Loading...
RES 2007-0234 - PO to Sid Dillon for pickup trucks • ``1 ?; R E C E I ,�;D Public Works Department • Dui~ E r�" r Omaha/Douglas Civic Center Ty-r'r6 rti � Q? F s':. i P°l E. 1819 Farnam Street,Suite 601 ®d�,pm February 27, 2007 ry Omaha,Nebraska 68183-0601 (402)444-5220 • 4TED FEBRV i la�.F:• -};'i Fax(402)444-5248 • City of Omaha * 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 two half ton 2-wheel drive pickup trucks to be utilized by the Traffic Engineering Division. • Contractor Total.Bid SID DILLON $29,794.00 (RECOMMENDED BID) Fleet Management has recommended the award to Sid Dillon based on a bid supplied to the State of Nebraska per Contract No. 11795. 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 two half ton 2-wheel drive pickup trucks to be utilized by the •Traffic Engineering Division from the Traffic Engineering Equipment Organization 116191, Street and Highway Allocation Fund 12131, year 2007 expenditures. The Public Works Department recommends the acceptance of the bid from Sid Dillon in the amount of$29,794.00, being the lowest and best bid received, within the bid specifications, and. requests your consideration and approval of this Resolution. ully submitt , Re to City Council for Consideration: bert G. tubbe, P.E.�� 1 Date Mayor's Office Date Public Works Director \ Approved as to Funding: Approved: a - )-i)s • • 4 Slog Carol A. Ebdon Date Gail Kinsey Thom son Date Finance Director Human Rights and Relations Di ctor P:\PW 1\17055rnaf.doc m have completed a number _7••iic:. of projects similar to the one identified in the request for proposal. The project summaries shown on the following ; -. pages highlight our recent work. r., •_ • 0 mplex information is presented to non-engineers to ensure excellent communication takes place between the public and the project team. NOISE ANALYSIS—RYAN HUFF, P.E. Mr. Huff will be responsible for noise analysis. He has completed the FHWA Traffic Noise Model 2.1 and FHWA Traffic Noise Fundamentals and performed noise studies related to HWS environmental assessment, environmental impact statement, corridor study and planning projects. He has four years of experience with HWS. TRAFFIC/TRANSPORTATION EN(;INEERING—BRIAN RAY, RE., PTOE. Mr. Ray will be responsible for the traffic and transportation engineering aspects of the project to the extent that environmental mitigation requirements are needed. He has 11 years of experience and has managed traffic and transportation engineering projects for state departments of transportation, local municipalities and private entities. Mr. Ray is currently managing HWS traffic engineering and transportation planning projects for cities and planning organizations in Nebraska, Iowa and North Dakota. He is also the Project Manager for HWS Consulting Group's ITS projects with the Nebraska Department of Roads. 3-3 HWS nd statistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 State Purchasing Bureau STATE .O F N E B RAS KA CONTRACT•"AWARD . -State Purchasing Mail South,1st Fox = ' Lir,SbIn,Nebraska 68508 `-rk ' :::x OR 3. PAGE ORDER DATE _ P.O.Box 94847 1 OF 6 11/16/06 Lincoln,Nebraska 68509-4847 - . Telephone:(402)471-2401 . BUSINESS UNIT BUYER Fix:(402)471-2089 9000 • CONNIE HEINRICHS CONTRACT NUMBER - VENDOR NUMBER: 3758834 1179t- OC VENDOR ADDRESS: • SID DILLON WAHOO INC • DBA SID DILLON CHEVROLET-BUICK-PONTIAC . 257WAST • WAHOO NE 68066-2070 , • • • AN AWARD HAS BEEN MADE TO THE VENDOR NAMED ABOVE FOR THE FURNISHING OF EQUIPMENT, MATERIAL, OR SUPPLIES AS LISTED BELOW FOR THE PERIOD: 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 FURNFSH THE EQUIPMENT OR SUPPLIES SHOWN BELOW,AND DOES NOT PRECLUDE THE PURCHASE OF SIMILAR ITEMS FROM OT}ER SOURCES: THE STATE RESERVES THE RIGHT TO EXTEND THE PERICiD`OF` IS CONTRACT BEYOND THE TERMINATION DATE WHEN MUTUALLY AGREEABLE TO THE VENDOR AND THE STATE OFNE-RASKA. 7r107 or Curren:P•oduction 1/2 Ton,Regular Cab Base Truck,2 W D Pickup Truck as�pe-the attached specifications Or the 2007 Production ' Year. : • See att .'ied Terms and conditions page for approxdmate units to be purchased. The'Unit Pfice'is equal to the Base Price for items before - the O iIc 1 Bid List _ .r. fv1AJ<E .ttevrolet • - MODEL Silverado ' _ '" ' _ 1 ' . PRI VIARY YARD DELIVERY: 45-120 Days AJRO - CONTACT: Chuck Ames •=-•fi_ _ _ - __ __ PHONE 402.540.7578 = - FAX: 402-443-3982 • -i-E _ _ _ =_ 1 _ .< •_:_ =_- - --Est. Unit Line Description == f___:== := ,.:.-_ ' `.. . '-Oty.-.,_.._;__ : UM .price ; 1 Half•To_rtBase`-crick, I1 g_Cat = :== _ . ._= ' ` F5 20= _ _4.327.0000 :Chevrolet: rfierado-.—r:�--: _ -• _ )== ^L==::` ff "�- °> -� --� 7^7On rn Bld 3ocumen fi�8.OE-Ora-fnaLrne #= :. : =-:_�--:� �-:_ -< . -' --°=_� �= = --_=�. 2007 or Current Production 1/2 Ton, Regular Cab, 2wd, Base Truck Make: Chevrolet . . ` al = YER EL ADMINI TRATOR lysis. He has completed the FHWA Traffic Noise Model 2.1 and FHWA Traffic Noise Fundamentals and performed noise studies related to HWS environmental assessment, environmental impact statement, corridor study and planning projects. He has four years of experience with HWS. TRAFFIC/TRANSPORTATION EN(;INEERING—BRIAN RAY, RE., PTOE. Mr. Ray will be responsible for the traffic and transportation engineering aspects of the project to the extent that environmental mitigation requirements are needed. He has 11 years of experience and has managed traffic and transportation engineering projects for state departments of transportation, local municipalities and private entities. Mr. Ray is currently managing HWS traffic engineering and transportation planning projects for cities and planning organizations in Nebraska, Iowa and North Dakota. He is also the Project Manager for HWS Consulting Group's ITS projects with the Nebraska Department of Roads. 3-3 HWS nd statistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 • STATE OF N B RAS KA CONTRACT AWARD - State Purchasing Bureau 301 centennial Mail south,10-Ploor Uncoln,Nebraska 68506 OR °,S PAGE ORDER DATE P.O.Box94847 2 OF 6 _ 11/16/06 Lincoln,Nebraska 68509-4847' Telephone:(402)47T-2401 BUSINESS UNI? BUYER •:Fax(402)471-2085!' 9000 CONNIE HEINRICHS CONTRACT NUMBER VENDOR NUMBER: 3758834 11795 OC Line Description - ty UM Price Model: Silverado GVW R: 6400 Series, Code, Trim Level: Silverado, CC10903, WT Engine: 4.8 L V-8 EPA: N/A 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 Base Truck, Reg Cab - 20 EA 14,807.0000 Chevrolet Silverado Original/B'7! Document 1698 OF, Original Line #=2 "- • 2007 or Current Production 1/2 Ton, Regular Cab.2wd27Base Truck E85 (Units Capable of operating on a fuel miztu.re of."i) o 85% Ethancl/15% Unleaded gasoline without additional change or conversi:.on } Engine: 5.3 V-8 _° _ ir. :111 air The original manufacturer's statement of onggirnr aservi a authorization card, and a properly executed service and warranty policyshali accompany each vehicle when delivered. - --OPTIONS BID LIST-- _=_ zr 3 engine, gasoline (other) -_ = = 20 EA 480.0000 5.3L V-8 Flex Fuel Original/Bid Document=1-698=OF;;Original Line_#22:. 4 air conditioning--c-deduct}=== = - _ : 20.-3=aEA-:- 596.0000- Original/Bid-DOgtoTant 169_8 OF, Orn9lnal Line#25 :71 _ __ it_____ T Li ::::.-:_. _ 5�. . outside mrrrors. : = :. , .. - _— — —-- _2©_�_- A: -�- =_!• .0000 - - _ _ - — o= _ - _s--_ — _ _ -. _ ___— _—'-_ _- -- Original/Bid Document 1698 OF, Original Line # 30 2 electric remote controlled outside mirrors, swing away type, 6" X 9" • • 6 power door locks 20 EA 697.0000 requires PDD package Original/Bid Document 1698 OF, Original Line#31 BUYER INITIALS evrolet: rfierado-.—r:�--: _ -• _ )== ^L==::` ff "�- °> -� --� 7^7On rn Bld 3ocumen fi�8.OE-Ora-fnaLrne #= :. : =-:_�--:� �-:_ -< . -' --°=_� �= = --_=�. 2007 or Current Production 1/2 Ton, Regular Cab, 2wd, Base Truck Make: Chevrolet . . ` al = YER EL ADMINI TRATOR lysis. He has completed the FHWA Traffic Noise Model 2.1 and FHWA Traffic Noise Fundamentals and performed noise studies related to HWS environmental assessment, environmental impact statement, corridor study and planning projects. He has four years of experience with HWS. TRAFFIC/TRANSPORTATION EN(;INEERING—BRIAN RAY, RE., PTOE. Mr. Ray will be responsible for the traffic and transportation engineering aspects of the project to the extent that environmental mitigation requirements are needed. He has 11 years of experience and has managed traffic and transportation engineering projects for state departments of transportation, local municipalities and private entities. Mr. Ray is currently managing HWS traffic engineering and transportation planning projects for cities and planning organizations in Nebraska, Iowa and North Dakota. He is also the Project Manager for HWS Consulting Group's ITS projects with the Nebraska Department of Roads. 3-3 HWS nd statistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 • • STATE OF N EB RAS KA coNTR4c_LAwARD -301 C„ _ State Purchasing Bureau entennial Mail South,1st Floci - , Uncoln:,'WebrOka 68508. ,.. P.O.Bo:194847 PAp E.'' ' ORDER DATE Uncoln,Nebraska 68.509-4847 3 OF 6 11/16/06 . Telephom:(402)471-2401 .; _ Fax(402)471-2089 BUSINESS UNIT BUYER 9000 . CONNIE HEINRICHS CONTRACT NUMBER - VENDOR NUMBER: 3758834 11795 OC ,.r. Line Description '.-. ty UM Pnitrice • . •7 automatic speed control . 20 EA 257.0000 (cruise), factory installed Original/Bid Document 1698 OF, Original Line# 32 - ,.. , 8 am/fm cd stereo radio , 20 EA 277.0000 Original/Bid Document 1698 OF, Original Line # 33 ._. .. ..../ 9 engine block heater, gas engine - 20 EA _57.0000 , factory or dealer instalied , • ,.. __ Original/Bid Document 1698 OF, Original Line # 36t . _ 10 engine block heater, diesel engine -..t.42..-„. .. ' 20 EA 197.0000 factory or dealer installed — • , , 1P.--z.q,:.-z ;••:..---,:_ Original/Bid Document 1698 OF, Original Line-4:tt37liki-T • Manufacturer: GM Model: Delco Warranty: 904lagSV 11 sliding rear-vision window .',! 1..:i-!;.-":- e -.7..:.!-.:... 20 EA 237.0000 . ., ,,._'-' Original/Bid Document 1698 OF, Original Lin-0,ikitf g .z-1.:-*:1- .=. , 12 seats, cloth covered, with .t!f,.;t ''.:.,:, .: 20 EA 107.0000 carpeted floor -,,: ] ' .. Original/Bid Document 1698 OF, Original Linel.# .1.42t ,. ,-.-.g ', i 13 pickup box length of approx. •'-' i. i . ,.: 5 - I Li!;.1;A 5 f 1: ; 20 EA 77.0000- 6 1/2 feet (deduct)• .- , --, -:: ii ,,, • i .-- • • , .Original/Bid Document 1698 OF, OriginalLin:er-# 44:i tr i- -l• .' . .7.1.,:,,,,-..::•-.r.::::-,__, _,,..-- ,74. ';:!:, Ti '. .."::•.*:-::_..7 ..ff,..,:,.,i.'..!,::;:, ';,, , WheelbaSe:--149!;71 : =r-' !7. 7 7 ; . -.., .._... -ti :473 7.--1. i .'":: .:.--tr_:: 71 5:---Tvf-e-4":;1_,..f.-q i ,,.-j '. ; 1 '--1 --11:44 g ti ;ft.: -i-ii i7-.:7-t i Ei k=.-- i_mi. E-o.-ki.-4.-]:f;;;;1--•ft',.! , '.. , .;' .i ... ' ''1' .1'. '-f-:- M7-'''t .. 25.035 r;-;' .; EA- 497 0000:. 14, iq2f-a110-71/0-Witig 0491AgP 11- 7! Tr-; :. : :;:ti:; .--77 --7-1,-.z--, .:_-i..-• ' ' .st - t.2 ' ;.,,,t.,.:-.--4A:.4.1„7.:,.--5_.-...z.,1_,..-1,____,:.EFf__ _. _,__-,.. ._...-..;:gi_:12.-_-,;t7---#-•_,---_-_—=--- -_---,--7-75-;r4::,-,,- ;iA,-,:_ --- -51A7--et- :t4it1!.-;.1:--.-----.,_2:--,77,?-1"-?-f4A 4 ZVA-17c7±.i L- i.----i;77 r.: Z17 -:-.:--N,--,j-s--fif:_f..:t;.=--,,,i---',.---,.,-- .7,-F---774_:::-:-k--_-,' ,:-,..1,::':4,-.F::-..-F-:.;7-541-:.4::.-yf?-.,;ff-,-.-:-.7-7t_:,-27.7$;7.7-. ..-.7.--.1-.-..i.-4:!T+:7_;:.---zr,..,: .,,,,- , :•- • Originalibid1566-1Y(ffebt 1698 OF; 0itifi6Ilin'e4,.4 -, .'•, - . - 15 cargo light 20 EA 90.0000 Original/Bid Document 1698 OF, Original Line # 46 • 16 tube of touch-up paint • 20 EA 15.9500 to match vehicle • • Original/Bid Document 1698 OF, Original Line # 47 . BUYER INITIALS , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 . . . . . • STATE OF NEBRASKA CONTRACT AWARD ' , , . taitejenurecnrR 1: 4 t lal ligiluroutri,1st floor . „! LinColn,Nebraska 88508.. -, .. • 1.— . , , PAGE ORDER DATE P.O.Box 94847 aska 68509-4847 4 OF 6 • 11/16/06 i'• _ , Lincoln,Nebr .; Telephone:(402)47i-2401 BUSINESS UNIT BUYER • ,I.' Fax(402)471-2089 9000 CONNIE HEINRICHS . : CONTRACT NUMBER VENDOR NUMBER: 3758834 , 11795 OC Est. 1Jiiit Line Description uty UM ' Price • 17 standard paint - . 20 EA 0.0000 Original/Bid Document 1698 OF, Original Line #48 i . , 18 Department of Roads yedow 20 EA 0700 Original/Bid Document 1698 OF, Original Line # 49 • For Department of Roads Use: Yellow,color of: Chevrolet/GMC # WA-253A cede (0013) ...,. - 19 extra cost paint . • 20 EA 257.0000• ,, . Original/Bid Document 1698 OF, Original Line # 50,1 • ., .... 20 body side moldings, vinyl • , 20 EA 97.0000 3.i?'.,.... .!-::., factory installed :-F--:.:!';,,x,-; Original/Bid Document 1698 OF, Original Line:th-52 :'_-?:4.:,i-_-•,-!.,.:-. 21 body side moldings, vinyl , ','4'ai : '',4 20 EA 197.0000 . . , :„...- -, o :-. dealer installed , Original/Bid Document 1698 OF, Original Line.4,5a. ::f':.: '... 22 keyless remote entry locking _,,,, .-, f: 7 20 EA 697.0000 ,fi!•f: ': : :-; . _ system (if not std) i i i•c: , , ;-i 7. 7. Original/Bid Document 1698 OF, Original Linel#:54 -. _ requires PDD pkg , 23 additional remote-fobrri,-fro mfg- A ' i T.i . i :t: 20 EA 97.0000 t. ,-- -- - ---- - , - , ,.:(,„ ':7-1-':•; r-•:i::,',-Er- . Original/Bid Document 1.69$OF;Original Line ..: -: . :,',..:-----_- „ ,,,,--i- -:-!,--::-.---- , :-_, .41, ,--- 2,.-,.-: 7-.,--• ---,'.4;:;7,-:•.-i- , 24 ,...-four wtie.011diivefiloilert---- z' :- -___- . „ - -,,,,-..-_:. ,,_-...... -7-20;!. i EA ' 3,997.0000 'Th,-,:•=7 ,..i -..s:i ;..-q . ---:' .=7-_ : 1 i :::;,;,-. r,_ •,,- . . Original/Bid 109_b OF,_prigindi ;Drib't-t St,- ,:77-7Z':-1,7:,-:4V7-. 7.41 i'i i i.:: :,i,I.I!: ,-,-i--'',' -_-t-I 15:‘-. .....E?:::•-7 4:--1,,* ,-:-T--I'':frai--='--:-.*---'-----.:-.,.. ..7:;----:-..-;,!.f•, t;2-..:';1..''A 2.5.1';'-17'. terrain2641;3 itiF68-----:-- -.,. 'IF R:4,-17;t:R.: 7.43-r--7:7-1. 3 2 7:--f-v--,;-. ?i.,-!n:--,",7.,--F-1.71-01A---T-20-Iiii-EA:':.:.. :.'i.- rF2t)-7.0000 --.---: :,-.. -- =.;----,:-.4,--- ':' -..itA.:1 -: -- ..i..,..._____, ,.,.. t.,...z....,_..,,z Original/Bid f5oderie-rit 1698 (iP.:b-rigrri-ai':Lii-144 58 - - • --f- - - On/Off road mud and snow all terrain tires and spare (can be steel rim), size LT255/70R17 OR LT245/75R17 OR LT265/75R17, such as Goodyear Wrangler AT/S steel belted tires. 26 cab chassis truck option 20 EA 500.0000- (deduct) Original/Bid Document 1698 OF, Original Line # 59 On : BUYER INITIALS - ---------:-- - --- - . , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 . , STATE OF NEBRASKA coNti1Z6tA*ARD . ., _ State Purchasing Bureau , - 301 Centennial Mail South,1st Flcor - Lincoln,Nebraska 68508 i OR PAGE PAGE ' ORDER DATE P.O.Box 94847 , Uncoln,Nebraska 68509-4847 5 OF 6 I 1/16/06 Telephone:(402)471-2401 BUSINESS-UNIT ;:3UYER Fax(402)471-2089 9000 CONNIE I1EINRICHS CONTRACT NUMBER VENDOR NUMBER: 3758834 11795 OC ..:St. nit Line Description ty- UM Price • Dealer Box Delete • ,.,,, • „ 27 equip/engine svc repair manual - 20 EA 350.0000 Original/Did Document 1698 OF, Original Line # 60 .::. - 28 equip/engine svc repair manual 20 EA 750.0000 ,..... on CD rom ---1 Original/Bid Document 1698 OF, Original Line # 61 --, 29 - extend warranties .;- ,, 20 EA ''--• 1,805.0000 Original/Bid Document 1 8 OF, Original Line # 64:E,-,: GMPP, 5 Year/75,000 Miles, Major Guard, $0 DetaditiOle • . - 30 two sets ot koys per vehicli, ..,--:- •,;4---,-- ::,, - : 20- EA - 5.0000- z-477:il t_-.:,-2 o•- ,,,.. . (deduct, , . i•t74.: ''--4-f.--V.,1-i - :.. Original/Bid Document 1698 OF, Ongina/ 1 intigt66r2,7 -7-:4--..,“ ., -1,--,'7-1;--'1!:4•.:' ';!..--1-' !:: 31 drop shipment charge 20 EA • :-.400.0000 '.;•.-A-Vir I , :, :' '; . - • for outside Lincoln rt:F.;---; Original/Bid Document 1698 OF, Original Linel#1671 Additional costs of charges for vehicle drop shjp:rilierit outside the Lincoln area. . . Drop shipment charges would be for vehicles bought by political entities and other _ _. - Divisions of Government. ; sf:;-, ,-, i , ,. l• - i ••57. ,";7,---': g, i I.5 .1"-'1 .• , .•: ji..;.3.--'1::::.7 .4-5;"'• ; ;!;:", ' ! ,• . „ !'"Er7.'2.".'i''''.! ':: -, •i 3::::E1 • •'",1 5 _';77.7 : .,•7,* ....." —-,::.7: .1,4.! •-, -,7.,::: „,..-•-•-• - 3 , • • ,...,..., - -2'5-'...: , : ',: t- ' '1717 .;17,ti--;'" 77 "'-. -,: w: .,,,__ ......,J -,i,1„, ., ,..._!t '.,., e.•.47: ;1 ... r,c,, :.__,-._-_,„ +,,.Ts' '; , :I' T. 5 Z1' :"-i j1T-, r-- .11:g..',:--.1.2-74"---. :72 ITE.:: ,--__.__-. .kr fi'dZ41 t..7:4 E it„2,,1: ; i'.1::::. ,- :,:-:: • : ::?-'":;:-4;1.'1' :.1:--E,'' '..1 I ! f'i : F 5: °-'7':''' .7-•-'=:4-•,-.7' t;_3,W.-- :--Afr-7:e.f:- -.2: :: TP4:5'.''s==;,,t-,4;.*:'I.ii f 1 i fg-4t,":,T-: .!:::•Ti::: -'''''-'-::'''''',--;'-'. '1=7' 2": - • r ''..: .n.,---:.---•-',-='41:::,,..:-1-.4,7-57-71-5777-- 4"5i'15::'--- ff?St'-..,.".54.-';-- '--,•'-----. ":"' 74; -.4 7.2-.--.7.- -74774 -g.-.::,-,.÷.7, ''...---'?'--=-"-f:f.--,•-___;-'41,.--=..,....-':.-----:f.-:: .7----=----.. : -. : --_.; ---•:-7.:..,.,-..-,.- -—== -c-:-----.:-•.':-. -.., !... .- ..,.-,----.--.:,=;„ .j.,---_-_-,,s_.,..,..,:.,,. _ ..:, ., _2.,::_, ..35., 't...-7 .;'":7•'=.f. "._••4:',4;>--.:".--. .7' '.i..".•'-t-t.'..-7-::,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 STANDARD CONDITIONS AND TERMS OF BID SOLICITATION AND OFFER Invitations to Bid and Contract Awards • It is the responsibility of the bidder to check the website for all information relevant to this solicitation to include addenda and/or amendments issued prior to the opening date. Website address: http://www.das.state.ne.us/materiel/purchasino/purchasinq.htm SCOPE-These standard conditions and terms of bid solicitation and acceptance apply in like force to this inquiry and to any subsequent contract resulting therefrom. • :'f ICES-Prices quoted shah tree net,inckiding transportation and delivery charges fully prepaid by the bidder,F.O.B.destination named in the j'nv;liition to Hid.No additional charges will be allowed for packing,packages or partial delivery costs.When an arithmetic error has be_n made in the extended total,the unit price will 'overn. . EXECUTION-Bids must be signed in ink by the bidder on the State of Nebraska's Invitation to Bid form.All bids tr'ttst be typewritten or in ink on the State of .Nebraska's ebraska's Invitation to Bid form.Erasures and alterations must be initialed by the bidder in ink.No telephone or\tot a bids will be accepted.Failure to comply with - these provisions may result in the rejection of the bid. • FACSIMILE DOCUMENTS-The State Purchasing Bureau will only accept facsimile responses to Invitations to Bi,i c.n bids under S25,000 and up to ten(10)pages. t-'owever,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 Invitr.-lion to Bid. . DISCOUNTS-Prices quoted shall be inclusive of ALL trade discounts.Cash discount terms of less than thirty(30)days will not be considered as part of the bid.Cash discount periods will be computed from it re date of receipt of a properly executed claim voucher or the date of completion of delivery of all items in a satisfactory condition,whichever is later. . - • PAYMENT-Payment will be made by the responsible agency In conjunction with the Slate of Nebraska Prompt Payment Act 81-2401 through 2408.The State may • request that payment be made electronically instead of by s•tate warrant COLLUSIVE BIDDING-The bidder guarantees that the prices quoted have been arrived at without collusion with other eligible bidders and without effort to preclude . the State of Nebraska from obtaining the lowest possible competitive price. - LUMP SUM OR ALL OR NONE BIDS-The Slag reserves the right to purchase item-Lfv-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 sun"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 bid: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 it all items are purchased but agrees to deliver individual items at the prices quoted. SPECIFICATIONS-Any manufacturer's names,trade mimes,brand names,information.and/or catalog numbers listed in a specification are for reference and not r • intended to limit competition,but will be used as the standard by which equivalent material.offered wi!!be judged.The State Purchasing Director will be the sole judge • of equivalency.The bidder may offer any brand•:ihich meets or exceeds the specification.When a specific product is required,the Invitation to Bid will so state.Arty item bid is to be the latest current model under standard pfoduation at the time of order.No used cr refurbished equipment will be accepted,unless otherwise stated. ALTERNATE/EQUIVALENT BIDS-Bidder may offer bids v-nich are at variance from the•express specifications of the Invitation to Bid.The State reserves the right to consider and accept such bids if,in the judgeme 'of the State Purchasing,Director,the bid will result in goods e.nd/or services equivalent to or better than those which • ''would be supplied in the original bid specifications.Bidders must indicate: in the Invitation to Bid the manufacturer's name,number and shall submit with their bid, • 'sketches,descriptive literature and/or complete specifications.Reference_`%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 ' " • r P P terms,conditions and specifications,and the bidder shall be held li.,=.bie therefore- SAMPLES-When requested,samples shalt be furnished at the bid:,crt•expense prior to the-.opening of the hid,unless otherwise specified.Each sample must be .1 • labeled clearly add identify the bidders name,the Invitation to Bid number and the item number.Sathpies submitted must be representative of the commodities or " equipment which would be delivered if awarded the bid-The State of Nebraska reserves tnr rigs it,to request samples even though this may not have been set forth in the invitation to Bid.Samples not destroyed in testing wilt be returned at bidders expense,•if,requesteri,or will be donated to a public institution. RECYCLING-Preference will be given to items which are manufactured or produced from recycled material or which can be readily reused-or recycled after their normal use as per State Statute Section 81-15,159. • li.' - LATE BiDS-All bids will be time and date stamped upon receipt by'he State Purchasing Bureau.all-•this ehall be the official time and date of receipt.Bids received after the time of the bid opening will be considered late bids and will r returned to the bidder unopened.The State Purchasing Bureau is not responsible for late bids - or lost requests due to mail service inadequacies,traffic or other similar reasons- ' BID OPENING-Openings shall be public on the date and time specified on the'.Invitation to Bid form.It is the.bidder's responsibility to assure the bid is delivered at the designated date,time and place of the bid opening.Telephone bids a-e 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 Cid 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 li:...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 Stale 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 sett-addressed.stamped envelope whicirmust 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: http://waw.das.state.ne.us/materiel/ourchasina/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. r 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 giver,or required by the state of the nonresident bidders.Where the lowest responsible bid from a resident • bidder is equal in all respects to one from a nonresident bidder from a state which has no preference law,the resident bidder shall be awarded the contract. , • NONDISCRIMINATION-The Nebraska Fair Employment Practice Act prohibits contractors of the State of Nebraska,and their subcontractors,from discriminating against any employee or appricant for employment,to be employed in the performance of such contracts,with respect to hire,tenure,terms,conditions or privileges of employment because of race,color,religion,sex,disability,or national origin.(State Statute Sections 48-1101 through 48-1125)The bidder guarantees compliance with the Nebraska Fair Employment Practice Act,and breach of this provision shall be regarded as a material breach of contract.The contractor shall insert a similar provision in all subcontracts for services to be covered by any contract resulting from this Invitation to Bid. TAXES-Purchases made by the State of Nebraska are exempt from the payment of Federal Excise Taxes,and exemption certificates will be furnished on request. State and local taxes are exempt by State Statute Section 77-2704(I)(m)R.R.S.1943 and must not be included in the bid prices.Exemption by statute precludes the . furnishing of State exemption certificates. • DRUG POLICY•Bidder certifies that it maintains a drug free work place environment to ensure worker safety and workplace integrity. Contractor agrees to provide a - copy of its drug free workplace policy at any time upon request by the State. . • GRIEVANCE AND PROTEST-Grievance and protest procedure is available by contacting the buyer.Protest must be filed within ten(10)days of award. - NE ACCESS TECHNOLOGY STANDARDS-Vendor agrees to ensure compliance with Nebraska Access Technology Standards. See website at: httplwww.nitc.state.ne.us/standards/accessibility/ • Revised: 02/2004 6 OF 6 Prepared By: CHUCK or JOSH AMES Sid Dillon Commercial/Fleet • 257 West A Wahoo, NE 68066 Phone: (402) 540-7577 Fax: (402) 443-3982 .. Email: cames@siddiilon.com 2007 Chevrolet Silverado 1500 CC10903 2WD Reg Cab .133.0 Work Truck _..,w-..a a,. . ��:__.....,-a.x,.x.w.....e.. .. —...xi::.,K.:„-.......x<.. .. ......axi,;: .4.:.: ...,o c.c...,x.x.,,. H' - , w-'- - „-4 - Mm �F-"'Mw...zzr:y �n ; m."xv a,A4;, ".' ' - ••-A u•M. :x:p.:.:«m` w, r-a.""•vWa' •A %4r a=1, 1...k . A�>.i w' W �" ma° a �� tl ,:,.tl.:x..a,w gYx.n! °"a ,.t..w.,.aw ivx;,T,4,7Zrt att�Ixint." .t;i4:in;w4a".:', ;, Ax � o MN;;;7447'- •...... :..'.4e, ..,... yw xtlri lo „4'Y1iY3 tlY,1, r :axaaa1x:::' Y d - :g xA a . v. '. '.`t, " /am< x:^4::.:=lTergwYrr r4,y vI,Ltobw .m. :4r w . AzI'M '''s"'' ,.A 42 !! ,4Zw..f,.,•e,.n x"AAI(,spw YaxP�19 we7:� >..� •IAAq,, ',„ Abet. ;:''''A , + •' . ° RA1 MeA...w6 r w. .:. .-$r. ,:. •" x an•. wa9r ,.. � Au,A,hrortlw .. . • Aa at* ;r .a+•° 'M44 .x.•. • a�tik ,Ma+w�raari'>, y...;,.wwya x : ^" ,1 ivexoR aw..x,.,a a_ ,,,r, : w:;;t.•Ny mew.,:,, Y o ! .. .rroP ', a Wt2e : - iWrr " oo i.- , i au-.- - ...,::s-r4w•n xw ._._�pvri,r .• .•.. .''l. .0 .K.0,.. � a t^trev,Cr.iiirt Aawivl xkaw y M I r •%7YM' elm- yl - Y ,x xy s,w..�p„ frn r • x>N •.,;'• . wMxo,.v . • •.•w, x."..."v.., ./ ••• . - . W\ exax '',.xlxy,um4 ••,x 3TxtNA n^ ,047 • xi1'Yxeua.ew.a7 „ x'-yi.r � x..i.uine '�owaMM¢pA�xe: �4.Mxxrvx 3t'sMgYNtlt x"w U.x .':'":urv::xry��w•d4:!axev \+twr nw MtlW T4gZSGM''tir Lgj n'�p gM'-rM4:;'' tr.;,a4='x.i:.<.,�iwrwluFxYM4jAie.xaW *iNtp}9tlWnwe.MIwtluH9tlNa........ ,�•Photo may not represent exact vehicle or selected equipment. A,. t -. , ' Z d �199 '°N OOHVIM NO11Ia CIS Wd80:l1 LOOZ 'LE '°Yr '5-'...: , : ',: t- ' '1717 .;17,ti--;'" 77 "'-. -,: w: .,,,__ ......,J -,i,1„, ., ,..._!t '.,., e.•.47: ;1 ... r,c,, :.__,-._-_,„ +,,.Ts' '; , :I' T. 5 Z1' :"-i j1T-, r-- .11:g..',:--.1.2-74"---. :72 ITE.:: ,--__.__-. .kr fi'dZ41 t..7:4 E it„2,,1: ; i'.1::::. ,- :,:-:: • : ::?-'":;:-4;1.'1' :.1:--E,'' '..1 I ! f'i : F 5: °-'7':''' .7-•-'=:4-•,-.7' t;_3,W.-- :--Afr-7:e.f:- -.2: :: TP4:5'.''s==;,,t-,4;.*:'I.ii f 1 i fg-4t,":,T-: .!:::•Ti::: -'''''-'-::'''''',--;'-'. '1=7' 2": - • r ''..: .n.,---:.---•-',-='41:::,,..:-1-.4,7-57-71-5777-- 4"5i'15::'--- ff?St'-..,.".54.-';-- '--,•'-----. ":"' 74; -.4 7.2-.--.7.- -74774 -g.-.::,-,.÷.7, ''...---'?'--=-"-f:f.--,•-___;-'41,.--=..,....-':.-----:f.-:: .7----=----.. : -. : --_.; ---•:-7.:..,.,-..-,.- -—== -c-:-----.:-•.':-. -.., !... .- ..,.-,----.--.:,=;„ .j.,---_-_-,,s_.,..,..,:.,,. _ ..:, ., _2.,::_, ..35., 't...-7 .;'":7•'=.f. "._••4:',4;>--.:".--. .7' '.i..".•'-t-t.'..-7-::,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 Prepared By: ` CHUCK or JOSH AMES Sid Dillon Commercial/Fleet 257 West A • Wahoo, NE 68066 Phone: (402) 540-7577 Fax: (402)443-3982 Email: cames@siddillon.com • 2007 Fleet/Non-Retail Chevrolet Silverado 1500 2WD Reg Cab 13.0" Work WINDOW STICKER 2007 Chevrolet Silverado 1500 2WD Reg Cab 133.0'Work Truck Interior: - No color has been selected. "5.3L/323 CID ' Gas/Ethanol V8 Exterior 1: - No color has been selected. 4-Speed Automatic w/Oil Exterior 2: No color has been selected. : CODE MODEL • MSRP CC10903 2007 Chevrolet Siiverado 1500 2WD Reg Cab 133.0"Work Truck •$18,155.00 • • • • OPTIONS • —V SEAT TRIM, VINYL $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 BID ASSISTANCE Authorization code: 72873519 $0.00 C67 AIR CONDITIONING, SINGLE-ZONE MANUAL:FRONT CLIMATE CONTROL $870.00 ' .. FE9 EMISSIONS, FEDERAL REQUIREMENTS $0.00 ' GU6 REAR AXLE 3.42 RATIO $0.00 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 DIFFERENTIAL, HEAVY-DUTY AUTOMATIC LOCKING REAR NOT DESIRED $0.00 , NX7 WHEELS, 4-17" x,7'.5" (43.2 CM x 19.1 CM) STEEL,6-LUG PAINTED, $0_00 • OPR TIRES, P245/70R17 ALL-SEASON, BLACKWALL $0.00 . TFD RETAIL AMENITY DELETE $0.00 UEO ONSTAR, DELETE R $200.00 : UM7 AUDIO SYSTEM,AM/FM STEREO ` $0:00 i VK3 LICENSE PLATE BRACKET, FRONT $0.00 . VQ2 FLEET PROCESSING OPTION $0.00 Z82 TRAILERING EQUIPMENT, HEAVY-DUTY, $350.00 Z85 SUSPENSION PACKAGE, HANDLING]TRAILERING, HEAVY-DUTY, $95.00 ':, 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: January 31, 2007 11:46:02 AM Page 2 E 'd HZ99 '°N OOHVM NO11I0 CIS Wd80 :Z1 LOOT 'l8 'UEf 1::::. ,- :,:-:: • : ::?-'":;:-4;1.'1' :.1:--E,'' '..1 I ! f'i : F 5: °-'7':''' .7-•-'=:4-•,-.7' t;_3,W.-- :--Afr-7:e.f:- -.2: :: TP4:5'.''s==;,,t-,4;.*:'I.ii f 1 i fg-4t,":,T-: .!:::•Ti::: -'''''-'-::'''''',--;'-'. '1=7' 2": - • r ''..: .n.,---:.---•-',-='41:::,,..:-1-.4,7-57-71-5777-- 4"5i'15::'--- ff?St'-..,.".54.-';-- '--,•'-----. ":"' 74; -.4 7.2-.--.7.- -74774 -g.-.::,-,.÷.7, ''...---'?'--=-"-f:f.--,•-___;-'41,.--=..,....-':.-----:f.-:: .7----=----.. : -. : --_.; ---•:-7.:..,.,-..-,.- -—== -c-:-----.:-•.':-. -.., !... .- ..,.-,----.--.:,=;„ .j.,---_-_-,,s_.,..,..,:.,,. _ ..:, ., _2.,::_, ..35., 't...-7 .;'":7•'=.f. "._••4:',4;>--.:".--. .7' '.i..".•'-t-t.'..-7-::,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 • Prepared By: CHUCK or JOSH AMES • Sid Dillon Commercial/Fleet • 257 West A Wahoo, NE 68066 Phone: (402) 540-7577 Fax: (402)443-3982 Email: cames@siddillon.com • 2007 Fleet/Non-Retail ChevrolettSilverado 1500`2WD Reg Cab 133.0 Work WINDOW STICKER• V 2111 PAINT, SOLID SUBTOTAL $19,870.00: Advert/Adjustmenis $0.00 Destination Charge $900.00 TOTAL PRICE $20,770.00 Est City: ' 16.00 mpg Est Highway: 21.00 mpg • Est Highway Cruising Range: 714.00 mi • • Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 121.3, Data updated 1/23/2007 9:32:00 AM ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. January 31, 2007 11:46:02 AM Customer File: Page 3 ti 'd £Z99 '°N OOH0M NO11I0 OIS Wd80:Z1 LOOT '1E 'tEf 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 DIFFERENTIAL, HEAVY-DUTY AUTOMATIC LOCKING REAR NOT DESIRED $0.00 , NX7 WHEELS, 4-17" x,7'.5" (43.2 CM x 19.1 CM) STEEL,6-LUG PAINTED, $0_00 • OPR TIRES, P245/70R17 ALL-SEASON, BLACKWALL $0.00 . TFD RETAIL AMENITY DELETE $0.00 UEO ONSTAR, DELETE R $200.00 : UM7 AUDIO SYSTEM,AM/FM STEREO ` $0:00 i VK3 LICENSE PLATE BRACKET, FRONT $0.00 . VQ2 FLEET PROCESSING OPTION $0.00 Z82 TRAILERING EQUIPMENT, HEAVY-DUTY, $350.00 Z85 SUSPENSION PACKAGE, HANDLING]TRAILERING, HEAVY-DUTY, $95.00 ':, 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: January 31, 2007 11:46:02 AM Page 2 E 'd HZ99 '°N OOHVM NO11I0 CIS Wd80 :Z1 LOOT 'l8 'UEf 1::::. ,- :,:-:: • : ::?-'":;:-4;1.'1' :.1:--E,'' '..1 I ! f'i : F 5: °-'7':''' .7-•-'=:4-•,-.7' t;_3,W.-- :--Afr-7:e.f:- -.2: :: TP4:5'.''s==;,,t-,4;.*:'I.ii f 1 i fg-4t,":,T-: .!:::•Ti::: -'''''-'-::'''''',--;'-'. '1=7' 2": - • r ''..: .n.,---:.---•-',-='41:::,,..:-1-.4,7-57-71-5777-- 4"5i'15::'--- ff?St'-..,.".54.-';-- '--,•'-----. ":"' 74; -.4 7.2-.--.7.- -74774 -g.-.::,-,.÷.7, ''...---'?'--=-"-f:f.--,•-___;-'41,.--=..,....-':.-----:f.-:: .7----=----.. : -. : --_.; ---•:-7.:..,.,-..-,.- -—== -c-:-----.:-•.':-. -.., !... .- ..,.-,----.--.:,=;„ .j.,---_-_-,,s_.,..,..,:.,,. _ ..:, ., _2.,::_, ..35., 't...-7 .;'":7•'=.f. "._••4:',4;>--.:".--. .7' '.i..".•'-t-t.'..-7-::,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 Prepared By: CHUCK or JOSH AMES Sid Dillon CommerciaVFleet • 257 West A {, Wahoo, NE 68066 Phone: (402)540-7577 Fax: (402)443-3982 Email: cames@siddillon.com 2007 Fleet/Non-Retail Chevrolet Silverado 1500 2WD Reg Cab 133.0" Work '' PRICING SUMMARY •. PRICING SUMMARY-2007 Fleet/Non-Retail CC10903 2WD Reg Cab 133.0" Work Tr 4 uck ^~- /94. MSRP /t.' base Price �C 7� 18,155.00 iLL72 Y1 .6 I q` Total Options: L/y%Ce Q- $1,715.00, .e yi. 4 6'2. , Vehicle Subtotal $19,870.00 a-/- A Aavert/Adjusiments 1ti G -L-f /ej $0:00 • DestinaVion Charge $900.00 Cc /rn-�`— GRAND TOTAL $20,770.00 C/C `. // 1//. / ,,---, 7 . ..:____., _....._._.___._..-----T 6 'e ., • 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. January 31, 2007 11:46:02 AM Customer File: Page 4 c 'd EZ99 '°N 00HVM N011I0 CIS Wd80 :l1 LOOZ 'l8 '°Ef 4-SPEED AUTOMATIC, ELECTRONICALLY CONTROLLED $0.00 DIFFERENTIAL, HEAVY-DUTY AUTOMATIC LOCKING REAR NOT DESIRED $0.00 , NX7 WHEELS, 4-17" x,7'.5" (43.2 CM x 19.1 CM) STEEL,6-LUG PAINTED, $0_00 • OPR TIRES, P245/70R17 ALL-SEASON, BLACKWALL $0.00 . TFD RETAIL AMENITY DELETE $0.00 UEO ONSTAR, DELETE R $200.00 : UM7 AUDIO SYSTEM,AM/FM STEREO ` $0:00 i VK3 LICENSE PLATE BRACKET, FRONT $0.00 . VQ2 FLEET PROCESSING OPTION $0.00 Z82 TRAILERING EQUIPMENT, HEAVY-DUTY, $350.00 Z85 SUSPENSION PACKAGE, HANDLING]TRAILERING, HEAVY-DUTY, $95.00 ':, 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: January 31, 2007 11:46:02 AM Page 2 E 'd HZ99 '°N OOHVM NO11I0 CIS Wd80 :Z1 LOOT 'l8 'UEf 1::::. ,- :,:-:: • : ::?-'":;:-4;1.'1' :.1:--E,'' '..1 I ! f'i : F 5: °-'7':''' .7-•-'=:4-•,-.7' t;_3,W.-- :--Afr-7:e.f:- -.2: :: TP4:5'.''s==;,,t-,4;.*:'I.ii f 1 i fg-4t,":,T-: .!:::•Ti::: -'''''-'-::'''''',--;'-'. '1=7' 2": - • r ''..: .n.,---:.---•-',-='41:::,,..:-1-.4,7-57-71-5777-- 4"5i'15::'--- ff?St'-..,.".54.-';-- '--,•'-----. ":"' 74; -.4 7.2-.--.7.- -74774 -g.-.::,-,.÷.7, ''...---'?'--=-"-f:f.--,•-___;-'41,.--=..,....-':.-----:f.-:: .7----=----.. : -. : --_.; ---•:-7.:..,.,-..-,.- -—== -c-:-----.:-•.':-. -.., !... .- ..,.-,----.--.:,=;„ .j.,---_-_-,,s_.,..,..,:.,,. _ ..:, ., _2.,::_, ..35., 't...-7 .;'":7•'=.f. "._••4:',4;>--.:".--. .7' '.i..".•'-t-t.'..-7-::,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 • Prepared By: CHUCK or JOSH AMES • Sid Dillon Commercial/Fleet • 257 West A Wahoo, NE 68066 Phone: (402) 540-7577 Fax: (402).443-3982 Email: cames @ siddillon.com • 2007' Fleet/Non-Retail Chevrolet Silverado 1500 2WD Reg Cab 133.6" Work SELECTED MODEL & OPTIONS SELECTED MODEL--2007 Fleet/Non-Retail CC10903 2WD Reg Cab 133.0"Work Truck _�w Code Description MSRP CC10903 .,2007 Chevrolet Silverado 1500.2WD Reg • ;18;155.00 Cab 133.0'Work Truck SELECTED vVEHICLE COLORS2007 Fleet/Non-Retail CC10903 2W0 Reg Cab 133.0"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 2007 Fleet/Non-Retail CC106:132WD Reg Cab 133.0"Work Truck Code Description MSRP SEAT TRIM, VINYL(STD) (Requires(BG9) Black rubberized vinyl floor $0.00 covering.) • 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) BID ASSISTANCE Authorization code:72873519 $0.00 C67 AIR CONDITIONING, SINGLE-ZONE MANUAL FRONT CLIMATE'.• $870.00 CONTROL(Standard on Extended and Crew Cab models.) FE9 . EMISSIONS, FEDERAL REQUIREMENTS • $0.00 GU6 REAR AXLE 3.42 RATIO (Refer to Engine/Axle chart for availability.) - $0.00 K47 AIR CLEANER, HIGH-CAPACITY(Included with (Z82) heavy-duty INC trailering equipment or(VYU) Snow Plow Prep Package. Included with (PCY) Towing Package. Included with (Z71) Off-Road Suspension Package.) 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. January 31, 2007 11:46:02 AM Customer File: Page 5 9 'd E199 '°N OOHVM NO11I0 OIS INd80'l1 LOOT 'IE 'VEr orporation.All rights reserved. Customer File: January 31, 2007 11:46:02 AM Page 2 E 'd HZ99 '°N OOHVM NO11I0 CIS Wd80 :Z1 LOOT 'l8 'UEf 1::::. ,- :,:-:: • : ::?-'":;:-4;1.'1' :.1:--E,'' '..1 I ! f'i : F 5: °-'7':''' .7-•-'=:4-•,-.7' t;_3,W.-- :--Afr-7:e.f:- -.2: :: TP4:5'.''s==;,,t-,4;.*:'I.ii f 1 i fg-4t,":,T-: .!:::•Ti::: -'''''-'-::'''''',--;'-'. '1=7' 2": - • r ''..: .n.,---:.---•-',-='41:::,,..:-1-.4,7-57-71-5777-- 4"5i'15::'--- ff?St'-..,.".54.-';-- '--,•'-----. ":"' 74; -.4 7.2-.--.7.- -74774 -g.-.::,-,.÷.7, ''...---'?'--=-"-f:f.--,•-___;-'41,.--=..,....-':.-----:f.-:: .7----=----.. : -. : --_.; ---•:-7.:..,.,-..-,.- -—== -c-:-----.:-•.':-. -.., !... .- ..,.-,----.--.:,=;„ .j.,---_-_-,,s_.,..,..,:.,,. _ ..:, ., _2.,::_, ..35., 't...-7 .;'":7•'=.f. "._••4:',4;>--.:".--. .7' '.i..".•'-t-t.'..-7-::,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 • Prepared By: CHUCK or JOSH AMES Sid Dillon Commercial/Fleet • 257 West A Wahoo, NE 68066 Phone: (402)540-7577 Fax: (402)443-3982 Email: cames@siddillon.com 2007 Fleet/Non-Retail Chevrolet Silverado`1500 2WD Reg Cab 133.0" Work SELECTED MODEL & OPTIONS SELECTED OPTIONS -2007 Fleet/Non-Retail CC10903 2WD Reg Cab 133.0"WWork Truck Code Description MSRP 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] 0 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) DIFFERENTIAL, HEAVY-DUTY AUTOMATIC LOCKING REAR NOT • $0.00 DESIRED NX7 WHEELS, 4-17"x 7.5" (43.2 CM x 19.1 CM) STEEL,6-LUG PAINTED, $0.00 includes painted center caps (spare wheel will not cosmetically match the other 4 wheels) (STD) CWPA TIRES, P245/70R17 ALL-SEASON, BLACKWALL(STD) (Requires 2WD $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 (U1 C)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 r 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. January 31, 2007 11;46:02 AM Customer File: Page 6 L 'd 8Z99 '°N OONVM NO11I0 0IS Wd80:Z1 LOOZ 18 'uvf Page 2 E 'd HZ99 '°N OOHVM NO11I0 CIS Wd80 :Z1 LOOT 'l8 'UEf 1::::. ,- :,:-:: • : ::?-'":;:-4;1.'1' :.1:--E,'' '..1 I ! f'i : F 5: °-'7':''' .7-•-'=:4-•,-.7' t;_3,W.-- :--Afr-7:e.f:- -.2: :: TP4:5'.''s==;,,t-,4;.*:'I.ii f 1 i fg-4t,":,T-: .!:::•Ti::: -'''''-'-::'''''',--;'-'. '1=7' 2": - • r ''..: .n.,---:.---•-',-='41:::,,..:-1-.4,7-57-71-5777-- 4"5i'15::'--- ff?St'-..,.".54.-';-- '--,•'-----. ":"' 74; -.4 7.2-.--.7.- -74774 -g.-.::,-,.÷.7, ''...---'?'--=-"-f:f.--,•-___;-'41,.--=..,....-':.-----:f.-:: .7----=----.. : -. : --_.; ---•:-7.:..,.,-..-,.- -—== -c-:-----.:-•.':-. -.., !... .- ..,.-,----.--.:,=;„ .j.,---_-_-,,s_.,..,..,:.,,. _ ..:, ., _2.,::_, ..35., 't...-7 .;'":7•'=.f. "._••4:',4;>--.:".--. .7' '.i..".•'-t-t.'..-7-::,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 r1 ' Prepared By; CHUCK or JOSH AMES ' Sid Dillon Commercial/Fleet 257 West A Wahoo, NE 68066 Phone: (402)540-7577 Fax: (402)443-3982 Email: cames@siddillon.corn 2007 Fleet/Non-Retail Chevrolet Si•werado 1500 2WD Reg Cab 133.0" Work SELECTED MODEL & OPTIONS SELECTED OPTIONS-2007 Fleet/Non-Retail CC10903 2WD^Reg Cab133,0"Work Truck Code Description MSRP Z82 TRAILERING EQUIPMENT, HEAVY-DUTY, includes trailering hitch $350.00 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.► rated to a 7-Way 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 VG MFI engine or (Z83) Solid Smooth Ride Suspension Package. Included with (PCY)Towing Package.) Z85 SUSPENSION PACKAGE, HANDLING/TRAILERING,HEAVY-DUTY, • $95.00 includes 46 mm piston monotube shocks and 34mm front stabilizer bar ZY1 PAINT, SOLID (STD) $0.00 OPTIONS TOTAL 91,716.00 • 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: January 31, 2007 11:46:02 AM Page 7 8 'd 8199 '°N OOHVM NO11I0 CIS 1Nd80:l1 L001 'l8 '�Ef RONT(will be forced on orders with ship- $0.00 to states that require a front license plate) VQ2 FLEET PROCESSING OPTION $0.00 r 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. January 31, 2007 11;46:02 AM Customer File: Page 6 L 'd 8Z99 '°N OONVM NO11I0 0IS Wd80:Z1 LOOZ 18 'uvf Page 2 E 'd HZ99 '°N OOHVM NO11I0 CIS Wd80 :Z1 LOOT 'l8 'UEf 1::::. ,- :,:-:: • : ::?-'":;:-4;1.'1' :.1:--E,'' '..1 I ! f'i : F 5: °-'7':''' .7-•-'=:4-•,-.7' t;_3,W.-- :--Afr-7:e.f:- -.2: :: TP4:5'.''s==;,,t-,4;.*:'I.ii f 1 i fg-4t,":,T-: .!:::•Ti::: -'''''-'-::'''''',--;'-'. '1=7' 2": - • r ''..: .n.,---:.---•-',-='41:::,,..:-1-.4,7-57-71-5777-- 4"5i'15::'--- ff?St'-..,.".54.-';-- '--,•'-----. ":"' 74; -.4 7.2-.--.7.- -74774 -g.-.::,-,.÷.7, ''...---'?'--=-"-f:f.--,•-___;-'41,.--=..,....-':.-----:f.-:: .7----=----.. : -. : --_.; ---•:-7.:..,.,-..-,.- -—== -c-:-----.:-•.':-. -.., !... .- ..,.-,----.--.:,=;„ .j.,---_-_-,,s_.,..,..,:.,,. _ ..:, ., _2.,::_, ..35., 't...-7 .;'":7•'=.f. "._••4:',4;>--.:".--. .7' '.i..".•'-t-t.'..-7-::,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 1 , Prepared By: CHUCK or JOSH AMES Sid Dillon CommerciaVFleet 257 West A • • Wahoo, NE 68066 Phone: (402)540-7577 Flax: (402)443-3982 Email: cames@siddillon.com 2007 Fleet/Non- Retail Chevrolet Sllverado 1500 2WD Reg Cab 133.0" Work STANDARD EQUIPMENT STANDARD EQUIPMENT-2007 Fleet/Non-Retail CC10903 2WD Reg Cab 133.0" Work Truck EPA FUEL ECONOMY RATINGS • City 17/hwy 21 (4.3L engine/4-speed auto trans) • City 16/hwy 20(4.8L engine/4-speed auto trans) • City 16/hwy 22 (5.3L engine/4-speed auto trans) • City 16/hwy 21 (5.3L flexfuel engine/4-speed auto trans with gas) • City 12/hwy 16(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 darn, Black • • Grille, Black 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 • 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. January 31, 2007 11:46:02 AM Customer File: Page 8 6 d �Z99 '°N OOHVM NO11IC CIS Wd60:11 LOOT 'lg '°Ef rced on orders with ship- $0.00 to states that require a front license plate) VQ2 FLEET PROCESSING OPTION $0.00 r 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. January 31, 2007 11;46:02 AM Customer File: Page 6 L 'd 8Z99 '°N OONVM NO11I0 0IS Wd80:Z1 LOOZ 18 'uvf Page 2 E 'd HZ99 '°N OOHVM NO11I0 CIS Wd80 :Z1 LOOT 'l8 'UEf 1::::. ,- :,:-:: • : ::?-'":;:-4;1.'1' :.1:--E,'' '..1 I ! f'i : F 5: °-'7':''' .7-•-'=:4-•,-.7' t;_3,W.-- :--Afr-7:e.f:- -.2: :: TP4:5'.''s==;,,t-,4;.*:'I.ii f 1 i fg-4t,":,T-: .!:::•Ti::: -'''''-'-::'''''',--;'-'. '1=7' 2": - • r ''..: .n.,---:.---•-',-='41:::,,..:-1-.4,7-57-71-5777-- 4"5i'15::'--- ff?St'-..,.".54.-';-- '--,•'-----. ":"' 74; -.4 7.2-.--.7.- -74774 -g.-.::,-,.÷.7, ''...---'?'--=-"-f:f.--,•-___;-'41,.--=..,....-':.-----:f.-:: .7----=----.. : -. : --_.; ---•:-7.:..,.,-..-,.- -—== -c-:-----.:-•.':-. -.., !... .- ..,.-,----.--.:,=;„ .j.,---_-_-,,s_.,..,..,:.,,. _ ..:, ., _2.,::_, ..35., 't...-7 .;'":7•'=.f. "._••4:',4;>--.:".--. .7' '.i..".•'-t-t.'..-7-::,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 • • Prepared By: CHUCK or JOSH AMES Sid Dillon CommerciaVFleet 257 West A Wahoo, NE 68066 • Phone: (402) 540-7577 • Fax: (402)443-3982 Email: carves@siddillon.com 2007 Fleet/Non-Retail Chevrolet Silverado 1500 2WD Reg Cab 133.0" Work STANDARD EQUIPMENT :-STANDARD EQUIPMENT-2007 Fleet/Non-Retail CC10903 2WD Reg Cab 133.0"Work Truck INTERIOR • Seat trim, vinyl (Requires (BG9) Black rubberized vinyl floor-covering.) • Seats, tront 40/20/40 split-bench, 3-passenger,driver and front passenger manual reclining with outboard head restraints and center fold-down armrest with storage • • 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 tci'i'iperature, and tachometer • Driver Information Center with odometer, trip odometer and message center(monitors numerous systems depending on vehicle equipment level including low fuel, turn signal"on", transmission temperature and 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 Assi;.;iance, 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 FOR, (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 delete, provides heater only(Requires Regular 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, 4-speaker system (Requires Regular Cab models.) • Cup holders, front(Also includes rear cupholders on Extended and Crew Cab models.) • Power outlets, 2 auxiliary instrument panel-mounted with covers, 12-volt • Mirror, inside rearview manual day/night 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: January 31, 2007 11:46:02 AM Page 9 OL d £Z99 '°N 00HVM NO11I0 OIS 141d60:Z1 LOOZ 'LE 'U r :,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 Prepared By: CHUCK or JOSH AMES • Sid Dillon CommerciaUFleet • 257 West A Wahoo NE 68066 Phone: (402) 540-7577. Fax: (402) 443-3982 Email: camesOsiddillon.com • 2007 Fleet/Non-Retail Chevrolet..Silverada 1500 2WD Reg Cab' 133.0" Work STANDARD EQUIPMENT STANDARD EQUIPMENT-2007 Fleet/Non-Retail CC10903 2WD Reg Cab 133.0"Work Truck • Console, overhead deluxe • Visors, driver and front passenger, sliding, with clip and passenger side vanity mirror with cover, Opal Gray-coi&tired • 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 • r . 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. January 31, 2007 11:46:02 AM Customer File: Page 10 ll 'd EZ99 '°N OOHVM NO11I0 0IS Wd60:l1 LOOl 'lE ."1 nd 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 Assi;.;iance, 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 FOR, (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 delete, provides heater only(Requires Regular 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, 4-speaker system (Requires Regular Cab models.) • Cup holders, front(Also includes rear cupholders on Extended and Crew Cab models.) • Power outlets, 2 auxiliary instrument panel-mounted with covers, 12-volt • Mirror, inside rearview manual day/night 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: January 31, 2007 11:46:02 AM Page 9 OL d £Z99 '°N 00HVM NO11I0 OIS 141d60:Z1 LOOZ 'LE 'U r :,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 , Prepared By: CHUCK or JOSH AMES y Sid Dillon Coltiri�erciaUFleet `; 257 West A • Wahoo, NE 63066 Phone: (402)540-7577 1 Fax: (402)443-3982 Email: cames@siddillon.com 2007 Fleet/Non-Retail Chevrolet Silverado 1500.2WD Reg Cab 1• 33.0" Work . - STANDARD EQUIPMENT STANDARD EQUIPMENT-2007 Fleet/Non-Retail CC10903 2WD Reg Cab 133.0"Work Truck MECHANICAL •.Engine, Vortec 4.3L V6 MFI (195 hp[145.4 kW) @ 4600 rpm,260 lb-ft of torque[351.0 N-mj 0 2800 rpm) (Not ` available at Start of Production. Estimated April 2007. Requires Cl0e03, CC10553 or CC10753 models. Not available with (VYU) Snow Plow Prep Package or(Z82) heavy-duty trailering equipment) • Transmission, 4-speed automatic, electronically controlled with overdrive and tow/haul mode • Rear wheel drive • • Battery, heavy-duty 600 cold-cranking amps, maintenance-free with rundown protection and retained accessory , r power • Alternator, 145 amps • Frame, hydroformed - • Pickup box, Fleetside a GVWR, 6400 lbs. (2003 kg) (Standard or C=10703, C*10903, CC10553, and CC10753 models.) • Suspension, front independent, coil over shock o 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, P245/70R17 all-season, blackwall(Requires 2WD 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) steel spare (spare wheel will not cosmetically match the other 4 wheels) (Not standard with CK10753 Models.) • Tire carrier, outside spare, winch-type mounted under frame at rear • Steering, power, rack-and-pinion ` - • Brakes,4-wheel antilock, front discircar 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. January 31, 2007 11:46:02 AM Customer File: Page 11 ZL 'd EZ99 '°N 00HW, N011I0 GIS Wd60:Z1 LOOZ "LE 'upf r system (Requires Regular Cab models.) • Cup holders, front(Also includes rear cupholders on Extended and Crew Cab models.) • Power outlets, 2 auxiliary instrument panel-mounted with covers, 12-volt • Mirror, inside rearview manual day/night 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: January 31, 2007 11:46:02 AM Page 9 OL d £Z99 '°N 00HVM NO11I0 OIS 141d60:Z1 LOOZ 'LE 'U r :,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 • Prepared By: CHUCK or JOSH`AMES Sid Dillon Commercial/Fleet 257 West A Wahoo, NE 68066 Phone: (402)540-7577 Fax: (402)443-3982 Email: cames@siddillon.com 2.007 Fleet/Non-Retail Chevrolet Silverado 1500'2WD Rea; Cab 133.0" Work STANDARD EQUIPMENT STANDARD EQUIPMENT-2007 Fleet/Non-Retail CC10903 2WD Reg Cab 133.t Work Truck SAFETY • Brakes, 4-wheel antilock,front disc/rear drum Air bags,frontal, driver and right-front passenger with Passenger Sensing System (Alarays 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. January 31, 2007 11:46:02 AM Customer File: Page 12 El 'd EZ99 .°N 00HVM NO11IO GIS Wd60:Zl LOOZ 'LE livf m piston twin tube shocks and 32mm front stabilizer bar • Tires, P245/70R17 all-season, blackwall(Requires 2WD 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) steel spare (spare wheel will not cosmetically match the other 4 wheels) (Not standard with CK10753 Models.) • Tire carrier, outside spare, winch-type mounted under frame at rear • Steering, power, rack-and-pinion ` - • Brakes,4-wheel antilock, front discircar 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. January 31, 2007 11:46:02 AM Customer File: Page 11 ZL 'd EZ99 '°N 00HW, N011I0 GIS Wd60:Z1 LOOZ "LE 'upf r system (Requires Regular Cab models.) • Cup holders, front(Also includes rear cupholders on Extended and Crew Cab models.) • Power outlets, 2 auxiliary instrument panel-mounted with covers, 12-volt • Mirror, inside rearview manual day/night 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: January 31, 2007 11:46:02 AM Page 9 OL d £Z99 '°N 00HVM NO11I0 OIS 141d60:Z1 LOOZ 'LE 'U r :,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 t • • ',�ttE`sT,hl 2", y J~ "'" STATE OF NEBRASKA`' ' i a:---- 'a` `'� Dave Heineman 4 0\::. 'r 'a'�> DEPARTMENT OF ADMINISTRATIVE SERVICES a, :#.1:-.' Governor, : a, ,y-iRci,,,,ab,__ Gerry Oligmueller b = Acting Director CONTRACT AMENDMENT ONE F DATE: December 7, 2006 FROM: Connie Heinrichs, Buyer State Purchasing Bureau RE: Vendor Contact Information revised on the:xollowing contracts: 11795 OC 11806 OC 11808 OC 11811 OQ 11815OC 11817OC 11820OC • - The contracts referenced above are amended to include the following Vendor contact information: CONTACT: Chuck Ames PHONE: 402-540-7577 FAX: 402-443-3982 - _- - y `-1 • • 0 e • • 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✓Affirmatiue Action Employer Printed with soy ink on recycled paper 7 9:32:00 AM ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. January 31, 2007 11:46:02 AM Customer File: Page 12 El 'd EZ99 .°N 00HVM NO11IO GIS Wd60:Zl LOOZ 'LE livf m piston twin tube shocks and 32mm front stabilizer bar • Tires, P245/70R17 all-season, blackwall(Requires 2WD 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) steel spare (spare wheel will not cosmetically match the other 4 wheels) (Not standard with CK10753 Models.) • Tire carrier, outside spare, winch-type mounted under frame at rear • Steering, power, rack-and-pinion ` - • Brakes,4-wheel antilock, front discircar 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. January 31, 2007 11:46:02 AM Customer File: Page 11 ZL 'd EZ99 '°N 00HW, N011I0 GIS Wd60:Z1 LOOZ "LE 'upf r system (Requires Regular Cab models.) • Cup holders, front(Also includes rear cupholders on Extended and Crew Cab models.) • Power outlets, 2 auxiliary instrument panel-mounted with covers, 12-volt • Mirror, inside rearview manual day/night 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: January 31, 2007 11:46:02 AM Page 9 OL d £Z99 '°N 00HVM NO11I0 OIS 141d60:Z1 LOOZ 'LE 'U r :,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 t 2007 ce Current Product-;=r;n:Year - - 1/2 Ton, Rtigular Cab, 2WD Base Truck `OPTIONS BID UST 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 foritems 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: d • 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 • e ��` u' On-Line- Charge, indicate price • .. .,ks, Ait rmate Engine Sizes: �" ,.;; Link Price Engine other 9as). 4 Errgin other gas). q,�° -4"r_ g �` 5 En;9irle (other "`, ; dfy Er iii Size._ ... _ . - ,r 8 .. �- 6.., Air-conditionin-c (deduct).. . ;." =( r� '.�' 7 From Automatic to Manual•Forf.:z-Seed Transmission (deduct) t "' 8 40-20-40,-or 60-40 B€nch seat JV/lumbar support(deduct) $ • W 9 Bucket type seats -Vinyl covering ;..Y r�: -•- 10 Bucket type seats - Cloth w/vinyl trim '$ •1 x in 11 2 electric remote controlled outside mirrors, sw awa R rE1s y type, 6 X 9 ii�''��5 =$_" . :.' �`�. ,t. _. :.,. 12 Power door Locks 13 Automatic Speed (cruise) control,factory installe $ _' � 14 AIIAIFM CD Stereo Radio - �: •, ' . � 15 No'1�dio (dedur-�) 16 Tilt Steering Wheel (deduct) �� - a F 17 Factory or dealer installed engine block heater(gas engine). ':$ . Ar' _ Facto or dealer installed Factoryblock heater�dresk 11 engine en ne 15-f1. r x��i eye t7 'i1t��a,. f4 Vi .�i .. y ] S�r.}���FC�.�if�J�7y� ...s•..> �'- y ,t. hz f � t .e� -f+7 lY )..J.. ,.�...�?O .. ..i' .... _.,�..�.\,/.1- 1, - Kk... *:;-4,� i 3 �-It rT 19 Hea du alternator)optional minimum 12 am alternator I$ - +`- ,s G.5 r r}' .„.,i+ : .:..r.� �v,.:,.... :IN.- - '.z.Eq---j�Y.c_7�'2 r. .S- >a� ' r .y.,. . . _ - Y,iii;ta ."' ' 'iS..:Y. f' .1 L.� i-rti. r;ZE7).1 . .•f_U;r -7 � �� - ._ .:_-?+.��Yy'ci�'d.::'.�..4•�":t.;-.rn.r.._..__� 4.•:,']�"'TC7.•�Vyy.,7�tit��.>r�".ww �h.-�C,�r�l:::n�r`�.a�:+l�+�� ... �:>=4e_ ':'_ Cva K3�':�.9Y Heavyduty battery, T<'""-` - tt 'is.% Wig.- '- t:.. v�°'-i.•. a;,��Y..r:.t:;';;..:.-.j, '3}} ,,yy --P--fig. wsi; �:».7,: - :Ri'.4 .Ma;''w.;,.z.:.¢ ..3. ,,,,•.y..; ..;�'-T;'' =.:`,.. ,q.�?"?�i' ��Jl'� ;' __-.? �..>��-.. .-�t . :,- .,s . 7---_;!'k....._.. :r- .�-.�r;S.CA.s.a::�� ! _ tom.:: r � r? 21 Sliding rear-vision window >±Uy - 22 Air bag, Dual (if not standard) g,--5.g,• -•••:•,4.--4,Z,,,-.g--1•;?•;•;•,---;.0..y-3-.' 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 1 OL d £Z99 '°N 00HVM NO11I0 OIS 141d60:Z1 LOOZ 'LE 'U r :,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 • , • . r 2p07 or Current Production Yetr 1/2 Ton, Regular Cab, 2WD Base l'!ruck • „ • •- • Unit Price • 23 Cloth covered seats with carpeted floor • 24 Second power outlet 25 Deduction for pioku• box len.th of a,•rox. 61/2 feet with corressondin. . • • 26 Trailer towing paoka•e deduct 27 Cargo light • 28 Tube of touch-up paint to match vehicle • 29 Standard Paint-Attach List and Indenti as No Additional Cost Paints For Department Of Roads Use: Yellow color of Dodge#PY5269, Ford#84S53, • 30 Chevrolet/GMC#WA-•253A code (9W3) 31 Extra Cost Paint-Attch List and Indenti as Extra Cost Paints 32 Anti-lock Braking System (A.13...B1 33 Factory installed bode side moldings of protective vinyl. • • 34 Dealer installed body side moldin.s of irotective yin I 35 Keyless remote enly lockiriR s stem if not standard <Addition> • ,,,ANS...;e6::!.-Cfit7K-;;;,:,i,M-i..gat • 36 Additional remote fob'from manufacturer Non-standard gear ratio(s). mlow,1 f.itt:n:i' N:g;:1' Indicate - 38 4 wheel drive model • , • , . • : On/Off road mud and snow ail terrain tires and sppre (can be steel rim), size ..; 39 LT255/70R17 or LT245/75R•17 or LT265/75R17, t,uch as Goodyear Wrangler • AT/S steel-belted tires 1- - • 40 Cab chassis truck option_ duct) D04.1er 86e. :,.1)2.(e4e 41 Equipment& engine sere repair manual. • 42 Equipment& engine service repair manual on CD ROM 43 Equipment& engine partmanual-'' • 44 Equipment& engine parts on CD ROM 45I,Extended warranties (Please specify) bni PIP 46 Discount for Electronic Fund Transfer payment within 10 days after receipt of vehicle. Indicate percentage of discount that will be allowed. 47 Deduction for delivery with only two (2) sets of keys per vehicle [(7.irr-ittt.'e-::f;:t'i::i4X. '- Additional costs of charges for vehicle drop shipment outside the Lincoln area. 48 Drop shipment charges would be for vehicles bought by political entities and • " other Divisions of Government ' • i • • , . • • • • 1690 OF 2007 Half Ton Regular Cab 2wd Base Truck • Page 2 • • - • . . - • • • ..4•�":t.;-.rn.r.._..__� 4.•:,']�"'TC7.•�Vyy.,7�tit��.>r�".ww �h.-�C,�r�l:::n�r`�.a�:+l�+�� ... �:>=4e_ ':'_ Cva K3�':�.9Y Heavyduty battery, T<'""-` - tt 'is.% Wig.- '- t:.. v�°'-i.•. a;,��Y..r:.t:;';;..:.-.j, '3}} ,,yy --P--fig. wsi; �:».7,: - :Ri'.4 .Ma;''w.;,.z.:.¢ ..3. ,,,,•.y..; ..;�'-T;'' =.:`,.. ,q.�?"?�i' ��Jl'� ;' __-.? �..>��-.. .-�t . :,- .,s . 7---_;!'k....._.. :r- .�-.�r;S.CA.s.a::�� ! _ tom.:: r � r? 21 Sliding rear-vision window >±Uy - 22 Air bag, Dual (if not standard) g,--5.g,• -•••:•,4.--4,Z,,,-.g--1•;?•;•;•,---;.0..y-3-.' 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 1 OL d £Z99 '°N 00HVM NO11I0 OIS 141d60:Z1 LOOZ 'LE 'U r :,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 Ji :y.-, :TPA 2007 or Current Produltion Year Half Thy g' gular Cab 2WD Base Truck I STATE C.iF 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 r 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 internet at: October 24, 2006 http://www.das.state.ne.us/materiel/purchasing/itb.htm 4 Bid Opening '- Location: Nebraska State Office Building October 31, 2006 State Purchasing Bureau : 2:00 p.m. . t 301 Centennial Mall South, Mall Level I'L Lincoln, NE 68508 Central •yrne WRt a :E N QUESTIONS AND ANSWERS :. ,.ny explanation desired by a bidder regarding the meaning or interpretation of any Invitation:to Bid provision inust be .ubmitted in writing to the State PurchasingBur eau and clearly marked a 1TB Number 1698 OF; Questions". It a`is preferred that questions be sent via a-marl t� _ rnatr_r_q@potes.state.ne.us. Questions may also be. sent by facsimile to 402471-2089, but must' inclu'=e a cover sheet clearly indicating that the transmission is to the attention*M:Connie Heinrichs, showing the total number of pages transmitted, and clearly marked "ITE Number 1698 OF; Questions". Written answers will be provided through an addendum to be posted on the Internet at http://www.das.state.ne.us/materiel/ourchasino/itb.htm on or before the date shown in the _ Schedule of Events. 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 3 llowed. 47 Deduction for delivery with only two (2) sets of keys per vehicle [(7.irr-ittt.'e-::f;:t'i::i4X. '- Additional costs of charges for vehicle drop shipment outside the Lincoln area. 48 Drop shipment charges would be for vehicles bought by political entities and • " other Divisions of Government ' • i • • , . • • • • 1690 OF 2007 Half Ton Regular Cab 2wd Base Truck • Page 2 • • - • . . - • • • ..4•�":t.;-.rn.r.._..__� 4.•:,']�"'TC7.•�Vyy.,7�tit��.>r�".ww �h.-�C,�r�l:::n�r`�.a�:+l�+�� ... �:>=4e_ ':'_ Cva K3�':�.9Y Heavyduty battery, T<'""-` - tt 'is.% Wig.- '- t:.. v�°'-i.•. a;,��Y..r:.t:;';;..:.-.j, '3}} ,,yy --P--fig. wsi; �:».7,: - :Ri'.4 .Ma;''w.;,.z.:.¢ ..3. ,,,,•.y..; ..;�'-T;'' =.:`,.. ,q.�?"?�i' ��Jl'� ;' __-.? �..>��-.. .-�t . :,- .,s . 7---_;!'k....._.. :r- .�-.�r;S.CA.s.a::�� ! _ tom.:: r � r? 21 Sliding rear-vision window >±Uy - 22 Air bag, Dual (if not standard) g,--5.g,• -•••:•,4.--4,Z,,,-.g--1•;?•;•;•,---;.0..y-3-.' 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 1 OL d £Z99 '°N 00HVM NO11I0 OIS 141d60:Z1 LOOZ 'LE 'U r :,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 • 7-71 ,007 or Current Production Year Half Ton, Regu "r Cab 2WD Base''ruck .�+ � year Yt STATE OF NEBRASKA PURCHASI' iG BUREAU STANDARD TERMS and COND6 'IONS 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 bidders must comply with the licensing requirements for motor vehicle dealers established under the Motor Vehicle Industries Licensing Act, Nebraska Revised Statutes, Chapter 60, Article 14. The licensing requirements must be met at time of bid opening for the bid to be;valid. 2. Award as 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 7f%%to bidder with lowest base price. B. Maximum of 30% .':a the low bidder, of another manufacturer, whose base price is within 5% of the lowest base price. C. Lowest base pric.: may be based on engine size/fuel type. • .3. Listed below are the approximai:e units to be purchased. These amounts are estimates only; .,. and the actual quantity ordsred will vary. These estimates are based on last year's contract usage for the State of Nebraska as a whole, including the vehicles purchased by Political Subdivisions of the State of Nebraska: A. Cars -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 Bide form. FAILURE TO INCLUDE THIS FORM SIGNED IN INK WILL-BE CAUSE FOR REJECTION OF THE CONTRACT INVITATION TO BID RESPONSE. 6. Contractors are to supply information regarding contract usage by State Agencies,Boards, and Commissions including Political Subdivisions of the State of Nebraska. Information must include the following:Agency or Political Subdivisions etc., units purchased and dollar amount. Information must be provided to State Purchasing Bureau by no later than sixty(60)days after the build out date. 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck - Rage 4 :�� ! _ tom.:: r � r? 21 Sliding rear-vision window >±Uy - 22 Air bag, Dual (if not standard) g,--5.g,• -•••:•,4.--4,Z,,,-.g--1•;?•;•;•,---;.0..y-3-.' 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 1 OL d £Z99 '°N 00HVM NO11I0 OIS 141d60:Z1 LOOZ 'LE 'U r :,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 • • • re smeiemasomereeeme lama' 2097 or Current Production Year 1 '(on, Regular Cab 2WD Base Truck,• • STATE OF NEBRASKA PURCHASING BUREAU STANDARD TERMS and CONDITIONS u., 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, shippir g and, billing location, contact name and phone number, and related information. _• • 9. Contractor is to provide manufacturer's order number to the purchasing agency or political subdivision within five (5)business days after the purchase order is received. • • • • • • • • • • • • • � r • • • • • • 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 5 size/fuel type. • .3. Listed below are the approximai:e units to be purchased. These amounts are estimates only; .,. and the actual quantity ordsred will vary. These estimates are based on last year's contract usage for the State of Nebraska as a whole, including the vehicles purchased by Political Subdivisions of the State of Nebraska: A. Cars -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 Bide form. FAILURE TO INCLUDE THIS FORM SIGNED IN INK WILL-BE CAUSE FOR REJECTION OF THE CONTRACT INVITATION TO BID RESPONSE. 6. Contractors are to supply information regarding contract usage by State Agencies,Boards, and Commissions including Political Subdivisions of the State of Nebraska. Information must include the following:Agency or Political Subdivisions etc., units purchased and dollar amount. Information must be provided to State Purchasing Bureau by no later than sixty(60)days after the build out date. 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck - Rage 4 :�� ! _ tom.:: r � r? 21 Sliding rear-vision window >±Uy - 22 Air bag, Dual (if not standard) g,--5.g,• -•••:•,4.--4,Z,,,-.g--1•;?•;•;•,---;.0..y-3-.' 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 1 OL d £Z99 '°N 00HVM NO11I0 OIS 141d60:Z1 LOOZ 'LE 'U r :,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 : 1E717 S.', 2007 or Current Production Year Half Ton, Ft: :gular Cab 2WD Loa -,:Truck "= r ____ .. 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 perormance characteristics shown in the manufacturer's specifications and descriptive literature for this type of vehicle as manufactured and advertised for delivery in the continental United States and including all equipment normally offered and installed at the factory. "Stripped"truck versions are specifically excluded. Engine bores; main bearings, connecting rod bearings and wrist pins shall not exceed the manufacturer's established size tolerances. All trucks offered .iiust meet or exceed the following minimum specifications. It is intended the manufacturer will build the car t 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 rigi-.t to waive technicalities and to reject any or all bids. NON-COMPLIANCE STATEMENT: Read this specification.carefully. Any and all exceptions to this . specification must be written on or attached to Invitation to Bid. Non-compliance can void your bid response. ACCEPTABLE MODELS: All base trucks with 1 WT,XL, or ST packages that meet or exceed then:`specifications may be bid on,this - invitation. DELIVERY Between 9:00 AM and 3:00 PM, daily except Saturday, FFunday and holidays,AFTER SERVICING AND READY TO DRIVE, with not less than five gallons of gasoline. Deliveries desired prior to 120 days after receipt • of order; quoted deliveries beyond 120 days are an award consideration. All deliveries shall be scheduled with , agency representative. The vehicles shall not have over 200 miles on the odometer at the time it is officially accepted.Vehicles will not be accepted if all paper work is not with the vehicle at time of delivery. Dealer still _ owns the vehicles until buyers sign all required 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. • 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 6 . ruck Page 1 OL d £Z99 '°N 00HVM NO11I0 OIS 141d60:Z1 LOOZ 'LE 'U r :,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 ., g, 2007 or Curr&nt Production YeA r Half Ton, Regular Cab 2WD:-Base.Truck 'i L • , �. STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS • Meets Specification - Please Indicate- (If other explain on comment line): _ All items fisted 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 consith red manufacturer colors with no extra charge unless specified on color chart in the options). All paint will be base coat/clear coat acrylic, activator-hardened acrylic or polyurethane type. B. Cab and Body: Fully enclosed safety type cab. The pickup Fox shall not be less than 96 inches long by 63 inches wide (inside dimensions)and be of double sidewall construction. Minimum _ 50 inches wide between wheel wells. "STYLESIDE," tr. / "FLEETSIDE,""SWEPTLINE " BODY will be required. C. Glass:Approved tinted safety glass shail be required in all doors, / windows, and windshields. _ h. Side Moldings: Factory installed protective vinyl side.moldings if 0 . ble as standard equipment. E. Seats: Bench must be manufacturer's heavy duty..Batk-must be manufactures heavy duty, optional, maximum depth foam . rubber, with heavy-duty covering. Head restraintsor high backs / for outboard seats required. F. Arm Rests: Required on both left and right-hand sides of each seat Door arm rest and fold down center console to be furnished. - / G. Sun Visors: Dual, padded ✓ • ^H.. Floor Coverings: Rubber matting type, if factory available. _ _ ✓ I. 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. J. Frame: (One-Half Ton 2WD Regular�Truck)Section modules rated at not less than 3.2;with 36,000-PSI yield 2_ strength steel. _ K. Air Conditioner: Best grade factory installed air-conditioning, manually controlled, to include all items normally included in the • factory package. . L. Fenders and Bumpers: Manufacturer's standard fenders front and rear. Manufacturer's front bumper and step-type, painted, • ✓ rear bumper that has hitch with hole. M. Fuel Tank: Minimum 27 gallons ✓ N. Seat Belts: Lap/shoulder seat belts with automatic retractors for out board seating; middle seat belt, preferably with retractors. , O. Horns: Manufacturer's standard. 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 7 . conversion). A SEPARATE CONTRACT MAY BE AWARDED. • 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 6 . ruck Page 1 OL d £Z99 '°N 00HVM NO11I0 OIS 141d60:Z1 LOOZ 'LE 'U r :,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 F:",�M, A^? :uuayle-r ... '"- 2A07 or Current Production Year Half Ton, Re War Cab 2 WD' 3a,sejru.k „ STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS Yes Exception /' 1) CAB AND BODY(continued) ✓' P. Windshield Wipers: Electrically operated, multiple speeds, manually controlled with electric windshield washer jets to each wiper blade and with intermittent or delay capability. All factory ✓ installed. Q. Heater:A fresh air type heater with dual defroster tubes windshield shall be installed. V R. 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. • _._ S. Controls and Instruments: Key locking ignition switch; head;; parking and dome light switches, headlight beam control; . • speedometer; charge indicator;fuel gauge; oil pressure indicator; e:�gine temperature indicator; high beam indicator light; traffic / hazard switch; flashing turn indicator lights. In cab hood releasa. T. Radio: Manufacturer's standard AM/FM Stereo radio with clock. / Required: ✓ U. LC cs: Three (3) sets of keys per truck, required. • , . V. Airbag: Both sides, required. ✓ W. Floor Ma. : Trucks shall be delivered with factory floor mats required. If unavailable manufacturer accessory floor mats com / (through the dealer parts room)are acceptable. V �C. Trailer Tow: Trailer tow package, complete with all hardware including receiver hitch minimum class 3 required. Comments: Yes Exception 7 ` 2) ENGINE AND DRIVE TRAIN A. Engine: Minimum standards as stated in the specifications. V B. Transmission: Manufacturer's four speed automatic transmission. Require auxiliary or heavy-duty oil cooler for the / automatic transmission. . ` _ C. Air Cleaner: Dry type. ✓ __ D. Oil Filter: Full flow throwaway type. ✓ E. Thermostat: Required as recommended for permanent-type antifreeze. ✓ • F. Radiator: Coolant recovery system required. t� G. Axle Ratio: Ratio to be recommended by manufacturer. Comments: 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 8 anually controlled, to include all items normally included in the • factory package. . L. Fenders and Bumpers: Manufacturer's standard fenders front and rear. Manufacturer's front bumper and step-type, painted, • ✓ rear bumper that has hitch with hole. M. Fuel Tank: Minimum 27 gallons ✓ N. Seat Belts: Lap/shoulder seat belts with automatic retractors for out board seating; middle seat belt, preferably with retractors. , O. Horns: Manufacturer's standard. 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 7 . conversion). A SEPARATE CONTRACT MAY BE AWARDED. • 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 6 . ruck Page 1 OL d £Z99 '°N 00HVM NO11I0 OIS 141d60:Z1 LOOZ 'LE 'U r :,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 i � . � _. . . . .. ,.........., - 1 L . ............. 2007 r Curr6nt Prodi fiori Year Half i'on :Regular Cab 2WD Base Truck 1 STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS • Yes Exception _ 3) SUSPENSION AND RUNNING GEAR A. Wheelboe: Minimum standards as stated in the specifications. B. Steering: Manufacturer's recommended power steering. C. Steering Wheel: Regular production model or approved deluxe wheel. V/ D. Shock Absorbers: Heavy-duty double action type front and rear. V E. Axle and Springs: Manufacturer's independent front suspension and single speed hypoid rear rxle, all with spring sizes and axle sizes recommended to meet GVWR. Front stabilizer bar is • required. 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 b5: anti-lock type,. ii anti-lock brak. g systems is available as standard equipment, it shall be provided. _ G. Wheels: Five, 17 inch; spare carrier; four wheel covers/hub caps • if per unit, if standard. - H. Suspension: Must be designed to handle passenger and cargo requirements. /. 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 pagel of these • specifications) as recommended by the manufacturer. Spare tire and wheel shall match service tires and wheels; spare can be ,,,f steel rim. Tires to comply with manufacturer's GVWR.Tires should have a 50,000-mile tire rating. Tires to be manufactured - v/ and labeled by a n-iajor manufacturer and installed by factory._ J. Differential: Limited slip or anti-spin type required. Comments: Yps Exception 4) ELECTRICAL SYSTEM f 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: 6Gn C. Alternator: 12 volt; 136 amperes minimum. • • • • 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 9 step-type, painted, • ✓ rear bumper that has hitch with hole. M. Fuel Tank: Minimum 27 gallons ✓ N. Seat Belts: Lap/shoulder seat belts with automatic retractors for out board seating; middle seat belt, preferably with retractors. , O. Horns: Manufacturer's standard. 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 7 . conversion). A SEPARATE CONTRACT MAY BE AWARDED. • 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 6 . ruck Page 1 OL d £Z99 '°N 00HVM NO11I0 OIS 141d60:Z1 LOOZ 'LE 'U r :,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 . - . . . . ......,,...............„,:.... 2007 or Current Production YEI:i?r Half TcliOlagukiy.C,ab 2WD Base Truck I _ ,.. .. _.. ... . STATE OF NEBRASKA PURCHASING BUREAU • SK.CIFICATIONS tys Exception 4) ELECTRICAL SYSTEM (continued) 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 ..-• / , E. and grounded. RADIO FREQUENCY SHIELDING CAUTION!!! This motor vehicle shall be compatible with The osci of installed low band mobile two-way radio. ..i; Comments: 1.. : . ., . • .!, Ye Exception 5) MISCELLANEOUS A. All trucks shall be protected to 34 degrees below. ero Fa4enheit _ by a permanent type ethylene glycol base-Antifreeze of the,brand ... .74' .: . . normally furnished by the manufacturer. The iadiator shall be tagged or marked to indicate the type, brand and degree of protection. Thermostat required as recommended,for permanent- lype antifreeze. Manufacturer's optional increased cooling • /• - ' capacity system, if available by manufacturer, must be furriished. '.., B. Coolant recovery system required. It.)C. Each unit shall be delivered to the purchaser with all wheels . /.. balanced and the front end aligned. • : :-,- ,::„ D. Manufacturer's standard equipment jack to comply with GVWR must be supplied. The standard complement of tools such as - wheel lug wrench, and jack handle shall be provided,together with facilities for storage. - Comments: - ..— . - . . , • 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 10 .-' Differential: Limited slip or anti-spin type required. Comments: Yps Exception 4) ELECTRICAL SYSTEM f 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: 6Gn C. Alternator: 12 volt; 136 amperes minimum. • • • • 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 9 step-type, painted, • ✓ rear bumper that has hitch with hole. M. Fuel Tank: Minimum 27 gallons ✓ N. Seat Belts: Lap/shoulder seat belts with automatic retractors for out board seating; middle seat belt, preferably with retractors. , O. Horns: Manufacturer's standard. 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 7 . conversion). A SEPARATE CONTRACT MAY BE AWARDED. • 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 6 . ruck Page 1 OL d £Z99 '°N 00HVM NO11I0 OIS 141d60:Z1 LOOZ 'LE 'U r :,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 JL ..2007 of Current F dr.sLtion Year Half Ton, Regular Cab 2WD Base Trunks 1 ` STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS Yet Exception 6) DELIVERY \/ A. Al! vehicles shall.be delivered FOB destination in Lincoln, • Nebraska and in accordance with the Delivery Schedule shown oh the purchase order. Vehicles are to be road ready, fully equipped, serviced, and washed with a minimum of five (5) . - galk'ns of gasoline in the tank. Vehicles showing lack of proper • dealer re-delivery service shall be subject to rejection until the vehicle i properly serviced. Factory pre-delivery service is not acceptable. Dealer nameplates, decals, etc. shall not be affixed. A signed copy of the completed manufacturer's"New Vehicle Preparation-Inspection and Road Test" form must accompany each vehicle a of delivery. t/ B. After the truck ? is been fully serviced, the dealer may deliver it by rail frleght, truck transport or by driving to the destination. IMPORTANT: The mots.>: +chicle shall not have over 200 miles on the odometer at+Ie time the motor vehicle is officially accepted and sigrmd for by the purchaser. Deliveries shall be made between :.r:a hours of 9:00 AM and 3:00 PM daily, except - Saturday, Sunday, and holidays. All deliveries must be • scheduled with the Agency Representative. C. The original manufacturers statement of a service . . ' authorization card, i:r:1 a properly executed service and warranty policy shall accompary each vehicle when delivered. D. Each vehicle shall b,o. 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 poiitaeal subdivisions, cities and counties. Political • subdivisions, cities, and counties must meet terms and conditions of the contract. C. Trucks that hays been wrecked or sustained more than minor • nicks and scratches will not be accepted. The vendor should not attempt to'deliver a unit until minor nicks and scratches have been repaired. Failure to comply with the above may result in the dealer not being allowed to bid on future motor vehicles contracts. - H. Vendor shall provide order number to the purchaser within 5 business days after Purchase Order has been received. Vendor shall email, fax, or mail this information to each buyer. Comments: • • 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck . Page 11 O. Horns: Manufacturer's standard. 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 7 . conversion). A SEPARATE CONTRACT MAY BE AWARDED. • 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 6 . ruck Page 1 OL d £Z99 '°N 00HVM NO11I0 OIS 141d60:Z1 LOOZ 'LE 'U r :,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 2007 or Current Produ..4,t►r "'ear Half Ton, Regular Cab 2WD Base Truck ••Ram=1fl' 1. .� STATE OF NEBRASKA PURCHASING BUREAU • SPECIFICATIONS Yet Exception 7) WARRANTY • V A. The manufacturer's standard warranty shall apply to each vehicle (refer to item B below). Mechanical or body repair • requireci 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%sill begin from the mileage on the odometer on the date of assignment. The selling dealer will provide warranty activation cards or delayed warranty forms with manufacturer / mailing information in order to properly activate said warranty. V B. A minimum warranty of::years, 36,000 miles or the manufacturer's stan&rd warranty, whichever is greater, is required.A minirnui;a of 5 years, 'I1)0,000 miles rust warranty is required. The manufacturer's. 1anLiard warranty shall be stated in the Exceptions/Con-mart; section of the Bid if different. Comments: Ye^ Exception 8) SERVICE ,,: , A. Prior to the awarding of, or crate:incg into any agreement or contract,whether verbal or writing, it shall be the responsibility of the manufacturer and/or the successful bidder to ensure and satisfy the State of Nebraska that there are factory authorized dealers, geographically located within the United States of America and the State of Nebraska, who will service and repair-._ the vehicles being submitted for consideration without undue delay. i,. B. It is the responsibility oithe vendor to see that the following r agencies have received, or will receive in a timelyfashion, Fleet 9 Buyers Guides and Source Book for ordering purposes: - i.)AS/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. 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. 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 12 e purchaser within 5 business days after Purchase Order has been received. Vendor shall email, fax, or mail this information to each buyer. Comments: • • 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck . Page 11 O. Horns: Manufacturer's standard. 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 7 . conversion). A SEPARATE CONTRACT MAY BE AWARDED. • 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 6 . ruck Page 1 OL d £Z99 '°N 00HVM NO11I0 OIS 141d60:Z1 LOOZ 'LE 'U r :,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 • c4 . • • ROM lit- eI7°or Current Production Year Half Ton, Regular Cats 2WD base Trua; I STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS • 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 telepl i yne number. After contract is awarded, payment shall only be made as indicated unless written notification is made to the DAS/Materiel/Purchasing Bureau requesting an addendum to the contract; must be done 30 days prior to the delivery of vehicle. • THERE WILL BE NO EXCEPTIONS! E. If vendor is interested in electronic fund transfer(EFT)payment, please contact purchasing agency after contract has been awarded. F. Please complete on Options Bid List if a discount will be allowed far electronic fund transfer payment made within 10 days of receipt of vehicle. Comments: • • • • • • • • • • • 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 13 ^ Exception 8) SERVICE ,,: , A. Prior to the awarding of, or crate:incg into any agreement or contract,whether verbal or writing, it shall be the responsibility of the manufacturer and/or the successful bidder to ensure and satisfy the State of Nebraska that there are factory authorized dealers, geographically located within the United States of America and the State of Nebraska, who will service and repair-._ the vehicles being submitted for consideration without undue delay. i,. B. It is the responsibility oithe vendor to see that the following r agencies have received, or will receive in a timelyfashion, Fleet 9 Buyers Guides and Source Book for ordering purposes: - i.)AS/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. 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. 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 12 e purchaser within 5 business days after Purchase Order has been received. Vendor shall email, fax, or mail this information to each buyer. Comments: • • 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck . Page 11 O. Horns: Manufacturer's standard. 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 7 . conversion). A SEPARATE CONTRACT MAY BE AWARDED. • 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 6 . ruck Page 1 OL d £Z99 '°N 00HVM NO11I0 OIS 141d60:Z1 LOOZ 'LE 'U r :,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 4 [ ! 'w' ammommomminiummigramm '2©Q7 or Current Production Year Half Ton, Regular Cab 2WD Ease Truck ^� �a<��.a .o�.a�.... 9 _.._.- 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 • • 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 14 • ted FEB 2 7 2007 ,-.0 City Clerk ApProved.htae• C"r--- '4247 Mayor 0 p/7 fa, N "/U 2, O p.. S. CD VC St ." •„�"A .-.1..:2QQE_ s City Clerk Approvedhk..-"................ Mayor • Preparod By: RE4)'Fullerton f• Sid Dillon Chev.Buick Pontiac 257 West A Street Wahoo, NE 68066 Phone: (402)540-7578 —= Fax: (402)443-3982 • Email: rfullerton@siddilton.corn 2007 Fleet/Non-Retail Chevrolet Silverado 1500 4WD Reg Cab 13 ,. N,`T w/ COLOR AVAILABILITY ------------------ COLOR CHART-2007 Fleet/Non-Retail CK10903 4WD Reg Cab 133.0"LT w/1 LT EXTERIOR INTERIOR t Ebny Csmr Titm CD (19D) Ebny Ebny (31 D) (84D) Graystone Metallic(16U) X X X , : �+ Dark Blue Metallic(25U) X X X Black(41 U) X X X . ; Blue Granite Metallic(46:,-i . X X X Summit White(50U) X X X Silver Birch Metallic(59U) X X iv° Sport Red Metallic(63U) X X X Victory Red(74U) . . X X X Desert Brown Metallic(81 U) X X 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 1.0242006 8:42:00 AM ®Copyright 1986-2005 Chrome Syctems Corporation.All rights reserved. Customer File: - October 31, 2006 11:35:39 AM Page 1 ontract,whether verbal or writing, it shall be the responsibility of the manufacturer and/or the successful bidder to ensure and satisfy the State of Nebraska that there are factory authorized dealers, geographically located within the United States of America and the State of Nebraska, who will service and repair-._ the vehicles being submitted for consideration without undue delay. i,. B. It is the responsibility oithe vendor to see that the following r agencies have received, or will receive in a timelyfashion, Fleet 9 Buyers Guides and Source Book for ordering purposes: - i.)AS/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. 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. 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 12 e purchaser within 5 business days after Purchase Order has been received. Vendor shall email, fax, or mail this information to each buyer. Comments: • • 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck . Page 11 O. Horns: Manufacturer's standard. 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 7 . conversion). A SEPARATE CONTRACT MAY BE AWARDED. • 1698 OF 2007 Half Ton Regular Cab 2wd Base Truck Page 6 . ruck Page 1 OL d £Z99 '°N 00HVM NO11I0 OIS 141d60:Z1 LOOZ 'LE 'U r :,;.•'''''- -1 l':ir E.Z.,- :',5-,--'7.-sr.,•.;....1 -,-..i.--. 4-.J?Z_=--"-_--i..,-,.i.:.:,...:-...,:t5-....zs7F,_-7_-_,t- -.-....f. ..-t.t....,: _-.:4-....,., . - - • • . . : • 0-dh BUYER INITIALS • - • , • . .. tatistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. he PBE/DBE goal or to show reasonable efforts to that end will, in the City of Omaha's discretion, constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: 2 of 6 June 2002 • • 2007 GM SPECIAL PAINT COLOR AVAILABILITY • • 1 b A C\:113 t%^I N 0 JA644C 6 -— 1 • • 2. \ —4) ..- s _ . = - . e �O /code WA# • �?il' X � 2�i le '� yj!�. BfyJf k1,wY.-1',':,i}%t :z iz% `.s?:t:r% rriw:iyf�,;9 r ...r.. ,:i:, e' ' .'J;a sr�.yr: q:r x f:k5405 Blue Metallic • ':, ? iF . :Ger4 p;:_, `t •=ru- r 7.��•r.-.._rx-&-.:- f,_ f•_a'•,. wy��liii�F_..•_-•.1•s:.r�se.yc.n,�:...•�sY,:Eiy.;s;?�r• n.-�Ct-y,.,Iat'�1'.I�c y q:? + '?'�rsi.•: 5456 Yellow �� � ' * s•1 �.:�'�.r'i'i:t 't' A�T�r�.;l: .j ri".•'s•�;• 'ta'=+'S'''E:fl::':..:�:, t'r: E1�;, _ �♦ ;• • 5665y Vs': a ,. F < •-,.',s•,•%n r kSZ E .S !AMA,+4.10F4ri--t -:.a...rt- lr-Oi •,cif:' ' ;�a� } _ • + �: ._ .;y.. �� Ey;,� .�'- .t.<;�- .rE�f' 1`r.�"/�7� ��'..{1>•� s.�: t,,a. 'Gr cr r • 6237• Green '•°' - 's ._ ems. ._:«r,.-.� •a:..�;;y;,�°•. �.� ' r .� ���3 Low Gloss ' ; " �-r � '•a` ��r.la � S1F $ r:' . - ix .�.F .� �;ra2 t's`^ s` j. ��� " "e��'i { • 7154 Blue _ - • • 7840 Gray Metallic • ,xE � ����� '=�.. f i ]}A/ �f'a r;��p _�.per/ e f r : • !l- .:YZ:gn! -j,.:.n' . .T •-wfY 9. yy c?D•i. d CiS.:.9•-.rr`e' ..4--F>-':".: f_.n ly.•,�.. ..i ^" eZ.•117e •ft,r. q isi•. �T'J• .�!.;4:•i^Y✓J".s�.,?'..b� Jam; '{'�Y .7.:< .3 7941 Green , °1`=f�• % "r'r;t.?:;a-t:a= i yy Grp .�•' 'si>:;,' fNraryGSV%d�CCyy''''^r�ff a(�}.,�:e!ti-` i3:�3 :-M1.�: >.w- :t..,.::".;A il• .. :.,..,,.r.::.-'_ • • • o • ` ua 12). Fl e-*r�-; b.:.L:wi ,1' 6'K ^ :r f s l, „f.a s'44 o :d s"-C +a IES "u . ---: _ 9V9 0/( DDoeskin Tan a.1 :� �_ y ?ff %F QN S':Te tra 1,. C=�.C'q'T,�tyX' :}�E'1'i 3r i :.s:r • ,y� • t�y;:/• • ',,`�/1�� w .•/ .. ;Y:.-11::at p ,{sf �tr..G.3'ii�l.-'t '':Lai SSF �.1•m�`XAFKl �i4'.tt+d7.x9fiC firr• �•-.•oi1S- * r,1 9411 Yellow "' " 1:4;Ogg"P14i-licA j(° 1`T'�'�'Nr•r?r Y9 + s- e-=s-f-`'y- :.n'''�!!' c '"t'•a:"••` f•a'" i ¢' + • P°��• 9W4 9417 Tangier Orang N'.� '' ` `' i� t" '. �': {. 91i>37C4 a�r�:ems: r:its,�,i7s' 5 ��K� t� r` • • • • ,•:•:,J,=: >~. L ire_ -: i4: fr"r4;:i'•:Yr,';.{-!i:i ,'i •:h._ " „:4;!c`._x 'r,:� .aid=, • .',1: :1:i. _WS ",moo -'} - 9419. :.:: .;._ �. .. =}. �'3;. �F sr °• ✓:iYSR 4g7.7 ! :.eta :s}F=!'�:; :F-bikfal:s Z9:g4,i•:is� i.- -far a• r.r t r__ •.r _ - _ e .:w . ['^...r�+,!•,t�i.` e:�- .r��wtc?`•:'�:F..''hs"�♦.);C: 1'.•° � f�•'��' �'=1-F,.,,�ti�' :S �:-x J+. -..l.,r,�>�-...<�: 1:�: .C,•l.�i -lr�_�•�,vc,',.f •,f:.yn. 3•O?." 1468 Light Stellar Blue -.r•4 f�}� M%i'r.Y, �y r .•'•t ;°n'.x�.z; r... -- 6 • ,. _-�r�!,. 5 9r.T.� �titf/' ',_r.�_�.f;J;tr :'n'y:t,,r x ,rrita :t��i'�.Z.a�`7; ��t i-44"J:..cr Lo�t�'.:;y--..._ r . 215D Yell r ,+. f ,.•-r n _ '.lf -i r` .r•E�.2.,g:W f!(,��,e is»r•`'s-t7g4f � ls'i'. •: 4'3 = - �`�� .w:i. os...yati�-.�< ?•.i"` .:;�ya�� =fs -rY "v r.+.t;-s•.�s"r... {,_,.,y i G� .Ceti 9.b�l�tf!'p 3y :�? c t .'2 ti ni rir. o�:> .z`�'x 9W3 r2�53A Wheatland Yellow • • •- • •;fart_.u;e.•;F.1 �%. d �:=�i.. �f'^- �� y 52� E p _. t76:, .St.a .¢;���i".£�r.+,t�tp���y.'+;'�'J �=_2-���1•.:i^i�r"-•,�•.F - r. QeF=.i °£�'....� -1S' • 334D Dark Toreador Red •'Y 7i.Fi �� - • e .,.:47;Y, `$P.43•.:1.i.i a3,.fr.ir.. i�''.r r,a=Aye - -::f y ,r+ _ Y454N Blue� � �.:•<w ..... r' :s:u,� H � r6,� `'i 4.7,8g4 0,0" J llrK�'?oil.3.'+vc..1 t✓::Fao:6g—,:4 .,— r2•v,..{f :"•Y , . • • �':.:r•^�_ �.y .rr1_ .T:.t,ri?�Y. s:�!+l :�< 'Fad'..a1,, ,. co ' -�y✓, 519F Galaxy Silver Metallic c` ! "' `' `"''j • „' <l�: gy�y �fy(� { And;:; x',t_ ,. .., , 769N Blue`. • • �r.;:;ri ?.fi!;.i �a1: » . ,,,+�� �s� 4;ta: ""• t,.' '# ,,t, :i)?f. ' •xbr fe3' .'1;; 3FfF:Y!t{aa;,�E :" fi:d .r••,; c:::f:.�r • VA 811K Be Red r;... ,t ram,, „:+ ,',,+'*</.•.Fad.;:�t:_ ��:"+ u� � '� � • %s-‘1.;<`' GbB=iC-'t .=_.7. g"J:S '%��fC.:,�i^r' �1;;rwr' f^i�yc�ti�:e•,_f' ..i' :•rf�•.'f3ixY•:.•.�: <<t aya;,. `'. `:il_ ,:; .•� Q•t .. _:,r�Jr:,,-a •rf. '''.:4.- , v;.i 1F,-4.' ,Yl l: ..7 hp-,,--. 1 'r•;=:`, .- Pt•see r•Mr to the color and Tanat eharte under•s brand section for mode(mQ•btikv /��.� Ce (Vr, i] I `Not available on Avalanche. *Not available on Dental,Denali Xt,Escalade. • . I SilverrdorSlorta et Pontiac.Eeat plant only. 5 .... ..6) •`S v doiSlerra not evalebl•at Flint pare(not available on Crew C . • • 69.5 7 • • .. . . .1._,.':.•v.1V, 4304ajr/,t',I.i.o:a:.•. *e:f.y; -4,-.,,MT.. ._. . .t}•n�y'�.-free ',ra3y� • . • . • ..... ..... call . - ar4i.•••, . - - . • • , . ,---Jet414:$•'• • • _t •-. .-2.4:9'•;,ti- STATE OF NEBRASKA • - •,,:,... . '7,.....:447,7 a.- Dave Heineman • ' - . DEPARTMENT OF ADMINISTRATIOE SERVICES :4 • • Gerry Oligmueller it ofr'1_ - -. Acting Director 1 •-- . .- ADDENDUM ONE ., . 1 ._ DATE: October 24, 2006 •, . . , . TO: All Vendors - . • _... FROM: Connie Heinrichs, Buyer State Purchasing Bureau •RE: Questions and Answers for Invitation to Bid# 1698 OF •to be opened October31, 2006 at 2:00.p.m. . • 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 • Yes . 1. 1)F. Can the arm rest be mounted in 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 attemator available from factory. Indicate size bidding: • • ' I' ' • .e - , : ..;:... . • , • . . , • • . . • ' • .. • • • . • • • • . • Materiel Division*D013 J.lifedinger,Administrator - • 301 Centetunal Mall South. * P.O.Box 94847 • Lina,k,Ndiraska.68509•4847 • Phone(4412)471-2401• Fax(402)471-2089 . • An Equal gpporguitiEVAffinnottue Action Eraplayer ' . • • . Printed*ft soy Mr on necycisc.i paper • , _ . .. • • ' • • • . • • • • • - - " r,1 9411 Yellow "' " 1:4;Ogg"P14i-licA j(° 1`T'�'�'Nr•r?r Y9 + s- e-=s-f-`'y- :.n'''�!!' c '"t'•a:"••` f•a'" i ¢' + • P°��• 9W4 9417 Tangier Orang N'.� '' ` `' i� t" '. �': {. 91i>37C4 a�r�:ems: r:its,�,i7s' 5 ��K� t� r` • • • • ,•:•:,J,=: >~. L ire_ -: i4: fr"r4;:i'•:Yr,';.{-!i:i ,'i •:h._ " „:4;!c`._x 'r,:� .aid=, • .',1: :1:i. _WS ",moo -'} - 9419. :.:: .;._ �. .. =}. �'3;. �F sr °• ✓:iYSR 4g7.7 ! :.eta :s}F=!'�:; :F-bikfal:s Z9:g4,i•:is� i.- -far a• r.r t r__ •.r _ - _ e .:w . ['^...r�+,!•,t�i.` e:�- .r��wtc?`•:'�:F..''hs"�♦.);C: 1'.•° � f�•'��' �'=1-F,.,,�ti�' :S �:-x J+. -..l.,r,�>�-...<�: 1:�: .C,•l.�i -lr�_�•�,vc,',.f •,f:.yn. 3•O?." 1468 Light Stellar Blue -.r•4 f�}� M%i'r.Y, �y r .•'•t ;°n'.x�.z; r... -- 6 • ,. _-�r�!,. 5 9r.T.� �titf/' ',_r.�_�.f;J;tr :'n'y:t,,r x ,rrita :t��i'�.Z.a�`7; ��t i-44"J:..cr Lo�t�'.:;y--..._ r . 215D Yell r ,+. f ,.•-r n _ '.lf -i r` .r•E�.2.,g:W f!(,��,e is»r•`'s-t7g4f � ls'i'. •: 4'3 = - �`�� .w:i. os...yati�-.�< ?•.i"` .:;�ya�� =fs -rY "v r.+.t;-s•.�s"r... {,_,.,y i G� .Ceti 9.b�l�tf!'p 3y :�? c t .'2 ti ni rir. o�:> .z`�'x 9W3 r2�53A Wheatland Yellow • • •- • •;fart_.u;e.•;F.1 �%. d �:=�i.. �f'^- �� y 52� E p _. t76:, .St.a .¢;���i".£�r.+,t�tp���y.'+;'�'J �=_2-���1•.:i^i�r"-•,�•.F - r. QeF=.i °£�'....� -1S' • 334D Dark Toreador Red •'Y 7i.Fi �� - • e .,.:47;Y, `$P.43•.:1.i.i a3,.fr.ir.. i�''.r r,a=Aye - -::f y ,r+ _ Y454N Blue� � �.:•<w ..... r' :s:u,� H � r6,� `'i 4.7,8g4 0,0" J llrK�'?oil.3.'+vc..1 t✓::Fao:6g—,:4 .,— r2•v,..{f :"•Y , . • • �':.:r•^�_ �.y .rr1_ .T:.t,ri?�Y. s:�!+l :�< 'Fad'..a1,, ,. co ' -�y✓, 519F Galaxy Silver Metallic c` ! "' `' `"''j • „' <l�: gy�y �fy(� { And;:; x',t_ ,. .., , 769N Blue`. • • �r.;:;ri ?.fi!;.i �a1: » . ,,,+�� �s� 4;ta: ""• t,.' '# ,,t, :i)?f. ' •xbr fe3' .'1;; 3FfF:Y!t{aa;,�E :" fi:d .r••,; c:::f:.�r • VA 811K Be Red r;... ,t ram,, „:+ ,',,+'*</.•.Fad.;:�t:_ ��:"+ u� � '� � • %s-‘1.;<`' GbB=iC-'t .=_.7. g"J:S '%��fC.:,�i^r' �1;;rwr' f^i�yc�ti�:e•,_f' ..i' :•rf�•.'f3ixY•:.•.�: <<t aya;,. `'. `:il_ ,:; .•� Q•t .. _:,r�Jr:,,-a •rf. '''.:4.- , v;.i 1F,-4.' ,Yl l: ..7 hp-,,--. 1 'r•;=:`, .- Pt•see r•Mr to the color and Tanat eharte under•s brand section for mode(mQ•btikv /��.� Ce (Vr, i] I `Not available on Avalanche. *Not available on Dental,Denali Xt,Escalade. • . I SilverrdorSlorta et Pontiac.Eeat plant only. 5 .... ..6) •`S v doiSlerra not evalebl•at Flint pare(not available on Crew C . • • 69.5 7 • • .. . . .1._,.':.•v.1V, 4304ajr/,t',I.i.o:a:.•. *e:f.y; -4,-.,,MT.. ._. . .t}•n�y'�.-free ',ra3y� C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska • RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, the Public Works Department desires to purchase two half ton 2- wheel drive pickup trucks to be utilized by the Traffic Engineering Division; and, • WHEREAS, Sid Dillon submitted a bid of $29,794.00 to the State of Nebraska under Contract No. 11795 for two half ton 2-wheel drive pickup trucks; and, WHEREAS, the Purchasing Agent is authorized to purchase two half ton 2-wheel drive pickup trucks to be utilized by the Traffic Engineering 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 two half ton 2-wheel drive pickup trucks to be utilized by the Traffic Engineering Division in the amount of $29,794.00; and, that the Finance Department is authorized to pay, this cost from the Traffic Engineering Equipment Organization 116191, Street and Highway Allocation Fund 12131, year 2007 expenditures. APPROVED AS TO FORM: CITY ATTORNEY DATE P:\PW 1\17056maf.doc By "1/40444(194i1414 Councilmember Adopted FEB...2..71OO1 h4Lie � City Clerk Approved. -��'? D - , , Mayor e. 4.C. Alternator: Largest attemator available from factory. Indicate size bidding: • • ' I' ' • .e - , : ..;:... . • , • . . , • • . . • ' • .. • • • . • • • • . • Materiel Division*D013 J.lifedinger,Administrator - • 301 Centetunal Mall South. * P.O.Box 94847 • Lina,k,Ndiraska.68509•4847 • Phone(4412)471-2401• Fax(402)471-2089 . • An Equal gpporguitiEVAffinnottue Action Eraplayer ' . • • . Printed*ft soy Mr on necycisc.i paper • , _ . .. • • ' • • • . • • • • • - - " r,1 9411 Yellow "' " 1:4;Ogg"P14i-licA j(° 1`T'�'�'Nr•r?r Y9 + s- e-=s-f-`'y- :.n'''�!!' c '"t'•a:"••` f•a'" i ¢' + • P°��• 9W4 9417 Tangier Orang N'.� '' ` `' i� t" '. �': {. 91i>37C4 a�r�:ems: r:its,�,i7s' 5 ��K� t� r` • • • • ,•:•:,J,=: >~. L ire_ -: i4: fr"r4;:i'•:Yr,';.{-!i:i ,'i •:h._ " „:4;!c`._x 'r,:� .aid=, • .',1: :1:i. _WS ",moo -'} - 9419. :.:: .;._ �. .. =}. �'3;. �F sr °• ✓:iYSR 4g7.7 ! :.eta :s}F=!'�:; :F-bikfal:s Z9:g4,i•:is� i.- -far a• r.r t r__ •.r _ - _ e .:w . ['^...r�+,!•,t�i.` e:�- .r��wtc?`•:'�:F..''hs"�♦.);C: 1'.•° � f�•'��' �'=1-F,.,,�ti�' :S �:-x J+. -..l.,r,�>�-...<�: 1:�: .C,•l.�i -lr�_�•�,vc,',.f •,f:.yn. 3•O?." 1468 Light Stellar Blue -.r•4 f�}� M%i'r.Y, �y r .•'•t ;°n'.x�.z; r... -- 6 • ,. _-�r�!,. 5 9r.T.� �titf/' ',_r.�_�.f;J;tr :'n'y:t,,r x ,rrita :t��i'�.Z.a�`7; ��t i-44"J:..cr Lo�t�'.:;y--..._ r . 215D Yell r ,+. f ,.•-r n _ '.lf -i r` .r•E�.2.,g:W f!(,��,e is»r•`'s-t7g4f � ls'i'. •: 4'3 = - �`�� .w:i. os...yati�-.�< ?•.i"` .:;�ya�� =fs -rY "v r.+.t;-s•.�s"r... {,_,.,y i G� .Ceti 9.b�l�tf!'p 3y :�? c t .'2 ti ni rir. o�:> .z`�'x 9W3 r2�53A Wheatland Yellow • • •- • •;fart_.u;e.•;F.1 �%. d �:=�i.. �f'^- �� y 52� E p _. t76:, .St.a .¢;���i".£�r.+,t�tp���y.'+;'�'J �=_2-���1•.:i^i�r"-•,�•.F - r. QeF=.i °£�'....� -1S' • 334D Dark Toreador Red •'Y 7i.Fi �� - • e .,.:47;Y, `$P.43•.:1.i.i a3,.fr.ir.. i�''.r r,a=Aye - -::f y ,r+ _ Y454N Blue� � �.:•<w ..... r' :s:u,� H � r6,� `'i 4.7,8g4 0,0" J llrK�'?oil.3.'+vc..1 t✓::Fao:6g—,:4 .,— r2•v,..{f :"•Y , . • • �':.:r•^�_ �.y .rr1_ .T:.t,ri?�Y. s:�!+l :�< 'Fad'..a1,, ,. co ' -�y✓, 519F Galaxy Silver Metallic c` ! "' `' `"''j • „' <l�: gy�y �fy(� { And;:; x',t_ ,. .., , 769N Blue`. • • �r.;:;ri ?.fi!;.i �a1: » . ,,,+�� �s� 4;ta: ""• t,.' '# ,,t, :i)?f. ' •xbr fe3' .'1;; 3FfF:Y!t{aa;,�E :" fi:d .r••,; c:::f:.�r • VA 811K Be Red r;... ,t ram,, „:+ ,',,+'*</.•.Fad.;:�t:_ ��:"+ u� � '� � • %s-‘1.;<`' GbB=iC-'t .=_.7. g"J:S '%��fC.:,�i^r' �1;;rwr' f^i�yc�ti�:e•,_f' ..i' :•rf�•.'f3ixY•:.•.�: <<t aya;,. `'. `:il_ ,:; .•� Q•t .. _:,r�Jr:,,-a •rf. '''.:4.- , v;.i 1F,-4.' ,Yl l: ..7 hp-,,--. 1 'r•;=:`, .- Pt•see r•Mr to the color and Tanat eharte under•s brand section for mode(mQ•btikv /��.� Ce (Vr, i] I `Not available on Avalanche. *Not available on Dental,Denali Xt,Escalade. • . I SilverrdorSlorta et Pontiac.Eeat plant only. 5 .... ..6) •`S v doiSlerra not evalebl•at Flint pare(not available on Crew C . • • 69.5 7 • • .. . . .1._,.':.•v.1V, 4304ajr/,t',I.i.o:a:.•. *e:f.y; -4,-.,,MT.. ._. . .t}•n�y'�.-free ',ra3y� s • or ° o .y s a Sa . o ;u ° � � � O� e a � sv ' � po. O c , CO ~ til o _ m.Z I N , . ,._, v) (D ,It.. ______ \ R '1 A' C "C1 CDC NC10 0 m O. CAD O ° O CT Oa r+ CCDD '-') 0CCD CDCD CDA • i '--, I • • • „L.,_ I r l^ 0 ayor 0 p/7 fa, N "/U 2, O p.. S. CD VC St ." •„�"A .-.1..:2QQE_ s City Clerk Approvedhk..-"................ Mayor