Loading...
RES 2013-0251 - PO to Anderson Ford Lincoln Mercury Mazda for SUV tiA0 , • �9� _ ' _ Department- Public Works De �i ' C Omaha/Douglas Civic Center ®;¢' +4 � February 26, 2013 i 3 1F" E: ', i - 1819 Farnam Street,Suite 601 p F 3 '�`. _: ' Omaha,Nebraska 68183-0601 �A° �ro (402)444-5220 4,'rED FEgRii 'y' i x Fax(402)444-5248 City of Omaha p P' 1 r, iq Robert G.Stubbe,P.E. Jim Suttle,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 Lincoln Mercury Mazda on the bid for the purchase of a large 7-passenger SUV to be utilized by the Traffic Engineering Division. The Fleet Management Division has recommended award be made to Anderson Ford Lincoln Mercury Mazda based on a bid submitted to the State of Nebraska per Contract No. 13456 OC in the amount of$25,739.00 as detailed in the attached communication dated January 30, 2013. The contractor has a current Contract Compliance Report Form (CC-1) on file. As is City policy, the Human Rights and Relations Department will review the contractor to ensure compliance with the Contract Compliance Ordinance. The Finance Department is authorized to pay the cost of the purchase of large7-passenger SUV from the Street and Highway Allocation Fund 12131, Traffic Engineering Equipment Organization 116191, year 2013 expenditures. 'The Public Works Department recommends the acceptance of the bid from Anderson Ford Lincoln Mercury Mazda and requests your consideration and approval of this Resolution. Respectfully submitted, Referred to City Council for Consideration: QAAA-t.1}4-6-c..., ; _ r-- Robert G. Stubbe, P.E. Date Mayor's (office Date Public Works Director Approved as to Funding: Approved: s,2 4 , t. e.c , uz a—((_,3 . J1p err-Lc. k 1. l I i 3 Leslie A. Schaefer Date Human Rights and Relations s Date -5S) Interim Finance Director Department 208313scp Preiner, Sue (PWks) From: McCoy, Marc(VMF) Sent: Wednesday, January 30, 2013 2:57 PM To: Preiner, Sue (PWks) Cc: Koti, Murthy R. (PWKs); Pfitzer, Todd (PWKs); Hurt, Holly(Prch); Carlson, Eric J. (Prch); Faris, Steve (VMF) Subject: Traffic Full Sized SUV Attachments: 13456(oc)awd Large SUV.pdf INTEROFFICE MEMORANDUM TO: SUE PREINER FROM: MARC MCCOY SUBJECT: FULL SIZED SUV DATE: 01/30/2013 CC: MURTI IY KOTI,TODD PFTIZER,HOLLY HURT,ERIC CARLSON,STEVE FARIS Sue, please generate a Council resolution for the purchase of one (1) Full-sized SUV to be utilized by the Public Works Traffic Division. This SUV will be purchased and equipped using the following State Contract. Contract 13456 2013 Large SUV Quantity Description Unit Price 1 Large SUV 7 Passenger $25,464.00 1 Reverse Sensing System $275.00 Total $25,739.00 Murthy Koti 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 Phone (402)323-4013 Fax(402)458-9805 l obbyC(1ndersonautogroup.com Thank you, Marc McCoy Equipment Services Manager City of Omaha Fleet Manageent 2606 N. 26th Street 1 STATE OF NEBRASKA CONTRACT AWARD State Purchasing Bureau 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 Lincoln,Nebraska 68509-4847 1 of 4 12/18/12 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 MICHELLE MUSICK(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 13456 OC VENDOR ADDRESS: AFL,LLC Secondary Award 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: 2013 Production Year NO ACTION ON THE PART OF THE VENDOR NEEDS TO BE TAKEN AT THIS TIME.ORDERS FOR THE EQUIPMENT OR SUPPLIES WILL BE MADE AS NEEDED BY THE VARIOUS AGENCIES OF THEA ATE. 4" s THIS CONTRACT IS NOT AN EXCLUSIVE CONTRACT TO FURNI SHE EQUIPMENT OR SUPPLIES SHOWN BELOW,AND DOES Rift NOT PRECLUDE THE PURCHASE OF SIMILAR ITEMS FROM O I1E pt.a9uRcEs. Kifil THE STATE RESERVES THE RIGHT TO EXTEND THE PERIOD c F.h HI ,CONTRACT BEYOND THE TERMINATION DATE WHEN MUTUALLY AGREEABLE TO THE VENDOR AND THE STATE OFF NE I1AS Original/Bid Document 4175 OF ' tt�l l Iii j; 2013 or Current Production Year, LARGE SPORT UTILIT'YElli LE('PASSENGER),as per the attached specifications, terms and conditions for the 2013 Production Year. (� I 1 a II , t 1I1 See attached Terms and Conditions page for approximate r it =to be purchased.The Unit Price is equal to the Base Price for items before the Option Bid List. l I 1. 1 ' Make/Model: Ford Explorer 4X4 ;0 ,. R��( -€ i Delivery: 90-120 Days ARO. { r f r ' i1 w 1 ter; ' it �i. r � � � �r� . ,f� ry: Y {((t > r ###i t x r f k -, i F Quantities shown are eestimtates"only�and ire no t he onstrt d�to�n n rrm qu r t tj s ielState• o f,Nebraska reserves the right to increase,o decrease any qu hoes a o n ,j : ri3 '�> t r _k �;p-4-iiitetOkartYt' .'ii.- �{ 9Ytr quay P ym t�iAlb I _1, eThe State ma re uet tha g te�t�redeprof i a y1lifteasl ofslatewarrantt,AQH/EFT'Enrollment Form can be q��n .., found at:http://www das.state.ne.us/accounting/forms/achenrol pdf The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of 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. kS r2--191,L BUYER14).rI — ADMINISTRATOR R43500)18SCRI01 100423 STATE OF N E B RAS KA CONTRACT AWARD State Purchasing Bureau 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR P.OPAGE ORDER DATE Linc Box a 2 of 4 12/18/12 Lincoln,Nebraska 68509-4847 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 MICHELLE MUSICK(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 13456 OC If the Contractor is an individual or sole proprietorship,the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form,available on the Department of Administrative Services website at: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; i- 2.The original ITB document; 3.Any Addenda and or Amendments to include Questions and Answers; 4.Warranty documents supplied with the bid; ...%; i 5.The contract award. f t' g: f ,Mti i �_;i pUnless otherwise specifically stated in a contract amendmen{)t�-'ina of any conflict between the incorporated documents, r. the documents shall govern in the following order of prefeferencetith number 1 receiving preference over all other documents and with each lower numbered document having preference pyer�anyihigher numbered document: 1)the contract award,2) ITB addenda or amendments,to include Questions and Ans,W'er ,'wi:h file latest dated amendment having the highest priority, • 3)the original ITB,4)the signed ITB Contract documents 5 Itilvai ir)y il d o puments supplied with the bid. Any remaining uncertainty or ambiguity shall not be i•nterpr t ' .e a st lei party because such party prepared any portion of the Agreement,but shall be interpreted according to the ° atio'ilof rules of interpretation of contracts generally. It is understood by the parties that in the State of Nebrask ��ss' o;I ion y lI. imitation on the contractor's liability is unconstitutional under the Nebraska State Constitution , rtible 0III,S any 3 and that any limitation of liability shall not be P �y binding on the State of Nebraska despite_inclusion of such I hg iagei Cdocuments supplied with the contractor's bid. Vendor Contact: Bobby Colclas re � ,, t �! {yy t'AL vi Phone:402-458 9 Q0 ttt „,` • - Fax 402-458-980 �3'i r 1` iT '{{ w 11 L' k� s}� i�aE ti r ti ni E ',ill ' E-Mail:bobb c a de sonauto ou co , , q , "` ik , > r n d�, c #d ��+Pj"0.: `FK k H dF ii x , 7E i ,{.4 ,}a 4 P p t i fi P P r.0 R�;yit�e ?"y-�,'�i y���#�ks�i'x�� -��'t5 f'��,�„5��#try}�Crr�l.`sl�-�,��s,�.NssR'i�r'. ��....n 1�Err@�v-��,,,�e.}��x,,���,•��s .�..�.. (12/19/12 jh) .:r 414j.f„a, _:, '. 3 , } ,,} tT N,.-. ix4 . Estimated Unit of Unit Line Description Quantity Measure Price 1 2013 LARGE SUV 7 PASS 20.0000 EA 25,464.0000 FORD EXPLORER 4X4 2013 or Current Production Year LARGE SPORT UTILITY VEHICLE(7 PASSENGER) Series,Code,Trim Level:K8B, 100A, Base Engine:3.5L V6 EPA: 17 city/23 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and �Yr`t�{4.tY BUYER INITIALS R4 3500N I SC R I01 100423 STATE OF N E B RAS KA CONTRACT AWARD State Purchasing 301 Centennial Mallall Sj1stAoor S OR PPAGE ORDER DATE Box bra7 Linc 3 of 4 12118/12 Lincoln,Nebraska 68509-0847 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 MICHELLE MUSICK(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 13456 OC Estimated Unit of Unit Line Description Quantity Measure Price warranty policy shall accompany each vehicle when delivered. 2 ADDITIONAL REMOTE FOB FROM 20.0000 EA 155.0000 MANUFACTURER 3 STANDARD PAINT . 20.0000 EA 0.0000 n4 11 4 EXTRA COST PAINT "`4 20.0000 EA 395.0000 5 TRAILER TOWING PACKAGE z?°ks 20.0000 EA -236.0000 e4, (DEDUCT) iii i ;'!1 id AN[11 6 2 WHEEL DRIVE MODEL 20.0000 EA -1,080.0000 4 a r F 4 n,,, (DEDUCT)FWD i 'a `y' ,f; ij ,, r 7 PROTECTIVE SAFETY CAGE ' i 1 3} ' 20.0000 EA 695.0000 POSITION DETERMINED BY THE { i 1 Fleet Manager 1j,.c. ) 8 REVERSE SENSING SYSTEM i l i 1 i '; 20.0000 EA 275.0000 9 ADDITONAL COST FOR VEHICLE s (i 20.0000 MI 2.0000 DROP SHIPMENT OUT SIDE LINCO LN k43 IIjih Drop shipment charges bezorvehiclesbought bypoli c a etitiespad other Divisions of Government. ;IN-: #E i -r ,1 ads 7 1 r i s..1 ¢fn svl uj I[ 4:1 A Q 7 a n 7 (111 1 g � (}i'l 11 ! � II T gINga , ,4 ; yid I '!1 ` ' ' C I4 -. �4. . 'n '4 i Yrl gly:.+�.w tom,.hd3t r1g 3 l�3�r,1, tf t'et1 M4 R r r. s R.a..r.s ,L i T� *4 41 .5; Y h 4 i �` S t I,. w,4,0 C'T2k-Ka-: f�.'' 7,.-5 jw[�,:;4 i .2.,. 7.,a:ts BUYER INITIALS R43500JNISCRi01 10D423 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:/iwww,das.state.ne.us/materiel/gurchasinglpurchasing,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 specificcatipri 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 Nd iUsedYpr refurbished equipment will be accepted,unless otherwise stated. ALTERNATE/EQUIVALENT BIDS-Bidder may offer bids which are at variance frot; the;express specifications of the Invitation to Bid.The State reserves the right to sr> � consider and accept such-bids if,in the judgement of the State Purchasing Dir ectorl of 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 Hell yitation to Bid the manufacturer's name, number and shall submit with their bid, sketches, descriptive literature and/or complete specifications. Reference to literature'Llabmitted 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 stated1devietion 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. �'1 i t ii lr it,'Ii SAMPLES-When requested,samples shall be furnished at the bidders expense prior ttte ope ltoning of the bid,unless otherwise specified.Each sample must be labeled clearly and identify the bidders name,the Invitation to Bid number and ttie i erti Umbrf Samples submitted must be representative of the commodities or equipment which would be delivered if awarded the bid.The State of Nebraska reserves i4 hyhtioiroiqueSt 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 Gesledl orwiil a donated to a public institution. RECYCLING-Preference will be given to items which are manufactured or pr du`cetl ronire yeled material or which can be readily reused or recycled after their normal • use as per State Statute Section 81-15,159. i !it 4 4 j t LATE BIDS-All bids will be time and date stamped upon receipt bythe State nit as Ins 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 t t is idle {inopened.The State Purchasing Bureau is not responsible for late bids or lost requests due to mall service inadequacies,traffic or other similar reasons. I :i 1 ri i l BID OPENING-Openings shall be public on the date and time specified on the lnvit tion 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 lacceptp Ael A hid may not be altered after opening of the bids. NO BID-If not submitting a bid,respond by returning t letlnvit anon to Bid form explaining the1ea4pn in,thespace provided Failure to respond to an Invitation to Bid may - be cause for the removal of the bidder's name,from the aiiling list NOTE-To qualify as a resp r)dent bider must submit a NO BID"and it must be received no later than the stated bid opening date and time . II E f Al 1 ° r Y` �.�y,� ` ,F R ' $ k t F'a'a j I j' f Y 1 KM F1 • '4'i 'I, ` % v4•' it H't4� 6 AWARD-All purchases, leases or,contracts w l ;ar based orn corn tibve bins w(11 be',W dedrit ja i i fisticest n Jbte Tiiilii ; determined according to the y, � , � I ��� i �. � f 3 cna IA �. 5�t �� 1?? � provisions of State Statue_Section`$1 161 ti R R$ 1943 The State eiseiv e:s the right to re�aot anyoor all;bi s lly orjlrt p a jt�v iVe any deviations or errors that are not material,do not Invalidate theklegittmtacy tthe bid g of m rove it he bidder u compet t1 q t q All w rds 1,0 > d in a'manner deemed In the best interest of the State .tli a t v ..<'_ ,, i ,,, f'• f j �f l s 4:: 0, r.yS F'4,. r''xt. ji.411 k.} r'S,',,.i.A. 1'�N' , s ea iY r-.+a y�P•�^Ar M4i1 `_ . ?.h �. aJe BID TABULATIONS-Tabulations will be furHishied Upon writtdn'Yeque'1.'Aself addressed;atani Teti envelope which must include the agency and solicitation number must be enclosed.Bid tabulations will not be provided by telephone or facsimile.Bid files may be examined during normal working hours by appointment. Bid tabulations are available on the website at: http://www.das.state.ne.us/materiel!purchasing/bidtabs.htfn 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 Large Sport Utility Vehicle 7 Passenger STATE OF NEBRASKA 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 November 7, 2012 2 Last Day to Submit Written Questions November 15, 2012 3 State Responds to Written Questions Through an Addendum to be posted to the internet at: November 19, 2012 http://www.das.state.ne.us/materiel/purchasing/rfp.htm 4 Bid Opening November 27, 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 4175 OF; Large SUV 7 Passenger Questions". It is preferred that questions be sent via e- mail to matpurch.dasmata( nebraska.gov Questions may also be sent by facsimile to 402-471-2089, but must include a cover sheet clearly indicating that the transmission is to the attention of Michelle Musick, showing the total number of pages transmitted, and clearly marked "ITB Number 4175 OF; Large SUV 7 Passenger 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. • • 4175 OF 2013 Large Sport Utility Vehicle 7 Passenger Page 1 of 11 2013 or Current Production Year Large Sport Utility Vehicle 7 Passenger STATE OF NEBRASKA PURCHASING BUREAU STANDARD 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 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. 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 - 198 each B. Vans - 86 each C. Pick-Ups, Trucks-297 each D. Police Cruisers, Special Service Vehicles- 177 each E. Sport Utility Vehicles—57 each An estimated 815 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. 4175 OF 2013 Large Sport Utility Vehicle 7 Passenger Page 2 of 12 2013 or Current Production Year Large Sport Utility Vehicle 7 Passenger STATE OF NEBRASKA PURCHASING BUREAU STANDARD TERMS and CONDITIONS 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. • 4175 OF 2013 Large Sport Utility Vehicle 7 Passenger Page 3 of 12 { 2013 or Current Production Year Large Sport Utility Vehicle 7 Passenger 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"SSV 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 SSV 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. SSVs shall be guaranteed to include all the latest engineering developments adopted by the company applying to transmissions, fuel systems, engines, and accessories, and to possess the capability of operating on lead- free gasoline and gasohol/ethanol. All vehicles shall comply with all current provisions of the National Traffic and Motor Vehicles Safety Act, and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles (units capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. 4175 OF 2013 Large Sport Utility Vehicle 7 Passenger . Page 4 of 12 • 2013 or Current Production Year Large Sport Utility Vehicle 7 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS • Meets Specification - Please Indicate - (If other, explain on comment line). All items listed below are required. If there is an exception, a detailed explanation must be provided. PLEASE SPECIFY IF BIDDING 4X4 L( OR AN AWD UNIT ON THESE SPECIFICATIONS Yes Exception 1) BODY A. Color: Body color and interior trim will be selected from manufacturer's standard colors. (Note: Attached color charts • shall be considered manufacturers colors with no extra charge unless specified in the options). B. Glass: Approved tinted safety glass shall be required in all doors, windows, and windshields. Glass shall be free of optical deviation and visibility distortions. Sunscreen glass required. C. Insulation: Standard production heat and sound insulation to be provided. D. Full-length headliner to be furnished. ✓ E. Airbag: Driver and passenger side required. ;' s,/- F. Seats: Bucket, 40-20-40 or 60-40 style cloth seats in front, required. All seats shall be of spring foam padding, cloth covered construction, and of the heaviest duty available with lumbar support if factory available. Head restraints or high backs for outboard seats required. ✓" G. Center Seat: Center seat to be 1/3-2/3 split and of fold down type, cloth • H. Rear Seat: Standard, Cloth. Must fold down or be removable. I. Arm Rests: Required on both left and right-hand sides of each front seat. Door or center console will be acceptable. J. Sun Visors: Dual, padded K. Mirrors: Interior adjustable, day and night tab (selector type, non- glare). Dual power outside mirror mounted on left and right sides of vehicle. L. Power Outlet: Required. ✓ M. Seat Belts: Individual lap/shoulder for all seats as applicable per seat occupancy with standard automatic retractors. �C N. Horn: Factory horn required. t/ O. Windshield Wipers and Washer: Multiple-speed electric with washer and intermittent or delay capability. Rear multi-speed electric wiper/washers required if available from factory. P. Air Conditioner: Best dual grade factory installed air-conditioning, manually controlled, to include all items normally included in the factory package. Q. Heater: A fresh air type heater with windshield defrosters shall be installed. R. Rear Window Defroster: Required. 4175 OF 2013 Large Sport Utility Vehicle 7 Passenger Page 5 of 12 • 2013 or Current Production Year Large Sport Utility Vehicle 7 Passenger STATE OF NEBRASKA PURCHASING BUREAU • SPECIFICATIONS S. Radio: Manufacturer's standard factory installed AM/FM/CD Stereo radio T. 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 factory. U. Floor Coverings: Full carpeting, both front and rear, required. V. Electric Power Locks: Three (3) sets of keys/fobs per vehicle required. W. Power Windows: Electric power windows required. X. Hood Release: Inside driver's compartment. ✓ Y. Automatic Speed control: Required. Z. Fuel Tank: Minimum, 18 gallon regular model. State size bid: 1 Z.(o . AA. Floor Mats: Motor vehicle shall be delivered with factory floor mats (front and rear) required. ✓ BB. Side Moldings: Protective side moldings, if available from the factory. ✓ CC. Trailer Tow: Trailer tow package, complete with all hardware. Hitch shall meet the maximum towing requirements for the vehicle being bid. State hitch class: "Tlt' and indicate the maximum trailer weight the <rehicle being bid can tow: "2 f(O DD. Brake controller system if available from factory. Comments: '$,b. Sid trok1 s r a-t ou0..tbte_ rory, 4' A.tnrti ITc���er bro_r�� Cesc.k-re)Uer a9 ICLU Vrarr, S aLef•rna Ps9e.C'tY7 Yes Exception 2) ENGINE AND DRIVE TRAIN ✓ A. Engine: Minimum standards as stated in the specifications. B. Transmission: A minimum four forward Speed Automatic, with lock up converter required, if available. C. Air Cleaner: Dry type. D. Oil Filter: Full flow throwaway type. �G E. Thermostat: Required as recommended for permanent-type antifreeze. ✓ F. Radiator: Coolant recovery system required. ✓ G. Axle Ratio: Ratio to be recommended by manufacturer, anti- slip locking type differential, required ✓ H. Front Hubs: Must have an automatic locking front hub or equivalent system to auto lock the front hubs, required. Comments: 4175 OF 2013 Large Sport Utility Vehicle 7 Passenger Page 6 of 12 2013 or Current Production Year . Large Sport Utility Vehicle 7 Passenger • STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS Yes Exception 3) SUSPENSION AND RUNNING GEAR A. Wheelbase: Minimum standards as stated in the specifications. B. Steering: Power steering required. ✓ C. Steering Wheel: Regular production model or approved deluxe wheel. Tilt steering wheel required. ✓ D. Wheels: Standard original equipment wheels (4) (minimum 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 labeled by a major manufacturer and shall be factory installed. Spare rim can be steel. Tires should have a 50,000-mile tire rating. The inability to provide all season steel-belted radial tires as standard original ✓ or optional equipment shall be noted as an exception in the bid. F. Brakes: Four (4) wheel disc brake and Anti-Lock braking system required, if available from factory. G. Suspension: Stability traction control system or roll stability system required if available as standard equipment from the factory. Comments: Yes 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 available from the factory for the model bidding. Specify capacity: �1S •4-rps C. Alternator: Standard heavy duty State Amperage: I S D. Bonding and Grounding: All components of the vehicle necessary to prevent interference with reception of low band two-way mobile radio installed in the vehicle shall be adequately bonded and grounded. Comments: 4175 OF 2013 Large Sport Utility Vehicle 7 Passenger Page 7 of 12 2013 or Current Production Year Large Sport Utility Vehicle 7 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS Yes Exception 5) 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 I. 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 CANCELLED. Comments: YesException 6) MISCELLANEOUS s A. All SSVs 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. 4175 OF 2013 Large Sport Utility Vehicle 7 Passenger Page 8 of 12 2013 or Current Production Year Large Sport Utility Vehicle 7 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS C. Manufacturer's standard complement of tools, bumper jack, wheel wrench, and jack handle shall be provided, together with facilities for storage. D. All equipment such as floor mats and 3rd keys shall be with the vehicle upon delivery. Comments: Yes . Exception 7) 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: Yes Exception 8) 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 the equivalent of a % tank of gasoline. Vehicles showing lack of proper dealer pre-delivery service shall be subject to rejection until the vehicle is properly serviced. Factory pre-delivery service is not acceptable. Dealer nameplates, decals, etc., shall not be affixed. A signed copy of the completed manufacturer's "New Vehicle Preparation- Inspection and Road Test"form must accompany each vehicle at time of delivery. B. After the SSV 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 policy shall accompany each vehicle when delivered. D. Each vehicle shall be completely checked by the vendor to ensure conformance with the manufacturer's specifications and the State of Nebraska requirements as stated herein. E. Invoices shall describe the vehicle, including vehicle identification number (V1N), key number and State of Nebraska purchase order number. 4175 OF 2013 Large Sport Utility Vehicle 7 Passenger Page 9 of 12 2013 or Current Production Year Large Sport Utility Vehicle 7 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS 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: Yes Exception 9) WARRANTY c/ 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. • i/ B. A minimum warranty of 3 years, 36,000 miles or the manufacturer's standard warranty, whichever is greater, is required. A minimum of 6 years, 100,000 miles rust warranty is required. Indicate standard manufacturer's warranties. The manufacturer's standard warranty shall be stated in the Exceptions/Comments section of the Bid if different and noted if • different than requested. Comments: • 4175 OF 2013 Large Sport Utility Vehicle 7 Passenger Page 10 of 12 2013 or Current Production Year Large Sport Utility Vehicle 7 Passenger } STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS Yes Exception 10) 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 is the responsibility of the vendor to see that the following agencies have received, or will receive in a timely fashion, Fleet Buyers Guides and Source Book for ordering purposes: AS/Transportation Services Bureau, AS/Materiel Division Purchasing Bureau, University . of Nebraska-Lincoln Transportation Services, Game and Parks Commission, Department of Roads, and the Nebraska State Patrol. C. THE STATE OF NEBRASKA'S OBLIGATION TO PAY IS CONTINGENT UPON LEGISLATIVE APPROPRIATION OF FUNDS FOR THAT PURPOSE. SHOULD SAID FUNDS NOT BE APPROPRIATED, THE STATE OF NEBRASKA MAY TERMINATE THIS AGREEMENT. THE STATE OF NEBRASKA WILL GIVE THE VENDOR THIRTY DAYS WRITTEN NOTICE OF SUCH TERMINATION. D. Vendor must indicate to whom payment is to be made, stating full name of company or entity, complete address and telephone number. After contract is awarded, payment shall only be made as indicated unless written notification is made to the AS/Materiel/Purchasing Bureau requesting an addendum to the contract; must be done 30 days prior to the delivery of vehicle. THERE WILL BE NO EXCEPTIONS! t/ E. If vendor is interested in electronic fund transfer (EFT) payment, please contact-purchasing agency after contract has been awarded. F. The manufacturer and/or the successful bidder should allow the State of Nebraska to participate in the manufacturer's service training network. Service network includes 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. 4175 OF 2013 Large Sport Utility Vehicle 7 Passenger Page 11 of 12 • 2013 or Current Production Year Large Sport Utility Vehicle 7 Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS EXCEPTIONS/COMMENTS: QQLb S 1ra. to ; Sir/.1 c-p , erN I/(9 E.�{r�t.l &arQ . IVDt.) tvcr, ✓e-/ c,l iS '7 f ft ss- Use additional pages if needed 4175 OF 2013 Large Sport Utility Vehicle 7 Passenger Page 12 of 12 • 10/08/12 2013 EXPLORER (4-DOOR) PROPRIETARY COLOR & TRIM AVAILABILITY Model Style/Material Interior Description Base Cloth Cloth,Front Bucket Seats 60/40 2'Row Fold-Flat Bench Seat,50/50 Split-fold 3'Row Seat y .t, aith ,. -'146— `t Row F id i 1pit Leather-Trimmed,buckets wheat,10-way power driver(Ind.power lumbar&recl'ne),6-way Passenger with • XLT Comfort Leather manual recline/lumbar 60/40 2nd Row Fold-Flat Bench Seat,50/50 Split-fold 3r Row Seat to.ttt « flat 4h tr �� Limited Luxury Perforated-Leather-Trimmed,Heated/Cooled front buckets Wheat�10-way power driver(incl.power lumbar,recline Seating Leather &memory),10-way power passenger w/power lumbar,60/40 2' Row Fold-Flat Bench Seat and PowerFoid®3 Row Seat tt , �y�o- E# 1, • rF j: t Oe • C 3 r J� o f fldrty powet' • r '"f1 M �I r •• ..1 �. .ilk �•i; ..., 0 ' ���,.F.""�'.. y piRt sty&rsodf® :woo COLOR OFFERINGS BASE XLT XLT/LIMITED LIMITED LUXURY SEATING SPORT I EC)402A Cloth Cloth Leather Perforated-Leather Leather I Perforated- Leather Charcoal Med Ught Med Ught Charcoal Med Light Charcoal P�n1 Med Ught Charcoal Charcoal Black/ Stone Stone Black Stone. Black Stone Black Black Sienna Insert Paint Name C rder 7L 8L i BL BW CQ CL CW BW/CW BN/CN *Kodiak Brown ■ ■ ■ ■ ■ ■ ■ Metallic •i+.�ti�s c� d yy '' ¢,a f T 2• ,4 ' 1.. t A .,.vi.t ''ae1.Y N.44 x„` s..n fj .?.,:7:. .�.�.`� vrr '• F- °:v`.. r.'.�, Ginger Ale ^ . . • Metallic • ;'�*}}t -' }}sh}.z i n -�sYYA��'lt 1Y�.�.s•5�:.F..,?t�,tL i1'.'`h;iit+z'a`,a}: j,E car x�r�3e,'f�tr'�}t T:. rI ip � +±ac<. • f �4 j}l' fww. .. 4 .es c .,w.�...gi 4 -' t t v ,, 5t3fi ` hy 4 l # r -;b { 3 -A tie Xti7kF }?-. ,fN ter 3, .:i�-{i�.'�.�i. White Platinum m B m Metallic Tri- . coat ' fin -4F?! • t _ }, I 1 , } > ,. �� .rid Pig.: �< �'.ipsyt , L.. Sterling Gray ■ i ■ i ■ Metallic 5q g� it fl f�litl. F�+6t 7 ��' t tlS trf <afyx� +. i- r e�7`1 'tr i t `s 3 G (3 1 fi { a n k I i `tl 1 �t-�s • 'r���a'�.a�.:�-`�` � a e� t h4a,�.: �� ��'4.,.x'a �°�i� r, *Green Gem Metallic U � ' t Tf O 'pp r r -0q¢�¢tii�t ! -,. i I�.�Ey rri,,,, '.* tr• (- f SS [[. ' i 3 t t jSj ' �{{{i���,,F'�.'�a5, !� ? �E ,. �. � � •.a IE"•{.34,�Wi..4�. _..,3...... .>..?.'. ... ..� 2;�:k€.Gk;Z. 24 1 Perforated Leather-Trimmed Seats in Charcoal Black with Pecan Seat Inserts.Requires Luxury Seating Package(301A,302A or 303A) Extra Charge Paint Not available on Umited *=New for this model ear =Available -13- or. • son 2013 or Current Production Year Large Sport Utility Vehicle 7 Passenger OPTIONS BID LIST The options shall meet or exceed the following requirements that are exceptions to specification and must be FACTORY INSTALLED. Quotes must be furnished if available for items listed below, if not included as standard equipment or required in main part of this specification. KEY- If no price is indicated in Unit Price choose from the following: N/C = No Charge STD = Standard in Base Price N/A= Not Available from Dealer/Mfg. N/APP = Not Applicable to Spec/Option On-Line- N/C, no additional charge On-Line- Charge, indicate price Alternate Engine Sizes: Unit Price Engine, Diesel with block heater, factory or dealer installed t$ 4 to[�' hM}},y�s.-ana(]k S.r u. 3J #� �n and �. 3 t 4 e ' 5,':a 9ti . ,. -.. `x... ' mid �, �'t- ' : r `-gas 4 Engine, Gasoline (other) e mry ;� ;°}�i.''�Er c"ic$ r'S�'«F:cbt ea v.\ eel^ P s a b v� l m "fit u s ▪ KsF aSN k T $ wa3ea2,„• 3+:.+0 a�i'n N vd'` �16 d s*f"2 k a i� r r''4 t. �Y,.." u. ��.kk.f�T. ti t..:!� M � �;v�.��xS: � *'�.�`';, • .� +x_ z q?�m a5 ii� ff �"�8 � d d�i�� 5 Heavy duty bench front seat W/lumbar support(deduct). 4, ; IA 6 40-40 power bucket electric seats. f 7 40-40 manual cloth bucket seats. 8 Console between front seats (deduct). ,• ` fi 9 Third Rear Seat Removed (deduct). « r 10 Additional remote fob from manufacturer. 11 Standard Paint-Attach List and Identify as No Additional Cost Paints. 4 itz,17',4'<iviAZ-V•� 12 Extra Cost Paint-Attach List and Identify as Extra Cost Paints. 13 Second Power Outlet. .r xw 14 Trailer towing package (deduct). � �} : 2 wheel drive model (deduct). b n 7)36,! Y 115 " '� pci d W� m 1W w e i ,„ e k , 16 Protective safety cage position determined by the Fleet Manager. I • .• ; 1,014,4 4175 OF 2013 Large Sport Utility Vehicle 7 Passenger 1 of 2 2013 or Current Production Year Large Sport Utility Vehicle 7 Passenger 17 Stability traction control system (if not available as standard equipment). \Y r 18 Reverse sensing system if available from factory. 19 Keyless remote entry lock system if not standard equipment. �Ab 20 Dual mode temp system for interior if not standard equipment. x Additional costs of charges for vehicle drop shipment outside the Lincoln area. 1441" 74.4), * Y. j Pi Rf"' t2INi 55 21 Drop shipment charges would be for vehicles bought by political entities ands other Divisions of Government. �Z ° 'ei °,;# ` > .us �i o, *N2yy a . 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). 4175 OF 2013 Large Sport Utility Vehicle 7 Passenger 2 of 2 Preiner, Sue (PWks) From: Cantrell, Patricia (PWks) Sent: Thursday, January 31, 2013 7:30 AM To: Preiner, Sue (PWks) Subject: RE: Traffic Full Sized SUV -54-re.` 1 •t,U• l l oc Fund 12131 From: Preiner, Sue (PWks) Sent: Thursday, January 31, 2013 7:23 AM To: Cantrell, Patricia (PWks) Subject: FW: Traffic Full Sized SUV Can you tell me the fund no.? From: Koti, Murthy R. (PWKs) Sent: Wednesday, January 30, 2013 3:52 PM To: Preiner, Sue (PWks) Cc: Paukert, Mike (PWks) Subject: RE: Traffic Full Sized SUV Org 116191 and Fund No. 44234 ai11�. LOIIv�� Yio4\ ET. From: Preiner, Sue (PWks) Sent: Wednesday, January 30, 2013 2:58 PM To: Koti, Murthy R. (PWKs) Subject: FW: Traffic Full Sized SUV I will need a fund no. and organization no.for this purchase also. From: McCoy, Marc (VMF) Sent: Wednesday, January 30, 2013 2:57 PM To: Preiner, Sue (PWks) Cc: Koti, Murthy R. (PWKs); Pfitzer, Todd (PWKs); Hurt, Holly (Prch); Carlson, Eric J. (Prch); Faris, Steve (VMF) Subject: Traffic Full Sized SUV INTEROFFICE MEMORANDUM TO: SUE PRI?INER FROM: MARC MCCOY SUBJECT: FULL SI'ZID SUV DATE: 01/30/2013 CC: MURTI IY KOTI,TODD PFTIZER,HOLLY I-IURT,ERIC CARLSON,STEVE FARIS Sue, please generate a Council resolution for the purchase of one (1) Full-sized SUV to be utilized by the Public Works Traffic Division. I c Asa 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 large 7-passenger SUV to be utilized by the Traffic Engineering Division; and, WHEREAS, Anderson Ford Lincoln Mercury Mazda submitted a bid of $25,739.00 to the State of Nebraska under Contract No. 13456 OC for a large 7-passenger SUV; and, WHEREAS, the Purchasing Agent is authorized to purchase a large 7-passenger SUV to be utilized by the Traffic Engineering Division based on the bid submitted to the State of Nebraska. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Anderson Ford Lincoln Mercury Mazda for the purchase of a large 7- passenger SUV to be utilized by the Traffic Engineering Division in the amount of$25,739.00; and, that the Finance Department is authorized to pay the cost of this purchase from the Street and Highway Allocation Fund 12131, Traffic Engineering Equipment Organization 116191, year 2013 funding. 208413scp APPROVED AS TO FORM: 7 ; 7-/-j 4.-CITY ATTORNEY DATE By a40772441 . u cilmember Adopted EB 2 6 2013 7- ity Clem 453 /� Approved do, /�`/,.7 Mayor r NO. / Resolution by Res. that, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Anderson Ford Lincoln Mercury Mazda for the purchase of a large 7- passenger SUV to be utilized by the Traffic Engineering Division in the amount of $25,739.00; and, that the Finance Department is authorized to pay the cost of this purchase from the Street and Highway Allocation Fund 12131, Traffic Engineering Equipment Organization 116191, year 2013 funding. 208413Ascp Presented to City Council FEB 2 6 2013 Adopted gutter gown City Clerk