RFQ 2016-24 Sand Truck The City of Dawson Creek is requesting quotations for the supply and delivery of: One (1) 2016 Tandem Axle Dump Truck c/w Sander All documents are available through the City of Dawson Creek website 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 Shawn Dahlen, Director of Infrastructure, at 250.784.3624 or sdahlen@dawsoncreek.ca. Quotations will be accepted up to 2:00 p.m. (local time), June 17, 2016. Quotations must be sealed in an opaque envelope, clearly marked with the name and the project name/number and will be received by Brenda Ginter, Director of Corporate Administration, at: Regular Mail: Box 150, Dawson Creek, BC V1G 4G4 Physical Address (Courier): 10105 12A Street, Dawson Creek, BC V1G 3V7. It is the sole responsibility of the Bidder to ensure that its Bid is received at the above location and by the time stipulated. Bids received after the stipulated time will be rejected and returned to the Bidder unopened. Faxed Bids are not acceptable and will be rejected. 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. Bidders must refer to the RFQ Documents for the terms governing the Bid process. The City reserves the right to accept or reject all or any Bids and to waive any informality, incompleteness or error in any Bid. All costs incurred by proponents in the preparation and presentation of their proposal will be at their own expense. All quotations received by the Director of Corporate Administration become the property of The Corporation of the City of Dawson Creek and as such are subject to the Freedom of Information and Protection of Privacy Act.
RFQ 2016-24 Sand Truck Page 1 of 7 SPECIFICATIONS 1. Introduction The City of Dawson Creek requires the supply and delivery of a 2016 tandem axle dump truck with underbody plough and sander which meets the specifications outlined below. The vehicle is to be delivered and offloaded to the City of Dawson Creek Public Works Yard, 92 Vic Turner Airport Road no later than September 30, 2016, completely operational and ready for use, including the hydraulic system, gravel box, underbody plough, and sander plumbed to the back of the box. The required delivery date must be carefully considered before submitting a quote, as failure to meet the delivery date will result in cancellation of the contract. Bids must be submitted on the attached Bid Form. 2. Scope of Work: The successful bidder will be responsible for the supply and delivery of one (1) 2016 Tandem Axle Dump Truck c/w Sander which meets the following specifications, on or before September 30, 2016: ENGINE 275 300 Horsepower, 775-850 LB/FT torque @1200-1300 RPM with electronic interface connections Must meet all current emission standards Donaldson Air Cleaner (or equivalent) 130 AMP Alternator Battery Box (boxes) frame mounted, 1150 CCA Batteries c/w threaded studs (dual) Frame ground return for battery cables 15.0 CFM Air Compressor minimum Engine shut down protection system Stationary cab mounted right hand vertical exhaust c/w muffler Muffler/Tail Pipe shield Horten Fan Clutch Assembly (or equivalent) Primary & Secondary Fuel Filtration Full Flow Oil Filter Minimum 720 square inch radiator Antifreeze pre-charged SCA Heavy Duty Coolant Constant tension Hose Clamps Engine Block Heater 12 Volt Starting System Front hydraulic pump TRANSMISSION & EQUIPMENT Allison 3000 RDS P Automatic (or equivalent) 5 speed with O.D. programmed for Utility/P & D/General Truck Interface connectors Transmission must allow for Live Drive power take off. This will drive on variable displacement hydraulic pump capable of delivering 32 gallons per minute @ 1800 RPM Magnetic drain plugs in Engine, Transmission and Differentials Electronic push button, dash mounted shift control Transmission cooler
RFQ 2016-24 Sand Truck Page 2 of 7 FRONT AXLE AND SUSPENSION 20,000 pound Front Axle 16.5 x 6 Drum Brakes, Front Front Brake Shields Oil Lubricated Front Hubs Automatic Slack Adjusters Power Steering 18,000 pound tapered Leaf Spring Front Suspension Front Suspension to be equipped with bushings and seals Front Shock Absorbers REAR AXLE AND SUSPENSION 40,000 pound Rear Axles, Heavy Duty 6.14 Ratio Driver Controlled Differential Lock, both Rear Axles 16.5 x 7 Drum Brakes Automatic Slack Adjusters Spring Parking/Emergency Brakes on both drive axles 44,000 pound, 4 bag air ride suspension Ride height control Instant response automatic leveling valves Shock Absorbers on both axles (minimum 51 spacing) Air Suspension dump valve with indicator light, gauge and buzzer BRAKE SYSTEM Brake system to meet all CMUSS Standards in effect at the time of manufacture. Brake system is for a straight truck with a one valve parking brake control Steel air reservoirs Drain valves with manual pull cables that are easily accessible to the operator on all reservoirs Air dryer WHEEL BASE Range 210 265 (Tight turning radius is required). FRAME Must be heavy duty construction to accept the installation of an underbody mounted snow plow and a heavy duty dump box. Reinforced frame Painted black Frame rails must have no protrusions outboard and both rails must be clear from back of cab to rear suspension including the underside Painted steel front bumper
RFQ 2016-24 Sand Truck Page 3 of 7 FUEL TANKS AND EQUIPMENT Minimum 150 liter fuel tanks c/w integral access/egress non-slip steps mounted on left and right side Fuel tanks should not extend beyond the rear of the cab Fuel system should provide equal flow without the use of a cross-over line Fuel lines should be reinforced nylon TIRES AND WHEELS 11R x 22.5 14 ply tires (Goodyear brand) premium highway tread steering 22.5 x 8.25 steel disc, 10 hole hub pilot steering 11R x 22.5 14 ply tires (Goodyear brand) premium highway grip Drive axles 22.5 x 8.25 steel disc, 10 hole hub pilot drive axles Aluminum wheels CAB Cab must be air suspended Grab handle LH and RH to assist with access and egress Stationary grille Fiberglass hood and front fenders tilting Electric horn Dual heated, power rear view mirrors, door mounted to accommodate 102 width LH and RH 6 convex mirrors mounted under rear view mirrors Manual window regulators Black rubber floor mats with insulation Heater, Defroster, and Air Conditioner Cab insulation for sound and temperature Automatic self re-setting circuit breakers 12 volt negative ground electrical system Manual door locks Bostrom high back air suspended drivers seat, vinyl with cloth insert and arm rests (or equivalent) Bostrom mid back non-suspended passenger seat, vinyl with cloth insert (or equivalent) Tilt steering with 2-spoke steering wheel Driver & passenger interior sun visors Standard driver information package and dash gauges Ample room between driver and passenger seats to accommodate a snow plow/sander control console Electric windshield wipers/washers with intermittent capabilities Heavy duty 25 amp flasher to accommodate up to 12 lamps Back-up alarm, trailer wiring harness PAINT Body White, Chassis Black
RFQ 2016-24 Sand Truck Page 4 of 7 AUXILLARY EQUIPMENT sides to accept side boards air trip tailgate c/w spreading chains box should have no ledges or protrusions that will allow corrosives (salt/sand etc) to lay on, either externally or internally box must be heavy duty steel construction reinforced mud flaps 3/16 AR 400 floor or equivalent box front 58 high with full cab guard hydraulic cylinder 26 ton capacity, outside mount lights all lights must conform to CMUSS standards and must be L.E.D. design hydraulic pump capable of operating the dump box initially and an underbody snow plow and slide-in sander hydraulic reservoir to be mounted behind cab mounted vibrator / shaker 16 foot heavy duty steel gravel box (white in color) All manuals to be provided if not available online. UNDERBODY PLOW 10 length 20 mold board height Circle assembly 1 piece 1 steel with independent mounted side plates 45 deg. Max angle 2 cylinders, 3 ½ double acting with chrome plated piston rods Pivot pin H.D. 5, 3 bolt attachment Hinge shaft high carbon steel 1 ½ O.D. 1 x 10 heavy duty steel weldment hanger board Mold board cushioned by four (4) heavy duty compression springs Power angle with manual pin lock, 4 double acting cylinder and chrome piston rod 5/8 x 6 (3-3-12-12 punching) cutting edge SLIDE-IN-SANDER Minimum Specs 10 gauge carbon steel sides/ends 7 gauge slotted longitudinals 50: 1 gearbox configurations (steel worm gear) six tooth sprocket (self cleaning), (1 1/2 drive shaft and 1 ¼ idler) top mounted spinner motor (enclosed) 3/8 thick cross bars on 4 ½ centers standard spinner 20 poly 7 diameter hard surface auger 18 H.P. direct drive hydraulic motor width 82 depth 15 height 48
RFQ 2016-24 Sand Truck Page 5 of 7 weight 2000 lbs steel body side slope to be 45 deg. Minimum front & rear panels slope; rear 9 deg., front 18 deg body floor 7 gauge steel bolt in replaceable cross sills to be 3 channel 15 cm feed gate is 10 gauge hardware is zinc plated rear discharge pintle chain conveyer to be 24 wide heat treated alloy steel chain; 21000 lbs/strand chains pins to be 7/16 diameter with 2 ¼ pitch cross bars must lay flat on conveyor floor 4 idler adjustment chain tension adjusting rod to be 5/8 stainless steel conveyer gear case hi-tensile cast iron housing; oil tight with breathers and oil level plug output bearings to be tapered roller type extended input shaft to accept optional application rate sensor 2 baffles shall be positioned at the bottom of the spinner chute to direct flow of materials onto spinner disc for directional spread pattern adjustment speed of conveyer and spinner motors to be controlled by a fluid control dual pressure compensated control valve with relief pre-set +40 g pm & 1500 psi valve to have twelve (12) detent settings for each circuit and an independent on/unload valve to allow start/stop without changing application rate control valve to be pedestal mounted complete with JIC fittings spreader requires 17 GPM minimum / 23 GPM maximum @1500 PSI entire body is to be primed with a high quality catalyzed primer finish paint shall be Highway orange standard enamel Rear mounted LED back up lights DICKEY-john ICS2000 Control System (or equivalent) Spreader control system to monitor product application and rate being applied to the road Starts and stops with vehicle movement PRE-WETTING LIQUID SPRAY SYSTEM The system shall be comprised of a hydraulically driven pump plumbed in series with the spreader conveyer drive, motor, flow divider valve, 75 gallon polyethylene reservoir, variable displacement orifices for dispensing liquid, plumbing/mounting hardware, and an in cab control console. The system shall maintain the proportion of liquid to granular material throughout normal spreader application rates. All parts that come into contact with liquid being sprayed shall be corrosion resistant. All components of drive system are mounted in a sealed, corrosion resistant, molded fiberglass housing with hinged cover Hydraulic motor is 1.21 CIR geroler type Liquid pump is a 4.1 GPM @ 1725 RPM gear type of corrosion resistant materials with carbon graphite bearings
RFQ 2016-24 Sand Truck Page 6 of 7 All tubing is stainless steel with corrosion resistant fittings Liquid output controlled by an adjustable flow control valve Flow divider valve is manually adjustable with control from zero to maximum flow Cab mounted on/off switch with power indicator. High pressure and tank empty indicator lights with alarm Heavy duty wiring harness from cab to pump 75 gallon rotation molded medium density polyethylene tank, 5 cap replaceable screen line strainer corrosion resistant shut off valves bulk tank fill quick couplings internal tank baffle variable displacement metering orifice supply all bolt on brackets, hardware and fittings 3. Qualifications In order to qualify for this contract the successful bidder must provide upon award a City of Dawson Creek Business License. 4. Submission Requirements Bids must include: Bid Form, as provided in the RFQ documents, accompanied by a detailed manufacturers specification sheet for the unit. The bid must be received at the closing location by the specified closing date and time, delivered in an opaque envelope and clearly marked RFQ 2016-24 Sand Truck. The bid must be signed by a person authorized to sign on behalf of the Proponent. The bid must be in English. 5. Additional Information Except as expressly and specifically permitted in the RFQ, no Bidder shall have any claim for any compensation of any kind whatsoever, as a result of participating in the RFQ, and by submitting a bid, each bidder shall be deemed to have agreed that it has no claim. Bidders may amend their bid via fax to 250-782-3203. Fax changes must be received prior to the closing time of 2:00 pm local time, June 17, 2016. Any Bid change should disclose only price changes and any change that discloses a lump sum price, a unit price, an extended total, or total price will result in the entire bid being rejected. If a Bidder faxes a change to the Bid, the Bidder accepts all risk associated therewith, including lost or misdirected fax and any malfunction of the City s fax machine. 6. Contract Documents The Contract Documents consists of the following: Request for Quotes; Specifications; Bid Form; Addenda, (if any)
RFQ 2016-24 Sand Truck Page 7 of 7 7. Evaluation Only the information contained in the submission will be used for evaluation. There will not be an opportunity to make a presentation to the City beyond the information contained in your submission. Bids will be evaluated for compliance with the bid documents, with price the priority factor amongst bids deemed compliant with the specifications. All costs incurred by proponents in the preparation and presentation of their proposal will be at their own expense. 8. Requests for Clarification Proponents may inquire into and clarify any requirements of this RFQ. Questions must be communicated to the contact person at least five days prior to the closing date. Inquiries, in writing, must be directed to Shawn Dahlen, Director of Infrastructure, at sdahlen@dawsoncreek.ca. It is the proponent s responsibility to clarify any details prior to submitting a bid. The Corporation of the City of Dawson Creek will assume no responsibility for any oral instruction or suggestion. 9. Omissions and Discrepancies If a proponent finds discrepancies in, or omissions from the request for quotations, or if he/she is in doubt as to their meaning, he/she should advise the City immediately. Responses, if not already addressed in the RFQ, will be addressed in the form of addendum, if required and posted to the City website at www.dawsoncreek.ca. No oral interpretations will be effective to modify any provisions of the Proposal, unless a written addendum has been issued by the Director of Corporate Administration, prior to the advertised closing date and time. The Proponent is solely responsible for ensuring any addenda are downloaded, reviewed, and included in their proposal. Proponents must also acknowledge receipt of each addendum (if any) in the space provided on the bid form. 10. Proposal Irrevocability By submission of a clear and detailed written notice, the Proponent may amend or withdraw its proposal prior to the closing date and time. Any amendment submitted which results in the disclosure of pricing or other salient points of the original proposal will result in disqualification of the Proponent. At closing time, all proposals become irrevocable for minimum thirty days. 11. Rejection of Bids The Owner has the right, in its sole discretion, not to award a Contract and has the right to reject any or all submissions (including the lowest Bid) without giving any reason for doing so. The Owner has the right, in its sole discretion, to evaluate any or all bids on any basis it considers desirable, including the overall cost of the bid in relation to the Owner's budget, the ability of the Bidder or Bidders to supply a product that meets the specifications, the finances or creditworthiness of the Bidder or Bidders. Unless otherwise expressly provided in the RFQ, the Owner is entitled, in its sole discretion, to waive any informality, incompleteness or error in any proposal. The Owner may, but is not required to, in its sole discretion, reject any submission which is conditional or obscure in any respect, does not conform strictly with the requirements of the Contract Documents.
RFQ 2016-24 Sand Truck Bid Form Page 1 of 2 CITY OF DAWSON CREEK - BID FORM Section 1 - Bidder Contact Information Company: Date: Address: Contact: Phone: Cell: Email: Section 2 Pricing Description Total Price for the supply and delivery of a 2016 Tandem Axle Dump Truck, as per the Specifications of RFQ 2016-24. $ GST if applicable $ PST if applicable $ *Price * Price must include all applicable fees, levies and charges except taxes which are to be shown separately. Section 3 Conflict of Interest Conflict of Interest Information - Please mark below the appropriate response: Provided on a separate sheet: No conflict exists for my company: Section 4 - Addenda By my signature below, I hereby acknowledge receipt of Addendum No.(s) (No signature required if no addenda are issued) X *Company Representative (signature) Name/Title (please print)
RFQ 2016-24 Sand Truck Bid Form Page 2 of 2 Section 5 - CONTRACTOR ACKNOWLEDGEMENT FORM As an authorized representative of acknowledge: Company Name, by my signature below I All employees, subcontractors and representatives of the company will operate in compliance with all applicable federal, provincial and municipal occupational health and safety regulations, laws and bylaws. My company and its employees are qualified to do this work. References will be provided upon request. The successful bidder must provide the required documents no later than one week after notification of the award of the contract. Failure to do so may result in the contract being awarded to a bidder who can meet the requirements. Except as expressly and specifically permitted in this RFQ, no proponent shall have any claim for any compensation of any kind whatsoever, as a result of participating in the RFQ, and by submitting a bid, each bidder shall be deemed to have agreed that is has no claim. I have provided information regarding my company and staff that may lead to a real or perceived conflict of interest, including: o Information regarding company representatives, managers and staff, (and members of their immediate families) who are a member of the Council of the City of Dawson Creek or in a senior management capacity with the City of Dawson Creek. Immediate family is defined as an individual s spouse and those dependent on the individual or the individual s spouse, whether related or not. o Any other information that should be provided to the Council that may influence the consideration of the proposal. o If no conflict exists, I have so indicated on the bid form in the space provided. Company Representative (signature) X Name & Title: (please print)