Loading...
HomeMy WebLinkAboutCORRESPONDENCE - PURCHASE ORDER - 9200996 (3)Date: August 1, 2019 Solicitation Number: 19-48 Solicitation title: VEHICLES FOR ARAPAHOE COUNTY Pre-Solicitation Meeting: RECOMMENDED August 7, 2019 @ 1:30pm Arapahoe Boardroom 6954 S. Lima St., Centennial, CO 80112 Proposal will be received until: August 29, 2019, 2:00 p.m., Our Clock 5334 S. Prince St., Room 480 Littleton CO 80120 Goods or services to be delivered to or performed at: Arapahoe County Fleet Management Division Arapahoe County Sheriff’s Office For additional information please contact: Trudi Peepgrass, CPPB, Senior Purchasing Agent (303) 734-5448 Email Address: tpeepgrass@arapahoegov.com Documents included in this package: Request for Proposal Appendix A - Sample Agreement for Services Appendix B – Body Code Samples Appendix C – Vehicle Pricing Form If any of the documents listed above are missing from this package, contact Arapahoe County Purchasing. If you require additional information, call the Purchasing Division contact person. The undersigned hereby affirms that (1) he/she is a duly authorized agent of the Contractor, (2) he/she has read all terms and conditions and technical specifications which were made available in conjunction with this solicitation and fully understands and accepts them unless specific variations have been expressly listed in his/her Response, (3) the Response is being submitted on behalf of the Contractor in accordance with any terms and conditions set forth in this Solicitation, and (4) the Contractor will accept any awards made to it as a result of the Response submitted herein for a minimum of ninety (90) calendar days following the date of submission. PRINT OR TYPE YOUR INFORMATION Name of Company: ____________________________________________ Fax: _____________ Address: ________________________ City/State: ________________ Zip: ______________ Contact Person: ___________________ Title: _____________________ Phone: ___________ Email Address: ___________________ Authorized Representative’s Signature: ____________________________ Phone: ___________ Printed Name: ____________________ Title: _____________________ Date: ____________ Email Address: ___________________ Arapahoe County Finance Department Purchasing Division 5334 South Prince Street, Room 480 Littleton, Colorado 80120 REQUEST FOR PROPOSAL COVER SHEET RFP-19-48 Page 2 of 29 Revised November 2018 I. APPLICABILITY. These General Terms and Conditions apply, but are not limited, to all bids, offers, proposals, qualifications, quotations, and responses (hereinafter referred to as “Response”) made to Arapahoe County (hereinafter referred to as "County") by all prospective contractors, contractors, bidders, firms, companies, publishers, consultants, or suppliers (hereinafter referred to as “Contractor” or "Contractors") in response, but not limited, to all Invitations to Bid, Requests for Proposals, Requests for Qualifications, and Requests for Quotations (hereinafter referred to as “Solicitation” or “Solicitations”). II. CONTENTS OF RESPONSE A. GENERAL CONDITIONS. Contractors are required to submit their Responses in accordance with the following expressed conditions: 1. Contractors shall make all investigations necessary to thoroughly inform themselves regarding the plant and facilities affected by the delivery of materials and equipment as required by the conditions of the Solicitation. No plea of ignorance by the Contractor of conditions that exist or that may hereafter exist will be accepted as the basis for varying the requirements of the County or the compensation to the Contractor. 2. Contractors are advised that all County Solicitations and contracts are subject to all requirements contained in the County’s Purchasing Division’s Policies and state and federal statutes. When conflicts occur, the highest authority will prevail. 3. Contractors are required to state exactly what they intend to furnish to the County in their Response and must indicate any variances to the terms, conditions, and specifications of this Solicitation no matter how slight. If variations are not stated in a Contractor’s Response, it shall be construed that the Contractor’s Response fully complies with all conditions identified in this Solicitation. 4. The County intends and expects that the contracting processes of the County and its Contractors provide equal opportunity without regard to disability, race, creed, color, sex, sexual orientation, religion, age, national origin, or ancestry and that its Contractors make available equal opportunities to the extent third parties are engaged to provide goods and services to the County as subcontractors, contractors, or otherwise. Accordingly, the Contractor shall not discriminate on any of the foregoing grounds in the performance of any contract awarded to the Contractor, and shall make available equal opportunities to the extent third parties are engaged to provide goods and services in connection with performance of the contract. Joint ventures are encouraged. The Contractor shall disseminate information regarding all subcontracting opportunities under the contract in a manner reasonably calculated to reach all qualified potential subcontractors who may be interested. The Contractor shall maintain records demonstrating its compliance with this provision and shall make such records available to the County upon the County’s request. 5. All Responses and other materials submitted in response to this Solicitation shall become the property of the County and shall be considered public information and subject to disclosure. DO NOT INCLUDE CONFIDENTIAL AND/OR OTHERWISE PRIVILEGED DOCUMENTS AS PART OF A RESPONSE OR OTHER SUBMITTED MATERIALS. By submitting an Response, Contractor affirms that none of the information provided in its Response or other submitted materials is confidential, proprietary, trade secret, or otherwise privileged, and the County may release such information without liability. Arapahoe County Finance Department Purchasing Division 5334 South Prince Street, Room 480 Littleton, Colorado 80120 REQUEST FOR PROPOSAL GENERAL TERMS AND CONDITIONS RFP-19-48 Page 3 of 29 Revised November 2018 B. CLARIFICATION AND MODIFICATIONS IN TERMS AND CONDITIONS 1. Where there appears to be variances or conflicts between the General Terms and Conditions, the Special Terms and Conditions and the Technical Specifications outlined in this Solicitation, the Technical Specifications, and then the Special Terms and Conditions, will prevail. 2. If any Contractor contemplating submitting a Response under this Solicitation is in doubt as to the true meaning of the specifications or any other portion of the Solicitation, the Contractor must submit a written request via email for clarification to the Point of Contact listed on the first page of this Solicitation. The Contractor submitting the request shall be responsible for ensuring that the request is received by the County prior to the deadline for submitting questions. Any official interpretation of this Solicitation must be made by an agent of the County’s Purchasing Division who is authorized to act on behalf of the County. The County shall not be responsible for interpretations offered by employees of the County who are not agents of the County’s Purchasing Division. The County shall issue a written addendum if substantial changes which impact the technical submission of Responses are required. A copy of such addenda will be available at the Rocky Mountain E-Purchasing System (BIDNET) website. In the event of conflict with the original Solicitation documents, addenda shall supersede to the extent specified. Subsequent addenda shall supersede prior addenda only to the extent specified. ADDENDA: CONTRACTOR IS RESPONSIBLE FOR OBTAINING AND ACKNOWLEDGING ALL SUBSEQUENT ADDENDA VIA THE ROCKY MOUNTAIN E- PURCHASING SYSTEM (BIDNET). FAILURE TO SUBMIT ANY AND ALL SUBSEQUENT ADDENDUM/ADDENDA MAY DEEM THE CONTRACTOR NON-RESPONSIVE. EACH AND EVERY ADDENDUM MUST BE SEPARATELY ACKNOWLEDGED UTILIZING THE ADDENDUM ACKNOWLEDGMENT FORM AVAILABLE AT THE ROCKY MOUNTAIN E- PURCHASING SYSTEM (BIDNET). ANY SUBMITTAL DEEMED NON-RESPONSIVE MAY BE RETURNED. ANY CONTRACTOR DEEMED NON-RESPONSIVE WILL NOT HAVE THE ABILITY TO APPEAL AWARD DECISION(S). C. PRICES CONTAINED IN RESPONSE-DISCOUNTS, TAXES, COLLUSION 1. Contractors may offer a cash discount for prompt payment. Discounts will be considered in determining the lowest net cost for the evaluation of Responses; discounts for periods of less than twenty days, however, will not be considered in making an award. Contractors are encouraged to provide their prompt payment terms in the space provided on the Solicitation’s Specification and Pricing Form. If no prompt payment discount is being offered, the Contractor shall enter a zero (0) for the percentage discount to indicate net thirty days. If the Contractor does not enter a percentage discount, it is hereby understood and agreed that the payment terms shall be net thirty days, effective on the date that the County receives an accurate invoice or accepts the products, whichever is the later date. Payment is deemed to be made on the date of the mailing of the check. 2. Contractors shall not include federal, state, or local excise or sales taxes in prices offered, as the County is exempt from payment of such taxes. Federal Identification Number: 84-6000740 State of Colorado Tax Exempt Number: 98-04527-0000 3. Contractor, by affixing its signature to this Solicitation, certifies that its Response is made without previous understanding, agreement, or connection either with any persons, firms or corporations making a Response for the same items, or with the County. The Contractor also certifies that its Response is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action. To insure integrity of the County’s public procurement process, all Contractors are hereby placed on notice that any and all Contractors who falsify the RFP-19-48 Page 4 of 29 Revised November 2018 certifications required in conjunction with this section will be prosecuted to the fullest extent of the law. III. PREPARATION AND SUBMISSION OF RESPONSE A. PREPARATION 1. The Response must be typed or legibly printed in ink. The use of erasable ink is not permitted. All corrections made by the Contractor must be initialed in blue ink by the authorized agent of the Contractor. 2. Responses must contain, in blue ink, a manual signature of an authorized agent of the Contractor in the space provided on the Solicitation cover page. The original cover page of this Solicitation must be included in all Responses. If the Contractor’s authorized agent fails to sign and return the original cover page of the Solicitation, its Response may be invalid and may not be considered. 3. The County logo is trademarked and property solely of the County. Contractors do not have permission to use the County’s logo on any documentation or presentation materials and to do so would be a violation of the County’s trademark 4. Unit prices shall be provided by the Contractor on the Solicitation’s Specification and Pricing Form when required in conjunction with the prescribed method of award and shall be for the unit of measure requested. Prices that are not in accordance with the measurements and descriptions requested shall be considered non-responsive and shall not be considered. Where there is a discrepancy between the unit price and the extension of prices, the unit price shall prevail. 5. Alternate Responses will not be considered unless expressly permitted in the Specification’s Special Terms and Conditions. 6. The accuracy of the Response is the sole responsibility of the Contractor. No changes in the Response shall be allowed after the date and time that submission of the Responses is due. B. SUBMISSION 1. The Response shall be sealed in an envelope with the Contractor’s name and the Solicitation number on the outside. The County’s Specification and Pricing form, which is attached to this Solicitation, must be used when the Contractor is submitting its Response. The Contractor shall not alter this form (e.g. add or modify categories for posting prices offered) unless expressly permitted in the Solicitation or in an addendum duly issued by the County. No other form shall be accepted. 2. Each Response must be submitted at the time and place, and number of copies as specified in this Solicitation Special Terms and Conditions. Failure to submit the required number of copies may deem the Contractor’s Response non-responsive. 3. Failure to provide any requested information may result in the rejection of the Response as non-responsive. 4. Contractor is responsible for ensuring their Response is received by the Purchasing Department prior to the deadline outlined in the solicitation regardless of the method of delivery. 5. Responses submitted via facsimile machines or electronic methods will not be accepted. 6. Contractors, which qualify their Responses by requiring alternate contractual terms and conditions as a stipulation for contract award must include such, alternate terms and conditions in their Responses. The County reserves the right to declare a Contractor’s Response as non-responsive if any of these alternate terms and conditions are in conflict with the County’s terms and conditions, or if they are not in the best interests of the County. RFP-19-48 Page 5 of 29 Revised November 2018 C. LATE RESPONSES. Responses received after the date and time set for the opening shall be considered non-responsive and returned unopened to the Contractor. D. CONTRACTOR APPLICATION AND RETENTION ON CONTRACTOR LIST (RMEPS) 1. Contractors may register themselves online by visiting https://www.rockymountainbidsystem.com, and then click on the link to the Rocky Mountain E-Purchasing System (RMEPS). The County (along with the other participating agencies shown on the Rocky Mountain System) posts all bids, quotes, amendments and award information on this website. If you need assistance when registering, or do not have Internet access, please contact BidNet® at 1-800-835-4603. BidNet provides all technical and customer support for the RMEPS system and will be happy to assist you. 2. Once you are registered in the Rocky Mountain database you are automatically placed on the County’s contractor list. 3. Contractors may view and print all formal solicitations and amendments online IV. MODIFICATION OR WITHDRAWAL OF RESPONSES A. MODIFICATIONS TO RESPONSES. Responses may only be modified in the form of a written notice on Contractor letterhead and must be received prior to the time and date set for the Responses to be opened. Each modification submitted to the County’s Purchasing Division must have the Contractor’s name and return address and the applicable Solicitation number and title clearly marked on the face of the envelope. If more than one modification is submitted, the modification bearing the latest date of receipt by the County’s Purchasing Division will be considered the valid modification. B. WITHDRAWAL OF RESPONSES 1. Responses may be withdrawn in the form of a written notice on Contractor letterhead and must be received prior to the time and date set for the opening of Responses. Any withdrawal of a Response submitted to Arapahoe County Purchase Division must have the Contractor’s name, return address, and the applicable Solicitation number and title clearly marked on the face of the envelope and on the withdrawal letter. 2. Responses may not be withdrawn after the time and date set for the opening for a period of ninety calendar days. If a Response is withdrawn by the Contractor during this ninety-day period, the County may, at its option, suspend the Contractor from the contractor list and may not accept any Response from the Contractor for a six-month period following the withdrawal. V. REJECTION OF RESPONSES A. REJECTION OF RESPONSES. The County may, at its sole and absolute discretion: 1. Reject any and all, or parts of any or all, Responses submitted by prospective Contractors; 2. Re-advertise this Solicitation; 3. Postpone or cancel the process; 4. Waive any irregularities in the Responses received in conjunction with this Solicitation; and/or 6. Determine the criteria and process whereby Responses are evaluated and awarded. B. REJECTION OF A PARTICULAR RESPONSE. In addition to any reason identified in subsection A above, the County may reject a Response under any of the following conditions: 1. The Contractor misstates or conceals any material fact in its Response; RFP-19-48 Page 6 of 29 Revised November 2018 2. The Contractor’s Response does not strictly conform to the law or the requirements of the Solicitation; 3. The Response expressly requires or implies a conditional award that conflicts with the method of award stipulated in the Solicitation; 4. The Response does not include documents, including, but not limited to, certificates, licenses, and/or samples, which are required for submission with the Response by the Solicitation; and/or 5. The Response has not been executed by the Contractor through an authorized signature on the Specification’s Cover Sheet. C. ELIMINATION FROM CONSIDERATION 1. A Response may not be accepted from, nor any contract be awarded to, any person or firm which is in arrears to the County upon any debt or contract or which is a defaulter as surety or otherwise upon any obligation to the County. 2. A Response may not be accepted from, nor any contract awarded to, any person or firm who has failed to perform faithfully any previous contract with the County or other governmental entity, for a minimum period of three years after the previous contract was terminated for cause. D. No damages shall be recoverable by any challenger as a result of the determinations listed in this Section V or decisions by the County. VI. QUALIFICATIONS OF CONTRACTOR: The County may make such investigations as deemed necessary to determine the ability of the Contractor to perform work, and the Contractor shall furnish all information and data for this purpose as the County requests. Such information includes, but is not limited to: current/maximum bonding capabilities, current licensing information, audited financial statements, history of the firm on assessments of liquidated damages, contracts cancelled prior to completion and/or lawsuits and/or pending lawsuits against the firm and/or its principals. The County reserves the right to reject any Response if the evidence submitted by, or investigation of, such Contractor fails to satisfy the County that such Contractor is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional Responses will not be accepted. VII. AWARD OF SOLICITATION. The County shall award this Solicitation to the successful Contractor through the issuance of a Notice of Intent To Award. All Contractors that participated in the Solicitation process will be notified of contractor selection. No services or goods shall be provided, and no compensation shall be paid, until and unless a contract has been signed by an authorized representative of the County and the Contractor. VIII. APPEAL OF AWARD. Solicitations are awarded based on several conditions, price being just one of the elements. Please check the Solicitation’s Special Terms and Conditions to see the elements upon which the award will be based. Contractors may appeal the Notice of Intent to Award decision by submitting, in writing, to the County’s Purchasing Manager, a request for reconsideration within 3 business days after the Notice of Intent to Award is sent to all participating Contractors via email, provided the appeal is sought by the Contractor prior to the County finalizing a contract with the selected Contractor. Contractors who were deemed non-responsive are ineligible to participate in the appeal of award process. RFP-19-48 Page 7 of 29 Revised November 2018 SUBMISSION OF RESPONSES: The original Response must be received before the due date and time as specified in this Solicitation. The Contractor is responsible for addressing the envelope as indicated below. If the submittal arrives late, it will be returned unopened. Address the envelope as follows: Arapahoe County Purchasing Division 5334 South Prince Street. Room 480 Littleton, CO 80120 ATTN: Trudi Peepgrass, CPPB Senior Purchasing Agent RFP-19-47 SCHEDULE OF ACTIVITIES: The following activities and dates are a tentative outline of the process to be used to solicit Contractor responses and to evaluate each Contractor Response: August 1, 2019 .................................................................................................... Issue Request for Proposal August 7, 2019 @ 1:30 PM (our clock) ....................................... RECOMMENDED Pre-Solicitation Meeting August 8, 2019 @ 2:00 PM (our clock) ..................................................... Deadline for submitting questions August 29, 2019 @ 2:00 PM (our clock) ......................................................... Solicitation submittal deadline September 2019 ...................................................................................................................... Award contract PURPOSE: TO ESTABLISH A CONTRACT: The purpose of this Solicitation is to establish a contract for the as-needed purchase of vehicles for Arapahoe County as specified herein from a source(s) of supply that will give prompt and efficient service to the County. Contractor may elect to bid on one or more vehicle body codes. TERM OF CONTRACT: Annual. CONTRACTUAL OBLIGATIONS A. The successful Contractor will be required to sign a contract substantially similar to the contract form in Appendix A. The County reserves the right to add or delete provisions to the form prior to contract execution. B. Contractor is responsible for reviewing the form contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non-appropriation, and termination. C. Contractor’s Response must state its willingness to enter into the form contract or Contractor shall identify and include any proposed revisions they have for the form contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard contract is for general purposes at this time, but is part of the evaluation process and must be included. There may be negotiations on a project-by-project basis that provide further clarification. D. Material Priced Incorrectly. As part of any award resulting from this process, Contractor(s) will discount all transactions as agreed. In the event the County discovers, through its contract monitoring process or formal audit process, that material was priced incorrectly, Contractor(s) Arapahoe County Finance Department Purchasing Division 5334 South Prince Street, Room 480 Littleton, Colorado 80120 REQUEST FOR PROPOSAL SPECIAL TERMS AND CONDITIONS RFP-19-48 Page 8 of 29 Revised November 2018 agree to promptly refund all overpayments and to pay all reasonable audit expenses incurred as a result of the non-compliance. E. The County may, during the term of the contract and any extensions, request additional work at other locations throughout Arapahoe County by the successful Contractor. METHOD OF AWARD - BEST EVALUATIVE SCORE BASED ON WRITTEN RESPONSE: It is the intent of the County to award a contract to the Contractor who receives the highest score when the Responses submitted by interested Contractors are reviewed by the County's Response Evaluation Committee. Notwithstanding, the County reserves the right to alter this method of award if such alteration is in the best interest to the County. For this Solicitation, the Evaluation Committee will score Responses based on the following criteria listed in no particular order:  Communication = 25%  Delivery = 20%  Dealer Service and Parts Support = 20%  Price = 35% For more detailed explanation of criteria please refer to page(s) 20-21. Arapahoe County intends to award to multiple contractors capable of fulfilling the anticipated volume needs for the County. If it is in the best interest of the County, the Evaluation Committee may invite a limited number of Contractors who received the highest scores during the written phase to provide an oral presentation. The number of Contractors who may be invited to provide an oral presentation will be determined by the Evaluation Committee after the written Responses have been scored. The County reserves the right to conduct negotiations with Contractors and to accept revisions of Responses. During this negotiation period, the County will not disclose any information derived from Responses submitted, or from discussions with other Contractors. Once an award is made, the Solicitation file and the Responses contained therein are in the public record. RESPONSE TO QUESTIONS: Questions which arise during the Response preparation period regarding issues around this Solicitation, purchasing and/or award should be directed, via e-mail, to Trudi Peepgrass, Senior Purchasing Agent, Purchasing Division, Arapahoe County, tpeepgrass@arapahoegov.com. The Contractor submitting the question(s) shall be responsible for ensuring the question(s) is received by the County by the date and time listed on page seven (7) in the schedule of activities for submitting the question(s) regardless of the method of delivery. Any official interpretation of this Solicitation must be made by an agent of the County’s Purchasing Division who is authorized to act on behalf of the County. The County shall not be responsible for interpretations offered by employees of the County who are not agents of the County’s Purchasing Division. PRE-BID CONFERENCE IS RECOMMENDED: A pre-bid conference will be held on August 7, 2019 @ 1:30PM at Arapahoe Boardroom, 6954 South Lima Street, Centennial, CO 80112 to discuss the Specifications. A representative of the Contractor is encouraged to attend this conference in order to become familiar with the Specifications. OPTION TO RENEW FOR FOUR (4) SUBSEQUENT YEARS (WITH PRICE ADJUSTMENTS): The prices or discounts quoted in this Solicitation shall prevail during the specified term of the contract, at which time the County shall have the option to renew the contract for subsequent one-year periods. The optional renewal periods shall not exceed a total of three additional years. This option is a County prerogative and not a right of the Contractor and will be exercised only when such continuation is clearly in the best interest of the County. The Contractor shall notify the County of any adjustments during the option period a minimum of one-hundred twenty (120) calendar days prior to the effective date of the new price to be charged to the County. The County reserves the right to reject any price adjustments submitted by the Contractor and/or to terminate the contract with the Contractor based on such price adjustments. RFP-19-48 Page 9 of 29 Revised November 2018 LIMITED CONTRACT EXTENSION TO MAINTAIN SERVICE LEVELS: It is hereby agreed and understood that this contract may be extended for an additional thirty-day transitional period after the contract is scheduled for termination and after any option years have been exercised. During this transitional period, the Contractor agrees to continue the same or a reduced level of service to the County at the same prices while the new contract, also in force, is being mobilized. If the Contractor is supplying equipment in conjunction with this contract, the Contractor agrees to retain its equipment at the designated County premise(s) for an additional thirty calendar days after the termination of the contract, at which time the equipment shall be removed from the premise(s). The Contractor shall be allowed to invoice the County for this additional period on a pro-rated basis. LIMITED CONTRACT EXTENSION TO COMPLETE WORK: Any specific work assignment which commences prior to the termination date of this contract and which will extend beyond the termination date shall, unless terminated by mutual agreement by both parties, continue until completion at the same prices, terms and conditions as set forth herein. ELIGIBILITY OF CONTRACTORS - MUST BE ENGAGED IN SUPPLYING PRODUCTS OR SERVICES RENDERED: Pre-award inspection of the Contractor's facility may be made prior to award of the contract. Solicitations will only be considered from firms which have been engaged in the business of manufacturing or distributing the goods and/or performing services as described in this Solicitation. The Contractors must be able to produce evidence that they have an established satisfactory record of performance for a reasonable period of time and have sufficient financial support, equipment and organization to ensure that they can satisfactorily execute the services if awarded a contract. The term equipment and organization as used herein shall be construed to mean a fully equipped and well established company in line with the best business practices in the industry and as determined by the proper authorities of the County. The County reserves the right, before awarding the contract, to require a Contractor to submit such evidence of its qualifications as it may deem necessary, and may consider any evidence available to it (including, but not limited to, the financial, technical and other qualifications and abilities of the Contractor, including past performance and experience with the County) in making the award in the best interest of the County. SUB-CONTRACTORS OF WORK SHALL BE IDENTIFIED: As part of its Response, the Contractor shall be required to work with our current Emergency Equipment supplier, LAWS although all work will be contracted through Arapahoe County and completed by LAWS. LOCAL DEALERSHIP SHALL BE REQUIRED: Due to the service level required in conjunction with this Solicitation, the Contractor shall maintain a dealership within the Metro Denver, Colorado, area. This office shall be staffed by a competent company representative who can be contacted during normal working hours and who is authorized to discuss matters pertaining to the contract. Metro Denver consists of those communities within a 100-mile radius of Denver, CO. These communities may include, but not be limited to, the City and County of Denver, City of Ft. Collins and surrounding counties, City of Colorado Springs and surrounding counties, Arapahoe County, Jefferson County, Adams County, Boulder County, Douglas County, City and County of Broomfield, Clear Creek County, and Gilpin County, Colorado. All reimbursable payments will be based on local Denver office. CURRENT MODEL/VERSION: Although this solicitation and resultant contract states a specific model or version and an estimated number of items or units to be purchased, it is understood and agreed that the County may purchase additional products and/or services from the Contractor including subsequent product releases or replacement products; provided that these additional items represent the same manufacturer and essential functionality. EQUIPMENT SHALL BE MOST RECENT MODEL AVAILABLE: The equipment being offered by the Contractor shall be the most recent model available. Any optional components which are required in accordance with the Specifications shall be considered standard equipment for purposes of this Solicitation. Demonstrator’s models will not be accepted. An omission of any essential detail from these Specifications does not relieve the Contractor from furnishing a complete unit. The unit shall conform to all applicable OSHA, State of Colorado, and Federal safety requirements. All components, including but not limited to assists, wiring, accessory mounting, parts, connectors and adjustments, are to be in accordance with current SAE standards and recommended practices. The engineering, materials and workmanship shall exhibit a high level of quality and appearance consistent with, or exceeding, industry standards. RFP-19-48 Page 10 of 29 Revised November 2018 INFORMATION SHEETS SHALL BE SUBMITTED FOR EACH ITEM PROPOSED: The Contractor's Response must be accompanied by a complete set of factory information sheets (specifications, brochures, etc.) for each item proposed by the Contractor. The County shall be the sole judge of the quality of the product based on the submission of the information sheets and its decision shall be final in its best interest. DEFICIENCIES, DEFECTS AND/OR DAMAGES TO PRODUCTS SHALL BE CORRECTED BY CONTRACTOR: The successful Contractor shall promptly correct all deficiencies, defects and/or damages in equipment or products delivered to the County in accordance with this Solicitation. All corrections shall be made within fifteen (15) calendar days after such deficiencies, defects and/or damages are verbally reported to the Contractor by the Purchasing Division. The Contractor shall be responsible for filing, processing and collecting all damage claims against the shipper when applicable. GOVERNMENT STANDARDS AND REQUIREMENTS: All items to be purchased in conjunction with this Solicitation shall be in accordance with all federal, state and local governmental standards to include, but not be limited to, those issued by the Office of Safety and Health Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH) and the National Fire Protection Association (NFPA), the National Electric Code (NEC), as well as standards and requirements established by the Federal Motor Vehicle Safety Standards, EPA emission level requirements, and state noise standards. FEDERAL STANDARDS COMPLIANCE: All items to be purchased in conjunction with this Solicitation shall be in accordance with all governmental standards to include, but not be limited to, those issued by the Office of Safety and Health Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA). DELIVERY SHALL BE REASONABLE: The Contractor shall make deliveries within a reasonable period of time after the date of the order, as stated by the Contractor in its Specification and Pricing Form. All deliveries shall be made in accordance with good commercial practice and shall be adhered to by the successful Contractor(s), except in such cases where the delivery will be delayed due to acts of God, strikes, or other causes beyond the control of the Contractor. In these cases, the Contractor shall notify the County of the delays in advance of the delivery date so that a revised delivery schedule can be negotiated. Should the Contractor(s) fail to deliver the goods in the number of days as stated in its Response, the County reserves the right to cancel the contract after any back order period which is specified in this Invitation has lapsed. If the contract is canceled, it is hereby agreed and understood that the County has the authority to purchase the goods elsewhere and to charge the Contractor with any re-procurement costs. If the Contractor fails to honor these re-procurement costs, the County may suspend the Contractor from participating in the County's competitive bidding process for a period of six months. Since the delivery schedule is of extreme importance, the County reserves the right to consider the delivery periods offered by the Contractors when determining the successful Contractor. DELIVERY SCHEDULE OFFERED BY CONTRACTORS SHALL BE CONSIDERED BY THE COUNTY WHEN DETERMINING AWARD: The delivery schedule specified by the Contractors as part of their Response shall serve as a criteria for awarding this Solicitation. The County reserves the right to award to other than low Contractor when the higher Contractor provides a better delivery schedule. It shall be understood therefore, that the County may cancel the contract for cause if the awarded Contractor fails to make delivery within the period specified in the Contractor's Response. It shall be further understood that the County may, in its best interest, purchase the vehicles from another Contractor and seek re-procurement charges from the defaulted Contractor. DELIVERY TO ARAPAHOE COUNTY FLEET DIVISION: The Contractor shall deliver all vehicles requested through this solicitation to the Arapahoe County Fleet Division, which is located at 7600 South Peoria, Englewood, Colorado, 80112. Official inspection and acceptance of the vehicles shall occur at this location. Deliveries will only be accepted from 8:00 a.m. to 2:30 p.m. Monday through Friday excluding County Holidays, which are as follows:  Observance of New Year’s Day  Martin Luther King, Jr. Day  Presidents’ Day  Memorial Day  Independence Day  Labor Day RFP-19-48 Page 11 of 29 Revised November 2018  Columbus Day  Veterans’ Day  Thanksgiving Day  Friday after Thanksgiving  Observance of Christmas Day Successful Contractor shall call a minimum of forty-eight hours before attempting to make any delivery. PRICE DECREASE DURING CONTRACT: If prices decrease during the term of the contract, the successful Contractor must notify the County of the lower prices so that all subsequent orders will reflect accurate pricing. REPAIRS AND PARTS MANUALS TO BE PROVIDED: The successful Contractor shall supply the County with a minimum of two (2) comprehensive repairs and parts manual for each vehicle model ordered which identify the component parts and which describe the appropriate process for repairing the equipment purchased by the County in conjunction with this Solicitation. The manual shall be supplied prior to, or upon, delivery of the equipment. This manual shall be supplied via one (1) paper copy and one (1) electronic format unless otherwise specified on the Purchase Order. PURCHASE ORDERS PLACED WITH CONTRACTOR DURING CONTRACT: All orders placed with the Contractor during the term of the contract shall be issued by the County's Purchasing Division through a Purchase Order bearing a unique Purchase Order number. The Contractor shall not fill any requests for materials or supplies until a Purchase Order has been received from the County. A verbal Purchase Order number, however, may be issued to the Contractor by an agent of the Purchasing Division under emergency circumstances in advance of a written Purchase Order. WARRANTY SHALL BE FOR A MINIMUM OF ONE YEAR: In addition to all other warranties that may be supplied by the Contractor, the Contractor is required to warrant its product and/or service against faulty labor and/or defective material for a minimum period of five (5) years / 100,000 miles after the date of acceptance of the labor, materials and/or equipment by the County. Arapahoe County will accept the original manufacturer’s warranty in lieu of the minimum warranty listed above as long as it is comparable. This warranty requirement shall remain in force for the full period identified above, regardless of whether the Contractor is under contract with the County at the time of defect. Any payment by the County on behalf of goods and services received from the Contractor does not constitute waiver of these warranty provisions. PURCHASE OF OTHER VEHICLES NOT LISTED ON THIS SOLICITATION BASED ON PERCENTAGE DISCOUNTS: While the County has listed all major vehicles on the solicitation which are utilized by the County and/or departments in conjunction with their operations, there may be ancillary vehicles that must be purchased by the County during the term of this contract. For this reason, Contractors are requested to quote a percentage discount from the Contractor's price list that will be offered to the County for vehicles which do not appear on this solicitation. The County reserves the right to award these ancillary vehicles to the successful Contractor or another Contractor based on the lowest actual price offered. PRODUCT RECALL: Contractor(s) awarded contract(s) under this solicitation shall be required to notify Arapahoe County’s Purchasing Division of any manufacturer’s recalls regarding vehicles ordered under said contracts. The Contractor shall contact the Buyer by phone within two hours of notification by the manufacturer and shall follow-up in writing within 24 hours. Failure to comply with this requirement may be cause for termination of any existing contracts between the Contractor and the County and for removal from the County’s approved Contractor list(s). BACK ORDERS MUST BE FILLED WITHIN REASONABLE TIME: If the successful Contractor experiences a back order of vehicles from its manufacturer or distributor, the Contractor must insure that such back orders are filled within a reasonable period of time. In these cases, the Contractor must notify the County of these backorders in advance of the delivery date so appropriate steps can be taken by the County. The Contractor shall not invoice the County for back ordered vehicles until such back orders are delivered and accepted by the County's authorized representative. It is understood and agreed that the County shall be the sole judge of what constitutes a reasonable period of time and may, at its discretion, verbally cancel back orders, seek the vehicles from another Contractor, and charge the Contractor for any re-procurement costs. RFP-19-48 Page 12 of 29 Revised November 2018 LIQUIDATED DAMAGES FOR LATE DELIVERY: Upon failure of the Contractor to deliver the product(s) in accordance with the proposed delivery schedule or to notify the County of delivery schedule delays due to acts of God, strikes, or other causes beyond the control of the Contractor and to the satisfaction of the County within the time stated, the Contractor shall be subject to charges for liquidated damages in the amount of $150.00 for each and every calendar day that the product is not delivered to, and accepted by, the County. In these cases, the Contractor shall notify the County of the delays in advance of the delivery date so that a revised delivery schedule can be negotiated. As compensation due to the County for loss of use and for additional costs incurred by the County, the County shall have the right to deduct said liquidated damages from any amount due or that may become due to the Contractor under this agreement or to invoice the Contractor for such damages if the costs incurred exceed the amount due to the Contractor. DISCOUNTS OFFERED DURING TERM OF CONTRACT: The successful Contractor(s) may offer the County discounts below the original prices quoted in the Response during the term of the contract. In addition, Contractors are encouraged to offer additional discounts below the original prices quoted in the Response for large single orders. Such discounts cannot be considered in the evaluation of the Solicitation. DUPLICATE SHIPMENTS ARE NOT ALLOWED: The County will not accept duplicate shipments of vehicles. If the Contractor sends duplicate shipments to a County location, the Contractor shall either retrieve the vehicles at no cost to the County or allow the County to retain the vehicles at no cost to the County. FUEL ADJUSTMENTS (SURCHARGES): The County will not accept fuel adjustments from the firm unless a negotiated request for such adjustments are agreed by both parties as to amount and very specific timeframe. Such an agreement must be documented before the assessment date; the County will not honor such adjustments invoiced without the attachment of such agreement to the invoice. SHIPPING TERMS - FOB DESTINATION: All Contractors shall quote prices based on F.O.B. Destination and shall hold title to the goods until such time as they are delivered to, and accepted by, an authorized County representative. METHOD OF PAYMENT - PAYMENTS FOR UNITS DELIVERED: The County shall provide payments for units delivered by the successful Contractor. The Contractor shall provide a fully documented invoice upon delivery of vehicle to the Arapahoe County Fleet Division with Net 30-day terms. The invoice shall identify critical, descriptive data including, but not limited to, model numbers, serial numbers, VIN numbers and purchase order numbers. It shall be understood that such invoices shall not be authorized for payment until such time as a County representative has inspected and approved the units. ACCIDENT PREVENTION: The Contractor shall be required to take safety precautions in an effort to protect persons and County property. All contractors and sub-contractors shall conform to all OSHA, State and County regulations while performing under the terms and conditions of this contract. Any fines levied by the above-mentioned authorities because of inadequate compliance with these requirements shall be borne solely by the Contractor which is responsible for same. Barricades shall be provided by the Contractor when work is performed in areas traversed by persons or when deemed necessary by the County’s Project Manager. PROTECTION OF PROPERTY: All existing structures, utilities, services, roads, trees, shrubbery, etc. located on County property shall be protected against damage or interrupted services at all times by the Contractor during the term of this contract. The Contractor shall be held responsible for repairing or replacing any and all property which is damaged by reason of the Contractor's operation on the property to the satisfaction of the County. CONFLICTS WITHIN THE CONTRACT DOCUMENTS: In the event that conflicts exist within the Contract Documents, the policies stated in the following paragraphs shall govern: A. Addenda shall supersede all other Contract Documents to the extent specified. Subsequent addenda shall supersede prior addenda only to the extent specified. B. Specifications are intended to agree and be mutually explanatory and shall be accepted and used as a whole and not separately. Should any item be omitted from the Specifications as specified, it shall be implied that such omissions are contained in the Specifications as necessary for the proper construction of the work herein specified. RFP-19-48 Page 13 of 29 Revised November 2018 PURCHASE BY OTHER GOVERNMENTAL AGENCIES: Each governmental unit which avails itself of an awarded contract will establish its own contact, place its own orders, issues its own purchase orders, be invoiced there from and make its own payments and issue its own exemption certifications as required by the Contractor. It is understood and agreed that the County is not a legally binding party to any contractual agreement made between any other governmental unit and the Contractor as a result of this Solicitation. VARIATIONS ALLOWED IF INDICATED: For purposes of Response evaluation, Contractors must indicate any variances to the Specifications, terms and conditions, no matter how slight. If variations are not stated in the Contractor's Response, it shall be construed that the Response fully complies with the Specifications, terms and conditions. Notwithstanding the above, it is hereby agreed and understood that the County reserves the right to reject these variations if they individually, or as a whole, do not meet the standards established in the Specifications. CONTRACTOR REGIONAL DISTRIBUTOR AGREEMENTS: Arapahoe County will not be bound by regional distribution agreements. PURCHASE BY OTHER GOVERNMENTAL AGENCIES: Each governmental unit which avails itself of this contract will establish its own contact, place its own orders, issues its own purchase orders, be invoiced there from and make its own payments and issue its own exemption certifications as required by the Contractor. It is understood and agreed that Arapahoe County is not a legally binding party to any contractual agreement made between any other governmental unit and the Contractor as a result of this solicitation. LOGOS: The County logo is trademarked and property solely of the County. Contractors do not have permission to use our logo on any documentation or presentation materials and to do so would be a violation of our trademark. We also prefer your company does not utilize its trademark as to not influence an evaluator’s evaluation. BUDGET: Budget will not be disclosed. DEBARMENT: By submitting this Response, the Contractor warrants and certifies that he/she is eligible to submit an Response because he/she is not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in a transaction by any Federal, State, or local department or agency. FEDERAL FUNDS: ln the event the agreement will use federal funds, Contractor will need to comply with the following: A. Federal Compliance - This Solicitation will be funded, in whole or in part, with an award of federal funds. Contractor shall comply with all applicable federal laws, regulations and requirements. These include but are not limited to compliance with the following laws and regulations: 1) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). If this Agreement is in excess of $100,000 and involves the employment or mechanics or laborers, Contractor must comply with provisions of 40 U.S.C. 3702, as supplemented by Department of Labor regulations (29 CFR Part 5). 2) Rights to Inventions Made Under a Contract or Agreement. If this Agreement is an agreement with a small business firm or nonprofit organization for performance of experimental, developmental, or research, Contractor must comply with the requirements or 37 CFR Part 401, “Rights to Inventions Made by Nonprofit organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any Implementing regulations issued by the awarding agency. 3) Clean Air Act (42 U.S.C. 7401 – 7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387). If this Agreement is in excess of $150,000, the Contractor is required to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act as amended (42 U.S.C. 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. RFP-19-48 Page 14 of 29 Revised November 2018 1251-1387). Violations must be reported to the Federal awarding agency of the federal funds for this Agreement and the Regional Office of the Environmental Protection Agency (EPA). 4) Debarment and Suspension (Executive Orders 12549 and 12689). The County is prohibited to from entering into this Agreement with a party listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. 5) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352). If this Agreement is for compensation in excess of $100,000, Contractor must file the required certification with the County that it will not and has not used Federal appropriated funds received by the Contractor to pay any person or organization for influencing or attempting to influence an officer or employee or any agency, a member of Congress, officer or employee of Congress, or an employee or a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Contractor must also disclose to the County any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. 6) Procurement of Recovered Material (2 CFR CH. II §200.322). Contractor must 1) comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; 2) procuring solid waste management services in a manner that maximizes energy and resource recovery; and 3) establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 7) Equal Employment Opportunity. If this Agreement is a construction contract Contractor is required to comply with the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11246, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and Implementing regulations at 41 CFR part 60, “Office or Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." 8) Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). If this Agreement is prime construction contract in excess of $2,000, Contractor is required to comply with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor Regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). REMAINDER OF PAGE LEFT INTENTIONALLY BLANK RFP-19-48 Page 15 of 29 Revised November 2018 I. SPECIFICATIONS Arapahoe County (the County) is seeking responses from qualified Contractors capable of fulfilling the anticipated vehicle volume needs of Arapahoe County. Contractor may elect to bid on one or more vehicle body codes. No decals or insignia identifying the dealer are to be affixed to any vehicles purchased utilizing this solicitation. The award(s) that result from this RFP will primarily be used by Arapahoe County to purchase vehicles, although a list of other potential agencies and vehicles is included for dealer guidance only. A list of the various Vehicle Types and Body Codes Samples being bid is attached as Appendix B. Arapahoe County currently has over 750 vehicles in its Fleet. The potential number of vehicles that may be purchased by Arapahoe County or any other agency availing itself of this solicitation will vary from year to year. II. SPECIFICATIONS At a minimum, all contractors shall include manufacturer standard new vehicle equipment for the current model year vehicles unless otherwise specified. Contractor shall indicate for each body code bid the least expensive Trim Level package that meets all listed Standard Specifications for the given body code. Contractor will provide OEM product designation codes, where applicable. If additional lines are needed for optional base vehicles, i.e. - regular cab, crew cab, extended cab, etc. the Contractor is expected to add these lines to the Pricing Form so all vehicles being offered by the Contractor are listed. The OEM’s are encouraged to identify in a separate attachment, all packages available that may result in a lower cost and a faster delivery time. Tires will be specified as All Season / Mud and Snow radials. All Terrain tires with open side lug/open side tread will be provided when specified. A manufacturer’s color chart for available interior and exterior colors with their correct factory names will be provided with the available no cost colors noted. All current model year vehicles ordered within the successful Contractor and manufacturer ordering guidelines, will be delivered and invoiced no later than the last business day of the third quarter of the year the order is placed. In the event the successful Contractor is not able to deliver ordered vehicle(s) within the model year ordered, Arapahoe County may choose to order, out of dealer stock, a unit(s) as close to original specifications as possible. Arapahoe County will be invoiced at the awarded price with OEM to reimburse the successful Contractor any difference in cost. This will only apply to those vehicles ordered prior to build-out / factory fleet close dates and considered within normal and acceptable ordering and build periods. Vehicles ordered prior to build-out and considered within the acceptable ordering and build periods are expected to be delivered through dealers within six (6) to nine (9) months of vehicle order date / Purchase Order issue date. Vehicles not built and delivered by OEM on a timely basis, except in such cases where the delivery will be delayed due to acts of God, strikes, or other causes beyond the control of the Contractor, will be documented as delivery and performance issues that may jeopardize future awards with Arapahoe County. Vehicles ordered by Arapahoe County after the final order date has been announced by the OEM do not apply to this stipulation. If the current model year becomes unavailable due to manufacturer build out dates, the successful Contractor will be expected to work with Arapahoe County to secure a current year model that meets specifications from another avenue or provide the next model year vehicle at current model year pricing. Arapahoe County Finance Department Purchasing Division 5334 South Prince Street, Room 480 Littleton, Colorado 80120 REQUEST FOR PROPOSAL SPECIFICATION FORM RFP-19-48 Page 16 of 29 Revised November 2018 III. OPTIONS Options listed shall be bid and provided as factory installed under the terms of the full, factory-backed, bumper-to-bumper warranty. Dealer installed options will not be permitted unless pre-approved in writing by Arapahoe County. If a dealer substitutes an OEM (Original Equipment Manufacturer) option with a non-OEM option, Arapahoe County may return the vehicle for a correctly equipped vehicle at any time after the non-OEM option is discovered. Arapahoe County may require the Contractor to reimburse the County for all expenses and fees related to the repair of a non-OEM option that fails within the standard warranty period. If, at any time, Arapahoe County discovers the dealer is substituting an OEM option with a non-OEM option, the County reserves the right to cancel the award in the best interest of the County and award to the next low bidder. The price and OEM Code for each option listed on the Vehicle Specification Sheet shall be specified. If an option is no charge (N/C) or included in the standard vehicle base price (STD or INC) write the appropriate designation. If an option is not available, write “N/A”. The price for options will not exceed the Manufacturer’s Suggested Retail Price (MSRP). Incomplete option lines on the Vehicle Specification Sheet and / or any options bid exceeding MSRP may result in the bid being considered non-responsive. Additional mandatory factory options required by the ordering of any given option will be specified under the “Actual / Comments” section of the Vehicle Specification Sheet. IV. STANDARD EQUIPMENT REQUIREMENTS Listed below are the General Vehicle Specifications to be included on, but not limited to, Arapahoe County vehicles: Equipment Requirements for EVERY vehicle ordered by Arapahoe County:  Power Door Locks  Power Windows  Automatic Transmission  Heated Side Mirrors  Remote Keyless Entry  Cruise Control / Tilt  Hands Free Bluetooth Radio  Weather Tech Floor Mats – Front and Rear (Sedans, SUV’s and Trucks)  Vinyl Flooring for Noted Investigation Vehicles and Detention Vans (include steel/diamond flooring for vans as an option)  Daytime Running Lights / Auto Headlights  DELETE Daytime Running Lights / Auto Headlights for Noted Investigation Vehicles  Blind side sensors Additional Equipment Requirements for Sedans, Patrol, and 4x4 SUV vehicles ordered by Arapahoe County:  Four (4) Doors Additional Equipment Requirements for Van vehicles ordered by Arapahoe County:  Sliding Right Side Door  Extended Body in Cargo Area (155” or above Wheel Base) Enforcement Class Patrol Sedan  4-door sedan  V6 or V8 engine, minimum 230 HP  Automatic Transmission with overdrive  High altitude use package  3.27:1 ratio limited slip differential RFP-19-48 Page 17 of 29 Revised November 2018  Heavy duty police package  Rear, Front, or All Wheel Drive Special Service Patrol Sedan  4-door sedan  V6 or V8 engine, minimum 200 HP  Automatic transmission with overdrive  High altitude use package (if available)  Rear, Front, or All Wheel Drive  Limited slip differential if rear wheel drive equipped, 3.27:1 or 3.29:1 ratio  Police package Special Service/Staff Sedan/Coupe  4-door sedan or 2-door coupe  V6 or V8 engine, minimum 190 HP  Automatic transmission with overdrive  High altitude use package (if available)  Rear, Front, or All Wheel Drive  Limited slip differential if rear wheel drive equipped, 3.27:1 or 3.29:1 ratio  Police package Special Service Full-Size 4 x 4 Utility  V8 engine, minimum 250 HP/5.0 liter  4-door model  4- speed Automatic transmission with overdrive  Limited slip differentials, 3.73:1 ratio  Automatic front hubs  Push button 4-wheel drive  Heavy-duty towing package  Transmission cooler Special Service Mid-Size 4 x 4 Utility  V6 engine, minimum 190 HP/4.3 liter  4-door model  4- speed Automatic transmission with overdrive  Limited slip differentials, 3.73:1 ratio  Automatic front hubs  Push button 4-wheel drive  Heavy-duty towing package  Transmission cooler ¾ Ton Pickup Truck – 4x4  Class 2 light truck, 6,001 – 10,000 GVW  V8 engine, minimum 250 HP/5.0 liter  4-speed Automatic transmission with overdrive  Limited slip differentials  Automatic front hubs  Heavy-duty towing package  Transmission cooler 1 Ton Cab and Chassis – 4x4  Class 3 heavy truck, 10,001 – 14,000 GVW  V8 engine, minimum 300 HP/6.0 liter or turbo diesel equivalent RFP-19-48 Page 18 of 29 Revised November 2018  4-speed Automatic transmission with overdrive  Limited slip differentials  Automatic front hubs  Heavy-duty towing package  Transmission cooler All Wheel Drive Mid-Sized Passenger Van  V6 engine, minimum 190 HP/4.3 liter  4- speed Automatic transmission with overdrive  7-passenger minimum All Wheel Drive Mid-Sized Cargo Van  V6 engine, minimum 190 HP/4.3 liter  4- speed Automatic transmission with overdrive  Minimum GVWR 5600 pounds Full-Sized Passenger Van  V8 engine, minimum 300 HP/6.0 liter  4- speed Automatic transmission with overdrive  15-passenger minimum  Minimum GVWR 9600 pounds  Rear, Front, or All Wheel Drive  Limited slip differential Full-Sized Cargo Van  V8 engine, minimum 300 HP/6.0 liter  4- speed Automatic transmission with overdrive  Minimum GVWR 9600 pounds  Rear, Front, or All Wheel Drive  Limited slip differential Class 4 - Heavy Truck – 4x2  14,001 – 16,000 GVWR  Diesel engine  Turbo charged  Allison automatic transmission  Water cooled  Limited slip differential Class 5 - Heavy Truck – 4x2  16,001 – 19,500 GVWR  Diesel engine  Turbo charged  Allison automatic transmission  Water cooled  Limited slip differential Class 6 - Heavy Truck – 4x2  19,501 – 26,000 GVWR  Diesel engine  Turbo charged  Water cooled RFP-19-48 Page 19 of 29 Revised November 2018  Allison automatic transmission  Limited slip differential Class 7 - Heavy Truck – 4x2  26,001 – 33,000 GVWR  Diesel engine  Turbo charged  Water cooled  Allison automatic transmission  Limited slip differential Class 8 - Heavy Straight Truck – 6x4  33,001 or greater GVWR  Diesel engine  Turbo charged  Minimum horsepower, 275  Water cooled  Allison automatic transmission  Double reduction rear end  Limited slip differential V. DELIVERY REQUIREMENTS All vehicles will be delivered complete with all manufacturer standard new vehicle equipment and must comply with the Vehicle Specifications for each body code and requested optional items as listed on the purchase order. Arapahoe County reserves the right to return any vehicle after acceptance that is found to be incomplete and in violation of the Vehicle Specifications for the body code and purchase order. It will be at the discretion of Arapahoe County as to whether to accept the vehicle and be reimbursed for monies already paid or to opt to have the Contractor bring the vehicle up to specifications. Scheduling of vehicle delivery appointment must be completed a minimum of forty-eight (48) hours prior to delivery with the Arapahoe County Fleet Division with the person and number specified on the Purchase Order. If a Contractor arrives without an appointment, the Contractor may be turned away until a scheduled appointment is available. The Contractor will be asked to provide the Purchase Order number and the number of vehicles to be delivered when calling to schedule an appointment. Vehicle deliveries will be accepted between the hours of 9:00 AM to 12:00 PM and 1:00 PM to 3:30 PM, Monday through Thursday. The following documentation/items will be required to be included in the vehicle at the time of scheduled delivery. No handwritten documents will be accepted: 1. The dealer’s invoice with a typed Vehicle Identification Number (VIN), the Arapahoe County Purchase Order number, and the Dealer Stock Number. 2. A copy of the Arapahoe County Purchase Order, signed by the Dealership Sales Representative verifying Quality Control and dealer check. 3. The manufacturer’s window sticker with price and option information included (do not leave the sticker on the vehicle door glass). 4. The manufacturer’s “Certificate of Origin”. 5. The Application for Title and odometer statement. 6. Five (5) sets of keys (three (3) key fobs and two (2) PATS keys) plus the key code necessary for key duplication. Valet keys will not be accepted. 7. Weight slip and VIN verification will be provided whenever a body has been modified (i.e. – cube vans, box trucks, etc.) 8. The owner’s manual visible on the front seat of the vehicle. RFP-19-48 Page 20 of 29 Revised November 2018 9. The Dealer Stock Number on the windshield. 10. A sixty (60) day permit attached in the license plate area on the rear of the vehicle. All vehicles will be delivered washed, have license plate brackets and screws installed on the vehicle, serviced, and with a minimum of one quarter (1/4) tank of fuel in the vehicle. The Arapahoe County Fleet Division will inspect the delivered vehicle’s condition and options to expedite the delivery process. Any problems discovered after delivery; Arapahoe County will have four (4) weeks to inspect and reject the vehicle while it is still located at the Fleet Division location. If rejected, the dealer will retrieve the vehicle within one (1) business day of notification for correction / repairs and redeliver the vehicle as soon as the repairs are complete. Contractors are expected to comply with the delivery instructions located on the Purchase Order. Arapahoe County Fleet Division must be notified immediately of any issues related to the delivery of vehicles. VI. VEHICLE VISIBILITY REPORTS Arapahoe County requires vehicle visibility reports to be provided monthly. Failure to provide these reports may result in the cancellation of the agreement. In addition, failure to submit vehicle visibility reports as required may impact future eligibility to complete for County solicitations. These reports must be submitted to Purchasing and must contact the following information: 1. The solicitation number 2. Arapahoe County Purchase Order Number 3. Vehicle Type 4. Status of the vehicle 5. Vehicle location 6. Anticipated delivery date IV. RESPONSE FORMAT Failure to respond in the required format may deem your submittal non-responsive. Failure to provide required information may deem your submittal non-responsive. SUBMISSION OF RESPONSES: ONE (1) hardcopy ORIGINAL, ONE (1) softcopy (USB/CD) ORIGINAL and FIVE (5) HARDCOPIES, TOTAL OF SEVEN (7) submittals of each Response must be received at the time and place specified in this Solicitation. Submittals should be prepared simply and economically providing a straightforward, concise description of the contractor’s ability to perform the requirements of this Solicitation. Failure to submit the required number of copies may deem the contractor non-responsive. The electronic copy shall be an EXACT reproduction of the original documents provided. All sections shall be combined into a single electronic document.  Provide submittal without reference to Arapahoe County logo or company logo.  Label cover of Original submittal TABLE OF CONTENTS: Responses must be organized and submitted per the following format: i.e. Section number, Requirement, Page number, etc.  For all of the following sections, submit documentation as requested for each item.  Please do not include sales materials. Information submitted should be developed to best represent criteria for each evaluation item. SECTION 1 COMPANY INFORMATION & EXECUTIVE SUMMARY 1) On the first page, provide company information to include company name and required local (Denver Metro area) company office address as well as name, position title, e-mail and direct telephone number for the person submitting the proposal and the same for the person authorized to contract on behalf of the company. RFP-19-48 Page 21 of 29 Revised November 2018 2) Profile of the Firm – State whether your firm is local, national, or international. Also include the following for the office this work would originate from: a. Size of the Firm and size of local office (if applicable) b. Location of the office, where the work on this engagement is to be performed c. Number and nature of the professional staff to be assigned to the project on a full-time basis. d. Number and nature of staff to be assigned to this project on a part-time basis. e. Identify the supervisory and management staff who will be assigned to the engagement. f. Identify the points that make your firm uniquely qualified for this engagement. g. Provide resumes for each person that will be assigned to this engagement. 3) Provide any substantiated complaints against the firm in the last 3 years and any outstanding litigation. SECTION 2 – Arapahoe County Forms and Required Documentation 1) Completed Arapahoe County RFP Cover Sheet 2) Completed Arapahoe County Submission Form 3) Completed Contractor W-9 4) Acknowledged Addendum(s) 5) Contractor Certificate of Insurance 6) Mandatory Requirements: a. Pricing Form with detailed list of vehicles being offered by the Contractor and the available options for each Make and Model b. Local Dealership Documentation c. Information Sheets for Make and Models being offered by the Contractor d. Delivery Schedule for vehicles e. Warranty Documentation f. Variations / Exceptions to the solicitation document or contract document SECTION 3 - Communication = 25% 1) Vehicle visibility report – sample report provided in submittal 2) Anticipated build schedule as well as anticipated delivery week when orders are placed 3) Provide information on how communication will be handled with Arapahoe County SECTION 4 - Delivery = 20% 1) Order cut off schedule 2) Delivery schedule and instructions 3) Ability to provide completed accurate paperwork when vehicle is delivered SECTION 5 - Dealer Service and Parts Support = 30% 1) Ability to meet customer expectations 2) Quality of service 3) Availability of Parts 4) Communication of backordered items 5) Provide examples of invoicing process SECTION 6 - Pricing = 35% 1) Completed electronic excel pricing form RFP-19-48 Page 22 of 29 Revised November 2018 I. PRICING PRICING FORM PROVIDED AS APPENDIX C, NO OTHER FORMS WILL BE ACCEPTED Arapahoe County Finance Department Purchasing Division 5334 South Prince Street, Room 480 Littleton, Colorado 80120 REQUEST FOR PROPOSAL PRICING FORM RFP-19-48 Page 23 of 29 Revised November 2018 SUBMISSION: It is imperative you address your submittal envelope as follows: Arapahoe County Finance Department Purchasing Division 5334 South Prince Street Room 480 Littleton, CO 80120 Attn: Trudi Peepgrass, CPPB Senior Purchasing Agent RFP-19-48 Does your Response comply with all the terms and conditions of this Solicitation? YES / NO If no, indicate exceptions. Does your Response provide proposed revisions to the Terms and Conditions of the attached Sample Agreement for Services? If yes, indicate exceptions. YES / NO Does your Response meet or exceed all specifications, including minimum service YES / NO requirements? If no, indicate exceptions. Requirements met and response included? YES / NO  Pricing Form with detailed list of vehicles being offered by the Contractor and the available options for each Make and Model  Local Dealership Documentation  Information Sheets for Make and Models being offered by the Contractor  Delivery Schedule for vehicles  Warranty Documentation  Variations / Exceptions to the solicitation document or contract document May any other governmental entity avail itself of this contract and YES / NO purchase any and all items specified? HAVE ALL ADDENDUMS BEEN ACKNOWLEDGED & ENCLOSED YES / NO ORIGINAL AND NUMBER OF COPIES REQUESTED ENCLOSED YES / NO HAS A DULY AUTHORIZED AGENT OF THE CONTRACTOR YES / NO SIGNED THE COVER SHEET IN BLUE INK State percentage of prompt payment discount, if offered. __________ % State total submittal price (include all items in submittal). ____________ State total submittal price with discount. ____________ Arapahoe County must have on file a completed W-9 prior to doing business with contractors. Please submit this form with your response. Arapahoe County Finance Department Purchasing Division 5334 South Prince Street, Room 480 Littleton, Colorado 80120 REQUEST FOR PROPOSAL SUBMISSION FORM RFP-19-48 Page 24 of 29 Revised November 2018 I. The Sample Agreement for Services is included in this Solicitation for informational and reference purposes only. REMAINDER OF PAGE LEFT INTENTIONALLY BLANK Arapahoe County Finance Department Purchasing Division 5334 South Prince Street, Room 480 Littleton, Colorado 80120 REQUEST FOR PROPOSAL APPENDIX A – SAMPLE AGREEMENT FOR SERVICES RFP-19-48 Page 25 of 29 Revised November 2018 RFP-19-48 Page 26 of 29 Revised November 2018 RFP-19-48 Page 27 of 29 Revised November 2018 RFP-19-48 Page 28 of 29 Revised November 2018 RFP-19-48 Page 29 of 29 Revised November 2018 Arapahoe County values your input. If you are unable to participate, will you spend a few minutes to complete this form and return with your NO BID response. Please send to: Arapahoe County Attn: Trudi Peepgrass CPPB RFP-19-48 5334 South Prince Street. Room 480 Littleton, CO 80120 Specifications too “strict” (i.e. geared toward one brand or manufacturer only). Please explain. ___________________________________________________________________________________ ___________________________________________________________________________________ ___________________________________________________________________________________ ___________________________________________________________________________________ Specifications are unclear. Please explain. ___________________________________________________________________________________ ___________________________________________________________________________________ ___________________________________________________________________________________ ___________________________________________________________________________________ ☐ We are unable to meet specifications. ☐ Insufficient time to respond to the solicitation. ☐ Our schedule would not permit us to perform within the required time. ☐ We are unable to meet insurance and/or bonding requirements. ☐ We do not offer this product or service. Further Remarks/Comments: ___________________________________________________________________________________ ___________________________________________________________________________________ ___________________________________________________________________________________ ___________________________________________________________________________________ PRINT OR TYPE YOUR INFORMATION Name of Company: ____________________________________________ Fax: _________________ Address: ________________________ City/State: ________________ Zip: __________________ Contact Person: ___________________ Title: _____________________ Phone: _______________ Printed Name: ____________________ Title: _____________________ Date: _________________ Email Address: ___________________ Arapahoe County Finance Department Purchasing Division 5334 South Prince Street, Room 480 Littleton, Colorado 80120 REQUEST FOR PROPOSAL STATEMENT OF NO BID