Tender Number PW 2016-003 THE CORPORATION OF THE

Transcription

Tender Number PW 2016-003 THE CORPORATION OF THE
THE CORPORATION OF THE VILLAGE OF CASSELMAN
REQUEST FOR TENDER
Tender Number PW 2016-003
(ONE SINGLE AXLE SNOW PLOW
TRUCK)
Request for Tenders Issued On: May 12, 2016
Proposal Submission Deadline: 2:00:00pm on May 26, 2016 Local Time in Casselman Ontario,
Canada
Deliver to:
The Corporation of the Village of Casselman
751 St-Jean street
Casselman, ON
K0A 1M0
Page 1 of 39
Tender Number PW-01-003
(SINGLE AXLE SNOW PLOW
TRUCK)
TABLE OF CONTENTS
COMMUNICATIONS ....................................................................................................................................................................................... 4
SECTION 1.0
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
INSTRUCTIONS TO BIDDERS ............................................................................................................................................ 5
ELIGIBILITY TO PARTICIPATE ...................................................................................................................................................................... 5
PROPOSAL TIMELINE ................................................................................................................................................................................. 5
SUBMISSION OF BID .................................................................................................................................................................................. 5
GENERAL DESCRIPTION ............................................................................................................................................................................. 5
LATE BIDS .................................................................................................................................................................................................. 5
OPENING OF BIDS ...................................................................................................................................................................................... 5
WITHDRAWAL OF BIDS .............................................................................................................................................................................. 5
ADDENDUM / ADDENDA ........................................................................................................................................................................... 6
REJECTION OF BIDS.................................................................................................................................................................................... 6
BID IRREGULARITIES .................................................................................................................................................................................. 6
BIDS IRREVOCABLE .................................................................................................................................................................................. 10
BID SUBMISSION FORM ........................................................................................................................................................................... 11
REQUIREMENTS OF BID ........................................................................................................................................................................... 11
PROPOSAL EVALUATION ......................................................................................................................................................................... 11
PRICING ................................................................................................................................................................................................... 11
AWARD ................................................................................................................................................................................................... 12
BIDDERS INVOLVED IN LITIGATION WITH THE VILLAGE OF CASSELMAN .................................................................................................. 12
TRAINING REQUIRED ABOUT ACCESSIBILITY FOR ONTARIANS WITH DISABILITIES ................................................................................... 12
SECTION 2.0
STANDARD TERMS & CONDITIONS .................................................................................................................................14
DEFINITIONS ...................................................................................................................................................................................................... 14
1.
VILLAGE NOT BOUND .............................................................................................................................................................................. 16
2.
MATHEMATICAL ERRORS (UNIT PRICES PREVAIL) ........................................................................................................................................ 16
3.
OWNERSHIP OF SUBMISSION MATERIAL................................................................................................................................................. 16
4.
INCURRED COST ...................................................................................................................................................................................... 16
5.
TAXES AND DUTY ..................................................................................................................................................................................... 16
6.
NON-RESIDENTS ...................................................................................................................................................................................... 17
7.
GOVERNING LAW .................................................................................................................................................................................... 17
8.
COPYRIGHT ............................................................................................................................................................................................. 17
9.
ABILITY AND EXPERIENCE OF BIDDERS..................................................................................................................................................... 17
10. FREEDOM OF INFORMATION .................................................................................................................................................................. 17
11. CONFLICT OF INTEREST.................................................................................................................................................................................. 18
12. INSURANCE BEFORE DELIVERY ................................................................................................................................................................ 18
13. INSURANCE/INDEMNIFICATION .............................................................................................................................................................. 18
14. INSURANCE CLAIMS ................................................................................................................................................................................ 20
15. DEFAULT.................................................................................................................................................................................................. 20
16. TERMINATION ......................................................................................................................................................................................... 20
17. SUSPENSION OF BIDDERS........................................................................................................................................................................ 21
18. REJECTION ............................................................................................................................................................................................... 21
19. VENDOR RESPONSIBILITIES ..................................................................................................................................................................... 21
20. INVOICE REQUIREMENTS ........................................................................................................................................................................ 22
21. PAYMENT TERMS .................................................................................................................................................................................... 22
SECTION 3.0
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
GENERAL REQUIREMENTS ..............................................................................................................................................23
OCCUPATIONAL HEALTH AND SAFETY ACT (OHSA) REQUIREMENTS ....................................................................................................... 23
TOXIC AND HAZARDOUS SUBSTANCES .................................................................................................................................................... 23
EVIDENCE OF QUALITY ............................................................................................................................................................................ 23
LABOUR DISPUTES ................................................................................................................................................................................... 23
BRAND NAME OR EQUIVALENT ............................................................................................................................................................... 23
ACCEPTANCE OF UNITS ........................................................................................................................................................................... 24
LIQUIDATED DAMAGES ........................................................................................................................................................................... 25
NEW EQUIPMENT ................................................................................................................................................................................... 25
CONTRACTOR'S SPECIFICATIONS............................................................................................................................................................. 25
SAFETY REQUIREMENTS .......................................................................................................................................................................... 25
ACQUAINTANCE WITH SPECIFICATIONS .................................................................................................................................................. 25
QUALITY AND WORKMANSHIP ................................................................................................................................................................ 26
SECTION 4.0
SPECIFICATIONS .............................................................................................................................................................27
Page 2 of 39
Tender Number PW-2016-003
SINGLE AXLE SNOW PLOW
TRUCK)
SECTION 5.0
BID SUBMISSION FORM .................................................................................................................................................37
SECTION 6.0
APPENDICES ................................................................................................................ ERROR! BOOKMARK NOT DEFINED.
APPENDIX A – COURTESY LABEL .......................................................................................................................................................................... 39
APPENDIX B – ACCESSIBILITY STANDARDS FOR CUSTOMER SERVICE TRAINING ACKNOWLEDGEMENT FORM ......... ERROR! BOOKMARK NOT DEFINED.
SECTION 7.0
SPECIFICATIONS........................................................................................................... ERROR! BOOKMARK NOT DEFINED.
GENERAL FOR 2015 TANDEM TRUCK...................................................................................................................... ERROR! BOOKMARK NOT DEFINED.
Page 3 of 39
Tender Number PW-2016-003
SINGLE AXLE SNOW PLOW
TRUCK)
COMMUNICATIONS
All questions related to this Tender, or for clarification on completing the Bid Submission Form, are
to be directed in writing to:
Single Point of Contact:
Buyer Eric Gadoua
Tel: 613-764-3139, 513
E-mail: [email protected]
All questions relating to this Request for Tender or any clarification with respect to this Tender
should be made in writing no later than 6 calendar days prior to closing date. We cannot
guarantee a response to any questions received after this deadline. The Village reserves the right
to extend the closing deadline if required.
Written answers or clarifications to issues of substance shall be shared with all Bidders and will
be issued as part of the Tender Documents in the form of an Addendum. Replies in any other
manner will not be legally binding. All Addenda should be acknowledged on the Bid Submission
Form.
No verbal communications shall modify the terms, conditions, or specifications, unless they are
confirmed in writing to all potential bidders by the Village of Casselman Procurement Services
in the form of an addendum.
Should a Bidder find omissions from or discrepancies in any of the RFT documents,
unnecessary restrictions in the specifications, or should he/she be in doubt as to the meaning of
any part of this document, he/she should notify the contact named above in writing prior to
submitting a bid. An addendum will be issued if it is determined that a correction, explanation or
interpretation is necessary or desirable.
The Tender and addenda will be posted on the Village of Casselman Web site at
www.Casselman.com.
If Bidders fail to report any discrepancies, errors or omissions to the Buyer as specified, Bidders
will be deemed to have accepted all such specifications as being accurate, and the Village will
not approve any alternatives or extra charges subsequent to acceptance of the bid. Therefore,
Bidders are encouraged to review the document in full before the deadline for questions.
Page 4 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
SECTION 1.0
1.
INSTRUCTIONS TO BIDDERS
ELIGIBILITY TO PARTICIPATE
Open competition.
2.
PROPOSAL TIMELINE
Event
Request for Tender issued
Last Day for submitting e-mail inquiries
Proposals due from firms
Evaluations
3.
May
May
May
May
Anticipated Date
12, 2016
20,2016
26,2016 2:00pm
27, 2016
SUBMISSION OF BID
Sealed Bids, one original and one copy, in a clearly marked envelope which includes the
prescribed form(s) as instructed are to be delivered to Town Hall, 751 St-Jean street,
Casselman, Ontario, no later than 2:00 p.m. Local Time on May 26, 2016.
Bids received after the deadline, whether delivered personally, or if mailed, regardless of
postal markings, will not be opened and returned to the bidder. Fax or electronic (email)
submissions will not be accepted.
4.
GENERAL DESCRIPTION
The intent of this Bid call is to invite and receive bids to furnish one (1) Single Axle
Snow Plow Truck.
5.
LATE BIDS
Only Bids that have been time stamped by Village staff and received at the will be
considered. It is the responsibility of the Bidder to ensure that their Bids arrive on time.
The Village of Casselman takes NO responsibility for Bids submitted via third parties
and will NOT guarantee placement in the Bid Deposit box by closing time.
6.
OPENING OF BIDS
Bids will be opened publicly by Procurement Services staff; the names and all Bid totals
will be posted to the Village web site once the project has been awarded.
Time 2:05 PM on May 26, 2016
Site; Town Hall
7.
WITHDRAWAL OF BIDS
A Bidder may withdraw their Bid by written notice on business letterhead, clearly
identifying the project, signed by an authorized individual and received by Procurement
Services UNTIL 1:59 PM Local Time on the closing day. Faxes will be accepted (613) 7645709 with the receiving time at Procurement Services being the "Official" time of
receipt. Procurement Services takes NO responsibility for fax transmittals NOT being
received on time, regardless of when they were transmitted.
Page 5 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
If more than one (1) bid is received under the same name for the same contract and no
Bid Withdrawal Form has been received, the Bid contained in the Bid Envelope bearing
the latest date and time shall be considered the intended Bid. The first Bid received
shall be considered withdrawn and returned to the Bidder.
8.
ADDENDUM / ADDENDA
All clarifications, and/or modifications to the bid documents will be made by written
addendum. All such modifications shall be incorporated into the bid documents and
shall be considered when determining the base bid. Replies to questions and
modifications in any other manner will not be legally binding and the Village of
Casselman will assume no responsibility for oral instruction or suggestion provided by any
Village representative or consultant.
N.B. It is the responsibility of the vendor to check the Web Site for any possible addenda.
Bidders will not be allowed to alter their submission in any way after the closing date
and time has elapsed.
Bidders should acknowledge receipt of all Addendum / Addenda by inserting in the space
provided on the Bid Submission Form, the numbers of all Addendum / Addenda received
during the bidding period.
9.
REJECTION OF BIDS
The Village of Casselman reserves the right to reject any, or any part of, or all Bids, or cancel
this Bid at any time for any reason whatsoever and also reserves the right to award the
contract to other than the lowest compliant bidder.
The Village of Casselman will not consider Bids where the Bid Submission Form is
improperly or incompletely filled out. The Bid Submission Form is supplied by the Village
of Casselman. Bids submitted to the Town Hall, Casselman, Ontario, after the designated
closing time on the due date will not be considered, regardless of the circumstances which
resulted in the late arrival to the Bid Deposit Box, and regardless of any postal cancellation
date that may be imprinted on them.
The Bid Submission Form must bear a signature of an authorized person(s) of the bidder.
10.
BID IRREGULARITIES
All bids received by the Village of Casselman are governed by its Procurement By- law,
which in part provides staff with guidance in determining the validity of all Bids.
Bid irregularities will be dealt with in accordance with the following table:
Page 6 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
Page 7 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
Page 8 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
Page 9 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
Page 10 of
39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
11.
BIDS IRREVOCABLE
Bid submissions are an offer to the Village, are irrevocable for a period of one hundred
and twenty (120) calendar days, and may not be withdrawn by the Bidder after closing.
Bids are open for acceptance by the Village for a period of one hundred (120) calendar
days.
12.
BID SUBMISSION FORM
The unaltered Bid Submission Form must be completed in full, bearing a signature of an
authorized person(s), and submitted in a sealed envelope, which should clearly identify
both the project description and Bid # and identifies the Bidder.
Bids must be typewritten or legibly written in ink with any erasures/corrections being
initialed by the Bidder in ink.
The Village of Casselman will not accept bids containing changes, erasures, overwriting,
whiteouts, cross outs, or strikeouts, which are not initialed by the bidder, or bids with any
alterations to the original bid request document.
13.
REQUIREMENTS OF BID
Bids should be completed without delineations, alterations, or erasures. In the event of
a discrepancy between the original paper copy of a Proposal and any of the copies, the
original shall prevail.
Bid Submission Form
Specifications/Questionnaire (Section 4)
Truck Specifications
14.
PROPOSAL EVALUATION
Selection shall be based on price, compliance with specifications, delivery schedule and
proven ability of the Supplier/the manufacturer and/or agent to provide the equipment
specified and the service necessary to ensure continued operation of the equipment
proposed. The decision of the Village shall be final.
15.
PRICING
All prices as submitted shall include all costs such as, but not limited to, labour, travel
time, equipment, truck charges, materials, overheads, warranty and profits,
disbursements and other related charges in the performance of the work. No further
changes shall be permitted by any Bidder beyond the prices provided in the Bid.
All prices must be quoted in Canadian Funds, inclusive of all applicable duties, taxes,
any and all foreseeable costs required for the fulfillment of this contract.
Page 11 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
All prices are F.O.B. destination, freight prepaid to Casselman, Ontario unless otherwise
specified.
16.
AWARD
The lowest or any Bid shall not necessarily be accepted.
Award of this Bid shall be as recommended by the designated Village of Casselman
Department in conjunction with Procurement Services, and as approved by Council (if
applicable), and conveyed as a PO by Procurement Services to the successful Bidder or
an executed agreement which has been signed by the Village and the successful Bidder.
17.
BIDDERS INVOLVED IN LITIGATION WITH THE VILLAGE OF CASSELMAN
It is a matter of great importance to the Village in the administration of this contract that
the Village’s relationship with the successful bidder should be as productive, amicable
and harmonious as is reasonably possible.
For the purposes of this section:
(a)
(b)
When:
(i)
(ii)
“Threatening Litigation” refers to the transmission of a written threat to
commence a judicial proceeding; and;
“Pursuing Litigation” means actually commencing and / or continuing a
judicial proceeding.
A bid is received from a bidder who is threatening litigation or is pursuing
litigation against the Village in relation to previous contracts awarded to
that bidder by the Village; or,
A bid is received from a bidder, against whom the Village is pursuing litigation,
Active or pending litigation against the Village by a vendor will prevent consideration of
any bid submitted by that vendor. Each bidder expressly agrees in submitting a bid for this
contract that, it shall have no claim for damages from the Village in consequence of
such rejection whether or not the litigation, or threatened litigation with the Village which
occasioned the rejection of the bid, has any merits, and whether or not it is successful or
unsuccessful.
18.
TRAINING REQUIRED
DISABILITIES
ABOUT
ACCESSIBILITY
FOR
ONTARIANS
WITH
Section 6 of Ontario Regulation 429/07 (Accessibility Standards for Customer Service),
made under the Accessibility for Ontarians with Disabilities Act, 2005, requires that the
contractor (successful bidder/proponent) shall ensure that its employees, agents,
volunteers, or others for whom it is at law responsible, receive training about the provision
of the goods and services to persons with disabilities.
The training must be provided in accordance with the Regulation and shall include,
without limitation:
 a review of the purposes of the Act and the requirements of the Regulation
Page 12 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)

instruction about all matters set out in Section 6 of the Regulation.
This training is available to you on-line at http://www.mcss.gov.on.ca/mcss/serveability/splash.html . The on-line training takes about twenty minutes.
The contractor (successful bidder/proponent) will be required to provide a signed
acknowledgement form to Village of Casselman Procurement Services (specified in this
document) that confirms their compliance with Section 6 of the Regulation.
Page 13 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
SECTION 2.0
STANDARD TERMS & CONDITIONS
DEFINITIONS:
1)
Award
is when the contract has been signed by both
vendor and the Village
the
2)
Bid
is a Quote, Tender or Proposal submitted to
Village in response to a Bid Solicitation.
the
3)
Bidder
is a legal entity that submits a Bid.
4)
Bid Irregularity
is a defect contained within a response to a Bid
Solicitation.
5)
Bid Solicitation
is an invitation for Bids from the Village for
purpose of entering into a Contract.
the
6)
Black Out Period
is the period of time that starts when the
Solicitation is issued, and ends at the Award.
Bid
7)
Village
is the Corporation of the Village of Casselman.
8)
Compliant
means the response to the Bid Solicitation conforms
to the mandatory requirements contained in the Bid
Solicitation.
9)
Conflict of Interest
a) is defined as a situation or circumstances, real
or perceived that could give a Bidder or
potential Bidder an unfair advantage during a
Competitive
Procurement
Process
or
compromise the ability of a Contractor to
perform its obligations under their Contract.
b) is a situation when Village employee or a
member of their family has a direct financial
interest in a Contract or proposed Contract
with the Village, and where the Village
employee could directly influence the decision
made in the course of performing their job
duties, and also where they could indirectly
influence the decision through exerting
personal influence over the decision-makers.
10)
Contract
is a binding agreement between two or more legal
entities, awarded under this Procurement Bylaw.
11)
Contractor
is any legal entity to which a Contract is Awarded.
12)
Council
is the Village Council of the Corporation of the
Village of Casselman.
Page 14 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
13)
Litigation (Pending)
is whereby a potential claimant has demonstrated or
manifested an intention to assert a possible claim.
14)
Procurement Services
means the section of the Finance that is responsible
for the Procurement of Goods and/ or Services for
the Village.
15)
Purchase Order
means; a) a written confirmation of the Procurement
of Goods and / or Services at a
specific cost and required for any
Procurement of Goods and / or
Services greater than $25,000;
b) may be used as the Village’s Contract
with the Vendor to formalize all the
terms and conditions of a proposed
transaction, such as a description of
the requested items,
delivery
schedule, terms of payment, and
transportation.
16)
Tender
is a submission received in response to a Request
for Tender.
17)
Vendor
is a supplier / seller of Goods and/or Services.
Page 15 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
1.
VILLAGE NOT BOUND
The Village reserves the right to accept or reject any or all Bids, in whole or in part,
to accept a Bid other than the lowest and/or to NOT accept any Bid for any reason
whatsoever, and to accept any Bid if, upon evaluation analysis, it is considered to be in
the Village of Casselman’s best interest. Award of the contract in its entirety or in part
shall be in accordance with Village of Casselman requirements.
2.
MATHEMATICAL ERRORS (Unit Prices Prevail)
Should there be any error in extensions, additions or computations, The Village of
Casselman shall be entitled to correct such errors based upon the unit prices supplied,
and the corrected total shall be considered as representing the intention of the bidder, and
shall be used as the basis for comparison of bid submissions.
3.
OWNERSHIP OF SUBMISSION MATERIAL
In consideration of the right to bid being offered, the bidder (by responding) releases all
rights to the bid documents, which, on acceptance by Procurement Services, become
the property of the Village of Casselman.
4.
INCURRED COST
The Village of Casselman will not be liable, nor reimburse any bidders for costs incurred
in the preparation of bids, or any other services that may be requested as part of the
bidding process.
5.
TAXES AND DUTY
i)
The Village is subject to payment of Provincial and Federal (excise and H.S.T.)
taxes imposed by the Provincial and Federal Governments. Should there be any
approved variation in any tax or duty imposed by the Province of Ontario or the
Government of Canada which becomes directly applicable to the goods/services
or construction to be procured or provided during the term of this contract, the
Bidder and the Village mutually agree to allow the appropriate increase or decrease
in the prices as of the date they become effective. The onus is on the Bidder to
bring to the Village's attention any such changes.
ii)
The Bidder shall allow in their prices for all Sales Taxes that may be required to
pay on materials and equipment to be utilized or expended in construction and
other works. Exception being; where the Bidder is in the position to claim for
Sales Tax Rebates or input Tax Credits (ITCs) on the material used.
iii)
The Total Bid price shall be deemed to be inclusive of all Duties, Federal and
Provincial taxes applicable to the vendor’s charges to the Village.
Page 16 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
iv)
6.
It is the Bidder’s responsibility to investigate and otherwise familiarize themselves
with all applicable federal and provincial tax laws as they relate to the
specifications, and include related costs and the effect of available rebates / ITCs
accordingly in the charges for all options.
NON-RESIDENTS
Canada Revenue Agency (CRA) Regulation 105, regarding Withholding Tax, is applicable
to payments made to non-residents who provide their services in Canada. Further
information on the income tax filing requirements for non-residents may be obtained on
the CRA website www.cra.gc.ca and in the CRA guide T4058, Non- Residents and
Income Tax:
Federal Withholding Tax regulations require that the Village withhold 15% from amounts
paid to non-resident contractors for services provided in Canada, unless a waiver has
been provided. These amounts are remitted to the Canada Revenue Agency (CRA) and
are considered a “payment on account” of the non-resident’s Canadian tax liability. Nonresidents may apply to CRA for a waiver or reduction of the Withholding Tax.
7.
GOVERNING LAW
The obligations of the parties and resolutions of any disputes shall be governed by and
construed in accordance with the laws of the Province of Ontario and the federal laws of
Canada, both as to interpretation and performance, and shall be treated, in all respects,
as an Ontario contract. The parties shall attorn to the exclusive jurisdiction of the courts
of the Province of Ontario.
8.
COPYRIGHT
The copyright for respective procured concepts and/or materials will become the property
of the Village of Casselman unless otherwise mutually agreed upon by the successful
Bidder and the Village.
9.
ABILITY AND EXPERIENCE OF BIDDERS
The Village reserves the right to reject any BID unless the bidder is known to be skilled
and regularly engaged in work of a character similar to that covered by the specifications
of the work. The Village also reserves the right to reject a Bid submitted by a bidder who
has defaulted on, or failed to satisfactorily complete, other similar work in the past.
In order to aid the Village in evaluating submissions, it may be necessary for each bidder
to supply the Village with additional information as specified in any special conditions.
These may include, but not be limited to, references for similar work, background, a list of
equipment to be used, or evidence of appropriate licenses, evidence of financial stability.
10.
FREEDOM OF INFORMATION
All information supplied to the Village in this document becomes the property of the Village
of Casselman and is subject to the provisions of the Municipal Freedom of Information
and Protection of Privacy Act.
Page 17 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
The names and bid amount of all bidders will be disclosed in accordance to our
Procurement By-law.
Bidders agree that all documentation and information contained in any Bid Submission
become the property of the Village of Casselman and as such, may be subject to
disclosure under the terms of the Municipal Freedom of Information and Protection of
Privacy Act. Although the Village of Casselman can in no way be responsible for any
interpretation of the provision of this Act, if any Bidder believes any part of its Bid
Submission reveals any trade secret of the Bidder, any intellectual property right,
scientific, technical, commercial, financial or labour relations information, or any other
similar secret, right or information belonging to the Bidder and if the Bidder wishes the
Village of Casselman to attempt to preserve confidentiality of same, the particular trade
secret, property right or information should be clearly designated as confidential.
11.
CONFLICT OF INTEREST
The Contractor, all of the Subcontractors, and any of their respective advisors, partners,
directors, officers, employees, agents, and volunteers shall not engage in any activity or
provide any services where such activity or the provision of such services creates a
conflict of interest (actually or potentially, in the sole opinion of the Owner) with the
provision of the Work pursuant to the Contract. The Contractor acknowledges and agrees
that a conflict of interest includes the use of Confidential Information where the Owner
has not specifically authorized
such use.
The Contractor shall disclose to the Owner, in writing, without delay any actual or
potential situation that may be reasonably interpreted as either a conflict of interest or a
potential conflict of interest, including the retention of any Subcontractor or Supplier that
is directly or indirectly affiliated with or related to the Contractor.
The Contractor covenants and agrees that it will not hire or retain the services of any
employee or previous employee of the Village of Casselman where to do so constitutes a
breach by such employee or previous employee of the previous employer’s conflict of
interest policy, as it may be amended from time to time.
A breach of this Article by the Contractor, any of the Subcontractors, or any of their
respective advisors, partners, directors, officers, employees, agents, and volunteers shall
entitle the Owner to terminate the Contract, in addition to any other rights and
remedies that the Owner has in the Contract, in law, or in equity.
12.
INSURANCE BEFORE DELIVERY
The Successful Proponent shall maintain full insurance coverage on the entire units until
the completed units are delivered to, and accepted, by the Village.
13.
INSURANCE/INDEMNIFICATION
The Contractor shall indemnify and hold harmless the Village, its officers, council
members, partners, agents and employees from and against all actions, claims, demands,
losses, costs, damages, suits or proceedings whatsoever which may be brought against
or made upon the Village and against all losses, liabilities, judgments, claims, suits,
Page 18 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
d e m a n d s or expenses which the Village may sustain, suffer or be put to resulting from
or arising out of the Contractor’s omissions, or failure to exercise reasonable care, skill or
diligence in the performance or rendering of any work or service required hereunder to be
performed or rendered by the Contractor, its agents, officials and employees. This
indemnification shall include any legal costs incurred by the Village on a substantial
indemnity basis, including those incurred to defend any criminal prosecutions against
the Village resulting from the actions of the Contractor.
The Contractor, during the term of the contract, at its expense, shall take out and keep in
full force and affect the following insurance policies:
a) Commercial General Liability insurance insuring all services, operations, products,
and work as described in the contract. The policy will be extended to include
bodily injury, property damage, personal injury and advertising injury,
contractual liability, products- completed operations, contingent employer’s, and
owners and contractors protective liability to a limit of not less than two million
dollars ($2,000,000) per occurrence.
The policy shall include a cross liability and severability of interest clause and be
endorsed to name The Corporation of the Village of Casselman as an additional
insured;
All policies of insurance shall:
(i)
(ii)
(iii)
(iv)
be written with an insurer licensed to do business in the Province of Ontario;
contain an undertaking by the insurers to notify the Village of Casselman in writing
not less than thirty (30) days prior to any termination or cancellation of coverage
unless otherwise required by law;
be non-contributing with and will apply only as primary and not excess to any
other insurance or self-insurance available to the Village of Casselman and;
any deductible amounts will be borne by the Contractor.
Upon notification of intent to award the Contract and within ten (10) business days, the
Contractor shall provide to the Village of Casselman proof of insurance on a form of a
certificate of insurance which has been signed by an authorized representative of the
insurer which references the appropriate bid number. The Contractor will make available
complete certified copies of all applicable insurance policies for examination if required by
the Village.
Certificates of Insurance evidencing renewal or replacement of policies shall be delivered
to the Village within fifteen (15) business days prior to the expiration or replacement of
the current policies, without demand by the Village.
The Village reserves the right to require the Contractor to purchase such additional
insurance coverage as the Village may reasonably require. The Village reserves the
right to request such higher limits of insurance or otherwise alter the types of insurance
coverage requirements as the Village may reasonably require from time to time.
It shall be the sole responsibility of the contractor to determine what additional insurance
coverage and limits are necessary to fulfill its obligations in accordance to the contract.
Page 19 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
14.
INSURANCE CLAIMS
Claims or alleged claims received by the Contractor shall be dealt with immediately by
the Contractor.
15.
(a)
The Contractor shall retain an independent adjuster who will determine the
Contractor’s liability for all third party claims, and advise the claimant in writing of
the determination of liability within sixty (60) days of service of the claim on the
Contractor. Copies of such determination of liability shall be forwarded to the
Village of Casselman.
(b)
If the Contractor or the Contractor’s independent adjuster fails to respond within
the time noted in (a) or responds in a manner inconsistent with the evidence at
hand, the Village of Casselman reserves the right to have another independent
adjuster review the claim and determine liability therefore. Any monies incurred
by the Village of Casselman to investigate, defend and satisfy any third-party
claim where it was determined that the Contractor was liable will be deducted
from monies owing to the Contractor by the Village of Casselman.
(c)
If a claim is settled to the satisfaction of the Claimant, the Contractor shall provide
the Village of Casselman with a copy of the Claimant’s Release. The Claimant’s
Release shall cover the interests of the Contractor and The Corporation of the
Village of Casselman, its employees, agents and anyone for whom it is in law
responsible.
DEFAULT
In the event that the successful bidder fails to properly, promptly, and fully carry out the
work required by these documents, the Village reserves the right to notify the successful
bidder to discontinue all work under this contract, to advertise for new Bids or carry out
the work in any way as the Village may, at its sole discretion, deem best. The bidder
further agrees to save and hold harmless the Village of Casselman and/or its officers,
agents, or servants from all loss, damage, liability, cost, charge or expense whatsoever
which it, they or any of them may suffer, incur or be put to by reason of such default or
failure.
16.
TERMINATION
In the event that the contractor fails to comply with any provision of this agreement or
otherwise fails to perform its obligations hereunder in a competent manner satisfactory to
the Village, the Village may give the contractor notice in writing of such failure. In the event
that the contractor has not remedied its failure within ten (10) days of the said notice, the
Village shall be entitled to exercise any one or more of the following remedies:
a)
b)
The Village may terminate the contract without further notice, and exercise its
rights to the performance security provided by the contractor;
The Village may withhold any payment due to the contractor hereunder until
the contractor has remedied its failure;
Page 20 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
c)
d)
The Village may engage the services of another contractor to remedy the
contractor’s failure, and obtain reimbursement therefore from the original
contractor. The said reimbursement may be obtained either through deduction
from any amounts owing to the contractor hereunder, or through any other legal
means available to the Village; or
The Village may assert any other remedy available to it in law or equity.
Unless the Village expressly agrees to the contrary, any failure of the Village to exercise
any of the foregoing remedies, or the granting of any extension or indulgences, shall not
be prejudicial to any right of the Village to subsequently obtain such remedies.
17.
SUSPENSION OF BIDDERS
At the discretion of Procurement Services, any Bidder may be
suspended
from
consideration of their Bids for up to 3 years for default of delivery, unsatisfactory
performance, safety concerns, lobbying and contravention of a Bid Solicitation document.
18.
REJECTION
18.1
18.2
19.
If any of the goods are found at any time to be defective in material,
workmanship, quality, quantity or otherwise not in strict conformity with the
specifications or requirements of the original Bid request and any subsequent
order, the Village in addition to any rights to which it may have under warranties
or otherwise shall have the right to reject and return such goods for full credit. All
freight charges are to be at the Vendor’s expense.
Without limiting the foregoing right of rejection, the Village shall have the right to
require prompt replacement, repair or correction of defective work or goods at the
risk and expense. If the Vendor is unable or unwilling to effect such replacement,
repair or correction the Corporation may do so by using its own workers, goods
or facilities or by outside contract and shall be entitled to charge the original Vendor
for excess costs directly or indirectly occasioned thereby.
VENDOR RESPONSIBILITIES
19.1
19.2
It is mutually agreed and understood that the Vendor shall not assign, transfer,
convey, sublet or otherwise dispose of the Tender, or Contract or the right, title or
interest therein, or the powers to execute the same, without the previous written
consent of the Village.
Acceptance of a purchase order issued by the Village for a bid or any part of a
bid shall constitute a contract between the Village and the Vendor which shall bind
the Vendor on his part to furnish and deliver the goods or services at the prices
given and in accordance with the conditions of the bid and these Standard Terms
and Conditions.
Page 21 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
20.
INVOICE REQUIREMENTS
The Contractor will submit to the Village of Casselman, Finance – Accounts Payable, an
invoice for payment at the completion of work.
All applicable taxes are to be itemized separately on invoices, i.e. H.S.T.
21.
PAYMENT TERMS
Net forty-five days after receipt of invoice unless a discount for quick payment is offered.
No other terms of payment will be accepted whether stated / implied without written approval.
Payment may be delayed if the goods and / or services are not acceptable to the
Corporation.
Page 22 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
SECTION 3.0
1.
GENERAL REQUIREMENTS
EVIDENCE OF QUALITY
It is the bidder’s responsibility to prove their product/service quality meets the Village
of Casselman’s requirements and bidders may be required to submit evidence in a form
acceptable to the Village. Substitution of materials equipment or methods different from
that outlined in the specifications / terms of reference will not be accepted unless
provided for within the bid request document or without the written approval of the Village
of Casselman.
2.
LABOUR DISPUTES
The obligations of the successful bidder hereunder shall continue unchanged throughout
the occurrence of any labour disputes (including strike or lockout), whether the same
occurs with respect to the employees of the Village, the contractor, or otherwise.
3.
BRAND NAME OR EQUIVALENT
Bid submissions of a comparable product will be considered if it meets Village of
Casselman requirements.
a) Any reference to the brand name or a particular manufacturer shall be understood to
have been made solely for the purpose of establishing and describing required
performance and quality levels of the product to be supplied, unless specified
otherwise.
b) No reference to the brand name of a particular manufacturer shall be construed to
restrict Bidders to that manufacturer, but Bids shall be deemed to be invited for
equivalent and comparable equipment of any manufacturer.
Page 23 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
SECTION 3.0
GENERAL REQUIREMENTS
c) Despite subsection (2), if an item other than the one specified is bid, it is the Bidder's
responsibility to demonstrate that the product bid meets the specifications, and the
Bidder shall submit brochures or samples upon request and provide full specifications
in detail on the item(s) bid. The Village shall be the sole judge (in its absolute
discretion) as to whether a product meets specifications.
Bidders wishing to bid on an alternate product would need to compare the Village’s
specifications to their alternate product. It will not be the Village’s responsibility to perform
this comparison.
If there are disparities between the two products, the Bidder can contact Procurement
Services in writing prior to submitting a bid and identify all items of concern. If the Village
is willing to consider the product with its differences, it could then be communicated in the
form of an addendum prior to the closing date.
The acceptability of any alternate products will remain at the sole discretion of the Village
of Casselman. In the event a demonstration of the product is required to confirm
equivalency, it will be conducted after the bid has closed.
The cost of any testing requirements to establish acceptable equivalent or comparable
products will be borne by the Bidder, unless otherwise stated by the Village.
4.
ACCEPTANCE OF UNITS
The units delivered under this proposal shall remain the property of the seller until a
physical inspection and actual usage of the units is made and thereafter accepted to
the satisfaction of the Village, and must comply with the terms herein and be fully
in accord with the specifications and of the highest quality. In the event the units
supplied to the Village are found to be defective, or do not conform to specifications,
the Village reserves the right to cancel the order upon written notice to the seller and
return the units to the seller at the seller's expense.
The Bidder shall be notified in writing within fourteen (14) days after delivery of the
vehicle to the Village of Casselman whether or not such vehicle has been
accepted. Such notification will clearly itemize specific contract deviations in the event
of non-acceptance. Non-compliance with the terms and specifications of the contract
will be the only basis for non-acceptance. The vehicle shall be deemed to have
been accepted once it is put into service. After, acceptance, the Village of Casselman
remedy or recourse against the Bidder shall be under the warranty. Payment in full
shall be made for the vehicle delivered and accepted, within forty five (45) days of
the date of acceptance.
Page 24 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
5.
LIQUIDATED DAMAGES
It is agreed by the parties to the Contract that in case the vehicles called for under the
Contract are not delivered by the date of delivery specified, damage will be sustained
by the Village of Casselman, and that it is and will be impractical and extremely difficult to
ascertain and determine the actual damage that the Village of Casselman will sustain in
the event of and by reason of such delay and the parties hereto agree that the Bidder will
pay to the Village of Casselman the sum of $500.00 as liquidated damages for each and
every calendar day delay in delivery beyond the date of delivery prescribed and it is
agreed that this amount is an estimate of actual damage to the Village of Casselman
which will accrue during the period in excess of the prescribed date of completion.
The Village of Casselman may deduct any amount under this paragraph from any monies
that may be due or payable to the Bidder on any account whatsoever.
6.
NEW EQUIPMENT
Submissions must provide for new/demo equipment only.
New equipment refers to equipment which contains no used/refurbished
components, and which has never previously been placed in service.
The Village Would accept a demonstrator truck under the following conditions;
 truck must be a demonstration unit not a used truck
 truck must have under 30000km
 truck must not have plowed , spread salt or have been used for DLA
 dump body should be 16-17 feet long
 dump body must have swinging tailgate ( barn door )
 spreader must have 1 year full warranty , 2 year electrical , 5 year
stainless steel , and 10 year paint
7.
CONTRACTOR'S SPECIFICATIONS
Each bid should be accompanied by a set of "Contractor's Specifications" consisting of a detailed
description of the apparatus and equipment proposed and to which the apparatus furnished
under contract must conform.
8.
SAFETY REQUIREMENTS
Bidders must meet all Federal and Provincial safety standards and laws that are in effect on the
date of the bid for the item(s) that are being specified and the particular use for which they
are meant.
9.
ACQUAINTANCE WITH SPECIFICATIONS
It is the responsibility of the bidder to review all of the bidding requirements. Failure of a bidder
to be acquainted with this information shall not relieve him/her from any obligations of the bid
requirements.
Page 37 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
10.
QUALITY AND WORKMANSHIP
The design of the apparatus shall embody the latest approved automotive engineering
practices, experimental designs and methods shall not be acceptable
The intent of this Bid call is to invite and receive bids to furnish one (1) Single Axle Snow
Plow Truck.
The specifications outlined in Section 7 are intended to be at a minimum. It is the bidder’s
responsibility to review them and include all necessary components or attachments to form
a complete, integral and fully operational Single Axle Diesel Snow Plow Truck that meets or
exceeds all current regulatory publications, including but not limited to MTO, that exist at the
time of proposal and delivery.
Any manufacturer's names, trade names, brand names or catalogue numbers
mentioned are for the purpose of establishing and describing general performance
and quality levels, unless specified otherwise. Notwithstanding certain detail of
specifications, goods of similar design and construction will receive consideration if,
in the opinion of the using department, they are considered to be suitable for the
intended application and generally conform to performance requirements.
However, if a product other than the one specified is bid, it is the bidder's responsibility to
name such product and prove to the Village that said product is equal to the specifications,
and to submit brochures, samples upon request and/or specifications in detail on the item(s)
bid. The Village shall be the sole judge concerning the merits of bids submitted.
Any and all supporting manufacturer’s literature/data should be included with your
submission.
Page 38 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
Village of Casselman
Truck specification for single axle 4 x 4 truck
TENDER
Single Axle 4 x 4 Snow Plow Truck
Fully Detachable
Harness and Wing with rear wing brace as
one unit.
Required hydraulic winch
to detach and attach rear wing Arm.
No tool or equipment required.
Harness Serie 4.2
11’ Reversible one way three trip edge
10’ Wing
11’ U Body 300 Plus Hardox 450
Page 39 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
1
1.1
1.2
2
2.1
2.2
2.3
2.4
2.5
2.6
3
3.1
3.2
3.3
3.4
3.5
3.6
3.7
3.8
3.9
3.10
3.11
3.12
VEHICLE CONFIGURATION
Yes No Specify;
Supply Freightliner Model M2-106 /
4 x 4 Conventional chassis.
2016 Model year specify:__________ (or equivalent)
Set Back axle
General Service
Road and Highway maintenance, Dirt, Sand and
Rock.
Maximum 8% expected grade.
Expected front axle load capacity 7,258 kg (16,000
lbs).
Expected rear axle load capacity 10,433 kg (23,000
lbs).
Expected gross vehicle weight capacity 17,690 kg
(39,000 lbs).
Front plow and Dump body.
Engine
Cummins ISL 350 HP @ 2000 RPM,
22,000 GOV. RPM 1,000 LB / FT @ 1400 RP. (or
equivalent)
2013 Onboard Diagnostics / 2010 EPA/CARB
GHG14.
Engine mounted oil check and fill.
One Piece valve cove.
Side of hood air intake with fire wall mounted
Donaldson air cleaner. (or equivalent)
DR 12 V 160 Amp 28-SI Quadra mount pad
Alternator with remote battery volt sense.
(2) Alliance Model 1231, group 31, 12 volt
maintenance free 2250 CCA threaded stud
batteries. (or equivalent)
Single battery box frame mounted LH side under
cab.
Wire ground return for battery cables with
additional frame ground return.
Engine
Non polish battery box cover.
Cummins 18.7 CFM Air compressor governor. (or
equivalent)
Air compressor discharge line.
Page 40 of 39
Yes No Specify;
Yes No Specify;
Yes No Specify;
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
3.13
3.14
3.15
3.16
3.17
3.18
3.19
3.20
3.21
3.22
3.23
3.24
3.25
3.26
3.27
3.28
3.29
3.30
3.31
3.32
3.33
3.34
3.35
4
Electronic engine integral shutdown protection
system.
Cummins Exhaust brake integral with variable
geometry turbo with on / off dash switch. (or
equivalent)
RH outboard under step mounted horizontal after
treatment system assembly with a
RH B-Pillar mounted vertical tailpipe.
Engine after treatment device automatic over the
road regeneration and dash mounted regeneration
request switch.
10 foot 06 inch (126”) exhaust system height.
RH curved vertical tailpipe B-Pillar mounted
routed from step.
6 gallon diesel exhaust fluid tank.
Standard Diesel Exhaust Fluid Pump mounting.
LH medium duty standard diesel exhausts fluid
tank location behind fuel tank not exceeding the
rear of cab.
Stainless steel after treatment device / Muffler /
Tailpipe shield.
Horton drives master ON / OFF fan drive. (or
equivalent)
Automatic fan control without dash switch, non
engine mounted.
Combination full flow/ bypass oil filter.
1100 square inch aluminum radiator.
Antifreeze to -34F, NOAT extend life coolant.
Gates blue stripe coolant hoses or equivalent.
Constant tension hoses clamps for coolant hoses.
Radiator drain valve.
Phillips –Temro 1000 watt /115 volt block heater.
(or equivalent)
Black plastic engine heater receptacle mounted
under LH door.
Aluminum flywheel housing.
Engine
Electric grid air intake warmer.
Delco 12 volt 38 MT HD starter with integrated
magnetic switch. (or equivalent)
Transmission
Page 41 of 39
Yes No Specify;
Yes No Specify;
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
4.1
4.2.a
4.2.b
4.3
4.4
4.5
4.6
4.7
4.8
4.9
4.10
4.11
4.12
4.13
5
5.1
5.2
5.3
5.4
5.5
5.6
5.7
5.8
5.9
5.10
5.11
5.12
Allison 3000 RDS Automatic Transmission with
P.T.O. provision. (or equivalent)
WTEC Calibration -6 speed with auto neutral with
LBSS, RDS (Package 168). (or equivalent)
Vehicle interface wiring with body builder
connector mounted back of cab.
Electronic transmission customer access connector
firewall mounted.
P.T.O. mounting LH side of main transmission.
Magnetic plugs, Engine drain, Transmission drain,
Axle fill and drain.
Push button electronic shift control dash mounted.
Transmission prognostics - Enabled 2013.
Water to oil transmission cooler, in radiator end
tank.
Meritor MTC – 4210 and MTC – 4210 Transfer case
oil cooler. (or equivalent)
Transmission oil check and fill with electronic oil
level check.
Meritor MTC 4210XL 2 Speed Transfer case. (or
equivalent)
Transfer case shift controls with transfer case
P.T.O. ON / OFF switch when applicable.
Synthetic transmission fluid (TES-295 Compliant)
Front Axle and Equipment
MX-16-120HR 16,000 # single axle front drive axle
with HR carrier.
6.14 Front axle ratio.
MXL 16T Meritor extended lube front steering axle
driveline with half round yokes. (or equivalent)
Meritor 16.5 x 6 Q+MX drive axle cast spider cam
front brakes. (or equivalent)
Non asbestos front brake lining.
Front Axle and Equipment
Meritor cast Iron front brake drums. (or equivalent)
Front grease seal.
Standard spindle nuts for all axles.
Meritor automatic front slack adjuster. (or
equivalent)
TRW TAS-85 power steering. (or equivalent)
Power steering pump.
2 quarts see through power steering reservoir.
Page 42 of 39
Yes No Specify;
Yes No Specify;
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
5.13
6
6.1
6.2
6.3
7
7.1
7.2
7.3
7.4
7.5
7.6
7.7
7.8
7.9
7.10
7.11
7.12
7.13
7.14
7.15
7.16
8
8.1
8.2
8.3
8.4
8.5
8.6
8.7
9
Synthetic 75W-90 front axle lube.
Front Suspension
16,000 lbs Taper leaf front suspension,
Maintenance free rubber bushings front
suspension.
Front shock absorbers.
Rear Axle and Equipment
RS-23-160 - 23,000 lbs R Series single rear axle. (or
equivalent)
6.14 rear axle ratio.
Iron rear axle carrier with standard axle housing.
MXL 17 T Meritor extended lube main inter
transmission drive line with half round yokes. (or
equivalent)
Driver controlled traction differential – single rear
axle.
(1) Driver controlled differential lock rear valve for
single drive axle.
All wheel drive wiring with driver controlled
differential lock for single rear axle.
Meritor 16.5 x 7 Q + cast spider cam rear brakes,
double anchor, fabricated shoes. (or equivalent)
Non asbestos rear brake lining.
Brake cams and chamber on forward side of drive
axle with auxiliary support brackets.
Conmet cast iron rear drums.
Rear brake dust shield.
SKF Scot seal plus XL rear oil seals. (or equivalent)
Haldex gold seal long stroke 1-drive axle spring
parking chambers.
Meritor automatic rear slack adjuster. (or
equivalent)
Synthetic 75 W – 90 rear axle lube.
Rear Suspension
Airliner 23,000lbs rear suspension. (or equivalent)
Airliner high position ride height. (or equivalent)
Axle clamping group with welded axle seats.
Manual dump valve for air suspension with gauge.
Dual air rear suspension levelling valves.
Transverse control rods.
Rear shock absorber- one axle air ride suspension.
Brake System
Page 43 of 39
Yes No Specify;
Yes No Specify;
Yes No Specify;
Yes No Specify;
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
9.1
9.2
9.3
9.4
9.5
9.6
9.7
9.8
9.9
9.10
9.11
9.12
10
10.1
10.2
10.3
11
11.1
11.2
11.3
11.4
11.5
11.6
11.7
11.8
11.9
11.10
11.11
Air brake package.
Wabco 4S / 4M ABS without traction control. (or
equivalent)
Reinforced nylon, fabric braid and wire braid
chassis air lines.
Fibre braid parking brake hose.
Standard brake system valves.
Standard air system pressure protection system.
STD U.S. front brake valve. (or equivalent)
Relay valve with 5- 8 PSI crack pressure no rear
proportioning valve.
BW AD – 9 brake line Air dryer with heater (or
equivalent)
Air dryer mounted inboard on LH rail
Steel air brake reservoirs mounted inside rail (1)
LH and (1) RH side.
Pull cables on all air reservoirs.
Trailer Connections
Primary connector / receptacle wired for
combination stop / turn, centre pin power through
ignition.
Sae J560 7- way primary trailer cable receptacle
mounted end of frame. (or equivalent)
Upgrade chassis multiplexing unit.
Wheelbase and Frame
4125 MM (162 inch) wheelbase.
7/16 x 3 – 9/16 x 11-1/8 inch steel frame.
(11.11 MM X 282.6 MM / 0.437 X 11.13) 120 KSI.
Frame over hang range 81 inch to 90 inch.
Wheelbase and Frame
CA; Back of cab to centre of rear suspension 96.45
inch.
Calculated effective back of cab to rear suspension
C/L (CA) 91.95 inch.
Calc’D frame length overall; 279.39
Frame space LH side 43.41 inch.
Frame space RH side 76.31 inch.
Square end of frame.
Front closing cross member.
Light weight heavy duty aluminum engine cross
member.
Page 44 of 39
Yes No Specify;
Yes No Specify;
Yes No Specify;
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
11.12
11.13
11.14
12
12.1
12.2
12.3
12.4
13
13.1
13.2
13.3
13.4
13.5
13.6
14
14.1
14.2
15
15.1
15.2
16
16.1
16.2
16.3
17
17.1
17.2
17.3
17.4
17.5
17.6
17.7
Standard mid ship / 1 cross member.
Standard rear most cross member.
Heavy duty suspension cross member.
Chassis Equipment
Three-piece 14 inch chromed steel Silver gray
bumper with collapsible ends.
Fender and front of hood mounted front mud flaps.
Clear frame rails from back of cab to front rear
suspension brackets, both rails outboard.
Grade 8 threaded hex headed frame fasteners.
Fuel Tanks
50 gallon / 189 litres short rectangular aluminum
fuel tank LH.
Plain aluminum fuel tank with painted bands.
Fuel tank forward with plain step.
Alliance fuel filters / water separator with heated
bowl.
Equiflo inboard fuel system. (or equivalent)
High temperature reinforced nylon fuel line.
Tires
Michelin XDN2 grip 315/80R22.5 20 ply radial front
tires. (or equivalent)
Michelin XDN2 12R22.5 16 ply radial rear tires. (or
equivalent)
Hubs
Meritor Iron front hubs. (or equivalent)
Comet pre-set bearing iron rear hubs.
Wheels
Accuride 29039- 22.5 x 9.00 - 10-hub pilot 5.25 inset
5 hand steel disc front wheels. (or equivalent)
Accuride 28828 - 22.5 x 8.25 - 10 hub pilot 2-hand
HD steel disc rear wheels. (or equivalent)
Front and rear wheel mounting nuts.
Cab Exterior
106 inch BBC flat roof aluminum conventional cab.
Air cab mounts.
Non removable bug screen mounted behind grille.
2-1/2 inch fender extensions.
LH and RH grab handles.
Stationary painted front grille for chassis without
integral front frame extensions.
Argent silver hood mounted air intake grille.
Page 45 of 39
Yes No Specify;
Yes No Specify;
Yes No Specify;
Yes No Specify;
Yes No Specify;
Yes No Specify
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
17.8
17.9
17.10
17.11
17.12
17.13
17.14
17.15
17.16
17.17
17.18
17.19
17.20
17.21
17.22
17.23
17.24
17.25
17.26
17.27
17.28
17.29
18
18.1
18.2
18.3
18.4
18.5
18.6
18.7
18.8
Fiberglas hood with hood liner insulation, and
single firewall insulation.
Single 14 inch round Hadley air horn under LH
deck with horn shield.
Single electric horn.
Door locks and ignition switch keyed the same.
Rear license plate mount end of frame.
Integral head light / marker assembly.
LED aerodynamic marker lights.
Daytime running lights.
Freightliner LED flange mounted stop / tail / turn
lights with separate incandescent back up lights.
(or equivalent)
Standard front turn signal lamps.
Door mounted Dual west coast bright finish heated
mirrors with LH and RH remote.
LH and RH 8 inch bright finish convex mirrors
mounted under primary mirrors.
RH down view mirror.
RH and LH 8 inch stainless steel fender mounted
convex mirrors with tripod brackets.
Dual level cab entry steps on both sides.
Cab Exterior
Composite exterior sun visor.
63 x 14 inch tinted rear window.
Tinted door glass LH and RH with tinted nonoperating wings windows.
RH and LH electric powered windows.
Lower RH door window with Fresnel lens.
Tinted windshield.
2 gallon windshield washer reservoir with fluid
level indicator, frame mounted.
Cab Interior
Opal gray vinyl interior.
Moulded plastic door panel.
Black mats with single insulation.
Forward roof mounted console with upper storage
compartment without netting.
In dash storage bin.
Center storage console mounted back wall.
2 Cup holder LH and RH dash.
Gray / charcoal flat dash. (or equivalent)
Page 46 of 39
Yes No Specify
Yes No Specify;
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
18.9
18.10
18.11
18.12
18.13
18.14
18.15
18.16
18.17
18.18
18.19
18.20
18.21
18.22
18.23
18.24
18.25
18.26
18.27
18.28
18.29
19
19.1
19.2
19.3
19.4
19.5
19.6
19.7
Smart switch expansion module.
Heater, defroster and air conditioner.
Standard HVAC ducting with snow shield for fresh
air intake. (or equivalent)
Main HVAC controls with recirculation switch. (or
equivalent)
Danso heavy duty air conditioner compressor. (or
equivalent)
Binary control R-134A.
Premium insulation.
Solid-state circuit protection and fuses with spare
fuse and or circuit breaker kit.
12 V negative ground electrical systems.
Dome door activated LH and RH dual reading
lights, forward cab roof.
(1) 12 volt power supply in dash.
Triangular reflectors without flares.
Basic high back air suspension driver seat with
mechanical lumbar and integrated cushion
extension.
Basic high back non suspension passenger seat.
Cab Interior
Yes No Specify;
Dual driver seat armrest, no passenger seat
armrest.
LH and RH integral door panel armrests.
Black Mordura cloth driver and passenger seat. (or
equivalent)
3 point fixed D-Ring retractor driver and passenger
seat belts.
Adjustable tilt and telescopic steering column.
4-Spoke 18 inch (450MM) steering wheel.
Driver and passenger interior sun visors.
Instruments & Controls
Yes No Specify;
Gray driver instrument panel. (or equivalent)
Gray centre instrument panel. (or equivalent)
Black gauge bezels. (or equivalent)
Low air pressure light and buzzer.
2 inch primary and secondary air pressure gauges.
Dash mounted air restriction indicator with
graduations.
Preco 1040 87 DB to 112 DB automatic self
adjusting backup alarm. (or equivalent)
Page 47 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
19.8
19.9
19.20
19.21
19.22
19.23
19.24
19.25
19.26
19.27
19.28
19.29
19.30
19.31
19.32
19.33
19.34
19.35
19.36
19.37
19.38
19.39
19.40
19.41
19.42
Key operated ignition switch and integral start
position / 4 position Off/Run/Start/ Accessory.
Odometer / trip / hour / diagnostic / voltage
display: 1 x 7 character 26 warning lamps, data
linked, ICU3.
Diagnostic interface connector, 9 pin SEA J 1939
located below dash.
2 INCH ELECTRIC FUEL GAUGE.
Programmable RPM control- electronic engine.
Electrical engine coolant temperature gauge.
2 inch transmission oil temperature gauge.
Engine and trip hour meters integral within driver
display.
Body builder furnish and installed P.T.O. switch in
the body builder consol.
Electric engine oil pressure gauge.
Overhead instrument panel.
Instruments & Controls
AM/FM/WB Radio with CD player and front
auxiliary input.
Radio speakers in cab.
Cobra 29NW LTD Classic factory installed CB
radio. (or equivalent)
Roof / overhead console CB radio provision with
face plate.
Multi – band AM/FM/ WB / CB LH mirror
mounted antenna system.
Electronic KPH speedometer with secondary MPH
scale, without odometer.
Standard vehicle speed sensor.
Electronic 3000 RPM tachometer.
Idle limiter, electronic engine.
Digital voltage display integral with driver display.
Single electric windshield wiper motor with delay.
Marker light switch integral with headlight switch
and single connector and switch for customer
furnish snow plow lights, low beams OFF with
high beams.
One valve park brake system with dash valve
control Auto neutral and warning indicator.
Self cancelling turn signal switch with dimmer,
washer/wiper and hazard in handle.
Page 48 of 39
Yes No Specify;
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
19.43
20
20.1
20.2
20.3
20.4
20.5
20.6
21
21.1
22
22.1
22.2
1
1.1
Integral electronic turn signal flasher with hazard
lamps overriding stop lamps.
PAINT
Paint one solid color; Code #____________________
Cab color
Black high solids Polyurethane chassis paint. (or
equivalent)
Vendor white front wheels and rims.
Vendor white rear wheels and rims.
Sunvisor painted same as the cab color.
Certification / Compliance
Canada CMVSS Certification.
Warranty
Signed warranty paper on delivery.
Extended warranty; towing extended / road side
service warranty, 1 year (minimum) / unlimited
miles / km.
Minimum body length 11’ minimum 7.15 CU.
Yard water level capacity without side board.
These specifications describe an all season
Combination dump body and Sand / Salt spreader.
The dump body shall remain stationary on the
Page 49 of 39
Yes No Specify;
Yes No Specify;
Yes No Specify;
Yes No Specify;
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
1.2
2.1
2.2
2.3
2.4
2.5
2.6
2.7
2.8
2.9
2.10
2.11
2.12
2.13
2.14
2.15
chassis frame while spreading sand / salt. Rear
discharge shall be front hoist tilt action as per
conventional dump body. The unit will be oval
shaped and smooth sides with brake-form
To permit gravity flow unloading. The main
conveyor will be centre and recessed along the
length of the body. The cross conveyor will be
chassis frame mounted with spreader discharge on
the left side.
ELP Model U 300 Plus 11’ x 36” x 48” Hardox 450
(or equivalent)
SPECIFICATIONS
Yes No Specify;
Body shall be oval shape to permit materials to
unload by gravity flow into spreading position.
Water level capacity without side board will be 7.15
CU. Yard minimum.
Capacity with a 7.5” side boards will be
9.69 CU. Yard.
Outside length 12’ minimum.
Inside length 11’ minimum.
Overall width 99”.
Side height W/O board top of conveyor 39-7/8”.
Height of front panel 70-5/16”.
Top rail of body will be a shape (square tubing not
acceptable).
All body welds will be 100% continuous inside and
outside.
Body floor, sides, front panel and tailgate will
construct of 3/16” Hardox 450 HI – Tensile steel.
Dump body access ladder shall be 16” wide, 2
pieces fold up ladder located at the front left side.
SPECIFICATIONS
Access ladder will be manufactured from safety
grip material.
Fenders shall be continuous along the full body
length of dump body to cover rear wheels and
protect dump body. Mud flaps shall be provided
for and after rear wheels.
Fender to be ready for future liquid system and
slope for material to roll off fender.
Page 50 of 39
Yes No Specify;
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
3
3.1
3.2
3.3
3.4
3.5
3.6
4
4.1
4.2
4.3
4.4
5
5.1
5.2
5.3
5.4
5.5
5.6
5.7
5.8
Hoist
Yes No Specify;
Hoist shall be front mounted 3 stage telescopic
cylinder.
Mailhot Nitrated cylinder 3 stage telescopic
CS-90-4-3 D.A. double acting cylinder. (or
equivalent)
Cylinder stroke shall be 90” minimum.
Dump body tipping angle approx. 50 degrees.
Rear hinge diameter shall be 1 7/8” minimum.
Hoist control valve for double acting cylindre shall
air operated from inside the cab.
Barn door / Air Tailgate
Yes No Specify;
Barn door air tailgate height shall be 48” minimum.
Construction shall of 3/16” Hardox 450 high tensile
steel with 3/16” formed cross bracing 100% weld.
Latch mechanism for the tailgate shall be air trip
and latch using 1 Air Pot Booster Model 30-30
installed in the centre of the body. (or equivalent)
Spreader chain and bracket shall supply on the
tailgate (Chain grade 70 coil proofs 3/8”).
Main Conveyor
Yes No Specify;
The main conveyor shall be recessed along the
length of dump body floor.
Three (3) pieces formed constructed minimum 26”
wide.
Conveyor floor 3/16” Hardox 450. (or equivalent)
The conveyor to have permanent non removable
built-in protective main conveyor chain link covers.
Main Conveyor
The main conveyor chain D88K with cross bars
3/8” x 1.25” welded every 4 links minimum, 22” C.
To C. (or equivalent)
The flow control gate (12” in height) between main
conveyor and cross conveyor shall be adjustable by
hand crank from the driver side.
Yes No Specify;
Worm Gear Drive for main conveyor. Make; Canimex
Model; C131 (or
equivalent)
Main conveyor drive shall be a 25.1 Hi efficiency
Worm Gear drive with high torque and low speed.
Page 51 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
5.9
5.10
5.11
5.12
5.13
6
6.1
6.2
6.3
6.4
6
6.5
6.6
6.7
Direct mounted Hydraulic Motor to Worm Gear
drive shall deliver 12,900 in. lbs. Torque
intermittent.
Worm Gear direct drive to main conveyor shaft.
The tension of the main conveyor chain shall be
controlled by two grease activated rams. It shall be
possible to adjust the tension of the chain without
the use of wrenches and there shall be no treaded
rod or lock type nuts in the mechanisms.
(Automatic adjuster not acceptable).
For safety, the main conveyor and cross conveyor
chain and shaft shall be cover with safety cover
screen CSA approved.
Polyurethane sheeting shall be installed under the
entire length of the main conveyor to protect the
truck frame from any debris. (or equivalent)
Cross Conveyor
The cross conveyor shall be hydraulic direct drive.
The cross conveyor assembly will be mounted on
the chassis frame independent from, and in front
of, the main combination spreader body.
The cross conveyor shall be of removable design to
reduce weight in non spreading application.
The cross conveyor assembly shall be used to
discharge materials from the conveyor to the left or
right spinner or both left and right side spinner at
the same time with only one chain and a centre
door for both sides. (Auger not acceptable)
Yes No Specify;
Cross Conveyor
Yes No Specify;
The conveyor to have permanent non removable
built-in protective main conveyor chain link covers.
The cross conveyor chain shall be D88K chain with
welded cross bars 3/8” x 1.25” every 4” with a
minimum tensile.
The cross conveyor shall have a close bottom to
protect the chassis frame from falling materials.
Others
Page 52 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
6.8
6.9
6.10
6.11
6.12
6.13
6.14
6.15
7
7.1
7.2
7.3
7.4
7.5
7.6
7.7
7.8
The main conveyor chain shall include a cover
constructed of 3/16” Hardox 450 Hi-Tensile steel.
(or equivalent)
A polyurethane spinner (18”) shall be installed on
the left side to spread ahead of rear drive wheel. (or
equivalent)
A 3.05 Cubic inch hydraulic motor shall drive the
spinner assembly.
The spinner height shall be adjustable from 20” to
28” below the mounting surface of the body.
The spinner shall be capable of spreading evenly
up to 20 ft radius with main operating range of 0 to
15 ft radius.
Spinner assembly capable of discharge rate from
100 lbs lane mile to 2,500 lbs lane miles.
A poly lined chute shall be installed on the left side
and right side.
Hydraulic hoses to the spinner motor are to be
quick coupler and are to be assembled so that the
male end may plug into female end on the spinner
motor and the chassis frame when the spinner
assembly is disconnected.
Load Cover Assembly
Yes No Specify;
An electric tarp system shall be supplied. Power by
a 12 volt heavy duty load sensing switch operated
from inside the cab.
Vapour proof lights and wiring shall supplied and
installed through a separate breaker panel located
in the truck cab and shall be conform to the Ontario
Traffic Act.
Load Cover Assembly
One (1) spinner floodlight for LH and RH side.
One (1) Main conveyor discharge floodlight.
One (1) set of LED body clearance lights /
identification lights stop / turn signal.
Each rear corner post of body shall have one set (2)
of each LED strobe amber and blue rear flashing.
One (1) blue revolving light Star 200B and (1) Star
200A installed on the cab shield of the body.
All lights LED Ontario traffic act.
Page 53 of 39
Yes No Specify;
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
8
8.18
8.2
8.3
8
8.1
8.2
8.3
8.4
1
1.1
1.2
1.3
Primer and paint
Body shall be steel blast (White steel blast) and
prime with 2 coats of high quality (PPG) Epoxy
primer 5.0 mil dry Electrostatic application. (or
equivalent)
Paint with 2 coats of Polyurethane paint 2.0 mil dry
of quality PPG paint Electrostatic application. (or
equivalent)
Paint code #
Colour
CMVSS
Installation of this equipment shall meet or surpass
the mandatory requirements of the Motor Vehicle
safety standard and its regulations in effect on the
date of installation and must bear the National
safety Mark label in the door to match the GVWR
of the truck.
National safety Mark # specify _______________
For parts information a CD shall be supply.
A sign warranty form shall be supply at the
delivery time.
Fully Detachable Front Harness and Wing
Description Painted black
Yes No Specify;
Yes No Specify;
Yes No Specify;
Make ELP Model Series 4.2/24 with 24” column right
side. Fully Detachable harness whit quick tack
pocket, one man operation no tools required. (or
equivalent)
When remove from the truck there will be only the
front check plate showing at the front and the wing
harness to the side of the truck behind the cab.
The bumper of the truck is fixed and integrated
with the front check plate of the harness. In
Page 54 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
1.4
1.5
1.6
1.7
1.8
1.9
1.10
1.11
1.12
1.13
addition, hydraulic connectors are attached to the
LH side of the bumper with a minimum spacing to
facilitate connections.
Coupling of the plow height is 15 ½ ".
The support structure is made of steel ½ "thick,
welded to the fixing plates and bolted to the truck
frame, and provided with 4 coupling points of 1 ¼ ¨
diameter. This assembly is designed to receive the
female part of the front harness and support the
structure of the quick coupling combined with the
front wing column and wing.
The grease able articulated frame has a double
acting cylinder 12” stroke x 1 ½ ¨ diameter rod x 2
½” bore, nitrated rod for the lifting of the plow and
the coupling of the harness to the truck check plate.
Vertical mounting plates with a thickness ½ "and
¼” contoured and integrated into the female part of
the harness to support both cross tubes 3”x 4” x
3/8”connecting the column front harness.
All components are connected to the truck frame
whit 44 W certified steel minimum and will be
bolted to truck frame (Welding on the frame will
not be accepted).
Check plate ½” with a ¾” face plate, cut in steel
44 W minimum adapted to the truck frame and
inside gusset to spread the load evenly when in
operation.
Fully Detachable Front Harness and Wing
Yes No Specify;
Fasteners attaching cheek plates to the chassis
frame rails will be minimum grade 8 N.C. hex head
bolts.
The upper part of the articulated frame should be
provided with grease able pin and three integrated
grabs hook for easy adjustment of the lifting chain
for the plow.
Front Column shall be 24” high and shape with a
slide. C shape 6-5/8” x 3-7/8” x ¼” with an inside
½” slide.
Front column will be fixing to the front tube
harness in a way not to interfere with the hood
opening at any time.
Page 55 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
1.14
1.15
1.16
1.17
1.18
2
2.1
2.2
2.3
2.4
2.5
2.6
The hydraulic cylinder for the operation of the
front slide shall be double acting cylinder 24”
stroke x 2” bore x 1-1/4” nitrated rod. This cylinder
will be located at the rear of the column to be
protected against impacts.
The assembly of the front column will provided a
10” floating slide.
The front slide will be equipped with a 30 degree
hinge including an AEON rubber and the wing will
return to position after an obstacle.
Snow plow lights installed on the hood and
connected to the truck OEM snow light switch.
An accumulator with nitrogen will be installed on
the front harness lift cylinder, acting as a ride
control.
Wing Harness and Wing Painted Black and
Specify;
Yes No
Yellow
Shape Wing harness bolted to truck frame and
attach to the dump cylinder base with a HSS tube
7 ½" x 3 ¼" x 3/16" on the right side of the truck.
(or equivalent)
Integrated Hydraulic Winch in the wing harness is
used for handling the coupling and uncoupling of
the wing brace to wing harness. (Manual or Electric
Winch not Acceptable)
Winch cable ¼”.
Wing dimension 108” long Specify:__________
wing intake 26”
Specify:__________
wing exit 32”
Specify:__________
Wing Harness and Wing
Yes No Specify;
The Mold board one piece shape with 2 brake form,
10-gauge steel folds. The inner surface of the Mold
board will be formed.
The wing will be equipped with side plates 3/16”
thick, formed between each vertical brace
connecting with the upper reinforcement. The
upper reinforcement is made of a HSS tube 2”x 2”.
(or equivalent)
Page 56 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
2.4
2.5
2.6
2.7
2.8
2.9
3
3.1
Wing brace connection to wing harness shall be
two (2) quick pins and (2) hydraulic quick coupler
treads lock.
Two sets of adjustable pushed arm connect the
wing to the two point connection.
A 6” integrated push arm floating device rear side
wing.
Wing brace hydraulic cylinder double acting 21”
stroke x 2-1/2” bore x 1 ½'' rod nitrated for the
lifting of the wing
A safety chain for the raised position grade 70
(3/8“) with anchor attached to the wing arm.
A light will be installed on the right side to see the
operation of the wing. With the switch inside the
cab.
11’ High Speed Reversible One Way Plow
Make: ELP
Yellow
Yes No Specify;
Model: 643 Série 4 (High Speed) 3 trip edge. (or
equivalent)
3.2
Description of moldboard
3.3
Serie 4- 11’ Reversible one way plow. (or equivalent)
3.4
3.5
3.6
3.7
3.8
3.9
3.10
3.11
3.12
3.13
Yes No Specify;
The mouldboard shall be constructed of 10 gauge
steel 44 W certified steel.
Three pieces trip edge.
Three (3) pieces 7/8” Carbide cutting edge 44” each.
Two (2) curb runner 3’ diameter.
Reversible intake 25” Specify;____________
Reversible exit 48” Specify;____________
Hood should extend cutting edge at the exit end by
a minimum of 25”.
Plow shall not exceed 795 kg with cutting edge,
curb runner and rubber.
The mouldboard is back with four (4) 2 ½” x 3/8”
shape, one piece ribs for added strength that fit the
full contour of the mold board.
The angle of the blade on the ground must be of 70
degrees.
The support angle of the cutting edge of the plow
must be provided with reinforcing gussets having a
Page 57 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
3.14
3.15
4
4.1
4.2
4.3
4.4
4.5
4.6
4.7
4.8
4.9
thickness of ¼”located equidistantly between each
bolt holding the wear plate of the mold board.
11’ High Speed Reversible One Way Plow
Yes No Specify;
Upper part of the mold board will be reinforced by
a shape of 2 ½” x 6” x 3/16” in thickness. This
reinforcement is provided with bolt holes, size of
3/8” diameter to attach a 12”rubber deflector.
A 3/8” X 12” rubber deflector is to be installed on
the whole width of the plow.
Push frame Painted Yellow
Yes No Specify;
The reversible plow must be provided with three
(3) trips mechanism, with two (2) compression
springs of 9 ¾” x 3 ¾” diameter x 9/16”to each
blade section allowing to return to normal plowing
position automatically after impact.
The quick tack push frame supporting the plow
must be provided with a coupling device made of
two oscillating steel plates ¾” minimum thickness,
acting as a pivot point, coupling with a bolt of
1-3/4” x 6” grade 8, to allow the plow to follow
road irregularities with a variation of plus or minus
10 degrees while maintaining a constant stiffness.
Quick tack oscillating beam shall be supplied with
a 2 ¼” bar.
Two hydraulic cylinders 18 3/8” stoke x 1 ½”
diameter rod x 2 1/2” bore allowing pivoting the
plow right or left.
A hydraulic cushion valve capacity (50-1500)
should be installed in case of impact to protect the
pivoting cylinders and plow.
Push frame
Yes No Specify;
The plow must be provided with two wear (2)
shoes, mounted directly under the support bracket
of the cutting blade.
The coupling height of the plow to the truck
harness should 15 ½” more or less 1”.
A fluorescent 36” marker to be supplied on each
end total 2.
Two separate lift chains ½” grade 70 shall be used
and these shall pick up on the drive frame at points
approximately 32” apart.
Page 58 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
5
5.1
5.2
5.3
5.4
5.5
5.6
6
6.1
6.2
6.3
6.4
6.5
6.6
6.7
6.8
Sand blast & Paint
Surface preparation, Steel grit blasting to bare
metal (White blasting) according to SSPC-SP10,
degree of roughness 50 micron maximum. All
welds should be clean before primer. (or
equivalent)
Primer application.
Two (2) coats minimum (5.00 mil.) of high
quality epoxy primer, Electrostatic application
(Before assembly). (or equivalent)
Two (2) coats minimum (2.00 mil.) of high
Quality Polyurethane paint, Electrostatic
application before assembly. (or equivalent)
All coats shall be applied before the assembly of
hoses, electric wires and other component and
accessories.
Colour code #___________MTO or
Equivalent__________
Hydraulic system
Hydraulic pump mounted directly on the power
take off of the automatic transmission.
Muncie Hot shift P.T.O. / Pump Make: Danfoss
75 CC load sensing pump no other pump
Will be accepted. (or equivalent)
A Hydraulic valve bank all in one assembly frame
mounted behind the fuel tank driver side.
Make of valve assembly: ELP OEM Load sensing
No other valve will be accepted. (or equivalent)
Hydraulic system
In cab control for the snow plow equipment will
Air over hydraulic.
Sander control ACE ECOBITE 2 PRO / with a 2
section block valve and open port for GPS Infobite.
High pressure oil filter.
In cab low hydraulic oil warning (light and
buzzer).
26 gallon hydraulic tank frame mounted on RH
side, with a sight glass and temperature gauge all
in one, a vented hydraulic cap shall be supply.
All hydraulic quick coupler will be tread lock.
Page 59 of 39
Yes No Specify;
Yes No Specify;
Yes No Specify;
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
6.9
6.10
6.11
6.12
6.13
7
7.1
7.2
8
8.1
8.2
8.3
8.4
Pressure hoses will conform to SAE 100R2standard type A or AT. Return hoses should meet
the SAE standard minimum-100R6. (Hoses are
properly secured and protected by a grommet at
each metal crossing and secure with proper
bracket).
The dump will be operated by telescopic hydraulic
cylinder. Model: Mailhot CS-90-4-3.
No other cylinder will be accepted. (or equivalent)
Three sections cylinder will have a capacity of 20
tones and a minimum pressure of 2000 lb/inch.
Hydraulic cylinder will run 90'' 3 sections. At 1000
rpm, the cylinder must have covered the full race in
20 seconds maximum.
U Body shall have a dumping angle of
approximately 50 degrees.
Operator console ELP Cam 2141 A3YZ
Yes No Specify;
Operator console Cam 2141 A3YZ (or equivalent)
Control; Front plow double acting.
Front wing double acting.
Rear wing double acting.
Reversible plow double acting.
Dump body single acting.
Electric heavy duty load sensing switch.
Air tailgate.
All switch for snow plow lights.
In cab low hydraulic oil warning (light and
buzzer).
Warranty and parts Manual or CD
Yes No Specify
The supplier should offer a written warranty of the
total equipment, parts and labour for one (1) full
year following the delivery date.
Part and operator manual shall be supplied.
Training of the operator shall be supply at the body
builder yard.
AVL / GPS System
The vehicle shall be equipped with a passive GPS
system that will record the spreader and plow
utilization. The system will download
data upon returning to the yard.
Page 60 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
8.5
8.6
The system will not require monthly fees to
operate and will be hosted by the municipality on
its own computers. The AVL / GPS
supplier will be responsible to install the GPS
software, wireless base station and train
municipal staff.
Software will be supported for a period of 12
months and extended support will be available
for a nominal annual fee to be quoted.
Page 61 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
SECTION 5.0
Bid Number:
Bid Description:
Closing Date:
Time:
BID SUBMISSION FORM
PW-2016-003
One (1) SINGLE AXLE SNOW PLOW TRUCK
May 26, 2016
2:00 p.m. Local Time
Submitted To: Corporation of the Village of Casselman
(Owner)
751 St-Jean street
Casselman, ON K0A
1M0
Company Name
I/We the undersigned have read and understand this Bid document, and herewith agree to perform
the work required in accordance with the Bid document issued by Procurement Services, at the
price(s) listed below:
I/We acknowledge that we have received addenda numbered to inclusive, and the prices submitted
include the provisions set out in such addenda.
Supply and Install: ONE (1) SINGLE AXLE SNOW PLOW TRUCK
/100
Prices are in Canadian dollars, and including taxes (Dollars in Words to be inserted above,
exclude HST)
Dollars ($
)
(Dollar numbers to be inserted above, exclude HST)
Date of Earliest Delivery upon award (No later than November 1, 2016)
MAKE:
MODEL:
Page 62 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
We certify that:
1.
The party executing this document is authorized to sign the same.
2.
To the best of my/our knowledge and belief the information provided in our bid submission is
correct.
3.
Except as expressly and specifically permitted in the instructions to Bidders, we shall not have any
claim for any compensation of any kind whatsoever, as a result of participating in this bid, and by
submitting a bid we shall be deemed to have agreed that we have no such claim.
4.
To the best of my/our knowledge and belief our bid submission is made without any connection,
comparison of figures or arrangement with or knowledge of any other corporation, firm or person
submitting a bid for the same work and is in all respects fair and without collusion or fraud.
5.
To the best of my/our knowledge and belief no member of the Council and no officer or employee
of the Corporation of the Village of Casselman is, will be, or has, become interested, directly or
indirectly, as a contracting party, partner, stockholder, surety or otherwise in, or in the performance
of the contract, or in the supplies, work, or business to which it relates, or in any portion of the
profits thereof, or in any of the money to be derived therefrom.
6.
My/Our bid submission will remain open for acceptance for a period of 120 (one hundred and twenty)
calendar days after opening of the bids and the Corporation of the Village of Casselman may
at any time within this period accept our bid submission.
7.
To the best of my/our knowledge and belief there is not nor was there any actual or perceived
unfair advantage or conflict of interest in our bid submission or our performing of or observing the
contractual obligations of the proponent as set out in the contract.
Signed and Submitted for and on behalf of:
Company Name
Address
X
Signature of Authorized Signing Officer
Village
Postal Code
Print Name, Title
(
)
Telephone Number
Date
(
)
Fax Number
Email Address
HST Business Number
Page 38 of 39
Tender Number PW-2016-003
(SINGLE AXLE SNOW PLOW
TRUCK)
Appendix A – COURTESY LABEL
From:
BID SUBMISSION – PW-2016-003
(ONE (1) SINGLE AXLE SNOW PLOW
TRUCK)
TO: THE CORPORATION OF THE VILLAGE OF CASSELMAN
751 St-Jean street
Casselman,
ON K0A 1M0
CLOSING DEADLINE – no later than 2:00 P.M., May 26, 2016
Tender Number F18-INF-2015-024
(TANDEM SNOW PLOW TRUCK)
Page 39 of 39