Loading...
RES 2014-0671 - PO to Anderson Ford for chassis cab „ MAHA,A.� a` — ,D a &R r F I ,' Public Works Department ” ,�!'jr r"�i��' Omaha/Douglas Civic Center f�'� 1819 Farnam Street,Suite 601 x Rf' ,, � June 3, 2014 !. E 9 7 i s ski cn�' Omaha,Nebraska 68183-0601 o �._I fop �� yti' (402)444-5220 RerEll FEURP4 Fax(402)444-5248 . City of Omaha 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 Anderson Ford on the bid for the purchase of a 1 1/4 ton regular cab 4x2 chassis cab in the total amount of $33,911.00 as detailed in the attached communication to be utilized by the Environmental Quality Control Division. Fleet Management has recommended the award to Anderson Ford based on a bid supplied to the State of Nebraska per Contract No. 12929 OC. 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 this purchase from the Sewer Revenue Fund 21121, Interceptor Maintenance Organization 116717, year 2014 expenditures. The Public Works Department recommends the acceptance of the bid from Anderson Ford in the amount of$33,911.00 and requests your consideration and approval of this Resolution. Respectfully submitted, Referred to City Council for Consideration: -Q.A------) VOtitik' C.-/z--)/IL/ Robert G. Stubbe, P.E. Date Mayor's Office Date Public Works Director Approved as o Fundinn: Approved: -__z 4 /Zo/ / ' 2 jt k t h ik '. ', " i 4// ,.13y SSephe . Curtiss Date Human Rights and Relations Date Finance Director Department 247314scp 5/15/2014 Enterprise Mail-Re:1 1/4 Ton Chassis Cab Re: 1 1/4 Ton Chassis Cab Gordon Andersen (PWks) <gordon.andersen@ci.omaha.ne.us> Thu, May 15, 2014 at 8:36 AM To: "Sue Preiner (PWks)" <sue.preiner@ci.omaha.ne.us> Fund 21121, Org. 116717. Thanks, Gordon On Thu, May 15, 2014 at 8:08 AM, Sue Preiner(PWks) <sue.preiner@ci.omaha.ne.us> wrote: What fund and org is this going to be paid from? ------ Forwarded message ------- From: Marc McCoy (VMF) <marc.mccoy@ci.omaha.ne.us> Date: Tue, May 13, 2014 at 4:15 PM Subject: 1 1/4 Ton Chassis Cab To: "Sue Preiner (PWks)" <sue.preiner@ci.omaha.ne.us> Cc: Gordon Andersen <Gordon.Andersen@ci.omaha.ne.us>, Holly Hurt <Holly.Hurt@douglascounty-ne.gov>, "Joe Nissen (VMF)" <joe.nissen@ci.omaha.ne.us>, "Mr. Steve Faris" <Steve.Faris@ci.omaha.ne.us>, "Chuck Sprinkel (PWks)" <charles.sprinkel@ci.omaha.ne.us> Sue,please generate a Council resolution for the purchase of one(1) 1 Vi Ton Regular Cab 4x2 Chassis Cab. This vehicle will be purchased utilizing Nebraska State Contract 12929 OC. . 20151 1/4 Ton Regular Cab 4x2 Tuck State Contract 12929 OC Quantity Description Price Each 1 2015 Ford F-450 4x2 Dump $50,452.00 1 Deduct for Chassis Cab only ($7,325.00) 1 Deduct for gas engine ($6092.00) 1 Deduct for regular cab ($3;249.00) https://mail.g oog I e.com/mail/u/Orlui=2&i l 3f9035d9a8&view=pt&search=i nbox&th=1460019a713ccb43&si m1=1460019a713ccb43 1/2 5/15/2014 Enterprise Mail-Re:1 1/4 Ton Chassis Cab 1 Auxiliary overload rear springs $125.00 Total $33,911.00 Gordon Andersen will submit a requisition for the purchase. Attached is the State Contract. The contact person for this bid is: Bobby Colclasure Anderson Ford Lincoln Mercury Mazda 2500 Wildcat Dr. PO Box 83644 Lincoln, NE 68501-3644 Phone: (402)617-4521 Fax: (402)458-9805 bobbyc@andersonautogroup.com 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 https://mail.google.com/mail/u/0/?ui=2&iIr3f9035d9a8&view pt&search=inbox&th=1460019a713ccb43&siml=1460019a713ccb43 2/2 STATE N E B RAS KA CONTRACT AWARD State Purchasing Bureau 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR P.O.PAGE ORDER DATE Lincoln,Nebraskax 68509-4847 1 of 5 11/13/13 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9002 DIANNA GILLILAND(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 12929 OC VENDOR ADDRESS: AFL,LLC DBA ANDERSON FORD LINCOLN MERCURY MAZDA 2500 WILDCAT DR PO BOX 83644 LINCOLN NEBRASKA 68501-3644 AN AWARD HAS BEEN MADE TO THE VENDOR NAMED ABOVE FOR THE FURNISHING OF EQUIPMENT,MATERIAL,OR SUPPLIES AS LISTED BELOW FOR THE PERIOD: DECEMBER 28, 2013 THRoUGH DECEMBER 27, 2014 NO ACTION ON THE PART OF THE VENDOR NEEDS TO BE THIN AT THIS TIME.ORDERS FOR THE EQUIPMENT OR SUPPLIES WILL BE MADE AS NEEDED BY THE VARIOUS AGENCIES OF T TE. THIS CONTRACT IS NOT AN EXCLUSIVE CONTRACT TO FUiRII 0 t a E EQUIPMENT OR SUPPLIES SHOWN BELOW,AND DOES NOT PRECLUDE THE PURCHASE OF SIMILAR ITEMS FROM(tit • SOURCES. THE STATE RESERVES THE RIGHT TO EXTEND THE P I iOI 0'01F:T1! ..CONTRACT BEYOND THE TERMINATION DATE WHEN MUTUALLY AGREEABLE TO THE VENDOR AND THE STAT OE _b S . i '•.t F ",4i i, Original/Bid Document.3505 OF Ill il 1 0 Contract to supply and deliver 2 Wheel Drive Crew Cab C $ Is,D s'a Engine,Dual Rear Wheels and Dump Body, Minimum 16,000#GVWR to the State of Nebraska as p I r` f tac d-specifications for a one(1)year period from date of �E ��� i!i l a award.The contract may be renewed for one(1)additional :(4)„ _ar period when mutually agreeable to the vendor and the State of Nebraska.The State reserves the right to exte a f this contract beyond the termination date when mutually agreeable to the vendor and the State of Nebr isk „ L t F s. The State mayrequest that a ent a ace elect one II Y iris to a w_a_rrant.ACH/EFT Enrollment Form can be found at:<http://www.das.state.ae us;/ coounti fig/forms/aThew.ri ,f> i w I _K -, , 1-� .,4 The Contractor is repo r ' . , e e gp es a a afa art gr Q e ,tic ° t t de$r m ear ie work eligibility status of employ prl y0I o , n sd s wtt ' hi.o to a fe . I dill tb tion system mean the electronwl ton -f` o to fog'r f , G h l b $" I I :R and Responsibility Act of^1996,8 4 G 13 " , . o s4 ,1V "nt . gf 4 ,,, U t� " I ratndesigned by the United States Department of Homeland Security`or other ederal 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 \t4s \\ y v . l t413 :UYER ►g 2— 3 ` .L ATERI 'I INISTRATOR R43500INISC0001100423 STATE OF N E B RAS KA CONTRACT AWARD State en 301 Centenienn l Bureau al Mall South,1st Floor Lincoln,Nebraska 68508 OR BoPAGE ORDER DATE F.Oa7 2 of 5 11/13/13 Lincoolnln,,Nebraska fi8509-4847 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9002 DIANNA GILLILAND(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 12929 OC 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 i 5.The original ITB document and any Addenda. These documents constitute the entirety of the contract. iRkt,riqN4 Unless otherwise specifically stated in a contract amendment'it ;e of any conflict between the incorporated documents, t4 a the documents shall govern in the following order of prefere ice: ItULnumber one(1)receiving preference over all other documents and with each lower numbered document having p'rffafen gcezover any higher numbered document: 1)Amendment to Contract Award with the most recent dated amendment harYi,g-thaillighest priority,2)Contract Award and any attached Addenda,3)the signed Invitation to Bid form and the Conti ` &' 1) u�esponse,4)Amendments to ITB and any Questions and Answers,5)the original ITB document and any Adde`n " I f Any ambiguity in any provision of this contract which shall_ e: co re after its execution shall be resolved in accordance with the rules of contract interpretation as established m th a of ebraska. '' ' 1 I Once Invitations to Bid are opened they become the pro,e ff ,the# to of Nebraska and will not be returned. Ut It is understood by the parties thatrin thelState,.of,Nebraska , pii5i fan ,limitation on the contractor's liability is . unconstitutional under the Nebraska t e C titu£!•ni ; e, ,h, e (O Il.,gnd thet any limitation of liability shall not be lu i i h o f i lied thecontractor's bid response. binding on the State of Nebrask !� s ��te r c� i�tt o•(,stf �rl��ge 0 Fa U o��lt;�lp��.- q y,� Vendor Contact: Bobby colcIasur�e l a � , is . � ' ` � i t i.,L ::i0` Phone: 402 32 , , ,. , - _ .,_ r q3 'fro Fax 402-464 9a' :xr � � «ak jt a o li'it: z y �, , Y @Yg Pi � � n R n�°5a t �,'I 4 � 4 �r r3 ftib i E-Mail: bobb c antlers_ri o ro` .cdM �. F.. t.t3 ,:� .H.-• This is the third renewal of this contract as amended. (bl 11/13/13) Estimated Unit of Unit Line Description Quantity Measure Price 1 2WD CREW CAB CHASSIS,DIESEL 14.0000 EA 50,452.0000 ENGINE DUAL REAR WHEELS, DUMP 2013 of Current Production 2 Wheel Drive Chassis with Crew Cab, Diesel Engine,Dual Rear Wheels and Dump Body with minimum 16,000#GVWR per attached specifications. Make: Ford BUYER INITIALS R43500JNIS00001 100423 State Purchasing Bureau STATE OF NEBRASKA CONTRACT AWARD 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box Nebraska 68509-4847 3 of 5 11/13/13 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9002 DIANNA GILLILAND(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 12929 OC Estimated Unit of Unit Line Description Quantity Measure Price Model: F450 • GVWR: 16,500 Series,Code,Trim Level: XLT,653A • Engine: 6.7L Diesel OPTIONS 2 DEDUCT FOR V8 GASOLINE ENGINE 1.0000 EA -6,092.0000 WITH SINGLE BATTERY Engine:6.8L V10 1�i, 3 DEDUCT FOR REGULAR CAB CHASSIS AU] 3.0000 EA -3,249.0000 WITH DUMP BODY i 11 �1:.IfE xsaI `; 4 DEDUCT FOR EXTENDED CAB CHASSI f Ei-1, i u E.. 1.0000 EA -1,283.0000 WITH DUMP BODY 1` 41 11 i :.• i it,:._ 5 REPAIR MANUAL FOR TRUCK i 1.0000 EA 295.0000 6 REPAIR MANUAL FOR ENGINE 1. I t € 1.0000 EA 295.0000 1i' : l 7 PARTS MANUAL FOR TRUCK r '1. E� ! 1. 1.0000 EA 295.0000 8 PARTS MANUAL FO NGiNEtat,_,a ,x s ,r,-.. ,eiiF u , 7 0000 i A 295.0000 fJ� g 11 1 ` ;E3g 4 k :€I nI 9 FOUR.W,I E 1 D 2 WITN;NA LL555! ,s , _:4 ti i7 0 toll,;t t 1EiPA•,hill'r, ,;,= 3,924.0000 _ k i.�AIR -�,.rs -fit }{ iW skid dates, P of r hubs't ` �a g "` 'iltre ` J- i a tt ' 4 '`r'i�it, ?,�: _t Model: W4H Tires to be On-off road tread. 10 CARGO LIGHT AT REAR,UPPER, 1.0000 EA 100.0000 EXTERIOR CAB 11 WHITE EXTERIOR COLOR FROM 1.0000 EA 0.0000 STANDARD PAINT CHART LIEU OF yellow per specs. 12 AUXILIARY, OVERLOAD, REAR 1.0000 EA 125.0000 SPRINGS BUYS INITIALS R43500jNISC0001900423 1 State Purchasing Bureau STATE OF NEBRASKA CONTRACT AWARD 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68503 OR PAGE ORDER DATE P.O.Box Lincoln,Nebraska 68509-4847 4 of 5 11/13/13 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9002 DIANNA GILLILAND(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 12929 OC Estimated Unit of Unit Line Description Quantity Measure Price 13 CONTAINER WITH BRUSH OF 1.0000 EA 195.0000 TOUCH-UP PAINT FOR DELIVERED unit 14 ON-OFF ROAD MUD AND SNOW(MS) 1.0000 EA 495.0000 ALL TERRAIN TIRES AND SPARE (rim can be steel)Size 225170x19.5 Load range G(1st configure with GVWR),such as Goodyear Wrangler AT/S steel-belted. 15 SIDE BODY MOLDING OF 4'.1 1.0000 EA 195.0000 iti PROTECTIVE VINYL u1: .11, 16 SLIDING REAR VISION WINDOW i f f IIi 1.0000 EA 225.0000 • 18 ALL SEASON TIRES,OTHERWISE t q �l''11 mF l` ts: 1.0000 EA 290.0000 MEETING STATED SPECIFICATIONS ,u"; . ;l ; 19 HUBCAPS OR EQUIVALENT € 1.0000 EA 125.0000 1 - : r. 20 NON-STANDARD GEAR RATIO(S) I 7 i 1.0000 EA 360.0000 Indicate: 4.30 US , - 21 HEAVY DUTY,OPTIONAL,FRONT ._. ;Li' `i 1 ) r 1.0000 EA 175.0000 STABLIZER BAR - i` 1 1 ti i�4y t, - i r a , r iL a°xg.::-- 6 rrx .in 9 t e<1 rift"t u K r• k� .1 22 SNOW PLOW P.RERA I N4 6,04 r E ,yr) e 85.0000 FOR CH +SSIS=T ,i oL,D l +1 £ 1;. :x . I 1 l 1ii : Ts theavy`. u t sty s n :7 s. ` Ef k:!:. k a�... ,i ', '� ,aL4 < -lab. . ;:1;A ,!e •4r'` „ffir`K+'Vr; '.+ 3,�A±.. 24 OPTION FOR'SECO 'POWER OUTLET' ., :_. :y • 4 • 1.000 EA 100.0000 IN CAB OF TRUCK 28 DROP SHIPMENT CHARGE 1.0000 EA 295.0000 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. 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). BUYER NITIALS R43500JNISC0001 100423 • 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.uslmateriellpurchasinglpurchasing,htm SCOPE-These standard conditions and terms of bid solicitation and acceptance apply in like force to this inquiry and to any subsequent contract resulting therefrom. PRICES-Prices quoted shall be net, including transportation and delivery charges fully prepaid by the bidder, F.O.B.destination named in the Invitation to Bid. No additional charges will be allowed for packing,packages or partial delivery costs.When an arithmetic error has been made in the extended total,the unit price will govern. EXECUTION-Bids must be signed in ink by the bidder on the State of Nebraska's Invitation to Bid form.All bids must be typewritten or in ink on the State of Nebraska's Invitation to Bid form.Erasures 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)clays 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 tef.deliver individual items at the prices quoted. SPECIFICATIONS-Any manufacturer's names, trade names, brand names, inforiation 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 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 specifictio )Nhen 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.Np:isdd.r refurbished equipment will be accepted,unless otherwise stated. ALTERNATE/EQUIVALENT BIDS-Bidder may offer bids which are at variance frb'ri'llheexpress 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 Di? or'•fie'.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 4lf vitation to Bid the manufacturer's name, number and shall submit with their bid, sketches, descriptive literature and/or complete specifications. Reference to li lure'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 anyetated"cIeviation 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. iI S F ;.t'lr ►f r - SAMPLES-When requested,samples shall be furnished at the bidders expense norflo e 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 r ejn'9unibSamples submitted must be representative of the commodities or equipment which would be delivered if awarded the bid.The State of Nebraska reserves i c Qghtto•rilq est 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,it re u3 s pi o i 11 k donated to a public institution. RECYCLING-Preference will be given to items which are manufactured orr prpiiuw o�i re}(Ycled material or which can be readily reused or recycled after their normal use as per State Statute Section 81-15,159. 13140 '11 . �' LATE BIDS-All bids will be time and date stamped upon receipt by the State of sing I r au,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 t the idder n paned.The State Purchasing Bureau Is not responsible for late bids or lost requests due to mail service inadequacies,traffic or other similar reasons. _' Il. I 1.1 BID OPENING-Openings shall be public on the date and time specified gn'tirerinvl+ta�i•on 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 Telphone bids are not eptable A�I may not be altered after opening of the bids. NO BID-If not submitting a bid,respond by rte,.°turningithe`In`itation to Bid;fdr i xplaiining ih !r anon in.thespace provided.Failure to respond to an Invitation to Bid may be cause for the removal of the bidder's name fromT tthe mailing Ii'st NOTE,To quality as,a resp ndent4. is der must su¢ it as NO BID"and it must be received no later than the stated bid opening date and 1mQ i r!pa r s v I P t I hi i y rani; . rt ' u•a P1,13 AWARD-All purchases, lea§es fir;contracts 1 hlic arebas d o i o pki tixe ly A Wai a 00vofl 1 e 1 tv(st ire n i)3.iddr, determined according to the provisions of State Statute Section 8) 161IR.R S 1943 The gate ese es the r t to rej ct i 'or I 'ids` oll q irnj ��7e any deviations or errors that ' l i , rui are not material,do not nvalidatr .J.a legitim ccy of he bid rjd o of im'1,rov h i ers i1 e , do w ids 1 l tt i der n e�'manner deemed in the best interest of the State t;„. ?.� f;� - �, ift e` � 4 N 17usrpr< - ild F-1 n 1i � tix i�r'r��'' � �1'Y.sY ;�" `sa'?3Ki Yi`1'E*�j.to t.}a^`i` 1,.� .K;[ g� N BID TABULATIONS-Tabulations viili be"fu"'riis ed upo'ii writtehfrequest, alelf address stam'peti 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.slate.ne.us/materielpurchasinglbidtabs.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. 1N-STATE PREFERENCE-A resident bidder shall be allowed a preference against a nonresident from a state which gives or requires a preference to bidders from that state.The preference shall be equal to the preference given or required by the state of the nonresident bidders.Where the lowest responsible bid from a resident bidder is equal in all respects to one from a nonresident bidder from a state which has no preference law,the resident bidder shall be awarded the contract. NONDISCRIMINATION-The Nebraska Fair Employment Practice Act prohibits contractors of the State of Nebraska,and their subcontractors,from discriminating against any employee or applicant for employment, to be employed in the performance of such contracts, with respect to hire, tenure, terms, conditions or privileges of employment because of race,color,religion,sex,disability,or national origin.(State Statute Sections 48-1101 through 48-1125)The bidder guarantees compliance with the Nebraska Fair Employment Practice Act,and breach of this provision shall be regarded as a material breach of contract.The contractor shall insert a similar provision in all subcontracts for services to be covered by any contract resulting from this Invitation to Bid. TAXES-Purchases made by the State of Nebraska are exempt from the payment of Federal Excise Taxes,and exemption certificates will be furnished on request State and local taxes are exempt by State Statute Section 77-2704(I)(m)R.R.S.1943 and must not be Included in the bid prices.Exemption by statute precludes the furnishing of State exemption certificates. DRUG POLICY-Bidder certifies that it maintains a drug free work place environment to ensure worker safety and workplace Integrity. Contractor agrees to provide a copy of Its drug free workplace policy at any time upon request by the State. GRIEVANCE AND PROTEST-Grievance and protest procedure is available by contacting the buyer.Protest must be filed within ten(10)days of award. NE ACCESS TECHNOLOGY STANDARDS-Vendor agrees to ensure compliance with Nebraska Access Technology Standards. See website at: http:/www.nitc.state.ne.us/standards/accessibility/ Revised: 02/2004 Page 5 of 5 R43500hNISC0001100416 1 State Purchasing Bureau !, STATE OF NEBRASKA CONTRACT AMENDMENT 301CPurchasin Mall gBureuth,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 1 of 5 10/08113 Lincoln,Nebraska 68509-4847 BUSINESS UNIT BUYER Telephone:(402)471-2401 9002 DIANNA GILLILAND(AS) Fax:(402)471-2089 VENDOR NUMBER: 503856 CONTRACT NUMBER 12929 OC VENDOR ADDRESS: {'{ AFL,LLC DBA ANDERSON FORD LINCOLN MERCURY MAZDA 2500 WILDCAT DR PO BOX 83644 LINCOLN NEBRASKA 68501-3644 THE CONTRACT PERIOD IS: DECEMBER 29, 2012 THROUGH DECEMBER 27, 2013 {� THIS CONTRACT HAS BEEN AMENDED PER THE FOLLOWING INFORMATION: z r EN AT THIS TIME. ORDERS FOR THE EQUIPMENT OR NO ACTION ON THE PART OF THE VENDOR NEEDS TO B A SUPPLIES WILL BE MADE AS NEEDED BY THE VARIOUS AGO OIES F THE STATE. Its ii THIS CONTRACT IS NOT AN EXCLUSIVE CONTRACT TO FUiS TE EQUIPMENT OR SUPPLIES SHOWN BELOW,AND DOES NOT PRECLUDE THE PURCHASE OF SIMILAR ITEMS FROM g II( , OURCES. 1Y4 THE STATE RESERVES THE RIGHT TO EXTEND THE PERib© ,F T I CONTRACT BEYOND THE TERMINATION DATE WHEN MUTUALLY AGREEABLE TO THE VENDOR AND THE STATE OF EB S tiok.Original Bid Document 3505 OF j I F r I j i a. Contract to supply and deliver 2 Wheel Drive Crew Cab Gl assis D 9 seI Engine, Dual Rear Wheels and Dump Body, Minimum 16,000#GVWR as per the attached specifications,terms nd1jcnnlitlas for a period of one(1)year beginning December 28, 2012 through December 27,2013. The contract may be fe wefci:toll rwo'(2)additional one(1)year periods when mutually agreeable to the vendor and the State of Nebraska. The S a*ire err!es the right to extend the period of this contract beyond the termination date when mutually agreeable to the vendor and t e tate of Nebraska. rli 1j l: Contract subject to thirty(30)d ':'y ncellatio . y either,-partylupy n wri er Wie iltlotice ,s ,1e.. Quantities shown are estimat 'o Iy ti a cl re ot t2 kiepfirtrioltrifi n irm" Ir t`ttes a S, a of.Nebraska reserves the right to increase o decrease quantities s , '� IEt M #4' 4 . ski.` E X p �afj ,yam t S •r *� "� t �" f'Ke f riP H r� � k fit`��C 5 •-� F The State may request at n o r iade ron a l ns ea f sta rf�nt A 1,S TEnrollment Form can be found at: http://www.dai.Stii r ` . The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new 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 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 111111111.11"1111Wagliffilanginfr �.. toto•�3k � lo,l 3 TERv IEL A MIN PIOle 3 R43500jNISM0001 100500 State Purchasing Bureau STATE OF NEBRASKA CONTRACT AMENDMENT 301iCent Nebraska Mall ll 508h,1st Floor OR ORDER DATE P.O.Box 94847 PAGE Lincoln,Nebraska 68509-4847 2 of 5 10/08/13 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9002 DIANNA GILLILAND(AS) CONTRACT NUMBER . • VENDOR NUMBER: 503856 12929 OC Administrative Services website at:www.das.state.ne.us. .. 2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship and Immigration Services documentation require to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Program. 3.The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev.Stat.§4-108. The parties hereby agree that the following documents are incorporated into the contract resulting from this Invitation to Bid: 1.The signed Invitation to Bid Contract document; 2.The original ITB document; 3.Any Addenda and or Amendments to include Questions and Answers; 4.Warranty documents supplied with the bid; 5.The contract award. - r 1U.cy Unless otherwise specifically stated in a contract amendment,iri`cas. of any conflict between the incorporated documents,the documents shall govern in the following order of preferences t_. :a ,ber 1 receiving preference over all other documents and with each lower numbered document having preference ove ,6 t i her numbered document: 1)the contract award,2)ITB addenda or amendments,to include Questions and Answers,w h t e latest dated amendment having the highest priority,3) the original ITB,4)the signed ITB Contract document,5)Warm ty documents supplied with the bid. 4. ' 1It1, t11+„ + Any remaining uncertainty or ambiguity shall not be interpr t t gain st either party because such party prepared any portion of the Agreement,but shall be interpreted according to thelapp c tiQn of rules of interpretation of contracts generally. iI i , 1t, €r;: It is understood by the parties that in the State of Nebrask 'i b niori y limitation on the contractor's liability is unconstitutional under the Nebraska State Constitution,Artic a 1. III,Section 3 and that any limitation•of liability shall not be binding on the State of Nebraska despite inclusion of such?algCla9e n documents supplied with the contractor's bid. Vendor Contact: Bobby Coiclasura , a €1 l I 1`a s Phone: 402-323-4013 x „ I ` t 1 I t 1 I i i 14; ... 1, • Fax: 402-464-9348 a I� .4 I 1 , t�^4 t`� fI 5A t 4 • ,�' � , E-Mail: babbyc@anderaonautogroup c '`4 E i f,i 1(j fi r F ,' l + I 1 1 i to 41 1 11 #.p I l s 1�, . - l 'l� I li� 1t .4 W.i 1 § 1 aid THIS IS THE SECONDr(2nd NEWAL.OF THIS CONTRACT Al`� `(SA NE EDAS AMEND D 3/4/1 `(cnj) AMENDMENT ONE 1 AS ATTACHE �t 1 t�e ; �'1 '*I4A4 sy ' $ ' ' AMENDMENT TWO as attached. (bl 10/08/13) Estimated Unit of Unit Line Description Quantity Measure Price 1 2WD CREW CAB CHASSIS,DIESEL 14.0000 EA 50,452.0000 ENGINE DUAL REAR WHEELS, DUMP 2013 of Current Production 2 Wheel Drive Chassis with Crew Cab, Diesel Engine,Dual Rear Wheels and Dump Body with minimum 16,000#GVWR per attached specifications. Make: Ford Model: F450 GVWR: 16,500 Series,Code,Trim Level: XLT,653A BUYS INITIALS R435001N15M0001100506 '. 1. State Purchasing Bureau STATE OF NEBRASKA CONTRACT AMENDMENT 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR ORDER DATE P.O.Box 94847 PAGE Lincoln,Nebraska 68509-4847 3 of 5 10/08/13 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9002 DIANNA GILLILAND(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 12929 OC Estimated Unit of Unit Line Description Quantity Measure Price Engine: 6.7L Diesel OPTIONS 2 DEDUCT FOR V8 GASOLINE ENGINE 1.0000 EA -6,092.0000 WITH SINGLE BATTERY L; Engine:6.8L V10 3 DEDUCT FOR REGULAR CAB CHASSIS ; 5. t 3.0000 EA -3,249.0000 zz WITH DUMP BODY i ., I 4 DEDUCT FOR EXTENDED CAB CHASSI °_.A.i' ' 1.0000 EA -1,283.0000 WITH DUMP BODY `,jt ' 111 k 5 REPAIR MANUAL FOR TRUCK 110 € l ;_ 1.0000 EA 295.0000 _ i 6 REPAIR MANUAL FOR ENGINE I t. y I, 1.0000 EA 295.0000 , 1 n al I 11 7 PARTS MANUAL FOR TRUCK Iv. ` .ill 1.0000 EA 295.0000 4. ! I8 PARTS MANUAL FOR ENGINE €' ( 1.0000 EA 295.0000 s0i$ i l 9 FOUR WHEEL DRIVE,SWITHMANUAL L__ ' 1 7 ,�, -. 77t0000 EA 3,924.0000 LOCKING FRONT HUBS .; _ '.` i ,7 ':g `r 0 1 ;L'r skid plates prefer hubicov� s j i l I' < : f „. €� i 1 1I .5 I >i I{ ili S f Th I i; „}� /1 01.1 d g� 1: . 11 Y'0.1 &!L t i f-i 5 - ModelW4H 's� - zs*, rl , ax3� 1 i S „ti ' R I�yav v r3 tt 9.r3.-a. "33'.-�� 1 Fs� I- a �'G tna-i- §$ F tA1 ' 1t i� .t 1C1j .� 4 -4 o1 �, : ,r r.`i,R`g,,, 'rt Fl"z ,� -' a t.ga � f i 1 3 s11.0 4"1 ty2.n. �t,?�a„ .,,,. . .. Tires to be On off.roa read.i }..._ '-4 -... .... 1. - 10 CARGO LIGHT AT REAR,UPPER, 1.0000 EA 100.0000 EXTERIOR CAB 11 WHITE EXTERIOR COLOR FROM 1.0000 EA 0.0000 STANDARD PAINT CHART LIEU OF yellow per specs. 12 AUXILIARY,OVERLOAD, REAR 15.0000 EA 125.0000 SPRINGS 13 CONTAINER WITH BRUSH OF 1.0000 EA 195.0000 TOUCH-UP PAINT FOR DELIVERED unit BUYE INITIALS R435001 Pfi 5M0001 100506 State Purchasing Bureau STATE OF N EBRASKA CONTRACT AMENDMENT 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR ORDER DATE P.O.Box 94847 PAGE Lincoln,Nebraska 68509-4847 4 of 5 10/08/13 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9002 DIANNA GILLILAND(AS) CONTRACT NUMBER 1 VENDOR NUMBER: 503856 12929 OC Estimated Unit of Unit Line Description Quantity Measure Price 14 ON-OFF ROAD MUD AND SNOW(MS) 1.0000 EA 495.0000 ALL TERRAIN TIRES AND SPARE (rim can be steel)Size 225170x19.5 Load range G(must configure with GVWR),such as Goodyear Wrangler AT/S steel-belted. 15 SIDE BODY MOLDING OF 1.0000 EA 195.0000 PROTECTIVE VINYL x i 16 SLIDING REAR VISION WINDOW 3''" 1.0000 EA 225.0000 1. r + 18 ALL SEASON TIRES,OTHERWISE �; : ' 1.0000 EA 290.0000 MEETING STATED SPECIFICATIONS :w •. 19 HUBCAPS OR EQUIVALENT E1. 4 , L I 1.0000 EA 125.0000 1 y 20 NON-STANDARD GEAR RATIO(S) i 1 I; °it} 1.0000 EA 360.0000 Indicate: 4.30 US ( ` I i } 21 HEAVY DUTY,OPTIONAL, FRONT i 4f,, i ., i 1.0000 EA 175.0000 STABLIZER BAR t tF i I , , 22 SNOW PLOW PREPARATION PACKAGE i I l �U :i 1.0000 EA 85.0000 FOR CHASSIS THAT INCLUDES � �r�ti i � � �: heavy duty front suspAns**loni`a-€€ �}} 4. I. (�11�� i )1 ' P' l l Itf.i k [a i k! . :'' sari+ 24 OPTION F,OR SECOND POw R Ul,TLET` i "� ( f ` 101000 I I EP 100.0000 IN CAB VF TRUC * , ' '11 i 1-iA ti F$ � � � , ' r ` '{z, l ill 1'w4,11 , 11 ri a � E k ad fig. skP r _ b s t 1-s tp .,t �t !I s r. � 2 �` ;1. ex � i 1 ._ t{n s§ � �t i.y� i X�f• �i i���.,��yE + ,t�� ?+$,ff. F� �\�r� � ,i h v`t Fci r a+ Y,,,, �l�,�t��t � ta�aC *�� I��'J} �$L. t $� ����^'�> hfr t I� ltr;'7 a 28 DROP>SHIPMEN T CI R IAA- 0 ,a l� �aK ':,U it,1; :0000�(4.,,EA g :.i, 295.0000 P t A >�f. +9� 5 L s 7 � 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. 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). BUYER NITIALS R435006115610001 100506 STANDARD CONDITIONS AND TERMS OF BID SOLICITATION AND OFFER Invitations to Bid and Contract Awards It is the responsibility of the bidder to check the website for all information relevant to this solicitation to include addenda andlor amendments issued prior to the opening date. Website address: http:Nwww.das.state.ne.uslmateriellpurchasinglpurchasing.htm SCOPE-These standard conditions and terms of bid solicitation and acceptance apply In like force to this inquiry and to any subsequent contract resulting therefrom. PRICES-Prices quoted shall be net,Including transportation and delivery charges fully prepaid by the bidder,F.O.B.destination named in the Invitation to Bid.No additional charges will be allowed for packing,packages or partial delivery costs.When an arithmetic error has been made in the extended total,the unit price will govern. EXECUTION-Bids must be signed in Ink by the bidder on the State of Nebraska's Invitation to Bid form.All bids must be typewritten or In ink on the State of Nebraska's Invitation to Bid form.Erasures 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 1' 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 pdcea'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 Aged.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 regf ir&d,,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 acce tgo edr4nless otherwise stated. . ALTERNATE/EQUIVALENT BIDS-Bidder may offer bids which are at variance fro ittie ekpre s 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 l`,g s 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 manuftc tu_, p�j e,number and shall submit with their bid,sketches,descriptive literature and/or coplete specifications.Reference to literature submitted with a previous bid will not 1 .is tthi,s'erovision.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 InStrict cQo�tnpliance.with all terms,conditions and specifications,and the bidder shall be held liable • therefore. l I'v l (N17i,1- i f' SAMPLES-When requested,samples shall be furnished at the bidders expense'pr�oflto Ala opefl!ng 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.Sa'mpl s u m tted 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 eve (dough this ay 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 iristit tJo l f , 1)11 I RECYCLING-Preference will be given to items which are manufactured or produ Ifro rec s edfrjiatedai or which can be readily reused or recycled after their normal use as per State Statute Section 81-15,159. € j( , 1 LATE BIDS-All bids will be lime and date stamped upon receipt by the State Pp din ;;ure�u,'a f d 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 hno ehe$Th tat Purchasing Bureau is not responsible for late bids or lost requests due to mail service inadequacies,traffic or other similar reasons. • 3' s i i , i- BID OPENING-Openings shall be public on the date and time specified on the Invitation to d;�fgrin.: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 rot acceptable.A bid ma}�r)ottkb altered after opening of the bids. NO BID-If not submitting a bid,respond byreturnr nv tati n tp,Bid form x lab 1n91 r`asgnrin the s ce provided.Failure to respond to an Invitation to Bid maybe cause for 9 P gU19 e) j esp,�� 8 bidderQ s i+space" P° the removal of the bidder's name from the mails g Qst hj0'fl= To gij'�ify as a r'e pon nt must subtntt a NCB Blb'and It Tilt be received no later than the stated bid opening date and time. I 1 f y- , I C•1 M 5 wi. r S t AWARD-All purchases,leases or ceptr cis vl)iich are biased on.� petitive bf s will a +arSfeti to the f e pdh'si b cider yetermined according to the provisions of State Statute Section 81-161,R.R.Sa4,843 IThe State rtesbrVirs the tight o e(act or all,bjds ivhivio,:r p $�R 4Kef qn v tt t roq pps that are not material,do not t f Y r a, 3? a t r i invalidate the legitimacy of he pld tgd Op.not.jmprove(ha l*Wrri b4011tit�a' o;:itlon Ar l i�rar s*4 1.0) ode: a m n_@r l me t` h,� ;st i in e ,j<of the State. BID TABULATIONS Tabulation ll b f mfshidd up 'wri e e (i ' : I d� s`s'` h ri p d a l'o + jtt"it not Ile he 4. : tiI� r�r,� §� o e� pe gpr,/{, rr� l ages_ .$nd solicitation number must be �'a i r �y t #5 w�,csIm exa .re4+'" ur g r t� - ^`5'r� ag h . e o r,. r enclosed.Bid tabulations will hit b�p'roVIO00 by=telephbne fNe�sf�e ttflle rhsy be exsithlneit dUnnAnortna l,,a ing hours ji ppoltitment. Bid tabulations are available on the website at: h p://www.das.state.ne.us/materiel/ourchasinalbfdtabs.httRi ' 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. INSTATE PREFERENCE-A resident bidder shall be allowed a preference against a nonresident from a state which gives or requires a preference to bidders from that state.The preference shall be equal to the preference given or required by the state of the nonresident bidders.Where the lowest responsible bid from a resident bidder is equal in all respects to one from a nonresident bidder from a state which has no preference law,the resident bidder shall be awarded the contract. NONDISCRIMINATION-The Nebraska Fair Employment Practice Act prohibits contractors of the State of Nebraska,and their subcontractors,from discriminating against any ' employee or applicant for employment,to be employed in the performance of such contracts,with respect to hire,tenure,terms,conditions or privileges of employment because of race,color,religion,sex,disability,or national origin.(State Statute Sections 48-1101 through 48-1125)The bidder guarantees compliance with the Nebraska Fair Employment Practice Act,and breach of this provision shall be regarded as a material breach of contract.The contractor shall insert a similar provision in all subcontracts for services to be covered by any contract resulting from this invitation to Bid. TAXES-Purchases made by the State of Nebraska are exempt from the payment of Federal Excise Taxes,and exemption certificates will be furnished on request.State and local taxes are exempt by State Statute Section 77-2704(i)(m)R.R.S.1943 and must not be Included in the bid prices.Exemption by statute precludes the furnishing of State exemption certificates. DRUG POLICY-Bidder certifies that It maintains a drug free work place environment to ensure worker safety and workplace integrity. Contractor agrees to provide a copy of its drug free workplace policy at any time upon request by the State. GRIEVANCE AND PROTEST-Grievance and protest procedure is available by contacting the buyer.Protest must be filed within ten(10)days of award. NE ACCESS TECHNOLOGY STANDARDS-Vendor agrees to ensure compliance with Nebraska Access Technology Standards. See website at: http:/www.nitc.state.ne.us/standards/accessibility/ Revised: 02/2004 Page 5 of 5 R435001N ISN 0001 100506 AMENDMENT NUMBER TWO Contract Number 12929 OC 2 Wheel Drive Crew Cab Chassis, Diesel Engine, Dual Rear Wheels and Dump Body, Minimum 16,000#GVWR Between The State of Nebraska and AFL, LLC DBA Anderson Ford Lincoln Mercury Mazda This Amendment (the "Amendment") is made by the State of Nebraska and AFL, LLC DBA Anderson Ford Lincoln Mercury Mazda, parties to Contract Number 12929 OC (the "Contract"), and upon mutual agreement and other valuable consideration the parties agree to and hereby amend the contract as follows effective on October 25, 2013: 1) Line 1 of the contract is replaced and superseded in its entirety with the following: Li Description Estimated Unit of Measure Unit Price 1 2WD CREW CAB CHASSIS, 14 EA $50,452.00 DIESEL ENGINE DUAL REAR 00 WHEELS, DUMP 2013 of Current Production 2 Wheel Drive Chassis with Crew Cab, Diesel Engine, Dual Rear Wheels and Dump Body with minimum 16,000#GVWR per attached specifications. Make: Ford Model: F450 GVWR: 16,500 Series, Code, Trim Level: XLT, 653A Engine: 6.7L Diesel 2) Vendor email contact information is hereby superseded and replaced by: E-mail: bobbyc©andersonautogroup.com This amendment will become part of the Contract. Except as set forth in this Amendment, the Contract is unaffected and shall continue in full force and effect in accordance with its terms. If there is conflict between this amendment and the Contract or any earlier amendment, the terms of this amendment will prevail. IN WITNESS WHEREOF, the parties have executed this Amendment as of the date of execution by both parties below. State of Nebraska Contractor: AFL, LLC DBA Anderson Ford Lincoln Mercury Mazda Name: Bo Botelho Name: Ca`c-`i ..Q.r Title: Materiel Administrator Title: zrCamMescicj..k ('Se��r Date: i / //J p Date: g a ° 1 t STATE OF N EBRASKA CONTRACT AMENDMENT State Purchasing Bureau 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 1 of 5 03/04/13 Lincoln,Nebraska 68509-4847 BUSINESS UNIT BUYER Telephone:(402)471-2401 9002 RUTH GRAY(AS) Fax (402)471-2089 VENDOR NUMBER: 503856 CONTRACT NUMBER 12929 OC VENDOR ADDRESS: AFL,LLC DBA ANDERSON FORD LINCOLN MERCURY MAZDA 2500 WILDCAT DR PO BOX 83644 LINCOLN NEBRASKA 68501-3644 THE CONTRACT PERIOD IS: DECEMBER 29, 2012 THROUGH DECEMBER 27, 2013 THIS CONTRACT HAS BEEN AMENDED PER THE FOLLOWING IN,ORMATION: NO ACTION ON THE PART OF THE VENDOR NEEDS TO •AKEN AT THIS TIME. ORDERS FOR THE EQUIPMENT OR _ , SUPPLIES WILL BE MADE AS NEEDED BY THE VARIOUS AG C1 S.OF THE STATE. THIS CONTRACT IS NOT AN EXCLUSIVE CONTRACT TO FL.11-91401,1r,E EQUIPMENT OR SUPPLIES SHOWN BELOW,AND DOES NOT PRECLUDE THE PURCHASE OF SIMILAR ITEMS FROM OTTIR OURCES. r° tf THE STATE RESERVES THE RIGHT TO EXTEND THE PERIOD' T i i;yONTRACT BEYOND THE TERMINATION DATE WHEN MUTUALLY AGREEABLE TO THE VENDOR AND THE STATE OF1'01_ ,EB SKA. Original Bid Document 12929 OC , IY ) i Contract to supply and deliver 2 Wheel Drive Crew Cab C1 ass is Dtesell`Engine, Dual Rear Wheels and Dump Body, Minimum 16,000#GVWR as per the attached specifications,ter s n and :Ions:for a period of one(1)year beginning December 28, �:.x� �� �;ier 2012 through December 27,2013. The contract may bee So/ (2)additional one(1)year periods when mutually agreeable to the vendor and the State of Nebraska. The,a e�!a s the right to extend the period of this contract beyond the termination date when mutually agreeable to the ver'an t estate,of Nebraska. Contract subject to thirty (30)days }c cellatio bi+egiter� rty up i en,JnoticQuantities shown are estimaf sIv, are{`o t fie* ti t dF oan n i m qui t t'e 7 ei S e;of Nebraska reserves the right to increase or decrease r y quantities . f'� - w 3 11 i�, ay P` tfuN The State may req. e t t jay.-pp:, e04ad ` I'd („N i an 494 vista j LA T, t �1 M,A raiment Form can be found at: http://www.dasstate: e.us/accou`nti i /fo ri skaahenrol pdf�`'-'" .- The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new 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 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 r BUYER Kt( deft ER AD INIST OR ORlr R 1143500JNISM0005 100506 State Purchasing Bureau STATE OF NEBRASKA CONTRACT AMENDMENT 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR P.O. x 94847 PAGE ORDER DATE Lincoln,Nebraska 68509-4847 2 of 5 03/04/13 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9002 RUTH GRAY(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 12929 OC Administrative Services website at:www.das.state.ne.us. 2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship and Immigration Services documentation require to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev.Stat.§4-108. The parties hereby agree that the following documents are incorporated into the contract resulting from this Invitation to Bid: 1.The signed Invitation to Bid Contract document; 2.The original ITB document; 3.Any Addenda and or Amendments to include Questions and answers; 4.Warranty documents supplied with the bid; _ 5.The contract award. �, . , itilla Unless otherwise specifically stated in a contract amendmertr# in<cascof any conflict between the incorporated documents,the documents shall govern in the following order of preference ff 1 er 1 receiving preference over all other documents and with each lower numbered document having preference ove n i her numbered document: 1)the contract award,2)ITB addenda or amendments,to include Questions and Anse 11 hxt IA latest dated amendment having the highest priority,3) the original ITB,4)the signed 1TB Contract document,5)r sari'' ty'db u�ments supplied with the bid. Any remaining uncertainty or ambiguity shall not be interpt a is Ither party because such party prepared any portion of the Agreement, but shall be interpreted according to the a T i n f rules of interpretation of contracts generally. It is understood by the parties that in the State of Nebra.k ' o a io :1), limitation on the contractor's liability is unconstitutional under the Nebraska State Constitution, i111 I 1 tlon 3 and that any limitation of liability shall not be binding on the State of Nebraska despite inclusion of su h a ag 'documents supplied with the contractor's bid. Vendor Contact: Bobby Colclasure ' 'I ]] i 1 Phone: 402-323-4013 t' .,, i 1 1, � i fix-ir s -s, Fax 402-464-9348 r �i auk. .: ' r3� uha S �e YE-Mail: bobby@agdersonauto oup orn ' "''' ' `"r T j THIS IS THE SECOND( d) F F , 1 CONTRA ND S E 1:) ENu i 1411 ,Inj) -A. 3 . ,.,' �AMENDMENT ONE(' ) S TAC ED; 3 � 4a , R�- . , . 3 _ : , Estimated Unit of Unit Line Description Quantity Measure Price 1 2WD CREW CAB CHASSIS, DIESEL 14.0000 EA 49,748.0000 ENGINE DUAL REAR WHEELS,DUMP 2013 of Current Production 2 Wheel Drive Chassis with Crew Cab, Diesel Engine,Dual Rear Wheels and Dump Body with minimum 16,000#GVWR per attached specifications. Make: Ford Model: F450 GVWR: 16,500 Series,Code,Trim Level: XLT,653A fx BUYER INITIALS R43506iWI61A0061 100506 State Purchasing Bureau STATE OF N EBRAS KA CONTRACT AMENDMENT 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 3 of 5 Lincoln,Nebraska 68509-4847 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9002 RUTH GRAY(AS) CONTRACT NUMBER VENDOR NUMBER: 503656 12929 OC Estimated Unit of Unit Line Description Quantity Measure Price Engine: 6.7L Diesel OPTIONS 2 DEDUCT FOR V8 GASOLINE ENGINE 1.0000 EA -6,092.0000 WITH SINGLE BATTERY 1 :. Engine:6.8L V10 ..- 3 DEDUCT FOR REGULAR CAB CHASSIS .�s" � 3.0000 EA -3,249.0000 WITH DUMP BODY fi" 1 a1ill 4 DEDUCT FOR EXTENDED CAB CHASS1 t rl 1.0000 EA -1,283.0000 t �F L��' �iR WITH DUMP BODY 1I et 1,f i'z 5 REPAIR MANUAL FOR TRUCK I ti 1 I 1.0000 EA 295.0000 6 REPAIR MANUAL FOR ENGINE IP 11, - 1.0000 EA 295.0000 III 17 PARTS MANUAL FOR TRUCK ' i:ri:.. 1.0000 EA 295.0000 8 PARTS MANUAL FOR ENGINE ; ,1 1.0000 EA 295.0000 9 FOUR WHEEL DRIVEW H MAV 4L f t I i t l cJ-. M17 0.0000 EA 3,924.0000 LOCKING FRONT HEB � } �� A 1 ,e a a: c, R 1s3 l- [�d f skid late ,prefer hub CDYer K q ,x�} tx r, w }, l al AI id Model'�.W4H �. ': yg li -074•41 Tires to be•On-off road`tro d: _ r>01"7' •:. .. „ , . :� zx 10 CARGO LIGHT AT REAR, UPPER, 1.0000 EA 100.0000 EXTERIOR CAB 11 WHITE EXTERIOR COLOR FROM 1.0000 EA 0.0000 STANDARD PAINT CHART LIEU OF yellow per specs. 12 AUXILIARY,OVERLOAD, REAR 1.0000 EA 125.0000 SPRINGS 13 CONTAINER WITH BRUSH OF 1.0000 EA 195.0000 j TOUCH-UP PAINT FOR DELIVERED I unit i (r BUYER INITIALS R43500jNISM0001 100508 State Purchasing Bureau STATE OF NEBRASKA CONTRACT AMENDMENT 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 4 of Lincoln,Nebraska 68509.4847 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9002 RUTH GRAY(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 12929 OC Estimated Unit of Unit Line Description Quantity Measure Price 14 ON-OFF ROAD MUD AND SNOW(MS) 1.0000 EA 495.0000 ALL TERRAIN TIRES AND SPARE (rim can be steel)Size 225/70x19.5 Load range G(must configure with GVWR),such as Goodyear Wrangler AT/S steel-belted. 15 SIDE BODY MOLDING OF 1.0000 EA 195.0000 PROTECTIVE VINYL 16 SLIDING REAR VISION WINDOW 1.0000 EA 225.0000 *04 18 ALL SEASON TIRES, OTHERWISE s13 1.0000 EA 290.0000 MEETING STATED SPECIFICATIONS 111. 19 HUBCAPS OR EQUIVALENT ��d a� 1.0000 EA 125.0000 20 NON-STANDARD GEAR RATIOS) z: :f )I (, u 1.0000 EA 360.0000 Indicate: 4.30 US 21 HEAVY DUTY,OPTIONAL, FRONT !hi6 t ,;;; 1.0000 EA 175.0000 STABLIZER BAR I t 22 SNOW PLOW PREPARATION PACKAGE ( � ;i 1.0000 EA 85.0000 FOR CHASSIS THAT INCLUDES heavy duty front susiel, s 11:� 1 t 4 i-m t _. I�� _'� `SL aF3t� k3 E"1 4tR� ;. N 1 � K 24 OPTION FQ S CO P }NtR, ET [.4 R 00 b ;EA 100.0000 IN CA 1iTR �) � �.e � ' xt. � >Akt, .• 28 DROP;S fi 00" �1 •. t ." �` " n ! u '1 . k 295.0000 a sv }� r nxrt . 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. 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). t\l�� BUYER INITIALS R43500JCSM0001100508 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.uslmateriellpurchasinglpurchasing.htm SCOPE-These standard conditions and terms of bid solicitation and acceptance apply In like force to this inquiry and to any subsequent contract resulting therefrom. PRICES-Prices quoted shall be net,induding 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 then the sum of the Individual bids if all items are purchased but agrees to deliver individual items at the prlcepyquoted. 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 belu"dged.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 require 1 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 accipepitpless otherwise stated. ALTERNATE/EQUIVALENT BIDS-Bidder may offer bids which are at variance fro ,{he,exp es 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 r uujjt I"' cis and/or services equivalent to or better than those which would be supplied In the original bid spedfications.Bidders must Indicate on the invitation to Bid the maniif Cdr a aP e,number and shall submit with their bid,sketches,descriptive literature and/or complete specifications.Reference to literature submitted with a previous bid will not* 1 rovision.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 in1?tnotr om i wince withall terms,conditions and specifications,and the bidder shall be held liable therefore. , 1:,y alift SAMPLES-When requested,samples shall be furnished at the bidders expense prioHtoa e 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.Sampi s sup ited ust 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 ve ".4.1gh thl i y trot 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 iMstil II r } I 1 i GIs' RECYCLING-Preference will be given to items which are manufactured or prodyrc recy ed materlal or which can be readily reused or recycled after their normal use as per State Statute Section 81-15,159. 't, /,. r l LATE BIDS-All bids will be time and date stamped upon receipt by the State Pu al r : red 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 it h tit' Purchasing Bureau is not responsible for late bids or lost requests due to mail service inadequacies,traffic or other similar reasons. h k°j 1 I BID OPENING-Openings shall be public on the date and time specified on the InVltat1?n1to B d forth It is the bidder's responsibility to assure the bid is delivered at the designated date,time and place of the bid opening.Telephone Olds are pot acceptable.A bid ma Qottbe altered after opening of the bids. NO BID-If not submitting a bid,respond by returpipg a (1-itatlbn to,.$id form mpgl��Ir��ring tF�e reagt2n In the space p.(oykled Failure to respond to an invitation to Bid may be cause for the removal of the bidder's name from the mails list NOTES To qualiiffy a§a resp1),1 t bidder must si,bmit a NO BID end it m t be received no later than the stated bid opening date and time. n�t[�1 (�. I Ps y r .�{ t:, i a , k y i u i t; a.a s � tit . AWARD-All purchases,leases or cent c s�\vhkah arg lased on ,npeti 1vee'ti wail be4,176 ss4� the iov Among,n cider{4 ermined according to the provisions of State Statute Section 81 161 R.R S2 l5;4 he SSlate ltesety i a Fi it tortr''eeject an b a l ids t�h`ll firmpa ,_ e y o 'fro that are not material,do not invalidate the legitimacy of;the j�ic d ono prove the bide tpietltive Sidon it ateards� 11adr)n a pner de rh8 lob t l? a [of the State. pI ,s lgN V " ; i BID TABULATIONS TabGja tonst II b r01s1A� ���� �`� I ��s�petl ��oP� ��� e 4�0�;snd solicitation number must be enclosed.Bid tabulations will otYb 'o' ided by':ele ne r acs e d e me' i O P. '� t � �, y �x�rntneo dyrr rt(i thal.Wo`r ng ho'Urs� y ppomtment. Bid tabulations are available on the website at: htto://www,das.state.ne.uslmateriel/ourchasiri idlab"saitm.`- $""� .. ' .. 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(t)(m)R.R.S.1943 and must not be included in the bid prices.Exemption by statute precludes the furnishing of State exemption certificates. 1 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.usretandards/accessibility/ Revised: 02/2004 Page 5 of 5 R43500i5i5M0001 100506 • AMENDMENT NUMBER ONE Contract Number 12929 OC 2 Wheel Drive Crew Cab Chassis, Diesel Engine, Dual Rear Wheels and Dump Body, Minimum 16,000# GVWR Between The State of Nebraska and AFL, LLC DBA Anderson Ford Lincoln Mercury Mazda This Amendment (the "Amendment") is made by the State of Nebraska and AFL, LLC DBA Anderson Ford Lincoln Mercury Mazda, parties to Contract Number 12929 OC (the "Contract"), and upon mutual agreement and other valuable consideration the parties agree to and hereby amend the contract as follows: 1) Line 1 of the contract is replaced and superseded in its entirety with the following: Line Description Estimated Unit of Measure Unit Price Quantity 1 2WD CREW CAB CHASSIS, 1 EA $49,748.00 DIESEL ENGINE DUAL REAR WHEELS, DUMP 2013 of Current Production 2 Wheel Drive Chassis with Crew Cab, Diesel Engine, Dual Rear Wheels and Dump Body with minimum 16,000# GVWR per attached specifications. Make: Ford Model: F450 GVWR: 16,500 Series, Code, Trim Level: XLT, 653A Engine: 6.7L Diesel 2) Lines 17, 23, 25, 26 and 27 are being deleted in their entirety. This amendment will become part of the Contract. Except as set forth in this Amendment, the Contract is unaffected and shall continue in full force and effect in accordance with its terms. If there is conflict between this amendment and the Contract or any earlier amendment, the terms of this amendment will prevail. IN WITNESS WHEREOF, the parties have executed this Amendment as of the date of execution by both parties below. State of Nebraska Contractor: AFL, LLC DBA Anderson Ford Lincoln Mercury Mazda By: By: Name: 'O h' Name: b\o .k Q.Am S Title:Mf, _ st Fz/ Title: Co rn'rne.0 6 o•l ee_y e c-1 or Date: '12 r-`--17 Date: 4;ca 10015 STATE OF N E BRAS KA CONTRACT AWARD State Purchasing Bureau301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box94847 Lincoln,Nebraska 68509-4847 1 of 6 03/04/13 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9002 RUTH GRAY(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 12929 OC VENDOR ADDRESS: AFL,LLC ' DBA ANDERSON FORD LINCOLN MERCURY MAZDA 2500 WILDCAT DR PO BOX 83644 LINCOLN NEBRASKA 68501-3644 AN AWARD HAS BEEN MADE TO THE VENDOR NAMED ABOVE FOR THE FURNISHING OF EQUIPMENT,MATERIAL,OR SUPPLIES AS LISTED BELOW FOR THE PERIOD: DECEMBER 29, 2012 THROUGH DECEMBER 27, 2013 NO ACTION ON THE PART OF THE VENDOR NEEDS TO BE TAKEN�-T THIS TIME.ORDERS FOR THE EQUIPMENT OR SUPPLIES T WILL BE MADE AS NEEDED BY THE VARIOUS AGENCIES OF E.$T TE. �3, t THIS CONTRACT IS NOT AN EXCLUSIVE CONTRACT TO FURNI itHE EQUIPMENT OR SUPPLIES SHOWN BELOW, AND DOES NOT PRECLUDE THE PURCHASE OF SIMILAR ITEMS FROM 9 N-.SOURCES. THE STATE RESERVES THE RIGHT TO EXTEND THE PERJ D-19, rHI CONTRACT BEYOND THE TERMINATION DATE WHEN MUTUALLY AGREEABLE TO THE VENDOR AND THE STATE 1E11NEBRAS{ i e 4 Original/Bid Document 12929 OC r1 j k i ;t i�- is Contract to supply and deliver 2 Wheel Drive Crew Cab Ch il `ssi ,Di' set Engine, Dual Rear Wheels and Dump Body, Minimum 16,000#GVWR as per the attached specific tior er�„ id conditions for a period of one(1)year beginning December 28,2012 through December 27, `' `, i"t j 4 2013. The cot'r rr�a ��renewed for two(2)additional one(1)year periods when mutually agreeable to the vendor and the State of!N b Ca .Thee State reserves the right to extend the period of this contract beyond the termination date when mutually agrQreb e,_oltl1ed�vendor and the State of Nebraska. jP s Contract subject to thirty(30)day cancellabon`by either 'p Itt notice meiff,bncdtw----::,..-,.„.,4:,:i-0.7:qftr.,:1, , Quantities shown are estimates oply a,.d�re not tosbe`co`nstrued tome`n i m quantities�T he ft'te4of Nebraska reserves the right to increase or decreay�se,a, qua ities` ;"b it �j, >,i ' is �., '' �' -i ..«i'i c '1 t• �i L F i .Y 'A 13 T y F r �� k,,I<� E_ _ _41a:. The State ma re u"st"t ` t e a I a i t Form can be yw s/� :�i M jYe4�fpdf a Maw, r ( 1,. ,. found at http:l/ as f e u a a fe / d rb df� :' The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new 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 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: 3(11/13 BUYS M sl't (3 FatIADMINIST OR R43500INISC0001 100423 Sta e STATE OF NEBRASKA CONTRACT AWARD 301 Centteenn ennnial Bureau al Mall South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box a7 Lincoln,Nebraska 68509-4847 2 of 6 03/04/13 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9002 RUTH GRAY(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 12929 OC 1. The Contractor must complete the United States Citizenship Attestation Form, available on the Department of Administrative Services website at:www.das.state.ne.us. 2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship and Immigration Services documentation require to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Program. 3.The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb.Rev.Stat.§4-108. The parties hereby agree that the following documents are incorporated into the contract resulting from this Invitation to Bid: 1.The signed Invitation to Bid Contract document; 2.The original ITB document; ; 3.Any Addenda and or Amendments to include Questions and Answers; 4.Warranty documents supplied with the bid; y 5.The contract award. x P164111 Unless otherwise specifically stated in a contract amendmerr t i e of any conflict between the incorporated documents, the documents shall govern in the following order of prefere r 1�, ;number 1 receiving preference over all other documents and with each lower numbered document having preference Q J h gher numbered document: 1)the contract award,2) ITB addenda or amendments,to include Questions and Arts_ grs;a t ie latest dated amendment having the highest priority, 3)the original ITB,4)the signed ITB Contract document;5 1 `: an cuments supplied with the bid. Any remaining uncertainty or ambiguity shall not be intei�p1 j,ga, st either party because such party prepared any portion of the Agreement, but shall be interpreted according tote d f rules of interpretation of contracts generally. 1.1 It is understood by the parties that in the State of Nebrask s loll a y limitat on on the contractor's liab I ty s unconstitutional under the Nebraska State Constitution,l i t I,jSeotion 3 and that any limitation of liability shall not be P > i binding on the State of Nebraska despite inclusion of sur0 a age liti pcuments supplied with the contractor's bid. i Vendor Contact: Bobby Colclasu a i1 ( . )".1<.� Phone: 402-323-4013 'Al �r7 n � 1 a kT`t'i Fax 402-464-934k ,, ;�< $1 �s x F t:- ",' ; E-Mail: bobb /�attdersonautog'oo�1 gm l `t . (1 p , '. 1 'pia+- '�,�a G o- '�- t At,-4,- asA R�` '� s .il. THIS IS THE S •COND'(�2( Cid�' r��y�.wiry!��4 y �sN�$�� r p p� %11. knj) p 4P Ai_. f ._'.+S'0,44,,jN'if 5, ' 5.ri ka �tl at. -" TR t 1[i-M.. i Estimated Unit of Unit Line Description Quantity Measure Price 1 2WD CREW CAB CHASSIS, DIESEL 14.0000 EA 45,547.0000 ENGINE DUAL REAR WHEELS,DUMP 2013 of Current Production 2 Wheel Drive Chassis with Crew Cab, Diesel Engine,Dual Rear Wheels and Dump Body with minimum 16,000#GVWR per attached specifications. Make: Ford Model: F450 GVWR: 16,500 Series,Code,Trim Level: XLT,653A Engine: 6.7L Diesel te`k.7±_ BUYER INITIALS R435001W16C000110042 STATE OF N E B RAS KA CONTRACT AWARD s entennsing Bureau 30ale 1 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box a7 Lincoln,Nebraska 68509-4847 3 of 6 03/04/13 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9002 RUTH GRAY(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 12929 OC Estimated Unit of Unit Line Description Quantity Measure Price OPTIONS 2 DEDUCT FOR V8 GASOLINE ENGINE 1.0000 EA -6,092.0000 WITH SINGLE BATTERY Engine: 6.8L V10 3 DEDUCT FOR REGULAR CAB CHASSIS 3.0000 EA -3,249.0000 WITH DUMP BODY K. 4 DEDUCT FOR EXTENDED CAB CHASSI ,. 1.0000 EA -1,283.0000 WITH DUMP BODY I' ) • E j� 5 REPAIR MANUAL FOR TRUCK 4 i t. 't ?� �Y,. �{ ..�`,rf 1.0000 EA 295.0000 a t `7r4. ; 6 REPAIR MANUAL FOR ENGINE I, '� t �I is ?, 1.0000 EA 295.0000 ii 7 PARTS MANUAL FOR TRUCK ` c ^C 1.0000 EA 295.0000 8 PARTS MANUAL FOR ENGINE i 1.0000 EA 295.0000 [1 l . 9 FOUR WHEEL DRIVE WITH MANUAL '' . 7.0000 EA 3,924.0000 LOCKING FRONT HUBS, skid plates,prefer hub coversx- a (i,- Model: W4H ' r. ' 1" 4 : -,.n� �,� i . a .1 trr" f u., u +sy �9 73",1 '.3 . t_r 4t + Z , #i rx 1 - ea Tires t. k070..Woo try 4, i t. 1. Inc lit �3 5, x F 10 CAR...O,LIGH T R P E ,, y��., F 0000 ..x EA�u: d EXTERIOR CAB . $ s .. A 4 *P i '3 4;.4, ,�. : f a 11 WHITE EXTERIOR COLOR FROM 1.0000 EA 0.0000 STANDARD PAINT CHART LIEU OF yellow per specs. 12 AUXILIARY,OVERLOAD,REAR 1.0000 EA 125.0000 SPRINGS I j 13 CONTAINER WITH BRUSH OF 1.0000 EA 195.0000 TOUCH-UP PAINT FOR DELIVERED unit 14 ON-OFF ROAD MUD AND SNOW(MS) 1.0000 EA 495.0000 ALL TERRAIN TIRES AND SPARE (rim can be steel)Size 225/70x19.5 Load range G(must configure with GVWR),such as Goodyear Wrangler AT/S k:#4 BUYER INITIALS R43500114ISC0004 100423 Sta STATE OF NEBRASKA CONTRACT AWARD 301 Purchasing Bureau South, 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68506 OR Bx 94847 PAGE ORDER DATE LinOcon�Nebraska 68509-4847 4 of 6 03/04/13 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9002 RUTH GRAY(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 12929 OC Estimated Unit of Unit Line Description Quantity Measure Price steel-belted. 15 SIDE BODY MOLDING OF 1.0000 EA 195.0000 PROTECTIVE VINYL 16 SLIDING REAR VISION WINDOW 1.0000 EA 225.0000 tfi 17 CHASSIS ONLY,NO DUMP BODY §, 1.0000 EA 39,037.0000 18 ALL SEASON TIRES,OTHERWISE t k MAR fW 1.0000 EA 290.0000 MEETING STATED SPECIFICATIONS . .1.: i l 19 HUBCAPS OR EQUIVALENT , l: tlittiq 1A000 EA 125.0000 • 20 NON-STANDARD GEAR RATIO(S) 1 V. 1 sr,IC k- 1.0000 EA 360.0000 Indicate: 4.30 US gl,i 21 HEAVY DUTY,OPTIONAL, FRONT . _I! :,,)1 -, 1.0000 EA 175.0000 STABLIZER BAR '; 1 g: 41 22 SNOW PLOW PREPARATION PACKAGE , t € 1.0000 EA 85.0000 FOR CHASSIS THAT INCLUDES heavy duty front suspepsion I`i ••- qq•,-6,,:a .. 23 SNOW PLOW ATTAFM T F`/'' t ,5 S-i an r I r 'I 00.00 }a)EA 4,965.0000 1 1 I # , . 4a-fie t 1 k:, r h e PICKUP�MANU�FAC�TURE M l �= , N gJ . t(' , ;.. Boss Ibr did of_ ctuiva'enth'i(J i tee p dbo rg, o 9I n '� i n e. n b a 9,� o oI power V blad ' po ,e n , r IOW s r o i ii a �p pxi1 %'"/B width (straigtip dt 6 t,[1 a{ be t t1oy y e ��+ i tA91.04, _ .._ , 24 OPTION FOR SECOND POWER OUTLET 1.0000 EA 100.0000 IN CAB OF TRUCK 25 BODY OF CONTRACTOR TYPE,ALL 1.0000 EA 7,635.0000 STEEL MINIMUM 9 1/4-FOOT length,8 foot width,smooth floor with continuously welded center seam(s) 12 to 14 inch removable sides using steel stakes,nominal 2 x 4 wooden stake pockets,40-inch bulkhead,manual fold-down tailgate with chains that is also removable, hoist for minimum 40 degree dump angle,cab shield and other items as per Dump Body Attachment. 26 POWERED LIFT GATE FOR DUMP 1.0000 EA 2,595.0000 BODY A) Must be dual action with dump-through and lifting capability B) Must match width of dump body as specified. C) Minimum 1,600 lb lifting capacity. D) Minimum 50" vertical travel. pto_c_______ BUYER INITIALS R433001NISC0001 100423 STATE OF N E B RAS KA CONTRACT AWARD State 301 Centeenni aall nn enr Bureau Mall South,1st Moor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 5 of 6 Lincoln,Nebraska 68509-4847 03/ 3 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9002 RUTH GRAY(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 12929 OC Estimated Unit of Unit Line Description Quantity Measure Price E) Acceptable brands:Eagle Lift and Tommy Lift. F) Lift Gate to be painted to match chassis color. 27 SPINNER SPREADER PER OPTION 1.0000 EA 7,745.0000 PAGE 28 DROP SHIPMENT CHARGE 1.0000 EA 295.0000 11 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 Divisl�l o.Government. Alt:: {i ALL EXCEPTIONS TO OPTIONS MUST BE CL ` 'DICATED. (Example: Units ordered with airbags may not • be available with a tilt wheel and automatic speed z 1 e3 s� r _ rl 1e, +�{41 t, r ! ); ,, 1 .( 11 ; `i -Id ) ' 11 . pi`.1 1 �:" ! d • i 14 C'J F t " 1.:•y ;. tot �I i. 1x ..:a � I V 4 , �• I• se ; i P -16/0 Y' BUYER INITIALS R43500jNLS00001 t00423 STANDARD CONDITIONS AND TERMS OF BID SOLICITATION AND OFFER Invitations to Bid and Contract Awards It is the responsibility of the bidder to check the website for all information relevant to this solicitation to include addenda andlor amendments issued prior to the opening date. Website address: }tttp:llwww.das.state.ne.uslmaterielpurchasing/purchasing.hgn 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 equivalenttmaterial 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 ,refurbished equipment will be accepted,unless otherwise stated. .ALTERNATEIEQUIVALENT BIDS-Bidder may offer bids which are at variancefromlhe;express specifications of the Invitation to Bid.The State reserves the right to consider and accept such bids if,in the judgement of the Slate Purchasing Director, tej,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 helInyitatron to Bid the manufacturer's name, number and shall submit with their bid, sketches, descriptive literature and/or complete specifications. Reference to)1 atiffe,kbmltted 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 shy tated'dedi7atlon;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. it n•`144411 If sr r f. SAMPLES-When requested,samples shall be furnished at the bidders expense ORgritote opening of the bid,unless otherwise specified.Each sample must be labeled clearly and identify the bidders name,the Invitation to Bld number and the i mrir+umb r Samples submitted must be representative of the commodities or equipment which would be delivered if awarded the bid.The State of Nebraska reserves `e righht to equest 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 re lilted/or rill a donated to a public institution. ! F u RECYCLING-Preference will be given to items which are manufactured or pr uce`d recycled material or which can be readily reused or recycled after their normal use asper State Statute Section 81-15,159. 'i �'( ( j ,�, � i }ii LATE BIDS-All bids will be time and date stamped upon receipt by the State u C as n ureau,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 t e idder nopened.The State Purchasing Bureau is not responsible for late bids or lost requests due to mail service inadequacies,traffic or other similar reasons. ); i ; l 3 BID OPENING-Openings shall be public on the date and time specified on the,lnvita ion 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 ere not'accepfa)iie A bid may not be altered after opening of the bids. NO BID-If not submitting a bid,respond by return/ }thetinQitatllon to�Bid form explaining the reap n in the space provided.Failure to respond to an Invitation to Bid may be cause for the removal of the bidder's name from e nrai ing list NOTE To qualify as a respondent;bider must su i"!tip NO BID"and it must be received no later • than the stated bid opening date and trme I , u z;`` ^ e � i G a A P o. r r 1 ',C i :.sr l hilbe I of u Al.b._,,...6.AWARD- All urchase% lea;$s , r contr actswhich,art based orb Rompe' t oobis veil ,e,awar_edkt i�0 i s reae l of determined according to the provisions of State Statuto Section 8j1f1614 R R S'1843 The Stta r rese s the rig )o resect any or all bi,s_, fly orlin;pall nd1 fo3t )*any deviations or errors that are not material,do not invalidaitethe legitimacy cif the bid$ d p oft ov a ers competiiil tion 1 wards W1,,e n1cede int,ia'manner deemed in the best ,i S f ': Iir ,$ $ aD; �. � ji Fs ll iFfi$.YPia�* �• t r • P interest of the State ,< ar k r4,1Vitt L a 'ie *�9 �4 5 9 k 14,.;44 rvi ;��r h t01 1' a90W1 .�: BID TABULATIONS-Tabulation§will be;furnis ei upon(Srri ten'tequeht.A self-addressed,Stamped'' nbelo 'what►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: jrtto:/iwww.das.state.ne.uslmateriel/purchasina/bidtabs.htm PERFORMANCE AND DEFAULT-The State reserves the right to require a performance bond from the successful bidder,as provided by law,without expense to the State. Otherwise, In case of default of the contractor,the State may procure the articles from other sources and hold the contractor responsible for any excess cost occasioned thereby. IN-STATE PREFERENCE-A resident bidder shall be allowed a preference against a nonresident from a state which gives or requires a preference to bidders from that state.The preference shall be equal to the preference given or required by the state of the nonresident bidders.Where the lowest responsible bid from a resident bidder is equal in all respects to one from a nonresident bidder from a state which has no preference law,the resident bidder shall be awarded the contract. NONDISCRIMINATION-The Nebraska Fair Employment Practice Act prohibits contractors of the State of Nebraska,and their subcontractors,from discriminating against any employee or applicant for employment, to be employed in the performance of such contracts, with respect to hire, tenure, terms, conditions or privileges of employment because of race,color,religion,sex,disability,or national origin.(State Statute Sections 48-1101 through 48-1125)The bidder guarantees compliance with the Nebraska Fair Employment Practice Act,and breach of this provision shall be regarded as a material breach of contract.The contractor shall insert a similar provision in all subcontracts for services to be covered by any contract resulting from this Invitation to Bid. TAXES-Purchases made by the State of Nebraska are exempt from the payment of Federal Excise Taxes,and exemption certificates will be furnished on request.State and local taxes are exempt by State Statute Section 77-2704(I)(m)R.R.S.1943 and must not be included in the bid prices.Exemption by statute precludes the furnishing of State exemption certificates. DRUG POLICY-Bidder certifies that it maintains a drug free work place environment to ensure worker safety and workplace integrity. Contractor agrees to provide a copy of its drug free workplace policy at any time upon request by the State. GRIEVANCE AND PROTEST-Grievance and protest procedure is available by contacting the buyer.Protest must be filed within ten(10)days of award. NE ACCESS TECHNOLOGY STANDARDS-Vendor agrees to ensure compliance with Nebraska Access Technology Standards. See website at: http:/www.nitc.state.ne.us/standards/accessibility/ Revised: 02/2004 Page 6 of 6 ie35o0INISc0001100418 tl , STATE OF NEBRASKA CONTRACT AWARD State Purchasing Bureau 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box a7 Lincoln,Nebraska 68509-4847 1 of 6 12/12111 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9001 CONNIE HEINRICHS(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 12929 OC VENDOR ADDRESS: AFL,LLC DBA ANDERSON FORD LINCOLN MERCURY MAZDA 2500 WILDCAT DR PO BOX 83644 LINCOLN NEBRASKA 68501-3644 AN AWARD HAS BEEN MADE TO THE VENDOR NAMED ABOVE FOR THE FURNISHING OF EQUIPMENT,MATERIAL,OR SUPPLIES AS LISTED BELOW FOR THE PERIOD: DECEMBER 28, 2011 THROUGH DECEMBER 27;2012 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 Tk ATTE.App ri THIS CONTRACT IS NOT AN EXCLUSIVE CONTRACT TO FlMl, ;1E EQUIPMENT OR SUPPLIES SHOWN BELOW, AND DOES NOT PRECLUDE THE PURCHASE OF SIMILAR ITEMS FROM O 1E 1OURCES. THE STATE RESERVES THE RIGHT TO EXTEND THE PEJIS?D O»F Tt .IS CONTRACT BEYOND THE TERMINATION DATE WHEN MUTUALLY AGREEABLE TO THE VENDOR AND THE STATE O ` BI ASItA. l iu 1, 'N.i i Original/Bid Document 3505 OF I il 11411 Contract to supply and deliver 2 Wheel Drive Crew Cab Chf ssi,, s`I,Engine, Dual Rear Wheels and Dump Body, Minimum 16,000#GVWR as per the attached specific*tg-4; r' hdconditions for a period of one(1)year beginning December 28,2011 through December 27,2012. Th Con a fge renewed for three(3)additional one(1)year periods when mutually agreeable to the vendor and the State of 1N b _, i „a State reserves the right to extend the period of this contract beyond the termination date when mutually agree 0 'thleiendor and the State of Nebraska. J 1 l I Contract subject to thirty(30)days cancellation'b eith 'ri a tii o v i e notice Quantities shown are estimates:only of d ere not to be construed o lean firm`gruantities T eiSf to of Nebraska reserves the right to increase of d cre sew qu ' i ies 1 0 1 ( I 1 i ( t 11I1 A. 4,iid I€ � ` ,� , i:- ' i yg ii tie i k WAttThe State may re t est'h J r Awl- .y s a e a r t C I-/EFT At 1 R nt'Form can be found at: http:Uwww, a �e, t s� r)tn f �/ otieA.comgi�}idlipcf� , (i °, r P'_ The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new 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 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: MATERIEL ADMIRISTRAT R435001N1500001 100423 STATE OF NEBRASKA CONTRACT AWARD State Purchasing Bureau 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box a7 Lincoln,Nebraska 68509-4847 2 of 6 12/12/11 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9001 CONNIE HEINRICHS(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 12929 OC 1. The Contractor must complete the United States Citizenship Attestation Form,available on the Department of Administrative Services website at:www.das.state.ne.us. 2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship and Immigration Services documentation require to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Program. 3.The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev.Stat.§4-108. The parties hereby agree that the following documents are incorporated into the contract resulting from this Invitation to Bid: 1.The signed Invitation to Bid Contract document; 2.The original ITB document; t` 3.Any Addenda and or Amendments to include Questions and Answers; 4.Warranty documents supplied with the bid; :ifi; 5.The contract award. ' ? �4 �1 at , , Unless otherwise specifically stated in a contract amendme i t li' � of any conflict between the incorporated documents, the documents shall govern in the following order of prefereri� ilhnumber 1 receiving preference over all other documents and with each lower numbered document having preference o? r'any.higher numbered document: 1)the contract award,2) ITB addenda or amendments,to include Questions and Ans 'ersYty ith;the latest dated amendment having the highest priority, 3)the original ITB,4)the signed ITB Contract document;', 4 ntv ill ouments supplied with the bid. ik� ,111 Any remaining uncertainty or ambiguity shall not be inter* ' hi air either party because such party prepared any portion of the Agreement, but shall be interpreted according to the p iicatio ;of rules of interpretation of contracts generally. i i i It is understood by the parties that in the State of Nebrastk i ,1 io ary limitation on the contractor's liability is unconstitutional under the Nebraska State Constitution, e 1 ,I I, leotion 3 and that any limitation of liability shall not be binding on the State of Nebraska despite inclusion of subh�a 'i g iirni documents supplied with the contractor's bid. t ,rt ' Vendor Contact Bobby Colclas e 4 sC` ' "�n tt 1 to.t:q Phone: 402-323-4013 t, kro h o Fax 402-464-9348 ,I ' '; , " ` 1[1 E-Mail: bobby@a lefts d o�o pimp I ., .. s� ��. a t.t it THIS IS THE FIRST RENEW F T. S �. .: a ; > a. t�. . ,., ".:a e Estimated Unit of Unit Line Description Quantity Measure Price 1 2WD CREW CAB CHASSIS,DIESEL 1.0000 EA 45,547.0000 ENGINE DUAL REAR WHEELS, DUMP 2011 of Current Production 2 Wheel Drive Chassis with Crew Cab,Diesel Engine, Dual Rear Wheels and Dump Body with minimum 16,000#GVWR per attached specifications. Make: Ford Model: F450 GVWR: 16,500 Series,Code,Trim Level: XLT,653A Engine: 6.7L Diesel C I BUYER INITIALS R435001NISC0001100423 Sta reau STATE OF N EBRAS KA CONTRACT AWARD 301 Purchasing Mall Sou 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box a7 Lincoln,Nebraska 68509-4847 3 of 6 12/12/11 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9001 CONNIE HEINRICHS(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 12929 OC Estimated Unit of Unit Line Description Quantity Measure Price OPTIONS 2 DEDUCT FOR V8 GASOLINE ENGINE 1.0000 EA -6,092.0000 WITH SINGLE BATTERY Engine:6.8L V10 3 DEDUCT FOR REGULAR CAB CHASSIS 1.0000 EA -3,249.0000 WITH DUMP BODY a# 4 DEDUCT FOR EXTENDED CAB CHASSI 1.0000 EA -1,283.0000 WITH DUMP BODY � )i 5 REPAIR MANUAL FOR TRUCK tI <I! 1.0000 EA 295.0000 x` 141fS 6 REPAIR MANUAL FOR ENGINE u�� t, - 1.0000 EA 295.0000 7 PARTS MANUAL FOR TRUCK 1.0000 EA 295.0000 8 PARTS MANUAL FOR ENGINE p 1.0000 EA 295.0000 9 FOUR WHEEL DRIVE WITH MANUAL 1 f'• 1.0000 EA 3,924.0000 LOCKING FRONT HUBS, skid plates,prefer hub covers � . k sr l 0 � q Model: W4H t tG tm �. . Tires t EQO-off r" 'd rg £ t x g ,4V., II l z 10 CARGO LIIoH A~T pE , � � � ,"F,go,t0000 14..,t41EA 1000000 EXTERIOR 11 WHITE EXTERIOR COLOR FROM 1.0000 EA 0.0000 STANDARD PAINT CHART LIEU OF yellow per specs. 12 AUXILIARY,OVERLOAD,REAR 1.0000 EA 125.0000 SPRINGS 13 CONTAINER WITH BRUSH OF 1.0000 EA 195.0000 TOUCH-UP PAINT FOR DELIVERED unit 14 ON-OFF ROAD MUD AND SNOW(MS) 1.0000 EA 495.0000 ALL TERRAIN TIRES AND SPARE (rim can be steel)Size 225/70x19.5 Load range G(must configure with GVWR),such as Goodyear Wrangler AT/S 1 BUYER INITIALS R435001141S00001 100423 } I State Purchasing Bureau STATE OF NEBRASKA CONTRACT AWARD 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR Box 94847 PAGE ORDER DATE Lincoln,Nebraska 68509-4847 4 of 6 12/12/11 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9001 CONNIE HEINRICHS(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 12929 OC Estimated Unit of Unit Line Description Quantity Measure Price steel-belted. 15 SIDE BODY MOLDING OF 1.0000 EA 195.0000 PROTECTIVE VINYL 16 SLIDING REAR VISION WINDOW 1.0000 EA 225.0000 r 17 CHASSIS ONLY,NO DUMP BODY t 1.0000 EA 39,037.0000 ? 44 18 ALL SEASON TIRES,OTHERWISE „ , ( f 1.0000 EA 290.0000 MEETING STATED SPECIFICATIONS AI . I ' l l t' } 19 HUBCAPS OR EQUIVALENT `gel id •. 1.0000 EA 125.0000 I L ill r 20 NON-STANDARD GEAR RATIO(S) ,f x y04'lt �rli r` 1.0000 EA 360.0000 : rl Nil s Indicate: 4.30 US 21 HEAVY DUTY,OPTIONAL,FRONT I " I: :t 1.0000 EA 175.0000 STABLIZER BAR I � '( i , t 22 SNOW PLOW PREPARATION PACKAGE l i `, l is 1.0000 EA 85.0000 FOR CHASSIS THAT INCLUDES 1 -1. heavy duty front susperisiofl 4 t x `t#• la;. ' t ± Ift �• i ( ' ,}lam 23 SNOW PLOW ATTA..,.,,�C 11y1 NT OF r . 1 . . . I .. ? . I 1 0000 l EA 4,965.0000 PICKUP ill ArlUFACTI�R�E � ( _ ` . _ i . a � i ° ,i', n.,:.. I. , Boss braid"o'>es(tui aIei t�Jti teel;mod o rd,po f'angl tie_ phi aj (9y6 �o-f' 'b ;power V fl� 5` °�p� .rto fi axl ¢ -17� s B width blad9 o ke'ad a r fight z' si " 9. e P _ 1y, F (straight)�,,t d o. : ge stee��y� 4Hitch ,Tystem n' ?Q�./s Control , Iz x. 24 OPTION FOR SECOND POWER OUTLET 1.0000 EA 100.0000 IN CAB OF TRUCK 25 BODY OF CONTRACTOR TYPE,ALL 1.0000 EA 7,635.0000 STEEL MINIMUM 9 1/4-FOOT length,8 foot width,smooth floor with continuously welded center seam(s)12 to 14 inch removable sides using steel stakes,nominal 2 x 4 wooden stake pockets,40-inch bulkhead,manual fold-down tailgate with chains that is also removable,hoist for minimum 40 degree dump angle,cab shield and other items as per Dump Body Attachment. 26 POWERED LIFT GATE FOR DUMP 1.0000 EA 2,595.0000 BODY A) Must be dual action with dump-through and lifting capability B) Must match width of dump body as specified. C) Minimum 1,600 lb lifting capacity. D) Minimum 50" vertical travel. BUYER NITIALS R43500INISc0001/00423 i STATE OF N E B RAS KA CONTRACT AWARD State Purchasing Bureau 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box a 5 of 6 12112/11 Lincoln,Nebraska 68509-4847 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9001 CONNIE HEINRICHS(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 12929 OC Estimated Unit of Unit Line Description Quantity Measure Price E) Acceptable brands:Eagle Lift and Tommy Lift. . F) Lift Gate to be painted to match chassis color. 27 SPINNER SPREADER PER OPTION 1.0000 EA 7,745.0000 PAGE ' 28 DROP SHIPMENT CHARGE 1.0000 EA 295.0000 o 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 o Government. ALL EXCEPTIONS TO OPTIONS MUST BE CLEA illi ££I DICATED. (Example: Units ordered with airbags may not be available with a tilt wheel and automatic speed 1 nfr°o } Ei i3l-t *rt t'ii I €�.t r,4 I3 i 3` I: i x 1 --it 1 4 # 1 is d lip..E 9 ' I ., - ,rl.l, I 1 i,�411 ; 1 rikj -------- :,.,,...,', r rtf, N R4 ,, ,. `5 �, U 3 �S ,'•-.1.- y • �{ ��1 5t..'b. t fg�.� 4�.a !1tit ki Y,,V, 2 * 5.,t K 1 t 't' ,�wC 4 f,)4g.i ,: L !`, YrKi 'f - . f . Y t{� Ss s ,r4 �. , . . ary ,3,a um.j: .r. �" t stP,,,l- ,,a-v man"� t x3� t Nu -4:r , �,,sri 3 L� ` ,, a �... :' fc .4 ai� 1_�5.����� .y z fa ����t`. ..}}`ix�a ice.K i�v`FT;at'1���:��T��? .{..'t,�. BUYER INITIALS R435001NIS0000I 100423 i STANDARD CONDITIONS AND TERMS OF BID SOLICITATION AND OFFER invitations to Bid and Contract Awards It is the responsibility of the bidder to check the website for all Information relevant to this solicitation to include addenda and/or amendments issued prior to the opening date. Website address: http:llwww.das.state.ne.us/materlel/purchasinglpurchasing.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 td:deliver individual items at the prices quoted. SPECIFICATIONS-Any manufacturer's names, trade names, brand names, inforfrration 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 Wien 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;pr'refurbished equipment will be accepted,unless otherwise stated. •ALTERNATE/EQUIVALENT BIDS-Bidder may offer bids which are at variance fro`"trheexpress 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 Directorr,1 VIA 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 tl e l it lion to Bid the manufacturer's name, number and shall submit with their bid, sketches,descriptive literature and/or complete specifications. Reference to literature�u�bmitled 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 statez fediatioq,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. I! " ( x t !q r £_ SAMPLES-When requested,samples shall be furnished at the bidders exnee 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 i e ' i.)n br r,i Samples submitted must be representative of the commodities or equipment which would be delivered if awarded the bid.The State of Nebraska reserves r • tto r quast 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,ifre ue"s dl o will b'e•donated to a public institution. "sit €I 1 RECYCLING-Preference will be given to items which are manufactured or,Or du re =recyded material or which can be readily reused or recycled after their normal use as per State Statute Section 81-15,159. i S -lb.fi LATE BiDS-All bids will be time and date stamped upon receipt by the Stete uc s ureau,and this shall be the official time and date of receipt.Bids received after � < as� rbened. the time of the bid opening will be considered late bids and will be returned gig-- idde The State Purchasing Bureau is not responsible for late bids or lost requests due to mail service inadequacies,traffic or other similar reasons.I i,i ;� , 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 bills*not be altered after opening of the bids. NO BID-If not submitting a bid,respond by r@_ttrrn�,lfnp,tie In itat' n to Bid fo gxpiai`n ng to easgn€n thespace provided.Failure to respond to an Invitation to Bid may be cause for the removal of the bidder's na.e from a iQg §t NOTE Tp quality as a rasp ndent•.bi der must au it a NO BID"and it must be received no later than the stated bid opening date and time i , ` „le, AWARD-Allpurchases leases r cont`rec�s hi h ar basecompetitive bi I � a� tl I s re o� fe bitl r determined accordingto the provisions of State Statute,00 on 81 16 1,33 S 1943 The 6t t e s the riore r�,tO n or allbids,. 1 y o 4 kitany deviations or errors that are not material,do not invalidate a legiR all of 1Fie bid q of yxijf�8 i competitive $suit'r i Al:to z:,II d ,hlt5nanner deemed in the best interest of the State ) r , ,, 2-4r6 f g i t k 4x BID TABULATIONS-Tabulations will be furhished upon.w it(enaegUesI1A self addresse ,stanipedl envel 'ewhich`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:l/www.das.state.ne.us/materiellpurchasing/bidtabs.htrn 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 predudes 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 R43500141SC0001100416 STATE OF N E B RAS KA CONTRACT AWARD State Purchasing Bureau301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 of Lincoln,Nebraska 68509-4847 12/ 0 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 CONNIE HEINRICHS(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 12929 OC VENDOR ADDRESS: AFL,LLC DBA ANDERSON FORD LINCOLN MERCURY MAZDA 2500 WILDCAT DR PO BOX 83644 LINCOLN NEBRASKA 68501-3644 AN AWARD HAS BEEN MADE TO THE VENDOR NAMED ABOVE FOR THE FURNISHING OF EQUIPMENT, MATERIAL, OR SUPPLIES AS LISTED BELOW FOR THE PERIOD: DECEMBER 28, 2010 THROUGH DECEMBER 27, 2011 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 TIDE 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 3505 OF Contract to supply and deliver 2 Wheel Drive Crew Cab Chassis Diesel Engine, Dual Rear Wheels and Dump Body, Minimum 16,000#GVWR as per the attached specifications,terms and conditions for a period of one(1)year beginning December 28,2010 through December 27,2011. The contract:may be renewed for four(4)additional one(1)year periods when mutually agreeable to the vendor and the State ofNebraska 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. Contract subject to thirty(30)days cancellation by eitherlparty upon written notice. r hIY Quantities shown are estimates only and are not to be construed to mean firm quantities, The State of Nebraska reserves the quantities right to increase or decrease any shown 1 n1 r;'t The State may request that payment be made electronically instead of by state;warranf ACH/EFT Enrollmeht Form can be found at http://www das.state ne.us/accounting/forms/achenfol. df - The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new 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 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: —opploHoileio, EL AD INIST- 'TOR 003500INISCRI01 100423 STATE OF N E B RAS KA CONTRACT AWARD State entennsing Bureau 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 2 of 121 0 Lincoln,Nebraska 68509-4847 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 CONNIE HEINRICHS(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 12929 OC 1. The Contractor must complete the United States Citizenship Attestation Form,available on the Department of Administrative Services website at:www.das.state.ne.us. 2. If the Contractor indicates on such attestation form that he or she is a qualified alien, the Contractor agrees to provide the US Citizenship and Immigration Services documentation require to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Program. 3.The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated If such lawful presence cannot be verified as required by Neb. Rev.Stat.§4-108. The parties hereby agree that the following documents are Incorporated into the contract resulting from this Invitation to Bid: 1.The signed Invitation to Bid Contract document; 2.The original ITB document; 3.Any Addenda and or Amendments to include Questions and Answers; 4.Warranty documents supplied with the bid; 5.The contract award. 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 1 receiving preference over all other documents and with each lower numbered document having preference over any higher numbered document: 1)the contract award,2) ITB addenda or amendments,to include Questions and Answers,with the latest dated amendment having the highest priority, 3)the original ITB,4)the signed ITB Contract document, 5)warranty documents supplied with the bid. Any remaining uncertainty or ambiguity shall not be Interpreted against either party because such party prepared any portion of the Agreement, but shall be interpreted according to the application of rules of interpretation of contracts generally. 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 3 and that any limitation of liability shall not be binding on the State of Nebraska despite inclusion of such language in documents supplied with the contractor's bid. Vendor Contact: Bobby Colclasure Phone: 402-323-4013 Fax: 402-464-934.8 •, <,, E-Mail: bobby@andersonautogrou mp co r J. 12/28/10 5 p4 Estimated Unit of Unit Line Description Quantity Measure Price 1 2WD CREW CAB CHASSIS, DIESEL 5.0000 EA 45,547.0000 ENGINE DUAL REAR WHEELS, DUMP 2011 of Current Production 2 Wheel Drive Chassis with Crew Cab,Diesel Engine, Dual Rear Wheels and Dump Body with minimum 16,000#GVWR per attached specifications. Make: Ford Model: F450 GVWR: 16,500 Series,Code,Trim Level: XLT,653A Engine: 6.7L Diesel 61(1 BUYER INITIALS R43500tNISCRcl 100423 STATE OF N EB RAS KA CONTRACT AWARD State Purchasing Bureau 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR P.O.Box 94847 PAGE ORDER DATE Lincoln,Nebraska 68509-4847 3 of 6 12/28/10 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 CONNIE HEINRICHS(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 12929 OC Estimated Unit of Unit Line Description Quantity Measure Price OPTIONS 2 DEDUCT FOR V8 GASOLINE ENGINE 5.0000 EA -6,092.0000 WITH SINGLE BATTERY Engine:6.8L V10 3 DEDUCT FOR REGULAR CAB CHASSIS 5.0000 EA -3,249.0000 WITH DUMP BODY 4 DEDUCT FOR EXTENDED CAB CHASSI 5.0000 EA -1,283.0000 WITH DUMP BODY 5 REPAIR MANUAL FOR TRUCK 5.0000 EA 295.0000 • 6 REPAIR MANUAL FOR ENGINE 5.0000 EA 295.0000 7 PARTS MANUAL FOR TRUCK 5.0000 EA 295.0000 } 8 PARTS MANUAL FOR ENGINE a 'i 5.0000 EA 295.0000 .313 9 FOUR WHEEL DRIVE WITH MANUAL F r i; 5.0000 EA. 3,924.0000 LOCKING FRONT HUBS, skid plates,prefer hub covers_' Model: W4H Tires to be Orn_off road tread. 10 CARGO LIGHT AT REAR, UPPER 5 0000 EA 100.0000 EXTERIOR CAB 11 WHITE EXTERIOR COLOR FROM 5.0000 EA 0.0000 STANDARD PAINT CHART LIEU OF yellow per specs. 12 AUXILIARY,OVERLOAD, REAR 5.0000 EA 125.0000 SPRINGS 13 CONTAINER WITH BRUSH OF 5.0000 EA 195.0000 TOUCH-UP PAINT FOR DELIVERED unit • 14 ON-OFF ROAD MUD AND SNOW(MS) 5.0000 EA 495.0000 ALL TERRAIN TIRES AND SPARE (rim can be steel)Size 225/70x19.5 Load range G(must configure with GVWR),such as Goodyear Wrangler AT/S BUYER INITIALS R43500INISCRI01 100423 STATE OF N E B RAS KA CONTRACT AWARD State Purchasing Centennial Bureau Mall South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 4 of 6 12/28/10 Lincoln,Nebraska 68509.4847 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 CONNIE HEINRICHS(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 12929 OC Estimated Unit of Unit Line Description Quantity Measure Price steel-belted. 15 SIDE BODY MOLDING OF 5.0000 EA 195.0000 PROTECTIVE VINYL 16 SLIDING REAR VISION WINDOW 5.0000 EA 225.0000 17 CHASSIS ONLY,NO DUMP BODY 5.0000 EA 39,037.0000 18 ALL SEASON TIRES, OTHERWISE 5.0000 EA 290.0000 MEETING STATED SPECIFICATIONS 19 HUBCAPS OR EQUIVALENT 5.0000 EA 125.0000 20 NON-STANDARD GEAR RATIO(S) 5.0000 EA 360.0000 Indicate: 4.30 L/S l. 21 HEAVY DUTY,OPTIONAL, FRONT .; 5.0000 EA 175.0000 STABLIZER BAR 22 SNOW PLOW PREPARATION PACKAGE 1 i; 5.0000 EA 85.0000 FOR CHASSIS THAT INCLUDES P $ heavy duty front suspension tOI 23 SNOW PLOW ATTACHMENT OF 5.0000 'YEA 4,965.0000 PICKUP MANUFACTURER'S Boss brand or`equlvalent,with steel moldboard, power angling,Nlne and one half(95)foot bolt on. power"V" blade,plow head and turn lights snow deflector, blade markers Plow to have approximately 110"<'M/B width (straight)and apprx 96 (V), 1 1 gauge steel Quick Hitch System and Joystick Control .. 24 OPTION FOR SECOND POWER OUTLET 5.0000 EA 100.0000 IN CAB OF TRUCK 25 BODY OF CONTRACTOR TYPE,ALL 5.0000 EA 7,635.0000 STEEL MINIMUM 9 1/4-FOOT length,8 foot width,smooth floor with continuously welded center seam(s)12 to 14 inch removable sides using steel stakes, nominal 2 x 4 wooden stake pockets,40-inch bulkhead, manual fold-down tailgate with chains that is also removable,hoist for minimum 40 degree dump angle,cab shield and other items as per Dump Body Attachment. 26 POWERED LIFT GATE FOR DUMP 5.0000 EA 2,595.0000 BODY A) Must be dual action with dump-through and lifting capability B) Must match width of dump body as specified. C) Minimum 1,600 lb lifting capacity. BUYER INITIALS R13500IN ISCRIo1100423 STATE OF NEBRASKA CONTRACT AWARD State01Purchasing Bureau 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 of 6 Lincoln,Nebraska 68509-4847 5 121 0 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 CONNIE HEINRICHS(AS) CONTRACT NUMBER VENDOR NUMBER: 503858 12929 OC Estimated Unit of Unit Line Description Quantity Measure Price D) Minimum 50" vertical travel. E) Acceptable brands: Eagle Lift and Tommy Lift. F) Lift Gate to be painted to match chassis color. 27 SPINNER SPREADER PER OPTION 5.0000 EA 7,745.0000 PAGE 28 DROP SHIPMENT CHARGE 5.0000 EA 295.0000 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. = t r 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). • ,z.,.. fn,/11/ 45 PAS V! 1 BUYER INITIALS R433001141SCR101 100422 STANDARD CONDITIONS AND TERMS OF BID SOLICITATION AND OFFER Invitations to Bid and Contract Awards It is the responsibility of the bidder to check the website for all information relevant to this solicitation to include addenda and/or amendments Issued prior to the opening date. Website address: http:llwww,das.state.ne.us/materiel/ourchasinglpurchasing.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 lie 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 recyded after their normal use as per State Statute Section 81-15,159. a r 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. r is "` 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 rgiurning the,Invitation to Bid�tggjr expla ning the the ,space provided.Failure to respond to an Invitation to Bid may be cause for the removal of the bidder's name from,he 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 I AWARD- All purchases, leases,or contracts which'are based'on•competitive bids will be;aWorded jte.the lowest responsible bidder,determined according to the provisions of State Statute Section 81.41 R.R S 11943 The State reserves the ngtit to reledi any or all bids whollyor;in part andto waive any deviations or errors that are not material,do not invalidate the legitimacy of the s `bid anddo not improve the bidders competitive;position:All awards will be--lade In'a'manner deemed in the best « : interest of the State. " ' `i , BID TABULATIONS-Tabulations will be`furnIshed upon written request-A self-addressed,`stamped envelope which must indude the agency and solicitation number must be enclosed.Bld 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: 1ttto://www.das.state.ne.us/materiel/ourchasino/bldtabs.hIpi 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 slate 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 Stale 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 eturn to: State of Nebraska INVITATION TO BID State Purchasing Bureau 301 Centennial Mall South,First Floor CONTRACT Lincoln,Nebraska 68508 OR P.O.Box 94847 Date 11/24/10 Page 1 of 7 Lincoln,NE 68509.4847 Telephone:402-471..2401 Solicitation Number Fax:402-471.2089 3505 OF Opening Date and Time 12/13/10 2:00 pm DESTINATION OF GOODS 16 MULTIPLE DELIVERY LOCATIONS v � Buyer PLEARDEL VERERY T O D DEOCUMENTATION j CONNIE HEINRICHS(AS) `. � Contract to supply and deliver 2 Wheel Drive Crew Cab Chassis, Diesel Engine, Dual Rear Wheels and Du np Body, Minimum 16,000#GVWR to the State of Nebraska as per the attached specifications for a one(1)year period from The contract may be renewed for four(4)additional one(1)year periods when mutually agreeable to the vendor and the State of Nebraska. 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. 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/farms/achenrol.pdf The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new 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 this 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: www.das.state.ne.us 2• If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship and immigration Services documentation require to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Program. ,i 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 parties hereby agree that the following documents are incorporated into the contract resulting from this Invitation to Bid: 1.The signed Invitation to Bid Contract document; No Bid Res•ond: Remove From Class-Item OR Kee•Active For Class-Item BIDDER MUST COMPLETE THE FOLLOWING DISCOUNT PAYMENT TERMS:___ %• _act_._,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 0 days after receipt of order.Failure to enter Delivery Date may cause quotation to be REJECTED. Sign x.„ ( k Enter Contact Information Below = - . Here (Authorized Sign re MANDATORY.MUST BE SIGNED IN INK) VENDOR# Contact t� 6(../ C1L}C (i}st r`t VENDOR: A ; Nei ,, ,``ac "�.... f' a ,F r Telephone Lyo 1 .3 vc �4 Address: t C t . (CI e i ' Facsimile [/C A) 'yrC s y L. .k)t° t , t ( its / Email �✓l..}�.�Vtf ; '' I.iJ.r SC'r'l r"(',;• tr, C Return to: State of Nebraska - INVITATION TO BID State Purchasing Bureau 301 Centennial Mall South,First Floor CONTRACT Lincoln,Nebraska 68508 OR P.O.Box 94847 Date 11/24/10 Page 2 of 7 Lincoln,NE 685094847 Telephone:402-471-2401 Fax:402-471-2089 Solicitation Number 3505 OF Opening Date and Time 12/13/10 200 DESTINATION OF GOODS pm MULTIPLE DELIVERY LOCATIONS Buyer PLEASE REFER TO DOCUMENTATION CONNIE HEINRICHS(AS) FOR DELIVERY ADDRESSES. 2.The original ITB document; 3.Any Addenda and or Amendments to include Questions and Answers; 4.Warranty documents supplied with the bid; 5. The contract award. 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 1 receiving preference over all other documents and with each lower numbered document having preference over any higher numbered document: 1)the contract award,2)ITB addenda or amendments,to include Questions and Answers,with the latest dated amendment having the highest priority, 3) the original ITB,4) the signed ITB Contract document, 5)warranty documents supplied with the bid. Any remaining uncertainty or ambiguity shall not be interpreted against either party because such party prepared any portion of the Agreement, but shall be interpreted according to the application of rules of interpretation of contracts generally. It is understood by the parties that in the State of Nebraska's opinion,any limitation on the contractors liability is unconstitutional under the Nebraska State Constitution,Article XIII, Section 3 and that any limitation of liability shall not be binding on the State of Nebraska despite inclusion of such language in documents supplied with the contractors bid. jc 11/24/10 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://wwvv.clas.state.ne.usimateriel/purchasing/bidtabs.htm This form is part of the specification package and must be signed and returned, along with all documents, by the opening data 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) 2WD CREW CAB CHASSIS, DIESEL 5.0000 EA -La ti 7 3 S- ENGINE DUAL REAR WHEELS, DUMP 2011 of Current Production 2 Wheel Drive Chassis with Crew Cab, Diesel Engine, Dual Rear Wheels and Dump Body with minimum 16,000#GVWR per attached specifications. Make: to: n State of Nebraska - INVITATION TO BID StaterPurchasing Bureau 301 Centennial Mall South,First Floor CONTRACT Lincoln,Nebraska 68508 OR P.O,Box 94847 Date 11/24/10 Page 3 of 7 Lincoln,NE 68509.4847 Telephone:402-471-2401 Solicitation Number Fax:402-471-2089 3505 OF Opening Date and Time 12/13/10 2:00 pm DESTINATION OF GOODS MULTIPLE DELIVERY LOCATIONS Buyer PLEASE REFER TO DOCUMENTATION CONNIE HEINRICHS(AS) FOR DELIVERY ADDRESSES. INVITATION Unit of Extended Line Description r-~ Quantity Measure Unit Price Price Model: / " 11-3 C%_______- GVWR: _,.,___ .L .1C _--..___ Series, Code,Trim Level: __`,e. T, C u `? A. Engine: ____LL__ _L____ . -4— f'.. .�._ . - EPA. 4- 2t_ _ Th aptio shali:rneet ore ed the following requirements,which are-e ptions to specifications an must be Factory-Instal d. Quotes mus furnished�i avaitable for below list and if not`tnctuded as standard equipment or requestedfin`'main part of this speci i tion: ( 2) DEDUCT FOR V8 GASOLINE ENGINE 5.0000 EA < ±I$ CS 0WITH SINGLE BATTERY S-� -----___ State engine being bid:__ Cl _ _V /0 ____y ,--3`- DEDUCT FOR MINIMUM FOUR SPEED, 5,0000 EA i s_ r-- MANUAL,SYNCHRO-MESH TYPE transmission with PTO cababilities. (}4 DEDUCT FOR REGULAR CAB CHASSIS 5.0000' EA 2 . (i 'WITH DUMP BODY � fry DEDUCT FOR EXTENDED CAB CHASSI 5.0000 EA �� s--> WITH DUMP BODY _ �? ` / f REPAIR MANUAL FOR TRUCK 5.0000 EA _f S /cj .7 ' d REPAIR MANUAL FOR ENGINE 5.0000 EA . 1-_ /Li 7 ..r ,',883 PARTS MANUAL FOR TRUCK 5.0000 EA _: cl -_ _/`7`_Z_5 PARTS MANUAL FOR ENGINE 5.0000 EA R47 __ _/`/ 7- ® PARTS CD ROM PREFERRED,IF 5.0000 EA __ ` __ _____tii _ AVAILABLE FOR TRUCK AND ENGINE 3 FOUR WHEEL DRIVE WITH MANUAL 5.0000 EA LOCKING FRONT HUBS, skid plates,prefer hub covers. State Model: 10_.._1_"'L_ ____ n State of Nebraska - INVITATION TO BID St terPu chasing Bureau /� 301 Centennial Mall South,First Floor CONTRACT Lincoln,Nebraska 68508 OR P.O.Box 94847 Date 11/24/10 Page 4 of 7 Lincoln,NE 68509.4847 Telephone:402-471.2401 Solicitation Number Fax:402-471-2089 3505 OF Opening Date and Time DESTINATION OF GOODS 12/13/10 2:00 pm MULTIPLE DELIVERY LOCATIONS Buyer PLEASE REFER TO DOCUMENTATION CONNIE HEINRICHS(AS) FOR DELIVERY ADDRESSES. INVITATION Unit of Extended Line Description Quantity Measure Unit Price Price Tires to be On-off road tread. 1 .), WHITE EXTERIOR COLOR FROM 5.0000 EA __`Y_ ,C.�.._ __S1/c. __ - STANDARD PAINT CHART LIEU OF yellow per specs, �} C> ;C`C8 (x1 CARGO LIGHT AT REAR, UPPER, 5.0000 EA __ EXTERIOR CAB 1 _„AUXILIARY,OVERLOAD, REAR 5.0000 EA a. __ (S k- SPRINGS 3' FUEL FLEXIBLE VEHICLE 5.0000 EA /JIA ti A (Vehicles capable of operating using several alternate fuels without additional changes or conversions.) W Make: Model: Engine: EPA: ,1 CONTAINER WITH BRUSH OF 5.0000' EA' _I_ Si._ ci -7 S TOUCH-UP PAINT FOR DELIVERED unit G 17) ON-OFF ROAD MUD AND SNOW(MS) 5.0000 EA r ALL TERRAIN TIRES AND SPARE (rim can be steel)Size 225/70x19.5 Load range G(must configure with GVWR), such as Goodyear Wrangler AT/S steel-belted. 1!) SIDE BODY MOLDING OF 5.0000 EA � % ' .- PROTECTIVE VINYL i 1,, SLIDING REAR VISION WINDOW 5.0000 EA 1 c�__ 1 l .# CHASSIS ONLY, NO DUMP BODY 5.0000 EA '`ii, -7' / cj„j 1 C ALL SEASON TIRES,OTHERWISE 5.0000 EA cf / / 5 MEETING STATED SPECIFICATIONS „`_ (2 HUBCAPS OR EQUIVALENT- 5.0000 EA J (.A C _hi Z. __ Indicate if front. my Return to: State of Nebraska - INVITATION TO BID State Purchasing Bureau 301 Centennial Mail South,First Floor CONTRACT Lincoln,Nebraska 68508 OR P.0 Box 94847 Date 11/24/10 Page 5 of 7 Lincoln,NE 68509-4847 Telephone'402.471-2401 Fax:402-471-2089 Solicitation Number 3505 OF Opening Date and Time 12/13/10 200 pin DESTINATION OF GOODS MULTIPLE DELIVERY LOCATIONS B PLEASE REFER TO DOCUMENTATION uyer CONNIE HEINRICHS(AS) FOR DELIVERY ADDRESSES. INVITATION Unit of Extended Line Description Quantity Measure Unit Price Price .23-- FACTORY OPERATION TIME 6.0000 EA #‘1JL SCHEDULE (FLAT RATE LABOR) 24:\' NON-STANDARD GEAR RATIO(S) 5.0000 EA Li 2 Indicate: 2 ) HEAVY DUTY,OPTIONAL,FRONT 5.0000 EA r'm Si STABLIZER BAR 2,6? SNOW PLOW PREPARATION PACKAGE 5.0000 EA FOR CHASSIS THAT INCLUDES heavy duty front suspension, 27 ' SNOW PLOW ATTACHMENT OF 5.0000 EA / 9 Lo (5 92,:s - PICKUP MANUFACTURERS. Boss brand or equivalent,with steel moldboard,power angling, Nine and one half(9.5)foot bolt-on power"V" blade, plow head and turn lights,snow deflector,blade markers. Plow to have approximately 110" M/B width (straight)and apprx 96" (V), 11 gauge steel Quick Hitch System and Joystick Control -,)28 OPTION FOR SECOND POWER OUTLET 5.0000 EA A; 00 IN CAB OF TRUCK ry BODY OF CONTRACTOR TYPE,ALL 5.0000 EA - S STEEL MINIMUM 9 1/4-FOOT length,8 foot width,smooth floor with continuously welded center seam(s) 12 to 14 inch removable sides using steel stakes,nominal 2 x 4 wooden stake pockets,40-inch bulkhead, manual fold down tailgate with chains that is also removable, hoist for minimum 40 degree dump angle,cab shield and other items as per Dump Body Attachment. POWERED LIFT GATE FOR DUMP 5.0000 EA _ BODY A) Must be dual action with dump-through and lifting capability B) Must match width of dump body as specified. C) Minimum 1,600 lb lifting capacity. D) Minimum 50" vertical travel. E) Acceptable brands: Eagle Lift and Tommy Lift. F) Lift Gate to be painted to match chassis color. SPINNER SPREADER PER OPTION 5.0000 EA 74:21/51 - PAGE .3* DROP SHIPMENT CHARGE 5.0000 EA ( 9 S (PER-MILE) Additional costs of charges for vehicle drop shipment outside the Lincoln area. Drop shipment charges would be to: n State of Nebraska - INVITATION TO BID St terPu chasing Bureau 301 Centennial Mall South,First Floor CONTRACT Lincoln,Nebraska 68508 OR P.O.Box 94847 Date 11/24/10 Page 6 of 7 Lincoln,NE 68509-4847 Telephone:402-471-2401 Solicitation Number Fax:402-471-2089 3505 OF Opening Date and Time 12/13/10 2;00 pm DESTINATION OF GOODS MULTIPLE DELIVERY LOCATIONS Buyer PLEASE REFER TO DOCUMENTATION CONNIE HEINRICHS(AS) FOR DELIVERY ADDRESSES. INVITATION Unit of Extended Line Description Quantity Measure Unit Price Price for vehicles bought by political entities and other Divisions of Government. 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). 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: httD://www.das.stake.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 orrefurbished 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,stateme.us/moteriell.purchasing/bidtabt.htin PERFORMANCE AND DEFAULT-The State reserves the right to require.a performance bond from the successful bidder, as provided by law,without expense to the State. Otherwise, in case of default of the contractor, the State may procure the articles from other sources and hold the contractor responsible for any excess cost occasioned thereby. IN-STATE PREFERENCE-A resident bidder shall be allowed a preference against a nonresident from a state which gives or requires a preference to bidders from that state.The preference shall be equal to the preference given or required by the state of the nonresident bidders.Where the lowest responsible bid from a resident bidder is equal in all respects to one from a nonresident bidder from a state which has no preference law,the resident bidder shall be awarded the contract. NONDISCRIMINATION-The Nebraska Fair Employment Practice Act prohibits contractors of the State of Nebraska,and their subcontractors,from discriminating against any employee or applicant for employment, to be employed in the performance of such contracts, with respect to hire, tenure, terms, conditions or privileges of employment because of race,color,religion,sex,disability,or national origin.(State Statute Sections 48-1101 through 48-1125)The bidder guarantees compliance with the Nebraska Fair Employment Practice Act,and breach of this provision shall be regarded as a material breach of contract.The contractor shall insert a similar provision in all subcontracts for services to be covered by any contract resulting from this Invitation to Bid. TAXES-Purchases made by the State of Nebraska are exempt from the payment of Federal Excise Taxes,and exemption certificates will be furnished on request.State and local taxes are exempt by State Statute Section 77-2704(I)(m)R.R.S.1943 and must not be included in the bid prices.Exemption by statute precludes the furnishing of State exemption certificates. DRUG POLICY-Bidder certifies that it maintains a drug free work place environment to ensure worker safety and workplace integrity. Contractor agrees to provide a copy of its drug free workplace policy at any time upon request by the State. GRIEVANCE AND PROTEST-Grievance and protest procedure is available by contacting the buyer.Protest must be filed within ten(10)days of award. NE ACCESS TECHNOLOGY STANDARDS-Vendor agrees to ensure compliance with Nebraska Access Technology Standards. See website at: http:/www.nitc.state.ne.us/standards/accessibility/ Revised: 02/2004 Page 7 of 7 STATE OF NEBRASKA STATE PURCHASING BUREAU 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 11/24/10 2 Last Day to Submit Written Questions 12/01/10 3 State Responds to Written Questions Through an Addendum to be posted to the internet at: 12/02/10 http://wvvw.das.stattLne.usimateriel/purchasincl/rfp.htm 4 Bid Opening Location: Nebraska State Office Building 12/13/10 State Purchasing Bureau 2:00 p.m. 301 Centennial Mall South, Mall Level 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 3505 OF; 2 WD Crew Cab Chassis, Diesel Engine, Dual Rear Wheels and Dump Body, Minimum 16,000 # GVWR". It is preferred that questions be sent via e-mail to matpurch.dasmat(d2nebraska.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 Connie Heinrichs, showing the total number of pages transmitted, and clearly marked "ITB Number 3505 OF; 2 WD Crew Cab Chassis, Diesel Engine, Dual Rear Wheels and Dump Body, Minimum 16,000#GVWR Questions". Written answers will be provided through an addendum to be posted on the internet at http://www das.state.ne.usimatenel/Purchasing/rfp.htm on or before the date shown in the Schedule of Events. SPECIAL CONDITIONS Contract to supply and deliver 2011 or Current Production Year 2 Wheel Drive Crew Cab Chassis, Diesel Engine, Dual Rear Wheels and Dump Body, Minimum 16,000# GVWR to the State of Nebraska as per the attached specifications for a one year period from date of award. Contract may be renewed for a four (4) additional one (1) year periods when mutually agreeable with the vendor and the State of Nebraska. The State reserves the right to extend the period of this contract beyond the termination date when mutually agreeable with the vendor and the State of Nebraska. Licensing Requirements—All bidders must comply with the licensing requirements for motor vehicle dealers established under the Motor Vehicle Industries Licensing Act, Nebraska Revised Statutes, Chapter 60, Article 14. The licensing requirements must be met at time of bid opening for the bid to be valid. Bid prices shall be FOB Destination, with no additional charges for packing or handling. Quantities stated are estimated only and shall not be construed to be either a minimum or a maximum. 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. Prices shall remain firm for the duration of the initial 90 days of the contract period. If adjustments are necessary at the end of this period, a request for increase must be submitted in writing to the State Purchasing Bureau at least thirty (30) days prior to the effective date and accompanied by supporting manufacturer's documentation indicating percentage of increase. The supporting documentation must clearly establish the increase is for all customers, not to the State of Nebraska alone. The State further reserves the right to reject any proposed price increase within 15 days of receipt, cancel the contract and re-bid if determined it the best interest of the State. No price increases are to be billed without prior written approval by the State Purchasing Bureau. It is understood and agreed that in the event of a reduction in the manufacturer's published standard price list for all or any portion of the proposed items, the State of Nebraska will be given full benefit of such decline in price immediately. The contract may be terminated at any time upon mutual consent of the parties, or by the State of Nebraska, with or without consent upon thirty (30) days written notice. Vendor is to supply information regarding contract usage by State Agencies, Boards, and Commissions. Information will include: Agency, Item(s) purchased, and dollar amount. Information will be provided to State Purchasing Bureau at the end of the contract or upon renewal of the contract. 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. Direct all inquiries to the buyer: Connie Heinrichs, State Purchasing Bureau, 301 Centennial Mall South, PO Box 94847, Lincoln, NE 68509. Phone: 402-471-2401. STATE OF NEBRASKA DEPARTMENT OF ROADS 2011 or Current production 2 wheel drive crew Dab Chassis, Diesel Engn , Dual Rear Wheels anti Dump Body, Minimum 16,0000 GVWR The Crew cab chassis with four doors and dual rear wheels shall be the latest, current model under standard production at the time order is written. The units are to be equipped as regularly advertised and manufactured. If a manufacturer's standard item is specified, IT WILL BE FURNISHED whether or not a particular truck data book shall designate such item as an option. IF MANUFACTURER HAS A STANDARD ITEM THAT EXCEEDS THE FOLLOWING MINIMUM REQUIREMENTS THEN THAT STANDARD ITEM MUST BE FURNISHED. The unit will be delivered complete, ready for satisfactory operation and shall comply with the following minimum requirements. RIGHTS The State of Nebraska reserves the right to waive technicalities and to reject any or all bids. NON-COMPLIANCE STATEMENT Read this specification carefully. Any and all exceptions to this specification must be written on or attached to Invitation to Bid. Non-compliance can void your bid. ACCEPTABLE MODELS—All trucks wit LT,XLT,or SLT packages that meet or exceed these specifications may be bid on this Invitation to Bid. 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 fuel. Deliveries desired prior to 120 days after receipt of order; quoted deliveries beyond 120 days are an award consideration. All deliveries shall be scheduled with agency representative. The vehicles shall not have over 200 miles on the odometer at the time it is officially accepted. 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 exception. Meets Specification-Please Indicate-(if other explain on comment line.) YES NO OTHER 1. GVW RATING PLATE A. Minimum 16,000 pounds. State GVWR /- Other or Comment YES NO OTHER 2. CAB —Y A. Fully enclosed safety type crew cab with front&rear seats and key locks on front doors. B. Tinted safety glass all around. C. Interior finished to exclude excessive noise and weather. X_ D. The 40-20-40 or 60-40 cloth style seat with lumbar support and fold down center console to be furnished. Back must be manufacturer's heaviest duty,optional, maximum depth foam rubber. Minimum rear seat leg room to be 38.5 inches. E. Floor coverings will be rubber matting type. F. Head restraints or high backs for outboard seats front and rear. G. Insulated headliner. H. Driver's Side Air Bag required. 1 I. Passenger's Side Air Bag required (if available from manufacturer). Other or Comment YES NO OTHER 3. CRUISE CONTROL _ _ A. To be equipped with factory cruise control. Other or Comment YES NO OTHER 4. COLOR A. Cab, body and fenders will be Ford 84S53 Yellow or Dodge equivalent yellow. B. All paint will be base coat/clear coat acrylic, activator-hardened acrylic or polyurethane type. Other or Comment YES NO OTHER 5. MIRROR A. Rear vision mirror inside of cab, day/night selector type, (non-glare).B. Two outside rear vision mirrors, right and left, adjustable. 1. Minimum 6 inches by 9 inches. — _ 2.Telescopic type or extended arm type. Mirror must provide clear view past dump body. Please state model furnished: _L..eit c. 1nj_7rci l t= ;vi e r r c!;� Pc tau t r- -- Other or Comment YES NO OTHER 6. WHEELBASE A. Not less than 163 inches or more than 177 inches. B. Cab-to-axle of 55 to 62 inches. Other or Comment CA.)h 't I ICES t I ?L^ `` e_a - LtSL" YES NO OTHER 7. FENDERS AND BUMPERS A. Manufacturer's standard front fenders and front bumper... Other or Comment YES NO OTHER 8. FUEL TANK(S) X A. Lagest fuel capacity available. Fuel Capacity 4 0 gallons. Other or Comment YES NO OTHER 9. LIGHTS A. Halogen high beam headlights with low beam; parking, dome,tail, back-up and stop lights. B. Front and rear directional turn signals with self-canceling control on steering column. 2 Other or Comment YES NO OTHER 10. CONTROLS AND INSTRUMENTS A. Key locking ignition switch. B. Head, parking and dome light switches. Headlight beam control. C. Speedometer, Fuel Gauge D. Voltmeter or ammeter,oil pressure gauge,engine temperature gauge. 'X E. High beam indicator light,flashing turn-indicator light,traffic hazard switch, in cab hood release. F. Two sets of keys required per vehicle. G. Engine hourmeter may be part of in dash display or will be mounted in dash area, easily readable by operator and may be dealer installed. Other or Comment YES NO OTHER 11. WINDSHIELD WIPERS A. Electrically operated, multiple speed, manually controlled wipers with electric windshield washer with jets to each wiper blade and with intermittent or delay capability required. All factory installed. Other or Comment YES NO OTHER 12. STEERING _ X A. Manufacturer's recommended power steering. B. Tilt steering wheel required. Other or Comment YES NO OTHER 13. ENGINE A. Diesel, minimum 6.0L displacement,turbocharged, minimum 300HP by Ford or Cummins. Other engines must have written approval 5 days prior to bid opening B. Engine oil cooler and viscous fan required. C. Engine will have 110 volt AC engine block coolant heater,with male receptacle with cover that is sturdily-mounted. D. Vacuum restriction gauge for air cleaner required which shall be be dash mounted. If manufacturer does not offer a vacuum restriction gauge in dash then a Filter Minder brand of gauge that is flush mounted in the dash is acceptable if location is available and may be dealer installed.An O.E.M. in dash indicator light with a Restriction gauge mounted at air filter housing would be acceptable. Please indicate: E. If manufacturer has anything available that will allow engine to operate better on Alternative fuel, it must be furnished. Other or Comment YES NO OTHER 14. AIR CLEANER A. Replaceable paper type element. 3 Other or Comment YES NO OTHER 15. BATTERY A. Two,twelve volt batteries must deliver a total of at least 1400 cold cranking amps. Other or Comment YES NO OTHER 16. ALTERNATOR A. 12 volt, 150 amperes minimum with voltage regulator. Other or Comment YES NO OTHER 17. OIL FILTER A. Full flow with throw-away element. Other or Comment YES NO OTHER 18.COOLING A. Manufacturer's heaviest duty, highest capacity,cooling system must be furnished. B. Coolant recovery system required. C. Manufacturer's recommended antifreeze, protection to not less than 34 degrees below zero Fahrenheit for all trucks delivered. D. Engine oil cooler Other or Comment YES NO OTHER 19. TRANSMISSION AND DIFFERENTIAL A. Automatic; minimum five speed. 1. Provision for PTO. B. Auxiliary transmission oil cooler. C. Limited slip differential with synthetic lube required. k __ D. Synthetic automatic transmission fluid. Other or Comment YES NOT OTHER 20. SHOCK ABSORBERS A. Double acting front and rear,heaviest duty of manufacturer is required. Other or Comment YES NO OTHER 21. AXLES AND SPRINGS A. Manufacturer's independent front suspension and single speed, hypoid rear axle required, all with axle sizes recommended to meet GVWR. B. Spring sizes required to meet minimum GVWR C. Front axle rating minimum 7,000 pounds; rear axle rating minimum 11,000 pounds. D. Front stabilizer bar is required. 4 Other or Comment YES NO OTHER 22. FRAME A. Section modulus not less than 10.1cubic inches with minimum 36,000 PSI yield strength steel. Other or Comment YES NO OTHER 23. BRAKES A. Power service brakes;front and rear disc brakes with minimum 13-inch rotor B. Parking brake on rear wheels or drive line. _ C. Anti-lock braking system is required. D. Factory installed integrated trailer brake control is required if available from manufacturer.A"tekonsha"brand, "Prodigy"model brake control shall be dealer n installed and wired into chassis trailer plug if a Factory installed controller is not available. Other or Comment YES NO OTHER 24. WHEELS A. Seven, minimum 19 inch x 6.00 inch;spare carrier. B. Wheels must be one piece,drop center type. Other or Comment YES NO OTHER 25. TIRES A. Seven,steel belted radial,tubeless, minimum 225/70x19.5G front, rear and spare. B. Tires to comply with manufacturer's GVWR, and be manufacturer's standard equipment. ` C. Tires to be manufactured by a major manufacturer and have on/off highway tread. Other or Comments YES NO OTHER 26. TOOLS A. Manufacturer's standard equipment jack to comply with GVWR;wheel lug wrench. Other or Comment_. YES NO OTHER 27. GENERAL x_ A. Manufacturer's standard horn(s) B. Power outlet. Zc C. Dual padded sun visors;dual arm rests. _ D. Manufacturer's recommended outside air intake heater with dual defroster tubes to windshield mac_ E. Lap-shoulder seat belts with automatic retractors for outboard seating. F. Middle seat belt-preferably with retractor. G. Manufacturer's AM/FM stereo radio with clock. H. Manufacturer's best quality controlled air conditioner with combination heater and defroster to entire windshield.The manufacturer's recommended additions 5 to the vehicle, such as temperature controlled fan and heavy duty radiator must / be furnished as part of the air conditioning and heater package. ‘.7I. Trailer towing package to include wiring harness,front stabilizer bar, and minimum Class V Platform Hitch rated for 16,000#trailer weight and 1,600#tongue weight, Can be dealer installed. Please list what is included: es �i r I .t?I µ 5 1. A seven(7)pin ATA plug receptacle to be wired in accordance to the supplied drawing and sturdily mounted to the hitch. Other or Comment YES NO OTHER 28. WARRANTY mac__ A. Regular manufacturer's standard warranty, manufacturer's statement of origin,and completed pre-delivery inspection certificates required with each unit delivered. B. The manufacturer's standard warranty should be stated in the bid. 1. A minimum warranty of three years, 36,000 miles or other manufacturer's standard warranty,whichever is greater, is required. 2. A minimum of six years, 100,000 miles rust warranty is required. C. Manufacturer's written warranty including engine,transmission and differential must accompany delivered units. D. Prior to the awarding of, or entering into any agreement or contract, it shall be the responsibility of the manufacturer and/or the successful bidder to warrant to the State of Nebraska, in writing,that it has factory authorized dealers in the State of Nebraska who will provide warranty/service and repair work without undue delay. E. 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. F. 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. G. The selling dealer will provide warranty activation cards,or similar information, in order to properly activate said warranty. H. Vendor should provide order number(s)to purchasing agency within ten-(10)working days after Purchase Order is received. Other or Comment YES NO OTHER 29. MANUALS A. Operator's manuals must be furnished and accompany each unit delivered. B. All manuals must be furnished prior to payment and delivered to Fleet Management, Equipment Data Coordinator. Failure to deliver all manuals that are ordered may result in non-payment of ten percent of purchase order total until all manuals are delivered. Other or Comment YES NO OTHER 30. SERVICE A. VEHICLES SHOWING LACK OF PROPER DEALER PRE-DELIVERY SERVICE WILL BE SUBJECT TO REJECTION UNTIL VEHICLE IS PROPERLY SERVICED. FACTORY PRE-DELIVERY SERVICE WILL NOT BE ACCEPTABLE. 1. If units have not been given proper dealer preparation prior to delivery, K future consideration of that dealer's bid may be withheld. 2. Dealer's decals, stickers or other signs shall not be put on units; manufacturer's-nameplates, stampings and other signs are acceptable. B. Indicate if any training is avail ble from the manufacturer for technicians on unit bid: C. Motor vehicles that have be n 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 vehicle contracts. D. All vehicles shall be delivered FOB destination in Lincoln, Nebraska and in accordance with the Delivery Schedule shown on the purchase order. E. 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 be made only as indicated. Any changes must be made in writing to AS/Materiel/SPB requesting an addendum to the contract, thirty(30)days prior to delivery of vehicle. THERE WILL BE NO EXCEPTIONS. F. Vendor should 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 vendor should immediately notify AS/Materiel (FAX(402)-471-2089 and Department of Roads(FAX(402)-479- 4884),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. G. THE STATE OF NEBRASK'S OBLIGATION TO PAY IS CONTINGENT UPON LEGISLATIIVE APPPROPRIATION 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. Other or Comment YES NO OTHER 31. RADIO FREQUENCY SHIELDING-Caution!! _)_ A. The chassis and/or installed components and equipment shall be compatible with use of NDOR mobile and/or two-way communication devices. Main communication radio operates in low band range of 47 MHz to 48 MHz, but all frequencies apply including low band, high band, UHF, and VHF. B. The chassis and/or installed components and equipment shall be manufactured to meet all current SAE and/or ISO Standards applicable and/or relevant to Electromagnetic Compatibility. C. NDOR will conduct testing of radio/two-way when installed in chassis. NDOR will notify vendor if normal operational parameters are not met due to degradation of signals caused by electromagnetic emissions from chassis or installed components and equipment.Vendor shall be required to work with NDOR personnel to reduce interference level to a point acceptable to NDOR normal radio operating parameters. Vendor shall have 30 days to resolve RFI issue. D. Vendor and/or manufacturer will be responsible for any and all cost to replace and/or modify any parts found to cause radio frequency interference. If NDOR and vendor can not resolve source of RFI the unit will be sent to an independent accredited lab for testing to ensure SAE and/or ISO Standards compliance.Testing shall be done to SAE and/or ISO Standards which were current at date of bid. Should the chassis 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 CANCELED. Other or Comment September 201-0 7 ATTACHMENTATTAPHMENT-;-Dump Body The following minimum requirements are for a two cubic yard dump body,installed on above chassis. The body shall be of proven design and latest current model. Installer shall have a proven performance record, Unit will comply with all current Federal and State safety regulations. All components for satisfactory operation must be furnished,even if not mentioned below. Literature with specifications should accompany bid document. YES NO OTHER 1. BODY DIMENSIONS c r A. Minimum length of 8 feet, Inside width of minimum 6 1/2 feet. B. Body is to fit chassis with no major gap between cab and body. C. Outer body shall not be narrower than outside tread width of rear tires. D. Sides of 12 to 14 inches. / ,5,' __ E. Sideboard sockets, no sideboards required F. Minimum 2-inch floor to side radius, sloped rubrail. Other or Comment YES NO OTHER 2. BODY SPECIFICATIONS A. Minimum 12 gauge steel construction except floor of 10 gauge B. Tailgate shall be double-acting with appropriate chains C. Body prop required as per body manufacturer's recommendations 1. Body prop pivoting on chassis and self-positioning when body is lowered on prop preferred. D. Lights and/or reflectors will be per Federal Safety Standard 108. Other or Comment YES NO OTHER 3. HOIST A. Electro-hydraulically operated, Minimum 45 degree dump angle. Control in cab, Minimum Class 30, under body type. Flow restrictor with one way release for slow down function to be furnished if available with power up-power down. B. Hoist to be power up-power down. ` Other or Comment ' ` �lr . . t i ref c..; 9 f c + � YES NO OTHER 4. CAB SHIELD A. One-half type,which will actually cover about one-fourth of crew cab. B. Expanded metal protection required for visibility from rear cab window of approximate size and location of rear cab window. _ ___...,......_ _.__,_e_ C, Cab shield will be approximate width of cab. Other or Comment P/fl ^e _ I a�� a - r,�l YES NO OTHER 5. REAR MUDFLAPS ✓ _ A. Attached with adequately-sized chain links. B. Dealer's nameplates or signs shall not face rear of truck. Other or comment 8 YES NO OTHER 6. GENERAL X__ A. Electronic back-up alarm. B. 3/8 inch channel cross member welded to rear chassis rail with flat side to rear C. Color of yellow that matches chassis. 1. Finish must be smooth, shiny,free of runs,oversprays and or other defects. 2. Paint and application must be of high quality. D. One year warranty on parts and labor beginning after field assignment and dump body/parts listing manual required. E. Professional techniques and workmanship are required. No welding or cutting of chassis rails except as stated elsewhere in this specification. Welds must be chipped free of slag and thoroughly protected with yellow or black enamel as appropriate. F. Improper mountings, poor welding practices,the presence of slag, hydraulic oil leaks and inadequate paint coverage will be cause for rejection of any unit. in which case,the vendor will be notified to call for the vehicle and remove it from State property for remedy of defects. _ G. Fuel pipe for fuel tank to be sturdily mounted. Fuel cab to be accessible for fueling with dump body in down position. 1. Fuel pipe inlet shall allow for sufficient flow from pump dispenser. H. Red light for indicating when body is in up position is required and will be located in dash area. V 1. Switch used for body up circuit to be Buyers Products brand, Part#B90.A 30mm magnetic proximity switch is also acceptable. Other or Comment 0 0 Cr, e 1?,r1.c #- H.14, i, s S K A 0 YES NO OTHER 7. INSPECTION A. The first body installation,that is ready for delivery except final painting, must be made available for inspection by Department of Roads'personnel. X 1. Components and parts that require vendor cutting,welding,grinding and similar operations shall not be painted prior to inspection 2. Light coating of primer is acceptable. B. Approval of body, hoist,cab shield and other related items must be obtained before additional units are assembled. PROFESSIONAL TECHNIQUES AND WORK-MANSHIP REQUIRED. Other or Comment September 2010 END OF SPECIFICATIONS 9 SPINNER SPREADER OPTION PAGE K09-09 Meets Specifications—Please indicate—(if OTHER explain on comment line) YES NO OTHER 1. GENERAL A. Spreader option shall be complete system including all installation. B. This under-tailgate spreader shall be of the bottom opening design. C. The mounting shall allow the dumping of materials without interference from the spreader. D. The overall spreader width shall not exceed 96.5 inches. _ E. Spreader shall be capable of spreading salt,chlorides, sand,cinders, stone and all types of ice control mixtures of materials in infinitely variable quantities. F. All stainless steel shall be of type 304. Other or Comment YES NO OTHER 2. FEED MECHANISM A. Auger shall be six-inch diameter with 3/8-inch helicoids flighting welded to a 2-1/2 inch Schedule 40 pipe. B. The auger shall be supported by a 1-1/4 inch C-1045 steel shaft on the end opposite the drive. C. The auger shall have bi-directional flighting to ensure that material is fed evenly from both sides of the dump body to the left hand discharge port. D. On the side opposite the drive mechanism the auger shaft will be supported in a 2-bolt flange, sealed,self-aligning bearing with grease fitting. E. A hydraulic motor capable of delivering high torque at low speeds will couple directly to the auger pipe through a non-corrosive sleeve and a%-inch grade-8 bolt. Other or Comment - r' R 5Lh 474.G P j )O 1&J1‘2 4 __SY- 6 S A 4F-f. YES NO OTHER 3. SPINNER A, Single polyurethane spinner shall not be less than 18 inches in diameter with six fins molded into a single unit. B. Disc shall be capable of producing a uniform spread pattern from four to forty feet in width. C. Position of spinner shall be adjustable, allowing for variable spread patterns of left,center or right. D. Spinner shall remain horizontal regardless of position of dump box. E. Spinner shield will be provided to prevent material from striking the truck. F. Hydraulic motor capable of delivering high torque at low speed will be directly coupled to the disc. Spinner shall have variable speed and be independent of feed rate and truck speed. G. The spinner assembly will be easily removed by removing pins and uncoupling two hydraulic hoses. Other or Comment YES NO OTHER 4. HYDRAULICS A. LIVE hydraulic power required via PTO pump or engine driven clutch pump. 10 B. To include adequate reservoir and filter. C. Four male and four female Bruning/Parker flush-face couplers for connection of auger and spinner motor shall be 1/2-inch size. D. Controls to be mounted in cab of truck near center console within easy reach of operator. E. Spinner speed and auger feed rate to be both independently variable through dual flow control valve. Other or Comment YES NO OTHER 5. HOPPER -X__ A. One piece%"304 stainless steel endplates shall be fully welded to 7-gauge, 304 stainless steel formed front and rear trough panels in accordance with good commercial practice. B. An unobstructed, hinged, bottom,cleanout door of 304 stainless steel with positive latch mechanism is required. C. Hopper cover to be 7-gauge 304 stainless steel capable of being locked in either the raised position for spreading or the lowered position for dumping by a single latch on each side of cover. Other or CommentP� 7GA t-,11 JOG, C . L'(- -i°lc,t'C YES NO OTHER 6. MISCELLANEOUS A. The spreader shall be such that the removal or installation can occur without the use of special tools. B. Dealer's decals, stickers or other signs shall not be affixed to units: manufacturer's nameplates, stampings and other similar signs are acceptable. C. All stainless steel shall be left unpainted. Non-304 stainless steel shall be properly cleaned and painted black with lead free paint. Other or Comment YES NO OTHER 7. MANUALS A. One operator's manual or instructions to be furnished and accompany each unit delivered. B. One equipment shop repair manual to be furnished for each unit delivered. C. One equipment parts manual to be furnished for each unit delivered. Other or Comment YES NO OTHER 8. WARRANTY A. The manufacturers should attach their standard warranty statement. B. The warranty shall be in effect for not less than one year. Other or Comment 11 RECEPTCLE END VIEW SLOT I i GROUND CLEARANCE&ID 0 0 041 TRAILER AUX/NDOR 12 V+ TAIL LIGHTS 0 © 0 © clAr, LEFT TURN 11111/4„Silwor) 45_ RIGHT TURN STOP LIGHTS/NDOR LOCATION FOR ELECTRIC TRAILER BRAKES 1.Wht: Ground 2.Black:Clearance/ID 3.Yellow:Left turn signal NDOR 4.Red:Stop lamps and trailer brakes 5.Green:Right turn signal STANDARD TRAILER CONNECTOR 6 Brown:Tail lamps WIRING DIAGRAM 7.Blue:Trailer Aux and 12 V Positive DATE: 11-03-2008 standard trailer connector.dgn 11/3/2008 11:21:10 AM • rn to: State of Nebraska - INVITATION TO BID Staff Purchasing Bureau 301 Centennial Mall South,First Floor CONTRACT Lincoln,Nebraska 68508 OR P.O.Box 94847 Date 11/24/10 Page 1 of 7 Lincoln,NE 68509-4847 Telephone:402-471-2401 Solicitation Number Fax:402-471-2089 3505 OF Opening Date and Time 12/13/10 2:00 pm DESTINATION OF GOODS MULTIPLE DELIVERY LOCATIONS Buyer PLEASE REFER TO DOCUMENTATION CONNIE HEINRICHS (AS) FOR DELIVERY ADDRESSES. Contract to supply and deliver 2 Wheel Drive Crew Cab Chassis, Diesel Engine, Dual Rear Wheels and Dump Body, Minimum 16,000#GVWR to the State of Nebraska as per the attached specifications for a one(1)year period from date of award.The contract may be renewed for four(4)additional one(1)year periods when mutually agreeable to the vendor and the State of Nebraska.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. The State may request that payment be made electronically instead of by state warrant.ACH/EFT Enrollment Form can be found at: http:l/www.das.state.ne.us/accounting/forms/achenrol.pdf. The Contractor is required and hereby agrees to use a federalimmigration verification system to determine the work eligibility status of new 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 this 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 tment enters. The contractor shall immediately notify the Depart 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. ' i`: If the Contractor is an individual or sole proprietorship,thefollowing applies: • 1. The Contractor must complete the United States Citizenship Attestation Form,available on the Department of Administrative Services website at www.das.state ne.ua 2. If the Contractor indicates;on such:;attestation form that he orshe isa qualified alien,the Contractor agrees to provide the US Citizenship and Immigration Services documentation require to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Prograrj 1!, 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 parties hereby agree that'the following documents are incorporated into'the contract resulting from this Invitation to Bid: 1. The signed Invitation to Bid Contract document; 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: State of Nebraska - INVITATION TO BID Sater Purchasing Bureau 301 Centennial Mall South,First Floor CONTRACT Lincoln,Nebraska 68508 OR P.O.Box 94847 Date 11/24/10 Page 2 of 7 Lincoln,NE 68509-4847 Telephone:402-471-2401 Solicitation Number Fax:402-471-2089 3505 OF Opening Date and Time 12/13/10 2:00 pm DESTINATION OF GOODS MULTIPLE DELIVERY LOCATIONS Buyer PLEASE REFER TO DOCUMENTATION CONNIE HEINRICHS(AS) FOR DELIVERY ADDRESSES. 2.The original ITB document; 3.Any Addenda and or Amendments to include Questions and Answers; 4.Warranty documents supplied with the bid; 5.The contract award. 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 1 receiving preference over all other documents and with each lower numbered document having preference over any higher numbered document: 1)the contract award,2)1TB addenda or amendments,to include Questions and Answers,with the latest dated amendment having the highest priority,3) the original ITB,4)the signed ITB Contract document,5)warranty documents supplied with the bid. Any remaining uncertainty or ambiguity shall not be interpreted against either party because such party prepared any portion of the Agreement, but shall be interpreted according to the application`of rules of interpretation of contracts generally. 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 3 and that any limitation of liability shall not be binding on the State of Nebraska despite inclusion of such language in documents supplied with the contractor's bid. jc 11/24/10 A response to this Solicitation is subject to, but not limited to, the included Standard Conditions and Terms. PLEASE READ CAREFULLY! I s 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/niateriel/purchasing/purchiOing.html Bid Tabulations are available on the Internet at http://www.das:state.ne4ushnIteriellpurchasingIbidtabs.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 2WD CREW CAB CHASSIS,DIESEL 5.0000 EA ENGINE DUAL REAR WHEELS, DUMP 2011 of Current Production 2 Wheel Drive Chassis with Crew Cab,Diesel Engine,Dual Rear Wheels and Dump Body with minimum 16,000#GVWR per attached specifications. Make: � l s. State of Nebraska - INVITATION TO BID Retun to: State rPurchasing Bureau 301 Centennial Mall South,First Floor CONTRACT Lincoln,Nebraska 68508 OR P.O.Box 94847 Date 11/24/10 Page 3 of 7 Lincoln,NE 68509-4847 Telephone:402-471-2401 Solicitation Number Fax:402-471-2089 3505 OF Opening Date and Time 12/13/10 2:00 pm DESTINATION OF GOODS MULTIPLE DELIVERY LOCATIONS Buyer PLEASE REFER TO DOCUMENTATION CONNIE HEINRICHS(AS) FOR DELIVERY ADDRESSES. INVITATION Unit of Extended Line Description Quantity Measure Unit Price Price Model: GVWR: Series, Code,Trim Level: Engine: EPA: The options shall meet or exceed the following requirements,which are exceptions to specifications and must be Factory-Installed. Quotes must be furnished if available for below list and if not included as standard equipment or requested in main part of this specification. • 2 DEDUCT FOR V8 GASOLINE ENGINE 5.0000 EA WITH SINGLE BATTERY State engine being bid: • 3 DEDUCT FOR MINIMUM FOUR SPEED, 5.0000 EA MANUAL, SYNCHRO-MESH TYPE transmission with PTO cababilities. 4 DEDUCT FOR REGULAR CAB CHASSIS 5 0000 EA WITH,DUMP BODY 5 DEDUCT FOR EXTENDED CAB CHASSI 5.0000 EA WITH'DUMP BODY'°. 6 REPAIR MANUAL FOR TRUCK 5.0000 EA 7 REPAIR MANUAL FOR ENGINE 5.0000 EA 8 PARTS MANUAL FOR TRUCK 5.0000 EA 9 PARTS MANUAL FOR ENGINE 5.0000 EA 10 PARTS CD ROM PREFERRED, IF 5.0000 EA AVAILABLE FOR TRUCK AND ENGINE 11 FOUR WHEEL DRIVE WITH MANUAL 5.0000 EA LOCKING FRONT HUBS, skid plates, prefer hub covers. State Model: • Return to: State of Nebraska - INVITATION TO BID State Purchasing Bureau 301 Centennial Mall South,First Floor CONTRACT Lincoln,Nebraska 68508 OR P.O.Box 94847 Date 11/24110 Page 4 of 7 Lincoln,NE 68509-4847 Telephone:402-471-2401 Solicitation Number Fax:402-471-2089 3505 OF Opening Date and Time 12/13/10 2:00 pm DESTINATION OF GOODS MULTIPLE DELIVERY LOCATIONS Buyer PLEASE REFER TO DOCUMENTATION CONNIE HEINRICHS(AS) FOR DELIVERY ADDRESSES. INVITATION Unit of Extended Line Description Quantity Measure Unit Price Price Tires to be On-off road tread. 12 WHITE EXTERIOR COLOR FROM 5.0000 EA STANDARD PAINT CHART LIEU OF yellow per specs. 13 CARGO LIGHT AT REAR,UPPER, 5.0000 EA EXTERIOR CAB 14 AUXILIARY,OVERLOAD, REAR 5.0000 EA SPRINGS 15 FUEL FLEXIBLE VEHICLE 5.0000 EA (Vehicles capable of operating using several alternate fuels without additional changes or conversions.) Make: Model: Engine: EPA: 16 CONTAINER WITH BRUSH OF 5.0000 EA TOUCH-UP PAINT FOR DELIVERED unit 17 ON OFF ROAD MUD AND SNOW(MS) 5.0000 EA ALL TERRAIN TIRES AND SPARE (rim can be steel)Size 225/70x19.5 Load range G(must configure with GVWR),such as Goodyear Wrangler AT/S steel-belted. 18 SIDE BODY MOLDING OF 5.0000 EA PROTECTIVE VINYL 19 SLIDING REAR VISION WINDOW 5.0000 EA 20 CHASSIS ONLY,NO DUMP BODY 5.0000 EA 21 ALL SEASON TIRES,OTHERWISE 5.0000 EA MEETING STATED SPECIFICATIONS 22 HUBCAPS OR EQUIVALENT- 5.0000 EA Indicate if front only: Return to: State of Nebraska - INVITATION TO BID State Purchasing Bureau 301 Centennial Mall South,First Floor CONTRACT Lincoln,Nebraska 68508 OR P.O.Box 94847 Date 11/24/10 Page 5 of 7 Lincoln,NE 68509-4847 Telephone:402-471-2401 Solicitation Number Fax:402-471-2089 3505 OF Opening Date and Time 12/13/10 2•oo pm DESTINATION OF GOODS MULTIPLE DELIVERY LOCATIONS Buyer PLEASE REFER TO DOCUMENTATION CONNIE HEINRICHS(AS) FOR DELIVERY ADDRESSES. INVITATION Unit of Extended Line Description Quantity Measure Unit Price Price 23 FACTORY OPERATION TIME 5.0000 EA SCHEDULE(FLAT RATE LABOR) 24 NON-STANDARD GEAR RATIO(S) 5.0000 EA Indicate: 25 HEAVY DUTY,OPTIONAL, FRONT 5.0000 EA STABLIZER BAR 26 SNOW PLOW PREPARATION PACKAGE 5.0000 EA FOR CHASSIS THAT INCLUDES heavy duty front suspension. 27 SNOW PLOW ATTACHMENT OF 5,0000 EA PICKUP MANUFACTURER'S. Boss brand or equivalent,with steel moldboard power angling, Nine and one half(9.5)foot bolt-on power"V" blade,plow head and turn lights,snow deflector blade markers. Plow to have approximately 110" M/B width (straight)and apprx 96" (V), 11 gauge steel Quick Hitch System and Joystick Control 28 OPTION FOR SECOND POWER OUTLET 5,0000 EA IN CAB OF TRUCK 29 BODY OF CONTRAC TOR TYPE,ALL -' � 5.0000 EA STEEL MINIMUM 9 1/4-FOOT length,8 foot width,smooth floor with continuously welded center seams)12 to 14 inch removable sides using steel stakes,nominal 2 x 4 wooden stake pockets,40 inch°;bulkhead,manual fold down tailgate with chains that is also removable,hoist for minimum 40 degree dump angle,cab shield and other items as per Dump Body Attachment. 30 POWERED LIFT GATE FOR DUMP 5.0000 EA BODY A) Must be dual action with dump-through and lifting capability B) Must match width of dump body as specified. C) Minimum 1,600 lb lifting capacity. D) Minimum 50" vertical travel. E) Acceptable brands: Eagle Lift and Tommy Lift. F) Lift Gate to be painted to match chassis color. 31 SPINNER SPREADER PER OPTION 5.0000 EA PAGE 32 DROP SHIPMENT CHARGE 5.0000 EA (PER MILE) Additional costs of charges for vehicle drop shipment outside the Lincoln area. Drop shipment charges would be r Return to: State of Nebraska - INVITATION TO BID State Purchasing Bureau 301 Centennial Mall South,First Floor CONTRACT Lincoln,Nebraska 68508 OR P.O.Box 94847 Date 11/24/10 Page 6 of 7 Lincoln,NE 68509-4847 Telephone:402-471-2401 Fax:402-471-2089 • Solicitation Number 3505 OF Opening Date and Time 12/13/10 2:00 pm DESTINATION OF GOODS MULTIPLE DELIVERY LOCATIONS Buyer PLEASE REFER TO DOCUMENTATION CONNIE HEINRICHS(AS) FOR DELIVERY ADDRESSES. INVITATION Unit of Extended Line Description Quantity Measure Unit Price Price for vehicles bought by political entities and other Divisions of Government. 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). • • 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:l/www.das.state.ne.uslmateriellpurchasingfpurchasing.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 retuming 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 bp'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 jrttpJ/www.das state.ne us/materiel/purchaslnalbidtabs:hjnt .. • • 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 induded 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.usistandards/accessibility/ Revised: 02/2004 Page 7 of 7 • STATE OF NEBRASKA STATE PURCHASING BUREAU 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 11/24/10 2 Last Day to Submit Written Questions 12/01/10 3 State Responds to Written Questions Through an Addendum to be posted to the internet at: 12/02/10 http:/lwww.das.state.ne.us/materieUpurchasinq/rfp.htm 4 Bid Opening Location: Nebraska State Office Building 12/13/10 State Purchasing Bureau 2:00 p.m. 301 Centennial Mall South, Mall Level 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 3505 OF; 2 WD Crew Cab Chassis, Diesel Engine, Dual Rear Wheels and Dump Body, Minimum 16,000 # GVWR". It is preferred that questions be sent via e-mail to matpurch.dasmatanebraska.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 Connie Heinrichs, showing the total number of pages transmitted, and clearly marked "ITB Number 3505 OF; 2 WD Crew Cab Chassis, Diesel Engine, Dual Rear Wheels and Dump Body, Minimum 16,000#GVWR Questions". Written answers will be provided through an addendum to be posted on the Internet at http://www.das.state.ne.us/materiel/purchasing/rfp.htm on or before the date shown in the Schedule of Events. / • SPECIAL CONDITIONS Contract to supply and deliver 2011 or Current Production Year 2 Wheel Drive Crew Cab Chassis, Diesel Engine, Dual Rear Wheels and Dump Body, Minimum 16,000# GVWR to the State of Nebraska as per the attached specifications for a one year period from date of award. Contract may be renewed for a four(4) additional one (1) year periods when mutually agreeable with the vendor and the State of Nebraska. The State reserves the right to extend the period of this contract beyond the termination date when mutually agreeable with the vendor and the State of Nebraska. Licensing Requirements—All bidders must comply with the licensing requirements for motor vehicle dealers established under the Motor Vehicle Industries Licensing Act, Nebraska Revised Statutes, Chapter 60, Article 14. The licensing requirements must be met at time of bid opening for the bid to be valid. Bid prices shall be FOB Destination, with no additional charges for packing or handling. Quantities stated are estimated only and shall not be construed to be either a minimum or a maximum. 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. Prices shall remain firm for the duration of the initial 90 days of the contract period. if adjustments are necessary at the end of this period, a request for increase must be submitted in writing to the State Purchasing Bureau at least thirty (30) days prior to the effective date and accompanied by supporting manufacturer's documentation indicating percentage of increase. The supporting documentation must clearly establish the increase is for all customers, not to the State of Nebraska alone. The State further reserves the right to reject any proposed price increase within 15 days of receipt, cancel the contract and re-bid if determined it the best interest of the State. No price increases are to be billed without prior written approval by the State Purchasing Bureau. It is understood and agreed that in the event of a reduction in the manufacturer's published standard price list for all or any portion of the proposed items, the State of Nebraska will be given full benefit of such decline in price immediately. The contract may be terminated at any time upon mutual consent of the parties, or by the State of Nebraska, with or without consent upon thirty (30) days written notice. Vendor is to supply information regarding contract usage by State Agencies, Boards, and Commissions. Information will include: Agency, Item(s) purchased, and dollar amount. Information will be provided to State Purchasing Bureau at the end of the contract or upon renewal of the contract. 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. Direct all inquiries to the buyer: Connie Heinrichs, State Purchasing Bureau, 301 Centennial Mall South, PO Box 94847, Lincoln, NE 68509. Phone: 402-471-2401. STATE OF NEBRASKA DEPARTMENT OF ROADS 2011 or Current Production 2 wheel drive Crew Cab c• hassis, Diesel Engine,; •Dual R Wheels •and Dump Body Minimum°76,400# GWVR' The Crew cab chassis with four doors and dual rear wheels shall be the latest, current model under standard production at the time order is written. The units are to be equipped as regularly advertised and manufactured. If a manufacturer's standard item is specified, IT WILL BE FURNISHED whether or not a particular truck data book shall designate such item as an option. IF MANUFACTURER HAS A STANDARD ITEM THAT EXCEEDS THE FOLLOWING MINIMUM REQUIREMENTS THEN THAT STANDARD ITEM MUST BE FURNISHED. The unit will be delivered complete, ready for satisfactory operation and shall comply with the following minimum requirements. RIGHTS The State of Nebraska reserves the right to waive technicalities and to reject any or all bids. NON-COMPLIANCE STATEMENT Read this specification carefully. Any and all exceptions to this specification must be written on or attached to Invitation to Bid. Non-compliance can void your bid. ACCEPTABLE MODELS—All trucks wit LT,XLT, or SLT packages that meet or exceed these specifications may be bid on this Invitation to Bid. 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 %tank of fuel. Deliveries desired prior to 120 days after receipt of order; quoted deliveries beyond 120 days are an award consideration. All deliveries shall be scheduled with agency representative. The vehicles shall not have over 200 miles on the odometer at the time it is officially accepted. 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 exception. Meets Specification-Please Indicate-(if other explain on comment line.) YES NO OTHER 1. GVW RATING PLATE A. Minimum 16,000 pounds. State GVWR Other or Comment YES NO OTHER 2. CAB A. Fully enclosed safety type crew cab with front&rear seats and key locks on front doors. B. Tinted safety glass all around. C. Interior finished to exclude excessive noise and weather. D. The 40-20-40 or 60-40 cloth style seat with lumbar support and fold down center console to be furnished. Back must be manufacturer's heaviest duty, optional, maximum depth foam rubber. Minimum rear seat leg room to be 38.5 inches. E. Floor coverings will be rubber matting type. F. Head restraints or high backs for outboard seats front and rear. G. Insulated headliner. H. Driver's Side Air Bag required. 1 • I. Passenger's Side Air Bag required (if available from manufacturer). Other or Comment YES NO OTHER 3. CRUISE CONTROL A. To be equipped with factory cruise control. Other or Comment YES NO OTHER 4. COLOR A. Cab, body and fenders will be Ford 84S53 Yellow or Dodge equivalent yellow. B. All paint will be base coat/clear coat acrylic, activator-hardened acrylic or polyurethane type. Other or Comment YES NO OTHER 5. MIRROR A. Rear vision mirror inside of cab, day/night selector type, (non-glare). B. Two outside rear vision mirrors, right and left, adjustable. 1. Minimum 6 inches by 9 inches. 2. Telescopic type or extended arm type. Mirror must provide clear view past dump body. Please state model furnished: Other or Comment YES NO OTHER 6. WHEELBASE A. Not less than 163 inches or more than 177 inches. B. Cab-to-axle of 55 to 62 inches. Other or Comment YES NO OTHER 7. FENDERS AND BUMPERS A. Manufacturer's standard front fenders and front bumper... Other or Comment YES NO OTHER 8. FUEL TANK(S) A. Lagest fuel capacity available. Fuel Capacity gallons. Other or Comment YES NO OTHER 9. LIGHTS A. Halogen high beam headlights with low beam; parking,dome, tail, back-up and stop lights. B. Front and rear directional turn signals with self-canceling control on steering column. 2 Other or Comment YES NO OTHER 10. CONTROLS AND INSTRUMENTS A. Key locking ignition switch. B. Head, parking and dome light switches. Headlight beam control. C. Speedometer, Fuel Gauge D. Voltmeter or ammeter, oil pressure gauge, engine temperature gauge. E. High beam indicator light,flashing turn-indicator light,traffic hazard switch, in cab hood release. F. Two sets of keys required per vehicle. • G. Engine hourmeter may be part of in dash display or will be mounted in dash area, easily readable by operator and may be dealer installed. Other or Comment YES NO OTHER 11. WINDSHIELD WIPERS A. Electrically operated, multiple speed, manually controlled wipers with electric windshield washer with jets to each wiper blade and with intermittent or delay capability required. All factory installed. Other or Comment YES NO OTHER 12. STEERING A. Manufacturer's recommended power steering. B. Tilt steering wheel required. Other or Comment YES NO OTHER 13. ENGINE A. Diesel, minimum 6.0L displacement,turbocharged, minimum 300HP by Ford or Cummins.Other engines must have written approval 5 days prior to bid opening B. Engine oil cooler and viscous fan required. C. Engine will have 110 volt AC engine block coolant heater,with male receptacle with cover that is sturdily-mounted. D. Vacuum restriction gauge for air cleaner required which shall be be dash mounted. If manufacturer does not offer a vacuum restriction gauge in dash then a Filter Minder brand of gauge that is flush mounted in the dash is acceptable if location is available and may be dealer installed. An O.E.M. in dash indicator light with a Restriction gauge mounted at air filter housing would be acceptable. Please indicate: E. If manufacturer has anything available that will allow engine to operate better on Alternative fuel, it must be furnished. Other or Comment YES NO OTHER 14. AIR CLEANER A. Replaceable paper type element. 3 Other or Comment YES NO OTHER 15. BATTERY A.Two,twelve volt batteries must deliver a total of at least 1400 cold cranking amps. Other or Comment YES NO OTHER 16. ALTERNATOR A. 12 volt, 150 amperes minimum with voltage regulator. Other or Comment YES NO OTHER 17. OIL FILTER A. Full flow with throw-away element. Other or Comment YES NO OTHER 18.COOLING A. Manufacturer's heaviest duty, highest capacity, cooling system must be furnished. B. Coolant recovery system required. C. Manufacturer's recommended antifreeze, protection to not less than 34 degrees below zero Fahrenheit for all trucks delivered. D. Engine oil cooler Other or Comment YES NO OTHER 19. TRANSMISSION AND DIFFERENTIAL A. Automatic; minimum five speed. 1. Provision for PTO. B. Auxiliary transmission oil cooler. C. Limited slip differential with synthetic lube required. D. Synthetic automatic transmission fluid. Other or Comment YES NOT OTHER 20. SHOCK ABSORBERS A. Double acting front and rear, heaviest duty of manufacturer is required. Other or Comment YES NO OTHER 21. AXLES AND SPRINGS A. Manufacturer's independent front suspension and single speed, hypoid rear axle required, all with axle sizes recommended to meet GVWR. B. Spring sizes required to meet minimum GVWR C. Front axle rating minimum 7,000 pounds; rear axle rating minimum 11,000 pounds. D. Front stabilizer bar is required. 4 i Other or Comment YES NO OTHER 22. FRAME A. Section modulus not less than 10.1cubic inches with minimum 36,000 PSI yield strength steel. Other or Comment • YES NO OTHER 23. BRAKES A. Power service brakes;front and rear disc brakes with minimum 13-inch rotor B. Parking brake on rear wheels or drive line. C. Anti-lock braking system is required. D. Factory installed integrated trailer brake control is required if available from manufacturer.A"tekonsha"brand, "Prodigy"model brake control shall be dealer installed and wired into chassis trailer plug if a Factory installed controller is not available. Other or Comment YES NO OTHER 24. WHEELS A. Seven, minimum 19 inch x 6.00 inch; spare carrier. B. Wheels must be one piece, drop center type. Other or Comment • YES NO OTHER 25. TIRES A. Seven, steel belted radial,tubeless, minimum 225R0x19.5G front, rear and spare. B. Tires to comply with manufacturer's GVWR, and be manufacturer's standard equipment. C. Tires to be manufactured by a major manufacturer and have on/off highway tread. Other or Comments YES NO OTHER 26. TOOLS A. Manufacturer's standard equipment jack to comply with GVWR;wheel lug wrench. Other or Comment YES NO OTHER 27. GENERAL A. Manufacturer's standard horn(s) B. Power outlet. C. Dual padded sun visors;dual arm rests. D. Manufacturer's recommended outside air intake heater with dual defroster tubes to windshield E. Lap-shoulder seat belts with automatic retractors for outboard seating. F. Middle seat belt-preferably with retractor. G. Manufacturer's AM/FM stereo radio with clock. H. Manufacturer's best quality controlled air conditioner with combination heater and defroster to entire windshield.The manufacturer's recommended additions 5 • to the vehicle,such as temperature controlled fan and heavy duty radiator must be furnished as part of the air conditioning and heater package. I. Trailer towing package to include wiring harness,front stabilizer bar, and minimum Class V Platform Hitch rated for 16,000#trailer weight and 1,600#tongue weight, Can be dealer installed. Please list what is included: 1. A seven (7) pin ATA plug receptacle to be wired in accordance to the supplied drawing and sturdily mounted to the hitch. Other or Comment YES NO OTHER 28. WARRANTY A. Regular manufacturer's standard warranty, manufacturer's statement of origin, and completed pre-delivery inspection certificates required with each unit delivered. B. The manufacturer's standard warranty should be stated in the bid. 1. A minimum warranty of three years, 36,000 miles or other manufacturer's standard warranty, whichever is greater, is required. 2. A minimum of six years, 100,000 miles rust warranty is required. C. Manufacturer's written warranty including engine, transmission and differential must accompany delivered units. D. Prior to the awarding of, or entering into any agreement or contract, it shall be the responsibility of the manufacturer and/or the successful bidder to warrant to the State of Nebraska, in writing, that it has factory authorized dealers in the State of Nebraska who will provide warranty/service and repair work without undue delay. E. 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. F. 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. G. The selling dealer will provide warranty activation cards,or similar information, in order to properly activate said warranty. H. Vendor should provide order number(s)to purchasing agency within ten-(10)working days after Purchase Order is received. Other or Comment YES NO OTHER 29. MANUALS A. Operator's manuals must be furnished and accompany each unit delivered. B. All manuals must be furnished prior to payment and delivered to Fleet Management, Equipment Data Coordinator. Failure to deliver all manuals that are ordered may result in non-payment of ten percent of purchase order total until all manuals are delivered. Other or Comment YES NO OTHER 30. SERVICE A. VEHICLES SHOWING LACK OF PROPER DEALER PRE-DELIVERY SERVICE WILL BE SUBJECT TO REJECTION UNTIL VEHICLE IS PROPERLY SERVICED. FACTORY PRE-DELIVERY SERVICE WILL NOT BE ACCEPTABLE. 1. If units have not been given proper dealer preparation prior to delivery, future consideration of that dealer's bid may be withheld. 2. Dealer's decals, stickers or other signs shall not be put on units; manufacturer's nameplates, stampings and other signs are acceptable. 6 B. Indicate if any training is available from the manufacturer for technicians on unit bid: C. Motor vehicles that have been wrecked or sustained more than minor nicks and scratches will not be accepted. The vendor should not attempt to deliver a unit until minor nicks and scratches have been repaired. Failure to comply with the above may result in the dealer not being allowed to bid on future motor vehicle contracts. D. All vehicles shall be delivered FOB destination in Lincoln, Nebraska and in accordance with the Delivery Schedule shown on the purchase order. E. 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 be made only as indicated. Any changes must be made in writing to AS/Materiel/SPB requesting an addendum to the contract, thirty(30)days prior to delivery of vehicle. THERE WILL BE NO EXCEPTIONS. F. Vendor should 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 vendor should immediately notify AS/Materiel(FAX(402)-471-2089 and Department of Roads(FAX(402)-479- 4884), 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. G. THE STATE OF NEBRASK'S OBLIGATION TO PAY IS CONTINGENT UPON LEGISLATIIVE APPPROPRIATION 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. Other or Comment YES NO OTHER 31. RADIO FREQUENCY SHIELDING—Caution!! A. The chassis and/or installed components and equipment shall be compatible with use of NDOR mobile and/or two-way communication devices. Main communication radio operates in low band range of 47 MHz to 48 MHz, but all frequencies apply including low band, high band, UHF, and VHF. B. The chassis and/or installed components and equipment shall be manufactured to meet all current SAE and/or ISO Standards applicable and/or relevant to Electromagnetic Compatibility. C. NDOR will conduct testing of radio/two-way when installed in chassis. NDOR will notify vendor if normal operational parameters are not met due to degradation of signals caused by electromagnetic emissions from chassis or installed components and equipment.Vendor shall be required to work with NDOR personnel to reduce interference level to a point acceptable to NDOR normal radio operating parameters. Vendor shall have 30 days to resolve RFI issue. D. Vendor and/or manufacturer will be responsible for any and all cost to replace and/or modify any parts found to cause radio frequency interference. If NDOR and vendor can not resolve source of RFI the unit will be sent to an independent accredited lab for testing to ensure SAE and/or ISO Standards compliance.Testing shall be done to SAE and/or ISO Standards which were current at date of bid. Should the chassis 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 CANCELED. Other or Comment September 2010 7 • � 4 ATTACHMENT - Dump ,Body The following minimum requirements are for a two cubic yard dump body, installed on above chassis. The body shall be of proven design and latest current model. Installer shall have a proven performance record. Unit will comply with all current Federal and State safety regulations. All components for satisfactory operation must be furnished,even if not mentioned below. Literature with specifications should accompany bid document. YES NO OTHER 1. BODY DIMENSIONS A. Minimum length of 8 feet, inside width of minimum 6 1/2 feet. B. Body is to fit chassis with no major gap between cab and body. C. Outer body shall not be narrower than outside tread width of rear tires. D. Sides of 12 to 14 inches. E. Sideboard sockets, no sideboards required F. Minimum 2-inch floor to side radius,sloped rubrail. Other or Comment YES NO OTHER 2. BODY SPECIFICATIONS A. Minimum 12 gauge steel construction except floor of 10 gauge B. Tailgate shall be double-acting with appropriate chains C. Body prop required as per body manufacturer's recommendations 1. Body prop pivoting on chassis and self-positioning when body is lowered on prop preferred. D. Lights and/or reflectors will be per Federal Safety Standard 108. Other or Comment YES NO OTHER 3. HOIST A. Electro-hydraulically operated, Minimum 45 degree dump angle. Control in cab, Minimum Class 30, under body type. Flow restrictor with one way release for slow down function to be furnished if available with power up-power down. B. Hoist to be power up-power down. Other or Comment YES NO OTHER 4. CAB SHIELD A. One-half type,which will actually cover about one-fourth of crew cab. B. Expanded metal protection required for visibility from rear cab window of approximate size and location of rear cab window. C. Cab shield will be approximate width of cab. Other or Comment YES NO OTHER 5. REAR MUDFLAPS A. Attached with adequately-sized chain links. B. Dealer's nameplates or signs shall not face rear of truck. Other or comment 8 • YES NO OTHER 6. GENERAL A. Electronic back-up alarm. B. 3/8 inch channel cross member welded to rear chassis rail with flat side to rear C. Color of yellow that matches chassis. 1. Finish must be smooth, shiny,free of runs,oversprays and or other defects. 2. Paint and application must be of high quality. D. One year warranty on parts and labor beginning after field assignment and dump body/parts listing manual required. E. Professional techniques and workmanship are required. No welding or cutting of • chassis rails except as stated elsewhere in this specification. Welds must be chipped free of slag and thoroughly protected with yellow or black enamel as appropriate. F. Improper mountings, poor welding practices, the presence of slag, hydraulic oil leaks and inadequate paint coverage will be cause for rejection of any unit. in which case,the vendor will be notified to call for the vehicle and remove it from State property for remedy of defects. G. Fuel pipe for fuel tank to be sturdily mounted. Fuel cab to be accessible for fueling with dump body in down position. 1. Fuel pipe inlet shall allow for sufficient flow from pump dispenser. H. Red light for indicating when body is in up position is required and will be located in dash area. 1. Switch used for body up circuit to be Buyers Products brand, Part#B90.A 30mm magnetic proximity switch is also acceptable. Other or Comment YES NO OTHER 7. INSPECTION A. The first body installation,that is ready for delivery except final painting, must be made available for inspection by Department of Roads' personnel. 1.Components and parts that require vendor cutting,welding, grinding and similar operations shall not be painted prior to inspection 2. Light coating of primer is acceptable. B. Approval of body, hoist,cab shield and other related items must be obtained before additional units are assembled. PROFESSIONAL TECHNIQUES AND WORK-MANSHIP REQUIRED. Other or Comment September 2010 END OF SPECIFICATIONS 9 1• SPINNER SPREADER OPTION PAGE K09-09 Meets Specifications—Please indicate—(if OTHER explain on comment line) YES NO OTHER 1. GENERAL A. Spreader option shall be complete system including all installation. B. This under-tailgate spreader shall be of the bottom opening design. C. The mounting shall allow the dumping of materials without interference from the spreader. D. The overall spreader width shall not exceed 96.5 inches. E. Spreader shall be capable of spreading salt, chlorides, sand,cinders, stone and all types of ice control mixtures of materials in infinitely variable quantities. F. All stainless steel shall be of type 304. Other or Comment YES NO OTHER 2. FEED MECHANISM A. Auger shall be six-inch diameter with 3/8-inch helicoids fighting welded to a 2-1/2 inch Schedule 40 pipe. B. The auger shall be supported by a 1-1/4 inch C-1045 steel shaft on the end opposite the drive. C. The auger shall have bi-directional flighting to ensure that material is fed evenly from both sides of the dump body to the left hand discharge port. D. On the side opposite the drive mechanism the auger shaft will be supported in a 2-bolt flange, sealed, self-aligning bearing with grease fitting. E. A hydraulic motor capable of delivering high torque at low speeds will couple directly to the auger pipe through a non-corrosive sleeve and a 1/2-inch grade-8 bolt. Other or Comment YES NO OTHER 3. SPINNER A. Single polyurethane spinner shall not be less than 18 inches in diameter with six fins molded into a single unit. B. Disc shall be capable of producing a uniform spread pattern from four to forty feet in width. C. Position of spinner shall be adjustable, allowing for variable spread • patterns of left,center or right. - D. Spinner shall remain horizontal regardless of position of dump box. E. Spinner shield will be provided to prevent material from striking the truck. F. Hydraulic motor capable of delivering high torque at low speed will be directly coupled to the disc. Spinner shall have variable speed and be independent of feed rate and truck speed. G. The spinner assembly will be easily removed by removing pins and uncoupling two hydraulic hoses. Other or Comment YES NO OTHER 4. HYDRAULICS A. LIVE hydraulic power required via PTO pump or engine driven clutch pump. 10 - - i - - - . . ( I B. To include adequate reservoir and filter. C. Four male and four female Bruning/Parker flush-face couplers for connection of auger and spinner motor shall be%-inch size. D. Controls to be mounted in cab of truck near center console within easy reach of operator. E. Spinner speed and auger feed rate to be both independently variable through dual flow control valve. Other or Comment YES NO OTHER 5. HOPPER A. One piece Y4"304 stainless steel endplates shall be fully welded to 7-gauge, 304 stainless steel formed front and rear trough panels in accordance with good commercial practice. B. An unobstructed, hinged, bottom, cleanout door of 304 stainless steel with positive latch mechanism is required. C. Hopper cover to be 7-gauge 304 stainless steel capable of being locked in either the raised position for spreading or the lowered position for dumping by a single latch on each side of cover. Other or Comment YES NO OTHER 6. MISCELLANEOUS A. The spreader shall be such that the removal or installation can occur without the use of special tools. B. Dealer's decals,stickers or other signs shall not be affixed to units: manufacturer's nameplates, stampings and other similar signs are acceptable. C. All stainless steel shall be left unpainted. Non-304 stainless steel shall be properly cleaned and painted black with lead free paint. Other or Comment YES NO OTHER 7. MANUALS A. One operator's manual or instructions to be furnished and accompany each unit delivered. B. One equipment shop repair manual to be furnished for each unit delivered. C. One equipment parts manual to be furnished for each unit delivered. Other or Comment YES NO OTHER 8. WARRANTY A. The manufacturers should attach their standard warranty statement. B. The warranty shall be in effect for not less than one year. Other or Comment 11 RECEPTCLE END VIEW SLOT I CLEARANCE&ID GROUND o - . APIP; ®10 TRAILER AUX/NDOR 12 V+ TAIL LIGHTS 0 0 0 CO 1,7 LEFT TURN Q RIGHT TURN STOP LIGHTS/NDOR LOCATION FOR ELECTRIC TRAILER BRAKES 1.Wht: Ground 2.Black:Clearance)ID 3.Yellow:Left turn signal NDOR 4.Red:Stop lamps and trailer brakes STANDARD TRAILER CONNECTOR 5.Green:Right turn signal 6 Brown:Tail lamps WIRING DIAGRAM 7.Blue:Trailer Aux and 12 V Positive DATE: 11-03-2008 standard trailer connector.dgn 11/3/200811:21:10 AM C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, the Public Works Department desires to purchase a 11/4 ton regular cab 4x2 chassis cab as detailed in the attached communication to utilized by the Environmental Quality Control Division; and, WHEREAS, Anderson Ford submitted a total bid of$33,911.00 to the State of Nebraska under Contract No. 12929 OC for the purchase of a 11/4 ton regular cab 4x2 chassis cab; and, WHEREAS, the Purchasing Agent is authorized to purchase a 11/4 ton regular cab 4x2 chassis cab based on the bid submitted to the State of Nebraska under Contract 13640 OC. 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 Anderson Ford for the purchase of a 11/4 ton regular cab 4x2 chassis cab as detailed in the attached communication to be utilized by the Environmental Quality Control Division in the total amount of$33,911.00; and,that the Finance Department is authorized to pay this cost from the Sewer Revenue Fund 21121, Interceptor Maintenance Organization 116717, year 2014 expenditures. 247414scp APPROVED AS TO FORM: S - /9 .ITY ATTORNEY DATE By i0:4;Aybh,„ Councilmember Adopted ' - 3.20.t4 6-' ‘"20.0 City Clerk Approve4i/1A � t�r t Mayor NO. 7f Resolution by Res. that, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Anderson Ford for the purchase of a 11/4 ton regular cab 4x2 chassis cab as detailed in the attached communication to be utilized by the Environmental Quality Control Division in the total amount of $33,911.00; and, that the Finance Department is authorized to pay this cost from the Sewer Revenue Fund 21121, Interceptor Maintenance Organization 116717, year 2014 expenditures. 247414Ascp f; Presented to City Council JUN - 3 20t4 Adopted - � euit?N grown City Clerk