TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500) DUE DATE: Friday, March 15, 2019 2:00 p.m. Local Time P a g e 1 Geoff Holman, Director of Public Works and Community Services
CITY OF THOROLD PUBLIC WORKS AND COMMUNITY SERVICES DEPARTMENT TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL, MINI CARGO VAN (GVW MINIMUM 4700,MAXIMUM 5500) INFORMATION TO BIDDERS 1. Sealed Tender clearly marked as to contents and on the forms provided will be received by D. Delvecchio, City Clerk, City Hall, 3540 Schmon Parkway, Thorold, Ontario, L2V 4A7 until Friday, March 15, 2019 at 2:00 p.m local time for the purchase of one (1) New 2019 or Later Model Mini Cargo Van as per the specifications. 2. The supplier must state the time of delivery for the truck complete. The City is to be advised immediately of any necessary change in the stated time of delivery. 3. The bidder must submit with his tender, relevant manufacturer s literature on the equipment. 4. The lowest or any tender will not necessarily be accepted. 5. Retain one set of documents for your records. 6. All questions should be directed to Steve Santo. Phone 905-227-3521 or email pubworks@thorold.com P a g e 2
TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL, MINI CARGO VAN (GVW MINIMUM 4700,MAXIMUM 5500) I/We, the undersigned, agree to supply and deliver to the City of Thorold, not later than the time stated, the equipment as set out below for the following price: 1 One New 2019 or Later Model, Mini Cargo Van (GVW Minimum 4700, Maximum 5500) as per specifications. Make: Model: Year: 2. Net Price Delivered $ 3. H.S.T. $ 4. TOTAL PRICE DELIVERED to (1543 Beaverdams Road, Thorold, Ontario) $ Attention: Steve Santo Suggested additional extra items (including all taxes) 1. $ 2. $ 3. $ Truck will be delivered within days maximum after order is placed with dealer. The City of Thorold Procurement Policy requires that the consideration of Canadian content in materials offered as part of any bid submission be identified wherever possible. Furthermore, preference shall be given in the award of any contract to that which has the greatest amount of Canadian content. P a g e 3
TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL, MINI CARGO VAN (GVW MINIMUM 4700,MAXIMUM 5500) A copy of the dealer s order to the manufacturer shall be delivered to the City of Thorold, c/o Steve Santo when the order is placed. Name of Signing Person (type or print) Signature Telephone Number Position in Firm Firm Name Date Address and Postal Code P a g e 4
CORPORATION OF THE CITY OF THOROLD OPERATIONS DEPARTMENT TENDER NO.: PW19-01 SUPPLY AND DELIVERY OF ONE (1) NEW MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500) SPECIFICATIONS This specification covers only the basic details specifically required by the City of Thorold. It is the manufacturer s and/or supplier s responsibility to deliver a fully functioning unit suitable for its intended use. The unit shall be supplied with all standard equipment, plus all other equipment specified, if not standard. Other equipment must equal or exceed original equipment specifications. Vehicle must be delivered to the Operations Department at 1543 Beaverdams Road, Thorold. 1. MAKE AND MODEL: DETAILED SPECIFICATIONS Ford Transit Connect, NV 200 Nissan, Chevy City Express, Ram Promaster City YEAR MAKE MODEL 2. WEIGHT AND DIMENSIONS: SPECIFY GVWR required (4700 lb. minimum maximum 5500) Payload rating for vehicle (c) Wheelbase shall be 114 minimum, maximum 116 lb. lb. in. P a g e 5
(d) Overall length shall be 180 minimum, maximum 187 (e) Floor length from back door to back of seats minimum 81, maximum 83 in. in. 3. AXLES: SPECIFY Front and rear axle weight rating shall be provided GVWR specified each axle. Front Stabilizer Bar (c) Power Steering Front lbs ea Rear lbs ea 4. WHEELS, TIRES AND RIM: SPECIFY Wheels and tires shall provide GVWR specified. Wheels: in. X in. Tire Size: Four (4) rims mounted with four (4) first-line all season M+S steel belted radial tires and spare. 5. SPRINGS: Front and rear spring capacity at ground shall provide GVWR specified Front and rear shock absorbers Front lbs ea Rear lbs ea 6. ENGINE: SPECIFY A four (4) cylinder gasoline engine is required having a minimum displacement of 2.0 litres 2.0 L DOHC Note: 6 or 8 cylinder not acceptable 150 amp Alternator (minimum 110) P a g e 6
(c) 500 Cold Cranking AMPS, 50 Amp/HR (minimum 470) (d) Maintenance Free Battery shall be Supplied (e) Net torque at rated RPM Net Torque lbs. ft @ RPM lbs. ft @ RPM (f) Net HP at RPM HP @ RPM 7. POWER TRAIN: Front Wheel Drive Specify: Four (4) speed automatic transmission or equivalent Specify: (c) Standard ratio front axle ratio 8. BRAKES: SPECIFY Four wheel antilock brakes (ABS) Disc or drum design Front Rear 9. ELECTRICAL: SPECIFY Battery 12 volt with run down protection Alternator 12 volt 150 amp minimum low cut in speed (minimum 110 amp) amp hr. amp. 10. CAR EQUIPMENT: (including and not limited to) Driver s and passenger side air bags Separate adjustable seats for driver and passenger with cloth type covering Specify: P a g e 7
(c) (d) (e) (f) (g) (h) (i) (j) (k) (l) Vinyl / rubber floor matting cargo area Specify: Vinyl front driver and passenger area Intermittent electric windshield wiper system Rear window wiper, 2 speed Windshield and front door windows shall be tinted with factory tint L/S and R/S sliding side cargo doors R/S sliding cargo door glass Split swing-out rear cargo doors with deep tint window glass Electric rear window defroster Factory installed air conditioning with Environmentally Friendly Refrigerant (CFC Free) Specify Type: (m) Factory installed AM/FM radio (n) (o) (p) (q) (r) (s) (t) Centre Console with cup holders Dome LED lighting front/middle/rear or equivalent Sun visors for driver and passenger Front overhead storage shelf with net Tilt and telescoping steering wheel 12 volt power plug front and rear Power Front Windows 11. INSTRUMENT PANEL: Standard Dash Instrumentation all other standard features shall be included. Warning lights are acceptable ONLY if gauges are NOT available Specify: SPECIFY P a g e 8
(c) (d) (e) (f) Tachometer Ammeter Fuel Gauge Oil pressure Gauge Water temperature Gauge 12. LIGHTS: Shall be equipped with: (c) (d) (e) Electric headlights (day time running lights) Stop, tail and backup lights Directional signals of four (4) way flasher type, together with all other lights on body as is required by law for vehicles of this type. Specify: Dome light with dash and door switches and glove compartment light Rear cargo light that operates with cab dome light 13. CHASSIS ACCESSORIES: SPECIFY (c) Standard front bumper Standard rear bumper Standard fuel tank litres 14. MISCELLANEOUS: SPECIFY Antifreeze shall be supplied, -35 P a g e 9
A line setting ticket and/or vehicle specification sheet shall be supplied indicating component sizes, capacities ratios, etc. (c) Operator s manual shall be supplied, one (1) per vehicle (d) Parts must be available within the Niagara Area (e) One operator s and one service manual must be with the vehicle 15. WARRANTY: Minimum three (3) year/60,000 km. warranty covering complete vehicle (except tires and other items listed in the Warranty Guide). Minimum three (3) year/60,000 km. no charge 24 Hour Roadside Assistance. Basic Warranty Transmission Engine Corrosion Emission Attachment/ Body Additional Warranty 16. PAINT: SPECIFY Manufacturer s standard white Interior to be colour keyed to the exterior 17. GENERAL: SPECIFY List all additional equipment that is included with vehicle that is not in the specification P a g e 10
18. THE FOLLOWING IS TO BE QUOTED BELOW AND ALSO TO BE INCLUDED IN THE PURCHASE PRICE ON THE FORM OF TENDER. Although included in the Form of Tender total price, the Corporation has the right not to purchase any or all the following. For these cases the total tendered price would be reduced by the corresponding amount plus applicable taxes. (1) Body Undercoating, Krown or equivalent Specify: (2) Mud Flaps (front and rear) Specify: (3) Floor Mats, factory installed Specify: (4) License to be supplied by the successful bidder Specify GVWR: $ $ $ $ 19. THE FOLLOWING IS TO BE QUOTED BELOW ONLY, DO NOT INCLUDE ON THE FORM OF TENDER OPTION: A. Flex Fuel Engine $ Engine shall operate on 100% gasoline or blend of 85% ethanol and 15% gasoline THE LOWEST OR ANY TENDER NOT NECESSARILY ACCEPTED P a g e 11