Bid Document - Somerset County

advertisement
County of Somerset New Jersey
PO Box 3000 – 20 Grove Street
COUNTY ADMINISTRATION BUILDING
SOMERVILLE, NJ 08876-1262
PURCHASING DIVISION
KAREN L. MCGEE, RPPO, QPA
Purchasing Agent
PHONE: (908) 231-7053
Fax: (908) 575-3917
NOTICE TO BIDDERS
Sealed bids will be received by the Purchasing Agent for the County of Somerset on
November 10, 2015 at 2:00pm. prevailing time in the Purchasing Division, County
Administration Building, 20 Grove St., Somerville, NJ 08876 at which time and place bids will be
opened and read in public for:
Cab & Chassis with Single Axle Hook Lift and Optional Snow Plow and Equipment
Contract: CC-9013-15
Proposals must be made on the standard proposal forms, be enclosed in a sealed package
bearing the name and address of the bidder and the “BID TITLE NAME & CONTRACT” on the
outside, addressed to Karen L. McGee, Purchasing Agent at the address above.
Specifications and instruction to bidders may be obtained at the Purchasing Office or the County
website at www.co.somerset.nj.us *
* All Bid Addenda will be issued on the website. Therefore, all interested respondents should
check the website from now through bid opening. It is the sole responsibility of the respondent
to be knowledgeable of all addenda related to this procurement.
Bidders shall comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17-27 et seq.
Karen L. McGee, QPA
Purchasing Agent
NOTICE- RESULTS OF ALL BIDS ARE POSTED ON THE COUNTY WEB SITE.
1
COUNTY OF SOMERSET
GENERAL INSTRUCTIONS
1.
SUBMISSION OF BIDS
A. Sealed bids shall be received in accordance with public advertisement as required by law, a copy of said
notice being attached hereto and made a part of these specifications.
B. Each bid shall be submitted on the proposal form attached, in a sealed envelope
(1) addressed to the Purchasing Agent
(2) bearing the name and address of the bidder on the outside
(3) clearly marked "BID" with the name of the item(s) being bid. Provide One (1) Original & One (1) copy
of the bid.
(4) We now store all responses electronically; therefore submit all pages of the response on a CD in
addition to the printed copies.
C. It is the bidder's responsibility to see that bids are presented to the Purchasing Agent on the hour and at
the place designated. Bids may be hand delivered or mailed; however, the County disclaims any
responsibility for bids forwarded by regular or express mail. If the bid is sent by express mail, the
designation in B. above must also appear on the outside of the express company envelope. Bids
received after the designated time and date will be returned unopened.
D. The County reserves the right to postpone the date for presentation and opening of bids and will give
written notice of any such postponement to each prospective bidder as required by law.
E. Multiple Bids Not Accepted
More than one bid from an individual, a firm or partnership, a corporation or association under the same
or different names shall not be considered.
F. The Somerset County Park Commission is to be considered an agency of the County entitled
to participate in the contract(s) resulting from this bid.
2.
BID SECURITY
The following provisions, if indicated by an (x), shall be applicable to this bid and be made a part of the
bidding documents:
A.
BID GUARANTEE
Bidder shall submit with the bid a certified check, cashier’s check or bid bond in the amount of ten
percent (10%) of the total price bid, but not in excess of $20,000, payable unconditionally to the County.
When submitting a Bid Bond, it shall contain Power of Attorney for full amount of Bid Bond from a surety
company authorized to do business in the State of New Jersey and acceptable to the County.
The check or bond of the unsuccessful bidder(s) shall be returned as prescribed by law. The check or
bond of the bidder to whom the contract is awarded shall be retained until a contract is executed and the
required performance bond or other security is submitted.
The check or bond of the successful bidder shall be forfeited if the bidder fails to enter into a contract
pursuant to statute. Failure to submit required guarantee shall be cause for rejection of the bid.
B.
CONSENT OF SURETY
Bidder shall submit with the bid a Certificate (Consent of Surety) with Power of Attorney for full amount of
bid price from a Surety Company authorized to do business in the State of New Jersey and acceptable to
the County stating that it will provide said bidder with a Performance Bond in the full amount of the bid.
This certificate shall be obtained in order to confirm that the bidder to whom the contract is awarded will
furnish Performance and Payment bonds from an acceptable surety company on behalf of said bidder,
any or all subcontractors or by each respective subcontractor or by any combination thereof which results
in performance security equal to the total amount of the contract, pursuant to statute.
Failure to submit this shall be cause for rejection of the bid.
2
C.
PERFORMANCE BOND
Successful bidder shall simultaneously with the delivery of the executed contract, submit an executed
bond in the amount of one hundred percent (100%) of the acceptable bid as security for the faithful
performance of this contract.
3.
QUOTATIONS, BIDS AND FORMS
A. (1). The County of Somerset is exempt from any local, state or federal sales, use or excise
tax. Somerset County will not pay service charges such as interest and late fees.
(2). The County of Somerset or any of its offices and divisions will not complete credit
applications as a result of contract(s) resulting from award based on these specifications. The
County is rated by:
Standard & Poor’s Ratings Group: AAA
Moody’s Investors Services: Aaa
Dun and Bradstreet
B. Bids must be signed in ink by the bidder; all quotations shall be made with a typewriter/computer or pen
and ink. Any quotation showing any erasure alteration must be initialed by the bidder in ink. Unit prices
and totals are to be inserted in spaces provided.
C. Failure to sign and give all information in the bid may result in the bid being rejected.
D. Estimated Quantities (Open-Ended Contracts, Purchase as Needed) The County has attempted to
identify the item(s) and the estimated amounts of each item bid to cover its requirements; however, past
experience shows that the amount ordered may be different than that submitted for bidding. The right is
reserved to decrease or increase the quantities specified in the specifications pursuant to Statute. NO
MINIMUM PURCHASE IS IMPLIED OR GUARANTEED.
E. Insert prices for furnishing all of the material described. Prices shall be met including all transportation
charges fully prepaid by the contract F.O.B. destination and placement as designed by the County. No
additional charges will be allowed for any transportation costs resulting from partial shipments made at
vendors’ convenience when a single shipment is ordered.
F. Any bidder may withdraw his bid at any time before the time set for receipt of bids. No bid may be
withdrawn in the 60 day period after the bids are received.
G. All forms shall be completed and attached to the bid proposal. BIDDER IS ALERTED TO THE
BID DOCUMENT CHECK LIST PAGE.
4.
INTERPRETATIONS AND ADDENDA
A. The bidder understands and agrees that its bid is submitted on the basis of the specifications
prepared by the County. The bidder accepts the obligation to become familiar with these specifications.
B. Bidders are expected to examine the specifications and related documents with care and observe all
their requirements. Ambiguities, errors or omissions noted by bidders should be promptly reported in
writing to the Purchasing Agent. In the event the bidder fails to notify the County of such ambiguities,
errors or omissions, the bidder shall be bound by the bid.
C. No oral interpretation of the meaning of the specifications will be made to any bidder. Every request for
an interpretation shall be in writing, addressed to the Purchasing Agent. In order to be given consideration,
written requests for interpretation must be received as least ten (10) days prior to the date fixed for the
opening of the bids. Any and all such interpretations and any supplemental instructions will be in the form
of written addenda to the specifications, and will be distributed to all prospective bidders, in accordance
with Statute. All addenda so issued shall become part of the contract documents, and shall be
acknowledged by the bidder in the bid. The County’s interpretations or corrections thereof shall be final.
D. 1. If the amount shown in words and its equivalent figures do not agree, the written words shall
be binding. Ditto marks are not considered writing or printing and shall not be used.
2. In the event that there is a discrepancy between the unit prices and the extended totals, the unit prices
shall prevail. In the event there is an error of the summation of the extended totals, the computation
by the County of the extended totals shall govern.
3
5.
BRAND NAMES, STANDARDS OF QUALITY, PATENTS
A. Only manufactured and farm products of the United States, wherever available, shall be used
on this contract in accordance with prevailing statutes.
B. Brand names and or descriptions used in this bid are to acquaint bidders with the type of commodity
desired and will be used as a standard by which alternate or competitive materials offered will be
judged. Competitive items must be equal to the standard described and be of the same quality of work.
Variations between materials described and the materials offered are to be fully explained by the bidder
on a separate sheet and submitted with the proposal form. Vendor's literature will not suffice in
explaining exceptions to these specifications. In the absence of any changes by the bidder, it will be
presumed and required that materials as described in the proposal be delivered.
C. It is the responsibility of the bidder to demonstrate the equivalency of item(s) offered. The County
reserves the right to evaluate the equivalency of a product which, in its deliberations, meets its
requirements.
D. The contractor shall hold and save harmless the County, its officers, agents, servants, and employees,
from any liability of any nature and kind for or on account of the use of any copyrighted or uncopyrighted
composition, secret process, patented or unpatented invention or article furnished or used in the
performance of this contract.
E. Wherever practical and economical to the County, it is desired that recycled or recyclable products be
provided. Please indicate when recycled products are being offered.
6.
AWARD OF BID
A. The County reserves the right to accept or reject any or all bids, to waive identified irregularities and
technicalities, and to award in whole or in part to the lowest responsible bidder, if it is in the best interest
of the County to do so. Without limiting the generality of the foregoing, any bid which is incomplete,
obscure, or irregular may be rejected, any bid having erasures or corrections in the price sheet may be
rejected; any bid in which unit prices are omitted, or in which unit/total prices are unbalanced, may be
rejected; any bid accompanied by any insufficient or irregular certified check, cashier's check or bid
bond may be rejected.
B. The County further reserves the right to award each item separately to the lowest responsible bidder
meeting specifications or to make an award based on the total bid to the bidder whose total sum is the
low bid meeting the specifications, whichever in the awarding authorities' opinion is in the best interest of
the County. Without limiting the generality of the foregoing, the County reserves the right to award a
contract based on either option that may be described in the bid proposal or based on any combination
thereof.
C. The County reserves the right to award equal or tie bids at their discretion to any one of the tie
bidders.
D. Should the bidder, to whom the contract is awarded, fail to enter into a contract, the County may then, at
its option, accept the bid of the next lowest responsible bidder.
E. The effective period of this contract will be two years unless otherwise noted in the specifications.
Continuation of the terms of this contract beyond the fiscal year is contingent on availability of funds in
the following year's budget. In the event of unavailability of such funds, the County reserves the right
to cancel this contract.
F. Government entities are not private business/consumer clients; therefore, separate company
agreements are not honored. Terms of the specifications/bid package prevail unless otherwise noted by
the vendor as exceptions.
7.
NEW JERSEY PREVAILING WAGE ACT (When Applicable)
Pursuant to N.J.S.A. 34:11-56.25 et seq., contractors on projects for public work shall adhere to all
requirements of the New Jersey Prevailing Wage Act. The contractor shall be required to submit a certified
payroll record to the owner within ten (10) days of the payment of the wages. The contractor is also
responsible for obtaining and submitting all subcontractors’ certified payroll records within the
aforementioned time period. The contractor shall submit said certified payrolls in the form set forth in
4
N.J.A.C. 12:60-6.1(c). It is the contractor’s responsibility to obtain any additional copies of the certified
payroll form to be submitted by contacting the New Jersey Department of Labor andWorkforce
Development, Division of Workplace Standards. Additional information is available at
www.state.nj.us/labor/lsse/lspubcon.html.
8.
THE PUBLIC WORKS CONTRACTOR REGISTRATION ACT
N.J.S.A. 34 :11-56.48 et seq. requires that a general or prime contractor and any listed subcontractors
named in the contractor’s bid proposal shall possess a certificate at the time the bid proposal is submitted.
After bid proposals are received and prior to award of contract, the successful contractor shall submit a
copy of the contractor’s certification along with those of all listed subcontractors. All non-listed
subcontractors and lower tier sub-subcontractors shall be registered prior to starting work on the project. It
is the general contractor’s responsibility that all non-listed sub-contractors at any tier have their certificate
prior to starting work on the job.
Under the law a “contractor” is “a person, partnership, association, joint stock company, trust, corporation
or other legal business entity or successor thereof who enters into a contract” which is subject to the
provisions of the New Jersey Prevailing Wage Act (N.J.S.A. 34 :11-56.25, et seq.) It applies to contractors
based in New Jersey or in another state.
The law defines “public works projects” as contracts for “public work” as defined in the Prevailing Wage
statute (N.J.S.A. 34 :11-56.25(5) ). The term means:

“Construction, reconstruction, demolition, alteration, or repair work, or maintenance work, including
painting and decorating, done under contract and paid for in whole or in part out of the funds of a
public body, except work performed under a rehabilitation program.

“Public work” shall also mean construction, reconstruction, demolition, alteration, or repair work,
done on any property or premises, whether or not the work is paid for from public funds… “

“Maintenance work” means the repair of existing facilities when the size, type or extent of such
facilities is not thereby changed or increased. White “maintenance” includes painting and
decorating and is covered under the law, it does not include work such as routine landscape
maintenance or janitorial services.
To register, a contractor must provide the State Department of Labor with a full and accurately completed
application form. The form is available online at www.state.nj.us/labor/Isse/Ispubcon.html. N.J.S.A. 34:1156.55 specifically prohibits accepting applications for registration as a substitute for a certificate or
registration.
9.
NON-COLLUSION AFFIDAVIT
The Non-Collusion Affidavit, which is part of these specifications, shall be properly executed and
submitted intact with the proposal.
10.
NON-DISCRIMINATION
There shall be no discrimination against any employee engaged in the work required to produce the
commodities covered by any contract resulting from this bid, or against any applicant to such
employment because of race, religion, sex, national origin, creed, color, ancestry, age, marital
status,
affectional or sexual orientation, familial status, liability for service in the Armed Forces of the United
States, or nationality. This provision shall include, but not be limited to the following: employment
upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination, rates of pay
or other forms of compensation, and selection for training, including apprenticeship. The contractor
shall insert a similar provision in all subcontracts for services to be covered by any contract resulting from
this bid.
11.
MANDATORY EEO/AFFIRMATIVE ACTION EVIDENCE
NO FIRM MAY BE ISSUED A CONTRACT UNLESS THEY COMPLY WITH THE EEO/AFFIRMATIVE
ACTION REGULATIONS OF P.L. 1975, c. 127, AS AMENDED FROM TIME TO TIME, AND THE
AMERICANS WITH DISABILITIES ACT
5
.
A. Procurement, Professional and Service Contracts
All successful vendors must submit prior to an award of the contract one of the following:
(1)
A photocopy of their Federal Letter of Affirmative Action Plan Approval, or
(2)
A photocopy of their State Certificate of Employee Information Report, or
(3)
A photocopy of completed Affirmative Action Employee Information Report:
AA302- Available on-line at www.state.nj.us/treasury/contract_compliance
B. Construction Contracts
All successful contractors must submit prior to signing of the contracts an Initial Project Manning Report
(AA201-available on-line at www.state.nj.us/treasury/contract_compliance for any contract award that
meets or exceeds the bidding threshold.
12.
WORKER AND COMMUNITY RIGHT TO KNOW ACT
The manufacturer or supplier of chemical substances or mixtures shall label them in accordance with the N.J.
Worker and Community Right to Know Law (N.J.S.A. 34: 51 et seq., and N.J.A.C 5:89-5 et seq.).
All direct use containers shall bear a label indicating the chemical name(s) and Chemical Abstracts Service number(s)
of all hazardous substances in the container, and all other substances which are among the five most predominant
substances in the container, or their trade secret registry number(s). (N.J.A.C. 8:59-5) or adhere to the requirements of
The Globally Harmonized System of Classification and Labeling of Chemicals (GHS) and the U.S. Occupational Safety
and Health Administration (OSHA) Hazard Communication Standard (HCS) as outlined in the Federal Register / Vol.
77, No. 58 / Monday, March 26, 2012 / Rules and Regulations as adopted in final rule by DEPARTMENT OF LABOR,
Occupational Safety and Health Administration, 29 CFR Parts 1910, 1915, and 1926, [Docket No. OSHA–H022K–
2006–0062, (formerly Docket No. H022K)], RIN 1218–AC20, Hazard Communication. Further, all applicable
documentation must be furnished.
.
13.
STATEMENT OF CORPORATE OWNERSHIP
In accordance with N.J.S.A. 52:25-24.2, no corporation, partnership, limited partnership, limited liability
corporation, limited liability partnership, Subchapter S corporation or sole proprietorship, shall be awarded
a contract, unless prior to the receipt of the bid or accompanying the bid of the corporation, partnership,
limited partnership, limited liability corporation, limited liability partnership, subchapter S corporation or sole
proprietorship, there is submitted to the County a statement setting forth the names and addresses of all
stockholders who own 10% or more of the stock, of any class or of all individual partners who own a 10%
or greater interest in the corporation, partnership, limited partnership, limited liability corporation, limited
liability partnership, Subchapter S corporation or sole proprietorship. If one or more such stockholder or
partner is itself a corporation or partnership, the stockholders holding 10% or more of that corporation’s
stock, or the individual partners owning 10% or greater interest in that partnership, as the case may be,
shall also be listed. The disclosure shall be continued until names and addresses of every noncorporate
stockholder and individual partner, exceeding the 10% ownership criteria established in this act has been
listed. This form shall be signed and submitted with the bid/proposal whether or not a stockholder or
partner owns less than 10% of the business submitting the bid. Failure to comply requires mandatory
rejection of the bid/proposal.
14.
ACQUISITION, MERGE, SALE AND/OR TRANSFER OF BUSINESS, ETC.
It is understood by all parties that if, during the life of the contract, the contractor disposes of his/her
business concern by acquisition, merger, sale and/or transfer or by any means convey his/her interest(s) to
another party, all obligations are transferred to that new party. In this event, the new owner(s) will be
required to submit, when required, a performance bond in the amount of the open balance of the contract.
15.
INSURANCE AND INDEMNIFICATION
If it becomes necessary for the contractor, either as principal or by agent or employee, to enter upon the
premises or property of the owner in order to construct, erect, inspect, make delivery or remove property
hereunder, the contractor hereby covenants and agrees to take use, provide and make all proper,
necessary and sufficient precautions, safeguards, and protection against the occurrence of happenings
of any accident, injuries, damages, or hurt to person or property during the course of the work herein
covered and be his/her sole responsibility
6
.
The contractor further covenants and agrees to indemnify and save harmless the owner from the payment
of all sums of money or any other consideration(s) by reason of any, or all, such accidents, injuries,
damages, or hurt that may happen or occur upon or about such work and all fines, penalties and loss
ncurred for or by reason of the violation of any owner regulation, ordinance or the laws of the State, or the
United States while said work is in progress.
The contractor shall maintain sufficient insurance to protect against all claims under Workers
Compensation, General Liability and Automobile and shall be subject to approval for adequacy of
protection and certificates of such insurance shall be provided with the owner named as additional insured.
A. Insurance Requirements
Worker’s Compensation and Employer’s Liability Insurance
This insurance shall be maintained in full force during the life of this contract by the bidder covering all
employees engaged in performance of this contract pursuant to N.J.S.A. 34:15-12(a) and N.J.A.C. 1
2:235-1.6. Minimum Employer’s Liability $l,000,000.00.
General Liability Insurance
This insurance shall have limits of not less than $3,000,000.00 any one person and $3,000,000.00 any one
accident for bodily injury and $3,000,000.00 aggregate for property damage, and shall be maintained in
force during the life of the contract.
Automobile Liability Insurance
This insurance covering bidder for claims arising from owned, hired and non-owned vehicles with limits of
not less than $3,000,000.00 any one person and $3,000,000.00 any one accident for bodily injury and
$3,000,000.00 each accident for property damage, shall be maintained in force during the life of this
contract by the bidder.
B. Certificates of the Required Insurance
Yes
No
Certificates as listed above shall be submitted along with the contract as evidence covering
Comprehensive General Liability, Comprehensive Automobile Liability, and where applicable,
necessary Worker’s Compensation and Employer’s Liability Insurance. Such coverage shall be with
acceptable insurance companies operating on an admitted basis in the State of New Jersey and shall
name the OWNER as an additional insured.
Self-insured contractors shall submit an affidavit attesting to their self-insured coverage and shall name the
OWNER as an additional insured.
C. Indemnification
Successful respondent shall indemnify and hold harmless the OWNER from all claims, suits or actions
and damages or costs of every name and description to which the OWNER may be subjected or put by
reason of injury to the person or property of another, or the property of the OWNER, resulting from
negligent acts or omissions on the part of the bidder, the bidder’s agents, servants or subcontractors in the
delivery of goods and services, or in the performance of the work under the contract.
Somerset County will not accept Mutual Limitation of Liability terms.
16.
PAYMENT
Payment will be made after a properly executed County voucher has been received and formally approved
on the voucher list by the Board of Chosen Freeholders at its subsequent regular meeting. The voucher
will be certified correct by the department/division head who received the goods or services.
17.
TERMINATION
A.
DEFAULT
Non-performance of the Contractor in terms of specifications shall be a basis for termination of the contract
by the County. The County may terminate the contract upon 30 days' written notice to the Contractor. The
County shall not pay for any services and/or materials which are unsatisfactory. The contractor may be
7
given a reasonable opportunity before termination to correct the deficiencies. This, however, shall in no
way be construed as negating the basis for termination for non-performance.
B.
UNCONDITIONAL TERMINATION FOR CONVENIENCE:
The County may terminate the resultant contact for convenience by providing sixty (60) calendar days
advance notice to the contractor.
C.
TERMINATION FOR DEFAULT:
If the Contractor fails to meet deadlines, or fails to provide the agreed upon services, and or material
altogether, a termination for default will be issued, but only after the County has determined the Contractor
has failed to remedy the problem after being forewarned.
D.
TERMINATION BY THE COUNTY:
If the Contractor should be adjudged bankrupt or should make a general assignment for the benefit of its
creditors, or if a receiver should be appointed on account of its insolvency, the County may terminate this
contract. If the Contractor should persistently or repeatedly refuse or should fail, except in cases for which
extension of time is provided, to provide enough properly skilled workers or proper materials, or persistently
disregard laws and ordinances, or not proceed with work of this contract, the County shall give the
Contractor fifteen (15) calendar days written notice. Upon receipt of such termination notice, the Contractor
shall be allowed seven (7) calendar days to cure such deficiencies.
18.
INDEMNIFICATION:
The Contractor agrees to indemnify and save harmless the County, its officers, agents and employees,
hereinafter referred to as indemnities, from all suits, including attorney's' fees and costs of litigation,
actions, loss damage, expense, cost of claims, of any character or on account of any act, claim or amount
arising or recovered under Workers Compensation law, or arising out of failure of the Contractor or those
acting under Contractor to conform to any statutes, ordinances, regulations, law or court decree. It is the
intent of the parties to this contract that the indemnities shall, in all instances, except for loss or damage
resulting from the sole negligence of the indemnitee, be indemnified against all liability, loss or damage of
any nature whatsoever.
19.
ADDITIONS/DELETIONS OF SERVICE:
The County reserves the right to add and/or delete services to this contract. Should a service requirement
be deleted, payment to the Contractor will be reduced proportionally to the amount of service deleted in
accordance with the bid price. Should additional services be required, payment to the Contractor will be
increased proportionally to the amount of service added in accordance with the bid price.
20.
Vendor’s literature and/or pricing sheets will not be accepted in lieu of completing the proposal blank(s)
set forth in these specifications.
21.
Bidders shall not write in margins or alter the official content or requirements of the County bid documents.
22.
SPECIFICATIONS
Any prospective bidder who wishes to challenge a bid specification shall file such challenges in writing with
the contracting agent no less than three business days prior to the opening of the bids. Challenges filed
after that time shall be considered void and having no impact on the contracting unit or the award of
contract.
23.
OWNERSHIP OF MATERIAL
The owner shall retain all of its rights and interest in any and all documents and property both hard copy
and digital furnished by the owner to the contractor for the purpose of assisting the contractor in the
performance of this contract. All such items shall be returned immediately to the owner at the expiration or
termination of the contract or completion of any related services, pursuant thereto, whichever comes first.
None of the documents and/or property shall, without the written consent of the owner, be disclosed to
others or used by the contractor or permitted by the contractor to be used by their parties at any time
except in the performance of the resulting contract.
Ownership of all data, materials and documentation originated and prepared for the owner pursuant to this
contract shall belong exclusively to the owner. All data, reports, computerized information, programs and
materials related to this project shall be delivered to and become the property of the owner upon
completion of the project. The contractor shall not have the right to use, sell, or disclose the total of the
interim or final work products, or make available to third parties, without the prior written consent of the
8
owner. All information supplied to the owner may be required to be supplied on CD-ROM media
compatible with the owner’s computer operating system, windows based, Microsoft Office Suite 2000.
24.
AMENDMENTS TO N.J.S.A. 2C: 21-33 et. seq. “TRUTH IN CONTRACTING”
New provisions of law govern false claims and representation. It is a serious crime for the vendor to
knowingly submit a false claim and/or knowingly make material misrepresentation. There are enhanced
penalties for areas of false claims, bid rigging and bribery, gratuities and gifts; and conflict of interest.
Please consult the statute for further information.
25.
N.J. BUSINESS REGISTRATION PROGRAM
Certificate required pursuant to C57, PL2004; failure to be registered by time of contract award may be
cause for rejection. Entities or individuals that need to file for a certificate may do so on-line through the NJ
Division of Local Government Services at the following link:
http://www.state.nj.us/treasury/revenue/busregcert.shtml.
26.
“PAY TO PLAY” – NOTICE OF DISCLOSURE REQUIREMENT – P.L. 2005,
Chapter 271, Section 3 Reporting (N.J.S.A. 19:44A – 20.27)
Any business entity that has received $50,000 or more in contracts from government entities in a
calendar year is required to file an annual disclosure report with ELEC. The instructions and form are
available on the ELEC website.
th
Annual Disclosures require submission by March 30 of each year covering contracts and contributions for
the prior calendar year.
At a minimum, a list of all business entities that file an annual disclosure report will be listed on ELEC’s
website at www.elec.state.nj.us.
If you have any questions please contact ELEC at:
1-888-313-ELEC (3532) (toll free in NJ) or 609-292-8700
(1)
(2)
(3)
(4)
27.
NON-ALLOCATION OF FUNDING TERMINATION
Each fiscal year payment obligation of the Owner is conditioned upon the availability of Owner funds
appropriated or allocated for the payment of such an obligation. If funds are not allocated and available for
the continuance of any services performed by the Contractor hereunder, whether in whole or in part, the
Owner at the end of any particular fiscal year may terminate such services. The Owner will notify the
Contractor in writing immediately of any services that will be affected by a shortage of appropriated funds.
This provision shall not be construed so as to permit the Owner to terminate this Agreement during the
term, or any service hereunder, merely in order to acquire identical services from a third party contractor.
28.
NON-PAYMENT OF PENALTIES AND INTEREST ON OVERDUE BILLS
Public funds may be used to pay only for goods delivered or services rendered. Somerset County will not
pay penalties and/or interest on overdue bills. No employee is authorized to sign a letter of credit or any
other document that represents a legal commitment on the part of the County to pay additional fees.
29.
FIRM FIXED CONTRACT
This is a firm fixed contract, prices firm, FOB County locations. No price escalation. The vendor shall void
the contract and permit the County to solicit open market pricing should any price increase or surcharge be
imposed.
30.
W-9
Successful bidder/respondent shall complete W-9 Form and submit to Purchasing prior to contract
award. The form is available at the following link: www.irs.gov/pub/irs-pdf/fw9.pdf
31.
HIPAA (If Applicable)
Both parties agree to comply with all requirements of the Federal Health Insurance Portability and
Accountability Act of 1996 (“HIPAA”) as maybe amended from time to time, and the corresponding HIPAA
regulations for the confidentiality and security of medical information.
The Contractor shall:
 Not use or disclose protected health information other than as permitted or required by law
 Use appropriate safeguards to protect the confidentiality of the information
 Report any use or disclosure not permitted
9
The contractor, by execution of the contract, shall thereby indemnify and hold the County harmless from
any and all liabilities, claims, actions, costs and penalties which may be incurred as the result of the failure
of the contractor to comply with the requirements of the Health Insurance Portability and Accountability Act
(HIPAA) or any other statute or case law protecting the privacy of persons using its services.
32.
PUBLIC EMERGENCY
In the event of a Public Emergency declared at the Local, State or Federal Level, if the County opts to
extend terms and conditions of this bid, the contractor agrees to extend the terms and conditions of this bid,
whether existing, expiring or expired no longer than six months, for goods and/or services for the duration
of the emergency. In the event the original contractor cannot meet this requirement, the County may solicit
the goods and/or services from any bidder on this contract.
33.
SOURCE OF SPECIFICATIONS/BID PACKAGES
Official County bid packages for routine goods and services are available from www.co.somerset.nj.us at
no cost to the vendor. All addenda are posted on this site. Potential bidders are cautioned that they are
bidding at their own risk if a third party supplied the specifications that may or may not be complete. The
County is not responsible for third party supplied specifications
34.
DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN
P.L. 2012, c.25 prohibits State and local public contracts with persons or entities engaging in
certain investment activities in energy or finance sectors of Iran.
10
SPECIFICATIONS
All dimensions, capacities, weights and ratings shall be considered minimums unless otherwise noted.
Vendor shall list exceptions in the exception areas and none if there are no exceptions. If the vendor
makes no notations in this area the buyer shall assume that the unit offered meets all specifications.
1.0 General Description
1.1
The following specifications are the minimum requirements for a 2016 or newer Cab &
Chassis with a Single-Axle Hook Lift with optional Snow Plow and Equipment.
EXCEPTION: _____________________________________________________________
2.0 Order / Customer Vehicle Information:
2.1
Initial Registration Location: New Jersey
2.2
Type of Service: Municipal on-off highway and inner city operation.
2.3
Vehicle Application Class: Vocational Class “A” – unlimited operation on concrete,
asphalt with a maximum 6% grade; limited operation on concrete or asphalt with a
maximum 8% grade. Two (2) axles – 43,000 lbs.
2.4
Vehicle Type – straight truck
2.5
Vehicle Use & Body / Trailer Type: Hook lift with snowplow
EXCEPTION: ______________________________________________________________
3.0 BVS / Front Axle Position / Wheel Base / Platform:
3.1
Chassis (Base Model): Six (6) wheel truck with extended day cab.
3.2
Frame Rail: single frame 10-11/16 x 3-1/2 x 1/2in. main rail steel section shall be modulus
22.35 cubic inch / RBM 2,683,000 lbs. per rail, with full inside liner. No partial frame
inserts will be accepted (no exceptions)
3.3
All frame rails will be zinc coated.
3.4
Wheelbase: 176” wheel base
3.5
Platform: 167.6” LP 62” min AF used with 105.6” CA
3.6
Chassis must have 18” full parent frame rail extension. No bumper extensions welded and
or bolted frame extensions. (no exceptions)
3.7
Chassis shall have a 105” clear frame cab to axle dimension.
EXCEPTION: ______________________________________________________________
4.0 Engine / Transmission / Clutch
4.1
Engine: Cummins PX9 – 300HP @ 2,000 RPM & 860 ft. lbs.; Max torque at 1,300 RPM.
Must comply with the latest federal emission regulations (2015). Vertical exhaust stack
and full length heat shield. (no exceptions)
4.2
Diesel particulate filter (DPF) located under right side of cab. (no exceptions)
4.3
Selective catalytic reduction (SCR) located under right side of cab. (no exceptions)
4.4
Transmission: Allison automatic RDS 3500; RDS 6-speed with PTO gear and right and left
PTO openings. (no exceptions)
EXCEPTION: ______________________________________________________________
11
5.0 Engine Equipment
5.1
Air compressor: 18.7 CFM minimum
5.2
Air governor: mounted on firewall
5.3
Alternator: 12v - 160 amps minimum – brushless – with battery voltage sense
5.4
Starter: 12v with centralized power distribution incorporating plug-in style relays
5.5
Batteries: Three (3) 12v Group 31 700/2100 CCA threaded stud type
5.6
Battery disconnect switches: Two (2) mounted on battery box
5.7
Coolant: good to -20 degrees Fahrenheit
5.8
Engine Retarder: Turbo exhaust brake (no exceptions)
5.9
Engine Immersion Block Heater: 1000 watt, 120 volt w/ plug and mounted under left side
of cab
5.10 Exhaust: Single vertical exhaust system mounted on side of cab to reduce wheelbase for
maximum maneuverability
5.11 Single heat shield and stack bright finish
5.12 Flywheel Housing: aluminum
5.13 Fuel-Water Separator: Heated with manual drain valve w/ WIF sensor
5.14 Radiator: HD core 1000 square inch minimum, clog resistant and stationary mounted (no
exceptions)
EXCEPTION: ______________________________________________________________
6.0 Transmission Equipment / Drivelines
6.1
Transmission mounts: severe service rear transmission support (no exceptions)
6.2
Trans oil cooler heat exchanger and oil level sensor for Allison transmission
6.3
Synthetic lubricant – transmission – Transynd lube for Allison transmission (no
exceptions)
6.4
Vocational package – Allison warranty: municipal – 3 years unlimited mileage, parts and
labor mandatory
6.5
Driveline- Main: Dana-Spicer SPL170Xl-2 – with coated splines, with venter bearing
EXCEPTION: ______________________________________________________________
7.0 Cab
7.1
7.2
7.3
7.4
7.5
7.6
7.7
7.8
7.9
7.10
7.11
Air conditioning / heater 45,000 BTU
Air Ride Cab: Dual air bags mounted on heavy-duty cross member
Cab, full extended conventional with 6” of length. All aluminum construction with
fiberglass hood components only for corrosion protection, - mandatory.
Three (3) extra dash mounted illuminated switches minimum for emergency lighting
Fender extensions
A 5 lb. Fire extinguisher between left-hand seat base and door with valve aimed rearward /
triangle reflective kit with three (3) triangles / first-aid kit.
Gear Shift: Neutral to range inhibit
Grille: Fixed grill, bright finish stainless steel
Headlamp: Bezel – molded plastic with bright finish
Horn: One (1) individual rectangular air horn – 23” roof mounted
Identification / Clearance Lights: Set of five (5) LED type marker clearance lights, roof
mounted
12
7.12
7.13
7.14
All wiring and connectors to be manufacturer supplied – no splicing will be accepted
Instrument Panel: Custom finish and cup holder
Interior Trim Features:
-
Padded headliner with integral overhead header console with storage
-
Rear panel storage pouch
-
Black rubber floor mats with closed cell nitrile backing
-
Custom black dash panel covering
-
Cup Holder – console mounted
-
Slate grey or black gauge panel with B/F bezels
-
Padded door insert panel
- Full telescoping and tilt steering column (no exceptions)
7.15 Mirror Brackets: Bright finish extended for 102” width
7.16 Mirrors – Exterior: West Coast, RH & LH bright finish mirror heated with control switch
on driver door – heated convex 8 ½ “ mounted exterior over passenger door.
7.17 Radio: AM/FM CD with weather band / Bluetooth
7.18 Additional wiring in upper center console for Two (2) way radio installation.
7.19 Seat – Driver side: Hi-Back air suspension with dual arm rests and 20” cushion, adjustable
with 2 position air lumbar support – grey vinyl
7.20 Seat – Rider: Hi-Back non-suspension with seat belts
7.21 Seat Belts / Retractors: Lap and shoulder with cab mounted shoulder belt with adjustable
ring for driver and rider seats.
7.22 Storage Accessories: Padded vinyl with header storage opening
7.23 Sun Visor – Exterior: Bright stainless steel only, no marker lights in sun visor
7.24 Sun Visor – Interior: Both sides – padded vinyl
7.25 Window Controls and Door Locks: Power and L & R hand from driver’s door control
7.26 Windshield Washer Reservoir: Standard positioning
EXCEPTION: ______________________________________________________________
8.0
Frame Equipment / Fuel Tanks:
8.1
Bumper – Front: Powder coated black finish, steel 3-piece off set.
8.2
Cross-members: Back of cab, steel rolled flange I-beam.
8.3
Flaps- Mud (Front): Aux Splash protection on front wheel
8.4
Towing Device – Front: 2 removable hooks
8.5
Towing Device – Rear: Two frame mounted hooks
8.6
Fuel Tank – LH: Seventy-five (75) gallon, 24.5” diameter, unpainted aluminum tank
8.7
Fuel Tank Straps: Bright finish, stainless steel
EXCEPTION: ______________________________________________________________
9.0
Front Axle / Equipment / Tires:
9.1
Front Axle: 20,000lb. Meritor or equivalent with wide pivot center
9.2
Tires Type – Front: 315/80R22.5, 20 ply, one (1) spare rim and one (1) spare tire to match,
42.8 inch diameter
13
Wheels – Front: Aluminum (10-hole), Two (2) 22.5 x 9.00 Alcoa , hub-piloted (11 ¼
/286MM)
9.4
Hubs – Front: Cast Iron, 20,000lbs. rated
9.5
Brakes - Front: “S” Cam-type 16.5” x 6 - Bendix 20,000lbs. rated
9.6
Brake Drums – Front: Cast outboard mounted, hub pilot
9.7
Slack Adjusters – Front: Bendix ES – Automatic 20,000lbs. rated
9.8
Springs – Front: Taper Leaf HD 20,000lbs. ground load rating. Include front shocks.
9.9
Steering: Dual Sheppard integral power or equal with power steering cooler air to oil
EXCEPTION: ______________________________________________________________
9.3
10.0 Rear Axle / Equipment / Tire / Ratios:
10.1 Rear Axle: Meritor or equivalent rated at 23,000 lbs. Forged casted carrier with cab
operated differential lock out switch.
10.2 Tires Brand / Type – Rear: Tubeless Radial Ply, M843 (4) 12R22.5 16 Ply minimum
traction. One (1) spare rim and tire to match delivered unit.
10.3 Carrier / Ratio – Rear Axle: 5.57
10.4 Wheel Back: Aluminum (10 hole 2 22.5 x 8.25 Alcoa) 10 hole piloted.
10.5 Brakes – Rear: Bendix 16.5” x 7” minimum – extended service S-cam
10.6 Brake Drums – Rear: Cast outboard mounted
10.7 Slack Adjusters – Rear: Haldex – automatic or equal
10.8 Suspension – Rear: single Reyco or equivalent 79KB taperleaf 26K – steel crossmembers
and gussets, longlife spring w/ helper.
10.9 Spring Brake Chambers: Type 30/30 Rear
10.10 Synthetic Lubricant: Rear axle 75w-90
EXCEPTION: ______________________________________________________________
11.0 Air / Brake:
11.1 Air Dryer: Heated Bendix air dryer is extended purge
11.2 Moisture ejection valve w/ pull cable drain
11.3 Schrader valve to charge air system
11.4 Anti-Lock Brake System: Bendix
11.5 Automatic Drain Valve: Bendix (heated) one (1) on supply wet tank manual drain valve
lanyard.
Lanyard control on all tanks with manual drain valves.
11.6 Trailer Connections: Mounted on end of frame, full truck kit with air and seven (7) way
electrical female receptacles with J560 ABS electrical supply. To include Glad Hands,
Tractor protection
valve, and dash mounted hand control valve.
EXCEPTION: ______________________________________________________________
12.0 Electrical:
12.1 Back Up Alarm: Constant audible (mounted on rear cross member).
12.2 Battery Shock Pads
12.3 Daytime Running Lights
12.4 Electrical Circuit Protection Package: 12 volt with circuit breakers only. (Headlamp
circuit SAE Type I; all other circuits SAE Type LI)
12.5 Negative ground system
14
12.6 Electrical connections with waterproof connectors.
12.7 Headlights: Halogen lighting
12.8 Signal Flasher Type: Transistorized turn signal flasher.
12.9 Dash mounted snow plow light switch – plow lights on – headlights off
12.10 LED lighting where applicable.
12.11 3 Switch pack shall be provided for body upfit.
12.12 Front strobe lights.
12.13 Cab mounted, rear facing work light shall be provided and installed.
EXCEPTION: ______________________________________________________________
13.0 Paint:
13.1 Paint – Cab Exterior: One color base with clear coat
13.2 Paint – Cab Interior: Slate Grey with Dark Slate Grey trim
13.3 Paint – Chassis Running Gear: Black (Urethane)
EXCEPTION: ______________________________________________________________
14.0 Vehicle Electronics:
14.1 Tamper resistance
14.2 Electronic throttle control
14.3 Engine protection system, engine shutdown and warning with manual override switch
14.4 Vehicle Data Log: Furnish a vehicle data log feature – trip recorder (includes
comprehensive current and total trip log, maintenance log, trip histograms, driver event
log, and customer definable trip log. (features should be programmable through PC
software must have on board diagnostics)
EXCEPTION: ______________________________________________________________
15.0 Manual Requirements:
15.1 Manuals: protection plan; technical service manuals
15.2 The following:
15.2.1 One (1) set of shop, service, parts, and electrical diagnostic manuals
15.2.2 Five (5) sets of ignition, entry, flare kit, and first aid kit
15.2.3 Electrical diagram as supplied by manufacturer
15.2.4 Engine and rear warranty of 5 year / 150,000 miles on parts, labor and towing
15.2.5 Engine After-Treatment warranty of 5 years / 150,000 miles
15.2.6 Allison transmission extended warranty of 5 year parts, labor and towing, unlimited
mileage
EXCEPTION: ______________________________________________________________
16.0 Hook Height and Capacities:
16.1 Hook Height: The hooklift must have a hook height of 61.75” (1,568mm) to match the
existing fleet of Somerset County.
16.2 Lifting and Dumping Capacity: The hooklift must have am minimum of 24,000 lbs.
(10,886kg) dumping and lifting capacity.
15
Lift / Dump Cylinder: Shall be single 5.5” bore x 40.38” stroke, 2.5” cylinder rod
diameter. Cylinder must be double acting, with counterbalance valves to prevent cylinder
collapse in case of hose failure. Cylinder is sized for 24,000 lb. capacity.
16.4 Shipping Weight: Hooklift assembly shall weigh 2,600 lbs. (1,179kg).
16.5 Below Grade Ability: Must be able to pick up body 10” below grade.
16.6 Lost Load Height: Hooklift height must not exceed 8.38”.
16.7 Hooklift assembly shall interchange with existing Somerset County owned hook lift boxes
and equipment.
EXCEPTION: ______________________________________________________________
16.3
17.0 Hooklift Design and Fabrication:
17.1 Hooklift is required to interchange with Somerset County owned equipment.
17.2 Tandem fenders shall be a minimum 25” wide full coverage on a minimum 11 gauge
aluminum construction.
EXCEPTION: ______________________________________________________________
18.0 Bodies / Containers Interface:
18.1 Containers / Bodies Lengths: Hooklift must be able to handle skid mounted containers 10’
(3,048mm) to 12.5’ (3,810mm) and flatbeds up to 14.5’ (4,420mm)
18.2 Load Rollers: Hooklift must have two (2) load rollers (one on each side), which long sills
roll on, wear pads unacceptable. Wear pads are wear parts and will need to be replaced.
All rollers must have grease zerks. Roller flanges must be a maximum of 8” (203mm) in
diameter.
18.3 Adjustable Rollers: All load rollers are adjustable to handle rail width of 40.5” (1029mm)
to 42” (1,067mm).
18.4 Dump Angle: 54 degrees
18.5 Effective Length: Center line of hook to center line of rear load roller must be 115”
18.6 Cab to Trunion: Shall be designed for a cab to axle of 102”.
EXCEPTION: ______________________________________________________________
19.0 Tilting Hook Assembly:
19.1 Front Tilt Section Assembly: Hooklift must have a pivoting type tilt section hook assembly
to provide a low degree loading / unloading angle. The pivoting front tilt section must lift
front container / body off of front saddles, then rolling the long sills on the load rollers,
eliminating the need for wear pads and additional maintenance.
19.2 Tilt Cylinder: Single 4” (102mm) bore x 14.5” (368mm) stroke x 2” (51mm) diameter
cylinder rod. Cylinder must be double acting with integral counterbalance valves to
prevent cylinder collapse in case of hose failure. Cylinder is sized for 24,000 lb. capacity.
19.3 Tilt Section Operation: Must have positive tilt section safety lock to prevent tilt section
operation while in dump mode.
19.4 Tilt / Dump Interlock: Dumping must be accomplished through a rear pivot point. The tilt /
dump interlock should be accomplished by the tilt section tabs which pivot under the dump
section tabs to from support the full length of the container and change the pivot point to
the rear of the hooklift. Tilt and dump sections must lock into a rigid 27” (686mm) wide
frame with front saddles to support the body / container while in dump mode. This must be
16
accomplished without the use of springs, latches, rods, brackets, air / hydraulic cylinders,
and or gravity to change modes of operation.
19.5 Rear Body Hold-Downs: Dual fixed-position hold down devices mounted to the dump
frame to secure the body to the hooklift through all ranges of the dump mode and
transportation. This must be accomplished without the use of springs and/or hydraulic/air
cylinders. Hooklift must be compatible with containers manufactured to ANSI Z245.60
recommended standard for waste containers. Slide through hold-down devices are
unacceptable.
19.6 Fleet standardization requirement to interchange with current Somerset County owned
assets such as containers and spreaders.
19.7 Hooklift shall have an automatic mechanical latch which disengages only when
container/body is in proper position to be loaded or unloaded.
19.8 Designs which utilize longitudinals scraping along frame rail or frame rail wear pads will
not be accepted as equal.
EXCEPTION: ______________________________________________________________
20.0 Pins and Bushings:
20.1 All pins used in the hooklift shall be stainless steel 17-4 to prevent corrosion.
20.2 Bushings: all bushings to be permanently lubricated and greaseable type at all pivot points.
20.3 Grease Zerks: At all pivot points.
EXCEPTION: ______________________________________________________________
21.0 Lights:
21.1 Plow lights shall be mounted on truck’s fenders with 304SS brackets.
21.2 Lights shall be high impact polycarbonate and steel construction.
21.3 They shall have high beam / low beam halogen headlamps and integrated park / turn signal
lamps.
21.4 Stop, Turn, and Tail lights shall be LED design and integrated in rear bumper of truck.
21.5 LED amber strobes shall be installed in a heavy channel, protected location in the rear
bumper of the truck
21.6 Lighting shall meet and exceed FMVSS minimum standards.
EXCEPTION: ______________________________________________________________
22.0 Warranty:
22.1 Warranty shall be 36 months parts and 12 months labor.
EXCEPTION: ______________________________________________________________
23.0 Central Hydraulic System:
23.1 The successful bidder shall provide a complete PWM proportioned Central Hydraulic
System to power, operate, and control the plow, hitch, hook-lift, and salt-spreader
operation.
23.2 In order to ensure complete system compatibility, the same company shall manufacturer all
components of the central hydraulic system. The manufacturer will have both ISO 9001
and ISO 14001 certifications. Copies of ISO certificates must be submitted at the time of
bid.
17
23.3
The central hydraulic system shall be a true load sense system. Not only will the inlet
pressure to main valve be limited by a load sense adjustment at the pump but also the
pressure of each individual work port of the main valve shall be capable of being limited
by means of individually adjustable load sense reliefs built in to each section.
23.4 During winter operations the manufacturer will operate a dedicated 24 hour per day, 7 days
per week toll free assistance line.
EXCEPTION: ______________________________________________________________
24.0 Pedestal with Armrest Mounted Spreader Control Closed Loop, Open Loop, or Manual
Control
24.1 Control shall be by microprocessor for high control accuracy. The microprocessor must
incorporate redundant circuitry, be housed in a sealed cast aluminum housing and meet the
following electrical and environmental specifications.
24.2 Spurios Interference – (Motor vehicle directive 95/54/EG): 100v/m
24.3 Load Dump: Max. 70v
24.4 Operating Temperature, Housing: -40…..80 degrees C
24.5 Storage Temperature, Housing: -40……105 degrees C
24.6 Vibration Resistance: Sinusoidal vibration (IEC 60086-2-6) – 10g / 57 ….2000 Hz
24.7 Random Vibration: 0.05g2 / Hz – (IEC 60086-2-36) 30 min per axis
24.8 Shock Resistance: Transport shock 15g / 11ms – (IEC 60068-2-27) 3x in each direction /
axis
24.9 Continuous Shock 25g / 6ms – (IEC 60068-2-29) 1000x in each direction / axis
24.10 Resistance to Moisture: 95% (+25 to +55 degrees C)
24.11 Resistance to Salt Spray: (IEC 60068-2-11) 72h, 35 degrees C, 5% NaCl
24.12 Type of Protection: (DIN / EN 60529) IP 65 fitted with mating connector.
24.13 Spreader Control shall be an “all in one” unit that incorporates spreader functions, plow
control, hooklift dump and load-unload cycle control
24.14 Spreader Control shall have ten (10) PWM outputs. Two (2) for the spinner and conveyor
and eight (8) for the joystick functions.
24.15 All outputs shall be current and compensated and have full transient suppression.
24.16 The controller shall have a single quad axis proportional joystick for the control of all plow
and hooklift functions.
24.17 The joystick shall be capable of being programmed through the use of the controllers LCD
display and the programming buttons on the controller. The use of external programming
devices or manual, mechanical adjustment is unacceptable.
24.18 If the joystick requires a computer to regulate speed sensitivity, bidder shall include brand
name laptop with Windows 10 plus all necessary software and cabling to adjust joysticks.
24.19 The controller shall have six (6) locations for either switch functions or indicator lights.
24.20 The Spreader Control is to be mounted within easy reach of the driver.
24.21 The ground speed oriented spreading control is to operate in a manual mode, open loop,
closed loop (automatic), 12v trigger or ground speed in operation mode.
24.22 The spreader control must have a backlit LCD display screen to show auger/conveyor
application rates, spinner setpoint and ground speed in operation mode.
24.23 LCD display shall be capable of showing all programming parameters, including joystick
programming.
18
24.24 Spreader control must have pause, blast, stationary upload and reverse functionality.
24.25 Controller shall be equipped with two (2) rotary detented knobs with push button feature.
All spreader functions including spinner settings, conveyor settings, pause, blast, and
unloading shall be controlled by these two knobs.
24.26 Controller will have nine (9) programmable settings for spread width and nine (9)
programmable settings for conveyor application rates.
24.27 Controller must be capable of using a remote pause and blast switch.
24.28 If operating in closed loop (auger feedback) must be capable of auto nulling the auger / c
conveyor.
24.29 Controller shall have both audible and text based error messages
24.30 Controller shall have automatic detection of cable, valve, sensor and potentiometer
failures.
24.31 All programming including joystick programming shall be accomplished through the use
of the controllers LCD display and the programming buttons on the controller. The use of
external programming devices are unacceptable.
24.32 Any changes to the programming must be accessed via a lockout key.
24.33 Hydraulic system and controls shall be single manufacturer and brand to ensure complete
compatibility with pump and hydraulic valve system.
24.34 Adjustable armrest pedestal shall be constructed of 1 ½” steel tube minimum and
adjustable for height and angle.
24.35 The spreader control shall be an integrated unit with body and plow control in an
ergonomically designed and built control center with integrated armrest.
24.36 There shall be large, easy to read switch and lights to clearly identify the plow and hooklift
operational control modules.
24.37 Controller shall notify and provide for low oil shutdown and override function.
EXCEPTION: ______________________________________________________________
25.0 4.88 Cubic IN/REV Direct Couple PTO Pump
25.1 Hot shift PTO – 100% of engine speed.
25.2 The direct PTO mounted flow and pressure compensated pump shall be of piston design
and shall produce 21 GPM @ 1000 RPM
25.3 Pressure sense line must be internally bled at the pump.
25.4 Pump case drain must be plumbed directly to reservoir, not through the return line filter.
The pump shall be set to operate at 4,200 PSI.
25.5 Pump shall be rated at 5,100 PSI for maximum operating pressure.
EXCEPTION:
______________________________________________________________
26.0 Hydraulic Valves – Rexroth Valve Model M4-12
26.1 Central Hydraulic System valving shall be of mobile design to withstand exposure to
deicing chemicals and severe weather conditions without the use of a watertight enclosure.
It shall be of cast iron construction, horizontally stackable and serviceable without
disassembly.
26.2 The central hydraulic system valve shall be a high-pressure, load-sensing valve of
sandwich plate design and constructed of cast iron.
19
26.3
The valve shall be rated for 5,000 PSI on the pressure ports ad 6,000 PSI on the work
ports. Valve shall be rated for 40 GPM at the inlet and 35 GPM at the work ports.
26.4 Each valve section shall have mechanical override and adjustable stroke limiters.
26.5 It shall have the ability to vary the working pressure for each individual work port by using
built-in load sense reliefs. These reliefs shall have an adjustment range of 500 PSI to 5,000
PSI for proper hooklift, plow and spreader operation.
26.6 The valve shall have one individual section for each function. Each section shall limit the
operating pressure to both “A” and “B” ports individually, by use of load sense
adjustments.
26.7 Each section must have built in flow and pressure compensator to allow simultaneous
operation regardless of any other system function. It shall have built-in load-pressure
compensation to allow simultaneous activations of functions. The load-pressure
compensation shall be adjustable by adding or removing shims. This adjustment will allow
any one spool to have three distinct flows.
26.8 The valve shall be capable of mechanical, pneumatic, or electrical actuation. Sections for
hooklift, snowplow lift and reversing shall be operated electrically for this installation.
26.9 Spinner and auger sections must be incorporated into one single assembly. Both spinnerauger sections are to be pilot operated and have manual overrides.
26.10 The pressure, tank and work ports shall be top ported. All work ports shall be SAE #12.
-
The pressure port shall be ASE #16.
- The tank port shall be ASE #16.
26.11 For ease of service, all electrical solenoid coils shall be on the same side of the valve and
be interchangeable.
26.12 All valving shall be mounted in one main valve assembly. The valve assembly shall have a
system relief set at 4,500 PSI and have a separate section for each of the following
functions:
-
Hoist – Double acting proportional
-
Jib – Double acting proportional
-
Plow Raise - Double acting proportional with A and B ports limited to 2,000 PSI
-
Plow Angle - Double acting proportional with A and B ports limited to 2,000 PSI
-
Conveyor - Single acting proportional with B port limited to 2,000 PSI
-
Spinner - Single acting proportional with B port limited to 2,000 PSI
- All pressure limiting shall be by load sense adjustments on each valve section.
26.13 Valve manufacturer shall be ISO 9001 and ISO 14001 certified.
26.14 Valve, pump, and hydraulic controls shall be from the same manufacturer to ensure
complete system compatibility.
26.15 All electrically actuated valve sections shall have two separate methods to override the
section for troubleshooting and fault finding.
EXCEPTION: ______________________________________________________________
27.0 Combination Hydraulic Tank / Valve Enclosure:
27.1 Hydraulic reservoir shall have a minimum of 40 gallon capacity.
20
27.2
The combination valve enclosure / reservoir shall be stainless steel, minimum 10 gauge
construction and be baffled, have a magnetic drain plug, a minimum 2” NPTF outlet and
an in tank 10 micron return filter.
27.3 Reservoir shall have a separate, minimum 5”, clean out with a bolt on access cover.
27.4 Reservoir shall have a sight gauge level indicator. Reservoir shall have a filler cap that is
accessible without having to remove any covers.
27.5 A valve enclosure shall be an integral part of the reservoir and provided protection of valve
and wiring.
27.6 Valve will be placed in the enclosure in such a manner allowing for complete servicing of
valve. Enclosure must not be watertight. All hydraulic connections must be made directly
to the valve.
27.7 The valve inlet shall have a safety relief valve that is capable of relieving full pump flow to
tank in case of a failure in the pump pressure compensator.
27.8 A 10 micron filter must be installed in the return line of the reservoir.
27.9 The filter assembly must have a 25 PSI bypass and an element condition indicator.
27.10 The combination valve tank enclosure shall be constructed of 10 gauge minimum 304
stainless steel.
27.11 Enclosure lid shall be removable without tools and have a perimeter gasket to minimize
liquid entry.
27.12 Low oil level sensor, wiring and override shall be provided.
EXCEPTION: ______________________________________________________________
28.0Hydraulic Lines and Plumbing:
28.1 All hydraulic lines, pipes, hoses, and fittings shall be of sufficient capacity to
accommodate the volume of oil without undue hating or turbulence in the system.
28.2 A 2” suction line with a minimum SAE rating of 100R-4 must be used between the
reservoir and the inlet of the pump and gate valve.
28.3 All of the pressure hoses, including the signal sensing line to the pump must have swivel
fittings on both ends and have a minimum SAE rating of 100-R2.
28.4 Return lines and the case drain line must have a minimum SAE rating of 100-R1.
28.5 Hydraulic lines should be routed to minimize interference with equipment and chassis
components requiring periodic servicing. Appropriate support brackets, grommets, and tie
wraps shall be provided to protect lines from abrasion, cutting, and impact damage. Hoses
shall not be installed near manifold or exhaust pipes so as to be effected by extreme heat.
28.6 There shall be no pipe fittings used with any high pressure lines. Any and all hydraulic
quick disconnect couplings used for spreader system and snow plow reversing system shall
be of the bulkhead mounted style and rigidly attached without the use of any hose clamp
arrangements.
28.7 Dust cap for male ends and dust plugs for the female ends must be attached to couplers.
Maximum distance allowed between support clamps on all hydraulic hoses shall be
approximately 24”.
EXCEPTION: ______________________________________________________________
21
Heavy-Duty Level Lift Low Profile Side Plate Hitch w/ Heavy Front Frame
33.0 Hitch Lift Frame:
33.1 There shall be two (2) vertical supports, which are made of a minimum of 4” x 4” x 3/8” structural
box tube and shall be 32” tall.
33.2 Across the top of the hitch shall be a 4” x 4” x 3/8” x 37” structural box for added strength.
33.3 Welded to this upper cross tube shall be two (2) .5” thick x 3.5” wide x 3.5” tall ears. These ears
shall make the point where the lift arm will be mounted to the hitch. These ears shall also be supported
by a minimum of two (2) 3/8” x 1 ¾” x 1 ¾” gussets on each ear.
33.4 A mid-cross angle, 4” x 4” x .75” shall be welded between the two vertical supports approximately
13” down from the upper cross tube. This mid-cross angle shall be made of 4” x 4” x .75” angle iron
33.5 The mid-cross angle shall also serve as the cylinder connecting point and shall have two (2) .5” x
4.62” x 4.73” ears welded to it to make this connection.
33.6 The mid-cross angle shall also have a .25” x 4.27” x 8.17” ear welded to it. This ear shall be utilized
to “vertically stow” the lift arm flush with the outer tube assembly when a snowplow is not attached to the
truck.
33.7 There shall be two (2) ½” x 2” flat stock braces connecting the upper tube and mid cross angles for
additional strength.
33.8 Heavy duty hitch shall incorporate ears to receive plow with 21” OC swivel mount.
EXCEPTION: ______________________________________________________________
34.0 Telescopic Lift Arm:
34.1 The lift arm shall be comprised of two (2) pieces; the inner lift arm and the outer lift arm. This
design shall allow the inner arm to telescope out in order to achieve a proper pick up point relative to
snowplow.
34.2 The outer lift arm shall be made of 4” x 4” x 3/8” wall square tubing, 18” in length.
34.3 Welded to the outer lift arm shall be two (2) ½” ears. These ears shall make the connection to the
front frame of the plow hitch.
34.4 These shall be supported by a brace plate, which is 3/8” x 5” x 8”.
34.5 The outer lift arm shall be connected to the front frame by a minimum of a 1” pin.
34.6 Welded to the bottom of the outer lift arm shall be two (2) cylinder ears. These ears shall be made
of ½” thick steel and shall be 3 ½” wide and 3 ¼” tall.
34.7 The inner lift arm shall be made of 3” x 3” x 3/8” wall square tubing, 25” in length.
34.8 The inner lift arm shall have a minimum of five pin positions, giving the hitch a telescoping range
of 15” minimum to provide centered pick position on plow.
34.9 Welded to the end of this inner lift shall be a 32 degree bent chain anchor made of ½” steel.
34.10 This anchor must have a minimum of three (3) plasma cut lift chain locking slots for attaching the
lift chain.
EXCEPTION: ______________________________________________________________
35.0 Cylinder:
35.1 The cylinder shall be a nitride double acting with a 4” bore and a 10” stroke.
35.2 Plow shall be equipped with two (2) 2.5” x 10” double acting hydraulic reversing cylinders with
piston seals and separate cushion valve.
35.3 The cylinder must have a minimum of 2500 psi working pressure rating.
35.4 The cylinder shall be attached to the lift arm by a minimum of a 1” hitch pin.
22
35.5 The cylinder shall be attached to the front frame by a minimum of a 1” pin.
EXCEPTION: ______________________________________________________________
36.0 Custom Cheek Plates:
36.1 Two (2) 5/8” plates shall attach the front frame to chassis rails of the truck.
36.2 These plates shall be custom fitted to the specified year, make and model of the truck.
EXCEPTION: ______________________________________________________________
OPTION 1
Snowplow with External Compression Trip
37.0 Moldboard:
37.1 11’ Moldboard shall be composed of smooth rolled 3/16” x 55” steel plate welded to a minimum of
six (6) - ½” x 4” curved vertical ribs.
37.2 The ribs shall be plasma cut and tapered, with the top end welded to a 2” x 3” x 3/8” moldboard top
angle and the bottom end welded to a 1” thick steel bottom rib pivot reinforcement.
37.3 This pivot reinforcement is to be welded to a 4” x 4” x 5/8” bottom angle. The bottom angle shall
be reinforced with gussets between the cutting edge mount holes.
37.3 The smooth rolled moldboard shall have an integral shield, which will constitute the moldboard
face extending approximately 19” forward of the cutting edge at a consistent radius.
37.4 Moldboard height shall be 41” with an 8” cutting edge and full moldboard trip.
EXCEPTION: ______________________________________________________________
38.0 Circle Pushframe:
38.1 The pushframe shall consist of a circle frame and pushbeam.
38.2 The circle frame shall consist of a 3 ½” x 3 ½” x ½” steel angle rolled in an arc spanning 66” with
two (2) support legs each of 3 ½” x 3 ½” x ½”, 27 ½” long which are welded between the circle
frame and the pushbeam.
38.3 The pushbeam shall be composed of 4” x 4” x 3/8” square steel tube, 96” long.
38.4 Twelve (12) ears of ½” thick steel will be welded to the pushbeam for attaching to the moldboard at
six (6) of the bottom rib pivot reinforcements.
38.5 The ears will be drilled to accept 1 ¼” pivot pins.
EXCEPTION: ______________________________________________________________
39.0 A-Frame:
39.1 The A-frame will be constructed of 4” ship channel, welded to a 1” x 5” backplate.
39.2 A 5/8” x 3 ½” x 25” top plate welded to the A-frame serves as the circle frame hold down.
39.3 The A-frame attaches to the circle assembly with 1 ¼” grade 5 bolt installed through two (2) ½”
thick ears welded to the A-frame.
39.4 Plow interface shall be 21” O.C. swivel ears.
EXCEPTION: ______________________________________________________________
40.0 Level Lift External Compression Trip:
40.1 Moldboard trip shall be of an external compression spring type.
40.2 The plow shall trip and reset automatically when encountering an obstacle by means of two (2)
external compression springs.
23
40.3 Each spring shall be 5 5/8” in outer diameter, 23 ¼” long, of 23/32” wire, with a minimum of ten
(10) active coils.
40.4 The spring assembly shall attach to the plow moldboard by means of two (2) ¾” thick steel ears.
40.5 The ears are welded to a 4” x 3” x 3/8” horizontal angles welded between vertical ribs.
40.6 The spring assembly shall attach to the plow moldboard by means of two (2) ¾” thick steel ears.
40.7 The lower mounting ears shall wrap around the back of the tube for maximum support.
40.8 Plow shall utilize mechanical level lift to maintain plow level through range.
EXCEPTION: ______________________________________________________________
41.0 Hydraulics:
41.1 Plow shall be equipped with two (2) 3” bore by 10” stroke x 2” rod double acting hydraulic
reversing cylinders with piston seals and separate cushion valve.
41.2 Hydraulic hoses shall withstand 3000 PSI operating pressure and be equipped with quick couplers.
EXCEPTION: ______________________________________________________________
42.0 Adjustable Running Gear Assembly with Spring Loaded 11” Mushroom Shoes:
42.1 The running gear assembly shall consist of an inner tube, bolt on outer tube, screw adjuster and
swivel assembly.
42.2 The inner tube shall be constructed of 3” x 3” x ¼” square steel tubing.
42.3 The top end of the tube shall have a welded ½” thick steel cap. To the top of the cap will be a
welded 1 ¼” acme threaded nut. To the bottom end of the tube will be welded a 4” x 6” x ½”
steel
plate; which is bolted to the mushroom shoe.
42.4 The mushroom shoe shall be a casting 11” diameter, approximately 3” thick of steel.
42.5 The outer tube assembly shall be constructed of 3 ½” x 3 ½’ x 3/16” steel tubing welded to a 6” x
11” x ½” steel plate with six (6) mounting holes on each side for vertical adjustment.
42.6 The inner tube shall be connected to the outer tube via a 1 ¼” acme threaded rod which is hand
adjustable by means of a crank assembly.
42.7 Adjustable leg assemblies with mushroom shoes shall have internal spring dampening system.
EXCEPTION: ______________________________________________________________
43.0 Additional Plow Equipment To Be Provided:
43.1 Plow Markers – two (2) 36” orange
43.2 Rubber Deflector – minimum ¼” x 12” with steel retaining strip
43.3 Wrap Around Curb Guards – Two (2) right and left side – 8” high
EXCEPTION: ______________________________________________________________
OPTION 2
44.0 V-Box Spreader:
44.1 This specification shall describe a hooklift stainless steel skid mounted V-box material spreader
capable of hauling and spreading free flowing granular materials from a width of four (4) to forty (40)
feet.
44.2 This unit will consist of a stainless steel hopper, discharge/feed conveyor, spinner disc, power
drive, and all components necessary to make a complete operating unit.
24
44.3 The successful vendor shall provide a complete proposal drawing accurately showing the exact
model to be provided including all options and units loaded and unloaded weights and center of gravity.
These drawings shall be provided within 48 hours of award.
44.4 This unit shall be factory ready to accept or retrofit servo controls.
44.5 All stainless steel used in the production of this unit shall be corrosion resistant, non-magnetic
stainless steel.
44.6 The manufacturing and production of this unit shall be of the best commercial practices and only
materials of the finest quality are to be used.
44.7 Bidders must submit with their bid the model offered and complete specifications on the unit they
propose to furnish.
EXCEPTION: _____________________________________________________________
45.0 Hooklift Frame and Body:
45.1 Floor: 7 gauge 201 stainless steel
45.2 Crossmembers: 3” 7 gauge 201 stainless steel channel-12” spacing
45.3 Side Rails: 6” x 2” X 7 gauge fabricated tube.
45.4 Gussets: ¼” Stainless steel plate, 2 ½” x 3” at every crossmember, welded solid.
45.5 Main Rails: 6” x 2” x 3/16” structural steel tube.
45.6 Hook: 54”
45.7 Rear Wheels: 10” x 8” heavy duty steel pipe with grease zerks.
45.8 Framing: Fabricated stainless steel box.
45.9 Bulkhead Sheet: 10 gauge stainless plate-fully welded to framing.
45.10 Bulkhead: 12” high
45.11 Skid shall be 14’ long with 3’ spinner cut out at rear.
45.12 Skid wheels shall be engineered to ensure damage free loading & unloading.
EXCEPTION:_______________________________________________________________
46.0 Corrosion resistant Coating:
46.1 Underside of deck and longitudinals shall be coated in a waterproof coating based on the
Specifications detailed below to include rust prevention and abrasion resistant coating.
-
Coating must be one part acrylic self-priming, thixotropic semi-paste coating that
contains at least 36% highly elastic, in water dispersed polymers.
-
Volatile Organic Compounds shall be 0.01 or less.
-
Coating must be 100% waterproof.
- Coating must be 100% ultra-violet resistant so as not to break down as a result of
Long-term exposure to sunlight.
- Coating must be capable of 200% elongation so as to completely prevent cracking due to expansion
and contraction as well as dimpling resulting from impacts.
- Coating must afford excellent chemical resistance to acids, alkalis, salt and fuels
46.2 Coating must be free of lead, VOC or any other hazardous material as evidenced by MSDS/OSHA
Form 174 in order to eliminate harmful fumes which can result from welding Procedures Form 174 shall
be a required submission in bid.
EXCEPTION: ______________________________________________________________
25
47.0 Body:
47.1 This spreader shall be constructed of 12 gauge stainless steel with a double crimped top edge
forming a 2" section for greater rigidity.
47.2 The hopper body length shall not be less than 10 feet plus two feet of longitudinal overhung for
supporting the flip up spinner assembly.
47.3 The hopper shall be more than 82" outside width with the overall height shall be 62”.
47.4 The capacity of the hopper shall be minimum 7.9 cubic yards struck, water level full.
47.5 The body sides shall be 12 gauge stainless steel and have not less than a forty five degree pitch
to ensure free flow of material to the conveyor.
47.6 The body ends shall be 12 gauge stainless steel. Front end shall be sloped 12” to facilitate load
balance.
47.7 The body longitudinals shall be manufactured of 10 gauge stainless steel and be slotted for easy
gearbox/driveshaft removal.
47.8 The channel cross sills shall be 7 gauge stainless steel that ties the lower edge of the longitudinals
to each side support.
47.9 These cross supports shall be wide enough to allow the hopper box to be mounted on various width
truck frames or slide into a dump box.
47.10 A 4" x 6" formed stainless steel bolt in box beam will be elevated 3" above the top edge of the
hopper, thus providing a longitudinal brace and hinge point for the top screens.
47.11 There shall be a 3" formed stainless channel welded under the H beam to each hopper side for
additional side support.
47.12 The body and conveyor shall be electrically welded into a rugged solid unit.
47.13 A 10 gauge 12” x 18” stainless steel feedgate and ruler shall be provided at the rear of the hopper
to allow for accurate discharge.
47.14 The screw type jack with stainless steel crank shall be provided and be self-locking.
47.15 There shall be 12 gauge stainless steel formed side supports that extend the full angle height spaced
on 2’ centers.
47.16 A heavy duty stainless steel lift hook shall be provided at each corner.
47.17 The rear endplate shall be reinforced inside and supported outside to give it maximum strength.
47.18 All stainless steel joints shall be welded with stainless steel welding wire
47.19 All sub-assemblies shall be secured with stainless steel hardware
47.20 A stainless steel mounting kit shall be provided to safely secure the hopper to the skid.
EXCEPTION: ______________________________________________________________
48.0 Conveyor:
48.1 The conveyor system shall be of the barflight type running longitudinally with the body feeding
material to the feedgate opening.
48.2 The overall conveyor width shall not be less than 24”.
48.3 To protect the chain link strands, the top edge of the longitudinals shall be formed down over the
strands exposing only the drag chain bar to the material.
48.4 The conveyor floor shall be manufactured of 10 gauge stainless steel, be of the flat design,
replaceable with roll over edges.
48.5 The conveyor floor shall be supported on 12 gauge stainless steel cross angle spaced approximately
12” apart
26
48.6 The gears shall be machine cut and mounted in anti-friction sealed bearings and running in oil. The
gearbox ratio shall be 50:1
48.7 The drive sprockets shall be 8 tooth drop forged steel keyed to the 2” diameter drive shaft.
48.8 The idler sprockets shall be 8 tooth drop forged steel with one welded and one floating on the 2”
idler shaft.
48.9 Both conveyor shafts shall be heavy duty, dust sealed, self-aligned ball bearings equipped with
grease fittings.
48.10 The conveyor shall have an internal front wiper and an external rear wiper.
48.11 A heavy duty spring loaded idler adjustment assembly shall provide approximately 4” of
adjustment for proper conveyor chain tension.
48.12 There shall be extension pipes to allow the front idler bearings to be adjusted at the rear of the
hopper.
48.13 Grease tube extensions from the front idler bearings shall be installed to allow remote greasing of
bearings.
EXCEPTION: ______________________________________________________________
49.0 Conveyor Chain:
49.1 The conveyor chain shall be heat treated 2.25” pitch, self-cleaning, pintle type with 7/16” pins, and
tensile strength per strand of 21,000 lbs.
49.2 This chain shall utilize 3/8” x 1 1/2“ x 18 ¾” crossbars welded on both the top and the bottom to
every link making an overall width of 22”.
49.3 The cross bars will be positioned on approximately 2.25” centers.
EXCEPTION: ______________________________________________________________
50.0 Spinner Assembly:
50.1 The distributor disc shall be 20” in diameter, made of Polycarbonate
50.2 The disc shall be mounted on a steel replaceable hub connected directly to the top mounted motor.
50.3 The material shall be guided from the conveyor to the distribution disc by means of two (2)
internal, adjustable deflectors.
50.4 Unit shall have a material diverter plate installed in the rear face of the spinner extension to
facilitate material unloading without the need to reposition the entire spinner. Diverter plate shall be
adjustable without tools.
50.5 The entire spinner assembly shall be manufactured of not less than 12 gauge stainless steel, shall be
adjustable in height to accommodate V-box mounted on hooklift skid.
50.6 There shall be front fixed shield and three (3) adjustable baffles, which are removable without the
use of tools.
50.7 The entire spinner assembly shall fold up with winch repositioning without the use of tools to allow
for cleaning, storage and unloading from conveyor or truck without the interference from the spinner
assembly.
EXCEPTION: ______________________________________________________________
51.0 Power Drive:
51.1 The conveyor chain shall be driven through the worm drive gearbox by a low speed, high torque,
“orbital type” hydraulic motor.
27
51.2 This motor shall be directly coupled to the gearbox and protected from the elements by the housing.
51.3 The gearbox shall have provision for a servo sensor integral with the drive shaft.
51.4 ¾” x 11’ schedule 40 304 stainless steel pipes shall be installed along longitudinals to allow power
and return hydraulics to truck for conveyer and spinner motors.
EXCEPTION: ______________________________________________________________
52.0 Top Screens:
52.1 The top screens shall be constructed of 3/8” steel rods welded to form 2.5” square mesh, which is
framed by a combination of ¼” x 1 ½” flat steel and 2” angle iron with the edge supports reinforced by
¼” and 1” flat bars.
52.2 Top screens shall be removable and use the “drop and lock” type hinge.
EXCEPTION: ______________________________________________________________
53.0 Painting:
53.1 All stainless steel metal shall be left unpainted.
53.2 Carbon steel components shall be chemically cleaned and coated with a lead free rust inhibitive
primer and painted with lead free black enamel.
EXCEPTION: ______________________________________________________________
54.0 Spreader Safety Lighting:
54.1 Spreader shall have safety lighting installed in a single full width, stainless steel enclosure with the
following LED FMVSS compliant lights. Enclosure shall be integrated into an 82” x 12” 10 gauge
Stainless steel spill shield.
54.2 Round LED stop, turn, and taillights, 3 light center, dual amber round strobes.
54.3 Dual LED spinner lights shall be installed to enhance visibility.
EXCEPTION: ______________________________________________________________
55.0 Compatibility and Functionality:
55.1 Vendor shall ensure complete interchange and operation of Skid mounted spreader with existing
fleet operation.
55.2 Vendor shall provide 8 hours of in service training to separate Road Operations and Fleet
Maintenance Personnel. Training shall include but not limited to:
A. Safe operation of hooklift loading and unloading
B. Functional training for plow and spreading operations
C. Fleet Maintenance calibration and repair.
EXCEPTION: ______________________________________________________________
28
EXCEPTIONS:
(IF NONE SO STATE)
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
29
COUNTY OF SOMERSET
BID DOCUMENT CHECKLIST
Required
With
Bid
Read, Signed
& Submitted
Bidder’s Initial
A.
FAILURE TO SUBMIT ANY OF THESE ITEMS IS MANDATORY CAUSE FOR REJECTION OF BID
Stockholder Disclosure Certification
Acknowledgement of Receipt of Addenda (To be Completed if Addenda are Issued)
Required Evidence EEO/Affirmative Action Regulations Questionnaire
Non-Collusion Affidavit
Bid Guarantee (bid bond or certified/cashier’s check)
(with Power of Attorney for full amount of Bid Bond)
Consent of Surety (Certificate from Surety company)
Surety Disclosure Statement and Certification
Performance Bond
Maintenance Bond
License(s) or Certification(s) Required by the Specifications
Other:
B.
MANDATORY ITEM(S), REQUIRED NO LATER THAN TIME PERIOD INDICATED
Business Registration Certificate – Bidder, (Preferred with response, but effective at contract award)
Business Registration Certificate – Designated Subcontractor(s), (Preferred with response, but
effective at contract award)
Public Works Contractor Registration Certificate(s) for the Bidder and Designated Subcontractors
(Preferred with response, but effective at contract award)
Disclosure of Investment Activities in Iran
C.
FAILURE TO SUBMIT ANY OFTHESE ITEMS AT TIME OF BID MAY BE CAUSE FOR REJECTION
Three (3) references for similar projects
Authorization for Background Check
Catalog/Price List
Product Samples
Certification of Available Equipment
Other: CD with PDF of Bid Response along w/Printed Copies (ref page 1)
D.
READ ONLY
Americans With Disability Act of 1990 Language
E.
OPTIONAL ITEM(S)
County Cooperative Contract Option
This checklist is provided for bidder’s use in assuring compliance with required documentation; however, it does not include all
specifications requirements and does not relieve the bidder of the need to read and comply with the specifications.
Name of Bidder:
Date:
By Authorized Representative:
Signature:
Print Name & Title:
30
COUNTY OF SOMERSET
BID PROPOSAL FORM/SIGNATURE PAGE
TO THE COUNTY OF SOMERSET
BOARD OF CHOSEN FREEHOLDERS:
The undersigned declares that he/she has read the Notice, Instructions, Affidavits and Scope of Services attached,
that he/she has determined the conditions affecting the bid and agrees, if this bid is accepted, to furnish and deliver
services per the following:
Cab & Chassis with Single Axle Hook Lift and Optional Snow Plow
Equipment
Contract CC-9013-15
Item
Description
1
2016 or Newer Cab & Chassis with a Single Axle Hook Lift
Options
Description
1
(Sections 37-43) Snowplow with External Compression Trip
2
(Sections 44-55) V-Box Spreader
Price
$
Price
$
$
(Corporation)
The undersigned is a (Partnership) under the laws of the State of __________________________ having its
(Individual)
Principal office at
Company
Federal I.D. # or Social Security #
Address
Signature of Authorized Agent
Type or Print Name
Title of Authorized Agent
Date
Telephone Number
Email Address
Fax Number
31
.
COUNTY OF SOMERSET
STOCKHOLDER DISCLOSURE CERTIFICATION
N.J.S.A. 52:25-24.2 (P.L. 1977 c.33)
FAILURE OF THE BIDDER TO SUBMIT THE REQUIRED
INFORMATION IS CAUSE FOR AUTOMATIC REJECTION
CHECK ONE:
I certify that the list below contains the names and home addresses of all stockholders holding 10% or more
of the issued and outstanding stock of the undersigned.
I certify that no one stockholder owns 10% or more of the issued and outstanding stock of the undersigned.
Legal Name of Bidder Business: _________________________________________________________________
Check which business entity applies:
Partnership
Corporation
Sole Proprietorship
Limited Partnership
Limited Liability Partnership
Limited Liability Corporation
Subchapter S Corporation
Other
Complete if the bidder/respondent is one of the 3 types of Corporations:
Date Incorporated:
Where Incorporated:
Business Address:
STREET ADDRESS
CITY
STATE
TELEPHONE #
FAX #
EMAIL
ZIP
Listed below are the names and addresses of all stockholders, partners or individuals who own 10% or more of its stock of any
classes, or who own 10% or greater interest therein.
NAME
HOME ADDRESS
NAME
HOME ADDRESS
CONTINUE ON ADDITIONAL SHEETS IF NECESSARY:
Yes
No
Signature:
Date:
Printed Name and Title:
32
COUNTY OF SOMERSET
NON-COLLUSION AFFIDAVIT
State of _____________
County of _____________
ss:
I, _____________________________ of the City of ____________________________________
in the County of _____________________ and State of _________________________ of full age, being duly sworn
according to law on my oath depose and say that:
I am _____________________________ of the firm of ___________________________________
(Title or position)
(Name of firm)
the bidder making this Proposal for the above named project, and that I executed the said proposal with full authority so
to do; that said bidder has not, directly or indirectly entered into any agreement, participated in any collusion, or otherwise
taken any action in restraint of free, competitive bidding in connection with the above named project; and that all
statements contained in said proposal and in this affidavit are true and correct, and made with full knowledge that the
County of Somerset relies upon the truth of the statements contained in said proposal and in the statements contained in
this affidavit in awarding the contract for the said project.
I further warrant that no person or selling agency has been employed or retained to solicit or secure such
contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, except bona
fide employees or bona fide employees or bona fide established commercial or selling agencies maintained
by_________________________________.
(name of contractor)
(N.J.S.A. 52:34-25)
Subscribed and sworn to
before me this _______day
of ___________, _______.
Signature
(Type or print name of affiant under signature)
_______________________________________
Notary public of
My Commission expires ___________________.
33
A.
EEO/AFFIRMATIVE ACTION COMPLIANCE NOTICE
N.J.S.A. 10:5-31 and N.J.A.C. 17:27
GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS
All successful bidders are required to submit evidence of appropriate affirmative action compliance to the
County and Division of Public Contracts Equal Employment Opportunity Compliance. During a review,
Division representatives will review the County files to determine whether the affirmative action evidence
has been submitted by the vendor/contractor. Specifically, each vendor/contractor shall submit to the
County, prior to execution of the contract, one of the following documents:
Goods and General Service Vendors
1. Letter of Federal Approval indicating that the vendor is under an existing Federally approved or
sanctioned affirmative action program. A copy of the approval letter is to be provided by the vendor to the
County and the Division. This approval letter is valid for one year from the date of issuance.
Do you have a federally-approved or sanctioned EEO/AA program?
If yes, please submit a photostatic copy of such approval.
Yes
No
2. A Certificate of Employee Information Report (hereafter “Certificate”), issued in accordance with
N.J.A.C. 17:27-1.1 et seq. The vendor must provide a copy of the Certificate to the County as evidence
of its compliance with the regulations. The Certificate represents the review and approval of the vendor’s
Employee Information Report, Form AA-302 by the Division. The period of validity of the Certificate is
indicated on its face. Certificates must be renewed prior to their expiration date in order to remain valid.
Do you have a State Certificate of Employee Information Report Approval? Yes
If yes, please submit a photostatic copy of such approval.
No
3. The successful vendor shall complete an Initial Employee Report, Form AA-302 and submit it to the
Division with $150.00 Fee and forward a copy of the Form to the County. Upon submission and review
by the Division, this report shall constitute evidence of compliance with the regulations. Prior to execution
of the contract, the EEO/AA evidence must be submitted.
The successful vendor may obtain the Affirmative Action Employee Information Report (AA302) on the
Division website www.state.nj.us/treasury/contract_compliance.
The successful vendor(s) must submit the AA302 Report to the Division of Public Contracts Equal
Employment Opportunity Compliance, with a copy to Public Agency.
The undersigned vendor certifies that he/she is aware of the commitment to comply with the
requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27 and agrees to furnish the required forms of
evidence.
The undersigned vendor further understands that his/her bid shall be rejected as non-responsive if said
contractor fails to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
COMPANY: ____________________________ SIGNATURE: __________________________
PRINT NAME:__________________________TITLE: ________________________________
DATE: __________________
34
(REVISED 4/10)
EXHIBIT A
MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE
N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127)
N.J.A.C. 17:27
GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment
because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or
expression, disability, nationality or sex. Except with respect to affectional or sexual orientation and gender identity or
expression, the contractor will ensure that equal employment opportunity is afforded to such applicants in recruitment and
employment, and that employees are treated during employment, without regard to their age, race, creed, color, national origin,
ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Such
equal employment opportunity shall include, but not be limited to the following: 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 apprenticeship. The contractor agrees to post in conspicuous places, available to employees
and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of
this nondiscrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees placed by or on
behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age,
race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression,
disability, nationality or sex.
The contractor or subcontractor will send to each labor union, with which it has a collective bargaining agreement, a notice, to
be provided by the agency contracting officer, advising the labor union of the contractor's commitments under this chapter and
shall post copies of the notice in conspicuous places available to employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer
pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans with Disabilities Act.
The contractor or subcontractor agrees to make good faith efforts to meet targeted county employment goals established in
accordance with N.J.A.C. l7:27-5.2.
The contractor or subcontractor agrees to inform in writing its appropriate recruitment agencies including, but not limited to,
employment agencies, placement bureaus, colleges, universities, and labor unions, that it does not discriminate on the basis of
age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression,
disability, nationality or sex, and that it will discontinue the use of any recruitment agency which engages in direct or indirect
discriminatory practices.
The contractor or subcontractor agrees to revise any of its testing procedures, if necessary, to assure that all personnel testing
conforms with the principles of job-related testing, as established by the statutes and court decisions of the State of New Jersey
and as established by applicable Federal law and applicable Federal court decisions.
In conforming with the targeted employment goals, the contractor or subcontractor agrees to review all procedures relating to
transfer, upgrading, downgrading and layoff to ensure that all such actions are taken without regard to age, race, creed, color,
national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or
sex, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable
Federal court decisions.
The contractor shall submit to the public agency, after notification of award but prior to execution of a goods and services
contract, one of the following three documents:
Letter of Federal Affirmative Action Plan Approval
Certificate of Employee Information Report
Employee Information Report Form AA302 (electronically provided by the Division and distributed to the public agency
through the Division’s website at ww.state.nj.us/treasury/contract_compliance).
The contractor and its subcontractors shall furnish such reports or other documents to the Division of Purchase & Property,
CCAU, EEO Monitoring Program as may be requested by the office from time to time in order to carry out the purposes of
these regulations, and public agencies shall furnish such information as may be requested by the Division of Purchase &
Property, CCAU, EEO Monitoring Program for conducting a compliance investigation pursuant to Subchapter 10 of the
Administrative Code at N.J.A.C. 17:27.
35
COUNTY OF SOMERSET
AMERICANS WITH DISABILITIES ACT OF 1990
Equal Opportunity for Individuals with Disability
The Contractor and the Owner, do hereby agree that the provisions of Title 11 of the Americans With Disabilities Act
of 1990 (the "Act") (42 U.S.C. S121 01 et seq.), which prohibits discrimination on the basis of disability by public
entities in all services, programs, and activities provided or made available by public entities, and the rules and
regulations promulgated pursuant there unto, are made a part of this contract. In providing any aid, benefit, or service
on behalf of the owner pursuant to this contract, the contractor agrees that the performance shall be in strict
compliance with the Act. In the event that the contractor, its agents, servants, employees, or subcontractors violate or
are alleged to have violated the Act during the performance of this contract, the contractor shall defend the owner in
any action or administrative proceeding commenced pursuant to this Act. The contractor shall indemnify, protect, and
save harmless the owner, its agents, servants, and employees from and against any and all suits, claims, losses,
demands, or damages, of whatever kind or nature arising out of or claimed to arise out of the alleged violation. The
contractor shall, at its own expense, appear, defend, and pay any and all charges for legal services and any and all
costs and other expenses arising from such action or administrative proceeding or incurred in connection therewith.
In any and all complaints brought pursuant to the owner’s grievance procedure, the contractor agrees to abide by any
decision of the owner which is rendered pursuant to said grievance procedure. If any action or administrative
proceeding results in an award of damages against the owner, or if the owner incurs any expense to cure a violation
of the ADA which has been brought pursuant to its grievance procedure, the contractor shall satisfy and discharge
the same at its own expense.
The owner shall, as soon as practicable after a claim has been made against it, give written notice thereof to the
contractor along with full and complete particulars of the claim, If any action or administrative proceeding is brought
against the owner or any of its agents, servants, and employees, the owner shall expeditiously forward or have
forwarded to the contractor every demand, complaint, notice, summons, pleading, or other process received by the
owner or its representatives.
It is expressly agreed and understood that any approval by the owner of the services provided by the contractor
pursuant to this contract will not relieve the contractor of the obligation to comply with the Act and to defend,
indemnify, protect, and save harmless the owner pursuant to this paragraph.
It is further agreed and understood that the owner assumes no obligation to indemnify or save harmless the
contractor, its agents, servants, employees and subcontractors for any claim which may arise out of their
performance of this Agreement. Furthermore, the contractor expressly understands and agrees that the provisions of
this indemnification clause shall in no way limit the contractor’s obligations assumed in this Agreement, nor shall they
be construed to relieve the contractor from any liability, nor preclude the owner from taking any other actions
available to it under any other provisions of the Agreement or otherwise at law.
36
October 20, 2004
Revised Contract Language for BRC Compliance
Goods and Services Contracts (including purchase orders)
* Construction Contracts (including public works related purchase orders)
N.J.S.A. 52:32-44 imposes the following requirements on contractors and all subcontractors that
knowingly provide goods or perform services for a contractor fulfilling this contract:
1) the contractor shall provide written notice to its subcontractors and suppliers to submit proof of
business registration to the contractor;
*2) subcontractors through all tiers of a project must provide written notice to their subcontractors and
suppliers to submit proof of business registration and subcontractors shall collect such proofs of
business registration and maintain them on file;
3) prior to receipt of final payment from a contracting agency, a contractor must submit to the contacting
agency an accurate list of all subcontractors and suppliers* or attest that none was used; and,
4) during the term of this contract, the contractor and its affiliates shall collect and remit, and shall notify
all subcontractors and their affiliates that they must collect and remit to the Director, New Jersey
Division of Taxation, the use tax due pursuant to the Sales and Use Tax Act, (N.J.S.A. 54:32B-1 et
seq.) on all sales of tangible personal property delivered into this State.
A contractor, subcontractor or supplier who fails to provide proof of business registration or provides
false business registration information shall be liable to a penalty of $25 for each day of violation, not to
exceed $50,000 for each business registration not properly provided or maintained under a contract with a
contracting agency. Information on the law and its requirements is available by calling (609) 292-9292.
ALERT
FAILURE TO POSSESS A
NEW JERSEY BUSINESS REGISTRATION CERTIFICATE
MAY BE CAUSE FOR REJECTION OF YOUR BID RESPONSE
37
COUNTY OF SOMERSET
THESE ARE SAMPLES OF THE ONLY ACCEPTABLE
BUSINESS REGISTRATION CERTIFICATES.
FAILURE TO POSSESS A NEW JERSEY BUSINESS REGISTRATION CERTIFICATE
MAY BE CAUSE FOR REJECTION OF YOUR BID RESPONSE
REGARDLESS OF THE FACT THAT A COPY MAY ALREADY BE ON FILE WITH THE
COUNTY OF SOMERSET
38
Division of Purchasing
DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN
Solicitation Number:
Bidder/Offeror:
Pursuant to Public Law 2012, c. 25, any person or entity that submits a bid or proposal or otherwise proposes to enter into or renew a contract
must complete the certification below to attest, under penalty of perjury, that the person or entity, or one of the person or entity’s parents,
subsidiaries, or affiliates, is not identified on a list created and maintained by the Department of the Treasury as a person or entity engaging
in investment activities in Iran. If the Director finds a person or entity to be in violation of the principles which are the subject of this law,
s/he shall take action as may be appropriate and provided by law, rule or contract, including but not limited to, imposing sanctions, seeking
compliance, recovering damages, declaring the party in default and seeking debarment or suspension of the person or entity.
I certify, pursuant to Public Law 2012, c. 25, that the person or entity listed above for which I am authorized to bid/renew:
☐
is not providing goods or services of $20,000,000 or more in the energy sector of Iran, including a person or entity that provides oil or
liquefied natural gas tankers, or products used to construct or maintain pipelines used to transport oil or liquefied natural gas, for the energy
sector of Iran, AND
☐
is not a financial institution that extends $20,000,000 or more in credit to another person or entity, for 45 days or more, if that person or
entity will use the credit to provide goods or services in the energy sector in Iran.
In the event that a person or entity is unable to make the above certification because it or one of its parents, subsidiaries, or affiliates
has engaged in the above-referenced activities, a detailed, accurate and precise description of the activities must be provided in part 2
below to the Division of Purchase under penalty of perjury. Failure to provide such will result in the proposal being rendered as
non-responsive and appropriate penalties, fines and/or sanctions will be assessed as provided by law.
PART 2: PLEASE PROVIDE FURTHER INFORMATION RELATED TO INVESTMENT ACTIVITIES IN IRAN
You must provide, accurate and precise description of the activities of the bidding person/entity, or one of its parents, subsidiaries or
affiliates, engaging in the investment activities in Iran outlined above by completing the boxes below.
NAME:____________________________________________ Relationship to Bidder/Offeror__________________________
Description of Activities__________________________________________________________________________________
Duration of Engagement______________________________ Anticipated Cessation Date:_____________________________
Bidder/Offeror Contact Name__________________________ Contact Phone Number________________________________
Certification: I, being duly sworn upon my oath, hereby represent and state that the foregoing information and any attachments thereto to the
best of my knowledge are true and complete. I attest that I am authorized to execute this certification on behalf of the above-referenced
person or entity. I acknowledge that Somerset County is relying on the information contained herein and thereby acknowledge that I am
under a continuing obligation from the date of this certification through the completion of any contracts with the County to notify the County
in writing of any changes to the answers of information contained herein. I acknowledge that I am aware that it is a criminal offense to make
a false statement or misrepresentation in this certification, and if I do so, I recognize that I am subject to criminal prosecution under the law
and that it will also constitute a material breach of my agreement(s) with Somerset County, New Jersey and that the County at its option may
declare any contract(s) resulting from this certification void and unenforceable.
Full Name (Print)___________________________________ Signature: _________________________________________
Title______________________________________________ Date:_____________________________________________
39
COUNTY OF SOMERSET
ACKNOWLEDGMENT OF RECEIPT OF ADDENDA
The undersigned Bidder hereby acknowledges receipt of the following Addenda:
ADDENDUM
NUMBER
DATE
ACKNOWLEDGE RECEIPT
(Initial)
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
Acknowledged for:
(Name of Bidder)
By:
(Signature of Authorized Representative)
Name:
(Print or Type)
Title:
Date:
FORM NOT REQUIRED IF NO ADDENDA ISSUED
40
Download