Loading...
RES 2008-0215 - PO to Sid Dillon Wahoo Inc for Chevrolet Tahoes special service vehicles Y ' s. _ojAAHA, �4 F`11,8� Fire Department '� ¢� eu k; ^ � „ 1516 Jackson Street r`���1� 0i LI1,'i 2 fs,i J Omaha,Nebraska 68102-3110 z® ' (402)44-4-5700 °bf� t FAX(402)444-6378 � FD FEBRV February.5,.200 T.. City of Omaha '� H,°s,, N E C t .';:(; i „- Mike Fahey,Mayor Honorable President and Members of the City Council, Submitted herewith for your consideration is Resolution authorizing the City of Omaha Fire Department to purchase two (2) 2008 Chevrolet Tahoes, Special Service Vehicles, at $27,997.00 each, for a total of$55,994.00. The usual bidding process was not necessary because the State of Nebraska has a price agreement with Sid Dillon .Wahoo, Inc. The company met all the specifications set by the Omaha Fire Department. Funds for the purchase have been appropriated and are available in the 2008 Fire Department Budget—Fund No. 11111, Organization 114526, Account Code 44234. The contractor has on file current Annual Contract Compliance Report Forms (CC-1). As is City policy, the Human Rights and Relations Director will review the contractor to ensure compliance with the Contract Compliance Ordinance. We respectfully recommend your approval of the attached Resolution. Sincerely, Approved: QiG /`.2�/G� ichael F. McDonnell Date// —o g Gail Kinsey T ompson Date Acting Fire Chief Human Rights &Relations Director Approved as to funding: Referred to City Council for consideration Carol A. Ebdon Date Mayor's Office Date `DI) Finance Director Z:/Phyllis//Departmt/Ci tyCoun/01142008Bpap rally repugnant, therefore shut out of scouting totally. 4: There are millions of godless Americans in the U.S.A. tens of thousands in Nebraska, mainly concentrated in Omaha, and Lincoln, who admire the work Ms. Madeline Murray O'Hare (an American) has done for decades,to put an end to the discrimination,backlash,and outright hatred committed in the name of religion,upon those Americans who do not profess a belief in a god. 5: It is the intention of this application for a commemorative street name,to honor Ms.Madeline Murray O'Hare for her steadfast courage, and efforts in raising awareness that not all Americans have the same homogeneous religious beliefs,and millions more,have,none whatsoever.As Lord Baydon Powell, inspired millions of youth, not only in Omaha, but worldwide, Ms. Madeline orced on (FDR) order types.) *CREDIT* Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 134.0, Data updated 1/1/2008 9:42:00 AM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: January 14, 2008 3:12:22 PM Page 6 'd 0500 '°N ooyPM u o m p P ! s Ad6H 8 800Z 'ti .ti r WARDED. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 2229 OF 2008 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 6 s 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the hid or specifications directly to the Purchasing Department at(102)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: Net 30 444... Firm Mid American Signal, Inc. /' Incorporated In: Kansas Delivery(or completion) Name Jordan Schwening Signatur&; 91 Calendar days following award Title Regional Sales Manager Phone 91 . ' 432-5002 Fax.843432-2213 Address 2429 South Mill Street Kansa City KS 66103 StreetPOBox City State Zip E-Mail Address jordans(a�midamsignal.com x ises is essential to the achievement of the PBE/DBE goal of % of the dollar amount City of Omaha's PBE/DBE goals. Therefore, to of the bid (Bid Total) for this contract (if said be considered for award, Bidders must comply contract is anticipated to be over $200,000). with the requirements of these PBE/DBE Bidders shall make every good faith effort to specifications. By submitting his/her bid, each meet said goal. Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set REVISION q 2s' •.....,...'A' h. ._......._.. ... C0._.._. ... g8... gt'd•.... 2- ..• o.7f.._ _W .Z.... -61 A a. ... a�o � 8moz _� �o. p � �^Z z CAI p ge K >>cA 8 H .44N mm .o c,i O (� Z `a'1 o'Im -si-"� 'amRomt`o i P u 4 S2.t Y.•1Oom4 o ic1 S�' 1X+1r 2� s !� " FOz o$��o� cSA��o el.oi u N17� : $2.5 z �m X1 p • € "gym s >r7 sm�o= S36$gg� f � nmm 1pi9 § D•— A % • A 2 1 f-•. m N m.. 55 g5li s:o Aso E § _ doh ddb80 8mo • 5.4 ng ' ( ro o o ' �? mm cI " o � QA oc s "� � g g g RR 6i. • rnRum !!1 vgqg 2 ts�o \ o ciy+oio8..oo A 08o o va 8 _..... .. o o ° ' a Eiiyg z� m q h Rn SRA4 r h9 mo \ rot0 . R ' :!i 0 4 v t7 pF 9m a$ �'c £j 10��' 16;9w� g ri £r RR go 7,:8 " 8uy • 4 g �^ CR18ls ^m � t ‘. � '�'�� CN. 'N �ot�" 9 � ' oo G u m ^ r � � ? � x.J t> igr3 8. -..,, .- ` 1� w m'..I op, SCALE: 1•= 100. 3 2 THOMPSON,DREESSEN DORNER INC. WEST SHORES REPEAT 4 DATE: OCT. 13, 2007 m soz, Consulting O D M Engineers H La N d Surveyors f 0936 OLD MILL ROAD OMAHA,N RASKA 68154 DRAWN!A': RJR • 1'�. PHONE:402330,8860 FAX 402.330.5866 EMAIL TD2MAILOTD2CO.COM FINAL PLAT 0N00088 9r JOW 00 Wp95RE:V.WW.TD2C0.COM REVISION • STATE F N B RAS KA CONTRACT AWARD State Purchasing ntenn ai Mail South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 Lincoln,Nebraska 68509-4847 1 OF 5 10/22/07 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 CONNIE HEINRICHS CONTRACT NUMBER VENDOR NUMBER: 3758834 12049 OC • SECONDARY AWARD VENDOR ADDRESS: • POLICE PACKAGE ONLY SID DILLON WAHOO INC • DBA SID DILLON CHEVROLET-BUICK-PONTIAC 257 W A ST WAHOO NE 68066-2070 • • AN AWARD HAS BEEN MADE TO THE VENDOR NAMED ABOVE FOR THE FURNISHING OF EQUIPMENT, MATERIAL, OR SUPPLIES AS LISTED BELOW FOR THE PERIOD: • 2008 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 O_F.:THIS CONTRACT BEYOND THE TERMINATION DATE WHEN • MUTUALLY AGREEABLE TO THE VENDOR AND THE STATE OF NEBRASKA. • Original/Bid Document 2212 OF 2008 or Current Production Year LARGE SPECIAL SERVICE VEHICLE, FOUR WHEEL DRIVE (7 PASSENGER), as per the attached specifications for the 2:08•Production Year. See attached Terms and Conditions page for approximate.units:to'be.purchased.The Unit Price is equal to the Base Price for items before the Option Bid List. Make/Model: Chevrolet Tahoe • Delivery:45-120 days ARO Contract subject to thirty(30)days cancellation by either party upon written notice. Quantities shown are estimates only and are not to be construed to mean firm quantities. The State of Nebraska reserves the right to increase or decrease any quantities shown. • The parties hereby agree that the following documents are incorporated into the contract resulting from this Invitation to Bid: 1:The signed Invitation toiBideContractdocument; 2.The original ITB document; '; 3.Any Addenda'and.:.or Amendments to include`Questioris:and_Answers; sli t 4.Warranty documents$uppli'ed.with the bld, 5.The°_contractaward._ • Unless otherwise speeiflcSlly stated Iti-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 7 1 l-— 4.Cv BUYER • • MAT I EL ADMINISTRATOR • • • • 0419440d4/14 --s ib (67 s 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the hid or specifications directly to the Purchasing Department at(102)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: Net 30 444... Firm Mid American Signal, Inc. /' Incorporated In: Kansas Delivery(or completion) Name Jordan Schwening Signatur&; 91 Calendar days following award Title Regional Sales Manager Phone 91 . ' 432-5002 Fax.843432-2213 Address 2429 South Mill Street Kansa City KS 66103 StreetPOBox City State Zip E-Mail Address jordans(a�midamsignal.com x ises is essential to the achievement of the PBE/DBE goal of % of the dollar amount City of Omaha's PBE/DBE goals. Therefore, to of the bid (Bid Total) for this contract (if said be considered for award, Bidders must comply contract is anticipated to be over $200,000). with the requirements of these PBE/DBE Bidders shall make every good faith effort to specifications. By submitting his/her bid, each meet said goal. Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set REVISION q 2s' •.....,...'A' h. ._......._.. ... C0._.._. ... g8... gt'd•.... 2- ..• o.7f.._ _W .Z.... -61 A a. ... a�o � 8moz _� �o. p � �^Z z CAI p ge K >>cA 8 H .44N mm .o c,i O (� Z `a'1 o'Im -si-"� 'amRomt`o i P u 4 S2.t Y.•1Oom4 o ic1 S�' 1X+1r 2� s !� " FOz o$��o� cSA��o el.oi u N17� : $2.5 z �m X1 p • € "gym s >r7 sm�o= S36$gg� f � nmm 1pi9 § D•— A % • A 2 1 f-•. m N m.. 55 g5li s:o Aso E § _ doh ddb80 8mo • 5.4 ng ' ( ro o o ' �? mm cI " o � QA oc s "� � g g g RR 6i. • rnRum !!1 vgqg 2 ts�o \ o ciy+oio8..oo A 08o o va 8 _..... .. o o ° ' a Eiiyg z� m q h Rn SRA4 r h9 mo \ rot0 . R ' :!i 0 4 v t7 pF 9m a$ �'c £j 10��' 16;9w� g ri £r RR go 7,:8 " 8uy • 4 g �^ CR18ls ^m � t ‘. � '�'�� CN. 'N �ot�" 9 � ' oo G u m ^ r � � ? � x.J t> igr3 8. -..,, .- ` 1� w m'..I op, SCALE: 1•= 100. 3 2 THOMPSON,DREESSEN DORNER INC. WEST SHORES REPEAT 4 DATE: OCT. 13, 2007 m soz, Consulting O D M Engineers H La N d Surveyors f 0936 OLD MILL ROAD OMAHA,N RASKA 68154 DRAWN!A': RJR • 1'�. PHONE:402330,8860 FAX 402.330.5866 EMAIL TD2MAILOTD2CO.COM FINAL PLAT 0N00088 9r JOW 00 Wp95RE:V.WW.TD2C0.COM REVISION • • STATE Q F N E B RAS KA CONTRACT AWARD State 1etina Bureau l 0 cenlM South,1st Floor Lincoln,Nebraska 68508 • OR PAGE I ORDER DATE P.O.Box 94847 Lincoln,Nebraska 68509-4847 2 OF 5 10/22/07 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 CONNIE HEINRICHS CONTRACT NUMBER VENDOR NUMBER: 3758834 12049 OC Est. Unit of Unit Line Description Qty Measure Price • Any remaining uncertainty or ambiguity shall not be interpreted against either party because such party prepared any portion of the Agreement, but shall be interpreted according to the application 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 XIII, Section 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: 402-540-7577 FAX: 402-443-39.82 Est. • Unit of . •Unit • Line Description Qty Measure Price 1 Large Special Service Vehicle 20 EA • 27,997.0000 4WD, 7 Passenger Chevrolet Tahoe • 2008 or Current Production Year Large Special ServiceVehicle Four Wheel Drive(7 Passenger). • Series, Code,Trim Level: 1500 CK 10706-CSV Engine: 5.3L V8 = = EPA: 14 mpg city, 19 mpg HWY - • 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 Large SpecialService•. _; _;. ... • ': 20 .EA • 28,497.0000 • Vehicle,.:4WD 7Passenger . :; _. _ . - Chevrolef=Tahoe :;;:.• _ • .. __.::::: ., _ ....:- _ -..: - - - - - - 2008'orCurrent.ProcficttonYearE8:5`LargeSpeciaf;:SeiviceVehi Ie°FourWfieefDnve(7.Passenger) • E85(Units Capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded gasoline without additional change or conversion.) .Engine:5.3L V8 • 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. • BUYER INITIALS ence 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 7 1 l-— 4.Cv BUYER • • MAT I EL ADMINISTRATOR • • • • 0419440d4/14 --s ib (67 s 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the hid or specifications directly to the Purchasing Department at(102)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: Net 30 444... Firm Mid American Signal, Inc. /' Incorporated In: Kansas Delivery(or completion) Name Jordan Schwening Signatur&; 91 Calendar days following award Title Regional Sales Manager Phone 91 . ' 432-5002 Fax.843432-2213 Address 2429 South Mill Street Kansa City KS 66103 StreetPOBox City State Zip E-Mail Address jordans(a�midamsignal.com x ises is essential to the achievement of the PBE/DBE goal of % of the dollar amount City of Omaha's PBE/DBE goals. Therefore, to of the bid (Bid Total) for this contract (if said be considered for award, Bidders must comply contract is anticipated to be over $200,000). with the requirements of these PBE/DBE Bidders shall make every good faith effort to specifications. By submitting his/her bid, each meet said goal. Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set REVISION q 2s' •.....,...'A' h. ._......._.. ... C0._.._. ... g8... gt'd•.... 2- ..• o.7f.._ _W .Z.... -61 A a. ... a�o � 8moz _� �o. p � �^Z z CAI p ge K >>cA 8 H .44N mm .o c,i O (� Z `a'1 o'Im -si-"� 'amRomt`o i P u 4 S2.t Y.•1Oom4 o ic1 S�' 1X+1r 2� s !� " FOz o$��o� cSA��o el.oi u N17� : $2.5 z �m X1 p • € "gym s >r7 sm�o= S36$gg� f � nmm 1pi9 § D•— A % • A 2 1 f-•. m N m.. 55 g5li s:o Aso E § _ doh ddb80 8mo • 5.4 ng ' ( ro o o ' �? mm cI " o � QA oc s "� � g g g RR 6i. • rnRum !!1 vgqg 2 ts�o \ o ciy+oio8..oo A 08o o va 8 _..... .. o o ° ' a Eiiyg z� m q h Rn SRA4 r h9 mo \ rot0 . R ' :!i 0 4 v t7 pF 9m a$ �'c £j 10��' 16;9w� g ri £r RR go 7,:8 " 8uy • 4 g �^ CR18ls ^m � t ‘. � '�'�� CN. 'N �ot�" 9 � ' oo G u m ^ r � � ? � x.J t> igr3 8. -..,, .- ` 1� w m'..I op, SCALE: 1•= 100. 3 2 THOMPSON,DREESSEN DORNER INC. WEST SHORES REPEAT 4 DATE: OCT. 13, 2007 m soz, Consulting O D M Engineers H La N d Surveyors f 0936 OLD MILL ROAD OMAHA,N RASKA 68154 DRAWN!A': RJR • 1'�. PHONE:402330,8860 FAX 402.330.5866 EMAIL TD2MAILOTD2CO.COM FINAL PLAT 0N00088 9r JOW 00 Wp95RE:V.WW.TD2C0.COM REVISION STATE OF N E B RAS KA CONTRACT AWAR>, Stae Purchasing Bureau 301t Centennial Mail South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 Lincoln,Nebraska 68509-4847 3 OF 5 10/22/07 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 CONNIE HEINRICHS CONTRACT NUMBER VENDOR NUMBER: 3758834 12049 OC n�...,-.....T:»''"r_. -.�;-•• -F..,,..._{-:., -.;..,...w""K-�r*.'.i:e��r_i... '�",�' ..ta-_''`"�'r',""� .. .. .. _ . _;s::zz :+�Y't� .-r .- Est. Unit of Unit Line Description Qty Measure Price — OPTIONS BID LIST -- 3 engine,gasoline(other) 20 EA 497.0000- (deduct) 4.8LV8 requires 2WD option also 4 40-40 power bucket 20 EA 997.0000 electric seats • 5 console between front seats 20 EA 397.0000- (deduct) requires 40-40 power bucket seats 6 third rear seat 20 EA 297.0000- (deduct) 7 additional remote fob 20 EA 97.0000 from manufacturer • 8 standard paint - 20 EA 0.0000 9 extra cost paints 20 EA 397.0000• 10 protective safety cage 20 EA 797.0000 position to be determined by.Fleet Manager 11 addt'I cost_of:drop shipment _ - `20: i EA 400.0000 outside the:Lincoln:area Drop shipment charges-would be-for vehicles bought by,polittcai,entities.and other Divisions of Government 12 courtesy signal or internal 20 EA 167.0000 lights inoperable . 13 dome light 20 EA 177.0000 Dealer Installed. t.� 1 BUYER INITIALS 2 E85 Large SpecialService•. _; _;. ... • ': 20 .EA • 28,497.0000 • Vehicle,.:4WD 7Passenger . :; _. _ . - Chevrolef=Tahoe :;;:.• _ • .. __.::::: ., _ ....:- _ -..: - - - - - - 2008'orCurrent.ProcficttonYearE8:5`LargeSpeciaf;:SeiviceVehi Ie°FourWfieefDnve(7.Passenger) • E85(Units Capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded gasoline without additional change or conversion.) .Engine:5.3L V8 • 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. • BUYER INITIALS ence 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 7 1 l-— 4.Cv BUYER • • MAT I EL ADMINISTRATOR • • • • 0419440d4/14 --s ib (67 s 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the hid or specifications directly to the Purchasing Department at(102)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: Net 30 444... Firm Mid American Signal, Inc. /' Incorporated In: Kansas Delivery(or completion) Name Jordan Schwening Signatur&; 91 Calendar days following award Title Regional Sales Manager Phone 91 . ' 432-5002 Fax.843432-2213 Address 2429 South Mill Street Kansa City KS 66103 StreetPOBox City State Zip E-Mail Address jordans(a�midamsignal.com x ises is essential to the achievement of the PBE/DBE goal of % of the dollar amount City of Omaha's PBE/DBE goals. Therefore, to of the bid (Bid Total) for this contract (if said be considered for award, Bidders must comply contract is anticipated to be over $200,000). with the requirements of these PBE/DBE Bidders shall make every good faith effort to specifications. By submitting his/her bid, each meet said goal. Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set REVISION q 2s' •.....,...'A' h. ._......._.. ... C0._.._. ... g8... gt'd•.... 2- ..• o.7f.._ _W .Z.... -61 A a. ... a�o � 8moz _� �o. p � �^Z z CAI p ge K >>cA 8 H .44N mm .o c,i O (� Z `a'1 o'Im -si-"� 'amRomt`o i P u 4 S2.t Y.•1Oom4 o ic1 S�' 1X+1r 2� s !� " FOz o$��o� cSA��o el.oi u N17� : $2.5 z �m X1 p • € "gym s >r7 sm�o= S36$gg� f � nmm 1pi9 § D•— A % • A 2 1 f-•. m N m.. 55 g5li s:o Aso E § _ doh ddb80 8mo • 5.4 ng ' ( ro o o ' �? mm cI " o � QA oc s "� � g g g RR 6i. • rnRum !!1 vgqg 2 ts�o \ o ciy+oio8..oo A 08o o va 8 _..... .. o o ° ' a Eiiyg z� m q h Rn SRA4 r h9 mo \ rot0 . R ' :!i 0 4 v t7 pF 9m a$ �'c £j 10��' 16;9w� g ri £r RR go 7,:8 " 8uy • 4 g �^ CR18ls ^m � t ‘. � '�'�� CN. 'N �ot�" 9 � ' oo G u m ^ r � � ? � x.J t> igr3 8. -..,, .- ` 1� w m'..I op, SCALE: 1•= 100. 3 2 THOMPSON,DREESSEN DORNER INC. WEST SHORES REPEAT 4 DATE: OCT. 13, 2007 m soz, Consulting O D M Engineers H La N d Surveyors f 0936 OLD MILL ROAD OMAHA,N RASKA 68154 DRAWN!A': RJR • 1'�. PHONE:402330,8860 FAX 402.330.5866 EMAIL TD2MAILOTD2CO.COM FINAL PLAT 0N00088 9r JOW 00 Wp95RE:V.WW.TD2C0.COM REVISION • reau STATE OF N EB RAS KA CONTRACT AWARD 301 State Centenn all MillSouth,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE 947 P.O.Bo oln,Nebraska 68509-4847 4 OF 5 10/22/07 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax(402)471-2089 9000 CONNIE HEINRICHS CONTRACT NUMBER VENDOR NUMBER: 3758834 12049 OC Est. Unit of Unit Line Description Qty Measure Price Dome light(or courtesty light)to be centered not more than approximately 4"to 8"from top of windshield to light driver's area and controlled by rotating headlight switch to maximum position or by separate switch. This may require adding an addidtional light, and dealer installation is acceptable if not available from factory. 14 spotlight 20 EA 397.0000 Dealer Installed. • Mounted on driver's side(left door post). Spotlight shall be fused in accordance with manufacturer's specifications. Inity#250 (or equal)5-inch diameter spotlight with halogen lamp is preferred. Unity#255(or equal)6-inch diameter spotlight with halogen lamp is acceptable. 15 disconnect of running lights 20 EA 197.0000 Factory or dealer sidconnect of Daylight Running Lights (law enforcement only) 16 two wheel drive . . 20 EA 1,197.0000- pursuit vehicle(deduct) • • "Y J BUYER INITIALS i EA 400.0000 outside the:Lincoln:area Drop shipment charges-would be-for vehicles bought by,polittcai,entities.and other Divisions of Government 12 courtesy signal or internal 20 EA 167.0000 lights inoperable . 13 dome light 20 EA 177.0000 Dealer Installed. t.� 1 BUYER INITIALS 2 E85 Large SpecialService•. _; _;. ... • ': 20 .EA • 28,497.0000 • Vehicle,.:4WD 7Passenger . :; _. _ . - Chevrolef=Tahoe :;;:.• _ • .. __.::::: ., _ ....:- _ -..: - - - - - - 2008'orCurrent.ProcficttonYearE8:5`LargeSpeciaf;:SeiviceVehi Ie°FourWfieefDnve(7.Passenger) • E85(Units Capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded gasoline without additional change or conversion.) .Engine:5.3L V8 • 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. • BUYER INITIALS ence 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 7 1 l-— 4.Cv BUYER • • MAT I EL ADMINISTRATOR • • • • 0419440d4/14 --s ib (67 s 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the hid or specifications directly to the Purchasing Department at(102)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: Net 30 444... Firm Mid American Signal, Inc. /' Incorporated In: Kansas Delivery(or completion) Name Jordan Schwening Signatur&; 91 Calendar days following award Title Regional Sales Manager Phone 91 . ' 432-5002 Fax.843432-2213 Address 2429 South Mill Street Kansa City KS 66103 StreetPOBox City State Zip E-Mail Address jordans(a�midamsignal.com x ises is essential to the achievement of the PBE/DBE goal of % of the dollar amount City of Omaha's PBE/DBE goals. Therefore, to of the bid (Bid Total) for this contract (if said be considered for award, Bidders must comply contract is anticipated to be over $200,000). with the requirements of these PBE/DBE Bidders shall make every good faith effort to specifications. By submitting his/her bid, each meet said goal. Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set REVISION q 2s' •.....,...'A' h. ._......._.. ... C0._.._. ... g8... gt'd•.... 2- ..• o.7f.._ _W .Z.... -61 A a. ... a�o � 8moz _� �o. p � �^Z z CAI p ge K >>cA 8 H .44N mm .o c,i O (� Z `a'1 o'Im -si-"� 'amRomt`o i P u 4 S2.t Y.•1Oom4 o ic1 S�' 1X+1r 2� s !� " FOz o$��o� cSA��o el.oi u N17� : $2.5 z �m X1 p • € "gym s >r7 sm�o= S36$gg� f � nmm 1pi9 § D•— A % • A 2 1 f-•. m N m.. 55 g5li s:o Aso E § _ doh ddb80 8mo • 5.4 ng ' ( ro o o ' �? mm cI " o � QA oc s "� � g g g RR 6i. • rnRum !!1 vgqg 2 ts�o \ o ciy+oio8..oo A 08o o va 8 _..... .. o o ° ' a Eiiyg z� m q h Rn SRA4 r h9 mo \ rot0 . R ' :!i 0 4 v t7 pF 9m a$ �'c £j 10��' 16;9w� g ri £r RR go 7,:8 " 8uy • 4 g �^ CR18ls ^m � t ‘. � '�'�� CN. 'N �ot�" 9 � ' oo G u m ^ r � � ? � x.J t> igr3 8. -..,, .- ` 1� w m'..I op, SCALE: 1•= 100. 3 2 THOMPSON,DREESSEN DORNER INC. WEST SHORES REPEAT 4 DATE: OCT. 13, 2007 m soz, Consulting O D M Engineers H La N d Surveyors f 0936 OLD MILL ROAD OMAHA,N RASKA 68154 DRAWN!A': RJR • 1'�. PHONE:402330,8860 FAX 402.330.5866 EMAIL TD2MAILOTD2CO.COM FINAL PLAT 0N00088 9r JOW 00 Wp95RE:V.WW.TD2C0.COM REVISION • • • 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/materiel!purchasing/purchasinq.htm SCOPE-These standard conditions and terms of bid solicitation and acceptance apply in like force to this inquiry and to any subsequent contract 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 S25,000 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 equivalent material offered will be judged.The State Purchasing Director will be the sole judge of equivalency.The bidder may offer any brand which meets or exceeds the specification.When a specific product is required,the Invitation to Bid will so state.Any item bid is to be the latest current model under standard production at the time of order.No used or refurbished equipment will be accepted,unless otherwise stated. • ALTERNATE/EQUIVALENT BIDS-Bidder may offer bids which are at variance from the express specifications of the Invitation to Bid.The State reserves the right to • consider and accept such bids if,in the judgement of the State Purchasing Director,the bid will result in goods and/or services equivalent to or better than those which would be supplied in the original bid specifications.Bidders must indicate on the 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,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 item number.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 to request 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 a.nd 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. BID OPENING-Openings shall be public on the date and time specified on the Invitation to Bid form.It is the bidder's responsibility to assure the bid is delivered at the designated date,time and place of the bid opening.Telephone bids are not acceptable.A bid may not be altered after opening of the bids. NO BID-If not submitting a bid,respond by returning the Invitation to Bid form explaining the reason In the space provided.Failure to respond to an Invitation to Bid may be cause for the removal of the bidder's name from the mailing list.NOTE:To qualify as a respondent,bidder must submit a"NO BID'and it must be received no later than the stated bid opening date and time. AWARD-All purchases,leases,or contracts which are based on competitive bids will be awarded to the lowest responsible bidder,determined according to the • provisions of State Statute Section 81-161,R.R.S.1943.The State reserves the right to reject any or all bids,wholly or in part and to waive any deviations or errors that are not material,do not invalidate the legitimacy of the bid and do not improve the bidders competitive position.All awards will be made in a manner deemed in the • • best interest of the State. BID TABULATIONS-Tabulations will be furnished upon written request.A self-addressed,stamped envelope which must include the agency and solicitation number must be enclosed.Bid tabulations will not be provided by telephone or facsimile.Bid ties may be examined during normal working hours by appointment. Bid tabulations are available on the website at: http://www.das.state.ne.us.imatenel/purchasingibidtabs.htm PERFORMANCE AND DEFAULT-The State reserves the right to require a performance bond from the successful bidder,as provided by law,without expense to the State.Otherwise,in case of default of the contractor,the State may procure the articles from other sources and hold the contractor responsible for any excess cost occasioned thereby. • IN-STATE PREFERENCE-A resident bidder shall be allowed a preference against a nonresident from a state which gives or requires a preference to bidders from that slate.The preference shall be equal to the preference given or required by the state of the nonresident bidders.Where the lowest responsible bid from a resident bidder is equal in all respects to one from a nonresident bidder from a state which has no preference law,the resident bidder shall be awarded the contract. NONDISCRIMINATION-The Nebraska Fair Employment Practice Act prohibits contractors of the State of Nebraska,and their subcontractors,from discriminating • against any employee or applicant for employment,to be employed in the performance of such contracts,with respect to hire,tenure,terms,conditions or privileges of employment because of race,color,religion,sex,disability,or national origin.(Stale 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 exempl'from the payment of Federal Excise Taxes,and exemption certificates will be furnished on request. State and local taxes are exempt by State Statute Section 77-2704(I)(m)R.R.S.1943 and must not be included in the bid prices.Exemption by statute precludes the furnishing of State exemption certificates. DRUG POLICY-Bidder certifies that it maintains a drug free work place environment to ensure worker safety and workplace integrity. Contractor agrees to provide a copy of its drug free workplace policy'at any time upon request by the State. • GRIEVANCE AND PROTEST-Grievance and protest procedure is available by contacting the buyer.Protest must be filed within ten(10).days of award. • • NE ACCESS TECHNOLOGY STANDARDS-Vendor agrees to ensure compliance with Nebraska Access Technology Standards. See website at http:/www.nitc.state.ne.us/standards/accessibility/ Revised: 02/2004 5 OF 5 • : • CI-) . . • I ri • • •7.-..r.F..•.,..g• . . . ,.?.- ' 0 ' .- • • . . •. . . e• -.-- * - 1 1 7-1-. ., • . '1 g 1 Ci . . 0 2 --:-. .,..• 11 ' '' • A i 7' ' 1§1111111 ' ' 11111111111W ' : 2: K . . . • i 1 . - 4,ea -1 ' • 9eR .1L161:, ; ,F, g 3.1.i9,%-a,Igh i 5 • . . g 0 M - • gip _ 111/ __'_ „ . gel ' • ipitirt g . oilliiiiil -I , 1 1 T. 2 70. • - 1q =._ . . ii - . .• .. I 1 E, I § , 5 e ' go . ti.:5 .',5 I i 2. - - .1 1 a • g z.' 1 ' '- J " g • -_-;,-T, -a r— n ..Fg . • . • . r...• II.: , . ... , : :1,1 . • . : • . E'n 7-1 m 1 • . 2 • 7-.., . •11 .IF- . • . • g • . . 11 . - .- . .. - z z a •• •11 • ' ' • ' EI „, 'At 1. I 'N • • i. . • . _.“---iii -ti • ;i1' 1 . t ..g!, cn co -.i .. • rn m . , .. . .. . . . . ,. . ; -. 7 ° •.. 2 7 ,—AAA. 2 •TDCDTDDRDWRQRS I. . ...i. 0 r- . , -7t / W .. ig = ., • -• - !15 :--3: - .•'• ;".--- . ' . • • : i. =1 r- %., • . . , I • *. •• ' - 2 . • 1 1 o I 7 I 1 • 1 " • •' 45 a tg • • - . ''' = . e . , • — 0 I it II s .-- : • 12 [ 11iiiig SI -• § • ./ 11 0. 11! ow . . L E. . D @ . MI ii / • • 11 ••• , ,, .• . El -I • •i' _ .... =-- 1-1 3 p ; -. id.. • . WI . 1 - -- --V74 •-••• • 11 ' . • i. • 1 , S D 1 2 • . .. ' •„ . . • . . . . § 2 E&A CONSULTING GROUP,INC. - • : eort •' . .- . SUMMER GLEN-BELLWOOD - • 0. 4.0,01 0 o......, , ...., tr=r= • EXHIBIT'D' GRADING&EROSION • ' .GRADING PLAN-SECTION I .... .... OM CONTROL PLAN ' . . . .' .-. 11 .•,.. .• . • ,. li . F.IIIIN:NZ PLAN:17•FIELD SERVICES , •., ,.„..,. • • 1 ; . • 2008 4WD Large Special Service Vehicle, 7-Passenger • 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 3 Engine, Diesel with block heater, factory or dealer installed $ .4/4 Specify Engine Size: 4 Engine, Gasoline (other) +is 4 US $ 4/97 Specify Engine Size:Rao �s �wD c ,4,,,„ *14 46,0 5 Heavy duty bench front scut W/lumbar support(deduct) ( $ ,1 ) 6 40-40 power bucket electric seats $ ??7 7 40-40 manual cloth bucket seats $ /yam 8 Console between front seats (deduct)Re,, t ees #i ( $ 3 ?? ) 9 Third Rear Seat(deduct) ( $ 9 7 1 ) 10.Tires and Rims(4), 16" minimum, (specify if not standard) , $ T.r) 11 Additional remote fob from manufacturer $ c 7 12 Standard Paint-Attach List and Identify as No Additional $ Cost Paints _ 5c e 4 r$Qc tebl 13 Extra Cost Paint-Attach List and Identify as Extra Cost $ ,/ Paints 317 = -- 5Ee q At elect 14 Second Power Outlet $ S T b • 15 Trailer towing package (deduct) ( $ ,r/ 4 ) 17 Protective safety cage position determined by the Fleet $ 7 Manager. 18 Additional costs of charges for vehicle drop shipment outside $ the Lincoln area. Drop shipment charges would be for vehicles bought by political entities and other Divisions of 14 0 D Government. • 2212bidsheetxls Page 1 28,497.0000 • Vehicle,.:4WD 7Passenger . :; _. _ . - Chevrolef=Tahoe :;;:.• _ • .. __.::::: ., _ ....:- _ -..: - - - - - - 2008'orCurrent.ProcficttonYearE8:5`LargeSpeciaf;:SeiviceVehi Ie°FourWfieefDnve(7.Passenger) • E85(Units Capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded gasoline without additional change or conversion.) .Engine:5.3L V8 • 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. • BUYER INITIALS ence 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 7 1 l-— 4.Cv BUYER • • MAT I EL ADMINISTRATOR • • • • 0419440d4/14 --s ib (67 s 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the hid or specifications directly to the Purchasing Department at(102)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: Net 30 444... Firm Mid American Signal, Inc. /' Incorporated In: Kansas Delivery(or completion) Name Jordan Schwening Signatur&; 91 Calendar days following award Title Regional Sales Manager Phone 91 . ' 432-5002 Fax.843432-2213 Address 2429 South Mill Street Kansa City KS 66103 StreetPOBox City State Zip E-Mail Address jordans(a�midamsignal.com x ises is essential to the achievement of the PBE/DBE goal of % of the dollar amount City of Omaha's PBE/DBE goals. Therefore, to of the bid (Bid Total) for this contract (if said be considered for award, Bidders must comply contract is anticipated to be over $200,000). with the requirements of these PBE/DBE Bidders shall make every good faith effort to specifications. By submitting his/her bid, each meet said goal. Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set REVISION q 2s' •.....,...'A' h. ._......._.. ... C0._.._. ... g8... gt'd•.... 2- ..• o.7f.._ _W .Z.... -61 A a. ... a�o � 8moz _� �o. p � �^Z z CAI p ge K >>cA 8 H .44N mm .o c,i O (� Z `a'1 o'Im -si-"� 'amRomt`o i P u 4 S2.t Y.•1Oom4 o ic1 S�' 1X+1r 2� s !� " FOz o$��o� cSA��o el.oi u N17� : $2.5 z �m X1 p • € "gym s >r7 sm�o= S36$gg� f � nmm 1pi9 § D•— A % • A 2 1 f-•. m N m.. 55 g5li s:o Aso E § _ doh ddb80 8mo • 5.4 ng ' ( ro o o ' �? mm cI " o � QA oc s "� � g g g RR 6i. • rnRum !!1 vgqg 2 ts�o \ o ciy+oio8..oo A 08o o va 8 _..... .. o o ° ' a Eiiyg z� m q h Rn SRA4 r h9 mo \ rot0 . R ' :!i 0 4 v t7 pF 9m a$ �'c £j 10��' 16;9w� g ri £r RR go 7,:8 " 8uy • 4 g �^ CR18ls ^m � t ‘. � '�'�� CN. 'N �ot�" 9 � ' oo G u m ^ r � � ? � x.J t> igr3 8. -..,, .- ` 1� w m'..I op, SCALE: 1•= 100. 3 2 THOMPSON,DREESSEN DORNER INC. WEST SHORES REPEAT 4 DATE: OCT. 13, 2007 m soz, Consulting O D M Engineers H La N d Surveyors f 0936 OLD MILL ROAD OMAHA,N RASKA 68154 DRAWN!A': RJR • 1'�. PHONE:402330,8860 FAX 402.330.5866 EMAIL TD2MAILOTD2CO.COM FINAL PLAT 0N00088 9r JOW 00 Wp95RE:V.WW.TD2C0.COM REVISION 2008 4WD Large Special Service Vehicle, 7-Passenger POLICE PACKAGE ADDITIONS 19 Courtesy signal or Internal light inoperable $ I G.? •�.. 20 Dome Light: Dome light(or courtesy light)to be centered not $ w more than approximately 4" to 8"from top of windshield to 1 Z Z light driver's area and controlled by rotating headlight switch to maximum position or by separate switch. This may require adding an additional light, and dealer installation is acceptable if not available from factory. Deo.k.- 21 Spotlight: Mounted on driver's side (left door post). Spotlight $ 3 97 shall be fused in accordance with manufacturer's specifications. Unity#250 (or equal) 5-inch diameter spotlight with halogen lamp is preferred. Unity#255 (or equal) 6-inch diameter spotlight with halogen lamp is an acceptable substitute. . beaae.r. 22 Factory or dealer disconnect of Daylight Running Lights (law $ enforcement only) 1 9 7 23 Two wheel drive pursuit vehicle (addition) $ ( 1 1 9 7 7 24 Stability traction control system (if not available as standard $ equipment) S 71D 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). • • 2212bidsheekxls Page 2 Paints _ 5c e 4 r$Qc tebl 13 Extra Cost Paint-Attach List and Identify as Extra Cost $ ,/ Paints 317 = -- 5Ee q At elect 14 Second Power Outlet $ S T b • 15 Trailer towing package (deduct) ( $ ,r/ 4 ) 17 Protective safety cage position determined by the Fleet $ 7 Manager. 18 Additional costs of charges for vehicle drop shipment outside $ the Lincoln area. Drop shipment charges would be for vehicles bought by political entities and other Divisions of 14 0 D Government. • 2212bidsheetxls Page 1 28,497.0000 • Vehicle,.:4WD 7Passenger . :; _. _ . - Chevrolef=Tahoe :;;:.• _ • .. __.::::: ., _ ....:- _ -..: - - - - - - 2008'orCurrent.ProcficttonYearE8:5`LargeSpeciaf;:SeiviceVehi Ie°FourWfieefDnve(7.Passenger) • E85(Units Capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded gasoline without additional change or conversion.) .Engine:5.3L V8 • 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. • BUYER INITIALS ence 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 7 1 l-— 4.Cv BUYER • • MAT I EL ADMINISTRATOR • • • • 0419440d4/14 --s ib (67 s 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the hid or specifications directly to the Purchasing Department at(102)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: Net 30 444... Firm Mid American Signal, Inc. /' Incorporated In: Kansas Delivery(or completion) Name Jordan Schwening Signatur&; 91 Calendar days following award Title Regional Sales Manager Phone 91 . ' 432-5002 Fax.843432-2213 Address 2429 South Mill Street Kansa City KS 66103 StreetPOBox City State Zip E-Mail Address jordans(a�midamsignal.com x ises is essential to the achievement of the PBE/DBE goal of % of the dollar amount City of Omaha's PBE/DBE goals. Therefore, to of the bid (Bid Total) for this contract (if said be considered for award, Bidders must comply contract is anticipated to be over $200,000). with the requirements of these PBE/DBE Bidders shall make every good faith effort to specifications. By submitting his/her bid, each meet said goal. Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set REVISION q 2s' •.....,...'A' h. ._......._.. ... C0._.._. ... g8... gt'd•.... 2- ..• o.7f.._ _W .Z.... -61 A a. ... a�o � 8moz _� �o. p � �^Z z CAI p ge K >>cA 8 H .44N mm .o c,i O (� Z `a'1 o'Im -si-"� 'amRomt`o i P u 4 S2.t Y.•1Oom4 o ic1 S�' 1X+1r 2� s !� " FOz o$��o� cSA��o el.oi u N17� : $2.5 z �m X1 p • € "gym s >r7 sm�o= S36$gg� f � nmm 1pi9 § D•— A % • A 2 1 f-•. m N m.. 55 g5li s:o Aso E § _ doh ddb80 8mo • 5.4 ng ' ( ro o o ' �? mm cI " o � QA oc s "� � g g g RR 6i. • rnRum !!1 vgqg 2 ts�o \ o ciy+oio8..oo A 08o o va 8 _..... .. o o ° ' a Eiiyg z� m q h Rn SRA4 r h9 mo \ rot0 . R ' :!i 0 4 v t7 pF 9m a$ �'c £j 10��' 16;9w� g ri £r RR go 7,:8 " 8uy • 4 g �^ CR18ls ^m � t ‘. � '�'�� CN. 'N �ot�" 9 � ' oo G u m ^ r � � ? � x.J t> igr3 8. -..,, .- ` 1� w m'..I op, SCALE: 1•= 100. 3 2 THOMPSON,DREESSEN DORNER INC. WEST SHORES REPEAT 4 DATE: OCT. 13, 2007 m soz, Consulting O D M Engineers H La N d Surveyors f 0936 OLD MILL ROAD OMAHA,N RASKA 68154 DRAWN!A': RJR • 1'�. PHONE:402330,8860 FAX 402.330.5866 EMAIL TD2MAILOTD2CO.COM FINAL PLAT 0N00088 9r JOW 00 Wp95RE:V.WW.TD2C0.COM REVISION 2008 or Current Production Year 4WD Large Special Service.Vehicle, 7-Passenger STATE OF NEBRASKA PURCHASING BUREAU STANDARD TERMS and CONDITIONS These contract conditions are applicable to bid specifications for 2008 or Current Production Year • model Subcompact, Compact and Intermediate Vehicles. Compact, 112; 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. 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 is to 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. 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- 100 each C. Pick-Ups, Trucks- 175 each D. . Police Cruisers, Special Service Vehicles-200 each E. Sport Utility Vehicles_—25 each An estimated 650 vehicles may be purchased from the State of Nebraska contracts for the 2008 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 DAS/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. 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. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 4 ment having the highest priority, 3)the original ITB,4)the signed ITB 7 1 l-— 4.Cv BUYER • • MAT I EL ADMINISTRATOR • • • • 0419440d4/14 --s ib (67 s 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the hid or specifications directly to the Purchasing Department at(102)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: Net 30 444... Firm Mid American Signal, Inc. /' Incorporated In: Kansas Delivery(or completion) Name Jordan Schwening Signatur&; 91 Calendar days following award Title Regional Sales Manager Phone 91 . ' 432-5002 Fax.843432-2213 Address 2429 South Mill Street Kansa City KS 66103 StreetPOBox City State Zip E-Mail Address jordans(a�midamsignal.com x ises is essential to the achievement of the PBE/DBE goal of % of the dollar amount City of Omaha's PBE/DBE goals. Therefore, to of the bid (Bid Total) for this contract (if said be considered for award, Bidders must comply contract is anticipated to be over $200,000). with the requirements of these PBE/DBE Bidders shall make every good faith effort to specifications. By submitting his/her bid, each meet said goal. Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set REVISION q 2s' •.....,...'A' h. ._......._.. ... C0._.._. ... g8... gt'd•.... 2- ..• o.7f.._ _W .Z.... -61 A a. ... a�o � 8moz _� �o. p � �^Z z CAI p ge K >>cA 8 H .44N mm .o c,i O (� Z `a'1 o'Im -si-"� 'amRomt`o i P u 4 S2.t Y.•1Oom4 o ic1 S�' 1X+1r 2� s !� " FOz o$��o� cSA��o el.oi u N17� : $2.5 z �m X1 p • € "gym s >r7 sm�o= S36$gg� f � nmm 1pi9 § D•— A % • A 2 1 f-•. m N m.. 55 g5li s:o Aso E § _ doh ddb80 8mo • 5.4 ng ' ( ro o o ' �? mm cI " o � QA oc s "� � g g g RR 6i. • rnRum !!1 vgqg 2 ts�o \ o ciy+oio8..oo A 08o o va 8 _..... .. o o ° ' a Eiiyg z� m q h Rn SRA4 r h9 mo \ rot0 . R ' :!i 0 4 v t7 pF 9m a$ �'c £j 10��' 16;9w� g ri £r RR go 7,:8 " 8uy • 4 g �^ CR18ls ^m � t ‘. � '�'�� CN. 'N �ot�" 9 � ' oo G u m ^ r � � ? � x.J t> igr3 8. -..,, .- ` 1� w m'..I op, SCALE: 1•= 100. 3 2 THOMPSON,DREESSEN DORNER INC. WEST SHORES REPEAT 4 DATE: OCT. 13, 2007 m soz, Consulting O D M Engineers H La N d Surveyors f 0936 OLD MILL ROAD OMAHA,N RASKA 68154 DRAWN!A': RJR • 1'�. PHONE:402330,8860 FAX 402.330.5866 EMAIL TD2MAILOTD2CO.COM FINAL PLAT 0N00088 9r JOW 00 Wp95RE:V.WW.TD2C0.COM REVISION 2008 or Current Production Year 4WD Large Special Service Vehicle, 7-Passenger STATE.OF NEBRASKA PURCHASING BUREAU STANDARD TERMS and CONDITIONS Information must be provided to State Purchasing Bureau by no later than sixty(60) days after the build out date. 7.. Contract may be cancelled by either party with thirty(30) days written notice. 8. Once contracts are awarded, purchase orders issued by ordering agencies should include, vehicle description, number of unitsordering,.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. • 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 5 imum 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. 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- 100 each C. Pick-Ups, Trucks- 175 each D. . Police Cruisers, Special Service Vehicles-200 each E. Sport Utility Vehicles_—25 each An estimated 650 vehicles may be purchased from the State of Nebraska contracts for the 2008 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 DAS/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. 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. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 4 ment having the highest priority, 3)the original ITB,4)the signed ITB 7 1 l-— 4.Cv BUYER • • MAT I EL ADMINISTRATOR • • • • 0419440d4/14 --s ib (67 s 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the hid or specifications directly to the Purchasing Department at(102)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: Net 30 444... Firm Mid American Signal, Inc. /' Incorporated In: Kansas Delivery(or completion) Name Jordan Schwening Signatur&; 91 Calendar days following award Title Regional Sales Manager Phone 91 . ' 432-5002 Fax.843432-2213 Address 2429 South Mill Street Kansa City KS 66103 StreetPOBox City State Zip E-Mail Address jordans(a�midamsignal.com x ises is essential to the achievement of the PBE/DBE goal of % of the dollar amount City of Omaha's PBE/DBE goals. Therefore, to of the bid (Bid Total) for this contract (if said be considered for award, Bidders must comply contract is anticipated to be over $200,000). with the requirements of these PBE/DBE Bidders shall make every good faith effort to specifications. By submitting his/her bid, each meet said goal. Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set REVISION q 2s' •.....,...'A' h. ._......._.. ... C0._.._. ... g8... gt'd•.... 2- ..• o.7f.._ _W .Z.... -61 A a. ... a�o � 8moz _� �o. p � �^Z z CAI p ge K >>cA 8 H .44N mm .o c,i O (� Z `a'1 o'Im -si-"� 'amRomt`o i P u 4 S2.t Y.•1Oom4 o ic1 S�' 1X+1r 2� s !� " FOz o$��o� cSA��o el.oi u N17� : $2.5 z �m X1 p • € "gym s >r7 sm�o= S36$gg� f � nmm 1pi9 § D•— A % • A 2 1 f-•. m N m.. 55 g5li s:o Aso E § _ doh ddb80 8mo • 5.4 ng ' ( ro o o ' �? mm cI " o � QA oc s "� � g g g RR 6i. • rnRum !!1 vgqg 2 ts�o \ o ciy+oio8..oo A 08o o va 8 _..... .. o o ° ' a Eiiyg z� m q h Rn SRA4 r h9 mo \ rot0 . R ' :!i 0 4 v t7 pF 9m a$ �'c £j 10��' 16;9w� g ri £r RR go 7,:8 " 8uy • 4 g �^ CR18ls ^m � t ‘. � '�'�� CN. 'N �ot�" 9 � ' oo G u m ^ r � � ? � x.J t> igr3 8. -..,, .- ` 1� w m'..I op, SCALE: 1•= 100. 3 2 THOMPSON,DREESSEN DORNER INC. WEST SHORES REPEAT 4 DATE: OCT. 13, 2007 m soz, Consulting O D M Engineers H La N d Surveyors f 0936 OLD MILL ROAD OMAHA,N RASKA 68154 DRAWN!A': RJR • 1'�. PHONE:402330,8860 FAX 402.330.5866 EMAIL TD2MAILOTD2CO.COM FINAL PLAT 0N00088 9r JOW 00 Wp95RE:V.WW.TD2C0.COM REVISION 2008 or Current Production Year 4WD Large Special Service Vehicle, 7-Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS The vehicle furnished under this specification shall be the latest model, standard production units, offered to the general trade, equal in every respect to the construction and performance characteristics shown in the manufacturer's specifications and descriptive literature for this type of vehicle as manufactured and advertised for delivery in the continental United States and including all equipment normally offered and installed at the factory. "Stripped"SSV versions are specifically excluded. Engine bores, main bearings, connecting rod bearings and wrist pins shall not exceed the manufacturer's established size tolerances. All vehicles offered must meet or exceed the following minimum specifications. It is intended the manufacturer will build the SSV 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 vehicles 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 vehicles shall not have over 200 miles on the odometer at the time it is officially accepted. Vehicles will not be accepted if all paper work is not with the vehicle at time of delivery. Dealer still owns the vehicles until buyers sign all required paperwork. 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. • SSVs 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. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 6 • 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the hid or specifications directly to the Purchasing Department at(102)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: Net 30 444... Firm Mid American Signal, Inc. /' Incorporated In: Kansas Delivery(or completion) Name Jordan Schwening Signatur&; 91 Calendar days following award Title Regional Sales Manager Phone 91 . ' 432-5002 Fax.843432-2213 Address 2429 South Mill Street Kansa City KS 66103 StreetPOBox City State Zip E-Mail Address jordans(a�midamsignal.com x ises is essential to the achievement of the PBE/DBE goal of % of the dollar amount City of Omaha's PBE/DBE goals. Therefore, to of the bid (Bid Total) for this contract (if said be considered for award, Bidders must comply contract is anticipated to be over $200,000). with the requirements of these PBE/DBE Bidders shall make every good faith effort to specifications. By submitting his/her bid, each meet said goal. Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set REVISION q 2s' •.....,...'A' h. ._......._.. ... C0._.._. ... g8... gt'd•.... 2- ..• o.7f.._ _W .Z.... -61 A a. ... a�o � 8moz _� �o. p � �^Z z CAI p ge K >>cA 8 H .44N mm .o c,i O (� Z `a'1 o'Im -si-"� 'amRomt`o i P u 4 S2.t Y.•1Oom4 o ic1 S�' 1X+1r 2� s !� " FOz o$��o� cSA��o el.oi u N17� : $2.5 z �m X1 p • € "gym s >r7 sm�o= S36$gg� f � nmm 1pi9 § D•— A % • A 2 1 f-•. m N m.. 55 g5li s:o Aso E § _ doh ddb80 8mo • 5.4 ng ' ( ro o o ' �? mm cI " o � QA oc s "� � g g g RR 6i. • rnRum !!1 vgqg 2 ts�o \ o ciy+oio8..oo A 08o o va 8 _..... .. o o ° ' a Eiiyg z� m q h Rn SRA4 r h9 mo \ rot0 . R ' :!i 0 4 v t7 pF 9m a$ �'c £j 10��' 16;9w� g ri £r RR go 7,:8 " 8uy • 4 g �^ CR18ls ^m � t ‘. � '�'�� CN. 'N �ot�" 9 � ' oo G u m ^ r � � ? � x.J t> igr3 8. -..,, .- ` 1� w m'..I op, SCALE: 1•= 100. 3 2 THOMPSON,DREESSEN DORNER INC. WEST SHORES REPEAT 4 DATE: OCT. 13, 2007 m soz, Consulting O D M Engineers H La N d Surveyors f 0936 OLD MILL ROAD OMAHA,N RASKA 68154 DRAWN!A': RJR • 1'�. PHONE:402330,8860 FAX 402.330.5866 EMAIL TD2MAILOTD2CO.COM FINAL PLAT 0N00088 9r JOW 00 Wp95RE:V.WW.TD2C0.COM REVISION • cs 2008 or Current Production Year 4WD Large Special Service Vehicle, 7-Passenger • STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS Meets Specification -Please Indicate-(If other explain on comment line). All items listed below are required. If there is an exception, a detailed explanation must be provided. Yes Exception 1) BODY A. Color: Body color and interior trim will be selected from manufacturer's standard colors. (Note: Attached color charts shall be considered manufacturers colors with no extra charge unless specified in the options). B. Glass: Approved tinted safety glass shall be required in all doors, windows, and windshields. Glass shall be free of optical deviation and visibility distortions. Sunscreen glass required. ►� C. Insulation: Standard production heat and sound insulation to be provided. D. Full-length headliner to be furnished. • E. Airbag: Driver and passenger side required. F. Seats: Bucket, 40-20-40 or 60-40 style cloth seats in front, required. All seats shall be of spring foam padding, cloth covered construction, and of the heaviest duty available with lumbar support if factory available. Head restraints or high backs for outboard seats required. G. Center.Seat: Center seat to be 1/3-2/3 split and of fold down type, cloth ✓ H. Rear Seat: Standard, Cloth. ✓ I. Arm Rests: Required on both left and right-hand sides of each • front seat. ✓ J. Sun Visors: Dual, padded +-' K. Mirrors: interior adjustable, day and night tab (selector type, non- glare). Dual power outside mirror mounted on left and right sides of vehicle. L. Power Outlet: Required. M. Seat Belts: Individual lap/shoulder for all seats as applicable per seat occupancy with standard automatic retractors. N. Horn: Factory horn required. O. Windshield Wipers and Washer: Multiple-speed electric with washer and intermittent or delay capability. P. Air Conditioner: Best grade factory installed air-conditioning, manually controlled, to include all items normally included in the factory package. ✓ Q. Heater: A fresh air type heater with windshield defrosters shall be installed. ✓ R. Rear Window Defroster: Required. S. Radio: Manufacturer's standard factory installed AM/FM CD Stereo radio 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 7 ehicles 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. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 6 • 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the hid or specifications directly to the Purchasing Department at(102)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: Net 30 444... Firm Mid American Signal, Inc. /' Incorporated In: Kansas Delivery(or completion) Name Jordan Schwening Signatur&; 91 Calendar days following award Title Regional Sales Manager Phone 91 . ' 432-5002 Fax.843432-2213 Address 2429 South Mill Street Kansa City KS 66103 StreetPOBox City State Zip E-Mail Address jordans(a�midamsignal.com x ises is essential to the achievement of the PBE/DBE goal of % of the dollar amount City of Omaha's PBE/DBE goals. Therefore, to of the bid (Bid Total) for this contract (if said be considered for award, Bidders must comply contract is anticipated to be over $200,000). with the requirements of these PBE/DBE Bidders shall make every good faith effort to specifications. By submitting his/her bid, each meet said goal. Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set REVISION q 2s' •.....,...'A' h. ._......._.. ... C0._.._. ... g8... gt'd•.... 2- ..• o.7f.._ _W .Z.... -61 A a. ... a�o � 8moz _� �o. p � �^Z z CAI p ge K >>cA 8 H .44N mm .o c,i O (� Z `a'1 o'Im -si-"� 'amRomt`o i P u 4 S2.t Y.•1Oom4 o ic1 S�' 1X+1r 2� s !� " FOz o$��o� cSA��o el.oi u N17� : $2.5 z �m X1 p • € "gym s >r7 sm�o= S36$gg� f � nmm 1pi9 § D•— A % • A 2 1 f-•. m N m.. 55 g5li s:o Aso E § _ doh ddb80 8mo • 5.4 ng ' ( ro o o ' �? mm cI " o � QA oc s "� � g g g RR 6i. • rnRum !!1 vgqg 2 ts�o \ o ciy+oio8..oo A 08o o va 8 _..... .. o o ° ' a Eiiyg z� m q h Rn SRA4 r h9 mo \ rot0 . R ' :!i 0 4 v t7 pF 9m a$ �'c £j 10��' 16;9w� g ri £r RR go 7,:8 " 8uy • 4 g �^ CR18ls ^m � t ‘. � '�'�� CN. 'N �ot�" 9 � ' oo G u m ^ r � � ? � x.J t> igr3 8. -..,, .- ` 1� w m'..I op, SCALE: 1•= 100. 3 2 THOMPSON,DREESSEN DORNER INC. WEST SHORES REPEAT 4 DATE: OCT. 13, 2007 m soz, Consulting O D M Engineers H La N d Surveyors f 0936 OLD MILL ROAD OMAHA,N RASKA 68154 DRAWN!A': RJR • 1'�. PHONE:402330,8860 FAX 402.330.5866 EMAIL TD2MAILOTD2CO.COM FINAL PLAT 0N00088 9r JOW 00 Wp95RE:V.WW.TD2C0.COM REVISION c• 2008 or Current Production Year 4WD Large Special Service Vehicle, 7-Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS _ T. Lights: Halogen high beam headlights with low beam; back up lights; dome light. Directional signals to be complete with front and rear lights, self-canceling control lever on the steering column. Hazard lights. Daytime running lights if available. U. Floor Coverings: Full carpeting, both front and rear, required. V. Electric Power Locks: Power locking system and three (3)sets of keys-per.vehicle required. ✓ W. Power Windows: Electric power windows required. X. Hood Release: Inside driver's compartment. ____ Y. Automatic Speed control: Required. Z. Fuel Tank: Minimum, 26-gallon regular model. �C AA. Floor Mats: Motor vehicle shall be delivered With factory floor mats (front and rear) required. BB. Side Moldings: Protective side moldings required. Aftermarket moldings not acceptable. CC. Trailer Tow: Trailer tow package, complete with all hardware including Receiver hitch class 4 required. Comments: Yes Exception 2) ENGINE AND DRIVE TRAIN A. Engine: Minimum standards as stated in the specifications. B. Transmission: Three or four forward Speed Automatic, with lock up converter required, if available. C. Air Cleaner: Dry type. D. Oil Filter: Full flow throwaway type. - E. Thermostat:- Required as •recommended for permanent-type antifreeze. F. Radiator: Coolant recovery system required. G. Axle Ratio: Ratio to be recommended by manufacturer, anti- slip locking type differential, required ✓ H. Front Hubs: Automatic locking front hubs required. Comments: Yes Exception 3) SUSPENSION AND RUNNING GEAR �-- A. Wheelbase: Minimum standards as stated in the specifications. B. Steering: Power steering required. C. Steering Wheel: Regular production model or approved deluxe wheel. Tilt steering wheel required. ✓ D. Wheels: Standard original equipment wheels (4) (minimum 16"). 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 8 ally included in the factory package. ✓ Q. Heater: A fresh air type heater with windshield defrosters shall be installed. ✓ R. Rear Window Defroster: Required. S. Radio: Manufacturer's standard factory installed AM/FM CD Stereo radio 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 7 ehicles 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. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 6 • 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the hid or specifications directly to the Purchasing Department at(102)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: Net 30 444... Firm Mid American Signal, Inc. /' Incorporated In: Kansas Delivery(or completion) Name Jordan Schwening Signatur&; 91 Calendar days following award Title Regional Sales Manager Phone 91 . ' 432-5002 Fax.843432-2213 Address 2429 South Mill Street Kansa City KS 66103 StreetPOBox City State Zip E-Mail Address jordans(a�midamsignal.com x ises is essential to the achievement of the PBE/DBE goal of % of the dollar amount City of Omaha's PBE/DBE goals. Therefore, to of the bid (Bid Total) for this contract (if said be considered for award, Bidders must comply contract is anticipated to be over $200,000). with the requirements of these PBE/DBE Bidders shall make every good faith effort to specifications. By submitting his/her bid, each meet said goal. Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set REVISION q 2s' •.....,...'A' h. ._......._.. ... C0._.._. ... g8... gt'd•.... 2- ..• o.7f.._ _W .Z.... -61 A a. ... a�o � 8moz _� �o. p � �^Z z CAI p ge K >>cA 8 H .44N mm .o c,i O (� Z `a'1 o'Im -si-"� 'amRomt`o i P u 4 S2.t Y.•1Oom4 o ic1 S�' 1X+1r 2� s !� " FOz o$��o� cSA��o el.oi u N17� : $2.5 z �m X1 p • € "gym s >r7 sm�o= S36$gg� f � nmm 1pi9 § D•— A % • A 2 1 f-•. m N m.. 55 g5li s:o Aso E § _ doh ddb80 8mo • 5.4 ng ' ( ro o o ' �? mm cI " o � QA oc s "� � g g g RR 6i. • rnRum !!1 vgqg 2 ts�o \ o ciy+oio8..oo A 08o o va 8 _..... .. o o ° ' a Eiiyg z� m q h Rn SRA4 r h9 mo \ rot0 . R ' :!i 0 4 v t7 pF 9m a$ �'c £j 10��' 16;9w� g ri £r RR go 7,:8 " 8uy • 4 g �^ CR18ls ^m � t ‘. � '�'�� CN. 'N �ot�" 9 � ' oo G u m ^ r � � ? � x.J t> igr3 8. -..,, .- ` 1� w m'..I op, SCALE: 1•= 100. 3 2 THOMPSON,DREESSEN DORNER INC. WEST SHORES REPEAT 4 DATE: OCT. 13, 2007 m soz, Consulting O D M Engineers H La N d Surveyors f 0936 OLD MILL ROAD OMAHA,N RASKA 68154 DRAWN!A': RJR • 1'�. PHONE:402330,8860 FAX 402.330.5866 EMAIL TD2MAILOTD2CO.COM FINAL PLAT 0N00088 9r JOW 00 Wp95RE:V.WW.TD2C0.COM REVISION 2008 or Current Production Year 4WD Large Special Service Vehicle, 7-Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS ✓ E. Tires: Four standard (minimum 16-inch) original or optional equipment tires shall be furnished. "Mini" or "compact" spares offered as original equipment are acceptable. All tires except the "mini" or "compact" spare shall be all season steel-belted radial manufactured by a major manufacturer and labeled by a major manufacturer and shall be factory installed. Spare rim can be steel. Tires should have a 50,000-mile tire rating. The inability to provide all season steel-belted radial tires as standard original or optional equipment shall be noted as an exception in the bid. ✓ F. Brakes: Anti-Lock braking system required. G. Suspension: Stability traction control system required if available as standard equipment from the factory. Comments: Yes Exception 4) ELECTRICAL SYSTEM A. Ignition system: 12-Volt, solid state. Must be equipped with high tension, radio frequency shielded, ignition wiring.. B. Battery: Heavy-duty, maintenance free, highest cold cranking amperage capacity available from the factory for the model bidding. Specify capacity: (o co C C Q ✓ C. Alternator: Standard heavy duty State Amperage •./6 ) D. Bonding and Grounding: All components of the vehicle • necessary to prevent interference with reception of low band two-way mobile radio installed in the vehicle shall be adequately bonded and grounded. ✓ E. Radio Frequency Shielding Cautionlil. This motor vehicle shall be Compatible with the use of installed low band mobile two-way radio. I Comments: Yes Exception 5) MISCELLANEOUS A. All SSVs shall be protected to 34 degrees below zero Fahrenheit by permanent type ethylene glycol base antifreeze of the brand normally furnished by the manufacturer. The radiator shall be tagged or marked to indicate the type, brand and degree of protection. ✓ B. Each unit shall be delivered to the purchaser with all wheels balanced and the front end aligned. ✓ C. Manufacturer's standard complement of tools, bumper jack, wheel wrench, and jack handle shall be provided, together with facilities for storage. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 9 Radio: Manufacturer's standard factory installed AM/FM CD Stereo radio 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 7 ehicles 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. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 6 • 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the hid or specifications directly to the Purchasing Department at(102)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: Net 30 444... Firm Mid American Signal, Inc. /' Incorporated In: Kansas Delivery(or completion) Name Jordan Schwening Signatur&; 91 Calendar days following award Title Regional Sales Manager Phone 91 . ' 432-5002 Fax.843432-2213 Address 2429 South Mill Street Kansa City KS 66103 StreetPOBox City State Zip E-Mail Address jordans(a�midamsignal.com x ises is essential to the achievement of the PBE/DBE goal of % of the dollar amount City of Omaha's PBE/DBE goals. Therefore, to of the bid (Bid Total) for this contract (if said be considered for award, Bidders must comply contract is anticipated to be over $200,000). with the requirements of these PBE/DBE Bidders shall make every good faith effort to specifications. By submitting his/her bid, each meet said goal. Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set REVISION q 2s' •.....,...'A' h. ._......._.. ... C0._.._. ... g8... gt'd•.... 2- ..• o.7f.._ _W .Z.... -61 A a. ... a�o � 8moz _� �o. p � �^Z z CAI p ge K >>cA 8 H .44N mm .o c,i O (� Z `a'1 o'Im -si-"� 'amRomt`o i P u 4 S2.t Y.•1Oom4 o ic1 S�' 1X+1r 2� s !� " FOz o$��o� cSA��o el.oi u N17� : $2.5 z �m X1 p • € "gym s >r7 sm�o= S36$gg� f � nmm 1pi9 § D•— A % • A 2 1 f-•. m N m.. 55 g5li s:o Aso E § _ doh ddb80 8mo • 5.4 ng ' ( ro o o ' �? mm cI " o � QA oc s "� � g g g RR 6i. • rnRum !!1 vgqg 2 ts�o \ o ciy+oio8..oo A 08o o va 8 _..... .. o o ° ' a Eiiyg z� m q h Rn SRA4 r h9 mo \ rot0 . R ' :!i 0 4 v t7 pF 9m a$ �'c £j 10��' 16;9w� g ri £r RR go 7,:8 " 8uy • 4 g �^ CR18ls ^m � t ‘. � '�'�� CN. 'N �ot�" 9 � ' oo G u m ^ r � � ? � x.J t> igr3 8. -..,, .- ` 1� w m'..I op, SCALE: 1•= 100. 3 2 THOMPSON,DREESSEN DORNER INC. WEST SHORES REPEAT 4 DATE: OCT. 13, 2007 m soz, Consulting O D M Engineers H La N d Surveyors f 0936 OLD MILL ROAD OMAHA,N RASKA 68154 DRAWN!A': RJR • 1'�. PHONE:402330,8860 FAX 402.330.5866 EMAIL TD2MAILOTD2CO.COM FINAL PLAT 0N00088 9r JOW 00 Wp95RE:V.WW.TD2C0.COM REVISION 2008 or Current Production Year 4WD Large Special Service Vehicle, 7-Passenger .STATE.OF.NEBRASKA PURCHASING BUREAU SPECIFICATIONS Comments: Yes Exception 6) DELIVERY —� A. All vehicles. shall be delivered FOB destination in Lincoln, Nebraska and in accordance with the Delivery Schedule shown on the purchase order. Vehicles are to be road ready, fully equipped, serviced, and washed with a minimum of five (5) gallons of gasoline in the tank.. Vehicles 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 SSV 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. ✓ C. The original manufacturer's statement of origin, a service authorization card, and a properly executed service and warranty policy shall accompany each vehicle when delivered. D. .Each..vehicle shall be. completely checked by the vendor to ensure conformance with the manufacturer's specifications and the State of Nebraska requirements as stated herein. E. Invoices shall describe the vehicle, 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. Motor vehicles that have been wrecked or sustained more than minor nicks and scratches will not be accepted. The vendor should not attempt to deliver a unit until minor nicks and scratches have been repaired. Failure to comply with the above may result in.the dealer not being allowed to bid on future motor vehicles contracts. • 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 10 r 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. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 6 • 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the hid or specifications directly to the Purchasing Department at(102)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: Net 30 444... Firm Mid American Signal, Inc. /' Incorporated In: Kansas Delivery(or completion) Name Jordan Schwening Signatur&; 91 Calendar days following award Title Regional Sales Manager Phone 91 . ' 432-5002 Fax.843432-2213 Address 2429 South Mill Street Kansa City KS 66103 StreetPOBox City State Zip E-Mail Address jordans(a�midamsignal.com x ises is essential to the achievement of the PBE/DBE goal of % of the dollar amount City of Omaha's PBE/DBE goals. Therefore, to of the bid (Bid Total) for this contract (if said be considered for award, Bidders must comply contract is anticipated to be over $200,000). with the requirements of these PBE/DBE Bidders shall make every good faith effort to specifications. By submitting his/her bid, each meet said goal. Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set REVISION q 2s' •.....,...'A' h. ._......._.. ... C0._.._. ... g8... gt'd•.... 2- ..• o.7f.._ _W .Z.... -61 A a. ... a�o � 8moz _� �o. p � �^Z z CAI p ge K >>cA 8 H .44N mm .o c,i O (� Z `a'1 o'Im -si-"� 'amRomt`o i P u 4 S2.t Y.•1Oom4 o ic1 S�' 1X+1r 2� s !� " FOz o$��o� cSA��o el.oi u N17� : $2.5 z �m X1 p • € "gym s >r7 sm�o= S36$gg� f � nmm 1pi9 § D•— A % • A 2 1 f-•. m N m.. 55 g5li s:o Aso E § _ doh ddb80 8mo • 5.4 ng ' ( ro o o ' �? mm cI " o � QA oc s "� � g g g RR 6i. • rnRum !!1 vgqg 2 ts�o \ o ciy+oio8..oo A 08o o va 8 _..... .. o o ° ' a Eiiyg z� m q h Rn SRA4 r h9 mo \ rot0 . R ' :!i 0 4 v t7 pF 9m a$ �'c £j 10��' 16;9w� g ri £r RR go 7,:8 " 8uy • 4 g �^ CR18ls ^m � t ‘. � '�'�� CN. 'N �ot�" 9 � ' oo G u m ^ r � � ? � x.J t> igr3 8. -..,, .- ` 1� w m'..I op, SCALE: 1•= 100. 3 2 THOMPSON,DREESSEN DORNER INC. WEST SHORES REPEAT 4 DATE: OCT. 13, 2007 m soz, Consulting O D M Engineers H La N d Surveyors f 0936 OLD MILL ROAD OMAHA,N RASKA 68154 DRAWN!A': RJR • 1'�. PHONE:402330,8860 FAX 402.330.5866 EMAIL TD2MAILOTD2CO.COM FINAL PLAT 0N00088 9r JOW 00 Wp95RE:V.WW.TD2C0.COM REVISION 2008 or Current Production Year 4WD Large Special Service Vehicle, 7-Passenger • STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS H. Vendor shall provide order number to the purchaser within 5 business days after Purchase Order has been received. Vendor shall email, fax, or mail this information to each buyer. Comments: Yes Exception 7) WARRANTY —>� A. The manufacturer's standard warranty shall apply to each vehicle (refer to item B below). Mechanical or body repair required under manufacturer's warranty, prior to use of the ' vehicle by the State, shall be the responsibility of the selling dealer, including the transportation thereof. Warranty to 'be effective from date of issuance of first assignment and the mileage warranty will begin from the mileage on the odometer on the date of assignment. The selling dealer will provide warranty activation cards, or delayed warranty forms with manufacturer mailing information, in order to properly activate said warranty. B. A minimum warranty of 3 years, 36,000 miles or the manufacturer's standard warranty, whichever is greater, is required. A minimum of 6 years, 100,000 miles rust warranty is required. The manufacturer's standard warranty shall be stated in the Exceptions/Comments section of the Bid if different. Comments: Yes Exception 8) 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. v7 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: DAS/Transportation Services Bureau, DAS/Materiel Division Purchasing Bureau, University of Nebraska-Lincoln Transportation Services, Game and Parks Commission, Department of Roads, and the Nebraska State Patrol. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 11 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. • 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 10 r 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. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 6 • 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the hid or specifications directly to the Purchasing Department at(102)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: Net 30 444... Firm Mid American Signal, Inc. /' Incorporated In: Kansas Delivery(or completion) Name Jordan Schwening Signatur&; 91 Calendar days following award Title Regional Sales Manager Phone 91 . ' 432-5002 Fax.843432-2213 Address 2429 South Mill Street Kansa City KS 66103 StreetPOBox City State Zip E-Mail Address jordans(a�midamsignal.com x ises is essential to the achievement of the PBE/DBE goal of % of the dollar amount City of Omaha's PBE/DBE goals. Therefore, to of the bid (Bid Total) for this contract (if said be considered for award, Bidders must comply contract is anticipated to be over $200,000). with the requirements of these PBE/DBE Bidders shall make every good faith effort to specifications. By submitting his/her bid, each meet said goal. Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set REVISION q 2s' •.....,...'A' h. ._......._.. ... C0._.._. ... g8... gt'd•.... 2- ..• o.7f.._ _W .Z.... -61 A a. ... a�o � 8moz _� �o. p � �^Z z CAI p ge K >>cA 8 H .44N mm .o c,i O (� Z `a'1 o'Im -si-"� 'amRomt`o i P u 4 S2.t Y.•1Oom4 o ic1 S�' 1X+1r 2� s !� " FOz o$��o� cSA��o el.oi u N17� : $2.5 z �m X1 p • € "gym s >r7 sm�o= S36$gg� f � nmm 1pi9 § D•— A % • A 2 1 f-•. m N m.. 55 g5li s:o Aso E § _ doh ddb80 8mo • 5.4 ng ' ( ro o o ' �? mm cI " o � QA oc s "� � g g g RR 6i. • rnRum !!1 vgqg 2 ts�o \ o ciy+oio8..oo A 08o o va 8 _..... .. o o ° ' a Eiiyg z� m q h Rn SRA4 r h9 mo \ rot0 . R ' :!i 0 4 v t7 pF 9m a$ �'c £j 10��' 16;9w� g ri £r RR go 7,:8 " 8uy • 4 g �^ CR18ls ^m � t ‘. � '�'�� CN. 'N �ot�" 9 � ' oo G u m ^ r � � ? � x.J t> igr3 8. -..,, .- ` 1� w m'..I op, SCALE: 1•= 100. 3 2 THOMPSON,DREESSEN DORNER INC. WEST SHORES REPEAT 4 DATE: OCT. 13, 2007 m soz, Consulting O D M Engineers H La N d Surveyors f 0936 OLD MILL ROAD OMAHA,N RASKA 68154 DRAWN!A': RJR • 1'�. PHONE:402330,8860 FAX 402.330.5866 EMAIL TD2MAILOTD2CO.COM FINAL PLAT 0N00088 9r JOW 00 Wp95RE:V.WW.TD2C0.COM REVISION 2008 or Current Production Year 4WD Large Special Service Vehicle, 7-Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS 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 DAS/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! E. If vendor is interested in electronic fund transfer(EFT) payment, please contact-purchasing agency after contract has been / awarded. F. Please complete on Option Bid List if a discount will be allowed for electronic fund transfer payment made within 10 days of receipt of vehicle. Comments: • 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 12 ts section of the Bid if different. Comments: Yes Exception 8) 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. v7 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: DAS/Transportation Services Bureau, DAS/Materiel Division Purchasing Bureau, University of Nebraska-Lincoln Transportation Services, Game and Parks Commission, Department of Roads, and the Nebraska State Patrol. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 11 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. • 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 10 r 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. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 6 • 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the hid or specifications directly to the Purchasing Department at(102)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: Net 30 444... Firm Mid American Signal, Inc. /' Incorporated In: Kansas Delivery(or completion) Name Jordan Schwening Signatur&; 91 Calendar days following award Title Regional Sales Manager Phone 91 . ' 432-5002 Fax.843432-2213 Address 2429 South Mill Street Kansa City KS 66103 StreetPOBox City State Zip E-Mail Address jordans(a�midamsignal.com x ises is essential to the achievement of the PBE/DBE goal of % of the dollar amount City of Omaha's PBE/DBE goals. Therefore, to of the bid (Bid Total) for this contract (if said be considered for award, Bidders must comply contract is anticipated to be over $200,000). with the requirements of these PBE/DBE Bidders shall make every good faith effort to specifications. By submitting his/her bid, each meet said goal. Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set REVISION q 2s' •.....,...'A' h. ._......._.. ... C0._.._. ... g8... gt'd•.... 2- ..• o.7f.._ _W .Z.... -61 A a. ... a�o � 8moz _� �o. p � �^Z z CAI p ge K >>cA 8 H .44N mm .o c,i O (� Z `a'1 o'Im -si-"� 'amRomt`o i P u 4 S2.t Y.•1Oom4 o ic1 S�' 1X+1r 2� s !� " FOz o$��o� cSA��o el.oi u N17� : $2.5 z �m X1 p • € "gym s >r7 sm�o= S36$gg� f � nmm 1pi9 § D•— A % • A 2 1 f-•. m N m.. 55 g5li s:o Aso E § _ doh ddb80 8mo • 5.4 ng ' ( ro o o ' �? mm cI " o � QA oc s "� � g g g RR 6i. • rnRum !!1 vgqg 2 ts�o \ o ciy+oio8..oo A 08o o va 8 _..... .. o o ° ' a Eiiyg z� m q h Rn SRA4 r h9 mo \ rot0 . R ' :!i 0 4 v t7 pF 9m a$ �'c £j 10��' 16;9w� g ri £r RR go 7,:8 " 8uy • 4 g �^ CR18ls ^m � t ‘. � '�'�� CN. 'N �ot�" 9 � ' oo G u m ^ r � � ? � x.J t> igr3 8. -..,, .- ` 1� w m'..I op, SCALE: 1•= 100. 3 2 THOMPSON,DREESSEN DORNER INC. WEST SHORES REPEAT 4 DATE: OCT. 13, 2007 m soz, Consulting O D M Engineers H La N d Surveyors f 0936 OLD MILL ROAD OMAHA,N RASKA 68154 DRAWN!A': RJR • 1'�. PHONE:402330,8860 FAX 402.330.5866 EMAIL TD2MAILOTD2CO.COM FINAL PLAT 0N00088 9r JOW 00 Wp95RE:V.WW.TD2C0.COM REVISION • 2008 or Current Production Year 4WD Large Special Service Vehicle, 7-Passenger STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS 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 2212 OF•2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 13 (s)payalbe to: Sid Dillon & GMAC Mail Checks to P.O. Box listed below • Physical Address Mailing Address Division Phone 257 West'A'Street P.O.Box 186. 402-540-7578 Wahoo.Ne.68066 Wahoo,Ne.68066 d Cab 4 door 4x4 Pickup Truck Page 3 1.doc /� Mayor 3/99 NTS\2008\20005v1j .-4 , - _r�.t �� STATE OF NEBRASKA y';a` ',.,;;:y� Dave Heineman = - Governor DEPARTMENT OF ADMINIs RATNE SERVICES a ic.�?- Carlos Castillo Jr. Director ADDENDUM ONE DATE: October 10, 2007 • • TO: All Vendors • FROM: Connie Heinrichs, Buyer . State Purchasing Bureau RE: Questions and Answers for 2212 OF • to be opened October 12, 2007 at 2:00 p.m. :.�41:nio'h..:..rn"i�'Y -":1 btiY?•.»...:n :.,.. q -...1 -.+....:_.+.. . .. .: Following are the questions submitted and answers provided for the above mentioned Invitation To Bid. The questions and answers are to be considered as part of the Invitation To Bid. QUESTIONS ANSWERS 1. Do you accept, and will you Number 1 of the Special Terms and consider a Bid Response from an Conditions page states: OUT OF STATE Bidder? 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. Regarding 1T Are daylight Daylight running lights required if factory running.lights REQUIRED if available. available from the factory or if factory makes it an available option as dealer installed? 3. Regarding 1 BB...Will the state 1 BB should read as follows: award this contract to a vendor Side Moldings: Protective side moldings who takes exception to this required, if available from the factory. rY Materiel Division•Steve Snick,Acting Administrator 301 Centennial Mall South • P.O.Box 94847 • Lincoln,Nebraska 68509-4847 • Phone(402)471-2401• Fax(402)471-2089 An Equal OpportunlIVAffirmcrtim Action Employer Printed with soy ink on recyded paper deration without undue delay. v7 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: DAS/Transportation Services Bureau, DAS/Materiel Division Purchasing Bureau, University of Nebraska-Lincoln Transportation Services, Game and Parks Commission, Department of Roads, and the Nebraska State Patrol. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 11 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. • 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 10 r 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. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 6 • 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the hid or specifications directly to the Purchasing Department at(102)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: Net 30 444... Firm Mid American Signal, Inc. /' Incorporated In: Kansas Delivery(or completion) Name Jordan Schwening Signatur&; 91 Calendar days following award Title Regional Sales Manager Phone 91 . ' 432-5002 Fax.843432-2213 Address 2429 South Mill Street Kansa City KS 66103 StreetPOBox City State Zip E-Mail Address jordans(a�midamsignal.com x ises is essential to the achievement of the PBE/DBE goal of % of the dollar amount City of Omaha's PBE/DBE goals. Therefore, to of the bid (Bid Total) for this contract (if said be considered for award, Bidders must comply contract is anticipated to be over $200,000). with the requirements of these PBE/DBE Bidders shall make every good faith effort to specifications. By submitting his/her bid, each meet said goal. Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set REVISION q 2s' •.....,...'A' h. ._......._.. ... C0._.._. ... g8... gt'd•.... 2- ..• o.7f.._ _W .Z.... -61 A a. ... a�o � 8moz _� �o. p � �^Z z CAI p ge K >>cA 8 H .44N mm .o c,i O (� Z `a'1 o'Im -si-"� 'amRomt`o i P u 4 S2.t Y.•1Oom4 o ic1 S�' 1X+1r 2� s !� " FOz o$��o� cSA��o el.oi u N17� : $2.5 z �m X1 p • € "gym s >r7 sm�o= S36$gg� f � nmm 1pi9 § D•— A % • A 2 1 f-•. m N m.. 55 g5li s:o Aso E § _ doh ddb80 8mo • 5.4 ng ' ( ro o o ' �? mm cI " o � QA oc s "� � g g g RR 6i. • rnRum !!1 vgqg 2 ts�o \ o ciy+oio8..oo A 08o o va 8 _..... .. o o ° ' a Eiiyg z� m q h Rn SRA4 r h9 mo \ rot0 . R ' :!i 0 4 v t7 pF 9m a$ �'c £j 10��' 16;9w� g ri £r RR go 7,:8 " 8uy • 4 g �^ CR18ls ^m � t ‘. � '�'�� CN. 'N �ot�" 9 � ' oo G u m ^ r � � ? � x.J t> igr3 8. -..,, .- ` 1� w m'..I op, SCALE: 1•= 100. 3 2 THOMPSON,DREESSEN DORNER INC. WEST SHORES REPEAT 4 DATE: OCT. 13, 2007 m soz, Consulting O D M Engineers H La N d Surveyors f 0936 OLD MILL ROAD OMAHA,N RASKA 68154 DRAWN!A': RJR • 1'�. PHONE:402330,8860 FAX 402.330.5866 EMAIL TD2MAILOTD2CO.COM FINAL PLAT 0N00088 9r JOW 00 Wp95RE:V.WW.TD2C0.COM REVISION • (C7\ Prepared By: Ron Fullerton \ 4%. Sid Dillon Chev. Buick Pontiac p' ,73 -• \J° 257 West A Street .) Wahoo, NE 68066 •' 0%V342,,v;‘,E*'Et . Phone: (402)540-7578 • Fax (402)443-3982 Email- , . rfullerton©siddillon.corn - ' g • "• -'^- \ . . " • 2008 Fleet/Non-Retail Chevrolet Tahoe 4WD 4dr 1500 Commercial CK1070 COLOR AVAILABILITY COLOR CHART-2008 Fleet/Non-Retall CK10706 4WD 4dr 1500 Commercial EXTERIOR INTERIOR Ebny Csmr Tita (19D) Ebny nium (31D) (83D) Graystone Metallic(16U) X X X Dark Blue Metallic(25U) X X X Black(41U) X X X Blue Granite Metallic(46U) X X X Summit White(50U) X X X Gold Mist Metallic(51U) X X Silver Birch Metallic(59U) X X X Deep Ruby Metallic(66U) X X X ci\i\a‘c • • Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 130.2, Data updated 10/2/2007 9:29:00 AM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: October 11, 2007 12:14:32 PM SPage 1 tion as dealer installed? 3. Regarding 1 BB...Will the state 1 BB should read as follows: award this contract to a vendor Side Moldings: Protective side moldings who takes exception to this required, if available from the factory. rY Materiel Division•Steve Snick,Acting Administrator 301 Centennial Mall South • P.O.Box 94847 • Lincoln,Nebraska 68509-4847 • Phone(402)471-2401• Fax(402)471-2089 An Equal OpportunlIVAffirmcrtim Action Employer Printed with soy ink on recyded paper deration without undue delay. v7 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: DAS/Transportation Services Bureau, DAS/Materiel Division Purchasing Bureau, University of Nebraska-Lincoln Transportation Services, Game and Parks Commission, Department of Roads, and the Nebraska State Patrol. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 11 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. • 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 10 r 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. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 6 • 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the hid or specifications directly to the Purchasing Department at(102)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: Net 30 444... Firm Mid American Signal, Inc. /' Incorporated In: Kansas Delivery(or completion) Name Jordan Schwening Signatur&; 91 Calendar days following award Title Regional Sales Manager Phone 91 . ' 432-5002 Fax.843432-2213 Address 2429 South Mill Street Kansa City KS 66103 StreetPOBox City State Zip E-Mail Address jordans(a�midamsignal.com x ises is essential to the achievement of the PBE/DBE goal of % of the dollar amount City of Omaha's PBE/DBE goals. Therefore, to of the bid (Bid Total) for this contract (if said be considered for award, Bidders must comply contract is anticipated to be over $200,000). with the requirements of these PBE/DBE Bidders shall make every good faith effort to specifications. By submitting his/her bid, each meet said goal. Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set REVISION q 2s' •.....,...'A' h. ._......._.. ... C0._.._. ... g8... gt'd•.... 2- ..• o.7f.._ _W .Z.... -61 A a. ... a�o � 8moz _� �o. p � �^Z z CAI p ge K >>cA 8 H .44N mm .o c,i O (� Z `a'1 o'Im -si-"� 'amRomt`o i P u 4 S2.t Y.•1Oom4 o ic1 S�' 1X+1r 2� s !� " FOz o$��o� cSA��o el.oi u N17� : $2.5 z �m X1 p • € "gym s >r7 sm�o= S36$gg� f � nmm 1pi9 § D•— A % • A 2 1 f-•. m N m.. 55 g5li s:o Aso E § _ doh ddb80 8mo • 5.4 ng ' ( ro o o ' �? mm cI " o � QA oc s "� � g g g RR 6i. • rnRum !!1 vgqg 2 ts�o \ o ciy+oio8..oo A 08o o va 8 _..... .. o o ° ' a Eiiyg z� m q h Rn SRA4 r h9 mo \ rot0 . R ' :!i 0 4 v t7 pF 9m a$ �'c £j 10��' 16;9w� g ri £r RR go 7,:8 " 8uy • 4 g �^ CR18ls ^m � t ‘. � '�'�� CN. 'N �ot�" 9 � ' oo G u m ^ r � � ? � x.J t> igr3 8. -..,, .- ` 1� w m'..I op, SCALE: 1•= 100. 3 2 THOMPSON,DREESSEN DORNER INC. WEST SHORES REPEAT 4 DATE: OCT. 13, 2007 m soz, Consulting O D M Engineers H La N d Surveyors f 0936 OLD MILL ROAD OMAHA,N RASKA 68154 DRAWN!A': RJR • 1'�. PHONE:402330,8860 FAX 402.330.5866 EMAIL TD2MAILOTD2CO.COM FINAL PLAT 0N00088 9r JOW 00 Wp95RE:V.WW.TD2C0.COM REVISION M .�,i1'�. 31761 • COS 4P - 2008MY SPECIAL PAINT AVAILABILITY LISTçPa % )�" • 1 EXPRESS COLORADO GMT900 WA# COLOR : SAVANA CANYON TRAILBLA` PICKUP# C/K UTILI 5248 YELLOW X 5405 BLUE MET. X 1 5445 YELLOW X 5456 YELLOW X X 5663 BLUE • X ' 5665 :BLUE X �__ .— 5758 .GREEN X Pont.E. 6237 GREEN-LOW GLOSS X Pon1.E. 6238 TAN-LOW GLOSS X 7154 BLUE ' X 7159 'BLUE MET. X 7840 GRAY MET. X 7927 GREEN X 7941 GREEN X X X X r —— 8867 . SILVER MET. . X _. 9V5 9015 GREEN X X X X X 9260 VICTORY RED X X 9V9 9403 TAN _ X X X X X Ex Flint&Osh 9408 ORANGE &X 9411 YELLOW X _ - 9414 YELLOW X. X X X 9W4 9417 ORANGE X X • X X 9418 YELLOW X 9419 .ORANGE X 9539 POLO GREEN t X . — 9792 _'INDIGO BLUE �� X -- _ 146E LT.STELLAR BLUE X _ 195E BROWN X • 215D YELLOW X — ---- ' 228A LT AUTUMNWOOD MET , , X - 9W3 ( 253A YELLOW __ X X I r X X 259L YELLOW X 334D !DK TOREADOR RED • X 382E PEWTER . —' X — — j 451 N BLUE X 454N BLUE X X 478G YELLOW X 519E GALAXY SILVER MET X '� 529F •BRONZEMIST X 769H BLUE X 770H ORANGE X -- 811K BERRY RED X I 815K ;ARRIVAL.BLUE X TWO TONE SPECIAL PAINT NOT AVAILABLE ____�_ _ _ PLEASE NOTE- ALL NON-SHEET METAL PARTS-I.E. FASCIA,BUMPERS, .MIRRORS,DOOR HANDLES,MOLDtNGS WILL BE GLOSS BLACK ON I _ FULL SIZE UTILITIES AND MOLDED IN COLOR BLACK FOR FULL SIZE PICKUP , # SPECIAL PAINT N/A ON AVALANCHE OR SHORT CREW CAB I _ S SPECIAL PAINT N/A ON DENALI, DENALI XL,ESCALADE I & NIA ON CREW CAB * TRAILBLAZER ONLY. N/A ON TRAILBLAZER SS OR ANY ENVOY aska-Lincoln Transportation Services, Game and Parks Commission, Department of Roads, and the Nebraska State Patrol. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 11 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. • 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 10 r 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. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 6 • 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the hid or specifications directly to the Purchasing Department at(102)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: Net 30 444... Firm Mid American Signal, Inc. /' Incorporated In: Kansas Delivery(or completion) Name Jordan Schwening Signatur&; 91 Calendar days following award Title Regional Sales Manager Phone 91 . ' 432-5002 Fax.843432-2213 Address 2429 South Mill Street Kansa City KS 66103 StreetPOBox City State Zip E-Mail Address jordans(a�midamsignal.com x ises is essential to the achievement of the PBE/DBE goal of % of the dollar amount City of Omaha's PBE/DBE goals. Therefore, to of the bid (Bid Total) for this contract (if said be considered for award, Bidders must comply contract is anticipated to be over $200,000). with the requirements of these PBE/DBE Bidders shall make every good faith effort to specifications. By submitting his/her bid, each meet said goal. Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set REVISION q 2s' •.....,...'A' h. ._......._.. ... C0._.._. ... g8... gt'd•.... 2- ..• o.7f.._ _W .Z.... -61 A a. ... a�o � 8moz _� �o. p � �^Z z CAI p ge K >>cA 8 H .44N mm .o c,i O (� Z `a'1 o'Im -si-"� 'amRomt`o i P u 4 S2.t Y.•1Oom4 o ic1 S�' 1X+1r 2� s !� " FOz o$��o� cSA��o el.oi u N17� : $2.5 z �m X1 p • € "gym s >r7 sm�o= S36$gg� f � nmm 1pi9 § D•— A % • A 2 1 f-•. m N m.. 55 g5li s:o Aso E § _ doh ddb80 8mo • 5.4 ng ' ( ro o o ' �? mm cI " o � QA oc s "� � g g g RR 6i. • rnRum !!1 vgqg 2 ts�o \ o ciy+oio8..oo A 08o o va 8 _..... .. o o ° ' a Eiiyg z� m q h Rn SRA4 r h9 mo \ rot0 . R ' :!i 0 4 v t7 pF 9m a$ �'c £j 10��' 16;9w� g ri £r RR go 7,:8 " 8uy • 4 g �^ CR18ls ^m � t ‘. � '�'�� CN. 'N �ot�" 9 � ' oo G u m ^ r � � ? � x.J t> igr3 8. -..,, .- ` 1� w m'..I op, SCALE: 1•= 100. 3 2 THOMPSON,DREESSEN DORNER INC. WEST SHORES REPEAT 4 DATE: OCT. 13, 2007 m soz, Consulting O D M Engineers H La N d Surveyors f 0936 OLD MILL ROAD OMAHA,N RASKA 68154 DRAWN!A': RJR • 1'�. PHONE:402330,8860 FAX 402.330.5866 EMAIL TD2MAILOTD2CO.COM FINAL PLAT 0N00088 9r JOW 00 Wp95RE:V.WW.TD2C0.COM REVISION at al 1:::;;;:,,,=14_11111 2) Leda vs r Commercial / Fleet Division Payment Instructions All State entities ***All vehicles are to be paid for electronically*** Our address for the state payment system is 3770912 ** Other parties that wish to pay for vehicles electronically ** Notify Ron Fullerton at 402-540-7578 If paying by check If paying for vehicle(s) at time of delivery... Make check(s)payable to: Sid Dillon If paying for vehicles by check(s)after delivery Make check(s)payalbe to: Sid Dillon & GMAC Mail Checks to P.O. Box listed below Physical Address Mailing Address Division Phone 257 West'A'Street P.O. Box 186 402-540-7578 Wahoo. Ne. 68066 Wahoo, Ne. 68066 � Mayor 3/99 NTS\2008\20005v1j • Prepared By: CHUCK or JOSH AMES Sid Dillon Commercial/Fleet 257 West A Wahoo. NE 68066 Phone: (402) 540-7577 Fax: (402)443-3982 Email: Games©siddillon.com • 2008 Chevrolet Tahoe Special Service Veh CK10706 4WD 4dr • T�4 l�rB"”I nG to 0°1y},l,p zkJsA 4 i w 3 wag v 111I ; r192 Y! x.b, �T r4.4r1 • :µ•MM'MOXny\M�4x%0%cNVJ%�%:.il 1ox� TO • ka' r •xxnXWvvxa°:rrw+.•xV'a•rx:.ov� .. rwxoxwrwx .°_r..,rx»«..+rra..x%'•K 4✓ �� 114 ..........vrrnv:.r..°xJN:<vx.«r«xv%p,v.:,::unr.t••.>.vn' •w, i�'"x ,,nt.vNxtlA�k� .d. •.�.. M rnwnv . ,xx'x...a"�a*•vV...�Xlk%<JrtXA%t.G.:`^JWx%Mx• r 4" Photo may not represent exact vehicle or selected equipment. r 7 ' I Irrl '/1 AI 1 T n nTn 111111 iri nnn7 •� r,r_. 417 ORANGE X X • X X 9418 YELLOW X 9419 .ORANGE X 9539 POLO GREEN t X . — 9792 _'INDIGO BLUE �� X -- _ 146E LT.STELLAR BLUE X _ 195E BROWN X • 215D YELLOW X — ---- ' 228A LT AUTUMNWOOD MET , , X - 9W3 ( 253A YELLOW __ X X I r X X 259L YELLOW X 334D !DK TOREADOR RED • X 382E PEWTER . —' X — — j 451 N BLUE X 454N BLUE X X 478G YELLOW X 519E GALAXY SILVER MET X '� 529F •BRONZEMIST X 769H BLUE X 770H ORANGE X -- 811K BERRY RED X I 815K ;ARRIVAL.BLUE X TWO TONE SPECIAL PAINT NOT AVAILABLE ____�_ _ _ PLEASE NOTE- ALL NON-SHEET METAL PARTS-I.E. FASCIA,BUMPERS, .MIRRORS,DOOR HANDLES,MOLDtNGS WILL BE GLOSS BLACK ON I _ FULL SIZE UTILITIES AND MOLDED IN COLOR BLACK FOR FULL SIZE PICKUP , # SPECIAL PAINT N/A ON AVALANCHE OR SHORT CREW CAB I _ S SPECIAL PAINT N/A ON DENALI, DENALI XL,ESCALADE I & NIA ON CREW CAB * TRAILBLAZER ONLY. N/A ON TRAILBLAZER SS OR ANY ENVOY aska-Lincoln Transportation Services, Game and Parks Commission, Department of Roads, and the Nebraska State Patrol. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 11 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. • 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 10 r 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. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 6 • 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the hid or specifications directly to the Purchasing Department at(102)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: Net 30 444... Firm Mid American Signal, Inc. /' Incorporated In: Kansas Delivery(or completion) Name Jordan Schwening Signatur&; 91 Calendar days following award Title Regional Sales Manager Phone 91 . ' 432-5002 Fax.843432-2213 Address 2429 South Mill Street Kansa City KS 66103 StreetPOBox City State Zip E-Mail Address jordans(a�midamsignal.com x ises is essential to the achievement of the PBE/DBE goal of % of the dollar amount City of Omaha's PBE/DBE goals. Therefore, to of the bid (Bid Total) for this contract (if said be considered for award, Bidders must comply contract is anticipated to be over $200,000). with the requirements of these PBE/DBE Bidders shall make every good faith effort to specifications. By submitting his/her bid, each meet said goal. Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set REVISION q 2s' •.....,...'A' h. ._......._.. ... C0._.._. ... g8... gt'd•.... 2- ..• o.7f.._ _W .Z.... -61 A a. ... a�o � 8moz _� �o. p � �^Z z CAI p ge K >>cA 8 H .44N mm .o c,i O (� Z `a'1 o'Im -si-"� 'amRomt`o i P u 4 S2.t Y.•1Oom4 o ic1 S�' 1X+1r 2� s !� " FOz o$��o� cSA��o el.oi u N17� : $2.5 z �m X1 p • € "gym s >r7 sm�o= S36$gg� f � nmm 1pi9 § D•— A % • A 2 1 f-•. m N m.. 55 g5li s:o Aso E § _ doh ddb80 8mo • 5.4 ng ' ( ro o o ' �? mm cI " o � QA oc s "� � g g g RR 6i. • rnRum !!1 vgqg 2 ts�o \ o ciy+oio8..oo A 08o o va 8 _..... .. o o ° ' a Eiiyg z� m q h Rn SRA4 r h9 mo \ rot0 . R ' :!i 0 4 v t7 pF 9m a$ �'c £j 10��' 16;9w� g ri £r RR go 7,:8 " 8uy • 4 g �^ CR18ls ^m � t ‘. � '�'�� CN. 'N �ot�" 9 � ' oo G u m ^ r � � ? � x.J t> igr3 8. -..,, .- ` 1� w m'..I op, SCALE: 1•= 100. 3 2 THOMPSON,DREESSEN DORNER INC. WEST SHORES REPEAT 4 DATE: OCT. 13, 2007 m soz, Consulting O D M Engineers H La N d Surveyors f 0936 OLD MILL ROAD OMAHA,N RASKA 68154 DRAWN!A': RJR • 1'�. PHONE:402330,8860 FAX 402.330.5866 EMAIL TD2MAILOTD2CO.COM FINAL PLAT 0N00088 9r JOW 00 Wp95RE:V.WW.TD2C0.COM REVISION N - Prepared By; CHUCK or JOSH AMES Sid Dillon Commercial/Fleet • 257 West A Wahoo, NE 68066 Phone: (402) 540-7577 Fax: (402) 443-3982 • Email: cames©siddillon.com • • 2008 Fleet/Non-Retail Chevrolet Tahoe Special Service Veh 4WD 4dr CK10 WINDOW STICKER 2008 Chevrolet Tahoe Special Service Veh 4WD 4dr Interior: No color has been selected. 5.3U323 CID Gas/Ethanol V8 Exterior 1: - No color has been selected. i 4-Speed Automatic w/OD Exterior 2: - No color has been selected. . CODE MODEL • MSRP CK10706 2008 Chevrolet Tahoe Special Service Veh 4WD 4dr $38,490.00 OPTIONS CUSTOM CLOTH SEAT TRIM $0.00 1FL PREFERRED EQUIPMENT GROUP -$820.00 5W4 IDENTIFIER FOR SPECIAL SERVICE VEHICLE. $0.00 • AZ3 SEATS, FRONT 40/20/40 SPLIT-BENCH WITH CUSTOM CLOTH, $0.00 FE9 EMISSIONS, FEDERAL REQUIREMENTS $0.00 G80 DIFFERENTIAL, HEAVY-DUTY LOCKING REAR $295.00 . GT4 REAR AXLE, 3.73 RATIO $0.00 LMG ENGINE, VORTEC 5.3L V8 SFl FLEXFUEL • $0.00 M30 TRANSMISSION, 4-SPEED AUTOMATIC, ELECTRONICALLY CONTROLLED $0.00 • NX7 WHEELS, 4-17" X 7.5" (43,2 CM X 19.1 CM) STEEL $0.00 QGI TIRES, P265/70R17 ALL-SEASON, BLACKWALL $0.00 US8 AUDIO SYSTEM, AM/FM STEREO WITH MP3 COMPATIBLE CD PLAYER, $0.00 VPV SHIP THRU TO KERR INDUSTRIES $0.00 SOLID PAINT $0:00 SUBTOTAL $37,965.00 Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 134.0, Data updated 1/1/2008 9:42:00 AM ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: January 08, 2008 9:22:33 AM Page 2 RORS,DOOR HANDLES,MOLDtNGS WILL BE GLOSS BLACK ON I _ FULL SIZE UTILITIES AND MOLDED IN COLOR BLACK FOR FULL SIZE PICKUP , # SPECIAL PAINT N/A ON AVALANCHE OR SHORT CREW CAB I _ S SPECIAL PAINT N/A ON DENALI, DENALI XL,ESCALADE I & NIA ON CREW CAB * TRAILBLAZER ONLY. N/A ON TRAILBLAZER SS OR ANY ENVOY aska-Lincoln Transportation Services, Game and Parks Commission, Department of Roads, and the Nebraska State Patrol. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 11 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. • 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 10 r 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. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 6 • 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the hid or specifications directly to the Purchasing Department at(102)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: Net 30 444... Firm Mid American Signal, Inc. /' Incorporated In: Kansas Delivery(or completion) Name Jordan Schwening Signatur&; 91 Calendar days following award Title Regional Sales Manager Phone 91 . ' 432-5002 Fax.843432-2213 Address 2429 South Mill Street Kansa City KS 66103 StreetPOBox City State Zip E-Mail Address jordans(a�midamsignal.com x ises is essential to the achievement of the PBE/DBE goal of % of the dollar amount City of Omaha's PBE/DBE goals. Therefore, to of the bid (Bid Total) for this contract (if said be considered for award, Bidders must comply contract is anticipated to be over $200,000). with the requirements of these PBE/DBE Bidders shall make every good faith effort to specifications. By submitting his/her bid, each meet said goal. Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set REVISION q 2s' •.....,...'A' h. ._......._.. ... C0._.._. ... g8... gt'd•.... 2- ..• o.7f.._ _W .Z.... -61 A a. ... a�o � 8moz _� �o. p � �^Z z CAI p ge K >>cA 8 H .44N mm .o c,i O (� Z `a'1 o'Im -si-"� 'amRomt`o i P u 4 S2.t Y.•1Oom4 o ic1 S�' 1X+1r 2� s !� " FOz o$��o� cSA��o el.oi u N17� : $2.5 z �m X1 p • € "gym s >r7 sm�o= S36$gg� f � nmm 1pi9 § D•— A % • A 2 1 f-•. m N m.. 55 g5li s:o Aso E § _ doh ddb80 8mo • 5.4 ng ' ( ro o o ' �? mm cI " o � QA oc s "� � g g g RR 6i. • rnRum !!1 vgqg 2 ts�o \ o ciy+oio8..oo A 08o o va 8 _..... .. o o ° ' a Eiiyg z� m q h Rn SRA4 r h9 mo \ rot0 . R ' :!i 0 4 v t7 pF 9m a$ �'c £j 10��' 16;9w� g ri £r RR go 7,:8 " 8uy • 4 g �^ CR18ls ^m � t ‘. � '�'�� CN. 'N �ot�" 9 � ' oo G u m ^ r � � ? � x.J t> igr3 8. -..,, .- ` 1� w m'..I op, SCALE: 1•= 100. 3 2 THOMPSON,DREESSEN DORNER INC. WEST SHORES REPEAT 4 DATE: OCT. 13, 2007 m soz, Consulting O D M Engineers H La N d Surveyors f 0936 OLD MILL ROAD OMAHA,N RASKA 68154 DRAWN!A': RJR • 1'�. PHONE:402330,8860 FAX 402.330.5866 EMAIL TD2MAILOTD2CO.COM FINAL PLAT 0N00088 9r JOW 00 Wp95RE:V.WW.TD2C0.COM REVISION • Prepared By: CHUCK or JOSH AMES Sid Dillon Commercial/Fleet 257 West A Wahoo, NE 68066 Phone: (402) 540-7577 Fax: (402) 443-3982 Email: cames@siddillon_com 2008 Fleet/Non-Retail Chevrolet Tahoe Special Service Veh 4WD 4dr CK10 WINDOW STICKER Advert/Adjustments $0.00 Destination Charge $900.00 TOTAL PRICE 638,865,00 Est City: 14.00 mpg Est Highway: 19.00 mpg Est Highway Cruising Range: 494.00 mi • • • Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines; Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 134.0, Data updated 1/1/2008 9:42:00 AM 4Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: Page 3 January 08, 2008 9:22:33 AM I . . I rr I .n AI . • ...._ 0 DIFFERENTIAL, HEAVY-DUTY LOCKING REAR $295.00 . GT4 REAR AXLE, 3.73 RATIO $0.00 LMG ENGINE, VORTEC 5.3L V8 SFl FLEXFUEL • $0.00 M30 TRANSMISSION, 4-SPEED AUTOMATIC, ELECTRONICALLY CONTROLLED $0.00 • NX7 WHEELS, 4-17" X 7.5" (43,2 CM X 19.1 CM) STEEL $0.00 QGI TIRES, P265/70R17 ALL-SEASON, BLACKWALL $0.00 US8 AUDIO SYSTEM, AM/FM STEREO WITH MP3 COMPATIBLE CD PLAYER, $0.00 VPV SHIP THRU TO KERR INDUSTRIES $0.00 SOLID PAINT $0:00 SUBTOTAL $37,965.00 Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 134.0, Data updated 1/1/2008 9:42:00 AM ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: January 08, 2008 9:22:33 AM Page 2 RORS,DOOR HANDLES,MOLDtNGS WILL BE GLOSS BLACK ON I _ FULL SIZE UTILITIES AND MOLDED IN COLOR BLACK FOR FULL SIZE PICKUP , # SPECIAL PAINT N/A ON AVALANCHE OR SHORT CREW CAB I _ S SPECIAL PAINT N/A ON DENALI, DENALI XL,ESCALADE I & NIA ON CREW CAB * TRAILBLAZER ONLY. N/A ON TRAILBLAZER SS OR ANY ENVOY aska-Lincoln Transportation Services, Game and Parks Commission, Department of Roads, and the Nebraska State Patrol. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 11 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. • 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 10 r 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. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 6 • 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the hid or specifications directly to the Purchasing Department at(102)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: Net 30 444... Firm Mid American Signal, Inc. /' Incorporated In: Kansas Delivery(or completion) Name Jordan Schwening Signatur&; 91 Calendar days following award Title Regional Sales Manager Phone 91 . ' 432-5002 Fax.843432-2213 Address 2429 South Mill Street Kansa City KS 66103 StreetPOBox City State Zip E-Mail Address jordans(a�midamsignal.com x ises is essential to the achievement of the PBE/DBE goal of % of the dollar amount City of Omaha's PBE/DBE goals. Therefore, to of the bid (Bid Total) for this contract (if said be considered for award, Bidders must comply contract is anticipated to be over $200,000). with the requirements of these PBE/DBE Bidders shall make every good faith effort to specifications. By submitting his/her bid, each meet said goal. Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set REVISION q 2s' •.....,...'A' h. ._......._.. ... C0._.._. ... g8... gt'd•.... 2- ..• o.7f.._ _W .Z.... -61 A a. ... a�o � 8moz _� �o. p � �^Z z CAI p ge K >>cA 8 H .44N mm .o c,i O (� Z `a'1 o'Im -si-"� 'amRomt`o i P u 4 S2.t Y.•1Oom4 o ic1 S�' 1X+1r 2� s !� " FOz o$��o� cSA��o el.oi u N17� : $2.5 z �m X1 p • € "gym s >r7 sm�o= S36$gg� f � nmm 1pi9 § D•— A % • A 2 1 f-•. m N m.. 55 g5li s:o Aso E § _ doh ddb80 8mo • 5.4 ng ' ( ro o o ' �? mm cI " o � QA oc s "� � g g g RR 6i. • rnRum !!1 vgqg 2 ts�o \ o ciy+oio8..oo A 08o o va 8 _..... .. o o ° ' a Eiiyg z� m q h Rn SRA4 r h9 mo \ rot0 . R ' :!i 0 4 v t7 pF 9m a$ �'c £j 10��' 16;9w� g ri £r RR go 7,:8 " 8uy • 4 g �^ CR18ls ^m � t ‘. � '�'�� CN. 'N �ot�" 9 � ' oo G u m ^ r � � ? � x.J t> igr3 8. -..,, .- ` 1� w m'..I op, SCALE: 1•= 100. 3 2 THOMPSON,DREESSEN DORNER INC. WEST SHORES REPEAT 4 DATE: OCT. 13, 2007 m soz, Consulting O D M Engineers H La N d Surveyors f 0936 OLD MILL ROAD OMAHA,N RASKA 68154 DRAWN!A': RJR • 1'�. PHONE:402330,8860 FAX 402.330.5866 EMAIL TD2MAILOTD2CO.COM FINAL PLAT 0N00088 9r JOW 00 Wp95RE:V.WW.TD2C0.COM REVISION c-ZSA CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska • RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, the proposed purchase of two (2) 2008 Chevrolet Tahoes, Special Service Vehicles, for use by the Omaha Fire Department in the total amount of $55,994.00, meets all specifications required by the Omaha Fire Department; and, WHEREAS, the contractor has on file a current Annual Contract Compliance Report Form (CC-1), and the Human Rights and Relations Director will monitor the contract to ensure compliance with the contract compliance ordinance. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA; THAT, the purchase of two (2) 2008 Chevrolet Tahoes, Special Service Vehicles, for use by the Omaha Fire Department, in the total amount of $55,994.00, from the State of Nebraska bid price list, is accepted as the lowest and best price, and the Purchasing Agent is directed to issue a Purchase Order in accordance with the specifications for the purchase of two (2) 2008 Chevrolet Tahoes, Special Service Vehicles from Sid Dillon, Wahoo, Inc., said sum to be paid from the 2008 Fire Department Budget, Fund 11111, Organization 114526, Account Code 44234. Z:/Phyllis/DepardnUCityCoun/R01142008Bpap.doc APPROVED AS TO FORM: CITY ATTORNEY DATE By /0c7i3,44. J Councilmember Adopted \ EB ...� O k City Clera/'Df Approved. .r Mayor KWALL $0.00 US8 AUDIO SYSTEM, AM/FM STEREO WITH MP3 COMPATIBLE CD PLAYER, $0.00 VPV SHIP THRU TO KERR INDUSTRIES $0.00 SOLID PAINT $0:00 SUBTOTAL $37,965.00 Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 134.0, Data updated 1/1/2008 9:42:00 AM ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: January 08, 2008 9:22:33 AM Page 2 RORS,DOOR HANDLES,MOLDtNGS WILL BE GLOSS BLACK ON I _ FULL SIZE UTILITIES AND MOLDED IN COLOR BLACK FOR FULL SIZE PICKUP , # SPECIAL PAINT N/A ON AVALANCHE OR SHORT CREW CAB I _ S SPECIAL PAINT N/A ON DENALI, DENALI XL,ESCALADE I & NIA ON CREW CAB * TRAILBLAZER ONLY. N/A ON TRAILBLAZER SS OR ANY ENVOY aska-Lincoln Transportation Services, Game and Parks Commission, Department of Roads, and the Nebraska State Patrol. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 11 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. • 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 10 r 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. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 6 • 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the hid or specifications directly to the Purchasing Department at(102)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: Net 30 444... Firm Mid American Signal, Inc. /' Incorporated In: Kansas Delivery(or completion) Name Jordan Schwening Signatur&; 91 Calendar days following award Title Regional Sales Manager Phone 91 . ' 432-5002 Fax.843432-2213 Address 2429 South Mill Street Kansa City KS 66103 StreetPOBox City State Zip E-Mail Address jordans(a�midamsignal.com x ises is essential to the achievement of the PBE/DBE goal of % of the dollar amount City of Omaha's PBE/DBE goals. Therefore, to of the bid (Bid Total) for this contract (if said be considered for award, Bidders must comply contract is anticipated to be over $200,000). with the requirements of these PBE/DBE Bidders shall make every good faith effort to specifications. By submitting his/her bid, each meet said goal. Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set REVISION q 2s' •.....,...'A' h. ._......._.. ... C0._.._. ... g8... gt'd•.... 2- ..• o.7f.._ _W .Z.... -61 A a. ... a�o � 8moz _� �o. p � �^Z z CAI p ge K >>cA 8 H .44N mm .o c,i O (� Z `a'1 o'Im -si-"� 'amRomt`o i P u 4 S2.t Y.•1Oom4 o ic1 S�' 1X+1r 2� s !� " FOz o$��o� cSA��o el.oi u N17� : $2.5 z �m X1 p • € "gym s >r7 sm�o= S36$gg� f � nmm 1pi9 § D•— A % • A 2 1 f-•. m N m.. 55 g5li s:o Aso E § _ doh ddb80 8mo • 5.4 ng ' ( ro o o ' �? mm cI " o � QA oc s "� � g g g RR 6i. • rnRum !!1 vgqg 2 ts�o \ o ciy+oio8..oo A 08o o va 8 _..... .. o o ° ' a Eiiyg z� m q h Rn SRA4 r h9 mo \ rot0 . R ' :!i 0 4 v t7 pF 9m a$ �'c £j 10��' 16;9w� g ri £r RR go 7,:8 " 8uy • 4 g �^ CR18ls ^m � t ‘. � '�'�� CN. 'N �ot�" 9 � ' oo G u m ^ r � � ? � x.J t> igr3 8. -..,, .- ` 1� w m'..I op, SCALE: 1•= 100. 3 2 THOMPSON,DREESSEN DORNER INC. WEST SHORES REPEAT 4 DATE: OCT. 13, 2007 m soz, Consulting O D M Engineers H La N d Surveyors f 0936 OLD MILL ROAD OMAHA,N RASKA 68154 DRAWN!A': RJR • 1'�. PHONE:402330,8860 FAX 402.330.5866 EMAIL TD2MAILOTD2CO.COM FINAL PLAT 0N00088 9r JOW 00 Wp95RE:V.WW.TD2C0.COM REVISION j A k /2 7 " < V ƒ C 7 &_ _ « § n o 9 9 " — c . 7 2 / 0 - sl) $ & \ / i t / 9 0 \ \ e = \ , \ • ° / ? o k 8 e � \ \ - \ § g 7 CL o ° ' §. ` / 0 7 / C E ° = 7 k 4 . ? / o § } § z / U k cA \ . . :zb. g & = c 7 9 §' 8' _ o / — § ƒ q A § \ ■ \ ? ƒ 3 3 « § p = q 9 41 \ @ _ 7 ',.:It') n - .0 K - - c4 ° r' 5 #0 C ° R ° g ƒ 3• COD2 0 / 9 /_ ^ ° CD' cn C 7 0 « - o H U O 0, m . C n , - - ) $ ƒ §' - + / / 7 § =' 0 C / k -, ( 7 k\ - „_ � @ cations for the purchase of two (2) 2008 Chevrolet Tahoes, Special Service Vehicles from Sid Dillon, Wahoo, Inc., said sum to be paid from the 2008 Fire Department Budget, Fund 11111, Organization 114526, Account Code 44234. Z:/Phyllis/DepardnUCityCoun/R01142008Bpap.doc APPROVED AS TO FORM: CITY ATTORNEY DATE By /0c7i3,44. J Councilmember Adopted \ EB ...� O k City Clera/'Df Approved. .r Mayor KWALL $0.00 US8 AUDIO SYSTEM, AM/FM STEREO WITH MP3 COMPATIBLE CD PLAYER, $0.00 VPV SHIP THRU TO KERR INDUSTRIES $0.00 SOLID PAINT $0:00 SUBTOTAL $37,965.00 Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 134.0, Data updated 1/1/2008 9:42:00 AM ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: January 08, 2008 9:22:33 AM Page 2 RORS,DOOR HANDLES,MOLDtNGS WILL BE GLOSS BLACK ON I _ FULL SIZE UTILITIES AND MOLDED IN COLOR BLACK FOR FULL SIZE PICKUP , # SPECIAL PAINT N/A ON AVALANCHE OR SHORT CREW CAB I _ S SPECIAL PAINT N/A ON DENALI, DENALI XL,ESCALADE I & NIA ON CREW CAB * TRAILBLAZER ONLY. N/A ON TRAILBLAZER SS OR ANY ENVOY aska-Lincoln Transportation Services, Game and Parks Commission, Department of Roads, and the Nebraska State Patrol. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 11 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. • 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 10 r 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. 2212 OF 2008 4WD Large Special Service Vehicle,7-Passenger.doc Page 6 • 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the hid or specifications directly to the Purchasing Department at(102)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: Net 30 444... Firm Mid American Signal, Inc. /' Incorporated In: Kansas Delivery(or completion) Name Jordan Schwening Signatur&; 91 Calendar days following award Title Regional Sales Manager Phone 91 . ' 432-5002 Fax.843432-2213 Address 2429 South Mill Street Kansa City KS 66103 StreetPOBox City State Zip E-Mail Address jordans(a�midamsignal.com x ises is essential to the achievement of the PBE/DBE goal of % of the dollar amount City of Omaha's PBE/DBE goals. Therefore, to of the bid (Bid Total) for this contract (if said be considered for award, Bidders must comply contract is anticipated to be over $200,000). with the requirements of these PBE/DBE Bidders shall make every good faith effort to specifications. By submitting his/her bid, each meet said goal. Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set REVISION q 2s' •.....,...'A' h. ._......._.. ... C0._.._. ... g8... gt'd•.... 2- ..• o.7f.._ _W .Z.... -61 A a. ... a�o � 8moz _� �o. p � �^Z z CAI p ge K >>cA 8 H .44N mm .o c,i O (� Z `a'1 o'Im -si-"� 'amRomt`o i P u 4 S2.t Y.•1Oom4 o ic1 S�' 1X+1r 2� s !� " FOz o$��o� cSA��o el.oi u N17� : $2.5 z �m X1 p • € "gym s >r7 sm�o= S36$gg� f � nmm 1pi9 § D•— A % • A 2 1 f-•. m N m.. 55 g5li s:o Aso E § _ doh ddb80 8mo • 5.4 ng ' ( ro o o ' �? mm cI " o � QA oc s "� � g g g RR 6i. • rnRum !!1 vgqg 2 ts�o \ o ciy+oio8..oo A 08o o va 8 _..... .. o o ° ' a Eiiyg z� m q h Rn SRA4 r h9 mo \ rot0 . R ' :!i 0 4 v t7 pF 9m a$ �'c £j 10��' 16;9w� g ri £r RR go 7,:8 " 8uy • 4 g �^ CR18ls ^m � t ‘. � '�'�� CN. 'N �ot�" 9 � ' oo G u m ^ r � � ? � x.J t> igr3 8. -..,, .- ` 1� w m'..I op, SCALE: 1•= 100. 3 2 THOMPSON,DREESSEN DORNER INC. WEST SHORES REPEAT 4 DATE: OCT. 13, 2007 m soz, Consulting O D M Engineers H La N d Surveyors f 0936 OLD MILL ROAD OMAHA,N RASKA 68154 DRAWN!A': RJR • 1'�. PHONE:402330,8860 FAX 402.330.5866 EMAIL TD2MAILOTD2CO.COM FINAL PLAT 0N00088 9r JOW 00 Wp95RE:V.WW.TD2C0.COM REVISION