Loading...
RES 2004-1561 - PO to Husker Auto for truck chassis and cabs . 2 40tAXHFA, h,6 ' n, Public Works Department Wit;a jl ,,r11 Omaha/Douglas Civic Center c+®�,;,..l i►6.k 'F—� 1819 Farnam Street,Suite 601 olt _3y _�:. ro December 7, 2004 Omaha,Nebraska 68183-0601 o (402)444-5220 ./.0 FEB03. Telefax(402)444-5248 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 a two 15,000 GVW truck chassis and cabs to be utilized by the Street Maintenance Division. The following bids were received on November 3, 2004. Contractor Total Bid HUSKER AUTO GROUP $51,394.00 (SOLE BID) 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 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 for the purchase of the purchase of two form trucks to be paid from the Street Maintenance Equipment Organization 116157, 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 $51,394.00, being the lowest and best bid received, within the bid specifications, and requests your consideration and approval of this Resolution. Respectfully submitted, Referr to City Council for Consideration: ' ' -z- // 30-6'K orm Jackman, P.E. Date Mayor's Office/Title Date Acting Director Approved as to Funding: Approved: Carol A. Ebdon Date - Gail Kinsey Thomp n / �d�(,,J ate Finance Director0 Human Relations Director % P:\PW2\15272maf.doc 3 I- W . Z — Z D CC 0_ F— W . — U Z - f— W Z ---, a o�G- f— U ��_, Z -------Th,-- '\ .,.;:;- .3-.\_.._ _, I- _ D CC -._ .1\A— : F- W Z U _/�` 0 0 0 0 0 0 0 w m m m m m m m m w w 0 0 CO 0 o w o) c) 0 C Cl) •.. ZO = °' �� N L ._co> C < C \v 1 coU w (0 ,5 7,5 To �� E c ` E CD a V oc Q a U -0 m a Y m E 44-• C m ID CO ai n c c N O N Q r 0 (0 .,= 0 c O .N Q U gas N N N >, co ) n m • To c 'C CO (n N U J m E D V = O O o o a (13 as r �' ID a)a E n 0 N a' Z W c)- U 0 I— N E i c O Q o ` N 0_ (0 U V) a) co -.., .�.. 2 N 6 I- n 0 a J n r' -o w m .c a E oo c m m o E r e ca _ a) Q cu > n `Gco v) T- a 0 a I- 0 w .� • '� %.r r T 'Jr vrrwnr r.iv'. r ;1• t REQUEST FOR BID AND BID SHEET v .•T ON: TRUCKS:CAB/CHASSIS,11,000 GVW,15,000 GVW F OM: P.M.Burke Published October 20,2004 ,I' • City Purchasing Agent NOT ••N ORDER Page 1 1003 Omaha-Douglas Civic Center 1819 Famam Street ABID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT Omaha,Nebraska 68183-001 OF 5% IF THE TOTAL AMOUNT FOR THE ITEM • . ...jfQ 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,I. -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[ J. 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(PBE/DBE)listing from the City of Omaha website at www.ci.omaha.ne.us. Click on'DEPARTMENTS';Click on'HUMAN RELATIONS';Click on'PBEIDBE 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(402)444-5400 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms % O I S 5 `4-us k 'r 1 -(.(,A-0 t�-r-D Inco ted in E � Firm //�� ,/'� Delivery(or completion) Name 1..�F (t f" - e .S Signature Li-s I ,0 calendar days Wowing award The as V114 Phone a -4/7 ax —7667 Address 65°33 /GLct.rid r Q r C�.hi aotkt i �E- 6 3 S Street/P.O.Box City State Zip Email Address conit-r e5 �AL.-s /'er. ? + eOft• . . . ., e•). CITY OF OMAHA . REQUEST FOR BIDS ON: TRUCKS: CAB/CHASSIS, 11,000 GVW, 15,000 GVW • NOT AN ORDER Page 2 QUANTITY - DESCRIPTION UNIT PRICE EXTENSION Estimated 1 each Truck Chassis w/standard cab, dual rear wheels (11,000 GVW)per specifications (8 pages)dated November 2003, raffi MAKE& MODEL OFFERED[ dh�PLtO 1 • 3‘0o3 BID $ � I) I97• OPTIONAL: To have passenger side air bag BID $ • One(1)complete parts book BID $_ PP One(1)service/maintenance manuals on all components of unit BID $ 35-0• One(1)engine emissions diagnostic testing manuals ors re N14.- BID $ 3.50• One(1)software instead of manuals BID $ /(J(4 TOTAL BID $ oCJ q 17, 1 each Truck chassis with regular cab, dual rear wheels`(15,0 00 GVW) per specifications (8 pages) datedrrMarch 20_04,`Street.- - MAKE&MODEL OFFEREDC 1'1t)1 toI C£ oo _ /_ Z\) LiCOGI- Lqk BID $ 5 b�7. ,� OPTIONAL: -- (', -] Diesel engine option price • BID $ 6 `7 9 / . • TOTAL BID $3�J 6 1 4 GRAND TOTAL BID $ 55 •b j L+ (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 tt o By S Title d_S PH-8C (91) CONTINUATION SHEET . •. CITY OF OMAHA REQUEST FOR BIDS 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 ` S ke - A- �i^c) BY (1hu ies --�- Title ��V /- PH-8C (91) CONTINUATION SHEET •. March 2004 SPECIFICATIONS FOR TRUCK CHASSIS WITH REGULAR CAB DUAL REAR WHEELS 15,000 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 explain on comment line). Yes No Other 1. GVW RATING PLATE {�- A.Not less than 15,000 pounds, State GVWR / ( , COO ✓ B. Pay load shall be a minimum of 8,500 lbs. Other.or Comment Yes No Other 2. CAB ✓ A. Fully enclosed safety type regular cab with front seat and key ►� locks on front doors. 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. 1/ G. Insulated headliner. H. Dual sun visor. ✓ I. Seat belts to be State of Nebraska approved with spring loaded retractors for three people in front. (✓ J. Rear window to be sliding type. ✓ K. To have fresh air hot water heater with dual defrosters. ✓ L. To have drivers/passenger side air bag. Other or Comment s...e.,cd- ea-et- is Loy) 7:7 p p, 1 _ t 15,000 GVW Truck Chassis&Cab Dual Rear Wheels,Street Page2of8 Yes No Other 3. COLOR A. Cab,body and fenders will be standard white. V 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. To be telescoping trailer tow mirrors. Other or Comment �j i � 1 1 r"ro r'S UM �'h,G�►Md, t0 ,� Cu y cde La� �7Yes No114 ot.41 herX7r5. LLx Se FRAME A. Cab to axle, shall be 84 inches. B. Wheel base to be 160"to 164". V t( k? Other or Comment [> ce-a-t Yes No Other 6. FENDERS AND BUMPERS A. Manufacturer's standard front fenders. B. Manufacturer's front bumper. Other or Comment Yes No Other 7. FUEL TANK(S) A. Minimum 40 gallons. �✓ B. Must have a minimum of 10 gallons of fuel when delivered. Other or Comment Yes No Other 8. LIGHTS A. Halogen headlights with high/low beam: parking, dome, tail,back-up and stop lights. 2 15,000 GVW Truck Chassis&Cab Dual Rear Wheels, Street Page 3 of 8 Yes No Other �✓ C. To have electric back up alarm D. One(1) Target Tech 851 Amber strobe light with 210846 base, mounted in the center of roof. To 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 and a NAPA AR272 relay. The strobe light is only to be activated when the ignition key is in the on position. No type of solenoid shall be used in the system. All strobe light wires are to be protected by plastic loom covering. Other or Comment Yes No Other 9. CONTROLS AND INSTRUMENTS �✓ A. Key locking ignition switch. ✓ B. Head,parking and dome light switches. Headlight beam control. 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. Three(3) sets of keys required per vehicle. G. To have standard horn. ✓ H. To have dual power outlets. ✓ I. To have standard AM-FM radio. Other or Comment Yes No Other 10. WINDSHIELD WIPERS A. Dual, intermittent, 2-speed electric,windshield wipers with dual windshield washer; all factory installed. Other or Comment Yes No Other 11. STEERING A. Manufacturer's recommended power steering. Other or Comment 3 15,000 GVW Truck Chassis&Cab Dual Rear Wheels, Street Page4of8 Yes No Other 12. ENGINE ✓ A. 6.8 liter gas engine with a minimum of 310 horsepower and 425 lbs. of torque. B. Engine oil cooler and viscous fan required. C. To have cold weather starting aid D. To have 110 volt block heater. Other or Comment Yes No Other 13. AIR CLEANER ✓ A. Replaceable paper type element. Other or Comment Y_ No Other 14. BATTERY ►� A. One(1)twelve-volt battery must deliver a total of at least 750 cold cranking amps. Other or Comment Ye/ 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. Other or Comment Yes N o Other 17. TRANSMISSION A. Automatic; four speed. B. Auxiliary transmission oil cooler. C. Automatic: 5 speed OPTION PRICE$ Other or Comment 4 t r 0 l.Cti 5p fie. . 4 15,000 GVW Truck Chassis&Cab Dual Rear Wheels, Street Page5of8 Yes No Other 18. COOLING A. Manufacturer's heaviest duty, cooling capacity system must I / be furnished. V B. Coolant recovery system required. 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 Yeses No Other 19. SHOCK ABSORBERS 1/ A. Double acting front and rear,heaviest duty of manufacturer is required. Other or Comment Yes No Oth 20. AXLES AND SPRINGS A. Manufacturer's independent front suspension and single speed, rear axle required. B. Spring sizes required to meet minimum GVWR for 15,000 GVW. C. Front stabilizer bar is required. D. Must show axle and spring GVW on door sticker. E. Rear axle to be 11,000 pound minimum with gear ratio of 5:38 to 1,with "Limited Slip". F. Must have leaf type auxiliary rear spring. Auxiliary springs are not to be considered part of progressive type main springs. G. Front axle to be 6000 lbs. �- t F See Cct S ' O er or ommen /�1.P�e', S d (Th fr% fit-b i 51I3 f'o I Yes No Other 21. FRAME 6C A. To be Heavy Duty for 15,000 GVW. Other or Comment • 15,000 GVW Truck Chassis&Cab Dual Rear Wheels, Street Page6of8 Yes No Other 22. BRAKES A. Power service brakes; all wheel disc brakes with minimum standard for 15,000 Cab &Chassis. B. All brakes to be ABS. C. Parking brake on rear wheels or drive line. Other or Comment Yes No Other 23. WHEELS A. Seven, minimum 19.5 inch x 6 inch. J 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 24. TIRES A. Seven(7) steel belted radial, tubeless, all season, minimum LT225/70R X 19.5 F all reason, front, rear and spare. 17- B. Tires to comply with manufacturer's GVWR, and be manufacturer's standard equipment. l/ C. Tires to be manufacturer's standard equipment by Goodyear, BF Goodrich,Bridgestone, Firestone, Michelin or General and must carry said company name. Other or Comment Yes -No Other 25. TOOLS A. Manufacturer's standard equipment jack to comply with GVWR; wheel lug wrench. Other or Comment Yes No Other 26. HITCH PACKAGE A. Units shall have installed trailer-towing package. ✓ B. Hitch package to include: 1. Wire Harness 2. Super or external cooling. 3. Auxiliary auto trans cooler. 4. 130 AMP alternator. 5. Heavy-duty batteries. 6. 5:38 rear axle. .Other of Comment d , G, I weA_ oiLic to ` // 6 5?/3 746 f 6 ! 15,000 GVW Truck Chassis&Cab Dual Rear Wheels, Street Page7of8 Yes No Other 27. 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 Ye, - No Other 28. MANUALS A. Operators manuals must be furnished and accompany each unit delivered. ✓ B. The following books and manuals will be required. 1jA- One(1) - Complete parts books. ._-----One(1)- Service/maintenance manuals on all components of unit. —One(1) -Engine Emissions Diagnostic Testing manuals or software. AM-One(1)-P.C. and Software instead of Manuals. C. All manuals must be furnished prior to payment. 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 Yes No Other 29. DIESEL ENGINE OPTION PRICE$ / Fj,7 A. Minimum 6.0 liter diesel engine to have a minimum of 300 horsepower and 560 lbs. of torque. ]� B. To be turbo charged with intercooler. L C. Engine oil cooler and viscous fan required. 4/ D. Engine will have 110 volt AC engine block coolant heater, with male receptacle with cover that is sturdily mounted. ✓ E. To operate on diesel fuel. ✓ F. To have cold weather starting aid G. To include any suspension changes that are required. Other or Comment 7 M 15,000 GVW Truck Chassis &Cab Dual Rear Wheels,Street Page8of8 Yes No Other 30. WARRANTY 1/ A. Regular manufacturer's standard warranty, manufacturer's statement of origin, and completed pre-delivery inspection certificates required with each unit delivered. 1� 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. 1* 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 72nd &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 31. DELIVERY 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 2004 15,000 Truck Chassis&Cab,Regular Cab,Dual Rear Wheels,Street • .. . l ) 11 EXCEPTIONS TO SPECIFICATIONS Check One ..-.. 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 se arate attached sheet if more room is needed.) Cat, 11:40 . j -G� t 's Ccio 1 p a cw ) ra-P C- - ' ,PK,L-Ov-o r- — 6 tack vn.o os c� e 6 a ‘to ' 1.0 Ltd 6 4 X 7 f C S . r rt e . Q (,J k ee_t f 5Q 421, (1-i•dv sfree-d_ /04 0�0 , A yles S s �p r'a-� w / r6-7 /3 -to l t-4, Pk �C -e ems G�'1�.�-� tA) c t ( 5'33 fo 7 Failure to list exceptions may be cause for equipment to /beerrejected at time of delivery ji-ca f� Name (print) ev`/ L—t-Ch-c C6-ek. 41,C),5 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. n a • Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS-15000 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 CC4500 CC4C042 Regular Cab 2WD I{ Photo may not represent exact vehicle or selected equipment. Y.. • •t Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS-15000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 Phone: (402)479-7551. Fax: (402)479-7669 ' �. t. E-mail: ■ cames@husherautogroup.com Chevrolet CC45OO VEHICLE DETAILS STANDARD EQUIPMENT-CC4C042 Regular Cab 2WD EXTERIOR • Bumper, front, steel, 96" (243.8 cm)wide-styled to minimized wall to wall turn diameter painted argent • Windows, Solar-Ray tinted-all windows • Exterior roof drip moldings • Provisions for mounting front license plate • Integral grille and fenders-The grille is the same color as hood with single halogen headlamps. • Windshield wipers, intermittent, with pulse washers • Steps under cab doors • Mirror, manual, 102" (259 cm)wide load, integral arm, integral convex mirror-black molded composite 12"x 7" (30.5 cm x 17.8 cm)with 6"x 7" (15.2 cm x 17.8 cm)convex section • Paint scheme, solid, upper color, Summit White • Paint scheme, solid, lower color, Summit White 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 4:31:05 PM Page 2 • Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS- 15000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 Phone: (402)479-7551 Fax: (402)479-7669 :` Ii. E-mail: cames@husherautogroup.com Chevrolet CC4500 VEHICLE DETAILS STANDARD EQUIPMENT-CC4C042 Regular Cab 2WD INTERIOR • Molded vinyl floor covering • Vinyl door trim panels-with storage pocket on front doors, beverage holders, and reflector on all doors • Headlamp warning buzzer • Steering wheel, simulated leather • Sunshades, passenger side and driver side, vinyl-covered • Warning tone, key-in-ignition • Seat belt warning indicator • Trim console- located next to driver's seat, and two cupholder • Coat hooks (2) located on cab back panel • Cloth headliner • Tachometer with automatic and manual transmissions • Electronic engine hour meter • Steering, power-ZF variable ratio power • Gauges, low oil pressure and coolant level, high coolant and engine oil temperature • Engine"Check Gauges"telltale light and buzzer, oil pressure gauge • Powerpoints-one in-cab power source(in addition to optional cigarette lighter)for electrical plug-in accessories • Underhood bodybuilder connections accessory power supply-Provides 12V power supply from the battery with two separate 30 amp fused circuits • Air conditioning not desired-this option should be ordered only when a customer does not require air conditioning • Seat, driver, high-back bucket, Fixed height, manual adjuster-storage in the seat riser with a small lip at the front to stop contents from sliding out • Seat, passenger, high-back bucket, Fixed height, manual back angle adjuster-storage in the seat riser with a small lip at the front to stop contents from sliding out • Radio, Delco AM-FM stereo radio-with coaxial speakers in all door panels • Interior trim,Very Dark Pewter(Requires 69V Very Dark Pewter Vinyl or 69C Very Dark Pewter Cloth) • Seat trim, vinyl,Very Dark Pewter 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 4:31:05 PM Page 3 J , Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS- 15000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 Phone: (402)479-7551 Fax: (402)479-7669 4;, E-mail: cames@husherautogroup.com Chevrolet CC4500 VEHICLE DETAILS STANDARD EQUIPMENT-CC4C042 Regular Cab 2WD MECHANICAL • GVWR, 16,000 lbs. (7257 kg) capacity-GCWR limited to 24,000 lb. (10,866 kg) (Requires FR5 6250 lbs. (2835 kg) front axle) • Engine,Vortec 8100MD gasoline V8, 225 hp (167 kw) @ 3600 rpm and 350 lb-ft torque (473 N-m) @ 1,200 rpm. - Maximum engine speed 5000 rpm • Air cleaner, dry type • Cooling, anti-freeze protection temperature--40 degrees F (-40 degrees C) • Road speed governor, controlled by the speed rating of the tires ordered. -which will be less than or equal to 85 mph (137 kph); 80 mph (129 kph)with EC9 128"wheelbase/60"CA, ML6 manual transmission and 008 4.88 rear axle ratio; 75 mph (120 kph)with EC9 128"wheelbase/60"CA, M74 automatic transmission and GL8 13,500 lb • Alternator,AD230 Delco Remy 105-amp maximum (N/A with YW2 wrecker package) • Battery, single 600CCA Delphi Freedom 12V- 115-minute reserve capacity @ 27 degrees C, 600 CCA @-18 degrees C grounded directly to starter, (Requires LQR gasoline engine) (N/A with ANQ snow plow prep or YW2 wrecker packages) • Exaust, single horizontal -passenger side mounted inside frame rail, stainless-steel with gasoline engines, aluminized steel with diesel engines • Option PTO not required-This option should only be ordered when a customer specifically does not require an electric hand throttle for use with power-take-off provisions. (Note: may delete transmission PTO gear.) • Transmission,Allison 1000 Series automatic-with 0.71 overdrive. Torque Rating: 520 lb-ft(705 N-m). Column shift and Parking pawl. Base model does not include power take-off gear. To include PTO gear please order with RPO "PTO". Includes transmission-oil cooler located inside radiator and an air-to-oil auxiliary cooler. PTO mounting location on the driver's side. With Option PTX, the truck will be equipped with the Allison 1000HS Highway Series transmission.When ordered with option PTO, the truck will be equipped with the Allison 1000RDS Rugged Duty Series transmission. When ordered with option YF2 Ambulance Package or with ANM Fire and Rescue Package, the truck will be equipped with the Allison 1000EVS Emergency Vehicle Service transmission. • Front axle, 6250 lbs. (2835 kg) capacity- I-beam Wide-trac. Up to 54 degree turn angle, (Includes 2-piston brake apply calipers) (Includes C7P 16,000 lbs. (7257 kg) GVWR) • Front suspension, tapered leaf, 7000 lbs. (3175 kg)capacity(includes stabilizer) • Front shock absorber, diameter 1.375" (35mm) • Front stabilizer bar, 2"x 2"square tube (5 cm x 5 cm) • Front wheels, 19.5"x 6.0"(49.5 cm x 15.2 cm), steel disc-8-hole. 7280 lbs. (3302 kg) capacity 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 4:31:06 PM Page 4 ti Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS- 15000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 Phone: (402)479-7551 Fax: (402)479-7669 '- si E-mail: 15I cames@husherautogroup.com Chevrolet CC4500 VEHICLE DETAILS STANDARD EQUIPMENT-CC4C042 Regular Cab 2WD • Front tire size, 225/70R19.5F-7280 lbs. (3802 kg) capacity, (With R4A Goodyear or R4L Michelin, requires R3C front premium highway tread; with R4N Bridgestone requires R3M front all season tread) • Front tire manufacturer code, Goodyear(Requires S4A Goodyear) • Front tread, premium, highway(Requires R4A Goodyear or R4L Michelin) • Rear axle, single speed, 11,000 lbs. (4990 kg)capacity-full floating, Includes 2-piston brake applied calipers • Rear wheel drive • Rear axle ratio, 4.88:1 (Requires GL4 rear axle) • Rear suspension, multi-leaf, 11,000 lbs. (4990 kg) capacity • Rear shock absorber, 1.375"(35mm) • Rear wheels, 19.5"x 6.0" (49.5 cm x 15.2 cm), steel disc-8-hole. 14,560 lbs (6604 kg) capacity • Rear tire size, 225/70R19.5F- 13,660 lbs. (6196 kg) capacity, (With S4A Goodyear, requires S3C rear premium highway tread or S3H rear traction tread; with S4L Michelin, requires S3C rear premium highway tread or S3J rear highway traction tread;with S4N Bridgestone requires S3M rear all season tread) • Rear tire manufacturer code, Goodyear(Requires R4A Goodyear) • Rear tread, premium, highway(Requires S4A Goodyear or S4L Michelin) • Wheelbase, 128" (325.1 cm)-with 60"(152.4 cm) CA and 100" (254 cm) CE. Includes a 6 mm 80,000 psi (551,600 kPa)yield strength, steel frame, RBM: 610,400 Section Modulus 7.63 (Requires KYW 75 mph (120 kph) road speed governor with RPO options M74 automatic transmission and GL8 13,500 lbs. (6123 kg) capacity rear axle) • Frame, 6mm -80,000 psi (551,600 kPa)yield strength, steel frame, RBM: 610,400 Section Modulus 7.63 • Fuel tank, single, 25-gallon (95L)fuel capacity-gas or diesel located midship between the frame rails, with fuel fill neck located over top of frame rail (this option uses the mid-frame tank included in the NG6 dual tank option), (Required in YW2 Wrecker Package) (Standard on 60" (152.4 cm) CA), (Optional on all other CA's) MINIMUM OVERHANG = 36" (3 FEET) • Fuel sender assembly. Robust fuel pump • Tethered fuel cap • Brakes,front, power, 4-wheel disc, 4 channel ABS 2-piston -(See Front Axle options for more detail) • Brakes, rear, power,4-wheel disc,4 channel ABS 2-piston-(See Rear Axle options for more detail) • Parking brake, hand lever operated transmission mounted drum brake 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 4:31:06 PM Page 5 A , , Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS- 15000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 Phone: (402)479-7551 A - Fax: (402)479-7669 'r . ' t� E-mail: cames@husherautogroup.com Chevrolet CC4500 VEHICLE DETAILS • STANDARD EQUIPMENT-CC4C042 Regular Cab 2WD SAFETY • 4-wheel disc,4-channel ABS • Air bags, Supplemental Inflatable Restraints not included. • This vehicle does not include any air bags 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 4:31:06 PM Page 6 Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS-15000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 _ Phone: (402)479-7551 tiE • Fax: (402)479-7669 r ' ' E-mail: e cames@husherautogroup.com Chevrolet CC4500 VEHICLE DETAILS SELECTED MODEL-CC4C042 Regular Cab 2WD Code Description Front Wt Rear Wt MSRP CC4C042 2005 Chevrolet CC4500 Regular Cab 2WD *4,747.90 *2,720.80 $29,235.00 SELECTED VEHICLE COLORS -CC4C042 Regular Cab 2WD Code Description Interior: No color has been selected. Exterior 1: No color has been selected. Exterior 2: No color has been selected. SELECTED OPTIONS -CC4C042 Regular Cab 2WD Code Description MSRP NO OPTION PACKAGE DESIRED $0.00 BID ASSISTANCE Authorization code: 00000000 $0.00 V VINYL SEAT TRIM (STD) INC 058 5.13:1 -Not recommended for most applications (Requires gasoline $0.00 engines only) 691 VERY DARK PEWTER(Requires 69V Very Dark Pewter Vinyl or 69C INC Very Dark Pewter Cloth) (STD) A28 REAR FULL WIDTH SLIDING WINDOW $128.00 A58 TWO-PERSON , storage under fold-up seat and in center seat back $138.00 AK5 DRIVER& PASSENGER-Includes On-Off switch for passenger side. $368.00 (N/A with AQR Air Suspension seat) AS4 HIGH-BACK BUCKET, FIXED HEIGHT, MANUAL ADJUSTER-storage INC in the seat riser with a small lip at the front to stop contents from sliding out(STD) C40 AIR CONDITIONING NOT DESIRED-this option should be ordered only $0.00 when a customer does not require air conditioning (STD) C4C042 CUSTOM/BASE MODEL $0.00 Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 93.1, Data updated 10/26/2004 ©Copyright 1986-2002 Chrome Systems Corporation.All rights reserved. Customer.File: November 02, 2004 4:31:06 PM Page 7 • , Prepared For: Prepared By: ' CITY OF OMAHA 0 Chuck or Josh Ames TRUCK CHASSIS-15000 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 CC4500 VEHICLE DETAILS SELECTED OPTIONS -CC4C042 Regular Cab 2WD Code Description MSRP C7P ' 16,000 LBS. (7257 KG)CAPACITY-GCWR limited to 24,000 lb. (10,866 INC kg) (STD) (Requires FR5 6250 lbs. (2835 kg)front axle) D36 INSIDE DAY/NIGHT REARVIEW MIRROR $19.00 DB5 MANUAL, 102" (259 CM)WIDE LOAD, INTEGRAL ARM, INTEGRAL INC CONVEX MIRROR-black molded composite 12"x 7" (30.5 cm x 17.8 cm)with 6"x 7" (15.2 cm x 17.8 cm) convex section (STD) EG9 152"(386.1 CM) -with 84"(213.4 cm) CA and 146"(370.8 cm) CE. $163.00 Includes a 6 mm 80,000 psi (551,600 kPa)yield strength, steel frame, RBM: 610,400 Section Modulus 7.63 FE9 FEDERAL REQUIREMENTS (STD) INC FK6 TAPERED LEAF, 7000 LBS. (3175 KG) CAPACITY(includes stabilizer) INC (STD) FR5 6250 LBS. (2835 KG) CAPACITY-I-beam Wide-trac. Up to 54 degree INC turn angle, (Includes 2-piston brake apply calipers) (Includes C7P 16,000 lbs. (7257 kg) GVWR) (STD) G80 REAR LIMITED SLIP DIFFERENTIAL(Required with ANC Shuttle Bus $306.00 package,ANM Fire& Rescue package and YF2 Ambulance package) (N/A with NW9 Electronic traction control) GL4 SINGLE SPEED, 11,000 LBS. (4990 KG) CAPACITY-full floating, INC Includes 2-piston brake applied calipers (STD) GR3 MULTI-LEAF, 11,000 LBS. (4990 KG) CAPACITY(STD) INC K05 400-WATT, 110V(Gasoline engines only) $36.00 K45 AIR CLEANER, HEAVY DUTY increase capacity design for severe dust $17.00 conditions (N/A with Diesel engines) KG4 AD244, 150-AMP MAXIMUM (N/A with YW2 wrecker packages) $110.00 KNP AUXILIARY TRANSMISSION OIL COOLER air to oil (Requires M74 $95.00 Allison 1000 Series automatic transmission) LRW VORTEC 8100 MD GASOLINE V8, 325 HP (239 KW) @ 4000 RPM AND $306.00 450 LB-FT TORQUE (610 N-M) @ 2,800 RPM. -Maximum engine speed 5000 rpm 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 4:31:06 PM Page 8 a • • Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS-15000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 Phone: (402)479-7551 Fax: (402)479-7669 t. : � E-mail: ~`` cames@husherautogroup.com Chevrolet CC4500 VEHICLE DETAILS SELECTED OPTIONS-CC4C042 Regular Cab 2WD Code Description MSRP M74 AUTOMATIC,ALLISON 1000 SERIES -with 0.71 overdrive. Torque $0.00 Rating: 520 lb-ft(705 N-m). Column shift and Parking pawl. Base model does not include power take-off gear, to include PTO gear please order with RPO "PTO". Includes transmission-oil cooler located inside radiator and PTO mounting location on the driver's side. With Option PTX, the truck will be equipped with the Allison 1000HS Highway Series transmission. When ordered with option PTO, the truck will be equipped with the Allison 1000RDS Rugged Duty Series transmission.When ordered with option YF2 Ambulance Package or with ANM Fire and Rescue Package, the truck will be equipped with the Allison 1000EVS Emergency Vehicle Series transmission. (STD) NB5 SINGLE HORIZONTAL-passenger side mounted inside frame rail, INC stainless-steel with gasoline engines, aluminized steel with diesel engines(STD) NH4 SINGLE, 40-GALLON (151 L) FUEL CAPACITY-gas or diesel, located $0.00 behind rear axle with fuel fill neck through frame rail, DRIVER SIDE FILL NECK ONLY. NO AUXILIARY FUEL PORTS (N/A with YW2 Wrecker Package or EC9 128"wheelbase , standard on all wheelbases over 128") MINIMUM OVERHANG = 60"(5 FEET) P53 FRONT, MATCH (Requires SNF front spare wheel) $0.00 PTX OPTION PTO NOT REQUIRED-This option should only be ordered $0.00 when a customer specifically does not require an electric hand throttle for use with power-take-off provisions. (Note: may delete transmission PTO gear.) (STD) Q91 19.5"X 6.0" (49.5 CM X 15.2 CM), STEEL DISC-8-hole. 7,280 lbs. INC (3302 kg) capacity(STD) Q92 19.5"X 6.0" (49.5 CM X 15.2 CM), STEEL DISC-8-hole. 14,560 lbs. INC (6604 kg) capacity(STD) R3M ALL-SEASON (Requires R4N Bridgestone) $0.00 R4N BRIDGESTONE (Requires S4N Bridgestone) $0.00 S3M ALL-SEASON (Requires S4N Bridgestone) $0.00 S4N BRIDGESTONE (Requires R4N Bridgestone) $0.00 Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 93.1, Data updated 10/26/2004 ©Copyright 1986-2002 Chrome Systems Corporation. All rights reserved. '. Customer File: November 02, 2004 4:31:06 PM Page 9 ,: • Orepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS- 15000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 _ Phone: (402)479-7551 4 Fax: (402)479-7669 E-mail: a ` cames@husherautogroup.com Chevrolet CC4500 VEHICLE DETAILS SELECTED OPTIONS -CC4C042 Regular Cab 2WD Code Description MSRP SNF FRONT-Provides a steel spare to match front steel wheels or an $128.00 aluminum spare to match aluminum front wheels-matches size and type of rear wheel, (Requires P53 front tread match when front spare tire is ordered) TM2 SINGLE, 770 CCA, DELPHI FREEDOM 12V-115-minute reserve $19.00 capacity @ 27 degrees C, 770 CCA @ -18 degrees C grounded directly to starter, (Gasoline engines only) (N/A with ANQ snow plow prep or YW2 wrecker packages) U86 WIRING HARNESS 7-WIRE-full trailer routed to end of the frame with $61.00 receptacle UM7 DELCO AM-FM STEREO RADIO-with coaxial speakers in all door INC panels(STD) UZF BACK-UP ALARM, 97 DECIBELS, ELECTRICAL $92.00 V76 FRONT TOW HOOKS, FRAME-MOUNTED $46.00 VQ2 FLEET PROCESSING OPTION $0.00 XTN 225/70R19.5F-7280 lbs. (3302 kg) capacity, (With R4A Goodyear or $0.00 R4L Michelin, requires R3C front premium highway tread; with R4N Bridgestone requires R3M front all season tread) (STD) YTN 225/70R19.5F-13,660 lbs. (6196 kg) capacity, (With S4A Goodyear, $0.00 requires S3C rear premium highway tread or S3H rear traction tread;with S4L Michelin, requires S3C rear premium highway tread or S3J rear highway traction tread; with S4N Bridgestone requires S3M rear all season tread)(STD) ZTN 225/70R19.5(F) (Requires P53 front or P54 rear tread match when front $269.32 or rear spare is ordered) ZY1 SOLID PAINT(STD) INC OPTIONS TOTAL $2,301.32 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 4:31:06 PM Page 10 .: • Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS- 15000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 _ Phone: (402)479-7551 42 Fax: (402)479-7669 '-' 'I E-mail: ■ ` cames@husherautogroup.com Chevrolet CC4500 VEHICLE.DETAILS PRICING SUMMARY-CC4C042 Regular Cab 2WD MSRP Base Price $29,235.00 Total Options: $2,301.32 Vehicle Subtotal $31,536.32 Advert/Adjustments $0.00 Destination Charge $900.00 GRAND TOTAL $32,436.32 WEIGHT RATINGS -CC4C042 Regular Cab 2WD Front Gross Axle Weight Rating: *6,250.00 Rear Gross Axle Weight Rating: * 11,000.00 Gross Vehicle Weight Rating: * 16,000.00 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 4:31:06 PM Page 11 .: • Prepared For: Prepared By: CITY OF OMAHA • Chuck or Josh Ames TRUCK CHASSIS- 15000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 Phone: (402)479-7551 �^ Fax: (402)479-7669 a �� E-mail: 645. —1\11.11111"r74,911Fau■ camel@husherautogroup.com Chevrolet CC4500 WINDOW STICKER 2005 Chevrolet CC4500 Interior. - No color has been selected. 8.1/496 CID Gas V8 Exterior 1: - No color has been selected. 5-Speed Automatic Exterior 2: - No color has been selected. CODE MODEL MSRP CC4C042 2005 Chevrolet CC4500 Regular Cab 2WD $29,235.00 OPTIONS _ NO OPTION PACKAGE DESIRED $0.00 _V VINYL SEAT TRIM INC 058 5.13:1 $0.00 691 VERY DARK PEWTER INC A28 REAR FULL WIDTH SLIDING WINDOW $128.00 A58 TWO-PERSON $138.00 AK5 DRIVER& PASSENGER $368.00 AS4 HIGH-BACK BUCKET, FIXED HEIGHT, MANUAL ADJUSTER INC C40 AIR CONDITIONING NOT DESIRED $0.00 C4C042 CUSTOM/BASE MODEL $0.00 C7P 16,000 LBS. (7257 KG)CAPACITY INC D36 INSIDE DAY/NIGHT REARVIEW MIRROR $19.00 DB5 MANUAL, 102"(259 CM)WIDE LOAD, INTEGRAL ARM, INTEGRAL CONVEX MI INC EG9 152" (386.1 CM) $163.00 FE9 FEDERAL REQUIREMENTS INC FK6 TAPERED LEAF, 7000 LBS. (3175 KG) CAPACITY INC FR5 6250 LBS. (2835 KG)CAPACITY INC G80 REAR LIMITED SLIP DIFFERENTIAL $306.00 GL4 SINGLE SPEED, 11,000 LBS. (4990 KG) CAPACITY INC GR3 MULTI-LEAF, 11,000 LBS. (4990 KG)CAPACITY INC K05 400-WATT, 110V $36.00 K45 AIR CLEANER, HEAVY DUTY $17.00 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 4:31:06 PM Page 12 Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS-15000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 Phone: (402)479-7551 Fax: (402)479-7669 g ' E-mail: ■ • cames@husherautogroup.com Chevrolet CC4500 WINDOW STICKER KG4 AD244, 150-AMP MAXIMUM $110.00 KNP AUXILIARY TRANSMISSION OIL COOLER $95.00 LRW VORTEC 8100 MD GASOLINE V8, 325 HP (239 KW)@ 4000 RPM AND 450 LB-F $306.00 M74 AUTOMATIC,ALLISON 1000 SERIES $0.00 NB5 SINGLE HORIZONTAL INC NH4 SINGLE, 40-GALLON (151L) FUEL CAPACITY $0.00 P53 FRONT, MATCH $0.00 PTX OPTION PTO NOT REQUIRED $0.00 Q91 19.5"X 6.0"(49.5 CM X 15.2 CM), STEEL DISC INC Q92 19.5"X 6.0"(49.5 CM X 15.2 CM), STEEL DISC INC R3M ALL-SEASON $0.00 R4N BRIDGESTONE $0.00 S3M ALL-SEASON $0.00 S4N BRIDGESTONE $0.00 SNF FRONT $128.00 TM2 SINGLE, 770 CCA, DELPHI FREEDOM 12V $19.00 U86 • WIRING HARNESS 7-WIRE $61.00 UM7 DELCO AM-FM STEREO RADIO INC UZF BACK-UP ALARM, 97 DECIBELS, ELECTRICAL $92.00 V76 FRONT TOW HOOKS, FRAME-MOUNTED $46.00 VQ2 FLEET PROCESSING OPTION $0.00 XTN 225/70R19.5F • $0.00 YTN 225/70R19.5F $0.00 ZTN 225/70R19.5(F) $269.32 ZY1 SOLID PAINT INC SUBTOTAL $31,536.32 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 4:31:07 PM Page 13 .. 4 I • • Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS-15000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 Phone: (402)479-7551 Fax: (402)479-7669 E-mail: 8 ! - cames@husherautogroup.com Chevrolet CC4500 WINDOW STICKER Advert/Adjustments $0.00 Destination Charge $900.00 TOTAL PRICE $32,436.32 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 4:31:07 PM Page 14 Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS-15000 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 CC4500 WARRANTY INFORMATION WARRANTY INFORMATION -CC4C042 Regular Cab 2WD. . WARRANTY Basic: 2 Years/Unlimited Miles Drivetrain:Vortec 8100 Gas Engine 2 Years/Unlimited Miles Duramax 6600 Diesel Engine 5 Years/100,000 Miles*$100 deductible after 36,000 Miles per event Duramax 7800 Diesel Engine 3 Years/Unlimited Miles Caterpillar C7 Diesel Engine 3 Years/150,000 Miles or 3,600 Hours-Towing, for engine related failures, will be covered for the first 12 months. Parts and Labor the first 24 months; parts only for 36 months. Manual Trans-2 Years/Unlimited Miles Allison 1000, 2200, 2400, 2500 including HS and RS models- 3 years/unlimited miles Allison 1000MH, 2200MH -5 years/unlimited miles Allison 1000EVS, 2200EVS, 3000EVS, 3500EVS, - 5 years/unlimited miles Allison 3050, 3060, 3066, 3550, 3560-2 years/unlimited miles Rear Axle: 2 Years/Unlimited Miles Frame Rails and Cross Members: 5 Years/Unlimited Miles Cab Corrosion-Perforation: 5 Years/Unlimited Miles Emissions for Gas: 5 Years/50,000 Miles Emissions for Diesel: 5 Years/100,000 Miles Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 93.1, Data updated 10/26/2004 ©Copyright 1986-2002 Chrome Systems Corporation.All rights reserved. Customer File: November 02, 2004 4:31:07 PM Page 15 Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS-15000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 _ Phone: (402)479-7551 ea Fax: (402)479-7669 t ' r� E-mail: ■ '` cames@husherautogroup.com Chevrolet CC4500 GEARED ROAD SPEED SPECIFICATION SUMMARY-CC4C042 Regular Cab 2WD Model# CC4C042 Rear Axle Order Code GL4 Engine Order Code * LRW Model Manufacturer DANA SPICER Model Manufacturer *8100MD VORTEC Weight Rating (lb) * 11,000.00 Type Gas V8 Ratio :1 * 5.13 Displacement 8.1/496 CID Rear Tires *225/70R19.5F Horsepower 325 Revolutions/Mile *646.00 Starting Torque *332.00 Surface Type Concrete Transmission Order Code * M74 Desired Grade 2 % Model Manufacturer 1000 ALLISON Type 5-Speed Automatic Geared Road Speed Actual Loaded Speed 1 � 127.5M x eti 64.2MPH >:ra;i, ,�K4 a k � 205.1 KPH * 5000 RPM ' }i 103.3 KPH * 5000 RPM "' ^d m� zw*w.,'w'.hr. TM."wil. --;'i 1'r ar" -i fw ram';:'-r r •r.,q",,� -•� y �r.f.:�"O" r,'.`;r`•� p:ski'i.�t'' i ,�:s r .:._�'' .. x ':':r�`i;�::":"F�'.-�'�`,+F�£^ 4... 0% Grade in 5th Gear 2% Grade in 3rd Gear NOTE:Simulated speedometer appearance may not correspond with selected 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 4:31:07 PM Page 16 _ • • Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS -15000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 Phone: (402)479-7551 Fax: (402)479-7669 . ••: �' E-mail: ■ y's cames@husherautogroup.com Chevrolet CC4500 SHIFT CHART SPECIFICATION SUMMARY-CC4C042 Regular Cab 2WD Model# CC4C042 Transmission Order Code *M74 Engine Order Code * LRW Model Manufacturer 1000 ALLISON Model Manufacturer *8100MD VORTEC Type 5-Speed Automatic Type Gas V8 Rear Axle Order Code GL4 Displacement 8.1/496 CID Model Manufacturer DANA SPICER Horsepower 325 Weight Rating (lb) * 11,000.00 Starting Torque * 332.00 Ratio:1 *5.13 Peak Torque RPM *2,800.00 Rear Tires *225/70R19.5F Governed Engine Speed *5000 Revolutions/Mile *646.00 Peak Torque RPM 5100- 1 2 3 4 5 4600 E 4100- ///// Legend N RPM Per High Gear 6 3600- — — - Peak Torque RPM 3100- Pak Torque iPM r— - 2600 1 1 1 1 1 r 1 1 0 10 20 30 40 50 60 70 80 90 100 110 120 Road Speed(mph) 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 4:31:07 PM Page 17 t. Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS-15000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 Phone: (402)479-7551 Fax: (402)479-7669 E-mail: 8 ` cames@husherautogroup.com Chevrolet CC4500 WEIGHT DISTRIBUTION SPECIFICATION SUMMARY-CC4C042 Regular Cab 2WD Model# CC4C042 Length (ft) *0.00 Truck/Tractor Body Wt. (Ib) *0.00 Wheelbase(in) * 152.00 Cargo Wt. (Ib) 0 CA(in) *84.00 Front GAWR(Ib) *6,250.00 CB/Swing Clear(in) 3 Rear GAWR(Ib) * 11,000.00 GVWR(Ib) * 16,000.00 e1. QZ G Nit eA V16 - * Front WC*5,010.40 Rear Wt: *2,808.30 GVW:*7,818.70 CA: *84. CB: 3 WB: * 15 BL: *0.0 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 4:31:07 PM Page 18 • Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS- 15000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 Phone: (402)479-7551 Fax: (402)479-7669 'I I' E-mail: v cames@husherautogroup.com Chevrolet CC4500 WEIGHT DISTRIBUTION SPECIFICATION DETAIL-CC4C042 Regular Cab 2WD FRONT AXLE REAR AXLE Total ACTUAL Chassis *4,747.90 *2,720.80 *7,468.70 Body *0.00 *0.00 *0.00 Payload 0.00 0.00 0.00 Trailer - - Totals *5,010.40 *2,808.30 *7,818.70 CAPACITY Axle *6,250.00 * 11,000.00 * 17,250.00 Frame Suspension *7,000.00 11,000.00 * 18,000.00 Tire *7,280.00 * 13,660.00 *20,940.00 Total Axle Rating *6,250.00 * 11,000.00 * 17,250.00 CARGO WEIGHT CARGO TYPE DISTANCE(in) LOCATION 1 0.00 Liquid 81.00 From Rear Axle • • 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 4:31:08 PM Page 19 Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS- 15000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 Phone: (402)479-7551 Fax: (402)479-7669 E-mail: a cames@husherautogroup.com Chevrolet CC4500 STARTABILITY SPECIFICATION SUMMARY-CC4C042 Regular Cab 2WD Model# CC4C042 Rear Axle Order Code GL4 Engine Order Code *LRW Model Manufacturer DANA SPICER Model Manufacturer *8100MD VORTEC Weight Rating (lb) * 11,000.00 Type Gas V8 Ratio :1 * 5.13 Displacement 8.1/496 CID Rear Tires *225/70R19.5F Horsepower 325 Revolutions/Mile *646.00 Starting Torque *332.00 Surface Type Concrete Transmission Order Code *M74 Desired Grade 2 % Model Manufacturer 1000 ALLISON Type 5-Speed Automatic 1� ' • Starting Grade Index *40.84 • 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 4:31:08 PM Page 20 • • Prepared For: Prepared By: CITY OF OMAHA. Chuck or Josh Ames TRUCK CHASSIS- 15000 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 CC4500 GRADEABILITY CHART SPECIFICATION SUMMARY-CC4C042 Regular Cab 2WD Model# CC4C042 Rear Axle Order Code GL4 Engine Order Code *LRW Model Manufacturer DANA SPICER Model Manufacturer *8100MD VORTEC Weight Rating (lb) * 11,000.00 Type Gas V8 Ratio :1 *5.13 Displacement 8.1/496 CID Rear Tires *225/70R19.5F Horsepower 325 Revolutions/Mile *646.00 Starting Torque *332.00 Surface Type Concrete Transmission Order Code * M74 Desired Grade 2 % Model Manufacturer 1000 ALLISON Type 5-Speed Automatic Peak Horsepower Gradeabilty 25 rims 20 15 III 11111 @ Legend E a High Gear c5 10 5 0L Gear O% -9% 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 4:31:08 PM Page 21 • .: s. Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS-15000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 _ Phone: (402)479-7551 Aigi Fax: (402)479-7669 '=' I. E-mail: a cames©husherautogroup.com Chevrolet CC4500 TURNING CIRCLE SPECIFICATION SUMMARY-CC4C042 Regular Cab 2WD Model# CC4C042 Front Axle Order Code FR5 Front Wheel Order Code Q91 Capacity(lb) *6,250.00 Size/Type * 19.5 x 6.0 Wheelbase Order Code EG9 Front Tire Order Code XTN Wheelbase(in) * 152.00 Size/Type *225/70R19.5F Curb to Curb(ft) Wall to Wall (ft) *44.40 *47.70 Curb to Curb diameter Wall to Wall diameter is measured from the is measured from the outside of the front tire. outermost part of the 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 4:31:08 PM Page 22 'Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS-15000 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 CC4500 TECHNICAL SPECIFICATIONS POWERTRAIN-BASIC SPECIFICATIONS -CC4C042 Regular Cab 2WD ENGINE Engine Order Code * LRW Engine Type Gas V8 Displacement 8.1/496 CID SAE Net Horsepower @ RPM *325 @ 4000 SAE Net Torque (lb ft) @ RPM *450 @ 2800 TRANSMISSION • Transmission order code *M74 Transmission Type Description *5-Speed Automatic Drive Train Rear Wheel Drive * 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 4:31:08 PM Page 23 • Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS- 15000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 Phone: (402)479-7551. Fax: (402)479-7669 t � E-mail: • ■ ~\.,.:;' cames@husherautogroup.com Chevrolet CC4500 TECHNICAL SPECIFICATIONS POWERTRAIN-ADVANCED SPECIFICATIONS -CC4C042 Regular Cab 2WD TRANSMISSION Gear Ratio(:1) First Gear Ratio(:1) *3.10 Second Gear Ratio(:1) *1.81 Third Gear Ratio(:1) * 1.41 Fourth Gear Rato(:1) * 1.00 Fifth Gear Ratio(:1) *0.71 Reverse Ratio(:1) *4.49 Clutch size(in) Power Take-Off TRANSFER CASE Transfer case model Gear Ratio(:1) Transfer case high gear ratio Transfer case low gear ratio Transfer case power take off DIFFERENTIAL Front Rear. Axle Ratio (:1) *5.13 ELECTRICAL Battery 1 2 3 Total Battery cold cranking Amps @ 0 F *770.00 *770.00 Alternator Alternator Amps * 150.00 COOLING SYSTEM Cooling system capacity *29.80 Engine oil cooler Yes MISC DATA Governed Engine Speed * 5000 Torque Converter *2.05 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 4:31:08 PM Page 24 • , • Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS- 15000 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 CC4500 TECHNICAL SPECIFICATIONS POWERTRAIN-ADVANCED SPECIFICATIONS -CC4C042 Regular Cab 2WD * 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 4:31:09 PM Page 25 I , Prepared For: • Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS - 15000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 Phone: (402)479-7551. Fax: (402)479-7669 1 E-mail: �:. cames@husherautogroup.com • Chevrolet CC4500 TECHNICAL SPECIFICATIONS PAYLOAD/TRAILERING SPECIFICATIONS-CC4C042 Regular Cab 2WD WEIGHT INFORMATION Front Rear Total Gross Axle Wt Rating (Ib) *6,250.00 * 11,000.00 * 17,250.00 Curb Weight(Ib) 4,433.30 2,517.10 6,950.40 Total Option Weight(Ib) *314.60 *203.70 *518.30 As Spec'd Curb Weight(Ib) *4,747.90 *2,720.80 *7,468.70 Total Weight • * 5,010.40 *2,808.30 *7,818.70 Reserve Axle Capacity(Ib) * 1,239.60 *8,191.70 *9,431.30 Gross Vehicle Wt Rating (Ib) * 16,000.00 Gross Combined Wt Rating (Ib) 26,000.00 LOAD RATES Front Rear Total Axle Weight *5,010.40 *2,808.30 *7,818.70 Axle% *64.08 *35.92 % of Body on Axle * 53.29 *46.71 MISC WEIGHTS Front Rear Total Cargo Weight 0.00 0.00 0.00 Body Weight *0.00 *0.00 * 0.00 Driver Weight 262.50 87.50 350.00 * 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 4:31:09 PM Page 26 .: , Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS- 15000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 Phone: (402)479-7551 Fax: (402)479-7669 E-mail: camel@husherautogroup.com Chevrolet CC4500 TECHNICAL SPECIFICATIONS CHASSIS SPECIFICATIONS -CC4C042 Regular Cab 2WD • SUSPENSION Front Rear Spring Spring Type Tapered Leaf MultiLeaf Spring Capacity _ *7,000.00 . 11,000.00 Axle Axle Type Reverse I Beam Single Speed Axle Capacity *6,250.00 * 11,000.00 Shock Absorber Diameter(mm) 35.00 Stabilizer Bar Diameter(in) 2.00 BRAKES Brake type Pwr 2 Piston ABS System 4-Wheel Front Rear Disc Yes Yes Rotor Diam x Thickness (in) 15 x 1.5 15 x 1.5 Drum Drum Diam x Width (in) TIRES Front Rear Spare Tire Order Code *XTN *YTN *ZTNP53 Tire Size *225/70R19.5F *225/70R19.5F *225/70R19.5F Capacity *7,280.00 * 13,660.00 *7,280.00 Revolutions/Mile @ 45mph *637.00 *646.00 *637.00 WHEELS . Front Rear Spare Wheel Size * 19.5 x 6.0 * 19.5 x 6.0 * 19.5 x 6.0 Wheel Type Steel-Hub Piloted Steel-Hub Piloted Steel-Hub Piloted Bolt Pattern * 10stud/285.75mm * 10stud/285.75mm * 10stud/285.75mm 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 4:31:09 PM Page 27 w • • • T . ' "` Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS- 15000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 Phone: (402)479-7551 Fax: (402)479-7669 -1 �� E-mail: m • \ cames@husherautogroup.com Chevrolet CC4500 TECHNICAL SPECIFICATIONS CHASSIS SPECIFICATIONS -CC4C042 Regular Cab 2WD STEERING Steering type Pwr Ratio(:1) On Center 16.10 At Lock 19.60 Turning Diameter Curb-to-Curb *44.40 Wall-to-Wall *47.70 FRAME Type Ladder-Type Section Modulus 7.63 RBM 610,400.00 Strength 80,000.00 Thickness 0.24 FUEL TANK Main Auxiliary Capacity *40.00 • Location *Aft of rear axle * 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 4:31:09 PM Page 28 Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS-15000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 _ Phone: (402)479-7551 Fax: (402)479-7669 . ' �� E-mail: a cames©husherautogroup.com Chevrolet CC4500 TECHNICAL SPECIFICATIONS DIMENSIONS -CC4C042 Regular Cab 2WD EXTERIOR DIMENSIONS Wheelbase(in) * 152.00 Length, Overall w/o rear bumper(in) *250.60 Length, Overall (in) Width, Max w/o mirrors(in) 95.90 Height, Overall(in) 89.40 Overhang Overhang, Front 37.0 Front Bumper to Back of Cab (in) 105.00 Cab to Axle (in) *84.00 Cab to End of Frame(in) * 146.00 Ground to Top of Load Floor(in) Ground to Top of Frame (in) Frame Width, Rear(in) 2.84 Ground Clearance Ground Clearance, Front Ground Clearance, Rear Min Ground Clearance(in) INTERIOR DIMENSIONS Passenger Capacity * 3 Seating Position Front Head Room (in) 40.60 Leg Room (in) 41.10 Shoulder Room (in) 66.80. Hip Room (in) 63.80 *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 4:31:09 PM Page 29 • ` Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS- 15000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 _ Phone: (402)479-7551 Fax: (402)479-7669 ig—' E-mail: ■ ' cames©husherautogroup.com Chevrolet CC4500 TECHNICAL SPECIFICATIONS MEDIUM DUTY SPECIFICATIONS -CC4C042 Regular Cab 2WD MISC DATA Geared Road Speed 127.5 Starting Grade Index *40.84 Maximum Speed Gradeability *2.63%@ 3758 RPM @ 75 MPH Gross Vehicle Weight *7,818.70 Actual Loaded Speed *64.2 MPH In 3rd Hi @ 5000 REDUCTION Reduction *32.60 High HIGH AXLE GEAR-High MPH 1st gear High MPH (High Axle Gear) (MPH) *29.20 2nd gear High MPH (High Axle Gear) (MPH) * 50.01 3rd gear High MPH (High Axle Gear) (MPH) *64.20 4th gear High MPH (High Axle Gear) (MPH) * 90.53 5th gear High MPH (High Axle Gear) (MPH) * 127.50 High HIGH AXLE GEAR-HIGH AXLE GEAR-HIGH MPH MP 1st gear Low MPH (High Axle Gear) (MPH) * 16.35 2nd gear Low MPH (High Axle Gear) (MPH) *28.01 3rd gear Low MPH (High Axle Gear) (MPH) *35.95 4th gear Low MPH (High Axle Gear) (MPH) *50.69 5th gear Low MPH (High Axle Gear) (MPH) *71.40 TRACTIVE EFFORT-HIGH GEAR 1st Gear Tractive Effort (High Axle Gear) *4,740.94 2nd Gear Tractive Effort(High Axle Gear) *2,768.10 3rd Gear Tractive Effort(High Axle Gear) • *2,156.36 4th Gear Tractive Effort(High Axle Gear) * 1,529.34 5th Gear Tractive Effort(High Axle Gear) * 1,085.83 PEAK HORSEPOWER GRADEABILITY 1st Gear Gradeability(High Axle Gear) *22.15 2nd Gear Gradeability(High Axle Gear) * 10.88 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 4:31:09 PM Page 30 • Prepared For: Prepared By: CITY OF OMAHA Chuck or Josh Ames TRUCK CHASSIS- 15000 GVW Husker Auto Group Inc. 6833 Telluride Dr. Lincoln, NE 68521 Phone: (402)479-7551 Fax: (402)479-7669 . 1 --• E-mail: In cames@husherautogroup.com Chevrolet CC4500 TECHNICAL SPECIFICATIONS MEDIUM DUTY SPECIFICATIONS -CC4C042 Regular Cab 2WD PEAK HORSEPOWER GRADEABILITY 3rd Gear Gradeability(High Axle Gear) *6.42 4th Gear Gradeability(High Axle Gear) *-0.25 5th Gear Gradeability(High Axle Gear) *-9.43 *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 4:31:09 PM Page 31 Protected and/or Disadvantaged Business Checklist 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 ccnditions 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. .` . • 1 � Contract Compliance Ordinance No. 35344, Section 10-192 Equal Employment Opportunity Clause During the performance of this contract, the contractor agrees as follows: I) 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 1349. The contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without retard 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 (I) 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. ` 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 City of Omaha may,in its discretion,reject the bid. 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$200,000). 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; f. 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; .� V 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 of this 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 Ornaha 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 bid;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. Y r, • 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 PBEJDBEs Percentage(%) 1 , 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 are 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 actor w' •- .ject to the terms of any future Contract Awards. Signatur: 41/ Tit!: // C.� l� 8741 Date of Signing 1/ `62-04 Firm or Corporate Name ` eLcS/l.`elr` /' t —74 /4/ d e ///���� �/ Address efI-33 7U�Y Q Telephone Number l vg_ '7`7 9_ ��1 g/ L- coC . ,,O E 6 &Ta/ 5 EXHIBIT "B" CONTRACTOR EMPLOYMENT DATA 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 07A._ � , `Refer any questions regardingthe BID or SPECIFICATIONS directly to the Purchasing Department(4021 444-5400 or as shown 0n 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: /45-k-te 7 a ✓1 C� C G l- --o 1 ,1 ate of Signi. _ )1,w Signature: �� c S OS'(/ (Print Name) (Title) 'S`:Tature) �L • 6 .: t • • 1 4 ` F EXHIBIT "C" QUARTERLY REPORT ON PROTECTED ANDIOR 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: Project Number. Project Name: Total Contract Amount: Calendar Quarter Covered by this Report 1st 3`d —2nd 4th Year 200 1. 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 6,25A 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 two form trucks to be utilized by the Street Maintenance Division; and, WHEREAS, Husker Auto Group submitted a bid of$51,394.00, being the lowest and best bid received, within the bid specifications, for the purchase two 15,000 GVW truck chassis and cabs. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, the bid of $51,394.00, from Husker Auto Group for the purchase of two 15,000 GVW truck chassis and cabs to be utilized by Street Maintenance 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 two 15,000 GVW truck chassis and cabs. BE IT ALSO FURTHER RESOLVED: THAT, the Finance Department is authorized to pay the cost for the purchase of two 15,000 GVW truck chassis and cabs from the Street Maintenance Equipment Organization 116157, Street and Highway Allocation Fund 12131, year 2004 expenditure. APPROVED AS TO FORM: P:\PW2\15273maf.docCdC7 CITY ATTORNEY l DATE • //,!p ar.46.• '�� /i/ By ifCouncilmember Adopted D ...-..7..2004 O City Clerk Approved \19`4#64--1.• � a� • Mayor • 1' ti — / / 0 7 �- G 0\ E. - E. Q ^ 9 - _ /.� CD . C S g 4 m & z = _ _ 0 LA � . E bE _ / / v) / / 7 / ƒ §. \ \ \ E § ° 7 �' cr k � a p & S rn { R ® � 7 §' � o - \ f 2 = 6 \ q 1 7 2 k § ƒ ^ £ z c c 9 / - \ o z coS . ƒ # 0 R 9 �. 0 \. c CD q Q ƒk. � \ k Cm S O k \ C.4 CID # - \ _ ir \ \` \ ° \ § 3 • , \� z . - k