20-2011 Street Sweepers.pdf

24
REQUEST FOR PROPOSAL 20/2011 SUPPLY AND DELIVERY OF UP TO TWO (2) NEW STREET SWEEPERS For The Corporation of the City of Thunder Bay (City) Facility and Fleets Department Proposal Closing Date and Time Wednesday, April 20 2011 at 4:00 p.m. local time Proposals are to be delivered to: City of Thunder Bay Materials Management Division P.O. Box 800 111 S. Syndicate Avenue Victoriaville Civic Centre (Main Floor) Thunder Bay, ON P7C 5K4

Transcript of 20-2011 Street Sweepers.pdf

Page 1: 20-2011 Street Sweepers.pdf

REQUEST FOR PROPOSAL 20/2011

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

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

Facility and Fleets Department

Proposal Closing Date and Time Wednesday, April 20 2011

at 4:00 p.m. local time

Proposals are to be delivered to: City of Thunder Bay

Materials Management Division P.O. Box 800

111 S. Syndicate Avenue Victoriaville Civic Centre (Main Floor)

Thunder Bay, ON P7C 5K4

Page 2: 20-2011 Street Sweepers.pdf

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

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

City of Thunder Bay Materials Management Division

P.O. Box 800 111 S. Syndicate Avenue

Victoriaville Civic Centre (Main Floor) Thunder Bay, ON P7C 5K4

All submissions are to be clearly marked as to contents. Closing Date and Time

Consideration will be given to your proposal if received in the Materials Management Office not later than: 4:00 p.m., local time on Wednesday, April 20, 2011.

The lowest cost proposal will not necessarily be accepted, and the Owner reserves the right to reject any and all proposals and/or re-issue the RFP in its original or revised form.

Facsimile, e-mail, or telephone proposals will not be accepted Late Proposals

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

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

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

David Hardick (or designate) Materials Management Division

phone (807) 625-2614 - fax (807) 622-0181 e-mail [email protected]

Inquiries must not be directed to other City employees or Elected Officials. Directing inquiries to other than those designated may result in your bid being rejected. The deadline for questions/inquiries will be WEDNESDAY, April 13 2011 @ 12:00 noon. All clarification requests are to be sent in writing to the individual mentioned above. No clarification requests will be accepted by telephone. Responses to clarification requests will be provided to all interested parties.

Page 3: 20-2011 Street Sweepers.pdf

Request for Proposal 20/2011 Up to Two New Street Sweepers Page 3 of 21 Any and all changes to the Request for Proposal will be issued by the Manager, Materials Management (or designate) in the form of a written addendum. Schedule of Pricing Purchase: see page 21

Acknowledgement of Addenda

If addenda are issued, their receipt must be acknowledged by the proponent by including them as part of the proposal submission to ensure that all requirements are included in the submission. Failure to include all addenda may result in your submission not being considered. The City will assume no responsibility for oral instructions or suggestions. Addenda will be provided to all who have registered with the City Materials Management Division. As well, they will be posted on the City’s website for bid opportunities for download. Review of Requirements

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

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

Qualifications

Proposals will be evaluated from firms or individuals that can demonstrate that they have the necessary staffing, facilities, experience, ability and financial resources to perform the work in a satisfactory manner. Proven track record must be demonstrated.

The City reserves the right to inspect the bidder’s facility and to perform such investigations as may be deemed necessary to insure that competent personnel and management and suitable equipment/material will be used in the performance of this contract. Freedom of Information

All proposals submitted to the City become the property of the City, and as such, are subject to the provisions of the Municipal Freedom of Information and Protection of Privacy Act. This will confirm that the City will not use/disclose the information provided, without proper authorization, and will keep the information in a physically secure location to which access is given only to staff requiring access.

Rights Reserved by the City

Page 4: 20-2011 Street Sweepers.pdf

Request for Proposal 20/2011 Up to Two New Street Sweepers Page 4 of 21 Submission of a proposal indicates acceptance by the firm of the conditions contained in this Request for Proposal, unless clearly and specifically noted in the proposal and in any contract between the City and the firm selected. The City reserves the right without prejudice to reject any or all proposals and to determine in its own best judgement the firm(s) best qualified to undertake this contract. The City is not responsible for any costs incurred by the proponents in the preparation of their response to the proposal call or attendance at any selection interviews. The Selection Committee reserves the right to be the sole judge of the acceptability of any service offered, and also any alternative proposed, and to purchase the service which in its opinion most closely meets the operating requirements of the City. The decision of the Selection Committee shall be final and without recourse. The Corporation of the City of Thunder Bay reserves the right to award the above in whole or part, that which is deemed most advantageous to the Corporation without recourse or penalty. Enclosures

Standard Terms and Conditions for Tenders, Proposals and Contracts. Note:

This is an invitation for proposals and not a tender call. The City has the right to negotiate with the proponent that presented the most attractive proposal. The City of Thunder Bay Council shall have the final authority on all matters regarding this Request for

Proposal

Page 5: 20-2011 Street Sweepers.pdf

Request for Proposal 20/2011 Up to Two New Street Sweepers Page 5 of 21 Evaluation An Evaluation Committee has been established to review and evaluate all complete proposal submissions received based on the criteria and scoring listed below. The City Selection Committee reserves the right to be the sole judge of the acceptability of any equipment/material/service offered and to purchase the equipment/material/service which in its opinion most closely meets the operating requirements of the project and organization. The contract will be awarded per the evaluation criteria listed, and not necessarily to the lowest bidder(s), whose bid(s) complies with all the provisions of the specifications. In addition to the proposals submitted, being reviewed and evaluated in accordance with the criteria listed, bidders may be requested to provide clarification or address specific requirements not adequately covered in the original submission.

CRITERIA MAX. SCORE

1. Total cost to the City of Thunder Bay (includes maintenance agreement and options requested)

40

2. General compliance with proposal requirements and required specifications, overall response to RFP

20

3. Parts and after sales service; technical assistance, warranties, delivery timelines 10

4. Operation of the equipment, value added safety and ergonomic features above proposal requirements.

10

5. Performance of equipment offered – historical and current experience 10

6. Overall value added features and options included 5

7. Demonstrated Environmental Stewardship - environmental friendliness of the product or service and unique environmental initiative(s) the company has undertaken in the design, construction and services of the products offered.

5

Total Available Points 100 The decision of the Selection committee shall be final and without recourse.

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

Page 6: 20-2011 Street Sweepers.pdf

Request for Proposal 20/2011 Up to Two New Street Sweepers Page 6 of 21 Requirements: The Corporation of the City of Thunder Bay, Facilities and Fleet Department, invites proposals for the Supply and Delivery of Up to Two (2) New Street Sweepers, all in accordance with the following Schedule of Prices, Specifications/Requirements, General Requirements and Terms of Reference. Submissions should include, but not necessarily be limited to, the following: 1. Cost to the City of Thunder bay, F.O.B. Destination, (HST Extra); 2. A brief description of your firm – its clients, its history, its projects, its staff; 3. A summary of your understanding of this proposal; 4. An outline of the product(s) and services to be provided; 5. Addressing all aspects in regards to the Scope of Work/Terms of Reference; 6. Client References and a list of clientele; 7. Contact persons, c/w phone numbers - communication; 8. Service and parts location and availability; 9. Warranty Details and Location; 10. Ergonomic and Safety Features; 11. Details of any Training and Instruction to be offered to the City of Thunder Bay in the use of the

equipment; 12. Suppliers are encouraged to submit more than one proposal (if applicable) and include value added

features related to ‘Green’ equipment which reduces overall green house gas and smog pollution from tailpipe.

13. Delivery Schedule; 14. Any other supporting information you may wish to include with your submission. Address each and every paragraph and item in reference to the specifications of this proposal. Point by point response is requested. Specification General The Corporation of the City of Thunder Bay, Facilities and Fleet Department, requires the Supply and Delivery of Up to Two (2) New Street Sweepers. The models to be supplied must be new and the current year's model in the year delivered, 2011 or newer. Bidders must certify that the models offered are current year's manufacture. The unit shall be a single engine, with elevator pickup, DUAL gutter broom, DUAL controls, equipped with right and left hand brooms, fully adjustable air suspension seats and full dual operator controls allowing use in direction of traffic, high dump type, with hydraulic driven brooms. The elevator to be the conveyor or squeegee type and hydraulically driven. The cab, chassis, and sweeper to be of a design for street sweeping with balanced axle weight distribution. The vehicles to be offered fully equipped as specified and delivered to Thunder Bay.

Page 7: 20-2011 Street Sweepers.pdf

Request for Proposal 20/2011 Up to Two New Street Sweepers Page 7 of 21 The roof and side walls to be reasonably insulated to provide thermal, noise and vibration protection as well as protection from dust entering the cab. The design must be such as to allow condensation and moisture to drain away. The design shall also provide for adequate air wash/warm wall on the window areas to eliminate condensation build-up on the windows and interior panelling. The make, type and thickness of the proposed materials shall be stated and any floor insulation is to be described. Interior noise levels under defined conditions set by CMVSS shall be provided and stated in terms of dBA. The maximum operator cabin interior level to be no greater than 80 dBA NOTE: All materials shall be certified asbestos free and meet all MINISTRY OF THE ENVIRONMENT guidelines in effect at the time of manufacture. Any errors or omissions in description will not exonerate the successful bidder from providing a safe, functional unit as requested by The City of Thunder Bay. The tendered shall be a manufacturer of vehicle equipment or his duly authorized agent. All vehicles where applicable must conform to the latest Ministry of Transportation of Ontario and Ontario Ministry of Labour/Health and Safety legislation and the relevant requirements of the CMVSS at time of manufacturer. Quotations on new older models will only be considered if offered as an alternate with the bid on the current year’s manufacture. Bidders must certify that the model offered is the current year’s manufacture. Note: All equipment/vehicles specified in this tender is subject to Budget Approval by City Council and quantities may be adjusted and/or items cancelled based on availability of funding. Where specific items are specified in regards to manufacturer and model, the Corporation will consider “approved equivalents” providing the make and model being offered are equal to or exceed the items being asked for in regards to design, quality, material, and performance.

The equipment shall be new and the latest models available including the latest modifications available at the time of purchase. The specifications in this tender request are the basic minimum requirements that are necessary to obtain the desired performance, reliability and low cost of operation and maintenance. It will be assumed that all requirements of this specification have been complied with unless otherwise stated in the tender submission.. If it is found after delivery that any of these requirements have not been met, the manufacturer will be required to correct the condition at their own expense in Thunder Bay. The place of vehicle manufacture shall be shown.

Page 8: 20-2011 Street Sweepers.pdf

Request for Proposal 20/2011 Up to Two New Street Sweepers Page 8 of 21 The recommended fuel and lubricants for the proposed vehicles must be available from local distributors Delivery, Acceptance and Payment The City of Thunder Bay will not make any payment until all items/terms applicable to this tender have been included/completed to the entire satisfaction of the City of Thunder Bay. The City may request to inspect any vehicle/equipment/product at the local premises of the vendor/supplier (or representation of such) prior to the actual delivery. Delivery of such must be first approved by the City Representative listed (or designate) within this tender. Vendor(s) shall not assume that physical delivery to the City implies full acceptance of the unit. Specifications In Detail The following specification is based upon a 2011 ELGIN PELICAN P Street Sweeper. The City of Thunder Bay has determined that this product is a minimum for the City's needs in safety, quality, performance, and standardization. This specification is not to be interpreted as restrictive, but rather as a measure of the safety, quality and performance against which all sweepers bid will be compared. Vendors are encouraged to offer more than one sweeper model or type which exceeds the minimum criteria in this proposal. The following specifications are requirements for up to two new street sweepers to be purchased by The City of Thunder Bay subject to budget approval. Any deviation from the specifications provided by this tender must be submitted as an alternate. any changes which the manufacturer wishes to introduce during construction of any vehicle ordered Compliance

fill in notes for each item 1.0 CHASSIS ENGINE 1.1 Diesel engine -4 cylinder, turbocharged, dynamically counter

balanced, 276 cu/in. (John Deere 4045T or equal). 2010 EPA engine emission standards.

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

when either low oil pressure or high coolant temperature conditions occur.

Page 9: 20-2011 Street Sweepers.pdf

Request for Proposal 20/2011 Up to Two New Street Sweepers Page 9 of 21 1.10 Air pre-cleaner to be provided to further protect sweeper engine. 1.11 Filters to be removable for servicing and replacement. 1.12 Engine should have oil drain plug located outside of engine

compartment for easy access .ie access from under side of chassis.

2.0 HYDROSTATIC TRANSMISSION 2.1 Pump to be variable displacement with separate variable

displacement wheel drive motors.

2.2 Power to be evenly distributed through planetary torque hubs. 2.3 Power to be transferred from wheel drive motors to planetary

torque hubs without side loading.

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

pressure

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

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

expanding shoe type.

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

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

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

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

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

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

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

4.0 HYDRAULIC SYSTEM 4.1 Power to be provided by shaft and gear driven pumps. 4.2 Hydraulic reservoir to be not less than 28 gallons, baffled and with sight

gauge.

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

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

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

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

Page 10: 20-2011 Street Sweepers.pdf

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

cab mounted restriction indicator. 4.7 To prevent contamination of the reservoir when adding hydraulic fluid,

all oil added to pass through a 10 micron filter located within the fill spout.

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

4.9 Cooler to be protected by a 125 PSI bypass valve. 4.10 To minimize environmental damage caused by leaking hydraulic

fittings, all pressure hydraulic fittings to be flat-face "O" ring or "O" ring boss type.

4.11 All circuits to have quick disconnect check ports. 5.0 ELECTRICAL 5.1 Unitized alternator/regulator to be not less than 120 ampere. 5.2 Battery to be maintenance free, 12 volt, 180 minimum reserve,

925 CCA.

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

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

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

5.6 All terminals and electrical splices to be crimped and soldered. 5.7 To prevent deterioration from oxidation all electrical splices to be

fully and completely insulated with heat shrinkable tubing.

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

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

5.10 A light protector to be provided for rotating beacon or strobe light. 5.11 Two main broom floodlights and backup lights to be provided.

In addition a single flood light shall be positioned at each side broom to fully illuminate the broom position and activity while sweeping.

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

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

Page 11: 20-2011 Street Sweepers.pdf

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

operator. Supply details of the signage offered.

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

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

mounted on steel disc wheels.

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

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

7.0 CAB 7.1 Instrument panel to be full vision illuminated with:

Tachometer Hour meter Speedometer Odometer Fuel gauge Hydrostatic oil temperature gauge Water temperature gauge Oil pressure gauge Voltmeter gauge Hydraulic filter/drive filter indicator Engine air intake restriction indicator.

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

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

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

7.5 For safety, minimum cab visibility to be approximately 360o without using mirrors.

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

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

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

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

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

7.11 Windshield wiper to be variable speed with wet wiper arms for

Page 12: 20-2011 Street Sweepers.pdf

Request for Proposal 20/2011 Up to Two New Street Sweepers Page 12 of 21

windshield washing 7.12 Interior of cab to be lined with acoustical insulation, have

automotive type trim, and center console.

7.13 Dash to be faced with soft molded plastic. 7.14 There shall be a soft textured steering wheel with center horn at

the operator position. Steering wheel shall be tilting and adjustable to accommodate operators.

7.15 Sweeper will have an automatic electronic back-up alarm. 7.16 Sound levels within the cab will not exceed OSHA standards. 7.17 Door latch systems will be CMVSS approved. 7.18 Doors and ignition shall be keyed alike. Any units shall have

different keying from the other. Supply 4 sets of keys for each unit delivered.

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

8.0 CHASSIS 8.1 Minimum configuration as a three (3) wheeled, rear steer model. 8.2 For safety, steering strut with dual tires. 8.3 To protect the target dump vehicle receiving the hopper discharge,

sweeper to have permanently fixed heavy duty steel bumpers with rubber padding, capable of limiting the forward movement of the sweeper before the chassis can impact the target dump vehicle.

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

8.5 Chassis to have front and rear tow hooks. 8.6 Both engine compartment doors to have raising assist cylinders

with safety latches to ensure doors do not drop closed upon failure of a door prop cylinder.

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

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

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

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

8.11 A sliding rear window for manual ventilation to be provided. 8.12 Dual limb guards to be supplied which protect both sides of the

Pelican and direct low tree branches up and over the sweeper. A crossbar is to be included to strengthen the limb guards on both sides.

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

Page 13: 20-2011 Street Sweepers.pdf

Request for Proposal 20/2011 Up to Two New Street Sweepers Page 13 of 21 8.14 A deluxe air suspension seat to be provided at the left side

operator station fully adjustable with arm rests, full lumbar support,

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

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

9.0 SIDE BROOM 9.1 Side broom to be hydraulic, direct drive vertical digger type

mounted on right and left sides.

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

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

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

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

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

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

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

66" long.

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

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

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

broom activated.

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

11.0 CONVEYOR

Page 14: 20-2011 Street Sweepers.pdf

Request for Proposal 20/2011 Up to Two New Street Sweepers Page 14 of 21 11.1 Conveyor to be heavy duty - “no jam” hydraulically driven and

able to load hopper to 100% of rated useable capacity.

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

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

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

12.0 HOPPER 12.1 For safety, the hopper to be front dumping, allowing an operator

to observe the dump target and surrounding area at all times from the cab, without the use of mirrors.

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

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

greaseable.

12.5 Dump cycle to be not more than 60 seconds. 12.6 Volumetric capacity to be not less than 3.5 cubic yards. The

hopper shall be sealed sufficiently to prevent material spillage during traveling. State safe weight capacity rating of debris dump hopper. (kg)

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

13.0 WATER SYSTEM 13.1 Tank capacity 800 litres. 13.2 Tank to be constructed of non-rusting material (polyethylene or 7

gauge type 304 stainless steel). Because epoxy lining has the potential to chip and flake off causing clogs in the water system, water tank constructions containing epoxy liners will not be accepted. STATE TANK CONSTRUCTION: _______________________

13.3 Pump to be centrifugal type capable of running dry. 13.4 Water fill gauge to be visible from normal operating position. 13.5 Sweeper to be equipped with an automatic internal hopper/conveyor

flush and wash down system.

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

13.7 Storage basket to be provided for fill hose. 13.8 A conveyor lower roller cleanout to be provided. 13.9 Anti-siphon protection for water fill to be provided. 13.10 Spray nozzle systems to be installed at each broom 14.0 CONTROLS

Page 15: 20-2011 Street Sweepers.pdf

Request for Proposal 20/2011 Up to Two New Street Sweepers Page 15 of 21 14.1 All sweeper controls to be mounted on a central control console

with locking ignition for use from either right or left positions. This allows the operator to view all important information from either operating position.

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

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

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

14.5 Hydraulic functions to be controlled by electric rocker switches. 14.6 Hopper dump functions to be controlled by a single "joy" stick.

Multiple levers shall not be acceptable.

15.0 PAINT 15.1 All visible exterior metallic surfaces to be coated prior to

assembly with polyester powder coat. The paint must be a minimum of 2 mils thick.

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

delivered.

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

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

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

16.5 Specify if re-refined products are sanctioned by all manufacturers. 16.6 Two (2) copies of both schematic and detailed wiring diagrams for

all electrical circuits in the vehicle supplied. Electrical diagrams shall be clear and easily understood.

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

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

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

16.10 Two (2) copies of the grease chart shall be supplied. 16.11 Manuals for all other accessories. 16.12 All necessary hardware/software to either program or troubleshoot

any or all electrical components or systems must be provided at no additional cost.

17.0 PERFORMANCE DATA

Page 16: 20-2011 Street Sweepers.pdf

Request for Proposal 20/2011 Up to Two New Street Sweepers Page 16 of 21 17.1 Maximum engine governed speed (rpm, torque, horsepower) State:

17.2 The rear axle ratio offered to meet the designed road speed State maximum designed

travelling road speed (km):

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

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

State:

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

State:

17.6 Fuel consumption curves. Simulated computer graphs to be supplied 17.7 Gradeability and acceleration curves for operation of vehicle

complete with all accessories required to meet the specification Provide

17.8 Gradeability curves must show the maximum constant sweeping speed at which the vehicle will climb grades up to 15 percent

Provide

17.9 Acceleration curves must show the maximum time required for the vehicle to accelerate from a standstill to governed speed on a level road as well as grades up to 15 percent

Provide

18.0 WARRANTY 18.1 All bidders shall provide a clear statement of the general warranty

provided as well as the warranty covering all major components. This warranty should clearly describe the terms under which the vehicle manufacturer or his sub-contractors accepts responsibility for the cost to repair defects caused by faulty design, workmanship or material and or where the repair is to take place

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

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

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

18.5 State warranties included in base bid (hours/years) for : Engine State: Transmission State: Chassis State: Conveyor system State: Hydraulic system State: Hopper State: Electrical operating system State: Sweeper structure and paint finish State: Include additional information as required to explain the warranty

inclusions and or exclusions for each section.

Page 17: 20-2011 Street Sweepers.pdf

Request for Proposal 20/2011 Up to Two New Street Sweepers Page 17 of 21 18.6 State additional/optional warranties available for the following areas.

Include additional information as required to explain the warranty inclusions and or exclusions:

Engine State: Transmission State: Chassis State: Conveyor system State: Hydraulic system State: Hopper State: Electrical operating system State: Sweeper structure and paint finish State: 19.0 DRIVER TRAINING AND VEHICLE ORIENTATION 19.1 The successful bidder shall provide instruction to four Fleet Driver

Training Staff by a Factory Representative at no additional cost to the Corporation Driver Training to be done in Thunder Bay.

Parts, Service and Warranty A parts and service depot for all components should be located and maintained in the Thunder Bay area. State Name & Address of proposed Thunder Bay Warranty/Service Depot ________________________________________________________________________________________ ________________________________________________________________________________________ ________________________________________________________________________________________ State Firm Name and Exact Address, c/w Phone Number Provide contact information complete with names, positions, exact locations, addresses, phone numbers, e-mail addresses, etc. in regards to service that will apply to this contract. __________________________________________________________________________________________ __________________________________________________________________________________________

Page 18: 20-2011 Street Sweepers.pdf

Request for Proposal 20/2011 Up to Two New Street Sweepers Page 18 of 21 State Response Service Time and any other pertinent Service details __________________________________________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ State full particulars re warranties _________________________________________________________________________________________ _________________________________________________________________________________________ _________________________________________________________________________________________ State full particulars re maintenance _________________________________________________________________________________________ _________________________________________________________________________________________ _________________________________________________________________________________________ Performance, Material Warranty and Maintenance requirements should be fully stated and attached to this proposal.

Past Users/References

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

1) _________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

2) _________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

3) _________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

Submission of a Proposal authorizes the City of Thunder Bay to contact all references provided. Failure to provide References & Details of Experience may result in this RFP not being considered. List similar equipment in Thunder Bay and elsewhere where vendor equipment is currently used.

Page 19: 20-2011 Street Sweepers.pdf

Request for Proposal 20/2011 Up to Two New Street Sweepers Page 19 of 21

__________________________________________________________________________________________

__________________________________________________________________________________________

__________________________________________________________________________________________

Health and Safety Properties of Product The Corporation of the City of Thunder Bay recognizes and promotes good health and safety in order to prevent injuries and occupational illnesses. All equipment supplied under this contract must meet or exceed all Municipal, Provincial and Federal Regulations regarding employee health and safety. Successful bidder(s) must be prepared and will be expected to demonstrate, illustrate and make aware of all applicable features of the equipment being purchased by the City in regards to health and safety concerns. State Health & Safety Properties of Product _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ Successful bidder(s) must be prepared and will be expected to demonstrate, illustrate and make aware of all applicable features of the equipment being purchased by the City in regards to health and safety concerns. All Technical Service Bulletins (TSB’s) applicable to these vehicles are to be supplied and forwarded as they are issued to: City of Thunder Bay Facilities & Fleet Department P. O. Box 800 155 Front Street Thunder Bay, Ontario P7A 7W7

Attn: Jim Suffak – Manager, Fleet Services Division

Phone: (807) 684-2719 Fax: (807) 345-1909

Page 20: 20-2011 Street Sweepers.pdf

Request for Proposal 20/2011 Up to Two New Street Sweepers Page 20 of 21 Proponents Understanding It is understood and agreed that the proponent has by careful examination, satisfied himself as to the nature and location of the work, the quality and quantity of services/materials to be encountered, the character of materials, labour and facilities needed in the completion of the work. Submission of a proposal indicates acceptance by the firm of the conditions contained in this Request for Proposal, unless clearly and specifically noted in the proposal and in any contract between the City and the firm(s) selected.

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

REQUEST FOR PROPOSAL 20/2011

___________________________________________________________________________________________________________ PRINT COMPANY NAME ___________________________________________________________________________________________________________ MAILING ADDRESS ___________________________________________________________________________________________________________ CITY PROVINCE POSTAL CODE ___________________________________________________________________________________________________________ PHONE NUMBER FAX NUMBER CELLULAR NUMBER E-MAIL ADDRESS COMPANY WEB SITE ___________________________________________________________________________________________________________ SIGNATURE OF AUTHORIZED OFFICIAL POSITION/TITLE ____________________________________________________________________________________________________________ PLEASE PRINT NAME CLEARLY DATE

Page 21: 20-2011 Street Sweepers.pdf

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

SCHEDULE OF PRICING

The price(s) quoted include all duty, taxes (other than HST), customs, clearances, cartage, freight and all other charges now or hereafter imposed or in force and is a Total Firm Price. Harmonized Sales Tax (HST) to be extra. and shown separately on invoicing. A cash discount of ___________% will be allowed if accounts are paid within __________ days after the receipt of the bill for goods that are acceptable. Terms of Payment (cash discount) will be taken into consideration as part of the award. I/We guarantee delivery of the following described vehicles to the Thunder Bay Mountdale Service Facility, 410 Mountdale Avenue, Thunder Bay, Ontario, within __________days after notification of the award of tender. I/We offer one (1) new mechanical street sweeper for purchase order issued up to June 2011 __________________________________________________________________________________________ (MAKE) (MODEL) (YEAR) For a Firm Price of $_____________________/EACH $__________________________/TOTAL (HST Extra) I/We offer one (1) new mechanical street sweeper for purchase order issued up to June 2012 __________________________________________________________________________________________ (MAKE) (MODEL) (YEAR) For a Firm Price of $_____________________/EACH $__________________________/TOTAL (HST Extra) Prices must be firm for 90 days from proposal closing date to allow for municipal approvals and contract processing.

Page 22: 20-2011 Street Sweepers.pdf
Page 23: 20-2011 Street Sweepers.pdf
Page 24: 20-2011 Street Sweepers.pdf

From: ___________________________ ___________________________ ___________________________

THE CITY OF THUNDER BAY MATERIALS MANAGEMENT DIVISION

VICTORIAVILLE CIVIC CENTRE 111 SYNDICATE AVE S (main floor)

PO BOX 800 THUNDER BAY ON

P7C 5K4

PROPOSAL # ____________________

CLOSING DATE

_________________________________

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