Loading...
RES 2018-0544 - Purchase from Baxter Ford South for SUV AC)-44r- .(,*,,,,,. ...,..kt; z .C�'0ja � Office of the Mayor ��i l ' `' 1819 Farnam Street,Suite 300 o � %' Omaha,Nebraska 68183-0300 0% (402)444-5000 q�reo PEER°ram FAX:(402)444-6059 City of Omaha • Jean Stothert,Mayor Honorable President and Members of the City Council, . Transmitted herewith is a Resolution authorizing payment to Baxter Ford South of Omaha, Nebraska, in the amount of $39,215.00 for a Ford Edge midsized all-wheel drive SUV for use by the Mayor's Office. On May 2, 2018, the Purchasing Department published a re-bid for a Ford Edge midsized all- 'wheel drive SUV for which public bidding closed on May 16, 2018. At the time that public bidding closed on May 16, 2018 the Purchasing Department received no bids pursuant to the formal sealed competitive bidding requirements. Section 5.16 of the Home Rule Charter 1956 as amended states, "[w]hen the Purchasing Division has advertised for formal sealed competitive bids to be opened in public and no bids are received, the Council may, by resolution, authorize the Purchasing Division to make purchases in amounts or quantities and for periods specified in the resolution." Therefore, in accord with the provisions of Section 5.16 of the Home Rule Charter, the City Council may, by resolution, authorize the Purchasing Division to issue a purchase order for this vehicle. The Finance Department is authorized to pay the cost of this vehicle in the amount of .$39,215.00 from the City Capital Improvement Fund 13112, Organization 131555 City Capital Improvement, Account 47032 Vehicles Small Non-law Enforcement. The City will finance the purchase of this vehicle through the issuance of lease purchase bonds by the Public Facilities Corporation. The City will make annual payments to the Public Facilities Corporation over.a four year period to repay the bonds. The Mayor requests your favorable consideration and approval of this Resolution. Respectfully submitted, Approved as to Funding: • / 3/ //� afi , s=3/-i� 1 n g it Date Ste hen Curtiss _ Date Martin ek �, p Mayor's Chief of Staff finance Director &Mt- .sJ3t)1$' P\LAW-CITY COUNCIL DOCUMENTS\2018\20279seI City Clerk Office Use Only: • Publication Date(if a plic ble : r RESOLUTION NO. `! �( Agenda Date: Department: IN A a* /� Submitter: 49rN 1 CITY OF OMAHA LEGISLATIVE CHAMBER Omaha, Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, on March 28, 2018 the Purchasing Department of the City of Omaha and Douglas County published a request for bid for a Ford Edge midsized all-wheel drive SUV subject to an attached list of specifications, for which public bidding closed on April 11, 2018; and, WHEREAS, the Purchasing Department did not receive any bids on April 11, 2018 which were compliant with the published bid specifications; and, WHEREAS, on May 2, 2018 the Purchasing Department published a re-bid for a Ford Edge midsized all-wheel drive SUV subject to an attached list of specifications, for which public bidding closed on May 16, 2018; and, WHEREAS, the Purchasing Department, after advertising for formal sealed competitive bids to be opened in public, received no bids for the Ford Edge midsized all-wheel drive SUV on May 16, 2018; and, WHEREAS, Section 5.16 of the Home Rule Charter 1956 as amended states, "[w]hen the Purchasing Division has advertised for formal sealed competitive bids to be opened in public and no bids are received, the Council may, by resolution, authorize the Purchasing Division to make purchases in amounts or quantities and for periods specified in the resolution;" and, WHEREAS, the Mayor's Office received a quote from Baxter Ford South of Omaha, Nebraska for a Ford Edge midsized all-wheel drive SUV in the amount of $39,215.00, to be paid from the City Capitol Improvement Fund 13112, Organization 131555 City Capitol Improvement, Account 47032 Vehicles Small Non-law Enforcement, financed through the issuance of lease purchase bonds by the Public Facilities Corporation, to be repaid by the City to the Public Facilities Corporation with annual payments over a four- year period; and, WHEREAS, the Mayor has recommended the authorization of this payment. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the purchase pursuant to Section 5.16 of the Home Rule Charter 1956 as amended, based upon the quote from Baxter Ford South in the amount of$39,215.00, for a 2018 Ford Edge midsized all-wheel drive SUV, as a purchase for which the Purchasing Department has advertised for formal sealed competitive bids to be opened in public and for which no bids were received, is hereby approved. BE IT FURTHER RESOLVED; THAT, the Finance Department is authorized to pay the cost of this vehicle in the amount of $39,215.00 from the City Capital Improvement Fund 13112, Organization 131555 City Capital Improvement, Account 47032 Vehicles Small Non-law Enforcement. • City Clerk Office Use Only: h� Publication Date(if applicable): RESOLUTION NO. �,J 1414 Agenda Date: Department: Submitter: APPROVED AS TO ORM: 74L, O01/4:=./ ASSI TANT CITY ATTORNEY DATE P\LAW-CITY COUNCIL DOCUMENTS\2018\20280se1 Adopted: VYU(/. Attest: CityClete Approved: '"DO 444JC.. Mayor • RS • DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Mid-Size,All Wheel Drive SUV(Re-Bid) RETURN BIDS TO: Published: May 2,2018 Page 1 CITY CLERK 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% LC-1 Omaha-Douglas Civic Center IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Omaha,NE 68183 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" • NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST or Wednesday,May 16,2018 IMPORTANT 1. Bid must be in the office of the CITY CLERK,1819 Famam Street LC-1, 4. If Federal Excise Tax applies,show amount of same and deduct. OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183 Exemption certificates will be furnished. Do not include tax in bid. by the opening date and time indicated in a sealed envelope marked: BID ON:CITY OF OMAHA Mid-Size,All Wheel Drive SUV(Re-Bid) 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. 2. As evidence of good faith a bid bond or certified check must be submitted with bid. 6. When submitting bid on items listed,bidder may on a separate sheet,make Bid bond or certified check shall be made payable to"City of Omaha" suggestions covering reduction in costs wherever this is possible through FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change. 3. Right is reserved to accept or reject any or all bids in their entirety and the bidders shall 7. If you do not bid,return sheets with reason for declining. Failure to do so will indicate have the right to appeal any decision to the City Council. Right is also reserved to your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS accept or reject any part of your bid unless otherwise indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT www.douolascountvourchasinq.orq. DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION The City of Omaha is seeking bids for a Ford Edge Titanium, All Wheel Drive SUV 1 each per the attached specifications. TOTAL BID: $ (5%Bid Bond is to be based upon this amount,if over NO SUBSTITUTIONS $20,000.00) Questions regarding this bid should be sent via email to bidquestions@douglascounty-ne.gov. Vendor must include the bid title and opening date in the subject line. The deadline to submit questions on this bid is 11:00 a.m. on the Thursday before the bid opening date. Answers to questions will be posted via an addendum at www.douglascountypurchasing.org under Current Bids and Proposals for your specific bid, not later than the Friday prior to bid opening. All bidders awarded a contract in the amount of$10,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights&Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms % Firm: Incorporated In: Delivery(or completion) Name: Signature: calendar days following Title: Phone: Fax: award Address: Street/P.O.Box City State Zip Email Address: DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA -Mid-Size, All Wheel Drive SUV(Re-Bid) NOT AN ORDER Page 2 BID CLAUSES -TERMS AND CONDITIONS REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check, or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, payable to the City of Omaha, or lawful money of the United States, or a United States Govemment Bond (negotiable)are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID. If a bidder submits more than one bid, only one bid bond is required; however,the 5% bid bond must be calculated using the highest bid amount of all submitted bids. Vendor Restrictions: From the date the bid is issued until a determination is announced regarding the selection of the contractor, contact regarding this project between potential consultants/vendors/contractors and individuals employed by the City of Omaha (Omaha) is restricted to only written communication with the person designated as the point of contact for this bid. Once a contractor is preliminarily selected, that contractor is restricted from communicating with Omaha employees with the exception of employees designated to negotiate, discuss or finalize a contract. Violation of this condition may be considered sufficient cause to reject a contractor's proposal and/or selection irrespective of any other condition. Conflict of Interest: Pursuant to Section 8.05 of the Home Rule Charter and all state and local rules, CONTRACTOR assures City of Omaha (CITY)that no elected Official or any officer or CITY employee shall have a financial interest, direct or indirect, in any CITY agreement. In the performance of this agreement, CONTRACTOR will avoid all conflicts of interests or appearances of conflict of interest. CONTRACTOR will report any conflict of interest immediately to the CITY. CONTRACTOR did not and will not provide any money or other benefit of any kind to any CITY employee in the procuring of, facilitation of, and execution of or during the duration of this Agreement. Drug Free Policy: CONTRACTOR assures City of Omaha that CONTRACTOR has established and maintains a drug free workplace policy. Unavailability of Funding: Due to possible future reductions including but not limited City of Omaha (CITY), State and/or Federal appropriations, the CITY cannot guarantee the continued availability of funding for this Agreement, notwithstanding the consideration stated in this Agreement. In the event funds to finance this Agreement become unavailable either in full or in part due to such reduction in appropriations,the CITY may terminate the Agreement or reduce the consideration upon notice in writing to Contractor. The notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. The CITY shall be the final authority as to the availability of funds. The effective date of such Agreement termination or reduction in consideration shall be specified in the notice as the date of service of the notice or the actual effective date of the CITY, State and/or Federal funding reduction,whichever is later. Provided, that reduction shall not apply to payments made for services satisfactorily completed prior to the effective date. In the event of a reduction of consideration, Contractor may cancel this Agreement as of the effective date of the proposed reduction upon the provision of advance written notice to CITY. PAYMENT TERMS: Net 30 payment terms shall apply to all invoices billed to the City of Omaha. Payment of invoice amount will occur within 30 days following receipt of invoice or receipt of goods/services, whichever is later. Exceptions to Specifications:Any and all deviations will be so noted on the attached"Exceptions to Specifications"sheet. SIGN ALL COPIES Firm By Title CONTINUATION SHEET • DOUGLAS COUNTY REQUEST FOR BIDS • ON: CITY OF OMAHA-Mid-Size,All Wheel Drive SUV(Re-Bid) NOT AN ORDER Page 3 BID CLAUSES -TERMS AND CONDITIONS FLEET DEFECTS: A fleet defect is defined as the failure of identical items covered by the warranty and occurring in the warranty period in a proportion of the vehicles delivered under this contract. For deliveries of 10 to 60 vehicles, the proportion shall be 20 percent. For deliveries of under 10 vehicles, the proportion shall be 50 percent. Scope of warranty provisions: The manufacturer shall correct a fleet defect by providing parts and labor free of cost to the buyer. After correcting the defect, the manufacturer shall promptly undertake and complete a work program reasonably designed to prevent the occurrence of the same defect in all other vehicles purchased under this contract. The work program • shall include inspection and/or correction of the potential of defective parts in all of the vehicles. The warranty on items determined to be fleet defects shall be extended for the time and/or miles of the original warranty. This extended warranty shall begin on the date a fleet defect was determined to exist or on the repair/replacement date for corrected items. DESCRIPTIVE LITERATURE: Two(2)copies of full descriptive literature on each item bid are required with the bid. DULY LICENSED: Bidders must be duly licensed and authorized to sell the requested products under the Nebraska Motor Vehicle Industry Licensing Act, Neb. Rev. Stat. Section 60-1401 et seq., as of the.date of bid. Bidders must indicate delivery time for this vehicle type on bid sheet. NOTE: Each bid shall be accompanied by: (1)proof that the bidder holds, as of the date of the bid, a Nebraska Motor Vehicle Dealer's License issued under the Nebraska Motor Vehicle Industry Licensing Act, Neb. Rev. Stat. Section 60-1401.01 et seq.; and (2) name of the bidder's salesperson, and proof that the bidder's salesperson holds, as of the date of the bid, a Nebraska Motor Vehicle Salesperson's License under the aforesaid Act; and (3) name of the manufacturer of the product and proof that the manufacturer holds, as of the date of the bid, a Nebraska Motor Vehicle Manufacturer's or Distributor's License under the aforesaid Act. Failure to comply with these requirements may result in the bid being rejected. PURCHASE OF ADDITIONAL UNITS: Bidders must provide a date for the below statement. The purchase of additional units by the City of Omaha or Douglas County under this contract award shall be held firm through the following date: / / • • SIGN ALL COPIES Firm By Title • CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA- Mid-Size, All Wheel Drive SUV(Re-Bid) NOT AN ORDER Page 4 BID CLAUSES-TERMS AND CONDITIONS Equal Employment Opportunity: In accordance with the Nebraska Fair Employment Practice Act, Neb. Rev. Stat. §48-1122, the Contractor agrees that neither it nor any of its subcontractors shall discriminate against any employee, or applicant for employment to be employed in the performance of this Agreement, with respect to hire,tenure, terms, conditions, or privileges of employment because of the race, color, religion, sex, disability, or national origin of the employee or applicant. New Employee Work Eligibility Status(Neb. Rev.Stat.§4-108-114) The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new 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 a newly hired 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 www.das.state.ne.us . 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. • • SIGN ALL COPIES Firm By Title CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 4,7147 ?A ry G�°rFn 1. Regulation: FeaR`rev A.Article IV,Division I of Chapter 10 of the Omaha Municipal Code thereon require: 1.That all contractors who submit a bid to City of Omaha shall designate a representative who on behalf of the Contractor,shall fill out completely a Responsible Contractor Compliance Form (RC-1). An incomplete or unsigned RC-1 form will make your bid null and void. 2. Filing this Report(please initial in the boxes below): Contractor agrees that Contractor will not knowingly employ or hire an employee not lawfully authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev. Stat.Section 48-2901 et seq.). ElContractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev.Stat.Section 73-104 et seq.). - Contractor has not been convicted of any tax violations(local,State and Federal)within the last three years from the date this bid is submitted. Contractor has not,upon final determination by the Occupational Safety and Health - Administration,been convicted of a criminal,repeat,or willful violation of the Occupational Safety and Health Act(OSHA)or been convicted of 3 (three)separate"serious"OSHA violations within the past three(3)years. - Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project comply with the provisions of the Responsible Contractor Compliance Form RC-1. Signature Date By signing,I verify on behalf of the Contractor that the information above is true and correct. Filing false information carries a penalty of up to a$500 fine or six months in jail. In addition,the contractor and sub- contractors can be subject to immediate disqualification and prohibited from any future City of Omaha contract for a period of 10 years. • SPECIFICATIONS FOR MID-SIZE,ALL WHEEL DRIVE SUV GENERAL: The SUV bid is to be the latest current model of standard deign manufactured,complete with all standard equipment,tools and warranty. Bidders are to supply a full description and any relevant descriptive materials on the unit bid with the proposal. Vehicle must comply with current provision of the National Traffic and Motor Safety Act. SUV bid shall be a Ford Edge Titanium AWD. NO SUBSTITUTIONS. COMPLIES TO SPECIFICATIONS YES NO OTHER 1) BODY A) Color:White Platinum. B) Glass:Approved tinted safety glass on all doors,windows and windshields. C) Interior:Ceramic D) Seats:Front power 10 way bucket seats. 60/40 Split-Fold-Flat and Reclining Bench with Fold-Down Armrest • E) Second Row Easy Fold Seat(rear-seat back release) F) Dual illuminated padded sun visors G) Mirrors:Interior adjustable auto diming. Dual heated power outside mirror mounted on left and right side of vehicle with blind spot mirrors. H) 110V/150W AC Power Outlet and 4 12-volt power.points 1) Seat Belts:Individual lap/shoulder for all seats. J) Horn:Factory horn required. K) Windshield wipers and washers:Multiple speed with washer and intermittent or delay capability. L) Air Conditioner:Factory air conditioning with dual climate control. M) Heater:A fresh air type heater with windshield defroster. Must include cabin air filter if available from factory. N) Rear window defroster with washer and dual speed wiper. 0) Radio:Standard factory HD AM/FM radio with voice navigation system. P) Lights:Auto Halogen headlights with wiper activation. • Q) Floor Coverings:Full carpeting required. R) Power Door Locks:Keyless remote with three(3)sets of keys/fobs per vehicle. S) Windows:Electric 1 touch up/down windows required T) Automatic Speed Control required. U) Airbags:Driver and passenger side,canopy and knee airbags required. V) Fuel Tank:Minimum of 19 gallon W)Hands free lift gate. X) Floor Mats: Factory deep tray style floor mats(Front&Rear)required. Y) License Plate Bracket:Vehicle shall have front and rear license plate brackets. Z) To have factory cold weather package and cargo management system. Comments YES NO OTHER 2)ENGINE AND DRIVE TRAIN A) Engine:Minimum 4 cylinder.Twin-scroll turbocharged 2.0L engine B) Transmission:6 speed automatic with select shift. C) Hill Start Assist D) Push button start Comments Page 1 of 2 4/19/2018 • • • YES NO OTHER 3) SUSPENSION A) Wheelbase:Minimum of 112 inches Maximum of 113 inches. B) Steering:Power steering required. C) Steering Wheel: Power Tilt/Telescoping Steering Column D) Wheels:Standard OE aluminum wheels minimum 19 inch. • • E) Tires:245/55R19 with individual tire pressure monitoring system. F) Brakes:Power 4 wheel anti-lock brakes required. • G) Stability traction control system with roll stability control. Comments • YES NO OTHER 4) ELECTRICAL SYSTEM A) Battery:Heavy duty maximum CCA available from factory. • B) Alternator:Standard required. C) Equipment group 301A to include Blind Spot Info System Comments • YES NO OTHER 23) WARRANTY A) The manufacture standard bumper to bumper warranty shall apply and be in effect for a minimum 3 year/36,000 mile period form the date of satisfactory delivery. B) The power train warranty shall be for a minimum of 5 year/60,000 miles. Comments YES NO OTHER 24) MANUALS A)One(1)Operator manuals will be furnished. Comments YES NO OTHER 25) DELIVERY A) Unit must be delivered to the City of Omaha Fleet Management Facility at 2606 N.26 Street,Omaha,NE,fully serviced and ready for use. The City of Omaha will not be responsible for any costs associated with the pick up or delivery of the unit. Comments YES NO OTHER OPTIONAL LEASE A)Option for 36 month zero down lease with 10,500 allowable miles per year. $ Monthly Payment • B)Option for 36 month lease zero down with 15,000 allowable miles per year. $ Monthly Payment C)Option for 36 month lease zero down with 19,500 allowable miles per year. $ Monthly Payment • • • Page 2 of 2 4/19/2018 EXCEPTIONS TO SPECIFICATIONS Check One • The equipment offered meets all specifications as set forth in the bid. The equipment offered meets all specifications with the following exceptions: (Use separate attached sheet if more room is needed.) Failure to list exceptions may be cause for equipment to be rejected at time of delivery. Name (print) Signed Title BID BOND: 5% Douglas County Purchasing TABULATION OF BIDS ON: CITY OF OMAHA Mid-Size, All Wheel Drive SUV(Re-Bid) • NO BIDS • Date of Opening age 1 May 16, 2018 Department As Read in BI Committee FLEET MANAGEMENT Quantity DESCRIPTION UNIT UNIT UNIT UNIT UNIT . UNIT • PRICE PRICE PRICE PRICE PRICE PRICE Ford Edge Titanium All Wheel Drive SUV . each NO SUBSTITUTIONS BID: • • Bid Bond Received: Terms: Delivery: 5/31/2018 Enterprise Mail-Fwd:Edge • at] Ryan J.Wiesen (Law) <ryan.wiesen@cityofomaha.org> L1C 3Ce- Fwd: Edge 1 message Martin J. Bilek(Mayor's Chief of Staff) <marty.bilek@cityofomaha.org> Tue, May 29, 2018 at 4:08 PM To: "Ryan J. Wiesen (Law)" <ryan.wiesen@cityofomaha.org> Forwarded message From: Rickey Menicucci <RMenicucci@baxterauto.com> Date: Wed, May 23, 2018 at 12:24 PM Subject: Edge To: "marty.bilek@cityofomaha.org"<marty.bilek@cityofomaha.org> • Good afternoon Marty. Below is the Vin#and price quoted for the 2018 Ford Edge. Also, attached is the window sticker. 2FMPK4K9XJBB94947 Selling price=$39,215 • Thanks again. If you need anything else, let me know. • • Baxter Rickey Menicucci General Manager FORD SOUTH 9203 South 145th Street Omaha, NE 68138 (402) 896-6000 RMenicucci@baxterauto.com • • Marty Bilek Mayor's Office • https://mail.google.com/mail/u/0/?ui=2&ik=45a8a43f11&jsver=FPvd7uxXULs.en.&cbl=gmail_fe_180508.13_p10&view=pt&cat=Mayor&search=cat&th=163adbb60; 5/31/2018 Enterprise Mail-Fwd:Edge Chief of Staff 402-444-3518 WindowSticker.pdf 687K • • https://mail.google.com/mail/u/0/?ui=2&ik=45a8a43f11&jsver=FPvd7uxXU Ls.en.&cbl=gmail_fe_180508.13_p10&view=pt&cat=Mayor&search=cat&th=163adbb60f • • lon OAK-000716 NE 9-NORMAL,NB,100716,JC201 8281 ICE TI CERT ICERTI TRD I RAMP I BUMP ICAMPI BOOK IEXFL I , 2FMPR4R8X JBB94947 NB GU13 VEHIEDCGTIE JB B94947 EPA r`��7` DOT Fuel Economyand Environment 1 a 2018 EDGE TITANIUM AWD EXTERIOR Fuel Economy Go Further 5-PASSENGER WHITE PLATINUM MET TRI-COAT TWIN-SCRL2.OLECOBOOSTENG INTERIOR Small SUVs range from 18 to 37 MPG. You Spef fortl eom d 6-SPD AUTO TRANS W/SLCTSHFT CERAMIC PERF LTHR-TRIM SEAT MPG The best vehicle rates 136 MPGe. STANDARD EQUIPMENT INCLUDED AT NO EXTRA CHARGE liN 23 20 27 $I ,0 0 0 EXTERIOR INTERIOR FUNCTIONAL liftElgratiF&Iallii combined city/hwy city highway • more in fuel costs • •BELTUNE MOLDING-BRIGHT •1TOUCH UP/DOWN DR/PASS WIN •AUDIO SYSTEM FROM SONY®/12 •ADVANCETRAC WITH RSC •DOOR HANDLES-BODY COLOR •60/40 EASYFOLD REAR BENCH SPEAKERS •AIRBAG-DRIVER KNEE over 5 years W/BRIGHT INSERTS •AMBIENT UGHTING •HD RADIOT" •AIRBAGS-DUAL STAGE FRONT 4.3 gallons per 100 miles compared to the •EASY FUEL CAPLESS FILLER •AUTODIM REARVIEW MIRROR •HILL START ASSIST •AIRBAG-GLOVEBOX PASS KNEE average new vehicle. •EXHAUST TIPS-STAINLESS •CARGO MANAGEMENT SYSTEM •INTELLIGENT ACCESS W/PUSH •AIRBAGS-SAFETY CANOPY STEEL •CUPHOLDERS-8 BUTTON START •FRT-PASS SENSING SYSTEM •GRILLE-3-BAR,CHROME •DUAL 1LLUM VIS VANITY MIRR •MYKEY® •INDIV TIRE PRESS MONK SYS Fuel Economy&Greenhouse Gas Rating mop.oriy) Smog Rating haipipamtyl •HEADLAMPS-AUTO HALOGEN •DUAL ZONE AUTO CUM CTRL •REAR VIEW CAMERA •LATCH CHILD SAFETY SYSTEM Annual fuel cost •HEADLAMPS-WIPER ACTIVATED •ILLUMINATED SILL PLATES •REVERSE SENSING SYSTEM •PERIMETER ALARM 5 •LED SIGNATURE LIGHTING •LEATHER TRIMMED SEATS W/ •SECURICODE KEYLESS KEYPAD •PERSONAL SAFETY SYSTEM'. $1 ,550n— 1 "" m10 ®3•UFTGATE-HANDS-FREE 10-WAY DR/PA&DR MEM •SIRIUSXM®-SVC N/A AK&HI •SOS POST CRASH ALERT SYS �Q•MIRRORS-PWR/HTD/MAN FOLD •LEATHER WRAPPED STR WHEEL •SYNC W/8"TOUCHSCREENBestBest LED SIG/APPROACH LAMP/MEM W/CRUISE AND AUDIO CONTRO •UNIVER GARAGE DOOR OPENER WARRANTY This vehicle emits 304 grams CO2 per mile.The best emits 0 grams per m/e(tailpipe only).Producing and •PRIVACY GLASS-REAR DOORS •POWERPOINTS-12V •3YR/38,000 BUMPER/BUMPER that/Soling fuel also create emissions;learn more at fueleconomy.gov. •TAILLAMPS-LED W/IJGHT BAR •SMART CHARGING USB PORT(2) •5YR/80,000 POWERTRAIN Actual results will vary for many reasons,including driving conditions and how you drive and maintain your • •5YR/60,000 ROADSIDE ASSIST vehicle.The average new vehicle gets 27 MPG and costs 36,750 to fuel over 5 years.Cost estimates are based on 15,000 miles per year at 32.40 per gallon.MPGe Is miles per gasoline gallon equivalent.Vehicle C m •s a INCLUDED ON THIS VEHICLE (MSRP) (MSRP) emissions area significant cause of climate change and smog. a 11 • • E O EQUIPMENT GROUP 30U 3,400.00 PRICE INFORMATION f u e l e c o n o m y g ov (gbt''iN, E¢ i rr° •REMO E TV SYSTEM NAV SYS BASE PRICE 536,020.00 '' •REMOTE START SYSTEM • TOTAL OPTIONS/OTHER 8,785.00 ,Calculate pmsonali,ed estimates end compare vehicles \.� s� l\I/ rno r •HEATED REAR SEATS . •HEATED/COOLED FRONT SEATS TOTAL VEHICLE 8 OPTIONS/OTHER 44,805.00 •PANORAMIC VISTA ROOF DESTINATION&DELIVERY 995.00 GOVERNMENT 5-STAR SAFETY RATINGS •PWR TILT/TELE STEERING COLUMN TOTAL BEFORE DISCOUNTS 45,800.00 Overall Vehicle SCOre ***** ' OPTIONAL EDUIPMENT/OTNEi1 2018 MODEL YEAR EQUIPMENT GROUP SAVINGS - 295.00 Based on the becombinedcompared ratings of frontal.aide and Inlayer. Should ONLY be npared to other vehicles of similar size and weight WHITE PLATINUM MET TRI-COAT 595.00 245/50R20 A/S BSW TIRES COLD WEATHER PACKAGE 500.00 .HEATED STEERING WHEEL Frontal Driver • ***** �S✓;�/j/—�' .FLOOR LINERS,FRONT AND REAR Crash Passenger * * .WINDSHIELD WIPER DE-ICER * FORD SAFE AND SMART PACKAGE 1,295.00 Based on the risk of Injury In a frontal hnpa ADAPT CRUISE/COWSION WARNIN Should ONLY be compared to other vehicles of similar size and weight US(BOND SPOT INFO SYST EM)EM) Go Further AUTO-DIM DRVR SDVIE'W MIRROR Side Front seat ***** .LANE-KEEPING SYSTEM Crash Rear seat ***** .RAIN-SENSING WIPERS 50 STATE EMISSIONS NO CHARGE • Based on Ole Ask of Injury In a aide Impact. 20'BRT MCH ALM WHL W/PTD PKT 995.00 FRONT LICENSE PLATE BRACKET NO CHARGE Rollover **** Based on the risk of rollover In a abagle-veNde crash. . Star ratings range from 1 to 5 stars(*****),with 5 being the highest. Source:National Highway Traffic Safety Administration(NHTSA). S Scan this sae to www.safercar.gov or 1-888.3274236 experience this RAMP ONE !r vehide or text RA37 TOTAL MSRP $45,505.00 11 w IIInII'� r 2FJ 48802847 ca hdormatlan Disclosure Ad Gasoline Uesnaa,and This F ss, ...� II� �d ,., ���1 �� .. _r r} n G 1 or Visit RAMP TWO FINAL ASSEMBLY PLANT TNiI1bal Is affixed to the Federal Alttolllah�a r ford.com/ SfahuldlaW tun anrolhlckldad. 2FMPK4K8XJBB8d947 ❑■ •' windowsticker OAKVILLE options g esIMI not Included loner Mid abovwa Standard messaging&data plan rates may apply. IIEm00 OF TRAMP. ITEM It:5341020R 2 Insist on Fard Protect)The only extended seMte plan rutty Choose the vehicle you want Whether ou cif) badsdby Fad and hoco datever/ForddealersitlpIntle decide to lease or finance yont find the RAIL JC201 N RB 2X 835 000716 03 2018 FpppPppTECT US„Canada and Mlsdmey Seom Ford deater}uaddttlaml rr choicesthatarerightforyou.SeeymgFord details,or visit cm ltwww.FordOwnemtormetehifennatb �ttocR® n. Deaterfor details orvaltwww.FadcredItcom • 05/21/2018 INTEROFFICE MEMORANDUM Law Department DATE: June 4, 2018 TO: Jim Dowding, City Council Chief of Staff FROM: Bernard J. in den Bosch, Deputy City Attorney`U"") SUBJECT: Opinion—Mayor's Vehicle Several months ago, I was asked to examine a number of issues related to the City's exposure to liability related to the Mayor having a City owned vehicle as opposed to using her own personal vehicle for City business. That memo contained some legal analysis that I did not feel should be released publicly. After our recent conversation, I am preparing this memo in an effort to summarize much of what was discussed in the previous memo. Currently, the Mayor leases a vehicle and receives mileage reimbursement for the use of that vehicle based on mileage. My review from the anniversary of her lease in 2017 determined that she received approximately $9,147 in mileage reimbursement for the preceding 12 month period, approximately $762.25 per month . One of the issues that was of significant concern to me was that the Mayor's vehicle was being operated by security staff acting in the course and scope of their duties as a City employee. This distinguishes her use of a personal vehicle from that of all other City employees of which I am aware. In instances where employees are driving their own vehicle, the City does not have liability for the operation of the vehicle. The City also has no responsibility for those employees when they are commuting to work. However, in the instance where the Mayor's vehicle was being operated by an employee acting in the course and scope of their employment, it is my view that the City would have liability in the event of an incident. In addition, though a Court may eventually determine that the Mayor was not personally liable for damages caused by her vehicle, she has personal exposure that she should not have. It was my view that it made more sense to have the Mayor transported in a City owned vehicle. Ultimately, I believe that will save the City money, will provide transparency, and also make the various legal obligations clear. If the Mayor is being transported in a City vehicle with a City driver(security staff), there is little question that the City of Omaha would be responsible for any liability should an accident or property damage occur. There would be little question as to the cost of the vehicle, which may not be so easily understandable if a person is being reimbursed for mileage. If you have any questions, or would like to discuss this further, please do not hesitate to contact me. % i RESOLUTION NO. 44I Item Submitted By: Sunny LaPuzza Department: Law Council Meeting Date: June 5, 2018 Res. that, as recommended by the Mayor, the purchase pursuant to Section 5.16 of the Home Rule Charter 1956 as amended, based upon the quote from Baxter Ford South in the amount of $39,215.00, for a 2018 Ford Edge midsized all-wheel drive SUV, as a purchase for which the Purchasing Department has advertised for formal sealed competitive bids to be opened in public and for which no bids were received, is hereby approved. (The Finance Department is authorized to pay the cost of this vehicle in the amount of $39,215.00 from the City Capital Improvement Fund 13112, Organization 131555 City Capital Improvement, Account 47032 Vehicles Small Non-law Enforcement.) Presented to City Council June 5, 2018 APPROVED-0-6�--0 8lizabeth iSutler City Clerk .