MIDDLESEX-LONDON PARAMEDIC SERVICE · 2019-10-17 · Middlesex London Paramedic Service Proposal...
Transcript of MIDDLESEX-LONDON PARAMEDIC SERVICE · 2019-10-17 · Middlesex London Paramedic Service Proposal...
Middlesex London Paramedic Service
Proposal Number 2019-10-MRC
MIDDLESEX-LONDON PARAMEDIC SERVICE
REQUEST FOR PROPOSAL
FOR LAND AMBULANCE FLEET
MAINTENANCE/REPAIRS & INSPECTIONS
REQUEST FOR PROPOSAL # 2019-10-MRC
ISSUE DATE: October 16, 2019
CLOSING LOCATION:
MLPS HEADQUARTERS
1035 Adelaide Street London, Ontario N6E 1R4
CLOSING DATE AND TIME:
Friday November 22, 2019 @ 12:00pm
Middlesex London Paramedic Service
Proposal Number 2019-10-MRC
BID IRREGULARITIES
RESPONSES FOR ADMINISTERING IRREGULARITIES CONTAINED IN BIDS
IRREGULARITY RESPONSE
1. Late Bids Automatic rejection; not read publicly
and returned unopened to the bidder.
2. Unsealed Envelopes Automatic rejection
3. Insufficient Financial Security (e.g. No bid
deposit or insufficient bid deposit) (if
requested)
Automatic rejection
4. Failure to insert the name of the bonding
company in the space provided for in the
Form of Proposal (if requested)
Automatic rejection
5. Failure to provide a letter of agreement to
bond where required (if requested)
Automatic rejection
6. Incomplete, illegible or obscure Bids or
Bids which contain additions not called
for, erasures, overwriting (not initialled),
errors or irregularities of any kind.
48 Hours to rectify situation
7. Documents, in which all necessary
Addenda have not been acknowledged.
Automatic rejection
8. Failure to attend mandatory site visit (if
requested).
Automatic rejection
9. Bids received on documents other than
those provided by Middlesex-London
Paramedic Service
Automatic rejection
10. Failure to insert the Bidder’s business
name in the spaces provided in the Form
of Proposal.
Automatic rejection
11. Failure to include signature of the person
authorized to bind the Bidder in the space
provided in the Form of Tender.
48 Hours to rectify situation
12. Qualified bids (bids qualified or restricted
by an attached statement).
Automatic rejection
13. Bids containing minor obvious clerical
errors.
48 hours to correct and initial errors.
14. Bids completed and/or signed in erasable
medium.
Automatic rejection
Middlesex London Paramedic Service
Proposal Number 2019-10-MRC
(ALL BEING PART OF THIS R.F.P.)
Part Page
I Information to Proponents & General Conditions 4
II Specifications, Core Requirements & Confirmation 14
III Form of Proposal 17
Appendices
Appendix “A” Certificate of Insurance
Appendix “B” Vehicle Inventory
Appendix “C” Addresses of Ambulance Stations
Appendix “D” Sample Agreement
Appendix “E” Current Inspection Requirements
Middlesex London Paramedic Service Land Ambulance Fleet Maintenance/Repairs & Inspections
Specifications, Core Requirements & Confirmation Part II Request Number 2019-10-MRC
4
1. General Description of Work
This Request for Proposal by Middlesex-London Paramedic Service, herein after called “MLPS”,
provides for all labour and materials and equipment necessary for the Maintenance/Repairs and
Inspections of Land Ambulances and associated vehicles, as detailed herein. The estimated full
replacement cycle for the Land Ambulances themselves is 54 months.
2. Date and Time for Receiving Proposals
All submissions must be sealed and be received by MLPS’s administration department, located at 1035
Adelaide Street, London Ontario no later than Friday November 22, 2019 @ 12:00pm.
Submissions received after this deadline will not be accepted and will be returned unopened to the
Proponent. Please note that Proponents are solely responsible to ensure that their submissions are
received by the logistics department on or before the deadline. MLPS will not accept any submission
after this deadline notwithstanding the reason for its late receipt.
Please also note that, in the event of any question regarding the timely receipt of any submission, the
time on the clock designated by MLPS will absolutely prevail over any other time piece regardless of
any discrepancies between the times on MLPS’ designated clock and actual time.
Bids will be opened for REGISTRATION OF BIDS RECEIVED only, at a public meeting at 1035
Adelaide Street, London, Ontario N6E 1R4 on Friday, November 29, 2019 @ 9:00am.
3. Form of Proposal
PROPOSALS SHALL BE SUBMITTED IN TWO ENVELOPES ADDRESSED TO MR. COLIN
HEISE, MLPS, AT THE ADDRESS NOTED ABOVE, WHICH CLEARLY IDENTIFIES THE
DOCUMENT(s) ENCLOSED AS A PROPOSAL, GIVES NOTE OF THE PROPOSAL NUMBER
AND THE NAME AND ADDRESS OF THE BIDDER.
FOR YOUR CONVENIENCE A MLPS REPLY ENVELOPE IS ENCLOSED WHICH IS READILY
RECOGNIZED BY MLEMSA EMPLOYEES. WE WILL NOT BE RESPONSIBLE FOR ANY
PROPOSAL(s) WHICH ARE LOST OR MISPLACED AS A RESULT OF FAILURE TO USE THIS
ENVELOPE.
The Proposal must not be restricted by a statement added to the Proposal Form or by a covering letter, or by
alterations to the Proposal Form, as supplied by MLPS, unless otherwise provided herein. Adjustments by
fax or letter to a Proposal already submitted will not be considered.
Middlesex London Paramedic Service Land Ambulance Fleet Maintenance/Repairs & Inspections
Specifications, Core Requirements & Confirmation Part II Request Number 2019-10-MRC
5
3. Form of Proposal (Continued)
The Proposal form must be signed in the space provided on the Form, with the signature of the Proponent
or responsible official of the firm bidding. If a joint Proposal is submitted, it must be signed and addressed
on behalf of each of the Proponents. Catalogues, brochures and bulky documents will be submitted under
separate cover and must be clearly identified as being supplementary documents for this Request for
Proposal.
4. Documentation
Proponents shall submit SIX (6) SETS of the complete Proposal documents. One set must contain original
signatures and be identified as “MASTER”. Additional sets may be photocopied and identified as
“DUPLICATE”. Any supplementary pricing must be attached to the Offer of Proposal and will be
considered to be an integral part of the Proposals.
All unit prices must be clearly indicated and all extension and lump sum prices written in figures. The
Proposal must not be restricted by a statement added to the Proposal form or by a covering letter, or by
alterations to the Offer of Proposal Form, as supplied by MLPS, unless otherwise provided herein.
Adjustments by fax or letter to a Proposal already submitted will not be considered.
The Offer of Proposal must be signed and witnessed by responsible officers of the company and the company
must be clearly identified. The Proposal must not be restricted by adding any statements, or by a covering
letter, or by alteration to the printed words of the Proposal as supplied unless otherwise provided herein.
As this is a Request for Proposal, it is the Proponents’ responsibility to include an itemized summary
of all items requested and contained within this Request for Proposal.
These submissions will be considered along with price in determining the successful proponent. It is
therefore crucial that complete documentation be supplied.
Any Proponent must be prepared, if requested by the Evaluation Team, to make a brief presentation.
This presentation would be 15 to 20 minutes in length and would contain highlights of their Proposal.
This presentation, if requested, will form part of the final award evaluation. MLPS will not be liable for
any costs incurred by the proponent for such presentation.
5. Confidentiality
The Proposal must not be restricted by any statement, covering letter or alteration by the Proponent in
respect of confidential or proprietary information. MLPS will treat all Proposals as confidential. MLPS
will comply with the Municipal Freedom of Information and Protection of Privacy Act, and its retention
by-law pursuant to the Municipal Act, in respect of all proposals. All Public Reports approved by the
Council of the County will become public information. Such Public Reports will not include Proposal
documents. MLPS will not return, and will destroy all copies of any unsuccessful Proposal.
Middlesex London Paramedic Service Land Ambulance Fleet Maintenance/Repairs & Inspections
Specifications, Core Requirements & Confirmation Part II Request Number 2019-10-MRC
6
6. Workplace Safety and Insurance Board Clearance
The Successful Proponent(s) must furnish its/their Workplace Safety and Insurance Board (W.S.I.B.)
account number. A W.S.I.B. Certificate of Clearance (not more than 30 days old) must be included with the
Proposal.
7. Liability Insurance Policy
Within fifteen (15) days of being notified of the award the Successful Proponent must furnish MLPS
with a CERTIFICATE OF INSURANCE, on the MLPS’ standard Certificate of Insurance form (sample
attached – Appendix ‘A’), for a Liability Insurance Policy, covering Public Liability and Property
Damage in a minimum amount of $2,000,000.00 inclusive. MLEMSA and MLPS shall both be noted as
named insureds. Such policy shall contain:
a. A "Cross Liability" clause or endorsement; and
b. an endorsement certifying that MLPS is included as an additional insured; and
c. an endorsement to the effect that the policy or policies will not be altered, cancelled or allowed to lapse
without at least thirty (30) days advance written notice to MLPS.
The Liability Insurance Policy and/or endorsements shall be satisfactory to MLPS. MLPS reserves the right
to request a certified copy of the full commercial general liability policy.
8 Withdrawal of Proposals
A Proposal may be withdrawn unopened after it has been deposited, if such request is received in
writing by the Logistics Coordinator prior to the time specified for the opening of Proposals.
9. Clarification
It will be the Proponent's responsibility to clarify any details in question before submitting a Proposal. All
official correspondence should be directed to and will be issued by Mr. Colin Heise, MLPS. Any questions
must be received in writing no later than Wednesday November 20, 2019 at 8:00am. MLPS bears no
responsibility for any oral communication, instruction or suggestions.
10 Alternate Proposals
It is recognized that some companies may wish to submit more than one response to this Request for
Proposal. In such cases a separate Form of Proposal must be submitted for each alternate offered. The
alternate Proposals MUST be clearly identified as alternates and will be submitted under the conditions of
this Request for Proposal.
Middlesex London Paramedic Service Land Ambulance Fleet Maintenance/Repairs & Inspections
Specifications, Core Requirements & Confirmation Part II Request Number 2019-10-MRC
7
11. Error and Correction
MLPS reserves the right in its total discretion to make all necessary corrections to any Proposal which
contains mathematical errors and may refer to the unit price in making such corrections.
12. Taxes
All prices and fees offered by Proponent in response to this Request for Proposal shall be subject to
Harmonized Sales Tax.
13. Evaluation Team
The Evaluation Team shall consist of a member(s) from:
1. MLPS’ Management Team
2. The Corporation of the County of Middlesex
3. MLPS’ Purchasing and Inventory Specialist
4. Lerners LLP Representative (will act as an advisor)
Evaluation of submissions is expected to take approximately four (4) weeks from the closing date for the
Request for Proposal.
14. Modified Proposals
In the event that a prepared Proposal does not precisely and entirely meet our requirements, MLPS
reserves the right to enter into negotiations with selected proponent(s) to arrive at a mutually satisfactory
arrangement with respect to any modifications to a Proposal.
15. Term of Agreement
The Successful Proponent shall have all necessary labour and equipment and be prepared to commence
full operations on or about Wednesday January 1, 2020 @ 7:00am, and continue to provide all services
during the full term of the agreement.
It is expected that the Successful Proponent will be awarded with a contract for a term of two (2) years
(the “Term”). At the end of the Term, the Successful Proponent and MLPS may enter into negotiations
to enter into a further contract for a term of two (2) years provided the terms are satisfactory to both
parties, subject to compliance with the County of Middlesex’s Purchasing Policy. At the end of the two
(2) year term, the Successful Proponent and MLPS may enter into negotiations to enter into a further
contract for a term of two (2) years provided the terms are satisfactory to both parties, subject to
compliance with the County of Middlesex’s Purchasing Policy. The total length of this Agreement,
including the additional contract terms shall not exceed 6 years.
16. Pricing
Hourly shop rates and inspection rates proposed are to be in Canadian funds and to include all necessary
labour and equipment required for the execution of the work.
Middlesex London Paramedic Service Land Ambulance Fleet Maintenance/Repairs & Inspections
Specifications, Core Requirements & Confirmation Part II Request Number 2019-10-MRC
8
17. Termination of Agreement
All work is to be completed to the satisfaction of the Chief of Paramedic Services or Designate.
In the event that the Proponent, in the opinion of MLPS, fails to perform the services in accordance with
the Information to Proponents and General Conditions, Specifications and Core Requirements and
Agreement, as stated herein, MLPS reserves the right to terminate the agreement on providing a
minimum of thirty (30) days written notice, and contract for the services with an alternate Proponent, or
call for new Proposals.
18. Proposal Expiry Date
Proponents hereby acknowledge that offers contained within their Proposal shall remain open for
acceptance by MLPS for a period of not less than ninety (90) days from the closing date established for
Proposals.
19. Incurred Costs
MLPS shall not be responsible for any liabilities, costs, expenses, loss or damage incurred, sustained or
suffered by any Proponents prior or subsequent to or by reason of the acceptance or non-acceptance by
MLPS of any Proposal by reason of any delay in the acceptance of a Proposal.
20. Acceptance or Rejection of Proposals
MLPS reserves the right to reject any or all Proposals, including without limitation, the lowest cost
Proposal, and to award the Proposal to whomever MLPS in its sole and absolute discretion deems
appropriate notwithstanding any usual business practices to the contrary nor anything contained in this
Request For Proposal. Without limiting the generality of the foregoing, MLPS reserves the right, in its
sole and absolute discretion, to accept or reject any Proposal which in the view of MLSP is incomplete,
obscure, or irregular, which has erasures or corrections in the documents, which contains exceptions and
variations, which omits any one or more prices, which contains prices MLPS considers unbalanced, or
does not otherwise meet the requirements of this Request For Proposal. In this regard, MLPS
specifically directs all Proponents to the section on BID IRREGULARITIES at the beginning of this
Request For Proposal. Criteria which may be used by MLPS in evaluating Proposals and awarding the
Agreement are in MLPS’s sole and absolute discretion, and, without limiting the generality of the
foregoing, may include the evaluation criteria set out in Section 31 including without limitation any one
or more of: price; total cost to MLPS; value added components of the Proponent’s Proposal; reputation;
claims history of the Proponent; qualifications and experience of the Proponent and its personnel;
quality of services and personnel proposed by the Proponent; ability of the Proponent to ensure
continuous availability of qualified and experienced personnel; the Proposal’s Compliance with
Specifications and Core Requirements; the quality of the facilities; the proposed location, labour and
equipment; the Proponent’s plan for pickup and delivery of all vehicles to be serviced/repaired/inspected
to and from all ambulance stations located in the County of Middlesex; key personnel of the Proponent;
References and Financial Viability/Stability; and the proposed supervisory staff of the Proponent.
Should MLPS not receive any Proposal satisfactory to MLPS in its sole and absolute discretion, MLPS
reserves the right not to award the Agreement and to retender the subject matter of this Request For
Middlesex London Paramedic Service Land Ambulance Fleet Maintenance/Repairs & Inspections
Specifications, Core Requirements & Confirmation Part II Request Number 2019-10-MRC
9
Proposal, or negotiate an agreement for the whole or any part of the Request For Proposal with any one
or more persons whatsoever, including one or more of the Proponents.
21. Announcement
No award is made until a report is prepared for and approved by the Council of The Corporation of the
County of Middlesex.
22. Agreement
The Successful Proponent will be required to enter into a formal Agreement with MLPS. The complete
Request for Proposal document and the Proponent's Proposal will form part of the Agreement. MLPS
will prepare the Agreement document for execution by both parties. MLPS will not accept an
Agreement document prepared by the Proponent or a third party. A sample Agreement is attached as
Appendix “D”.
23. Indemnification
The Successful Proponent shall indemnify and save harmless, The County of Middlesex, MLPS, its
elected officials, officers, employees and agents from and against any and all claims of any nature,
actions, causes of action, losses, expenses, fines, costs (including legal costs), interest or damages of
every nature and kind whatsoever arising out of the negligence, errors, omissions, fraud or wilful
misconduct of the Successful Proponent, its officers, employees, agents and subcontractors, or any of
them, attributable to or in connection with the delivery or performance of the goods and services
contemplated in this Request for Proposal or any failure to comply with the Agreement, except to the
extent that same is attributable to or caused by the negligence of MLPS, its officers, employees and
agents, or any of them. This indemnity shall be in addition to and not in lieu of any insurance to be
provided by the Successful Proponent in accordance with this Request for Proposal.
24. Execution of Agreement
The Successful Proponent shall be notified in writing of the acceptance of its Proposal and shall be bound to
execute the Agreement with MLPS within fourteen (14) days of contract award. Date of contract award
shall be taken as the date on which the Successful Proponent is notified of the acceptance of this Proposal.
The Successful Proponent must submit the following to MLPS within Fourteen (14) days of the contract
award:
(a) A fully executed Agreement in triplicate;
(b) A Certificate of Insurance in MLPS’ format (see Appendix ‘A’) which complies with the
insurance requirements set out on page 6, paragraph 7.
(c) A certificate of Clearance from the Workplace Safety & Insurance Board (WSIB) certifying that
the Proponent is in good standing with the Board, and confirming that their account is active and
up to date.
Middlesex London Paramedic Service Land Ambulance Fleet Maintenance/Repairs & Inspections
Specifications, Core Requirements & Confirmation Part II Request Number 2019-10-MRC
10
25. Failure to Execute Agreement
Failure to execute the contract and to file all documentation, as required herein, within the specified time
period shall be just cause for the cancellation of the contract award.
MLPS shall then have the right to award the contract to any other Proponent or re-issue the Request for
Proposal.
26. Work Safety & MLPS Policies
All work performed under this contract must be carried out in accordance with the terms and conditions of the
EMPLOYMENT STANDARDS ACT AND THE OCCUPATIONAL HEALTH AND SAFETY ACT, LATEST
REVISION.
By executing the contract, the Successful Proponent unequivocally acknowledges that he is the constructor
within the meaning of the Occupational Health and Safety Act, latest revision.
27. Sub Contract
The Successful Proponent will not, without the written consent of MLPS, make any assignment or any
sub contract for execution of any work hereby quoted.
28. Assignment of Contract
Notwithstanding any other provision hereof, MLPS reserves the right to assign this contract or the benefit
thereof, in whole or in part, in the event of any restructuring, privatization, or other significant change in
MLPS’ operation.
29. Municipal Freedom of Information and Protection of Privacy Act
Any documentation submitted to MLPS with respect to this Request for Proposal would be subject to the
Municipal Freedom of Information and Protection of Privacy Act.
30. Purchasing Policy
Submissions will be solicited, received, evaluated, accepted and processed in accordance with the
County’s Purchasing Policy as amended from time to time. In submitting a Proposal in response to this
solicitation, the Proponent agrees and acknowledges that it has read and will be bound by the terms and
conditions of the County’s Purchasing By-law.
The Purchasing Policy can be requested by contacting the County of Middlesex at 519-434-7321.
Middlesex London Paramedic Service Land Ambulance Fleet Maintenance/Repairs & Inspections
Specifications, Core Requirements & Confirmation Part II Request Number 2019-10-MRC
11
31. Evaluation Criteria
a. Objective
The objective of the evaluation process is to identify the submission, which most effectively meets the
requirements of the Request for Proposal.
b. Evaluation Process
There will be four (4) steps in the evaluation process.
Step 1 Review of Proponents submission for compliance with Specifications, Core Requirements and
Confirmation.
Step 2 Review of Proponents submission contents.
Step 3 Scoring and short listing of Proponents submissions.
Step 4 Evaluation of an oral presentation (if required) made by short-listed Proponents. In addition,
short listed Proponents may be asked to attend further interviews, provide a tour of their
facilities, demonstrate equipment processes, programs, and procedures and provide additional
technical materials, pricing, and general information prior to final selection. The Proponents
Key Personnel should be in attendance.
c. Evaluation Criteria
The responses to this Request for Proposal will be evaluated using the following general criteria. These
criteria are not set out in order of importance. The general criteria may be further refined prior to the
receipt of the Request for Proposal submissions.
d. Compliance with the Specifications & Core Requirements
As outlined in the Request for Proposal
e. Proponent Capability
Demonstrated ability to provide Maintenance/Repair Services within the County of Middlesex and/or
the City of London; an assessment of the extent to which the approach meets the objectives set out in the
Request for Proposal.
The capability of the Proponent to undertake the necessary commitments will be assessed and verified.
This may include an inspection of the Proponents facilities and/or interviews with Key Personnel or
references to substantiate the claims made in the Proposal and will include the following:
- Quality of Facility
- Key Personnel
- Quality of Facility
Middlesex London Paramedic Service Land Ambulance Fleet Maintenance/Repairs & Inspections
Specifications, Core Requirements & Confirmation Part II Request Number 2019-10-MRC
12
- Previous experience
- Overall Security
f. Cost
MLPS reserves the right to consider such factors as discounts and value added in the assessment of the
calculation of the total evaluated cost.
g. References and Financial Viability/Stability
Will be evaluated on the basis of the:
· Experience and capability of management team.
· Financial strength and demonstrated capability to deliver the service.
h. Value Added
The intent of the value added requirement is to reward Proponents who offer innovative and quantifiable
alternative solutions to MLPS. The value-added feature(s) should be of benefit to MLPS and the
Proponent should provide a detailed explanation of how the Proponent considers the proposed concept
to be a benefit. (One example of Value Added would be for a proponent to offer after hours pick-
up/delivery and repairs including on Sundays and/or holidays.)
i. Scoring - The following categories and scores will be used:
Category Points
Compliance with Specifications & Core Requirements 20
Proponent Capability Including:
Quality of Facilities 15
Key Personnel 15
Previous Experience 15
Overall Security 15
References & Financial Viability/Stability 25
Cost 30
Value Added 15
Total 150
MLPS shall have sole and absolute discretion in applying the evaluation criteria set out in this Section
31.
32. Interpretation of Estimates
The ambulance service logs an approximate annual combined mileage of 1,250,000 kilometers. Based
on the 9000 km Service intervals and 6-month mandatory safety inspections we estimate this contract
will require approximately: 180 "A" Inspections annually
92 "B" Inspections annually
40 "C" Once Every 144,000 kilometers
Middlesex London Paramedic Service Land Ambulance Fleet Maintenance/Repairs & Inspections
Specifications, Core Requirements & Confirmation Part II Request Number 2019-10-MRC
13
These estimates shall be used as a basis for calculation upon which the award of contract will be made.
The estimates are not guaranteed and are furnished without any liability to MLPS whether increased or
decreased.
33. Priority Service
The Successful Proponent acknowledges that the involved vehicles are specialized emergency response
vehicles which cannot be easily replaced, and which we rely on to perform our services. The contractor
commits to providing priority service for ambulance vehicles in the scheduling of service. Priority
service (for breakdowns and inspections) includes the following terms:
a. The Proponent commits to having their mechanic(s) start work for any required repair or maintenance
within one (1) hour of the vehicle arriving at their location and that such work will be completed as
expeditiously as possible.
b. The Proponent will contact MLPS immediately if work cannot be continued due to parts availability or
if work in addition to that initially requested is required.
c. The Proponent acknowledges that any maintenance or repairs in addition to those initially requested on
the release order require specific advance authorization from MLPS’s supervisory staff prior to
proceeding with the repairs.
d. The Proponent acknowledges that prices must include pickup and delivery of all vehicles to be
serviced/repaired/inspected to and from all ambulance stations located in the County of Middlesex (see
Specifications, Core Requirements & Confirmation, Item 2). All staff of the Proponent utilized for
pickup and delivery of vehicles must possess a current and valid Ontario G Class Driver’s License.
34. Outstanding Litigation
All Proponents acknowledge that any Proposal from a Proponent that has an outstanding or unresolved
pending or potential legal dispute with either MLPS or The Corporation of the County of Middlesex
shall be disqualified and such Proponent shall, under no circumstances, be selected as the successful
Proponent.
Middlesex London Paramedic Service Land Ambulance Fleet Maintenance/Repairs & Inspections
Specifications, Core Requirements & Confirmation Part II Request Number 2019-10-MRC
14
II. SPECIFICATIONS, CORE REQUIREMENTS & CONFIRMATION
# DESCRIPTION SPECIFY/CONFIRM
1. THE PROPONENT'S SERVICE FACILITY MUST BE LOCATED WITHIN THE
GEOGRAPHIC BOUNDARIES OF THE COUNTY OF MIDDLESEX AND/OR CITY OF
LONDON. PROPONENTS MUST PROVIDE A DETAILED DESCRIPTION OF THEIR
SERVICE FACILITY ON PAGE 17.
YES: NO:
2. HOURLY RATE PRICES MUST INCLUDE PICK UP AND DELIVERY OF ALL VEHICLES
TO BE SERVICED/REPAIRED/INSPECTED TO AND FROM ALL AMBULANCE
STATIONS LOCATED IN THE CITY OF LONDON AND COUNTY OF MIDDLESEX. (ALL
STAFF UTILIZED FOR PICK-UP AND DELIVERY OF VEHICLES MUST POSSESS A
CURRENT AND VALID ONTARIO DRIVERS LICENCE AND MUST BE EQUIPPED WITH
A FUNCTIONING CELLULAR TELEPHONE WITH WHICH TO CALL 9-1-1 FOR
ASSISTANCE, IF REQUESTED TO DO SO BY A CITIZEN, WHILE CARRYING OUT
PICK-UP AND DELIVERY DUTIES.) "OUT OF SERVICE" SIGNS MUST BE UTILIZED ON
THE VEHICLES DURING PICK-UP AND DELIVERY DUTIES.
YES: NO:
3. PROVIDE PRICES FOR TOWING OF ANY VEHICLES (IF REQUESTED) TO THE
SERVICE FACILITY WHEN NECESSARY.
NOTE: A ROLL OFF BED TOW VEHICLE IS REQUIRED. AMBULANCES CANNOT BE
LIFTED FOR TOWING. A ROLL OFF BED TOW VEHICLE MUST BE CAPABLE OF
HAULING DUAL WHEEL AMBULANCES.
YES: NO:
4. THIS AGREEMENT WILL NOT COVER THE FOLLOWING:
1. TIRES 2. REPLACEMENT GLASS
THESE ITEMS MAY BE A SEPARATELY NEGOTIATED AGREEMENT AS A VALUE
ADDED.
5. CURRENTLY, ALL LAND AMBULANCE CAB AND CHASSIS OWNED BY THE COUNTY
ARE MANUFACTURED BY GENERAL MOTORS COMPANY. (NUMEROUS MLPS
SUPPORT VEHICLES ARE FORD MOTOR COMPANY VEHICLES)
THE PROPONENT MUST THEREFORE MAKE ARRANGEMENTS WITH AN
AUTHORIZED APPROPRIATE GENERAL MOTORS DEALER OR OTHER DEALER AS
APPROPRIATE FOR WARRANTY WORK. THE NAME AND LOCATION OF THE
AUTHORIZED DEALER(S) MUST BE STATED IN THE LIST OF ANY PROPOSED SUB
CONTRACTORS ON PAGE 18. A LETTER OF CONFIRMATION FROM THE
APPROPRIATE DEALERS THAT SUCH ARRANGEMENTS HAVE BEEN MADE BY THE
PROPONENT MUST BE INCLUDED WITH YOUR SUBMISSION. ALL WORK SUB
CONTRACTED BY THE SUCCESSFUL PROPONENT MUST BE WARRANTIED BY THE
SUCCESSFUL PROPONENT, NOT THE SUB CONTRACTOR AND MUST NOT BE LESS
THAN ORIGINAL EQUIPMENT MANUFACTURER'S WARRANTY. ANY SUB
CONTRACTED WORK SHALL BE INVOICED AT THE SUB CONTRACTOR'S ACTUAL
COST AND WITHOUT MARK-UP
6. ALL VEHICLES ARE TO BE SUFFICIENTLY "TEST DRIVEN" FOLLOWING ANY
SERVICE/ REPAIR/INSPECTION WORK. DURING THE TEST DRIVING, STAFF MUST
MEET ALL REQUIREMENTS PREVIOUSLY DESCRIBED IN # 2, ABOVE.
YES: NO:
COMPANY: SIGNATURE:
Middlesex London Paramedic Service Land Ambulance Fleet Maintenance/Repairs & Inspections
Specifications, Core Requirements & Confirmation Part II Request Number 2019-10-MRC
15
II. SPECIFICATIONS, CORE REQUIREMENTS & CONFIRMATION (PAGE 2)
# DESCRIPTION SPECIFY/CONFIRM
7. ALL PARTS USED IN THE SERVICE/REPAIR OF THE VEHICLES MUST BE ORIGINAL
EQUIPMENT MANUFACTURER (O.E.M.) PARTS (IF AVAILABLE) OR APPROVED
EQUIVALENT SO THAT ANY EXISTING WARRANTIES ARE NOT VOIDED. NON
O.E.M. PARTS MAY BE SUBSTITUTED (IF NECESSARY) IF PRE-APPROVED BY MLPS.
YES: NO:
8. ALL VEHICLE AND AUXILLARY BATTERIES ARE TO BE CHARGED DURING ANY
SERVICE/REPAIR/INSPECTION WORK BY CONNECTING THE ‘SHORE LINE.’ YES: NO:
9. THE SUCCESSFUL PROPONENT MUST PROVIDE APPROPRIATE STAFF TO
PARTICIPATE IN ANY AMBULANCE CONVERSION SEMINARS/COURSES WHICH
ARE OFFERED BY THE MINISTRY OF HEALTH OR AS DIRECTED BY MLPS.
YES: NO:
10. THE SUCCESSFUL PROPONENT MUST KEEP IN INVENTORY, A STOCK OF CRITICAL
SPARE PARTS TO ENSURE A MINIMUM OF VEHICLE DOWN TIME. A LIST OF
THESE PARTS WILL BE SUPPLIED TO THE SUCCESSFUL PROPONENT BY MLPS.
SOME OF THESE PARTS CAN BE ORDERED DIRECTLY THROUGH THE
CONVERSION VENDOR.
YES: NO:
11. ALL VEHICLES MUST BE STORED INSIDE A PROPERLY HEATED FACILITY TO
PREVENT FREEZING OF MEDICAL SUPPLIES CARRIED ON BOARD.
YES: NO:
12. PREVENTATIVE MAINTENANCE WILL BE SCHEDULED BY MLPS STAFF.
13. PROPONENT’S SHALL UPON REQUEST BY MLPS; PRODUCE COPIES OF EACH
AUTOMOTIVE TECHNICIAN’S LICENSE AS WELL AS PROOF OF ONGOING
CERTIFICATION. THE COSTS FOR THIS REQUEST(S) SHALL BE SOLELY THE
PROPONENT’S.
YES: NO:
14. PROPONENTS SHALL UPON REQUEST BY MLPS SUBMIT AN INVENTORY IN
WRITING DESCRIBING THE MODEL, TYPE, AND QUANTITY OF TWO OR FOUR
POINT HOISTS CAPABLE OF LIFTING A GROSS WEIGHT OF 4,499 KILOGRAMS. THE
COSTS FOR THIS REQUEST(S) SHALL BE SOLELY THE PROPONENT’S.
YES: NO:
15. PROPONENTS SHALL UPON REQUEST BY MLPS SUBMIT PROOF OF ANNUAL
HOIST(S) INSPECTION AND CERTIFICATION. THE COSTS FOR THIS REQUEST(S)
SHALL BE SOLELY THE PROPONENT’S.
YES: NO:
16. PROPONENTS SHALL PROVIDE AT THEIR SERVICE LOCATION A FRONT END
ALIGNMENT RACK/HOIST COMBINATION AND EMPLOY QUALIFIED
TECHNICIAN’S CAPABLE OF PROVIDING ALIGNMENT SERVICE AND
ADJUSTMENTS TO THE DUAL REAR WHEEL AMBULANCE CHASSIS OPERATIONED
BY MLEMSA LICENSED FOR A GROSS VEHICLE WEIGHT OF 4,499 KILOGRAMS.
SUBLET ARRANGEMENTS FOR THIS SERVICE ARE NOT ACCEPTABLE DUE TO THE
FREQUENCY OF THIS PROCEDURE REQUIRED FOR MLPS CHASSIS.
YES: NO:
17. PROPONENTS SHALL PROVIDE UPON REQUEST BY MLPS; ALL RELEVANT
DOCUMENTATION PERTAINING TO THE DISPOSAL OF FLUIDS AND SUBSTANCES
FROM MLPS VEHICLES TO ENSURE THAT SUCH DISPOSAL IS IN ACCORDANCE
WITH APPLICABLE ENVIRONMENTAL LEGISLATION. THE COSTS FOR THIS
REQUEST(S) SHALL BE SOLELY THE PROPONENT’S.
YES: NO:
19. PROPONENTS SHALL SUBMIT UPON REQUEST BY MLPS; APPROPRIATE
Middlesex London Paramedic Service Land Ambulance Fleet Maintenance/Repairs & Inspections
Specifications, Core Requirements & Confirmation Part II Request Number 2019-10-MRC
16
DOCUMENTATION AS PROOF THAT A CURRENT AGREEMENT IS IN PLACE WITH
AN APPROVED AND LICENSED VENDOR TO CONTAIN, TRANSPORT AND DISPOSE
OF ALL FLUIDS, SUBSTANCES, AND COMPOUNDS REMOVED FROM OR
DISCARDED FROM MLPS’ VEHICLES. THE COSTS FOR THIS REQUEST(S) SHALL BE
SOLELY THE PROPONENT’S.
YES: NO:
20. THE PROPONENT AGREES TO COMPLETE THE PROPER DOCUMENTATION
RELATED TO EACH REPAIR OR SERVICE EVENT ON AN MLPS VEHICLE WITHIN
TWENTY FOUR HOURS INCLUDING; THE ORIGINAL INVOICE, THE WHITE COPY OF
THE AMBULANCE PREVENTATIVE MAINTENANCE FORM (PINK COPY TO BE
PLACED ON THE DASH OF THE VEHICLE FOR THE DEPUTY SUPERINTENDENT),
MINISTRY OF TRANSPORTATION SAFETY CHECK FORM, ANNUAL COMMERCIAL
VEHICLE SAFETY INSPECTION AND THE MLPS SERVICE REQUEST FORM.
YES: NO:
21. THE PROPONENT SHALL HAND DELIVER OR COURIER THE COMPLETED
AMBULANCE REPAIR AND MAINTENANCE DOCUMENTATION IN A SEALED AND
PROPERLY LABELED ENVELOP TO MLPS HEADQUARTERS AT: 1035 ADELAIDE
STREET SOUTH LONDON ONTARIO N6E 1R4 ATTN: LOGISTICS TWICE PER WEEK
AS A MINIMUM.
YES: NO:
22. THE PROPONENT SHALL ENSURE THAT ALL EMPLOYEES THAT ARE SERVICING,
REPAIRING OR INSPECTING VEHICLES SHALL OBTAIN ALL NECESSARY
TRAINING, LICENSING AND TECHNICAL DESIGNATIONS RECOMMENDED BY ANY
MANUFACTURER OF MLPS’ VEHICLES FOR SUCH WORK. SUCH TRAINING,
LICENSING AND TECHNICAL REQUIREMENTS SHALL BE OBTAINED BY THE
PROPONENT AT THE PROPONENT’S EXPENSE.
YES: NO:
COMPANY: SIGNATURE:
Middlesex London Paramedic Service Land Ambulance Fleet Maintenance/Repairs & Inspections
Form of Proposal Part III Request Number 2019-10-MRC
17
I/We, the undersigned, having carefully examined the Information to Proponents & General Conditions,
Specifications, Core Requirements & Confirmation and the Form of Proposal, do hereby offer and agree to
enter into an agreement with MLPS to provide all labour and materials and equipment necessary for the
Maintenance/Repairs and Inspections of Land Ambulances in accordance with the terms and conditions
specified in this Request for Proposal document, at the prices stated in our submission:
STATE NORMAL HOURLY SHOP RATE: $ /HOUR
STATE PREMIUM HOURLY SHOP RATE (IF APPLICABLE) $ /HOUR
STATE TOTAL COST HOURLY SHOP RATE: $ /HOUR
STATE TOTAL PREMIUM HOURLY SHOP RATE (IF APPLICABLE) $ /HOUR
STATE COST FOR (LABOUR ONLY): TIME TO PERFORM
"A" INSPECTION (ESTIMATED 180/YEAR) $ + MATERIALS /HRS.
"B" INSPECTION (ESTIMATED 92/YEAR) $ + MATERIALS /HRS.
"C" INSPECTION (ESTIMATED 40/YEAR) $ + MATERIALS /HRS.
All A/B/C INSPECTION COSTS MUST BE INCLUSIVE OF VEHICLE DELIVERY CHARGES (PICK UP AND DROP
OFF)
TOTAL COST "A" INSPECTION (ESTIMATED
180/YEAR)
$
TOTAL COST "B" INSPECTION (ESTIMATED
92/YEAR)
$
TOTAL COST "C" INSPECTION (ESTIMATED
40/YEAR)
$
STATE: COST FOR SAFETY CERTIFICATE WHILE PERFORMING
"B" INSPECTION $
"C" INSPECTION $
NEW UNIT INITIAL SAFETY $
STATE COSTS FOR EMISSION TESTING: LIGHT DUTY $
HEAVY DUTY $
STATE DISCOUNT OFF O. E. M. OR APPROVED EQUIVALENT, PARTS PRICE LIST: %
ADDENDUM/ADDENDA (If applicable must be filled in by bidder.) FAILURE TO ACKNOWLEDGE WILL
RESULT IN AUTOMATIC REJECTION OF THE SUBMISSION.
I/We, the undersigned, acknowledge that I/We have received addendum/addenda Numbers * to *
inclusive, and that all changes specified therein have been included in the prices submitted.
COMPANY: CONTACT NAME:
Middlesex London Paramedic Service Land Ambulance Fleet Maintenance/Repairs & Inspections
Form of Proposal Part III Request Number 2019-10-MRC
18
(please print)
ADDRESS: SIGNATURE:
TITLE:
POSTAL CODE: WITNESS;
TELEPHONE NUMBER: TITLE:
FAX NUMBER: DATE:
EMAIL ADDRESS: (IF APPLICABLE)
FLEET REFERENCES:
COMPANY: CONTACT NAME: PHONE NUMBER:
SERVICE FACILITY DESCRIPTION:
FACILITY LOCATION:
(Street/City/Postal Code)
DESCRIBE YOUR FACILITY IN DETAIL:
Middlesex London Paramedic Service Land Ambulance Fleet Maintenance/Repairs & Inspections
Form of Proposal Part III Request Number 2019-10-MRC
19
COMPANY: SIGNATURE:
LIST OF SUB-CONTRACTORS
THE PROPONENT SHALL LIST THE SUB-CONTRACTORS HE/SHE PROPOSES TO USE FOR THE WORK.
(I.E. TOWING SERVICES (IF REQUESTED), CHEVROLET, FORD WARRANTY WORK, ETC.)
NAME OF SUB-CONTRACTOR AND ADDRESS SCOPE OF WORK
PREVIOUS EXPERIENCE WITH LAND AMBULANCE CONVERSIONS:
DESCRIBE YOUR STAFF QUALIFICATIONS (I.E. AUTOMOTIVE TECHNICIAN (UNDER 9000 Kg.) 310S,
TRUCK & COACH TECHNICIAN (OVER 4500 kg.) 310T, ETC.
STATE NORMAL WORKING HOURS:
Middlesex London Paramedic Service Land Ambulance Fleet Maintenance/Repairs & Inspections
Form of Proposal Part III Request Number 2019-10-MRC
20
DETAIL TOWING COSTS (IF REQUESTED):
COMPANY: SIGNATURE:
Appendix "A"
Certificate of Insurance (example)
Appendix "B"
Vehicle Inventory
MLPS Fleet List
Vehicle Number Chassis Year
13-1170 FM-9047 2013
14-1171 FM-9430 2014
18-1172 FM-11590 2018
17-1173 FM-10944 2017
19-1174 FM-12085 2019
18-1175 FM-11585 2018
17-1176 FM-10945 2017
16-1177 FM-10516 2016
17-1178 RM-11975 2019
15-1179 FM-7434 2015
19-1180 FM-12086 2019
16-1181 FM-10341 2016
15-1182 FM-9766 2015
15-1183 C-1101 2015
15-1184 C-1102 2015
19-1185 FM-12087 2019
18-1186 FM-11949 2018
16-1187 FM-10339 2016
14-1188 FM-9431 2014
19-1189 FM-12118 2019
19-1190 FM-12119 2019
15-1191 FM-9765 2015
19-1010 FM-11969 2019
17-1011 FM-10914 2017
17-1012 FM-10915 2017
18-1013 RM-11974 2019
18-1014 FM-11584 2018
14-1044 FM-9628 2014
Crestline
Crestline
Crestline
Model
Crestline
Crestline
Crestline
Crestline
Crestline
Crestline
Crestline
Crestline
Demers
Crestline
Crestline
Crestline
Crestline
Demers
Crestline
Crestline
Crestline
Crestline
Crestline
Crestline
Crestline
Crestline
Crestline
Crestline
Crestline
Vehicle Number Chassis Year
16-1045 FM-10340 2016
19-1046 FM-12084 2019
14-1047 FM-9427 2014
18-1048 FM-11587 2018
16-1049 FM-10514 2016
15-1071 FM-9767 2015
17-1072 FM-10883 2017
17-1073 FM-10891 2017
16-1074 FM-10515 2016
18-1075 FM-11588 2018
15-1076 C-1100 2015
15-1077 C-1099 2015
15-1344 D&R 2015
19-1345 MSJ 2019
18-1351 MSJ 2018
16-1352 Kerr 2016
18-1353 Dodge PU 2018
17-1354 Dodge/RPR 2017
13-1355 FORD E250 2013
18-1356 MSJ 2018
13-1347 D&R 2013
14-1400 C-9570 2014
19-1401 C-11971 2019
Admin LPS 2012
Admin LPS 2012
CP-1 Kerr 2016
08-PR5 FM6933 2008
15-1345 D&R 2015
Ford Escape
Ford Escape
Crestline
Ford Van
Chevrelet Tahoe
Model
Dodge PU
Dodge Van
Crestline
Crestline
Crestline
Crestline
Crestline
Crestline
Demers
Crestline
Crestline
Crestline
Chevrolet Tahoe
Expidition
Crestline
Crestline
Crestline
Ford Explorer
Chev Tahoe
Ford Explorer
Demers
Ford Explorer
Chevrolet Tahoe
Appendix "C"
Addresses of Ambulance Stations
Note: MLPS stations may change during the contract period at the discretion of MLPS.
MLPS HEADQUARTERS 1035 Adelaide Street South
London N6E 1R4
WATERLOO STATION 340 Waterloo Street,
London N6B 2N6
HORIZON STATION 745 Horizon Drive, London N6H 4L1
TROSSACKS STATION 1601 Trossacks Avenue,
London N5X 2G3
GLENCOE STATION 147 McKellar Street, Glencoe N0L 1M0
STRATHROY STATION 351 Frances Street Strathroy N7G 2L7
PARKHILL STATION 179 Mill Street,
Parkhill N0N 2K0
LUCAN STATION 188 George Street,
Lucan N0M 2J0
DORCHESTER STATION 2168 Dorchester Road,
Dorchester N0L 1G2
BYRON STATION 3100 Colonel Talbot Rd.,
London N6P 0B3
KOMOKA STATION 22494 Komoka Road Komoka N0L 1R0
HYDE PARK STATION 2225 Hyde Park Rd.,
London N6H 5K4
TRAFALGAR STATION 2330 Trafalgar Road
London N5V 4Z7
Appendix "D"
Sample Agreement
THIS AGREEMENT made in triplicate this ______ day of _________ 2019.
- BETWEEN -
MIDDLESEX LONDON EMERGENCY MEDICAL SERVICES AUTHORITY
(OPERATING AS MIDDLESEX LONDON PARAMEDIC SERVICE)
1035 ADELAIDE STREET SOUTH
LONDON, ONTARIO
N2E 1R4
Hereinafter called the "MLEMSA"
(of the first part)
- AND –
COMPANY NAME
Address
Hereinafter called the "Consultant/Contractor”
(of the second part)
WHEREAS the County is desirous of obtaining an agreement for (enter the service provided), as set out in
the County’s Request for Proposal (the “Request for Proposal”) document # (insert number), dated (enter
proposal issue date) and the Proposal of the Consultant/Contractor (the “Proposal”) dated (enter date of
provider’s proposal) together comprising Schedule "A" forming part of this agreement (all of which are
referenced together as the “RFP Agreement”);
NOW THEREFORE THIS AGREEMENT WITNESSETH that in consideration of the premises and other
good and valuable consideration, the sufficiency whereof is acknowledged hereby by the parties, the parties
hereto agree with each other as follows:
1. The “Consultant/Contractor” shall provide the services as set out in Schedule “A”, pursuant to all the
terms and specifications set out therein.
2. The term of the RFP Agreement shall commence December 9, 2019 and shall continue for a period of
twenty-four (24) months. The terms shall be automatically renewed at the end of each term for as many as two
(2) additional two (2) year terms unless MLEMSA provides the Consultant/Contractor with notice of
termination prior to or at the end of any term or renewal term.
3. MLEMSA shall pay the Consultant/Contractor for consulting/contracting services as outlined in
Schedule "A".
4. If either party, acting reasonably, determines that the other party has failed to perform its obligations
pursuant to the RFP Agreement, then such party may terminate the RFP Agreement upon giving at least thirty
(30) days' written notice to the other party.
5. The Consultant/Contractor shall indemnify and save harmless MLEMSA, its employees, officers,
servants and agents, from and against all actions, claims, demands, damages, suits, proceedings or costs of any
nature which may be made by any person or entity arising from or in connection with the service provided
pursuant to the RFP Agreement or as a result of the failure to comply with the RFP Agreement, including
omissions, improper acts or delays, including all bodily injury, death, property damage, losses, charges, costs
and expenses which MLEMSA, its employees, servants or agents may suffer.
6. In the case of any inconsistency or conflict between the provisions of this Agreement, the Request for
Proposal and the Proposal, the provisions shall take precedence in the following order:
a. this Agreement;
b. the Request for Proposal;
c. the Proposal.
7. The RFP Agreement together with its schedule constitutes the entire understanding between the
parties. Any change, addition to, or waiver of the terms hereof must be specifically agreed upon, in
writing, and signed by both parties. Failure on the part of either party to insist upon the strict observance of
any of the terms and/or conditions herein shall not operate as a waiver of such party's right to require the
future observance of any such terms or conditions.
8. All terms, covenants and provisions of the RFP Agreement shall be cumulative. If certain terms
address the same subject matter, the parties shall comply with all the terms.
9. The RFP Agreement shall not be assigned, in whole or in part, by either party hereto without the prior
written consent of the other party. The RFP Agreement, all its covenants, promises and conditions shall enure
to the benefit of and be binding upon the parties hereto and their respective permitted successors and assigns.
10. Either party may terminate the RFP Agreement at any time, without notice, for just cause which
shall include, without limitation, dishonesty, fraud, willful deceit or failure to properly fulfill the
obligations hereunder where such failure is not remedied within ten (10) days after notice of same is given.
11. The RFP Agreement shall be construed and interpreted in accordance with the laws of the Province of
Ontario, Canada.
12. Where any notice, direction or other communication is required to be or may be given or made by one of
the parties, it shall be deemed sufficiently given or made if mailed, delivered electronically or delivered in
writing to the parties at the following addresses:
To the Authority: 1035 Adelaide Street South
London ON N6E 1R4
Attention: Chief Neal Roberts
E-mail: [email protected]
To the Consultant/Contractor:
and, any notice so delivered personally, by facsimile or any other electronic transmission, including a scanned
version in pdf format, shall be deemed to have been received on the date of delivery, and any notice so mailed
shall be deemed to have been effectively given and received on the fourth business day following and
exclusive of the postmarked date thereof. Any party hereto may change his or its address for the purpose of this
paragraph by giving notice of such change of address to the other parties hereto in the manner provided in this
section.
13. This Agreement may be executed in counterparts, each of which so executed shall be deemed to be an
original and such counterparts together shall constitute one and the same Agreement. This Agreement or a
counterpart thereof may be executed and delivered by telecopier, facsimile or any other electronic
transmission, including a scanned version in pdf format, and the telecopier, facsimile or any electronic
transmission of a signature to another party or parties (or to their respective solicitors) shall be of the same
force and effect as the delivery of an original signature.
WITNESSETH the respective Corporate Seals of the Parties hereto, duly attested by the hands of their
respective proper signing officers.
Signed, Sealed ) MIDDLESEX LONDON EMERGENCY MEDICAL SERVICES AUTHORITY
and Delivered )
)
) PER: (seal)
)
)
) AND
) )
) DATE:
)
) (COMPANY NAME)
)
) PER: (seal)
)
)
) AND
)
)
) DATE:
)
)
Appendix "E"
Current Inspection Requirements and Sample MLPS Ambulance
Preventative Maintenance Form
A INSPECTION – every 90 Days or 9,000 km
1.) Change engine oil & filter. Reset Oil Life System
2.) Lubricate: front end & steering.
3.) Lubricate: Brake cables, linkage, doors, handles & hinges.
4.) Check all fluid levels & top up as required.
5.) Check for fluid leaks & report if found.
6.) Check all steering components, pump, box, lines, tie rods etc.
7.) Check suspension frame, springs, shocks & body mounts
9.) Check transmission for leaks & secure mounting.
10.) Check Driveline U Joints, yokes & driveshaft. Inspect dust boots on front axles if 4 x4 and report if
repair needed.
11.) Check rear axle for leaks, oil level, & vent tube is clear.
12.) Check all hoses and clamps front and rear of chassis and conversion
13.) Check fuel system for leaks around tank, lines, fuel filter, pump and injectors if applicable
14.) Check tire condition, & tread life and record.
15.) Check & adjust air pressures.
16.) Drain water separator on diesel fuel filters if applicable.
17.) Charge the conversion battery (deep cycle) & load test.
18.) Clean battery terminals on chassis and conversion and ground to chassis as required.
19.) Inspect all belts and tensioners.
20.) Check the operation of the lights, heater/defrost, AC, Wipers/Washers & Back up Alarm.
21.) Rotate tires and inspect brakes.
22.) Road test & check brakes and Drivability (Report any problems).
23.) Lubricate Chassis as required.
24.) Inspect Air Filter and Change if required
25.) Inspect seatbelts and door operation of chassis and conversion.
26.) Check starter for operation
27.) Check automatic transmission shift lock operation and repair if necessary.
28.) Check ignition transmission shift lock function and repair if necessary.
29.) Check Parking brake operation.
30.) Check Accelerator/Brake Pedal for damage and operation.
31.) Check ecomode or antitheft as applicable and report
32.) Inspect undercarriage: no fluids leaking.
33.) Check and record antifreeze rating
34.) Change fuel filter every other A Inspection.
B INSPECTION – every 36,000km or yearly or 4th A Inspection (INCLUDES "A" INSPECTION)
1.) Front end alignment as required
2.) MOT Safety Inspection
3.) Full Brake service front and rear
4.) Replace cabin filter if applicable.
C INSPECTION – every 144,000 (INCLUDES "A" & "B" INSPECTION)
1.) Replace Change automatic transmission fluid and filter
2.) Change transfer case oil if applicable
3.) Inspect Evaporative control system
4.) Change rear differential fluid
5.) Replace spark plugs, inspect plug wires and change if necessary
6.) Replace accessory Drive Belts
7.) Drain, Fill pressure test cooling system
8.) Replace Brake fluid