Loading...
HomeMy WebLinkAbout19-Public Services CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: Lynn Merrill, Director Dept: Public Services 0 I'" 'I'- "!' L fI i 1.,.11 j V I~ Date: December 17, 2001 Synopsis of Previous Council Action Subject: Resolution authorizing the execution of a purchase order to Pomona Valley Kawasaki, Inc. for the purchase of four (4) 2002 Kawasaki Police Patrol Motorcycles for the Police Department Traffic Division. Meeting Date: January 22, 2002 Recommended Motion: Adopt resolution ?iItJ Signature Contact person: Don Johnson, Fleet Manager Phone: 5220 Supporting data attached: Staff Report, Resolution Ward: FUNDING REQUIREMENTS: Council Notes: Amount: $43,425.70 Source: 635-341-5701 Motor Vehicles Finance: ~k~ /dL / ~R~-cJS 'J~~O~ Agenda Item No. 19---- CITY OF SAN BERNARDINO - REQUEST FOR COUNCil ACTION Staff Report Subject: Resolution authorizing the execution of a purchase order to Pomona Valley Kawasaki, Inc. for the purchase of four (4) 2002 Kawasaki Police Patrol Motorcycles for the Police Department Traffic Division. Background: The vehicles to be replaced have surpassed their economic life and have become an economic burden to maintain. The current fleet includes 16 motorcycles. The four (4) 2002 Kawasaki Patrol Police motorcycles will replace the following existing fleet. Unit # 1007 1008 1009 1010 Year Model 1994 Kawasaki 1994 Kawasaki 1994 Kawasaki 1994 Kawasaki ADDrox. Mileaae 51,012 54,899 49,207 53,337 A notice of Request For Quotes, F-02-3o-Four (4) 2002 Kawasaki Police Patrol Motorcycles, was issued to five (5) vendors, the San Bernardino Chamber of Commerce, and advertised in the San Bernardino Sun and on the City web site. The City received two bids as listed below: VENDOR Pomona Valley Kawasaki, Inc. Kawasaki of Riverside LOCATION Ontario Riverside BID $43,425.70 $46,006.00 The technical specification of the bid submitted by Pomona Valley Kawasaki, Inc. was reviewed; and it meets all items called for in the specification. This vendor is also the low bidder wherein the cost of the new 2002 Kawasaki Police Patrol Motorcycles is $10,856.42 per unit compared to Kawasaki of Riverside that cost $11,501.43 per unit. Furthermore, the local Kawasaki dealer, Chaparral Motorsports, was contacted by the Fleet Manager on November 7,2001 and he verified that the vendor received the bid; however, they cannot accommodate the City at this time due to the current pricing policies on fleet sales. Also, their service department is not prepared to set up a police motorcycle at this time, so they did not respond. FINANCIAL IMPACT Funds for the four (4) 2002 Kawasaki Police Patrol Motorcycles are available in FY2001/2oo2 budget, Account No. 635-341-5701, Motor Vehicles. RECOMMENDATION Adopt resolution . . (/) Q) 13 >- CJ .... o - o :2 o (") , N o l.L ~ ~ CO Ii Ii II' ..... I. I' ." E .~..... ", I,r > Iii .. "' . i K i IT ~ If! , . . ..... ':: If. '" 'r ~ . ~ IF co. ~ ~. > .... ~ ~ ~ ..... ~ ) ~ ~ . <;::> t . s .; - ~ . ~ .. ~ ~ j 1::= ". I... V. . ~ I.' I ~ & If "0' Q) "0 .... 0 u Q) /' 0:: ~ If) "0 '" I i:ii (~ ~ ~\ "..... , \ ".".... .j I~ ".,':<i t'. ~. ~ \r P ~~ '" ~ ~ '" , ~. ~l Q ,:; ~ ~, \ ,-, I-..... ~ ~ .. ~.~ ~ -1 . .,~ ',,; .~ '" " \ r (" /" ".,\ ~ ~ , " , ~ ;"J .~ i' N '::::; ..:.:~ . ~ " 0 ~ . "- \~ .~~ ~ ~ ~ , "'" ~ ~ I Q) CJ .'" ) >- ~. >- CJ .... ,~ 0:: 0 .0 0 - ~ "0 0 <.!lZ :2 Q) wO u - c: f-- :.i2 (/) .j > :::> <(f- t)~ ro . >- 0 .~ 0 (/) .... 0 (/) c: -0:: ro Q) ~ ...J c: (/)u > <( <( :2(/) 5 ro Q) x - f- Ul Ww ro ro 0 f- a "0 f-o :>::: 0 l- I- f- ro ~ '" '" <t l!) <0 .... co "r 0 ~ N '" ~ ~ ~ ~ f- W W I (f) >- 0:: <( :2: :2: :::J (f) o CO E a. o (") (") ,.... o - ,.... o - ,.... ,.... PRICE FORM REQUEST FOR QUOTES: RFQ F-02-30 DESCRIPTION OF RFQ: Four (4) 2002 Kawasaki Police Patrol Motorcycles BIDDER'S NAME/ADDRESS: NAMElTELEPHONE NO. OF AUTHORIZED REPRESENTATIVE ~~~~~~~ 001 Four (4) 2002 Kawasaki Police Patrol Motorcycles I :~~;~~2USrIfb) ~ $ -8 .OZC; Xi I $ ~.::) t--J;;;570 I Item Description Oty. 002 Delivery 003 Tax 004 Total Cost Are there any other additional or incidental costs which will requirements of the Technical Specifications? Yes No please provide detail of said additional costs: -. uired by your firm in oraee t<fm~et the ircle one). If you answered "Yes", Please indicate any elements of the Technical Specifications which cannot be met by your firm. 1. Have you included in your bid all informational items and forms as requested-Q I No (circle one). If you answered "No", please explain: yp ~ . This offer shall remain firm for 90 days from RFQ close date. Terms and conditions as set forth in this RFQ apply to this bid. Cash discount allowable ~ days; unless otherwise stated, payment terms are: Net th rty (30) da) In signing this bid, Bidder warrants that all certifications and documents requested herein are attac !led and properly completed and signed. From time to time, the City October issue one or more addenda to this RFQ. Below, please indica:e allAdden to this RFQ received by your firm, and the date said Addenda was/were received. Verification of Addenda Received R.oo'''~~ _ PRINT SIGNER'S NAME AND TITLE: ~ w,LlQ m(1 /l)fOi~ I \i&lh~ vYlQ~r Wj-?JO ) f) I ~;~l ~A~'IKj W1tleJo CA. <=4. r7w;:) ) ) FAX: C)oq Clg4.:::2D2Q I Addenda No: Addenda No: Addenda No: AUTHORIZED SIGNATURE: DATE SIGNED: COMPANY NAME & ADDRESS: 1jC12?3- PHONEA.cPr. 5Q~ / Received on: Received on: " , IF SUBMITIINGA "NO BID", PLEASE STATE REASON(S) BELOW: {' - ---; ~/ ----- . '. NON - COLLUSION AFFIDAVIT TO: THE COMM:ON COUNCIL, CITY OF SAN BERNARDINO In accordance with Title 23, United States Code, Section 112, the undersigned hereby states, under penalty of peIjury: That he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken action in restraint offree competitive bidding in connection with RFQ F-02-30, Business Name P IJ /IA. 0 jJ -4 VA--L_L.;ey ((q.. w rr s- A f:- 1/ :t:-.u C Business Address / /7 () t< ), H- ~ L ( !?-,t-iJ:D 0 AJ I'M, LJ J CA SignatureofbidderX C:t~^-",.Ja.'u)~T '1i 7(,.2.... L1P~~ cA- Place of Residence ~-;-4.' e', ~c..\. ~CJ~ ....co.. CU....h...."C;) .' Sc....V' Q>'O'rr..c.....c\\V\O Subscribed and sworn before me this :::o~ Y\ day of ~~-\Ci~"'" , 20.Q.J Notary Public in and for the County of ::\, ~,r I'CIr cI. ,'", '" . State of California, My commission expires A\)(j . d-U . 20Q,l. \.....-.....--..............--..............( 0.. ."'" ROSEMARY ECHAVARRIA~ . '.. COI\'IM. # 1229856 C).... .. NOTARY PU8UC.CAlIFORNIA G) ~ . LOS ANGELES COUNTY () ) _ :""0:'.., -.:o~~ E.:P :.,.A~G.~O,:O~3l . '. Page 1 d 6 CITY OF SAN BERNARDINO TECHNICAL SPECIFICATIONS BID SPECIFICATION NO. F-02-30 2002 KAWASAKI POLICE PATROL MOTORCYCLE NOTICE: SPECIAL INSTRUCTIONS TO THE BIDDER" SERVICES: Bidder shall complete right hand column indicating brief reasoning for exceptions to requirements when not acceptable. State "Acceptable" if requirements are agreeable as set forth on the left-hand column. EQUIPMENT: Bidder shall complete right hand column indicating specific and model of all components when not exactly as specified. Specified" if item is exactly as set forth in the left-hand size and/or State liAs column. :nake FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID. A. GENERAL Il {!. C C P7 ;:;6/.-.,6: 1. This specification describes the City of San Bernardino's requirements for four police patrol motorcycles. 2. Any quotations under this specification shall be for new motorcycles of the current model and shall include all standard equipment as listed in the published sales brochure as well as such options required to meet this specification and use of various emergency equipment such as radios, pursuit lights, and siren. B. ENGINE 1. Air cooled, in-line four (4) cylinder, individually carbureted. 2. Largest cubic centimeter displacement available, not to exceed 1000 CC. 3. Minimum 80 horsepower, at 8,000 RPM. 4. Manufacturer's oil filter with replaceable element shall be furnished. 5. Chrome package: Right engine cover, pick-up coil cover, clutch covers I left generator cover, countershaft cover, and clutch adjuster cover. (NO CHROME SCREWS) v . '. CITY OF SAN BERNARDINO TECHNICAL SPECIFICATIONS Page 2 t , \) C. ELECTRICAL /J L! {) G: /Ji . /) .B L.G.: 1. 12-volt battery must be of ample cold cranking amps to support police use and equipment. 2. Alternator shall be 20-amp minimum capacity, 15-amp minimum curb idle output (at manufacturer's recommended idle speed). The alternator shall be heavy-duty design and capable of withstanding patrol operation at sustained speeds of 80 mph. 3. Transistorized regulator is required. 4. All units must have electronic ignition, and Silicone high-tension wires. 5. Siren/PA system: (Unitrol 80K amp) a. Siren speaker shall be 100 watt with polished horn, and shall be mounted on left side of motorcycle. b. Right Wai l. horn, handlebar siren switch to control Horn button depressed controls air horn button lifted controls yelp. 6. Unit shall incorporate certain radio frequency interference suppression measures and devices so that interference generated as the result of its operation does not exceed the limits established in S.A.E. Standard J 551 at the time of delivery. 'D. LIGHTING 1. In addition to the California Motor Vehicle Code mandated lighting the additional patrol specification lighting is required. a. Halogen headlight with high/low beam. b. Forward red solid light shall be mounted behind windshield, centered and facing forward. (EES 661 823- 9000) PiN 804KA red Kawasaki lamp kit. c. Left Red Strobe Light - minimum 4 1/2-inch diameter. Mounted facing forward in the fairing. Note: (PAR 36/S) I ! i ~/ '. CITY OF SAN BERNARDINO TECHNICAL SPECIFICATIONS Page 3 L, ti d. Right Blue Strobe Light- mlnlmum 4 1/2-inch diameter. Mounted facing forward in the fairing. (PAR 36/S) e. Rear Blue/Amber Strobe - mounted at rear of motorcycle with alternate flash. (Whelen brand twin side beam edge cap) . f. Clear Side Intersection Busters - mounted on both left and right side of crash-bar. (Whelen brand: PiN 52PP20U- light, PiN 52BAR1- 1 in. mount. g. Strobe control unit shall be (Tomar) 65-watt power supply model #776-1228, and must have a minimum of six outlets. Pursuit switch shall be wired as follows: l't position controls rear strobe only, 200 position controls all strobes, and center forward solid red light. h. Turn signals must be installed on both right and left sides and visible from front and rear. Turn-signal switch must be operable from normal riding position, and be self canceling. i. Installation Bernardino. vehicle Code to be approved by the City of San All lighting must meet California requirements for motorcycles. Motor B. TRANSMISSION 2. To be five (5)-speed (minimum). 3. Fully synchromeshed wet multi-clutch design of the heaviest duty available. 4. Is required to have heel-toe shifter on the left side. 11. SBAT 5. Properly supported and padded for continued use. 6. Approximately 30 inch height. 7. Single operator. I) c.tl ~/ )T j} Bil \1 '. CITY OF SAN BERNARDINO TECHNICAL SPECIFICATIONS G. DRIVE TRAIN 8. The heaviest duty manufactured chain and sprocket assembly available. 9. Ratio offered as first (1st) choice to be compatible with performance and economy requirements for police use. H. SUSPENSION 1. Front is to be telescopic fork design. 2. Rear is to be of the swing arm design, mounted on needle bearings at pivot point. I. FENDERS 1. Must be fiberglass and provided for front and rear tire and wheels. 2. Provide sufficient tire and wheel protection to meet California Motor Vehicle Code regulations for motorcycles. J. TIRES & WHEELS 1. Two (2) each per unit, (police special design). 2. Tires must be high speed certified by the tire manufacturer. 3. Must be snap-bead retention type wheel and tire. (Spoke wheels are not acceptable.) K. BRAKES 1. Must be dual disc brakes on front wheel and single disc brakes will be acceptable on rear wheel. L. SADDLEBAGS 1. Must be fiberglass construction, lockable, and include crashbar side protection. M. FUEL TANK 1. Fuel tank is to be three and one half (3.5) gallon minimum. Page 4 c b I) ~ J=I liE /7; -,qi3Lt:... -J; . '. CITY OF SAN BERNARDINO TECHNICAL SPECIFICATIONS Page 5 G 6 N. PAINT 1. Two-tone black and white and to be coordinated with the Fleet Manager. 2. The City of San Bernardino will provide decals. O. FAJ:RJ:NG 1. Is to be of aerodynamic design fiberglass with Lexan breakaway windshield. 2. It must be frame mounted and enclosed frontal area to provide maximum deflection and minimum turbulence. P. GAUGES 1. Fuel gauge. 2. Tachometer 3. Speedometer with tripmeter. Police Calibrated. 4. Mounted to the handlebars to minimize shock and vibration. Q. MJ:RRORS 1. Are to be provided per the California Motor Vehicle Code. 2. Handlebar mounted on right and left side. 3. Each to be 4 1/8 inches x 4 1/2 inches minimum. R. RADJ:O RACK 1. To be mounted above rear fender, and dampened to eliminate vibration. S. FLOORBOARDS 1. Shall be of foldaway design, frame mounted, rubberized non-skid coated, and a minimum of 50 square inches (II ~" x 4 ~".) T. CRASHBARS 1. Chrome tubular steel, frame mounted both front and rear. 2. Rated to withstand an impact involving the weight of the motorcycle at 20 MPH. ;:) Llt1 E?J 1;:;i.?:.LE -, CITY OF SAN BERNARDINO TECHNICAL SPECIFICATIONS Page 60 6 U. SERVICE MANUAL 1. One (1) copy of service manual shall be supplied at the time of delivery. V. WARRANTY 1. Warranty is to be standard 12 month 12,000 mile warranty. 2. Attach optional extended warranty or service agreement if available and quote prices for such separately. W. VEHICLE REGISTRATION 1. The successful bidder is to obtain and include in the delivery price, all registration documents and licenses. 2. The city will provide the necessary signatures for exempt plate forms. X. DELIVERY 1. Three- (3) days notice must be provided prior to delivery. 2. Delivery is to be F.O.B. to City of San Bernardino, Fleet Division, 182 S. Sierra Way, San Bernardino, California, Attention: Fleet Manager (909) 384-5220. ~E~ q~~f Director of Public services ~~~~ 5-q7<-=~!/O/ ~. San Bernardino Police DfM. W J IJ _ Cj -7 - 19 ( DON JOHNSO~~ Date Technical Authority/Fleet Manager WtJ/<!.tiIJIl/7V /..:s c:; '/, . O~ /LY fJ1,~/lJr;'/IS -UAiurr7i ra in/ ~r; ac. RDr7~/IL/:"EJ2. ~ /:) t!. LJ. E P r /Ji3LE. I e 1 2 3 4 5 6 7 8 9 10 11 12 13 ~(g~V .l Resolution No. RESOLUTION AUTHORIZING THE EXECUTION OF A PURCHASE ORDER TO POMONA VALLEY KAWASAKI, INC.FOR THE PURCHASE OF FOUR (4) 2002 KAWASAKI POLICE PATROL MOTORCYCLES FOR THE POLICE DEPARTMENT TRAFFIC DIVISION. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. That Pomona Valley Kawasaki, Inc. is the lowest and best responsible bidder for the furnish and delivery of four (4) 2002 Kawasaki Police Patrol Motorcycles for the Police Department Traffic Division in accordance with Bid Specification F-02-30 for the total amount of $43,425.70; pursuant to this determination, the Purchasing Manager is hereby authorized and directed to issue a purchase order for four (4) 2002 Kawasaki Police Patrol Motorcycles; such award shall e 14 only be effective upon issuance of a Purchase Order by the Purchasing Manager; and e 15 16 17 18 19 20 21 22 23 24 25 26 27 28 all other quotations therefore are hereby rejected. SECTION 2. The authorization to execute the above referenced Purchase Order is rescinded if it is not issued within sixty (60) days of the passage of this resolution. I I I I I I I I I I I I I I I I I I I I I I I I I IIIII I I I I I January 7, 2002 e e e 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION AUTHORIZING THE EXECUTION OF A PURCHASE ORDER TO POMONA VALLEY KAWASAKI, INC. FOR THE PURCHASE OF FOUR (4) 2002 KAWASAKI POLICE PATROL MOTORCYCLES FOR THE POLICE DEPARTMENT TRAFFIC DIVISION. I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a meeting thereof, held on the day of , 2002, by the following vote, to wit: Council Members: Aves Navs Abstain Absent ESTRADA LIEN McGINNIS SCHNETZ SUAREZ ANDERSON McCAMMACK Rachel Clark, City Clerk " City of San Bernardino The foregoing resolution is hereby approved this day of ,2002. Approved as to form and Legal content; James F. Penman, City Attorney Judith Valles, Mayor City of San Bernardino BY: t. December 14, 2001 2 ** FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT ** RESOLUTION AGENDA ITEM TRACKING FORM Meeting Date (Date Adopted): / - :l;;J - O:J.- Item# /Cf ~ Abstain ~ Resolution # Vote: Ayes 0f; I, :>)- ') , Nays Change to motion to amend original documents: - ;;2(Y);2 ,,;2<;-" Absent 'l.-, NullNoid After: 0:f:j DA-. \ I ".. d ,"0 l I / Reso. # On Attachments: -=- Contract term: Note on Resolution of Attachment stored separately: -=- Direct City Clerk to (circle 1): PUBLISH, POST, RECORD WICOUNTY By: - Date Sent to May~ p~t? 02-- Date of Mayor's Signature: \~ d~ -() d Date of ClerklCDC Signature: \ -riA -u d- Reso. Log Updated: Seal Impressed: v / Date Returned: - Date Me Sent for Signature: 60 Day Reminder Letter Sent on 30th ay: 90 Day Reminder Letter Sent on 45th day: See Attached: See Attached: See hed: Request for Council Action & Staff Report Attached: Updated Prior Resolutions (Other Than Below): Updated CITY Personnel Folders (6413, 6429, 6433,10584,10585,12634): Updated CDC Personnel Folders (5557): Updated Traffic Folders (3985, 8234, 655, 92-389): Yes ,/ No By Yes NOL By Yes No~ By Yes NO~ By Yes No By Copies Distribu7ed t : City Attorney Parks & Rec, EDA Code Compliance Dev. Services Police Public Services / Water Others: Notes: Finance / MIS BEFORE FILING. REVIEW FORM TO ENSURE ANY NOTATIONS MADE HERE ARE TRANSFERRED TO THE YEARLY RESOLUTION CHRONOLOGICAL LOG FOR FUTURE REFERENCE (Contract Term. etc.) Ready to File: m'l Date: ~ Revised 01112101