Request For Bids

Feb 16, 2024 | Bids and Proposals

Feb 16, 2024

TO FURNISH, DELIVER, AND INSTALL A PORTABLE VEHICLE BARRIER SYSTEM

IN WESTPORT CID

The Opportunity

The Westport Community Improvement District II (CID) seeks through this request for bids to enter into a contract with one company to manufacture, deliver, and install a portable vehicle barrier system consisting of thirty-three (33) mobile vehicle barriers in  MODOT highway orange color with reflective tape and a white Westport Logo on each, two (2) transport trailers, four (4) wheeled picot tools, two (2) non-wheeled pivot tools, one hundred two (102) 4 foot rope arrestor cables with Swivel self-locking hooks, thirty-five (35) wayfinding frames, sixteen (16) Road Closed wayfinding signs, and nineteen (19) directional caution wayfinding signs.

The Scope of Work

  • Respondent/Proposer must be the manufacturer or authorized distributor/dealer of the products being proposed.
  • Respondent/Proposer must be a manufacturer that has an established reputation in the field of vehicle barrier systems and has been manufacturing/selling vehicle barriers for a minimum of ten (10) consecutive years.
  • Upon completion of the bid/submittal process, the CID will issue the successful respondent/proposer a formal purchase order for the purchase and delivery of the barrier system.
  • All barrier system components must be delivered to the CID within no more than forty-five (45) days from the date of the purchase order.
  • Delivery times noted in the response/proposal must be in calendar days.
  • During transport, the barriers, trailers, and other purchased components shall be protected from damage by rock chips, road tar, salt, hail, and other debris or elements. Any repaired transportation damage shall be fully disclosed to the CID at time of delivery. The date and time of delivery must be scheduled no less than 24 hours in advance of actual delivery. All components will be inspected and deemed satisfactory to the CID upon delivery and before acceptance by the CID. All exceptions and rejected items will be noted at the conclusion of the delivery inspection.
  • Successful respondent/proposer will provide the following upon delivery or prior to delivery:  a)manufacturer’s statement of origin, b) weight certificate of each loaded trailer from a certified scale, c) “as built” service component sheets to cover all items specified in this Request for Bids, d) “as built” parts manuals and diagrams, e) warranty documents for all trailers, barriers, and other components noted in the Request for Bids, and two operator manuals.
  • Successful proposer shall provide a minimum of nine (9) hours of hands-on operational and maintenance training at a site or sites designated by CID. The training schedule will be mutually agreed upon between the successful respondent/proposer and the CID and may include multiple sessions over multiple days.
  • All components provided shall be new, unused, and the latest production models for each component part provided. The portable vehicle barrier system shall not be delivered with any discontinued, redesigned, or superseded components or operating systems. Used and/or remanufactured components are not acceptable.
  • All component parts of the portable vehicle barrier system must meet the technical requirements noted below in this Request for Bids.

Technical Requirements:

  • Vehicle Barriers – Minimum requirements
  • Certification – Qualified Anti-Terrorism Technology (QATT) by the United States Department of Homeland Security (DHS) under the SAFETY ACT. Unanchored stopping power certified to United States Department of Defense (DOD) and Publicly Available Specification (PAS) 68 standards.
  • Design- Non-electric and non-hydraulic. An infinite number of barriers can be linked together. Provisions to attach and detach arrestor cables at a minimum of three (3) points on each vertical side edge and each horizontal edge for connected and non-connected barrier setups.
  • Dimensions of 4’ L x 2’W x3’H preferred for each barrier.
  • Construction must be of high strength steel, made in the USA.
  • Ballistic Rating for front panel and rear gusset must at least equal armor piercing NATO rounds .50 caliber multi-hit defeat capability.
  • Performance must allow for unbolted units stopping a vehicle traveling a minimum of 30 mph within no more than 14 feet, non-lethal to the driver and remain 100% re-deployable after each impact.
  • Deployment must be able to be accomplished by one person with an average employment time of no more than 75 seconds per barrier using one picot tool and no heavy equipment to move or set.
  • The color shall be MODOT Highway Safety Orange with a white Westport logo.
  • A written warranty for the vehicle barriers of no less than 25 years
  • Arrestor Cables – Minimum requirements
  • The design must consist of a high strength wire rope and hardware inclusive of eyebolts for attachment to barriers. Eye bolts shall require hand tightening only.
  • Attachment and Detachment of the arrestor cables must be of such a design that an average adult person is able to connect both ends of a cable in 30 seconds or less.
  • Transport Trailers – Minimum requirements
  • Must carry a National Association of Trailer Manufacturers (NATM) certification.
  • The design of the trailer must include no chassis cross members, a drop deck with ground-level loading, a 3/16” diamond plate steel deck, an E-track system on side rails with three (3) snap-in shoring bars for locking barricades in place. The deck of the trailer must have a level ascent and descent and lock automatically when in travel position. An “A” frame tongue with bu9ilt in 10” tall lockable storage compartment on one side. Battery, hydraulic tank/pump, and controls must be on the opposite side of the storage compartment.
  • Preferred overall dimensions are 21’ L x 8’6” W x 2’  H
  • Preferred deck dimensions are 16’ L (including 18” permanent ramp) x 6’3” W.
  • The preferred tailgate will be 24” in height and have a full-width side-swing.
  • The rating on the trailer will be less than 10,000 pounds GVWR.
  • Capacity of the trailer must be a minimum of 8 barriers.
  • Axles must be tandem with rubberized torsion suspension. Bearing Buddy wheel bearing protectors with dust covers must be included and installed.
  • Brakes must be on both axles and be electrically actuated.
  • Tires and wheels must have a 16” diameter and be “F” rated. Tires must be new and show no signs of use when delivered.
  • The hydraulic system for the trailer must be remote controlled and use a hydraulic DC-12V motor. The motor should only operate during ascent and use gravity for the descent. Motor must be capable of operating at full capacity without damage or degradation of performance capability in ambient temperatures ranging from 20 degrees Fahrenheit to 125 degrees Fahrenheit. One 12V DC Battery must be included. Battery and hydraulic tank/pump shall be located inside A-frame compartment.
  • Coupler must be via a 2 5/16” ball.
  • Adjustable safety chains must be included.
  • The Tongue jack must be of the quick adjust type and be rated at 7000 pounds.
  • Trailer Plug must be 7-Pin RV style with spade connectors.
  • All exposed exterior wiring must be protected by a raceway, channel, or conduit and shall terminate in sealed weatherproof connections.
  • A solar battery charger must be included and installed.
  • Lighting on the trailer to make it street and highway legal must meet FMVSS LED standards.
  • The finish on the trailer must be a complete powder coat in white color.
  • DOT Conspicuity Tape is required for all sides and rear.
  • Wheeled Picot Tools
  • Must be able to easily and quickly be manually connected to a vehicle barrier.
  • Must have adjustable brakes and a 3000 lbs. capacity.
  • Must be able to be used by one adult person.
  • Must have solid core tires and a white durable powder coating.
  • Must be able to be secured on the back of a vehicle barrier when not in use.
  • Wayfinding Frames
  • Must easily attach and be secured to a vehicle barrier.
  • Must have a painted metal frame with 24.25” L, 22.25” W, and 2” depth.
  • Wayfinding Signs
  • Signs must easily fit and be secured in the wayfinding frames provided.
  • Signs must be two sided and made of coroplast.

THE BID PROCESS:

The CID will consider bids from all interested respondents that present adequate evidence and otherwise demonstrate basic qualifications to fulfill the requirements of this bid document. A written bid must be received no later than 4:00 pm central time on Monday, March 18, 2024 in order to be considered. Bid pricing must include all charges that will appear on the final invoice. Bids should be delivered in writing to the offices of the Westport Regional Business League, 4050 Pennsylvania Avenue – Suite M100, Kansas City, Missouri 64111 or via email to kim@wrbl.org. All bids should be addressed to the Executive Director.

The CID reserves the right to accept, reject, or amend any and/or all elements of this request for bid, or any component part(s) thereof, deemed to be in its best interest or in the best interest of the desired outcome. The CID deserves the right to request additional information or clarification from any respondent until a purchase order is offered for the desired services.

The CID may use past experiences and outcomes of the firm and firm expertise as part of the selection review criteria. While price is a very important criteria in this process, it will not be the only criteria considered.

Questions related to this solicitation for bids should be directed to the Executive Director of the CID at 816-531-4370 X2 or kim@wrbl.org.