a contract for the furnishing of goods for not more than two (2) years. The original terms of a contract may be extended annually thereafter if the conditions for extension are specified in this solicitation, and the Purchasing Division determines that an extension is in the best interest of the State.

7.17 INSURANCE: Automobile Liability, as stated below, is required only if the commodity is being delivered to the State by the vendor. If the commodity is being shipped by common carrier, automobile liability will not be required. Vendor shall furnish the State with certificates of insurance (ACORD form or equivalent approved by the State) as required. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.Automobile LiabilityBodily Injury and Property Damage for any owned, hired, and non-owned vehicles used in the performance of this Contract.Combined Single Limit (CSL) $1,000,000

ITB No. 8403 Revised 05/2012 Page 36

Page 37: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/uploadedFiles/purchasingnvgov/content... · Web viewA 4 GA. charge cable will be attached directly to the

ATTACHMENT A

VENDOR AUTHORIZATION AND COMPLIANCE CERTIFICATION

The Vendor is duly organized, validly existing, and in good standing under the appropriate laws with full power and authority to conduct the business that it presently conducts in the State of Nevada. The Vendor has the legal power and right to enter into and perform the Contract. Consummation of the transactions contemplated by the Contract will not violate any provision of law, or any of the Vendors governing documents (articles of incorporation, partnership Contract, etc). Execution of the Contract and all documents provided for in the Contract by the Vendor and its delivery to the State have been duly authorized by the board of directors or managing agents of the Vendor and no further action is necessary on the Vendor's part to make the Contract valid and binding on the Vendor in accordance with its terms. The Vendor has obtained all licenses and permits to perform all of its requirements under the Contract, and is current on all tax obligations to the State of Nevada or any other governmental entity in Nevada.

Submission of a bid shall constitute an agreement to all terms and conditions specified in this ITB, including, without limitation, the Terms and Conditions for Purchase of Goods. Exceptions will be taken into consideration as part of the evaluation process.

I have read, understand and agree to comply with the specifications, terms and conditions specified in this ITB. Checking “YES” indicates compliance, while checking “NO” indicates non-compliance and must be detailed below. In order for any exceptions to be considered they MUST be documented.

YES _______ I agree. NO _______ I do not agree, Exceptions below:

SIGNATURE _________________________________________ ___________________ Vendor Date

PRINT NAME _________________________________________ Vendor

EXCEPTION SUMMARYAttached additional sheets if necessary

BID SECTION NUMBER

BID PAGE NUMBER

EXCEPTION (PROVIDE A DETAILED EXPLANATION)

ITB No. 8403 Revised 05/2012 Page 37