Loading...
RES 2004-1560 - PO to Husker Auto Group for truck chassis and cab s 1 Q otAAHA,NF8 -4.`,% � Public Works Department i �,`tl��� �t ^ Omaha/Douglas Civic Center �®�+!'1��E"�P '� December 7 2004 1819 Famam Street,Suite 601 O.p =yt.�cx 1° 'ti.^ti �A ro Omaha,Nebraska 68183-0601 o�'rEo FEaR`�r�� (402)444-5220 Telefax(402)444-5248 1 City of Omaha Norm Jackman,P.E. Mike Fahey,Mayor Acting Public Works Director Honorable President and Members of the City Council, Transmitted herewith is a Bid Tabulation and a Resolution authorizing the Purchasing Agent to issue a Purchase Order to Husker Auto Group on the bid for the purchase of an 11,000 GVW truck chassis and cab to be utilized by the Traffic Division. The following bids were received on November 3, 2004. Contractor Total Bid HUSKER AUTO GROUP $22,917 (SOLE BID) The total bid includes the base bid as well as options for a passenger air bag and service/maintenance and emissions diagnostic manuals. A copy of the bid documents is on file and available for inspection and review in the City Clerk's office. The Contractor has on file a current Annual Contract Compliance Report Form (CC-1). As is 1 City policy, the Human 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 an 11,000 GVW truck chassis and cab from the Traffic Engineering Equipment Organization 116191, Street and Highway Allocation Fund 12131, year 2004 expenditure. The Public Works Department recommends the acceptance of the bid from Husker Auto Group in the amount of $22,917.00, being the lowest and best bid received, within the bid specifications, and requests your consideration and approval of this Resolution. Res ct 1 y submitted, Ref d to City Council for Consideration: ciA, (1 1 I-3/09- /7 3e0--e Norm Jackman, P.E. Date Mayor's Office/Title Date Acting Director Approved as to Funding: Approved: Q.^ 11 f1�,31,,.,q /I-01 —6 / Carol A. Ebdon Date Gail Kinsey Thomp on Date Finance Director Human Relations Director RAU P:\PW2\15276maf.doc i H U Z a LU — U Z — 0 f_ W n a I~ W — U Z — CC ,______...,. ..„)......., .•N .4 c,:(:::)._ �� LS Z (.--3-: , ' . -----k,--,--- CI,.../ i'S(Y.....ig 1\' sue ' (Y) 1`(} t _ 1 ..- l , L- ' i—-4? _ , Z Uf"` :c-------...... .o22J 0 0 0 0 0 0 0 0 r` w m m m m m m m C<O W J O O m O0 o J Ocn -0Ip p S C Z O in x .N Ncn U�_. ' U W c •o To E0 a_ 1 o Q � � Q a> m CO E O 0) ZVo Y° c o O m W j l m 0 I*. Q !' Q ` .� N C o ` N .N 0 cn V ' �' ' o v m ai in CO m > ' u) ` � 7) n •`° E m c V i u- Y (7 ' m ' Q O O C) p 4 5 123 1 Z c cm Q .c2i c E a) a3 m 0. Z n o 16 1w 0 : E a) p a= v `` 'al cv 0 U) N N NJ 0 Q N N J n " • `5 N rc_� a O N ` it. 1 E oti 4CO E C-6 CO "6 E .e �' 1 Q m > a 'E in �- L `� W 1-- 0 Z O , o i l.l i I Jr vmMnr+ a r'.IV1.6. ' >' REQUEST FOR BID AND BID SHEET I ON: TRUCKS:CAB/CHASSIS,11,000 GVW,15,000 GVW F�Ft6M: P.M.Burke Published October 20,2004 i 1 t City Purchasing Agent NOT N ORDER Page 1 1003 Omaha-Douglas Civic Cen r 1819 Famam Street �� BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT Omaha,Nebraska 68183-001 OF 5% IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Bid Closing Date 11:00 A.M. November 3,2004 IMPORTAN 4. If Federal Excise Tax applies,show amount of same and deduct. Exemption certificates will be furnished. Do not include tax in bid. 1.Bid must be in the office of the CITY CLERK,L -1,OMAHA-DOUGLA IC CENTER, 1819 Famam Street,Omaha,NE 68183-0011 by nd time indicated. in a sealed envelop marked BID ON: 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. TRUCKS:CAB/CHASSIS,11,000 GVW,15,000 GVW 6. When submitting bid on items listed,bidder may on a separate sheet,make 2.As evidence of good faith a bid bond or certified check must be submitted with bid. suggestions covering reduction in costs wherever this is possible through FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change. 3.Right is reserved to accept or reject any or all bids in their entirety and the bidders shall 7. If you do not desire to bid,return sheets with reasons for declining. Failure to do so have the right to appeal any decision to the City Council. Right is also reserved to - will indicate your desire to be removed from our mailing list. If you desire a copy of accept or reject any part of your bid unless otherwise indicated by you. ..tabulation,check[ ]. PLEASE DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION . Prices to be firm for the model year. Any other items required to be furnished at dealer net. All exceptions to be detailed on a separate sheet for each category. Full descriptive literature, two (2)copies, on each item bid are required with the bid. Bidder may offer latest model year. Clearly show year you are bidding in the"Make& Model" space for each vehicle bid, or show as an alternate. The City reserves the right to adjust order quantities at time of order according to budget considerations. Questions regarding this bid may be directed to Joe Zuerlein at(402)660-3272. All contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBEIDBE)listing from the City of Omaha website at www.ci.omaha.ne.us. Click on'DEPARTMENTS';Click on"HUMAN RELATIONS";Click on"PBE/DBE CERTIFIED LISTINGS'. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Relations Department. Any questions regarding the Contract Compliance Ordinance or PBEIDBE Listings should be directed to the Human Relations Department at(402)444-5055. * Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(4021444-5400 or as shown on bid. (PLEASE PRINT LEGIBLY� OR TYPE) Payment Terms O % I S i � � 5 Firm s k �T () 6 Y D up c..... Inco ted in C /_ /'� Delivery(or completion) Name ell IL (/�-� f"'t7'v►'e .5 Signature I v�/a 0 calendar days Wowing award Title es V L? Phone1710a2"417 7ax —7667 Address 63'33 !-eGLar id c Q r 1......hi,eo1ptAJE 6 3 I Street/P.O.Box City State 5_Zip Email Address C+GL,►'1'L ES h �'U'"0-4...4.1.0 ?/b-r..4.. • COPY.. CITY OF OMAHA , REQUEST FOR BIDS ON: TRUCKS: CAB/CHASSIS, 11,000 GVW, 15,000 GVW • 4, NOT AN ORDER Page 2 QUANTITY DESCRIPTION UNIT PRICE EXTENSION Estimated 11 each 1 Truck Chassis w/standard cab, dual rear whe�s- (11,000 GVW) per • specifications (8 pages) dated November 2003, raffi /, MAKE&MODEL OFFERED( 91>° LI'O f e " 1.vt/"fae CA 3 G. X 3 BID ; $ 01) 997. 7 OPTIONAL: _ To have passenger side air bag BID $ r--_=0. , One(1)complete parts book BID $ 4 One(1) service/maintenance manuals on all components of unit BID $ One(1) engine emissions diagnostic testing manuals ors N re --, F� BID $ SO, One(1) software instead of manuals BID $ /(A TOTAL BID [ s qi7 1 each Truck chassis with regular cab, dual rear wheels (15,000 GVW) per specifications(8 pages) datedrrMarch 2004, Street.�s MAKE & MODEL OFFEREDc n W tO l C L3 t600 kctk. BID $ p?5) g/7, OPTIONAL: (', Diesel engine option price BID $• 6 7 9 7. TOTAL BID $ b 1 GRAND TOTAL BID $ 55). m. I t (5% Bid Bond based on this amount) The City reserves the right to adjust order quantities at time of order according to budget considerations. • Unit prices are required. Special Note: • Fleet Defects Scope of Warranty Provisions • SIGN ALL COPIES Firm ` G{- 4-o g7^0 . BY s .. . • Title 0.S U —�04,, PH-8C (91) CONTINUATION SHEET - CITY OF OMAHA ' REQUEST FOR BIDS r ON: TRUCKS: CAB/CHASSIS, 11,000 GVW, 15,000 GVW • NOT AN ORDER Page 3 QUANTITY DESCRIPTION UNIT PRICE EXTENSION "Bidders must be duly licensed and authorized to sell the requested products under the Nebraska Motor Vehicle Industry Licensing Act, Neb. Rev. Stat. Section 60-1401 et seq., as of the date of bid." Bidders must indicate delivery time for this vehicle type on bid sheet. NOTE: REQUIREMENTS FOR BID OR PERFORMANCE BOND The surety company issuing the bid bond or the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check, or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, payable to the city, or lawful money of the United States, or a United States Government Bond (negotiable) are acceptable substitutes for bond requirements. Questions regarding this bid may be directed to Joe Zuerlein at(402)660-3272. SIGN ALL COPIES Firm ga,s /"ram By c_4uck 14-n.es Title v ,ii. PH-8C (91) CONTINUATION SHEET 0 November 2003 • SPECIFICATIONS . ' FOR TRUCK CHASSIS WITH STANDARD CAB DUAL REAR WHEELS 11,000 GVW GENERAL: The vehicle to be the latest current model of standard design manufactured, complete with all standard equipment, tools and warranty. Bidders are to supply full, description and descriptive materials on unit bid with the proposal. Truck must comply with current provisions of the National Traffic and Motor Vehicle Safety Act. Meet Specification-Please indicate.(if other ekplain on comment line). Y . No Other 1. GVW RATING PLATE l/ A. Not less than 11,000 pounds_ State GVWR I Other or Comment r Yes No Other 2. CAB A. Fully enclosed safety type cab with front seat and key r✓ locks on front doors. j/ B. Safety glass all around. C. Interior finished to exclude excessive noise and weather. D. Full width seat and back must be manufacturer's heaviest . duty,maximum depth foam rubber and vinyl covered unit. ✓ E. Floor coverings will be rubber-matting type. ✓ F. Head restraints or high backs for outboard seats. G. Insulated headliner. H. Dual sun visor. .,,. I. Seat belts to be State of Nebraska approved with spring loaded • retractors for three people with lap belts. • - - J. Rear window to be sliding type. K. To have fresh air hot water heater with dual defrosters. L. To have drivers side air bag. • °thew Comment I• CCM Sea IV •. !S I iC f • w tie d i �—' 1,�.s Y 1,1ea. •'• t. . • • 4 11,000 GVW,TRAFFIC Page 2 of 8• • . • Yej. No Other • 3. COLOR A. Cab,body and fenders will be standard white. B. All paint will be base coat/clear coat acrylic, activator- hardened acrylic or polyurethane type. • • Other or Comment Yes No Other 4. MIRROR • A. Rear vision mirror inside of cab, day/night selector type. B. Two outside rear vision mirrors,right and left, adjustable. 1. Minimum 6 inches by 16 inches, low mount type, west coast type. • Other or Comment Yes No Other 5. FRAME • A. Cab to axle, shall be 60 inches. B. Ground to top of frame shall not exceed 33 1/2" from front to • rear. Other of:Comment • No Other 6. FENDERS AND BUMPERS A. Manufacturer's standard fenders front. B. Manufacturer's front bumper. • Other or Comment • • iY7 No Other 7. FUEL TANK(S) A. Minimum 34 gallons. „ B. Must have a minimum of 10 gallons of fuel when delivered. • Other or Comment Yes No • Other 8. LIGHTS • • !.. . • A. Halogen high beam headlights with low beam:parking, dome, r • • : tail,back-up and stop lights. B. Dealer-installed single halogen headlights on each side are • • acceptable if not available by manufacturer. • • C. To have electric back up alarm • - .• . . . . . . • . • • - 4411. 4 - • • • - . �. , 11,000 GVW,TRAFFIC Page 3 of 8 • V D. One (1) Target Tech 851 strobe light with amber lens • - mounted in the center of roof. Shall have dash mounted flush . - rocker style switch. The strobe light system shall be activated and protected by a 20 amp breaker installed in fuse • box. The strobe light is only to be activated when the ignition key is in the on position. The system shall be protected by NAPA AR272 accessory relay. If the vehicle is not equipped with a plug in, and adapter will have to be used. No type of solenoid shall be,used in the system. All strobe light wires are to be protected by plastic loom n I ' co erin . Base r strobe light shall be 219846 Other or Comment 0 . W v't � d ec,�.��PicT' L A,i-CL l/L cL . • .:b . Yes No Other 9. CONTROLS AND INSTRUMENTS A. Key locking ignition switch. B. Head,parking and dome light switches. Headlight beam control. • r✓ C. Speedometer, Fuel Gauge. D. Voltmeter or ammeter, oil pressure gauge, engine temperature gauge, to needle type. E. High beam indicator light, flashing turn-indicator light, traffic hazard switch, in cab hood release. F. Two sets of keys required per vehicle. If keys are chip or security type a total of 5 keys must be included. • G. To have standard horn. - H. To have dual power outlets. . J/ I. To have standard AM-FM radio. J. To have hour meter. Other or Comment 2 (,c) 1/1 t}t_. Ci -c * t t d Yes/ No Other 10. WINDSHIELD WIPERS V A. Dual, intermittent, 2-speed electric,windshield wipers with dual windshield washer; all factory. installed. Other or Comment • •G.•• ._ • 3 11,000 GVW,TRAFFIC Page4of8 • Yes No Other 11. STEERING A. Manufacturer's recommended power steering. Other or Comment Yes No Other 12. ENGINE A. Minimum V-8 cylinder, 5.4 liter. B. Engine oil cooler and viscous fan required. C. Engine will have 110 volt AC engine block coolant heater, with male receptacle with cover that is sturdily mounted. D. To operate on unleaded fuel. Other or Comment Yes No Other 13. AIR CLEANER A. Replaceable paper type element. Other or Eomment • 'y'es No Other 14. BATTERY A. One twelve-volt battery must deliver a total of at least 750 cold cranking amps. Other or Comment - Yes No Other - 15. ALTERNATOR - A. . 12 volt 130 amperes minimum with voltage regulator. Other or Comment= Yes No Other 16. OIL FILTER A. Full flow with throwaway element. >y. Other or Comment . - • - • • - a i' 11,000 GVW,TRAFFIC Page 5 of 8 . Yes No Other . 17. COOLING ✓ - A. Manufacturer's heaviest duty, cooling capacity system must i be furnished. �/ B. Coolant recovery system required. • V C. Ethylene glycol-base antifreeze protection to 30 degrees below zero Fahrenheit for all trucks delivered, if GM model - to have long life type. D. Engine Oil Cooler. Other or Comment •Yes .No . . Other 18. TRANSMISSION • A. Automatic; four speed with over drive. 17 B. Auxiliary transmission oil cooler. Other or Comment Yes No Other 19. 4 WHEEL DRIVE - .- A. Trans for case to be manual 2 speed shift. g _ B. . Front hubs to be manual lock in and out. JP:Other or omm nt Q , O ri?I k RA) .5CtJI.c CC.tt YY�.O c01-c'C j S'hi t cs-vv -tit r Yes No Other 20. SHOCK ABSORBERS ✓ A. Double acting front and rear, heaviest duty of manufacturer is required. - Other or Comment .�•a•. Yes No Other 21. AXLES AND SPRINGS • A. Manufacturer's independent front suspension and single speed, rear axle required. B. Spring sizes required to meet minimum GVWR. __ — C. "Limited-slip" or"anti-spin"type differential is required on ' • front and rear. • ✓• :D.` Front stabilizer bar is required. - . - . E. Must show axle and spring GVW on door sticker. • - t/ F.• Rear axle to be 8250 pound minimum with gear ratio of 4:10 to 1,with "Limited Slip". . . - 5 • . . . ,1 ` . i I 11,000 GVW,TRAFFIC Page 6 of 8 - 17- G. Must have leaf type auxiliary rear spring. Auxiliary springs are not to be considered part of progressive type main springs. H. Front axle to be 4200 lbs. Other or Comment Yes No Other 22. FRAME A. To be Heavy Duty for 11,000 GVW. - Other or Comment • Yeses No Other 23. BRAKES f/ A. Power service brakes; front disc brakes with minimum standard for 11,000 Cab &Chassis. B. Rear drum brakes minimum for 11,000 Cab & Chassis and of anti-lock type required. C. Parking brake on rear wheels or drive line. .. n. ..__, Other or Comment G , r-P,4h, "G rLL,k e,,' CU F S C 1>116 P _y Yes No Other 24. WHEELS ✓ A. Seven,minimum 16 inch x 6 inch. . B. Wheels must be one piece, drop center type. - ✓ C. Bidder to furnish four hubcaps or center covers with lug protectors per unit. Other or Comment - Yes No Other. • 25. TIRES - A. Seven, steel belted radial, tubeless, all season,minimum LT235/85R16E or LT245/75R16E, front,rear and spare. - ✓ B. Tires to comply with manufacturer's GVWR, and be . manufacturer's standard equipment. ✓ C. Tires to be manufacturer's standard equipment by Goodyear, • :• - : - BF Goodrich, Bridgestone,Firestone, Michelin or General - And must carry sj id co pang name. 'Other or Comment I I r S bci 1:1 1 e LT a 6 s /7.S i2-/6 E `t---exw�ezi,11, 7—y/o e ,J • • 11,000 GVW, TRAFFIC Page7of8 • Yes - No Other 26. TOOLS A. Manufacturer's standard equipment jack to comply with GVWR; wheel lug wrench. Other or Comment Yes No Other 27. WARRANTY A. Regular manufacturer's standard warranty,manufacturer's statement of origin, and completed pre-delivery inspection certificates required with each unit delivered. B. The manufacturer's standard warranty shall be stated in the bid. — 1. A minimum warranty of three years, 36,000 Miles or other manufacturer's standard warranty, whichever is greater, is required. V C. Manufacturer's written warranty including engine, transmission and differential must accompany delivered unites. - D. The vendor will be responsible for providing all warranty •-• work within twenty-five driveable miles from 72"d &Dodge. • If warranty work is not available within the above described, the vendor will be responsible for any cost including transportation. E. The vendor must be able to provide warranty work within 24 • hours of the break down. If there is no local dealer the vendor must locate and/or provide the work within the 24- hour time frame. F. The vendor must be able to provide needed parts within 24 hours of the break down. If shipping by air is needed,the dealer will be responsible for any additional cost. Other or Comment Yes No Other 28. MANUALS A. Operators manuals must be furnished and accompany each unit delivered. . . B. All manuals must be furnished prior to payment and delivered Failure to deliver all manuals that are ordered may result in . • non-payment of ten percent of purchase order total until all manuals are delivered. Other or Comment • t' u '. • . 11,000 GVW,TRAFFIC Page8of8 . Yes _ No Other 29. OPTIONAL PRICE - A. The following books and manuals will be required for each Series of vehicles. Please include price for each manual. For each Series we will require: One (1) - Complete parts books. Price$ A ► r One (1) - Service/maintenance manuals on all components of unit. Price$ 3 SO i One (1) - Engine Emissions Diagnostic Testing manuals or software. Price $ so , • One(1) -Software instead of Manuals.Price$ /AJ 1(4- •Other or Comment • Yes No Other 30. OPTIONAL PRICE • A. To have passenger side air bag. Other or Comment n..O . .,yes No Other 31. SERVICE - A. Dealer's decals, stickers or other signs shall not be put on units;manufacturer's nameplates, stampings and other signs - • • • are acceptable. - • Other or Comment Yes No Other 33. DELIVERY f . A. Unit to be delivered to the City of Omaha, Fleet . :,. Management Facility at 2606 North 26 Street, fully Serviced to recommended new vehicle specifications. If the vendor is not.in the City of Omaha area,the City will Not be responsible for any cost from pickup or the delivery of Any vehicle or mounted equipment. . • . Bidder shall state delivery time with bid. Bid will not be considered if not listed. Other or Comment 45'. G �C 0k) 62-f./ 5' 2003 11,000 GVW,TRAFFIC . • • EXCEPTIONS TO SPECIFICATIONS Check-Cane_ -- The equipment offered meets all specifications as set forth in the bid. . Name (print) • Signed Title The equipment offered meets all specifications with the following exceptions: (Use separate att- .eed sheet if more room is needed.) . : • �., • -& ifS T fe h�ee.[ G� r-, 63) f y�� h cc,6.s �r�e�w /- y c3 Grakes 410 es culk Le s c /Y/1-€2-. e5 ( .€ L S/75/ 16G Failure to list exceptions may be cause for equipment to be rejected at time of delivery Name (print) lagkei- /`G -- d, An es • Signed Title FLEET DEFECTS A fleet defect is defined as the failure of identical items covered by the warranty and occurring in the warranty period in a proportion of the vehicles delivered under this contract. For deliveries of 10 to 60 vehicles, the proportion shall be 20 per cent. For deliveries of under 10 vehicles, the fleet defect provision shall not apply. SCOPE OF WARRANTY PROVISIONS The manufacturer shall correct a fleet defect by providing parts and labor free of cost to the buyer. After correcting the defect, the manufacturer shall promptly undertake and complete a work program reasonably designed to prevent the occurrence of the same defect in all other vehicles purchased under this contract. The work program shall include inspection and/or correction of the potential or defective parts in all of the vehicles. The warranty on items determined to be fleet defects shall be extended for the time and/or miles of the original warranty. This extended warranty shall begin on the date a fleet defect was determined to exist or on the repair/replacement date for corrected items. NOTE: Each bid shall be accompanied by: (1) proof that the bidder holds, as of the date of the bid, a Nebraska Motor Vehicle Dealer's License issued under the Nebraska Motor Vehicle Industry Licensing Act,Neb. Rev. Stat. Section 60-1401 et seq.; and (2) name of the bidder's salesperson, and proof that the bidder's salesperson holds, as of the date of the bid, a Nebraska Motor Vehicle Salesperson's License under the aforesaid Act; and (3) name of the manufacturer of the product and proof that the manufacturer holds, as of the date of the bid, a Nebraska Motor Vehicle Manufacturer's or Distributor's License under the aforesaid Act. Failure to comply with these requirements may result in the bid being rejected. Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS-11000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 Phone: (402)479-7551 Fax: (402)479-7669 E-mail: cames@husherautogroup.com 2005 Chevrolet Silverado 3500 CK36003 Reg Cab 137.0" WB, 60.4" CA 4WD WT 4e , Writ Photo may not represent exact vehicle or selected equipment. Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS- 11000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 —=- . Phone: (402)479-7551 °a-- Fax: (402)479-7669 .���. z E-mail: "a' camel hush rauto rou .com e . � 9 P Chevrolet Silverado 3500 Reg Cab 137.0" WB, 60.4" CA 4WD WT CK36003 VEHICLE DETAILS STANDARD EQUIPMENT-CK36003 Reg Cab 137.0"WB, 60.4"CA 4WD WT EXTERIOR • Paint, solid • Bumper, front, chrome, with Gray lower • Air dam, Gray • Wheel flares, front only • Grille, color-keyed surround,with chrome accent bar • Headlamps, dual halogen composite, includes flash-to-pass feature and automatic lamp control • Daytime running lamps, includes automatic exterior lamp control • Lamps, amber roof marker • Lamp, center high-mounted stop/brake (CHMSL) delete and cargo area, delete (Standard with 4WD Models only.) • Mirrors, outside rearview, foldaway, manual, Black, adjustable . • Glass, Solar-Ray light tinted, all windows • Wipers, intermittent,front, wet-arm with pulse washers • 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: 93.1, Data updated 10/26/2004 ©Copyright 1986-2002 Chrome Systems Corporation.All rights reserved. Customer File: November 02, 2004 2:25:40 PM Page 2 1 `I Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS- 11000 GVW Husker Auto Group Inc. 6833 Telluride Dr. >;, „,::..;; Lincoln, NE 68521 - Phone: (402)479-7551 Fax: (402)479-7669 r: � E-mail: _ - cames@husherautogroup.com Chevrolet Silverado 3500 Reg Cab 137.0" WB, 60.4" CA 4WD WT CK36003 VEHICLE DETAILS STANDARD EQUIPMENT-CK36003 Reg Cab 137.0"WB, 60.4"CA 4WD WT INTERIOR • Seat trim,vinyl • Seats, front 40/20/40 split-bench, 3-passenger, driver and passenger manual reclining with outboard head restraints • Floor covering, rubberized vinyl, Black • Steering column, Tilt-Wheel, adjustable, includes brake/transmission shift interlock • Steering wheel, includes theft-deterrent locking feature • Theft-deterrent system, PASSIock II • Instrumentation, analog, includes speedometer, odometer with trip odometer, fuel level, voltmeter, engine temperature, oil pressure and tachometer • Driver Information Center, monitors numerous systems depending on vehicle equipment • Warning tones, headlamp on, key-in-ignition, driver and passenger seat belt reminder, turn signal on • Air conditioning, dual-zone, manual, individual climate settings for driver and right front passenger • Sound system, ETR AM/FM stereo, includes seek-and-scan and digital clock ▪ Sound system feature, 4-speakers • Cupholders, front(Also includes rear cupholders on Extended Cab Models.) • Cigarette lighter, on instrument panel • Power outlets, auxiliary, covered, 2 dash-mounted, 12-volt • Mirror, inside rearview, manual day/night • Coat hook, driver side (Also includes passenger side coat hook on Extended Cab Models.) • Visors, padded, Shale-colored, driver and passenger side with cloth trim, extenders, pocket on driver side and vanity mirror on passenger side • Assist handle,front passenger(Also includes rear outboard passenger assist handle on Extended Cab Models.) • Lighting, dome lamp, reading, backlit instrument panel switches and door handle-activated illuminated entry 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: 93.1, Data updated 10/26/2004 ©Copyright 1986-2002 Chrome Systems Corporation.All rights reserved. Customer File: November 02, 2004 2:25:40 PM Page 3 • Prepared For: Prepared By: ' • bITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS-11000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 • — — '' Phone: (402)479-7551 • =:-Y Fax: (402)479-7669 E-mail: h uto rou .com _ tames hus era 9 P Chevrolet Silverado 3500 Reg Cab 137.0" WB, 60.4" CA 4WD WT CK36003 VEHICLE DETAILS STANDARD EQUIPMENT-CK36003 Reg Cab 137.0"WB,60.4"CA 4WD WT MECHANICAL • Engine,Vortec 6000 V8 SFI (300 HP [223.8 kW] @ 4400 rpm, 360 lb.-ft. [486.6 N-m] @ 4000 rpm) • Cooling, external engine oil cooler,heavy-duty air-to-oil, integral to driver side of radiator tank • Body, Chassis Cab • Transmission, 5-speed manual with overdrive (Requires(LQ4) Engine, Vortec 6000 V8 SFI and (AE7) Seats, front 40/20/40 split-bench. Standard transmission.) • Transfer case, floor-mounted shifter(Standard with 4WD Models. Requires (AE7)Seats,front 40/20/40 split-bench.) • Four wheel drive • Battery, heavy-duty, 600 cold-cranking amps, includes rundown protection and retained accessory power(Not standard with (LLY) Engine, Duramax 6600 Turbo Diesel V8.) • Alternator, 105 amps (Not available with (VYU) Snow Plow Prep Package.) • Frame, ladder-type, hydroformed • Recovery hooks, front, frame-mounted (Standard with 4WD Models only.) • GVWR, 12,000 lbs. (5443 kg) (Standard with 4WD Models only.) • Rear axle, 4.10 ratio(Refer to Engine/Axle chart for availability.) • Suspension, front, independent torsion bar, and stabilizer bar • Suspension, rear, 3-stage springs • Suspension Package, Handling/Trailering, heavy-duty • Tires, LT215/85R16D, all-season, blackwall (Requires and standard on CC36003, CC36053, CC36403 or CK36003 Models. Not available with (VYU)Snow Plow Prep Package on CK36003 Model. Includes 6 tires.) • Wheels, 6- 16"x 6.5" (40.6 cm x 16.5 cm) 8-lug steel, painted (dual rear), includes painted center caps and steel spare • Steering, power • Brakes, 4-wheel antilock, 4-wheel disc • Fuel capacity, approximate, 50 gallon • Exhaust, aluminized stainless-steel muffler and tailpipe • Tools, mechanical jack and wheel wrench, spare tire assist hook,floor-mounted in back of cab 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: 93.1, Data updated 10/26/2004 ©Copyright 1986-2002 Chrome Systems Corporation.All rights reserved. Customer File: November 02, 2004 2:25:40 PM Page 4 Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS-11000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 - - • Phone: (402)479-7551 Fax: (402)479-7669 E-mail: "I" ' 7 cames©husherautogroup.com Chevrolet Silverado 3500 RegCab 137.0" 60.4"WB, CA 4WD WT CK36003 VEHICLE DETAILS STANDARD EQUIPMENT-CK36003 Reg Cab 137.0"WB, 60.4"CA 4WD WT SAFETY • Brakes,4-wheel antilock,4-wheel disc • Air bags, frontal, driver and right front passenger, includes passenger side deactivation switch (Always use safety belts and proper child restraints, even with air bags. Children are safer when properly secured in a rear seat. See the Owner's Manual for more safety information.) • Daytime running lamps, includes 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: 93.1, Data updated 10/26/2004 ©Copyright 1986-2002 Chrome Systems Corporation.All rights reserved. Customer File: November 02, 2004 2:25:41 PM Page 5 h ,. Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS- 11000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 -. — - Phone: (402)479-7551 '. Fax: (402)479-7669 >>l, E-mail: _ cames@husherautogroup.com Chevrolet Silverado 3500 Reg Cab 137.0" WB, 60.4" CA 4WD WT CK36003 VEHICLE DETAILS SELECTED MODEL-CK36003 Reg Cab 137.0"WB, 60.4"CA 4WD WT Code Description Front Wt Rear Wt MSRP CK36003 2005 Chevrolet Silverado 3500 Reg Cab *3,234.00 *2,380.00 $28,375.00 137.0"WB, 60.4"CA 4WD WT SELECTED VEHICLE COLORS -CK36003 Reg Cab 137.0"WB,60.4"CA 4WD WT Code Description 69V Interior: Dark Charcoal 50U Exterior 1: Summit White Exterior 2: No color has been selected. SELECTED OPTIONS -CK36003 Reg Cab 137.0"WB, 60.4"CA 4WD WT Code Description MSRP COOLING, INTERNAL TRANSMISSION OIL COOLER, WATER-TO-OIL, INC INTEGRAL TO DRIVER SIDE OF RADIATOR TANK(Included and only available with (MT1)Transmission,4-speed automatic, heavy-duty or (M74)Transmission,Allison 1000 5-speed automatic.) V SEAT TRIM,VINYL(STD) $0.00 1SW WORK TRUCK PREFERRED EQUIPMENT GROUP, includes Standard $0.00 Equipment 7Y9 BATTERY, SINGLE 770 CCA Provides a 770 CCA HD cranking battery $56.00 (Requires RPO (LQ4) Engine,Vortec 6000 V8 SFI or RPO (L18) Engine, Vortec 8100 V8 SFI. Not available with RPO (TP2) Battery, auxiliary heavy-duty, 600 cold-cranking amps or SEO (8B0) Batteries, 770 CCA with a 600 CCA auxiliary.) 8C6 ALTERNATOR, 145 AMP 145 amp alternator in place of the standard $140.00 105 amp alternator(Requires RPO (LQ4) Engine,Vortec 6000 V8 SFI or RPO (L18) Engine, Vortec 8100 V8 SFI. Not available with RPO (VYU) Snow Plow Prep 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: 93.1, Data updated 10/26/2004 ©Copyright 1986-2002 Chrome Systems Corporation.All rights reserved. Customer File: November 02, 2004 2:25:41 PM Page 6 • w . • ,• Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS- 11000 GVW Husker Auto Group Inc. 6833 Telluride Dr. :: .;< Lincoln, NE 68521 . - = Phone: (402)479-7551 . .: Fax: (402)479-7669 E-mail: .� "'' cames@husherautogroup.corn Chevrolet Silverado 3500 Reg Cab 137.0" WB, 60.4" CA 4WD WT CK36003 VEHICLE DETAILS _ SELECTED OPTIONS -CK36003 Reg Cab 137.0"WB, 60.4"CA 4WD WT Code Description MSRP 8S3 BACKUP ALARM 97 decibels back-up alarm (Not available with RPO $103.00 (LLY) Engine, Duramax 6600 Turbo Diesel V8. Not available with RPO (LQ4) Engine, Vortec 6000 V8 SFI on Models C*36053. Not available with RPO (YF5) Emissions, California or RPO (NE1) Emissions, Northeast when ordered on Models C*36053 with RPO (L18) Engine, Vortec 8100 V8 SFI) AE7 SEATS, FRONT 40/20/40 SPLIT-BENCH, 3-PASSENGER, DRIVER $0.00 AND PASSENGER MANUAL RECLINING with outboard head restraints (STD) C42 AIR CONDITIONING DELETE, PROVIDES HEATER ONLY (Requires -$870.00 Regular Cab Models.) *CREDIT* C7L GVWR, 12,000 lbs. (5443 kg) (Standard with 4WD Models only.) (STD) $0.00 DG5 MIRRORS, OUTSIDE REARVIEW, RIGHT-HAND AND LEFT-HAND, $115.00 WEST COAST-TYPE, BLACK(7"WIDE x 16" HIGH) (shipped loose for dealer installation) FE9 EMISSIONS, FEDERAL REQUIREMENTS $0.00 G80 DIFFERENTIAL, LOCKING, HEAVY-DUTY, REAR $295.00 GT5 REAR AXLE, 4.10 RATIO (Refer to Engine/Axle chart for availability.) $0.00 (STD) K05 ENGINE BLOCK HEATER (Included with (LLY) Engine, Duramax 6600 $35.00 Turbo Diesel V8.) K47 AIR CLEANER, HIGH-CAPACITY (Included with (LLY) Engine, Duramax $25.00 6600 Turbo Diesel V8. Included with (VYU) Snow Plow Prep Package.) KNP COOLING, EXTERNAL TRANSMISSION OIL COOLER,AUXILIARY, INC HEAVY-DUTY AIR-TO-OIL(Included and only available with (MT1) Transmission, 4-speed automatic, heavy-duty or(M74)Transmission, Allison 1000 5-speed automatic.) LQ4 ENGINE, VORTEC 6000 V8 SFI (300 HP [223.8 kW] @ 4400 rpm, 360 $0.00 lb.-ft. [486.6 N-m] @ 4000 rpm) (STD) MT1 TRANSMISSION, 4-SPEED AUTOMATIC, HEAVY-DUTY, $1,095.00 ELECTRONICALLY CONTROLLED WITH OVERDRIVE, tow/haul mode and (KNP) Cooling, external transmission oil cooler(Requires (LQ4) Engine,Vortec 6000 V8 SFI.) 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: 93.1, Data updated 10/26/2004 ©Copyright 1986-2002 Chrome Systems Corporation.All rights reserved. Customer File: November 02, 2004 2:25:41 PM Page 7 , Prepared For: Prepared By: ' CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS-.11000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 — -- . Phone: (402)479-7551 Fax: (402)479-7669 E-mail: , ` cames@husherautogroup.com Chevrolet Silverado 3500 Reg Cab 137.0" WB, 60.4" CA 4WD WT CK36003 VEHICLE DETAILS SELECTED OPTIONS-CK36003 Reg Cab 137.0"WB, 60.4"CA 4WD WT Code Description MSRP UM7 SOUND SYSTEM, ETR AM/FM STEREO, includes seek-and-scan and $0.00 digital clock(STD) VQ2 FLEET PROCESSING OPTION $0.00 XEF TIRES, LT215/85R16E, ON-/OFF-ROAD, BLACKWALL(Includes 6 tires.) $66.00 Z85 SUSPENSION PACKAGE, HANDLING/TRAILERING, HEAVY DUTY $0.00 (STD) ZEF TIRE, SPARE LT215/85R16E, ON-/OFF-ROAD, BLACKWALL, located at $421.00 rear underbody of vehicle(Requires (XEF)Tires, LT215/85R16E, on-/off- road, blackwall.) ZW9 BODY, CHASSIS CAB (STD) $0.00 ZY1 PAINT, SOLID(STD) $0.00 OPTIONS TOTAL $1,481.00 • 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: 93.1, Data updated 10/26/2004 ©Copyright 1986-2002 Chrome Systems Corporation.All rights reserved. Customer File: November 02, 2004 2:25:41 PM Page 8 . • , Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS-11000 GVW Husker Auto Group Inc. 6833 Telluride Dr. -,-5 Lincoln, NE 68521 • Phone: (402)479-7551 Fax: (402)479-7669 E-mail: '" cames@husherautogroup.com Chevrolet Silverado 3500 Reg Cab 137.0" WB, 60.4" CA 4WD WT CK36003 VEHICLE DETAILS PRICING SUMMARY-CK36003 Reg Cab 137.0"WB, 60.4"CA 4WD WT MSRP Base Price $28,375.00 Total Options: $1,481.00 Vehicle Subtotal $29,856.00 Advert/Adjustments $0.00 Destination Charge $850.00 GRAND TOTAL $30,706.00 WEIGHT RATINGS -CK36003 Reg Cab 137.0"WB, 60.4"CA 4WD WT Front Gross Axle Weight Rating: 4,670.00 Rear Gross Axle Weight Rating: 8,600.00 Gross Vehicle Weight Rating: 12,000.00 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: 93.1, Data updated 10/26/2004 ©Copyright 1986-2002 Chrome Systems Corporation.All rights reserved. Customer File: November 02, 2004 2:25:41 PM Page 9 • a le • Prepared For: Prepared By: *CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS- 11000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 ` Phone: (402)479-7551 Fax: (402)479-7669 - -- a mar E-mail: .' cames@husherautogroup.com Chevrolet Silverado 3500 Reg Cab 137.0" WB, 60.4" CA 4WD WT CK36003 WINDOW STICKER 2005 Chevrolet Silverado 3500 Reg Cab 137.0"WB, 60.4"CA 4WD W Interior: 69V Dark Charcoal 6.0U364 CID Gas V8 Exterior 1: 50U Summit White *4-Speed HD Automatic w/OD Exterior 2: CODE MODEL MSRP CK36003 2005 Chevrolet Silverado 3500 Reg Cab 137.0"WB, 60.4"CA 4WD WT $28,375.00 OPTIONS COOLING, INTERNAL TRANSMISSION OIL COOLER, WATER-TO-OIL, INTEGR INC V SEAT TRIM, VINYL $0.00 1SW WORK TRUCK PREFERRED EQUIPMENT GROUP, $0.00 7Y9 BATTERY, SINGLE 770 CCA $56.00 8C6 ALTERNATOR, 145 AMP $140.00 8S3 BACKUP ALARM $103.00 AE7 SEATS, FRONT 40/20/40 SPLIT-BENCH, 3-PASSENGER, DRIVER AND PASSEN $0.00 C42 AIR CONDITIONING DELETE, PROVIDES HEATER ONLY -$870.00 C7L GVWR, 12,000 lbs. (5443 kg) $0.00 DG5 MIRRORS, OUTSIDE REARVIEW, RIGHT-HAND AND LEFT-HAND,WEST COAS $115.00 FE9 EMISSIONS, FEDERAL REQUIREMENTS $0.00 G80 DIFFERENTIAL, LOCKING, HEAVY-DUTY, REAR $295.00 GT5. REAR AXLE,4.10 RATIO $0.00 K05 ENGINE BLOCK HEATER $35.00 K47 AIR CLEANER, HIGH-CAPACITY $25.00 KNP COOLING, EXTERNAL TRANSMISSION OIL COOLER, AUXILIARY, HEAVY-DUT INC LQ4 ENGINE, VORTEC 6000 V8 SFI $0.00 MT1 TRANSMISSION,4-SPEED AUTOMATIC, HEAVY-DUTY, ELECTRONICALLY CO $1,095.00 UM7 SOUND SYSTEM, ETR AM/FM STEREO, $0.00 VQ2 FLEET PROCESSING OPTION $0.00 XEF TIRES, LT215/85R16E, ON-/OFF-ROAD, BLACKWALL $66.00 Z85 SUSPENSION PACKAGE, HANDLING/TRAILERING, HEAVY DUTY $0.00 Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines.. Actuc?Lunit performance will depend on your operating conditions. GM AutoBook, Data Version: 93.1, Data updated 10/26/2004 ©Copyright 1986-2002 Chrome Systems Corporation.All rights reserved. Customer File: November 02, 2004 2:25:41 PM Page 10 Prepared For: Prepared By: 'CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS-11000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 — - .._ ° Phone: (402)479-7551 ' Fax: (402)479-7669 Fittea, E-mail: 41' '' cames@husherautogroup.com • 4, Chevrolet Silverado 3500 Reg Cab 137.0" WB, 60.4" CA 4WD WT CK36003 WINDOW STICKER ZEF TIRE, SPARE LT215/85R16E, ON-/OFF-ROAD, BLACKWALL, $421.00 ZW9 BODY,CHASSIS CAB $0.00 ZY1 PAINT, SOLID $0.00 SUBTOTAL $29,856.00 Advert/Adjustments $0.00 Destination Charge $850.00 TOTAL PRICE $30,706.00 Est City: mpg Est Highway: mpg Est Highway Cruising Range: 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: 93.1, Data updated 10/26/2004 ©Copyright 1986-2002 Chrome Systems Corporation.All rights reserved. Customer File: November 02, 2004 2:25:41 PM Page 11 Prepared For: Prepared By: 'CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS- 11000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 — -- Phone: (402)479-7551 Fax: (402)479-7669 ��1 a E-mail: '' "'' cames©husherautogroup.com Chevrolet Silverado 3500 Reg Cab 137.0" WB, 60.4" CA 4WD WT CK36003 COLOR AVAILABILITY COLOR CHART-CK36003 Reg Cab 137.0"WB, 60.4"CA 4WD WT EXTERIOR INTERIOR Dark Tan Chcl (52V) (69V) Sandstone Metallic(15U) X X Dark Blue Metallic(25U) X X Black (41U) X X Dark Green Metallic (47U) X X Summit White(50U) X X Silver Birch Metallic(59U) X Dark Gray Metallic(62U) X X Victory Red (74U) 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: 93.1, Data updated 10/26/2004 ©Copyright 1986-2002 Chrome Systems Corporation.All rights reserved. Customer File: November 02, 2004 2:25:41 PM Page 12 Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS-11000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 - — - Phone: (402)479-7551 Fax: (402)479-7669 .i. , • E-mail: "'' cames@husherautogroup.com Chevrolet Silverado 3500 Reg Cab 137.0" WB, 60.4" CA 4WD WT CK36003 WARRANTY INFORMATION WARRANTY INFORMATION-CK36003 Reg Cab 137.0"WB,60.4"CA 4WD WT WARRANTY Basic: 3 Years/36,000 Miles Drivetrain: 3 Years/36,000 Miles Corrosion: 6 Years/100,000 Miles Roadside Assistance: 3 Years/36,000 Miles Report content is based on current data version-referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 93.1, Data updated 10/26/2004 ©Copyright 1986-2002 Chrome Systems Corporation.All rights reserved. Customer File: November 02, 2004 2:25:42 PM Page 13 w Prepared For: Prepared By: bITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS- 11000 GVW Husker Auto Group Inc. 6833 Telluride Dr. • Lincoln, NE 68521 — • ' - Phone: (402)479-7551 Fax: (402)479-7669 - E-mail. '-" cames@husherautogroup.com <.._. Chevrolet Silverado 3500 Reg Cab 137.0" WB, 60.4" CA 4WD WT CK36003 TECHNICAL SPECIFICATIONS POWERTRAIN -BASIC SPECIFICATIONS -CK36003 Reg Cab 137.0"WB, 60.4"CA 4WD WT ENGINE Engine Order Code LQ4 Engine Type Gas V8 Displacement 6.0U364 CID SAE Net Horsepower @ RPM 300 @ 4400 SAE Net Torque(lb ft) @ RPM 360 @ 4000 TRANSMISSION Transmission order code * MT1 Transmission Type Description *4-Speed HD Automatic w/O Drive Train 4-Wheel Drive MILEAGE City EPA fuel economy estimate 0.00 Hwy EPA fuel economy estimate 0.00 City cruising range Hwy cruising range * Indicates equipment which is in addition to or replaces base model's standard equipment. • 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: 93.1, Data updated 10/26/2004 ©Copyright 1986-2002 Chrome Systems Corporation.All rights reserved. Customer File: November 02, 2004 2:25:42 PM Page 14 * Prepared For: Prepared By: ' 'CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS -11000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 — - Phone: (402)479-7551 .meµ✓.. Fax: (402)479-7669 :+ . ' E-mail: cames@husherautogroup.com Chevrolet Silverado 3500 Reg Cab 137.0" WB, 60.4" CA 4WD WT CK36003 TECHNICAL SPECIFICATIONS POWERTRAIN-ADVANCED SPECIFICATIONS -CK36003 Reg Cab 137.0"WB, 60.4"CA 4WD WT TRANSMISSION Gear Ratio (:1) First Gear Ratio(:1) *2.48 Second Gear Ratio (:1) * 1.48 Third Gear Ratio (:1) * 1.00 Fourth Gear Rato(:1) * 0.75 Reverse Ratio(:1) *2.08 Clutch size(in) Power Take-Off TRANSFER CASE Transfer case model New Venture Gear Gear Ratio (:1) Transfer case high gear ratio 1.00 Transfer case low gear ratio 2.72 Transfer case power take off N/A DIFFERENTIAL Front Rear Axle Ratio (:1) 4.10 4.10 ELECTRICAL Battery 1 2 3 Total Battery cold cranking Amps @ 0 F 600.00 600.00 Alternator Alternator Amps 105.00 COOLING SYSTEM Cooling system capacity * 16.00 ' Engine oil cooler Yes * Indicates equipment which is in addition to or replaces base model's standard equipment. 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: 93.1, Data updated 10/26/2004 ©Copyright 1986-2002 Chrome Systems Corporation. All rights reserved. Customer File: November 02, 2004 2:25:42 PM Page 15 • Prepared For: Prepared By: 'CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS- 11000 GVW Husker Auto Group Inc. 6833 Telluride Dr. -.;;r Lincoln, NE 68521 - — - _ Phone: (402)479-7551 - • Fax: (402)479-7669 Zit _�r y . E-mail: "'' cames@husherautogroup.com ,44 Chevrolet Silverado 3500 Reg Cab 137.0" WB, 60.4" CA 4WD WT CK36003 TECHNICAL SPECIFICATIONS PAYLOAD/TRAILERING SPECIFICATIONS-CK36003 Reg.Cab 137.0"WB, 60.4"CA 4WD WT WEIGHT INFORMATION Front Rear Total Gross Axle Wt Rating (Ib) 4,670.00 8,600.00 13,270.00 Curb Weight(Ib) 3,233.00 2,286.00 5,519.00 Total Option Weight(Ib) * 1.00 *94.00 * 95.00 As Spec'd Curb Weight(Ib) *3,234.00 *2,380.00 *5,614.00 Total Weight Reserve Axle Capacity(Ib) Gross Vehicle Wt Rating (Ib) 12,000.00 Gross Combined Wt Rating (Ib) 16,000.00 TRAILERING Max Trailer Wt. Max Tongue Load Dead Weight Hitch (Ib) -TBD- -TBD- Weight Distributing Hitch (lb) -TBD- -TBD- Fifth Wheel Hitch (Ib) -TBD- *-TBD- * Indicates equipment which is in addition to or replaces base model's standard equipment. • 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: 93.1, Data updated 10/26/2004 ©Copyright 1986-2002 Chrome Systems Corporation.All rights reserved. Customer File: November 02, 2004 2:25:42 PM Page 16 w Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS - 11000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 — - • Phone: (402)479-7551 Fax: (402)479-7669 E-mail: - cames@husherautogroup.com Chevrolet Silverado 3500 Reg Cab 137.0" WB, 60.4" CA 4WD WT CK36003 TECHNICAL SPECIFICATIONS CHASSIS SPECIFICATIONS -CK36003 Reg Cab 137.0"WB, 60.4"CA 4WD WT SUSPENSION Front Rear Spring Spring Type Indep Torsion Bar 3-Stage Spring Spring Capacity 4,800.00 . 8,600.00 Axle Axle Type Independent Driving Full Floating Axle Capacity 4,800.00 9,200.00 Shock Absorber Diameter(mm) 35.00 35.00 Stabilizer Bar Diameter(in) 1.25 BRAKES Brake type Pwr ABS System 4-Wheel Front Rear Disc Yes Yes Rotor Diam x Thickness (in) 12.8 x 1.5 12.8 x 1.2 Drum Drum Diam x Width (in) TIRES Front Rear Spare Tire Order Code *XEF *XEF *ZEF Tire Size *LT215/85R16E * LT215/85R16E * LT215/85R16E Capacity *2,430.00 2,150.00 *2,150.00 Revolutions/Mile @ 45mph -TBD- -TBD- *-TBD- WHEELS Front Rear Spare Wheel Size 16 x 6.5 16 x 6.5 * 16 x 6.5 Wheel Type Steel Steel *Steel 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: 93.1, Data updated 10/26/2004 ©Copyright 1986-2002 Chrome Systems Corporation.All rights reserved. Customer File: November 02, 2004 2:25:42 PM Page 17 • Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS-11000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 is - — '` Phone: (402)479-7551 Fax: (402)479-7669 �-- — - -ter E-mail: cames@husherautogroup.com Chevrolet Silverado 3500 Reg Cab 137.0" WB, 60.4" CA 4WD WT CK36003 TECHNICAL SPECIFICATIONS CHASSIS SPECIFICATIONS -CK36003 Reg Cab 137.0"WB, 60.4"CA 4WD WT STEERING Steering type Pwr Ratio (:1) On Center -TBD- At Lock -TBD- Turning Diameter Curb-to-Curb 44.90 Wall-to-Wall -TBD- FUEL TANK Main Auxiliary Capacity 32.00 18.00 Location Inboard LH Frame Rear *Indicates equipment which is in addition to or replaces base model's standard equipment. Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. ActuaLunit performance will depend on your operating conditions. GM AutoBook, Data Version: 93.1, Data updated 10/26/2004 .. ©Copyright 1986-2002 Chrome Systems Corporation.All rights reserved. Customer File: November 02, 2004 2:25:42 PM Page 18 Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS- 11000 GVW Husker Auto Group Inc. 6833 Telluride Dr. - Lincoln, NE 68521 _ — - Phone: (402)479-7551 ' Fax: (402)479-7669 ��r E-mail: cames©husherautogroup.com Chevrolet Silverado 3500 Reg Cab 137.0" WB, 60.4" CA 4WD WT CK36003 TECHNICAL SPECIFICATIONS DIMENSIONS -CK36003 Reg Cab 137.0"WB, 60.4"CA 4WD WT EXTERIOR DIMENSIONS Wheelbase(in) 137.00 Length, Overall w/o rear bumper(in) 225.00 Width, Max w/o mirrors(in) 86.00 Height, Overall(in) 76.00 Overhang Overhang, Front 37.0 Front Bumper to Back of Cab (in) 113.60 Cab to Axle (in) 60.40 Cab to End of Frame(in) 111.40 Ground to Top of Load Floor(in) -TBD- Ground to Top of Frame (in) -TBD- Frame Width, Rear(in) -TBD- Ground Clearance Ground Clearance, Front -TBD- Ground Clearance, Rear -TBD- INTERIOR DIMENSIONS Passenger Capacity 3 Seating Position Front Head Room (in) 41.10 Leg Room (in) - 41.30 Shoulder Room (in) 65.70 Hip Room (in) 61.50 * Indicates equipment which is in addition to or replaces base model's standard equipment. 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: 93.1, Data updated 10/26/2004 ©Copyright 1986-2002 Chrome Systems Corporation.All rights reserved. Customer File: November 02, 2004 2:25:42 PM Page 19 • Protected and/or Disadvantaged Business Checklist Y i , Items Listed Below must be submitted with Bid: 1. 0 Exhibit A-completed Protected and/or Disadvantaged Business Disclosure Participation Form. All PBE/DBE Subcontractors submitted on Exhibit A must be certified with the City of Omaha Human Relations Department prior to the time of the bid opening.A current list is available on the City of Omaha's web site,www.ci.omaha.ne.us/Departments/Human Relations or can be requested through the Human Relations Department at 402-444-5055. • 2. 0 Verification in writing from each PBE/DBE Subcontractor showing that the PBE/DBE Subcontractor has agreed to perform the work identified on Exhibit A,Protected and/or Disadvantaged Business Disclosure Participation Form. Telephonic verifications will not be accepted. 3. 0 If you have not met the PBE/DBE goal established for this project, evidence ofgood faith efforts must be submitted with your bid. (If you have questions regarding what constitutes good faith efforts please see the Protected and/or Disadvantaged Business Enterprise Participation contract specifications or contact the Human Relations Department). 4. 0 Exhibit B—completed Contractor Employment Data Form. • Should the bidder fail to comply with the above,its bid will be subject to rejection. • In Addition please review all the specifications and bid enclosures to be certain of a complete and compliant bid. Protected and Disadvantaged Business Enterprise Programs Who Qualifies as a Protected /Disadvantaged Business Enterprise? The term "Protected Business Enterprises"(PBE) is defined to be a business at least 51 percent of which is owned, controlled, and actively managed by protected class members(Black, Hispanic,Asian, or Pacific Islander, American Indian or Alaskan Native or Female). The term"Disadvantaged Business Enterprise"(DBE) is defined to be a small business that has been in existence for at least one year and has annual gross receipts of$150,000 or less. A DBE may include, but not limited to a business owned by a Protected class,but such business must meet two or other crnditions set forth in the City of Omaha Contract Compliance Ordinance, Section 10-191, M(1)through(5). What are the benefits of becoming certified as a PBE/DBE? Certification as a PBE or DBE provides greater exposure for work opportunities on City of Omaha projects.The names of all certified PBE/DBE'S appear in the PBE/DBE directory,which is disseminated to local government agencies,contractors and to the public.City of Omaha contractors will use the PBE/DBE directory as a basic resource for soliciting Minority/Women/Small Business participation on City of Omaha Projects. The City of Omaha shall make every good-faith effort to award City contracts and City-assisted construction contracts to Disadvantaged Business Enterprises in amounts no less than 10%of the dollar volume of the applicable contracts awarded by the city. Other benefits include the authority,(but not a requirement), of the City Council to award a contract to a DBE. that is not the lowest bidder. A contract or subcontract can be awarded to a DBE if determined by the City to be an acceptable cost higher than a competing lower bid except for specially assessed Projects. A DBE company may be awarded the contract over the lowest bidder as long as the cost differential does not exceed 3%. If your business is not certified with the City of Omaha and you are interested in becoming certified as a Protected and/or Disadvantaged Business Enterprise please contact the Human Relations Department at 402. 444-5055.The PBE/DBE applications,Contract Compliance Report Form CC-1 and a current PBE/DBE City of Omaha certified directory are located on the City of Omaha website,www.ci.omaha.ne.us. Click on departments. Click on Human Relations. r • r _ . . Contract Compliance Ordinance No. 35344, Section 10-192 Equal Employment Opportunity Clause During the performance of this contract, the contractor agrees as follows: 1) The contractor shall not discriminate against any employee applicant for employment because of race, religion, color, sex, national origin, or disability as defined by the Americans With Disabilities Act of 1990 and Omaha Municipal Code 13-S9. The contractor shall take affirmative action to ensure that applicants arc employed and that employees arc treated during employment without regard to their race, religion, color, sex or national origin. The contractor shall take all actions necessary to comply with the Americans With Disabilities Act of 1990 and Omaha Municipal Code (Chapter 13) including, but not limited to, reasonable accommodation. As used herein, the word "treated" shall mean and include, without limitation, the following: Recruited, whether advertising or by other means; compensated; selected for training, including apprenticeship; promoted; upgraded; demoted; downgraded; transferred; laid off; and terminated. The contractor agrees to and shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officers setting forth the provisions of this nondiscrimination clause. 2) The contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, religion, color,sex or national origin. 3) The contractor shall send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding a notice advising the labor union or worker's representative of the contractor's commitments under the equal employment opportunity clause of the city and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4) The contractor shall furnish to the contract compliance officer all federal forms containing the information and reports required by the federal government for federal contracts under federal rules and regulations, and including the information required by section 10-192 to 10-194,inclusive,and shall permit reasonable access to his records. Records accessible to the contract compliance officer shall be those which are related to paragraphs (1) through(7) of this subsection and only after reasonable notice is _given the contractor. The purpose of this provision is to provide for investigation to ascertain compliance with the program provided for herein. 5) The contractor shall take such actions with respect to any subcontractor as the city may direct as a means of enforcing the provisions of paragraphs (1) through (7) herein, including penalties and sanctions for noncompliance;however, in the event the contractor becomes involved in or is threatened with litigation as the result of such directions by the city, the city will enter into such litigation as is necessary to protect the interests of the city and to effectuate these provisions (of this division); and in the case of contracts receiving federal assistance, the contractor or the city may request the United States to enter into such litigation to protect the interests of the United States. 6) The contractor shall file and shall cause his subcontractors, if any to file compliance reports with the contractor in the same form and to the same extent as required by the federal government for federal contracts under federal rules and regulations. Such compliance reports shall be filed with the contract compliance officer. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies,programs and 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. ti,w •. UTILIZATION OF PROTECTED AND/OR DISADVANTAGED BUSINESS ENTERPRISES A.. Protected and/or Disadvantaged Business Enterprise(PBE/DBE) Participation Contract Specifications Pursuant to City of Omaha Contract Compliance Ordinance. 1. It is the policy of the City of Omaha that Protected and/or Disadvantaged Business Enterprises shall have the maximum practicable opportunity to participate in the City of Omaha projects. Consequently,the PBE/DBE requirements of Contract Compliance Ordinance apply to this solicitation. In this regard,the Contractor to whom any award of this solicitation is made shall take all necessary and reasonable steps in accordance with this solicitation to ensure that Protected and/or Disadvantaged Business Enterprises have the maximum opportunity to participate in the Contract. The Contractor shall not discriminate on the basis of race,color,national origin,sex, religion,age or disability in the award or performance of any contract or subcontract resulting from or relating to this solicitation. Failure to carry out the pre-award requirements of these PBE/DBE specifications will be sufficient ground to reject the Bid. Failure of the Contractor to carry out the requirements of the PBE/DBE specifications shall constitute a material breach of the contract and may result in termination of the contract. The Contractor shall use its best efforts to carry out the PBE/DBE policy consistent with efficient performance on the project. 2. Bidders are hereby informed that the city of Omaha has established goals for the participation of Protected and/or Disadvantaged Business Enterprises in all contracts that it awards. Subcontracts awarded,by the Bidder that is successful in solicitation,to firms owned by Protected and/or Disadvantaged Business Enterprises is essential to the achievement of the City of Omaha's PBE/DBE goals. Therefore,to be considered for award,Bidders must comply with the requirements of these PBE/DBE specifications. By submitting his/her bid,each Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set forth in the PBE/DBE specifications for participation by Protected and/or Disadvantaged Business Enterprises in the performance of any contract resulting from this solicitation or,as an alternative,that the contractor has made or will make good faith efforts toward meeting the PBE/DBE goals, and will demonstrate to the City of Omaha's satisfaction that the contractor has made such efforts. Bidders must submit with their bids,on the form set forth in the PBE/DBE specifications, the names,respective scope of work, and the dollar values of each PBE/DBE subcontractor that the Bidder proposes for participation in contract work. In any case, Exhibits"A"and"B"must be submitted with the bid. If the information so submitted indicates that the City of Omaha goals will not be met,the Bidder shall submit good faith efforts documentation with their bid. The evidence must show to the City of Omaha's satisfaction that the bidder has in good faith made every reasonable effort, in the City of Omaha's judgment,to meet such goals. If any bidder fails to submit,with the bid,the required information concerning PBE/DBE participation,or if,having failed to meet the City of Omaha's goals or fails to demonstrate to the City of Omaha's satisfaction the bidder's good faith efforts to do so, the Cityof Omaha may, in its discretion,reject the bid. y, � 3. Protected and/or Disadvantaged Business Enterprise Goals. Bidders are hereby informed that pursuant to Sec. 10-200 and Executive Order No. F-11-02 the City of Omaha has a PBE Participation goal of no less than 13% and a DBE participation goal of no less than 10%of the dollar volume of all the contracts that it awards. All bidders shall make every good faith effort to meet said goals. 4.The City of Omaha shall set specific goals for all contracts over S200,000 to assist it in meeting its overall PBE/DBE goals set forth above. The City of Omaha has established a PBE/DBE goal of %of the dollar amount of the bid(Bid Total)for this contract(if said contract is anticipated to be over S200,000). Bidders shall make every good faith effort to meet said goal. 5.Bidders are informed that price alone does not constitute an acceptable basis for rejecting PBE/DBE bids unless the Bidder can demonstrate that no reasonable price can be obtained from a PBE/DBE. A Bidder's failure to meet the 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: a. Attendance at the pre-bid conference,if any; b. Follow-up of initial solicitations of interest by contacting PBE/DBEs to determine with certainty whether the PBE/DBEs are interested; c. Efforts made to select portions of the work(including where appropriate,breaking down contracts into economically feasible units)proposed to be performed by PBE/DBEs in order to increase the likelihood of achieving the PBE/DBE goals; d. Efforts to negotiate with PBE/DBEs for specific sub-bids,including at a minimum: (1) The names, addresses,type of work to be subcontracted,and telephone numbers of PBE/DBEs that were contacted; (2) A description of the information provided to PBE/DBEs regarding the plans and specifications for portions of the work to be performed;and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached. e. Advertisement in general circulation media, trade association publications, and protected-focus media for a reasonable period before bids are due; Notification. in writing,to a reasonable number of specific PBE/DBEs that their interest in contract work is solicited, in sufficient time to allow the PBE/DBEs to participate effectively; ..e•• • • t:f Concerning each PBE/DBE the Bidder contacted but rejected as unqualified,the reasons.for the Bidder's conclusion; h. Efforts made to assist the PBE/DBEs contacted that needed assistance in obtaining bonding lines of credit.of insurance ; , required by the Bidder of the City of Omaha; i. Designation,in writing,of a liaison officer who administers the Bidder's Protected and/or Disadvantaged Business utilization program; j. Expansion of search for PBE/DBEs to a wider geographic area than the area in which the Bidder generally seeks subcontractors if use of the customary solicitation area does not result in meeting the goals by the Bidder:and. k. Utilization of services of available protected community organizations,protected contractor's group, local,state, and federal minority business assistance offices,and other organizations that provide assistance in the recruitment and placement of PBE/DBEs. . 6. The Bidder must comply with the following: a. Prior to award of this Contract all Bidders shall submit Exhibit"A,"Protected and/or Disadvantaged Business Disclosure Participation Form. Exhibit"A" must be submitted with the bid. Bidder must also submit a copy of the written bid submitted by the PBE/DBE subcontractor to the Bidder or other verification in writing from the PBE/DBE subcontractor that Said subcontractor has agreed to perform the subcontracting work identified in the bid submitted by the Bidder. b. If Bidder fails to meet the goals set forth above, Good Faith Efforts Documentation must be submitted with bid. c. Also,prior to award ofthis contract all Bidders must submit Exhibit"B"Contractor employment data form with the bid. d. The Bidder and any of its subcontractors that have been designated by the Bidder as PBE and/or DBE must have been approved as such by the Human Relations Department prior to bid opening on the project. e. After bid opening and during contract performance. Bidders and the Contractor,as the case may be,are required to make every reasonable effort to replace a PBE/DBE subcontractor that is determined to be unable to perform successfully or is not performing satisfactorily,with another PBE and/or DBE,prior to substituting such PBE/DBE,the Contractor shall seek approval from the Human Relations Department. The City of Omaha's Relations Department Director or a designee,shall approve all prior substitutions in writing in order to ensure that the substituted firms are bona fide PBE/DBEs. f. In the event of the Contractor's non-compliance with the Protected and/or Disadvantaged Business Enterprise requirements of this Contract. the City of Omaha shall impose such contract sanctions as it may determine to be appropriate, including, but not limited to: (1) Rejection of the Bid (2) Withholding of payments to the Contractor until the Contractor complies;and/or (3) Cancellation,termination or suspension of the Contract,in whole or in part;or (4) Any other penalty set forth in the City of Omaha's Contract Compliance Ordinance. 7. For the information of Bidders,Contract Compliance Ordinance outlines the City of Omaha's rules,guidelines and criteria for(a) making determinations as to the legitimacy of PBE/DBEs,(b)ensuring that contracts are awarded to Bidders that meet PBE/DBE goals. 8. The Bidder/Contractor shall cooperate with the Human Relations Department in any reviews of the Bidder/Contractor's procedures and practices with respect to the Protected and/or Disadvantage Business Enterprise which the Human Relations, Department may from time to time conduct. B.PBE/DBE Reporting and Record Keeping Requirements. 1. The Contractor shall submit periodic reports of contracting with Protected and/or Disadvantaged Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be subm itted within 10 calendar days following the end of each calendar quarter, from the start of the project). 2. The Contractors and subcontractors shall permit access to their books,records,and accounts by the Human Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors. In submitting its bidr'the Bidder is certifying that it has contacted City of Omaha Human Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the hid being rejected by the City of Omaha. • I f EXHIBIT "A" PROTECTED AND/OR DISADVANTAGED BUSINESS DISCLOSURE PARTICIPATION FORM THIS FORM MUST BE SUBMITTED WITH THE BID In the performance of this contract, the contractor proposes and agrees to make good faith efforts to contract with eligible City of Omaha certified PBE and/or DBEs. Should the below listed PBE and/or DBE subcontractor be determined to be unable to perform successfully or is not performing satisfactorily, the Contractor shall obtain prior approval from the Human Relations Department Director or a designee, for substitution of the below listed subcontractor with a City of Omaha certified PBE and/or DBE. In submitting this form, the Bidder is certifying that it has contacted City of Omaha Human Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the program the opportunity to submit bids on this project. Type of work and Projected contract item or commencement Name of PBE parts thereof to be and completion 'Agreed price with and/or DBE Address performed date of work PBEIDBEs Percentage (%) crr�PN.q.,1-t‘C/1"i I S I a r--P L , d) lr . • Totals 'Dollar value of each PBE/DBE agreement must be listed in the"Agreed Price"column;total in this column must equal the PBE/DBE goals. CERTIFICATION The Undersigned/Contractor certifies to the City of Omaha that the utilization goals will be met either by goal achievement or good faith effort as documented. The Undersigned/Contractor certifies that he/she has read,understands,and agrees to be bound by PBE/DBE Participation Contract Specifications, including the accompanying Exhibits, .regarding PBE/DBE, and the other terms and conditions of the Invitation for Bids. The undersigned further certifies that he/she is legally authorized by the Bidder to make the statements and representations in the PBE/DBE Participation Contract Specifications and that said statements and representations are true and correct to the best of his/her knowledge and belief. The undersigned will enter into formal agreement(s)with Protected and/or Disadvantaged business enterprise(s)(which arc otherwise deemed by the City of Omaha to be technically responsible to perform the work) listed in the PBE/DBE Specifications at the price(s) set forth in Exhibit A conditioned upon execution of a contract by the undersigned with the City of Omaha. The Undersigned/Contractor agrees that if any of the PBE/DBE Specification representations arc made by the bidder knowing them to be false,or if there is a failure by the successful bidder(i.e.the Contractor) to implement the stated agreements, intentions.objectives, goals, and comments set forth herein without prior approval of the Director of the Human Relations Department,such action shall constitute a material breach of the contract,entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to,and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under of Omaha's Contract Compliance Ordinance or otherwise. Additionally, the Undersigned/Co ctor w' • •ject to the terms of any future Contract Awards. „e Signatur: Titi: // L s>1/ 8./1 1 Date of Signing / ! ` 2 O 1' Firm or Corporate Name /it eiS k er /'TL.-7`I=J /4/ (-L ���� l_� Address eciz.73 7U�Y t' Telephone Number %t5 — '4 79' 7s / EXHIBIT "B" CONTRACTOR EMPLOYMENT DATA r BIDDERS ARE REQUIRED TO SUBMIT THE FOLLOWING WORK FORCE DATA WITH EACH BID (Protected Class is defined as Black, Hispanic,Asian and Pacific Islander,American Indian or Alaskan Native, Female.) Total Employees Protected Class Males Protected Class Females American American Total Total Asian or Indian or Asian or Indian or Work Protected Pacific Alaskan Pacific Alaskan Date Force Class Black Hispanic Islander Native Black Hispanic Islander Native White -T-1A.k.31"m C4.71-c CLI ° ' 4I-r *Refer any questions regard) o the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Relations Department Any Questions regarding the Contract Compliance Ordinance should be directed to the Human Relations Department at(402)444-5055. (PLEASE PRINT LEGIBLY OR TYPE) Firm's Name: /7sk 4-usin c Il-0 a '0 4/ I, ate of Signi Signature: Att _ r CS4101,1„, (Print Name) (Title) /7Sature) 6 • K /• ,Y I • EXHIBIT "C" QUARTERLY REPORT ON PROTECTED AND/OR DISADVANTAGED BUSINESS ENTERPRISES (This form must be submitted within 10 calendar days of the end of each calendar quarter, from the start of the project) Company Name: /f)4"-- Project Number. Project Name: Total Contract Amount • Calendar Quarter Covered by this Report 15 3rd 4th Year 200 I. Protected and/or Disadvantaged Contractors Instructions: List all Protected and/or Disadvantaged Subcontractors which have performed work since Notice to Proceed (NTP), are currently performing work, and are contemplated to perform work during the duration of the City of Omaha Contracts. Name and total dollars committed and paid. • Name of Protected and/or Disadvantaged Dollars Paid During Dollars Paid Since Business Enterprise Work Assignment Dollars Committed Quarter (NTP) to Date o-• 7 r-2`A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on November 3, 2004 for the purchase of an 11,000 GVW truck chassis and cab to be utilized by the Traffic Division; and, WHEREAS, Husker Auto Group submitted a bid of$22,917.00, being the lowest and best bid received, within the bid specifications, for the purchase of an 11,000 GVW truck chassis and cab. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, the bid of $22,917.00, from Husker Auto Group for the purchase of an 11,000 GVW truck chassis and cab to be utilized by Traffic Division, being the lowest and best bid received within the bid specifications, be accepted and the Purchase Order be issued. BE IT FURTHER RESOLVED: THAT, the Purchasing Agent be authorized to issue a Purchase Order to Husker Auto Group for the purchase of an 11,000 GVW truck chassis and cab. BE IT ALSO FURTHER RESOLVED: THAT, the Finance Department is authorized to pay the cost for the purchase of an 11,000 GVW truck chassis and cab from the Traffic Engineering Equipment Organization 116191, Street and Highway Allocation Fund 12131, year 2004 expenditure. APPROVED AS TO FORM: P:\PW2\15277maf.doc 7°° ' CITY ATTORNEY DATE 1 , pL4 By ifouncilmember ` DEC 7 2004 e- Adopted • ..r City Clerk Approved.)/1•44t / q - _ _ Mayor 1— m d — q cn W it = & 3 z n _ q N 0 o 0 K r ; : E \ W ` 0 c z 0 R / §' z. D C . ° „ ^ 0 / \ 5 m o' \ 2 9 m S 0 § 1j. iI o\ 0 rxi 2 Crci ? U0 � J 0 f o 0 , § J 7 - \ 0 R § 9 — m § » § \ 7 § \ \ K 9 0. 2. ° R 44 cm N �_ ` \ k P - \ R \• \ \ 3 �� . « / - v) . • Jm -