Loading...
RES 2012-0357 - PO to Husker Auto Group for pickup trucks . , i OMAHA,N•4 '�, 4's RECEIVED Public Works Department TfyO Omaha/Douglas Civic Centex 2 �t'�4i* March 13, 2012 12 -2PM1819 Farnam Street,Suite 601 to ''' -'' Omaha,Nebraska 68183-0601 �ap'� ar¢�ry CITY v (402)444-5220 en FeaR �'� ,.r .� «s Fax(402)4445248 City of Omaha ! � � l� 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 Husker Auto Group on the bid for the purchase of two %ton, extended cab, 4 door, 4x4 pickup trucks in the total amount of$45,732.00 as detailed in the attached inter- office communication to be utilized by the Environmental Quality Control Division. Fleet Management has recommended the award to Husker Auto Group based on a bid supplied to the State of Nebraska per Contract No. 13139 OC. 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 two %2 ton, extended cab, 4 door, 4x4 pickup trucks to be utilized by the Environmental Quality Control Division from the Stormwater Fee Revenue Fund 12128, Stormwater Management Organization 116312, year 2012 funding. The Public Works Department recommends the acceptance of the bid from Husker Auto in the amount of$45,732.00 and requests your consideration and approval of this Resolution. Respectfully submitted, Referred to City Council for Consideration: .�� e._, Z. / -/z ,2 7 (c)-- Rob rt G. Stubbe, .E. Date Mayor's Of ice Date Public Works Director Approved as to Funding: Approved: -��:/�? 4271 , ig,e.„....",.....,-- -,� Pam Spaccarotella Date uman Rights and Relations Date r Finance Director Department 183512scp sting mixing pumps with the Vaughan Chopper pump in high-chrome iron wear materials because this pump has the lowest NPSHr of all proposals (19 feet) and the lowest price because three of the four existing pump bases,motors and belt drives may be used with the new pumps. Minor modifications to the piping at Digester No. 1 would be required to replace the Wemco pump installed there. The Wemco pump impeller is showing the same severe pitting corrosion as on the Vaughan pumps.Vaughan quotes these pumps at$27,732 each,F.O.B.,with expected delivery of 6 weeks after receipt of order. I CVO/MIXING PUMP REPLACEMENT RECOMMENDATIONS 3 COPYRIGHT 2012 BY CH2M HILL,INC.•COMPANY CONFIDENTIAL mixing nozzles. 3. Conclusions Heavy damage to cutter bars and impellers is due to pitting corrosion and erosion from local cavitation action on material which initially wears well,but wears very quickly once the hard surface is penetrated. The pump's tendency to cavitate is approximated by its required net positive suction head (NPSHr). NPSHr is a standard pump performance parameter and is the absolute value of barometric head plus suction head and minus fluid vapor pressure where the pump head capacity falls 3 percent from the maximum head point on the performance curve with adequate suction head at the same flow. Net positive suction I CVO/MIXING PUMP REPLACEMENT RECOMMENDATIONS 2 COPYRIGHT 2012 BY CH2M HILL,INC.•COMPANY CONFIDENTIAL - --_..x G,. . .0 9 ��t; , ll 1 _ _ 1. �i N 28th Ave` ` 1 ; kn �I dti It,� �• l • 1�F�4{j�1��� tk T rCJO LII) i : ' -.,..k t i� . , _„1 l�1 L '1�� 5 . Iig; of . 1:4y ''IL •I' 3f G- . .? 0 1 • Task Fee l SO S0 $0 S0 SO SO S0 I I , TASK l•ACOMONAL SERVICES I Additional Topographic Survey I S0 S0 , ,,.. Additional CCTV I S0 S0 Additional Level MareMe Condition AssnammI S0 S0 Community Enhancements I SO S0 4.1 Heavy Clearing I SO SO Task Naas 0 0 0 0 Task Fee S0 S0 S0 S0 S0 S0 SO I TOTAL I Hag. 1 60 24 32 60 6 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ Preiner, Sue (PWks) From: Andersen, Gordon (PWks) Sent: Tuesday, February 21, 2012 10:23 AM To: Preiner, Sue (PWks) Subject: RE: Mo River 2012 'A Ton Extended Cab 4 Door 4x4 Pickup Truck Fund— 12128, Org.— 116312. Let me know if you have any additional questions. Gordon From: Preiner, Sue (PWks) • Sent: Tuesday, February 21, 2012 9:19 AM To: Andersen, Gordon (PWks) Subject: FW: Mo River 2012 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck What fund and org is this to be paid from? From: McCoy, Marc (VMF) Sent: Friday, February 17, 2012 3:21 PM To: Preiner, Sue (PWks) Cc: Andersen, Gordon (PWks); Hurt, Holly (Prch); Burke, Patrick(Prch); Nissen, Joe (VMF); Faris, Steve (VMF) Subject: Mo River 2012 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck INTEROFFICE MEMORANDUM • TO: SUE PREINER FROM: MARC MCCOY SUBJECT: MO RIVER EXTENDED CAB 4X4 1/2 TON PICKUP DATE: 02/10/2012 CC: GORDON ANDERSEN,HOLLY HURT,PAT BURKE,JOE NISSEN,STEVE FARIS Sue, please generate a Council resolution for the purchase of two (2) %2 Ton Extended Cab 4x4 Pickup Trucks to be utilized by the Public Works Missouri River Waste Water Division. These trucks will be purchased and equipped using the following State Contract. Contract 13139 2012 '/2 Ton Extended Cab 4 Door 4x4 Pickup Truck Quantity Description Price Each Total 2.00 %2 Ton Ext Cab 4 door 4x4 Pickup Truck $22,299.00 $44,598.00 2.00 No Sliding Rear.Window -$109.00 -$218.00 2.00 Limited Slip Differential $399.00 $798.00 2.00 Integrated Brake Controller $277.00 $554.00 TOTAL $45,732.00 i nt of$45,732.00 and requests your consideration and approval of this Resolution. Respectfully submitted, Referred to City Council for Consideration: .�� e._, Z. / -/z ,2 7 (c)-- Rob rt G. Stubbe, .E. Date Mayor's Of ice Date Public Works Director Approved as to Funding: Approved: -��:/�? 4271 , ig,e.„....",.....,-- -,� Pam Spaccarotella Date uman Rights and Relations Date r Finance Director Department 183512scp sting mixing pumps with the Vaughan Chopper pump in high-chrome iron wear materials because this pump has the lowest NPSHr of all proposals (19 feet) and the lowest price because three of the four existing pump bases,motors and belt drives may be used with the new pumps. Minor modifications to the piping at Digester No. 1 would be required to replace the Wemco pump installed there. The Wemco pump impeller is showing the same severe pitting corrosion as on the Vaughan pumps.Vaughan quotes these pumps at$27,732 each,F.O.B.,with expected delivery of 6 weeks after receipt of order. I CVO/MIXING PUMP REPLACEMENT RECOMMENDATIONS 3 COPYRIGHT 2012 BY CH2M HILL,INC.•COMPANY CONFIDENTIAL mixing nozzles. 3. Conclusions Heavy damage to cutter bars and impellers is due to pitting corrosion and erosion from local cavitation action on material which initially wears well,but wears very quickly once the hard surface is penetrated. The pump's tendency to cavitate is approximated by its required net positive suction head (NPSHr). NPSHr is a standard pump performance parameter and is the absolute value of barometric head plus suction head and minus fluid vapor pressure where the pump head capacity falls 3 percent from the maximum head point on the performance curve with adequate suction head at the same flow. Net positive suction I CVO/MIXING PUMP REPLACEMENT RECOMMENDATIONS 2 COPYRIGHT 2012 BY CH2M HILL,INC.•COMPANY CONFIDENTIAL - --_..x G,. . .0 9 ��t; , ll 1 _ _ 1. �i N 28th Ave` ` 1 ; kn �I dti It,� �• l • 1�F�4{j�1��� tk T rCJO LII) i : ' -.,..k t i� . , _„1 l�1 L '1�� 5 . Iig; of . 1:4y ''IL •I' 3f G- . .? 0 1 • Task Fee l SO S0 $0 S0 SO SO S0 I I , TASK l•ACOMONAL SERVICES I Additional Topographic Survey I S0 S0 , ,,.. Additional CCTV I S0 S0 Additional Level MareMe Condition AssnammI S0 S0 Community Enhancements I SO S0 4.1 Heavy Clearing I SO SO Task Naas 0 0 0 0 Task Fee S0 S0 S0 S0 S0 S0 SO I TOTAL I Hag. 1 60 24 32 60 6 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ Gordon Andersen will submit a requisition for the purchase. Attached is the State Contract. The contact person for this bid is: Chuck Ames Husker Auto Group 6833 Telluride Dr. Lincoln,NE 68521-8981 Phone (402)610-0465 Fax (402)479-7658 cames@vtaig.com Thank you, Marc McCoy Equipment Services Manager City of Omaha Fleet Manageent 2606 N. 26th Street Omaha,Nebraska 68111 (402)444-6191 Office 2 O pi N O N • N A� ram' n' (1D 0 N N N n• �( O° U�q �"� • { kt 'i F� t `.•Ht l p� ` 1 N :CD — d ap ~ o � _ �o n (� A' P CD Q" wNO 0 , '� CDD O Q. 0 ca. r'' O ccD n a.cn . a :; CD P CD Nr STATE OF N E B RAS KA CONTRACT AWARD State Purchasing Bureau301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR P.O.Box 94847 PAGE ORDER DATE Lincoln,Nebraska 68509-4847 1 of 7 12/01/11 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 CONNIE HEINRICHS(AS) CONTRACT NUMBER VENDOR NUMBER: 500864 13139 OC VENDOR ADDRESS: HUSKER AUTO GROUP Primary Award 6833 TELLURIDE DR LINCOLN NEBRASKA 68521-8981 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 �:n NO ACTION ON THE PART OF THE VENDOR NEEDS TO BE TAKEN AT THIS TIME.ORDERS FOR THE EQUIPMENT OR SUPPLIES WILL BE MADE AS NEEDED BY THE VARIOUS AGENCIES OF THE„STATE. THIS CONTRACT IS NOT AN EXCLUSIVE CONTRACT TO FURNISH THE EQUIPMENT OR SUPPLIES SHOWN BELOW, AND DOES 3s"f �„ .� NOT PRECLUDE THE PURCHASE OF SIMILAR ITEMS FROM O1EssgURCES. • sit' I THE STATE RESERVES THE RIGHT TO EXTEND THE PERT' :IiIS CONTRACT BEYOND THE TERMINATION DATE WHEN MUTUALLY AGREEABLE TO THE VENDOR AND THE STATE OE I i 4SKA. o y f •�F n'Y J i , .. Original/Bid Document 3809 OF 2012 or Current Production Year, 1/2 TON EXTENDED;CAB 4:1 O R;4?c4 PICKUP TRUCK,as per the attached specifications,terms and conditions for the 2012 Production aar1 I l )i F FtiSee attached Terms and Conditions page for approximat 1 t to be a rchased.The Unit Price is equal to the Base Price for items before the Option Bid List. '1 _' i i ti , iti Make/Model:Chevrolet Silverado 1500 LT r I Delivery: 35-120 Days ARO. 1g • ��` ett f ir: r , ,� j Contract subject to thirty(30)dayail ellatipn y ether ar y;,upoi wpften notice. 17, - a rs; i 22 h as >' a�x ^^��' 0. c, EE t r 0 t4M l I I f rF tI g41. m 4 +I W ! r Quantities shown are estw atesM1or Iy at r are not tt be on5tri ed#o n an irm guar hies e Sta e 9f Nebraska reserves the r* 7 i�i i �I�i '"� n (i Pt t �� .�r e� e1 v �1 I '"� yr� right to increaseror Oecrese any#Idantities^sho rry et r.b e• '� w d• li:r V ti The State may re crest thai payme a made,qmomgally inst aEJ of py"state Tarrant:ACH/6FTEnrollment 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 terminate this contract by providing contractor written notice if contractor becomes debarred during the term of this contract. RIE ADMINI- '•TOR R435001N13CR101100423 SO S0 I I , TASK l•ACOMONAL SERVICES I Additional Topographic Survey I S0 S0 , ,,.. Additional CCTV I S0 S0 Additional Level MareMe Condition AssnammI S0 S0 Community Enhancements I SO S0 4.1 Heavy Clearing I SO SO Task Naas 0 0 0 0 Task Fee S0 S0 S0 S0 S0 S0 SO I TOTAL I Hag. 1 60 24 32 60 6 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ STATE OF N EBRASKA CONTRACT AWARD State Purchasing Bureau 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 2 of 7 12/ Lincoln,Nebraska 68509-4847 BUSINESS UNIT BUYER Fax:Telephone: 2401 89 9000 CONNIE HEINRICHS(AS) CONTRACT NUMBER VENDOR NUMBER: 500864 13139 OC If the Contractor is an individual or sole proprietorship,the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form,available on the Department of Administrative Services website at:www.das.state.ne.us. 2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship and Immigration Services documentation require to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Program. 3.The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev.Stat.§4-108. The parties hereby agree that the following documents are incorporated into the contract resulting from this Invitation to Bid: 1.The signed Invitation to Bid Contract document; 1 . 2.The original ITB document; eq 3.Any Addenda and or Amendments to include Questions an' l�AnsV11 ers; 4.Warranty documents supplied with the bid; , ,;4 11 5.The contract award. iiipil:11 1 ;1 41i is y{.Unless otherwise specifically stated in a contract amendmen,lily,•Os :of:any conflict between the incorporated documents, Sri re, t� ,v4 the documents shall govern in the following order of prefererta`be,wwth umber 1 receiving preference over all other documents and with each lower numbered document having prefere°°rice o er'a Ihi her numbered document: 1)the contract award,2) I�I ,i�,11;� i 1 t.�i : ITB addenda or amendments,to include Questions and A NI i the latest dated amendment having the highest priority, 3)the original ITB,4)the signed ITB Contract document,5 a -aniscuments supplied with the bid. 11, 3u,; ; , 1[ Any remaining uncertainty or ambiguity shall not be interpr i,aoai st Other party because such party prepared any portion of the Agreement,but shall be interpreted according to the p r.8tiOj'of rules of interpretation of contracts generally. i r� II.t P It is understood by the parties that in the State of NebraskO 's opinio iy limitation on the contractor's liability is unconstitutional under the Nebraska State Constitution,ArtieIe SI I;Section 3 and that any limitation of liability shall not be binding on the State of Nebrask 'jlespjte�inclusion bit su hjanguage ' icuments supplied with the contractor's bid. 1 P I'''1::''''II IIa W r to r i ^4 M .6n t 6 2 1' ,4 ti e art a Vendor Contact: Gtvol.�Ames 1rf7.1.,i ,' , at f �t ,^�� a, r q fit ,.,Phone: 402-610-g465 5 r r 'It " t t V , l l')t I i ti s � .➢ alai .a, �� 3 ,a h r h1lla����?� I ,�t � � 'al ef� Fax 402-479-765 a . � J k i ��t �^ 4a,1 5 : - xl�i t, �� ✓ r I � a s "ir,. A k � Ip �"�41p-ii ,f,� ! 1 tit �« a -,E-Mail:tames u,tai +co" y� iafiz4 fliJ �, , k � �a"'S, `7"t t.b7:�h'1!C�i� i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ STATE OF NEBRASKA CONTRACT AWARD State Purchasing Bureau 3ta Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 Lincoln,Nebraska 68509-4847 3 of 7 12/01/11 BUSINESS UNIT BUYER Fax:Telephone: 89 9000 CONNIE HEINRICHS(AS) CONTRACT NUMBER VENDOR NUMBER: 500864 13139 OC Estimated Unit of Unit Line Description Quantity Measure Price l 2 E85 1/2 TON EXT CAB PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year E85 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck E85(Units capable of operating on a fuel mixture of up to 85%Ethanol/15% Unleaded gasoline without additional change or conversion.) .r Engine: L20 4.8L V8 " . GVWR:7,000 ;. Series Code,Trim Level: 1500-CK10753-LT 1a {-i + ' EPA: 13 city/18 highway ` II 41 F 9 �i .ir.�,.E The original manufacturer's statement of origin,,a ; race^authorization card,and a properly executed service and warranty policy shall accompany each vehicle e0de{I v�ere i1 •. ,tt P Fr OPTIONS 3 ENGINE(OTHER GAS)LC9 j ti i1 r:" 3 20.0000 EA 1,295.0000 5.3L V8 VORTEC 1P.I. I 4 ENGINE (OTHER DIESEL)L9H t" ' 20.0000 EA 2,495.0000 INCLUDING BLOCK HEATER i t factoryor dealer installed u=) el .'1` 1 "x� 41 -u ro n N fs'r rer. V. Engine Size 6 2L�V8 NoIA me IA 4t ^,1gM '2 gSL I R t 4 u l , itil krAW'�l i� i't 4 i It 1IA l ', V 0*S' 1 '` b i E ti !i ill€ i g �i 1 �I x1*% �+ r, yk� T%� ,�a fi� �-P 1 �1 � fi,ib �;a�Y� a �I �� e M � a F _ � 5 BUCKET E # , C i d pi r Ley QF�3 �� �v�ti , c !of,:2 t b ugv 1E h i 1,295.0000 1a til+-i t�s �St i �F,y�`q I n �r �' et ) v' j1 p pie o CLO 1`I H YI T IYI A 1Iy b s ari41 z @' A7' P-J' J k 1 y� { �� J 'tr 'a f E 7 6 k "1746, t p,;,A Z£. � �ps ,•.F4r4 t4:gtlnftAe-1d.prj y l d ii*q,�r ldy,t ",q. y., k '"#a.g'e4 ,..h ..`>d� `.11: i 14 , �:1P, """", K a a a'° '0N -j's�';, .�,r .3.:+fin. _. ;i' ya'-ri i�e, I 6 NO SLIDING REAR-VISION i 20.0000 EA -109.0000 WINDOW(DEDUCT) 7 BODY SIDE MOLDINGS 20.0000 EA 299.0000 DEALER INSTALLED 8 LIMITED SLILP DIFFERENTIAL 20.0000 EA 399.0000 GEAR RATIO 3.42 9 INCREASED PICKUP BOX LENGTH OF 20.0000 EA 1,295.0000 APPROXIMATELY 8 FT WITH Corresponding.Wheelbase Wheelbase: 157.5" 10 TRAILER TOWING PACKAGE 20.0000 EA -247.0000 BU ER INITIALS R43500INISCR101 100423 ' , at f �t ,^�� a, r q fit ,.,Phone: 402-610-g465 5 r r 'It " t t V , l l')t I i ti s � .➢ alai .a, �� 3 ,a h r h1lla����?� I ,�t � � 'al ef� Fax 402-479-765 a . � J k i ��t �^ 4a,1 5 : - xl�i t, �� ✓ r I � a s "ir,. A k � Ip �"�41p-ii ,f,� ! 1 tit �« a -,E-Mail:tames u,tai +co" y� iafiz4 fliJ �, , k � �a"'S, `7"t t.b7:�h'1!C�i� i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ • State Purchasing Bureau STATE OF N E B RAS KA CONTRACT AWARD 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR P.O.Box 94847 PAGE ORDER DATE Lincoln,Nebraska 68509-4847 4 of 7 12/01/11 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 CONNIE HEINRICHS(AS) CONTRACT NUMBER VENDOR NUMBER: 500864 13139 OC Estimated Unit of Unit Line Description Quantity Measure Price (DEDUCT) Hitch 11 CARGO LIGHT 20.0000 EA 99.0000 12 STANDARD PAINT 20.0000 . EA 0.0000 t! 13 FOR DEPT OF ROADS USE: 20.0000 EA 299.0000 YELLOW COLOR OF: 414 �, Chevrolet/GMC#WA-253A code(9W3). ,'' :•. 14 EXTRA COST PAINT iK t " ! 20.0000 EA 499.0000 15 ADDITIONAL REMOTE FOBsl ,�s`. 20.0000 EA il 129.0000 FROM MANUFACTURER i , @ R; it r6 t'tl G�.'f!i�tlj Ni1�.t,, 16 ON/OFF'ROAD MUD&SNOW ALL ' . [� r , i i I i i, 20.0000 EA 219.0000 TERRAIN TIRES&SPARE 3t : I it t kE(can be steel rim).Tire size must meet the mi` i ,11":m1 iyuhe is ze bid on this specification. ii Size and ply rating: P265/70R-17 4 ply ill t 1 .�,IE 14 ti 17 ON/OFF ROAD MUD&SNOW ALL I �' !' i 20.0000 EA 327.0000 TERRAIN TIRES&SPARE ry ._ F VA i I I „' (can be steel rim).Tire sizemust rrtee thf�minimum wh64.16,ize bidd on this specification. i s ?-11'',....: �w.n, w-�„�',rr'�1, iu r 91 �� >< , - 1 Size and ply ating l� 145/70,R=g17g d f}Za g if ( ) ltE 1 p �y ac I Et 1 (((''JJJ 4 �'� ° ii�li 6 - t!� x } , a 1 1 �£1F � 7Y?yir1.El� a S43 �I� iGi � h 31�1 k g e t , i 18 TWO H EL RIVE MO El '�' tl � .. ��rt- � o "�`20 0000 �� As a ti" -1,399.0000 ((-f,ind41-: CrEE AL 'A SON:7 ti�i,'^�4.4 �,�S,j a, 'i`i! ,psi' #x'i s .A W f .(frr 3��� ,,$' ki TW g,,, llr D�zA I, �5®, i1Ri 50 1100, k jh t�4,or #^4 4ah { rkS 4V, ,k5'' .. (Deduct) ,1" # i e3 z M: c..x,�1r ,'F� b "�.,otr, iy '1-4' '� 19 INTEGRATED BRAKE CONTROLLER 20.0000 EA 277.0000 SYSTEM DEALER INSTALLED 20 REARVIEW CAMERA 20.0000 EA 699.0000 DEALER INSTALLED 21 TAILGATE STEP 20.0000 EA 199.0000 DEALER INSTALLED 22 FACTORY BEDLINER FOR REAR BOX 20.0000 EA 495.0000 OF VEHICLE 23 FRONT END ATTACHED TOWING 20.0000 EA 89.0000 HOOKS IF AVAILABLE FROM Oh1 BUYER INITIALS R43500!NISCRI01 100423 TOWING PACKAGE 20.0000 EA -247.0000 BU ER INITIALS R43500INISCR101 100423 ' , at f �t ,^�� a, r q fit ,.,Phone: 402-610-g465 5 r r 'It " t t V , l l')t I i ti s � .➢ alai .a, �� 3 ,a h r h1lla����?� I ,�t � � 'al ef� Fax 402-479-765 a . � J k i ��t �^ 4a,1 5 : - xl�i t, �� ✓ r I � a s "ir,. A k � Ip �"�41p-ii ,f,� ! 1 tit �« a -,E-Mail:tames u,tai +co" y� iafiz4 fliJ �, , k � �a"'S, `7"t t.b7:�h'1!C�i� i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ STATE OF N EBRAS KA CONTRACT AWARD State Purchasing Bureau301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 5 of 7 12/ Lincoln,Nebraska 68509-4847 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 CONNIE HEINRICHS(AS) CONTRACT NUMBER VENDOR NUMBER: 500864 OC I. Estimated Unit of Unit Line Description Quantity Measure Price Factory 24 EQUIPMENT&ENGINE SERVICE 20.0000 EA 299.0000 REPAIR MANUAL 25 EQUIPMENT&ENGINE SERVICE 20.0000 EA 699.0000 REPAIR MANUAL ON CD ROM When available r .,if.',,„ 26 EQUIPMENT&ENGINE PARTS " t`' ., 20.0000 . EA 399.0000 5.MANUAL "63 ''A ,t" 1 y ' ! fl 4. 27 EQUIPMENT&ENGINE PARTS rl f1�' i 20.0000 EA 299.0000 1 MANUAL ON CD ROM ; .r=`. i 28 ADDITIONAL COSTS FOR L,,,,54,i10,: 't Itth -34 i a i I4 0 1 .4 20.0000 EA 0.0000 WARRANTIES FROM MANUFACTURER O rd I . Years:5 i 11 'I' . t l: i ,., ! Miles: 100,000 ?�:I �` �'''�I Power Train 1 II I PI .ki _AA s' . t 29 REVERSE SENSING ALARM SYSTEM Il r: . 20.0000 EA 699.0000 DEALER INSTALLED (++ - 9;,4( Ai 1 h I 1 � 30 DROP SHIPMENT CHARGES p —) tIlilki if`,' 1 20 0000 EA 400.0000 fi pFis I 1 . -E OUTSIDE THE LINC IN A E v I." ,, s 1, , „ r , f z t Additional costs of char eslfor ehticle drop' h mentoutsid thesLincoln rea Dro shipment charges would be for �,p�_ �d 1� � t� SY M. ' �°d 4'v t+ 4 i #i �,! � 3� h n ,.,+un.i—. vehicles botughtrby pblitical 0ntl ies$,[10 then Divisions of Gove nmerifi lk I€ l o l I I �R J1GI all,�fh i4 11 a� 4 ' � (� ti � id 6 *xc�- �+n kix� �`, Iyx• �a$,t ) `;� r �.�� �x..� ��x „`�s� �"a��',��'�'��.,,'�!,qF.. F; � .�a�����`�a�w��a:. It Yr 41 !r i t ni +� nl E,? �' n r ` 11r'.h �,` 00 A r `"i r k i ry 31 FAC�,O'RY�7 EFA1?Et�I�ISCO � , # :$ _ tQ QQO 11t EA , ,�, 1 99.0000 hIrJI:±E' �{.,t. y'di�' �4 +� k 1,uus. ri: a• { a"`i '{t,}rv: +.7'� i"'ry ltill' f ,.0 �,�. i-^l.!^�'v"n'iw+ i;�,,,, OF DAYLlG-1104 NII IGtLl HTSirliU a r* ' * ,'M . Factory Equipped 32 DICONNECT OF FACTORY DOME 20.0000 EA 129.0000 LIGHT OR COURTESY LIGHTS 33 DOME LIGHT OR COURTESY LAMP 20.0000 EA 215.0000 to be centered not more than approximately 4"to 8"from the top of the windshield to light the 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 factory 34 AUXILIARY BATTERY 20.0000 EA 820.0000 (LARGEST AVAILABLE BATTERY) with dual battery seperator for accessory equipment.Installation also to include battery tray and bracket,heavy duty fuse, 1 gauge or larger cable. 35 REVERSE SENSING ALARM SYSTEM 20.0000 EA 699.0000 BUYER INITIALS R435001N18CR101 100423 I � i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ • STATE OF N E B RAS KA CONTRACT AWARD State Purchasing Bureau 301 Centennial Mall South,1st Floor I Lincoln,Nebraska 68508 OR i PAGE ORDER DATE P.O.Box 94847 6 of 7 12/01/11 Lincoln,Nebraska 68509-4847 TelBUSINESS UNIT BUYER Fax:(402)47phone: 4020891-2401 9000 CONNIE HEINRICHS(AS) CONTRACT NUMBER VENDOR NUMBER: 500864 13139 OC Estimated Unit of Unit Line Description Quantity Measure Price DEALER INSTALLED 36 ALTERNATING HEADLIGHT FLASHER 20.0000 EA 250.0000 WIG-WAG MODULE WITH FLASHER override for optional at night installed with activation lead tagged as such and terminating in or near the passenger compartment. i', 37 TWO CLEAR/WHITE LED MODULES 1� 20.0000 EA 330.0000 VERTICAL MOUNTED ,r`'r%4, At a 45 degree angle to front of vehicle on push bu per'• lack bezel with clear lenses.Shock and water resistant. 1;dx Leads tagged as such that terminate in center console.`aa. LEDs, meet SAE J845,class 1 specifications. Minimum of three(3)LED in each module � 4 �' 1' siiik 1:RI 4IIl 38 TWO CLEAR/WHITE LED MODULES , ii ;1 20.0000 EA 330.0000 MOUNTED ON EITHER SIDE OF REAR ' 1!t GIs�` " � ta4 p�„ tye, ' license plate on a license plate bracket for two;l(4IighthF ads sBlack bezel with clear leanses.Shock and water 'resistant. Leads tagged as such that terminateii n ce~ter console area.LED's meet SAE J845,class 1 specifications. Minimum of three(3)LED in ela.p o1 1e� 1 i 1 F. 11 1It L 39 100 WATT SIREN SPEAKER 0 i1 i '" 20.0000 EA 360.0000 INSTALLED BEHIND FRONT GRILL Rl [d'l Ise, r i R with vehicle specific mounting bracket. Leads to gedlas� hlthat terminate in or near the passenger compartment 40 SETINA PB 400 PUSH BUMPER WITH 3.1! E j ta' xl 20.0000 EA 660.0000 INSTALLATION ON FRONT OF 1 'I i�x ,, R, �i',y i R L I, 0{� ,.1 w b+� �$ -1 i.i�y' �:t"'",,,CA.'` Vehicle 1.;E ! -y 4 " d N".- . I S": y ti, ,:i Y f k q u4 3 41 LEFT RR^ U ED AN-ENN/ i 34 t' ti III t �+ : 1 � 3000UI i I I 3 Y�y...�"p 250.0000 �4'k�°�iE �i3� Ik lill �' � i , �a el �I �S s ,i�j! t@ �Hia P r¢!�p�3�I .J�Afw'�7;3 PR i'�t�r'F'r Located t (1 )rn hes for iard=fro he r ar of.cab b tw ve )-in hessleft fro T` f cen ter li r.NMO mount G'G5 6�Ta 1ST I a r tag ' ,�%s uK � '�" �. '"� * cart:: "m a'Ti I f:Y.�i fi '� n"'+i' with] .5 w x:i., ea �Se a Ilk x t: f+ 3.15�r t a is f f, f o } t�Y'e' '11,,`i;'� :� ! +Va 1 g� l wa rtl" ,{ � ,Pr �Ikt.41i iIsl a'l"i'7'M' % '*f».a•:c • I �.�,� RT;rFd°� ;. tvy�' '"'...-_th9 .al;tit#")'" a,° ''•;t`7 3 °' 42 RIGHT ROOF MOUNTED ANTENNA. 20.0000 EA 250.0000 Located ten (10)inches forward from the rear of cab by twelve(12)inches right from roof center line. NMO mount with RG58 cable ran into rear seating area ' i • 01) ' BUYER INITIALS R435001NISCRIO1100423 nstallation also to include battery tray and bracket,heavy duty fuse, 1 gauge or larger cable. 35 REVERSE SENSING ALARM SYSTEM 20.0000 EA 699.0000 BUYER INITIALS R435001N18CR101 100423 I � i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ 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/purchasinglourchasing.htm SCOPE-These standard conditions and terms of bid solicitation and acceptance apply in like force to this inquiry and to any subsequent contract resulting therefrom. •PRICES-Prices quoted shall be net, Including transportation and delivery charges fully prepaid by the'bidder, F.O.B. destination named in the Invitation to Bid. No additional charges will be allowed for packing,packages or partial delivery costs.When an arithmetic error has been made in the extended total,the unit price will govern. EXECUTION-Bids must be signed in ink by the bidder on the State of Nebraska's Invitation to Bid form.All bids must be typewritten or in ink on the State of Nebraska's Invitation to Bid form.Erasures and alterations must be initialed by the bidder in ink.No telephone or voice bids will be accepted.Failure to comply with these provisions may result in the rejection of the bid. FACSIMILE DOCUMENTS-The State Purchasing Bureau will only accept facsimile responses to Invitations to Bid on bids under$25,000 and up to ten (10)pages. However,two party sealed bids containing facsimile pages are acceptable. No direct facsimile solicitation responses will be accepted for a commodity contract. VALID BID TIME-Bids shall be firm for a minimum of sixty(60)calendar days after the opening date,unless otherwise stipulated by either party in the Invitation to Bid. DISCOUNTS-Prices quoted shall be inclusive of ALL trade discounts.Cash discount terms of less than thirty(30)days will not be considered as part of the bid.Cash discount periods will be computed from the date of receipt of a properly executed claim voucher or the date of completion of delivery of all items in a satisfactory condition, whichever is later. PAYMENT-Payment will be made by the responsible agency in conjunction with the State of Nebraska Prompt Payment Act 81-2401 through 2408.The State may request that payment be made electronically instead of by state warrant. COLLUSIVE BIDDING-The bidder guarantees that the prices quoted have been arrived at without collusion with other eligible bidders and without effort to preclude the State of Nebraska from obtaining the lowest possible competitive price. LUMP SUM OR ALL OR NONE BIDS-The State reserves the right to purchase item-by-item,by groups or as a total when the State may benefit by so doing.Bidders may submit a bid on an"all or none"or"lump sum"basis but should also submit a bid on an item-by-item basis.The term"all or none means a conditional bid which requires the purchase of all items on which bids are offered and bidder declines to accept award on individual items;a"lump sum"bid is one in which the bidder offers a lower price than the sum of the Individual bids if all items are purchased but agrees tdeliver 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 equivalenttmaterial 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 specification;When a specific product is required,the Invitation to Bid will so state.Any item bid i. is to be the latest current model under standard production at the time of order.N0.1'sedor:s refurbished equipment will be accepted,unless otherwise stated. • -x. r,"i ALTERNATE/EQUIVALENT BIDS-Bidder may.offer bids which are at varianceiro 'thetexpress 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 D i'err`o s ieibid 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 e I _ tion to Bid the manufacturer's name, number and shall submit with their bid, sketches, descriptive literature and/or complete specifications. Reference to iitei` u e ubmitted with a previous bid will not satisfy this provision. Bids which do not comply with these requirements are subject to rejection.In the absence of a stated". eviatiob;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. sj u,5It°�e f ;���`tt=4.'. SAMPLES-When requested,samples shall be furnished at the bidders expense ppor tolt p}opening of the bid,unless otherwise specified.Each sample must be labeled clearly and identify the bidders name,the Invitation to Bid number and the;i eit� Umber;Samples submitted must be representative of the commodities or equipment which would be delivered if awarded the bid.The State of Nebraska reserves;, e n ht o r�u� t samples even though this may not have been set forth in the Invitation to a u r? Bid.Samples not destroyed In testing will be returned at bidders expense,iffre des edtoJrtrill'f�e donated to a public institution. �� itA r r � I RECYCLING-Preference will be given to items which are manufactured ol'ipr duC d fro rpLycied material or which can be readily reused or recycled after their normal I"�t k�I. ,I I -0.-I use as per State Statute Section 81-15,159. , � �:•.. LATE BIDS-All bids will be time and date stamped upon receipt by the Stdte .fit.Lep uretu,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�jo Pte.biddej Qopened.The State Purchasing Bureau Is not responsible for late bids or lost • requests due to mail service Inadequacies,traffic or other similar reasons. i j'' 11 11 Y1 • . BID OPENING-Openings shall be public on the date and time specified on.the4-invP Blditahion to. form. It is the bidder's responsibility to assure the bid is delivered at the designated date,time and place of the bid openingopenInT7eT611kbetidso a not ccehleild.A� rd•mai'tnot be altered after opening of the bids. NO BID-If not submitting a bid,respond by re' tirnni•ng+the tnvrtatioY to1Bi rdh�t`xp.lpin�ng the,:a osgn.in;thetspace provided.Failure to respond to an Invitation to Bid may be cause for the removal of the bidder's nave fro •iS''the ails ist •NOTE•,. oqualify as'' rrbspotident.bidder=tiiustsubrrti t-a"NO BID"and it must be received no later than the stated bid opening date a704.e""" 11 w .. ,,1 • T..r o"" 4 h r.n� x" �"' � 1, ^� s r�*�»t» w (wit � �� �� t s{ r`� AWARD-All purchases, le ses of ni°Cracts hipN r bas° b eoriii prtitive r�s w!li b warded�t ) a to�✓ st e ,,,,,,,N.:..,„ nsble-brdder determined according to the of1tf r� � ,, provisions of State Statute of 81 161 R R S.h 3 e tat 4es the right to re`ee+ar y or all l s, to�lly$}•Irt pA0t'aS(i b at ;ipny deviations or errors that 7e r- s k r 3t4t ` f r ; • are not material,do not ln=aird�yte eilegitith ,,off•Athe brd`and'c o not' rd�ve F e b(dder om itiwpbs ron,A I . rdgwrl{ ¢`"e'fma a g a"manner deemed in the best interest of the State. r %� ii AI,��+% 7�4�Jy�Y: '>n�r �Osi i A� i tLgF 4, - S J'.'4,(?,''� Sx,S, i BID TABULATIONS-Tabulations'will'be furnish'ed'Upon,writte a)egUest.',A s,�ddresse"d,stemped'envelope'which mus Include the agency and solicitation number must be enclosed.Bid tabulations will not be provided by telephone or facsimile.Bid files may be examined during normal working hours by appointment. Bid tabulations are available on the website at htto://www.das.state.ne.us/materiel/purchasing/bidtabs.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 7 of 7 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck WARNING! DO NOT BID BASE TRUCK with 1 WT.XL, ST PACKAGE 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 i. • I' Alternate Engine Sizes: Unit Price Engine (other gas). Lee( $ gags - 3 Specify Engine Size: s-,3 Vg Voric C. Engine (other diesel); including block heater, factory or dealer $ c 4 installed. Li # ' 1 7 S, Specify Engine Size: V U6 dec., - 5 40-20-40 or 60-40 Bench seat W/lumbar support(vinyl) (deduct). ($ A ) 6 Bucket type seats-Vinyl covering. $ 7 Bucket type seats - Cloth w/vinyl trim. $ pass . . . • Heavy duty highest output alternator from standard equipment. " $ 5-1-d 8 Bidder state amps: : 9 No sliding rear-vision window(deduct). ($;; 1 p 10 Body Side Moldings Dealer Install. Limited Slip Differential. • 3 1l, 11 Indicate.Gear Ratio: 12 Second Power Outlet. $ hh Increased pickup box length of approximately 8 feet with $ i 13 corresponding wheelbase. P g - � �`lS . ' • Bidder state wheelbase: • 14 Trailer towing package (deduct). ($ t.l 'if' ) 15 Cargo light. $ 16 Standard Paint-Attach List and Identify as No Additional Cost $/UC Scc- Paints. c� A . _ 3809 OF 2012 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck 1 of 3 icle 1.;E ! -y 4 " d N".- . I S": y ti, ,:i Y f k q u4 3 41 LEFT RR^ U ED AN-ENN/ i 34 t' ti III t �+ : 1 � 3000UI i I I 3 Y�y...�"p 250.0000 �4'k�°�iE �i3� Ik lill �' � i , �a el �I �S s ,i�j! t@ �Hia P r¢!�p�3�I .J�Afw'�7;3 PR i'�t�r'F'r Located t (1 )rn hes for iard=fro he r ar of.cab b tw ve )-in hessleft fro T` f cen ter li r.NMO mount G'G5 6�Ta 1ST I a r tag ' ,�%s uK � '�" �. '"� * cart:: "m a'Ti I f:Y.�i fi '� n"'+i' with] .5 w x:i., ea �Se a Ilk x t: f+ 3.15�r t a is f f, f o } t�Y'e' '11,,`i;'� :� ! +Va 1 g� l wa rtl" ,{ � ,Pr �Ikt.41i iIsl a'l"i'7'M' % '*f».a•:c • I �.�,� RT;rFd°� ;. tvy�' '"'...-_th9 .al;tit#")'" a,° ''•;t`7 3 °' 42 RIGHT ROOF MOUNTED ANTENNA. 20.0000 EA 250.0000 Located ten (10)inches forward from the rear of cab by twelve(12)inches right from roof center line. NMO mount with RG58 cable ran into rear seating area ' i • 01) ' BUYER INITIALS R435001NISCRIO1100423 nstallation also to include battery tray and bracket,heavy duty fuse, 1 gauge or larger cable. 35 REVERSE SENSING ALARM SYSTEM 20.0000 EA 699.0000 BUYER INITIALS R435001N18CR101 100423 I � i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck WARNING! DO NOT BID BASE TRUCK with 1WT,XL,ST PACKAGE ON THIS SHEET! For Department of Roads Use: Yellow color of: Dodge#PY5269, $ 17 Ford #84S53, Chevrolet/GMC#WA-253A code (9W3). o'ld!c 18 Extra Cost Paint-Attach List and Identify as Extra Cost Paints. $ .LbcR, 0,(..• de-lads 19 Additional remote fob from manufacturer. • $ . On/Off road mud and snow all terrain tires and spare (can be steel CVG rim). Tire size must meet the inimum wheel size bid on this 7 20 specification. (P of 65/ 70R --17 *17 7 , State size and ply rating: 1_7-a 1.5/7oR-�`7 Coed rc�� e Non-standard gear ratio(s). $ XJ4 21 Indicate: 22 Two wheel drive model (to include all season tires) (deduct). ($ 1.377, ) 23 Dealer installed integrated brake controller system. $ A77+ 24 ealer or Factory installed rearview camera. $ 2(Dealer or Factory installed tailgate step. $ ! c9. . 26 Factory bedliner for rear box of vehicle. $ 195, 27 Keyless remote locking system with two (2) fobs if not standard. $ 3 j-d' 28 Trailer control sway system if not standard. $ S LJ/ Z8a 29 Deduct for smaller gas tank size. ($ /(j A- ) Specify Towing package upgrade: Specify equipment, hitch class and $ 4/4 30 maximum trailer weight 31 Front end attached towing hooks if available from factory 32 Equipment&engine service repair manual. , $ 33 Equipment&engine service repair manual on CD ROM. $ GC . IA)I d40.e Le 34 Equipment&engine parts manual. $ 317 • 35 Equipment&engine parts manual on CD ROM. $ Additional costs for warranties from manufacturer. $ 36 State Years:`. Miles: /Do, COO Auer 37 Reverse Sensing Alarm System factory dealer installed. $ Additional costs of charges for vehicle drop shipment outside the $ 38 Lincoln area. Drop shipment charges would be for vehicles bought by political entities and other Divisions of Government. 3809 OF 2012 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck 2 of 3 q u4 3 41 LEFT RR^ U ED AN-ENN/ i 34 t' ti III t �+ : 1 � 3000UI i I I 3 Y�y...�"p 250.0000 �4'k�°�iE �i3� Ik lill �' � i , �a el �I �S s ,i�j! t@ �Hia P r¢!�p�3�I .J�Afw'�7;3 PR i'�t�r'F'r Located t (1 )rn hes for iard=fro he r ar of.cab b tw ve )-in hessleft fro T` f cen ter li r.NMO mount G'G5 6�Ta 1ST I a r tag ' ,�%s uK � '�" �. '"� * cart:: "m a'Ti I f:Y.�i fi '� n"'+i' with] .5 w x:i., ea �Se a Ilk x t: f+ 3.15�r t a is f f, f o } t�Y'e' '11,,`i;'� :� ! +Va 1 g� l wa rtl" ,{ � ,Pr �Ikt.41i iIsl a'l"i'7'M' % '*f».a•:c • I �.�,� RT;rFd°� ;. tvy�' '"'...-_th9 .al;tit#")'" a,° ''•;t`7 3 °' 42 RIGHT ROOF MOUNTED ANTENNA. 20.0000 EA 250.0000 Located ten (10)inches forward from the rear of cab by twelve(12)inches right from roof center line. NMO mount with RG58 cable ran into rear seating area ' i • 01) ' BUYER INITIALS R435001NISCRIO1100423 nstallation also to include battery tray and bracket,heavy duty fuse, 1 gauge or larger cable. 35 REVERSE SENSING ALARM SYSTEM 20.0000 EA 699.0000 BUYER INITIALS R435001N18CR101 100423 I � i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck WARNING! DO NOT BID BASE TRUCK with 1 WT,XL. ST PACKAGE ON THIS SHEET! LAW ENFORCEMENT 39 Factory or dealer disconnect of daylight running lights if factory $ ( ctct 40 Disconnect of factory dome light or courtesy lights $ . Dome light or Courtesy Lamp: to be centered not more than $ approximately 4"to 8"from the top of the windshield to light the 41 drivers area. Controlled by rotating headlamp switch to maximum a 1 D position or by a separate switch. This may require adding an additional light. Dealer installation is acceptable if not available from Auxiliary Battery (largest available battery)with dual battery $ 42 seperator for accessory equipment. Installation also to include g , battery tray and bracket, heavy duty fuse, 1 gauge or larger cable. 43 Alternator with highest output avai - - -,Indicates Amps: 145 $ s-i-d 44 Reverse Sensing Alarm System Dealer'nstallation is acceptable if $ not available from the manufactu Alternating headlight flasher wig-wag module with flasher override $ 45 for optional at night installed with activation lead tagged as such and terminating in or near the passenger compartment. Two (2)clear/white LED modules.Vertical mounted at a 45 degree $ angle to front of vehicle on push bumper. Black bezel with clear 46 lenses. Shock and water resistant. Leads tagged as such that 330 . terminate in center console area. LED's meet SAE J845, class 1 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 47 bezel with clear leanses. Shock and water resistant. Leads tagged 33v as such that terminate in center console area. LED's meet SAE J845, class 1 specifications. Minimum of three (3) LED in each i 100 Watt siren speaker installed behind front grill with vehicle $ 48 specific mounting bracket. Leads tagged as such that terminate in or .. 360 , near the passenger compartment. 49 Pro-Gard X push bumper with installation on front of vehicle $ /o r-L 'black 50 Setina PB 400 Push Bumper with installation on front of vehicle $ ‘6 ', Roof mounted antenna. Located ten (10) inches forward from the $ 51 rear of cab by twelve (12) inches left from roof center line. NMO �S6 mount with RG58 cable ran into rear seating area. Roof mounted antenna. Located ten (10) inches forward from the $" 52 rear of cab by twelve(12) inches right from roof center line. NMO mount with RG58 cable ran into rear seating area. ALL EXCEPTIONS TO OPTIONS MUST BE CLEARLY INDICATED. (Example: Units ordered with airbags may not be available with a tilt wheel and automatic speed control). 3809 OF 2012 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck 3 of 3 �.�,� RT;rFd°� ;. tvy�' '"'...-_th9 .al;tit#")'" a,° ''•;t`7 3 °' 42 RIGHT ROOF MOUNTED ANTENNA. 20.0000 EA 250.0000 Located ten (10)inches forward from the rear of cab by twelve(12)inches right from roof center line. NMO mount with RG58 cable ran into rear seating area ' i • 01) ' BUYER INITIALS R435001NISCRIO1100423 nstallation also to include battery tray and bracket,heavy duty fuse, 1 gauge or larger cable. 35 REVERSE SENSING ALARM SYSTEM 20.0000 EA 699.0000 BUYER INITIALS R435001N18CR101 100423 I � i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU STANDARD TERMS and CONDITIONS These contract conditions are applicable to bid specifications for 2012 or Current Production Year model Subcompact, Compact and Intermediate Vehicles. Compact, 1/2, 3/4 and 1 Ton Pick-Ups. Seven Passenger and One-Ton Passenger Vans. Cargo and Utility Vans. Police Cruisers and Special Service Vehicles. Sport Utility and Cross Over Vehicles. Hybrid Vehicles. 1. All bidders must comply with the licensing requirements for motor vehicle dealers established under the Motor Vehicle Industries Licensing Act, Nebraska Revised Statutes, Chapter 60, Article 14. The licensing requirements must be met at time of bid opening for the bid to be valid. 2. Award may be made to the most responsible bidder submitting the lowest base price, except the State reserves the right to split the award as follows: A. Minimum of 70% to bidder with lowest base price. B. Maximum of 30%to the low bidder, of another,manufacturer,whose base price is within 10% of the lowest base price. C. Lowest base price may be based on engine size/fuel type and/or life cycle cost. (Cost of Vehicle) + ((80,000/EPA Estimated Highway MPG) x EIA Average Price Force*) *EIA Average Price for Midwest Region Regular Grade 3. Listed below are the approximate units to be purchased. These amounts are estimates only; and the actual quantity ordered will vary. These estimates are based on last year's contract usage for the State of Nebraska as a whole, including the vehicles purchased by Political Subdivisions of the State of Nebraska. A. Cars- 198 each B. Vans- 86 each C. Pick-Ups, Trucks-297 each D. Police Cruisers, Special Service Vehicles- 177 each E. Sport Utility Vehicles—57 each An estimated 815 vehicles may be purchased from the State of Nebraska contracts for the 2012 production year. 4. The vendor to provide with bid, the build-out dates or tentative build-out dates if they are available. If not available at the time of bidding, the vendor should immediately notify AS/Materiel Purchasing Bureau (FAX (402)471-2089)when said information is available. Failure to provide build-out information may result in removal of vendor from bidder's list for next year's specifications and may affect consideration for award of future contracts. 5. Bids must be signed in ink by the bidder on the State of Nebraska's Contract Invitation to Bid form. FAILURE TO INCLUDE THIS FORM SIGNED IN INK WILL BE CAUSE FOR REJECTION OF THE CONTRACT INVITATION TO BID RESPONSE. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012'A Ton Extended Cab 4 Door 4x4 Pickup Truck Page 2 of 13 nd automatic speed control). 3809 OF 2012 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck 3 of 3 �.�,� RT;rFd°� ;. tvy�' '"'...-_th9 .al;tit#")'" a,° ''•;t`7 3 °' 42 RIGHT ROOF MOUNTED ANTENNA. 20.0000 EA 250.0000 Located ten (10)inches forward from the rear of cab by twelve(12)inches right from roof center line. NMO mount with RG58 cable ran into rear seating area ' i • 01) ' BUYER INITIALS R435001NISCRIO1100423 nstallation also to include battery tray and bracket,heavy duty fuse, 1 gauge or larger cable. 35 REVERSE SENSING ALARM SYSTEM 20.0000 EA 699.0000 BUYER INITIALS R435001N18CR101 100423 I � i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU STANDARD TERMS and CONDITIONS 6. Contractors are to supply information regarding contract usage by State Agencies, Boards, and Commissions including Political Subdivisions of the State of Nebraska. Information must include the following: Agency or Political Subdivisions etc., units purchased and dollar amount. Information must be provided to State Purchasing Bureau by no later than sixty(60)days after the build out date. 7. The contract may be terminated at any time upon mutual consent of the parties or by the State of Nebraska, with or without consent upon thirty (30) days written notice. 8. Once contracts are awarded, purchase orders issued by ordering agencies should include, vehicle description, number of units ordering, shipping and, billing location, contact name and phone number, and related information. 9. Contractor is to provide manufacturer's order number to the purchasing agency or political subdivision within five (5) business days after the purchase order is received. Vehicle invoices or supporting documentation accompanying the invoices should include a hard copy, bar-coded version of the Vehicle Information Number(VIN)for each vehicle. • WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 3 of 13 tes only; and the actual quantity ordered will vary. These estimates are based on last year's contract usage for the State of Nebraska as a whole, including the vehicles purchased by Political Subdivisions of the State of Nebraska. A. Cars- 198 each B. Vans- 86 each C. Pick-Ups, Trucks-297 each D. Police Cruisers, Special Service Vehicles- 177 each E. Sport Utility Vehicles—57 each An estimated 815 vehicles may be purchased from the State of Nebraska contracts for the 2012 production year. 4. The vendor to provide with bid, the build-out dates or tentative build-out dates if they are available. If not available at the time of bidding, the vendor should immediately notify AS/Materiel Purchasing Bureau (FAX (402)471-2089)when said information is available. Failure to provide build-out information may result in removal of vendor from bidder's list for next year's specifications and may affect consideration for award of future contracts. 5. Bids must be signed in ink by the bidder on the State of Nebraska's Contract Invitation to Bid form. FAILURE TO INCLUDE THIS FORM SIGNED IN INK WILL BE CAUSE FOR REJECTION OF THE CONTRACT INVITATION TO BID RESPONSE. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012'A Ton Extended Cab 4 Door 4x4 Pickup Truck Page 2 of 13 nd automatic speed control). 3809 OF 2012 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck 3 of 3 �.�,� RT;rFd°� ;. tvy�' '"'...-_th9 .al;tit#")'" a,° ''•;t`7 3 °' 42 RIGHT ROOF MOUNTED ANTENNA. 20.0000 EA 250.0000 Located ten (10)inches forward from the rear of cab by twelve(12)inches right from roof center line. NMO mount with RG58 cable ran into rear seating area ' i • 01) ' BUYER INITIALS R435001NISCRIO1100423 nstallation also to include battery tray and bracket,heavy duty fuse, 1 gauge or larger cable. 35 REVERSE SENSING ALARM SYSTEM 20.0000 EA 699.0000 BUYER INITIALS R435001N18CR101 100423 I � i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ • 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICAITONS The trucks, complete with enclosed cabs,furnished under this specification shall be the latest model standard production units, offered to the general trade, equal in every respect to the construction and performance characteristics shown in the manufacturer's specifications and descriptive literature for this type of vehicle as manufactured and advertised for delivery in the continental United States and including all equipment normally offered and installed at the factory. "Stripped"truck versions are specifically excluded. Engine bores; main bearings, connecting rod bearings and wrist pins shall not exceed the manufacturer's established size tolerances. All trucks offered must meet or exceed the following minimum specifications. It is intended the manufacturer will build the car to these specifications and the selling or servicing dealer will be required only to perform the normal pre-delivery service and not be required to modify, alter,exchange, assemble, install or paint various components to meet these specifications. RIGHTS:The State of Nebraska reserves the right to waive technicalities and to reject any or all bids. NON-COMPLIANCE STATEMENT: Read this specification carefully. Any and all exceptions to this specification must be written on or attached to Invitation to Bid. Non-compliance can void your bid response. ACCEPTABLE MODELS: All models with LT, XLT,or SLT package trucks that meet or exceed these specifications may be bid on this invitation. DELIVERY Between 9:00 AM and 3:00 PM,daily except Saturday,Sunday and holidays,AFTER SERVICING AND READY TO DRIVE,with not less than five gallons of gasoline. Deliveries desired prior to 120 days after receipt of order; quoted deliveries beyond 120 days are an award consideration. All deliveries shall be scheduled with agency representative. The trucks shall not have over 200 miles on the odometer at the time it is officially accepted.Vehicles will not be accepted if all paper work is not with the vehicle at time of delivery. Dealer still owns the vehicles until buyers sign all required paper work. FACTORY INSTALLATION: If manufacturer has requirements available from factory,then item must be FACTORY-INSTALLED; if factory-installation is not available,then it must be noted as a dealer-installation and an exception. Trucks shall be guaranteed to include all the latest engineering developments adopted by the company applying to transmissions,fuel systems, engines, and accessories, and to possess the capability of operating on lead-free gasoline and gasohol/ethanol. All vehicles shall comply with all current provisions of the National Traffic and Motor Vehicles Safety Act, and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. } WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012%2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 4 of 13 • 01) ' BUYER INITIALS R435001NISCRIO1100423 nstallation also to include battery tray and bracket,heavy duty fuse, 1 gauge or larger cable. 35 REVERSE SENSING ALARM SYSTEM 20.0000 EA 699.0000 BUYER INITIALS R435001N18CR101 100423 I � i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ • 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICAITONS Meets Specification -Please Indicate- (If other explain on comment line). All items listed below are required. If there is an exception, a detailed explanation must be provided. Yes Exception 1) CAB AND BODY V A. Color: Cab, Body and fenders will be selected from manufacturer's standard colors. However, yellow color must be available to the Department of Roads. (NOTE: attached color charts shall be considered manufacturer colors with no extra charge unless specified on color chart in the options). All paint will be base coat/clear coat acrylic, activator-hardened acrylic or polyurethane type. B. Cab and Body: Fully enclosed safety type cab. The pickup box shall not be less than 76 inches long by 62 inches wide (inside dimensions)and be of double sidewall construction. Minimum 50 inches wide between wheel wells. "STYLESIDE," "FLEETSIDE,""SWEPTLINE" BODY will be required. C. Glass: Approved tinted safety glass shall be required in all doors, windows, and windshields. D. Headliner: Fully insulated headliner required, if available from 1.7 _ manufacturer. E. Insulation: Standard production heat and sound insulation to be provided. Body and interior finished to exclude excessive noise / and weather. F. Side Moldings: Factory installed protective vinyl side moldings if available from factory. G. Seats: The 40-20-40 or 60-40 style seat with lumbar support required, if available from factory, and fold down center console to be furnished. Front and rear seat must be manufacturer's heavy duty, maximum depth foam rubber,with heavy-duty cloth covering . Head restraints or high backs for outboard seats required. H. Arm Rests: Required on both left and right-hand sides of each front seat. Fold down center console and door armrests to be furnished. I. Automatic Speed Control: Required. J. Sun Visors: Dual, padded K. Floor Coverings: Rubber matting type, if factory available. L. Rearview Mirrors: Interior adjustable, rear vision mirror of day and night selector type (non-glare). Two outside electric controlled rearview mirrors, right and left, adjustable, minimum 6 inches by 9 inches; swing type preferred. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 5 of 13 capability of operating on lead-free gasoline and gasohol/ethanol. All vehicles shall comply with all current provisions of the National Traffic and Motor Vehicles Safety Act, and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. } WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012%2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 4 of 13 • 01) ' BUYER INITIALS R435001NISCRIO1100423 nstallation also to include battery tray and bracket,heavy duty fuse, 1 gauge or larger cable. 35 REVERSE SENSING ALARM SYSTEM 20.0000 EA 699.0000 BUYER INITIALS R435001N18CR101 100423 I � i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICAITONS M. Frame: (One-Half Ton 4x4 Extended Cab (Four Door) Pickup Truck) Section modules rated at not less than 3.3; with 36,000- PSI yield strength steel or as recommended by manufacturer for extended cab pickups. N. Air Conditioner: Best grade factory installed air-conditioning, manually controlled, to include all items normally included in the factory package. O. Fenders and Bumpers: Manufacturer's standard fenders front and rear. Manufacturer's front bumper and step-type,rear bumper required. P. Fuel Tank: Lest gallon fuel tank available from factory. State gallons bid: . Skid plates, if avails�p�fro factorry�or d dealer. State Supplier:j-�0if e S. �Od."r root Q. Seat Belts: Lap/shoulder seat belts with aigomatic retractors for i+e out board seating; middle seat belt, preferably with retractors. `• Zy C� R. Power Outlet: Required. S. Horns: Manufacturer's standard. T. Windshield Wipers: Electrically operated, multiple speeds, manually controlled with electric windshield e washer jets to each wiper blade and with intermittent or delay capability. All factory installed. U. Heater: A fresh air type heater with dual defroster tubes to windshield shall be installed. V. Lights: Halogen high beam headlights with low beam; parking, dome, tail, backup, and stop lights; front and rear directional turn signals with self-canceling control on steering column. Daytime running lights if available from Factory. I/ W. Controls and Instruments: Key locking ignition switch; head, parking and dome light switches, headlight beam control; speedometer; charge indicator; fuel gauge; oil pressure indicator; engine temperature indicator; high beam indicator light; traffic hazard switch; flashing turn indicator lights. In cab hood release. X. Radio: Manufacturer's standard AM/FM/CD Stereo radio with / clock. Required. V/ Y. Power Locks: Three (3)sets of keys per truck, required. Z. Windows: Electric power windows required. Sliding rear-vision / window if available from factory, dealer installed acceptable. AA. Airbag: Both sides, required. BB. Floor Mats: Trucks shall be delivered with factory floor mats required. If unavailable manufacturer accessory floor mats (through the dealer parts room) are acceptable. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 6 of 13 ions of the National Traffic and Motor Vehicles Safety Act, and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. } WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012%2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 4 of 13 • 01) ' BUYER INITIALS R435001NISCRIO1100423 nstallation also to include battery tray and bracket,heavy duty fuse, 1 gauge or larger cable. 35 REVERSE SENSING ALARM SYSTEM 20.0000 EA 699.0000 BUYER INITIALS R435001N18CR101 100423 I � i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICAITONS CC. Trailer Tow: Trailer tow package, complete with all hardware including RECEIVER HITCH. Hitch must meet maximum towing requirement for the vehicle being bid. State hitch class: and must include maximum trailer weight for vehicle being bid prior to contract award: 5366 DD. Integrated brake controller system to be included, if available from factory. EE. Trailer sway system required if available from factory. Comments: Ye Exception 2) ENGINE AND DRIVE TRAIN A. Engine: Minimum standards as stated in the specifications. f/ B. Transmission: Manufacturer's minimum four speed automatic transmission. Require auxiliary or heavy-duty oil cooler for the automatic transmission. A two-speed transfer case is required. Skid plate(s)for the transfer case shall be furnished if available by the manufacturer. C. Air Cleaner: Dry type. ✓/ D. Oil Filter: Full flow throwaway type. E. Thermostat: Required as recommended for permanent-type antifreeze. F. Radiator: Coolant recovery system required. G. Axle Ratio: Ratio to be recommended by manufacturer. Comments: � I Yes/ Exception 3) SUSPENSION AND RUNNING GEAR ,/ A. Wheelbase: Minimum standards as stated in the specifications. B. Steering: Manufacturer's recommended power steering. ✓ C. Steering Wheel: Regular production model or approved deluxe wheel. Tilt steering wheel required. D. Shock Absorbers: Heavy-duty double action type front and rear. E. Axle and Springs: Manufacturer's independent front suspension and single speed hypoid rear axle, all with spring sizes and axle sizes recommended to meet GVWR. The axle gear ratios shall be the same in the front and rear axles. Front stabilizer bar is required. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 7 of 13 / Y. Power Locks: Three (3)sets of keys per truck, required. Z. Windows: Electric power windows required. Sliding rear-vision / window if available from factory, dealer installed acceptable. AA. Airbag: Both sides, required. BB. Floor Mats: Trucks shall be delivered with factory floor mats required. If unavailable manufacturer accessory floor mats (through the dealer parts room) are acceptable. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 6 of 13 ions of the National Traffic and Motor Vehicles Safety Act, and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. } WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012%2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 4 of 13 • 01) ' BUYER INITIALS R435001NISCRIO1100423 nstallation also to include battery tray and bracket,heavy duty fuse, 1 gauge or larger cable. 35 REVERSE SENSING ALARM SYSTEM 20.0000 EA 699.0000 BUYER INITIALS R435001N18CR101 100423 I � i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICAITONS F. Brakes: Power service brakes; disc/drum or disc/disc combination -disc shall have a minimum 11 inch rotor, drum shall be minimum 11 inch by 2 inch. Parking brakes on rear wheel or drive line. Brakes shall be anti-lock type. ✓ G. Wheels: Five, 17 inch; spare carrier; four wheel covers/hub caps / if per unit, if standard. V H. Suspension: Must be designed to handle passenger and cargo requirements. Stability control and roll stability systems shall be furnished, if available from factory. 1. Tires: To be equipped with five full-sized black wall, tubeless, all season steel-belted radial tires on rims (minimum 17"), factory installed and of regular production, minimum as recommended by the manufacturer. Spare tire and wheel shall match service tires and wheels; spare can be steel rim. Tires to comply with manufacturer's GVWR. Tires should have a 50,000-mile tire rating. Tires to be manufactured and labeled by a major manufacturer and installed by factory. J. Differential: Limited slip, anti-spin type or equivalent system required, if available from factory. Indicate ratio: 3. . Comments: • Yew Exception 4) ELECTRICAL SYSTEM 1/ A. Ignition System: 12-volt, solid state. Must be equipped with high tension, radio frequency shielded, ignition wiring. The vehicle / shall be compatible with use of installed mobile radio. B. Battery: Heavy-duty, Maintenance free, highest cold cranking capacity amperage available from the factory for the model / bidding. Specify capacity: 660 Cc-4 C. Alternator: Standard-Required D. Bonding and Grounding: All components of the vehicle necessary to prevent interference with reception of low band two-way radio installed in the vehicle shall be adequately bonded and grounded. Comments: WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! I 3809 OF 2012 %Z Ton Extended Cab 4 Door 4x4 Pickup Truck Page 8 of 13 per truck, required. Z. Windows: Electric power windows required. Sliding rear-vision / window if available from factory, dealer installed acceptable. AA. Airbag: Both sides, required. BB. Floor Mats: Trucks shall be delivered with factory floor mats required. If unavailable manufacturer accessory floor mats (through the dealer parts room) are acceptable. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 6 of 13 ions of the National Traffic and Motor Vehicles Safety Act, and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. } WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012%2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 4 of 13 • 01) ' BUYER INITIALS R435001NISCRIO1100423 nstallation also to include battery tray and bracket,heavy duty fuse, 1 gauge or larger cable. 35 REVERSE SENSING ALARM SYSTEM 20.0000 EA 699.0000 BUYER INITIALS R435001N18CR101 100423 I � i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICAITONS Yes Exception 5) RADIO FREQUENCY SHIELDING—Caution!! A. The chassis and/or installed components and equipment shall be compatible with use of NDOR mobile and/or two-way communication devices. Main communication radio operates in low band range of 47 MHz to 48 MHz, but all frequencies apply / including low band, high band, UHF and VHF. B. The chassis and/or installed components and equipment shall be manufactured to meet all current SAE and/or ISO Standards applicable and/or relevant to Electromagnetic Compatibility. C. NDOR will conduct testing of radio/two-way when installed in chassis. NDOR will notify vendor if normal operational parameters are not met due to degradation of signals caused by electromagnetic emissions from chassis or installed components and equipment. Vendor shall be required to work with NDOR personnel to reduce interference level to a-point acceptable to NDOR normal radio operating parameters. Vendor shall have 30 / days to resolve RFI issue. V D. Vendor and/or manufacturer will be responsible for any and all cost to replace and/or modify any parts found to cause radio frequency interference. If NDOR and vendor can not resolve source of RFI the unit will be sent to an independent accredited lab for testing to ensure SAE and/or ISO Standards compliance. Testing shall be done to SAE and/or ISO Standards which were current at date of bid. Should the chassis and/or installed components and equipment fail testing at the accredited lab, the �. vendor shall be responsible for all cost incurred for testing. E. If after testing by NDOR and or accredited lab, the vendor is • unable or unwilling to incur the cost and correct the RFI issue to the satisfaction of NDOR, ALL ORDERS AND CORRESPONDING CONTRACT WILL BE CANCELLED. Comments: WARNING!! DO NOT.BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012%Ton Extended Cab 4 Door 4x4 Pickup Truck Page 9 of 13 ended Cab 4 Door 4x4 Pickup Truck Page 8 of 13 per truck, required. Z. Windows: Electric power windows required. Sliding rear-vision / window if available from factory, dealer installed acceptable. AA. Airbag: Both sides, required. BB. Floor Mats: Trucks shall be delivered with factory floor mats required. If unavailable manufacturer accessory floor mats (through the dealer parts room) are acceptable. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 6 of 13 ions of the National Traffic and Motor Vehicles Safety Act, and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. } WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012%2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 4 of 13 • 01) ' BUYER INITIALS R435001NISCRIO1100423 nstallation also to include battery tray and bracket,heavy duty fuse, 1 gauge or larger cable. 35 REVERSE SENSING ALARM SYSTEM 20.0000 EA 699.0000 BUYER INITIALS R435001N18CR101 100423 I � i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICAITONS Ye Exception 6) MISCELLANEOUS ✓ " A. All trucks shall be protected to 34 degrees below zero Fahrenheit by permanent type ethylene glycol base antifreeze of the brand normally furnished by the manufacturer. The radiator shall be tagged or marked to indicate the type, brand and degree of protection. Thermostat required as recommended for permanent- type antifreeze. Manufacturer's optional increased cooling / capacity system, if available by manufacturer, must be furnished. B. Coolant recovery system required. C. Each unit shall be delivered to the purchaser with all wheels balanced and the front end aligned. D. Manufacturer's standard equipment jack to comply with GVWR must be supplied. The standard complement of tools such as wheel lug wrench, and jack handle shall be provided, together / with facilities for storage. E. All equipment such as floor mats and 3`d keys shall be provided with the vehicle upon delivery. Comments: Yes/ Exception 7) DELIVERY V A. All vehicles shall be delivered FOB destination in Lincoln, Nebraska and in accordance with the Delivery Schedule shown on the purchase order. Trucks are to be road ready, fully equipped, serviced, and washed with the equivalent of a '/A tank of gasoline. Trucks showing lack of proper dealer pre-delivery service shall be subject to rejection until the vehicle is properly • serviced. Factory pre-delivery service is not acceptable. Dealer nameplates, decals, etc. shall not be affixed. A signed copy of the completed manufacturer's"New Vehicle Preparation- Inspection and Road Test"form must accompany each vehicle at time of delivery. B. After the truck has been fully serviced, the dealer may deliver it by rail freight, truck transport or by driving to the destination. IMPORTANT: The motor vehicle shall not have over 200 miles on the odometer at the time the motor vehicle is officially accepted and signed for by the purchaser. Deliveries shall be made between the hours of 9:00 AM and 3:00 PM daily, except Saturday, Sunday, and holidays. All deliveries must be scheduled with the Agency Representative. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012'/z Ton Extended Cab 4 Door 4x4 Pickup Truck Page 10 of 13 floor mats (through the dealer parts room) are acceptable. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 6 of 13 ions of the National Traffic and Motor Vehicles Safety Act, and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. } WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012%2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 4 of 13 • 01) ' BUYER INITIALS R435001NISCRIO1100423 nstallation also to include battery tray and bracket,heavy duty fuse, 1 gauge or larger cable. 35 REVERSE SENSING ALARM SYSTEM 20.0000 EA 699.0000 BUYER INITIALS R435001N18CR101 100423 I � i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ r 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICAITONS C. The original manufacturer's statement of origin, a service authorization card, and a properly executed service and warranty policy shall accompany each vehicle when delivered. D. Each vehicle shall be completely checked by the vendor to ensure conformance with the manufacturer's specifications and / the State of Nebraska requirements as stated herein. 1/ E. Invoices shall describe the truck, including vehicle identification number(VIN), key number and State of Nebraska purchase / order number. V F. Contract supplier or suppliers may honor pricing and extend the contract to political subdivisions, cities and counties. Political subdivisions, cities, and counties must meet terms and / conditions of the contract. G. Trucks that have been wrecked or sustained more than minor nicks and scratches will not be accepted. The vendor should not attempt to deliver a unit until minor nicks and scratches have been repaired. Failure to comply with the above may result in the dealer not being allowed to bid on future motor vehicles / contracts. H. Vendor shall provide order number to the purchaser within 5 business days after Purchase Order has been received. Vendor shall email, fax, or mail this information to each buyer. Comments: Yes Exception 8) WARRANTY A. The manufacturer's standard warranty shall apply to each vehicle (refer to item B below). Mechanical or body repair required under manufacturer's warranty, prior to use of the vehicle by the State, shall be the responsibility of the selling• dealer, including the transportation thereof. Warranty to be effective from date of issuance of first assignment and the mileage warranty will begin from the mileage on the odometer on the date of assignment.The selling dealer will provide warranty activation cards or delayed warranty forms with manufacturer mailing information in order to properly activate said warranty. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 11 of 13 day, and holidays. All deliveries must be scheduled with the Agency Representative. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012'/z Ton Extended Cab 4 Door 4x4 Pickup Truck Page 10 of 13 floor mats (through the dealer parts room) are acceptable. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 6 of 13 ions of the National Traffic and Motor Vehicles Safety Act, and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. } WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012%2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 4 of 13 • 01) ' BUYER INITIALS R435001NISCRIO1100423 nstallation also to include battery tray and bracket,heavy duty fuse, 1 gauge or larger cable. 35 REVERSE SENSING ALARM SYSTEM 20.0000 EA 699.0000 BUYER INITIALS R435001N18CR101 100423 I � i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ • 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICAITONS B. A minimum warranty of 3 years, 36,000 miles or the manufacturer's standard warranty, whichever is greater, is required. A minimum of 5 years, 100,000 miles rust warranty is required. Indicate standard manufacturer's warranties. The manufacturer's standard warranty shall be stated in the Exceptions/Comments section of the Bid if different and noted if different than requested. Comments: Yes/ Exception 9) SERVICE / A. Prior to the awarding of, or entering into any agreement or V contract,whether verbal or in writing, it shall be the responsibility of the manufacturer and/or the successful bidder to ensure and satisfy the State of Nebraska that there are factory authorized dealers, geographically located within the United States of America and the State of Nebraska, who will service and repair the vehicles being submitted for consideration without undue / delay. ✓ B. It is the responsibility of the vendor to see that the following agencies have received, or will receive in a timely fashion, Fleet Buyers Guides and Source Book for ordering purposes: AS/Transportation Services Bureau, AS/Materiel Division Purchasing Bureau, University of Nebraska-Lincoln Transportation Services, Game and Parks Commission, / Department of Roads, and the Nebraska State Patrol. l/ C. THE STATE OF NEBRASKA'S OBLIGATION TO PAY IS CONTINGENT UPON LEGISLATIVE APPROPRIATION OF FUNDS FOR THAT PURPOSE. SHOULD SAID FUNDS NOT BE APPROPRIATED, THE STATE OF NEBRASKA MAY TERMINATE THIS AGREEMENT. THE STATE OF NEBRASKA / WILL GIVE THE VENDOR THIRTY DAYS WRITTEN NOTICE / OF SUCH TERMINATION. VVV D. Vendor must indicate to whom payment is to be made, stating full name of company or entity, complete address and telephone number.After contract is awarded, payment shall only be made as indicated unless written notification is made to the AS/Materiel/Purchasing Bureau requesting an addendum to the contract; must be done 30 days prior to the delivery of vehicle. THERE WILL BE NO EXCEPTIONS! WARNING!! DO.NOT BID BASE TRUCK ON THIS SHEET!! I, 3809 OF 2012'A Ton Extended Cab 4 Door 4x4 Pickup Truck Page 12 of 13 '/z Ton Extended Cab 4 Door 4x4 Pickup Truck Page 10 of 13 floor mats (through the dealer parts room) are acceptable. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 6 of 13 ions of the National Traffic and Motor Vehicles Safety Act, and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. } WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012%2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 4 of 13 • 01) ' BUYER INITIALS R435001NISCRIO1100423 nstallation also to include battery tray and bracket,heavy duty fuse, 1 gauge or larger cable. 35 REVERSE SENSING ALARM SYSTEM 20.0000 EA 699.0000 BUYER INITIALS R435001N18CR101 100423 I � i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck / STATE OF NEBRASKA PURCHASING BUREAU SPECIFICAITONS V E. If vendor is interested in electronic fund transfer(EFT) payment, please contact purchasing agency after contract has been awarded. F. The manufacturer and/or the successful bidder should allow the State of Nebraska to participate in the manufacturer's service training network. Service network includes dealer onsite training, schools and computer based training when applicable. Comments: NON-COMPLIANCE STATEMENT Read this specification carefully. Any and all exceptions to this specification must be stated below or attached to the Invitation to Bid, in ink in a legible format. Non-compliance can void your bid response. EXCEPTIONS/COMMENTS: Use additional pages if needed • WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 13 of 13 repair the vehicles being submitted for consideration without undue / delay. ✓ B. It is the responsibility of the vendor to see that the following agencies have received, or will receive in a timely fashion, Fleet Buyers Guides and Source Book for ordering purposes: AS/Transportation Services Bureau, AS/Materiel Division Purchasing Bureau, University of Nebraska-Lincoln Transportation Services, Game and Parks Commission, / Department of Roads, and the Nebraska State Patrol. l/ C. THE STATE OF NEBRASKA'S OBLIGATION TO PAY IS CONTINGENT UPON LEGISLATIVE APPROPRIATION OF FUNDS FOR THAT PURPOSE. SHOULD SAID FUNDS NOT BE APPROPRIATED, THE STATE OF NEBRASKA MAY TERMINATE THIS AGREEMENT. THE STATE OF NEBRASKA / WILL GIVE THE VENDOR THIRTY DAYS WRITTEN NOTICE / OF SUCH TERMINATION. VVV D. Vendor must indicate to whom payment is to be made, stating full name of company or entity, complete address and telephone number.After contract is awarded, payment shall only be made as indicated unless written notification is made to the AS/Materiel/Purchasing Bureau requesting an addendum to the contract; must be done 30 days prior to the delivery of vehicle. THERE WILL BE NO EXCEPTIONS! WARNING!! DO.NOT BID BASE TRUCK ON THIS SHEET!! I, 3809 OF 2012'A Ton Extended Cab 4 Door 4x4 Pickup Truck Page 12 of 13 '/z Ton Extended Cab 4 Door 4x4 Pickup Truck Page 10 of 13 floor mats (through the dealer parts room) are acceptable. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012 1/2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 6 of 13 ions of the National Traffic and Motor Vehicles Safety Act, and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. } WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012%2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 4 of 13 • 01) ' BUYER INITIALS R435001NISCRIO1100423 nstallation also to include battery tray and bracket,heavy duty fuse, 1 gauge or larger cable. 35 REVERSE SENSING ALARM SYSTEM 20.0000 EA 699.0000 BUYER INITIALS R435001N18CR101 100423 I � i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ , Model Information-Online Ordering Guide Page 1 of 2 2012 Silverado 1500 COLOR AND TRIM -SOLID PAINT ZY1 S=Standard Equipment A=Available —(dashes)=Not Available SOLID-PAIN.TZ-X1 '' is=Included in Equipment Group 0=Included in Equipment Group but upgradeable *Indicates availability of feature on multiple models.For example,it indicates feature availability on 2VVD and 4WD Models or Rear wheel drive and All-wheel drive Models. Interior Seat Light Light Decor Level Seat Typee Seat Trim Ebony Cashmere/ Titanium/ Dark CodDark Dark Titanium Cashmere Titanium' Work Truck Front 40/20/40 split-bench AE7 Viny12 — -- — 88V with fold-down armrest Work Front 40/20/40 split-bench ok/LS with fold-down armrest and AE7 Cloth -- — — 88B Trmanual driver lumbar �. Front 40/20/40 redining split- LT/Fuel bench with fold-down armrest Economy and lockable storage AZ3 Premium Cloth 19C 33C 83C — Package compartment with auxiliary power outlet LT/Fuel Economy Front power reclining buckets A95 Premium Cloth 19C 33C 83C — Package Front 40/20/40 reclining split- LT/Fuel bench with fold-down armrest Leather- Economy and lockable storage AZ3 appointed front 193 333 833 -- Package compartment with auxiliary seats power outlet LT/Fuel Leather- Economy Front power reclining buckets A95 appointed front 193 333 833 — Package seats Front power full-feature Leather- LTZ AN3 appointed front 193 333 833 -- reclining buckets seats Custom Front power full-feature Perforated LTZ reclining buckets AN3 Leather- 196 336 836 — appointed front seats3 Interior j Exterior Color Touch-Up Paint Solid Paint Code Number Ebony Light Cashmere I Dark Light Titanium/re Dark Dark um NEW! Graystone 16U WA-213M A A A A Metallic4 Imperial Blue 37U WA-403P A A A A Metallic4 Black 41U WA-8555 A A A A Blue Granite Metallic4 46U WA-928L A A A A Summit White 50U WA-8624 A A A A NEW Black Granite 58U WA-501Q — — -- A Metal I icy Victory Red 74U WA-9260 A A A A https://www.autopartners.net/apps/eogld/NASApp/domestic/proddesc jsp?year=2012&re... 10/26/2011 the National Traffic and Motor Vehicles Safety Act, and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. } WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012%2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 4 of 13 • 01) ' BUYER INITIALS R435001NISCRIO1100423 nstallation also to include battery tray and bracket,heavy duty fuse, 1 gauge or larger cable. 35 REVERSE SENSING ALARM SYSTEM 20.0000 EA 699.0000 BUYER INITIALS R435001N18CR101 100423 I � i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ • , _ Model Information-Online Ordering Guide Page 2 of 2 White Diamond 98U WA-800J A A A — Tricoat6 NEW! Silver Ice GAN WA-636R A A A A Metallic? NEW! Mocha Steel GHA WA-706S A A A A Metallic4 1-Interior color,including seat trim,has lighteddarker two-tone effect. 2-Vinyl seats require(BG9)Black rubberized vinyl floor covering. 3-Requires(KB6)heated and cooled driver and front passenger seats. 4-Not available with(PDA)Texas Edition,(PEB)Custom Sport Truck Package or(PEF)Florida Edition. 5-Requires 1WT trim.Not available on C*10543 models. 6-Included and only available with(POP)LT White Diamond Edition or(POP)LTZ White Diamond Edition. 7-Not available on Crew Cab models until 4th Quarter 2011. • • • https://www.autopartners.net/apps/eogld/NASApp/domestic/proddesc jsp?year=2012&re... 10/26/2011 driver lumbar �. Front 40/20/40 redining split- LT/Fuel bench with fold-down armrest Economy and lockable storage AZ3 Premium Cloth 19C 33C 83C — Package compartment with auxiliary power outlet LT/Fuel Economy Front power reclining buckets A95 Premium Cloth 19C 33C 83C — Package Front 40/20/40 reclining split- LT/Fuel bench with fold-down armrest Leather- Economy and lockable storage AZ3 appointed front 193 333 833 -- Package compartment with auxiliary seats power outlet LT/Fuel Leather- Economy Front power reclining buckets A95 appointed front 193 333 833 — Package seats Front power full-feature Leather- LTZ AN3 appointed front 193 333 833 -- reclining buckets seats Custom Front power full-feature Perforated LTZ reclining buckets AN3 Leather- 196 336 836 — appointed front seats3 Interior j Exterior Color Touch-Up Paint Solid Paint Code Number Ebony Light Cashmere I Dark Light Titanium/re Dark Dark um NEW! Graystone 16U WA-213M A A A A Metallic4 Imperial Blue 37U WA-403P A A A A Metallic4 Black 41U WA-8555 A A A A Blue Granite Metallic4 46U WA-928L A A A A Summit White 50U WA-8624 A A A A NEW Black Granite 58U WA-501Q — — -- A Metal I icy Victory Red 74U WA-9260 A A A A https://www.autopartners.net/apps/eogld/NASApp/domestic/proddesc jsp?year=2012&re... 10/26/2011 the National Traffic and Motor Vehicles Safety Act, and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. } WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012%2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 4 of 13 • 01) ' BUYER INITIALS R435001NISCRIO1100423 nstallation also to include battery tray and bracket,heavy duty fuse, 1 gauge or larger cable. 35 REVERSE SENSING ALARM SYSTEM 20.0000 EA 699.0000 BUYER INITIALS R435001N18CR101 100423 I � i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ • , Model Information-Online Ordering Guide Page 1 of 2 . 1 2012 Silverado 1500 COLOR AND TRIM SEO SOLID PAINT S=Standard Equipment A=Available --_ —(dashes)=Not Available SEO-SOL ID-PAINT ■=Included in Equipment Group 0=Included in Equipment Group but upgradeable `Indicates availability of feature on multiple models.For example,it indicates feature availability on 2WD and 4WD Models or Rear wheel drive and All-wheel drive Models. Interior Decor Seat Type Code Seat Trim Seat Dark Dark Dark Cashmere/ Ebony Titan,.....'"''' Titanium/ Light CashmereLight Titanium Work Front 40/20/40 split-bench with AE7 Viny12 -- -- 88V — Truck fold-down armrest Front 40/20/40 split-bench with Work Truck fold-down armrest and manual AE7 Cloth — — 88B — driver lumbar Front 40/20/40 reclining split- LT bench with fold-down armrest and AZ3 Premium 33C 19C -- 83C lockable storage compartment Cloth with auxiliary power outlet Premium LT Front power reclining buckets A95 Cloth 33C 19C — 83C 1 Front 40/20/40 reclining split- Leather • - LT bench with fold-down armrest and AZ3 appointed 333 193 — 833 lockable storage compartment front seats • with auxiliary power outlet • Leather • - LT Front power reclining buckets A95 appointed 333 193 — 833 front seats - Interior Exterior Color Touch-Up Paint Dark Cashmere/ Dark Dark Titanium/ Solid Paint Code Number Ebony Light Cashmere Titanium Light Titanium Yellow3 none WA-5248 A A A A Blue Metallic3 . none WA-5405 • A A A A Yellow3 none WA-5445 A A A A Yellow3 none WA-5456 A A A A Blue3 none WA-5663 A A A A Blue3 none WA-7154 A A A A Blue Metallic3 none WA-7159 A A A A Gray Metallic3 none WA-7840 A A A A Green3 none WA-7941 A A A A Woodland Green3 9V5 WA-9015 A A A A Doeskin Tan3 9V9 WA-9403 A A A A - Yellow3 none WA-9414 A A A A Tangier Orange3 9W4 WA-9417 A A A A Orange3 none WA-9419 A A A A Green Metallic3 none WA-9539 A A A A Indigo Blue3 none WA-9792 A A A A Light Autumnwood none WA-228A A A A A Metallic3 . . https://www.autopartners.net/apes/eogld/NASApp/domestic/proddesc jsp?year=2012&ve... 10/26/2011 fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. } WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012%2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 4 of 13 • 01) ' BUYER INITIALS R435001NISCRIO1100423 nstallation also to include battery tray and bracket,heavy duty fuse, 1 gauge or larger cable. 35 REVERSE SENSING ALARM SYSTEM 20.0000 EA 699.0000 BUYER INITIALS R435001N18CR101 100423 I � i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ Model Information- Online Ordering Guide Page 2 of 2 • Wheatland Yellow3 9W3 WA-253A A A A A Dark Toreador Red3 none WA-334D A A A A Pewter3 none WA-382E A A A A Blue3 none WA-454N A A A A Orange3 none WA-770H A A A A Arrival Blue3 none WA-815K A A A A NOTE:All non-sheet metal parts-i.e.,Fascia,Bumpers,Mirrors,Door Handles and Moldings will be flat Black.No Chrome front bumper bar with uplevel trim. 1-interior color,Including seat trim has lighter/darker two-tone effect. 2-Vinyl seats required(BG9)Black rubberized vinyl floor covering. 3-Not available on model CC10543.On model CK10543 requires(LC9)Vortec 5.3L Variable Valve Timing V8 SFI FlexFuel engine and(MYC)6-speed automatic transmission and not available with(WEA)271 Appearance package,(PEF)Florida'Edition,(PDA) Texas Edition,(PEB)Custom Sport Truck Package or on Hybrid models. https://www.autopartners.net/apes/eogld/NASApp/domestic/proddesc jsp?year=2012&ve... 10/26/2011 compartment Cloth with auxiliary power outlet Premium LT Front power reclining buckets A95 Cloth 33C 19C — 83C 1 Front 40/20/40 reclining split- Leather • - LT bench with fold-down armrest and AZ3 appointed 333 193 — 833 lockable storage compartment front seats • with auxiliary power outlet • Leather • - LT Front power reclining buckets A95 appointed 333 193 — 833 front seats - Interior Exterior Color Touch-Up Paint Dark Cashmere/ Dark Dark Titanium/ Solid Paint Code Number Ebony Light Cashmere Titanium Light Titanium Yellow3 none WA-5248 A A A A Blue Metallic3 . none WA-5405 • A A A A Yellow3 none WA-5445 A A A A Yellow3 none WA-5456 A A A A Blue3 none WA-5663 A A A A Blue3 none WA-7154 A A A A Blue Metallic3 none WA-7159 A A A A Gray Metallic3 none WA-7840 A A A A Green3 none WA-7941 A A A A Woodland Green3 9V5 WA-9015 A A A A Doeskin Tan3 9V9 WA-9403 A A A A - Yellow3 none WA-9414 A A A A Tangier Orange3 9W4 WA-9417 A A A A Orange3 none WA-9419 A A A A Green Metallic3 none WA-9539 A A A A Indigo Blue3 none WA-9792 A A A A Light Autumnwood none WA-228A A A A A Metallic3 . . https://www.autopartners.net/apes/eogld/NASApp/domestic/proddesc jsp?year=2012&ve... 10/26/2011 fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. } WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012%2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 4 of 13 • 01) ' BUYER INITIALS R435001NISCRIO1100423 nstallation also to include battery tray and bracket,heavy duty fuse, 1 gauge or larger cable. 35 REVERSE SENSING ALARM SYSTEM 20.0000 EA 699.0000 BUYER INITIALS R435001N18CR101 100423 I � i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ '.x . a Carlos Castillo, Jr Administrat ervices Director Dave Heineman, Governor • ADDENDUM ONE Date: October 19, 2011 • I. To: All Bidders From: Connie Heinrichs, Buyer AS State Purchasing RE: Addendum for 3806 OF, 3807 OF, 3808 OF, 3809 OF, 3810 OF, 3811 OF, and 3812OF • Original Opening Date and Time: October 26, 2011 at 2:00 p.m. There were no questions submitted for 3806 OF,3807 OF,3808 OF,3809 OF,3810 OF,3811 OF, and 3812 OF. This addendum will become part of the bid and should be acknowledged with the ITB. . • • • • Steve Sulek • Administrator Materiel Division • 301 Centennial Mall South • P.O.Box 94847 • Lincoln,Nebraska 68509-4847 • Phone:402-471-2401 • Fax:402-471-2089 Transportation Services Bureau • 1400 M St • P.O.Box 95025 • Lincoln,Nebraska 68508-5025 • Phone:402-471-2897 • Fax:402-471-2999 . kr.F_�4L nrp,,Iw !y:A!;tnt:::rt4re;l-ti.•;,,,rnrt,,n;,c, • Prin!;d wrh LOy in},on rOCyCkH!papoi ' LT Front power reclining buckets A95 Cloth 33C 19C — 83C 1 Front 40/20/40 reclining split- Leather • - LT bench with fold-down armrest and AZ3 appointed 333 193 — 833 lockable storage compartment front seats • with auxiliary power outlet • Leather • - LT Front power reclining buckets A95 appointed 333 193 — 833 front seats - Interior Exterior Color Touch-Up Paint Dark Cashmere/ Dark Dark Titanium/ Solid Paint Code Number Ebony Light Cashmere Titanium Light Titanium Yellow3 none WA-5248 A A A A Blue Metallic3 . none WA-5405 • A A A A Yellow3 none WA-5445 A A A A Yellow3 none WA-5456 A A A A Blue3 none WA-5663 A A A A Blue3 none WA-7154 A A A A Blue Metallic3 none WA-7159 A A A A Gray Metallic3 none WA-7840 A A A A Green3 none WA-7941 A A A A Woodland Green3 9V5 WA-9015 A A A A Doeskin Tan3 9V9 WA-9403 A A A A - Yellow3 none WA-9414 A A A A Tangier Orange3 9W4 WA-9417 A A A A Orange3 none WA-9419 A A A A Green Metallic3 none WA-9539 A A A A Indigo Blue3 none WA-9792 A A A A Light Autumnwood none WA-228A A A A A Metallic3 . . https://www.autopartners.net/apes/eogld/NASApp/domestic/proddesc jsp?year=2012&ve... 10/26/2011 fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. } WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012%2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 4 of 13 • 01) ' BUYER INITIALS R435001NISCRIO1100423 nstallation also to include battery tray and bracket,heavy duty fuse, 1 gauge or larger cable. 35 REVERSE SENSING ALARM SYSTEM 20.0000 EA 699.0000 BUYER INITIALS R435001N18CR101 100423 I � i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ C-25a CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, the Public Works Department desires to purchase two %2 ton,,extended cab, 4 door, 4x4 pickup trucks as detailed in the attached inter-office communicationV utilized by the Environmental Quality Control Division; and, WHEREAS, Husker Auto Group submitted a total bid of $45,732.00 to the State of Nebraska under Contract No. 13139 OC for two %2 ton, extended cab, 4 door, 4x4 pickup trucks as detailed in the attached inter-office communication; and, WHEREAS, the Purchasing Agent is authorized to purchase two %2 ton, extended cab, 4 door, 4x4 pickup trucks as detailed in the attached inter-office communication based on the bid submitted to the State of Nebraska. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the.Purchasing Agent be authorized to issue a Purchase Order to Husker Auto Group for the purchase of two %2 ton, extended cab, 4 door, 4x4 pickup trucks as detailed in the attached inter-office communication in the total amount of $45,732.00; and, that the Finance Department is authorized to pay this cost from the Stormwater Fee Revenue Fund 12128, Stormwater Management Organization 116312, year 2012 funding. 183612scp APPROVED AS TO FORM: *EITY ATTORNEY DATE B y C uu ilmember Adopted )' ..1..3..21.!!:: . .Lv _D Clerk 3� Y is-1( G Approved Mayor ather • - LT Front power reclining buckets A95 appointed 333 193 — 833 front seats - Interior Exterior Color Touch-Up Paint Dark Cashmere/ Dark Dark Titanium/ Solid Paint Code Number Ebony Light Cashmere Titanium Light Titanium Yellow3 none WA-5248 A A A A Blue Metallic3 . none WA-5405 • A A A A Yellow3 none WA-5445 A A A A Yellow3 none WA-5456 A A A A Blue3 none WA-5663 A A A A Blue3 none WA-7154 A A A A Blue Metallic3 none WA-7159 A A A A Gray Metallic3 none WA-7840 A A A A Green3 none WA-7941 A A A A Woodland Green3 9V5 WA-9015 A A A A Doeskin Tan3 9V9 WA-9403 A A A A - Yellow3 none WA-9414 A A A A Tangier Orange3 9W4 WA-9417 A A A A Orange3 none WA-9419 A A A A Green Metallic3 none WA-9539 A A A A Indigo Blue3 none WA-9792 A A A A Light Autumnwood none WA-228A A A A A Metallic3 . . https://www.autopartners.net/apes/eogld/NASApp/domestic/proddesc jsp?year=2012&ve... 10/26/2011 fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. } WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3809 OF 2012%2 Ton Extended Cab 4 Door 4x4 Pickup Truck Page 4 of 13 • 01) ' BUYER INITIALS R435001NISCRIO1100423 nstallation also to include battery tray and bracket,heavy duty fuse, 1 gauge or larger cable. 35 REVERSE SENSING ALARM SYSTEM 20.0000 EA 699.0000 BUYER INITIALS R435001N18CR101 100423 I � i ails @ a .y.,0 i F,�C'ri,�`{i1; r5al,, i�,,,Igt 1. t,$ 1'�i ..'ti..''',`tire,`'wr�+�.h::a...�..Alr � .i J {�01 a >A!-r 1,:o.t �'�..H':Lv? rAi a4 .A _-� 21 .1',.7 r - i (12/01/11 djg) Estimated Unit of Unit Line Description Quantity Measure Price 1 1/2 TON EXT CAB 4 DOOR PICKUP 20.0000 EA 22,299.0000 CHEVROLET SILVERADO 1500 LT 2012 or Current Production Year 1/2 Ton Extended Cab 4 Door 4X4 Pickup Truck GVWR:7,000 Series, Code,Trim Level: 1500-CK10753-LT Engine: L20-4.8L V8 EPA: 13 city/18 highway The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. i 1 BUYER INITIALS R43500INISCRIO1 100423 l 2e i . -Foe I S4,960 $2,880 $2,080 $8,938 I 81,050 S372 $2,23i _ $9,728 Summary by Firm Veenflra._6 Kinnn,Rro EON� _- • Lovcten Martafina r. OW_ Ermineerbg 6 Sur_Y_eotno ' TREKK , Thiele Cleated,,Mn. Taal Labor Nam , Total Fee "robed FepWry 6 2012 I • • • • lrmd Surveying TREKK ..- Thiele Geotede Inc. Total Labor Hours TOUIFee ) J eO PAeuen62012 I 81.310 10 31.310 10 2 1, 4 Taos Noon. 1.278 1.110 65 258 107 150 28 116 4 36 28 18 T.:RFee 2154,580 8118757 $8,775 $33,540 $13,910 $15,0W $2,108 $30,368 2520 82,520_ $1,590 51,170 $5,950 TASK 3-PERMITTING SERVICES - ' 3.I Deve1000eyelonprellmin.ry LIM of Erw1rmnant 22.730 18 82.730 18 4 4 8 2 500 �.2 PMT ogmwimce Re le:;of Permits "�' 32.n0 22 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ • C4 r* flo _• •A'C rb 'b ., 8 8CDIl • 'CI t••t Cl) "t Cr O / -ii A� tli O 0 0 0 n O eti — " N. p �J `� N O i CO O G. cND 0' p 0 P Po al- CJA i IV CA)tV n O I . hIp P� A4 .n O O. N O n O, 0 00 5- O ,�. . oo 5 co ?r a N a, • • { kt 'i F� t `.•Ht l p� ` 1 N :CD — d ap ~ o � _ �o n (� A' P CD Q" wNO 0 , '� CDD O Q. 0 ca. r'' O ccD n a.cn . a :; CD P CD Nr