TOWN OF MIDDLEBURY - Middlebury Police Department

advertisement
TOWN OF MIDDLEBURY
Police Department
One Lucius Shaw Lane
MIDDLEBURY, VERMONT 05753
TWO POLICE VEHICLES
TABLE OF CONTENTS
Invitation To Bid……………………………Page 2
General Provisions…………………………Page 3
Specifications……………………………….Page 4
Bid Form……………………………………..Page 8
1
INVITATION TO BID
Sealed bids for providing the below listed equipment for the Middlebury
Police Department will be received at the office of the Chief of Police at
the Middlebury Police Department, One Lucius Shaw Lane, Middlebury,
VT 05753 until 5:00 p.m. on Friday, January 8, 2016. If sent by mail
they must be post-marked not later than midnight, January 6, 2016.
On Monday, January 11, 2016, at noon, all bids will be publicly opened
for public inspection. Bid awards are scheduled for the Selectboard
meeting of January 26, 2015.
DESCRIPTION
Two (2) Police Vehicles
Information for bidders and bid forms may be obtained from BJ Carter at
the office of the Chief of Police, One Lucius Shaw Lane, Middlebury, VT
05753, 802-388-4018
The Town of Middlebury reserves the right to waive any informalities in,
or reject any and all bids, or to accept any bid deemed to be in the best
interest of the Town of Middlebury, Vermont
_________________________________
BJ Carter
Secretary to the
Chief of Police
2
TOWN OF MIDDLEBURY, VERMONT
GENERAL PROVISIONS
TWO POLICE VEHICLES
1.
The 2015 bid includes 1 police patrol vehicle and one vehicle designated for
detective/ unmarked use.
2.
Units bid on must be the latest model now in production by the manufacturer.
3.
The intent of these specifications is to describe the minimum requirements that
are acceptable to the Town of Middlebury.
4.
It is not the intention of these specifications to specify any particular make of
vehicle.
5.
Complete bids, including “Data required for rating vehicle”, herein after
requested, are to be submitted and signed by the person authorized to
represent the bidder.
6.
Bids must be received at the Middlebury Police Department on or before the
closing date and time of this bid. Bids sent by mail must be post-marked not later
than midnight, January 6, 2016. Bids received after 5:00 p.m. on January 8,
2016 will not be considered. If not hand or courier delivered, the post mark is
considered the received date.
7.
Bid must include a “not-later-than” delivery date for the vehicles.
8.
The complete vehicles must be furnished and delivered to the Middlebury Police
Department, One Lucius Shaw Lane, Middlebury, VT.
9.
All proposals must be submitted on the attached bid sheet. The manufacturer’s
specifications must be attached to the bid sheet.
10.
All bids that do not meet the minimum requirements or that have unacceptable
substitutions or alternates, will not be considered.
11.
All bids must meet all local, state, and federal requirements.
12.
All bids must be warranted by the Dealer for not less than Ninety (90) days after
the date and time of the bid opening.
3
13.
Bids must be submitted in a sealed enveloped labeled “Police Vehicle Bid”.
TOWN OF MIDDLEBURY, VERMONT
MINIMUM SPECIFICATIONS
TWO (2) POLICE VEHICLES
WARRANTY:
Provide the standard manufacturer’s warranty with the new vehicles.
SPECIFICATIONS:
A.
GENERAL CONCEPT
The vehicles bid on must be specially equipped “Police Packages” as marketed by the
manufacturer. The vehicle must be equipped with features designed for the following
performance requirements:
 withstand 24 hour /7 day per week use;
 withstand excessive idling; high-speed performance and handling;
 provide for simultaneous seating of a minimum of two (2) adults in the front and two (2)
adults in the rear of the vehicle;
 an electrical system to provide adequate power and amperage to power mechanical
emergency lights, siren, radio equipment, speed monitoring equipment, audio/video
equipment, over and above and without interfering with normal electrical requirements of
the vehicle;
 sufficient console and trunk space for electrical equipment and storage.
B.
Minimum Specifications – Both Vehicles
Engine & Drive Train
1.
Minimum displacement 3.4 Liters.
2.
Cylinder Configuration: V-6
3.
Fuel: Gasoline, operational rating for engine with 87 octane fuel. Vendor must provide
EPA estimates on miles per gallon, both “highway” and “city” ratings. “Flex Fuel”
vehicles are preferred.
4.
Electronic fuel injection.
5.
Air cleaner, heavy duty
6.
Alternator, 12 volt, 120 AMP minimum.
4
7.
Antifreeze rated to –40 degrees Fahrenheit, permanent type.
8.
Automatic transmission. Transmission fluid cooling unit required. Transmission selector
lever must be mounted on the steering column.
CHASSIS
1.
The four installed tire assemblies and one spare tire assembly must be perfectly
balanced at all speeds.
2.
All five (5) tires must be radial tires, high-speed rated for safe handling and maneuvering
on wet and dry surfaces.
3.
In addition to the four installed tire assemblies and spare tire assembly, 4 spare rims.
The rims must be equipped with factory low-air sensors (The Town will acquire and
mount snow tires separately).
4.
Suspension – heavy duty police package- must be the heaviest duty rating available from
the manufacturer for safe high-speed operation and handling.
5.
Power anti-lock braking system – heavy duty, 4-wheel disc brakes.
6.
Occupant protection must include driver’s side and front passenger air bags. We will
consider bid alternates with drivers side and front passenger side-impact restraint
systems.
7.
Tilt/adjustable steering wheel
8.
Minimum 3-year full year written guarantee on rust proofing. Material and application
must conform to the latest Federal QPL.
Body and Accessories:
1.
Drivers seat – Powered adjustable bucket seat. Preferred seat has NO armrests.
2.
Front passenger seat – manually adjustable bucket seat is acceptable.
3.
Rear vinyl bench seat or equivalent
4.
Air conditioner
5.
Electric door locks with driver controlled override; with lockout protection; rear door
child security.
6.
Power side windows with driver controlled override.
7.
Rear window defroster – electrically heated.
5
8.
Electric powered windshield wash.
9.
Windshield wipers- multi-speed electric with intermittent wipe feature.
10.
Lights- Interior and Service:
11.
a.
Interior trunk light
b.
Underhood light
Mirrors:
a. Interior: non-glare day/night tilt type adjustable.
b. Exterior: driver and passenger side mirrors with electric adjustment controls
operated from driver’s compartment.
12.
Auxiliary power outlets (12vDC)
16.
“Stealth” mode – if available - manual override to defeat interior lighting and brake
lights. This switch should also disable the interior dome light when a door is opened.
17.
Electrical interference noise-suppression kit to eliminate electrical
interference in the UHF and VHF police radios.
18.
Entertainment system – base model listed as standard equipment
for this model year.
19.
Interior hood and electronic trunk release mechanism.
20.
Option: Wiring for trunk mounted radios from power block to
trunk and from trunk to drivers compartment console.
21.
Side impact restraint system - After-market installation of rear-compartment barrier
may affect by side-impact air bag deployment. Some facility is required to either disable
the side-impact bag or exclude it from the package.
22.
Key System – minimum - 3 sets of keys with remote keyless door and trunk entry for
each car.
State Inspection & Registration
1.
Inspection standard must be complied with and certification sticker affixed to the
vehicle.
2.
Registration and title to be provided by dealer, include cost as line item in the bid.
6
Catalog:
The bidder is required to submit catalog material showing the manufacturers specifications on
the model being offered.
C.
Additional Specifications for Patrol Vehicle
1. Color. Exterior: Dark Blue
Interior: Not specified
2. Body Style: Preferred: Sport utility vehicle; Acceptable: 4 door sedan
3. Spotlight – LED- Hand operated mounted on “A” pillar, driver’s side only.
4. Pre-installed wiring harness for roof mounted emergency light bar and harness for trunk
mounted radio and video equipment.
5. Class II receiver hitch.
6. Option: Factory installed center console to hold all radio, siren, and emergency
equipment switches and control heads. Console must not interfere with airbag
deployment.
D.
Additional Specifications for Unmarked/ Detective Vehicle
1. Color: Exterior - Single color gray or brown
Interior – not specified
2. Factory tinted windows
3.
Body Style: 4 door sedan
4. Full wheel covers
E.
Bid Option- Hybrid Vehicle - for Unmarked/ Detective Vehicle
Dealer may submit a bid option for a hybrid vehicle for unmarked use if it can generally
meet use requirements for a limited use, non-first response vehicle.
CONSIDERATION FOR USED CRUISER TRADE-IN
Bidder may apply credit to the bid for a trade-in on two (2) used police vehicles, a 2012 Dodge
Charger (EQ# 211) currently used for unmarked/detective purposes, and another 2012 Dodge
Charger (EG# 207). The vehicles are available for inspection by appointment.
7
TOWN OF MIDDLEBURY
Police Department
One Lucius Shaw Lane, Middlebury, VT 05753
BID FORM FOR TWO POLICE CRUISERS
Year, Make and Model of Patrol Vehicle:________________________________
Year, Make, and Model of Unmarked vehicle ____________________________
Bid Alternate- Hybrid Vehicle __________________________________________
DELIVERED PRICE OF VEHICLE INCLUDING ALL EQUIPMENT AND ACCESSORIES:
Patrol Vehicle: $____________________ Unmarked Vehicle $_______________
Hybrid Vehicle $ ___________________
Vendor Information:
We/I the undersigned representative(s) of _____________________________,
having submitted this bid guarantee that delivery of this vehicle will be
made according to the specifications that form the basis of this bid.
Delivery will be made not more than ____________calendar days from the
presentation of the bid award by the Town of Middlebury.
PROPOSAL OF:_________________________ __________________________
Printed Name(s)
TITLE: ___________________________
__________________________
DATE:
___________________________
__________________________
SIGNED:
____________________________ ___________________________
The Town of Middlebury reserves the right to waive any informalities in, or to reject any and
all bids, or to accept any bid deemed to be in the best interest of the Town, and to cancel any
purchase in the event of late delivery.
8
Download