City of Jonesboro Invitation to Bid - Not an Order P.O. Box 1845 300 South Church St. Room 421 (72401) Purchasing Office Jonesboro, Arkansas 72403 Bid No. _2016:09 _ Date __January 28, 2016 ____

Sealed bids, subject to the conditions on the reverse hereof, and as may be attached hereto, will be received at this office until _ 2:00pm Wed Feb 17, 2016 ___ and then publicly opened, for furnishing the supplies, materials and/or services as described below and tabulated for presentation to the City Council on ____n/a__ _.

F.O.B ______Police Department ______By: Steve A. Kent Maximum Delivery or completion time after issuance of Purchase Purchasing Agent Order or work ordered by the City ____n/a ______days. (870)932-0740

Item Description Quantity Unit Unit Price Amount #

SCOPE: The City of Jonesboro is accepting bids for the following Police . The following minimum specifications are considered necessary to perform the work required. The equipment specified, in order to establish a basis of design, performance, and quality, is based on a Harley- Davidson FLHP Road King®. Bidder shall meet or exceed these specifications. Manufacturers’ published literature must clearly show that the products being offered are in compliance with these specifications. All equipment furnished under this contract shall be new and manufacturer’s current production model unless stated otherwise. Accessories, not specifically mentioned herein but necessary to furnish a complete unit ready for use, also shall be included.

If any of the equipment bid varies from the specifications, such variation(s) must be listed in writing and attached as part of the bid proposal. The City of Jonesboro reserves the right to waive minor variance(s) if in the opinion of the Police Department that the basic bid meets the general intent of these specifications.

1. Motorcycle as per attached specifications: ------2 EA $______$____ _

Model being bid: ______

Does bidder meet or exceed all specifications? _____ yes _____ no

Estimated time of delivery: ______days

The City of Jonesboro reserves the right to accept or reject, split any and or all or any part of any bids received. Bid number (2016:09) must be annotated on the outside of the bidder’s envelope Bid must be signed or bid will be rejected. There are 5 (five) pages to this bid. All pages must be returned as a complete bid package. Please include 2 (two) copies of all printed material on unit being bid. Any addendums to this bid will be posted on the purchasing page of the City’s web site no later than 1 week before opening . See page 2 for web address.

Email Address: ______

Fax Number: ( ) ______

Bid opening will be in Engineering Conference Room on 3 rd floor if bidder is attending.

NOTE: To receive more bids like this when they become available, Vender’s can sign up by going to the Jonesboro web site, click on Doing Business and sign up for bid notices.

Cash Discounts ______% ______Days

Execution of Bid Date ______We, the undersigned, have read all the requirements set forth in this bid proposal including specification, instructions, conditions and pertinent information regarding the articles being bid on, and we agree to furnish articles at the prices stated. Arkansas Use Tax Register No. ______Phone # ( ) ______Bidder ______Address ______By ______City ______(Person Authorized to Sign Bids) (Title) Unsigned Bids Will Be Rejected Bids number MUST be annotated on Bidder’s envelope. Bids are subject to rejection unless submitted on this form. Notice to bidders : See reverse side for instructions and conditions. CITY OF JONESBORO, ARKANSAS

CONDITIONS OF BIDDING

COMPLIANCE WITH THE FOLLOWING CONDITIONS IS NECESSARY FOR CONSIDERATION OF THIS BID:

1. SIGNATURE - This bid must be signed with the firm name and by an authorized officer, employee, or agent. 2. SALES OR USE TAX - is not to be shown in the bid price (unless otherwise stated) but is to be added by the vendor to the invoice billing to the City. The City is not exempt from Arkansas State Sales & Use Tax. Although Use Tax is not included in this bid, vendors are to register and pay tax direct to the Arkansas State Revenue Department. 3. FREIGHT & OTHER DELIVERY CHARGES - to designated City facility in Jonesboro must be included in bid. Charges may not be added after the bid is opened. 4. DISCOUNTS - Show rate, total amount, and latest day any discounts will be allowed after receipt of article and invoice, otherwise City will deduct allowed discount when payment is made. 5. FIRM PRICE - All prices quoted will remain firm for at least 30 days from date of bid, unless otherwise specified by the City or bidder. Payment(s) will be made by a pre-numbered check as per Ar Code 14-59-105. 6. IDENTICAL BIDS - In the event of two or more identical low bids, the contract may be awarded arbitrarily or for any reason to any of such bidders or split in any proportion between the said two or more bidders at the discretion of City. 7. LIQUIDATED DAMAGES - Liquidated damages shall be assessed beginning on the first day following the maximum delivery or completion time entered on this bid form and/or provided for by the plans and specifications. 8. AMBIGUITY IN BID - Any ambiguity in any bid as the result of omission, error, lack of clarity or non-compliance by the bidder with specifications, instructions, and all conditions of bidding shall be construed in the light most favorable to the City. 9. CONSTRUCTION - A. When noted, the Contractor is to supply the City with evidence of having and maintaining proper and complete insurance, specifically Workman’s Compensation Insurance in accordance with the laws of the State of Arkansas, Public Liability and Property Damage. All premiums and cost shall be paid by the Contractor. In no way will the City be responsible in case of accident. B. When noted, a Certified check or bid bond in the amount of 5% of total bid shall accompany bid. C. A performance Bond equaling the total amount of any bid exceeding $3,000.00 must be provided for any contract for the repair, alteration or erection of any public building, public structure or public improvement (pursuant to Ark. Stat. SS51-632.SS51-565 as amended.) 10. The City reserves the right to reject any and all bids, to accept in whole or in part, to waive any informalities in bids received, to accept bids on materials or equipment with variations from specifications in those cases where efficiency of operation will not be impaired, and unless otherwise specified by the bidder, to accept any item in the bid. If unit prices and extensions thereof do not coincide, the City may accept the bid for the lesser amount whether reflected by the extension or by the correct multiple of the unit price. 11. Minority Business Policy - It is the policy of the City of Jonesboro that minority business enterprises shall have the maximum opportunity to participate in the city purchasing process. Therefore, the City of Jonesboro encourages all minority businesses to compete for, win and receive contracts for goods, services, and construction. The city also encourages all companies to subcontract portions of any city contract to minority business enterprises. ______INSTRUCTIONS TO BIDDERS

(PLEASE READ CAREFULLY) 1. Submit bid on bid form on reverse side of this sheet. NO Facsimiles will be accepted. 2. Address all bids to: Purchasing Agent. P.O. Box 1845, Jonesboro, Arkansas 72403-1845 and make certain to indicate identifying bid number on the outside of bidder’s envelope. 3. DO NOT include Federal Excise Tax in bid. City will furnish exemption certificate. 4. State Manufacturer, Brand Name, Model, etc for each item bid on. 5. Samples of items, when required, must be furnished free, and, if not called for within 30 days from date of bid opening, will be disposed of by City 6. Bids received after stated time will not be considered. 7. Be sure and read all conditions and verify amounts before submitting bids. No changes or additions will be allowed after submission. 8. Guarantees and warranties should be attached as a part of the bid as they may be a consideration in awarding a contract. 9. Delivery or contract completion time is to be shown, as this date may, where time is of the essence, determine the contract award. 10. Additional information may be obtained from the Purchasing Office. 11. Bidders shall be aware of Davis-Bacon wage rates and Buy America regulations if applicable.

THE CITY RESERVES THE RIGHT TO ACCEPT PART OR ALL OF ANY SPECIFIC BID OR BIDS AND TO ACCEPT ANY BID WITH OR WITHOUT TRADE-IN. THE CITY FURTHER RESERVES THE RIGHT TO REJECT ALL BIDS, OR PART OR ALL OF ANY SPECIFIC BID OR BIDS.

Click on Purchasing at www.jonesboro.org for any additional information. SPECIFICATIONS All proposed FLHP to be in full compliance as follows: A. Engine Piston displacement of not less than 1690cc OHV Twin Cam 103 ® Vibration Isolated V-Twin, air-cooled with two cylinders equipped with overhead valves and featuring EITMS (Engine Idle Temperature Management System), producing minimal vibration frequencies and magnitudes. Engine and transmission isolated from motorcycle frame through a rubber mounting system. 1. Powertrain deluxe chrome group designed for low maintenance; black wrinkle paint finish on engine; chrome rocker boxes, timer cover, outer primary housing & transmission covers. 2. Compression ratio: 9:6:1 3. Electronic Sequential Port Fuel Injection System (ESPFI) 4. Twin Cams. B. / Transmission 1. Clutch shall be of the latest multiple nine (9) plate design, wet. 2. Transmission to be of latest design, manual type, with not less than six (6) forward speeds. 3. Requires clutch disengaged for starter motor operation; low effort hand levers. 4. Primary Drive, double-row chain, 34/36 ratio. 5. Chrome, cross-over dual exhaust system. 6. Greaseless shifter shaft with "anti-vibration" rubber spacers. 7. Gear Ratios 1st – 9.321 2nd – 6.421 3rd – 4.774 4th – 3.926 5th – 3.279 6 th – 2.790 C. Brakes Disc brakes for both front and rear wheels. Front brake having dual 11.5-inch diameter drilled discs; rear brake shall be single disc. Brakes shall be relatively free of heat fade, with four (4) piston calipers and flat expanding rotors. Shall have Optional Anti-Lock Braking system (Independent Anti- Lock System) D. Suspension 1. Motorcycles shall be provided with a suspension system to permit optimum handling conditions as required in law enforcement. 2. Rear air-adjustable shocks. 3. Rear suspension swing arm bearings shall require no lubrication for life of the motorcycle. E. Wheels / Tires 1. 9 Spoke Cast Aluminum wheels, rim material to be impermeable to compressed air. 2. Tubeless type tires to have non-skid tread, designed to operate on paved highways and shall have a full, four-ply fabric reinforcement. Manufacturer, Dunlop: front and rear MT90B16 blackwall D402PT tires. Bead retention tires designed to remain on wheel during sudden loss of air pressure. 3. Sealed automotive style wheel bearings requiring no endplay adjustment and service interval of 100,000 miles (160,000 km). F. Fuel Tank Fuel tank to have a capacity of five (6) U.S. gallons. Must provide a minimum of 1 gal (3.8 L) reserve fuel capacity when main supply is exhausted. 1. Electric fuel pump. 2. Low fuel light indicator. G. Electrical System Electrical system shall be nominal 12-volt as follows: 1. Battery. Sealed, heavy-duty maintenance-free, 12-volt, minimum rated capacity – 28 ampere hours (Battery Council International rating), 270 cold cranking amps. 2. Ignition. Non-waste spark, alpha control. 3. Charging System. Three-phase, 50-amp high output alternator, solid state regulator. 4. Connectors. Industrial grade throughout, provided with electrical accessory connection. 5. Hand Controls. Water-resistant, integrated switches. 6. Starting System. 12-volt starter, solenoid operated engagement, relay required. 7. Horn. Sound level audible above motorcycle and traffic-generated noise. 8. Lighting. Each motorcycle shall be provided with the following lighting equipment: a. Quartz Halogen Headlight, 55 watt low beam and 60 watt high beam. b. Pursuit lamps front mounted PAR-3, two blue (LED). c. Tail light. d. Turn Signals, self-canceling system. e. Flashers, four-way, integrated into turn signal switches. f. License plate lighting, two blue indicator lamps. H. Visual Displays 1. Speedometer. Analog speedometer, range 0-120mph (or kph equivalent), re- settable trip meter. 2. Odometer. Calibrated, cumulative. 3. Tachometer. Analog. 4. Fuel level gauge. 5. Pursuit lamp indicator. 6. Sight glass on brake master cylinders. 7. Low fuel indication lamp. 8. Turn Signals 9. Neutral 10. High beam 11. Oil pressure 12. Engine diagnostic light I. Feature Requirements 1. Seat. Deluxe solo air saddle, special police type, breathable material covering, rear back support, quick release mechanism; single air bladder with reservoir and integral gauge. 2. Side Stand. Jiffy stand, rubber bumper design. 3. Foot Boards. Adjustable, three position pivoting type, with non-skid rubber pads. 4. Engine Guards. Front engine guard and rear guard bars. 5. Saddlebags. Factory installed, law enforcement type Injection Molded GTX fiberglass saddlebags, water-resistant, utilizing police style speed latches. 6. Drive. Final belt drive, Gates Aramid fiber, reinforced Poly Chain ®. 7. Windshield of Lexan ® or clear polycarbonate, designed to break away with minimal force. 8. Mirrors. Two (2) long stem true image mirrors. 9. Key. One key fits all locks. 10. Wheelbase. 63.5 inches (1612.9 mm). 11. Seat Laden Height. 27.3 in. (693.4 mm). 12. Gross Vehicle Weight Rating. 1200 lbs. (544 kg.) 13. Dry Weight. 723 lbs. (328 kg.) 14. Running Order. 754 lbs. (349 kg.) 15. Service Intervals. 1 st 1000 miles and then every 5000 miles thereafter. 16. Fender Tip Running Lights. Amber at front, red at rear. 17. Warranty. 24 months, unlimited mileage. 18. Shall have blue engine guard lights - LED - Blue 19. Shall have H-D Tour Pack w/lights LED - Blue 20. Shall 12 volt Aux Battery & Charger 21. Shall have 12 volt Outlet + 110 Inlet 22. Shall have Heated Grips for handle bars