+ All Categories
Home > Documents > 333.190 Inspection of purchased commodities; material...

333.190 Inspection of purchased commodities; material...

Date post: 25-Mar-2018
Category:
Upload: phungkhue
View: 215 times
Download: 2 times
Share this document with a friend
48
State of Nevada Brian Sandoval Department of Administration Governor Purchasing Division 515 E. Musser St., Room 300 Lisa Sherych Carson City, NV 89701 Interim Administrator THE NEVADA STATE PURCHASING DIVISION IS SOLICITING BIDS FOR A 66,000 GVW CAB AND CHASSIS WITH COMBINATION VACUUM SEWER & CATCH BASIN CLEANER INVITATION TO BID NO. 8376 F.O.B. Nevada Department of Transportation, 310 Galletti Way, Sparks, NV 89431 Release Date: September 21, 2015 Vendor Questions Due: September 28, 2015 @ 2:00 P.M., PT Deadline for Submission and Opening Date and Time: October 8, 2015 @ 2:00 P.M., PT Requisition No. NDEQ016347/48/49/50 For additional information or to obtain a copy of this Invitation to Bid, please contact: Marti Marsh, Purchasing Division (775) 684-0180 (TTY for the Hearing Impaired: 1-800-326-6868 and ask the relay agent to dial (775) 684-0180) See page 21, for instructions on submitting bids. Company Name: ____________________________________________________________________ Contact Name: _________________________________________Title:________________________ Address: __________________________________________________________________________ City: ___________________________________________ State: ___________Zip: ______________ Revised 05/2012
Transcript
Page 1: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

State of Nevada Brian SandovalDepartment of Administration GovernorPurchasing Division515 E. Musser St., Room 300 Lisa SherychCarson City, NV 89701 Interim Administrator

THE NEVADA STATE PURCHASING DIVISION IS SOLICITING BIDS FORA 66,000 GVW CAB AND CHASSIS WITH COMBINATION VACUUM SEWER

& CATCH BASIN CLEANER

INVITATION TO BID NO. 8376

F.O.B. Nevada Department of Transportation, 310 Galletti Way, Sparks, NV 89431Release Date: September 21, 2015

Vendor Questions Due: September 28, 2015 @ 2:00 P.M., PTDeadline for Submission and Opening Date and Time: October 8, 2015 @ 2:00 P.M., PT

Requisition No. NDEQ016347/48/49/50

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

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

See page 21, for instructions on submitting bids.

Company Name: ____________________________________________________________________

Contact Name: _________________________________________Title:________________________

Address: __________________________________________________________________________

City: ___________________________________________ State: ___________Zip: ______________

Telephone (_____) __________________________ Fax (_____) ____________________________

E-Mail Address: _____________________________________________________________________

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

Minority Owned Women Owned Small Business

Page 1 of 30

Revised 05/2012

Page 2: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

TABLE OF CONTENTS

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

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

3. ITEM SPECIFICATIONS...............................................................................................................................4

4. PAYMENT......................................................................................................................................................19

5. BID SUBMITTAL INSTRUCTIONS...........................................................................................................20

6. BID SOLICITATION, EVALUATION AND AWARD PROCESS..........................................................21

7. TERMS AND CONDITIONS FOR PURCHASE OF GOODS.................................................................23

ATTACHMENT A..............................................................................................................................................29

ITB No. 8376 Revised 05/2012 Page 2

Page 3: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

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

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

1. PROJECT OVERVIEW

The purpose of this solicitation is to obtain competitive pricing for four (4) 66,000 GVW Cab and Chassis trucks with combination vacuum sewer and catch basin cleaner. Equipment shall be new only; used, refurbished, demo, prototype or gray market equipment will not be accepted. As a condition of this award, a vendor is required to deliver any vehicle(s) specified herein to any government entity using any award or contract that results from this solicitation through a licensed Nevada vehicle dealer, which will then be considered a joint submittal, or be a licensed Nevada vehicle dealer prior to the submission and opening date of the proposal pursuant to Nevada Revised Statute 482.

2. ACRONYMS/DEFINITIONS

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

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

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

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

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

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

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

been considered. See NRS 333.340

MSRP Manufacturer’s Suggested Retail Price

NAC Nevada Administrative Code

NOA Notice of Award

ITB No. 8376 Revised 05/2012 Page 3

Page 4: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

NRS Nevada Revised Statutes

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

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

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

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

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

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

State The State of Nevada and any agency identified herein.

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

UCC Uniform Commercial Code

3. ITEM SPECIFICATIONS

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

ITB No. 8376 Revised 05/2012 Page 4

Page 5: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

SPECIFICATIONS FOR 66,000 GVW CAB AND CHASSIS WITH COMBINATIONVACUUM SEWER & CATCH BASIN CLEANER

GENERAL: Vehicles furnished under this specification shall be basically the manufacturer's current conventional design for the type of vehicle specified and the allied equipment specified, complete with all necessary accessories customarily furnished with these vehicle types 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. Further, all vehicles furnished under this specification shall comply with the most current Nevada Revised Statutes, Federal Motor Vehicle Safety Standards, Federal Environmental Protection Agency Emission Control Standards for new motor vehicles (currently vehicles certified prior to the 2015 requirements) will not be considered.

Vehicle bid to be manufacturer’s current model. Vehicle will be used by the Nevada Department of Transportation as a Vacuum Sewer Cleaner and Catch Basin Cleaner at altitudes from 4,000 to 9,000 feet. Manufacturer will furnish the best gear ratio for this duty. Road speed to be 70 MPH at gross vehicle weight at manufactures rated engine R.P.M.

Specify Mfr. & No._________________________________________

Specify Road Speed________MPH @_______R.P.M.

Vehicle offered must bear manufacturer's factory stamped 66,000 GVW or higher rating plate, and vehicle bid shall conform to this rating in all component parts.

State G.V.W. Rating_____________________________

COMPLIES ____YES NO ____AIR CLEANER: To be manufacturer's heavy-duty dry type with service indicator. Cleaner must be approved by the engine manufacturer.

AIR CONDITIONER: Factory installed. Maximum BTU/HR available with radiator or grille mounted condenser.

Specify BTU/HR Rating_____________________COMPLIES ____YES NO ____

AXLES, Front: Front axle will have minimum capacity of 20,000 lbs., with oil lubricated wheel bearings. Seals shall be Stemco Type or equal with visual sight covers.

Specify Mfr. & No.________________________

State Capacity______________________COMPLIES ____YES NO ____

AXLES, Rear: Minimum capacity of 46,000 lbs., single speed, single reduction with inter-axle locking differential with air shift.

State Rear Axle Capacity________________________

ITB No. 8376 Revised 05/2012 Page 5

Page 6: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

COMPLIES ____YES NO ____BACK-UP ALARM: Shall be equipped with an OSHA approved electronic type back-up alarm; Db range 87 to 107 mounted so that alarm is clearly audible. To include a dash mounted switch for testing.

COMPLIES ____YES NO ____BATTERY: Heavy-duty “MAINTENANCE FREE” 12-volt with a minimum CCA rating of 2250 at 0 degrees Fahrenheit. The end user prefers that the battery box be mounted as far forward as possible on left hand side of vehicle only or inside of cab located under the passenger side seat.

State CCA Rating at 0 Deg. F.___________________COMPLIES ____YES NO ____

BRAKES: Shall be equipped with non-asbestos lining. Minimum front 16 1/2 x 6", minimum rear 16 1/2" x 7"; service brakes shall be "S" cam type on front and rear wheels, full air with warning buzzer; air gauge shall be dash mounted; compressor shall be piston type, water cooled, and to be engine crankcase lubricated. Rear brake chambers to be Type 30, front brake chambers shall be type 20 (or equal) all brake chambers shall be of the sealed type. Brakes shall be equipped with dust shields or backing plate. Vehicle shall also be equipped with a heated air dryer with extended purge capabilities and installed in accordance with manufacturer's instructions. Air dryer must be easily accessible. Vehicle must be equipped with automatic slack adjusters on all wheels.

Specify Front Brake Size____________ Specify Rear Brake Size____________

State Mfr. of Air Dryer________________________________________

Parking brakes shall be spring actuated with air release. Spring parking brake chambers shall be provided on both rear axles. A parking brake "ON" warning light will be provided. Brake system shall comply with Federal Law.

COMPLIES ____YES NO ____BUMPER: Front only, to be manufacturer's heavy-duty steel channel type. Bumper shall extend full width of vehicle.

COMPLIES ____YES NO ____CAB: Aluminum or anti-corrosion treated material composition (such as: hot-dipped, galvanized, etc. Paint is not acceptable) 114” minimum BBC cab required to include: a minimum 75-degree tilt fiberglass hood with fenders and splash guards attached to hood, stainless steel door hinges or rust resistant internal door hinges, interior noise reduction package, and thermal cab insulation in floor, walls and roof. Engine protrusion through or beyond the firewall into the cab area is unacceptable if access to the engine is through the cab area. Air ride cab is required.

Specify Cab Material Composition (*) __________ and BBC dimension __________

(*) Anti-corrosion treated cab material proposed must include documentation and/or specifications and manufacturer’s extended warranty with bid response in order to be considered.

CAB-TO-AXLE DIMENSION: Minimum of 194 inches.

State Dimension_________________________________

ITB No. 8376 Revised 05/2012 Page 6

Page 7: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

COMPLIES ____YES NO ____COLOR: The complete unit shall be primed with etching catalyzed primer; with the exception of the frame rails, complete unit is to be painted PPG Delta, “School Bus Yellow”, PN 80970 or equal (may be single stage or dual stage paint) at a thickness of 5 mil. No chrome or aluminum accessories are to be painted.

State Mfr. & No.________________________________COMPLIES ____YES NO ____

CHOCKS: Vendor is to provide two (2) wheel chocks and holder sufficient to hold the weight of the vehicle being bid.

COMPLIES ____YES NO ____COOLING SYSTEM: Shall be equipped with a heavy duty, high efficiency cooling radiator extended life coolant rated to -34° Fahrenheit and shall be equipped with a thermostatically controlled air operated fan clutch with dash mounted manual override switch. Fan shall be fully shrouded. Cooling system shall be capable of maintaining a safe driving temperature in extremely hot or cold weather. All hoses shall be silicone type with constant torque clamps.

COMPLIES ____YES NO ____ELECTRICAL SYSTEM: 12-volt with a minimum 160 amp brushless alternator. All wiring from the body of vehicle chassis shall be run in weather pack type connections. No splicing into OEM wiring outside of the cab will be allowed.

COMPLIES ____YES NO ____ENGINE: Shall be a fully electronic controlled, turbocharged, 4-cycle 6-cylinder diesel engine. The S.A.E. J1995 minimum gross horsepower shall be at least 370 HP; peak torque shall be a minimum of 1250 pounds foot at advertised RPM rating. Engine will be equipped with charge cooling and a 110-volt block heater with rigid mount plug to outside. All engine maintenance must be accessible from under the hood. Engine must be OEM certified. Engine compartment must be shielded from front wheel splash. Engine must be IAW current EPA Emission Standards. Cummins is the only engine manufacture that will be accepted.

State Mfr. & No. of Engine _______________________________________

State Gross Brake H.P. Rating at Manufacturer's Recommended R.P.M________

COMPLIES ____YES NO ____ENGINE BRAKE: Engine bid shall be equipped with a compression type engine brake. Engine or driveline retarders will not be considered.

State Type of Engine Brake______________________COMPLIES ____YES NO ____

EXHAUST SYSTEM: Shall be equipped with a horizontal diesel particulate filter not to extend past the back of the cab and a vertical exhaust stack with curved out exhaust and safety heat shield around the cab portion of the vertical exhaust stack.

FIRE EXTINGUISHER: Vendor is required to provide and install inside the cab, one (1) each, 5lb., refillable, ABC type Fire Extinguisher with metal head mounted with Amerex #862 Part Number 7023-0105 brackets.

ITB No. 8376 Revised 05/2012 Page 7

Page 8: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

FRAME: Shall be equipped with a heat treated “C” channel reinforced frame having a resistance to bending moment of 3,000,000 inch pounds minimum. Frame rails are to be painted high gloss frame rail black. Etched catalyzed primers required.

Specify RBM___________________________________________

COMPLIES ____YES NO ____FUEL TANK: Aluminum tank mounted on the left side with a minimum total volumetric capacity of 100 gallons with one or more steps if needed. Steps must be raised type (catwalk type grating) to prevent slipping. Visual top portion of tank will be sprayed with a non-slip coating if it is to be used as a step.

Specify Capacity ___________________________________

COMPLIES ____YES NO ____GAUGES: All gauges shall be registering type consisting of the following: Speedometer, tachometer, engine hour meter, voltmeter, engine oil pressure, water temperature, fuel gauge, air pressure gauge with warning buzzer, parking brake "ON" indicator light and all other manufacturer's standard gauges.

COMPLIES ____YES NO ____GLASS: All cab glass shall be tinted. All side windows to be power operated from the driver’s position.

HEATER & DEFROSTER: Heavy-duty fresh air type. COMPLIES ____YES NO ____

COMPLIES ____YES NO ____HOOD: Hood shall be forward tilting type (75 degrees) minimum. Majority of the fender must tilt with hood. Hood must have tilt assist.

COMPLIES ____YES NO ____HORNS: Shall be equipped with a minimum of one air horn, and one electric horn.

COMPLIES ____YES NO ____LIGHTS: Shall be equipped with the below listed lights: (No splicing into the OEM wiring under the hood will be allowed. All splices must be made in dash. All connections are to be done with weather pack connectors.):

a. Headlights shall be halogen type with high/low beams. Headlights will be able to be used as daytime running lights.

b. Front turn signal and parking lights with side cab amber turn signal.

c. Rear combination stop/tail and turn signal lights: Shall be equipped with Class A single faced red rear combination stop/tail and turn signal lights. 4-way hazard warning will be

required.

d. Shall be equipped with a Code 3 PSE CL299AAH strobe light (or equal), mounted in center of cab and visible from all angles.

ITB No. 8376 Revised 05/2012 Page 8

Page 9: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

e. Back up lightCOMPLIES ____YES NO ____

MIRRORS: Shall be equipped with two (2) rust/corrosion proof retractable, heated, minimum 2-way power adjustable outside rearview mirrors (with dash-mounted switch). Mirrors will be mounted so that they provide clear vision beyond the sides of the culvert cleaning unit. Approximate size 6" x 16", heated. Shall include stainless steel, heated, convex spot mirrors - 4" driver side, 6" passenger side.

COMPLIES ____YES NO ____POWER STEERING: To be manufacturer's standard dual steering gear or equal.

State Mfr. & No.________________________________

RADIO: Shall be AM/FM/CD player, factory installed. COMPLIES ____YES NO ____

COMPLIES ____YES NO ____SEATS: Driver's seat shall be a Bostrom Air Suspension Seat No. Talladega 915 (or equal) with standard passenger seats. Seats shall be equipped with shoulder belts for drivers and passenger seat. The height of seat back shall be to the top of the rear cab window and equipped with a minimum of a 3-point safety belt or 4-point, if available.

State Mfr. & No. of Driver's Seat_______________

SPRINGS: COMPLIES ____YES NO ____Front: Front springs to be heavy-duty leaf type; total spring capacity must not be less than axle capacity. Aluminum spring hangers are NOT acceptable. Shall have front shock absorbers.

State Capacity______________________

Rear: Rear springs shall be heavy duty Chalmers 800 series 46,000-pound suspension or equal.

Specify Capacity____________ Specify Suspension Mfr. & No. _____________

TIRES: COMPLIES ____YES NO ____Front: Shall be equipped with two (2) Major Brand Name 425 x 65R 22.5 tubeless, steel belted radial Highway tread, load range L 20 ply rating, shall be rated for 75 mph. All tires will be balanced with external lead weights. Balancing with steel weights or powder within the tire is unacceptable.

Specify Mfr. _______________________ Size ___________________________

Rear: Shall be equipped with eight (8) Major Brand Name11R22.5 tubeless, steel belted Highway rated Radial Tires, load range G, 14 ply rating, rated for 75mph. All tires will be balanced with external lead weights. Balancing with steel weights or powder within the tire is unacceptable.

Specify Mfr. _______________________ Size ___________________________

TRANSMISSION: Allison 3000 RDS Automatic Transmission with Dual PTO Provision.  

State Mfr. & No.________________________________

ITB No. 8376 Revised 05/2012 Page 9

Page 10: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

COMPLIES ____YES NO ____WHEELS: The two (2) front wheels shall be 22.5 X 12.25 DC 10-hole hub piloted steel disc type, powder coated Brite White wheels rated @ 11,400lbs. The eight (8) rear wheels shall be 22.5 X 8.25 DC 10-hole hub piloted steel disc type, powder coated Brite White wheels rated @7,400lbs.

WHEELBASE: Minimum 277 inches.

State Wheelbase_________________________________COMPLIES ____YES NO ____

WINDSHIELD WASHER: Shall be equipped with windshield washers with large capacity reservoir.

COMPLIES ____YES NO ____WINDSHIELD WIPERS: Shall be equipped with heavy-duty, intermittent, cowl mounted, electric wipers with heavy-duty arms, blades, and linkage.

MISCELLANEOUS EQUIPMENT TO BE INSTALLED BY MANUFACTURER: Shall be equipped with the below listed equipment.

1. Two (2) armrests.2. Two (2) sun visors.3. One (1) Power Point.4. Metal grab handles, one (1) on each side of cab to provide assistance in entering vehicle.

All miscellaneous equipment listed as standard by the manufacturer shall be included.

COMBINATION VACUUM SEWER CLEANER SPECIFICATIONS

VACUUM SEWER CLEANER: Must be current production model or equal.

State Mfr. & No.________________________________COMPLIES ____YES NO ____

DEBRIS BODY: Debris body shall be cylindrical in shape having a minimum usable capacity of twelve (12) cubic yards, and constructed with a minimum 1/4" corrosion and abrasion resistant Ex-Ten Steel. Body shall be capable of high dump height of 60” that must be achieved without the use of scissor lift mechanism. Body shall have full size rear door that is hinged at the top and is equipped with replaceable neoprene type seal. Body shall be dumped by raising the body to a 50 degree angle utilizing a forward mounted double acting hydraulic dump cylinder. Dump controls, accessory controls and e-stop controls must be provided at a central “Curb” side location directly behind the cab of vehicle. Debris body shall have a body flush out system with a fan-type spray nozzle located in the front wall of the debris body to aid in the flushing of heavy debris. The nozzle shall also utilize (2) spray nozzles to flush the front most area of the debris body. System must produce a flow of 80GPM. Control valve shall be on the curb side of the unit. Body shall have a float type automatic shut-off system protecting the Positive Displacement Blower with (2) 10" stainless steel shut-off balls located in the debris body. Each float ball housing shall be within a non-corrosive slide-out screen assembly and be accessed without the use of tools “NO EXPECTION”. Debris body shall be equipped with a rear door drain to drain off excess liquids while retaining solids and shall include a manually operated 6” knife valve with cam-lock

ITB No. 8376 Revised 05/2012 Page 10

Page 11: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

coupler. Vacuum relief system to include a 6" valve with 3" vent to atmosphere. Electrically activated, air operated valve debris body vacuum relief system shall be located in the inlet of the vacuum system to allow the venting of the tank and relieve vacuum at the debris intake hose. Three (3) Kunkel relief valves shall be included.

NOTE: The water tanks shall be totally separate from the debris tanks and provide no structural support and the water tanks shall share no common walls with the debris tanks to prevent corrosion. The debris tank shall have a minimum of 1,800 gallon water capacity.

State Capacity ____________________________Gallons

COMPLIES ____YES NO ____WATER TANK: Water tanks must be a certified metered capacity of 1,300 gallons, certification shall be necessary upon delivery (NO EXCEPTIONS). Tanks will be constructed of 1/8" aluminum, non-corrosive, non-flammable metal to prevent rust or water change. Tank to be filled from a hydrant utilizing a 2 1/2" fire hose with an anti-siphon device mounted on the tank. In addition, an in-line strainer will be installed in the fill line and another ahead of the pump. The tanks shall be totally separate from the debris tanks and provide no structural support and the tanks shall share no common walls with the debris tanks to prevent corrosion. All water tanks will be fully baffled to form maximum compartment storage of 150 gallons for each compartment. The water tank shall be located for the lowest possible center of gravity, not exceed 70" above the ground while providing 100% gravity flooded intakes to water pump. Water level sight tubes of non-yellowing plastic shall be installed on both tanks. The water tanks shall carry a 10 year warranty against corrosion or cracking.

Specify Warranty ________________________________

COMPLIES ____YES NO ____VACUUM DRIVE SYSTEM: Vacuum shall be provided by a positive displacement rotary lobe type blower driven via chassis engine and heavy duty split transfer case direct to the blower with an Interlock safety system to prevent drive axle from engaging. Blower shall be driven by the chassis engine and shall produce inlet volume of 4500 cfm @ 0" hg @ 2250 rpm and 3650 cfm @ 18" hg @ 2250 rpm vacuum (Roots 824RCS 18 or equal) NO EXCEPTIONS. Transfer case shall be activated via air shift controls in the vehicle cab to engage work / road mode. A hot shift blower drive system shall be provided including transfer case, air shift control, vacuum relief and front control for blower engagement. Blower shall be driven from chassis engine via the transmission drive shafts and heavy duty split shaft transfer case direct to blower. Engagement via air-shift clutch control at operator panel; the blower drive mechanism shall be engaged and disengaged via an electrical switch located at the operator's station on the front mounted hose reel; hydraulic shut off valves shall be provided at the suction return and filter lines to permit servicing of the hydraulic system. The vacuum system shall have three (3) relief valves set at 16" hg, heavy duty horizontal mounted noise muffler, removable and cleanable stainless steel filter screen, and shall be enclosed with a steel cage guard for safety.

COMPLIES ____YES NO ____VACUUM HOSE BOOM: The vacuum hose shall be designed to extend over the vehicle cab to the primary work station located at the front of the vehicle. The vacuum hose will be mounted and stored at front mounted work station; the sub-frame mounted cab guard shall be mounted behind cab with boom rest cradle. All connections between debris body and vacuum system will be of the self-adjusting pressure fitting type. Vacuum hose will remain stationary and not rise with debris body. Upper debris tube shall consist of an anchored steel tube and elbow. All vacuum pipes shall be connected to vacuum pick up tube and extension

ITB No. 8376 Revised 05/2012 Page 11

Page 12: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

pipes by adjustable over-center quick clamps to join the aluminum flanges on pipes. Boom support used for travel mode shall not interfere with access or require removal to tilt hood forward. The vacuum boom shall have a heavy-duty flexible hose assembly joining the transition pipe to the debris body and a 70-degree elbow and 5-1/2 inch heavy duty hose at the suction end of the boom. Boom shall rotate 180 degrees and shall be operated by an electric over hydraulic system. Lift and swing movements shall be actuated by hydraulic cylinders. The horizontal inner steel vacuum tube and inner box beam boom section shall telescope (tube within tube, box beam within box beam) and retract a minimum of 10' without affecting the vertical position of the pick-up tubes and shall be located at the front work station in its retracted position, providing 324" maximum reach off the longitudinal axis of unit. Boom shall be fully controlled by a remote push button pendant control station with 25 ft. cable and cordless remote boom control system equipped to activate boom functions, throttle, water pump on/off, hose reel in/out, hose reel speed, vacuum relief on/off and emergency disengagement e-stop shall be provided.

Controls to include: Up and down Left and right In and out boom functions Throttle Water pump on/off Hose reel in or out Hose reel speed Vacuum relief on/off Emergency disengagement e-stop, and Main power switch

A joystick for hydraulic control of the boom shall be installed on hose reel front panel. To include removable 4" diameter storage "Post" used to stabilize the lower boom hose during transport. Storage device shall not interfere with raising the hood. A detailed engineering drawing must be supplied showing the relationship of the hose reel in relation with the vacuum boom range of motion. Drawing shall show module mounted on chassis, full arc of vacuum hose both retracted and extended, full rotation of arc for hose reel in the extended position and dimension of arc lengths of vacuum boom retracted and extended.

COMPLIES ____YES NO ____WATER PUMP AND DRIVE: All controls will be located at front of vehicle. The high pressure rodder pump shall be hydraulically driven via (1) load sensing utility pump, (1) variable displacement pump and (1) fixed displacement pump, with hydraulic powered rodder pump via twin variable displacement hydraulic pumps and (1) fixed displacement utilizing (2) 10-bolt PTO's. High pressure water pump shall be rated capable of continuous delivery of 100 GPM at 2500 PSI (submit manufacturer support documentation) NO EXCEPTIONS. High-pressure water (rodder) pump system shall allow front-mounted controls for operation of three modes: (1) Low flow range 0-22 GPM; (2) medium-flow range 22-60 GPM / 2500 psi; and (3) High-flow range: 60 up to 100 GPM / 2500 psi, NO EXCEPTIONS. The hydraulic drive system shall allow variation of water pump speed independent of required vacuum drive speed within maximum drive engine speed of 1760 RPM. Water (rodder) pump shall include smooth and pulsation operation mode feature. When required to assist nozzle breaking through obstructions, water pump "pulsation mode" shall provide a forward-acting nozzle surge. Pulsation surge wave shall allow nozzle to punch forward 2" to 18". Water pump location shall provide a flooded gravity suction inlet to eliminate potential cavitation damage. The water pump shall provide precise 0-80 GPM controlled flow at variable pressure up to 2500 PSI. The hydro-pneumatic nitrogen charged

ITB No. 8376 Revised 05/2012 Page 12

Page 13: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

accumulator system shall be provided with all control valves, piping and hoses for either continuous flow or jackhammer rodding. Accumulator shall be a 2.5 gallon capacity and 1400 to 2500 PSI pressure rating. Two (2) 1/2" high pressure ball valves shall be provided for draining the water pump and flushing sediment from the bottom of the pump. A 3” gate valve between the water tank and pump shall be provided. Water pump shall have an hour meter provided. Oil to water heat exchanger will be provided in the water system to cool all hydraulic fluids on the unit.

COMPLIES ____YES NO ____CLEANING NOZZLES: A nozzle rack accommodating (3) nozzles shall be provided in curbside toolbox. The nozzles shall be labeled on storage rack for pipe size/flow and application. Unit will be delivered complete with the following nozzles:

a. One (1) 30 degree Sand Nozzle with Tungsten Carbide inserts with 6 rear facing inserts @ 30 degree angle, 2 front facing inserts @30 degree angle, nozzle diameter of 2-3/8” nozzle length of 7-7/8”. No Exceptions.

b. One (1) 30 degree Sanitary Nozzle with Tungsten Carbide inserts with 6 rear facing inserts @ 30 degree angle, nozzle diameter of 2-3/8” nozzle length of 4-1/4”. No Exceptions.

c. One (1) 15 degree Penetrator Nozzle with Tungsten Carbide inserts with 6 rear facing inserts @ 15 degree angle, 1 front facing insert @0 degree, nozzle diameter of 2-3/8” nozzle length of 4-1/2”. No Exceptions.

COMPLIES ____YES NO ____HOSE REEL ASSEMBLY: Hose reel assembly shall be front mounted and direct frame mounted. Hose reel assembly shall be mounted on an independent frame that can be removed from brackets attached permanently to front of main vehicle frame members. Reel will be manufactured of 1/4" spun steel for added structural strength and shall require no internal or external reinforcements that could damage rodder hose. Hose reel shall be driven by adjustable gear reduction chain and sprocket assembly. Hose reel shall operate at full rotational speed while chassis engine is at idle. Hydraulic Telescoping Rotating Hose Reel with 500' capacity of 1 ¼ " hose shall be provided. The front mounted hose reel shall telescope 15" forward down centerline of vehicle. The entire reel assembly shall rotate 270 degrees on a large diameter ball bearing and shall not extend beyond the width of the vehicle. Hose reel shall include a dual locking device to positively lock reel in any position across operating range. Controls shall be accessible on both sides of the hose reel, allowing operator to work at either side of the unit for safety purposes. An automatic hose level wind scroll device shall be supplied with an air-cylinder actuated pinch-roller that shall exert downward pressure across full width of reel to retain hose on reel when encountering nozzle blockages. A hose footage counter shall be supplied to indicate the amount of hose travel within pipe. Digital footage counter displaying absolute and relative footage values shall be provided. System must be capable of resetting relative value to ensure operator safety. Accuracy shall be within one percent of actual distance. Shall include a large, easy to read LCD display screen with large keypad and sealed membrane switches that are easily activated. Nema-4 moisture sealed enclosure with solid state circuitry. Outside dimensions to be 5-5/8” X 3-3/8” X 3/16”, LCD display area: 3.0” X 2.2”

COMPLIES ____YES NO ____FRONT OPERATING STATION AND CONTROLS: The primary operator station will be located at the front of vehicle on right curb side of hose reel. All front operator controls shall be accessible while operating either front or rear side of reel assembly. All operations to either side of unit shall position operator in front of

ITB No. 8376 Revised 05/2012 Page 13

Page 14: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

vehicle affording protection from oncoming traffic. The operating station shall include vehicle engine throttle, water pump (on/off), water pump mode, water pump flow meter, hose reel control valve (forward / reverse), adjustable hose reel speed control, oil dampened water pressure gauge, boom controls, digital water pump flow meter, and low water warning light. Tachometer and hour meter for chassis engine and blower shall be provided at control station. All hydraulic functions shall be color coded and sealed. All electric/hydraulic NEMA 4 switches shall be provided. Blower engagement/vacuum relief shall be sealed and all electric/air NEMA 4 switches shall be provided. Water pump hour meter and PTO hour meter shall be provided.

COMPLIES ____YES NO ____ELECTRICAL SYSTEM: The entire electrical system shall be vapor sealed to eliminate moisture damage; "Nema-4" type or equal. All electrical connections shall be void of exposed wires or terminals. All light bulbs shall be shock mounted to eliminate bulb failure. All wiring shall be color-coded and encased in conduit to terminal boxes with circuit breakers. Operator station work lights, mid truck mounted LED work light curbside, 2 LED Boom work lights, 2 LED rear door work lights, 6 light strobe system, one piece 8 LED light arrow stick and hose reel manhole work lights shall all be provided. Clearance, back-up, stop, tail & turn shall be L.E.D. lights. Electronic control system to include the following: Chassis Tachometer, Blower Tachometer, Operating Mode, PTO Mode, Hydraulic Oil Temperature shutdown and E-Stop shall be included. E-Stop activation must turn off rodder pump, shutdown PTO A & B, set chassis throttle to idle and open vacuum relief. E-stop must be located at each operator interface; including front/rear hose reel controls, pendant control and dump control location. Basic machine functions and both chassis and module diagnostics shall be provided.

COMPLIES ____YES NO ____MANHOLE WATER CLEANING SYSTEM: Unit will be complete with one (1) each hand gun with a rating of 20 GPM at 600 PSI at the nozzle. System will include 50' of 1/2" hose with appropriate disconnect fittings on hose and the vehicle water supply. System will include front and rear couplers with quick disconnects.

SAFETY EQUIPMENT: 7" dash monitor, 2-camera system shall be provided. A Front Hose Reel Color Camera with 130 deg. viewing Angle shall be provided to provide a front visual of the manhole cover to aid in equipment set-up. A rear back-up color camera with 130 deg. viewing angle shall be provided. Camera to have automatic activation when the unit is switched to reverse.

LINE SHEET: Two line sheets will be furnished with each unit.

PRE-DELIVERY SERVICE:a. Engine is to be filled to proper oil level.b. Transmission will be checked and filled to proper oil level.c. Cooling system will checked and filled to proper level and will contain extended life antifreeze

to -34 degrees F.d. All lights will be checked to confirm they are in working order.

TRAINING: The successful bidder will be required to provide training as required on operation and maintenance of unit within 15 days of completed unit being placed in service. Duration and dates of training required will be determined jointly between the successful vendor and the State of Nevada, Department of Transportation, Equipment Division. Training shall include eight (8) hours diagnostics and troubleshooting for mechanics. Training will be provided at the end users location in Elko, Las Vegas and Reno, NV for an

ITB No. 8376 Revised 05/2012 Page 14

Page 15: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

estimated 5 to 50 employees.

Note: This training is to be provided at no charge to the State of Nevada.

MANUALS: For each unit as built: The following manuals must be available online or in DVD format.

a. Parts Catalog.b. Shop Manualc. Operator's Manualsd. Training DVD.e. Electrical System schematics/drawings.

PAYMENT FOR VEHICLE WILL NOT BE PROCESSED UNTIL ALL MANUALS, DRS AND / OR MSO HAS BEEN RECEIVED.

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

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

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

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

QUOTE AS OPTION:

1. Wireless Belly Pack $____________.

2. Armor Belt Series Hoses $____________.

3. Hydro Excavation Kit $____________.

4. 5’ Telescope Boom Extension $____________.

5. 10 Light “LED” Directional Arrowboard $____________.

6. Backup Cameras $____________.

7. Manuals: For each unit as built, price separate:

One (1) Parts Catalog $ ____________

ITB No. 8376 Revised 05/2012 Page 15

Page 16: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

One (1) Shop Manual $ ____________Three (3) Operator's Manuals $ ____________One (1) Training DVD (if available). $ ____________One (1) Electrical System schematics/drawings $ ____________

Item Unit Extended MSRPNo. Qty Description Price Price Price

3.1 4 CAB & CHASSIS: 66,000 GVW; with Combination ________ _________ _______each Vacuum Sewer & Catch Basin Cleaner; shall be in per each per each

accordance with specifications, terms and conditions of this solicitation.

Specify Mfr. & No. ____________________________

Specify Warranty _____________________________

ADDITIONAL REQUIREMENTS

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

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

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

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

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

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

ITB No. 8376 Revised 05/2012 Page 16

Page 17: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

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

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

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

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

10) As a condition of award, a vendor is required to deliver any vehicle(s) specified herein to any government entity using any award or contract that results from this solicitation through a licensed, Nevada vehicle dealer which will then be considered a joint submittal, or be a licensed Nevada vehicle dealer prior to the submission and opening date of the price agreement pursuant to Nevada Revised Statute 482. In the spaces below, please provide the Purchasing Division with the name, address, telephone number, facsimile number and license number of the dealer who will provide or perform the delivery of the completed unit(s).

Name: _________________________________________________________

Address: _______________________________________________________

Telephone Number: ____________________Fax: ______________________

Nevada Vehicle Dealer License Number: _____________________________

Signature of Nevada Vehicle Dealer: _________________________________

Failure to provide the requested information may be cause for rejection of your response.

11) 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.

12) All equipment, included in the base vehicle 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 vehicle description that is to be locally installed must be clearly listed. Any options that will be locally installed must be so noted.

13) WARRANTY & RECALL SERVICE: All warranty and recall service shall be performed at a service facility located within the State of Nevada. Bids on equipment from manufacturers that do not have service facilities within the State or who cannot provide such service by an authorized representative

ITB No. 8376 Revised 05/2012 Page 17

Page 18: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

within the State of Nevada will bear the cost of transportation to and from the place where work is to be done.

Warranty and Maintenance Requirements

a) Manufacturer's warranty shall be a minimum of 12 months on entire vehicle and 12 additional months on power train or longer if provided by O.E.M. at no cost to the State. Warranty will not begin until the unit has arrived at and been accepted by the at the final use location. NDOT Equipment Division will provide the vendor with the effective date. A copy of the manufacturer's and/or vendors standard warranty must be submitted with pricing.

b) Vendor must provide details of any upgrade or delayed start warranty and any maintenance policy including costs to keep warranties in effect.

c) All warranty and recall service shall be performed at a factory authorized service facility located within the State of Nevada.

NOTE: Any information required for periodic service checks required to keep warranties in effect must be provided by successful bidder.

14) 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.

15) 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).

16) 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.

17) Vendor is required to provide Dealers Report of Sale (DRS) or Manufacturers Statement of Origin (MSO) with each equipment item at the time of delivery. Please specify the DRS/MSO be made out to:

Nevada Department of Transportation P.O. Box 930 Reno, Nevada 89504

18) Delivery to Nevada shall be by rail or truck transport to the place of business where body will be installed. 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.

ITB No. 8376 Revised 05/2012 Page 18

Page 19: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

While generally accepted large truck transportation is to piggyback two trucks and drive the third, the State of Nevada does not waive the 500-mile limitation without receiving specific written approval from the Purchasing Division prior to delivery/acceptance.

If a variance to the mileage limitation is approved, the Purchasing Division will require, at a minimum, a mileage discount of $1.00 per mile and a guarantee of full warranty from the date of acceptance by the end user regardless of mileage.  

Please be advised, the State of Nevada does not routinely and in many cases will not approve a variance to the mileage limitation.  A dealer may risk considerable financial loss if they assume the variance will be granted in due course.  The State will not accept liability for any losses incurred as a result of excess mileage.

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

4. PAYMENT

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

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

Vendor’s Payment Terms _____________________________

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

Vendor’s Prompt Payment Discount Offered ____________________

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

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

ITB No. 8376 Revised 05/2012 Page 19

Page 20: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

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

4.7 Purchasing Card Acceptance

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

Purchasing (Credit) Cards accepted: Yes __________ No __________

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

4.8 Delivery

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

5. BID SUBMITTAL INSTRUCTIONS

5.1 Bids must be received at the address referenced below no later than 2:00 PM Pacific Time, October 8, 2015. Bids that do not arrive by bid opening time and date WILL NOT BE ACCEPTED. Vendors may submit their bid any time prior to the above stated deadline.

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

5.2.1 Hard Copy Bid Submission: Must be submitted in a sealed package, the package must be clearly marked: Invitation to Bid No. 8376, Bid Opening Date: October 8, 2015.

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: Faxed bids shall be sent to 775-684-0169 ONLY. Bids sent to any other fax number will NOT be accepted. Awarded vendor will be required to follow up with an original signature of the submitted bid. Bids sent by fax must be sent with a cover page, the package must be clearly marked: Invitation to Bid No. 8376, Bid Opening Date: October 8, 2015.

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

5.4 The Purchasing Division will accept questions received by email regarding this ITB as follows:

ITB No. 8376 Revised 05/2012 Page 20

Page 21: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

The Question Submittal Form is located on the Bidding Opportunities webpage at http://purchasing.state.nv.us/bids/bdocs.htm. Scroll down to the Bid number and select the “Question” link.

The deadline for submitting questions is September 28, 2015 at 2:00 p.m., Pacific Time. All questions and/or comments will be addressed in writing and responses e-mailed or faxed to prospective vendors on or about October 1, 2015.

5.5 ITB TIMELINE

TASK DATE/TIME

Deadline for submitting questions September 28, 2015 @ 2:00 P.M., PT

Answers to all questions submitted available on or about October 1, 2015

Deadline for submission and opening of bids October 8, 2015 @ 2:00 P.M., PT

Evaluation period October 8 – 18, 2015

Selection of vendor on or about October 18, 2015

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

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

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

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

6. BID SOLICITATION, EVALUATION AND AWARD PROCESS

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

ITB No. 8376 Revised 05/2012 Page 21

Page 22: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

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

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

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

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

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

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

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

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

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

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

of the State.

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

ITB No. 8376 Revised 05/2012 Page 22

Page 23: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

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

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

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

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

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

7. TERMS AND CONDITIONS FOR PURCHASE OF GOODS

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

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

7.3 TERMINATION:

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

7.3.2 State Termination for Nonappropriation. The continuation of the Contract beyond the current biennium is subject to and contingent upon sufficient funds being appropriated, budgeted, and otherwise made available by the State Legislature and/or federal sources.

ITB No. 8376 Revised 05/2012 Page 23

Page 24: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

The State may terminate the Contract, and the Vendor waives any and all claim(s) for damages, effective immediately upon receipt of written notice (or any date specified therein) if for any reason the Contracting Agency’s funding from State and/or federal sources is not appropriated or is withdrawn, limited, or impaired.

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

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

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

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

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

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

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

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

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

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

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

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

ITB No. 8376 Revised 05/2012 Page 24

Page 25: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

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

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

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

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

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

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

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

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

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

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

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

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

ITB No. 8376 Revised 05/2012 Page 25

Page 26: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

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.

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

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

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

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

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

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

7.7 BREACH, REMEDIES: Failure of either party to perform any obligation of the Contract shall be deemed a breach. In the event of a breach, the party asserting breach may, in addition to any

ITB No. 8376 Revised 05/2012 Page 26

Page 27: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

remedies or rights afforded by Nevada law, cancel the Contract with respect to any executory obligations. All rights and remedies are cumulative with one another and with those provided by law, and exercise of one remedy or right is not a waiver of the right to pursue any other right or remedy afforded. Penalties provided under Nevada law shall be limited to those in effect on the effective date of the Contract. See NRS 333.365. Either party, as a prevailing party to any arbitration or other action regarding the enforcement of the Contract, is entitled to reasonable attorney’s fees and costs. It is specifically agreed that reasonable attorneys' fees shall include without limitation One hundred twenty-five dollars ($125) per hour for State-employed attorneys. The State may set off consideration against any unpaid obligation of the Vendor to any State agency.

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

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

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

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

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

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

ITB No. 8376 Revised 05/2012 Page 27

Page 28: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

7.14 ENTIRE AGREEMENT; CONFLICT WITH OTHER DOCUMENTS: The Contract (including all incorporated attachments) is intended by the parties as the final expression of their agreement and is the complete and exclusive statement of the terms hereof. All prior agreements are superseded and excluded. Prices, quantities, dates, and places of deliveries and means of transportation may be fixed by attachments to the Contract. Except as previously stated, if any term in any incorporated attachment or in any Vendor's invoice contradicts or negates a term in the Contract, the Contract shall control. All amendments must be in writing and signed by the parties.

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

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

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

ITB No. 8376 Revised 05/2012 Page 28

Page 29: 333.190 Inspection of purchased commodities; material …purchasing.nv.gov/.../content/Bids/Documents/BID8376.doc · Web viewOil to water heat exchanger will be provided in the water

ATTACHMENT A

VENDOR AUTHORIZATION AND COMPLIANCE CERTIFICATION

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

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

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

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

SIGNATURE _________________________________________ ___________________ Vendor Date

PRINT NAME _________________________________________ Vendor

EXCEPTION SUMMARYAttached additional sheets if necessary

BID SECTION NUMBER

BID PAGE NUMBER

EXCEPTION (PROVIDE A DETAILED EXPLANATION)

ITB No. 8376 Revised 05/2012 Page 29


Recommended