Loading...
RES 2012-1206 - PO to Sid DIllon for pickups AHA, pM NF yy{ t�, � `� .s79 Public Works Department �~ 10 C _ Omaha/Douglas Civic Center iI j �,•y"`�'"^ pi 9' 5 II 1819 Farnam Street,Suite 601 -', „ri ;=� September 11, 2012 cy ,' p .�� 's ; r^ Omaha,Nebraska 68183-0601 dory �F C, (402)444 5220 q4rev FEaR3� s ;a rA 4 Fax(402)444-5248 City of Omaha 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 Sid Dillon on the bid for the purchase of six '/2 ton extended cab four wheel drive pickup trucks, one to be utilized by the Traffic Maintenance Division and five to be utilized by the Street Maintenance Division. The following bids were received on August 15, 2012. A detailed bid tabulation is attached. Contractor Bid Per Unit SID DILLON $24,330.00 (Recommended Bid) Husker Auto Group $24,997.00 A non-compliant bid was submitted by Gene Steffy Chrysler Center as detailed in the attached bid rejection letter. A copy of the bid documents is on file and available for inspection and review in the City Clerk's office. 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 these vehicles from the Street and Highway Allocation Fund 12131, Traffic Engineering Equipment Organization • 116191 and Pavement Maintenance Organization 116158, year 2012 expenditures. The Public Works Department recommends the acceptance of the bid from Sid Dillon in the total amount of$145,980.00, being the lowest and best bid received within the bid specifications, and requests your consideration and approval of this Resolution. Respectfully submitted, Referre City Council for Consideration: zq- z. �� 9 . • Ro ert G. Stubbe, P.E. Date Mayor's 0 fie . Date Public Works Director Approved as to Funding: A..roved: like_Ajigh Pam Spaccarotella Date Human Rights and Relations Date Finance Director W Department 196112scp E CO O) fN O) V) d N 0 sg« N CO c cu N °) c 7v' u E �a 0 c c `3 Y a •E 'c5S « « a o CD Q 2 a) a v c 0 ac) d m U m a v n i -c CO o 0 rn 2 d m m a aa)) R ._ Z in U C Y o o v o oa a o c Un v v ce c m o a) r a `R Q_ c F- 2 . M c y en c , it p m Q D 0 Y i o III N M 'y �- N M V' 'in 21 o 10• 'm 1D h a € - N i O Cr N 1a Q c-- a) (N N fV N O N O N m N M a) d' V E a Y - Y O Y . Y Y Y Y Y C Y O. Y Y o CD 0 a 4) N N a) N IA is W N tl! . N . CO N a'cN 01 f6 (0 a1 0) a) A W a) N N W CO i� Y F- F- F- F- F- F- F- F- F- Y F- F- F- Z i-7 1Z Fro F F Fcl i a m __i.... .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 i r' i i I• i L j • 1 I i i C 1 i i I. . ]• .,,-, •• 1 ! ! u S sl1 ..1 C'1 O g1 1 ' I I 1 ! Irn 1 ' .� 1 vi O1 p1 I I !�I " 1: tti. ! 'J 1 tv) fii 1 j ! VJ i i ' 'v p t\. • ___._ � v5 `'' L_ n 1 1 J+ U) i.�1 I _.1 1 j _i 1 !�� 1 o 1 1 a) r C 46 _ �� ,..- ia. IR r-" w, t �. ii QJ -Zi , I •e -0 `'� _ rn G ,3. U O -0 C� u 1, w >)K i. 0). I i >0 F I { + 1` I c s 1 IT) 1 r�f I �i N I { 44 9 •1 f j}• i,S.)1 { Q ........ C31 I r1 �1 OO 1 1 1 , • I 1 is _ r. I O N m; ••` i� 1 U) I I 1 ®1 fil O S 'Ji O C1 c 1 >_! I ,1 ± i { i I�— _ r QJ y i g�li •- I 1i ! ,f�31 i I I i i _ 1 z �ti• 1. _ i 1 1 J { 1 { • i 1 i i 1 { i 1 1 rn .I on . � '2 `� i i { 1 I. �. i 1 S 1 ti t i 1 1 i ` � I + • j I I i i l I TO i .1A CI: 1 I } I C I ; 'Ji j i i5v N 1): d {-1 , 1 , n, , [In i ' = I �C 'II�'I 1 p; r ! •1 •1 I : .0 �1 g Ft; C 1;l ; l i I 1 { 1 I �— I ti II i 1 I C ' I 1 i ! i I I 71 P cJ s 1 e� ' i i . 1 i ly submitted, Referre City Council for Consideration: zq- z. �� 9 . • Ro ert G. Stubbe, P.E. Date Mayor's 0 fie . Date Public Works Director Approved as to Funding: A..roved: like_Ajigh Pam Spaccarotella Date Human Rights and Relations Date Finance Director W Department 196112scp E CO O) fN O) V) d N 0 sg« N CO c cu N °) c 7v' u E �a 0 c c `3 Y a •E 'c5S « « a o CD Q 2 a) a v c 0 ac) d m U m a v n i -c CO o 0 rn 2 d m m a aa)) R ._ Z in U C Y o o v o oa a o c Un v v ce c m o a) r a `R Q_ c F- 2 . M c y en c , it p m Q D 0 Y i o III N M 'y �- N M V' 'in 21 o 10• 'm 1D h a € - N i O Cr N 1a Q c-- a) (N N fV N O N O N m N M a) d' V E a Y - Y O Y . Y Y Y Y Y C Y O. Y Y o CD 0 a 4) N N a) N IA is W N tl! . N . CO N a'cN 01 f6 (0 a1 0) a) A W a) N N W CO i� Y F- F- F- F- F- F- F- F- F- Y F- F- F- Z i-7 1Z Fro F F Fcl i a m __i.... .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 t H.H. *REVISED* DOUGLAS COUNTY • REQUEST FOR BID AND BID SHEET ON:CITY OF OMAHA 1/2 Ton Extended Cab 4X4 Pickup Trucks RETURN BIDS TO: Published: August 1,2012 Page 1 CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER 1819 Famam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 8% Omaha,Nebraska 88183-0011 IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 A.M.on Wednesday,August 15,2012 IMPORTANT 1. Bid must be In the office of the CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER, 4. If Federal Excise Tax spies,show amount of same end dedud. 1810 Famam Street,Omaha,NE 68183-0011 by the dosing date and lime indicated Exemption cetificelee WI be furnished. Do not include lac In bid, in a sealed envelope marked: BID ON:MY OF OMAHA IN Ton Extended Cab 4X4 Pickup trucks S. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. 2. As evidence of goodfatth a bid bond or certified check must be submitted with bit 6. When submitting bid on Items feted.bidder may on a separate shed,make Bld bond a minded check shall be made payable to'City of Omaha' suggestions cavetig reduction in costa wherever this is possible through FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utiiration of standard kerns a quantity change. 3. Right is reserved to accept or reject any or a1 bids in their entirety end the bidders shell 7. If you do not bid,rehen sheets with reason for defining. Failure to do so will kxllcete have the fight to appeal any derision to the City Council. Right Is also reserved to your desire to be removed from cur mailing fist.TABULATION SHEETS FOR THE BIDS accept or reject my part of your bid unless otherwise imitated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT yoww.douglesccuntyaurcharj g.org. DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and tenors,F.O.B.delivery point on the Items)listed below _ QUANTITY DESCRIPTION UNIT PRICE EXTENSION (esitrrarer° 1/2 ton extended cab 4X4 pickup trucks, per the attached 9 each six(6)pages of specifications. ,.r `` � Make/Model offered: Ol3 (lied 5; Le.rcdo , BID/each: $pi t 33 $p 91 96 ondis fo be hos Any and all exceptions to specifications must be noted on upon this amount) the attached"Exceptions to Specifications"sheet. /09Y,12 Questions regarding this bid should be directed to: Marc McCoy at(402)444-611 or Steve Fads at \ (402)680-0827 \ . • All bidders awarded a contract In the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on rile with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Deportment Any questions regarding the Contract Compliance Ordnance should be directed to the Human Rights&Relations Department at(402)444- 5056. (PLEASE PRINT LEGIBLY OR TYPE) Pbyrnest o Finn:Stot—D:IIbet. Oleo 8ut otaratedin: 3 Delivery(ar completion) Nam 3ovta Ft-ikr-4o,, signature: `O—t 2e odender days feullowin9 Title: Fled- /h4rname4r JPnexre:j_5yo-7%7? Fax: ' ()Z— `/re3-3/881,. award Address:J59 Hf e ,,4 3?re el- 4/e 47,064 StreeUP.O.Box City State Zip • Email Address: E'u t/>�h'T"11on gips /d Ll OK . Co rsti . .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA 1/2 TON EXTENDED CAB 4X4 PICKUP TRUCKS NOT AN ORDER Page 2 DESCRIPTION Bidders must be duly licensed and authorized to sell the requested products under the Nebraska Motor Vehicle Industry Licensing Act, Neb. Rev.Stat. Section 60-1401 et seq., as of the date of bid. Bidders must indicate delivery time for this vehicle type on bid sheet. NOTE: Each bid shall be accompanied by:(1)proof that the bidder holds, as of the date of the bid,a Nebraska Motor Vehicle Dealer's License issued under the Nebraska Motor Vehicle Industry Licensing Act, Neb. Rev. Stat. Section 60-1401.01 et seq.; and (2)name of the bidder's salesperson, and proof that the bidder's salesperson holds,as of the date of the bid,a Nebraska Motor Vehicle Salesperson's License under the aforesaid Act;and (3)name of the manufacturer of the product and proof that the manufacturer holds, as of the date of the bid,a Nebraska Motor Vehicle Manufacturer's or Distributor's License under the aforesaid Act. Failure to comply with these requirements may result in the bid being rejected. FLEET DEFECTS: A fleet defect is defined as the failure of identical items covered by the warranty and occurring in the warranty period in a proportion of the vehicles delivered under this contract. For deliveries of 10 to 60 vehicles,the proportion shall be 20 per cent. For deliveries of under 10 vehicles,the fleet defect provision shall not apply. SCOPE OF WARRANTY PROVISIONS:The manufacturer shall correct a fleet defect by providing parts and labor free of cost to the buyer. After correcting the defect,the manufacturer shall promptly undertake and complete a work program reasonably designed to prevent the occurrence of the same defect in all other vehicles purchased under this contract. The work program shall include inspection and/or correction of the potential or defective parts in all of the vehicles. The warranty on items determined to be fleet defects shall be extended for the time and/or miles of the original warranty. This extended warranty shall begin on the date a fleet defect was determined to exist or on the repair/replacement date for corrected items. REQUIREMENTS FOR BID BOND:The surety company issuing the bid b d or the performance bond should be licensed by the State of Nebraska and listed on the current editioh of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check, or cashiers check drawn on a national bank or a bank chartered under the laws of the state, payable to the city,or lawful money of the United States,or a United States Govemement Bond (negotiable)are acceptable substitutes for bond requirements. PERFORMANCE BOND: The contractor shall provide a performance bond or certified or cashier's check equal to his bid within ten(10)calendar days from award of the contract. mom ALL CONES Firm ` el J it tJFEVetA`•C'E. By rgsiemtd FA IIPr-, Title f pp./- r l strive r CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com LEGIBLY OR TYPE) Pbyrnest o Finn:Stot—D:IIbet. Oleo 8ut otaratedin: 3 Delivery(ar completion) Nam 3ovta Ft-ikr-4o,, signature: `O—t 2e odender days feullowin9 Title: Fled- /h4rname4r JPnexre:j_5yo-7%7? Fax: ' ()Z— `/re3-3/881,. award Address:J59 Hf e ,,4 3?re el- 4/e 47,064 StreeUP.O.Box City State Zip • Email Address: E'u t/>�h'T"11on gips /d Ll OK . Co rsti . .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA 1/2 TON EXTENDED CAB 4X4 PICKUP TRUCK NOT AN ORDER Page 3 DESCRIPTION You are hereby on notice that as of October 1,2009,Contractors are required to use E-Verify to determine work eligibility of new employees who are physically performing services within the State of Nebraska. If you have any questions go to the Department of Administrative Services website at yvww.das.state.ne.us New Employee Work Eligibility Status(Neb. Rev.Stat.§4-106-114) 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 Douglas County. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a,known as the E-Verity Program,or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. 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 required 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. srcrtALLg0131e11______ Firm5S• t. .jL ci'w Qt4 free By -- t Title neo+ /yja it_Q .,-- CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com or on the repair/replacement date for corrected items. REQUIREMENTS FOR BID BOND:The surety company issuing the bid b d or the performance bond should be licensed by the State of Nebraska and listed on the current editioh of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check, or cashiers check drawn on a national bank or a bank chartered under the laws of the state, payable to the city,or lawful money of the United States,or a United States Govemement Bond (negotiable)are acceptable substitutes for bond requirements. PERFORMANCE BOND: The contractor shall provide a performance bond or certified or cashier's check equal to his bid within ten(10)calendar days from award of the contract. mom ALL CONES Firm ` el J it tJFEVetA`•C'E. By rgsiemtd FA IIPr-, Title f pp./- r l strive r CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com LEGIBLY OR TYPE) Pbyrnest o Finn:Stot—D:IIbet. Oleo 8ut otaratedin: 3 Delivery(ar completion) Nam 3ovta Ft-ikr-4o,, signature: `O—t 2e odender days feullowin9 Title: Fled- /h4rname4r JPnexre:j_5yo-7%7? Fax: ' ()Z— `/re3-3/881,. award Address:J59 Hf e ,,4 3?re el- 4/e 47,064 StreeUP.O.Box City State Zip • Email Address: E'u t/>�h'T"11on gips /d Ll OK . Co rsti . .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 July 2012 SPECIFICATIONS FOR 1/2 TON 4x4 EXTENDED CAB GENERAL: The vehicle to be the latest current model of standard design, manufactured complete with all standard equipment, tools and warranty. Bidders are to supply full description and descriptive materials on unit bid with the proposal. Truck must comply with current provisions of the National Traffic and Motor Vehicle Safety Act. Meet Specification-Please indicate-(if other explain on comment line). Yes No Other 1. GVWR RATING PLATE A.Not less than 6,800 pounds, State GVWR V,ocx> Other or Comment • Yes No Other 2. CAB A. Fully enclosed safety type cab with key locks on front doors. B. Safety glass all around. C. Interior finished to exclude excessive noise and weather. _yam D. Full width seat must be manufacturer's heaviest duty maximum depth foam rubber and vinyl covered unit. E. Floor coverings will be rubber-matting type. F. Head restraints or high backs for outboard seats. G. Insulated headliner. H. Dual sun visor. JG 1. Seat belts to be State ofNebraska approved with spring loaded retractors for three people in front. J. To have fresh air hot water heater with dual defrosters. K. To have drivers/passenger side air bag. L. To have air conditioning. .4G M.To have an approximately 6'A foot box. N.To have power windows and power door locks with remote. Other or Comment(,s, reifies— pos'.t'in.._ :s vw4 lee."J I Ode, Yes No Other 3. COLOR _sz" A. Cab will be standard White. B.All paint will be base coat/clear coat acrylic,activator- hardened acrylic or polyurethane type. 2012 half ton extended cab pickup Page 1 of 6 PDF created with pdfFactory trial version www.Ddffactorv.com Firm5S• t. .jL ci'w Qt4 free By -- t Title neo+ /yja it_Q .,-- CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com or on the repair/replacement date for corrected items. REQUIREMENTS FOR BID BOND:The surety company issuing the bid b d or the performance bond should be licensed by the State of Nebraska and listed on the current editioh of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check, or cashiers check drawn on a national bank or a bank chartered under the laws of the state, payable to the city,or lawful money of the United States,or a United States Govemement Bond (negotiable)are acceptable substitutes for bond requirements. PERFORMANCE BOND: The contractor shall provide a performance bond or certified or cashier's check equal to his bid within ten(10)calendar days from award of the contract. mom ALL CONES Firm ` el J it tJFEVetA`•C'E. By rgsiemtd FA IIPr-, Title f pp./- r l strive r CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com LEGIBLY OR TYPE) Pbyrnest o Finn:Stot—D:IIbet. Oleo 8ut otaratedin: 3 Delivery(ar completion) Nam 3ovta Ft-ikr-4o,, signature: `O—t 2e odender days feullowin9 Title: Fled- /h4rname4r JPnexre:j_5yo-7%7? Fax: ' ()Z— `/re3-3/881,. award Address:J59 Hf e ,,4 3?re el- 4/e 47,064 StreeUP.O.Box City State Zip • Email Address: E'u t/>�h'T"11on gips /d Ll OK . Co rsti . .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 Other or Comment Yes No Other 4. MIRROR A.Inside cab rear view mirror,to have day/night selector. _AZ B.Two outside rear view mirrors. Other or Comment Yes No Other 5. FRAME A. Heavy duty minimum rated 36,000 psi yield strength steel. B.Frame tobe for a6'/z foot box. Other or Comment Yes No Other 6. BUMPERS ✓ A. Manufacturer's standard front and rear step bumper. Other or Comment Yes No Other 7. FUEL TANK(S) A. Minimum 25 gallons. B. Must have a minimum of 10 gallons of fuel when delivered. Other or Comment Yes No Other S. LIGHTS ✓ A. Halogen headlights with high/low beam:parking,dome, tail,back-up and stop lights. Other or Comment Yes No Other 9. CONTROLS AND INSTRUMENTS A. Key 1 cking ignition switch. B. Head,parking and dome light switches. Headlight beam control. C. Speedometer,Fuel Gauge. D. Voltmeter or ammeter,oil pressure gauge,engine temperature gauge,to be needle type. E. High beam indicator light,flashing turn-indicator light,traffic hazard switch, in cab hood release. ✓ F. Three(3)sets of keys required per vehicle. G. To have standard horn. H. To have dual power outlets. I. To have standard AM-FM radio. 2012 half ton extended cab pickup Page 2 of 6 PDF created with pdfFactory trial version www.Ddffactorv.com and power door locks with remote. Other or Comment(,s, reifies— pos'.t'in.._ :s vw4 lee."J I Ode, Yes No Other 3. COLOR _sz" A. Cab will be standard White. B.All paint will be base coat/clear coat acrylic,activator- hardened acrylic or polyurethane type. 2012 half ton extended cab pickup Page 1 of 6 PDF created with pdfFactory trial version www.Ddffactorv.com Firm5S• t. .jL ci'w Qt4 free By -- t Title neo+ /yja it_Q .,-- CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com or on the repair/replacement date for corrected items. REQUIREMENTS FOR BID BOND:The surety company issuing the bid b d or the performance bond should be licensed by the State of Nebraska and listed on the current editioh of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check, or cashiers check drawn on a national bank or a bank chartered under the laws of the state, payable to the city,or lawful money of the United States,or a United States Govemement Bond (negotiable)are acceptable substitutes for bond requirements. PERFORMANCE BOND: The contractor shall provide a performance bond or certified or cashier's check equal to his bid within ten(10)calendar days from award of the contract. mom ALL CONES Firm ` el J it tJFEVetA`•C'E. By rgsiemtd FA IIPr-, Title f pp./- r l strive r CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com LEGIBLY OR TYPE) Pbyrnest o Finn:Stot—D:IIbet. Oleo 8ut otaratedin: 3 Delivery(ar completion) Nam 3ovta Ft-ikr-4o,, signature: `O—t 2e odender days feullowin9 Title: Fled- /h4rname4r JPnexre:j_5yo-7%7? Fax: ' ()Z— `/re3-3/881,. award Address:J59 Hf e ,,4 3?re el- 4/e 47,064 StreeUP.O.Box City State Zip • Email Address: E'u t/>�h'T"11on gips /d Ll OK . Co rsti . .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 Other or Comment Yes No Other 10. WINDSHIELD WIPERS A. Dual, intermittent,2-speed electric,windshield wipers with dual windshield washer;all factory installed. Other or Comment Yes No Other 11. STEERING A. Manufacturer's recommended power steering. Other or Comment Yes No Other 12. ENGINE A. Minimum 4.6 Lt gas engine with a minimum of 300 horsepower and 300 lbs.of torque. ✓ B. Engine oil cooler and viscous fan if required. Other or Comment Yes No Other 13. AIR CLEANER A. Replaceable paper type filter element. Other or Comment Yes No Other 14. BATTERIES A. One(1)twelve-volt battery must deliver a total of at least 601 cold cranking amps. Other or Comment • Yes No Other 15. ALTERNATOR A. 12 volt 140 amperes minimum with voltage regulator. Other or Comment Yes No Other 16. OIL FILTER A. Full flow with throwaway element. 2012 half ton extended cab pickup Page 3 of 6 PDF created with pdfFactory trial version www.Ddffactorv.com icator light,traffic hazard switch, in cab hood release. ✓ F. Three(3)sets of keys required per vehicle. G. To have standard horn. H. To have dual power outlets. I. To have standard AM-FM radio. 2012 half ton extended cab pickup Page 2 of 6 PDF created with pdfFactory trial version www.Ddffactorv.com and power door locks with remote. Other or Comment(,s, reifies— pos'.t'in.._ :s vw4 lee."J I Ode, Yes No Other 3. COLOR _sz" A. Cab will be standard White. B.All paint will be base coat/clear coat acrylic,activator- hardened acrylic or polyurethane type. 2012 half ton extended cab pickup Page 1 of 6 PDF created with pdfFactory trial version www.Ddffactorv.com Firm5S• t. .jL ci'w Qt4 free By -- t Title neo+ /yja it_Q .,-- CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com or on the repair/replacement date for corrected items. REQUIREMENTS FOR BID BOND:The surety company issuing the bid b d or the performance bond should be licensed by the State of Nebraska and listed on the current editioh of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check, or cashiers check drawn on a national bank or a bank chartered under the laws of the state, payable to the city,or lawful money of the United States,or a United States Govemement Bond (negotiable)are acceptable substitutes for bond requirements. PERFORMANCE BOND: The contractor shall provide a performance bond or certified or cashier's check equal to his bid within ten(10)calendar days from award of the contract. mom ALL CONES Firm ` el J it tJFEVetA`•C'E. By rgsiemtd FA IIPr-, Title f pp./- r l strive r CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com LEGIBLY OR TYPE) Pbyrnest o Finn:Stot—D:IIbet. Oleo 8ut otaratedin: 3 Delivery(ar completion) Nam 3ovta Ft-ikr-4o,, signature: `O—t 2e odender days feullowin9 Title: Fled- /h4rname4r JPnexre:j_5yo-7%7? Fax: ' ()Z— `/re3-3/881,. award Address:J59 Hf e ,,4 3?re el- 4/e 47,064 StreeUP.O.Box City State Zip • Email Address: E'u t/>�h'T"11on gips /d Ll OK . Co rsti . .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 Other or Comment Yes No Other 17. TRANSMISSION A. Five speed Automatic. B. Auxiliary transmission oil cooler. y, ev *. b:ct, Co»,es w: i-d. y 3 few./ AA) ea»s. Cr�.i4) l 6 Jp.Qc& A,41. frwhs •6 Wonted you- Other or Comment Incrc Fe. 440 5:34 P i •+t 4 r add., 4"41 i' Yes No Other 18. COOLING A. Manufacturer's heaviest duty,cooling capacity system must be furnished. B. Coolant recovery system required. C. Ethylene glycol-base antifreeze protection to 35 degrees below zero Fahrenheit, if GM model to have long life type. D. Engine Oil Cooler. Other or Comment Yes No Other 19. SHOCK ABSORBERS A. Double acting front and rear,heaviest duty of manufacturer. Other or Comment Yes No Other 20. AXLES AND SPRINGS _lL A. Manufacturer's independent front suspension and single speed,rear axle required. t/- B. Spring sizes required to meet minimum GVWR -{, / C. Must show axle and spring GVW on door sticker. D. Rear axle to be approximately 3.40 gear ratio with limited slip. Other or Comment Yes o Other 21. TOWING A. To be Heavy Duty for GVW. B. To have trailer tow packager with trailer brake controller and Class IV hitch and all necessary wiring. Other or Comment Yes No Other 22. BRAKES -o►G A. Power service brakes B. All brakes to be ABS. C. Parking brake on rear wheels or drive line. 2012 half ton extended cab pickup Page 4 of 5 PDF created with pdfFactory trial version www.pdffactorv.com at/clear coat acrylic,activator- hardened acrylic or polyurethane type. 2012 half ton extended cab pickup Page 1 of 6 PDF created with pdfFactory trial version www.Ddffactorv.com Firm5S• t. .jL ci'w Qt4 free By -- t Title neo+ /yja it_Q .,-- CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com or on the repair/replacement date for corrected items. REQUIREMENTS FOR BID BOND:The surety company issuing the bid b d or the performance bond should be licensed by the State of Nebraska and listed on the current editioh of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check, or cashiers check drawn on a national bank or a bank chartered under the laws of the state, payable to the city,or lawful money of the United States,or a United States Govemement Bond (negotiable)are acceptable substitutes for bond requirements. PERFORMANCE BOND: The contractor shall provide a performance bond or certified or cashier's check equal to his bid within ten(10)calendar days from award of the contract. mom ALL CONES Firm ` el J it tJFEVetA`•C'E. By rgsiemtd FA IIPr-, Title f pp./- r l strive r CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com LEGIBLY OR TYPE) Pbyrnest o Finn:Stot—D:IIbet. Oleo 8ut otaratedin: 3 Delivery(ar completion) Nam 3ovta Ft-ikr-4o,, signature: `O—t 2e odender days feullowin9 Title: Fled- /h4rname4r JPnexre:j_5yo-7%7? Fax: ' ()Z— `/re3-3/881,. award Address:J59 Hf e ,,4 3?re el- 4/e 47,064 StreeUP.O.Box City State Zip • Email Address: E'u t/>�h'T"11on gips /d Ll OK . Co rsti . .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 Other or Comment Yes No Other 23. TIRES A. Four(4)steel belted radial,tubeless,traction type B. Tires to comply with manufacturer's GVWR,and be manufacturer's standard equipment. C. Tires to be manufacturer's standard equipment by Goodyear, BF Goodrich,Bridgestone,Firestone,Michelin or General and must carry said company name. Other or Comment()3.4 ergs 6 ci arm a{(- s)... )typv. •- O n-of l /wood : e5 q d 4E 94,3;- Yes No Other 24. TOOLS A. Manufacturer's standard equipment jack to comply with GVWR;wheel lug wrench. • Other or Comment Yes No Other 25. SERVICE A. Dealer's decals,stickers or other signs shall not be put on units;manufacturer's nameplates,stampings and other signs are acceptable. Other or Comment Yes No Other 26. MANUALS A. Operators manuals must be furnished and accompany each unit delivered. Other or Comment Yes No Other \27. WARRANTY A. Regular manufacturer's standard warranty,manufacturer's statement of origin,and completed pre-delivery inspection certificates required with each unit delivered. B. The manufacturer's standard warranty shall be stated in the bid. 1. A minimum warranty of three years,36,000 Miles bumper to bumper for other manufacturer's bumper to bumper warranty, whichever is l/ greater,is required. C. Manufacturer's written warranty including engine, transmission and differential must accompany delivered units. 2012 half ton extended cab pickup Page 5 of 6 PDF created with pdfFactory trial version www.adffactorv.com Page 1 of 6 PDF created with pdfFactory trial version www.Ddffactorv.com Firm5S• t. .jL ci'w Qt4 free By -- t Title neo+ /yja it_Q .,-- CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com or on the repair/replacement date for corrected items. REQUIREMENTS FOR BID BOND:The surety company issuing the bid b d or the performance bond should be licensed by the State of Nebraska and listed on the current editioh of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check, or cashiers check drawn on a national bank or a bank chartered under the laws of the state, payable to the city,or lawful money of the United States,or a United States Govemement Bond (negotiable)are acceptable substitutes for bond requirements. PERFORMANCE BOND: The contractor shall provide a performance bond or certified or cashier's check equal to his bid within ten(10)calendar days from award of the contract. mom ALL CONES Firm ` el J it tJFEVetA`•C'E. By rgsiemtd FA IIPr-, Title f pp./- r l strive r CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com LEGIBLY OR TYPE) Pbyrnest o Finn:Stot—D:IIbet. Oleo 8ut otaratedin: 3 Delivery(ar completion) Nam 3ovta Ft-ikr-4o,, signature: `O—t 2e odender days feullowin9 Title: Fled- /h4rname4r JPnexre:j_5yo-7%7? Fax: ' ()Z— `/re3-3/881,. award Address:J59 Hf e ,,4 3?re el- 4/e 47,064 StreeUP.O.Box City State Zip • Email Address: E'u t/>�h'T"11on gips /d Ll OK . Co rsti . .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 D. The vendor will be responsible for providing all warranty work within twenty-five drive-able miles from 72nd&Dodge. If warranty work is not available within the above described, the vendor will be responsible for any cost including transportation. E. The vendor must be able to provide warranty work within 24 hours of the break down. If there is no local dealer the vendor must locate and/or provide the work within the 24- hour time frame. F. The vendor must be able to provide needed parts within 24 hours of the break down. If shipping by air is needed,the dealer will be responsible for any additional cost. Other or Comment Yes No Other 28. DELIVERY A. Unit to be delivered to the City of Omaha,Fleet Management Facility at 2606 North 26 Street,fully serviced to recommended new vehicle specifications.Vehicle to have at a minimum of 10 gallons of fuel at time of delivery. If the vendor is not in the City of Omaha area,the City will not be responsible for any cost from pickup or the delivery of any vehicle or mounted equipment. Bidder shall state delivery time with bid. Bid will not be considered if not listed. • 2012 half ton extended cab pickup Page 6 of 6 PDF created with pdfFactory trial version www.adffactorv.com minimum warranty of three years,36,000 Miles bumper to bumper for other manufacturer's bumper to bumper warranty, whichever is l/ greater,is required. C. Manufacturer's written warranty including engine, transmission and differential must accompany delivered units. 2012 half ton extended cab pickup Page 5 of 6 PDF created with pdfFactory trial version www.adffactorv.com Page 1 of 6 PDF created with pdfFactory trial version www.Ddffactorv.com Firm5S• t. .jL ci'w Qt4 free By -- t Title neo+ /yja it_Q .,-- CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com or on the repair/replacement date for corrected items. REQUIREMENTS FOR BID BOND:The surety company issuing the bid b d or the performance bond should be licensed by the State of Nebraska and listed on the current editioh of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check, or cashiers check drawn on a national bank or a bank chartered under the laws of the state, payable to the city,or lawful money of the United States,or a United States Govemement Bond (negotiable)are acceptable substitutes for bond requirements. PERFORMANCE BOND: The contractor shall provide a performance bond or certified or cashier's check equal to his bid within ten(10)calendar days from award of the contract. mom ALL CONES Firm ` el J it tJFEVetA`•C'E. By rgsiemtd FA IIPr-, Title f pp./- r l strive r CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com LEGIBLY OR TYPE) Pbyrnest o Finn:Stot—D:IIbet. Oleo 8ut otaratedin: 3 Delivery(ar completion) Nam 3ovta Ft-ikr-4o,, signature: `O—t 2e odender days feullowin9 Title: Fled- /h4rname4r JPnexre:j_5yo-7%7? Fax: ' ()Z— `/re3-3/881,. award Address:J59 Hf e ,,4 3?re el- 4/e 47,064 StreeUP.O.Box City State Zip • Email Address: E'u t/>�h'T"11on gips /d Ll OK . Co rsti . .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 Responsible Contractor Compliance Form RC-1 ,,,,,lid' .}r, � .1t �. go}1.11ti_-. 1. Regulations: A.Article IV,Division I of Chapter 10 of the Omaha Municipal Code thereon require: 1.That all contractors who submit a bid to City of Omaha shall designate a representative who on behalf of the Contractor,shall fill out completely a Responsible Contractor Compliance Form (RC-1). An Incomplete or unsigned RC-1 form will make your bid null and void. 2. )?ilinn this Report(please initial in the boxes belowl: Contractor agrees that Contractor will not knowingly employ or hire an employee not lawfully g F authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. 1 Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev.Stat.Section 48-2901 et seq.). w Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev.Stat.Section 73-104 et seq.). r Contractor has not been convicted of any tax violations(local,State and Federal)within the last three years from the date this bid is submitted. ep Contractor has not,upon final determination by the Occupational Safety and Health Administration,been convicted of a criminal,repeat,or willful violation of the Occupational Safety and Health Act(OSHA)or been convicted of 3(three)separate"serious"OSHA violations within the past three(3)years. \Contractor agrees to make a g faith effort to ensure all subcontractprs employed on this project com, the provisions o e Responsible Contractor Compliance Form RC-1. r / 8'.. sq ignature Date By signing,I verify on behalf of the Contractor that the information above is true and correct. Filing false Information carries a penalty of up to a$500 fine or six months in jail. In addition,the contractor and sub- contractors can be subject to immediate disqualification and prohibited from any future City of Omaha --- —-— - contract fora period of TO-years. - items. REQUIREMENTS FOR BID BOND:The surety company issuing the bid b d or the performance bond should be licensed by the State of Nebraska and listed on the current editioh of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check, or cashiers check drawn on a national bank or a bank chartered under the laws of the state, payable to the city,or lawful money of the United States,or a United States Govemement Bond (negotiable)are acceptable substitutes for bond requirements. PERFORMANCE BOND: The contractor shall provide a performance bond or certified or cashier's check equal to his bid within ten(10)calendar days from award of the contract. mom ALL CONES Firm ` el J it tJFEVetA`•C'E. By rgsiemtd FA IIPr-, Title f pp./- r l strive r CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com LEGIBLY OR TYPE) Pbyrnest o Finn:Stot—D:IIbet. Oleo 8ut otaratedin: 3 Delivery(ar completion) Nam 3ovta Ft-ikr-4o,, signature: `O—t 2e odender days feullowin9 Title: Fled- /h4rname4r JPnexre:j_5yo-7%7? Fax: ' ()Z— `/re3-3/881,. award Address:J59 Hf e ,,4 3?re el- 4/e 47,064 StreeUP.O.Box City State Zip • Email Address: E'u t/>�h'T"11on gips /d Ll OK . Co rsti . .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 cw•1,.1l•TO CERTIFY THAT: • :STATE OF NEBRASKA 1 RONAI W ry. ' . Industry Ucenthtp - 819.W GODBA Y•DR` ' i 4 :LINCOLIN, la; '685 ' a 3.i 'vALB r•D ,� • • • _ r�l: :ltiil riiN]I��J rip HAS 8 : FOR THE watitAR 2012 c No. ,flL-9t458 \ \ ..._ ATTEST "140g' By ---bbn (i_S n-)-0\ty-) , .., ,sio„,„„,,,,,,,, //�(Title)) ���� ,911 EXECUTED this / day of yr�/1/� ,____oc ATTEST CITY OF !% • • ,A Municipal Corporation Y B * _ City Clerk 1'" /_ r . ' APPROVED AS TO FORM: Zer.:- A,,/, Deputy City Attorney Revised: 5/2012 4 12 12:06:47 PM, Bid Tabulation, Generated by:guygerhard for project OPW 52185 • " • 1. _ - - - •-:Q:, .1-* ._i _'tJi;:• atz•Ci� 1,._. '?t'N'" ,trn ; f) ',:): i.)k^�y',�.,S ?,f 7 r1 -:a, T!, ,+fit/:.,r+''k•i,' 'N.. +`^1 ' 19).. ;.;.- ::::.:,''' •.,'-i\ '''''4...1,' •*•.' . VA'',• '.?". . ... cr, . t,.: . ..,..*!,i 4 :...:,..., . . ?. ... . ..., _ , .,,.., .,.. :,.,, 4., ., ....,... ... ...,..:, ‘,. „..,-, A. ••••.A * 41 r.. ..A0 . ,:•,.�..,... :4.UQx'1_ h :•Y,�::.:�t,v..-Ye1�.. :.,a i,.r ;)•t •);� ,°...;,.^nil I. MOTOR VEHICLE/TRAILER DEALER i'!`� ..,:, LICENSE 7:;h.y.i v ,f.,ii:N • '•t it... 1' :Ij),i.•:.'-•)a�1,11):'jyj !' till'' vgt •W •il' '° , .\ i 'N✓ ;7( yh` 4r`', .$' • • i +ilt ,,:,. a.III S:,I ' ;1,i �r_Yf�'•�i''a''�I6 ,e.G •• ii n"" .; ,,. . f,::,,'4. r...„.,,,,,....,:...,:._:„.__,..„....._... ,..",,,,.....„.... s,.,, ,.., ,:„,„ ,„ ..). „ (i...:. ...a:.,.,,,„.„,„,.,:.„....,„.„ ,., , ..,.. ,,,. .....: .. ,,: , . 4...... _t, )9.. '-' .. )1V'.[LIIi,, — _ ''l �a ): jj.1'e„ =='•,=5-' .] .-eta.-+_.� 's ...,.. St•. ,C.•v�;.ly r , p ( Jt�il ��'f 'YI. : �:I, ii'r; .r,J. t,a.:.....i ,t .'1 S'• -'1,1 '.' .;i -^1•• ,)1 .I%N • ;'1)`:.?1 {'`I,'11•,A� , a 1')!':'.!f%.A1) ! r.• ^^l `•f. �'�i, �� is it-a,'� j `7'^1`, .A/g' a }'•'L,,,i1 ,ij. :..x.t .„,/- ,••• .•','; ,•Vt.(b:t .,..e 4'•r�r. J..:;! I' ..\ ,k,, ```��\\\fi t• i,' .-''''•0' L-r:•.: }: .1 t ().;-:-. '),"-- Alau 0 Iffy,-+',..,... ....:..,....,,. • ,-:", .,1% ).1-,,...... • .:•:-.44,) i, t STATE .% i• ) ):: ,' .)'• ;°h , •\ . i',`:.1CC NEBRASKA•g '1 GI i 1... i.. ' .L-- ' , ' • {4 `- t..Y • �a r y 4. .• O "" !^1•i,• , 2+r: 4M .6 ... ", :'"'• �1 •ilt � ; , , .1 i • e.c;. . , ! E^K • • c 4 • ' : "` '' ; i) I!igE • _• t 1) •,,'i . y;,, ,:4i •- s.f1 ,, ,.. b .... . .-:, a '— -- 0 wn on a national bank or a bank chartered under the laws of the state, payable to the city,or lawful money of the United States,or a United States Govemement Bond (negotiable)are acceptable substitutes for bond requirements. PERFORMANCE BOND: The contractor shall provide a performance bond or certified or cashier's check equal to his bid within ten(10)calendar days from award of the contract. mom ALL CONES Firm ` el J it tJFEVetA`•C'E. By rgsiemtd FA IIPr-, Title f pp./- r l strive r CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com LEGIBLY OR TYPE) Pbyrnest o Finn:Stot—D:IIbet. Oleo 8ut otaratedin: 3 Delivery(ar completion) Nam 3ovta Ft-ikr-4o,, signature: `O—t 2e odender days feullowin9 Title: Fled- /h4rname4r JPnexre:j_5yo-7%7? Fax: ' ()Z— `/re3-3/881,. award Address:J59 Hf e ,,4 3?re el- 4/e 47,064 StreeUP.O.Box City State Zip • Email Address: E'u t/>�h'T"11on gips /d Ll OK . Co rsti . .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 Prepared For Prepared By: City of Omaha Ron Fullerton Sid Dillon Commercial/Fleet Phone: (402)540-7578 Fax: (402)443-3982 Email:rullerton@siddlllon.com J s 2013 Chevrolet Silverado 150 CK10753 4WD Ext Cab 143.5" Work Truck Photo may not represent exact vehicle or selected equipment. By ---bbn (i_S n-)-0\ty-) , .., ,sio„,„„,,,,,,,, //�(Title)) ���� ,911 EXECUTED this / day of yr�/1/� ,____oc ATTEST CITY OF !% • • ,A Municipal Corporation Y B * _ City Clerk 1'" /_ r . ' APPROVED AS TO FORM: Zer.:- A,,/, Deputy City Attorney Revised: 5/2012 4 12 12:06:47 PM, Bid Tabulation, Generated by:guygerhard for project OPW 52185 • Prepared For: Prepared By: City of Omaha Ron Fullerton Sid Dillon Commercial/Fleet Phone: (402)540-7578 Fax: (402)443-3982 Email: rfullerton@siddillon.com 2013 Fleet/Non-Retail Chevrolet Silverado 1500 4WD Ext Cab 143.5"Work SELECTED MODEL & OPTIONS SELECTED MODEL-2013 Fleet/Non-Retail CK10753 4WD Ext Cab 143.5"Work Truck Code Description MSRP CK10753 2013 Chevrolet Silvered() 1500 4WD Ext Cab $30,720.00 143.5"Work Truck SELECTED VEHICLE COLORS-2013 Fleet/Non-Retail CK10753 4WD Ext Cab 143.5"Work Truck Code Description Interior: No color has been selected. Exterior 1: No color has been selected. Exterior 2: No color has been selected. SELECTED OPTIONS-2013 Fleet/Non-Retall CK10753 4WD Ext Cab 143.6"Work Truck CATEGORY Code Description MSRP SUSPENSION PKG Z85 SUSPENSION PACKAGE, HANDLING/TRAILERING, HEAVY-DUTY INC includes 46 mm piston monotube shocks and 36mm front stabilizer bar (Included and only available with(Z82)Trailering package.) EMISSIONS FE9 EMISSIONS,\FEDERAL REQUIREMENTS $0.00 ENGINE L20 ENGINE,VORTEC 4.8L VARIABLE VALVE TIMING V8 FLEXFUEL $0.00 capable of runn''• •I nleaded or up to 85%ethanol, 02 hp ,t 25.2 kW) -�"—' @ 5600 rpm, 05 lb-ft torq 411.8 N-mj©4600 rpm , • :lock(STD) (Standard with ' ' % and C*10543 models only. Not available on C*10953 models.) TRANSMISSION Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 237.0, Data updated 8/7/2012 2:03:00 PM ®Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 15, 2012 9:08:50 AM Page 2 i• ) ):: ,' .)'• ;°h , •\ . i',`:.1CC NEBRASKA•g '1 GI i 1... i.. ' .L-- ' , ' • {4 `- t..Y • �a r y 4. .• O "" !^1•i,• , 2+r: 4M .6 ... ", :'"'• �1 •ilt � ; , , .1 i • e.c;. . , ! E^K • • c 4 • ' : "` '' ; i) I!igE • _• t 1) •,,'i . y;,, ,:4i •- s.f1 ,, ,.. b .... . .-:, a '— -- 0 wn on a national bank or a bank chartered under the laws of the state, payable to the city,or lawful money of the United States,or a United States Govemement Bond (negotiable)are acceptable substitutes for bond requirements. PERFORMANCE BOND: The contractor shall provide a performance bond or certified or cashier's check equal to his bid within ten(10)calendar days from award of the contract. mom ALL CONES Firm ` el J it tJFEVetA`•C'E. By rgsiemtd FA IIPr-, Title f pp./- r l strive r CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com LEGIBLY OR TYPE) Pbyrnest o Finn:Stot—D:IIbet. Oleo 8ut otaratedin: 3 Delivery(ar completion) Nam 3ovta Ft-ikr-4o,, signature: `O—t 2e odender days feullowin9 Title: Fled- /h4rname4r JPnexre:j_5yo-7%7? Fax: ' ()Z— `/re3-3/881,. award Address:J59 Hf e ,,4 3?re el- 4/e 47,064 StreeUP.O.Box City State Zip • Email Address: E'u t/>�h'T"11on gips /d Ll OK . Co rsti . .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 • Prepared For: Prepared By: City of Omaha Ron Fullerton Sid Dillon Commercial/Fleet Phone: (402)540-7578 Fax: (402)443-3982 Email: rfullerton@siddillon.com 2013 Fleet/Non-Retail Chevrolet Silverado 1500 4WD Ext Cab 143.5" Work SELECTED MODEL 8 OPTIONS SELECTED OPTIONS-2013 Fleet/Non-Retall CK10753 4WD Ext Cab 143.6"Work Truck CATEGORY Code Description MSRP TRANSMISSION M30 TRANSMISSION,4-SPEED AUTOMATIC, ELECTRONICALLY $0.00 CONTROLLED with overdrive and tow/haul mode(STD)(On Crew Cab models, requires(L20)Vortec 4.8L V8 SFI Flex-Fuel engine.Not available on C'10953 models.) AXLE GU8 REAR AXLE, 3.42 RATIO(Refer to Engine/Axle chart for availability.) $0.00 (With(LC9)Vortec 5.3L V8 Engine, Requires(K5L)heavy-duty cooling package) PREFERRED EQUIPMENT GROUP 1WT WORK TRUCK PREFERRED EQUIPMENT GROUP includes standard $0.00 equipment WHEELS NX7 WHEELS,4-17"X 7.5"(43.2 CM X 19.1 CM)STEEL,6-LUG PAINTED $0.00 includes painted center caps(spare wheel will not cosmetically match the other 4 wheels)(STD) TIRES QVL TIRES, P265/70R17 ALL-SEASON, BLACKWALL Includes a blackwall $0.00 spare tire(STD)(Requires 4WD models.) PAINT SCHEME ZY1 PAINT, SOLID $0.00 ' PAINT 3.1�. 50U SUMMIT WHITE \ $0.06, SEAT TYPE AE7 SEATS, FRONT 40/20/40 SPLIT-BENCH, 3-PASSENGER,DRIVER $0.00 AND FRONT PASSENGER MANUAL RECLINING with outboard head restraints and center fold-down armrest with storage(STD) SEAT TRIM 88V DARK TITANIUM,VINYL SEAT TRIM(Vinyl seats require(6G9)Black $0.00 rubberized vinyl floor covering.) RADIO — — — - Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook,Data Version: 237.0, Data updated 8/7/2012 2:03:00 PM )Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 15, 2012 9:06:50 AM Page 3 . , ! E^K • • c 4 • ' : "` '' ; i) I!igE • _• t 1) •,,'i . y;,, ,:4i •- s.f1 ,, ,.. b .... . .-:, a '— -- 0 wn on a national bank or a bank chartered under the laws of the state, payable to the city,or lawful money of the United States,or a United States Govemement Bond (negotiable)are acceptable substitutes for bond requirements. PERFORMANCE BOND: The contractor shall provide a performance bond or certified or cashier's check equal to his bid within ten(10)calendar days from award of the contract. mom ALL CONES Firm ` el J it tJFEVetA`•C'E. By rgsiemtd FA IIPr-, Title f pp./- r l strive r CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com LEGIBLY OR TYPE) Pbyrnest o Finn:Stot—D:IIbet. Oleo 8ut otaratedin: 3 Delivery(ar completion) Nam 3ovta Ft-ikr-4o,, signature: `O—t 2e odender days feullowin9 Title: Fled- /h4rname4r JPnexre:j_5yo-7%7? Fax: ' ()Z— `/re3-3/881,. award Address:J59 Hf e ,,4 3?re el- 4/e 47,064 StreeUP.O.Box City State Zip • Email Address: E'u t/>�h'T"11on gips /d Ll OK . Co rsti . .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 • Prepared For: - Prepared By: City of Omaha Ron Fullerton . Sid Dillon Commercial/Fleet Phone: (402)540-7578 Fax: (402)443-3982 Email: rfullerton@siddillon.com 2013 Fleet/Non-Retail Chevrolet Silverado 1500 4WD Ext Cab 143.5" Work SELECTED MODEL & OPTIONS SELECTED OPTIONS-2013 Fleet/Non-Retail CK10753 4WD Ext Cab 143.5"Work Truck CATEGORY Code Description MSRP RADIO UM7 AUDIO SYSTEM,AM/FM STEREO with seek-and-scan and digital clock $0.00 (Not available with (U2K)SiriusXM Satellite Radio.)(STD) ADDITIONAL EQUIPMENT KNP COOLING,AUXILIARY EXTERNAL TRANSMISSION OIL COOLER, \• HEAVY-DUTY AIR-TO-OIL(Included and only available with(Z82) :144a.U. Trailering Package, (VYU)Snow Plow Prep package or(K5L)Heavy Duty V,�, Cooling Package.) si, Z82 TRAILERING PACKAGE, HEAVY-DUTY includes trailering hitch platform $865.00 "' / and 2-inch receiver,7-wire harness(harness includes wires for:park lamps, backup lamps,right turn, left turn,electric brake lead,battery and ground)with independent fused trailering circuits mated to a 7-way `� - sealed connector,wiring harness for after m ' r brake controller orrtlocated in the instrument panel harness nd ),g� transmiss on oil with(MYC)6-speed automatic transmission also inc u es 5L)heavy- uty cooling package and(KC4)external engine oil cooler)(Not available with(LU3)Vortec 4.3L V6 MFI engine or(Z83) Solid Smooth Ride Suspension Package. Includes(Z85) Handling/Trailering Suspension Package.Also Includes(G80)heavy-duty automatic locking rear differential on Retail orders only.) — G80 DIFFERENTIAL,HEAVY-DUTY AUTOMATIC LOCKING REAR(Included $0.00 with(Z82)Trailering Package on Retail Orders only.) JL1 TRAILER BRAKE CONTROLLER, INTEGRATED(Requires(Z8)heavy- $230.00 6] duty trailering package.Not available with(LU3)Vortec 4.3L engine.) .4\• DL8 MIRRORS,OUTSIDE HEATED POWER ADJUSTABLE, BLACK, INC MANUAL-FOLDING(Included and only available with(5B5)power windows, locks and mirrors.) VK3 LICENSE PLATE BRACKET,FRONT(will be forced on orders with ship- $0.00 to states that require a front license plate) 0AU3 DOOR LOCKS,POWER includes Remote Keyless Entry(Standard on INC •�.- Crew Cab models. Includes Remote Keyless Entry unless SEC(585) __ power windows,locks and mirrors is ordered.) Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 237.0, Data updated 8/7/2012 2:03:00 PM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 15, 2012 9:06:50 AM Page 4 mom ALL CONES Firm ` el J it tJFEVetA`•C'E. By rgsiemtd FA IIPr-, Title f pp./- r l strive r CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com LEGIBLY OR TYPE) Pbyrnest o Finn:Stot—D:IIbet. Oleo 8ut otaratedin: 3 Delivery(ar completion) Nam 3ovta Ft-ikr-4o,, signature: `O—t 2e odender days feullowin9 Title: Fled- /h4rname4r JPnexre:j_5yo-7%7? Fax: ' ()Z— `/re3-3/881,. award Address:J59 Hf e ,,4 3?re el- 4/e 47,064 StreeUP.O.Box City State Zip • Email Address: E'u t/>�h'T"11on gips /d Ll OK . Co rsti . .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 Prepared For: Prepared By: City of Omaha Ron Fullerton Sid Dillon Commercial I Fleet Phone: (402)540-7578 Fax: (402)443-3982 Email: rfullerton(csiddillon.com 2013 Fleet/Non-Retail Chevrolet Silverado 1500 4WD Ext Cab 143.5" Work SELECTED MODEL & OPTIONS SELECTED OPTIONS-2013 Fleet!Non-Retail CK10753 4WD Ext Cab 143,5"Work Truck CATEGORY Code Description MSRP ADDITIONAL EQUIPMENT AU0 REMOTE KEYLESS ENTRY with 2 transmitters and panic button, $240.00 ad IV - Optional on all models when SEC(5B5)power windows,locks and mirrors is ordered(Requires SEO(5B5)power windows,locks and • mirrors.) SPECIAL EQUIPMENT OPTIONS 5B5 WINDOWS,LOCKS AND MIRRORS, POWER deletes Remote Keyless $999.00 I`r Entry. Provides power driver and passenger front side windows with uplevel door panels on a base trim level vehicle. Includes RPO(DL8) outside heated power-adjustable manual folding mirrors, RPO(AU3) power door locks and RPO(UQ3)speaker system.CIK***43-53 models include rear door power windows and locks. Power mirrors can be upgraded to SEO(6P3)camper,power-adjustable glass,manual extendable, heated mirrors.(Remote Keyless Entry becomes optional on all models and SEC(AUO)Remote Keyless Entry must be ordered and priced If desired.) OPTIONS TOTAL $2,334.00 • Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 237.0, Data updated 8/7/2012 2:03:00 PM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 15, 2012 9:08:50 AM Page 5 BRAKE CONTROLLER, INTEGRATED(Requires(Z8)heavy- $230.00 6] duty trailering package.Not available with(LU3)Vortec 4.3L engine.) .4\• DL8 MIRRORS,OUTSIDE HEATED POWER ADJUSTABLE, BLACK, INC MANUAL-FOLDING(Included and only available with(5B5)power windows, locks and mirrors.) VK3 LICENSE PLATE BRACKET,FRONT(will be forced on orders with ship- $0.00 to states that require a front license plate) 0AU3 DOOR LOCKS,POWER includes Remote Keyless Entry(Standard on INC •�.- Crew Cab models. Includes Remote Keyless Entry unless SEC(585) __ power windows,locks and mirrors is ordered.) Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 237.0, Data updated 8/7/2012 2:03:00 PM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 15, 2012 9:06:50 AM Page 4 mom ALL CONES Firm ` el J it tJFEVetA`•C'E. By rgsiemtd FA IIPr-, Title f pp./- r l strive r CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com LEGIBLY OR TYPE) Pbyrnest o Finn:Stot—D:IIbet. Oleo 8ut otaratedin: 3 Delivery(ar completion) Nam 3ovta Ft-ikr-4o,, signature: `O—t 2e odender days feullowin9 Title: Fled- /h4rname4r JPnexre:j_5yo-7%7? Fax: ' ()Z— `/re3-3/881,. award Address:J59 Hf e ,,4 3?re el- 4/e 47,064 StreeUP.O.Box City State Zip • Email Address: E'u t/>�h'T"11on gips /d Ll OK . Co rsti . .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 • Prepared For: Prepared By: City of Omaha Ron Fullerton Sid Dillon Commercial/Fleet Phone: (402)540-7578 Fax: (402)443-3982 Email: rfullerton@siddilion.com 2013 Fleet/Non-Retail Chevrolet Silverado 1500 4WD Ext Cab 143.5" Work PRICING SUMMARY PRICING SUMMARY-2013 Fleet/Non-Retail CK10753 4WD Ext Cab 143.5"Work Truck MSRP • Base Price $30,720.00 Total Options: $2,334.00 Vehicle Subtotal $33,054.00 Advert/Adjustments $0.00 Destination Charge $995.00 GRAND TOTAL $34,049.00 Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 237.0, Data updated 8/7/2012 2:03:00 PM ®Copyright 1988-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 15, 2012 9:06:50 AM Page 6 eaker system.CIK***43-53 models include rear door power windows and locks. Power mirrors can be upgraded to SEO(6P3)camper,power-adjustable glass,manual extendable, heated mirrors.(Remote Keyless Entry becomes optional on all models and SEC(AUO)Remote Keyless Entry must be ordered and priced If desired.) OPTIONS TOTAL $2,334.00 • Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 237.0, Data updated 8/7/2012 2:03:00 PM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 15, 2012 9:08:50 AM Page 5 BRAKE CONTROLLER, INTEGRATED(Requires(Z8)heavy- $230.00 6] duty trailering package.Not available with(LU3)Vortec 4.3L engine.) .4\• DL8 MIRRORS,OUTSIDE HEATED POWER ADJUSTABLE, BLACK, INC MANUAL-FOLDING(Included and only available with(5B5)power windows, locks and mirrors.) VK3 LICENSE PLATE BRACKET,FRONT(will be forced on orders with ship- $0.00 to states that require a front license plate) 0AU3 DOOR LOCKS,POWER includes Remote Keyless Entry(Standard on INC •�.- Crew Cab models. Includes Remote Keyless Entry unless SEC(585) __ power windows,locks and mirrors is ordered.) Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 237.0, Data updated 8/7/2012 2:03:00 PM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 15, 2012 9:06:50 AM Page 4 mom ALL CONES Firm ` el J it tJFEVetA`•C'E. By rgsiemtd FA IIPr-, Title f pp./- r l strive r CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com LEGIBLY OR TYPE) Pbyrnest o Finn:Stot—D:IIbet. Oleo 8ut otaratedin: 3 Delivery(ar completion) Nam 3ovta Ft-ikr-4o,, signature: `O—t 2e odender days feullowin9 Title: Fled- /h4rname4r JPnexre:j_5yo-7%7? Fax: ' ()Z— `/re3-3/881,. award Address:J59 Hf e ,,4 3?re el- 4/e 47,064 StreeUP.O.Box City State Zip • Email Address: E'u t/>�h'T"11on gips /d Ll OK . Co rsti . .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 • • Prepared For: Prepared By: City of Omaha Ron Fullerton Sid Dillon Commercial/Fleet Phone: (402)540-7578 Fax: (402)443-3982 Email: rfullerton@siddillon.com 2013 Fleet/Non-Retail Chevrolet Silverado 1500 4WD Ext Cab 143.5" Work STANDARD EQUIPMENT STANDARD EQUIPMENT-2013 Fleet/Non-Retall CK10753 4WD Ext Cab 143.5"Work Truck ENTERTAINMENT • Audio system,AM/FM stereo with seek-and-scan and digital clack(Not available with(U2K)SiriusXM Satellite Radio.) • Audio system feature,speaker system(Included with(685)power windows,doors and locks,SEO. Includes 4 speakers on Regular Cab models and,6 speakers on Extended and Crew Cab models.) • SiriusXM Satellite Radio,delete EXTERIOR • Wheels,4-17"x 7.5"(43.2 cm x 19.1 cm)steel,6-lug painted includes painted center caps(spare wheel will not cosmetically match the other 4 wheels) • Tires, P265/70R17 all-season,blackwall includes a blackwall spare lire(Requires 4WD models.) • Wheel, 17"(43.2 cm)steel spare(spare wheel will not cosmetically match the other 4 wheels) • Spare tire lock keyed cylinder lock that utilizes same key as ignition and door • • Tire carrier,outside spare,winch-type mounted under frame at rear • Bumper,front Black(Includes Black bumper end caps.) • Bumper, rear chrome,step-style with pad • Recovery hooks,front, Black(Standard on 4WD Models.On 2WD models,available to order for Fleet or Government types only.) • Air dam, Black • Grille, Black surround • leadlamps,dual halogen composite with automatic exterior lame control and flash-to-pass feature • Lamps,dual cargo area lamps • Mirrors,outside manual, Black,manual-folding • Glass,Solar-Ray light-tinted,all windows • Wipers,front intermittent wet-arm with pulse washers • Door handles, Black • Pickup box, Fleetside Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 237.0, Data updated 8/7/2012 2:03:00 PM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 15, 2012 9:06:50 AM Page 7 ont license plate) 0AU3 DOOR LOCKS,POWER includes Remote Keyless Entry(Standard on INC •�.- Crew Cab models. Includes Remote Keyless Entry unless SEC(585) __ power windows,locks and mirrors is ordered.) Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 237.0, Data updated 8/7/2012 2:03:00 PM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 15, 2012 9:06:50 AM Page 4 mom ALL CONES Firm ` el J it tJFEVetA`•C'E. By rgsiemtd FA IIPr-, Title f pp./- r l strive r CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com LEGIBLY OR TYPE) Pbyrnest o Finn:Stot—D:IIbet. Oleo 8ut otaratedin: 3 Delivery(ar completion) Nam 3ovta Ft-ikr-4o,, signature: `O—t 2e odender days feullowin9 Title: Fled- /h4rname4r JPnexre:j_5yo-7%7? Fax: ' ()Z— `/re3-3/881,. award Address:J59 Hf e ,,4 3?re el- 4/e 47,064 StreeUP.O.Box City State Zip • Email Address: E'u t/>�h'T"11on gips /d Ll OK . Co rsti . .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 Prepared For: Prepared By: City of Omaha Ron Fullerton Sid Dillon Commercial/Fleet Phone: (402)540-7578 Fax: (402)443-3982 Email: rullerton@siddillon.com 2013 Fleet/Non-Retail Chevrolet Silverado 1500 4WD Ext Cab 143.5" Work STANDARD EQUIPMENT STANDARD EQUIPMENT-2013 FleetlNon-Retall CK10753 4W0 Ext Cab 143.5"Work Truck • INTERIOR • Seats,front 40/20/40 split-bench, 3-passenger,driver and front passenger manual reclining with outboard head restraints and center fold-down armrest with storage • Seat Trim,Vinyl(Vinyl seats require(BG9)Black rubberized vinyl floor covering.) • Seat, rear bench(folds up),full width,folding, 3-passenger(includes child seat top tether anchor)(Standard with Extended Cab models only.) • Floor covering, Black rubberized-vinyl • Steering column,Tilt-Wheel,adjustable with brake/transmission shift interlock • Steering wheel, includes theft-deterrent locking feature • Instrumentation,analog with speedometer,odometer,fuel level,engine temperature,and tachometer • Driver Information Center with odometer,trip odometer and message center(monitors numerous systems depending on vehicle equipment level including low fuel,turn signal"on",transmission temperature and oil change notification)(Driver information Center controls are operated through the trip odometer button unless(UK3)steering wheel mounted audio controls is ordered.On 1LT, 1SF and 1LZ, includes 8-point compass and outside temperature.) • Warning tones headlamp on,key-in-ignition,driver and passenger buckle up reminder and turn signal on • Windows,fixed,rear access door(Requires Extended Cab Models.) • Cruise control,electronic with set and resume speed,located on steering wheel • —• Air conditioning,single-zone manual front climate control • Cup holders,front(Also includet rear cupholders on Extended and Crew Cab models.) • Power outlets,2 auxiliary instrurnt panel-mounted with covers, 12-volt • rearviewmanual day/night Mirror, inside • Visors,driver and front passenger,sliding,with clip and passenger side vanity mirror with cover,Opal Gray-colored • Assist handle,front passenger(Also includes rear assist handles in the headliner on Extended and Crew Cab Models.) • Coat hooks,rear driver and passenger side • Lighting, interior with dome and reading lights,illuminated entry feature and backlit instrument panel switches Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: .237.0, Data updated 8/7/2012 2:03:00 PM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 15, 2012 9:06:50 AM Page 8 rved. Customer File: August 15, 2012 9:06:50 AM Page 4 mom ALL CONES Firm ` el J it tJFEVetA`•C'E. By rgsiemtd FA IIPr-, Title f pp./- r l strive r CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com LEGIBLY OR TYPE) Pbyrnest o Finn:Stot—D:IIbet. Oleo 8ut otaratedin: 3 Delivery(ar completion) Nam 3ovta Ft-ikr-4o,, signature: `O—t 2e odender days feullowin9 Title: Fled- /h4rname4r JPnexre:j_5yo-7%7? Fax: ' ()Z— `/re3-3/881,. award Address:J59 Hf e ,,4 3?re el- 4/e 47,064 StreeUP.O.Box City State Zip • Email Address: E'u t/>�h'T"11on gips /d Ll OK . Co rsti . .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 Prepared For: Prepared By: City of Omaha Ron Fullerton Sid Dillon Commercial/Fleet Phone: (402)540-7578 Fax: (402)443-3982 Email: Fullerton@siddillon.com 2013 Fleet/Non-Retail Chevrolet Silverado 1500 4WD Ext Cab 143.5" Work STANDARD EQUIPMENT STANDARD EQUIPMENT-2013 Fleet/Non-Retail CK10753 4WD Ext Cab 143.6"Work Truck MECHANICAL • Engine,.Vortec 4.8L Variable Valve Timing V8 SFI FlexFuel capable of running on unleaded or up to 85%ethanol (302 hp[225.2 kW](4 5600 rpm,305 lb-ft torque[411.8 N-rn]@ 4600 rpm), iron block(Standard with CK10753 and C*10543 models only. Not available on C*10953 models.) • Transmission,4-speed automatic,electronically controlled with overdrive and tow/haul mode(On Crew Cab models, requires(L20)Vortec 4.8L V8 SFi Flex-Fuel engine. Not available on C*10953 models.) • Rear axle, 3.42 ratio(Refer to Engine/Axle chart for availability.)(With(LC9)Vortec 5.3L V8 Engine, Requires(K5L) heavy-duty cooling package) • Suspension Package,Solid Smooth Ride includes 35 mm piston twin tube shocks and 36mm front stabilizer bar • GVWR,7000 lbs. (3175 kg)(Requires CK10753, CK10953 or CK10543 models.) • Transfer case,with floor-mounted shifter(Requires 4WD models.) • Four wheel drive 1`J =---• Battery, heavy-duty 600 cold-cranking amps, maintenance-free with rundown protection and retained accessory power 5,A . 1..• Alternator, 145 amps • Frame,fully-boxed, hydroformed front section ! Suspension,front independent,coil over shock • Suspension,rear 2-stage multi-leaf springs,semi-elliptic • • Steering,power,rack-and-pinion • Brakes, -wheel antilock,front disc/rear drum • Exhaust,aluminized stainless-steel muffler and tailpipe Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 237.0, Data updated 8/7/2012 2:03:00 PM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: • August 15, 2012 9:06:50 AM Page 9 Assist handle,front passenger(Also includes rear assist handles in the headliner on Extended and Crew Cab Models.) • Coat hooks,rear driver and passenger side • Lighting, interior with dome and reading lights,illuminated entry feature and backlit instrument panel switches Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: .237.0, Data updated 8/7/2012 2:03:00 PM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 15, 2012 9:06:50 AM Page 8 rved. Customer File: August 15, 2012 9:06:50 AM Page 4 mom ALL CONES Firm ` el J it tJFEVetA`•C'E. By rgsiemtd FA IIPr-, Title f pp./- r l strive r CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com LEGIBLY OR TYPE) Pbyrnest o Finn:Stot—D:IIbet. Oleo 8ut otaratedin: 3 Delivery(ar completion) Nam 3ovta Ft-ikr-4o,, signature: `O—t 2e odender days feullowin9 Title: Fled- /h4rname4r JPnexre:j_5yo-7%7? Fax: ' ()Z— `/re3-3/881,. award Address:J59 Hf e ,,4 3?re el- 4/e 47,064 StreeUP.O.Box City State Zip • Email Address: E'u t/>�h'T"11on gips /d Ll OK . Co rsti . .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 Prepared For: Prepared By: City of Omaha Ron Fullerton Sid Dillon Commercial/Fleet Phone. (402)540-7578 Fax: (402)443-3982 Email: rullerton@siddillon.com b 2013 Fleet/Non-Retail Chevrolet Silverado 1500 4WD Ext Cab 143.5" Work STANDARD EQUIPMENT STANDARD EQUIPMENT-2013 Fleet/Non-Retall CK10753 4WD Ext Cab 143.5"Work Truck SAFETY • StabiliTrak, stability control system with Proactive Roll Avoidance and traction control includes electronic trailer sway control and hill start assist • Daytime Running Lamps,with automatic exterior lamp control •Air bags,frontal,driver and right-front passenger with Passenger Sensing System(Always use safety belts and the correct child restraints for your child's age and size. Even in vehicles equipped with air bags and the Passenger Sensing System,children are safer when properly secured in a rear seat In the appropriate infant,child or booster seat. Never place a rear-facing Infant restraint in the front seat of any vehicle equipped with an active frontal air bag. See the Owner's Manual and child safety seat instructions for more safety information.) • Air bags, head curtain side-impact,front outboard seating positions with rollover sensor(Head curtain side air bags are designed to help reduce the risk of head and neck injuries to front and rear seat outboard occupants on the near side of certain side-impact collisions.Always use safety belts and the correct child restraints for your child's age and size,even in vehicles equipped with air bags. Children are safer when properly secured in a rear seat in the appropriate infant,child or booster seat.See the Owner's Manual and child safety seat instructions for more safety information.) •Air bags, seat-mounted side-impact,driver and right-front passenger for thorax and pelvic protection(Head curtain side air bags are designed to help reduce the risk of head and neck injuries to front and rear seat outboard occupants on the near side of certain side-impact collisions.Always use safety belts and the correct child restraints for your child's age and size,even in vehicles equipped with air bags.Children are safer when properly secured in a rear seat in the appropriate infant,child or booster seat.See the Owner's Manual and child safety seal instructions for more safety information.) • OnStar,delete • Tire Pressure Monitor System(does not apply to spare tire) • Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook,Data Version: 237.0, Data updated 8/7/2012 2:03:00 PM ' ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 15, 2012 9:06:50 AM Page 10 le: August 15, 2012 9:06:50 AM Page 4 mom ALL CONES Firm ` el J it tJFEVetA`•C'E. By rgsiemtd FA IIPr-, Title f pp./- r l strive r CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com LEGIBLY OR TYPE) Pbyrnest o Finn:Stot—D:IIbet. Oleo 8ut otaratedin: 3 Delivery(ar completion) Nam 3ovta Ft-ikr-4o,, signature: `O—t 2e odender days feullowin9 Title: Fled- /h4rname4r JPnexre:j_5yo-7%7? Fax: ' ()Z— `/re3-3/881,. award Address:J59 Hf e ,,4 3?re el- 4/e 47,064 StreeUP.O.Box City State Zip • Email Address: E'u t/>�h'T"11on gips /d Ll OK . Co rsti . .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 -1 r ' , • Prepared For: Prepared By: City of Omaha Ron Fullerton Sid Dillon Commercial/Fleet Phone: (402)540-7578 Fax: (402)443-3982 Email: rfullerton@siddillon.com 2013 Fleet/Non-Retail Chevrolet Silverado 1500 4WD Ext Cab 143.5" Work WARRANTY INFORMATION WARRANTY INFORMATION-2013 Fleet/Non-Retail CK10753 4WD Ext Cab 143.5"Work Truck WARRANTY Basic: 3 Years/36,000 Miles Drivetrain: 5 Years/100,000 Miles Corrosion: 3 Years/36,000 Miles Rust-Through 6 Years/100,000 Miles Roadside Assistance: 5 Years/100,000 Miles Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 237.0, Data updated 8/7/2012 2:03:00 PM ®Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 15, 2012 9:06:50 AM Page 11 instructions for more safety information.) • Air bags, head curtain side-impact,front outboard seating positions with rollover sensor(Head curtain side air bags are designed to help reduce the risk of head and neck injuries to front and rear seat outboard occupants on the near side of certain side-impact collisions.Always use safety belts and the correct child restraints for your child's age and size,even in vehicles equipped with air bags. Children are safer when properly secured in a rear seat in the appropriate infant,child or booster seat.See the Owner's Manual and child safety seat instructions for more safety information.) •Air bags, seat-mounted side-impact,driver and right-front passenger for thorax and pelvic protection(Head curtain side air bags are designed to help reduce the risk of head and neck injuries to front and rear seat outboard occupants on the near side of certain side-impact collisions.Always use safety belts and the correct child restraints for your child's age and size,even in vehicles equipped with air bags.Children are safer when properly secured in a rear seat in the appropriate infant,child or booster seat.See the Owner's Manual and child safety seal instructions for more safety information.) • OnStar,delete • Tire Pressure Monitor System(does not apply to spare tire) • Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook,Data Version: 237.0, Data updated 8/7/2012 2:03:00 PM ' ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 15, 2012 9:06:50 AM Page 10 le: August 15, 2012 9:06:50 AM Page 4 mom ALL CONES Firm ` el J it tJFEVetA`•C'E. By rgsiemtd FA IIPr-, Title f pp./- r l strive r CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com LEGIBLY OR TYPE) Pbyrnest o Finn:Stot—D:IIbet. Oleo 8ut otaratedin: 3 Delivery(ar completion) Nam 3ovta Ft-ikr-4o,, signature: `O—t 2e odender days feullowin9 Title: Fled- /h4rname4r JPnexre:j_5yo-7%7? Fax: ' ()Z— `/re3-3/881,. award Address:J59 Hf e ,,4 3?re el- 4/e 47,064 StreeUP.O.Box City State Zip • Email Address: E'u t/>�h'T"11on gips /d Ll OK . Co rsti . .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 • DOUGLAS COUNTY PURCHASING DEPARTMENT 1819 FARNAM STREET 902 CIVIC CENTER OMAHA NEBR 68183 PHONE(402)444-7155 FAX(402)444-4992 August 9,2012 NOTICE TO BIDDERS: REQUEST FOR BID ON 1/2 Ton Extended Cab Pickup Trucks Bid Opening Date: Wednesday,August 15, 2012 at 11:00 a.m. CST ADDENDUM NO. 1: 1. Replace page 1 of the bid sheets with the attached*REVISED*page 1. Note quantity has changed from 8 to 9. 2. Attached is a Responsible Contractor Compliance Form RC-1,which must be completed and returned with this addendum. END OF ADDENDUM ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETURNING THIS ADDENDUM COVER SHEET WITH YOUR BID. � � I Eric J. Carlson, Douglas County Purchasing Agent -- - ----- -- :� T 1L C1,t,, Na Firm Signed By • 60e manq(5,cr Title ®Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 15, 2012 9:06:50 AM Page 11 instructions for more safety information.) • Air bags, head curtain side-impact,front outboard seating positions with rollover sensor(Head curtain side air bags are designed to help reduce the risk of head and neck injuries to front and rear seat outboard occupants on the near side of certain side-impact collisions.Always use safety belts and the correct child restraints for your child's age and size,even in vehicles equipped with air bags. Children are safer when properly secured in a rear seat in the appropriate infant,child or booster seat.See the Owner's Manual and child safety seat instructions for more safety information.) •Air bags, seat-mounted side-impact,driver and right-front passenger for thorax and pelvic protection(Head curtain side air bags are designed to help reduce the risk of head and neck injuries to front and rear seat outboard occupants on the near side of certain side-impact collisions.Always use safety belts and the correct child restraints for your child's age and size,even in vehicles equipped with air bags.Children are safer when properly secured in a rear seat in the appropriate infant,child or booster seat.See the Owner's Manual and child safety seal instructions for more safety information.) • OnStar,delete • Tire Pressure Monitor System(does not apply to spare tire) • Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook,Data Version: 237.0, Data updated 8/7/2012 2:03:00 PM ' ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 15, 2012 9:06:50 AM Page 10 le: August 15, 2012 9:06:50 AM Page 4 mom ALL CONES Firm ` el J it tJFEVetA`•C'E. By rgsiemtd FA IIPr-, Title f pp./- r l strive r CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com LEGIBLY OR TYPE) Pbyrnest o Finn:Stot—D:IIbet. Oleo 8ut otaratedin: 3 Delivery(ar completion) Nam 3ovta Ft-ikr-4o,, signature: `O—t 2e odender days feullowin9 Title: Fled- /h4rname4r JPnexre:j_5yo-7%7? Fax: ' ()Z— `/re3-3/881,. award Address:J59 Hf e ,,4 3?re el- 4/e 47,064 StreeUP.O.Box City State Zip • Email Address: E'u t/>�h'T"11on gips /d Ll OK . Co rsti . .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 FQlaAi1A,NF,O P' Public Works Department artment • u c Omaha/Douglas Civic Center � I( �,J _ � 1819 Farnam Street,Suite 601 _�. Omaha,Nebraska 68183-0601 l'Ary (402)444-5220 4 440 FEBR‘n4 Fax(402)444-5248 City of Omaha Robert G.Stubbe,P.E. Jim Suttle,Mayor Public Works Director August 27, 2012 Mr. Clark Mattson Commercial-Sales Gene Steffy Chrysler Center 2545 E. 23rd Avenue South . Fremont,NE 68025-2463 RE: City of Omaha Request for Bid on '/2 Ton Extended Cab 4x4 Pickup Truck Dear Mr. Mattson: Section 10-110 of the Omaha Municipal Code allows a department director to reject any bidders bid because the bids received were non-compliant to specifications. This letter is to serve as written notice that your bid submitted for the %2 Ton Extended Cab 4x4 Pickup Trucks is being rejected because the bid does not meet the required specifications. Addendum No. 1 of the request for bid states the quantity changed from 8 to 9. The bid submitted by your company was for 8 trucks. Within 10 days.after a bid is rejected, any rejected bidder may appeal to the City Council by filing with the City Clerk a written objection stating all reasons for the objection. Since y, . Rob rt G. Stubbe, P. E. Public Works Director cc: Eric Carlson, Purchasing Agent Buster Brown, City Clerk Members of the City Council rect child restraints for your child's age and size,even in vehicles equipped with air bags. Children are safer when properly secured in a rear seat in the appropriate infant,child or booster seat.See the Owner's Manual and child safety seat instructions for more safety information.) •Air bags, seat-mounted side-impact,driver and right-front passenger for thorax and pelvic protection(Head curtain side air bags are designed to help reduce the risk of head and neck injuries to front and rear seat outboard occupants on the near side of certain side-impact collisions.Always use safety belts and the correct child restraints for your child's age and size,even in vehicles equipped with air bags.Children are safer when properly secured in a rear seat in the appropriate infant,child or booster seat.See the Owner's Manual and child safety seal instructions for more safety information.) • OnStar,delete • Tire Pressure Monitor System(does not apply to spare tire) • Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook,Data Version: 237.0, Data updated 8/7/2012 2:03:00 PM ' ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 15, 2012 9:06:50 AM Page 10 le: August 15, 2012 9:06:50 AM Page 4 mom ALL CONES Firm ` el J it tJFEVetA`•C'E. By rgsiemtd FA IIPr-, Title f pp./- r l strive r CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com LEGIBLY OR TYPE) Pbyrnest o Finn:Stot—D:IIbet. Oleo 8ut otaratedin: 3 Delivery(ar completion) Nam 3ovta Ft-ikr-4o,, signature: `O—t 2e odender days feullowin9 Title: Fled- /h4rname4r JPnexre:j_5yo-7%7? Fax: ' ()Z— `/re3-3/881,. award Address:J59 Hf e ,,4 3?re el- 4/e 47,064 StreeUP.O.Box City State Zip • Email Address: E'u t/>�h'T"11on gips /d Ll OK . Co rsti . .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on August 15, 2012 for the purchase of six ''% ton extended cab four wheel drive pickup trucks, one to be utilized by the Traffic Maintenance Division and five to be utilized by the Street Maintenance Division; and, WHEREAS, Sid Dillon submitted a total bid of$145,980.00, being the lowest and best bid received within the bid specifications, for the purchase of six 1/2 extended cab four wheel drive pickup trucks. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Sid Dillon for the purchase of six V2 ton extended cab four wheel drive pickup trucks, one to be utilized by the Traffic Maintenance Division and five to be utilized by the Street Maintenance Division; and, that the Finance Department is authorized to pay this cost from the Street and Highway Allocation Fund 12131, Traffic Engineering Equipment Organization 116191 in the amount of$24,330.00 and from the Pavement Maintenance Organization 116158 in the amount of$121,650.00, year 2012 expenditures. 196212scp APPROVED AS TO FORM: ,—,,A 4" ),a-/e PfLITY ATTORNEY DATE j/077144 . "I / , By do.leilmember Adopted SEP 1 2012 f D ,,,, :::74 Ci Clerk ri4/2---- Approved. .. Mayor hild's age and size,even in vehicles equipped with air bags. Children are safer when properly secured in a rear seat in the appropriate infant,child or booster seat.See the Owner's Manual and child safety seat instructions for more safety information.) •Air bags, seat-mounted side-impact,driver and right-front passenger for thorax and pelvic protection(Head curtain side air bags are designed to help reduce the risk of head and neck injuries to front and rear seat outboard occupants on the near side of certain side-impact collisions.Always use safety belts and the correct child restraints for your child's age and size,even in vehicles equipped with air bags.Children are safer when properly secured in a rear seat in the appropriate infant,child or booster seat.See the Owner's Manual and child safety seal instructions for more safety information.) • OnStar,delete • Tire Pressure Monitor System(does not apply to spare tire) • Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook,Data Version: 237.0, Data updated 8/7/2012 2:03:00 PM ' ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 15, 2012 9:06:50 AM Page 10 le: August 15, 2012 9:06:50 AM Page 4 mom ALL CONES Firm ` el J it tJFEVetA`•C'E. By rgsiemtd FA IIPr-, Title f pp./- r l strive r CONTINUATION SHEET PDF created with pdfFactory trial version www.odffactorv.com LEGIBLY OR TYPE) Pbyrnest o Finn:Stot—D:IIbet. Oleo 8ut otaratedin: 3 Delivery(ar completion) Nam 3ovta Ft-ikr-4o,, signature: `O—t 2e odender days feullowin9 Title: Fled- /h4rname4r JPnexre:j_5yo-7%7? Fax: ' ()Z— `/re3-3/881,. award Address:J59 Hf e ,,4 3?re el- 4/e 47,064 StreeUP.O.Box City State Zip • Email Address: E'u t/>�h'T"11on gips /d Ll OK . Co rsti . .�.. .'_._. __r0) iij 6Q 0 IN •M 1 t N iCD ii� COi i0) 0 l� IN •M 17 iN •FO_.ff._ l� ._.m ..;N _..N N )el N ' a.CI ent, but, and/or liability for a waste or hazardous waste site originated by since PROVIDER has no control over market conditions or other than PROVIDER. bidding procedures, PROVIDER cannot warrant that bids, 13. Assignments ultimate construction cost,or Project economics will not vary from these opinions. Neither party shall have the power to or will assign any of the 6. Standard of Care duties or rights or any claim arising out of or related to this AGREEMENT,whether arising in tort,contract or otherwise, The standard of care applicable to PROVIDER's services will be without the written consent of the other party.Any unauthorized the degree of skill and diligence normally employed by assignment is void and unenforceable. professional engineers or consultants performing the same or 14. Integration similar services at the time PROVIDER's services are performed. PROVIDER will re-perform any services not meeting this standard This AGREEMENT incorporates all previous communications and without additional compensation. negotiations and constitutes the entire agreement of the parties. 7. Termination If CITY issues a Purchase Order in conjunction with performance of the Services,general or standard terms and conditions on the This AGREEMENT may be terminated for convenience on 30 Purchase Order do not apply to this AGREEMENT. days written notice or if either party fails substantially to perform 15. Force Majeure through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and If performance of the Services is affected by causes beyond diligently complete the correction thereafter.On termination, PROVIDER's reasonable control,project schedule and PROVIDER will be paid for all authorized work performed up to compensation shall be equitably adjusted. the termination date plus termination expenses, such as,but not 16. Dispute Resolution limited to, reassignment of personnel, subcontract termination The parties will use their best efforts to resolve amicably any costs,and related closeout costs. dispute,including use of alternative dispute resolution options. 8. Payment to PROVIDER 17. Changes Monthly invoices will be issued by PROVIDER for all Services CITY may make or approve changes within the general Scope of performed under this AGREEMENT. CITY shall pay each invoice Services in this AGREEMENT. If such changes affect within 30 days. Interest at a rate of 1-1/2 percent per month will PROVIDER's cost of or time required for performance of the be charged on all past-due amounts. services,an equitable adjustment will be made through an In the event of a disputed billing, only that disputed portion will be amendment to this AGREEMENT. withheld from payment, and the undisputed portion will be paid. CITY will exercise reasonableness in disputing any bill or portion FORM 124 1 REVISED: 11/09 - 't P c> 0 O- 0 .O Oq p, o• CD to p-h O N 71 4 CD ' CD C Q.. 0 W �11) d p .pi U� n Z CD 69 W P ~• 0 • co O O ,_r N CD CD p Q � L. O. N. W CD sy .'� 0- a P- CD CD .ems O 8O ~ _ n flia - ‘N \ • — CN A1 ¢' �', OO <N CD Cr H n f4 00 pacm Hry CD co �p *(17: O� ''5' CD �• Po A) pa CND1-1' Ccn IQ CD ,O-. CD CM `C `C ¢. C) co co po CD • tir v f !r N t •1 d for project OPW 52185