Loading...
RES 2012-1116 - PO from Anderson Ford Lincoln Mercury Mazda for pickup ONIAHA,NF , ett}t • WT maim cb Fl AUG V — ��!' r 3-i 4TFDFEBRJr !3 ad L., R fin` ? City of Omaha " a n4 €�'' '��, : ,��� Jim Suttle,Mayor ,ter Omaha Police Department 505 South 15th Street Omaha,Nebraska 68102-2769 (402)111 5600 Honorable President www.opd.ci.omaha.ne.us and Members of the City Council, Transmitted herewith is a Resolution authorizing the payment to Anderson Ford Lincoln Mercury Mazda in the amount of$30,459.00 for one Ford F250 XLT, % ton Crew Cab Pickup for the Omaha Police Department Bomb Dog Squad. Anderson Ford Lincoln Mercury Mazda has provided Nebraska State Contract pricing#13087 OC. The Omaha Police Department has added one officer and canine to the Explosives Detection Canine Team. As with the first three teams, the Airport Authority has committed to providing funds for a canine vehicle. The Ford F250 XLT will be purchased with General Seized Assets funds. The Omaha Airport Authority will reimburse the City of Omaha/General Seized Assets account in the amount of $26,784.00 for the purchase of this vehicle. Funds of $30,459.00 have been appropriated in Year 2012, General Seized Assets Fund 12156, Organization 130711, Account 47031 Vehicles/Law Enforcement Only. The Finance Department is authorized to pay the cost from this account. Respectfully submitted, Approved: 06(0/ AZ /ciJ,� David L. Baker Date Human Rights&Relations Dept. Date Chief of Police ApprovedFunding: City as to Referred to Council for Consideration: Pam Spaccarotella Date Mayor's ff ce Date Finance Director s:\OPD\1255ddr A Nationally Accredited Law Enforcement Agency rrect. 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 for a period of 10 years. n, 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. SIGN ALL COPIES Firm 1O x+ t 5 By �Irtg,L LTitle CONTINUATION SHEET the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file 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 Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms VIO % 3+OW, Firm: Incorporated In. {tits" Delivery(or completion) Name: a6>*SGu . Signature: calendar days following Title: betz5Phone:SAS- 1" ). Fax:5 ',-')O -et(,tl award Address: 5"))5043COlar 4)kt j t0 L Pc t Street/P.O.Box City State Zip Email Address: i c,.,(`VA O ff wer kes , czyvt urf.net on,Completion Date,Performance Bond,insurance Requirements and Pre•Bid Meeting Information. Refer arty questions rsgsrdlnaihe Bid or Contract Documents dirndl,to the Park Planning Dlvislon_at 402.4443798 or as noted In the Contract Documents. • All bidders awarded a contract in the amount of S5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rotations Department the Contract Compliance Report(Form CC-1).This report shall be In effect for 24 months from the date received by the Human Relations Department Any questions regarding the Contract Compliance - Ordinance or PBEIDEB Listings should be directed to the Human Relations Department at402444 5055. • (Please Print Legibly or Type) Firm'/1/I4Z PIn4 a !_L e . Inoorpom in Name POLei .642V/EYY' gnature Title e".Ai/OWrtA_ Phone IUZ— 7 I -kreS Fax 2' 7.1 f- 5O2 2 Address ( WS 'tic di r/ao CAC, ��2 tit Ale 68/I 7 • .StreellP.O.Box .I,. City State zip • GT E-Mail Address ;y--, yr0 f,,�/h�e fez r1,fie- _ r lido - C04/1/4 . frequently than quarterly or,less frequently than annually.Annual reports shall be due 90 calendar days after the grant year:quarterly or semi- • http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 financial results of each federally-sponsored project or program in accordance with the reporting requirements set forth in Section .52.If a Federal awarding agency requires reporting on an accrual basis from a recipient that maintains its records on other than an accrual basis, the recipient shall not be required to establish an accrual accounting system.These recipients may develop such accrual data for its reports on the basis of an analysis of the documentation on hand. http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 If • • UMA OM.\}HIA AIRPORT AUTHORITY • April 2,2012 Sgt. Iv!.Manhart Omaha Police Department Canine Unit 505 South 15111 Street Omaha.NE 68102 Dear Sgt. Manhart, • .•. a 7i ir, g .r cunafit 2/- officer/canine:� that the Omaha Police L ep4::rt:$n' ���r`•'ilc Up it lic,a committed tL tit: iTt�r1: itr teams stationed at Eppley Airfield with a fourth officer/canine team. .Congratulations! We welcome the addition to your team. (See your commitment letter attached hereto.) As we did with the first three teams, the Airport Authority is willing to commit to providing certain funds for the initial K-9 vehicle purchase: including providing an OAA ground radio and Eppley Airfield control tower radio. Further equipping of the vehicle with graphics. lights, canine cages/equipment and other necessities is the financial responsibility of OPD. The Authority commits to provide OPD funds up to, but not exceeding, the funds that the.Authority recently contracted for in the purchase of a 2012 Ford Utility Police Interceptor (much like the three existing Ford Explorer K•9 vehicles stationed at Eppley). We awarded a 526,784 contract to Woodhouse Ford (exclusive of any value given for a trade-in) for our purchase. We understand that OPD may be purchasing a K-9 vehicle Other than the 2012 Ford Utility Interceptor. Should the purchase price of your new vehicle be less than S26,784, the Authority wilt fund up to that lower price. If the purchase price of your new vehicle is greater than S26,784, the Authority will fund S26,784. Please forward a copy of your purchase contract as,evidence supporting your vehicle only purchase price. As you approach taking delivery of your new K-9 vehicle and paying your dealer for it.please contact me a few days in advance and the Authority will cut a check made out to the Omaha Police Department (or City of Omaha). We will then provide you the two radios at that-time for you to arrange installation. Thank you. ;;inaerety, Stanley R.Kathol Director of Finance and Administration SRK/as xc: Chris Martin Robert Rockwell • v::n;:ca.wJPo K,:+,aet:ars Apnt .l.11l Ahh.iti t)ri%c.Suilc 2300•Epic* airtiad•Outah3.NE t•!l III•Ph..n, 4112.66l.80119•tat 4112.66 li(I2 •auU tlh.,nu.rarn 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. SIGN ALL COPIES Firm 1O x+ t 5 By �Irtg,L LTitle CONTINUATION SHEET the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file 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 Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms VIO % 3+OW, Firm: Incorporated In. {tits" Delivery(or completion) Name: a6>*SGu . Signature: calendar days following Title: betz5Phone:SAS- 1" ). Fax:5 ',-')O -et(,tl award Address: 5"))5043COlar 4)kt j t0 L Pc t Street/P.O.Box City State Zip Email Address: i c,.,(`VA O ff wer kes , czyvt urf.net on,Completion Date,Performance Bond,insurance Requirements and Pre•Bid Meeting Information. Refer arty questions rsgsrdlnaihe Bid or Contract Documents dirndl,to the Park Planning Dlvislon_at 402.4443798 or as noted In the Contract Documents. • All bidders awarded a contract in the amount of S5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rotations Department the Contract Compliance Report(Form CC-1).This report shall be In effect for 24 months from the date received by the Human Relations Department Any questions regarding the Contract Compliance - Ordinance or PBEIDEB Listings should be directed to the Human Relations Department at402444 5055. • (Please Print Legibly or Type) Firm'/1/I4Z PIn4 a !_L e . Inoorpom in Name POLei .642V/EYY' gnature Title e".Ai/OWrtA_ Phone IUZ— 7 I -kreS Fax 2' 7.1 f- 5O2 2 Address ( WS 'tic di r/ao CAC, ��2 tit Ale 68/I 7 • .StreellP.O.Box .I,. City State zip • GT E-Mail Address ;y--, yr0 f,,�/h�e fez r1,fie- _ r lido - C04/1/4 . frequently than quarterly or,less frequently than annually.Annual reports shall be due 90 calendar days after the grant year:quarterly or semi- • http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 financial results of each federally-sponsored project or program in accordance with the reporting requirements set forth in Section .52.If a Federal awarding agency requires reporting on an accrual basis from a recipient that maintains its records on other than an accrual basis, the recipient shall not be required to establish an accrual accounting system.These recipients may develop such accrual data for its reports on the basis of an analysis of the documentation on hand. http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 •.. r -. 1 1 STATE OF NEBRASKA CONTRACT AWARD Staeau 301tCenten al Mall e Purchasing rSouth,1st Floor Lincoln,Nebraska 68508 • OR PAGE ORDER DATE P.O.Box 94847 Lincoln,Nebraska 68509-4847 1 of 6 11/08/11 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 1 9000 CONNIE HEINRICHS(AS) NUMBER VENDOR NUMBER: 503856 CONTRACT13087 OC VENDOR ADDRESS: Primary Award AFL,LLC DBA ANDERSON FORD LINCOLN MERCURY MAZDA 2500 WILDCAT DR PO BOX 83644 LINCOLN NEBRASKA 68501-3644 AN AWARD HAS BEEN MADE TO THE VENDOR NAMED ABOVE FOR THE FURNISHING OF EQUIPMENT,MATERIAL,OR SUPPLIES AS LISTED BELOW FOR THE PERIOD: 2012 Production Year NO ACTION ON THE PART OF THE VENDOR NEEDS TO BE T/KNAT THIS TIME.ORDERS FOR THE EQUIPMENT OR SUPPLIES WILL BE MADE AS NEEDED BY THE VARIOUS AGENCIES OF TiggiyE. THIS CONTRACT IS NOT AN EXCLUSIVE CONTRACT TO FU Ili, i E EQUIPMENT OR SUPPLIES SHOWN BELOW,AND DOES �b NOT PRECLUDE THE PURCHASE OF SIMILAR ITEMS FROM Q �0{E SOURCES. vild THE STATE RESERVES THE RIGHT TO EXTEND THE PERIOD�QF=xTHIS,CONTRACT BEYOND THE TERMINATION DATE WHEN MUTUALLY AGREEABLE TO THE VENDOR AND THE STATE.QI E'R 1$I A. t`'3>i` .1 �'4i FWar tNen Original/Bid Document 3760 OF ••' .r ; =w j' 2012 or Current Production Year 3/4 TON DIESEL CREW.,... . ,'4 414 DOOR PICKUP TRUCK as per the attached E;: i siI .t specifications for the 2012 Production Year. I : r. (j, � P. `F z't. See attached Terms and Conditions page for approximate U 'it t o IS:. ,, gt�.chased.The Unit Price is equal to the Base Price for ,pis , F} items before the Option Bid List. 11111 l j i i } t I 1ryl { i Make/Model: Ford F250 XLT Y y 7 11;.i I ) Delivery: 90-120 Days ARO x 'U tF.,' - ) Z 't 4ON.F 4k ??��__i � My. .�1 k �4 . I rill), �t Contract subject to thirty-(30)da aiiiellation,by,eitherFparty upb6t ritte otice y, f ) nw r '77 y F 1 � h,, ' ` Y.R IR 1� l i � I �F 1�:,1,P >lk g, 'Ft 'L �,,i� li.t,' 1 }Sy,� Quantities shown a e est hta es only a ar nnot o be onstru to e?it fi rr 1. antdies T re1Stt tof Iebr ska reserves the -44 right to increase;xor d crease g'ny qu titt ho1irnr t v >* .a 1; ki, � ' '`` g;4,,Ri t ; a, j,j -.t - , 1,•11 � A�`c'-: 14 t1:41:�C.f SP'S^,�jit_u1 b�C 31,LR,_4 r F. 4 t .....l.;F. The State may request that payment be'made electronically insfead of by state warrant.ACH/EFT Enrollment Form can be found at:http://www.das.state.ne.us/accounting/forms/achenrol.pdf The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within the State of Nebraska.A federal immigration verification system mean the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Responsibility Act of 1996,8 U.S.C. 1324a,known as E-Verify Program,or an equivalent federal program designed by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. The contractor certifies that the contractor is not presently debarred,suspended,proposed for debarment,declared ineligible, or voluntarily excluded by any federal department or agency from participating in transactions(debarred). The contractor also agrees to include the above requirements in any and all subcontracts into which it enters. The contractor shall immediately notify the Department if,during the term of this contract,contractor becomes debarred. The Department may immediately Or/ •/lir ,.4/.1 -5) ji ' MATERIE Al 1 INISTRATOR R435001NIS(A101 100423 garding the Contract Compliance - Ordinance or PBEIDEB Listings should be directed to the Human Relations Department at402444 5055. • (Please Print Legibly or Type) Firm'/1/I4Z PIn4 a !_L e . Inoorpom in Name POLei .642V/EYY' gnature Title e".Ai/OWrtA_ Phone IUZ— 7 I -kreS Fax 2' 7.1 f- 5O2 2 Address ( WS 'tic di r/ao CAC, ��2 tit Ale 68/I 7 • .StreellP.O.Box .I,. City State zip • GT E-Mail Address ;y--, yr0 f,,�/h�e fez r1,fie- _ r lido - C04/1/4 . frequently than quarterly or,less frequently than annually.Annual reports shall be due 90 calendar days after the grant year:quarterly or semi- • http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 financial results of each federally-sponsored project or program in accordance with the reporting requirements set forth in Section .52.If a Federal awarding agency requires reporting on an accrual basis from a recipient that maintains its records on other than an accrual basis, the recipient shall not be required to establish an accrual accounting system.These recipients may develop such accrual data for its reports on the basis of an analysis of the documentation on hand. http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 i STATE OF NEBRASKA CONTRACT AWARD State Purchasing Bureau 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 • OR PAGE ORDER DATE P.O.Box 94847 2 of 6 11/07/11 Lincoln,Nebraska 68509-4847 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 CONNIE HEINRICHS(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 13087 OC terminate this contract by providing contractor written notice if contractor becomes debarred during the term of this contract. • If the Contractor is an individual or sole proprietorship,the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form,available on the Department of Administrative Services website at:www.das.state.ne.us. 2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship and Immigration Services documentation require to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Program. 3.The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb.Rev.Stat.§4-108. The parties hereby agree that the following documents are inco porated into the contract resulting from this Invitation to Bid: 1.The signed Invitation to Bid Contract document; e; .A` 2.The original ITB document; '�'"" "''x 3.AnyAddenda and or Amendments to include Questions aric:Ari piers; :_� .w�l�- 4.Warranty documents supplied with the bid; . cif ;;i ;. -- 5.The contract award. [Pi'l fI '-•y1 r�� � 'tom Unless otherwise specifically stated in a contract amendmx oas ,o,f any conflict between the incorporated documents, the documents shall govern in the following order of prefargiegivNtip,rNrnber 1 receiving preference over all other documents and with each lower numbered document having prefers' a !o r a.y,!hi g her numbered document:. 1)the contract award,2) ITB addenda or amendments,to include Questions and l�.' .e.s,.witF the latest dated amendment having the highest priority, ,f.ii d, ..� I i''�' i�i' " 3)the original ITB,4)the signed ITB Contract documen"`�5j'" arm 'dqQ ments supplied with the bid. M I F F t S. Any remaining uncertainty or ambiguity shall not.be interpr l t a st eer party because such party prepared any portion of the Agreement,but shall be interpreted according to t'a gip lc t'i :of,ith ules of interpretation of contracts generally. liit@@ } t i I.i,It is understood b the arties that in the State of Nebra k° s_o nl ri . tilly limitation on the contractor's liability is unconstitutional under the Nebraska State_Constitution lArtictle, l I;$ c.#ion 3 and that any limitation of liability shall not be binding on the State of Nebrask de to nclusi,on of sue langu ge documents4supplied with the contractor's bid. g a I~ `.'i ri iri ti'' a i! t- pro�k l r '".h su n g U 71 r I Vendor Contact:Bobby`Golclasureati i = i f,I t Phone: 402-323.�-4013 ,f� f'iii r l4. 01 .. 1 � t, p rpU , Fax: 402-458-9$��h-�,��y � (' '�� S�` •-ratf .¢�'1;nG''1?k1i: �i��t�,y-fl .,.in ht ' �'�: T�. 7 .�; ' �"- `'�Y1'� E-Mail:bobb c a• e sonauto ro `. c9 ,1 : t��fi f i* 44. (110811 sz) Estimated Unit of Unit Line Description Quantity Measure Price 1 3/4 TON DIESEL CREW CAB PICKUP 20.0000 EA 33,528.0000 FORD F250 XLT 2012 or Current Production Year 3/4 Ton Diesel Crew Cab 4x4 4 Door Pickup Truck GVWR: 10,000 lb Series, Code,Trim Level: Crew, 603A,XLT Engine: 6.7L Diesel The original manufacturer's statement of origin,a service authorization card,and a properly executed service and Mtn vv\ • BUYER INITIALS C R43500IHISCR101 103423 EIDEB Listings should be directed to the Human Relations Department at402444 5055. • (Please Print Legibly or Type) Firm'/1/I4Z PIn4 a !_L e . Inoorpom in Name POLei .642V/EYY' gnature Title e".Ai/OWrtA_ Phone IUZ— 7 I -kreS Fax 2' 7.1 f- 5O2 2 Address ( WS 'tic di r/ao CAC, ��2 tit Ale 68/I 7 • .StreellP.O.Box .I,. City State zip • GT E-Mail Address ;y--, yr0 f,,�/h�e fez r1,fie- _ r lido - C04/1/4 . frequently than quarterly or,less frequently than annually.Annual reports shall be due 90 calendar days after the grant year:quarterly or semi- • http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 financial results of each federally-sponsored project or program in accordance with the reporting requirements set forth in Section .52.If a Federal awarding agency requires reporting on an accrual basis from a recipient that maintains its records on other than an accrual basis, the recipient shall not be required to establish an accrual accounting system.These recipients may develop such accrual data for its reports on the basis of an analysis of the documentation on hand. http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 STATE OF N E B RAS KA CONTRACT AWARD State Purchasing Bureau 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 Lincoln,Nebraska 68509-4847 3 of 6 11/07/11 BUSINESS UNIT BUYER Fax 40}Telephone:71020891-2401 9000 CONNIE HEINRICHS(AS) VENDOR NUMBER: 503856 CONTRACT NUMBER 13087 OC Estimated Unit of Unit Line Description Quantity Measure Price warranty policy shall accompany each vehicle when delivered. OPTIONS 2 BUCKET TYPE SEATS 20.0000 EA 1,080.0000 CLOTH W/VINYL TRIM A_ ir p 3 RIGHT AND LEFT TELESCOPIC # 20.0000 EA 165.0000 MIRRORS, MIN 6"X 8" << r 4 STANDARD PAINT hf,, , 20.0000 EA 0.0000 5 DOR USE:YELLOW COLOR OF '��` -1?.FA }'1 20.0000 EA 0.0000 FORD#84S53 l '1'"`hait s i`le, ILiAl6 TWO WHEEL DRIVE MODEL TO .di fi i ;f 20.0000 EA -2,125.0000 INCLUDE ALL SEASON TIRE-DEDUCT l- ' / ' 'a `f ki i i q ; Y 7 INCREASED BOX LENGTH OF APPROX ,.fz 1 li p �;C 20.0000 EA 295.0000 8'W/CORRESPONDING WHEELBASE € 11' 1 , 172" tp �. 1 1li t 8 SNOW PLOW ATTAC MENTOF_PICKUP • pp = .•' 20.0000 EA 4,415.0000 . . MANUFACTURER'S BO '_a ; rt l.."a_- j'�•,$•-:,p (Western Boss and f er brads W�h power an Iing �8 foot bolt on.blade 'plow:,ead.and turn lights,snow deflector�,�,l�de�na��e �� ' �::�;� �`� 'g�s4 q�iT+��, �ti; d f"J` t{r 1';��� � f�. R'3E If;�:!i l i i e F , :�f.'�-; _��4 fj� c,.3 ,I 4,A, d>`#{ pv +,� R41u9 NO SLI p INxl .ISIO W141! NDO. :: .0k f, T20 00Q0 i EA F „� i -199.0000 4'1'7, :• :`''O' y bl iilif ti' & Ih, f' �t�s ,, . _ ,_ �„ BYis fp•>t. i .�- }'-mar I �.a sZY�c 1",z'`ii}�71,+I. *,�-::P'� sr •CHASSIS / t .T Lf' �: a f u r� ,t_',.9r r+ r, ' •»a,11.,4?r' �'20:0b 0 " EA 6,395.0000 FOR SINGLE WHEEL Make/Model:Omaha STD 96V or Knapheide 696J 11 COLOR OF UTILITY BODY TO MATCH 20.0000 EA 0.0000 MANUFACTURER COLOR CHARTS • 12 NO LID ON UTILITY BODY 20.0000 EA -599.0000 DEDUCT 13 REARVIEW CAMERA 20.0000 EA 695.0000 DEALER OR FACTORY INSTALLED 14 TAILGATE STEP 20.0000 EA 375.0000 DEALER OR FACTORY INSTALLED C� M� BUYER INITIALS t R43500{NISCRI01 100423 e of Nebra k° s_o nl ri . tilly limitation on the contractor's liability is unconstitutional under the Nebraska State_Constitution lArtictle, l I;$ c.#ion 3 and that any limitation of liability shall not be binding on the State of Nebrask de to nclusi,on of sue langu ge documents4supplied with the contractor's bid. g a I~ `.'i ri iri ti'' a i! t- pro�k l r '".h su n g U 71 r I Vendor Contact:Bobby`Golclasureati i = i f,I t Phone: 402-323.�-4013 ,f� f'iii r l4. 01 .. 1 � t, p rpU , Fax: 402-458-9$��h-�,��y � (' '�� S�` •-ratf .¢�'1;nG''1?k1i: �i��t�,y-fl .,.in ht ' �'�: T�. 7 .�; ' �"- `'�Y1'� E-Mail:bobb c a• e sonauto ro `. c9 ,1 : t��fi f i* 44. (110811 sz) Estimated Unit of Unit Line Description Quantity Measure Price 1 3/4 TON DIESEL CREW CAB PICKUP 20.0000 EA 33,528.0000 FORD F250 XLT 2012 or Current Production Year 3/4 Ton Diesel Crew Cab 4x4 4 Door Pickup Truck GVWR: 10,000 lb Series, Code,Trim Level: Crew, 603A,XLT Engine: 6.7L Diesel The original manufacturer's statement of origin,a service authorization card,and a properly executed service and Mtn vv\ • BUYER INITIALS C R43500IHISCR101 103423 EIDEB Listings should be directed to the Human Relations Department at402444 5055. • (Please Print Legibly or Type) Firm'/1/I4Z PIn4 a !_L e . Inoorpom in Name POLei .642V/EYY' gnature Title e".Ai/OWrtA_ Phone IUZ— 7 I -kreS Fax 2' 7.1 f- 5O2 2 Address ( WS 'tic di r/ao CAC, ��2 tit Ale 68/I 7 • .StreellP.O.Box .I,. City State zip • GT E-Mail Address ;y--, yr0 f,,�/h�e fez r1,fie- _ r lido - C04/1/4 . frequently than quarterly or,less frequently than annually.Annual reports shall be due 90 calendar days after the grant year:quarterly or semi- • http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 financial results of each federally-sponsored project or program in accordance with the reporting requirements set forth in Section .52.If a Federal awarding agency requires reporting on an accrual basis from a recipient that maintains its records on other than an accrual basis, the recipient shall not be required to establish an accrual accounting system.These recipients may develop such accrual data for its reports on the basis of an analysis of the documentation on hand. http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 a STATE OF N EB RAS KA CONTRACT AWARD State Purchasing Bureau 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 • OR PAGE ORDER DATE P.O.Box 94847 4 of 6 11/07/11 Lincoln,Nebraska 68509-4847 BUSINESS UNIT BUYER FaxTelephone: (402)4711-201 2401 471-2089 9000 CONNIE HEINRICHS(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 13087 OC Estimated Unit of Unit Line Description Quantity Measure Price 15 DUAL ALTERNATORS 20.0000 EA 380.0000 DEALER OR FACTORY INSTALLED 16 EQUIPMENT&ENGINE SERVICE 20.0000 EA 395.0000 REPAIR MANUAL 17 ADDITIONAL COSTS FOR WARRANTY se 20.0000 EA 2,660.0000 FROM MANUFACTURER 5 years/100,000 miles Premium Care-See Attached 18 DROP SHIP OUTSIDE OF LINCOLN s 20.0000 EA 350.0000 ,��t=" 114 Additional costs of charges for vehicle drop shipnii`'nt /its de the Lincoln area. Drop shipment charges would be for vehicles bought by political entities and other;D'1 is oc1 of Government. 19 DROP SHIP TO OMAHA << t : 20.0000 EA 100.0000 Additional costs of charges for vehicle drop shipment:o -fide the Lincoln area. Drop shipment charges would be for vehicles bought by political entities and oth: Di ii i rsK of Government. I.N. 't? : I.3` ,r 2i' . LAW ENFORCEMENT ONLY { 11 � Ifs 1„ 20 FACTORY OR DEALER DISCONNECT � - i `) ;t 1 1 20.0000 EA 95.0000 DAYLIGHT RUNNING LIGHTS IF 141 ) L i Ili factory equipped. .l�� �,;{''^1^' ` ri _ E1 -,Y�f F .4 rw y t't 21 DISCONNECT DOME LIG T co, 1 iok3 i - g r 3 20,0000 Ei,iQ 95.0000 1 -}.. t) , r.e r„1,4It}t6 0. ' G )1 t g- ,.= s I;. COURTESY^ PS'1 1 ? s I� , I kvpik t ; ,....„. 1 : ,,,,,,„-„,„,,,. 22 DOM„,",,,,I. u G kiiii ©twRTES p - �pj .1 .G1 4:f. 20 0,0 E�� �`i �, 195.0000 5,T 1 & 1# �` Slit `�� t� 7-- - 'Fit_' O'S'. c ';+.," !, CENTE1�ED, OTalt A �, _ �"� Jr „,� :110. w. (1'�: @ 1f : 43 grlgk. ±�t r 1; 1 } approxiinat` k 8;,from e:. p of,,the;>,,,,„.eJ;,lb10 tikdii ers�a ea.keontrolled b}i rotating headlamp switch to maximum position or by a separate's'witch. This may require adding an additional light. Dealer installation is acceptable if not available from the factory. 23 AUXILIARY BATTERY 20.0000 EA 820.0000 (LARGEST AVAILABLE BATTERY) with Dual Battery Separater for accessory equipment. Installation also to include battery tray and bracket, heavy duty fuse, 1 gauge or larger cable. CCA:750 MCA-950 24 ALTERNATOR WITH HIGHEST OUTPUT 20.0000 EA 95.0000 AVAILABLE-200 AMP 25 REVERSE SENSING ALARM SYSTEM 20.0000 EA 295.0000 Dealer installation is acceptable if not available from the manufacturer. BUYER INITIALS 0 R43500,1.41SCR01 100423 = i f,I t Phone: 402-323.�-4013 ,f� f'iii r l4. 01 .. 1 � t, p rpU , Fax: 402-458-9$��h-�,��y � (' '�� S�` •-ratf .¢�'1;nG''1?k1i: �i��t�,y-fl .,.in ht ' �'�: T�. 7 .�; ' �"- `'�Y1'� E-Mail:bobb c a• e sonauto ro `. c9 ,1 : t��fi f i* 44. (110811 sz) Estimated Unit of Unit Line Description Quantity Measure Price 1 3/4 TON DIESEL CREW CAB PICKUP 20.0000 EA 33,528.0000 FORD F250 XLT 2012 or Current Production Year 3/4 Ton Diesel Crew Cab 4x4 4 Door Pickup Truck GVWR: 10,000 lb Series, Code,Trim Level: Crew, 603A,XLT Engine: 6.7L Diesel The original manufacturer's statement of origin,a service authorization card,and a properly executed service and Mtn vv\ • BUYER INITIALS C R43500IHISCR101 103423 EIDEB Listings should be directed to the Human Relations Department at402444 5055. • (Please Print Legibly or Type) Firm'/1/I4Z PIn4 a !_L e . Inoorpom in Name POLei .642V/EYY' gnature Title e".Ai/OWrtA_ Phone IUZ— 7 I -kreS Fax 2' 7.1 f- 5O2 2 Address ( WS 'tic di r/ao CAC, ��2 tit Ale 68/I 7 • .StreellP.O.Box .I,. City State zip • GT E-Mail Address ;y--, yr0 f,,�/h�e fez r1,fie- _ r lido - C04/1/4 . frequently than quarterly or,less frequently than annually.Annual reports shall be due 90 calendar days after the grant year:quarterly or semi- • http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 financial results of each federally-sponsored project or program in accordance with the reporting requirements set forth in Section .52.If a Federal awarding agency requires reporting on an accrual basis from a recipient that maintains its records on other than an accrual basis, the recipient shall not be required to establish an accrual accounting system.These recipients may develop such accrual data for its reports on the basis of an analysis of the documentation on hand. http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 STATE OF NE B RAS KA CONTRACT AWARD State Purchasing Bureau301 Centennial Mall South,1 st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 Lincoln,Nebraska 68509-4847 5 of 6 11/07/11 Telephone:(402)471-2401 • BUSINESS UNIT BUYER Fax:(402)471-2089 • 9000 CONNIE HEINRICHS(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 13087 OC Estimated Unit of Unit Line Description Quantity Measure Price 26 ALTERNATING HEADLIGHT FLASHER 20.0000 EA 199.0000 WIG-WAG MODULE WITH FLASHER override for optional override at night installed with activation lead tagged as such and terminating in or near the passenger compartment. 27 2 CLEAR/WHITE LED MODULES 20.0000 EA 289.0000 VERTICAL MOUNTED AT 45 DEGREE a` angle to front of vehicle on push bumper. Black Bezel with clear lenses. Shock and water resistant.Leads tagged as such that terminate in center console area. LED;.s rneet SAE J845,Class 1 specification. Minimum of three LED in each module. ; 28 2 CLEAR/WHITE LED MODULES t ` 20.0000 EA 299.0000 � MOUNTED ON EITHER SIDE OF REAR I _" ;l license plate on a license plate bracket for 2 headligMfs. ack Bezel with clear lenses. Shock and water resistant. Leads tagged as such that terminate in center cc solef§area's LEDs meet SAE J845,Class 1 specifications. Minimum of 3 LED in each module. WI i 29 100 WATT SIREN SPEAKER , , d i 20.0000 EA 359.0000 INSTALLED BEHIND FRONT GRILL fi with vehicle specific mounting bracket. Leads t; c em ass:ch that terminate'in or near the passenger • compartment. lqi lei 0 t E•#; I EEE a �j , !).:yK f, �t. i 30 SETINA PB 400 PUSH BUMPER r. i; „II f 1 l: 20.0000 EA 659.0000 INSTALLED ON FRONTQFVEHICLE A,r i 1 till 4.A. t ! `� I4` 20 0000 EA 139.0000 31 ROOF MOUNTED AfeJ Ft :r-'- - -� r„ i' .tv 'r'i, wi,.y ,'�-iaa >f i �}.t � t ic.�.rat e r� LOCATED 10"FOf3., ARD FR O NI REAR "' s�. t t}" 4, t " °�1( i•I , ., �;�h-�' ` (G 111. t .l � t�s mt '� t"� Y s �,�t 3 4 a t �1I�� of cab by 12 lef i!to,resoolicenter,li iMQ mo n? Ki)v i'abie ar toareaf saaLtif aret , ��`k 31 , a i#t�t 4 �1:rt4. ae be i_ - f . < f, q z61!'v 1 L� y �%�0, U & .. 3L.E f r s. t Ek 249.0000 32 ROOD t N, } E� <E w-,�xa, � ' ` � ; 5 a� CENTS '',O R e • L i ' .�L�i13 sii�,� 4 r t z �% -� , _ from rear of cab. Cables ran into center console'area. Make: Antennaplus Model:AP85/18GPS-QS22 Tri-Mode Cellular/PSC/GPS Black Antenna.824-896 MHz, 1885-1990 MHz, 1575 MHz. Connectors SMA on Cell/PCS&SMA on GPS. Foam Pad&Threaded Bolt. Website: www.antennaplus.com • II ii&In BUYER INITIALS R43500INISCRIOt 100423 BUYER INITIALS 0 R43500,1.41SCR01 100423 = i f,I t Phone: 402-323.�-4013 ,f� f'iii r l4. 01 .. 1 � t, p rpU , Fax: 402-458-9$��h-�,��y � (' '�� S�` •-ratf .¢�'1;nG''1?k1i: �i��t�,y-fl .,.in ht ' �'�: T�. 7 .�; ' �"- `'�Y1'� E-Mail:bobb c a• e sonauto ro `. c9 ,1 : t��fi f i* 44. (110811 sz) Estimated Unit of Unit Line Description Quantity Measure Price 1 3/4 TON DIESEL CREW CAB PICKUP 20.0000 EA 33,528.0000 FORD F250 XLT 2012 or Current Production Year 3/4 Ton Diesel Crew Cab 4x4 4 Door Pickup Truck GVWR: 10,000 lb Series, Code,Trim Level: Crew, 603A,XLT Engine: 6.7L Diesel The original manufacturer's statement of origin,a service authorization card,and a properly executed service and Mtn vv\ • BUYER INITIALS C R43500IHISCR101 103423 EIDEB Listings should be directed to the Human Relations Department at402444 5055. • (Please Print Legibly or Type) Firm'/1/I4Z PIn4 a !_L e . Inoorpom in Name POLei .642V/EYY' gnature Title e".Ai/OWrtA_ Phone IUZ— 7 I -kreS Fax 2' 7.1 f- 5O2 2 Address ( WS 'tic di r/ao CAC, ��2 tit Ale 68/I 7 • .StreellP.O.Box .I,. City State zip • GT E-Mail Address ;y--, yr0 f,,�/h�e fez r1,fie- _ r lido - C04/1/4 . frequently than quarterly or,less frequently than annually.Annual reports shall be due 90 calendar days after the grant year:quarterly or semi- • http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 financial results of each federally-sponsored project or program in accordance with the reporting requirements set forth in Section .52.If a Federal awarding agency requires reporting on an accrual basis from a recipient that maintains its records on other than an accrual basis, the recipient shall not be required to establish an accrual accounting system.These recipients may develop such accrual data for its reports on the basis of an analysis of the documentation on hand. http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 • • • • • • STANDARD CONDITIONS AND TERMS OF BID SOLICITATION AND OFFER Invitations to Bid and Contract Awards It is the responsibility of the bidder to check the website for all information relevant to this solicitation to include addenda and/or - amendments issued prior to the opening date. Website address: http://www.das.state.ne.us/materiel(purchasing/purchashtg.htm SCOPE-These standard conditions and terms of bid solicitation and acceptance apply in like force to this inquiry and to any subsequent contract resulting therefrom. PRICES-Prices quoted shall be net, including transportation and delivery charges fully prepaid by the bidder, F.O.B.destination named in the Invitation to Bid. No additional charges will be allowed for packing,packages or partial delivery costs.When an arithmetic error has been made in the extended total,the unit price will govern. EXECUTION-Bids must be signed in ink by the bidder on the State of Nebraska's Invitation to Bid form.All bids must be typewritten or in ink on the State of Nebraska's Invitation to Bid form.Erasures and alterations must be initialed by the bidder in ink.No telephone or voice bids will be accepted.Failure to comply with these provisions may result in the rejection of the bid. FACSIMILE DOCUMENTS-The State Purchasing Bureau will only accept facsimile responses to Invitations to Bid on bids under$25,000 and up to ten(10)pages. facsimile pages are acceptable. No direct facsimile solicitation responses will be accepted for a commodity contract. However,two party sealed bids containing facs p g p P VALID BID TIME-Bids shall be firm for a minimum of sixty(60)calendar days after the opening date,unless otherwise stipulated by either party in the Invitation to Bid. DISCOUNTS-Prices quoted shall be inclusive of ALL trade discounts.Cash discount terms of less than thirty(30)days will not be considered as part of the bid.Cash discount periods will be computed from the date of receipt of a properly executed claim voucher or the date of completion of delivery of all items in a satisfactory condition, whichever is later. PAYMENT-Payment will be made by the responsible agency in conjunction with the State of Nebraska Prompt Payment Act 81-2401 through 2408.The State may request that payment be made electronically instead of by state warrant. COLLUSIVE BIDDING-The bidder guarantees that the prices quoted have been arrived at without collusion with other eligible bidders and without effort to preclude the State of Nebraska from obtaining the lowest possible competitive price. LUMP SUM OR ALL OR NONE BIDS-The State reserves the right to purchase item-by-item,by groups or as a total when the State may benefit by so doing.Bidders may submit a bid on an"all or none"or"lump sum"basis but should also submit a bid on an item-by-item basis.The term"all or none"means a conditional bid which requires the purchase of all items on which bids are offered and bidder declines to accept award on individual items;a"lump sum"bid is one in which the bidder offers a lower price than the sum of the individual bids if all items are purchased but agrees to;deliver individual items at the prices quoted. SPECIFICATIONS-Any manufacturer's names, trade names, brand names, information and/or catalog numbers listed in a specification are for reference and not Intended to limit competition,but will be used as the standard by which equivalentAteriai offered will be judged.The State Purchasing Director will be the sole judge of equivalency.The bidder may offer any brand which meets or exceeds the specifiOj on{When a specific product is required,the Invitation to Bid will so state.Any item bid is to be the latest current model under standard production at the time of order.NOk.,j:$eps''pp refurbished equipment will be accepted,unless otherwise stated. ALTERNATE/EQUIVALENT BIDS-Bidder may offer bids which are at variance troj ,the;express specifications of the Invitation to Bid.The State reserves the right to consider and accept such bids if,in the judgement of the State Purchasing Dir„d or{the;bid will result in goods and/or services equivalent to or better than those which would be supplied in the original bid specifications. Bidders must indicate on t. 'lnt/rtation to Bid the manufacturer's name, number and shall submit with their bid, sketches,descriptive literature and/or complete specifications. Reference to lit6i0grAl.kubmitted with a previous bid will riot satisfy this provision. Bids which do not comply with these requirements are subject to rejection.In the absence of any.'statedd$v(atio'n;or exception,the bid will be accepted as in strict compliance with all terms, conditions and specifications,and the bidder shall be held liable therefore. th_?"{t"�'<:: SAMPLES-When requested,samples shall be furnished at the bidders expensep it r to{theopening of the bid,unless otherwise specified.Each sample must be labeled clearly and Identify the bidders name,the Invitation to Bid number and the:i ein;rjinjberl Samples submitted must be representative of the commodities or equipment which would be delivered if awarded the bid.The State of Nebraska reserves; �n lit to::request samples even though this may not have been set forth in the Invitation to ...�:it :f - t Bid.Samples not destroyed in testing will be returned at bidders expense,ifre ues ed:or,;ill b'e.donated to a public institution. RECYCLING-Preference will be given to items which are manufactured or pr duCed fir ,recycled material or which can be readily reused or recycled after their normal it.4t 'f4 i :p use as per State Statute Section 81-15,159. I.€a tij,g+l;i!.i • LATE BiDS-All bids will be time and date stamped upon receipt by the State 4Ur`hasin Bureau,and this shall be the official time and date of receipt.Bids received after the time of the bid opening will be considered late bids and will be returned_ the�dderfy nopened.The State Purchasing Bureau is not responsible for late bids or lost requests due to mail service inadequacies,traffic or other similar reasons.I ' ll l` E,A BID OPENING-Openings shall be public on the date and time specified on'the;lnvitation:to.Bid form.It is the bidder's responsibility to assure the bid is delivered at the designated date,time and place of the bid opening:Telephone bids are not`•acceplab^e.'Alma,maylnot be altered after opening of the bids. NO BID-If not submitting a bid,respond by returning-the'lnvitatpn to B,d�fofm`explaining the rpeas4n in;the space provided.Failure to respond to an Invitation to Bid may • be cause for the removal of the bidder's name from the mailmg�list NOTE To qualify as a respon ent .bidder must subrpit,e NO BID"and it must be received no later than the stated bid opening date and time 1 I ' ' �' k`fi ,5 QS E m i aq P 9 .f ( .S } r , r�rrg i �A J , t{` (qv--ralf��dr AWARD-All purchases, leases ors contracts whlchaare base'oaf bompe i e bids.Wnti bee yarded tolteowest,resp nsrlJ a bidder]determined according to the provisions of State Statute Seddon 81 1614 R R S 1943 The Statektel.4 e'the<ght to relecto or ail bids, x�oily'o fir peft� ndiIo waive any deviations or errors that are not material,do not Invalidate�the fegihmacyo the{',(.d and o{iottrrtp oye the b ddejs otiip }rtiv��'po chop All awards Wild be madern,a manner deemed in the best h }�' ,{7i k'.# i '4 6`i sfG N r 7 3rt.51t 4'{{ 3 r, {,F �}fit;i .iti interest of the State. rrs:t 2: 4f�ixh`li Th t{" gs,,.7 5 .-T ,,� ur , m i w rt i , 1 a ,. § c^.'�a, kx__ ' twil .... .a .iuiipo i. ritte' ues ,}eE..i� .,.... BID TABULATIONS-Tabulations:will,be.furhisl ed upon Ain teriTequet;41;Sefit-eddresseO stamped'en'elope which must include the agency and solicitation number will not beprovided by telephone or facsimile.Bid files may be examined during normal working hours by appointment. Bid tabulations must be enclosed.Bid tabulations p are available on the website at: htto:/lwww.das.state.ne.us/materieVaurchasinglbidtabs.htm PERFORMANCE AND DEFAULT-The State reserves the right to require a performance bond from the successful bidder,as provided by law,without expense to the State. Otherwise, in case of default of the contractor,the State may procure the articles from other sources and hold the contractor responsible for any excess cost occasioned thereby. IN-STATE PREFERENCE-A resident bidder shall be allowed a preference against a nonresident from a state which gives or requires a preference to bidders from that state.The preference shall be equal to the preference given or required by the state of the nonresident bidders.Where the lowest responsible bid from a resident bidder is equal in all respects to one from a nonresident bidder from a state which has no preference law,the resident bidder shall be awarded the contract. NONDISCRIMINATION-The Nebraska Fair Employment Practice Act prohibits contractors of the State of Nebraska,and their subcontractors,from discriminating against any employee or applicant for employment, to be employed In the performance of such contracts, with respect to hire, tenure,terms, conditions or privileges of employment because of race,color,religion,sex,disability,or national origin.(State Statute Sections 48-1101 through 48-1125)The bidder guarantees compliance with the Nebraska Fair Employment Practice Act,and breach of this provision shall be regarded as a material breach of contract.The contractor shall insert a similar provision in all subcontracts for services to be covered by any contract resulting from this Invitation to Bid. TAXES-Purchases made by the State of Nebraska are exempt from the payment of Federal Excise Taxes,and exemption certificates will be furnished on request.State and local taxes are exempt by State Statute Section 77-2704(I)(m)R.R.S.1943 and must not be included in the bid prices.Exemption by statute precludes the furnishing of State exemption certificates. DRUG POLICY-Bidder certifies that it maintains a drug free work place environment to ensure worker safety and workplace integrity. Contractor agrees to provide a copy of its drug free workplace policy at any time upon request by the State. GRIEVANCE AND PROTEST-Grievance and protest procedure is available by contacting the buyer.Protest must be filed within ten(10)days of award. NE ACCESS TECHNOLOGY STANDARDS-Vendor agrees to ensure compliance with Nebraska Access Technology Standards. See website at: http:/www.nitc.state.ne.us/standards/accessibility/ Revised: 02/2004 Page 6 of 6 2012 or Current Production Year • 3/4 Ton, Diesel,Crew Cab 4x4 4 Door Pickup Truck WARNING! DO NOT BID BASE TRUCK ON THIS SHEET!! •OPTIONS BID LIST The options shall meet or exceed the following requirements that are exceptions to specification and must be FACTORY INSTALLED. Quotes must be furnished if available for items listed below, if not included as standard equipment or required in main part of this specification. KEY- If no price is indicated in Unit Price choose from the following: N/C=No Charge STD =Standard in Base Price N/A=Not Available from Dealer/Mfg. , N/APP= Not Applicable to Spec/Option • On-Line-N/C, no additional charge On-Line-Charge, indicate price Alternate Engine Sizes: Unit Price Engine (other gas). '1 8 -76 iii $ a ts 3 tf 9 �s r is Engine(other gas). E ,l."" i ' Y -iy 1iIftr lvl , ks 4 b ;,t i NY -s,i a-: `r ,k ` x: ,, -, r ,-. r. . S f,Y' ,-.., ,', ,-' -t I "4r � �r _ 'V Engine (other diesel), including block heater,factory or dealer -at; Yt $ /J A- installed. ,I . _ 4� i � .-- 1 i �� t S T }7Y ` t� tir•1{� �� t {'���a�w't.i)� ��/S �l � r r e S1� t 4f ? et"ti1a, ` 1: r z _ . r A _ 't ; 1 7r I i 04 : ' r.44A; 5 CtiY 44: 3at t w s rY� l e r ''t v h—t. <a_y`��, s z. «.. r a'<x' j S r �,t ', 3 ,�1 11 ) i 4:tt� •r•AX7t40,4401*Al �i�c 1.,�. • r !'` i .. t ,t � R ) l i i 1 K i 1.r.( l t. ti a rT a i -4:*;t Al 4 s 1. q _, 6 Automatic to Manual Four-Speed Transmission (deduct). . ( $ s ®40-20-40 or 60-40 Bench Seat W/lumbar support w/vin ! deduct . IBM P`°'' • 8 Bucket type seats-Cloth w/vinyl trim. $ I (0 8' �_. 9 Rear seat(deduct). ( $ itiA `- `, 41 Two electric remote controlled outside mirrors, swing away type, 6"X :'�`,s 10 ( $ JPf : ;t, 9" deduct . =`N- `=�,. mCamper type, extended arm, min. 7"X 10"(deduct). Mr AL: 14 ®Right and left telescopic mirrors, minimum 6"X 8". $ /(Q 5•,• -___ ®Second Power Outlet. �'at wit!! --=�u" 14 Cargo light. IIMMtea. ®Keyless remote entry locking system (if not standard). ;, ($ rY'1 `y4t�r 16 Deduct for no remote FOB. ` '�`` '" '' IIStandard Paint-Attach List and Identify as No Additional Cost Paints. $ 5.Q,Q 44-., 3760 OF 2012 3/4 Ton Diesel Crew Cab 4x4 4 Door Pickup Truck 1 of 4 z �% -� , _ from rear of cab. Cables ran into center console'area. Make: Antennaplus Model:AP85/18GPS-QS22 Tri-Mode Cellular/PSC/GPS Black Antenna.824-896 MHz, 1885-1990 MHz, 1575 MHz. Connectors SMA on Cell/PCS&SMA on GPS. Foam Pad&Threaded Bolt. Website: www.antennaplus.com • II ii&In BUYER INITIALS R43500INISCRIOt 100423 BUYER INITIALS 0 R43500,1.41SCR01 100423 = i f,I t Phone: 402-323.�-4013 ,f� f'iii r l4. 01 .. 1 � t, p rpU , Fax: 402-458-9$��h-�,��y � (' '�� S�` •-ratf .¢�'1;nG''1?k1i: �i��t�,y-fl .,.in ht ' �'�: T�. 7 .�; ' �"- `'�Y1'� E-Mail:bobb c a• e sonauto ro `. c9 ,1 : t��fi f i* 44. (110811 sz) Estimated Unit of Unit Line Description Quantity Measure Price 1 3/4 TON DIESEL CREW CAB PICKUP 20.0000 EA 33,528.0000 FORD F250 XLT 2012 or Current Production Year 3/4 Ton Diesel Crew Cab 4x4 4 Door Pickup Truck GVWR: 10,000 lb Series, Code,Trim Level: Crew, 603A,XLT Engine: 6.7L Diesel The original manufacturer's statement of origin,a service authorization card,and a properly executed service and Mtn vv\ • BUYER INITIALS C R43500IHISCR101 103423 EIDEB Listings should be directed to the Human Relations Department at402444 5055. • (Please Print Legibly or Type) Firm'/1/I4Z PIn4 a !_L e . Inoorpom in Name POLei .642V/EYY' gnature Title e".Ai/OWrtA_ Phone IUZ— 7 I -kreS Fax 2' 7.1 f- 5O2 2 Address ( WS 'tic di r/ao CAC, ��2 tit Ale 68/I 7 • .StreellP.O.Box .I,. City State zip • GT E-Mail Address ;y--, yr0 f,,�/h�e fez r1,fie- _ r lido - C04/1/4 . frequently than quarterly or,less frequently than annually.Annual reports shall be due 90 calendar days after the grant year:quarterly or semi- • http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 financial results of each federally-sponsored project or program in accordance with the reporting requirements set forth in Section .52.If a Federal awarding agency requires reporting on an accrual basis from a recipient that maintains its records on other than an accrual basis, the recipient shall not be required to establish an accrual accounting system.These recipients may develop such accrual data for its reports on the basis of an analysis of the documentation on hand. http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 • 2012 or Current Production Year 3/4 Ton, Diesel,Crew Cab 4x4 4 Door Pickup Truck WARNING! DO NOT BID BASE TRUCK ON THIS SHEET!! 18 For Department of Roads Use: Yellow color of: Dodge#PY5269, Ford $ A f- C.#84S53, Chevrolet/GMC#WA-253A code (9W3). f l� 19 Extra Cost Paint-Attach List and Identify as Extra Cost Paints. $ A/ a F 20 Two wheel drive model (to include all season tires)(deduct). ( $ a l aJ ) Increased pickup box length of approximately 8 feet with $ cis-corresponding wheelbase. 21 Ya 31T i i: n � ` Y � a :;34*!4 `N /t _,r � 2§ , i .za4,+ k fkswvia ;is : g1 ^:ii;i .l? R F- U�1 , ,, � •4 { Snow plow attachment of pickup manufacturer's (Western, Boss and L/' e 0 5 22 Meyer brands with power angling, 8-foot bolt on blade, plow head and $ turn lights, snow deflector, blade markers). g o 5 5 , 23 No sliding rear-vision window(deduct). ( $ /99 ) ,x Chassis with eight foot Utility Body for single wheel. See attachment. $ (.,Q 3 9S 24 f J:4 K f x�sg0,0, .-1 -- t L ' Yl l 742 25 Color of Utility Body to match manufacturer color charts. $ A* .;- 26 No lid on Utility Body (deduct). ( $ 5" 7 9 ) ` Deduction for minimum 7,200 pound GVWR for basic unit with 27 LT225/75R16D tires, rear springs of minimum 4,500 pounds,60-amp ( $ /✓/A ) alternator, 500 CCA battery and minimum 4.3L gasoline engine. 28 Electronic compass/temperature display system. (deduct) ($ PM )1 29 Dealer or Factory installed rearview camera. $ (2 ct S 30 Dealer or Factory installed tailgate step. $ 3"7 5 31 Dealer of Factory installed dual alternators. 3%0 32 Equipment&engine service repair manual. $ . 5 nine service repair manual on CD ROM. $ IJ/A 33 Equipment&engine p ._k 34 Equipment&engine parts manual. $ d 35 Equipment& engine parts on CD ROM. $ 4/4 _z Additional costs for warranties from manufacturer. (Q(Q o 36 -1, x ,c.f x1r r , T 55 n i� � i; _ a + E� A r 3 +4- Additional3 50 costs of charges for vehicle drop shipment outside the .{ ,. 37 Lincoln area. Drop shipment charges would be for vehicles bought by $ political entities and other Divisions of Government. .moo_onnahq-It 11 3760 OF 2012 3/4 Ton Diesel Crew Cab 4x4 4 Door Pickup Truck 2 of 4. OB. ` '�`` '" '' IIStandard Paint-Attach List and Identify as No Additional Cost Paints. $ 5.Q,Q 44-., 3760 OF 2012 3/4 Ton Diesel Crew Cab 4x4 4 Door Pickup Truck 1 of 4 z �% -� , _ from rear of cab. Cables ran into center console'area. Make: Antennaplus Model:AP85/18GPS-QS22 Tri-Mode Cellular/PSC/GPS Black Antenna.824-896 MHz, 1885-1990 MHz, 1575 MHz. Connectors SMA on Cell/PCS&SMA on GPS. Foam Pad&Threaded Bolt. Website: www.antennaplus.com • II ii&In BUYER INITIALS R43500INISCRIOt 100423 BUYER INITIALS 0 R43500,1.41SCR01 100423 = i f,I t Phone: 402-323.�-4013 ,f� f'iii r l4. 01 .. 1 � t, p rpU , Fax: 402-458-9$��h-�,��y � (' '�� S�` •-ratf .¢�'1;nG''1?k1i: �i��t�,y-fl .,.in ht ' �'�: T�. 7 .�; ' �"- `'�Y1'� E-Mail:bobb c a• e sonauto ro `. c9 ,1 : t��fi f i* 44. (110811 sz) Estimated Unit of Unit Line Description Quantity Measure Price 1 3/4 TON DIESEL CREW CAB PICKUP 20.0000 EA 33,528.0000 FORD F250 XLT 2012 or Current Production Year 3/4 Ton Diesel Crew Cab 4x4 4 Door Pickup Truck GVWR: 10,000 lb Series, Code,Trim Level: Crew, 603A,XLT Engine: 6.7L Diesel The original manufacturer's statement of origin,a service authorization card,and a properly executed service and Mtn vv\ • BUYER INITIALS C R43500IHISCR101 103423 EIDEB Listings should be directed to the Human Relations Department at402444 5055. • (Please Print Legibly or Type) Firm'/1/I4Z PIn4 a !_L e . Inoorpom in Name POLei .642V/EYY' gnature Title e".Ai/OWrtA_ Phone IUZ— 7 I -kreS Fax 2' 7.1 f- 5O2 2 Address ( WS 'tic di r/ao CAC, ��2 tit Ale 68/I 7 • .StreellP.O.Box .I,. City State zip • GT E-Mail Address ;y--, yr0 f,,�/h�e fez r1,fie- _ r lido - C04/1/4 . frequently than quarterly or,less frequently than annually.Annual reports shall be due 90 calendar days after the grant year:quarterly or semi- • http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 financial results of each federally-sponsored project or program in accordance with the reporting requirements set forth in Section .52.If a Federal awarding agency requires reporting on an accrual basis from a recipient that maintains its records on other than an accrual basis, the recipient shall not be required to establish an accrual accounting system.These recipients may develop such accrual data for its reports on the basis of an analysis of the documentation on hand. http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 2012 or Current Production Year 3/4 Ton, Diesel, Crew Cab 4x4 4 Door Pickup Truck WARNING! DO NOT BID BASE TRUCK ON THIS SHEET!! LAW ENFORCEMENT ONLY Factory or dealer disconnect of daylight running lights if factory $ q5-38 equipped (Law enforcement only). 39 Disconnect of factory dome light or courtesy lamps. $ GI 5 Dome Light or Courtesy Lamp: To be centered not more than $ approximately 4"to 8"from the top of the windshield to light the 40 drivers area. Controlled by rotating headlamp switch to maximum position or by a separate switch.This may require adding an / additional light. Dealer installation is acceptable if not available from the factory. a Auxiliary Battery(Largest avalible battery)with Dual Battery Separater $ 41 for accessory equipment. Installation also to include battery tray and a bracket hea du fuse, 1 •au•e or lar•er cable ' fP ,/CiU - 7 _ X '..` ,XIS ,vi i Y Ni 9iw.,. .)y Ma.9,- . . , .4f. , ?ti'1-6.-A :e 3fli ,, t tqt �. te,,10 F_ i j Alternator with Highest Output available. $ Qs 43 Reverse sensing alarm system. Dealer installation is acceptable if not $ available from the manufacturer. Alternating headlight flasher wig-wag module with flasher override for $ 44 optional override at night installed with activation lead tagged as such q 'i and terminating in or near the passenger compartment. 1 Two (2) Clear/White LED Modules. Vertical mounted at a 45 degree $ angle to front of vehicle on push bumper. Black Bezel with clear 45 lenses. Shock and water resistant. Leads tagged as such that terminate in center console area. LED's meet SAE J845, Class 1 a specifications. Minimum of three (3) LED in each module. Two(2) Clear/White LED Modules. Mounted on either side of rear license plate on a license plate bracket for Two(2) lightheads. Black 46 Bezel with clear lenses. Shock and water resistant. Leads tagged as 1such that terminate in center console area. LED's meet SAE J845, 9 . Class 1 specifications. Minimum of three (3) LED in each module. 100 WATT siren speaker installed behind front grill with vehicle $ 47 specific mounting bracket. Leads tagged as such that terminate in or 5 1 near the passenger compartment. 48 Pro-Gard X Push bumper with installation on front of vehicle. $ N,Q 49 Setina PB 400 Push Bumper with installation on front of vehicle. $ LA —c `r Roof mounted antenna. Located ten (10) inches forward from the rear $ 50 of cab by twelve (12) inches left from roof center line. NMO mount 1 ? 9 with RG58 cable ran into rear seating area. 3760 OF 2012 3/4 Ton Diesel Crew Cab 4x4 4 Door Pickup Truck 3 of 4 $ 5.Q,Q 44-., 3760 OF 2012 3/4 Ton Diesel Crew Cab 4x4 4 Door Pickup Truck 1 of 4 z �% -� , _ from rear of cab. Cables ran into center console'area. Make: Antennaplus Model:AP85/18GPS-QS22 Tri-Mode Cellular/PSC/GPS Black Antenna.824-896 MHz, 1885-1990 MHz, 1575 MHz. Connectors SMA on Cell/PCS&SMA on GPS. Foam Pad&Threaded Bolt. Website: www.antennaplus.com • II ii&In BUYER INITIALS R43500INISCRIOt 100423 BUYER INITIALS 0 R43500,1.41SCR01 100423 = i f,I t Phone: 402-323.�-4013 ,f� f'iii r l4. 01 .. 1 � t, p rpU , Fax: 402-458-9$��h-�,��y � (' '�� S�` •-ratf .¢�'1;nG''1?k1i: �i��t�,y-fl .,.in ht ' �'�: T�. 7 .�; ' �"- `'�Y1'� E-Mail:bobb c a• e sonauto ro `. c9 ,1 : t��fi f i* 44. (110811 sz) Estimated Unit of Unit Line Description Quantity Measure Price 1 3/4 TON DIESEL CREW CAB PICKUP 20.0000 EA 33,528.0000 FORD F250 XLT 2012 or Current Production Year 3/4 Ton Diesel Crew Cab 4x4 4 Door Pickup Truck GVWR: 10,000 lb Series, Code,Trim Level: Crew, 603A,XLT Engine: 6.7L Diesel The original manufacturer's statement of origin,a service authorization card,and a properly executed service and Mtn vv\ • BUYER INITIALS C R43500IHISCR101 103423 EIDEB Listings should be directed to the Human Relations Department at402444 5055. • (Please Print Legibly or Type) Firm'/1/I4Z PIn4 a !_L e . Inoorpom in Name POLei .642V/EYY' gnature Title e".Ai/OWrtA_ Phone IUZ— 7 I -kreS Fax 2' 7.1 f- 5O2 2 Address ( WS 'tic di r/ao CAC, ��2 tit Ale 68/I 7 • .StreellP.O.Box .I,. City State zip • GT E-Mail Address ;y--, yr0 f,,�/h�e fez r1,fie- _ r lido - C04/1/4 . frequently than quarterly or,less frequently than annually.Annual reports shall be due 90 calendar days after the grant year:quarterly or semi- • http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 financial results of each federally-sponsored project or program in accordance with the reporting requirements set forth in Section .52.If a Federal awarding agency requires reporting on an accrual basis from a recipient that maintains its records on other than an accrual basis, the recipient shall not be required to establish an accrual accounting system.These recipients may develop such accrual data for its reports on the basis of an analysis of the documentation on hand. http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 • 2012 or Current Production Year 3/4 Ton, Diesel,Crew Cab 4x4 4 Door Pickup Truck WARNING! DO NOT BID BASE TRUCK ON THIS SHEET!! Roof mounted blue tree antenna. Centered on roof ten(10)inches ; a r forward from the rear of cab. Cables ran into center console area. 1 Make: Antennaplus. Model:AP85/18GPS-QS22. Tri-Mode 51 Cellular/PCS/GPS Black Antenna. 824-896 MHz, 1885-1990 MHz. 1575 MHz. Connectors SMA on Cell/PCS&SMA on GPS. Foam Pad J� )1}I� 34^; &Threaded Bolt. Web site www.antennaplus.com i >t • tr x y s: ALL EXCEPTIONS TO OPTIONS MUST BE CLEARLY INDICATED. (Example: Units ordered with airbags may not be available with a tilt wheel and automatic speed control). • 3760 OF 2012 3/4 Ton Diesel Crew Cab 4x4 4 Door Pickup Truck 4 of 4 RESOLUTION—ORDINANCE BACKGROUND To: Department Directors From: Deputy Chief M. Elizabeth Davis Police Services Bureau Date: August 8, 2012 1. Chief Baker rez 4. Human Rights &Relations 2. Law Department g 5. Mayor's Office 3. Finance Department L ' Please sign attached resolution and forward to the next Department for signature using this check sheet as a guide. Please call Daneen at x6158 after signature and when forwarding. Thank you. Subject: Resolution authorizing the payment to Anderson Ford Lincoln Mercury Mazda in the amount of $30,459.00. Initiated by: Connie Percosky Reason: For one Ford F250 XLT, 3/a ton Diesel Crew Cab Pickup for the OPD Bomb Dog Squad Contact Person: Captain Adam Kyle x5633, Sgt. Matt Manhart x3342, Connie Percosky x5615 Funding: General Seized Assets Fund($26,784.00 to be reimbursed by OAA) Reviewed by Law: Assistant City Attorney, Michelle Peters Ni 9iw.,. .)y Ma.9,- . . , .4f. , ?ti'1-6.-A :e 3fli ,, t tqt �. te,,10 F_ i j Alternator with Highest Output available. $ Qs 43 Reverse sensing alarm system. Dealer installation is acceptable if not $ available from the manufacturer. Alternating headlight flasher wig-wag module with flasher override for $ 44 optional override at night installed with activation lead tagged as such q 'i and terminating in or near the passenger compartment. 1 Two (2) Clear/White LED Modules. Vertical mounted at a 45 degree $ angle to front of vehicle on push bumper. Black Bezel with clear 45 lenses. Shock and water resistant. Leads tagged as such that terminate in center console area. LED's meet SAE J845, Class 1 a specifications. Minimum of three (3) LED in each module. Two(2) Clear/White LED Modules. Mounted on either side of rear license plate on a license plate bracket for Two(2) lightheads. Black 46 Bezel with clear lenses. Shock and water resistant. Leads tagged as 1such that terminate in center console area. LED's meet SAE J845, 9 . Class 1 specifications. Minimum of three (3) LED in each module. 100 WATT siren speaker installed behind front grill with vehicle $ 47 specific mounting bracket. Leads tagged as such that terminate in or 5 1 near the passenger compartment. 48 Pro-Gard X Push bumper with installation on front of vehicle. $ N,Q 49 Setina PB 400 Push Bumper with installation on front of vehicle. $ LA —c `r Roof mounted antenna. Located ten (10) inches forward from the rear $ 50 of cab by twelve (12) inches left from roof center line. NMO mount 1 ? 9 with RG58 cable ran into rear seating area. 3760 OF 2012 3/4 Ton Diesel Crew Cab 4x4 4 Door Pickup Truck 3 of 4 $ 5.Q,Q 44-., 3760 OF 2012 3/4 Ton Diesel Crew Cab 4x4 4 Door Pickup Truck 1 of 4 z �% -� , _ from rear of cab. Cables ran into center console'area. Make: Antennaplus Model:AP85/18GPS-QS22 Tri-Mode Cellular/PSC/GPS Black Antenna.824-896 MHz, 1885-1990 MHz, 1575 MHz. Connectors SMA on Cell/PCS&SMA on GPS. Foam Pad&Threaded Bolt. Website: www.antennaplus.com • II ii&In BUYER INITIALS R43500INISCRIOt 100423 BUYER INITIALS 0 R43500,1.41SCR01 100423 = i f,I t Phone: 402-323.�-4013 ,f� f'iii r l4. 01 .. 1 � t, p rpU , Fax: 402-458-9$��h-�,��y � (' '�� S�` •-ratf .¢�'1;nG''1?k1i: �i��t�,y-fl .,.in ht ' �'�: T�. 7 .�; ' �"- `'�Y1'� E-Mail:bobb c a• e sonauto ro `. c9 ,1 : t��fi f i* 44. (110811 sz) Estimated Unit of Unit Line Description Quantity Measure Price 1 3/4 TON DIESEL CREW CAB PICKUP 20.0000 EA 33,528.0000 FORD F250 XLT 2012 or Current Production Year 3/4 Ton Diesel Crew Cab 4x4 4 Door Pickup Truck GVWR: 10,000 lb Series, Code,Trim Level: Crew, 603A,XLT Engine: 6.7L Diesel The original manufacturer's statement of origin,a service authorization card,and a properly executed service and Mtn vv\ • BUYER INITIALS C R43500IHISCR101 103423 EIDEB Listings should be directed to the Human Relations Department at402444 5055. • (Please Print Legibly or Type) Firm'/1/I4Z PIn4 a !_L e . Inoorpom in Name POLei .642V/EYY' gnature Title e".Ai/OWrtA_ Phone IUZ— 7 I -kreS Fax 2' 7.1 f- 5O2 2 Address ( WS 'tic di r/ao CAC, ��2 tit Ale 68/I 7 • .StreellP.O.Box .I,. City State zip • GT E-Mail Address ;y--, yr0 f,,�/h�e fez r1,fie- _ r lido - C04/1/4 . frequently than quarterly or,less frequently than annually.Annual reports shall be due 90 calendar days after the grant year:quarterly or semi- • http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 financial results of each federally-sponsored project or program in accordance with the reporting requirements set forth in Section .52.If a Federal awarding agency requires reporting on an accrual basis from a recipient that maintains its records on other than an accrual basis, the recipient shall not be required to establish an accrual accounting system.These recipients may develop such accrual data for its reports on the basis of an analysis of the documentation on hand. http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 c-ZSA CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: co WHEREAS, Anderson Ford Lincoln Mercury Mazda submitted a quote_ for one"Ford F250 XLT, %ton Crew Cab Pickup for the Omaha Police Department Bomb Dog Squad;and, WHEREAS, Anderson Ford Lincoln Mercury Mazda submitted a quote of $30,459.00, being Nebraska State Contract pricing made in a public bidding pursuant to law; and, WHEREAS, the Omaha Police Department has added one officer and canine to the Explosives Detection Canine Team. As with the first three teams, the Airport Authority has committed to providing funds for a canine vehicle; and, WHEREAS, the Omaha Police Department desires to purchase one Ford F250 XLT from the General Seized Assets Account. The Omaha Airport Authority will reimburse the City of Omaha/General Seized Assets account in the amount of $26,784.00 for the purchase of this vehicle. WHEREAS, the Mayor has recommended the authorization of this purchase. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT as recommended by the Mayor, the purchase based upon the quote of Anderson Ford Lincoln Mercury Mazda in the amount of $30,459.00, which represents Nebraska State Contract bid pricing, having been determined to be the best available current price, for one Ford F250 XLT, 3 ton Diesel Crew Cab Pickup for the Omaha Police Department Bomb Dog Squad, is hereby approved. BE IT FURTHER RESOLVED; THAT the Finance Department of the City of Omaha is authorized to pay $30,459.00 for the cost of the Ford F250 XLT from Year 2012, General Seized Assets Fund 12156, Organization 130711, Account 47031 Vehicles/Law Enforcement Only. S:\OPD\1256ddr APPROVED AS TO FORM: dteBy ..... CITY ATTORNEY DATE C ilmember Adopted A ..2.1 2-0 City >Cler ,' 02--- Approve iv, , : ... Mayor D's meet SAE J845, 9 . Class 1 specifications. Minimum of three (3) LED in each module. 100 WATT siren speaker installed behind front grill with vehicle $ 47 specific mounting bracket. Leads tagged as such that terminate in or 5 1 near the passenger compartment. 48 Pro-Gard X Push bumper with installation on front of vehicle. $ N,Q 49 Setina PB 400 Push Bumper with installation on front of vehicle. $ LA —c `r Roof mounted antenna. Located ten (10) inches forward from the rear $ 50 of cab by twelve (12) inches left from roof center line. NMO mount 1 ? 9 with RG58 cable ran into rear seating area. 3760 OF 2012 3/4 Ton Diesel Crew Cab 4x4 4 Door Pickup Truck 3 of 4 $ 5.Q,Q 44-., 3760 OF 2012 3/4 Ton Diesel Crew Cab 4x4 4 Door Pickup Truck 1 of 4 z �% -� , _ from rear of cab. Cables ran into center console'area. Make: Antennaplus Model:AP85/18GPS-QS22 Tri-Mode Cellular/PSC/GPS Black Antenna.824-896 MHz, 1885-1990 MHz, 1575 MHz. Connectors SMA on Cell/PCS&SMA on GPS. Foam Pad&Threaded Bolt. Website: www.antennaplus.com • II ii&In BUYER INITIALS R43500INISCRIOt 100423 BUYER INITIALS 0 R43500,1.41SCR01 100423 = i f,I t Phone: 402-323.�-4013 ,f� f'iii r l4. 01 .. 1 � t, p rpU , Fax: 402-458-9$��h-�,��y � (' '�� S�` •-ratf .¢�'1;nG''1?k1i: �i��t�,y-fl .,.in ht ' �'�: T�. 7 .�; ' �"- `'�Y1'� E-Mail:bobb c a• e sonauto ro `. c9 ,1 : t��fi f i* 44. (110811 sz) Estimated Unit of Unit Line Description Quantity Measure Price 1 3/4 TON DIESEL CREW CAB PICKUP 20.0000 EA 33,528.0000 FORD F250 XLT 2012 or Current Production Year 3/4 Ton Diesel Crew Cab 4x4 4 Door Pickup Truck GVWR: 10,000 lb Series, Code,Trim Level: Crew, 603A,XLT Engine: 6.7L Diesel The original manufacturer's statement of origin,a service authorization card,and a properly executed service and Mtn vv\ • BUYER INITIALS C R43500IHISCR101 103423 EIDEB Listings should be directed to the Human Relations Department at402444 5055. • (Please Print Legibly or Type) Firm'/1/I4Z PIn4 a !_L e . Inoorpom in Name POLei .642V/EYY' gnature Title e".Ai/OWrtA_ Phone IUZ— 7 I -kreS Fax 2' 7.1 f- 5O2 2 Address ( WS 'tic di r/ao CAC, ��2 tit Ale 68/I 7 • .StreellP.O.Box .I,. City State zip • GT E-Mail Address ;y--, yr0 f,,�/h�e fez r1,fie- _ r lido - C04/1/4 . frequently than quarterly or,less frequently than annually.Annual reports shall be due 90 calendar days after the grant year:quarterly or semi- • http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 financial results of each federally-sponsored project or program in accordance with the reporting requirements set forth in Section .52.If a Federal awarding agency requires reporting on an accrual basis from a recipient that maintains its records on other than an accrual basis, the recipient shall not be required to establish an accrual accounting system.These recipients may develop such accrual data for its reports on the basis of an analysis of the documentation on hand. http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 http://www.whitehouse.gov/omb/circulars_a110/ 8/24/2012 o o d 0 N 9 o w o'� CD b o0 H 0 v, r. owe 0 5ncn a `C a O c p chi, ti o .. - N,0 W • r CD g �� CD ?; °a. . -, CD CD �. 00 c• ¢ oCk a ch O �• O o o o ,A,.— n E. O A, 0 • n I o n0dus oi jjj .. 0 p O — a° a al,.0 N N. p ,.-. v'"i O A., N UQ °s a O N 0 8 pc ak r ctitL� "� to = sc`• (o DICATED. (Example: Units ordered with airbags may not be available with a tilt wheel and automatic speed control). • 3760 OF 2012 3/4 Ton Diesel Crew Cab 4x4 4 Door Pickup Truck 4 of 4