Loading...
HomeMy WebLinkAboutRequest for Proposal: RFP-OP15-70 - Supply of 2 Low Profile Single Axle Recycle TrucksPage 1 of 36 Issued: November 2015 City of Maple Ridge REQUEST FOR PROPOSAL PROJECT: RFP-OP15-70- Supply of two (2) Low Profile Single Axle Recycle Trucks with Custom Body and Twin Steering Stations – New Model Only The City of Maple Ridge is inviting Proposals for the supply of two (2), new model only, Single Axle Low Profile Recycle Refuse Trucks with Custom Body and Twin Steering Stations. The Request for Proposal is posted and available for download on the BC Bid website: www.bcbid.gov.bc.ca. The successful Proponent will be required to provide a Performance Bond and Labour and Material Payment Bond, each in the amount of 50% of the Contract Price. Proposals should be accompanied by the specified Consent of Surety. Three (3) copies (one original and two copies) of Proposals are requested to be submitted in a sealed packaged clearly marked “RFP-OP15-70 – Supply of two (2) Low Profile Single Axle Recycle Trucks with Custom Body and Twin Steering Stations” to the undersigned on or before the closing date and time of 2:00 P.M. Local Time, December 17, 2015. City of Maple Ridge 11995 Haney Place, Main Floor (Reception Desk) Maple Ridge, BC, V2X 6A9 Attn: Nichole Walsh, Purchasing Supervisor If your Proposal arrives after the closing date and time noted above, the City reserves the right entirely at its discretion to give or not give such Proposals consideration. The City will not accept Proposals transmitted by fax or electronic mail. There will be no public opening for this Request for Proposal. No information will be disclosed from the time of Bid opening to the time a contract is awarded. Once a contract has been awarded the successful Proponent’s name will be available upon request. All Proposals become the property of the City of Maple Ridge and are subject to the Freedom of Information and Privacy Legislation. The City of Maple Ridge reserves the right to reject any or all Proposals or to accept the Proposal deemed most favorable in the interest of the City. The lowest or any Proposal may not necessarily be accepted and the City will not be responsible for any cost incurred by the Proponent in preparing the Proposal. For all inquiries, contact Nichole Walsh, Purchasing Supervisor, at the City of Maple Ridge nwalsh@mapleridge.ca or Tel: 604-476-2610, Fax: 604-466-4328. All queries related to this RFP shall be submitted no less than five (5) Business Days prior to the Closing Date. RFP-OP15-70 Part A - Instructions to Proponents Page 2 of 36 Issued: November 2015 INSTRUCTIONS TO PROPONENTS Definitions The following words and terms, unless the context otherwise requires, will have the meanings set out below: “Closing Time” means the closing date, time and place as set out on the title page of this RFP. “Contract” means the Agreement formed between the City and the successful Proponent by method of “Contract Award Letter”. “City” means the City of Maple Ridge. “City’s Representative” will mean the employee of the City designated to administer work under this contract. “Proposal” means a proposal submitted in response to this RFP. “Proponent” means a responder to this Request for Proposals. “RFP” means this Request for Proposal document in its entirety, including any amendments, and/or clarifications pertaining to this RFP that may be issued prior to the Closing Time. “Requirements” means all of the specifications, and requirements set out in the RFP. “Supplier” will mean the party awarded the contract by the City. Alternatives The Proponent’s basic Proposal should conform strictly to the requirements of the Request for Proposal documents and may also submit an alternative which is superior to or less costly than the basic Proposal. Terminology Terminology such as, “must”, “shall”, “should”, or “may” identify the criticality of requirement. The terms “must”, and “shall”, are mandatory terms. “Should” and “may” are preferred, but less desirable and may affect the overall rating of the Proposal. Proposal Form and Content Proposals should be submitted on Part C - Specifications and Part D – Form of Proposal provided. Additional pages may be included if necessary. The original plus two copies are to be submitted (three (3) copies total) Unless specifically requested, the inclusion of corporate brochures and narratives are discouraged. The legal name and address of the Proponent is to be used when signing the Proposal documents. All costs incurred by Proponents in the preparation and presentation of their Proposal will be at their own expense. RFP-OP15-70 Part A - Instructions to Proponents Page 3 of 36 Issued: November 2015 Discrepancies or Omissions Proponents finding discrepancies or omissions in the Request for Proposal documents, or having any doubts to the meaning or intent of any part thereof, should immediately notify the Purchasing contact, which may send instructions or explanations to all Proponents on record with the City. Addenda or correspondence issued during the Request for Proposal period shall be considered part of this document and become part of the final Contract documents. Except as provided by the above paragraph, no additions or deletions from the contents of these documents will be permitted. Proposal Validity It is preferred that the Proposal be open for acceptance for 90 days. Under Part D - Form of Proposal the Proponent is required to state the time duration their Proposal will be valid for. The City may request to extend the Proposal validity duration beyond the stated time with written notice to the Proponents. Late Proposals At the City’s sole discretion, it reserves the right to accept or reject Proposals received after the closing time. Acceptance and Rejections of Proposals The lowest price Proposal or any Proposal will not necessarily be accepted. The City reserves the right to accept a Proposal which, in its unfettered discretion, is deemed most advantageous to the City. The City also reserves the right to reject any or all Proposals, in each case without giving any notice, and without liability to any Proponent or Proponents. The City reserves the right, in its sole discretion, to negotiate with any or all Proponents. No “Contract A” obligation is formed as a result of this Invitation to Proposal. Proposals that contain qualifying conditions or may otherwise fail to conform to the Instructions to Proponents may be disqualified or rejected. The City also reserves the additional right, in its sole discretion, to waive irregularities in the Proposal form, whether of a minor or a major nature. Notwithstanding any other provision in the RFP document, the City has in its sole discretion, the unfettered right to:  accept any Proposal;  reject any Proposal;  reject all Proposals;  accept a Proposal which is not the lowest Proposal;  accept a Proposal that deviates from the Requirements, Specifications or the conditions specified in this RFP; RFP-OP15-70 Part A - Instructions to Proponents Page 4 of 36 Issued: November 2015  reject a Proposal even if it is the only Proposal received by the City;  accept all or any part of a Proposal; and  split the Requirements between one or more Proponents. Purchase Approval Prior to the award of a contract all equipment to be purchased may require approval by Maple Ridge Municipal Council. Specifications Specifications are shown in Part C. Models and options proposed are to be stated and their respective specifications submitted. Proponents should submit with the Form of Proposal, detailed scale drawings of the products proposed or brochures showing all measurement if proposing a pre-fabricated body. All Proposals must be on new production models. The make, model and year must be clearly shown on the Form of Proposal. Contract Award This RFP is NOT an order for goods or services, nor does it form a Contract with any Proponent. A Contract will be formed only when the City issues a Contract Award Letter to the successful Proponent. Any resulting Contract will include all information contained within this RFP document, any addendums, the Proponent’s Proposal, and negotiations, if any, initiated by the City. Contract Negotiation The City reserves the right to negotiate specific terms of the contract with the short-listed Proponent prior to the final award of the contract. Qualifications and Experience All Proponents should submit satisfactory evidence as required to demonstrate that they have the qualifications and sufficiently trained and experienced personnel to complete the requirements of the contract to the satisfaction of the City. The City reserves the right to make the final decision, as it sees fit, as to whether or not the Proponent(s) that respond to this Request for Proposal can satisfy this requirement. Sub Contractors Qualifications and Experience All Proponents should submit a complete list of the subcontractors, if any, that the Proponent will use for the Work including full names and satisfactory evidence as required to demonstrate that these subcontractors have the qualifications and sufficiently trained and experienced personnel to complete the requirements of the contract to the satisfaction of the City. The City reserves the right to make the final decision, as it sees fit, as to whether or not the Proponent(s) list of subcontractors can satisfy this requirement. RFP-OP15-70 Part A - Instructions to Proponents Page 5 of 36 Issued: November 2015 References The City requests that Proponents provide with their Proposals a list of companies with which they are currently or have recently supplied equipment which is identical or similar to that which you are proposing in this Request for Proposals. Please show date of contract, business name, contact name, and phone number for each reference. Prices All prices are to be in Canadian currency excluding taxes. Specify any other prices separately on Part D - Form of Proposal. In cases of a discrepancy found between the unit price and the total amount, the unit price shall be considered as being the intention of the Proponent. Prices are to remain firm up to the date you have specified on the Form of Proposal. Bonds Bid Bond – A bid bond is not required for this RFP. Performance and Labour & Materials Bond - The Proponent should submit as part of the Proposal a Consent of Surety, issued by a surety licensed to carry on the business of suretyship in the province of British Columbia, in a form reasonably satisfactory to the Owner. The Consent of Surety is to guarantee that a performance bond and a Labour and Material Payment Bond each equal to fifty percent (50%) of the total proposal price plus GST, including the Contractor’s obligations during the Maintenance Period, is issued by a surety licensed to carry on the business of suretyship in the province of British Columbia, and in a form reasonably acceptable to the Owner. The Consent of Surety shall remain in force for a period of two (2) years after the completed work is accepted by the Owner. The costs of all bonds shall be included as an optional line item in the Proposal price, Part D – Form of Proposal. . Environmental/Social Impact Proponents are to provide information regarding its organization’s particular environmental and/or social impacts. Proponents may wish to provide a statement, including any supporting documentation, that addresses how its organization [minimizes: waste emissions, the use or generation of harmful substances, the use of non-renewable resources and, substitutes a renewable resource or recycled content and post consumer waste, and/or maximizes energy and materials efficiently], [and/or involves actions which contribute to social development or assists in the conservation or development of social capital either in this community or elsewhere.] Proponents are also encouraged to also provide innovative techniques or methods that incorporate environmentally sustainable practices into the goods or services being proposed. RFP-OP15-70 Part A - Instructions to Proponents Page 6 of 36 Issued: November 2015 Evaluation Criteria Proposals will be evaluated on the basis of the overall best value and suitability to the City based on quality, performance, costs, delivery, and any other criteria set out herein including:  Proponents ability to meet the product requirements;  Proven experience in delivering similar or identical products, including subcontractors;  Proponents ability to deliver the final product when and where required;  Proponents financial offer including but not limited to prices, operating and maintenance costs, technical support, and any other life cycle considerations;  Warranty Program;  Ease of Service and Parts availability;  Proposal form and content, quality of proposal including innovative concepts;  Environmental/Social Impact, and  Any other criteria set out in the RFP or otherwise reasonably considered relevant. Inspection of Vehicle Prior to accepting delivery of the final product, the City will fully inspect the vehicle for any discrepancies or errors. If discrepancies or errors are found the City may or may not accept delivery of the vehicle(s) and may or may not require the Supplier to fix or repair them to the City’s satisfaction. Demonstrations Prior to the award, the City may request a demonstration to employees of the model bid for evaluation. This demonstration is to be at no cost to the City. Failure to comply with this request may be cause for rejection. The decision to request a demonstration lies solely with the City. Training The City reserves the right to request a reasonable amount of training time on safety and the correct operating procedures for employees who will be using the equipment offered. Should it be applicable, please specify any additional charges for training on Part D - Form of Proposal. Delivery All deliveries are to be F.O.B. Destination, City of Maple Ridge, Operations Centre, 23925 Dewdney Trunk Road, Maple Ridge, B.C. Please note:  City of Maple Ridge Shop Technician to approve cab & chassis before truck is sent to body builder; proponent to cover cost of travel (airfare only) if outside of the Metro Vancouver Regional City;  City of Maple Ridge Shop Technician to approve entire unit before delivery is accepted; proponent to cover cost of travel (airfare only) if outside of the Metro Vancouver Regional City. Delivery charges, if applicable, and the delivery time required following receipt of order, are to be stated on the Form of Proposal. RFP-OP15-70 Part A - Instructions to Proponents Page 7 of 36 Issued: November 2015 Conflict of Interest Proponents shall disclose any conflict of interest or potential conflicts of interest and existing business relationships they may have with the City. If requested by the City, Proponents must provide all pertinent information regarding ownership of their company within forty-eight (48) hours of the City’s request. Solicitation of Council Members Proponents and their agents will not contact any member of the City Council or City staff with respect to this RFP at any time prior to the award of a contract or the termination of this RFP, and the City may reject the Proposal of any Proponent that makes any such contact. Confidentiality All Proposals become the property of the City and will not be returned to the Proponent. All Proposals will be held in confidence by the City unless otherwise required by law. Proponents should be aware the City is a “public body” defined by, and subject to the Freedom of Information and Protection of Privacy Act of British Columbia. Registration of Intent to Respond Interested Proponents should complete and return the form titled “Appendix I Registration of Intent to Respond” found at the end of this section. Failure to do so may result in your company not receiving addenda and other correspondence related to this Invitation to Proposal. RFP-OP15-70 Part A - Instructions to Proponents Page 8 of 36 Issued: November 2015 APPENDIX I REGISTRATION OF INTENT TO RESPOND City of Maple Ridge REQUEST FOR PROPOSAL RFP-OP15-70 Supply of Two (2) Low Profile Single Axle Recycle Trucks with Custom Body and Twin Steering Stations To ensure that your company receives any addenda and other correspondence related to the Request for Proposal, please return this sheet to Nichole Walsh by email or fax to nwalsh@mapleridge.ca, Fax: 604-466-4328. Please provide the following information: (please print): Company Name: ______________________________________________________________ Address: _____________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ Contact Name: ________________________________________________________________ Title or Position: _______________________________________________________________ Area Code: _______ Phone Number: __________ Facsimile __________________________ Email Address:________________________________________________________________ Date: ___________________________________________________ We have received a copy of the above noted RFP, and  We will be submitting a Proposal  We will not be submitting a Proposal End Section Instructions to Proponents RFP-OP15-70 Part B – General Terms Page 9 of 36 Issued: November 2015 General Terms General Terms and Conditions The following general terms and conditions may form part of any Contract awarded as a result of this RFP. Final contract terms and conditions will be as agreed upon as a result of any ensuing negotiations Breach of Contract If the contracted Supplier breaches any terms or conditions of the Contract, or becomes insolvent, enters voluntary or involuntary bankruptcy or receivership proceedings or makes an assignment for the benefit of creditors, the City shall have the right (without limiting any other rights or remedies which it may have hereunder or by operation of both) to terminate any Purchase by written notice to the Supplier, whereupon the City shall be relieved of all further obligations hereunder except the obligation to pay the reasonable value, as determined by the City, of the Supplier’s prior performance (not exceeding the total value of the Contract Award) and the Supplier shall be liable to the City for all costs incurred by the City in completing or procuring the completion of performance in excess of the total value of the Contract Award Letter. The City’s rights to require strict performance of any obligation hereunder shall not be affected by any previous waiver, forbearance or course of dealing. Cancellation of Contract If at anytime during the contract the Supplier fails to meet the requirements and/or expectations of the City the remainder of the contract may be cancelled by the City immediately upon notice to the Supplier. Either party to this contract may cancel the contract upon thirty (30) days written notice to the other party. Assignment or Sub-letting of Contract The Supplier shall keep the work under his personal control, and shall not, without the consent in writing of the City, assign or sub-let this contract or any part thereof. If the City should consent to any such assignment or sub-letting of this contract or part thereof the Supplier shall by reason thereof be in no way relieved from his responsibility for the fulfillment of the work, but shall continue to be responsible for the same in the same manner as if the said work had been performed by the Supplier themselves. Supplier’s Expense The Supplier shall at his own expense, unless it is expressly stipulated to the contrary, provide, supply, observe, perform and do everything which, in the opinion of the City, may be required for the setting out, the execution and the completion of the work and the fulfilling of the contract. Time is of the Essence For all requests made by the City pursuant to the Supplier, time is of the essence. RFP-OP15-70 Part B – General Terms Page 10 of 36 Issued: November 2015 Acceptability of Equipment If the equipment ordered is unsuitable, or if quality is not satisfactory in the opinion of the City’s Representative, whose opinion shall be final and binding, the City shall be entitled to refuse delivery, or if delivery has been made, shall be entitled to a refund in respect of the whole or portion returned, as the case may be. Warranty All warranty coverage must be specified. The warranty period and coverage for the equipment is to commence from the date of acceptance and entrance into corporate service. In some cases, the City may require a letter from the manufacturer of the proposed equipment stating that in the event the supplier can no longer support the equipment, the manufacturer will designate a recommended alternative. Failing that, the manufacturer will support the equipment. Safety Regulations All equipment offered must meet Canadian Federal and British Columbia Provincial safety regulations. Indemnity The Supplier shall indemnify, protect, and save harmless the City, its officers, agents, servants, and employees from and against all actions, claims, demands of any kind, description, and nature whatsoever arising out of, or in any way connected with the fulfillment of its obligation in accordance with the RFP; and all such actions, causes of actions, claims and demands recoverable by any third party from the City of the property of the City, shall be paid by the Supplier. If the City pays, or is required to pay, any damages, costs, or fees on account of the actions, claims and demands herein recited, or if the property of the City shall be charged in any was as a result of the aforesaid actions, causes of actions, claims for demands, then the City shall be entitled to recover from the supplier all such damages, costs, fees, or other charges together with any costs or expenses incurred in so doing from the Supplier. Deviation from Contract The Supplier shall not make any alterations or variation in, or addition to, or deviation or omission from the terms of the contract without the written consent of the City. Invoices and Payment The City will make payment for equipment only after the equipment ordered has been received, inspected, accepted, and has been deemed suitable to be placed into service by the City. The Supplier shall send invoices to: Attention: Accounts Payable – Re: Fleet Purchase – Recycle Truck, City of Maple Ridge, 11995 Haney Place, Maple Ridge, BC, V2X 6A9. The name of the City’s Representative responsible should appear on all invoices sent to the City. Payment by the City shall then be made within the standard Net 30 days after the delivery to the City’s Finance Department of properly prepared invoices, unless the payment terms offered by the RFP-OP15-70 Part B – General Terms Page 11 of 36 Issued: November 2015 supplier are deemed an advantage to the City, or the City has deemed a portion of payment is to be held back pending satisfactory completion of the contract. Applicable Law Each party’s performance hereunder shall comply with all applicable laws of British Columbia, Canada. This contract shall be governed by and interpreted in accordance with the laws of the Province of British Columbia. If any part, term or provision of this Agreement shall be held void, illegal, unenforceable, or in conflict with any applicable law, the validity of the remaining portion of provision shall not be affected hereby. Equipment Trade-in It may be in the best interest of the City to dispose of its used equipment by a means other than trade-in. To this end the City reserves the right to award this Proposal with or without the trade-in unit(s) as described. Equipment available for trade-in is listed on the Form of Proposal. When trade-in equipment is involved, the Supplier should be aware that the transaction for GST reporting purposes will differ depending on the previous use of the equipment. Non-commercial: Where the City has used the equipment in a non-commercial capacity, the Supplier of the new equipment will calculate applicable taxes on the net selling price after deducting the value of the equipment traded in. Commercial: Where the City has used the equipment in a commercial capacity, the Supplier of the new equipment will collect applicable taxes on the full value of the new equipment and the City will collect applicable taxes on the value of the trade-in. This will net out to the same amount; however, a higher total of applicable taxes collected will be reported to Revenue Canada. These two transactions can occur on one invoice, however, applicable tax registrant information for both parties must show on the invoice and the transactions must be shown separately. End Section General Terms RFP-OP15-70 PART C - SPECIFICATIONS Page 12 of 36 Issued: November 2015 PART C – SPECIFICATIONS Proponents are required to submit detailed information on the requirements herein REFERENCE AND REQUIREMENTS * All accessories and add-ons to be OEM (factory) unless clearly stated on proposal and agreed upon by both parties. VERIFY PROPONENTTO PROVIDE SPECIFICATIONS OR CLARIFY DIFFERENCE & VARIANCE FROM CITY REQUIREMENTS YES NO * All accessories and add-ons to be OEM (factory) unless clearly stated on proposal and agreed upon by both parties CAB & CHASSIS A. EXTERIOR 1. Weight (G.V.W.) Approximately 15000 kgs 2. Wheel Base (Maximum) 230” WB 160” CA Over length – maximum 348 inches 3. Bumper (front only) Painted Blue Full width Includes tow hooks Rear bumper to be constructed as part of body Full width 15” deep; max height off ground to top 15” Fold up style for unloading purposes 4. Mirrors (Minimum) Two (2) stainless steel outside baby west coast style with auxiliary convex Individual heat control from the cab Hood mounted convex mirrors – 8” circular RFP-OP15-70 PART C - SPECIFICATIONS Page 13 of 36 Issued: November 2015 5. Lights (Minimum) All lights to comply with Provincial laws for night driving Front: High/low beam headlamps Cab ID lights Rear: Combination stop/turn Separate back up lights and hazard Amber LED strobe lights to be mounted at top left/right corners of tail gate; wired, fused, switched and cab operated License plate lights All rear lights to be rubber mounted and recessed in rear skirt Stop/turn lights to be LED 6. Color Custom Blue (Paint code to be provided) 7. Cab Cab-over engine style Must have cab lift assist (air or hydraulic) 8. Mud Guards Behind front wheels Behind and in front of rear wheels 9. Running boards Left: Running board Right: Step tank 10. Audible back up alarm Engaged when in reverse 11. Back up camera mounted top of body rear of truck; monitor mounted inside cab at head liner Heavy Duty wiring to withstand weather Weather protected camera / head Minimum two year warranty 12. Garmin Navigation system mounted inside cab at headliner RFP-OP15-70 PART C - SPECIFICATIONS Page 14 of 36 Issued: November 2015 13. Cab mounted grab handles on both sides 14. Vertical exhaust with muffler guard or left venting Right venting exhaust NOT acceptable 15. Cab drip moldings 16. Outside visor for windshield 17. Three (3) complete sets of keys B. INTERIOR & INSTRUMENTS 1. Seats (Minimum) Bostrom Talladega 910 Hi Back driver’s seat or equivalent Specify:_________________________________ Air controlled Passenger seat Tube frame Includes all seat belts 2. Heater/defroster (Minimum) Multiple speed, 12 Volt 3. Windshield Wipers/Washers Pulse type – 12 Volt electric Multiple speeds Minimum 1.25 gallon reservoir with electric pump 4. Sun Visor Two (2) padded inside visors 5. Lights (Minimum) Interior dome light, door and switch operated 6. Horns (Minimum) Two (2) air operated, overhead cord-pull type Two (2) electric (One for each operator’s station) RFP-OP15-70 PART C - SPECIFICATIONS Page 15 of 36 Issued: November 2015 7. Arm Rests Two (2) for driver/passenger 8. Instrument Cluster must include: Full instrumentation as standard on model bid for both drivers’ stations (sit down and stand up) Must be OEM quality or approved equal Engine low level alarm system Tachometer Engine hour meter Gauges as opposed to lights Self cancelling signals at both steering stations 9. Floor mats Full insulated rubber mats for driver/passenger 10. Radio NO RADIO TO BE SUPPLIED / INSTALLED IN CAB C. SUSPENSION, AXLES & BRAKES 1. Axle’s Capacity (Minimum) Front 10,000 lbs Rear 20,000 lbs 2. Rear Axle Ratio 6.14:1 (Preferred) Make: __________________ Model: __________________ Ratio: __________________ 3. Brakes (All air operated, preferred sizing – dependent on tire sizing – please state) Front Cam 15 x 5 Q-plus Drums Auto Slacks Dust Shields (if available) Rear Cam 15 x 7 Q-plus Drums Auto Slacks Dust Shields (if available) Air system comes with OEM air dryer, minimum 17 cu ft. compressor, all tanks, gauges, etc. to RFP-OP15-70 PART C - SPECIFICATIONS Page 16 of 36 Issued: November 2015 meet Provincial laws. Air tanks to have pet cocks Each driver’s station to have a parking brake control valve Control valves to be heavy duty; must handle many applications per day 4. Shocks (Minimum) Heavy Duty-Front only 5. Springs (Minimum) Front 10,000 lbs Tapered leaf Rear 20,000 lbs Tapered leaf with auxiliary springs 6. Frame To be kept as low profile as possible; preferred deck height to be 38” or lower High tensile strength Double reinforced, bolted OR Will accept industry standard frame for a truck of this size and application R.B.M. rating of 1,500,000 inch pounds per rail or better Top of frame rail height: __________mm __________inches D. WHEELS, TIRES & STEERING 1. Tires (Preferred – dependent on overall deck height/load strength) Front (2) 19.5” (14 ply, steer tread) Rear (4) 19.5” (14 ply, deep lug) Specify front: ________________________ Specify rear: ________________________ 2. Wheels (Minimum) 19.5 x 8.25 Steel disc, Budd style Dust shields RFP-OP15-70 PART C - SPECIFICATIONS Page 17 of 36 Issued: November 2015 3. Steering (Minimum) Power Steering Ross box or equivalent 4. Stand Up Right Hand Drive To be supported and/or installed by Chassis Manufacturer Second station passenger side: To allow vehicle to be driven from a standing position; c/w all controls, fully functional flip up seats with seat belts Controls on stand up side must mirror OEM controls Grab handle on side near ceiling Second temporary park brake control to be installed, operable from s/up side Door on right hand side is to be low entry/standup style sliding door with overhead rollers E. ENGINE & TRANSMISSION 1. Engine (Minimum) Diesel electronic control Minimum 210 hp @ 1440 RPM Fuel/water separator Make ______________________ Model ______________________ 2. Cooling System HD Radiator Horton clutch fan or equivalent (specify) Spin on coolant conditioner filter Long life coolant; good to -35 Silicone hoses Block heater (110 volt min) 3. Alternator Minimum 120 amps Delco Remy 12 volt or equivalent (specify) 4. Starter 12 Volt Delco Remy or equivalent (specify) RFP-OP15-70 PART C - SPECIFICATIONS Page 18 of 36 Issued: November 2015 5. Battery Minimum 2/12 volt Night switched – must be OEM in cab Covered compartment 6. Transmission Allison 2500 series or equivalent Heavy Duty/Rugged Duty Automatic Preferably push-button RECYCLING TRUCK BODY KANN MODEL OR APPROVED EQUIVALENT A. GENERAL The compartmentalized body shall be designed for use in a curbside recycling program The unit shall be of aluminum construction The unit must be structurally reinforced to handle recycle/refuse load and frequent use The unit must be designed to dump commodity from the rear. 1. Capacity Shall be a minimum 42 cu. yds. 2. Overall Length Not to exceed 300 inches Total vehicle length CANNOT exceed 348 inches 3. Overall Width Not to exceed 102 inches 4. Overall Height Not to exceed 150 inches 5. Inside Height (deck to ceiling) Not less than 72 inches 6. Inside Width 91.5 inches RFP-OP15-70 PART C - SPECIFICATIONS Page 19 of 36 Issued: November 2015 7. Weight Approximately 2,450 lbs 8. Warranty Minimum one (1) year B. BODY 1. Body Shall be of a welded high strength to weight ratio aluminum construction 2. Dimensions (Maximum) Shall be no more than 300" x 102" 3. Compartments Must have the ability to have up to four (4) compartments The ability to create more separation by adding bulkheads 4. Bulkheads Three lightweight removable adjustable bulkheads furnished Bulkhead sheets to be formed from 5052-H32 .100" aluminum alloy as per ASTM B-209 Sheets to be formed with horizontal corrugations and to be framed with 1 1/2" x 1 1/2" vertical, 1 ½ x 1 ½ top horizontal and 1 1/2" x 3" horizontal x .125 extruded 6061-T6 aluminum alloy tube as per ASTM B-308 Each bulkhead to have two (2) release systems – air operated from inside the cab with manual handle release ability when required. Each bulkhead to be fully adjustable every six (6) inches 5. Bulkhead Latch Assembly Each bulkhead shall have a two (2) point RFP-OP15-70 PART C - SPECIFICATIONS Page 20 of 36 Issued: November 2015 release system operated from the rear side of the bulkhead Control handle and latch pin mechanisms are attached to the bulkhead and move with the bulkhead to its various positions Locked in position with spring loaded pins 6. Floor & Lower Sidewall Shall be constructed of 5052-H32 .190" aluminum alloy sheet as per ASTM B-209 To be formed with 45 degree tapered corners for easy clean out All floor seams to be 100% welded 7. Side Posts Shall be a one piece extrusion from 6061-T6 .125 aluminum as per ASTM B-308 With incorporated door guide track 8. Cross-members Shall be 3" x 4" x 3/16” 6061-T6 box tube 9. Longsills Shall be 6" x .21 x 3.25 x .350 extruded 6061- T6 aluminum alloy channels as per ASTM B-308 and AMS 4113 To be of an interlaced cross-member design 10. Sliding Side Loading Doors Five (5) per side Roller style (from bottom up) Doors to be constructed of 5052-H32 .100" aluminum sheet as per ASTM B-209. Doors to have horizontal corrugated formed ribbing for strength and vertical edges to be framed with 5052-H32 .190" aluminum strip Loading height to be as low as possible - a maximum of 24" above chassis frame height with side door in fully lowered position Doors to be adjustable (vertically) to a minimum of 5 positions Doors to be operated by spring loaded corrosion resistant stainless steel handles. Ends capped with plastic snag resistant caps. Door edges to RFP-OP15-70 PART C - SPECIFICATIONS Page 21 of 36 Issued: November 2015 have attached 3/8 inch UHMW plastic strip which must act as a bearing surface to allow the aluminum side door to slide in its track with little effort 11. Rear Step Bumper To be constructed as part of the body – fold up Rear rider grab handles (2) at each rear corner (side and back) of truck 12. Storage Two (2) 20x20x40 toolboxes to be added (one to each side of the body) mounted underneath Two(2) bluebox holders (one to each side of the body) mounted underneath 13. Top Light Two top lights - one at each end Whelen L21LAP or approved equal Wired, switched, fused and cab operated 14. Rear lighting Bumper shall contain rubber mounted DOT approved recessed stoplights, taillights, back-up lights and 3 bar cluster lights 15. Manual Tailgate Shall have a two (2) point release system operated from a single control handle Control handle and latch pin mechanisms are attached to the tailgate As body raises, the tailgate opens by gravity Tailgate is then locked into position with spring loaded pins 16. ANSI vehicle conspicuity tape package 17. Steps Eight (8) fold down/slide steps on each side of the body, spaced out in front of each compartment, mounted at deck height 18. Plastic Compactor Minimum two (2) yard plastic compactor and RFP-OP15-70 PART C - SPECIFICATIONS Page 22 of 36 Issued: November 2015 hydraulic lift tail gate; Please provide upgrade / additional pricing options for three (3) and four (4) yard plastic compactor options as well; two (2) yard compactor price to be included with bid; 3 yard: _____________________________________ 4 yard: ___________________________________ Two (2) yard compactor to be/have; KANN KC2600TK or approved equal Mounted between cab and rear dump aluminum body Minimum 15.5 cubic yards un-compacted volume Maximum length 30 inches Two frame mounted scissors hoists independently controlled from cab console Minimum dump height from ground 60 inches Hydraulic powered compactor Compactor actuation controls conveniently located to loading position (dump controls on cab console) Two (2) aluminum hooks mounted to support plastic recycle bin approximately 30 inches high while sorting contents to compactors Aluminum doors to cover opening while not in use; door closer accessible from ground level Left side hydraulic outrigger to stabilize chassis during compactor dumping C. HOIST Crysteel MarathonTelescopic (or approved equal) 1. Capacity Shall be 30,000 pounds at 45 degree dump angle 2. Cylinder Double acting design RFP-OP15-70 PART C - SPECIFICATIONS Page 23 of 36 Issued: November 2015 3. Frame High-strength tubular steel 4. Rear Hinge Shall be unitized with grease zerks Hinge shall not be cast web piece 5. Body Guides Shall assure proper body alignment in down position 6. Safety Prop Shall be OSHA approved 7. Hoist Installation Shall include 5" steel reinforcement channels bolted to longsills 8. Rear Hinge Installation Shall include a 5" steel channel and 1/4" steel plate bolted to longsills 9. Power Unit Hydraulic pump to be driven off a Hot Shift PTO unit with overspeed control Reservoir - to match hoist In cab lever controls D. HARD TOP Commingler Elevated (or approved equal) 1. Elevated commingler hard top to be constructed of 3" x 1 1/2" x 1/8" aluminum box tubing framed at a 45 degree angle mig welded to each vertical extruded sidepost. Crosstubes to be 1 1/2" x 1 1/2" x 1/8" mig welded to three (3) 1 1/2" x 1 1/2" x 1/8" roof supports running from front to rear 2. Roof sheets of .100" aluminum skin covering the under-structure. One flip up lid per side per compartment RFP-OP15-70 PART C - SPECIFICATIONS Page 24 of 36 Issued: November 2015 3. Bin lids to be constructed of .100" aluminum reinforced by a horizontal formed stiffener. A .100" aluminum side gusset shall be used to reinforce lid and provide gas shock attachment support 4. A pull down cable of looped twisted wire rope shall be attached as to lower the door from its full open position. Elevated hard top extends 20" above top of post Delivery 1. City of Maple Ridge Shop Technician to approve cab and chassis before truck is sent to body builder; proponent to cover cost of travel (air fare only) if out of GVRD 2. City of Maple Ridge Shop Technician to approve entire unit before delivery is accepted; proponent to cover cost of travel (air fare only) if out of GVRD End of Section Part C - Specifications RFP-OP15-70 PART D – FORM OF PROPOSAL Page 25 of 36 City of Maple Ridge REQUEST FOR PROPOSAL RFP-OP15-70 Supply of Two (2) Low Profile Single Axle Recycle Trucks with Custom Body and Twin Steering Stations FORM OF PROPOSAL Complete Part D Form of Proposal and return this section along with Part C - Specifications _________________________________________________________________ (Name of Person, Firm or Company) _________________________________________________________________ (Address) (Postal Code) _________________________________________________________________ (Main Contact Person) (Telephone Number) ________________________________________________________________________ (Email) For: RFP-OP15-70 Supply of Two (2) Low Profile Single Axle Recycle Trucks with Custom Body and Twin Steering Stations To: Nichole Walsh, Purchasing Supervisor City of Maple Ridge 11995 Haney Place, Reception Desk (Main Floor) Maple Ridge, BC, V2X 6A9 * * * * * * * * * * * * Low Profile Single Axle Recycle Truck with Custom Body and Twin Steering Stations 1: Please state the year, make, and model for new equipment being offered with a brief summary of specifications, more detailed specifications should be noted in Part C of the RFP document: RFP-OP15-70 PART D – FORM OF PROPOSAL Page 26 of 36 Delivery 2: Please state delivery lead time required after receipt of order and supply a preliminary construction schedule that indicate milestones such as cab, chassis, stand up conversion and body delivery on the build schedule. Warranties 4: Please describe factory warranties on the following:  Cab & Chassis  Truck Body  Accessories RFP-OP15-70 PART D – FORM OF PROPOSAL Page 27 of 36 Training 5. The City reserves the right to request a reasonable amount of training time on safety and the correct operating procedures for employees who will be using the equipment offered at no charge to the City. Please describe the training being offered and specify any additional charges for training should they be applicable. Optional Extended Warranty 6. Describe any optional extended warranties available and the costs associated: RFP-OP15-70 PART D – FORM OF PROPOSAL Page 28 of 36 Service and Parts 7. Please provide details of the closest manufacturer approved service center and parts depot for both cab and chassis and service body repairs – it is expected that all freight / courier costs be included in shipments to and from the parts depot for both cab and chassis and service body parts. Please provide details below: 8. Provide information on timelines for parts to be shipped to the City of Maple Ridge works yard at 23925 Dewdney Trunk Road, Maple Ridge, BC, V4R 1W1, and where the parts are shipped from. All costs associated with shipping of parts to be included in price of replacements parts either under warranty or for any replacements parts for repair on site by CMR mechanics. RFP-OP15-70 PART D – FORM OF PROPOSAL Page 29 of 36 Experience 9. Detail your experience providing similar or identical products to other Organizations or Municipalities: Subcontractors 10. All Proponents should submit a complete list of the subcontractors, if any, that the Proponent will use for the Work including full names and satisfactory evidence as required to demonstrate that these subcontractors have the qualifications and sufficiently trained and experienced personnel to complete the requirements of the contract to the satisfaction of the City. The City reserves the right to make the final decision, as it sees fit, as to whether or not the Proponent(s) list of subcontractors can satisfy this requirement. RFP-OP15-70 PART D – FORM OF PROPOSAL Page 30 of 36 Environmental/Social Impact 11. Describe any optional extended warranties available and the costs associated: a) Proponents are to provide information regarding its organization’s particular environmental and/or social impacts. Proponents may wish to provide a statement, including any supporting documentation, that addresses how its organization [minimizes: waste emissions, the use or generation of harmful substances, the use of non-renewable resources and, substitutes a renewable resource or recycled content and post consumer waste, and/or maximizes energy and materials efficiently], [and/or involves actions which contribute to social development or assists in the conservation or development of social capital either in this community or elsewhere.] b) Proponents are also encouraged to also provide innovative techniques or methods that incorporate environmentally sustainable practices into the goods or services being proposed. RFP-OP15-70 PART D – FORM OF PROPOSAL Page 31 of 36 Value Add 12. Please include any additional information that may not have been requested within this RFP, but which you consider to be of importance or worthy of consideration in the decision process for this RFP. Such additional value-add information may include:  Anything that could be considered that is not specifically requested in the RFP but which may provide insightful information;  Any modifications, suggestions, or innovative ideas you may have to enhance the value of the purchase;  Environmental or Sustainable practices RFP-OP15-70 PART D – FORM OF PROPOSAL Page 32 of 36 Pricing Prices are to be quoted F.O.B. Destination, including freight and delivery and in Canadian Dollars. Base price for one (1) Low Profile Single Axle Recycle Truck being offered: $_______________________________ Other applicable charges (if any, please specify): $ $ $ $ Less discounts (Fleet, Government, Factory, etc): $ Total Price per truck (excluding taxes): $_______________________________ EACH PRICE MULTIPLIED BY QTY 2 EQUALS: $_______________________________ TOTAL PROPOSAL PRICE (excluding taxes ): $ _______________ GST: PST: TOTAL PROPOSAL PRICE (including taxes): $_______________________________ $_______________________________ $ ______________ RFP-OP15-70 PART D – FORM OF PROPOSAL Page 33 of 36 OPTIONS SHEET  Optional items will not necessarily form a part of the contract, but may be requested at time of award.  Do not include cost of any of these options in your proposal price for the trucks.  Prices should exclude GST and PST 1. Extended Warranties: Please describe any cab & chassis/body extended warranties available ________________________________________________ ________________________________________________ ________________________________________________ ________________________________________________ ________________________________________________ ________________________________________________ 2. Hydraulic Lift Tailgate Please price option for hydraulic lift tail gate with exterior controls: _______________________________________________ _______________________________________________ _______________________________________________ 3. Bond Costs (Optional Pricing): Performance Bond $_________________ Labour and Materials Payment Bond $_________________ 4. Trade In Vehicles – City Unit #’s 136/138/142. ** Do not subtract this amount from your proposal price for the new trucks. Quote trade in value separately. Important Note: should the City accept the Proponents Optional Trade offer, all vehicles listed below will continue to be in service up to and including three weeks after the delivery of the new trucks. Mileage and equipment condition may vary upon ultimate trade in ownership transfer. RFP-OP15-70 PART D – FORM OF PROPOSAL Page 34 of 36 A) 2008 Freightliner M2 106 w/Recycle Body VIN: 1FVACXDJX8HZ06715 Mileage at time of proposal: 96,300 km Optional Trade Value Offered $______________ B) 2008 Freightliner M2 106 w/Recycle Body VIN: 1FVACXDJ88HZ06714 Mileage at time of proposal: 93,200 km Optional Trade Value Offered $______________ C) 2008 Freightliner M2 106 w/Recycle Body VIN: 1FVACXDJ08HZ06710 Mileage at time of proposal: 94,200 km Optional Trade Value Offered $______________ RFP-OP15-70 PART D – FORM OF PROPOSAL Page 35 of 36 References Please state customer name, equipment supplied, contact and phone number for each reference listed: Company Name Address (City and Country) Contact Name Telephone No. Email Address Type of equipment supplied Company Name Address (City and Country) Contact Name Telephone No. Email Address Type of equipment supplied Company Name Address (City and Country) Contact Name Telephone No. Email Address Type of equipment supplied RFP-OP15-70 PART D – FORM OF PROPOSAL Page 36 of 36 Authorization A person authorized to sign on behalf of the Proponent, to agree to all statements made in response to this Request for Proposal should complete and sign this section, which completes the Form of Proposal. The enclosed Proposal is submitted in response to the above-referenced RFP, with the acknowledgement and receipt of addenda _______ through _______. The Proposal will be valid for acceptance by the City of Maple Ridge for: ______________________________________________ Days Signature: Legal name of Bidder: Printed (Full) Name: Address: Title: Date: End of Section Part D - Form of Proposal