nevadapurchasing.nv.gov/uploadedfiles/purchasingnvgov/con… · web viewunless otherwise specified...

66
State of Nevada Brian Sandoval Department of Administration Governor Purchasing Division Patrick Cates Director 515 E. Musser Street, Suite 300 Carson City, NV 89701 Jeff Haag Administrator THE NEVADA STATE PURCHASING DIVISION IS SOLICITING BIDS FOR CLASS 13 DUMP BODIES AND ATTACHMENTS INVITATION TO BID NO. 8548 F.O.B. Nevada Department of Transportation, 310 Galletti Way, Sparks, NV 89431 Release Date: May 18, 2017 Vendor Questions Due: May 25, 2017 @ 12:00 P.M., PT Deadline for Submission and Opening Date and Time: June 8, 2017 @ 2:00 P.M., PT Requisition No. NDEQ017436/38/40/42/44/46/48 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) Refer to Page 29, for instructions on submitting bids Company Name: Contact Name: Title: Address: City: Stat e: Zip : Telephone: Fax: Email ITB #8548 Revised: 02-27-17 Page 1 of 66

Upload: others

Post on 22-Apr-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

State of Nevada Brian SandovalDepartment of Administration Governor

Purchasing Division Patrick CatesDirector

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

Administrator

THE NEVADA STATE PURCHASING DIVISION IS SOLICITING BIDS FOR

CLASS 13 DUMP BODIES AND ATTACHMENTS

INVITATION TO BID NO. 8548

F.O.B. Nevada Department of Transportation, 310 Galletti Way, Sparks, NV 89431

Release Date: May 18, 2017

Vendor Questions Due: May 25, 2017 @ 12:00 P.M., PT

Deadline for Submission and Opening Date and Time: June 8, 2017 @ 2:00 P.M., PT

Requisition No. NDEQ017436/38/40/42/44/46/48

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)

Refer to Page 29, for instructions on submitting bidsCompany Name:Contact Name:Title:Address:City: State: Zip:Telephone: Fax:Email 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

ITB #8548 Revised: 02-27-17 Page 1 of 40

Page 2: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

TABLE OF CONTENTS

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

2. ITEM SPECIFICATION........................................................................................................................3

3. ADDITIONAL REQUIREMENTS......................................................................................................26

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

5. BID SUBMITTAL INSTRUCTIONS..................................................................................................29

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

7. TERMS AND CONDITIONS FOR PURCHASE OF GOODS..........................................................33

ATTACHMENT A – COMPLIANCE CERTIFICATION.........................................................................40

ITB #8548 Revised: 02-27-17 Page 2 of 40

Page 3: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

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

All applicable Nevada Revised Statutes (NRS) and Nevada Administrative Code (NAC) documentation can be found at: www.leg.state.nv.us/law1.cfm.

1. PROJECT OVERVIEW

The purpose of this solicitation is to obtain competitive pricing for a one time purchase of seven (7) Class 13 dump truck bodies and various attachments to be installed on Nevada Department of Transportation (NDOT) cab and chassis trucks to be 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 for 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. ITEM SPECIFICATIONS

Unless otherwise specified in this Invitation to Bid (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 Nevada Department of Transportation (NDOT) cab and chassis trucks to be 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 for the 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.

GENERAL: Dump bodies and attachments furnished under this specification shall be the manufacturer's current (2017) 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 shall be provided.

COMPLIES ___YES NO___ELECTRICAL SYSTEM: A seven wire ATA trailer lighting cable with connector for trailer shall be installed at the rear of the vehicle frame. A 4 GA. charge cable shall 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 or approved equivalent) mounted in the rear buck plate. Connectors shall be covered with a rubber boot for protection from the elements. All wiring and connections shall be soldered and enclosed

ITB #8548 Revised: 02-27-17 Page 3 of 40

Page 4: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

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 shall 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.

COMPLIES ___YES NO___BUMPER PACK: Front bumper of vehicle shall have NDOT bump pack installed. (Refer to Drawing #14)

COMPLIES ___YES NO___LIGHTS: Shall be equipped with the below listed lights (all connections shall be done with weather pack connectors.):

Snowplow Lights: Snowplow Lights shall be pedestal mount high/low beam with sealed beam halogen lights, Hella Model “Combi 220” Series shall be the only manufacturer / model acceptable. Turn signal shall be mounted to the headlight housing. These lights shall be hooked up to the main headlight indicator high/low beam light on dash. Plow lights shall 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.

Warning Lights: Warning Lights shall be equipped with a LED light system consisting of the following: One (1) cab protector mounted amber LED light that shall be mounted on the exterior in the center of the cab protector with 360° visibility (Whelen Model MC16PA with amber lens is the only light that shall be accepted) and two (2) 7”x 3” oval amber lens LED flush mount lights mounted between the clearance and back up light. Cab and rear lights shall operate independently.

All warning lights shall conform to the Class 1 Emergency Warning Light and Devices Standards SAE J845.

Unit to be equipped with flush mount LED Clearance, Back Up, and Rear combination stop/tail and turn signal lights and 2 ¼” Side Clearance lights: The following size specifications and locations in rear corner post apply:

o Clearance: Red lens ¾” o Oval LED warning light: Amber lens 7” x 3”o Back Up: Clear lens 4”o Stop/Tail/Turn: Red lens 4”

Note: 4” single faced LED Class A red rear combination stop/tail and turn signal lights mounted at a height of approximately 65”.

All rear flush mount LED lights shall be fully enclosed with a Truck Lite style sealed system for protection from elements (protection from salt and moisture) and shall be mounted on the rear of the dump body recessed into the rear corner posts, one each side, rear facing. All lights shall have weather pack connections.

Specify Mfr. & No. of LED Light System __________________________________________

ITB #8548 Revised: 02-27-17 Page 4 of 40

Page 5: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

COMPLIES ___YES NO___TOOL BOX: Shall be aluminum with bottom mounted hinges. Size shall be minimum 12" deep x 18" wide x 30" long, flush mounted to left side of vehicle frame. Toolbox provided shall be water resistant.

Specify Toolbox Dimensions ______________________________________

COMPLIES ___YES NO___CHOCKS: Vendor shall provide two each wheel chocks and install wheel chock container adequate to accommodate the chocks being provided by the vendor on all vehicles. Chocks being provided shall be of sufficient size to hold weight of vehicle being provided by the vendor. Note: Metal wheel chocks shall not be accepted.

SPECIFICATIONS FOR STAINLESS STEEL DUMP BODY

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

Specify Mfr. & No. ___________________________________________

Specify Dimensions ___________________________________________

BODY CONSTRUCTION

COMPLIES ___YES NO___UNDERSTRUCTURE: Longitudinal design (no cross members); 8’ wide X 15’ in length, flange structural steel “I” beams. Body shall have 3/8” thick rubber cushion strips that are vulcanized to steel strips welded to the underside of the longitudinales. 7” X 2” X1/4” channel rear cross member with return flanges provided for added strength. Body shall be of longitudinal design eliminating cross bars and providing greater torsion resistance to twisting. Body shall 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 horizontal 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 shall be Grade 8 with Grade 8 self-locking flange nut. Shall be American made with certificate of origin to be provided on request.

COMPLIES ___YES NO___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: Struck (34”) 10 gauge, 304 stainless steel with full length 6” double sloping boxed top rail and 6” deep sloping bottom rail with center horizontal brace formed from a single sheet (no horizontal exterior welds). Interior side plate to be welded to the floor and enclosing the top rail to form a double wall. Both seams in the load area shall be fully welded.

Specify Gauge Steel _________ Top Rail Dimension ______________

ITB #8548 Revised: 02-27-17 Page 5 of 40

Page 6: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

COMPLIES ___YES NO___SANDER HOLD DOWN CHAIN BRACKET: Shall consist of a 3-1/2” X 6” X 3/8” stainless steel plate with a vertical keyhole cutout. Keyhole cutout measurements are: 1-1/2” hole centered 3-1/4” from the bottom of the plate with a 1/2” X 1-1/4” key slot. Shall be reinforced with two (2) 2” X 1/4” angle brackets to attach the hopper hold down bracket to the side and top of lower rail of dump body. Center of front bracket shall be 24” from front of bulkhead. The rear hold down bracket shall be centered 130” back from center of front hold down bracket.  (Refer to drawing 15)

COMPLIES ___YES NO___REAR CORNER POSTS: Rear corner posts shall be a minimum 20" deep X 6" wide X 3/16” 304 Stainless Steel. Height is 34” from floor level and extends 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, 30" long. Cab protector shall be 3" above vehicle cab. Cab protector shall clear all cab top accessories by 2". Side braces shall extend 36" down from cab.

Specify Plate Gauge __________ Dimensions ___________

COMPLIES ___YES NO___FRONT END: Outboard cylinder housing (for inverted lift hoist) shall be 3/16”, 304 Stainless Steel. Housing shall not protrude into the load area and shall have two (2) horizontal braces. 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. 

COMPLIES ___YES NO___SAFETY STRUT: Body shall be equipped with dual OSHA approved safety struts. Dual tubular safety struts shall be constructed of 2-1/4” pipe. The pivot end of the strut shall be welded to the outside of the longitudinal and 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 shall be self-centering and shall be capable of holding the dump body in a 30° 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” in height. The exterior plate shall 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 1/4” square tubing capped on both ends, 3/4” flame cut hi tensile steel upper hinge, 1 ¼” hinge pins with greaseless bushing, 1-1/4” solid steel lower cross shaft, 5/8” flame cut hi tensile steel over lock hardware.

ITB #8548 Revised: 02-27-17 Page 6 of 40

Page 7: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

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. Tailgate switch shall be accessory powered by ignition switch. Tailgate shall have heavy-duty stainless steel “D” ring mounted on top center for easy removal of gate.

Specify Interior Plate Size _________

Specify Exterior Plate Gauge Steel __________

Specify Dimensions of Vertical Side Braces _____________________

COMPLIES ___YES NO___HOIST: Shall be single front mount telescopic cylinder Class 100. Minimum outside diameter of final stage hoist ram shall be 4”. Cylinder shall be trunion mounted in front of and attached to front headboard. Cylinder shall not protrude into the load area nor protrude out front of dump body more than 12". Cylinder housing inside of the body shall 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 (2) 3/8” bolts. The bearings are welded to a 5” X 5” X 1/2” square tubing cross member that is welded to 3” X 5” X 1/2” 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 longitudinales with six (6) 5/8” Grade 8 bolts, each side with two 5” wide X 8-1/2” long cast hinge pads that pivot on two (one on each side) 2-3/8” diameter hinge pins that ride in 1” thick flame cut hinge bearings. Pivot points shall be greaseable.

Lift cylinder shall be inverted and self-bleeding, (Custom Hoists Inc. Model# 63-4582-140 or approved equivalent). 5/8" grade 8 bolts with self-locking flange nuts shall be used to mount hoist to frame.

Specify Mfr. & No._____________________________________________

COMPLIES ___YES NO___DUMP BODY MOUNTING: Dump body hinge pin shall 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 is constructed from 5/8” plate, 37 ¾” wide X 12 ¾” tall, that extends below the bottom of the vehicle frame and is the trailer hitch buck plate.

Buck plate shall be welded to the end of frame and installed, becoming the vehicles rear cross member. There shall be a 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. 5” 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 shall have 3/8” thick rubber cushion strips that are vulcanized to steel strips welded to the underside of the longitudinales. No welds shall be allowed on frame.

COMPLIES ___YES NO___PINTLE HOOK: Shall be equipped with a ninety thousand (90,000 lb.) pound tensile strength pintle hook (Premier Model 390 or approved equivalent) mounted below rear frame cross member 31" from ground level to bottom of eye and mounted on a 5/8” buck plate with V-braces. V-braces shall be bolted

ITB #8548 Revised: 02-27-17 Page 7 of 40

Page 8: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

using grade 8 bolts to the vehicle frame and welded to the buck plate. NO welds on the frame shall be allowed, except to the end of the frame for Buck Plate mounting.

Two (2) "D" rings shall be mounted to the plate next to pintle, one on each side near the bottom. Rings shall be a Buyers Model # B48 (or approved equivalent), with a breaking strength of 46,000 lbs.

Specify Pintle Hook Mfr. & No. ____________________

Specify Pintle Hook Mounted Height from ground to bottom of eye ____________________

Specify Type of Steel, 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 approved equivalent. Front mud flaps shall be heavy duty rubber with anti-sail device or approved equivalent, mounted in front of forward drive axle and suspended from vehicle frame. Toolbox and hydraulic tank shall not be used as mud flap. Clearance between top of flap and bottom of bed shall be a maximum of 1".

Specify Clearance __________________________

WELDING: All welds shall be continuous welds on all seams. Skip welds shall not be acceptable. There shall be no sharp corners on the vehicle that may cause injury. All corners that

could cause injury shall be rounded and ground smooth. All welds shall be free of slag inclusions and under cut. Fillet weld sizes shall be

equivalent to the thickness of the least of the jointed plates. All material installed shall be new and free of rust. All welding shall be done by human and or machine, and shall meet or exceed the

American Welding Society Standards. (Certificates available upon request).

HYDRAULIC SYSTEM SPECIFICATIONS

COMPLIES ___YES NO___PUMP: Vehicle shall be equipped with a front or rear mounted, engine driven hydraulic pump.  Pump shall deliver a minimum of 37 gallons at 2100 RPM and 65 CC per revolution.  This pump shall provide power for the operation of the dump body, sander and snowplow(s). Pump shall be an Eaton Model 420 or Danfoss J Frame Series (these are the only acceptable pump manufacturers any other pump manufacturers will not be considered) with a drilled and tapped pump shaft for driveline attachment. Pump shall be axial piston type, pressure and flow compensated, with an adjustable maximum stroke stop. Pump shall be rated for 5000 PSI continuous.

Specify Pump Mfr. & No. ________________________________

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, or REPTO mounted, the pump shall be mounted in line with engine with the following Spicer components:

One (1) No. 5-170X U Joint As Specified ____yes no____ One (1) No. 5-153X U Joint As Specified ____yes no____ One (1) No. 2-2-479 Flange As Specified ____yes no____

ITB #8548 Revised: 02-27-17 Page 8 of 40

Page 9: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

One (1) No. 10-3-181 X Slip Yoke As Specified ____yes no____ One (1) No. 2-40-971 Stub Slip Teflon Coated) As Specified ____yes no____ One (1) No. 10-4-93 End Yoke As Specified ____yes no____ One (1) 1-3/4" x .065 Steel tubing As Specified ____yes no____

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

SANDER HYDRAULIC CONTROLS: Four channel (Conveyer/Auger, Spinner, Prewet, and Anti-Ice), closed loop, ground speed oriented material controller shall be in compliance with the 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___VALVE BANK: Valve shall be sectional design and rated at 5000 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 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.

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

Each section shall be as follows:

1st Four Function Hybrid inlet manifold spreader block for controlling spreader functions.  This section shall have motor spools to control Conveyor/Auger, Spinner, Prewet and Anti-Ice. Flow requirements shall be: Auger – 15 GPM, Spinner – 10 GPM, Prewet – 10 GPM, Anti-Ice – 15 GPM. 

Note: Each motor spool shall be a Hydraforce Cartridge valve and shall be actuated from a 12 VDC solenoids. All 12 VDC connections shall be IP68 Deutsch.

2nd Single Acting Section for controlling Plow Up/Down functions; 20 GPM compensator; 12VDC 180 HZ PWM proportional operation, IP68 Deutsch connector. Joystick activated front plow Power Float shall be included.

3rd Double Acting Section for controlling Plow Left/Right functions; 20 GPM compensator; 12VDC 180 Hz, PWM proportional operation, IP68 Deutsch connector.

4th Double Acting Section for controlling Wing Heel Up/Down functions; 20 GPM compensator; 12VDC 180 HZ PWM proportional operation, IP68 Deutsch connector.

ITB #8548 Revised: 02-27-17 Page 9 of 40

Page 10: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

5th Double Acting Section for controlling Wing Toe Up/Down; 20 GPM compensator; 12VDC 180 HZ PWM proportional operation, IP68 Deutsch connector.

6th Single Acting Section for controlling Dump Body Up/Down functions; 45 GPM compensator; 12VDC 180 HZ PWM proportional operation, IP68 Deutsch connector.

Valve assembly shall consist of Sauer-DanFoss PVG32 cylinder valve sections (this is the only valve acceptable).

Specify Mfr. & No. _____________________________________

COMPLIES ___YES NO___SANDER CONTROLS: Controls shall include a ground speed-oriented, four channel (Conveyor/Auger, Spinner, Pre-Wet, and Anti-Ice) electric over hydraulic spreader control system. All spreader control electronics shall 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

Spreader control shall also be capable of interfacing with a 7” display without the need to change the controller. Display shall also include on screen indicators for Low Oil, Low Liquid, Body Up and Power Float. Spreader control shall have direct connection for a Roadwatch Air/Road temp sensor.

1. The spreader controller shall be capable of operating a sander with Conveyor/Auger, Spinner, and 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 shall 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.

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

4. The controller shall be capable of Temp ResponseTM 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

ITB #8548 Revised: 02-27-17 Page 10 of 40

Page 11: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

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 shall show application rates for Vehicle only, Vehicle and Trailer or Trailer only. Display shall be capable of two (2) camera images on the same touch screen. A second display for camera feedback is not acceptable. Displayed camera images shall have the ability to be event triggered for automatic full screen operator feedback.

8. Spreader controller shall 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 shall provide the ability to name each material with up to five characters. Rate increments shall be individually settable for each material. Controller shall 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 shall default to the pass (sander pause) mode upon startup of the system to prevent spreading in the yard or shop.

14. Wiring Design: The system controller shall have one each from each hydraulic valve coil wired to a common ground point. The system shall 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 shall not cause any valve to actuate. Spreader control shall 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 shall 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

ITB #8548 Revised: 02-27-17 Page 11 of 40

Page 12: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

connecting to the spreader controller. Each M12 connection shall 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 shall 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 shall interface with Drive by Download™ / GPS DataSmartTM for automatic downloading of data in a wireless fashion directly to a base station computer or network without an intermediate device; system shall be capable of downloading data at a minimum of 1.5 megabytes per second (mbps).

System shall 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 shall 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 shall be defined as the operator interface (joystick itself) and the CAN Bus joystick control vehicle. Connection between joystick and control vehicle is through a single CAN Bus cable. Joystick control system shall be mounted inside the cab.

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 shall connect to the sander controller for Sander “PASS” and Sander “BLAST”. The joystick shall include a trigger style programmable safety interlock. Joystick shall 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 shall be displayed alerting the operator. In addition to the displayed message the axis of motion detected

ITB #8548 Revised: 02-27-17 Page 12 of 40

Page 13: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

to have the error shall automatically be shut down by the controller. All other axis of motion verified to be operational shall be available for use.

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

5. Joystick system shall 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 shall not acceptable.

6. Joystick system wiring shall utilize a single CAN Bus cable between the single handle joystick and cab mounted control vehicle. Wiring from the control vehicle to the valve enclosure shall be through IP68 rated eight (8) or four (4) port sealed M12 valve junction boxes. Connection to the individual coils shall be through IP68 rated M12 to Deutsch connectors. Each IP68 rated valve junction box shall 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.

7. When applicable, joystick/hydraulic system shall be able to control a parallel lift front plow to provide the following operation:

a. When the vehicle is in motion the plow shall be in a True Float or Power Float operation. Downforce is not allowed.

b. Downforce shall be provided for plow hookup / removal operation via a cab mounted momentary switch to temporarily override the True Float / Power Float standard operating condition.

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 shall 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. Return line filter shall be minimum 10 Micron filtration, 25 psi bypass with visual filter status indicator. Filter shall also be capable of providing electrical filter bypass indicator to the cab controls.

Tank shall be able to be filled with the bed in the down position. Top of tank shall have an approximate 2” 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. _______________________________

Return line filter shall be firmly mounted inside of the vehicle frame for protection. Tank shall be provided with a visual sight glass LENZ No. 550-5" or approved equivalent. Tank shall 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 shall be 1-1/2" long, baffled, and shall be equipped with a pressurized cap and easily filled without raising dump body. Tank shall be equipped with a baffle plate in

ITB #8548 Revised: 02-27-17 Page 13 of 40

Page 14: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

the middle of the tank. Suction line shall be positioned on the bottom front end plate of the tank, in the center.

Return line shall be positioned on the top rear end plate of the tank in the center. Tank shall also be equipped with magnetic drain plug on the bottom of tank and in the center. A minimum 6" X 8" inspection cover shall 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 MANIFOLDS: Vehicle shall be equipped with both a sander and plow hydraulic manifold.

Sander Manifold: Shall be mounted on the right hand side of the vehicle between the dump body and cab. Manifold shall be equipped with four (4) male quick couplers (2 each #4, 1 each #6 and 1 each #8). Sander manifold shall extend approximately 12" - 14" from side of frame and shall be mounted on the frame.

Plow Manifold: Shall be mounted on the front of the vehicle with three (3), #4 male quick couplers. Plow manifold shall be recessed in the front bumper on the right hand side. High pressure hydraulic bulkhead fittings shall be used on the plow and sander manifolds. No black or galvanized pipe fittings shall be allowed on the pressure side.

COMPLIES ___YES NO___HYDRAULIC HOSES: Vehicle shall be equipped with hydraulic hoses that meet and or exceed the systems operating hydraulic pressures as detailed in the following list. Hoses shall have JIC type fittings, and quick couplers. Couplers shall be Series 60 Parker only. All hoses shall be routed so as not to conflict with any other vehicle components.

Note: Only approved major brand hoses and fittings shall be accepted. One (1) - 24 Suction Hose, Tank to Pump One (1) - 16 Pressure Hose, Pump to Main Valve One (1) - 8 Pressure Hose, Sander Prewet Valve to Prewet Pump One (1) - 8 Pressure Hose, Sander Spinner Valve to Sander Spinner One (1) - 16 Return Hose, Sander to Tank One (1) - 8 Pressure Hose, Main Valve to Plow Lift. Two (2) - 8 Pressure Hoses, Main Valve to Plow Reverse Mechanism One (1) -12 Pressure Hose from Sander Auger Valve to Sander Auger One (1) -12 Pressure Hose from Main Valve to Bed Lift Cylinder One (1) -16 Return Hose from Main Valve to Return Filter. One (1) -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 shall be 45-degree tube elbows. 90° long sweep hydraulic fittings are acceptable. Black or galvanized pipefittings are NOT acceptable. Hydraulic hose protectors shall be required on all hoses coming in contact with metal surfaces. Hose protectors manufactured by EPHA Incorporated, Hermiston, Oregon or equivalent. Hoses shall be routed as to not conflict with vehicle components.

Specify Hose Manufacturer ____________________________

ITB #8548 Revised: 02-27-17 Page 14 of 40

Page 15: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

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.

COMPLIES ___YES NO___WIRING: All additional wiring shall be enclosed in an automotive type loom. All connections shall 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: All welds shall be continuous welds on all seams. Skip welds shall not be acceptable. There shall be no sharp corners on the vehicle that may cause injury. All corners that

could cause injury shall be rounded and ground smooth. All welds shall be free of slag inclusions and under cut. Fillet weld sizes shall be

equivalent to the thickness of the least of the jointed plates. All material installed shall be new and free of rust. All welding shall be done by human and or machine, and shall meet or exceed the

American Welding Society Standards. (Certificates shall be provided upon request).

PRE-DELIVERY SERVICE: Awarded vendor shall perform a complete pre-delivery service prior to delivering the unit to NDOT.

Hydraulic tank shall be filled to proper oil level. All lights shall be checked to confirm they are in working order. All functions of this unit shall be checked and in working order prior to delivery to NDOT.

Factory confirmation of specifications ordered required ASAP after order is placed.

MANUALS: For Dump Body, Sander and Plow as built: One (1) Parts Catalog One (1) Shop Manual Three (3) Operator's Manuals One (1) Training DVD One (1) Electrical System schematics/drawings

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

PRE-BUILD MEETING: Awarded vendor will be required to schedule a pre-build meeting within two weeks of bid award, prior to manufacturing/fabrication to confirm all build specifications and dimensions.

TRAINING: The successful bidder shall 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 for an estimated 5 to 50 employees.

ITB #8548 Revised: 02-27-17 Page 15 of 40

Page 16: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

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 shall be advised at the time the purchase order is placed, how the vehicle shall be configured. Vendors shall 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 starting on page 25.

SPECIFICATIONS FOR 8 CUBIC YARD HOPPER CARTRIDGE TYPE SANDERS

GENERAL: The following sander shall 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 shall be hydraulically powered with three (3) separate hydraulic motors furnished for the Conveyor/Auger, Spinner and Pre-Wet systems. Hydraulic motors shall be powered by independent hydraulic circuits on the vehicle. Hydraulic circuits for the sander shall 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 shall be equipped with the NDOT Spinner Guard (See attached drawing D8). Discontinued models shall not be acceptable.

Sanders shall be mounted 7-1/2” back from the front of the dump bed or tarp roller if tarp is installed.

PREWET DELIVERY SYSTEM: Sanders shall include a Pre-Wet Delivery System with the following requirements:

COMPLIES ___YES NO___TANKS: Eight (8) cubic yard sanders require four (4) 100-gallon polyethylene tanks vented, baffled and plumbed for adequate brine filling and distribution. No delivery hose or pipe can be less than ¾” inside diameter. The delivery line to the pump shall 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. Vu-Flow strainer shall be the only strainer accepted.

The Prewet pump shall be a Oberdorpher Bronze gear pump Model #N400L direct coupled to a hydraulic motor to deliver up to 7 GPM of liquid through a Microtrak FM-500 flow meter, delivering between .5 – 5.0 GPM.

Pump Motor shall be driven and controlled from the prewet cartridge valve section of the hydraulic four function valve assembly. Flow meter shall have M12 sealed sensor connection. Any other pump & flow meter shall not be acceptable.

Pre-Wet Pump, Pump motor, flow meter and plumbing shall be mounted in a protective heavy duty plastic weather proof enclosure with hinged front access door. Hydraulic lines shall enter the top of the enclosure, liquid flow lines shall exit the bottom of the enclosure.

ITB #8548 Revised: 02-27-17 Page 16 of 40

Page 17: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

The supply line going to the spray bar can be a flexible type reinforced 3/4 hose. The spray bar shall be 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 Conveyor/Auger, directing the liquid solution on to the sand.

Specify Hydraulic Pump Mfr. & No. _______________________________________

Specify Motor Mfr. & No. _______________________________________

Specify Flow Meter Mfr. & No. _______________________________________

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 shall 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” cross over hose plumbed to the lower part of the tanks shall 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 shall have its own top mounted vent large enough that it doesn’t restrict flow into the tanks. Drains shall be installed in the lowest part of the system that shall provide complete drainage of the system when not in use.

A horizontal liquid low-level switch (Grainger Part Number 2XC13 or approved equivalent) shall be mounted in the rear facing, right or left hand side, rear most tank, that shall turn off the brine pump when the liquid level nears empty. Note: Low-level switch shall be accessible without having to remove the tank or sander for repair or replacement. 

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

COMPLIES ___YES NO___ELECTRICAL: Electrical components shall be installed in the Pre-Wet pump enclosure, using weather pack type connectors.

Specify Enclosure Mfr. & No. _________________________________________

COMPLIES ___YES NO___8 YARD BODY SIZE: Shall 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 not to exceed 55” with skids.

Specify Hopper Width ___________ ___in.

Specify Hopper Inside Length ________ ft.

Specify Hopper Height (from ________ in.

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

ITB #8548 Revised: 02-27-17 Page 17 of 40

Page 18: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

shall be inverted "J" formed for extra strength. Sander hopper shall be constructed and reinforced as to incorporate a removable cartridge type auger system.

COMPLIES ___YES NO___CARTRIDGE SYSTEM: A modular material conveying system sander shall be capable of multiple conveying methods via a cartridge system. There shall be two sets of body sills, the outer of which is welded to the hopper sides, the inner of which shall contain the “Formed-In” chain shields and shall include all of the conveyor components. The inner frame shall be removable from within the outer frame with the assistance of angled rollers included in the outer body sills and shall have two sets of pin on legs with casters. The inner sills shall form a cartridge that shall allow for multiple conveying options (pintle, single auger, dual auger and belt) to slide in the outer sills.

COMPLIES ___YES NO___SINGLE AUGER: A single 9” OD direct drive auger shall be driven by a heavy duty hydraulic motor that is connected with a flexible coupling to protect the motor from excess bending loads. Auger shall be provided with a replaceable auxiliary radial bearing at both ends. The idler end shall also have a replaceable thrust bearing. The auger shall be constructed of variable pitch ½” thick flighting.

All bearings shall be equipped with Zerk type grease fittings. The front conveyor bearings shall be equipped with high-pressure rubber grease tube extensions running full length of cartridge from the bearing on each side to the rear of the hopper on each side of the cartridge for ease of greasing when mounted in a dump body.

COMPLIES ___YES NO___SLIDE IN LEG SYSTEM WITH NDOT BUMPER GUARD & LADDER: A steel slide in leg system shall provide stable support to load sander on vehicle without the use of auxiliary equipment. System shall comply with NDOT ladder and work platform requirements that shall be removable from slide in leg system. Shall be constructed of steel tubing sub-frame that bolts to the spreader hopper. Shall allow for self-storage of front legs under the hopper when in use.

All cross members shall have a minimum 2” clearance between cross member and dump bed floor. There shall be a minimum of 7, full slope type side supports that will tie cross sills, sides and long sills together in one strong rigid unit.

The Pre-Wet system tanks, hat section cross sills shall be extended to support the tanks with tank stops at each end of each tank. Spliced sills, or other add-on supports are not acceptable.

SANDER HOLD DOWNS: COMPLIES ___YES NO___Sanders shall be secured using four (4) each, 3/8”-1/2” (chain size), compression spring lever type binders with a work load limit of 9,200 lbs. (Durbin “Durabilt” Model DB-III-WS or approved equivalent). Binders shall be mounted from top edge of sander to the bottom rail of the dump body using stainless steel bracketry. Bracketry shall have a minimum clearance of 1”, and be sufficiently reinforced to prevent damage to both the hopper and dump bed while the hopper is fully loaded. Note: Binders and chain shall not come in contact with dump bed and or sander.

Rear of sander shall incorporate the tailgate latching mechanism to secure sander. (Refer to drawing D7)

ITB #8548 Revised: 02-27-17 Page 18 of 40

Page 19: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

All sanders shall be provided with lifting eyes located on the four top corners. Lifting eyes are used to lift sander in and out of the dump body and to store the sander by suspending them by chain from sander racks. Note: Please see “I Beam” section below for further lifting requirements.

Specify Type & Gauge of Stainless Steel__________ Specify Slope_____________

Specify Clearance of Sander Hold-Down to Dump Body ______________________

Specify Size & Type Steel for Hold-Down Brackets__________________________

Specify Manufacturer, Model# and Work Load Limit of binder _________________

SAND DEFLECTORSCOMPLIES ___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 1/4” x 1” x 6”, 304 stainless steel welded 90° 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° 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° 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 1/4” square stainless steel tube mounted on the top of the hopper body and extending from the front to the rear in the center of the body shall be used to support the screens. The square tubing beam shall be braced in the center with 2” stainless steel pipe extending diagonally from the tubing beam to the inside wall and the outside side support jack of the hopper on each side . “I” beam shall have a lifting eye to facilitate level loading and unloading of the sander on the vehicle by lifting at only one lifting point. The “I” beam shall be bolted to the hopper ends and center bracing so that it can be removed.

COMPLIES ___YES NO___COVER: Grid type covers shall be furnished and constructed of not less than 3/8” 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 shall be below the "I" Beam so beam will contact bucket when loading sander, not covers.

Specify Diameter of Grid Rod_____________________________

Specify Size of Openings____________ X__________ inches

COMPLIES ___YES NO___SPINNER AND CHUTE: Chute shall be constructed of 10 GA. 304 stainless steel bolted to the rear of conveyor/auger, constructed so as to direct flow of material from conveyor/auger to spinner. Spinner shall be mounted to bottom of chute having three 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 shall be a minimum of 18"

ITB #8548 Revised: 02-27-17 Page 19 of 40

Page 20: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

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 shall be bolted to the center of the motor shaft to prevent it from falling off. Vendor shall fabricate, mount, and paint the NDOT Spinner Guard (Refer to drawing D8).

HYDRAULIC LINES: COMPLIES ___YES NO___Sanders shall be equipped with four stainless steel pipes running full length of sander on right side, midway up the side. Hydraulic lines are listed from the top down:

1/2" - pressure line for Spinner Motor 1/2” - pressure line for Pre Wet 3/4" - pressure line for Conveyor /Auger 1-1/2” return for all motors.

Three (3) high-pressure hoses shall be provided to connect hydraulic motors to pressure pipes. Three (3) low-pressure return hoses shall connect motors to return pipe.

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, free of all burrs and sharp edges. 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: 18’ of 1” black pipe 19” of 12” plank 10’ of ladder rung 20’ of ¼” x 1” flat bar 5’ of ¼” x 4” flat bar 2’ of ¼” x 2” x 3” angle iron 3’ of ¼” x 2” flat bar

COMPLIES ___YES NO___SPINNER GUARD/LADDER COLOR: NDOT Spinner Guard and Ladder unit shall be primed with etching catalyzed primer and painted Gloss Black (maybe single stage or dual stage paint) at a minimum of 5 mil thickness. No chrome or aluminum shall be painted.

Specify Color, Mfr. & No.________________________

MANUALS: If NDOT requests that vehicles be provided with sanders, one each of the following manuals shall be provided and delivered with completed unit. Manuals can be made available in hard copy, DVD or on-line formats.

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

ITB #8548 Revised: 02-27-17 Page 20 of 40

Page 21: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

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 shall be made from one single sheet of steel; steel for moldboard shall 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 shall meet or exceed American Welding Society Standards.

COMPLIES ___YES NO___PUSH FRAME MOUNTING: If NDOT chooses to request units be provided with snow plows, vendors shall manufacture and install the standard NDOT Plow Mount Frame Assembly. Mount shall be primed with etching catalyzed primer and painted gloss black at a 5 Mil minimum thickness. (Refer to drawings D2 and D3).

OVERALL MOLDBOARD LENGTH: Approximately 170".

Specify Overall Length: __________________________

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

Specify Cutting Width at 35º: _____________________

HEIGHT WITH 6" CUTTING EDGE (HIGH END): Approximately 58".

Specify Height: ______________________________

HEIGHT WITH 6" CUTTING EDGE (LOW END): Approximately 30".

Specify Height: ______________________________

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

WEIGHT: Approximate Weight 1900 pounds.

Specify Weight: _____________________________

COMPLIES ___YES NO___REINFORCEMENT: Moldboard shall be vertically reinforced with a minimum of five (5) ribs full radius of moldboard. Bottom of moldboard shall be reinforced with minimum 4" X 4" X 5/8" angle gusseted every 12" with 1/2” plate and 8" X 5" X 7" X 3/8" thick formed steel plate welded the full length at bottom of back side of plow. (Refer to Drawing D6).

Specify Type Reinforcing: ______________________

ITB #8548 Revised: 02-27-17 Page 21 of 40

Page 22: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

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

Specify Thickness: ______________________________

COMPLIES ___YES NO___CUTTING EDGE: Moldboard shall be punched to AASHTO Standards, 5/8" bolt holes on moldboard and lined up with plow blades. Moldboard shall require three (3) 4’ cutting bits. Cutting edge blades shall be furnished by Nevada Department of Transportation.

COMPLIES ___YES NO___PITCH: Shall be in accordance with attached (Refer to Drawing D4).

COMPLIES ___YES NO___COLOR: The complete unit shall be primed with etching catalyzed primer and painted Du Pont Imron Flat Black #7182050 or approved equivalent. Paint thickness shall be 5 mil.

Specify Mfr. & Color No.: __________________________

WARRANTY: Shall be covered by manufacturer’s standard warranty. Warranty shall start from the NDOT “In-Service” date.

Specify Warranty _________________________

WELDING: Units shall have continuous welds on all seams. Skip welds shall not acceptable. All welding shall meet or exceed American Welding Society standards. All metal shall be thoroughly cleaned, acid etched, primed, and painted. There shall be no sharp corners on the unit that shall 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 equivalent 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 FOR 11 FT. REVERSIBLE

SNOW PLOW MOLDBOARD

GENERAL: Moldboard for snowplow bid shall be new, 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 shall 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 shall meet or exceed American Welding Society Standards.

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

ITB #8548 Revised: 02-27-17 Page 22 of 40

Page 23: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

CUTTING WIDTH (AT 0°): Approximately 11'.

Specify Cutting Width: ______________________________

CLEARING WIDTH (AT 35 ): Approximately 9' 2".

Specify Clearing Width: _____________________________

CENTER HEIGHT: Approximately 40".

Specify Center Height: _______________________________

END HEIGHT: Approximately 58".

Specify End Height: ________________________________

WEIGHT: Maximum 2400 lb.

Specify Weight: ____________________________________

COMPLIES ___YES NO___REINFORCEMENT: Moldboard shall be vertically reinforced with a minimum of seven (7) ribs full radius of moldboard. Bottom of moldboard shall 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 Drawing D1).

Specify Type Reinforcing: ______________________

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

Specify Thickness: ______________________________ COMPLIES ___YES NO___CUTTING EDGE: Moldboard shall be punched to AASHTO Standards, 5/8" bolt holes on moldboard and lined up with the plow blades. Moldboard shall require two (2) 4’ cutting bits and one (1) 3’ cutting bit. Cutting edge blades shall be furnished by Nevada Department of Transportation.

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

COLOR: The complete unit shall be primed with etching catalyzed primer and painted Du Pont Imron Flat Black #7182050 or approved equivalent. Paint thickness shall be 5 mil.

Specify Mfr. & Color No.: __________________________

WARRANTY: Shall be covered by manufacturer’s standard warranty. Warranty shall start from the NDOT “In-Service” date.

Specify Warranty _________________________

ITB #8548 Revised: 02-27-17 Page 23 of 40

Page 24: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

WELDING: Units shall have continuous welds on all seams. Skip welds are not acceptable . All welding shall meet or exceed American Welding Society Standards. All metal shall be thoroughly cleaned, acid etched, primed, and painted. There shall be no sharp corners on the unit that shall 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 equivalent 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 FOR DUAL AUGER CARTRIDGE

Dual 7” OD augers, the two augers shall be driven by two sets of planetary gear boxes with 5.2:1 drive ratio and hydraulic motors pipe in series to counter rotate for good material flow. Augers shall be constructed of variable pitch ½” thick flighting. Augers shall be provided with a replaceable auxiliary radial bearing and thrust bearing on the idler ends.

Specify Mfr. & No. ____________________________________

SPECIFICATIONS FOR PINTLE CHAIN CARTRIDGE

Pintle Chain Cartridge: 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 24,500 lbs. tensile each strand. 7/16" diameter heat treated pins shall be exposed to prevent corrosion and seizing. Stainless Steel Strips to run a minimum of 122” for chain wear. Conveyor chain shall have a crossbar on third link. Standard link for chain shall have 3/8" X 1-1/2" cross sections.

Drive shall 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 2” diameter cold finished steel idler shaft. Driving and idler sprocket drive shaft shall be mounted on ball bearings at each end. Driving shaft shall connect to gear box with a 304 Stainless Steel, keyed coupler.

Specify Overall Width __________ inches.

Specify Gear Box Ratio__________

Specify Chain Tensile Strength__________ lbs. each

ITB #8548 Revised: 02-27-17 Page 24 of 40

Page 25: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

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

1. 8 Cu. Yd. Sander with 400-gallon Pre Wet System and a Spinner Guard $__________(Refer to specifications and Drawings D7/D8/D15).

2. Sprague Road Watch Infra-Red System (Thermometers) $ $__________

3. Timbren Load Boosters: Depending on the clearance between $__________the axle and the spring either the Model HSR001 or HST001

may be used. The Timbren Load Boosters used shall be preloaded approximate 1" when vehicle is unloaded, without a snowplow mounted.

4. One Way Snow Plow (Refer to specifications and Drawing D4) $__________Special Note to Vendor: If NDOT chooses to request vehicles with snow plows, it shall necessary for the vendor to also manufacture and install the standard NDOT Plow Mount Frame Assembly. (Ref to Drawings D2 & D11)

a. 10” offset to the right $__________.

b. Mailbox Cut $__________.

5. Reversible Snow Plow (Refer to Drawings D1/D5/D6). Special Note $___________to Vendor: If NDOT chooses to request vehicles be provided with snow plows, it shall be necessary for the vendor to also manufacture and install the standard NDOT Plow Mount Frame Assembly. (Ref to Drawings D2 and D3).

a. Mailbox Cut $___________

6. Henke Reversible Alaskan Expressway Plow, Model EXP12AK, $___________PN# 990001298. If NDOT chooses to request vehicle be provided with snow plow, it shall be necessary for the vendor to also manufacture and install the standard NDOT Plow Mount Frame Assembly. (Ref to Drawings D2 and D3).

a. Mailbox cut. $___________

7. Henke Model PPW-9, Mid-Mount, Postless Patrol Wing, 9’, Non Trip Edge, $___________Henke PN# 6249371.

8. Henke Model 43R J Parallel Lift Plow, with Square Spring Trip Edge, Steel $___________Moldboard, PN# 981050001.

9. Dual Auger Cartridge $___________

10. Pintle Chain Cartridge

ITB #8548 Revised: 02-27-17 Page 25 of 40

Page 26: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

Item Unit Extended MSRPNo. Qty Description Price Price Price

2.1 7 DUMP BODIES: Williamsen-Godwin Model ; ______ ________ ________each WSS-15-34, 304 Stainless Steel dump body style; per each per each

shall be in accordance with specifications, termsand conditions of this bid solicitation.

Specify Mfr. & No. _________________________

Specify Warranty __________________________

NOTE: Delivery shall be considered complete only when all ancillary parts and equipment have been received, including all manuals.

3. 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.

ITB #8548 Revised: 02-27-17 Page 26 of 40

Page 27: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

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

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 Notice of Award (NOA) / contract and any NOA/contract extensions unless otherwise specified on Attachment A.

ITB #8548 Revised: 02-27-17 Page 27 of 40

Page 28: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

4.2 The State generally pays within 30-45 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. Pursuant to NRS 227.185 and NRS 333.450, the State shall pay claims for supplies, materials, equipment and services purchased under the provisions of this ITB electronically, unless determined by the State Controller that the electronic payment would cause the payee to suffer undue hardship or extreme inconvenience.

Vendor’s Payment Terms:

4.3 Prompt payment discount periods equal to (or greater than) 30 calendar days shall receive consideration and bid pricing shall 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 NOA/Contract, is Free on Board (FOB) Destination (freight included) to the delivery address. FOB 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. (Refer to NRS 104.2319(1) (b); Uniform Commercial Code (UCC 2-319(1). Unless otherwise specified in the NOA/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 NOA/Contract, payment shall be made in accordance with Nevada law to the Vendor.

4.6 The State requests Manufacturer’s Suggested Retail Prices (MSRP) 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. The current card available for State agency use is a MasterCard product.

Purchasing (Credit) Cards Accepted: Yes No

Payment discount for transactions involving card use: % Discount

4.8 Delivery

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

ITB #8548 Revised: 02-27-17 Page 28 of 40

Page 29: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

5. BID SUBMITTAL INSTRUCTIONS

5.1 Bids shall be received at the address referenced below per Section 5.5, ITB Timeline. Bids that do not arrive by bid opening time and date shall not be accepted. Vendors may submit their bid any time prior to the above stated deadline.

5.2 Bids may be submitted via mail or overnight delivery.

5.2.1 Hard Copy Bid Submission: Shall be submitted in a sealed package, the package shall be clearly marked: Invitation to Bid No. 8548, Bid Opening Date: June 8, 2017.

Bid shall be submitted to:

State of Nevada, Purchasing DivisionMarti Marsh, Purchasing Officer515 E. Musser Street, Suite 300Carson City, NV 89701

5.2.2 Electronic Bid Submittal: Bids may be submitted via email at [email protected]. If vendors do not have access to email, bids may be submitted via facsimile to: 775-684-0169. Transmittals of either method shall be clearly marked per Section 5.2.1.

5.3 The State Purchasing Division shall 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.

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

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

5.5 ITB TIMELINE

The following represents the proposed timeline for this project. All times stated are Pacific Time (PT). These dates represent a tentative schedule of events. The State reserves the right to modify these dates at any time.

Task Date/Time

Deadline for submitting questions May 25, 2017 @ 12:00 PM

Answers posted to website On or about June 1, 2017

Deadline for submission and opening of bids No later than 2:00 PM on June 8, 2017

Evaluation period (approximate time frame) June 8 – 15, 2017

ITB #8548 Revised: 02-27-17 Page 29 of 40

Page 30: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

Task Date/Time

Selection of vendor On or about June 15, 2017

5.6 This entire document and any amendments, if applicable, to this ITB shall 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 shall be the Purchasing Division. Upon issuance of this ITB, employees and representatives of the agencies identified herein shall 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 restriction does not preclude discussions between affected parties for the purpose of conducting business unrelated to this procurement.

5.8 Sealed bids shall 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 (2) 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 shall 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 shall 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 NOA/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.

ITB #8548 Revised: 02-27-17 Page 30 of 40

Page 31: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

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

6.5.1 The location of the using agency to be supplied;6.5.2 The qualities of the articles to be supplied;6.5.3 The total cost of ownership of the articles to be supplied;6.5.4 The conformity of the articles to be supplied with the specifications;6.5.5 The purposes for which the articles to be supplied are required; and6.5.6 The dates of delivery of the articles to be supplied.

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

6.5.7 When the advertisement for bids includes a statement that bids for alternative articles shall be considered, alternative articles shall be considered in as much as they are determined to:

6.5.7.1 Meet or exceed the specifications of the article listed in the original request for bids;

6.5.7.2 The purchase of the alternative article results in a lower price; and

6.5.7.3 The Administrator or designee deems the purchase of the alternative article to be in the best interests of the State.

6.6 For the purpose of awarding a formal NOA/contract solicited in accordance NRS 333.300(2), if

6.6.1 A local business owned and operated by a veteran with a service-connected disability submits a bid or proposal for a NOA/contract for which the estimated cost is more than $50,000 but no more than $250,000 and is a responsive and responsible bidder, the bid or proposal shall be deemed to be five (5%) percent lower than the bid or proposal actually submitted.

6.6.2 A local business owned and operated by a veteran with a service-connected disability which is determined to be 50 percent or more by the United States Department of Veterans Affairs submits a bid or proposal for a NOA/contract for which the estimated cost is more than $250,000 but less than $500,000 and is a responsive and responsible bidder, the bid or proposal shall be deemed to be five (5%) percent lower that the bid or proposal actually submitted.

6.6.3 The preferences described above may not be combined with any other preference.

ITB #8548 Revised: 02-27-17 Page 31 of 40

Page 32: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

6.7 NRS 333.290 grants a preference to materials and supplies that can be supplied from a “charitable, reformatory or penal institution of the State” that produces such goods or services through the labor of inmates. The Administrator reserves the right to secure these goods, materials or supplies from any such eligible institution, if they can be secured of equal quality and at prices not higher than those of the lowest acceptable bid received in response to this solicitation. In addition, NRS 333.410 grants a preference to commodities or services that institutions of the State are prepared to supply through the labor of inmates. The Administrator shall apply the preferences stated in NRS 333.290 and 333.410 to the extent applicable.

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

6.9 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 an NOA/contract pursuant hereto, if it is in the best interest of the State to do so.

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

6.11 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 NOA/contract resulting from this ITB and any local government may join or use any NOA/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 NOA/contract resulting from this ITB.

6.12 Vendors who enter into an NOA/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.

6.13 When applicable, submission of a bid shall 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 shall be necessary to determine if a bid is in the best interest of the State.

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

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

6.16 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. Refer to NRS 333.333; NRS 600A.030(5).

ITB #8548 Revised: 02-27-17 Page 32 of 40

Page 33: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

6.17 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. Refer to NRS 600A.030(5).

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

6.19 Vendor Authorization: By submitting a bid 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 shall 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.

7. TERMS AND CONDITIONS FOR PURCHASE OF GOODS

7.1 Goods: As defined in NRS 104.2105, and as specifically identified in this ITB.

7.2 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.

7.3 Incorporated Documents: The NOA/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 NOA/Contract.

7.4 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 NOA/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.

ITB #8548 Revised: 02-27-17 Page 33 of 40

Page 34: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

7.5 TERMINATION:

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

7.5.2 State Termination for Nonappropriation: The continuation of the NOA/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 NOA/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.

7.5.3 Cause Termination for Default or Breach: A default or breach may be declared with or without termination. The NOA/Contract may be terminated by either party upon written notice of default or breach to the other party as follows:

7.5.3.1 If the vendor fails to provide or satisfactorily perform any of the conditions, work, deliverables, goods, or services called for by the NOA/Contract within the time requirements specified in the NOA/Contract or within any granted extension of those time requirements; or

7.5.3.2 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 NOA/Contract is for any reason denied, revoked, debarred, excluded, terminated, suspended, lapsed, or not renewed; or

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

7.5.3.4 If the State materially breaches any material duty under the NOA/Contract and any such breach impairs the vendor's ability to perform; or

7.5.3.5 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 an NOA/contract or securing favorable treatment with respect to awarding, extending, amending, or making any determination with respect to the performing of such NOA/contract; or

7.5.3.6 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 NOA/Contract.

ITB #8548 Revised: 02-27-17 Page 34 of 40

Page 35: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

7.5.4 Time to Correct: Termination upon a declared default or breach may be exercised only after service of formal written notice as specified in Section 7.4, Notice 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.

7.5.5 Winding Up Affairs Upon Termination: In the event of termination of the NOA/contract for any reason, the parties agree that the provisions of this paragraph survive termination:

7.5.5.1 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 NOA/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;

7.5.5.2 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.

7.6 REPRESENTATIONS AND WARRANTIES:

The vendor represents and warrants to the State:

7.6.1 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 NOA/Contract are true, correct, complete, and omit no information which would render them misleading.

7.6.2 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 NOA/contract.

7.6.3 Express Warranties: For the period specified in the NOA/Contract, Vendor warrants and represents each of the following with respect to any goods provided under the NOA/contract:

7.6.3.1 Fitness for Particular Purpose: The goods shall be fit and sufficient for the particular purpose set forth in the NOA/Contract.

7.6.3.2 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 NOA/Contract are ordinarily intended for use in general government administration and operations.

7.6.3.3 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.

ITB #8548 Revised: 02-27-17 Page 35 of 40

Page 36: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

7.6.3.4 Conformity: The goods shall conform to the standards, specifications and descriptions set forth in the NOA/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.

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

7.6.3.6 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.

7.6.3.7 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.

7.6.3.8 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.

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

7.6.3.10 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 NOA/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 NOA/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/Contract.

ITB #8548 Revised: 02-27-17 Page 36 of 40

Page 37: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

7.6.3.11 Warranties Cumulative: It is understood that warranties created by the NOA/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 may be construed in a manner consistent with one another.

7.6.3.12 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 NOA/Contract and any warranties implied by law, the parties agree that the specifications contained in the NOA/Contract shall be deemed technical and mere language of description.

7.6.3.13 Beneficiaries of Warranties: Benefit of any warranty made in the NOA/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.

7.7 Delivery, Inspection, Acceptance, Title, Risk of Loss: The Vendor agrees to deliver the goods as indicated in the NOA/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 shall give notice to the Vendor of any claim or damages on account of condition, quality, or grade of the goods, and shall specify the basis of the claim in detail. Acceptance of the goods described in the NOA/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.

7.8 No Arrival, No Sale: The NOA/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 NOA/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 NOA/Contract.

ITB #8548 Revised: 02-27-17 Page 37 of 40

Page 38: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

7.9 Breach, Remedies: Failure of either party to perform any obligation of the NOA/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 NOA/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 effective date of the NOA/Contract. See NRS 333.365. Either party, as a prevailing party to any arbitration or other action regarding the enforcement of the NOA/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.

7.10 Limited Liability: The State shall not waive and intends to assert available NRS Chapter 41 liability limitations in all cases. NOA/Contract liability of both parties shall not be subject to punitive damages.

7.11 Waiver of Breach: A failure to assert any right or remedy available to a party under the NOA/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 NOA/Contract, unless such waiver is contained in a writing signed by the waiving party.

7.12 Severability: If any provision contained in the NOA/Contract is held to be unenforceable by a court of law or equity, the NOA/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 NOA/Contract unenforceable.

7.13 Assignment/Delegation: To the extent that any assignment of any right under the NOA/Contract changes the duty of either party, increases the burden or risk involved, impairs the chances of obtaining the performance of the NOA/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 NOA/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.

7.14 Force Majeure: Neither party shall be deemed to be in violation of this NOA/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 shall 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 NOA/Contract after the intervening cause ceases.

7.15 Governing Law; Jurisdiction: This NOA/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/Contract. The parties consent to the jurisdiction and venue of the First Judicial District Court, Carson City, Nevada for enforcement of the NOA/Contract.

ITB #8548 Revised: 02-27-17 Page 38 of 40

Page 39: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

7.16 Entire Agreement; Conflict with Other Documents: The NOA/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 NOA/Contract. Except as previously stated, if any term in any incorporated attachment or in any Vendor's invoice contradicts or negates a term in the NOA/Contract, the NOA/Contract shall control. All amendments shall be in writing and signed by the parties.

7.17 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 shall be saved over the useful life of the item.

7.18 Term: In accordance with NRS 333.280, the Purchasing Division may enter into an NOA/contract for the furnishing of goods for not more than two (2) years. The original terms of an NOA/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.

7.19 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 shall 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.

7.19.1 Automobile Liability

Bodily 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 #8548 Revised: 02-27-17 Page 39 of 40

Page 40: Nevadapurchasing.nv.gov/uploadedFiles/purchasingnvgov/con… · Web viewUnless otherwise specified in the NOA/Contract, the price does not include applicable federal or State sales,

ATTACHMENT A – COMPLIANCE CERTIFICATION

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.

I have read, understand and agree to comply with Section 2, Item Specification in this ITB. Checking “Yes” indicates compliance, while checking “No” indicates non-compliance and shall be detailed in the table below. In order for any exceptions to be considered they shall be documented.

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

Vendor Name

Vendor Signature

Print Name Date

EXCEPTION SUMMARYAttached additional sheets if necessary

SECTION 2(SPECIFY ITEM #)

EXCEPTION(PROVIDE A DETAILED EXPLANATION)

ITB #8548 Revised: 02-27-17 Page 40 of 40