Loading...
RES 2015-0441 - PO to Husker Auto Group for SUV `,,�MAHA,A ,a� B E. 1. E I D �.... 4, 's, Public Works Department 7 �}r� Omaha/Douglas Civic(.enter ;ffvlitart",:i, -FLU April 14, 201. I5 APR -3 k4 i 9 23 1819 Farnam Street,Suite 601 Omaha,Nebraska 68183-0601 0 4� (402)444-5220 R"t reb I,E1316:' CITY CLERK Fax(402)444-5248 City of Omaha !i M A l t, N fi B R A S K A Robert G. Stubbe,P.E. Jean Stothert,MayorPublic Works Director Honorable President and Members of the City Council, Transmitted herewith is a Bid Tabulation and a Resolution authorizing the Purchasing Agent to issue a Purchase Order to Husker Auto Group on the bid for the purchase of a mid-sized SUV to be utilized by the Traffic Maintenance Division. The Fleet Management Division has recommended award be made to Husker Auto Group based on a bid submitted to the State of Nebraska per Contract No. 14170 OC in the amount of S21,166.00 as detailed in the attached communication dated March 3, 2015. The contractor has a current Contract Compliance Report Form (CC-1) on file. As is City policy, the Human Rights and Relations Department will review the contractor to ensure compliance with the Contract Compliance Ordinance. The Finance Department is authorized to pay the cost of the purchase of a mid-sized SUV to be utilized by the Traffic Maintenance Division from the Street and Highway Allocation Fund 12131, Barricades Organization 116181,year 2015 expenditures. The Public Works Department recommends the acceptance of the bid from Husker Auto Group and requests your consideration and approval of this Resolution. Respectfully submitted, Referred to City Council for Consideration: ,.. -3 Robert G. Stubbe, P.E. Date Mayor's Office Date Public Works Director Approved as to Funding: Approved: 0. teph t B. Curtiss ate Human Righ s and Relations Date 9 Finance D;rector Department 279515scp 3/3/2015 Enterprise Mail-Mid Size SUV Sue Preiner (PWks) <sue.preiner@cityofomaha.org> Mid Size SUV 1 message Marc McCoy (VMF) <marc.mccoy@cityofomaha.org> Tue, Mar 3, 2015 at 9:55 AM To: "Sue Preiner (PWks)" <Sue.Preiner@cityofomaha.org> Cc: "Bernard Post (PWks)" <bernard.post@cityofomaha.org>, "Joe Nissen (VMF)" <Joe.Nissen@cityofomaha.org>, "Steve Faris (VMF)" <Steve.Faris@cityofomaha.org> Sue,please generate a Council resolution for the purchase of one(1)Mid Size SUV. This vehicle will be purchased utilizing Nebraska State Contract 14170 OC. 2015 Mid Size SUV State Contract 14170 OC Quantity Description Unit Price 1 2015 Chevy Equinox $21,166.00 Bernard Post will submit a requisition for the purchase. Attached is the State Contract. The contact person for this bid is: Chuck Ames Husker Auto Group 6833 Telluride Dr. Lincoln NE 68521-8981 Phone (402) 610-0465 Fax (402) 479-7658 cames@vtaig.com Thank you, Marc McCoy Equipment Services Manager httos//mail 000ale com/mail/u/0/7ui=2&ik=3f9035d9a8&view=ot&search=inbox&th=14be05a1454340b6&siml=14be05a1454340b6 1/2 3/3/2015 Enterprise Mail-Mid Size SUV City of Omaha Fleet Management 2606 N. 26th Street Omaha, Nebraska 68111 (402) 444-6191 Office (402) 444-6339 Fax Marc.McCoy@a cityofomaha.arg 14170(oc)awd Mid Size SUV.pdf 1599K https://m ai I.googl e.com/m ai I/u/0/?ui=2&i k=3f9035d9a8&view=pt&search=i nbox&th=14be05a1454340b6&si m I=14be05a 1454340b6 2/2 State Bureau STATE OF NEBRASKA CONTRACT AWARD 1526 KStreetiSuite 130 Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 Lincoln,Nebraska 68509-4847 1 of 5 12/08/14 Telephone:(402)471-6500 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 DIANNA GILLILAND(AS) CONTRACT NUMBER VENDOR NUMBER: 500864 14170 OC VENDOR ADDRESS: Alternate AWARD HUSKER AUTO GROUP 6833 TELLURIDE DR Alternate E85 Award LINCOLN NEBRASKA 68521-8981 AN AWARD HAS BEEN MADE TO THE VENDOR NAMED ABOVE FOR THE FURNISHING OF EQUIPMENT, MATERIAL,OR SUPPLIES AS LISTED BELOW FOR THE PERIOD: 2015 Production Year NO ACTION ON THE PART OF THE VENDOR NEEDS TO BE TAKEN AT THIS TIME.ORDERS FOR THE EQUIPMENT OR SUPPLIES WILL BE MADE AS NEEDED BY THE VARIOUS AGENCIES OF THE STATE. THIS CONTRACT IS NOT AN EXCLUSIVE CONTRACT TO FURNISH:THE EQUIPMENT OR SUPPLIES SHOWN BELOW,AND DOES NOT PRECLUDE THE PURCHASE OF SIMILAR ITEMS FROM OTHER;SQURCES. THE STATE RESERVES THE RIGHT TO EXTEND THE PERIOD Qn, THIS CONTRACT BEYOND THE TERMINATION DATE WHEN MUTUALLY AGREEABLE TO THE VENDOR AND THE STATE OF NEBRASKA. Original/Bid Document 4821 OF 2015 or Current Production Year, MIDSIZE SPORT UTILITY VEHICLE PASSENGER,as per the attached specifications, terms and conditions for the 2015 Production Year. See attached Terms and Conditions page for approximate Units to be purchased.The Unit Price is equal to the Base Price for items before the Option Bid List. Make/Model: Chevrolet Equinox AWD Delivery: 35-125 Days ARO. Quantities shown are estimates only and are not to be construed to mean firm quantities. TheState of Nebraska reserves the right to increase or decrease any quantities shown. The State may request that payment be made electronically instead of by state warrant,ACH/EFT EnroJamgntiForm can be found at: <http://www.das.state.ne.us/accounting%forms/acbenrol.pdf7 The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of employees physically performing services within the State of Nebraska.A federal immigration verification system mean the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Responsibility Act of 1996, 8 U.S.C. 1324a, known as E-Verify Program,or an equivalent federal program designed by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. The contractor,by signature to the Invitation to Bid,certifies that the contractor is not presently debarred,suspended, proposed for debarment,declared ineligible,or voluntarily excluded by any federal department or agency from participating in transactions(debarred). The contractor also agrees to include the above requirements in any and all subcontracts into which it enters. The contractor shall immediately notify the Department if,during the term of this contract,contractor becomes debarred. The Department may immediately terminate this contract by providing contractor written notice if contractor becomes debarred during the term of this contract. N1A"r%\i,k,k,!... la.q-m +59 BUYE MATE I L ADMINISTRATOR R43%\FASCM:tf?S2I • State Purc ng STATE OF N E B RAS KA CONTRACT AWARD 1526 K Street,Suite Bureau 1526 K Sheet,Suite 130 Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 12/08/14 Lincoln,Nebraska 68509-4847 _ 2 of 5Telephone:(402)471-6500 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 DIANNA GILLILAND(AS) CONTRACT NUMBER VENDOR NUMBER: 500864 14170 OC If the Contractor is an individual or sole proprietorship,the following applies: 1.The Contractor must complete the United States Citizenship Attestation Form,available on the Department of Administrative Services website at: <http://das.nebraska.govllb403lattestation_form.pdf> 2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship and Immigration Services documentation require to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Program. 3.The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb.Rev.Stat.§4-108. The contract resulting from the Invitation to Bid shall incorporate the following documents: 1.Amendment to Contract Award with the most recent dated amendment having the highest priority; 2.Contract Award and any attached Addenda; * ; 3.The signed Invitation to Bid form and the Contractor's bid respori"se; 4.Amendments to ITB and any Questions and Answers; and 5.The original ITB document and any Addenda. ( r These documents constitute the entirety of the contract. Unless otherwise specifically stated in a contract amendment,in case'of`any conflict between the incorporated documents, the documents shall govern in the following order of preference with number one(1)receiving preference over all other documents and with each lower numbered document havirjg,preference over any higher numbered document: 1)Amendment to Contract Award with the most recent dated amendment)laving the highest priority,2)Contract Award and any attached Addenda, 3)the signed Invitation to Bid form and the Contractor'a bid;response,4)Amendments to ITB and any Questions and Answers, 5)the original ITB document and any Addenda z i Any ambiguity in any provision of this contract which shall be discovered after its execution shall be resolved in accordance with the rules of contract interpretation as established in the State of Nebraska. It is understood by the parties that in the State of Nebraska's opinion,any limitation on the contractor's liability is unconstitutional under the Nebraska State Constitution,Article XIII,Section'Ill'and that any limitation of liability shall not be binding on the State of,Nebraska despite inclusion of such language in decurrterits supplied by>the contractor's bid response. Vendor Contact: Chuck Ames - Phone: 402-610-0465 Fax: 402-479-7658 E-Mail: cames@vtaig.com (bl 12/08/14) Estimated Unit of Unit Line Description Quantity Measure Price 1 2015 MIDSIZE SUV 5 PASSENGER 20.0000 EA 21,166.0000 CHEVROLET EQUINOX AWD 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger Series, Code,Trim Level: Equinox-ILG26-Base LS Engine:2.4L DOHC 4 Cylinder ;tit BUYE" ITIALS R4 S0,11115 t'AI Ic '23 • • STATE OF N E B RAS KA CONTRACT AWARD State Purchasing Bureau 152fi K Street,Suite 130 Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Boxa7 3 of 5 1210II/14 Lincoln,,N Nebrebraska 68509-4847 Telephone:(402)471-6500 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 DIANNA GILLILAND(AS) CONTRACT NUMBER VENDOR NUMBER: 500864 14170 OC Estimated Unit of Unit Line Description Quantity Measure Price The original manufacturer's statement of origin,a service authorization card, and a properly executed service and warranty policy shall accompany each vehicle when delivered. 2 2015 E85 MIDSIZE SUV 20.0000 EA 21,166.0000 5 PASSENGER CHEVROLET EQUINOX AWD 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger E85(Units capable of operating on a fuel mixture of up to85%Ethanol/15% Unleaded gasoline without additional change or conversion.) Engine:2.4L DOHC 4 Cylinder FHS Series,Code,Trim Level: Equinox-ILG26-Base LS The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. OPTIONS: 3 40-40 POWER BUCKET ELECTRIC 20.0000 EA 397.0000 SEATS DRIVER ONLY 4 ADDITIONAL REMOTE FOB 20.0000 EA 159.0000 FROM MANUFACTURER 5 STANDARD PAINT 20.0000 A 0.0000 6 RUNNING BOARDS 20.0000 EA t 499.0000 SIDE STEP MOUNTED BETWEEN FRONT AND REAR WHEELS-AT BOTTOM OF ROCKER PANEL; BOTH SIDES. DEALER INSTALLED BRAND AND MODEL: CHUCK OWENS PRODUCTS 7 TWO WHEEL DRIVE MODEL: FWD 20.0000 EA -799.0000 (DEDUCT) 8 PROTECTIVE SAFETY CAGE 20.0000 EA 938.0000 BEHIND DRIVERS SEAT 9 ADDITIONAL COSTS FOR 20.0000 EA 0.0000 WARRANTIES FROM MANUFACTURER YEARS: 5 MILES: 100,000 POWER TRAIN 10 REVERSE SENSING SYSTEM 20.0000 EA 597.0000 111 BUYE'0 I ITIALS R43:smiscoKF!I 1O 23 r Stat ng STATE OF N E B RAS KA CONTRACT AWARD 1526 K Street, P Street,S Bureau 52eet,Suite 130 Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box a7 Lincoln,Nebraska 68509-4847 4 of 5 12/08/14 Telephone:(402)471-6500 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 DIANNAGILLiLAND(AS) CONTRACT NUMBER VENDOR NUMBER: 500864 14170 OC Estimated Unit of Unit Line Description Quantity Measure Price DEALER INSTALLED 11 DEDUCT FOR TRAILER TOW 20.0000 EA -147.0000 PACKAGE AND HARDWARE 12 DROP SHIPMENT CHARGES 20.0000 EA 500.0000 OUTSIDE THE LINCOLN AREA ADDITIONAL COSTS OF CHARGES FOR VEHICLEDROP SHIPMENT OUTSIDE THE LINCOLN AREA. DROP SHIPMENT CHARGES WOULD BE FOR VEHICLES"BOUGHT BY POLITICAL ENTITIES AND OTHER DIVISIONS OF GOVERNMENT. • 13 PROTECTIVE VINYL BODY MOLDING 20.0000 EA 309.0000 DEALER INSTALLED IF NOT 1= _ STANDARD EQUIPMENT 14 FACTORY OR DEALER DISCONNECT 20.0000 EA 217.0000 OF DAYLIGHT RUNNING LIGHTS (LAW ENFORCEMENT ONLY) 15 COURTESY SIGNAL OR l 20.0000 EA 159.0000 INTERNAL LIGHT INOPERABLE (LAW ENFORCEMENT ONLY) I 3. 16 SPOTLIGHT 20.0000 EA 625.0000 MOUNTED ON DRIVERS SIDE (LEFT DOOR POST). SPOTLIGHT SHALL BE FUSED IN ACCORDANCE WITH MANUFACTURER'S SPECIFICATIONS.UNITY#250(OR EQUAL)5-(NCH,DIAMETER SPOTLIGHT WITH HALOGEN LAMP IS PREFERRED.UNITY#255:(QR,EQUAL)f-1NGH DIAMETER SPOTLIGHT WITH HALOGEN LAMP IS AN ACCEPTABLE SUBSTITUTE (LAW.EN FORCEMEN1 ONLY) BUY R--- LS RlZ 5P5SCY4of IC4473 STANDARD CONDITIONS AND TERMS OF BID SOLICITATION AND OFFER invitations to Bid and Contract Awards It is the responsibility of the bidder to check the website for all information relevant to this solicitation to include addenda andlor amendments issued prior to the opening date. Website address: jltto:llwww.das,state,ne.uslmateriellpurchasinglpurchasing.htm SCOPE-These standard conditions and terms of bid solicitation and acceptance apply in like force to this inquiry and to any subsequent contract resulting therefrom. PRICES-Prices quoted shall be net, including transportation and delivery charges fully prepaid by the bidder, F.O.B.destination named In the Invitation to Bid. No additional charges will be allowed for packing,packages or partial delivery costs.When an arithmetic error has been made in the extended total,the unit price will govern. EXECUTION-Bids must be signed in ink by the bidder on the State of Nebraska's Invitation to Bid form.All bids must be typewritten or in ink on the State of Nebraska's Invitation to Bid form.Erasures end alterations must be initialed by the bidder in ink. No telephone or voice bids will be accepted.Failure to comply with these provisions may result in the rejection of the bid. FACSIMILE DOCUMENTS-The State Purchasing Bureau will only accept facsimile responses to Invitations to Bid on bids under$25,000 and up to ten(10)pages. However,two party sealed bids containing facsimile pages are acceptable. No direct facsimile solicitation responses will be accepted for a commodity contract. VALID BID TIME-Bids shall be firm for a minimum of sixty(60)calendar days after the opening date,unless otherwise stipulated by either party in the Invitation to Bid. DISCOUNTS-Prices quoted shall be inclusive of ALL trade discounts.Cash discount terms of less than thirty(30)days will not be considered as part of the bid.Cash discount periods will be computed from the date of receipt of a properly executed claim voucher or the date of completion of delivery of all items in a satisfactory condition, whichever is later. PAYMENT-Payment will be made by the responsible agency in conjunction with the State of Nebraska Prompt Payment Act 81-2401 through 2408.The State may request that payment be made electronically instead of by slate warrant. COLLUSIVE BIDDING-The bidder guarantees that the prices quoted have been arrived at without collusion with other eligible bidders and without effort to preclude the State of Nebraska from obtaining the lowest possible competitive price. LUMP SUM OR ALL OR NONE BIDS-The State reserves the right to purchase item-by-item,by groups or as a total when the State may benefit by so doing.Bidders may submit a bid on an"all or none"or"lump sum"basis but should also submit a bid on an item-by-item basis.The term"all or none"means a conditional bid which requires the purchase of all items on which bids are offered and bidder declines to accept award on individual Items;a"lump sum"bid is one in which the bidder offers a lower price than the sum of the individual bids if all items are purchased but agrees to deliver individual items at the prices quoted. SPECIFICATIONS- Any manufacturer's names, trade names, brand names, information and/or catalog numbers listed in a specification are for reference and not intended to limit competition,but will be used as the standard by which equivalent reatetrlal offered will be judged.The State Purchasing Director will be the sole judge of equivalency.The bidder may offer any brand which meets or exceeds the specification:When a specific product is required,the Invitation to Bid will so state.Any item bid is to be the latest current model under standard production at the time of order.NO;Used:or refurbished equipment will be accepted,unless otherwise stated. ALTERNATE/EQUIVALENT BIDS-Bidder may offer bids which are at variance freert the:express specifications of the Invitation to Bid.The State reserves the right to consider and accept such bids if,in the judgement of the State Purchasing Oirecftor,the bid will result in goods and/or services equivalent to or better than those which would be supplied in the original bid specifications. Bidders must indicate on The tnkritation to Bid the manufacturer's name, number and shall submit with their bid, sketches, descriptive literature and/or complete specifications. Reference to literature Submitted with a previous bid will not satisfy this provision. Bids which do not comply with these requirements are subject to rejection.In the absence of any statgd`deviation,or exception,the bid will be accepted as in strict compliance with all terms, conditions and specifications,and the bidder shall be held liable therefore. ,! SAMPLES-When requested,samples shall be furnished at the bidders expense prior`to tile opening of the bid,unless otherwise specified.Each sample must be labeled clearly and identify the bidders name, the Invitation to Bid number and the item numbeie.Samples submitted must be representative of the commodities or equipment which would be delivered if awarded the bid.The State of Nebraska reserves the right to request samples even though this may not have been set forth in the invitation to Bid.Samples not destroyed in testing will be returned at bidders expense,if requested;or will be donated to a public institution. RECYCLING-Preference will be given to items which are manufactured or produced from`,recycled material or which can be readily reused or recycled after their normal use as per State Statute Section 81-15,159. LATE BIDS-All bids will be time and date stamped upon receipt by the State Purchasing Bureau,and this shall be the official time and date of receipt.Bids received after the time of the bid opening will be considered late bids and will be returned to the bidder Unopened.The State Purchasing Bureau is not responsible for late bids or lost requests due to mail service inadequacies,traffic or other similar reasons. BID OPENING-Openings shall be public on the date and time specified on the.invitation to Bid form.It is the bidder's responsibility to assure the bid is delivered at the designated date,time and place of the bid opening.Telephone bids are not:acceptable.A bid may not be altered after opening of the bids. NO BID-If not submitting a bid,respond by returning the Invitation to Bid form explaining the reason in the space provided.Failure to respond to an Invitation to Bid may be cause for the removal of the bidder's name from the mailing list.NOTE:To qualify as a respondent,bidder must submit a"NO BID"and it must be received no later than the stated bid opening date and time. AWARD- All purchases, leases, or contracts which are based on competitive;bids will be awarded;to the.fewest;responsible bidder, determined according to the provisions of State Statute Section 81-161 R.R.S.1943,The State reserves the right to reject;any-or all;bids;Wholly or in;part and,to waive,any deviations or errors that are not material,do not invalidate the legitimacy of the bid arid do not lmprQve the'bidders competitive posttiori.All awards Will be made in:a'manner deemed in the best interest of the State. BID TABULATIONS-Tabulations will be furnished upon written request.A self-addressed,'stamped envelope which must include the agency and solicitation number must be enclosed.Bid tabulations will not be provided by telephone or facsimile.Bid files may be examined during normal working hours by appointment. Bid tabulations are available on the website at: http:llwww,dae,state.ne es/materiel/purchasing/bidtabs,htm PERFORMANCE AND DEFAULT-The State reserves the right to require a performance bond from the successful bidder,as provided by law,without expense to the State. Otherwise,in case of default of the contractor, the State may procure the articles from other sources and hold the contractor responsible for any excess cost occasioned thereby. IN-STATE PREFERENCE-A resident bidder shall be allowed a preference against a nonresident from a state which gives or requires a preference to bidders from that state.The preference shall be equal to the preference given or required by the state of the nonresident bidders.Where the lowest responsible bid from a resident bidder is equal in all respects to one from a nonresident bidder from a state which has no preference law,the resident bidder shall be awarded the contract. • NONDISCRIMINATION-The Nebraska Fair Employment Practice Act prohibits contractors of the State of Nebraska,and their subcontractors,from discriminating against any employee or applicant for employment, to be employed in the performance of such contracts, with respect to hire, tenure, terms, conditions or privileges of employment because of race,color,religion,sex,disability,or national origin.(State Statute Sections 48-1101 through 48-1125)The bidder guarantees compliance with the Nebraska Fair Employment Practice Act,and breach of this provision shall be regarded as a material breach of contract.The contractor shall insert a similar provision in all subcontracts for services to be covered by any contract resulting from this Invitation to Bid. TAXES-Purchases made by the State of Nebraska are exempt from the payment of Federal Excise Taxes,and exemption certificates will be furnished on request.State and local taxes are exempt by State Statute Section 77-2704(I)(m)R.R.S.1943 and must not be included in the bid prices.Exemption by statute precludes the furnishing of State exemption certificates. DRUG POLICY-Bidder certifies that it maintains a drug free work place environment to ensure worker safety and workplace integrity. Contractor agrees to provide a copy of its drug free workplace policy at any time upon request by the State. GRIEVANCE AND PROTEST-Grievance and protest procedure is available by contacting the buyer.Protest must be filed within ten(10)days of award. NE ACCESS TECHNOLOGY STANDARDS-Vendor agrees to ensure compliance with Nebraska Access Technology Standards. See website at: http:/wwwmitc.state.ne.us/standards/accessibility/ Revised: 02/2004 Page 5 of 5 R43C1.30:1C N,,,tn,,t c Return to: State of Nebraska - INVITATION TO BID State Purchasing Bureau 1526 K Street,Suite 130 CONTRACT Lincoln,Nebraska 68508 OR P.O.Box 94847 Date 9/12/14 Page 1 of 5 Lincoln,NE 68509-4847 Telephone:402-471-6500 Fax 402-471-2089 Solicitation Number 4821 OF Opening Date and Time 10/03/14 2:00 pm DESTINATION OF GOODS MULTIPLE DELIVERY LOCATIONS Buyer PLEASE REFER TO DOCUMENTATION DIANNA GILLILAND(AS) FOR DELIVERY ADDRESSES. 2015 or Current Production Year MIDSIZE SPORT UTILITY VEHICLE 5 PASSENGER as per the attached specifications for the 2015 Production Year. Unit bid must meet the attached specifications. Disregard the Qty and Unit of Measure on the Invitation to Bid sheet.See attached Terms and Conditions page for approximate units to be purchased. The Unit Price is equal to the Base Price for items before the Option Bid List. Per Nebraska's Transparency in Government Procurement Act 'D1S is required to collect statistical information regarding the number of contracts awarded to Nebraska contractors. This information is for statistical purposes only and will not be con ' ered for contract award purposes. ''`' ' NEBRASKA CONTRACTOR AFFADAVIT: Bidder hereby,attests that bidder is a Nebraska Contractor. "Nebraska Contractor" shall mean any bidder who has maintained a bon fide 3 lace of business and at least one employee within this state for at least the six (6) months immediately preceding th`epostl g date of this ITB. I hereby certify that I am a Resident disabled veteran or b;u'sI ess.focated in a designated enterprise zone in accordance with Neb. Rev. Stat. §73-107 and wish to have preference,if appllicable;,considered in the award of this contract. The State may request that payment be made electronically Instead.Pf by.state warrant.ACH/EFT Enrollment Form can be found at: <http://www.das.state.ne.us/accounting/formslaclignrol.pdf4 The Contractor is required and hereby agrees to use a fed r l ,. migration verification system to determine the work eligibility status of employees physically performing services within h to o Nebraska.A federal immigration verification system mean the electronic verification of the work authorization;p ogr all h r zed by the Illegal Immigration Reform and Responsibility Act of 1996, 8 U.S.C. 1324a, known as V ify:fl•Irogram,or an equivalent federal program designed by the United States Department of Homeland Security or other,f deal*grt?cy authorized to verify the work eligibility status of a newly hired employee. f i t'# l ; I The contractor, by signature to the Invitation to Bid,certifies that the contractor is not presently debarred,suspended, proposed for debarment, declared ineligible,-or voluntarily excluded by,a..ny federal department or agency from participating in transactions(debarred). The contractoraalso agrees to ii1 1 da tide abgyeequ reirerne, tssin any and all subcontracts into which it enters. The contractor shall Immediately n„otifyihe Depart nt,if.xl nrlg the;term of this°contract,Acontractor becomes debarred. The Department:may immediately terminate this c ntr c by providin ntractor written' otice if contractor becomes debarred;during thetertm lot this cotntra .` i F '� ( ; , fl `4 "t Y , If the Contractor isan individual or sole r e otshi a followi a li s°0 I s f is i °' n ate; 1 .� ° 1 � c m "�l s � �'°�E°F e .. : a��"t � € €���:t � ,. `,�" 1.The Contractolr:must co rip'ete the United States Citizens lip Attestation Form availableon the Dep'attr>ternt'of Administrative Services website at:<http//das.nebraska gov111403/attestation_form pdf> '' ' '''' n, 2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the No Bid Res.ond: Remove From Class-Item OR Kees Active For Class-Item BIDDER MUST COMPLETE THE FOLLOWING DISCOUNT PAYMENT TERMS: 06 % 5 DAYS By signing this Invitation to Bid e bidder ogre- •the' t ditions and Terms ofBid Solidtatibn and Offer"and Is committed to provide a drug free work place environment.Vendor will turn'• - ems re wiU��ays after receipt of order.Failure to enter Delivery Date may cause quotation to be REJECTED. Sign ./A e, Enter Contact information Below Here (Autho ' =d itu• ANDATORY-MUST BE SIGNED IN INK) VENDOR# Contact �� tf e VENDOR: `let r c . Telephone d— 670 — y4.S. Address: elt,;:at. r•i Facsimile ,„2—4/79-- 765�" xa., 48 S —7/ Email (lf i}•iP - , Y%4417 4 COX/ Return to: .State of Nebraska - INVITATION TO BID State Purchasing Bureau 1526 K Street,Suite 130 CONTRACT Lincoln,Nebraska 68508 OR P,O.Box 94847 Date 9/12/14 Page 2 of 5 Lincoln,NE 68509-4847 Telephone:402471-6500 Fax 402-471-2089 Solicitation Number 4821 OF Opening Date and Time 10/03/14 2:00 pm DESTINATION OF GOODS MULTIPLE DELIVERY LOCATIONS PLEASE REFER TO Buyer FOR DELIVERY ADDRESSES DOCUMENTATION DIANNA GILLILAND (AS) US Citizenship and Immigration Services documentation require to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Program. 3.The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev.Stat.§4-108. The contract resulting from the Invitation to Bid shall incorporate the following documents: 1.Amendment to Contract Award with the most recent dated amendment having the highest priority; 2. Contract Award and any attached Addenda; 3.The signed Invitation to Bid form and the Contractor's bid response; 4.Amendments to ITB and any Questions and Answers;and 5.The original ITB document and any Addenda. ;i ,il. These documents constitute the entirety of the contract. a t Unless otherwise specifically stated in a contract amendment,sin;case-ofany conflict between the incorporated documents,the documents shall govern in the following order of preference with number one(1)receiving preference over all other documents and with each lower numbered document having preference ovariany higher numbered document: 1)Amendment to Contract Award with the most recent dated amendment having the ighcstipriq ty;2)Contract Award and any attached Addenda,3)the signed Invitation to Bid form and the Contractor's bid rasp nse,4)Amendments to iTS and any Questions and Answers,5) the original ITB document and any Addenda. t 4 < Any ambiguity in any provision of this contract which shall a discovered after its execution shall be resolved in accordance with the rules of contract interpretation as established in thre Stte of Nebraska. Once Invitations to Bid are opened they become the propft oftthelstateof Nebraska and will not be returned. It is understood by the parties that in the State of Nebraskqpinion anylimitation on the contractor's liability is unconstitutional under the Nebraska State Constitution,Aae lll,Section iII and that any limitation of liability shall not be binding on the State of Nebraska,despite inclusion of such language irl documents supplied by the contractor's bid response. State Statute§73-107 allows for a pr eference for a resident disabled vataratt or bi ajpess located in a designated enterprise zone. When a state contract is to beawarded,$tothe lowest responsible bidder, a re ident disabt 3yeteran or a business located in a designated enterprise zone under the Enterprise Zone Act shall be allowedea prefeilenrfeppver any other resident or nonresident bid, ,er;'if all otherfactors are equal , 3 'l `i i 31 �s ; i� �� ?� ii lsl r r , �f' 4: Resident disabled veterans'.means•anperson a .who reside r�1 e *r� 1. aska,W o erta d 1i,tin Lit Armed Forces, inclu ding any reaary0 componentipr'he National Gua'd;!rt 4'$4. harge[I or othf iteese ►fated with a characterization'of honorable ac eral(under honorable 44onditions)Viand ho`ipossesses4 disabiiit}y.rating letier issued by the United States Department of VeteransAffairs estaElislting a'service-connected disability or a disability determination from the United States Department of Defense and(b)(i)who owns and controls a business or, in the case of a publicly owned business, more than fifty percent of the stock is owned by one or more persons described in subdivision(a)of this subsection and (ii)the management and daily business operations of the business are controlled by one or more persons described in subdivision(a)of this subsection.Any contract entered into without compliance with this section shall be null and void. Therefore, if a resident disabled veteran or business located in a designated enterprise zone submits a bid in accordance with Neb. Rev. Stat. §73-107 and has checked"yes" requesting priority/preference to be considered in the award of this contract, the following will need to be submitted by the vendor within 10 business days of request: a. Documentation from the United States Armed Forces confirming service, b. Documentation of discharge or otherwise separated characterization of honorable or general(under honorable conditions), c. Disability rating letter issued by the United States Department of Veterans Affairs establishing a service-connected disability or a disability determination from the United States Department of Defense;and d. Documentation which shows ownership and control of a business or, in the case of a publicly owned business, more than fifty percent of the stock is owned by one or more persons described in subdivision (a)of this subsection;and the management and daily business operations of the business are controlled by one or more persons described in subdivision(a)of this subsection. Return to: State of Nebraska - INVITATION TO BID State Purchasing Bureau 1526 K Street,Suite 130 CONTRACT Lincoln,Nebraska 88508 OR P.Q.Box 94847 Date 9/12/14 Page 3 of 5 Lincoln,NE 68509-4847 Telephone:402-471-6500 Solicitation Number Fax:402-t71-2089 4821 OF Opening Date and Time 10/03/14 2:00 pm DESTINATION OF GOODS MULTIPLE DELIVERY LOCATIONS Buyer PLEASE REFER TO DOCUMENTATION DIANNA GILLILAND(AS) FORDELNERYAODREssEs. Failure to submit the requested documentation within 10 business days of notice will disqualify the bidder from consideration of the preference. (bl 09/10/14) A response to this Solicitation is subject to, but not limited to,the included Standard Conditions and Terms. PLEASE READ CAREFULLY! IT IS THE RESPONSIBILITY OF THE BIDDER TO REFER.TO STATE PURCHASING BUREAU'S WEB SITE FOR ALL INFORMATION RELEVANT TO THIS SOLICITATION TO INCLUDE ADDENDA AND/OR AMENDMENTS THAT MAY BE ISSUED PRIOR TO THE OPENING DATE. http:// .das.state.ne.us/materiel/purchas ing/purchasing.htmi, Bid Tabulations are available on the Internet at http:// .idas I fate.ne.us/materieilpurchasing/bidtabs.htm This form is part of the specification package and Fmust be°signed and returned, along with all documents, by the opening date and time specified. ' R' ' 1 Any questions regarding this solicitation must be dir,;c1cte�Ito State Purchasing Bureau,to the attention of the buyer. it ispreferred that questions be sent via e-mad to 'm, t'§ ° '; ` ,� I�� h� s�nat@nebraska.gov. Questions may also be sent by facsimile to 402-471-2089. Refer to specification for aiiti onai information. i t No facsimile or email solicitation responses will be adept d i INVITATION Unit of Extended Line Description ,t Quanta� � � ��M�as�re Unit Price Price I 2015 MIDSIZE SUV , '' �� 1 00001 `.SEA ? . �, 5 PAsS�SENGEt; i ( (( i 2.01,5 or urrent Produetiorn Year Midsize Sport Utility Vehicle 5 Pas9erger << ' r e i` 142frittrtflrrt W iePlbaSe: 1.101 ,'. Minimum Engine Size: 2.4L 14 Minimum Tire Size: 17" 4X4 or AWD: Make: /7ealo/e Model: , Series, Code, Trim Level .2e41.4.c_ S Engine: 0 4 L, #0ONC EPA: C c 07 a,CL /74 �/ Retu n to: State of Nebraska - INVITATION TO BID staterPurchasingBureau 1526 K Street,Suite 130 CONTRACT Lincoln,Nebraska 68508 OR P.O.Box 94847 Date 9l12i14 Page 4 of 5 Lincoln,NE 68509-4847 Telephone:402-471-6500 Fax:402-471-2089 Solicitation Number 4821 OF Opening Date and Time 10/03/14 2:00 p DESTINATION OF GOODSpm MULTIE IVY LOCATIONS PLEA SEPL Buyer REFERDEL TflER DOCUMENTATION DIANNA GILLILAND(AS) FOR DELIVERY ADDRESSES. INVITATION Unit of Extended Line Description Quanti Measure Unit Price Price Delivery time after receipt of order(number/days): The original manufacturer's statement of origin, a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. 2 2015 E85 MIDSIZE SUV ,,1.0000 EA a F77, ?a 87T. 5 PASSENGER 1 q 2015 or Current Production Year E85 Midsize Spori Utility<Vehicle 5 Passenger A separate bid is requested if the manufacturer is producing alternative fuel motor vehicles.A SEPARATE CONTRACT MAY BE AWARDED. ,1 , 5 E85(Units capable of operating on a fuel mixture of iup td$5%Ethanol/15% Unleaded gasoline without additional change or conversion.) i f''' e II//,,_.,,, l � 1i. T— �J Engine: �.4 ©OP - �'"` f I; s 6 1 4X4 or AWD: : � Make: 1 i ' Model: f Series Code,Trim3Levet; ' � -� 6, '�.%' - `$ `: < ,'.f �; i ( � 1�oU/ 9 � € i s3 � _ , �EPA t � z x Delivery time after recei t tf order(nur rl�,< .----i ,'- ' y.,, ,..? ,, ', ,,, I=i, '' " ' ',' .,',, a`Y ) " ` ` ?,Ee The original manufacturer's statement of origin, a service authorization card, and a properly executed service and warranty policy shall accompany each vehicle when delivered. STANDARD CONDITIONS AND TERMS OF BID SOLICITATION AND OFFER invitations to Bid and Contract Awards It is the responsibility of the bidder to check the website for all information relevant to this solicitation to include addenda and/or amendments issued prior to the opening date. Website address: http:llwww.das.state.ne.us/materiel/ourchasinglpurchasing.htjtt SCOPE-These standard conditions and terms of bid solicitation and acceptance apply in like force to this inquiry and to any subsequent contract resulting therefrom. PRICES-Prices quoted shall be net, including transportation and delivery charges fully prepaid by the bidder, F.O.B. destination named in the Invitation to Bid. No additional charges will be allowed for packing,packages or partial delivery costs.When an arithmetic error has been made in the extended total,the unit price will govern. EXECUTION-Bids must be signed in ink by the bidder on the State of Nebraska's Invitation to Bid form.All bids must be typewritten or in ink on the State of Nebraska's Invitation to Bid form.Erasures and alterations must be initialed by the bidder in ink.No telephone or voice bids will be accepted.Failure to comply with these provisions may result in the rejection of the bid. FACSIMILE DOCUMENTS-The State Purchasing Bureau will only accept facsimile responses to Invitations to Bid on bids under$25,000 and up to ten (10)pages. However,two party sealed bids containing facsimile pages are acceptable. No direct facsimile solicitation responses will be accepted for a commodity contract. VALID BID TIME-Bids shall be firm for a minimum of sixty(60)calendar days after the opening date,unless otherwise stipulated by either party in the Invitation to Bid. DISCOUNTS-Prices quoted shall be inclusive of ALL trade discounts. Cash discount terms of less than thirty(30)days wilt not be considered as part of the bid.Cash discount periods will be computed from the date of receipt of a properly executed claim voucher or the date of completion of delivery of all items in a satisfactory condition, whichever is later. PAYMENT-Payment will be made by the responsible agency in conjunction with the State of Nebraska Prompt Payment Act 81-2401 through 2408.The State may request that payment be made electronically instead of by state warrant. COLLUSIVE BIDDING-The bidder guarantees that the prices quoted have been arrived at without collusion with other eligible bidders and without effort to preclude the State of Nebraska from obtaining the lowest possible competitive price. LUMP SUM OR ALL OR NONE BIDS-The State reserves the right to purchase item-by-item,by groups or as a total when the State may benefit by so doing.Bidders may submit a bid on an"all or none"or'lump sum"basis but should also submit a bid on an item-by-item basis.The term"all or none"means a conditional bid which requires the purchase of all items on which bids are offered and bidder declines to accept award on individual Items;a"lump sum"bid is one in which the bidder offers a lower price than the sum of the individual bids if all items are purchased but agrees to deliver individual items at the prices quoted. SPECIFICATIONS- Any manufacturer's names, trade names, brand names, information and/or catalog numbers listed in a specification are for reference and not intended to limit competition,but will be used as the standard by which equivalent material offered will be judged.The State Purchasing Director will be the sole judge of equivalency.The bidder may offer any brand which meets or exceeds the speaf catien;When a specific product is required,the Invitation to Bid will so state.Any item bid is to be the latest current model under standard production at the time of order.No'.'used or refurbished equipment will be accepted,unless otherwise stated. ALTERNATE/EQUIVALENT BIDS-Bidder may offer bids which are at variance fromtheexpress specifications of the invitation to Bid.The State reserves the right to consider and accept such bids if,in the judgement of the State Purchasing Directon`the'bid will result in goods and/or services equivalent to or better than those which would be supplied in the original bid specifications. Bidders must indicate ort the'Inrritiition to Bid the manufacturer's name, number and shall submit with their bid, sketches, descriptive literature and/or complete specifications. Reference to Iiterat4Ye,Submitted with a previous bid will not satisfy this provision. Bids which do not comply with these requirements are subject to rejection.In the absence of any stated deviation or exception,the bid will be accepted as In strict compliance with all terms, conditions and specifications,and the bidder shall be held liable therefore. SAMPLES-When requested,samples shall be furnished at the bidders expense prie to the'opening of the bid,unless otherwise specified.Each sample must be labeled clearly and identify the bidders name, the Invitation to Bid number and the item number Samples submitted must be representative of the commodities or equipment which would be delivered if awarded the bid.The State of Nebraska reserves lth%right to request samples even though this may not have been set forth in the Invitation to Bid.Samples not destroyed in testing will be returned at bidders expense,if reg(esled orwilt be donated to a public institution. RECYCLING-Preference will be given to items which are manufactured or pfgducpd from irecycled material or which can be readily reused or recycled after their normal use as per State Statute Section 81-15,159. .. LATE BIDS-All bids wilt be lime and date stamped upon receipt by the StateiPtirchasing Bureau,and this shall be the official time and date of receipt.Bids received after the time of the bid opening will be considered late bids and will be returned tp thelbidder unoPened.The State Purchasing Bureau is not responsible for late bids or lost requests due to mail service inadequacies,traffic or other similar reasons. i BID OPENING-Openings shall be public on the date and time specified on a Invitation to Bid form.It is the bidder's responsibility to assure the bid is delivered at the designated date,time and place of the bid opening.Telephone bids are not a cept$l le.A bid may not be altered after opening of the bids. NO BID-If not submitting a bid,respond by returning the Invitation to Bid:form explaining the reason in the space provided.Failure to respond to an Invitation to Bid may be cause for the removal of the bidder's name from'the mailing list.NOTE:To qualify as a respondent,bidder must submit a"NO BID"and it must be received no later than the stated bid opening date and time!", . , . f- f: •if, f AWARD-All purchases, leases, or contracts)which are,bpsed;on competitive bids will be awarded;to the lowest responsible bidder, determined according to the provisions of State Statute Section 81-161 R R.S 1943.The State reserves the right to reject any or all bicis,wholly or iri`part and to waive any deviations or errors that are not material,do not invalidate the legitimacy,;of the;bid and do,not ignprpve'the bidders corppetitive post ien,All awrsa i ii1 i g made in a manner deemed in the best interest of the State. , if, . .r 1 r. : r 0t j e i t;` BID TABULATIONS Tabulations will`_be furnished upon.written request,A self-addressed,stamped envelope which rhhstfirrdlude l i ,ay.,} and solicitation number must be enclosed.Bid tabulations will riot be provided by itelephon, or facsin lle did,files may l e exanjined 3,uririg nprmal workitig1hotlrsbj ip lntment. Bid tabulations are available on thewebsite et htlo lhv+nw daastate ne4is(rpat n hggrch�,jnilbldtgbsrhtm ,., '' �' ,� ,,.+�k .s PERFORMANCE AND DEFAULT-The'State'reserves She right to retiulreai,performance bond frohm-thesuccessful bidder, as provided by law,without expense to the State. Otherwise, in case of default of the contractor, the State may procure'the articles from other sources and hold the contractor responsible for any excess cost occasioned thereby. IN-STATE PREFERENCE-A resident bidder shall be allowed a preference against a nonresident from a state which gives or requires a preference to bidders from that state.The preference shall be equal to the preference given or required by the state of the nonresident bidders.Where the lowest responsible bid from a resident bidder is equal in ail respects to one from a nonresident bidder from a state which has no preference law,the resident bidder shall be awarded the contract. NONDISCRIMINATION-The Nebraska Fair Employment Practice Act prohibits contractors of the State of Nebraska,and their subcontractors,from discriminating against any employee or applicant for employment, to be employed in the performance of such contracts, with respect to hire, tenure, terms, conditions or privileges of employment because of race,color,religion,sex,disability,or national origin.(State Statute Sections 48-1101 through 48-1125)The bidder guarantees compliance with the Nebraska Fair Employment Practice Act,and breach of this provision shall be regarded as a material breach of contract.The contractor shall insert a similar provision in all subcontracts for services to be covered by any contract resulting from this Invitation to Bid. TAXES-Purchases made by the State of Nebraska are exempt from the payment of Federal Excise Taxes,and exemption certificates will be furnished on request.State and local taxes are exempt by State Statute Section 77-2704(I)(m)R.R.S.1943 and must not be included in the bid prices.Exemption by statute precludes the furnishing of Stale exemption certificates. DRUG POLICY-Bidder certifies that it maintains a drug free work place environment to ensure worker safety and workplace integrity. Contractor agrees to provide a copy of its drug free workplace policy at any time upon request by the State. . GRIEVANCE AND PROTEST-Grievance and protest procedure is available by contacting the buyer.Protest must be filed within ten(10)days of award. NE ACCESS TECHNOLOGY STANDARDS-Vendor agrees to ensure compliance with Nebraska Access Technology Standards. See website at: http:/www.nitc.state.ne.uslstandards/accessibility/ Revised: 02/2004 Page 5 of 5 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger OPTIONS BID LIST The options shall meet or exceed the following requirements that are exceptions to specification and must be FACTORY INSTALLED. Quotes must be furnished if available for items listed below, if not included as standard equipment or required in main part of this specification. KEY- If no price is indicated in Unit Price choose from the following: N/C = No Charge STD = Standard in Base Price N/A = Not Available from Dealer/Mfg. N/APP = Not Applicable to Spec/Option On-Line-N/C, no additional charge On-Line-Charge, indicate price Alternate Engine Sizes: Unit Price 3 Engine (other). I $ Specify Engine Size: 4 Heavy duty split front seat W/lumbar support(deduct). ($ ) 5 40-40 power bucket electric seats. br-oiee- onl •$ 6 Factory Installed Console between front seats(deduct). ($ ) I 7 Additional remote fob from manufacturer. $ /S r_ 8 Standard Paint-Attach List and Identify as No Additional Cost Paints. $ / �c5 9.rp/&ri 9 Extra Cost Paint-Attach List and Identify as Extra Cost Paints. $ 10 Running Boards: Side step, mounted between front and rear wheels at bottom of $ rocker panel; both sides. Factory installation if available. 71i If dealer installed, specify brand and model: 11 Second Power Outlet. $ ., 12 Two wheel drive model (deduct). ($ 7 7` ) State: FWD or RWD PP 13 Protective safety cage behind drivers seat. $ ?OS( 14 Additional costs for warranties from manufacturer. {{��� $ J( State: YEARS: 5 MILES: ) 1 COO i�—oW c,/'- Gr tirt 15 Reverse sensing system if available from factory. D,¢.a a t._ $ .$`77, 16 Keyless remote entry lock system with 2 fobs, if not standard equipment. 17 Deduct for trailer tow package and hardware. ($ 1 47. 18 Drop shipment charges outside the Lincoln area. Additional costs of charges for $ vehicle drop shipment outside the Lincoln area. Drop shipment charges would be 5C0 for vehicles bought by political entities and other Divisions of Government. 20 Stability traction control system , if not available from factory standard. $ 45-la 21 Protective vinyl body molding:dealer installed if not standard equipment. $ 3 Oct , 22 Lumbar support front seats: if not standard equipment. /� $ S� r 4 t ,A .' 3`0 rt 1 .< � ." - E ,JT ON iE.'? Sri,.. 23 Factory or dealer disconnect of Daylight Running Lights (Law enforcement only). $ 17, 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger 1 of 2 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger 24 Courtesy signal or Internal light inoperable. $ ] ..' • 25 Spotlight: Mounted on driver's side (left door post). Spotlight shall be fused in $ accordance with manufacturer's specifications. Unity#250(or equal) 5-inch j••�GJ• diameter spotlight with halogen lamp is preferred. Unity#255 (or equal)6-inch diameter spotlight with halogen lamp is an acceptable substitute. ALL EXCEPTIONS TO OPTIONS MUST BE CLEARLY INDICATED. (Example: Units ordered with airbags may not be available with a tilt wheel and automatic speed control). • 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger 2 of 2 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger STATE OF NEBRASKA PURCHASING BUREAU SCHEDULE OF EVENTS SCHEDULE OF EVENTS The State expects to adhere to the tentative procurement schedule shown below. It should be noted, however, that some dates are approximate and subject to change ACTIVITY DATE/TIME 1 Release Invitation to Bid September 12,2014 2 Last Day to Submit Written Questions September 19, 2014 3 State Responds to Written Questions Through an Addendum to be posted to the Internet at: September 22, 2014 http:/ldas.nebraska.govlmateriel/purchase bureau/vendor/commodity-itb.html 4 Bid Opening Location: Nebraska State Purchasing Bureau October 3, 2014 1526 K St. Suite 130 2:00 p.m. Lincoln, NE 68508 Central Time WRITTEN QUESTIONS AND ANSWERS Any explanation desired by a bidder regarding the meaning or interpretation of any Invitation to Bid provision must be submitted in writing to the State Purchasing Bureau and clearly marked "ITB Number 4821 OF; Midsize SUV 5 Passenger Questions". It is preferred that questions be sent via e-mail to as.materielpurchasincOnebraska.qov. Questions may also be sent by facsimile to 402-471-2089, but must include a cover sheet clearly indicating that the transmission is to the attention of Dianna Gilliland, showing the total number of pages transmitted, and clearly marked "ITB Number 4821 OF; Midsize SUV 5 Passenger Questions". Written answers will be provided through an addendum to be posted on the internet at http://das.nebraska.gov/materiel/purchase bureau/vendor/commodity-itb.html shown In the Schedule of Events, 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 1 of 14 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS SCOPE It is the intent of this bid invitation to establish a contract to supply 2015 OR CURRENT PRODUCTION YEAR MIDSIZE SPORT UTILITY VEHICLE FIVE PASSENGER per the attached specifications. The State reserves the right to extend the period of this contract beyond the end date when mutually agreeable to the vendor and the State of Nebraska. All items bid shall be of the latest manufacture in production as of the date of the Invitation to Bid and be of proven performance and under standard design, complete as regularly advertised and marketed. All necessary materials for satisfactory performance of the supplies shall be incorporated into the 2015 or Current Production Year Midsize Sport Utility Vehicle Five Passenger whether or not they may be specifically mentioned below. Complete specifications, manufacturer's descriptive literature and/or advertising data sheets with cuts or photographs may be required prior to an award and should be included with the bid on the IDENTICAL items proposed. Literature should be complete and the latest published. Any information necessary to show compliance with these specifications not given on the manufacturer's descriptive literature and/or advertising data sheets should be supplied in writing on or attached to the bid document. If manufacturer's specifications sheets, descriptive literature, advertising data sheets or information necessary to show compliance with these specifications is not supplied in writing on or attached to the bid document, the bidder will be required to submit requested information within three (3) business days of a written request. Failure to submit requested descriptive literature or advertising data sheets may be grounds to reject the bid. The trucks, complete with enclosed cabs, furnished under this specification shall be the latest model standard production units, offered to the general trade, equal in every respect to the construction and performance characteristics shown in the manufacturer's specifications and descriptive literature for this type of vehicle as manufactured and advertised for delivery in the continental United States and including all equipment normally offered and installed at the factory. "Stripped"truck versions are specifically excluded. Engine bores; main bearings, connecting rod bearings and wrist pins shall not exceed the manufacturer's established size tolerances. All trucks offered must meet or exceed the following minimum specifications. It is intended the manufacturer will build the car to these specifications and the selling or servicing dealer will be required only to perform the normal pre-delivery service and not be required to modify, alter, exchange, assemble, install or paint various components to meet these specifications. ACCEPTABLE MODELS All trucks that meet or exceed these specifications may be bid on this invitation. ANNUAL USAGE Annual usage figures provided are estimates and are not to be construed as either a minimum or maximum purchase quantity. The orders shall be for the actual quantities of each item ordered by or for any agency during the life of the contract. Vendor shall not impose minimum order requirements. Listed below are the approximate units to be purchased. These amounts are estimates only; and the actual quantity ordered will vary. These estimates are based on last year's contract usage for the State of Nebraska as a whole, including the vehicles purchased by Political Subdivisions of the State of Nebraska. 4521 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 2 of 14 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS A. Cars—254 each B. Vans-74 each C. Pick-Ups, Trucks—252 each D. Police Cruisers, Special Service Vehicles-266 each E. Sport Utility Vehicles—56 each An estimated 902 vehicles may be purchased from the State of Nebraska contracts for the 2015 production year BID SIGNATURES Bids must be signed in ink by the bidder on the State of Nebraska's Contract Invitation to Bid form. FAILURE TO INCLUDE THIS FORM SIGNED IN INK WILL BE CAUSE FOR REJECTION OF THE CONTRACT INVITATION TO BID RESPONSE. BUILD-OUT DATES The vendor to provide with bid, the build-out dates or tentative build-out dates if they are available. If not available at the time of bidding, the awarded vendor/Contractor should immediately notify AS/Materiel Division, State Purchasing Bureau (EMAIL as.materielpurchasingt nebraska.qov) when said Information is available. Failure to provide build-out information may result in removal of vendor from bidder's list for next year's specifications and may affect consideration for award of future contracts. Send build-out dates to: State Purchasing Bureau Dianna Gilliland, Buyer Dianna.gilliland( nebraska.gov CONTRACT AWARDS State Purchasing Bureau may award to the most responsible bidder submitting the lowest base price, except the State reserves the right to split the award as follows: A. Minimum of 70% to bidder with lowest base price. B. Maximum of 30%to the low bidder, of another manufacturer,whose base price is within 10%of the lowest base price. C. Lowest base price may be based on engine size/fuel type and/or life cycle cost. (Cost of Vehicle) + ((80,000/EPA Estimated Highway MPG)x EIA Average Price Force*) *EIA Average Price for Midwest Region Regular Grade DELIVERY Between 9:00 AM and 3:00 PM, daily except Saturday, Sunday and holidays, AFTER SERVICING AND READY TO DRIVE, with not less than '/4 tank of gasoline. Deliveries desired prior to 120 days after receipt of order; quoted deliveries beyond 120 days are an award consideration. All deliveries shall be scheduled with agency representative. Odometer mileage: • Within a 200-mile radius of Lincoln—less than 200 miles on odometer • Outside the 200-mile radius of Lincoln—less than 450 miles on odometer(Scottsbluff is 398 miles outside of Lincoln) 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 3 of 14 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS Vehicles will not be accepted if all paper work is not with the vehicle at time of delivery. Dealer still owns the vehicles until buyers sign all required paper work. ENVIRONMENTAL PROTECTION AGENCY(EPA) HIGHWAY MILEAGE Provide separate, when available, EPA highway mileage (Gas and E85) rates from the Fuel Economy Guide: www.fueleconomy.gov FACTORY INSTALLATION If manufacturer has requirements available from factory, then item must be FACTORY-INSTALLED; if factory- installation is not available, then it must be noted as a dealer-installation and an alternative. Trucks shall be guaranteed to include all the latest engineering developments adopted by the company applying to transmissions, fuel systems, engines, and accessories, and to possess the capability of operating on lead-free gasoline and gasohol/ethanol. All vehicles shall comply with all current provisions of the National Traffic and Motor Vehicles Safety Act, and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles (units capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. MOTOR VEHICLE INDUSTRIES REGULATION ACT All bidders must comply with the licensing requirements for motor vehicle dealers established under the Motor Vehicle Industries Regulation Act, Nebraska Revised Statutes, Chapter 60, Article 14 at time of bid. Bids will only be accepted from bidders who are fully compliant with the Motor Vehicle Industries Regulation Act, Chapter 60,Article 14, Nebraska Dealer License Number: 19 5 b ORDERS Orders will be placed either by, phone, fax, e-mail or Internet (if available and not to the exclusion of the other methods). All orders must reference a purchase order number and the purchase order number must be referenced on the packing slip, and invoice. Invoices are to be sent to the "Invoice to" address on the purchase order. Once contracts are awarded, purchase orders issued by ordering agencies should include, vehicle description, number of units ordering, shipping and, billing location, contact name and phone number, and related information. Contractor is to provide manufacturer's order number to the purchasing agency or political subdivision within five (5) business days after the purchase order is received. Vehicle invoices or supporting documentation accompanying the invoices should include a hard copy, bar-coded version of the Vehicle Information Number WIN)for each vehicle. PRICES Price quoted shall be unit price and shall be firm for contract term from date of an award and are to be net; including transportation and delivery charges fully prepaid by the bidder F.O.B. Destination as specified witifin a 200 mile radius of Lincoln. A drop shipment charge outside the 200 mile radius of Lincoln must be Orly noted on the Option Bid List 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 4 of 14 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS USAGE REPORT The vendor shall, upon request by the State of Nebraska, provide an annual usage report of this contract by State Agencies, Boards, and Commissions, including Political Subdivisions of the State of Nebraska. Information will include Contract Number; Agency or Political Subdivision name; units purchased; and dollar amount. Information may be requested at any time by the State Purchasing Bureau, but may typically be requested no later than sixty (60) days after the build out date as determined by the State. ADDITIONAL TERMS AWARD All purchases, leases, or contracts which are based on competitive bids will be awarded to the lowest responsible bidder, determined according to the provision of State Statute Section 81-161, R.R.S 1943. The State reserves the right to reject any or all bids, wholly or in part and to waive any deviations or errors that are not material, do not invalidate the legitimacy of the bid and do not improve the bidder's competitive position. All awards will be made in a manner deemed in the best interest of the State. AMENDMENT This Contract may be amended at any time in writing upon the agreement of both parties. ASSIGNMENT OF CONTRACT The vendor will not assign, transfer or sub-contract any portion of this contract without the prior written consent of the State of Nebraska. BREACH OF CONTRACT If the Contractor breaches this Contract, the State of Nebraska may, at its discretion, terminate the Contract immediately upon written notice to the Contractor. The State of Nebraska shall pay the Contractor only for such performance as has been properly completed and is of use to the State of Nebraska. The State of Nebraska may, at its discretion, contract for provision of the goods or services required to complete this Contract and hold the Contractor liable for all expenses incurred in such additional contract over and above the total cost of performance. This provision shall not preclude the pursuit of other remedies for breach of contract as allowed by law. NON-COMPLIANCE STATEMENT Read these specifications carefully. Any and all exceptions to these specifications must be written on or attached to quotation request. Any noncompliance may void your quotation. Non-compliance to any single specification can void your bid. It is the responsibility of Bidders to obtain information and clarifications as provided below. The State of Nebraska is not responsible for any erroneous or incomplete understandings or wrongful interpretations of this Invitation to Bid by any Bidder. No interpretation related to the meaning of bid specifications or other pre-bid documents will be made orally to any Bidder by the State of Nebraska. Any request for bid interpretation must be put in writing and faxed by the Bidder to: the State Purchasing Bureau, Fax (402) 471-2089 or e-mailed to AS Materiel Purchasing as.materielourchasingpnebraska.00v by the last day to submit written questions that is specified in the Schedule of Events. (Inquiries received after the last day to submit written questions may not be addressed). 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 5 of 14 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger I STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS PAYMENT Payment will be made in conjunction with the State of Nebraska Prompt Payment Act§81-2401 through 2408. Payment shall be within 45 days of receipt of service or invoice, whichever is received later. Payment will be made by the responsible agency in compliance with the State of Nebraska Prompt Payment Act (See Neb. Rev. Stat, §81-2401 through 81-2408). The State may require the contractor to accept payment by electronic means such as ACH deposit. In no event shall the State be responsible or liable to pay for any services provided by the contractor prior to the Effective Date, and the contractor hereby waives any claim or cause of action for any such services. POLITICAL SUB-DIVISIONS Contract supplier or suppliers may honor pricing and extend the contract to political sub-divisions, cities and counties. Terms and conditions of the contract must be met by political sub-divisions, cities and counties. QUALITY Product quality must meet specifications and be consistent for the term of the contract. A guarantee of satisfactory performance by the supplier and meeting delivery dates are considered to be an integral part of the purchase contract resulting from this bid invitation. All materials must be of first quality, under standard production by the manufacturer and be of standard design, complete as regularly advertised and marketed and be of proven performance. Products are to be fully guaranteed and may be returned for full credit or replacement (at the State's option) for any reason during the initial warranty period with no additional charges for shipping or restocking. RIGHTS The State reserves the right to waive technicalities; reject any or all bids, wholly or in part; and to waive any deviations or errors that are not material, do not invalidate the legitimacy of the bid, and do not improve the bidder's competitive position.This contract may be awarded item-by-item,group of items, or total, to best serve the interest of the State of Nebraska. The State of Nebraska will be the sole judge of equivalence and any decision will be final. All awards will be made in a manner deemed in the best interest of the State. SECRETARY OF STATE Contract or purchase order awards may be limited to bidders authorized to transact business in the State of Nebraska. All awarded bidders are expected to comply with all Nebraska Secretary of State registration requirements. It is the responsibility of the bidder to comply with any registration requirements pertaining to types of business entities (e.g. person, partnership, foreign or domestic limited liability company, association, or foreign or domestic corporation or other type of business entity). The bidder who is the expected recipient of an award recommendation will be required to certify that it has so complied and produce a true and exact copy of its current (dated within 90 days), valid Certificate of Good Standing or Letter of Good Standing; or in the case registration is not required, to provide, in writing, the reason as to why none is required. This must be accomplished prior to the award of the contract or purchase order. Further, all bidders shall comply with any and all other applicable Nebraska statutes regarding transacting business in the State of Nebraska. In order to expedite the award process, bidders are encouraged to submit their valid Certificate of Good Standing or Letter of Good Standing with their bid. SUBSTITUTIONS Vendor will not substitute any item that has been awarded without prior written approval of State Purchasing Bureau. 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 6 of 14 Ii 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS TAXES The State is not required to pay taxes of any kind and assumes no such liability as a result of this solicitation. Any property tax payable on the contractor's equipment which may be installed in a state-owned facility is the responsibility of the contractor. TERMINATION The contract may be terminated at any time upon the mutual consent of the parties, or by the State of Nebraska, with or without cause and/or consent upon thirty (30) days written notice. 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 7 of 14 1 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger II STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS BIDDER INSTRUCTIONS Bidder must respond to each of the following statements. Specifications listed are minimum conditions that must be met in order for a bidder to qualify for the award. A "YES" response means the bidder guarantees they can meet this condition. A "NO" response means the bidder cannot meet this condition and will not be considered. "NO & PROVIDE ALTERNATIVE" responses should be used only with a narrative response in the NOTES/COMMENTS section explaining in detail any deviation from the bidder's ability to meet the condition, and an explanation of how this would be determined to be an acceptable alternative to meeting the condition. Alternatives must be detailed in such a way that allows such deviations to be fully evaluated. The State of Nebraska shall determine at its sole discretion whether or not the vendor's alternative Is an acceptable alternative. All items listed below are required. If there is a No, a detailed alternative explanation must be provided. PLEASE SPECIFY IF BIDDING 4X4 OR AN AWD UNIT ON THESE SPECIFICATIONS. *'YES, ; T I NO lei 1 PP N 1 ltao, �R, +,n 1 1 m° t. < i g a . / A. Color. Body color and interior trim will be selected from manufacturer's / standard colors. (Note: attached color charts shall be considered yyV manufacturer colors with no extra charge unless specified in the options). /1 B. Glass: Approved tinted safety glass shall be required in all doors, windows, and windshields. Glass shall be free of optical deviation and visibility distortions. Sunscreen glass required. Iq g C. Insulation: Standard production heat and sound insulation to be l- provided. D. Full-length headliner to be furnished. E. Seats: Front Seats: Front Bucket seats must be manufacturer's heavy- duty model with maximum depth foam rubber and heavy-duty cloth covering. Head restraints or high backs for outboard seats required. F. Rear Seat: Standard, Cloth, must be 60/40 or 40/20/40 type that folds down or be removable. G. Arm Rests: Required on both left and right-hand sides of each front V- seat. Door armrest and Center console armrest will be acceptable if factory installed. (/ H. Sun Visors: Dual, padded I. Mirrors: Interior adjustable_day and night tab (selector type, non-glare). ')/ Dual power outside mirror mounted on left and right sides of vehicle. J. Power Outlet: Required. l . K. Seat Belts: Individual lap/shoulder for all seats as applicable per seat occupancy with standard automatic retractors. t/ L. Horn: Factory horn required. M. Windshield Wipers and Washer: Multiple-speed electric with washer and intermittent or delay capability. Rear multi-speed electric wiper/washers required if available from factory. N. Air Conditioner: Best grade factory installed air-conditioning, manually controlled, to include all items normally included in the factory package. / O. Heater: A fresh air type heater with windshield defrosters shall be V installed. V P. Rear Window Defroster: Required. 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 8 of 14 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS Q. Radio: Manufacturer's standard factory installed AM/FM/CD Stereo I/ radio. R. Lights: Halogen high beam headlights with low beam; back up lights; dome light. Directional signals to be complete with front and rear lights, self-canceling control lever on the steering column. Hazard lights. Daylight running lights if available from factory. S. Floor Coverings: Full carpeting, both front and rear,required. T. Electric Power Locks:Three(3)sets of keys per vehicle required. U. Power Windows:Electric power windows required. V. Hood Release: Inside driver's compartment. W. Automatic Speed control: Required. X. Airbag: Driver and passenger side required. Y. Fuel Tank: Minimum, 17 gallon regular model. State size bid: Txi 8. " Z. Floor Mats: Motor vehicle shall be delivered with factory floor mats(front Y and rear)required. AA.Trailer Tow:Trailer tow package,complete with all hardware. Hitch shall meet the maximum towing requirement of the vehicle being bid. State hitch class: TE and indicate the maximum trailer weight the vehicle being bid can tow: ( 5 O( . it„s 1:Z44A-cif- BB.Brake controller system if available from factory. CC.License Plate Bracket: Vehicle shall be equipped with front and rear license plate brackets. NOTES/COMMENTS: (3 ara k� e c+r o tt a r Sirs tc t — CZ Gait-es GwS 4 cJ tom, 11.40 add- i tc a.Q Cos+ .7?..00 YES NO€€ NO 8 PROVIDE '; n 2 ENGINE AND DRIVE TRAIN 1; .; 1-2:,4 ,. ALTERI A,TIVE9? F t.�W E , a,.„. ., < I. ,,. &.€ A. Engine: Minimum standards as stated in these specifications. B. Transmission: A minimum four forward Speed Automatic, with lockup converter required, if available. C. Air Cleaner: Dry type. D. Oil Filter: Full flow throwaway type. E. Thermostat: Required as recommended for permanent-type antifreeze. v , F. Radiator: Coolant recovery system required. G. Axle Ratio: Ratio to be recommended by manufacturer. NOTES/COMMENTS: YE t'09 4i ; N=.. Pl.ja�'A„YMP t AP,PENSIQN ggvt ov Af# , • 4 !ALTERNATIVE :� � � . i�,�t�,.�t,s , �� � €{.. �� .�.;�,s_� � �.�_ . .�� ,b A. Wheelbase: Minimum standards as stated in these specifications. B. Steering: Power steering required. C. Steering Wheel: Regular production model or approved deluxe wheel. Tilt steering wheel required. D. Wheels: Standard original equipment wheels(4)(minimum 17"). E. Tires: Four standard (minimum 17-inch) original or optional equipment i/ tires shall be furnished. "Mini" or "compact' spares offered as original equipment are acceptable. All tires except the"mini" or"compact"spare 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 9 of 14 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS shall be all season steel-belted radial manufactured by a major manufacturer and shall be factory installed. Spare rim can be steel. Tires should have a 50,000-mile tire rating. The inability to provide all season steel-belted radial tires as standard original or optional equipment shall be noted as an exception in the bid. F. Brakes: Four (4) wheel disc brakes and Anti-Lock braking system required if available from factory. G. Stability traction control system and/or roll stability system required if available from the factory. H. Suspension: Must be designed to handle passenger and cargo requirements. NOTES/COMMENTS: YE$ ,r �; 9NO1;1 �� � �Z 43, A. Ignition system: 12-Volt,solid state. Must be equipped with high tension, radio frequency shielded, ignition wiring. B. Battery: Heavy-duty, maintenance free, highest cold cranking amperage l� capacity from factory for model bidding. Specify capacity: vasq,t`C C. Alternator: Standard, required. 12 0 atttP NOTES/COMMENTS: INO i 1 NCtjQitrtC•1/ Ei[ € I 1* 4{t i��.K '" Y� '1' t 'a" A. The chassis and/or installed components and equipment shall be compatible with use of NDOR mobile and/or two-way communication / devices. Main communication radio operates in low band range of 47 MHz to 48 MHz, but all frequencies apply including low band, high band, UHF and VHF. / B. The chassis and/or installed components and equipment shall be l,// manufactured to meet all current SAE and/or ISO Standards applicable and/or relevant to Electromagnetic Compatibility. C. NDOR will conduct testing of radio/two-way when installed in chassis. NDOR will notify vendor if normal operational parameters are not met due to degradation of signals caused by electromagnetic emissions from 1.7v chassis or installed components and equipment. Vendor shall be required to work with NDOR personnel to reduce interference level to a point acceptable to NDOR normal radio operating parameters. Vendor shall have 30 days to resolve RFI issue. D. Vendor and/or manufacturer will be responsible for any and all cost to replace and/or modify any parts found to cause radio frequency interference. If NDOR and vendor can not resolve source of RFI the unit will be sent to an independent accredited lab for testing to ensure SAE and/or ISO Standards compliance. Testing shall be done to SAE and/or ISO Standards which were current at date of bid. Should the chassis 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 10 of 14 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger STATE OF NEBRASKA PURCHASING BUREAU / SPECIFICATIONS / and/or installed components and equipment fail testing at the accredited VV lab,the vendor shall be responsible for all cost incurred for testing. E. If after testing by NDOR and or accredited lab, the vendor is unable or unwilling to incur the cost and correct the RFI issue to the satisfaction of NDOR, ALL ORDERS AND CORRESPONDING CONTRACT WILL BE CANCELLED. NOTES/COMMENTS: NO g3 : t�G!f8?PRC?ll[3F� � MISCELLANEOUSg �A. All SUVs shall be protected to 34 degrees below zero Fahrenheit by permanent type ethylene glycol base antifreeze of the brand normally j/ furnished by the manufacturer. The radiator shall be tagged or marked to indicate the type, brand and degree of protection. B. Each unit shall be delivered to the purchaser with all wheels balanced l� and the front end aligned. C. Manufacturer's standard complement of tools, bumper jack, wheel wrench, and jack handle shall be provided, together with facilities for storage. D. All equipment such as floor mats and 3rd keys shall be with Vehicle upon delivery. E. Purchase orders issued from the resulting contract(s) may specify V prospective delivery dates due to agency operational needs and budget;upon acceptance of purchase order Contractor agrees to abide by any such prospective delivery date. NOTES/COMMENTS: ,YES ,E NO i;= ° NO&P WIDE i[ TM SUSTAINABhILITY 31���, : r ij e 1`�$. €.« ALTERNATIVE It(€ i �.,, gi���i ����10la°i���. �����I!xd A. If any part or component of the vehicle bid contains recycled or bio- 4J) based material(s), please list and provide detailed information on the t v environmental attributes. NOTES/COMMENTS: pE Y S S N. 3 i NO"siiPROVIDE "��` ^, `gyp 11T z ui' "i ¢', ry �;$ ,c, '°,11�f a T� .n k r1 a , , a '�0 �ir, 1 �� . : At' E;ftNA'fIViE��3 � '_ �?'����r�r. �, � � } 4:�0 1 a A. All vehicles shall be delivered FOB destination in Lincoln, Nebraska and in accordance with the Delivery Schedule shown on the purchase order. Vehicles are to be road ready,fully equipped, serviced,and washed with the equivalent of a %tank of gasoline. Vehicles showing lack of proper dealer pre-delivery service shall be subject to rejection until the vehicle is properly serviced. Factory pre-delivery service is not acceptable. Dealer nameplates, decals, etc., shall not be affixed. A signed copy of the completed manufacturer's "New Vehicle Preparation-Inspection and Road Test"form must accom•an each vehicle at time of delive . 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 11 of 14 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger '1 STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS B. After the SUV has been fully serviced, the dealer may deliver it by rail freight, truck transport or by driving to the destination. IMPORTANT Odometer mileage: Within a 200-mile radius of Lincoln —less than 200 miles on the odometer; outside the 200-mile radius of Lincoln—less than 450 miles on the odometer at the time the motor vehicle is officially accepted and signed for by the purchaser. Deliveries shall be made between the hours of 9:00 AM and 3:00 PM daily, except Saturday, Sunday, and holidays. All deliveries must be scheduled with the Agency Representative. C. The original manufacturer's statement of origin, a service authorization ✓ card, and a properly executed service and warranty policy shall accompany each vehicle when delivered. D. Each vehicle shall be completely checked by the vendor to ensure conformance with the manufacturer's specifications and the State of Nebraska requirements as stated herein. E. Invoices shall describe the vehicle, including vehicle identification v number (VIN), key number and State of Nebraska purchase order number. . /' F. Contract supplier or suppliers may honor pricing and extend the contract �/ to political subdivisions, cities and counties. Political subdivisions,cities, and counties must meet terms and conditions of the contract. G. Motor vehicles that have been wrecked or sustained more than minor V nicks and scratches will not be accepted. The vendor should not attempt to deliver a unit until minor nicks and scratches have been repaired. Failure to comply with the above may result in the dealer not being allowed to bid on future motor vehicles contracts. H. Vendor shall provide order number to the purchaser within 5 business t/ days after Purchase Order has been received. Vendor shall email, fax, or mail this information to each buyer. NOTES/COMMENTS: 111144 P A. The manufacturer's standard warranty shall apply to each vehicle (refer to item B below). Mechanical or body repair required under manufacturer's warranty, prior to use of the vehicle by the State,shall be the responsibility of the selling dealer, including the transportation thereof. Warranty to be effective from date of issuance of first assignment and the mileage warranty will begin from the mileage on the odometer on the date of assignment. The selling dealer will provide warranty activation cards or delayed warranty forms with manufacturer mailing information in order to properly activate said warranty. B. A minimum warranty of 3 years, 36,000 miles or the manufacturer's standard warranty, whichever is greater, is required. A minimum of 5 1./ years, 100,000 miles rust warranty is required. Indicate standard manufacturer's warranties. The manufacturer's standard warranty shall be stated in the Exceptions/Comments section of the Bid if different and noted if different than requested. 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 12 of 14 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS NOTES/COMMENTS: g$ YE, It ` NO ,NO&P.ROVJDE � , fit S VI " " #,' }� € ' ;' .4 .s u « " q g f � 1 A 4�d. d i� ,$ +^€ [ E P� i Tt l 4I, 1 7. ALTERNATIVE .,. '; 11 � 1� �,J1J0, :€`,i3 ill i€ A. Prior to the awarding of, or entering into any agreement or contract, whether verbal or in writing, it shall be the responsibility of the / manufacturer and/or the successful bidder to ensure and satisfy the v/ State of Nebraska that there are factory authorized dealers, geographically located within the United States of America and the State of Nebraska,who will service and repair the vehicles being submitted for consideration without undue delay. B. It is the responsibility of the vendor to see that the following agencies N.// have received, or will receive in a timely fashion, Fleet Buyers Guides and Source Book for ordering purposes: AS/Transportation Services Bureau, AS/Materiel Division Purchasing Bureau, University of Nebraska-Lincoln Transportation Services, Game and Parks Commission,Department of Roads,and the Nebraska State Patrol. C. THE STATE OF NEBRASKA'S OBLIGATION TO PAY IS CONTINGENT UPON LEGISLATIVE APPROPRIATION OF FUNDS FOR THAT / PURPOSE. SHOULD SAID FUNDS NOT BE APPROPRIATED, THE STATE OF NEBRASKA MAY TERMINATE THIS AGREEMENT. THE STATE OF NEBRASKA WILL GIVE THE VENDOR THIRTY DAYS WRITTEN NOTICE OF SUCH TERMINATION. D. Vendor must indicate to whom payment is to be made, stating full name / of company or entity, complete address and telephone number. After l// contract is awarded, payment shall only be made as indicated unless written notification is made to the AS/Materiel/Purchasing Bureau requesting an addendum to the contract; must be done 30 days prior to the delivery of vehicle.THERE WILL BE NO EXCEPTIONS! / E. If vendor is interested in electronic fund transfer(EFT) payment, please V contact-purchasing agency after contract has been awarded. / F. The manufacturer and/or the successful bidder should allow the State of Nebraska to participate in the manufacturer's service training network. Service network includes dealer onsite training, schools and computer based trainin when pplicable. NOTES/COMMENTS: D, Po MfAit+ = J/ s k e-r•-- /4..te-t at zfb�- 4/79-- 7 -0O �'zrsC ti 7 X...) " ‘8-<,Z / pt # S Ny iii No&ettovtcE iit,21 "41 5 B F S g`a ® p. $€'. r�' S l 4§[r Abrre ve $ it '4, t i r`ID riCtt sh• 0 a e e e ' e e e � .ih: i Wyk®:1«i!)tt fi [ €� 11 I c,€r s�, �[ F �t e':� T a 77.➢s i € P yk es P P, I €i 1, i i 1, f t s ll e to 5p` t eb -31, . . ..<- err ;,r [ a P 3 i ; ,4 , 3 g Oil'Wi �� d: .a e e 4,4 a _ e .e ���i 10' : I, ,4-4 e tC€ 4 e , .. #,,,,j: -r€ ,, 8 P.a ;.dk l . a rti r , f 1._ !_e .*era c e e e�5.. e, • ;' A. Bidder is a SOLE PROPRIETORSHIP(in which case, no Letter of Good TM Standing/Certificate of Good Standing is required) B. Bidder is a GENERAL PARTNERSHIP(in which case,no Letter of Good Standing/Certificate of Good Standing is required) 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 13 of 14 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS C. Bidder is a FOREIGN or DOMESTIC CORPORATION or BUSINESS and a copy of current Letter of Good Standing/Certificate of Good Standing from the Nebraska Secretary of State is provided within bid submission documents. D. Bidder is a FOREIGN or DOMESTIC CORPORATION or BUSINESS and a copy of current Letter of Good Standing/Certificate of Good Standing from the Nebraska Secretary of State will be provided in a timely manner upon request prior to award. NOTES/COMMENTS: €; € u o -I € r € l @ §,,, .s' i t 5 r'...<a ak€¢ t q a S NO € NFU 8�`PR(�Vlta ,: 1 z E�F3p NCB f phi t ; �I ,�E,` AL ER4to 1 e ff€ �. A. Specifications have been fully read and fully understood. Any VVV exceptions have been written on the bid or attached. NOTES/COMMENTS: 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 14 of 14 Model Information- Online Ordering Guide Page 1 of 1 2015 Equinox COLOR AND TRIM S=Standard Equipment A=Available —{dashes)=Not Available a=Included in Equipment Group 0=Included in Equipment Group but upgradeable 'Indicates availability of feature on multiple models.For example,it indicates feature availability on 2WD and 4WD Models or Rear wheel drive and All-wheel drive Models. Interior Decor Level Seat Type Code Seat Trim Light Titanium/ Jet Brownstone/Jet Jet Black Black Black LS (1 LS) Seats,front AR9 Cloth AR AFH -- reclining buckets LT(1 LT-2LT) Seats,front AR9 Premium Cloth AFK AFJ — reclining buckets LT(2LT) and Seats,front AR9 Perforated leather- AFM AFL AFN LTZ(1 LZ) reclining buckets appointed Exterior Color Touch-Up Paint Interior Solid Paint Code Number Light Titanium/ Jet Brownstone/Jet Jet Black Black Black NEW Blue Velvet Metallic G1M WA-410Y A A — NEWi Sea Grass Metallicl G22 WA-200X A A — Silver Ice Metallic GAN WA-636R A A A Black Granite Metallicl GAR WA-565Q A A A Summit White GAZ WA-8624 A A A Black GBA WA-8555 A A A Crystal Red Tintcoatl GBE WA-505Q A A A White Diamond Tricoat2 GBN WA-800J A A A Silver Topaz Metallic GWS WA-101V A A A Champagne Silver Metallic GWT WA-102V A A A Tungsten Metallic3 GXG WA-121V A A A 1-Extra cost.Not available on LS. 2-Requires(LEA)2.4L DOHC 4-cylinder engine,(UE1)onStar and(U2K)SiriusXM Satellite Radio.Extra cost.Not available on LS. 3-Not available on LS. https://www.autopartners.net/apps/eogld/NASApp/domestic/proddesc jsp?year-2015&regi... 10/3/2014 .= Gerry A.tl mUe11ar Admitlistrat . ervlces Acting 0lreetor; Dave:; ai 777, ove77 ADDENDUM ONE Date: September 22, 2014 To: All Bidders From: Dianna Gilliland, Buyer State Purchasing Bureau RE: Addendum for ITB Numbers: 4819 OF,4820 OF,4821 OF,4822 OF and 4823 OF to be opened October 3, 2014 at 2:00 p.m. No questions were received for Invitations to Bid 4819 OF,4820 OF,4821 OF, 4822 OF and 4823 OF. This addendum will become part of the bid and should be acknowledged with the ITB. Matai el Division+ no R l lw,l4dministrainr Acinfrls ratue See + 1528K Sb'eet Suta 130*P:6.Box 94847.1kncdn,1 Nebaska 03509.4847 •Phone:402.471.6500•Fax 4324714089 , ci ti. istratr 5 rviCep Gerry A.Oligmueller Acting Director Dave Heineman, Governor ADDENDUM ONE Date: September 22, 2014 To: All Bidders From: Dianna Gilliland, Buyer State Purchasing Bureau RE: Addendum for ITB Numbers: 4819 OF, 4820 OF, 4821 OF, 4822 OF and 4823 OF to be opened October 3, 2014 at 2:00 p.m. No questions were received for Invitations to Bid 4819 OF, 4820 OF, 4821 OF, 4822 OF and 4823 OF. This addendum will become part of the bid and should be acknowledged with the ITB. Miiteriei Division * Do COteiircr, imiiiictr A,iniriAntiue Semi: • 1526K S Sute 130•F.0.Box94e47• Lincoln NekYaska E3509- 47 •Phone:402-471.6500.*F 2 47 1-20 YiT ) I - 14,. Gerry Oli rt Holler Administrab ervices Actinc Oirectar DaveHeineman,Governor._ September 12, 2014 Dear Prospective Vendor: The State of Nebraska Purchasing Bureau is issuing the following Invitation to Bid (ITB): ITB Number/Commodity: 4820 OF Compact Sport Utility Vehicle 4 Passenger 4821 OF Midsize Sport Utility Vehicle 5 Passenger 4822 OF Large Sport Utility Vehicle 7 Passenger 4823 OF%Ton Carryall Sport Utility Vehicle 4 Wheel Drive 8 Passenger Opening Date: October 3, 2014; 2 p.m. Central Time Buyer: Dianna Gilliland Copies of 4820 OF, 4821 OF, 4822 OF, and 4823 OF and all information relevant to these ITB's to include addenda and/or amendments may be obtained from the State Purchasing Bureau web site at: htto://www.das.state.ne.us/materiel/purchasing/ It is the responsibility of the bidder to check this site for other pertinent information and any mandatory requirements. All information relevant to this ITB, to include addenda and/or amendments that may be issued prior to the opening date will be posted to the web site. ITB responses must be in a sealed envelope that indicates the ITB Number and Opening Date. Sealed responses must be received in the State Purchasing Bureau on or before October 3, 2014; 2:00 p.m. Central Time, at which time responses will be publicly opened. ITB response should be sent to: State Purchasing Bureau State Purchasing Bureau 1526 K Street OR PO Box 94847 Lincoln, NE 68508 Lincoln, NE 68509-4847 Any problems accessing the website regarding the above ITB should be e-mailed or faxed to the State Purchasing Bureau at as.materielpurchasingCa?nebraska.qov or 402-471-2089. Sincerely, %\ .)-‘,s\st\.) Dianna Gilliland, Buyer State Purchasing Bureau Materiel division • Do ttotelhcr,Administrator AitniristratiueSew es • 1526K 8fre4 Stile 130*P.O.Box 94847•-incoln,NeFiraska639)9-4847 •Phctie:402-471-69)0• Fac 4Q2.471-2089 n State of Nebraska - INVITATION TO BID St terPuchasingBureau 1526 K Street,Suite 130 CONTRACT Lincoln,Nebraska 68508 OR _ P.O.Box 94847 Date 9/12/14 Page 1 of 5 Lincoln,NE 68509-4847 Telephone:402-471-6500 Solicitation Number Fax:402-471-2089 4821 OF Opening Date and Time 10/03/14 2:00 pm DESTINATION OF GOODS MULTIPLE DELIVERY LOCATIONS Buyer PLEASE REFER TO DOCUMENTATION DIANNA GILLILAND (AS) FOR DELIVERY ADDRESSES. 2015 or Current Production Year MIDSIZE SPORT UTILITY VEHICLE 5 PASSENGER as per the attached specifications for the 2015 Production Year. Unit bid must meet the attached specifications. Disregard the Qty and Unit of Measure on the Invitation to Bid sheet. See attached Terms and Conditions page for approximate units to be purchased.The Unit Price is equal to the Base Price for items before the Option Bid List. Per Nebraska' s Transparency in Government Procurement Act, DAS is required to collect statistical information regarding the number of contracts awarded to Nebraska contractors. This information is for statistical purposes only and will not be considered for contract award purposes. NEBRASKA CONTRACTOR AFFADAVIT: Bidder hereby attests that bidder is a Nebraska Contractor. " Nebraska Contractor" shall mean any bidder who has maintained a bona fide place of business and at least one employee within this state for at least the six (6) months immediately preceding the posting date of this ITB. I hereby certify that I am a Resident disabled veteran or business located in a designated enterprise zone in accordance with Neb. Rev. Stat. §73-107 and wish to have preference, if applicable, considered in the award of this contract. The State may request that payment be made electronically instead of by state warrant. ACH/EFT Enrollment Form can be found at: <http://www.das.state.ne.us/accounting/forms/achenrol.pdf> The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of employees physically performing services within the State of Nebraska.A federal immigration verification system mean the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Responsibility Act of 1996, 8 U.S.C. 1324a, known as E-Verify Program, or an equivalent federal program designed by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. The contractor, by signature to the Invitation to Bid, certifies that the contractor is not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any federal department or agency from participating in transactions (debarred). The contractor also agrees to include the above requirements in any and all subcontracts into which it enters. The contractor shall immediately notify the Department if, during the term of this contract, contractor becomes debarred. The Department may immediately terminate this contract by providing contractor written notice if contractor becomes debarred during the term of this contract. If the Contractor is an individual or sole proprietorship, the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form, available on the Department of Administrative Services website at: <http://das.nebraska.gov/Ib403/attestation_form.pdf> 2. If the Contractor indicates on such attestation form that he or she is a qualified alien, the Contractor agrees to provide the No Bid Respond: )Remove From Class-Item OR Keep Active For Class-Item BIDDER MUST COMPLETE THE FOLLOWING DISCOUNT PAYMENT TERMS: % DAYS By signing this Invitation to Bid,the bidder agrees to the"Standard Conditions and Terms of Bid Solicitation and Offer"and is committed to provide a drug free work place environment.Vendor will furnish the items requested within days after receipt of order.Failure to enter Delivery Date may cause quotation to be REJECTED. Sign Enter Contact Information Below Here (Authorized Signature MANDATORY-MUST BE SIGNED IN INK) VENDOR# Contact VENDOR: Telephone Address: Facsimile Email to: n State of Nebraska - INVITATION TO BID St terPu chasing Bureau 1526 K Street,Suite 130 CONTRACT Lincoln,Nebraska 68508 OR _ P.O.Box 94847 Date 9/12/14 Page 2 of 5 Lincoln,NE 68509-4847 Telephone:402-471-6500 Solicitation Number Fax:402-471-2089 4821 OF Opening Date and Time 10/03/14 2:00 pm DESTINATION OF GOODS MULTIPLE DELIVERY LOCATIONS Buyer PLEASE REFER TO DOCUMENTATION DIANNA GILLILAND (AS) FOR DELIVERY ADDRESSES. US Citizenship and Immigration Services documentation require to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements (SAVE) Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat.§4-108. The contract resulting from the Invitation to Bid shall incorporate the following documents: 1.Amendment to Contract Award with the most recent dated amendment having the highest priority; 2. Contract Award and any attached Addenda; 3. The signed Invitation to Bid form and the Contractor' s bid response; 4. Amendments to ITB and any Questions and Answers; and 5. The original ITB document and any Addenda. These documents constitute the entirety of the contract. Unless otherwise specifically stated in a contract amendment, in case of any conflict between the incorporated documents, the documents shall govern in the following order of preference with number one (1) receiving preference over all other documents and with each lower numbered document having preference over any higher numbered document: 1)Amendment to Contract Award with the most recent dated amendment having the highest priority, 2)Contract Award and any attached Addenda, 3)the signed Invitation to Bid form and the Contractor's bid response, 4)Amendments to ITB and any Questions and Answers, 5) the original ITB document and any Addenda. Any ambiguity in any provision of this contract which shall be discovered after its execution shall be resolved in accordance with the rules of contract interpretation as established in the State of Nebraska. Once Invitations to Bid are opened they become the property of the State of Nebraska and will not be returned. It is understood by the parties that in the State of Nebraska's opinion, any limitation on the contractor's liability is unconstitutional under the Nebraska State Constitution, Article XIII, Section III and that any limitation of liability shall not be binding on the State of Nebraska despite inclusion of such language in documents supplied by the contractor' s bid response. State Statute §73-107 allows for a preference for a resident disabled veteran or business located in a designated enterprise zone. When a state contract is to be awarded to the lowest responsible bidder, a resident disabled veteran or a business located in a designated enterprise zone under the Enterprise Zone Act shall be allowed a preference over any other resident or nonresident bidder, if all other factors are equal. Resident disabled veterans means any person (a)who resides in the State of Nebraska,who served in the United States Armed Forces, including any reserve component or the National Guard, who was discharged or otherwise separated with a characterization of honorable or general (under honorable conditions), and who possesses a disability rating letter issued by the United States Department of Veterans Affairs establishing a service-connected disability or a disability determination from the United States Department of Defense and (b)(i)who owns and controls a business or, in the case of a publicly owned business, more than fifty percent of the stock is owned by one or more persons described in subdivision (a)of this subsection and (ii)the management and daily business operations of the business are controlled by one or more persons described in subdivision(a)of this subsection.Any contract entered into without compliance with this section shall be null and void. Therefore, if a resident disabled veteran or business located in a designated enterprise zone submits a bid in accordance with Neb. Rev. Stat. §73-107 and has checked "yes" requesting priority/preference to be considered in the award of this contract, the following will need to be submitted by the vendor within 10 business days of request: a. Documentation from the United States Armed Forces confirming service, b. Documentation of discharge or otherwise separated characterization of honorable or general (under honorable conditions), c. Disability rating letter issued by the United States Department of Veterans Affairs establishing a service-connected disability or a disability determination from the United States Department of Defense; and d. Documentation which shows ownership and control of a business or, in the case of a publicly owned business, more than fifty percent of the stock is owned by one or more persons described in subdivision (a)of this subsection; and the management and daily business operations of the business are controlled by one or more persons described in subdivision (a)of this subsection. to: n State of Nebraska - INVITATION TO BID St terPu chasing Bureau 1526 K Street,Suite 130 CONTRACT Lincoln,Nebraska 68508 OR P.O.Box 94847 Date 9/12/14 Page 3 of 5 Lincoln,NE 68509-4847 Telephone:402-471-6500 Solicitation Number Fax:402-471-2089 4821 OF Opening Date and Time 10/03/14 2:00 pm DESTINATION OF GOODS MULTIPLE DELIVERY LOCATIONS Buyer PLEASE REFER TO DOCUMENTATION DIANNA GILLILAND (AS) FOR DELIVERY ADDRESSES. Failure to submit the requested documentation within 10 business days of notice will disqualify the bidder from consideration of the preference. (bl 09/10/14) A response to this Solicitation is subject to, but not limited to, the included Standard Conditions and Terms. PLEASE READ CAREFULLY! IT IS THE RESPONSIBILITY OF THE BIDDER TO REFER TO STATE PURCHASING BUREAU'S WEB SITE FOR ALL INFORMATION RELEVANT TO THIS SOLICITATION TO INCLUDE ADDENDA AND/OR AMENDMENTS THAT MAY BE ISSUED PRIOR TO THE OPENING DATE. http://www.das.state.ne.us/materiel/purchasing/purchasing.html Bid Tabulations are available on the internet at http://www.das.state.ne.us/materiel/purchasing/bidtabs.htm This form is part of the specification package and must be signed and returned, along with all documents, by the opening date and time specified. Any questions regarding this solicitation must be directed to State Purchasing Bureau, to the attention of the buyer. It is preferred that questions be sent via e-mail to matpurch.dasmat@nebraska.gov. Questions may also be sent by facsimile to 402-471-2089. Refer to specification for additional information. No facsimile or email solicitation responses will be accepted. INVITATION Unit of Extended Line Description Quantity Measure Unit Price Price 1 2015 MIDSIZE SUV 1.0000 EA 5 PASSENGER 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger Minimum Wheelbase: 110" Minimum Engine Size: 2.4L 14 Minimum Tire Size: 17" 4X4 or AWD: Make: Model: Series, Code, Trim Level: Engine: EPA: to: State of Nebraska - INVITATION TO BID Stater Purchasing Bureau 1526 K Street,Suite 130 CONTRACT Lincoln,Nebraska 68508 OR P.O.Box 94847 Date 9/12/14 Page 4 of 5 Lincoln,NE 68509-4847 Telephone:402-471-6500 Solicitation Number Fax:402-471-2089 4821 OF Opening Date and Time 10/03/14 2:00 pm DESTINATION OF GOODS MULTIPLE DELIVERY LOCATIONS Buyer PLEASE REFER TO DOCUMENTATION DIANNA GILLILAND (AS) FOR DELIVERY ADDRESSES. INVITATION Unit of Extended Line Description Quantity Measure Unit Price Price Delivery time after receipt of order(number/days): The original manufacturer's statement of origin, a service authorization card, and a properly executed service and warranty policy shall accompany each vehicle when delivered. 2 2015 E85 MIDSIZE SUV 1.0000 EA 5 PASSENGER 2015 or Current Production Year E85 Midsize Sport Utility Vehicle 5 Passenger A separate bid is requested if the manufacturer is producing alternative fuel motor vehicles.A SEPARATE CONTRACT MAY BE AWARDED. E85 (Units capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded gasoline without additional change or conversion.) Engine: 4X4 or AWD: Make: Model: Series Code, Trim Level: EPA: Delivery time after receipt of order(number/days): The original manufacturer's statement of origin, a service authorization card, and a properly executed service and warranty policy shall accompany each vehicle when delivered. STANDARD CONDITIONS AND TERMS OF BID SOLICITATION AND OFFER Invitations to Bid and Contract Awards It is the responsibility of the bidder to check the website for all information relevant to this solicitation to include addenda and/or amendments issued prior to the opening date. Website address: http://www.das.state.ne.us/materiel/purchasing/ourchasing.htm SCOPE-These standard conditions and terms of bid solicitation and acceptance apply in like force to this inquiry and to any subsequent contract resulting therefrom. PRICES- Prices quoted shall be net, including transportation and delivery charges fully prepaid by the bidder, F.O.B. destination named in the Invitation to Bid. No additional charges will be allowed for packing,packages or partial delivery costs.When an arithmetic error has been made in the extended total,the unit price will govern. EXECUTION-Bids must be signed in ink by the bidder on the State of Nebraska's Invitation to Bid form.All bids must be typewritten or in ink on the State of Nebraska's Invitation to Bid form. Erasures and alterations must be initialed by the bidder in ink. No telephone or voice bids will be accepted.Failure to comply with these provisions may result in the rejection of the bid. FACSIMILE DOCUMENTS-The State Purchasing Bureau will only accept facsimile responses to Invitations to Bid on bids under$25,000 and up to ten (10)pages. However,two party sealed bids containing facsimile pages are acceptable. No direct facsimile solicitation responses will be accepted for a commodity contract. VALID BID TIME-Bids shall be firm for a minimum of sixty(60)calendar days after the opening date,unless otherwise stipulated by either party in the Invitation to Bid. DISCOUNTS-Prices quoted shall be inclusive of ALL trade discounts.Cash discount terms of less than thirty(30)days will not be considered as part of the bid. Cash discount periods will be computed from the date of receipt of a properly executed claim voucher or the date of completion of delivery of all items in a satisfactory condition, whichever is later. PAYMENT- Payment will be made by the responsible agency in conjunction with the State of Nebraska Prompt Payment Act 81-2401 through 2408.The State may request that payment be made electronically instead of by state warrant. COLLUSIVE BIDDING-The bidder guarantees that the prices quoted have been arrived at without collusion with other eligible bidders and without effort to preclude the State of Nebraska from obtaining the lowest possible competitive price. LUMP SUM OR ALL OR NONE BIDS-The State reserves the right to purchase item-by-item, by groups or as a total when the State may benefit by so doing.Bidders may submit a bid on an "all or none"or"lump sum"basis but should also submit a bid on an item-by-item basis.The term"all or none" means a conditional bid which requires the purchase of all items on which bids are offered and bidder declines to accept award on individual items;a"lump sum"bid is one in which the bidder offers a lower price than the sum of the individual bids if all items are purchased but agrees to deliver individual items at the prices quoted. SPECIFICATIONS- Any manufacturer's names, trade names, brand names, information and/or catalog numbers listed in a specification are for reference and not intended to limit competition,but will be used as the standard by which equivalent material offered will be judged.The State Purchasing Director will be the sole judge of equivalency.The bidder may offer any brand which meets or exceeds the specification.When a specific product is required,the Invitation to Bid will so state.Any item bid is to be the latest current model under standard production at the time of order.No used or refurbished equipment will be accepted,unless otherwise stated. ALTERNATE/EQUIVALENT BIDS- Bidder may offer bids which are at variance from the express specifications of the Invitation to Bid.The State reserves the right to consider and accept such bids if, in the judgement of the State Purchasing Director, the bid will result in goods and/or services equivalent to or better than those which would be supplied in the original bid specifications. Bidders must indicate on the Invitation to Bid the manufacturer's name, number and shall submit with their bid, sketches, descriptive literature and/or complete specifications. Reference to literature submitted with a previous bid will not satisfy this provision. Bids which do not comply with these requirements are subject to rejection, In the absence of any stated deviation or exception,the bid will be accepted as in strict compliance with all terms, conditions and specifications,and the bidder shall be held liable therefore. SAMPLES-When requested,samples shall be furnished at the bidders expense prior to the opening of the bid,unless otherwise specified.Each sample must be labeled clearly and identify the bidders name, the Invitation to Bid number and the item number. Samples submitted must be representative of the commodities or equipment which would be delivered if awarded the bid.The State of Nebraska reserves the right to request samples even though this may not have been set forth in the Invitation to Bid.Samples not destroyed in testing will be returned at bidders expense,if requested,or will be donated to a public institution. RECYCLING-Preference will be given to items which are manufactured or produced from recycled material or which can be readily reused or recycled after their normal use as per State Statute Section 81-15,159. LATE BIDS-All bids will be time and date stamped upon receipt by the State Purchasing Bureau,and this shall be the official time and date of receipt.Bids received after the time of the bid opening will be considered late bids and will be returned to the bidder unopened.The State Purchasing Bureau is not responsible for late bids or lost requests due to mail service inadequacies,traffic or other similar reasons. BID OPENING-Openings shall be public on the date and time specified on the Invitation to Bid form. It is the bidder's responsibility to assure the bid is delivered at the designated date,time and place of the bid opening.Telephone bids are not acceptable.A bid may not be altered after opening of the bids. NO BID-If not submitting a bid,respond by returning the Invitation to Bid form explaining the reason in the space provided.Failure to respond to an Invitation to Bid may be cause for the removal of the bidder's name from the mailing list. NOTE:To qualify as a respondent, bidder must submit a"NO BID"and it must be received no later than the stated bid opening date and time. AWARD- All purchases, leases, or contracts which are based on competitive bids will be awarded to the lowest responsible bidder, determined according to the provisions of State Statute Section 81-161, R.R.S. 1943.The State reserves the right to reject any or all bids,wholly or in part and to waive any deviations or errors that are not material,do not invalidate the legitimacy of the bid and do not improve the bidders competitive position.All awards will be made in a manner deemed in the best interest of the State. BID TABULATIONS-Tabulations will be furnished upon written request. A self-addressed, stamped envelope which must include the agency and solicitation number must be enclosed.Bid tabulations will not be provided by telephone or facsimile. Bid files may be examined during normal working hours by appointment. Bid tabulations are available on the website at: http://www.das.state.ne,us/materiel/purchasing/bidtabs.htm PERFORMANCE AND DEFAULT-The State reserves the right to require a performance bond from the successful bidder, as provided by law,without expense to the State. Otherwise, in case of default of the contractor, the State may procure the articles from other sources and hold the contractor responsible for any excess cost occasioned thereby. IN-STATE PREFERENCE-A resident bidder shall be allowed a preference against a nonresident from a state which gives or requires a preference to bidders from that state.The preference shall be equal to the preference given or required by the state of the nonresident bidders.Where the lowest responsible bid from a resident bidder is equal in all respects to one from a nonresident bidder from a state which has no preference law,the resident bidder shall be awarded the contract. NONDISCRIMINATION-The Nebraska Fair Employment Practice Act prohibits contractors of the State of Nebraska,and their subcontractors,from discriminating against any employee or applicant for employment, to be employed in the performance of such contracts, with respect to hire, tenure, terms, conditions or privileges of employment because of race,color, religion,sex, disability,or national origin.(State Statute Sections 48-1101 through 48-1125)The bidder guarantees compliance with the Nebraska Fair Employment Practice Act,and breach of this provision shall be regarded as a material breach of contract.The contractor shall insert a similar provision in all subcontracts for services to be covered by any contract resulting from this Invitation to Bid. TAXES-Purchases made by the State of Nebraska are exempt from the payment of Federal Excise Taxes,and exemption certificates will be furnished on request.State and local taxes are exempt by State Statute Section 77-2704(I)(m)R.R.S.1943 and must not be included in the bid prices.Exemption by statute precludes the furnishing of State exemption certificates. DRUG POLICY-Bidder certifies that it maintains a drug free work place environment to ensure worker safety and workplace integrity. Contractor agrees to provide a copy of its drug free workplace policy at any time upon request by the State. GRIEVANCE AND PROTEST-Grievance and protest procedure is available by contacting the buyer.Protest must be filed within ten(10)days of award. NE ACCESS TECHNOLOGY STANDARDS-Vendor agrees to ensure compliance with Nebraska Access Technology Standards. See website at: http:/www.nitc.state.ne.us/standards/accessibility/ Revised: 02/2004 Page 5 of 5 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger OPTIONS BID LIST The options shall meet or exceed the following requirements that are exceptions to specification and must be FACTORY INSTALLED. Quotes must be furnished if available for items listed below, if not included as standard equipment or required in main part of this specification. KEY - If no price is indicated in Unit Price choose from the following: N/C = No Charge STD = Standard in Base Price N/A = Not Available from Dealer/Mfg. N/APP = Not Applicable to Spec/Option On-Line - N/C, no additional charge On-Line - Charge, indicate price Alternate Engine Sizes: Unit Price 3 Engine (other). $ Specify Engine Size: 4 Heavy duty split front seat W/lumbar support (deduct). ( $ ) 5 40-40 power bucket electric seats. $ 6 Factory Installed Console between front seats (deduct). ('$ ) 7 Additional remote fob from manufacturer. 8 Standard Paint-Attach List and Identify as No Additional Cost Paints. 9 Extra Cost Paint- Attach List and Identify as Extra Cost Paints. 10 Running Boards: Side step, mounted between front and rear wheels at bottom of $ rocker panel; both sides. Factory installation if available. If dealer installed, specify brand and model: 11 Second Power Outlet. $' 12 Two wheel drive model (deduct). (;$ State: FWD or RWD 13 Protective safety cage behind drivers seat. 14 Additional costs for warranties from manufacturer. $ State: YEARS: MILES: 15 Reverse sensing system if available from factory. $ 16 Keyless remote entry lock system with 2 fobs, if not standard equipment. $ 17 Deduct for trailer tow package and hardware. ($ 18 Drop shipment charges outside the Lincoln area. Additional costs of charges for $ vehicle drop shipment outside the Lincoln area. Drop shipment charges would be for vehicles bought by political entities and other Divisions of Government. 20 Stability traction control system , if not available from factory standard. 21 Protective vinyl body molding:dealer installed if not standard equipment. $ 22 Lumbar support front seats: if not standard equipment. $ LAW ENFORCEMENT ONLY,:: 23 Factory or dealer disconnect of Daylight Running Lights (Law enforcement only). $ 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger 1 of 2 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger 24 Courtesy signal or Internal light inoperable. $ 25 Spotlight: Mounted on driver's side (left door post). Spotlight shall be fused in $ accordance with manufacturer's specifications. Unity#250 (or equal) 5-inch diameter spotlight with halogen lamp is preferred. Unity#255 (or equal) 6-inch diameter spotlight with halogen lamp is an acceptable substitute. ALL EXCEPTIONS TO OPTIONS MUST BE CLEARLY INDICATED. (Example: Units ordered with airbags may not be available with a tilt wheel and automatic speed control). 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger 2 of 2 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger STATE OF NEBRASKA PURCHASING BUREAU SCHEDULE OF EVENTS SCHEDULE OF EVENTS The State expects to adhere to the tentative procurement schedule shown below. It should be noted, however, that some dates are approximate and subject to change ACTIVITY DATE/TIME 1 Release Invitation to Bid September 12, 2014 2 Last Day to Submit Written Questions September 19, 2014 3 State Responds to Written Questions Through an Addendum to be posted to the internet at: September 22, 2014 http://das.nebraska.gov/materieUpurchase bureaulvendor/commodity-itb.html 4 Bid Opening Location: Nebraska State Purchasing Bureau October 3, 2014 1526 K St. Suite 130 2:00 p.m. Lincoln, NE 68508 Central Time WRITTEN QUESTIONS AND ANSWERS Any explanation desired by a bidder regarding the meaning or interpretation of any Invitation to Bid provision must be submitted in writing to the State Purchasing Bureau and clearly marked "ITB Number 4821 OF; Midsize SUV 5 Passenger Questions". It is preferred that questions be sent via e-mail to as.materielpurchasing(E)nel raska.gov. Questions may also be sent by facsimile to 402-471-2089, but must include a cover sheet clearly indicating that the transmission is to the attention of Dianna Gilliland, showing the total number of pages transmitted, and clearly marked "ITB Number 4821 OF; Midsize SUV 5 Passenger Questions". Written answers will be provided through an addendum to be posted on the Internet at http://das.nebraska.gov/materiel/purchase bureau/vendor/commodity-itb.html shown in the Schedule of Events. 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 1 of 14 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS SCOPE It is the intent of this bid invitation to establish a contract to supply 2015 OR CURRENT PRODUCTION YEAR MIDSIZE SPORT UTILITY VEHICLE FIVE PASSENGER per the attached specifications. The State reserves the right to extend the period of this contract beyond the end date when mutually agreeable to the vendor and the State of Nebraska. All items bid shall be of the latest manufacture in production as of the date of the Invitation to Bid and be of proven performance and under standard design, complete as regularly advertised and marketed. All necessary materials for satisfactory performance of the supplies shall be incorporated into the 2015 or Current Production Year Midsize Sport Utility Vehicle Five Passenger whether or not they may be specifically mentioned below. Complete specifications, manufacturer's descriptive literature and/or advertising data sheets with cuts or photographs may be required prior to an award and should be included with the bid on the IDENTICAL items proposed. Literature should be complete and the latest published. Any information necessary to show compliance with these specifications not given on the manufacturer's descriptive literature and/or advertising data sheets should be supplied in writing on or attached to the bid document. If manufacturer's specifications sheets, descriptive literature, advertising data sheets or information necessary to show compliance with these specifications is not supplied in writing on or attached to the bid document, the bidder will be required to submit requested information within three (3) business days of a written request. Failure to submit requested descriptive literature or advertising data sheets may be grounds to reject the bid. The trucks, complete with enclosed cabs, furnished under this specification shall be the latest model standard production units, offered to the general trade, equal in every respect to the construction and performance characteristics shown in the manufacturer's specifications and descriptive literature for this type of vehicle as manufactured and advertised for delivery in the continental United States and including all equipment normally offered and installed at the factory. "Stripped" truck versions are specifically excluded. Engine bores; main bearings, connecting rod bearings and wrist pins shall not exceed the manufacturer's established size tolerances. All trucks offered must meet or exceed the following minimum specifications. It is intended the manufacturer will build the car to these specifications and the selling or servicing dealer will be required only to perform the normal pre-delivery service and not be required to modify, alter, exchange, assemble, install or paint various components to meet these specifications. ACCEPTABLE MODELS All trucks that meet or exceed these specifications may be bid on this invitation. ANNUAL USAGE Annual usage figures provided are estimates and are not to be construed as either a minimum or maximum purchase quantity. The orders shall be for the actual quantities of each item ordered by or for any agency during the life of the contract. Vendor shall not impose minimum order requirements. Listed below are the approximate units to be purchased. These amounts are estimates only; and the actual quantity ordered will vary. These estimates are based on last year's contract usage for the State of Nebraska as a whole, including the vehicles purchased by Political Subdivisions of the State of Nebraska. 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 2 of 14 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS A. Cars —254 each B. Vans - 74 each C. Pick-Ups, Trucks —252 each D. Police Cruisers, Special Service Vehicles - 266 each E. Sport Utility Vehicles —56 each An estimated 902 vehicles may be purchased from the State of Nebraska contracts for the 2015 production year BID SIGNATURES Bids must be signed in ink by the bidder on the State of Nebraska's Contract Invitation to Bid form. FAILURE TO INCLUDE THIS FORM SIGNED IN INK WILL BE CAUSE FOR REJECTION OF THE CONTRACT INVITATION TO BID RESPONSE. BUILD-OUT DATES The vendor to provide with bid, the build-out dates or tentative build-out dates if they are available. If not available at the time of bidding, the awarded vendor/Contractor should immediately notify AS/Materiel Division, State Purchasing Bureau (EMAIL as.materielpurchasinqanebraska.gov) when said information is available. Failure to provide build-out information may result in removal of vendor from bidder's list for next year's specifications and may affect consideration for award of future contracts. Send build-out dates to: State Purchasing Bureau Dianna Gilliland, Buyer Dianna.gillilandid%nebraska.gov CONTRACT AWARDS State Purchasing Bureau may award to the most responsible bidder submitting the lowest base price, except the State reserves the right to split the award as follows: A. Minimum of 70% to bidder with lowest base price. B. Maximum of 30% to the low bidder, of another manufacturer, whose base price is within 10% of the lowest base price. C. Lowest base price may be based on engine size/fuel type and/or life cycle cost. (Cost of Vehicle) + ((80,000/EPA Estimated Highway MPG) x EIA Average Price Force *) *EIA Average Price for Midwest Region Regular Grade DELIVERY Between 9:00 AM and 3:00 PM, daily except Saturday, Sunday and holidays, AFTER SERVICING AND READY TO DRIVE, with not less than '/4 tank of gasoline. Deliveries desired prior to 120 days after receipt of order; quoted deliveries beyond 120 days are an award consideration. All deliveries shall be scheduled with agency representative. Odometer mileage: • Within a 200-mile radius of Lincoln — less than 200 miles on odometer • Outside the 200-mile radius of Lincoln — less than 450 miles on odometer(Scottsbluff is 398 miles outside of Lincoln) 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 3 of 14 I2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS Vehicles will not be accepted if all paper work is not with the vehicle at time of delivery. Dealer still owns the vehicles until buyers sign all required paper work. ENVIRONMENTAL PROTECTION AGENCY (EPA) HIGHWAY MILEAGE Provide separate, when available, EPA highway mileage (Gas and E85) rates from the Fuel Economy Guide: www.fueleconomy.gov FACTORY INSTALLATION If manufacturer has requirements available from factory, then item must be FACTORY-INSTALLED; if factory- installation is not available, then it must be noted as a dealer-installation and an alternative. Trucks shall be guaranteed to include all the latest engineering developments adopted by the company applying to transmissions, fuel systems, engines, and accessories, and to possess the capability of operating on lead-free gasoline and gasohol/ethanol. All vehicles shall comply with all current provisions of the National Traffic and Motor Vehicles Safety Act, and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles (units capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. MOTOR VEHICLE INDUSTRIES REGULATION ACT All bidders must comply with the licensing requirements for motor vehicle dealers established under the Motor Vehicle Industries Regulation Act, Nebraska Revised Statutes, Chapter 60, Article 14 at time of bid. Bids will only be accepted from bidders who are fully compliant with the Motor Vehicle Industries Regulation Act, Chapter 60, Article 14. Nebraska Dealer License Number: ORDERS Orders will be placed either by, phone, fax, e-mail or Internet (if available and not to the exclusion of the other methods). All orders must reference a purchase order number and the purchase order number must be referenced on the packing slip, and invoice. Invoices are to be sent to the "Invoice to" address on the purchase order. Once contracts are awarded, purchase orders issued by ordering agencies should include, vehicle description, number of units ordering, shipping and, billing location, contact name and phone number, and related information. Contractor is to provide manufacturer's order number to the purchasing agency or political subdivision within five (5) business days after the purchase order is received. Vehicle invoices or supporting documentation accompanying the invoices should include a hard copy, bar-coded version of the Vehicle Information Number (VIN)for each vehicle. PRICES Price quoted shall be unit price and shall be firm for contract term from date of an award and are to be net; including transportation and delivery charges fully prepaid by the bidder F.O.B. Destination as specified within a 200 mile radius of Lincoln. A drop shipment charge outside the 200 mile radius of Lincoln must be clearly noted on the Option Bid List 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 4 of 14 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS USAGE REPORT The vendor shall, upon request by the State of Nebraska, provide an annual usage report of this contract by State Agencies, Boards, and Commissions, including Political Subdivisions of the State of Nebraska. Information will include Contract Number; Agency or Political Subdivision name; units purchased; and dollar amount. Information may be requested at any time by the State Purchasing Bureau, but may typically be requested no later than sixty (60) days after the build out date as determined by the State. ADDITIONAL TERMS AWARD All purchases, leases, or contracts which are based on competitive bids will be awarded to the lowest responsible bidder, determined according to the provision of State Statute Section 81-161, R.R.S 1943. The State reserves the right to reject any or all bids, wholly or in part and to waive any deviations or errors that are not material, do not invalidate the legitimacy of the bid and do not improve the bidder's competitive position. All awards will be made in a manner deemed in the best interest of the State. AMENDMENT This Contract may be amended at any time in writing upon the agreement of both parties. ASSIGNMENT OF CONTRACT The vendor will not assign, transfer or sub-contract any portion of this contract without the prior written consent of the State of Nebraska. BREACH OF CONTRACT If the Contractor breaches this Contract, the State of Nebraska may, at its discretion, terminate the Contract immediately upon written notice to the Contractor. The State of Nebraska shall pay the Contractor only for such performance as has been properly completed and is of use to the State of Nebraska. The State of Nebraska may, at its discretion, contract for provision of the goods or services required to complete this Contract and hold the Contractor liable for all expenses incurred in such additional contract over and above the total cost of performance. This provision shall not preclude the pursuit of other remedies for breach of contract as allowed by law. NON-COMPLIANCE STATEMENT Read these specifications carefully. Any and all exceptions to these specifications must be written on or attached to quotation request. Any noncompliance may void your quotation. Non-compliance to any single specification can void your bid. It is the responsibility of Bidders to obtain information and clarifications as provided below. The State of Nebraska is not responsible for any erroneous or incomplete understandings or wrongful interpretations of this Invitation to Bid by any Bidder. No interpretation related to the meaning of bid specifications or other pre-bid documents will be made orally to any Bidder by the State of Nebraska. Any request for bid interpretation must be put in writing and faxed by the Bidder to: the State Purchasing Bureau, Fax (402) 471-2089 or e-mailed to AS Materiel Purchasing as.materielpurchasinq )nel)raska.gov by the last day to submit written questions that is specified in the Schedule of Events. (Inquiries received after the last day to submit written questions may not be addressed). 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 5 of 14 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS PAYMENT Payment will be made in conjunction with the State of Nebraska Prompt Payment Act §81-2401 through 2408. Payment shall be within 45 days of receipt of service or invoice, whichever is received later. Payment will be made by the responsible agency in compliance with the State of Nebraska Prompt Payment Act (See Neb. Rev. Stat. §81-2401 through 81-2408). The State may require the contractor to accept payment by electronic means such as ACH deposit. In no event shall the State be responsible or liable to pay for any services provided by the contractor prior to the Effective Date, and the contractor hereby waives any claim or cause of action for any such services. POLITICAL SUB-DIVISIONS Contract supplier or suppliers may honor pricing and extend the contract to political sub-divisions, cities and counties. Terms and conditions of the contract must be met by political sub-divisions, cities and counties. QUALITY Product quality must meet specifications and be consistent for the term of the contract. A guarantee of satisfactory performance by the supplier and meeting delivery dates are considered to be an integral part of the purchase contract resulting from this bid invitation. All materials must be of first quality, under standard production by the manufacturer and be of standard design, complete as regularly advertised and marketed and be of proven performance. Products are to be fully guaranteed and may be returned for full credit or replacement (at the State's option) for any reason during the initial warranty period with no additional charges for shipping or restocking. RIGHTS The State reserves the right to waive technicalities; reject any or all bids, wholly or in part; and to waive any deviations or errors that are not material, do not invalidate the legitimacy of the bid, and do not improve the bidder's competitive position. This contract may be awarded item-by-item, group of items, or total, to best serve the interest of the State of Nebraska. The State of Nebraska will be the sole judge of equivalence and any decision will be final. All awards will be made in a manner deemed in the best interest of the State. SECRETARY OF STATE Contract or purchase order awards may be limited to bidders authorized to transact business in the State of Nebraska. All awarded bidders are expected to comply with all Nebraska Secretary of State registration requirements. It is the responsibility of the bidder to comply with any registration requirements pertaining to types of business entities (e.g. person, partnership, foreign or domestic limited liability company, association, or foreign or domestic corporation or other type of business entity). The bidder who is the expected recipient of an award recommendation will be required to certify that it has so complied and produce a true and exact copy of its current (dated within 90 days), valid Certificate of Good Standing or Letter of Good Standing; or in the case registration is not required, to provide, in writing, the reason as to why none is required. This must be accomplished prior to the award of the contract or purchase order. Further, all bidders shall comply with any and all other applicable Nebraska statutes regarding transacting business in the State of Nebraska. In order to expedite the award process, bidders are encouraged to submit their valid Certificate of Good Standing or Letter of Good Standing with their bid. SUBSTITUTIONS Vendor will not substitute any item that has been awarded without prior written approval of State Purchasing Bureau. 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 6 of 14 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS TAXES The State is not required to pay taxes of any kind and assumes no such liability as a result of this solicitation. Any property tax payable on the contractor's equipment which may be installed in a state-owned facility is the responsibility of the contractor. TERMINATION The contract may be terminated at any time upon the mutual consent of the parties, or by the State of Nebraska, with or without cause and/or consent upon thirty (30) days written notice. 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 7 of 14 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS BIDDER INSTRUCTIONS Bidder must respond to each of the following statements. Specifications listed are minimum conditions that must be met in order for a bidder to qualify for the award. A "YES" response means the bidder guarantees they can meet this condition. A "NO" response means the bidder cannot meet this condition and will not be considered. "NO & PROVIDE ALTERNATIVE" responses should be used only with a narrative response in the NOTES/COMMENTS section explaining in detail any deviation from the bidder's ability to meet the condition, and an explanation of how this would be determined to be an acceptable alternative to meeting the condition. Alternatives must be detailed in such a way that allows such deviations to be fully evaluated. The State of Nebraska shall determine at its sole discretion whether or not the vendor's alternative is an acceptable alternative. All items listed below are required. If there is a No, a detailed alternative explanation must be provided. PLEASE SPECIFY IF BIDDING 4X4 OR AN AWD UNIT ON THESE SPECIFICATIONS. YES NO NO&PROVIDE 1. BODY F ALTERNATIVE , A. Color: Body color and interior trim will be selected from manufacturer's standard colors. (Note: attached color charts shall be considered manufacturer colors with no extra charge unless specified in the options). B. Glass: Approved tinted safety glass shall be required in all doors, windows, and windshields. Glass shall be free of optical deviation and visibility distortions. Sunscreen glass required. C. Insulation: Standard production heat and sound insulation to be provided. D. Full-length headliner to be furnished. E. Seats: Front Seats: Front Bucket seats must be manufacturer's heavy- duty model with maximum depth foam rubber and heavy-duty cloth covering. Head restraints or high backs for outboard seats required. F. Rear Seat: Standard, Cloth, must be 60/40 or 40/20/40 type that folds down or be removable. G. Arm Rests: Required on both left and right-hand sides of each front seat. Door armrest and Center console armrest will be acceptable if factory installed. H. Sun Visors: Dual, padded I. Mirrors: Interior adjustable, day and night tab (selector type, non-glare). Dual power outside mirror mounted on left and right sides of vehicle. J. Power Outlet: Required. K. Seat Belts: Individual lap/shoulder for all seats as applicable per seat occupancy with standard automatic retractors. L. Horn: Factory horn required. M. Windshield Wipers and Washer: Multiple-speed electric with washer and intermittent or delay capability. Rear multi-speed electric wiper/washers required if available from factory. N. Air Conditioner: Best grade factory installed air-conditioning, manually controlled, to include all items normally included in the factory package. O. Heater: A fresh air type heater with windshield defrosters shall be installed. P. Rear Window Defroster: Required. 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 8 of 14 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS Q. Radio: Manufacturer's standard factory installed AM/FM/CD Stereo radio. R. Lights: Halogen high beam headlights with low beam; back up lights; dome light. Directional signals to be complete with front and rear lights, self-canceling control lever on the steering column. Hazard lights. Daylight running lights if available from factory. S. Floor Coverings: Full carpeting, both front and rear, required. T. Electric Power Locks: Three (3)sets of keys per vehicle required. U. Power Windows: Electric power windows required. V. Hood Release: Inside driver's compartment. W. Automatic Speed control: Required. X. Airbag: Driver and passenger side required. Y. Fuel Tank: Minimum, 17 gallon regular model. State size bid: Z. Floor Mats: Motor vehicle shall be delivered with factory floor mats (front and rear) required. AA.Trailer Tow: Trailer tow package, complete with all hardware. Hitch shall meet the maximum towing requirement of the vehicle being bid. State hitch class: and indicate the maximum trailer weight the vehicle being bid can tow: BB.Brake controller system if available from factory. CC.License Plate Bracket: Vehicle shall be equipped with front and rear license plate brackets. NOTES/COMMENTS: YES NO NO& PROVIDE 2. ENGINE AND DRIVE TRAIN ALTERNATIVE A. Engine: Minimum standards as stated in these specifications. B. Transmission: A minimum four forward Speed Automatic, with lockup converter required, if available. C. Air Cleaner: Dry type. D. Oil Filter: Full flow throwaway type. E. Thermostat: Required as recommended for permanent-type antifreeze. F. Radiator: Coolant recovery system required. G. Axle Ratio: Ratio to be recommended by manufacturer. NOTES/COMMENTS: YES NO NO& PROVIDE 3. SUSPENSION AND RUNNING GEAR ' ALTERNATIVE A. Wheelbase: Minimum standards as stated in these specifications. B. Steering: Power steering required. C. Steering Wheel: Regular production model or approved deluxe wheel. Tilt steering wheel required. D. Wheels: Standard original equipment wheels (4) (minimum 17"). E. Tires: Four standard (minimum 17-inch) original or optional equipment tires shall be furnished. "Mini" or "compact" spares offered as original equipment are acceptable. All tires except the "mini" or "compact" spare 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 9 of 14 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS shall be all season steel-belted radial manufactured by a major manufacturer and shall be factory installed. Spare rim can be steel. Tires should have a 50,000-mile tire rating. The inability to provide all season steel-belted radial tires as standard original or optional equipment shall be noted as an exception in the bid. F. Brakes: Four (4) wheel disc brakes and Anti-Lock braking system required if available from factory. G. Stability traction control system and/or roll stability system required if available from the factory. H. Suspension: Must be designed to handle passenger and cargo requirements. NOTES/COMMENTS: YES NO NO&PROVIDE 4 ELECTRICAL SYSTEM , ALTERNATIVE A. Ignition system:12-Volt, solid state. Must be equipped with high tension, radio frequency shielded, ignition wiring. B. Battery: Heavy-duty, maintenance free, highest cold cranking amperage capacity from factory for model bidding. Specify capacity: C. Alternator: Standard, required. NOTES/COMMENTS: YES NO NO&PROVIDE , 5. RADIO FREQUENCY=SHIELDING—Caution!/ 1 ., ALTERNATIVE : ,. 3 A. The chassis and/or installed components and equipment shall be compatible with use of NDOR mobile and/or two-way communication devices. Main communication radio operates in low band range of 47 MHz to 48 MHz, but all frequencies apply including low band, high band, UHF and VHF. B. The chassis and/or installed components and equipment shall be manufactured to meet all current SAE and/or ISO Standards applicable and/or relevant to Electromagnetic Compatibility. C. NDOR will conduct testing of radio/two-way when installed in chassis. NDOR will notify vendor if normal operational parameters are not met due to degradation of signals caused by electromagnetic emissions from chassis or installed components and equipment. Vendor shall be required to work with NDOR personnel to reduce interference level to a point acceptable to NDOR normal radio operating parameters. Vendor shall have 30 days to resolve RFI issue. D. Vendor and/or manufacturer will be responsible for any and all cost to replace and/or modify any parts found to cause radio frequency interference. If NDOR and vendor can not resolve source of RFI the unit will be sent to an independent accredited lab for testing to ensure SAE and/or ISO Standards compliance. Testing shall be done to SAE and/or ISO Standards which were current at date of bid. Should the chassis 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 10 of 14 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS and/or installed components and equipment fail testing at the accredited lab, the vendor shall be responsible for all cost incurred for testing. E. If after testing by NDOR and or accredited lab, the vendor is unable or unwilling to incur the cost and correct the RFI issue to the satisfaction of NDOR, ALL ORDERS AND CORRESPONDING CONTRACT WILL BE CANCELLED. NOTES/COMMENTS: YES NO NO&PROVIDE 6 MISCELLANEOUS. a( ._ ALTERNATIVE A. All SUVs shall be protected to 34 degrees below zero Fahrenheit by permanent type ethylene glycol base antifreeze of the brand normally furnished by the manufacturer. The radiator shall be tagged or marked to indicate the type, brand and degree of protection. B. Each unit shall be delivered to the purchaser with all wheels balanced and the front end aligned. C. Manufacturer's standard complement of tools, bumper jack, wheel wrench, and jack handle shall be provided, together with facilities for storage. D. All equipment such as floor mats and 3rd keys shall be with vehicle upon delivery. E. Purchase orders issued from the resulting contract(s) may specify prospective delivery dates due to agency operational needs and budget; upon acceptance of purchase order Contractor agrees to abide by any such prospective delivery date. NOTES/COMMENTS: YES NO NO&PROVIDE 7. ,SUSTAINABILITY. ALTERNATIVE A. If any part or component of the vehicle bid contains recycled or bio- based material(s), please list and provide detailed information on the environmental attributes. NOTES/COMMENTS: YES NO ,NO& PROVIDE 8. DELIVERY ALTERNATIVE A. All vehicles shall be delivered FOB destination in Lincoln, Nebraska and in accordance with the Delivery Schedule shown on the purchase order. Vehicles are to be road ready, fully equipped, serviced, and washed with the equivalent of a '/4 tank of gasoline. Vehicles showing lack of proper dealer pre-delivery service shall be subject to rejection until the vehicle is properly serviced. Factory pre-delivery service is not acceptable. Dealer nameplates, decals, etc., shall not be affixed. A signed copy of the completed manufacturer's "New Vehicle Preparation-Inspection and Road Test"form must accompany each vehicle at time of delivery. 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 11 of 14 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS B. After the SUV has been fully serviced, the dealer may deliver it by rail freight, truck transport or by driving to the destination. IMPORTANT Odometer mileage: Within a 200-mile radius of Lincoln — less than 200 miles on the odometer; outside the 200-mile radius of Lincoln —less than 450 miles on the odometer at the time the motor vehicle is officially accepted and signed for by the purchaser. Deliveries shall be made between the hours of 9:00 AM and 3:00 PM daily, except Saturday, Sunday, and holidays. All deliveries must be scheduled with the Agency Representative. C. The original manufacturer's statement of origin, a service authorization card, and a properly executed service and warranty policy shall accompany each vehicle when delivered. D. Each vehicle shall be completely checked by the vendor to ensure conformance with the manufacturer's specifications and the State of Nebraska requirements as stated herein. E. Invoices shall describe the vehicle, including vehicle identification number (VIN), key number and State of Nebraska purchase order number. F. Contract supplier or suppliers may honor pricing and extend the contract to political subdivisions, cities and counties. Political subdivisions, cities, and counties must meet terms and conditions of the contract. G. Motor vehicles that have been wrecked or sustained more than minor nicks and scratches will not be accepted. The vendor should not attempt to deliver a unit until minor nicks and scratches have been repaired. Failure to comply with the above may result in the dealer not being allowed to bid on future motor vehicles contracts. H. Vendor shall provide order number to the purchaser within 5 business days after Purchase Order has been received. Vendor shall email, fax, or mail this information to each buyer. NOTES/COMMENTS: YES NO NO&PROVIDE 9. WARRANTY, ALTERNATIVE A. The manufacturer's standard warranty shall apply to each vehicle (refer to item B below). Mechanical or body repair required under manufacturer's warranty, prior to use of the vehicle by the State, shall be the responsibility of the selling dealer, including the transportation thereof. Warranty to be effective from date of issuance of first assignment and the mileage warranty will begin from the mileage on the odometer on the date of assignment. The selling dealer will provide warranty activation cards or delayed warranty forms with manufacturer mailing information in order to properly activate said warranty. B. A minimum warranty of 3 years, 36,000 miles or the manufacturer's standard warranty, whichever is greater, is required. A minimum of 5 years, 100,000 miles rust warranty is required. Indicate standard manufacturer's warranties. The manufacturer's standard warranty shall be stated in the Exceptions/Comments section of the Bid if different and noted if different than requested. 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 12 of 14 - 2O15or Current Production Year Midsize Sport Utility Vehicle 5 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS NOTES/COMMENTS: YES NO |NO&PROVIDE� �Q�|��|�''1 Q.,Q.,SERVICE ALrERNATx/E ��i����� A. Prior to the awarding of, or entering into any agreement or contract, whether verbal or in whting, it ahuU be the responsibility of the manufacturer and/or the auooeonfu| bidder to ensure and satisfy the State of Nebraska that there are factory authorized dao|om. geographically located within the United States of America and the State o/Nebrooka, who will service and repair the v*hiu|oo being submitted for consideration without undue delay. B. It is the responsibility ofthe vendor to see that the following agencies have neonived, or will receive in o timely fashion, Fleet Buyers Guides and Source Book for ordering purposes: AS/Transportation Samiuno Bunaau, AS/Materiel Division Purchasing Bureau, University of Nebraska-Lincoln Transportation Services, Game and Parks Commission, Department of Roads, and the Nebraska State Patrol. C. THE STATE OF NEBRASKA'S OBLIGATION TO PAY IS CONTINGENT UPON LEGISLATIVE APPROPRIATION OF FUNDS FOR THAT PURPOSE. SHOULD SAID FUNDS NOT BE APPROPR|ATED, THE STATE OF NEBRASKA MAY TERMINATE THIS AGREEMENT. THE STATE OF NEBRASKA WILL GIVE THE VENDOR THIRTY DAYS WRITTEN NOTICE OF SUCH TERMINATION. D. Vendor must indicate to whom payment is to be mude, stating full name of company or an1ity, complete address and telephone number. After contract is awardad, payment shall only be made as indicated unless written notification is made to the AS/Materiel/Purchasing Bureau requesting on addendum to the contract; must be done 30 days prior to the delivery of vehicle. THERE WILL BENOEXCEPTIONS! E. If vendor is interested in o|autmnio fund transfer (EFT) poymont, please contact-purchasing agency after contract has been awarded. F. The manufacturer and/or the successful bidder should allow the State of Nebraska to participate in the manufacturer's nomioo training network, Somioo network includes dealer onoitetraining, schools and computer booed training when applicable. NOTES/COMMENTS: YES | ' NO NO&PROVIDE 1.|SECRETARY OF STATE REGISTRATION REQUIREMENTS ALTERNATIVE | will be a A. Bidder is a SOLE PROPRIETORSHIP (in which case, no Letter of Good Stand i ng/Certificate of Good Standing is required) B. Bidder is a GENERAL PARTNERSHIP (in which case, no Letter of Good Standing/Certificate of Good Standing is required) 4821 OF 2015 Mids�ze Sport Utility Vehicle 5 Passenger Page 13 of 14 2015 or Current Production Year Midsize Sport Utility Vehicle 5 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS C. Bidder is a FOREIGN or DOMESTIC CORPORATION or BUSINESS and a copy of current Letter of Good Standing/Certificate of Good Standing from the Nebraska Secretary of State is provided within bid submission documents. D. Bidder is a FOREIGN or DOMESTIC CORPORATION or BUSINESS and a copy of current Letter of Good Standing/Certificate of Good Standing from the Nebraska Secretary of State will be provided in a timely manner upon request prior to award. NOTES/COMMENTS: YES NO NO&PROVIDE 12. BID COMPLIANCE ALTERNATIVE A. Specifications have been fully read and fully understood. Any exceptions have been written on the bid or attached. NOTES/COMMENTS: 4821 OF 2015 Midsize Sport Utility Vehicle 5 Passenger Page 14 of 14 C ZSA CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, the Public Works Department desires to purchase a mid-sized compact SUV to be utilized by the Traffic Maintenance Division; and, WHEREAS, Husker Auto Group submitted a bid of$21,166.00 to the State of Nebraska under Contract No. 14170 OC for a mid-sized compact SUV; and, WHEREAS, the Purchasing Agent is authorized to purchase a mid-sized compact SUV to be utilized by the Traffic Maintenance Division based on the bid submitted to the State of Nebraska. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Husker Auto Group for the purchase of a mid-sized compact SUV to be utilized by the Traffic Maintenance Division in the amount of$21,166.00; and, that the Finance Department is authorized to pay the cost of this purchase from the Street and Highway Allocation Fund 12131, Barricades Organization 116181, year 2015 expenditures. 279615scp APPROVED AS TO FORM: CITY ATTORNEY DATE By Couticilmember Adopted AFC 1 4 20 Clerk 967.5 Ap rovecii. ✓` Mayor NO. .4 Yr° Resolution by Res. that, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Husker Auto Group for the purchase of a mid-sized compact SUV to be utilized by the Traffic Maintenance Division in the amount of $21,166.00; and, that the Finance Department is authorized to pay the cost of this purchase from the Street and Highway Allocation Fund 12131, Barricades Organization 116181, year 2015 expenditures. { 279615Ascp Presented to City Council APR 1 4 2015 Adopted f._6-7 euster grown, City Clerk