Home

TENDER 2011-15 SUPPLY OF ONE (1)

image

Contents

1. Maximum engine spes hall be 2600 rpm Audible warning dev ice and jeweled red light for high water temperature max 228F and low oikpressure 12 Ibs psi minimum automatic engine shut down NOT acceptable Air clea dual dry type with cab controlled closure valve on air intake for inside ottside winter summer operation with dash mounted air restriction gauge Heavy duty fuel water separator Magnetic drain plug Engine block heater s compatible to engine size capacity 1250 watts minimum Single horizontal after treatment device frame mounted outside right rail under cab with vertical tailpipe and guard after treatment device not to extend beyond back of cab routed to avoid interference with wing tower installation and 12 wing supplied 2 position switch for exhaust lighted and latching on off type mounted in IP inhibits DPF regeneration as long as switch is ON position Provision for front mount hydraulic pump installation including crankshaft Page 11 of 35 Item Specifications Conform YES NO adapter and clearance for driveshaft with NO MODIFICATIONS cto radiator F Heavy duty radiator with de aeration tank and non removable bug screen x mounted behind grille c Permanent type ethylene glycol pre charged heavy duty antifreeze 40C wh minimum AO Radiator shall not have opening for PTO shaft a Oo TRANSMISSIO
2. REQUIREMENTS Items noted in the specification as shall be wi to be must be maximum MODIFICATIONS Any modifications and or alterations madeyby the bidder to this tender document will result in disqualification of the bidders submission C minimum are mandatory requirements ECT ions will be accepted SAFETY The design and operation mu honor safety devices and attachments necessary to ensure that ne quipment provided is capable of being operated with maximum safety Ed INSPECTION The vendee xs the right to inspect the equipment at any stage of manufacturi or installation of equipment on to the truck chassis and to have any rre Yi corrected upon request a final inspection will be completed by the cofisignee at the time of delivery ADDRESS a a o ho State address of facility where completed equipment will be installed on to the a chassis Specify PARTS O E M spare replacement parts must be stocked in inventory by the successful bidder in sufficient quantity to provide adequate product support and to ensure Page 18 of 35 Item Specifications Conform YES NO timely delivery of spare parts orders and if requested the bidder must be able to e provide supporting documentation ce Specify cov Address of Parts Warehouse Q eM A9 X Yo WARRANTY Warranty coverage will be for a minimum of one year from th
3. qv General Requirements xo e Complete descriptive literature along with eng neering data and specifications covering all units bid shall be submitted with the Form of Tend r Complete shop service and repair manuals together with driver manual will be supplied for eap supplied In the event that these manuals are not supplied the City of Port Colborne will hold back 500 00 per model pending receipt of said manuals el All vehicle s quoted and s ied must have ethylene glycol anti freeze with rust inhibitor testing a minimum of minus 35 degrees Celsius installed in the radiators All vehicle s are to ke Supplied painted except where otherwise stated a finish coat of the manufacturer s dard white A line setting tick t and or vehicle specification sheet shall be supplied indicating component sizes capacities ratios etc Suitable spice must be available for the installation of mobile radio equipment by the City The sp ce must be located such that it does not interfere with the driver space or servicing of the vehide It cannot be installed in the cargo space Page 7 of 35 CN e Form of Tender c IE xe X I We the undersigned having carefully examined the General Conditions specificatio nd Form of Tender do hereby offer and agree to supply the Motor Vehicle described herein a OWS Supply of One 1 New Single Axle Truck Cab amp Chassis with Dump Body Snowplow amp Wing o Manufacture s Make a Ma
4. cab between chassis e frame rails designed to with stand forces exerted during a winging operation Kc Consisting of two cross members 8 with 3 900 bend at top and bottom 30 oN wide Four frame plates two top side and two bottom side 22 long by12 wide with B57 900 bend Frame plates 100 welded to cross members cross members welded 100 back to back and assembly bolted to chassis frame rails with grade 8 head bolts 6 All fabricated from structural steel plate 44W 65 90 KSI tensile s ngth 44KSI minimum yield point NATIONAL As required by law under the Motor Vehicle Safety Act the intermediate or final SAFETY MARK stage manufacturer s that shall install the dump body snow plow equipment onto the incomplete truck chassis posses a valid National Safety Mark registered with Transport Canada and will affix their registered National Safety Mark sticker onto the chassis thus certifying the unit as co te Specify the name of the company that iIPaffix the registered National Safety Mark number thus certifying the venias complete and the company s registered number e e Specify e Company Name Specify Registered National Safety Mark Number If requested by Th City proof of registration with Transport Canada by the company afi The National Safety Mark is to be supplied ISO Preferenc ei be given if the company that shall manufacture and install the REGISTRATION snow amp ice control equipment is 509001 2000 registered AIR CONTROLS Praportona fea
5. for any reason whatever and to accept any Tenders if considered to be in the best interest of and for the best value to the City of Port Colborne The lowest or any Tenderwill not necessarily be accepted Criteria including recognized environmental initiative awards Bree energy and best overall value other than price alone may be considered when iiis Tenders Should qualified bid submissions exceed the City of Port Colborne budget provisions for this Tender the City of Port Colborne reserves the qo o reject or recall the Tender Should the City receive only one 1 y aiified and duly executed bid submission on commodities services that have gown multiple source potential the right is reserved to recall the competition N Oo c Acceptance of Award This Tender s bmission is irrevocable and open for acceptance by the Corporation of the City of Port Colborne aney 60 days after the closing date of this Tender Award of Tender may be subject to the City of Port Colborne Council approval No announcement concerning the successful bidder will be made until a complete report is prepared by The Pubic Works Superintendent or designate and approved by City Council if necessary Th uccessful bidder agrees to be bound by the terms and conditions of this Tender document The Tender form and Tender submitted become part of the contract document The successful bidder must accept a Purchase Order of Contract from the City of Port Colbor
6. lo ocking function Theslock cylinder control valve shall be a double acting two spool mono block valve Lock valve located inside NEMA rated weather tight enclosure with hinged lid For safety the lock cylinder valve shall be mounted in a position to allow the operator visibility of the hydraulic lock pins while performing the lock or unlock function Two independent in cab feather joystick air controls will be pedestal mounted inside the chassis cab one control will operate exclusively the plow lift function and the second control will operate exclusively the hydraulic power tilt function Single valves amp controls operating multiple functions will not be acceptable Page 28 of 35 Item Specifications Conform YES NO The front plate will be one solid piece of 3 8 inch steel plate with cut out of sufficient e size to allow cooling of the chassis radiator OQ ex Front plate minimum 44W steel plate Q Specify Rv Minimum Yeild P S S no Minimum Tensile P S I Q Overall height of the front plate will be 49 inches with e a 5 25 inch 90 degree bend at the bottom Overall width of the front plate will be 57 5 inches at the top pat inches at the bottom Upper cross channel 6 by 52 13 Ibs ft welded to mei and left side plate End plate located on upper cross channel 1 2 E 6 to provide upper mounting location for wing front post Cheek plates w
7. offset and its mountings shall be sufficient to sustain snow plowing operations under severe conditions One pipe brace 2 27 diameter shall connect the bottom of the wing tower and the truck chassis near the forward mount of the right rear springs to reduce the shock of the truck frame The rear wing tower shall be heavily braced and gusseted to the frame Cheek plate Page 30 of 35 Item Specifications For maximum strength two channels shall be used to form a triangular support integral with the rear post The first channel shall be 4 x 66 77 13 8 Ib ft slopping diagonal brace d X The second channel shall be 4 x 40 13 8 Ib ft horizontal brace bolted to the O X chassis rails and welded to the brace box Two triangular stiffeners shall be incorporated into the assembly V All sheave pins shall be provided with oil impregnated bronze bearing and grease fitting A safety chain shall be provided for securing wing when not inuse FRONT POST The front post shall be fabricated of 8 minimum Beam 164 Ibs ft AD N Specify Qv The 8 beam front post shall be triple certified compliance with G40 21 manufactured from 50W steel minimum C Front trip hinge with internal wire trip spring 7 minimum width Guide bars will be provided for the slide assembly running for the full height of the wing post g AY TRIP HINGE amp SLID
8. provide a 30 radius and be constructed of x 3 7 x 2 e 72 steel 84 To prevent wear the sector will glide between two low friction replaceable e polymer bearings bolted on the A frame Four hinge points are to be provided to connect the moldboard to the push frame spanning a minimum distance of 80 AQ Drive frame shall be complete with an adjustable parking stand qv POWER ANGLE There shall be two 3 x 14 double acting hydraulic cylinders to reverse the plow CYLINDERS to a maximum of 35 right or left To prevent damage to the reversing cylinders a cross over reliefWalve shall be supplied or Cylinder rods chrome plated d LIFT CHAIN Three 3 8 70 Proof Coil lift chains shall be provided ort the plow to the carrying position i These chains must be as wide spread as possible in order to make the plow stable and the plow must remain level wherm carried It will be possible to perform the power angle function with the plow in both the lowered working position and the raised c rrying position and the plow will remain level Ww QUICK TACH Fitted with oscillating beam to sit Quick Tach hitch CUTTING EDGE A One standard cutting edge WX 8 x 132 SHOES Two standard moldb shoes Two standard skid shoes DEFLECTOR Full length ueber eflector 72 x 12 Overall length 12 feet Inside nee eight 29 o d Outsidesdischarge height 39 board thickness 10 U S S gauge minimum Tno drive
9. work to be done or materials to be furnished means that the best general practice shall prevail and that material and ES of the best quality shall be used The specifications shall be interpreted on this basis ao non offered will be evaluated based on the following criteria Ability to meet operational needs of the City of Port Colborne Public Works Purchase cost Timely delivery of unit Municipal references for unit offered Page 4 of 35 Yearly operating maintenance costs Parts and service availability Relevant documentation and information that highlight the equipment CN Demonstrations de The bidder may be required to provide a formal demonstration of the product equipment to efisure that the product equipment offered meets with the needs of the Corporation S Disputes AO In cases of dispute as to whether or not an item tendered or delivered meets speci sions the decision of the Superintendent Public Works amp Parks shall be final and binding on oth parties Improper Bids Bids which are incomplete conditional or obscure or which contain era ifes alterations or additions h not called for or irregularities of any kind may be rejected as improper The City of Port Colborne reserves the right to waive irregularities according to provisions in City s Procurement Policy d Right of City of Accept or Reject Tenders ES The City of Port Colborne reserves the right to accept or rage any or all Tenders
10. 15 of 35 Item Specifications Conform YES NO Four way flasher control for hazard markers NOTE All auxiliary lighting shall be provided with separate circuits switches and circuit breakers PAINT c Outside of cab shall be manufacturer s standard white Rv MISCELLANEOUS Permanent type antifreeze protecting to 40C minimum P Signed manufacturer s warranty shall be supplied cy The following manuals shall be supplied one 1 per vehicle on ee All service and repair manuals covering body and chassis fue I electrical wiring and power train AO NO Please List Publications NO Y Pa du amp Auto greasing system Groe eVveld or approved equivalent O WARRANTY Cab amp Chassis warranty to be 2 years unlimited kilometers minimum Specify a Engine waran Specify e Transinission warranty 5 years unlimited kilometers minimum Specify Uelivery date of the completed chassis cab to the O E M of the dump body will be days from the receipt of a purchase order LAC SNOW CONTROL The snow control equipment supplied under this specification shall be the EQUIPM manufacturer s latest model standard commercial product and shall have GENE demonstrated industry acceptance by having been manufactured and sold in nS significant numbers to Ontario Municipalities and shall have been proven in service for the application for at least one
11. 2 Y SHOES a Two standard moldboard shoe s Q One curb shoe c ADDITIONAL Chassis must be suitable for installation 6fa front mounted plow harness snow plow wing and dump body and utilizexttick bolt round collar chassis fasteners O E M installed body builders access point must be provided at rear of cab for auxiliary body lighting Air tanks air dryer fuel tanks and oil cooler must be located in a position to avoid interference with wing harness 9 A3 Service and Training Oo Vendors shall have a fullqparts and service facility within a reasonable distance from the Municipality State location and distance A qualified t Municipality service e A Delivety heel Loader shall be delivered F O B Port Colborne in complete operating dition with all specified attachments tested in operation echnician shall provide complete mechanical training at the e Training shall include safety operation maintenance and Acceptance shall be subject to the inspection and approval of the Municipality TENDER SUBMITTED BY Company Name Page 34 of 35 VENDOR NAME ADDRESS CONTACT PERSON TELEPHONE NO TENDER DELIVER UNOPENED TO THE CITY OF PORT COLBORNE ee CITY HALL xS 66 CHARLOTTE ST c PORT COLBORNE ONTARIO L3K 3C8 wt ATTENTION ASHLEY GRIGG CITY CLERK Qv TENDER FOR Supply of One 1 New Single Axle Truck Cab amp Chassis with Dumip Body Snow Plow
12. 5 rminimum 7 Full integral fro Name extensions minimum 12 suitable for installation of the front snow arness and operation of the snow plow equipment SPRINGS Front Multi leaf 9072 Kg 20 000 Lbs minimum capacity complete with shock absorbets Sp Ibs 4S Sy Rear Multi leaf 10 432 Kg 23 000 Ibs gt Specify Ibs e Auxiliary rear springs 4 500 lbs each minimum AY Specify Ibs WHEELS TIRES Hub piloted steel disc front and rear wheels with wheel guard separators AND RIMS installed between wheels and hubs Front wheels 22 5 x 12 25 powder coated white steel hub piloted with steel hubs Page 10 of 35 Item Specifications Conform YES NO Rear wheels 22 5 x 8 25 powder coated white steel hub piloted with steel hubs One spare front wheel and tire and one spare rear wheel and tire to be supplied Spare tires to match original equipment supplied A e KY Front Tires 425 65R22 5 20 ply Goodyear G296 or Michelin equivalent tubele NM radial tire Specify Ku Rear Tires 11R22 5 16 ply Goodyear G622 RTD or Michelin meu 4 qmm radial tire G Specify X ENGINE Electronic 4 cycle diesel turbocharged 2010 EPA compliant totally rebuildable wet sleeve design engine Q Specify ND Make Ae Model e Gross H P 285HP 9 2200 RPM e Specify xe Gross H P Net Torque 860 Ibs ft 1300 RPM Minimum Specify c Net Torque Ibs ft rpm
13. E ASSEMBLY Front slide to be provided wit safety trip hinge assembly the wing will return to the normal position after has tripped CN Front slide shall be minimum 7 in width 4 Wire trip spring shall be mounted inside the trip hinge assembly AY ADDITIONAL Two 2 6 Wing spot lights supplied and installed Shovel holder located on outside drivers side of body front head S oars fluorescent orange plow and wing marker rods d amp White 2 reflective tape along lower body fenders and across lower tailgate z MZ Y Convex mirror 10 mounted on front wing post RC POW REVERSABLE SNOW PLOW These specifications describe a hydraulic ram reversible snowplow with one way style compression safety trip mechanism Viking Model VCL 36 11 45C or equivalent approved by the municipality Specify Page 31 of 35 Item Specifications Conform YES NO XJ Make Q e Model oN Moldboard shall be adjustable via two telescopic back brace s to achieve an KY attack angle of 50 or 60 AOT 4 DIMENSIONS Overall width 11 E Moldboard height 36 O Path Cleared Bulldozing 11 a Path Cleared At 35 9 10 e Set at 50 attack angle the overhand from the cutting al to the front of the moldboard shall be 20 minimum Set at 60 attack angle the overhang from the cutee edge to the front o
14. LED self flashing six inch oval amber strobe rubber grommet mounted in upper passenger side rear bodycorner post Grote 77365 LED self flashing six inck oval blue strobe rubber grommet mounted in upper drivers side rear body corner post Two 2 Grote six inch LED back up lights rubber grommet mounted in rear corner posts a Four 4 Grote LED six i gessi red combination stop tail amp turn rubber grommet mounted in reat body corner posts rubber gromme unted in stainless steel enclosure on rear chassis frame rails Lower Grote LED inii one 1 77355 blue amp one 1 77353 amber 4 oval Yellow and r clearance lights front amp rear of body left amp right side LED Rear 3 in Drow clearance lights LED S PINTLE HOOK Holland model PH760 pintle hook mounted at 26 with heavy duty pintle plate Two safety eyes installed on pintle plate SU Seven wire trailer plug mounted in pintle plate no splice connection to chassis wiring includes relay board and separate circuit AS Tekonsha electric trailer brake HYDRAULIC POWER TILT Viking model VCL 500HD or equivalent in compliance with the following specifications and approved by the municipality Specify Page 27 of 35 Item Specifications Conform YES NO POWER DETACH PLOW HARNESS MAKE MODEL e Q KS The front plow harness shall tilt forward to allow the chassis hood to tilt for
15. N Allison 3500 RDS P 6 speed automatic with dash mounted push bliton type transmission shift control with PTO provision and vehicle nee wiring Transmission fluid shall be synthetic fluid Pe 5 year unlimited kilometers transmission warranty NS Dash mounted transmission oil temperature gauge Type of transmission cooler Specify 7M REAR AXLE 23 000 Ib single speed Meritor RS 2 za Dana Spicer equivalent with driver controlled main locking differential magnetic drain plug Gear ratio to optimize the grade ability and K erf rmance under plowing applications with maximum GVWR loading eo Specify Q Make 7 Model d Ratio CN ee Theor fical speed must not exceed 90km h with specified equipment Specify km h Ful floating axles PS7 Rear shock absorbers BRAKES a Service Brakes AS Dual air system shall be supplied with ABS antilock brake system Front Brakes Drum type 16 5 x 6 Specify Rear Brakes Drum type 16 5 x 7 Specify Page 12 of 35 Item Specifications Conform YES NO Front and rear brakes shall be S cam type Wedge type NOT acceptable Parking Brakes Positive rear wheel spring loaded parking break air reservoir and instrument panel control switch shall be supplied eg Kar Haldex 30 30 rear brake chambers Rv An audible signal and red light low air pressure indicator shall be supplied IN Electric horn will sound in a repetitive manner whe
16. X Q e PORT COLBORNE m AQ qv Qv TENDER 2011 15 ce X SUPPLY OF ONE 1 NEW SINGLE TRUCK CAB amp CHASSIS with DUMP BODY S PLOW amp WING Ny a d J E Nd Y om 9 o S T i SS A AT Tenders will be received until Tuesday March 22 2011 at 2pm Interested parties may submit it to City of Port Colborne City Hall Clerks Office 66 Charlotte Street Port Colborne Ontario L3K Attention Ashley Grigg City Clerk Inquiries prior to deadline shall be directed to Paul Peyton Superintendent of Public Works and Parks City of Port Colborne Tel 905 835 8888 or Page 1 of 35 Fax 905 835 6800 Tenders shall be opened Tuesday March 22 2011 at 2 15pm 2 Floor Engineering Al Disanto Room City Hall Introduction The Corporation of the City of Port Colborne is inviting Quotations for the supply and delivery of Qv Supply of One 1 New Single Axle Truck Cab amp Chassis with Dump Body Snowplow amp g for Public Works Utilities Division of the City of Port Colborne S Sealed bids on the prescribed Form of Tender will be received by the Clerk s Office or his her representative at City Hall 66 Charlotte St Port Colborne Ontario L3K 3C8 no laterzth n 2 00 p m local time Tuesday March 22 2011 Tender bids received after this time will be ret rned unopened Tender bids will be opened at 2 15 p m local time Tuesday March 22 201 in the Al Disanto Room 2 Floor Engineering City Hall Port Co
17. amp Wing for the City of Port Colborne 6 CLOSING DATE Tuesday March 22 2011 at 2 00 pm a M AND eo Fs Qv qv KD oe d QN O Page 35 of 35
18. ase valve will be enclosed in a weather tight protective enclosure with safety vent O Asphalt gate located ANdiigate with leaver type operating mechanism 4 Spreader chains nd brackets shall be supplied on tailgate and rear apron Chains shal gerade 70 coil proof minimum TEMPERATURE SENSOR Road Watch temperature sensor model RW323 with readout MUD FLAPS i located fore and aft of rear wheels frame mounted via full width steel at bar Q Mud flap brackets anti sail design 4 LOAD COVERS As An air tarp shall be standard equipment with fabricated tarp arms dimensions of 1 7 2 X 2 steel tubing and1 8 mesh tarp Specify Arm Dimensions The load cover shall be powered by an air cylinder mounted under the body between the chassis frame rails Specify Cylinder Stroke Page 26 of 35 Item Specifications Conform YES NO Cylinder Diameter Tarp actuated via in cab control g X Tarp arms shall be offset dog leg design XS Xe Exhaust from air cylinders shall be exhausted into chassis cab to prevent l damage to the cylinders o gt For improved rear visibility rear lamps stops tails directionals nw up lights to be mounted in rear corner posts within 3 of the outside of the tailgate AO One 1 Whelen LED Mini Lightbar w clear dome mounted on dump body cab shield behind cab model RDLPPAB oy Grote 77363
19. be 1 2 of the standard SAE 100R2 bend radius any Specify bend radius for 1 2 hydraulic hose Specify Page 19 of 35 Item Specifications Conform YES NO All hydraulic hose performance rated for negative 70 E ony HYDRAULIC All hydraulic cylinders with the exception of the body hoist shall be in compliance p CYLINDERS with the specifications below AOT Working pressure rated at 3000 psi Qv Qv Rods 1045 100 ksi steel chrome induction hardened Stelmi Soe 061 SAE O Ring ports V NA Part number and date code stamped in de arro C A REQUIRMENTS All equipment specified including dump body amp wing harness shall fit on the truck chassis specified with a clear and usable cab to axle maximum dimension of 108 with maximum body rear overhang of 18 X CA CN Overhang Q 4 Specify CHAIN All lift chain tail chain and safety chain will be 1 2 grade 70 proof coil plated with yellow zi ichromate Specify HYDRAULIC Sick disconnect hydraulic couplers for plow harness amp plow functions shall be QUICK one hand connect or disconnect under full system pressure DISCONNECTS um Safeway Flow Master series 70 quick disconnects Ay Specify Make Model Page 20 of 35 Item Specifications Conform YES NO CROSS MEMBER Chassis reinforcement located approximately 10 behind
20. be tied to radius side panels and horizontal top rails and welded 100 percent One pair of sag are mounted aluminium fenders over rear wheels Dump boxaccess ladder shall be 15 inches wide two piece fold up ladder located at the curb side of body Sess ladder will be manufactured from safety grip strut material x 10 painted hardwood side boards shall be installed Mailhot Nitride telescopic hoist C series Model CS100 4 5 3DA with AC 4024 base and PL250 rear dump hinge Specify Make Model Hoist capacity shall be 20 ton 2 000 P S I Page 25 of 35 Item Specifications Conform YES NO Hoist cylinder shall be rod sealed ex Dump box dump angle shall be variable to 50 degrees from horizontal T AQ e Rear dump hinge diameter shall be 2 72 inches no 9 The body to be equipped with a positive locking support brace Rppor the weight of the unloaded body for cleaning and maintenance X TAILGATE Tailgate shall be double acting and air trip O NO OD Tailgate shall be rectangle shaped to allow use of asphalt or stone chip spreaders Qv Exterior vertical side support tubes to be 3 1 2 X 3 1 2 X 1 4 wall HSS tubing Air latching system shall be fitted with seven grease fittings for lubrication Tailgate latches shall provide const nt air pressure on the panel The tailgate air trip pilot valve air quick rele
21. d 1 at VM A removable magnetic trap shall be suppli d The oil return port shall be fitted with acdiffuser to prevent turbulence and foaming of oil on theinside of the reservoir n Ny Oil level and temperature ave shall be supplied with this unit Hydraulic filter Some Nd return line spin on filter assembly will be 10 micron cm Oil shut off valv be installed Return line filter assembly shall be inside the oil tank Low h ulic oil indicator with warning light in cab DUMP BODY de specifications describe an all season high tensile dump body Rear charge shall be front hoist tilt action as per conventional dump bodies 3 S LAN Viking Model LF400 or equivalent approved by the municipality 11 unitized construction Specify Make Model Page 23 of 35 Item Specifications Conform YES NO Total weight of the complete body assembly in ready to work condition including e hoist tarp tailgate and all other required components not to exceed 5 450 Ibs Ke XS Specify e x9 KS Q CAPACITY Water level capacity will be 7 5 cu yd K Specify cy DUMP BODY The body shall be heated by exhaust gas from the truck chassis 6 HEATER ow Body shall include heating channels in the body longmerhbers and rear corner posts NOE Exhaust ports shall be supplied in the upper rear body corner posts x Thermo coupled
22. e date oC oF ivery manufacturers warranty statement will be included with the bid summi ion MANUALS One copy of an operation parts and service manual will be provided for each unit AFTER SALES It is a requirement of this tender that the bidder maintains alter sales service facility and employees staff qualified to perform after sales Service work and that the bidder is also capable of providing in field mobile field service at our location the bidder if requested must be prepared to provid a tour of this facility PREP All steel components will be shot blasted prior tgapplication of primer PRIMER Two coats of a high quality Epoxy Primer mi imum 4 ml dry thickness applied to all steel components QW PAINT Finish body paint shall be Dupont Im bn 5000 two coats 2 ml dry thickness Specify Make Model NY Finish paint balance of stes Components medium gloss alkyd enamel on syncoat anticorrosive primer w t on wet application with 4 to 5 ml application thickness There will be no bare steel to steel contact of any components all steel surfaces will be painted as per above specifications before final assembly PAINT COLOUR Dump S h current City of P C units dark blue Plow amp Wing to be black HYDRAULIC All eats hoses will be properly routed and secured to eliminate abrasion HOSES ctive covering will be applied at all potential wear points Q Xi hydraulic hoses must be SAE 100 R16 performance rated a Specify O The bend radius will
23. er and will not be constituted as ay negotiation or renegotiation of the Tender The Corporation of the City of Port Colborne is not required to clarify any part of a Ten Any clarification of a Tender by a bidder shall not be effective until confirmation has been delivered in writing NA Unit prices will govern and the City of Port Colborne will make all necessary corrections to any Tender which is in error through addition or extensions the correct value pr vailing Pricing and Terms of Payment oe Prices must be in Canadian Funds quoted separately for stipulated All prices are to be F O B delivered City Hall 66 core sika Port Colborne Ontario Attention City Clerk City of Port Colborne All prices Tendered are to be net and to be firm nifer of the unit s All prices Tendered are to show the 13 Harmonized Sales Tax extra unless it is noted on the Form of Tender that a unit is exempt RM v Evaluation of Submissions E Intent of Specifications It is the intent of the attached cations to describe specific details of vehicles or equipment required against this Tender is the responsibility of the successful bidder to supply any equipment not described in the spe IN but necessary for the satisfactory operation of the units Any alterations or oe he specifications as provided will be costed and added to the bid prices prior to ranking The apparent sil nce or omission in the specifications as to any detail of the
24. f the moldboard shall be 25 minimum Set at 50 attack angle the height from the gr nd to the front of the moldboard shall be 28 maximum re Set at 60 attack angle the height from the ground to the front of the moldboard shall be 24 maximum MOULDBOARD The moldboard shall be fabricated iom 10 ga steel There shall be 8 44W steel Rab reinforcing ribs 100 welded to the moldboard The bottom of the nae is to be reinforced with a 72 x 6 x 4 backer angle A second angle 3 8 x 3 x 2 shall be welded above for added strength and rigidity NS Moldboard e be fitted with two standard shoes and curb runners shall be M ach end SAFETY TRIP dd ae trip shall consist of two compression coil springs incorporated in the rame which will allow the moldboard to float over obstructions e sai compression trip springs will be 5 8 wire 5 74 O D 14 free length with Q a total of 8 active coils SHOE KIT c Two adjustable self steerable shoes shall be fitted on the drive frame a These shoes shall carry the weight of the plow when the moldboard trips Roa Shoes will be height adjustable DRIVE FRAME The drive frame shall be of A frame and sector design The A frame will be constructed of 3 72 x 3 x square tubing with two 24 thick pivot plates Sector frame constructed of 4 x 4 x 3 8 square tube Page 32 of 35 Item Specifications Conform YES NO The sector angle shall
25. fender extensions rubber Page 14 of 35 Item Specifications Conform YES NO INSTRUMENT PANEL The following instrumentation is required rheostat controlled illumination ex Fuel gauge to operate on all fuel tanks supplied Rv Coolant temperature gauge E Oil pressure gauge EY Dash mounted air filter restriction gauge ce Speedometer X Qv Tachometer INA Engine hour meter ae NOTE gauges are required warning lights are no a Etats a amp CHASSIS EQUIPMENT The following chassis equipment is require Left side under cab mounted alumigg 70 U S gal minimum d type fuel tank shall not interfere with any di ponents by extending beyond the back of Ny cab Y Specify Tank location E 4 AS Frame rails obe clear of equipment which could interfere with the mounting of a right side snow wing tower bim hood complete with stationary grille and butterfly access hatch for servicing nore Front bumper is not required LIGHTING e All lighting shall confirm to Ontario Highway Traffic Act Standards and shall include the following Sealed beam headlights ra Parking lights Two 2 front facing directional lights Two 2 LED combination tail stop directional lights mounted on rear of frame Five 5 LED roof mounted amber identification lights facing forward Page
26. heat diverter kit Qv In cab control consol and exhaust gas mori shall automatically shut down flow to the dump body when high temperatures are reached during DPT regeneration Manual ability to turn off and on fromthe in cab control console Sy Ay Height of front panel approximately 53 to match chassis cab Specify NS O Height of tailgate 40 inches from floor Specify ss CONSTRUCTIO S A Body to be constructed from one piece head sheet and side panels Fl EC Unitized construction with all welds 10096 continuous Body front panel sides hoist doghouse and tailgate shall all be 3 16 thick high tensile steel 360 to 475 brinell hardness 180 000 to 203 000 PSI Specify Page 24 of 35 Item Specifications Conform YES NO Body floor shall be 1 4 thick high tensile steel 360 to 475 brinell hardness 180 000 to 203 000 PSI eN Specify X Ss cr Longsills 74 thick Domex 100 Body sides braced with two sets of vertical braces c NS Top rail of body will be 4 inch x 6 inch x 3 16 inch wall square ting All body welds will be 100 continuous inside and outside Specify AS a D Sides Tailgate and Front Head all 3 16 Halex 450 high tensile steel Specify xe Y Interior tapered where sides iud for full horizontal length Rear vertical corner posts shalinclude provision for rear facing lighting requirements Rear vertical corner posts to
27. ill be specified to suite chassis ene rails 1 2 steel plate and will extend back along the chassis frame rails a far as possible Cheek plates minimum 44W steel plate 2 e Specify A Minimum Yeild X P S I N QN Minimum Tensile Q PSI Fasteners attaching eheek plates to the chassis frame rails will be minimum grade 8 N C N ad bolts Two pairs xo ears 10096 welded to the front plate spaced at standard 30 1 2 centers Three of plow drive bar connection holes located in drive ears height to lowettrive connection 19 mounted with truck empty Quick tack hitch pockets bolted to drive ears Lift or grab link for nose chain shall be 18 minimum Hydraulic plow lift cylinder double acting 4 diameter with 10 stroke cylinder rod chrome plated Plow lift yoke 3 4 steel plate braced with two 1 4 x 2 flat bar diagonal braces Two mounting locations in lift yoke to provide location for mounting of plow hydraulic lift cylinder in winter operating position and stored summer position Mounting plates for plow lift cylinder lift yoke and lift yoke braces all 1 2 steel plate 10096 welded to front plate Page 29 of 35 Item Specifications Conform YES NO eN Lift yoke brace mounting plates positioned to provide minimum 23 5 span KE XS Two sealed beam halogen plow lights with high and low beam and built in eo integral directional s Kh Right and left side
28. ion pages form part of this Tender and must be completed and returned with the Forms of Tender Where capacities rating dimensions etc are requested bidders must provide appropriate specific information In all other areas bidders must confirm Yes or No Page 6 of 35 The vehicle shall be new All parts and all replacement parts thereof are to be new only not remanufactured never used and of the latest manufacture Any reference to trade name or manufacturer in the specifications is for the sole purpose of designating a standard of quality or type Bidders are required to enclose descriptive literature with their proposal Safety Requirements d The vehicle supplied must meet the provisions of the Canada Motor Vehicle Safety Act agg he regulations made there under which are in effect on the date of manufacture of each v e Safety stickers are required on Commercial Vehicles with a minimum GVW 4 500 Kg s required by regulations as of January 1994 All vehicle engines must operate to specifications and be equipped with pollutiofi emissions controls as required by law in the Province of Ontario Warranty Requirements ow Bidders must submit a copy of the manufacturer s standard warranty for the vehicles quoted with the completed specification confirmation pages and Forms of Tende a Bidders are requested to also include details and cost of anjrextended warranties available on major power train components Qo
29. it has been deposited if such request is received in writing bythe City Clerk prior to the time specified for the opening of Tenders di N More than one Tender bid an individual firm partnership corporation or association under the same or different names e considered Within a Tender bid submission bidders may bid on one or more models providingthey all meet or exceed the specifications Collusion between dBidders will be sufficient cause for rejection of all Tender bids so affected Qv Clarificatiog Omissions Discrepancies Ss It wil Be the bidder s responsibility to clarify any details in question before submitting his bid N Bidders finding discrepancies or omissions in the specifications or other documents or having any doubts concerning the meaning or intent of any part thereof should immediately request clarification from the Public Works Superintendent Written instructions or explanations will then be sent to all bidders in the form of addenda to the Tender documents Bidders may inquire into and clarify any requirements of this Tender Page 3 of 35 Responses if not already addressed in the Tender will be addressed in the form of addendum if required No oral interpretations will be effective to modify any provisions of the Tender Errors and Corrections City staff may clarify any aspect of a Tender submission with the Bidder at any time after the Tendet has been opened Any such clarification will not alter the Tend
30. lborne Any document submitted with respect to this Tender will be subject ogie Municipal Freedom of Information and Protection of Privacy Act R S O 1990 c M56 a ended from time to time AD o i Qr Page 2 of 35 CN as Information and Instructions Form of Tender K Tender bids must be submitted on the attached Form of Tender and enclosed in a s d envelope supplied by the Bidder The bid must be legible written in ink or typewritten AX of erasure strikeout or over writing must be initialed by the Bidder s authorized signing offiger All unit prices must be clearly indicated and all extensions written in figures The bid must not be restricted by a statement added to the Form of Tender or by covering letter or by alterations to the Form of Tender as supplied by the City of Port Colborne unless otherwise provided herein Bidders will be allowed to attach descriptive literature with the sole purpose Qf mplifying the bid AD The Form of Tender must be signed in the spaces provided onthe form with the signature of the bidder or responsible official of the firm bidding If a joint bid is submitted it must be signed and addressed on behalf of each of the bidders a Qe Submission of Tenders a XJ Submissions shall not be made by e mail or facsimile Adjustment by e mail facsimile letter or otherwise to a Tender bid already submitte ot permitted A bidder will be permitted to withdraw Ver Tender bid unopened after
31. m Specifications Conform YES NO Horns dual air e All glass shall be tinted at Tilt steering column only xQ Non adjustable suspended brake and accelerator pedals oO O E M installed harness complete with separate switch for front mountedplow lights a AM FM Weatherband stereo radio complete with clock ce Reversing Camera minimum 7 Colour monitor XU Wiring provisions 12 volt capable of 15amps for two wax dio at centre overhead console switched with ignition key Q Audible back up alarm to automatically activate whee vehicle is in reverse gear 77 102 DB i Sun visors left and right P Heater fresh air type with defroster QW Air conditioning K Test exterior lamps pre trip ins ion will cycle all exterior lamps except back up lamps dash mounted swi Windshield wipers cowl n junted 2 speed electric with intermittent feature and winter blades 4 park brake is set amp wipers left on for a pre determined e Windshield D control force wipers to slowest intermittent speed when time Heads will automatically turn on if wipers are turned on ide mirrors approx 16 x 7 breakaway type with 102 wide spacing and integral convex mirrors all heated heads thermostatically controlled with L E D clearance lights Cab mounted grab handles left exterior Cab mounted grab handles right and left interior Slip resistant steps Cowl Tray Lid Front
32. n vehicle park brake is hot set with ignition off and any door is opened A manual moisture ejector with pull chain shall be supplied on primary and secondary tanks hA A Bendix Westinghouse air dryer shall be supplied as anintegral part of the air brake system ae The air compressor shall be 13 2 CFM capacity a Dust shields front and rear shall be supplied qe e ELECTRICAL A 12 volt electrical system shall be provided Combined battery capacity shall be 2775 CCA minimum Specify Combined battery capably CCA Q Battery shall be located Under cab passenger side Bosch alternator 1 5 amp minimum with higher current output at lower engine speed with pa unting Specify Amperage Manu Get circuit breakers shall be supplied for the electrical distribution system main panel SAE type III with trip indicators replaces all fuses except 5 are uses Provisions for spreader control interface Chassis shall be supplied with fully multiplexed wiring supplying power to two 2 remote power modules mounted behind the drivers seat in cab Conventional cab with the following equipment is required Self leveling air ride cab Driver and passenger seat shall be high back air suspended dark cloth upholstery with adjustable lumbar support and arm rests National 2000 series Power windows and door locks Rubber floor mat Page 13 of 35 Ite
33. ne which will supersede all other contracts Page 5 of 35 Supply of any vehicle or equipment by the successful bidder that does not conform to the completed Tender document as accepted by the City from the bidder or failure to deliver any item shall be just cause for the City to take appropriate action to provide satisfactory remedy The successful bidder will not without the written consent of the City of Port Colborne make any assignment or any sub contract for the execution of any product hereby quoted K Consideration of Demonstrator Unit S The City will not consider an existing vehicle or equipment for this Tender wt Stated Delivery Time and Dates x gt Delivery dates must be stated on the Form of Tender By specifying dates the Kuctesstul bidder agrees to be bound by those dates Failure to meet stated delivery time s bie successful bidder shall be just cause for the City to take appropriate action that shall be in the est interest of the City The City shall exercise due diligence and fairness in seeking any remedy and shall take into consideration such factors as delays by the manufacturer and shortages of parts However notwithstanding these circumstances the order may be cancelled at the option of and without recourse to the City of Port Colborne aq Pending full and satisfactory supply of all items described in this Tender a hold back of the value of said deficiencies will be exercised Failure to comply with all te
34. nufacture s Model T d AD Model Year o 3 ii List Price for Complete Unit iu RENE A RE qv Less Fleet Discount Xe 1396 H S T oF ay uU TOTAL DELIVERED PRICE ALL PRICES TO REMAIN P A MINIMUM OF SIXTY 60 DAYS A Delivery in Days from notification of award For each vehicle the following manuals are included Parts Operations Maintenance and Warranty Q TENDER SU D BY Company Name Name andi Signature Address City Telephone Fax Postal Code E Mail Page 8 of 35 X Specifications ce xS In comparing tender submittals consideration will not be confined to price only The successfqpbidder will be one whose product is judged shall best serve the interests of the Municipality when rice product safety quality and delivery are considered The City of Port Colborne reserv s the right to reject any or all bids or any part thereof and to waive any minor technicalities A contract will be awarded to the bidder submitting the lowest responsible bid meeting the requirements of this specification LO Item Specifications Conform YES NO CAB amp CHASSIS The unit shall be a new 2012 model with all stan nd equipment plus all other GENERAL equipment outlined in this specification if not Aa ard SPECIFICATIONS MAKE amp MODEL GMC Topkick not acceptable xe Conventional Cab Set Back Front Axle Chassis Make Nd Y Model Q O Chassis shall be suitable for installation and o
35. peration of a front mounted plow harness snow wing and dump body specified in this tender document and utilize huck boltround collar chassis fasteners Air tanks air dryer fuel tanks and oil coolers must be located in a position to avoid ene wing harness O VEHICLE WEIGHT n 43 000 Ib AND DIMENSIONSY Chassis Weight 8500 Lb Minimum SZ C A 108 clear and usable A Appropriate label will be attached to the vehicle confirming the front and rear AN G A W R tire and rim sizes FRONT AXLE Minimum Capacity 20 000 Ib Specify Axle shall be SET BACK and supplied with all component parts compatible with each other for the maximum capacity stated Page 9 of 35 Item Specifications Conform YES NO Dual power steering boxes shall be provided E FRAME The frame shall have a minimum resisting bending moment of 3 800 000 inch XS lbs And a minimum section modulus of 31 72 in3 e Full C channel reinforced frame 120 000 psi heat treated alloy steel yield e strength AQ oy NY Specify Q R B M X Yield Strength AO C Reinforcement Size i ND S M EVA c Frame Size 10 125 x 3 580 x 0 312 minc Specify KD Frame Size oe Frames under the forgoing not size shall be of standard manufacturers design with reinforcement to meet the above specifications Reinforcement shall be complete from end to RE main rail After frame shall be 6
36. plow light mounting brackets extending 7 up from top of front plate with light mounting positions on 55 centers a Vapor proof wiring for plow lights with direct no splice plug in conne ito OEM chassis wiring connection CABLE WING These specifications describe hydraulic high lift cable wing harness with the HARNESS ability to perform high winging shelving operations Viking Model VCL350SCL or equivalent approved by thevmunicipality Specify NO Make X raj Qv Model xo The wing harness shall be of heavy constf ction to sustain snow plowing operations under severe conditions Bottom of wing tower shall be protected by shoe and shall have a ground clearance of 14 minimum truckempty The spacing of the holes inthe slides for connecting the wing braces shall be approximately 17 Approved size of r m controlling the front end of wing shall be 3 dia x 30 stroke approx with a l and sheave assembly Approved size f ram controlling the rear end of wing shall be 3 dia x 30 stroke approx cylinder with a cable and sheave assembly Approved size of ram controlling wing brace slide shall be 3 dia x 36 stroke approx and shall be double acting H ulic cylinder piston rods shall be hard chrome platted lt The wing tower shall be of a heavy construction and bolted to the right side of the truck chassis Wing tower shall be of 10 channel construction with a 25 degree
37. ribs for connecting the wing brace shall be provided EN a O The drive ribs shall be located approximately 8 6 and 10 10 from the nose end of the wing ad Y The plate for mounting the wing to the wing post shall be 1 thick The mounting hole shall be far enough from the edge of the plate to avoid failure in this area Lower wing angle shall be 6 X 4 X 74 The mounting of the nose end of the wing to the wing post shall be by means of a hinge and rectangle spring to allow tipping over the wing Page 33 of 35 Item Specifications Conform YES NO Two adjustable wing braces shall be supplied e The upper brace shall be of a stock release type including a spring retraction ae The spring shall provide adequate stability of the wing in normal operating c conditions and shall retract the wing from tip over position The distance between the center of the mounting holes of the wing Braces sh M be as follows NY Upper brace Extended 90 C C Y Collapsed 60 C C or Extended distances shall be measured with spring fully retracted o Lower brace Extended 88 C C 6 Collapsed 58 C C ow One spare pin for adjusting the wing braces shall be supplied with each Brace The top edge of the wing shall be boxed in and welded 400 to the ribs And the moldboards so as to avoid all pockets AD BLADES amp Sectional carbide cutting edge 3 4 x 8 x 13
38. rms specifications requirement conditions and general provision of this Tender to the satisfaction of the City of Port Colborne shall be just cause for the cancellation of the contract award The City of Port Colborne shall then have the right to award this contract to any other bidder r to re issue the Tender The City of Port Colborne shall assess against the Bidder any damages whatsoever as a result of the failure to perform Specifications and Bid Requirements The City is inviting Tenders for pply of One 1 New Single Axle Truck Cab amp Chassis with Dump Body Snow Plow amp vis as described in the Form of Tender It is the intent of the attached specifications to describe spe ific details of vehicle s required in this Tender It is the responsibilty ofthe successful Bidder to supply any part or accessory not described in the specification but supplied as the manufacturer s standard equipment All vehicles shall be delivered with all accesoo nstalled and operating which is ecessary to meet the performance and service requirements of the City Bidders desiring to quote on equipment which deviates from these specifications but which they believe to be equivalent both as to individual component parts and the completely assemble units are required to dit alternative bids on the equipment which so deviates The soon included herein describes the type size design and construction of equipment The attached specification confirmat
39. ther able air controls shall be supplied one or each of the seven valve sections An air dryer lubricator and air protection valve shall be e installed in the air control system A The air control mounting stand will be fully adjustable and RA Ay located between the driver and passenger seat within easy view and reach of either occupant Air control shall be made of brushed aluminum and the light switch console shall be an integral part of the air control console All air lines and electrical wiring shall be concealed inside the vertical tube of the air control pedestal stand Page 21 of 35 Item Specifications Conform YES NO ELECTRONICS Plow lights shall be direct plug in to the OEM chassis plow light connection or a e relay and separate harness shall be installed AS There shall be no cutting of or splicing into the OEM chassis wiring harness by the e installer of the snow control equipment J All connections shall be either direct plug in to chassis OEM supplied connection or a relay board shall be installed amp a entire separate circuit run Q Chassis shall be supplied with OEM installed 12 pack switches with multiplexed wiring supplying power to two 2 remote mounted power modules mo in cab behind passenger seat Junction boxes located behind chassis cab in a raised position above valve stack integral with wing harness HYDRAULIC X VALVES Hydraulic
40. valves will be sectional stackable a Make Hydro Control Model HCD 6 with bronze sleeve SOlliers AND Specify eo Make oO Model a All valve sections shall be dedicated Xe ne single function only CY The HCD valve stack will include the following six individual working sections QN 1 D A Plow Lift x 1 D A Power Angle 1 D A Tilt Front Harnes 1 D A Front Of Wing 1 D A Rear Of Wing 1 D A Wing Braces 1 S A Body Hoist FRONT MOUNT The nara pi supplied shall be a front mount tandem two stage dry mode TANDEM DRY gear p MODE PUMP Specify QU Model aQ First stage 24 GPM 2 000 RPM AN Specify Second stage 29 GPM 2 000 RPM Specify Page 22 of 35 Item Specifications Conform YES NO The first stage of the pump will be dedicated to the operation of the spinner and e conveyor system KJ The second stage of the pump will operate all plow wing functions and the body hoist D eg Single stage one section hydraulic pumps will NOT be acceptable XS KS There will be NO flow divider valves used to split oil flows between spreaderdn plow wing functions Qv OIL RESERVOIR SS Oil reservoir integral with rear wing harness 30 U S Gal capaci O 3 16 pickled and oiled steel welded oil tight C Specify ow Capacity USGI NO Reservoir to have a weather proof screw owg breather cap with fine mesh screen and provisions for clean out by han
41. ward qv r centre of its pivots and stay open without the need of any additional supports lt The harness tilt and return function shall be performed by the operator fromuifside the chassis cab via feather air over hydraulic control The plow and wing front harness to be easily and quickly pears edi detachable as one unit cheek plate The assembly remains petm nently with the vehicle even after the female coupler has been detached X The front plate lifting device wing front post plow and wing shall all be removable or attachable as one assembly i s Swing arm The male swing arm to be rotated on the shaft and the hub ends are to be guided by four anti friction polymer discs in the mounting bracket The swing arm is to be operated by two double acting hydraulic cylinders with the following specifications Piston diameter 2 1 2 amp Piston rod diameter 1 1 18 KO Stroke 6 Po A The oylinder rod s shall be hard chrome plated and buffed O These cylinders shall Sermit the front harness to tilt forward by disengaging the top and engaging the bottom hydraulic operated lock pins The truck hood can be tilted forward for easy access to the engine without detaching t t harness from the truck Hydraulic loeking shall be achieved by two double acting hydraulic cylinders with chrome piston rods One cylinder shall provide upper locking and the other cylinder shall perform the
42. year prior to issuing of this tender document DEMONSTRATION A demonstration of equipment bid may be required if requested it will be the responsibility of the bidder to arrange this demonstration at the Municipalities Page 16 of 35 Item Specifications Conform YES NO location within 5 working days of written notification all equipment demonstrated CN will be the exact models offered by the bidder on this tender document Jo REFERENCES Where references are requested in this tender document the information must be eN completed in full and all references supplied are to be for the models of Q equipment offered by the bidder in the answered specification V INSTALLATION The company that shall install the snow control equipment on to the truck cassis shall be currently actively engaged in the business of snow amp ice control equipment installations and shall provide proof of demonstrated ability b providing the following information 6 Specify Registered National Safety Mark Number of Equipment AO Installer AD a ad gt Name amp Address of Equipment Installer gt KS PAA e NY v O List the last 5 installatio s completed for Ontario Municipality s provide name of municipality contact name amp phone number N 1 C Page 17 of 35 Item Specifications Conform YES NO

Download Pdf Manuals

image

Related Search

Related Contents

Anleitung  新刊案内 平成26年2月  CENTRO DE IDIOMAS S  Manuale di installazione  Master Lock 102D User's Manual  「SF-5 for Windows」 取扱説明書  SBS TETRAVUSBMIC1A mobile device charger  

Copyright © All rights reserved.
Failed to retrieve file