Request For Quotations 2017-26 Fleet Vehicle The City of Dawson Creek is requesting quotations for: - Two (2) 2017 Motor Graders with Snow Wings and Snow Gates This is a Request for Quotations only. By requesting quotations, the City does not intend to enter into, and shall not be considered to have entered into, contractual relations upon the submission of a quotation by any person and no "Contract A" shall be formed between the City and any supplier upon the submission of a quotation. Without limiting the foregoing, the City shall not be obligated in any manner whatsoever to any supplier until a written agreement for the performance of the work herein contemplated has been duly executed. Specifications can be downloaded at www.dawsoncreek.ca. The proponent is solely responsible for ensuring any addenda are downloaded, reviewed, and included in their bid. Questions regarding specifications can be directed to: Mr. Richard Mathieson, Roads and Ground Manager, Public Works Department, at 250-784-3661, or via e-mail at rmathieson@dawsoncreek.ca A quotation shall be prepared and submitted at the sole expense of the proponent and without cost to The Corporation of the City of Dawson Creek. All quotations received by the City of Dawson Creek Director of Corporate Administration become the property of The Corporation of the City of Dawson Creek and as such are subject to the Municipal Freedom of Information and Protection of Privacy Act. Quotations sealed in an opaque envelope, clearly marked with the supplier s name and address and the project name will be accepted up to 2:00 p.m. (local time), Friday, June 9, 2017 and will be received by: Brenda Ginter, Director of Corporate Administration City of Dawson Creek 10105-12A St. P.O. Box 150 Dawson Creek, B.C. V1G 4G4
A. Quotation Requirements 1. Acceptance: Quotations must remain valid for thirty (30) days after the closing date. 2. Errors: Quotations as received shall be considered final and no quotation shall be altered, amended or withdrawn after the specified closing date. 3. Completion/Delivery/Cancellation: The specified completion or delivery dates should be carefully considered before bidders submit a quote. Failure to meet promised completion/delivery dates may result in cancellation of any subsequent contract. 4. Form: Quotations will not be accepted unless properly signed and submitted on this form. Qualifying clauses or exceptions may result in rejection of the quotation. 5. Taxes: Quotations must show appropriate taxes as indicated on the form attached. 6. Awards: The City reserves the right to award the order in part or in full, on the basis of quotations received, unless otherwise specified by the City. 7. Late Quotations: Quotations received after the specified closing time & date, will be rejected and returned. 8. Quotes for Services: In the event this quotation is for contracted services, the successful bidder may be required to provide the City with Comprehensive and automotive insurance in the amount of two million dollars ($5,000,000.00) along with current WSBC registration. 9. Submission of Bids: The City shall not be bound and the Bidder agrees not to rely upon any written or verbal statements or representations of any other persons, whether employed by the City or not, in the preparation and submission of their bid. 10. Quantities: The City reserves the right to increase or decrease quantities related herein to meet operational or budget requirements. 11. Delivery Requirements: The product must be delivered by September 11, 2017 to the City of Dawson Creek Public Works Yard, 92 Vic Turner Road, Dawson Creek BC.
B. Conditions of Purchase 1. Acknowledgement/Acceptance: The City intends to award a contract through the issuance of written confirmation of acceptance of the bid. The bidder shall be required to countersign the agreement to purchase, such written acceptance to constitute acceptance of the entire order and its conditions. 2. FOB Point: Offloaded at the City specified site or unless otherwise specified, as shown assigns responsibility for the unloading operations by the successful bidder. 3. Shipments: The City reserves the right to cancel this order, if the contract delivery date shown herein, is not met. All materials must be transported based on the conditions herein. 4. Indemnity: Not withstanding the providing of insurance coverage by the Bidder, the Bidder hereby agrees to indemnify and save harmless the City, its officers, agents, servants and employees and each of them from and against all claims, demands, losses, costs, damages, actions, suits or proceedings by whomever made, brought or prosecuted and in any manner based upon, arising out, related to, occasioned by or attributable to the activities of the Bidders, its servants, agents, sub-contractors and sub-subcontractors, in providing the services and performing the work of this Contract, excepting always liability arising solely out of the negligent act or omission of the City. 5. Business License: The successful bidder may be required to have a valid and appropriate City of Dawson Creek business license. 6. General Conditions: It is agreed and understood that: The City shall not be obliged to purchase any goods or services from any bidder until a written confirmation of acceptance of a bid has been issued to the bidder. Any discussions, inspections or meetings with City staff will not constitute an expressed approval to purchase.
C. Specifications All vehicles to be 2017 model year Two (2) 2017 Motor Graders with Snow Wings and Snow Gates Engine 6 cylinder turbocharged diesel of not less than 9 liters displacement Meets EPA Tier 3 Non-road Emission Standards Minimum base horse power of 165 HP at 2000 RPM Minimum peak horse power of 230 HP at 2000 RPM Dual element air cleaner with restriction indicator Fuel / water separator Block Heater Ether starting aid, automatically metered ether injection to prevent engine damage Transmission Direct drive power shift with auto shift option 8 forward speeds minimum 8 reverse speeds minimum Minimum top speed forward 28.1 mph (45.2 kmh), reverse 28.1 mph (45.2 kmh) Inching capable Operator controlled differential lock / unlock Electrical 100 amp alternator 2 12v 75am HR 1000 CCA maintenance free batteries Master disconnect switch Turn signals, stop and tail lights Hazard lights Headlights with high and low beams Work lights front, rear and blade Back up alarm auto adjusting for ambient noise levels Amber strobe style beacon Brakes Power assisted on all drive wheels Oil cooled disc types Self-adjusting Engine failure backup system Park brake to lock all drive wheels and disengage transmission Articulation Point to be behind cab Tires 17.5R25 inch G2/L2 Snow Michelin Radials
Moldboard Hydraulic tip control 14 feet in length 27 inches in height 0.87 inch thickness Replaceable end bits Cutting edge 8 x x ¾ curved heat treated with 5/8 punching Blade lift accumulator to protect from vertical impacts Snow Wing 12 foot moldboard with bolt on cutting edges 38 Bench height with float in all vertical positions Hydraulic extendable push pole Universal rear mount includes hitch plates Mechanical Specifications for Snow Wing o Distance to wing edge 9 7 o Max foldup width 10 7 o Transport width 10 11 o Max foldup height 11 8 o Transport height 10 10 o Bench height 35 to 41 o Max banking height 10 2 o Max ditching depth 4 Snow Gate RH End Gate Hydraulic Replaceable skid shoe Min Length - 42 Min Width 24 Min Height 28 Operators Station Equipped low profile ROPS/FOPS cab Side opening windows Isolation mounted for noise and vibration Insulated for air condition and noise Access on both side with anti-skid steps and handrails Seat to be contour fabric style with arm rests fully, adjustable and air suspension 3 seat belt Tilt able control console and steering wheel as standard equipment Molded floor mat Interior rear view mirror Breakaway west coast style exterior mirrors with lower convex mirrors Tinted glass
Sunshade Indicator warnings for low voltage, engine oil pressure, coolant temperature, filter restrictions, park brake, differential lock, high beams, turn signals and seat belt Gauges for rear steer articulation angle, engine coolant temperature, transmission oil temperature, fuel level and hydraulic oil temperature Digital readout, engine RPM, odometer, transmission gear indicator, speedometer, hour meter AM/FM radio Power convertor from 24 volt to 12 volt 20 amp minimum Dome lights Windshield washers and wipers on all front and rear glass Defroster fans front and rear Horn Heater Air conditioner Other Equipment Must meet British Columbia Safety Standards Circle drive slip clutch Tool box Heavy duty transmission / belly guard Rear hitch Auxiliary function valve for front mounted equipment. Piping to nose and control to be mounted right hand front position on control console Auxiliary function valve for rear mounted equipment. Piping to the rear and control to be mounted left hand front position on control console Front push block Factory mounted front and rear fenders Manuals One (1) Parts Manual One (1) Service Manual Two (2) Operator Manuals NOTE: Grader to meet all appropriate emissions and regulations. D. Two (2) 2008 John Deere Motor Graders (As Is, Where Is): Two (2) 2008 770D Motor Graders with 12 foot wing and snow gate o (City Units MG-4 & MG-5) MG-4 hours as of May 1, 2017: 7123 hours MG-5 hours as of May 1, 2017: 7185 hours May be viewed at City of Dawson Creek Public Works, 92 Vic Turner Road, Dawson Creek. Arrangements to view may be made with Bob Broughton, Mechanic, at 250-719-1328 or Dawn Carpenter, Public Works Clerk, at 250-784-3623.
Quotation Sheet RFQ 2017-26 Bid Sheet Bidders must complete the form below and return it to the Director of Corporate Administration on or before the published closing date. Name of Firm Bidding: Authorized Signature: Print Name: State Capacity: Address: City: Postal Code: Phone #: Fax #: E-Mail Address: Quoted Prices MUST include all shipping, fees, levies and charges except GST which is to be shown separately. LUMP SUM BID Description PRICE Supply and delivery of two (2) 2017 Motor Grader with Snow Wings and Snow Gates as described in RFQ 26 Section C Specifications GST Less Trade in Value for Two (2) City of Dawson Creek 2008 700D John Deere Motor Graders as described in Section D NET BID PRICE