• Aucun résultat trouvé

Title - Sujet Snow Plow Truck. Solicitation No. - N de l'invitation T /A. Client Reference No. - N de référence du client T

N/A
N/A
Protected

Academic year: 2022

Partager "Title - Sujet Snow Plow Truck. Solicitation No. - N de l'invitation T /A. Client Reference No. - N de référence du client T"

Copied!
43
0
0

Texte intégral

(1)

Solicitation No. - N° de l'invitation T7061-190011/A

Client Reference No. - N° de référence du client T7061-190011

PW-$VAN-591-8711

Solicitation Closes - L'invitation prend fin 02:00 PM

at - à

on - le 2020-01-27

F.O.B. - F.A.B.

Plant-Usine: Destination:Other-Autre:

Address Enquiries to: - Adresser toutes questions à:

Dutt, Sangeeta

Telephone No. - N° de téléphone (778) 231-5951 ( )

FAX No. - N° de FAX (604) 775-7526

Transport Canada SANDSPIT AIRPORT 1 Airport Road SANDSPIT British Columbia V0T1T0 Canada

File No. - N° de dossier VAN-9-42186 (591)

Pacific Standard Time PST

Time Zone Fuseau horaire

Destination - of Goods, Services, and Construction:

Destination - des biens, services et construction:

REQUEST FOR PROPOSAL DEMANDE DE PROPOSITION

Bid Receiving Public Works and Government Services Canada/Réception des soumissions Travaux publics et Services gouvernementaux Canada

800 Burrard Street, Room 219 800, rue Burrard, pièce 219 Vancouver, BC V6Z 0B9

Bid Fax: (604) 775-7526 CCC No./N° CCC - FMS No./N° VME

Proposal To: Public Works and Government Services Canada

Comments - Commentaires

Vendor/Firm Name and Address

Issuing Office - Bureau de distribution

Public Works and Government Services Canada - Pacific Region

219 - 800 Burrard Street 800, rue Burrard, pièce 219 Vancouver, BC V6Z 0B9

Proposition aux: Travaux Publics et Services Gouvernementaux Canada

Nous offrons par la présente de vendre à Sa Majesté la Reine du chef du Canada, aux conditions énoncées ou incluses par référence dans la présente et aux annexes ci-jointes, les biens, services et construction énumérés ici sur toute feuille ci-annexée, au(x) prix indiqué(s).

We hereby offer to sell to Her Majesty the Queen in right of Canada, in accordance with the terms and conditions set out herein, referred to herein or attached hereto, the goods, services, and construction listed herein and on any attached sheets at the price(s) set out therefor.

Raison sociale et adresse du fournisseur/de l'entrepreneur

GETS Reference No. - N° de référence de SEAG

Buyer Id - Id de l'acheteur van591

Date 2019-12-17

Delivery Offered - Livraison proposée Delivery Required - Livraison exigée

Vendor/Firm Name and Address

Signature Date

Name and title of person authorized to sign on behalf of Vendor/Firm (type or print)

Nom et titre de la personne autorisée à signer au nom du fournisseur/

de l'entrepreneur (taper ou écrire en caractères d'imprimerie) Instructions: Voir aux présentes

Instructions: See Herein

See Herein

Raison sociale et adresse du fournisseur/de l'entrepreneur

Telephone No. - N° de téléphone Facsimile No. - N° de télécopieur

(2)

TABLE OF CONTENTS

PART 1 - GENERAL INFORMATION ... 2

1.1 REQUIREMENT ... 2

1.2 DEBRIEFINGS ... 2

1.3 TRADE AGREEMENTS ... 2

1.4 EPOST CONNECT SERVICE ... 2

PART 2 - BIDDER INSTRUCTIONS ... 2

2.1 STANDARD INSTRUCTIONS, CLAUSES AND CONDITIONS ... 2

2.2 SUBMISSION OF BIDS... 3

2.3 ENQUIRIES - BID SOLICITATION ... 3

2.4 APPLICABLE LAWS ... 3

PART 3 - BID PREPARATION INSTRUCTIONS ... 3

3.1 BID PREPARATION INSTRUCTIONS ... 3

PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION ... 6

4.1 EVALUATION PROCEDURES ... 6

4.2 BASIS OF SELECTION... 6

PART 5 – CERTIFICATIONS AND ADDITIONAL INFORMATION ... 6

5.1 CERTIFICATIONS REQUIRED WITH THE BID ... 6

5.2 CERTIFICATIONS PRECEDENT TO CONTRACT AWARD AND ADDITIONAL INFORMATION ... 7

PART 6 - RESULTING CONTRACT CLAUSES ... 7

6.1 SECURITY REQUIREMENTS ... 7

6.2 REQUIREMENT ... 7

6.3 STANDARD CLAUSES AND CONDITIONS ... 7

6.4 TERM OF CONTRACT ... 8

6.5 AUTHORITIES ... 8

6.6 PAYMENT ... 9

6.7 INVOICING INSTRUCTIONS ... 10

6.8 CERTIFICATIONS AND ADDITIONAL INFORMATION ... 10

6.9 APPLICABLE LAWS ... 10

6.10 PRIORITY OF DOCUMENTS ... 10

6.11 SACC MANUALCLAUSES ... 10

ANNEX "A" ... 11

REQUIREMENT ... 11

ANNEX "B" ... 21

BASIS OF PAYMENT ... 21

ANNEX “C” TO PART 3 OF THE BID SOLICITATION ... 22

ELECTRONIC PAYMENT INSTRUMENTS ... 22

FORM “A” TO PART 3 OF THE BID SOLICITATION ... 23

FORM A - BIDDER’S SUBMISSION INFORMTION ... 23

FORM “B” TO PART 3 OF THE BID SOLICITATION ... 24

FORM B - SUBSTANTIATION OF TECHNICAL COMPLIANCE FORM ... 25

(3)

PART 1 - GENERAL INFORMATION 1.1 Requirement

The requirement is detailed under Article 6.2 of the resulting contract clauses.

1.2 Debriefings

Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid

solicitation process. The debriefing may be in writing, by telephone or in person.

1.3 Trade Agreements

The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade

Agreement (CFTA).

1.4 epost Connect service

This bid solicitation allows bidders to use the epost Connect service provided by Canada Post

Corporation to transmit their bid electronically. Bidders must refer to Part 2 entitled Bidder Instructions, and Part 3 entitled Bid Preparation Instructions, of the bid solicitation, for further information.

PART 2 - BIDDER INSTRUCTIONS

2.1 Standard Instructions, Clauses and Conditions

All instructions, clauses and conditions identified in the bid solicitation by number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual (https://buyandsell.gc.ca/policy-and- guidelines/standard-acquisition-clauses-and-conditions-manual) issued by Public Works and Government Services Canada.

Bidders who submit a bid agree to be bound by the instructions, clauses and conditions of the bid solicitation and accept the clauses and conditions of the resulting contract.

The 2003 (2019-03-04) Standard Instructions - Goods or Services - Competitive Requirements, are incorporated by reference into and form part of the bid solicitation.

Subsection 5.4 of 2003, Standard Instructions - Goods or Services - Competitive Requirements, is amended as follows:

Delete: 60 days Insert: 120 days

2.1.1 SACC Manual Clauses

B3000T (2006-06-16), Equivalent Products

(4)

2.2 Submission of Bids

Bids must be submitted only to the Public Works and Government Services Canada (PWGSC) Bid Receiving Unit specified below by the date and time indicated on page 1 of the bid solicitation:

Bid Receiving

Public Works and Government Services Canada 800 Burrard Street, Room 219

Vancouver, BC V6Z 0B9

TPSGC.RPReceptiondessoumissions-PRBidReceiving.PWGSC@tpsgc-pwgsc.gc.ca

Note: Bids will not be accepted if emailed directly to this email address. This email address is to be used to open an epost Connect conversation, as detailed in Standard Instructions 2003, or to send bids through an epost Connect message if the bidder is using its own licensing agreement for epost Connect.

Facsimile number: (604) 775-7526 2.3 Enquiries - Bid Solicitation

All enquiries must be submitted in writing to the Contracting Authority no later than 14 calendar days before the bid closing date. Enquiries received after that time may not be answered.

Bidders should reference as accurately as possible the numbered item of the bid solicitation to which the enquiry relates. Care should be taken by Bidders to explain each question in sufficient detail in order to enable Canada to provide an accurate answer. Technical enquiries that are of a proprietary nature must be clearly marked "proprietary" at each relevant item. Items identified as "proprietary" will be treated as such except where Canada determines that the enquiry is not of a proprietary nature. Canada may edit the question(s) or may request that the Bidder do so, so that the proprietary nature of the question(s) is eliminated, and the enquiry can be answered to all Bidders. Enquiries not submitted in a form that can be distributed to all Bidders may not be answered by Canada.

2.4 Applicable Laws

Any resulting contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in British Columbia.

Bidders may, at their discretion, substitute the applicable laws of a Canadian province or territory of their choice without affecting the validity of their bid, by deleting the name of the Canadian province or territory specified and inserting the name of the Canadian province or territory of their choice. If no change is made, it acknowledges that the applicable laws specified are acceptable to the Bidders.

PART 3 - BID PREPARATION INSTRUCTIONS 3.1 Bid Preparation Instructions

x If the Bidder chooses to submit its bid electronically, Canada requests that the Bidder submits its bid in accordance with section 08 of the 2003 standard instructions. The epost Connect system has a limit of 1GB per single message posted and a limit of 20GB per conversation.

The bid must be gathered per section and separated as follows:

(5)

Section I: Technical Bid Section II: Financial Bid Section III: Certifications

Section IV: Additional Information

x If the Bidder chooses to submit its bid in hard copies, Canada requests that the Bidder submits its bid in separately bound sections as follows:

Section I: Technical Bid (2 hard copies) Section II: Financial Bid (1 hard copies) Section III: Certifications (1 hard copies)

Section IV: Additional Information (1 hard copies)

If there is a discrepancy between the wording of the soft copy on electronic media and the hard copy, the wording of the hard copy will have priority over the wording of the soft copy.

x If the Bidder is simultaneously providing copies of its bid using multiple acceptable delivery methods, and if there is a discrepancy between the wording of any of these copies and the electronic copy provided through epost Connect service, the wording of the electronic copy provided through epost Connect service will have priority over the wording of the other copies.

Prices must appear in the financial bid only. No prices must be indicated in any other section of the bid.

Canada requests that bidders follow the format instructions described below in the preparation of hard copy of their bid:

(a) use 8.5 x 11 inch (216 mm x 279 mm) paper;

(b) use a numbering system that corresponds to the bid solicitation.

In April 2006, Canada issued a policy directing federal departments and agencies to take the necessary steps to incorporate environmental considerations into the procurement process Policy on Green Procurement (https://www.tbs-sct.gc.ca/pol/doc-eng.aspx?id=32573). To assist Canada in reaching its objectives, bidders should:

1) use 8.5 x 11 inch (216 mm x 279 mm) paper containing fibre certified as originating from a sustainably-managed forest and containing minimum 30% recycled content; and 2) use an environmentally-preferable format including black and white printing instead of

colour printing, printing double sided/duplex, using staples or clips instead of cerlox, duotangs or binders.

Section I: Technical Bid

Canada requests that Bidders address and present topics in the order of the evaluation criteria under the same headings. To avoid duplication, Bidders may refer to different sections of their bids by identifying the specific paragraph and page number where the subject topic has already been addressed.

The technical bid consists of the following:

i. Bid Submission Form (Form A): Bidders are requested to include the Bid Submission Form with their bids. It provides a common form in which bidders can provide information required for evaluation and contract award. Using the form to provide this information is not mandatory, but it

(6)

is recommended. If Canada determines that the information required by the Bid Submission Form is incomplete or requires correction, Canada will provide the Bidder with an opportunity to do so.

ii. Substantiation of Technical Compliance (Form B): The bidder must substantiate compliance of its proposed solution with the specific articles of Annex A (Requirement) identified in the Substantiation of Technical Compliance Form, which is the requested format for providing the substantiation.

Bidders:

a. Must designate the brand name, model and/or part number of the proposed product; and b. Must provide complete Technical and descriptive literature to substantiate that the

proposed product’s meets the mandatory requirements that are specified in the bid solicitation (Form B)

The substantiation may refer to additional documentation submitted with the bid - this information can be referenced in the "Bidder’s Proposal" column of the Substantiation of Technical

Compliance Form, where bidders are requested to indicate where in the bid the reference material can be found, including the title of the document, and the page and paragraph numbers;

where the reference is not sufficiently precise, Canada may request that the Bidder direct Canada to the appropriate location in the documentation.

Using the Substantiation of Technical Compliance form to provide this information is not mandatory, but it is recommended. If Canada determines that the information required by the Substantiation of Technical Compliance Form is incomplete, Canada may, but will have no obligation to, seek clarification or verification from the bidders regarding any or all of the information provided by them with respect to Form B.

Where Canada determines that the substantiation is not complete, the Bidder will be declared non-responsive and disqualified.

Section II: Financial Bid

i. Bidders must submit their financial bid in Canadian funds, in accordance with the Basis of Payment in Annex "B".

ii. Blank Prices: Bidders are requested to insert "$0.00" for any item for which it does not intend to charge or for items that are already included in other prices set out in the tables. If the Bidder leaves any price blank, Canada will treat the price as "$0.00" for evaluation purposes and may request that the Bidder confirm that the price is, in fact, $0.00. No bidder will be permitted to add or change a price as part of this confirmation. Any bidder who does not confirm that the price for a blank item is $0.00 will be declared non-responsive.

3.1.1 Electronic Payment of Invoices – Bid

If you are willing to accept payment of invoices by Electronic Payment Instruments, complete Annex “C”

Electronic Payment Instruments, to identify which ones are accepted.

If Annex “C” Electronic Payment Instruments is not completed, it will be considered as if Electronic Payment Instruments are not being accepted for payment of invoices.

(7)

Acceptance of Electronic Payment Instruments will not be considered as an evaluation criterion.

3.1.2 Exchange Rate Fluctuation

C3011T (2013-11-06), Exchange Rate Fluctuation 3.1.3 SACC Manual Clauses

Section III: Certifications

Bidders must submit the certifications and additional information required under Part 5.

PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION 4.1 Evaluation Procedures

(a) Bids will be assessed in accordance with the entire requirement of the bid solicitation including the technical and financial evaluation criteria.

(b) An evaluation team composed of representatives of Canada will evaluate the bids.

4.1.1 Technical Evaluation

4.1.1.1 Mandatory Technical Criteria Please refer to Form “B”

4.1.2 Financial Evaluation

Please provide pricing as per Annex “B”

SACC Manual Clause A0222T (2014-06-26), Evaluation of Price-Canadian/Foreign Bidders 4.2 Basis of Selection

4.2.1 Basis of Selection – Mandatory Technical Criteria

SACC Manual Clause A0031T(2010-08-16) Basis of Selection – Mandatory Technical Criteria PART 5 – CERTIFICATIONS AND ADDITIONAL INFORMATION

Bidders must provide the required certifications and additional information to be awarded a contract.

The certifications provided by Bidders to Canada are subject to verification by Canada at all times. Unless specified otherwise, Canada will declare a bid non-responsive, or will declare a contractor in default if any certification made by the Bidder is found to be untrue whether made knowingly or unknowingly, during the bid evaluation period or during the contract period.

The Contracting Authority will have the right to ask for additional information to verify the Bidder’s certifications. Failure to comply and to cooperate with any request or requirement imposed by the Contracting Authority will render the bid non-responsive or constitute a default under the Contract.

5.1 Certifications Required with the Bid

Bidders must submit the following duly completed certifications as part of their bid.

(8)

5.1.1 Integrity Provisions - Declaration of Convicted Offences

In accordance with the Integrity Provisions of the Standard Instructions, all bidders must provide with their bid, if applicable, the declaration form available on the Forms for the Integrity Regime website

(http://www.tpsgc-pwgsc.gc.ca/ci-if/declaration-eng.html), to be given further consideration in the procurement process.

5.2 Certifications Precedent to Contract Award and Additional Information

The certifications and additional information listed below should be submitted with the bid, but may be submitted afterwards. If any of these required certifications or additional information is not completed and submitted as requested, the Contracting Authority will inform the Bidder of a time frame within which to provide the information. Failure to provide the certifications or the additional information listed below within the time frame provided will render the bid non-responsive.

5.2.1 Integrity Provisions – Required Documentation

In accordance with the section titled Information to be provided when bidding, contracting or entering into a real property agreement of the Ineligibility and Suspension Policy(http://www.tpsgc-pwgsc.gc.ca/ci- if/politique-policy-eng.html), the Bidder must provide the required documentation, as applicable, to be given further consideration in the procurement process.

5.2.2 Federal Contractors Program for Employment Equity - Bid Certification

By submitting a bid, the Bidder certifies that the Bidder, and any of the Bidder's members if the Bidder is a Joint Venture, is not named on the Federal Contractors Program (FCP) for employment equity "FCP Limited Eligibility to Bid" list available at the bottom of the page of the Employment and Social Development Canada (ESDC) - Labour's website (https://www.canada.ca/en/employment-social- development/programs/employment-equity/federal-contractor-program.html#).

Canada will have the right to declare a bid non-responsive if the Bidder, or any member of the Bidder if the Bidder is a Joint Venture, appears on the “FCP Limited Eligibility to Bid“ list at the time of contract award.

PART 6 - RESULTING CONTRACT CLAUSES

The following clauses and conditions apply to and form part of any contract resulting from the bid solicitation.

6.1 Security Requirements

6.1.1 There is no security requirement applicable to the Contract.

6.2 Requirement

The Contractor must provide the items detailed under the "Requirement" at Annex "A".

6.3 Standard Clauses and Conditions

All clauses and conditions identified in the Contract by number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual(https://buyandsell.gc.ca/policy-and-guidelines/standard- acquisition-clauses-and-conditions-manual) issued by Public Works and Government Services Canada.

6.3.1 General Conditions

(9)

2010A (2018-06-21), General Conditions - Goods (Medium Complexity), apply to and form part of the Contract.

6.4 Term of Contract 6.4.1 Delivery Date

All the deliverables must be received on or before March 31, 2021.

6.4.2 Delivery Points

Delivery of the requirement will be made to delivery point(s) specified at Annex “A” of the Contract.

6.5 Authorities

6.5.1 Contracting Authority

The Contracting Authority for the Contract is:

Name: Sangeeta Dutt Title: Supply Officer

Public Works and Government Services Canada Acquisitions Branch

Address: Room 219 - 800 Burrard Street, Vancouver, B.C. V6Z 0B9 Telephone: 778-231-5951

Facsimile: 604-775-7526

E-mail address: Sangeeta.Dutt@pwgsc-tpsgc.gc.ca

The Contracting Authority is responsible for the management of the Contract and any changes to the Contract must be authorized in writing by the Contracting Authority. The Contractor must not perform work in excess of or outside the scope of the Contract based on verbal or written requests or instructions from anybody other than the Contracting Authority.

6.5.2 Project Authority (to be inserted at contract award) The Project Authority for the Contract is:

Name: _________

Title: _________

Organization: __________

Address: __________

Telephone: ___ ___ _______

Facsimile: ___ ___ _______

E-mail address: ___________

The Project Authority is the representative of the department or agency for whom the Work is being carried out under the Contract and is responsible for all matters concerning the technical content of the Work under the Contract. Technical matters may be discussed with the Project Authority, however the Project Authority has no authority to authorize changes to the scope of the Work. Changes to the scope of the Work can only be made through a contract amendment issued by the Contracting Authority.

(10)

6.5.3 Contractor's Representative (bidder to insert information) The Contractor’s Representative for the Contract is:

Name Title

Organization Address Telephone Facsimile E-mail address

6.6 Payment

6.6.1 Basis of Payment

In consideration of the Contractor satisfactorily completing all of its obligations under the Contract, the Contractor will be paid a firm unit price, as specified in Annex “B” for a cost of $ _________ insert the amount at contract award). Customs duties are included and Applicable Taxes are extra.

Canada will not pay the Contractor for any design changes, modifications or interpretations of the Work, unless they have been approved, in writing, by the Contracting Authority before their incorporation into the Work.

6.6.2 Limitation of Price

SACC Manual clause C6000C (2017-08-17), Limitation of Price 6.6.3 Method of Payment

SACC Manual clause H1000C, (2008-05-12) Single Payment 6.6.4 Electronic Payment of Invoices – Contract (if applicable)

The Contractor accepts to be paid using any of the following Electronic Payment Instrument(s):

a. Visa Acquisition Card;

b. MasterCard Acquisition Card;

c. Direct Deposit (Domestic and International);

d. Electronic Data Interchange (EDI);

e. Wire Transfer (International Only);

f. Large Value Transfer System (LVTS) (Over $25M) 6.6.5 Price

SACC Manual clause C2000C (2007-11-30), Taxes - Foreign-based Contractor

(11)

6.7 Invoicing Instructions

1. The Contractor must submit invoices in accordance with the section entitled "Invoice Submission"

of the general conditions. Invoices cannot be submitted until all work identified in the invoice is completed.

2. Invoices must be distributed as follows:

a. The original and one (1) copy must be forwarded to the address shown on page 1 of the Contract for certification and payment.

b. One (1) copy must be forwarded to the Contracting Authority identified under the section entitled "Authorities" of the Contract.

6.8 Certifications and Additional Information 6.8.1 Compliance

Unless specified otherwise, the continuous compliance with the certifications provided by the Contractor in its bid or precedent to contract award, and the ongoing cooperation in providing additional information are conditions of the Contract and failure to comply will constitute the Contractor in default. Certifications are subject to verification by Canada during the entire period of the Contract.

6.9 Applicable Laws

The Contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in _____________ (insert the name of the province or territory as specified by the Bidder in its bid, if applicable).

6.10 Priority of Documents

If there is a discrepancy between the wording of any documents that appear on the list, the wording of the document that first appears on the list has priority over the wording of any document that subsequently appears on the list.

(a) the Articles of Agreement;

(b) the general conditions 2010A (2018-06-21), General Conditions - Goods (Medium Complexity), apply to and form part of the Contract;

(d) Annex A, Requirement;

(e) Annex B, Basis of Payment;

(f) the Contractor's bid dated _______ (insert date of bid) (If the bid was clarified or amended, insert at the time of contract award: “, as clarified on _______” or “, as amended on_________” and insert date(s) of clarification(s) or amendment(s))

6.11 SACC Manual Clauses A9049C (2011-05-16), Vehicle Safety B7500C (2006-06-16), Excess Goods D0018C (2007-11-30) Delivery and Unloading

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

(12)

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.

(13)

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.

(14)

.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.

(15)

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.

(16)

.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-1-GP-88, shade 508-101, standard paint colour 1- GP-12, or manufacturer’s closest equivalent.

(17)

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.

(18)

.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.

(19)

.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

(20)

.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.

(21)

.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.

(22)

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 $

(23)

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)

(24)

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

(25)

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

“Comply Y/N”, indicate whether or not the proposed system being offered meets or does not meet the requirements;

b) opposite each specification under MANDATORY SPECIFICATIONS, in the right hand margin under Bidder’s Proposal, where it requests additional information, provide the information as requested; and

c) provide for each item (section 6-8), the reference page number(s) in the provided Technical literature and highlight the technical information that supports your compliance with the mandatory Specification.

2) It will be to your advantage to furnish as much detail as possible to support the specifications your comments or claims of compliance for each specification.

3) Canada is under NO obligation to seek clarification of the bid(s) or the supporting technical documentation provided. Bidders should note that failure to demonstrate any capability to which they claim compliance will result in their proposal being considered non-responsive. Any deviation is to be clearly identified and supported with full details.

(26)

Solicitation No. - N° de l'invitationAmd. No. - N° de la modif. Buyer ID - Id de l'acheteur T7061-190011/AVAN591 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME T7061-190011 Page 25 of - de 42

FORM B - SUBSTANTIATION OF TECHNICAL COMPLIANCE FORM Mandatory SpecificationsBidder’s Proposal Section 1: SCOPE 1.1Scope – 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

SPECIFY THE ACTUAL COMPONENTS SUPPLIED, AND RATED CAPACITIES, FOR THE UNITS TENDERED. NOT DETAIL ANY DEVIATIONS FROM THE SPECIFIED ITEMS Section 2: GENERAL REQUIREMENTS 2.1Standard 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. 2.2Overview – 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. 2.3Operating 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.

PROVIDE DETAILS_________ MAKE__________ MODEL__________ COMPLY_________

(27)

Solicitation No. - N° de l'invitationAmd. No. - N° de la modif. Buyer ID - Id de l'acheteur T7061-190011/AVAN591 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME T7061-190011 Page 26 of - de 42

Mandatory SpecificationsBidder’s Proposal Section 3: REGULATIONS AND STANDARDS 3.1General – All standards and specifications referenced herein refer to the latest editions. 3.2Highway 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. 3.3Canada Motor Vehicle Safety Standards – The vehicle must adhere to all applicable Canada Motor Vehicle Safety Standards. 3.4Society of Automotive Engineers – All notations in this specification indicating SAE refer to the most recent specification in effect by the Society of automotive Engineers.

COMPLY_________ COMPLY_________ COMPLY_________ COMPLY_________ Section 4: DELIVERY 4.1Pre-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. 4.2Documentation – 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. 4.3Inspection – 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.

PDI_________ ADDRESS_________ PROVIDE DETAILS_____ COMPLY_________ COMPLY_________

(28)

Solicitation No. - N° de l'invitationAmd. No. - N° de la modif. Buyer ID - Id de l'acheteur T7061-190011/AVAN591 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME T7061-190011 Page 27 of - de 42

Mandatory SpecificationsBidder’s Proposal Section 5: WARRANTY AND MANUALS 5.1Manuals – 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. 5.2Warranty 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. 5.3Dealer – 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.

COMPLY_________ PROVIDE DETAILS OF ALL WARRANTIES___ DEALER_________ CONTACT_________ PHONE_________ Section 6: CAB AND CHASSIS 6.1G.V.W.R. .1 The minimum gross vehicle weight rating must be (19, 505 kg.) 43,000 lbs. 6.2Chassis 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 ofCab must be 2794mm to 2900mm (110 in to 114 in). .3 Wheelbase must be 3605mm to 3935mm (142 in to 155

ACTUAL GVWR_________ ACTUAL CA_________ ACTUAL BBC_________ ACTUAL WB_________

(29)

Solicitation No. - N° de l'invitationAmd. No. - N° de la modif. Buyer ID - Id de l'acheteur T7061-190011/AVAN591 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME T7061-190011 Page 28 of - de 42

Mandatory SpecificationsBidder’s Proposal in). .4 MaximumTurning Radius must be (9.75 M) 32ft to centerline of front tire. 6.3Engine .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. .4Oil 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

ACTUAL TR_________ ENGINE MAKE AND MODEL____ ACTUAL HP_________ ACTUAL TORQUE_________ COMPLY_________ COMPLY_________ COMPLY_________ COMPLY_________ PROVIDE DETAILS_________ COMPLY_________

(30)

Solicitation No. - N° de l'invitationAmd. No. - N° de la modif. Buyer ID - Id de l'acheteur T7061-190011/AVAN591 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME T7061-190011 Page 29 of - de 42

Mandatory SpecificationsBidder’s Proposal 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. 6.4Transmission .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. 6.6Drive Line .1 Must be a Spicer 1710HD series or “equivalent” drive shaft(s) and universal joints.

COMPLY_________ TRANSMISSION MAKE AND MODEL____ COMPLY_________ COMPLY_________ COMPLY_________ FRONT RATING_________ REAR RATING_________ AUX RATING_________ PROVIDE DETAILS_________ COMPLY_________ MAKE AND SERIES_________

(31)

Solicitation No. - N° de l'invitationAmd. No. - N° de la modif. Buyer ID - Id de l'acheteur T7061-190011/AVAN591 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME T7061-190011 Page 30 of - de 42

Mandatory SpecificationsBidder’s Proposal .2 Must have a visible oil seal caps on the front axle. 6.7Frame .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. 6.8Axles .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. 6.9Wheels .1 Front rims must be 12.25 x 22.5 inches .2 Rear dual rims must be 8.25 x 22.5 inches

COMPLY_________ ACTUAL RATING_________ COMPLY_________ COMPLY_________ ACTUAL CAPACITY_________ SET BACK DIMENSION______ ACTUAL CAPACITY_________ AXLE RATIO_________ TOP SPEED_________ PROVIDE DETAILS_________ FRONT RIM SIZE_________ REAR RIM SIZE_________

(32)

Solicitation No. - N° de l'invitationAmd. No. - N° de la modif. Buyer ID - Id de l'acheteur T7061-190011/AVAN591 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME T7061-190011 Page 31 of - de 42

Mandatory SpecificationsBidder’s Proposal .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. 6.10Tires .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.” 6.11Steering .1 Must be Integral power steering with a right side slave or ram. 6.12Fuel Tank .1 Capacity must not be less than 220 litres. Left hand side mounted preferred. 6.13Exhaust .1 Must be a vertical exhaust pipe equipped with an elbow. 6.14Brakes .1 Must be a full air brake system that incorporate the following items:

COMPLY_________ FRONT WHEEL RATING_____ REAR WHEEL RATING_____ COMPLY_________ MAKE AND TYPE_________ MAKE AND TYPE_________ COMPLY_________ ACTUAL CAPACITY_________ COMPLY_________ COMPLY_________

Références

Documents relatifs

Total number of pages in this publication is 22 consisting of the following: Un zéro dans la colonne Numéro de modificatif indique une page originale. La lettre E ou F indique que

- N° du dossierCCC No./N° CCC - FMS No./N° VME E60BK-170014/A370BK- E60BK-170014/A Page37of6 OGD’s - OPTION YEAR 2 - to be inserted at Contract Award (Quantity breakdown by

Le verre trempé, le cadre et les composants doivent être conçus, fabriqués et certifiés conformément aux règles et règlements d’une société de classification reconnue par

Unless specified otherwise, the continuous compliance with the certifications provided by the Contractor in its bid or precedent to contract award, and the ongoing cooperation

Le chargé de projet doit aussi s’assurer que les employés et les sous-traitants du fournisseur qui doivent accéder au site respectent le délai accordé au fournisseur pour aller

The examples also clearly indicate the following information: Date of contract; Duration of contract;; Name of customers; Type(s) of aircraft; and Type(s)

If the Standing Offer is authorized for use beyond the initial period, the Offeror offers to extend its offer for an additional three (3) one year periods, under the same

Un maximum de deux (2) personnes, agissant comme porte-paroles du proposant, peuvent participer à la présentation. Ces porte-paroles doivent faire parties de l’équipe