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