RES 2013-0162 - PO to Husker Auto Group for van Ee4d -_ C E V E D Public Works Department
Omaha/Douglas Civic Center
13 J 1 25 P `2 07 1819 Farnam Street,Suite 601
n® 'CI ^ �� 7 ro February 5, 2013 Omaha,Nebraska 68183-0601
(402)444-5220
TED FEW'. CITY C 1 E R I<, Fax(402)444-5248
City of Omaha 01~i A 1-I A, N r NU S f A 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 Resolutiot, i uthorr",inp ti". a';r i_ Arc, t to
issue a Purchase Order to Husker Auto Group on the bid for the put-chdF,t c 1tt er T.)1' , ai ' ,an
in the amount of $23,325.00 as detailed in the attached communacati-.,n ciuihicd the
Facilities Management Division.
Vehicle Maintenance has recommended the award to Husk I. Auto Cj:ottn , �� " , •
to the State of Nebraska per Contract No. 13438 OC.
The contractor has a current Contract Compliant e Repoli Focht tC t -i ; s I •
policy, the Human Rights and Relations Depa.•tne.at will rev is v "ne iu 'wire
compliance with the Contract Compliance Ordinance
The Finance Department is authorized to pay the cost of a ere ton ca,go .a !;,,ill O.•netal
Fund 11111, Contract Administration Organization 116261, ;ear 2013 1u•,Jii,J.
The Public Works Department recommends the acceptance of the biu Cron his';,r gut° .croup
in the total amount of $23,325.00 and requests your cooside'at c n •:1 !' this
Resolution.
Respectfully submitted, Rererr .i tc. t it, a 'o a t 31 3, 11.
1-1V-13
Robe G. Stubbe, P.E. Date
Public Works Director
Approved as to Funding: Aphro• ed:
4:4ti.„2_60,,b2
Leslie A. Schaefer , Date Iluman kiO:ts atet a t.oL, bate
Interim Finance Director Department
205713scp
Preiner, Sue (PWks)
From: McCoy, Marc (VMF)
Sent: Thursday, January 10, 2013 5:33 PM
To: Preiner, Sue (PWks)
Cc: Oestmann, Mike (PWks-FM); Hurt, Holly(Prch); Carlson, Eric J. (Prch), Nissen, Joe (VMF);
Faris, Steve (VMF)
Subject: Facilities Management One Ton Cargo Van
Attachments: 13438(oc)awd one ton cargo van.pdf
INTEROFFICE MEMORANDUM
TO: SUE P1ZI,INER
FROM: MARC MCCOY
SUBJECT: FACILITIES MANAGEMENT ONE TON CARGO VAN
DATE: 01/10/2013
CC: MIKE OESTMANN,IIOLLY IIURT,ERIC CARLSON,JOE NISSI�,N,S I'1?VE FARIS
Sue, please generate a Council resolution for the purchase of one (1) One Ton Cargo Van to be utilized by the
Public Works Facilities Management Division.
This van will be purchased and equipped using the following State Contract.
Contract 13438 2013 One Ton Cargo Van
Quantity Description Cost Each
1 One Ton Cargo Van $20,999.00
1 6.0L Engine Upgrade $1,299.00
1 Sliding Side Door $249.00
1 Safety Cage Behind Driver $519.00
1 Keyless Entry with Two Key Fobs $259.00
TOTAL $23,325.00
Mike Oestmann will submit a requisition for the purchase. Attached is the State Contract.
The contact person for this bid is:
Chuck Ames
Husker Auto Group
6833 Telluride Drive
Lincoln,NE 68521
Phone (402) 610-0465
Fax (402)479-7658
cameytaig.com
Thank you,
Marc McCoy
i
STATE OF NEBRASKA CONTRACT AWARD State Purchasing Bureau301 Centennial Mall South,1st Floor
Lincoln,Nebraska 68508
OR
P47
PAGE ORDER DATE Lincoln,O.Box 948 Nebraska 68509-4847
1 of 5 12/15/12
Telephone (402)471-'401
BUSINESS UNIT BUYER Fax (402)471-2089
9000 MICHELLE MUSICK(AS)
VENDOR NUMBER: 500864 CONTRACT NUMBER
13438 OC
VENDOR ADDRESS: Primary Award
HUSKER AUTO GROUP
6833 TELLURIDE DR E85 Award
LINCOLN NEBRASKA 68521-8981
AN AWARD HAS BEEN MADE TO THE VENDOR NAMED ABOVE FOR THE FURNISHING OF EQUIPMENT, MATERIAL, C-2 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 THE;STATE.
THIS CONTRACT IS NOT AN EXCLUSIVE CONTRACT TO FUR'j, HE EQUIPMENT OR SUPPLIES SHOWN BELOW AND DOES
NOT PRECLUDE THE PURCHASE OF SIMILAR ITEMS FROM OTI�1ER S` URCES.
THE STATE RESERVES THE RIGHT TO EXTEND THE PERIQp,', FI it,HIS CONTRACT BEYOND THE TERMINATION DATE WHEN
MUTUALLY AGREEABLE TO THE VENDOR AND THE STATE QF N)=yirKA.
Original/Bid Document 4144 OF p „I `t; "?It.i
• 2013 or Current Production Year, ONE TON FULL SIZE10 13,gOIV4N,ias per the attached specifications,terms and
conditions for the 2013 Production Year. '- 1a 1 ' ''
•
See attached Terms and Conditions page for roxim to " i't toe d urchased.The Unit Price is equal to the Base Price for
items before the Option Bid List. p g pp }�1. {I{ lit q
: 1' I t 1l 3 i i
Make/Model: Chevrolet Express #� s I is t I
Net r ; ii,fi
Delivery: 35-120 Days ARO. . .- • ;i - j( I '; I Ifi}
Quantities shown are estimates;o I and are riot=to be'construed to paean irm`quantities. Tl�e„State of Nebraska rese yes the
right to increase ordecreaseaan'quuanti{{{ties shown. ' Fri;` "" , �, v .. ' v h /°i r t,
b `t3 , -,.,° I, f II it I t ' ,'# 6i$,T + x' ki. ,.4 . :` , j l Hi II I,• ,
1,4 it irk i I i h 1 1.,'-3'e ;"' < } ?'�;,.°, " A t ,,I ,,'s,,;
The State may rej'JJe9t.thht p'a)mentb cna fp,,e Jectron ally instead o1 V, tate,warrant�.ACH/EFT`Enr2llrpent Forn c,n be
r'''?f;�F�'xi '�j �r h9�.ee1 '�,x u`• , �?j c" L .r '� � n ' t '%� '
found at: http://y Nw„tl, s s r fd hd ttS/ap o`iii,i tg fb m achdnrol:pdf II� ' 'li" t x�' 3t t;I<i "
The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work e igibility
status of new employees physically performing services within the State of Nebraska.A federal immigration verifica',on
system mean the electronic verification of the work authorization program authorized by the Illegal Immigration Refcrm 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 imm3d,ately
notify the Department if,during the term of this contract,contractor becomes debarred. The Department may immediately
terminate this contract by providing contractor written notice if contractor becomes debarred during the term of this contract.
If the Contractor is an individual or sole proprietorship,the following applies:
tVgtz118M
BUYEy22r_I'9—
�'•G.- -
MA 1EL ADMIINISTRF "' R
r ,c,+)7 1n,2,
STATE OF N EBRASKA CONTRACT AWARD State Purchasing Bureau
301 Centennial Mall Soi ih,1st Floor
Lincoln,Nebraska 68508
OR
PAGE ORDER DATE P.O.Box 94847
Lincoln,Nebraska 68509-4847
2 of 5 12I15112
Telephone (402)471-2401
BUSINESS UNIT BUYER Fax:(402)471-2089
9000 MICHELLE MUSICK(AS)
CONTRACT NUMBER
VENDOR NUMBER: 500864 13438 OC
1. The Contractor must complete the United States Citizenship Attestation Form,available on the Department of
Administrative Services website at:www.das.state.ne.us.
2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the
US Citizenship and Immigration Services documentation require to verify the Contractor's lawful presence in the United States
using the Systematic Alien Verification for Entitlements(SAVE) Program.
3.The Contractor understands and agrees that lawful presence in the United States is required and the Contractor ma} be
disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev.Stat. §4-108,
The parties hereby agree that the following documents are incorporated into the contract resulting from this Invitation to Bid
1.The signed Invitation to Bid Contract document;
2.The original ITB document;
3.Any Addenda and or Amendments to include Questions and Answers;
4.Warrantydocuments supplied with the bid; /,`
pP a� � �• '�
5.The contract award. ,�`E.,_,.`
(l' . OI rr
Unless otherwise specifically stated in a contract amendment;irI ca of any conflict between the incorporated docu,nests,
the documents shall govern in the following order of preferer e'vife n number 1 receiving preference over all other dc.ulnents
and with each lower numbered document having preference avir}anyl igher numbered document: 1)the contract award,2)
ITB addenda or amendments,to include Questions and AnsV ers i wiith he latest dated amendment having the highest priority,
3)the original ITB,4)the signed ITB Contract document;.5 rirt 'ntyx truments supplied with the bid.
1Any remaining uncertainty or ambiguity shall not be inte�pr a a sit either party because such party prepared any partion
of the Agreement, but shall be interpreted according to the a cc tiop flutes of interpretation of contracts generally.
if r
kf 1t
It is understood by the parties that in the State of NebrasKAO rlio,11 a Si limitation on the contractor's liability is
unconstitutional under the Nebraska State Constitution, 1 I eotion 3 and that any limitation of liability shall rot be
Ct`1 � �
binding on the State of Nebraska despite inclusion of su��4yuLiMa�g(�lage in�d�cuments supplied with the contractors bid.
rd
Vendor Contact:Chuck Ames z it" , tl F , - 'r`t t _ - L I•J..,i �.
Phone:402-610-0465 . , , _ �` , .•r, „µ ;
1 � - ;"`� la'
zr., r, I cal kt II I v .. ., t i H hl
Fax:402-479-7658 _ ; II,i ,, r> r s i;
E-Mail:cames@ Ig.wrd i ` II 1..; t{ 1 >;t,F five A 44 .-.,,,,,2 ,; t t1,0;, "t:,r l , • ,
� MI f i;t7 , 1 , n., � r>r �� + � at• �?�;� x� al,�x; -,f ,I,
#"7y"••�� '.r;4, � .fig h 4 .1•'R, 1�k iv,',S'a' woo �a.- x��.•�-` e !a?,°`ax 1,3
(12/15/12fh) � "1 r` ,4`,r�,; ,tt•r, �f tiY r. ' _' `G, % gay ,, ..
Y �, � ai4•'�.l g `r„41r�P4�.,4'esre+AT''' ra 'tY+ hr,4',f? fk�r k< j ���,1� r.,_l 4I ''' `I
,-.c..'tE� r5`_"rl ..�'�'�`.+.�1 ri � 3};�;f„ "�'..': � '}'..�`bi'�''r'S��`c`i�;+,e�� '�'�y�".,:��s^gE.��.�+�ii>'E.f+�»G�'lr e„;,t�,r.
liallffil
Estimated Unit of Ur t
Line Description Quantity Measure Pn;.e
1 ONE TON FULL SIZE CARGO VAN 20.0000 EA 20,909.0000
CHEVROLET EXPRESS
2013 or Current Production Year One Ton Full Size Cargo Van
GVWR:9600
Series,Code,Trim Level: 3500-CG33405-Base WT
Engine: L20-4.8L Vortec
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.
1,4 t?"4-I'
BUYER INITALS
R4 500INISCRI07100423
STATE OF N E B RAS KA CONTRACT AWARD State Purchasing Bureau
301 Centennial Mall South, 1st Floor
Lincoln,Nebraska 68508
OR
94847
PAGE ORDER DATE P o Box Lincoln,Nebraska 6850a-", 47
3 of 5 12/15/12
telephone (402)471-2
BUSINESS UNIT BUYER Fax (402)471-2089
9000 MICHELLE MUSICK(AS)
CONTRACT NUMBER
VENDOR NUMBER: 500864 13438 OC
MEM
Estimated Unit of Unit
Line Description Quantity Measure Price
2 E85 ONE TON FULL SIZE CARGO 20.0000 EA 20,999.0000
VAN CHEVROLET EXPRESS
2013 or Current Production Year E85 One Ton Full Size Cargo Van
E85(Units capable of operating on a fuel mixture of up to 85%Ethanol/15% Unleaded gasoline without additional
change or conversion.)
Engine: L20 4.8L Vortec E85
rt
GVWR:9600 s4 `g
Series Code,Trim Level: 3500-CG33405-Base yVT'it
The original manufacturer's statement of origin,;a"servl e�,auchorization card, and a properly executed ser,,D,and
warranty policy shall accompany each vehicle`wstnisleli 'eked.
f.c vn ._ r, p
)
3 ENGINE (OTHER GAS)ENGINE 20.0000 EA 1 2.9 0000
SIZE L96 6.0L VORTEC E85 3ss'`
`'C .l
4 ENGINE DIESEL(WITH BLOCK . sY . ;, ,. 20.0000 EA 12,9,15.0000
HEATER ENGINE SIZE: LGH ' ii
6.6L Duramax '�
5 ENGINE CONSOLE {COVER'ygty{' '_i ' 20.0000 EA 7.0000
#4 11 54{ R Y,zren, so, r ' rt' „ �'-ss4�`ivi .,
6 SLIDING SIDEµpO. 11C �B, I °4; ",�,~' ' ` 1 ''Y pI
Y x �, , Ut� rR'GI1T�:,. :r�:3 ; ,; �� if" �; � �`_ � 0:0000.h��`��.,t�� . 249.0000
d. r !�E I H s e t` fir'„x 41 r • w:aKs` ?Fl =>.. ,
7 60/404PLIT�SiDEpOOR': :�; ,: �,s: �.. `�r` '= `c '''''•;hµ, 's-20 0Q• is �"' (;,�tl ,F_,.
• �'*' 788.0000
u` i ,firzt`aCr: is �6a�� r, � ' � t, pi'{;.e v'i:i'
DRI� F�$°FSJD ;,;, s ref tF i •' t;
=�.,5,�'L•_r;�.. "A'� >w itit�*� � '"{:1' ,F��'�ta'`'cia;..ra,�:," d.'a `$.1�7".�s-.—A'. ��.=.4c `e9'_F; n - �,�'`'
r 5?' 'i'� ,'.t'e�t!.r,r(,,,s ,re, -t+��ir'�"<.R.•.a,.�. .1=.Q+`
8 NO GLASS REAR DOORS 20.0000 EA -79.0000
(DEDUCT)
9 PASSENGER VAN WINDOW 20.0000 EA 497.0000
PACKAGE
10 STANDARD TINTED SAFETY GLASS 20.0000 EA -38.0000
(DEDUCT)OF DEEP TINT GLASS
Lose Swing Out Glass
11 REAR HEATING AND AIR 20.0000 EA 999.0000
CONDITIONING
12 POWER ELECTRIC SEATS 20.0000 EA )7.0000
DRIVERS ONLY
YA
BUYER IIJ1-1ALS
NJ50LI"!SCRI01 lCl4n
STATE OF NEBRASKA CONTRACT AWARD Slate enrennsing Bureau
301 Centennial Mall South,1st Floor
Lincoln,Nebraska 68508
OR
PAGE ORDER DATE P.O.Box 94847
Lincoln,Nebraska 68509-4847
4 of 5 12/15112
BUSINESS UNIT BUYER Fax:Telephone:4(402)891-2401
9000 MICHELLE MUSICK(AS)
VENDOR NUMBER: 500864 CONTRACT NUMBER
13438 OC
Estimated Unit of Un t
Line Description Quantity Measure Price
13 STANDARD PAINT 20.0000 EA 0.0000
14 EXTRA COST PAINT 20.0000 EA t 5 0000
15 POWER ELECTRIC DOOR LOCKS 20.0000 EA 7.0000
(DEDUCT)LOSE PWR WINDOWS
16 POWER ELECTRIC WINDOWS j 20.0000 EA 397 0000
(DEDUCT)LOSE PWR LOCKS ;'
17 FULL CRASH SCREEN `' 'fi i 7 20.0000 EA 998.0000
� i
18 PROTECTIVE SAFETY CAGE BEHIND i ri fis t' 20.0000 EA 519.0000
DRIVERS SEAT , L. ?'=;: ,
TT. t tk:?�.i,'if'
19 CARGO TYPE WITH ONLY DRIVER F"f � c`" tI 1:1. 20.0000 EA -88.0000
i
(DEDUCT) .i�1t��,�.t r
and front passenger seats with glass only in:wi d al`d; ri1 and passenger doors.
t'
i ' .i ,i
20 NO GLASS RIGHT SIDE 60/40 :: i'_ 20.0000 EA -47.0000
(DEDUCT)SWING DOORS • t ;Y
21 KEYLESS REMOTE ENTRY SYSTEM )" `t lt[ (' 20.0000 EA 259.0000'
WITH 2 FOBS
w.f� - ..._..,� Yi _�;
1111A
22 REVERSE SENSING 8YST . ,,4_ .; -,,,,-,,, ;�'.,; ?,``? ' }, 1 �0.0000 EA :,19.0000
DEALEF zi 3 e "c'wqic} 1 I^a 1 .l s�'.i A.'� 1. Qx rr1 ',g ! Nimay, ' I i l p'�. .. , I Hi
n I t4R kiriir 4 iz ` IvaF'i' ,s.3.,f{ ,,,,, f t,-,,,,,,ra{l,ti F ite [k.' ',.2 1 p I�It ' �,
n`T"'i�"��^� i+} i:$� It$ � J�l i f �. �`i'`F3 I ii 1. _ yx.;i�«E •'•3i'.�%yLy. ! q�R• 1 t�i ' •-•�I
23 ADD i49NQL,0US ,�F� V. r t4 ":?, ,,>> > .i3,�.s<• ti � :i,P, , c;,, p , }; `
T ,,�,t , ,,b EHI -i ;r� �F '1:;'+ ?`ik� ;xt , s'��r20; 000 s EA 30.0000
DROP-SHLPI ENTe,KI'SPEA.I(VGOLN�i',1 1,-,�;;yl+,•,.�,-,,f.,, �`;F2a,>4:,,,, „ :<,:r, , .,
Drop shipmentTcharges would be for'vehicl'esbought by`politicalentitles and other Divisions of Government
24 CG33705 UPGRADE TO EXTENDED 20.0000 EA 977.0000
BUYER NITIALS
11.15 1IN'Scr 171 1'0.123
STANDARD CONDITIONS AND TERMS OF BID SOLICITATION AND OFFER Invitations to Bid and Contract Awar cis
It is the responsibility of the bidder to check the website for all information relevant to this solicitation to include addenda and/or
amendments Issued prior to the opening date. Website address: http:llwww.das.state.ne.uslmateriel!purchasing/purchasinq,htm
SCOPE-These standard conditions and terms of bid solicitation and acceptance apply in like force to this Inquiry and to any subsequent contract resuliing 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 corer oddy 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 tilt ,ry tation 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 if 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 sril sfnctory 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 2/J8 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 offer,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 h;�a 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 in tronel 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 whit r I i i 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 fc r 'cronce and not
intended to limit competition,but will be used as the standard by which equivalent rriateriai offered will be judged.The State Purchasing Director will I ne sole judge of
equivalency.The bidder may offer any brand which meets or exceeds the specifiqatign.When a specific product is required,the Invitation to Bid will so l,rte.Any item bid
is to be the latest current model under standard production at the time of order.Np,used:¢r refurbished equipment will be accepted,unless otherwise;,atr d
•ALTERNATE/EQUIVALENT BIDS-Bidder may offer bids which are at varianue'from ttie,express specifications of the Invitation to Bid The Stater eserves the right to
consider and accept such bids if,in the judgement of the State Purchasing Dlrectory;,t tefbid will result in goods and/or services equivalent to or bett.ir than those which
would be supplied in the original bid specifications. Bidders must indicate on�tho i yitatfon to Bid the manufacturer's name, number and shall subn�it with their bid,
sketches, descriptive literature and/or complete specifications. Reference to liteaature kubmitted 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 state deviatign or exception,the bid will be accepted as in strict compliance with all terms,
conditions and specifications,and the bidder shall be held liable therefore.
SAMPLES-When requested,samples shall be furnished at the bidders expense pr r to'ttie opening of the bid,unless otherwise specified.Each sample must be labeled
clearly and identify the bidders name,the Invitation to Bid number and the,'e'itgi�mbgir Samples submitted must be representative of the commodities or equipment
which would be delivered If awarded the bid.The State of Nebraska reserves, e n tit;to tre�quest samples even though this may not have been set for h in the Invitation to
Bid.Samples not destroyed in testing will be returned at bidders expense,if ire u,` eppd' o will hhee donated to a public institution.
RECYCLING-Preference will be given to items which are manufactured or pr auto, 'ror�ir`pcycled material or which can be readily reused or recycled after their normal
use as per State Statute Section 81-15,159. rt
1
LATE BIDS-All bids will be time and date stamped upon receipt by the State'i'cl'asing9 p c r�au,and this shall be the official lime and date of receipt.Bids received after
the time of the bid opening will be considered late bids and will be returned t ie bidder rnopened.The State Purchasing Bureau is not responsible for late bids or lost
requests due to mail service inadequacies,traffic or other similar reasons.Il t ti)
BID OPENING-Openings shall be public on the date and time specified on the Invtta iopp Bid form. It is the bidder's responsibility to assure the b d i delivered at the
designated date,time and place of the bid opening.Telephone bids are not'acceptable.A bid may not be altered after opening of the bids
�';t'f '
NO BID-If not submitting a bid,respond by teturning•theilnvttati�on to Bid�f yt gxplain�ng the reason•in,thespaee provided.Failure to respond to an invitation to Bid may
be cause for the removal of the bidder's name fro m;itie maiiipg list°t'IO,TE,To qualify as a respondent,bidder rnUst submit a"NO BID"and it must:ie received no later
than the stated bid opening date and time;t,; i I O - ,,,, +, {{ y a,
m .,r i ' L i� "`$ etr`-. ,`-� ri= c, �, d�t''t{ 4 g,... f .
2-1
AWARD-All purchases, leasesi,or,contracts/which'pre bas'edi on cortjpi l'Uve fads Will be,avi+ardedato fheelowestrresponsible bidder,,determir�'o according to the
provisions of State Statute,Section 81-161,.R.R.S:1943,aTt3e State reset' s the right,lo reeeCt anyor all bids(,wholly or;tn part and to waive any de a''ns or errors tnat
are not material,do not invalidate'thf,tegitima iy,pfxthe bid,apd,do pot improve he bidders Gompeftiye posltio(i.AEI awards will bemade in a manna , :med in the best
interest of the State. :t rs, i' 'u;" ,:C-' .., , IF
y>� 1 z r� F.ss s s a..1 Y v 3e ;s•'- t'
IeDs .,-. '�, '�'�ns�'' ;�r:�T 1., ,�.,.g.•" �� � �
BID TABULATIONS-Tabulations'will be9furnished Upon written request?h`self-addressed,°, tamped,envelope which must Include the agency an, SC'citation number
must be enclosed.Bid tabulations will not be provided by telephoneor facsimile.Bid Flies may be examined during normal working hours by appoint(•,r, Bid tabulations
are available on the website at: http://www.das,state.ne us/materiel/purchasing/bidtabs htrn
PERFORMANCE AND DEFAULT-The State reserves the right to require a performance bond from the successful bidder,as provided by low,wit,In it 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 lei 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 fro n 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 disc,minating against
any employee or applicant for employment, to be employed in the performance of such contracts, with respect to hire, tenure, terms, condn.onr or privileges of
employment because of race,color,religion,sex,disability,or national origin.(State Statute Sections 48-1101 through 48-1125)The bidder guarantees compliance with
the Nebraska Fair Employment Practice Act,and breach of this provision shall be regarded as a material breach of contract.The contractor shall insert a similar provision
in all subcontracts for services to be covered by any contract resulting from this Invitation to Bid.
TAXES-Purchases made by the State of Nebraska are exempt from the payment of Federal Excise Taxes,and exemption certificates will be furnished on request.State
and local taxes are exempt by State Statute Section 77-2704(I)(m)R.R.S.1943 and must not be included in the bid prices.Exemption by statute precludes the furnishing
of State exemption certificates.
DRUG POLICY-Bidder certifies that it maintains a drug free work place environment to ensure worker safety and workplace integrity Contractor agrees to provide a
copy of its drug free workplace policy at any time upon request by the State.
GRIEVANCE AND PROTEST-Grievance and protest procedure Is available by contacting the buyer.Protest must be filed within ten(10)days of award
NE ACCESS TECHNOLOGY STANDARDS-Vendor agrees to ensure compliance with Nebraska Access Technology Standards. See website at:
http:/www.nitc.state.ne.us/standards/accessibility/
Revised: 02/2004
Page 5 of 5
2013 or Current Production Year One Ton Full Size Cargo Van
OPTIONS BID LIST
The options shall meet or exceed the following requirements that are exceptions to specificatvn and
KEY- If no price is indicated in Unit Price choose from the following:
N/C = No Charge
STD = Standard in Base Price
N/A= Not Available from Dealer/Mfg.
N/APP= Not Applicable to Spec/Option
On-Line-N/C, no additional charge
On-Line- Charge, indicate price
Alternate Engine Sizes: Unit Price
3 Engine (other gas).OC, $ ---
Specify Engine Size: 6.0 (.... V - 4e c E S
4 Engine Diesel (with block heater).
Specify Engine Size: ,, �„ L
5 Engine console cover. $ 77,
6 Sliding side door, curb, right. $ .
7 Sliding side door, Driver's left side. $ ,Jf
8 60/40 split side door, driver's side. $ 78'
9 No glass rear doors (deduct). ( $ 77
10 Passenger van window package. $ 477,
11 Deduction of deep tint glass back to standard tinted safety glass.{ ( $ 08 )
12 Rear heating and air conditioning. $ 9
13 Power electric seats. briNes►-s 0 $ ,
14 Standard Paint-Attach List and Identify as No itional Cost Paints. $ <S'e dr,
15 Extra Cost Paint-Attach List and Identify as Extra Cost Paints. $ 55 , Lam_
aladatt
16 All-Wheel Drive (AWD). $ hi4
17 Second power outlet in rear of vehicle. $ j,q
18 Power electric door locks (deduct). CvS� Ow( (A)t,e4440t41S ( $ 397 )
19 Power electric windows (deduct). Lcsr Pw r L ock.5 '( $ 7, _ )
20 Full crash screen. $
21 Protective safety cage behind driver's seat. $ 579 '
Cargo type with driver and front passenger seats and glass as described 22 in specifications. $
c
4144 OF 2013 One Ton Full Size Cargo Van 1 of 2
2013 or Current Production Year One Ton Full Size Cargo Van
23 Cargo type with only driver and front passenger seats with glass only in:
windshield, driver and passenger doors.
24 No glass right side 60/40 swing doors (deduct). ( $
25 Keyless remote entry system with two (2)fobs if not standard equipment. $ 5r `
26 Stabilizing/rollover traction system if not standard. $
27 Reverse sensing system if available from manufacturer. 6 $
Additional costs of charges for vehicle drop shipment outside the Lincoln
28 area. Drop shipment charges would be for vehicles bought by political $ 00
•
entities and other Divisions of Government.
ate: C G 33'7oS ra.c1 -to 'X 977 . j
ALL EXCEPTIONS TU OPTIONS MUST BE CLEARLY INDICATED.
(Example: Units ordered with airbags may not be available with a tilt
wheel and automatic speed control).
4144 OF 2013 One Ton Full Size Cargo Van 2 of 2
2013 or Current Production Year One Ton Full Size Cargo Van
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 October 12, 2012
2 Last Day to Submit Written Questions October 18, 2012
3 State Responds to Written Questions Through an •
Addendum to be posted to the Internet at: October 22, 2012
•
http://www.das.state.ne.us/materiel/purchasinq/rfp.htm
4 Bid Opening
Location: Nebraska State Office Building October 29, 2012
State Purchasing Bureau 2:00 p.m.
301 Centennial Mall South, Mall Level
Lincoln, NE 68508 Central Time
WRITTEN QUESTIONS AND ANSWERS
Any explanation desired by a bidder regarding the meaning or interpretation of any Invitation to Bid
provision must be submitted in writing to the State Purchasing Bureau and clearly markea "ITB
Number 4144 OF; One Ton Full Size Cargo Van Questions". It is preferred that questions be sent via
e-mail to matourch.dasmat(a7nebraska.aov. 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 4144 OF;
One Ton full Size Cargo Van Questions".
Written answers will be provided through an addendum to be posted on the internet at
http://www.das.state.ne.us/materiel/purchasing/rfo.htm on or before the date shown h the
Schedule of Events.
4144 OF 2013 One Ton Full Size Cargo Van Page 1 of 11
7 ...�...�
2013 or Current Production Year One Ton Full Size Cargo Van :1—J
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 ar d
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 rt y;
and the actual quantity ordered will vary. These estimates are based on last year's cont;a t
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 'lit 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 t j)id
form. FAILURE TO INCLUDE THIS FORM SIGNED IN INK WILL BE CAUSE FOR
REJECTION OF THE CONTRACT INVITATION TO BID RESPONSE.
4144 OF 2013 One Ton Full Size Cargo Van Page 2 of 11
2013 or Current Production Year One Ton Full Size Cargo Van 1
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 alter
the build out date.
7. 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 includ
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 WIN)for each vehicle.
•
i
4144 OF 2013 One Ton Full Size Cargo Van Page 3 of 11
IF-2013 or Current Production Year One Ton Full Size Cargo Van
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"van 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 van 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 .o this
specification must be written on or attached to Invitation to Bid. Non-compliance can void your bid response.
ACCEPTABLE MODELS: Any full-size cargo vans 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 a %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.
Vans 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 o,i lead-
free gasoline and gasohol/ethanol.
All vehicles shall comply with all current provisions of the National Traffic and Motor Vehicles Safety Apt, and
applicable provisions of the USEPA Emission Standards.
A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles (units c a.able of
operating on a fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional (n. nge or
conversion). A SEPARATE CONTRACT MAY BE AWARDED.
4144 OF 2013 One Ton Full Size Cargo Van Page 4 of 11
2013 or Current Production Year One Ton Full Size Cargo Van
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.
Ygs 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 manufacturer colors with no extra charges
/ unless specified in the options).
B. Glass:Approved tinted safety glass shall be required in all doors,
windows, and windshields. Sunscreen glass (darkest tint of
/ privacy glass)on side and rear widows required.
C. Insulation: Heavy-duty insulation in roof, floor, sidewalls and
doors must be furnished, Bid as option on cargo vans.
D. Seats: The two front seats are to be high back bucket or
captain's chair type, (cloth with vinyl trim).
E. Arm Rests: Required on both left and right-hand sides of cc:,v:h
/ seat. Door armrests will be accepted.
✓� F. Sun Visors: Dual, padded
G. Mirrors: Interior adjustable, day and night tab (selector typ ;, non-
glare). Outside rearview mirrors of electric remote control ty,Je
mounted on left and right sides of vehicle, minimum 6 inches by
9 inches.
H. Power Outlet: Required.
V I. Seat Belts: Individual lap/shoulder for all seats as applicaf 1: per
seat occupancy with standard automatic retractors.
t J. Horn: Factory horn required.
K. Windshield Wipers and Washer: Multiple-speed electric with
washer and intermittent or delay capability.
L. Air Conditioner: Best grade factory installed air-conditioning,
manually controlled, to include all items normally included in the
/ factory package.
M. Heater:A fresh air type heater with windshield defrosters shall
be installed.
N. Radio: Manufacturer's standard factory installed AM/FM/CD
Stereo radio.
O. 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.
P. Floor Coverings: Full-length rubber floor covering shall be
provided. Motor vehicle shall be delivered with rubber fac y
floor mats(front and rear) required. If unavailable manufaci Irer
accessory floor mats (through dealer parts room) are acceptable.
4144 OF 2013 One Ton Full Size Cargo Van Page 5 of 11
2013 or Current Production Year One Ton Full Size Cargo Van 1
STATE OF NEBRASKA PURCHASING BUREAU
SPECIFICATIONS
Q. Electric Power Locks: Three (3)sets of keys per vehicle
required.
R. Hood Release: Inside.
S. Automatic Speed control: Required.
T. Airbag: Driver and passenger side required.
U. Fuel Tank: Minimum, 31-gallon regular model. State gallon
/ bid ;3
V. Side Moldings: Protective side moldings if available from ,1
factory.
ifx
W. Power Windows: Electric power windows required.
X. Doors: Right side only standard 60/40 swing out doors. Rcar
50/50 doors shall be equipped with vented (tilting)glass if
available from factory. Glass must be included in doors.
Y. Controls and Instruments: Key locking ignition switch; head,
parking and dome light switches, headlight beam control;
speedometer; volt-meter;fuel gauge; oil pressure gauge; engine •
temperature gauge; high beam indicator light; traffic hazard •
switch; flashing turn indicator lights.
Z. Rear defroster shall be installed in the rear glass doors if
available from factory. �1
Comments: V Y\ o kct. $ — /OA- an /Y1 o cl J +v;cl
Ye Exception 2) ENGINE AND DRIVE TRAIN
A. Engine: Minimum standards as stated in the specifications..
B. Transmission: Minimum Four Speed Automatic:
C. Air Cleaner: Dry type.
D. Oil Filter: Full flow throwaway types.
E. Thermostat: Required as recommended for permanent-type
/ antifreeze.
t/ F. Radiator: Heaviest duty available with coolant recovery s"si em
1Z_ required.
G. Axle Ratio: Ratio to be recommended by manufacturer.
Comments:
Yet 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 a,3luxe
wheel.Tilt steering wheel required.
{ V D. Wheels: Standard original equipment wheels (5) (minimum 16").
Four wheel covers required.
4144 OF 2013 One Ton Full Size Cargo Van Page 6 of 11
II2013 or Current Production Year One Ton Full Size Cargo Van —M=
STATE OF NEBRASKA PURCHASING BUREAU
SPECIFICATIONS
E. Tires: Five standard (minimum 16-inch) original or optional
equipment tires shall be furnished. "Mini" or"compact„ spares
offered as original equipment are not acceptable. All tires shall
be all season steel-belted radial manufactured and labeled by a
major manufacturer and installed by factory. The spare can be
steel rim. 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: Anti-Lock braking system. Front and rear disk brakes
required if available from manufacturer.
G. Suspension: Must be designed to handle passenger and go
requirements. Stability traction control/roll over system or
equivalent from the factory required, if available from the factory.
Comments: . k)k'e S 4 4 h av-c A Osp c .
Yet Exception 4) ELECTRICAL SYSTEM
A. Ignition system: 12-volt, solid state. Must be equipped win ,nigh
tension, radio frequency shielded, ignition wiring.
B. Battery: Heavy-duty, maintenance free, highest cold cranking
available from the
bidding. Specify
capacity capacity: Zoom
Ccmfactory for the modal
C. Alternator: Heavy duty standard State Amperage: /OLS.
Comments:
Yes Exception 5) MISCELLANEOUS
A. All vans 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 whe:a,:
balanced and the front end aligned.
C. Manufacturer's standard complement of tools, bumper jack,
wheel wrench, and jack handle shall be provided, togethf r with
facilities for storage.
Comments:
4144 OF 2013 One Ton Full Size Cargo Van Page 7 of 11
•
2013 or Current Production Year One Ton Full Size Cargo Van
STATE OF NEBRASKA PURCHASING BUREAU
SPECIFICATIONS
Yes Exception 6) SUSTAINABILITY
� A. If any part or component of the vehicle bid contains recycled car
bio-based material(s), please list and provide detailed information
on the environmental attributes.
Comments:
Ygs 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 the equivalent of a '/tank
of gasoline.Vehicles showing lack of proper dealer pre-dh:Fiery
service shall be subject to rejection until the vehicle is propc-ly
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 van 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 11. es
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.
V E. Invoices shall describe the vehicle, including vehicle
identification number(VIN), key number and State of Nebraska
/ purchase order number.
j/ F. Contract supplier or suppliers may honor pricing and extend the
contract to political subdivisions, cities and counties. Poetical
subdivisions, cities, and counties must meet terms and
conditions of the contract.
4144 OF 2013 One Ton Full Size Cargo Van Pagc 8 of 11
2013 or Current Production Year One Ton Full Size Cargo Van 1.7
STATE OF NEBRASKA PURCHASING BUREAU
SPECIFICATIONS
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 five
(5)business days after Purchase Order has been received,
Vendor shall email, fax, or mail this information to each bi. r.
Comments:
Yes 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.
B. A minimum warranty of 3 years, 36,000 miles or the
manufacturer's standard warranty, whichever is greater, i,
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 not:d if
different than requested.
Comments:Ye� 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.
4144 OF 2013 One Ton Full Size Cargo Van Page 9 of 11
2013 or Current Production Year One Ton Full Size Cargo Van
STATE OF NEBRASKA PURCHASING BUREAU
SPECIFICATIONS
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 rOT
BE APPROPRIATED,THE STATE OF NEBRASKA MAY
TERMINATE THIS AGREEMENT.THE STATE OF NEBRASKA
WILL GIVE THE VENDOR THIRTY DAYS WRITTEN NOT ICE
/ OF SUCH TERMINATION.
V D. Vendor must indicate to whom payment is to be made, st <i g
full name of company or entity, complete address and teled: one
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 .o the
contract; must be done 30 days prior to the delivery of vehicle.
THERE WILL BE NO EXCEPTIONS!
E. If vendor is interested in electronic fund transfer(EFT) payment,
please contact purchasing agency after contract has been
awarded.
F. The manufacturer and/or the successful bidder should allow the
State of Nebraska to participate in the manufacturer's service
training network. Service network includes dealer onsite training,
schools and computer based training when applicable.
Comments:
4144 OF 2013 One Ton Full Size Cargo Van Page 10 of 11
2013 or Current Production Year One Ton Full Size Cargo Van
STATE OF NEBRASKA PURCHASING BUREAU
SPECIFICATIONS
NON-COMPLIANCE STATEMENT
Read this specification carefully. Any and all exceptions to this specification must be stated c low
or attached to the Invitation to Bid, in ink, in a legible format. Non-compliance can void your
response.
EXCEPTIONS/COMMENTS:
Use additional pages if needed
4144 OF 2013 One Ton Full Size Cargo Van ,e 11 of 11
Model Information-Online Ordering Guide Page 1 of 1
40007 2013 Online Order!Reference Guide ----„r151-- Select Another; press Car o
Division 9 .
Model Home
Standard Equipment 2013 Express Cargo COLOR AND TRIM -SOLID PAINT ZY1
Ordering info S=Standard Equipment A=Available —(dashes)=Not Available SOLID PAINT ZY9
. Equipment
Groups ■=Included in Equipment Group D=Included in Equipment Group but upgradeable
. PEG Stairstep indicates availability of feature on multiple models.For example,it indicates feature availability on 2WD and 4WD
- Interior Models or Rear wheel drive and All-wheel drive Models.
- Exterior Interior
• Mechanical Level Seat Type Cr ode Seat Trim Neutral Medium
- Engine/Axles Pewter
- Color and Trim Work Van Reclining high-back buckets with AR7 Vinyl 52W 93W
inboard armrests
- SEOIShip Thru Reclining high-back buckets with Custom
. OnstarFleet Work Van inboard armrests AS5 Cloth 52G 93G
Options - -
Dimensions --•
Specs Exterior or Interior
Color Code Touch-Up Paint Number ._
Solid Paint Neutral Medium Pewter
Wheels
Radios Sandstone Metallic.' 15U WA-929L A —
Trailering Specs ,Graystone Metallic.' 16U WA-213M — A —
Model and Option Dark Blue Metallic.' 25U WA-722J A A
Weights •
Black2 41 U WA-8555 A A �-
Dark Green Metallic.' 47U WA-9539 A A
Summit White 50U WA-8624 A A
Victory Red2 74U WA-9260 A A
Wheatland Yellow2 86U WA-253A A A
Sheer Silver Metallicl GGZ WA-726S — A
Above interior trim combinations are the only combinations allowed.
1-Additional charge.Available for order after July 1,2012.
2-Not available with(B48)rear body-colored halo trim. _,
)ate
., R
�- � i Cis
id C)4-C. .
IA) �fk * I b n•cyc.-1- —1-b COL or CA-Q.
644_ aJd I: cl-r Qii'ce)11 *t 0:-
Ic5oo pv ' Ve)44/0-e,-4% . _
fi( '
https://www.autopartners.net/apps/eogld/NASApp/domestic/proddesc jsp?year=2013&re... 10/29/2012
• Model Information- Online Ordering Guide Page 1 of 1
4
Select
ailleM 2013 Online Order/Reference Guide Pried Another Express Cargo
Model Home Division
Standard Equipment COLOR AND TRIM -SEO SOLID
Ordering Info 2013 Express Cargo PAINT
— 1
. Equipment
Groups S=Standard Equipment A=Available —(dashes)=Not Available SEO SOLID PAINT IN I
- PEG Stairstep ■=Included In Equipment Group O=Included in Equipment Group but upgradeable
- Interior *indicates availability of feature on multiple models.For example,it indicates feature availability on 2WD and
- Exterior 4WD Models or Rear wheel drive and All-wheel drive Models.
- Mechanical Interior
Sea
- Engine/Axles Lr Seat7ype Ce Seat Trim Medium
Neutral- Color and Trim Pewter
- SEOIShip Thru Work Van Reclining high-back buckets ART Custom 52W 93W
- OnStar Fleet Vinyl
Options Work Van Reclining high-back buckets with AS5 Custom 52G 93G
Dimensions inboard armrests Cloth
Specs
Wheels Exterior Color Coda Touch-Up Paint Number Interior _-.
Radios Solid Paint Neutral Medium Pevtei�
Trailering Specs Yellow none WA-5456 A A
Model and Option Green none WA-7927 A A - y
Weights Green none WA-7941 A A
Inca Gold none WA-7952 A A
Silver Metallicl none WA-8867 A A
Green,Woodland 9V5 WA-9015 A A
Doeskin Tan 9V9 WA-9403 A A
Yellow none WA-9414 A A
Tangier Orange 9W4 WA-9417 A A
Yellow none WA-215D A • A
Dark Toreador Red none WA-257C A A
Yellow none WA-259L A A
Blue none WA-451N A A
Yellow none WA-478G A A
Galaxy Silver Metallicl none WA-519F A A
Bronzemistt none WA-529F A A
—
Silver Birch Metallicl none WA-926L A A
NOTE:Exterior SEO solid paints are not available with(B48)Trim,rear body-colored halo.
All extraneous body components formerly color-keyed to body color,will be flat Black.
1-Not available to order until 8127112.
https://www.autopartners.net/apps/eogld/NASApp/domestic/proddesc jsp?year=2013&ve... 10/29/2012
..
,,
, •
Noa „,-„,, A
: 04k a Ca;liOS CAStill% ari.
Mobil; 1 .---tulles Director
Dave Heineman,Governor
ADDENDUM ONE
Date: October 22,2012
To: All Bidders
From: Michelle Musick, Buyer
AS State Purchasing
RE: Addendum for 4143 OF,4144 OF,4145 OF,4146 OF and 4147 OF
Original Opening Date and Time: October 29,2012 at 2:00 p.m. Central Time
There were no questions submitted for 4143 OF,4144 OF,4145 OF,4146 OF and 4147 OF.
This addendum will become part of the bid and should be acknowledged with the ITB.
Steve Surek • Administrator
Materiel Division • 301 Centennial Mall South • P.O.Box 94847 • Uncoln,Nebraska 68509-4847 • Phone:402-471-2401 • Fax•402-47; "20 i9
Transportation Services Bureau • 1400 hi St • P.O.Box 95025 • Uncaln,Nebraska 68508-5025 • Phone:402-471-2897 • Fax 402-47 22'19
An Equal Opportunttu/AJJirmaifue Action Employer
Printed imth soY mk on raqued peper
- ;71 Carlos Cc .,,. Ito, Jr.
t`° .`v-ri[tes lhredor
'Dove.Neinerxi. li 6overnar
ADDENDUM TWO
Date: October 25,2012
To: All Bidders
From: Michelle Musick, Buyer
AS State Purchasing
RE: Addendum for 4143 OF,4144 OF, 4145 OF,4146 OF, 4147 OF
New Opening Date and Time: October 31, 2012 at 2:00 p.m. Central time
4143 OF and 4147 OF are hereby amended to include the Buy America information as follows.
This addendum will become part of the bid and should be acknowledged with the ITB.
Steire Sulek • Administrator
Materiel OMVisiori • 301 Centennial Mall"South • P.O.Box 94847 • lincoln,.Nebraska 68509-4847 • Phone:40.2=471-2401 • Fax:402-471,2089
Trarispo:rtation.5ervites Bureau • 14001451 • RO Box 95025 • Uncoln,Nebraska 685084025 • Phone:402-471-2897 • Fax:402-47 f-2999'
An Egpril OppartunitylAf/lrinative Action gnvipyer
Printed Ivo soy ink on rs yclsO paper
li
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 tb this solicitation to include addenda and/or amendments.sr ued prior
to the opening date. Website address: htto://www.das.stateare‘ustmateriellourchasina/ourchastne.htrn
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 tc 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 i net,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 Statc di
Nebraska's Invitation to Ski form.Erasures and alterations must be initialed by the bidder in ink.No telephone or voice bids will be accepted.Failure to cc ro i f; 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)gages.
However,two party sealed bids containing facsimile pages are acceptable. No direct facsimile solicitation responses wilt be accepted for a commod iy contract.
VALID BiD TIME-Bids shall be firm for a minimum of sixty(80)calendar days after the opening date,unless otherwise stipulated by either party in the Inv,tation to Bid
}
DISCOUNTS-Prices quoted shah 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 property 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 Stale 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 he the sole judge
of equivalency.The bidder may offer any brand which meets or exceeds the specification.When a specific product is required,the Invitation to Bid will so state.Any
item bid is to be the latest current model under standard production at the time of order.No used or refurbished equipment will be accepted,unless othen as.;stated.
ALTERNATE/EQUIVALENT BIDS-Bidder may offer bids which are at variance from the express specifications of the Invitation to Bid.The State roserv:s the right to
consider and accept such bids if,in the judgement of the State Purchasing Director,the bid will result in goods and/or services equivalent to or better than t,ase which
would be supplied in the original bid specifications.Bidders must indicate on the Invitation to Bid the manufacturer's name,number and shall submit with ' bid,
sketches,descriptive literature and/or complete specifications.Reference to literature submitted with a previous bid will not satisfy this provision.Bids wi ri Jo not
comply with these requirements are subject to rejection.In the absence of any stated deviation or exception,the bid will bo accepted as in strict comphai, e with all
terms,conditions and specifications,and the bidder shall be held liable therefore.
SAMPLES-When requested,samples shall be furnished at the biddders expense prior to the opening of the bid,unless otherwise specified.Each sample ii lust be
labeled clearly and identify the bidders name,the Invitation to Bid number and the item number.Samples submitted must be representative of the comm d l es or
equipment which would be delivered If awarded the bid.The State of Nebraska reserves the right to request samples even though this may not have bee'eel forth In
the Invitation to Bid.Samples not destroyed in testing will be returned at bidders expense,If requested,or will be donated to a public institution.
RECYCLING-Preference will be given to items which are manufactured or produced from recycled material or which can be readily reused or recycled alter their
normal use as per State Statute Section 81-15,159.
LATE BIDS-All bids will be time and date stamped upon receipt by the State Purchasing Bureau,and this shalt be the official time and date of receipt.B.ds received
after the time of the bid opening wilt be considered late bids and will be returned to the bidder unopened.The State Purchasing Bureau is not responsible for-late bids
or lost requests due to mail service inadequacies,baffle or other similar reasons.
BiD OPENING-Openings shall be public on the date and time specified on the Invitation to Bid form.It is the bidder's responsibility to assure the bid is delivered at the
designated date,time and place of the bid opening.Telephone bids are not acceptable.A bid may not be altered after opening of the bids.
NC/BID-if not submitting a bid,respond by returning the invitation to Bid form explaining the reason in the space provided,Failure to respond to an invitation to Bid
may be cause for the removal of the pidder's name from the mailing list.NOTE:To qualify as a respondent,bidder must submit a"NO BID"and it must be received no
later than the stated bid opening date and time.
AWARD-All purchases,leases,or contracts which are based on competitive bids will be awarded to the lowest responsible bidder,determined according to the
provisions of State Statute Section 81-161,R.R.S,1943.The State reserves the right to reject any or all bids,wholly or in part and to waive any deviations or errors
that are not material,do not Invalidate the legitimacy of the bid and do not improve the bidders competitive position.Ail awards will be made fn a manner deemed in the
best interest of the State.
BID TABULATIONS-Tabulations will be furnished upon written request.A self-addressed,stamped envelope which must include the agency and solicitation number
must be enclosed.Bid tabulations will not be provided by telephone or facsimile.Bid files may be examined during normal working hours by appointment. Bid
tabulations are available on the website at: htto://www.das.state.ne.us/materieUourchasinaibidtabs.htin
PERFORMANCE AND DEFAULT-The State reserves the right to require a performance bond from the successful bidder,as provided by law,without 'xl. nse 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 e,ccss 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. rob(dent
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 contr acr The
provisions of this preference shall not apply to any contract for any project upon which federal funds would be withheld because of the provisions of this po Terence.
NONDISCRIMINATION-The Nebraska Fair Employment Practice Act prohibits contractors of the State of Nebraska,and their subcontractors,from discrirr.noting
against any employee or applicant for employment,to be employed in the performance of such contracts,with respect to hire,tenure,terms,conditions rr privileges of
employment because of race,color,religion,sex,disability,or national origin.(State Statute Sections 48-1 101 through 48-1125)The bidder guarantees ai'npilance
with the Nebraska Fair Employment Practice Act,and breach of this provision shall be regarded as a material breach of contract.The contractor shalt i :e, 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 furnisher .i equest.
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 statuti. ,i r eludes 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 websile at'
http:/www.nitc.state.ne.uslstandardslaccesslbility/ Revised 04/2005
• Spec. No. 2007 •
PROCUREMENT REQUIREMENTS
FOR VEHICLE PURCHASE WITH FEDERAL TRANSIT ADMINISTRATION (FTA) FUNDS
GENERAL. The following terms, conditions, and specifications shall apply to the purchase of
FTA funded passenger vehicles by the Nebraska Department of Roads.
ROYALTIES AND LICENSE FEES. The Contractor shall pay all royalties and license fees.
He shall defend at his own cost all suits or claims for infringements of any patent rights, sha
pay all awards of damages and all settlement agreements, and shall indemnify and save the
U.S. Department of Transportation (DOT),the State of Nebraska, and the recipient agency tt
which the Nebraska Department of Roads delivers the vehicle(s) harmless from any loss o
account of any such infringement, suit or claim.
FEDERAL MOTOR VEHICLE SAFETY STANDARDS AND AMERICAN WITH
DISABILITIES ACT (ADA). The vehicles shall conform to all applicable Federal Motor
Vehicle Safety Standards(FMVSS),Title 49 CFR Part 38. Subpart B ADA specs for
Transportation Vehicles as established by DOT (complete and submit certification). It shall
also meet all applicable requirements of the Occupational Safety and Health Administration •
and of the Environmental Protection Agency. Failure of these specifications to identify
explicitly each such regulation shall not relieve the.Contractor of the responsibility for
compliance.
NO OBLIGATION BY THE FEDERAL GOVERNMENT.The purchaser and Contractor
acknowledge and agree that, notwithstanding any concurrence by the Federal Government in
or approval of the solicitation or award of the underlying contract, absent the express written
consent by the Federal Government, the Federal Government is not a party to this contract
and shall not be subject to any obligations or liabilities to the purchaser, Contractor, or any
other party(whether or not a party to that contract) pertaining to any matter resulting from
underlying contract.
PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED AC I S.
The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of
1986 as amended, 31 U.S.C. 3801 et seq. and U.S. DOT regulations, Program Fraud Civil
Remedies,"49 C.F.R. Part 31, apply to its actions pertaining to this project. Upon execution
of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of
any statement it has made, it makes, it may make, or cause to be made, pertaining to the
underlying contract of the FTA assisted project for which this contract work is being
performed. In addition to other penalties that may be applicable, the Contractor further
acknowledges that if it makes, or causes to be made, a false, or fraudulent claim, statement,
submission, or certification,the Federal Government reserves the right to impose the
penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the
Federal Government deems appropriate.
FEDERAL CHANGES. Contractor shall at all times comply with all applicable FTA
regulations, policies, procedures and directives, including without limitation those listed
directly or by reference in the current FTA Master Agreement between purchaser and FTA, as
they may be amended or promulgated from time to time during the term of this contract.
Contractor's failure to so comply shall constitute a material breach of this contract.
•
Spec. No. 2C07
INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION(FTA) TERMS. The
preceding provisions include, in part, certain Standard Terms and Conditions required by
DOT, whether or not expressly set forth in the preceding contract provisions. All contractual
provisions required by DOT, as set forth in FTA Circular 4220.1 D, dated April 15, 1996, and
amended August 4, 1998 are hereby incorporated by reference. Anything to the contrary
herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a
conflict with other provisions contained in this Agreement. The Contractor shall not perform
any act, fail to perform any act, or refuse to comply with any State requests, which would
cause the State to be in violation of the FTA terms and conditions.
CIVIL RIGHTS. The following requirements apply to the underlying contract:
(1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, 42 U.S.C. 200rEc:
section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. 6102, Section 202
of the Americans with Disabilities Act of 1990,42 U.S.C. 12132, and Federal transit law at
49 U.S.C. 5332, the Contractor agrees that it will not discriminate against any employee or
applicant for employment because of race, color, creed, national origin, sex, age, or disabil ty
In addition, the Contractor agrees to comply with applicable Federal implementing regulatic r,..
and other implementing requirements FTA may issue.
(2) Equal Employment Opportunity-The following equal employment opportunity
requirements apply to the'underlying contract:
(a) Race, Color,Creed, National Origin, Sex- In accordance with Title VII of the Civil Rights
Act, as amended, 42 U.S.C. 2000e, and Federal transit laws at 49 U.S.C. 5332, the
Contractor agrees to comply with all applicable equal opportunity requirements of
U.S. Department of Labor(U.S. DOL) regulations, "Office of Federal Contract Compliance
Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq.,
(which implement Executive Order No.11246, "Equal Employment Opportunity," as amended
by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal
Employment Opportunity,"42 U.S.C. 2000e note), and with any applicable Federal Statues,
executive orders, regulations, and Federal policies that may in the future affect construction
activities undertaken in the course of_the project. The Contractor agrees to take affirmative
action to ensure that applicants are employed, and that employees are treated during
employment, without regard to their race, color, creed, national origin, sex, or age. Such
action shall include, but not be limited to,the following, upgrading, demotion or transfer,
recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship. In addition, the Contractor
agrees to comply with any implementing requirements FTA may issue.
(b) Age - In accordance with Section 4 of the Age Discrimination in Employment Act of 19(7,
as amended, 29 U.S.C. 623 and Federal transit law at 49 U.S.C. 5332, the Contractor agrees
to refrain from discrimination against present and prospective employees for reason of age. In
addition, the Contractor agrees to comply with any implementing requirements FTA may
issue.
(c) Disabilities- In accordance with Section 102 of the Americans with Disabilities Act, as
amended, U.S.C. 12112, the Contractor agrees that it will comply with the requirements of
U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal
Employment Provisions of the Americans with Disabilities Act,"29 C.F.R. Part 1630, ; -
pertaining to employment of persons with disabilities. In addition, the Contractor agrees to
comply with any implementing requirements FTA may issue. i
(3)The Contractor also agrees to include these requirements In each subcontract financed in
whole or in part with Federal assistance provided by FTA, modified only if necessary to
identify the affected parties.
-2-
Spec. No. 2,J.:.7
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER
RESPONSIBILITY MATTERS.
instructions for Certification
By signing and submitting this bid,the prospective lower tier participant certifies to the
following:
A. The certification in this clause is a material representation of fact upon which reliance waE
placed when this transaction was entered into. If it is later determined that the prospective
lower tier participant knowingly rendered an erroneous certification, in addition to other
remedies available to the Federal Government,the State may pursue available remedies,
including suspension and/or debarment.
B. The prospective lower tier participant shall provide immediate written notice to the State if
at any time the prospective lower tier participant learns that its certification was erroneous
when submitted or has become erroneous by reason of changed circumstances.
C. The terms"covered transaction,""debarred,""suspended,""ineligible," "lower tier covered
transaction,""participant,""persons,""principal,""proposal," and "voluntarily excluded," as
used in this clause, have the meanings set out in the Definitions and Coverage sections 01
rules implementing Executive Order 12549 [49 CFR Part 29]. You may contact the State fcr
assistance in obtaining a copy of those regulations.
D. The prospective lower tier participant agrees by submitting this proposal that, should the
proposed covered transaction be entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred, suspended, declared ineligible, or
voluntarily excluded from participation in this covered transaction, unless authorized in writing
by the State.
E. The prospective lower tier participant further agrees by submitting this proposal that it'. d;,
include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and
voluntary Exclusion- Lower Tier Covered Transaction", without modification, in all lower tier
covered transactions and in all solicitations for lower tier covered transactions. I •
F. A participant.in a covered transaction-may rely upon a certification of a prospective
participant in a lower tier covered transaction that it is not debarred,suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it knows that the certification is
erroneous. A participant may decide the method and frequency by which it determines the
eligibility of its principals. Each participant may, but is not required to, check the
Nonprocurement List issued by U.S. General Service Administration.
G. Nothing.contained in the foregoing shall be construed to require establishment of system
of records in order to render in good faith the certification required by this clause. The
knowledge and information of a participant is not required to exceed that which is normally
possessed by a prudent person in the ordinary course of business dealings.
H. Except for transactions authorized under paragraph D of these instructions, if a participant
in a covered transaction knowingly enters into a lower tier covered transaction with a person
who is suspended, debarred, ineligible, or voluntarily excluded from participation in this
transaction, in addition to all remedies available to the Federal Government, the State ma
pursue available remedies including suspension and/or debarment.
Certification Regarding Debarment, Suspension, Ineligibility and Voluntary
Exclusion -Lower Tier Covered Transaction"
(1) [The prospective lower tier participant certifies, by submission of this bid or proposal,] That
neither it nor its "principals" [as defined at 49 C.F.R.29.105(p)] is presently debarred,
suspended, proposed for debarment; declared ineligible, or voluntarily excluded from
participation in this transaction by any Federal department or agency.
• -3-
f
•
• Spec. No. 2001 I
(2) When the prospective lower tier participant is unable to certify to the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
ENERGY CONSERVATION REQUIREMENTS.
By signing and submitting this bid,the prospective lower tier participant certifies that it
will comply with mandatory standards and policies relating to energy efficiency which are
contained in the state energy conservation plan issued in compliance with the Energy Policy
and Conservation Act.
CLEAN WATER REQUIREMENTS.
By signing and submitting this bid,the prospective lower tier participant certifies that it
will comply with all applicable standards, orders or regulations issued to the Federal Water
Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The Contractor agrees to report
each violation to the purchaser and understands and agrees that the purchaser will, in turn,
report each violation as required to assure notification to FTA and the appropriate EPA
Regional Office.
The Contractor also agrees to include these requirements in each subcontract exceeding
$100,000 financed in whole or in part with Federal assistance provided by FTA.
CLEAN AIR REQUIREMENTS.
By signing and submitting this bid, the prospective lower tier participant certifies th it it
will comply with all applicable standards, orders or regulations issued pursuant to the Clean
Air Act, as amended,42 U.S.C. 7401 et seq. The Contractor agrees to report each violati �n
to the purchaser and understands and agrees that the purchaser will, in turn, report each
violation as required t assure notification to FTA and the appropriate EPA Regional Office.
The Contractor also agrees to include these requirements in each subcontract exceeding
$100,000 financed in whole or in part with Federal assistance provided by FTA.
PRE-AWARD AND POST-DELIVERY AUDIT REQUIREMENTS. The Contractor agrees to
comply with 49 U.S.C. 5323(1) and FTA's implementing regulation at 49 CFR Part 663 and to
submit the following certifications:
(1) Buy America Requirements: The Contractor shall complete and submit a declaration
certifying either compliance or noncompliance with Buy America. If the Bidder/Offeror certifies
compliance with Buy America, it shall submit documentation which lists a) component and
subcomponent parts of the rolling stock to be purchased identified by manufacturer of the
parts,their country of origin and costs; and b)the location of the final assembly point for the
rolling stock, including a description of the activities that will take place at the final assembly
point and cost of final assembly.
(2) Solicitation Specification Requirements: The Contractor shall submit evidence that it
will be capable of meeting the bid specifications.
(3) Federal Motor Vehicle Safety Standards (FMVSS): The Contractor shall submit the
manufacturer's FMVSS self-certification sticker information that the vehicle complies with
relevant FMVSS.
Complete the Buy America Certification
RESTRICTIONS ON LOBBYING. The certification on Lobbying must be signed by a
authorized representative of the Bidder's firm and returned with the bid.
,
- - - i
•
Pre-Award, Post-Delivery and Buy America Certifications
PRE AWARD AND POST-DELIVERY AUDIT REQUIREMENTS. The Contractor agrees tc
comply with 49 U.S.C.5323(1)and FTA's implementing regulation at 49 CFR Part 663 and to
submit the following certifications:
(1)Buy America Requirements: The Contractor shall complete and submit a declaration
certifying either compliance or noncompliance with Buy America. If the Bidder/Offeror certifre..
compliance with Buy America, it shall submit documentation which lists a) component and
subcomponent parts of the rolling stock to be purchased identified by manufacturer of the
- parts,their country of origin and costs; and b)the location of the final assembly point for the
i - 1
{ rolling stock,including a description of the activities that will take place at the final assembly
point and cost of final assembly.
BUY AMERICA. The contractor agrees to comply with 49 U.S.C.5323(j)(2)(C) and 49 CFR
Part 661.11 Rolling stock not subject to a general waiver must be manufactured in the United
States and have a 60 percent domestic content. The Buy America certification on the
I t -
following page must be signed by a legally authorized representative of the Bidder's firm and
returned with the bid.
Date: l D"'3
Company Name: /4i 6l1! Cl"` A` -t u f/'G
Signature of Contractor's Authorized Official: +-
Printed Name and Title of Contractor's Authorized Offici : 7,6144k /2 CS
•
u av�cs s °eu-{ra.Q 1-nr-Scir--
.
I .
Buy America
Certificate of Compliance With 49 U.S.C. 53230)(2)(C).
The bidder hereby certifies that it will comply with the requirements of Section of 49 U.S.C.
5323(j)(2)(C)and the regulations at 49 CFR Part 661.
Date: /o--3
//�LGrSkei"
Company Name: I /� Y O
Signature of Contractor's Authorized Official:
Printed Name and Title of Contractor's Authorized Official:£__Ati-C.k.4 A es
‘16#84;fe , &idea,4,,„4„
Certificate for Non-Compliance With 49 U.S.C. 5323(j)(2)(C)
The bidder hereby certifies that it cannot comply.with the requirements of 49 U.S.C.
5323(j)(2)(C), but may qualify for an exception pursuant to 49 U.S.C. 53230)(2)(B)or(j)(2)(D)and the
regulations in 49 CFR,661.7.
Date:
Company Name:
Signature of Contractor's Authorized Official:
Printed Name and Title of Contractor's Authorized Official:
•
•
CERTIFICATION REGARDING LOBBYING
The undersigned{Contractor}certifies,to the best of his or her knowledge and belief, that:
(1)No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned
to any person for influencing or attempting to influence an officer or employee of an agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of Congres 3
in connection with the awarding of any Federal contract,the making of any Federal Grant,the making
of any Federal loan,the entering into of any cooperative agreement, and the extension,continuation,
renewal, amendment, or modification of any Federal contract,grant, loan or cooperative agreement.
(2)If any funds or other than Federal appropriated funds have been paid or will be paid to any person
for making lobbying contracts to an officer or employee of any agency, a Member of Congress, an
officer-or employee of Congress,or an employee of a Member of Congress in connection with this
Federal contract,grant,loan, or cooperative agreement,the undersigned shall complete and submit
• Standard Form—LLL,'Disclosure Form to Report Lobbying,"in accordance with its instructions[as
amended by"Government wide Guidance for New Restrictions on Lobbying,"61 Fed. Reg. 1413
(1/19/96). Note: Language in paragraph(2) herein has been modified in accordance with Section 10
of the Lobbying Disclosure Act of 1995(P.L. 104-65,to be codified at 2 U.S.C. 1601, et seq.)]
(3)The undersigned shall require that the language of this certification be included in the award
documents for all subawards at all tiers(including subcontracts, subgrants, and contracts under
grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose
accordingly.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making e,
entering into this transaction imposed by 31, U.S.C. 1352(as amended by the Lobbying Disclosure _
Act of 1995).Any person who fails to file the required certification shall be subject to a civil penalty of
not less than$10,000 and not more than$100,000 for each failure.
[Note: Pursuant to 31 U.S.C. 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or
fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of is
less than$10,000 and not more than$100,000
for each such expenditure or failure.]
The.Contractor, l ki. ,, d.-o ( cu.L) , certifies or affirms the truthfulness and
accuracy of each statement of its certification and dis losure. In addition,the Contractor understands
and agrees that the provisions of 31 U.S.C.A 3801, et seq.,apply to this certification and disclosure, if
any.
Date: I 0 ' 3 f'i a
Company Name: -t,�,SK. �-� A-wl-e r
•
Signature of Contractor's Authorized Official:
= -
! Printed Name and Title of Contractor's Authorized Official: ( `C / e S
c&os to?$S & zP2, eh
DISADVANTAGED BUSINESS ENTERPRISES CERTIFICATION
The following certification must be signed by a legally authorized representative of the Bidder's firm
and returned with the bid.
The Bidder certifies that the transit vehicles)to be provided under this quotation will be provided by a
manufacturer which is in compliance with Special Provisions for Transit Vehicle Manufacturers,
Title 49 of the Code of Federal Regulations, Part 26, Subpart C, Section 26.49.
1
Date: /O'3 Ft 9
•
Company Name: / ie'r' Ade)
.40
Signature of Contractor's Authorized Official: •
Lau 416'SPrinted Name and Title of Contractor's Authorized Official:
C`�� /G J14ee.s
i -
ll
1
FEDERAL MOTOR VEHICLE SAFETY STANDARDS CERTIFICATION
21U 1 ?'u C j certify that the vehicle bid will meet all
(Piloted Name of Vendor/Agent)
appropriate Federal Motor Vehicle Safety Standards.
.40•04tror /0 -3/--/4
sn. e of Contractor's Authorized Official Date
I
•
•
•
„ 3
{
{
1
1
•
Preiner, Sue (PWks)
From: Mockler, Erin M. (PWks-FM)
Sent: Friday, January 11, 2013 11:01 AM
To: Preiner, Sue (PWks)
Subject: FW: Facilities Management One Ton Cargo Van
Sue...I'm sorry, you were asking for the Fund number, not the account number. This is coming from the general fund
11111. It's been one of those mornings!
Have a great day,
Erin
4218
From: Mockler, Erin M. (PWks-FM)
Sent: Friday, January 11, 2013 10:45 AM
To: Preiner, Sue (PWks)
Subject: RE: Facilities Management One Ton Cargo Van
It is "$10,000> Vehicle Equipment Small 1 Ton Cargo\" on the budget sheet I looked at Let me know if you need anything
else.
Have a great day,
Erin
4218
From: Preiner, Sue (PWks)
Sent: Friday, January 11, 2013 9:27 AM
To: Mockler, Erin M. (PWks-FM)
Subject: RE: Facilities Management One Ton Cargo Van
I do not see fund 47038 on the Doers chart of account. Can you clarify what it is named?
Thanks.
From: Mockler, Erin M. (PWks-FM)
Sent: Friday, January 11, 2013 9:17 AM
To: Preiner, Sue (PWks)
Cc: Oestmann, Mike (PWks-FM)
Subject: RE: Facilities Management One Ton Cargo Van
Sue,
Here you go:
Fund: 47038
Org: 116261 C c vi+i('a c,-E- Acd iIA0,4'`. -- (C v
Thanks!
Erin
4218
1
C-
ZSA CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, the Public Works Department desires to purchase a one ton cargo van to be
utilized by the Facilities Management Division; and,
WHEREAS, Husker Auto Group submitted a total bid of $23,325.00 to the State of
Nebraska under Contract No. 13438 OC for a one ton cargo van as detailed in the attached
communication; and,
WHEREAS, the Purchasing Agent is authorized to purchase a one ton cargo van in the
amount of $23,325.00 to be utilized by the Facilities Management Division based on the bids
submitted to the State of Nebraska.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF OMAHA:
THAT, as recommended by the Mayor, the Purchasing Agent be authorized to issue a
Purchase Order to Husker Auto Group for the purchase of a one ton cargo van in the amount of
$23,325.00 as detailed in the attached communication to be utilized by the Facilities
Management Division; and, that the Finance Department is authorized to pay this cost from
General Fund 11111, Contract Administration Organization 116261, year 2013 funding.
205813scp APPROVED AS TO FORM:
AT CITY ATTORNEY DATE
aryeeki /1
By
ncilmember
Adopted FE:, 5 013
., ity Clerk
Approved.PP •. •
Mayor
616,14-
NO. /&
Resolution by
Res. that, as recommended by the Mayor, the
Purchasing Agent be authorized to issue a
Purchase Order to Husker Auto Group for the
purchase of a one ton cargo van in the amount
of $23,325.00 as detailed in the attached
communication to be utilized by the Facilities
Management Division; and, that the Finance
Department is authorized to pay this cost from
General Fund 11111, Contract Administration
Organization 116261, year 2013 funding.
205813Ascp
Presented to City Council
FEB 5 2013
Adopted 7-&
gaiter grocurt
City Clerk