Loading...
RES 2016-0378 - PO to Sid Dillon Chevrolet Buick for trucks oMr H�,NFL Parks, Recreation & Public Property Department t� Omaha/Douglas Civic Center aT t 1819 Farnam Street,Suite 701 WIr- ,„ Omaha,Nebraska 68183-0701 ep (402)444-5900 tI Faewu*4 FAX(402)444-4921 City of Omaha Jean Stothert,Mayor Honorable President and Members of the City Council, Transmitted herewith is a RESOLUTION authorizing the Purchasing Agent to issue a Purchase Order to Sid Dillon Chevrolet Buick, to furnish 3 Ton Regular Cab 4X4 base trucks for Park Maintenance, 1523 South 24th Street, in the total amount of $188,475.00, for the Parks, Recreation, and Public Property Department. This includes all fixtures as indicated in the bid. The following contract award was received on February 10, 2016: CONTRACTOR BID Sid Dillon Chevrolet Buick $188,475.00 (BEST BID) Sid Dillon Chevrolet Buick 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. Finance Department is authorized to pay the Funds in the total amount of $188,475.00 to Sid Dillon Chevrolet Buick from the City Capital Improvement Fund No. 13112 and Organization No. 132026, Culture and Parks, for the 2016 fiscal year. The Parks, Recreation, and Public Property Department recommends the acceptance of the contract awarded to Sid Dillon Chevrolet Buick and requests your consideration and approval of this Resolution. Page -2- Honorable President and Members of the City Council Res ectfully submitted, e- L. / 7/Alfri/t Brook Bench, Director Date Parks, Recreation, and Public Property Department Approved as to Funding: Approved: fr....74 /4 //G Step n B. Curtiss \ ,� etf- Spencer K. Danner, Jr. Date Finance Director ` Human Rights and Relatio s Director ,n Referred to City Council for Consideration: ��.a C --} B I3/f LI C, Mayor's Office/Title Date p:2204kja STATE OF N E B RAS KA CONTRACT AWARD State Purchasing Bureau 1526 K Street,Suite 130 Lincoln,Nebraska 68508 PAGE ORDER DATE Telephone:(402)471-6500 1 of 5 10/14/15 Fax:(402)471-2089 BUSINESS UNIT BUYER 9000 DIANNA GILLILAND(AS) CONTRACT NUMBER VENDOR NUMBER: 3758834 14342 OC VENDOR ADDRESS: CNG Award SID DILLON WAHOO INC DBA SID DILLON CHEVROLET BUICK 257 W A ST WAHOO NE 68066-2070 AN AWARD HAS BEEN MADE TO THE CONTRACTOR NAMED ABOVE FOR THE FURNISHING OF MATERIALS AND/OR SERVICES AS LISTED BELOW FOR THE PERIOD: OCTOBER 14, 2015 THROUGH JULY 31, 2016 NO ACTION ON THE PART OF THE CONTRACTOR NEEDS TO BE.TAKEN AT THIS TIME. ORDERS FOR THE MATERIALS AND/OR SERVICES WILL BE MADE AS NEEDED BY THE VARIOUS AGENCIESOF THE STATE. THIS CONTRACT IS NOT AN EXCLUSIVE CONTRACT TO Nit�;i• I HE MATERIALS AND/OR SERVICES SHOWN BELOW, AND DOES NOT PRECLUDE THE PURCHASE OF SIMILAR MATERIAL :MINOR SERVICES FROM OTHER SOURCES. THE STATE RESERVES THE RIGHT TO EXTEND THE PERIOD OF: HI ,CONTRACT BEYOND THE TERMINATION DATE WHEN MUTUALLY AGREEABLE TO THE CONTRACTOR AND THEiSTATEIOFkNEBRASKA. i Original/Bid Document 5084 OF Contract to supply and deliver 2016 or Current Production Year,3/4 TON REGULAR CAB 4X4 BASE TRUCK,as per the attached specifications,for the contract period October 14,2015 through;Ju y Cif 2016 €1 caf. See attached Terms and Conditions page for approximate unitsto'bfr purrchasedThe Unit Price is equal to the Base Price for items before the Option Bid List. Make/Model: Chevrolet Silverado 2500. t Z 3.. E Series,Code,Trim Level:2500 HD€CK2593.WT Delivery After Order.Received 40 24[0F.days ? g LINE GUIDE FOR2THIS CONTRACT i 4 I 3 k rP �: Line 1 CNG EngineV ti y ,... . § Lines 2-23 Options' Lines 24-37 Options(Law Enforcement Only) IMPORTANT NOTE: Purchase Orders must have an Exterior Paint Color selected from the contract.The paint color line on the purchase order must have the Exterior Paint Color(name and code)and the Interior color(name and code)listed in the line attachment. Lines 12-15 Paint • Paint and Interior colors with color codes are listed on a chart after the specifications The State reserves the right to extend the period of this contract beyond the termination date when mutually agreeable to the vendor and the State of Nebraska. Vendor Contact: Ron Fullerton Phone: 402-540-7578 E-Mail: ron.fullerton@siddillon.com t0•al-l5 BU �OA-is / ,+!'�► i MA I L I7ATO€Sf/F:j !' ,1AI544C:t 1 M 1 STATE OF N E B RAS KA CONTRACT AWARD State Purchasing Bureau 1526 K Street,Suite 130 Lincoln,Nebraska 68508 PAGE ORDER DATE Telephone:(402)471-6500 2 of 5 10/14/15 Fax:(402)471-2089 BUSINESS UNIT BUYER 9000 DIANNAGILLILAND(AS) CONTRACT NUMBER VENDOR NUMBER: 3758834 14342 OC (sms 10/16/15) • Estimated Unit of Unit Line Description Quantity Measure Price • 1 CNG 3/4 TON REGULAR CAB 20.0000 EA 34,993.0000 CHEVROLET SILVERADO 2016 or Current Production Year CNG 3/4 Ton Regular Cab 4x4 Base Truck Engine: 6.0L Transmission No./Gear Ratio No.:MYD,4.10 ,. GVWR: 9,500 Series,Code,Trim Level: 2,500 HD,CK25903, --.-.= ,' Tll III: • The original manufacturer's statement of origin,a er ice:authorization card,and a properly executed service and warranty policy shall accompany each vehicle whn:::•elivered. 2 40-20-40 OR 60-40 BENCH SEAT 1 i, 20.0000 EA 190.0000 WITH CLOTH COVERING : 'f i i l Di III i i 3;4 tq 1i11 . 121 j ,, l-- 3 40-20-40 OR 60-40 BENCH SEAT _ i ; 20.0000 EA 415.0000 WITH DRIVER 6 WAY POWER 1° F1 CONTROLLED SEAT IF AVAILABLE FROM A A©T M OF URER 4 ELECTRIC POWER WINDOWS I €1=1 :Tii 20.0000 EA 610.0000 a. 1 5 BOSS SNOW PLOW ATTACHMENT ; ` ei4 ;20 0000 EA 5,851.0000 OF PICKUP MANUFACTU R'� , (WESTERN,BOSS I D MEYER 3RAN WITHiP WERANGLING,8 FOOT BO T.QN BLADE, PLOW HEAD AND TURN LIGHTS, SNOWiD FLEcTO , BLADE MARKERS)TO INCLUDE SNOW LOW PREP PACKAGE t iPw '` c k; I r 4 3 '�t 'l3 { fig r- 6 HINIKEt.I SNOW P.OW�ATTA=3 `I,- s,,,y t : , 20 0000 .:,EA ..ss 5,970.0000 OF PICKUP'MANUFACTURRER' - . .=; (WESTERN,BOSS,AND MEYER BRANDS WITH POWER ANGLING, 8-FOOT BOLT ON BLADE, PLOW HEAD AND TURN LIGHTS,SNOW DEFLECTOR, BLADE MARKERS)TO INCLUDE SNOW PLOW PREP PACKAGE 7 SNOW PLOW PACKAGE 20.0000 EA 595.0000 MINUS SNOW PLOW BLADE MANUFACTURER AND DETAILS:220 AMP ALTERNATOR,SKID PLATES, HD FRONT SPRINGS 8 CHASSIS WITH 8 FT UTILITY BODY 20.0000 EA 6,675.0000 FOR SINGLE WHEEL MAKE AND MODEL: KNAPHEIDE 696J OR WARNER WS2-98-M-SW-U i 9 COLOR OF UTILITY BODY 20.0000 EA 1,100.0000 TO MATCH MANUFACTURER COLOR i • !j; BUYE"' ITIALS R435W N=0C91 iNI SCOCA 120150'i41 1 STATE OF NEBRASKA CONTRACT AWARD State Purchasing Bureau 1526 K Street,Suite 130 Lincoln,Nebraska 68508 PAGE ORDER DATE Telephone:(402)471-6500 3 of 5 10114/15 Fax:(402)471-2089 BUSINESS UNIT BUYER 9000 DIANNA GILLILAND(AS) CONTRACT NUMBER VENDOR NUMBER: 3758834 14342 OC Estimated Unit of Unit Line Description Quantity Measure Price 10 NO LID ON UTILITY BODY 20.0000 EA -600.0000 (DEDUCT) 11 CARGO LIGHT 20.0000 EA 95.0000 12 STANDARD PAINT 20.0000 EA 0.0000 13 FOR DEPARTMENT OF ROADS USE , 20.0000 EA 0.0000 YELLOW COLOR OF Y 1 CHEVROLET/GMC#WA-253A CODE(9W3) i )1 i Plod! 14 EXTRA COST PAINT pfk 20.0000 EA 495.0000 15 SEO EXTRA COST PAINT 01111 E 3 t 20.0000 EA 300.0000 II its HI 16 TWO WHEEL DRIVE MODEL I ;l' : < 20.0000 EA -887.0000 TO INCLUDE ALL SEASON TIRES ( I( i'=c (DEDUCT) ` e I ;1 1 13i iF 17 HD RUBBERIZED SPRAY IN , ; ,ii 20.0000 EA 475.0000 BED LINER (LINEX,RHINO OR EQUIV:#14NT) I ;, 4 l 1'' MANUFACTURER: LINE? OR SIMILAR` 18 POWER REMOTE CONTR LED 10. < '20 0000 l EA 640.0000 MIRRORS . t 7 � n. . Y.� 5 Xjt F 3,y�-.. 1Xr S r 19 REARVIEW CAMER }=' 576.0000 DEALER OR FACTORY INSTALLED 20 PROTECTIVE VINYL SIDE MOLDINGS 20.0000 EA 350.0000 DEALER INSTALLED IF NOT STANDARD EQUIPMENT 21 SERVICE REPAIR MANUAL 20.0000 EA 395.0000 EQUIPMENT AND ENGINE . • STATE TYPE: PAPER COPY 22 DROP SHIPMENT CHARGES 20.0000 MI 2.0000 OUTSIDE THE LINCOLN AREA ADDITIONAL COSTS OF CHARGES FOR VEHICLE DROP SHIPMENT OUTSIDE THE LINCOLN AREA. DROP SHIPMENT CHARGES WOULD BE FOR VEHICLES BOUGHT BY POLITICAL ENTITIES AND OTHER DIVISIONS OF GOVERNMENT. NOT TO EXCEED$400.00 MAXIMUM CHARGE BUYE INITIALS p4lYJG]N!SC :rill€N?SCOCM 2)I5O 1 1 1 STATE OF N E B RAS KA CONTRACT AWARD State Purchasing Bureau 1526 K Street,Suite 130 Lincoln,Nebraska 68508 PAGE ORDER DATE Telephone:(402)471-6500 4 of 5 10/14/15 Fax:(402)471-2089 BUSINESS UNIT BUYER 9000 DIANNA GILLILAND(AS) CONTRACT NUMBER VENDOR NUMBER: 3758834 14342 OC Estimated Unit of Unit Line Description Quantity Measure Price 23 FACTORY OR DEALER DISCONNECT 20.0000 EA 290.0000 OF DAYLIGHT RUNNING LIGHTS IF FACTORY EQUIPPED (LAW ENFORMCEMENT ONLY) r, 24 DISCONNECT OF FACTORY DOME t, 20.0000 EA 190.0000 LIGHT OR COURTESY LAMPS .: ., (LAW ENFORCEMENT ONLY) 4' , 25 DOME LIGHT OR COURTESY LAMP i .,;t-1_ 20.0000 EA 170.0000 t,r � i TO BE CENTERED NOT MORE THAN `I 4F APPROXIMATELY 4"TO 8"FROM THE TOP, E WINDSHIELD TO LIGHT THE DRIVERS AREA. CONTROLLED BY ROTATING HEADLAMP SWITCH TQ S MAXIMUM POSITION OR BY A SEPARATE SWITCH. THIS MAY REQUIRE ADDING AN ADDITIONAL=L IGHTI�DEALER INSTALLATION IS ACCEPTABLE IF NOT AVAILABLE FROM THE FACTORY. lEl E ii.0 t it ; (LAW ENFORCEMENT ONLY) HAM l ' 26 AUXILARY BATTERY(LARGEST -iip_ t 20.0000 MI 885.0000 AVAILABLE BATTERY) i 1 ;l !lift (DUAL PURPOSE AGM BATTERY)WITH DUI.L BA: TF ,YSEPARATOR FOR ACCESSORY EQUIPMENT. INSTALLATION ALSO TO INCLUDE BATTER TF1A AND BRACKET, HEAVY DUTY FUSE, 1 GAUGE OR LARGER CABLE. # } CCA:750 f' ;_t i .. . (LAW ENFORCEMENT ONLY)' ,• # ,.5 27 ALTERNATOR WITH HIGHEST 4 20 1 40000 E I 595.0000 OUTPUT AVAILABLE �{ g m:4. t 1 AMPS220 i ° _ (LAW ENFORCEMENT ONLY) 28 REVERSE SENSING ALARM SYSTEM 20.0000 EA 401.0000 DEALER INSTALLATION IS ACCEPTABLE IF NOT AVAILABLE FROM THE MANUFACTURER (LAW ENFORCEMENT ONLY) 29 ALTERNATING HEADLIGHT FLASHER 20.0000 EA 199.0000 -WIG-WAG MODULE WITH FLASHER OVERRIDE FOR OPTIONAL OVERRIDE AT NIGHT INSTALLED WITH ACTIVATION LEAD TAGGED AS SUCH AND TERMINATING IN OR NEAR THE PASSENGER COMPARTMENT. (LAW ENFORCEMENT ONLY) 30 VERTICAL MOUNTED TWO(2) 20.0000 EA 274.0000 CLEARIWHITE LED MODULES MOUNTED AT A 45 DEGREE ANGLE TO FRONT OF VEHICLE ON PUSH BUMPER.BLACK BEZEL WITH CLEAR LENSES. SHOCK AND WATER RESISTANT.LEADS TAGGED AS SUCH THAT BUYER INITIALS R4350,441SCOG-1;NISCi a312015 1 STATE OF NEBRASKA CONTRACT AWARD State Purchasing Bureau 1526 K Street,Suite 130 Lincoln,Nebraska 68508 PAGE ORDER DATE Telephone:(402)471-6500 5 of 5 10/14/15 Fax:(402)471-2089 BUSINESS UNIT BUYER 9000 DIANNA GILLILAND(AS) CONTRACT NUMBER VENDOR NUMBER: 3758834 14342 OC Estimated Unit of Unit • Line Description Quantity Measure Price TERMINATE IN CENTER CONSOLE AREA. LED'S MEET SAE J845,CLASS 1 SPECIFICATIONS. MINIMUM OF THREE(3)LED IN EACH MODULE. (LAW ENFORCEMENT ONLY) 31 TWO(2)CLEAR/WHITE LED 20.0000 EA 294.0000 MODULES MOUNTED ON EITHER SIDE OF REAR LICENSE PLATE ON A LICENSE PLATE BRACKET FOR TWO (2)LIGHT HEADS. • BLACK BEZEL WITH CLEAR LENSES.SHOCK AND WATER RESISTANT. LEADS TAGGED AS SUCH THAT TERMINATE IN CENTER CONSOLE ARERADI MEET SAE J845,CLASS 1 SPECIFICATIONS.MINIMUM OF THREE(3)LED IN EACH MODULE. (LAW ENFORCEMENT ONLY) f , 32 100 WATT SIREN SPEAKER l 20.0000 EA 364.0000 INSTALLED BEHIND FRONT GRILL WITH VEHICLE SPECIFIC MOUNTING BRACKET.ILEI DS TAGGED AS SUCH THAT TERMINATE IN OR NEAR THE PASSENGER COMPARTMENT. `` c 1 (LAW ENFORCEMENT ONLY) '' ' i 3 E t c I 33 SETINA PB 400 PUSH BUMPER € 20.0000 EA 694.0000 WITH INSTALLATION ON FRONT OF VEHICLE. (LAW ENFORCEMENT ONLY) 34 BLUETOOTH HANDS REEF WIRELESS 20.9000 EA 340.0000 NETWORK TO MAKE AND RECEIVE PHONE,CALLS,,ENABLED t Y A PUSH BUT TON OR�BY VOICE COM AND „F 1 (LAW.ENFORCEMENTI NL'Yl; ii" ,,JaP sl 35 ROOF MO NTED ANTENNA LOCAT D 0 170.0000 TEN (10)INCHES FORWA1 tD::FROfN THE REAR OF CAB BY TWELVE (12)INCHES LEFT FROM ROOF CENTER LINE.LOCATION TO BE DETERMINED BY BUYER TO DEALER/OUTFITTER. NMO MOUNT WITH RG58 CABLE RAN INTO REAR SEATING AREA. (LAW ENFORCEMENT ONLY) 36 ROOF MOUNTED BLUE TREE ANTENNA 20.0000 EA 325.0000 CENTERED ON ROOF TEN (10) INCHES FORWARD FROM THE REAR OF CAB. LOCATION TO BE DETERMINED BY BUYER TO DEALER/OUTFITTER.CABLES RAN INTO CENTER CONSOLE AREA. MAKE:ANTENNAPLUS.MODEL: AP85/18GPS-QS22.TRI-MODE CELLULAR/PCSIGPS BLACK ANTENNA.824-896 MHz. 1885-1990 MHz. 1575 MHz.CONNECTORS SMA ON CELUPCS&SMA ON GPS.FOAM PAD&THREADED BOLT. WEB SITE WWW.ANTENNAPLUS.COM (LAW ENFORCEMENT ONLY) BUYS INITIALS R43500iN SC_h)311,4ESC007 21344'sit eturn State of Nebraska - INVITATION TO BID StatePurc g State Purchasing Bureau 1526 K Street,Suite 130 CONTRACT Lincoln,Nebraska 68508 Date 8/4/15 Page 1 of 5 Solicitation Number 5084 OF Opening Date and Time 08/21/15 2:00 pm DESTINATION OF GOODS MULTIPLE DELIVERY LOCATIONS PLEASE REFER TO Buyer -FOR DELIVERY ADDRESSES,NTATEON DIANNA GILLILAND(AS) 2016 or Current Production Year 3/4 TON REGULAR CAB 4X4 BASE TRUCK as per the attached specifications for the 2016 Production Year. Unit bid must meet the attached specifications. Disregard the Qty and Unit of Measure on the Invitation to Bid sheet. See attached Terms and Conditions page for approximate units to be purchased.The Unit Price is equal to the Base Price for items before the Option Bid List. Per Nebraska's Transparency in Government Procurement Act,DAS is required to collect statistical information regarding the number of contracts awarded to Nebraska contractors. This information is for statistical purposes only and will not be considered for contract award purposes. • NEBRASKA CONTRACTOR AFFADAVIT: Bidder hereby attests that bidder is a Nebraska Contractor. "Nebraska C ntractor" shall mean any bidder who has maintained a bona fide'place of business and at least one employee within this state for at least the six(6)months immediately preceding the posting date of this ITB. (hereby certify that I am a Resident disabled veteran or business located in a designated enterprise zone in accordance with Neb.Rev. Stat. §73-107 and wish to have preference,if-applicable, considered in the award of this contract. The State reserves the right to extend the period of this contract beyond the termination date when mutually agreeable to the vendor and the State of Nebraska. • The State may request that payment be made electronically instead of by state warrant. ACH/EFT Enrollment Form can be found at: <http://www.das:state.ne.us/accounting/forms/achenrol.pdf> The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of employees physically performing services within the State of Nebraska.A.federal immigration verification system mean the electronic verification of-the work authorization program authorized by the Illegal Immigration Reform and Responsibility Act of 1996, 8 U.S.C. 1324a,known as E-Verify Program,or an equivalent federal program designed by the United States Department of Homeland Security or othgr le cieral:agency authorized to verify the work eligibility status of a newly hired employee. TTAC IfEt Fd�olww: { The contractor, by signature.to the Invitation to Bid,certifies that the contractor is-not presently debarred,suspended,proposed for debarment, declared ineligible,or voluntarily excluded by any federal department or agency from participating in transactions(debarred). The contractor also agrees to include the above requirements in any and all subcontracts into which it No :id Res.ond: R= ove From Class-Item OR Kee. Active For Class-Item BIDDER MUST COMPLETE THE FOLLOWING DISC•d0. PAY , NT TERMS: b °A) 30 DAYS By signing this Invi..on t. :Id,the bidder-.fees he tender. onditions and Terms of Bid Solicitation and Offer"and is committed to provide a drug free work place environment.Ven..r w' umish the items,f•uested w j. • Odays after receipt of order.Failure to enter Delivery Date may cause quotation to be REJECTED. Sign / Enter Contact Information Below Here (Aut orized Signatur- MANDAT•RY-MUST BE SIGNED IN INK) rr VENDOR# Contact jvt t i(er-1r1 VENDOR: LSp,1 tk % Cet) ©It:ek' Telephone YOz-- 511O— 7 57$' • "�-�(dress: 01.57 IA) i' At $d- Facsimile \ Wat c > its p ‘6 Email f Drl. 411er-4VD" p ,D•Ceg Of:t1D. . COvtn. Return to: State of Nebraska - INVITATION TO BID State Purchasing Bureau 1526 K Street,Suite 130 CONTRACT Lincoln,Nebraska 68508 Date 8/4/15 Page 2 of 5 Solicitation Number 5084 OF Opening Date and Time 08/21l15 2;00 pm DESTINATION OF GOODS MULTIPLE DELIVERY LOCATIONS PLEASE REFER TO DOCUMENTATION Buyer FOR DELIVERY ADDRESSES. DIANNA GILLILAND (AS) enters. The contractor shall immediately notify the Department if,during the term of this contract,contractor becomes debarred. The Department may immediately terminate this contract by providing contractor written notice if contractor becomes debarred during the term of this contract. If the Contractor is an individual or sole proprietorship,the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form,available on the Department of Administrative Services website at:<http://das.nebraska.gov/Ib403/attestation_form.pdf> 2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev.Stat.§4-108. The contract resulting from the Invitation to Bid shall incorporate the following documents: 1.Amendment to Contract Award with the most recent dated amendment having the highest priority; 2. Contract Award and any attached Addenda; 3. The signed Invitation to Bid form and the Contractor's bid response; 4.Amendments to ITB and any Questions and Answers; and 5. The original 1TB document and any Addenda. These documents constitute the entirety of the contract. Unless otherwise specifically stated in a contract amendment,in case of any conflict between the incorporated documents,the documents shall govern in the following order of preference with number one(1)receiving preference over all other documents and with each lower numbered document having preference over any higher numbered document: 1)Amendment to Contract Award with the most recent dated amendment having the highest priority,2)Contract Award and any attached Addenda, 3)the signed Invitation to Bid form and the Contractor's bid response,4)Amendments to ITB and any Questions and Answers,5) the original ITB document and any Addenda. Any ambiguity in any provision of this contract which shall be discovered after"its execution shall be resolved in accordance with the rules of contract interpretation as established in the State of.Nebraska. Once Invitations to Bid are opened they become the property of the State of Nebraska and will not be returned. It is understood by the parties that in the State of Nebraska's opinion,any limitation on the contractor's liability is unconstitutional under the Nebraska State Constitution,Article XIII,Section III and that any limitation of liability shall not be binding on the State of Nebraska despite inclusion of such language in documents supplied by the contractor's bid response. State Statute§73-107 allows for a preference for a resident disabled veteran or business located in a designated enterprise zone. When a state contract is to be awarded to the lowest responsible bidder, a resident disabled veteran or a business located in a designated enterprise zone under the Enterprise Zone Act shall be allowed a preference over any other resident or nonresident bidder, if all other factors are equal. Resident disabled veterans means any person (a)who resides in the State of Nebraska,who served in the United States Armed Forces, including any reserve component or the National Guard,who was discharged or otherwise separated with a characterization of honorable or general(under honorable conditions), and who possesses a disability rating letter issued by the United States Department of Veterans Affairs establishing a service-connected disability or a disability determination from the United States Department of Defense and (b)(i)who owns and controls a business or,in the case of a'publicly owned Return to: State of Nebraska - INVITATION TO BID State Purchasing Bureau 1526 K Street,Suite 130 CONTRACT Lincoln,Nebraska 68508 Date 8/4/15 Page 3 of 5 Solicitation Number 5084 OF Opening Date and Time 08/21/15 2:00 pm DESTINATION OF GOODS MULTIPLE DELIVERY LOCATIONS Buyer PLEASE REFER TO DOCUMENTATION FOR DELIVERY ADDRESSES. DIANNA GILLILAND (AS) business, more than fifty percent of the stock is owned by one or more persons described in subdivision(a)of this subsection and (ii)the management and daily business operations of the business are controlled by one or more persons described in subdivision(a)of this subsection.Any contract entered into without compliance with this section shall be null and void. Therefore, if a resident disabled veteran or business located in a designated enterprise zone submits a bid in accordance with Neb. Rev. Stat.§73-107 and has checked"yes" requesting priority/preference to be considered in the award of this contract, the following will need to be submitted by the vendor within 10 business days of request: a. Documentation from the United States Armed Forces confirming service, b. Documentation of discharge or otherwise separated characterization of honorable or general(under honorable conditions), c. Disability rating letter issued by the United States Department of Veterans Affairs establishing a service-connected disability or a disability determination from the United States Department of Defense; and d. Documentation which shows ownership and control of a business or, in the case of a publicly owned business, more than fifty percent of the stock is owned by one or more persons described in subdivision(a)of this subsection;and the management and daily business operations of the business are controlled by one or more persons described in subdivision(a)of this subsection. Failure to submit the requested documentation within 10 business days of notice will disqualify the bidder from consideration of the preference. (dig 08/04/15) A response to this Solicitation is subject to, but not limited to, the included Standard Conditions and Terms. PLEASE READ CAREFULLYI IT IS THE RESPONSIBILITY OF THE BIDDER TO REFER TO STATE PURCHASING BUREAU'S WEB SITE FOR ALL INFORMATION RELEVANT TO THIS SOLICITATION TO INCLUDE ADDENDA AND/OR AMENDMENTS THAT MAY BE ISSUED PRIOR TO THE OPENING DATE. http://www.das.state.ne.us/materiel/purchasing/purchasing.html Bid Tabulations are available on the internet at http://www:das.state.ne.usimateriel/purchasing/bidtabs:htm This form is part of the specification package and must be signed and returned, along with all documents, by the opening date and time specified. Any questions regarding this solicitation must be directed to State Purchasing Bureau,to the attention of the buyer. It is preferred that questions be sent via e-mail to matpurch.dasmat@nebraska.gov. Questions may also be sent by facsimile to 402-471-2089. Refer to specification for additional information. No facsimile or email solicitation responses will be accepted. INVITATION Unit of Extended Line Description Quantity Measure Unit Price Price 1 3/4 TON REGULAR CAB 1.0000 EA MOM ae,330 BASE TRUCK 2016 or Current Production Year 3/4 Ton Regular Cab 4x4 Base Truck Minimum Wheelbase: 133" to: n State of Nebraska - INVITATION TO BID Stater Purchasing Bureau 1526 K Street,Suite 130 CONTRACT Lincoln,Nebraska 68508 Date 8/4/15 Page 4 of 5 Solicitation Number 5084 OF Opening Date and Time 08/21/15 2:00 pm DESTINATION OF GOODS MULTIPLE DELIVERY LOCATIONS Buyer PLEASE REFER TO DOCUMENTATION DIANNA GILLILAND(AS) FOR DELIVERY ADDRESSES. INVITATION Unit of Extended Line Description Quantity Measure Unit Price Price Minimum Engine Size: 4.6L V8 Minimum Tire Size: 16" Minimum GVWR: 8,600 Make: ON24 . Model: 5..t 0 eiropto GVWR: 950o �o�, t' 903W Series, Code,Trim Level: 4:9500 C. J Engine: 60.0 Transmission No./Gear Ratio No.: YY1 1 D� i',0 EPA: ��/ Delivery time after receipt of order(number/days): '16'(tV The original manufacturer's statement of origin,a service:authorization card,and a properly - ed service a warranty policy shall accompany each vehicle when delivered. 2 E85 3/4 TON REGULAR CAB 1..0000 EA 01633° ak 3 BASE TRUCK 2016 or Current Production Year E85 3/4 Ton Regular Cab 4x4 BaseTruck • A separate bid is requested if the manufacturer is producing alternative fuel motor vehicles.A SEPARATE CONTRACT MAY BE AWARDED. E85 (Units capable of operating on a fuel mixture of up to 85%Ethanol/15% Unleaded gasoline without additional change or conversion.)o Engine: {pi pi Transmission No./Gear Ratio No.: PYi y D� GI, ID Make: Oleo f'v��� Model:5 1 1 erowto GVWR: Retu n t State of Nebraska - INVITATION TO BID State rPuchasing Bureau 1526 K Street,Suite 130 CONTRACT Lincoln,Nebraska 68508 Date 8/4/15 Page 5 of 5 Solicitation Number 5084 OF Opening Date and Time 08/21/15 2:00 pm DESTINATION OF GOODS MULTIPLE DELIVERY LOCATIONS Buyer PLEASE REFER TO DOCUMENTATION DIANNA GILLILAND(AS) FOR DELIVERY ADDRESSES. INVITATION Unit of Extended Line Description Quantity Measure Unit Price Price Series, Code,Trim Level: 9&O Ho 5903� id- EPA: Al t / Delivery time after receipt of order(number/days): (o t 20 The original manufacturer's statement of origin,a service:authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. �u � �Q 3 CNG 3/4 TON REGULAR CAB ,1.0000 EA `)(1Q tl 93 `/3 BASE TRUCK 2016 or Current Production Year CNG 3/4 Ton Regular Cab 4x4 Base Truck If Available A separate bid is requested if the manufacturer is producing alternative fuel motor vehicles.A SEPARATE CONTRACT MAY BE AWARDED. Engine: 6.of- Transmission No./Gear Ratio No.: Mt)1) (LID Make: e i yrbl Model: 5,, `Iti-0,4O GVWR: Z.3-0D �+ Series, Code,Trim Level: �.51,1D N't> C K a59n W1 EPA: Delivery time after receipt of order(number/days): Yb-Z`1l7 The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. OPTIONS BID LIST The options shall meet or exceed the following requirements that are exceptions to specification and must be FACTORY INSTALLED. Quotes must be furnished if available for items listed below, if not included as standard equipment or required in main part of this specification. KEY-If no price is indicated in Unit Price choose from the following: N/C=No Charge STD=Standard in Base Price N/A=Not Available from Dealer/Mfg. N/APP=Not Applicable to Spec/Option On-Line-N/C, no additional charge On-Line-Charge, indicate price • Line 1 -Gas Line 2-E85 Line 3-CNG Unit Price Unit Price Unit Price 4 Engine(other gas). CA/ . $ 95 > $ 4500 $ /t/t4- Specify Engine Size: 6,Or — ._-- 5 Engine(other gas). $ /V t4- $ /t/0- $ ,/i4- Specify Engine Size: -- 6 Engine(other diesel), including block h ter,factory or $ 5315 $ �3�1�` $ ,/�_ dealer installed. f�J rot /t!67 Model: `(--, t'avr�cl Warranty: ---� LJ� Specify Engine Size: 4,k,J_ ..- 7 Bench seat heavy duty w/cloth covering. $ A/ 1A— $ .A/4- $ A. 14- 8 40-20-40 ,0-40 or 60-40 Bench seat w/vinyl. $ /t/ IA-- $ /tA-- $ At/14- 9 40-20-40 or 60-40 Bench seat w/cloth covering. $ 190 $ l?b $ 19D 10 40 20-40 or 60-40 Bench Seat with driver 6 way power $ lc- tit tit $ �/f S--' controlled seat, if available from manufacturer. Li 11 Electric Power Windows. $ 6 to $ 6 t 0 $ 6/ b 12 Power door Locks. $ iT 4) $ .Sr $ S1 13 Automatic Speed(cruise)control,factory installed. $ 5-r $ 3r S> $ 5'r O 14 Fog Lights. $ $ N L4 $ A41 15 Snow plow attachment of pickup manufacturer's $ „ bass $,$851 �°' $,5$5J- l3a4s (Western, Boss and Meyer brands with power angling, J�Sl 8-foot bolt on blade, plow head and turn lights,snow ,j0' .rt.k4e. 597o- IA,n.�i(1., ,5 70-4,n*es, deflector. blade markers)to include snow plow orep Specify snow plow package manufacturer and details: ____---- 16 Snow plow prep package minus snow plow blade. $ .595 $ 5.9 5 $ 5 Sr Specify plow package minus snow plow blade. manufacturer and details: Zzo 9.11 4/ "' '`� ,�--- 5k c t eta Ms) id-b ,40. - 5p 5 17 Sliding rear-vision window. $ ,'t't4 $ .A $ /r%'9- 5084 OF 2016 3/4 Ton Regular Cab 4x4 Base Truck 1 of 4 OPTIONS BID LIST Line 1 -Gas Line 2-E85 Line 3-CNG Unit Price Unit Price Unit Price 18 Chassis with eight foot Utility Body for single wheel. $ air • $667s'- $ bb/r` See attachment. K'"°ti'c149 44600 O4" r~ 0 State make and model: 0 59s- 45,^g-Wa.,ner Waiver r154Sttrwer- 19 Color of Utility Body to match manufacturer color $ / 0(7 $ J/�OC' $ //PO20--No lid on Utility Body(deduct). ($ 6OO ) ($ boo b ) ($ evx., ) 21 Glow plug package(diesel engine). $ Ai VI- $ /✓ - $ //14- 22 Second Power Outlet. •$ 5 T£ $ S-i',e. $ 3rfl 23 Short pickup box length (deduct). ($ /tf IA ) ($ /1. q J ) ($ .i'0 ) Bidder state wheelbase: ,-,-,--. Bidder state box size:State dimensions of box bid: �, �,/ 6../ Length, width, and width between wheel wells. 24 Cargo light. $ ci' $ 9 5 $ 95 25 Standard Paint-Attach List and Identify as No $ i $ $ _r Additional Cost Paints. ,See. C.a .See. eAct r See (;KQ 26 For Department of Roads Use:Yellow color of: Dodge $ $ $ #PL1, Ford#84853,Chevrolet/GMC#WA-253A code NC-- • /LJ C-- Ai G 27 Extra Cost Paint-Attach List and Identify as Extra Cost $ AKA- $ C k_ �J _ $s „d_Paints. Ste Ls' '7- (i'� 28 Two wheel drive model(to include all season tires) ($ $sr) ) ($ 'c ) ) ($ eve) ) '29 `HD Rubberized spray in bed liner(Linex,Rhino or $ ( r --- ' " $ tI.1�, $ C1'7j-- equivalent). -t Bidder state manufacturer:t ki ----~ ---- d-anet\ or 5:van,t ar- 30 Power remote controlled mirrors. $ C y0 $ P Yo $ 6 V D 31 Two 12V batteries which delivers a total of at least $ $ $ 5 j.-C 1000 CCA (Diesel). �.�e.5�t Qi.A1 57. .5Tfl 32 Keyless Remote entry locking system(deduct)v ($ iV/i4- ) ($ N ) ($ /�0 ) l'l 33 Electronic compass/temperature display system. $ / �, �$ $ 4-4 34 Rearview camera-dealer or factory installed. $ S710 $ 57 Co $ _ 57b 35 Tailgate step-dealer or factory installed. $ /V LA- $ A/14- $ A/G4' 36 Dual alternators-dealer or factory installed. e ski $ 3 8b - $ �$-O $ 3T v 37 Seat lumbar support: Lumbar support in seats if not $ 5 $ 5-T� $ S?'Ze standard equipment. It'.v403 38 Protective vinyl side moldings Dealer installed if not $ ��� $ 3r $ 35p _standard equipment. 39 Service repair manual-equipment and engine. $ '39 5 - $ 3 9 5 • - $ 3 9 i- State type of service repair manual available:paper ,� copy.CD Rom,or Online. "----~ 40 Parts manual-equipment and engine. $ Al A- $ / / G4- $ t4" State type of parts manual available: paper copy, CD ✓� --.-� — Rom, or Online. 5084 OF 2016 3/4 Ton Regular Cab 4x4 Base Truck 2 of 4 OPTIONS BID LIST Line I -Gas Line 2-E85 Line 3-CNG Unit Price Unit Price Unit Price 41 Additional costs for warranties from manufacturer. $cpQ i 11 4 -- $ c411 644,... $ Cc i 1 , State Years and Miles CiVron5 . 60-'•„v•Yi 5 of)..1"6,Vol,S 42 Drop shipment charges outside the Lincoln area. $c;00 ..1 $ ..., / ito •Additional costs of charges for vehicle drop shipment fer kr,1 le 4 ,9-4. 1, ..y P` 4 / ..._94 outside the Lincoln area. Drop shipment charges .. would be for vehicles bought by political entities and 0 'ii/a-)4 Yel) (1324 VA) id/c1)6 other Divisions of Government. LAW ENFORCEMENT ONLY -:-.,.„. ,, .,,,,..;,..,,,-,-',.],y,..:.:;.:4::;',--: ::',-,- .•':,,,.;.;-:;:j:ZI-.: :'?..-,-''•::'': :.::--•..-;,-...1: • 43 Factory or dealer disconnect of daylight running lights $ $ $ if factory equipped(Law enforcement only). ;190 (9W) 44 Disconnect of factory dome light or courtesy lamps. $ fc't 0 $ j ?C) $ /9° 45 Dome Light or Courtesy Lamp: To be centered not $ $ $ more than approximately 4"to 8"from the top of the windshield to light the drivers area.Controlled by i IP 1 lb i ID rotating headlamp switch to maximum position or by a separate switch.This may require adding an additional liaht. Dealer installation is accentable if not available 46 Auxiliary Battery(Largest available battery)(Dual $ $ $ "Purpose AGM Battery)with Dual Battery Separator for ?g5 s,v5 83(5 accessory equipment Installation also to include batten/tray and bracket. heaw duty tiSe. 1 aauae or Indicate CCA: v/S—t2 . .—.—. . ----- ----- 47 Alternator with Highest Output available. $ 39S $ S9s- $ .59-r- Indicate Amps: 2,Z • 0 __.. ---- - 48 Reverse sensing alarm system. Dealer installation is $ $ $ acceptable if not available from the manufacturer. 1-1 CA Ci° I Lj ) t 49 Alternating headlight flasher wig-wag module with $ $ $ • flasher override for optional override at night installed I IC-: 07 • with activation lead tagged as such and terminating in or near the oassenaer compartment 50 Vertical Mounted two(2)Clear/White LED Modules. $ $ $ Mounted at a 45 degree angle to front of vehicle on • push bumper. Black Bezel with clear lenses.Shock ‘i dly di),/ and water resistant. Leads tagged as such that terminate in center console area. LED's meet SAE three(31 5084 OF 2016 3/4 Ton Regular Cab 4x4 Base Truck 3 of 4 OPTIONS BID LIST Line 1 -Gas Line 2-E85 Line 3-CNG Unit Price Unit Price Unit Price 51 Two(2)Clear/White LED Modules. Mounted on either $ $ $ side of rear license plate on a license plate bracket for V Two(2)light heads. Black Bezel with clear lenses. d.9 C/ Cj Shock and water resistant. Leads tagged as such that �` / terminate in center console area. LED's meet SAE .l845 Class 1 einpsiftcations. Minimum of three(31 52 100 WATT siren speaker installed behind front grill $ $ $ with vehicle specific mounting bracket. Leads tagged 3 6 1/ 3 6 L/ 6 as such that terminate in or near the passenger 53 Pro-Gard X Push bumper with installation on front of $ /7/ $ 't-44 $ /VIA 54 Setina PB 400 Push Bumper with installation on front $ ! 9 q $ 6 G} y $ 6 pi G/ of vehicle. (� 7 -( 7 55 Bluetooth:Hands free wireless network to make and 3 Yo 3 qc> 3 V-c7 receive phone calls enabled by a push button or by _ 56 Roof mounted antenna. Located ten (10)inches $ $ $ forward from the rear of cab by twelve(12)inches left from roof center line. Location to be determined by ° 7° buyer to dealer/outfitter. NMO mount with RG58 cable / / r / ran into rearseatina area. 57 Roof mounted blue tree antenna. Centered on roof ten $ $. $ - -(10)inches forward from the rear of cab. Location to be determined by buyer to dealer/outfitter. Cables ran 37..5' 3z(-5-into center console area. Make:Antennaplus. Model:AP85/18GPS-QS22. Tri-Mode 325" Cellular/PCS/GPS Black Antenna. 824-896 MHz, 1885-1990 MHz. 1575 MHz. Connectors SMA on mall/P(:S R.SMA nn(;PS Fnam Part&Thraariprt ALL EXCEPTIONS TO OPTIONS MUST BE CLEARLY INDICATED. (Example: Units ordered with airbags may not be available with a tilt wheel and automatic speed control). 5084 OF 2016 3/4 Ton Regular Cab 4x4 Base Truck 4 of 4 STATE OF NEBRASKA PURCHASING BUREAU SCHEDULE OF EVENTS SCHEDULE OF EVENTS The State expects to adhere to the tentative procurement schedule shown below. It should.be noted, however, that some dates are approximate and subject to change. ACTIVITY DATE/TIME 1 Release Invitation to Bid August 4, 2015 2 Last Day to Submit Written Questions August 11, 2015 3 State Responds to Written Questions Through an Addendum to be posted to the internet at: August 12, 2015 hftp:t/das.nebraska.govirnateriel/purchase bureaulvendorlcamrnodily-itb.himi 4 Bid Opening Location: Nebraska State Purchasing Bureau August 21, 2015 1526 K Street, Suite 130 2:00 p.m. Lincoln, NE 68508 Central Time WRITTEN QUESTIONS AND ANSWERS Any explanation desired by a bidder regarding the meaning or interpretation of any Invitation to Bid provision must be submitted in writing to the State Purchasing Bureau and clearly marked "ITB Number 5084 OF; 3 TON REGULAR CAB 4x4 BASE TRUCK Questions". It is preferred that questions be sent via e-mail to asVmaterie►purchasing at7,nebraska.Qov. Questions may also be sent by facsimile to 402-471-2089, but must include a cover sheet clearly indicating that the transmission is to the attention of Dianna Gilliland, showing the total number of pages transmitted, and clearly marked "ITB Number 5084 OF; %TON REGULAR CAB 4x4 BASE TRUCK Questions". Written answers will be provided through an addendum to be posted on the Internet at http://clas.nebraska.govlmateriel/purchase bureau!vendor/commodity-itb.html on or before the date shown in the Schedule of Events. • • • 5084 OF 2016' Ton Regular Cab 4x4 Base Truck Page 1 of 16 STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS SCOPE It is the intent of this bid invitation to establish a contract to supply 2016 OR CURRENT PRODUCTION YEAR %TON REGULAR CAB 4X4 BASE TRUCK per the attached specifications. The State reserves the right to extend the period of this contract beyond the end date when mutually agreeable to the vendor and the State of Nebraska. All items bid shall be of the Latest manufacture in production as of the date of the Invitation to Bid and be of proven performance and under standard design, complete as regularly advertised and marketed. All necessary materials for satisfactory performance of the supplies shall be incorporated into the 2016 OR CURRENT PRODUCTION YEAR 3/4 TON REGULAR CAB 4X4 BASE TRUCK whether or not they may be specifically mentioned below. Complete specifications, manufacturer's descriptive literature and/or advertising data sheets with cuts or photographs may be required prior to an award and should be included with the bid on the IDENTICAL items proposed. Literature should be complete and the latest published. Any information necessary to show compliance with these specifications not given on the manufacturer's descriptive literature and/or advertising data sheets should be supplied in writing on or attached to the bid document. If manufacturer's specifications sheets, descriptive literature, advertising data sheets or information necessary to show compliance with these specifications is not supplied in writing on or attached to the bid document,the bidder will be required to submit requested information within three (3) business days of a written request. Failure to submit requested descriptive literature or advertising data sheets may be grounds to reject the bid. The trucks, complete with enclosed cabs, furnished under this specification shall be the latest model standard production units, offered to the general trade, equal in every respect to the construction and performance characteristics shown in the manufacturer's specifications and descriptive literature for this type of vehicle as manufactured and advertised for delivery in the continental United States and including all equipment normally offered and installed at the factory. "Stripped"truck versions are specifically excluded. Engine bores; main bearings, connecting rod bearings and wrist pins shall not exceed the manufacturer's established size tolerances. All trucks offered must meet or exceed the following minimum specifications. It is intended the manufacturer will build the car to these specifications and the selling or servicing dealer will be required only to perform the normal pre-delivery service and not be required to modify, alter, exchange, assemble, install or paint various components to meet these specifications. ACCEPTABLE MODELS All trucks that meet or exceed these specifications may be bid on this invitation. ANNUAL USAGE Annual usage figures provided are estimates and are not to be construed as either a minimum or maximum purchase quantity. The orders shall be for the actual quantities of each item ordered by or for any agency during the life of the contract. Vendor shall not impose minimum order requirements. Listed below are the approximate units to be purchased. These amounts are estimates only; and the actual quantity ordered will vary. These estimates are based on last year's contract usage for the State of Nebraska as a whole, including the vehicles purchased by Political Subdivisions of the State of Nebraska. A. Sedans—207 each B. Vans-87 each C. Trucks—302 each D. Police Cruisers, Special Service Vehicles -227 each E. Sport Utility Vehicles—58 each 5084 OF 2016 3/Ton Regular Cab 4x4 Base Truck Page 2 of 16 STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS An estimated 881 vehicles may be purchased from the State of Nebraska contracts for the 2016 production year. BID SIGNATURES Bids must be signed in ink by the bidder on the State of Nebraska's Contract Invitation to Bid form. FAILURE TO INCLUDE THIS FORM SIGNED IN INK WILL BE CAUSE FOR REJECTION OF THE CONTRACT INVITATION TO BID RESPONSE. MODEL YEAR ORDER CUT-OFF DATES Model Year Order Cut-Off is defined by State Purchasing Bureau (SPB) as the last day on which Contractor will accept a purchase order for an awarded model due to manufacturer production scheduling. The vendor is to provide with their bid the model year cut-off date, if the date is available. If the date is not available at the time of bidding, the awarded vendor/Contractor and associated manufacturer should immediately notify AS/Materiel Division, through the State Purchasing Bureau buyer once the date is available. Failure to provide model year cut-off date information may result in may result in a breach of contract. Send MODEL YEAR ORDER CUT-OFF DATES via email to: Nebraska State Purchasing Bureau Dianna Gilliland, Buyer Dianna.gilliland@nebraska.gov Model Year Order Cut-Off Dates will be shared by SPB with state agencies as an aid to planning agency purchases against the contract(s). The Model Year Order Cut-Off date does not change the awarded contract period and does not terminate the contract. The Contractor and Manufacturer have the option to offer the next model year vehicle that is acceptable under the terms and conditions of the contract award at the contracted price. CONTRACT PERIOD and MODEL YEAR ORDER CUT-OFF DATES The contract period will be from date of award through JULY 31, 2016 or until the SPB Buyer terminates the contract. Upon receipt by SPB Buyer of the Model Year Order Cut-Off Dates, SPB may formally request the Contractor, upon Contractor's agreement, seek permission through the manufacturer to exercise the option of providing the next available model year as an equivalent product rollover through July 31, 2016 at the contracted price. Absent such permission from the manufacturer, the State will cease to purchase from the contract and the contract will remain dormant or in suspension until final expiration date. In the event that a manufacturer re-opens production lines or will resumes accepting orders for the model year awarded after a published Modei Year Order Cut-Off Date,the State will resume purchasing against contract. CONTRACT AWARDS State Purchasing Bureau may award to the most responsible bidder submitting the lowest base price, except the State reserves the right to split the award as follows: A. Minimum of 70%to bidder with lowest base price. B. Maximum of 30%to the low bidder, of another manufacturer,whose base price is within 10%of the lowest base price. C. Lowest base price may be based on engine size/fuel type and/or life cycle cost. ' 5084 OF 2016'/4 Ton Regular Cab 4x4 Base Truck Page 3 of 16 STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS • (Cost of Vehicle) + ((80,000/EPA Estimated Highway MPG)x EIA Average Price Force*)*EIA Average Price for Midwest Region Regular Grade DELIVERY Between 9:00 AM and 3:00 PM, daily except Saturday, Sunday and holidays, AFTER SERVICING AND READY TO DRIVE, with not less than %tank of gasoline. Deliveries desired prior to 120 days after receipt of order; quoted deliveries beyond 120 days are an award consideration. All deliveries shall be scheduled with agency representative. Odometer mileage: • Within a 200-mile radius of Lincoln—less than 200 miles on odometer • Outside the 200-mile radius of Lincoln—less than 450 miles on odometer(Scottsbluff is 398 miles outside of Lincoln) Vehicles will not be accepted if all paper work is not with the vehicle at time of delivery. Dealer still owns the vehicles until buyers sign all required paper work. ENVIRONMENTAL PROTECTION AGENCY(EPA) HIGHWAY MILEAGE Provide separate, when available, EPA highway mileage(Gas and E85) rates from the Fuel Economy Guide: w+,�'w.fueleconomy,gov FACTORY INSTALLATION If manufacturer has requirements available from factory, then item must be FACTORY-INSTALLED; if factory- installation is not available, then it must be noted as a dealer-installation and an alternative. Trucks shall be guaranteed to include ail the latest engineering developments adopted by the company applying to transmissions, fuel systems, engines, and accessories, and to possess the capability of operating on lead-free gasoline and gasohol/ethanol. All vehicles shall comply with all current provisions of the National Traffic and Motor Vehicles Safety Act, and applicable provisions of the USEPA Emission Standards. A separate bid is requested if the manufacturer is producing fuel-flexible E85 motor vehicles (units capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. MOTOR VEHICLE INDUSTRIES REGULATION ACT All bidders must comply with the licensing requirements for motor vehicle dealers established under the Motor Vehicle Industries Regulation Act, Nebraska Revised Statutes, Chapter 60, Article 14 at time of bid. Bids will only be accepted from bidders who are fully compliant with the Motor Vehicle Industries Regulation Act, Chapter 60, Article 14. Nebraska Dealer License Number: 055 ORDERS Orders will be placed either by, phone, fax, e-mail or Internet (if available and not to the exclusion of the other methods). All orders must reference a purchase order number and the purchase order number must be referenced on the packing slip, and invoice. Invoices are to be sent to the "Invoice to" address on the purchase order. Once contracts are awarded, purchase orders issued by ordering agencies should include, vehicle description, number of units ordering, shipping and, billing location, contact name and phone number, and related information. 5084 OF 2016%Ton Regular Cab 4x4 Base Truck Page 4 of 16 STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS Contractor is to provide manufacturer's order number to the purchasing agency or political subdivision within five (5) business days after the purchase order is received. Vehicle invoices or supporting documentation accompanying the invoices should include a hard copy, bar-coded version of the Vehicle Information Number (VIN)for each vehicle. PRICES Price quoted shall be unit price and shall be firm for contract term from date of an award and are to be net; including transportation and delivery charges fully prepaid by the bidder F.O.B. Destination as specified within a 200 mile radius of Lincoln. A drop shipment charge outside the 200 mile radius of Lincoln must be clearly noted on the Option Bid List USAGE REPORT The vendor shall, upon request by the State of Nebraska, provide an annual usage report of this contract by State Agencies, Boards, and Commissions, including Political Subdivisions of the State of Nebraska. • Information will include Contract Number; Agency or Political Subdivision name; units purchased; and dollar amount. Information may be requested at any time by the State Purchasing Bureau, but may typically be requested no later than July 15, 2016, and the remaining usage numbers by August 2, 2016;two(2)days after the contract end date of July 31, 2016, as determined by the State. This allows the State to calculate statewide usage numbers for the next vehicle bid season; usually within a week of contract end date. WITHDRAWAL OF BID The vendor is responsible for reviewing their bid(s) before submission for accuracy and completeness, to include price. The vendor may without penalty withdraw their bid within five business (5) days of bid opening by notifying the SPB Buyer in writing. NON-CONTRACT ITEMS Items not listed on the contract, but may be needed by the ordering agency for their business needs to complete the purchase of the vehicle. Non-contract item pricing shall be requested by the ordering agency in written form. Pricing documentation will be attached to the purchase order and a line 'Non-Contract Item' line to the purchase order. • 5084 OF 2016'/<Ton Regular Cab 4x4 Base Truck Page 5 of 16 STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS BIDDER INSTRUCTIONS Bidder must respond to each of the following statements. Specifications listed are minimum conditions that must be met in order for a bidder to qualify for the award. A "YES"response means the bidder guarantees they can meet this condition. A "NO" response means the bidder cannot meet this condition and will not be considered. "NO & PROVIDE ALTERNATIVE" responses should be used only with a narrative response in the NOTES/COMMENTS section explaining in detail any deviation from the bidder's ability to meet the condition, and an explanation of how this would be determined to be an acceptable alternative to meeting the condition. Alternatives must be detailed in such a way that allows such deviations to be fully evaluated. The State of Nebraska shall determine at its sole discretion whether or not the vendor's alternative is an acceptable alternative. All items listed below are required. If there is a No, a detailed alternative explanation must be provided. YES NO NO&PROVIDE 1. CAB AND BODY: ALTERNATIVE A. Color: Cab, Body and fenders will be selected from manufacturer's 5e e standard colors. However, yellow color must be available to the 64)4/ Department of Roads. (NOTE: attached color charts shall be considered manufacturer colors with no extra charge unless specified on color chart in the options). All paint will be base coat/clear coat acrylic, activator- hardened acrylic or polyurethane type. B. Cab and Body: Fully enclosed safety type cab. The truck box shall not be less than 96 inches long by 61 inches wide (inside dimensions) and be of double sidewall construction. Minimum 50 inches wide between wheel wells. "STYLESIDE,""FLEETSIDE,""SWEPTLINE" BODY will be required. Please state box size if different from above:_?$I 84 K Y.6102. C. Glass: Approved tinted safety glass shall be required in all doors, windows,and windshields. / D. Headliner: Fully insulated headliner required, if available from �/ manufacturer. E. Insulation: Standard production heat and sound insulation to be provided. Body and interior finished to exclude excessive noise and weather. F. Side Moldings: Factory installed protective vinyl side moldings if available as standard equipment. G. Seats: Bench must be manufacturer's heavy duty. Back must be manufacturer's heavy duty, optional, maximum depth foam rubber, with heavy-duty cloth covering. Head restraints or high backs for outboard seats required. H. Arm Rests: Required on both left and right-hand sides of each front seat. Fold down center console and door armrests to be furnished. I. Sun Visors: Dual, padded. J. Floor Covering: Rubber matting type, if factory available. Trucks shall be delivered with factory floor mats required. If available manufacturer accessory floor mats(through dealer parts room)are acceptable. K. Rearview Mirror: Interior, adjustable, rear vision mirror of day or night selector type (non-glare). Two outside electric rear vision mirrors, right and left, adjustable, minimum 6 inches by 9 inches; swing away type preferred. L. Frame: (Three-Quarter Ton Regular Cab 4x4 Truck) Section modules rated at not less than 3.88, with 36,000 PSI yield strength steel or as recommended by manufacturer for trucks. M. Air Conditioner: Best grade factory installed air-conditioning, manually controlled, to include all items normally included in the factory package. N. Fenders, Bumpers and Grill: Manufacturer's standard fenders front and 5084 OF 2016%Ton Regular Cab 4x4 Base Truck Page 6 of 16 STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS rear. Grill: Gray or other single color, factory painted. Manufacturer's / Front bumper and step-type rear bumper factory painted. Rear bumper �/ that has hitch with hole. O. Fuel Tank: Largest available size. Skid plates if available from / manufacturer may be dealer installed. Please state size: Diesel: ,' V • Gasoline: .7{n / P. Seat Belts: Lap/Shoulder seat belts with automatic retractors for out- board seating;middle seat belt,preferably with retractors. ✓ Q. Power Outlet: Required. R. Windshield Wipers: Electrically operated, multiple speeds, manually controlled with. electric windshield washer with jets to each wiper blade ✓ and with intermittent or delay capability. Factory installed. ✓ S. Heater: A fresh air type heater with dual defroster tubes to windshield shall be installed. T. Lights: Halogen high beam headlights with low beam; parking, dome, ✓ tail, backup, and stop lights; front and rear directional turn signals with self-canceling control on steering column. Daytime running lights required if factory available. U. Controls and Instruments: Key locking ignition switch; head, parking and dome light switches, headlight beam control; speedometer; charge indicator; fuel gauge; oil pressure indicator; engine temperature indicator, high beam indicator light; traffic hazard switch; flashing turn indicator lights. In cab hood release. Integrated brake controller. V. Radio: Manufacturer's standard AM/FM Stereo radio with clock. 1/ W. Locks:Three(3)sets of keys per truck, required. X. Windows: Manufacturer's safety glass rear window is required. Side f/ windows to be manually hand crank controlled from factory. �✓ Y. Airbag: Driver and passenger sides required. Z. Trailer Towing Package: To include integrated brake controller. Complete with all hardware including receiver hitch m j�imur� class 4. Please state towing capacity being provided: 5er _ �",�+a� NOTES/COMMENTS: YES NO: NO&PROVIDE , -.2 ENGINE AND PRIME:TRAIN:1 - :':- ALTERNAINE A. Engine: Minimum standards as stated in the specifications. B. Transmission: Manufacturer's minimum four speed, automatic transmission. Require auxiliary or heavy-duty oil cooler for the automatic transmission.A two-speed transfer case is required. Skid plate(s)for the transfer case shall be furnished i offered by the manufacturer. ✓i C. Cold starting aid(Diesel Engine only). ✓ D. Air Cleaner. Dry type. / E. Oil Filter: Full flow throwaway type. F. Thermostat: Required as recommended for permanent-type antifreeze. tV G. Radiator: Coolant recovery system required. H. Axle Ratio: Ratio to be recommended by manufacturer. NOTES/COMMENTS: 5084 OF 2016 34 Ton Regular Cab 4x4 Base Truck Page 7 of 16 STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS • YES NO NO&PROVIDE. -3. SUSPENSION AND;RUNNINGi:GEAR - = � ALTERNATIVE v A. Wheelbase:Minimum standards as stated in the specifications. B. Steering: Manufacturer's recommended power steering. C. Steering Wheel: Regular production model or approved deluxe wheel. Tilt steering wheel required. D. Shock Absorbers: Heavy-duty double action type front and rear. E. Axle and Springs: Manufacturer's independent front suspension and single speed hypoid rear axle, all with spring sizes and axle sizes s/ recommended to meet GVWR. The axle gear ratios shall be the same in the front and rear axles. Front stabilizer bar is required. F. Brakes: Power service brakes; disc/drum or disc/disc shall have a minimum 11 inch rotor, drum shall be minimum 11 inch by 2 inch. Parking brakes on rear wheel or drive line. Rear brakes shall be anti-lock type. If anti-lock braking system is available as standard equipment, it shall be provided. G. Wheels: Five, minimum 16 inch steel; spare carrier; four hubcaps or s/ center covers with lug protectors per unit Wheels must be one piece, drop center type. H. Suspension: Must be designed to handle passenger and cargo requirements. I. Tires: To be equipped with five full-sized black wall, tubeless, all terrain steel-belted radial (i.e. Goodyear Wrangler MT/R or equivalent off road tire) tires on rims, factory installed and of regular production, minimum 16" (refer to page 1 of these specifications) as recommended by the manufacturer. Spare tire and wheel shall match service tires and wheels; spare can be steel. Tires to comply with manufacturer's GVWR. Tires should have a 50,000-mile tire rating. Tires to be manufactured and labeled by a major manufacturer and installed by factory. J. Differential: Limited slip, anti-spin or electronic lock type required. Specify Type: Ih) Lebo" NOTES/COMMENTS: YES NO NO&PROVIDE 4: ELECTRICAL SYSTEM ALTERNATIVE A. Ignition System: 12-volt, solid state. Must be equipped with high tension, radio frequency shielded, ignition wiring. The vehicle shall be compatible with use of installed mobile radio, including low band radios. B. Battery: Heavy duty, maintenance free, highest cold cranking amperage capacity available from factory for model bidding. State capacity ?LC) C. Alternator: Highest output availabl fr m factory. ✓ _ a. Please state output ri D. Bonding and Grounding: All components of the vehicle necessary to prevent interference with reception of low band two-way radio installed in 5084 OF 2016 3/Ton Regular Cab 4x4 Base Truck Page 8 of 16 STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS the vehicle shall be adequately bonded and grounded. NOTES/COMMENTS: YES NO NO&PROVIDE 5. :RADIO FREQUENCY SHIELDING Cautionll: ALTERNATIVE A. The chassis and/or installed components and equipment shall be compatible with use of NDOR mobile and/or two-way communication • / devices. Main communication radio operates in low band range of 47 �/ MHz to 48 MHz,but all frequencies apply including low band, high band, UHF and VHF. B. The chassis and/or installed components and equipment shall be manufactured to meet all current SAE and/or ISO Standards applicable and/or relevant to Electromagnetic Compatibility. C. NDOR will conduct testing of radio/two-way when installed in chassis. NDOR will notify vendor if normal operational parameters are not met due to degradation of signals caused by electromagnetic emissions from chassis or installed components and equipment. Vendor shall be required to work with NDOR personnel to reduce interference level to a point acceptable to NDOR normal radio operating parameters. Vendor shall have 30 days to resolve RFI issue. D. Vendor and/or manufacturer will be responsible for any and all cost to replace and/or modify any parts found to cause radio frequency interference_ If NDOR and vendor cannot resolve source of RFI the unit will be sent to an independent accredited lab for testing to ensure SAE and/or ISO Standards compliance. Testing shall be done to SAE and/or ISO Standards which were current at date of bid. Should the chassis and/or installed components and equipment fail testing at the accredited lab,the vendor shall be responsible for all cost incurred for testing. J E. If after testing by NDOR and or accredited lab, the vendor is unable or unwilling to incur the cost and correct the RFI issue to the satisfaction of NDOR, ALL ORDERS AND CORRESPONDING CONTRACT WILL BE CANCELLED. NOTES/COMMENTS: YES NO NO&.PROVIDE 6. " MISCELLANEOUSALTERNATIVE A. All trucks shall be protected to 34 degrees below zero Fahrenheit by permanent type ethylene glycol base antifreeze of the brand normally fumished by the manufacturer. The radiator shall be tagged or marked ✓ to indicate the type, brand and degree of protection.Thermostat required as recommended for permanent-type antifreeze. Manufacturer's optional increased cooling capacity system, if available by manufacturer, must be fumished. B. Coolant recovery system required. C. Each unit shall be delivered to the purchaser with all wheels balanced and the front end aligned. 5084 OF 2016'/<Ton Regular Cab 4x4 Base Truck Page 9 of 16 • STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS / D. Manufacturer's standard equipment jack to comply with GVWR must be ✓/ supplied. The standard complement of tools such as wheel lug wrench, and jack handle shall be provided,together with facilities for storage. E. Purchase orders issued from the resulting contract(s) may specify ✓ prospective delivery dates due to agency operational needs and budget;upon acceptance of purchase order Contractor agrees to abide by any such prospective delivery date. F. Non-Contract Items are items not listed on the contract, but may be needed by the ordering agency for their business needs to complete the purchase of the vehicle. Non-contract item pricing shall be requested by �f the ordering agency in written form. Pricing documentation will be attached to the purchase order and a line Non-Contract Item' line to the purchase order. G. Contractor can provide a link to price list for Non-Contract Items or catalog pricing for MSRP with corresponding discount from MSRP. NOTES/COMMENTS: ask. / C( se.. 0,decs Cto -1- haae q e.l=uer8 do-4 ewer t30 does le e Veti',otes Qrr:Va.t 4r 7►4 er YES NO NO&PROVIDE; 1 7 . ;SUSTAINABILITY / ALTERNATIVE / A. If any part or component of the vehicle bid contains recycled or bio- E/ based material(s), please list and provide detailed information on the environmental attributes. NOTES/COMMENTS: YES NO NO&PROVIDE. _8 DELIVERY:: ALTERNATIVE. A. All vehicles shall be delivered FOB destination in Lincoln, Nebraska and in accordance with the Delivery Schedule shown on the purchase order. Trucks are to be road ready,fully equipped,serviced,and washed with a minimum of '/< tank of gasoline in the tank. Trucks showing lack of proper dealer pre-delivery service shall be subject to rejection until the vehicle is properly serviced. Factory pre-delivery service is not acceptable. Dealer nameplates, decals, etc. shall not be affixed. A signed copy of the completed manufacturer's"New Vehicle Preparation- Inspection and Road Test"form must accompany each vehicle at time of delivery. B. After the truck has been fully serviced, the dealer may deliver it by rail freight, truck transport or by driving to the destination. IMPORTANT Odometer mileage: Within a 200-mile radius of Lincoln— less than 200 J/ miles on the odometer;outside the 200-mile radius of Lincoln—less than 450 miles on the odometer at the time the motor vehicle is officially accepted and signed for by the purchaser. Deliveries shall be made between the hours of 9:00 AM and 3:00 PM daily, except Saturday, Sunday, and holidays. All deliveries must be scheduled with the Agency Representative. 5084 OF 2016 3 Ton Regular Cab 4x4 Base Truck Page 10 of 16 STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS C. The original manufacturer's statement of origin, a service authorization card, and a properly executed service and warranty policy shall accompany each vehicle when delivered. D. Each vehicle shall be completely checked by the vendor to ensure conformance with the manufacturer's specifications and the State of Nebraska requirements as stated herein. • E. Invoices shall describe the truck, including vehicle identification number (VIN),key number and State of Nebraska purchase order number. F. Contract supplier or suppliers may honor pricing and extend the contract to political subdivisions,cities and counties. Political subdivisions,cities, and counties must meet terms and conditions of the contract. G. Trucks that have been wrecked or sustained more than minor nicks and scratches will not be accepted. The vendor should not attempt to deliver a unit until minor nicks and scratches have been repaired. Failure to 1/ comply with the above may result in the dealer not being allowed to bid on future motor vehicles contracts. H. Vendor shall provide order number to the purchaser within 5 business days after Purchase Order has been received. Vendor shall email, fax, or mail this information to each buyer. NOTES/COMMENTS: YES NO NO 8 PROVIDE: 9 WARRANTY- . . . -. : .,. __ALTERNATIVE.: A. The manufacturer's standard warranty shall apply to each vehicle (refer to item B below). Mechanical or body repair required under manufacturer's warranty, prior to use of the vehicle by the State, shall be the responsibility of the selling dealer, including the transportation thereof. Warranty to be effective from date of issuance of first assignment and the mileage warranty will begin from the mileage on the odometer on the date of assignment. The selling dealer will provide warranty activation cards or delayed warranty forms with manufacturer mailing information in order to pro erly activate said warranty. B. A minimum warranty of 3 years, 36,000 miles or the manufacturer's standard warranty, whichever is greater, is required. A minimum of 5 years, 100,000 miles rust warranty is required. Indicate standard manufacturer's warranties. The manufacturer's standard warranty shall be stated in the Exceptions/Comments section of the Bid if different and noted if different than requested. NOTES/COMMENTS: YES NO NO&'PROVIDE 10 'SERVICE ALTERNATIVE jA. Prior to the awarding of, or entering into any agreement or contract, whether verbal or in writing, it shall be the responsibility of the manufacturer and/or the successful bidder to ensure and satisfy the State of Nebraska that there are factory authorized dealers, 5084 OF 2016 3/4 Ton Regular Cab 4x4 Base Truck Page 11 of 16 STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS geographically located within the United States of America and the State of Nebraska, who will service and repair the vehicles being submitted for consideration without undue delay. B. It is the responsibility of the vendor to see that the following agencies have received, or will receive in a timely fashion, Fleet Buyers Guides and Source Book for ordering purposes: AS/Transportation Services Bureau, AS/Materiel Division Purchasing Bureau, University of Nebraska-Lincoln Transportation Services, Game and Parks Commission, Department of Roads,and the Nebraska State Patrol. C. THE STATE OF NEBRASKA'S OBLIGATION TO PAY IS CONTINGENT UPON LEGISLATIVE APPROPRIATION OF FUNDS FOR THAT PURPOSE. SHOULD SAID FUNDS NOT BE APPROPRIATED, THE STATE OF NEBRASKA MAY TERMINATE THIS AGREEMENT. THE STATE OF NEBRASKA WILL GIVE THE VENDOR THIRTY DAYS WRITTEN NOTICE OF SUCH TERMINATION. D. Vendor must indicate to whom payment is to be made, stating full name of company or entity, complete address and telephone number. After contract is awarded, payment shall only be made as indicated unless written notification is made to the AS/MaterieUPurchasing Bureau requesting an addendum to the contract; must be done 30 days prior to the delivery of vehicle.THERE WILL BE NO EXCEPTIONS! E. If vendor is interested in electronic fund transfer(EFT) payment, please contact purchasing agency after contract has been awarded. / F. The manufacturer and/or the successful bidder should allow the State of v/ Nebraska to participate in the manufacturer's service training network. Service network includes dealer onsite training, schools and computer based training when applicable. NOTES/COMMENTS: YES NO NO&PROVIDE 11 SECRETARYOF STATE REGISTRATION REQUIREMENTS ALTERNATIVE:, *Prior to contract award and/or upon rrEigiret of.SPl3,potential award recipients) Will be asked'to certify compliance with Nebraska Secretary of:.State Registration; by-;providing-a true and exact copy,of current (dated within 90 days) valid Certificate of Good Standing or'Letter'Of;Good:Standinq. . ..... . A. Bidder is a SOLE PROPRIETORSHIP(in which case, no Letter of Good Standing/Certificate of Good Standing is required) If the Bidder is an Individual or Sole Proprietorship,the following applies: 1. The Bidder must complete the United States Citizenship Attestation Form, available on the Department of Administrative Services website at http://das.nebraska.gov/rnateriel/purchasing_html / The completed United States Attestation Form should be submitted with the Invitation to Bid response. 2. If the Bidder indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE) Program. 5084 OF 2016 3/Ton Regular Cab 4x4 Base Truck Page 12 of 16 STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS 3. The Bidder understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as / required by Neb. Rev. Stat.§4-108. B. Bidder is a GENERAL PARTNERSHIP (in which case, no Letter of Good Standing/Certificate of Good Standing is required). - / C. Bidder is a FOREIGN or DOMESTIC CORPORATION or BUSINESS and a copy of current Letter of Good Standing/Certificate of Good Standing from the Nebraska Secretary of State is provided within bid submission documents. D. Bidder is a FOREIGN or DOMESTIC CORPORATION or BUSINESS / and a copy of current Letter of Good Standing/Certificate of Good Standing from the Nebraska Secretary of State will be provided in a timely manner upon request prior to award. NOTES/COMMENTS: / YES NO NO&PROVIDE" 12 Sid;Comptfance ALTERNATIVE A. Specifications have been read and fully understood. Any exceptions have been written on the bid or attached. Bid is signed and unit price is in compliance with the given unit of measure. NOTES/COMMENTS: • 5084 OF 2016%Ton Regular Cab 4x4 Base Truck Page 13 of 16 STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS ATTACHMENT— Utility Body for Single Rear Wheel Chassis The chassis-cab with utility body shall be the latest current model under standard production at the time order is written. The units are to be equipped as regularly advertised and manufactured, complete and ready for satisfactory operation after installation, and shall comply with the following MINIMUM requirements. Descriptive literature and warranty should be supplied with Invitation to Bid and must be supplied before award if asked by Fleet Management. YES NO NO&PROVIDE 1.:, - - UTILITY BODY DIMENSIONS V A. Approximate . ALTERNATIVE length of 96 to 98 inches. B. Width of about 78 inches. C. Approximate height of 40 inches in front and rear. D. Approximate floor width 48 inches. E. Must match Cab to Axle dimension of truck bid(either 56 or 60 inches). NOTES/COMMENTS: YES NO NO;&PROVIDE 2 SCOPE ALTERNATIVE" J A. Latest current model under standard production at time order is written. - J B. Units equipped as regularly advertised and manufactured. NOTES/COMMENTS: YES NO NO&PROVIDE 3 BUMPER ALTERNATIVE • - .. A. Steel step type with hitch weldment and hole. NOTES/COMMENTS: YES NO ' NO&PROVIDE 4 SHELVES AND DIVIDERS ALTERNATIVE 107. A. All shelves and dividers are to be removable. B. Front vertical compartments to have three shelves and minimum five dividers. C. Horizontal compartments to have one shelf and minimum five dividers. NOTES/COMMENTS: 5084 OF 2016 3/4 Ton Regular Cab 4x4 Base Truck Page 14 of 16 STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS YES NO NO&"PROVIDE 5. " ;PAINT AND-"COATJNG ALTERNATIVE A. Primer that is recommended for polyurethane final coat. B. Color will be from manufacturer's standard colors of safety yellow or ✓ white. C. All paint will be base coat/clear coat acrylic, activator-hardened acrylic or polyurethane type. NOTES/COMMENTS: YES NO NO&.PROVIDE 6. "LIGHTS ALTERNATIVE , :•. A. Dual tail, stop and direction with back-up lights that are mounted on upper part of body(not bumper area). B. Clearance lights or reflectors required. C. All lights shall meet Federal requirements. 4/ D. Holes in body for lights required. NOTES/COMMENTS: YES NO NO&PROVIDE 7 -.;.GENERAL • ••., ALTERNATIVE ; A. Fuel pipe adapter for fuel tank on chassis required. B. Compartment doors to be weather tight with automotive type rubber seals. C. Unit to be equipped with lid. D. Upper structure to be zinc-coated steel. E. Undercoating on underbody required. F. Vendor to have installed or to install to meet all specifications. G. Dealer's decals, stickers or other signs shall not be on units; manufacturer's nameplates, stampings and other similar signs are acceptable. NOTES/COMMENTS: YES NO. NO&PROVIDE' 8, WARRANTY ALTERNATIVE ✓ A. State Warranty on Utility Body. NOTES/COMMENTS: 5084 OF 2016%Ton Regular Cab 4x4 Base Truck Page 15 of 16 STATE OF NEBRASKA PURCHASING BUREAU SPECIFICATIONS YES NO NO&PROVIDE 9: TRAILER TOW • ALTERNATIVE A. Trailer tow package to include integrated brake controller, complete with all hardware including receiver hitch, minimum class 4 required. If factory installation is not available, dealer installation is acceptable. • Please state towing capacity being furnished: NOTES/COMMENTS: InDE,:- TO COMPLETE THE FOLLOWING SECTION GENERAL COMMODITY TERMS BY :.. .1 = EACH CLAUSE YES-. 'NO' OR 'NO & PROVIDE ALTERNATIVE'AS APPROPRIATE. 5084 OF 2016 3/Ton Regular Cab 4x4 Base Truck Page 16 of 16 Model Information-Online Ordering Guide Page 1 of 1 TRAILERING SPECS-Automatic 2016 Silverado 2500HD Fleet Transmission Ratings with 5th Wheel or Gooseneck Hitch Maximum trailer ratings are calculated assuming standard equipped vehicle, driver and required trailering equipment. The weight of optional equipment, passengers and cargo will reduce the Automatic Transmission Ratings with 5th Wheel or Gooseneck Hitch V maximum trailer weight your vehicle can tow.15 to 25%of the trailer weight is the recommended 5th Wheel or Gooseneck kingpin load. Automatic Transmission Ratings with 5th Wheel or Gooseneck Hitch (L96)Vortec 6.0L V8 SFI (LML)Duramax 6.6L Turbo Diesel V8 Model Axle Maximum Trailer Axle Maximum Trailer Ratio Weight lbs.(kg) Ratio Weight lbs.(kg) CC25743 3.73 9800(4445) 3.73 15800(7167) 4:10 14300(6486) 3.73 9700(4400) 3.73 15200(6895) CC25943 4.10 14200(6441) 3.73 9500(4309) 3.73 13900(6305) CK25743 4.10 14000(6350) 3.73 9400(4264) 3.73 12900(5851) CK25943 4.10 13900(6305) 3.73 10000(4536) 3.73 16900(7666) CC25753 4.10 14500(6577) CC25953 3.73 9900(4491) 3.73 16100(7303) 4.10 14400(6532) 3.73 9700(4400) 3.73 14900(6759) CK25753 4.10 14200(6441) 3.73 9600(4355) 3.73 14200(6441) CK25953 4.10 14100(6396) 3.73 10300"(4672) 3.73 18000::(8165) CC25903 .4.10 14800(6713) 3.73 10000.(4536) 3:73 16400(7439) CX259.03 • 4.10 14500(6577) GCWR For Engine/Rear Axle Ratio Combination with Automatic Transmission (GCWR)Gross Combination Weight Ratings lbs.(kg) Engine 16600 21100 25100 (7530) (9571) (11385) (L96)Vortec 6.0L V8 SFI 3.73 4.10 • (LML)Duramax 6.6L Turbo Diesel V8 3.73 https://www.autopartners.netlapps/eogld/NASApp/domestic/proddesc jsp?year=2016&add... 8/18/2015 Model Information-Online Ordering Guide Page 1 of 1 TRAILERING SPECS-Automatic 2016 Silverado 2500HD Fleet Transmission Ratings with Ball Hitch Maximum trailer ratings are calculated assuming standard equipped vehicle, driver and required trailering equipment. The weight of optional equipment, Automatic Transmission Ratings with Ball Hitch V passengers and cargo will reduce the maximum trailer weight your vehicle can tow.10 to 15%of the trailer weight is the recommended trailer tongue load. Automatic Transmission Ratings with Ball Hitch (L96)Vortec 6.0L V8 SFI (LC8)6.OL V8 SFI Gaseous (LML)Duramax 6.6L Turbo Diesel V8 Model Axle Maximum Trailer Axle Maximum Trailer Axle Maximum Trailer Ratio Weight lbs.(kg) Ratio Weight lbs.(kg) Ratio Weight lbs.(kg) 3.73 9900(4491) 3.73 9200(4173) 3.73 13000(5897) CC25743 4.10 13000(5897) 4.10 13000(5897) 3.73 9800(4445) 3.73 9100(4128) 3.73 14500(6577) CC25943 4.10 14300(6486) 4.10 13600(6169) 3.73 9600(4355) 3.73 8900(4037) 3.73 13000(5897) CK25743 4.10 13000(5897) 4.10 13000(5897) CK25943 3.73 9400(4264) 3.73 8800(3992) 3.73 14500(6577) 4.10 13900(6305) 4.10 13300(6033) CC25753 3.73 10000(4536) 3.73 9400(4264) 3.73 13000(5897) 4.10 13000(5897) 4.10 13000(5897) 3.73 9900(4491) 3.73 9400(4264) 3.73 14500(6577) CC25953 4.10 14400(6532) 4.10 13900(6305) 3.73 9700(4400) 3.73 9100(4128) 3.73 13000(5897) CK25753 4.10 13000(5897) 4.10 13000(5897) 3.73 9600(4355) 3.73 9000(4082) 3.73 14500(6577) CK25953 4.10 14100(6396) 4.10 13500(6124) 3.73 10400(4717) 3.73 9700(4400) 3.73 14500(6577) s CG25903 .. 4.10 14500.:(6577), ', 4.10 14200(6441) 3.73 10000(4536) 3.73 9400(4264) 3.73 14500(6577) CK25903 4.10 14500(6577) •4.10 13900(6305) • GCWR For Engine/Rear Axle Ratio Combination with Automatic Transmission (GCWR)Gross Combination Weight Ratings lbs.(kg) Engine 16600 21100 25100 (7530) (9571) (11385) (L96)Vortec 6.OL V8 SFI 3.73 4.10 (LC8)6.0L V8 SFI Gaseous 3.73 4.10 (LML)Duramax 6.6L Turbo Diesel V8 3.73 https://www.autopartners.netlapps/eogld/NASApp/domestic/proddesc jsp?year=2016&regi... 8/18/2015 Model Information-Online Ordering Guide Page 1 of 1 2016 Silveredo 2500HD Fleet COLOR AND TRIM -SEO PAINT S=Standard Equipment A=Available —(dashes)=Not Available SEO PAINT v ■=Included in Equipment Group ID=Included in Equipment Group but upgradeable Indicates availability of feature on multiple models.For example,it indicates feature availability on 2WD and 41ND Models or Rear wheel drive and All- wheel drive Models. Interior Decor Seat dark Ash seats withLevel Seat Type Code Seat Trim Jet Jet Black interior Coosa Black Dune accents 1 WT Front 40/20/40 split-bench with fold-down armrest AE7 Vinyl — H2Q — and fixed driver lumbar 1 WT Front 40/20/40 split-bench with fold-down armrest AE7 Cloth H2R — and driver manual adjustable lumbar Front 40/20/40 reclining split-bench with fold-down 1 WT armrest and lockable storage compartment and AZ3 Cloth HOU H2R — manually adjustable driver lumbar Front 40/20/40 reclining split-bench with fold-down 1 LT armrest and lockable storage compartment and AZ3 Cloth HOU H2S1 H2T1 manually adjustable driver lumbar Front power reclining buckets with heat,driver side 1 LT has 10-way power and passenger side has 6-way A95 Cloth HOU H2S H2T power ♦ Front 40/20/40 reclining split-bench with fold-down Leather- 1 LT armrest and lockable storage compartment and AZ3 appointed front H1Y -- — ,e1 manually adjustable driver lumbar seats Interior • ` Exterior Color Touch-Up Paint Dark Ash seats with Solid Paint Code Number Jet Jet Black interior Cocoa BM& Dune accentsA Woodland Green 9V5 WA-9015 A A A Doeskin Tan none WA-9403 A A A Wheatland Yellow 9W3 WA-253A A A A j1^ Tangier Orange 9W4 WA-9417 A A A l " , Blue Metallic none WA-7159 A A A Dark Toreador Red none WA-334D A A A Indigo Blue none WA-9792 A A A Light Autumnwood Metallic none WA-228A A A A Pewter none WA-382E A A _ A Yellow none WA-5248 A A A Blue none WA-5405 A A A Yellow none WA-5445 A A A Yellow none WA-5456 A A A Blue none WA-5663 A A A Blue none WA-7154 A A A Yellow none WA-9414 A A A Orange none WA-9419 A A A Orange none WA-770H A A A Arrival Blue Metallic none WA-815K A A A Blue none WA-454N A A A Unripened Green Metallic none WA-136X A A A 1-Includes(AG1)10-way power driver seat. 2-Not available on Regular Cab models. 3-Not available on Regular Cab models.Includes(AG1)10-way power driver seat and(I(AW)driver and front passenger heated seat cushions and seat backs. hops://www.autopartners.netlapps/eogld/NASApp/domestic/proddesc j sp?year=2016&veh... 8/18/2015 Model Information-Online Ordering Guide Page 1 of 1 2016 Silverado 2500HD Fleet COLOR AND TRIM -WT and LT S=Standard Equipment A=Available —(dashes)=Not Available WT and LT V •=Included in Equipment Group Li=Included in Equipment Group but upgradeable *Indicates availability of feature on multiple models.For example,it indicates feature availability on 2WD and 4WD Models or Rear wheel drive and All-wheel drive Models. • Interior Decor Seat Dark Ash seats roam/ • Level Seat Type Jet Seat Trim Code with Jet Black Black interior accents Dune 1 WT Front 40/20/40 split-bench with fold-down AE7 Vinyl — H2Q -- armrest and fixed driver lumbar 1 WT Front 40/20/40 split-bench with fold-down• AE7 Cloth H2R armrest and driver manual adjustable lumbar Front 40/20/40 reclining split-bench with fold- 1 WT down armrest and lockable storage AZ3 Cloth HOU H2R — compartment and manually adjustable driver lumbar Front 40/20/40 relining split-bench with fold- 1 LT down armrest and lockable storage AZ3 Cloth HOU H2S1 H2T1 compartment and manually adjustable driver lumbar - Front power reclining buckets with heat,driver 1 LT side has 10-way power and passenger side A95 Cloth HOU H2S H2T has 6-way power Front 40/20/40 reclining split-bench with fold- Leather- 1 LT down armrest and lockable storage AZ3 appointed front H1Y3 -- — compartment and manually adjustable driver seats IA- �,4p lumbar lib- Interior Exterior Color Touch-Up Dark Ash seats Solid Paint Code Paint Number Jet with Jet Black Cocoa/ Black interior accents Dune (4/ Slate Grey Metallic4 G1C WA-402Y A A A NEW! Siren Red Tintcoat5 G1E WA-405Y A A A L OS.‘"1.—...Deep Ocean Blue Metallic6 G1K WA-409Y A A A A/44 NEW! Butte Red Metallic? G7T WA-142X A A A NC ^Silver Ice Metallic GAN WA-636R A A A NC_Summit White GAZ WA-8624 A A A ^/C,.--.Black GBA WA-8555 A A A NC,_,NEW! Red Hot G7C WA-130X A A A /Lt.-._ Tungsten Metallic GXG WA-121V A A A NEW! Autumn Bronze Metallic6 G1F WA-406Y A A A 1-Requires(PCY)LT Fleet Convenience Package.Includes(AG1)10-way power driver seat. •r 2-Not available on Regular Cab models. 4{/ 3-Not available on Regular Cab models.Includes(AG1)10-way power driver seat and(KM)driver and front passenger heated seat 4tn cushions and seat backs. 4-Requires 1 LT equipment groups. 5-Available at extra charge.Requires Double Cab models. 6-Available at extra charge. 7-Requires Crew Cab models. https://www.autopartners.net/apps/eogld/NASApp/domestic/proddesc jsp?year=2016&veh... 8/18/2015 3s State of Nebraska Department of Administrative Services Ad"�"`°u stt atiV6Services State Purchasing Bureau 1526 K Street, Suite 130 Materiel Division Lincoln,NE 68508 • The Nebraska State Purchasing Bureau has issued Invitation to Bid 5084 OF For 3/4 TON REGULAR CAB 4X4 BASE TRUCK GENERAL COMMODITY TERMS Visit State Purchasing Bureau's website to access all Bid Opportunities and Bid Tabulations: http://das.nebraskuov/materiellorchasing.html Page 1 SPB ITB Revised: 07/29/2015 TABLE OF CONTENTS TABLE OF CONTENTS 2 I. PROCUREMENT PROCEDURES 10 A. GENERAL INFORMATION 10 B. COMMUNICATION WITH STATE STAFF AND EVALUATORS 10 C. SUBMISSION OF BIDS 10 D. IMPORTANT NOTICE LANGUAGE 11 E. DISCOUNTS 11 F. PRICE ADJUSTMENTS DURING CONTRACT TERM 11 G. PAYMENT 11 H. BID EXECUTION 11 I. BID OPENING 12 J. ELECTRONIC DOCUMENTS/FACSMILIE SUBMISSIONS 12 K. VALID BID TIME 12 L. ALTERNATE/EQUIVALENT BIDS 12 M. LATE BIDS 12 N. NO BID 12 O. LUMP SUM OR ALL OR NONE BIDS 12 P. REJECTION OF BIDS 13 Q. EVALUATION OF BIDS 13 R. BID TABULATIONS 13 S. MANDATORY REQUIREMENTS 13 T. REFERENCE CHECKS 13 U. RECYCLING 13 W. RESIDENT BIDDER 14 Z. VIOLATION OF TERMS AND CONDITIONS 15 A. GENERAL 16 B. SPECIFICATIONS 17 C. DRUG POLICY 17 D. NE ACCESS TECHNOLOGY STANDARDS 17 E. COMPLIANCE WITH CIVIL RIGHTS LAWS AND EQUAL OPPORTUNITY EMPLOYMENT/ NONDISCRIMINATION 18 F. PERMITS, REGULATIONS, LAWS 18 G. CONTRACTOR RESPONSIBILITY 18 H. FUNDING OUT CLAUSE OR LOSS OF APPROPRIATIONS 19 I. RIGHT TO AUDIT 19 J. CONFLICT OF INTEREST 20 K. BID PREPARATION COSTS 20 L. ERRORS AND OMISSIONS 21 M. ASSIGNMENT BY THE STATE 21 N. ASSIGNMENT BY THE CONTRACTOR 21 O. GOVERNING LAW 21 Page 2 SPB ITB Revised: 07/29/2015 P. ATTORNEY'S FEES 22 Q. ADVERTISING 22 R. NOTIFICATION 22 S. EARLY TERMINATION 23 T. BREACH BY CONTRACTOR 24 U. ASSURANCES BEFORE BREACH 24 V. ACCEPTANCE AND PAYMENT OF GOODS 25 W. FORCE MAJEURE 25 X. PROHIBITION AGAINST ADVANCE PAYMENT 25 Y. PAYMENT 25 Z. INVOICES 26 AA. TAXES 26 BB. SEVERABILITY 26 CC. PROPRIETARY INFORMATION 27 DD. CERTIFICATION OF INDEPENDENT PRICE DETERMINATION/COLLUSIVE BIDDING 27 EE. PRICES 28 FF. ETHICS IN PUBLIC CONTRACTING 28 GG. INDEMNIFICATION 29 HH. ANTITRUST 30 II. EMPLOYEE WORK ELIGIBILITY STATUS 30 III. SCOPE OF WORK • 31 A. AMENDMENT 31 B. REVISIONS 31 Form A Bidder Contact Sheet 34 Page 3 SPB I B Revised: 07/29/2015 • GLOSSARY OF TERMS Acceptance Test Procedure: Benchmarks and other performance criteria, developed by the State of Nebraska"or other sources of testing standards,for measuring the effectiveness of products or services and the means used for testing such performance. Addendum: Something to be added or deleted to an existing document; a supplement. Agency: Any state agency, board, or commission other than the University of Nebraska, the Nebraska State colleges, the courts,the Legislature, or any other office or agency established by the Constitution Hof Nebraska. • Agent/Representative: A person authorized to act on behalf of another. Amend: To alter or change by adding, subtracting, or substituting. Amendment: A written correction or alteration to a document. Appropriation: Legislative authorization to expend public funds for a specific purpose. Money set apart for a specific use. s ARO: After Receipt of Order. Award: All purchases, leases, or contracts which are based on competitive bids will be awarded according to the provisions in the Invitation to Bid. The State reserves the right to reject any or all bids, wholly or in part, or to award to multiple bidders in whole or in part. The State reserves the right to waive any deviations or errors that are not material, do not invalidate the legitimacy of the bid, and do not improve the bidder's competitive position. All awards will be made in a manner deemed in the best interest of the State. Bid/Proposal: The offer submitted by a vendor in a response to written solicitation. Bid Bond: An insurance agreement, accompanied by a monetary commitment, by which a third party(the surety) accepts liability and guarantees that the vendor will not withdraw the bid. Bidder: A vendor who submits an offer bid in response to a written solicitation. Business: Any corporation, partnership, individual, sole proprietorship,joint-stock company,joint venture, or any other private legal entity. Business Day: Any weekday, except State-recognized holidays. Calendar Day: Every day shown on the calendar including Saturdays, Sundays, and State/Federal holidays. Cancellation: To call off or revoke a purchase order without expectation of conducting or performing it at a later time. Collusion: An agreement or cooperation between two or more persons or entities to accomplish a fraudulent, deceitful, or unlawful purpose. Commodities: Any equipment, material, supply or goods; anything movable or tangible that is provided or sold. Page 4 SPB FIB Revised: 07/29/2015 Commodities Description: Detailed descriptions of the items to be purchased; may include information necessary to obtain the desired quality,type, color, size, shape, or special characteristics necessary to perform the work intended to produce the desired results. Competition: The effort or action of two or more commercial interests to obtain the same business from third parties. Confidential Information: Unless otherwise defined below, "Confidential Information" shall also mean proprietary trade secrets, academic and scientific research work which is in progress and unpublished, and other information which if released would give advantage to business competitors and serve no public purpose (see Neb. Rev. Stat. §84-712.05(3)). In accordance with Nebraska Attorney General Opinions 92068 and 97033, proof that information is proprietary requires identification of specific, named competitor(s)who would be advantaged by release of the information and the specific advantage the competitor(s)would receive. Contract: An agreement between two or more parties creating obligations that are enforceable or otherwise recognizable at law;the writing that sets forth such an agreement. Contract Administration: The management of the contract which includes and is not limited to.contract signing, contract amendments and any necessary legal actions. Contract Management: The management of day to day activities at the agency which includes and is not limited to ensuring deliverables are received, specifications are met, handling meetings and making payments to the Contractor. Contract Period: The duration of the contract. Contractor: Any individual or entity having a contract to furnish commodities or services. Cooperative Purchasing: The combining of requirements of two or more political entities to obtain advantages of volume purchases, reduction in administrative expenses or other public benefits. Copyright: A property right in an original work of authorship fixed in any tangible medium of expression, giving the holder the exclusive right to reproduce, adapt and distribute the work. CPU: Any computer or computer system that is used by the State to store, process, or retrieve data or perform other functions using Operating Systems and applications software. Critical Program Error: Any Program Error,whether or not known to the State,which prohibits or significantly impairs use of the Licensed Software as set forth in the documentation and intended in the contract. Customer Service: The process of ensuring customer satisfaction by providing assistance and advice on those products or services provided by a Contractor. Default: The omission or failure to perform a contractual duty. Deviation: Any proposed change(s) or alteration(s)to either the terms and conditions or deliverables within the scope of the written solicitation or contract. Page 5 SPB ITB Revised: 07/29/2015 Evaluation: The process of examining an offer after opening to determine the vendor's responsibility, responsiveness to requirements, and to ascertain other characteristics of the offer that relate to determination of the successful award. Evaluation Committee: Committee(s) appointed by the requesting agency that advises and assists the procuring office in the evaluation of bids/proposals (offers made in response to written solicitations). Extension: Continuance of a contract for a specified duration upon the agreement of the parties beyond the original Contract Period. Not to be confused with "Renewal Period". Free on Board (F.O.B.)Destination: The delivery charges are included in the quoted price and prepaid by the vendor. Vendor is responsible for all claims associated with damages during delivery of product. Free on Board (F.O.B.) Point of Origin: The delivery charges are not included in the quoted price and are the responsibility of the agency. Agency is responsible for all claims associated with damages during delivery of product. Foreign Corporation: A foreign corporation that was organized and chartered under the laws of another state, government, or country. Installation Date: The date when the procedures described in "Installation by Contractor", and "Installation by State", as found in the RFP, ITB (written solicitation) or contract are completed. Late Bid/Proposal: An offer received after the Opening Date and Time. Licensed Software Documentation: The user manuals and any other materials in any form or medium customarily provided by the Contractor to the users of the Licensed Software which will provide the State with sufficient information to operate, diagnose, and maintain the Licensed Software properly, safely, and efficiently. Mandatory/Must: Required, compulsory, or obligatory. May: Discretionary, permitted; used to express possibility. Module (see System): A collection of routines and data structures that perform a specific function of software. Must: See Shall/Will/Must. National Institute for Governmental Purchasing(NIGP): National Institute of Governmental Purchasing — Source used for assignment of universal commodity codes to goods and services. Open Market Purchase: Authorization may be given to an agency to purchase items above direct purchase authority due to the unique nature, price, quantity, location of the using agency, or time limitations by the AS Materiel Division, State Purchasing Bureau. Opening Date and Time: Specified date and time for the public opening of received, labeled, and sealed formal bids. Operating System: The control program in a computer that provides the interface to the computer hardware and peripheral devices, and the usage and allocation of memory resources, processor resources, input/output resources, and security resources. Page 6 SPB ITB Revised: 07/29/2015 Outsourcing: The contracting out of a business process which an organization may have previously performed internally or has a new need for, to an independent organization from which the process is purchased back. Payroll &Financial Center(PFC): Electronic procurement system of record. Performance Bond: An insurance agreement, accompanied by a monetary commitment, by which a third party (the surety)accepts liability and guarantees that the Contractor fulfills any and all obligations under the contract. Platform: A specific hardware and Operating System combination that is different from other hardware and Operating System combinations to the extent that a different version of the Licensed Software product is required to execute properly in the environment established by such hardware and Operating System combination. Pre-Bid/Pre-Proposal Conference: A meeting scheduled for the purpose of clarifying a written solicitation and related expectations. Product: Something that is distributed commercially for use or consumption and that is usually (1)tangible personal property, (2)the result of fabrication or processing, and (3)an item that has passed through a chain of commercial distribution before ultimate use or consumption. Program Error: Code in Licensed Software which produces unintended results or actions, or which produces results or actions other than those described in the specifications. A program error includes, without limitation, any Critical Program Error. Program Set: The group of programs and products, including the Licensed Software specified in the RFP, plus any additional programs and products licensed by the State under the contract for use by the State. Project: The total scheme, program, or method worked out for the accomplishment of an objective, including all documentation, commodities, and services to be provided under the contract. Proposal: See Bid/Proposal. Proprietary Information: Proprietary information is defined as trade secrets, academic and scientific research work which is in progress and unpublished, and other information which if released would give advantage to business competitors and serve no public purpose(see Neb. Rev. Stat. §84-712.05(3)). In accordance with Attorney General Opinions 92068 and 97033, proof that information is proprietary requires identification of specific, named competitor(s)who would be advantaged by release of the information and the specific advantage the competitor(s)would receive. Protest/Grievance: A complaint about a governmental action or decision related to an Invitation to Bid or resultant contract, brought by a vendor who has timely submitted a bid response in connection with the award in question, to AS Materiel Division or another designated agency with the intention of achieving a remedial result. Public Proposal/Bid Opening: The process of opening correctly submitted offers at the time and place specified in the written solicitation and in the presence of anyone who wished to attend. Recommended Hardware Configuration: The data processing hardware (including all terminals, auxiliary storage, communication, and other peripheral devices)to the extent utilized by the State as recommended by the Contractor. Page 7 SPB ITB Revised: 07/29/2015 Release Date: The date of public release of the written solicitation to seek offers Renewal Period: Optional contract periods subsequent to the original Contract Period for a specified duration with previously agreed to terms and conditions. Not to be confused with Extension. Request for Information (RFI): A general invitation to vendors requesting information for a potential future solicitation. The RFI is typically used as a research and information gathering tool for preparation of a solicitation. Request for Proposal (RFP): A written solicitation utilized for obtaining competitive offers. Responsible Bidder: A bidder who has the capability in all respects to perform fully and lawfully all requirements with integrity and reliability to assure good faith performance. Responsive Bidder: A bidder who has submitted a bid which conforms to all requirements of the solicitation document. Shall/Will/Must: An order/command; mandatory. Should: Expected; suggested, but not necessarily mandatory. Software License: Legal instrument with or without printed material that governs the use or redistribution of licensed software. Sole Source—Commodity: When an item is available from only one source due to the unique nature of the requirement, its supplier, or market conditions. Sole Source—Services: A service of such a unique nature that the vendor selected is clearly and justifiably the only practical source to provide the service. Determination that the vendor selected us justifiably the sole source is based on either the uniqueness of the service or sole availability at the location required. Specifications: The detailed statement, especially of the measurements, quality, materials, and functional characteristics, or other items to be provided under a contract. System (see Module): Any collection or aggregation of two(2) or more Modules that is designed to function, or is represented by the Contractor as functioning or being capable of functioning, as an entity. Termination: Occurs when either party, pursuant to a power created by agreement or law, puts an end to the contract prior to the stated expiration date. All obligations which are still executory on both sides are discharged but any right based on prior breach or performance survives. Trade Secret: Information, including, but not limited to, a drawing,formula, pattern, compilation, program, device, method, technique, code, or process that (a)derives independent economic value, actual or potential,from not being known to, and not being ascertainable by proper means by, other persons who can obtain economic value from its disclosure or use; and (b) is the subject of efforts that are reasonable under the circumstances to maintain its secrecy (see Neb. Rev. Stat. §87-502(4)). Trademark: A word, phrase, logo, or other graphic symbol used by a manufacturer or vendor to distinguish its product from those of others, registered with the U.S. Patent and Trademark Office. Upgrade: Any change that improves or alters the basic function of a product of service. Page 8 SPB ITB Revised: 07/29/2015 Vendor: An individual or entity lawfully conducting business in the State of Nebraska, or licensed to do so, who seeks to provide goods or services under the terms of a written solicitation. Vendor Performance Report: A report issued to the Contractor by State Purchasing Bureau when products or services delivered or performed fail to meet the terms of the purchase order, contract, and/or specifications, as reported to State Purchasing Bureau by the agency. The State Purchasing Bureau shall contact the Contractor regarding any such report. The vendor performance report will become a part of the permanent record for the Contractor. The State may require vendor to cure. Two such reports may be cause for immediate termination. Will: See Shall/Will/Must. Work Day: See Business Day. • Page 9 SPB ITB Revised: 07/29/2015 State of Nebraska (State Purchasing Bureau) INVITATION TO BID FOR COMMODITY CONTRACT FORM PROCUREMENT PROCEDURES A. GENERAL INFORMATION The Invitation To Bid (ITB) is designed to solicit bids from qualified vendors who will be responsible for providing vehicles at a competitive and reasonable cost. Bids that do not conform to the mandatory items as indicated in the Invitation To Bid will not be considered. Bids shall conform to all instructions, conditions, and requirements included in the Invitation To Bid. Prospective Bidders are expected to carefully examine all documentation, schedules, and requirements stipulated in this Invitation To Bid, and respond to each requirement in the format prescribed. In addition to the provisions of this Invitation To Bid and the awarded bid, which shall be incorporated by reference in the contract, any additional clauses or provisions required by the terms and conditions will be included as an amendment to the contract. A fixed-price contract will be awarded as a result of this Invitation to Bid. B. COMMUNICATION WITH STATE STAFF AND EVALUATORS From the date the Invitation To Bid is issued until a determination is announced regarding the contract award, contact regarding this project between potential Contractors and individuals employed by the State is restricted to only written communication with the staff designated above as the point of contact for this Invitation To Bid. Bidders shall not have any communication with, or attempt to communicate with or influence in any way, any evaluator involved in this ITB. Once a Contractor is preliminarily selected, as documented in the intent to award, that Contractor is restricted from communicating with State staff until a contract is signed. The following exceptions to these restrictions are permitted: 1. Written communication with the person(s)designated as the point(s)of contact for this Invitation To Bid or procurement; 2. Contacts made pursuant to any pre-existing contracts or obligations; and 3. State-requested presentations, key personnel interviews, clarification sessions or discussions to finalize a contract. Violations of these conditions may be considered sufficient cause to reject a Bidder's bid and/or selection irrespective of any other condition. No individual member of the State or employee of the State is empowered to make binding statements regarding this Invitation To Bid. The Buyer will issue any clarifications or opinions regarding this Invitation To Bid in writing. C. SUBMISSION OF BIDS The following describes the requirements related to bid submission, bid handling, and review by the State. To facilitate the evaluation process, one(1)original of the entire bid should be submitted. Bids must be submitted by the bid due date and time. A separate sheet must be provided that clearly states which sections, if applicable, have been submitted as proprietary or have copyrighted materials. All proprietary information the Bidder wishes the State to withhold must be submitted in accordance with the instructions outlined in Section III, Proprietary Information. If a recipient phone Page 10 SPB ITB Revised: 07/29/2015 number is required for delivery purposes, 402-471-6500 should be used. The Invitation To Bid number must be included in all correspondence. • D. IMPORTANT NOTICE LANGUAGE Bid responses should include the completed Form A, Bidder Contact Sheet. Bids must reference the Invitation To Bid number and be sent to the specified address. Please note that the address label should appear as follows: State of Nebraska Department of Administrative Services State Purchasing Bureau 1526 K Street, Suite 130 Lincoln, NE 68508 Rejected late bids will return to the bidder unopened. IMPORTANT NOTICE: Pursuant to Neb. Rev. Stat. §84-602.02, all State contracts in effect as of January 1, 2014 will be posted to a public website beginning July 1, 2014. Ali non-proprietary or confidential information as defined by State Law WILL BE POSTED FOR PUBLIC VIEWING. E. DISCOUNTS Prices quoted shall be inclusive of ALL trade discounts. Cash discount terms of less than thirty (30) days will not be considered as part of the bid. Cash discount periods will be computed from the date of receipt of a properly executed claim voucher or the date of completion of delivery of all items in a satisfactory condition,whichever is later. F. PRICE ADJUSTMENTS DURING CONTRACT TERM Any request for a price adjustment must be submitted in writing to the State Purchasing Bureau, a minimum of thirty (30) days prior to proposed effective date of increase, and must show cause with supporting documentation (such as notification letter from manufacturer). Further documentation may be required by the State,to authenticate the increase(such as manufacturer invoices). Failure to supply any requested supporting documentation may be grounds to cancel the contract. The State further reserves the right to reject any proposed price increase(s), cancel the contract and re- bid if determined to be in the best interest of the State. The State will be given full proportionate benefit of any decrease for the term of the contract. No price increases are to be billed to any State Agencies without prior written approval by the State Purchasing Bureau. Contract supplier or suppliers may honor pricing and extend the contract to political sub-divisions, cities, and counties. Terms and conditions of the contract must be met by political sub-divisions, cities, and counties. G. PAYMENT Payment will be made by the responsible agency in accordance with the State of Nebraska Prompt Payment Act, Neb. Rev. Stat. §§81-20401 through 81-2408. The State may request that payment be made electronically instead of by state warrant. H. BID EXECUTION Bids must be signed in ink by the Bidder on the State of Nebraska's Invitation To Bid form. All bids must typewritten or in ink on the State of Nebraska's Invitation To Bid form. Erasures and alternations must be initialed by the Bidder in ink. No telephone or voice bids will be accepted. Failure to comply with these provisions may result in the rejection of the bid. Page 11 SPB ITB Revised: 07/29/2015 • 1. BID OPENING The sealed bids will be publicly opened and the bidding entities announced on the date, time, and location shown in the Schedule of Events. Bids will be available for viewing by those present at the bid opening. Vendors may also contact the State to schedule an appointment for viewing bids after the Intent to Award has been posted to the website. J. ELECTRONIC DOCUMENTSIFACSMILIE SUBMISSIONS The State Purchasing Bureau will not accept electronic responses to an Invitation To Bid for a commodity contract at any dollar amount. However, an exception applies to one-time purchase bids under $25,000. These one-time purchase bids may be submitted by electronic means, but cannot exceed ten (10)pages. Sealed responses to an Invitation To Bid that contain a two party bid, may include electronic pages transmitted between the two parties, but these documents cannot be submitted to the State Purchasing Bureau by electronic means. No direct electronic solicitation responses will be accepted for a commodity contract of any estimated value. K. VALID BID TIME Bids shall be firm for a minimum of sixty(60)calendar days after the opening date, unless otherwise stipulated by either party in the Invitation To Bid. L. ALTERNATE/EQUIVALENT BIDS Bidder may offer bids which are at variance from the express specifications of the Invitation To Bid. The State reserves the right to consider and accept such bids if, in the judgment of the State Procurement Manager, the bid will result in goods and/or services equivalent to or better than those which would be supplied in the original bid specifications. Bidders must indicate on the Invitation To Bid the manufacturer's name, number and shall submit with their bid, sketches, descriptive literature and/or complete specifications. Reference to literature submitted with a previous bid will not satisfy this provision. Bids which do not comply with these requirements are subject to rejection. In the absence of any stated deviation or exception, the bid will be accepted as in strict compliance with all terms, conditions and specification, and the Bidder shall be held liable therefore. M. LATE BIDS Bids received after the time and date of the bid opening will be considered late bids. Rejected late bids will be returned to the Bidder unopened. The State is not responsible for bids that are late or lost due to mail service inadequacies, traffic, or any other reason(s). N. NO BID If not submitting a bid, respond by returning the Invitation To Bid form explaining the reason in the space provided. NOTE: To qualify as a respondent, Bidder must submit a"NO BID" and it must be received no later than the stated bid opening date and time. O. LUMP SUM OR ALL OR NONE BIDS The State reserves the right to purchase item-by-item, by groups or as total when the State may benefit by so doing. Bidders may submit a bid on an "all or none" or lump sum" basis, but should also submit a bid on an item-by-item basis. The term "all or none" means a conditional bid which requires the purchase of all items on which bids are offered and Bidder declines to accept award on individual items; a"lump sum" bid is one in which the Bidder offers a lower price than the sum of the individual bids if all items are purchased but agrees to deliver individual items at the prices quoted. Page 12 SPB ITB Revised: 07/29/2015. P. REJECTION OF BIDS The State reserves the right to reject any or all bids, wholly or in part, or to award to multiple Bidders in whole or in part. The State reserves the right to waive any deviations or errors that are not material, do not invalidate the legitimacy of the bid and do not improve the Bidder's competitive position. All awards will be made in a manner deemed in the best interest of the State. The State reserves the right to reject any or all bids and re-advertise for bids; and further reserves the right to waive any informality or irregularity. Q. EVALUATION OF BIDS All responses to this Invitation To Bid which fulfill all mandatory requirements will be evaluated for conformance to requested specifications. Elements that may also be considered include but are not limited to: a. The ability, capacity, and skill of the Bidder to deliver and implement the system or project, or provide the requested goods, that meet the requirements of the Invitation to Bid; b. The character, integrity, reputation,judgment, experience, and efficiency of the Bidder; c. Whether the Bidder can perform the contract within the specified time frame; d. The quality of Bidder performance on prior contracts; and e. Such other information that may be secured and that has a bearing on the decision to award the contract. R. BID TABULATIONS Bid tabulations are available on the website at: http://www.das.state.naus/materiel/purchasing/bidtabs.htm. Bid tabulations will not be provided by telephone or facsimile. Bid files may be examined, after the evaluation period is over, during normal business hours by appointment. S. MANDATORY REQUIREMENTS The bids will first be examined to determine if all mandatory requirements listed below have been addressed to warrant further evaluation. Bids not meeting mandatory requirements will be excluded from further evaluation. The mandatory requirement items are as follows: 1. Invitation To Bid for Commodity Contract form, signed in ink; and 2. The completed Invitation To Bid document. T. REFERENCE CHECKS The State reserves the right to check any reference(s), regardless of the source of the reference information, including but not limited to, those that may be identified by the company in the bid, those indicated through the explicitly specified contacts,those that are identified during the review of the bid, or those that result from communication with other entities involved with similar projects. The State may use a third party to conduct reference checks. U. RECYCLING As outlined in Neb. Rev. Stat. § 81-15,159, a preference shall be given to those Bidders that provide products, materials, or supplies which are manufactured or produced from recycled material or that can be readily reused or recycled after its normal use. Preference will also be given to purchases of corn-based biodegradable plastics and road deicers. No preference shall be given if such preference would result in the purchase of products, materials, or supplies that are of inadequate quality or of substantially higher cost. Page 13 SPB ITB Revised: 07/29/2015 V. SECRETARY OF STATE/TAX COMMISSIONER REGISTRATION REQUIREMENTS All Bidders should be authorized to transact business in the State of Nebraska. All Bidders are expected to comply with all Nebraska Secretary of State registration requirements. It is the responsibility of the Bidder to comply with any registration requirements pertaining to types of business entities(e.g. person, partnership, foreign or domestic limited liability company, association, • or foreign or domestic corporation or other type of business entity). The Bidder who is the recipient of an Intent to Award will be required to certify that it has complied and produce a true and exact copy of its current (within ninety(90) calendar days), valid Certificate of Good Standing or Letter of Good Standing; or in the case of a sole proprietorship, provide written documentation of sole proprietorship. This must be accomplished prior to the award of the contract. Construction Contractors are expected to meet all applicable requirements of the Nebraska Contractor Registration Act and provide a current, valid certification of registration. Further, all Bidders shall comply with any and all other applicable Nebraska statutes regarding transacting business in the State of Nebraska. Bidders should submit the above certification(s)with their bid. W. RESIDENT BIDDER Pursuant to Neb. Rev. Stat. §§ 73-101.01-73-101.02, a Resident Bidder shall be allowed a preference against a Nonresident Bidder from a state which gives or requires a preference to Bidders from that state. The preference shall be equal to the preference given or required by the state of the Nonresident Bidders. Where the lowest responsible bid from a resident bidder is equal in all respects to one from a nonresident bidder from a state which has no preference law, the resident bidder shall be awarded the contract. The provision of this preference shall not apply to any contract for any project upon which federal funds would be withheld because of the provisions of this preference. X. AWARD All purchases, leases, or contracts which are based on competitive bids will be awarded according to the provisions in the Invitation To Bid. The State reserves the right to reject any or all bids, in whole or in part, or to award to multiple Bidders, in whole or in part, and at its discretion, may withdraw or amend the Invitation To Bid at any time. The State reserves the right to waive any deviations or errors that are not material, do not invalidate the legitimacy of the bid, and do not improve the Bidder's competitive position. All awards will be made in a manner deemed in the best interest of the State. The Invitation To Bid does not commit the State to award a contract. If, in the opinion of the State, revisions or amendments will require substantive changes in bids, the due date may be extended. By submitting a bid in response to this Invitation To Bid, the Bidder grants to the State the right to contact or arrange a visit in person with any or all of the Bidder's clients. Once an Intent To Award decision has been determined, it will be posted to the Internet at: http://das.nebraska.gov/materiel/purchasing) Y. POLITICAL SUB-DIVISIONS The Contractor may extend the contract to political sub-divisions conditioned upon the honoring of the prices charged to the State. Terms and conditions of the Contract must be met by political sub- divisions. Under no circumstances shall the State be contractually obligated or liable for any purchases by political sub-divisions or other public entities not authorized by Neb. Rev. Stat. §81- 145, listed as "ail officers of the state, departments, bureaus, boards, commissions, councils, and institutions receiving legislative appropriations." A listing of Nebraska political subdivisions may be found at the website of the Nebraska Auditor of Public Accounts. Page 14 SPB ITB Revised: 07/29/2015 Z. VIOLATION OF TERMS AND CONDITIONS Violation of the terms and conditions contained in this Invitation To Bid or any resultant contract, at any time before or after the award, shall be grounds for action by the State which may include, but is not limited to,the following: 1. Rejection of a Bidder's bid; and 2. Suspension of the Bidder from further bidding with the State for the period of time relative to the seriousness of the violation, such period to be within the sole discretion of the State, and 3. Legal Action Page 15 SPB ITB Revised: 07/29/2015 II. INVITATION TO BID-TERMS AND CONDITIONS By signing the"Invitation To Bid" form, the Bidder guarantees compliance with the provisions stated in this Invitation To Bid, agrees to the Terms and Conditions unless otherwise agreed to, and certifies Bidder maintains a drug free work place environment. Bidders are expected to closely read the Terms and Conditions and provide a binding signature of intent to comply with the Terms and Conditions; provided, however, a Bidder may indicate any exceptions to the Terms and Conditions by (1) clearly identifying the term or condition by subsection, and (2) including an explanation for the Bidder's inability to comply with such term or condition which includes a statement recommending terms and conditions the Bidder would find acceptable. Rejection in whole or in part of the Terms and Conditions may be cause for rejection of a Bidder's bid. Bidders must include completed Section III with their ITB response. A. GENERAL Accept Reject; Reject &. Provide::-.NOTES/COMMENTS Qnitia (Initial) Alternative :within `' ITB Response;:: The contract resulting from this Invitation To Bid shall incorporate the following documents: 1. Amendment to Contract Award with the most recent dated amendment having the highest priority; • 2. Contract Award and any attached Addenda; 3. The Invitation To Bid form and the Contractor's Bid Response signed in ink 4. Amendments to ITB and any Questions and Answers; and 5. The original ITB document and any Addenda. These documents constitute the entirety of the contract. Unless otherwise specifically stated in a contract amendment, in case of any conflict between the incorporated documents, the documents shall govern in the following order of preference with number one (1) receiving preference over all other documents and with each lower numbered document having preference over any higher numbered document: 1) Amendment to Contract Award with.the most recent dated amendment having the highest priority, 2) Contract Award and any attached Addenda, 3) the signed Invitation To Bid form and the Contractor's Bid Response 4) Amendments to ITB and any Questions and Answers, 5) the original ITB document and any Addenda. Any ambiguity in any provision of this contract which shall be discovered after its execution shall be • resolved in accordance with the rules of contract interpretation as established in the State of Nebraska. Once bids are opened they become the property of the State of Nebraska and will not be returned. Page 16 SPB ITS Revised: 07/29/2015 B. SPECIFICATIONS Accept Reject . Reject &._ Provide NOTES/COMMENTS (lnitia (Initial) Alternative.: within '° ITB . Response _ ; (Initial) • Any manufacturer's names, trade names, brand names, information and/or catalog numbers listed in a specification are for reference and not intended to limit competition, but will be used as the standard by which equivalent material offered will be judged. The State Procurement Manger will be the sole judge of equivalency. The Bidder may offer any brands which meets or exceeds the specification. When a specific product is required, the Invitation to Bid will so state. Any item bid is to be the latest current model under standard production at the time of ordet. No used or refurbished equipment will be accepted, unless otherwise stated. C. DRUG POLICY Accept Reject Reject &. Provide .;NOTES/COMMENTS (lnitia (Initial) Alternative within, ITB Response. (Initial) Bidder certifies that it maintains a drug free workplace environment to ensure worker safety and workplace integrity. Contractor agrees to provide a copy of its drug free workplace policy at any time upon request by the State. D. NE ACCESS TECHNOLOGY STANDARDS Accept Reject Reject & "Provide NOTES/COMMENTS (lnitia (Initial) Alternative within; 5,, (Initial} ? Contractor shall review the Nebraska Technology Access Standards, found at http://nitc.nebraskagov/standards/2-201.html and ensure that products and/or services provided under the contract are in compliance or will comply with the applicable standards. in the event such standards change during the Contractor's performance, the State may create an amendment to the contract to request that contract comply with the changed standard at a cost mutually acceptable to the parties. Page 17 SPB ITB Revised: 07/29/2015 E. COMPLIANCE WITH CIVIL RIGHTS LAWS AND EQUAL OPPORTUNITY EMPLOYMENT I NONDISCRIMINATION Accept Reject Reject::.:& Provide NOTES/COMMENT (Iniitial} (Initial) Alternative, within ' j ITB Response �\+(_ (Initial) The Contractor shall comply with all applicable local, state, and federal statutes and regulations regarding civil rights laws and equal opportunity employment. The Nebraska Fair Employment Practice Act prohibits Contractors of the State of Nebraska, and their Subcontractors, from discriminating against any employee or applicant for employment,with respect to hire, tenure, terms, conditions, compensation, or privileges of employment because of race, color, religion, sex, disability, marital status, or national origin (Neb. Rev. Stat. §48-1101 to 48-1125). The Contractor guarantees compliance with the Nebraska Fair Employment Practice Act, and breach of this provision shall be regarded as a material breach of contract. The Contractor shall insert a similar provision in all subcontracts for services to be covered by any contract resulting from this Invitation To Bid. F. PERMITS, REGULATIONS, LAWS Accept Reject Reject & Provide NOTES/COMMENTS (Initial -(Initial) Alternative " within'; ITB Response ;. ; (Initial) The Contractor shall procure and pay for all permits, licenses, and approvals necessary for the execution of the contract. The Contractor shall comply with all applicable local, state, and federal laws, ordinances, rules, orders, and regulations. G. CONTRACTOR RESPONSIBILITY Accept Reject Reject , .: Provide NOTES/CQMMENTS (Initia (Initial) Alternative withui; ITB' Response (Initial) The Contractor is solely responsible for fulfilling the contract, with responsibility for all services offered and products to be delivered as stated in the Invitation To Bid, the Contractor's bid, and the resulting contract.The Contractor shall be the sole point of contact regarding all contractual matters. Page 18 SPB ITB Revised: 07/29/2015 H. FUNDING OUT CLAUSE OR LOSS OF APPROPRIATIONS Accept Reject Reject & Provide- NOTES/COMMENTS, (Initial) (Initial) Alternative within - ITB Response ; 94( (Initial) The State may terminate the contract, in whole or in part, in the event funding is no longer available. The State's obligation to pay amounts due for fiscal years following the current fiscal year is contingent upon legislative appropriation of funds for the contract. Should said funds not be appropriated, the State may terminate the contract with respect to those payments for the fiscal years for which such funds are not appropriated. The State will give the Contractor written notice thirty (30) calendar days prior to the effective date of any termination, and advise the Contractor of the location (address and room number) of any related equipment. All obligations of the State to make payments after the termination date will cease and all interest of the State in any related equipment will terminate. In no event shall the Contractor be paid for a loss of anticipated profit. I. RIGHT TO AUDIT Accept Reject Reject & Provide NOTESICOMMENTS (Initial (Initial). Alternative within , . ITB Response (Initial) Contractor shall establish and maintain a reasonable accounting system that enables the State to readily audit contract. The State and its authorized representatives shall have the right to audit, to examine, and to make copies of or extracts from all financial and related records (in whatever form they may be kept, whether written, electronic, or other) relating to or pertaining to this contract kept by or under the control of the Contractor, including, but not limited to those kept by the Contractor, its employees, agents, assigns, successors, and Subcontractors. Such records shall include, but not be limited to, accounting records, written policies and procedures; all paid vouchers including those for out-of-pocket expenses; other reimbursement supported by invoices; ledgers; cancelled checks; deposit slips; bank statements; journals; original estimates; estimating work sheets; contract amendments and change order files; back charge logs and supporting documentation; insurance documents; payroll documents;timesheets; memoranda; and correspondence. Contractor shall, at all times during the term of this contract and for a period of five (5) years after the completion of this contract, maintain such records, together with such supporting or underlying documents and materials. The Contractor shall at any time requested by the State, whether during or after completion of this contract and at Contractor's own expense make such records available for inspection and audit (including copies and extracts of records as required) by the State. Such records shall be made available to the State during normal business hours at the Contractor's office or place of business. In the event that no such location is available, then the financial records, together with the supporting or underlying documents and records, shall be made available for audit at a time and location that is convenient for the State. Contractor shall ensure the State has these rights with Contractor's assigns, successors, and Subcontractors, and the obligations of these rights shall be explicitly included in any subcontracts or agreements formed between the Contractor and Page 19 SPB ITB Revised: 07/29/2015 any Subcontractors to the extent that those subcontracts or agreements relate to fulfillment of the Contractor's obligations to the State. Costs of any audits conducted under the authority of this right to audit and not addressed elsewhere will be borne by the State unless certain exemption criteria are met. If the audit identifies overpricing or overcharges (of any nature) by the Contractor to the State in excess of one-half of one percent (.5%) of the total contract billings, the Contractor shall reimburse the State for the total costs of the audit. If the audit discovers substantive findings related to fraud, misrepresentation, or non- performance, the Contractor shall reimburse the State for total costs of audit. Any adjustments and/or payments that must be made as a result of any such audit or inspection of the Contractor's invoices and/or records shall be made within a reasonable amount of time (not to exceed 90 days) from presentation of the State's findings to Contractor. J. CONFLICT OF INTEREST Accept Reject Reject 8$: Provide," NOTESICOMMENTS (IInitial `..(Initial) Alternative within iTB Response (Initial} By submitting a bid, Bidder certifies that there does not now exist any relationship between the Bidder and any person or entity which is or gives the appearance of a conflict of interest related to this Invitation To Bid or project. The Bidder certifies that it shall not take any action or acquire any interest, either directly or indirectly,which will conflict in any manner or degree with the performance of its services hereunder or which creates an actual or appearance of conflict of interest. The Bidder certifies that it will not employ any individual known by Bidder to have a conflict of interest. K. BID PREPARATION COSTS Accept Reject Reject &;, Provide_ NOTES/COMMENTS (Initia (Initial) Alternative within.: ITB.,' Response ik _ (Initial) The State shall not incur any liability for any costs incurred by Bidders in replying to this Invitation To Bid, including any activity related to bidding on this Invitation To Bid. Page 20 SPB ITB Revised: 07/29/2015 L. ERRORS AND OMISSIONS Accept Reject Reject & Provide NOTES(COMMENTS . (Initia (Initial) - , Alternative. within - • ITS Response_ (Initial). The Bidder shall not take advantage of any errors and/or omissions in this Invitation To Bid or resulting contract. The Bidder must promptly notify the State of any errors and/or omissions that are discovered. M. ASSIGNMENT BY THE STATE Accept Reject Reject &_ Provide, •NOTES/COMMENTS (Initia (Initial) Alternative :within ITB Response, (Initial) - . . The State shall have the right to assign or transfer the contract or any of its interests herein to any agency, board, commission, or political subdivision of the State of Nebraska. There shall be no charge to the State for any assignment hereunder. N. ASSIGNMENT BY THE CONTRACTOR :Accept Reject Reject & Provide NOTES/COMMENTS:, (Initial) :(Initial) Alternative. within;; ITB •Response " •_ (Initial). The Contractor may not assign, voluntarily or involuntarily, the contract or any of its rights or obligations hereunder (including without limitation rights and duties of performance) to any third party, without the prior written consent of the State, which will not be unreasonably withheld. O. GOVERNING LAW Accept Reject. Reject & Provide NOTESICOMMENTS (Initial (Initial) Alternative within lTB'.. Response; (Initial) ;: : The contract shall be governed in all respects by the laws and statutes of the State of Nebraska. Any legal proceedings against the State of Nebraska regarding this Invitation To Bid or any resultant contract shall be brought in the State of Nebraska administrative or judicial forums as defined by State law. The Contractor must be in compliance with all Nebraska statutory and regulatory law. Page 21 SPB ITB Revised: 07/29/2015 P. ATTORNEY'S FEES Accept Reject Reject & Provide NOTESICOMMENTS - (Initial (Initial) Alternative ;:within. ITB,; Response (Initial)" In the event of any litigation, appeal, or other legal action to enforce any provision of the contract, the Contractor agrees to pay all expenses of such action, as permitted by law, including attorney's fees and costs, if the State is the prevailing party. Q. ADVERTISING Accept Reject Reject & Provide`'NOTES(COMMENTS (lnitia (initial) Alternative within, ITB Response (Initial) The Contractor agrees not to refer to the contract award in advertising in such a manner as to state or imply that the company or its services are endorsed or preferred by the State. News releases pertaining to the project shall not be issued without prior written approval from the State. R. NOTIFICATION Accept Reject Reject &'•.Provide NOTE$/COINMENT5 (Initi ) (Initial) Alternative within • ITl3' _ : Response •{Initial) . • During the bid process, all communication between the State and a Bidder shall be between the Bidder's representative clearly noted in its bid on Form A, Bidder Contact Sheet, Preparation of ITB Contact Information section, and the buyer noted of this ITB. Bidder is at all times to keep its point of contact updated with the most current information. After the award of the contract, all notices under the contract shall be deemed duly given upon delivery to the staff designated as the point of contact for this ITB, in person, or upon delivery by U.S. Mail, facsimile, or e-mail: Each Bidder should provide in its bid the name,title, and complete address of its designee to receive notices. 1. Except as otherwise expressly specified herein, all notices, requests, or other communications shall be in writing and shall be deemed to have been given if delivered personally or mailed, by U.S. Mail, postage prepaid, return receipt requested,to the parties at their respective addresses set forth above, or at such other addresses as may be specified in writing by either of the parties. All notices, requests, or communications shall be deemed effective upon personal delivery or three (3) calendar days following deposit in the mail. Page 22 SPB ITB Revised: 07/29/2015 2. Whenever the Contractor encounters any difficulty which is delaying or threatens to delay its timely performance under the contract,the Contractor shall immediately give notice thereof in writing to the State reciting all relevant information with respect thereto. Such notice shall not in any way constitute a basis for an extension of the delivery schedule or be construed as a waiver by the State of any of its rights or remedies to which it is entitled by law or equity or pursuant to the provisions of the contract. Failure to give such notice, however, may be "grounds for denial of any request for an extension of the delivery schedule because of such delay. Either party may change its address for notification purposes by giving notice of the change, and setting forth the new address and an effective date. For the duration of the contract, all communication between Contractor and the State regarding the contract shall take place between the Contractor and individuals specified by the State in writing. Communication about the contract between Contractor and individuals not designated as points of contact by the State is strictly forbidden. S. EARLY TERMINATION .Accept ReJect Reject & ...Provide NOTES/COMMENTS (Initia, (initial) 'Alternative I_;within " , ITB Response' _ - (Initial) .. The contract may be terminated as follows: 1. The State and the Contractor, by mutual written agreement,may terminate the contract at any time. 2. The State, in its sole discretion, may terminate the contract for any reason upon thirty(30) calendar days written notice to the Contractor. Such termination shall not relieve the Contractor of warranty or other obligations incurred under the terms of the contract. In the event of cancellation the Contractor shall be entitled to payment, for those products received and accepted by the State. 3. The State may terminate the contract immediately for the following reasons: a. if directed to do so by statute; b. Contractor has made an assignment for the benefit of creditors, has admitted in writing its inability to pay debts as they mature, or has ceased operating in the normal course of business; c. a trustee or receiver of the Contractor or of any substantial part of the Contractor's assets has been appointed by a court; d. fraud, misappropriation, embezzlement, malfeasance, misfeasance, or illegal conduct pertaining to performance under the contract by its Contractor, its employees, officers, directors, or shareholders; e. an involuntary proceeding has been commenced by any party against the Contractor under any one of the chapters of Title 11 of the United States Code and (i)the proceeding has been pending for at least sixty(60) calendar days; or(ii)the Page 23 SPB ITS Revised: 07/29/2015 Contractor has consented, either expressly or by operation of law, to the entry of an order for relief; or(iii)the Contractor has been decreed or adjudged a debtor; f. a voluntary petition has been filed by the Contractor under any of the chapters of Title 11 of the United States Code; g. Contractor intentionally discloses confidential information; h. Contractor has or announces it will discontinue support or provision of the deliverable; i. second or subsequent documented"vendor performance report" form deemed acceptable by the State Purchasing Bureau; or j. Contractor engaged in collusion or ones' actions which could have provided Contractor an unfair advantage in obtaining this contract. T. BREACH BY CONTRACTOR Accept 'Reject Reject & _Provide. NOtESICOMMENTS • (Initia,) (Initial) Alternative 'within ITB • Response. (Initial). The State may terminate the contract, in whole or in part, if the Contractor fails to perform its obligations under the contract in a timely and proper manner. The State may, by providing a written notice of default to the Contractor, allow the Contractor to cure a failure or breach of contract within a period of thirty (30) calendar days (or longer at State's discretion considering the gravity and nature of the default). Said notice shall be delivered by Certified Mail, Return Receipt Requested, or in person with proof of delivery. Allowing the Contractor time to cure a failure or breach of contract does not waive the State's right to immediately terminate the contract for the same or different contract breach which may occur at a different time. In case of default of the Contractor, the State may contract the goods from other sources and hold the Contractor responsible for any excess cost occasioned thereby. U. ASSURANCES BEFORE BREACH Accept Reject" .Reject' :8.".".Provide- NOTESfCOMMENTS (Initia (Initial) 'Alternative ..."within _ITB ::Response (Initial). . If any document or deliverable required pursuant to the contract does not fulfill the requirements of the Intent To Bid/resulting contract, upon written notice from the State, the Contractor shall deliver assurances in the form of additional Contractor resources at no additional cost to the project in order to complete the deliverable, and to ensure that other project schedules will not be adversely affected. Page 24 SPB ITB Revised: 07/29/2015 V. ACCEPTANCE AND PAYMENT OF GOODS Accept Reject Reject & Provide NOTES/COMMENTS <:r (Initia, (Initial) Alternative within ITB. Response (Initial) In the event that the Contractor fails to provide the goods requested by the State, the State will not pay for such products until the same has been received and accepted by the State. W. FORCE MAJEURE Accept Reject Reject -.:8, Provide NOTESICOMMENTS (Initial) (Initial) Alternative- within' - _ ITB_.,, Response:, (Initial) . `: Neither party shall be liable for any costs or damages resulting from its inability to perform any of its obligations under the contract due to a natural disaster, or other similar event outside the control and not the fault of the affected party ("Force Majeure Event"). A Force Majeure Event shall not constitute a breach of the contract. The party so affected shall immediately give notice to the other party of the Force Majeure Event. The State may grant relief from performance of the contract if the Contractor is prevented from performance by a Force Majeure Event. The burden of proof for the need for such relief shall rest upon the Contractor. To obtain release based on a Force Majeure Event, the Contractor shall file a written request for relief with the State Purchasing Bureau. Labor disputes with the impacted parry's own employees will not be considered a Force Majeure Event and will not suspend performance requirements under the contract. X. PROHIBITION AGAINST ADVANCE PAYMENT Accept Reject. Reject $. Provide NOTESICOMMENTS (Initial) (Initial) Alternative within. " 4 ITB:.. . > Response (initial) . " . •: . . ... Payments shall not be made until contractual deliverable(s)are received and accepted by the State. Y. PAYMENT Accept Reject Reject• & Provide NOTESICOMMENTS = - (Initial) (Initial) Alternative 'within (1(�dv ITB Response :' \`�.� (Initial),;, Page 25 SPB ITB Revised: 07/29/2015 State will render payment to Contractor when the terms and conditions of the contract and specifications have been satisfactorily completed on the part of the Contractor as solely determined by the State. Payment will be made by the responsible agency in compliance with the State of Nebraska Prompt Payment Act (See Neb. Rev. Stat. §81-2401 through 81-2408). The State may require the Contractor to accept payment by electronic means such as ACH deposit. In no event shall the State be responsible or liable to pay for any goods provided by the Contractor prior to the Effective Date, and the Contractor hereby waives any•claim or cause of action for any such claims. Z. INVOICES Accept Reject Reject ;& Provide, NOTESICOMMENTS . (Initi (Initial) Alternative within- ITB :Response::, (Initial) Invoices for payments must be submitted by the Contractor to the agency requesting the goods with sufficient detail to support payment. The terms and conditions included in the Contractor's invoice shall be deemed to be solely for the convenience of the parties. No terms or conditions of any such invoice shall be binding upon the State, and no action by the State, including without limitation the payment of any such invoice in whole or in part, shall be construed as binding or estopping the State with respect to any such term or condition, unless the invoice term or condition has been previously agreed to by the State as an amendment to the contract. AA. TAXES Accept : Reject Reject & Provide NOTESICOMMENTS (Initial) (Initial) Alternative;' within IT6':. Response„ (Initial) • The State is not required to pay taxes of any kind and assumes no such liability as a result of this solicitation. Any property tax payable on the Contractor's equipment which may be installed in a state-owned facility is the responsibility of the Contractor. BB. SEVERABILITY Accept Reject Reject. & :Provide; NOTES/COMMENTS (Initial) (Initial) 'Alternative within- ITB Response . • (Initial) If any term or condition of the contract is declared by a court of competent jurisdiction to be illegal or in conflict with any law, the validity of the remaining terms and conditions shall not be affected, and the rights and obligations of the parties shall be construed and enforced as if the contract did not contain the particular provision held to be invalid. Page 26 SPB ITB Revised: 07/29/2015 CC. PROPRIETARY INFORMATION Accept. Reject Reject, & -Provide: NOTES/COMMENTS (Initial (Initial) Alternative within: ITB Response: (Initial) Data contained in the bid and all documentation provided therein, become the property of the State of Nebraska and the data becomes public information upon opening the bid. If the Bidder wishes to have any information withheld from the public, such information must fall within the definition of proprietary information contained within Nebraska's public record statutes. All proprietary information the Bidder wishes the State to withhold must be submitted in a sealed package,which is separate from the remainder of the bid, and provide supporting documents showing why such documents should be marked proprietary. The separate package must be clearly marked PROPRIETARY on the outside of the package. Bidders may not mark their entire Invitation To Bid as proprietary. Pricing submitted in Bidder's ITB may not be marked as proprietary information. Failure of the Bidder to follow the instructions for submitting proprietary and copyrighted information may result in the information being viewed by other Bidders and the public. Proprietary information is defined as trade secrets, academic and scientific research work which is in progress and unpublished, and other information which if released would give advantage to business competitors and serve no public purpose (see Neb. Rev. Stat. §84-712.05(3)). In accordance with Attorney General Opinions 92068 and 97033, Bidders submitting information as proprietary may be required to prove specific, named competitor(s)who would be advantaged by release of the information and the specific advantage the competitor(s) would receive. Although every effort will be made to withhold information that is properly submitted as proprietary and meets the State's definition of proprietary information, the State is under no obligation to maintain the confidentiality of proprietary information and accepts no liability for the release of such information. DD. CERTIFICATION OF INDEPENDENT PRICE DETERMINATION/COLLUSIVE BIDDING Accept Reject Reject & Provide: NOTES!COMMENTS (Initial) (Initial) Alternative "within,. ii ITB, Response:.' (Initial) By submission of this bid, the bidder certifies, that it is the party making the foregoing bid and that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and further that the bidder has not, directly or indirectly, submitted the bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, Page 27 SPB ITB Revised: 07/29/2015 and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. EE. PRICES Accept Reject ,.Reject &. Provide. ,NOTES/COMMENTS (initial) (Initial).. :Alternative, within:` Q. ►Tg - Response.:; - ;. (Initial) All prices, costs, and terms and conditions outlined in the bid shall remain fixed and valid commencing on the opening date of the bid until an award is made (and for Bidder receiving award unless otherwise so stated in the contract)or the Invitation To Bid is cancelled. Prices quoted shall be net, including transportation and delivery charges fully prepaid by the Bidder, F. O. B. Destination named in the Invitation to Bid. No additional charges will be allowed for packing, packages or partial delivery costs. When an arithmetic error has been made in the extended total,the unit price will govern. Contractor represents and warrants that all prices, now or subsequently specified, are as low as and no higher than prices which the Contractor has charged or intends to charge customers other than the State for the same or similar products and services of the same or equivalent quantity and quality for delivery or performance during the same periods of time. If, during the term of the contract, the Contractor shall reduce any and/or all prices charged to any customers other than the State for the same or similar products or services specified herein, the Contractor shall make an equal or equivalent reduction in corresponding prices for said specified products or services. Contractor also represents and warrants that all prices set forth in the contract and all prices in addition, which the Contractor may charge under the terms of the contract, do not and will not violate any existing federal, state, or municipal law or regulations concerning price discrimination and/or price fixing. Contractor agrees to hold the State harmless from any such violation. Prices quoted shall not be subject to increase throughout the contract period unless specifically allowed by these specifications. FF. ETHICS IN PUBLIC CONTRACTING Accept Reject Reject &. Provide.; NOTES/COMM.ENTS (Initial` (Initial) Alternative within °, ITB Respons.e" • (Initial) . ;. , ••, No Bidder shall pay or offer to pay, either directly or indirectly, any fee, commission compensation, gift, gratuity, or anything of value to any State officer, legislator, employee or evaluator based on the understanding that the receiving person's vote, actions, or judgment will be influenced thereby. No Bidder shall give any item of value to any employee of the State Purchasing Bureau or any evaluator. Page 28 SPB ITB Revised: 07/29/2015 ' Bidders shall be prohibited from utilizing the services of lobbyists, attorneys, political activists, or p consultants to secure the contract. It is the intent of this provision to assure that the prohibition of state contact during the procurement process is not subverted through the use of lobbyists, attorneys, political activists, or consultants. It is the intent of the State that the process of evaluation of bids and award of the contract be completed without external influence. It is not the intent of this section to prohibit Bidders from seeking professional advice, for example consulting legal counsel, regarding terms and conditions of this Invitation To Bid or the format or content of their bid. If the Bidder is found to be in non-compliance with this section of the Invitation To Bid, they may forfeit the contract if awarded to them or be disqualified from the selection process. GG. INDEMNIFICATION • Accept Reject Reject & Provide. NOTESICOMMENTS : (Initial) (Initial) Alternative within ITB Response (Initial) - 1. GENERAL The Contractor agrees to defend, indemnify, hold, and save harmless the State and its employees, volunteers, agents, and its elected and appointed officials ("the indemnified parties") from and against any and all claims, liens, demands, damages, liability, actions, causes of action, losses, judgments, costs, and expenses of every nature, including investigation costs and expenses, settlement costs, and attorney fees and expenses ("the claims"), sustained or asserted against the State, arising out of, resulting from, or attributable to the willful misconduct, negligence, error, or omission of the Contractor, its employees, Subcontractors, consultants, representatives, and agents, except to the extent such Contractor liability is attenuated by any action of the State which directly and proximately contributed to the claims. 2. INTELLECTUAL PROPERTY The Contractor agrees it will, at its sole cost and expense, defend, indemnify, and hold harmless the indemnified parties from and against any and all claims, to the extent such claims arise out of, result from, or are attributable to, the actual or alleged infringement or misappropriation of any patent, copyright, trade secret, trademark, or confidential information of any third party by the Contractor or its employees, Subcontractors, consultants, representatives, and agents; provided, however, the State gives the Contractor prompt notice in writing of the claim. The Contractor may not settle any infringement claim that will affect the State's use of the Licensed Software without the State's prior written consent, which consent may be withheld for any reason. If a judgment or settlement is obtained or reasonably anticipated against the State's use of any intellectual property for which the Contractor has indemnified the State, the Contractor shall, at the Contractor's sole cost and expense, promptly modify the item or items which were determined to be infringing, acquire a license or licenses on the State's behalf to provide the necessary rights to the State to eliminate the infringement, or provide the State with a non-infringing substitute that provides the State the same functionality. At the State's election, the actual or anticipated judgment may be treated as a breach of warranty by the Contractor, and the State may receive the remedies provided under this ITB. Page 29 SPB ITB Revised: 07/29/2015 HH. ANTITRUST Accept Reject .Reject & Provide NOTES/COMMENTS - (Initial) (Initial) Alternative within cic( ITB In Uai Res onse ( . ) _ The Contractor hereby assigns to the State any and all claims for overcharges as to goods and/or services provided in connection with this contract resulting from antitrust violations which arise under antitrust laws of the United States and the antitrust laws of the State. II. EMPLOYEE WORK ELIGIBILITY STATUS Accept Reject - Reject &, Provide NOTESJCOMMENTS (Initial (initial) Alternative within ITB Response (Initial) ": :.: .. :. . The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of employees physically performing services within the State of Nebraska. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E-Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of an employee. If the Contractor is an individual or sole proprietorship, the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form,available on the Department of Administrative Services website at http://das.nebraska.ciov/materiel/purchasinq.htm I The completed United States Attestation Form should be submitted with the Invitation To Bid response. 2. If the Contractor indicates on such attestation form that he or she is a qualified alien, the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE) Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat. §4-108. Page 30 SPB ITB Revised: 07/29/2015 III. SCOPE OF WORK See State Purchasing Bureau Specifications for 2016 or Current Production Year 3/4 Ton Diesel Regular Cab 4X4 Base Truck for Scope of Work. A. AMENDMENT This Contract may be amended at any time in writing upon the agreement of both parties. B. REVISIONS In the event any product is discontinued or replaced with a newer version during the contract period, the State of Nebraska reserves the right to amend this contract to include the new product. • Page 31 SPB 1TB Revised: 07/29/2015 IV. INVITATION TO BID -TECHNICAL SPECIFICATIONS BIDDER INSTRUCTIONS Bidder must respond to each of the following statements. Specifications listed are minimum conditions that must be met in order for a Bidder to qualify for the award. "YES" response means the Bidder guarantees they can meet this condition. "NO" response means the Bidder cannot meet this condition and will not be considered. "NO & PROVIDE ALTERNATIVE" responses should be used only with a narrative response in the NOTES/COMMENTS section explaining in detail any deviation from the Bidder's ability to meet the condition, and an explanation of how this would be determined to be an acceptable alternative to meeting the condition. Alternatives must be detailed in such a way that allows such deviations to be fully evaluated. The State of Nebraska shall determine at its sole discretion whether or not the Bidder's alternative is an acceptable alternative. YES NO NO&'PROVIDE., 1 NON-COMPLIANCE STATEMENT ALTERNATIVE A. Read these specifications carefully. Any and all exceptions to these specifications must be written on or attached to quotation request. Any noncompliance may void your quotation. Non- compliance to any single specification can void your bid. B. It is the responsibility of Bidders to obtain information and clarifications as provided below. The State of Nebraska is not responsible for any erroneous or incomplete understandings or wrongful interpretations of this Invitation to Bid by any Bidder. C. No interpretation related to the meaning of bid specifications or other pre-bid documents will be made orally to any Bidder by the State of Nebraska. Any Invitation To bid interpretation must be put in writing and faxed by the Bidder to: the State Purchasing Bureau, Fax (402) 471-2089 or e-mailed to AS Materiel Purchasing as.materielpurchasing@nebraska.gov by the last day to submit written questions that is specified in the Schedule of Events. (Inquiries received after the last day to submit written questions may not be addressed). NOTES/COMMENTS: YES NO NO&PROVIDE 2 MOTOR VEHICLE INDUSTRIES REGULATION ACT ALTERNATIVE ' A. All Bidders must comply with the licensing requirements for motor vehicle dealers established under the Motor Vehicle Industries Regulation Act, Nebraska Revised Statutes, § Chapter 60, Article 14 at time of bid. Bids will only be accepted from Bidders who are fully compliant with the Motor Vehicle Industries Regulation Act, Chapter 60,Article 14. NOTES/COMMENTS: Page 32 SPB ITB Revised: 07/29/2015 YES NO NO&PROVIDE -3. QUALITY - ,1'. ALTERNATIVE A. Product quality must meet specifications and be consistent for the term of the contract. A guarantee of satisfactory performance by the supplier and meeting delivery dates are considered to be an integral part of the purchase contract resulting from this bid invitation. All materials must be of first quality, under standard production by the manufacturer and be of standard design, complete as regularly advertised and marketed and be of proven performance. Products are to be fully guaranteed and may be returned for full credit or replacement (at the State's option)for any reason during the initial warranty period with no additional charges for shipping or restocking. NOTES/COMMENTS: Page 33 SPB ITB Revised: 07/29/2015 Form A Bidder Contact Sheet Invitation To Bid Number 5084 OF Form A should be completed and submitted with each response to this Invitation to Bid. This is intended to provide the State with information on the Bidder's name and address, and the specific person(s) who are responsible for preparation of the Bidder's response. • Preparation of ITB Contact Information Bidder Name: 8 �- Bidder Address: 0-5 9 We W 0V ke)66 Contact Person & Title: A,,, ELI/7erL, — /ee d- 014 ncr qe E-mail Address: /7)". �,e�- jN tte- - ri/4 nc?ye--// Telephone Number(Office): Y02-- 5eD.- 75-zr V Telephone Number (Cellular): _, , 'ye 757� Fax Number: Each Bidder shall also designate a specific contact person who will be responsible for responding to the State if any clarifications of the Bidder's response should become necessary. Communication with the State Contact Information LL Bidder Name: Sc.,/ br ant r. Ct1et} Bidder Address: a-57 (,Jey+ A-- Contact Person &Title: j, fejle sit ,I� v►ver✓- E-mail Address: r'or•• er-40w 6) 5;dot.Ite.% �// Telephone Number(Office): SA2 -- 5T0 - 7$'7 Telephone Number(Cellular): r faZ_ $'Yp - 7s-7 Fax Number: • Page 34 SPB ITB Revised: 07/29/2015 AdministrativeServices Byron L. Diamond Director Pete Ricketts, Governor ADDENDUM ONE, QUESTIONS and ANSWERS Date: August 12,2015 To: All Bidders From: Dianna Gilliland, Buyer State Purchasing Bureau RE: Addendum for Invitations to Bid 5081 OF, 5082 OF, 5083 OF, 5084 OF, and 5085 OF to be opened August 21, 2015 at 2:00 p.m. Central Time No questions were received for Invitations to Bid 5081 OF,5082 OF, 5083 OF, 5084 OF, and 5085 OF. This addendum will become part of the bid and should be acknowledged with the ITB. Materiel Division•Bo Boteiho,Administrator Administrative Services • 1526 K Street,Suite 130• Lincoln,Nebraska 68509-4847 • Phone:402-471-6500• Fax 402-471-2089 AdmirtistrativeServites Byron L. Diamond Director Pete Ricketts,Governor ADDENDUM TWO REVISED SCHEDULE OF EVENTS Date: August 18,2015 To: All Bidders From: Dianna Gilliland State Purchasing Bureau RE: Addendum for ITB Numbers 5082 OF, 5083 OF, and 5084 OF to be opened August 21, 2015 at 2:00 p.m. Schedule of Events The State expects to adhere to the tentative procurement schedule shown below. It should be noted, however, that some dates are approximate and subject to change. It is the Bidder's responsibility to check the State Purchasing Bureau website for all addenda or amendments. Activity Date/Time Bid Opening August 21, 2015 Location: Nebraska State Purchasing Bureau 1526 K St.Suite 130 August 26, 2015 Lincoln, NE 68508 2:00 p.m. Central Time See attached ITB with corrected Options Bid Lists This addendum will become part of the ITB and should be acknowledged with the Invitation to Bid • Materiel Division•Bo Boteiho,Administrator Administrative Services • 1526 K Street,Suite 130• Lincoln,Nebraska 68509-4847 • Phone:402471-6500• Fac 402- 71-2089 Botts, Rene' From: Ron Fullerton <ron.fullerton@siddillon.com> Sent: Monday, September 28, 2015 10:42 PM To: Botts, Rene' Subject: RE: ITB 5084 OF, 3/4 Ton Gas Regular Cab 4x4 Base Truck Sid Dillon Chevy response See below Commercial / Fleet Manager Sid Dillon Commerical / Fleet 402-540-7578 direct rfullerton@siddillon.com f Findon us � siddillonfleet Whether you think you can or you can't, either way you are right From: Botts, Rene' [mailto:rene.botts@nebraska.gov] Sent: Monday, September 28, 2015 2:43 PM To: ron.fullerton@ siddillon.com Cc: Gilliland, Dianna Subject: ITB 5084 OF, 3/4 Ton Gas Regular Cab 4x4 Base Truck Sid Dillon Chevy response 6675.00 6675.00 6675.00 Knapheide Knapheide Knapheide 6963 6963 6963 Ron, Please provide the model numbers. 18 Chassis with eight foot Utility Body for single wheel. See attachment. State make and model. 1 6 6675.00 6 675.00 675.00 Warner Warner W arner WS-98-M-SW-U WS-98-M-SW-U WS- 98-M-SW-U Thank you, Rene A. Botts State Procurement Buyer III,State Purchasing Bureau 1526 K Street,Suite 130 Lincoln, NE 68508-2732 rene.botts@nebraska.gov das.nebraska.qov Phone: 402.471.0971 Fax:402.471.2089 AdministrativeServices Materiel Division Documents attached to this e-mail are the copies of original documents. The original documents are housed at State Purchasing Bureau in the associated file. No virus found in this message. Checked by AVG -www.avg.com Version: 2015.0.6140/Virus Database: 4419/10716 - Release Date: 09/28/15 2 Botts, Rene' From: Ron Fullerton <ron.fullerton@siddillon.com> Sent: Wednesday, September 30, 2015 10:18 PM To: Botts, Rene' Subject: RE: 5081 OF, 5082 OF, 5083 OF, 5084 OF, and 5085 OF 3/4 Ton Truck Sid Dillon Chevy clarifications Rene Correct According to the information available at the current time The repair manuals will be paper Thanks ?a/Orem Commercial / Fleet Manager Sid Dillon Commerical / Fleet 402-540-7578 direct rfullerton siddillon.com rind us on ' F icebook siddillonfleet Whether you think you can or you can't, either way you are right From: Botts, Rene' [mailto:rene.botts@nebraska.gov] Sent: Tuesday, September 29, 2015 3:09 PM To: ron.fullerton@siddillon.com Cc: Gilliland, Dianna Subject: 5081 OF, 5082 OF, 5083 OF, 5084 OF, and 5085 OF 3/4 Ton Truck Sid Dillon Chevy clarifications Importance: High Ron, Per our phone conversation, please confirm that for all of the Sid Dillon Chevy 3 Ton Truck Bids,the Service Repair manual—equipment and engine are available only in paper form. i Thank you, Rene A. Botts State Procurement Buyer HI,State Purchasing Bureau 1526 K Street,Suite 130 Lincoln, NE 68508-2732 rene.botts@nebraska.gov dos.nebraska.gov Phone: 402.471.0971 Fax:402.471.2089 A l in strativeServices Materiel Division Documents attached to this e-mail are the copies of original documents. The original documents are housed at State Purchasing Bureau in the associated file. No virus found in this message. Checked by AVG -www.avg.com Version: 2015.0.6140/Virus Database: 4419/10725 -Release Date: 09/29/15 2 C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, a contract was received February 10, 2016, for seven 2016 % Ton Regular Cab 4X4 base trucks for Park Maintenance Division, 1523 South 24th Street, for the Public Property Department; and, WHEREAS, Sid Dillon Chevrolet Buick, was awarded the bid via Nebraska State Contract 14342 OC, attached hereto and made a part hereof, in the total amount of$188,475.00. This includes all fixtures as indicated in the contract document; and, WHEREAS, Sid Dillon Chevrolet Buick has complied with the City's Contract Compliance Ordinance No. 28885 in relation to Civil Rights - Human Relations; and, WHEREAS,the Mayor has recommended the acceptance of this bid. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the proposal in the total amount of $188,475.00 from Sid Dillon Chevrolet Buick for the purchase of seven 2016 3/4 Ton Regular Cab 4X4 base trucks equipped with the snow prep package, to be utilized by Park Maintenance, based on a bid to the State of Nebraska per contract 14342 OC, attached hereto and made a part hereof, is hereby accepted. The Purchasing Agent is authorized to issue a purchase order in conformance herewith. Funds in the amount of$188,475.00 shall be paid from the City Capital Improvement Fund No. 13112 and Organization No. 132026, Culture and Parks, for the 2016 fiscal year. APPROVED AS TO • ,, 9 DEP Y CITY ATTORNEY / /1 ATE p:2205kja • By Councilmember Adopted MAR .2 .2 .2016 ieloa ity lerk 3/gf���� Appro ... . Mayor t , < NO. .......;. :..,.7/, Resolution by Res. that, as recommended by the Mayor, the proposal in the total amount of $188,475.00 from Sid Dillon Chevrolet Buick for the purchase of seven 2016 3/4 Ton Regular Cab 4X4 base trucks equipped with the snow prep package, to be utilized by Park Maintenance, based on a bid to the State of Nebraska per contract 14342 OC, attached hereto and made a part hereof, is hereby accepted. The Purchasing Agent is authorized to issue a purchase order in conformance herewith. • • Funds in the amount of$188,475.00 shall be paid from the City Capital Improvement Fund No. 13112 and Organization No. 132026, Culture -'` and Parks,for the 2016 fiscal year. p:2205kja Presented to City Council MAR 2 2 7016 Adopted &Liter groU111 City Clerk