Loading...
RES 2013-0776 - PO from Performance Dodge for vehicles ('- ° NE&P (}{y ({' `t V t [i ,`C�: AHA. 7 t,1 4... �,.` � �c��a� � � .mitt. at 13 NAY 17 I'l k t 1 4 4p�A*p0l�' 0...„,...„,,,.,,,,, ,,,, . ,_,.,., „ OR�r'6D FEB,,...4.,r,„,„!„,,n, t- CITY CLERK ��q��'V"? City of Omaha fMAHA, N!."M ASK, t, +����,`Yrf�,� Jim Suttle,Mayor Todd R.Schmaderer Chief of Police Omaha Police Department "To Serve and Protect" 505 South 15th Street Honorable President Omaha,Nebraska 68102-2769 (402)444-5600 fax(402)444-5898 and Members of the City Council, www.opd.ci.omaha.ne.us Transmitted herewith is a Resolution authorizing the payment to Lincoln Dodge, Inc., dba Performance Dodge in the amount of $79,215.00 for five (5) 2013 Dodge Avengers for the Omaha Police Department Criminal Investigations Bureau. Performance Dodge has provided Nebraska State Contract pricing#13423 OC. Funds of $79,215.00 have been appropriated in the Year 2013, General Seized Assets Fund 12156, Organization 177772, Account 47031 Vehicles Small/Law Enforcement Only. The Finance Department is authorized to pay the cost from this account. Respectfully submitted, /*Id ,e,/ ,...1"-- 7 —<3 Todd R. Schmaderer Date Chief of Police Approved as to Funding: Referred to City Council for Consideration: _1-J-1°4- 'z':14("P' '-'4‘ , ,..5 '751 12 ,ry .....6---16--/3 '/' '' L'i Allen Herink Date Mayor's ffice 1 Date Acting Finance Director S:AOPD\1297ddr A Nationally Accredited Law Enforcement Agency State Purchasing Bureau I! STATE OF NEBRASKA CONTRACT AWARD State Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR P.O.Box 94847 PAGE ORDER DATE Lincoln,Nebraska 68509-4847 1 of 4 12/08/12 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 MICHELLE MUSICK(AS) CONTRACT NUMBER VENDOR NUMBER: 503761 13423 OC VENDOR ADDRESS: Primary Award LINCOLN DODGE INC E85 Award DBA PERFORMANCE DODGE 6601 TELLURIDE DR LINCOLN NEBRASKA 68521-8974 AN AWARD HAS BEEN MADE TO THE VENDOR NAMED ABOVE FOR THE FURNISHING OF EQUIPMENT,MATERIAL,OR SUPPLIES AS LISTED BELOW FOR THE PERIOD: 2013 Production Year NO ACTION ON THE PART OF THE VENDOR NEEDS TO BE TAK :N AT THIS TIME.ORDERS FOR THE EQUIPMENT OR SUPPLIES WILL BE MADE AS NEEDED BY THE VARIOUS AGENCIES OF T S_-ATE. 1� F THIS CONTRACT IS NOT AN EXCLUSIVE CONTRACT TO FU` 1 E EQUIPMENT OR SUPPLIES SHOWN BELOW,AND DOES NOT PRECLUDE THE PURCHASE OF SIMILAR ITEMS FROM Q URCES. f '1�THE STATE RESERVES THE RIGHT TO EXTEND THE PER' + ,1THIS CONTRACT BEYOND THE TERMINATION DATE WHEN MUTUALLY AGREEABLE TO THE VENDOR AND THE STATE.pR t 4 " kr: i Original/Bid Document 4137 OF /ik ,i r,r.., 2013 or Current Production Year,COMPACT 4 DOOR SE"A as i he attached specifications,terms and conditions for the 2013 Production Year. ir i See attached Terms and Conditions page for approxim to i t : pichased.The Unit Price is equal to the Base Price for tp. items before the Option Bid List. 1 , ' ; Make/Model:Dodge Avenger I 1 G j 1 1 Delivery: 90-120 Days ARO. . � " rt+ ( 4 . 4 E rip b ~} x t� Quantities shown re estl ates o ly .`d re `i t to a`co- 'o .. a 1n I icr rties4e'S S a_ of Nebraska reserves the right to increase o e se: n Ide s'D i i :i .. . ill ';l Ni 8, e ` ,atr llj�l s d' s t [r' p ( F `Form can be The State may a t _ t c&o }ns �� a -, - found at http:// d,s tek e a� i. i a :: 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. I-t,A.t y K tik ATERIEL ADMINISTRA OR R435001N1SCR101 100423 STATE OF NEBRASKA CONTRACT AWARD ng Bureau State 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 I OR PAGE ORDER DATE P.O.Box Lincoln,Nebraska 68509-4847 2 of 4 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 , soon MICHELLE MUSICK(AS) CONTRACT NUMBER VENDOR NUMBER: 503761 13423 OC I. If the Contractor is an individual or sole proprietorship,the following applies: i 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 I disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb.Rev.Stat. §4-108. 1 1 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; >r 2.The original ITB document; 3.Any Addenda and or Amendments to include Questions a = ,ns, ers; - 4.Warranty documents supplied with the bid; . 11 y 5.The contract award. ;;. _ . Unless otherwise specifically stated in a contract amendmen g i a. of any conflict between the incorporated documents, the documents shall govern in the following order of prefer nice i h tuber 1 receiving preference over all other documents i. and with each lower numbered document having prefereiceGov r aAh+ igher numbered document: 1)the contract award,2) - ITB addenda or amendments,to include Questions and' nse' , I 'Ike latest dated amendment having the highest priority, I 3)the original ITB,4)the signed ITB Contract document,5 , : rt documents supplied with the bid. Any remaining uncertainty or ambiguity shall not be interpr 1 i a r S 'either party because such party prepared any portion of the Agreement,but shall be interpreted according to the rc+{tatco i•of rules of interpretation of contracts generally. f C r It is understood by the parties that in the State of Nebrask,� a io ny limitation on the contractor's liability is unconstitutional under the Nebraska State Constitution, 1_ kfl, ec)tlon 3 and that any limitation of liability shall not be binding on the State of Nebraska despite,inclusion of sigh'lah ugge d cuments supplied with the contractor's bid. Vendor Contact:Jim Monohon0 �k r '- ),, „t , £0,f € I:�t'r,rs iii 'S'p:}, rT I 1�1li S i ^�a t3= 3 ��Phone: 402-493�78 .41.4 .' }I Fax 402-763-805 9, , ' l i ` f ° 1 i `e t! `t .c4 E-Mail:jmonoho xtetauto m F + A 0 , (12/08/12jh) t..,N ' ' _;r.m �_^X`: �`� ,t €,`� � - Estimated Unit of Unit Line Description Quantity Measure Price 1 COMPACT 4 DOOR SEDAN 20.0000 EA 15,843.0000 DODGE AVENGER 2013 or Current Production Year Compact 4 Door Sedan Series,Code,Trim Level: SE JSDH41 Engine: 2.4L 14 EPA: 20-23 The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. Yr4Yv► BUYER INITIALS R43500101SCR101 100923 STATE OF N EBRAS K State Purchasing Bureau A CONTRACT AWARD 301CentennialPurchasing Mall South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box a7 Lincoln,Nebraska 68509-4847 3 of 4 12/0B/12 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 MICHELLE MUSICK(AS) CONTRACT NUMBER VENDOR NUMBER: 503761 13423 OC Estimated Unit of Unit Line Description Quantity Measure Price 2 E85 COMPACT 4 DOOR SEDAN 20.0000 EA 17,707.0000 DODGE AVENGER 2013 or Current Production Year E85 Compact 4 Door Sedan E85(Units capable of operating on a fuel mixture of up to 85%Ethanol/15%Unleaded gasoline without additional change or conversion.) Engine: 3.6L V-6 FFV `k Series,Code,Trim Level: SE JSDH41 EPA: 14-16 *imp, 1 The original manufacturer's statement of origin,a cd uthorization card,and a properly executed service and warranty policy shall accompany each vehicle wi )I\eyed. Mk--,c. i t , i 3 ADDITIONAL REMOTE FOB ,A, #riliO �'ifs ill I£ 20.0000 EA 120.0000 (DEALER) . 1 ! ' ` 4 STANDARD PAINT I, , E 20.0000 EA 0.0000 5 ADDITIONAL COST FOR DROP 1 ; ; 20.0000 EA 400.0000 SHIPMENT OUTSIDE LINCOLN I I Drop shipment charges would be for vehicles1coil h .b ` , litical entities and other Divisions of Government. r li t 4441 S ,,, ,-,0)!# 3 !-'ark it i fgt t� Y a a k e r 15 4 . Iiiilli, Ili 5 P 3.¢ _Y- arc ..--- : u 1 �� �6x 1 . ' -- . . , _ fthk_ea'"5 ct h' r ,�- :. tAA ln� i�..(�.•c/ BUYER INITIALS R43500jNISCR101 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.usimaterlel/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 ieliver individual items at the prices quoted. SPECIFICATIONS-Any manufacturer's names, trade names, brand names, informghation 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,rriaterial 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 specificafiohen 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.€ tis_ refurbished equipment will be accepted,unless otherwise stated. ALTERNATE/EQUIVALENT BIDS-Bidder may offer bids which are at varian fro 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 Direc or h lima will result in goods and/or services equivalent to or better than those which R Ti would be supplied In the original bid specifications. Bidders must indicate on It e h Non to Bid the manufacturer's name,number and shall submit with their bid, sketches, descriptive literature and/or complete specifications. Reference to Iite`atu,e ubmitted 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 fated deviatipn 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. r i t11 1, f 4,1(f , li. SAMPLES-When requested,samples shall be furnished at the bidders expene pC, rto 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 e 1tilii b mules submitted must be representative of the commodities or equipment which would be delivered if awarded the bid.The State of Nebraska reserves0 ,ht o rquest 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 res edi o nrijl c:donated to a public institution. RECYCLING-Preference will be given to items which are manufactured of pr ail € fro hire pled material or which can be readily reused or recycled after their normal i use as per State Statute Section 81-15,159. i LATE BIDS-All bids will be time and date stamped upon receipt by the S to Pu �j.sing ur 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 i the.h dderitinopened.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 IQnvtta 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 Telepp'(hone bids are not acce fable A bidmayinot be altered after opening of the bids. NO BID-If not submitting a bid,respond by returning theilnvilartin to Bid ex,41 plainin I. g t�h . e srhiin thespace provided.Failure to respond to an Invitation to Bid may be cause for the removal of the bidder's nameroin the ailing iist NOTE To qualify as a,respondent be der must submita NO BID"and it must be received no later r�, r_"-T i•r4 ohs t Rm c. 4 ..-§e 4y{ than the stated bid opening date and trine iI�,j Flo ,. i nh h , 1 ?1 IQ a cores a be e' b y 1 AWARD-All purchases, le'Al $' ctorr��treets jwIti re base o 6hipet et a 44).41s rdgd le— r .0 pie``=biditler determined according to the provisions of State Statute Sector 81 161 R R S 1943 i.The State eserVe e rig Do re)� t , r all i holly o €rt id to'VY�a`We any deviations or errors that r ' h title Ina'manner deemed in the best are not material,do not 101. id je the iegrti aoy of he bldaf 1'6' of i ve ihe`r'cfiers egg !OVA tioft ,lI we,ds h�It 04tri interest of the State hi'i`4 i� V, ,g 'kr��4,,,1',¢t'�.,:-�R ate;i } a_k€. ''w`'..''..�`yi, y ,,t.. wit , k''`�f .Sn r. BID TABULATIONS-Tabulations writ be'fumislied upon rcitten�regtfesL'.A ;atidresseo;'stam d'en elope 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: jhtto:l/www.das.state.ne.us/materielipurchasinglbidtabs.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 4 of 4 • 2013 or Current Production Year Compact 4 Door Sedan OPTIONS BID LIST The options shall meet or exceed the following requirements that are exceptions to specification and must be FACTORY INSTALLED. Quotes must be furnished if available for items listed below, if not included as standard equipment or required in main part of this specification. KEY- If no price is indicated in Unit Price choose from the following: N/C = No Charge STD = Standard in Base Price N/A= Not Available from Dealer/Mfg. N/APP = Not Applicable to Spec/Option On-Line - N/C, no additional charge On-Line- Charge, indicate price Unit Price Engine (other). $ N Specify Engine Size: 4 Heavy duty bench front seat. $ 04 5 Heavy duty split front seat. $ 6 Power heavy duty split front seats. $ /j 7 Stability traction control system (if not available as standard equipment). $ �-- 8 Full-size spare tire (rim can be steel). $ // f 9 Additional remote fob from manufacturer. (34:1 r) $ QO 10 Standard Paint- Attach List and Identify as No Additional Cost Paints. $ L1ci 11 Extra Cost Paint-Attach List and Identify as Extra Cost Paints. $ . X/Ji 12 AWD -All Wheel Drive, if available from factory. $ ,�/ , 13 Reverse sensing system. $ i , . 14 Remote keyless entry system with two (2)fobs ( if not standard). $ , Additional costs for warranties from manufacturer. $4/d 4d/. 15 State YEARS: MILES: Additional costs of charges for vehicle drop shipment outside the Lincoln 16 area. Drop shipment charges would be for vehicles bought by political $ 0 e6 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). 4137 OF 2013 Compact 4 Door Sedan 1 of 1 2013 or Current Production Year Compact Four-Door Sedan STATE OF NEBRASKA PURCHASING BUREAU SCHEDULE OF EVENTS SCHEDULE OF EVENTS The State expects to adhere to the tentative procurement schedule shown below. It should be noted, • however, that some dates are approximate and subject to change. ACTIVITY DATE/TIME 1 Release Invitation to Bid September 28, 2012 2 Last Day to Submit Written Questions October 5, 2012 3 State Responds to Written Questions Through an October 10, 2012 • Addendum to be posted to the internet at: http://www.das.state.ne.us/materiel/purchasino/rfp.htm 4 Option Bid List Opening October 16, 2012 Location: Nebraska State Office Building 2:00 p.m. State Purchasing Bureau Central Time 301 Centennial Mall South, Mall Level 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 4137 OF; Compact Vehicles Questions". It is preferred that questions be sent via e-mail to matpurch.dasmatCa�nebraska.00v. 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 Michelle Musick, showing the total number of pages transmitted, and clearly marked "ITB Number 4137 OF; Compact Vehicles Questions". Written answers will be provided through an addendum to be posted on the Internet at http:f/www.das:state.ne.us/materiel/purchasing/rfp.htm on or before. the date shown in the Schedule of Events. • • 4137 OF 2013 Compact 4 Door Sedan Page 1 of 10 2013 or Current Production Year Compact Four-Door Sedan STATE OF NEBRASKA PURCHASING BUREAU SPECIAL TERMS AND CONDITIONS These contract conditions are applicable to bid specifications for 2013 or Current Production Year model Subcompact, Compact and Intermediate Vehicles. Compact, 1/2, 3/4 and 1 Ton Pick-Ups. Seven Passenger and One-Ton Passenger Vans. Cargo and Utility Vans. Police Cruisers and Special Service Vehicles. Sport Utility and Cross Over Vehicles. Hybrid Vehicles. 1. All bidders must comply with the licensing requirements for motor vehicle dealers established under the Motor Vehicle Industries Regulation Act, Nebraska Revised Statutes, Chapter 60, Article 14 at time of bid. Bids will only be accepted from bidders who are fully compliant with the Motor Vehicle Industries Regulation Act, Chapter 60,Article 14. 2. Award may be made to the most responsible bidder submitting the lowest base price, except the State reserves the right to split the award as follows: A. Minimum of 70%to bidder with lowest base price. B. Maximum of 30%to the low bidder, of another manufacturer, whose base price is within 10% of the lowest base price. C. Lowest base price may be based on engine size/fuel type and/or life cycle cost. (Cost of Vehicle) + ((80,000/EPA Estimated Highway MPG)x EIA Average Price Force *) *EIA Average Price for Midwest Region Regular Grade 3. Listed below are the approximate units to be purchased. These amounts are estimates only; and the actual quantity ordered will vary. These estimates are based on last year's contract usage for the State of Nebraska as a whole, including the vehicles purchased by Political Subdivisions of the State of Nebraska. A. Cars•-230 each B. Vans-83 each C. Pick-Ups, Trucks-247 each D. Police Cruisers,Special Service Vehicles - 184 each E. Sport Utility Vehicles—33 each An estimated 777 vehicles may be purchased from the State of Nebraska contracts for the 2013 production year. 4. The vendor to provide with bid, the build-out dates or tentative build-out dates if they are available. If not available at the time of bidding, the-vendor should immediately notify AS/Materiel Purchasing Bureau (FAX(402)471-2089)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. 5. Bids must be signed in ink by the bidder on the State of Nebraska's Contract Invitation to Bid • form. FAILURE TO INCLUDE THIS FORM SIGNED IN INK WILL BE CAUSE FOR REJECTION OF THE CONTRACT INVITATION TO BID RESPONSE. 4137 OF 2013 Compact 4 Door Sedan Page 2 of 10 2013 or Current Production Year Compact Four-Door Sedan , 1) STATE OF NEBRASKA PURCHASING BUREAU SPECIAL TERMS AND CONDITIONS 1 6. Contractors are to supply information regarding contract usage by State Agencies, Boards, and Commissions including Political Subdivisions of the State of Nebraska. Information must include the following: Agency or Political Subdivisions etc., units purchased and dollar amount. Information must be provided to State Purchasing Bureau by no later than sixty(60) days after the build out date. 7. 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. 8. Once contracts are awarded, purchase orders issued by ordering agencies should include, vehicle description, number of units ordering, shipping and, billing location, contact name and phone number, and related information. 9. Contractor is to provide manufacturer's order number to the purchasing agency or political subdivision within five (5) business days after the purchase order is received. Vehicle invoices or supporting documentation accompanying the invoices should include a hard copy, bar-coded version of the Vehicle Information Number(VIN)for each vehicle: 4137 OF 2013 Compact 4 Door Sedan Page 3 of 10 2013 or Current Production Year Compact Four-Door Sedan -� STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS The vehicle furnished under this specification shall be the latest model, standard production units, offered to the general trade, equal in every respect to the construction and performance characteristics shown in the manufacturer's specifications and descriptive literature for this type of vehicle as manufactured and advertised for delivery in the continental United States and including all equipment normally offered and installed at the factory. "Stripped"car versions are specifically excluded. Engine bores: main bearings, connecting rod bearings and wrist pins shall not exceed the manufacturer's established size tolerances. All vehicles offered must meet or exceed the following minimum specifications. It is intended the manufacturer will build the car to these specifications and the selling or servicing dealer will be required only to perform the normal pre-delivery service and not be required to modify, alter, exchange, assemble, install or paint various components to meet these specifications. 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 response. ACCEPTABLE MODELS All vehicles that meet or exceed these specifications may be bid on this invitation. 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 gasoline. Deliveries desired prior to 120 days after receipt of order; quoted deliveries beyond 120 days are an award consideration. All deliveries shall be scheduled with agency representative. The vehicles shall not have over 200 miles on the odometer at the time it is officially accepted. Vehicles will not be accepted if all paper work is not with the vehicle at time of delivery. Dealer still owns the vehicles until buyers sign all required paper work. 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. Cars shall be guaranteed to include all the latest engineering developments adopted by the company applying to transmissions, fuel systems, engines, and accessories, and to possess the capability of operating on lead- free gasoline and gasohol/ethanol. All vehicles shall comply with all current provisions of the National Traffic and Motor Vehicles Safety Act, and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles (units capable of operating on a fuel mixture of up to 85% Ethanol115% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. 4137 OF 2013 Compact 4 Door Sedan Page 4 of 10 I2013 or Current Production Year Compact Four-Door Sedan STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS Meets Specification - Please,lndicate -(If other explain on comment line). All items listed below are required. If there is an exception, a detailed explanation must be provided. Ys . Exception 1) BODY A. Color: body color and interior trim will be selected from manufacturer's standard colors. (Note: attached color charts i shall be considered manufacturer colors with no extra cost unless specified on the options). AB. Glass: Approved tinted safety glass shall be required in all doors, windows, and windshields. XC. Insulation: Standard production heat and sound insulation to be provided. D. Full-length headliner to be furnished. • E. Power Windows: Electric power windows required. F. Seats:All seats are required to have foam rubber cushions, cloth with vinyl trim. Lumbar support if available from factory. XG. Arm Rests: Required on both left and right-hand sides of each seat (fronts only). Door arm rests and Center console/armrest will be acceptable, factory installed only. H. Sun Visors: Dual, padded I. Mirrors: Interior adjustable, day and night tab (selector type, non- glare). Outside rearview mirrors of electric remote control type mounted on left and right sides of vehicle. J. Power Outlet: Required. K. Seat Belts: Individual lap/shoulder for all seats as applicable per seat occupancy with standard automatic retractors. L. Horn: factory horn required. M. Windshield Wipers and Washer: Multiple-speed electric with washer and intermittent or delay capability. _ _ N. Air Conditioner: Best grade factory installed air-conditioning, manually controlled, to include all items normally included in the . factory package. X O. Heater: A fresh air type heater with windshield defrosters shall be installed. P. Rear Window Defroster: Required. Q. Radio: Manufacturer's standard factory installed AM/FM/CD Stereo radio. ____ R. Lights: Halogen high beam headlights with low beam; back up lights; dome light. Directional signals to be complete with front and rear lights, self-canceling control lever on the steering column. Hazard lights. Daytime running lights, if available from the factory. 1 S. Floor Coverings: Carpeting, both front and rear required. T. Electric Power Door Locks. Three (3) sets of keys/fobs per vehicle required. . U. Hood Release: Inside. 4137 OF 2013 Compact 4 Door Sedan Page 5 of 10 2013 or Current Production Year Compact Four-Door Sedan • STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS V. Automatic Speed control: Required. W. Airbag: Driver and passenger side required. X. Fuel Tank: Minimum, 16-gallon regular model. State size bidding / , 9 • Y. Side Moldings: Protective .side moldings, if available from the factory. Z. Floor Mats: Motor vehicle shall be delivered with factory floor mats (front and rear) required. Comments: Y Exception 2) ENGINE AND DRIVE TRAIN A. Engine: Minimum standards as stated in the specifications. B. Transmission: minimum four speed forward automatic, with lock up converter, if available from the factory. C. Air Cleaner: Dry type. D. Oil Filter: Full flow throwaway types. E. Thermostat: Required as recommended for permanent-type antifreeze. F. Radiator: Coolant recovery system required. G. Axle Ratio: Ratio to be recommended by manufacturer. Comments: Yes Exception 3) SUSPENSION AND RUNNING GEAR A. Wheelbase: Minimum standards as stated in the specifications. B. Steering: Power. C. Steering Wheel: Regular production model or approved deluxe wheel.Tilt steering wheel required. X D. Wheels: Standard original equipment wheels(4) (minimum 16"). E. Tires: Four standard (minimum 16-inch) original or optional equipment tires shall be furnished. "Mini" or 'compact" spares offered as original equipment are acceptable. All tires except the "mini" or "compact" spare shall be all season steel-belted radial manufactured by a major manufacturer and shall be factory installed. The spare rim can be steel. Tires should have. a 50,000-mile tire rating. Tires to be manufactured and labeled by a major manufacturer and installed by factory. F. Brakes: Anti-Lock braking system required. ___ G. Suspension: Must be designed to handle passenger and cargo requirements. ESC (Electronic stability and traction control) system if available from manufacturer. 4137 OF 2013 Compact 4 Door Sedan Page 6 of 10 2013 or Current Production Year Compact Four-Door Sed n STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS Comments: Ye Exception 4) ELECTRICAL SYSTEM A. Ignition system: 12-volt, solid state. Must be equipped with high tension, radio frequency shielded, ignition wiring. B. Battery: Heavy-duty, maintenance free, highest cold cranking amperage capacity avv�b fro.tJe factory for model bidding. Specify amperage: f" XC. Alternator: Standard, required. Comments: Yes Exception 5) MISCELLANEOUS x A. All cars shall be protected to 34 degrees below zero Fahrenheit by permanent type ethylene glycol base antifreeze of the brand normally furnished by the manufacturer. The radiator shall be tagged or marked to indicate the type, brand and degree of protection. B. Each unit shall be delivered to the purchaser with all wheels balanced and the front end aligned. C. Manufacturer's standard complement of tools, bumper jack, wheel wrench, and jack handle shall be provided, together with facilities for storage. Comments: Yes Exception 6) SUSTAINABILITY A. If any part or component of the vehicle bid contains recycled or bio-based material(s), please list and provide detailed information on the environmental attributes. Comments: 4137 OF 2013 Compact 4 Door Sedan Page 7 of 10 • 2013 or Current Production Year Compact Four-Door Sedan STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS Yes Exception 7) DELIVERY A. All vehicles shall be delivered FOB destination in Lincoln, Nebraska and in accordance with the Delivery Schedule shown on the purchase order. Vehicles are to be road ready, fully equipped, serviced, and washed with a minimum of a 14 tank of gasoline. Vehicles showing lack of proper dealer pre-delivery service shall be subject to rejection until the vehicle is properly serviced. Factory pre-delivery service is not acceptable. Dealer nameplates, decals, etc., shall not be affixed. A signed copy of the completed manufacturer's "New Vehicle Preparation- Inspection and Road Test" form must accompany each vehicle at time of delivery. B. After the car has been fully serviced, the dealer may deliver it by rail freight, truck transport or by driving to the destination. IMPORTANT: The motor vehicle shall not have over 200 miles on the odometer at the time the motor vehicle is officially accepted and signed for by the purchaser. Deliveries shall be made between the hours of 9:00 AM and 3:00 PM daily, except Saturday, Sunday, and holidays. All deliveries must be scheduled with the Agency Representative. C. The original manufacturer's statement of origin, a service authorization card, and a properly executed service and warranty t' policy shall accompany each vehicle when delivered. x D. Each vehicle shall be completely checked by the vendor to ensure conformance with the manufacturer's specifications and the State of Nebraska requirements as stated herein. �( E. Invoices shall describe the vehicle, including vehicle identification number (VIN), key number and State of Nebraska • purchase order number. F. Contract supplier or suppliers may honor pricing and extend the contract to political subdivisions, cities and counties. Political subdivisions, cities, and counties must meet terms and conditions of the contract. _ G. Motor vehicles that have been wrecked or sustained more than minor nicks and scratches will not be accepted. The vendor should not attempt to deliver a unit until minor nicks and scratches have been repaired. Failure to comply with the above may result in the dealer not being allowed to bid on future motor vehicles contracts. H. Vendor shall provide order number to the purchaser within 5 business days after Purchase Order has been received. Vendor shall email, fax, or mail this information to each buyer. Comments: ' 4137 OF 2013 Compact 4 Door Sedan Page 8 of 10 2013 or Current Production Year Compact Four-Door Sedan p STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS ' Ys Exception 8) WARRANTY A. The manufacturer's standard warranty shall apply to each vehicle (refer to item B below). Mechanical or body repair required under manufacturer's warranty, prior to use of the vehicle by the State, shall be the responsibility of the selling dealer, including the transportation thereof. Warranty to be effective from date of issuance of first assignment and the mileage warranty will begin from the mileage on the odometer on the date of assignment. The selling dealer will provide warranty activation cards or delayed warranty forms with manufacturer mailing information in order to properly activate said warranty. n B. A minimum warranty of. 3 years, 36,000 miles or the manufacturer's standard warranty, whichever is greater, is • required. A minimum of 5 years, 100,000 miles rust warranty is required. Indicate standard manufacturer's warranties. The manufacturer's standard warranty shall be stated in the -Exceptions/Comments section of the Bid and noted if different than requested. Comments: Yes Exception 9) SERVICE A. Prior to the awarding of, or entering into any agreement or contract, whether verbal or in writing, it shall be the responsibility of the manufacturer and/or the successful bidder to ensure and satisfy the State of Nebraska that there are factory authorized dealers, geographically located within the United States of America and the State of Nebraska, who will service and repair the vehicles being submitted for consideration without undue • _ delay. B. It iss the responsibility of the vendor to see that the following agencies have received, or will receive in a timely fashion, Fleet Buyers Guides and Source Book for ordering purposes: AS/Transportation Services Bureau, AS/Materiel Division Purchasing Bureau, University of Nebraska-Lincoln Transportation Services, Game and Parks Commission, Department of Roads, and the Nebraska State Patrol. C. THE STATE OF NEBRASKA'S OBLIGATION TO PAY IS CONTINGENT UPON LEGISLATIVE APPROPRIATION OF FUNDS FOR THAT PURPOSE. SHOULD SAID FUNDS NOT BE APPROPRIATED, THE STATE OF NEBRASKA MAY TERMINATE THIS AGREEMENT. THE STATE OF NEBRASKA WILL GIVE THE VENDOR THIRTY DAYS WRITTEN NOTICE OF SUCH TERMINATION. 4137 OF 2013 Compact 4 Door Sedan Page 9 of 10 ' I 2013 or Current Production Year Compact Four-Door Sedan STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS D. Vendor must indicate to whom payment is to be made, stating full name of company or entity, complete address and telephone number. After contract is awarded, payment shall only be made as indicated unless written notification is made to the AS/Materiel/Purchasing Bureau requesting an addendum to the contract; must be done 30 days prior to the delivery of vehicle. X THERE WILL BE NO EXCEPTIONS! E. If vendor is interested in electronic fund transfer (EFT) payment, please contact purchasing agency after contract has been X F. awarded. • The manufacturer and/or the successful bidder should allow the • State of Nebraska to participate in the manufacturer's service training network. Service network includes dealer onsite training, schools and computer based training when applicable. Comments: NON-COMPLIANCE STATEMENT Read this specification carefully. Any and all exceptions to this specification must be stated below or attached to the Invitation to Bid, in ink in a legible format. Non-compliance can void your bid response. EXCEPTIONS/COMMENTS: Use additional pages if needed 4137 OF 2013 Compact 4 Door Sedan Page 10 of 10 , SE' Ao /3 1O4)Q 4V6A/aa 40- A040e .17z/37 ic • rE1 .4!.4.6geOW-011;t0 OLP 10.10 Mr9PqgPtW--STER-ItKOW-ggiarAV-:WIFir~: 14*;*- tWeni+SI COLOR/TRIM • SfWP $MSRP BLACK SUCK/LT FROST BEIGE PREMIUM CLOTH BUCKET SEATS (s) N1C C7X9 (S) N/C N/C C7XL IMONOTONE PAINT-APA PRIMARY COLOR BILLET SILVER METALLIC CLEAR COAT N/C PSC PSC BLACK CLEAR COAT N/C PX8 PX8 BLUE STREAK PEARL COAT N/C N/C PCL PCL -BRIGHT WHITE CLEAR COAT WC N/C PWT PW7 CRYSTAL BLUE PEARL COAT N/C N/C PDB PDB REDLINE 2 COAT PEARL N/C PRM PRM TRUE BLUE PEARL COAT WC WC PBU PBU TUNGSTEN METALLIC CLEAR COAT N/C N/C PDM PDM • E-EXTRA COST WC-NQ CHARGE WA-NOT AVAILABLE RESOLUTION—ORDINANCE BACKGROUND To: Department Directors From: Deputy Chief M. Elizabeth Davis Police Services Bureau Date: May 6, 3013 1. Chief Schmaderer 2. Law Department [✓ 3. Finance Department 4. Mayor's Office Please sign attached resolution and forward to the next Department for signature using this check sheet as a guide. Please call Daneen at x6158 after signature and when forwarding. Thank you. Subject: Resolution authorizing the payment to Lincoln Dodge, Inc., dba Performance Dodge in the amount of $79,215.00. Initiated by: Connie Percosky Reason: For five (5) 2013 Dodge Avengers for the Omaha Police Department Criminal Investigations Bureau Contact Person: Captain Adam Kyle x5633, Connie Percosky x5615 Funding: General Seized Assets Fund Reviewed by Law: Deputy City Attorney, Bernard in den Bosch C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, Lincoln Dodge, Inc., dba Performance Dodge was requested to submit a quote for five (5) 2013 Dodge Avengers for the Omaha Police Department Criminal Investigations Bureau; and, WHEREAS, Performance Dodge submitted a quote of$79,215.00, being Nebraska State Contract pricing #13423 OC, obtained through a competitive bidding process pursuant to law and constitutes the lowest and best bid; and, WHEREAS, the Mayor recommends the authorization of this purchase and payment. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT as recommended by the Mayor, the purchase based upon the quote of Performance Dodge in the amount of $79,215.00, which represents Nebraska State Contract bid pricing, having been determined to be the best available current price, for five (5) 2013 Dodge Avengers for the Omaha Police Department Criminal Investigations Bureau, is hereby approved. BE IT FURTHER RESOLVED; THAT the Finance Department of the City of Omaha is authorized to pay $79,215.00 for the cost of the five 2013 Dodge Avengers from Year 2013, General Seized Assets Fund 12156, Organization 177772, Account 47031 Vehicles Small/Law Enforcement Only. APPROVED AS TO FORM: .511 I 1->rtvzq CITY ATTORNEY DATE S:\OPD\1298ddr B 4 1 ' Y • ncilmember Adopted JUN - 4 2016; /44,A1 e C' y ClerklC//j Approved.... Mayor No. .......... .�.............. Resolution by Res. that, as recommended by the Mayor, the purchase based upon the quote of Performance Dodge in the amount of $79,215.00, which represents Nebraska State Contract bid pricing, having been determined to be the best available current price, for five (5) 2013 Dodge Avengers for the Omaha Police Department Criminal Investigations Bureau, is hereby approved, and that the Finance Department of the City of Omaha is authorized to pay $79,215.00 for the cost of the five 2013 Dodge Avengers from Year 2013, General Seized Assets Fund 12156, Organization 177772, Account 47031 Vehicles Small/Law Enforcement Only. S:AOPD\1298ddr l.,r Piesented to City (oiinoi( JUN - 4 2013 Adopted ujter growra (1:lerk