Loading...
RES 2015-0137 - PO to Sid Dillon for pickups 4.0MAHA'Ng.ei ER \` E 1 v E 0 U4,,: 7 Public Works Department ti)"t 4b� Omaha/Douglas las Civic Center j 2D1s J N 22 3 g x `�"`Ckh '� 1819 Farnam Street,Suite 601 [ ',► � February 3, 2015 Omaha,Nebraska 68183-0601 4 (402)444-5220 AO R4rE�FE>;RVA C!i Y CLERK Fax(402)444-5248 City of Omaha �'• /* S�+ ` Robert G. Stubbe,P.E. Jean Stothert,Mayor Public 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 Sid Dillon on the bid for the purchase of three half ton extended cab 4x4 pickup trucks to be utilized by the Street Maintenance Division. The Fleet Management Division has recommended award be made to Sid Dillon based on a bid submitted to the State of Nebraska per Contract No. 14134 OC in the amount of$79,230.00 as detailed in the attached communication dated January 9, 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 three half ton extended cab 4x4 pickup trucks to be utilized by the Street Maintenance Division from the Street and Highway Allocation Fund 12131, Pavement Maintenance Organization 116158, year 2015 expenditures. The Public Works Department recommends the acceptance of the bid from Sid Dillon and requests your consideration and approval of this Resolution. Respectfully submitted, Referred to City Council for Consideration: (7ot-'‘-'1k . /- ,7- 1 S 1-t;,,,__ u� J Robert G. Stubbe, P.E. Date Mayor's Office Date/ Public Works Director Approved as to Funding: Approved: • /cJ 5 / rVr -i: 11 ' __.Stephe . Curtiss e Human Rights and Relations ate Finance Director Department 275515scp 1/9/2015 Enterprise Mail-Re:1/2 Ton Extended Cab 4x4 Pickups for Street Maintenance Sue Preiner (PWks) <sue.preiner@cityofomaha.org> Re: 1/2 Ton Extended Cab 4x4 Pickups for Street Maintenance 1 message Scott McIntyre (PWks) <scott.mcintyre@cityofomaha.org> Fri, Jan 9, 2015 at 11:17 AM To: "Sue Preiner (PWks)" <sue.preiner@cityofomaha.org> Street & Highway 12131 Pavement Maintenance 116158 On Fri, Jan 9, 2015 at 11:04 AM, Sue Preiner (PWks) <sue.preiner@cityofomaha.org> wrote: I need to know what fund and org to pay this from. Thanks. ------ Forwarded message From: Marc McCoy (VMF) <marc.mccoy@cityofomaha.org> Date: Fri, Jan 9, 2015 at 11:02 AM Subject: 1/2 Ton Extended Cab 4x4 Pickups for Street Maintenance To: "Sue Preiner(PWks)" <Sue.Preiner@cityofomaha.org> Cc: "Scott McIntyre (PWks)" <scott.mcintyre@cityofomaha.org>, "Lisa A. Andersen (Prch)" <laandersen@douglascounty-ne.gov>, "Joe Nissen (VMF)" <Joe.Nissen@cityofomaha.org>, "Steve Faris (VMF)" <Steve.Faris a@cityofomaha.org> Sue,please generate a Council resolution for the purchase of three (3) %2 Ton Extended Cab 4x4 Pickups utilizing Nebraska State Contract 14134 OC. 2015 1/2 Ton Extended Cab 4x4 Pickup State Contract 14134 OC Extended Quantity Description Unit Price Cost 3 2015 %2 Ton Extended Cab 4x4 $26,410.00 $79,230.00 TOTAL $79,230.00 Scott McIntyre a requisition for the purchase. • The contact person for this bid is: Ron Fullerton Sid Dillon Wahoo Inc DBA Sid Dillon Chevrolet Buick 257 W A Street https://m ai I.google.com/m ai I/u/0/?ui=2&ik=3f9035d9a8&view=pt&search=i nbox&th=14acfb365c0967ba&si m 1=14acfb365c0967ba 1/2 1/9/2015 Enterprise Mail-Re:1/2 Ton Extended Cab 4x4 Pickups for Street Maintenance Wahoo, Nebraska 68066-2070 Phone (402) 540-7578 rfulierton@siddillon.com Thank you, Marc McCoy Equipment Services Manager City of Omaha Fleet Management 2606 N. 26th Street Omaha, Nebraska 68111 (402)444-6191 Office (402)444-6339 Fax Marc.McCoy@cityofomaha.org https://mail.google.com/mai I/u/0/?ui=2&i k=3f9035d9a8&view=pt&search=i nbox&th=14acfb365c0967ba&si m 1=14acfb365c0967ba 2/2 a STATE OF NEBRASKAState Purchasing Bureau CONTRACT AWARD 1526 K Street,Suite 130 Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 Lincoln,Nebraska 68509-4847 1 of 7 10/23/14 Telephone:(402)471-6500 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 __.. DIANNA GILLILANDIAS},.w.«»,.A...... CONTRACT NUMBER VENDOR NUMBER: 3758834 14134 OC VENDOR ADDRESS: Primary Award SID DILLON WAHOO INC DBA SID DILLON CHEVROLET BUICK E85 Award 257 W A ST WAHOO NEBRASKA 68066-2070 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 SOURCES. THE STATE RESERVES THE RIGHT TO EXTEND THE PERIOD OF THIS CONTRACT BEYOND THE TERMINATION DATE WHEN MUTUALLY AGREEABLE TO THE VENDOR AND THE STATE OF NEBRASKA, Original/Bid Document 4799 OF 2015 or Current Production Year, 1/2 TON EXTENDED CAB 4X4 4 DOOR PICKUP TRUCK,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 SILVERADO 1500 Delivery: 40-180 Days ARO. Quantities shown are estimates only and are not to be construed to mean firm quantities, The State 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 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. r BUYS * Lj•(U MATERIEL AD ISTRATOR sing Bureau STATE V�^�� ������ U���. State'~°=~ � � � U � v�V x��_������� ������AWARD 1526 Kum�S�` i - " ~ " ' un=on.Nebraska smmvo � - OR | - po.Box 94$*7 |- PAGE ORDER DATE Lincoln,Nebraska 68509-4847 V]�JU4 *r�uSVoNESS UNIT / ----- BOYER — — 471-2089 / D�N�A��UL«�)]��� --- - CONTRACT NUMBER VENDOR NUMBER: 3758834 14134DC ' If the Contractor|aon individual or sole proprietorship,the following applies:1.The Contractor Must complete the United States Citizenship / Attestation Form,available on the Department of | Administrative-Se2. If the rvices �rw--site at:cnn�oho' don / that-heorohw|naquw|ifiedalion,dhoConAracturmQnaoohoprovideUhn | 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 praaennein(hoUnbedStatesiurmquinadmndtheQnntnec\ormmybe 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(lie 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 arid the Contractor's bid response; 4.Amendments*m|TB and any Questions and Answers;and ' 5.The original |TB document and any Addenda. � / These documents constitute the entirety of the contract. Unless otherwise specifically stated inocnntrao{amendment, case of any conflict between the incorporated documents, the documents shall govern in the following order of preference U other docurnents arid 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\n Bid form and the Contractor'mbid response,4)Amendments to |TB and any Questions � arid Answers,�)�heohgin�| lT8dooumonton��nyAddnngo. � . Any ambiguity in any provision of this contract which shall /e discovered after its execution shall be resolved{naccordance � with the rules uf contract interpretation as established in the State uf Nebraska. Kis understood by the parties that in the State nfNebraska's opinion, limitation liability ' unconstitutional under ka State Constitution,Arti All, and that anylimitation qf liability shall not bo � binding on the State of Nebraska despite inclusion of such language indo¥ument supplied by the contractor's bid response. ` Vendor Contact: R Fullerton Phone:4U2-S4O- 578 � E,[Na)|: mn.fuUnrton@aiddiUno.onm (djo10/23/14) Q� � Estimated Unit of Unit Line Description Quantity K8eospvu Price 1 1/2 TON EXTENDED CAB 4X4 20.0080 EA 26/418.0000 CHEVR{)LET0LVERADO15O0 2O15nr Current Production Year 1/2 Ton Extended Cab 4x44 Door Pickup Truck 8VVVR-. 7.200 � Series, Code,Trim Level: 1500. OK15753. LS � Engine: 5.3L . BUYER INITIALS w=W101,w^wtm=� ` State Purchasing Bureau 0� 0� �� A�D� KAC��NTRACT � ,c�Km����/� ~= ° =~ ° .~° ~^ ~~ ~_-~ AWARD , ummm,wpom*�o8anu OR p�.Box�4a�r PAGE ORDER DATE 'Nebraska 685094817 3 of7 _ 0123n4 - _ -6500 BU SINE SSUNIT BUYER Fax:noz *n-2"ow � �|AmwA G|U-|�VN�1�8 | --- / - CONTRACT NUMBER VEmDQRNUMBER� 3758834 14134 OC | � Estimated Unit of Unit L|vm Description Quantity Measure Price Transmission No,k3oor Ratio No.: MYC.6Speed The original manufacturer's staternent of origin,a service authorization card, and a property executed service and warranty policy shall accompany each vehicle when delivered. 2 E851/3 TON EXTENDED CAB 4X4 20.8000 EA 28,410,0088 CHEVROLETS|LVERADO150O 2O15or Current Production Year E851/2 Ton Extended Cab 4x44 Door Pickup Truck | | E85(Units capable of operating on a(uo|mixture ofup ho85% EihanoU16% Unleaded gasoline without additional � change orouovornionj � Engine: 5.31- � Tronomisuion No /QnmrRetio No.: MYG.08pead GVW8R: 7,200 Series, Code, Trim Level. 1500.CN15753.US The original manufacturer's statement authorization card, and n properly executed service and � warranty policy shall accompany each vehicle when�delivered. OPTIONS: 3 ENGINE(OTHER GAS) 20.0000 G4 ~530D000 ENGINE SIZE 4.3L 4 DRIVER POWER CONTROLLEDSEAT 20.0000 EA 552.0000 40-20-40 OR 60-40 BENCH IF AVAILABLE FROM MANUFACTURER S PROTECTIVE BODY SIDE MOLDINGS 20.0000 EA 350I000 DEALER INSTALLED )FNOT � STANDARD EQUIPMENT 6 TRAILER TOWING PACKAGE 20.0000 EA -295.0000 (DEDUCT) 7 CARGO LIGHT 20.0080 EA 95.0008 { | 8 STANDARD PAINT 20.0000 EA 8.0000 . 9 FOR DEPARTMENT OF ROADS USE 20.0000 EA 555.0000 | YELLOW COLOR DF CHEVROLET/GK8C#VVA'2S3A CODE(0VV3) | ' l BUYEMINITI-ALS State STATE OF N EBRA KA CONTRACT AWARD 1526 PurchasingtSuite 1Bureau 152fi IC Street,Suite 130 Lincoln,Nebraska 88508 OR PAGE ORDER DATE P.O.Box 94847 10/23/14 Lincoln,Nebraska 68509-4847 4 of 7 Telephone:(402}471.8500 BU INESS UNIT BUYER Fax:(402)471-2089 9000 DIANNA GILLILAND/AS)_ CONTRACT NUMBER VENDOR NUMBER; 3758834 14134 OC Estimated Unit of Unit Line Description Quantity Measure Price 10 EXTRA COST PAINT 20.0000 EA 595.0000 DEEP OCEAN BLUE METALLIC RAINFOREST GREEN METALLIC 11 ADDITIONAL FOB IF EQUIPPED 20.0000 EA 83.0000 WITH REMOTE KEYLESS ENTRY 12 ADDITIONAL FULLY FUNCTIONAL 20.0000 EA 39.0000 KEY THAT ENTERS AND OPERATES THE VEHICLE 13 ON OFF ROAD MUD AND SNOW ALL 20,0000 EA 370.0000 TERRAIN TIRES AND SPARE (CAN BE STEEL RIM).TIRE SIZE MUST MEET THE MINIMUM WHEEL SIZE BID ON THIS SPECIFICATION. SIZE AND PLY RATING: P265/70R17 14 NON STANDARD GEAR RATIO(S) 20.0000 EA 210.0000 3.42 15 TWO WHEEL DRIVE MODEL 20.0000 EA -1,484.0000 TO INCLUDE ALL SEASON TIRES (DEDUCT) 16 INTEGRATED BRAKE CONTROLLER 20.0000 EA 295.0000 SYSTEM IF NOT STANDARD EQUIPMENT 17 FACTORY BED LINER 20.0000 EA 475.0000 FOR REAR BOX OF VEHICLE 18 KEYLESS REMOTE ENTRY 20.0000 EA 220.0000 SHALL INCLUDE 2 FULLY FUNCTIONAL KEYS AND FOBS TO ENTER AND OPERATE THE VEHICLE 19 FRONT END ATTACHED TOWING 20.0000 EA 85.0000 HOOKS IF NOT STANDARD FROM FACTORY 20 SERVICE REPAIR MANUAL 20.0000 EA 295.0000 EQUIPMENT AND ENGINE 21 REVERSE SENSING ALARM SYSTEM 20.0000 EA 399.0000 FACTORY OR DEALER INSTALLED 22 DROP SHIPMENT CHARGES 20,0000 EA 400.0000 OUTSIDE THE LINCOLN AREA BUY INITIALS j.43 ualt: uul WW1 State Purc ng eau STATE OF N E B RAS KA CONTRACT AWARD K Street Suit 130 1526 K Street,Suits 13D Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 of 10/ 4 Lincoln,Nebraska 68509-4847 5 ..�..__/1.. Telephone:(402)471-6500 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 ..... MANNA GILLILAND(as)_. CONTRACT NUMBER VENDOR NUMBER: 3758834 14134 OC Estimated Unit of Unit Line Description Quantity Measure Price 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. 23 LUMBAR SUPPORT FRONT SEATS 20.0000 EA 190.0000 IF NOT STANDARD EQUIPMENT CLOTH 24 FACTORY OR DEALER DISCONNECT 20.0000 EA 240.0000 OF DAYLIGHT RUNNING LIGHTS IF FACTORY EQUIPPED (LAW ENFORCEMENT) 25 DISCONNECT OF FACTORY DOME 20.0000 EA 190.0000 LIGHT OR COURTESY LIGHTS (LAW ENFORCEMENT) 26 DOME LIGHT OR COURTESY LAMP 20.0000 EA 149.0000 TO BE CENTERED NOT MORE THAN APPROXIMATELY 4"TO 8"FROM THE TOP OF THE WINDSHIELD TO LIGHT THE DRIVERS AREA. CONTROLLED BY ROTATING HEADLAMP SWITCH TO MAXIMUM POSITION OR BY A SEPARATE SWITCH. THIS MAY REQUIRE ADDING AN ADDITIONAL LIGHT. DEALER INSTALLATION IS ACCEPTABLE IF NOT AVAILABLE FROM THE FACTORY (LAW ENFORCEMENT) 27 AUXILIARY BATTERY(DUAL 20.0000 EA 885.0000 PURPOSE AGM BATTERY) WITH DUAL BATTERY SEPARATOR FOR ACCESSORY EQUIPMENT.INSTALLATION ALSO TO INCLUDE BATTERY TRAY AND BRACKET, HEAVY DUTY FUSE,1 GAUGE OR LARGER CABLE. CCA:750 (LAW ENFORCEMENT) 28 ALTERNATING HEADLIGHT FLASHER 20.0000 EA 199.0000 WIG-WAG MODULE WITH FLASHER OVERRIDE FOR OPTIONAL AT NIGHT INSTALLED WITH ACTIVATION LEAD TAGGED AS SUCH AND TERMINATING IN OR NEAR THE PASSENGER COMPARTMENT. (LAW ENFORCEMENT) 29 VERTICAL MOUNTED TWO(2) 20,0000 EA 259.0000 CLEAR/WHITE LED MODULES MOUNTED AT A 45 DEGREE ANGLE TO FRONT OF VEHICLE ON PUSH BUMPER.BLACK BEZEL WITH CLEAR LENSES. SHOCK AND WATER RESISTANT, LEADS TAGGED AS SUCH THAT TERMINATE IN CENTER CONSOLE AREA. LED'S MEET SAE J845,CLASS 1 SPECIFICATIONS. MINIMUM OF THREE(3)LED IN EACH MODULE. (LAW ENFORCEMENT) BUYE INITIALS Ri moVit4,COol l i3Ou2;i STATE OF N E B RAS A CONTRACT AWARD State Purchasing Bureau 1526 K Street,Suite 130 Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 7 d/R 4 Lincoln,Nebraska 68509.4847 of �_. _ �.1 Telephone:(402)471.6500 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 DIANNA GILULAND(AS)__.,e,e,v_ CONTRACT NUMBER VENDOR NUMBER: 3758834 14134 OC Estimated Unit of Unit Line Description Quantity Measure Price 30 TWO (2)CLEAR/WHITE LED 20.0000 EA 269.0000 MODULES MOUNTED ON EITHER SIDE OF REAR LICENSE PLATE ON A LICENSE PLATE BRACKET FOR TWO(2)LIGHT HEADS, BLACK BEZEL WITH CLEAR LENSES. SHOCK AND WATER RESISTANT. LEADS TAGGED AS SUCH THAT TERMINATE IN CENTER CONSOLE AREA. LED'S MEET SAE J845,CLASS 1 SPECIFICATIONS,MINIMUM OF THREE(3)LED IN EACH MODULE. (LAW ENFORCEMENT) 31 100 WATT SIREN SPEAKER 20.0000 EA 314,0000 INSTALLED BEHIND FRONT GRILL WITH VEHICLE SPECIFIC MOUNTING BRACKET, LEADS TAGGED AS SUCH THAT TERMINATE IN OR NEAR THE PASSENGER COMPARTMENT. (LAW ENFORCEMENT) 32 SETINA PB 400 PUSH BUMPER 20.0000 EA 684.0000 WITH INSTALLATION ON FRONT OF VEHICLE (LAW ENFORCEMENT) 33 ROOF MOUNTED ANTENNA 20.0000 EA 139.0000 LOCATION TO BE DETERMINED BY BUYER TO DEALER/OUTFITTER.NMO MOUNT WITH RG58 CABLE RAN INTO REAR SEATING AREA. (LAW ENFORCEMENT) 34 BLUETOOTH HANDS FREE WIRELESS 20.0000 EA 275.0000 NETWORK TO MAKE AND RECEIVE PHONE CALLS ENABLED BY A PUSH BUTTON OR BY VOICE COMMAND. (LAW ENFORCEMENT) 35 ROOF MOUNTED BLUE TREE ANTENNA 20.0000 EA 275.0000 LOCATION TO BE DETERMINED BY BUYER TO DEALER/OUTFITTER. CABLES RAN INTO CENTER CONSOLE AREA. MAKE:ANTENNAPLUS. MODEL:AP85/1 SGPS-0S22.TRI-MODE CELLULAR/PCS/GPS BLACK ANTENNA.824-896 MHz,1885-1990 MHz. 1575 MHz. CONNECTORS SMA ON CELL/PCS&SMA ON GPS.FOAM PAD&THREADED BOLT.WEB SITE WWW.ANTENNAPLUS.COM (LAW ENFORCEMENT) BUYS INITIALS t<=I'At)4(4[86'Pnr:?t ifR'N2a 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: Jittp://www.das.state.ne.o/materlel/ourchasinci/ourchasing.htni SCOPE-These standard conditions and terms of bid solicitation and acceptance apply In Ilke 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 pecking,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 Slate 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 Iu 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 trio 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 luss than thirty(30)days will not be considered as part of the bid.Cash discount pedals will be computed horn 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. Feiyment 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 tompetitive price, LUMP SUM OR ALL OR NONE BIDS-The Stele 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 itom-by-item basis.The term"all or none means a conditional bid which requires the purchase ot 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 end/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 Stale Purchasing Director will be the sole judge of equivalency.The bidder may offer any brand which reacts or exceeds the specification.When a specific product Is required,the Invitation to Bid will so state,Any Rem 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 Stele 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 end/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 hid will be accepted as In strict compliance with all terme, conditions and specifications,and the bidder shall be hold liable therefore. SAMPLES-When requested,samples shall be furnished al the bidders expense prior lo 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 Stale 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 al bidders expense,if requested,or will be donated to a public Institution, RECYCLING Preference will be given to items which aio mem ifErctured or produced from recycled material or which can he 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 elemped upon receipt by the State Purchasing Bureau,and this shall be tho official time and date of receipt.Bids received after the lime of the bid opening will be considered late bids and will be returned to the bidder unopened.The Slate Purchasing Bureau Is riot responsible for late bids or lost requests due to mat service Inadequacies,traffic or other similar reasons, BID OPENING-Openings shall be public on the date and limo specified on the invitation to Bid form. It is the bidders 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&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 resitting list,NOTE:To qualify as a respondent,bidder must submit a"NO BIB"and it must be received no later than the stated bid opening dale 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 nut 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 wilt 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 bIlmeweew.dabestate.ne.ustmateriel/ourchesine/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 Slate, Otherwise, In case of default of the contractor, the Slate 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 stale which gives or requires a preference to bidders from that state.The preference shall be equal to the preference given or required by the stale of the nonresident bidders.Where the lowest responsible bid from a resident bidder Is equal In all respects le 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 Stale 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. (Slate Statute Sections 48-1101 through 40-1125)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 Slate 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 Li 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 Slate. GRIEVANCE AND PROTEST-Grievance and protest procedure is available by contacting the buyer.Protest must be filed within lair(10)days of award. NE ACCESS TECHNOLOGY STANDARDS-Vendor agrees to ensure compliance with Nebraska Access Technology Standards. See website at: htipewww,nitc.statesie.u.s/standards/accessibillty/ Revised 02/2004 Page 7 of 7 fli;t6OINIAC[3601 tmmms to: n State of Nebraska - INVITATION TO BID StalerPurchasing Bureau 1526 K Street,Suite 130' CONTRACT Lincoln,Nebraska 68508 OR P.O.Box 94847 Date g/27/14 rage t of 6 Lincoln,NE 68509.4847 Telephone:4 02-471.6500 �..._ .__., .._.. Fax:402-471-2089 Solicitation Number 4799 OF Opening Date and Time 09/17/14 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 1/2 TON EXTENDED CAB 4X4 4 DOOR PICKUP TRUCK 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 cons) eyed 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/accountinglforms/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-Verlfy 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:itdas.nebraska.govfib4031attestation_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 Res.ond: , Remove From Class-Item OR Kee.Active For Class-Item BIDDER MUST COMPLETE THE FOLLOWING DI (BUNT PAYMENT TERMS: Q % It() DAYS By signing this I "cation •. :id,the bidde ag the"S ndard onditions and Terms or Bid Solicitation and Offer"and is committed to provide a drug free work place environment.V-ndo " furnish the ice y re et- -d within'b'I days after receipt of order.Failure to enter Delivery Date may cause quotation to be REJECTED. Sign r Enter Contact Information Below Here (Authorized Signat re MANDATORY•MUST BE SIGNED IN INK) VENDOR# Contact 7--a) I rev' VENDOR: 3_y Telephone L{1)Z.— 7 7 Address: ©� � aweJ (� '.c Facsimile � - Email To n« "ti�1Cr4) 5c: I(r,�••C3'*r _ 8o 6‘ n State of Nebraska - INVITATION TO BID St terPuchasingBureau 1526 K Street,Suite 130 CONTRACT Lincoln,Nebraska 68508 OR P.O.Box 94847 Date 8/27/14 Page 2 of 6 Lincoln,NE 68509-4847 Telephone:402-471-6500 Solicitation Number Fax:402-471-2089 4799 OF Opening Date and Time 09/17/14 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 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 Stater Purchasing Bureau 1526 K Street,Suite 130 CONTRACT Lincoln,Nebraska 68508 OR P.O.Box 94847 Date 8/27/14 Page 3 of 6 Lincoln,NE 68509-4847 Telephone:402-471-6500 Solicitation Number Fax:402-471-2089 4799 OF Opening Date and Time 09/17/14 2:00 pm DESTINATION OF GOODS MULTIPLE DELIVERY LOCATIONS Buyer PLEASE REFER TO DOCUMENTATION FOR DELIVERY ADDRESSES. DIANNA GILLILAND (AS) Failure to submit the requested documentation within 10 business days of notice will disqualify the bidder from consideration of the preference. (djo 08/26/14) 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 1/2 TON EXTENDED CAB 4X4 1.0000 EA a.6f io lD:**--- 4 DOOR PICKUP TRUCK 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Door Pickup Truck WARNING! DO NOT BID WORK TRUCK FROM THIS INVITATION TO BID! Minimum Wheelbase: 140" Minimum Engine Size: 5.OL V8 Minimum Tire Size: 17" Minimum GVWR: 6,700 Make: C1Q ro(eJ Model: S ); eraotE GVWR: ? Series, Code, Trim Level: I C.KI5753 / Engine: 5-3,1, 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 8/27/14 Page 4 of 6 Lincoln,NE 68509-4847 Telephone:402-471-6500 Solicitation Number Fax:402-471-2089 4799 OF Opening Date and Time 09/17/14 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 . Transmission No. /Gear Ratio No.: AA j(•J 6 5f 42eea EPA: ; — 23- /.j Delivery time after receipt of order(number/days):46t --/ W 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 E85 1/2 TON EXTENDED CAB 4X4 1.0000 EA ( W L 4 DOOR PICKUP TRUCK 2015 or Current Production Year E85 1/2 Ton Extended Cab 4x4 4 Door Pickup Truck WARNING! DO NOT BID WORK TRUCK FROM THIS INVITATION TO BID! 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: J•"5.)— Transmissi n No./Gear Ratio No.:rn �'C� 6 S6,ee I Make: et.) rale Model: 5% 10eraco GVWR: ?Z00 Series Code,Trim Level: 1 5a.) C K 157s"3f 41 � — ZZ61w J EPA: 16 C`a y � Delivery time after receipt of order(number/days): 6/0 rt ��/'� ✓ 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. 3 CNG 1/2 TON EXTENDED CAB 4X4 1.0000 EA 3`�, 5S 3•� 3 // 5a3 DOOR PICKUP TRUCK 2015 or Current Production Year CNG 1/2 Ton Extended Cab 4x4 4 Door Pickup Truck If Available WARNING! DO NOT BID WORK TRUCK FROM THIS INVITATION TO BID! n State of Nebraska - INVITATION TO BID Stater Purchasing Bureau 1526 K Street,Suite 130 CONTRACT Lincoln,Nebraska 68508 OR P.O.Box 94847 Date 8/27/14 Page 5 of 6 Lincoln,NE 68509-4847 Telephone:402-471-6500 Solicitation Number Fax:402-471-2089 4799 OF Opening Date and Time DESTINATION OF GOODS 09/17/14 2:00 pm 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 A separate bid is requested if the manufacturer is producing alternative fuel motor vehicles.A SEPARATE CONTRACT MAY BE AWARDED. Engine: /7),)— Transmi n No./Gear Ratio No.: rr "I C 6 5 $ed Make: ro Model: S�� I Li e rqd �',c i¢,�Q eyt r GVWR: 77 Series Code,Trim Level: /S2 C K 15753, 4-' EPA: AA- Delivery time after receipt of order(number/days): /O �i c7v 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/purchasing.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.Ne 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 terns, conditions and specifications,and the bidder 4hall 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'htre PERFORMANCE AND DEFAULT-The State reserves the right to require a performance bond from the successful bidder,as provided bylaw,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 6 of 6 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck WARNING! DO NOT BID BASE TRUCK with 1WT, XL, ST PACKAGE ON THIS SHEET! 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 Engine (other gas). $ /5.30;,4 4 Specify Engine Size: / + Engine (other diesel), including block heater, factory or dealer installed. $ +� 5 Specify Engine Size: 6 40-20-40 or 60-40 Bench seat with lumbar support (vinyl) (deduct). ($ A/ ) Vinyl covering - bucket type seats. Arm rests on right and left side of seat $ 7 if avaliable from the manufacturer. 40-20-40 or 60-40 bench with driver power controlled seat if available from $ 8 manufacturer. Cloth w/vinyl trim - bucket type seats. Arm rests on right and left side of $ 9 seat if avaliable from the manufacturer. /v Heavy duty highest output alternator from standard equipment. $ 10 Bidder state amps: 11 Sliding rear-vision window (Dealer installation acceptable). $ 12 Protective Body Side Moldings: Dealer Installed if not standard equipment. $ 3.5. 13 Second Power Outlet. $ 5 Increased pickup box length of approximately 8 feet with corresponding $ wheelbase. 14 � . State dimensions of Box Bid: " Length, "Width, " Width between wheel wells. 15 Trailer towing package (deduct). ($ fir :.: ) • 16 Cargo light. $ 4799 OF 2015 1/2 Ton Extended Cab 4 Door 4x4 4 Dr. Pickup Truck 1 of 4 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck WARNING! DO NOT BID BASE TRUCK with 1WT, XL, ST PACKAGE ON THIS SHEET! Standard Paint-Attach List and Identify as No Additional Cost Paints. $ 17 ��/ �� _Set Q� For Department of Roads Use: Yellow color of: Dodge PL1, Ford #84S53, $ 18 Chevrolet/GMC#WA-253A code (9W3). 5 55 19 Extra Cost Paint-Attach List and Identify as Extra Cost Paints. $ ,4d sf� 20 Additional fob if equipped with remote keyless entry. $ 3 21 Additional fully functional key that enters and operates the vehicle. $ On/Off road mud and snow all terrain tires and spare (can be steel rim). $ Tire size must meet the minimum wheel size bid on this specification. �,j 22 -70 State size and ply rating: ec .bS jro t Non-standard gear ratio(s). $ 23 �1 Indicate: 3 Liz_ _ . 24 Two wheel drive model (to include all season tires) (deduct). ($ / 11 g'GI ) 25 Integrated brake controller system, if not standard equipment. $ { 26 Rearview camera- dealer or factory installed. $ ,f/'/�. 27 Tailgate step - dealer or factory installed. $ /� �/ J 28 Factory bed liner for rear box of vehicle. $ yr�s ;" Keyless Remote Entry- Shall include 2 fully functional keys and fobs to $ 29 enter and operate the vehicle. © 30 Trailer control sway system if not standard equipment. $ 5 7-0 31 Smaller gas tank size (deduct). ($ ..- ) Specify tank size: Towing package upgrade: 1$ 71 ./- 32 Specify equipment, hitch class and maximum trailer weight: 33 Front end attached towing hooks if not standard from factory. $ 5 - 34 Service repair manual - equipment and engine. $ SS-- 35 CD ROM service repair manual-equipment and engine. $, ,./ 4„ 36 Parts manual- equipment and engine. _$ /1/�/`T 37 CD ROM parts manual-equipment and engine. $ r/ - Additional costs for warranties from manufacturer. $ a w r 38 State Years: Miles: -J f 90 4799 OF 2015 1/2 Ton Extended Cab 4 Door 4x4 4 Dr. Pickup Truck 2 of 4 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck WARNING! DO NOT BID BASE TRUCK with 1WT, XL, ST PACKAGE ON THIS SHEET! 39 Reverse Sensing Alarm System factory or dealer installed. $ 7 Drop shipment charges outside the Lincoln area. Additional costs of $ charges for vehicle drop shipment outside the Lincoln area. Drop 40 shipment charges would be for vehicles bought by political entities and other Divisions of Government. 41 Lumbar support front seats: if not standard equipment c k4-t LAW ENFORCEMENT $ , 42 Factory or dealer disconnect of daylight running lights if factory equipped: �� •/ 43 Disconnect of factory dome light or courtesy lights. $ 1 q(7=> $ . Dome light or Courtesy Lamp: to be centered not more than approximately i�f 4"to 8"from the top of the windshield to light the drivers area. Controlled 44 by rotating headlamp switch to maximum position or by a separate switch. 1 7 This may require adding an additional light. Dealer installation is acceptable if not available from the factory. $ Auxiliary Battery (Dual Purpose AGM Battery) with dual battery separator U v for accessory equipment. Installation=also to include battery tray and 45 bracket, heavy duty fuse, 1 gauge or larger cable. Indicate CCA: '?S(.1 Alternator with highest output available. $ 14. Indicate Amps: Alternating headlight flasher wig-wag module with flasher override for $ •j 47 optional at night installed with activation lead tagged as such and terminating in or near the passenger compartment. Vertical Mounted two (2) clear/white LED modules. Mounted at a 45 $ degree angle to front of vehicle on push bumper. Black bezel with clear 9 •� 48 lenses. Shock and water resistant. Leads tagged as such that terminate in 5 center console area. LED's meet SAE J845, class 1 specifications. Minimum of three (3) LED in each module. Two (2) clear/white LED modules. Mounted on either side of rear license $ plate on a license plate bracket for two (2) light heads. Black bezel with n 49 clear lenses. Shock and water resistant. Leads tagged as such that � terminate in center console area. LED's meet SAE J845, class 1 specifications. Minimum of three (3) LED in each module 4799 OF 2015 1/2 Ton Extended Cab 4 Door 4x4 4 Dr. Pickup Truck 3 of 4 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck WARNING! DO NOT BID BASE TRUCK with 1WT, XL, ST PACKAGE ON THIS SHEET! 100 Watt siren speaker installed behind front grill with vehicle specific $ •-• 50 mounting bracket. Leads tagged as such that terminate in or near the 3 passenger compartment. 51 Setina PB 400 Push Bumper with installation on front of vehicle. $ 6 52 Roof mounted antenna. Location to be determined by buyer to 13s'� dealer/outfitter. NMO mount with RG58 cable ran into rear seating area. 7 53 Bluetooth: Hands free wireless network to make and receive phone calls $ - enabled by a push button or by voice command. 0 7 5 Roof mounted blue tree antenna.-Location to be determined by buyer to $ dealer/outfitter. Cables ran into center console area. Make: Antennaplus. 54 Model: AP85/18GPS-QS22. Tr!-mode Cellular/PCS/GPS black antenna. 824-896 MHz, 1885-1990 MHz. 1575 MHz. Connectors SMA on Cell/PCS & SMA on GPS. Foam Pad &Threaded Bolt. Web-site www.antennaplus.com 1.*`. 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). 4799 OF 2015 1/2 Ton Extended Cab 4 Door 4x4 4 Dr. Pickup Truck 4 of 4 • 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck 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 August 27, 2014 2 Last Day to Submit Written Questions September 3, 2014 3 State Responds to Written Questions Through an Addendum to September 4, 2014 be posted to the internet at: htto:/ldas.nebraska.gov/materiel/purchase bureau/vendor/commodity-itb.html 4 Bid Opening September 17, 2014 Location: Nebraska State Purchasing Bureau 2:00 p.m. 1526 K St. Suite 130 Central Time Lincoln, NE 68508 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 4799 OF; 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck Questions". It is preferred that questions be sent via e-mail to as.materielpurchasing(a nebraska.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 4799 OF; 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck 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. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015 IA Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 1 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck 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 '/z TON EXTENDED CAB 4X4 FOUR DOOR PICKUP TRUCK 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 'A Ton Extended Cab 4x4 Four Door Pickup Truck 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. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 2 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS 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. 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.materielpurchasinc nebraska.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.gilliland(a�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 Y tank of gasoline. Deliveries desired prior to 120 days after receipt of fWARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015'/Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 3 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS 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) 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: 5y5E( 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. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Page Pa e 4 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS 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 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 WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015'/%Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 5 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS 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.materielpurchasing@nebraska.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). 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. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 6 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS 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. 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. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 7 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck 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. YES NO NO&PROVIDE 1. CAB AND BODY, ALTERNATIVE A. Color: Cab, Body and fenders will be selected from manufacturer's standard colors. However, yellow color must be available to the Department of Roads. (NOTE: attached color charts shall be considered manufacturer colors with no extra charge unless specified on color chart in the options). All paint will be base coat/clear coat acrylic, activator- hardened acrylic or polyurethane type. B. Cab and Body: Fully enclosed safety type cab. The pickup box shall not be less than 76 inches long by 61 inches wide (inside dimensions) and be of double sidewall construction. Minimum 50 inches wide between wheel wells. "STYLESIDE,""FLEETSIDE," "SWEPTLINE" BODY will be required. STATE DIMENSIONS OF BOX BID: " LENGTH, "WIDTH, "WIDTH BETWEEN WHEEL WELLS. C. Glass: Approved tinted safety glass shall be required in all doors, windows,and windshields. ✓/ D. Headliner: Fully insulated headliner required, if available from manufacturer. E. Insulation: Standard production heat and sound insulation to be provided. Body and interior finished to exclude excessive noise and weather. F. Seats: 40-20-40 or 60-40 style seat with heavy-duty, maximum depth / foam rubber, cloth covering and fold down center console to be furnished. Rear seat must be manufacturer's heavy duty, maximum depth foam rubber, with heavy-duty cloth covering. Head restraints or high backs for outboard seats required. G. Arm Rests: Required on both left and right-hand sides of each front seat. Fold down center console and door armrests to be furnished and acceptable as arm rests. H. Automatic Speed Control: Required. I. Sun Visors: Dual, padded J. Floor Coverings: Rubber matting type, if factory available. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 8 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS K. Rearview Mirrors: Interior adjustable, rear vision mirror of day and night selector type (non-glare). Two outside electric controlled rearview mirrors, right and left, adjustable, minimum 6 inches by 9 inches; swing type preferred. L. Frame: (One-Half Ton 4x4 Extended Cab (Four Door) Pickup Truck) Section modules rated at not less than 3.3; with 36,000-PSI yield strength steel or as recommended by manufacturer for extended cab pickups. M. Air Conditioner: Best grade factory installed air-conditioning, manually controlled,to include all items normally included in the factory package. N. Fenders and Bumpers: Manufacturer's standard fenders front and rear. Manufacturer's front bumper and step-type, rear bumper required. O. Fuel Tapk: Largest gallon fuel tank available from factory. State gallons bid: V9 k. Skid plates, if available from factory or dealer. State Supplier: P. Seat Belts: Lap/shout er seat belts with automatic retractors for out board seating; middle seat belt, preferably with retractors. Q. Power Outlet: Required. R. Horns: Manufacturer's standard. S. Windshield Wipers: Electrically operated, multiple speeds, manually (/ controlled with electric windshield washer jets to each wiper blade and f with intermittent or delay capability. All factory installed. T. Heater: A fresh air type heater with dual defroster tubes to windshield shall be installed. U. Lights: Halogen high beam headlights with low beam; parking, dome, tail, backup, and stop lights; front and rear directional turn signals with self-canceling control on steering column. Daytime running lights if available from Factory. V. Controls and Instruments: Key locking ignition switch; head, parking and dome light switches, headlight beam control; speedometer; charge indicator; fuel gauge; oil pressure indicator; engine temperature • indicator; high beam indicator light; traffic hazard switch; flashing turn / indicator lights. In cab hood release. ✓/ W. Radio: Manufacturer's standard AM/FM/CD Stereo radio with clock. Required. Pow X. Power Locks:Two (2)fully functional keys shall be required to enter and operate the vehicle. Check if vehicle has keys ONLY./ d Y. Windows: Electric power windows required. Z. Airbag: Both sides, required. AA.Floor Mats: Trucks shall be delivered with rubberized factory floor mats required. If unavailable manufacturer accessory floor mats (through the dealer parts room)are acceptable. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015'/z Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 9 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS BB.Trailer Tow: Trailer tow package, complete with all hardware including RECEIVER HITCH. Hitch must meet maximum towing requirement for the vehicle being bid State hitch class: and must include maximum trailer weight for vehicle being bid prior to contract award: 1 d Front tow hooks 5 required if available from manufacturer. C7�"' CC.Integrated brake controller system required, if available from factory. DD.Trailer sway system required if available from factory. NOTES/COMMENTS: YES NO NO&PROVIDE 2. ENGINE AND DRIVE'TRAIN ALTERNATIVE A. Engine: Minimum standards as stated in the specifications. B. Transmission: Manufacturer's minimum five speed automatic transmission. Require auxiliary or heavy-duty oil cooler for the automatic transmission. A minimum two-speed transfer case is required. Skid plate(s) for the transfer case shall be furnished if available by the manufacturer. / C. Air Cleaner: Dry type. 1/ 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. OTES/COMMENTS: YES NO NO&PROVIDE 3.. SUSPENSION AND RUNNING GEAR ALTERNATIVE A. Wheelbase: Minimum standards as stated in the specifications. B. Steering: Manufacturer's recommended power steering. C. Steering Wheel: Regular production model or approved deluxe wheel. Tilt steering wheel required. D. Shock Absorbers: Heavy-duty double action type front and rear. E. Axle and Springs: Manufacturer's independent front suspension and single speed hypoid rear axle, all with spring sizes and axle sizes recommended to meet GVWR. The axle gear ratios shall be the same in the front and rear axles. Front stabilizer bar is required. F. Brakes: Power service brakes; disc/drum or disc/disc combination -disc shall have a minimum 11 inch rotor, drum shall be minimum 11 inch by 2 inch. Parking brakes on rear wheel or drive line. Brakes shall be anti-lock type. G. Wheels: Five, 17 inch; spare carrier; four wheel covers/hub caps if per unit, if standard. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015 IA Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 10 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS H. Suspension: Must be designed to handle passenger and cargo requirements. Stability control and roll stability systems shall be furnished, if available from factory. I. Tires: To be equipped with five full-sized black wall, tubeless, all season steel-belted radial tires on rims (minimum 17"), factory installed and of regular production, minimum as recommended by the manufacturer. Spare tire and wheel shall match service tires and wheels; spare can be steel rim. Tires to comply with manufacturer's GVWR. Tires should have a 50,000-mile tire rating.Tires to be manufactured and labeled by a major manufacturer and installed by factory. J. Differential: Limited slip, anti-spin, or electronic locking type or equivalent ✓/ system required, if availablp frqm� factory. Indicate ratio: 3.0r and type being bid: (4-A OW 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. The vehicle shall be compatible with use of installed mobile radio. B. Battery: Heavy-duty, Maintenance free, highest cold cranking capacity amperage available from the factory for the model bidding. Specify capacity: '?30 C. Alternator: Standard-Required State amperage rating: (51? D. Bonding and Grounding: All components of the vehicle necessary to prevent interference with reception of low band two-way radio installed in the vehicle shall be adequately bonded and grounded. NOTES/COMMENTS: YES NO NO&PROVIDE 5. RADIO FREQUENCY SHIELDING—Cautionit ALTERNATIVE 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. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015 'A Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 11 of 15 2015 or Current Production Year 112 Ton Extended Cab 4x4 4 Dr. Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS 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 cannot 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 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,. ALTERNATIVE A. All trucks 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. Thermostat required as recommended for permanent-type antifreeze. Manufacturer's optional increased cooling capacity system, if available by manufacturer, must be furnished. B. Coolant recovery system required. C. Each unit shall be delivered to the purchaser with all wheels balanced and the front end aligned. D. Manufacturer's standard equipment jack to comply with GVWR must be supplied. The standard complement of tools such as wheel lug wrench, and jack handle shall be provided,together with facilities for storage. E. All equipment such as floor mats and two (2) keys shall be provided with the vehicle upon delivery. NOTES/COMMENTS: WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015'A Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 12 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS YES NO NO&PROVIDE 7: SUSTAINABILITY ALTERNATIVE .V/7' 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. Trucks are to be road ready, fully equipped, serviced, and washed with the equivalent of a % tank of gasoline. Trucks 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. B. After the truck 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 truck, 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. Trucks 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. CWARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015%Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 13 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS 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. NOTES/COMMENTS: YES NO NO&PROVIDE 10. SERVICE ALTERNATIVE 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 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 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. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015 '/z Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 14 of 15 [ 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS 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 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 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 training when applicable, NOTES/COMMENTS: YES NO NO&PROVIDE 11.SECRETARY OF STATE REGISTRATION REQUIREMENTS ALTERNATIVE 'Prior to contract award and/or upon request of SPE,potentiial award recipient(s) will be asked to certify compliance with Nebraska Secretary of State Registration by providing a true and exact copy of current (dated within 90 days) valid Certificate of Good Standing or Letter of Good Standing. / A, Bidder is a SOLE PROPRIETORSHIP (in which case, no Letter of Good __ +/ Standing/Certificate of Good Standing is required) 13. Bidder is a GENERAL PARTNERSHIP(in which case, no Letter of Good m Standing/Certificate of Good StandinLis required) m C, Bidder is a FOREIGN or DOMESTIC CORPORATION or BUSINESS and a copy of current Letter of Good Standing/Certificate of Good 4 Standingfrom the Nebraska Secretaryof 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: WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015'%Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 15 of 15 gH Gerry A Oligrnueller AtirmaktrAtiv-eSeiVft Miro Drredot lay Heinerri an, Govern ' ADDENDUM ONE— Revised Schedule of Events Date: August 29, 2014 To: All Bidders From: Dianna Gilliland, Buyer State Purchasing Bureau RE: Addendum for Invitations to Bid 4795 OF, 4796 OF, Compact Pickup Trucks, and 4797 OF, 4798 OF, 4799 OF, 4800 OF, and 4801 OF, Ton Pickup Trucks Original Opening Date and Time: 4optombor 17, 2014 at 2:00pm-: New Opening Date and 'fine September 19, 2014 ACTIVITY DATE/TIME 2 Last Day to Submit Written Questions 4eptem1er 3, 2011 September 5, 2014 3 State Responds to Written Questions Through an Addendum to Septembor be posted to the internet at: September 8, 2014 hitt)Peins,nr,htEtsioistovtatatehetipurcha§t3 buteAttivelltiortcornmoattv-ttb httnj 4 Bid Opening Septembef477-2044 Location: Nebraska State Purchasing Bureau September 19, 2014 1526 K St. Suite 130 2:00 p.m. Lincoln, NE 68508 Central Time This addendum will become part of the bid and should be acknowledged with the ITS. tf,31,Sit. ,..13o,t,tP •Upotti,tteixtrthatoN)9.4N7 412,-41 1597.0• ritc Gerry A.Oligrnueller ,Adcroni4Arativecei Acting Director Ciav e Heineman,GOV et nor ADDENDUM TWO Date: September 8, 2014 To: All Bidders From: Dianna Gilliland, Buyer State Purchasing Bureau RE: Addendum for ITB Numbers: 4795 OF,4796 OF,4799 OF,4800 OF, and 4801 OF to be opened September 19, 2014 at 2:00 p.m. No questions were received for Invitations to Bid 4795 OF,4796 OF,4799 OF,4800 OF,and 4801 OF. This addendum will become part of the bid and should be acknowledged with the ITB. DoI, M41111 *71.10).0 d 0261'.'St k*.t,'Ate 1317*P 0 tox 9.11•Uroxin,Nei owka 1.7719,0-4847 • Ph -*AV 471.6,970 Fa4 4)2,471.320 Model Information - Online Ordering Guide Page 1 of 1 015 Silverado 1500 COLOR AND I fliM . WI, LS and LT S=Standard Equipment A=Available --(dashes)=Not Available WT, LS and LT , ■=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 drivo Models. Interior Decor Seat Dark Ash seats Level Seat Type Code Seat Trim Jet with Jet Black / Black interior accents Dut1e 1 WT Front 40/20/40 split-bench with fold-down rK.(7 Vinyl — H2Q armrest and fixed driver lumbar 1WT/11_S Front 40/20/40 split-bench with fold-down AE7 Cloth H2R armrest and driver manual adjustable lumbar Front power reclining buckets with heat, 1 LT/2LT driver side has 10-way power and passenger A J51 Cloth HOU H2S H27 side has 6-way power Front 40/20/40 reclining split-bench with fold- 1 LT/2LT fold- down armrest and lockable storage AZ3 Cloth HOU H2S2 H2T2 compartment and manually adjustable driver lumbar _ Front 40/20/40 reclining split-bench with fold- Leather- down1LT/2LT armrest and lockable storage AZ3 appointed front H1Y2 — — compartment and manually adjustable driver seats lumbar Interior Exterior Color Touch-Up Dark Ash seats t,,txta Solid Paint Code Paint Number Black with Jet Black pane interior accents '-`---"NI w Surrtiet 0rari9e Met ilk G1H WA-408Y A A A --_--N W Deep Ocean Blue Metallic4 G1K WA-409Y A A A 595''--- H, rP ' Ruinfnrd”v;1 Green Metallic4 G7J WA-136X A A A C `alto,-.1 ire ►vo:talii<; GAN WA-636R A A A ,vc ,— Siiinipit White GAZ WA-8624 A A A n/C — Biack GBA WA-8555 A A A Ai/./4„--- White Dianlvrrd rri;oat5 GBN WA-800J A A A NC meet? Roby Metallic GCE WA-412P A A A A,rc --Victory Reci GCN WA-9260 A A A NC —Brownstone Metallic GWX WA-105V A A A fit. Tungsten Metaliic GXG WA-121V A A A 1-Not available on Regular Cab models.Includes(KA1)driver and front passenger heated seat cushions and seat backs. 2-Requires(PCM)LT Convenience Package or(PDU)All Star Edition.Includes 10-way power driver seat. 3-Available at extra charge.Requires`I LT or 2LT trim.included on 1LT with(UOT)University of Texas Special Edition. 4-Available at extra charge. 5.Only available on Crew cab models.Not available with 1WT or 1LS models.Available at extra charge. hops://www.autopartners.netlapps/eogld/NASApp/domestic/proddesc.jsp?year=2015&regi... 9/19/2014 Model Information- Online Ordering Guide Page 1 of 1 • 2015 Silverado 1500 TRAILERING SPECS Maximum trailer ratings are calculated assuming standard equipped vehicle,driver and required trailering equipment.The weight of optional equipment,passengers and cargo will reduce the maximum trailer weight your vehicle can tow.10 to 15%of the trailer weight is the recommended trailer tongue load. Automatic Transmission Ratings with Ball Hitch (LV3)4.3L EcoTec3 V6 AFM DI (L83)5.3L EcoTec3 V8 AFM DI (L86)6.2L EcoTec3 V8 AFM DI VVT Flex Fuel aluminum block VVT aluminum block VVT aluminum block Model Axle Maximum Trailer Axle Maximum Trailer Axle Maximum Trailer Ratio Weight lbs.(kg) Ratio Weight lbs.(kg) Ratio Weight lbs.(kg) 3.23 5600(2540) 3.08 6400(2903) 3.23 9400(4264) CC15543 3.42 9400(4264) 3.42 12000(5443) 3.73 11100(5035) 3.42 7100(3221) 3.08 6200(2812) 3.23 9200(4173) • CK15543 3.42 9200(4173) 3.42 11800(5352) 3.73 10900(4944) 3.23 5500(2495) 3.08 6400(2903) 3.23 9300(4218) CC15743 3.42 9400(4264) 3.42 11900(5398) 3.73 11000(4990) 3.42 7000(3175) 3.08 6100(2767) 3.23 9100(4128) CK15743 3.42 9100(4128) 3.42 11700(5307) 3.73 10800(4899) 3.23 5600(2540) 3.08 6500(2948) 3.23 9500(4309) CC15753 3.42 9500(4309) 3.42 12000(5443) 3.73 11500(5216) 3.42 7200(3266) 3.08 6200(2812) 3.23 9200(4173) CK15753 3.42 9200(4173) 3.42 11900(5398) 3.73 11000(4990) CC15703 3.23 6100(2767) 3.08 7000(3175) 3.42 9000(4082) 3.23 5900(2676) 3.08 6800(3084) CC15903 3.42 9800(4445) CK15703 3.42 7600(3447) 3.08 6700(3039) 3.42 8700(3946) CK15903 3.42 7400(3357) 3.08 6500(2948) 3.42 9500(4309) GCWR For Engine/Rear Axle Ratio Combination with Automatic Transmission (GCWR)Gross Combination Weight Ratings lbs.(kg) Engine 11000 12000 12400 14000 15000 16700 17700 (4990) (5443) (5625) (6350) (6804) (7575) (8029) • (LV3)4.3L EcoTec3 V6 AFM DI VVT Flex Fuel aluminum • 3.23 3.421 block (L83)5.3L EcoTec3 V8 AFM DI VVT aluminum block 3.08 3.422 3.42 3.733 (L86)6.2L EcoTec3 V8 AFM DI VVT aluminum block 3.23 3.423 1-Requires 4WD models. 2-With Regular cab standard box model. 3-Requires RPO(NHT)Max Trailering Package. https://www.autopartners.net/apps/eogld/NASApp/domestic/proddesc.jsp?year=2015&regi... 9/19/2014 Fleming, Teresa From: Ron Fullerton <ron.fullerton@siddillon.com> Sent: Tuesday, October 21, 2014 7:20 PM To: Fleming, Teresa Subject: RE:4799 OF 1/2 Ton Extended Cab 4X4 4 Door Pick Up Bid Clarification Attachments: SuperCab - box dimensions.pdf; Double Cab - dimensions.pdf Wasn't sure if you wanted Chevrolet or Ford Thanks RO4 ' 6teeeeCUit Commercial / Fleet Manager Sid Dillon Commerical / Fleet 402-540-7578 direct 402-443-3982 fax rfullerton@siddillon.com 41Find 11'1nj Facebook ........siddillonfleet Whether you think you can or you can't, either way you are right From: Fleming, Teresa [rnallto:teresa.fleming@nebrask .gov] Sent: Saturday, October 18, 2014 12:33 PM To: ron.fullertoolbiddillon.corn Cc: Gilliland, Dianna Subject: RE: 4799 OF 1/2 Ton Extended Cab 4X4 4 Door Pick Up Bid Clarification Hi Ron, Please see below and respond as soon as possible. Thank you, Teresa Fleming Buyer,State Purchasing Bureau 1526 K Street,Suite 130,Lincoln, G8S03 Phone:402.471,09/3 f cor 402 4/1,2039 www dos.ctate ne.10 la ;i AdministrativeServices Materiel Division From: Fleming, Teresa Sent: Thursday, October 16, 2014 2:51 PM To: 'ron.fullerton@siddillon.com' Cc Gilliland, Dianna Subject: 4799 OF 1/2 Ton Extended Cab 4X4 4 Door Pick Up Bid Clarification Importance: High Hello Ron, In the submitted bid response on the above Invitation to Bid,the following was not completed for dimensions. Please provide. YES NO NO & PROVIDE ALTERNATIVE 1. CAB AND BODY A. Cab and Body: Fully enclosed safety type cab. The pickup box shall not be less than 76 inches long by 61 inches wide (inside dimensions) and be of double sidewall construction. Minimum 50 inches wide between wheel wells. "STYLESIDE," "FLEETSIDE," "SWEPTLINE" BODY will be required. STATE DIMENSIONS OF BOX BID: " LENGTH, --_. "WIDTH, " WIDTH BETWEEN WHEEL WELLS. Thank you, Teresa Fleming Buyer,State Purchasing Bureau 1526 K Street,Suite 130,Lincoln,NE 68508 Phone:412 421.0973 fox:402.471,2089 www.dos,state.r,r?.us AdministrativeServices Materiel Division 2 y1,11,i 1 iiiiol!tuition r Online.I it"tdcriftl;(iuide l'inic I or I 2015 Online Order t Reference Guide Prr i S 11Cet Another''S11.01'aritt if;lt0 u,,r,}r givibinn .. ..__.v. ApsFultEoll,e ?Ell ,t, ,,dr,:t`lill 'WEAL'grivfl,t _J3E. p, a ', . _.._ ,- u E.Ittittttu.01 At afi't,,.,u,.434431 i...,,iw:iss( rt„v.rgr.ax=1 Cto3tl Cot) (3ttttt-ttlt,4 Into CC1S753 CK15753 3Wta AV/ra ,ElntlEEN SnocIficotions Standard Standard Whtatia I Box Double Box Double I Cab Cob k aciteaw 143 bia 14.3 ,0 1r,r,i tinaist4+t:4 € .. A Wlutulbaao ,3E45i (36,) d O ar1Iilength 730 €� m!s(Tt€' 413i i56,13i 1 f3tsdy width I .I ,,00 tll 00 �?; Ovorali height 8, ih Hued town 4.'8:i 42.9t1, Hued rOt?u3, . .�01 Ca r3,4')t r r(s,tf:l°.') tL-at Bboul IIrroom, r593 f t.':!;i front 4?5 `11 75) Shottider to n, ti, GCi 13'543 t roar (111317i'r t lt)771 I11B room. trz=r,t ryr1 73 +.3'I Hip ra#ar r•r3 Call J 1.- >1 ri)j ri1'4 .4. l ? t 3t Lug reeel, fr ti „t„ I - t t _ Lag room,t'('13r .EEI r i, r3t3. 34 tC;4(t' o.CA Cab 1.0 axle 11P€ass, t 10$1t resows ,,.. tiF to ch htflyth rtTAT .,, Inaiatt hntght 21 10 r5C €5 I1 1131536i Too, Front bumper to 141.at 141't7 Oath of cat) 1,5,5'C," s; i,, In:aria wrrlt#t E_ a t GrguutltElearaoto ik , -1 1.B CAB AND BODY: For widCli bed dimerioioat, contact vendor Los details. 111'°. .v,rt 3rlita6;rlite5,.0.S1'11iaps'5tt,41I,\, SAnn',Itantrgh0..IIt'tr.l11,,,i +"'S,a: "1I1?, .I1 FIB' 1`2,iiI.4 1'6tt1\\'iliclt)% hilt,.. 1 IA 1 2015 1-I50: SuperCab s ', ( ram} t 8, , t. 1 N ---) f iv-o _.. 4K2 4r4 Crat ;tq Host(ft.; 4.5 5 t MINIS F7,0 Whv ib°.5ra tint _ 145.6 16' t 14..$,4 OM Cr)til Cta .ctipi l n(tn., +t .S,t•), ,I r-1..w i n= l 7 T rl MI til iI t i:Ad E,ie/f rli •Jr) ,t' + .:i t7 1 . ...•-.,; t 7n;11 t Nl ell) *toll! of , _ rt fl to i. 10)6..nxtlt(t'ront) hVX.110,.n l t' .i a.} I Ir>)Room(HO=ur) a' 5 ,is i 1.0 ..Inl t ()port Tara)tate teJ 6(c:t na(E11411 )` ,•'I. 31 3 11#I .11 s` 3c1 Y! .€.,a'i.narl ll `<011 the of., `a,, ,',4 21 4 7=r , I arrlspat?I_1-...i >.,l r • ;fir ,.7 IA trvr<....3l t-gib IlEi , tU �..it? a';tj I VVlinn taa I(c t. d7 t rv, ,€.. s=t ''.., la I a ,'SO4 RIM I z,tn.JlLt.f rY3V.1 #'lop.) Ir r 'iJinatfq rhY-rdtnnt 0C €t r�� ° r ,;.. .. fts=t1111111 r }r 6 it".,c,rr,i wol) I- :a FL. .hi Is.rlitit i[4`..11) .'1'.. Pp.3 7r1? 0 --..,,3 eJI fI"I~xtl of , °s,t.g 4lr�t l a' t'�t 1, ?'S skr r '�:1i ril(. 'yt t. �u,1(1 it1 i ;at floc., I-;,;, ��. N CA)ltiil".f{{. rt5tyj.µa, ry ({.� Mal 0 est i..=is .10.l0 Lind! N= a 17t11+. ' 2i-.t.,ts r¢ti r('rrr k t11.'.11.-;.-u+tto'-1€it1i.t<t,;11 ittd..-1,.'tdI'It I I,1} ilhL't 17t. 1?.i .'1 '10.t I Administrative ` rvi e Gerry AOligmueller . Acting Director Dave Heineman, Governor ADDENDUM TWO Date: September 8, 2014 To: All Bidders From: Dianna Gilliland, Buyer State Purchasing Bureau RE: Addendum for ITB Numbers: 4795 OF,4796 OF,4799 OF,4800 OF, and 4801 OF to be opened September 19, 2014 at 2:00 p.m. No questions were received for Invitations to Bid 4795 OF,4796 OF,4799 OF,4800 OF,and 4801 OF. This addendum will become part of the bid and should be acknowledged with the ITB. I4*11, net aevi$tott a l otell?o,i'4rriifi5tralur 4c#nirisirative,Setu es • i526'K Strom Sure;130*P.O.gax94847• Lierednf,NekoaskaFu509-4347 • Phone::402-g1.6500.•Fax 40 2 47 1-20 89 Admi ristra VC rvices Gerry A.:oligmueller Acting Director Dave Heineman, Governor ADDENDUM ONE — Revised Schedule of Events Date: August 29, 2014 To: All Bidders From: Dianna Gilliland, Buyer State Purchasing Bureau RE: Addendum for Invitations to Bid 4795 OF, 4796 OF, Compact Pickup Trucks, and 4797 OF, 4798 OF, 4799 OF, 4800 OF, and 4801 OF, %Ton Pickup Trucks Original Opening Date and Time: September 17, 2014 at 2:00 p.m. New Opening Date and Time September 19, 2014 ACTIVITY DATE/TIME 2 Last Day to Submit Written Questions September 3, 2014 September 5, 2014 3 State Responds to Written Questions Through an Addendum to September 1, 2011 be posted to the internet at: September 8, 2014 http://das.nebraska,gov/materiel/purchase bureau/vendor/commodity-itb.html 4 Bid Opening September 17, 2014 Location: Nebraska State Purchasing Bureau September 19. 2014 1526 K St. Suite 130 2:00 p.m. Lincoln, NE 68508 Central Time This addendum will become part of the bid and should be acknowledged with the ITB. • Mate ti i Divisiar *Bo Coteibo,Atimini5trdior 4ctnir tmliue Sew kels • 1526K S'treeet;Sute 130*P.O.Box 94847• LinochniNekxaska6 5034347 • Pherle:<132-471-6500.•Fax 4)2471.2083 . 1.._. ( . " 1: 11 44 ..). i'7''''\ 0 ' + t i rt� ' f . seces ; Gerry A 0,110 ltte4 Dave Hemerrian, Governor'; August 27, 2014 Dear Prospective Vendor: The State of Nebraska Purchasing Bureau is issuing the following Invitation to Bid (ITB): ITB Number/Commodity: 4797 OF 1/2 Ton Regular Cab 2 Wheel Drive Base Pickup Truck 4798 OF 1/2 Ton Extended Cab 2 Wheel Drive Base Pickup Truck 4799 OF 1/2 Ton Extended Cab 4x4 4 Door Pickup Truck 4800 OF 1/2 Ton Crew Cab 4x4 4 Door Pickup Truck 4801 OF 1/2 Ton Regular Cab 4x4 Pickup Truck Opening Date: September 17, 2014; 2 p.m. Central Time Buyer: Dianna Gillliland Copies of 4797 OF, 4798 OF, 4799 OF, 4800 OF, and 4801 OF and all information relevant to this ITB to include addenda and/or amendments may be obtained from the State Purchasing Bureau web site at: http://www.das.state.ne.us/materiel/purchasinq/ 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 September 17, 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.materielpurchasing( nebraska.gov or 402-471-2089. incerely, ci Dianna Gilliland, Buyer State Purchasing Bureau Mates e1 Div O*`•.11*0 leJhu M 1015tr: Achninisiratue S0j) tts,• 132BK•$iii* 4$e 130 IP 0 Bc 484 +lii lrt Meiiiiii 3030: 84# i.Phule 402 4rf 6�0 r'Fait 43 4 1420 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 8/27/14 Page 1 of 6 Lincoln,NE 68509-4847 Telephone:402-471-6500 Solicitation Number Fax:402-471-2089 4799 OF Opening Date and Time 09/17/14 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 1/2 TON EXTENDED CAB 4X4 4 DOOR PICKUP TRUCK 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 Res•ond: )Remove From Class-Item OR Kee. 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 8/27/14 Page 2 of 6 Lincoln,NE 68509-4847 Telephone:402-471-6500 Solicitation Number Fax:402-471-2089 4799 OF Opening Date and Time 09/17/14 2:00 pm DESTINATION OF GOODS MULTIPLE DELIVERY LOCATIONS BuyerPLEASE 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 tenPu chasing Bureau 1526 K Street,Suite 130 CONTRACT Lincoln,Nebraska 68508 OR P.O.Box 94847 Date 8/27/14 Page 3 of 6 Lincoln,NE 68509-4847 Telephone:402-471-6500 Fax:402-471-2089 Solicitation Number 4799 OF Opening Date and Time 09/17/14 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. (djo 08/26/14) 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/purchasinglpurchasing.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 1/2 TON EXTENDED CAB 4X4 1.0000 EA 4 DOOR PICKUP TRUCK 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Door Pickup Truck WARNING! DO NOT BID WORK TRUCK FROM THIS INVITATION TO BID! Minimum Wheelbase: 140" Minimum Engine Size: 5.0L V8 Minimum Tire Size: 17" Minimum GVWR: 6,700 Make: Model: GVWR: Series, Code, Trim Level: Engine: to: n State of Nebraska - INVITATION TO BID S ter tPu chasing Bureau 1526 K Street,Suite 130 CONTRACT Lincoln,Nebraska 68508 OR P.O.Box 94847 Date 8/27/14 Page 4 of 6 Lincoln,NE 68509-4847 Telephone:402-471-6500 Solicitation Number Fax:402-471-2089 4799 OF Opening Date and Time 09/17/14 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 Transmission No. /Gear Ratio No.: 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. 2 E85 1/2 TON EXTENDED CAB 4X4 1.0000 EA 4 DOOR PICKUP TRUCK 2015 or Current Production Year E85 1/2 Ton Extended Cab 4x4 4 Door Pickup Truck WARNING! DO NOT BID WORK TRUCK FROM THIS INVITATION TO BID! 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: Transmission No./Gear Ratio No.: Make: Model: GVWR: 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. 3 CNG 1/2 TON EXTENDED CAB 4X4 1.0000 EA 4 DOOR PICKUP TRUCK 2015 or Current Production Year CNG 1/2 Ton Extended Cab 4x4 4 Door Pickup Truck If Available WARNING! DO NOT BID WORK TRUCK FROM THIS INVITATION TO BID! n State of Nebraska - INVITATION TO BID St terPuchasingBureau 1526 K Street,Suite 130 CONTRACT Lincoln,Nebraska 68508 OR P.O.Box 94847 Date 8/27/14 Page 5 of 6 Lincoln,NE 68509-4847 Telephone:402-471-6500 Solicitation Number Fax:402-471-2089 4799 OF Opening Date and Time 09/17/14 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 A separate bid is requested if the manufacturer is producing alternative fuel motor vehicles.A SEPARATE CONTRACT MAY BE AWARDED. Engine: Transmission No./Gear Ratio No.: Make: Model: GVWR: 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: httu://www.das.state.ne.us/materiel/purchasing/purchasing.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: htto://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/standardslaccessibility/ Revised: 02/2004 Page 6 of 6 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck WARNING! DO NOT BID BASE TRUCK with 1WT, XL, ST PACKAGE ON THIS SHEET! 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 Engine (other gas). $ 4 Specify Engine Size: Engine (other diesel), including block heater, factory or dealer installed. $ 5 Specify Engine Size: 6 40-20-40 or 60-40 Bench seat with lumbar support (vinyl) (deduct). ($ ) Vinyl covering - bucket type seats. Arm rests on right and left side of seat $ 7 if avaliable from the manufacturer. 40-20-40 or 60-40 bench with driver power controlled seat if available from $ 8 manufacturer. Cloth w/vinyl trim - bucket type seats. Arm rests on right and left side of $ 9 seat if avaliable from the manufacturer. Heavy duty highest output alternator from standard equipment. $ 10 Bidder state amps: 11 Sliding rear-vision window (Dealer installation acceptable). $ 12 Protective Body Side Moldings: Dealer Installed if not standard equipment. $ 13 Second Power Outlet. $ Increased pickup box length of approximately 8 feet with corresponding $ wheelbase. 14 State dimensions of Box Bid: Length, Width, " Width between wheel wells. 15 Trailer towing package (deduct). ($ ) 16 Cargo light. $ 4799 OF 2015 1/2 Ton Extended Cab 4 Door 4x4 4 Dr. Pickup Truck 1 of 4 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck WARNING! DO NOT BID BASE TRUCK with 1WT, XL, ST PACKAGE ON THIS SHEET! Standard Paint-Attach List and Identify as No Additional Cost Paints. $ 17 For Department of Roads Use: Yellow color of: Dodge PL1, Ford #84S53, $ 18 Chevrolet/GMC #WA-253A code (9W3). 19 Extra Cost Paint-Attach List and Identify as Extra Cost Paints. $ 20 Additional fob if equipped with remote keyless entry. $ Additional fully functional key that enters and operates the vehicle. $ 21 On/Off road mud and snow all terrain tires and spare (can be steel rim). $ Tire size must meet the minimum wheel size bid on this specification. 22 State size and ply rating: Non-standard gear ratio(s). $ 23 Indicate: 24 Two wheel drive model (to include all season tires) (deduct). ($ ) 25 Integrated brake controller system, if not standard equipment. $ 26 Rearview camera - dealer or factory installed. $ 27 Tailgate step - dealer or factory installed. $ 28 Factory bed liner for rear box of vehicle. $ Keyless Remote Entry- Shall include 2 fully functional keys and fobs to $ 29 enter and operate the vehicle. 30 Trailer control sway system if not standard equipment. $ Smaller gas tank size (deduct). ($' ) 31 Specify tank size: Towing package upgrade: $ 32 Specify equipment, hitch class and maximum trailer weight: 33 Front end attached towing hooks if not standard from factory. $ 34 Service repair manual - equipment and engine. $ 35 CD ROM service repair manual - equipment and engine. $ 36 Parts manual - equipment and engine. $ 37 CD ROM parts manual - equipment and engine. $ Additional costs for warranties from manufacturer. $ 38 State Years: Miles: 4799 OF 2015 1/2 Ton Extended Cab 4 Door 4x4 4 Dr. Pickup Truck 2 of 4 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck WARNING! DO NOT BID BASE TRUCK with 1WT, XL, ST PACKAGE ON THIS SHEET! 39 Reverse Sensing Alarm System factory or dealer installed. $ Drop shipment charges outside the Lincoln area. Additional costs of $ charges for vehicle drop shipment outside the Lincoln area. Drop 40 shipment charges would be for vehicles bought by political entities and other Divisions of Government. 41 Lumbar support front seats: if not standard equipment $ LAW ENFORCEMENT 42 Factory or dealer disconnect of daylight running lights if factory equipped.- 43 Disconnect of factory dome light or courtesy lights. $ Dome light or Courtesy Lamp: to be centered not more than approximately 4" to 8" from the top of the windshield to light the drivers area. Controlled 44 by rotating headlamp switch to maximum position or by a separate switch. This may require adding an additional light. Dealer installation is acceptable if not available from the factory. Auxiliary Battery (Dual Purpose AGM Battery)with dual battery separator for accessory equipment. Installation also to include battery tray and 45 bracket, heavy duty fuse, 1 gauge or larger cable. Indicate CCA: Alternator with highest output available. $ 46 Indicate Amps: Alternating headlight flasher wig-wag module with flasher override for $ 47 optional at night installed with activation lead tagged as such and terminating in or near the passenger compartment. Vertical Mounted two (2) clear/white LED modules. Mounted at a 45 $ degree angle to front of vehicle on push bumper. Black bezel with clear 48 lenses. Shock and water resistant. Leads tagged as such that terminate in center console area. LED's meet SAE J845, class 1 specifications. Minimum of three (3) LED in each module. Two (2) clear/white LED modules. Mounted on either side of rear license $ plate on a license plate bracket for two (2) light heads. Black bezel with 49 clear lenses. Shock and water resistant. Leads tagged as such that terminate in center console area. LED's meet SAE J845, class 1 specifications. Minimum of three (3) LED in each module 4799 OF 2015 1/2 Ton Extended Cab 4 Door 4x4 4 Dr. Pickup Truck 3 of 4 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck WARNING! DO NOT BID BASE TRUCK with 1WT, XL, ST PACKAGE ON THIS SHEET! 100 Watt siren speaker installed behind front grill with vehicle specific $ 50 mounting bracket. Leads tagged as such that terminate in or near the passenger compartment. 51 Setina PB 400 Push Bumper with installation on front of vehicle. $ 52 Roof mounted antenna. Location to be determined by buyer to dealer/outfitter. NMO mount with RG58 cable ran into rear seating area. Bluetooth: Hands free wireless network to make and receive phone calls 53 enabled by a push button or by voice command. Roof mounted blue tree antenna.-Location to be determined by buyer to $ dealer/outfitter. Cables ran into center console area. Make: Antennaplus. 54 Model: AP85/18GPS-QS22. Tri-mode Cellular/PCS/GPS black antenna. 824-896 MHz, 1885-1990 MHz. 1575 MHz. Connectors SMA on Cell/PCS & SMA on GPS. Foam Pad &Threaded Bolt. Web-site www.antennaplus.com 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). 4799 OF 2015 1/2 Ton Extended Cab 4 Door 4x4 4 Dr. Pickup Truck 4 of 4 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck 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 August 27, 2014 2 Last Day to Submit Written Questions September 3, 2014 3 State Responds to Written Questions Through an Addendum to September 4, 2014 be posted to the internet at: http://das.nebraska.gov/materiel/purchase bureau/vendor/commoditv-itb.html 4 Bid Opening September 17, 2014 Location: Nebraska State Purchasing Bureau 2:00 p.m. 1526 K St. Suite 130 Central Time Lincoln, NE 68508 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 4799 OF; 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck Questions". It is preferred that questions be sent via e-mail to as.materielpurchasinq@nebraska.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 4799 OF; 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck 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. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 1 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck 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 '/z TON EXTENDED CAB 4X4 FOUR DOOR PICKUP TRUCK 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 '/z Ton Extended Cab 4x4 Four Door Pickup Truck 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. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015 '/z Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 2 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS 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. 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.materielpurchasing(alnebraska.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.gilliland(c�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 1/4 tank of gasoline. Deliveries desired prior to 120 days after receipt of WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 3 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS 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) 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. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015 '/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 4 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS 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 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 WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015 IA Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 5 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS 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(afnebraska.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). 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. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015 IA Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 6 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS 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. 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. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 7 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck 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. YES NO NO&PROVIDE 1. CAB AND BODY ALTERNATIVE A. Color: Cab, Body and fenders will be selected from manufacturer's standard colors. However, yellow color must be available to the Department of Roads. (NOTE: attached color charts shall be considered manufacturer colors with no extra charge unless specified on color chart in the options). All paint will be base coat/clear coat acrylic, activator- hardened acrylic or polyurethane type. B. Cab and Body: Fully enclosed safety type cab. The pickup box shall not be less than 76 inches long by 61 inches wide (inside dimensions) and be of double sidewall construction. Minimum 50 inches wide between wheel wells. "STYLESIDE," "FLEETSIDE," "SWEPTLINE" BODY will be required. STATE DIMENSIONS OF BOX BID: " LENGTH, "WIDTH, "WIDTH BETWEEN WHEEL WELLS. C. Glass: Approved tinted safety glass shall be required in all doors, windows, and windshields. D. Headliner: Fully insulated headliner required, if available from manufacturer. E. Insulation: Standard production heat and sound insulation to be provided. Body and interior finished to exclude excessive noise and weather. F. Seats: 40-20-40 or 60-40 style seat with heavy-duty, maximum depth foam rubber, cloth covering and fold down center console to be furnished. Rear seat must be manufacturer's heavy duty, maximum depth foam rubber, with heavy-duty cloth covering. Head restraints or high backs for outboard seats required. G. Arm Rests: Required on both left and right-hand sides of each front seat. Fold down center console and door armrests to be furnished and acceptable as arm rests. H. Automatic Speed Control: Required. I. Sun Visors: Dual, padded J. Floor Coverings: Rubber matting type, if factory available. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015 'A Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 8 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS K. Rearview Mirrors: Interior adjustable, rear vision mirror of day and night selector type (non-glare). Two outside electric controlled rearview mirrors, right and left, adjustable, minimum 6 inches by 9 inches; swing type preferred. L. Frame: (One-Half Ton 4x4 Extended Cab (Four Door) Pickup Truck) Section modules rated at not less than 3.3; with 36,000-PSI yield strength steel or as recommended by manufacturer for extended cab pickups. M. Air Conditioner: Best grade factory installed air-conditioning, manually controlled, to include all items normally included in the factory package. N. Fenders and Bumpers: Manufacturer's standard fenders front and rear. Manufacturer's front bumper and step-type, rear bumper required. O. Fuel Tank: Largest gallon fuel tank available from factory. State gallons bid: . Skid plates, if available from factory or dealer. State Supplier: P. Seat Belts: Lap/shoulder seat belts with automatic retractors for out board seating; middle seat belt, preferably with retractors. Q. Power Outlet: Required. R. Horns: Manufacturer's standard. S. Windshield Wipers: Electrically operated, multiple speeds, manually controlled with electric windshield washer jets to each wiper blade and with intermittent or delay capability. All factory installed. T. Heater: A fresh air type heater with dual defroster tubes to windshield shall be installed. U. Lights: Halogen high beam headlights with low beam; parking, dome, tail, backup, and stop lights; front and rear directional turn signals with self-canceling control on steering column. Daytime running lights if available from Factory. V. Controls and Instruments: Key locking ignition switch; head, parking and dome light switches, headlight beam control; speedometer; charge indicator; fuel gauge; oil pressure indicator; engine temperature indicator; high beam indicator light; traffic hazard switch; flashing turn indicator lights. In cab hood release. W. Radio: Manufacturer's standard AM/FM/CD Stereo radio with clock. Required. X. Power Locks:Two (2)fully functional keys shall be required to enter and operate the vehicle. Check_if vehicle has keys ONLY. Y. Windows: Electric power windows required. Z. Airbag: Both sides, required. AA.Floor Mats: Trucks shall be delivered with rubberized factory floor mats required. If unavailable manufacturer accessory floor mats (through the dealer parts room)are acceptable. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 9 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS BB.Trailer Tow: Trailer tow package, complete with all hardware including RECEIVER HITCH. Hitch must meet maximum towing requirement for the vehicle being bid. State hitch class: and must include maximum trailer weight for vehicle being bid prior to contract award: . Front tow hooks required if available from manufacturer. CC.Integrated brake controller system required, if available from factory. DD.Trailer sway system required if available from factory. NOTES/COMMENTS: YES NO _ NO&PROVIDE 2. ' ENGINE AND DRIVE TRAIN ALTERNATIVE A. Engine: Minimum standards as stated in the specifications. B. Transmission: Manufacturer's minimum five speed automatic transmission. Require auxiliary or heavy-duty oil cooler for the automatic transmission. A minimum two-speed transfer case is required. Skid plate(s) for the transfer case shall be furnished if available by the manufacturer. 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= , :,. �asgl . A. Wheelbase: Minimum standards as stated in the specifications. B. Steering: Manufacturer's recommended power steering. C. Steering Wheel: Regular production model or approved deluxe wheel. Tilt steering wheel required. D. Shock Absorbers: Heavy-duty double action type front and rear. E. Axle and Springs: Manufacturer's independent front suspension and single speed hypoid rear axle, all with spring sizes and axle sizes recommended to meet GVWR. The axle gear ratios shall be the same in the front and rear axles. Front stabilizer bar is required. F. Brakes: Power service brakes; disc/drum or disc/disc combination - disc shall have a minimum 11 inch rotor, drum shall be minimum 11 inch by 2 inch. Parking brakes on rear wheel or drive line. Brakes shall be anti-lock type. G. Wheels: Five, 17 inch; spare carrier; four wheel covers/hub caps if per unit, if standard. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015 '/ Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 10 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS H. Suspension: Must be designed to handle passenger and cargo requirements. Stability control and roll stability systems shall be furnished, if available from factory. I. Tires: To be equipped with five full-sized black wall, tubeless, all season steel-belted radial tires on rims (minimum 17"), factory installed and of regular production, minimum as recommended by the manufacturer. Spare tire and wheel shall match service tires and wheels; spare can be steel rim. Tires to comply with manufacturer's GVWR. Tires should have a 50,000-mile tire rating. Tires to be manufactured and labeled by a major manufacturer and installed by factory. J. Differential: Limited slip, anti-spin, or electronic locking type or equivalent system required, if available from factory. Indicate ratio: and type being bid: 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. The vehicle shall be compatible with use of installed mobile radio. B. Battery: Heavy-duty, Maintenance free, highest cold cranking capacity amperage available from the factory for the model bidding. Specify capacity: C. Alternator: Standard-Required State amperage rating: . D. Bonding and Grounding: All components of the vehicle necessary to prevent interference with reception of low band two-way radio installed in the vehicle shall be adequately bonded and grounded. NOTES/COMMENTS: YES NO NO&PROVIDE 5. RADIO FREQUENCY SHIELDING—Caution!! 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. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 11 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS 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 cannot 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 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. ° ALTERNATIVE `" A. All trucks 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. Thermostat required as recommended for permanent-type antifreeze. Manufacturer's optional increased cooling capacity system, if available by manufacturer, must be furnished. B. Coolant recovery system required. C. Each unit shall be delivered to the purchaser with all wheels balanced and the front end aligned. D. Manufacturer's standard equipment jack to comply with GVWR must be supplied. The standard complement of tools such as wheel lug wrench, and jack handle shall be provided,together with facilities for storage. E. All equipment such as floor mats and two (2) keys shall be provided with the vehicle upon delivery. NOTES/COMMENTS: WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015 '/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 12 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS 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 ,0 ;; A. All vehicles shall be delivered FOB destination in Lincoln, Nebraska and in accordance with the Delivery Schedule shown on the purchase order. Trucks are to be road ready, fully equipped, serviced, and washed with the equivalent of a 1/4 tank of gasoline. Trucks 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. B. After the truck 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 truck, 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. Trucks 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. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015 IA Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 13 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS 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. NOTES/COMMENTS: YES NO NO&PROVIDE 10. SERVICE ALTERNATIVE 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 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 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. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015 '/z Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 14 of 15 2015 or Current Production Year 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS 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 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 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 training when applicable. NOTES/COMMENTS: YES NO NO&PROVIDE 11.SECRETARY OF STATE REGISTRATION REQUIREMENTS ,:11; ALTERNATIVE *Prior to contract award and/or upon request of SPB, potential;award x !pient(s) will be asked to certify compliance with Nebraska Secretary of State Registration.: by providing a true and exact,copy_of current (dated within 90 days valid Certificate of Good Standing or Letter of Good Standing. A. Bidder is a SOLE PROPRIETORSHIP (in which case, no Letter of Good 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) 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: WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 4799 OF 2015 1/2 Ton Extended Cab 4x4 4 Dr. Pickup Truck Page 15 of 15 c ?sa 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 three half ton extended cab 4x4 pickup trucks to be utilized by the Street Maintenance Division; and, WHEREAS, Sid Dillon submitted a bid of $79,230.00 to the State of Nebraska under Contract No. 14134 OC for three half ton extended cab 4x4 pickup trucks; and, WHEREAS, the Purchasing Agent is authorized to purchase three half ton extended cab 4x4 pickup trucks to be utilized by the Street 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 Sid Dillon for the purchase of three half ton extended cab 4x4 pickup trucks to be utilized by the Street Maintenance Division in the amount of $79,230.00; and, that the Finance Department is authorized to pay the cost of this purchase from the Street and Allocation Fund 12131, Pavement Maintenance Organization 116158, year 2015 expenditures. 275615scp APPROVED AS TO FORM: _CITY ATTORNEY DATE B Y Council member Adopted F City Clerk 2/0-5*--- Approved Mayor NO. ./ ; Resolution by Res. that, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Sid Dillon for the purchase of three half ton extended cab 4x4 pickup trucks to be utilized by the Street Maintenance Division in the amount of $79,230.00; and, that the Finance Department is authorized to pay the cost of this purchase from the Street and Allocation Fund 12131, Pavement Maintenance Organization 116158, year 2015 expenditures. 275615Ascp Presented to City Council FEB - 3 2015 Adopted gaiter grocun City Clerk