TENDER NO TWO (2) 2016 MODEL REFUSE TRANSFER TRAILERS C/W TOP OPENING DOOR AND AUXILIARY GASOLINE ENGINE

Similar documents
HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications...

HALIFAX REGIONAL MUNICIPALITY (HRM) Three (3) Urban Light Duty Vacuum Sweepers TENDER # T Page 1

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

INVITATION TO BID. January 10, 2018

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

Town of Digby. Tender Equipment Purchase 4 WD One Ton Truck CONTENTS

TENDER HALF TON PICKUP TRUCK, 4x4

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

ADDENDUM 02. To All Bidders:

INDUSTRIAL HAUL AGREEMENT

REQUEST FOR QUOTATION

Town of Digby. Tender Equipment Purchase Fire Truck Pumper/Tanker

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK

TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK

TOWN OF GRAND FALLS-WINDSOR

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

Town of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck

SANTA CLARA CITY RENEWABLE NET METERING & INTERCONNECTION AGREEMENT

INVITATION TO BID Fort Morgan Golf Course Golf Carts

Destin Beach Safety ATVs, UTV, and Waverunner

Failure to comply with any of the instructions may be cause for the County to reject that bid.

THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L

SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION CUSTOMER GUIDELINES, APPLICATION & INTERCONNECTION AGREEMENT

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

SALT TRUCK - SHORT TANDEM

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

Invitation for Bid # Tandem Axle Dump Truck

Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY PHONE (270) FAX (270)

Guelph/Eramosa Township

Heber Light & Power Electric Service Rule No. 14 NET METERING SERVICE

Columbia Water & Light Interconnection & Net Metering Agreement Electrical Facility

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

Request for Proposal. Rear Load Refuse Truck

Request for Quote # Armored Vehicle for Hammond Police Swat Team

KAUAI ISLAND UTILITY COOPERATIVE KIUC Tariff No. 1 RULE NO. 17 NET ENERGY METERING

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018

Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida (813) Addendum No. 1

(ADDENDUM COVER SHEET)

Town of Springdale Wrecker and Towing Services Agreement

INVITATION AND NOTICE FOR BIDS ONE 2009 OR NEWER HYDRAULIC DETACHABLE GOOSENECK TRAILER-(aka LOW BOY) w/trade-in

Municipality of the District of West Hants Request for Proposal (RFP) PW Supply of one (1) new ½ Ton 4x4 Truck

REQUEST FOR BID For Trucks. Bid Notice

Rig Master Power by Mobile Thermo Systems Inc.

RSPO PalmTrace - Book and Claim Terms and Conditions

Public Access Electric Vehicle Charging Station Rebate Program Agreement

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

PART A TENDER SUBMISSION

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

THE ORIENTAL INSURANCE CO.LTD. REGIONAL OFFICE: IDA Building 4 th Floor, 7,Race Course Road, Indore (M.P.) REQUIREMENT

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION B (MANUAL TRANSMISSION) OX BODIES/16 STAMPEDE $24, (INCLUDING OPTIONS)

Electric Vehicle Charging Incentive Program (EVCIP) Application Form

REQUEST FOR PROPOSAL

REQUEST FOR BID For Trucks. Bid Notice

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN

The Regional District of Nanaimo (RDN) is seeking responses to the following tender:

CITY OF DUBUQUE VEHICLE BID BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S OFFICE FINANCE DEPARTMENT 50 WEST 13TH STREET

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

PROPOSAL FORM 2014 FUEL BID

Dealer Registration. Please provide the following:

INVITATION to BID. SALE OF SURPLUS VEHICLES Project # MARTHA S VINEYARD TRANSIT AUTHORITY 11 A STREET BUSINESS PARK EDGARTOWN, MA 02539

INSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED)

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

BOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

SANDAG Vanpool Program Guidelines as of February 2018

BRITISH COLUMBIA USED OIL MANAGEMENT ASSOCIATION

Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF BEARINGS AND ACCESSORIES RFP.PC.2017/18 PART 1 PROPOSAL INFORMATION AND CONDITIONS

City of Mobile. Recycling Equipment Rental & Hauling BID NUMBER: 5024

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

WARRANTY POLICY. Grid-Tied Photovoltaic Inverters. Revision D. 2014, Solectria Renewables, LLC DOCIN

TERMS AND CONDITIONS OF PARKING AT PALMERSTON NORTH AIRPORT

SAKHALIN ENERGY INVESTMENT COMPANY LTD. INVITATION TO TENDER

City of Storm Lake Fire Department Heavy Rescue Specifications

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK

2018 Golf Cart Lease Sunset Valley Golf Club

REQUEST FOR QUOTATION

PETROLEUM TRADERS CORPORATION RIGGINS, INC.

INVITATION TO BID 61 ZERO TURN RADIUS MOWER

Request For Bids Elko County Solid Waste Refuse Hauling and Disposal in the Midas Solid Waste Management Districts

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION C (AUTOMATIC TRANSMISSION) WARREN WXL-16 $17, (INCLUDING OPTIONS)

INVITATION TO BID FUEL PRODUCTS

THE TOWN OF CLARENVILLE PUBLIC WORKS DEPARTMENT. Tender Specification # For Purchase of One (1), New Wheel Loader with Snow Blades

Q10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document.

Department of Finance Purchasing Department INVITATION TO BID

M.P.S.C. No. 2 Electric Third Revised Sheet No. 65 (Rate Case) Cancels Second Revised Sheet No. 65

OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN Phone: Fax:

Transcription:

C/W TOP OPENING DOOR AND AUXILIARY GASOLINE ENGINE Closing: 2:00 p.m. local time, Tuesday August 16, 2016. TENDER SUBMITTED BY:

2 Page FOR C/W TOP OPENING DOOR AND AUXILIARY GASOLINE ENGINE TENDER OF: ADDRESS: Street City/Town Province/State Postal/Zip Code CONTACT NAME: TELEPHONE: FAX #: E-MAIL: CELL #: GST REGISTRATION (BN) #: NS REGISTRY OF JOINT STOCKS #: (as applicable) (as applicable) To supply and deliver two (2) 2016 Model Refuse Transfer Trailers in accordance with Specifications annexed hereto. General Instructions: 1. This form must be used for tabulation purposes. Specification sheets form part of tender and must not be removed. These terms and conditions apply to this tender. In instances where the specifications contradict these terms and conditions the specifications shall take precedence. 2. All tenders must be accompanied by manufacturer s literature describing, in detail, the equipment bid upon. A proposed draft shop drawing including both side and rear elevations and dimensions of major components shall accompany the tender. 3. Spare parts lists, shop drawings, operating instructions and an operations and maintenance manual must be supplied with the equipment and will form part of your offer to supply. 4. ONLY FIRM TENDER PRICES WILL BE CONSIDERED. Prices may be quoted in Canadian or U.S. funds and the tenderer shall specify same on this form.

3 Page 5. The HRM intends to only contract with responsible bidders who are in the business of providing the goods and/or services bid upon and can provide proof that they can furnish satisfactory performance based on past work experience with the HRM, other companies, or government agencies, and have the financial, managerial, and resource capabilities for the size of project bid upon. Satisfactory performance includes meeting all of the requirements of the various federal and provincial regulations and agencies for completion of work and making payments to subcontractors in a timely basis. The evaluation process may include reference checks, third party credit checks, site visits, and/or your firm may be asked to allow the HRM to complete personal credit and/or criminal record checks if company information is not available or adequate. Bidders found unacceptable during the evaluation process will not be given further consideration. 6. Delivery: Delivery is of the essence in this tender. 7. Contract Administration: Additional information or clarifications of any of the instructions or information contained herein may be obtained from HRM Procurement. Any explanation, regarding the meaning or interpretation of specifications or other Tender Documents, shall be requested in writing with sufficient allowance of time for receipt of reply, before the time of tender closing (requests shall be received not later than six (6) working days before the closing date). Requests for clarification or explanation of the Specifications or of the technical aspects of the Tender Documents shall be made to: Halifax Regional Municipality, Solid Waste Resources, 40 Alderney Dr., Suite 102, Dartmouth, P. O. Box 1749, Halifax, NS, B3J 3A5, phone: (902) 490-5960, fax: (902) 490-6690. Individual staff may be contacted: Barry Nickerson, P. Eng., Solid Waste Resources, Phone: 902-490-7172 or e-mail nickerb@halifax.ca or Robert Orr, P. Eng., Program Manager, Engineering & Contract Services, Solid Waste Resources, Phone: 902-490-6698 or e-mail orrr@halifax.ca. All questions concerning the procurement process for the tender shall be directed to Gary Carpentier, Senior Procurement Consultant, Phone: 902-490-4202 or e-mail carpeng@halifax.ca, Monday through Friday, 8:30 a.m. to 4:30 p.m. Upon receipt of such request, if considered necessary, explanation or interpretation shall be made in the form of an addendum to the documents and shall be furnished to all tenderers by HRM Procurement and the tenderers shall acknowledge all addenda with their tenders. Oral explanations and interpretations made prior to the tender opening shall not be valid or binding. Any addenda issued prior to the time set for the closure of the Tenders shall form part of the Tender Documents. HRM will assume no responsibility for oral instructions or suggestions. All official correspondence in regard to the tender should be directed to and will be issued by the Manager of Procurement. HRM may, at any time prior to the closing date and time, issue additional information, clarifications or modifications to the Tender Documents by written addenda issued by the Manager of Procurement or his/her designate only. It is the bidder s sole responsibility to ensure they have received all addenda prior to submitting their tender. Bidders are responsible to ensure that they are aware of and have obtained and complied with any addenda issued for this tender by visiting the Nova Scotia Public Tenders website.

4 Page 8. Instructions and Forms: Instructions and forms may also be obtained in person or by mail from, Halifax Regional Municipality Procurement Section Suite 103, 1 st Floor, 40 Alderney Dr. (Alderney Gate), Dartmouth Nova Scotia B2Y 2N5 All tenders are to be submitted in sealed, clearly identified plainly marked envelopes. 9. Closing Date: Tenders must be in the Halifax Regional Municipality Customer Service Center, 1 st Floor, 40 Alderney Dr. (Alderney Gate), Dartmouth Nova Scotia B2Y 2N5 before 2:00 p.m. local time, Tuesday August 16, 2016. Tenderers must submit their completed tender documents including completed Form of Tender and Specifications and all supporting documentation delivered by hand in sealed envelopes marked Tender #T16-081 TWO (2) 2016 Model Refuse Transfer Trailers C/W Top Opening Door And Auxiliary Gasoline Engine. 10. Public Opening of Tenders will be held immediately following the closing of the tendering period, as defined above, in Halifax Regional Municipality Procurement Section Suite 103, 1 st Floor, 40 Alderney Dr. (Alderney Gate), Dartmouth Nova Scotia B2Y 2N5. 11. Questions: Any questions concerning this Tender will be directed to HRM staff as identified in this document. 12. Inspection: All products supplied as a result of this tender must be of premium quality. The Halifax Regional Municipality reserves the right to inspect any equipment supplied as a result of this tender, either during or after manufacture and delivery, and shall be the sole judge as to whether equipment supplied meets its requirements and Specifications. 13. Rejection of bids: The Halifax Regional Municipality reserves the right to reject any or all bids, or accept any bid or portion thereof. The HRM reserves the right to cancel this quotation in its entirety and shall not be responsible, in any manner for expenses incurred by the contractor for preparing a submission. The HRM may award all or a portion of the work to one or more contractors. Without limiting the generality of any other provision hereof, the HRM reserves the right to reject any bid: i. That contains any irregularity or informality; ii. That is not accompanied by the supporting documents required; iii. That is not properly signed by or on behalf of the bidder; iv. That contains an alteration in the tendered price that is not initialed by or on behalf of the tenderer; v. That is incomplete or ambiguous; or vi. That does not strictly comply with the requirements contained in these instructions. vii. That is missing any pricing of components. viii. Notwithstanding the foregoing, the Halifax Regional Municipality shall be entitled, in its sole discretion, to waive any irregularity, informality, or non-conformance with these instructions in any bid received by HRM. ix. In the event that a number of suppliers submit bids in substantially the same amount, the Owner may, at its discretion, call upon those Tenderers to submit further bids. x. No term or condition shall be implied, based upon any industry or trade practice or custom, any practice or policy of the Owner or otherwise, which are inconsistent or conflicts with the provisions contained in these conditions.

5 Page xi. HRM may, in its absolute discretion, reject a Tender submitted by a Tenderer if: i) the Tenderer, or any officer or director of the Tenderer; ii) any related company of the Tenderer through common ownership, control or otherwise; or iii) any intended sub-contractor of the Tenderer, is or has been engaged, either directly or indirectly through another corporation, in a legal action (including arbitration or the service on HRM of formal notice of intent to commence a legal action) against HRM, its elected or appointed officers and employees in relation to: i) any other contract with HRM; or ii) any matter arising from HRM s exercise of its powers, duties, or functions under the Halifax Regional Municipality Charter or another enactment within five years of the date of this Call for Tenders. In determining whether to reject a tender under this clause, HRM will consider whether the litigation is likely to affect the Tenderer's ability to work with HRM, its consultants and representatives and whether HRM s experience with the Tenderer (or any of the individuals or entities referenced above) indicates that HRM is likely to incur increased staff and legal costs in the administration of this contract if it is awarded to the Tenderer. 14. Grounds For Disqualification - The proponent shall direct all questions regarding this tender or the Project to the individuals identified in Clause 7 of this document. Any attempt on the part of the Proponent or any of its employees, agent, contractors or representatives to contact any of the following persons with respect to this tender or the Project may lead to disqualification: (a) Any member of Council; and (b) Any member of HRM staff not mentioned in this document 15. Irrevocable offer: Any tender represents an irrevocable offer and shall be valid for a period of 90 days following closing date for submissions. 16. Canadian funds: Unless otherwise requested by HRM and noted on the tender, prices are to be listed in Canadian dollars. 17. Permits and Taxes: It is the responsibility of the bidder to ensure that tenders, all taxes, permits and other charges required to supply the goods and services are administered. The successful bidder is to comply with all codes, regulations and by-laws and all government and applicable standards pertaining to the work and job site including and not limited to the Nova Scotia Occupational Health and Safety Act and Regulations.

6 Page 18. Payment: HRM normal payment terms are thirty (30) days from acceptance that the goods and/or services meet the specifications. Alternative payment schedules may be proposed and are to be shown as an option and list the additional discount to HRM. 19. Patent right and royalties: The successful bidder shall pay all royalties and patent license fees required for the performance of the work. The successful bidder shall hold the HRM harmless from and against claims, demands, losses, costs, damages, action suits or proceedings arising out of the successful bidder s performance on the Contract which are attributable to an infringement or an alleged infringement of a patent of invention by the successful bidder or anyone for whose acts the successful bidder may be liable. 20. Assignment: The successful bidder shall not assign the Contract or portion thereof without the written consent of the owner, which consent shall not be unreasonably withheld. 21. Existing Conditions: Bidders will be deemed to have familiarized themselves with the existing conditions, which may affect the performance of required goods and/or service. No plea of ignorance of such conditions as a result of failure to make all necessary examinations will be accepted as a basis for any claims for extra compensation or an extension of time. Bidders are to ensure that they understand the expected use for the requested product or service and submit their bid accordingly. 22. Substitute: If the supplier is offering an equivalent or substitute product to those specified, the supplier must clearly identify this substitution and supply the manufacturer s name, product number and provide any technical information required so that the Halifax Regional Municipality can judge the acceptability of the substitute. HRM shall be the sole judge of the acceptability of any substitute or proposed equivalent. 23. WHIMS: All controlled products supplied to HRM must have approved WHIMS supplier labels. Material Safety Data Sheets must also be supplied. Failure to comply with this requirement will result in rejection of any shipment, and may result in cancellation of the order and then return of goods to the supplier at the supplier s expense. 24. Verbal Instructions: Any changes to this tender, specifications, terms and conditions shall be stated in writing. Verbal statements made by employees or representatives of HRM, whether or not they appear to have the proper authority shall not be binding on HRM. 25. Invoices: All invoices are to be submitted quoting the Purchase Order number. A purchase order number is required to obtain payment. The HST number (as applicable) must be shown on each invoice. Invoices must include a description of the goods and service provided with corresponding HRM material numbers. Invoices must also clearly indicate list price, discount offered and net price, if applicable. All invoices are to be forwarded to: HALIFAX REGIONAL MUNICIPALITY PO Box 1749 Halifax, NS B3J 3A5 Attn: Accounts Payable

7 Page 26. Right to offset: The successful bidder agrees that HRM may apply payments for work completed, services supplied and/or goods supplied, for any amount owing to HRM by the contractor or supplier including any related administration fees. 27. Trade Agreements: One or more of the following trade agreements may apply to this solicitation: 1. Domestic Atlantic Canada Procurement Agreement Agreement on Internal Trade 2. International Canada-U.S. Agreement on Government Procurement Trade Agreements can be viewed on the Province of Nova Scotia Public Tenders website at http://www.gov.ns.ca/tenders/policies-processes/trade-agreements.aspx 28. Performance: The successful bidder agrees that HRM may return the equipment or change components if the equipment cannot meet the project requirements and in part, the proposed materials must meet the expectations as defined in the attached specifications. HRM will be the sole judge of acceptability of performance. 29. Mandatory Requirements: All Prices must be PPD, FOB Destination and exclusive of applicable taxes.

8 Page Form of Tender C/W TOP OPENING DOOR AND AUXILIARY GASOLINE ENGINE TENDER OF: ADDRESS: Street City/Town Province/State Postal/Zip Code CONTACT NAME: TELEPHONE: FAX #: E-MAIL: CELL #: GST REGISTRATION (BN) #: NS REGISTRY OF JOINT STOCKS #: (as applicable) (as applicable) To supply and deliver two (2) 2016 Model Refuse Transfer Trailers in accordance with Specifications annexed hereto. The Bidder Declares: 1. That this tender was made without collusion or fraud. 2. That the Bid Documents and Addenda No. to inclusive were carefully examined, signed where indicated and have been enclosed with this tender submission. 3. That all the above were taken into consideration in preparation of this Tender.

9 Page 4. That the Tenderer has read and agrees to all applicable Standard Terms and Conditions for Goods, Services and Standing Offers as published on the Halifax.ca website. (www.halifax.ca/procurement) The undersigned tenderer has carefully examined the Form of Tender and the Halifax Regional Municipality s Specifications to supply and deliver the equipment listed below and described in the annexed Specifications and will accept, in full payment, the following price upon acceptance of the equipment: Supply of Two (2) 2016 Model Refuse Transfer Trailers c/w Opening Door and Auxiliary Gasoline Engine Note: The Municipality is requesting supply of two (2) trailers with schedule approximately four (4) months apart. A B Total no. item Unit Qty Unit Price-Total before Taxes HST/GST (Indicate): A+B 1 Trailer #1 each 1 2 Trailer #2 each 1 $ $ $ $ $ $ Total of A (two trailers before taxes) 2 $ Total Tender Price (Total of A) $ (Specify Canadian or U.S. funds) MAKE: MODEL: DELIVERY DATE: (Number of calendar days for delivery of the first trailer unit following receipt of the purchase order; the second trailer unit will have delivery approximately four (4) months later.)

10 Page This page must be completed, signed and attached to the tender, or your tender will be rejected. Signature: Name/Title: Date: End of Form of Tender

11 Page Supplementary General Conditions 1. Your tender submission must be accompanied by a bid/performance security in the amount of $2,000 (certified cheque only) made payable to the Halifax Regional Municipality. The $2,000 certified cheque will be held until the initial refuse trailer is delivered to HRM and accepted by HRM s Solid Waste Resources staff. The certified cheque of all unsuccessful bidders will be returned within ten (10) working days from award of tender. 2. Delivery: Delivery is of the essence in this tender. A delivery date must be guaranteed from date of award (receipt of purchase order). Tenders must include handling, freight, duty, taxes, delivery, rates and charges which are applicable at time tender is awarded. It is the responsibility of the tenderer to find out from the appropriate authorities what freight, duty, taxes, delivery, rates and charges are applicable to the equipment described in this tender. The Halifax Regional Municipality (HRM) reserves the right to cancel this order without penalty if the guaranteed delivery date is not achieved. Sales taxes are to be shown separately on the form where indicated. 3. Tender price shall be F.O.B. 11 Turner Drive, Dartmouth, Nova Scotia, Canada. 4. Insurance is the responsibility of the tenderer/manufacturer until delivery of the trailers to the delivery location (11 Turner Drive, Dartmouth, NS). 5. The tenderer shall provide for temporary permit or licence sufficient for transport and/or delivery of the trailers to the delivery location. The tenderer shall also provide all appropriate documents (such as New Vehicle Information Slip, bill of lading, invoice with make/model/year/serial #, Transport Canada Vehicle Import Form, NAFTA form Certificate of Origin, B3 Canada Customs Coding Form, as applicable) sufficient for HRM licencing. 6. Tenderers are responsible for adherence to all Canada Customs and NAFTA rules and regulations. Any and all errors and/or omissions which become apparent which result in penalties to HRM will result in the deduction of the value of those penalties from the tenderers invoice(s), so as the Halifax Regional Municipality may recover such losses. 7. Tenderers must indicate the sales tax - Harmonized Sales Tax (HST) or Goods and Services Tax (GST) as separate components of the Tender Price, as applicable. 8. Any variation from the Specifications shall be noted on this form. 9. The contractor may be required to provide supporting documentation that support personnel are certified. This includes bonded or security clearance of personnel working within the HRM facilities (on-site or remotely) to perform the required services of maintenance and support. 10. Permits and Taxes, Codes and Regulations: The work and manufacture of equipment for this tender shall be performed in accordance with all applicable national, provincial, state, municipal or local codes and regulations. The tenderer shall accept liability for any work required to complete the job or rectify deficiencies in accordance with such codes or regulations and indemnify HRM in

12 Page the event of any injury, damage, claim or action, arising from the tenderers failure to comply with such codes and regulations.

13 Page SPECIFICATIONS FOR C/W TOP OPENING DOOR AND AUXILIARY GASOLINE ENGINE GENERAL REQUIREMENTS The Halifax Regional Municipality invites tenders for the supply and delivery of two (2) refuse transfer trailers complete with top opening door and auxiliary gasoline engine and all the requirements as defined herein. The equipment offered under this proposal shall be of North American manufacture or assembly and equipment other than new and current year models will not be considered responsive to these Specifications. Equipment sold and serviced by Canadian companies or distributors will be deemed acceptable. The tenderer must be either a manufacturer, a factory branch, or an agent engaged in the business of selling, dealing in and servicing the equipment bid upon and must maintain a full stock of parts and provide service. Proposals will be considered on units other than North American manufacture provided service and parts are available in the local area. Tenderers shall provide the names, addresses and telephone numbers (as references) of three or more companies or agencies using refuse transfer trailer equipment the same or similar to that tendered. Refuse transfer trailer equipment offered for tender or similar refuse transfer trailer equipment shall have been on the market and in service for a period of at least three years. The Halifax Regional Municipality will be the sole judge as to the acceptability of the equipment. Final shop drawings showing details of the trailer design including dimensions and confirmation of component locations will be required of the successful tenderer. The tenderer shall confirm all important dimensions with HRM Solid Waste Resources staff. ALL EQUIPMENT SUPPLIED AGAINST THIS TENDER IS SUBJECT TO INSPECTION AND TESTING UPON RECEIPT AND WILL BE REJECTED AND RETURNED IF REQUIREMENTS AND SPECIFICATIONS ARE NOT MET COMPLETELY. COMPATIBILITY WITH EXISTING EQUIPMENT The equipment tendered shall be compatible with existing equipment of HRM. It shall be capable of connecting to and being operated by the hydraulic system on the HRM s or its contractors highway tractors and shall be capable of connecting to and being loaded by the HRM s transfer packers.

14 Page It shall be the responsibility of the tenderer to familiarize himself with the HRM s solid waste operation and its existing equipment. ANY DEVIATIONS FROM SPECIFICATIONS MUST BE NOTED BELOW AND SPECIFIED IN EACH SECTION If no deviations are shown, it will be considered that equipment bid upon meets or exceeds Specifications called for. Any equipment supplied against this tender is subject to inspection and testing upon receipt and will be rejected and returned if Specifications are not met completely. The Specify section is to be completed for all items. GENERAL The trailer shall be complete with all lights, reflectors, mud flaps and appurtenances necessary to meet all highway regulations. The trailer shall have an effective payload capacity of 75 cubic yards. BODY AND DOOR CONSTRUCTION The trailer shall have a hydraulically powered top loading door near the front of the unit. The top opening shall be a minimum of 107 inches long and 85 inches wide. The ejection plate shall be used for packing the load. The tender shall include details of the top loading door. The trailer shall be designed primarily for top loading and rear discharging of refuse. Alternately the unit may occasionally be used for both loading and discharging of refuse from the rear. The trailer shall accommodate loading from a stationary compactor with a packer latch and grab pocket arrangement below the trailer floor. The trailer body shall be of all steel construction. The body shall be reinforced or braced to render it rigid enough to withstand the forces exerted upon it during loading and unloading without the body bowing or bulging. The body shall be constructed from HT100 high tensile steel. The roof and sidewalls shall be minimum #12 gauge and the floor shall be 1/4 inch HT100 plate. The rear 18 feet of the trailer shall have channel reinforcing members at 16 inches center to center as a maximum and be of structurally sound construction. All other rib spacing to be a maximum of 24 inch centres. The floor shall be constructed without a sump or drain.

15 Page In its design, consideration should be given to the empty weight of the trailer as maximizing the available load weight is important to HRM. The front of the trailer shall be completely closed in and shall have the necessary mountings for the hydraulic system and auxiliary engine. The hydraulic lines for the top loading door shall be located such that they run along the top of the trailer as much as possible to minimize damage to the lines from roadway salt and debris. The hydraulic lines and system shall be adequately protected from damage through the use of rigid guards or equivalent. An access door shall be provided to allow access to the area between the front of the trailer and the ejector plate. The door shall be of sufficient size to enable easy removal of the hydraulic cylinder and large enough for a person to access to clean the area at the front of the trailer. Also, the trailer shall have a 2 foot by 2 foot access door on the passenger side at the front to allow cleaning behind the ejector plate. The tailgate shall consist of one door hinged on the left side with a minimum of three heavy duty hinges and a minimum three point closure mechanism (latching in three locations) with a heavy duty locking mechanism that will not vibrate open. The handle for the locking mechanism shall be safely and easily operable without pressure causing it to spring open during operation due to the load of the trailer. A safety chain shall also be provided. The door and locking mechanism shall be capable of withstanding all forces acting on it during compaction and transportation of refuse. The door shall be framed with a minimum of 1/4 inch rectangular tubing with panels of #10 gauge steel. The doors shall have neoprene rubber seals. There shall be a ladder on the passenger s side to provide access to the roof of the trailer. The ladder shall be located toward the rear of the trailer and shall be accessible when the doors are open. EJECTOR PLATE The ejector plate face shall be of high tensile steel. The ejector plate shall be capable of withstanding all forces acting on it during the loading and emptying of the trailer. The plate is to be designed so that it will completely empty the trailer of refuse. The plate shall have a continuously smooth surface to minimize the buildup of any refuse on the plate and to allow release of the load when ejected. The plate is to be guided over the full travel distance by a centre rail so that it remains at right angles to the centreline of the trailer

16 Page during the ejection-retraction cycle. The plate is to be sufficiently tight to the floor, sides and roof so as to minimize the problem of refuse by-passing the ejector, however, sufficient clearance is to be provided to prevent binding. HYDRAULIC SYSTEM INCLUDING ENGINE The trailer shall be equipped with an 8-½" bore, 5 stage heavy duty double acting hydraulic cylinder capable of developing a minimum force of 85,000 pounds (the tenderer is to provide complete details of the hydraulic cylinder including cylinder diameters and wall thicknesses). The cylinder shall be adequately supported to prevent excessive sag or strain when it is fully extended. The unit shall be equipped with a six (6) cylinder gasoline engine Chrysler Model H225 (OHV) or HRM approved equivalent, and hydraulic pumping equipment to power the trailer hydraulics. The engine shall be mounted at the front of the trailer with a muffler mounted horizontally or protected from precipitation by some other means. The engine shall be equipped with lockable, heavy duty, removable security panels and shall be protected from precipitation. The unit shall be complete with all necessary fuel storage tanks, electrical systems, battery, hydraulic pumps and hoses, hydraulic storage tanks and all else necessary to make a complete operating system. The fuel fill point and tank shall be located low enough to allow for filling of the fuel tank without the aid of a ladder. The hydraulic storage tanks shall be vented so as not to lose fluid while travelling over rough terrain. The entire system shall be equipped with a lockable vandal kit on all accessible items. The battery shall be equipped with cable clips for easy removal and replacement for maintenance and security reasons. The trailer shall also be equipped with the appropriate quick connects (Parker brand) including valves, hoses, etc. to allow the tractor to also power the trailer hydraulics including the cylinder (as a contingency to the auxiliary gasoline engine). The controls for the gasoline engine shall be mounted at the front of the trailer adjacent to the hydraulic controls. The ignition panel is to be enclosed, easily accessible and watertight. The tenderer shall include details of the engine, hydraulic pump and controls. The manually operated hydraulic control valve is to be located at the front of the trailer on the left hand side. The valve assembly shall be designed for a minimum flow of 50 Imperial Gallons per minute.

17 Page The hydraulic system shall be fitted with a pressure relief valve capable of being set from 1500 psi up to 2000 psi maximum. All hydraulic lines in locations where road debris could come in contact with them shall be protected by painted metal channel. All hoses shall have a minimum pressure rating of 2500 psi. LANDING GEAR The landing gear shall be two speed. It shall be capable of supporting a static load of 180,000 pounds with a lifting capability of 55,000 pounds with an input torque of 100 foot-pounds. Pads are to be oscillating. The operating handle is to be on the passenger s (i.e. right) side. KING PIN The king pin shall be standard 2-7/8 inch diameter and shall be located so as to distribute the load equally between the tractor and the trailer. The king pin shall also be located such that there will not be a conflict between the truck frame and the landing gear.

18 Page SUSPENSION The trailer shall be equipped with a tridem equivalent axle arrangement meaning an axle group of 3 consecutive, equally spaced axles that has a lowered lift axle in the front, the same number and size of tires on each axle and each of its axles attached to the vehicle by identical pneumatic suspensions. The spread shall be 144 inches. Each axle shall be minimum of 25,000 pounds. The suspension shall be rated at 50,600 pounds (23,000 kg) and shall be of an air ride arrangement, either New Way or Hendrickson/Turner of sufficient design to withstand the loading. The axles and suspension shall meet the requirements of the Nova Scotia Department of Transportation and Infrastructure Renewal, as applicable. BRAKES Brakes are to be heavy duty, air operated and are to be on all three axles. Slack adjusters are to be automatic. Air lines installed under the trailer are to be protected from material flying off the tractor and wheels. HUBS AND RIMS Hubs shall be of the steel hub pilot wheel type. Rims shall be the tubeless type.

19 Page TIRES Tires shall be 16 ply 11R22.5 tubeless radial with a rib thread pattern of cut resistant rubber compound, Michelin XZY or equal (if considered equal, name the brand and specifications). LIGHTS, REFLECTORS AND AIR Lights and reflectors shall conform to Nova Scotia Department of Transportation and Infrastructure Renewal standards. The trailer shall be equipped with stop lights, tail lights and signal lights. All lighting shall be of the LED variety. All lights shall be recessed for protection and include anti-theft rings. All light and air hook-ups are to be located on the driver s side. ELECTRICAL WIRING Electrical wiring is to be run in rigid protective conduits. All junction boxes are to be water tight and accessible. The electrical system is to be compatible with the electrical system of the HRM s tractors. The electrical connects shall include integral circuit breakers.

20 Page PAINTING The trailer is to be thoroughly cleaned to remove all dirt, rust, oil, foreign matter and weld slag before painting. One coat of red oxide primer is to be applied before the primary and finished coat. The tenderer shall apply two coats of high quality automotive alkyd enamel (a primary and finished coat). The high quality automotive alkyd enamel and is to be mid grey, neutral or similar in color (as approved by HRM). UNDERCOATING The trailer shall be undercoated to prevent corrosion (the tenderer is to provide complete details of the type of undercoating and its successful use in similar applications). The trailer is to be thoroughly cleaned to remove all dirt, rust, oil, foreign matter and weld slag before undercoating. WARRANTY A warranty of two (2) years parts and labor shall be provided on the ejector assembly, the hydraulic cylinder and all hydraulic components including the hydraulic pump. The engine shall have Chrysler Corporation s standard warranty for the H225 engine (or approved equal). All other components shall carry a one (1) year parts and labor warranty against defects in materials and workmanship.

21 Page End of Tender No. 16-081