Loading...
RES 2007-0276 - PO to Sid Dillon for pickup _v1AHA,nr�, , • Public Works Department *1010-. �� 1 r ,+ Omaha/Douglas Civic Center Ia.� G7 „ i 1819 Farnam Street,Suite 601 c,®. ,p;Clr4, March 6, 2007 " . Omaha,Nebraska 68183-0601 of- �i. ry. A�� _, (402)444-5220 4TFD FEBR� i,�_ Fax(402)444-5248 1 City of Omaha Ci ° Robert G.Stubbe,P.E. Mike Fahey,Mayor Public Works Director Honorable President and Members of the City Council, Transmitted herewith is a Bid Tabulation and a Resolution authorizing the Purchasing Agent to issue a Purchase Order to Sid Dillon on the bid for the purchase of a half ton, 4 wheel drive extended cab pickup to utilized by the Environmental Quality Control Division. Contractor Total Bid SID DILLON $22,101.00 (RECOMMENDED BID) Fleet Management has recommended the award to Sid Dillon based on a bid supplied to the State of Nebraska per Contract No. 11808. The Contractor has on file a current Annual Contract Compliance Report Form (CC-1). As is City policy, the Human Rights and Relations Director will review the contractor to ensure compliance with the Contract Compliance Ordinance. The Finance Department is authorized to pay the cost of the purchase of a half ton, 4 wheel drive extended cab pickup from the Wastewater Monitoring Organization 116712, Sewer Revenue Fund 21121, year 2007 funding. The Public Works Department recommends the acceptance of the bid from Sid Dillon in the amount of$22,101.00, being the lowest and best bid received, within the bid specifications, and requests your consideration and approval of this Resolution. ctfully submitted Referrer to City Council for Consideration: f obert G. Stubbe, P.E. TADDate Mayor's Office Date Public Works Director Approved as to Funding: Approved: S4�1�01 '' A. Ebdon Date `Gail Kinse Tom str>' ate Carol Y p Finance Director ���/// Human Eights and Relations Director P:\PW 1\17051maf.doc G3 • •. ;oresCGreen:Clearco`atMetalGc; GG. Z_3 *Forest Green Clearcoat Metallic GG — G3 Black Clearcoat:.... ., r:; .,, UD. Z7. • Black Clearcoat BD -- G3 Oxford White Clearcoat_ Z1 ::Z3._. Oxford White Clearcoat Z1 — G3 XLT SPORT PACKAGE i17C Dark.Shadow Grey.CIearcoatMetallie.; CX: .:: *Dark Blue Pearl Clearcoat Metallic OX • Blade Clearcoat UD — Oid Clearcoat ": Z7:,',. .. . Ord • • r Vinyl rear bench on XL StlperCab * = New for this model year •=Available 10. Ford Division dards. 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. • 1714 OF 2007 3(Ur Ton Ed Cab 4-door 4x4 Pickup Base Trudc 'Page 6 • • 1714 OF 2007 3 Otr Ton Ext Cab 4-door 4x4 Pickup Base Truck Page 2 • Original/Bid Document 1714 OF, Original Line # 14 10.x.f.1:AM/FM CD stereo-ratE 20 EA 450.0000 Original/Bid Document 1714 OF, Original Line # 15 • 6•171 _ BUYER INITIALS rican Institute of Architects. All rights reserved. WARNING:This AIA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any 5 portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:32:43 on 01/18/2007 under Order No.1000229927_38 which expires on 4/28/2007,and l not for resale. User Notes: , (2247124772) raska Affordable Housing Program 2007 Application Guidelines 5 of 21 Chapter 4 Homebuyer Program Application Forms and Instructions October 2006 he City of Omaha (Exhibit Good Faith Efforts Documentation must be "C" is currently required to be submitted within ten submitted with bid. (10) calendar days following the end of each calendar quarter,from the start of the project). c. Also, prior to award of this contract, all Bidders must submit Exhibit "B" Contractor Employment 2. The Contractor and subcontractors shall permit Data Form with the bid. access to their books, records and accounts by the Human Relations Director or a designated d. The Bidder and any of its subcontractors that have representative for purpose of investigation to been designated by the Bidder as PBE and/or DBE ascertain compliance with these specified ne numbers of in the contract work. In any case, Exhibits"A"and"B" PBE/DBE's that were contracted; must be submitted with the bid. If the information so (2) A description of the information provided to submitted indicates that the City of Omaha goals will PBE/DBE's regarding the plans and not be met, the Bidder shall submit good faith efforts specifications for portions of the work to be documentation with their bid. The evidence must show performed; and to the City of Omaha's satisfaction that the bidder has (3) A detailed statement of the reasons why in good faith made every reasonable effort in the City additional prospective agreements with of Omaha's judgment, to meet such goals. If any 49.0% 1173 $123,864 $157,341 $180,631 46.3% 1243 $127,784 $162,321 $186,347 49.1% 1174 $123,920 $157,412 $180,712 46.3% 1244 $127,840 $162,392 $186,429 49.1% 1175 $123,976 $157,484 $180,794 46.4% 1245 $127,896 $162,463 $186,510 49.1% 1176 $124,032 $157,555 $180,876 46.4% 1246 $127,952 $162,534 $186,592 49.2% 1177 $124,088 $157,626 $180,957 46.4% 1247 $128,008 $162,605 $186,674 49.2% 1178 $124,144 $157,697 $181,039 46.5% 1248 $128,064 $162,676 $186,755 49.3°/ 1179 $124,200 $157,768 $181,121 46.5% 1249 $128,120 $162,748 $186,837 49.3% 1180 $124,256 $157,839 $181,202 46.6% 1250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% '�' .' y . STATE OF NEBRASKA • ,d:�:.i %► :a;;k Dave Heineman 4 0.., , ,r�� DEPARTMENT OF ADMINISTRATIVE SERVICES :� .. it �_ � ` Y Governor__- Gerry Oligmueller Acting Director CONTRACT AMENDMENT ONE DATE: December 7, 2006 FROM: Connie Heinrichs, Buyer • State Purchasing Bureau RE: Vendor Contact Information revised on the following contracts: 11795 OC 11806 OC 11808 OC 11811 OC 11815 OC 11817 OC 11820 OC • The contracts referenced above are amended to include the following Vendor con*act information: CONTACT: Chuck Ames PHONE: 402-540-7577 FAX: 402-443-3982 - • Materiel Division• Don J. Medinger,Administrator 301 Centennial Mall South • P.O. Box 94847 • Lincoln, Nebraska 68509-4847 • Phone(402)471-2401 • Fax(402)471-2089 An Equal Opportunity/Affirmative Action Employer Printed with soy ink on recycled paper t No. 11808. The Contractor has on file a current Annual Contract Compliance Report Form (CC-1). As is City policy, the Human Rights and Relations Director will review the contractor to ensure compliance with the Contract Compliance Ordinance. The Finance Department is authorized to pay the cost of the purchase of a half ton, 4 wheel drive extended cab pickup from the Wastewater Monitoring Organization 116712, Sewer Revenue Fund 21121, year 2007 funding. The Public Works Department recommends the acceptance of the bid from Sid Dillon in the amount of$22,101.00, being the lowest and best bid received, within the bid specifications, and requests your consideration and approval of this Resolution. ctfully submitted Referrer to City Council for Consideration: f obert G. Stubbe, P.E. TADDate Mayor's Office Date Public Works Director Approved as to Funding: Approved: S4�1�01 '' A. Ebdon Date `Gail Kinse Tom str>' ate Carol Y p Finance Director ���/// Human Eights and Relations Director P:\PW 1\17051maf.doc G3 • •. ;oresCGreen:Clearco`atMetalGc; GG. Z_3 *Forest Green Clearcoat Metallic GG — G3 Black Clearcoat:.... ., r:; .,, UD. Z7. • Black Clearcoat BD -- G3 Oxford White Clearcoat_ Z1 ::Z3._. Oxford White Clearcoat Z1 — G3 XLT SPORT PACKAGE i17C Dark.Shadow Grey.CIearcoatMetallie.; CX: .:: *Dark Blue Pearl Clearcoat Metallic OX • Blade Clearcoat UD — Oid Clearcoat ": Z7:,',. .. . Ord • • r Vinyl rear bench on XL StlperCab * = New for this model year •=Available 10. Ford Division dards. 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. • 1714 OF 2007 3(Ur Ton Ed Cab 4-door 4x4 Pickup Base Trudc 'Page 6 • • 1714 OF 2007 3 Otr Ton Ext Cab 4-door 4x4 Pickup Base Truck Page 2 • Original/Bid Document 1714 OF, Original Line # 14 10.x.f.1:AM/FM CD stereo-ratE 20 EA 450.0000 Original/Bid Document 1714 OF, Original Line # 15 • 6•171 _ BUYER INITIALS rican Institute of Architects. All rights reserved. WARNING:This AIA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any 5 portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:32:43 on 01/18/2007 under Order No.1000229927_38 which expires on 4/28/2007,and l not for resale. User Notes: , (2247124772) raska Affordable Housing Program 2007 Application Guidelines 5 of 21 Chapter 4 Homebuyer Program Application Forms and Instructions October 2006 he City of Omaha (Exhibit Good Faith Efforts Documentation must be "C" is currently required to be submitted within ten submitted with bid. (10) calendar days following the end of each calendar quarter,from the start of the project). c. Also, prior to award of this contract, all Bidders must submit Exhibit "B" Contractor Employment 2. The Contractor and subcontractors shall permit Data Form with the bid. access to their books, records and accounts by the Human Relations Director or a designated d. The Bidder and any of its subcontractors that have representative for purpose of investigation to been designated by the Bidder as PBE and/or DBE ascertain compliance with these specified ne numbers of in the contract work. In any case, Exhibits"A"and"B" PBE/DBE's that were contracted; must be submitted with the bid. If the information so (2) A description of the information provided to submitted indicates that the City of Omaha goals will PBE/DBE's regarding the plans and not be met, the Bidder shall submit good faith efforts specifications for portions of the work to be documentation with their bid. The evidence must show performed; and to the City of Omaha's satisfaction that the bidder has (3) A detailed statement of the reasons why in good faith made every reasonable effort in the City additional prospective agreements with of Omaha's judgment, to meet such goals. If any 49.0% 1173 $123,864 $157,341 $180,631 46.3% 1243 $127,784 $162,321 $186,347 49.1% 1174 $123,920 $157,412 $180,712 46.3% 1244 $127,840 $162,392 $186,429 49.1% 1175 $123,976 $157,484 $180,794 46.4% 1245 $127,896 $162,463 $186,510 49.1% 1176 $124,032 $157,555 $180,876 46.4% 1246 $127,952 $162,534 $186,592 49.2% 1177 $124,088 $157,626 $180,957 46.4% 1247 $128,008 $162,605 $186,674 49.2% 1178 $124,144 $157,697 $181,039 46.5% 1248 $128,064 $162,676 $186,755 49.3°/ 1179 $124,200 $157,768 $181,121 46.5% 1249 $128,120 $162,748 $186,837 49.3% 1180 $124,256 $157,839 $181,202 46.6% 1250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% • e Purchasi STATE OF N E B RAS KA CONTRACT AWARD 301t Cen ennial it Bureau South,1st Floor Lincoln,Nebraska 68508... ` .. ro OR PAGE ORDER DATE P.O.Box 94847 Lincoln,Nebraska 68509-4847 1 OF 6 11/17/06. Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 • • 9000 CONNIE HEINRICHS CONTRACT NUMBER VENDOR NUMBER: 3758834 . 11808 OC VENDOR ADDRESS: SID DILLON WAHOO INC ` DBA SID DILLON CHEVROLET-BUICK-PONTIAC 257WAST • WAHOO NE 68066-2070 • • . I - AN AWARD HAS BEEN MADE TO THE VENDOR NAMED ABOVE FOR THE FURNISHING OF EQUIPMENT,MATERIAL,OR SUPPLIES AS LISTED BELOW FOR THE PERIOD: 2007 PRODUCTION YEAR NO ACTION ON THE PART OF THE VENDOR NEEDS TO BE TAKEN AT THIS TIME.ORDERS FOR THE EQUIPMENT OR SUPPLIES WILL BE MADE AS NEEDED BY THE VARIOUS AGENCIES OF THE STATE. THIS CONTRACT IS NOT AN EXCLUSIVE CONTRACT TO FURNISH THE EQUIPMENT OR SUPPLIES SHOWN BELOW,AND DOES NOT PRECLUDE THE PURCHASE OF SIMILAR ITEMS FROM OTHER SOURCES. ' THE STATE RESERVES THE RIGHT TO EXTEND THE PERIOD';OF THIS CONTRACT BEYOND THE TERMINATION DATE WHEN MUTUALLY AGREEABLE TO THE VENDOR AND THE STATEOF NBR: EASKA. AWARDED FROM INVITATION TO BID#1701 OF. • 2007 or Current Production Half Ton Extended Cab,4 Door,4X4 Pickup Truck as!peiahe attached specifications for the 2007 Production Year. •PRIMARY:AWARD - • Make/Model: Chevrolet Silverado Delivery. 45-120 days - See attached Terms and Conditions page for approximate units to be purchasedi.The Unit Price75:equal to the Base Price for items before the Option Bid Ust. _ • CONTACT: Chuck Ames = PHONE: 402-540.7578 • FAX: 402-443-3982 Line Description . ,. - s : `UM, . .. Price • 1 Half Ton Ext Cab Pickup Truck 20• • EA 21.,730.0000 : . Chevrolet Silverado`.. '.: :,:., := :,'::.:.:. :;_,,:•'-; . _ :: . Original/Bid Document 1701 OF, Original Line# 1 • • 2007 or Current Production 1/2 Ton, Extended Cab, 4 door, 4x4, Pickup Truck • • • f 0 • v -IELADMINISTRA'OR e Clearcoat UD — Oid Clearcoat ": Z7:,',. .. . Ord • • r Vinyl rear bench on XL StlperCab * = New for this model year •=Available 10. Ford Division dards. 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. • 1714 OF 2007 3(Ur Ton Ed Cab 4-door 4x4 Pickup Base Trudc 'Page 6 • • 1714 OF 2007 3 Otr Ton Ext Cab 4-door 4x4 Pickup Base Truck Page 2 • Original/Bid Document 1714 OF, Original Line # 14 10.x.f.1:AM/FM CD stereo-ratE 20 EA 450.0000 Original/Bid Document 1714 OF, Original Line # 15 • 6•171 _ BUYER INITIALS rican Institute of Architects. All rights reserved. WARNING:This AIA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any 5 portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:32:43 on 01/18/2007 under Order No.1000229927_38 which expires on 4/28/2007,and l not for resale. User Notes: , (2247124772) raska Affordable Housing Program 2007 Application Guidelines 5 of 21 Chapter 4 Homebuyer Program Application Forms and Instructions October 2006 he City of Omaha (Exhibit Good Faith Efforts Documentation must be "C" is currently required to be submitted within ten submitted with bid. (10) calendar days following the end of each calendar quarter,from the start of the project). c. Also, prior to award of this contract, all Bidders must submit Exhibit "B" Contractor Employment 2. The Contractor and subcontractors shall permit Data Form with the bid. access to their books, records and accounts by the Human Relations Director or a designated d. The Bidder and any of its subcontractors that have representative for purpose of investigation to been designated by the Bidder as PBE and/or DBE ascertain compliance with these specified ne numbers of in the contract work. In any case, Exhibits"A"and"B" PBE/DBE's that were contracted; must be submitted with the bid. If the information so (2) A description of the information provided to submitted indicates that the City of Omaha goals will PBE/DBE's regarding the plans and not be met, the Bidder shall submit good faith efforts specifications for portions of the work to be documentation with their bid. The evidence must show performed; and to the City of Omaha's satisfaction that the bidder has (3) A detailed statement of the reasons why in good faith made every reasonable effort in the City additional prospective agreements with of Omaha's judgment, to meet such goals. If any 49.0% 1173 $123,864 $157,341 $180,631 46.3% 1243 $127,784 $162,321 $186,347 49.1% 1174 $123,920 $157,412 $180,712 46.3% 1244 $127,840 $162,392 $186,429 49.1% 1175 $123,976 $157,484 $180,794 46.4% 1245 $127,896 $162,463 $186,510 49.1% 1176 $124,032 $157,555 $180,876 46.4% 1246 $127,952 $162,534 $186,592 49.2% 1177 $124,088 $157,626 $180,957 46.4% 1247 $128,008 $162,605 $186,674 49.2% 1178 $124,144 $157,697 $181,039 46.5% 1248 $128,064 $162,676 $186,755 49.3°/ 1179 $124,200 $157,768 $181,121 46.5% 1249 $128,120 $162,748 $186,837 49.3% 1180 $124,256 $157,839 $181,202 46.6% 1250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% • STATE OF N E B RAS A CONTRACT AWARD State 1t Purchasing nt �i► Bureau 0Cen Mail h,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 Lincoln,Nebraska 68509-4847 2 OF 6 11/17/06 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 9000 CONNIE HEINRICHS CONTRACT NUMBER VENDOR NUMBER: 3758834 11808 OC Line Description Qty UM Price Make: Chevrolet Model: Silverado GVWR: 7,000 Series, Code, Trim Level: Silverado - CK10753- LT Engine: 4.8L V-8 EPA: N/A @ this time. The original manufacturer's statement of origin, a service authorization card, and .a properly executed service and warranty policy shall accompany each vehicle when delivered. 2 E85 1/2 T ext cab pickup truck 20 PA 22,210.0000 Chevrolet Silverado Original/Bid Document 1701 OF, Original Line#.2_..= 2007 or Current Production 1/2 Ton, Extended Cab`4'door 4x4, Pickup Truck E85 (Units Capable of operating on a fuel mixture'of up-to 85% Ethanol/15% Ur'.aded gasp uie without additional change or conversion.) _ 7c Engine: 5.3L V-8 The original manufacturer's statement of origgirL-a service authorization card, and • a prOperly executed service and warranty policy shall accompany each vehicle when delivered. ---OPTIONS BID LIST -- 3 engine, gasoline (other) : . : .. . 20 . EA 480.0000 Engine size: 5.3 V-8 Flex Fuel' Original/Bid Document 1701 OF, Original Line#3 ; ' 20; : . EA ,997.0000 engine, gasoline (other .. )` :=.,; 6 >>�` :: .: :-�. .%�- :::_, :;:.:: .::. ; .._....... Fuel Management 6.0L V:8 Original/Bid Document 1701 OF, Original Line #4 Max performance 5 engine block heater 20 .EA 57.0000 Original/Bid Document 1701 OF, Original Line# 16 Factory or dealer installed engine block heater (gas engine) BUYER INITIALS cription . ,. - s : `UM, . .. Price • 1 Half Ton Ext Cab Pickup Truck 20• • EA 21.,730.0000 : . Chevrolet Silverado`.. '.: :,:., := :,'::.:.:. :;_,,:•'-; . _ :: . Original/Bid Document 1701 OF, Original Line# 1 • • 2007 or Current Production 1/2 Ton, Extended Cab, 4 door, 4x4, Pickup Truck • • • f 0 • v -IELADMINISTRA'OR e Clearcoat UD — Oid Clearcoat ": Z7:,',. .. . Ord • • r Vinyl rear bench on XL StlperCab * = New for this model year •=Available 10. Ford Division dards. 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. • 1714 OF 2007 3(Ur Ton Ed Cab 4-door 4x4 Pickup Base Trudc 'Page 6 • • 1714 OF 2007 3 Otr Ton Ext Cab 4-door 4x4 Pickup Base Truck Page 2 • Original/Bid Document 1714 OF, Original Line # 14 10.x.f.1:AM/FM CD stereo-ratE 20 EA 450.0000 Original/Bid Document 1714 OF, Original Line # 15 • 6•171 _ BUYER INITIALS rican Institute of Architects. All rights reserved. WARNING:This AIA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any 5 portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:32:43 on 01/18/2007 under Order No.1000229927_38 which expires on 4/28/2007,and l not for resale. User Notes: , (2247124772) raska Affordable Housing Program 2007 Application Guidelines 5 of 21 Chapter 4 Homebuyer Program Application Forms and Instructions October 2006 he City of Omaha (Exhibit Good Faith Efforts Documentation must be "C" is currently required to be submitted within ten submitted with bid. (10) calendar days following the end of each calendar quarter,from the start of the project). c. Also, prior to award of this contract, all Bidders must submit Exhibit "B" Contractor Employment 2. The Contractor and subcontractors shall permit Data Form with the bid. access to their books, records and accounts by the Human Relations Director or a designated d. The Bidder and any of its subcontractors that have representative for purpose of investigation to been designated by the Bidder as PBE and/or DBE ascertain compliance with these specified ne numbers of in the contract work. In any case, Exhibits"A"and"B" PBE/DBE's that were contracted; must be submitted with the bid. If the information so (2) A description of the information provided to submitted indicates that the City of Omaha goals will PBE/DBE's regarding the plans and not be met, the Bidder shall submit good faith efforts specifications for portions of the work to be documentation with their bid. The evidence must show performed; and to the City of Omaha's satisfaction that the bidder has (3) A detailed statement of the reasons why in good faith made every reasonable effort in the City additional prospective agreements with of Omaha's judgment, to meet such goals. If any 49.0% 1173 $123,864 $157,341 $180,631 46.3% 1243 $127,784 $162,321 $186,347 49.1% 1174 $123,920 $157,412 $180,712 46.3% 1244 $127,840 $162,392 $186,429 49.1% 1175 $123,976 $157,484 $180,794 46.4% 1245 $127,896 $162,463 $186,510 49.1% 1176 $124,032 $157,555 $180,876 46.4% 1246 $127,952 $162,534 $186,592 49.2% 1177 $124,088 $157,626 $180,957 46.4% 1247 $128,008 $162,605 $186,674 49.2% 1178 $124,144 $157,697 $181,039 46.5% 1248 $128,064 $162,676 $186,755 49.3°/ 1179 $124,200 $157,768 $181,121 46.5% 1249 $128,120 $162,748 $186,837 49.3% 1180 $124,256 $157,839 $181,202 46.6% 1250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% • • e Purchasing STATE OF N E B RAS KA CO NTRACT AWARD 301t Centennial Mail Bureau th,1st Floor Liricotn,Nebraska 68508 • OR PAGE ORDER DATE • P.O.Box 94847 Lincoln,Nebraska 68509-4847 3 OF 6 11/17/06 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax(402)471-2089 9000 CONNIE HEINRICHS CONTRACT NUMBER VENDOR NUMBER: 3758834 11808 OC t Line Description Qty U Price M- 6 engine block heater 20 EA 197.0000 Original/Bid Document 1701 OF, Original Line# 17 Factory or dealer installed engine block heater(diesel engine) Manufacturer: GM; Model: Delco; Warranty: 90 days 7 no sliding rear-vision window 20 EA 109.0000 (deduct) Original/Bid Document•1 701 OF, Original Line#20 . V . 8 seats, cloth covered, with 20 EA 1.07.0000 carpeted floor = Original/Bid Document 1701 OF, Original Line#22- 9 pickup box length Of approx. 20 EA .1,397.0000 8 feet - - • • Original/Bid Document 1701 OF, Original Line:#.?4 Increased pickup box length of approx.8 feet vith corresponding wheelbase. Bidder state wheel base: 157.5 • = 10 trailer towing package 20 EA 197.0000 (deduct) = _ Original/Bid Document 1701 OF, Original Line . 11 cargo light 20 EA 90.0o00 Original/Bid Document 1701 OF, Original Line.#26 ':< • ~- 12 • tube:of.touch-up paint - - - 20 : EA 15.9500 .to match:vehicle Original/Bid Document 1701 OF, Original Liirie#27 13 standard paint 20 EA 0.0000 See attached Original/Bid Document 1701 OF, Original Line#28 14 Department of Roads yellow 20 EA 0.0000 Original/Bid Document.1701 OF, Original Line#29 Qin BUYER INITIALS BUYER INITIALS cription . ,. - s : `UM, . .. Price • 1 Half Ton Ext Cab Pickup Truck 20• • EA 21.,730.0000 : . Chevrolet Silverado`.. '.: :,:., := :,'::.:.:. :;_,,:•'-; . _ :: . Original/Bid Document 1701 OF, Original Line# 1 • • 2007 or Current Production 1/2 Ton, Extended Cab, 4 door, 4x4, Pickup Truck • • • f 0 • v -IELADMINISTRA'OR e Clearcoat UD — Oid Clearcoat ": Z7:,',. .. . Ord • • r Vinyl rear bench on XL StlperCab * = New for this model year •=Available 10. Ford Division dards. 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. • 1714 OF 2007 3(Ur Ton Ed Cab 4-door 4x4 Pickup Base Trudc 'Page 6 • • 1714 OF 2007 3 Otr Ton Ext Cab 4-door 4x4 Pickup Base Truck Page 2 • Original/Bid Document 1714 OF, Original Line # 14 10.x.f.1:AM/FM CD stereo-ratE 20 EA 450.0000 Original/Bid Document 1714 OF, Original Line # 15 • 6•171 _ BUYER INITIALS rican Institute of Architects. All rights reserved. WARNING:This AIA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any 5 portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:32:43 on 01/18/2007 under Order No.1000229927_38 which expires on 4/28/2007,and l not for resale. User Notes: , (2247124772) raska Affordable Housing Program 2007 Application Guidelines 5 of 21 Chapter 4 Homebuyer Program Application Forms and Instructions October 2006 he City of Omaha (Exhibit Good Faith Efforts Documentation must be "C" is currently required to be submitted within ten submitted with bid. (10) calendar days following the end of each calendar quarter,from the start of the project). c. Also, prior to award of this contract, all Bidders must submit Exhibit "B" Contractor Employment 2. The Contractor and subcontractors shall permit Data Form with the bid. access to their books, records and accounts by the Human Relations Director or a designated d. The Bidder and any of its subcontractors that have representative for purpose of investigation to been designated by the Bidder as PBE and/or DBE ascertain compliance with these specified ne numbers of in the contract work. In any case, Exhibits"A"and"B" PBE/DBE's that were contracted; must be submitted with the bid. If the information so (2) A description of the information provided to submitted indicates that the City of Omaha goals will PBE/DBE's regarding the plans and not be met, the Bidder shall submit good faith efforts specifications for portions of the work to be documentation with their bid. The evidence must show performed; and to the City of Omaha's satisfaction that the bidder has (3) A detailed statement of the reasons why in good faith made every reasonable effort in the City additional prospective agreements with of Omaha's judgment, to meet such goals. If any 49.0% 1173 $123,864 $157,341 $180,631 46.3% 1243 $127,784 $162,321 $186,347 49.1% 1174 $123,920 $157,412 $180,712 46.3% 1244 $127,840 $162,392 $186,429 49.1% 1175 $123,976 $157,484 $180,794 46.4% 1245 $127,896 $162,463 $186,510 49.1% 1176 $124,032 $157,555 $180,876 46.4% 1246 $127,952 $162,534 $186,592 49.2% 1177 $124,088 $157,626 $180,957 46.4% 1247 $128,008 $162,605 $186,674 49.2% 1178 $124,144 $157,697 $181,039 46.5% 1248 $128,064 $162,676 $186,755 49.3°/ 1179 $124,200 $157,768 $181,121 46.5% 1249 $128,120 $162,748 $186,837 49.3% 1180 $124,256 $157,839 $181,202 46.6% 1250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% Sta STATE OF NEBRASKA CONTRACT AWARD 301t Centennial ail South,1st Floor Lincoln,Nebraska 685055 t OR • ,• PAGE ORDER DATE P.O.Box 94847 Uncoln4 OF 6 •11/17/06 Telephone: Nebraska 71-24 4547 BUSINESS UNIT BUYER 02)47�20891 2401 9000 CONNIE HEINRICHS CONTRACT NUMBER VENDOR NUMBER: 3758834 11808 OC Line Description ty UM Price For Department of Roads Use: Yellow color of: Chevrolet/GMC#WA-253A code(9W3) 15 extra cost paint 20 EA 257.0000 See attached Original/Bid Document 1701 OF, Original Line #30 16 body side moldings, vinyl 20 EA 97.0000 factory installed Original/Bid Document 1701 OF, Original Line #32 17 body side moldings, vinyl 20 EA 197.0000 • dealer installed - Original/Bid Document 1701 OF, Original Line #33 :. r:;; 18 . additional remote fob from mfg 20 EA,- 97.0000 Original/Bid Document 1701 OF, Original Line #35' :. ; , 19 not I-standard gear ratio(s) 20 EA 107.0000 in;:Icate: 4:10 • Original/Bid Document 1701 OF, Original Line.#3e - 20 two wheel drive model 20 EA 1,397.0000- (deduct) Original/Bid Document 1701 OF, Original Line#37 - Deduction for two wheel drive model (to include all season tires) 21 equip/engine sverepair manual ?_0 EA 350.0000 Original/Bid Document 1701 OF, Original Line#38 - 22. equip/en'gine svc:repairmanual _ `;::`...:: .::::: ...2.0: . EA: :.:: 750.0000 :. •on._CD rots :::._..• ._:.. _.. _ _- - Original/Bid.Document 1701 OF, Original Line#39 ... 23 extended warranties 20 EA . 1,805.0000 GMPP Major Guard Original/Bid Document 1701 OF, Original Line#42 • 5 year; 75,000 miles; $0 deductible. 24 two sets of keys per vehicle 20 EA 5.0000- BUYER INITIALS - s : `UM, . .. Price • 1 Half Ton Ext Cab Pickup Truck 20• • EA 21.,730.0000 : . Chevrolet Silverado`.. '.: :,:., := :,'::.:.:. :;_,,:•'-; . _ :: . Original/Bid Document 1701 OF, Original Line# 1 • • 2007 or Current Production 1/2 Ton, Extended Cab, 4 door, 4x4, Pickup Truck • • • f 0 • v -IELADMINISTRA'OR e Clearcoat UD — Oid Clearcoat ": Z7:,',. .. . Ord • • r Vinyl rear bench on XL StlperCab * = New for this model year •=Available 10. Ford Division dards. 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. • 1714 OF 2007 3(Ur Ton Ed Cab 4-door 4x4 Pickup Base Trudc 'Page 6 • • 1714 OF 2007 3 Otr Ton Ext Cab 4-door 4x4 Pickup Base Truck Page 2 • Original/Bid Document 1714 OF, Original Line # 14 10.x.f.1:AM/FM CD stereo-ratE 20 EA 450.0000 Original/Bid Document 1714 OF, Original Line # 15 • 6•171 _ BUYER INITIALS rican Institute of Architects. All rights reserved. WARNING:This AIA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any 5 portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:32:43 on 01/18/2007 under Order No.1000229927_38 which expires on 4/28/2007,and l not for resale. User Notes: , (2247124772) raska Affordable Housing Program 2007 Application Guidelines 5 of 21 Chapter 4 Homebuyer Program Application Forms and Instructions October 2006 he City of Omaha (Exhibit Good Faith Efforts Documentation must be "C" is currently required to be submitted within ten submitted with bid. (10) calendar days following the end of each calendar quarter,from the start of the project). c. Also, prior to award of this contract, all Bidders must submit Exhibit "B" Contractor Employment 2. The Contractor and subcontractors shall permit Data Form with the bid. access to their books, records and accounts by the Human Relations Director or a designated d. The Bidder and any of its subcontractors that have representative for purpose of investigation to been designated by the Bidder as PBE and/or DBE ascertain compliance with these specified ne numbers of in the contract work. In any case, Exhibits"A"and"B" PBE/DBE's that were contracted; must be submitted with the bid. If the information so (2) A description of the information provided to submitted indicates that the City of Omaha goals will PBE/DBE's regarding the plans and not be met, the Bidder shall submit good faith efforts specifications for portions of the work to be documentation with their bid. The evidence must show performed; and to the City of Omaha's satisfaction that the bidder has (3) A detailed statement of the reasons why in good faith made every reasonable effort in the City additional prospective agreements with of Omaha's judgment, to meet such goals. If any 49.0% 1173 $123,864 $157,341 $180,631 46.3% 1243 $127,784 $162,321 $186,347 49.1% 1174 $123,920 $157,412 $180,712 46.3% 1244 $127,840 $162,392 $186,429 49.1% 1175 $123,976 $157,484 $180,794 46.4% 1245 $127,896 $162,463 $186,510 49.1% 1176 $124,032 $157,555 $180,876 46.4% 1246 $127,952 $162,534 $186,592 49.2% 1177 $124,088 $157,626 $180,957 46.4% 1247 $128,008 $162,605 $186,674 49.2% 1178 $124,144 $157,697 $181,039 46.5% 1248 $128,064 $162,676 $186,755 49.3°/ 1179 $124,200 $157,768 $181,121 46.5% 1249 $128,120 $162,748 $186,837 49.3% 1180 $124,256 $157,839 $181,202 46.6% 1250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% STATE OF N E B RAS KA GONTRAE;T AWARD Sta te C ena Mail South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 5 OF 6 11/17/06 Lincoln,Nebraska 68509-4847 Telephone:(402)471-2401 BUSINESS UNIT I BUYER Fax:(402)471-2089 9000 I'• CONNIE HEINRICHS CONTRACT NUMBER VENDOR NUMBER: 3758834 11808 OC t Line Description Qty UM Price • (deduct) Original/Bid Document 1701 OF, Original Line #44 25 drop shipment charge • 20 EA 400.0000 for outside Lincoln Original/Bid Document 1701 OF, Original Line#45 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 Government. • 26 factory disconnect of daylight 20 EA 200.0000 running lights O'ginal/Bid Document 1701 OF, Original Line #46 27 courtesy lamp 20 Ei 1 67.0000 Original/Bid Document 1701 OF, Original Line#48 • Courtesy/courtesy lamp: To be centered not more than approximately 4"to 8"from th. ;op of the windshi„lc .o light the driver's area and controlled by rotating h€:acalamp switch to maximum position or by a seperate switch. This may regdire adding an additional light. Dealer installation is acceptable if not available from the factory. 28 spotlight, dealer installed 20 EA 397.0000 Original/Bid Document 1701 OF, Original Line:#49 29 spotlight mounted on driver's 20 EA 397.0000 side (left doorpost)' Original/Bid Document 1701 OF Original Line#50 Spotlight: Mounted on driver's side°•(left door post). Spotlight shall:be fused in d accor ance 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 is an acceptable substitute. All spotlights for one:rnake.and model of vehic[e must••be the::same:size. Dealer installation is acceptable if not . ; available from the factory. BUYER INITIALS :., := :,'::.:.:. :;_,,:•'-; . _ :: . Original/Bid Document 1701 OF, Original Line# 1 • • 2007 or Current Production 1/2 Ton, Extended Cab, 4 door, 4x4, Pickup Truck • • • f 0 • v -IELADMINISTRA'OR e Clearcoat UD — Oid Clearcoat ": Z7:,',. .. . Ord • • r Vinyl rear bench on XL StlperCab * = New for this model year •=Available 10. Ford Division dards. 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. • 1714 OF 2007 3(Ur Ton Ed Cab 4-door 4x4 Pickup Base Trudc 'Page 6 • • 1714 OF 2007 3 Otr Ton Ext Cab 4-door 4x4 Pickup Base Truck Page 2 • Original/Bid Document 1714 OF, Original Line # 14 10.x.f.1:AM/FM CD stereo-ratE 20 EA 450.0000 Original/Bid Document 1714 OF, Original Line # 15 • 6•171 _ BUYER INITIALS rican Institute of Architects. All rights reserved. WARNING:This AIA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any 5 portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:32:43 on 01/18/2007 under Order No.1000229927_38 which expires on 4/28/2007,and l not for resale. User Notes: , (2247124772) raska Affordable Housing Program 2007 Application Guidelines 5 of 21 Chapter 4 Homebuyer Program Application Forms and Instructions October 2006 he City of Omaha (Exhibit Good Faith Efforts Documentation must be "C" is currently required to be submitted within ten submitted with bid. (10) calendar days following the end of each calendar quarter,from the start of the project). c. Also, prior to award of this contract, all Bidders must submit Exhibit "B" Contractor Employment 2. The Contractor and subcontractors shall permit Data Form with the bid. access to their books, records and accounts by the Human Relations Director or a designated d. The Bidder and any of its subcontractors that have representative for purpose of investigation to been designated by the Bidder as PBE and/or DBE ascertain compliance with these specified ne numbers of in the contract work. In any case, Exhibits"A"and"B" PBE/DBE's that were contracted; must be submitted with the bid. If the information so (2) A description of the information provided to submitted indicates that the City of Omaha goals will PBE/DBE's regarding the plans and not be met, the Bidder shall submit good faith efforts specifications for portions of the work to be documentation with their bid. The evidence must show performed; and to the City of Omaha's satisfaction that the bidder has (3) A detailed statement of the reasons why in good faith made every reasonable effort in the City additional prospective agreements with of Omaha's judgment, to meet such goals. If any 49.0% 1173 $123,864 $157,341 $180,631 46.3% 1243 $127,784 $162,321 $186,347 49.1% 1174 $123,920 $157,412 $180,712 46.3% 1244 $127,840 $162,392 $186,429 49.1% 1175 $123,976 $157,484 $180,794 46.4% 1245 $127,896 $162,463 $186,510 49.1% 1176 $124,032 $157,555 $180,876 46.4% 1246 $127,952 $162,534 $186,592 49.2% 1177 $124,088 $157,626 $180,957 46.4% 1247 $128,008 $162,605 $186,674 49.2% 1178 $124,144 $157,697 $181,039 46.5% 1248 $128,064 $162,676 $186,755 49.3°/ 1179 $124,200 $157,768 $181,121 46.5% 1249 $128,120 $162,748 $186,837 49.3% 1180 $124,256 $157,839 $181,202 46.6% 1250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% • 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 wit:-ite for all information relevant to this solicitation to include addenda and/or amendments issued prior to the opening date. Wehsite address: ttttp://www'la_state.ne.us/materlel/purchastnq/purchasine.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.Failurr to comply with these provisions may result in the rejection of the bid. FACSIMILE DOCUMENTS-The State Purchasing Bureau wilt only accept facsimile responses to Invitations to Bid on bids under$25,000 and up to ten(10)pages. However,two party sealed bids containing facsimile pages are acceptable. No direct facsimile solicitation responses will be accepted for a commodity contract VALID BID TIME-Bids shall be firm for a minimum of sixty(60)calendar days after the opening date,unless otherwise stipulated by either party in the Invitation to Bid. DISCOUNTS-Prices quoted shall be inclusive of ALL trade discounts.Cash discount terms of less than thirty(30)days will not be considered as part of the bid.Cash discount periods wit be computed from the date of receipt of a properly executed claim voucher or the dale 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 •I 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 wit 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 arid 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 or the bid,unless otherwise specified..Each sample must be laheted clearly and identify the bidders name,the Invitation to Bid number and the item number.Samples submitted muea;,5e representativ:of the commodities or equipment which would be delivered if awarded the bid.The State of Nebraska reserves:the right to request samples e'en though this may not have been set forth In tie invitation to Bid.Samples not destroyed in testing will be returned at bidders expense,if requested,'orwilt be donated to a public institution. R :CYCLING-Preference will be given to items which are manufactured or produced from recycled material or which canbe readily reused or recycled after their normal use as per State Statute Section 81-15,159. • • , LATE BIDS-All bids will be time and date stamped upon receipt by the State Purchasing Bureau,and this shall be the official lima&bnd date of receipt.Bids received after the• n'of the bid opening will be considered late bids and will be returned to the bidder unopened.The State Purchasing Bu.rau is not responsible for late bids or:est 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 files may be examined during normal working hours by appointment. Bid tabulations are available on the website at: htto://www,das.state.ne.us/materiel/ourchasine/bidtabs.htm PERFORMANCE AND DEFAULT-The State reserves the right to require a performance bond from the successful bidder,as provided by law,without expense to the State.Otherwise,in case of default of the contractor,the State may procure the articles from other sources and hold the contractor responsible for any excess cost occasioned thereby. IN-STATE PREFERENCE-A resident bidder shall be allowed a preference against a nonresident from a state which gives or requires a preference to bidders from that • state.The preference shall be equal to the preference given or required by the state of the nonresident bidders.Where the lowest responsible bid from a resident bidder is equal in all respects to one from a nonresident bidder from a state which has no preference law,the resident bidder shall be awarded the contract. NONDISCRIMINATION-The Nebraska Fair Employment Practice Act prohibits contractors of the State of Nebraska,and their subcontractors,from ctscriminating • against any employee or applicant for employment,to be employed in the performance of such contracts,with respect to hire,tenure,terms,conditions or privileges of employment because of race,color,religion,sex,disability,or national origin.(State Statute Sections 48-1101 through 48-1125)The bidder guarantees compliance with the Nebraska Fair Employment Practice Act,and breach of this provision shall be regarded as a material breach of contract.The contractor shall insert a similar provision in all subcontracts for services to be covered by any contract resulting from this Invitation to Bid. TAXES-Purchases made by the State of Nebraska are exempt from the payment of Federal Excise Taxes,and exemption certificates will be furnished on request. State and local taxes are exempt by State Statute Section 77-2704(I)(m)R.RS.1943 and must not be included-in the bid prices.Exemption by statute precludes the fumishing 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:Mvea.nitc.state.ne.us/stanclards/accessibility/ Revised: 02/2004 6 OF 6 STANDARDS-Vendor agrees to ensure compliance with Nebraska Access Technology Standards. See website at: http/www.nitc.state.ne.ts/standards/accessibility/ • • Revised: 02/2004 6 OF 6 • • 2007 or Current Production Year - 1/2 Ton, Extended Cab, 4-Door, 4x4 Pickup Truck • WARNING! DO NOT BID BASE TRUCK with 1WT, XL, ST PACKAGE ON THIS SHEET! ; OPTIONS BID LIST • 4 ' 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 En ine other as t$ ` t ea t .—�'.'"'^"!€L'41n+%_ Engine e � � >u Err sn� other diese •� 5 yy� F +�L�F� gt 6 From Automatic to Manual Four-Speed Transmission (deduct) 7 40-20-40 of 60-40 Bench seat W/lumbar support(deduct) .) f rd-Bucket type seats-Vinyl covering � 9 Bucket type seats- Cloth w/vinyl trim 10 2 electric remote controlled outside mirrors, swin awa e 6"} 9 deduct • .. .,:,} 11 Deduction for no power electric windows (deduct) t' ,. ..:'W 12 Deduction for no power electric door locks (deduct) y _1 13 AM/FM Stereo Radio(deduct) 1, giV 14 Nb Radio (deduct) s �F F1+�i t{S u 15 Electronic compass/temp display f ' .,ir y 16 Factoryor dealer installed engine block heater(gasengine) s Factory or dealer installed en ine block heater(diesel engine) ; 17Std'' � crer y o 18 Heavy duty alternator, optional, minimum 120 amp alternator r x :Bt.�,ey�(de st_ to� v y . < n..a.. ..... v o-...,L.. t...-."^ .l r..... .E '.f:' f✓a. .a:�l''T ..;" !k ...�� t t Y3 19 Heavy duty battery o �$ p bona Bidder t i '."� 20 Deduct for no sliding rear-vision window deduct 1701 OF 2007 Half Ton Extended Cab 4 door 4x4 Pickup Truck Page 1 Original/Bid Document 1701 OF, Original Line# 1 • • 2007 or Current Production 1/2 Ton, Extended Cab, 4 door, 4x4, Pickup Truck • • • f 0 • v -IELADMINISTRA'OR e Clearcoat UD — Oid Clearcoat ": Z7:,',. .. . Ord • • r Vinyl rear bench on XL StlperCab * = New for this model year •=Available 10. Ford Division dards. 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. • 1714 OF 2007 3(Ur Ton Ed Cab 4-door 4x4 Pickup Base Trudc 'Page 6 • • 1714 OF 2007 3 Otr Ton Ext Cab 4-door 4x4 Pickup Base Truck Page 2 • Original/Bid Document 1714 OF, Original Line # 14 10.x.f.1:AM/FM CD stereo-ratE 20 EA 450.0000 Original/Bid Document 1714 OF, Original Line # 15 • 6•171 _ BUYER INITIALS rican Institute of Architects. All rights reserved. WARNING:This AIA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any 5 portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:32:43 on 01/18/2007 under Order No.1000229927_38 which expires on 4/28/2007,and l not for resale. User Notes: , (2247124772) raska Affordable Housing Program 2007 Application Guidelines 5 of 21 Chapter 4 Homebuyer Program Application Forms and Instructions October 2006 he City of Omaha (Exhibit Good Faith Efforts Documentation must be "C" is currently required to be submitted within ten submitted with bid. (10) calendar days following the end of each calendar quarter,from the start of the project). c. Also, prior to award of this contract, all Bidders must submit Exhibit "B" Contractor Employment 2. The Contractor and subcontractors shall permit Data Form with the bid. access to their books, records and accounts by the Human Relations Director or a designated d. The Bidder and any of its subcontractors that have representative for purpose of investigation to been designated by the Bidder as PBE and/or DBE ascertain compliance with these specified ne numbers of in the contract work. In any case, Exhibits"A"and"B" PBE/DBE's that were contracted; must be submitted with the bid. If the information so (2) A description of the information provided to submitted indicates that the City of Omaha goals will PBE/DBE's regarding the plans and not be met, the Bidder shall submit good faith efforts specifications for portions of the work to be documentation with their bid. The evidence must show performed; and to the City of Omaha's satisfaction that the bidder has (3) A detailed statement of the reasons why in good faith made every reasonable effort in the City additional prospective agreements with of Omaha's judgment, to meet such goals. If any 49.0% 1173 $123,864 $157,341 $180,631 46.3% 1243 $127,784 $162,321 $186,347 49.1% 1174 $123,920 $157,412 $180,712 46.3% 1244 $127,840 $162,392 $186,429 49.1% 1175 $123,976 $157,484 $180,794 46.4% 1245 $127,896 $162,463 $186,510 49.1% 1176 $124,032 $157,555 $180,876 46.4% 1246 $127,952 $162,534 $186,592 49.2% 1177 $124,088 $157,626 $180,957 46.4% 1247 $128,008 $162,605 $186,674 49.2% 1178 $124,144 $157,697 $181,039 46.5% 1248 $128,064 $162,676 $186,755 49.3°/ 1179 $124,200 $157,768 $181,121 46.5% 1249 $128,120 $162,748 $186,837 49.3% 1180 $124,256 $157,839 $181,202 46.6% 1250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% 1 • 2007 or Current Production Year 1/2 Ton, Extended Cab, 4-Door, 4x4 Pickup Truck • WARNING! DO NOT BID BASE TRUCK with 1WT, XL, ST PACKAGE ON THIS SHEET! Unit Price 21 Air bag, Dual (if not standard) 22 Cloth covered seats with carpeted floor • 3.gt% 'AMA 23 Second Power Outlet • Increased pickup box length of approximately 8 feet with corresponding 24 wheelbase. Vaittiti00.3476041:WatMAVIM$5:2W2;: .?:. -:Melngrl'inZ;:gi2AVIMAPAVirkflg:NMA 25 Trailer towing package (deduct) 26 Cargo light CZ: 27 Tube of touch-up paint to match vehicle a •,,iVilTW4i:•;- ,4?. 28 Standard Paint-Attach List and Identify as No Additional Cost Paints 119i4 - 29 For Department of Roads Use:Yellow color of: Dodge#PY5269, Ford#84S53, Chevrolet/GMC#WA-253A codel9W_B P-3T) Extra Cost Paint-Attach List and Identify as Extra Cost Paints $e& - 31 Anti-lock Braking System (AE,S) (deduct) ._ X-SnWi,VitirArP 32 Factory installed body side molds of prote:;Aive vinyl. 33 Dealer installed body side moldings efrdtectiVe vinyl 34 Keyless remote entry locking system (if rot.stAndard) (deduct) iSfiNP;',0,EzI4it,14114 35 Additional remote fob from manufacturer 36 Non-standard gear ratio(s). , z, 37 Deduction for two wheel drive model include all season tires) (deduct) (44',;',401.7e.:,_4 :tn7t1 38 Equipment&engine service repair manix . 39 Equipment& engine service repair manual on CD ROM *Oa- -,IMPAPM 40 Equipment&engine parts manual 't§,g44optgs,:sq: 41 Equipment &engine parts on CD ROM :',..'.:'14tirn64;q460A7.1 -- 42 Extended warranties Pleases ecify) r,;,W Discount for Electronic Fund Transfer plyment within 10 days after receipt of 43 vehicle. Indicate percentage of discount that will be allowed. • 44 Deduction for delivery with only two (2) sets of keys per vehicle ;f e. Additional costs of charges for vehicle drop shipment outside the Lincoln area. 45 Drop shipment charges would be for vehicles bought by political entities and other Divisions of Government • 1701 OF 2007 Half Ton Extended Cab 4 door 4x4 Pickup Truck Page 2 t 1701 OF 2007 Half Ton Extended Cab 4 door 4x4 Pickup Truck Page 1 Original/Bid Document 1701 OF, Original Line# 1 • • 2007 or Current Production 1/2 Ton, Extended Cab, 4 door, 4x4, Pickup Truck • • • f 0 • v -IELADMINISTRA'OR e Clearcoat UD — Oid Clearcoat ": Z7:,',. .. . Ord • • r Vinyl rear bench on XL StlperCab * = New for this model year •=Available 10. Ford Division dards. 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. • 1714 OF 2007 3(Ur Ton Ed Cab 4-door 4x4 Pickup Base Trudc 'Page 6 • • 1714 OF 2007 3 Otr Ton Ext Cab 4-door 4x4 Pickup Base Truck Page 2 • Original/Bid Document 1714 OF, Original Line # 14 10.x.f.1:AM/FM CD stereo-ratE 20 EA 450.0000 Original/Bid Document 1714 OF, Original Line # 15 • 6•171 _ BUYER INITIALS rican Institute of Architects. All rights reserved. WARNING:This AIA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any 5 portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:32:43 on 01/18/2007 under Order No.1000229927_38 which expires on 4/28/2007,and l not for resale. User Notes: , (2247124772) raska Affordable Housing Program 2007 Application Guidelines 5 of 21 Chapter 4 Homebuyer Program Application Forms and Instructions October 2006 he City of Omaha (Exhibit Good Faith Efforts Documentation must be "C" is currently required to be submitted within ten submitted with bid. (10) calendar days following the end of each calendar quarter,from the start of the project). c. Also, prior to award of this contract, all Bidders must submit Exhibit "B" Contractor Employment 2. The Contractor and subcontractors shall permit Data Form with the bid. access to their books, records and accounts by the Human Relations Director or a designated d. The Bidder and any of its subcontractors that have representative for purpose of investigation to been designated by the Bidder as PBE and/or DBE ascertain compliance with these specified ne numbers of in the contract work. In any case, Exhibits"A"and"B" PBE/DBE's that were contracted; must be submitted with the bid. If the information so (2) A description of the information provided to submitted indicates that the City of Omaha goals will PBE/DBE's regarding the plans and not be met, the Bidder shall submit good faith efforts specifications for portions of the work to be documentation with their bid. The evidence must show performed; and to the City of Omaha's satisfaction that the bidder has (3) A detailed statement of the reasons why in good faith made every reasonable effort in the City additional prospective agreements with of Omaha's judgment, to meet such goals. If any 49.0% 1173 $123,864 $157,341 $180,631 46.3% 1243 $127,784 $162,321 $186,347 49.1% 1174 $123,920 $157,412 $180,712 46.3% 1244 $127,840 $162,392 $186,429 49.1% 1175 $123,976 $157,484 $180,794 46.4% 1245 $127,896 $162,463 $186,510 49.1% 1176 $124,032 $157,555 $180,876 46.4% 1246 $127,952 $162,534 $186,592 49.2% 1177 $124,088 $157,626 $180,957 46.4% 1247 $128,008 $162,605 $186,674 49.2% 1178 $124,144 $157,697 $181,039 46.5% 1248 $128,064 $162,676 $186,755 49.3°/ 1179 $124,200 $157,768 $181,121 46.5% 1249 $128,120 $162,748 $186,837 49.3% 1180 $124,256 $157,839 $181,202 46.6% 1250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% • , - 1.4107 or Current Production Year - 1/2 Toni:Extended Cab, 4-Door, 4x4 Pickup Truck • WARNING! DO NOT BID BASE TRUCK • with IWi, XL, ST PACKAGE ON THIS SHEET! LAW ENFORCEMENT ONLY Unit Price 46 Factory disconnect of daylight running lights 102:0 47 Factory disconnect of factory dome light or courtesy lamps taligtkiat c` Courtesy/courtesy lamp: To be centered not more than approximately 4"to 8" From the top of the windshield to light the driver's area and controlled by 48 rotating headlamp switch to maximum position or by a separate switch. This may require adding an additional light Dealer installation is acceptable if not _ available from the factory. 49 Dealer installed spotlight 07E1 Spotlight Mounted on driver's side (left door post). Spotlight shall be fused in rriegT:1-;z711:44-Mge$ accordance with manufacturers specifications. Unity#250 (or equal) 5-inch ki,...5t,gfWv_twAigm:,-,44 50 diameter spotlight with halogen lamp is preferred. Unity#225 (or equal)6-inch Aiiig-I;33147:4**4 diameter spotlight with halogen lamp is an acceptable substitute.All spotlights for one make and model of vehicle must be the sable size. Dealer installation is i•ffilUv7:44.1')-AnOsAA--: 4;w'', acceptable if not available from the factory. ALL EXCEPTIONS TO OPTIONS MUST BE CLEARLY INDICATED. . (Example: Units ordered with airbags may not bo vanable with a tilt I; wheel and automatic speed 6ontrol)., • • 1701 OF 2007 HO Ton Extended Cab 4 door 4x4 Pickup Truck Page 3 't§,g44optgs,:sq: 41 Equipment &engine parts on CD ROM :',..'.:'14tirn64;q460A7.1 -- 42 Extended warranties Pleases ecify) r,;,W Discount for Electronic Fund Transfer plyment within 10 days after receipt of 43 vehicle. Indicate percentage of discount that will be allowed. • 44 Deduction for delivery with only two (2) sets of keys per vehicle ;f e. Additional costs of charges for vehicle drop shipment outside the Lincoln area. 45 Drop shipment charges would be for vehicles bought by political entities and other Divisions of Government • 1701 OF 2007 Half Ton Extended Cab 4 door 4x4 Pickup Truck Page 2 t 1701 OF 2007 Half Ton Extended Cab 4 door 4x4 Pickup Truck Page 1 Original/Bid Document 1701 OF, Original Line# 1 • • 2007 or Current Production 1/2 Ton, Extended Cab, 4 door, 4x4, Pickup Truck • • • f 0 • v -IELADMINISTRA'OR e Clearcoat UD — Oid Clearcoat ": Z7:,',. .. . Ord • • r Vinyl rear bench on XL StlperCab * = New for this model year •=Available 10. Ford Division dards. 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. • 1714 OF 2007 3(Ur Ton Ed Cab 4-door 4x4 Pickup Base Trudc 'Page 6 • • 1714 OF 2007 3 Otr Ton Ext Cab 4-door 4x4 Pickup Base Truck Page 2 • Original/Bid Document 1714 OF, Original Line # 14 10.x.f.1:AM/FM CD stereo-ratE 20 EA 450.0000 Original/Bid Document 1714 OF, Original Line # 15 • 6•171 _ BUYER INITIALS rican Institute of Architects. All rights reserved. WARNING:This AIA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any 5 portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:32:43 on 01/18/2007 under Order No.1000229927_38 which expires on 4/28/2007,and l not for resale. User Notes: , (2247124772) raska Affordable Housing Program 2007 Application Guidelines 5 of 21 Chapter 4 Homebuyer Program Application Forms and Instructions October 2006 he City of Omaha (Exhibit Good Faith Efforts Documentation must be "C" is currently required to be submitted within ten submitted with bid. (10) calendar days following the end of each calendar quarter,from the start of the project). c. Also, prior to award of this contract, all Bidders must submit Exhibit "B" Contractor Employment 2. The Contractor and subcontractors shall permit Data Form with the bid. access to their books, records and accounts by the Human Relations Director or a designated d. The Bidder and any of its subcontractors that have representative for purpose of investigation to been designated by the Bidder as PBE and/or DBE ascertain compliance with these specified ne numbers of in the contract work. In any case, Exhibits"A"and"B" PBE/DBE's that were contracted; must be submitted with the bid. If the information so (2) A description of the information provided to submitted indicates that the City of Omaha goals will PBE/DBE's regarding the plans and not be met, the Bidder shall submit good faith efforts specifications for portions of the work to be documentation with their bid. The evidence must show performed; and to the City of Omaha's satisfaction that the bidder has (3) A detailed statement of the reasons why in good faith made every reasonable effort in the City additional prospective agreements with of Omaha's judgment, to meet such goals. If any 49.0% 1173 $123,864 $157,341 $180,631 46.3% 1243 $127,784 $162,321 $186,347 49.1% 1174 $123,920 $157,412 $180,712 46.3% 1244 $127,840 $162,392 $186,429 49.1% 1175 $123,976 $157,484 $180,794 46.4% 1245 $127,896 $162,463 $186,510 49.1% 1176 $124,032 $157,555 $180,876 46.4% 1246 $127,952 $162,534 $186,592 49.2% 1177 $124,088 $157,626 $180,957 46.4% 1247 $128,008 $162,605 $186,674 49.2% 1178 $124,144 $157,697 $181,039 46.5% 1248 $128,064 $162,676 $186,755 49.3°/ 1179 $124,200 $157,768 $181,121 46.5% 1249 $128,120 $162,748 $186,837 49.3% 1180 $124,256 $157,839 $181,202 46.6% 1250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% jr 2007 or Current Production Year 1/2 Ton, •Extended Cab,4-Door,`4x4 Pickup Truck ill , STATE OF NEBRASKA PURCHASING BUREAU ;? SCHEDULE OF EVENTS SCHEDULE OF EVENTS The State expects to adhere to the tentative procurement schedule shown below. It should be noted, however, that some dates are approximate and subject to change. ACTIVITY DATE/TIME 1 Release Invitation to Bid October 13, 2006 2 Last Day to Submit Written Questions October 23, 2006 3 State Responds to Written Questions Through an Addendum to be posted to the intemet at October 24, 2006 htto://www.das.state.ne.usimateriel/purchasinaiitb.htm 4 Bid Opening Location: Nebraska St ;'e Office Building October 31, 2006 State Pu chas;ng Bureau - 2:00 p.m. 301 Centennial Mall Sc"y; , Mall Level f Central Time Lincoln, NE 68508 ` WRITTEN QUESTIONS AND ANSWERS Any explanation desired by a bidder regarding the meaning or interpretation of any Invitation to Bid provision must be submitted in writing to the State Purchasing Bureau and clearly marked "ITB Number 1701 OF; Questions". It is preferred that questions be sent via e-mail to matourcanotes.state.ne.us. Questions may also be sent by facimile to 402-471-2089, but must include a cover sheet clearly indicating that the transmission is to the attention of Connie Heinrichs, showing the total number of pages transmitted,.and clearly marked "ITB Number 1701 OF; Questions". Written answers will be provided through an addendum to be posted on the Internet at http://www.das.state.ne.us/materiel/purchasing/itb.htm on or before the date shown in -the Schedule of Events. WARNINGII DO NOT BID BASE TRUCK ON THIS SHEET!! = 1701 OF 2007 Hatf Ton Extended Cab 4-Door,4x4 Pickup Truck Page 4 for delivery with only two (2) sets of keys per vehicle ;f e. Additional costs of charges for vehicle drop shipment outside the Lincoln area. 45 Drop shipment charges would be for vehicles bought by political entities and other Divisions of Government • 1701 OF 2007 Half Ton Extended Cab 4 door 4x4 Pickup Truck Page 2 t 1701 OF 2007 Half Ton Extended Cab 4 door 4x4 Pickup Truck Page 1 Original/Bid Document 1701 OF, Original Line# 1 • • 2007 or Current Production 1/2 Ton, Extended Cab, 4 door, 4x4, Pickup Truck • • • f 0 • v -IELADMINISTRA'OR e Clearcoat UD — Oid Clearcoat ": Z7:,',. .. . Ord • • r Vinyl rear bench on XL StlperCab * = New for this model year •=Available 10. Ford Division dards. 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. • 1714 OF 2007 3(Ur Ton Ed Cab 4-door 4x4 Pickup Base Trudc 'Page 6 • • 1714 OF 2007 3 Otr Ton Ext Cab 4-door 4x4 Pickup Base Truck Page 2 • Original/Bid Document 1714 OF, Original Line # 14 10.x.f.1:AM/FM CD stereo-ratE 20 EA 450.0000 Original/Bid Document 1714 OF, Original Line # 15 • 6•171 _ BUYER INITIALS rican Institute of Architects. All rights reserved. WARNING:This AIA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any 5 portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:32:43 on 01/18/2007 under Order No.1000229927_38 which expires on 4/28/2007,and l not for resale. User Notes: , (2247124772) raska Affordable Housing Program 2007 Application Guidelines 5 of 21 Chapter 4 Homebuyer Program Application Forms and Instructions October 2006 he City of Omaha (Exhibit Good Faith Efforts Documentation must be "C" is currently required to be submitted within ten submitted with bid. (10) calendar days following the end of each calendar quarter,from the start of the project). c. Also, prior to award of this contract, all Bidders must submit Exhibit "B" Contractor Employment 2. The Contractor and subcontractors shall permit Data Form with the bid. access to their books, records and accounts by the Human Relations Director or a designated d. The Bidder and any of its subcontractors that have representative for purpose of investigation to been designated by the Bidder as PBE and/or DBE ascertain compliance with these specified ne numbers of in the contract work. In any case, Exhibits"A"and"B" PBE/DBE's that were contracted; must be submitted with the bid. If the information so (2) A description of the information provided to submitted indicates that the City of Omaha goals will PBE/DBE's regarding the plans and not be met, the Bidder shall submit good faith efforts specifications for portions of the work to be documentation with their bid. The evidence must show performed; and to the City of Omaha's satisfaction that the bidder has (3) A detailed statement of the reasons why in good faith made every reasonable effort in the City additional prospective agreements with of Omaha's judgment, to meet such goals. If any 49.0% 1173 $123,864 $157,341 $180,631 46.3% 1243 $127,784 $162,321 $186,347 49.1% 1174 $123,920 $157,412 $180,712 46.3% 1244 $127,840 $162,392 $186,429 49.1% 1175 $123,976 $157,484 $180,794 46.4% 1245 $127,896 $162,463 $186,510 49.1% 1176 $124,032 $157,555 $180,876 46.4% 1246 $127,952 $162,534 $186,592 49.2% 1177 $124,088 $157,626 $180,957 46.4% 1247 $128,008 $162,605 $186,674 49.2% 1178 $124,144 $157,697 $181,039 46.5% 1248 $128,064 $162,676 $186,755 49.3°/ 1179 $124,200 $157,768 $181,121 46.5% 1249 $128,120 $162,748 $186,837 49.3% 1180 $124,256 $157,839 $181,202 46.6% 1250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% 2007 or Current Production Year 1/2 Ton, Extended Cab,4-Door,4x4 Pickup Truck (I STATE OF NEBRASKA PURCHASING BUREAU STANDARD TERMS and CONDITIONS These contract conditions are applicable to bid specifications for 2007 or Current Production Year model Compact and Intermediate Vehicles. Compact, 1/2,3/4 and 1 Ton Pick-Ups. Seven Passenger and One-Ton Passenger Vans. Cargo and Utility Vans. Police Cruisers and Special Service Vehicles. Sport Utility Vehicles. 1. All bidder 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 5% of the lowest bass 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, includingthe vehi cles purchased by Political Subdivisions of the State of Nebraska. A. Cars-200 each B. Vans- 100 each C. Pick-Ups, Trucks 200 each D. Police Cruisers, Special Service Vehicles-200 each E. Sport Utility Vehicles—30 each An estimated 730 vehicles may be purchased from the State of Nebraska contracts for the 2007- 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. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 5 v -IELADMINISTRA'OR e Clearcoat UD — Oid Clearcoat ": Z7:,',. .. . Ord • • r Vinyl rear bench on XL StlperCab * = New for this model year •=Available 10. Ford Division dards. 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. • 1714 OF 2007 3(Ur Ton Ed Cab 4-door 4x4 Pickup Base Trudc 'Page 6 • • 1714 OF 2007 3 Otr Ton Ext Cab 4-door 4x4 Pickup Base Truck Page 2 • Original/Bid Document 1714 OF, Original Line # 14 10.x.f.1:AM/FM CD stereo-ratE 20 EA 450.0000 Original/Bid Document 1714 OF, Original Line # 15 • 6•171 _ BUYER INITIALS rican Institute of Architects. All rights reserved. WARNING:This AIA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any 5 portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:32:43 on 01/18/2007 under Order No.1000229927_38 which expires on 4/28/2007,and l not for resale. User Notes: , (2247124772) raska Affordable Housing Program 2007 Application Guidelines 5 of 21 Chapter 4 Homebuyer Program Application Forms and Instructions October 2006 he City of Omaha (Exhibit Good Faith Efforts Documentation must be "C" is currently required to be submitted within ten submitted with bid. (10) calendar days following the end of each calendar quarter,from the start of the project). c. Also, prior to award of this contract, all Bidders must submit Exhibit "B" Contractor Employment 2. The Contractor and subcontractors shall permit Data Form with the bid. access to their books, records and accounts by the Human Relations Director or a designated d. The Bidder and any of its subcontractors that have representative for purpose of investigation to been designated by the Bidder as PBE and/or DBE ascertain compliance with these specified ne numbers of in the contract work. In any case, Exhibits"A"and"B" PBE/DBE's that were contracted; must be submitted with the bid. If the information so (2) A description of the information provided to submitted indicates that the City of Omaha goals will PBE/DBE's regarding the plans and not be met, the Bidder shall submit good faith efforts specifications for portions of the work to be documentation with their bid. The evidence must show performed; and to the City of Omaha's satisfaction that the bidder has (3) A detailed statement of the reasons why in good faith made every reasonable effort in the City additional prospective agreements with of Omaha's judgment, to meet such goals. If any 49.0% 1173 $123,864 $157,341 $180,631 46.3% 1243 $127,784 $162,321 $186,347 49.1% 1174 $123,920 $157,412 $180,712 46.3% 1244 $127,840 $162,392 $186,429 49.1% 1175 $123,976 $157,484 $180,794 46.4% 1245 $127,896 $162,463 $186,510 49.1% 1176 $124,032 $157,555 $180,876 46.4% 1246 $127,952 $162,534 $186,592 49.2% 1177 $124,088 $157,626 $180,957 46.4% 1247 $128,008 $162,605 $186,674 49.2% 1178 $124,144 $157,697 $181,039 46.5% 1248 $128,064 $162,676 $186,755 49.3°/ 1179 $124,200 $157,768 $181,121 46.5% 1249 $128,120 $162,748 $186,837 49.3% 1180 $124,256 $157,839 $181,202 46.6% 1250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% 2007 or Current Production Year 112 Ton, Extended Cab,4-Door,4x4 Pickup Truck STATE OF NEBRASKA PURCHASING Bt`'REAU • STANDARD TERMS and CONDITIONS 6. Contractors are to supply information regarding contract usage by State Agencies, Boards, and Commissions including Political Subdivisions of the State of Nebraska. Information must include the following:Agency or Political Subdivisions etc., units purchased and dollar amount. Information must be provided to State Purchasing Bureau by no later than sixty(60)days after the build out date. 7. 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 units ordering, shipping and, billing location,contact name and phone number, and related information. V 9. Contractor is to provide manufacturer's order number to the purchasing agency or political subdivision within ftve(5)business days after the purchase order is received. •• • • WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! (, 1701 OF 2007 Hatf Ton Extended Cab 4-Door,4x4 Pickup Truck V Page 6 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, includingthe vehi cles purchased by Political Subdivisions of the State of Nebraska. A. Cars-200 each B. Vans- 100 each C. Pick-Ups, Trucks 200 each D. Police Cruisers, Special Service Vehicles-200 each E. Sport Utility Vehicles—30 each An estimated 730 vehicles may be purchased from the State of Nebraska contracts for the 2007- 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. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 5 v -IELADMINISTRA'OR e Clearcoat UD — Oid Clearcoat ": Z7:,',. .. . Ord • • r Vinyl rear bench on XL StlperCab * = New for this model year •=Available 10. Ford Division dards. 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. • 1714 OF 2007 3(Ur Ton Ed Cab 4-door 4x4 Pickup Base Trudc 'Page 6 • • 1714 OF 2007 3 Otr Ton Ext Cab 4-door 4x4 Pickup Base Truck Page 2 • Original/Bid Document 1714 OF, Original Line # 14 10.x.f.1:AM/FM CD stereo-ratE 20 EA 450.0000 Original/Bid Document 1714 OF, Original Line # 15 • 6•171 _ BUYER INITIALS rican Institute of Architects. All rights reserved. WARNING:This AIA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any 5 portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:32:43 on 01/18/2007 under Order No.1000229927_38 which expires on 4/28/2007,and l not for resale. User Notes: , (2247124772) raska Affordable Housing Program 2007 Application Guidelines 5 of 21 Chapter 4 Homebuyer Program Application Forms and Instructions October 2006 he City of Omaha (Exhibit Good Faith Efforts Documentation must be "C" is currently required to be submitted within ten submitted with bid. (10) calendar days following the end of each calendar quarter,from the start of the project). c. Also, prior to award of this contract, all Bidders must submit Exhibit "B" Contractor Employment 2. The Contractor and subcontractors shall permit Data Form with the bid. access to their books, records and accounts by the Human Relations Director or a designated d. The Bidder and any of its subcontractors that have representative for purpose of investigation to been designated by the Bidder as PBE and/or DBE ascertain compliance with these specified ne numbers of in the contract work. In any case, Exhibits"A"and"B" PBE/DBE's that were contracted; must be submitted with the bid. If the information so (2) A description of the information provided to submitted indicates that the City of Omaha goals will PBE/DBE's regarding the plans and not be met, the Bidder shall submit good faith efforts specifications for portions of the work to be documentation with their bid. The evidence must show performed; and to the City of Omaha's satisfaction that the bidder has (3) A detailed statement of the reasons why in good faith made every reasonable effort in the City additional prospective agreements with of Omaha's judgment, to meet such goals. If any 49.0% 1173 $123,864 $157,341 $180,631 46.3% 1243 $127,784 $162,321 $186,347 49.1% 1174 $123,920 $157,412 $180,712 46.3% 1244 $127,840 $162,392 $186,429 49.1% 1175 $123,976 $157,484 $180,794 46.4% 1245 $127,896 $162,463 $186,510 49.1% 1176 $124,032 $157,555 $180,876 46.4% 1246 $127,952 $162,534 $186,592 49.2% 1177 $124,088 $157,626 $180,957 46.4% 1247 $128,008 $162,605 $186,674 49.2% 1178 $124,144 $157,697 $181,039 46.5% 1248 $128,064 $162,676 $186,755 49.3°/ 1179 $124,200 $157,768 $181,121 46.5% 1249 $128,120 $162,748 $186,837 49.3% 1180 $124,256 $157,839 $181,202 46.6% 1250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% • 2007 or Current Production Year 1/2 Ton, Extended Cab, 4-Door,-4x4 Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS The trucks, complete with enclosed cabs,furnished under this specification shall be the latest model standard production units,offered to the general trade, equal in every respect to the construction and performance characteristics shown in the manufacturer's specifications and descriptive literature for this type of vehicle as manufactured and advertised for delivery in the continental United States and including ail equipment normally offered and installed at the factory. "Stripped"truck versions are specifically excluded. Engine bores; main bearings,connecting rod bearings and wrist pins shall not exceed the snanufacturer's establisi,ed size tolerances. All trucks offered must meet or exceed the following minimum specifications. It is intended the nianufacturer will build the truck 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 MOvELS All models with LT, XLT, or SLT package trucks that meet or exceed these specifications may be bid on this invitation. DELIVERY Between 9:00 AM and 3:00 PM,daily except Saturday,Sunday and holidays,AFTER SERVICING AND READY TO DRiVE,with not less than five gallons of gasoline.Deliveries desired prior to 120 days after receipt of order;quoted deliveries-beyond 120 days are an award consideration. All deliveries shall be scheduled with agency representative. The trucks shall not have over 200 miles on the odometer at the time it is officially accepted.Vehicles will not be accepted if all paper work is not with the vehicle at time of delivery.Dealer still owns the vehicles until buyers sign all required paper work. FACTORY INSTALLATION: If manufacturer has requirements available from factory,then item must be FACTORY-INSTALLED; if factory-installation is not available,then it must be noted as a dealer-installation and an exception. Trucks shall be guaranteed to include all the latest engineering developments adopted by the company applying to transmissions,fuel systems, engines,and accessories,and to possess the capability of operating on lead-free gasoline and gasohol/ethanol. All vehicles shall comply with all current provisions of the National Traffic and Motor Vehicles Safety Act,and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85%Ethanol/15%Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. II WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! II • 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 7 • 1714 OF 2007 3 Otr Ton Ext Cab 4-door 4x4 Pickup Base Truck Page 2 • Original/Bid Document 1714 OF, Original Line # 14 10.x.f.1:AM/FM CD stereo-ratE 20 EA 450.0000 Original/Bid Document 1714 OF, Original Line # 15 • 6•171 _ BUYER INITIALS rican Institute of Architects. All rights reserved. WARNING:This AIA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any 5 portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:32:43 on 01/18/2007 under Order No.1000229927_38 which expires on 4/28/2007,and l not for resale. User Notes: , (2247124772) raska Affordable Housing Program 2007 Application Guidelines 5 of 21 Chapter 4 Homebuyer Program Application Forms and Instructions October 2006 he City of Omaha (Exhibit Good Faith Efforts Documentation must be "C" is currently required to be submitted within ten submitted with bid. (10) calendar days following the end of each calendar quarter,from the start of the project). c. Also, prior to award of this contract, all Bidders must submit Exhibit "B" Contractor Employment 2. The Contractor and subcontractors shall permit Data Form with the bid. access to their books, records and accounts by the Human Relations Director or a designated d. The Bidder and any of its subcontractors that have representative for purpose of investigation to been designated by the Bidder as PBE and/or DBE ascertain compliance with these specified ne numbers of in the contract work. In any case, Exhibits"A"and"B" PBE/DBE's that were contracted; must be submitted with the bid. If the information so (2) A description of the information provided to submitted indicates that the City of Omaha goals will PBE/DBE's regarding the plans and not be met, the Bidder shall submit good faith efforts specifications for portions of the work to be documentation with their bid. The evidence must show performed; and to the City of Omaha's satisfaction that the bidder has (3) A detailed statement of the reasons why in good faith made every reasonable effort in the City additional prospective agreements with of Omaha's judgment, to meet such goals. If any 49.0% 1173 $123,864 $157,341 $180,631 46.3% 1243 $127,784 $162,321 $186,347 49.1% 1174 $123,920 $157,412 $180,712 46.3% 1244 $127,840 $162,392 $186,429 49.1% 1175 $123,976 $157,484 $180,794 46.4% 1245 $127,896 $162,463 $186,510 49.1% 1176 $124,032 $157,555 $180,876 46.4% 1246 $127,952 $162,534 $186,592 49.2% 1177 $124,088 $157,626 $180,957 46.4% 1247 $128,008 $162,605 $186,674 49.2% 1178 $124,144 $157,697 $181,039 46.5% 1248 $128,064 $162,676 $186,755 49.3°/ 1179 $124,200 $157,768 $181,121 46.5% 1249 $128,120 $162,748 $186,837 49.3% 1180 $124,256 $157,839 $181,202 46.6% 1250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% = 2007 or Current Production Year 1/2 Ton, Extended Cab,4-Door, 4x4:Pickup Truck! 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) CAB AND BODY A. Color: Cab, Body and fenders will be selected from manufacturer's standard colors. However, yellow color must be available to the Department of Roads. (NOTE: attached color charts shall be considered manufacturer colors with no extra charge unless specified on color chart in the options). Ail paint will be base coat/clear coat acrylic, activator-hardened acrylic or / polyurethane type. B. Cab and Body: Fully enclosed safety type cab. The pickup box • shall not be less than 76 inches long by 63 inches wide (inside dimensions) and be of double sidewall construction. Minimum 50 inches wide between wheel wells. "STYLESIDE," / "FLEETSIDE,""SWEPTLINE" BODY will be required. C. Glass:Approved tinted safety glass shall be required in all doors, windows, and windshields. D Headliner: Fully insulated headliner required, if available from manufacturer. E. Insulation: Standard production heat and sound insulation to be provided. Body and interior finished to exclude excessive noise / and weather. "'f ✓ F. Side Moldings: Factory installed protective vinyl side moldings if / available as standard equipment. G. Seats: The 40-20-40 or 60-40 style seat with lumbar support and - fold down center console to be furnished. Back must be manufacturer's heavy duty, optional, maximum depth foam --- rubber,with heavy-duty covering. Head restraints or high backs / for outboard seats required. ✓___ _ H. Arm Rests: Required on both left and right-hand sides of each front seat. Fold down center console and door armrests to be furnished. ✓/ I. Automatic Speed Control: Required.I. ✓ J. Sun Visors: Dual, padded K. Floor Coverings: Rubber matting type, if factory available. L. Rearview Mirrors: Interior adjustable, rear vision mirror of day and night selector type (non-glare). Two outside rearview mirrors, right and left, adjustable, minimum 6 inches by 9 inches; swing type preferred. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 8 on lead-free gasoline and gasohol/ethanol. All vehicles shall comply with all current provisions of the National Traffic and Motor Vehicles Safety Act,and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85%Ethanol/15%Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. II WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! II • 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 7 • 1714 OF 2007 3 Otr Ton Ext Cab 4-door 4x4 Pickup Base Truck Page 2 • Original/Bid Document 1714 OF, Original Line # 14 10.x.f.1:AM/FM CD stereo-ratE 20 EA 450.0000 Original/Bid Document 1714 OF, Original Line # 15 • 6•171 _ BUYER INITIALS rican Institute of Architects. All rights reserved. WARNING:This AIA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any 5 portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:32:43 on 01/18/2007 under Order No.1000229927_38 which expires on 4/28/2007,and l not for resale. User Notes: , (2247124772) raska Affordable Housing Program 2007 Application Guidelines 5 of 21 Chapter 4 Homebuyer Program Application Forms and Instructions October 2006 he City of Omaha (Exhibit Good Faith Efforts Documentation must be "C" is currently required to be submitted within ten submitted with bid. (10) calendar days following the end of each calendar quarter,from the start of the project). c. Also, prior to award of this contract, all Bidders must submit Exhibit "B" Contractor Employment 2. The Contractor and subcontractors shall permit Data Form with the bid. access to their books, records and accounts by the Human Relations Director or a designated d. The Bidder and any of its subcontractors that have representative for purpose of investigation to been designated by the Bidder as PBE and/or DBE ascertain compliance with these specified ne numbers of in the contract work. In any case, Exhibits"A"and"B" PBE/DBE's that were contracted; must be submitted with the bid. If the information so (2) A description of the information provided to submitted indicates that the City of Omaha goals will PBE/DBE's regarding the plans and not be met, the Bidder shall submit good faith efforts specifications for portions of the work to be documentation with their bid. The evidence must show performed; and to the City of Omaha's satisfaction that the bidder has (3) A detailed statement of the reasons why in good faith made every reasonable effort in the City additional prospective agreements with of Omaha's judgment, to meet such goals. If any 49.0% 1173 $123,864 $157,341 $180,631 46.3% 1243 $127,784 $162,321 $186,347 49.1% 1174 $123,920 $157,412 $180,712 46.3% 1244 $127,840 $162,392 $186,429 49.1% 1175 $123,976 $157,484 $180,794 46.4% 1245 $127,896 $162,463 $186,510 49.1% 1176 $124,032 $157,555 $180,876 46.4% 1246 $127,952 $162,534 $186,592 49.2% 1177 $124,088 $157,626 $180,957 46.4% 1247 $128,008 $162,605 $186,674 49.2% 1178 $124,144 $157,697 $181,039 46.5% 1248 $128,064 $162,676 $186,755 49.3°/ 1179 $124,200 $157,768 $181,121 46.5% 1249 $128,120 $162,748 $186,837 49.3% 1180 $124,256 $157,839 $181,202 46.6% 1250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% I! 2007 or Current Production 'near 1/2 Ton, Extdrided Cab, 4-Door, 4x4 Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU . SPECIFICATIONS Yam. Exception 1) CAB AND BODY(continued) M. Frame: (One-Half Ton 4x4 Extended Cab (Four Door) Pickup Truck)Section modules rated at not less than 3.3; with 36,000- PSI yield strength steel or as recommended by manufacturer for / extended cab pickups.N. Air Conditioner: Best grade factory installed air-conditioning, manually controlled, to include ail items normally included in the / factory package. L.. d O. Fenders and Bumpers:Manufacturer's standard fenders front and rear. Manufacturer's front bumper and step-type, rear bumper required. . P. Fuel Tank: Minimum 26 gallons fuel tank:Skid plates required, can be dealer installed. , i: / Q. Seat Belts: Lap/shoulder seat be s with automatfr retractors for out board seating; middle seat belt, preferably with retractors.. L R. Power Outlet: Required. . _: _ ' . S. Horns: Manufacturer's standard. • v „-,, T. Windshield Wipers: Electrically operated, multiple speeds, ` manually controlled with electric windshield washer jets to e :ch . wiper blade and with intermittent or delay capability. All factory installed. -►;/_ U. Heater: A fresh air type heater with dual def�o5ter tubes to / windshield shall be installed. ,_ _ V. Lights: Halogen high beam headlights with low beam; parking, dome, tail, backup, and stop lights; front and rear directional turn signals with self-canceling control on steering column. Daytime - running lights if available. W. Controls and Instruments: Key locking ignition switch; head, -- parking-and dome light switches, headlight beam control; • speedometer; charge indicator;fuel gauge; oil pressure indicator; engine temperature indicator; high beam indicator light; traffic / - hazard switch; flashing turn indicator lights. In cab hood release. t/ X. Radio: Manufacturer's standard AM/FM/CD Stereo radio with / clock. Required. Y. Locks: Manufacturer's keyless remote entry power locking / system and three(3) sets of keys per truck, required. ✓ Z. Windows: Electric power windows required. Sliding rear-vision _/ window required. AA. Airbag: Both sides, required. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! i , 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 9 Page 8 on lead-free gasoline and gasohol/ethanol. All vehicles shall comply with all current provisions of the National Traffic and Motor Vehicles Safety Act,and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85%Ethanol/15%Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. II WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! II • 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 7 • 1714 OF 2007 3 Otr Ton Ext Cab 4-door 4x4 Pickup Base Truck Page 2 • Original/Bid Document 1714 OF, Original Line # 14 10.x.f.1:AM/FM CD stereo-ratE 20 EA 450.0000 Original/Bid Document 1714 OF, Original Line # 15 • 6•171 _ BUYER INITIALS rican Institute of Architects. All rights reserved. WARNING:This AIA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any 5 portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:32:43 on 01/18/2007 under Order No.1000229927_38 which expires on 4/28/2007,and l not for resale. User Notes: , (2247124772) raska Affordable Housing Program 2007 Application Guidelines 5 of 21 Chapter 4 Homebuyer Program Application Forms and Instructions October 2006 he City of Omaha (Exhibit Good Faith Efforts Documentation must be "C" is currently required to be submitted within ten submitted with bid. (10) calendar days following the end of each calendar quarter,from the start of the project). c. Also, prior to award of this contract, all Bidders must submit Exhibit "B" Contractor Employment 2. The Contractor and subcontractors shall permit Data Form with the bid. access to their books, records and accounts by the Human Relations Director or a designated d. The Bidder and any of its subcontractors that have representative for purpose of investigation to been designated by the Bidder as PBE and/or DBE ascertain compliance with these specified ne numbers of in the contract work. In any case, Exhibits"A"and"B" PBE/DBE's that were contracted; must be submitted with the bid. If the information so (2) A description of the information provided to submitted indicates that the City of Omaha goals will PBE/DBE's regarding the plans and not be met, the Bidder shall submit good faith efforts specifications for portions of the work to be documentation with their bid. The evidence must show performed; and to the City of Omaha's satisfaction that the bidder has (3) A detailed statement of the reasons why in good faith made every reasonable effort in the City additional prospective agreements with of Omaha's judgment, to meet such goals. If any 49.0% 1173 $123,864 $157,341 $180,631 46.3% 1243 $127,784 $162,321 $186,347 49.1% 1174 $123,920 $157,412 $180,712 46.3% 1244 $127,840 $162,392 $186,429 49.1% 1175 $123,976 $157,484 $180,794 46.4% 1245 $127,896 $162,463 $186,510 49.1% 1176 $124,032 $157,555 $180,876 46.4% 1246 $127,952 $162,534 $186,592 49.2% 1177 $124,088 $157,626 $180,957 46.4% 1247 $128,008 $162,605 $186,674 49.2% 1178 $124,144 $157,697 $181,039 46.5% 1248 $128,064 $162,676 $186,755 49.3°/ 1179 $124,200 $157,768 $181,121 46.5% 1249 $128,120 $162,748 $186,837 49.3% 1180 $124,256 $157,839 $181,202 46.6% 1250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% • • 2007 or Current Production Year 1/2 Ton, Extended Cab', 4-Door,4x4 Pickup Truck STATE OF NEBRASt(A PURCHASING BUREAU SPECIFICATIONS Yet' Exception 1) CAB AND BODY(continued) BB. Floor Mats: Trucks shall be delivered with factory floor mats required. If unavailable manufacturer accessory floor mats / (through the dealer parts room)are acceptable. V CC. Trailer Tow:Trailer tow package, complete with all hardware including receiver hitch minimum class 3 required. Comments: I -. -'�i(,d [ - c� ,d P to ` rae31-0:,(4 wt �� ht -- tom' F vse=4)--- *--citL" Yes Exception - . 2) ENGINE AND DRIVE TRAIN A. Engine: Minimum standards as stated in the specifications. B. Transmission: Manufacturer's four speed atomatic transmission. Require auxiliary or heavy-duty oil.cooler for flee • automatic transmission.A two-speed transfer case`is required. Skid plate(s)for the transfer case shall be furnished if.t+ffer-,1 by / the manufacturer. Air Cleaner: Dry type. D. Oil Filter: Full flow throwaway type. E. ; Thermostat: Required as recommended for permanent-type / antifreeze. V _ F. Radiator: Coolant recovery system required. G. Axle Ratio: Ratio to be recommended by manufacturer.- Comments: Exception 3) SUSPENSION AND RUNNING GEAR A. Wheelbase: Minimum standards as stated in the specifications. B. Steering: Manufacturer's recommended power steering. C. Steering Wheel: Regular production model or approved deluxe wheel. Tilt steering wheel required. D. Shock Absorbers: Heavy-duty double action type front and rear. • E. Axle and Springs: Manufacturer's independent front suspension and single speed hypoid rear axle, all with spring sizes and axle sizes recommended to meet GVWR. The axle gear ratios shall be the same in the front and rear axles. Front stabilizer bar is required. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 1701 OF 2007 Half Ton Extended CaO 4-Door,4x4 Pickup Truck Page 10 o with / clock. Required. Y. Locks: Manufacturer's keyless remote entry power locking / system and three(3) sets of keys per truck, required. ✓ Z. Windows: Electric power windows required. Sliding rear-vision _/ window required. AA. Airbag: Both sides, required. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! i , 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 9 Page 8 on lead-free gasoline and gasohol/ethanol. All vehicles shall comply with all current provisions of the National Traffic and Motor Vehicles Safety Act,and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85%Ethanol/15%Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. II WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! II • 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 7 • 1714 OF 2007 3 Otr Ton Ext Cab 4-door 4x4 Pickup Base Truck Page 2 • Original/Bid Document 1714 OF, Original Line # 14 10.x.f.1:AM/FM CD stereo-ratE 20 EA 450.0000 Original/Bid Document 1714 OF, Original Line # 15 • 6•171 _ BUYER INITIALS rican Institute of Architects. All rights reserved. WARNING:This AIA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any 5 portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:32:43 on 01/18/2007 under Order No.1000229927_38 which expires on 4/28/2007,and l not for resale. User Notes: , (2247124772) raska Affordable Housing Program 2007 Application Guidelines 5 of 21 Chapter 4 Homebuyer Program Application Forms and Instructions October 2006 he City of Omaha (Exhibit Good Faith Efforts Documentation must be "C" is currently required to be submitted within ten submitted with bid. (10) calendar days following the end of each calendar quarter,from the start of the project). c. Also, prior to award of this contract, all Bidders must submit Exhibit "B" Contractor Employment 2. The Contractor and subcontractors shall permit Data Form with the bid. access to their books, records and accounts by the Human Relations Director or a designated d. The Bidder and any of its subcontractors that have representative for purpose of investigation to been designated by the Bidder as PBE and/or DBE ascertain compliance with these specified ne numbers of in the contract work. In any case, Exhibits"A"and"B" PBE/DBE's that were contracted; must be submitted with the bid. If the information so (2) A description of the information provided to submitted indicates that the City of Omaha goals will PBE/DBE's regarding the plans and not be met, the Bidder shall submit good faith efforts specifications for portions of the work to be documentation with their bid. The evidence must show performed; and to the City of Omaha's satisfaction that the bidder has (3) A detailed statement of the reasons why in good faith made every reasonable effort in the City additional prospective agreements with of Omaha's judgment, to meet such goals. If any 49.0% 1173 $123,864 $157,341 $180,631 46.3% 1243 $127,784 $162,321 $186,347 49.1% 1174 $123,920 $157,412 $180,712 46.3% 1244 $127,840 $162,392 $186,429 49.1% 1175 $123,976 $157,484 $180,794 46.4% 1245 $127,896 $162,463 $186,510 49.1% 1176 $124,032 $157,555 $180,876 46.4% 1246 $127,952 $162,534 $186,592 49.2% 1177 $124,088 $157,626 $180,957 46.4% 1247 $128,008 $162,605 $186,674 49.2% 1178 $124,144 $157,697 $181,039 46.5% 1248 $128,064 $162,676 $186,755 49.3°/ 1179 $124,200 $157,768 $181,121 46.5% 1249 $128,120 $162,748 $186,837 49.3% 1180 $124,256 $157,839 $181,202 46.6% 1250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% 2007or Current Production Year 1/2 Ton, Extended Cab, 4-Door, 4x4 Pick p Truck STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS Ye Exception 3) SUSPENSION AND RUNNING GEAR(continued) f F. Brakes: Power service brakes; disc/drum or combination-disc shall have a minimum 11 inch rotor, drum shall be minimum 11 inch by 2 inch. Parking brakes on rear wheel or drive line. Rear brakes shall be anti-lock type. If anti-lock braking systems is / available as standard equipment, it shall be provided. G. Wheels: Five, 17 inch; spare carrier; four wheel covers/hub caps V/ if per unit, if standard. H. Suspension: Must be designed to handle passenger and cargo requirements. I. Tires:To be equipped with five full-sized black wall, tubeless, all season steel-belted radial tries on rims, factory installed and of regular production, minimum (refer to page 1 of these specif ations)as recommended by the manufacturer. Spare tire and wheel shall mat&.service tires and wheels; spare can be steel rim. Tiros to comply with manufacturer's GVWR. Tires should have a 50,000-mile tire rating. Tires tope manufactured and labeled by a major manufacturer and installed by factory. J. Differential: Limited slip or anti-spin type required. Comments: - • yye Exception 4) ELECTRICAL SYSTEM. A. Ignition System: 12-volt, solid state. Must be equipped with high tension, radio frequency shielded, ignition wiring. The vehicle shall be compatible with use of installed mobile radio. B. Battery: Maintenance free, highest capacity amperage available from the factory for the model bidding. Specify capacity: t d C. Alternator: 12 volt; 136 amperes minimum. D. Bonding and Grounding:All components of the vehicle necessary to prevent interference with reception of low band • two-way radio installed in the vehicle shall be adequately bonded and grounded. E. RADIO FREQUENCY SHIELDING CAUTION!!! This motor vehicle shall be compatible with the use of installed low band mobile two-way radio. Comments: WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 11 Electric power windows required. Sliding rear-vision _/ window required. AA. Airbag: Both sides, required. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! i , 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 9 Page 8 on lead-free gasoline and gasohol/ethanol. All vehicles shall comply with all current provisions of the National Traffic and Motor Vehicles Safety Act,and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85%Ethanol/15%Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. II WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! II • 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 7 • 1714 OF 2007 3 Otr Ton Ext Cab 4-door 4x4 Pickup Base Truck Page 2 • Original/Bid Document 1714 OF, Original Line # 14 10.x.f.1:AM/FM CD stereo-ratE 20 EA 450.0000 Original/Bid Document 1714 OF, Original Line # 15 • 6•171 _ BUYER INITIALS rican Institute of Architects. All rights reserved. WARNING:This AIA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any 5 portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:32:43 on 01/18/2007 under Order No.1000229927_38 which expires on 4/28/2007,and l not for resale. User Notes: , (2247124772) raska Affordable Housing Program 2007 Application Guidelines 5 of 21 Chapter 4 Homebuyer Program Application Forms and Instructions October 2006 he City of Omaha (Exhibit Good Faith Efforts Documentation must be "C" is currently required to be submitted within ten submitted with bid. (10) calendar days following the end of each calendar quarter,from the start of the project). c. Also, prior to award of this contract, all Bidders must submit Exhibit "B" Contractor Employment 2. The Contractor and subcontractors shall permit Data Form with the bid. access to their books, records and accounts by the Human Relations Director or a designated d. The Bidder and any of its subcontractors that have representative for purpose of investigation to been designated by the Bidder as PBE and/or DBE ascertain compliance with these specified ne numbers of in the contract work. In any case, Exhibits"A"and"B" PBE/DBE's that were contracted; must be submitted with the bid. If the information so (2) A description of the information provided to submitted indicates that the City of Omaha goals will PBE/DBE's regarding the plans and not be met, the Bidder shall submit good faith efforts specifications for portions of the work to be documentation with their bid. The evidence must show performed; and to the City of Omaha's satisfaction that the bidder has (3) A detailed statement of the reasons why in good faith made every reasonable effort in the City additional prospective agreements with of Omaha's judgment, to meet such goals. If any 49.0% 1173 $123,864 $157,341 $180,631 46.3% 1243 $127,784 $162,321 $186,347 49.1% 1174 $123,920 $157,412 $180,712 46.3% 1244 $127,840 $162,392 $186,429 49.1% 1175 $123,976 $157,484 $180,794 46.4% 1245 $127,896 $162,463 $186,510 49.1% 1176 $124,032 $157,555 $180,876 46.4% 1246 $127,952 $162,534 $186,592 49.2% 1177 $124,088 $157,626 $180,957 46.4% 1247 $128,008 $162,605 $186,674 49.2% 1178 $124,144 $157,697 $181,039 46.5% 1248 $128,064 $162,676 $186,755 49.3°/ 1179 $124,200 $157,768 $181,121 46.5% 1249 $128,120 $162,748 $186,837 49.3% 1180 $124,256 $157,839 $181,202 46.6% 1250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% • II 2007 cr Current Production Year 1/2 Ton, Extended Cab, 4-Door, 4x4 Pickup `i!ruck STATE OF NEBRASKA PURCHASING.BUREAU SPECIFICATIONS Exception 5) MISCELLANEOUS A. All trucks shall be protected to 34 degrees below zero Fahrenheit by a permanent type ethylene glycol base antifreeze of the brand normally furnished by the manufacturer. The radiator shall be tagged or marked to indicate the type, brand and degree of protection. Thermostat required as recommended for permanent- type antifreeze. Manufacturer's optional increased cooling capacity system, if available by manufacturer, must be furnished. B. Coolant recovery system required. C. Each unit shallbe delivered to the purchaser with all wheels balanced and the front end aligned. t/ D. Manufacturer's standard equipment jack to comply with GVWR must be supplied. The standard complement of tools such as wheel lug wrench, and jack handle shall be provided, together with facilities for storage. Comments: Ye Exception 6) DELIVERY A. All vehicles shall be delivered FOB destinatlen in Lincoln, Nebraska and in accordance with the Delivery Schedule shown on the purchase order.Trucks are to be road ready, fully • equipped, serviced, and washed with a minimum of five (5) gallons of gasoline in the tank. Trucks showing lack of proper dealer pre-delivery service shall be subject to rejection until the • vehicle is properly serviced. Factory pre-delivery service is not acceptable. Dealer nameplates, decals, etc. shall not be affixed. A signed copy of the completed manufacturer's"New Vehicle earan-Inspection and Road Test°form must accompany eachPr vehicletio at time of delivery. B. Afterp the truck has been fully serviced, the dealer may deliver it by rail freight, truck transport or by driving to the destination. IMPORTANT:The motor vehicle shall not have over 200 miles on the odometer at the time the motor vehicle is officially accepted and signed for by the purchaser. Deliveries shall be made between the hours of 9:00 AM and 3:00 PM daily, except Saturday, Sunday, and holidays. All deliveries must be scheduled with the Agency Representative. IWARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 11 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 12 red. AA. Airbag: Both sides, required. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! i , 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 9 Page 8 on lead-free gasoline and gasohol/ethanol. All vehicles shall comply with all current provisions of the National Traffic and Motor Vehicles Safety Act,and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85%Ethanol/15%Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. II WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! II • 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 7 • 1714 OF 2007 3 Otr Ton Ext Cab 4-door 4x4 Pickup Base Truck Page 2 • Original/Bid Document 1714 OF, Original Line # 14 10.x.f.1:AM/FM CD stereo-ratE 20 EA 450.0000 Original/Bid Document 1714 OF, Original Line # 15 • 6•171 _ BUYER INITIALS rican Institute of Architects. All rights reserved. WARNING:This AIA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any 5 portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:32:43 on 01/18/2007 under Order No.1000229927_38 which expires on 4/28/2007,and l not for resale. User Notes: , (2247124772) raska Affordable Housing Program 2007 Application Guidelines 5 of 21 Chapter 4 Homebuyer Program Application Forms and Instructions October 2006 he City of Omaha (Exhibit Good Faith Efforts Documentation must be "C" is currently required to be submitted within ten submitted with bid. (10) calendar days following the end of each calendar quarter,from the start of the project). c. Also, prior to award of this contract, all Bidders must submit Exhibit "B" Contractor Employment 2. The Contractor and subcontractors shall permit Data Form with the bid. access to their books, records and accounts by the Human Relations Director or a designated d. The Bidder and any of its subcontractors that have representative for purpose of investigation to been designated by the Bidder as PBE and/or DBE ascertain compliance with these specified ne numbers of in the contract work. In any case, Exhibits"A"and"B" PBE/DBE's that were contracted; must be submitted with the bid. If the information so (2) A description of the information provided to submitted indicates that the City of Omaha goals will PBE/DBE's regarding the plans and not be met, the Bidder shall submit good faith efforts specifications for portions of the work to be documentation with their bid. The evidence must show performed; and to the City of Omaha's satisfaction that the bidder has (3) A detailed statement of the reasons why in good faith made every reasonable effort in the City additional prospective agreements with of Omaha's judgment, to meet such goals. If any 49.0% 1173 $123,864 $157,341 $180,631 46.3% 1243 $127,784 $162,321 $186,347 49.1% 1174 $123,920 $157,412 $180,712 46.3% 1244 $127,840 $162,392 $186,429 49.1% 1175 $123,976 $157,484 $180,794 46.4% 1245 $127,896 $162,463 $186,510 49.1% 1176 $124,032 $157,555 $180,876 46.4% 1246 $127,952 $162,534 $186,592 49.2% 1177 $124,088 $157,626 $180,957 46.4% 1247 $128,008 $162,605 $186,674 49.2% 1178 $124,144 $157,697 $181,039 46.5% 1248 $128,064 $162,676 $186,755 49.3°/ 1179 $124,200 $157,768 $181,121 46.5% 1249 $128,120 $162,748 $186,837 49.3% 1180 $124,256 $157,839 $181,202 46.6% 1250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% • JIL.._ i070r Current Production Year 1/2 Ton, Extended Cab, 4-Door, 4x4 Pickup Truck •• 1 _ __. STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS Yes? . Exception 6) DELIVERY(continued) ��// 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 D. Each vehicle shall be completely checked by the vendor to ensure conformance with the manufacturer's specifications and . / the State of Nebraska requirements as stated herein. ✓ E. Invoices shall describe the truck, including vehicle identification number(VIN), key number and State of Nebraska purchase - order number. F. Contract supplier or suppliers may honor pricing and extend the contract to political subdivisions, cities and counties. Political subdivisions, cities, and counties must meet terms and / conditions of the contract. G. Trucks that have been wrecked or sustained more than minor • _ nicks and scratches will not be accepted. The vendor should not attempt to deliver a unit until minor nicks and scratches have been repaired. Failure to comply with the above may result in the dealer not being allowed to bid on future motor vehicles V contracts. H. Vendor shall provide order number to the purchaser within 5 business days after Purchase Order has been received. Vendor shall email, fax, or mail this information to each buyer. Comments: Ye,, 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 oec the date of assignment.The selling dealer will provide warranty activation cards or delayed warranty forms with manufacturer mailing information in order to properly activate said warranty. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! • 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 13 red. AA. Airbag: Both sides, required. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! i , 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 9 Page 8 on lead-free gasoline and gasohol/ethanol. All vehicles shall comply with all current provisions of the National Traffic and Motor Vehicles Safety Act,and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85%Ethanol/15%Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. II WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! II • 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 7 • 1714 OF 2007 3 Otr Ton Ext Cab 4-door 4x4 Pickup Base Truck Page 2 • Original/Bid Document 1714 OF, Original Line # 14 10.x.f.1:AM/FM CD stereo-ratE 20 EA 450.0000 Original/Bid Document 1714 OF, Original Line # 15 • 6•171 _ BUYER INITIALS rican Institute of Architects. All rights reserved. WARNING:This AIA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any 5 portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:32:43 on 01/18/2007 under Order No.1000229927_38 which expires on 4/28/2007,and l not for resale. User Notes: , (2247124772) raska Affordable Housing Program 2007 Application Guidelines 5 of 21 Chapter 4 Homebuyer Program Application Forms and Instructions October 2006 he City of Omaha (Exhibit Good Faith Efforts Documentation must be "C" is currently required to be submitted within ten submitted with bid. (10) calendar days following the end of each calendar quarter,from the start of the project). c. Also, prior to award of this contract, all Bidders must submit Exhibit "B" Contractor Employment 2. The Contractor and subcontractors shall permit Data Form with the bid. access to their books, records and accounts by the Human Relations Director or a designated d. The Bidder and any of its subcontractors that have representative for purpose of investigation to been designated by the Bidder as PBE and/or DBE ascertain compliance with these specified ne numbers of in the contract work. In any case, Exhibits"A"and"B" PBE/DBE's that were contracted; must be submitted with the bid. If the information so (2) A description of the information provided to submitted indicates that the City of Omaha goals will PBE/DBE's regarding the plans and not be met, the Bidder shall submit good faith efforts specifications for portions of the work to be documentation with their bid. The evidence must show performed; and to the City of Omaha's satisfaction that the bidder has (3) A detailed statement of the reasons why in good faith made every reasonable effort in the City additional prospective agreements with of Omaha's judgment, to meet such goals. If any 49.0% 1173 $123,864 $157,341 $180,631 46.3% 1243 $127,784 $162,321 $186,347 49.1% 1174 $123,920 $157,412 $180,712 46.3% 1244 $127,840 $162,392 $186,429 49.1% 1175 $123,976 $157,484 $180,794 46.4% 1245 $127,896 $162,463 $186,510 49.1% 1176 $124,032 $157,555 $180,876 46.4% 1246 $127,952 $162,534 $186,592 49.2% 1177 $124,088 $157,626 $180,957 46.4% 1247 $128,008 $162,605 $186,674 49.2% 1178 $124,144 $157,697 $181,039 46.5% 1248 $128,064 $162,676 $186,755 49.3°/ 1179 $124,200 $157,768 $181,121 46.5% 1249 $128,120 $162,748 $186,837 49.3% 1180 $124,256 $157,839 $181,202 46.6% 1250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% , 111.11111•111111115x MIN", 2007 or Current Production Year 1/2 Ton, Extended Cab, 4-Door, 4x4 Pickup Truck• STATE On': NEBRASKA PURCHASING BUREAU SPECIFICATIONS Ye Exception 7) WARRANTY (continued) ��// B. A minimum warranty of 3 years, 36,000 miles or the • manufacturer's standard warranty, whichever is greater, is required.A minimum of 5 years, 100,000 miles rust warranty is required. The manufacturer's standard warranty shall be stated in the Exceptions/Comments section of the Bid if different. Comments: Ye' 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 ic ensure and satisfy the State of Nebraska that there am factory authorized dealers, geographically located within the United States of America and the State of Nebraska, who will service and repair the vehicles being submitted for consideration without undue delay. B. It is the responsibility of the vendor to see that the following agencies have received, or will receive in a tirnGiy 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. V C. THE STATE OF NEBRASKA'S OBLIGATION TO PAY IS CONTINGENT UPON LEGISLATIVE APPROPRIATION OF FUNDS FOR THAT PURPOSE. SHOULD SAID FUNDS NOT • BE APPROPRIATED, THE STATE OF NEBRASKA MAY TERMINATE THIS AGREEMENT. THE STATE OF NEBRASKA WILL GIVE THE VENDOR THIRTY DAYS WRITTEN NOTICE OF SUCH TERMINATION. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 14 ileage warranty will begin from the mileage on the odometer oec the date of assignment.The selling dealer will provide warranty activation cards or delayed warranty forms with manufacturer mailing information in order to properly activate said warranty. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! • 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 13 red. AA. Airbag: Both sides, required. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! i , 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 9 Page 8 on lead-free gasoline and gasohol/ethanol. All vehicles shall comply with all current provisions of the National Traffic and Motor Vehicles Safety Act,and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85%Ethanol/15%Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. II WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! II • 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 7 • 1714 OF 2007 3 Otr Ton Ext Cab 4-door 4x4 Pickup Base Truck Page 2 • Original/Bid Document 1714 OF, Original Line # 14 10.x.f.1:AM/FM CD stereo-ratE 20 EA 450.0000 Original/Bid Document 1714 OF, Original Line # 15 • 6•171 _ BUYER INITIALS rican Institute of Architects. All rights reserved. WARNING:This AIA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any 5 portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:32:43 on 01/18/2007 under Order No.1000229927_38 which expires on 4/28/2007,and l not for resale. User Notes: , (2247124772) raska Affordable Housing Program 2007 Application Guidelines 5 of 21 Chapter 4 Homebuyer Program Application Forms and Instructions October 2006 he City of Omaha (Exhibit Good Faith Efforts Documentation must be "C" is currently required to be submitted within ten submitted with bid. (10) calendar days following the end of each calendar quarter,from the start of the project). c. Also, prior to award of this contract, all Bidders must submit Exhibit "B" Contractor Employment 2. The Contractor and subcontractors shall permit Data Form with the bid. access to their books, records and accounts by the Human Relations Director or a designated d. The Bidder and any of its subcontractors that have representative for purpose of investigation to been designated by the Bidder as PBE and/or DBE ascertain compliance with these specified ne numbers of in the contract work. In any case, Exhibits"A"and"B" PBE/DBE's that were contracted; must be submitted with the bid. If the information so (2) A description of the information provided to submitted indicates that the City of Omaha goals will PBE/DBE's regarding the plans and not be met, the Bidder shall submit good faith efforts specifications for portions of the work to be documentation with their bid. The evidence must show performed; and to the City of Omaha's satisfaction that the bidder has (3) A detailed statement of the reasons why in good faith made every reasonable effort in the City additional prospective agreements with of Omaha's judgment, to meet such goals. If any 49.0% 1173 $123,864 $157,341 $180,631 46.3% 1243 $127,784 $162,321 $186,347 49.1% 1174 $123,920 $157,412 $180,712 46.3% 1244 $127,840 $162,392 $186,429 49.1% 1175 $123,976 $157,484 $180,794 46.4% 1245 $127,896 $162,463 $186,510 49.1% 1176 $124,032 $157,555 $180,876 46.4% 1246 $127,952 $162,534 $186,592 49.2% 1177 $124,088 $157,626 $180,957 46.4% 1247 $128,008 $162,605 $186,674 49.2% 1178 $124,144 $157,697 $181,039 46.5% 1248 $128,064 $162,676 $186,755 49.3°/ 1179 $124,200 $157,768 $181,121 46.5% 1249 $128,120 $162,748 $186,837 49.3% 1180 $124,256 $157,839 $181,202 46.6% 1250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% f - ♦ 2007 or Current Production Year 1/2 Ton, Extended Cab, 4-Door, 4x4 Pickup Truck STATE OF NEBRASKA PURCHASING BUREAU SPE AFICATIONS Ye Exception 8) SERVICE(continued) ��// 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! V E. If vendor is interested in electronic fund transfer(EFT)payment, / please contact purchasing agency after contract has been / awarded. ✓✓✓ _ F. Please complete on Options Bid List if a discount will be allowed for electronic fund transfer payment made within '1 0 days of receipt of vehicle. Comments: • • • WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 15 gencies have received, or will receive in a tirnGiy 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. V C. THE STATE OF NEBRASKA'S OBLIGATION TO PAY IS CONTINGENT UPON LEGISLATIVE APPROPRIATION OF FUNDS FOR THAT PURPOSE. SHOULD SAID FUNDS NOT • BE APPROPRIATED, THE STATE OF NEBRASKA MAY TERMINATE THIS AGREEMENT. THE STATE OF NEBRASKA WILL GIVE THE VENDOR THIRTY DAYS WRITTEN NOTICE OF SUCH TERMINATION. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 14 ileage warranty will begin from the mileage on the odometer oec the date of assignment.The selling dealer will provide warranty activation cards or delayed warranty forms with manufacturer mailing information in order to properly activate said warranty. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! • 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 13 red. AA. Airbag: Both sides, required. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! i , 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 9 Page 8 on lead-free gasoline and gasohol/ethanol. All vehicles shall comply with all current provisions of the National Traffic and Motor Vehicles Safety Act,and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85%Ethanol/15%Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. II WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! II • 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 7 • 1714 OF 2007 3 Otr Ton Ext Cab 4-door 4x4 Pickup Base Truck Page 2 • Original/Bid Document 1714 OF, Original Line # 14 10.x.f.1:AM/FM CD stereo-ratE 20 EA 450.0000 Original/Bid Document 1714 OF, Original Line # 15 • 6•171 _ BUYER INITIALS rican Institute of Architects. All rights reserved. WARNING:This AIA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any 5 portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:32:43 on 01/18/2007 under Order No.1000229927_38 which expires on 4/28/2007,and l not for resale. User Notes: , (2247124772) raska Affordable Housing Program 2007 Application Guidelines 5 of 21 Chapter 4 Homebuyer Program Application Forms and Instructions October 2006 he City of Omaha (Exhibit Good Faith Efforts Documentation must be "C" is currently required to be submitted within ten submitted with bid. (10) calendar days following the end of each calendar quarter,from the start of the project). c. Also, prior to award of this contract, all Bidders must submit Exhibit "B" Contractor Employment 2. The Contractor and subcontractors shall permit Data Form with the bid. access to their books, records and accounts by the Human Relations Director or a designated d. The Bidder and any of its subcontractors that have representative for purpose of investigation to been designated by the Bidder as PBE and/or DBE ascertain compliance with these specified ne numbers of in the contract work. In any case, Exhibits"A"and"B" PBE/DBE's that were contracted; must be submitted with the bid. If the information so (2) A description of the information provided to submitted indicates that the City of Omaha goals will PBE/DBE's regarding the plans and not be met, the Bidder shall submit good faith efforts specifications for portions of the work to be documentation with their bid. The evidence must show performed; and to the City of Omaha's satisfaction that the bidder has (3) A detailed statement of the reasons why in good faith made every reasonable effort in the City additional prospective agreements with of Omaha's judgment, to meet such goals. If any 49.0% 1173 $123,864 $157,341 $180,631 46.3% 1243 $127,784 $162,321 $186,347 49.1% 1174 $123,920 $157,412 $180,712 46.3% 1244 $127,840 $162,392 $186,429 49.1% 1175 $123,976 $157,484 $180,794 46.4% 1245 $127,896 $162,463 $186,510 49.1% 1176 $124,032 $157,555 $180,876 46.4% 1246 $127,952 $162,534 $186,592 49.2% 1177 $124,088 $157,626 $180,957 46.4% 1247 $128,008 $162,605 $186,674 49.2% 1178 $124,144 $157,697 $181,039 46.5% 1248 $128,064 $162,676 $186,755 49.3°/ 1179 $124,200 $157,768 $181,121 46.5% 1249 $128,120 $162,748 $186,837 49.3% 1180 $124,256 $157,839 $181,202 46.6% 1250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% • 2007 or Current Production Ye r71!2 Ton, Extended Cab,4-Door, 4x4 Pickup Truck 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 WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 16 • \ , / ..,�. i Yam` • N. • • • • • • • 1714 OF 2007 3 Qtr Ton Ext Cab 4-door 4x4 Pickup Base Truck Page 5 /O5 e N/A if single) Spouse Social Security Number Date of Birth Title Number of Shares , Prepared By: _ Ron Fullerton Sid Dillon Chev. Buick Pontiac 257 West A Street i Wahoo, NE 68066 Phone: (402)540-7578 }el l ;yam Fax (402)443-3982 — • "''---' Email: rfullerton@siddillon.com :16. ,. 2007 Fleet/Non-Retail Chevrolet Silveredo 1.500 4WD Ext Cab 134 " w/1 COLOR AVAILABILITY -- COLOR CHART-2007 Fleet/Non-Retail CK10553 4WD Ext Cab 134.0"Lea w/1LT i/ EXTERIOR INTERIOR /� pD(' Ebny Csmr Titm- /' (19D) Ebny Ebny i Grayatone Metallic(16U) X (3X ) (8 D) j/ a 11 Aa'' Dark FRJEI Metallic(25U) X X X /" �G� /". t "� Mack(Al U) X X X \ 1...) . '.es granite Metallic(46U) X X X 1 fi tr Summit White(50UU) X X X Silver Birch Metallic(59U) X X Sport Red Metallic(63U)' X X X `( - Vicaory Red(74U) X X X Desert Brown Metallic(81 U) X X . 1 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 AutoBoolc, Data Version: 119.0, Data updated 1024/2006 8:42:00 AM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved.. Customer File: October 31, 2006 11:14:00 AM Page 1 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. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 14 ileage warranty will begin from the mileage on the odometer oec the date of assignment.The selling dealer will provide warranty activation cards or delayed warranty forms with manufacturer mailing information in order to properly activate said warranty. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! • 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 13 red. AA. Airbag: Both sides, required. WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! i , 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 9 Page 8 on lead-free gasoline and gasohol/ethanol. All vehicles shall comply with all current provisions of the National Traffic and Motor Vehicles Safety Act,and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85%Ethanol/15%Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. II WARNING!! DO NOT BID BASE TRUCK ON THIS SHEET!! II • 1701 OF 2007 Half Ton Extended Cab 4-Door,4x4 Pickup Truck Page 7 • 1714 OF 2007 3 Otr Ton Ext Cab 4-door 4x4 Pickup Base Truck Page 2 • Original/Bid Document 1714 OF, Original Line # 14 10.x.f.1:AM/FM CD stereo-ratE 20 EA 450.0000 Original/Bid Document 1714 OF, Original Line # 15 • 6•171 _ BUYER INITIALS rican Institute of Architects. All rights reserved. WARNING:This AIA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any 5 portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:32:43 on 01/18/2007 under Order No.1000229927_38 which expires on 4/28/2007,and l not for resale. User Notes: , (2247124772) raska Affordable Housing Program 2007 Application Guidelines 5 of 21 Chapter 4 Homebuyer Program Application Forms and Instructions October 2006 he City of Omaha (Exhibit Good Faith Efforts Documentation must be "C" is currently required to be submitted within ten submitted with bid. (10) calendar days following the end of each calendar quarter,from the start of the project). c. Also, prior to award of this contract, all Bidders must submit Exhibit "B" Contractor Employment 2. The Contractor and subcontractors shall permit Data Form with the bid. access to their books, records and accounts by the Human Relations Director or a designated d. The Bidder and any of its subcontractors that have representative for purpose of investigation to been designated by the Bidder as PBE and/or DBE ascertain compliance with these specified ne numbers of in the contract work. In any case, Exhibits"A"and"B" PBE/DBE's that were contracted; must be submitted with the bid. If the information so (2) A description of the information provided to submitted indicates that the City of Omaha goals will PBE/DBE's regarding the plans and not be met, the Bidder shall submit good faith efforts specifications for portions of the work to be documentation with their bid. The evidence must show performed; and to the City of Omaha's satisfaction that the bidder has (3) A detailed statement of the reasons why in good faith made every reasonable effort in the City additional prospective agreements with of Omaha's judgment, to meet such goals. If any 49.0% 1173 $123,864 $157,341 $180,631 46.3% 1243 $127,784 $162,321 $186,347 49.1% 1174 $123,920 $157,412 $180,712 46.3% 1244 $127,840 $162,392 $186,429 49.1% 1175 $123,976 $157,484 $180,794 46.4% 1245 $127,896 $162,463 $186,510 49.1% 1176 $124,032 $157,555 $180,876 46.4% 1246 $127,952 $162,534 $186,592 49.2% 1177 $124,088 $157,626 $180,957 46.4% 1247 $128,008 $162,605 $186,674 49.2% 1178 $124,144 $157,697 $181,039 46.5% 1248 $128,064 $162,676 $186,755 49.3°/ 1179 $124,200 $157,768 $181,121 46.5% 1249 $128,120 $162,748 $186,837 49.3% 1180 $124,256 $157,839 $181,202 46.6% 1250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% 1 t 11 ` ` 2007 GM.SPECIAL PAINT 'COLOR AVAILABIL rrY Code WA# �4 AP.V c:. S. ,p4.5\ �� Y0:4rt1 Q 01 gr a S !FtL°r::'y46-se,f i4,.t:rrr-: .,.-?Si-s.,v,;.,:',Ivi .rl :.iz j rr�yi r.4 S ,, x f P•C 9y:�1, 1"+t�t 1t,. ttr 3EAr.L;`_,;1 5405 Blue Metallic • :5gli.>Cd' �1 o: " 0:! kprfci2gi t:,...si:1.:;'1T^i �r3f4...4 4.I,: . ¢�. ^y;y 9* r‘,!e'.r 1'A v. E i 1.y figiga 0;. t af 5456 Yellow • • }' 1p•�,N7 1•p�R1��''f`{ F+ '�" "' !�i` •�'. .,i. .:2f T _ CC*' e��: T �IFr.. ,,r,,,>f.:Ta}•�•t+�:T,r.�f3'S.'f 1'1,+ 1..✓.', ?rr i`l ,..:• 1 t. :Y,. •c I a�t^',.rl•:J: YrN,1r4 ••r,^rur, i `.:1`q•,rr�. —�.�n.: Ft� rL};' •f c'' •,3 5665 Blue ' J•r tF'!��q�P(%� ' JJ 43/.f fl ,fit S> ' ,rr W:�7 t.r :•: r1.� ) d ,r�,•.. d •r.,e!•'sJ:3: G^Xf.'�I (•j�z'Tµ'1 r �:'t7a`."�`._!' v y ,l t._.r ^ 'v'ar"_,t. <, r'h ''g`l,',;;,...ee,fC� l4 0:� d. �j'� ! .��yy,"i r. l a •�+::°•Yi, �:f ,./�.F .:`t'J. .I'.! .:;.r•yf+.�vy. �:!`�v�' ?:;;,' �« _{ t�i•7•,!+�'• • 6237 Green-Low Gloss .a : -4.1i-§.Z.$.y '>V.4i.-e_i!;.5;1.:r 'r• : u:l:�F� R"', p. +: z,- .<,�.: .,5.`=-t•.ci�a����'r '' :t'� =::_,'. r �•"'s''i;alSJ;%`t,' a'.'�`���` �� c.s'!.• ;k�.�,- s +v..�4.f,[i F7�?�� �,zz..�� .a eY..f:'✓•5• •%;• :r.•t",:;a=_:i,;.� w 5'S.Cf:.. ;a'L �. 7154 Blue _ - :. _ .' '%!.1AfJ eC1,11:1.o .r.-4l,1%;6''rf:-`ti;::fs,.V'4'i,.‘Ni''3-4V:i"Jy='�' Y:r'7t'T«.�.'!•"T1e..: .re'A '.47+:t"' r;' aa 4'41 1 ''7 7840 Gray Metallic - 7941 Green • • • - 6dY:Pppn_ 1, 1 :1 r7' It.2rli SP7,' '�q, *,?. ,Ysyli+`,:t y.iJ: �-- _.y•�:• i:Z#3✓r:t' �" �.ar r^�-i �=.:tt�. pi?,'.r ,C 9V8 9015 Woodland Green . . 4:_-, yGss� ay .AA;:.ft.t ;?:t`' -,1 Fc":I':=-;�''�'i�'�+hr•`".13,,t4°. 1.1 i4: ^;,,,1;;;•,: ..:,gie4.,.s.:+--u ia•:'•`!!'S_ ref -f !;' ��,-...1'��,a.. . ,t:..,.y;,, . ,..1.:'j;r�a,��a. ,.�..-�S->.. �r1��•»�r5f.�'IHy�W:'r.w:�J �•�"iR�l�:t=:::iw.a�.«'�y ��F'n' )8 _ 9V9 9403 i Doeskin Tan • • • • .F i�: _eCJ'<' Y-:p •.+m ;rc^t-• f:::.ri','st' yy _ ..."3;thr Y% ns r'�c]= + ,. r t •t, •r�;•.,- :1 <iy, •a i�.l.f 3�,^h '� 9411 Yellow • _' �.% � � '. 11 ' ::r l:gi!Ir.;•.4 nrtM,_.t::. 4t is 2�.g-rli` sag s-A ;, Qr;, :+..,_,a. '� ,&.• -')i�1�{ Y�••t cC�....-a.:Y 'x"�-.•"y::7k�'•�`ti�`;:1 0. � �fi�'�'d�i'..�,tccri'��l�tt t !�_L•.��:r 'a„_y`•N::'�,'G'?r, ' 9W4 9417 r Tangier Orange • • • 4'i ?. ry.�['yy.��,,pp~ N,'"Atr Sys;,.:^er, _•a;, '•ti•_ ✓:+.- ;>,a-rr±� - ... ?�:?`'-I•'.ri f. ,;P. it f•X::4 ;a P'•:.,}z.,"X.'i�. 't,1 '••,,y 1;liW r:'1,4: 'r .",. •.:,$i? .ri—'''; `?`Yr 414. 1 t d_ l3 ii 1 w:,:. c. _$ .:�?'•,,.,ar x-..•:,,. . ! "r`?• ) �: .J t t `fo. 1 • 9419 Orange -.... :.. : • �'. s3 .7.g . }ra i. il: itirS•¢)l:rF�,,Ao -.4S•i_ ~#,�1.tP.."t--�y't,arf 4/:iy'�'20y r•v, �-/wd:rr: '� ��7 1 fti14 'T.>.. -�.:i LKy '`�i ' 146E3 Light Stellar Blue • • !!:;-,:k '. . ezr .e _r! r._:,�,',r r ."- R7^%'i�,aa.!i�i!.,:"drA.:'.,r4=:/ �'.,[r:'n CA.pr.`ij(':•:�,1ra a i�S�, t:.1e/> 'i� C?r wa y?'?�r 215D Yellow • .54:40, r. _ 7i'•. 1 44f4"{.,. •,?.fl.,x..11 pr,`?f'zt.�__;.$_! �,F."*t'•'%� , c':�`'jy,r�:e�Y q-�X._:•.r:�.i:-::M,+,_i-xj:w�•. � 4.i,� w:'?--`?' R'•y, -r rr=t�. f:r > .c.... ^:r:'�'� �....Stdd 'ta3+vcf"L£tY1Si6rC4 s... ��»+�`�4•:Cr6 9W3 253A Wheatland Yellow • • •_ %^w¢J„v..R R$ dy }4;t?rr:a?).::4.i-_.j�y 4`%�F+ :! .tj 4aAlt-ri'V it.is,tir 5iS�� yytaft'r; r r,,+F q43_ :� ' ,r.i �`••�.�^M r;"-i W ', 3343` Dark Toreador Red a - : __ egg}$ !'_A ,)•. ,Ra: ;rr.!:•1 .1 d . r.;, dY?r S :•Wir•};.I,x?,i ; d,' '1 • YZ*jT'lli IMP.Ar- - 454N Blue • ` :�}}'�,4y6 0. g•..- ,�. -rarvrg+,.;:y,,;?fir t'•J'y .r!�..ruf es;,.,.:.. , Srs:/J]��c�/d�I�•,�G',�"'i.:;1�..f.r`�F.•-..f:'l'�'G:. �.�.i�...,ir:A, a'::t�•f:�Yr.. i'S.^`h.:.r'ro.cf'',ts;T. ,y •j:`' :l', ':j:'S: ;} 519F Galaxy Silver Metallic .:. q;�..,x,.,... - i; `:. . p ; : q +y'`_r t::rr'sQ.: •,,.. •,c^'F4: !.'J, [.. -.4,- ,:f.w„r•.y.,,, r- ,: i.si:" ' ry.L.!!:''.Mr• Cc: :L: .'.-x,.l ' .:n• "r�L... s:". 4:., ..✓F�.c�i�. V ffS' � . c'r+. .'�!.•.. � S %.[:: .,lsr.Fditi t r'r '` .:F: v��lc ��r, r{+ �,� �...... .. iV. • 769H Blue r• •�•• . .2,. , �.,>s:. ..,F: � ;•�:t f: Fs;;. c '`•x�'.r, [ p Ys ii. V P9::4r `hy% 4?:.: rF t tr<. ! f •e r t`..5r r •_.rr .t,.j. �,(..5 4 '7f..r.•8�gS t�".1.ri...n _. .,!-A: •n; :t � =fS%aF�-.�.-,+�<r'S:,a:t*_F-''ltt �..fr�,rf.• .''sf��,l, v .��� +t�a,•sifr,G .. .r:P F.Y,,,',],� S i err�l Red• :.^.rfc ::f:._ :::Y;4ti`:Ii'% r " 'rr. :ryii:c�7fr-au•�.r- ,r • F.r. _ rrr..t..4.2 tt k rr,,,, 0:., r:1. •�....v,:r-t Y :;• -.l-t:;::,e.'_._ :+5-i• .S • t'� .t �. :C� sS1? � ... . _ .� :.�L;:' _sjr.r _-�„.ry i.t:tr...lr�?,•u�1�i`•..z.,t� ;�.,rGJ.:r_F. .'�. •. 1.7�.. :;. ,. _ i ?r- r"' r *�1 ..- '�• � t'.sn•t.p:.. ._ '!"%t' ✓.- "f': -,..L,C•"._.2` .�?fr,•r� f?�, ` 1. • Ptsasa refer to the Color and Tin charts under each brand section tor model availability. I— /// ( , J�01—, 'Not avoidable on Avalanche. t S f l..v 'Not meltable on DenaA,Denali xL,Escalade, I 'SYvmado/Edema at Pontiac East plant only. .SYveradWSler.a not avellablo at Fled plant(not available on Crew Cab). I rid . f;57 • . .:a%' •.,'1,:.v,.t,.till*,!PL474:r4. ..l.r..«';xil%•,:,.LA,46tY. *----- a f: ? di!-Sc.,wta .•> .r••- __. 250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% • STATE OF NEBRASKA Dave Heineman ` rM Governor. • 1 ;:PMRT ENT OF ArearasreAnvz SERVICES • „fad +•`' Gerry Oligtnueller Acting Director ADDENDUM ONE DATE: October 24, 2006 TO: All Vendors MOM: Connie Heinrichs, Buyer State Purchasing Bureau RE: Questions and Answers for invitation to Bid# 1701 OF to be opened October-31, 2006 at 2:00 p.m. • ,.,y 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. 1)F. Can the arm rest be mounted in Yes the door panel? 2. 4) C. Alternator for Ford is 110 Amp. Change 4C to read as follows: This is the only alternator available. 4.C. Alternator: Largest alternator available from factory. Indicate size bidding: 3. Can a 2D option be added to these See options bid list number 37. 1N contre.cts? 4. 1) B. The length of the box needs to Change 1B to read as follows: read 62.5" Cab and Body: Fully enclosed safety type cab. The pickup box shall not be less than 76 inches long by 62 inches wide(inside dimensions)and be of double sidewa! '° construction. Minimum 50 inches wide between wheel wells. "STYLESIDE," • "FLEETSIDE,""SWEPTLINE"BODY will be required. Materiel Division•Don I.Madhegar.Administrator • • 301 Centenrdal Mall South• P.O.Box 94847 • Lincoln,Nebrar:Ya.68509-4847 • Phone(402)471-2401• Fax(402)471-2089 • An Equal Oppar unItJAffinnative Action Employer • Printed nNn soy ink an moyci d p"pr - f I 6dY:Pppn_ 1, 1 :1 r7' It.2rli SP7,' '�q, *,?. ,Ysyli+`,:t y.iJ: �-- _.y•�:• i:Z#3✓r:t' �" �.ar r^�-i �=.:tt�. pi?,'.r ,C 9V8 9015 Woodland Green . . 4:_-, yGss� ay .AA;:.ft.t ;?:t`' -,1 Fc":I':=-;�''�'i�'�+hr•`".13,,t4°. 1.1 i4: ^;,,,1;;;•,: ..:,gie4.,.s.:+--u ia•:'•`!!'S_ ref -f !;' ��,-...1'��,a.. . ,t:..,.y;,, . ,..1.:'j;r�a,��a. ,.�..-�S->.. �r1��•»�r5f.�'IHy�W:'r.w:�J �•�"iR�l�:t=:::iw.a�.«'�y ��F'n' )8 _ 9V9 9403 i Doeskin Tan • • • • .F i�: _eCJ'<' Y-:p •.+m ;rc^t-• f:::.ri','st' yy _ ..."3;thr Y% ns r'�c]= + ,. r t •t, •r�;•.,- :1 <iy, •a i�.l.f 3�,^h '� 9411 Yellow • _' �.% � � '. 11 ' ::r l:gi!Ir.;•.4 nrtM,_.t::. 4t is 2�.g-rli` sag s-A ;, Qr;, :+..,_,a. '� ,&.• -')i�1�{ Y�••t cC�....-a.:Y 'x"�-.•"y::7k�'•�`ti�`;:1 0. � �fi�'�'d�i'..�,tccri'��l�tt t !�_L•.��:r 'a„_y`•N::'�,'G'?r, ' 9W4 9417 r Tangier Orange • • • 4'i ?. ry.�['yy.��,,pp~ N,'"Atr Sys;,.:^er, _•a;, '•ti•_ ✓:+.- ;>,a-rr±� - ... ?�:?`'-I•'.ri f. ,;P. it f•X::4 ;a P'•:.,}z.,"X.'i�. 't,1 '••,,y 1;liW r:'1,4: 'r .",. •.:,$i? .ri—'''; `?`Yr 414. 1 t d_ l3 ii 1 w:,:. c. _$ .:�?'•,,.,ar x-..•:,,. . ! "r`?• ) �: .J t t `fo. 1 • 9419 Orange -.... :.. : • �'. s3 .7.g . }ra i. il: itirS•¢)l:rF�,,Ao -.4S•i_ ~#,�1.tP.."t--�y't,arf 4/:iy'�'20y r•v, �-/wd:rr: '� ��7 1 fti14 'T.>.. -�.:i LKy '`�i ' 146E3 Light Stellar Blue • • !!:;-,:k '. . ezr .e _r! r._:,�,',r r ."- R7^%'i�,aa.!i�i!.,:"drA.:'.,r4=:/ �'.,[r:'n CA.pr.`ij(':•:�,1ra a i�S�, t:.1e/> 'i� C?r wa y?'?�r 215D Yellow • .54:40, r. _ 7i'•. 1 44f4"{.,. •,?.fl.,x..11 pr,`?f'zt.�__;.$_! �,F."*t'•'%� , c':�`'jy,r�:e�Y q-�X._:•.r:�.i:-::M,+,_i-xj:w�•. � 4.i,� w:'?--`?' R'•y, -r rr=t�. f:r > .c.... ^:r:'�'� �....Stdd 'ta3+vcf"L£tY1Si6rC4 s... ��»+�`�4•:Cr6 9W3 253A Wheatland Yellow • • •_ %^w¢J„v..R R$ dy }4;t?rr:a?).::4.i-_.j�y 4`%�F+ :! .tj 4aAlt-ri'V it.is,tir 5iS�� yytaft'r; r r,,+F q43_ :� ' ,r.i �`••�.�^M r;"-i W ', 3343` Dark Toreador Red a - : __ egg}$ !'_A ,)•. ,Ra: ;rr.!:•1 .1 d . r.;, dY?r S :•Wir•};.I,x?,i ; d,' '1 • YZ*jT'lli IMP.Ar- - 454N Blue • ` :�}}'�,4y6 0. g•..- ,�. -rarvrg+,.;:y,,;?fir t'•J'y .r!�..ruf es;,.,.:.. , Srs:/J]��c�/d�I�•,�G',�"'i.:;1�..f.r`�F.•-..f:'l'�'G:. �.�.i�...,ir:A, a'::t�•f:�Yr.. i'S.^`h.:.r'ro.cf'',ts;T. ,y •j:`' :l', ':j:'S: ;} 519F Galaxy Silver Metallic .:. q;�..,x,.,... - i; `:. . p ; : q +y'`_r t::rr'sQ.: •,,.. •,c^'F4: !.'J, [.. -.4,- ,:f.w„r•.y.,,, r- ,: i.si:" ' ry.L.!!:''.Mr• Cc: :L: .'.-x,.l ' .:n• "r�L... s:". 4:., ..✓F�.c�i�. V ffS' � . c'r+. .'�!.•.. � S %.[:: .,lsr.Fditi t r'r '` .:F: v��lc ��r, r{+ �,� �...... .. iV. • 769H Blue r• •�•• . .2,. , �.,>s:. ..,F: � ;•�:t f: Fs;;. c '`•x�'.r, [ p Ys ii. V P9::4r `hy% 4?:.: rF t tr<. ! f •e r t`..5r r •_.rr .t,.j. �,(..5 4 '7f..r.•8�gS t�".1.ri...n _. .,!-A: •n; :t � =fS%aF�-.�.-,+�<r'S:,a:t*_F-''ltt �..fr�,rf.• .''sf��,l, v .��� +t�a,•sifr,G .. .r:P F.Y,,,',],� S i err�l Red• :.^.rfc ::f:._ :::Y;4ti`:Ii'% r " 'rr. :ryii:c�7fr-au•�.r- ,r • F.r. _ rrr..t..4.2 tt k rr,,,, 0:., r:1. •�....v,:r-t Y :;• -.l-t:;::,e.'_._ :+5-i• .S • t'� .t �. :C� sS1? � ... . _ .� :.�L;:' _sjr.r _-�„.ry i.t:tr...lr�?,•u�1�i`•..z.,t� ;�.,rGJ.:r_F. .'�. •. 1.7�.. :;. ,. _ i ?r- r"' r *�1 ..- '�• � t'.sn•t.p:.. ._ '!"%t' ✓.- "f': -,..L,C•"._.2` .�?fr,•r� f?�, ` 1. • Ptsasa refer to the Color and Tin charts under each brand section tor model availability. I— /// ( , J�01—, 'Not avoidable on Avalanche. t S f l..v 'Not meltable on DenaA,Denali xL,Escalade, I 'SYvmado/Edema at Pontiac East plant only. .SYveradWSler.a not avellablo at Fled plant(not available on Crew Cab). I rid . f;57 • . .:a%' •.,'1,:.v,.t,.till*,!PL474:r4. ..l.r..«';xil%•,:,.LA,46tY. *----- a f: ? di!-Sc.,wta .•> .r••- __. 250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% • 4 Prepared By: • Ron Fullerton • Sid Dillon Cher.Buick Pontiac 257 West A St:get Wahoo, NE 68066 ;--- Phone: (402)510-7578 Fax: (402)443..3982 — s Email: rullerton Osiddillon.com • • 2007 Fleet/Non-Retail Chevrolet Silverado 1500 4WD Ext Cab 134.0" LT w/1 WARRANTY INFORMATION WARRANTY INFORMATION-2007 Fleet/Non-Retail CK10553 4WD Ext Cab 134.0"LT w11 • LT WARRANTY • Basic:3 Years/36,000 Miles Drivetrain:Gas Engine 5 Years/100,000 Miles Diesel Engine 5 Years/100,000 Miles Corrosion:6 Years/100,000 Miles Roadside Assistance:5 Years/100,000 Miles • Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 119.0,Data updated 10/24/2006 8:42:00 AM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved Customer File: October 31, 2006 11:14:00 AM Page 2 ly enclosed safety type cab. The pickup box shall not be less than 76 inches long by 62 inches wide(inside dimensions)and be of double sidewa! '° construction. Minimum 50 inches wide between wheel wells. "STYLESIDE," • "FLEETSIDE,""SWEPTLINE"BODY will be required. Materiel Division•Don I.Madhegar.Administrator • • 301 Centenrdal Mall South• P.O.Box 94847 • Lincoln,Nebrar:Ya.68509-4847 • Phone(402)471-2401• Fax(402)471-2089 • An Equal Oppar unItJAffinnative Action Employer • Printed nNn soy ink an moyci d p"pr - f I 6dY:Pppn_ 1, 1 :1 r7' It.2rli SP7,' '�q, *,?. ,Ysyli+`,:t y.iJ: �-- _.y•�:• i:Z#3✓r:t' �" �.ar r^�-i �=.:tt�. pi?,'.r ,C 9V8 9015 Woodland Green . . 4:_-, yGss� ay .AA;:.ft.t ;?:t`' -,1 Fc":I':=-;�''�'i�'�+hr•`".13,,t4°. 1.1 i4: ^;,,,1;;;•,: ..:,gie4.,.s.:+--u ia•:'•`!!'S_ ref -f !;' ��,-...1'��,a.. . ,t:..,.y;,, . ,..1.:'j;r�a,��a. ,.�..-�S->.. �r1��•»�r5f.�'IHy�W:'r.w:�J �•�"iR�l�:t=:::iw.a�.«'�y ��F'n' )8 _ 9V9 9403 i Doeskin Tan • • • • .F i�: _eCJ'<' Y-:p •.+m ;rc^t-• f:::.ri','st' yy _ ..."3;thr Y% ns r'�c]= + ,. r t •t, •r�;•.,- :1 <iy, •a i�.l.f 3�,^h '� 9411 Yellow • _' �.% � � '. 11 ' ::r l:gi!Ir.;•.4 nrtM,_.t::. 4t is 2�.g-rli` sag s-A ;, Qr;, :+..,_,a. '� ,&.• -')i�1�{ Y�••t cC�....-a.:Y 'x"�-.•"y::7k�'•�`ti�`;:1 0. � �fi�'�'d�i'..�,tccri'��l�tt t !�_L•.��:r 'a„_y`•N::'�,'G'?r, ' 9W4 9417 r Tangier Orange • • • 4'i ?. ry.�['yy.��,,pp~ N,'"Atr Sys;,.:^er, _•a;, '•ti•_ ✓:+.- ;>,a-rr±� - ... ?�:?`'-I•'.ri f. ,;P. it f•X::4 ;a P'•:.,}z.,"X.'i�. 't,1 '••,,y 1;liW r:'1,4: 'r .",. •.:,$i? .ri—'''; `?`Yr 414. 1 t d_ l3 ii 1 w:,:. c. _$ .:�?'•,,.,ar x-..•:,,. . ! "r`?• ) �: .J t t `fo. 1 • 9419 Orange -.... :.. : • �'. s3 .7.g . }ra i. il: itirS•¢)l:rF�,,Ao -.4S•i_ ~#,�1.tP.."t--�y't,arf 4/:iy'�'20y r•v, �-/wd:rr: '� ��7 1 fti14 'T.>.. -�.:i LKy '`�i ' 146E3 Light Stellar Blue • • !!:;-,:k '. . ezr .e _r! r._:,�,',r r ."- R7^%'i�,aa.!i�i!.,:"drA.:'.,r4=:/ �'.,[r:'n CA.pr.`ij(':•:�,1ra a i�S�, t:.1e/> 'i� C?r wa y?'?�r 215D Yellow • .54:40, r. _ 7i'•. 1 44f4"{.,. •,?.fl.,x..11 pr,`?f'zt.�__;.$_! �,F."*t'•'%� , c':�`'jy,r�:e�Y q-�X._:•.r:�.i:-::M,+,_i-xj:w�•. � 4.i,� w:'?--`?' R'•y, -r rr=t�. f:r > .c.... ^:r:'�'� �....Stdd 'ta3+vcf"L£tY1Si6rC4 s... ��»+�`�4•:Cr6 9W3 253A Wheatland Yellow • • •_ %^w¢J„v..R R$ dy }4;t?rr:a?).::4.i-_.j�y 4`%�F+ :! .tj 4aAlt-ri'V it.is,tir 5iS�� yytaft'r; r r,,+F q43_ :� ' ,r.i �`••�.�^M r;"-i W ', 3343` Dark Toreador Red a - : __ egg}$ !'_A ,)•. ,Ra: ;rr.!:•1 .1 d . r.;, dY?r S :•Wir•};.I,x?,i ; d,' '1 • YZ*jT'lli IMP.Ar- - 454N Blue • ` :�}}'�,4y6 0. g•..- ,�. -rarvrg+,.;:y,,;?fir t'•J'y .r!�..ruf es;,.,.:.. , Srs:/J]��c�/d�I�•,�G',�"'i.:;1�..f.r`�F.•-..f:'l'�'G:. �.�.i�...,ir:A, a'::t�•f:�Yr.. i'S.^`h.:.r'ro.cf'',ts;T. ,y •j:`' :l', ':j:'S: ;} 519F Galaxy Silver Metallic .:. q;�..,x,.,... - i; `:. . p ; : q +y'`_r t::rr'sQ.: •,,.. •,c^'F4: !.'J, [.. -.4,- ,:f.w„r•.y.,,, r- ,: i.si:" ' ry.L.!!:''.Mr• Cc: :L: .'.-x,.l ' .:n• "r�L... s:". 4:., ..✓F�.c�i�. V ffS' � . c'r+. .'�!.•.. � S %.[:: .,lsr.Fditi t r'r '` .:F: v��lc ��r, r{+ �,� �...... .. iV. • 769H Blue r• •�•• . .2,. , �.,>s:. ..,F: � ;•�:t f: Fs;;. c '`•x�'.r, [ p Ys ii. V P9::4r `hy% 4?:.: rF t tr<. ! f •e r t`..5r r •_.rr .t,.j. �,(..5 4 '7f..r.•8�gS t�".1.ri...n _. .,!-A: •n; :t � =fS%aF�-.�.-,+�<r'S:,a:t*_F-''ltt �..fr�,rf.• .''sf��,l, v .��� +t�a,•sifr,G .. .r:P F.Y,,,',],� S i err�l Red• :.^.rfc ::f:._ :::Y;4ti`:Ii'% r " 'rr. :ryii:c�7fr-au•�.r- ,r • F.r. _ rrr..t..4.2 tt k rr,,,, 0:., r:1. •�....v,:r-t Y :;• -.l-t:;::,e.'_._ :+5-i• .S • t'� .t �. :C� sS1? � ... . _ .� :.�L;:' _sjr.r _-�„.ry i.t:tr...lr�?,•u�1�i`•..z.,t� ;�.,rGJ.:r_F. .'�. •. 1.7�.. :;. ,. _ i ?r- r"' r *�1 ..- '�• � t'.sn•t.p:.. ._ '!"%t' ✓.- "f': -,..L,C•"._.2` .�?fr,•r� f?�, ` 1. • Ptsasa refer to the Color and Tin charts under each brand section tor model availability. I— /// ( , J�01—, 'Not avoidable on Avalanche. t S f l..v 'Not meltable on DenaA,Denali xL,Escalade, I 'SYvmado/Edema at Pontiac East plant only. .SYveradWSler.a not avellablo at Fled plant(not available on Crew Cab). I rid . f;57 • . .:a%' •.,'1,:.v,.t,.till*,!PL474:r4. ..l.r..«';xil%•,:,.LA,46tY. *----- a f: ? di!-Sc.,wta .•> .r••- __. 250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% e Prepared For: Prepared By: DAVE NORTH CHUCK or SIOSH AMES • CITY OF OMAHA Sid Dillon Commercial/Fleet 2606 NORTH 26TH STREET 257 West A OMAHA, NE 68111 Wahoo, NE 68066 • Phone: (402) 660-3215 Phone: (402) 540-7577 ▪ Fax: (402) 444-6339 Fax: (402) 443-3982 ail: came siddill .com • 2007 Chevrolet Silverado 1500 CK10753 4WD Ext Cab 143.5" Work Truck ;`,47•...",:'.�.;•;:::;: .:,. .......:...N.....n, • kn, ,tNxx xlN' v ,v�SN L �n:Nflthxx r:x� xxxx, ,xNi�axd•1 ,:MA:..t :i ot:�;:::x wNDxdxx xxa xaxxtRxoxxx ,x.wx„w�j;i K.x" xdxhk ire . - ""N xdxxNx�JxNRxtlfxvfD aXNNNl7x p�� xN IM7 tlxxYNdla vxm+NnxdpNAxJNtM Nyx^xx•x^w..^`nx:v.,:.eLA'+ • xt�Yl'AC1�t'�tlNNxxtl�AxM:jYA^A x � J� •x,gy(NAxNAN. +•?(%`" AYRs¢ ""v 'µu":Nnv,wNeaNXkY v,,a�,.,y",,�,,�X xx1eY�j���:ryx.. ��y}. ?•i. „xJl:n�ax'DerdW� xxx xAi7 b':'" �KN, 'lxbNxex�: t��NNxxnxxxxyxxNlNi' �f.. a xdAxDxnN J,Y t�'H NNt xNAx �x X�rT c•� a:i/.. .. xtlANA x"axf aGiNy XI<: Y R y is D "J hMrx W A D" Nyxx 'A1N N v "I�TR;aV �» GN rf::"aNatl x.AJRln� roydriX xx:l:l.! 4Y '?�'. x Nr:la yve .:.:.,.,.:t:.• .:..:..:v,:o.; 'CAS x.q'rwi•v p • ••. • ...:..c :t 1l0✓B 2YAeAaX :�ox:NexYxxAr(b,:<nA...,r Mry ;.he.� KYiN4xX NNaNAxA Yp fxM x 75GuS�""u'o�.: xYgxNAxxxv^x•:.r: ".,,: >" ,• '.... ...... :!%'0,,"Y aN 8". yR. .y,vx xnx v.:a tpa°fA . ......:......r.,nx.OAt i.A eytNAxxu v,xn:vyxnxxc,;ay.".: •`✓Fi 5LANANJ.VIx;lx:< �e:l.,v ,41'''"w.r:" =Ji^'•";'Y.oir`'ry aiN; :ele,i :",.. ti:ixJ.5'4. :.,V,. ") '"i, Axw^:yayxa .��,fii.� G+.Mj n wtY-F;in:H,k�_�,. x Fv 'y 43iiX1G�N vG Gr „J,R ^'�,YRIS�AtlANANDx h N � AAtl '�. W�\G'hY � ` dp R�yNAynA+YA /�ux D;Yrtxl xoG%nx. . ,xtlx.A, d.ntx K,•,,, , Xp'raz;z i:di,xAx 1:�9xxµxl).�dx N yx,:i x�A:df�„ ' ,x°IYx • NAYn�aa8"x"" • ,, .:aNMfAx:: anx,l;tw,xNx:Ww. y r„ti: ,H:fr xx {$�� '�r x,'NXxexNYkF NiTAah> . .:a AAtlYNdRC9 Y x oxxxe'hx, �x ykNN;„fx xN:l:xV :v ^x ^"�pnauYNN1iY•`..v..v.vt ybkfrY�a'Rµ ,e,�`...•�,.., �x:(ANtlxtlY��Ftldxd4la;NlxdxYxMnWNVRtl4xe M9A1(tl 'XANAxb�,�l'WQG9aXAxxi<x tx'xx"� Nfitxnxux fyxu:ttla:<.x,xvvx' IdowrIvqy NK9yCNKRMKRtlRBP.�RR1 vyxoxrx Ax v xr:dxi Nx�'f1:,:w:i:R,:rvxxa vN x�x,NN(c'71:t:ltl:INRrv.:�Y1: 'txNxFA:w,1feKd4v'XC)z,AAxtxtN:IxpxxAYSYANRN,xt> x.pla.••• :•Yx^vx,.f::,• yy.x..µxVnR:µr..x<A,1.:..V,., :FIN?:kf:fNJfxRYNAx13aNA>iq ,„••NaN••••<•d,1.1 ..„•••:YfRxxx.l.l. x•x.a:... • .•..•e .t..:to:.•x,x'M+<.xl:,xY t ....x.�r.:o.,.V�x, ....vY.,e,�x.x D.;t...KN•t:.a.. ........no;.,".xot..yxoyn a,.4.r YrdX�<., �"�:.e.�i..yr.",..y.:"x..Yx•td.v.:.. )�.,o:e: ,......::..NtY•;,...;y.,:.xn;x.Y•. ..,x.a:(t9;ty" .., ,.. .. .......n. ..... .d. .,. ,x • Photo may not represent exact vehicle or selected equipment. Z d Z8ti9 '°N OOHVM NO11I0 OIS WdtiS:Zl LOOT '96 'U2 � C?r wa y?'?�r 215D Yellow • .54:40, r. _ 7i'•. 1 44f4"{.,. •,?.fl.,x..11 pr,`?f'zt.�__;.$_! �,F."*t'•'%� , c':�`'jy,r�:e�Y q-�X._:•.r:�.i:-::M,+,_i-xj:w�•. � 4.i,� w:'?--`?' R'•y, -r rr=t�. f:r > .c.... ^:r:'�'� �....Stdd 'ta3+vcf"L£tY1Si6rC4 s... ��»+�`�4•:Cr6 9W3 253A Wheatland Yellow • • •_ %^w¢J„v..R R$ dy }4;t?rr:a?).::4.i-_.j�y 4`%�F+ :! .tj 4aAlt-ri'V it.is,tir 5iS�� yytaft'r; r r,,+F q43_ :� ' ,r.i �`••�.�^M r;"-i W ', 3343` Dark Toreador Red a - : __ egg}$ !'_A ,)•. ,Ra: ;rr.!:•1 .1 d . r.;, dY?r S :•Wir•};.I,x?,i ; d,' '1 • YZ*jT'lli IMP.Ar- - 454N Blue • ` :�}}'�,4y6 0. g•..- ,�. -rarvrg+,.;:y,,;?fir t'•J'y .r!�..ruf es;,.,.:.. , Srs:/J]��c�/d�I�•,�G',�"'i.:;1�..f.r`�F.•-..f:'l'�'G:. �.�.i�...,ir:A, a'::t�•f:�Yr.. i'S.^`h.:.r'ro.cf'',ts;T. ,y •j:`' :l', ':j:'S: ;} 519F Galaxy Silver Metallic .:. q;�..,x,.,... - i; `:. . p ; : q +y'`_r t::rr'sQ.: •,,.. •,c^'F4: !.'J, [.. -.4,- ,:f.w„r•.y.,,, r- ,: i.si:" ' ry.L.!!:''.Mr• Cc: :L: .'.-x,.l ' .:n• "r�L... s:". 4:., ..✓F�.c�i�. V ffS' � . c'r+. .'�!.•.. � S %.[:: .,lsr.Fditi t r'r '` .:F: v��lc ��r, r{+ �,� �...... .. iV. • 769H Blue r• •�•• . .2,. , �.,>s:. ..,F: � ;•�:t f: Fs;;. c '`•x�'.r, [ p Ys ii. V P9::4r `hy% 4?:.: rF t tr<. ! f •e r t`..5r r •_.rr .t,.j. �,(..5 4 '7f..r.•8�gS t�".1.ri...n _. .,!-A: •n; :t � =fS%aF�-.�.-,+�<r'S:,a:t*_F-''ltt �..fr�,rf.• .''sf��,l, v .��� +t�a,•sifr,G .. .r:P F.Y,,,',],� S i err�l Red• :.^.rfc ::f:._ :::Y;4ti`:Ii'% r " 'rr. :ryii:c�7fr-au•�.r- ,r • F.r. _ rrr..t..4.2 tt k rr,,,, 0:., r:1. •�....v,:r-t Y :;• -.l-t:;::,e.'_._ :+5-i• .S • t'� .t �. :C� sS1? � ... . _ .� :.�L;:' _sjr.r _-�„.ry i.t:tr...lr�?,•u�1�i`•..z.,t� ;�.,rGJ.:r_F. .'�. •. 1.7�.. :;. ,. _ i ?r- r"' r *�1 ..- '�• � t'.sn•t.p:.. ._ '!"%t' ✓.- "f': -,..L,C•"._.2` .�?fr,•r� f?�, ` 1. • Ptsasa refer to the Color and Tin charts under each brand section tor model availability. I— /// ( , J�01—, 'Not avoidable on Avalanche. t S f l..v 'Not meltable on DenaA,Denali xL,Escalade, I 'SYvmado/Edema at Pontiac East plant only. .SYveradWSler.a not avellablo at Fled plant(not available on Crew Cab). I rid . f;57 • . .:a%' •.,'1,:.v,.t,.till*,!PL474:r4. ..l.r..«';xil%•,:,.LA,46tY. *----- a f: ? di!-Sc.,wta .•> .r••- __. 250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% , Prepared For: Prepared By: `DAVE NORTH CHUCK or JOSH AMES • CITY OF OMAHA ., ° Sid Dillon Commercial/Fleet - 2606 NORTH 26TH STREET .. 257 West A OMAHA, NE 68111 Wahoo, NE 68066 Phone: (402) 660-3215 Phone: (402) 540-7577 Fax: (402) 444-6339 Fax: (402)443-3982 Email: camasasiddillon.com . N , 2007 Fleet/Non-Retail Chevrolet Silverado 1500 4WD Ext Cab 143.5" Work .- WINDOW STICKER . 12007 Chevrolet Silverado 1500 4WD Ext Cab,143.5"Work Truck Interior: - No color has been selected. * 5.31/323 CID " Gas/Ethanol V8 Exterior 1: - No color has been selected. 1 4-Speed Automatic w/OD :. - Exterior 2: - No color has been selected. }, • CODE MODEL MSRP . . CK10753 2007 Chevrolet Silverado 1500'4WD Ext Cab 143.5"Work Truck $26,100.00 , OPTIONS ' _B SEAT TRIM, CLOTH $0.00 1WT WORK TRUCK PREFERRED EQUIPMENT GROUP $0.00 , AE7 SEATS, FRONT 40/20/40 SPLIT-BENCH, 3-PASSENGER, DRIVER AND FRONT $0.00 AM1 SEAT ADJUSTER, MANUAL LUMBAR CONTROL ON THE DRIVER-SIDE INC • r=r"_9 EMISSIONS, FEDERAL REQUIREMENTS $0.00 Gd0 DIFFERENTIAL, HEAVY-DUTY AUTOMATIC LOCKING REAR INC GT4 REAR AXLE 3.73 RATIO $0.00 K34 CRUISE CONTROL, ELECTRONIC $240.00 . K47 AIR CLEANER, HIGH-CAPACITY INC KNP COOLING, AUXILIARY EXTERNAL TRANSMISSION OIL COOLER, HEAVY-DUT INC LMG ENGINE, VORTEC 5.3L V8 SFI FLEXFUEL WITH ACTIVE FUEL MANAGEMENT, $600.00 ' M30 TRANSMISSION,4-SPEED AUTOMATIC, ELECTRONICALLY CONTROLLED $0.00 NX7 WHEELS, 4-17" x 7.5" (43.2 CM x 19,1`;CM) STEEL, 6-LUG PAINTED, $0.00 , PCY TOWING PACKAGE, $770.00 QVL TIRES, P265/70R17 ALL-SEASON. BLACKWALL $0.00 . TFD RETAIL AMENITY DELETE . $0.00 UEO ONSTAR, DELETE $200.00 UM7 AUDIO SYSTEM,AM/FM STEREO $0.00 • VK3 LICENSE PLATE BRACKET, FRONT $0.00 , V02 FLEET PROCESSING OPTION $0.00 Z82 TRAILERING EQUIPMENT, HEAVY-DUTY, INC Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 121.3, Data updated 1/23/2007 9:32:00 AM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: Page 2 January 26, 2007 11:33:18 AM 8 'd Z8b9 '°N OOHVM N011I( OIS Wd55 :l1 LOOZ '9Z '°ef �x ykNN;„fx xN:l:xV :v ^x ^"�pnauYNN1iY•`..v..v.vt ybkfrY�a'Rµ ,e,�`...•�,.., �x:(ANtlxtlY��Ftldxd4la;NlxdxYxMnWNVRtl4xe M9A1(tl 'XANAxb�,�l'WQG9aXAxxi<x tx'xx"� Nfitxnxux fyxu:ttla:<.x,xvvx' IdowrIvqy NK9yCNKRMKRtlRBP.�RR1 vyxoxrx Ax v xr:dxi Nx�'f1:,:w:i:R,:rvxxa vN x�x,NN(c'71:t:ltl:INRrv.:�Y1: 'txNxFA:w,1feKd4v'XC)z,AAxtxtN:IxpxxAYSYANRN,xt> x.pla.••• :•Yx^vx,.f::,• yy.x..µxVnR:µr..x<A,1.:..V,., :FIN?:kf:fNJfxRYNAx13aNA>iq ,„••NaN••••<•d,1.1 ..„•••:YfRxxx.l.l. x•x.a:... • .•..•e .t..:to:.•x,x'M+<.xl:,xY t ....x.�r.:o.,.V�x, ....vY.,e,�x.x D.;t...KN•t:.a.. ........no;.,".xot..yxoyn a,.4.r YrdX�<., �"�:.e.�i..yr.",..y.:"x..Yx•td.v.:.. )�.,o:e: ,......::..NtY•;,...;y.,:.xn;x.Y•. ..,x.a:(t9;ty" .., ,.. .. .......n. ..... .d. .,. ,x • Photo may not represent exact vehicle or selected equipment. Z d Z8ti9 '°N OOHVM NO11I0 OIS WdtiS:Zl LOOT '96 'U2 � C?r wa y?'?�r 215D Yellow • .54:40, r. _ 7i'•. 1 44f4"{.,. •,?.fl.,x..11 pr,`?f'zt.�__;.$_! �,F."*t'•'%� , c':�`'jy,r�:e�Y q-�X._:•.r:�.i:-::M,+,_i-xj:w�•. � 4.i,� w:'?--`?' R'•y, -r rr=t�. f:r > .c.... ^:r:'�'� �....Stdd 'ta3+vcf"L£tY1Si6rC4 s... ��»+�`�4•:Cr6 9W3 253A Wheatland Yellow • • •_ %^w¢J„v..R R$ dy }4;t?rr:a?).::4.i-_.j�y 4`%�F+ :! .tj 4aAlt-ri'V it.is,tir 5iS�� yytaft'r; r r,,+F q43_ :� ' ,r.i �`••�.�^M r;"-i W ', 3343` Dark Toreador Red a - : __ egg}$ !'_A ,)•. ,Ra: ;rr.!:•1 .1 d . r.;, dY?r S :•Wir•};.I,x?,i ; d,' '1 • YZ*jT'lli IMP.Ar- - 454N Blue • ` :�}}'�,4y6 0. g•..- ,�. -rarvrg+,.;:y,,;?fir t'•J'y .r!�..ruf es;,.,.:.. , Srs:/J]��c�/d�I�•,�G',�"'i.:;1�..f.r`�F.•-..f:'l'�'G:. �.�.i�...,ir:A, a'::t�•f:�Yr.. i'S.^`h.:.r'ro.cf'',ts;T. ,y •j:`' :l', ':j:'S: ;} 519F Galaxy Silver Metallic .:. q;�..,x,.,... - i; `:. . p ; : q +y'`_r t::rr'sQ.: •,,.. •,c^'F4: !.'J, [.. -.4,- ,:f.w„r•.y.,,, r- ,: i.si:" ' ry.L.!!:''.Mr• Cc: :L: .'.-x,.l ' .:n• "r�L... s:". 4:., ..✓F�.c�i�. V ffS' � . c'r+. .'�!.•.. � S %.[:: .,lsr.Fditi t r'r '` .:F: v��lc ��r, r{+ �,� �...... .. iV. • 769H Blue r• •�•• . .2,. , �.,>s:. ..,F: � ;•�:t f: Fs;;. c '`•x�'.r, [ p Ys ii. V P9::4r `hy% 4?:.: rF t tr<. ! f •e r t`..5r r •_.rr .t,.j. �,(..5 4 '7f..r.•8�gS t�".1.ri...n _. .,!-A: •n; :t � =fS%aF�-.�.-,+�<r'S:,a:t*_F-''ltt �..fr�,rf.• .''sf��,l, v .��� +t�a,•sifr,G .. .r:P F.Y,,,',],� S i err�l Red• :.^.rfc ::f:._ :::Y;4ti`:Ii'% r " 'rr. :ryii:c�7fr-au•�.r- ,r • F.r. _ rrr..t..4.2 tt k rr,,,, 0:., r:1. •�....v,:r-t Y :;• -.l-t:;::,e.'_._ :+5-i• .S • t'� .t �. :C� sS1? � ... . _ .� :.�L;:' _sjr.r _-�„.ry i.t:tr...lr�?,•u�1�i`•..z.,t� ;�.,rGJ.:r_F. .'�. •. 1.7�.. :;. ,. _ i ?r- r"' r *�1 ..- '�• � t'.sn•t.p:.. ._ '!"%t' ✓.- "f': -,..L,C•"._.2` .�?fr,•r� f?�, ` 1. • Ptsasa refer to the Color and Tin charts under each brand section tor model availability. I— /// ( , J�01—, 'Not avoidable on Avalanche. t S f l..v 'Not meltable on DenaA,Denali xL,Escalade, I 'SYvmado/Edema at Pontiac East plant only. .SYveradWSler.a not avellablo at Fled plant(not available on Crew Cab). I rid . f;57 • . .:a%' •.,'1,:.v,.t,.till*,!PL474:r4. ..l.r..«';xil%•,:,.LA,46tY. *----- a f: ? di!-Sc.,wta .•> .r••- __. 250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% Prepared For: Prepared By: '"RAVE NORTH CHUCK or JOSH AMES CITY OF OMAHA Sid Dillon Commercial/Fleet , 2606 NORTH 26TH STREET • . 257 West A OMAHA, NE 68111 Wahoo,`NE 68066 Phone: (402) 660-3215 Phone: (402) 540-7577 Fax: (402) 444-6339 - Fax: (402)443-3982 Email: cames@siddillon.com 2007 Fleet/Non-Retail Chevrolet Silverado 1500 4WD Ext Cab 1 43.5" Work WINDOW STICKER Z85 SUSPENSION PACKAGE, HANDLING/TRAILERING, HEAVY-DUTY, INC • ZY1 PAINT, SOLID _.... .---. ..-_-.. •._._.. $0.00 SUBTOTAL $27,510.00 i - - - -- —. Advert/Adjustments $0.00 Destination Charge $900.00 TOTAL PRICE $28,410.00 ! • Est City: * 16.00 mpg Est Highway: a 20.00 mpg Est Highway Cruising Range: 520.00 mi i • 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: 121.3, Data updated 1/23/2007 9:32:00 AM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: Page 3 January 26, 2007 11:33:18 AM ti 'd Z81/9 '°N OOHVM NO11I0 GIS WdSS -ZI LOOZ '9Z '°Ef CONTROL, ELECTRONIC $240.00 . K47 AIR CLEANER, HIGH-CAPACITY INC KNP COOLING, AUXILIARY EXTERNAL TRANSMISSION OIL COOLER, HEAVY-DUT INC LMG ENGINE, VORTEC 5.3L V8 SFI FLEXFUEL WITH ACTIVE FUEL MANAGEMENT, $600.00 ' M30 TRANSMISSION,4-SPEED AUTOMATIC, ELECTRONICALLY CONTROLLED $0.00 NX7 WHEELS, 4-17" x 7.5" (43.2 CM x 19,1`;CM) STEEL, 6-LUG PAINTED, $0.00 , PCY TOWING PACKAGE, $770.00 QVL TIRES, P265/70R17 ALL-SEASON. BLACKWALL $0.00 . TFD RETAIL AMENITY DELETE . $0.00 UEO ONSTAR, DELETE $200.00 UM7 AUDIO SYSTEM,AM/FM STEREO $0.00 • VK3 LICENSE PLATE BRACKET, FRONT $0.00 , V02 FLEET PROCESSING OPTION $0.00 Z82 TRAILERING EQUIPMENT, HEAVY-DUTY, INC Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 121.3, Data updated 1/23/2007 9:32:00 AM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: Page 2 January 26, 2007 11:33:18 AM 8 'd Z8b9 '°N OOHVM N011I( OIS Wd55 :l1 LOOZ '9Z '°ef �x ykNN;„fx xN:l:xV :v ^x ^"�pnauYNN1iY•`..v..v.vt ybkfrY�a'Rµ ,e,�`...•�,.., �x:(ANtlxtlY��Ftldxd4la;NlxdxYxMnWNVRtl4xe M9A1(tl 'XANAxb�,�l'WQG9aXAxxi<x tx'xx"� Nfitxnxux fyxu:ttla:<.x,xvvx' IdowrIvqy NK9yCNKRMKRtlRBP.�RR1 vyxoxrx Ax v xr:dxi Nx�'f1:,:w:i:R,:rvxxa vN x�x,NN(c'71:t:ltl:INRrv.:�Y1: 'txNxFA:w,1feKd4v'XC)z,AAxtxtN:IxpxxAYSYANRN,xt> x.pla.••• :•Yx^vx,.f::,• yy.x..µxVnR:µr..x<A,1.:..V,., :FIN?:kf:fNJfxRYNAx13aNA>iq ,„••NaN••••<•d,1.1 ..„•••:YfRxxx.l.l. x•x.a:... • .•..•e .t..:to:.•x,x'M+<.xl:,xY t ....x.�r.:o.,.V�x, ....vY.,e,�x.x D.;t...KN•t:.a.. ........no;.,".xot..yxoyn a,.4.r YrdX�<., �"�:.e.�i..yr.",..y.:"x..Yx•td.v.:.. )�.,o:e: ,......::..NtY•;,...;y.,:.xn;x.Y•. ..,x.a:(t9;ty" .., ,.. .. .......n. ..... .d. .,. ,x • Photo may not represent exact vehicle or selected equipment. Z d Z8ti9 '°N OOHVM NO11I0 OIS WdtiS:Zl LOOT '96 'U2 � C?r wa y?'?�r 215D Yellow • .54:40, r. _ 7i'•. 1 44f4"{.,. •,?.fl.,x..11 pr,`?f'zt.�__;.$_! �,F."*t'•'%� , c':�`'jy,r�:e�Y q-�X._:•.r:�.i:-::M,+,_i-xj:w�•. � 4.i,� w:'?--`?' R'•y, -r rr=t�. f:r > .c.... ^:r:'�'� �....Stdd 'ta3+vcf"L£tY1Si6rC4 s... ��»+�`�4•:Cr6 9W3 253A Wheatland Yellow • • •_ %^w¢J„v..R R$ dy }4;t?rr:a?).::4.i-_.j�y 4`%�F+ :! .tj 4aAlt-ri'V it.is,tir 5iS�� yytaft'r; r r,,+F q43_ :� ' ,r.i �`••�.�^M r;"-i W ', 3343` Dark Toreador Red a - : __ egg}$ !'_A ,)•. ,Ra: ;rr.!:•1 .1 d . r.;, dY?r S :•Wir•};.I,x?,i ; d,' '1 • YZ*jT'lli IMP.Ar- - 454N Blue • ` :�}}'�,4y6 0. g•..- ,�. -rarvrg+,.;:y,,;?fir t'•J'y .r!�..ruf es;,.,.:.. , Srs:/J]��c�/d�I�•,�G',�"'i.:;1�..f.r`�F.•-..f:'l'�'G:. �.�.i�...,ir:A, a'::t�•f:�Yr.. i'S.^`h.:.r'ro.cf'',ts;T. ,y •j:`' :l', ':j:'S: ;} 519F Galaxy Silver Metallic .:. q;�..,x,.,... - i; `:. . p ; : q +y'`_r t::rr'sQ.: •,,.. •,c^'F4: !.'J, [.. -.4,- ,:f.w„r•.y.,,, r- ,: i.si:" ' ry.L.!!:''.Mr• Cc: :L: .'.-x,.l ' .:n• "r�L... s:". 4:., ..✓F�.c�i�. V ffS' � . c'r+. .'�!.•.. � S %.[:: .,lsr.Fditi t r'r '` .:F: v��lc ��r, r{+ �,� �...... .. iV. • 769H Blue r• •�•• . .2,. , �.,>s:. ..,F: � ;•�:t f: Fs;;. c '`•x�'.r, [ p Ys ii. V P9::4r `hy% 4?:.: rF t tr<. ! f •e r t`..5r r •_.rr .t,.j. �,(..5 4 '7f..r.•8�gS t�".1.ri...n _. .,!-A: •n; :t � =fS%aF�-.�.-,+�<r'S:,a:t*_F-''ltt �..fr�,rf.• .''sf��,l, v .��� +t�a,•sifr,G .. .r:P F.Y,,,',],� S i err�l Red• :.^.rfc ::f:._ :::Y;4ti`:Ii'% r " 'rr. :ryii:c�7fr-au•�.r- ,r • F.r. _ rrr..t..4.2 tt k rr,,,, 0:., r:1. •�....v,:r-t Y :;• -.l-t:;::,e.'_._ :+5-i• .S • t'� .t �. :C� sS1? � ... . _ .� :.�L;:' _sjr.r _-�„.ry i.t:tr...lr�?,•u�1�i`•..z.,t� ;�.,rGJ.:r_F. .'�. •. 1.7�.. :;. ,. _ i ?r- r"' r *�1 ..- '�• � t'.sn•t.p:.. ._ '!"%t' ✓.- "f': -,..L,C•"._.2` .�?fr,•r� f?�, ` 1. • Ptsasa refer to the Color and Tin charts under each brand section tor model availability. I— /// ( , J�01—, 'Not avoidable on Avalanche. t S f l..v 'Not meltable on DenaA,Denali xL,Escalade, I 'SYvmado/Edema at Pontiac East plant only. .SYveradWSler.a not avellablo at Fled plant(not available on Crew Cab). I rid . f;57 • . .:a%' •.,'1,:.v,.t,.till*,!PL474:r4. ..l.r..«';xil%•,:,.LA,46tY. *----- a f: ? di!-Sc.,wta .•> .r••- __. 250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% Prepared For: Prepared By: DAVE NORTH CHUCK or JOSH AMES CITY OF OMAHA Sid Dillon Commercial/Fleet 2606 NORTH 26TH STREET 257 West A OMAHA, NE 68111 Wahoo, NE 68066 Phone: (402) 660-3215 Phone: (402) 540-7577 Fax: (402) 444-6339 Fax: (402)443-3982 Email: cames@siddillon.com . 2007 Fleet/Non-Retail Chevrolet Silverado 1500 4WD Ext Cab 143.5"Work PRICING SUMMARY PRICING SUMMARY-2007 Fleet/Non-Retail CK10753 4WD Ext Cab 143.5" Work Truck . W./r.-Le, MSRP "al& 0.e.V-- 7t�ii". Base Price eea.4;4. • $26,100.00 Total Options: $1,410.00 Vehicle Subtotal C�,..-=--�/it/e• S $27,510.00 /�J�-�~ ' --;Advert/Adjustments 4 q • $0.00 //fy)�Q C �� - Destination Charge&zi,..,2 .74 $900.00 (CUJ w GRAND TOTAL $28,410.00 Ai r6i-eV77 C .7.C,1? /6/ ,,.% I 1 • _. - ‘/C. .-- //C4' . ' .-. --. /I 0 - '' -5 I / Z;44Z2)�C , I � /4 %� 10/ 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 Autofook, Data Version: 121.3, Data updated 1/23/2007 9:32:00 AM ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: Page 4January 26, 2007 11:33:18 AM 5 'd Z8ti9 .°N 00HVM NO11I0 GIS WdSS :ZI LOOZ .9Z '11.er M30 TRANSMISSION,4-SPEED AUTOMATIC, ELECTRONICALLY CONTROLLED $0.00 NX7 WHEELS, 4-17" x 7.5" (43.2 CM x 19,1`;CM) STEEL, 6-LUG PAINTED, $0.00 , PCY TOWING PACKAGE, $770.00 QVL TIRES, P265/70R17 ALL-SEASON. BLACKWALL $0.00 . TFD RETAIL AMENITY DELETE . $0.00 UEO ONSTAR, DELETE $200.00 UM7 AUDIO SYSTEM,AM/FM STEREO $0.00 • VK3 LICENSE PLATE BRACKET, FRONT $0.00 , V02 FLEET PROCESSING OPTION $0.00 Z82 TRAILERING EQUIPMENT, HEAVY-DUTY, INC Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 121.3, Data updated 1/23/2007 9:32:00 AM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: Page 2 January 26, 2007 11:33:18 AM 8 'd Z8b9 '°N OOHVM N011I( OIS Wd55 :l1 LOOZ '9Z '°ef �x ykNN;„fx xN:l:xV :v ^x ^"�pnauYNN1iY•`..v..v.vt ybkfrY�a'Rµ ,e,�`...•�,.., �x:(ANtlxtlY��Ftldxd4la;NlxdxYxMnWNVRtl4xe M9A1(tl 'XANAxb�,�l'WQG9aXAxxi<x tx'xx"� Nfitxnxux fyxu:ttla:<.x,xvvx' IdowrIvqy NK9yCNKRMKRtlRBP.�RR1 vyxoxrx Ax v xr:dxi Nx�'f1:,:w:i:R,:rvxxa vN x�x,NN(c'71:t:ltl:INRrv.:�Y1: 'txNxFA:w,1feKd4v'XC)z,AAxtxtN:IxpxxAYSYANRN,xt> x.pla.••• :•Yx^vx,.f::,• yy.x..µxVnR:µr..x<A,1.:..V,., :FIN?:kf:fNJfxRYNAx13aNA>iq ,„••NaN••••<•d,1.1 ..„•••:YfRxxx.l.l. x•x.a:... • .•..•e .t..:to:.•x,x'M+<.xl:,xY t ....x.�r.:o.,.V�x, ....vY.,e,�x.x D.;t...KN•t:.a.. ........no;.,".xot..yxoyn a,.4.r YrdX�<., �"�:.e.�i..yr.",..y.:"x..Yx•td.v.:.. )�.,o:e: ,......::..NtY•;,...;y.,:.xn;x.Y•. ..,x.a:(t9;ty" .., ,.. .. .......n. ..... .d. .,. ,x • Photo may not represent exact vehicle or selected equipment. Z d Z8ti9 '°N OOHVM NO11I0 OIS WdtiS:Zl LOOT '96 'U2 � C?r wa y?'?�r 215D Yellow • .54:40, r. _ 7i'•. 1 44f4"{.,. •,?.fl.,x..11 pr,`?f'zt.�__;.$_! �,F."*t'•'%� , c':�`'jy,r�:e�Y q-�X._:•.r:�.i:-::M,+,_i-xj:w�•. � 4.i,� w:'?--`?' R'•y, -r rr=t�. f:r > .c.... ^:r:'�'� �....Stdd 'ta3+vcf"L£tY1Si6rC4 s... ��»+�`�4•:Cr6 9W3 253A Wheatland Yellow • • •_ %^w¢J„v..R R$ dy }4;t?rr:a?).::4.i-_.j�y 4`%�F+ :! .tj 4aAlt-ri'V it.is,tir 5iS�� yytaft'r; r r,,+F q43_ :� ' ,r.i �`••�.�^M r;"-i W ', 3343` Dark Toreador Red a - : __ egg}$ !'_A ,)•. ,Ra: ;rr.!:•1 .1 d . r.;, dY?r S :•Wir•};.I,x?,i ; d,' '1 • YZ*jT'lli IMP.Ar- - 454N Blue • ` :�}}'�,4y6 0. g•..- ,�. -rarvrg+,.;:y,,;?fir t'•J'y .r!�..ruf es;,.,.:.. , Srs:/J]��c�/d�I�•,�G',�"'i.:;1�..f.r`�F.•-..f:'l'�'G:. �.�.i�...,ir:A, a'::t�•f:�Yr.. i'S.^`h.:.r'ro.cf'',ts;T. ,y •j:`' :l', ':j:'S: ;} 519F Galaxy Silver Metallic .:. q;�..,x,.,... - i; `:. . p ; : q +y'`_r t::rr'sQ.: •,,.. •,c^'F4: !.'J, [.. -.4,- ,:f.w„r•.y.,,, r- ,: i.si:" ' ry.L.!!:''.Mr• Cc: :L: .'.-x,.l ' .:n• "r�L... s:". 4:., ..✓F�.c�i�. V ffS' � . c'r+. .'�!.•.. � S %.[:: .,lsr.Fditi t r'r '` .:F: v��lc ��r, r{+ �,� �...... .. iV. • 769H Blue r• •�•• . .2,. , �.,>s:. ..,F: � ;•�:t f: Fs;;. c '`•x�'.r, [ p Ys ii. V P9::4r `hy% 4?:.: rF t tr<. ! f •e r t`..5r r •_.rr .t,.j. �,(..5 4 '7f..r.•8�gS t�".1.ri...n _. .,!-A: •n; :t � =fS%aF�-.�.-,+�<r'S:,a:t*_F-''ltt �..fr�,rf.• .''sf��,l, v .��� +t�a,•sifr,G .. .r:P F.Y,,,',],� S i err�l Red• :.^.rfc ::f:._ :::Y;4ti`:Ii'% r " 'rr. :ryii:c�7fr-au•�.r- ,r • F.r. _ rrr..t..4.2 tt k rr,,,, 0:., r:1. •�....v,:r-t Y :;• -.l-t:;::,e.'_._ :+5-i• .S • t'� .t �. :C� sS1? � ... . _ .� :.�L;:' _sjr.r _-�„.ry i.t:tr...lr�?,•u�1�i`•..z.,t� ;�.,rGJ.:r_F. .'�. •. 1.7�.. :;. ,. _ i ?r- r"' r *�1 ..- '�• � t'.sn•t.p:.. ._ '!"%t' ✓.- "f': -,..L,C•"._.2` .�?fr,•r� f?�, ` 1. • Ptsasa refer to the Color and Tin charts under each brand section tor model availability. I— /// ( , J�01—, 'Not avoidable on Avalanche. t S f l..v 'Not meltable on DenaA,Denali xL,Escalade, I 'SYvmado/Edema at Pontiac East plant only. .SYveradWSler.a not avellablo at Fled plant(not available on Crew Cab). I rid . f;57 • . .:a%' •.,'1,:.v,.t,.till*,!PL474:r4. ..l.r..«';xil%•,:,.LA,46tY. *----- a f: ? di!-Sc.,wta .•> .r••- __. 250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% , Prepared For: Prepared By: ' DAVE NORTH CHUCK or JOSH AMES CITY OF OMAHA Sid Dillon Commercial/Fleet 2606 NORTH 26TH STREET 257 West A OMAHA, NE 68111 ' Wahoo, NE 68066 Phone: (402) 660-3215 Phone: (402)540-7577 Fax: (402) 444-6339 c Fax: (402)443-3982 ' Email:•cames@siddillon.com 2007 Fleet/Non-Retail Chevrolet Silverado 1500 4WD Ext Cab 143.5" Work SELECTED MODEL & OPTIONS . SELECTED.MODEL-2007 Fleet/Non-Retail CK10753 4WD Ext Cab 143.5" Work Truck Code Description MSRP CK10753 t 2007 Chevrolet Silverado 1500 4WD Ext Cab P $26,100.00 t. 143.5"Work Truck Ir SELECTED VEHICLE COLORS-2007 Fleet/Non-Retail CK10753 4WD Ext Cab 143.5" Work Truck Code Description , • - Interior No color has been selected. ., - Exterior 1: No color has been selected. - Exterior 2: No color has been selected. . SELECTED OPTIONS-:c:°07 Fleet/Non-Retail CK10753 4WD Ext Cab 143.5" Work Truck Code Description MSRP _B SEAT TRIM, CLOTH - $0.00 1WT WORK TRUCK PREFERRED EQUIPMENT GROUP includes standard $0.00 equipment AE7 SEATS, FRONT 40/20/40 SPLIT-BENCH,3-PASSENGER, DRIVER --- $0.00 AND FRONT PASSENGER MANUAL RECLINING with outboard head restraints and center fold-down armrest with storage (STD) ,f AM1 SEAT ADJUSTER, MANUAL LUMBAR CONTROL ON THE DRIVER- , . INC SIDE (Included and only available with (88B) Dark Titanium Cloth seat trim.) FE9 EMISSIONS, FEDERAL REQUIREMENTS $0.00 G80 . DIFFERENTIAL, HEAVY-DUTY AUTOMATIC LOCKING REAR(Included .. • INC with (PCY)Towing Package.) GT4 REAR AXLE 3.73 RATIO (Refer to Engine/Axle chart for availability.) • $0.00 K34 CRUISE CONTROL, ELECTRONIC with set and resume speed, located $240.00 on steering wheel Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 121.3, Data updated 1/23/2007 9:32:00 AM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: Page 5 January 26, 2007 11:33:18 AM 9 'd 8179 '°N OOHVM NO11I0 CIS WdSS:ll LOOT '96 'ur ed 1/23/2007 9:32:00 AM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: Page 2 January 26, 2007 11:33:18 AM 8 'd Z8b9 '°N OOHVM N011I( OIS Wd55 :l1 LOOZ '9Z '°ef �x ykNN;„fx xN:l:xV :v ^x ^"�pnauYNN1iY•`..v..v.vt ybkfrY�a'Rµ ,e,�`...•�,.., �x:(ANtlxtlY��Ftldxd4la;NlxdxYxMnWNVRtl4xe M9A1(tl 'XANAxb�,�l'WQG9aXAxxi<x tx'xx"� Nfitxnxux fyxu:ttla:<.x,xvvx' IdowrIvqy NK9yCNKRMKRtlRBP.�RR1 vyxoxrx Ax v xr:dxi Nx�'f1:,:w:i:R,:rvxxa vN x�x,NN(c'71:t:ltl:INRrv.:�Y1: 'txNxFA:w,1feKd4v'XC)z,AAxtxtN:IxpxxAYSYANRN,xt> x.pla.••• :•Yx^vx,.f::,• yy.x..µxVnR:µr..x<A,1.:..V,., :FIN?:kf:fNJfxRYNAx13aNA>iq ,„••NaN••••<•d,1.1 ..„•••:YfRxxx.l.l. x•x.a:... • .•..•e .t..:to:.•x,x'M+<.xl:,xY t ....x.�r.:o.,.V�x, ....vY.,e,�x.x D.;t...KN•t:.a.. ........no;.,".xot..yxoyn a,.4.r YrdX�<., �"�:.e.�i..yr.",..y.:"x..Yx•td.v.:.. )�.,o:e: ,......::..NtY•;,...;y.,:.xn;x.Y•. ..,x.a:(t9;ty" .., ,.. .. .......n. ..... .d. .,. ,x • Photo may not represent exact vehicle or selected equipment. Z d Z8ti9 '°N OOHVM NO11I0 OIS WdtiS:Zl LOOT '96 'U2 � C?r wa y?'?�r 215D Yellow • .54:40, r. _ 7i'•. 1 44f4"{.,. •,?.fl.,x..11 pr,`?f'zt.�__;.$_! �,F."*t'•'%� , c':�`'jy,r�:e�Y q-�X._:•.r:�.i:-::M,+,_i-xj:w�•. � 4.i,� w:'?--`?' R'•y, -r rr=t�. f:r > .c.... ^:r:'�'� �....Stdd 'ta3+vcf"L£tY1Si6rC4 s... ��»+�`�4•:Cr6 9W3 253A Wheatland Yellow • • •_ %^w¢J„v..R R$ dy }4;t?rr:a?).::4.i-_.j�y 4`%�F+ :! .tj 4aAlt-ri'V it.is,tir 5iS�� yytaft'r; r r,,+F q43_ :� ' ,r.i �`••�.�^M r;"-i W ', 3343` Dark Toreador Red a - : __ egg}$ !'_A ,)•. ,Ra: ;rr.!:•1 .1 d . r.;, dY?r S :•Wir•};.I,x?,i ; d,' '1 • YZ*jT'lli IMP.Ar- - 454N Blue • ` :�}}'�,4y6 0. g•..- ,�. -rarvrg+,.;:y,,;?fir t'•J'y .r!�..ruf es;,.,.:.. , Srs:/J]��c�/d�I�•,�G',�"'i.:;1�..f.r`�F.•-..f:'l'�'G:. �.�.i�...,ir:A, a'::t�•f:�Yr.. i'S.^`h.:.r'ro.cf'',ts;T. ,y •j:`' :l', ':j:'S: ;} 519F Galaxy Silver Metallic .:. q;�..,x,.,... - i; `:. . p ; : q +y'`_r t::rr'sQ.: •,,.. •,c^'F4: !.'J, [.. -.4,- ,:f.w„r•.y.,,, r- ,: i.si:" ' ry.L.!!:''.Mr• Cc: :L: .'.-x,.l ' .:n• "r�L... s:". 4:., ..✓F�.c�i�. V ffS' � . c'r+. .'�!.•.. � S %.[:: .,lsr.Fditi t r'r '` .:F: v��lc ��r, r{+ �,� �...... .. iV. • 769H Blue r• •�•• . .2,. , �.,>s:. ..,F: � ;•�:t f: Fs;;. c '`•x�'.r, [ p Ys ii. V P9::4r `hy% 4?:.: rF t tr<. ! f •e r t`..5r r •_.rr .t,.j. �,(..5 4 '7f..r.•8�gS t�".1.ri...n _. .,!-A: •n; :t � =fS%aF�-.�.-,+�<r'S:,a:t*_F-''ltt �..fr�,rf.• .''sf��,l, v .��� +t�a,•sifr,G .. .r:P F.Y,,,',],� S i err�l Red• :.^.rfc ::f:._ :::Y;4ti`:Ii'% r " 'rr. :ryii:c�7fr-au•�.r- ,r • F.r. _ rrr..t..4.2 tt k rr,,,, 0:., r:1. •�....v,:r-t Y :;• -.l-t:;::,e.'_._ :+5-i• .S • t'� .t �. :C� sS1? � ... . _ .� :.�L;:' _sjr.r _-�„.ry i.t:tr...lr�?,•u�1�i`•..z.,t� ;�.,rGJ.:r_F. .'�. •. 1.7�.. :;. ,. _ i ?r- r"' r *�1 ..- '�• � t'.sn•t.p:.. ._ '!"%t' ✓.- "f': -,..L,C•"._.2` .�?fr,•r� f?�, ` 1. • Ptsasa refer to the Color and Tin charts under each brand section tor model availability. I— /// ( , J�01—, 'Not avoidable on Avalanche. t S f l..v 'Not meltable on DenaA,Denali xL,Escalade, I 'SYvmado/Edema at Pontiac East plant only. .SYveradWSler.a not avellablo at Fled plant(not available on Crew Cab). I rid . f;57 • . .:a%' •.,'1,:.v,.t,.till*,!PL474:r4. ..l.r..«';xil%•,:,.LA,46tY. *----- a f: ? di!-Sc.,wta .•> .r••- __. 250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% • Prepared For: Prepared By: DAVE NORTH CHUCK or JOSH AMES CITY OF OMAHA Sid Dillon Commercial/Fleet 2606 NORTH 26TH STREET 257 West A ' OMAHA, NE:68111 Wahoo, NE 68066 Phone: (402) 660-3215 Phone: (402) 540-7577 Fax: (402) 444-6339 Fax: (402)443-3982 . Email: camesesiddillon.com •1 2007 Fleet/Non-Retail Chevrolet Silverado 1500 4WD Ext Cab 143.5" Work. SELECTED MODEL & OPTIONS . SELECTED OPTIONS -2007 Fleet/Non-Retail CK10753 4WD Ext Cab 143.5" Work Truck :' Code Description MSRP K47 AIR CLEANER, HIGH-CAPACITY(Included with,(Z82) heavy-duty .. INC trailering equipment or(VYU) Snow Plow Prep Package. Included with n (PCY) Towing Package. Included with (Z71) Off-Road Suspension Package.) KNP COOLING, AUXILIARY EXTERNAL TRANSMISSION OIL COOLER, INC HEAVY-DUTY AIR-TO-OIL(Included with (VYU) Snow Plow Prep Package or(Z82) heavy-duty trailering equipment.) LMG ENGINE, VORTEC 5.3L V8 SFI FLEXFUEL WITH ACTIVE FUEL $600.00 MANAGEMENT, capable of running on unleaded or up to 85%ethanol, (315 hp [234.9 kW] @ 5200 rpm, 338 lb-ft of torque [456.3 N-m] © 4400 rpm), iron block(Not available with CK10543 models-) M30 TRANSMISSION, 4-SPEED AUTOMATIC, ELECTRONICALLY $0.00 CONTROLLED with overdrive and tow/haul mode (STD) NX7 WHEELS, 4-17"x 7.5" (43.2 CM x 19.1 CM) STEEL, 6-LUG PAINTED, $0.00 1 includes painted center caps (spare wheel will not cosmetically match the other 4 wheels)(STD) PCY TOWING PACKAGE, includes (K47) high-capacity air cleaner, (KNP) $770.00 auxiliary external transmission oil cooler, (G80) heavy-duty automatic locking rear differential and (Z82) heavy-duty trailering equipment (Includes (Z85) Handling/Trailering suspension package.) QVL TIRES, P265/701:117 ALL-SEASON, BLACKWALL(STD) (Requires 4WD $0.00 models. Not available with (Z71) Off-Road Suspension Package or(L76) Vortec 6.0L V8 SFI engine.) TFD RETAIL AMENITY DELETE*CREDIT' • $0.00 UEO ONSTAR, DELETE (Requires a Fleet or Government order type. (UEO) -$200.00 OnStar delete will be forced on (FDR) order types.)'CREDIT' UM7 AUDIO SYSTEM, AM/FM STEREO with seek-and-scan and digital clock $0.00 (STD) (Upgradeable to (U1C) AM/FM stereo with CD player.) ' VK3 LICENSE PLATE BRACKET, FRONT(will be forced on orders with ship- $0.00 to states that require a front license plate) VQ2 FLEET PROCESSING OPTION $0.00 Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 121.3, Data updated 1/23/2007 9:32:00 AM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: Page 6 January 26, 2007 11:33:18 AM L 'd Z8ti9 '°N 00HVM NO11I0 GIS Wdcc :61 LOO '9l '°PI' :FIN?:kf:fNJfxRYNAx13aNA>iq ,„••NaN••••<•d,1.1 ..„•••:YfRxxx.l.l. x•x.a:... • .•..•e .t..:to:.•x,x'M+<.xl:,xY t ....x.�r.:o.,.V�x, ....vY.,e,�x.x D.;t...KN•t:.a.. ........no;.,".xot..yxoyn a,.4.r YrdX�<., �"�:.e.�i..yr.",..y.:"x..Yx•td.v.:.. )�.,o:e: ,......::..NtY•;,...;y.,:.xn;x.Y•. ..,x.a:(t9;ty" .., ,.. .. .......n. ..... .d. .,. ,x • Photo may not represent exact vehicle or selected equipment. Z d Z8ti9 '°N OOHVM NO11I0 OIS WdtiS:Zl LOOT '96 'U2 � C?r wa y?'?�r 215D Yellow • .54:40, r. _ 7i'•. 1 44f4"{.,. •,?.fl.,x..11 pr,`?f'zt.�__;.$_! �,F."*t'•'%� , c':�`'jy,r�:e�Y q-�X._:•.r:�.i:-::M,+,_i-xj:w�•. � 4.i,� w:'?--`?' R'•y, -r rr=t�. f:r > .c.... ^:r:'�'� �....Stdd 'ta3+vcf"L£tY1Si6rC4 s... ��»+�`�4•:Cr6 9W3 253A Wheatland Yellow • • •_ %^w¢J„v..R R$ dy }4;t?rr:a?).::4.i-_.j�y 4`%�F+ :! .tj 4aAlt-ri'V it.is,tir 5iS�� yytaft'r; r r,,+F q43_ :� ' ,r.i �`••�.�^M r;"-i W ', 3343` Dark Toreador Red a - : __ egg}$ !'_A ,)•. ,Ra: ;rr.!:•1 .1 d . r.;, dY?r S :•Wir•};.I,x?,i ; d,' '1 • YZ*jT'lli IMP.Ar- - 454N Blue • ` :�}}'�,4y6 0. g•..- ,�. -rarvrg+,.;:y,,;?fir t'•J'y .r!�..ruf es;,.,.:.. , Srs:/J]��c�/d�I�•,�G',�"'i.:;1�..f.r`�F.•-..f:'l'�'G:. �.�.i�...,ir:A, a'::t�•f:�Yr.. i'S.^`h.:.r'ro.cf'',ts;T. ,y •j:`' :l', ':j:'S: ;} 519F Galaxy Silver Metallic .:. q;�..,x,.,... - i; `:. . p ; : q +y'`_r t::rr'sQ.: •,,.. •,c^'F4: !.'J, [.. -.4,- ,:f.w„r•.y.,,, r- ,: i.si:" ' ry.L.!!:''.Mr• Cc: :L: .'.-x,.l ' .:n• "r�L... s:". 4:., ..✓F�.c�i�. V ffS' � . c'r+. .'�!.•.. � S %.[:: .,lsr.Fditi t r'r '` .:F: v��lc ��r, r{+ �,� �...... .. iV. • 769H Blue r• •�•• . .2,. , �.,>s:. ..,F: � ;•�:t f: Fs;;. c '`•x�'.r, [ p Ys ii. V P9::4r `hy% 4?:.: rF t tr<. ! f •e r t`..5r r •_.rr .t,.j. �,(..5 4 '7f..r.•8�gS t�".1.ri...n _. .,!-A: •n; :t � =fS%aF�-.�.-,+�<r'S:,a:t*_F-''ltt �..fr�,rf.• .''sf��,l, v .��� +t�a,•sifr,G .. .r:P F.Y,,,',],� S i err�l Red• :.^.rfc ::f:._ :::Y;4ti`:Ii'% r " 'rr. :ryii:c�7fr-au•�.r- ,r • F.r. _ rrr..t..4.2 tt k rr,,,, 0:., r:1. •�....v,:r-t Y :;• -.l-t:;::,e.'_._ :+5-i• .S • t'� .t �. :C� sS1? � ... . _ .� :.�L;:' _sjr.r _-�„.ry i.t:tr...lr�?,•u�1�i`•..z.,t� ;�.,rGJ.:r_F. .'�. •. 1.7�.. :;. ,. _ i ?r- r"' r *�1 ..- '�• � t'.sn•t.p:.. ._ '!"%t' ✓.- "f': -,..L,C•"._.2` .�?fr,•r� f?�, ` 1. • Ptsasa refer to the Color and Tin charts under each brand section tor model availability. I— /// ( , J�01—, 'Not avoidable on Avalanche. t S f l..v 'Not meltable on DenaA,Denali xL,Escalade, I 'SYvmado/Edema at Pontiac East plant only. .SYveradWSler.a not avellablo at Fled plant(not available on Crew Cab). I rid . f;57 • . .:a%' •.,'1,:.v,.t,.till*,!PL474:r4. ..l.r..«';xil%•,:,.LA,46tY. *----- a f: ? di!-Sc.,wta .•> .r••- __. 250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% Prepared For: .Prepared By: 'DAVE NORTH CHUCK or JOSH AMES CITY OF OMAHA Sid Dillon CommercialFleet 2606 NORTH 26TH STREET 257 West A OMAHA, NE 68111 Wahoo, NE 68066 Phone: (402) 660-3215 Phone: (402) 540-7577 Fax: (402) 444-6339 Fax: (402) 443-3982 Email: carnes®siddillon.com 2007 Fleet/Non-Retail Chevrolet Silverado 1500 4WD Ext Cab 143.5" Work SELECTED MODEL & OPTIONS SELECTED OPTIONS -2007 Fleet/Non-Retail CK10753 4WD Ext Cab 143:5" Work Truck Code Description MSRP Z82 TRAILERING EQUIPMENT, HEAVY-DUTY, includes trailering hitch INC platform and 2-inch receiver, 7-wire harness (harness includes wires for: park lamps, backup lamps, right turn, left turn,electric brake lead, battery and ground)with independent fused trailering circuits mated to a 7-May sealed connector, wiring harness for after-market trailer brake controller (located in the instrument panel harness), and single wire for center high- mounted stop lamp, (K47) high-capacity air cleaner and (KNP) external transmission oil cooler(Not available with (LU3) Vortec 4.3L.V6 MFI engine or (Z83) Solid Smooth Ride Suspension Package. Included with (PCY)Towing Package.) Z85 SUSPENSION PACKAGE, HANDLING/TRAILERING, HEAVY-DUTY, INC includes 46 mm piston monotube shocks and 34mm front stabilizer bar PAINT, SOLID ISTD) 0.00 OPTIONS TOTAL $1,410.00 • 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: 121.3, Data updated 1/23/2007 9:32:00 AM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: Page 7 January 26, 2007 11:33:18 AM 8 'd Z8179 '°N 00HVM NO11I13 GIS INd55 :Z1 LOOT '9Z 'Upf /701:117 ALL-SEASON, BLACKWALL(STD) (Requires 4WD $0.00 models. Not available with (Z71) Off-Road Suspension Package or(L76) Vortec 6.0L V8 SFI engine.) TFD RETAIL AMENITY DELETE*CREDIT' • $0.00 UEO ONSTAR, DELETE (Requires a Fleet or Government order type. (UEO) -$200.00 OnStar delete will be forced on (FDR) order types.)'CREDIT' UM7 AUDIO SYSTEM, AM/FM STEREO with seek-and-scan and digital clock $0.00 (STD) (Upgradeable to (U1C) AM/FM stereo with CD player.) ' VK3 LICENSE PLATE BRACKET, FRONT(will be forced on orders with ship- $0.00 to states that require a front license plate) VQ2 FLEET PROCESSING OPTION $0.00 Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 121.3, Data updated 1/23/2007 9:32:00 AM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: Page 6 January 26, 2007 11:33:18 AM L 'd Z8ti9 '°N 00HVM NO11I0 GIS Wdcc :61 LOO '9l '°PI' :FIN?:kf:fNJfxRYNAx13aNA>iq ,„••NaN••••<•d,1.1 ..„•••:YfRxxx.l.l. x•x.a:... • .•..•e .t..:to:.•x,x'M+<.xl:,xY t ....x.�r.:o.,.V�x, ....vY.,e,�x.x D.;t...KN•t:.a.. ........no;.,".xot..yxoyn a,.4.r YrdX�<., �"�:.e.�i..yr.",..y.:"x..Yx•td.v.:.. )�.,o:e: ,......::..NtY•;,...;y.,:.xn;x.Y•. ..,x.a:(t9;ty" .., ,.. .. .......n. ..... .d. .,. ,x • Photo may not represent exact vehicle or selected equipment. Z d Z8ti9 '°N OOHVM NO11I0 OIS WdtiS:Zl LOOT '96 'U2 � C?r wa y?'?�r 215D Yellow • .54:40, r. _ 7i'•. 1 44f4"{.,. •,?.fl.,x..11 pr,`?f'zt.�__;.$_! �,F."*t'•'%� , c':�`'jy,r�:e�Y q-�X._:•.r:�.i:-::M,+,_i-xj:w�•. � 4.i,� w:'?--`?' R'•y, -r rr=t�. f:r > .c.... ^:r:'�'� �....Stdd 'ta3+vcf"L£tY1Si6rC4 s... ��»+�`�4•:Cr6 9W3 253A Wheatland Yellow • • •_ %^w¢J„v..R R$ dy }4;t?rr:a?).::4.i-_.j�y 4`%�F+ :! .tj 4aAlt-ri'V it.is,tir 5iS�� yytaft'r; r r,,+F q43_ :� ' ,r.i �`••�.�^M r;"-i W ', 3343` Dark Toreador Red a - : __ egg}$ !'_A ,)•. ,Ra: ;rr.!:•1 .1 d . r.;, dY?r S :•Wir•};.I,x?,i ; d,' '1 • YZ*jT'lli IMP.Ar- - 454N Blue • ` :�}}'�,4y6 0. g•..- ,�. -rarvrg+,.;:y,,;?fir t'•J'y .r!�..ruf es;,.,.:.. , Srs:/J]��c�/d�I�•,�G',�"'i.:;1�..f.r`�F.•-..f:'l'�'G:. �.�.i�...,ir:A, a'::t�•f:�Yr.. i'S.^`h.:.r'ro.cf'',ts;T. ,y •j:`' :l', ':j:'S: ;} 519F Galaxy Silver Metallic .:. q;�..,x,.,... - i; `:. . p ; : q +y'`_r t::rr'sQ.: •,,.. •,c^'F4: !.'J, [.. -.4,- ,:f.w„r•.y.,,, r- ,: i.si:" ' ry.L.!!:''.Mr• Cc: :L: .'.-x,.l ' .:n• "r�L... s:". 4:., ..✓F�.c�i�. V ffS' � . c'r+. .'�!.•.. � S %.[:: .,lsr.Fditi t r'r '` .:F: v��lc ��r, r{+ �,� �...... .. iV. • 769H Blue r• •�•• . .2,. , �.,>s:. ..,F: � ;•�:t f: Fs;;. c '`•x�'.r, [ p Ys ii. V P9::4r `hy% 4?:.: rF t tr<. ! f •e r t`..5r r •_.rr .t,.j. �,(..5 4 '7f..r.•8�gS t�".1.ri...n _. .,!-A: •n; :t � =fS%aF�-.�.-,+�<r'S:,a:t*_F-''ltt �..fr�,rf.• .''sf��,l, v .��� +t�a,•sifr,G .. .r:P F.Y,,,',],� S i err�l Red• :.^.rfc ::f:._ :::Y;4ti`:Ii'% r " 'rr. :ryii:c�7fr-au•�.r- ,r • F.r. _ rrr..t..4.2 tt k rr,,,, 0:., r:1. •�....v,:r-t Y :;• -.l-t:;::,e.'_._ :+5-i• .S • t'� .t �. :C� sS1? � ... . _ .� :.�L;:' _sjr.r _-�„.ry i.t:tr...lr�?,•u�1�i`•..z.,t� ;�.,rGJ.:r_F. .'�. •. 1.7�.. :;. ,. _ i ?r- r"' r *�1 ..- '�• � t'.sn•t.p:.. ._ '!"%t' ✓.- "f': -,..L,C•"._.2` .�?fr,•r� f?�, ` 1. • Ptsasa refer to the Color and Tin charts under each brand section tor model availability. I— /// ( , J�01—, 'Not avoidable on Avalanche. t S f l..v 'Not meltable on DenaA,Denali xL,Escalade, I 'SYvmado/Edema at Pontiac East plant only. .SYveradWSler.a not avellablo at Fled plant(not available on Crew Cab). I rid . f;57 • . .:a%' •.,'1,:.v,.t,.till*,!PL474:r4. ..l.r..«';xil%•,:,.LA,46tY. *----- a f: ? di!-Sc.,wta .•> .r••- __. 250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% Prepared For: Prepared By: DAVE NORTH CHUCK or JOSH AMES CITY OF OMAHA Sid Dillon Commercial/Fleet 2606 NORTH 26TH STREET 257 West A OMAHA, NE 68111 Wahoo, NE 68066 Phone: (402) 660-3215 Phone: (402) 540-7577 Fax: (402) 444-6339 • Fax: (402)443-3982 Email: cames@siddiillon_com 2007 Fleet/Non-Retail Chevrolet Silverado 1500 4WD Ext Cab 143.5" Work STANDARD EQUIPMENT STANDARD EQUIPMENT-2007 Fleet/Non-Retail CK10753 4WD Ext Cab 143.5",:.Work Truck EPA FUEL ECONOMY RATINGS .0 City 15/hwy 19(4.8L engine/4-speed auto trans) • City 16/hwy 20 (5.3L engine/4-speed auto trans) • • City 16/hwy 20 (5.3L flexfuel engine/4-speed auto trans with gas) le _ • City 12/hwy 15 (5.3L flexfuel engine/4-speed auto trans with E85 mix) EXTERIOR • Paint, solid. - • Bumper, front Black (Includes Black bumper end caps.) • Bumper, rear chrome, step-style with pad • Air dam, Black • Grille, Blaea surround • Headlamps, dual halogen composite with automatic exterior lamp control and flash-to-pass feature • Lamps, dual cargo area lamps • Daytime Running Lamps, with automatic exterior lamp control • Mirrors, outside manual, Black, manual-folding • Glass, Solar-Ray light-tinted, all windows • Windows, fixed, rear access door(Requires Extended Cab Models.) • Wipers, front intermittent wet-arm with pulse washers • Door handles, Black 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: 121.3, Data updated 1/23/2007 9:32:00 AM ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: Page 8 January 26, 2007 11:33:18 AM 6 d 18ti9 '°N 00HVM NO11I0 OIS WdSS,ZI LOOZ '9Z '11pr • INd55 :Z1 LOOT '9Z 'Upf /701:117 ALL-SEASON, BLACKWALL(STD) (Requires 4WD $0.00 models. Not available with (Z71) Off-Road Suspension Package or(L76) Vortec 6.0L V8 SFI engine.) TFD RETAIL AMENITY DELETE*CREDIT' • $0.00 UEO ONSTAR, DELETE (Requires a Fleet or Government order type. (UEO) -$200.00 OnStar delete will be forced on (FDR) order types.)'CREDIT' UM7 AUDIO SYSTEM, AM/FM STEREO with seek-and-scan and digital clock $0.00 (STD) (Upgradeable to (U1C) AM/FM stereo with CD player.) ' VK3 LICENSE PLATE BRACKET, FRONT(will be forced on orders with ship- $0.00 to states that require a front license plate) VQ2 FLEET PROCESSING OPTION $0.00 Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 121.3, Data updated 1/23/2007 9:32:00 AM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: Page 6 January 26, 2007 11:33:18 AM L 'd Z8ti9 '°N 00HVM NO11I0 GIS Wdcc :61 LOO '9l '°PI' :FIN?:kf:fNJfxRYNAx13aNA>iq ,„••NaN••••<•d,1.1 ..„•••:YfRxxx.l.l. x•x.a:... • .•..•e .t..:to:.•x,x'M+<.xl:,xY t ....x.�r.:o.,.V�x, ....vY.,e,�x.x D.;t...KN•t:.a.. ........no;.,".xot..yxoyn a,.4.r YrdX�<., �"�:.e.�i..yr.",..y.:"x..Yx•td.v.:.. )�.,o:e: ,......::..NtY•;,...;y.,:.xn;x.Y•. ..,x.a:(t9;ty" .., ,.. .. .......n. ..... .d. .,. ,x • Photo may not represent exact vehicle or selected equipment. Z d Z8ti9 '°N OOHVM NO11I0 OIS WdtiS:Zl LOOT '96 'U2 � C?r wa y?'?�r 215D Yellow • .54:40, r. _ 7i'•. 1 44f4"{.,. •,?.fl.,x..11 pr,`?f'zt.�__;.$_! �,F."*t'•'%� , c':�`'jy,r�:e�Y q-�X._:•.r:�.i:-::M,+,_i-xj:w�•. � 4.i,� w:'?--`?' R'•y, -r rr=t�. f:r > .c.... ^:r:'�'� �....Stdd 'ta3+vcf"L£tY1Si6rC4 s... ��»+�`�4•:Cr6 9W3 253A Wheatland Yellow • • •_ %^w¢J„v..R R$ dy }4;t?rr:a?).::4.i-_.j�y 4`%�F+ :! .tj 4aAlt-ri'V it.is,tir 5iS�� yytaft'r; r r,,+F q43_ :� ' ,r.i �`••�.�^M r;"-i W ', 3343` Dark Toreador Red a - : __ egg}$ !'_A ,)•. ,Ra: ;rr.!:•1 .1 d . r.;, dY?r S :•Wir•};.I,x?,i ; d,' '1 • YZ*jT'lli IMP.Ar- - 454N Blue • ` :�}}'�,4y6 0. g•..- ,�. -rarvrg+,.;:y,,;?fir t'•J'y .r!�..ruf es;,.,.:.. , Srs:/J]��c�/d�I�•,�G',�"'i.:;1�..f.r`�F.•-..f:'l'�'G:. �.�.i�...,ir:A, a'::t�•f:�Yr.. i'S.^`h.:.r'ro.cf'',ts;T. ,y •j:`' :l', ':j:'S: ;} 519F Galaxy Silver Metallic .:. q;�..,x,.,... - i; `:. . p ; : q +y'`_r t::rr'sQ.: •,,.. •,c^'F4: !.'J, [.. -.4,- ,:f.w„r•.y.,,, r- ,: i.si:" ' ry.L.!!:''.Mr• Cc: :L: .'.-x,.l ' .:n• "r�L... s:". 4:., ..✓F�.c�i�. V ffS' � . c'r+. .'�!.•.. � S %.[:: .,lsr.Fditi t r'r '` .:F: v��lc ��r, r{+ �,� �...... .. iV. • 769H Blue r• •�•• . .2,. , �.,>s:. ..,F: � ;•�:t f: Fs;;. c '`•x�'.r, [ p Ys ii. V P9::4r `hy% 4?:.: rF t tr<. ! f •e r t`..5r r •_.rr .t,.j. �,(..5 4 '7f..r.•8�gS t�".1.ri...n _. .,!-A: •n; :t � =fS%aF�-.�.-,+�<r'S:,a:t*_F-''ltt �..fr�,rf.• .''sf��,l, v .��� +t�a,•sifr,G .. .r:P F.Y,,,',],� S i err�l Red• :.^.rfc ::f:._ :::Y;4ti`:Ii'% r " 'rr. :ryii:c�7fr-au•�.r- ,r • F.r. _ rrr..t..4.2 tt k rr,,,, 0:., r:1. •�....v,:r-t Y :;• -.l-t:;::,e.'_._ :+5-i• .S • t'� .t �. :C� sS1? � ... . _ .� :.�L;:' _sjr.r _-�„.ry i.t:tr...lr�?,•u�1�i`•..z.,t� ;�.,rGJ.:r_F. .'�. •. 1.7�.. :;. ,. _ i ?r- r"' r *�1 ..- '�• � t'.sn•t.p:.. ._ '!"%t' ✓.- "f': -,..L,C•"._.2` .�?fr,•r� f?�, ` 1. • Ptsasa refer to the Color and Tin charts under each brand section tor model availability. I— /// ( , J�01—, 'Not avoidable on Avalanche. t S f l..v 'Not meltable on DenaA,Denali xL,Escalade, I 'SYvmado/Edema at Pontiac East plant only. .SYveradWSler.a not avellablo at Fled plant(not available on Crew Cab). I rid . f;57 • . .:a%' •.,'1,:.v,.t,.till*,!PL474:r4. ..l.r..«';xil%•,:,.LA,46tY. *----- a f: ? di!-Sc.,wta .•> .r••- __. 250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% Prepared For: Prepared By: DAVE NORTH CHUCK or JOSH AMES CITY OF OMAHA Sid Dillon CommerciaUFleet 2606 NORTH 26TH STREET 257 West A • OMAHA, NE 68111 Wahoo, NE 68066 Phone: (402) 660-3215 Phone: (402) 540-7577 Fax: (402) 444-6339 Fax:"(402)443-3982 Email: cames@siddillon.com 2007 Fleet/Non-Retail Chevrolet Silverado 1500 4WD Ext Cab 143.5" Work STANDARD EQUIPMENT STANDARD EQUIPMENT-2007 Fleet/Non-Retail CK10753 4WD Ext Cab 143.5"Work Truck INTERIOR • Seat trim, vinyl (Requires (BG9) Black rubberized vinyl floor covering.) • Seats,front 40/20/40 split-bench, 3-passenger, driver and front passenger manual reclining with outboard head restraints and center fold-down armrest with storage • Seat, rear bench (folds up), full width, folding, 3-passenger(includes child seat top tether anchor) (Standard with Extended Cab models only.) • Floor covering, Black rubberized-vinyl • Steering column,Tilt-Wheel, adjustable with brake/transmission shift interlock • Steering wheel, includes theft-deterrent locking feature • Instrumentation, analog with speedometer, odometer,fuel level, engine temperature, and tachometer 0'Driver Information Center with odometer,trip odometer and message center(monitors numerous systems depending on vel^:cle equipment level including low fuel,turn signal "on",transmission temperature r.:nd oil change notification) (Driver Information Center controls are operated through the trip button unless (UK3) steering wheel mounted audio controls is ordered.) • Warning tones, headlamp on, key-in-ignition,driver and passenger buckle up reminder and turn signal on • Tire Pressure Monitoring System (does not apply to spare tire) • OnStar, 1-year of Safe and Sound plan. Includes Automatic Notification of Air Bag Deployment, Stolen Vehicle Location Assistance, Emergency Services, Roadside Assistance, Remote Door Unlock, OnStar Vehicle Diagnostics, Hands-Free Calling, AccidentAssist and Remote Horn &Lights (OnStar services require vehicle electrical system (including battery), wireless service and GPS satellite signals to be available and operating for features to function properly. OnStar acts as a link to existing emergency service providers.OnStar Vehicle Diagnostics available on most 2004 MY and newer GM vehicles. Diagnostic capability varies by model. Visit onstar.com for system limitations and details_ If the order type is FDR, (UEO) OnStar delete will be forced on. Not available with a ship-to of Puerto Rico or the Virgin Islands. Remote Door Unlock requires (AU3) Power door locks.) • Air conditioning, single-zone manual front climate control(Standard on Extended and Crew Cab models.) • Audio system, AM/FM stereo with seek-and-scan and digital clock(Upgradeable to(U1C)AM/FM stereo with CD player.) • Audio system feature, speaker system (Requires Extended or Crew Cab Models. Includes 6 speakers.) • Cup holders, front (Also includes rear cupholders on Extended and Crew Cab models.) 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: 121.3, Data updated 1/23/2007 9:32:00 AM ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: Page 9 January 26, 2007 11:33:18 AM 01 'd Z8ti9 '°N 00HVM N011IC CIS Wd55 :ZL LOOT 9Z 'rer )�.,o:e: ,......::..NtY•;,...;y.,:.xn;x.Y•. ..,x.a:(t9;ty" .., ,.. .. .......n. ..... .d. .,. ,x • Photo may not represent exact vehicle or selected equipment. Z d Z8ti9 '°N OOHVM NO11I0 OIS WdtiS:Zl LOOT '96 'U2 � C?r wa y?'?�r 215D Yellow • .54:40, r. _ 7i'•. 1 44f4"{.,. •,?.fl.,x..11 pr,`?f'zt.�__;.$_! �,F."*t'•'%� , c':�`'jy,r�:e�Y q-�X._:•.r:�.i:-::M,+,_i-xj:w�•. � 4.i,� w:'?--`?' R'•y, -r rr=t�. f:r > .c.... ^:r:'�'� �....Stdd 'ta3+vcf"L£tY1Si6rC4 s... ��»+�`�4•:Cr6 9W3 253A Wheatland Yellow • • •_ %^w¢J„v..R R$ dy }4;t?rr:a?).::4.i-_.j�y 4`%�F+ :! .tj 4aAlt-ri'V it.is,tir 5iS�� yytaft'r; r r,,+F q43_ :� ' ,r.i �`••�.�^M r;"-i W ', 3343` Dark Toreador Red a - : __ egg}$ !'_A ,)•. ,Ra: ;rr.!:•1 .1 d . r.;, dY?r S :•Wir•};.I,x?,i ; d,' '1 • YZ*jT'lli IMP.Ar- - 454N Blue • ` :�}}'�,4y6 0. g•..- ,�. -rarvrg+,.;:y,,;?fir t'•J'y .r!�..ruf es;,.,.:.. , Srs:/J]��c�/d�I�•,�G',�"'i.:;1�..f.r`�F.•-..f:'l'�'G:. �.�.i�...,ir:A, a'::t�•f:�Yr.. i'S.^`h.:.r'ro.cf'',ts;T. ,y •j:`' :l', ':j:'S: ;} 519F Galaxy Silver Metallic .:. q;�..,x,.,... - i; `:. . p ; : q +y'`_r t::rr'sQ.: •,,.. •,c^'F4: !.'J, [.. -.4,- ,:f.w„r•.y.,,, r- ,: i.si:" ' ry.L.!!:''.Mr• Cc: :L: .'.-x,.l ' .:n• "r�L... s:". 4:., ..✓F�.c�i�. V ffS' � . c'r+. .'�!.•.. � S %.[:: .,lsr.Fditi t r'r '` .:F: v��lc ��r, r{+ �,� �...... .. iV. • 769H Blue r• •�•• . .2,. , �.,>s:. ..,F: � ;•�:t f: Fs;;. c '`•x�'.r, [ p Ys ii. V P9::4r `hy% 4?:.: rF t tr<. ! f •e r t`..5r r •_.rr .t,.j. �,(..5 4 '7f..r.•8�gS t�".1.ri...n _. .,!-A: •n; :t � =fS%aF�-.�.-,+�<r'S:,a:t*_F-''ltt �..fr�,rf.• .''sf��,l, v .��� +t�a,•sifr,G .. .r:P F.Y,,,',],� S i err�l Red• :.^.rfc ::f:._ :::Y;4ti`:Ii'% r " 'rr. :ryii:c�7fr-au•�.r- ,r • F.r. _ rrr..t..4.2 tt k rr,,,, 0:., r:1. •�....v,:r-t Y :;• -.l-t:;::,e.'_._ :+5-i• .S • t'� .t �. :C� sS1? � ... . _ .� :.�L;:' _sjr.r _-�„.ry i.t:tr...lr�?,•u�1�i`•..z.,t� ;�.,rGJ.:r_F. .'�. •. 1.7�.. :;. ,. _ i ?r- r"' r *�1 ..- '�• � t'.sn•t.p:.. ._ '!"%t' ✓.- "f': -,..L,C•"._.2` .�?fr,•r� f?�, ` 1. • Ptsasa refer to the Color and Tin charts under each brand section tor model availability. I— /// ( , J�01—, 'Not avoidable on Avalanche. t S f l..v 'Not meltable on DenaA,Denali xL,Escalade, I 'SYvmado/Edema at Pontiac East plant only. .SYveradWSler.a not avellablo at Fled plant(not available on Crew Cab). I rid . f;57 • . .:a%' •.,'1,:.v,.t,.till*,!PL474:r4. ..l.r..«';xil%•,:,.LA,46tY. *----- a f: ? di!-Sc.,wta .•> .r••- __. 250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% • Prepared For: Prepared By: DAVE NORTH CHUCK or JOSH AMES CITY OF OMAHA Sid Dillon Commercial/Fleet 2606 NORTH 26TH STREET 257 West A �OMAHA, NE 68111 Wahoo, NE 68066 • Phone: (402) 660-3215 Phone: (402) 540-7577 Fax: (402) 444-6339 Fax: (402)443-3982 Email: cames@siddillon.com 2007 Fleet/Non-Retail Chevrolet Silverado 1500 4WD Ext Cab 143.5" Work STANDARD EQUIPMENT' STANDARD EQUIPMENT-2007 Fleet/Non-Retail CK10753 4WD Ext Cab 143.5"Work Truck • Power outlets, 2 auxiliary instrument panel-mounted with covers, 12-volt • Mirror, inside rearview manual day/night _ -• Console, overhead deluxe • • Visors, driver and front passenger, sliding, with clip and passenger side vanity'mirror with cover, Opal Gray-colored • Assist handle,front passenger(Also includes rear assist handles in the headliner on Extended and Crew Cab Models.) • Coat hooks, rear driver and passenger side • Lighting, interior with dome and reading lights, illuminated entry feature and backlit instrument panel switches • Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 121.3, Data updated 1/23/2007 9:32:00 AM ©Copyright 1986-2005 Chrome Systems Corporation-All rights reserved. Customer File: Page 10 January 26, 2007 11:33:18 AM lL d ZS 9 '°N OOHVM NO11I0 CIS •Wd9S :lL LOOZ '9l 'u'r ey-in-ignition,driver and passenger buckle up reminder and turn signal on • Tire Pressure Monitoring System (does not apply to spare tire) • OnStar, 1-year of Safe and Sound plan. Includes Automatic Notification of Air Bag Deployment, Stolen Vehicle Location Assistance, Emergency Services, Roadside Assistance, Remote Door Unlock, OnStar Vehicle Diagnostics, Hands-Free Calling, AccidentAssist and Remote Horn &Lights (OnStar services require vehicle electrical system (including battery), wireless service and GPS satellite signals to be available and operating for features to function properly. OnStar acts as a link to existing emergency service providers.OnStar Vehicle Diagnostics available on most 2004 MY and newer GM vehicles. Diagnostic capability varies by model. Visit onstar.com for system limitations and details_ If the order type is FDR, (UEO) OnStar delete will be forced on. Not available with a ship-to of Puerto Rico or the Virgin Islands. Remote Door Unlock requires (AU3) Power door locks.) • Air conditioning, single-zone manual front climate control(Standard on Extended and Crew Cab models.) • Audio system, AM/FM stereo with seek-and-scan and digital clock(Upgradeable to(U1C)AM/FM stereo with CD player.) • Audio system feature, speaker system (Requires Extended or Crew Cab Models. Includes 6 speakers.) • Cup holders, front (Also includes rear cupholders on Extended and Crew Cab models.) 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: 121.3, Data updated 1/23/2007 9:32:00 AM ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: Page 9 January 26, 2007 11:33:18 AM 01 'd Z8ti9 '°N 00HVM N011IC CIS Wd55 :ZL LOOT 9Z 'rer )�.,o:e: ,......::..NtY•;,...;y.,:.xn;x.Y•. ..,x.a:(t9;ty" .., ,.. .. .......n. ..... .d. .,. ,x • Photo may not represent exact vehicle or selected equipment. Z d Z8ti9 '°N OOHVM NO11I0 OIS WdtiS:Zl LOOT '96 'U2 � C?r wa y?'?�r 215D Yellow • .54:40, r. _ 7i'•. 1 44f4"{.,. •,?.fl.,x..11 pr,`?f'zt.�__;.$_! �,F."*t'•'%� , c':�`'jy,r�:e�Y q-�X._:•.r:�.i:-::M,+,_i-xj:w�•. � 4.i,� w:'?--`?' R'•y, -r rr=t�. f:r > .c.... ^:r:'�'� �....Stdd 'ta3+vcf"L£tY1Si6rC4 s... ��»+�`�4•:Cr6 9W3 253A Wheatland Yellow • • •_ %^w¢J„v..R R$ dy }4;t?rr:a?).::4.i-_.j�y 4`%�F+ :! .tj 4aAlt-ri'V it.is,tir 5iS�� yytaft'r; r r,,+F q43_ :� ' ,r.i �`••�.�^M r;"-i W ', 3343` Dark Toreador Red a - : __ egg}$ !'_A ,)•. ,Ra: ;rr.!:•1 .1 d . r.;, dY?r S :•Wir•};.I,x?,i ; d,' '1 • YZ*jT'lli IMP.Ar- - 454N Blue • ` :�}}'�,4y6 0. g•..- ,�. -rarvrg+,.;:y,,;?fir t'•J'y .r!�..ruf es;,.,.:.. , Srs:/J]��c�/d�I�•,�G',�"'i.:;1�..f.r`�F.•-..f:'l'�'G:. �.�.i�...,ir:A, a'::t�•f:�Yr.. i'S.^`h.:.r'ro.cf'',ts;T. ,y •j:`' :l', ':j:'S: ;} 519F Galaxy Silver Metallic .:. q;�..,x,.,... - i; `:. . p ; : q +y'`_r t::rr'sQ.: •,,.. •,c^'F4: !.'J, [.. -.4,- ,:f.w„r•.y.,,, r- ,: i.si:" ' ry.L.!!:''.Mr• Cc: :L: .'.-x,.l ' .:n• "r�L... s:". 4:., ..✓F�.c�i�. V ffS' � . c'r+. .'�!.•.. � S %.[:: .,lsr.Fditi t r'r '` .:F: v��lc ��r, r{+ �,� �...... .. iV. • 769H Blue r• •�•• . .2,. , �.,>s:. ..,F: � ;•�:t f: Fs;;. c '`•x�'.r, [ p Ys ii. V P9::4r `hy% 4?:.: rF t tr<. ! f •e r t`..5r r •_.rr .t,.j. �,(..5 4 '7f..r.•8�gS t�".1.ri...n _. .,!-A: •n; :t � =fS%aF�-.�.-,+�<r'S:,a:t*_F-''ltt �..fr�,rf.• .''sf��,l, v .��� +t�a,•sifr,G .. .r:P F.Y,,,',],� S i err�l Red• :.^.rfc ::f:._ :::Y;4ti`:Ii'% r " 'rr. :ryii:c�7fr-au•�.r- ,r • F.r. _ rrr..t..4.2 tt k rr,,,, 0:., r:1. •�....v,:r-t Y :;• -.l-t:;::,e.'_._ :+5-i• .S • t'� .t �. :C� sS1? � ... . _ .� :.�L;:' _sjr.r _-�„.ry i.t:tr...lr�?,•u�1�i`•..z.,t� ;�.,rGJ.:r_F. .'�. •. 1.7�.. :;. ,. _ i ?r- r"' r *�1 ..- '�• � t'.sn•t.p:.. ._ '!"%t' ✓.- "f': -,..L,C•"._.2` .�?fr,•r� f?�, ` 1. • Ptsasa refer to the Color and Tin charts under each brand section tor model availability. I— /// ( , J�01—, 'Not avoidable on Avalanche. t S f l..v 'Not meltable on DenaA,Denali xL,Escalade, I 'SYvmado/Edema at Pontiac East plant only. .SYveradWSler.a not avellablo at Fled plant(not available on Crew Cab). I rid . f;57 • . .:a%' •.,'1,:.v,.t,.till*,!PL474:r4. ..l.r..«';xil%•,:,.LA,46tY. *----- a f: ? di!-Sc.,wta .•> .r••- __. 250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% • Prepared For: Prepared By: DAVE NORTH CHUCK or JOSH AMES CITY OF OMAHA Sid Dillon Commercial/Fleet 2606 NORTH 26TH STREET 257 West A OMAHA, NE 68111 Wahoo, NE 68066 Phone: (402) 660-3215 Phone: (402) 540-7577 Fax: (402) 444-6339 Fax: (402) 443-3982 b Email: Games@siddillon.com 2007 Fleet/Non-Retail Chevrolet Silverado 1500 4WD Ext Cab 143.5" Work STANDARD EQUIPMENT STANDARD EQUIPMENT-2007 Fleet/Non-Retail CK10753 4WD Ext Cab 143.5"Work Truck MECHANICAL • Engine, Vortec 4.8L V8 SFI (295 hp[220.0 kW] ( 5600 rpm,305 lb-ft torque [411.8 NNm] ® 4800 rpm), iron block (Standard with CK10553, CK10753, and C`10543 models only. Not available on C"10953 models.) • Transmission, 4-speed automatic, electronically controlled with overdrive and tow/haul mode • Transfer case, with floor-mounted shifter (Requires 4WD models.) • Four wheel drive • Battery, heavy-duty 600 cold-cranking amps, maintenance-free with rundown protection and retained accessory power • Alternator, 145 amps 4 Recovery hooks, front,frame-mounted (Standard on 4WD Models.) • Frame, hydroformed • Pickup box, Fleetside • GVWR, 7000 lbs. (3175 kg) (Requires CK10753, CK10953 or CK10543 models.) • Suspension, front independent, coil over shock • Suspension, rear 2-stage multi-leaf springs, semi-elliptic • Suspension Package, Solid Smooth Ride, includes 35 mm piston twin tube shocks and 32mm front stabilizer bar • Tires, P265/70R17 all-season, blackwall(Requires 4WD models. Not available with (Z71) Off-Road Suspension Package or(L76) Vortec 6.0L SFI engine.) • Wheels, 4 - 17" x 7.5" (43.2 cm x 19.1 cm) steel,6-lug painted, includes painted center caps(spare wheel will not cosmetically match the other 4 wheels) • Wheel, 17" (43.2 cm) aluminum spare (spare wheel will not cosmetically match the other 4 wheels) (Standard on CK10753 Models only.) • Tire carrier, outside spare, winch-type mounted under frame at rear • Steering, power, rack-and-pinion • Brakes, 4-wheel antilock, front disc/rear drum • Exhaust, aluminized stainless-steel muffler and tailpipe Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 121.3, Data updated 1/23/2007 9:32:00 AM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: Page 11 January 26, 2007 11:33:18 AM Zl 'd Z8ti9 '°N 00HVM N011I4 OIS lNd9S :61 <ooz '9Z 'uEr ol(Standard on Extended and Crew Cab models.) • Audio system, AM/FM stereo with seek-and-scan and digital clock(Upgradeable to(U1C)AM/FM stereo with CD player.) • Audio system feature, speaker system (Requires Extended or Crew Cab Models. Includes 6 speakers.) • Cup holders, front (Also includes rear cupholders on Extended and Crew Cab models.) 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: 121.3, Data updated 1/23/2007 9:32:00 AM ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: Page 9 January 26, 2007 11:33:18 AM 01 'd Z8ti9 '°N 00HVM N011IC CIS Wd55 :ZL LOOT 9Z 'rer )�.,o:e: ,......::..NtY•;,...;y.,:.xn;x.Y•. ..,x.a:(t9;ty" .., ,.. .. .......n. ..... .d. .,. ,x • Photo may not represent exact vehicle or selected equipment. Z d Z8ti9 '°N OOHVM NO11I0 OIS WdtiS:Zl LOOT '96 'U2 � C?r wa y?'?�r 215D Yellow • .54:40, r. _ 7i'•. 1 44f4"{.,. •,?.fl.,x..11 pr,`?f'zt.�__;.$_! �,F."*t'•'%� , c':�`'jy,r�:e�Y q-�X._:•.r:�.i:-::M,+,_i-xj:w�•. � 4.i,� w:'?--`?' R'•y, -r rr=t�. f:r > .c.... ^:r:'�'� �....Stdd 'ta3+vcf"L£tY1Si6rC4 s... ��»+�`�4•:Cr6 9W3 253A Wheatland Yellow • • •_ %^w¢J„v..R R$ dy }4;t?rr:a?).::4.i-_.j�y 4`%�F+ :! .tj 4aAlt-ri'V it.is,tir 5iS�� yytaft'r; r r,,+F q43_ :� ' ,r.i �`••�.�^M r;"-i W ', 3343` Dark Toreador Red a - : __ egg}$ !'_A ,)•. ,Ra: ;rr.!:•1 .1 d . r.;, dY?r S :•Wir•};.I,x?,i ; d,' '1 • YZ*jT'lli IMP.Ar- - 454N Blue • ` :�}}'�,4y6 0. g•..- ,�. -rarvrg+,.;:y,,;?fir t'•J'y .r!�..ruf es;,.,.:.. , Srs:/J]��c�/d�I�•,�G',�"'i.:;1�..f.r`�F.•-..f:'l'�'G:. �.�.i�...,ir:A, a'::t�•f:�Yr.. i'S.^`h.:.r'ro.cf'',ts;T. ,y •j:`' :l', ':j:'S: ;} 519F Galaxy Silver Metallic .:. q;�..,x,.,... - i; `:. . p ; : q +y'`_r t::rr'sQ.: •,,.. •,c^'F4: !.'J, [.. -.4,- ,:f.w„r•.y.,,, r- ,: i.si:" ' ry.L.!!:''.Mr• Cc: :L: .'.-x,.l ' .:n• "r�L... s:". 4:., ..✓F�.c�i�. V ffS' � . c'r+. .'�!.•.. � S %.[:: .,lsr.Fditi t r'r '` .:F: v��lc ��r, r{+ �,� �...... .. iV. • 769H Blue r• •�•• . .2,. , �.,>s:. ..,F: � ;•�:t f: Fs;;. c '`•x�'.r, [ p Ys ii. V P9::4r `hy% 4?:.: rF t tr<. ! f •e r t`..5r r •_.rr .t,.j. �,(..5 4 '7f..r.•8�gS t�".1.ri...n _. .,!-A: •n; :t � =fS%aF�-.�.-,+�<r'S:,a:t*_F-''ltt �..fr�,rf.• .''sf��,l, v .��� +t�a,•sifr,G .. .r:P F.Y,,,',],� S i err�l Red• :.^.rfc ::f:._ :::Y;4ti`:Ii'% r " 'rr. :ryii:c�7fr-au•�.r- ,r • F.r. _ rrr..t..4.2 tt k rr,,,, 0:., r:1. •�....v,:r-t Y :;• -.l-t:;::,e.'_._ :+5-i• .S • t'� .t �. :C� sS1? � ... . _ .� :.�L;:' _sjr.r _-�„.ry i.t:tr...lr�?,•u�1�i`•..z.,t� ;�.,rGJ.:r_F. .'�. •. 1.7�.. :;. ,. _ i ?r- r"' r *�1 ..- '�• � t'.sn•t.p:.. ._ '!"%t' ✓.- "f': -,..L,C•"._.2` .�?fr,•r� f?�, ` 1. • Ptsasa refer to the Color and Tin charts under each brand section tor model availability. I— /// ( , J�01—, 'Not avoidable on Avalanche. t S f l..v 'Not meltable on DenaA,Denali xL,Escalade, I 'SYvmado/Edema at Pontiac East plant only. .SYveradWSler.a not avellablo at Fled plant(not available on Crew Cab). I rid . f;57 • . .:a%' •.,'1,:.v,.t,.till*,!PL474:r4. ..l.r..«';xil%•,:,.LA,46tY. *----- a f: ? di!-Sc.,wta .•> .r••- __. 250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% ' Prepared For: Prepared By: DAVE NORTH CHUCK or JOSH AMES CITY OF OMAHA Sid Dillon Commercial/Fleet 2606 NORTH 26TH STREET 257 West A • OMAHA, NE 68111 Wahoo, NE 68066 Phone: (402) 660-3215 Phone: (402) 540-7577 Fax: (402) 444-6339 Fax:"`(402) 443-3982 t - Email: cames@siddillon.com • 2007 Fleet/Non-Retail Chevrolet Silverado 1500 4WD Ext Cab 143.5" Work STANDARD EQUIPMENT STANDARD EQUIPMENT-2007 Fleet/Non-Retail CK10753 4WD Ext Cab 143.5"Work Truck • SAFETY • Brakes, 4-wheel antilock, front disc/rear drum • • Air bags, frontal, driver and right-front passenger with Passenger Sensing System (Always use safety belts and the correct child restraints for your childs age and size,even in vehicles equipped with air bags. Children are safer when properly secured in a rear seat. See the vehicles Owners Manual and child safety seat instructions for more safety information.) Daytime Running Lamps, with automatic exterior lamp control • • • 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: 121.3, Data updated 1/23/2007 9:32:00 AM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: Page 12 January 26, 2007 11:33:18 AM 8l 'd Z8ti9 '°N 00HVM NO11I0 OIS Wd95:11 LOOZ '9Z .0 e with (Z71) Off-Road Suspension Package or(L76) Vortec 6.0L SFI engine.) • Wheels, 4 - 17" x 7.5" (43.2 cm x 19.1 cm) steel,6-lug painted, includes painted center caps(spare wheel will not cosmetically match the other 4 wheels) • Wheel, 17" (43.2 cm) aluminum spare (spare wheel will not cosmetically match the other 4 wheels) (Standard on CK10753 Models only.) • Tire carrier, outside spare, winch-type mounted under frame at rear • Steering, power, rack-and-pinion • Brakes, 4-wheel antilock, front disc/rear drum • Exhaust, aluminized stainless-steel muffler and tailpipe Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 121.3, Data updated 1/23/2007 9:32:00 AM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: Page 11 January 26, 2007 11:33:18 AM Zl 'd Z8ti9 '°N 00HVM N011I4 OIS lNd9S :61 <ooz '9Z 'uEr ol(Standard on Extended and Crew Cab models.) • Audio system, AM/FM stereo with seek-and-scan and digital clock(Upgradeable to(U1C)AM/FM stereo with CD player.) • Audio system feature, speaker system (Requires Extended or Crew Cab Models. Includes 6 speakers.) • Cup holders, front (Also includes rear cupholders on Extended and Crew Cab models.) 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: 121.3, Data updated 1/23/2007 9:32:00 AM ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: Page 9 January 26, 2007 11:33:18 AM 01 'd Z8ti9 '°N 00HVM N011IC CIS Wd55 :ZL LOOT 9Z 'rer )�.,o:e: ,......::..NtY•;,...;y.,:.xn;x.Y•. ..,x.a:(t9;ty" .., ,.. .. .......n. ..... .d. .,. ,x • Photo may not represent exact vehicle or selected equipment. Z d Z8ti9 '°N OOHVM NO11I0 OIS WdtiS:Zl LOOT '96 'U2 � C?r wa y?'?�r 215D Yellow • .54:40, r. _ 7i'•. 1 44f4"{.,. •,?.fl.,x..11 pr,`?f'zt.�__;.$_! �,F."*t'•'%� , c':�`'jy,r�:e�Y q-�X._:•.r:�.i:-::M,+,_i-xj:w�•. � 4.i,� w:'?--`?' R'•y, -r rr=t�. f:r > .c.... ^:r:'�'� �....Stdd 'ta3+vcf"L£tY1Si6rC4 s... ��»+�`�4•:Cr6 9W3 253A Wheatland Yellow • • •_ %^w¢J„v..R R$ dy }4;t?rr:a?).::4.i-_.j�y 4`%�F+ :! .tj 4aAlt-ri'V it.is,tir 5iS�� yytaft'r; r r,,+F q43_ :� ' ,r.i �`••�.�^M r;"-i W ', 3343` Dark Toreador Red a - : __ egg}$ !'_A ,)•. ,Ra: ;rr.!:•1 .1 d . r.;, dY?r S :•Wir•};.I,x?,i ; d,' '1 • YZ*jT'lli IMP.Ar- - 454N Blue • ` :�}}'�,4y6 0. g•..- ,�. -rarvrg+,.;:y,,;?fir t'•J'y .r!�..ruf es;,.,.:.. , Srs:/J]��c�/d�I�•,�G',�"'i.:;1�..f.r`�F.•-..f:'l'�'G:. �.�.i�...,ir:A, a'::t�•f:�Yr.. i'S.^`h.:.r'ro.cf'',ts;T. ,y •j:`' :l', ':j:'S: ;} 519F Galaxy Silver Metallic .:. q;�..,x,.,... - i; `:. . p ; : q +y'`_r t::rr'sQ.: •,,.. •,c^'F4: !.'J, [.. -.4,- ,:f.w„r•.y.,,, r- ,: i.si:" ' ry.L.!!:''.Mr• Cc: :L: .'.-x,.l ' .:n• "r�L... s:". 4:., ..✓F�.c�i�. V ffS' � . c'r+. .'�!.•.. � S %.[:: .,lsr.Fditi t r'r '` .:F: v��lc ��r, r{+ �,� �...... .. iV. • 769H Blue r• •�•• . .2,. , �.,>s:. ..,F: � ;•�:t f: Fs;;. c '`•x�'.r, [ p Ys ii. V P9::4r `hy% 4?:.: rF t tr<. ! f •e r t`..5r r •_.rr .t,.j. �,(..5 4 '7f..r.•8�gS t�".1.ri...n _. .,!-A: •n; :t � =fS%aF�-.�.-,+�<r'S:,a:t*_F-''ltt �..fr�,rf.• .''sf��,l, v .��� +t�a,•sifr,G .. .r:P F.Y,,,',],� S i err�l Red• :.^.rfc ::f:._ :::Y;4ti`:Ii'% r " 'rr. :ryii:c�7fr-au•�.r- ,r • F.r. _ rrr..t..4.2 tt k rr,,,, 0:., r:1. •�....v,:r-t Y :;• -.l-t:;::,e.'_._ :+5-i• .S • t'� .t �. :C� sS1? � ... . _ .� :.�L;:' _sjr.r _-�„.ry i.t:tr...lr�?,•u�1�i`•..z.,t� ;�.,rGJ.:r_F. .'�. •. 1.7�.. :;. ,. _ i ?r- r"' r *�1 ..- '�• � t'.sn•t.p:.. ._ '!"%t' ✓.- "f': -,..L,C•"._.2` .�?fr,•r� f?�, ` 1. • Ptsasa refer to the Color and Tin charts under each brand section tor model availability. I— /// ( , J�01—, 'Not avoidable on Avalanche. t S f l..v 'Not meltable on DenaA,Denali xL,Escalade, I 'SYvmado/Edema at Pontiac East plant only. .SYveradWSler.a not avellablo at Fled plant(not available on Crew Cab). I rid . f;57 • . .:a%' •.,'1,:.v,.t,.till*,!PL474:r4. ..l.r..«';xil%•,:,.LA,46tY. *----- a f: ? di!-Sc.,wta .•> .r••- __. 250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% • c-25a CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, the Public Works Department desires to purchase a half ton, 4 wheel drive extended cab pickup to be utilized by the Environmental Quality Control Division; and, WHEREAS, Sid Dillon submitted a bid of $22,101.00 to the State of Nebraska under Contract No. 11808 for a half ton,4 wheel drive extended cab pickup; and, WHEREAS, the Purchasing Agent is authorized to purchase a half ton, 4 wheel drive extended cab pickup to be utilized by the Environmental Quality Control Division based on the bid submitted to the State of Nebraska. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Sid Dillon for the purchase of a half ton, 4 wheel drive extended cab pickup to be utilized by the Environmental Quality Control Division in the amount of $22,101.00; and, that the Finance Department is authorized to pay this cost from the Wastewater Monitoring Organization 116712, Sewer Revenue Fund 21121, year 2007 funding. APPROVED AS TO FORM: ( 'c 31./07 4 5FCITY ATTORNEY ATE P:\PW 1\17052maf.doc ( 11/;\).. By �1+•d144 _.� - Councilmember • Adopted ' 'MAR — 6 2007 Ip — 0 - ,.�� t` City Clerk Approved ** Mayor 8l 'd Z8ti9 '°N 00HVM NO11I0 OIS Wd95:11 LOOZ '9Z .0 e with (Z71) Off-Road Suspension Package or(L76) Vortec 6.0L SFI engine.) • Wheels, 4 - 17" x 7.5" (43.2 cm x 19.1 cm) steel,6-lug painted, includes painted center caps(spare wheel will not cosmetically match the other 4 wheels) • Wheel, 17" (43.2 cm) aluminum spare (spare wheel will not cosmetically match the other 4 wheels) (Standard on CK10753 Models only.) • Tire carrier, outside spare, winch-type mounted under frame at rear • Steering, power, rack-and-pinion • Brakes, 4-wheel antilock, front disc/rear drum • Exhaust, aluminized stainless-steel muffler and tailpipe Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 121.3, Data updated 1/23/2007 9:32:00 AM ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: Page 11 January 26, 2007 11:33:18 AM Zl 'd Z8ti9 '°N 00HVM N011I4 OIS lNd9S :61 <ooz '9Z 'uEr ol(Standard on Extended and Crew Cab models.) • Audio system, AM/FM stereo with seek-and-scan and digital clock(Upgradeable to(U1C)AM/FM stereo with CD player.) • Audio system feature, speaker system (Requires Extended or Crew Cab Models. Includes 6 speakers.) • Cup holders, front (Also includes rear cupholders on Extended and Crew Cab models.) 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: 121.3, Data updated 1/23/2007 9:32:00 AM ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: Page 9 January 26, 2007 11:33:18 AM 01 'd Z8ti9 '°N 00HVM N011IC CIS Wd55 :ZL LOOT 9Z 'rer )�.,o:e: ,......::..NtY•;,...;y.,:.xn;x.Y•. ..,x.a:(t9;ty" .., ,.. .. .......n. ..... .d. .,. ,x • Photo may not represent exact vehicle or selected equipment. Z d Z8ti9 '°N OOHVM NO11I0 OIS WdtiS:Zl LOOT '96 'U2 � C?r wa y?'?�r 215D Yellow • .54:40, r. _ 7i'•. 1 44f4"{.,. •,?.fl.,x..11 pr,`?f'zt.�__;.$_! �,F."*t'•'%� , c':�`'jy,r�:e�Y q-�X._:•.r:�.i:-::M,+,_i-xj:w�•. � 4.i,� w:'?--`?' R'•y, -r rr=t�. f:r > .c.... ^:r:'�'� �....Stdd 'ta3+vcf"L£tY1Si6rC4 s... ��»+�`�4•:Cr6 9W3 253A Wheatland Yellow • • •_ %^w¢J„v..R R$ dy }4;t?rr:a?).::4.i-_.j�y 4`%�F+ :! .tj 4aAlt-ri'V it.is,tir 5iS�� yytaft'r; r r,,+F q43_ :� ' ,r.i �`••�.�^M r;"-i W ', 3343` Dark Toreador Red a - : __ egg}$ !'_A ,)•. ,Ra: ;rr.!:•1 .1 d . r.;, dY?r S :•Wir•};.I,x?,i ; d,' '1 • YZ*jT'lli IMP.Ar- - 454N Blue • ` :�}}'�,4y6 0. g•..- ,�. -rarvrg+,.;:y,,;?fir t'•J'y .r!�..ruf es;,.,.:.. , Srs:/J]��c�/d�I�•,�G',�"'i.:;1�..f.r`�F.•-..f:'l'�'G:. �.�.i�...,ir:A, a'::t�•f:�Yr.. i'S.^`h.:.r'ro.cf'',ts;T. ,y •j:`' :l', ':j:'S: ;} 519F Galaxy Silver Metallic .:. q;�..,x,.,... - i; `:. . p ; : q +y'`_r t::rr'sQ.: •,,.. •,c^'F4: !.'J, [.. -.4,- ,:f.w„r•.y.,,, r- ,: i.si:" ' ry.L.!!:''.Mr• Cc: :L: .'.-x,.l ' .:n• "r�L... s:". 4:., ..✓F�.c�i�. V ffS' � . c'r+. .'�!.•.. � S %.[:: .,lsr.Fditi t r'r '` .:F: v��lc ��r, r{+ �,� �...... .. iV. • 769H Blue r• •�•• . .2,. , �.,>s:. ..,F: � ;•�:t f: Fs;;. c '`•x�'.r, [ p Ys ii. V P9::4r `hy% 4?:.: rF t tr<. ! f •e r t`..5r r •_.rr .t,.j. �,(..5 4 '7f..r.•8�gS t�".1.ri...n _. .,!-A: •n; :t � =fS%aF�-.�.-,+�<r'S:,a:t*_F-''ltt �..fr�,rf.• .''sf��,l, v .��� +t�a,•sifr,G .. .r:P F.Y,,,',],� S i err�l Red• :.^.rfc ::f:._ :::Y;4ti`:Ii'% r " 'rr. :ryii:c�7fr-au•�.r- ,r • F.r. _ rrr..t..4.2 tt k rr,,,, 0:., r:1. •�....v,:r-t Y :;• -.l-t:;::,e.'_._ :+5-i• .S • t'� .t �. :C� sS1? � ... . _ .� :.�L;:' _sjr.r _-�„.ry i.t:tr...lr�?,•u�1�i`•..z.,t� ;�.,rGJ.:r_F. .'�. •. 1.7�.. :;. ,. _ i ?r- r"' r *�1 ..- '�• � t'.sn•t.p:.. ._ '!"%t' ✓.- "f': -,..L,C•"._.2` .�?fr,•r� f?�, ` 1. • Ptsasa refer to the Color and Tin charts under each brand section tor model availability. I— /// ( , J�01—, 'Not avoidable on Avalanche. t S f l..v 'Not meltable on DenaA,Denali xL,Escalade, I 'SYvmado/Edema at Pontiac East plant only. .SYveradWSler.a not avellablo at Fled plant(not available on Crew Cab). I rid . f;57 • . .:a%' •.,'1,:.v,.t,.till*,!PL474:r4. ..l.r..«';xil%•,:,.LA,46tY. *----- a f: ? di!-Sc.,wta .•> .r••- __. 250 $128,176 $162,819 $186,919 49.3% 1181 $124,312 $157,910 $181,284 46.6% 1251 $128,232 $162,890 $187,000 49.4% 1182 $124,368 $157,981 $181,366 46.6% 1252 $128,288 $162,961 $187,082 49.4% 1183 $124,424 $158,053 $181,447 46.7% 1253 $128,344 $163,032 $187,164 49.4% 1184 $124,480 $158,124 $181,529 46.7% 1254 $128,400 $163,103 $187,245 49.5% 1185 $124,536 $158,195 $181,611 46.8% 1255 $128,456 $163,174 $187,327 49.5% 1186 $124,592 $158,266 $181,692 46.8% 1256 $128,512 $163,246 $187,409 49.6% $113,515 $144,195 $165,539 38.5% 83 27.4% 626 $95,074 $120,770 $138,646 24.7% 696 $99,204 $126,016 $144,669 27.5% 0 / ƒ U m 9 1 # . $ 9 = o ® § R 7 * f § m {' \ Z . cn n \ \ / § = cr) \ 7 / k 6 \ = \ o k k $ % _ m 7 / \ © _ 7 \ o _ 0 % a ( 2 ° § '0r > § n m .01 Q q o k IQ < k 0 \ M n \ / 2 / cn. rz,,, --‘ \ o / / po / 7 . • \ -' o A §' � q CD ,g ,e So \ ƒ 7 -. ° n 4. § 2.2 J S • ƒ \ C4' K k 7 7 ƒ C § 7 \ / \ ' . . - : \• \, . ^ � \ / \_ , � � Number of Shares