• Aucun résultat trouvé

PART 6 - RESULTING CONTRACT CLAUSES

6.11 SACC M ANUAL C LAUSES

B7500C (2006-06-16), Excess Goods D0018C (2007-11-30) Delivery and Unloading

G1001C (2013-11-06), Insurance – Specific Requirements

ANNEX "A"

REQUIREMENT

Section 1: SCOPE

1.1 Scope – Supply and delivery of a 6 cubic meter (8 yd³) capacity, 19,505 kg (43,000 lbs) GVWR, 4 X 4 Snow Plow truck complete with a 19 foot reversible snow plow and all items detailed in Sections 1 through 8 of Annex A.

1.2 Delivery Point: Transport Canada, Sandspit Airport, 1 Airport Road, Sandspit, BC, Canada Section 2: GENERAL REQUIREMENTS

2.1 Standard Requirements - The vehicle supplied under this specification must be new and the manufacturer’s latest model standard commercial product and must have demonstrated industry acceptance by having been manufactured in significant numbers. Must have been proven in service for the application specified.

2.2 Overview – The vehicle supplied under this specification must be a four wheel drive truck embodying an automatic transmission, a diesel engine, and a tilt forward hood. The vehicle supplied must be complete with all accessories furnished and installed on this type of vehicle, whether specified herein or not, to enable the vehicle to function reliably and efficiently under all conditions of service.

2.3 Operating Conditions – The vehicle must operate without failure of components when loaded to the maximum GVW specified. The vehicle must satisfactory operate in ambient temperatures down to –40 degrees Celsius.

Section 3: REGULATIONS AND STANDARDS

3.1 General – All standards and specifications referenced herein refer to the latest editions.

3.2 Highway Traffic Act – The vehicle must comply in all respects with the Highway Traffic Act or regulations for the province in which it is to operate.

3.3 Canada Motor Vehicle Safety Standards – The vehicle must adhere to all applicable Canada Motor Vehicle Safety Standards.

3.4 Society of Automotive Engineers – All notations in this specification indicating SAE refer to the most recent specification in effect by the Society of automotive Engineers.

Section 4: DELIVERY

4.1 Pre-delivery – A pre-delivery service must be completed by the truck manufacturer’s dealer prior to delivery. The truck must be lubricated and serviced with all associated products suitable for the climatic conditions in the area the truck will operate.

4.2 Documentation – All necessary documentation (origin certificate, weight ticket, or new vehicle information statement, etc.) required for licensing the vehicle for road use, by the issuing provincial authority, must be provided to the consignee when the vehicle is delivered.

4.3 Inspection – The Contractor must ensure that the vehicle are thoroughly tested, inspected, and that all deviations are corrected prior to delivery. A final inspection will be completed by the consignee at time of delivery.

Section 5: WARRANTY AND MANUALS

5.1 Manuals – Contractor must provide one copy of maintenance manuals for each truck chassis and one copy of the manufacturer’s maintenance and parts manuals for the transmission, engine, rear axle, snow plow and dump box. All manuals must be delivered with the truck and must be in English.

5.2 Warranty period – Provide warranty on all components and repair labour from the date, mileage and hours on the unit when it is initiated into service. State the warranty term. All warranty repairs must be done onsite in Sandspit, BC.

5.3 Dealer – Specify the dealer responsible for performing any required warranty repairs, and provide the name and phone number of the person to be contacted should warranty repairs be required.

Section 6: CAB AND CHASSIS 6.1 G.V.W.R.

.1 The minimum gross vehicle weight rating must be (19, 505 kg.) 43,000 lbs.

6.2 Chassis Dimensions

.1 Cab to Axle must be a minimum of 2133mm (84 in) to suit a 3048 mm (10 FT) dump body.

.2 Cab dimensions, Bumper to Back of Cab must be 2794mm to 2900mm (110 in to 114 in).

.3 Wheelbase must be 3605mm to 3935mm (142 in to 155 in).

.4 Maximum Turning Radius must be (9.75 M) 32ft to centerline of front tire.

6.3 Engine

.1 Engine must be diesel. The engine must have wet sleeve replaceable cylinders liners.

.2 Minimum power output must be 350 HP at the manufacturer’s recommended maximum rpm per SAE-J1349.

.3 Minimum torque must be 1150 Ft-Ib.

.4 Oil filter must be a full flow type, incorporating a replaceable element.

.5 Must provide a full flow, heated, fuel filter/water separator incorporating a replaceable element.

.6 Must provide a two-stage inside/outside intake air cleaner complete with in-cab air restriction gauge.

.7 The radiator must be a severe duty type. Coolant protection to –40 C must be included.

.8 The engine fan must be incorporate a thermostatically controlled fan clutch, if not air to air engine.

.9 All radiator and heater hoses must be silicon type. All hose clamps MUST be silicon hose type. No deviations accepted.

.10 Must have a fast idle switch capable of maintaining a constant engine speed of 1200 RPM.

The fast idle system must only operate with the transmission in neutral.

6.4 Transmission

.1 The vehicle(s) must incorporate an automatic transmission with a minimum of five forward speeds, with 3rd gear hold.

.2 Must have an automatic safety device to ensure that the truck engine can only be started in neutral range.

.3 Shift control quadrant must be illuminated.

.4 Must have a transmission oil cooler.

6.5 Suspensions

.1 The front and rear springs must be a progressive, heavy duty type spring with a front rating of a minimum of 19,000 lbs. and a rear rating of a minimum of 23,000 lbs.

.2 The rear suspension must be complete with auxiliary helpers.

.3 Shock absorbers must be supplied on the front axle.

6.6 Drive Line

.1 Must be a Spicer 1710HD series or “equivalent” drive shaft(s) and universal joints.

.2 Must have a visible oil seal caps on the front axle.

6.7 Frame

.1 Must be a full depth, heavy duty, reinforced frame with a minimum PSI rating of 120,000 in-lbs.

.2 The frame must be reinforced the entire length.

.3 Must have a PTO installed.

6.8 Axles

.1 The front axle must have a minimum capacity of 8618 kg (19,000 lbs).

.2 The front axle must be set back a minimum of 1016 mm (40in).

.3 The rear axle must have a minimum capacity of 10,400 kg (23,000lb).

.4 Axle ratio must be provided to allow for an approximate road speed of 90 km. per hour.

.5 Must include a power operated, driver controlled, traction lock rear differential, with dash-mounted switch and warning light.

6.9 Wheels

.1 Front rims must be 12.25 x 22.5 inches .2 Rear dual rims must be 8.25 x 22.5 inches .3 Both front and rear wheels must be disc type.

.4 The wheels must comply with the axle manufacturer’s rating for imposed loads.

.5 Must include one front spare rim and one rear spare rim fitted with a front tread type tire as noted in section 6.10.2 of this specification.

6.10 Tires

.1 Rear tires must be 16 ply on/off road, radical type, 11R 22.5 Michelin XDY-EX or equivalent.

.2 Front tires must be 20 ply on/off road radial type, 425/65R 22.5 Michelin XZY or Goodyear G286 or “equivalent.”

6.11 Steering

.1 Must be Integral power steering with a right side slave or ram.

6.12 Fuel Tank

.1 Capacity must not be less than 220 litres. Left hand side mounted preferred.

6.13 Exhaust

.1 Must be a vertical exhaust pipe equipped with an elbow.

6.14 Brakes

.1 Must be a full air brake system that incorporate the following items:

A. Minimum 13 CFM compressor;

B. Spring applied, air release parking brakes;

C. Minimum 16.5 x 6 “S cam” front brakes with automatic adjusters;

D. Minimum 16.5 x 7 “S cam” rear brakes with automatic adjusters and backing plates;

E. Bendix AD-9, or equivalent, heated air dryer, complete with moisture ejector and F. In dash pressure gauge with low pressure warning light and buzzer.

.2 Must have a full trailer connection that includes:

A. air and electrical connections mounted at the end of the frame;

B. tractor protection valve; and C. 7 pin electrical trailer receptacle.

6.15 Electrical

.1 Must include batteries having a minimum of 2100 CCA capacity.

.2 Must include a minimum 145 amp 12 V alternator with a minimum output of 60 amps at engine idle.

.3 Must include a back-up alarm with a minimum of 97 dB(A).

.4 Must have a warning light and buzzer to indicate the following conditions: high coolant temperature and low engine oil pressure.

.5 An Engine hour meter must be installed in the instrument panel.

.6 Must have an engine block heater, minimum size of 1000 watts complete with bulkhead receptacle located beneath the driver’s door.

.7 Must include resettable circuit breakers

.8 Must have a roof mounted amber light, Whelen RB6PAPS Rotating Beacon, Dominion Auto Strobe light number 420700-02 or “equivalent”. The light flashing frequency must in the range of 60 to 90 per minute.

6.16 Cab

.1 The cab must be a fully insulated metal cab equipped with maximum capacity fresh air intake heating and defrosting system, and with air intake protected from the ingress of rain and snow.

.2 The cab heating system must have sufficient capacity to maintain the cab interior at 13 degrees Celsius with an ambient temperature of –40 degrees Celsius.

.3 Cab access handles must be installed on both right and left hand sides of the vehicle exterior, as well as interior door access handles.

.4 Must include a heavy duty, variable speed electric or air wipers. The wipers must be complete with automatic park capability. Wet blade type windshield washers preferred.

.5 A soundproof insulation package must be fitted to provide the lowest possible interior sound level, Interior sound level must not exceed 83 dB(A) when measured in accordance on bare asphalt with the vehicle moving at maximum governed speed in third gear.

.6 Hood must be a tilt forward type having both a stationary grill and side access hatches to permit easy access to the engine.

.7 A driver and passenger sun visor must be included.

.8 Must have a driver’s high back, cloth, air-ride suspension seat with right side arm rest.

Single passenger seating must be included.

.9 Must have a right side power window with the controls at the driver’s side.

.10 Must have dual west coast type, heated mirrors: minimum 178 X 406 mm (7 X 16 in.).

Minimum 8-inch convex mirrors must supplied on each side.

6.17 Painting

.1 The cab and dump box must be painted with Epoxy, Polyurethane or Imron type paint or

“equivalent”. Paint colour Orange CGSB-GP-88, shade 508-101, standard paint colour 1-GP-12, or manufacturer’s closest equivalent.

6.18 Instruction Identification

.1 Must include a permanently installed ISO or English /French instructions, diagrams and warning plates, where required to ensure efficient operation and servicing with maximum safety.

Section 7: DUMP BODY 7.1 Body and hoist

.1 The tailgate must be a minimum of 1066 mm (42 in) high.

.2 Must include two six-inch hardwood sideboards.

.3 The sides, tailgate, and header must be constructed utilizing minimum 10 gauge steel.

The floor must be a minimum 3/16 inch Cor-ten steel or equivalent.

.4 The body sub frame must consist of two trapezoidal long members, welded directly to the underside of the floor plate. All components must be box section type and fully sealed against moisture.

.5 The body must incorporate an air operated double acting locking tailgate with combined spreader and drop chains. Ladders must be provided on both sides of the box.

.6 The header must incorporate a cab shield, which extends to a minimum of 13 inches.

.7 All Stop, Tail and Clearance lights must be recessed and protected from damage. All wiring must be installed in loom and fastened securely to the body.

.8 Must include four mud flaps. The mud flaps must not “sail” more than 30 degrees from the vertical.

.9 Heavy duty telescopic front mounted lift hoist installed, and a) must have a tipping angle of a minimum of 50 degrees and b) the dump box hoist must have a minimum capacity of 20,320 kg.

.10 Must have a self-storing, locking bar, which is capable of safely supporting the dump box allowing the hoist to be serviced.

.11 The inside walls of the dump box must be vertical and at a 90 degree angle to the floor.

.12 The hoist controls must be mounted in the cab, allowing easy access for operation by the driver. The hoist control switch must be a detent type with protective shield to prevent unintentional operation.

.13 Snow plow controls must allow for easy operation while driving.

.14 Pintle hook must be a Holland PH-400 air operated, or equivalent, suitably reinforced to the frame with provisions for safety chains.

7.2 Welding

.1 All welding must be continuous. Welds must be neat and smooth and weld penetration must provide for maximum design strength without failure through the base metal junction.

Section 8: PLOW SPECIFICATIONS 8.1 Dimensions

.1 Width of blade must be minimum of 19 ft.

.2 Width of cut to be minimum 16 ft 5 inch at 35 degrees.

8.2 Blade Assembly

.1 Must be a pivoted, adjustable blade assembly which can be readily detached from the drive frame.

.2 The mouldboard must be constructed from (.125 inch) steel formed plate with weight saving cut-outs or an equivalent product/design with proven service in heavy wet snow conditions that would have the same demonstrated durability and reliability.

.3 The mouldboard must be adequately ribbed and reinforced for heavy duty plow applications.

.4 The mouldboard must be covered with a minimum 3/8 inch high density orange polyethylene adequately ribbed and reinforced. Submit with the tender manufacturing details on the polymer. No deviations accepted.

.5 Blade assembly must be equipped with a replaceable cutting edge complete with tungsten-carbide insert 10mm X 14mm (3/8 X 9/16). Details of the cutting edge size must be included with the tender.

.6 Must have thrust blocks on the mouldboard to positively locate the cutting edges within 0.8mm (0.030 in) alignment.

8.3 Drive Frame

.1 Must be an oscillating type with stabilizing drive bars to permit the plow to follow surface contours without constraint.

.2 Must be readily detachable from the push-frame. Tor-Loc quick attached (spade hitch) is preferred, or equivalent.

.3 Must be a half circle, sector type, being totally independent, and easily detached from the plow.

8.4 Casters

.1 Must include dual caster wheels on each end of the plow, which are designed to provide durable, reliable, and efficient service, under all operating conditions. All bearings and bushings must have grease fittings.

.2 Must include quick, easy and positive screw adjustment for swivel dampers and castor wheel height.

.3 Each dual caster must be designed to carry a minimum load of 900 kg. (2000 lbs). Their construction must be suited for use on airport runways.

.4 Anti-shimmy caster wheel brakes must be installed on each caster wheel.

8.5 Power Reversing Ram

.1 Must be operated by two telescopic hydraulic cylinders and capable of operation in the raised and lowered positions.

.2 Must include infinitely variable blade positions to a minimum angle of 32 degrees to the right and left of the bulldozing position.

.3 Must include a hydraulic cushion valve on the plow ram cylinders.

.4 Reversing speed must be readily adjustable.

8.6 Push Frame

.1 Must include a hydraulic tilting push frame.

.2 The tilting push frame must be easily operated from inside of the cab.

.3 The entire push frame must tilt forward to allow for the hood to be tilted forward.

.4 The tilting cylinders must be complete with a relief valve allowing a maximum of 800 PSI pressure

.5 Reinforcing side plates must be a minimum of 5/8 inch steel plate, shaped to suit.

.6 The front bumpers must be installed on each side of the plow harness, with built in step and grab handles to provide easy access to the engine compartment.

8.7 Quick Manual Release Hitch

.1 A quick manual release hitch must be installed between the push and drive frames. The ears must be welded to the truck push plate

.2 Must include a suitable parking stand to support the drive frame for direct coupling and uncoupling.

8.8 Lifting Device

.1 Must be attached to the push frame and adequately reinforced.

.2 Must be operated by a hydraulic cylinder that is a minimum of 4 inches in diameter x 10 inches long.

.3 Must be able to lift the blade at least 300 mm (12 in) clear of the ground.

.4 Lifting speed of the blade must be adjustable.

8.9 Lights

.1 Two lights must be installed above the lifting frame and must illuminate the work area ahead of the vehicle with the plow in the raised position.

.2 Must include separate dash mounted switches to control plow lights.

.3 Must include turn signals which are visible from the front of the vehicle with the plow in the raised or lowered position.

8.10 Hydraulic Oil

.1 Must be Dexron II or “equivalent”.

8.11 Hydraulic Hoses

.1 Must comply with SAE standards for operating conditions.

.2 Must remain resilient and flexible to a minimum of -40 degrees Celsius.

8.12 Hydraulic system

.1 Must supply and install a crankshaft driven "Tyrone dry mode" or “equivalent” hydraulic pump. The pump is to operate the snow plow as well as the dump box.

.2 The pump drive shaft must be a minimum Spicer 1280 series or “equivalent” with needle roller bearing universal joints and a splined slip joint.

.3 The hydraulic system must include replaceable oil filters, pressure control and pressure relief devices to ensure efficient and safe operation of the dump box and snow plow.

.4 The cab mounted air controls must be a feathering proportional type, which allow the operator to easily raise or lower the plow to any desired position. The valve controls must be the joystick type with easy access for the operator.

.5 All air control lines must be colour coded for easy identification.

8.13 Painting

.1 Paint must be rust inhibiting.

.2 Paint colour must be Black.

8.14 Miscellaneous

.1 All instrumentation and controls must be labelled. Must provide instructions, diagrams and warning plates to ensure efficient operation and servicing with maximum safety.

.2 Must install at the front of the plow, a minimum 3/8 inch thick rubber deflector which matches the width of the proposed plow.

.3 Must install guide flags on each end of the plow.

.4 The front mounted pump must be installed independently from the front harness and must remain with the chassis.

.5 If available, provide a training video. The video contents are to include training on the operation and maintenance of the detachable plow system.

ANNEX "B"

BASIS OF PAYMENT

Price must be in Canadian Funds, FOB Destination Transport Canada, Sandspit Airport, 1 Airport Road, Sandspit, BC Canada, inclusive of Pre-delivery Servicing, all delivery and unloading costs, customs and duty charges. Applicable sales tax are extra.

Article

#

Description Qty Unit Firm Lot Price

1 Snow plow truck

Make and Model ____________________

Meeting the specifications stated in Annex “A”.

1 Each $

2 Plow Assembly, installed as per Annex “A”. 1 Lot $ 3 Pre-delivery Services, as described in Annex “A”. 1 Lot $

4 Delivery and unloading 1 Lot $

ANNEX “C” to PART 3 OF THE BID SOLICITATION ELECTRONIC PAYMENT INSTRUMENTS

The Bidder accepts any of the following Electronic Payment Instrument(s):

( ) VISA Acquisition Card;

( ) MasterCard Acquisition Card;

( ) Direct Deposit (Domestic and International);

( ) Electronic Data Interchange (EDI);

( ) Wire Transfer (International Only);

( ) Large Value Transfer System (LVTS) (Over $25M)

FORM “A” to PART 3 OF THE BID SOLICITATION

FORM A - BIDDER’S SUBMISSION INFORMTION

FORM 1 - Bidder’s Submission Information Bidder’s full legal name

Authorized Representative of Bidder for evaluation

purposes (e.g., clarifications) Name Title Address Fax # Email Bidder’s Procurement Business Number (PBN)

[see the Standard Instructions 2003]

Jurisdiction of Contract: Province in Canada the bidder wishes to be the legal jurisdiction applicable to any resulting contract (if other than as specified in solicitation)

Federal Contractors Program for Employment Equity (FCP EE) Certification:

N/A

COMPLETE LIST OF NAMES OF ALL INDIVIDUALS WHO ARE CURRENT BOARD OF DIRECTORS OF THE BIDDER:

NAME TITLE

__________________________________ _____________________________________

__________________________________ _____________________________________

__________________________________ ______________________________________

__________________________________ ______________________________________

__________________________________ ______________________________________

On behalf of the Bidder, by signing below, I confirm that I have read the entire bid solicitation including the documents incorporated by reference into the bid solicitation and I certify that:

1. The Bidder considers itself and its products able to meet all the mandatory requirements described in the bid solicitation;

2. This bid is valid for the period requested in the bid solicitation;

3. All the information provided in the bid is complete, true and accurate; and

4. If the Bidder is awarded a contract, it will accept all the terms and conditions set out in the resulting contract clauses included in the bid solicitation.

Signature of Authorized Representative of Bidder

FORM “B” to PART 3 OF THE BID SOLICITATION FORM B: Substantiation of Technical Compliance Form GENERAL INSTRUCTION

1) Bidders are requested to,:

a) opposite each specification under MANDATORY SPECIFICATIONS, in the right hand margin

a) opposite each specification under MANDATORY SPECIFICATIONS, in the right hand margin

Documents relatifs