Loading...
HomeMy WebLinkAbout2014-06-05 - Call for Bids - 2014 or Current Police Motorcycle CITY OF TUKWILA CALL FOR BIDS NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Tukwila, Washington, up at the Office of the City Clerk, Tukwila City Hall, 6200 Southcenter Boulevard, Tukwila, Washington, to the hour of 9:00 a.m. on Thursday, June 5, 2014. Bids will be opened and publicly read aloud at 10:00 a.m. on Thursday, June 5, 2014 for: 2014 OR CURRENT POLICE MOTORCYCLE SPECIFICATIONS Each bid shall be in accordance with the bid documents available from the Tukwila Fleet and Facility Services division of the Public Works Department, 14000 Interurban Avenue, Tukwila, Washington, 98168. Telephone (206) 431-0166, Fax (206) 241-5661. Please review the specifications following this notice below. Bids will be considered for new equipment only. All bidders must certify that they are on neither the Comptroller General’s list of ineligible contractors, nor on the list of parties excluded from Federal procurement or non-procurement programs. PRICING AND DELIVERY Pricing and delivery shall be F.O.B. Tukwila Fleet and Facility Services, 14000 Interurban Avenue, Tukwila, WA, 98168. TAXES AND FEDERAL EXCISE TAX Washington State sales tax shall be shown as a separate line item on bid submittal sheets. As a municipal corporation in the State of Washington, the City of Tukwila is exempt from federal excise tax. Thus, the federal excise tax may not be included in bid prices. If necessary, upon acceptance of articles supplied under this order, the City agrees to furnish bidder with an Exemption Certificate. BID OPENING The original bid and two copies must be submitted to the Tukwila City Clerk’s Office, 6200 Southcenter no later than 9:00 a.m. Thursday, June 5, 2014 Boulevard, Tukwila, Washington 98188 , and must be clearly marked with the applicable title below: 2014 OR CURRENT POLICE MOTORCYCLE The City of Tukwila hereby notifies all bidders that it will affirmatively ensure that in any contracts entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex or national origin in consideration for an award. The City reserves the right to reject any and all bids or waive any informalities in the bidding and make the award as deemed to be in the best interest of the City. Contract Questions: Pat Brodin Technical Questions: Jeff Morton Operations Manager Fleet Services Superintendent 206-433-1861 206-433-1866 Christy O’Flaherty, MMC, City Clerk Published Seattle Times: May 22, 2014 and May 29, 2014 Published Daily Journal: May 22, 2014 and May 29, 2014 City of Tukwila SPECIFICATIONS FOR POLICE MOTORCYCLE This specification is to set forth the specific requirements for a 2014 or current model Police Motorcycle. The vehicle shall be to the manufacturer’s standard. It shall be equipped with the manufacturer’s equipment and accessories which are included as standard in the advertised and published literature for the unit. No such item of equipment or accessories shall be removed or omitted for the reason that it was not specified in the bid. If it is necessary to bid alternate equipment or to take exceptions to the specifications as set forth, this must be so stated in your bid. Specifications SCOPE These specifications describe the mechanical and comfort required for a COMPLETE law enforcement motorcycle which will be used by the City of Tukwila Police Department. Motorcycle bid shall have a Fairing with Windshield Police motorcycle. MODEL 2014 or latest model Police Package. COLOR Black with graphics applied according to department specifications ENGINE Engine displacement of not less than 1731cc/106 cubic inches for the engine with four overhead valves per cylinder and one Overhead Cam per cylinder (or equivalent). V-Twin oil/air cooled with two cylinders fuel injected, producing minimal vibration frequencies and magnitudes. Engine and 6 speed Transmission are integral and are a stressed member of the chassis and must be solidly mounted with no rubber mounts. 1.Powertrain designed for low maintenance: black powder coat finish on engines; chrome rocker boxes, timing cover, and outer primary housing. 2.Compression ratio: 9:4:1 3.Electronic Fuel Injection 4.Single drain/service point for the engine, transmission, primary and cooling. 5.Hydraulic Lifters/rockers/valves requiring no maintenance service adjustments 6.50 Degree overhead cam V-twin 4 stroke 7.Overhead Cams with 4 valves per cylinder 8.Oil capacity 5.0 quarts 4.75 liters. 9.Full length Steel skid plate to protect the engine 10.Minimal engine vibration so mirrors can be used without vibration or distortion at all times CLUTCH AND TRANSMISSION 1.Clutch shall be of the latest ten (10) plate design, wet. 2.Transmission shall be integral to the engine of the latest design, manual type, with not less th than six (6) forward speeds with positive neutral feature and overdrive 6 gear. 3.Clutch disengage for starter motor operation 4.Primary drive, all gear driven 5.Neutral indicator green and neutral indicator and gear indicator in LCD displayed on dash in riders view. 6.Gear Ratios st 1 – 3.13 to 1 nd 2 - 2.02 to 1 rd 3 – 1.50 to 1 th 4 – 1.20 to 1 th 5 – 1 to 1 th 6 – .87 to 1 BRAKES Units shall have ABS disc brakes for both front and rear wheels. Front brake having dual floating rotors 300mm diameter drilled discs: rear brakes shall be single disc. Brakes shall be relatively free of heat fade, with four (4) piston calipers front and two (2) piston caliper rear with floating rotors. Must be ABS front and ABS rear independently operated not a linked system. ABS must be able to be deactivated at the push of a button to facilitate training exercises of threshold braking, off road use etcetera. SUSPENSION 1.Motorcycles shall be provided with a suspension system to permit optimum handling conditions as required in law enforcement. 2.Motorcycles shall have 43mm inverted telescopic cartridge front forks with 5.1 inches of travel and rear air adjustable mono shock with 4.7 inches of travel. 3.Rear suspension mono air shocked swing arm, air adjustable. 4.Swing arm bearings shall require no lubrication for life of the motorcycle. WHEELS AND TIRES 1.Black disc cast aluminum wheels, rim material shall be impermeable to compressed air. 2.Tubeless type tires shall have non-skid tread, designed to operate on paved highways and shall have a full, four-ply fabric reinforcement. Rear Dunlop Elite III -180/60/R16 M/C 80H radial. Front Dunlop Elite III- 130/70R/18 63H radial Bead-retention tires designed to remain on wheel during sudden loss of pressure. 3.Sealed automotive style wheel bearing requiring no endplay adjustment. FUEL TANK 1.Fuel tank shall have a capacity of five point eight (5.8) U.S. gallons or greater. (22 Liters) Tank shall provide a minimum of 1 gal (3.8L) reserve fuel capacity when main supply is exhausted and indicate low fuel on LCD display and provide a low fuel light in conjunction with a fuel gauge with sweeping arm. ELECTRICAL SYSTEM Electrical system shall be nominal 12 volts as follows: 1.Battery: Sealed, heavy-duty maintenance-free, 12-volt, minimum rated capacity – 18 ampere hours (Battery Council International rating), 310 cold cranking amps. Must have dual isolated batteries for independent operation of the motorcycle and the police emergency equipment with dual independent battery monitors. 2.Ignition: electronic 3.Charging System: Three-phase, 48 amp high output alternator, solid state regulator. 4.Connections: Industrial grade throughout, provided with electrical accessory connection. 5.Hand Controls: Water-resistant, integrated switches with quick disconnect without the need to replace a complete hand control assembly in the event of switch failure. 6.Starting System: 12-volt starter, direct engagement with one way clutch. 7.Horn: Air horn sound level audible above motorcycle and traffic generated noise. LIGHTING Each motorcycle shall be provided with the following lighting equipment 1.Headlight, 55 watt low beam and 55 watt high beam. 2.Pursuit lamps front mounted interceptor lights red/blue (LED) 180 degree coverage. 3.LED tail light. 4.LED turn signals, front and rear self-canceling system. 5.Flashers, four-way, integrated into turn signal switches. 6.License plate lighting, two blue LED indicator lamps. 7.Emergency lighting package: Top box, 2-Red/Blue 1 Amber to the rear of top box, 2- Red/Blue on each side of top box. Rear fender 2-Red/Blue. Optionally offered Front fender 2 Red/Blue with 2 White intersection lights or Alley lights, and 2- Red/Blue on the windshield brow. Also capable of 2 Amber turn signal lights at the front of the front fender. VISUAL DISPLAYS 1.Speedometer: analog speedometer, range 0-120mph, (2) re-settable trip meters. 2.Odometer: calibrated, cumulative 3.Tachometer: Analog 4.Fuel level gauge 5.Emergency light activation indicator 6.Sight glass on brake master cylinders 7.Fuel mileage countdown until empty displayed in odometer window when low fuel indicator lamp is lit. Remaining fuel range calculation readout. 8.Turn signal indicators 9.2 neutral indicators 10.Gear indicator 11.High beam indicator 12.Low oil pressure indicator 13.Engine diagnostic light 14.LED dash lights for Code 3 mode, top box hot, headlight off modes 15.Secondary battery monitor 16.Emergency lights on 17.Headlight off-if so equipped 18.Top box charging indicator FEATURES 1.Seat: Deep dish with rider lower support and can offer an optional removable backrest. 2.Kick Stand: Steel with no interlocks and will retract in the event of ride off. 3.Foot Boards: limited pivoting type to protect rider with non-skid rubber pads 4.Replaceable Steel Floor board skids to reduce floor board wear 5.Guards: Forged steel Front engine guard bars and rear steel saddlebag guard bars with tip over protection, must support at least 250LBS of weight placed on them. 6.Saddlebags: Factory installed, injection molded saddlebags, with 21 gallons of storage space, water resistant, utilizing single push button style speed latches 26. With the ability to carry under separate electronic lock a rifle or shotgun with a 31.5 inch overall length. 7.All aluminum Top box with solid steel mounts. With isolated dual battery and function indicator LED lights. Dual 110V battery tender built in. Removable power-pack for ease of service and adding of options. 8.Must include siren, Air horn with PA, wail, yelp and PTT switch bracket. 9.Drive: Final belt drive. 10.Chrome, Dual exhaust system. 11.Fairing & Windshield: Fork mounted fairing with windshield of Lexan® or clear polycarbonate. 12.Mirrors: Two (2) Black stem mirrors. No vibration at idle to impede riders rear view. 13.Wheelbase: 62.5 to 65.7 inches (166.9 cm) approximate 14.Un-laden Seat Height: 26.25 in. 15.Gross Vehicle Weight Rating: 1360 lbs. (616.8 kg) approximate 16.Dry weight: Range 690-885 lbs. approximate st 17.Service Intervals: 1 500 miles and then every 5000 miles thereafter 18.Warranty: must include 60 months, unlimited mileage 19.Steel undercarriage skid plate protecting the engine and undercarriage. 20.5.8 Inches of ground clearance and 5.1 inches with skid plate approximate. 21.Rake 29 degrees and 5.6 inches of trail. 22.Simple adjustable foot controls. 23.Electronic cruise control 24.Weather band radio AM/FM 25.Must have electronic reverse option available if needed in the future. 26.Ability to carry under separate electronic lock a rifle or shotgun with a 31.5 inch overall length. 27. IPHONE interface for charging cell phone 28.All components installed with connectors for ease of serviceability. Options considered: The following Options must be available inclusive of prices for each option if selected by the City. 1.Directional Arrow, turn tail Brake light 2.Interceptor front Fairing lights with 180 degree view 3.Off Road Mode 4.Heated Seat 5.Lowered heated Seat 6.Heated grips 7.Rain lowers 8.True View Mirrors 9.Handle bar mounted/controlled detachable Take Down Light 10.Saddlebag organizers 11.Saddlebag liners 12.Saddlebag lid protectors 13.Keyless ignition 14.Tire pressure Monitor system 15.Escort lights side of top box 16.HID Headlight 17.Tail/brake/turn LED lights 18.Front Fender turn signal lights 19.Windshield Light bar with forward lights 20.Engine Guard interceptor lights for 180 degree visibility for safety 21.Steel Front Fender Bumper 22.Steel Rear Fender bumper 23.Ghost heel/toe shifter 24.2 inch Pull back Handle bars with Police Radio install tabs 25.Intake/exhaust fan kit for cooling Top Box for computers 26.Bike Cover 27.Billet large brake pedal 28.Helmet lock on Handle bar 29.Headlight modulator 30.Adjustable windshield 31.Gun Lock 32.And all current options The successful vendor shall install a Motorola Police Radio mixed mode mobile radio complete with Antenna, microphone, cables hardware, tested and functioning which shall be provided by the City of Tukwila. The department will provide the radio and all necessary harnesses. Successful bidder shall install brackets and 12 volt electrical plug for the department’s hand held radar units (Stalker) at time of assembly and delivered tested and functioning. NOTE New Police Motorcycles shall be delivered turnkey with all police equipment installed. The Motorcycles shall be inspected before being accepted. One operation manual shall be delivered to the department at the time of delivery for each of the motorcycles. All bid prices shall include any standard factory equipment, standard safety equipment and any standard police equipment installed items not specifically mentioned in the above specifications. All bids shall be for a top of the line motorcycle having all items listed in their respective published specifications as standard items on the package. All bid prices shall include the price of the title. Accessory/Options: Vendor must include a list of all options and features available for the Police bike proposed with their respective prices. Options may or may not be selected as the department requires. The options available must be included and prices held firm on the annual basis to the tem of the contract. USE OF OTHER NAMES AND REFERENCES Unless otherwise stated, the use of manufacturer’s name and product numbers are for descriptive purposes and establishing general quality levels only. They are not intended to be restrictive. Bidders are required to state exactly what they intend to furnish, otherwise, it is fully understood that they shall furnish all items as stated. BROCHURES AND LITERATURE Your proposal must be accompanied by descriptive literature (marked), indicating the exact items to be furnished. The term “as specified” will not be acceptable.