Loading...
HomeMy WebLinkAbout20122054.tiff AGREEMENT FOR FLEET MANAGEMENT SERVICES THIS AGREEMENT is made this day of , 2012, by and between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, whose address is 915 10th Street, Greeley, Colorado, 80631 ("County"), and G4S Integrated Fleet Services, LLC, whose address is 4800 Overton Plaza, Suite 380, Fort Worth, TX 76109 ("Contractor") . WITENSSETH : WHEREAS, County desires to retain Contractor as an independent contractor to perform the fleet maintenance services as more particularly set forth herein; and WHEREAS, Contractor has the time available to timely perform the fleet maintenance services, and is willing to perform such services according to the terms of this Agreement. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows : 1 . Engagement of Contractor. County hereby retains Contractor, and Contractor hereby accepts engagement by County upon the terms and conditions set forth in this Agreement. 2. Term. The term of this Agreement shall be from October 1 , 2012 , through and until September 30, 2017; however, this Agreement may be extended in accordance with the terms set forth in Section 13 .0 of the attached Exhibit "A," entitled, "WELD COUNTY, COLORADO REQUEST FOR PROPOSAL AND CONTRACT FOR FLEET MANAGEMENT SERVICES B1200101 June, 2012 . " 3 . Services to be Performed. Contractor agrees to perform the fleet maintenance services ("Services") listed or referred to in Exhibit A, and described and promised in the bid submittal documents from Contractor, attached hereto as Exhibit "B ," entitled, "Solicitation # : B1200101 Fleet Management Services for Weld County, Colorado . " All Services will be performed as stated and in accordance with the terms, provisions, representations and promises set forth in Exhibits A, B- 1 , and B-2 . Neither Exhibit A, nor Exhibit B , shall be considered separate and distinct from this Agreement; however, in the event of conflict between the terms, provisions, representations and promises set forth in Exhibits A, B- 1 , and B-2 , and the provisions set forth in this Agreement, the former shall prevail . 4 . Compensation. County agrees to pay Contractor for all of the Services performed in accordance with the cost and compensation provisions set forth in Sections 64 . 0 through 70.0 of Exhibit A. In accordance with said Sections, the parties agree to a target rate of $ 1 , 596,461 . 87 per year for the term of this Agreement, which includes estimated parts costs ($547,763 .66), estimated labor costs ($689, 131 . 17), estimated sublet costs ($214,614 .93), estimated administration costs ($70,708 . 35 ), and an estimated management fee ($74,243 . 76) . The sell rate for repair or service work performed by Contractor that is outside of the Services described and 0r �� 11 (..� Len.nnllv6 niza ✓LC a krijk g CC Aco , PU{ 9- -t3 dO/a. 5y F/ & 55 �"^ detailed in Exhibits A, B-1, and B-2 shall be charged at the rate of$53.23 per hour for light-duty vehicles, and $54.22 per hour for heavy-duty vehicles. No additional amounts shall be paid to Contractor, except in accordance with the provisions of Section 66.0 of Exhibit A, and as agreed to according to the procedures set forth in paragraph 5, below. 5. Additional Work Beyond That Stated in Exhibits A, B-1, and B-2. In the event the County shall require changes in the scope, character, or complexity of the work to be performed that goes beyond what is described in Exhibits A, B-1, and B-2, or requires a change in the standards or obligations set forth in Exhibits A, B-1, and B-2, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time may be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement. 6. Independent Contractor. Contractor agrees that Contractor is an independent contractor and that neither Contractor nor Contractor's agents or employees are, or shall be deemed to be, agents or employees of the County for any purpose. Contractor shall have no authorization, express or implied, to bind the County to any agreement, liability, or understanding. The parties agree that Contractor will not become an employee of County, nor is Contractor entitled to any employee benefits from County as a result of the execution of this Agreement. 7. Warranty. Contractor warrants that services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement and shall conform to the performance standards and requirements set forth in Exhibits A, B-1, and B-2. 8. Reports County Property. All reports, test results and all other tangible materials produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 9. Acceptance not Waiver. Upon completion of the work and if applicable, Contractor shall submit to County originals of any test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the work. Acceptance by the County of, or payment for, any of the Services performed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 2 10. Insurance and Indemnification. Contractor shall defend and indemnify County, its officers and agents, from and against loss or liability arising from Contractor's acts, errors or omissions in seeking to perform its obligations under this Agreement. Contractor shall provide necessary workers' compensation insurance at Contractor's own cost and expense. Contractor shall include the County, its officers and agents, as additional named insureds on a property, casualty, and liability insurance policy, at a minimum of$600,000 coverage limit per occurrence, $150,000 per person. 11. Non-Assignment. Contractor may not assign or transfer this Agreement, any interest therein or claim thereunder, without the prior written approval of County. 12. Access to Records. County shall have access to Contractor's financial records as they relate to this Agreement for purposes of audit. Such records shall be complete and available for audit ninety (90) days after final payment hereunder and shall be retained and available for audit purposes for at least five years after final payment hereunder. 13. Time of Essence. Time is of the essence in each and all of the provisions of this Agreement. 14. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 15. Notices. Any notice required to be given under this Agreement shall be in writing and shall be mailed or delivered to the other party at that party's address as stated above. 16. Compliance. This Agreement and the provision of services hereunder shall be subject to the laws of Colorado and be in accordance with the policies, procedures, and practices of County. 17. Non-Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. 18. Certification. Contractor certifies that Contractor is not an illegal immigrant, and further, Contractor represents, warrants, and agrees that it has verified that Contractor does not employ any illegal aliens. If it is discovered that Contractor is an illegal immigrant, employs illegal aliens or subcontracts with illegal aliens, County can terminate this Agreement and Contractor may be held liable for damages. 19. Entire Agreement/Modifications. This Agreement contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiation, representation, and understanding or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 3 20. Funding Contingency. No portion of this Agreement shall be deemed to create an obligation on the part of County to expend funds not otherwise appropriated or budgeted for. 21. No Conflict. No employee of Contractor nor any member of Contractor's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contractor's operations, or authorizes funding to Contractor. 22. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 23. Governmental Immunity. No portion of this Agreement shall be deemed to constitute a waiver of any immunities the parties or their officers or employees may possess. 24. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. IN WITNESS WHEREOF, the parties have executed this Agreement as of the date and year written above. CONTRACTOR: G4S INTEGRATED FLEET SERVICES, LLC By: AAA,- Title: Ser11 oa j ct Q2.-6SIDt a l Date: `� Y1(2O l v COUNTY: ATTEST BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO B ,���' ,`_••,• By: - j Deputy Cl' �� � -. �•� Sean P. Conway, Chairman SEP 0 5 2012 t%M '� �� 4 Ali 01 ' ,,7oia - aosy 186' MEMORANDUM TO: Board of County Commissioners DATE: August 16, 2012 COUNTY FROM: Barb Connolly, Controller SUBJECT: FLEET MAINTENANCE SERVICES B1200101 We have received 3 bids for Fleet Maintenance Services. There were 5 criteria set up to rate each of the bidder on Qualifications of Site Staff Responsive to RFP Cost Measures Understand project measures Experience We have reviewed each of the vendors in relationship to each qualification. Kelly Amerit was rated down in each of the categories, but the largest factor was that they had no experience with heavy equipment and looked as if they may not have understood the full scope of the project as some of the costing was low compared to others and what is currently happening. First Vehicle also submitted a bid. They received deductions for response to the RFP and cost measures. There were a number of responses that were not specific or did not fully answer what was requested. As to cost measures, the biggest issue was lifecycle costing. This would lead to higher non-target costs to us. The cost difference between First Vehicle and G4S was $37,182, with First Vehicle being the low bid. Therefore G4S was rated down on that measure .However First Vehicle only bid for 7 technicians and G4S bid 9. The benefits of having 9 technicians far exceed the cost difference of$ 37,182. We are recommending G4S to be awarded the contract. They are the current vendor and there would be no transition costs or problems. o�/� v7OS% Y4O/726/ca WELD COUNTY PURCHASING sb, 915 10TH St Room #334, Greeley CO 80631 E-Mail: mwaltersaco.weld.co.us E-mail: reverettra'�co.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 L C p J N T yr Fax: (970) 336-7226 DATE OF BID: July 30'", 2012 REQUEST FOR: FLEET MAINTENANCE SERVICES DEPARTMENT: Finance Dept BID NO: #B1200101 PRESENT DATE: August 6th, 2012 APPROVAL DATE: August 20th, 2012 NUMER OF VENDORS TOTAL TECHNICIANS KELLYAMERIT FLEET SERVICES $1,339,260.00 6 1331 N. California Blvd, Ste. 150 Walnut Creek CA 94596 FIRST VEHICLE SERVICES $1,559,279.41 7 600 Vine Street, Ste. 1400 Cincinnati OH 45202 G4S INTEGRATED FLEET SERVICES $1,596,461.81 9 4800 Overton Plaza, Ste 380 Fort Worth TX 76109 **BIDS ARE BEING REVIEWED AT THIS TIME** /area aC/ - a o sy � oo5J WELD COUNTY, COLORADO REQUEST FOR PROPOSAL AND CONTRACT FOR FLEET MANAGEMENT SERVICES B1200101 June 2012 1 TABLE OF CONTENTS Cover Letter Cover Page Notice of Request for Proposal Section A -- General Requirements 1 .0 Background 2.0 Objectives 3.0 Inquiries and Corrections 4.0 Submittal Date, Location and Opening 5.0 Late and Telegraphic Proposals 6.0 Proprietary Information 7.0 Ethics Provision 8.0 Conditions of Proposal Submittal 9.0 Evaluation of Proposals 10.0 Evaluation Criteria 11.0 Pre Proposal Conference 12.0 Proposal Elements and Format 13.0 Contract Term 14.0 Signature Requirements 15.0 Limitation on Funding 2 16.0 Equal Employment Opportunity 17.0 Contract Documents 18.0 Inspection of Work 19.0 Contractor as Independent Contractor 20.0 Subcontracting 21.0 Contractor Site Manager and Employees 22.0 Bid Bond 23.0 Performance Bond 24.0 Indemnification 25.0 Insurance 26.0 Assignment of Contractor Duties and Obligations 27.0 Applicable Law 28.0 Disputes 29.0 Right to Require Performance 30.0 Deficiencies In Service 31.0 Termination for Default 32.0 Transfer of Operations 33.0 Owner's Right to Perform Work 34.0 Amendments and Modifications 3 Section B -- Scope of Services 35.0 General Scope 36.0 Description of Fleets 37.0 Facility Maintenance 38.0 Security 39.0 Preventive Maintenance 40.0 Fleet Assessment 41.0 Scheduling 42.0 User Meetings 43.0 Repairs 44.0 Warranty Repairs 45.0 Re-repairs / Re-work 46.0 Outside Repairs 47.0 Vehicle Preparation 48.0 Accident Repairs 49.0 Parts 50.0 Inventory 51.0 Repair Orders 52.0 Credit Charges 53.0 Priority of Repairs 54.0 Records 55.0 Files 56.0 Hours of Service 4 57.0 Investigations 58.0 Waste Management 59.0 Emergencies 60.0 Purchases 61.0 Quality Assurance Program 62.0 Reports 63.0 Permits, Licenses, & Certifications Section C -- Cost Proposal 64.0 Contract Type 65.0 Cost Proposal 66.0 Additional Costs 67.0 Cost Incentives 68.0 Quality Assurance Deductions 69.0 Target Cost Adjustments 70.0 Invoice Section D — Attachments Vehicle & Equipment List-- County Shop Equipment & Tools List--County Receipt of Addenda Form Bid Bond Form Proposal Form Maintenance and Repair Factors Section E — Attachments Vehicle & Equipment List— Banner Health Paramedic Receipt of Addenda Form Bid Bond Form Proposal Form Maintenance and Repair Factors 5 June 6, 2012 Dear Contractors: Attached is a copy of a Request for Proposal for equipment maintenance services for Weld County. You are invited to a pre proposal conference on Wednesday , June 20th, 2012 at 10:00 a.m. in the Conference Room, 2nd Floor of theMaintenance Facility , 1399 North 17th Avenue, Greeley, Colorado. This will be the only walk through provided to contractors. The anticipated schedule of key dates is as follows: 6 June ,2012 Advertisement 20 June, 2012 Mandatory Pre-Proposal Conference and Walk Through 5 July,2012 Deadline to submit written questions/clarifications regarding RFP by 5:00pm 9 July, 2012 Questions answered by 5:00pm 30 July, 2012 Proposals due to Weld County Purchasing Office by 3:00pm 20 August , 2012 Award 1 October, 2012 Contract Effective Date Your interest in this RFP is greatly appre ciated. If you have questions regarding this request for proposals, please call Barbara Connolly, Controller/Contract Administrator, at (970) 356-4000, ext. #4445. Sincerely, Monica Mika Director of Finance and Administration 6 REQUEST FOR PROPOSAL Weld County, Colorado is soliciting PROPOSALS for Fleet Maintenance Services. Proposals will be received until 3:00 p.m. local tinfiknday , 30 July, 2012, at the Weld County Purchasing Office, 1150 0 Street, Greeley, Colorado 80631. This Request for Proposal is intended to secure the services of a qualified contractor to continue the contractual maintenance of the County fleet. Request is also for maintenance for Banner Health — Paramedic Fleet. All specifications will apply to both the County& Banner except the terms. Banner Health will be renegotiated each year. Each fleet is to be treated as a separate pricing. Weld County operates a fleet of vehicles and equipment. The County fleet will benaintained at the County Fleet Maintenance Facility at 1399 North 17th Avenue, Greeley, Colorado. Late proposals will not be accepted under any circumstances. Any proposal(s) received after the scheduled time for closing will be returned unopened to the proposing firm. Sole responsibility rests with the proposing firm to see that their proposal is received on time. Weld County reserves the right to individually or jointly reject any and all proposals, in part or in whole, and award to the most responsive and responsible firm(s)as deemed in the betinterest of the County; further, the right is reserved to waive any formalities or informalities contained in the Request for Proposals. Information regarding this solicitation is available by contacting Barbara Connolly, Controller/Contract Administrator, Weld County Purchasing OfficeAdministration Building, 1150 0 Street, Greeley, Colorado 80631. (970) 356-4000, ext. 4445. 7 SECTION A GENERAL REQUIREMENTS 8 1.0 BACKGROUND This request for Proposal (RFP) sets forth Weld Coun ty Government's (County) requirements for fleet maintenance services. Each prospective contractor must include a proposal that includes all terms and conditions set forth in the RFP. Alternative solutions which would be beneficial to the County will be reviewed. Such alternatives must be submitted and identified separately, and the service and cost implications clearly delineated from what is submitted in the proposal. Weld County currently operates an extremely diverse fleet ranging frorrautomobiles, Law Enforcement Patrol cars, light-duty trucks, heavy-duty trucks, Construction, alternative fuel vehicles and Auxiliary equipment. The new contractor will be responsible for providing fleet maintenance and repair services to approximately 538 units. List is attached. Overall services provided by the County's Fleet Services Division include vehicle specifications, and disposal: vehicle preparation (make ready); preventive maintenance; remedial repairs; repairs necessitated by accident or physical damage; tire services, towing; motor pool services; and other administrative of the County's fleet. This information will be further discussed at the Mandatory Pre-Proposal at Wednesday, June 20th, 2012 at Maintenance Facility, 1399 North 17th Avenue, Greeley, Colorado. Any questions after the pre proposal meeting will be submitted, in writing to the Contract Administrator and answers will be forwarded to the vendor list developed at the pre proposal meeting. Summary of Responsibilities of the Selected Contractor The successful contractors will be responsible for providing all of the services described in the subsequent sections of this RFP, and in accordance with the standards of performance outlined therein, for all vehicles identified Section D to this RFP. In summary, the successful contractor will be responsible for: 4 The provision of all fleet maintenance and repair services to the identified fleet of vehicles and related equipment. It is expected that the successful contractor will use County-owned facilities and its own personnel to provide these services. The County will allow the use of sub contracted services to the extent that these services (1)reduce overall fleet costs, (2) lower overall fleet downtime, (3) do not adversely affect service quality, and (4) do not shift accountability for service provision from the successful contractor; 4 The provision of all labor, materials, sub-contractor services, administrative services and supervision to meet the requirements of these specifications and the objectives enumerated above; 9 Summary of Responsibilities of the Selected Contractor— (Cont) 4 The provision of technical assistance and guidance as requested to support the County's fleet management decisions regarding fleet size and composition, fleet policy formulation, fleet specifications/standardization, and capital investments in the fleet and fleet facilities; 4 Coordination of vehicle disposal and auction sales with various County departments. 4 Acceptance of new vehicles into service and processing of required paperwork; and 4 The provision of these services during all County declared emergency situations such as storms, flood, and other natural and man-made emergencies on a 24 hour a day basis as required. 2.0 OBJECTIVES Fleet Maintenance is a highly important internal service for the County. These services: 4 Impact the cost of nearly every County Service; 4 Impact the productivity of nearly every County employee; 4 Support emergency services securing the safety or our community; and 4 Support mantenance of the County infrastructure that makes possible a thriving economy and quality of life. Therefore, the County will only deem responsive proposals from those firms that can clearly demonstrate that they meet or exceed the minimum qualifications in terms of experience, technical expertise, and financial as detailed in this RFP. The major goals of this solicitation are to develop an optimized vehicle maintenance model that will: 4 Provide an industry standard level of fleet maintenance services to County departments to support the effective delivery of municipal services to the residents of Weld County; 4 Provide high quality fleet maintenance services and products; and 4 Provide the most competitive prices available while balancing the achievement of tle above goals. 4 Promote safety in operations Specific objectives of the optimized vehicle maintenance program include: 4 Ensure that County vehicles and equipment remain safe, reliable and function effectively; 4 Accomplish all maintenance and repair actions with maximum productivity and quality of work, with the minimum use of labor, parts and materials. 4 Provide timely, responsive and efficient repairs, including a "quick fix" (see 43.0)service at minimal cost; 4 Minimize overall repair costs by aggressively identifying repairs covered by manufacturer or supplier warranties; 10 4 Conduct a preventive maintenance program to: o Minimize overall maintenance and repair costs and lengthen the life of vehicles due to systematic care; o Maximize vehicle availability and minimize the incidents of equipment breakdowns; o Minimize the need for spare, reserve, or backup equipment; o Ensure State mandated safety and emissions requirements are met; o Provide services in a manner that minimizes inconvenience to customers and promotes a high rate of compliance with service schedules. 4 Purchase quality parts at the least possible cost; 4 Minimize downtime by stocking the proper types and quantities of parts at the most advantageous locations, while maintaining the inventory at the most econ omical level. 4 Minimize the waste stream due to maintenance and repair activities; and 4 Improve the quality of data and availability of information to support better management decisions regarding the size of the County's fleet, the types of vehicles purchased in the future, replacement cycles, and other important fleet management considerations. Respondents must incorporate these goals and objectives into their plans for providing services to the County and into their plans for providing services to the County and into their proposal cost. 3.0 INQUIRIES AND CORRECTIONS All inquiries relating to this request shall be addressed to: Weld County Purchasing Office 1150 0 Street Greeley, Colorado 80631 Attention: Barbara Connolly, Controller/Contract Administrator (970) 356-4000, ext. #4222 If a proposing firm finds discrepancies in, or omissions from the Request for Proposal (RFP), or should require additional clarification of any part thereof, a written request for interpretation shall be submitted to the Weld County Purchasing Office. Any interpretation of, or change made to the RFP will be made by written addendum to each proposing firm, and sh all become part of the Request for Proposal as if originally included. The County will not be respon sible for the accuracy of any other ORAL EXPLANATIONS, INTERPRETATIONS, OR REPRESENTATIONS. All responses will be provided in writingnd posted on the Weld County Website. To be given consideration, inquiries must be received at leastwenty (20) calendar days prior to the date proposals are due to Weld County. It shall be the responsibility of each proposing firm to verify that everyaddendum has been received prior to submitting proposals. 11 4.0 SUBMITTAL DATE, LOCATION, AND OPENING All proposals for maintenance of the County fleet must be received by the Weld County Purchasing Office, 1150 0Street, Greeley, Colorado 80631, prior to 300 pm, Purchasing time clock), Monday, 30, July 2012. Proposals must be submitted in a sealed envelope plainly marked "REQUEST FOR PROPOSAL" FLEET MANAGEMENT SERVICES. 5.0 LATE AND TELEGRAPHIC PROPOSALS Late proposals will not be accepted under any circumstance, and any proposal so received shall be returned to the proposing firm unopened. In addition, telegraphic ad/or proposals sent by electronic devices are not acceptable and will be rejected upon receipt. Proposing firms will be expected to allow adequate time for delivery of their proposals either by air freight, postal service, or other means. 6.0 PROPRIETARY INFORMATION All information included in any proposal that is of a proprietary nature must be clearly marked as such. Weld County shall be held harmless from any claims arising from the release of proprietary information not clearly designated as such by the proposing firm. In general, it is not acceptable to mark information as proprietary other than Financial Data. 7.0 ETHICS PROVISION It is unlawful for any person to offer, give or agree to give to any public or former public employee or for any public or former public employee to solicit, demand, accept or agree to accept from another person gifts or offers of employment because of: An official public action taken, or to be taken, or which could be taken, or A legal duty performed, or to be performed, or which could be performed, or A legal duty violated, or to be violated, or which could be violated by such public or former public employee. It is unlawful for any payment, gift or benefit to be made by or on behalf of a subcontractor or higher tier subcontractor or any person associated therewith as an inducement for the award of a subcontract or order. 12 8.0 CONDITIONS OF PROPOSAL SUBMITTAL 8.1 All proposing firms shall comply with all conditions, requirements, and specifications contained herein, with any departure constituting sufficient cause for rejection of the proposal. 8.2 The proposal must be signed by a duly authorized official of the firm submitting the proposal. 8.3 No proposal will be accepted from any person, firm, or corporation that is in arrears for any obligation to the County. 8.4 Only one proposal will be accepted from any person, firm, or corporation. 8.5 All prices quoted must be firm for a period of one hundred and twenty (120) days following the date proposals are due. 8.6 Proposals may be pulled and/or resubmitted provided the Contractor makes a written request before the date proposals are due. 8.7 Weld County, Colorado reserve the right, to reject any and all proposals or any part thereof. The County reserve the right to waive any formalities or informalities contained in this RFP, and to award to the most responsive and responsible proposing firm as determined in the best interest of the County. 8.8 All proposals shall be prepared in a comprehensive marinas to content, but no necessity exists for expensive binders or promotional material. 8.9 All costs, including travel and expenses, incurred in the preparation of any proposal(s) shall be borne solely by the proposing firm(s). 8.10 Written approval by the Weld County Director of Finance and Administrationis required prior to any public disclosure regarding this RFP or any subsequent awards. 8.11 No advantage shall be taken by the Contractor based on omission of any parts or details which are necessary in the maintenance and repair ofthe County fleet , even though such details are not specifically addressed in this RFP. 9.0 EVALUATION OF PROPOSALS This is a competitive procurement for professional services. While price is an important factor, the successful proposal will be one which offers the County the best combination of price, quality of performance, and effectiveness at addressing the scope of work. A Review committee consisting of representatives of Weld County will evaluate the proposals and make a recommendation to the Board of County Commissioners. The proposals will be evaluated to determine if they are in accordance with the terms of the RFP. Once an initial screening has identified those proposals which are responsive, the Review Committee will 13 evaluate the proposals based on the evaluation criteria. The finalist(s) may be requested to make oral presentations to allow the Review Committee to meet and interview key personnel and gather additional information about the firm and the proposal. Insufficient management experience and/or support services, poor past performance, and insufficient financial caps ounty as determined by the Review Committee may be cause for rejection of proposal. The Review Committee will use a point formula du ring the review process to score proposals. Each member of the Review Committee will first score each proposal by using the criteria outlined below. The Review Committee will then convene to review and discuss these evaluations and combine the individual scores to arrive at a composite qualification score for each respondent. At this point, respondents with an unacceptably low qualification/technical score will be eliminated from further consideration. 15 points Qualifications of Onsite Personnel: Measured in terms of relevant experience of key personnel, attainment of certifications and ability to execute the contract. 25 points Responsiveness to RFP requirements: Measured in terms of the Proposer's proposed approach for meeting the requirements of the statement of work and satisfying the County's goals. 35 points Cost measured as the yearly target and- non target price proposal including: (a) target price proposal; (b) estimated non target price proposal; (c) transition costs proposal. 10 points Understanding of project measured as the Proposer's written perceptions of the issues to be addressed in the project. 15 points Proposer's experience measured in terms of Proposer's performance in fleet management and maintenance for public clients. Propcsers should possess a minimum of 10 years experience in performing fleet management and maintenance with fleets of comparable size and mix for public sector clients. 14 10.0 EVALUATION CRITERIA Proposals will be evaluated on the basis of the following criteria: 10.1 Understanding of Project 10% Understanding as communicated by the contractor of the issues and requirements of this project. 10.2 Responsiveness to RFP Requirements 20% The degree to which the proposal meets or exceeds the terms of the Request for Proposal. 10.3 Project Management Experience 10% Experience dealing with county and municipal governments in projects of similar size, scope, and nature. 10.4 Management Team Experience 10% Experience and resumes of key personnel assigned to the project. 10.5 Reporting and Management Information Capabilities 10% Includes evaluation of information system for managing this project, and providing documentation and reports for administration and management of the respective fleet. 10.6 Fee Structure 40% Based on the services to be provided and measured in terms of the annual target cost budget. 15 11.0 PRE-PROPOSAL CONFERENCE All respondents must attend the mandatory pre-proposal conference prior to submitting their proposal and pricing. The conference will be held on Wednesday, 20 June 2012, 10:00am, in the Conference room 2nd Floor of the Maintenance Facility at 1399 North 17th Avenue, Greeley, Colorado. Attendance is mandatory. Potential respondets will have anopportunity to ask questions and/or seek clarification regarding any and all aspects of this solicitation. The County will provide written responses in the form of an Addendum for all questions received at the pre proposal conference or submitted in writing following the conference. Verbal discussions at the conference shall not be considered part of the RFP unless confirmed in writing by the County and incorporated into this RFP. The pre-proposal conference will be held at the Maintenance Facility and this will be the only opportunity for the contractors to tour the maintenance facilities. Questions asked at the conference that cannot be adequately answered during the conference may be deferred. A copy of the questions and official answers will be posted as an addendum, available through the Weld County website(co.weld.co.us) 11 .1 Question, Requests for Clarification, and Suggested Changes Vendors are invited to submit written questions and requests for clarifications regarding the RFP. Vendors may also submit suggestions for changes to the requirements of this RFP. The questions, requests for clarifications, or suggestions must be in writing and received on or July 5, 2012 by 5:00pm. If the questions, requests for clarifications, or suggestions pertain to a specific section of the RFP, the page and section number(s) must be referenced. If a respondent discovers any significant ambiguity, error, conflict, discrepancy, omission, or other deficiency in this RFP, the respondent should imme diately notify the Contract Administrator in writing of such error and request modification or clarification of the RFP document. The County assumes no responsibility for verbal representations made by its officials or employees unless such representations are writing and incorporated into the RFP. Vendors must inform themselves fully of the conditions relating to the proposal. Failure to do so will not relieve a successful proposer of his or her obligation to furnish all service required to carry out the provisions of this contract. 16 11 .2 Amendment to the RFP and Withdrawal of Offer The County reserves the right to amend the RFP at any time. The vendor shall acknowledge receipt of an amendment in its proposal. Vendors who submit proposals in advance of the deadline may withdraw, modify, and resubmit proposals at any time prior to the deadline for submitting proposals. Vendors must notify the Contract Administrator in writing if they wish to withdraw their proposals. 11 .3 Submission of Offers Vendors must furnish all information necessary to evaluate the bid proposal. Offers that fail to meet the mandatory requirements of the RFP will be disqualified. Verbal information provided by the vendor shall not be considered part of the vendor's proposal. 12.0 PROPOSAL ELEMENTS AND FORMAT Proposals submitted shall contain all information as requested herein, and any additional information necessary to summarize the overall benefit of the proposal to the County. 12.1 Proposals shall include the following: 12.1 .1 A cover letter stating the name, address, and telephone number of the proposing firm, with the signature of the person having the authority to make the proposal for the firm. 12.1 .2 A list of personnel assigned to the project team, includii resumes and work experience. 12.1 .3 A response that defines the methods and means by which the proposing firm will perform the services outlined in the Request for Proposal. 12.1 .4 A project timeline outlining the dates and specific tasks necessary for project start up; including the specific employees involved. 12.1 .5 A list of what type of work, if any, will be subcontracted. 12.1 .6 A list of all references for which similar services have been provided within the last 20 years. Include contact names, addresses, telephone numbers, and approximate annual contract price. 12.1 .7 List any issues with non completion or cancellation/termination of contracts and reason why. 17 12.1 .8 Any other information deemed necessary by the proposing firm. 12.1 .9. Parts and Supplies. 12.2 Proposals should be prepared using the following format to facilitate evaluation. Please provide five (5) copies of the proposal with at least three (3) unbound. 12.2.1 Letter of Transmittal 12.2.2 Contractor will inalde as Part (,(Overview of Fleet) Management, an understanding of fleet management and maintenance problems in general. 12.2.3 Contractor will include as Part II,(Project Work Plan), their approach to resolving problems identified in Part I and present an approach to completing the work elements described in the Statement of Work. A specific proposal is expected to describe a methodology for fleet performance standards with reward/liquidated damages provisions, staffing levels, and a start-up plan. Other areas to be addressed in this part include the Contractors approach to: Fuel Management Recycling action philosophy Use of synthetic lubricants Electronic data systems Quality assurance Warranty Enforcement Mechanic training, certification Safety and security Inventory control, purchasing Compliance with regulations, DOT record keeping, Applicable vehicle emissions Coordination with equipment users Preventive maintenance Outside repairs Facility maintenance Re-repairs/re-work Response to road calls and emergencies Field Maintenance Expertise in maintaining Flexfuel, Biodiesel, CNG and LNG fleet Vehicle and equipment downtime 18 12.2.4 Contractor will includeas Part Ili( Project Organizatior) , theContractors approach to managemeratf both the fleet and this project. A organizational chart will be provided along with the specific responsibilities of each position. 12.2.5 Contractor will include as Part IV, (Project Experience/Staff Experience), a brief summary of applicable past experience to show proven and demonstrated ability to execute the requirements of the RFP, a listing of all current and past clients of government fleets, and resumes of the site manager and other key personnel on this project. The listing of current and past clients should contain the following information on each client: Address Type of fleet Number of vehicles Approximate annual contract amount Contact person Telephone number Dates of contract 12.2.6 Contractor will include as Part V, (Fee Proposal), the Contractors complete cost proposal with the first year's annual target cost budget. The fee proposal also shall include the Contractorsposition on overtime, directed work, and other costing data left subject to the proposal in the Statement of Work. 12.2.7 Contractor will includeas Part VI,( Attachments), the completed formsand bonds required for this RFP. 12.2.8 Contractor will includeas Part VII,( Appendix), any additional information deemed necessary by the proposing firm. 12.3 Contractor will fully inform themselves of conditions, requirements, and specifications before submitting their proposal. Failure to do so will be at Contractorewn risk and the Contractor cannot secure relief by plea of error. Neither law nor regulations make allowance for error of omission or error of commission on the part of the Contractor. 12.4 Submittal of a proposal shall be taken as prima facia evidence that the Contractor has full knowledge of the scope, nature, quality, and quantity of the work to be performed, and the detailed requirements and conditions under which the work is to be performed. FAILURE TO INCLUDE ALL REQUIRED SUBMISSION MATERIALS MAY RENDER THE PROPOSAL NON-RESPONSIVE, AS DETERMINED BY WELD COUNTY. 19 12.5 Weld County expects the final a greementto be similar to and include the work elements of the Scope of Services in this RFP and the current maintenance services for the County fleet. However, Contractors are invited to propose additional and/or innovative features which may be beyond the Scope of Services. Concerns about the Scope of Services in this RFP should be addressed, in writing, through the Purchasing Dept, Attn: Rose Everett, before submitting a proposal. 13.0 CONTRACT TERM The duration of the contract will be frorrOctober 1 , 2012, to September 30, 2017. Further, County may exercise options, with the agreement of the contractor, to extend the contract for up to two (2)two year terms. Contractor may request annual price increase period at a rate not to exceed the effective percentage change in the consumer price index (CPI) or product price index, whichever is most appropriate for the specific contract for the previous twelve (12) months. The effective change rate shall be based on the local index. The request for an increase must be submitted to the controller/contract administrator no later than July 1 each year and will be effective with the next contract period. If agreement cannot be reached, the contract will be terminated at the end of the current contract period or within 120 days, whichever is longer. The County will accept the price reductions at any time during the contract period. If the County exercises the renewal option, the target budget for each renewal year will be limited to the target budget incurred in the previous year, inflated by the effective percentage change in the Consumer Price Index (CPI) as noted above, and any other agreed upon changes (i.e. changes in fleet size). The contract under which these services are to be procured will be term agreetrrwiih payment made on a monthly basis. 14.0 SIGNATURE REQUIREMENTS Proposals must be signed by a duly authorized official(s) of the firm. Consortiums, joint ventures, or teams submitting proposals, although permitted and encouraged, will not be considered responsive unless it is established that all contractual responsibility rests solely with one contractor or one legal entity which shall not be a subsidiary or affiliate with limited resources. Each submittal should indicate the entity responsible for execution on behalf of the team. 15.0 LIMITATION ON FUNDING All Contractors are notified any contracts with the Countyfor this service are contingent on funds appropriated by the respective entity. In the event that funding is eliminated or decreased, the County reserves the right to terminate or modify any contract(s) accordingly. 16.0 EQUAL EMPLOYMENT OPPORTUNITY In connection with this procurement, the contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, age, marital status, or disability. The contractor will be in full compliance with FLSA, and will take affirmative 20 action to ensure that all applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, national origin, age, marital status, or disability. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and, selection for training, including apprenticeship. 17.0 CONTRACT DOCUMENTS The documents that will form the contract(s) include the Request for Proposal and all attachments thereto, the Contractorsproposal, subsequent correspondence, and any additional contract documents which are specifically named as being a part of the contract. 18.0 INSPECTION OF WORK The contractor shall furnish the County authorized representative(s) with every reasonable opportunity to determine whether or not the work is performed in accordance with the requirements of the contract(s). The Countymay appoint qualified persons to inspect the contractor's operations and equipment, and contractor 3tralrlt pthese authorized representative(s) to make such inspections at a reasonable time and place. 19.0 CONTRACTOR AS INDEPENDENT CONTRACTOR It is expressly agreed and understood the contractor is in all respects and Independent Contractor as to the work, and that the contractor is in no respect an agent, servant, o employee of the County. The contract(s)will specify the work to be performed by the contractor, but the method utilized to accomplish the work shall be the responsibility of the contractor. The contractor's employees shall wear a uniform which identifies them as employees of the contractor. 20.0 SUBCONTRACTING The contractor may subcontract services to be performed in the contract with the prior approval of the County, which shall not unresonably withhold approval. No such approval will be construed a; making the County party of, or to, such subcontract, nor shall approval be construed as subjecting the County to liability of any kind to any subcontractor. No subcontract shall, under any circumstances, relieve the contractor of its liability and obligation uridr its contract with the County; and despite such subcontracting the County shall deal through the contractor, and subcontractors will be dealt with as workmen and representatives of the contractors. 21.0 CONTRACTOR SITE MANAGER AND EMPLOYEES The Contractor's Site Manager shall have proven technical and managerial experience in the field of heavy fleet and light vehicle management and maintenance. Nominee(s) for Project Manager shall be presented to the County for specific approval. 21 The County reserves the right to require the contractor to remove any contractor employee whose performance or actions are obviously detrimental to the program. This includes any employee involved in misconduct, melingering, drugs, or alcohol on County premises. 22.0 BID BOND Each proposal shall be accompanied by a certified check or bid bond in the amount of five percent (5%) of the annual target cost budget for the County. Certified check, bid bond, or letter of credit, shall be made payable to Weld County. The bid bonds of all Contractors will be held by Weld County until proposals have been canvassed and have either been rejected in whole or in part, or a contract award by County has been made. The bid bond of the successful Contractor will be held until the contract(s) is duly executed. The bid bonds will be returned to the unsuccessful Contractors within two weeks after the contract award has been made. If the successful Contractorto whom the contract award(s)shall have been awarded refuses to execute the agreement(s)and provide a performance bond(s)within 30 calendar days after the contact award, the amount of the bid bond, or the appropriate share of the bid bond, shall be forfeited to and retained by the County as liquidated damages for such neglect or refusal. 23.0 PERFORMANCE BOND The contractor shall be required to furnish County with performance bonds or other acceptable security not later than thirty (30)calendar days after No tice of Award(s) in the amount of 100% of the respective annual target cost budgets. Performance bonds or other securities shall be in such form and with such sureties as are satisfactory to the County. Performance Bonds or other securities shall be executed to secure fulfillment of all the contractor's obligations. In the event the Performance Bond(s) are not delivered within thirty (30) calendar days of Notice of Award, the award(s) may be ruled null and void. The performance bonds or other securities will provide assurance of faithful performance and discharge of all duties and responsibilities as required by law, and under the terms and conditions of the contract(s). At the County option, Performance Bond(s) may be waived and the County credited with any cost savings. After six months from the beginning of the contract term, with approval of County, contractor may reduce the performance bond requirement to fifty percent (50%) of the respective annual target cost budgets. At anytime the contract is terminated for default the Performance Bond shall be forfeited to and retained by the County. 22 24.0 INDEMNIFICATION The contractor agrees to protect, defend, indemnify and hold the County, its officers, employees and agents free and harmless from any arhk1ka;ses, penalties, damages, litigation, settlements, costs, charges, professional fees, or other expenses or liabilities of every kind and character arising out of or relating to any and all claims, liens, demands, obligations, actions, proceedings, orcauses of action of every kind and character in connection with or arising directly or indirectly out of this agreement and/or performance thereof. Without limiting the generality of the foregoing, and all such claims related to personal injury, infringement of any patent, trademark, copyright (or application for any thereof) or of any other tangible or intangible personal or property right, or actual or alleged violation of any other tangible or intangible personal or property right, or actual or alleged/iolation of any applicable statute, ordinance, administrative order, rule or regulations, or decree of any court, shall be included in the indemnity hereunder. The contractor further agrees to investigate, handle, respond to, provide defense for, and defend any such claims at their sole expense, including claims related to accidents and injuries resulting from poor vehicle maintenance, and agrees to bear all other costs and expenses related thereto, even if such claim is groundless, false or fraudulent. 25.0 INSURANCE 25.1 The contractor shall procure and maintain in force during the term of the contract(s), at its own cost, the following coverage: 25.1 .1 Workers' Compensation Insurance of statutory limits as required by the Labor Code of the State of Colorado and Employer's Liability Insurance with minimum limits of one million ($1 ,000,000) dollars bodily injury by accident and one million ($1,000,000)dollars bodily injury by disease. 25.1 .2 Commercial General or Business Liability Insurance with minimum combined single limits of one million ($1,000,000) dollars each occurrence and one million ($1 ,000,000)dollars general aggregate. 25.1 .3 Automobile Liability Insurance with minimum combined single limits for bodily injury and property damage ofofi less than one million ($1 ,000,000) dollars for any one occurrence, with respect to each of the contractor's owned, hired, or non owned vehicles assigned to or used in performance of the Contract(s). In the event that the contractor's insurance does not cover non-owned vehicles, the requirements of this paragraph shall be met by each employee of the contractor who utilizes a vehicle in providing services to Weld County under contract. 25.1 .4 Weld County shall be named as an additional insured on the Commercial General or Liability policy. 25.2 If approved by Weld County, evidence of qualified self-insurance status may be substituted for one or more of the aforementioned coverage. 23 25.3 Contractor shall procure and maintain, and shall cause any subcontractor of the contractor to procure and maintain, the minimum insurance coverage listed herein. Such coverage shall be procured and maintained with forms and insurers acceptable to Weld County. All coverage shall be continuously maintained to cover all 'bility, claims, demands, and other obligations assumed by the contractor pursuant to the Indemnification Section. In the case of any claims made on the policy, the necessary retroactive dates and extended reporting periods shall be procured to maintain such continuous coverage. 25.4 A Certificate of Insurance shall be completed by the contractor's insurance agent(s) as evidence that policies providing the required coverage, conditions, and minimum limits are in full force and effect, and shall be subject to review and approval by the County prior to commencement of any services. The Certificate shall identify the contract and shall provide that the coverage afforded under the policies shall not be cancelled, terminated, or materially changed unless at least 30 days prior written notice has been given to Weld County. The completed Certificate(s) of Insurance shall be sent to: Weld County 1150 0 Street Greeley, CO 80631 Attn: Finance 25.5 Failure on the part of the contractor to procure or maintain policies providing the required coverage, conditions, and minimum limits shall constitute a Material Breach of Contract upon which the County may immediately terminate Agreement(s), or at their discretion the County may procure or renew any such policy or any extended reporting period thereto and may pay any and all premiums in connection therewith, and all monies so paid by the County shall be repaid by the contractor to the County upon demand, or the County may offset the cost of the premiums against any monies due to the cothactor from the County. 25.6 The parties hereto understand and agree that the County, their officers, and employees, are relying on, and do not waive or intend to waive by any provision of this contract, the monetary limitatios (presently $150,000 per person and $4,000,000 per occurrence) or any other rights, immunities, and protection provided by the Colorado Governmental Immunity Act, C.R.S. 24-10-101 et seq., 10 C.R.S., as from time to time amended, or otherwise available to the County, their officers, or employees. 26.0 ASSIGNMENT OF CONTRACTOR DUTIES AND OBLIGATIONS The duties and obligations assumed by the Contractor are non transferable or assignable without prior written consent of the County. 24 27.0 APPLICABLE LAW Any agreements shall be interpreted, construed, and governed by the laws of the State of Colorado. 28.0 DISPUTES Except as otherwise provided for in the contract, any disputes arising under this contract, which are not disposed of by agreement with the Cou nty's Contract Administrator will be submitted in writing to the County's Director of Finance. The Director of Finance will afford an opportunity to the Contractor to be heard and offer evidence to support any claims. Pending final decision of a dispute hereunder, the Contractor must proceed diligently with the contract performance. The Director of Finance shall notify the Contractor in writing of his determination and the decision of the Director of Finance will be final and conclusive with respect to a II actual determinations and may be appealed to a court of competent jurisdiction. Failure to appeal to the Director of Finance constitutes acceptance by the Contractor of the decision by the Contract Administrator. 29.0 RIGHT TO REQUIRE PERFORMANCE The failure of the County at any time to require performance by the Contractor of any provisions hereof shall in no way affect the right of the County thereafter to enforce same. Nor shall waiver by the County of any breach of any provision hereof be taken o r held to be a waiver of any succeeding breach of such provision or as a waiver of any provision itself. 30.0 DEFICIENCIES IN SERVICE In the event the County's Contract Administrator determines there are deficiencies in the service and work provided by Contractor, the Contract Administrator shall notify Contractor in writing as to the precise nature of any such deficiencies. Within ten (10) working days of receipt of such notice, Contractor shall correct or take reasonable steps to correct the deficiencies complained of, including, if necessary, increasing the work force, tools and equipment, or modifying the policies and procedures used by Contractor in performing services pursuant to this Contract. If the Contractor fails to correct or take reasonable steps to correct the deficiencies within ten (10)working days, the County may declare the Contractor in default and invoke the termination provisions of the contract or take other actions it considers necessary in the circumstances. 31.0 TERMINATION FOR DEFAULT The contract may be terminated for default if the Contractor fails to correct or take reasonable steps to correct deficiencies in service. The Director of Financeshall provide written notice to the Contractor of County's intent to invoke the temination provisions of the contract, state the reasons for such action, and reference the previous request to correct the deficiencies. Contractor will be provided fourteen (14)working days from receipt of written notice of intent to terminate the contract for default to correct deficiencies, to the satisfaction of the county. If the Contractor fails to correct deficiencies within this time, the County may declare the contract terminated. 25 32.0 TRANSFER OF OPERATIONS In that the Contractor is performing an essential service for the County, in the event the Contractor defaults by failing to begin service at the time specified or discontinues a material portion of the service provided for by this Agreement, the County may, at its election and upon seven (7) calendar days prior written notice to the Contractor, take possession of all County owned equipment and facilities used by the Contractor in connection with these Agreement(s) and operate and use the same in the performance of the services describedrain. The contractor agrees to surrender peacefully said equipment and facilities upon receiving an itemized receipt from the County for said items, and to cooperate to the extent necessary to enable the County to take over and carry out the services herein described. All payments by the County, except those for services previously rendered, or costs incurred and reimbursable to the Contractor, pursuant to this Agreement shall cease, except that during the pendency of any dispute, the County agrees to pay a reasonable rental for use of the Contractor's equipment. The Contractor agrees that in the event it disputes the County's right to invoke the provisions of this section, it will not seek injunctive or other similar relief, but will either negotiate an adjustment of the matter with the County or seek, as its remedy, damages in a court of competent jurisdiction. 33.0 OWNER'S RIGHT TO PERFORM WORK If the Contractor should fail to provide the services properly and diligently, or to default in performance of any provision of the Contract, the County, after written notice to the Contractor, may complete specific repairs and maintenance on theCounty fleet or sublet the work. The cost of providing these services which are included in the target costs of the contract will be paid by the County and deducted from the annual target costs. 34.0 AMENDMENTS AND MODIFICATIONS The County's Contract Administrator or designee may at any time, by written order, make changes consistent with the general scope of the dceirt in the work and service to be performed. If any such changes cause an increase or decrease in the Contractor's cost of, or the time required for, the performance of this contract, an equitable adjustment will be made, and the contract will be modified in writing accordingly. If the parties fail to agree upon the adjustment to be made, this dispute will be determined as provided in the "DISPUTES" clause of this contract, but nothing provided in this clause will excuse the Contractor from proceeding with the prosecution of the work as changed. 26 SECTION B SCOPE OF SERVICES 27 35.0 GENERAL SCOPE The Contractor will provide fleet management, scheduled preventive maintenance and servicing, repairs, shop management, mobile service, g?wfine servicdmmediate maintenance, and such other allied services as may be required to assure the continuity of effective and economical operation of County equipment. These services must be provided at all times, including snow and ice emergencies, both during and after normal business hours. The Contractor will furnish all necessary supervision, labor, expertise to include manuals, tools, equipment, parts, oil, shop supplies, fluids -- except fuel -- required to maintain the fleets in a state-of-repair and service consistent with generally accepted fleet practices as defined in this Scope of Services. In addition, the Contractor will provide and maintain a permanent detailed, automated record system for each vehicle and vehicle category in order to provide detailed maintenance and operating information for the management of the fleets. The Contractor vdescribe their computer system and delivery of applicable equipment, data and reports to users and administration. 36.0 DESCRIPTION OF FLEETS The Contractor will develop a proposal to provide the services defined in this Scope of Services and consistent with generally accepted fleet practices for the County fleet. The Vehicle and Equipment Lists for the County are attached. This list includes primary units and attachments to be included in the proposal. As part of the proposal the Contractor will discuss recommendations to keep this list current and accurate throughout the term of the contract. 37.0 FACILITY MAINTENANCE USE OF SHOP FACILITIES AND INSTALLED EQUIPMENT a) The County will permit the contractor to lease the County vehicle maintenance facilities identified in this RFP to include all maintenance and repair equipment, tools, and furniture that are County property for a lease charge of$1 .00 (one dollar) per year. In the event of default and termination of this contract, the contractor shall immediately surrender the facilities to the County; and if the contractor fails to do so, the County may, without prejudice to any other remedy which it may have for possession or arrearages in rent, enter upon and take possession and expel or remove the contractor and any other person who may be occupying said facilities or any part thereof, by force if necessary, without being liable for prosecution or any claim of damages therefore; and the contractor agrees to pay to the County on demand the amount of all loss and damages which the County may suffer by reason of such termination, whether through inability to re let the facilities on satisfactory terms or otherwise. b) Contractor agrees to accept the County's facilities in "as is" condition. c) The contractor will not use the facilities or other property furnished by the County for work on vehicles or equipment not owned or leased by the County unless o therwise 28 authorized by the County. The property of the County will not be used in any manner for any personal advantage, business gain, or other personal endeavor by the contractor or the contractors employees other than n the performance of the work described in this RFP unless otherwise authorized in writing by the County. The contractor may not sublease any portion of the facilities unless otherwise authorized in writing by the County. d) Within ten (10) days of contract award, the contractor will schedule with the County a joint inspection of all facilities for the purpose of identifying and documenting the utility systems, equipment, and other assets to which the contractor will have access during the course of the agreement period. The contractor and the County will together make a complete and systematic inspection and inventory of atltructural, mechanical, electrical, and utility systems and equipment, tools,service vehicles, and furniture. The contractor will then prepare and submit to tlbkunty qre -existing deficiency report describing all observed deficiencies pertaining to the building structure, systems, equipment, or other assets noted during the joint inspection. This report must be submitted no later than five (5) business days after the jmt inspection. The County and the contractor welgotiate tools purchases on an annual basis. e) The joint inspection and inventory will be repeated annually, and a report noting any new deficiencies will be delivered to the County each year. The County will determine the appropriate action to take in response to any deficiencies identified. f) The contractor will be required to acknowledge receipt by signature of assets provided by the County for the contractor's use. The assets accepted by the contractor for the term of the contract will then become the responsibility of the contractor. Upon completion of the contract, these assets will be returned in the same condition in which they were provided to the contractor, less normal wear and tear. The contractor will be responsible for replacing any stolen, missing, or destroyed asset with a comparable asset at the contractor's expense. g) The County will be responsible for supplying all utilities to the vehicle maintenance facility during its occupancy by the contractor. The contractor may use County phone systems, but must pay long distance and other toll calls. In using the facility, the contractor will develop and adhere to an energy conservation plan that is consistent with County policies, including mininmutemperature settings in summer months and maximum temperature settings in winter months. GARAGE AND EQUIPMENT MAINTENANCE AND REPAIR a) The County will be responsible for the maintenance and repair of County owned facilities, grounds and equipment that are provided to the contractor. It is the contractor's responsibility to exercise care and good judgment in the use of these assets, including normal shut down and clean up procedures after use. The 29 County will deduct repair expenses for any damage to County assets that are the result of the contractor's misuse or negligence from payments made to the contractor. The contractor must notify the Contract Administrator immediately of any asset that requires maintenance, repair or replacement. The County will establish replacement schedules for all equipment. The Contract Administrator will document the contractor's care of facilities and equipment during the annual facility inspections. The contractor shall not modify or make additions to any facility without prior written approval of the Contract Administrator. b) The contractor will be responsible for preventive maintenance and normal operator maintenance of all the garage equipment owned by the County, such as compressors, lifts, overhead doors, etc. The contractor must inform the County immediately upon determining that any element of the garage or its contents is in need of repair. Failure to do so could be deemed contractor negligence. c) Facility features, utility systems, equipment, furnishings, and other assets damaged by the contractor or by a subcontractor under any agreement resulting from this RFP, will be restored to their pre damaged condition by the contractor at the contractor's expense and at no additional cost to the County. d) The contractor will be responsible for exterior and interior housekeeping and supplies, which includes janitorial services. GARAGE EQUIPMENT CHANGES AND REPLACEMENT a) Contractor is responsible for providing their technicians hand tools. The compliment of other tools and equipment at the County s maintenance facilities s considered to be reasonably complete and sufficient to support efficient maintenance operations. The contractor will work with the equipment available at the County s facilities and will not be provided additions to the facility equipment to fulfill the requirements of this RFP. The contractor may provide additional equipment at its own expense in order to improve maintenance productivity. The Contract Administrator must be notified when such additions are made. Moreover, the County is willing to entertain contractor recommendations to add shop equipment to the vehicle maintenance facility during the course of the agreement. Such recommendations must be made and approved by the County as part of the annual facilities inspection. These items will be added to the inventory of items that are the contractors responsibility as they are put into service. b) The County may periodically replace equipment, tools, or furniture as needed. The inventory of items for which the contractor will be responsible will be amended to reflect these changes. c) The contractor will be responsible for security of all properties and assets designated for its use or management. The contractor may install additional security and locks at its own expense provided that it seeks and receives the 30 County s permission n advance and provides the Contract Administrator with copies of all keys and security codes. 38.0 SECURITY The Contractor will be responsible for damage or loss of County own ed vehicles and equipment that are under the control of the Contractor, except to the extent that such loss or damage is caused by or due to acts or omissions of the County, its officers, agents, or employees. The Contractor will assure that the facility is free of illegal substances, alcohol, and firearms by the Contractor's personnel. Contractor will also assure that information about marked and unmarked emergency vehicles is kept confidential by contractor's employees. The County will change the locks on tie facility if a new contractor wins the award. Any re keying after the initial change is the responsibility of the contractor. A duplicate key for all re- keyed locks will be provided to the Contract Administrator for the County.Such keys will be identified by tags. 39.0 PREVENTIVE MAINTENANCE The proposal shall include for the County fleet th€ontractors approach to preventive maintenance for the vehicles and equipment identified on the ati&aheile and Equipment Lists. Contractors shall specifi cally identify in their proposals a Preventive Maintenance (PM) program for the County.Contractor shall address and include in their proposals the PM standardsrequired in this RFP. The proposal shall address capability of tracking and scheduling PMs,tracking repair trends, subfleet costs analyzing oil sample results, and making adjustments to the PM program. The PM Program will be designed in accordance with recognized good fleet management practices and shall meet the terms and conditions necessary to comply with the original equipment manufacturer's specifications or stricter warranties and recommendations. The Contractor will develop and provide a PM interval schedule to the user departments and to the County Contract Administrator. This PM schedde will be developed with input from the user departments. The Contractor will only schedule PMs with individuals designated by the County. Preventive maintenance shall be scheduled on a usage basis, with a calendar time override. An inspection of each vehicle will be performed as part of each PM, and the Contractor shall complete and file an Inspection Form for each PM. PMs will be identified on a work order separately from any necessary repairs. Necessary repairs identified during the PM inspection will be approved by the owning department prior to the repair. The Contractor will be responsible to interface with the County's fuel system to download usage information necessary to update the PM schedules, and to provide for usage information which must be uploaded manually. It shall be the responsibility of the user departments to transport vehicles to the County facility for PM services when scheduled. The PM program shall also include PM services on site for 31 heavy construction equipment, trailers, and non-motorized equipment which are not economically feasible or suitable for over-the-road travel. Preventive maintenance services and inspections will be performed in a progressive manner. During the contract the proposed preventive maintenance programs may be modified based on preventive maintenance inspections and repair histories. Modifications will be based on joint review by the Contractor and Contract Administrator and will be in writing. These PM programs shall be detailed and specific to the voiles and equipment in the attached Vehicle and Equipment Lists. Contractor will be required to track and perform annual emission certification in accordance with CDPHE Regulations for Gov't fleets for all vehicles. 40.0 FLEET ASSESSMENT Within six months after the starting date of the Contract, the Contractor will have performed a PM on 70% of the County fleet. Within twelve months after the starting date of the Contract, the Contractor will have performed a PM on every piece of equipment in the County fleet and corrected any deficient vehicles. Deficient vehicles are those identified as not meeting the fleet standard. Fleet assessment costs are included in the target cost. On a case by case basis, a very few vehicles may require major repairs, and the Contract Administrator will review requests to include repairs under additional costs. Vehicles shall be scheduled for fleet assessment with the next PM due, based on usage and time since the previous PM. In no case will PMs be postponed past their scheduled intervals. County will provide the successful Contractor with a PM history by unit and department. 41.0 SCHEDULING Preventive maintenance activities should not unreasonably interfere with normal work schedules. It shall be the Contractor's respo nsibility to develop and implement a PM scheduling system that provides notification to user departments when PM services are scheduled for their vehicles. The system will provide written notification to the Contract Administrator and the user departments and shall be implemented in such a way as to minimize disruption to the County operations. 42.0 USER MEETINGS The Contractor shall condarate periodic user meetings with departmental representatives of the County. The meetings may be structtirat the discretion of the Contractor but shall include all users and follow a published agenda approved by the Contract Administrator. 43.0 REPAIRS The Contractor shall make specific repairs to vehicles and equipment that are identified through PM or by user submitted Repair Orders. Repairs shall be made as required, limiting the nature and extent of repairs to that which is consistent with good fleet maintenance. The County will 32 provide Contractor with a list of equipment which is expected to be surplus. Any repairs on these vehicles must be approved by the individuals designated by the Contract Administrator All welding will be performed by the County. Any repairs estimated to exceed $,000 for light-duty vehicles and $ ,000 for heavy-duty vehicles, based on the repair cost reported on the work order, must be analyzed by the Contractor to determine the repair's cost effectiveness and must be approved by the Contract Administrator. The Contractor shall provide road service calls, including towing service for vehicles in the fleet. The Contractor shall have persons on call to expeditiou$twair vehicle breakdowns or respond to emergencies. The Contractor shall tow any County-owned or leased vehicle requiring this service, regardless of whether or not the cause is an authorized repair or another incident. The Contractor will provide a Quick Fix function for light repairs requiring less than one hour duration when the vehicle operator chooses to wait for the service and to the extent a Quick Fix is reasonably practical. Vehicles repaired under Quick Fix will be moved to top priority. Except as noted in RFP, washing, cleaning, and fueling of vehicles are not included under this RFP. When a vehicle that is in for any maintenance or repair will be detained for more than 24 hours; the Contractor shall notify, by telephone, the individuals designated by the County, and provide estimated down time. 44.0 WARRANTY REPAIRS The Contractor shall administer all warranties, both for vehicles and parts, associated with maintenance and repair of the County fleet. The Contractormust seek authorization from various vehicle and equipment manufacturers to perform warranty work on County-owned equipment. Such work will be reimbursed directly to the Contractor by the equipment manufacturer. All work orders associated with warranty work will be net of warranty repairs, including parts and labor. The Contractor shall address in their proposal how warranties will be tracked for parts and equipment. 45.0 RE-REPAIRS/RE-WORK Re-repairs are defined as multiple repairs for the same deficiency on the same vehicle and which occur before a reasonabletime after the original repair. Any re Fepairs, whether caused by Contractor labor or subcontractor labor, will be identified as such on a work order, and no costs will not charged. Numerous incidents of re Fepair will be cause to terminate the contract. 33 The Contractor shall address in their proposal the standards by which the repair is determined to be substandard. Work Performed Available Frequency Engine repair as per proposal Transmission repair as per proposal Brake overhaul as per proposal Tune-up as per proposal General Repair as per proposal Electrical components as per proposal Others (tires, etc) as per proposal 46.0 OUTSIDE REPAIRS The Contractor shall be responsible for arranging and managing the conduct of outside repairs that cannot be performed economically in -house and shall be responsible for continued review of the need for specific otside repairs as opposed to performing in house repairs. These outside repairs may include body work and painting, glass replacement, radiator work, and such other work that can be utilized at minimum cost to the County. The Contractor shall address in their proposal the Contractors plan for outside repairs. The County shall approve proposed changes to the plan. The plan shall be periodically and informally reviewed by the Contractor to ensure that the outside repair versus in-house repair decision remains justified. All responsibility (paperwork, invoicing, quality control, vehicle movement, vehicle security, etc.)shall be that of the Contractor. Subcontractor invoices will be accepted solely by the Contractor. As often as possible, the Contractor shall solicit the local businesses for such work. All vendors for outside repairs will be paid by contractor so they will not become past due. 47.0 VEHICLE PREPARATION (commissioning and decommissioning) The Contractor shall prepare newly acquired vehicles for service within 5 working days of receipt. (Time does not include time contracted by a third party). Preparation shall include complete contract specification inspection for compliance, installation and transfer of special equipment, installation of tags, decals, and coordination of radio installation. Contractor will develop detailed checklists for commissioning new vehicles that will be maintained in hard copy or electronically as the vehicle history reportof the vehicle to provide summarized details of the vehicle. Tags, decals, and license plates will be provided by the County. Vehicles to be sold shall be prepared for disposal by the Contractor. Preparation shall include emission testing, cleaning, removal of decals and special equipment, and other paperwork. Any repairs necessary for surplus vehicles to pass emissions must be authorized by the Contract Administrator. When a vehicle is purchased or soldtracking, policies and p ractices of the County shall be adhered to. Vehicle preparation and disposal services are included in target costs. 34 48.0 ACCIDENT REPAIRS Reportable accidents and repairs for vandalism and operator abuse. The Contractor shall be responsible for processing these repairs including appraisals, obtaining repair bids, transportation of vehicle to/from repair site, repair quality, and timeliness of the repair; and shall be responsible for administration, including the payment of invoices for outside repairs. When possible, three (3) competitive bids shall be obtained for these repairs.The Contract Administrator will classify and validate and repair categorized as an Accident. All equipment submitted to the shop for repairs that are identified or suspected of being an accident or operator abuse will be reported to the Co ntract Administrator.Cost associated with repairs for accidents, vandalism, and operator abuse shall not be included in the target costs. The contractor may prepare a bid to perform the work. 35 49.0 PARTS The Contractor, shall purchase stock and furnish all parts, fluids, and supplies necessary to maintain and repair vehicles and equipment. Parts installed by the Contractor shall meet OEM specifications. The County shall approve new product lines before introduction into the parts supply. Parts installed on vehicles and equipment shall be identified by part number and cost on the repair order for the appropriate assignment. Any discounts for core charges will be applied to the same work order as the replacement part. Any discounts on parts will be passed through either as an immediate reduction in the price charged for the part or as a quarterlydeduction on the invoice. Any payments for scrap will be paid to the County. All vendors for parts will be paid by contractor and will not become past due. 50.0 INVENTORY The Contractor shall purchase and maintain an adequate parts inventory that will be charged back to the County on an as-used basis. All parts will be charged at the Contractor's acquisition cost with no mark-up. An electronic system shall be used to monitor and control the parts inventory. At a minimum, the electronic system shall be capable of generating a complete inventory by part number, name and use and costs, a usage rate history for normally stocked items, and shall be capable of reporting same. Upon completion or termination of the Contract, the County-nay purchase, at cost from the Contractor all of the active parts inventory for equipment in the County fleet. At the beginning of the contract, the Contractor and representatives of the County will jointly complete an inventory of current parts. The Contractor will purchase all active parts within thirty (30) days of the beginning of the contract term. 51.0 REPAIR ORDERS The Contractor will document all work performed o n theCounty fleet on a repairorder. A repair order with a unique order number will be opened when work is requested. All parts, supplies, sublet, and labor used to perform work on the County fleet will be accounted for on the repair order and the mechanic(s) performing the work will be identified by name When parts are used that do not come from shelve stock; a copy of the parts invoice from the parts supplier will accompany the closed repair order. When the work is completed and costs accounted for, the work order will be closed and printed. A signed copy of the repabrder, the repairrequest, and any required authorizations will be placed in the unit file Contractors shall include in their proposal, information on the repair request form, a sample repair order, a copy of all repair codes and categories that allow for tracking a variety of maintenance trends and procedures for tracking work. 36 52.0 CREDIT CHARGES The Contractor must be able to track credit charges to the user departments. The Contractor shall indicate in their proposal how and when charges will be credited and how they will be tracked against vehicles. 53.0 PRIORITY OF REPAIRS The Contractor shalldevelop and provide repairs on an established priority system. This priority system provides services equaly for all County vehicles. The Contract Administratofor the County may direct other priorities on a case by case basis. 54.0 RECORDS Upon prior notice the Contractor shall provide the County's authorized representative(s) access at all reasonable times to all electronic and hard data, books, records, correspondence, pay records, instructions, plans, drawings, receipts, vouchers, and memoranda of every description, and shall provide to the authorized representative(s) cost verification of work. All records shall be considered open records under Colorado state law. All maintenance and repair information on Countyvehicles shall be County property and will be turned over to County upon completion of the contract in a usable format for county history. The Contractor will be responsible for maintaining the official and inspectable maintenance records in accordance with DOT regulations. The Contractor will provide, devebp, implement and maintain software for an automatethcord keeping and reporting system for all services being contracted. The information system shall provide records of all maintenance and repair activities performed for each vehicle or piece of equipment. It shall also include summary information on the mainten ance and repair history of each vehicle or piece of equipment. Contractor will provide the County contract officers with basic access to the computer information system and will provide training to use the system. 55.0 FILES The Contractor shall provide a complete file of service manuals, service bulletins, lubrication charts, reports, and other information needed to properly service and repair the County fleet. A vehicle history report shall be maintained by the Contractor for each vehicle. This repotwill contain, in chronological order, In-processing information, all repair orders generated on the vehicle. 56.0 HOURS OF SERVICE The County Vehicle Maintenance Shop currently operates Monday thru Friday from 6:00am to 6:00pm. Contractors are encou raged to submit alternative hours of coverage, being mindful of the County's desire to maintain a modern, efficient fleet, with a minimum of disruption to the schedules of user departments. 37 The contractor will be required to have the maintenance facility open for service on days the County offices are open for business. County will provide a list of holidays. The contractor will include in their proposal operational coverage and requirements to support winter snow removal operations. 57.0 INVESTIGATIONS The contractor shall support the County with technical investigations related to the automotive fleet(s). Such investigations may support accident, fire, or other issues of a technical nature. 58.0 WASTE MANAGEMENT Disposal of surplus, salvageable material, waste andhazardous wastes generated by the contractor in performance of fleet maintenance services is the responsibility of the contractor. The Contractor will dispose of all wastes in conformance with the Resource Conservation and Recovery Act as amended. Before the contract is initiated, the Contractor must provide the County with a written plan for the disposal of wastes including the storage, transportation, treatment, and disposal of wastes. Any deviation from the plan will require written consent of the County. 59.0 EMERGENCIES The Contractor shall mobilize the shop and provide repair and maintenance services for the duration of emergency situations. Such service shall include adequate staffing to ensure continued vehicle operations att level determined adequate by the County . Such circumstances may occur outside normal hours of operation and can involve any number of employees, equipment, and vehicles. Labor costs incurred during emergency situations are considered additional costs. 60.0 PURCHASES The Contractor shall provide significant assistance to the County in identifying and preparing purchase specifications for additional or replacement vehicles and service equipment. The Contractor will also develop and submit a recommended Shop Equipment Replacement Plan that discusses market value and turnover timing. In addition, the Contractor shall assist the County with inspections and assessments of used vehicles and equipment under consideration for purchase or lease. 61.0 QUALITY ASSURANCE PROGRAM The Contractor shall implement a Quality Assurance Program for the repair and maintenance of the County Fleet. The program shall incorporate performance incentives based on acceptable quality levels with a system of liquidated damages to the contractor for failure to meet these standards. These standards are to be based on a series of three month periods and liquidated damages will be applied to the target cost quarterly. Contractorshall include in their proposal a Quality Assurance Program which includes performance standards. 38 Acceptable Quality Performance Standard Level Adjustment to (for 3 months) Target Cost Downtime per proposal per proposal (Percent of time vehicles are not available due to services & repairs) Based on annual availability of: Emergency Vehicles-8760 hrs/yr/vehicle Non-Emergency-2080 hr/yr/vehicle Emergency Call Outs & Road Calls per proposal per proposal Parts Availability per proposal per proposal (Number of days vehicles are down waiting on parts) Re-repairs (Number of instances of re- per proposal per proposal work) per proposal per proposal Overdue scheduled services Unscheduled Repairs (Percent of total repairs that per proposal per proposal are unscheduled) Contractor shall propose acceptable quality levels for fleet availability/down time for the following categories of vehicles and equipment. Consistently high downtime will be grounds to terminate the contract. Administrative Vehicles Emergency Vehicles Light-duty Maintenance & Service Vehicles Specialty Equipment Construction Equipment Heavy-duty Trucks Grounds Maintenance Vehicles 39 County reserve the right to request an independent auditor to review the Contractor's capability to report on the proposed performance standards. Any concerns raised by the audit will be addressed by the Contractor. Concerns of the equipment users about services provided by the contractor will be addressed by the Contractor in an honest and straight-forward manner. Written complaints of specific incidents will be addressed in writing by the Contractor within two (2)working days. A copy will be sent to the person initiating the complaint and to the Contract Officer. 62.0 REPORTS The Contractor will generate, if required by Contract Administrator separate weekly, monthly, and annual reports for the County. The Contractor will also generate special reports as requested. 62.1 The Contractor shall prepare a weekly status report to be sent to users. 62.2 The Contractor shall prepare a monthly report for delivery to the Contract Administrator on or before the fifth of each month. The monthly report shall be in a standard format, typed one page, and shall include at a rriinum the following from the previous billing period's activity. Costs and numbers are based on closed work orders. Maintenance costs as compared to target cost (parts, sublet, labor, etc.) MTD/YTD Maintenance cost as compared to non-target work (parts, sublet, labor) MTD/YTD Failure/attainment in each performance area subject to liquidated damages. The format should show numbers for total MTD, total QTD, total acceptable, total YTD. Number of completed work orders MTD/YTD Number of completed PMs MTD/YTD Number of road calls MTD/YTD Number of completed annual emissions MTD/YTD Total labor hours charged to work orders (County) Total combined inventory levels Dates and number of days in reporting period Number of open work orders on ending date of reporting period Number of vehicles under contract for fleet maintenance Any recommendation of units that should be replaced Any concerns regarding maintenance of the respective fleet Staffing for the County fleet Total indirect labor hours MTD/YTD The report numbers will agree with the detailed listing of all completed work orders processed during the billing period. The monthly report will be accompanied by a billing report showing a detailed cost breakdown by parts, sublet, and labor for each work order. The work orders will be 40 grouped and cost summarized by Department. It should include all closed work orders for the billing period and be separated by target and non-target costs. 62.3 The Contractor will prepare an annual report for delivery to the Contract Administrator on or before the first work day in February. The annual report shall include at a minimum the following from the previous year. 4 A current inventory of vehicles and equipment under contract for maintenance. 4 A detailed cost report by work order by unit for the previous year showing life-to- date maintenance and repair costs. Work order should identify whether target or non-target. 4 A current shop equipment and tool inventory. 4 A report showing total down time, hourly operating cost, annual mileage, and total mileage/hours by unit. 4 A report showing all accident and vandalism repair cost by unit. 4 A report showing primary parts providers used and rebates issued. 62.4 Contractor will develop special reports as requested by the Co unty. Such reports will be based on vehicle data carried in the maintenance files and may include component life and replacement rates, vehicle reliability, mean time to failure, fluid usage, commissioning/decommissioning tracking and exception reports. Generation of special reports will be included in the target cost 63.0 PERMITS, LICENSES, & CERTIFICATIONS The Contractor will, without additional expense to the County, be responsible for obtaining any necessary permits, licenses, and certifications for complying with any applicable Federal, State, and municipal laws, codes, and regulations in connection with the performance of services specified in this RFP. The contractor is responsible to ensure employees have the p roper Dyers license, testing and certifications to perform the work assigned. 41 SECTION C COSTS 42 64.0 CONTRACT TYPE The contract type will be a time and materials contract. The maximum fee is as proposed in the Contractors operating target budget. The sell rate is based o n mechanic's hours billable to a work order. Sell rates are to be established for maintenance and repair of light-duty vehicles, and also for maintenance and repair of heavy-duty vehicles. The contract will include penalties for not meeting acceptable quality levels as proposed in the Contractors quality assurance program, and cost incentives for efficiencies of operation which lead to cost savings. 65.0 COST PROPOSAL The cost proposal shall be the contractor's operating budget for each year of the cotract. The contractor's operating budget for each year of the contract is the target cost the contractor has committed to. All costs incurred except those specifically addressed as not included in the target cost are to be applied to the target. The taget cost shall include the following cost items. 65.1 Personnel costs will include, but not be limited to, wages, salaries, fringe benefits, payroll taxes, mechanic and management cost, and overtime costs. End of the year bonuses will not be included. 65.2 Parts, supplies, outside services will include, but not be limited to, parts, supplies, and outside services reflected in the contractor's work orders. Oil and fluids other than fuel shall be included. No mark-up will be added to the contractor's net cost. 65.3 Overhead expenses will include, but not be limited to, such items as office supplies, uniforms, copying, cleaning services, performance bond, and insurance. No mark-up will be added to the contractor's net cost. Overhead expenses only inde those specific to this contract and exclude corporate administrative overhead expenses. 65.4 Management costs and fees are a single line item in the approved budget. The amount is as approved and items included will not be subject to documentation. 66.0 ADDITIONAL COSTS Costs incurred which are specifically addressed in the following paragraphs are not included in the target cost. These are non target costs and shall require written approval from the Contract Administrator to initiating the work. O my costs for parts, supplies, and outside services as identified on the contractor's work order will be included in non target costs, unless specifically addressed in the following paragraphs. No mark-up will be added to the contractor's net cost for parts, supplies, and outside services. Contractor will identify any flat fee costs for any services. 66.1 Repairs due to accidents, vandalism, and operator abuse are included as non target 43 costs. Repairs due to road hazard such as flat tires and chipped windshields are not considered non target costs. Mechanic hours associated with these repairs are billable at the sell rate as non target costs. 66.2 Capital expenditures are defined as parts, supplies, and sublet to repair a component or components relatd by function for which the cost is more than $2,000 and which extends or improves the expected useful life of the vehicle for two or more years. Capital expenditures are included as non target costs. Repair or replacements of tires due to normal wear are not considered non target costs. Mechanic hours associated with these repairs are billable at the sell rate as non target costs. 66.3 Extra work applies to repair and maintenance activities which are requested or vehicles and equipment which has not be en included in the current fleet inventory of unit to be maintained by the contractor. Extra work as defined is included as non target costs. Mechanic hours associated with these repairs are billable at the sell rate as non target costs. 66.4 Emergency work is repair and maintenance activities which necessitate extending the normal shop hours. Mechanic hours associated with emergency work are billable at the sell rate as non target costs. Call outs, towing charges, or roadside repairs; except those associated with accidents, vandalism, and operator abuse; are included as target costs. 66.5 Modifications to units include fabrication of accessories, or adding components. Modifications are included as non target costs. Mechanic hours associated with modifications are billable at the sell rate as non target costs. 67.0 COST INCENTIVES In addition to the Contractor's costs and fee, the County shall receive sixty percent (60%) and the Contractor shall receive forty percent (40%) of any aggregate annual savings to the County on the Approved Budget for each fiscal year. Aggregate annual savings shall be defined as the difference between a lower twelve (12) month actual cost to the County and the amount of the Approved Budget. In the event actual aggrege annual costs to the County exceed the Approved Budget amount such additional costs shall be borne totally by the Contractor. 68.0 QUALITY ASSURANCE DEDUCTIONS Any cost deductions for exceeding acceptable quality levels for the previous three month period will be deducted from the approved target cost. The amount of the deduction is based on applicable adjustment to the target cost as proposed in the Contractors quality assurance program. 44 69.0 TARGET COST ADJUSTMENTS 69.1 The approved target cost is based on the size of the fleet.lf the size of the fleet varies by plus or minus five percent (5%) vehicle equivalents from the base, an amendment to the contract may be made. The amount of the increase or decrease in the target cost will be computed by determining the historical cost of labor, parts, and sublet for a vehicle equivalent. Vehicle equivalents will be determined based on the attached Maintenance and Repair Factorsdeveloped and submitted by the contractor with the RFP. 69.2 The approved budget may be adjusted by mutual agreement for the second and subsequent years of the Contract. However, escalation of the approved target cost, excluding labor, will not exceed the overall Cost/Price Index (CPI) for Denver, Colorado. Labor cost escalation will not exceed pay raises granted to County employees for the previous year. The request for an increase must be submitted to the controller/contract administrator no later than July 1 each year and will be effective with the next contract period. 70.0 INVOICE Work will be invoiced monthly. Upon completion of each accounting period, the contractor will provide an invoice for that period. The invoice amount will be based on work completed during the accounting period as evidenced by closed work orders. 70.1 The first section of the invoice will be for costs which are applied to target. These costs will be summarized for labor, parts, and sublet. 70.2 The second section of the invoice will be for costs which are applied to additional costs. These costs will also be summarized for labor, parts, and sublet. 70.3 If capital expenditures are being amortized per an approved plan, the third section of the invoice will include an itemized billing for any capital expenditures. County will pay invoice(s) within 30 days of receipt. In the event any item or the final invoice is questioned, payment for the questioned item will be withheld pending verification of the amount claimed. The contractor shall provide complete cooperation during any such investigation. Should the contractor be delinquent with vendors on outside service on parts, the County shall withhold said amount from the contractors invoice to insure that all vendors are kept current. 45 SECTION D ATTACHMENTS 46 FLEET CONTRACT LIST ASSET LOCN DESCRIPTION MANUFACTURER MODEL 04480039 3270 2010 LANDPRIDE MOWER DECK LANDPRIDE RCM5515 04480040 3270 2010 LANDPRIDE MOWER DECK LANDPRIDE RCM5515 15020025 2442 2001 4 DOOR SEDAN FORD TAURUS 15020028 1510 2006 4 DOOR SEDAN CHEVROLET IMPALA 15020029 1510 2009 4 DOOR SEDAN CHEVROLET IMPALA 15020030 3010 2010 FORD FOCUS FORD FOCUS 15040129 2441 1996 TRUCK WA AN BODY GMC VAN BODY 15040134 2646 1997 VAN GMC TG31706 15040177 2120 2002 EVIDENCE VAN FORD E243 15040181 2442 2002 4 DOOR SEDAN FORD TAURUS 15040182 2110 2002 4 DOOR SEDAN FORD TAURUS 15040183 1720 2002 15 PASSENGER VAN CHEVROLET G10 15040208 2120 2003 4 DOOR SEDAN FORD TAURUS 15040219 2110 2004 4 DOOR SEDAN FORD TAURUS 15040225 2120 2005 4 DOOR SEDAN FORD TAURUS 15040234 2120 2006 SPORT UTILITY VEHICLE DODGE DURANGO 15040235 9630 2006 3/4 TON PICKUP FORD F250 15040237 2120 2006 4 DOOR SEDAN CHEVROLET IMPALA 15040239 2120 2006 4 DOOR SEDAN CHEVROLET IMPALA 15040240 2120 2006 4 DOOR SEDAN CHEVROLET IMPALA 15040244 2441 20064 DOOR SEDAN FORD CROWN VICTORIA 15040254 2120 20064 DOOR SEDAN FORD CROWN VICTORIA 15040255 2442 2006 PRISONER TRANSPORT VAN DODGE 3500 HC VAN 15040256 2442 2006 PRISONER TRANSPORT VAN DODGE HC VAN 15040259 2120 20074 DOOR SEDAN FORD CROWN VICTORIA 15040260 2442 2007 SPORT UTILITY VEHICLE HYUNDAI SANTA FE 15040262 2120 2007 SPORT UTILITY FORD EXPEDITION 15040263 2110 2006 TRANSPORT MINI VAN KIA SEDONA 15040267 2110 2007 4 DOOR SEDAN CHEVROLET IMPALA 15040268 2120 20074 DOOR SEDAN FORD CROWN VICTORIA 15040269 2120 20074 DOOR SEDAN FORD CROWN VICTORIA 15040271 2442 2007 TRANSPORT VAN FORD E250 15040273 2120 20074 DOOR SEDAN FORD CROWN VICTORIA 15040276 2441 20074 DOOR SEDAN FORD CROWN VICTORIA 15040277 2122 20084 DOOR SEDAN FORD CROWN VICTORIA 15040278 2122 20084 DOOR SEDAN FORD CROWN VICTORIA 15040279 2122 20084 DOOR SEDAN FORD CROWN VICTORIA 15040280 1510 2008 SPORT UTILITY FORD ESCAPE 15040281 2123 2008 3/4 TON PICKUP FORD F250 15040285 2120 20084 DOOR SEDAN FORD CROWN VICTORIA 15040287 2120 20084 DOOR SEDAN FORD CROWN VICTORIA 15040289 2122 20084 DOOR SEDAN FORD CROWN VICTORIA 15040290 2120 20084 DOOR SEDAN FORD CROWN VICTORIA 15040291 2122 20084 DOOR SEDAN FORD CROWN VICTORIA 15040292 2120 2008 4 DOOR SEDAN DODGE CHARGER 15040294 2122 20084 DOOR SEDAN FORD CROWN VICTORIA 15040297 2120 2009 4 DOOR SEDAN CHEVROLET IMPALA 15040298 2442 2008 TRANSPORT VAN DODGE SPRINTER 15040299 2123 2009 3/4 TON PICKUP FORD F250 15040300 2121 2009 4 DOOR SEDAN DODGE CHARGER 15040301 2120 2009 4 DOOR SEDAN DODGE CHARGER 15040302 2442 2009 TRANSPORT VAN FORD ECONOLINE 15040303 2120 2009 4 DOOR SEDAN DODGE CHARGER 15040304 2120 2009 4 DOOR SEDAN DODGE CHARGER 15040306 2120 20094 DOOR SEDAN FORD CROWN VICTORIA 15040307 2121 20094 DOOR SEDAN FORD CROWN VICTORIA 15040308 2120 20094 DOOR SEDAN FORD CROWN VICTORIA 15040309 2130 2009 PONTIAC G6 PONTIAC G6 15040310 2130 2009 PONTIAC G6 PONTIAC G6 15040311 2120 2009 FORD CROWN VICTORIA FORD CROWN VICTORIA 15040312 2120 2009 FORD EXPEDITION EXPEDITION 4X2 15040314 2120 2009 FORD EXPEDITION FORD EXPEDITION 4X4 15040315 2120 2009 FORD EXPEDITION FORD EXPEDITION SUV 15040316 2120 2009 FORD EXPEDITION FORD EXPEDITION 4X4 15040317 2120 2009 FORD EXPEDITION FORD EXPEDITION 4X4 15040318 2120 2009 CHEVY IMPALA CHEW IMPALA 15040319 2120 2009 CHEVY IMPALA CHEVROLET IIMPALA 15040320 2120 2009 CHEVY IMPALA CHEVROLET IMPALA 15040321 2120 2009 CHEVY IMPALA CHEVROLET IMPALA 15040322 2120 2010 DODGE CHARGER DODGE CHARGER 15040323 2122 2010 FORD CROWN VICTORIA FORD CROWN VICTORIA 15040324 2120 2010 CHEVROLET IMPALA CHEVROLET IMPALA 15040325 2120 2010 CHEVROLET IMPALA CHEVROLET IMPALA 15040326 2120 2010 CHEVROLET IMPALA CHEVROLET IMPALA 15040327 2121 2010 FORD CROWN VICTORIA FORD CROWN VICTORIA 15040328 2120 2010 FORD CROWN VICTORIA FORD CROWN VICTORIA 15040329 2121 2010 FORD EXPEDITION FORD EXPEDITION 15040330 2120 2011 CHEVROLET IMPALA CHEVROLET IMPALA 15040331 2442 2011 DODGE GRAND CARAVAN DODGE GRAND CARAVAN 15040332 2122 2011 FORD CROWN VICTORIA FORD CROWN VICTORIA 15040333 2121 2011 FORD CROWN VICTORIA FORD CROWN VICTORIA 15040334 2121 2011 FORD CROWN VICTORIA FORD CROWN VICTORIA 15040335 2120 2011 FORD CROWN VICTORIA FORD CROWN VICTORIA 15040336 2120 2011 FORD EXPEDITION FORD EXPEDITION 15040337 2120 2011 FORD CROWN VICTORIA FORD CROWN VICTORIA 15040338 2120 2011 FORD CROWN VICTORIA FORD CROWN VICTORIA 15040339 2120 2011 FORD CROWN VICTORIA FORD CROWN VICTORIA 15040340 2120 2011 FORD CROWN VICTORIA FORD CROWN VICTORIA 15040341 2120 2011 FORD CROWN VICTORIA FORD CROWN VICTORIA 15040342 2120 2011 FORD CROWN VICTORIA FORD CROWN VICTORIA 15040343 2122 2011 FORD CROWN VICTORIA FORD CROWN VICTORIA 15040344 2120 2011 FORD CROWN VICTORIA FORD CROWN VICTORIA 15040345 2120 2011 FORD CROWN VICTORIA FORD CROWN VICTORIA 15040350 2110 2012 CHEVROLET IMPALA CHEVROLET IMPALA 15040351 2120 2012 FORD EXPEDITION FORD EXPEDITION 15040352 2120 2012 FORD EXPEDITION FORD EXPEDITION 15061192 2648 2001 MAXI VAN DODGE RAM 15062018 2648 2006 16 PASSENGER BUS THOMAS 041 MS 15062021 2120 2006 16 PASSENGER BUS THOMAS 041 MS 15062028 2648 2006 15 PASSENGER VAN FORD E350 15062029 2648 2006 15 PASSENGER VAN FORD E350 15062030 3210 2007 SCHOOL BUS THOMAS 051 MS 15220089 1720 2000 1/2 TON 4X4 PU GMC TK15753 15220100 1720 2002 1/2 TON PICKUP FORD F150 15220104 2320 2002 1/2 TON PICKUP FORD F150 15220108 4140 2003 1/2 TON PICKUP CHEVROLET CK15953 15220112 1710 2003 1/2 TON PICKUP FORD F29H 15220113 2610 2004 1/2 TON PICKUP FORD F SERIES 15220115 3270 2004 1/2 TON PICKUP DODGE RAM 1500 15220116 9630 2004 1/2 TON PICKUP DODGE RAM 1500 15220117 2510 2004 1/2 TON PICKUP FORD F18F 15220118 4140 2005 1/2 TON PICKUP GMC 1500 15220119 1720 2005 1/2 TON PICKUP DODGE RAM1500 15220120 3260 2005 1/2 TON PICKUP GMC 1500 EXT CAB 15220121 3110 2005 1/2 TON PICKUP GMC 1500 EXT CAB 15220127 2646 2005 1/2 TON PICKUP W/EXT CAB CHEVROLET CK15953 15220128 3220 2005 1/2 TON PICKUP W/EXT CAB CHEVROLET CK15953 15220129 3210 2006 1/2 TON PICKUP FORD F150 15220130 5010 2006 1/2 TON PICKUP FORD F150 15220131 1720 2006 1/2 TON PICKUP FORD RANGER 15220132 1710 2006 1/2 TON PICKUP FORD RANGER 15220133 2610 2006 1/2 TON PICKUP W/EXTENDED CAB FORD RANGER 15220134 3110 2006 1/2 TON PICKUP W/EXTENDED CAB FORD RANGER 15220135 1720 2006 1/2 TON PICKUP GMC 1500 15220136 3110 2006 1/2 TON PICKUP GMC 1500 15220137 3220 2006 1/2 TON PICKUP FORD RANGER 15220138 3110 2006 1/2 TON PICKUP CHEVROLET CK15903 15220139 3110 2006 1/2 TON PICKUP CHEVROLET CK15903 15220140 3110 2006 1/2 TON PICKUP CHEVROLET CK15903 15220141 3210 2006 1/2 TON PICKUP CHEVROLET SILVERADO 15220142 3220 2006 1/2 TON PICKUP CHEVROLET SILVERADO 15220143 3220 2007 1/2 TON PICKUP FORD F150 15220144 1710 2007 GMC 1/2 TON PICKUP GMC CANYON 15220145 3220 2007 1/2 TON PICKUP FORD F150 15220146 3220 2007 1/2 TON PICKUP FORD F150 15220147 2610 2007 1/2 TON PICKUP FORD RANGER 15220148 3210 2007 1/2 TON PICKUP FORD F150 15220149 3230 2007 1/2 TON PICKUP FORD F150 15220150 3240 2007 1/2 TON PICKUP FORD F150 15220151 3230 2007 1/2 TON PICKUP FORD F150 15220152 1720 2007 1/2 TON PICKUP FORD F150 15220153 3220 2008 1/2 TON PICKUP FORD F150 15220154 2320 2008 1/2 TON PICKUP FORD F150 15220155 1720 2009 1/2 TON PICKUP FORD RANGER XLT 15220156 1720 2009 1/2 TON PICKUP FORD RANGER XLT 15220157 1720 2009 1/2 TON PICKUP FORD RANGER XLT 15220158 3220 2009 1/2 TON PICKUP FORD F150 15220159 2610 2009 1/2 TON PICKUP FORD RANGER 15220160 3230 2009 1/2 TON PICKUP CHEVROLET SILVERADO 15220161 3240 2009 1/2 TON PICKUP CHEVROLET SILVERADO 15220162 1720 2010 FORD F-150 FORD F-150 15220163 3230 2010 FORD F-150 FORD F-150 15220164 3230 2010 FORD F-150 FORD F-150 15220165 2320 2010 CHEVROLET SILVERADO 1/2 TON PICKUP CHEVROLET SILVERADO 15220166 1720 2010 FORD RANGER FORD RANGER 15220167 2610 2011 CHEVROLET 1/2 TON PICKUP CHEVROLET SILVERADO 15220168 3110 2011 FORD F-150 FORD F-150 15220169 2510 2011 FORD F-150 FORD F-150 15220170 2510 2011 FORD F-150 FORD F-150 15220171 2510 2011 FORD F-150 FORD F-150 15220172 3270 2011 FORD F-150 FORD F-150 15220173 1720 2012 RAM 1500 RAM 1500 15230043 4140 2000 3/4 TON DUAL FUEL PICKUP W/PLOW GMC TK20903 15230045 1720 2002 3/4 TON 4X4 PICKUP CHEVROLET CK25903 15230046 3240 2003 3/4 TON PICKUP FORD F250 15230047 3240 2003 3/4 TON PICKUP FORD F250 15230050 1720 2004 3/4 TON EXT CAB PICKUP FORD F SERIES 15230051 4140 2007 3/4 TON EXT CAB PICKUP GMC 2500 15230052 3260 2007 3/4 TON PICKUP FORD F250 15230053 3270 2007 3/4 TON PICKUP FORD F250 15230054 1720 2008 3/4 TON PICKUP FORD F250 15230055 3220 2008 3/4 TON PICKUP FORD F250 15230056 3220 2008 3/4 TON PICKUP GMC 2500 CREW CAB 15230057 3270 2008 3/4 TON PICKUP FORD F250 15230058 1720 2008 3/4 TON PICKUP FORD F250 15230059 3210 2008 3/4 TON PICKUP FORD F250 15230060 3270 2009 3/4 TON PICKUP FORD F250 15230061 3220 2010 FORD F-250 FORD F-250 15230062 3220 2011 FORD F-250 FORD F-250 15230063 1720 2011 FORD F-250 FORD F-250 15230064 3210 2011 FORD F-250 W/SNOW PLOW FORD F-250 W/SNOW PLOW 15230065 2123 2011 FORD F-250 FORD F-250 15230066 3230 2011 FORD F-250 W/SNOW PLOW FORD F-250 W/SNOW PLOW 15230067 3220 2011 FORD F-250 FORD F-250 15230068 1720 2012 FORD F-250 FORD F-250 15230069 3270 2012 DODGE RAM 2500 DODGE RAM 2500 15240018 2120 2003 STEP VAN CHEVROLET FT1061 15240019 1760 2007 TRANSPORT MINI VAN FORD FREESTAR 15240020 2646 2004 CHEVROLET VAN CHEVROLET 2500 EXPRESS VAN 15240021 2648 2003 CHEVROLET VAN CHEVROLET 2500 EXPRESS VAN 15240022 3110 2012 FORD TRANSIT FORD TRANSIT CONNECT 15250010 2648 2000 EXPLORER FORD EXPLORER 15250011 2648 2000 EXPLORER FORD EXPLORER 15250012 3110 2002 SPORT UTILITY FORD EXPLORER XLS 15250013 3110 2003 SPORT UTILITY VEHICLE FORD EXPLORER XLT 15250014 1710 2005 ESCAPE 4DR 4X4 FORD ESCAPE 15250015 1720 2005 SPORT UTILITY FORD ESCAPE 15250016 4140 2006 SPORT UTILITY FORD ESCAPE 15250017 4140 2006 SPORT UTILITY FORD ESCAPE 15250018 3110 2006 SPORT UTILITY FORD ESCAPE 15250019 3010 2009 SPORT UTILITY VEHICLE SUBARU IMPREZA 15250020 3110 2009 SPORT UTILITY VEHICLE SUBARU IMPREZA 15250021 1720 2011 JEEP LIBERTY JEEP LIBERTY 15250022 2620 2012 DODGE DURANGO DODGE DURANGO 15250023 3110 2012 DODGE DURANGO DODGE DURANGO 15410034 9630 1991 TANDEM TRUCK TRACTOR MACK RD688S 15410046 3230 1997 TANDEM TRUCK TRACTOR FORD LT9000 15410049 3210 2000 TANDEM TRUCK TRACTOR MACK RD688S 15410050 3210 2001 TANDEM TRUCK TRACTOR KENWORTH W9001 15410052 3220 2003 TANDEM TRUCK TRACTOR FREIGHTLINER FLD120 15410053 3210 2004 TANDEM TRUCK TRACTOR STERLING LT9500 15410054 3230 2004 TRUCK TRACTOR STERLING LT9500 15410056 3210 2006 TANDEM TRUCK TRACTOR MACK CV713 15410057 3220 2006 TANDEM TRUCK TRACTOR MACK CV713 15410058 3210 2006 TRUCK TRACTOR FREIGHTLINER CLASSIC XL 15410059 3230 2007 TANDEM TRUCK TRACTOR STERLING LT9500 15410060 3210 2007 TANDEM TRUCK TRACTOR STERLING LT9500 15410061 3210 2007 TANDEM TRUCK TRACTOR STERLING LT9500 15410062 3210 2007 TANDEM TRUCK TRACTOR STERLING LT9500 15410063 3210 2007 TANDEM TRUCK TRACTOR STERLING LT9500 15410064 3210 2007 TANDEM TRUCK TRACTOR STERLING LT9500 15410065 3210 2007 TANDEM TRUCK TRACTOR STERLING LT9500 15410066 3210 2007 TANDEM TRUCK TRACTOR STERLING LT9500 15410067 3210 2007 TANDEM TRUCK TRACTOR STERLING LT9500 15410068 3210 2007 TANDEM TRUCK TRACTOR STERLING LT9500 15410069 3210 2007 TANDEM TRUCK TRACTOR STERLING LT9500 15410070 3210 2007 TANDEM TRUCK TRACTOR STERLING LT9500 15410071 3210 2007 TANDEM TRUCK TRACTOR STERLING LT9500 15410072 3210 2007 TANDEM TRUCK TRACTOR STERLING LT9500 15410073 3210 2007 TANDEM TRUCK TRACTOR STERLING LT9500 15410074 3210 2007 TANDEM TRUCK TRACTOR STERLING LT9500 15410075 3210 2007 TANDEM TRUCK TRACTOR STERLING LT9500 15410077 3210 2007 TANDEM TRUCK TRACTOR STERLING LT9500 15410078 3210 2007 TANDEM TRUCK TRACTOR STERLING LT9500 15410079 3210 2007 TANDEM TRUCK TRACTOR STERLING LT9500 15410080 3210 2007 TANDEM TRUCK TRACTOR STERLING LT9500 15410081 3210 2007 TANDEM TRUCK TRACTOR FREIGHTLINER CL120 15410082 3230 2007 TANDEM TRUCK TRACTOR FREIGHTLINER CL120 15410083 3220 2007 TANDEM TRUCK TRACTOR FREIGHTLINER CL120 15410084 3230 2007 TANDEM TRUCK TRACTOR FREIGHTLINER CL120 15410085 3220 2007 TANDEM TRUCK TRACTOR FREIGHTLINER CL120 15410086 3220 2008 TANDEM TRUCK W/TANK KENWORTH T800 15410087 3210 2009 TANDEM TRUCK TRACTOR KENWORTH T800 15410088 3230 2010 TANDEM TRUCK TRACTOR KENWORTH T800 15410089 3270 2010 TANDEM TRUCK TRACTOR KENWORTH T800 15410090 3230 2010 TANDEM TRUCK TRACTOR W/HOIST& FLATBED FREIGHTLINER M2112 15410091 3230 2004 TRACTOR TRUCK W/DFI SOIL STABILIZATION SPREADER INTERNATIONAL 7500 SERIES 15410092 3230 2010 FREIGHTLINER FREIGHTLINER M2112 15410093 3270 2009 FREIGHTLINGER FREIGHTLINER M2106 15410094 3220 2012 TANDEM TRUCK TRACTOR KENWORTH W900B 15410095 3210 2012 TANDEM TRUCK TRACTOR KENWORTH W900 15420048 3230 1995 ONE TON TRUCK W/WELDER GMC TC31803 15420058 3230 1999 ONE TON TRUCK GMC TC31803 15420060 3230 1999 ONE TON TRUCK W/WELDER 16830017 GMC TC31403 15420066 3230 2001 ONE TON TRUCK W/DUALS FORD F350 15420068 2610 2001 ONE TON TRUCK WITH SPRAYER CHEVROLET CK36453 15420071 3230 2003 1 TON TRUCK FORD F550 15420072 2610 2003 ONE TON TRUCK W/SPRAYER GMC TW5R042 15420075 3230 2005 BOOM MOWER FORD E578 15420076 3230 2005 ONE TON TRUCK CHEVROLET CK35903 15420077 3230 2005 ONE TON TRUCK CHEVROLET KODIAK 4500 15420078 2610 2005 SPRAY TRUCK GMC T6500 15420079 3230 2006 1 TON TRUCK CHEVROLET SILVERADO 15420080 3230 2008 1 TON TRUCK FORD F550 15420081 3230 2008 1 TON TRUCK FORD F550 15420082 3270 2008 ONE TON TRUCK FORD F577 15420083 2610 2006 ONE TON SPRAY TRUCK GMC T7500 15420084 3240 2008 ONE TON TRUCK FORD F555 15420085 3270 2008 1 TON TRUCK FORD F550 15420086 3230 2008 ONE TON TRUCK FORD F550 15420087 3230 2008 1 TON TRUCK FORD F450 15420088 3230 2008 1 TON TRUCK FORD F550 15420089 3240 4X4 CAB &CHASSIS DODGE 4500 15420090 3240 4X4 CAB &CHASSIS DODGE 4500 15420091 3270 2011 FORD F-450 FORD F-450 15420092 3240 2011 FORD F-450 FORD F-450 15420093 3010 2011 GMC 3500 WITH UTILITY BODY GMC 3500 15430012 3270 1990 DISTRIBUTOR TRUCK GMC TC7H042 15430014 9630 1999 SERVICE TRUCK STERLING L8501 15430015 9630 2000 LUBE TRUCK GMC TC7H042 15430016 9630 2002 SERVICE TRUCK FREIGHTLINER FL80 15430017 3240 2003 TWO TON AUGER TRUCK/WINCH INTERNATIONAL 7300 15430018 3270 2010 FORD F-550 4X4 HEAVY DUTY TRUCK W/ 12'FLATBED FORD F-550 15430019 3230 2010 FORD F-550 FLAT BED WITH TOOL BOXES FORD F-550 15430020 3230 2011 FORD F-550 W/UTILITY BODY FORD F-550 15430021 3260 2011 FORD F-550 W/UTILITY BODY FORD F-550 15430022 3270 2012 TANDEM AXEL TRUCK W/DISTRIBUTOR TANK FREIGHTLINER M2106V 15450015 3230 1991 3 TON BOOM TRUCK GMC TC7H042 15450016 3230 1994 SINGLE AXLE DUMP TRUCK INTERNATIONAL 4700 15450017 3230 1997 SINGLE AXLE DUMP TRUCK FORD F80 15450020 3230 2000 3 TON FLAT BED TRUCK NTERNATIONAL 4700 15450021 3270 2002 TWO TON WATER TRUCK GMC TC7H042 15450022 3230 1994 VACUUM TRUCK W/JET WASHER CHEVROLET KODIAK 15460024 3230 1999 TANDEM DUMP TRUCK STERLING LT9511 15460025 3230 1999 TANDEM DUMP TRUCK STERLING LT9511 15460026 3230 2000 TANDEM DUMP TRUCK/SNOW PLOW STERLING LT9511 15460028 3270 2001 TANDEM DUMP TRUCK W/SNOW PLOW &SANDER STERLING LT9500 15460029 3210 2001 TANDEM DUMP TRUCK FREIGHTLINER FLD112SD 15460030 3210 2001 TANDEM DUMP TRUCK FREIGHTLINER FLD112SD 15460031 3230 2004 TANDEM DUMP TRUCK STERLING LT9500 15460032 3270 2004 TANDEM DUMP TRUCK STERLING LT9500 15460033 3210 2004 TANDEM DUMP TRUCK STERLING LT9500 15460034 3210 2006 TANDEM DUMP TRUCK MACK CV713 15460035 3230 2006 TANDEM DUMP TRUCK MACK CV713 15460036 3230 2007 DUMP TRUCK STERLING LT9500 15460037 3210 2008 TANDEM AXLE DUMP TRUCK STERLING LT9500 15460038 3270 2008 TANDEM AXLE DUMP TRUCK STERLING LT9500 15460039 3270 2008 TANDEM AXLE DUMP TRUCK STERLING LT9500 15460040 3230 2008 TANDEM AXLE DUMP TRUCK INTERNATIONAL 7600 15460041 3270 2008 TANDEM AXLE DUMP TRUCK INTERNATIONAL 7600 15460042 3230 2010 TANDEM AXLE DUMP TRUCK KENWORTH T800 15460043 3230 2011 TANDEM TRUCK W/ROCK BOX KENWORTH T800 15460044 3210 2011 INTERNATIONAL TANDEM TRUCK W/PLOW-SANDER INTERNATIONAL 7600 15460045 3230 2011 TANDEM AXLE DUMP TRUCK FREIGHTLINER M2112V 15470007 3270 2004 PATCH TRUCK FREIGHTLINER FL70 15470008 3240 2004 PAINT TRUCK PETERBILT 15610010 3210 1983 BOTTOM DUMP TRAILER TIMPTE 15610011 3210 1983 BOTTOM DUMP TRAILER TIMPTE 15610016 3210 1988 BOTTOM DUMP TRAILER CLEMENT 4020BHMLP 15610021 3210 1994 BOTTOM DUMP TRAILER RANCO 21-40 15610022 3210 1994 BOTTOM DUMP TRAILER RANCO 21-40 15610024 3210 2000 BELLY DUMP TRAILER TRAIL KING TK54BDU 15610025 3210 2005 BELLY DUMP TRAILER CPS SBD-240 15610026 3210 2005 BELLY DUMP TRAILER CPS SBD-240 15610027 3210 2005 BELLY DUMP TRAILER CPS SBD-240 15610028 3210 2006 BELLY DUMP TRAILER CTS BDT-40 15610029 3210 2006 BELLY DUMP TRAILER CTS BDT-40 15610030 3210 2007 BELLY DUMP TRAILER CTS BDT-40 15610031 3210 2007 BELLY DUMP TRAILER CTS BDT-40 15610032 3210 2007 BELLY DUMP TRAILER CTS BDT-40 15610033 3210 2007 BELLY DUMP TRAILER CTS BDT-40 15610034 3210 2007 BELLY DUMP TRAILER CTS BDT-40 15610035 3210 2007 BELLY DUMP TRAILER CTS BDT-40 15610036 3210 2007 BELLY DUMP TRAILER CTS BDT-40 15610037 3210 2007 BELLY DUMP TRAILER CTS BDT-40 15610038 3210 2007 BELLY DUMP TRAILER CTS BDT-40 15610039 3210 2007 BELLY DUMP TRAILER CTS BDT-40 15610040 3210 2007 BELLY DUMP TRAILER CTS BDT-40 15610041 3210 2007 BELLY DUMP TRAILER CTS BDT-40 15610042 3210 2007 BELLY DUMP TRAILER CTS BDT-40 15610043 3210 2007 BELLY DUMP TRAILER CTS BDT-40 15610044 3210 2007 BELLY DUMP TRAILER CTS BDT-40 15610045 3210 2007 BELLY DUMP TRAILER CTS BDT-40 15610047 3210 2007 BELLY DUMP TRAILER CTS BDT-40 15610048 3210 2007 BELLY DUMP TRAILER CTS BDT-40 15610049 3210 2007 BELLY DUMP TRAILER CTS BDT-40 15610050 3210 2007 BELLY DUMP TRAILER CPS 15610051 3210 2007 BELLY DUMP TRAILER CPS 15610052 3210 2009 BELLY DUMP TRAILER CPS SBD-40 15610053 3210 2012 BELLY DUMP TRAILER MANAC SBD48-QUAD AXLE BELLY DUMP 15620003 3230 1979 END DUMP TRAILER HOBBS 15620009 3230 2009 ROCK END DUMP TRAILER CPS MANAC 15630004 3230 1984 STRETCH TRAILER AZTEC FCBEX 15630013 3260 1992 FLATBED TRAILER W/POWER WASHER BIG TEX 15630025 2610 2006 UTILITY TRAILER CARSON 16 FT 15630026 3230 2007 TRIPLE AXLE FLATBED TRAILER TOWMASTER 50T 15630030 3230 2010 TRIPLE AXLE FLATBED TRAILER FELLING FT-50-3T 15630031 2120 1995 HOMEMADE TRAILER CEASED ASSET 15630032 1720 2009 18'SLOAN KWIKLOAD FLATBED TRAILER KWIK LOAD 18 FT BASIC 15640009 3230 TILT DECK TRAILER TOWMASTER MOO-T40T 15640010 3230 1999 TOW TRAILER SUPERIOR 2DR6M-PM 15640011 3230 1999 TOW TRAILER SUPERIOR 2DR6M-PM 15640013 3270 2000 TILT DECK TRAILER TRAIL KING 32' 15640014 3260 2001 FLATBED TRAILER B-LINE 15640016 3230 2006 TILT DECK TRAILER X-L XLTT40 15640017 3230 2006 DOVE TAIL TRAILER INTERSTATE H CAR HAULER 15640018 3270 2008 TILT DECK TRAILER X-L TT-30 15650007 3220 2002 WATER TRAILER POLAR 7500 GAL 15650008 3220 2002 WATER TRAILER POLAR 7500 GAL 15650009 3220 2002 WATER TRAILER POLAR 7500 GAL 15650010 3220 2006 WATER TRAILER POLAR 7500 GAL 15650011 3230 2007 WATER TRAILER POLAR 7500 GAL 15650012 3230 2007 WATER TRAILER ETNYRE L-2546 15650013 3220 2011 WATER TRAILER POLAR SCX9 15660005 3230 1988 LOW-BOY TRAILER EAGER BEAVER 35-GFGS 15660006 3230 1990 LOWBOY 40 TON TRAILER LOAD KING A03 DEP 15660007 3270 2004 LOWBOY TRAILER TRAIL KING TK70SA 15660008 3210 2006 GOOSENECK LOWBOY TRAILER X-L XL120HDG 15660008A 3210 SECOND TRAILER (PULLS BEHIND 15660008) X-L XL22MB 15660009 3270 2010 TRAIL KING LOWBOY TRAILER TRAIL KING TK110FG 15670008 4140 2000 TWO WHEEL TRAILER HEWCO 15670009 1720 2003 FLATBED TWO WHEEL TRAILER CARSON SU081 15670015 3270 TRAILER 15670016 2648 2010 CARSON CARGO TRAILER CARSON HC081 15670017 3260 2012 ENCLOSED TRAILER CARSON 6X10 CARSON TRAILER 15680001 1720 16'PIPE/UTILITY TRAILER BIG TEX 70PI-16 15680002 1720 12 PIPE/UTILITY TRAILER BIG TEX 70 PI-12 15680004 2121 1994 UTILITY TRAILER BIG TEX 16FT 15680005 2121 1995 TOW-TYPE TRAILER QUIP-NET Q24 15680014 2620 2007 CARGO TRAILER TRAILBLAZER 2750 15680015 2120 2010 CARGO TRAILER HAULMARK GRIZZLEY 15680016 2620 2012 CARSON VAN TRAILER CARSON HIGHWAY CARGO UTILITY TRAILER 15690004 3260 1968 VAN TRAILER BROWN 15690008 3260 1978 TRAILER UTILITY 15690009 3260 1986 TRAILER UTILITY 15710001 3210 2010 WILLIAMSEN QUAD AXLE PUP TRAILER WILLIAMSEN WPSD4F-ST1842 15710002 3210 2012 ULTRA WEB R-WAY QUAD AXLE BELLY DUMP ULTRA WEB R-WAY T4825 15710003 3210 2012 ULTRA WEB R-WAY QUAD AXLE BELLY DUMP ULTRA WEB R-WAY T4825 15810010 3260 2006 BULLDOZER CATERPILLAR D8T 15820102 3220 2001 MOTORGRADER CATERPILLAR 140H 15820111 3220 2003 MOTOR GRADER CATERPILLAR 140H 15820112 3220 2004 MOTOR GRADER VOLVO G720B 15820114 3220 2004 MOTOR GRADER VOLVO G720B 15820116 3220 2005 MOTOR GRADER VOLVO G720B 15820117 3220 2005 MOTOR GRADER VOLVO G720B 15820118 3220 2006 MOTOR GRADER JOHN DEERE 770D 15820119 3220 2006 MOTOR GRADER JOHN DEERE 770D 15820120 3220 2006 MOTOR GRADER JOHN DEERE 770D 15820121 3220 2006 MOTOR GRADER JOHN DEERE 770D 15820122 3220 2006 MOTOR GRADER JOHN DEERE 770D 15820123 3220 2006 MOTOR GRADER JOHN DEERE 770D 15820124 3220 2006 MOTOR GRADER JOHN DEERE 770D 15820125 3220 2007 MOTOR GRADER VOLVO G940 15820126 3220 2007 MOTOR GRADER VOLVO G940 15820127 3220 2008 MOTORGRADER VOLVO G946 15820128 3220 2008 MOTORGRADER VOLVO G946 15820129 3220 2008 MOTORGRADER VOLVO G946 15820142 3220 2009 MOTOR GRADER VOLVO G940 15820143 3220 2009 MOTOR GRADER VOLVO G940 15820144 3220 2010 MOTOR GRADER CATERPILLAR 140M 15820145 3220 2010 MOTOR GRADER CATERPILLAR 140M 15820146 3220 2010 MOTOR GRADER CATERPILLAR 140M 15820147 3220 2010 MOTOR GRADER JOHN DEERE 772GP 15820148 3220 2010 MOTOR GRADER JOHN DEERE 772G 15820149 3220 2011 MOTOR GRADER VOLVO G946 15820150 3220 2011 MOTOR GRADER VOLVO G946 15820151 3220 2011 MOTOR GRADER W/RIPPER VOLVO G946 W/RIPPER 15820152R 3230 2012 CATERPILLAR MOTOR GRADER CATERPILLAR 160M 15820153R 3230 2012 CATERPILLAR MOTOR GRADER CATERPILLAR M160M2 15820154R 3220 2012 CATERPILLAR MOTOR GRADER CATERPILLAR 140M2 15820155R 3220 2012 CATERPILLAR MOTOR GRADER CATERPILLAR 140M2 15820156R 3220 2012 CATERPILLAR MOTOR GRADER CATERPILLAR 140M2 15820157R 3220 2012 CATERPILLAR MOTOR GRADER CATERPILLAR 140M2 15820158R 3220 2012 CATERPILLAR MOTOR GRADER W/RIPPER CATERPILLAR 140M2 15820159R 3220 2012 CATERPILLAR MOTOR GRADER CATERPILLAR 140M2 15820160R 3220 2012 CATERPILLAR MOTOR GRADER CATERPILLAR 140M2 15820161R 3220 2012 CATERPILLAR MOTOR GRADER CATERPILLAR 140M2 15820162R 3220 2012 CATERPILLAR MOTOR GRADER CATERPILLAR 140M2 15820163R 3220 2012 CATERPILLAR MOTOR GRADER CATERPILLAR 140M2 15820164R 3220 2012 CATERPILLAR MOTOR GRADER CATERPILLAR 140M2 15820165 3220 2012 JOHN DEERE MOTOR GRADER JOHN DEERE 770G 15820166 3220 2012 JOHN DEERE MOTOR GRADER JOHN DEERE 770G 15820167 3220 2012 JOHN DEERE MOTOR GRADER JOHN DEERE 770G 15830012 3270 LOADER BOBCAT 843 15830015 3230 1992 FRONT END LOADER CATERPILLAR 950F 15830017 3210 1994 FRONT END LOADER CATERPILLAR 966F II 15830018 3260 1995 LOADER CATERPILLAR 970F 15830019 3230 LOADER JOHN DEERE 624G 15830020 3210 LOADER CATERPILLAR 970F 15830021 3230 2000 SKID LOADER BOBCAT 864G 15830022 3270 2001 FRONT END LOADER NEW HOLLAND LW 170 15830023 3260 2002 FRONT END LOADER VOLVO L220EP/0 15830024 3210 2004 WHEEL LOADER VOLVO L180E 15830025 3230 2005 SKID LOADER BOBCAT T250 15830026 3230 2008 SKID LOADER NEW HOLLAND L185 15830027 3270 2008 LOADER VOLVO VOLVO L090F H/O LOADER 15830028 3210 2007 WHEEL LOADER VOLVO L180E 15830029 2120 BOBCAT SKID LOADER BOBCAT 15830030 3230 2009 VOLVO WHEEL LOADER VOLVO L110FPO 15830031 3230 2010 WALK BEHIND MINI SKID LOADER DITCH WITCH SK650 15830032 3230 2010 VOLVO WHEEL LOADER VOLVO L110F 15840008 3260 1992 TRACTOR LOADER BACKHOE JOHN DEERE 410D 15840012 3230 BACK HOE FRONT WHEEL DRIVE JOHN DEERE 410E 15840015 3230 2002 BACKHOE JOHN DEERE 410G 15840016 3230 2005 BACKHOE 446C CATERPILLAR 15840017 3270 2007 BACKHOE JCB 3CX 15840018 3270 2007 FARM TRACTOR MASSEY-FERGUSON 5465 15840019 3270 2007 FARM TRACTOR MASSEY-FERGUSON 5465 15850009 3260 HYDRAULIC EXCAVATOR HITACHI EX450LC5 15850016 3230 2004 HYDRAULIC EXCAVATOR VOLVO EC210LC 15850017 3230 2004 HYDRAULIC EXCAVATOR JOHN DEERE 160C 15850018 3230 2005 EXCAVATOR JOHN DEERE 160CLC 15850019 3230 2008 TRACK MOUNTED HYDRAULIC EXCAVATOR VOLVO EC330C-LC 15850020 3230 2011 JOHN DEERE EXCAVATOR JOHN DEERE 250G LC 15860005 3230 SCRAPER CATERPILLAR 623G 15860006 3220 2005 ROAD RECLAIMER WIRGEN WR-2000 15860007 3220 2011 BOMAG ROAD RECLAIMER BOMAG MPH 122-2 15860008 3230 2011 CATERPILLAR ROAD RECLAIMER CATERPILLAR RM500 16010006 3230 PORTABLE STEEL WHEEL TANDEM ROLLER FERGUSON 46A 16010007 3230 SHEEPSFOOT COMPACTOR CATERPILLAR 815B 16010015 3230 WALK BEHIND VIBRATORY TRENCH ROLLER WACKER RT 820 16010017 3270 VIBRATORY ASPHALT COMPACTOR CATERPILLAR CB214C 16010018 3230 WALK BEHIND COMPACTOR VIBRATOR WACKER RT820 16010019 3270 STEEL VIBRATORY ROLLER HAMM HD110 16010020 3230 VIBRATORY TRENCH COMPACTOR WACKER RT 82-SC 16010021 3220 2007 STEEL VIBRATORY ROLLER DYNAPAC CA602D 16010022 3230 2008 WALK BEHIND VIBRATORY ROLLER WACKER RT-82SC-RT56-SC 16010023 3230 TRENCH PLATE VIBRATORY COMPACTOR ALLIED 2300 16010024 3270 BOMAG ROLLER BOMAG ROLLER BW190AM 16010025 3230 2009 BOMAG COMPACTOR ROLLER BOMAS BW213DH-4 16010026 3220 2010 SINGLE VIBRATORY HAMM ROLLER-20 TON HAMM 3520 16010027 3230 2012 BOMAG ROLLER BOMAG BW213 PDH-40 16010028 3230 2011 HAMM ROLLER HAMM 3412 16010029 3220 2012 BOMAG ROLLER BOMAG BW27RH 16020004 3220 RUBBER WHEEL ROLLER DOYLE RIP-11 16030003 3230 2002 TIRE ROLLER COMPACTOR DYNAPAC CP271 16030004 3220 2004 TIRE ROLLER COMPACTOR HYPAC C560B 16030005 3270 2005 TIRE ROLLER COMPACTOR HYPAC C530AH 16030006 3220 2009 TIRE ROLLER COMPACTOR BOMAG BW27RH 16050003 3270 USED FABRIC LAYDOWN MACHINE BD400 16050006 3270 ASPHALT PICK-UP MACHINE CEDARAPIDS MS-2 16050007 3270 2002 ASPHALT PAVER/FINISHER CEDARAPIDS CR451R 16050008 3270 ROAD WIDENER MIDLAND WA 16050009 3270 CRACK SEAL MACHINE CRAFCO 125D 16050010 3270 ASPHALT ZIPPER ASPHALT ZIPPER, INC AZ300 16050012 3270 2008 PAVER BOMAG 814-2 16050013 3270 2011 TEREX ASPHALT PAVER TEREX CEDARAPIDS CR462 16050014 3270 2009 STEPP ASPHALT RECYCLER STEPP SRM10X20 16180002 3230 2002 BRUSH CHIPPER VERMEER BC1800A 16180003 3270 2002 BEAR CAT CHIP SPREADER BEAR CAT 199C0412 16410013 3220 1978 TRUCK MOUNTED SNOW REMOVAL UNIT SICARD 8300 16440005 3240 2003 SWEEPER MB 53MH 16440006 3270 2007 STREET SWEEPER ALLIANZ MT350 16440007 3270 2007 BROCE BROOM SWEEPER BROCE RCT 350 16440008 3270 2012 BROCE BROOM BROCE KR350 16440009 3270 2012 BROCE BROOM BROCE KR350 16610002 5010 1969 UTILITY TRACTOR CASE 430 16610004 1720 TRACTOR WITH BROOM AND MOWER ATTACHMENTS JOHN DEERE 955 16610005 3270 TRACTOR WITH LOADER/SNOWBLOWER KUBOTA L4240HSTC 16620005 3230 USED 1987-FORKLIFT CATERPILLAR V160 16620008 3240 FORKLIFT-6000 LB CAPACITY LIFT KING 6M22 16620009 1720 2007 FORKLIFT-3000 LB CAPACITY CLARK C15 16620010 1760 2003 FORKLIFT/PRINT SHOP TOYOTA 7FGU15 16630001 1720 SCISSOR LIFT BIL JAX XLT CAT 23/WORKFORCE 16830011 3230 WELDER HOBART 16830017 3230 WELDER GENERATOR-ON 15420060 RANGER 16830022 3230 WELDER GENERATOR ON 15420086 US WELDING 16830023 3230 WELDING GENERATOR VANTAGE 500 16830024 3230 WELDING GENERATOR LINCOLN VANTAGE 400 16900010 3260 GENERATOR CATERPILLAR 3406P 16900014 3260 DIESEL GENERATOR SET VOLVO-PENTA 400 KW GEN SET 17010015 3230 4" DIESEL DRIVEN TRASH PUMP GORMAN RUPP 17010016 3260 10"WATER PUMP GODWIN CD250M 17010017 3260 AUTO TRASH PUMP GODWIN CD150M 17010018 3260 2005 AUTOMATIC TRASH PUMP GORMAN RUPP PA6A60-4045D 17010019 3260 2005 AUTOMATIC TRASH PUMP GORMAN RUPP PA6A60-4045D 17010020 3260 10"TRASH PUMP GODWIN CD250M 17010021 3260 10"TRASH PUMP GODWIN CD250M COUNT 538 WELD COUNTY ASSETS CHART W STATUS I LOC TITLE ASSET# DESCRIPTION MANUFACTURER MODEL SERIAL# 9630 COUNTY SHOP 16700007 CHALLENGER LIFT CHALLENGER II PLUS 12000 LB 274964A 16700008 FOUR POST LIFT CHALLENGER 4236A 16700009 WIRELESS TRUCK&BUS LIFTS STERTIL KONI ST-1082-2FWA 18000486 7"LUBE TRUCK PUMPS GRACO 225781 18000944 2 POST HOIST MOHAWK LMF12 18000969 HD BRAKE LATHE W/BENCH 18001031 10000 GALLON FUEL TANK-FT LUPTON 18001035 FUEL TANK/DACON0 18001036 ALIGNMENT MACHINE HUNTER 811 DA-CP0162 18001036A UPGRADE TO ALIGNMENT MACHINE HUNTER 811 DA-CP0162 18001037 1000 GALLON FUEL TANK/NEW RAYMER SITE 18001044 10000 GALLON FUEL TANK-NORTH SITE 18001045 10000 GALLON FUEL TANK-NORTH SITE 18001053 ROTARY SCREW AIR COMPRESSOR INGERSOLL RAND 18001055 SPRAY FRONT LOAD WASHER 18001056 PRO LINK PROFESSIONAL SCANNER PRO LINK GRAPHIC 104004 081008986 18001057 DIESEL EMISSIONS OPACITY METER 1667-1020CPCL 10454088M 18001058 DIAGNOSTIC SCANNER VERUS EEMS323 460-VER-501580V TOTAL 9630 PROPOSAL FOR FLEET MAINTENANCE SERVICES Pursuant to your Request for Proposal, tf kntractor identified herein submits this proposal to provide fleet maintenance services for WELD COUNTY, COLORADO. 1 . Contractor is (circle one): An Individual A Partnership A Corporation 2. The name and position of the person duly authorized to represent Contractor regarding this proposal, including negotiation of Contract if Contractor is selected: 3. The name and position of the person duly authorized to execute Contracts on behalf of Contractor: 4. If Contractor is an Individual, complete the following: Contractor is an individual doing business under the name(s): at: in the City of , in the State of The following is a complete and accurate list of the names and addresses of all persons interested in this proposal, or who may represent Contractoregarding this proposal. NAME ADDRESS 5. If Contractor is a Partnership, complete the following: Contractor is a (general) or (limited) Partnership, doing business under the name: at in the City of , in the State of The Partnership was formed on , and the Partnership is recorded in the County of , State of 1 The following is a complete and accurate list of the names: 2 6. If the Contractor is a Corporation, complete the following: Contractor is a Corporation doing business under the name at , in the City of and the State of The Corporation was organized on , and exists under the laws of the State of , in the County of . Mailing address, if different from above, for the correspondence pertaining to this proposal is: 7. Cost Section During the period of the Contract, the Contractor will be reimbursed for all costs actually incurred as specified in the Contractor's proposal and as amended by negotiation. The Contractor's total proposed cost for services and work rendered must be set out specifically in both writing and figures. With respect to the annual target cost and management service fee proposed, the County shall not be responsible for payment of any amounts in excess of the amounts set out in the proposal. In the event that the Contractor incurs costs in excess of the proposed amounts, the Contractor will be responsible for such costs, except as specifically provided for in the RFP. The initial term of the contract to furnish fleet managemeniservices to the County is from October 1 , 2012 to September 30, 2017. The management fees, target costs, and sell rates are to be specifically identified for Weld County. These costs shall be such that should the County accepts the Contractors proposal, the proposed cost for the County is sufficient. The proposed costs for the first twelve (12) months of the contract are as follows. Annual adjustments to the proposed costs will be negotiated in accordance with the RFP. 3 Weld County Est. Parts Costs $ Est. Labor Costs $ Est. Sublet Costs $ Est. Admin Costs $ Proposed Mgmt Fee $ Proposed Target $ words Hourly Sell Rate Light duty vehicles $ words Heavy duty vehicles$ words The Award of the Contract will be made to the most qualified and responsible Contractor in accordance with criteria as outlined in this Request for Proposal. The County reserves the right to reject any or all proposals. The Contractor certifies that he/she has read, understands, and will fully and faithfully comply with this RFP, its attachments, and any reference documents. The Contractor also certifies that the prices offered were independently developed without consultation. All prices quoted must be firm for a period of one hundred and twenty (120)days from the date proposals are due. Should this proposal be accepted, a contract will be prepared ancContractor agrees to execute the agreement(s)with and provide a performance bond to the County within thirty (30) days after being notified of awarding the contract. RESPECTFULLY SUBMITTED, By: Address: Date: 4 RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following addenda to the request for Proposal for Equipment Maintenance Services. Dated Dated Dated Dated Dated Failure to acknowledge receipt of addenda may cause the proposal to be considered non - responsive. Signature Title Date 5 SECTION E ATTACHMENT 6 FLEET CONTRACT LIST ASSET LOCN DESCRIPTION MANUFACTURER MODEL 15040194 2310 2003 3/4 TON PICKUP W/EXT CAB CHEVROLET CK25953 15040222 2310 2005 SPORT UTILITY FORD EXPEDITION 15062011 2310 2005 16 PASSENGER BUS WITH LIFT FORD SRW 15270031 2310 2006 AMBULANCE FORD E350 15270032 2310 2006 VAN FORD ECONOLINE 15270037 2310 2009 AMBULANCE CHEVROLET G4500 15270038 2310 2009 AMBULANCE CHEW G4500 15270039 2310 2009 AMBULANCE CHEVROLET 4500 15270040 2310 2009 AMBULANCE CHEVROLET 4500 15270041 2310 2009 AMBULANCE CHEVROLET 4500 15270042 2310 2009 AMBULANCE CHEVROLET 4500 15270043 2310 2010 AMBULANCE CHEW G4500 15270044 2310 2011 AMBULANCE CHEVROLET G4500 15270045 2310 2011 AMBULANCE CHEVROLET G4500 15270046 2310 2011 AMBULANCE CHEVROLET G4500 15270047 2310 2011 AMBULANCE CHEVROLET G4500 15680008 2310 2003 CARGO TRAILER INTERSTATE TA2 COUNT 17 PROPOSAL FOR BANNER HEALTH PARAMEDIC SERVICES Pursuant to your Request for Proposal, the Contractor identified herein submits this proposal to provide fleet maintenance services for WELD COUNTY, COLORADO. 1 . Contractor is (circle one): An Individual A Partnership A Corporation 2. The name and position of the person duly authorized to represent Contractor regarding this proposal, including negotiation of Contract if Contractor is selected: 3. The name and position of th e person duly authorized to execute Contracts on behalf of Contractor: 4. If Contractor is an Individual, complete the following: Contractor is an individual doing business under the name(s): at: in the City of , in the State of The following is a complete and accurate list of the names and addresses of all persons interested in this proposal, or who may represent Contractor regarding this proposal. NAME ADDRESS 5. If Contractor is a Partnership, complete the following: Contractor is a (general) or (limited) Partnership, doing business under the name: at in the City of , in the State of The Partnership was formed on , and the Partnership is recorded in the County of , State of 1 The following is a complete and accurate list of the names: 2 6. If the Contractor is a Corporation, complete the following: Contractor is a Corporation doing business under the name at , in the City of and the State of The Corporation was organized on , and exists under the laws of the State of , in the County of . Mailing address, if different from above, for the correspondence pertaining to this proposal is: 7. Cost Section During the period of the Contract, the Contractor will be reimbursed for all costs actually incurred as specified in the Contractor's proposal and as amended by negotiation. The Contractor's total proposed cost for services and work rendered must be set out specifically in both writing and figures. With respect to the annual target cost and management service fee proposed, the County shall not be responsible for payment of any amounts in excess of the amounts set out in the proposal. In the event that the Contractor incurs costs in excess of the proposed amounts, the Contractor will be responsible for such costs, except as specifically provided for in the RFP. The initial term of the contract to furnish fleet management services to the County is from October 1 , 2012 to September 30, 2017. The management fees, target costs, and sell rates are to be specifically identified for Weld County. These costs shall be such that should the County accepts the Contractors proposal, the proposed cost for the County is sufficient. The proposed costs for the first twelve (12) months of the contract are as follows. Annual adjustments to the proposed costs will be negotiated in accordance with the RFP. 3 Weld County Est. Parts Costs $ Est. Labor Costs $ Est. Sublet Costs $ Est. Admin Costs $ Proposed Mgmt Fee $ Proposed Target $ words Hourly Sell Rate Light duty vehicles $ words Heavy duty vehicles$ words The Award of the Contract will be made to the most qualifie d and responsible Contractor in accordance with criteria as outlined in this Request for Proposal. The County reserves the right to reject any or all proposals. The Contractor certifies that he/she has read, understands, and will fully and faithfully comply with this RFP, its attachments, and any reference documents. The Contractor also certifies that the prices offered were independently developed without consultation. All prices quoted must be firm for a period of one hundred and twenty (120)days fro m the date proposals are due. Should this proposal be accepted, a contract will be prepared and Contractor agrees to execute the agreement(s)with and provide a performance bond to the County within thirty (30) days after being notified of awarding the contract. RESPECTFULLY SUBMITTED, By: Address: Date: 4 RECEIPT OF ADDENDA The undersigned acknowlecjes receipt of the following addenda to the request for Proposal for Equipment Maintenance Services. Dated Dated Dated Dated Dated Failure to acknowledge receipt of addenda may cause the proposal to be considered non - responsive. Signature Title Date 5 --- s 1861 4,, ft Solicitation#: — B1200101 ` � 's COLNTY Fleet Management Services for Weld County, Colorado > Qi-r17 Yy A C.^n"' P �, � • ..'�tt1'7«55 ,.. ,ry sin >3t Al �v \ fit 1• ' Y V _� 4 L EII IIIE(Ir 1€ _I ,, r 'VI II,ld'lgl Ili iltrr p • r_ — - _. r -a ' rt"t _ .,4.• k � 'it _- ,..ems- - e. ; -_':- z":—.." - • e r- . ,. f r,� w ;� of `iii a • .,.z . t T 7--i- ;,ryam _1 1 3 -, Non-Disclosure a 1 "This proposal includes data that shall not be disclosed outsi e" G't':ty and shall not be duplicated usedf el - -. disclosed—in whole or in part—for any purpose other than- 's proposal. If, however, a contra '4,:,.;t: r awarded to this offeror as a result of—or in connection with,. I.ag lion of this data,Weld County shall bse?. - the right to duplicate,use,or disclose the data to the extent prp,yt c eesulting contract.This restriction z , not limit Weld County's right to use information contained ire .; *. s obtained from another source wttli 1 £.- 1- a yl restriction.The data subject to this restriction are contained f s i : arked with the following legend:Us'z ice' _ disclosure of data contained on this sheet is subject to the res eis e title page of this proposal." 'Y ' [FAR 52.215(e)1,2] 7 � : .. • Submitted by:- - ,. '� • cippG4S In 1)r t=,'fit Services,LLC x` 4860 s c -suite 380 - - . Fort A? rB Phwt{Tr, -.-7::::-"h4..z Fat:84 Email ok' , `r7 re.4s4s.com ` Government Solutions = Copy5of5 a r.- _ . R G4S Integrated Fleet Services, LLC (74.$ 4800 Overton Plaza, Suite 380 Fort Worth, Texas 76109 (817) 377-3844 INTEGRATED FLEET SERVICES g4s-is.com July 30, 2012 Barbara Connolly, Controller/Contract Administrator • Weld County Purchasing Office • 1150 O Street Greely, CO 80631 Subject: Proposal in response to RFP: B1200101 Fleet Management Services Dear Ms. Connolly, On behalf of G4S Integrated Fleet Services, LLC (G4S IFS), I am proud to submit our proposal to perform Fleet Maintenance Services in response to the subject solicitation. G4S IFS acknowledges and understands the requirements,terms and conditions of the RFP. Our proposal conforms to all terms and conditions of the RFP, and we are committed to provide all services and features contained therein. Our proposal contains all technical and cost information requested of offerors in the solicitation and is structured pursuant to the requirements of the RFP. As your current fleet management contractor, G4S IFS has keen insight into the specific needs of your user departments, a working knowledge of the fleet and its unique requirements, and a demonstrated commitment to fulfill your needs. This history of success effectively mitigates the County's future risk.We offer the consistency and flexibility you've become accustomed to,without the expense and upheaval that are typical of phasing-in a new contract. We look forward with enthusiasm to your award decision. If you require any additional information, please contact me via telephone on 817-377-5839 or email at John.Stewart@g4s-is.com. Sincerely, ,01'vviASSitARA±, • John N. Stewart Senior Vice President Fleet Management Services for Weld County, Colorado CL Technical and Fee Proposal Table of Contents List of Illustrations iii Part I Overview of Fleet Management 1 Part Project Work Plan 4 11.1 County Requirements Not Listed in the Statement of Work [RFP 12.2.3] 5 1L.1.1 Safety 5 11.1.2 Fuel Management 6 11.1.3 Technician Training and Certification 6 11.1.4 Vehicle Emissions and Alternate Fuel Vehicle Maintenance;Expertise in Maintaining Flex Fuel, Bodiesel, Etc 6 11.1.5 Road Call 6 11.1.6 Field Maintenance 6 11.2 Facility Maintenance 6 11.3 Security[SOW 38.0] 8 11.4 Preventive Maintenance [SOW 39.0] 8 11.5 Fleet Assessment [SOW 40.0] 9 11.6 Scheduling [SOW 41.0] 9 11.7 User Meetings [SOW 42.0] 11 11.8 Repairs [SOW 43.0] 11 11.9 Warranty Repairs [SOW 44.0] 11 11.10 Re-Repairs/Re-work [SOW 45.0] 12 11.11 Outside Repairs [SOW 46.0] 13 11.12 Vehicle Preparation [SOW 47.0] 13 11.13 Accident Repairs [SOW 48.0] 13 11.14 Parts [SOW 49.0] 13 11.15 Inventory [SOW 50.0] 13 11.16 Repair Orders [SOW 51.0] 14 11.17 Credit Charges [SOW 52.0] 14 11.18 Priority of Repairs [SOW 53.0] 14 11.19 Records [SOW 54.0] 14 11.20 Files [SOW 55.0] 15 11.21 Hours of Service [SOW 56.0] 15 11.22 Investigations [SOW 57.0] 15 Solicitation: B1200101 Page i 'Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal' 02012 0.43 Fleet Management Services for Weld County, Colorado Technical and Fee Proposal 11.23 Waste Management [SOW 58.0] 15 • 11.24 Emergencies [SOW 59.0] 16 11.25 Purchases [SOW 60.0] 16 • 11.26 Quality Assurance Program [SOW 61.0] 16 11.27 Reports [SOW 62.0] 17 11.28 Permits, Licenses, & Certifications [SOW 63.0] 18 Part III Project Organization 19 Part IV Experience and Qualifications 21 Part IV Qualifications of Key Personnel 41 • IV.1 Résumés 41 Part V Fee Proposal 45 Part VI Attachments 53 Part VII Appendix 57 Solicitation: B1200101 Page ii "Use or disclosure of data containea cn this sheet is subject to the restriction on the title page of this proposal.' 0 2012 Fleet Management Services for Weld County, Colorado Technical and Fee Proposal List of Illustrations Figure 1-2. Achievement Award —Montgomery County, MD is recognized as one of the top fleets by Government Fleet Magazine. 3 Figure II-1. Compliance Cross-Reference— G4S IFS offers comprehensive services that address all of the County's concerns. We remain your best-value, lowest risk solution 4 Figure 11.1.4-1. Equipment Certification — We support our customers and our employees with state-of-the-art skills and training. 6 II. 4 G4S IFS continues to support the County's initiatives, including the incorporation of new technologies. 8 Figure 11.6-1. Preventive Maintenance Work Flow— G4S IFS uses a proven, effective process for scheduling preventive maintenance on fleet contracts 10 Figure 11.16.1. Repair Request Form— Our employees understand the importance of documenting customer issues correctly 12 • Figure 11.16-1. Repair Order— We use the FASTER system to maintain work order details 14 Figure 11.23-1, Recycling Results— We are proud of the work we've done to minimize waste, recycle, and otherwise help care for the environment of Weld County 15 Figure 11.26-1. Acceptable Quality Levels— We understand the County's priorities and will continue to meet or exceed the benchmarks. 16 Figure III-1 Staffing Plan —A streamlined, efficient organization with the right skill mix is the key to reliable, successful performance 19 Figure 111-2. Our Employees Make the Difference— The right people with the right skills at the right time is our recipe for success in Weld County 20 Figure IV-1. Experience and Qualifications— Our experience with all types of vehicles and equipment reduces our customers'risk. 21 • Figure IV-2. GFS IFS's Vehicle and Fleet Maintenance and Management Experience— G4S IFS' experience encompasses all aspects of fleet maintenance and management 22 Solicitation: B1200101 Page iii 'Use or disclosure of data contained cn this sheet is sub;ect to the restriction on the title page of this proposal.' cp 2012 Fleet Management Services for Weld County, Colorado ckis Technical and Fee Proposal m„R Part I Overview of Fleet Management Since 1983, G4S Integrated Fleet Services, LLC (G4S IFS) has evolved into an industry leader in fleet management and maintenance. We have earned our reputation for excellence by consistently providing solutions for the problems that confront today's Government and commercial fleets, such as: • • Individual vehicle users require fast, efficient services • There are few, if any, spares available • Vehicle use is high and lifecycles are longer • Repair and maintenance schedules are demanding and volatile • Performance standards are stringent • Support for emergency situations is critical, often at odd hours and for extended periods G4S IFS's experience enables us to minimize costs, maintain flexibility and productivity, and meet all performance requirements. We constantly seek to improve our contract performance by frequently and objectively analyzing our work methods, skill-mix, organizational structure, and labor resources. We rely heavily upon actual cost and productivity data to pinpoint areas for improvement and track industry state-of-the-art innovations that often directly impact fleet readiness. Although many issues facing Weld County are not unique, G4S IFS views each contract and customer as unique; what we do on one contract may not work with another. We evaluate each site on its own merit, weighing potential benefits against risks and costs. When we find areas for improvement, we will discuss potential solutions with you and act upon your input. Using this proactive approach, we take the lead in service quality improvements rather than merely waiting for the customer to make suggestions. G4S IFS offers proven service solutions at a reasonable and realistic price. G4S IFS draws upon our significant experience to achieve each of our customers' objectives. By adopting these objectives as our own and measuring ourselves against them, we ensure that our performance consistently meets or exceeds expectations. Figure I-1, Weld County's Goals, affirms our continuing understanding of the County's goals and lays the groundwork for detailed discussion later in this proposal. • Provide an industry standard level of fleet maintenance Consistent performance,upholding high level performance goals . services to County departments to support the effective including the flexibility to meet special needs without sacrificing delivery of municipal services to the residents of Weld I baseline requirements. County. Provide high quality fleet maintenance services and Our ASE Blue Seal certified operation and dedication to training products. ensures the highest quality. Provide the most competitive prices available. ' Partnerships with suppliers ensure the best pricing and minimizes , carrying costs by consigning inventory. Promote safety in operations. Our exemplary safety record is based on 100%commitment by all , G4S IFS employees and contractors. Ensure that County vehicles and equipment remain safe, Attention to the details and to customer needs remains our primary reliable and function effectively. focus. Accomplish all maintenance and repair actions with Through daily reports and management oversight,our streamlined maximum productivity and quality of work,with the processes are designed to avoid wasted motion and,therefore, minimum use of labor,parts and materials. excess costs to the County. Provide timely,responsive and efficient repairs, including a The well-rounded mix of skill sets of our Technicians ensures that • "quick fix"service at minimal cost. the right skills are available at the right time. Minimize overall repair costs by aggressively identifying Our expert use of the FASTER information system keeps warranty repairs covered by manufacturer or supplier warranties. information up-to-date in real time. • Minimize overall maintenance and repair costs and We always prefer preventive care over repair work,saving money, Solicitation: B1200101 Page 1 "use or disclosure of data contained on this sheet is subject to the reshic:ion oa the tits page of this propose'• ©2012 Fleet Management Services for Weld County, Colorado Technical and Fee Proposal MK„ lengthen the life of vehicles due to systematic care. time,and expenses. Maximize vehicle availability and minimize the incidents of • We review the periodic maintenance schedule and prioritize the equipment breakdowns. most critical equipment consistent with needs and Technician availability. If shop backlogs occur,the Shop Supervisor may send the vehicle to a local repair facility to expedite the repair. Minimize the need for spare, reserve,or backup We consistently meet or exceed the required quality requirements. equipment. • Ensure State mandated safety and emissions As part of our training,we keep up with regulatory requirements. • requirements are met. Provide services in a manner that minimizes We understand the County's needs and schedule operations to inconvenience to customers and promotes a high rate of suit them. ' compliance with service schedules. Purchase quality parts at the least possible cost. We have negotiated the best pricing available with local vendors. In addition,our suppliers have agreed to preposition(consign) parts and materials which helps to reduce the overall price by reducing the transit time to deliver needed spares.One vendor gives an average rebate of$1,600 each quarter,which is returned to the County for its use. Minimize downtime by stocking the proper types and Partnerships with suppliers ensure the best pricing and minimize quantities of parts at the most advantageous locations, carrying costs by consigning inventory. while maintaining the inventory at the most economical • level. Minimize the waste stream due to maintenance and repair We aggressively pursue opportunities to reduce waste. By activities. extending the intervals of oil and filter changes,we have effectively reduced the waste stream by over 30 percent. In addition we contribute to the oil recycling initiative which further reduces waste. Improve the quality of data and availability of information to Our expertise using the FASTER information system is unrivaled support better management decisions regarding the size of in the industry,including our ability to use existing data to look the County's fleet,the types of vehicles purchased in the forward. future, replacement cycles, and other important fleet management considerations. Figure I-1. Weld County's Goals— We have proven our commitment to the goals we share with the • County; that commitment will continue well into the future. It is important to note that G4S IFS has never defaulted on any of its contracts nor have we had a performance bond called. We have a reputation for prompt payment to vendors and service providers— these are major points to consider when evaluating a contractor. We have been providing world-class services to municipal, county and other Government customers for almost 30 years. Our dedication to improving service levels was recently affirmed when for the second year in a row, Government Fleet Magazine identified G4S IFS's Montgomery County, Maryland team as one of the Top 100 Fleet Maintenance Operations in the country. To be named the#22 out of 38,000 active fleet maintenance operations to receive this honor is truly a testament to our commitment to customer satisfaction and quality of operations (Figure 1-2). To effectively partner with our customers, we emphasize transparency in our operations. We will not only provide reports as specified in the Request for Proposal, but will proactively share all performance information. Together, we can identify positive or negative trends, correct or proactively prevent problems, and continually improve the value of our services. Solicitation: B1200101 Page 2 • "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposa.1 ©2012 asFleet Management Services for Weld County, Colorado Technical and Fee Proposal We have a strong track record of implementing cost savings initiatives. G4S <le �zK te.aX' ,i%re,7 ;a" tirt nr7!?' IFS will continue to work with Weld County V; X Management to explore and install industry �r; ` ^;,r :,c •c of r best business practices throughout the program. If desired, G4S IFS will also ` at � i( «ey�Y,',i{'yj7 ?� actively pursue ways to employ the existing v contract to provide alternative revenue sr 0 opportunities for the County. c� l\'toN7Y OM I.R1' COW,:I Y. MARYLAND. t.� DI PT OF GENE RAI SERVICES .E'5,1 Since the County's contract with TECOM in ` M • 2006, continuing through their acquisition by ',4 0 All Star Fleet Services and, finally, the .. Sy rebranding to G4S Integrated Fleet Services, `-- . . - � both parties have benefitted from ;= _� � rM transparent and open communication, focus `n"' '-W. '� ''` 'S` .X. =TOOSe.gb • on results, and implementation of cost- Figure 1.2. Achievement Award—Montgomery saving initiatives. County, MD is recognized as one of the top fleets by While corporate logos and management Government Fleet Magazine. teams change, we are proud that our core • values have remained the same: • Keep a singular focus on customer satisfaction • Be honest and transparent in all we do • Treat our customers' resources like we treat our own • Always find ways to improve G4S IFS and Weld County have enjoyed a long and successful relationship;while other firms may present lower pricing in an effort to obtain this contract, G4S IFS is committed to provide the County the best value, lowest risk, partnership-focused fleet management solution. - "Richard and all of the Fleet Service Staff seem to make us feel like we are the only department in our County,and yet we are among the smallest departement vehicle fleets." , • Mark Ward,F•ARMDI • Coroner,Weld County • FLT_007 • Solicitation: B1200101 Page 3 • "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal." ©2012 Fleet Management Services for Weld County, Colorado atiS Technical and Fee Proposal Part II Project Work Plan As an established Fleet Services contractor, G4S IFS is knowledgeable of the complexities and urgencies that drive day-to-day fleet management decisions. This proposal is based on its experience of providing quality fleet maintenance in accordance with generally accepted best fleet practices. We know that Weld County's fleet is comprised of a wide spectrum of vehicles and equipment including general purpose, emergency, heavy duty, construction, and auxiliary equipment. We understand that these vehicles are essential to the operation of and services provided by the County. Therefore, the fleet must be maintained in the highest practical state of availability. G4S IFS is familiar with all of the work requirements specified in this REP and we are prepared to provide the County with our continued support, including all contract management, shop and administrative labor, licenses and permits, insurance, bonding, and mobile maintenance services. G4S IFS provides a single solution to your maintenance problems. The Project Work Plan is designed to communicate the plans for continuing to fulfill elements of the Statement of Work and address your requirements. Figure II.1 demonstrates that this proposal comprehensively addresses the RFP's requested work elements. Compliance Cross-Reference Proposal Element Proposal Reference Fuel Management 11.1.2 Recycling Action Philosophy 11.23 Use of Synthetic Lubricants 11.4 Electronic Data Systems 11.19 and 11.27 Quality Assurance 11.26 • Warranty Enforcement 11.7 Technician Training,Certification 11.1.3 Safety and Security 11.1.1 and 11.3 Inventory Control,Purchasing 11.14 and 11.15 Compliance with Regulations, DOT Record Keeping, 11.28 Applicable Vehicle Emissions 11.1.4 Coordination with Equipment Users 11.6 Preventive Maintenance 11.4 Outside Repairs 11.11 Facility Maintenance 11.2 Re-Repairs/Re-Work 11.10 Response to Road Calls and Emergencies 11.1.5 Field Maintenance 11.1.6 Expertise in maintaining Flexfuel, Biodiesel,CNG and LNG Fleet 11.1.4 Vehicle and Equipment Downtime 11.26 Figure II-1. Compliance Cross-Reference— G4S IFS offers comprehensive services that address all of the County's concerns. We remain your best-value, lowest risk solution. • Solicitation: B1200101 Page 4 `use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal." ©2012 a as Fleet Management Services for Weld County, Colorado Technical and Fee Proposal 11.1 County Requirements Not Listed in the Statement of Work [RFP 12.2.3] • 11.1.1 Safety Safety of our employees, meeting contract requirements, and the ramifications of accidents are the underlying bedrock of our Safety Program. We take extraordinary measures to provide the safest • environment in which our employees can perform their responsibilities. • Implementation of the Safety Awareness Program—Our culture of safety incorporates specific • County goals and objectives into the program, which emphasizes our commitment, awareness, and dedication to working safely. • Personal Protection Equipment(PPE)—We provide PPE to our employees for their use, including safety shoes, eye glasses, and reflective devices and rain gear. In addition, we furnish the shop with a complete first aid kit and coordinate with the Fire Marshal to inspect and repair any fire extinguishing equipment in the shop area, particularly the welding area. • OSHA Voluntary Protection Program (VPP)—G4S IFS is in the process of becoming VPP-certified at • its corporate office in Fort Worth, Texas and will include all contract sites, including Weld County, in the program. VPP certification is designed to recognize and promote effective safety and health management through a cooperative partnering of management, labor, and OSHA. The goals: • • Improve employee motivation to work safely leading to better quality and productivity • Reduce workman compensation costs • Fewer lost workday injuries We have implemented a safety plan that complies with all OSHA regulations and any other applicable laws effecting employee protection and job safety. This plan will be administered by our Project Manager. The safety plan will include specific procedures and training in the following areas: • Rules of conduct • Housekeeping practices for garage safety • Reporting Injuries/accidents • Fire prevention • Project and Job Hazard Analyses: Common garage hazards and safety precautions (i.e. lifting equipment, tire mounting, flammables, welding and compressed gases, cables and cords, battery • safety, etc.) • Use of personal protective equipment • Proper use of shop tools and equipment • Hazardous material/waste management/environmental protection • Emergency first aid procedures • MSDS location and safety precautions • Safety scorecards G4S IFS provides a comprehensive program to acquaint employees of job hazards. We have a new • employee orientation, Job Hazard Analysis, and pre-employment screening. We emphasize back injury prevention, MSDS sheet and hazardous material communication system, spill response, lock out-tag out program, forklift operations, proper use of special tools and equipment, and welding safety. Our Project Manager will conduct a shop inspection and hold monthly safety meetings to highlight recurring and new topics that affect the local work place. All employees attend periodic"tailgate"safety meetings, which highlight specific safety concerns, and are provided a copy of the monthly Corporate Safety newsletter. Solicitation: B1200101 Page 5 • "Use or discbsure of data contained on this sheet is sub;ect to the restriction on the title page of this proposal." ©2012 CAFleet Management Services for Weld County, Colorado Technical and Fee Proposal G4S IFS employees are eligible to receive an award up to $50 for an injury free year. Additional individual recognition, such as the Gold Coin Award, was recently initiated to recognize a Gold level employee run operation. 11.1.2 Fuel Management We retain records in FASTER of all fuel consumed for each vehicle. This helps the various departments to determine the uneconomical equipment, highlight potential fraud, waste and abuse, and helps to determine reliable budgeting for each using department. 11.1.3 Technician Training and Certification G4S IFS is a strong advocate for Technician training and certification. At present we have 2 ASE certified Master Technicians at the contract and nearly 70 percent of the technicians have one or more ASE Certificates. We have a system for rewarding technicians who successfully pass an ASE examination. 11.1.4 Vehicle Emissions and Alternate Fuel Vehicle Maintenance; Expertise in Maintaining Flex Fuel, Bodiesel, Etc. G4S IFS is an industry leader in providing maintenance for alternate fuel vehicles and * x x*.****;**, *,x***,.,**. 41 4 emissions control for the fleet. Our Shop Supervisor is certified to operate the IM240 system in concert ; certificate of Compjetjo with the Colorado Air Care Program and the state 11 inspection parameters (Figure 11.1.4.1). ` North Front Range IM240 Series k 11.1.5 Road Call xt i1734 ani 41 Our Project Manager, Service Advisor, and the Shop ) Richard gaona Supervisor alternate standby duty for emergency crqhas ontycanplaed the M1'R-101 throiqhA'fR 01 series of IM240 classes road side service after normal business hours. We ,) 6�` °�Q I,;4 keep one individual available to respond at any time 24 hours a day, 7 days a week. In addition, we use a k : system by xA �M.are county-provided radio that is monitored c,ge% r ° our service trucks and lubrication technician, whowin^f r=t'= try r can respond to most situations. We also maintain a contract with Superior Towing, a local operator with Figure 11.1.41. Equipment Certification — We experience in providing such services in the Greeley support our customers and our employees with area. state-of-the-art skills and training. 11.1.6 Field Maintenance We have over six years'experience in operating two mobile service trucks and one lubrication truck. Our Technicians monitor the Preventive Maintenance schedule and notify the various departments, such as the road grader department, whenever a piece of equipment is nearing a 40 hour advance notice of PM requirement. This allows our Technicians to preplan any activity necessary to be performed at locations up to 100 miles away from the shop. Service trucks are equipped with needed tools and parts, and Technicians are trained to perform most non-scheduled maintenance such as air conditioning maintenance, fan clutch maintenance, and some heavy repairs such as transmission changes. 11.2 Facility Maintenance Use of shop facilities and installed equipment: • G4S IFS will provide onsite fleet maintenance at the County-owned Maintenance Facility, which we will lease for$1.00 per year. • We agree to accept the facilities in "as-is"condition. Solicitation: B1200101 Page 6 "use or disclosure of cata contained on this sheet is sub ect to the restriction on the title page of this proposal" ©2012 Fleet Management Services for Weld County, Colorado (745 Technical and Fee Proposal • We will only use the facility for work on vehicles or equipment owned or leased by the County, unless otherwise directed by the Contract Administrator, and will not sublease the facility. • Within 10 days of award, we will perform a complete physical inventory of assets, office and shop equipment. We will submit findings to the County within five days from the completion of the inspection. • The joint inspection will be repeated annually. • • G4S IFS will provide written acknowledgement of receipt and accept responsibility for County assets. Upon contract completion, we will return County assets in the same condition in which they were provided, less normal wear and tear, and agree to replace any stolen, missing, or destroyed assets. • The County will supply all utilities for our use, excluding long distance and other toll calls. We will adhere to the energy conservation plan, consistent with County policies. Garage and equipment maintenance and repair: • The County will be responsible for the maintenance and repair of County owned facilities, grounds and equipment that are provided to G4S IFS. We will exercise care and good judgment in the use of these assets, including normal shut down and cleanup procedures after use. The County will deduct repair expenses for any damage to County assets that are the result of our misuse or negligence from • payments made to us. G4S IFS will notify the Contract Administrator immediately of any asset that requires maintenance, repair or replacement. The County will establish replacement schedules for all equipment. The Contract Administrator will document G4S IFS's care of facilities and equipment during the annual facility inspections. We will not modify or make additions to any facility without prior written approval of the Contract Administrator. • G4S IFS will be responsible for preventive maintenance and normal operator maintenance of all the garage equipment owned by the County, such as compressors, lifts, overhead doors, etc., and will inform the County immediately upon determining that any element of the garage or its contents is in need of repair. • In the event that facility features, utility systems, equipment, furnishings, and other assets are damaged by G4S IFS or by a subcontractor under any agreement resulting from this RFP, they will be restored to their pre-damaged condition at no additional cost to the County. • G4S IFS will be responsible for exterior and interior housekeeping and supplies, including janitorial • services. • Garage equipment changes and replacement: • G4S IFS will provide our technicians' hand tools. We will work with the equipment available at the County's facilities and will not be provided with additions to the facility equipment to fulfill the requirements of this RFP. • G4S IFS may provide additional equipment at our own expense to improve maintenance productivity, and will notify the Contract Administrator when such additions are made. If necessary, we will recommend additional shop equipment required and, if approved by the Contract Administrator, these items will be added to the inventory of items that are our responsibility as they are put into service. • The County may periodically replace equipment, tools, or furniture as needed. The inventory of items for which G4S IFS will be responsible will be amended to reflect these changes. • G4S IFS will be responsible for security of all properties and assets designated for our use or management. We may install additional security and locks at our own expense, provided that we seek and receive the County's permission in advance and provide the Contract Administrator with copies of • all keys and security codes. Solicitation: B1200101 Page 7 "Use or aiscbsure of data contained on this sheet is subject to the restriction on the titie page of this proposal." ©2012 Fleet Management Services for Weld County, Colorado Technical and Fee Proposal 11.3 Security [SOW 38.0] G4S IFS will be responsible for damage or loss of County owned vehicles and equipment that are under our control, except to the extent that such loss or damage is caused by or due to acts or omissions of the County, its officers, agents, or employees. • We will assure that the facility is free of illegal substances, alcohol, and firearms by our personnel. We will also assure that information about marked and unmarked emergency vehicles is kept confidential by our employees. G4S IFS quickly responded to Weld County Paramedics' security needs by implementing a secure parking location designated for ambulances via signs and painted stripes. These security measures were taken after a County audit of their ambulance department. G4S IFS staff worked with auditors to insure that all security risks were addressed carefully and quickly. 11.4 Preventive Maintenance [SOW 39.0] The purpose of Preventive Maintenance (PM) is to maximize a vehicle's availability, operating efficiency, and service life while minimizing unscheduled breakdowns and safety hazards. G4S IFS will perform regularly scheduled maintenance actions in accordance with industry best practices and manufacturers' guidelines to ensure that all vehicles are available in a safe, operable condition and fully capable of performing their function of intended use. We are currently using classic "A, B, C"type PM cycles, which are designed to appreciate the differences between light-duty and heavy-duty vehicles, and realize the savings associated with the introduction of synthetic oil. For example, at a 4,000 mile"A" inspection, a light-duty vehicle received a full safety inspection: • Tires—Record tread depth of all tires (a minimum of 4/32 tread depth shall be maintained) • Lights—Exterior and interior lights and • gauges • • Windshield wipers • Fluid levels and leakage • . • Battery and charging system; also, clean terminals and check cables • • Heating/air conditioning system • • Steering and suspension systems • Frame, cross members and body r - joints - • Drive shaft/U-joints/CV joints and boots • Inspect critical components (such as hoses and belts); replace any worn or damaged components • Inspect vehicle appearance (body damage, rust, and interior condition, etc.) II. 4 G4S IFS continues to support the County's initiatives, • Lubricate chassis, hinges, locks, etc. including the incorporation of new technologies. Solicitation: 81200101 Page 8 "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal." 02012 cpFleet Management Services for Weld County, Colorado Technical and Fee Proposal • Emission controls—Service • • Brake inspection—Record remaining life (7 (replace worn, damaged, or leaking --- - • components) "On behalf of the City of Pembroke Pines Fire Rescue Department, • Cooling system (service if needed) thank you for the service that you provide. It has always been a pleasure to work with you and your team and 1 highly recommend G4S • Starter/charging system (check and repair or Integrated Fleet Services LLC." replace deficient components) John Picarello • Inspect air cleaner element and replace, if Fire Chief,City of Pembroke Pines,FL needed • Vehicle identification packet(vehicle registration, accident forms and insurance FL?001 certificate and information) • Operational components, boom, buckets, electrical outlets and sub outlets. operations switches and control panels • Exhaust system and exhaust hangers and clamps • Oil sampling* *N0TE: Typically, oil is not changed in this cycle due to our introduction of and success with the use of synthetic oil. Oil sampling has become a "must have" in today's fleet world. Managing a fleet through sampling allows G4S IFS staff to monitor engine wear and other components before major part failure. Sampling has allowed our staff to capture internal leaks due to head gaskets, high dirt content, and filter and fluid break down. This insures that our extended services are meeting expectations. • In a typical "B"PM at 12,000 miles, a vehicle is inspected as above, but we also change the oil. G4S IFS relies on manufacturers' standards on service intervals. With manufacturers utilizing synthetics oils in transmissions and other components, G4S IFS has extended fluid changes to 100,000 miles as. This aggressive attention to technology allows G4S IFS to save customers money and insure that contract needs are met. The "C"cycle, typically performed at 24,000 miles, includes: • Rotate and balance the tires • Service the wheel bearings • Scope the engine • Service the automatic transmission (includes adjustment, fluid change and filter per manufacturer's specifications) • Tune engine and test emissions • Drain and refill transfers and differentials • Other statutory inspections and tests that maybe required and retain such records for the required time. G4S IFS maintains non-vehicular equipment in compliance with vehicle/equipment manufacturers' and the County's specifications for hourly-based maintenance. 11.5 Fleet Assessment [SOW 40.0] When the County selects G4S IFS to continue Fleet Management services for the new contract term, we will discuss the need for this activity with the County. If the County decides that the assessment is necessary, we will complete the assessment per the RFP's requirements. 11.6 Scheduling [SOW 41.0] Scheduling is the key to ensuring that PM Inspections are performed on time, every time, and that our activities do not unnecessarily interfere with County operations. The flow chart in Figure 11.6.1, Preventive Solicitation: B1200101 Page 9 'Use or disclosure of data contained on this sheet is subject to the restriction on the tile page of this proposal. ©2012 ajFleet Management Services for Weld County, Colorado Technical and Fee Proposal Maintenance Work Flow, shows our scheduling and execution process for PMs. I Project Manager& Contract Administrator Schedule PM I I i is'Notification Responsible I i Department Notified l I 2`°Notification Is Vehicle `5, No Responsib.e Delievered? p • .� Department Past Due ' PM Notified Yes • i i 3"Notification Technician Performs Yes Is Vehicle No • PM Inspection ~-1'-. Delivered? -Pc Conrad Administrator Notified of I —raracomt Past Due PM Yes i Additional ::- Yes z Repairs PM RIO New R/O Opened y Copy to Responsible Required? Closed for Repairs Department Manager No Potentially Places I Repairs All Repairs as 1 R/O Closed '-* Completed - Non-Target Due to Abuse II Operator Notified rf 12-FIT_o5_Weld County CO_001 Figure 11.6.1. Preventive Maintenance Work Flow— G4S IFS uses a proven, effective process for scheduling preventive maintenance on fleet contracts. Solicitation: B1200101 Page 10 "Use or disclosure cf data conta'^ed on this sheet is subject to the restriction on the title page of this proposa." ©2012 Fleet Management Services for Weld County, Colorado cyj Technical and Fee Proposal Notification and Follow-Up—G4S IFS will provide the Contract Administrator with PM schedules that enable a minimum of 21 days' notice to vehicle users. We will work with the County to ensure that vehicles are delivered on time. Missed Appointments—Vehicles that fail to show up for PM Service when scheduled are rescheduled and the missed PM is noted on our Daily Report. A comprehensive listing of all missed PMs will be included on our Monthly Report. Those vehicles or activities which fail to appear on the rescheduled date will be reported to the Contract Administrator. Vehicle Completion—G4S IFS will notify the vehicle user when the work is completed. We also notify the User Department of needed repairs discovered in the process of servicing the vehicle. Whenever practical, such repairs are performed at the time of discovery, unless abuse is suspected or when said repairs cannot be completed within the established turnaround time for PM Service. No vehicle will be returned to the user if a safety defect exists. However, non-safety-related repairs may be deferred and rescheduled at a later date if they cannot be reasonably accomplished in conjunction with the PM Service. 11.7 User Meetings [SOW 42.0] G4S IFS will continue to conduct separate periodic user meetings with departmental representatives of the County. The meetings will include all users and follow a published agenda approved by the Contract Administrator. 11.8 Repairs [SOW 43.0] G4S IFS will make specific repairs to vehicles and equipment that have been identified during PM inspections, reported by users, or by breakdown or malfunction. Repairs are made as required; we will work closely with the County to limit the nature and extent of repairs to those which are consistent with the specific vehicle age, mileage, cost-to-repair, and OEM standards criteria. The County will provide a list of equipment which is expected to be surplus. Any repairs on these vehicles must be approved by the individuals designated by the Contract Administrator. All welding will be performed by the County. Any repairs estimated to exceed $1,000 for light-duty vehicles and $2,000 for heavy-duty vehicles, based on the repair cost reported on the work order, will be analyzed to determine the repair's cost effectiveness and must be approved by the Contract Administrator. G4S IFS will provide road service calls, including towing service for vehicles in the fleet, and have persons on call to expeditiously repair vehicle breakdowns or respond to emergencies. We will tow any County- owned or leased vehicle requiring this service, regardless of whether or not the cause is an authorized repair or another incident. We will provide a Quick Fix function for light repairs requiring less than one hour duration when the vehicle operator chooses to wait for the service and to the extent a Quick Fix is reasonably practical. Vehicles repaired under Quick Fix will be moved to top priority. Except as noted in RFP, cleaning, and fueling of vehicles are not included under this RFP. • When a vehicle that is in for any maintenance or repair will be detained for more than 24 hours; we will notify, by telephone, the individuals designated by the County, and provide estimated down time. 11.9 Warranty Repairs [SOW 44.0] G4S IFS will administer all warranties, both for vehicles and parts, associated with maintenance and repair of the County fleet. We will seek authorization and reimbursement from various vehicle and equipment Solicitation: B1200101 Page 11 "Use or disclosure of data contained on this sheet is subject to the resirictbn on the title page of this proposal" 2012 Fleet Management Services for Weld County, Colorado cyj Technical and Fee Proposal manufacturers to perform warranty work on County-owned equipment. All work orders associated with warranty work will be net of warranty repairs, including parts and labor. At the time of equipment delivery, we update the FASTER information system with warranty information. The Warranty Information tab includes fields for monitoring warranty status information. 11.10 Re-Repairs/Re-work [SOW 45.0] G4S IFS remains committed to providing the highest quality maintenance and repair services; our reputation depends on it. Pride in our work is encouraged in each of our employees from day one with G4S IFS and is a matter of survival in the competitive contracting market. Therefore, our motto is that we fix the problem the first time. All work is performed by competent technicians that possess the necessary skills, knowledge, and certifications to accomplish all repairs with a guaranteed workmanship clause, which simply states that we warranty all our work and will re-perform any defective or negligent repairs at no cost to Weld County. A sample repair request form is depicted in Figure 11.10.1, followed by a sample repair order(Figure 11.164). As we have in the past, G4S IFS will track and identify G4S INTEGRATED FLEET SERVICES multiple repairs for the same deficiency on the same ..rrent 5“ 00 5'0 Mks } .«C „l. 7ia, 'l2_ vehicles and will not include Mn a wnx am.E a oawa.mr a in the monthly statement costs for re-repairs occurring ' "" E M , , a� ""`�"°° . m „ ""before the next scheduled S. repair time after the original i repair. We will report all re- r; I;m.,,,, repairs due to defective parts, P ,..On./E.� unsatisfactory work or "" "°'"' ^r ` ' warranty items to the Contract `""" ; wa s:,"7' w"1 `""o;, s< / Administrator. Work orders for "'�"` ' / Sine pp / `i s< A - s^ ,cs�z the re-repair will be examined r ,��one 777 . 7777 by the Contract Administrator/designee to Figure 11.16.1. Repair Request Form — Our employees understand • determine appropriate action. the importance of documenting customer issues correctly. G4S IFS will provide all • maintenance and repair services to ensure safe and reliable operation of vehicles and equipment, with a minimum of further unscheduled maintenance for repeated repairs for the same deficiency. Rework will receive higher priority than routine work, exceeded only by security, priority, or emergency vehicles/equipment. We acknowledge that numerous instances of re-repair may be cause to terminate the contract. If a Manufacturer's Warranty for new or rebuilt components is longer than those stated above, the longer warranty period will be applied for any such repairs. The schedule for re-repair will be as follows: • Engine repair-6 months/6,000 miles • Transmission repair- 12 months/30,000 miles • Brake repairs—3 months/4,000 miles • Tune up—6 months/6,000 miles Solicitation: 51200101 Page 12 "Use or disclosure of data contained on this sheet is subect to the restriction on the title page of tots proposal." ©2012 a.5 Fleet Management Services for Weld County, Colorado Technical and Fee Proposal • General Repair-3 months/4,000 miles • Electrical Components—30 days • Others (tires, etc.)—mutually determined 11.11 Outside Repairs [SOW 46.0] G4S IFS will continue to arrange and manage outside repairs, using our established network of reliable vendors and the subcontracting plan currently in use in the County. We will periodically review the plan and work with the County to make any necessary adjustments. The plan includes managing all invoicing and ensuring that our vendors are paid in a timely fashion. At present, we utilize outside vendors only when the shop schedule is full; our list of approved vendors is maintained in the FASTER information system. 11.12 Vehicle Preparation [SOW 47.0] G4S IFS will prepare newly acquired vehicles for service within 5 working days of receipt, including contract specification inspection for compliance, installation and transfer of special equipment, installation of tags, • decals, and coordination of radio installation. We will use the existing checklists for commissioning new vehicles and maintain the vehicle history reports n hard copy or electronically as to provide summarized details of the vehicle. Tags, decals, and license plates will be provided by the County. We will prepare vehicles to be sold for disposal, including emission testing, cleaning, removal of decals and special equipment, and other paperwork. Any repairs necessary for surplus vehicles to pass emissions must be authorized by the Contract Administrator. When a vehicle is purchased or sold, tracking, policies and practices of the County shall be adhered to. Vehicle preparation and disposal services are included in target costs. 11.13 Accident Repairs [SOW 48.0] G4S IFS will process accident, abuse, and vandalism repairs, including appraisals, obtaining repair bids, transportation of vehicle to/from repair site; repair quality, timeliness of the repair, and provide administration, including the payment of invoices for outside repairs. When possible, we will obtain three competitive bids. The Contract Administrator will classify and validate and repair categorized as an • Accident. All equipment submitted to the shop for repairs that are identified or suspected of being an accident or operator abuse will be reported to the Contract Administrator. Cost associated with repairs for accidents, vandalism, and operator abuse have not been included in the target costs. 11.14 Parts [SOW 49.0] G4S IFS will continue to furnish all parts, fluids, and supplies necessary to maintain and repair vehicles and equipment. All parts installed will meet OEM specifications. The County shall approve new product lines before introduction into the parts supply. Parts installed on vehicles and equipment will be identified by part number and cost on the repair order for the appropriate assignment. Any discounts for core charges will be applied to the same work order as the replacement part. Any discounts on parts will be passed through either as an immediate reduction in the price charged for the part or as a quarterly deduction on the invoice. Any payments for scrap will be paid to the County. All vendors for parts will be paid by G4S IFS and will not become past due. 11.15 Inventory [SOW 50.0] G4S IFS will purchase and maintain an adequate parts inventory that will be charged back to the County on an as-used basis. All parts will be charged at our acquisition cost with no mark-up. Solicitation: B1200101 Page 13 `Use or disclosure of data container on this sheet is sub;ect to the restriction on the title page of this proposal." ©2012 czarsFleet Management Services for Weld County, Colorado Technical and Fee Proposal We will continue to use the FASTER information system to monitor and control the parts inventory. FASTER is capable of generating a complete inventory by part number, name, use and costs, a usage rate history for normally stocked items, and is capable of reporting same. Because we are consigning 100% of the parts, upon completion or termination of the contract there will be minimal, if any, parts for the County to purchase. When the County selects G4S IFS to continue in the new contract term, we will discuss the need for a joint inventory. If the County elects to perform a joint inventory, we will conduct it per the RFP requirements. • 11.16 Repair Orders [SOW 51.0] G4S IFS will document all work we perform on the County fleet on a repair order. A repair order with a unique order number will be opened when work is requested. All parts, supplies, sublet, and labor used to perform work on the County fleet will be accounted for on the repair order and the technician(s) performing the work will be identified by name. When parts are used that do not come from shelf stock; a copy of the parts invoice from the parts supplier will accompany the closed repair order. When the work is completed and costs accounted for, the repair order will be closed and printed. A signed copy of the repair order, the • repair request, and any required Work Order Repon-WO#OOO0G40349 ease'of! authorizations will be placed in the unit file. „,,,,,,, The FASTER information system contains all :Z r, tt ow,:r * * • F>....r.o 0000040349 required codes to fulfill tracking and trending of �t requirements. ••-•• 11.17 Credit Charges [SOW "' 52.0] • G4S IFS will continue to track credit charges •.. "' " .;,, to the user departments by obtaining """"' FASTER reports designed for this purpose. We are able to indicate exactly what work "' "" was performed for each vehicle and sort the .•�- _. �..:..:._ report by department. n,., • 11.18 Priority of Repairs [SOW ,,,, 53.0] _ .... - G4S IFS will continue the currently "'°" established repair priority system, which -V4Order Tow:55.0E provides services equally for all County .n, vehicles. The Contract Administrator for the `"w;;ems',..„„•„„ County may direct other priorities on a case ,,,.5 11.1 n,:• by case basis. r ""` 11.19 Records [SOW 54.0] E:c,•C:Nsanw.Wand Rnmg.,agu:iar.ACCVON1,NG.App,.,,ion Dm`CCOSys¢m,Inc'FASTER` 7O3/2012 • Upon prior notice, G4S IFS will provide the Figure 11.16-1. Repair Order— We use the FASTER County's authorized representative(s) system to maintain work order details. access at all reasonable times to all electronic and hard data, books, records, correspondence, pay records, instructions, plans, drawings, receipts, vouchers, and memoranda of every description, and shall provide to the authorized representative(s) cost verification of work. All records shall be considered open records under Colorado state law. All maintenance and repair information on County Solicitation: B1200101 Page 14 `Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.' ©2012 Fleet Management Services for Weld County, Colorado Technical and Fee Proposal vehicles shall be County property and will be turned over to County upon completion of the contract in a usable format for county history. We will maintain the official and inspection maintenance records in accordance with DOT regulations. G4S IFS has provided and maintains the FASTER information system for an automated record keeping and reporting system for all services being contracted. FASTER provides records of all maintenance and repair activities performed for each vehicle or piece of equipment, and includes summary information on the maintenance and repair history of each vehicle or piece of equipment. We will provide the County with • basic access to the computer information system and will provide requested user training. 11.20 Files [SOW 55.0] G4S IFS will continue to update and provide a complete file of service manuals, service bulletins, lubrication charts, reports, and other information needed to properly service and repair the County fleet, and will maintain a vehicle history report for each vehicle. This report contains, in chronological order, in- processing information and all repair orders generated on the vehicle. 11.21 Hours of Service [SOW 56.O] Thank you for nn.l,ngix 645 Wonted Fie.,Srn,=m.LIZ The County Vehicle Maintenance Shop 1399MCM1,),nn 10631 •ary yY6.n en currently operates Monday through Friday """`° Dote]u+.192,2912 from 6:00 am to 6:00 pm on days the County �.1/1/2011 to 12131/2011,c RECYCLING y olected 1,511 tons UPDATE From ckhk�v.e-the offices are open for business. Winter snow �.,f a mutat=sized l.c,M f.d9 cowed 2 21B fed d.Wi YOU Traded 113,9 putl.,na,a�X rw<m,riMla6 nckWd. removal operations are undertaken upon .o„ �,o notification by the County's Snow Desk. .w , i., �, �9 a9' -�. _ X.- 2:tl AXIOM. ,,.........1 11.22 Investigations [SOW =:mow: mm"� :45...2.552.01 57.0] -0.20e 555.rtrr p40 pap., G4S IFS will support the County with �"�� technical investigations related to the automotive fleet. Such investigations may support accident, fire, or other issues of a technical nature. ^n a.vyM tinwa 11.23 Waste Management """`"[SOW 58.0] G4S IFS will remain responsible for disposal of surplus, salvageable material, waste and • hazardous wastes generated in performance • of fleet maintenance services. We will „n dispose of all wastes in conformance with the Resource Conservation and Recovery Figure 11.234, Recycling Results— We are proud of Act as amended. Before the contract is the work we've done to minimize waste, recycle, and initiated, we will provide the County with our otherwise help care for the environment of Weld updated, written plan for the disposal of County. wastes including the storage, transportation, treatment, and disposal. Any deviation from Solicitation: B1200101 Page 15 'Use or disclosure of data contained on this sheet is subject to the restriction on the tide page of this proposal' 02012 Fleet Management Services for Weld County, Colorado a is Technical and Fee Proposal the plan will require written consent of the County. An example of what we've done is depicted in Figure, 11.23.1. 11.24 Emergencies [SOW 59.0] G4S IFS will mobilize the shop and provide repair and maintenance services for the duration of emergency situations, including adequate staffing to ensure continued vehicle operations at a level determined adequate by the County. Such circumstances may occur outside normal hours of operation and can involve any number of employees, equipment, and vehicles. Labor costs incurred during emergency situations are considered additional costs. • 11.25 Purchases [SOW 60.0] G4S IFS will continue to provide significant assistance to the County in identifying and preparing purchase specifications for additional or replacement vehicles and service equipment. We will also develop and submit a recommended Shop Equipment Replacement Plan that discusses market value and turnover timing. In addition, we will assist the County with inspections and assessments of used vehicles and • equipment under consideration for purchase or lease. 11.26 Quality Assurance Program [SOW 61.0] G4S IFS will maintain the Quality Assurance Program currently in use for the repair and maintenance of the County fleet. The program incorporates performance incentives based on acceptable quality levels with a system of liquidated damages for failure to meet these standards. These standards are based on a series of three-month periods and if any liquidated damages will be applied to the target cost quarterly basis. Figure 11.26-1,Acceptable Quality Levels, depicts the acceptable quality levels for fleet availability/down time. Category Minimum Acceptable Penalty Fleet Availability (°/0 of Management Fee) Administrative Vehicles 95% 3% • Emergency Vehicles 97% 5% Light-duty Maintenance&Service Vehicles 95% 3% Specialty Equipment 97% 5% Construction Equipment 93% 2% Heavy-duty Trucks 93% 2% I Grounds Maintenance Vehicles 93% 2% Figure 11.26-1.Acceptable Quality Levels— We understand the County's priorities and will continue to • meet or exceed the benchmarks. We understand that: • Consistently high downtime will be grounds to terminate the contract. • The County reserves the right to request an independent auditor to review our capability to report on the proposed performance standards, and G4S IFS will address any concerns raised by the audit. • We will address any concerns of the equipment users about services provided in an honest and • straight-forward manner. • We will address any written complaints of specific incidents in writing within two working days. A copy • will be sent to the person initiating the complaint and to the Contract Administrator. Solicitation: B1200101 Page 16 "Use or discbsure of data contained on this sheet is subject to the restriction on the title page of this proposal." ©2012 Fleet Management Services for Weld County, Colorado Technical and Fee Proposal 11.27 Reports [SOW 62.0] G4S IFS will continue to generate, as required by the Contract Administrator, separate weekly, monthly, and annual reports for the County. We will also generate special reports as requested. We will prepare a weekly status report to be sent to users. We will prepare a monthly report for delivery to the Contract Administrator on or before the fifth of each month. The monthly report will be in a standard format, typed one page, and will include at a minimum the following from the previous billing period's activity: • Costs and numbers based on closed work orders. • Maintenance costs as compared to target cost(parts, sublet, labor, etc.) MTD/YTD. • Maintenance cost as compared to non-target work (parts, sublet, labor) MTD/YTD. • Failure/attainment in each performance area subject to liquidated damages. The format shows numbers for total MTD, total QTD, total acceptable, total YTD. • Number of completed work orders MTD/YTD. • Number of completed PMs MTD/YTD. • Number of road calls MTD/YTD. • Number of completed annual emissions MTD/YTD. • Total labor hours charged to work orders (County). • • Total combined inventory levels. • Dates and number of days in reporting period. • Number of open work orders on ending date of reporting period. • Number of vehicles under contract for fleet maintenance. • Any recommendation of units that should be replaced. • Any concerns regarding maintenance of the respective fleet. • Staffing for the County fleet. • Total indirect labor hours MTD/YTD. The report numbers will agree with the detailed listing of all completed work orders processed during the • billing period. • The monthly report will be accompanied by a billing report showing a detailed cost breakdown by parts, sublet, and labor for each work order. The work orders will be grouped and cost summarized by department, and will include all closed work orders for the billing period separated by target and non-target costs. We will prepare an annual report for delivery to the Contract Administrator on or before the first work day in February. The annual report will include at a minimum the following from the previous year: • A current inventory of vehicles and equipment under contract for maintenance. • A detailed cost report by work order by unit for the previous year showing life-to-date maintenance and repair costs. Each work order will identify whether target or non-target. • A current shop equipment and tool inventory. • A report showing total down time, hourly operating cost, annual mileage, and total mileage/hours by • unit. • A report showing all accident and vandalism repair cost by unit. • A report showing primary parts providers used and rebates issued. • We will continue to develop special reports as requested by the County. Such reports will be based on vehicle data carried in the maintenance files and may include component life and replacement rates, Solicitation: B1200101 Page 17 `Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal." ©2012 • cyjFleet Management Services for Weld County, Colorado Technical and Fee Proposal vehicle reliability, mean time to failure, fluid usage, and commissioning/decommissioning tracking and exception reports. Generation of special reports will be included in the target cost. 11.28 Permits, Licenses, & Certifications [SOW 63.0] G4S IFS will, without additional expense to the County, be responsible for obtaining any necessary permits, licenses, and certifications for complying with any applicable Federal, State, and municipal laws, codes, and regulations in connection with the performance of services specified in this RFP. Our employees will have the proper driver's license, testing and certifications to perform the work assigned. cdj "Service above and beyond. Brad and two mechanics stayed at a local hotel,so they could be available for quick response. I'll make sure to acknowledge/reward them for this tremendous personal and business partnership to our cityl" Carl W.Shelton Fleet and Facilities Director,Carrollton,TX • FLT 003 "On behalf of the City of Pembroke Pines Fire Rescue Department, thank you for the service that you provide. it has always been a pleasure to work with you and your team and I highly recommend 645 Integrated Fleet Services LLC." John Picarello Fire Chief,City of Pembroke Pines,FL FLT 004 O43 wv� "Brad and the team are doing very well and handling transition with amazing enthusiasm,energy and a spirit of customer service I that is a breath of fresh air!" ' Beth Bonnann Assistant City Manager,Carrollton,TX • .FLT 005 • "This contractor has provided the best service that I have seen during my career!Well done!" Drew Tracy Police Department,Montgomery County,MD FLT 006 Solicitation:B1200101 Page 18 'use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.' C 2012 CiPj Fleet Management Services for Weld County, Colorado •Technical and Fee Proposal Part III Project Organization We have proposed a streamlined organization with short, direct lines of reporting, appropriate authority and • division of functional responsibilities so that most operational decisions can be made at the appropriate functional level. Our Project Manager and Shop Supervisor will coordinate the efforts of the workforce to expedite action and promote teamwork/communication. They will work directly with the County to evaluate • overall contract efficiency and identify any needed improvements. Each team member's effectiveness will be measured regularly through work quality and periodic performance inspections. By empowering each employee with sufficient authority and other resources, they can perform their tasks independently without having to seek higher-level management approval and therefore react more quickly to the County's requirements. This arrangement also improves job quality by focusing responsibility for performance. Our proposed staffing is depicted in Figure III.1, Staffing Plan. • G4S Integrated Services, Inc. Vice President,G4S IS • G4S Integrated Fleet Services LLC G4S IFS Division Manager • 14.0 Fleet Management Services for Weld County Colorado • Project Manager 1.0 • Payroll&Invoice Clerk 1.0 Service Advisor 1.0 Inventory Control Clerk 1.0 Shop Supervisor 1.0 Iti Vehicle Maintenance Heavy Equipment Maintenance Light Technician 3.0 Heavy Equipment Technician 4.0 Heavy Equipment Field Technician 2.0 ' 12-FLT 05 We!d county C0_1302 Figure III.1 Staffing Plan—A streamlined, efficient organization with the right skill mix is the key to reliable, successful performance. G4S IFS Corporate Staff will ensure that the Project Manager is supported with all corporate resources necessary for the timely and efficient fulfillment of contract requirements. Mr. Mike Ebert, our President, and Mr. John Stewart, our Senior Vice President, will provide specialized assistance with any and all issues our onsite personnel may encounter. Solicitation: B1200101 Page 19 'Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal' ©2012 CAFleet Management Services for Weld County, Colorado Technical and Fee Proposal Our Fleet Division Manager, Mr. Toby Dickinson, will maintain overall corporate level oversight responsibility for this contract. He has full authority to commit corporate resources to this project to overcome any obstacle that may occur during the period of performance. He will maintain contact with our Project Manager on a regular basis to stay abreast of all developments and to provide timely corporate support when needed. Through this line of communication, Mr. Dickinson will provide corporate level guidance in contract performance, safety, effective staffing and personnel management, efficient utilization of resources, problem resolution and communication, budget programming and cost controls, quality control and subcontract guidance and administration. In addition, Mr. Dickinson will provide corporate level interface with appropriate officials at Weld County to ensure that G4S IFS is responsive to all requests and requirements. Mr. Dickinson will be available to Weld County officials at all times via telephone, and will respond personally to all concerns. Mr. Dickinson, or his designated corporate representative, will visit the contract site periodically and whenever the situation requires his presence onsite. He may also support this contract site with a staff of over 350 craft and technical personnel who are currently employed by G4S IFS to provide backup support for unique or emergency skill requirements, and/or backup management personnel with current experience in managing vehicle operations and maintenance contracts. Most importantly, Mr. Dickinson continually works with the Project Manager to ensure that our technicians have the right mix of knowledge, skills, and abilities to exceed our customers' expectations (Figure III.1). F Aggl I SIC _ t 5 �' :0 ' f :t T``icli: ': `..._ ,.m Figure III.2. Our Employees Make the Difference— The right people with the right skills at the right time is our recipe for success in Weld County. Solicitation: B1200101 Page 20 'Use or disclosure of data contained or this sheet is subject to the restriction on the title page of this proposal' 0 2012 zasFleet Management Services for Weld County, Colorado Technical and Fee Proposal Part IV Experience and Qualifications G4S IFS is pleased to present its list of Government contracts which clearly depict our capability to support the requirements of Weld County. We operate and manage diversified fleets that include mowers, motorcycles, rock crushers, law enforcement vehicles, buses, ambulances, street sweepers, and snow plows (Figure IV-1, Experience and Qualifications). 7474. • Figure IV-1. Experience and Qualifications— Our experience with all types of vehicles and equipment reduces our customers'risk. G4S IFS selected the following project references based on similarity in scope and complexity to the fleet at Weld County. We provided descriptive data on each contract that further defines our scope of responsibility, the contract mechanisms, and pricing. We are proud to state that none of our contracts has ever terminated prior to their expiration date. G4S IFS possesses relevant, varied, and extensive experience with a broad array of vehicles. Figure IV-2, GFS IFS's Vehicle and Fleet Maintenance and Management Experience, provides an overview of clients and the fleet maintenance services provided. Solicitation:B1200101 Page 21 "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of:his proposal." ©2012 CytaS Management Services for Weld County, Colorado Technical and Fee Proposal ,NTEGMTED REST St-i.CES G4S Integrated Fleet Services, LLC C'/ 4. l C- G J 4S° �� C bdi s,�f fo 'O ..4. p 44 C'� o/J IS• ' X44 �� C'.4!P ie9 of •,s, , .b of B% ��4'°4 ' '°`'D 4 �� 99,9 �,4- P .O s!o q9 'O Z 'Pe 9q 'b 0 'o of �y0P �°''t s4 °f /�°s °fC +°'s °fy °f `1p f1 C°44y�i�3�i�f 440 40 40s�jd//'2,- A As cf°r��"A C% C°6- 4,, ci,4ydr�°f°,df4,-.d3'ff°yP°fG� r4.% �,90 '0 rt A4 4- ti,e -'‹ 4 s. •co r� 0,9 Ty- '9fo ti� ti� °G '. .,`` Ors Vehicle Maintenance&Repair Experience 'Bulldozer Maintenance I I I I I01 1 1 O ; 1010 Bus Maintenance O O O 0 O i 0 0 , •Crane Maintenance I ! 1 i • i ; O : O : 1 I ' 0 . 0 ! 0 1 Dump Truck Repair • 0 0 0 0 0 0 0 0 O : 0 0 0 0 !EMS Unit Maintenance 10 I O 1• O 0 0 1OI ; 0 1 0 1 I © i I 10 Fire Truck Maintenance 1 0 ' 0 O O !- O O : O 0 0 Heavy Bus Maintenance ; ' ' I i O O : I 1 I ® I I ® : IA Heavy Truck Maintenance • 0 O O 0 O • O 0 • O ` 0 0 O ' 0 •Hybrid Maintenance J O 0 ; 0 : 0 1 0 1 0 I 1O ! I O : ® I 0 • Law Enforcement Vehicle Maintenance . 0 O 0 O . O O 0 O O O O ' 00I O •Medium Truck/Van Maintenance 1 01010i0 ! 01010 : 010 : O 1 0 1 0 : 0 I O 0 1 0 1 ® : Mower Repair O , 0 0 01 O ' • 0 0 0 ; o 0 Pickup Truck Maintenance O I O I 0 i O . 0 ' O I O I O 0 1 0 1 0 : O ; 0 ! 10 I ; 010 Rear-Load Packer Maintenance O • O Roll-Off Truck Maintenance Sedan Maintenance 0 , 0 O F O i 0 i O 0 1 0 0 0 0 . 0 1 ' 0 , 0 0 0 : 0 '. 0 : O , 'Side-Load Packer Maintenance I 1 i i 10 1 1 • I , I ' I Small Vehicle Repair 0 0 ' 0 O O : 0 ' 0 : © , 0 0 0 0 O 0 • Solid Waste Removal Equipment 1 0 1 : 0 1 1 1 1 1 0 1 !Sweeper Maintenance ' 0 0 ' 0 O ' 0 0 0 0 O ' 0 O o 0 Tandem-Brush Truck Maintenance 1 : I I I 1 I i ; 0 ; i O •Tanker Maintenance-5,000-10,000 gal' ' Tractor Maintenance I • 1 I ' O 1 0 1 0 • I 0 1 0 1 0 Trote Maintenance Fleet Maintenance&Management Experience Accident Repairs 10 ; 0 I O ' O I ' I 0 0 13 : 0 ; 0 , 010 0 ; 10 : 0 l 0I0 0 Call Center Operation ( 0 . `DOT Inspections/State Inspections 1 1 ; I I 1 0 I 0 I ' © I , 0 1 0 Emergency Repairs 0 0 . 0 , 0 0 0 ' 0 O : O 0 0 0 - 0 0 0 0 0 FASTER Vehicle CostAnalysis System ; 0 ! 0j010 : 0 ! 0 ! 0 ! • 10 ! i 0 1 0 ; O 1 1O Fuel Distribution • O . O O 0 . O O , 0 O Inventory and Parts Control 010I010 ; 1 010i0 ; 01010 .; Outside Repairs Management 0 ! 0 O O O 0 ; 0 O : O ' O O ' 0 ! 0 0 ! 0 . Para-Transit I I 1 0 1 ' i 0 I I I 1O I I 1 I I I I Preventive Maintenance 0 : 0 . 0 ,10 0 0 0 . 0 0 ! 0 ' 0 0 0 1 0 ' 0 0 0 . 0 'Program Management 0 I 0 I 0 1 O 010 l O i O 0 1 0 O O 0 1 O I 0 0 ; 0 1 0 :Quality Control Program 0 0 1 0 ` 0 0 0 0 1 0 0 ' 0 0 . 0 1 0 0 0 0 0 ' 0 Road Calls i0 ' 0I0I01010 ; 0 . 1O ! 0 ; 0I O1O1O ! O ; 01010 . Safety Program 0 ' 0 ' 0 0 0 0 1 0 ' 0 . 0 0 . 0 0 0 : 0 0 . 0 0 ' 0 'Snow Removal Emergency Support 10 i ! 0 : I I 10 1 1 0 1 I I 1OI 1 ' Upholstery and Glass Repair 0 ' 0 0 : 0 0 0 0 . 0 O O 0 0 0 0 0 0 0 Vehicle Preparation/Disposal 1 0 1 0 ; 0 1 0 O ! 0 ' 1 0 : 0 1 0 ' 0 : 1 0 1 10 '• 0 1 0 1 0 Vehicle Quality Inspections 0 0 ! 0 0 0 0 0 0 0 0 : 0 0 0 : 0 ; 0 •Warranty Repairs 1 O : 0 I O I 0 I 0 I 0 : O 1 0 ; 0 ; 0 0 1 0 1 0 ' a I O I 0 I 0 Boat Maintenance O : O f. .....r.w•,v--•,>a- �- .,. ,......EL --rRaM r.Y Figure IV-2. GFS IFS's Vehicle and Fleet Maintenance and Management Experience-- G4S IFS' experience encompasses all aspects of fleet maintenance and management. Solicitation: B1200101 Page 22 "Use or disclosure of data contained on this sheet is subsea to tie restrict on on the title page o'this proposal' 0 2012 czasFleet Management Services for Weld County, Colorado Technical and Fee Proposal Fleet Management and Maintenance Services Montgomery County, MD Contracting Agency Contract Number Contract Type Montgomery County, MD 0367000003AA Target/Non-Target—Savings Sharing Contracting Officer Performance Standards-.Availability Rates Keith Stickley Department of General Services, Division Chief of Period of Performance Fleet Management Services March 2010 July 2016 Rockville Center 255 Rockville Pike, Suite 180 No. of Vehicles/Equipment Percentage of Certified ASE Rockville, Maryland 20850-4166 Technicians Telephone: 240-777-5738 2,437 vehicles 81% Email: keith.stickley@montgomerycountymd.gov Contract Value at Award Privatization/Conversion Previously In-house $22,714,270 Previously Contracted X Summary Description G4S Integrated Fleet Services, LLC (G4S IFS) implements and maintains a complete, comprehensive, and up to date Preventive Maintenance (PM) Program that is specifically tailored to maximize the efficiency of the fleet for both emergency response and non-emergency response equipment, G4S IFS ensures that at least 98 percent of the fleet is available at all times. We report PM compliance, parts availability, billable hours, administrative fleet availability, and police availability on a monthly basis. We complete all repairs required to maintain the fleet including major repairs. Contract Experience Relevancy We have current and direct hands-on experience in the maintenance of most equipment contained in the fleet and have knowledge of the area and the typical emergency responses needed to maintain the fleet. We have identified and use successful local, small, minority, female and disadvantaged businesses. We accomplished a seamless transition while providing while providing historic levels of fleet availability and PM compliance. Solicitation: 1200101 Page 23 "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal" O2012 drjFleet Management Services for Weld County, Colorado Technical and Fee Proposal Fleet Management and Maintenance Services • • • Weld County, CO Contracting Agency Contract Number Contract Type Weld County, Colorado B027-05 FFP/IDQ Contracting Officer Performance Standards Availability Rates Barbara Connolly Contract Administrator Period of Performance 910 10th Street Greeley, CO 80631 February 1, 2006-September 30, 2012 Telephone: 970-356-4000, ext. 4445 No.of Vehicles Equipment Percentage of Certified ASE Techn icians 415 vehicles • 70% Contract Value at A'tard PriratizationComersion $7,520,727.62 Previously In-house Previously Contracted X Summary Description Comprehensive Fleet Maintenance Program including: ❖ Preventive Maintenance ❖ Accident Repair + Road Calls ❖ Fuel •: Quick Fix ❖ Parts and Supply ❖ Warranty Reporting ❖ Re-Work ❖ FASTER FMIS C' Outside Repairs ❖ Emergency C' Vehicle Preparation and Disposal ❖ Investigations and Directed Work. Wash Rack Operations Contract Experience Relevancy We have current and direct hands-on experience in the maintenance of equipment contained in your fleet. This fleet includes: ❖ County Sheriff Office Vehicles ❖ EMS Light Trucks ❖ Tandem Axle Brush Trucks ❖ Road Maintenance Vehicles and Equipment ❖ Heavy Vehicles and Equipment ❖ Rock Crusher Solicitation: 1200101 Page 24 `Use or disclosure of data contained on this sheet's sab;ect to the restriction on the title page of this proposal." ©2012 drjFleet Management Services for Weld County, Colorado Technical and Fee Proposal 'NTEGREED FLEET SUN CAS Fleet Management and Maintenance Services • Township of Galloway, NJ • Contracting Agency Contract Number Contract Type Township of Galloway, 2008-0502 FFP New Jersey Contracting Officer Performance Standards.Availabi I it Rates • Steve Wilkins, Contracting Officer Kevin McDowell (Director of Public Works) Period of Performance Township of Galloway April 2008—December 2013 300 Jimmie Leeds Road No.of Vehicles Equipment Percentage of Certified ASE Galloway, New Jersey 08205 Technicians Email: Kevin.mcdowell@gallowaytwp-nj.gov 428 vehicles and Telephone: 609-652-3700 equipment 20% Fax: 609-652-3851 • Contract Value at Award PrivatizatiorrConversion $757,578.74 Previously In-house Previously Contracted X Summary Description G4S Integrated Fleet Services, LLC (G4S IFS) implements and maintains a complete, comprehensive, and up to date Preventive Maintenance (PM) Program that is specifically tailored to maximize the efficiency of the fleet—emergency response, non-emergency response, Law Enforcement, and support vehicles and equipment. G4S IFS, at a minimum, provides PM service specified in the contact schedules. G4S IFS ensures that at least 97 percent of the fleet is available at all times. We report PM compliance on a monthly basis. ❖ Administrative Cars, Pickups, and Vans up to 4• Scheduling, Performance, and Reporting Three-Quarter Ton ❖ Special PM Requirements ❖ Sheriff Vehicles ❖ Repairs; Parts; and Tires • Ambulances and other Emergency Vehicles • Cannibalization of Parts ❖ Fleet Assessment Contract Experience Relevancy We have current and direct hands-on experience in the maintenance of equipment contained in your fleet. This fleet includes: + Light Vehicles ❖ Heavy Special Equipment • Mowers And 'Leafers' Dump Trucks • Marked Police Cars • Sweeper ❖ Medium Equipment/Vehicles Tractor •: Buses (Heavy And Light) ❖ Van ❖ Heavy Equipment/Vehicles s Roll-Off Trucks; And Mowers. Solicitation: 1200101 Page 25 'Use or disclosure of data contained on this sheet is subject to the restriction on the life page of this proposal.` ©2012 cz,ps Fleet Management Services for Weld County, Colorado Technical and Fee Proposal Fleet Management and Maintenance Services • Kershaw County, SC Contracting Agency Contract Number Contract Type Kershaw County, South Carolina 07-704-27 FFP Conn'acting Officer Performance Standard,.A ailabiiitc Rates Sara Williams, Contracting Officer Period of Performance Kershaw County Government Center 512 Walnut Street, Room 203 July 1, 2008—June 30, 2011/Extended Camden, SC 29020 10.of Vehicles/Equipment Percentage of Certified ASE Email: sara.williams@kershaw.sc.gov Technicians Telephone: 803-425-1500, ext. 7234 274 vehicles and equipment 25% Contract Value at Award Privatization/Conversion $599,857.00 Previously In-house Previously Contracted X Summary Description • G4S Integrated Fleet Services, LLC (G4S IFS) implements and maintains a complete, comprehensive, and up to date Preventive Maintenance (PM) Program that is specifically tailored to maximize the efficiency of the fleet—emergency response, non-emergency response, Law Enforcement, and support vehicles and equipment. G4S IFS, at a minimum, provides PM service specified in the contact schedules. G4S IFS ensures that at least 97 percent of the fleet is available at all times. We report PM compliance on a monthly basis. ❖ Administrative Cars ❖ Special PM Requirements ❖ Pickups and Vans up to Three-Quarter Ton Repairs ❖ Sheriff Vehicles ❖ Parts •) Ambulances and other Emergency Vehicles ❖ Tires :• Fleet Assessment ❖ Cannibalization of Parts ❖ Scheduling ❖ Reporting. • Performance Contract Experience Relevancy We have current and direct hands-on experience in the maintenance of equipment contained in your fleet. This fleet includes: ❖ Light Vehicles • Heavy Special Equipment ❖ Marked Police Cars ❖ Rear Load Packer •: Medium Equipment/Vehicles • Side Load Packer ❖ Buses (Heavy and Light) ❖ Tractor ❖ Heavy Equipment/Vehicles •: Van; Fire Trucks; Dump Trucks; and Bull Dozers Solicitation: 1200101 Page 26 'Use or disclosure of data contained on this sheet is subject to the restriction or the title page of this proposal.' ©2012 Fleet Management Services for Weld County, Colorado Technical and Fee Proposal • Municipal Fleet Management and Maintenance Services City of Allentown, PA Contracting Agency Contract Number Contract Type Allentown, Pennsylvania None FFP/IDQ Contracting Officer Performance Standards/Availability Rates Craig W. Messinger, Public Works Director and Period of Performance Contracting Officer July 1, 1999—June 30, 2009 City of Allentown New Contract: January 01, 2009— December 31, 1825 Grammes Road 2017 Allentown, PA 18103-4775 No. of Vehicles/Equipment Percentage of Cert,ltcd ASE Technicians Telephone: 610-437-7638 603 vehicles 25% Contract Value at Award Privatization Conversion $16,070,344.92 Previously In-house X Previously Contracted Summary Description Comprehensive Fleet Maintenance Program including: ❖ Preventive Maintenance ❖ Accident Repair Road Calls ❖ Fuel, Parts and Supplies s Quick Fix FASTER FMIS 4• Warranty ❖ Emergency 4• Re-Work 4• Investigations ❖ Outside Repairs ❖ Directed Work + Vehicle Preparation and Disposal Contract Experience Relevancy We have current and direct hands-on experience in the maintenance of equipment contained in your fleet. This fleet includes: ❖ Public Works Department Vehicles ❖ Pickup Trucks ❖ Public Works Equipment ❖ Sedans + Police Vehicle Mowers Fire Department 4• Vans ❖ Ambulance ❖ Snow Removal Equipment ❖ Construction ❖ Leaf Control Equipment Solicitation: 1200101 Page 27 "Use or disc:osure of data contained on this sheet is subject to the restriction on the title page of this propose:: S:t 2012 drjFleet Management Services for Weld County, Colorado Technical and Fee Proposal INTEGRATED FLEET 1[l,ia„ Municipal Fleet Management and Maintenance Services City of Brownsville, TX • Contracting Agency Contract Number Contract Type Brownsville, Texas FMM-69-0600 FFP/IDQ Contracting Officer Performance Standards.Availability Rates Adolfo Perales 95% Administrator Fleet Maintenance City of Brownsville Period of Performance 6035 Jaime J. Zapata Ave P.O. Box 911 October 1, 2000-September 30, 2010 Brownsville, Texas 78520 No. of\'ehicles'Equipment Percentage of Certified ASE Telephone: 956-548-6085 Technicians 669 vehicles 60% Contract Value at A‘tard Pricatizalion'Cottt'crsion Previously In-house $8,960,000.00 Previously Contracted X Summary Description Comprehensive Fleet Maintenance Program including: ❖ Preventive Maintenance ❖ Accident Repair + Road Calls + Fuel, Parts and Supply s Quick Fix • Reporting ❖ Warranty ❖ FASTER FMIS • Re-Work ❖ Emergency • Outside Repairs ❖ Investigations ❖ Vehicle Preparation and Disposal •: Directed Work Contract Experience Relevancy We have current and direct hands-on experience in the maintenance of equipment contained in your fleet. This fleet includes: S• Police Vehicles ❖ Fire Department 4 Ambulance ❖ Public Works Department Equipment •: Pickups • • Sedans • ❖ Mowers • S• Vans • Solicitation: 1200101 Page 28 `use or disclosure of data contained on this sheet is sahject to the restriction on the titre page of this proposal.' Cs 2012 • • Fleet Management Services for Weld County, Colorado Technical and Fee Proposal Municipal Fleet Management And Maintenance Services City of Victoria, TX Contracting Agency Contract Number Contract Type Victoria, Texas 2002-289 FFP/IDQ Contracting Officer Performance Stacdards,.Availabil ity Rates Jerry Seyfert, Fleet Administrator 98% Emergency Vehicles • 1102 E. North Street Victoria, Texas 77902-1758 Period of Performance Telephone: 361-485-3079 Evergreen May 2010-April 2017 No.of\'eh icles'Eeuipment Percentage of Certified ASE Technicians 333 vehicles 50% Contract Value at Award Privatization Conversion Previously In-house X $2,040,000.00 Previously Contracted • Summary Description Comprehensive Fleet Maintenance Program including: ❖ Preventive Maintenance :• Accident Repair ❖ Road Calls •: Fuel, Parts and Supply ❖ Quick Fix ❖ Reporting :• Warranty FASTER FMIS ❖ Re-Work Emergency • ❖ Outside Repairs + Investigations ❖ Vehicle Preparation and Disposal s Directed Work •: Wash Rack Operations Contract Experience Relevancy We have current and direct hands-on experience in the maintenance of equipment contained in your fleet. This fleet includes: C Police Vehicles ❖ Light Trucks + Tandem Axle Trucks ❖ Rear Load Packers •S Side Load Packers ❖ Roll-off Trucks Solicitation: 1200101 Page 29 'Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal." ©2012 Fleet Management Services for Weld County, Colorado Technical and Fee Proposal Vehicle and Equipment Services City of Pembroke Pines, FL Contracting Agency Contract Number Contract Type Pembroke Pines, FL 755-93 Cost Contracting Officer Performance Standards'Availability Rates • Christina Sorensen, Purchasing Manager 98% Emergency Vehicles City of Pembroke Pines 13975 Pembroke Road Period of Performance Pembroke Pines, FL 33027 Original contract issued May 1994 Telephone: 954-437-1111 Based on exemplary performance, contract • Fax: 954-437-1117 converted to indefinite term or Evergreen. E-mail: csorensen@ppines.com No.of Vehicles Equipment Percentage of Certified ASE Technicians 1,323 vehicles and 80% • equipment Contract Value at Award Privatization'Con ersion Previously In-house X $13,200,000.00 Previously Contracted Summary Description Comprehensive Fleet Maintenance Program including: ❖ Preventive Maintenance •: Accident Repair •'• Road Calls Fuel, Parts and Supply ❖ Quick Fix Reporting 4 Warranty 4 FASTER FMIS ❖ Re-Work ❖ Emergency ❖ Outside Repairs Investigations • ❖ Vehicle Preparation and Disposal ❖ Directed Work ❖ Wash Rack Operations Contract Experience Relevancy We have current and direct hands-on experience in the maintenance of equipment contained in your fleet. This fleet includes: ❖ Police Vehicles ❖ Para Transit 4• Public Works ❖ Ambulance/EMS ❖ Heavy Buses ❖ Parks Recreation ❖ Boat Maintenance •: Administration • Fire Department Solicitation: 1200101 Page 30 "Use or disclosure of data contained on this sheet is sub ect to the restriction on the title page of this proposal.' @ 2012 • Fleet Management Services for Weld County, Colorado • Technical and Fee Proposal o r. Fleet Management and Maintenance Services • City of White Settlement, TX • Contracting Agency Contract Number Contract Type • White Settlement, Texas FMM-0304-01 FFP/IDQ Contracting Officer Performance Standards/Availability Rates Robert Purscell, Contract Administrator 98% Emergency Vehicles City of White Settlement 8212 Albert Street Period of Performance White Settlement, TX 76108 Telephone: 817-367—0168 April 1, 2004—Evergreen No. of Veit icle;%Equ?pinent Percentage of Certified ASE Technicians 200 vehicles 50% Contract Value at Award Pricativation'Conersion Previously In-house X $1,000,000.00 Previously Contracted • Summary Description Comprehensive Fleet Maintenance Program including: • Preventive Maintenance ❖ Accident Repair C Road Calls m Fuel, Parts and Supply Quick Fix .; • Reporting • Warranty ❖ FASTER FMIS •: Re-Work + Emergency + Outside Repairs s Investigations + Vehicle Preparation and Disposal ❖ Directed Work 4 Wash Rack Operations Contract Experience Relevancy We have current and direct hands-on experience in the maintenance of equipment contained in your fleet. This fleet includes: ❖ Municipal Fleet • Police Vehicles • ❖ Fire Department ❖ Ambulance Construction Equipment 4• Pickup Trucks •S Sedans • Vans Solicitation: 1200101 Page 31 'Use or disclosure of data contained on this sheet is sub;ect to the restrction on the title page of this proposal' ©2012 cijFleet Management Services for Weld County, Colorado Technical and Fee Proposal „,� n,� ."•, Fleet Management and Maintenance Services • • Commonwealth of Virginia • • Contracting Agency Contract Number Contract Type Department of General Services CLC-2005-0110 FFP Contracting Officer Performance Standards,Availability Rates .. Kevin Crain Per!od of Performance Office of Fleet Management Services 2400 W. Leigh Street June 1, 2005— May 31, 2007/Extended Richmond, VA 23220 Telephone: 804-367-6982 No.of Vehicles/Gquinmer:I Percentage of Certified ASE Email: kevin.crain@dgs.virginia.gov Technicians 5,217 vehicles 34% Contract Value at Akvard Prsatization Conversion Previously In-house X $1,072,000.00 Previously Contracted Summary Description Management of State-Wide Call Center for Fleet Vehicle Maintenance Services, which includes: :• Preventive Maintenance • Road Calls S• Quick Fix ❖ Warranty ❖ Re-Work ❖ Accident Repair • •: Parts and Supplies ❖ Reporting, FASTER FMIS ❖ Emergency s Investigations S• Directed Work Contract Experience Relevancy We have current and direct hands-on experience in the maintenance of vehicles contained in your fleet. This fleet includes Administrative cars and vans. Solicitation: 1200101 Page 32 "Use or disclosure of data contained on this sheet is sub ect to the restriction on the title page of this proposal.' @ 2012 Fleet Management Services for Weld County, Colorado Technical and Fee Proposal M, R �"•, Fleet Management and Maintenance Services City of Arlington, TX • Contracting Agency Contract Number Contract Type City of Arlington Purchasing Dept. FFP Contracting Officer Performance Standards'Avai lability Rates Thomas Jelley Period of Performance Fleet Manager • 101 South Mesquite Street, Suite 400 December 29, 2008— December 28, 2013 Arlington, TX 76004-3231 Telephone: 817-459-5451 No. of Vehicles/Equipment Percentage of Certified ASE E-Mail: Thomas.jelley@arlingtontx.gov Technicians 970 units 85% Contract Value'at A¢ard Privatizat ion'Conversion Previously In-house $10,696,615.00 for initial 3 year period Previously Contracted X Summary Dcscripti on Comprehensive Fleet Maintenance Program including: ❖ Preventive Maintenance ❖ Accident Repair ❖ Road Calls d• Fuel, Parts and Supply • Quick Fix • Emergency ❖ Warranty ❖ Investigations S• Re-Work • Directed Work ❖ Outside Repairs • C Vehicle Preparation and Disposal Contract Experience Relevancy We have current and direct hands-on experience in the maintenance of vehicles contained in your fleet. This fleet includes: s Public Works Department Vehicles ❖ Public Works Equipment ❖ Police Vehicles • Fire Department Vehicles ❖ Ambulance ❖ Construction Equipment ❖ Handi-Tran Handicap Transport Solicitation: 1200101 Page 33 "Use or disclosure of data contained on this sheet is sob ect to the restriction on the title page of this proposal." 2012 dr4aS Management Services for Weld County, Colorado Technical and Fee Proposal M•E M� Fleet Management and Maintenance Services Los Angeles County, Internal Services Department, Los Angeles, CA Contracting Agency Contract Number Contract Type County of Los Angeles, CA 77192 Fee for service Customer Contracting Official: Per Standards Availability Rates Randy Martin Period of Performance 1100 North Eastern Avenue • Los Angeles, CA 90063 January 2010—July 2017 Email: rmartin@isd.lacounty.gov Telephone: 323-881-3919 No.of Velncles Equipment Percentage of Certified ASE Fax: 323-262-4941 Technicians4,400 53% Contract Value at Axvard Pri vati nation'Con version Previously In-house $41,250,000 Previously Contracted X Summary Description G4S Integrated Fleet Services, LLC (G4S IFS) operates 5 maintenance/repair facilities disbursed throughout the Los Angeles basin for Los Angeles County, California. Services provided include: ❖ Preventive Maintenance Inspections/Service + Repairs, minor and major + Accident Repair :• Body work ❖ Subcontract administration for outside services. ❖ Motor Pool Management + Motor Pool Dispatching Contract Experience Reievanev G4S IFS maintains: + Sedans and Vans • Light and heavy Duty Trucks ❖ Semi-trucks •: Grounds Maintenance Tractors ❖ Non-powered Trailers Motor coaches (Bloodmobile, Bookmobile, etc.) ❖ Hybrid Vehicles including Electric and CNG •: Electric vehicles (club cars) Solicitation: 1200101 Page 34 'Use cr disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal." ©2012 drj Fleet Management Services for Weld County, Colorado •Technical and Fee Proposal Fleet Management and Maintenance Services City of Carrollton, Texas Contracting Agency Contract Number Contract Type City of Carrollton, TX None Customer Contracting Official: Performance Slandards'.Availability Rates Beth Little Bormann Vehicle In Commission 95% Assistant City Manager Period of Performance Carrollton Service Center 2711 Nimitz Lane 1 July 2010-30 September 2013 Carrollton, TX 75007 No. of Vehicles Equipment Percentage of Certified ASE Email: beth.bormann@cityofcarrollton.com Technicians Phone: 972-466-3001 500 30% Fax: 972-466-3483 Contract Value at.Ati and Pris atizatiom Con vesion $1,600,000 Previously In-house X Previously Contracted S mninare Description Comprehensive Fleet Maintenance Program including: • Preventive Maintenance Accident Repair ❖ Road Calls Fuel, Parts and Supply ❖ Quick Fix + Reporting ❖ Warranty + FASTER FMIS ❖ Re-Work ❖ Emergency ❖ Outside Repairs Investigations Vehicle Preparation and Disposal ❖ Directed Work ❖ Wash Rack Operations Contract Experience Relevancy We have current and direct hands-on experience in the maintenance of equipment relevant to fleet including: ❖ Public Works Department Vehicles Pickup Trucks ❖ Public Works Equipment 3 Sedans s Law Enforcement 4• Mowers ❖ Fire Department 4 Large Dump Trucks ❖ Ambulance ❖ Trailers • Construction Equipment/Compactors/Backhoes s Air Compressors Solicitation: 1200101 Page 35 "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of th's proposal." ©2C12 Fleet Management Services for Weld County, Colorado Technical and Fee Proposal Fleet Management and Maintenance Services • • University of Texas - Arlington Contracting Agency Contract Number Contract Type University of Texas-Arlington Cost Plus Contracting Officer Performance Standards'Availability Rates Julia Cornwell Director of Procurement Services Period of Performance University of Texas—Arlington 1 September 2011 —30 August 2012 219 W. Main Street Arlington, TX 76010 No. of Vehicles'Equipment Percentage of Certified .ASE Phone: 817-272-3002 Technician; Fax: 817-272-2685 8 transit buses 100% email: cornwell@uta.edu Contract Value at Award Prix atization'Conversion Previously In-house X $50,000 • Previously Contracted • Summary Description Provide scheduled preventive maintenance, remedial repairs, towing, parts inventory acquisition and management, and other associated fleet management services required to ensure the continuity of effective and economical operation of the University vehicles. Furnish all necessary supervision, labor, parts, supplies and sub-contract work required to maintain the fleet in a state-of-repair and service consistent with generally accepted industry fleet practices and as • more specifically defined in this scope of work. Provide and maintain a permanent, detailed, automated record system for each vehicle and vehicle • category in order to provide a basis for optimum fleet management and provide detailed maintenance and • operating information for the University. Contract Experience Relevancy We supply comprehensive PMs Repair Services for the University's Bus Fleet. • Solicitation: 1200101 Page 36 'Use or discbsure of data contained on this sheet is subject to the restriction on the title page of this proposal.' ©2012 Fleet Management Services for Weld County, Colorado Technical and Fee Proposal Fleet Management and Maintenance Services • Hamilton Township, New Jersey Contracting Agency Contract Sumbel Contract Type Hamilton Township, New Jersey Firm-Fixed Price • • Contracting Officer Performance Standards'Availabil it_y Rates Availability: 90% Cynthia Lindsay PM Performance: 95% Hamilton Township Period of Pertinmance 6101 Thirteenth Street Mays Landing, NJ 08330 1 September 2011 —31 August 2014 Phone: 609-625-6704 x 452 Email: clindsay@townshipofhamilton.com No. of Vehicles Equipment Percentage of Certified ASE Technicians 129 vehicles 30 % 50 small equipment Contract Value at Award Privatization'Conversion Previously In-house X • $1,042,567 Previously Contracted Summary Description Comprehensive Fleet Maintenance Program including: ❖ Preventive Maintenance + Accident Repair ❖ Road Calls ❖ Fuel, Parts and Supply • Quick Fix ❖ Reporting :• Warranty ❖ FASTER FMIS ❖ Re-Work Emergency ❖ Outside Repairs + Investigations •: Vehicle Preparation and Disposal ❖ Directed Work ❖ Wash Rack Operations Contract Experience Relevancy We have current and direct hands-on experience in the maintenance of equipment relevant to fleet • including: ❖ Public Works Department Vehicles ❖ Pickup Trucks :• Public Works Equipment ❖ Sedans •: Law Enforcement ❖ Mowers ❖ Fire Department ❖ Large Dump Trucks ❖ Ambulance s Trailers C Construction Equipment/Compactors/Backhoes ❖ Air Compressors • Solicitation: 1200101 Page 37 "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal' @ 2012 Fleet Management Services for Weld County, Colorado cyj Technical and Fee Proposal MIGRATED FLEET :CE, Fleet Management and Maintenance Services Township of Neptune, New Jersey • Contracting Agency Contract Number Contract Type Township of Neptune, New Firm-Fixed Price Jersey Conn'acting Officer Performance Standards'.Availability Rates Edward Hudson Period of Performance Township of Neptune 25 Neptune Boulevard 1 November 2011 —31 December 2013 Neptune, NJ 07753 Phone: 732-988-5200 No.of Vehicic*Equipntent Percentage of Certified ASE Technicians Email: ehudson@neptunetownship.org Contract Value at Award Privatization Cumcrsion Previously In-house X $191,519 Previously Contracted Summary Description Comprehensive Fleet Maintenance Program including: ❖ Crane Maintenance •: Mower Repair • Dump Truck Repair + Roll-Off Truck Maintenance s Heavy Truck Maintenance ❖ Sweeper Maintenance s Law Enforcement Vehicle Maintenance ❖ Tractor Maintenance Contract Experience Relevancy We have current and direct hands-on experience in the maintenance of equipment relevant to fleet including: ❖ Accident Repairs ❖ Quality Control Programs ❖ Emergency Repairs ❖ Road Calls s FASTER Vehicle Cost Analysis System Safety Program ❖ Inventory and Parts Control ❖ Upholstery and Glass Repair ❖ Outside Repairs Management 4 Vehicle Quality Inspections ❖ Preventive Maintenance •: Vehicle Preparation/Disposal ❖ Program Management ❖ Warranty Repairs Solicitation: 1200101 Page 38 "Use or discbsure of data contained on this sheet's sub;ect to the restriction on the title page of th's proposal." ©2012 cy4Fleet Management Services for Weld County, Colorado Technical and Fee Proposal Fleet Management and Maintenance Services • Florida DOT— District IV • Contracting Agency Contract Number Contract Type Florida DOT— District IV Firm-Fixed Price Contracting Officer Performance Standards Availability Rates Lydia Waring Period of Performance Department of Transportation 3400 W. Commercial Boulevard 1 November 2011 —31 October 2015 Fort Lauderdale, FL 33309 Phone: 954-777-4614 No. of Vehicles'Equipment Percentage of Certified ASE Technicians Email: Lydia.waring@dot.state.fl.us Contract Value at Award Privatization for.version Previously In-house X $2,700,000 Previously Contracted Summary Description Comprehensive Fleet Maintenance Program including: C• Bulldozer Maintenance Pickup Truck Maintenance ❖ Bus Maintenance + Sedan Maintenance ❖ Crane Maintenance ❖ Small Vehicle Maintenance ❖ Dump Truck Repair ❖ Sweeper Maintenance ❖ Heavy Truck Repair ❖ Tandem-Brush Truck Maintenance C. Hybrid Maintenance ❖ Tractor Maintenance ❖ Medium TruckNan Maintenance Contract Experience Rele'ancy We have current and direct hands-on experience in the maintenance of equipment relevant to fleet including: ❖ Accident Repairs ❖ Road Calls s DOT Inspections/State Inspections ❖ Safety Program •• Emergency Repairs Upholstery and Glass Repair ❖ Inventory and Parts Control C Vehicle Preparation/Disposal ❖ Outside Repairs Management Vehicle Quality Inspections • Preventive Maintenance C Warranty Repairs ❖ Program Management •: Boat Maintenance ❖ Quality Control Program Solicitation: 1200101 Page 39 'Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal." ©2012 Fleet Management Services for Weld County, Colorado d Pi Technical and Fee Proposal Fleet Management and Maintenance Services • City of Addison, Texas Contracting Agency Contract Number Contract Type City of Addison, TX None Customer Contracting Official: Performance Standards A\ailability Rates Ron Whitehead Vehicle In Commission 95% City Manager Period of Performance City of Addison 5300 Beltline Road 1 July 2010-30 September 2013 Dallas, TX 75254 No. of Vehicles'Equipment Percentage of Certified ASE Email: rwhitehead@addisontx.com Technicians Phone: 972-450-7027 205 30% Contract Value at Award Pricatization fain ersion $TBD Previously In-house X (Time and Material) Previously Contracted Sununnry Description Comprehensive Fleet Maintenance Program including: ❖ Preventive Maintenance ❖ Accident Repair ❖ Road Calls Fuel, Parts and Supply ❖ Quick Fix ❖ Reporting ❖ Warranty •: FASTER FMIS ❖ Re-Work ❖ Emergency :• Outside Repairs Investigations :• Vehicle Preparation and Disposal ❖ Directed Work s Wash Rack Operations Contract Experience Relevancy We have current and direct hands-on experience in the maintenance of equipment relevant to fleet - including: ❖ Public Works Department Vehicles ❖ Pickup Trucks •: Public Works Equipment s Sedans ❖ Law Enforcement :• Mowers ❖ Fire Department ❖ Large Dump Trucks :• Ambulance ❖ Trailers Construction Equipment/Compactors/Backhoes ❖ Air Compressors • Solicitation: 1200101 Page 40 "Use or disclosure of data containec on this sheet is subject to the restriction on the title page of this proposal.` ©2012 0.3 Fleet Management Services for Weld County, Colorado Technical and Fee Proposal Part IV Qualifications of Key Personnel IV.1 Résumés We present the résumés of our proposed key personnel: Project Manager Riley Aguilar and Shop Supervisor, Mr. Richard Gaona. Riley Matlock Aguilar Project Manager 2081 40th Ave . Greeley, CO 80634 . (970) 371-4168 . riley_aguilar@hotmail.com • OBJECTIVES • KEY SKILLS • INTERFACES My objective is to utilize my experience while Of Ice Management continuing to be challenged. My background Teambuilding&Supervision represents a unique combination of Staff Development&Training disciplines.Personally.I have the initiative Report&Document Preparation anc determination to consistently achieve Policies&Procedures Manuals success as a leader.My expertise should Expense Reduction absolutely support me in strengthening a Records Management company.I feel that I have a gift that enables Meeting&Event Planning me to bring a group of people together to nventory Management achieve success.I understand that a manager is only as good as his people:I utilize the tool of people to bring about change and insure that organizational goals are met. 1 • Experience Chronology Shop Owner Technician Shop Forman Project Manager All Star Integrated All Star Integrated G4S Integrated Fleet Services Fleet Services Fleet Services Weld,CO Weld,CO Weld.CO 1992-2005 2006-2006 2006-2006 2006-Present IN Education/Special Training DIRECT RELEVANT EXPERIENCE JULY 2015-2012 W LLAM HOWARD Project Manager, G4S Fleet Integrated Services • TAFT LAW SCHOOL/CURRENTLY Weld County ♦2006-Present ENROLLED IN THIS PROGRAM/ ANTICIPATED COMPLETION DATE Shop Foreman, 2006- 2006 LI LAW STUDENT-JD(JuRis Doc-OR) DEGREE Technician, 2006- 2006 2008-2011 UNVERSITY OF PHOENIX, Repeatedly promoted within-month tenure with Tecom/All- ON_INE , Star/WSI/G4S, culminating in current responsibility of managing BUSINESS MANAGEMENT-BACHELOR 580 county units and 13 employees. I started as a technician DEGREE January of 2006, by May of 2006 I was shop foreman, and by 1992-1994 WESTERN NEBRASKA November of 2006 I took the role of Project Manager. COMMUNITY COLLEGE POWER TECHNOLOGY-APPLIED SIGNIFICANT EXPERIENCE: SCIENCE ASSOCIATES DEGREE Developed an inventory based on 100% consignment: I have worked with my staff to utilize consignment inventory which creates a 100% partnership with my vendors. Our program allowed us to keep our vendors involved with fleet replacement. As our fleet changed so did our parts needs, no more sending Solicitation: 1200101 Page 41 'Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.` O 2012 Fleet Management Services for Weld County, Colorado CAS Technical and Fee Proposal INTEGRATED HEFT YV,¢5 • unused parts to auction for pennies on the dollar. Our • Education/Special Training(Continued) consignment program moved from filter consignment to full out . AJTOMCTIVE SERVICE OF EXCELLENCE nmen cons) t which included tires, an oil's, d all parts. • • (ASE)CURRENT g = MASTER AUTOMOBILE TECHNICIAN Developed oil program: The oil program that was put into place = EVT CERTIFICATION COMMISS'ON, INC. for my customer allowed us to use technology to reduce waste. CJRRENT We moved the fleet away from the traditional 3,000 mile service EVT LEVEL I-AMBULANCE and moved our services out using synthetic oils along with oil NATIONAL RESOURCE DEFENSE samples. I was able to create pit stops that allowed Weld County • COUNCIL-US GREEN BUILDING sheriff to stop in any time throughout the day. This process COUNCIL CURRENT LEED CERTIFIED 101 increased protection on equipment, saved time, reduced waste OCCUPATIONAL SAFETY AND HEA_Ta using technology. ADMINISTRAT:ON(OSHA 360) Developed personal green certification program: The green CERTIFIED CURRENT• I certification program that is in use now required our technicians OSHA 360 CERTIFIED to study, and find better ways to reduce waste, and increase awareness for our customer, planet. I created a patch of certification that each one of our technicians proudly wears today. The GGT"Going Green Together patch" tells our customers that we care about what we do, and were willing to work hard to insure that we do our best to help reduce waste through sound practices. I personally have achieved many certifications but, this is the one certification program that I am most proud of because it was built on an idea that our planet can be better if we put the extra effort into how we live and work. Implemented programs to perform more in house: I strongly believe in well trained technicians. I feel that government fleets are seen as oil changers, maintenance workers. I have worked hard to insure that our customer's best interest is taken care of by doing more work in house. Very little work is sent out of my shop. I am very proud when I see my guys rebuilding transmissions, engines or taking the time to work on drivability problems. I feel that I have had the privilege of working for a corporation and a government. Being able to meet corporate expectations while assuring that my county achieves cost saving through sound processes allowed me to figure out ways to meet goals for my company, and my customer. Relationship with customer: I am proud to say that my stay in Weld County has allowed me to build solid relationships with my customer, I was able to build a sound shop that created a safe, and easy going environment for my customer, and my staff. I am pleased with my process, and I feel that I met my objectives and goals as a Project Manager. I feel that I have trained my shop foreman well. I know that he can run this project on his own because I gave him the tools and knowledge to do so. I feel that a great leader share's his knowledge with his people and that if he does his job well, he becomes a small factor in the process. I have reached that point with my contract and I am proud of my people. Establish certification procedures create Blue Oval shop for two years: Finding ways to train staff along with ways to reward staff for pushing for self-improvement can be challenging. I believe that I have created a sound training plan that allowed me to help new technicians to become ASE certified. I am proud to be a Blue Oval shop two years running. Shop Owner, 1992- 2005 I have had the privilege of running my own business. This time of self-employment allowed me to manage my own time, money and create a customer base that still exists today. I found running a business of my own to be the most challenging and rewarding time in my life. Like most small businesses, growth is often times slow and resources are hard to obtain unless a sound business plan is understood and followed. I still Solicitation: 1200101 Page 42 "Use or disc:osure of data contained on this sheet is sub!ect to the restriction on the ttIe page of this proposal." ©2012 Fleet Management Services for Weld County, Colorado cyj Technical and Fee Proposal have this business and I have moved more towards service riding part time which allows me to remain flexible. SIGNIFICANT EXPERIENCE: I feel that the biggest skill that I developed in owning my own business was my thinking skills towards how business works. I appreciate spending money at smaller businesses because I know how much it takes run your own business. I think this experience also helped me understand the importance of watching financial statements to improve business, and to use that data to make future expenditures. Solicitation: 1200101 Page 43 'Use or disclosure of data contained on this sheet is sub:ect to the restriction on the title page of this proposal.` 02012 Fleet Management Services for Weld County, Colorado Technical and Fee Proposal Richard Gaona Shop Supervisor ■ OBJECTIVES • KEY SKILLS • INTERFACES My objective nas always been to be great in I am a highly trained heavy/light automotive the automotive industry and to move up in technician and have beer working in the fiend for management.to be able to multi task and about 11 years;I am good at diagnosing problems lead with high examples.to be able to and finding a fix for the repairs.I am very perform day to day duties.to problem solve experienced on working on electrical Equipment (Police cars,ambulances,atter market lights etc.) and have great communication skits. I am skilled at multitasking and handling day to day tasks.As a shop supervisor work with 12 employees and delegate there day to day tasks as J well. • Experience Chronology Shop Supervisor Technician Shop Supervisor H&H Williams Basic Energy G4S Integrated Trucking Greeley.CO Fleet Services Greeley.CO ^� Greeley,CO 07/2001-08/2003 08/2003-02/21x)6 02/2006—Present • Special Training DIRECT RELEVANT EXPERIENCE t. 2006 CERTIFIED.N DETRor DIESELS • Shop Supervisor, G4S Fleet Integrated Services 1 FOR TRUCKS DIAGNOSING TRUCKS • Weld County, Greeley, CO 12006— Present e 2011 CERTIFIED FOR IM-240 EMISSION • y SIGNIFICANT EXPERIENCE: TESTING AND DIAGNOSING : Started as a technician and moved into management, currently working on getting certified on CNG vehicles, also working on • getting my ASE master in automotive. • DIRECT RELEVANT EXPERIENCE Technician, Basic Energy#Greeley, CO #08/2003— 02/2006 SIGNIFICANT EXPERIENCE: Worked on Heavy Equipment in the shop and out in the field, worked on pumps, trucks and trailers. DIRECT RELEVANT EXPERIENCE H&H Williams Trucking#Greeley, CO #07/2001— 08/2003 r SIGNIFICANT EXPERIENCE: Started as a Heavy Duty Truck machine and took over the shop after six months working in the shop. I was in charge of two other machines, my job duties were to keep the day to day work flowing and schedule work for the week, and we worked on owned operated trucks. Solicitation: 1200101 Page 44 `Use or disclosure of data contained or.this sheet is subject to the restriction or the title page of this proposal.' @ 2012 Fleet Management Services for Weld County, Colorado dkaS • Technical and Fee Proposal Part V Fee Proposal • Proposal for Fleet Maintenance Service Form • Cost Form • Receipt of Addenda • Addendum#1 • Addendum#2 Solicitation: 1200101 Page 45 "Use or discbsure cf data contained on this sheet is subject to the restriction on the title page of this proposal." ©2012 PROPOSAL FOR FLEET MAINTENANCE SERVICES Pursuant to your Request for Proposal, the Contractor identified herein submits this proposal to provide fleet maintenance services for WELD COUNTY, COLORADO. 1 . Contractor is (circle one): An Individual A Partnership Cr Corporation , 2. The name and position of the person duly authorized to represent Contractor regarding this proposal, including negotiation of Contract if Contractor is selected: Mike Ebert. President John N. Stewart, Senior Vice President 3. The name and position of the person duly authorized to execute Contracts on behalf of Contractor Mike Ebert. President John N. Stewart, Senior Vice President 4. If Contractor is an Individual, complete the following: Contractor is an individual doing business under the name(s): N/A at: in the City of , in the State of The following is a complete and accurate list of the names and addresses of all persons interested in this proposal, or who may represent Contractor regarding this proposal. NAME ADDRESS 5. If Contractor is a Partnership, complete the following: Contractor is a (general) or (limited) Partnership, doing business under the name: N/A at in the City of , in the State of The Partnership was formed on , and the Partnership is recorded in the County of , State of . 1 The following is a complete and accurate list of the names: N/A 6. If the Contractor is a Corporation, complete the following: G4S Integrated Contractor is a Corporation doing business under the name Fleet Services, LLC at 4800 Overtop Plaza. Suite 380 , in the City of Fort Worth and the State of Texas The Corporation was organized on 2008 and exists under the laws of the State of Texas , in the County of Tarrant. Mailing address, if different from above, for the correspondence pertaining to this proposal is: 7. Cost Section During the period of the Contract, the Contractor will be reimbursed for all costs actually incurred as specified in the Contractor's proposal and as amended by negotiation. The Contractor's total proposed cost for services and work rendered must be set out specifically in both writing and figures. With respect to the annual target cost and management service fee proposed, the County shall not be responsible for payment of any amounts in excess of the amounts set out in the proposal. In the event that the Contractor incurs costs in excess of the proposed amounts, the Contractor will be responsible for such costs, except as specifically provided for in the RFP. The initial term of the contract to furnish fleet management servicesto the County is from October 1 , 2012 to September 30, 2017. The management fees, target costs, and sell rates are to be specifically identified for Weld County. These costs shall be such that should the County accepts the Contractors proposal, the proposed cost for the County is sufficient. The proposed costs for the first twelve (12) months of the contract are as follows. Annual adjustments to the proposed costswill be negotiated in accordance with the RFP. Weld County Est. Parts Costs $ 547,763.66 • Est. Labor Costs $ 689,131.17 Est. Sublet Costs $ 214.614.93 Est. Admin Costs $ 70,708.35 Proposed Mgmt Fee $ 74.243.76 Proposed Target $ 1,596,461.87 One Million, Five Hundred and Ninety-Six Thousand, Pour Hundred and SiYty-nne Dollars and Eighty-Six Cents words Hourly Sell Rate Light duty vehicles $ 53.23 Fifty-Three Dollars and Twenty-Three Cents words Heavy duty vehicles$ 54.22 nifty-Fniic Dollars and Twenty-Two Cents words The Award of the Contract will be made to the most qualified and responsible Contractor in accordance with criteria as outlined in this Request for Proposal. The County reserves the right to reject any or all proposals. The Contractor certifies that he/she has read, understands, and will fully and faithfully comply with this RFP, its attachments,and any reference documents. The Contractor also certifies that the prices offered were independently developed without consultation. All prices quoted must be firm for a period of one hundred and twenty (120)days from the date proposals are due. Should this proposal be accepted, a contract will be prepared and Contractor agrees to execute the agreement(s)with and provide a performance bond to the County within thirty (30) days after being notified of awarding the contract. RESPECTFULLY SUBMITTED, By: John N.Stewart,Senior Vice President Address: 4800 Overton Plaza, Suite 380, Fort Worth, Texas 76137 Date: 07/26/2012 Is,oy,— Weld County Est. Parts Costs $ 547,763.66 Est. Labor Costs $ 689,131.17 Est. Sublet Costs $ 70.708 35 Est. Admin Costs $ Proposed Mgmt Fee $ 74,243.76 Proposed Target $ 1,596,461.87 One Million, Five Hundred and Ninety-Six Thousand, Four Hundred and Sixty-One Dollars and Eighty-Six Cents words Hourly Sell Rate 53.23 Light duty vehicles $ Fifty-Three Dollars and Twenty-Three Cents words Heavy duty vehicles$ 54.22 Fifty-Four Dollars and Twenty-Two Cents words The Award of the Contract will be made to the most qualified and responsible Contractor in accordance with criteria as outlined in this Request for Proposal. The County reserves the right to reject any or all proposals. The Contractor certifies that he/she has read, understands, and will fully and faithfully comply with this RFP, its attachments,and any reference documents. The Contractor also certifies that the prices offered were independently developed without consultation. All prices quoted must be firm for a period of one hundred and twenty (120)days from the date proposals are due. Should this proposal be accepted, a contract will be prepared and Contractor agrees to execute the agreement(s)with and provide a performance bond to the County within thirty (30) days after being notified of awarding the contract. RESPECTFULLY SUBMITTED, By: John N. Stewart, Senior Vice President Address: 4800 Overton Plaza, Suite 380, Fort Worth, Texas 76137 Date: 07/26/2012 RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following addenda to the request for Proposal for Equipment Maintenance Services. # 1 Dated 6/20/2012 # 2 Dated 6/25/2012 Dated # Dated Dated Failure to acknowledge receipt of addenda may cause the proposal to be considered non- responsive. ,} Signature 141± J N. Stewart Title nior Vice President Date 07/26/3012 • cyjFleet Management Services for Weld County, Colorado Technical and Fee Proposal ADDENDUM #1 BID REQUEST NO. B1200101 FLEET MAINTENANCE SERVICES/FINANCE DEPT Please note the following changes/additions to the original RFP: 1) New Fleet list including the location/dept names, depreciation schedule &vehicle acquired dates. 2) Vehicle Odometers 3) Life cycle information ***Please sign and fax back to Weld County Purchasing 970-336-7226. Thank You!*** Addendum received by: FIRM: G4S Integrated Fleet Services, LLC ADDRESS: 4800 Overton Plaza, Suite 380 CITY, STATE AND ZIP: Fort Worth, Texas 76109 EMAIL: John.StewartV g4s-is.com BY: o n N. Stewart TITLE: Senior Vice President JUNE 20TH, 2012 Solicitation: 1200101 Page 51 "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal." ©2012 Fleet Management Services for Weld County, Colorado Technical and Fee Proposal „„ hp FLEET SERVICES ADDENDUM #2 BID REQUEST NO. B1200101 FLEET MAINTENANCE SERVICES/FINANCE DEPT Please note the following changes to the original RFP: • 1) Under our Table of Contents: Notice of Request for Proposal we state: Request is also for maintenance for Banner Health —Paramedic Fleet Maintenance. 2) Banner Health — Paramedic Fleet Maintenance will not participate in this proposal— please omit any references that are in coniunction to their requests. ***Please sign and fax back to Weld County Purchasing (a) 970-336-7226. Thank You!*** Addendum received by: FIRM: G4S Integrated Fleet Services, LLC ADDRESS: 4800 Overton Plaza, Suite 380 CITY, STATE AND ZIP: Fort Worth, Texas 76109 EMAIL: John.Stewart(c�g4s-is.com BY: o n N. Stewart TITLE: Senior Vice President JUNE 25TH, 2012 Solicitation: 1200101 Page 52 'Use or disclosure of data contained on this sheet is subject to the restriction on the tit'e page of this proposal' 2012 Fleet Management Services for Weld County, Colorado cyj Technical and Fee Proposal Part VI Attachments ▪ Bid Bond ▪ W-9 • • • Solicitation: 1200101 Page 53 -Use or disclosure of data contained or.this sheet is suoject to the restriction on the title page of this proposal." ©2012 A . =triATA Document A3IOTM - 2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place G4S INTEGRATED FLEET SERVICES,LLC of business) 12250 El Camino Real LIBERTY MUTUAL INSURANCE COMPANY San Diego,CA 921303076 175 Berkeley Street This document has importent legal Boston,MA 02116 consequences.Consultation with OWNER: an attorney is encouraged with (Name,legal status and address) rasped to its completion or WELD COUNTY,COLORADO modification. Purchasing Office Any singular reference to 1150 0 Street,Greeley,CO 80631 Contractor.Surety,Owner or BOND AMOUNT: Five percent of amnum bid. other party shall be considered (5%of Amount Bid) plural where applicable. PROJECT: (Name,location or address and Project number,if any) Contract No.131200101 -Fleet Management Services Project Number,if any: The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the tithe specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond.between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents.and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall • be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 24th day of July,2012 • G45 INTEGRATED FLEET SERVICES,LLC (Principal) (Seal) (Witness) �} yn �/ 0 (Title) /t�t_e J` , / aJ� l'l Y i .� . LIB MUTUAL RANCE PANY Carotin K. S'urerv) (Smut) (Witness) Caroline K.Lamarre • (Title) Claudette Alexander Hunt,Attorney in Fact AIA Document A3101"—2010.Copyright®1963.1970 and 2010 by The American Inslitule of Architects.Al rights reserved. THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 5403310 This Power of Attorney Inds the acts of those named herein,and they have no authority to bind the Company except In the manner and to the extent herein stated. Certificate No. American Fire and Casualty Company liberty Mutual Insurance Company The Ohio Casualty Insurance Company Peerless Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: ThatAmmiran Eke&Casualty Company and The Ohio Casualty Insurance Company am corporations duly organized under the laws of . the State of Ohio.that Liberty Muted Insurance Company is a corporation duly',method under the laws of the State of Massachusetts,that Peerless Insurance Company Is a corporation duty oyadzed under she laws of the State of New Hampshire,and West American Insurance Company Is a corporation dry organized under the laws of the State of Indiana(het* colecdvety called the'Companies'),pursuant to and by authority herein set forth,does hereby name.constitute and appoint, ,asePM M.PIETRANGELO,cuUDErlEAI f N1PER HUNt, CAROLINE ICLAMARRE...—._ _ ___ _ ..... —. S of the city of MIAsr Ste of AWIMMA each individually if there be more than one named,its true and lawful attorney-In-fact to make,execute.reel,acknowledge and delver.for and on ib behalf as surety and as its act and deed,any and at undertakings,bonds,reoogniaances and other surety obfgatln.In pursuance of these presents and shall • be as dicing upon the Companies as ff they have been duly signed by the president and attested by the secretary of she Carganles in their OAT proper persons. IN WITNESS WHEREOF,ihisPowerotetomey has been srrbscibed byan authorized ofcerorot dSoftlmCongariesandihecorporatesedsoftheConhpanieshavebeenaffxedtheretothds amm day of MAY 2012. Si cnx E,R `tv hallo „µ.�w..ti, souks (AMeq, American Fire and Casualty Company 9 p a� -�F,� yoY '°+i ,� '�-F �.w — Fos 3es calf The Ohlo Casualty Insurance Company : O it cam'tA lsa u atom, a Er t sr �s 1 cx,0r,;e Liberty Mutual Insurance Canpany W 0 n SEAT. s SM.Ah.�,� t�'1° /F '1901 if z SEAL Peerless Insurance Company s 'a IC '���e'� �%�a�?+" \ /.tom 6� °o err WestAmeripn Insurance Company Cm Iry cu ! I. recce^. RFEtti*' 44CE COW d CO a 40 C By: A • a C STATE OF WASHINGTON es Gregory w..Davenport,Assistant secretary 3 COUNTY OF KING A 0 LI O On0this Hal day of MAr �e before me personaly appeared Gregory W.Davenport who acknowledged himself to be the Assistant Secretary of American Fire and A • Is 2 Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Company,Peerless Insurance Companyand West American Insurance Company,and that he,as such,bring • h-s Iv authorized so to do,execute the foregoing instrument f r the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. E Ca y O IN WITNESS WHEREOF,I have hereunto subscrbed my name and affixed cry notarial seal at Seattle,Washington,on the day and year fist above mitten. <tif S 4- ICbP� as ,.,.,. ty: m C Q r - •"•'k-�� - KD Riley,Na Pudic 3, W c� E ::. *` e nt : This PawercfAtoney is made and executed pursuant to and by authority of the fokNring By-laws andAEHionmtasofAmerican Eire and Casualty Company,The Ohio Casuaty Insurance °1$ e Company Liberty Mutual Insurance Company,West American Insurance Company and Peerless Insurance Company,which resolutions are now In full force and g as effect reading follows: $tai „pis ARTICLE IV-OFFICERS-Section 12.Power of Attorney.Any officer another official of the Corporation authorized for that purpose In writing by the Chairman a the President and s o c to such tmhatoh as the Che-xnun a the President may presaibe.shall appoint such asmays-in-fad,as nay be necessary to ad In behalf of the E ackodedge and delNeras surety any and all uderta set make, eirrsp,ctKe 9 m IMgs,bonds,reoognirerhces and other obligations. Such altoneya-in-fact. Irritations forth in their respective =powers of attorney.shall have MI power to bind the on by their signature and execution of any such Instruments and to the seal the Corporation. When so 'oT.valt - E executed,such inskumanh Baal be ding as if signed tithe Resided and attested to by the Secretary'.Any power or authority granted to any�mrrpresatttive or attorney-In-fact under 0 E . a u the provisions of this article may be revoked at any lime by the Board,the Chairman.the President or by the officer a officers granting such power or authority. 5 To c.> „EARTICLE XII—Execution of Contracts—SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president gr.),Z u at o and subject to such linins as the chairman or the president may prescribe.shall appoint such attornysan-fact eeessabehalfCompany to ma clii as may be nty to ad in of the ke,execute, c seal,acknowledge and deliver as surety any and al undertakings,bonds,recagntzances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their a r respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company When so OT executed such instruments shad be as binding as if signed by the president and attested by't the secretary. Certtute of Designation—The President of the Company.acting pursuant to the Bylaws of the Company,authorizes Gregory W.Davenport Assistant Secretary to appoint such atbmey-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,reoegnimhces and other surety obligations. Authorization—By unanimous consent of the Company's Boyd of Directors.the Company consents that facsimile or mechanicaky reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any poser of attorney issued by the Company in connection with surety bonds,steel be valid and bring upon the Company with the same farce and tee:las though menedy affixed. I,David M.Carey,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company West American Insurance Company and Peerless Insurance Company do hereby certify that the original paver of attorney of which the foregoing b e full,true and correct copy of the Power of Atlomey executed by said Companies,Is In full force and effect and has not been revoked. � y ) IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed Be seals of said Companies Com this- day of v.ltcL" ,2,20 !v �Q�CAN F/�P t,, IeyLyt e_j tO��W+vw.rt\20 �(/Y'�'°�RT�m /i _ e( In ssw-ow-`x° _ 1 }> By: n\SEAL,12.- i SEAL ' it / sN,SEAL 1 David M.Ca Assistant Secretary y$\J�i o3'c ra .a t,� \_/ T m6.y",------,a Carey. 'II Tr c0*R A•/ 1.4 re.,:ob' keens "ea co POA-MCC.LMIC,OCIt,PIC a MAC LMS_12873-041012 Form W'9 Request for Taxpayer Give Form to the (Rev.January 2011) Identification Number and Certification requester.Do not Department of the Treasury send to the IRS. Internal Revenue Service Name(as shown on your income tax return) G4S Integrated Fleet Services, LLC dba All Star Fleet Services ei Business name/disregarded entity name,if different from above m m A o- Check appropriate box for federal lax c wclassification(required): ❑ IndividuaVsole proprietor S C Corporation ❑ S Corporation ❑ Partrxsship ❑TrusVestate ao ' u ✓ Limited liacilit company.Enter the tax Cassiheation corporation. P. 9nersni '❑Exempt payee • o ❑ Y P Y (C=C SS caporaton, pe p) L o L a V `: Other(see instructions)► Address(number.street,and apt.or suite no.) I Requester's name and address(optional) I., a 112250 El Camino Real m m City.state,and ZIP code CD in San Diego, CA 92130 j List account number(s)here(optional) • IrliaTaxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on the"Name"line I Social security number to avoid backup withholding.For individuals,this is your social security number(SSN).However,for a ' I I I I resident alien,sole proprietor,or disregarced entity.see the Part I instructions on page 3.For other entities,it is your employer identification number(EIN).If you do not have a number,see How to get a • TIN on page 3. Note.II the account Is in more than one name,see the chart on page 4 for guidelines on whose I Employer identification number I number to enter. 2 6 I - 1 4' 7 7 4 2 8 , Part II Certification Under penalties of perjury,I certify that: 1. The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me),and 2. I am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by tre Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding,and 3. I am a U.S.citizen or other U.S.person(defined below). Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding • because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid,acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally,payments other than interest and dividends,you are not req:ire°to sign the certification,but you must provide your correct TIN.See the instructions on page 4. Sign . signature of 4171.5/144e Ay '® •f Here I u.s.person► �[/� 1. � CFO Date► 1041 /� General Instructions—"/VI/ I Note.If a requester gives you a form other than Form W-9 to request your TIN,you must use the requester's form If it is substantially similar Section references are to the Internal Revenue Code unless otherwise to this Form W-9. noted. Definition of a U.S.person.For federal lax purposes,you are Purpose of Form considered a U.S.person if you are: A person who is required to file an Information return with the IRS must •A'individual who is a U.S.citizen or U.S.resident alien, obtain your correct taxpayer identification number(TIN)to report,for •A partnership,corporation,company,or association created or example,Income paid to you,real estate transactiors,mortgage interest organized in the United States or uneer the laws of the United States, you paid,acquisition or abandonment of secured property,cancellation •An estate(other than a foreign estate),or of debt,or contributions you made to an IRA. •A domestic trust(as defined in Regulations section 301.7701-7). Use Fcrm W-9 only If you are a U.S.person(including a resident alien),to provide your correct TIN to the person requesting it(the Special rules for partnerships.Parnerships that conduct a trade or requester)and,when applicable,to: business • bin the United States are generally required to pay a withholding tax on any foreign partners'share of income from such business. 1.Certify that the TIN you are giving is correct(or you are waiting for a number to be issued), Further,in certain cases where a Form W-9 has not been received,a partnership is required to presume that a partner Is a foreign person, 2.Certify that you are not subject to backup withhoding,or and pay the withholding tax.Therefore,if you are a U.S.person that is a 3.Claim exemption from backup withholding if you are a U.S.exempt partner in a partnership conducting a trade or business in the United payee.If applicable,you are also certifying that as a U.S.person,your States,provide Form W-9 to the partnership to establish your U.S. allocable share of any partnership income from a U.S.trade or business status and avoid withholding on your share of partnership income. is not subject to the withnolding tax on foreign partners'share of effectively connected income. . Cat No.10231X Formes-9(Rev.1-2C11) cyjFleet Management Services for Weld County, Colorado Technical and Fee Proposal Part VII Appendix No additional information provided. Solicitation: 1200101 Page 57 "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal: ©2012 Hello