Loading...
HomeMy WebLinkAboutSpecifications3.0. SPECIFICATIONS ATTACHMENT A SCOPE OF WORK It is the intent of these specifications to describe the requirements for a two (2) year lease agreement with the option to renew for one additional two (2) year period between the City of Miami General Services Administration and an authorized dealer capable of supplying approximately twenty-five (25) current model production year, certified traffic law enforcement motorcycles to be used by the City of Miami Department of Police. All proposed motorcycles shall be of the current model production year, and in full compliance with the following specifications: 3.1. SPECIFICATIONS 3,1.1 Engine: Piston displacement shall not be less than 1450cc. Engine shall be air-cooled shall have two cylinders equipped with overhead valves. Engine and transmission shall be isolated from motorcycle frame through a rubber mounting system to insure all vibration is kept to a minimum. 3.1.2. Power train Deluxe Chrome Group: Designed for low maintenance, engine shall include a black wrinkle paint finish, chrome rocker boxes, timer cover, outer primary housing and transmission covers. 3.1.3. Sequential Port Fuel Injection System (EH): Engine shall include a port fuel injection system. 3.1.4. Clutch: The clutch shall be of the latest multiple plate design. Starter motor operation shall require the clutch be disengaged. Clutch shall include low effort hand levers. 3.1.5. Transmission: The transmission shall be a manual type of the latest design with at least five (5) forward speeds, 3.1.6. Brakes: Front and rear disc brakes with Anti -Lock Braking Systems (ABS) shall be provided. Brakes shall be designed for police use and be relatively free from heat fade. 3.1.7. Suspension system: The chassis shall be equipped with a heavy duty, air adjustable front and rear suspension. The rear suspension shall be adjustable to allow compensation for imposed loads. Suspension shall be of adequate design to permit optimum handling conditions as required in metropolitan area traffic law enforcement. 3.1.7.1. Rear suspension shall have swing -arm having bearings that require no lubrication for the life of the motorcycle. 3.1.7.2. Front suspension shall be equipped with a passive anti -dive system. 3.1.8. wheelsTTires: Chassis shall include cast wheels with tubeless tires. Tires shall be factory supplied and suitable for the motorcycles intended use. Tires shall be designed to remain on wheel during loss of air pressure. 3.1.9. Fuel Tank: Capacity of not less than five (5) U.S. gallons. 3.1.10. Electrical System: A twelve (12) volt, negative ground electrical system shall include but not limited to the following: One (1) heavy-duty 12-volt battery with a minimum rated capacity of 28- ampere hours. 3.1.10.1. One (1) 45 amp high -output alternator with a solid-state voltage regulator. 3.1.10.2. All connectors shall be industrial grade throughout the electrical system. 3.1.10.3. One (1) electrical accessory connection shall be provided. 3.1.10.4. Hand control switches shall be water resistant and designed for repetitive use. 3.1.10.5. One (1) electric starter with solenoid operated engagement and relay. 3.1.10.6. One (1) horn with an adequate sound level to be heard above motorcycle and traffic generated noise. 3.1.11. Each motorcycle shall be equipped with the following lighting equipment: 3.1.11.1. One (1) quartz halogen headlight. 3.1.11.2. One (1) tail light assembly. City of Miami Bid No. 04-05-049 Page 22 3.1,11,3. One (1) set of self canceling turn signals. 3.1.11,4. One (1) set of running lights integrated into fender tips and front turn signals. 3.1.12. Instrumentation and Visual Displays: The motorcycle shall include the following: 3.1.12.1. Speedometer - Certified analog speedometer, to indicate 0-120 M.P.H. 3.1.12.2. Odometer - A calibrated, cumulative odometer 3.1.12.3. Fuel Level Gauge 3.1.12.4. Indicator Lamps - Including pursuit lamp indicator 3.1,12.5. Sight Glass on Brake Master Cylinders 3.1.12.6, Low Fuel Indicator Lamp 3,1.12.7. Engine Diagnostic Lamp 3.1,13. Seat: One (1) deluxe police style air saddle shall be provided and be covered with breathable material. Seat shall include a rear back support and be equipped with a quick release mechanism. Seat assembly shall include a single air bladder with reservoir and gauge. 3.1.14. Side Stand: One (1) side stand with positive locking mechanism shall be provided. 3.1.15. Footboards: One (1) set of adjustable footboards shall be provided. Footboards shall include non-skid rubber pads on upper surfaces. 3.1.16. Engine Guards: Chassis shall include one (1) front engine guard and one (1) set of rear saddlebag guards. 3.1.17. Saddlebags; Chassis shall include factory installed, law enforcement type fiberglass saddlebags. Bags shall be waterproof and utilize police style speed latches. 3.1.18, Final Drive: Final drive shall be a reinforced belt. Chain drives are unacceptable. 3.1.19. Windshield: One (1) Lexan TM or clear polycarbonate windshield shall be provided. 3.1.20. Mirrors: Two (2) true image rear view mirrors shall be provided. 3.1,21. Miscellaneous: One (1) key shall fit all locks. One (1) microphone jack shall be provided 3.2. BUY BACK AGREEMENT The City of Miami shall have the option to purchase any or all motorcycles at the end of the first two-year period of the lease agreement or at the end of the second renewal period, whichever is in the best interest of the City, at the same price specified on the Price Sheet. 3.3. WARRANTY, REPAIRS & MAINTENANCE 3.3.1. The warranty shall be for a period of not less than two (2) years. The warranty shall cover, but is not limited to, repairs to the engine, transmission, fuel system, electrical system, suspension, power train, brakes, controls, cables, belts and chains. 3.3.2. The authorized dealer agrees to allow City to perform all service and non -warranty repairs at the City's maintenance facility utilizing City personnel. 3.3.3. The City of Miami reserves the right to return the motorcycle to the dealer of choice for warranty repairs. 3.3.4. The dealer shall be responsible for the pickup and delivery of all motorcycles requiring repair, maintenance or warranty work. Motorcycles shall be transported using a trailer, flatbed or other vehicle designed specifically to transport motorcycles. The dealer shall pick up motorcycles requiring repair, maintenance or warranty work within 24 hours of notification. Also, motorcycles shall be delivered within 24 hours after completion of said repairs. City of Miami Page 23 Bid No. 04-05-049 ATTACHMENT B 2.32. ADDITIONAL LEASING OF MOTORCYCLES OR ADDITIONAL PARTS OR ACCESSORIES REQUIRED Although this Solicitation identifies a specific amount of motorcycles to be leased and delivered, it is hereby agreed and understood that GSA may add additional leased motorcycles to this contract at the option of the City under the same terms, conditions, and prices by awarded authorized dealer. When an additional parts or accessories to the contract are required, the awarded authorized dealer under this contract shall be invited to submit a price quote. If the quote is comparable with prices offered by other authorized dealer based on market research for the same parts or accessories, the award(s) shall be made to the awarded authorized dealer and a separate purchase order shall be issued by the City. 2.33. AUTHORIZED DEALER LEASING AGREEMENT Bidder must submit a copy of its dealer lease with its' bid for legal review by the Office of the City Attorney, if bidder becomes the awarded authorized dealer. If awarded authorized dealer's leasing terms and conditions are deemed not to be in the best interest of the City of Miami and authorized dealer is unable to come to agreeable terms with the City, the City will reserve the right to reject the bid and make award to the next lowest responsive and responsible bidder who lease is most advantageous and in the best interest of the City. 2.34. THIRD PARTY LEASING AGREEMENT The City, at the request of the awarded authorized dealer, may sign a lease agreement with a third party, provided the lease terms and conditions stated in this bid supersede all terms and conditions stated in that lease agreement. The awarded authorized dealer shall assume the responsibility for any and all additional costs occurring from any variance in the terms and conditions of this solicitation, and those offered in any standard language lease of a third party, signed by the City at the request of the bidder. Your submitted bid will be accepted as acknowledgment of compliance with this requirement. If bidder requires a third party lease, bidder must submit a copy of its third party lease with its' Bid for the City to review by the Office of the City Attorney. If the authorized dealer and its' third party leasing terms and conditions are deemed not to be in the best interest of the City of Miami and the authorized dealer and third party are unable to come to agreeable terms with the City, the City will reserve the right to reject the bid and make award to the next lowest responsive and responsible bidder who lease is most advantageous and in the best interest of the City. 2.35. PAYMENT TO THIRD PARTY The City may make direct monthly payments to a third party lessee upon completion and submission of a W-9 Form by the third party lessee and receipt of a letter authorizing such direct payment to the third party lessee by the bidder. Upon satisfactory completion of these requirements the City will initiate such direct monthly payments. . 2.36. MISCELLANEOUS FEES: Lessee agrees to pay for all official fees in connection with the certificate of title, registration and license fees and any applicable taxes, for each of the lease motorcycles. Lessor agrees to waive all charges with respect to freight and dealer prep of the motorcycles. 2.37. INSURANCE REQUIREMENTS � INDEMNIFICATION Bidder shall pay on behalf of, indemnify and save City and its officials harmless, from and against any and all claims, liabilities, losses, and causes of action, which may arise out of bidder's performance under the provisions of the contract, including all acts or omissions to act on the part of bidder, including any person performing under this Contract for or on bidder's behalf, provided that any such claims, liabilities, losses and causes of such action are not attributable to the negligence or misconduct of the City and, from and against any orders, judgments or decrees which may be entered and which may result from this Contract, unless attributable to the negligence or misconduct of the City, and from and against all costs, attorneys' fees, expenses and liabilities incurred in the defense of any such claim, or the investigation thereof. The bidder shall furnish to City of Miami, c/o Purchasing Department, 444 SW 2nd Avenue, 6th Floor, Miami, Florida 33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: City of Miami Page 19 Bid No. 04-05-049 2.37.1. Garage Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence General Aggregate Limit Products/Completed Operations Personal and Advertising Injury $ 1,000,000 $ 2,000,000 $ 1,000,000 $ 1,000,000 B Endorsements Required City of Miami included as an Additional Insured Waiver of Subrogation 2.37.2. Business Automobile Liability A. Limits of Liability Bodily injury and Property Damage Liability Combined Single Limit Scheduled Autos Including Hired, Borrowed or Non -Owned Autos Any One Accident $ 1,000,000 B. Endorsements Required City of Miami included as an Additional Insured 2.37.3. Worker's Compensation A. Limits of Liability B. Statutory -State of Florida C. Waiver of subrogation 2.37.4. Employer's Liability A. Limits of Liability B. $100,000 for bodily injury caused by an accident, each accident. C. $100,000 for bodily injury caused by disease, each employee D. $500,000 for bodily injury caused by disease, policy limit 2.37.5. Garage Keepers Legal Liability A. Limits of Liability $ 2,000,000 B. Coverage written on a Legal Liability Basis, Primary C. Deductibles D. Comprehensive Each Auto $1,000/$2,500 Max E. Collision or Upset Each Auto $1,0001$5,000 Max 2.37.6. Umbrella Policy A. Limits of Liability 8. Bodily Injury and Property Damage Liability C. Each Occurrence $ 5,000,000 D. Aggregate $ 5,000,000 Companies authorized to do business in the State of Florida with the following qualifications, shall issue all insurance Policies required above. The company must be rated no loss than "A' as to Management, and no less than "Class V" as to Financial Strength by the latest edition of Best Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and/or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. Companies shall provide written notice to the City's Department of Risk Management of any material change, cancellation and/or notice of non -renewal of the insurance within 30 days of the change. City of Miami Page 20 Bid No. 04-05-049 Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. NOTE: CITY BID NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the bidder of his liability and obligation under this section or under any other section of this Agreement. --If insurance certificates are scheduled to expire during the contractual period, the Bidder shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of such expiration. --In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the City shall: a. Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Invitation To Bid. b. The City may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from the Bidder in conjunction with the General Terms and Conditions of the Bid. The Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Bidder. City of Miami Bid No. 04-05-049 Page 2'i