Loading...
RES 2011-0034 - PO to Husker Auto Group for pickup truck OMHA'A'E' • o�. �� Public Works Department :�—`1 ��� RECEIVED Omaha/Douglas Civic Center ,,� i►;' 1819 Farnan Street,Suite 601 W ' ^' Omaha,Nebraska 68183-0601 o,.,. y*Alfe ,, January 11, 2011 10DEC 30 �'t9 f' i (402)444-5220 to ~ Fax(402)444-5248 4 ��TED FEBRVr v of i., L `l City of Omaha • 01 f li , i `- F`r f S 'f 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 a %2 ton extended cab pickup truck to be utilized by the Construction Division. The following bids were received on May 26, 2010. A detailed bid tabulation is attached. Contractor Total Bid HUSKER AUTO GROUP $21,567.00 (Recommended Bid) Fleet Management has recommended the award to Husker Auto Group based on a bid submitted to the State of Nebraska per Contract No. 12868 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 the purchase of a %2 ton extended cab pickup truck from the Street and Highway Allocation Fund 12�1, Construction Survey Inspection Organization 11921, year 2010 expenditures. The Public Works Department recommends the acceptance of the bid from Husker Auto Group in the amount of$21,567.00 and requests your consideration and approval of this Resolution. Respectfully submitted, Referre2c " City Council for Consideration: C� Zdlv R67,44-1--- --,44-4 ,z,,70...,, G. Stubbe, P.E. Date M ise Date Public Works Director Approved as to Funding: Approved: awe fa-a7,u 01 11-301 ID JarPam Spaccarotella Date Human Rights and Relations / to V Finance Director Department 156310scp of its own for the dump and door functions". We specify a diverter valve because it allows us to use only 20 gallons of hydraulic versus 70 gallons; an oil cooler is not required. These exceptions are not acceptable to the City. Recommendation is being forwarded to the City Council to reject your bid and award this bid to another bidder. up in the front of the tank the half door will force the operator to stand in the opening to wash out the load, placing them in a direct line to come in contact with raw sewage and.contaminants, a major safety issue. We have had a unit with a half door and had this issue and that is why we specified a full door on the unit. 1 IL • . . . .., . 0 C° -NC 03 C) 'ea . . -.! C N I co n_ < one year from the date of award. EVALUATION: Prior to award of contract,the City of Omaha reserves the right to perform tests on proposed brake parts to measure performance under various conditions and determine pad and rotor wear characteristics. Bids for brakes found to be non-compliant will be rejected. The City of Omaha also will consider past experience with parts and evaluations from outside agencies such as the National Law Enforcement and Corrections Technology Center. AVAILABILITY: Successful bidder must visit Fleet Management(2606 N. 26th Street)each morning Monday thru Friday between the hours of 06:00 and 08:00 to pickup items for service. Periodically Fleet Management will require brakes to be picked up from other City of Omaha Fleet Management facilities. These facilities are located within the City of Omaha with the exception of the Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis.24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 All bidders awarded a contract In the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE)} rms Payment Te 6 % Firm: S c'Q f „ciflr.c - u !0 f!)4"l 4 Lncerporated• In: Delivery(or completion) Name: N (A)atf2i' 4'4 Signature: fi{,1,t,, I calendar days following Title: 4 4S MQf,, JPhorle'4 J 349 J 7"Fla t/02 3 3 D- award Address: 144 8,S gio v ev S ,rw r' t2ix'A )r• !c6/c'/ es Street/P.O.Box City /State Zip Email Address: �pS-�Q0�4✓a l �p t. 41 (�4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET STATE OF N E B RAS KA CONTRACT AWARD State Purchasing Bureau301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 Lincoln,Nebraska 68509-4847 1 of 6 12/03/10 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 CONNIE HEINRICHS(AS) CONTRACT NUMBER VENDOR NUMBER: 500864 • 12868 OC VENDOR ADDRESS: Primary Award HUSKER AUTO GROUP 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: 2011 Production Year NO ACTION ON THE PART OF THE VENDOR NEEDS TO BE TAKEN AT THIS TIME. ORDERS FOR THE EQUIPMENT OR SUPPLIES WILL BE MADE AS NEEDED BY THE VARIOUS AGENCIES OF THE STATE. THIS CONTRACT IS NOT AN EXCLUSIVE CONTRACT TO FURNISH.:THE EQUIPMENT OR SUPPLIES SHOWN BELOW, AND DOES NOT PRECLUDE THE PURCHASE OF SIMILAR ITEMS FROM OTHER SOURCES. THE STATE RESERVES THE RIGHT TO EXTEND THE PERIOD',OF.;THIS CONTRACT BEYOND THE TERMINATION DATE WHEN MUTUALLY AGREEABLE TO THE VENDOR AND THE STATE OF€NEBRASKA. Original/Bid Document 3463 OF The State may request that payment be made electronically instead 4 by state warrant.ACH/EFT Enrollment Form can be found at:<http://www.das.state.ne.us/accounting/forms/aChenrp).00 : f �Et E i 2011 or Current Production Year, 1/2 Ton Extended Cab 4 D or 4x4 Pickup Truck,as per the attached specifications,terms 1\,lt. �,.4 04 , and conditions for the 2011 Production Year. ;, €i _ .. Make/Model:Chevrolet Silvered()LT P0,1 P i € is Delivery: 35-120 Days ARO. : _ .........: .. .... .Fri ''j .y f: .'$'.:. ,�..T....i . � ;I4M$'7_._ Contract subject to thirty(30)days cancellation by either party upon written notice r a ,r 'I I. .I.ik. r tim t nl. _,and are not to be'construed3to mean:firmquantities:' The.State of Nebraska reserves the Quantities shown a e es� a es o y q .,. , � i right to increasellp decrease any quantities shown t L fiFE=_n- �� f Li The Contractor is required and,:hereby agrees touse a,federal immigrationverification systeni`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. • 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. .ca4. t ‘I � LI dir ATERIEL INIST TOR-- tion of the Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis.24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 All bidders awarded a contract In the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE)} rms Payment Te 6 % Firm: S c'Q f „ciflr.c - u !0 f!)4"l 4 Lncerporated• In: Delivery(or completion) Name: N (A)atf2i' 4'4 Signature: fi{,1,t,, I calendar days following Title: 4 4S MQf,, JPhorle'4 J 349 J 7"Fla t/02 3 3 D- award Address: 144 8,S gio v ev S ,rw r' t2ix'A )r• !c6/c'/ es Street/P.O.Box City /State Zip Email Address: �pS-�Q0�4✓a l �p t. 41 (�4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET • STATE OF N E B RAS KA CONTRACT AWARD State Purchasing Bureau 301 Centennial Mall South,1st Floor Lincoln;Nebraska 68508 OR • PAGE ORDER DATE P.O.Box 94847 2 of 6 12/03 0 Lincoln,Nebraska 68509-4847 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 CONNIE HEINRICHS(AS) VENDOR NUMBER: 500864 CONTRACT NUMBER 12868 OC The parties hereby agree that the following documents are incorporated into the contract resulting from this Invitation to Bid: 1.The signed Invitation to Bid Contract document; 2.The original ITB document; 3.Any Addenda and or Amendments to include Questions and Answers; 4.Warranty documents supplied with the bid; 5.The contract award. Unless otherwise specifically stated'in a contract amendment, in case of any conflict between the incorporated documents, the documents shall govern in the following order of preference with number 1 receiving preference over all other documents and with each lower numbered document having preference over any higher numbered document: 1)the contract award,2) ITB addenda or amendments,to include Questions and Answers,with the latest dated amendment having the highest priority, 3)the original ITB,4)the signed ITB Contract document,5)warranty documents supplied with the bid. Any remaining uncertainty or ambiguity shall not be interprettdagainst either party because such party prepared any portion of the Agreement,but shall be interpreted according to the 40licatioh of rules of interpretation of contracts generally. It is understood by the parties that in the State of Nebraska s=::opinion;any limitation on the contractor's liability is unconstitutional under the Nebraska State Constitution,Article IXIIISection 3 and that any limitation of liability shall not be binding on the State of Nebraska despite inclusion of such'language:in documents supplied with the contractor's bid. Vendor Contact: Chuck Ames Phone: 402-610-0465 Fax: 402-479-7658 Email: cames@vtaig.com - Estimated Unit of Unit Line Description <.;,.>_:' • : r.:Quantity Measure Price 1 1/2 TON EXT CAB 4 DOO }TRUCK = " 20.0000 ,EA 21,430.0000 CHEVROLET SILVERADO LT - 2011 or Curre t Production Year 1/2 Ton Extended Gab 4 Door,4X4 Pickup Truck f4r s a t "ter GVW1V 7 000 Series,Code,;Trim Level, 1600 •CK10753-- 6 Engine: 4.8L Vortec V8 EPA: 13c/18h 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. 2 E85 1/2 TON EXT CAB 4 DR TRUCK 20.0000 EA 21,430.0000 CHEVROLET SILVERADO 1500 LT 2011 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%Ethanolf15% Unleaded gasoline without additional change or conversion.) Engine: L20 4.8L Vortec V8 E85 GVWR: 7,000 Series Code,Trim Level: 1500-CK10753 LT oir) BUYER INITIALS R43500(NISC0001 100423 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. .ca4. t ‘I � LI dir ATERIEL INIST TOR-- tion of the Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis.24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 All bidders awarded a contract In the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE)} rms Payment Te 6 % Firm: S c'Q f „ciflr.c - u !0 f!)4"l 4 Lncerporated• In: Delivery(or completion) Name: N (A)atf2i' 4'4 Signature: fi{,1,t,, I calendar days following Title: 4 4S MQf,, JPhorle'4 J 349 J 7"Fla t/02 3 3 D- award Address: 144 8,S gio v ev S ,rw r' t2ix'A )r• !c6/c'/ es Street/P.O.Box City /State Zip Email Address: �pS-�Q0�4✓a l �p t. 41 (�4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET • STATE OF N E B RAS KA CONTRACT AWARD State Purchasing Bureau 301 Centennial Mall South,let Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 • Lincoln,Nebraska 68509-4847 3 of 6 • 12/03/10 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 CONNIE HEINRICHS(AS) VENDOR NUMBER: 500864 CONTRACT NUMBER 12868 OC Estimated Unit of Unit Line Description Quantity Measure Price EPA: 13c/18h 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. OPTIONS 3 ENGINE(OTHER GAS)LC9 20.0000 EA 998.0000 5.3L VORTEC V8 4 ENGINE(OTHER GAS).L9H 20.0000 EA 2,945.0000 6.2L VORTEC V8 5 BUCKET TYPE SEATS ` 20.0000 EA 1,099.0000 CLOTH WITH VINYL TRIM 6 NO SLIDING REAR-VISION WINDOW 20.0000 EA -119.0000 (DEDUCT) _ `: 7 BODY SIDE MOLDINGS DEALER ;;,>.I' *0 l' s, 20.0000 EA 259.0000 INSTALL 8 LIMITED SLIP DIFFERENTIAL:,,: • pi � >;S"':;: ''+.: 20.0000 EA 359.0000 GEAR RATIO: GU6 _,f+ ,.:•r3 E $ s: 9 INCREASED PICKUP BOX1i ENGTH OF 20 0000 !EA 1,299.0000 APPROXIMAP.ELY.8FT WITH' I correspon°ding wheelbase 3 Wheelt ase 157,5 l '' r .[ 7 10 TRAILER TOWING PACKAGE 20.0000 EA -247.0000 (DEDUCT) 11 CARGO LIGHT 20.0000 EA 99.0000 12 STANDARD PAINT 20.0000 EA 0.0000 13 FOR DEPT OF ROADS USE: 20.0000 EA 239.0000 YELLOW COLOR OF • Chevrolet/GMC#WA-253A code(9W3) 14 EXTRA COST PAINT 20.0000 EA 269.0000 15 ADDITIONAL REMOTE FOB FROM 20.0000 EA 99.0000 MANUFACTURER • BUYER INITIALS R43500NISC0001 100423 Unit Line Description <.;,.>_:' • : r.:Quantity Measure Price 1 1/2 TON EXT CAB 4 DOO }TRUCK = " 20.0000 ,EA 21,430.0000 CHEVROLET SILVERADO LT - 2011 or Curre t Production Year 1/2 Ton Extended Gab 4 Door,4X4 Pickup Truck f4r s a t "ter GVW1V 7 000 Series,Code,;Trim Level, 1600 •CK10753-- 6 Engine: 4.8L Vortec V8 EPA: 13c/18h 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. 2 E85 1/2 TON EXT CAB 4 DR TRUCK 20.0000 EA 21,430.0000 CHEVROLET SILVERADO 1500 LT 2011 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%Ethanolf15% Unleaded gasoline without additional change or conversion.) Engine: L20 4.8L Vortec V8 E85 GVWR: 7,000 Series Code,Trim Level: 1500-CK10753 LT oir) BUYER INITIALS R43500(NISC0001 100423 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. .ca4. t ‘I � LI dir ATERIEL INIST TOR-- tion of the Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis.24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 All bidders awarded a contract In the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE)} rms Payment Te 6 % Firm: S c'Q f „ciflr.c - u !0 f!)4"l 4 Lncerporated• In: Delivery(or completion) Name: N (A)atf2i' 4'4 Signature: fi{,1,t,, I calendar days following Title: 4 4S MQf,, JPhorle'4 J 349 J 7"Fla t/02 3 3 D- award Address: 144 8,S gio v ev S ,rw r' t2ix'A )r• !c6/c'/ es Street/P.O.Box City /State Zip Email Address: �pS-�Q0�4✓a l �p t. 41 (�4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET • State Purchasing Bureau STATE OF N E B RAS KA CONTRACT AWARD 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 • OR PAGE ORDER DATE P.O.Box 94847 Lincoln,Nebraska 68509-4847 4 of 12/03one:/10 BUSINESS UNIT BUYER Fax: 0(402)471 20891-2401 9000 CONNIE HEINRICHS(AS) VENDOR NUMBER: 500864 CONTRACT NUMBER 12868 OC Estimated Unit of Unit Line Description Quantity Measure Price 16 ON/OFF ROAD MUD AND SNOW ALL 20.0000 EA 89.0000 TERRAIN TIRES&SPARE QJP (can be steel rim). Tire size must meet the minimum wheel size bid on this specification. Size and Ply rating:QJP P265/70R-17 17 ON/OFF ROAD MUD AND SNOW ALL 20.0000 EA 229.0000 TERRAIN TIRES&SPARE QXR (can be steel rim). Tire size must meet the minimum wheel size bid on this specification. Size and Ply rating:QXR LT245/70R-17 6 ply Load Range C 18 TWO WHEEL DRIVE MODEL 20.0000 EA -1,699.0000 • (TO INCLUDE ALL SEASON TIRES) • (deduct) 19 DEALER INSTALLED INTEGRATED z. `: ,; 20.0000 EA 229.0000 BRAKE CONTROLLER SYSTEM 20 DEALER OR FACTORY INSTALLED � =:< 20.0000 EA 2,199.0000 REARVIEW CAMERA s "s 21 DEALER OR FACTORY INSTALLED -r ��+��.>< .?; . 20.0000 EA 129.0000 TAILGATE STEP ;_...... :,. ` 22 FACTORY BEDLINER`FOR.REAR BOX 20 0000 EA 398.0000 OF VEHICLE -< -ir 23 EQUIPMENT&ENGINE SERVICE T. 20 0000 EA . 299.0000 REPAIR MANUAL 24 EQUIPMENT&ENGINE SERVICE 20.0000 EA 799.0000 REPAIR MANUAL ON CD ROM When available 25 EQUIPMENT&ENGINE PARTS 20.0000 EA 299.0000 MANUAL 26 EQUIPMENT&ENGINE PARTS . 20.0000 EA 799.0000 MANUAL ON CD ROM When available 27 ADDITIONAL COSTS FOR 20.0000 EA 0.0000 WARRANTIES FROM MANUFACTURER Years:5 Miles: 100,000 Power Train BUYER I ITIALS. 1,1435001NISC0001 100423 2 TON EXT CAB 4 DOO }TRUCK = " 20.0000 ,EA 21,430.0000 CHEVROLET SILVERADO LT - 2011 or Curre t Production Year 1/2 Ton Extended Gab 4 Door,4X4 Pickup Truck f4r s a t "ter GVW1V 7 000 Series,Code,;Trim Level, 1600 •CK10753-- 6 Engine: 4.8L Vortec V8 EPA: 13c/18h 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. 2 E85 1/2 TON EXT CAB 4 DR TRUCK 20.0000 EA 21,430.0000 CHEVROLET SILVERADO 1500 LT 2011 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%Ethanolf15% Unleaded gasoline without additional change or conversion.) Engine: L20 4.8L Vortec V8 E85 GVWR: 7,000 Series Code,Trim Level: 1500-CK10753 LT oir) BUYER INITIALS R43500(NISC0001 100423 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. .ca4. t ‘I � LI dir ATERIEL INIST TOR-- tion of the Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis.24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 All bidders awarded a contract In the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE)} rms Payment Te 6 % Firm: S c'Q f „ciflr.c - u !0 f!)4"l 4 Lncerporated• In: Delivery(or completion) Name: N (A)atf2i' 4'4 Signature: fi{,1,t,, I calendar days following Title: 4 4S MQf,, JPhorle'4 J 349 J 7"Fla t/02 3 3 D- award Address: 144 8,S gio v ev S ,rw r' t2ix'A )r• !c6/c'/ es Street/P.O.Box City /State Zip Email Address: �pS-�Q0�4✓a l �p t. 41 (�4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET • • • • State Purchasing Bureau STATE OF N E B RAS KA CONTRACT AWARD 301 Centennial Man South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 5 of 6 12/03/10 Lincoln,Nebraska 68509-4847 Telephone:(402)471-2401 BUSINESS UNIT • BUYER Fax:(402)471-2089 9000 CONNIE HEINRICHS(AS) CONTRACT NUMBER VENDOR NUMBER: 500864 12868 OC Estimated Unit of Unit Line Description Quantity Measure Price 28 REVERSE SENSING ALARM SYSTEM 20.0000 EA 399.0000 DEALER INSTALLED 29 REVERSE SENSING ALARM SYSTEM 20.0000 EA 1,099.0000 FACTORY INSTALLED • 30 DROP SHIPMENT CHARGES 20.0000 EA 400.0000 OUTSIDE THE LINCOLN AREA Additional costs of charges for vehicle drop shipment;'outside the Lincoln area. Drop shipment charges would be for • sion vehicles bought by political entities and other Divis'of Government. t; iY • 1. ,'[ . . _ y$C I£ak'" bri:'a ..I •M1.' r ...... .:..,. .....;,:.a,.'r.:..: :....::r_i..,r .,....:.,..-,.:.....• • • BUYER NITIALS R435001N1$C0004 wo423 . 20.0000 EA 129.0000 TAILGATE STEP ;_...... :,. ` 22 FACTORY BEDLINER`FOR.REAR BOX 20 0000 EA 398.0000 OF VEHICLE -< -ir 23 EQUIPMENT&ENGINE SERVICE T. 20 0000 EA . 299.0000 REPAIR MANUAL 24 EQUIPMENT&ENGINE SERVICE 20.0000 EA 799.0000 REPAIR MANUAL ON CD ROM When available 25 EQUIPMENT&ENGINE PARTS 20.0000 EA 299.0000 MANUAL 26 EQUIPMENT&ENGINE PARTS . 20.0000 EA 799.0000 MANUAL ON CD ROM When available 27 ADDITIONAL COSTS FOR 20.0000 EA 0.0000 WARRANTIES FROM MANUFACTURER Years:5 Miles: 100,000 Power Train BUYER I ITIALS. 1,1435001NISC0001 100423 2 TON EXT CAB 4 DOO }TRUCK = " 20.0000 ,EA 21,430.0000 CHEVROLET SILVERADO LT - 2011 or Curre t Production Year 1/2 Ton Extended Gab 4 Door,4X4 Pickup Truck f4r s a t "ter GVW1V 7 000 Series,Code,;Trim Level, 1600 •CK10753-- 6 Engine: 4.8L Vortec V8 EPA: 13c/18h 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. 2 E85 1/2 TON EXT CAB 4 DR TRUCK 20.0000 EA 21,430.0000 CHEVROLET SILVERADO 1500 LT 2011 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%Ethanolf15% Unleaded gasoline without additional change or conversion.) Engine: L20 4.8L Vortec V8 E85 GVWR: 7,000 Series Code,Trim Level: 1500-CK10753 LT oir) BUYER INITIALS R43500(NISC0001 100423 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. .ca4. t ‘I � LI dir ATERIEL INIST TOR-- tion of the Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis.24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 All bidders awarded a contract In the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE)} rms Payment Te 6 % Firm: S c'Q f „ciflr.c - u !0 f!)4"l 4 Lncerporated• In: Delivery(or completion) Name: N (A)atf2i' 4'4 Signature: fi{,1,t,, I calendar days following Title: 4 4S MQf,, JPhorle'4 J 349 J 7"Fla t/02 3 3 D- award Address: 144 8,S gio v ev S ,rw r' t2ix'A )r• !c6/c'/ es Street/P.O.Box City /State Zip Email Address: �pS-�Q0�4✓a l �p t. 41 (�4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET • • 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: htto://www.das.state.ne.us/materiellnurchasina/purchasina.htrri SCOPE-These standard conditions and terms of bid solicitation and acceptance apply in like force to this Inquiry and to any subsequent contract resulting therefrom. PRICES- Prices quoted shall be net, including transportation and delivery charges fully prepaid by the bidder, F.O.B.destination named In the Invitation to Bid. No additional charges will be allowed for packing,packages or partial delivery costs.When an arithmetic error has been made in the extended total,the unit price will govern. EXECUTION-Bids must be signed in ink by the bidder on the State of Nebraska's Invitation to Bid form.All bids must be typewritten or in ink on the State of Nebraska's invitation to Bid form.Erasures and alterations must be initialed by the bidder in ink.No telephone or voice bids will be accepted.Failure to comply with these provisions may result in the rejection of the bid. FACSIMILE DOCUMENTS-The State Purchasing Bureau will only accept facsimile responses to Invitations to Bid on bids under$25,000 and up to ten(10)pages. However,two party sealed bids containing facsimile pages are acceptable. No direct facsimile solicitation responses will be accepted for a commodity contract. VALID BID TIME-Bids shall be firm for a minimum of sixty(60)calendar days after the opening date,unless otherwise stipulated by either party in the Invitation to Bid. • DISCOUNTS-Prices quoted shall be inclusive of ALL trade discounts.Cash discount terms of less than thirty(30)days will not be considered as part of the bid.Cash discount periods will be computed from the date of receipt of a properly executed claim voucher or the date of completion of delivery of all items in a satisfactory condition, whichever is later. PAYMENT-Payment will be made by the responsible agency In conjunction with the State of Nebraska Prompt Payment Act 81-2401 through 2408.The State may request that payment be made electronically instead of by state warrant. COLLUSIVE BIDDING-The bidder guarantees that the prices quoted have been arrived at without collusion with other eligible bidders and without effort to preclude the State of Nebraska from obtaining the lowest possible competitive price. LUMP SUM OR ALL OR NONE BIDS-The State reserves the right to purchase item-by:item,by groups or as a total when the State may benefit by so doing.Bidders may submit a bid on an"all or none"or"lump sum"basis but should also submit a bid on an item-by-item basis.The term"all or none"means a conditional bid which requires the purchase of all items on which bids are offered and bidder declines to accept award on individual items:a"lump sum"bid is one In which the bidder offers a lower price than the sum of the individual bids if all items are purchased but agrees to>deliver individual items at the prices quoted. SPECIFICATIONS-Any manufacturer's names, trade names, brand names, information and/or catalog numbers listed in a specification are for reference and not intended to limit competition,but will be used as the standard by which equivalentrtiaterial 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 speclfict(onWhen a specific product is required,the Invitation to Bid will so state.Any item bid is to be the latest current model under standard production at the time of order.Housed or refurbished equipment will be accepted,unless otherwise stated. q r:.a ALTERNATE/EQUIVALENT BIDS-Bidder may offer bids which are at variance:drom,r'L theexpress 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 Director tthe bid will result in goods and/or services equivalent to or better than those which would be supplied In the original bid specifications. Bidders must Indicate on'sthe=invitation to Bid the manufacturer's name, number and shall submit with their bid, sketches, descriptive literature and/or complete specifications. Reference to literature submitted with a previous bid will not satisfy this provision. Bids which do not ' comply with these requirements are subject to rejection.In the absence of any stated;deviation or exception,the bid will be accepted as in strict compliance with all terms, �4C1 conditions and specifications,and the bidder shall be held liable therefore- SAMPLES-When requested,samples shall be furnished at the bidders expense;prior,to the,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;°itemnumber;.Samples submitted must be representative of the commodities or equipment which would be delivered if awarded the bid.The State of Nebraska reserves:the:right tarequest samples even though this may not have been set forth in the Invitation to Bid.Samples not destroyed in testing will be retumed at bidders expense,if requested,or will be donated to a public institution. • RECYCLING-Preference will be given to items which are manufactured or produced from recycled material or which can be readily reused or recycled after their normal . use as per State Statute Section 81-15,159. .? LATE BIDS-All bids will be time and date stamped upon receipt by the State Purchasing Bureau,and this 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:to.,the bidder unopened.The State Purchasing Bureau is not responsible for late bids or lost requests due to mail service inadequacies,traffic or other similar reasons.• r:?' BID OPENING-Openings shall be public on the date and time specified on the.invitation to Bid form. It is the bidder's responsibility to assure the bid Is delivered at the designated date,time andplace of the bid o enin Te'ie°'lions bids are not'.acce table.A bid ma.not be altered after opening of the bids. 9 P� 9-' P..__ P y Pe 9 NO BID-If not submitting a bid,respond by retuming:;thedInvitation to Bid form.explaining tha reason In;the1,space provided.Failure to respond to an Invitation to Bid may be cause for the removal of the bidder's name from°:the mailing list NOTE'To,qualify as a�iesporident.bidder must submit a NO BID"and it must be received no later than the stated bid opening date.and:time°',3 ti' ss ° t " - . ,t,�::�vy,:ra::,.� �,:�v'�. ; 'ti>i; �3j; ? .-'4 mac-���!,` AWARD- All purchases, leases;;orcorltracts which'are based,on competitive.?bids will be;awardetl;.to;the;lowest:responsible';bidder, determined according to the provisions of State Statute,rSectio 8;11613R.RS 1943 The::State•reserves the Wahl to reieet�&a y%fall bids wholly or'hi part and to;waive°any deviations or errors that are not material,do not�invalidattee-.the legdsma�cy of the bid and do•not Improve/het. O`Oi cci repetitive position:''All awards will be made in a`manner deemed in the best interest of the State r , ;,rrs r i �� N .. . . :'� �..: '. �I" - ... -••.:::.. :.:_. BID TABULATIONS-Tabulations>will?be furnished upon written request;A b1f-addressed,`stamped envelope which must include the agency and solicitation number must be enclosed.Bid tabulations will not be provided by telephone or facsimile.Bid files may be examined during normal working hours by appointment. Bid tabulations are available on the website at: htto://www.das.state.ne.us/meteriellpurchasing/bidtabs.htrt 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 Falr 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: httOwww.nitc.state.ne.us/standards/accessibility/ Revised: 02/2004 Page 6 of 6 1243500iNiS00001100418 • 2011 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 Alternate Engine Sizes: Unit Price Engine (other gas). C1 � z , ru� 3 n ca ��ayl a � {G Irv^ rt� s .g C 7�t v »r.� S �v' a b a�e 'a4djq e� r�') f@f fet ' s/ ypk '4 Td� +sfr`` aw s st y€' �'3 rev d ", SA Y „01 M` ' ` ai a..?'+. ?"�,""c:u ±- •?,MA*,a."`.+t '�:i� v `,�� ,'.WtS F sara:dhA 3-Pi*W,3141 s' ':A Engine(other /q s - 11.7 vrr ,u ;' ;. �` ` 4 installed. Lei 14. � AtegaiPakia tjF"}�`' , '+ n :,f.{�}'2;z ..+'r`� y t "� r'746 r. 5i- �• i'{'' f'A v�„'✓". t'., r yl"i/'y t�,'�`' 'E,��n .,,�..`fir. ✓, s- .. �1"py t,*'" , yM•�a se�'�! .. r k0 x .to M+t .z "'�".,:4-:v�'''�¢ .'t••. o. ' � ' r `CS.��,'u:�"?3�xy..f '��^"�_'�i'�-'�``}•±. :.`�, a '�'AS.i:'+'F�4.+f��.��' _'0 r".�.�js4�: d�`r, �3yA?- ' "�.s', `� t�h 5 40-20-40 or 60-40 Bench seat W/lumbar support(vinyl)(deduct). S ` ` 6 Bucket type seats-Vinyl covering. ,yy ,17 ,�.4.4 i 7 Bucket type seats-Cloth w/vinyl trim. Heavy duty highest output alternator from standard equipment. ''' " :; , 1 8 STat eM a y� s. g n- 'em,,,,: .+Y '� €i. �,��y "tn�r'(.`r �+r ?3''a N�, _ " %i ,,e Saf� �a rv'-`tv t € yet,n .✓".e'! tfvw* .. Ai',omiw44 c -.rf. -k$ ;ky t L�is��':Si'1. find"* .R;a:r� �` a.,- grSi �xy 9 No sliding rear-vision window(deduct). 4 10 Body Side Moldings Dealer Install. Limited Slip Differential. 'rag, ltt - o rr� ,� rir 11 r�Cy- e s:r� ��$}g y�_p,F n, . �Imay} R, r �- € y�Y I.Ci�l'. ,�-• _'-",yy '449-rh••+y�i ij 1.P g {�e ! ��'F• 5 3' :FA"`. .�T''j "*r ,1f± r�r JA' r ttl ti* ' ��r^ 7� •ri .s • z i"y��an t �r�� �° kYrr y��J �'" ;�:r, *51 �3 a ;"� i a«7 3 12 Second Power Outlet. •" ". ` ± � � K.'�.+�n4 r re2 � .�J�f� r>4� {K+;"i tlRr;' 3+aL'�r�'„•, • Increased pickup box length of approximately 8 feet with � ,�� � s corresponding wheelbase. rr +p. 4�lr;v^:t:' •o'x f. -p!i' ti' wEr..'w - �k. t yr,r, t F • W4114'L +a•.r22r�.'F'.T.1H'aL F:'�" .+.'nF4�.x ��•r'.�'+r�> y r.. t,��.c.`}w a .- ,...P'fh � . M^o.WiR0'��z?'iti%4T�341?. 4e' ?d+..�,.rv.`.3?,.'. 14 Trailer towing package(deduct). 'g` ` �w '�q ' - ' �'R scf �� 15 Cargo light. S "a '` ,S. • 3463 OF 2011 1/2 Ton Extended Cab 4-Door 4x4 Pickup Truck 1 of 2 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. .ca4. t ‘I � LI dir ATERIEL INIST TOR-- tion of the Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis.24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 All bidders awarded a contract In the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE)} rms Payment Te 6 % Firm: S c'Q f „ciflr.c - u !0 f!)4"l 4 Lncerporated• In: Delivery(or completion) Name: N (A)atf2i' 4'4 Signature: fi{,1,t,, I calendar days following Title: 4 4S MQf,, JPhorle'4 J 349 J 7"Fla t/02 3 3 D- award Address: 144 8,S gio v ev S ,rw r' t2ix'A )r• !c6/c'/ es Street/P.O.Box City /State Zip Email Address: �pS-�Q0�4✓a l �p t. 41 (�4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET 2011 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! • 16 Standard Paint Attach List and Identify as No Additional Cost ;`~ ' -`- '<MO•U;JP': Paints. �: ;: For Department of Roads Use: Yellow color of Dodge#PY5269, 1 =A=>' ; _ n le `N - 17 Ford #84S53, Chevrolet/GMC#WA-253A code (9W3). • .;: 74,' ° i.X ^ ": - ';.;; 18 Extra Cost Paint-Attach List and Identify as Extra Cost Paints_ �: is p _.'`;'<.:� `"" :1 i tr 19 Additional remote fob from manufacturer. s ,,' ?' r_Y4;`: ' '``' !t:S Fa,-1,0.:... � 'tyy.x•j„-•.�;5}�iyi-��°}}���{F."�,:s . �Y:d: On/Off road mud and snow all terrain tires and spare (can be steel' -' " ' ' `k1 ,..e.,r`�; Si�t.:yT,: Y :'fit -�.,�-'sS�>:•`'�:;y:�v.�twr.c�l,'l't:Pi' '.y��,+.� rim). Tire size must meet the inimum wheel size bid on this -•'z: :����: -+>'• ,;;•44 -4 . 20 :•'Ft' t Xt4 �! x �J(�'� f' specification. P �"�t65 !�►Q -1"]. i( yr`Ci `_ �`' t ,,:r: pe � z , ' .-J,•' :"ter,- h: 'hn ='ty`:Y q,�'iY':5,1't'J{i. ;'tl�!'f<*5,4r.' <yf' *ypY'� :`t` J:T .. ....�_4`n:i- �",.:c�:-;1 c , • •. _} d4:�"} t :'''':''*;{�:: ;' `',.,i:�i'd,to ' F x t„tM:4s to,,, :"1 . .�;;sf',zv s:.r.:�k '.. �'-r:. t�'�=w7;lZ�f�n�rp��y�� tll!1 �M' _�+ _ ., n� . �1�,�,`�4 iv.,>`,,. 2z�...�,,�.,c yJ?. ,�A•.T;:,at V� ri' tom+'- 1�'aIy r �1,'.u.=•a'_i'� n _Y ,. gy�f ,� a i`� f i;.w �.E�,,,� }v tMa*,, rh �.�a.,,.,, .:nbv -,s.�,<,.�.�:a:.a;a•.. x ...�.,�. �,�d`..ram; t', ,>,r a / -sa.:�Yffi ,e, i.�:. Non-standard gear ratio(s). 106i3 1,VO. 1 'w t.``.* x' >4 21 t" [+ r,, ^;'• 5SF d< i _ .;�:` `tliK'• 'w S l- ;�N�'+.��:ifi��s?;•Y:c? '.':..,;.t:,:� ��`y��y����k'.fi,°,�^ -.y, 1". ,:8� }, a�.�. r,`rn� a' ;t.�-,st,•�ry ':�+' �:,v:�5`a.��, ;:'r.:.-.. �.;�c,�+r.�y,x,. ��Y,� 2,.,cr�: •.�r,i ifi;fl:r ' `.,'. r i 4"'kr.: '%�, i,, r*r.�' '�k'�.4 1 S"_ty� ,Y`ea v't +''- `7` ry .,T d 1, f-Y�'..,�'t»-•."c.),=:, ¢:-, Y{ t q'4yz.= f 4' !!�.'2�"°�A-x s�,g i +•Y ,�. �,r';.,}�M .,.�j�..!,�'�'F ��°y c+.�,�Z F y �;.: t. tY''b h•u f ,:., a' ir'i .fit' °'.t'.,n `t:� ',���+, ;{t i°• 5',fa., ''t" y�,r �r-,y �� :aM� 4Crx r�'°-tye"•v,, , ?.:-.ht' ?` -,'•,•+ w:^$.,.r �.a y�` r; d._� ga i ; •f: s rlib -�'.:".'J3. '�v;..,-. d 's a -a SS,iik7a: NS-£.t'�_•a'7AW''dx,IYM •'i .f�;V( 22 Two wheel drive model (to include all season tires)(deduct). $" 'g3: '' '"'` ' 23 Dealer installed integrated brake controller system. • $r; M;�. , 'ky' 24 Dealer or Factory installed rearview camera_ r. , "g"a ' -4'�' " o" ' ` '-4 25 Dealer or Factory installed tailgate step. rj��,� ": ia� '' fed' . r sY. : 26 Factory'bedliner for rear box of vehicle. gi F4.1.,lki ,: ; 141,4` :4 t _ �T. ty_Iasi 27 Keyless remote locking system with two (2) fobs if not standard_ i_,' ';, s< >at.�,;;•Ft3r r 28 Trailer control sway system if not standard. j c5� ' 1, r 29 Equipment& engine service repair manual. '"�T` iii ; w:_ "" 30 Equipment&engine service repair manual on CD ROM. • �`.-7V � ' � 31 Equipment&engine parts manual. :m > rxgw �. 32 Equipment&engine parts on CD ROM. WI!'" "! °' "yam'''` K: ' Additional costs for warranties from manufacturer_ 15I ra 33 .,�' it rT" v3'a�'3 '' o, !?.a • ".� _, `.�'�° ,z ..� F5wJa 3 L-r.7•c•1xt* .�.+s Kyd` . $la 1 .` . : Ices�} ;:'d?'-µ r .;,' _ it ,��.r• ,;.n 't{(,tom 4 _,,) .,^. 4 4k'a S.�. ,, ,,,,#. .,,,,,fri: rs�4... sx6g� 'S ' '�xY S '� ;v yb;4,,,, Al.. tliaas`a) P14:r'k.�F,,• r'TS?�' 'r 1',,, '�y% " r' ` tYWis''',' , ^ s.=.'-�!.rb.i,^�. '#. � •� Y� .r",.,,.r aiYY?'i' .. .a.. �u�Y+t 4:t... E"x4 rd�... t.'.�+ • 34 Reverse Sensing Alarm System factory or dealer.installe g ��, '��< Ww � °m • J�/�147,1 N ��Y•',i' M1''. ��vY.:lam: Additional costs of charges for vehicle dropshipment outside the �. L -�,-. ��;.-. ''; 35 Lincoln area. Drop shipment charges would be for vehicles bought `x .,-�',I�""3 ` 4h.: '4' �-°''''} by political entities and other Divisions of Government. _: �.<;';�'� , rP,.f.:.•�r. ,• �=� , 'hr:t�.p,':�,:,e r t .,�c. ��.g;,r ,.s'E`i�j,-`�r:isj' Y•hr� it M-^4h :L 3r/i9:itixf, 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). 3463 OF 2011 1/2 Ton Extended Cab 4-Door 4x4 Pickup Truck 2 of 2 4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET • • 2011 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 2011 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- 150 each • B. Vans- 50 each C. Pick-Ups, Trucks-260 each D. Police Cruisers, Special Service Vehicles- 150 each E. Sport Utility Vehicles--35 each An estimated 645 vehicles may be purchased from the State of Nebraska contracts for the 2011 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!! I� 3463 OF 2011 '/Ton Extended Cab 4-Door 4x4 Pickup Truck Page 2 of 13 educt). $" 'g3: '' '"'` ' 23 Dealer installed integrated brake controller system. • $r; M;�. , 'ky' 24 Dealer or Factory installed rearview camera_ r. , "g"a ' -4'�' " o" ' ` '-4 25 Dealer or Factory installed tailgate step. rj��,� ": ia� '' fed' . r sY. : 26 Factory'bedliner for rear box of vehicle. gi F4.1.,lki ,: ; 141,4` :4 t _ �T. ty_Iasi 27 Keyless remote locking system with two (2) fobs if not standard_ i_,' ';, s< >at.�,;;•Ft3r r 28 Trailer control sway system if not standard. j c5� ' 1, r 29 Equipment& engine service repair manual. '"�T` iii ; w:_ "" 30 Equipment&engine service repair manual on CD ROM. • �`.-7V � ' � 31 Equipment&engine parts manual. :m > rxgw �. 32 Equipment&engine parts on CD ROM. WI!'" "! °' "yam'''` K: ' Additional costs for warranties from manufacturer_ 15I ra 33 .,�' it rT" v3'a�'3 '' o, !?.a • ".� _, `.�'�° ,z ..� F5wJa 3 L-r.7•c•1xt* .�.+s Kyd` . $la 1 .` . : Ices�} ;:'d?'-µ r .;,' _ it ,��.r• ,;.n 't{(,tom 4 _,,) .,^. 4 4k'a S.�. ,, ,,,,#. .,,,,,fri: rs�4... sx6g� 'S ' '�xY S '� ;v yb;4,,,, Al.. tliaas`a) P14:r'k.�F,,• r'TS?�' 'r 1',,, '�y% " r' ` tYWis''',' , ^ s.=.'-�!.rb.i,^�. '#. � •� Y� .r",.,,.r aiYY?'i' .. .a.. �u�Y+t 4:t... E"x4 rd�... t.'.�+ • 34 Reverse Sensing Alarm System factory or dealer.installe g ��, '��< Ww � °m • J�/�147,1 N ��Y•',i' M1''. ��vY.:lam: Additional costs of charges for vehicle dropshipment outside the �. L -�,-. ��;.-. ''; 35 Lincoln area. Drop shipment charges would be for vehicles bought `x .,-�',I�""3 ` 4h.: '4' �-°''''} by political entities and other Divisions of Government. _: �.<;';�'� , rP,.f.:.•�r. ,• �=� , 'hr:t�.p,':�,:,e r t .,�c. ��.g;,r ,.s'E`i�j,-`�r:isj' Y•hr� it M-^4h :L 3r/i9:itixf, 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). 3463 OF 2011 1/2 Ton Extended Cab 4-Door 4x4 Pickup Truck 2 of 2 4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET 2011 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. • i I WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!!• I 3463 OF 2011 !/Ton Extended Cab 4-Door 4x4 Pickup Truck Page 3 of 13 ered 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- 150 each • B. Vans- 50 each C. Pick-Ups, Trucks-260 each D. Police Cruisers, Special Service Vehicles- 150 each E. Sport Utility Vehicles--35 each An estimated 645 vehicles may be purchased from the State of Nebraska contracts for the 2011 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!! I� 3463 OF 2011 '/Ton Extended Cab 4-Door 4x4 Pickup Truck Page 2 of 13 educt). $" 'g3: '' '"'` ' 23 Dealer installed integrated brake controller system. • $r; M;�. , 'ky' 24 Dealer or Factory installed rearview camera_ r. , "g"a ' -4'�' " o" ' ` '-4 25 Dealer or Factory installed tailgate step. rj��,� ": ia� '' fed' . r sY. : 26 Factory'bedliner for rear box of vehicle. gi F4.1.,lki ,: ; 141,4` :4 t _ �T. ty_Iasi 27 Keyless remote locking system with two (2) fobs if not standard_ i_,' ';, s< >at.�,;;•Ft3r r 28 Trailer control sway system if not standard. j c5� ' 1, r 29 Equipment& engine service repair manual. '"�T` iii ; w:_ "" 30 Equipment&engine service repair manual on CD ROM. • �`.-7V � ' � 31 Equipment&engine parts manual. :m > rxgw �. 32 Equipment&engine parts on CD ROM. WI!'" "! °' "yam'''` K: ' Additional costs for warranties from manufacturer_ 15I ra 33 .,�' it rT" v3'a�'3 '' o, !?.a • ".� _, `.�'�° ,z ..� F5wJa 3 L-r.7•c•1xt* .�.+s Kyd` . $la 1 .` . : Ices�} ;:'d?'-µ r .;,' _ it ,��.r• ,;.n 't{(,tom 4 _,,) .,^. 4 4k'a S.�. ,, ,,,,#. .,,,,,fri: rs�4... sx6g� 'S ' '�xY S '� ;v yb;4,,,, Al.. tliaas`a) P14:r'k.�F,,• r'TS?�' 'r 1',,, '�y% " r' ` tYWis''',' , ^ s.=.'-�!.rb.i,^�. '#. � •� Y� .r",.,,.r aiYY?'i' .. .a.. �u�Y+t 4:t... E"x4 rd�... t.'.�+ • 34 Reverse Sensing Alarm System factory or dealer.installe g ��, '��< Ww � °m • J�/�147,1 N ��Y•',i' M1''. ��vY.:lam: Additional costs of charges for vehicle dropshipment outside the �. L -�,-. ��;.-. ''; 35 Lincoln area. Drop shipment charges would be for vehicles bought `x .,-�',I�""3 ` 4h.: '4' �-°''''} by political entities and other Divisions of Government. _: �.<;';�'� , rP,.f.:.•�r. ,• �=� , 'hr:t�.p,':�,:,e r t .,�c. ��.g;,r ,.s'E`i�j,-`�r:isj' Y•hr� it M-^4h :L 3r/i9:itixf, 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). 3463 OF 2011 1/2 Ton Extended Cab 4-Door 4x4 Pickup Truck 2 of 2 4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET 2011 or Current Production Year 1/2 Ton, Extended Cab, 4-Door, 4x4 Pickup Truck 1 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. II WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! if • 3463 OF 2011 %Ton Extended Cab 4-Door 4x4 Pickup Truck . Page 4 of 13 ` :4 t _ �T. ty_Iasi 27 Keyless remote locking system with two (2) fobs if not standard_ i_,' ';, s< >at.�,;;•Ft3r r 28 Trailer control sway system if not standard. j c5� ' 1, r 29 Equipment& engine service repair manual. '"�T` iii ; w:_ "" 30 Equipment&engine service repair manual on CD ROM. • �`.-7V � ' � 31 Equipment&engine parts manual. :m > rxgw �. 32 Equipment&engine parts on CD ROM. WI!'" "! °' "yam'''` K: ' Additional costs for warranties from manufacturer_ 15I ra 33 .,�' it rT" v3'a�'3 '' o, !?.a • ".� _, `.�'�° ,z ..� F5wJa 3 L-r.7•c•1xt* .�.+s Kyd` . $la 1 .` . : Ices�} ;:'d?'-µ r .;,' _ it ,��.r• ,;.n 't{(,tom 4 _,,) .,^. 4 4k'a S.�. ,, ,,,,#. .,,,,,fri: rs�4... sx6g� 'S ' '�xY S '� ;v yb;4,,,, Al.. tliaas`a) P14:r'k.�F,,• r'TS?�' 'r 1',,, '�y% " r' ` tYWis''',' , ^ s.=.'-�!.rb.i,^�. '#. � •� Y� .r",.,,.r aiYY?'i' .. .a.. �u�Y+t 4:t... E"x4 rd�... t.'.�+ • 34 Reverse Sensing Alarm System factory or dealer.installe g ��, '��< Ww � °m • J�/�147,1 N ��Y•',i' M1''. ��vY.:lam: Additional costs of charges for vehicle dropshipment outside the �. L -�,-. ��;.-. ''; 35 Lincoln area. Drop shipment charges would be for vehicles bought `x .,-�',I�""3 ` 4h.: '4' �-°''''} by political entities and other Divisions of Government. _: �.<;';�'� , rP,.f.:.•�r. ,• �=� , 'hr:t�.p,':�,:,e r t .,�c. ��.g;,r ,.s'E`i�j,-`�r:isj' Y•hr� it M-^4h :L 3r/i9:itixf, 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). 3463 OF 2011 1/2 Ton Extended Cab 4-Door 4x4 Pickup Truck 2 of 2 4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET I2011 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. Yey/ Exception 1) CAB AND BODY 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. V C. Glass: Approved tinted safety glass shall be required in all doors, windows, and windshields. D. Headliner: Fully insulated headliner required, if available from manufacturer. E. Insulation: Standard production heat and sound insulation to be provided. Body and interior finished to exclude excessive noise / and weather. i/ 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. Back must be manufacturer's heavy duty, . • optional, maximum depth foam rubber, with heavy-duty cloth covering. Head restraints or high backs for outboard seats / required. 1/ 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. II WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3463 OF g011 1/2 Ton Extended Cab 4-Door 4x4 Pickup Truck Page 5 of 13 ee 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. II WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! if • 3463 OF 2011 %Ton Extended Cab 4-Door 4x4 Pickup Truck . Page 4 of 13 ` :4 t _ �T. ty_Iasi 27 Keyless remote locking system with two (2) fobs if not standard_ i_,' ';, s< >at.�,;;•Ft3r r 28 Trailer control sway system if not standard. j c5� ' 1, r 29 Equipment& engine service repair manual. '"�T` iii ; w:_ "" 30 Equipment&engine service repair manual on CD ROM. • �`.-7V � ' � 31 Equipment&engine parts manual. :m > rxgw �. 32 Equipment&engine parts on CD ROM. WI!'" "! °' "yam'''` K: ' Additional costs for warranties from manufacturer_ 15I ra 33 .,�' it rT" v3'a�'3 '' o, !?.a • ".� _, `.�'�° ,z ..� F5wJa 3 L-r.7•c•1xt* .�.+s Kyd` . $la 1 .` . : Ices�} ;:'d?'-µ r .;,' _ it ,��.r• ,;.n 't{(,tom 4 _,,) .,^. 4 4k'a S.�. ,, ,,,,#. .,,,,,fri: rs�4... sx6g� 'S ' '�xY S '� ;v yb;4,,,, Al.. tliaas`a) P14:r'k.�F,,• r'TS?�' 'r 1',,, '�y% " r' ` tYWis''',' , ^ s.=.'-�!.rb.i,^�. '#. � •� Y� .r",.,,.r aiYY?'i' .. .a.. �u�Y+t 4:t... E"x4 rd�... t.'.�+ • 34 Reverse Sensing Alarm System factory or dealer.installe g ��, '��< Ww � °m • J�/�147,1 N ��Y•',i' M1''. ��vY.:lam: Additional costs of charges for vehicle dropshipment outside the �. L -�,-. ��;.-. ''; 35 Lincoln area. Drop shipment charges would be for vehicles bought `x .,-�',I�""3 ` 4h.: '4' �-°''''} by political entities and other Divisions of Government. _: �.<;';�'� , rP,.f.:.•�r. ,• �=� , 'hr:t�.p,':�,:,e r t .,�c. ��.g;,r ,.s'E`i�j,-`�r:isj' Y•hr� it M-^4h :L 3r/i9:itixf, 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). 3463 OF 2011 1/2 Ton Extended Cab 4-Door 4x4 Pickup Truck 2 of 2 4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET • 2011 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. I/ 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: Minimum 26 gallons fuel tank. State gallons bid: . Ski fates, if available from factory or dealer. State Supplier: Q. Seat Belts: Lap/shoulder seat b9.ts with automatic retractors for / out board seating; middle seat belt, preferably with retractors. ✓/ R. Power Outlet: Required. S. Horns: Manufacturer's standard. T. Windshield Wipers: Electrically operated, multiple speeds, manually controlled with electric windshield 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. DaytimeV running lights if available from Factory. 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. �/� 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!! I! I 3463 OF 2011 '/Ton Extended Cab 4-Door 4x4 Pickup Truck Page 6 of 13 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. II WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! if • 3463 OF 2011 %Ton Extended Cab 4-Door 4x4 Pickup Truck . Page 4 of 13 ` :4 t _ �T. ty_Iasi 27 Keyless remote locking system with two (2) fobs if not standard_ i_,' ';, s< >at.�,;;•Ft3r r 28 Trailer control sway system if not standard. j c5� ' 1, r 29 Equipment& engine service repair manual. '"�T` iii ; w:_ "" 30 Equipment&engine service repair manual on CD ROM. • �`.-7V � ' � 31 Equipment&engine parts manual. :m > rxgw �. 32 Equipment&engine parts on CD ROM. WI!'" "! °' "yam'''` K: ' Additional costs for warranties from manufacturer_ 15I ra 33 .,�' it rT" v3'a�'3 '' o, !?.a • ".� _, `.�'�° ,z ..� F5wJa 3 L-r.7•c•1xt* .�.+s Kyd` . $la 1 .` . : Ices�} ;:'d?'-µ r .;,' _ it ,��.r• ,;.n 't{(,tom 4 _,,) .,^. 4 4k'a S.�. ,, ,,,,#. .,,,,,fri: rs�4... sx6g� 'S ' '�xY S '� ;v yb;4,,,, Al.. tliaas`a) P14:r'k.�F,,• r'TS?�' 'r 1',,, '�y% " r' ` tYWis''',' , ^ s.=.'-�!.rb.i,^�. '#. � •� Y� .r",.,,.r aiYY?'i' .. .a.. �u�Y+t 4:t... E"x4 rd�... t.'.�+ • 34 Reverse Sensing Alarm System factory or dealer.installe g ��, '��< Ww � °m • J�/�147,1 N ��Y•',i' M1''. ��vY.:lam: Additional costs of charges for vehicle dropshipment outside the �. L -�,-. ��;.-. ''; 35 Lincoln area. Drop shipment charges would be for vehicles bought `x .,-�',I�""3 ` 4h.: '4' �-°''''} by political entities and other Divisions of Government. _: �.<;';�'� , rP,.f.:.•�r. ,• �=� , 'hr:t�.p,':�,:,e r t .,�c. ��.g;,r ,.s'E`i�j,-`�r:isj' Y•hr� it M-^4h :L 3r/i9:itixf, 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). 3463 OF 2011 1/2 Ton Extended Cab 4-Door 4x4 Pickup Truck 2 of 2 4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET • 2011 or Current Production Year 1/2 Ton, Extended Cab,4-Door, 4x4 Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICAITON,S CC. Trailer Tow: Trailer tow package, complete with all hardware including RECEIVER HITCH. Minimum class 4 required, dealer installation will be acceptable. Must include maximum trailer weight for vehicle being bid prior to contract award: 5 7 DD. Integrated brake controller system to be included, if available from factory. EE. Trailer sway system re ui ed if a ail ble from factory. Comments: 113, Sk Nook --COMPS Li) Oar rtarec..j rcrzew atie Yea/ Exception 2) ENGINE AND DRIVE TRAIN i// A. Engine: Minimum standards as stated in the specifications. 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 L antifreeze. F. Radiator. Coolant recovery system required. G. Axle Ratio: Ratio to be recommended by manufacturer. Comments:. Yes Exception 3) SUSPENSION AND RUNNING GEAR ,7, A. Wheelbase: Minimum standards as stated in the specifications. r.2 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. 11 WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 3464 E 2011 %Ton Extended Cab 4-Door 4x4 Pickup Truck Page 7 of 13 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!! I! I 3463 OF 2011 '/Ton Extended Cab 4-Door 4x4 Pickup Truck Page 6 of 13 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. II WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! if • 3463 OF 2011 %Ton Extended Cab 4-Door 4x4 Pickup Truck . Page 4 of 13 ` :4 t _ �T. ty_Iasi 27 Keyless remote locking system with two (2) fobs if not standard_ i_,' ';, s< >at.�,;;•Ft3r r 28 Trailer control sway system if not standard. j c5� ' 1, r 29 Equipment& engine service repair manual. '"�T` iii ; w:_ "" 30 Equipment&engine service repair manual on CD ROM. • �`.-7V � ' � 31 Equipment&engine parts manual. :m > rxgw �. 32 Equipment&engine parts on CD ROM. WI!'" "! °' "yam'''` K: ' Additional costs for warranties from manufacturer_ 15I ra 33 .,�' it rT" v3'a�'3 '' o, !?.a • ".� _, `.�'�° ,z ..� F5wJa 3 L-r.7•c•1xt* .�.+s Kyd` . $la 1 .` . : Ices�} ;:'d?'-µ r .;,' _ it ,��.r• ,;.n 't{(,tom 4 _,,) .,^. 4 4k'a S.�. ,, ,,,,#. .,,,,,fri: rs�4... sx6g� 'S ' '�xY S '� ;v yb;4,,,, Al.. tliaas`a) P14:r'k.�F,,• r'TS?�' 'r 1',,, '�y% " r' ` tYWis''',' , ^ s.=.'-�!.rb.i,^�. '#. � •� Y� .r",.,,.r aiYY?'i' .. .a.. �u�Y+t 4:t... E"x4 rd�... t.'.�+ • 34 Reverse Sensing Alarm System factory or dealer.installe g ��, '��< Ww � °m • J�/�147,1 N ��Y•',i' M1''. ��vY.:lam: Additional costs of charges for vehicle dropshipment outside the �. L -�,-. ��;.-. ''; 35 Lincoln area. Drop shipment charges would be for vehicles bought `x .,-�',I�""3 ` 4h.: '4' �-°''''} by political entities and other Divisions of Government. _: �.<;';�'� , rP,.f.:.•�r. ,• �=� , 'hr:t�.p,':�,:,e r t .,�c. ��.g;,r ,.s'E`i�j,-`�r:isj' Y•hr� it M-^4h :L 3r/i9:itixf, 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). 3463 OF 2011 1/2 Ton Extended Cab 4-Door 4x4 Pickup Truck 2 of 2 4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET 2011 or Current Production Year 1/2 Ton, Extended Cab, 4-Door,4x4 Pickup Truck ' I 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. (/ H. Suspension: Must be designed to handle passenger and cargo requirements. Stability control and roll stability systems shall be furnished, if available from factory. I/ I. 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 arld ry. V J. Differential: Limited slip, installed anti-byspinfacto type or equivalent system required, if available from factory. Indicate ratio: a 6 -5.4 4 Comments: Yes Exception 4) ELECTRICAL SYSTEM V 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: Cf C,C� t/ 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: WARN11IG!! DO NOT BID BASE TRUCK ON THIS SHEET!! �f 3463 OF 2011 %Ton Extended Cab 4-Door.4x4 Pickup Truck Page 8 of 13 ion 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!! I! I 3463 OF 2011 '/Ton Extended Cab 4-Door 4x4 Pickup Truck Page 6 of 13 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. II WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! if • 3463 OF 2011 %Ton Extended Cab 4-Door 4x4 Pickup Truck . Page 4 of 13 ` :4 t _ �T. ty_Iasi 27 Keyless remote locking system with two (2) fobs if not standard_ i_,' ';, s< >at.�,;;•Ft3r r 28 Trailer control sway system if not standard. j c5� ' 1, r 29 Equipment& engine service repair manual. '"�T` iii ; w:_ "" 30 Equipment&engine service repair manual on CD ROM. • �`.-7V � ' � 31 Equipment&engine parts manual. :m > rxgw �. 32 Equipment&engine parts on CD ROM. WI!'" "! °' "yam'''` K: ' Additional costs for warranties from manufacturer_ 15I ra 33 .,�' it rT" v3'a�'3 '' o, !?.a • ".� _, `.�'�° ,z ..� F5wJa 3 L-r.7•c•1xt* .�.+s Kyd` . $la 1 .` . : Ices�} ;:'d?'-µ r .;,' _ it ,��.r• ,;.n 't{(,tom 4 _,,) .,^. 4 4k'a S.�. ,, ,,,,#. .,,,,,fri: rs�4... sx6g� 'S ' '�xY S '� ;v yb;4,,,, Al.. tliaas`a) P14:r'k.�F,,• r'TS?�' 'r 1',,, '�y% " r' ` tYWis''',' , ^ s.=.'-�!.rb.i,^�. '#. � •� Y� .r",.,,.r aiYY?'i' .. .a.. �u�Y+t 4:t... E"x4 rd�... t.'.�+ • 34 Reverse Sensing Alarm System factory or dealer.installe g ��, '��< Ww � °m • J�/�147,1 N ��Y•',i' M1''. ��vY.:lam: Additional costs of charges for vehicle dropshipment outside the �. L -�,-. ��;.-. ''; 35 Lincoln area. Drop shipment charges would be for vehicles bought `x .,-�',I�""3 ` 4h.: '4' �-°''''} by political entities and other Divisions of Government. _: �.<;';�'� , rP,.f.:.•�r. ,• �=� , 'hr:t�.p,':�,:,e r t .,�c. ��.g;,r ,.s'E`i�j,-`�r:isj' Y•hr� it M-^4h :L 3r/i9:itixf, 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). 3463 OF 2011 1/2 Ton Extended Cab 4-Door 4x4 Pickup Truck 2 of 2 4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET • 2011 or Current Production Year 1/2 Ton, Extended Cab, 4-Door, 4x4 Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICAITONS Ye 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. . 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!! 3463 OF 2011 %Ton Extended Cab 4-Door 4x4 Pickup Truck Page 9 of 13 3463 OF 2011 %Ton Extended Cab 4-Door.4x4 Pickup Truck Page 8 of 13 ion 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!! I! I 3463 OF 2011 '/Ton Extended Cab 4-Door 4x4 Pickup Truck Page 6 of 13 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. II WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! if • 3463 OF 2011 %Ton Extended Cab 4-Door 4x4 Pickup Truck . Page 4 of 13 ` :4 t _ �T. ty_Iasi 27 Keyless remote locking system with two (2) fobs if not standard_ i_,' ';, s< >at.�,;;•Ft3r r 28 Trailer control sway system if not standard. j c5� ' 1, r 29 Equipment& engine service repair manual. '"�T` iii ; w:_ "" 30 Equipment&engine service repair manual on CD ROM. • �`.-7V � ' � 31 Equipment&engine parts manual. :m > rxgw �. 32 Equipment&engine parts on CD ROM. WI!'" "! °' "yam'''` K: ' Additional costs for warranties from manufacturer_ 15I ra 33 .,�' it rT" v3'a�'3 '' o, !?.a • ".� _, `.�'�° ,z ..� F5wJa 3 L-r.7•c•1xt* .�.+s Kyd` . $la 1 .` . : Ices�} ;:'d?'-µ r .;,' _ it ,��.r• ,;.n 't{(,tom 4 _,,) .,^. 4 4k'a S.�. ,, ,,,,#. .,,,,,fri: rs�4... sx6g� 'S ' '�xY S '� ;v yb;4,,,, Al.. tliaas`a) P14:r'k.�F,,• r'TS?�' 'r 1',,, '�y% " r' ` tYWis''',' , ^ s.=.'-�!.rb.i,^�. '#. � •� Y� .r",.,,.r aiYY?'i' .. .a.. �u�Y+t 4:t... E"x4 rd�... t.'.�+ • 34 Reverse Sensing Alarm System factory or dealer.installe g ��, '��< Ww � °m • J�/�147,1 N ��Y•',i' M1''. ��vY.:lam: Additional costs of charges for vehicle dropshipment outside the �. L -�,-. ��;.-. ''; 35 Lincoln area. Drop shipment charges would be for vehicles bought `x .,-�',I�""3 ` 4h.: '4' �-°''''} by political entities and other Divisions of Government. _: �.<;';�'� , rP,.f.:.•�r. ,• �=� , 'hr:t�.p,':�,:,e r t .,�c. ��.g;,r ,.s'E`i�j,-`�r:isj' Y•hr� it M-^4h :L 3r/i9:itixf, 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). 3463 OF 2011 1/2 Ton Extended Cab 4-Door 4x4 Pickup Truck 2 of 2 4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET . 1 2011 or Current Production Year 1/2 Ton, Extended Cab, 4-Door, 4x4 Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICAITONS Yes 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. c/ ' 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 A. Ail 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'/o 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. IWARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! • 3463 OF 2011 V2 Ton Extended Cab 4-Door 4x4 Pickup Truck Page 10 of 13 WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! I! I 3463 OF 2011 '/Ton Extended Cab 4-Door 4x4 Pickup Truck Page 6 of 13 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. II WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! if • 3463 OF 2011 %Ton Extended Cab 4-Door 4x4 Pickup Truck . Page 4 of 13 ` :4 t _ �T. ty_Iasi 27 Keyless remote locking system with two (2) fobs if not standard_ i_,' ';, s< >at.�,;;•Ft3r r 28 Trailer control sway system if not standard. j c5� ' 1, r 29 Equipment& engine service repair manual. '"�T` iii ; w:_ "" 30 Equipment&engine service repair manual on CD ROM. • �`.-7V � ' � 31 Equipment&engine parts manual. :m > rxgw �. 32 Equipment&engine parts on CD ROM. WI!'" "! °' "yam'''` K: ' Additional costs for warranties from manufacturer_ 15I ra 33 .,�' it rT" v3'a�'3 '' o, !?.a • ".� _, `.�'�° ,z ..� F5wJa 3 L-r.7•c•1xt* .�.+s Kyd` . $la 1 .` . : Ices�} ;:'d?'-µ r .;,' _ it ,��.r• ,;.n 't{(,tom 4 _,,) .,^. 4 4k'a S.�. ,, ,,,,#. .,,,,,fri: rs�4... sx6g� 'S ' '�xY S '� ;v yb;4,,,, Al.. tliaas`a) P14:r'k.�F,,• r'TS?�' 'r 1',,, '�y% " r' ` tYWis''',' , ^ s.=.'-�!.rb.i,^�. '#. � •� Y� .r",.,,.r aiYY?'i' .. .a.. �u�Y+t 4:t... E"x4 rd�... t.'.�+ • 34 Reverse Sensing Alarm System factory or dealer.installe g ��, '��< Ww � °m • J�/�147,1 N ��Y•',i' M1''. ��vY.:lam: Additional costs of charges for vehicle dropshipment outside the �. L -�,-. ��;.-. ''; 35 Lincoln area. Drop shipment charges would be for vehicles bought `x .,-�',I�""3 ` 4h.: '4' �-°''''} by political entities and other Divisions of Government. _: �.<;';�'� , rP,.f.:.•�r. ,• �=� , 'hr:t�.p,':�,:,e r t .,�c. ��.g;,r ,.s'E`i�j,-`�r:isj' Y•hr� it M-^4h :L 3r/i9:itixf, 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). 3463 OF 2011 1/2 Ton Extended Cab 4-Door 4x4 Pickup Truck 2 of 2 4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET • a l� 2011 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. V D. Each vehicle shall be completely checked by the vendor to ensure conformance with the manufacturer's specifications and the State of Nebraska requirements as stated herein. ✓ E. Invoices shall describe the truck, including vehicle identification number(VIN), key number and State of Nebraska purchase order number. 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: Ye7 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!! 3463 OF 2011 %Ton Extended Cab 4-Door 4x4 Pickup Truck Page 11 of 13 , and holidays.All deliveries must be scheduled with the Agency Representative. IWARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! • 3463 OF 2011 V2 Ton Extended Cab 4-Door 4x4 Pickup Truck Page 10 of 13 WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! I! I 3463 OF 2011 '/Ton Extended Cab 4-Door 4x4 Pickup Truck Page 6 of 13 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. II WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! if • 3463 OF 2011 %Ton Extended Cab 4-Door 4x4 Pickup Truck . Page 4 of 13 ` :4 t _ �T. ty_Iasi 27 Keyless remote locking system with two (2) fobs if not standard_ i_,' ';, s< >at.�,;;•Ft3r r 28 Trailer control sway system if not standard. j c5� ' 1, r 29 Equipment& engine service repair manual. '"�T` iii ; w:_ "" 30 Equipment&engine service repair manual on CD ROM. • �`.-7V � ' � 31 Equipment&engine parts manual. :m > rxgw �. 32 Equipment&engine parts on CD ROM. WI!'" "! °' "yam'''` K: ' Additional costs for warranties from manufacturer_ 15I ra 33 .,�' it rT" v3'a�'3 '' o, !?.a • ".� _, `.�'�° ,z ..� F5wJa 3 L-r.7•c•1xt* .�.+s Kyd` . $la 1 .` . : Ices�} ;:'d?'-µ r .;,' _ it ,��.r• ,;.n 't{(,tom 4 _,,) .,^. 4 4k'a S.�. ,, ,,,,#. .,,,,,fri: rs�4... sx6g� 'S ' '�xY S '� ;v yb;4,,,, Al.. tliaas`a) P14:r'k.�F,,• r'TS?�' 'r 1',,, '�y% " r' ` tYWis''',' , ^ s.=.'-�!.rb.i,^�. '#. � •� Y� .r",.,,.r aiYY?'i' .. .a.. �u�Y+t 4:t... E"x4 rd�... t.'.�+ • 34 Reverse Sensing Alarm System factory or dealer.installe g ��, '��< Ww � °m • J�/�147,1 N ��Y•',i' M1''. ��vY.:lam: Additional costs of charges for vehicle dropshipment outside the �. L -�,-. ��;.-. ''; 35 Lincoln area. Drop shipment charges would be for vehicles bought `x .,-�',I�""3 ` 4h.: '4' �-°''''} by political entities and other Divisions of Government. _: �.<;';�'� , rP,.f.:.•�r. ,• �=� , 'hr:t�.p,':�,:,e r t .,�c. ��.g;,r ,.s'E`i�j,-`�r:isj' Y•hr� it M-^4h :L 3r/i9:itixf, 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). 3463 OF 2011 1/2 Ton Extended Cab 4-Door 4x4 Pickup Truck 2 of 2 4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET 2011.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: Yet/ Exception 9) SERVICE �/ A. Prior to the awarding of, or entering into any agreement or contract, whether verbal or in writing, it shall be the responsibility of the manufacturer and/or the successful bidder to ensure and satisfy the State of Nebraska that there are factory. authorized dealers, geographically located within the United States of America and the State of Nebraska, who will service and repair the vehicles being submitted for consideration without undue . delay. 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. V C. THE STATE OF NEBRASKA'S OBLIGATION TO PAY IS CONTINGENT UPON LEGISLATIVE APPROPRIATION OF FUNDS FOR THAT PURPOSE. SHOULD SAID FUNDS NOT BE APPROPRIATED, THE STATE OF NEBRASKA MAY TERMINATE THIS AGREEMENT. THE STATE OF NEBRASKA WILL GIVE THE VENDOR THIRTY DAYS WRITTEN NOTICE OF SUCH TERMINATION. D. Vendor must indicate to whom payment is to be made, stating full name of company or entity, complete address and telephone number.After contract is awarded, payment shall only be made as indicated unless written notification is made to the AS/Materiel/Purchasing Bureau requesting an addendum to the contract; must be done 30 days prior to the delivery of vehicle. THERE WILL BE NO EXCEPTIONS! WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! II I 3463 OF 2011 '/Ton Extended Cab 4-Door 4x4 Pickup Truck •Page 12 of 13 ! DO NOT BID BASE TRUCK ON THIS SHEET!! • 3463 OF 2011 V2 Ton Extended Cab 4-Door 4x4 Pickup Truck Page 10 of 13 WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! I! I 3463 OF 2011 '/Ton Extended Cab 4-Door 4x4 Pickup Truck Page 6 of 13 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. II WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! if • 3463 OF 2011 %Ton Extended Cab 4-Door 4x4 Pickup Truck . Page 4 of 13 ` :4 t _ �T. ty_Iasi 27 Keyless remote locking system with two (2) fobs if not standard_ i_,' ';, s< >at.�,;;•Ft3r r 28 Trailer control sway system if not standard. j c5� ' 1, r 29 Equipment& engine service repair manual. '"�T` iii ; w:_ "" 30 Equipment&engine service repair manual on CD ROM. • �`.-7V � ' � 31 Equipment&engine parts manual. :m > rxgw �. 32 Equipment&engine parts on CD ROM. WI!'" "! °' "yam'''` K: ' Additional costs for warranties from manufacturer_ 15I ra 33 .,�' it rT" v3'a�'3 '' o, !?.a • ".� _, `.�'�° ,z ..� F5wJa 3 L-r.7•c•1xt* .�.+s Kyd` . $la 1 .` . : Ices�} ;:'d?'-µ r .;,' _ it ,��.r• ,;.n 't{(,tom 4 _,,) .,^. 4 4k'a S.�. ,, ,,,,#. .,,,,,fri: rs�4... sx6g� 'S ' '�xY S '� ;v yb;4,,,, Al.. tliaas`a) P14:r'k.�F,,• r'TS?�' 'r 1',,, '�y% " r' ` tYWis''',' , ^ s.=.'-�!.rb.i,^�. '#. � •� Y� .r",.,,.r aiYY?'i' .. .a.. �u�Y+t 4:t... E"x4 rd�... t.'.�+ • 34 Reverse Sensing Alarm System factory or dealer.installe g ��, '��< Ww � °m • J�/�147,1 N ��Y•',i' M1''. ��vY.:lam: Additional costs of charges for vehicle dropshipment outside the �. L -�,-. ��;.-. ''; 35 Lincoln area. Drop shipment charges would be for vehicles bought `x .,-�',I�""3 ` 4h.: '4' �-°''''} by political entities and other Divisions of Government. _: �.<;';�'� , rP,.f.:.•�r. ,• �=� , 'hr:t�.p,':�,:,e r t .,�c. ��.g;,r ,.s'E`i�j,-`�r:isj' Y•hr� it M-^4h :L 3r/i9:itixf, 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). 3463 OF 2011 1/2 Ton Extended Cab 4-Door 4x4 Pickup Truck 2 of 2 4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET • I 2011 or Current Production Year 1/2 Ton, Extended Cab,4-Door, 4x4 Pickup Truck . STATE OF NEBRASKA PURCHASING BUREAU SPECIFICAITONS • .+Z" E. If vendor is interested in electronic fund transfer(EFT) payment, please contact purchasing agency after contract has been awarded. 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 II •WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!!j �l 3463 OF 2011 %Ton Extended Cab 4-Door 4x4 Pickup Truck Page 13 of 13 j•fV } a s i-afi�,� i i Y4 l A •�7 5l 4 7 {� 1 NI Model Information.-Online.Ordering Guide. Page .of 2 • fnity Select-___._.------------------.._.._.-- • 2011 Online Order/Reference Guide Print Another;Silverado 1500 ?'z ` • Model Home Division - i Standard Equipment 2011 Silverado 1500 COLOR AND TRIM -SOLID PAINT ZY1 Ordering Info • S=Standard Equipment A a Available — -.Equipment, ; Groups —(dashes)=Not Available SOLID PAINT ZY1 o , - PEG Stairstep ■=Included in Equipment Group ❑=Included in Equipment Group but upgradeable - Interior `indicates availability of feature on multiple models.For example,it indicates feature availability on 2WD and 4WD Models Rear wheel drive and All-wheel drive Models. - Exterior Interior • - Mechanical . Engine/Axles Decor Seat Seat Light Dark Light Light Color and Trim Level Seat TYPe Code Trim Ebony Cashmere/ Cashmere e/ T Dail/ Titanium/ Td • ys - SEO/Ship Thru Ebony' Cashmere2 Titanium2 Ebon - Onstar fleet Front Options 40/20/40 Work split-bench AE7 Vinyl4 — — — — — Dimensions Truck with fold- . Specs down . . armrest Wheels • . • 'Front - _ Radios 40/20/40 Trailering Specs Work split-bench • Model and Option Truck/ with fold- AE7 Cloth — — — — — Weights , . LS down armrest and manual driver.lumbar • . Front 40/20/40 reclining split-bench 'LT!Fuel with fold- - . - down Premium Economy 84C armrest and AZ3 Cloth 19C 31 C — -- Package lockable storage compartment with auxiliary - power outlet LT/Fuel Front power • premium Economy reclining A95 Cloth 19C 31C — — 84C Package buckets • •• Fraat _ - . . 40/20/40 reclining . split-bench LT/Fuel with fold- Leather- Economy down AZ3 appointed 193 313 — -- 843 Page armrest and front lockable seats • storage compartment with auxiliary power outlet -LTI-Fuel- •Frotftpower - -Leather- - - Economy reclining A9• 5 apfproolnted 193 313 — - — 843 Package buckets seats • Front power Leather https://www.autopartners.net/ape s/eogld/NASAPP/domestic/proddesc.j sp?yeat=2011&re... 10/27/2010 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. II WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! if • 3463 OF 2011 %Ton Extended Cab 4-Door 4x4 Pickup Truck . Page 4 of 13 ` :4 t _ �T. ty_Iasi 27 Keyless remote locking system with two (2) fobs if not standard_ i_,' ';, s< >at.�,;;•Ft3r r 28 Trailer control sway system if not standard. j c5� ' 1, r 29 Equipment& engine service repair manual. '"�T` iii ; w:_ "" 30 Equipment&engine service repair manual on CD ROM. • �`.-7V � ' � 31 Equipment&engine parts manual. :m > rxgw �. 32 Equipment&engine parts on CD ROM. WI!'" "! °' "yam'''` K: ' Additional costs for warranties from manufacturer_ 15I ra 33 .,�' it rT" v3'a�'3 '' o, !?.a • ".� _, `.�'�° ,z ..� F5wJa 3 L-r.7•c•1xt* .�.+s Kyd` . $la 1 .` . : Ices�} ;:'d?'-µ r .;,' _ it ,��.r• ,;.n 't{(,tom 4 _,,) .,^. 4 4k'a S.�. ,, ,,,,#. .,,,,,fri: rs�4... sx6g� 'S ' '�xY S '� ;v yb;4,,,, Al.. tliaas`a) P14:r'k.�F,,• r'TS?�' 'r 1',,, '�y% " r' ` tYWis''',' , ^ s.=.'-�!.rb.i,^�. '#. � •� Y� .r",.,,.r aiYY?'i' .. .a.. �u�Y+t 4:t... E"x4 rd�... t.'.�+ • 34 Reverse Sensing Alarm System factory or dealer.installe g ��, '��< Ww � °m • J�/�147,1 N ��Y•',i' M1''. ��vY.:lam: Additional costs of charges for vehicle dropshipment outside the �. L -�,-. ��;.-. ''; 35 Lincoln area. Drop shipment charges would be for vehicles bought `x .,-�',I�""3 ` 4h.: '4' �-°''''} by political entities and other Divisions of Government. _: �.<;';�'� , rP,.f.:.•�r. ,• �=� , 'hr:t�.p,':�,:,e r t .,�c. ��.g;,r ,.s'E`i�j,-`�r:isj' Y•hr� it M-^4h :L 3r/i9:itixf, 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). 3463 OF 2011 1/2 Ton Extended Cab 4-Door 4x4 Pickup Truck 2 of 2 4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET Model Information-Online Ordering Guide Page 2 of 2 . full-feature "appointed - LIZ reclining AN3 front 193 — 1 333 I 833 1 — buckets seats Interior Touch. - Dark - Light Solid Paint rior Color Light Light Code Up Paint Ebon Cashmere/ Cashmere/ Titanium/ Titanium/ Da Number y Light Dark Titan Ebony1 Cashmere2 Trtanium2 Ebony3 NEW! j Blue Laser 21U 8M A A A A A — Metallic5 Imperial Blue 37U 4W03P A A A A A A Metallics Black 41U WA-8555 A A A A A A ' Blue Granite 46U WA 928L A A A A A A Metallic • Summit White 50U WA-8024 A A A A A A Victory Red 74U WA 9260 A A A A A A NEW! White 98U WA-800J A — A A -- — ,Diamond. - . Tricoat7 NEW! Green Ste GGU WAS A A A A A A . Metallics Taupe Gray GGW WA- Gray A A A A A Metallic Sheer Silver GGZ6S A A A A A A Metaliid • - 1-interior color,including seat trim,has lighter/darker two-tone effect. • 2-interior color,including seat trim,has iighteridarker two-tone effect.Requires LTZ trim. 3-Interior color,including seat trim,has lighter/darker two-tone effect.Not available with LTZ trim. 4-Vinyl seats require(BG8)Black rubberized vinyl floor covering. 8-Included and only available with(PDH)Laser Blue Special Edition. 6-Not available with(PDA)Texas Edition,(PEB)Regional Value Package or(PEF)Florida Edition. 7-Included and only available with(PDP)White Diamond Tricoat Edition. • • httns:/www_autonartners.net/anns/eo!ld/NASADn/domestic/nroddesc.iso?veat=2011&re... 10/27/2010 19C 31C — — 84C Package buckets • •• Fraat _ - . . 40/20/40 reclining . split-bench LT/Fuel with fold- Leather- Economy down AZ3 appointed 193 313 — -- 843 Page armrest and front lockable seats • storage compartment with auxiliary power outlet -LTI-Fuel- •Frotftpower - -Leather- - - Economy reclining A9• 5 apfproolnted 193 313 — - — 843 Package buckets seats • Front power Leather https://www.autopartners.net/ape s/eogld/NASAPP/domestic/proddesc.j sp?yeat=2011&re... 10/27/2010 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. II WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! if • 3463 OF 2011 %Ton Extended Cab 4-Door 4x4 Pickup Truck . Page 4 of 13 ` :4 t _ �T. ty_Iasi 27 Keyless remote locking system with two (2) fobs if not standard_ i_,' ';, s< >at.�,;;•Ft3r r 28 Trailer control sway system if not standard. j c5� ' 1, r 29 Equipment& engine service repair manual. '"�T` iii ; w:_ "" 30 Equipment&engine service repair manual on CD ROM. • �`.-7V � ' � 31 Equipment&engine parts manual. :m > rxgw �. 32 Equipment&engine parts on CD ROM. WI!'" "! °' "yam'''` K: ' Additional costs for warranties from manufacturer_ 15I ra 33 .,�' it rT" v3'a�'3 '' o, !?.a • ".� _, `.�'�° ,z ..� F5wJa 3 L-r.7•c•1xt* .�.+s Kyd` . $la 1 .` . : Ices�} ;:'d?'-µ r .;,' _ it ,��.r• ,;.n 't{(,tom 4 _,,) .,^. 4 4k'a S.�. ,, ,,,,#. .,,,,,fri: rs�4... sx6g� 'S ' '�xY S '� ;v yb;4,,,, Al.. tliaas`a) P14:r'k.�F,,• r'TS?�' 'r 1',,, '�y% " r' ` tYWis''',' , ^ s.=.'-�!.rb.i,^�. '#. � •� Y� .r",.,,.r aiYY?'i' .. .a.. �u�Y+t 4:t... E"x4 rd�... t.'.�+ • 34 Reverse Sensing Alarm System factory or dealer.installe g ��, '��< Ww � °m • J�/�147,1 N ��Y•',i' M1''. ��vY.:lam: Additional costs of charges for vehicle dropshipment outside the �. L -�,-. ��;.-. ''; 35 Lincoln area. Drop shipment charges would be for vehicles bought `x .,-�',I�""3 ` 4h.: '4' �-°''''} by political entities and other Divisions of Government. _: �.<;';�'� , rP,.f.:.•�r. ,• �=� , 'hr:t�.p,':�,:,e r t .,�c. ��.g;,r ,.s'E`i�j,-`�r:isj' Y•hr� it M-^4h :L 3r/i9:itixf, 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). 3463 OF 2011 1/2 Ton Extended Cab 4-Door 4x4 Pickup Truck 2 of 2 4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET M©4e1 Information-Online Ordering Guide Page 1 of 2 • :z Select : : 2011 Online Order/Reference Guide Print Another Siiverado 1500 ;_i Model Home Division i Standard Equipment COLOR AND TRIM -SEO SOLID Ordering Info 2011 Silverado 1500 PAINT • • 4 Equipment -S=Standard Equipment A=•Available Groups SEO SOLID PAINT ° ' —(dashes)=Not Available :4 ., - PEG Stairstep — — ._..__._._.... :-;. ■ Interior =Included in Equipment Group ❑=Included in Equipment Group but upgradeable `Indicates availability of feature on multiple models.For example,it indicates feature availability on 2WD and 4WD - Exterior Models or Rear wheel drive and All-wheel drive Models. a Mechanical • Interior EnginefAxles Decor Seat Light Light - Color and Trim Level Seat Type Code Seat Trim Ebony Cashmere/ Titanium/ Dark ' - SEOIShip Thru Ebonyi Ebonyi Titanium - OnStar Fleet Front 40/20/40 split- - Options. Work -bench With fOId-d6Wn -AE7 • Vinyl3 - - - — - — - 88V - Truck armrest Dimensions Front 40/20/40 split- Specs Work bench with fold-down AE7 Cloth — — — 88B Wheels Truck armrest and manual driver lumbar • Radios • Front 40/20/40 redining Trailering Specs split-bench with fold- Model and Option LT down armrest and AZ3 Premium 19C• . 31C 84C -- Weights lockable storage Cloth • compartment with auxiliary power outlet •- - - Front power reclining Premium LT buckets A95 Cloth 19C 31C 84C Front 40/20/40 reclining • split-bench with fold- Leather- • LT down armrest and AZ3 appointed 103 313 843 — lockable storage front seats compartment with auxiliary power outlet Front power reclining Leather- - LT A95 appointed 193 313 843 — • . buckets front seats Interior • • Exterior Color Touch-Up Light Light . Solid Paint Code Paint Dark Number Ebony Cashmere/ Titanium/ Titanium • - Ebonyi Ebony Yelloinr2 none WA-5248 A .A A A , • Blue Metallic2 none WA-5405 A A A A Yellow2 none WA 5445 A A A A Ye.4k w 2 .. tiM. . V.VA7544Q .. A. . A A. _ A. • 1 • Blue2 . none WA 5663 A- A A A Blue2 none WA 7154 A A A A • Blue Metalfic2 none WA-7159 A A A A . Gray Metallic2 none WA-7840 A A A A ' Green2 none WA 7941 A A A A 9V5 WA 9015 A • A A A https:/8. .autopartners.netlapps/eogld/NASApp/domestic/proddesc jsp?year 2011&ve... 10/27/2010 of 13 ` :4 t _ �T. ty_Iasi 27 Keyless remote locking system with two (2) fobs if not standard_ i_,' ';, s< >at.�,;;•Ft3r r 28 Trailer control sway system if not standard. j c5� ' 1, r 29 Equipment& engine service repair manual. '"�T` iii ; w:_ "" 30 Equipment&engine service repair manual on CD ROM. • �`.-7V � ' � 31 Equipment&engine parts manual. :m > rxgw �. 32 Equipment&engine parts on CD ROM. WI!'" "! °' "yam'''` K: ' Additional costs for warranties from manufacturer_ 15I ra 33 .,�' it rT" v3'a�'3 '' o, !?.a • ".� _, `.�'�° ,z ..� F5wJa 3 L-r.7•c•1xt* .�.+s Kyd` . $la 1 .` . : Ices�} ;:'d?'-µ r .;,' _ it ,��.r• ,;.n 't{(,tom 4 _,,) .,^. 4 4k'a S.�. ,, ,,,,#. .,,,,,fri: rs�4... sx6g� 'S ' '�xY S '� ;v yb;4,,,, Al.. tliaas`a) P14:r'k.�F,,• r'TS?�' 'r 1',,, '�y% " r' ` tYWis''',' , ^ s.=.'-�!.rb.i,^�. '#. � •� Y� .r",.,,.r aiYY?'i' .. .a.. �u�Y+t 4:t... E"x4 rd�... t.'.�+ • 34 Reverse Sensing Alarm System factory or dealer.installe g ��, '��< Ww � °m • J�/�147,1 N ��Y•',i' M1''. ��vY.:lam: Additional costs of charges for vehicle dropshipment outside the �. L -�,-. ��;.-. ''; 35 Lincoln area. Drop shipment charges would be for vehicles bought `x .,-�',I�""3 ` 4h.: '4' �-°''''} by political entities and other Divisions of Government. _: �.<;';�'� , rP,.f.:.•�r. ,• �=� , 'hr:t�.p,':�,:,e r t .,�c. ��.g;,r ,.s'E`i�j,-`�r:isj' Y•hr� it M-^4h :L 3r/i9:itixf, 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). 3463 OF 2011 1/2 Ton Extended Cab 4-Door 4x4 Pickup Truck 2 of 2 4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET Model Information Online.Ordering Guide- Page-2 of 2 Woodland Greene Doeskin Tang 9V9• - WA-9403- - A • A - A A Orange2 none WA-9408 A A A -A Yellow2 none WA-9414 A A A A Tangier Orange2 . 9W4 WA 9417 A A A A I Orange2 none WA-9419 A A A A Green Metallic2 none WA-9539 A A A A Indigo Blue2 none WA-9792 A A A - _ A Light Autumnwood none - WA-228A A - A - A A Metallic2 Wheatland 9W3 WA-253A A A A • A Yellow2 Dark Toreador Red2 none WA-3340 A A A A Pewter2 none WA-382E A A A A Blue2 none WA-454N A A A A Blue2 none WA-769H A A A . A Orange2 none WA-770H A A A A Arrival Blue2 none WA-815K A A A - A Silver Birch none WA-926L A A A A Metallic2 NOTE:Ail 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 Iighterfdaiker two-tone effect 2-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.Only available with SEO's(5B5)power window locks and mirrors,(6P3)power-adJustable camper rear view mirror glass,manual extendable and heated or(8X1)fasten safety belts label.)Not available with(WEA)Z71 Appearance package,(PEF)Florida Edition,(PDA)Texas Edition,(PEB)Regional Value Package or on Hybrid models. 3-Vinyl seats required(8G9)Black rubberized vinyl floor covering. • • • • • • ilt1T)s://www.autonari ners.net/avns/eogld/NASApp/domestic/proddesc.i sp?year=2011&ve... 10/27/2010 - • LT down armrest and AZ3 appointed 103 313 843 — lockable storage front seats compartment with auxiliary power outlet Front power reclining Leather- - LT A95 appointed 193 313 843 — • . buckets front seats Interior • • Exterior Color Touch-Up Light Light . Solid Paint Code Paint Dark Number Ebony Cashmere/ Titanium/ Titanium • - Ebonyi Ebony Yelloinr2 none WA-5248 A .A A A , • Blue Metallic2 none WA-5405 A A A A Yellow2 none WA 5445 A A A A Ye.4k w 2 .. tiM. . V.VA7544Q .. A. . A A. _ A. • 1 • Blue2 . none WA 5663 A- A A A Blue2 none WA 7154 A A A A • Blue Metalfic2 none WA-7159 A A A A . Gray Metallic2 none WA-7840 A A A A ' Green2 none WA 7941 A A A A 9V5 WA 9015 A • A A A https:/8. .autopartners.netlapps/eogld/NASApp/domestic/proddesc jsp?year 2011&ve... 10/27/2010 of 13 ` :4 t _ �T. ty_Iasi 27 Keyless remote locking system with two (2) fobs if not standard_ i_,' ';, s< >at.�,;;•Ft3r r 28 Trailer control sway system if not standard. j c5� ' 1, r 29 Equipment& engine service repair manual. '"�T` iii ; w:_ "" 30 Equipment&engine service repair manual on CD ROM. • �`.-7V � ' � 31 Equipment&engine parts manual. :m > rxgw �. 32 Equipment&engine parts on CD ROM. WI!'" "! °' "yam'''` K: ' Additional costs for warranties from manufacturer_ 15I ra 33 .,�' it rT" v3'a�'3 '' o, !?.a • ".� _, `.�'�° ,z ..� F5wJa 3 L-r.7•c•1xt* .�.+s Kyd` . $la 1 .` . : Ices�} ;:'d?'-µ r .;,' _ it ,��.r• ,;.n 't{(,tom 4 _,,) .,^. 4 4k'a S.�. ,, ,,,,#. .,,,,,fri: rs�4... sx6g� 'S ' '�xY S '� ;v yb;4,,,, Al.. tliaas`a) P14:r'k.�F,,• r'TS?�' 'r 1',,, '�y% " r' ` tYWis''',' , ^ s.=.'-�!.rb.i,^�. '#. � •� Y� .r",.,,.r aiYY?'i' .. .a.. �u�Y+t 4:t... E"x4 rd�... t.'.�+ • 34 Reverse Sensing Alarm System factory or dealer.installe g ��, '��< Ww � °m • J�/�147,1 N ��Y•',i' M1''. ��vY.:lam: Additional costs of charges for vehicle dropshipment outside the �. L -�,-. ��;.-. ''; 35 Lincoln area. Drop shipment charges would be for vehicles bought `x .,-�',I�""3 ` 4h.: '4' �-°''''} by political entities and other Divisions of Government. _: �.<;';�'� , rP,.f.:.•�r. ,• �=� , 'hr:t�.p,':�,:,e r t .,�c. ��.g;,r ,.s'E`i�j,-`�r:isj' Y•hr� it M-^4h :L 3r/i9:itixf, 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). 3463 OF 2011 1/2 Ton Extended Cab 4-Door 4x4 Pickup Truck 2 of 2 4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET 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 a %2 ton extended cab k, pickup truck to be utilized by the Construction Division; and, WHEREAS, Husker Auto Group submitted a bid of$21,567.00 to the State of Nebraska under Contract No. 12868 OC for a Y2 ton extended cab pickup truck; and, WHEREAS, the Purchasing Agent is authorized to purchase a %2 ton extended cab pickup truck to be utilized by the Construction Division based on the bid submitted to the State of Nebraska. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Husker Auto Group for the purchase of a %2 ton extended cab pickup truck to be utilized by the Construction Division in the amount of $21,567.00; and, that the Finance Depaitinent is authorized to pay the cost of this purchase from the Street and Highway Allocation Fund 12131, Construction Survey Inspection Organization, year 2010 funding. I 156410scp APPROVED AS TO FORM: 7:1, isse41-(6/ CITY ATTORNEY DATE . B �st4 y �. 7 -2,' '. .Councilmember •Adopted JAN 1 24)1 .-7 O , D. ity Clerk Approve. " - /3// Mayor )power window locks and mirrors,(6P3)power-adJustable camper rear view mirror glass,manual extendable and heated or(8X1)fasten safety belts label.)Not available with(WEA)Z71 Appearance package,(PEF)Florida Edition,(PDA)Texas Edition,(PEB)Regional Value Package or on Hybrid models. 3-Vinyl seats required(8G9)Black rubberized vinyl floor covering. • • • • • • ilt1T)s://www.autonari ners.net/avns/eogld/NASApp/domestic/proddesc.i sp?year=2011&ve... 10/27/2010 - • LT down armrest and AZ3 appointed 103 313 843 — lockable storage front seats compartment with auxiliary power outlet Front power reclining Leather- - LT A95 appointed 193 313 843 — • . buckets front seats Interior • • Exterior Color Touch-Up Light Light . Solid Paint Code Paint Dark Number Ebony Cashmere/ Titanium/ Titanium • - Ebonyi Ebony Yelloinr2 none WA-5248 A .A A A , • Blue Metallic2 none WA-5405 A A A A Yellow2 none WA 5445 A A A A Ye.4k w 2 .. tiM. . V.VA7544Q .. A. . A A. _ A. • 1 • Blue2 . none WA 5663 A- A A A Blue2 none WA 7154 A A A A • Blue Metalfic2 none WA-7159 A A A A . Gray Metallic2 none WA-7840 A A A A ' Green2 none WA 7941 A A A A 9V5 WA 9015 A • A A A https:/8. .autopartners.netlapps/eogld/NASApp/domestic/proddesc jsp?year 2011&ve... 10/27/2010 of 13 ` :4 t _ �T. ty_Iasi 27 Keyless remote locking system with two (2) fobs if not standard_ i_,' ';, s< >at.�,;;•Ft3r r 28 Trailer control sway system if not standard. j c5� ' 1, r 29 Equipment& engine service repair manual. '"�T` iii ; w:_ "" 30 Equipment&engine service repair manual on CD ROM. • �`.-7V � ' � 31 Equipment&engine parts manual. :m > rxgw �. 32 Equipment&engine parts on CD ROM. WI!'" "! °' "yam'''` K: ' Additional costs for warranties from manufacturer_ 15I ra 33 .,�' it rT" v3'a�'3 '' o, !?.a • ".� _, `.�'�° ,z ..� F5wJa 3 L-r.7•c•1xt* .�.+s Kyd` . $la 1 .` . : Ices�} ;:'d?'-µ r .;,' _ it ,��.r• ,;.n 't{(,tom 4 _,,) .,^. 4 4k'a S.�. ,, ,,,,#. .,,,,,fri: rs�4... sx6g� 'S ' '�xY S '� ;v yb;4,,,, Al.. tliaas`a) P14:r'k.�F,,• r'TS?�' 'r 1',,, '�y% " r' ` tYWis''',' , ^ s.=.'-�!.rb.i,^�. '#. � •� Y� .r",.,,.r aiYY?'i' .. .a.. �u�Y+t 4:t... E"x4 rd�... t.'.�+ • 34 Reverse Sensing Alarm System factory or dealer.installe g ��, '��< Ww � °m • J�/�147,1 N ��Y•',i' M1''. ��vY.:lam: Additional costs of charges for vehicle dropshipment outside the �. L -�,-. ��;.-. ''; 35 Lincoln area. Drop shipment charges would be for vehicles bought `x .,-�',I�""3 ` 4h.: '4' �-°''''} by political entities and other Divisions of Government. _: �.<;';�'� , rP,.f.:.•�r. ,• �=� , 'hr:t�.p,':�,:,e r t .,�c. ��.g;,r ,.s'E`i�j,-`�r:isj' Y•hr� it M-^4h :L 3r/i9:itixf, 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). 3463 OF 2011 1/2 Ton Extended Cab 4-Door 4x4 Pickup Truck 2 of 2 4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET j . O OD x CD CD O N CD c ram-' , a p- a �/ O tn UQP. • \ oO c. r tS a N CD Z Iiz Pll. iIH .. t.... \ 0 • cn, D 'Y O O ram' y ` _ C N•. , CD ' O 'C ` ) `� 0 .o 0 at' R. '0 N• Do N • • ,x-__ • �` r C� . Use additional pages if needed II •WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!!j �l 3463 OF 2011 %Ton Extended Cab 4-Door 4x4 Pickup Truck Page 13 of 13 j•fV } a s i-afi�,� i i Y4 l A •�7 5l 4 7 {� 1 NI