Loading...
HomeMy WebLinkAboutRESPONSE - RFP - P1102 VANGO MINI VAN PURCHASEedersen...i. ® TOYOTA • ® c==; C 1 O m * VOLVO 4455 South College Ave. Fort Collins, CO 80525 (970) 223-3100 Denver (303) 534-2613 Greeley (970) 392-1000 January 30, 2008 Dear Mr. Hume: Thank you for the opportunity to once again participate in the bid process to provide Toyota Sienna vans to the North Front Range Metropolitan Planning Organization. We at Pedersen Toyota Scion anticipate that these vehicles will continue to meet all of your needs and provide your agency with outstanding reliability and the highest level of safety for all riders. The enclosed Bid Package #P1102 should provide all the required information as specified. If you have any questions regarding this bid package, please feel free to contact meat 223-3100. I look forward to a continued relationship with the MPO. Respectfully submitted, Ron Lewis Sales/Fleet Consultant CERTIFICATION OF COMPLIANCE WITH FEDERAL MOTOR VEHICLE SAFETY STANDARDS The bidder hereby certifies that the vehicle complies with relevant Federal Motor Vehicle Safety Standards issued by the National Traffic Safety Administration. Pedersen Toyota Scion NAME OF INDIVIDUAL, PARTNER, OR CORPORATION 4455 So. College Ave. Ft. Collins, Cc 80525 ADDRESS, CITY, STATE AUTHORIZED REPKESENTATIVE SIGNATURE General Manager January 30, 2008 TITLE DATE PRE -AWARD CERTIFICATES As required by Title 49 of the CFR, Part 663 — Subpart B, Pedersen Toyota Scion (the Vendor) is satisfied that the vehicles to be purchased, 5 Toyota Sienna LE vans (number and description of vehicles) from Toyota Motor Corp. (the manufacturer), meet the requirements of Section 165(b)(3) of the Surface Transportation Assistance Act of 1982, as amended. The grantee or its appointed analyst (the analyst — not the manufacturer or its agent) has reviewed documentation provided by the manufacturer, which lists: (1) The propose component and subcomponent parts of the buses identified by manufacturer, country or origin, and costs; and (2) The proposed location of the final assembly point for the buses, including a description of the activities that will take place at the final assembly point and the cost of final assembly - PRE -AWARD PURCHASER'S REQUIREMENTS CERTIFICATION As required by Title 49 of the CFR, Part 663 — Subpart B Pedersen Toyota Scion (the Vendor) certifies that the vehicles to be purchased 5 Toyota S enna LF vanG (number and description of vehicles) from Toyota Motor torn (the manufacturer), are the same product described in the grantees' solicitation specification and that the proposed manufacturer is a responsible manufacturer with the capability to produce a vehicle that meets the specifications. PRE -AWARD FMVSS COMPLIANCE CERTIFICATION As required by Title 49 of the CFR, Part 663 — Subpart D, pp �p G,n T r cci� (the Vendor) certifies that it received, at the pre -award stage, a copy of-10-yota mnfor Corp 's (the manufacturer) self -certification information stating that the vehicles, 5 ,m_•� LE nano (number and description of vehicles), will comply with the relevant Federal Motor Vehicle Safety Standards issued by the National Highway Traffic Safety Administration in Title 49 of the Code of Federal Regulations, Part 571, Vendor: Pedersen Toyota Scion Address: 4455 So. College Ave. Ft. Collins, Co. 80525 Signature: ' -- Title: General Manager FEDERAL AND STATE REQUIRED CERTIFICATIONS All certifications must be completed and signed by the contractor (vendor) in order for the bid to be responsive. A responsive bid includes not only certification signatures for Buv America. met. BUY AMERICA CERTIFICATION Pursuant to Section 165 of the Surface Transportation Assistance Act of 1982, as amended by Section 337 of the Surface Transportation and Uniform Relocation Assistance Act of 1987, FTA regulations at 49 CFR, Part 661, and guidance issued by FTA, all bidders shall submit the following certificate with their bid or proposal. Failure to submit this certificate will automatically disqualify the bidder from consideration of a Contract award for this Project. An exemption from the "Buy America" requirements may be sought by the MPO if grounds for an exemption exist. CERTIFICATE OF COMPLIANCE WITH SECTION 165(a) The bidder hereby certifies that it will comply with the requirements of Section 165(a) of the Surface Transportation Assistance Act of 1982 and the applicable regulations in 49 CFR, Part 661. DATED: January 30, 2008 COMPANY: Pedersen Toyota on SIGNATURE: ���!{/�✓i� �^ TITLE: General Manager CERTIFICATION OF RESTRICTIONS ON LOBBYING I, Mark Pedersen , General Manager hereby certify on (Name) (Title) behalf of Pedersen Toyota Scion that: (Firm) (1) No Federal appropriated funds have been paid or will be paid, or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement, (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance is placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty or not less than $10,000 and not more than $100,OOOfor each sucb-faipre. 30, 2008 General Manager (Title) Pedersen Toyota Scion (Firm) CERTIFICATION OF PRIMARY CONTRACTOR REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS The Primary Contractor, Pedersen Toyota Scion , certifies to the best of its knowledge and belief, that it and its principals: 1. Are not presently debarred, suspended, proposed for DEBARMENT, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; 2. Have not within a three (3) year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or Local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or Local) with commission of any of the offense enumerated in paragraph (2) of this certification; and 4. Have not within a three (3) year period preceding this application/proposal had one (1) or more public transactions (Federal, State or Local) terminated for cause or default. If the above named Primary Contractor is unable to certify to any of the statements in this certification, the Primary Contractor shall attach an explanation to this certification. The Primary Contractor, Pedersen Toyota Scion certifies or affirms the truthfulness and accuracy of the contents of the statements submitted on or with this certification and understands that the provision of 31 U.S.C. etibrl'38 1 et seq. are applicable thereto. ignature and of Authorized Official The undersigned chief legal counsel for the hereby certifies that the has authority under State and local law to comply with the subject assurances and that the certification above has been legally made. Signature of Applicant's Attorney Date INELIGIBLE BIDDERS hereby certifies that it is / is not (underscore one) included on the U.S. Comptroller General's Consolidated List of Persons or Firms Currently Debarred or Violations of Various Public Contracts Incorporating Labor Standards Provisions. BY: AUTHORIZED OFFICIAL SIGNATURE P1102 VanGo Mini -Van Purchase 1.0 SCOPE 1.1 This specification establishes the minimum requirements for the purchase of: 7-passenger mini -vans — up to Five (5) 1.2 Should the manufacturer's current published data or specifications exceed bid specifications, they shall be considered minimum and furnished. 2.0 CLARIFICATION of specifications 2.1 Clarification regarding these specifications shall be obtained from the Director of Purchasing and Risk Management prior to the time and date of the Proposal Opening. Any specification changes will be made by a written addendum issued by the Director. 2.2 For questions concerning the bidding process and bid specifications contact: Jim Hume, Buyer, Phone: 970-221-6776, Fax: 970-221-6707 3.0 DELIVERY 3.1 Delivery of equipment shall be made to: City of Fort Collins Fleet Shop 835 Wood Street Fort Collins, CO Prior to delivering units to Fleet Shop, dealer's representative must stop by the Front Range MPO office and have delivery documents signed by an authorized MPO employee. North Front Range MPO 419 South Canyon, Suite 300 Fort Collins, CO 80521 The following employees are authorized to sign delivery documents: - Kay Wood, Crystal Hedburg, and Anne Blair Dealer should call 970-221-6859 in advance to assure the presence of authorized personnel. 3.2 The word "delivery", as used in this specification, encompasses delivery of the actual equipment, as specified, complete with all necessary papers such as Manufacturer's Statement of Origin, application for title, invoice, warranty, shop, operator's and technical manuals, parts books, etc., as applicable. 3.3 All equipment must be completely washed and serviced in accordance with standard new equipment "make ready", and the manufacturers specifications and be ready for delivery in drive away condition. A forty-five (45) day permit is to be included. 3.4 All units to be new and of the manufacturer's latest model in production at the time of delivery, complete with all standard equipment and options specified herein, unless otherwise agreed upon in writing. Time is of the essence. The MPO shall be kept advised of any anticipated delay in delivery. In the event the awarded firm, hereinafter referred to as the Vendor, fails to properly perform delivery as specified above, within the specified time limit set forth by the Vendor in his proposal, the MPO shall sustain damages in an amount difficult to ascertain. Accordingly, after due allowance for any time extensions which are agreed by the MPO to be due to conditions beyond the Vendor's control, the Vendor shall be liable to the MPO, in the amount of Twenty-five ($25) dollars as liquidated damages, and not as a penalty, for each and.every calendar day that delivery is delayed. Additionally, no payment shall be made by the MPO for any delivery of specified equipment until all aspects of the contract have been fulfilled, unless pre- arranged and approved by the MPO. 4.0 WARRANTY 4.1 The manufacturer shall unconditionally warrant the entire vehicle and all component parts, but not accessory equipment, for a warranty period of specified usage that is currently being offered in open trade for that vehicle at the time of delivery. Additionally, the Vendor shall furnish the MPO a fully priced copy (parts and labor) of any warranty or commercial cost repair order which originates in his repair facility, subsequent to delivery, during or after the warranty period. No charge for service calls, travel time, travel expenses, mileage, or per diem will be allowed by the MPO in connection with the performance of any warranty repairs. 5.0 SPECIFICATIONS 5.1 Equipment bid on this proposal must meet or exceed the following minimum requirements. Any exceptions must be noted and listed on a separate sheet. General: The following specifications describe an 7-passenger mini -van. 2008 mini -van, equipped as follows: • 7-passenger seating: two front bucket seats, second row - seating for three adults, third row - seating for two adults. • V-6 engine with automatic overdrive transmission • Van must be upgraded as needed to include the following: o Cruise control o Tilt wheel o Power windows and locks o Cloth seat trim o Power adjustable driver's seat o Power heated outside mirrors o Power sliding passenger door on curbside o Sliding passenger door on street side o Stability control, traction control, and ABS brakes o Side curtain air bags o Automatic door locks o Front and rear heat and air conditioning o AM/FM/CD radio o Steel wheels with wheel covers o Privacy glass in side, rear quarter and rear door glass o Keyless remote entry o Rear window defroster and rear wiper o Vinyl floor mats b White exterior o Medium gray or charcoal interior 6.0 EVALUATION OF PROPOSED MINI -VANS AND CONTRACT AWARD The primary purpose of the mini -vans to be purchased under this bid is to transport adult van pool customers on long commutes. Experience has shown that seven paying passengers are needed to provide adequate cash flow to offset vehicle capital purchase and operating costs. Since VanGo customers pay for; the organization's services, they have avoice in vehicle choices by participating in evaluations. For die purposes of this RFP, the Toyota Sienna van, when equipped with two font bucket seats, three second - row seats, and standard third -row seat, has been evaluated and shown to provide excellent comfort for seven adults on all VanGo commuter routes. Any other van proposed under this RFP must meet the same criteria, evaluated as follows: 1. Acceptable seating arrangement for seven adults. 2. Acceptable seating comfort over long commutes, typically Fort Collins to Denver and return. 3. Provide acceptable power and responsiveness for safe operation when fully loaded. 4. Provide acceptable stopping ability when fully loaded. 5. Provide acceptable handling characteristics in a variety of weather and road conditions. 6. Have an acceptable reliability rating and service history. Vendors proposing anything other than a Toyota Sienna van must be prepared to provide a vehicle for test and evaluation purposes. North Front Range MPO and City of Fort Collins Fleet personnel will evaluate proposed vehicles. VanGo customers will evaluate such vehicles after operating them on regular commutes. General evaluation format: 1. Acceptable 2. Unacceptable, with a reason given. Successful vendor must enter into an agreement (sample attached as Exhibit A) with the MPO within thirty days after notification of award. 7.0 FREIGHT TERMS FOB destination, freight prepaid. All freight charges must be included in bid pricing. 8.0 PRICE PROPOSAL Pricing for vans to be purchased: Qty. I Description: Each Total 5 2008 mini -vans equipped as specified S24,037.00 $120,185. 00 Attach specification sheets and other information listing the standard and optional equipment for the proposed vans. " Important — Sign the attached Federal and State certifications and submit them with your proposal. Buy America and.FWSS forms must be accompanied by documents from the vehicle manufacturer showing that the vehicle meets Buy America and FMVSS requirements. 9.0 FEDERAL TERMS AND CONDITIONS FEDERALLY REQUIRED CLAUSES The vehicles included in this proposal are to be partially financed with the assistance of grants from the Federal government under the Federal Transit Act, as amended. The contractor(s) will be required to comply with all applicable regulation, terms and conditions prescribed by grant's Master Agreements between the United States Department of Transportation Federal Transit Administration and the Colorado Department of Transportation. Reference to those terms and conditions are outlined below. These clauses will be formalized and included in the contract/price agreement with the contractor for the service described in the bid specifications. BUY AMERICA REQUIREMENTS 49 U.S.C.53230) 49 CFR Part 661 Buy America — The contractor agrees to comply with 49 U.S.C. 53230) and CFR Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 CFR 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, microcomputer equipment, software, and small purchases (currently less than $100,000) made with capital, operating or planning funds. Separate requirements for rolling stock are set out at 53230)(2)D and 49 CFR 661.11. Rolling stock not subject to a general waiver must be manufactured in the United States and have a 60 percent domestic content. A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (below) with all bids on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected a non -responsive. This requirement does not apply to lower tier subcontractors. VENDOR SERVICE AND PARTS SUPPORT DATA Location of Nearest Technical Service Representative and Warranty to the MPO in the State of Colorado Name: Steve Mrazik Street Address: 4455 So. College Ave. _ City, State, Zip: Ft. Collins, Co. 80525 Telephone: 970-223-3100 Fax: Email The Vendor will describe technical services readily available fi-om above representative. Location of Nearest Parts Distribution Center to North Front Range MPO in Colorado Name: Paul Bendele Street Address: Same as above City, State, Zip: Telephone: Email: Fax The Vendor shall describe the extent of parts available at said center. 10.0 PROPOSING FIRM'S STATEMENT I have read and fully understand all the conditions, specifications, and special instructions set forth above. I hereby agree to comply with all said conditions, special instructions, and specifications as stated or implied. For questions concerning this REP, contact Jim Hume, Buyer, 970-221-6776. Sigrurture: �� Title: General Manager Company: Pedersen Toyota Scion Date: January 30, 2008 Name: Mark Pedersen Street: 4455 So. College Ave Phone#: 970-223-3100 City: Ft. Collins, F`xff: 970-223-5200 State/Zip: Email: Co. 80525 rlewis@pedersentoyota.com Inventory Detail Page 1 of 2 18186 DCV920 Model Number: 5338A ,Model Description: Year ............. Interior Color ... Exterior Color ... Body ............: Number of Cyl .... Allocation Number: Engine Number .... Vessel Number .... Vessel Name ...... VEHICLE INQUIRY REPORT SERIAL # :8S155830 LE FWD 8 PASS 2008 FC41 FC41 0056 NATWH LE FWD 8 PASSENGER 6 121 D203509 701 TMMI PRINCETON VIN .............: Ignition Key.....: 57292 Factory Installed Accessories: FE QF RL Port Installed Accessories ... Vehicle Base Model ....................: Total Accessories .....................: MECHANICAL & PERFORMANCE 3.5L DOHC V6 w/VVT-i 5 Speed Automatic Transmission w/ECT-i Power Rack & Pinion Steering Power Front & Rear Disc Brakes 16" Steel Wheels w/P215/65R16 Tires Full Wheel Covers,Temporary Spare Tire SAFETY Star Safety System: Includes Enhanced Vehicle Stability Control w/ Traction Control,Anti-Lock Brake System w/ Electronic Brake Force Distribution and Brake Assist Advanced Airbags w/Occupant Sensor Ft Seat Side Airbags&Curtain Shield Airbags in All 3 Rows 3 Point Seatbelts in All Locations Side Impact Door Beams Child Protector Sliding Door Locks Child Seat Top Tether & Lower Anchors Tire Pressure Warning Indicator Engine Immobilizer EXTERIOR Full Color -Keyed Exterior Black Heated Power Mirrors , Roof Rack/Privacy Glass COMFORT & CONVENIENCE LE Cloth interior:6 Way Adj Drivers Seat w/Adjustable Lumbar & 4 Way Adj Front Passengers Seats 2nd Row 35/30/35 w/Frt&Cntr Mid St. 60/40 Split & Stow 3rd Row Seat Category ..........: Current Dealer ..... Wholesale Dealer ... Previous Dealer .... Invoice Date ......: Ship Date .........: Retail Date .......: Date of First Use .. TRAC ..............: Damage............: PDI ...............: Fleet .............: Port PDS Complete .. Retail $ 26015.00 $ 495.00 DATE: 01/30/08 TIME: 14:29 Check Code: 1 G 150-05030 05030 00150 01/13/08 01/13/08 NO NO DAMAGE YES NON -FLEET NO http://dealer.toyota.comlVehicleSystemINew/VehicleInventoryNehicleInventoryDetail.as... 1 /30/2008 Inventory Detail Page 2 of 2 Optitron Instrument Cluster Front/Rear AC & Heater Deluxe AM/FM/6 Disc CD w/6 Speakers Drvr " s Wndw w/Auto Up/Down/Pwr Wndws in 1st & 2nd Rows/Pwr Rr Quarter Wndws 10 Cup & 4 Bottle Holders Flding Tray Table/Illum Van Mirrors Cruise Cntrl/Keyless Entry Tilt & Telescopic Steering Wheel w/ Audio Controls Retail Total Vehicle Base Model ..........................:$ 26015.00 $ 26015.00 50 State Emissions ......................... LE EVP Package #2: Power Driver & .......... 425.00 Passenger Sliding Door, Rear Door .......... Electronic Locking System, Trip Computer ... w/Homelink and 8-Way Power Driver Seat ..... Daytime Running Lights & Windshield Wiper .. 70.00 De-icer Grid ............................... --------- --------- Total Accessories $ 495.00 $ 495.00 Destination Charge $ 685.00 TDA.........................................: Gasoline ....................................: DealerHoldback .............................: Whsl. Financial Reserve .....................: Total .......................................: $ 27195.00 Residual Value ...: 24 36- 48 60 --------------------- ------ STD 16,379 14,818 12,402 10,061 LOW 15,339 12,922 10,581 http://dealer.toyota.com/VehicleSystem/NewNehicleInventoryNehicleInventoryDetail.as... 1 /30/2008 STATE OF COLORADO LICENSE CERTIFICATION Mark Pedersen , representing the Vendor, swear that the Vendor is licensed to sell vehicles in the State of Colorado under license # 0655 Vendor: Pedersen Toyota Scion Address: 4455 So. College Ave. Ft. Collins, Co. 80525 Signature: Title: General Manufacturer: Tovnta motor corn Address: 9676 S. Maroon Cit. Englewood, Co. 80112 Signature: -IL Title: Notary Public: Commission Expiration) _ I I- I -- D 1 O