Loading...
RES 2016-0041 - PO from Anderson Ford Lincoln Mercury Mazda for Ford Fusions and Ford Interceptor _garfirvvii ,._/ A P 4, - O ;cro' VA ?a.. t a. "� 2015 DEC �• ! IL` 1 4 Off_ .* 'TEDFEBR�A / City of Omaha ' Jean Stothert,Mayor , ;_,t , Todd R.Schmaderer Chief of Police Omaha Police Department "To Serve and Protect" Honorable President 505 South 15th Street Omaha,Nebraska 68102-2769 (402)444-5600 and Members of the City Council, fax(402)444-5898 www opd.ci.omaha ne.us Transmitted herewith is a Resolution authorizing the payment to Anderson Ford Lincoln Mercury Mazda in the amount of$17,721.00 each for a total of$212,652.00 for twelve (12) Year 2016 Ford Fusions; and in the amount of$27,801.00 for one Year 2016 Ford Interceptor for the Omaha Police Department. Anderson Ford Lincoln Mercury Mazda has provided Nebraska State Contract pricing #14370 OC and #14356 OC. Such cooperative procurement is permitted pursuant to Omaha Municipal Code Sec. 10-111. The Finance Department is authorized to pay the cost of the Ford Fusions and Ford Interceptor in the total amount of$240,453.00 from the Omaha Police Department, Year 2015, General Fund 11111, Organization 113141 Fleet/Facilities, Account 47031 Vehicles Small/Law Enforcement Only. Respectfully submitted, 6�c TK5 l?&c/5 Todd R. Schmaderer Date Chief of Police Approved as to Funding: Referred to City Council for Consideration: Oa; 4/ ...( s-k fret-.1- I 21 30 A S--- Stephen B. Curtiss Date Mayor's Office Date trl€P, Finance Director S:\OPD\1457ddr An Internationally Accredited Law Enforcement Agenc 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 3 10/15/15 Fax:(402)471-2089 BUSINESS UNIT BUYER 9000 DIANNA GILLILAND(AS) CONTRACT NUMBER VENDOR NUMBER: 503856 14370 OC VENDOR ADDRESS: E15 Award AFL,LLC DBA ANDERSON FORD LINCOLN MERCURY MAZDA 2500 WILDCAT DR PO BOX 83644 LINCOLN NE 68501-3644 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 15, 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 AGENCIES OF THE STATE. `1 t I1i THIS CONTRACT IS NOT AN EXCLUSIVE CONTRACT TO FRNI l 'HE MATERIALS AND/OR SERVICES SHOWN BELOW, AND DOES NOT PRECLUDE THE PURCHASE OF SIMILAR MATERIAL SAND/bR SERVICES FROM OTHER SOURCES. THE STATE RESERVES THE RIGHT TO EXTEND THE P.EFIOD; OF_THIS,CONTRACT BEYOND THE TERMINATION DATE WHEN • MUTUALLY AGREEABLE TO THE CONTRACTOR AND THE STATE:( F I\EBRASKA. il; 1 ( : Original/Bid Document 5106 OF " ° a { Contract to supply and deliver 2016 or Current Production Year,CO PACT 4 DOOR SEDAN FLEX FUEL VEHICLE E85,as per the attached specifications,for the contract period October 15,2015 tthrcgh Jul 31,2016. See attached Terms and Conditions page for approximate units tp to ;..lurotimori,4 The Unit Price is equal to the Base Price for items before the Option Bid List. Make/Model: Ford Fusion i Series,Code,Trim Level: POG, 100A.,S144 Delivery: 90 Days/SRO i k _ i f I I1 J 3 LINE GUIDE FORT I `0,17 .2 l 1 + i $ V r� � ,> >. 01) f 3 j ' 1 Nr 4,.i �y . 5 4 = t51 -j 1 4 h.vR.l,f,i. )•. Line 1: E15 Comptlaol~rptlg Line 2: Alternate Size Engine(add)to Line 1 a'" Lines 3-11: Options 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 5-6: 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: Bobby Colclasure Phone: (402)617-4521 Fax: not available • \ (C141tVIEV IMd. ATij F NISTRATSR R43500INISCOOO11NISCO001 201503,91 u STATE OF NEBRASKA CONTRACT AWARD State gBuea K s ee 130 Lincoln,Nebraska 68508 PAGE ORDER DATE Telephone:(402)471-6500 2 of 3 10/15/15 Fax:(402)471-2089 BUSINESS UNIT BUYER 9000 DIANNA GILLILAND(AS) CONTRACT NUMBER 14370 OC VENDOR NUMBER: 503856 E-Mail: bobbyc@andersonautogroup.com<mailto:bobbyc@andersonautogroup.com> rab 10/19/2015 Estimated Unit of Unit Line Description Quantity Measure Price 1 E15 COMPACT 4 DOOR SEDAN 20.0000 EA 17,721.0000 FORD FUSION ' 2016 or Current Production Year Compact 4 Door Scan E15 Compliant i El 5(Units capable of operating on a fuel mixture o up'to 15%Ethanol/85%Unleaded gasoline without additional p p_. .. g ,���� ��� change or conversion.) ! - ills Series, Code,Trim Level: POG, 100A, S ° ' i Engine: 2.5L 14 IVCT ' 11.N 1 I iroMt The original manufacturer's statement of origin,a�1 ervice a itihorization card,and a properly executed service and warranty policy shall accompany each vehicle, u deliverred. t i i i 1 t 2,195.0000 i i d+ 20.0000 EA 2 ALTERNATE SIZE ENGINE ! i 11 ENGINE SIZE: 1.5 ECOBOOST i ; 3 l I t 7 3 FULL-SIZE SPARE TIRE `� !(t i{ I 20.0000 EA 350.0000 t (RIM CAN BE STEEL) ((¢}t 4 ADDITIONAL FOB IF EQUIPPED ;" ; 20.0000 EA 150.0000 WITH KEYLESS REMOTE ENTRY i'a;0,,4 r', i ! ` 20`0000 1 , A. 0.0000 5 STANDARD PAN 11 l , t I < ,i ill 11 i i' 1 ` 1 'i` �.i 'n € ° # fi 20 0000 �A�� _��''��� �6 395.0000 6 EXTRA COST PAINT �� �� ,r x x i §.A ' h� Ati i EA 6,995.0000 7 AWD ALL WF�EE�DRi1i. -;r ' . . . '. ' , ., 20.0000 . 8 REVERSE SENSING SYSTEM 20.0000 EA 395.0000 9 ADDITIONAL WARRANTY FROM 20.0000 EA 2,995.0000 MANUFACTURER Years: 5 Miles: 100,000 10 DROP SHIPMENT CHARGES OUTSIDE 20.0000 EA 395.0000 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. 11 PROTECTIVE VINYL BODY MOLDING 20.0000 EA 325.0000 DEALER INSTALLED IF NOT STANDARD EQUIPMENT BUYE ITIALS R4350000SC00(11lNISC0001 20150901 1 Return to: State of Nebraska - INVITATION TO BID State Purchasing Bureau 1526 K Street,Suite 130 CONTRACT Lincoln,Nebraska 66508 Date 8/18/15 (Page 1 of 5 Solicitation Number 5106 OF Opening Date and Time DESTINATION OF GOODS 09/15/15 2:00 pm MULTIPLE DELIVERY LOCATIONS PLEASE REFER TO DOCUMENTATION Buyer FOR DELIVERY ADDRESSES. DIANNA GILLILAND(AS) 2016 or Current Production Year COMPACT 4 DOOR SEDAN FLEX FUEL VEHICLE E85 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. n Per Nebraska's Transparency in Government Procurement o nformat on is forred to statistical ct statistica purposes of in and wiol not herding the number of contracts awarded to Nebraska contractors. considered for contract award purposes. N't.. NEBRASKA CONTRACTOR AFFADAVIT: Bidderbona fiite`'placeSts hof business and atat bidder is a mleast one employee wthin this raska Contractor" shall mean any bidder who has maintained astate for at least the six(6)months immediately preceding the po§tin,g date of this ITB. zone I hereby certify that I am a Resident disabledif a.plicable, considered in the award of thisn OrbOsiness located in a designated rcont act in accordance with Neb.Rev. Stat.§73-107 and wish to have p eference P s 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/achenrpl.pdf ne the work The Contractor is required and hereby agrees to use a federal �te'of Nebraska.Alon fepeyal immigration vstem to erification on system status of employees physically;performing services within the.., . mean the electronic verification of the work authorization program authoized by the Illegal Immigration Reform and Responsibility,Act of 1996,8 li.S.C.1324a,known as E Verify Program,,or an equivalent federal,program designed by the United States Department of Homeland Security or other federal agency authorized to verify the work,eligibility,status of a newly hired employee. r . 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 Bid Res.ond: Remove From Class-Item OR Kee'Active For Class-Item BIDDER MUST COMPLETE THE FOLLOWING DAYS DISCOUNT PAYMENT TERMS: C� % 20 environment.1VendoInvitation will furnish the bidder the items4 ,,,,,„,,,,__________ requested within"Standard to the 4,0 Conditions yes after receiptf order. Solicitation a lure to oenterDel very Date er and is may cause quotation to be REJECTED.mmitted to provide a drug free place Enter Contact Information Below Sign Here (A�tKOrized SIgnat a ORY-MUST BE SIGNED IN INK) /� VENDOR# Contact Epblo•� 0o(c.l.g3catrt Telephone jOJL- (e t 7-'I3 i VENDOR: �frier fir• �� Facsimile A/l�¢ Address: a y+aa, t c Q r' L-iocels%. Alf" Le 4.%ALI. Email 6 04 e_e cc rcter5an cu jvCal' Return to; State of Nebraska - INVITATION TO BID State Purchasing Bureau 1526 K Street,Suite 130 CONTRACT Lincoln,Nebraska 68508 `Date 8/18/15 Page 2 of 5 Solicitation Number 5106 OF Opening Date and Time DESTINATION OF GOODS 09/15/15 2:00 pm 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/lb403/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; i 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 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 amendmerit'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 Qu• estions 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 m accordance with the rules of contract interpretatiofl 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 8/18/15 Page 3 of 5 Solicitation Number 5106 OF Opening Date and Time DESTINATION OF GOODS 09/15/15 2:00 pm MULTIPLE DELIVERY LOCATIONS PLEASE REFER TO DOCUMENTATION Buyer FOR DELIVERY ADDRESSES. DIANNA GILLILAND(AS) ..1.111111111111M1M1111101111M111=1111.11111111111111111110011. RIME 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 Departmentof 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 Qneor 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. 1 - .t ' ; , (b1 08/14/15) 1 A response to this Solicitation is subject to, but not limited to,the included Standard Conditions and Terms. PLEASE READ CAREFULLY! IT IS THE RESPONSIBILITY OF THE BIDDER TO REFER;:TO'STATE PURCHASING AND/ORINGBUREAU'S WEBMENDMENTS SITE FORAY ALL L INFORMATION RELEVANT TO THIS SOLICITATION TO INCLUDE ADDS ISSUED PRIOR TO THE OPENING:DATE. , http://www.das.state.ne.us/materiel/purchasing/purchasing.html Bid Tabulations;are available`on the internet at httirliiivilvwdas.itate,ne.usiniateriS110Urchising/iiidtabs.htm This form is part of:the specification;package'and must be signed and V returned; along with ail 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 rice i 1 COMPACT 4 DOOR SEDAN 1.0000 EA Ai A FFV E85 2016 or Current Production Year Compact 4 Door Sedan Flex Fuel Vehicle E85 A separate bid is requested if the manufacturer is producing alternative fuel motor vehicles.A SEPARATE Return to: State of Nebraska - INVITATION TO BID State Purchasing Bureau CONTRACT/��+ 1526 K Street,Suite 130 CONTRACT Lincoln,Nebraska 68508 Date 8/18/15 Page 4 of 5 Solicitation Number 5106 OF Opening Date and Time DESTINATION OF GOODS 09/15/15 2:00 pm MULTIPLE DELIVERY LOCATIONS PLEASE REFER TO DOCUMENTATION Buyer FOR DELIVERY ADDRESSES. DIANNA GILLILAND(AS) INVITATION Unit of Extended Line Description Quantity Measure Unit Price Price 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.) Minimum Wheelbase: 107" Maximum Wheelbase: 113" Minimum Length: 188" Maximum Length: 195" : Minimum Engine Size: 2.4L 14 . i Minimum Tire Size: 16" : I t- . Make: 1't et_t ' i i . Model: trs-i-sr Series, Code,Trim Level: "'r • Engine: EPA: ./ Delivery time after receipt of Order(number/days): �` e . The original manufacturer's statement of origin,a service authorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. 2 COMPACT 4 DOOR SEDAN 1.0000 EA .E141,A /-7/ +1 2-1 E15 COMPLIANT 2016 or Current Production Year Compact 4 Door Sedan E15 Compliant A separate bid is requested if the manufacturer is producing alternative fuel motor vehicles.A SEPARATE CONTRACT MAY BE AWARDED. E15(Units capable of operating on a fuel mixture of up to 15%Ethanol/85% Unleaded gasoline without additional change or conversion.) Make: ""C rd Model: "c.�t`I Ark Return to: State of Nebraska - INVITATION TO BID State Purchasing Bureau /� 1526 K Street,Suite 430 CONTRACT Lincoln,Nebraska 68508 Date 8/18/15 (Page 5 of 5 Solicitation Number 5106 OF Opening Date and Time DESTINATION OF GOODS P g 09/15/15 2:00 pm MULTIPLE DELNERY LOCATIONS PLEASE REFER TO DOCUMENTATION Buyer FOR DELIVERY ADDRESSES. DIANNA GILLIIAND(AS) INVITATION Unit of Extended Line Description Quantity Measure Unit Price Price Series,Code,Trim Level: ?O&, IOC? , S Engine: d.S C- .r4 t✓GY' EPA: ' irif2Jts Delivery time after receipt of order(number/days):�::< .1 W The original manufacturer's statement of origin, a'serviceauthorization card,and a properly executed service and warranty policy shall accompany each vehicle when delivered. a 4 t ' 1 t , 1 " . J j Quantity Description Unit Cost 1 Mid Size Utility Police Vehicle $27,699.00 1 Dual Side Spotlight $450.00 1 Front LED Modules (Deduct) -$109.00 1 Rear LED Modules (Deduct) -$109.00 1 100 Watt Siren Speaker(Deduct) -$120.00 1 Push Bumper(Deduct) -$350.00 1 Auxiliary Battery (Deduct) -$500.00 1 Two-Tone Vinyl Package 1 $840.00 Total $27,801.00 STATE OF N E B RAS KA CONTRACT AWARD state Purchasing Bureau 1tteKrcasigBeea 526 Lincoln,Nebraska 68508 PAGE ORDER DATE Telephone:(402)471-6500 10/14/15 Fax:(402)471-2089 1 of 4 BUSINESS UNIT BUYER 9000 DIANNAGILLILAND(AS) CONTRACT NUMBER 14356 OC VENDOR NUMBER: 503856 Primary Award VENDOR ADDRESS: E85 Award AFL,LLC DBA ANDERSON FORD LINCOLN MERCURY MAZDA 2500 WILDCAT DR PO BOX 83644 LINCOLN NE 68501-3644 AN AWARD HAS BEEN MADE TO THE CONTRACTOR NAMED ABOVE FOR THE FURNISHING OF MATERIALS AND/OR SERVICES AS LISTED BELOW FOR THE PERIOD: 3 OCTOBER 14, 2015 T OUGH JULY 31, 2016 s :' EN AT THIS TIME. ORDERS FOR THE MATERIALS AND/OR :� NO ACTION ON THE PART OF THE CONTRACTOR NEEDS Ti'dn` �® THE STATE. SERVICES WILL BE MADE AS NEEDED BY THE VARIOUS AG .a I„ 1 � It THIS CONTRACT IS NOT AN EXCLUSIVE CONTRACT TO FI ;, l HE MATERIALS AND/OR SERVICES FROM OTHER SERVICES SHOWN BELOW, AND DOES NOT PRECLUDE THE PURCHASE OF SIMILAR MATE-I• ' � 4 -' : it THE STATE RESERVES THE RIGHT TO EXTEND THE P-Il{f"R 'a, i'TIT 'CONTRACT BEYOND THE TERMINATION DATE WHEN MUTUALLY AGREEABLE TO THE CONTRACTOR AND TH Ft SKA• Original/Bid Document 5099 OF Contract to supply and deliver 2016 or Current Production Ye. 'o I t UTILITY VEHICLE ALL WHEEL DRIVE 5 PASSENGER, h Jul 31,2016. as per the attached specifications,for the contract period 0 s b= 01 Y Terms and Conditions page for approximate uni�__•. _;uro el.The Unit Price is equal to the Base Price for items before See attached ,f l�i. the Option Bid List. u '� Make/Model: Ford Police Utility V Ih 4 )•r A �7 _. _�;�,;to i ' ,, ;, , u Series,Code,Trim evel..K < • t` ,,, ' y 1 . 1 Ill 6 at,Delivery: 90-120i I (� , _ It LINE GUIDE FO . r Line 1: Gas Engine Line2; E85 Engine Line 3: Alternate Gas Engine deduct from line 1 Lines 4-26: Options 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. Line 7: 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: Bobby Colciasure '.tip \ .\ :.0 40'ii1`ty ',• IL211111RIMPA 724B,N1 A•n- /T- •T STATE OF NEBRASKA CONTRACT AWARDBureau 152 State K Purchasing B Be 130 Lincoln,Nebraska 68508 PAGE ORDER DATE Telephone:(402)471-6500 10/14/15 Fax:(402)471-2089 2 of 4 BUSINESS UNIT BUYER 9000 DIANNAGILLILAND(AS) CONTRACT NUMBER 14356 OC VENDOR NUMBER: 503856 Phone:402-617-4521 Fax:N/A E-Mail:bobbyc@andersonautogroup.com (sms 10/19/15) Estimated Unit of Unit Line Description Quantity Measure Price 1 POLICE MID SIZE UTILITY 20.0000 EA 27,699.0000 FORD POLICE UTILITY VEHICLE 2016 or Current Production Year Police Mid Size i \, hide All Wheel Drive 5 Passenger M:53 . Series,Code,Trim Level: K8A,500A Engine: 3.7L it R cuted service and The original manufacturer's statement of origin, 1 = - 11orization card,and a properly exe warranty policy shall accompany each vehiclel+� Ai ell tiia 2 E85 POLICE MID SIZE UTILITY 20.0000 EA 27,699.0000 FORD POLICE UTILITY VEHICLE 2016 or Current Production Year E85 Police MI . i y1.1 V hicle All Wheel Drive 5 Passenger fuel mixt p t 45A Ethanol115%Unleaded gasoline without additional E85(Units capable of operating on a A change or conversion.) tf_211...1.,11-Lik4ii,1-ib- rz-:,..3. Engine:3.7L G �� rtU ;-----::- _y. - .... . It _n3 r�� c, ri Ix .1;;u ,r F Series,Code,�ilm_L IJ ;5 Q , �a , y ,_.:.,._____ v ="a II j id ` q' =d •service and o erf ate i s _ k The � - �.,. - �. � � 11 1� 20.0000 r .. .EA 3,295.0000 3 ENGINE(b'l . . f ,� �y . ��.-+_ ENGINE SIZE:3.5 ECOBOOST 4 CLOTH REAR SEATS 20.0000 EA -50.0000 (DEDUCT) 5 40-20-40 OR 60-40 20.0000 EA 425.0000 BENCH SEAT WITH DRIVER POWER 6 COURTESY LAMP INOPERABLE 20.0000 EA -10.0000 (DEDUCT) 7 STANDARD PAINT 20.0000 EA 0.0000 8 DEEP TINT GLASS(ALL EXCEPT 20.0000 EA 395.0000 WINDSHIELD AND FRONT DOORS) BUYE INITIALS R435001511SC00011W5C000120150901 State Purchasing Bureau STATE OF NEBRASKA CONTRACT AWARD 15tePurc asingBurea Lincoln,Nebraska 68508 PAGE ORDER DATE Telephone:(402)471-6500 10/14/15 Fax:(402)471-2089 3 of 4 BUSINESS UNIT BUYERDIANNA GILLILAND(AS) CONTRACT NUMBER 1 9000 14356 OC VENDOR NUMBER: 503856 Estimated Unit of Unit Quantity Measure Price Line Description 9 DRIVER SIDE SPOTLIGHT 20.0000 EA -150.0000 (DEDUCT) 10 DUAL SIDE SPOTLIGHT 20.0000 EA 450.0000 (DEDUCT) 11 DOME LIGHT(DEDUCT) s";� � 20.0000 EA -25.0000 12 UNDER HOOD LIGHT _W-2. F: 20.0000 EA -10.0000 (DEDUCT) . �.' � s.� 13 DROP SHIPMENT CHARGES 20.0000 EA 395.0000 j - OUTSIDE THE LINCOLN AREA i ; .'r�j ADDITIONAL COSTS OF CHARGES FOR V HIPMENT OUTSIDE THE LINCOLN AREA. DROP SHIPMENT CHARGES WOULD BE F I I:OUGHT BY POLITICAL ENTITIES AND OTHER DIVISIONS OF GOVERNMEN 14 VERTICAL MOUNTED TWO(2) 20.0000 EA -109.0000 CLEARIWHITE LED MODULES MOUNTED AT A 45 DEGREE ANGLE TO F' F : I 1 E ON PUSH BUMPER. BLACK BEZEL WITH CLEAR LENSES.SH I I f RESISTANT. LEADS TAGGED AS SI10-liTHAT TERNIIN :,_ 1.Nit, '� 1RONSOLE AREA. r .S EOIF-. MI MpE"�.R.EE(3)LED IN LED S MEET SAE J8 `�, � ` ra_. ..k, 1.. EACH MODULE_(D D , I / 11A n3 11 u u i t rl•r .''11 _ �, �a �''.aF3 iFZ Gil C9Y- 1?r3 �- SFi 14D _ �t, ,i .urr.r. EMS 10 15 TWO 2)1g��m T a�, . �. .._ - s.0000 MOD - N t`.. k 4 a".(W41;'): ' ADS. BLACK BETE` i' ` L" --'E r� A ` �R N LEADS TAGGED AS SUCH THAT TERMINATE IN CENTER NEACH CONSOLE MODULE.AREA. A LED'S (DED MEET SAE J845,CLASS 1 SPECIFICATIONS. MINIMUM OF THREE(3)LED 16 100 WATT SIREN SPEAKER 20.0000 EA -120.0000 INSTALLED CENTERED ON PUSH BUMPER WITH SPECIFIC MOUNTING BRACKET.LEADS TAGGED AS SUCH THAT TERMINATE IN OR NEAR THE PASSENGER COMPARTMENT. (DEDUCT) 17 SETINA PB 400 PUSH BUMPER 20.0000 EA -350.0000 WITH INSTALLATION ON FRONT OF VEHICLE.(DEDUCT) 18 AUXILARY BATTERY 20.0000 EA -500.0000 (DUAL PURPOSE AGM BATTERY) WITH DUAL BATTERY SEPARATOR FOR ACCESSORY EQUIPMENT. INSTALLATION ALSO TO BUYER INITIALS R4050%NISC0001INISC000120150901 STATE OF NEBRASKA CONTRACT AWARD State Purchasing Bureau 1526 K Street,Suite 130 Lincoln,Nebraska 68508 PAGE ORDER DATE Telephone:(402)471-6500 10/14/15 Fax:(402)471-2089 4 of 4 BUSINESS UNIT BUYER 9000 DIANNA GILLILAND(AS) CONTRACT NUMBER 14356 OC VENDOR NUMBER: 503856 Estimated Unit of Unit Line Description Quantity Measure Price INCLUDE BATERY TRAY AND BRACKET,HEAVY DUTY FUSE,1 GAUGE OR LARGER CABLE. (DEDUCT) 19 CLASS III TRAILER TOWING 20.0000 EA 395.0000 WITH TRAILER LIGHTING CONNECTORS. 20 PRO-GARD X PUSH BUMPER , - ._;; I: 20.0000 EA 2,595.0000 WITH INSTALLATION ON FRONT ¢a - OF VEHICLE. 0`"- F • 1 ill 425.0000 20.0000 21 SPOTLIGHT: EA WHITE LED LIGHTING �'� - is,.0- : �j�-, I 1 )4 840.0000 ' y t ,',.i "'1i 1 20.0000 EA 22 TWO-TONE VINYL PKG. 1 �¢ �.�+ (VINYL ON FRONT&REAR DOORS &ROOF) 23 TWO-TONE VINYL PKG.2 20.0000 EA 840.0000 (VINYL ON ROOF&HOOD) 24 TWO-TONE VINYL PKG.3 �- � � 20.0000 EA 700.0000 liti (VINYL ON FRONT DOQR�S 8(.ROOF)_ A Rj i,1 : _ _ -�1x x.-C, ,1 Q,100 - Xi 95.0000 25 UPGRADE SIRENS O x• SS 11117,14 r� � t� t e a 1, `s CODE -_. �0 a lI I s .i l I II Hi iii ,,,; 1 ., t - 4 0 4600 - 375.0000 26 UPG �® IL TAT : N111) ' . . o : , t ���+y BUYER INITIALS R4050p1N1S00001lNISf.0001 20150901 Return to: State of Nebraska - INVITATION TO BID State Pwdtasing Bureau 1526 l<Street,Suite 130 CONTRACT Lincoln,Nebraska 68508 Date 8111/15 (Page 1 of 4 Solicitation Number 5099 OF Opening Date and Time 09/04/15 2:00 pm DESTINATION OF GOODS MULTIPLE DELNERY LOCATIONS PLEASE REFER TO DOCUMENTATION Buyer FOR DELIVERY ADDRESSES. DIANNA GILLILAND(AS) 2016 or Current Production Year POLICE MIDSIZE UTILITY VEHICLE ALL WHEEL DRIVE 5 PASSENGER as per the attached specifications for the 2016 Production Year. Unit bid must meet the attached specifications. Disregard the City 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. 1%NEBRASKA CONTRACTOR AFFADAVIT: Bidder hereby attests that bidder is a Nebraska Contractor. "Nebraska Contractor' 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 ITS. I hereby certify that I am a Resident disabled veteran or business located in a designated enterprise zone in accordance with Neb.Rev.Stet§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.ustaccountinglforms/aehenrol.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 other federal agency authorized to verify the work eligibility status of a newly hired employee. 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 Bid Res'•nd: Remove From Class-Item OR Kee.Active For Class-Item • BIDDER MUST COMPLETE THE FOLLOWING DISCOUNT PAYMENT TERMS: CD % . DAYS worktree place By environment Vendor N furnish theInvitation to Bid,the�items dder erequ�ed within grees to the"Stankrd s aft►eoeit or order.Failureons and Terms of Bid� oee and Offer"and is nter Delivery Date committed ay cause quotation to be REJECTED. Sign it.Sekle.1 Enter Contact Infomation Below Here (Authorized Sig ure MANDATORY-MUST BE SIGNED IN iNK) VENDORS Contact ail,h y CICd ASklt VENDOR: 'T` V- —. -Fort/ Telephone '( .- eel "7- y(S e i Address: (4c4 Q f. Facsimile f v 1,4 at,.t tii Co(n, Je (1. S`d-4 Email Return to: State of Nebraska - INVITATION TO BID 4 trs Bureau �Purchasing sso 130 CONTRACT Lincoln,Nebraska 68508 Date 8/11/15 Page 2 of 4 . Solicitation Number 5099 OF Opening Date and Time 09104/15 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/lb403/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.Start§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 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 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'a 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 1526 KEG Bureau uite 130 CONTRACT Lincoln,Nebraska 68508 Date 8/11/15 Page 3 of 4 Solicitation Number 5099 OF Opening Date and Time 09/04/15• 2:00 pm DESTINATION OF GOODS MULTIPLE DELIVERY LOCATIONS PLEASE REFER TO DOCUMENTATION Buyer 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. (bl 08/07/15) A response to this Solicitation is subject to,but not limited to,the included Standard Conditions and Terms. PLEASE READ CAREFULLY! ITOR ALL N ISO MAHE RESPION RELEVANT TOT SOF E BIDDER TOSOLICITAT ON TO INCLUDE FER TO ATE ADDEN ADDENDAASING BUREAU% WEB SITE AND/OR AMENDMENTS THATFMA BE INFORMATION RE ISSUED PRIOR TO THE OPENING DATE. http:/Iwww.das.state.ne.us/materlellpurehasing/purchasing.html Bid Tabulations are available on the Internet at http:l/www.das.state.ne.uslmateriellpurchasing/bidtabs.hbn 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 matpurchdesmatttnebraska.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 POLICE MID SIZE UTIUTY 1.0000 EA 7,la?i t t? VEHICLE AWD 5 PASSENGER 2016 or Current Production Year Police Mid Size Utility Vehicle All Wheel Drive 5 Passenger Minimum Wheelbase: 112.6" Return to: State of Nebraska - INVITATION TO BID 1528 s Stilts; CONTRACT Lincoln,Nebraska 88508 Date 8/11/15 Page 4 of 4 Solicitation Number 5099 OF Opening Date and Time 09/04M5 2:00 pm DESTINATION OF GOODS MULTIPLE DELIVERY LOCATIONS PLEASE REFER TO DOCUMENTATION Buyer PLEASE DELIVERY ADDRESSES. DIANNA GILLILAND(AS) INVITATION Unit of Extended Line Description Quantity Measure Unit Price Price Minimum Engine Size: 3.7L Minimum Tire Size: 18" Make: r Model: Chi:"- LrA-: l:f WGiiJt Series,Code,Trim Level: A i SSA Engine: ,3. L EPA: /(7 jrt( Delivery time after receipt of order(number/days): 3C £Z.C.N 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. g 2 E85 POLICE MID SIZE UTILITY 1.0000 EA ?,G Qg a 7,499 VEHICLE AWD 5 PASSENGER 2016 or Current Production Year E85 Police Mid Size Utility Vehicle All Wheel Drive 5 Passenger 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.) Engine: 3. 7 L Make: Fes eel t Model: Pbc r' Lt u.4- E; 1 Vile c,t t GVWR: Series,Code,Trim Level: j i"/4, tethsci EPA: I&(2A Delivery time after receipt of order(number/days): 9(5"1 24 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: =No Charge =Standard in Base Price Not Available from Dealer/Mfg. =Not Applicable to Spec/Option ,no additional charge ,indicate price Line 1 Line 2 Gas Option E85 Option Unit Price Unit Price 3 Engine(other) $ se,. p g$' $ 41, ,,2.cj,5- Specify Engine Size: 3,s- E'cefo .7. S" Ezof f' 4 Cloth rear seats(deduct). ($ 5.0 ) ($ 4-0 ) 5 40-20-40 or 60-40 Bench Seat with driver power controlled seat,if $ $ gear from manufacturer. a� 6 Courtesy Lamp inoperable(deduct). ($ /p ) ($ 10 ) 7 Standard paint. Attach list and identify as No Additional Cost Paints. $ S 7_0 $ ST7J 8 Extra cost paints. Attach list and identify as Extra Cost Paints. $ A/,L $ C 9 All Wheel Drive(deduct). ($ / A„ ) ($ ) 10 Second Power Outlet. $ 57-0 $ S Tit. 11 Deep tint glass(all except windshield and front doors). $ 3 g S- $ 3 Z r 12 Driver side spotlight(deduct). ($ j i''ZS ) ($ / lb ) 13 Dual side spotlight. 1$ q Se, $ YSv 14 Dome Light(deduct). ($ .2 r ) ($ As- ) 15 Under Hood Light(deduct). ($ E 0 ) ($ ,o ) 16 Drop shipment charges outside the Uncoln 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 ) t S other Divisions of Government. THE FOLLOWING CAN BE FACTORY OR DEALER INSTALLED 17 Vertical Mounted two(2)Clear/White LED Modules.Mounted at a 45 ($ C .Q ) ($ i )9 ) degree angle to front of vehicle on push bumper.Black Bezel with clear lenses.Shock and water resistant.Leads tagged as such that terminate in center console area.LED's meet SAE J845,Class 1 specifications. Minimum of three(3)LED in each module.(Deduct) 5099 OF 2016 Police Mid-Size Utility Vehicle AWD 5 Passenger 1 of 2 OPTIONS BID LIST Line 1 Line 2 Gas Option E85 Option Unit Price Unit Price 18 Two(2)Clear/White LED Modules.Mounted on either side of rear license ($ ) ($ d� plate on a license plate bracket for Two(2)lightheads.Black Bezel with /0 47 clear lenses.Shock and water resistant.Leads tagged as such that terminate in center console area.LEDs meet SAE J845,Class I specifications.Minimum of three(3)LED in each module.(Deduct) 19 100 WATT siren speaker installed centered on push bumper with specific ($ / ) ($ 120 ) mounting bracket.Leads tagged as such that terminate in or near the passenger compartment.(Deduct) 20 Setina PB 400 Push Bumper with installation on front of vehicle.(Deduct) ($ 33%) ) ($ 2,st, ) 21 Auxiliary Battery(Dual Purpose AGM Battery)with Dual Battery Separater($ $ ) ($ .5 t.1tl ) for accessory equipment.installation also to include battery tray and bracket,heavy duty fuse, 1 gauge or larger cable.(Deduct) 22 Class Ill Trailer Towing with Trailer Lighting Connectors. $ 3 t1►s $ 3 g,$' 23 Pro-Gard X Push bumper with installation on front of vehicle. $ ,?g-* $ OS"9 S' 24 Bluetooth:Hands free wireless network to make and receive phone calls $ . $ 4,4 cj ftikeei enabled by a push button or by voice command.Dealer installed nc.4 m`d i acceptable. 5)n c.. S Yn 44. 25 Spotlight White LED Lighting $ y,25 $ y.tS' 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). l�i�► / Pt1 . '.�. C.. vi�Y! ate F1 . " r- c2G. 1�0 - ?"u k�- Ia,i a '' f'c.A�' Actors R odF. ea pq a_ "roc) -r6 t n Y Pk, . .2 C v/n Y ! n Rio 041d vietyt of} Trcu' 0,04 4- 400d ccr► S` c ry Cored c 3 - G- 39 �t u test P i t re a, ,q-t,�.rC i L�a�✓7 loci +ivy iv op f-,t ret �t�ct -0e beei-ftry. 5099 OF 2016 Police Mid-Size Utility Vehicle AWE)5 Passenger 2 of 2 RESOLUTION—ORDINANCE BACKGROUND To: Department Directors From: Deputy Chief M. Elizabeth Davis Police Services Bureau Date: December 29, 2015 1. Chief Schmaderer 2. Law Department 3. Finance Department 4. Mayor's Office r7( Please sign attached resolution and forward to the next Department for signature using this check sheet as a guide. Please call Daneen at x6158 after signature and when forwarding. Thank you. Subject: Resolution authorizing the payment to Anderson Ford Lincoln Mercury Mazda in the total amount of$240,453.00 for 12 Ford Fusions and 1 Ford Interceptor Contact Person: Connie Percosky, x5615; Captain Adam Kyle, x5633 Funding: OPD Operating Budget Reviewed by Law: Deputy City Attorney, Bernard in den Bosch C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, Anderson Ford Lincoln Mercury Mazda submitted a quote for twelve (12) 2016 Ford Fusions and one (1) 2016 Ford Interceptor for the Omaha Police Department; and, WHEREAS, Anderson Ford Lincoln Mercury Mazda submitted a quote of $17,721.00 each for a total of $212,652.00 for the Ford Fusions and $27,801.00 for the Ford Interceptor, being Nebraska State Contract pricing made in a public bidding pursuant to law; and, WHEREAS, cooperative procurement is permitted pursuant to Omaha Municipal Code Sec. 10-111; 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 based upon the quotes of Anderson Ford Lincoln Mercury Mazda in the amount of$17,721.00 each for a total of$212,652.00 for the Ford Fusions and $27,801.00 for the Ford Interceptor, which represents Nebraska State Contract bid pricing, having been determined to be the best available current price for twelve (12) 2016 Ford Fusions and one (1) 2016 Ford Interceptor, is hereby approved. BE IT FURTHER RESOLVED; THAT the Finance Department is authorized to pay the cost of the Ford Fusions and Ford Interceptor in the total amount of$240,453.00 from the Omaha Police Department, Year 2015, General Fund 11111, Organization 113141 Fleet/Facilities, Account 47031 Vehicles Small/Law Enforcement Only. S:\OPD\1458ddr APPROVED AS TO FORM: \ --2-S7 I 123ofIf (1)°rt," '1 CITY ATTORNEY DATE By 4i,o4 .�' h� uncilmember� Adopted IY...1...2...201.6 7 7 City Clerk 04 4 Approv .. tK , Mayor NO. `'1/ Resolution by Res. that, as recommended by the Mayor, the purchase based upon the quotes of Anderson Ford Lincoln Mercury Mazda in the amount of $17,721.00 each for a total of$212,652.00 for the Ford Fusions and $27,801.00 for the Ford Interceptor, which represents Nebraska State Contract bid pricing, having been determined to be the best available current price for twelve (12) 2016 Ford Fusions and one (1) 2016 Ford Interceptor, is hereby approved, and that the Finance Department is to pay the cost of the Ford Fusions and Ford Interceptor in the total amount of$240,453.00 from the Omaha Police Department, Year 2015, General Fund 11111, Organization 113141 Fleet/Facilities, Account 47031 Vehicles Small/Law Enforcement Only. S:\oPD\1458ddr Presented to City Council JAN 1 2 2016 Adopted 7-o U?u3ter gown City Clerk