Sei sulla pagina 1di 24

REQUEST FOR PROPOSAL 20/2011

SUPPLY AND DELIVERY OF UP TO TWO (2) NEW STREET SWEEPERS



For The Corporation of the City of Thunder Bay (City)

Facility and Fleets Department






Proposal Closing Date and Time
Wednesday, April 20 2011
at 4:00 p.m. local time


Proposals are to be delivered to:
City of Thunder Bay
Materials Management Division
P.O. Box 800
111 S. Syndicate Avenue
Victoriaville Civic Centre (Main Floor)
Thunder Bay, ON P7C 5K4

Request for Proposal 20/2011
Up to Two New Street Sweepers Page 2 of 21

INFORMATION TO BIDDERS

Submission
If your firm is interested in this project, please submit four (4) sealed copies of your proposal submission to:

City of Thunder Bay
Materials Management Division
P.O. Box 800
111 S. Syndicate Avenue
Victoriaville Civic Centre (Main Floor)
Thunder Bay, ON P7C 5K4

All submissions are to be clearly marked as to contents.

Closing Date and Time
Consideration will be given to your proposal if received in the Materials Management Office not later than:
4:00 p.m., local time on Wednesday, April 20, 2011.
The lowest cost proposal will not necessarily be accepted, and the Owner reserves the right to reject any
and all proposals and/or re-issue the RFP in its original or revised form.
Facsimile, e-mail, or telephone proposals will not be accepted

Late Proposals
Proposals received after the deadline will not be considered. The City will assume no responsibility for
submissions that do not arrive in the Materials Management office by the specified closing date and time. Late
submissions will be returned unopened to the proponent.

Document Fee:
There is a non-refundable charge of $35.00 (inclusive of taxes) for documents payable by cheque, cash or debit
card.

Questions/Inquiries
Communications concerning this Request for Proposal are to be in writing and directed to;

David Hardick (or designate)
Materials Management Division
phone (807) 625-2614 - fax (807) 622-0181
e-mail dhardick@thunderbay.ca

Inquiries must not be directed to other City employees or Elected Officials. Directing inquiries to other than
those designated may result in your bid being rejected. The deadline for questions/inquiries will be
WEDNESDAY, April 13 2011 @ 12:00 noon.

All clarification requests are to be sent in writing to the individual mentioned above. No clarification requests
will be accepted by telephone. Responses to clarification requests will be provided to all interested parties.
Request for Proposal 20/2011
Up to Two New Street Sweepers Page 3 of 21


Any and all changes to the Request for Proposal will be issued by the Manager, Materials Management (or
designate) in the form of a written addendum.

Schedule of Pricing

Purchase: see page 21
Acknowledgement of Addenda
If addenda are issued, their receipt must be acknowledged by the proponent by including them as part of the
proposal submission to ensure that all requirements are included in the submission. Failure to include all
addenda may result in your submission not being considered. The City will assume no responsibility for oral
instructions or suggestions.

Addenda will be provided to all who have registered with the City Materials Management Division. As well, they
will be posted on the Citys website for bid opportunities for download.

Review of Requirements
All proponents should carefully review this solicitation for defects or questionable matter. Comments or the
need for clarification must be made in writing as requested in this RFP. Protests based on any omission or
error, or on the content of the solicitation, will be disallowed if these faults have not been brought to the
attention of the Materials Management Division as per the terms set out in this Request.

References
The submission of a proposal authorizes the City to contact all references provided. Failure to provide references &
details of experience may result in this proposal not being considered.

Qualifications
Proposals will be evaluated from firms or individuals that can demonstrate that they have the necessary staffing,
facilities, experience, ability and financial resources to perform the work in a satisfactory manner. Proven track
record must be demonstrated.
The City reserves the right to inspect the bidders facility and to perform such investigations as may be deemed
necessary to insure that competent personnel and management and suitable equipment/material will be used in the
performance of this contract.

Freedom of Information
All proposals submitted to the City become the property of the City, and as such, are subject to the provisions of the
Municipal Freedom of Information and Protection of Privacy Act.

This will confirm that the City will not use/disclose the information provided, without proper authorization, and will
keep the information in a physically secure location to which access is given only to staff requiring access.

Rights Reserved by the City
Request for Proposal 20/2011
Up to Two New Street Sweepers Page 4 of 21

Submission of a proposal indicates acceptance by the firm of the conditions contained in this Request for
Proposal, unless clearly and specifically noted in the proposal and in any contract between the City and the firm
selected.

The City reserves the right without prejudice to reject any or all proposals and to determine in its own best
judgement the firm(s) best qualified to undertake this contract.

The City is not responsible for any costs incurred by the proponents in the preparation of their response to the
proposal call or attendance at any selection interviews.

The Selection Committee reserves the right to be the sole judge of the acceptability of any service offered, and
also any alternative proposed, and to purchase the service which in its opinion most closely meets the operating
requirements of the City.

The decision of the Selection Committee shall be final and without recourse.

The Corporation of the City of Thunder Bay reserves the right to award the above in whole or part, that which is
deemed most advantageous to the Corporation without recourse or penalty.

Enclosures

Standard Terms and Conditions for Tenders, Proposals and Contracts.


Note:

This is an invitation for proposals and not a tender call.
The City has the right to negotiate with the proponent that presented the most attractive proposal.
The City of Thunder Bay Council shall have the final authority on all matters regarding this Request for
Proposal
Request for Proposal 20/2011
Up to Two New Street Sweepers Page 5 of 21

Evaluation

An Evaluation Committee has been established to review and evaluate all complete proposal submissions
received based on the criteria and scoring listed below.

The City Selection Committee reserves the right to be the sole judge of the acceptability of any
equipment/material/service offered and to purchase the equipment/material/service which in its opinion most
closely meets the operating requirements of the project and organization.

The contract will be awarded per the evaluation criteria listed, and not necessarily to the lowest bidder(s), whose
bid(s) complies with all the provisions of the specifications.

In addition to the proposals submitted, being reviewed and evaluated in accordance with the criteria listed, bidders
may be requested to provide clarification or address specific requirements not adequately covered in the original
submission.

CRITERIA MAX.
SCORE
1. Total cost to the City of Thunder Bay (includes maintenance agreement and options
requested)
40
2. General compliance with proposal requirements and required specifications, overall
response to RFP
20
3. Parts and after sales service; technical assistance, warranties, delivery timelines 10
4. Operation of the equipment, value added safety and ergonomic features above
proposal requirements.
10
5. Performance of equipment offered historical and current experience 10
6. Overall value added features and options included 5
7. Demonstrated Environmental Stewardship - environmental friendliness of the
product or service and unique environmental initiative(s) the company has
undertaken in the design, construction and services of the products offered.
5
Total Available Points 100

The decision of the Selection committee shall be final and without recourse.

For purposes of proposal evaluation, the total cost of the base price as specified in the proposal, including
options, will be considered, although optional items may be added or deleted as deemed necessary by the
Corporation.

Request for Proposal 20/2011
Up to Two New Street Sweepers Page 6 of 21

Requirements:

The Corporation of the City of Thunder Bay, Facilities and Fleet Department, invites proposals for the Supply
and Delivery of Up to Two (2) New Street Sweepers, all in accordance with the following Schedule of
Prices, Specifications/Requirements, General Requirements and Terms of Reference.

Submissions should include, but not necessarily be limited to, the following:

1. Cost to the City of Thunder bay, F.O.B. Destination, (HST Extra);
2. A brief description of your firm its clients, its history, its projects, its staff;
3. A summary of your understanding of this proposal;
4. An outline of the product(s) and services to be provided;
5. Addressing all aspects in regards to the Scope of Work/Terms of Reference;
6. Client References and a list of clientele;
7. Contact persons, c/w phone numbers - communication;
8. Service and parts location and availability;
9. Warranty Details and Location;
10. Ergonomic and Safety Features;
11. Details of any Training and Instruction to be offered to the City of Thunder Bay in the use of the
equipment;
12. Suppliers are encouraged to submit more than one proposal (if applicable) and include value added
features related to Green equipment which reduces overall green house gas and smog pollution from
tailpipe.
13. Delivery Schedule;
14. Any other supporting information you may wish to include with your submission.

Address each and every paragraph and item in reference to the specifications of this proposal. Point by point
response is requested.

Specification

General

The Corporation of the City of Thunder Bay, Facilities and Fleet Department, requires theSupply and Delivery of
Up to Two (2) New Street Sweepers. The models to be supplied must be new and the current year's model in the
year delivered, 2011 or newer. Bidders must certify that the models offered are current year's manufacture.

The unit shall be a single engine, with elevator pickup, DUAL gutter broom, DUAL controls, equipped with
right and left hand brooms, fully adjustable air suspension seats and full dual operator controls allowing use in
direction of traffic, high dump type, with hydraulic driven brooms.

The elevator to be the conveyor or squeegee type and hydraulically driven.

The cab, chassis, and sweeper to be of a design for street sweeping with balanced axle weight distribution.

The vehicles to be offered fully equipped as specified and delivered to Thunder Bay.

Request for Proposal 20/2011
Up to Two New Street Sweepers Page 7 of 21

The roof and side walls to be reasonably insulated to provide thermal, noise and vibration protection as well as
protection from dust entering the cab. The design must be such as to allow condensation and moisture to drain
away.

The design shall also provide for adequate air wash/warm wall on the window areas to eliminate condensation
build-up on the windows and interior panelling.

The make, type and thickness of the proposed materials shall be stated and any floor insulation is to be described.

Interior noise levels under defined conditions set by CMVSS shall be provided and stated in terms of dBA.

The maximum operator cabin interior level to be no greater than 80 dBA

NOTE: All materials shall be certified asbestos free and meet all MINISTRY OF THE ENVIRONMENT
guidelines in effect at the time of manufacture.

Any errors or omissions in description will not exonerate the successful bidder from providing a safe, functional
unit as requested by The City of Thunder Bay.

The tendered shall be a manufacturer of vehicle equipment or his duly authorized agent.

All vehicles where applicable must conform to the latest Ministry of Transportation of Ontario and Ontario
Ministry of Labour/Health and Safety legislation and the relevant requirements of the CMVSS at time of
manufacturer.

Quotations on new older models will only be considered if offered as an alternate with the bid on the current
years manufacture. Bidders must certify that the model offered is the current years manufacture.

Note: All equipment/vehicles specified in this tender is subject to Budget Approval by City Council and
quantities may be adjusted and/or items cancelled based on availability of funding.

Where specific items are specified in regards to manufacturer and model, the Corporation will consider
approved equivalents providing the make and model being offered are equal to or exceed the items being
asked for in regards to design, quality, material, and performance.

The equipment shall be new and the latest models available including the latest modifications available at the time
of purchase.

The specifications in this tender request are the basic minimum requirements that are necessary to obtain the
desired performance, reliability and low cost of operation and maintenance.

It will be assumed that all requirements of this specification have been complied with unless otherwise stated in
the tender submission..

If it is found after delivery that any of these requirements have not been met, the manufacturer will be required to
correct the condition at their own expense in Thunder Bay.

The place of vehicle manufacture shall be shown.
Request for Proposal 20/2011
Up to Two New Street Sweepers Page 8 of 21


The recommended fuel and lubricants for the proposed vehicles must be available from local distributors

Delivery, Acceptance and Payment

The City of Thunder Bay will not make any payment until all items/terms applicable to this tender have been
included/completed to the entire satisfaction of the City of Thunder Bay.

The City may request to inspect any vehicle/equipment/product at the local premises of the vendor/supplier (or
representation of such) prior to the actual delivery. Delivery of such must be first approved by the City
Representative listed (or designate) within this tender.

Vendor(s) shall not assume that physical delivery to the City implies full acceptance of the unit.

Specifications

In Detail

The following specification is based upon a 2011 ELGIN PELICAN P Street Sweeper. The City of Thunder
Bay has determined that this product is a minimum for the City's needs in safety, quality, performance, and
standardization. This specification is not to be interpreted as restrictive, but rather as a measure of the safety,
quality and performance against which all sweepers bid will be compared.
Vendors are encouraged to offer more than one sweeper model or type which exceeds the minimum
criteria in this proposal.

The following specifications are requirements for up to two new street sweepers to be purchased by The City of
Thunder Bay subject to budget approval.

Any deviation from the specifications provided by this tender must be submitted as an alternate. any changes
which the manufacturer wishes to introduce during construction of any vehicle ordered

Compliance
fill in notes for each item
1.0 CHASSIS ENGINE
1.1 Diesel engine -4 cylinder, turbocharged, dynamically counter
balanced, 276 cu/in. (J ohn Deere 4045T or equal). 2010 EPA
engine emission standards.

1.2 Horsepower rating 99 HP @ 2500 RPM
1.3 Engine to be rubber mounted
1.4 Engine to have individually replaceable wet sleeve cylinder liners.
1.5 Air cleaner to be dual element safety dry-type.
1.6 Anti-freeze/water mixture to be rated at -40 degrees.
1.7 Diesel fuel tank to have a minimum capacity of 35 U.S. gallons.
1.8 Steering system to have a manual override.
1.9 Engine shutdown to be included which protects against damage
when either low oil pressure or high coolant temperature
conditions occur.

Request for Proposal 20/2011
Up to Two New Street Sweepers Page 9 of 21

1.10 Air pre-cleaner to be provided to further protect sweeper engine.
1.11 Filters to be removable for servicing and replacement.
1.12 Engine should have oil drain plug located outside of engine
compartment for easy access .ie access from under side of chassis.

2.0 HYDROSTATIC TRANSMISSION
2.1 Pump to be variable displacement with separate variable
displacement wheel drive motors.

2.2 Power to be evenly distributed through planetary torque hubs.
2.3 Power to be transferred from wheel drive motors to planetary
torque hubs without side loading.

2.4 Hubs of wheels to contain drum for drum braking system.
2.5 Single foot pedal to automatically produce required torque at a set
pressure

2.6 To prevent the possibility of contamination and the resulting
damage to the transmission system, transmission to be protected
by 10 micron filter with cab restriction indicator.

2.7 Single foot pedal to control both forward and reverse directions.
3.0 BRAKES
3.1 Service brakes to be full power, enclosed, hydraulic, internal
expanding shoe type.

3.2 For safety, the hydrostatic system to be equipped with a priority
relief valve to enable the sweeper to gradually coast to a stop
when the accelerator pedal is released

3.3 For safety, loss of engine power will not automatically engage
brakes.

3.4 For safety, loss of hydraulic power will not automatically engage
brakes.

3.5 For safety, neither brake engagement nor disengagement will be
dependent upon the engine running.

3.6 For safety, neither brake engagement nor disengagement will be
dependent on any electrical circuit.

3.7 A parking brake with conveniently mounted cab control will be
positively and mechanically applied to drive axle.

3.8 Neither parking brake engagement nor disengagement will be
dependent on any electrical circuit.

4.0 HYDRAULIC SYSTEM
4.1
Power to be provided by shaft and gear driven pumps.

4.2
Hydraulic reservoir to be not less than 28 gallons, baffled and with sight
gauge.

4.3
Test ports to be at staggered height, including individual ports for
sweeping functions, hopper functions and propulsion.

4.4
To prevent contamination of the reservoir during the dump cycle, the
reservoir vent to be equipped with 10 micron, spin on filter.

4.5
To prevent the possibility of contamination and the resulting damage to
the hydraulic system, suction lines for drive to have 10 micron filter with
cab mounted restriction indicator.

4.6
To prevent the possibility of contamination and the resulting damage to
the hydraulic system, return lines for drive to have 10 micron filter with

Request for Proposal 20/2011
Up to Two New Street Sweepers Page 10 of 21

cab mounted restriction indicator.
4.7
To prevent contamination of the reservoir when adding hydraulic fluid,
all oil added to pass through a 10 micron filter located within the fill
spout.

4.8
To maximize cooling efficiency and permit thorough cleaning, the
hydraulic cooler to be mounted along side the water radiator.

4.9
Cooler to be protected by a 125 PSI bypass valve.

4.10
To minimize environmental damage caused by leaking hydraulic
fittings, all pressure hydraulic fittings to be flat-face "O" ring or "O" ring
boss type.

4.11
All circuits to have quick disconnect check ports.

5.0 ELECTRICAL
5.1 Unitized alternator/regulator to be not less than 120 ampere.
5.2 Battery to be maintenance free, 12 volt, 180 minimum reserve,
925 CCA.

5.3 For safety, all electrical circuits to be protected with automatically
self-resetting circuit breakers which do not require any action by
the operator to reset.

5.4 All lighting to be Ontario approved including combination stop
and tail lights, sealed multiple beam headlights, high beam - low
beam switch, adjustable side broom spotlights, illuminated gauges
and instrument panel, internally illuminated rocker switches, self
canceling directional signals, and hazard switch. Use of LED type
lighting preferred.

5.5 For ease of electrical "trouble shooting", all wiring to be
harnessed, identified by color coded and word coded wires (i.e.
"Ignition", "Headlight" etc.) every four inches.

5.6 All terminals and electrical splices to be crimped and soldered.
5.7 To prevent deterioration from oxidation all electrical splices to be
fully and completely insulated with heat shrinkable tubing.

5.8 All electrical connections to be sealed with weatherproof,
polarized connectors.

5.9 Supply and install a rotating beacon light Star 23803 LED
programmable beacon with easily replaced amber lens.

5.10 A light protector to be provided for rotating beacon or strobe light.
5.11 Two main broom floodlights and backup lights to be provided.
In addition a single flood light shall be positioned at each side
broom to fully illuminate the broom position and activity while
sweeping.

5.12 Supply and install 12 guage wiring in cab for owner installed 2
way radio. Wiring to be fused separately and operate with ignition
key on or in accessory on.

5.13 Supply and install rear mounted arrow board sign assembly to
meet /exceed Ontario Traffic Manual Book 7 guidelines for non
freeway conditions. Sign shall include LED lamps and orange
reflective sign backing and allow arrow right, arrow left, straight
line, or both arrows
Complete with in cab mounted controls in easy reach of the

Request for Proposal 20/2011
Up to Two New Street Sweepers Page 11 of 21

operator.
Supply details of the signage offered.
5.14 Supply and install metal Slow moving vehicle sign on the rear of
the vehicle to meet Ontario Highway Traffic Act standards.

6.0 TIRES/WHEELS
6.1 Front drive tires to be tubeless radial tires, 11R22.5 (14 Ply Rated)
mounted on steel disc wheels.

6.2 Dual rear tires to be tubeless radial tires, 10R17.5 (16 Ply Rated)
mounted on steel disc wheels.

6.3 To reduce chassis fatigue, sweeper to be equipped with fully
sprung guide wheel strut utilizing two large heavy duty springs
concentrically mounted around two smaller springs.

7.0 CAB
7.1 Instrument panel to be full vision illuminated with:
Tachometer
Hour meter
Speedometer
Odometer
Fuel gauge
Hydrostatic oil temperature gauge
Water temperature gauge
Oil pressure gauge
Voltmeter gauge
Hydraulic filter/drive filter indicator
Engine air intake restriction indicator.

7.2 Cab glass area for full sweeping visibility to be as large as
possible

7.3 For safety and maximum operator visibility, door windows will
have the largest glass area possible to allow the operator to have
full view of the sweeping operation at the side brooms

7.4 All glass windows will be tinted safety glass. Front window area
shall be a minimum of 1700 square inches for optimum forward
visibility.

7.5 For safety, minimum cab visibility to be approximately 360
o

without using mirrors.

7.6 For operator safety, two cab doors right and left will be rear
opening (hinged at front).

7.7 Right-hand and left-hand seat will be cloth upholstered, foam
cushioned bucket type with torsion suspension mounting and seat
belts.

7.8 Sweeper will include one (1) inside rear view mirror and two (2)
outside west coast type convex mirrors.

7.9 To maximize operator visibility, outside mirrors to be mounted
forward of the drive wheels.

7.10 For safety during night sweeping, rocker switches to be internally
illuminated so that they can be readily identified without the use
of the cab dome light.

7.11 Windshield wiper to be variable speed with wet wiper arms for
Request for Proposal 20/2011
Up to Two New Street Sweepers Page 12 of 21

windshield washing
7.12 Interior of cab to be lined with acoustical insulation, have
automotive type trim, and center console.

7.13 Dash to be faced with soft molded plastic.
7.14 There shall be a soft textured steering wheel with center horn at
the operator position. Steering wheel shall be tilting and adjustable
to accommodate operators.

7.15 Sweeper will have an automatic electronic back-up alarm.
7.16 Sound levels within the cab will not exceed OSHA standards.
7.17 Door latch systems will be CMVSS approved.
7.18 Doors and ignition shall be keyed alike. Any units shall have
different keying from the other. Supply 4 sets of keys for each unit
delivered.

7.19 Supply and install quality am/fm radio with CD and quality 4
speaker system with operator controls,

8.0 CHASSIS
8.1 Minimum configuration as a three (3) wheeled, rear steer model.
8.2 For safety, steering strut with dual tires.
8.3 To protect the target dump vehicle receiving the hopper discharge,
sweeper to have permanently fixed heavy duty steel bumpers with
rubber padding, capable of limiting the forward movement of the
sweeper before the chassis can impact the target dump vehicle.

8.4 For maximum strength, chassis should be unitized and wishbone
reinforced. Bolt together chassis is not acceptable due to limited
structural strength. Cab should be isolation mounted for cleaner,
quieter operation.

8.5 Chassis to have front and rear tow hooks.
8.6 Both engine compartment doors to have raising assist cylinders
with safety latches to ensure doors do not drop closed upon failure
of a door prop cylinder.

8.7 Rear axle to be strut type, having a minimum capacity of 7,400
lbs.


8.8 Front axles to be stub type, each having a minimum capacity of
10,000 lbs.

8.9 Cab interior environment to be fully pressurized conditioned by
air conditioner / fresh air heater / ventilator / defroster with 6
adjustable vents and dome light.

8.10 No portion of the air conditioning system to protrude above the
cab roofline.

8.11 A sliding rear window for manual ventilation to be provided.
8.12 Dual limb guards to be supplied which protect both sides of the
Pelican and direct low tree branches up and over the sweeper. A
crossbar is to be included to strengthen the limb guards on both
sides.

8.13 A deluxe air suspension seat to be provided at the right side
operator station fully adjustable with arm rests, full lumbar
support,

Request for Proposal 20/2011
Up to Two New Street Sweepers Page 13 of 21

8.14 A deluxe air suspension seat to be provided at the left side
operator station fully adjustable with arm rests, full lumbar
support,

8.15 Provide an option price to supply and install an automatic
lubrication system to provide appropriately timed grease
application to all greasable points for the sweeper. Provide
technical details and pricing options.

8.16 All chassis enclosed areas not fully sealed to be provided with
drain holes to allow any accumulated water to drain and
reasonable maintenance access doors/ports to allow cleaning and
or access to those areas.

9.0 SIDE BROOM
9.1 Side broom to be hydraulic, direct drive vertical digger type
mounted on right and left sides.

9.2 To provide flexibility for varying sweeping conditions, broom
speed to be variable, (90 RPM to 160 RPM), by operator from cab
while moving independent of sweeping speed.

9.3 Broom down pressure to be adjustable by operator from the cab
while sweeping.

9.4 Each broom to consist of four (4) replaceable plastic segments,
filled with 26" long tempered wire.

9.5 Broom diameter to be not less than 36", protruding not less than
13" beyond outside of tire while sweeping.

9.6 Tilting of right side broom to be variable from the cab. An
electrically controlled linear actuator shall allow the operator to
tilt the side broom inward and outward from the cab, while
sweeping.

9.7 Tilting of left side broom to be variable from the cab. An
electrically controlled linear actuator shall allow the operator to
tilt the side broom inward and outward from the cab, while
sweeping. System shall include side broom position indicators
located within the cab.

10.0 MAIN BROOM
10.1 Main broom to be hydraulic, direct drive, 35" diameter and approx
66" long.

10.2 To provide flexibility for varying sweeping conditions, main
broom speed to be variable, (80 RPM to 140 RPM), by operator
from cab while moving independent of sweeping speed.

10.3 Main broom to be prefab disposable type, polypropylene strip type
with steel reversible core

10.4 Main broom to be double wrapped at both ends.
10.5 Sweeping path to be not less than 8 feet wide with one gutter
broom activated.

10.6 Main broom suspension to be hydraulic, allowing the operator to
regulate the positive down pressure exerted on main broom, from
the cab while moving. System shall include main broom position
indicators located within the cab.

11.0 CONVEYOR
Request for Proposal 20/2011
Up to Two New Street Sweepers Page 14 of 21

11.1 Conveyor to be heavy duty - no jam hydraulically driven and
able to load hopper to 100% of rated useable capacity.

11.2 Conveyor to be reversible in direction without stopping or
reversing any broom.

11.3 Conveyor to be capable of effectively sweeping debris of varying
sizes (from large bulky trash 6" in height to fine sand) without the
need to make any adjustments to the conveyor system.

11.4 To reduce wear on all conveyance components, a conveyor belt
having molded cleats shall carry, not drag, debris to the hopper.

12.0 HOPPER
12.1 For safety, the hopper to be front dumping, allowing an operator
to observe the dump target and surrounding area at all times from
the cab, without the use of mirrors.

12.2 Hopper dump at varying heights ranging from ground level
through a height of 9-1/2 feet.

12.3 Hopper to have a dumping reach of 33 in. forward.
12.4 To extend wear life, all moving parts and tilt pins shall be
greaseable.

12.5 Dump cycle to be not more than 60 seconds.
12.6 Volumetric capacity to be not less than 3.5 cubic yards. The
hopper shall be sealed sufficiently to prevent material spillage
during traveling.
State safe weight capacity rating of debris dump hopper. (kg)

12.7 A hopper liner system to be provided to protect the hopper against
corrosion and wear and to facilitate the removal of the debris
when dumping. This liner system shall provide protection such
that the hopper will be warranted for the life of the sweeper. Bare
steels including stainless steels are unacceptable as they do not
provide sufficient protection for long term abrasive wear.

13.0 WATER SYSTEM
13.1
Tank capacity 800 litres.

13.2 Tank to be constructed of non-rusting material (polyethylene or 7
gauge type 304 stainless steel). Because epoxy lining has the
potential to chip and flake off causing clogs in the water system,
water tank constructions containing epoxy liners will not be
accepted. STATE TANK CONSTRUCTION:
_______________________

13.3
Pump to be centrifugal type capable of running dry.

13.4
Water fill gauge to be visible from normal operating position.

13.5
Sweeper to be equipped with an automatic internal hopper/conveyor
flush and wash down system.

13.6
Water fill hose to be not less than 16' 8" in length, equipped with 2-1/2"
NST hydrant coupler.

13.7
Storage basket to be provided for fill hose.

13.8
A conveyor lower roller cleanout to be provided.

13.9
Anti-siphon protection for water fill to be provided.

13.10
Spray nozzle systems to be installed at each broom

14.0 CONTROLS
Request for Proposal 20/2011
Up to Two New Street Sweepers Page 15 of 21

14.1 All sweeper controls to be mounted on a central control console
with locking ignition for use from either right or left positions.
This allows the operator to view all important information from
either operating position.

14.2 The controls to include all sweep, spray water, and lighting
functions.

14.3 The controls for sweep, spray water, and lighting functions shall
be conventional rocker switches.

14.4 Rocker switches to be clearly identified by name and international
symbol.

14.5 Hydraulic functions to be controlled by electric rocker switches.
14.6 Hopper dump functions to be controlled by a single "joy" stick.
Multiple levers shall not be acceptable.

15.0 PAINT
15.1 All visible exterior metallic surfaces to be coated prior to
assembly with polyester powder coat. The paint must be a
minimum of 2 mils thick.

15.2 Exterior Color to be safety yellow
15.3 Undercarriage steel areas to be matt black paint finish
16.0 MANUALS/DRAWINGS
16.1 Two (2) operator's manuals must be provided with each unit
delivered.

16.2 Two (2) copies - parts and service manuals (one copy CD Rom
Format) for model year delivered.

16.3 Complete recommended maintenance procedures for all
components supplied by the vehicle manufacturer to meet the
requirements of the
specifications.

16.4 Specification or a list of approved products for fuel and all
lubricants.

16.5 Specify if re-refined products are sanctioned by all manufacturers.
16.6 Two (2) copies of both schematic and detailed wiring diagrams for
all electrical circuits in the vehicle supplied. Electrical diagrams
shall be clear and easily understood.

16.7 Complete piping diagrams for the hydraulic and water systems to be
supplied for each model year supplied

16.8 Schematic flow diagrams for the hydraulic system, heating and
ventilating air systems, and heater and engine coolant systems to be
supplied

16.9 The successful bidder shall supply a complete diagnostic kit (reader)
capable of necessary electrical system trouble shooting.

16.10 Two (2) copies of the grease chart shall be supplied.
16.11 Manuals for all other accessories.
16.12 All necessary hardware/software to either program or troubleshoot
any or all electrical components or systems must be provided at no
additional cost.

17.0 PERFORMANCE DATA
Request for Proposal 20/2011
Up to Two New Street Sweepers Page 16 of 21

17.1 Maximum engine governed speed (rpm, torque, horsepower) State:

17.2 The rear axle ratio offered to meet the designed road speed State maximum designed
travelling road speed (km):

17.3 Operating tire pressures front and rear (radial tires) State:

17.4 Torque and horsepower curves for the engine to be supplied when
equipped with accessories as specified.
State:


17.5 Torque and horsepower curves for the engine to be supplied when
equipped with accessories as specified.
State:


17.6 Fuel consumption curves. Simulated computer graphs to be supplied
17.7 Gradeability and acceleration curves for operation of vehicle
complete with all accessories required to meet the specification
Provide
17.8 Gradeability curves must show the maximum constant sweeping
speed at which the vehicle will climb grades up to 15 percent
Provide
17.9 Acceleration curves must show the maximum time required for the
vehicle to accelerate from a standstill to governed speed on a level
road as well as grades up to 15 percent
Provide
18.0 WARRANTY
18.1 All bidders shall provide a clear statement of the general warranty
provided as well as the warranty covering all major components.
This warranty should clearly describe the terms under which the
vehicle manufacturer or his sub-contractors accepts responsibility
for the cost to repair defects caused by faulty design, workmanship
or material and or where the repair is to take place

18.2 All bidders must provide a comprehensive description of extended
warranties available for all components as well as the main structure
along with associated additional costs

18.3 Where the vendor requests the owner to provide warranty repair
service the owner will be assigning to the warranty service order a
shop rate of $ 85.00 per hour

18.4
Manufacturer's warranty to be not less than one (2) years on entire
vehicle. Include additional information as required to explain the
warranty inclusions and or exclusions

18.5
State warranties included in base bid (hours/years) for :


Engine
State:

Transmission
State:

Chassis
State:

Conveyor system
State:

Hydraulic system
State:

Hopper
State:

Electrical operating system
State:

Sweeper structure and paint finish
State:

Include additional information as required to explain the warranty
inclusions and or exclusions for each section.

Request for Proposal 20/2011
Up to Two New Street Sweepers Page 17 of 21

18.6
State additional/optional warranties available for the following areas.
Include additional information as required to explain the warranty
inclusions and or exclusions:


Engine
State:

Transmission
State:

Chassis
State:

Conveyor system
State:

Hydraulic system
State:

Hopper
State:

Electrical operating system
State:

Sweeper structure and paint finish
State:
19.0 DRIVER TRAINING AND VEHICLE ORIENTATION
19.1 The successful bidder shall provide instruction to four Fleet Driver
Training Staff by a Factory Representative at no additional cost to
the Corporation
Driver Training to be done in Thunder Bay.


Parts, Service and Warranty

A parts and service depot for all components should be located and maintained in the Thunder Bay area.

State Name & Address of proposed Thunder Bay Warranty/Service Depot

________________________________________________________________________________________

________________________________________________________________________________________

________________________________________________________________________________________

State Firm Name and Exact Address, c/w Phone Number
Provide contact information complete with names, positions, exact locations, addresses, phone numbers, e-mail
addresses, etc. in regards to service that will apply to this contract.

__________________________________________________________________________________________

__________________________________________________________________________________________
Request for Proposal 20/2011
Up to Two New Street Sweepers Page 18 of 21

State Response Service Time and any other pertinent Service details

__________________________________________________________________________________________

__________________________________________________________________________________________

__________________________________________________________________________________________
State full particulars re warranties
_________________________________________________________________________________________

_________________________________________________________________________________________

_________________________________________________________________________________________

State full particulars re maintenance
_________________________________________________________________________________________

_________________________________________________________________________________________

_________________________________________________________________________________________
Performance, Material Warranty and Maintenance requirements should be fully stated and attached to this
proposal.

Past Users/References

Bidders are to provide information demonstrating that their firm has, within the last 5 years, been awarded similar
business.
List current or past users of the services being offered and the locations where they were used. Provide contact
names and phone numbers and some description of the project and scale.

1) _________________________________________________________________________
_________________________________________________________________________
_________________________________________________________________________

2) _________________________________________________________________________
_________________________________________________________________________
_________________________________________________________________________

3) _________________________________________________________________________
_________________________________________________________________________
_________________________________________________________________________
Submission of a Proposal authorizes the City of Thunder Bay to contact all references provided.
Failure to provide References & Details of Experience may result in this RFP not being considered.
List similar equipment in Thunder Bay and elsewhere where vendor equipment is currently used.
Request for Proposal 20/2011
Up to Two New Street Sweepers Page 19 of 21


__________________________________________________________________________________________
__________________________________________________________________________________________
__________________________________________________________________________________________

Health and Safety Properties of Product

The Corporation of the City of Thunder Bay recognizes and promotes good health and safety in order to prevent
injuries and occupational illnesses.

All equipment supplied under this contract must meet or exceed all Municipal, Provincial and Federal
Regulations regarding employee health and safety.

Successful bidder(s) must be prepared and will be expected to demonstrate, illustrate and make aware of all
applicable features of the equipment being purchased by the City in regards to health and safety concerns.


State Health & Safety Properties of Product
_______________________________________________________________________________________

_______________________________________________________________________________________

_______________________________________________________________________________________

_______________________________________________________________________________________

Successful bidder(s) must be prepared and will be expected to demonstrate, illustrate and make aware of all
applicable features of the equipment being purchased by the City in regards to health and safety concerns.

All Technical Service Bulletins (TSBs) applicable to these vehicles are to be supplied and forwarded as they
are issued to:

City of Thunder Bay
Facilities & Fleet Department
P. O. Box 800
155 Front Street
Thunder Bay, Ontario P7A 7W7
Attn: Jim Suffak Manager, Fleet Services Division
Phone: (807) 684-2719 Fax: (807) 345-1909
Request for Proposal 20/2011
Up to Two New Street Sweepers Page 20 of 21

Proponents Understanding

It is understood and agreed that the proponent has by careful examination, satisfied himself as to the nature and
location of the work, the quality and quantity of services/materials to be encountered, the character of materials,
labour and facilities needed in the completion of the work.

Submission of a proposal indicates acceptance by the firm of the conditions contained in this Request for Proposal,
unless clearly and specifically noted in the proposal and in any contract between the City and the firm(s) selected.


(This page is to be completed and returned with your submission)


REQUEST FOR PROPOSAL 20/2011





___________________________________________________________________________________________________________
PRINT COMPANY NAME

___________________________________________________________________________________________________________
MAILING ADDRESS

___________________________________________________________________________________________________________
CITY PROVINCE POSTAL CODE

___________________________________________________________________________________________________________
PHONE NUMBER FAX NUMBER CELLULAR NUMBER


E-MAIL ADDRESS COMPANY WEB SITE


___________________________________________________________________________________________________________
SIGNATURE OF AUTHORIZED OFFICIAL POSITION/TITLE

____________________________________________________________________________________________________________
PLEASE PRINT NAME CLEARLY DATE



Request for Proposal 20/2011
Up to Two New Street Sweepers Page 21 of 21


SCHEDULE OF PRICING

The price(s) quoted include all duty, taxes (other than HST), customs, clearances, cartage, freight and all other
charges now or hereafter imposed or in force and is a Total Firm Price. Harmonized Sales Tax (HST) to be extra.
and shown separately on invoicing.

A cash discount of ___________% will be allowed if accounts are paid within __________ days after the receipt
of the bill for goods that are acceptable. Terms of Payment (cash discount) will be taken into consideration as
part of the award.

I/We guarantee delivery of the following described vehicles to the Thunder Bay Mountdale Service Facility, 410
Mountdale Avenue, Thunder Bay, Ontario, within __________days after notification of the award of tender.




I/We offer one (1) new mechanical street sweeper for purchase order issued up to June 2011

__________________________________________________________________________________________
(MAKE) (MODEL) (YEAR)

For a Firm Price of $_____________________/EACH $__________________________/TOTAL
(HST Extra)




I/We offer one (1) new mechanical street sweeper for purchase order issued up to June 2012

__________________________________________________________________________________________
(MAKE) (MODEL) (YEAR)

For a Firm Price of $_____________________/EACH $__________________________/TOTAL
(HST Extra)

Prices must be firm for 90 days from proposal closing date to allow for municipal approvals and contract
processing.




From:
___________________________
___________________________
___________________________

THE CITY OF THUNDER BAY
MATERIALS MANAGEMENT DIVISION
VICTORIAVILLE CIVIC CENTRE
111 SYNDICATE AVE S (main floor)
PO BOX 800
THUNDER BAY ON
P7C 5K4



PROPOSAL # ____________________

CLOSING DATE

_________________________________
















When Downloading Proposal Documents, cut or fold this page in half and Affix this
ADDRESS LABEL to your proposal submission envelope.
Please indicate the Proposal #. Also include your firms name in the top left corner.

Potrebbero piacerti anche