Bartlesville Police Department CITY OF BARTLESVILLE, OKLAHOMA BID SPECIFICATIONS FOR Police Pursuit SUV Bid# 2018-2019-010 GENERAL: The City of Bartlesville will purchase up to four (4), new, police pursuit SUV vehicles of year model 2018 or 19 and/or any combination. Bidders will guarantee that the units will comply with the following specifications. The following describes the minimum specifications for the vehicle. The City reserves the right to waive minor variations from the specifications if, in the judgment of the City, such variations would not pose substantial limitations in the operation capability. Any questions regarding the specifications should be directed to Capt. Rocky Bevard at 918-338-4050. rrbevard@cityofbartlesville.org. SPECIFICATIONS: It is the intention of this bid to procure four (4), police pursuit SUV vehicles (new, 2018 or 19 and/or any combination). The bid will contain shipping. Ford Interceptor SUV Police Pursuit package or equivalent: Exterior Dimensions (in.) Length 196.8 Wheelbase Height Width (Mirrors Folded) 112.6 69.6 78.9 Width (including mirrors) 90.2 Interior Dimensions (in.) Front Rear Head Room 41.4 40.1 Shoulder Room 61. 3 60. 9 Hip Room 57.3 56.8 Leg Room 40.6 41.6 Capacities Cargo Volume Behind Front Row 85.1 Cargo Volume Behind Second Row 48.1 Total Passenger Volume 119.0 Seating capacity 5 Engine 3.7LTi-VCT V6 FFV Standard on AWD or equivalent.
Drivetrain All-Wheel Drive (Standard Equipment) Applicable Specifications The following specifications in effect on date of Invitation to Bid shall form a part of the specification: Federal Motor Vehicle Safety Standard (Public Law 89-563) Code of Federal Regulations, Title 40, Part 85, Control of Air Pollution from New Motor Vehicles, and New Motor Vehicle Engines, Environmental Protection Agency. Requirements: This automobile furnished must have all interior and exterior trim and appointments listed by the manufacturer in printed specifications and literature as standard equipment and police pursuit package automobiles and meet or exceed the following specifications. Each automobile must have a minimum trunk space as indicated in the most recent edition of the Gas Mileage Guide published by the U.S. Environmental Protection Agency and the U.S. Department of Energy of the following: Minimum Cargo Volume: Cargo Volume Behind Front Row 85.1 Cargo Volume Behind Second Row 48.1 Each vehicle purchased must have the following equipment: ENGINE: Must be six (6) cylinders. Cubic inch displacement is at manufacturer's option, but must be rated 250 horsepower or greater for police package and offering maximum performance. Note: Engine included must be adequate to meet or exceed minimum performance criteria as tested by I.A.C.P. or Michigan State Police tests. TRANSMISSION: To be at least five (5) speed automatic transmission with overdrive with column style shifter. Transmission will be equipped with manufacturer's recommended auxiliary transmission oil cooler (if available) and will be suitable for police pursuit vehicles conforming to these specifications to be heaviest duty available for vehicle bid.
STEERING: Power assisted steering, Police performance tuned to provide maximum "firm" feel and fast return characteristics. TO INCLUDE TILT STEERING WHEEL. BRAKES: 4 wheel Anti-lock disk braking system. Must meet Michigan State test Standards. AIR CONDITIONING: Standard automatic or non-automatic temperature control model, factory installed with integral dash louvers, with tinted glass all around. Equipped with rear ducted air conditioning vents, preferable roof air conditioning vents. DIFFERENTIAL AND REAR AXLE: To be heavy duty differential with all-wheel drive axle ratio to conform with that needed to meet maximum performance standards. ELECTRICAL: Alternator minimum rating 220 amperes high output. Battery shall be 12 volt with minimum cold cranking amperes 800 and of maintenance free type. COOLING SYSTEM: Vehicles to have maximum size available with police package. "Coolant Recovery" system to be incorporated factory installed. Fan to have flex blades, if available, with no less than eight (8) blades. SUSPENSION: Four wheel independent police performance suspension. This should include heavy duty shock absorbers, front and rear HD springs and/or torsion bars. WHEELS: Steel wheels to be equipped with five (5) full size rims including spare wheel & tire. Wheels shall be painted black and shall conform to the National Wheel and Rim Association, Inc. Specification No. X4030. HUBCAPS: To be equipped with center hubcaps. TIRES: Vehicles shall be equipped with five (5) full size black wall tubeless tires constructed with two (2) radial polyester cord body plies and two (2) nylon overlays. Tires are to be certified by the manufacturer for high- speed police pursuit. The type, and ply ratings are to be stated on bid submitted. Spare tires and rims must be factory new. All tires must be rated for the maximum speed of the vehicle.
Inside Hood Release REAR WINDOW DEFOGGER UNIT: To be factory installed electronic grid. Controls to be convenient to driver's reach. LIGHTS: Dome lights(s) to be standard manufacturer's with engine and cargo compartment lights. Interior independently switched white and/or red dome lamp. SPOT LIGHT-Driver's side-(black) GAUGES: Amp meter or voltmeter, water temperature and oil pressure gauges, with tachometer, speedometer, and engine hour meter. RADIO: Standard factory installed. ANTI-FREEZE: Serviced to -29 C (-20 F) or lower. HORNS: Dual note, dual horn Cargo Lid: Electronic remote release with control(s) within convenient reach of driver. CATALYTIC CONVERTER: Heat shield to eliminate grass fire hazard, if available. LOCKS: Single key locking system (all locks on one car key alike), with keyless entry fobs. At least four (4) keys and fobs to be furnished with each SUV. POWER DOOR LOCKS: Door lock override on driver's side door only. MIRRORS: Rear view inside day/night type. MATCHING REAR VIEW OUTSIDE: Electronic remote control, left/right hand side, Heated if already equipped. FLOOR COVERING: Standard vinyl, or factory standard equipment. UPHOLSTERY: To be manufacturer's standard and to be color compatible with vehicle exterior. This includes headliner, floor covering and seat covering. SEATS: Police package heavy-duty power bucket type driver seat, (standard equipment).
WINDSHIELD WASHER: Electric, manufacturer's standard. WINDOWS: Power Windows Factory Installed. CIGARETTE LIGHTER: Located in instrument panel. If available as factory standard equipment. OPERATOR'S MANUAL. Standard equipment. LICENSE PLATE BRACKET: Standard equipment. PAINT: One standard production color, per purchaser specification, ***(SOLID WHITE) WARRANTY: The manufacturer warrants each automobile to be good material and workmanship and agrees to promptly replace any part or parts that fail due to defective material or workmanship, under normal use. Such replacement must be free of charge to the owner. Warranty will be for a minimum period of three years or 36,000 miles, whichever occurs first from the date of delivery. If such failure renders the vehicle incapable of being driven, the vendor will be responsible for having the vehicle transported to his place of business. If such failure takes place outside the dealer's service area, the vendor will be responsible for reimbursing the nearest authorized dealer for services rendered under this warranty. Do you have a minimum standard 36 month/36,000 miles full coverage warranty (except tires)? Yes No Tires are exempt from this warranty, but must be covered by the tires manufacturer's standard warranty and serviced by the local authorized dealer of the tire manufacturer. PARTS: The City of Bartlesville shall expect the manufacturer to have an adequate stock of replacement parts available to service city vehicles and to make delivery of replacement parts within a reasonable time to all their dealers who may service city vehicles. The city further expects that warranty service and repair as well as non-warranty service and repairs will be handled without prejudice by local dealerships throughout the United States. DECALS: No decal or markings of any type pertaining to advertisement shall be placed on vehicles delivered to the city, except trademarks or model designation normally installed by manufacturers on the automobile.
OPTIONS: Tilt steering wheel, intermittent wipers, left hand spot light, wiring package (5 circuits). Factory Center Console with cup holders if available The City Of Bartlesville reserves the right to accept or reject any or all bids or portions thereof. BILLING ADDRESS: City Of Bartlesville Accounts Payable 401 S. Johnstone Bartlesville, Oklahoma 74003 DELIVERY ADDRESS: Bartlesville Police Department Fleet Maintenance Division ATTN: Jason Butterfield-Fleet Manager 1710 SW Adams Blvd. Bartlesville, Oklahoma 74003
Bartlesville Police Department CITY OF BARTLESVILLE, OKLAHOMA BID FORM FOR Police Pursuit SUV Bid# 2018-2019-010 DESCRIPTION QUANTITY PRICE EACH TOTAL Full Size Police Pursuit Vehicle SUV Quantity Per Unit Price Total Amount New, Year Model 2018 or 19 4 Pursuit Rated SUV with All Wheel Drive WHITE TOTAL BID $ _ $ $ _ Any variance from the established bid specifications must be noted on this form. All bids are F.O.B. Bartlesville COMPANY ADDRESS _ CITY, STATE, ZIP _ CONTACT PHONE _ FAX _ EMAIL Mail the bid form and the completed Noncollusion Affidavit to: City of Bartlesville City Clerk 401 S Johnstone Ave Bartlesville, OK 74003-06619 Bids must be received in the City Clerk's Office by: September 4, 2018 at 4:00 pm PLEASE INDICATE THE BID NUMBER ON THE OUTSIDE OF THE MAILING ENVELOPE. IF BID NUMBER IS NOT ON THE ENVELOPE YOUR BID WILL BE DISQUALIFIED. If you wish to receive a copy of the bid results, please include an electronic mail address to receive the results.
NONCOLLUSION AFFIDAVIT CITY OF BARTLESVILLE WASHINGTON COUNTY OKLAHOMA STATE OF COUNTY OF } ss. _, oflawful age, being first duly sworn, on oath says that (s)he is the agent authorized by the bidder to submit the attached bid. Affiant further states that the bidder has not been a party to any collusion among bidders in restraint of freedom of competition by agreement to bid at a fixed price or to refraining from bidding; or with any city official or employee as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussions between bidders and any city official concerning exchange of money or other thing of value for special consideration in the letting of a contract. COMPANY OFFICIAL Subscribed and sworn to before me this day of, 20. Notary Public _ My commission expires SEAL BID# _20 18-20 19-0 10 COMPANY _ STREET _ CITY, STATE, ZIP _