Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2023-03-14 - AGENDA REPORTS - PURCHASE MOBILE COMMAND UNIT
O Agenda Item: 7 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: TAA,/� DATE: March 14, 2023 SUBJECT: PURCHASE OF A SPECIALIZED MOBILE COMMAND UNIT DEPARTMENT: City Manager's Office PRESENTER: Tyler Pledger RECOMMENDED ACTION City Council: Approve the "piggyback" purchase of a C-45X-4 Specialized Mobile Command Unit, using Sourcewell cooperative purchasing contract #113021-OKC in an amount not to exceed $1,507,138. 2. Appropriate one-time funds in the amount of $694,001 from the General Fund (Fund 100) to expenditure account 1008102-520103 and $13,037 from the Federal Grant (Fund 229) to expenditure account 2296150-520103. 3. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The City of Santa Clarita's (City) Emergency Operations is charged with responding to emergency events and protecting residents from unsafe conditions, including natural and man- made hazards. This includes coordinating and facilitating preparedness, response, recovery, and mitigation efforts. The City's Local Hazard Mitigation Plan (Plan), updated and approved by City Council in 2021, identifies local hazards and a long-term strategy to reduce disaster losses and increase preparedness. As outlined in the Plan, the City is highly susceptible to hazards such as wildfires, earthquakes, and power outage events, often requiring the City's emergency response. To enhance the City's emergency response through increased situational awareness and effective communication with other agencies during emergencies, acquiring a Mobile Command Unit was identified in the City's five-year strategic plan Santa Clarita 2025 (SC2025). The goal of a Mobile Command Unit is to increase the City's ability to facilitate emergency Page 1 Packet Pg. 50 O briefings, support tactical operations, and enhance interagency communications in response to natural and man-made disasters. The Mobile Command Unit will allow the City to mobilize the City's Emergency Operations Center during prolonged disasters and better coordinate disaster response and recovery with local emergency services, utility companies, community -based organizations, and school districts. Furthermore, this vehicle can be stationed at large events and serve as a strategic meeting space for emergency response personnel, including the Los Angeles County Sheriffs and Fire Departments. This vehicle can also be used to increase the City's community outreach and education efforts specifically with regard to public safety and emergency preparedness. By displaying this vehicle at a variety of large-scale events throughout the City, staff can connect with residents and share best practices for emergency preparedness and mitigation. The Mobile Command Unit is designed to replicate an emergency operation center with advanced technology and communication capabilities. The vehicle will accommodate a large conference area, seven workstations, teleconferencing, radio communications, press conferences, and more. The vehicle is designed to be setup and operational in minimal time. The estimated lead time for fabrication and delivery of the vehicle is 22 to 24 months after purchase. While the vast majority of the City's fleet is procured locally, staff has confirmed that no local vendors provide this type of vehicle due to the customization and features required. After performing cost analysis and reviewing commercial list pricing for comparable vehicles from other sources, it has been determined that Sourcewell's cooperative purchasing contract 9113021-OKC with Oshkosh Corporation provides competitive pricing, quality service, and the best value to the City. The City will purchase and place the order for the vehicle through South Coast Fire Equipment, a dealer within the Oshkosh Corporation network. On July 11, 1995, the City Council approved "piggyback" purchasing, allowing the City to place orders against a competitively -awarded public agency contract. The City is utilizing the cooperative purchasing contract between Sourcewell and Oshkosh Corporation. This contract, which was awarded on February 15, 2022, was competitively solicited through a nationwide bid process and is valid through February 10, 2026. The vehicle's total purchase price, including tax and delivery, is $1,507,138. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Upon approval of the recommended actions, adequate funds will be available in expenditure accounts 1008102-520103 (General Fund), 2296150-520103 (Federal Grant), and 2596151- 520103 (Misc. Grant Fund), to support the recommended action. ATTACHMENTS Santa Clarita C-45X-4 Mobile Command Proposal (available in the City Clerk's Reading File) Page 2 Packet Pg. 51 O Sourcewell Contract #113021-OKC (available in the City Clerk's Reading File) Page 3 Packet Pg. 52 Yd j I l/ C-45X-4 (m) Custom Mobile Command Vehicle* Presented to: City of Santa Clarita Tyler Pledger / Roger Wilcox -04 Submitted by: Adrian Beyer, South Coast Fire Equipment Andy Callaway, Frontline Communications Date: March 2, 2023 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 1. PURPOSE AND SCOPE 1.1. Introduction The purpose of this document is to define the minimum operational performance standards and equipment required for the Mobile Command Vehicle. Compliance with this document is a means of assuring that the vehicle will perform its intended function(s) satisfactorily under all conditions normally encountered in operations. Any regulatory operation of this vehicle is the sole responsibility of user. Section 1.0 of this document provides information needed to understand the rationale for the vehicle's operational performance and equipment requirements. It describes typical vehicle applications and operational goals, as envisioned by the proposal team and establishes the basis for the standards stated in Section 2.0 and Section 3.0. Section 2.0 contains the minimum performance standards required for the vehicle's chassis. These standards specify the required performance under normal environmental conditions. Also included are recommended road test procedures necessary to demonstrate vehicle compliance with the minimum requirements. Section 3.0 describes the vehicle modular body area and accessory equipment requirements. Operational equipment characteristics are defined as well as conditions that will assure the equipment user that operations can be conducted safely and reliably in the expected operational environment. Section 4.0 provides an area to list and describe Customer Furnished Equipment (CFE) and allows inclusion of addition details and instructions as needed for installation and/or expected operation of CFE components. Section 5.0 is used to list and describe additional included equipment and features as selected by the customer. Additional details and instructions may be included to ensure that optional items are installed and function as designed. Section 6.0 outlines the basic FRONTLINE COMMUNICATIONS warranty. Additional warranty features may be identified if warranty deviations or enhancements are included. 1.2. Quality and Workmanship Frontline Communications has set the pace for quality and workmanship in the specialty vehicle field. Our tradition of building the highest quality units with craftsmanship second to none has been the rule right from the beginning and we demonstrate that ongoing commitment by: - Robust engineering — We utilize parametric modeling software in the design of our bodies and components to ensure the highest quality engineering. 2 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 - Systems Engineering — We have a dedicated engineering team inhouse with considerable experience designing highly complex systems to meet any requirement. - Vehicle production — From welding to custom built harnesses to fit and finish to systems integration, our completely in house team of dedicated craftsmen set the standard for how custom specialty vehicles should be built — to last! Frontline Communications operates a Quality Management System under the requirements of ISO 9001. These standards sponsored by the International Organization for Standardization (ISO) specify the quality systems that are established by the manufacturer for design, manufacture, installation, and service. A copy of the certificate of compliance is included with this proposal. In addition to the Quality Management system, we also employ a Quality Achievement Supplier program to ensure the vendors and suppliers that we utilize meet the high standards we demand. That is just part of our overall "Quality at the Source" program at Frontline Communications. • global assurance This is to cedify that the Quality Management System of: Pierce Manufacturing, Clearwater, Frontline Communications, & Oshkosh Specialty Vehicles 1277044th Street North Clearwater FL 33762 United States of America applicable to. The design, manufacture and service of rescue, broadcast, command vehicles, commercial and specialty military products has been assessed and approved by National Quality Assurance, U.S.A., against the provisions of: ISO 9001:2015 �r V For and on behalf of NQA, USA A T E D page 1 of 1 Certificate Number: 13820 EA C Code, 19 Certified Since: June 24, 2011 Valid Until: June 15, 2023 Reissued, June 16, 2020 Cycle Issued: June 16, 2020 This approval is subject to the company maintaining its system to the required standard, which will be monitored by NQA, USA, 289 Great Road Suite 105, Acton, MA 01720, an accredited organization under the ANSI National Accreditation Board. 3of33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 2. VEHICLE REQUIREMENTS 2.1.Vehicle Design Requirements The vehicle's mobile deployment goal defines the design and minimum chassis performance standard requirements. As mentioned, the vehicle will be a self-propelled truck -body vehicle with an enclosed modular body area (defined in section 3). Furthermore, due to quick maintenance turn -around, locally experienced maintenance mechanics, and availably of replacement parts, preference is given to a vehicle that is manufactured in the United States. The sub -sections below define the vehicle's design and performance requirements. 2.2. General Chassis Specification Model: Freightliner M2-106 Conventional Chassis Regular Cab Model year: Current Year Axle, front: Detroit DA-F-14.7-3 Rated @ 14,700 pounds Axle, tandem rear: MT-40-14XRated @ 40,000 pounds Battery: Two (2) Group 31 12V Maintenance Free Alternator: 275 Amps Brakes: Air brake package Cruise Control: Electronic with switches in LH switch panel Emissions: 50 State Federal, 2010 EPA/Carb Emission Cert. Engine: Cummins L9 350EV HP @ 2000 RPM Engine cooling: Heavy Duty Coolant to -34F Frame: Rail and cross member Fuel capacity: 50 Gallon Tank LH, polished aluminum GVWR: 54,600 pounds Suspension, front: Taper -leaf Spring 14,600 lb. Suspension, rear: Airliner 40,000 lb., extra duty, dual air rear suspension leveling valves Steering Gear: Power Steering Transmission: ALLISON 3000 EVS Automatic with PTO provision Wheelbase: 292" tandem rear axle Bumper: OEM, 3-piece, chrome Wheels: Polished aluminum Tires: Michelin, XZE 12R22.5 16 Ply Front, XDN2 11 R22.5 14 Ply Rear Glass: Tinted windshield Mirrors: Dual West Coast, bright finish, heated, with LH and RH remote, lower convex Cab Color: White Climate Control: OEM Dash heat, defrost and air conditioner with recirculation switch Door Locks and Windows: Power Interior Finish: Gray with black rubber flooring Instrument Panel: Gray panels with black gauge bezels 12V Outlet: Two (2), Installed in dash Seat, Driver -High Back Air Suspension, mechanical lumbar, dual armrests 4 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 Seat, Passenger -High Back Non -Suspension, dual armrests Restraints: 3-point harness Radio: AM/FM/WB world tuner radio with Bluetooth, USB, and Aux inputs Steering Column: Tilt/Telescopic Windshield Wipers: Variable intermittent Unless otherwise stated all other features will be the OEM standard available at time of manufacture Frontline Communications: Body Safety Warning Package including audio and visual alerts. 2.3. Rear Bumper A rear bumper will be provided with the vehicle. It will be constructed of ASTM A36 and structural A500 steel material. The bumper will be a minimum of 3" high with a minimum 10" top deck covered in 1/8" NFPA diamond plate for walking. The bumper will be 96" wide with 45-degree chamfers on the back outside corners. To provide adequate support strength, the bumper will be mounted directly to the rear of the stock chassis frame. The bumper will be mounted using 1/2" grade-8 bolts to attach to pre -drilled holes in the chassis frame. 2.4.Operation and Accessibility of Controls The operation and accessibility of controls will be within the physical means and the ergonomic ability of a human of average stature. The vehicle will not be required to meet handicapped driver requirements. 2.5. Road Test Procedures The Road Test Procedures will not be required if the vehicle has been delivered under its own power at a distance of not less than 200 miles. If the vehicle is to be delivered by flatbed trailer or any other means other than driven under its own power, a factory road trip of not less than 20 miles is required before being loaded for delivery to end customer. 2.6. Vehicle Design Assurance The vehicle will comply with all State and Federal Transportation Agencies. 2.7. General Design and Construction To control quality, ensure compatibility, and provide a single source for service and warranty, the body will be entirely designed, welded, assembled and painted in Pierce owned manufacturing facilities. 5 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 3. VEHICLE BODY AREA REQUIRMENTS 3.1. Vehicle Body Area The vehicle's mission goal of providing a self-contained mobile unit defines the design and minimum performance standard requirements of the modular body area. 3.1.1. Modular Body Design An underlining objective of this section is to specify requirements that insure a high degree of roadworthiness of the final vehicle design. Such is also reinforced by the requirement that the vehicle will meet State and Federal guidelines, code and compliances, and safety regulations. The body area will be designed as to equally distribute the curbside -to -street side payload to the maximum degree possible. Payload distribution with respect to the front and rear axles will be arranged as to not to exceed the load of either axle. The modular body is designed to withstand intermittent use on unimproved surfaces. 3.1.2. Body The Modular Custom Body will be completely designed and manufactured in-house and will be an all -aluminum body manufactured utilizing aluminum alloys capable of carrying the maximum payload allowed by the chassis. All framing and structural supports will be welded in accordance with the current standards as set forth in the American Welding Society Code. The Body will have a seamless finish with no exposed fasteners. The body will be attached to the chassis with hardened steel "U" bolts fastened to the chassis and body mounting rails. A neoprene -mounting cushion will be installed between the modular body and the chassis frame. The body will be designed and constructed to insure a life expectancy of more than ten years with normal use. The body will also include the following features: • Welded 3/16 aluminum 5052-1-132 alloy wheel wells with mud flaps • All body trim pieces, hinges, and handles will be stainless steel or other non- corrosive material • All exterior fasteners such as machine screws, bolts and sheet metal screws will be stainless steel. 3.1.3. Welding Specifications All materials used for fabrication will be new and unused. All structural welds will be continuous bead welds. Staggered intermittent welds may be used in specific areas as the design permits. All welds will be of first -quality standard with no slag scale, flux, spatter, or pinholes prior to the application of any surface coating. 6 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 All aluminum welding follows American Welding Society D1.2 2014 Structural Welding Code - Aluminum. All sheet metal welding follows American Welding Society B2.1 2020 requirements for structural welding of sheet metal. Our flux core arc welding for steel uses alloy rods, type 7000 and is performed to American Welding Society Standards A5.20- E70T1. Furthermore, all employees classified as welders are tested and certified to meet the American Welding Society codes and recertify every three (3) years. Pierce also employs an American Welding Society Certified Welding Inspector in plant during working hours to monitor weld quality. 3.1.4. Paint Prep Procedure All bodies and applicable parts will be painted using the Akzo Nobel / Sikkens Autocoat BT System. This is a Base Coat / Clear Coat system that delivers a durable low maintenance and long-lasting finish. The exterior body paint finishing process is as follows: Manual Surface Preparation — All exposed metal surfaces on the body will be thoroughly cleaned and sanded for paint. All imperfections on the surface will be removed or filled, then sanded smooth. All welds in the body will be filled and sanded to achieve a smooth seamless finish. Chemical Cleaning and Treatment — All metal surfaces will be cleaned to remove all dirt, oil, grease, and metal oxides to ensure the subsequent coatings bond well. An Alodine pretreatment will be applied to ensure proper adhesion and help prevent corrosion. Sealer Primer Coat — A two-part Epoxy Primer / Sealer will be applied in a single coat, followed by two coats of a High Build Primer Surfacer. This will be sanded smooth prior to Top Coating. All seams and gaps will then be sealed with a Urethane seam sealer. Topcoat Paint — Akzo Nobel Autocoat BT LV650 Basecoat will be applied to opacity for correct color matching. Clearcoat — Akzo Nobel Autocoat BT LV650 Clear will be applied in two single coats to achieve gloss. All removable items such as brackets, compartment doors, trim, etc. will be painted separately to insure paint behind all mounted items. After the cab and body are painted, the color will be verified to make sure that it matches the color standard. Electronic color measuring equipment will be used to compare the color sample to the color standard entered into the computer. Color specifications will be used to determine the color match. A Delta E reading will be used to determine a good color match within each family color. All removable items such as brackets, compartment doors, door hinges, and trim will be removed and painted separately if required, to ensure paint behind all mounted items. Body assemblies that cannot be finish painted after assembly will be finish painted before assembly. 7 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 The paint finish quality levels for critical areas of the apparatus (cab front and sides, body sides and doors, and boom lettering panels) are to meet or exceed Cadillac/General Motors GMW15777 global paint requirements. Orange peel levels are to meet or exceed the #6 A.C.T. standard in critical areas. These requirements must be met in order for the exterior paint finish to be considered acceptable. The manufacture's written paint standards will be available upon request. VEHICLE PAINT COLOR- WHITE (other colors to be specified in optional equipment). 3.1.5. Undercoating Undercoating will be applied to the underside of the vehicle to protect the body and components from moisture and damaging compounds. KJPA: • i 3.2.1 Roof Structure Roof structure will be a 3/16" 5052 aluminum formed roof truss system designed to maximize strength with cross members welded in place on 16" centers, with the exception of around roof top air conditioners and roof top air vents. The roof trusses will be constructed to ensure a'/2" crown to facilitate water run-off. The roof is framed around the perimeter with a custom aluminum extrusion with an integrated drip rail. All roof trusses will be welded in place to the edge extrusions and to other beams. No mechanical fasteners will be used for the construction of the roof. Sub structure bracing for aluminum tapping plates of sufficient size and strength will be welded in place for equipment racks, masts, HVAC platforms, grab handles or other body components as needed. 3.2.2 Roof Skin A roof that can be walked on and utilized for observation and equipment mounting is provided. Therefore, a minimum of 1/8" NFPA aluminum diamond plate will be utilized and will be continuously welded around the perimeter. Upon completion of the body, the roof will go through a vacuum test before moving to the paint finish process. The roofs perimeter, longitudinal and transverse weld seams will be vacuum tested with 10 — 15 Hg for 1 min. per section of weld to ensure water -tight integrity. The results will be documented in the body build log. 3.3.1 Wall Structure The wall structure will be designed to incorporate framing around all doors, windows, and 1/0 panels. The design also incorporates the lower compartments and wheel openings into 8 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 a single piece wall construction, eliminating the need for add on skirts. The construction will be T-6061 alloy 2" x 2" x 1/8" aluminum tube welded in place on 16" maximum centers. Aluminum tapping plates of sufficient size and strength will be welded in place for masts, ladders, and any other body mounted components that may be added to the structure. Main door frames and the lower horizontal main tube section will incorporate 2" x 3" x 1 /4" tubing for maximum support. The top tube section will mate perfectly with a custom corner extrusion that creates a 2" continuous seal along the upper body ridge before the wall skin is applied. 3.3.2 Wall Skin The finished wall skin will be a 1/8" aluminum 5052-H32 alloy material. The finished wall will be free of vertical or horizontal seam lines. The aluminum sheet will be bonded to the wall tubing using 3M 4000 UV, a Silane Modified Polymer (SMP) Adhesive, providing 450 psi Tensile Strength. The wall section will be loaded on a horizon plane with a minimum 10 psi to ensure the proper bonding properties are achieved. All skin joints will be continuously welded to ensure a completely void free seam. All areas between body skin and frames or extrusions are cleaned, sanded and primed with Akzo Nobel LV260 Epoxy Primer. All door frames have 3M 08475 Seam Sealer Tape applied as a barrier. 3.3.3 Rub Rail Bottom edge of the side wall will be trimmed with a bright aluminum extruded rub rail. This trim will be 2 1/8" high with 1 3/8" flanges turned outward for rigidity. The rub rails will not be an integral part of the body construction, which allows replacement in the event of damage. 3.3.4 Body Fender Crowns Stainless steel fender crowns will be provided around the rear wheel openings. These fender crowns will be wide enough to prevent splashing onto the body from the tires. A rubber welting will be provided between the body and the crown to seal the seam and restrict moisture from entering. A dielectric barrier will be provided between the fender crown fasteners (screws) and the fender sheet metal to prevent corrosion. MElma 0. 3.4.1. Floor Structure The cross section of the floor is as follows: • 1/2" Neoprene spacer glued in place on top of the chassis frame rails. 9 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 • Body floor structure will be welded to two 4" x 8" aluminum 1-beams for maximum stability. This creates a flat floor interior and maximizes underbody compartment capacity. • A 1/16" aluminum sheeting on the bottom of the body floor structure is welded in place, then completely sealed between each tube section using a Dow urethane sealant to provide a moisture barrier before the sub -floor is installed. • Main frame section is 2" x 3" x 1/4" T-6061 aluminum tubing on 16" maximum centers welded in place to the 1-beams. • A minimum 2" of a 2-part Dow Chemical polyethylene insulating foam is sprayed in place between floor structure tubing members. • The sub -flooring is 1/4" Okume 10-ply; void free plywood screwed in place to the floor tube structure. Each fastener location is countersunk, treated with body filler, and sanded to a smooth even finish. • The floor will be finished with black Lonseal heavy-duty vinyl flooring. An 8-foot-wide material will be used to eliminate seams in the finished floor. 3.5. Personnel and Compartment Doors 3.5.1. Door Construction The doors will be fabricated by design of the manufacturer. Doors are to be installed with 3" continuous stainless -steel hinges. All door hardware will be fully adjustable to maintain a perfect alignment throughout the life of the vehicle. The entry door will have a minimum width of 29" with a minimum height of 6 feet and include heavy-duty spring -loaded devices to keep the door open or closed as required. 3.5.2. Door Design The door design is a pan -formed, welded assembly with 1/8" 5052 aluminum sheet forming the exterior skin. Two rotary latches will be installed in each door. 3.5.3. Door Jamb The doorjamb extrusion will be welded to the body wall structure. Two striker pins will be installed in each entry doorjamb. MXMI • • :FTTRIrM The door handles will be stainless steel to include locking two stage rotary latches with paddle -type handles and dual door striker pins for secure closure. 3.5.5. Hinges 10 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 All exterior hinges used for entry and compartment doors will be stainless steel, continuous, piano type, with a 3" open dimension with a 1/4" diameter hinge pin. Hinge mounting holes will be slotted to allow door adjustment in two planes. Holes will be drilled and tapped in door and jamb extrusions to accept stainless steel fasteners protected with an anti -corrosion material. 3.5.6. Gaskets The passenger and compartment door gaskets will be designed to match the doorjamb extrusions. The gaskets will be extruded from a material designed to satisfy use in extreme ambient temperatures. There will be no interruptions in the gasket for door locks, latches, or hinges. Gaskets will be miter cut at the corners and sealed with weather strip adhesive. 3.5.7. Door Window Each entry door will have a tempered tinted glass non -opening window and removeable cover 3.5.8. Entry Steps The step system is behind a custom door that matches the other storage doors on the body. The door folds out flat, with an additional two-step extension that extends down. The step system creates a 5-step entry that is ergonomically designed for a nominal 8" to 9" step height. The step surfaces are welded in place and made of 1/8" NFPA bright aluminum diamond plate material. Two 12V DC LED lights are installed in the lower portion for step visibility. A fold -away removable handrail will be provided for the entry steps. 3.5.9. Grab Handles For entry step safety, two 1114" non -slip grab handles with rubber inserts that meet NFPA 1901 will be installed. One will be installed vertically on the modular body at the opening side of the entry door, and one will be installed on the inside of the door at a 45-degree angle. The grab handles will be approximately 30-36 inches in length and be securely mounted to properly reinforced locations within the structure. 3.6. Compartments 3.6.1. Generator Compartment The generator compartment will be designed and constructed from 1/8" aluminum sheet, continuously welded to prevent carbon monoxide intrusion into the user area of the vehicle. The floor of the compartment will be reinforced to withstand a minimum static load 11 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 of 1000 pounds. This requirement is needed support the generator and all related equipment. Air flow through the compartment is critical to the extended operation of the generator in high ambient temperature conditions. Fresh air intake and exhaust are located to provide maximum air flow while minimizing noise. Air louvers that are exposed to the exterior painted surfaces of the vehicle will custom designed and manufactured units fabricated from 1/8 aluminum welded to an aluminum frame and will match the exterior of the vehicle. The design of the louver will provide a minimum air flow and provide a minimum of 85 percent free air efficiency. Behind the louvers will be a wire mesh screen to prevent small object infiltration, while maximizing air flow. The compartment will be lined with thermal and acoustical insulation to minimize thermal and audible intrusion into the personnel area. The material will be Polymer Technologies or equal and provide a triple composite insulation system. The thickness will be 1 3/8" inches minimum and will be bonded to the generator compartment walls and ceiling. The compartment will be lighted by a minimum of two compartment lights. All 12 VDC circuits and battery cables will be protected in high temperature loom and supported. Al high voltage wiring will be run in flexible conduit properly sized to handle the circuits and cables. Service points will be readily accessible and not blocked by added equipment or devices. An oil drain system will be included to prevent drain oil from entering the compartment and provide a secure shutoff and drain hose extension system. 3.6.2. Battery Compartment The battery compartment will be constructed from 1/8" aluminum sheet, continuously welded to prevent battery gas intrusion into the user area of the vehicle. Vent fittings will be installed on the inboard side of the compartment. This vent system includes a 120VAC fan that is activated during charger operation (When charger is installed in battery compartment) and will allow for air circulation around the batteries. 3.6.3. Storage Compartments Storage Compartments will be installed on the street and curbsides of the modular area body and will be a continuously welded all -aluminum design. The compartment will be fabricated from 1/8" aluminum sheet and be a "Sweep out" design. These compartments will offer quick access for easy service and maintenance from the exterior of the vehicle. All compartments have weather strip gaskets around the full perimeter of the doors, and non-skid material installed on the sills. 12 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 All compartments include locking two stage rotary latches with stainless steel paddle -type handles and dual "Nader Pins" for secure closure. All compartments will have automatic DC LED lighting. Compartments will be made of smooth aluminum. All storage compartments will have a small circular filtered air vent in the upper rear corner to allow moisture to escape. All compartments include heavy duty gas shock closers, one installed per door. 3.6.4. Hydraulic / Pneumatic Compartment A storage compartment will be installed at the rear street side of the modular body that is used for the air compressor and hydraulic pump, if required. The compartment will be fabricated from 1/8" aluminum sheet and be "Sweep out" design. 3.7. Electrical 3.7.1. 12 VDC Low Voltage Wiring All DC wires are heat resistant type that meets SAE J1128 type SXL and/or Multi - Conductor, Tinned Copper Conductors, PVC Insulation Cable. (Multi -conductors are used only for Control and Instrumentation inside the modular body) The wires are loomed and routed the maximum distance away from possible high heat sources and properly clamped to body or frame members to preclude chaffing on other components. Where holes are cut in the body structure for wiring, they shall have the whole circumference grounded and filed smooth and rubber grommets shall be installed. The wires are labeled every 3" with number and function and of a gauge that is rated to carry 125% of the maximum current for which the circuit is projected. All wires and cables shall be marked at each end with a function number that is documented in the DC schematic and described in the wire list. Battery cables are sized to match the OEM cables with crimped terminals and a black shrink tubing protecting the negative terminals and red for the positive terminals. 3.7.2. Modular Body Battery System The modular body will be equipped with a dual battery system. Two Group 31 lead acid batteries with a minimum of 210-amp hours are used to support the modular body and communications loads. The batteries will be charged by a converter/charger. The system batteries are protected by a 300 amp in -line fuse. 3.7.2.1. Battery Parallel System 13 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 The system batteries are isolated from vehicle batteries and can be paralleled when necessary to assist in starting vehicle or generator. There will be a momentary switch located on the vehicle cab console and one in the modular body power distribution panel. This switch will combine both battery banks for 5 minutes. 3.7.3. Power Converter/Charger One 120VAC to 12VDC Progressive Dynamic marine grade 80-amp power converter will be provided to support the 12VDC electrical load and charge the batteries during generator or shore power operations. Vent fittings will be installed on the inboard side of the compartment. This vent system includes a 120VAC fan that is activated during charger operation (When charger is installed in battery compartment) and will allow for air circulation around the batteries. 3.7.4. 120/240 VAC High Voltage Wiring Wire sizes will be determined per circuit requirements and in accordance with the National Electrical Code. All 120/240VAC wiring will be routed through cable raceways. Fixed wiring systems that are not in raceway are routed in flexible conduit rated at not less than 194 degrees Fahrenheit. Type SO cord with a rating at least 600 volts are use on equipment plugged into receptacles. All wires will be type THHN, THW or Type SO cord. Electrical cords or conduits will be supported within 6 inches of any junction box and at a minimum of every 24 inches of continuous run. All wiring will be secured and fastened at all bends and will be protected against chaffing and damage. Wiring will be concealed but easily accessible. All circuits will be properly grounded in accordance with the National Electrical Code NEC 250-6. All wires and cables will be mark at each end with a function number that is documented in the AC schematic and described in the wire list. All wiring and associated equipment will be tested by the manufacturer and quality assurance personnel. Electrical polarity verification will be made on all permanently mounted equipment and receptacles. 3.7.5. Power Distribution Panel The Power Distribution Panel will consist of a custom designed anodized black aluminum panel with white laser etched descriptions for every breaker and switch. The panel is equipped with 120/240-volt, 50 amps, single-phase, three -wire system that has appropriately sized circuit breakers. An Analog Frequency/Amps/Voltmeter is located on the main power distribution panel. Its features are frequency display 55 to 65Hz, Ammeter displays 0 to 100amps, AC Voltmeter 14 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 display 0 to 150vac with a selector switch between phases. A surge suppression device that meets the requirements of ANSI and IEEE will be installed per phase located in the power distribution enclosure. Other appropriately sized circuit breakers will be installed for 12 VDC applications. A manual power transfer switch will be installed in the electrical distribution panel for selection of either generator power or shore power. The transfer switch will switch both hot legs and the neutral keeping all power sources isolated. The panel will also contain DC meters for monitoring voltage and generator hours. A generator remote start/stop switch and Line Alive indicators for shore power, generator and night service will be provided. The panel is hinged to provide easy service entrance for maintenance. 3.7.6. External Shore Power Input Connector(s) An external power inlet, Hubbell 50A 125/250V, 3 pole 4 wire Twist -Lock will be installed on the street side of the modular body. The stainless -steel shore power inlet has a self - closing cover so that the interior is shielded from the elements when not in use. It is watertight when the cover is securely fastened. This connector will be used to provide the required 240-volt, 50 amp, single-phase, three -wire AC service to the power distribution panel. A recessed aluminum waterfall enclosure will be installed in the body for the shore power connector. This enclosure provides protection for the shore power connector and is angled downward to allow water to run off. 3.7.7. Night Service A "Night Service" 120VAC auxiliary AC input allows connection of chassis and generator block heaters, and the battery charger/converter. This circuit is used when the vehicle is on the road and standard external power is not available overnight. 3.7.8. 120 VAC Outlets One (1) 120VAC/USB duplex outlet will be installed in the raceway at each of the workstations. Two (2) 120VAC GFCI duplex outlets with weatherproof covers will be installed on the exterior curbside; each exterior duplex will be on separate circuits. 15 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 3.7.9. 12 VDC Lighting (Interior) 12-volt ceiling mounted 12 white dimmable light fixtures with switches will be installed in the interior areas. These lights will be individually switched in zones or at the electrical Power Distribution Panel. 3.7.10. 12 VDC Lighting (Exterior) Six (6) Whelen M9 series LED exterior scene lights will be installed on the exterior of the vehicle, with two (2) curbside, two (2) street side and two (2) on the rear. The two on the rear will also serve as back up lights that will be activated along with the standard reverse lights when the transmission is placed in the reverse gear. The scene lights will be two-way switched from the electrical control panel or cab dash. Each exterior compartment will have a 12VDC LED lighting. 3.7.11. Rear FMVSS Lighting The rear (D.O.T.) LED lighting will consist of the following: Two (2) Whelen®, Model M613TT, red LED stop/taillights Two (2) Whelen, Model M6T, amber LED arrow turn lights Two (2) Whelen Model M6BUW, LED backup lights The lights will be mounted in polished combination housing. Two (2) Whelen, Model M6FCV3P, three (3) place chromed ABS housings provided for the rear M6 series stop/tail, directional, and back up lights. The marker and clearance lights will be Truck-Lite, LED light fixtures. Truck-Lite NYK-77 anti -corrosive will be applied to lamp -plug interfaces. 3.8. Generator 3.8.1. Generator Description A 20KW 120/240VAC 60 Hz water-cooled diesel -powered generator will be provided. The generator is mounted on rubber isolators. The generator and muffler will be mounted as required to suppress sound and vibration. 16 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3.8.2. Shutdown System 3/2/2023 The generator will be equipped with sensors that will activate the generator shut down system on low oil pressure and high-water temperature. 3.8.3. Block Heater The generator will be equipped with engine block heater if available from the generator manufacturer as an OEM feature. 3.8.4. Remote Start The generator will include a remote Start/Stop preheat switch and hour meter located in the modular body power distribution panel. 3.8.5. Fuel Supply Fuel supply for the generator will be from the chassis fuel tank. The system will be designed and installed to leave a minimum of 10% of fuel in the tank when the generator runs out of fuel. 3.8.6. 12VDC Alternator The generator will be equipped with a 12VDC alternator that will be wired to charge the modular body battery as well as satisfy all 12VDC systems of the generator. 3.8.7. Night Service A "Night Service" 120VAC auxiliary AC input allows connection of chassis and generator block heaters, and the battery charger/converter. This circuit is used when the vehicle is on the road and standard external power is not available overnight. 3.9. HVAC Three (3) air conditioners will be roof -mounted units rated at 15,000 BTU each. An HVAC ducting system will be installed to provide consistent cooling throughout the vehicle. The ducting system will be insulated and is an integrated part of the ceiling structure. 2" X 8" aluminum tubing will be used for supply ducting to create a common supply. This system can deliver conditioned air from any unit that is running to any supply vent in the vehicle. In case of failure this allows the remaining units to keep the whole truck supplied with conditioned air. The return ceiling grilles will be located astride of the supply ducts. 17 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 The air conditioners are equipped with condensation pumps to drain condensation through drain tubes integrated into the structure of the body, eliminating water run-off onto the roof and sides of the mobile command vehicle. Two (2) 110V wall -mounted heaters rated at 5000 BTU each will be installed in the interior of the body. 3.10. Interior 3.10.1. Walls The walls will be insulated with minimum 2" sprayed in two-part Dow Chemical polyethylene insulating foam providing an R-12 value. The insulation will be covered with 3/8" plywood and screwed to the aluminum wall structure. The walls will be finished with gray colored commercial grade non -static sound absorbing carpet. 3.10.2. Floor The floor will be insulated with minimum 2" sprayed in two-part Dow Chemical polyethylene insulating foam providing an R-12 value. The insulation will be covered with 3/4" plywood and screwed to the aluminum floor tubes. The floor will be finished with black Lonseal heavy-duty vinyl flooring. An 8-foot-wide material will be used to eliminate seams in the finished floor. 3.10.3. Ceiling The ceiling will be insulated with minimum 2" sprayed in two-part Dow Chemical polyethylene insulating foam providing an R-12 value. 3/8" plywood will be applied to the bottom of the roof structure and finished with gray colored commercial grade non -static sound absorbing carpet that matches the interior walls. 3.10.4. Cabinet 3.10.4.1. Cabinet Construction Interior cabinets will be constructed of aluminum panels, aluminum extrusions and zinc plated, aluminum or stainless -steel fasteners. No rivets will be used, and all components will be CNC punched. The principal walls, shelves and frames will be fabricated from .063" aluminum and pre -punched with all required assembly and mounting slotted holes. Latches will be a full width extruded pull handle with integrated self -latching mechanisms that allow one hand unlatching and opening on the entire width of the panel. The finish will be a polyester powder coat, color to be light gray. Drawer slides will be all steel double carriage ball bearing, full extension slides capable of withstanding 234 lbs. loading per drawer. Doors are formed to a 1" thickness from a single sheet of aluminum. 18 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 3.10.5. Work Surface Construction The work surface construction will include 3/4" plywood top with 5/8" build up below 1 3/8" deep for attachment of black rubber bull nose trim to front of console. Top to be white spectrum laminate glued in place to finish the countertop surface. 3.10.6. Conference Area The conference area is located as shown in the body plan view drawing. This area consists of a conference table with seating. Chairs are provided for the conference table. These will be secured with eyehooks and bungee cords while the vehicle is in transit. The conference table will be supported by an aluminum trough and legs to provide cable routing paths. Space for recessed equipment points in tabletops may also be added to this section. 3.10.7. Workstation Area Storage cabinets and workstations per drawing will be provided. Overhead storage cabinets will be installed above the base cabinets. Chairs will be provided for the front area workstations. Chairs will be secured with eyehooks and bungee cords while vehicle is in transit. A lockable pocket door will be provided to separate the interior sections of the vehicle per vehicle drawing. The pocket doors will be constructed of 3/4" x 1 3/4" aluminum tube frame covered in 1/16" aluminum skins. The door will be finished to match the walls. A window will be installed in the upper section of the door. A nylon or fabric cover will be provided for the window and attach to the door with Velcro or snaps. 3.10.9. Communications Wiring Raceways A typical 3 1/2" x 4 3/4", painted (gray) steel cable raceway will be installed above consoles and in the upper corners of the walls and roof, from the equipment racks throughout the truck to provide for communication cabling to the workstations, conference table or other locations as needed. The raceway covers will be removeable to provide easy access to the wiring. Wiring installed in the raceway will be neatly bundled and secured. 3.10.10. Equipment Rack One, custom-built, EIA 19" equipment rack will be installed for maximum strength and best utilization of space. See drawing for locations. The rack will be manufactured from angled steel rails drilled and tapped per industry standards. The rack frame will be constructed of 1/8" aluminum sheet reinforced with '/4" aluminum plate as required. The rack frame will be 19 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 securely fastened to'/4" plate that is welded to modular body frame. A'/2" wide braided ground strap will be installed between the racks and the modular body frame. No wood will be used for any structural component of equipment racks. All racks include edge protected circular openings for clean routing of cables, and full- length cable tie -off bars to facilitate secure and reliable equipment installation. The rear of the rack will have a vertical outlet strip with AC outlets to accommodate all equipment power distribution requirements. The rear of the rack will have 12V DC LED vertical light strips installed to illuminate the back of the rack. Lights are controlled by a switch at the DC power panel or when the rack door is open. Racks are to have maximum amount of vertical space for equipment installation and will be 30" deep with rear mounting rails at 18" and 24". The equipment rack(s) are cooled with a 100 CFM blower panel per rack located in the top trim panel. This blower pulls hot air from the top of the equipment rack and expels it into the main compartment. This hot air is then conditioned by the air conditioning system to be supplied back into the vehicle. 3.10.11. Securing the Interior Various methods will be provided for positively securing all drawers, tables, TV, chairs, doors, or other items within the interior of the unit. 3.11. Safety and Security 3.11.1. Smoke and CO Detectors The modular body will be provided with smoke and CO detectors, per zone (ops / conference), powered by the 12-volt system. 3.11.2. Door Alarms An audible and visual warning shall be installed in the cab and activated when ignition is turned on and any compartment, personnel, or cab door is open. The warning is also activated when any deployable equipment is deployed, including but not limited to mast, awning, satellite antenna and stabilizer jacks. 3.11.3. Fire Extinguishers Two (2) five (5) pound fire extinguishers — one in cab and one in body. 20 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 3.11.4. Road Safety Kit Reflective warning triangles shall be included, located in a storage compartment. 3.12. Documentation OEM manuals including the chassis, and individual OEM provided component manuals are included as provided by the OEM manufacturers A PDF copy of the Frontline exteriors, interiors, AC and DC, and communications systems drawings are included. 4. CUSTOMER FURNISHED EQUIPMENT (CFE) A list of all CFE must be provided to allow for consideration of vehicle preparation, materials and labor for installation and integration. Customer furnished equipment will be handled and integrated with due care and will be delivered in the same condition it was received. Frontline Communications assumes no liability for equipment that is damaged during shipment to our facility, and any equipment received damaged will be reported to appropriate personnel at the customer's facility for direction as to appropriate action. Customer furnished equipment will be required a minimum of 30 days prior to integration. Customer furnished equipment includes equipment identified as "CFE" 21 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 5. ADDITIONAL INCLUDED EQUIPMENT A list of all additional included equipment must be provided to allow for consideration of vehicle preparation, materials and labor for installation and integration. Additional included equipment: # Qty Manufacturer ModelItem Description1.01 1 Freightliner M-2 2025 Chassis Surcharge 4 HWH Hydraulic chassis stabilizing straight acting jacks, 4.05 1 HWH 16", with remote control and "jacks down" indicator warning lights located on dash. Single pump. Front Jack rated at 16000 lb. ea. Rear Jacks rated at 24000 lb. ea. C-35, C-40 7.02 1 Zico 3096 Zico Model 3096 Quic-Ladder folding ladder, installed on rear of vehicle. Tubular antenna raceway installed on roof, custom fabricated, .125" aluminum, approximately 6" x 6", welded to roof with 2" standoffs at 60" spaces. Includes two vertical raceways/chimneys welded through diamond plate roof for 8.03 2 Frontline interior wiring routing. Exterior side and ends of raceway painted to match vehicle. Includes grommeted service points at approximately 24" spacing, increasing serviceability. Accommodates direct mounting of MIMO and other large antennas. Custom sized slide -out, 8' or less in width and 30" extension Small slide -out depth, with a flat floor area. Utilizes an HWH side mounted 9.02 2 Frontline less than 8' hydraulic slide system to extend and retract the slide -out (108") flat floor section. Operated with a rocker switch placed in a convenient location. Two amber flashing lights installed one in each end of slideout. Controlled by switch. Custom sized slide -out, from 8' to 12' in width and 30" Medium slide- extension depth, with a raised floor area. Utilizes an HWH 9.03 2 Frontline out 8' (108") - side mounted hydraulic slide system to extend and retract 12 (144) raised the slide -out section. Operated with a rocker switch placed in floor a convenient location. Two amber flashing lights installed one in each end of slideout. Controlled by switch. 10.01 5 Frontline Modular Body Additional 1' of body length Exterior Display Compartment for external mounted 43" display. Custom fabricated aluminum frame and door. Painted to match body. Includes two gas shocks, lockable 10.07 1 Frontline latch, and LED compartment lighting with switch. Includes raceway and wiring for power/video/audio to display and 120V duplex outlet. I/O panel installed in raceway is an additional option. 22 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 Clip on tray, .125" aluminum, DA finish, 23" wide, 18" deep, 11.01 1 Frontline Custom 1" front lip, 2.75" rear lip, tapered side lips. Two tray receivers installed on body with stainless wear pad to protect body. 13.02 1 Additional roof mounted air conditioner, 15,000 BTU. May require shore power and/or generator upgrade. Air conditioner condensation drain system up to 4 air 13.04 1 Coleman conditioners installed using roof top air conditioners. System uses tubing routed to ground. 30-amp night service/aux input to charge batteries and 18.04 1 Kussmaul outlets. Kussmaul - Super Auto Eject 30 Amp, 120V - 091- 159-30-120, yellow cover -yellow, blue, red, white 19.01 1 Bunn BTX Coffee Maker, 10 cup, Bunn, BTX, includes velcro strap to secure carafe/coffee maker. 19.03 1 RecPro EM925AQR-S Microwave Oven- 1 cubic foot, 900W, installed in cabinet, on a dedicated breaker. Includes mounting flange. 19.04 1 Norcold NR751 BB Refrigerator- 2.7 cubic foot, AC/DC, installed in lower cabinet. Interior lighting upgrade from white to red/ white LED 19.13 1 12 systems lighting. Installed in ceiling and under upper cabinets. Includes dimmable switching feature, select between red or white lighting. 19.15 5 Frontline Custom Sliding, swivel, pedestal mounted seat base installed in slide out 19.16 1 Frontline Custom Sliding, swivel, pedestal mounted seat base installed in floor at conference table. Galley sink- Includes sink, faucets, paper towel holder, soap 19.19 1 Frontline dispenser, freshwater tank with city water connection, gray water tanks with manual dump valve for waste tank. 19.22 2 Quartet Infinity Magnetic Glass Marker Board, White Glass. 24" X 36" 21.02 1 Whelen L22LGP Green LED flashing beacon mounted on roof or mast top Perimeter enhancement (porch) LED light, chrome flange. 21.04 2 Whelen PELCC (Typically installed over equipment rack door and entry doors. Whelen 54" LibertyTM 11 Solo WC Series Lightbar, fully populated w/ (8) Solo Series Linear -LED® Flasher 22.01 1 Whelen Liberty IW2xxxx Iightheads, on a SS permanent / Adjustable Mounting Bracket to the roof of cab. color to be determined by customer at CDR Frontline custom communications console to house controller, two radios, switches, outlets installed between 22.05 1 Frontline driver and passenger seat. (Installation of controller, radios, switches, outlets not included) Includes map box. Painted black. Whelen Siren Full Function (Up to Two 100 Watt Speakers) 22.06 1 Whelen 295SL101 and Heavy -Duty Plug-in Microphone with Volume Control Knob, 12 VDC 23 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 22.10 1 Whelen SA315P Whelen Speaker SA315P, composite, 100W 22.15 2 Whelen M4 series Whelen M4 series Super -LED Steady burn with Clear outer lens, blue, red, amber, clear 22.17 2 Whelen M4FC Flange, Chrome, M4 Series Lighthead 22.19 8 Whelen M6 series Whelen M6 series Super -LED Steady burn with Clear outer lens split color 22.20 8 Whelen M6FC Flange, Chrome, M6 Series Lighthead 22.25 8 Whelen M9 series Whelen M9 series Super -LED Steady burn with Clear outer lens split color 22.26 8 Whelen M9FC Flange, Chrome, M9 Series Lighthead 42' heavy-duty Will -Burt mast system. Includes aluminum 23.02 1 Will -Burt 710304201 nycoil enclosure painted to match body, air compressor, air tank, oiler, regulator, laser etched interface panel, hoses, control valves, pendant control, handheld spotlight 23.04 1 Frontline Custom .125" aluminum mast cover. Painted to match body. Carefree of Mirage 20' 110V Electric Awning- Carefree of Colorado, Mirage with 25.07 1 Colorado VW20102510BT DRC110 Electronics, Acrylic. White aluminum cover. Cadet Gray fabric. 25.08 1 Frontline Custom paint color for 20' awning. Metallic not included 200.02 1 Frontline Custom Provision for graphics wrap - per Santa Clarita provided artwork - tbd 24 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 5.5 ADDITIONAL TECHNICAL SYSTEMS INCLUDED EQUIPMENT A full list of included technical systems equipment is provided here to define the integration of equipment to facilitate the full scope of functionality for command and tactical operations. ModelDescription A/V Equipment Video Switching 100.04 100167 1 Extron 60-1497-21 Fixed Switcher: DXP 1616 HD 4K PLUS, 16 x 16 HDMI Matrix Switcher 100.24 100814 4 Extron 60-682-02 MKP 2000 - Remote Control Panel X-Y Button Panel for Extron Matrix Switchers 100.27 101255 4 Monoprice 43328 4K SlimRun AV 49' Active Optical HDMI/Fiber Conversion Cable, (or equivalent model) 100.28 101256 1 Monoprice 43329 4K SlimRun AV 65' Active Optical HDMI/Fiber Conversion Cable, (or equivalent model) Video Equipment Apple TV 4K (32GB) High Dynamic Range (Dolby Vision and HDR10) for stunning picture quality 100.34 98909 1 Apple MXGY2LL/A Dolby Digital Plus 7.1 surround sound. Includes Siri Remote with voice search. Or Current Model ShareLink Pro 500 with Miracast: 100.35 100222 1 Extron 42-297-01 Share Content Wirelessly from Windows PCs, Apple & Android Phones and Tablets WebShareTM shares content via a Web browser Satellite TV Equipment TRAV'LER DirecTV Pro Model 100.40 100943 1 Winegard SK2SWM3 One -touch Auto Acquire, 3 Satellites, requires extension cable 100.43 101261 2 DirecTV H24 DirecTV HD Receiver, RF Capable 100.45 101263 2 DirecTV RC66RX RF Remote Control Off Air TV Equipment 100.46 95383 1 iView 3500STBII Multi -Function Digital ATSC Tuner. Built-in HDMI and Analog Output or Equivalent 100.47 88417 1 Middle RC-2 2 RU Clamping Rack Mount Shelf Atlantic 100.48 100195 1 WINEGARD AIR 360 OFF -AIR ANTENNA, Omnidirectional Dome, Roof - Mount 100.49 FAB 1 Frontline Custom OFF -AIR ANTENNA Mounting Platform 25 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 Audio Equipment 100.54 101096 1 SHURE BLX24RSM5 Wireless Vocal Rack Mount System with SM58 8-H10 Handheld Microphone (or equivalent model) 100.55 100887 1 RDL ST-VCA3 Voltage -Controlled Amplifier 100.56 03610 1 RDL PS-24AS 24 Vdc Switching Power Supply, North American AC Plug, 500 mA, do Plug 100.57 100888 1 RDL DB-RLC10K Remote Level Control, Black (interior/exterior compartment) 100.60 100694 1 Speco PMM120A 120W RMS P.A. Mixer Amplifier (or equivalent model 100.61 90937 2 Whelen SA315P Exterior 100-Watt Speaker, Nylon Composite, Black (or equivalent model) FSBNN30M Outdoor Rated IP45 Soundbar, 70W 2.1 Outdoor 100.62 101264 1 Furrion SS-BL Soundbar with Built-in Subwoofer - Black, RCA / 3.5mm / Optical, 39.4" x 3.5" x 3.5" Displays 100.72 101835 14 Viewsonic VG2240 22" Business Monitor With Speakers, Full HD, HDMI, DisplayPort, VGA (Or Equivalent) 100.77 101272 1 Samsung UN55AU800 55" Class 8000 Series LED 4K UHD Smart TV (Or OFXZA Equivalent) 43" Commercial Ultra -Thin Signage Display, Anti- 100.82 100890 1 Samsung QB43R-B Glare, Rated for Exterior Use up to 400C Operating Conditions Or Equivalent) Touch Screens / Conference Displays 100.86 100759 1 Viewsonic IFP5550 55" 4K Ultra HD resolution and an immersive 20- point touch screen (Or Equivalent) Display Mounts STAND- VIVO Adapter VESA Mount Quick Release Bracket 100.89 100446 14 VIVO VAD2 Kit For Small Displays, 75mm 100mm, 22 Ibs, Require VESA Wall Mount d05327 Straight Mount VESA Wall Mount: Fabricated, For 100.90 0 14 FRONTLINE d053270 Use With VIVO VESA Adapter, Reinforced for Mobile Applications 100.94 94930 1 Chief RLF2 FIT Extra -Low -Profile Hinge Mount for 32-52-Inch Displays, Reinforced for Mobile Applications TV Wall Bracket for most 42-72 Inch TVs. Up to 100.95 101276 2 Mounting MD2268-XL 10 Degree Tilting, VESA up to 800x400mm and Dream 132 Ibs, Reinforced for Mobile Applications (or updated model AN Miscellaneous 100.10 NPN 1 Frontline ATEBC-AV2 Additional Terminal Equipment, Brackets, and 7 Cables for AV Systems - Medium 26 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 Network• PC Equipment Routing and Switching Equipment 52-Port JetStream PoE+ Switch, 48 x Gigabit PoE+ Ports (30W), 4 x Shared Gigabit SFP Slots, 110.01 101278 1 TP-Link TL-SG3452P L2/L3/L4 QoS and IGMP snooping, IPv6, VLAN, QoS, Multicast Support, IPv6, Local & Omada SDN Cloud Management, 104Gbps Switching Capacity, 384W POE Budget Or Updated Model 110.05 89627 2 Trendnet TC-P24C6 PATCH PANEL, RJ-45, CAT6, 1X24 Cellular Network Equipment R1900 Series 5G Cellular Router, FirstNet, Dual MB01- SIM, 4-Port Switch, Firewall Throughput: 940 110.16 101242 1 CRADLEPOINT 19005GB- Mbps, WWAN, Wi-Fi 6 802.1lax, Bluetooth 5.1, (4 GA Cell, 2 Wifi, 1 GPS, 1 BT Connection) NetCloud 1 ear subscri tion, or updated model Synergy 9-in-1 5G MIMO Antenna. 4x 5G MA1509.AK. (600MHz-6GHz), 1x 5G (1.7-6GHz), 3x WIFI, 1x 110.19 100760 1 TAOGLAS 001 GPS. (or updated model) Includes low -loss cable extensions to equipment rack. 110.23 CFE 2 TBD TBD Install Customer Provided SIM card Cambium Outdoor Wireless Access Point, Enterprise Grade, 110.90 101384 1 Networks e505 802.11ac Wave 2 Dual -Band, 2x2, 5dBi Omni AP, Gigabit Ethernet, IP55, PoE (or equivalent model) 110.92 95139 1 Laird TRAB24/490 Dual Band Diversity 2.4/4.9-5.8 WiFi Antenna NMO Technologies 03 Black VOIP Phone Equipment - 3 Wall Phones, 1 Conference/Speakerphone, With 1st Year Services 110.32 101295 3 �IP Access CISCO 504G VOIP Phone, POE, Services sold separately. international Works on any internet connection. Computer Equipment 110.45 CFE 4 TBD TBD Installation of Customer Supplied Workstation computers W1A30A#BG HP LaserJet Pro MFP M428fdw All -In -One Printer, 110.50 100226 1 HP J Print/Copy/Scan/Fax, Wifi, Rack -Mountable: 16.5" x 15.4", Or Updated Model 110.51 101372 1 HP T630 DesignJet 24-in Plotter/Printer, Includes Tie Downs For Transit, Or Updated Model Network HD PTZ Camera Equipment VS265- Viper PTZ High Definition IP H.265 Mast Camera 110.55 100891 1 WTI HD30L-POE- with 30x Optical Zoom Lens with Image SE Stabilization, De -Fogging feature, Wide Dynamic Range 110.56 100892 1 WTI MSCPOE- Interface Cable, 3 Ft (Mast Integration) 110.57 100528 1 WTI MSCPOE- Interface Cable, 20 Ft (Roof Integration) 27 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 SIDEWINDER DESKTOP CONTROLLER, 110.58 95299 1 WTI DTC-720-A INCLUDES WALL BLOCK TERMINAL JUNCTION BOX, PATCH CABLE AND POWER SUPPLY Network Security Camera Equipment - NDAA Compliant 8CH IP 1 U RACKMOUNT NVR - 2HDD - IP NVR- RESOLUTION UP TO 8MP/30FPS (128MBPS) - 110.84 101381 1 ICREALTIME FX08POE- Smart H.265+/H.265/Smart H.264+/H.264 - 8 1U4K1-4TB PORT EMBEDDED POE SWITCH - 4TB ore uivalent model 4MP IP INDOOR/OUTDOOR SMALL SIZE 110.85 101700 6 ICREALTIME IPEG-D40E- VANDAL DOME. FIXED 2.8MM LENS (1040 FOV). IRW1 98 FEET SMART IR. POE CAPABLE. (or equivalent model Radio Equipment Cab Radio Equipment Mid -Tier Mobile Radio Provision Includes Installation of Transceiver, Antenna, Speaker, Remote Head(s) Quoted Radio Spec Below: - APX6500 UHF R2 MID POWER MOBILE - ADD: AES ENCRYPTION AND ADP - ADD: SPKR 15W WATER RESISTANT - ADD:ANT LOW PROFILE 450-512 MHZ 120.05 REQ 1 TBD TBD - ADD: ASTRO DIGITAL CAI OPERATION - ADD: NO GPS ANTENNA NEEDED APX - ADD: REMOTE MOUNT E5 MID POWER - ADD: APX CONTROL HEAD SOFTWARE - ENH: CONVENTIONAL OPERATION APX6500 -ADD: DVRS MSU ACTIVATION - ADD: APX E5 CONTROL HEAD - ADD: STD PALM MICROPHONE APX - ENH: 3 YEAR ESSENTIAL SVC 120.02 88439 1 Tessco MABTO NMO base (with cable and connector), Cab 28 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 Mobile Radio Equipment High -Tier Mobile Radio Provision Includes Installation of Transceiver, Antenna, Speaker, Remote Head(s) Quoted Radio Spec Below: - APX8500 ALL BAND MP MOBILE - GROUP SERVICES - AES/DES-XL/DES-OFB ENCRYP APX AND ADP - WIFI/GNSS STUBBY ANTENNA LMR240 - ENH: OVER THE AIR PROVISIONING - TDMA OPERATION - ADD: ALL BAND MOBILE ANTENNA (7/8/V/U) - ENH: SMARTZONE 120.04 REQ 3 TBD TBD - STD WARRANTY - NO ESSENTIAL - AUXILIARY SPKR 13W (3.2OHM) - REMOTE MOUNT CABLE 50 FT APX - APX CONTROL HEAD SOFTWARE - REMOTE MOUNT E5 MP - ENH: ASTRO DIGITAL CAI OP APX - APX E5 CONTROL HEAD - STD PALM MICROPHONE APX - MULTIKEY OPERATION - ENH: P25 TRUNKING SOFTWARE APX - LICENSE, IMW PRESENCE (PER USER) - LICENSE, IMW GROUP MANAGEMENT - LICENSE, TRUNKED RADIO USER 120.08 88439 6 Tessco MABTO NMO base (with cable and connector), Body 120.57 101127 6 Jotto 425-3816 Magnetic Palm Microphone Hangup Holder For Mobile Radios Miscellaneous Radio Equipment 120.74 NPN 1 Frontline ATEBC- Additional Terminal Equipment, Brackets, and RAD101 Cables for Radio Systems - Small Miscellaneous Clocks and TimingEquipment 00-00775- ency Time Manager (ETM) clock & timer 30.9 BTT 1 Intellitec 000 cally designed for ambulance or an Eee ency response vehicle Frontline Back Up Camera System 130.04 90451 1 SHARPVISION M0700127M 7" COLOR LCD MONITOR 130.05 90452 1 SHARPVISION CW134639C WATERPROOF BACK-UP CAMERA, SHARP Al CCD 12VDC 150 DEGREE, WHITE 130.06 90453 1 SHARPVISION 85444219 CABLE FOR BACK-UP CAMERA, 30M 4 PIN CS134404C1 WATERPROOF, SIDE BACKUP CAMERA, RIGHT 130.07 99225 1 SHARPVISION (1020 SIDE RIGHT 29 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 CS134404CI WATERPROOF, SIDE BACKUP CAMERA, LEFT 130.08 99226 1 SHARPVISION (1020 LEFT) SIDE Frontline 130.09 99224 2 SHARPVISION Part CABLE FOR BACK-UP CAMERA, 15M, 4PIN #2234340- 0091 130.10 BTT 1 Frontline ATEMCB Additional Terminal Equipment, Brackets, and Cables for Backup Camera System Airmar Weatherstation Equipment NMEA0183/2000 WEATHERSTATION, RS-422, 130.43 99432 1 Airmar WS-150WX 12V, ROOF OR MAST MOUNT - Includes Weathercaster Software WS-120WX- NMEA0183/2000 WEATHERSTATION, WITH 130.44 101312 1 Airmar HTR HEATER, RS-422, 24V, ROOF MOUNT ONLY - Includes Weathercaster Software 130.45 1 101313 1 Actisense USG-2 USB to Serial Gateway 0183, RS232, RS422 130.46 96426 1 Airmar WS-C10 10 METER STANDARD WEATHERSTATION CABLE, ROOF MOUNT 130.47 101314 1 Airmar WS-C45 45 METER STANDARD WEATHERSTATION CABLE, MAST MOUNT 130.48 101315 1 Airmar WS-C10- 10 METER WEATHERSTATION CABLE W/HTR, HTR-10 10-PIN 130.49 101316 1 Orion ORION-TR 12V/24V-5A (120W) ISOLATED DC -DC CONV 12/24-5A 130.50 NPN 1 Frontline WSB Custom Weather Station Mounting Bracket - Airmar Microsoft Surface Pro 8-13" Touchscreen - Intel® 130.51 101876 1 Microsoft 8PQ-00017 Core TM i5-8GB Memory - 128GB SSD - Device Only or updated model VidaMount VESA Tablet Enclosure - Microsoft Surface Pro 8 & Pro X - Black, Compatible with 130.52 101877 1 VIDABOX VB_VESA_S model(s): 1983, 1876 PR08_BLK Power button access via service hole or knockout Works natively with VidaPower solutions for USB char in orequivalent model 130.53 NPN 1 Frontline ATEMWS Additional terminal equipment, mounting hardware, and cables for Weather Station Systems Additional Systems equipment 130.65 NPN 1 Frontline 1.25XNYCOI NYCOIL, 1.25" DIA. FOR 42' MAST WITH L STANDARD CABLES 130.68 100532 2 Logitech 910-002225 Logitech M185 Wireless Mouse (NVR, Decoder) 130.70 91836 1 Middle US1 U1 RACKSHELF, UNIVERSAL, 1 RU Atlantic 130.71 88417 4 Middle RC-2 2RU Clamping Rack Mount Shelf Atlantic 30 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 130.72 96959 1 Middle BR-1 BRUSH GROMMET PANEL 1 RU Atlantic 130.73 02985 1 Middle TD3 3RU DRAWER ANODIZED BLACK Atlantic 130.75 REQ 1 Laser Panel EXTIOP Anodized Aluminum with Laser Etched Characters Custom Exterior 1/0 Panel With Connectors 130.76 REQ 6 Laser Panel WSIOP Anodized Aluminum with Laser Etched Characters Custom Workstation 1/0 Panel with Connectors Anodized Aluminum with Laser Etched Characters 130.77 REQ 2 Laser Panel CTIOP Custom Recessed Box 1/0 Panel with Connectors (Conference Table) 130.79 100169 2 Kramer TBUS- Large Conference 1/0 Box with Retractable Lid, 10XL(B) Black, Or Equivalent Rack -Mounted Anodized Aluminum with Laser Etched Characters Custom DC Distribution Panel 130.80 REQ 1 Laser Panel DCIOP with Fabricated Rack Enclosure, Up to 48 Labeled Fuse Positions, Requires Frontline Fabbed Panel Cover Engineering, installation, wiring, testing and documentation of all network, audio, video, radio, and communications equipment. All cables and wires are numbered and referenced to customer 130.82 NPN 1 Frontline System Lot approved flow diagrams. All audio, video, network, and RF cables and construction techniques meet highest industry standards. Fiber and specialized cable testing will be billed separately. 31 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 6. VEHICLE WARRANTY 3/2/2023 Frontline Communications warrants the vehicle against defects in material and workmanship for a period of two (2) years. Frontline Communications warrants the welded structure and skin of the body of this unit against defects in material and workmanship for a period of ten (10) years. Frontline Communications warrants the fabricated parts and paint of this unit against defects in material and workmanship for a period of five (5) years. Frontline Communications warrants the electrical system of this unit against defects in material and workmanship for a period of two (2) years. OEM equipment warranties will be provided by the OEM. Freightliner chassis warranty for Frontline is 3 years / 100,000 miles Cummins Engine warranty is 5 years / 100,000 miles. See warranty document for complete terms and conditions of the Frontline Communications warranty. 32 of 33 Oshkosh Corporation Classification - Restricted FRONTLINE C 0 M M U N I C A T I 0 N S C-40 Mobile Command Vehicle 3/2/2023 FRONTLINE COMMUNICATIONS SYSTEMS DESIGN, ENGINEERING, AND INSTALLATION SERVICES Frontline Communications will install all equipment listed in this proposal. This includes equipment provided by Frontline Communications and customer furnished equipment (CFE). Installation service includes all required miscellaneous hardware for complete systems installation. All cables are labeled on both ends with wire numbers that match customer approved flow diagrams. All cables, connectors, and construction techniques meet highest industry standards. Frontline Communications will provide acceptance testing and one day of operation and maintenance training at our facilities in Clearwater, Florida upon completion of the vehicle. IMPORTANT NOTE ABOUT FRONTLINE COMMUNICATIONS DESIGN AND INTEGRATION POLICIES Customer approval of Frontline Communications provided system diagrams will be required before integration starts. Changes to the system design by the customer AFTER integration starts will be evaluated for cost and time delay impact. This information will be reported to the customer for a decision to proceed. Frontline Communications may elect to make minor changes, such as wire numbering, during construction. These changes will not affect the performance of the system or alter the cost or delivery schedule. Changes to the specification (including deletions) requested by the customer after integration begins will incur additional costs to include the actual cost of the equipment and restocking fees if applicable and may impact the completion date. No changes will be implemented without customer approval of cost and time delay impact. FRONTLINE COMMUNICATIONS PRODUCT DESIGN CHANGE POLICY In an effort to continually improve the quality of our products; Frontline Communications reserves the right to make changes in the design and construction of our standard product at any time. These changes may be in suppliers, construction techniques and/or materials used in the build and conversion of our vehicles. These changes will not affect the overall design intent and will not reduce the value of the product proposed in this sales proposal. These do not include changes to specific customer approved designs or customer requests concerning components, system design or systems integration. 33 of 33 PROPOSAL FOR FURNISHING FIRE APPARATUS March 2, 2023 City of Santa Clarita SOUT OAST 23920 Valencia Blvd. Suite 300 Santa Clarita, CA 91355 The undersigned is prepared to provide for you, our customer, upon an order being placed by you, for final acceptance by South Coast Fire Equipment, Inc., at its corporate office in Ontario, California, the apparatus and equipment herein named and for the following prices: Each Extension One ( 1 ) Frontline Freightliner C-45X-4 Mobile Command Unit $ 1,374,539.00 $ 1,374,539.00 Sales Tax @ 9.500% $ 130,581.21 $ 130,581.21 APPARATUS COST WITH TAX $ 1,505,120.21 $ 1,505,120.21 Performance Bond Not Required $ - $ - California Tire Fee $ 17.50 $ 17.50 Consortium Fee Sourcewell Fee $ 2,000.00 $ 2,000.00 TOTAL PURCHASE PRICE $ 1,507,137.71 $ 1,507,137.71 PLEASE NOTE THE FOLLOWING ABOUT THIS QUOTATION: Payment options are available and are included under separate cover. One of these options may save your department a significant amount of money! Said apparatus and equipment are to be built by the manfacturer and shipped in accordance with the specifications hereto attached, delays due to strikes, war or international conflict, failures to obtain chassis, materials, or other causes beyond our control not preventing, within about 660 calender days after receipt of this order and the acceptance thereof at our office in Ontario, California, and to be delivered to you at the City of Santa Clarita. The specifications herein contained shall form a part of the final contract and are subject to changes desired by the purchaser, provided such alterations are interlined prior to the acceptance by the company of the order to purchase, and provided such alterations do not materially affect the cost of the construction of the apparatus. The proposal for fire apparatus conforms with all Federal Department of Transportation (DOT) rules and regulations in effect at the time of bid, and with all National Fire Protection Association (NFPA) guidelines for Automotive Fire Apparatus as published at time of bid, except as modified by customer specifications. Any increased costs incurred by the first party because of future changes in or additions to said DOT or NFPA standards will be passed along to the customer as an addition to the price set forth above. Unless accepted within 30 days from the specified date, the right is reserved to withdraw this proposition. Respectfully Submitted, South Coast Fire Equipment, Inc. Adrian Beyer Sales Representative E.—RI [UGHI — 0 ^ EIECTRK; AWNING FNHeNOF — EITIER IIHMETER PaLMEIfR CIUIfFA (xR) Y X...9 —E TE" uCRIT eeR L O / I % ITOR O O m ® �V C STORAGE STORAGE BATTRES®® ® F7- ®® 8' 0 0 8 0 ' NID iRUCI( TIRx uCHf 0 0 WORKSTATOx 9LLKEfS (X9) 7/8 f MfAGfNCY n(xJ)G IRaJ pPCRI e IJO }II WHEIlHASE 540 1/8 (45'-0 1/8•] BUMPER TO BUMPER FRONTLINE Santa Clarita (CA) c N M M NN I AT(N Ns Mobile Command Unit nnnclsrHERRoaERrroPvlERee BID# O!)l) PRE LMNARYU E NLY THIS OR.ay.ING IS FOR REPRESENTATION ONLv.OETAILE° ANAs-o PiememaNuraowrioBb,c. C-45x-4—M2-112 URING.ITIS GONPIOENTIAL.ANO ALLRIGHTS ARE REP: And Callaway -Frontline Communications ENGINEERING DRAWINGS WILLBE CREATED FOR qVN "°FAGTDRING.GHANGESM�AVBER—IREDTD R . TE MRS A 10/12/22 GI2E O,VG NO. RA EGP RANI IT IS PEGIPIGALLVPDRNISNE°. " DEALER: South Coast "° "" "'A"°`""°R;",„oN E""E""A"° „"MEET 1 of 6 NOT TOSCALE B P2022-149 eHr ]Ki> wwcE— eHr ]Ki> wluErae wa mA ] ] p RACK AccEss O EE 0 vvv���� RACK 0 umEtWca vFEn 155 • SttMILE THE®® STdUC£ ®® 0 0 0 FE ®® WE .,cr5 mEcr cSNNEcnSN n I/s mRN smNa_ WHm+ N WEaculcv NCHT ].a> 7/8 311 WHEFIBASE 5b 1/a [45'-0 I/9'] BNNPER T—UNPER IJO FRONTL/NE Santa Clarita (CA) c N M M NN I AT 10 Ns Mobile Command Unit nnnclsrHERR°PERrroFPIERGe BID# O!)l) PRELMNARYU E ONLY THIS oR.4v.ING IS FOR REPRESENTATION ONEv.OETGIEE° ANAs-o PiememaNuraowrioNb,c. C-45x-4—M2-112 °RING. IT IS CONFI°ENTIAL.4N0 ALL RIGHTS ARE REP: And Callaway -Frontline Communications ENGINEERING 1—INGS WILLIE— ITEO FOR qVN "°FACTORING.GHA"GEG,,,AvaEREaNREGTG R . TE MRS A 10112/22 GI2E O,VG NO. RA EGF RAND IT IS PEGIFIGAE°vF°RNISNE°. " DEALER: South Coast "° "" "'A"°`°"°R;",„oN E""E""A"° „"EET 2 of 6 NOT TO SCALE B P2022-149 sranuxx uourvnrvc • A ox�x,u � p A �� aeo xraw � � •A W• A A 'R = R:)G'T� .5> G FRONTLINE Santa Clarita (CA) c N M M NN I AT 10 Ns Mobile Command Unit nnnclsrHEPR°PERrrorPlERee BID# OOO PRE LMNARYUSE ONLY Tx15 oR.4v.ING IS FOR REaRESENTATION ONLv.OETAILE° ANAs-o PieF�zmaNuraowrioNb,c. C-45x-4—M2-112 °RING.ITIS GONFI°ENTIAL.4N0 ALL RIGHTS ARE REP: And Callaway -Frontline Communications ENGINEERING 1-INGS WILLIE CREATE FOR qVN "°FACTORING.GxANGEGI,IAvxEREaNREGTG R . TE MRS A 10112/22 GI2E 04VG N0. RA Er RAND IT ISSPEGIrIGALLvr°RNIGNE. "DEALER: South Coast "° "" "'A"°`""°R;", „oNSE""E""A"° „"EET 3 of 6 NOT TOSCALE B P2022-149 PERIMETER CAMERA SHM"SION BACKUP SPECO -P CAMERA DOME CAMERA e e e e e -"N M9 e QJERGENCY LIGHT (%2) e e Po EEEN M9 SCENE LIGHT (%]) 16, ® ® LIGHTING IN CHROME BEZEL i0P - EMERGENCY tt1MID - IT, M OP BOTTOM MIN O - RN BOTTOM -BACK UP FRONTLINE Santa Clarita (CA) c N M M NN I ATTN Ns Mobile Command Unit nnnclsrHEPROPERrroEPIERee BID# O!)0 PRELMNARYU E ONLY THIS GR.4v.ING IS FOR REPRESENTATION ONLv.OETAILE° AOivisi-N PiemermaNuraowrioNb,c. C-45x-4-M2-112 TIRING. IT IS CONFIOENTIAL.4N0 ALL RIGHTS ARE REP: And Callaway -Frontline Communications ENOINEERINO 1—INOS WILLHE CREATE FOR AVN N°EAGTORING.GHANGES-11I—IREGTO R . TE MRS A 10/12/22 GI2E 04VG N0. RA EE RARI IT ISSPEGIEIGALLVEURNIEE. H DEALER: South Coast SCLE." "'A"°`""°R;", 1„oNSE""ENTSA"° `"EET q of 6 NOT TO SCALE B P2022-149 iai iry ss i/e iaa r/e e i/e iao i/, aasm Roan sins our im sis ensm ama sure our a i/a m iry . a, wnx nx caxsn� EaxuD s I� 21 LW 21 tD b Iro e, w�N�rAn� <�sn� FRONTLINE Santa Clarita (CA) c NMM NN/c AT/N Ns Mobile Command Unit minclsrHEPR°PERrro.PIERGE BID# OOO PRELM NARYU E ONLY A DivisioN ur P11— maNuramudRN b,c. C-45 x-4—M2-112 NRING. IT IS C°NFIGENTIAL.4NO ALL RIGHTS ARE TNIG GR.4v.ING IS E°R aEa1—NTGTION°NSv.°ETSISED AVN TE ENGINEERING GRAwINGGwI��eE CREATED E°R GI2E 04VG N0. EGF RANI REP: And Callaway -Frontline Communications NGFAGTORING.GNANGESI,IAvaEREaNREGTG R . MRS A 10/12/22 IT ISSPEGIFI1—TURNISNEo. N DEALER: South Coast "°M"" "NR;"GR,I-1-ENTSANG „NEET 5 OF 6 NOT TO SCALE B P2022-149 RA o I 0 In „ V. �I I ICI 5 ]� U ME ME a I/, 0 FRONT WALL INTERIOR LAYOUT CURB SIDE INTERIOR IAYOUT e I/e w I/, Im 5/e s Iro LE i REAR WALL INTERIOR LAYOUT STREET SIDE INTERIOR IAYOUT FRONTLINE Santa Clarita (CA) c0 M M NN/c AT/N Ns Mobile Command Unit T1111-1 BID# O!)0 PRE LMNARYUSE ONLY ADi�isioNurRiememaNuraowrioNb,c. C-45x-4—M2-112 NRING. IT IS CONFI°ENTIAL.4N0 ALL RIGHTSARE TNIS GR.4v.ING IS FOR REPRESENTATION ONSv.OETGISE° qVN TE ENGINEERING 1-INGS WILLIlE CREATE FOR GI2E 04VG N0. EGF —F- REP: And Callaway -Frontline Communications "°FACTORING.GNANcesnlAv°EREaNREGTG R . MRS A 10112/22 ITISSPEGIFIGAL-1-I-E°. N DEALER: South Coast , „oN „"EET 6 of 6 NOT TO SCALE B P2022-149 NA lu m 1-71 �r5 �� u u DocuSign Envelope ID: CB1B5FE1-6EAF-4F19-BCA5-34042E31634F �oaERNMENiAN��o 2� G�9s N Sourcewell SOURCEWELL m° STATE OF MINNESOTA Thiel Member moved the adoption of the following Resolution: RESOLUTION TO APPROVE SOLICITATION AND/OR RE -SOLICITATION OF CATEGORIES Resolution No. 2021-22 WHEREAS, Sourcewell desires to issue a solicitation, and is seeking permission from the Board to issue a solicitation, for the categories listed on Appendix A, which is attached and incorporated. WHEREAS, through the Sourcewell Procurement Policy, the Board designated the Chief Procurement Officer to administer Sourcewell's cooperative purchasing and contracting program; and WHEREAS, the Chief Procurement Officer recommends approval of categories detailed above. NOW THEREFORE BE IT RESOLVED that the Board of Directors hereby approves the solicitation of categories. Thomas The motion for the adoption of the foregoing resolution was duly seconded by Member and the following voted in favor: (list names here) Wilson, Zylka, Veronen, Nagel, Thomas, Thiel, Arts and Kircher and the following voted against: (list names here or "NONE") None whereupon said resolution was declared duly passed and adopted. ATTEST: DocuSigned by: I ava. Natj CF62F09F8AFC4BB... _ Clerk to the Board of Directors APPENDIX A SOURCEWELL PROCUREMENT DEPARTMENT BOARD ITEMS - September 2021 Requesting Board permission to Solicit the following categories: n Underground Infrastructure Inspection and Rehabilitation Equipment with Related Services 0 Z Private Exchange Technology and Services m Used Firefighting Apparatus and Fire Service Vehicle Solutions Z D M m Z y Requesting Board permission to Re -Solicit the following categories: Firefighting Apparatus and Fire Service Vehicles with Related Equipment, Options, and Services m 9 State of Florida - Indefinite Delivery Indefinite Quantity Construction Ln NEW CONTRACTS Supplier Name Contract Number Solicitation Title Carrier Global Corporation 070121-CAR "HVACSystems and Related Services" HMI Industries, Inc. 070121-HMI "HVACSystems and Related Services" Honeywell International, Inc. 070121-HNY "HVACSystems and Related Services" Johnson Controls, Inc. 070121-JHN "HVACSystems and Related Services" Juice Technologies, Inc. 070121-JUC "HVACSystems and Related Services" Siemens Industry, Inc. 070121-SIE "HVACSystems and Related Services" 22nd Century Technologies, Inc. 071321-CEN "IT Managed Service and StaffAugmentation Solutions" CDW Government, LLC 071321-CDW "IT Managed Service and StaffAugmentation Solutions" Computer Aid, Inc. 071321-CAI "IT Managed Service and StaffAugmentation Solutions" Infojini, Inc. 071321-INF "IT Managed Service and StaffAugmentation Solutions" Judge Technical Services 071321-JDG "IT Managed Service and StaffAugmentation Solutions" CONTRACT EXTENSIONS Supplier Name Contract Number Solicitation Title Alamo Group, Inc. 052417-AGI "Roadway Maintenance Equipment with Related Accessories, Attachments, Materials and Supplies" NEW ezIQC CONTRACTS Company Name Contract Number State -Region - Type of Work ezIQC RENEWALS Company Name Contract Number PRIDE Industries One, Inc. CA04-NCC-GB03-080719-PIO PRIDE Industries One, Inc. CA03-NCV-E01-080719-PIO American Chiller Service, Inc. CA03-NCV-M03-080719-ACH Staples Construction Company CA03-NCV-GB04-080719-STA PUB Construction, Inc. CA08-SCI-GB01-080719-PUB PRIDE Industries One, Inc. CA03-NCV-GB03-080719-PIO PRIDE Industries One, Inc. CA03-NCV-GEP01-080719-PIO Vincor Construction, Inc. CA08-SCI-GB02-080719-VC] Mark Scott Construction CA04-NCC-GB02-080719-MSC ACCO Engineered Systems, Inc. CA03-NCV-M02-080719-AES PRIDE Industries One, Inc. CA03-NCV-M01-080719-PI0 Rite -Way Roof Corporation CA08-SCI-R01-080719-RWR Aztec Consultants CA04-NCC-GB04-080719-AZC PRIDE Industries One, Inc. CA04-NCC-E02-080719-PIO Vincor Construction, Inc. CA09-SDI-GB02-080719-VCI Sylvester Roofing Co., Inc. CA09-SDI-R01-080719-SRC All Source Tile, Inc. CA09-SDI-F02-080719-AST PUB Construction, Inc. CA09-SDI-F01-080719-PUB G Team Landscape Construction, Inc. CA08-SCI-1-01-080719-GTL Horizons Construction Co. Int'I, Inc. CA08-SCI-DA01-080719-HCC Sol Construction CA08-SCI-GEP02-080719-SOL PRIDE Industries One, Inc. CA08-SCI-GB10-080719-PIO APPENDIX A Continued PRIDE Industries One, Inc. CA04-NCC-GEP01-080719-PIO All Source Coatings, Inc. CA09-SDI-P02-080719-ASC Ausonio, Inc. CA04-NCC-GB05-080719-AUS Horizons Construction Co. Int'I, Inc. CA08-SCI-GB03-080719-HCC Angeles Contractor, Inc. CA08-SCI-F02-080719-ACI All Source Coatings, Inc. CA09-SDI-GB03-080719-ASC US National Corp dba Jimenez Painting Company CA09-SDI-P03-080719-USN Harry H. Joh Construction, Inc. CA08-SCI-E02-080719-HJC Gkkworks Construction Services CA08-SCI-GB06-080719-GKK J & H Engineering General Contracts, Inc. CA08-SCI-GEP03-080719-JHE Facility Solutions Group CA08-SCI-E01-080719-FSG Angeles Contractor, Inc. CA08-SCI-GB05-080719-ACI Horizons Construction Co. Int'I, Inc. CA08-SCI-GEP01-080719-HCC PUB Construction, Inc. CA08-SCI-P01-080719-PUB Angeles Contractor, Inc. CA09-SDI-GB06-080719-ACI PUB Construction, Inc. CA09-SDI-GB01-080719-PUB Harry H. Joh Construction, Inc. CA09-SDI-GB05-080719-HJC Angeles Contractor, Inc. CA09-SDI-F03-080719-ACI Harry H. Joh Construction, Inc. CA08-SCI-GB04-080719-HJC PUB Construction, Inc. CA08-SCI-F01-080719-PUB PUB Construction, Inc. CA09-SDI-P01-080719-PUB Harry H. Joh Construction, Inc. CA08-SCI-P02-080719-HJC LDCo., Inc. CA09-SDI-GB04-080719-LDC ezIQC CONTRACT EXTENSIONS Company Name Contract Number DocuSign Envelope ID: DA0200AF-F4B4-4CCE-B1 E7-3E8312716BB6 SOURCEWELL STATE OF MINNESOTA Kircher Member moved the adoption of the following Resolution: RESOLUTION TO RATIFY COOPERATIVE CONTRACTING AWARDS 2/15/2022 Resolution No. 2022-06 O ,0KENT"011 � 6v Q7 a w� o Sourcewell :Z WHEREAS, the Sourcewell Board of Directors previously authorized the solicitations for the cooperative categories listed on Appendix A, which is attached and incorporated; and WHEREAS, Sourcewell issued the cooperative contracting solicitations for the authorized categories; and WHEREAS, through the Sourcewell Procurement Policy, the Board designated the Chief Procurement Officer to administer Sourcewell's cooperative purchasing and contracting program and to award all competitively solicited contracts, without limitation; and WHEREAS, the Chief Procurement Officer made the awards listed based on the results of the competitive solicitation process; and WHEREAS, the Board acknowledges that the awards made by the Chief Procurement Officer are valid and binding; however, based upon some members' legal requirements the Chief Procurement Official is required to seek subsequent Board ratification of all cooperative purchasing awards. NOW THEREFORE BE IT RESOLVED by the Board of Directors ratifies the cooperative contracting awards made by the Chief Procurement Officer listed on Appendix A. The motion for the adoption of the foregoing resolution was duly seconded by Member Thiel and the following voted in favor: (list names here) Veronen, Thiel, Nagel, Arts, Kircher, Thomas, Zylka, Barrows and the following voted against: (list names here or "NONE") None whereupon said resolution was declared duly passed and adopted. ATTEST: DocuSigned by: CF62F09F8AFC4BB... Clerk to the Board of Directors DocuSign Envelope ID: DA0200AF-F4B4-4CCE-B1 E7-3E8312716BB6 APPENDIX A SOURCEWELL PROCUREMENT DEPARTMENT BOARD ITEMS - February 2022 Requesting Board permission to Solicit the following categories: n Swimming Pool Renovation and Repair with Related Equipment, Supplies, and Services O Z in m Z 15) m Z DRequesting Board permission to Re -Solicit the following categories: Indefinite Delivery Indefinite Quantity Construction - Missouri m Wellness Engagement Program Solutions and Related Services N NEW CONTRACTS Supplier Name Contract Number Solicitation Title Gold Star Foods, Inc. 111621-GSF "Food Products and Distribution for School Food Authorities with Related Supplies, Technology and Services" Sysco Corporation 111621-SYC "Food Products and Distribution for School Food Authorities with Related Supplies, Technology and Services" r) z US Foods, Inc. 111621-USF "Food Products and Distribution for School Food Authorities with Related Supplies, Technology and Services" �', Custom Fire Apparatus, Inc. 113021-CSM "Firefighting Apparatus and Fire Service Vehicles" ? HME,Inc. 113021-HME "Firefighting Apparatus and Fire Service Vehicles" D Gl Maxi -Metal Inc. 113021-MAX "Firefighting Apparatus and Fire Service Vehicles" z Oshkosh Corporation 113021-OKC Firefighting Apparatus and Fire Service Vehicles" D P.L. Custom Body and Equipment Co., Inc. 113021-PLC "Firefighting Apparatus and Fire Service Vehicles" Rev Group, Inc. 113021-RCG "Firefighting Apparatus and Fire Service Vehicles" m 9 Rock River Industries, LLC 113021-RCK "Firefighting Apparatus and Fire Service Vehicles" Ln Rosenbauer America, LLC 113021-RSD "Firefighting Apparatus and Fire Service Vehicles" The Sutphen Corporation 113021-SUT "Firefighting Apparatus and Fire Service Vehicles" Redwood Toxicology Laboratory, Inc. 011222-RTL "Lab Services and Testing with Related Products and Supplies" Sterling Healthcare Opco, dba Cordant Health Solutions 011222-CDT "Lab Services and Testing with Related Products and Supplies" CONTRACT EXTENSIONS Supplier Name Contract Number Solicitation Title Hi -Vac Corporation 122017-HVC "Sewer Vacuum, Hydro -Excavation, and Street Sweeper Equipment with Related Accessories and Supplies" NiteHawk Sweepers, LLC 122017-NHK "Sewer Vacuum, Hydro -Excavation, and Street Sweeper Equipment with Related Accessories and Supplies" Schwarze Industries, Inc. 122017-SWZ "Sewer Vacuum, Hydro -Excavation, and Street Sweeper Equipment with Related Accessories and Supplies" AstroTurf Corporation 060518-AST "Athletic Surfacing with Related Materials, Supplies, Installation and Services" Shaw Sports Turf 060518-Sl I "Athletic Surfacing with Related Materials, Supplies, Installation and Services" NEW ezIQC CONTRACTS Company Name Contract Number State - Region - Type of Work Staples Construction CA-R1-G601-123021-STA California - Region 1- General Building Mesa Energy Systems, Inc. dba EMCOR Services CA-RI-HVAC01-123021-ES California - Region 1- HVAC/Mechanical ACCO Engineered Systems, Inc. CA-R2-HVAC01-123021-AES California - Region 2 - HVAC/Mechanical T&S Intermodal Maintenance, Inc. DBA T&S West CA-R3-E01-123021-TSW California - Region 3 - Electrical ABM Industries. Inc. CA-113-E02-123021-ABM California - Region 3 - Electrical T&S Intermodal Maintenance, Inc. DBA T&S West CA-R3-GB01-123021-TSW California - Region 3 - General Building North Star Construction and Engineering, Inc. CA-R3-GB02-123021-NSC California - Region 3 - General Building North Star Construction and Engineering, Inc. CA-R3-GS01-123021-NSC California - Region 3 - Geotechnical Stabilization ABM Industries. Inc. CA-R3-HVAC01-123021-ABM California - Region 3 - HVAC/Mechanical ACCO Engineered Systems, Inc. CA-R3-HVACO2-123021-AES California - Region 3 - HVAC/Mechanical T&S Intermodal Maintenance, Inc. DBA T&S West CA-R3-PAV01-123021-TSW California - Region 3 - Paving North Star Construction and Engineering, Inc. CA-R3-PAV02-123021-NSC California - Region 3 - Paving Mark Scott Construction, Inc. CA-R4-GB01-123021-MSC California - Region 4 - General Building ABM Industries, Inc. CA-R4-HVAC01-123021-ABM California - Region 4 - HVAC/Mechanical T&S Intermodal Maintenance, Inc. DBA T&S West CA-R5-E01-123021-TSW California - Region 5 - Electrical DocuSign Envelope ID: DA0200AF-F41344CCE-131 E7-3E8312716BB6 APPENDIX A Continued T&S Intermodal Maintenance, Inc. DBA T&S West CA-R5-GB01-123021-TSW California - Region 5 - General Building Newton Construction & Management, Inc. CA-R5-GB02-123021-NCM California - Region 5 - General Building Durham Construction Company, Inc. CA-R5-GB03-123021-DCC California - Region 5 - General Building Mark Scott Construction, Inc. CA-R5-GB04-123021-MSC California - Region 5 - General Building Mesa Energy Systems, Inc. dba EMCOR Services CA-R5-HVAC01-123021-ES California - Region 5 - HVAC/Mechanical ABM Industries, Inc. CA-R5-HVACO2-123021-ABM California - Region 5 - HVAC/Mechanical T&S Intermodal Maintenance, Inc. DBA T&S West CA-R5-PAV01-123021-TSW California - Region 5 - Paving ABM Industries, Inc. CA-R6-E01-123021-ABM California - Region 6 - Electrical Newton Construction & Management, Inc. CA-R6-GB01-123021-NCM California - Region 6 - General Building Angeles Contractor, Inc. CA-R6-GB02-123021-ACI California - Region 6 - General Building ABM Industries, Inc. CA-R6-HVAC01-123021-ABM California - Region 6 - HVAC/Mechanical ACCO Engineered Systems, Inc. CA-R6-HVACO2-123021-AES California - Region 6 - HVAC/Mechanical Angeles Contractor, Inc. CA-R6-PAV01-123021-ACI California - Region 6 - Paving Newton Construction & Management, Inc. CA-R7-E01-123021-NCM California - Region 7 - Electrical Newton Construction & Management, Inc. CA-R7-GB01-123021-NCM California - Region 7 - General Building MDJ Management, LLC CA-R7-GB06-123021-MDJ California - Region 7 - General Building ACCO Engineered Systems, Inc. CA-R7-HVAC01-123021-AES California - Region 7 - HVAC/Mechanical Mesa Energy Systems, Inc. dba EMCOR Services CA-R7-HVACO2-123021-ES California - Region 7 - HVAC/Mechanical Horizons Construction Company Int'I, Inc. CA-R7-PAV01-123021-HCC California - Region 7 - Paving J & H Engineering General Contractors, Inc. CA-R7-PAV02-123021-JHE California - Region 7 - Paving ABM Industries, Inc. CA-R8-E01-123021-ABM California - Region 8 - Electrical Facility Solutions Group CA-R8-E02-123021-FSG California - Region 8 - Electrical Pacific Lighting Mgt, Inc. CA-R8-E03-123021-PLM California - Region 8 - Electrical Exbon Development, Inc. CA-R8-E04-123021-EXB California - Region 8 - Electrical PUB Construction, Inc. CA-R8-F01-123021-PUB California - Region 8 - Flooring California Coast Carpet & Flooring CA-R8-F02-123021-CCF California - Region 8 - Flooring Angeles Contractor, Inc. CA-R8-F03-123021-ACI California - Region 8 - Flooring Horizons Construction Company Int'I, Inc. CA-R8-GB01-123021-HCC California - Region 8 - General Building Exbon Development, Inc. CA-R8-GB02-123021-EXB California - Region 8 - General Building PUB Construction, Inc. CA-R8-GB03-123021-PUB California - Region 8 - General Building Harry H. Joh Construction, Inc. CA-R8-GB04-123021-HJC California - Region 8 - General Building Vincor Construction, Inc. CA-R8-GB05-123021-VCI California - Region 8 - General Building Angeles Contractor, Inc. CA-R8-GB06-123021-ACI California - Region 8 - General Building Mackone Development, Inc. CA-R8-GB07-123021-MDI California - Region 8 - General Building Good -Men Roofing & Construction, Inc. CA-R8-GB08-123021-GMR California - Region 8 - General Building MDJ Management, LLC CA-R8-GB13-123021-MDJ California - Region 8 - General Building ABM Industries, Inc. CA-R8-HVAC01-123021-ABM California - Region 8 - HVAC/Mechanical ACCO Engineered Systems, Inc. CA-R8-HVACO2-123021-AES California - Region 8 - HVAC/Mechanical Exbon Development, Inc. CA-R8-HVAC03-123021-EXB California - Region 8 - HVAC/Mechanical Harry H. Joh Construction, Inc. CA-R8-HVAC04-123021-HJC California - Region 8 - HVAC/Mechanical PUB Construction, Inc. CA-R8-P01-123021-PUB California - Region 8 - Painting Harry H. Joh Construction, Inc. CA-R8-P02-123021-HJC California - Region 8 - Painting Angeles Contractor, Inc. CA-R8-P03-123021-ACI California - Region 8 - Painting Mackone Development, Inc. CA-R8-PO4-123021-MDI California - Region 8 - Painting Horizons Construction Company Int'I, Inc. CA-R8-PAV01-123021-HCC California - Region 8 - Paving Angeles Contractor, Inc. CA-R8-PAV02-123021-ACI California - Region 8 - Paving Mackone Development, Inc. CA-R8-PAV03-123021-MDI California - Region 8 - Paving Bitech Construction Co., Inc. CA-R8-PAV04-123021-BIT California - Region 8 - Paving ACCO Engineered Systems, Inc. CA-R8-PLUM01-123021-AES California - Region 8 - Plumbing Oscalibur Plumbing, Inc. CA-R8-PLUM02-123021-OPI California - Region 8 - Plumbing Angeles Contractor, Inc. CA-R8-RW01-123021-ACI California - Region 8 - Roofing/Waterproofing Exbon Development, Inc. CA-R8-RW02-123021-EXB California - Region 8 - Roofing/Waterproofing Good -Men Roofing & Construction, Inc. CA-R8-RW03-123021-GMR California - Region 8 - Roofing/Waterproofing ACCO Engineered Systems, Inc. CA-R8-SS01-123021-AES California - Region 8 - Sanitation Systems ABM Industries, Inc. CA-R9-E01-123021-ABM California - Region 9 - Electrical Pacific Lighting Mgt, Inc. CA-R9-E02-123021-PLM California - Region 9 - Electrical Horizons Construction Company Int'I, Inc. CA-R9-GB01-123021-HCC California - Region 9 - General Building PUB Construction, Inc. CA-R9-GB02-123021-PUB California - Region 9 - General Building Harry H. Joh Construction, Inc. CA-R9-GB03-123021-HJC California - Region 9 - General Building Pacific Building Group CA-R9-GB04-123021-PBG California - Region 9 - General Building Vincor Construction, Inc. CA-R9-GB05-123021-VCI California - Region 9 - General Building Good -Men Roofing & Construction, Inc. CA-R9-GB06-123021-GMR California - Region 9 - General Building All Source Coatings, Inc. CA-R9-GB08-123021-ASC California - Region 9 - General Building GeoStabilization International, LLC CA-R9-GS01-123021-GSI California - Region 9 - Geotechnical Stabilization ABM Industries, Inc. CA-R9-HVAC01-123021-ABM California - Region 9 - HVAC/Mechanical DocuSign Envelope ID: DA0200AF-F41344CCE-131 E7-3E8312716BB6 APPENDIX A Continued ACCO Engineered Systems, Inc. CA-R9-HVACO2-123021-AES California - Region 9 - HVAC/Mechanical Harry H. Joh Construction, Inc. CA-R9-HVAC03-123021-HJC California - Region 9 - HVAC/Mechanical Mesa Energy Systems, Inc. dba EMCOR Services CA-R9-HVAC04-123021-ES California - Region 9 - HVAC/Mechanical Horizons Construction Company Int'I, Inc. CA-R9-PAV01-123021-HCC California - Region 9 - Paving ACCO Engineered Systems, Inc. CA-R9-PLUM01-123021-AES California - Region 9 - Plumbing Good -Men Roofing & Construction, Inc. CA-R9-RW01-123021-GMR California - Region 9 - Roofing/Waterproofing ezIQC RENEWALS Company Name Contract Number Amstar, Inc. TX-PB-GC-121819-AMS CORE Construction Services of Texas, Inc. TX-WT-GC-121819-CCT TMG Contracting, LLC TX-CT-GC-121819-TCL Sullivan Contracting Services TX-CT-GC-121819-SUL Amstar, Inc. TX-WT-GC-121819-AMS CORE Construction Services of Texas, Inc. TX-PB-GC-121819-CCT Amstar, Inc. TX-CT-GC-121819-AMS F.H. Paschen, S.N. Nielsen & Associates, LLC TX-PB-GC-121819-FHP Tommy Klein Construction, Inc. TX-PB-GC-121819-TKL Doyle Electric, LLC TX-CT-GC-121819-DEL Veliz Company, LLC TX-PB-GC-121819-VCL RoofConnect Logistics, Inc. TX-CT-R-121819-RCL Platinum Roofing, Inc. TX-CT-R-121819-PLR F.H. Paschen, S.N. Nielsen & Associates, LLC TX-WT-GC-121819-FHP JAMCO Ventures, LLC TX-CT-GC-121819-JAM CORE Construction Services of Texas, Inc. TX-CT-GC-121819-CCT JAMCO Ventures, LLC TX-CT-F-121819-JAM Veliz Company, LLC TX-CT-GC-121819-VCL F.H. Paschen, S.N. Nielsen & Associates, LLC TX-CT-GC-121819-FHP Doyle Electric, LLC TX-CT-E-121819-DEL Veliz Company, LLC TX-WT-GC-121819-VCL Centennial Contractors Enterprises, Inc. TX-CT-GC-121819-CCE RoofConnect Logistics, Inc. TX-W7-R-121819-RCL JAMCO Ventures, LLC TX-CT-W-121819-JAM JAMCO Ventures, LLC TX-CT-RC-121819-JAM JAMCO Ventures, LLC TX-CT-APC-121819-JAM JAMCO Ventures, LLC TX-CT-P-121819-JAM DocuSign Envelope ID: 87CF01 DA-0408-49B2-A4F2-634CBE046A38 I/ T Z Sourcewell i A�99T/�f PURGHASIN�'So�J•o COMMENT AND REVIEW to the REQUEST FOR PROPOSAL (RFP) #113021 Entitled Firefighting Apparatus and Fire Service Vehicles The following advertisement was placed October 12, 2021 in USA Today, in South Carolina's The State, in The Oklahoman and on the Sourcewell website www.sourcewell-mn.gov, Sourcewell Procurement Portal https://Proportal.sourcewell-mn.gov, Biddingo, Merx, The New York State Contract Reporter www.nyscr.ny.gov, PublicPurchase.com, and October 13, 2021 in Oregon's Daily Journal of Commerce: Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Firefighting Apparatus and Fire Service Vehicles to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal(https://proportol.sourcewell-mn.govl. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than November 30, 2021, at 4:30 p.m. Central Time, and late proposals will not be considered. The solicitation process was conducted through the Sourcewell Procurement Portal. The following parties expressed interest in the solicitation by registering for this opportunity within the portal: 10-8 Emergency Vehicle Service Kovatch Mobile Equipment Corp. 11193422 Canada, INC. Kyrish Government Group Acres Industries, Inc. Laszlo Corporation Alexis Fire Equipment Company Marion Body Works, Inc. Allied Restoration MAXIMETAL INC. Blanchat Mfg., Inc. Metalfab, LTD BME Fire Trucks, LLC MSA Safety Sales, LLC Brindlee Mountain Fire Apparatus, LLC North America Fire Equipment Co., Inc. CAMIONS CARL THIBAULT, INC. O'RIELLY CHEVROLET, INC. Carrier Truck Centers Oshkosh Airport Products, LLC CET Fire Pumps MFG P.L. Custom Body and Equipment Co., Inc. Chemical Containers, Inc. PECS Electromechanical Commercial Emergency Equipment Pierce Manufacturing (Oshkosh Corporation) Cooperative Services, LLC Rock River Industries, LLC DocuSign Envelope ID: 87CF01 DA-0408-49B2-A4F2-634CBE046A38 Sourcewell Page 2 of 5 Custom Fire Apparatus, Inc. Rosenbauer South Dakota, LLC D-Lux Screen Printing Sea Hawk Danko Emergency Equipment Servco Pacific, Inc. Dependable Truck & Tank, Limited Skeeter Brush Trucks, LLC Draeger Safety Canada, Ltd. Southern Fire Apparatus, LLC E-ONE, Inc. (REV Group, Inc.) Spartan Fire, LLC Ed M. Feld Equipment Co., Inc. DBA Feld Fire Spencer Manufacturing, Inc. EJ Metals, LLC SPI Health and Safety, Inc. Ferrara Fire Apparatus, Inc. Stainless and Repair, Inc. Fire & Safety Services, Ltd. Sub Aquatics, Inc. FIRE AND MARINE, INC. Super Vacuum Manufacturing CO., Inc. FireStopper USA MD System One Manufacturing, Inc. First Priority Emergency Vehicles, Inc. The Sutphen Corporation Fisher Tech Services, LLC Tipton Ford Fort Garry Fire Trucks, Ltd. Toyne, Inc. Four Guys Stainless Tank & Equipment, Inc. Ty Parker & Son, Inc. Fouts Brothers, Inc. Unifire, Inc. Hi -Tech Emergency Vehicle Service, Inc. US Fire Equipment, LLC HME, Incorporated Ward Apparatus, LLC Holland Pump Company Warren Anderson Ford dba Fritts Ford HUB Fire Engines & Equipment, Ltd. Watts Manufacturing, LLC HydelnfoTech WBM GP., INC. Intercontinental Truck Body, Ltd. Westvac Industrial, Ltd. All Proposals remained sealed within the Sourcewell Procurement Portal until the scheduled due date and time. Proposals were electronically opened, and the list of all Proposers was made publicly available on the Sourcewell Procurement Portal, on November 30, 2021, at 4:32:09 pm CT. Proposals were received from the following: Acres Industries, Inc. Alexis Fire Equipment Company BME Fire Trucks, LLC Brindlee Mountain Fire Apparatus, LLC CAMIONS CARL THIBAULT, INC. CET Fire Pumps MFG Chemical Containers, Inc. Custom Fire Apparatus, Inc. Dependable Truck & Tank, Limited EJ Metals, LLC FireStopper USA MD Fort Garry Fire Trucks, Ltd. Fouts Brothers, Inc. Hi -Tech Emergency Vehicle Service, Inc. HME, Inc. HUB Fire Engines & Equipment, Ltd. Laszlo Corporation Marion Body Works, Inc. DocuSign Envelope ID: 87CF01 DA-0408-49B2-A4F2-634CBE046A38 Sourcewell Page 3 of 5 MAXIMETAL INC. Metalfab, LTD Oshkosh Corporation (Pierce Manufacturing) P.L. Custom Body and Equipment Co., Inc. REV Group, Inc. (E-One, Inc.) Rock River Industries, LLC Rosenbauer America, LLC (Rosenbauer South Dakota, LLC) Skeeter Brush Trucks, LLC Spencer Manufacturing, Inc. Super Vacuum Manufacturing Co., Inc. The Sutphen Corporation Toyne, Inc. Ty Parker & Son, Inc. US Fire Equipment, LLC Ward Apparatus, LLC Proposals were reviewed by the Proposal Evaluation Committee: Kim Austin, MBA, CPPB, Procurement Lead Analyst Stephanie Haataja, CPIM, Procurement Analyst Craig West, Procurement Analyst Tom Sharbonno, Procurement Analyst The findings of the Proposal Evaluation Committee are summarized as follows: The Proposal Evaluation Committee applied the Sourcewell RFP evaluation criteria and determined that all proposal responses met the scope and mandatory submittal requirements and were evaluated. Custom Fire Apparatus, Inc., provides a wide variety of fire service vehicles including initial attack/wildland, pumpers, rescue, and mobile water supply/pumper tender firefighting apparatus. They will provide sales and service in the United States and Canada. Their price list includes many common options when customizing base model vehicles. Custom Fire Apparatus, Inc. is offering Sourcewell participating entities a solid discount off list pricing. HME, Inc., manufactures aerials, pumpers, tankers, and wildland firefighting apparatus. Their sales and dealer network are available to Sourcewell participating entities throughout the United States and Canada. Dealers are available for 24-hour emergency service and mobile repair. HME is offering a considerable discount off MSRP. Pre- pay and quantity discounts are also available. MAXIMETAL Inc. offers a product line that includes pumpers, tankers, rescues, command vehicles, and wildland firefighting apparatus. Their sales representatives and dealer network can provide sales and service to all Sourcewell participating entities in the United States and Canada. They are able to offer 24-48-hour critical parts delivery to their customers. MAXIMETAL is offering a competitive discount off list pricing and an additional volume discount for two or more identical units on a single purchase order. Oshkosh Corporation is offering a wide variety of products including custom and commercial pumper products, aerial products, and emergency response vehicles. They will serve Sourcewell participating entities in the United States and Canada through their regional sales and service model. Oshkosh Corporation is providing a combination DocuSign Envelope ID: 87CF01 DA-0408-49B2-A4F2-634CBE046A38 Sourcewell Page 4 of 5 of line item, percentage, multi -unit, pre -pay and progress payment discounts (as applicable) on their fire apparatus offering. P.L. Custom Body and Equipment Co., Inc., manufactures custom extreme duty rescue trucks, command centers, hazmat, and other specialty vehicles. Numerous chassis platforms are available to meet varying needs and specifications. They have a sizeable sales force and dealer network throughout the United States. P.L. Custom is a woman -owned entity (WMBE). They proposed a strong discount to Sourcewell participating entities. REV Group, Inc., is a manufacturer and service provider of fire apparatus that includes pumpers, rescues, tankers, aerials, hazmat, command vehicles, ARFF units, Spartan Chassis, and wildland fire service vehicles. Their sale representatives and robust dealer network offers sales and service to all Sourcewell participating entities in the United States and Canada. They offer leasing, trade-ins, pre -pay discounts and multiple unit discounts. REV Group offers a sizeable discount off their list pricing. Rock River Industries, LLC, is offering a full line of all -poly tankers, pumpers, tactical tenders, brush trucks, and quick attack vehicles under the Midwest Fire brand name. Midwest Fire has a sales staff able to serve participating entities in the United States and Canada through a direct sales strategy. They provide no cost training on new apparatus during the delivery process and equipment pricing reflects a considerable discount off list. Rosenbauer America LLC is a manufacturer of aerials, pumpers, tankers, rescue vehicles, wildland, ARFF, and a fully electric fire truck. Rosenbauer also manufacturers their own custom chassis, the Commander, Warrior and Avenger. Their sales force, consisting of 32 dealers in the United States and Canada, is prepared to serve Sourcewell participating entities. Rosenbauer is providing competitive discounts from MSRP. The Sutphen Corporation is a manufacturer of custom fire apparatus. Their product line includes a variety of specialty fire apparatus including industrial pumpers, heavy rescues, and hazmat units. Sutphen's offering also includes aerial devices constructed solely of aluminum which reduces weight and improves handling. Their large dealer network spans the United States and Canada. Sutphen Corporation is offering participating entities a notable discount from MSRP. For these reasons, the Sourcewell Proposal Evaluation Committee recommends award of Sourcewell Contract #113021 to: Custom Fire Apparatus, Inc. #113021-CSM HME, Inc. #113021-HME MAXIMETAL Inc. #113021-MAX Oshkosh Corporation #113021-PMI P.L. Custom Body and Equipment Co., Inc. #113021-PLC Rev Group (E-One, Inc.) #113021-EOI Rock River Industries #113021-RCK Rosenbauer America LLC #113021-RSD The Sutphen Corporation #113021-SUT The preceding recommendations were approved on February 7, 2022. DocuSign Envelope ID: 87CF01 DA-0408-49B2-A4F2-634CBE046A38 Sourcewell Page 5 of 5 II DocuSigned by:m aysf v' 6830543C58384D1... Kim Austin, MBA, CPPB, Procurement Lead Analyst 1DocuSigned by: S Rmftu 755BA3F379B5409... Stephanie Haataja, CPIM, Procurement Analyst DocuSigned by: .l Eoe-4l 7F41572C858B4BA... Craig West, Procurement Analyst �T'BHEFE9146E cuSigned by: ... Tom Sharbonno, Procurement Analyst STATEMENT OF COMPLIANCE As Chief Procurement Officer for Sourcewell, I have reviewed the recommendation of the Evaluation Committee and the accompanying support materials documenting the process followed for RFP #113021 for Firefighting Apparatus and Fire Service Vehicles. The committee accepted, deemed responsive, evaluated, and recommended proposals for award. Under authority granted to the Chief Procurement Officer in Sourcewell's bylaws, the recommendations set forth above are approved. I hereby certify: 1. Sourcewell is a government agency, created and authorized by Minnesota law to provide cooperative procurement contracts. 2. The procurement process and resulting contracts have been awarded in compliance with the laws of the State of Minnesota (Minnesota Statutes Chapter 471 and Minnesota Statutes Section 123A.21), and in conformity to Sourcewell's Procurement Policy. DocuSigned by: y s"avf', COFD2A 139D06489... Jeremy Schwartz, CSSBB, CPPO Chief Procurement Officer DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC ,O . . Sou rr- Solicitation Number: RFP #113021 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Oshkosh Corporation, 1917 Four Wheel Dr., Oshkosh, WI 54902 (Supplier), and Supplier's consolidated subsidiaries as defined in the Proposal. Sourcewell is a State of Minnesota local government unit and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to government entities. Participation is open to eligible federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Sourcewell issued a public solicitation for Firefighting Apparatus and Fire Service Vehicles from which Supplier was awarded a contract. Supplier desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell's cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. B. EXPIRATION DATE AND EXTENSION. This Contract expires February 10, 2026, unless it is cancelled sooner pursuant to Article 22. This Contract may be extended one additional year upon the request of Sourcewell and written agreement by Supplier. C. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all payment obligations incurred prior to expiration or termination will survive, as will the following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All other rights will cease upon expiration or termination of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above. Rev. 3/2021 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC Supplier's Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract. All Equipment and Products provided under this Contract must be new and the current model. Supplier may offer close-out, refurbished, or remounted Equipment or Products if they are clearly indicated in Supplier's product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity's site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Supplier's dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer's warranty that extends beyond the expiration of the Supplier's warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout the Contract term, Supplier must provide to Sourcewell a current means to validate or authenticate Supplier's authorized dealers, distributors, or resellers relative to the Equipment, Products, and Services offered under this Contract, which will be incorporated into this Contract by reference. It is the Supplier's responsibility to ensure Sourcewell receives the most current information. 3. PRICING All Equipment, Products, or Services under this Contract will be priced at or below the price stated in Supplier's Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity's total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity's requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase. A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily Rev. 3/2021 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC apparent at the time of delivery, Supplier must permit the Equipment and Products to be returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and the Supplier will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally delivers substandard or inferior Equipment or Products. B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax - exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At anytime during this Contract, Supplier may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line -item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Supplier may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Supplier Development Administrator. This approved form is available from the assigned Sourcewell Supplier Development Administrator. At a minimum, the request must: • Identify the applicable Sourcewell contract number; • Clearly specify the requested change; • Provide sufficient detail to justify the requested change; Rev. 3/2021 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC • Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and • Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Change Request Form will become an amendment to this Contract and will be incorporated by reference. 5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell's cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract. A Participating Entity's authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Supplier understands that a Participating Entity's use of this Contract is at the Participating Entity's sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Supplier's employees may be required to perform work at government - owned facilities, including schools. Supplier's employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell Rev. 3/2021 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC contract number. All Participating Entity orders under this Contract must be issued prior to expiration or cancellation of this Contract; however, Supplier performance, Participating Entity payment obligations, and any applicable warranty periods or other Supplier or Participating Entity obligations may extend beyond the term of this Contract. Supplier's acceptable forms of payment are included in its attached Proposal. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Supplier, such as job or industry -specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entities may require the use of a Participating Addendum; the terms of which will be negotiated directly between the Participating Entity and the Supplier. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements not addressed in this Contract (such as e- commerce specifications, specialized delivery requirements, or other specifications and requirements), the Participating Entity and the Supplier may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Supplier in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the equipment, products, or services to be purchased; or 2. Federal, state, or provincial laws or regulations prohibit the purchase or change the Participating Entity's requirements. E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity's order will be determined by the Participating Entity making the purchase. 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for: Rev. 3/2021 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC • Maintenance and management of this Contract; • Timely response to all Sourcewell and Participating Entity inquiries; and • Business reviews to Sourcewell and Participating Entities, if applicable. B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, sales data reports, supply issues, customer issues, and any other necessary information. : � 1•]:il%P►[�L•]►i� 7e«ie\> �e��i�lji7e\►1�1e\7►ViliLjl<�:7eMiTl y a ale\' ►1 Vi Qj" A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a contract sales activity report (Report) to the Sourcewell Supplier Development Administrator assigned to this Contract. Reports are due no later than 45 days after the end of each calendar quarter. A Report must be provided regardless of the number or amount of sales during that quarter (i.e., if there are no sales, Supplier must submit a report indicating no sales were made). The Report must contain the following fields: • Participating Entity Name (e.g., City of Staples Highway Department); • Participating Entity Physical Street Address; • Participating Entity City; • Participating Entity State/Province; • Participating Entity Zip/Postal Code; • Participating Entity Contact Name; • Participating Entity Contact Email Address; • Participating Entity Contact Telephone Number; • Sourcewell Assigned Entity/Participating Entity Number; • Item Purchased Description; • Item Purchased Price; • Sourcewell Administrative Fee Applied; and • Date Purchase was invoiced/sale was recognized as revenue by Supplier. B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Supplier will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Participating Entities. The Administrative Fee must be included in, and not added to, the pricing. Supplier may not charge Participating Entities more than the contracted price to offset the Administrative Fee. The Supplier will submit payment to Sourcewell for the percentage of administrative fee stated in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased Rev. 3/2021 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC by Participating Entities under this Contract during each calendar quarter. Payments should note the Supplier's name and Sourcewell-assigned contract number in the memo; and must be mailed to the address above "Attn: Accounts Receivable" or remitted electronically to Sourcewell's banking institution per Sourcewell's Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter. Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract's expiration date, the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Supplier's Authorized Representative is the person named in the Supplier's Proposal. If Supplier's Authorized Representative changes at any time during this Contract, Supplier must promptly notify Sourcewell in writing. 10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant to this Agreement are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under this Contract without the prior written consent of the other party and a fully executed assignment agreement. Such consent will not be unreasonably withheld. Any prohibited assignment will be invalid. C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been duly executed by the parties. D. WAIVER. Failure by either party to take action or assert any right under this Contract will not be deemed a waiver of such right in the event of the continuation or repetition of the circumstances giving rise to such right. Any such waiver must be in writing and signed by the parties. Rev. 3/2021 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC E. CONTRACT COMPLETE. This Contract represents the complete agreement between the parties. No other understanding regarding this Contract, whether written or oral, may be used to bind either party.For any conflict between the attached Proposal and the terms set out in Articles 1-22 of this Contract, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their respective businesses. This Contract does not create a partnership, joint venture, or any other relationship such as master -servant, or principal -agent. 11. INDEMNITY AND HOLD HARMLESS Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities, including their agents and employees, harmless from any claims or causes of action, including attorneys' fees incurred by Sourcewell or its Participating Entities, arising out of any act or omission in the performance of this Contract by the Supplier or its agents or employees; this indemnification includes injury or death to person(s) or property alleged to have been caused by some defect in the Equipment, Products, or Services under this Contract to the extent the Equipment, Product, or Service has been used according to its specifications. Sourcewell's responsibility will be governed by the State of Minnesota's Tort Liability Act (Minnesota Statutes Chapter 466) and other applicable law. 12. GOVERNMENT DATA PRACTICES Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, stored, used, maintained, or disseminated by the Supplier under this Contract. 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT r_wILIIIII IIlug] 1ANa10191113 Wil 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Supplier a royalty -free, worldwide, non-exclusive right and license to use thetrademark(s) provided to Supplier by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell's relationship with Supplier. b. Supplier grants to Sourcewell a royalty -free, worldwide, non-exclusive right and license to use Supplier's trademarks in advertising and promotional materials for the purpose of marketing Supplier's relationship with Sourcewell. 2. Limited Right of Sublicense. The right and license granted herein includes a limited right of each party to grant sublicenses to their respective subsidiaries, distributors, dealers, Rev. 3/2021 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC resellers, marketing representatives, and agents (collectively "Permitted Sublicensees") in advertising and promotional materials for the purpose of marketing the Parties' relationship to Participating Entities. Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this Article by any of their respective sublicensees. 3. Use; Quality Control. a. Neither party may alter the other party's trademarks from the form provided and must comply with removal requests as to specific uses of its trademarks or logos. b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party's trademarks only in good faith and in a dignified manner consistent with such party's use of the trademarks. Upon written notice to the breaching party, the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. As applicable, Supplier agrees to indemnify and hold harmless Sourcewell and its Participating Entities against any and all suits, claims, judgments, and costs instituted or recovered against Sourcewell or Participating Entities by any person on account of the use of any Equipment or Products by Sourcewell or its Participating Entities supplied by Supplier in violation of applicable patent or copyright laws. 5. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and the like bearing the other party's name or logo (excepting Sourcewell's pre-printed catalog of suppliers which may be used until the next printing). Supplier must return all marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell's written directions. B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Supplier individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development Administrator assigned to this Contract. D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment, Products, or Services. Rev. 3/2021 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC 14. GOVERNING LAW, JURISDICTION, AND VENUE The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota. 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party's reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 16. SEVERABILITY If any provision of this Contract is found by a court of competent jurisdiction to be illegal, unenforceable, or void then both parties will be relieved from all obligations arising from that provision. If the remainder of this Contract is capable of being performed, it will not be affected by such determination or finding and must be fully performed. 17. PERFORMANCE, DEFAULT, AND REMEDIES A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Sourcewell and the Supplier will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher level of management. The Supplier will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Supplier must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Supplier fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work, the Supplier will bear any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default: 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract. Rev. 3/2021 10 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC The party claiming default must provide written notice of the default, with 30 calendar days to cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non -defaulting party may: • Exercise any remedy provided by law or equity, or • Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an "AM BEST" rating of A- or better, with coverage and limits of insurance not less than the following: 1. Workers' Compensation and Employer's Liability. Workers' Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts not less than listed below: Minimum limits: $500,000 each accident for bodily injury by accident $500,000 policy limit for bodily injury by disease $500,000 each employee for bodily injury by disease 2. Commercial General Liability Insurance. Supplier will maintain insurance covering its operations, with coverage on an occurrence basis, and must be subject to terms no less broad than the Insurance Services Office ("ISO") Commercial General Liability Form CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products -completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Minimum Limits: $1,000,000 each occurrence Bodily Injury and Property Damage $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for Products -Completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Supplier will maintain insurance covering all owned, hired, and non -owned automobiles in limits of liability not less than indicated below. The coverage must be subject to terms Rev. 3/2021 11 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or equivalent. Minimum Limits: $1,000,000 each accident, combined single limit 4. Umbrella Insurance. During the term of this Contract, Supplier will maintain umbrella coverage over Employer's Liability, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 Failure of Supplier to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in this Contract. C. ADDITIONAL INSURED ENDORSEMENT. Supplier agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Supplier's commercial general liability insurance policy with respect to liability arising out of activities, "operations," or "work" performed by or on behalf of Supplier, and products and completed operations of Supplier. D. WAIVER OF SUBROGATION. Omitted. E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self -insured retention. 19. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. Rev. 3/2021 12 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC B. LICENSES. Supplier must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Supplier conducts with Sourcewell and Participating Entities. 20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in writing. Supplier certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Supplier certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Supplier further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time. 21. PROVISIONS FOR NON -UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Participating Entities that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional requirements based on specific funding source terms or conditions. Within this Article, all references to "federal" should be interpreted to mean the United States federal government. The following list only applies when a Participating Entity accesses Supplier's Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 C.F.R. § 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." The equal opportunity clause is incorporated herein by reference. Rev. 3/2021 13 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal program legislation, all prime construction contracts in excess of $2,000 awarded by non- federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. § 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-federal entity must report all suspected or reported violations to the federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 C.F.R. § 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-federal entity must report all suspected or reported violations to the federal awarding agency. Supplier must be in compliance with all applicable Davis -Bacon Act provisions. C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. This provision is hereby incorporated by reference into this Contract. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACTOR AGREEMENT. If the federal award meets the definition of "funding agreement" under 37 C.F.R. § 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, Rev. 3/2021 14 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 C.F.R. § 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Supplier certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI -LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file any required certifications. Suppliers must not have used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Suppliers must disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the non-federal award. Suppliers must file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. Rev. 3/2021 15 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Supplier must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and records of Supplier that are directly pertinent to Supplier's discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Supplier's personnel for the purpose of interview and discussion relating to such documents. L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier not use the seal(s), logos, crests, or reproductions of flags or likenesses of Federal agency officials without specific pre -approval. N. NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party to this Contract or any purchase by an Participating Entity and is not subject to any obligations or liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter resulting from the Contract or any purchase by an authorized user. 0. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The Contractor acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and Statements) applies to the Supplier's actions pertaining to this Contract or any purchase by a Participating Entity. Rev. 3/2021 16 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC P. FEDERAL DEBT. The Supplier certifies that it is non -delinquent in its repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowance, and benefit overpayments. Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services, Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to the anticipated work under this Contract raises an actual or potential conflict of interest (as described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in writing in sufficient detail so that the U.S. Office of General Services, Sourcewell, and Participating Entity are able to assess the actual or potential conflict; and provide any additional information as necessary or requested. R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S. Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources and support to individuals and organizations associated with terrorism. S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT. To the extent applicable, Supplier certifies that during the term of this Contract it will comply with applicable requirements of 2 C.F.R. § 200.216. T. DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier certifies that during the term of this Contract will comply with applicable requirements of 2 C.F.R. § 200.322. 22. CANCELLATION Sourcewell or Supplier may cancel this Contract at any time, with or without cause, upon 60 days' written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Supplier's Proposal. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. ** Remainder of page intentionally blank ** Rev. 3/2021 17 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 Sourcewell DocuSigned by: .may s(6�� By: C9FD2A 139D96489... Jeremy Schwartz Title: Chief Procurement Officer Date: Approved: 4/5/2022 1 4:53 PM CDT E D 1� oppcuSigned by: 7E42BSF817A64CC... Chad Coauette Title: Executive Director/CEO 4/5/2022 1 4:54 PM CDT Date: 113021-OKC Oshkosh Corporation ..r Ja es W. Johns n Title: xecutive Vic Presi ent and President Emergency Se nt Date: ���/L -4— Z Z Rev. 3/2021 18 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 RFP 113021 - Firefighting Apparatus and Fire Service Vehicles Vendor Details Company Name: Pierce Manufacturing Does your company conduct business under any other name? If WISCONSIN yes, please state: 2600 American Drive Address: Appleton, WI 54914 Contact: Michelle Swokowski Email: mswokowski@piercemfg.com Phone: 920-832-3272 Fax: 920-740-6252 HST#: Submission Details Created On: Monday October 18, 2021 12:41:15 Submitted On: Tuesday November 30, 2021 16:18:31 Submitted By: Michelle Swokowski Email: mswokowski@piercemfg.com Transaction #: 724f061f-10fb-4d93-bd02-b5afd9c2b906 Submitter's I Address: 198.190.231.15 Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 Specifications Table 1: Proposer Identity & Authorized Representatives General Instructions (applies to all Tables) Sourcewell prefers a brief but thorough response to each question. Do not merely attach additional documents to your response without also providing a substantive response. Do not leave answers blank; respond "N/A" if the question does not apply to you (preferably with an explanation). Line Item Question Response 1 Proposer Legal Name (one legal entity only): Oshkosh Corporation (In the event of award, will execute the resulting contract as "Supplier") 2 Identify all subsidiary entities of the Proposer Pierce Manufacturing Inc. whose equipment, products, or services are Oshkosh Airport Products, LLC included in the Proposal. 3 Identify all applicable assumed names or DBA As used herein, the "Company," "we," "us" and "our" refers to Oshkosh Corporation names of the Proposer or Proposer's and its consolidated subsidiaries. "Oshkosh" refers to Oshkosh Corporation, subsidiaries in Line 1 or Line 2 above. subsidiaries, Pratt & Miller Engineering & Fabrications, LLC (Pratt Miller), Pierce Manufacturing Inc. (Pierce), McNeilus Companies, Inc. (McNeilus) and its wholly owned subsidiaries, Oshkosh Airport Products, LLC (Airport Products), Kewaunee Fabrications, LLC (Kewaunee (IMT) or any other subsidiaries. Other assume names herein are often identified to be Frontline Communications, ARFF, Airport , Pierce. 4 Proposer Physical Address: Oshkosh Corporation 1917 Four Wheel Dr. Oshkosh WI, 54902 Pierce Manufacturing Inc. 2600 American Dr. Appleton WI, 54914 Oshkosh Airport Products, LLC. 1515 County Rd. O Neenah WI, 54956 5 Proposer website address (or addresses): www.oshkoshcorp.com www.Piercemfg.com, www.frontlinecomm.com, www. oshkoshai rport. co m, 6 Proposer's Authorized Representative (name, James W. Johnson title, address, email address & phone) (The Executive Vice President and President, Fire & Emergency Segment representative must have authority to sign Pierce Manufacturing Inc. the "Proposer's Assurance of Compliance" on 2600 American Drive behalf of the Proposer and, in the event of Appleton, WI 54914 award, will be expected to execute the Email: jjohnson@piercemfg.com resulting contract): Phone: 920-832-3000 Refer to authorized signers for Oshkosh Corporation, Pierce Manufacturing and Oshkosh Airport Products in additional documents. 7 Proposer's primary contact for this proposal Michelle Swokowski (name, title, address, email address & phone): Sales Operations Manager, Pierce Manufacturing Inc. 2600 American Drive Appleton WI 54914 Email: mswokowski@piercemfg.com Phone: 920-832-3272 8 Proposer's other contacts for this proposal, if Brianna Propson, any (name, title, address, email address & Sales Representative, Oshkosh Airport Products, LLC. phone): 1515 County RD O Neenah WI, 54956 Email: bpropson@airport.oshkoshcorp.com Phone: 920-215-5135 Table 2: Company Information and Financial Strength Line Question Response Item Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 Provide a brief history of your company, Oshkosh Corporation Overview including your company's core values, Oshkosh Corporation was founded in 1917, driven by a breakthrough four-wheel business philosophy, and industry longevity drive system that gave people the courage and confidence to go places they never related to the requested equipment, products thought they would. Today, more than 14,000 Oshkosh team members are putting or services. over 850 active patented technologies to work serving, developing, and connecting communities around the world. Oshkosh Corporation is a leading manufacturer and marketer of access equipment, specialty vehicles and truck bodies for the primary markets of access equipment, defense, fire & emergency and municipal, refuse hauling, concrete placement as well as airport services. s. Oshkosh products can be found in more than 150 countries under the brands of JLGO, Pierce@, Oshkosh@ Defense, McNeilus(R), IMT(R), Jerr-Dank, Frontline TM, Oshkosh@ Airport Products, and LondonTm and Pratt Miller. Pierce and Airport Products are subsidiaries of Oshkosh and are part of the Fire & Emergency Segment of Oshkosh. We believe in advancing the world around us through building, serving, and protecting people and communities. We are united by a common purpose: to make a difference in people's lives. Our values are the belief system that helps us ensure our behaviors are aligned with our purpose and drive us to do great work for great people. Oshkosh Core Values: WE PUT PEOPLE FIRST • We treat people how they need to be treated. • We keep people safe, within our walls and those using our products. • We care for the emotional, physical, and financial wellbeing of our people. • We celebrate what makes each of us unique. • We value other's words and ideas. • We respect the impact we have on each other; on the people we serve and in communities around the world. WE DO THE RIGHT THING • We do the right thing, the right way, for the right reasons. • We take responsibility for our actions. • We speak up and share our thoughts and concerns. • We keep our promises. • We respect our environment: both where we work and the planet we rely on. WE PERSEVERE • We push the bounds of technology and engineering to bring value to our customers and those who count on us. • We challenge the impossible to make a difference every day. • We are courageous and steadfast. • We strive to overcome obstacles and achieve our goals. WE ARE BETTER TOGETHER • We welcome ideas different from our own. • We rely on diversity to drive innovation. • We create an inclusive, empowering environment for all. • We work together across geographies, platforms, business units and functions to help our company reach its fullest potential. Business Philosophy: Our strategy is "Innovate. Serve. Advance." We innovate customer solutions by combining leading technology and operational strength to empower and protect the everyday hero. We serve and support those who rely on us with a relentless focus throughout the product lifecycle. We advance by expanding into new markets and geographies to make a difference around the world. As a corporation, our culture is one committed to conducting business with integrity, in accordance with the highest ethical standards and in compliance with applicable laws and regulations. The guidelines, laws, regulations, policies, and procedures that govern our conduct as employees and contractors of Oshkosh Corporation are embodied in our Code of Ethics & Standards of Conduct - The Oshkosh Way. Business Longevity: Pierce was founded in 1913 and is the leading domestic designer and manufacturer of fire apparatus assembled on custom chassis, designed, and manufactured to meet the special needs of firefighters. Pierce also designs and manufactures fire apparatus assembled on commercially available chassis, which are produced for multiple end -customer applications. Pierce's engineering expertise allows it to design its vehicles to meet stringent industry guidelines and government regulations for safety and effectiveness. Pierce primarily serves domestic municipal customers, but also sells fire apparatus to the DoD, airports, universities, and large industrial companies, and in international markets. Pierce's history of innovation, research and development in consultation with firefighters has resulted in a broad product line that features a wide range of innovative, high -quality custom and commercial firefighting equipment with advanced fire suppression capabilities. In an effort to be a single - source supplier for its customers, Pierce offers a full line of custom and commercial fire apparatus and emergency vehicles, including pumpers, aerial platform, ladder and tiller trucks, tankers, light-, medium- and heavy-duty rescue vehicles, wildland Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 rough terrain response vehicles, mobile command and control centers, bomb squad vehicles, hazardous materials control vehicles and other emergency response vehicles. Refer to "Pierce Timeline.pdf' in Financial Strength and Stability folder. Oshkosh Airport Products is a leader in the design and sale of ARFF vehicles to domestic and international airports. These highly specialized vehicles are required to be in service at most airports worldwide to support commercial airlines in the event of an emergency. Our first Aircraft Rescue and Fire Fighting (ARFF) vehicle was delivered to the U.S. Navy in 1968. We are able to attract and retain new customers because we take pride in a quality product we build and provide second to none in service and support nationwide. We are the leading manufacturer of fire apparatus because of this — our loyal customers! Refer to "9. Oshkosh Corporation 2020 Annual Report.pdf', "9. Oshkosh Strategy Innovate Serve Advance Strategy.pdf', "9. The_Oshkosh_Way_English.pdf', "9. 2020_Sustainability_Report.pdf', and "9. Equal Employment Opportunity.pdf' in Financial Strength and Stability folder for more information. 10 What are your company's expectations in the The Sourcewell consortium program will extend another avenue for the fire industry event of an award? customer base to purchase a fire apparatus efficiently and effectively through a proven program. The Sourcewell consortium will be a nationwide including Canada avenue that is promoted across the Pierce sales force that consists of 23 authorized Pierce Dealers and their respective team members. The fundamental expectation is around education and promotion. The Pierce Dealer network and Airport Products sales team is expected to understand our product and the tools available to the customer to achieve what is in the best interest of the customer. 11 Demonstrate your financial strength and Pierce Manufacturing Inc. and Oshkosh Airport Products, LLC are subsidiaries of stability with meaningful data. This could Oshkosh Corporation, which is a publicly traded company. include such items as financial statements, We have attached our annual report, SEC Filings along with the Dunn & Bradstreet SEC filings, credit and bond ratings, letters report often used by lenders and investors to determine a company's eligibility for of credit, and detailed reference letters. credit. This report along with any of the financial statements demonstrate Oshkosh Upload supporting documents (as applicable) Corporation and its subsidiaries to be financially sound. For additional information in the document upload section of your please refer to the below path. response. http://investor.oshkoshcorporation.com/investors/overview/ Oshkosh Corporation maintains an investment grade credit rating. The rating agencies periodically update the Company's credit ratings as events or changes in economic conditions occur. As of September 30, 2021, the long-term credit ratings assigned to the Company's senior debt securities by the credit rating agencies engaged by the Company were as follows: Fitch Ratings BBB-; Moody's Investor Services, Inc. Baaa3; Standards & Poor's BBB. Refer to "11. Oshkosh Corp Q4 and-Full-Year-Results-2021.pdf', "11. Oshkosh Corporation Form 10-K.pdf', "11. D&B Finance Analytics Report.pdf', 11. Bank of America. Oshkosh Reference.pdf', "11. Pierce Manufacturing Certificate of Status 062021.pdf', and "11. Oshkosh Airport Products Certificate of Status July 2021.pdf' in Financial Strength and Stability folder for more information. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 12 What is your US market share for the Pierce is the leader in domestic market share of fire apparatus. Oshkosh solutions that you are proposing? Corporation is traded on the New York Stock Exchange since 2002. Financial information can be obtained by visiting the below link. http://investor.oshkoshcorporation.com/investors/financial-information/annual-and-q uarterly- re po its/d efa u It. a spx Fire & Emergency segment. Through Pierce, the Company is the leading domestic designer and manufacturer of fire apparatus assembled on custom chassis, designed and manufactured to meet the special needs of firefighters. Pierce also designs and manufactures fire apparatus assembled on commercially available chassis, which are produced for multiple end -customer applications. Pierce's engineering expertise allows it to design its vehicles to meet stringent industry guidelines and government regulations for safety and effectiveness. Pierce primarily serves domestic municipal customers, but also sells fire apparatus to the DoD, airports, universities and large industrial companies, and in international markets. Pierce's history of innovation, research and development in consultation with firefighters has resulted in a broad product line that features a wide range of innovative, high -quality custom and commercial firefighting equipment with advanced fire suppression capabilities. In an effort to be a single -source supplier for its customers, Pierce offers a full line of custom and commercial fire apparatus and emergency vehicles, including pumpers, aerial platform, ladder and tiller trucks, tankers, light-, medium- and heavy-duty rescue vehicles, wildland rough terrain response vehicles, mobile command and control centers, bomb squad vehicles, hazardous materials control vehicles and other emergency response vehicles. The Company, through Airport Products, is a leader in the design and sale of ARFF vehicles to domestic and international airports. These highly specialized vehicles are required to be in service at most airports worldwide to support commercial airlines in the event of an emergency. Many of the largest airports in the United States, including LaGuardia International Airport, John F. Kennedy International Airport, O'Hare International Airport, Denver International Airport, Baltimore -Washington International Airport, Dallas/Fort Worth International Airport, Tampa International Airport, Philadelphia International Airport and San Francisco International Airport, are served by the Company's ARFF vehicles. The U.S. government also maintains a fleet of ARFF vehicles that are used to support military operations throughout the world. Internationally, the Company's vehicles serve, among others, Beijing, China and more than fifty other airports in China; Singapore; Indonesia; Quebec, Canada; Abu Dhabi, UAE; and Birmingham, Cardiff, Manchester and Liverpool, United Kingdom. In addition, the Company has recently delivered ARFF vehicles to airports in Mexico, Japan, Egypt, Nepal, Iraq and the British Virgin Islands. The Company believes that the performance and reliability of its ARFF vehicles contribute to the Company's strong position in this market. The Company, through its Frontline brand, is a leading manufacturer, system designer and integrator of broadcast vehicles, including electronic field production trailers, satellite news gathering and electronic news gathering vehicles for broadcasters and command trucks for local and federal governments along with being a leading supplier of military simulator shelters and trailers under the Oshkosh Specialty Vehicles (OSV) brand. The Company's vehicles have been used worldwide to broadcast the NFL Super Bowl, the FIFA World Cup and the Olympics. 13 What is your Canadian market share for the Pierce along with their strong dealer sales and service network that has driven solutions that you are proposing? increase Canadian market share. The Pierce Canadian dealer consist of 3 dealers that lead multiple service locations. We also partner with MAXI -METAL Inc leveraging the MAXI Saber program since 2016 and US Contender since 2017. Each Dealer has a signed dealer agreement to sell Pierce fire apparatus in the designated territory awarded to them. They are Prime on contracts and are supported by the 2500+ Pierce employees. 14 Has your business ever petitioned for No bankruptcy protection? If so, explain in detail. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 15 How is your organization best described: is it a manufacturer, a distributor/dealer/reseller, or a service provider? Answer whichever question (either a) or b) just below) best applies to your organization. a) If your company is best described as a distributor/dealer/reseller (or similar entity), provide your written authorization to act as a distributor/dealer/reseller for the manufacturer of the products proposed in this RFP. If applicable, is your dealer network independent or company owned? b) If your company is best described as a manufacturer or service provider, describe your relationship with your sales and service force and with your dealer network in delivering the products and services proposed in this RFP. Are these individuals your employees, or the employees of a third party? Pierce and Airport Products are best described as manufacturers. Pierce and Airport Products are best described as manufacturers. The Pierce Dealer network consists of 20 US based Dealers and 3 Canadian based Dealers. Each Dealer has a signed dealer agreement to sell Pierce fire apparatus in the designated territory awarded to them. They are Prime on contracts and are supported by the 2500+ Pierce employees. The Company believes the geographic breadth, size and quality of its Pierce fire apparatus sales and service organization are competitive advantages in a market characterized by a few large manufacturers and numerous small, regional competitors. Pierce's fire apparatus is sold through an extensive network of independent sales and service organizations with over 300 hundred sales representatives in the U.S. and Canada, which combine broad geographical reach with high frequency of contact with fire departments and municipal government officials. These sales and service organizations are supported by product and marketing support professionals and contract administrators at Pierce. The Company believes high frequency of contact and local presence are important to cultivate major, and typically infrequent, purchases involving the city or town council, fire department, purchasing, finance and mayoral offices, among others, that may participate in a fire apparatus bid and selection process. After the sale, Pierce's nationwide local parts and service capability is available to help municipalities maintain peak readiness for this vital municipal service. Oshkosh Airport Products The Company markets its Oshkosh -branded ARFF vehicles through a combination of direct sales representatives domestically and an extensive network of representatives and distributors in international markets, including Canada. Certain of these international representatives and distributors also handle Pierce products and will follow the same process as noted above. For service, we support both with internal service support which is available 24/7/365 via our support line at 1-800-222- 6635 and external sales representatives. Refer to "15. Pierce. Airport Manufacturer. Products.pdf' in Company Information and Financial Strength folder for an overview of our manufacturing capabilities and product offerings. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 16 If applicable, provide a detailed explanation Pierce Manufacturing Inc. holds state licensing for Sales, Manufacturing, Motor outlining the licenses and certifications that Vehicles, and dealer license used accordance to the state laws. The Pierce Dealer are both required to be held, and actually network licenses independently holds as required by law in the state in which they held, by your organization (including third sell. Airport Products holds manufacturer's license, where required. parties and subcontractors that you use) in pursuit of the business contemplated by this We also hold our Vendors accountable to the utmost standards. Beyond ISO RFP. certifications and compliance, we require our supply chain of major components to obtain a score of 80% or above on a supplier quality audit performed by Oshkosh Corporation supplier quality. ISO 9001:2015 Certification: Pierce Manufacturing Inc. was the first single -source manufacturer of custom fire apparatus in North America to achieve ISO 9001 certification. Pierce has achieved ISO 9001:2015 certification which covers all aspects of our business life cycle, from engineering and manufacturing to customer service. ISO 9001 certification demonstrates a company's commitment to quality. To keep their ISO 9001 registered status, companies are re -audited twice per year through third -party verification to prove they are maintaining good practices. ISO 9001 certification further assures customers that a fundamental quality system is in place. It's a solid foundation for continuous improvement always striving to get even better. An ISO -certified manufacturer, like Pierce, accepts nothing but the best from its suppliers. Pierce asks its suppliers to meet many of the same stringent quality requirements and works with them to improve their quality systems as well. Refer to "16. ISO 9001.2015 Pierce Mfg and entities.pdf' in Financial Strength and Stability folder for certificate. UL/ULC: Pierce is the first fire apparatus manufacturer to be both third party certified to NFPA 1901-2013 edition and ULC listed to Canada ULC-S515-04 standard. Third Party Vehicle Inspection Program by Underwriters Laboratories to ensure our products are 100% N.F.P.A. compliant to 1901 standards. The certification includes all design, production, operational and performance testing of the complete apparatus. All products must pass all tests before a truck is released into Canada. This commitment to quality applies to trucks sold in the U.S. as well. Refer to "16. Sample UL Certs 35796 Pump Line Voltage Aerial Cert.pdf' in Financial Strength and Stability folder for sample certificate. ISO 14001:2015 Certification: Our Neenah facility is also ISO 14001:2015 certified for our Environmental Management System. Various Pierce and Airport Products vehicles are manufactured in this space. Refer to "16. ISO 14001 Oshkosh Airport Products.pdf' in Financial Strength and Stability folder for certificate. 17 Provide all "Suspension or Debarment" Neither Oshkosh Corporation or subsidiary such as Pierce Manufacturing and Airport information that has applied to your Products have suspension or debarment that applies within the past 10 years. organization during the past ten years. Table 3: Industry Recognition & Marketplace Success Line Item 18 Question Describe any relevant industry awards or recognition that your company has received in the past five years Response Oshkosh Corporation is honored to be named and recognized for the following awards and recognitions. World's Most Ethical Companies in 2016, 2017, 2018, 2019, 2020 and 2021. Oshkosh is one of only 124 companies, representing 52 industry sectors in 19 countries on five continents named to this prestigious list. We were the only company selected in the "Trucks and Other Vehicles" category, underscoring our commitment to leading ethical business standards and practices. This achievement is only possible with a commitment to sustainability, connecting with our communities and strong ethical culture and team members who believe in doing the right thing. Link: https://investors.oshkoshcorp.com/news/news-details/2021/Oshkosh-Corporation- named-one-of-the-Worlds-Most-Ethical-Com pan ies-for-sixth-consecutive-year/defauIt. aspx FORTUNE's World's Most Admired Companies in 2019 and 2020. Oshkosh Corporation is one of 330 companies to achieve this honor, as ranked by industry peers, highlighting some of the most respected and successful companies from around the world. https:Hinvestors.oshkoshcorp.com/news/news-details/2021/Oshkosh- Corporation-nam ed-one-of-the-Worlds-Most-Admired-Com panies-by- FORTUNE/default.aspx Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 In 2020 and 2021, the company was awarded one of America's Most Responsible Companies by Newsweek. Oshkosh has earned this award for two consecutive years and is ranked #159 out of 399 companies on the list. America's Most Responsible Companies were defined based on key performance indicators around environmental, social and corporate governance areas. For more info please refer to the link below: https://www.oshkoshcorp.com/en/news/12-23-20-most-responsible- newsweek Oshkosh Corporation was named a Military Friendly Company in 2017, 2018, 2019, 2020 and 2021. Being named a Military Friendly Company highlights our commitment to caring for our team member and having a culture where veterans can thrive. . Please reference the link for additional detail: https://www.oshkoshcorp.com/en/news Oshkosh Corporation has been listed on the Dow Jones Sustainability World Index in 2019, 2020 and 2021. Please review the link below for additional info. https://investors.oshkoshcorp.com/news/news-detai Is/2020/Oshkosh-Corporation-Named- to-the-Dow-Jones-Sustainability-World-I ndex-for-Second-Consecutive-Year/default.aspx Oshkosh Corporation is honored to be named and recognized for the following awards and recognitions. World's Most Ethical Companies in 2016, 2017, 2018, 2019, 2020 and 2021. Oshkosh is one of only 124 companies, representing 52 industry sectors in 19 countries on five continents named to this prestigious list. We were the only company selected in the "Trucks and Other Vehicles" category, underscoring our commitment to leading ethical business standards and practices. This achievement is only possible with a commitment to sustainability, connecting with our communities and strong ethical culture and team members who believe in doing the right thing. Link: https://investors.oshkoshcorp.com/news/news-details/2021/Oshkosh-Corporation- named-one-of-the-Worlds-Most-Ethical-Com pan ies-for-sixth-consecutive-year/defauIt. aspx FORTUNE's World's Most Admired Companies in 2019 and 2020. Oshkosh Corporation is one of 330 companies to achieve this honor, as ranked by industry peers, highlighting some of the most respected and successful companies from around the world. https:Hinvestors.oshkoshcorp.com/news/news-details/2021/Oshkosh- Corporation-nam ed-one-of-the-Worlds-Most-Admired-Com panies-by- FORTUNE/default.aspx In 2020 and 2021, the company was awarded one of America's Most Responsible Companies by Newsweek. Oshkosh has earned this award for two consecutive years and is ranked #159 out of 399 companies on the list. America's Most Responsible Companies were defined based on key performance indicators around environmental, social and corporate governance areas. For more info please refer to the link below: https://www.oshkoshcorp.com/en/news/12-23-20-most-responsible- newsweek Oshkosh Corporation was named a Military Friendly Company in 2017, 2018, 2019, 2020 and 2021. Being named a Military Friendly Company highlights our commitment to caring for our team member and having a culture where veterans can thrive. . Please reference the link for additional detail: https://www.oshkoshcorp.com/en/news Oshkosh Corporation has been listed on the Dow Jones Sustainability World Index in 2019, 2020 and 2021. Please review the link below for additional info. https://investors.oshkoshcorp.com/news/news-detai Is/2020/Oshkosh-Corporation-Named- to-the-Dow-Jones-Sustainability-World-I ndex-for-Second-Consecutive-Year/default.aspx Oshkosh was named one of the "World's Best Employers" by Forbes in 2020. The 2020 results included 750 multinational and large corporations across 45 countries. Oshkosh is ranked #76 out of 750. Please refer to the link: https://www.oshkoshcorp.com/en/news/12-11-20-forbes Oshkosh is one of Barron's 100 Most Sustainable Companies for the years 2019, 2020 and 2021. Please review the link for additional information. https://investors.oshkoshcorp.com/news/news-details/2021 /Oshkosh-Corporations-focus- on-sustainability-earns-recog nition-from-Barrons-and-SP-Global/default.aspx Pierce's focus on energy efficiency is focused on being good stewards of company resources, budgets, and the company's ecological footprint. This earned them the recognition for Focus on Energy 2020 Energy Efficiency Excellence Award https://www. piercemfg.com/pierce/blog/pierce-recog nized-with-focus-on-energy-excellence- award Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 Pierce also Achieved TRUE (Total Resource Use and Efficiency) Zero Waste Certification at the Gold level. TRUE certification is administered by Green Business Certification Inc. (GBCI), an organization that independently recognizes excellence in green business industry performance and practice globally 2021 Sterling Manufacturing Business Excellence Award - Florida facility has been awarded the 2021 Sterling Manufacturing Business Excellence Award at the Gold Level! This award went out to the company that was found to be a high performing manufacturer in seven categories. Pierce Bradenton demonstrated outstanding leadership and management systems to meet the need of customers and stakeholders https://www.facebook.com/Pierce/posts/10165217512965527 Pierce was awarded the "Above and Beyond Award" by ESGR August of 2021. Pierce was 1 of 3 large companies in Wisconsin recognized for their outstanding support of our Guard and Reserve forces. Oshkosh Corporation has been named one of the "Best Managed Companies" by the Wall Street Journal in 2018 and 2019. Please visit the link for additional detail: https://www.businesswire.com/news/home/20191209005496/en/Oshkosh- Corporation-Named-One-of-the-%E2%80%9C Best- Managed-Com pan ies-of- 2019%E2%80%9 D-by-the-Wa I I -Street -Journal ISO 14001:2015 Environmental Management System To further solidify and standardize our environmental performance, Pierce Manufacturing and the Airport Products Group are in the first domestically of formalizing an Environmental Management System for our Neenah manufacturing facility in accordance with ISO 14001:2015 for all of Oshkosh Corporation Recognized by RobecoSAM with the Industry Mover Award for critical steps taken to propel corporate sustainability by measuring impact and disclosing results. Oshkosh Corporation has achieved many awards throughout the years. Many of the awards highlight specific subsidiaries such as Pierce and Airport Products. There are many more that have not been incorporated but are incorporated on our websites. We are proud and work hard to maintain these achievements. Refer to "18. TRUE CERTS-ID 1000128616.pdf' in Additional Documents folder for certificate. 19 What percentage of your sales are to the Oshkosh has great relationship with various governmental sectors throughout the governmental sector in the past three years organization. We are a publicly traded company therefore the information available does not include specific sales detail. 20 What percentage of your sales are to the Pierce and Airport on occasion will sell to education sectors such as Universities, education sector in the past three years Colleges, High Schools, or Fire schools. The market for our product in this group is limited. 21 List any state, provincial, or cooperative Pierce Manufacturing participates in nationwide and state -level contracts. All purchasing contracts that you hold. What is programs are aligned to offer the best solutions on a consistent platform. Contracts the annual sales volume for each of these with an asterisk (') also have contracts held by Airport Products. contracts over the past three years? 1. Sourcewell' 2. H-GAC' 3. NASPO Value Point 4. NPPGov 5. Lamas 6. BuyBoard 7. Florida Sherriff's 8. Ohio State 9. Costars 22 List any GSA contracts or Standing Offers Current GSA (General Services Administration) contract is GS30F021 DA and Supply Arrangements (SOSA) that you hold. What is the annual sales volume for each of these contracts over the past three years? Table 4: References/Testimonials Line Item 23. Supply reference information from three customers who are eligible to be Sourcewell participating entities. Entity Name Contact Name Phone Number Knoxville Fire Department Bobby Palmer 865-595-4474 Howell Fire District #3 Louis Memmolo,lll 732-905-8530 Clark County Riccardo Terzo 702-455-8341 Tampa International Airport Oren Hanson 813-267-0335 Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 Table 5: Top Five Government or Education Customers Line Item 24. Provide a list of your top five government, education, or non-profit customers (entity name is optional), including entity type, the state or province the entity is located in, scope of the project(s), size of transaction(s), and dollar volumes from the past three years. Entity Name Entity Type State 1 Scope of Work Size of Transactions Dollar Volume Past Three Province Years U.S. Army Government District of Pumpers, rescues, aerials N/A N/A Columbia - DC U.S. Air Force Government District of Pumpers, rescues, aerials N/A N/A Columbia - DC Bureau of Government District of Wildland pumpers N/A N/A Land Columbia - DC Management U.S. Navy Government District of Pumpers, rescues, aerials N/A N/A Columbia - DC U.S. Marine Government District of Pumpers, rescues, aerials N/A N/A Corps Columbia - DC Table 6: Ability to Sell and Deliver Service Describe your company's capability to meet the needs of Sourcewell participating entities across the US and Canada, as applicable. Your response should address in detail at least the following areas: locations of your network of sales and service providers, the number of workers (full-time equivalents) involved in each sector, whether these workers are your direct employees (or employees of a third party), and any overlap between the sales and service functions. Line Item Question Response 25 Sales force. Pierce Manufacturing has an inside sales force that manages a given territory The support can range from dealers, customer request, trade shows, warranties, specifics support within the bids, managing the sale and configuration The inside sales folks work with internal Pierce contacts to ensure a successful build and delivery to our preferred dealer network. The Oshkosh Airport Products sales force consists of 2 regional sales managers who are direct employees of Oshkosh Airport Products. Our sales team is committed to the full customer lifecycle, from initial contact throughout the vehicle life. In addition, our internal sales managers coordinate with our Canadian dealership to support the customer relationship. Refer to "25. 26. 27. Directory - Pierce Dealership Territories Map.pdf', "25. 26. Pierce Authorized Dealer_2021_Listing.pdf', "25. ARFF RSM Map Nov 2021.pdf', and "25. Pierce and Airport Internal Contacts Org Chart.pdf' in the Additional Documents folder for more information. 26 Dealer network or other distribution Pierce product is sold via the authorized Pierce Dealer network of 300+ sales methods. representatives that are located across the US and Canada and are backed by the Pierce factory support of 2500+ employees to assist with product, quality, and service. In addition, the sales force is comprised of legacy tenure as well as new generations. Many of our sales representatives came from or are still part of the fire industry in some way. There are Dealers located across the US and Canada that have been assigned territory to provide Sales, Service, and aftermarket support 24/7 365 days of the year. The dealer network has invested in on hand inventory as well as the factory and dedicated aftermarket inventory available online for them to utilize and drop ship to the end customer's location. As previously mentioned, we also partner with MAXIMETAL to support our Canadian customers by being a distributor for MAXIMETAL products. Oshkosh Airport Products sells direct domestically and partners with dealer organizations internationally, including Canada. Refer to "25. 26. 27. Directory - Pierce Dealership Territories Map.pdf' and "25. 26. Pierce Authorized Dealer_2021_Listing.pdf' in the Additional Documents folder for more information. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 27 Service force. Pierce and its dealer network offer a wide variety of Aftermarket services to help customers maintain their Pierce branded fire apparatus. 70+ service centers throughout North America are dedicated to servicing Pierce apparatus thru its industry - leading, independently owned & managed dealer network. 20 United States & 3 Canadian dealerships support our wide array of service centers. Pierce authorized service centers offer: • Dedicated Service Professionals • Nearly 250 mobile service vehicles, strategically located throughout North America • Offer scheduled & unscheduled maintenance services • 24/7 access to Pierce Technical Support Hot -Line, • Ability to execute warranty -related repairs, in accordance with the Pierce limited warranty statement. Pierce also offers a full line of spare parts, available for purchase thru its dedicated dealer network. The spare parts warehouse, located in Appleton, Wisconsin, boasts over 100,000 sq. ft. of storage space, all of which supports Pierce fire apparatus. Key facts about the warehouse include: • Dedicated and committed on -hand spare parts inventory • Management of over 100,000 unique spare part numbers (inventory, min/max, pricing, country of origin, etc.) • Same -day & next -day shipping services from UPS, Fed Ex, and XPO • 24/7 website to locate and check pricing & availability of spare parts by authorized dealer • Tens of thousands of digital photographs & 3D artwork of replacement parts for fast & easy identification Pierce offers a complete set of training classes, for both operators & maintainers, to keep your Pierce apparatus running at peak performance. • Regional & Corporate training events held throughout the calendar year • Instructors with over 100 combined years of Pierce & industry expertise • Innovative "Training Truck"; key technology mounted on stand-alone truck to simulate any key system • Technology training on key components such as Pierce Ultimate Configuration (PUCTM) water pumps, TAK-40 independent suspension systems, HuskyTm Foam systems, and Command Zone TM III • Operation overview of foam & aerial devices Attached you will find a summary per authorized dealer mobile vehicles and acknowledgment of service technicians along with dealer contact and the territory they cover. Oshkosh Airport Products employs full time Field Service Representatives to provide vehicle in-service, training, and service work. We also rely on support from organizations across the US and have service provider agreements to provide local support to our customers as well. In addition, we are supported through Oshkosh Corporation's training center to provide world -class maintenance and operations training. These trainings are designed specifically for our ARFF products and are available to our dealers and customers alike. Refer to "25. 26. 27. Directory - Pierce Dealership Territories Map.pdf', "27. Pierce Dealer Service & Sales Coverage.pdf', and "27. ARFF Service Providers Map.pdf' in the Additional Documents folder for more information. 28 Describe the ordering process. If orders When the customer works with the Pierce authorized dealer they will accept all will be handled by distributors, dealers or purchase orders; however, every sale is configured in the Pierce customized truck others, explain the respective roles of the configurator, Pulse. This sales tool includes the corresponding cooperative Proposer and others. procurement option applicable to the sale. This option is used to generate monthly audits that Pierce performs with their dealer network as well as generate the quarterly required reports sent direct to the contracting agency. The authorized Dealer network utilizes the customized apparatus specification software (PULSE) to configure to the customer's expectations and is used internally throughout the supply chain of the order from booking the order to engineer the final product. The tool is supported with internal communication tools such as workflow, Communication Central, online scheduling, Build Status, and a complete Truck Library. This provides our Dealer network a direct link to the factory to accurately communicate details to the end user. Airport Products will be the primary point of contact for sales inquiries, except where we have an authorized dealer. With complexity of ARFF vehicles, our team will work directly with the customer to customize their truck configuration using the base vehicle as a starting point. Options will be added to the base price with the Sourcewell discount. This quotation will be used by the customer to issue a purchase order or contract which will be reviewed by Airport Products and accepted. Airport Products will then be responsible for manufacture of the vehicle. 29 Describe in detail the process and AFTERMARKET PIERCE MODEL procedure of your customer service Pierce service after the sale is where we truly are set apart from others. The Pierce program, if applicable. Include your Dealer network spans across the US and Canada and each have made investment response -time capabilities and in facilities, inventory, staff, and training. The Dealer is the first point of contact for commitments, as well as any incentives Ithe customer however all customers can access Pierceparts.com to aid in any Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 that help your providers meet your stated service needs they may have. service goals or promises. TEAM MEMBERS Pierce Service Brigade An army of 600 service technicians across the US and Canada. Certified Master Technicians We specifically created the Pierce Certified Master Technician program to ensure that our Service Brigade professionals possess the highest level of proficiency with today's sophisticated emergency vehicles, including non -Pierce apparatus. The Right Attitude and the Right Tools Our team members take pride in going home at the end of each day knowing they made a difference. The mobile training unit takes Customer Service training to another level and brings training to the customer. This mobile unit has built-in training tools and props that are configurable to the training needs of our customers. It allows the technician to troubleshoot, dismantle, and most importantly, provide the hands-on training customers ask for. INVENTORY As the manufacturer, facilities are available in Appleton, WI, Weyauwega, WI, and Bradenton, FL. These facilities are equipped with factory personnel and committed healthy stock of inventory dedicated to service and replacement parts to ensure quick response and minimize down time. Furthermore, Pierce Manufacturing Inc. houses inventory in a dedicated facility, with a dedicated shipping area that ensures service parts are given priority and extends a customized, Pierce aftermarket website for authorized Dealers to conduct business in real-time. FACTORY HOURS OF OPERATION Pierce Manufacturing Inc. and Oshkosh Airport products also maintains a 24 hour/ 7 day a week, toll free emergency hot line and employs a staff of dedicated individuals to troubleshooting and parts support. Pierce Customer Service core hours of operation are Monday — Friday, 7:30 a.m. — 4:00 p.m. CST. We also have Pierce factory technicians on call for after-hours support available 24 hours a day, seven days a week. PROBLEM IDENTIFICATION & RESOLUTION As product or service issues are identified by the customer, they are to contact their local Pierce authorized dealer since they are the customer's first point of contact. All issues are documented, resolved, and archived for future reference by the local dealership. If there is an issue that needs elevated assistance, the dealership will contact the Pierce customer service account representative for assistance. Parts identification is provided to both the dealer and the Fire Department through an on-line web -based application for the specific truck. Access will be granted using the specific VIN number of the vehicle and the online web application provides the ability to view complete bills of materials, digital photographs, parts drawings, assembly drawings, and access to all current operation, maintenance, and service publications. The end user can access this information via the Guest Login. TECHNICAL SERVICE SUPPORT Both Pierce and their authorized Dealers can provide both in-house and on -site service for the apparatus along with training per request. Replacement parts and various levels of service after delivery are available from your local Pierce authorized dealer, including but not limited to those shown below: SERVICE: Warranty repair for Pierce product line for all items except for those that must be handled directly by an authorized component manufacture such as engine and transmission. Direct access to Pierce technical support Routine preventative maintenance Annual aerial ladder testing Pump testing Ground ladder testing NFPA 1911 annual inspections maintenance and testing Repairs from small minor issues to major overhauls and many other services Dealer repair services extend to most other fire and emergency rescue product lines in addition to Pierce Manufacturing Service provided by EVT, ASE, Pierce and industry specific certified technicians All Pierce authorized sales and service dealers have access to Pierce's extensive level of technical and customer service support staff PARTS: Pierce authorized dealers maintain a large assortment of products supplied with fire Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 apparatus. Including, but not limited to, the most commonly required parts and components required for apparatus repair. This level of inventory enables "out of service" time to be kept to a bare minimum. All Pierce authorized sales and service dealers have access to Pierce's extensive level of replacement parts inventory, which is more than $15M as well as any Pierce required fabrication services. Oshkosh Airport Products partners with Pierce Manufacturing's internal customer support team to provide the same superior service for municipal products with the smaller scale of ARFF products. We maintain a 24 hour/ 7 day a week, toll free emergency hot line with core hours of operation being Monday through Friday, 7:30 a.m. — 4:00 p.m. CST. We also have Pierce factory technicians on call for after-hours support available 24 hours a day, seven days a week via our service support line 1- 800-222-6635 30 Describe your ability and willingness to Pierce Manufacturing Inc has 20 US based authorized dealers, each which has an provide your products and services to establishes sales and service infrastructure to support the sale of our whole goods Sourcewell participating entities in the from time of sale through its lifecycle. United States. We are committed to support the customer by educating them in all possible avenue to ensure they know the benefits of Sourcewell. Pierce will be able to support the entire US including Hawaii and Alaska along with Canada regions. Our established dealer network includes assignment for these territories. Airport Products is able and willing to provide our products and services to participating entities in the United States. 31 Describe your ability and willingness to Pierce Manufacturing Inc has 3 US based authorized dealers, each which has an provide your products and services to establishes sales and service infrastructure to support the sale of our whole goods Sourcewell participating entities in Canada. from time of sale through its lifecycle. Pierce Manufacturing Inc. has three Dealers that cover the Canadian territories — Commercial Emergency Equipment, Safety Source, and L 'Arsenal. Commercial Emergency Equipment is the largest of those exclusive dealers. They cover Western Canada (BC, AB, SK, MB), Ontario, as well as the Northern Territories (YT, NWT, NT). Pierce brands the MAXI Saber custom -chassis fire apparatus which are also marketed in Canada. Pierce is our authorized dealers are in exclusive product partnership since 2016 with MAXIMETAL. Pierce is committed to growing the market in Canada while also providing service support. Airport Products will work in conjunction with our authorized dealer(s), and together we are able and willing to provide our products and services to participating entities in Canada. 32 Identify any geographic areas of the United There are no geographic areas in the US or Canada that we will not be fully States or Canada that you will NOT be servicing through the proposed contract. fully serving through the proposed contract. Pierce and Airport Products are proud to provide excellent coverage across the nation. There are no areas throughout US or Canada that we are not able to fully support either through our dealer network or direct coverage through coverage. 33 Identify any Sourcewell participating entity There are no defined sectors that Pierce or Airport Products would not be willing sectors (i.e., government, education, not -for- and able to sell to and extend the after the sale service and support we pride profit) that you will NOT be fully serving ourselves on. through the proposed contract. Explain in detail. For example, does your company have only a regional presence, or do other cooperative purchasing contracts limit your ability to promote another contract? 34 Define any specific contract requirements Pierce and Airport Products is not aware of any specific contract requirements or or restrictions that would apply to our restrictions that apply to members. Those territories determine what contracts they participating entities in Hawaii and Alaska support and allow to be used. and in US Territories. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 Table 7: Marketing Plan Line Item Question Response 35 Describe your marketing strategy for The marketing strategy we have taken with all the awards has begun with marketing to promoting this contract opportunity. our sales force. The initial launch provides the sales team: Upload representative samples of your Overview of the contract and what differentiates it from the others marketing materials (if applicable) in Training and updating internal User Guide/Handbook the document upload section of your • Adding the contract option to our custom truck configurator Pulse response. • Adding the contract to the internal communication portal • Update www.piercemfg.com and www.oshkoshairport.com website with the addition of the new contract • Develop a flyer or FAQ to provide sales reps and customers as a takeaway • Including a Sourcewell purchased truck at Pierce shows. The Sourcewell consortium logo is noted on the configuration that is displayed on the truck. Refer to "35. Pierce Example Marketing.pdf' in the Marketing Plan/Samples folder. Additional marketing brochures available in the Marketing Plan/Samples folder. Please refer to these files for current representative material. 36 Describe your use of technology and Pierce has a dedicated marketing team that manages our website and social media; we digital data (e.g., social media, also have 23 Dealers that have established websites and utilize social media platforms metadata usage) to enhance such as twitter, Instagram, and Facebook to share messaging. We are able to track marketing effectiveness. engagement and metadata on our followers through these platforms. Not only is our marketing team well versed in looking at industry trends, we also partner with external organizations for a more robust approach to technology. Both Pierce and Airport Products' websites will include award and have a direct link to the Sourcewell website were facts and information can be obtained. Airport Products also utilizes Showpad for organization and distribution of marketing material which is available to our domestic and international sales team. This tool allows us to share information across the globe, including information on available purchasing consortiums. This tool allows users to track customer engagement with the material. 37 In your view, what is Sourcewell's role Sourcewell's role in promoting the Fire Apparatus contract is primarily accessibility to in promoting contracts arising out of customers and/or their procurement officials. this RFP? How will you integrate a Sourcewell' s role is to be partner with the awarded vendors and understand the product Sourcewell-awarded contract into your on the contract so that as a joint effort, end users can be informed and educated on sales process? cooperative procurement and how this contract best fits them. This may include training creation, networking at a specific show or dealer location. Cooperative procurement needs to fold into the sales process shortly after introductions. A Sales representative should understand what programs the customer has been a part of and/or what they know about cooperative procurement programs available. That basic understanding is a must have from the onset. This program won't determine what apparatus they buy or what customization they can have — this program provides them the avenue to get what they need through an efficient procurement process. For the Airport direct sales team, all opportunities that are not competitively bid will be provided information on the Sourcewell contract as an avenue for purchase. 38 Are your products or services We do not offer an e-procurement ordering process due to the complexity of our product. available through an e-procurement We have determined this platform does not fit in our business model. ordering process? If so, describe your e-procurement system and how governmental and educational customers have used it. Table 8: Value -Added Attributes Line Question (Response Item Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 39 Describe any product, equipment, Training is offered in several different ways: maintenance, or operator training • A customer can request factory personnel to provide training and it will be added to the programs that you offer to sale or available at a later date. Sourcewell participating entities. • The dealer may have a training program to offer that introduces the customer to the Include details, such as whether dealer's support team training is standard or optional, • The customer may choose to attend regional training classes offered throughout the year. who provides training, and any costs that apply. All customers receive a Delivery Orientation class prior to placing the apparatus in service. Other training is often customized to the customer's needs and scheduled around their calendars. Factory and/or Dealer training may include Operation, Maintenance, Foam training, Aerial training, Customer Mechanics, or customizable. On -site training during vehicle in-service is standard. This provides a basic vehicle operations and maintenance overview. This training is consistent with industry standards. Refer to "39. Pierce Training Offerings.pdf' in Additional Documents for more information on Pierce training. We also offer additional training through our Oshkosh Product Training Center. We have two rigorous courses focused on the vehicles chassis and firefighting systems. The cost of additional maintenance or operations courses are not included and schedule and pricing is available on our training website. Specialized training can also be requested and will be quoted at time of request. https://oshkoshcorporation.csod.com/LMS/catalog/Welcome.aspx. Refer to "39. Striker Chassis and Firefighting Maintenance Training Outline.pdf' in Additional Information folder for ARFF training outline. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 40 Describe any technological advances that your proposed products or services offer. Oshkosh Corporation a leader in innovation and each of our products and technologies is designed with customers and end -users in mind, including advances in electrification, autonomy and active safety and intelligent products. Leveraging the latest in technology for today and tomorrow across the different markets we serve differentiates us and helps us remain market leaders and stay ahead of the competition. Advancing our company into new markets and categories will support continued growth for the company. Through this contract, we offer numerous proprietary features that standout from others and not limited to: • Electric Vehicles - Pierce Manufacturing and Oshkosh Airport Products have introduced the Volterra TM platform of electric vehicles for the fire and emergency market, with the first municipal truck already in service with the City of Madison, Wisconsin. The Striker@ Volterra performance hybrid Aircraft Rescue and Fire Fighting (ARFF) vehicle is available for demonstration, as available, at customer locations. Refer to "40. Volterra Press Release.pdf' in Additional Documents folder for more information. • Idle Reduction Technology (IRT) - Power NFPA 1901 required devices, user -defined mission critical on -scene loads, and HVAC climate control with the main chassis engine shut down for one hour of run time at 150 amps. Featuring built-in safety interlocks and Pierce Command ZoneTm auto -start for battery power monitoring and engine re -start, departments can work more safely and efficiently without a second thought. Pierce Idle Reduction Technology is an option on new apparatus and as an aftermarket solution Refer to "40. Pierce-Manufacturing-Idle-Reduction-Technology-6-21.pdf' in Additional Documents folder for more information. • Ascendant@ class of aerial products — Pierce patented design that offers 107' of vertical reach and 100' of horizontal reach; rated at a 750 lb (dry) / 500 lb (wet) tip load capacity with an additional 100 lb equipment allowance; flow up to 1,500 gpm and is capable of a store front blitz feature as standard. • Pulse - Customized in-house truck configurator that allows us to build to the customer's level of customization • TAK-40 Suspension — offers shorter stopping distance, no brake steer, improved ride quality, and proven technology used by the US military. • Command Zone TM III electronics — provides vehicle reliability, easy serviceability, 5-yr standard warranty • Pierce Ultimate Configuration (PUCTM) - Eliminates the pumphouse so you can build your apparatus around your needs and not the pump. It minimizes vehicular space used for fire suppression and maximizes space for equipment while still providing big pump, foam and CAFS capabilities. • Husk yTM foam systems - Hydraulic drive powered; Single point, direct injection, flow -based system using digital technology to indicate pump position and a flow meter; a built-in flush system, equipped with an auxiliary foam pick-up; a foam tank refill system is available to fill the foam tank(s) from the ground. • Snozzleg HRET — The Snozzle High Reach Extendible Turret is available is a 50 ft or 65 ft configuration. Our HRET is available on the Oshkosh Striker 4x4, 6x6 and 8x8. • Eco EFPTm Foam Measurement System — Measure foam percentages from every discharge on the vehicle without using foam on the Oshkosh Striker vehicles. Eco EFP measures both the solution and foam flows on the vehicle, and even archives the testing data with a time and date stamp for three years. Refer to "40. Eco EFP Brochure.pdf' in Additional Documents folder for more information. The Company's advanced design and engineering capabilities have contributed to the development of innovative and/or proprietary, severe -duty components that enhance vehicle performance, reduce manufacturing costs and strengthen customer relationships. The Company's advanced design and engineering capabilities have also allowed it to integrate many of these components across various segments and product lines, which enhances its ability to compete for new business and reduces its costs to manufacture its products compared to manufacturers who simply assemble purchased components. The Company has been a supplier of electric -powered products for more than 20 years and recently launched several new products that leverage zero emissions electrification for mobility across all segments. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 41 Describe any "green" initiatives that relate to your company or to your products or services, and include a list of the certifying agency for each. Oshkosh Corporation, including Pierce and its sister segments, have Environmental Policies & Procedures including, but not limited to, an Environmental Protection Policy and an Energy Management Policy. Please refer to our response in question 18 on our recent award achievements as well. Refer to "9. 2020_Sustainability_Report.pdf' in the Financial Strength and Stability folder. Pierce Sustainability Efforts Sustainability is defined as "meeting the needs of the present without compromising the ability of future generations to meet their own needs." Pierce is continuously improving how we make and distribute products. It's about reducing the environmental impact of our products and production, improving workplace conditions, reducing costs, increasing value, and being active in our communities. Pierce has established waste and energy Key Performance Indicators (KPIs) and are developing and implementing plans to meet these goals month over month. KPIs are tracked, recorded, and shared monthly with the teams and our sister segments including Corporate. Oshkosh Corporation conducts internal environmental audits using a third -party environmental auditing tool. These audits are completed on all sites on a rotating basis. Each facility is audited at least once every three years. Pierce is an active member of the Dow Jones Sustainability Index (DJSI). The Dow Jones Sustainability Indices (DJSI) launched in 1999, are a family of indices evaluating the sustainability performance of the largest 2,500 companies listed on the Dow Jones Global Total Stock Market Index. Department of Energy's Better Buildings, Better Plants Program Pierce along with the other Oshkosh segments demonstrate our commitment to improving energy performance by signing a voluntary pledge to reduce our energy intensity by 25% over a ten-year period with the U.S. Department of Energy's Better Buildings, Better Plants Program. Leading manufacturers and industrial -scale energy using organizations implement cost-effective energy efficiency improvements that save energy and improve competitiveness. ISO 14001:2015 Environmental Management System To further solidify and standardize our environmental performance, Pierce Manufacturing and the Airport Products Group are in the process of formalizing an Environmental Management System for our Neenah manufacturing facility in accordance with ISO 14001:2015. Refer to "16. ISO 14001 Oshkosh Airport Products.pdf' in Financial Strength and Stability folder. Community — Goodwill Pierce works with the local Goodwill in many different facets. One is the reuse of our safety glasses. Our friends at Goodwill clean and repackage the glasses for reuse at our facilities. It is a cost savings, but most importantly it is helping our community and reducing waste to landfill. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 42 Identify any third -party issued eco- Pierce Manufacturing has received certifications and awards towards our commitment to labels, ratings or certifications that energy efficiency, conservation, and sustainability. All certifications and awards are driven your company has received for through Key performance Indicators (KPIs), auditing and continuous performance throughout the equipment or products the Pierce family and Oshkosh Corporation. Certifications and awards are attached and included in your Proposal related linked for reference. to energy efficiency or CERTIFICATIONS: conservation, life -cycle design ISO 14001:2015 Certification (cradle -to -cradle), or other Our Neenah, WI facility has received the ISO 14001:2015 certification, demonstrating our green/sustainability factors. strong commitment to performance, implementation of a world -class environmental management system, and completion of a rigorous third -party evaluation. TRUE Zero Waste Certification The Total Resource Use and Efficiency (TRUE) Zero Waste certification program, administered by Green Business Certification Inc., provides rigorous third -party certification for zero waste goals. Facilities earn credits toward certification for activities in redesigning processes, reducing waste, reusing materials, and finding solutions other than landfill for waste. Our Neenah, WI facility has achieved TRUE certification at the Gold Level. AWARDS: The advances Pierce has made in sustainable practices thus far have been recognized by numerous agencies, both governmental and private. Additionally, we have obtained certifications and joined programs which serve as pledges to our continuous improvement in sustainability and environmental stewardship. The majority of the awards referenced below you will also find in the table 3 question 18. Energy Efficiency Excellence Award The Energy Efficiency Excellence Award recognizes business participants of Focus on Energy, Wisconsin's statewide energy efficiency and renewable resources program, who have demonstrated an outstanding commitment to reducing energy waste by implementing energy -saving upgrades in their facilities and operations. In 2020, Pierce was honored with this award for our efforts in reducing energy in our products and production. Wisconsin Recycling Excellence Award The Department of Natural Resources recognizes outstanding recycling and waste minimization efforts through its annual Recycling Excellence Award program. Pierce received the Overall Program Award in 2020 for our diverse and extensive waste reduction efforts. GREEN / SUSTAINABILITY: Dow Jones Sustainability Index Our sustainability efforts have been recognized through our inclusion on the Dow Jones Sustainability World Index (DJSI). The DJSI, is a family of best -in -class benchmarks which track the stock performance of the world's leading companies in terms of economic, environmental, and social criteria. 2021 marked the third consecutive year we were named to the Index, highlighting our commitment to sustainable business practices. World's Most Ethical Companies In 2021, we celebrated our sixth consecutive year being named one of the World's Most Ethical Companies by EthisphereTM. The assessment considers over 200 data points on culture, environmental and social practices, ethics and compliance activities, diversity and inclusion, and initiatives to support a strong value chain. Green Masters The Green Masters Program is an assessment and recognition program for Wisconsin businesses interested in improving and being recognized for their sustainability initiatives. 2021 marked the seventh consecutive year we were deemed a Green Master, indicating that we are in the top 20% of companies evaluated. 43 Describe any Women or Minority Oshkosh Corporation is a large publicly traded company and does not qualify for diversity Business Entity (WMBE), Small certifications. However, as an organization Oshkosh is a member of National Minority Business Entity (SBE), or veteran Supplier Development Council (NMSDC). At Oshkosh Corporation we are about building, owned business certifications that protecting and serving communities throughout the globe. We are committed to working with your company or hub partners a diverse supply base that is representative of our customers and the communities we serve. have obtained. Upload documentation of certification (as Refer to "43. Oshkosh Supplier Diversity.pdf' in Additional Documents for more information. applicable) in the document upload section of your response. 44 What unique attributes does your Oshkosh Corporation is a trusted partner with over 100 years in business, focused on company, your products, or your innovation with the customer in mind. With our work in electrification and intelligent products, services offer to Sourcewell we will continue to lead in the specialty truck manufacturing market. Our customers benefit participating entities? What makes from the size and scale of a large organization yet receive focused attention from our your proposed solutions unique in subsidiaries and their respective dealerships. your industry as it applies to Pierce is a leading manufacturer of customized fire apparatus with a dealer network second Sourcewell participating entities? to none. The longevity, stability, and family tradition in the fire industry that is threaded throughout our dealer network sets us apart from others. Our partnership with the other segments within the Oshkosh Corporation and the backing of our parent company, Oshkosh Corporation leverages innovation and financial strength. Pierce understands the customer's needs and provides the detail, the commitment, and the follow through long after the apparatus is delivered. Oshkosh Airport Products completes the full products supported by this contract through its Oshkosh Striker ARFF. Airport Products is dedicated to leading the way in technology, product support and customer service in the ARFF market. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 Table 9: Warranty Describe in detail your manufacturer warranty program, including conditions and requirements to qualify, claims procedure, and overall structure. You may upload representative samples of your warranty materials (if applicable) in the document upload section of your response in addition to responding to the questions below. Line Item Question Response 45 Do your warranties cover all products, parts, and Yes, Our one-year bumper to bumper warranty covers all product, parts, and labor? labor. Pierce, the "manufacturer", warrants each newly manufactured fire apparatus to the original end user/purchaser of specified periods stated below from the date of delivery. The standard Cab & chassis warranty provides a one-year warranty that warrants against defects in product, workmanship, and/or design. This warranty shall apply provided the vehicle is properly maintained. Nothing contained in this warranty shall make the Manufacturer liable beyond the express limitations hereof, for loss, injury, or damage of any kind to any person or entity resulting defect or failure of the product (except as covered by Product liability insurance). Refer to "45. 01-WA0008 100208 Pierce 1 year.pdf' and "45. Oshkosh 1 Year Basic Vehicle Warranty.pdf' in the Warranty folder for our standard 1 year warranty. The Manufacturer's warranty shall not apply to the following: • Wear items • Normal adjustments and maintenance services. • Failures resulting from the product being operated in a manner not in accordance with the operation manual or for a purpose not recommended by the Manufacturer. • Any product which shall have been repaired, modified, or altered in any way to have been adversely affected the unit's stability or reliability. • Items subjected to misuse, negligence, accident, or improper maintenance. • Loss of time or use of the product, inconvenience, or other incidental expenses. The authorized Pierce dealer manages all warranty issues on behalf of the end customer. The Pierce dealer utilizes an online claim filing system known as One Warranty for claim processing. Pre -approval for a claim or request for credit (post- correction claim) can be filed via the One Warranty system in the event a warrantable failure is found. All Standard and Extended Warranty claims are subject to specific Standard and Extended Warranty guidelines. Specific warranties exist for particular makes, models, chassis, options, etc. for Pierce products. Specific warranty bulletins are provided at time of sale to the end customer. Refer to a sampling of our other warranty statements and manufacturers' statements on engines, transmissions, water pump, etc. in the Warranty folder. A summary of warranty is also available "45. Warranty Overview.pdf'. 46 Do your warranties impose usage restrictions or We do have some base and extended warranties that have mileage other limitations that adversely affect coverage? limitations set to them. Limitations varies based on the options of the vehicle. Examples of base warranties are our structural warranties which carry a 100,000-mile limit. Extended warranties carry various mileage limits based on the specific coverage. Paint warranties are prorated based on age of the unit. 47 Do your warranties cover the expense of We pride ourselves with the coverage we have across the nation. There are technicians' travel time and mileage to perform no areas that we do not have coverage throughout US or Canada. Warranty warranty repairs? is managed through our Pierce authorized dealers and dealer travel expenses are covered per our established internal One Warranty guidelines. Airport Products warranty is managed through authorized service representatives or our internal resources. Travel expenses are covered per our established internal one Warranty guidelines. 48 Are there any geographic regions of the United Pierce prides themselves in the coverage we have across the nation. Pierce States or Canada (as applicable) for which you requires a certified technician for each area Therefore we are to support all cannot provide a certified technician to perform regions throughout US or Canada. Airport Products will provide service warranty repairs? How will Sourcewell through internal or external service representatives. participating entities in these regions be provided service for warranty repair? Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 49 Will you cover warranty service for items made by Major components installed but not manufactured by Pierce or Airport other manufacturers that are part of your proposal, Products are covered under original equipment manufacturer's warranties or are these warranties issues typically passed on passed through to end user/customer. These include, but are not limited to, to the original equipment manufacturer? engine, transmission, water pump, ABS, and axles. Component Warranties In some cases, suppliers will offer warranties beyond the Pierce or Airport Products one-year warranty. Warranties provided by individual suppliers other than Pierce or Airport Products apply after the one-year vehicle warranty. The administration of individual supplier warranties, per the supplier, are to be addressed directly with the supplier themselves. 50 What are your proposed exchange and return Pierce offers a return/exchange program for aftermarket parts only to the programs and policies? purchaser (Pierce dealer) and the dealer may extend this and other terms and conditions to the end customer. Aftermarket Parts Warranty Pierce and Airport Products warrants the purchaser that the parts sold by aftermarket be free from defects in product and workmanship for the period of six months from the delivery of the product. This Parts Warranty does not include freight, labor, travel, or markup. It is a part warranty only. Return of Defective Parts If parts used in the repair of an apparatus are required to be returned to Pierce, Dealers will receive notification. Dealers have up to 30 days to return the defective component or the warranty claim will be rejected. 51 Describe any service contract options for the Authorized Pierce dealers may offer service contracts for preventative items included in your proposal. maintenance purposes. No service contracts are included in this proposal. Table 10: Payment Terms and Financing Options Line Item Question Response 52 Describe your payment terms and accepted payment All sales of Pierce apparatus are sold through the authorized Pierce methods. dealers. Payment terms are Cash on Delivery (COD) or prepayment unless otherwise agreed upon by the Pierce dealer. Oshkosh Airport Products' standard payment terms are net 30 days after delivery of vehicle. Accepted payment methods include check and wire transfer. 53 Describe any leasing or financing options available for use The same logic behind our custom chassis applies to our financial by educational or governmental entities. services: Tailor the product to the department, not the other way around. The Company offers two- to fifteen -year municipal lease financing programs to its Fire & Emergency segment customers in the U.S. through the Pierce Financial Solutions program, provided by PNC Equipment Finance. Programs include competitive lease financing rates, creative and flexible finance arrangements and the ease of one -stop shopping for customers' equipment and financing. The Company executes the lease financing transactions through a co -branded arrangement with an independent third -party finance company. The Company typically provides credit support in connection with these financing and leasing arrangements With industry -leading tax-exempt rates, zero documentation fees, flexible payment plans and quick approvals that can bypass voter referendums, we make it easy to get behind the wheel of your new Pierce. Refer to "53. Pierce Financial Solutions Testimonials.pdf' and "53. Financial Solutions.pdf' in the Additional Documents folder. 54 Describe any standard transaction documents that you Pierce has a variation of standard warranty documents. Sample propose to use in connection with an awarded contract documents are included in the warranty document uploads. (order forms, terms and conditions, service level No standard transaction documents are being requested to use in agreements, etc.). Upload a sample of each (as connection with an awarded contract. applicable) in the document upload section of your No service contracts are included in this proposal. Authorized Pierce response. dealers may offer service contracts for preventative maintenance purposes. 55 Do you accept the P-card procurement and payment Pierce, Airport Products, and their independent dealers do not find process? If so, is there any additional cost to Sourcewell that P-card procurement and payment feasible due to the size and participating entities for using this process? build complexity of our products Table 11: Pricing and Delivery Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 Provide detailed pricing information in the questions that follow below. Keep in mind that reasonable price and product adjustments can be made during the term of an awarded Contract as described in the RFP, the template Contract, and the Sourcewell Price and Product Change Request Form. Line Item Question Response 56 Describe your pricing model (e.g., line -item discounts or Combination of line item and percentage discount are provided in product -category discounts). Provide detailed pricing data an attached PDF document identified as follows (including standard or list pricing and the Sourcewell Product Category discounted price) on all of the items that you want Identification ID# Sourcewell to consider as part of your RFP response. If Product Description applicable, provide a SKU for each item in your proposal. List Price Upload your pricing materials (if applicable) in the Percentage off per product document upload section of your response. Line Item (Contract) Price The Percentage Discount items are also applicable to the unpublished options added to the published base specification with a standard discount off of List contingent on the product. 57 Quantify the pricing discount represented by the pricing The pricing presented in this proposal represents a 5.5% discount proposal in this response. For example, if the pricing in from Pierce's list price for unpublished options. your response represents a percentage discount from ARFF products (Airport Products) represents a 7% discount off of MSRP or list, state the percentage or percentage range. list price. 58 Describe any quantity or volume discounts or rebate Multi -Unit Purchase Discount: programs that you offer. Additional discounts may be available for identical multi -unit purchases. Discount varies dependent upon the number of identical units, the configuration of the units, and will be handled on a case - by -case basis. Pre -Payment Discount Discount amount varies dependent upon apparatus price, delivery schedule, extent of pre -payment, and applicable rate. If elected, payment for the entire contract amount is due within thirty (30) days of contract execution. This deduction is in addition to all other discounts listed above. If this option is elected, final payment for any changes processed during manufacturing is due prior to the unit leaving the factory for delivery. Payment & pricing options: Chassis Progress Payment Discount: Discount of approximately 3% of the custom chassis price is offered if a chassis progress payment is made three (3) months prior to the RFP (ready for pick up from the factory) date. Example: Chassis progress payment in the amount of $220,714.00 could earn a discount of ($6,621.00). This discount is not available for Commercial chassis products. Aerial Device Progress Payment Discount: Discount of approximately 2% of the aerial device price is offered if an aerial device progress payment is made two (2) months prior to the RFP (ready for pick up from the factory) date. Example: Aerial device progress payment in the amount of $310,385.00 could earn a discount of ($6,207.00). 59 Propose a method of facilitating "sourced" products or Sourced or open market items may be provided by the Pierce related services, which may be referred to as "open authorized dealer and would be quoted at time of request. market" items or "nonstandard options". For example, you may supply such items "at cost" or "at cost plus a percentage," or you may supply a quote for each such request. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 60 Identify any element of the total cost of acquisition that is Pre -Delivery Expenses NOT included in the pricing submitted with your response. Dealer provided options can be added to the apparatus contract This includes all additional charges associated with a upon request and will be handled by the Pierce authorized dealer. purchase that are not directly identified as freight or Dealer provided options can vary depending upon the customer's shipping charges. For example, list costs for items like pre- request and can include but are not limited to the items listed delivery inspection, installation, set up, mandatory training, below. Pricing will be provided to each customer upon request and or initial inspection. Identify any parties that impose such varies by dealership and customer location. costs and their relationship to the Proposer. Factory inspection trips Weekly construction photo progress reports Orientation DVD specific to your apparatus Loose Equipment Engine and or transmission diagnostic software Loose equipment (open market items) such as but not limited to monitors, hose, intercom system, radio equipment, and rescue tools and equipment Pre -delivery service consisting of basic fluids and filters Custom fabrication for tool mounting and communication equipment Other items as requested by customer and deemed sourced or open market Delivery Sales and other taxes, license, handling, or title fees are also not included. 61 If freight, delivery, or shipping is an additional cost to the Transportation Expenses Sourcewell participating entity, describe in detail the Prices quoted in RFP #113021 are FOB Manufacturer's facility. complete freight, shipping, and delivery program. Transportation of the apparatus from the factory to the customer's facility can be added to the contract. In most cases the apparatus is delivered to the Pierce authorized dealer facility in the area for a Pre -Delivery inspection and the installation of any dealer provided options, if applicable. If there is not a Pierce authorized dealer facility near the customer location, the apparatus may be delivered directly to the facility. The cost for this transportation varies dependent upon the type of apparatus and the proximity of your facility to the location of the manufacturer's facility. Delivery is conducted in accordance with DOT regulations. Delivery charges can vary based on the logistic or shipping location and requirements for example, more if flatbed, barge, or container ship transport is required. 62 Specifically describe freight, shipping, and delivery terms or Shipping and Delivery programs for areas such as Alaska, Hawaii, programs available for Alaska, Hawaii, Canada, or any or any offshore delivery requires coordination of different transit offshore delivery. methods. Most often the apparatus is flatbed to the port destination, prepared for ocean transit, and travel to final destination (roll-on/roll off vessel is preferred). This unique shipping and delivery requirements are priced on a case -by -case basis as required. Shipping within the contiguous US states and Canada, shipping is calculated using numerous factors including but not limited to the type of apparatus which impacts permits as well as the distance to destination. Shipping expenses are not included in the base specifications cost. 63 Describe any unique distribution and/or delivery methods or For ARFF vehicles, due to size and weight restrictions all trucks will options offered in your proposal. be transported via low -boy or flatbed. All required licenses and permits will be obtained prior to shipment. Table 12: Pricing Offered Line Item The Pricing Offered in this Proposal is: Comments 64 b. the same as the Proposer typically offers to GPOs, cooperative procurement organizations, or state purchasing Pierce will not favor one departments. GPO over another. Therefore, pricing model is consistent across all. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 Table 13: Audit and Administrative Fee Line Item Question Response 65 Specifically describe any self -audit process or program that you Pierce takes pride in upholding the integrity of the programs plan to employ to verify compliance with your proposed Contract and contracts we participate in. with Sourcewell. This process includes ensuring that Sourcewell System software changes have been built to facilitate the participating entities obtain the proper pricing, that the Vendor information gathered throughout any of our programs to reports all sales under the Contract each quarter, and that the efficiently run reports on demand. These reports are run at a Vendor remits the proper administrative fee to Sourcewell. Provide minimum monthly for internal audit purposes and quarterly for sufficient detail to support your ability to report quarterly sales to contract requirements. Sourcewell as described in the Contract template. All base specifications and additional upgrade options have been created in our customized truck configurator tool, PULSE so that a Dealer can copy that base specification to confirm line -item pricing. Any changes made to the base specification is then controlled and captured in a Change Report that can be validated to honor the Percentage Discount on options added. The process (see additional documents) outline shows that Pierce has a closed -loop process that provide checks and balances for all involved. Our reporting capabilities for other contracts have been noted to be timely, thorough, and accurate. The volume of sales under our consortium programs requires Pierce to have a well-defined and efficient process Awarded contracts are audited on product cost, labor efficiencies, product margin and customer satisfaction. Refer to "Table 13. Question 65 Audit and Administrative Fee.pdf' in Pricing folder. 66 If you are awarded a contract, provide a few examples of internal On a monthly basis Pierce will provide the percentage of metrics that will be tracked to measure whether you are having Sourcewell orders to each authorized dealer in which they success with the contract. can compare to the prior year, this is provided in their monthly dashboards. 67 Identify a proposed administrative fee that you will pay to The Administrative Fee that Pierce will pay to Sourcewell for Sourcewell for facilitating, managing, and promoting the Sourcewell this proposed contract is aligned with the other contracts Contract in the event that you are awarded a Contract. This fee awarded to Pierce to create alignment and consistency. That is typically calculated as a percentage of Vendor's sales under the fee will be a flat $2000.00 USD per customer purchase Contract or as a per -unit fee; it is not a line -item addition to the order or separate contract. Member's cost of goods. (See the RFP and template Contract for additional details.) Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 Table 14A: Depth and Breadth of Offered Equipment Products and Services Line Item Question Response 68 Provide a detailed description of the Pierce is offering an array of fire apparatus to meet the customer's needs across equipment, products, and services that you the US and Canada, including Hawaii and Alaska. are offering in your proposal. Authorized Pierce dealers may offer service contracts for preventative maintenance purposes. Our product portfolio includes the industry standard categories: Custom and Commercial Pumper products Aerial products, Command, ARFF, Rescue products, Tanker products, and Specialty vehicles. CUSTOM AND COMMERCIAL PUMPER PRODUCTS Pumper products include commercial and custom chassis with varying body sizes, pump rates, water tank capacity, and pump module style. AERIAL PRODUCTS Aerial products include ladders, platforms, and tillers. These provide ladder lengths ranging from 61' — 110'. Selections will include various axle configurations, pumping rates, ladder styles, and material. EMERGENCY RESPONSE VEHICLES - Designed to support the demands of emergency response. Many models fall under this category such as large mobile command, mid -size command vehicle, small mobile command, and cru 22mobile command vehicle. RESCUE PRODUCTS Rescue products will include commercial and custom chassis offerings along with a walk-in or non -walk-in style. The configuration capabilities vary but includes capacity to integrate complex A /V, network and radio systems, air tool systems, breathing air systems with compressors, hydraulic rescue tool systems and winching capabilities, crew seating with storage, and custom fabricated shelves and trays. TANKER PRODUCT Tanker products offer a dual role of water transport and on -the -spot firefighting. Pierce offers Elliptical tankers, Tanker/Pumper models, Dry side and Wet side styles to choose from. Each tanker is custom designed to accommodate the fire department's water, foam and equipment storage needs. Pierce Tankers feature solid, lightweight, corrosion -free polypropylene tanks. The tanks are form -fitted specifically for Pierce vehicles and come with a lifetime warranty. SPECIALTY VEHICLES Specialty vehicles are those unique vehicles that have a purpose in which just one may be needed. Specialty vehicles may range from a mini pumper to a Wildland Type III vehicle or a Industrial Fire Fighting Vehicle. Maxi -Metal Partnership MAXIMETAL PRODUCTS- are distributed in the USA through PIERCE MANUFACTURING and the dealer network under the brand name "CONTENDER BY MAXIMETAL. The "Contender by MAXIMETAL" product line will be submitted by MAXI -METAL for consideration. Aircraft Rescue and Fire Fighting Vehicles (ARFF) — Airport Products offers the Oshkosh Striker 4x4, 6x6 and 8x8 along with the Stinger Q4 RIV (Rapid Intervention Vehicle). The ARFF vehicle will be equipped to meet NFPA 414 requirements with optional equipment and configurations to meet individual airport needs. 69 Within this RFP category there may be Please see question 68 subcategories as they are described. There is also subcategories of solutions. List subcategory literature included to provide the breath of products we sell, service and support. titles that best describe your products and No service contracts are included in this proposal. Example below of subcategories services. Category - Emergency Response Vehicles , ARFF, Aerial, Pumper, Rescue, Tanker, Specialty Subcategory - Ladder, Pumpers, Walk In, Pumper Tanker, Wildland, Platforms, Rescue -Pumper, Non Walk -In Dry -side Tanker, Mini -Pumper, Command Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 Table 14B: Depth and Breadth of Offered Equipment Products and Services Indicate below if the listed types or classes of equipment, products, and services are offered within your proposal. Provide additional comments in the text box provided, as necessary. Line Item Category or Type Offered Comments 70 Firefighting apparatus and service vehicles, of all r: Yes Frontline leads service on command types, such as: pumper/engine, initial attack, r- No and communications. mobile water supply, aerial, quint, special service, mobile foam, command and communications, and purpose-built firefighting or rescue trailers 71 Wildland fire apparatus, of all types, such as: fire c Yes N/A suppression equipment, mobile water supply, and r- No crew carriers 72 Aircraft rescue and firefighting vehicles r Yes Oshkosh Airport Products r No 73 Purpose-built chassis and vehicle components for G Yes Pierce has a variety of custom built firefighting apparatus and fire service vehicles r No chassis that you will find within the documents 74 Equipment, options, accessories, and supplies r Yes Can be open source Offering is only complementary or incidental to the purchase of a r No in conjunction with a new order...... turnkey or complete unit of the types described in Lines 70-72 above 75 Services related to the offering of the solutions r Yes We are required to provide training described in Lines 70-74, including installation, r' No of our vehicle per compliance with customization, remount, refurbishment, inspection, NFPA. We do provide options within repair, maintenance, training, and support our proposals for this, and extended durations that have added cost associated. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 Table 15: Industry Specific Questions Line Item Question Response 76 Describe available service and repair Pierce Master Technician Program options for the equipment and products The Pierce Master Technician Program is focused on recognizing service technicians offered in your proposal. throughout the dealer network for their knowledge and ability to provide expert service on Pierce apparatus. With this tiered level program, a technician can work their way up from having one certification to the level of Master Technician. Active participation in the ASE & EVT programs is encouraged. A Pierce Master Technician must successfully complete the defined core classes dedicated to exclusive Pierce products. A cumulative final exam is taken upon completion of the core classes to obtain a Pierce Master Technician status. Pierce has over a 150 Master Technicians certified. 77 Describe available remount or refurbishing Remount and refurbished services are offered however each job is quoted services included within your proposal, the independently from one another. This is required due to the complexity to refurb or pricing method for such services, and any remount. Refurb and remount pricing will not be part of this submission however related order processes. pricing can vary depending on the repair or service needed. 78 Describe your compliance with US Pierce fire apparatus are built with pride and dedication to a product that helps standards for the equipment and products save lives. We have many internal quality check points throughout the build process offered in your proposal, including and before the fire apparatus can be delivered it must go through third party testing applicable federal and state requirements. by Underwriters Laboratories (UL). Pierce contracts with Underwriter's Laboratories to inspect Pierce apparatus for compliance to NFPA standards. Every NFPA 1901 apparatus manufactured in the Appleton facility is reviewed by a UL certified inspector after it is completed. Each apparatus is subjected to a visual inspection of construction and installed components such as chassis, driving and crew compartments, body compartments, steps, warning lights, reflective trim, warning, and instructional labels, etc. The inspection checklist, based on apparatus type, may have over 100 items to check. Once the UL inspection is complete a certification of NFPA compliance is provided to the customer upon delivery of their fire apparatus. Oshkosh ARFF products comply with latest edition of NFPA 414 and the Federal Aviation Administration Advisory Circular (AC) 150/5110-10E. 79 Describe your compliance with Canadian CERTIFIED: UL/ULC standards for the equipment and products NFPA 1901 UL Certification & UL Canada (ULC) Certification offered in your proposal, including Pierce is the first fire apparatus manufacturer to be both 3rd party certified to NFPA applicable federal and provincial 1901-2009 edition and ULC listed to Canada ULC-S515-04 standard by requirements. Underwriters Laboratories. Stages of testing include road, pump, weight, brake, performance and aerial application. All products must pass all tests before a truck is released into Canada. This commitment to quality applies to trucks sold in the U.S. as well. All chassis' comply with Canadian Motor Vehicle Safety Standards CMVSS. Oshkosh ARFF products comply with latest edition of NFPA 414 and the Federal Aviation Administration Advisory Circular (AC) 150/5110-10E. We will work with the customer on specific Canadian requirements to ensure compliance as needed. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 Exceptions to Terms, Conditions, or Specifications Form Only those Proposer Exceptions to Terms, Conditions, or Specifications that have been accepted by Sourcewell have been incorporated into the contract text. Documents Ensure your submission document(s) conforms to the following: 1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided. 2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to ensure that the uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed by Sourcewell. 3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell. 4. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan category save the document as "Marketing Plan." • Pricing - Table 12. Pricing.zip - Tuesday November 30, 2021 15:16:30 • Financial Strength and Stability - Table 2. Financial Strength and Stability.zip - Tuesday November 30, 2021 14:31:23 • Marketing Plan/Samples - Table 7. Marketing Plan. Samples.zip - Tuesday November 30, 2021 13:40:24 • WMBE/MBE/SBE or Related Certificates (optional) • Warranty Information - Table 9. Warranty Information.zip - Tuesday November 30, 2021 13:41:02 • Standard Transaction Document Samples - SALES —TEMPLATE —Sales Proposal Order Form .pdf - Tuesday November 30, 2021 13:43:12 • Upload Additional Document - Additional Documents.zip - Tuesday November 30, 2021 16:02:10 Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 Addenda, Terms and Conditions PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE I certify that I am the authorized representative of the Proposer submitting the foregoing Proposal with the legal authority to bind the Proposer to this Affidavit and Assurance of Compliance: 1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in the jurisdiction of its residence. 2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for contract award. The Proposer, including any person assisting with the creation of this Proposal, has arrived at this Proposal independently and the Proposal has been created without colluding with any other person, company, or parties that have or will submit a proposal under this solicitation; and the Proposal has in all respects been created fairly without any fraud or dishonesty. The Proposer has not directly or indirectly entered into any agreement or arrangement with any person or business in an effort to influence any part of this solicitation or operations of a resulting contract; and the Proposer has not taken any action in restraint of free trade or competitiveness in connection with this solicitation. Additionally, if Proposer has worked with a consultant on the Proposal, the consultant (an individual or a company) has not assisted any other entity that has submitted or will submit a proposal for this solicitation. 4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or circumstances which could give rise to an organizational conflict of interest. An organizational conflict of interest exists when a vendor has an unfair competitive advantage or the vendor's objectivity in performing the contract is, or might be, impaired. 5. The contents of the Proposal have not been communicated by the Proposer or its employees or agents to any person not an employee or legally authorized agent of the Proposer and will not be communicated to any such persons prior to Due Date of this solicitation. 6. If awarded a contract, the Proposer will provide to Sourcewell Participating Entities the equipment, products, and services in accordance with the terms, conditions, and scope of a resulting contract. 7. The Proposer possesses, or will possess before delivering any equipment, products, or services, all applicable licenses or certifications necessary to deliver such equipment, products, or services under any resulting contract. 8. The Proposer agrees to deliver equipment, products, and services through valid contracts, purchase orders, or means that are acceptable to Sourcewell Members. Unless otherwise agreed to, the Proposer must provide only new and first -quality products and related services to Sourcewell Members under an awarded Contract. 9. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders. 10. The Proposer understands that Sourcewell will reject RFP proposals that are marked "confidential" (or "nonpublic," etc.), either substantially or in their entirety. Under Minnesota Statutes Section 13.591, subdivision 4, all proposals are considered nonpublic data until the evaluation is complete and a Contract is awarded. At that point, proposals become public data. Minnesota Statutes Section 13.37 permits only certain narrowly defined data to be considered a "trade secret," and thus nonpublic data under Minnesota's Data Practices Act. 11. Proposer its employees, agents, and subcontractors are not: 1. Included on the "Specially Designated Nationals and Blocked Persons" list maintained by the Office of Foreign Assets Control of the United States Department of the Treasury found at: https://www.treasury.aov/ofac/downloads/sdnlist.pdf-1 2. Included on the government -wide exclusions lists in the United States System for Award Management found at: https://sam.aov/SAM/; or 3. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this solicitation. F- By checking this box I acknowledge that I am bound by the terms of the Proposer's Affidavit, have the legal authority to submit this Proposal on behalf of the Proposer, and that this electronic acknowledgment has the same legal effect, validity, and enforceability as if I had hand signed the Proposal. This signature will not be denied such legal effect, validity, or enforceability solely because an electronic signature or electronic record was used in its formation. - Michelle Swokowski, Sales Operations Manager, Oshkosh Corporation/ Pierce Manufacturing/ Oshkosh Airport Products The Proposer declares that there is an actual or potential Conflict of Interest relating to the preparation of its submission, and/or the Proposer foresees an actual or potential Conflict of Interest in performing the contractual obligations contemplated in the bid. r- Yes r- No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document. Check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda. I have reviewed the File Name below addendum and pages attachments (if applicable) Addend um_4_Fire_Apparatus_RFP_113021 Sat November 20 2021 12:53 PM Addendum _3_Fire_Apparatus_RFP_113021 Thu November 11 2021 02:09 PM Addendum _2_Fire_Apparatus_RFP_113021 Fri October 29 2021 09:20 AM Addendum _1_Fire_Apparatus_RFP_113021 Fri October 29 2021 09:20 AM Re rV r Re Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing The New York State Contract Reporter NYS' official source of contracting opportunities Bringing business and government together This document printed Monday,10/11/2021 * * * This ad has not been published. It has been reviewed and pending publication. Title: Firefighting Apparatus and Fire Service Vehicles Agency: Sourcewell Division: Procurement Department Contract Number: 113021 Contract Term: 4 years, with potential 1 year extension Date of Issue: 10/12/2021 Due Date/Time: 11/30/20214:30 PM Central Time County(ies): All NYS counties Classification: Safety & Security - Commodities Opportunity Type: General Entered By: Chris Robinson Description: Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Firefighting Apparatus and Fire Service Vehicles to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportal.sourcewell-mn.gov. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than November 30, 2021, at 4:30 p.m. Central Time, and late proposals will not be considered. Service -Disabled Veteran -Owned Set Aside: No 1 of 2 Contact Information Primary contact: Sourcewell Procurement Department Chris Robinson Procurement Manager 20212th Street NE P.O. Box 219 Staples, MN 56479 United States Ph: 218-895-4168 rfppsourcewell-mn.gov Submit to contact: Sourcewell Procurement Department Chris Robinson Procurement Manager 20212th Street NE P.O. Box 219 Staples, MN 56479 United States Ph: 218-895-4168 rfppsourcewell-mn.gov © 2021, Empire State Development http://www.esd.ny.gov/ 2 of 2 AFFIDAVIT OF PUBLICATION OFFICIAL 11 NE Martin Luther King Jr. Blvd. Suite 201 / Portland, OR 97232-3579 (503) 226-1311 STATE OF OREGON, COUNTY OF MULTNOMAH--ss. I, Nick Bjork , being first duly sworn, depose and say that I am a Publisher of the Daily Journal of Commerce , a newspaper of general circulation in the counties of CLACKAMAS, MULTNOMAH, and WASHINGTON as defined by ORS 193.010 and 193.020; published at Portland in the aforesaid County and State; that I know from my personal knowledge that the Goods and Services notice described as Case Number: NOT PROVIDED FIREFIGHTING APPARATUS AND FIRE SERVICE VEHICLES Sourcewell; Bid Location Staples, MN, Todd County; Due 11/30/2021 at 04:30 AM a printed copy of which is hereto annexed, was published in the entire issue of said newspaper for 1 time(s) in the following issues: 10/13/2021 SOURCEWELL FIREFIGHTING APPARATUS AND FIRE SERVICE VEHICLES State of Oregon Proposals due 4:30 pm, County of Multnomah November 30, 2021 REQUEST FOR PROPOSALS Sourcewell, a State of Minnesota local SIGNED OR ATTESTED BEFORE ME government unit and service cooperative, is requesting proposals for Firefighting ON THE 13th DAY OF October, 2021 Apparatus and Fire Service Vehicles to result in a contracting solution for use by its Participating Entities. Sourcewell 1 ] Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, Nick Bjork and other public agencies located in the United States and Canada. Afull copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportal.sourcewell-mn.gov]. Only proposals submitted through the Sourcewell Procurement Portal will be Notary Public -State of Oregon considered. Proposals are due no later than November 30, 2021, at 4:30 p.m. Central Time, and late proposals will not be considered. OFFICIAL STAMP Published Oct. 13, 2021, 12044537 MICHELLE ANNE ROPF NOTARY PUBLIC - OREGON COMMISSION NO.981091 MY COMMISSION EXPIRES NOVEMBER 05, 2022 Carol Jackson Order No.: 12044537 Sourcewell Client Reference No: 202 12th St NE Staples, MN 56479-2438 Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Firefighting Apparatus and Fire Service Vehicles to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal https://proportal.sourcewell-mn.gov Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than November 30, 2021, at 4:30 p.m. Central Time, and late proposals will not be considered. 4 STATE OF OKLAHOMA, COUNTY OF OKLAHOMA } SS. Affidavit of Publication Bryan Miller, of lawful age, being first duly sworn, upon oath deposes and says that she/he is the Classified Legal Notice Admin, of GateHouse Media Oklahoma Holdings, Inc, a corporation, which is the publisher of The Oklahoman which is < daily newspaper of general circulation in the State of Oklahoma, and which is a daily newspaper published in Oklahoma County and having paid general circulation therein; that said newspaper has been continuously and uninterruptedly published in said county and state for a period of more than one hundred and four consecutive weeks next prior to the first publication of the notice attached hereto, and that said notice was published in the following issues of said newspaper, namely: SOURCEWELL 103734 AdNumber Publication Page Date 0000664371-01 OC- The Oklahoman 610 10/12/2021 0000664371-01 OC- The Oklahoman B11 10/19/2021 Agent: Brya ' iller Date: 10/19/2021 Subscribed and sworn to be me before this date : 10/19/2021 Notary: Terri Roberts Date: 10/19/2021 ROBEQ� # 20014726 EXP. 12104/24';�\ OF PO BOX 219, STAPLES, MN 56479, USA 0000664371 Adportal Self Service Advertising Confirmation https://placelegal.mcclatchy. com/legals/columbia/home/confinnation.htm... THANK YOU for your legal submission! Your legal has been submitted for publication. Below is a confirmation of your legal placement. You will also receive an email confirmation. ORDER DETAILS Order Number: IPL0044376 Order Status: Submitted Classification: Legals & Public Notices Package: COL - Legal Ads Final Cost: 132.13 Payment Type: Account Billed User ID: IPL0024154 ACCOUNT INFORMATION SOURCEWELL IP PO BOX 219 STAPLES, MN 56479 218-894-1930 carol.jackson@sourcewell-mii.gov SOURCEWELL TRANSACTION REPORT Date October 7, 2021 10:26:08 AM EDT Amount: 132.13 SCHEDULE FOR AD NUMBER IPL00443760 October 12, 2021 The State (Columbia) PREVIEW FOR AD NUMBER IPL00443760 REQUEST FOR PROPOSALS Sourcewell. a uta_e of Minresota local gouerrmen' unit and ae%rice cooperative, is reques'ing prymosals 'ur Firefighting Apparatus and Fire Service Vehicles to resul' in a contractirg sofut[on for use by its I'articif,. li rr*ities. Suurcewe[I Part c- ipp,tin•r L-• i i .::lude thousands of gov- r,_.i i:- .:I i•_: � educatior• K-12 educa- tiL,-,. rn:. ,l, I ii A ga;r--rnrnert. Linc othe, puolic age I..c'ated i i.1 1 and Cancac: II .rqr;= � .. , I.. o- PruoosaI .. nd on Ltht. :....i.c well I'rocur_ r I urml [httr)s:':o_I,•l A. c,.rcewell-mn...':,. Only f.,- ::as:.aly mi:d 7iroug.h trvalire;+., I 'rzrcur•, .n. ;'ortal will be corsidered •;;:als tar • Lie ro later tan Noverri:7er i, 2021. a: - ._ g o.m. Central I ime. and lax proposals v,iI ..o' ae considered. ti ,IcarO OO ;7u:31icca-ion Dates << Click here to print a printer friendly version >> 1 of 1 10/7/2021, 9:26 AM SPORTS NFL WEEKS WINNERS AND LOSERS USA TODAY 1 TUESDAY, OCTOBER 12, 2021 1 5C Chargers bolting up, Jaguars spiraling Lorenzo Reyes USA TODAY Week 5 in the NFL was a wild one. Three of the early -window games — not counting the Falcons topping the Jets in the really early window in Lon- don — came down to electric finishes. And the Packers, Patriots and Vikings won their games on field goals at or near the end ofregt lation or in overtime, on a day in which placekickers struggled at historic levels. We also saw an upstart team with a rookie coach, the Chargers, outlast an- other powerful AFC opponent in the Browns in what could end up being apo- tential playoff preview. The same went for a rematch of last year's AFC champi- onship game, thoughthis fimeft was the Bills who prevailed over the Chiefs in convincing fashion. Elsewhere, a rough week got tougher for embattled Jaguars coach Urban Meyer, who saw his team drop to 0-5. The Week 5 winners and losers: WINNERS The (AFC West favorite?) Chargers In the track meet that was a 47-42 victory, the Chargers outslugged a wor- thy contender in the AFC, the Browns. Questions about defensive lapses abound for both teams, but that the Chargers had to battle back from a 14- point, third-quarter deficit shows how far Los Angeles (4-1) has come in Bran- don Staley's first season as head coach. First, let's highlight what the Char- gers did do well on defense. One of the main reasons Los Angeles was able to keep the deficit manageable was be- cause in three of Cleveland's first five trips inside the red zone, it clamped down and forced the Browns to settle for two short field goals and forced one turnover on downs. But quarterback Justin Herbert is quickly becoming one of the young star, passers in the entire NFL. Herbert is on a historic pace in his young career, bolstered by his 26 of 43 performance against the Browns for 398 yards with four touchdowns. He also added a rushing score. He could be on a track to insert himself in the MVP con- versation. More important, with the Chiefs looking vulnerable — especially on defense — the Chargers could even threaten for the division crown. Not only offense in Arizona A team coached by Kliff Kingsbury al- ways was going to have dynamic play - makers on offense. But the Cardinals have remained the lone undefeated team in the NFL also because of a really talented and efficient defense. Going up against a dynamic athlete and passer in 49ers rookie Trey Lance, who was mak- ing his first career start, the Cardinals prevailed 17-10. Arizona was excellent in high -lever- age situations. The Cardinals limited the 49ers to 3 of 11 conversions on third downs, kept the Niners out of the end zone in their only goal -to -go scenario of the game and stopped San Francisco on fourth downs on four out of five tries. According to Elias Sports Bureau, it was the only time in at least the last 40 sea- sons that a team recorded four fourth - First -year NFL head coach Urban Meyer's Jaguars fell to 0-5 on Sunday and Jacksonville has lost 20 consecutive games. BOB SELF/THE FLOR IDA TIMES -UNION down stops in a game. The Cardinals will start to have a target on their backs, but having a now -improved defense makes this team that much more dan- gerous because it won't be incumbent on quarterback Kyler Murray and the Arizona offense to carry the team. The losing Lions Yes, they fell in heartbreak, again. And players and coaches in the NFL al- most never want to hear about silver lin- ings. But what rookie coach Dan Camp- bell is doing in Detroit, getting his team to punch above its weight and nearly pull off two improbable upsets in two weeks, should be admired. The Lions lost to the Vikings 19-17 on a crushing game -winning field goal after Detroit had battled back from a10-point deficit with a little more than five minutes left to play. This came one week after the Li- ons lost (also 19-17) when Ravens kicker Justin Tucker set an NFL record with a 66-yard, game -winning field goal. In both cases, the Lions gave up big passing plays to put their opponents near field goal range. Those are issues the team needs to clean up. This Lions roster is still young and has a lot of holes. Jared Goff is not a long-term an- swer at quarterback. But Detroit ranks second in third -down defense (27.78%) and has become a high -effort team. That has kept it in these games. If Campbell can keep developing the tal- ent the Lions have and if the Lions im- prove their roster over the next couple of seasons, Detroit could be a team to watch in the near future. LOSERS Kickers The NFL, when it changed its rule in 2015 to push back the extra point, want- ed the play to have more drama. In Week 5, the league got its wish. There were 12 missed extra points before Monday's game. Extra points weren't the only kicking struggle. There have also been 12 missed field goals. This shouldn't necessarily be chalked up to any big - picture issues or problematic trend; ev- ery now and then, a week comes by MARKETPLACE TODAY ForadvertLslnq InTFrmatI,n 18003970070 w AFrusselllahnscam/usat NOTICES Notice to Bidders o, "t e case 9AaIa cee,N'aa;° dP° fc"a9eR Ies sollcning pI0p06,I, to enter Into Master ggreernenis loot Is adM1vare anti contend Oyanlzatlon • cyterssurltyCsolucenonsOImelware R ntsomrvare Protecttn, "er •DgItalaNeanncar olaTnosnc rest ng'd2.' ,etl Protluds 42 •Digital Consru= caseeumance-Pharmsy ens-zt •DgltalHnithcere Gultlance-suykal 0=2ftling 42 21 IttIng ndrrebtetl Protlucts aantlnsery ress—Rtd-bn c Equlpment, Indalbtlon, service, eulltling control 's"v -ens & aeldetl Pmtlucts ntl seances saz-2, b29-2 png Sup Mil. and Rel consult ngoor 11 ds and services , • Playgrountl Equlpment, Oudlrltness Equlpment, site hings, suH.Ing anti aeletetl Protluds/servlces 1p5-2, Puts�r Opemtlons, anti Flnenclel Management ItIng services 1p621 •Ve —I nhsysWrrsand Relatetlservkas s3 2, stay, Noaember,e,7 M 200 pm esT Rsssponlsesshallberec leledronlcallynolaterthan the auumn - re pohal at ncpaneonilrenue.mm. on N04 Ngpa; eha-pw"i,pn ns, please"sn GET NOTICED! sales@russelljohns.com ANNOUNCEMENTS where this justseems to happen. This one, however, was the worst kicking performance since the rule change. What makes this case interesting, though, is that weather typically plays a factor in poor kicking. This week, games were not affected by inclement weather. In particular, the Packers' 25-22 over- time victory against the Bengals offered a study of kicking comedy. Atone point, Mason Crosby of the Packers and Evan McPherson of the Bengals combined for five consecutive missed field goal kicks in a stretch of fewer than eight minutes of game time — and it happened in the fourth quarter and overtime. And, if there were a missed extra point in Mon- day's game between the Colts and Rav- ens, it will set a record for themost com- bined missed extrapoints across the en- tire league in a week Urban Meyer With each passing day, Urban Meyer is showing that the head coaching job of the Jaguars is too big for him. It wasn't so much that the Jaguars lost to the AFC South rival Titans 37-19. It was the effort they showed. Early in the third quarter, with Tennessee holding an 11 point lead, the Jaguars defense did not look inter- ested in tackling Titans running back Derrick Henry on a 9-yard TD rush. It's no surprise that effort was an is- sue. This entire week was shrouded in controversy over Meyer's decision to stay in Ohio after a loss to the Beng ds, missing the team flight. He was later filmed at a bar, where a woman who was not his wife danced on him. It would be natural for players to question his com- mitment. After the incident in Ohio, owner Shad Khan issued a strong statement and said Meyer "must regain our trust and respect" Yet Meyer has repeatedly failed to hold himself accountable and routinely blames others for mistakes, even his players. After Sunday's loss, re- porters asked him about a 4th-and-1 call and why Trevor Lawrence didn't keep it on a quarterback sneak Meyer said Lawrence was "not quite comfortable with that yet" and added "I don't micro - manage who is in the game" Minutes later, Lawrence disagreed and said that while it wasn't something they had done FINANCIAL :II IMPROVE YOUR CREDIT SCORE FINANCIAL ELIMINATE your overwhelming debt I I I BUSINESS OPPORTUNITIES in a game yet, that he was "comfort- able" This team has had bouts ofinental mistakes and communications issues, careless penalties, carelessness with the ball. And it all falls on Meyer. Brian Flores and Chris Grier Memories of Miami's surprise 10-win season in coach Brian Flores' second season with the Dolphins feel so long ago. And after the defending Super Bowl champion Buccaneers throttled the Dol- phins 45-17, both Flores and general manager Chris Grier have some signifi- cant questions to answer. The Tampa Bay roster is better than Miami's. It might be the best in the entire league. But Flores, a coach with a specialty on defense, spent 15 seasons on the Patri- ots coaching staff, each of those when Tom Brady played in New England. He should have at least a decent idea of how to fluster Brady. Instead, Brady completed 30 of 41 passes for 411 yards with four TDs. The Bucs failed to convert only three of their Ilthird-down attempts. And Tampa Bay gained 558 yards oftotal offensein what was simply a defensive collapse for Mi- ami G 4). While Grier has hit on some of his recent draft picks, his inability to fix holes at running back, linebacker, offen- sive line and quarterback are concern- ing. Though second -year passer Tua Ta- govailoa has been sidelined with broken ribs, Grier will always have to face ques- tions of how Miami passed on Justin Herbert, who has been a revelation for the Chargers and was taken one pick af- ter Tagovailoa was. It's too early for a to- tal cleaning house, but if more perform- ances like this follow, that time may be quickly nearing. The Panthers as N PC disruptors They had a hot start to the season, but after consecutive losses Carolina has regressed tothe mean. Granted, last week's defeat came against a powerful Cowboys team and both have been with star, running back Christian McCaffrey sidelined. But Carolina (3-2) blew a 12 pointlead it held in the second quarter and squandered several chances to ex- tend their lead in a disappointing 21-18 loss against the Eagles. Carolina's defense held its end ofthe bargain early in the game. Other than the three first downs the unit gave up on Philadelphia's end -of -half drive in the second quarter, the Panthers had al- lowed the Eagles to move the chains just twice in their other 10 possessions to start the game. The Panthers defense constantly put the offense in great field position, but Carolina stalled when it got into plus territory. Quarterback Sam Darnold has now thrown five intercep- tions in the last two weeks after tossing three against the Eagles. Though there were other shortcomings, his inability to move the ball when Philly brought pressure doomed the Panthers. The special teams unit allowing the Eagles to block a punt with four minutes left in the game set up the game -winning touchdown. But don't lose sight of the throw Darnold missed to receiver Robby Anderson on third down. These are the games Carolina needs to win to be a contender in the conference. This loss shows the Panthers still have some work to do to get there. To view more Classified listings, visit: dl ifieds.usatoday.com MARKETPLACE 'A Garden Observed: Cultivating A Life byMAa Boyer EucM1aatiug22 yyegr mftce�ble devotloaatfiited=Ailabl... Amaz REAL ESTATE ' I I M'Y',`d L TENNESSEEEY FARM11) Home 4,300 slOriginal Log cabinfyouoved one haser Chattanooga.been diagnosed wHneeVallrlfarm.comgaft,a sing3.987.1570 otalcumcbased products you may be entitled to significant compensation SUCCESSFUL 800-208-3526 ADVERTISEMENTS start �Wth USA TODAY Marketplace :kk ce k Alberta Purchasing aPC Connection ��" Opportunity Notice Category: Goods Firefighting Apparatus and Fire Service This opportunity is now Vehicles nil Opportunity Information__ Organaa — Canoe Procurement Group pf Canada (RMA) organization Address Referenrr Number: AE•2021-05950 Snlicitstion Number. AE•2021-059E0 SRliciIpzWn Type: Req a est for Proposal Posting (MM/d d7yyyy): 30/32/2021 03.00:00 PM Alberta Time Closing (MM/dd/yyyy): 11/30/2021 03:30t00 PM Alberta Time Last Dpdata(11,111 yyyy): 1'112/2021 02145.11 PM Alberta Time Ag raensent Type. NWPTAIrILMA&CFTA&CETA&TCA Region of Opportunity: Open Region of Delivery: Alberta Opportunity Type: Open & Competitive commodity Cadesi N4210 PF: Truck, Fire, Crash, Rapid Int—entipn V, hide, Msd lum Size (RIV)(B) 5159 M I Fire Suppreeeion/Exting wishing Systems - Dry Chemical N4210Y: Firefighting E qulpment, Almpu red Fighting Vehicle, S.M.P. N4210 Pn1 Truck, Firefighting N421OPC:: Truck, Fire, Crash N4210 PE: Truck Fire, Crash, Rapid lotewenton 4ehlde, Cgmmemial W(C) N4210P: Firefighting €quipment - Csmplete Fire Tucks and Trailers OI N4210le Ground F've Fighting Equipment N421OX: Firefighting Equipment (Marine) N4210PR: Toiler, Fire Pumper N42t0 PA: hacked Vehicle, Firefighting N4230', ore Fighting Equipment N4210 K: Pumping Equipment, Portable (Firefighting, Ground) N4230G: E#inguisher, Fire (Aircraft Type) N4210W: Firefighting Equipment, SPedal, Cuatemergr Systems Engln eered "cdurls Ylew Bid Packaga W Ime,esszave,seo,slae er:7 ] ❑o "oppo nib x - ^This molded fip. Inigrmatian pprRosea only. refer ka d,.e. "QPPo.wnity umen4 rin the hid pxkage fw aukncrleative Inf«matlgi. All quer'iss pertaining m the language, -Mont or arty -'sing or m ts orate Ihf—stlm within this abstract must he sent ig or of the abstract, a pecified in the oppo mty notice. m ARC - All -sho, reserved. No part of the infprmaton -:,ened in this web 5 ce may he reproduced, smred o a fitted in any fprm. ar fry arty m electronr, mechanical, RfptpcpRYing, recording pr otherwise whhout Me prior written permae—of the Manager. Centre of Expertise vlai 5A.APC Repuests@gw.a6xa. iter Majesty the Queen in right of Alberta and the Alh erta "'1r, sector emrties that se APC are not responsible or liable fa Me eccu..ry oftha information contained in the publication. It. the xponsibilty of Interested Peru.. re✓iew the opportunity coeb,g for changes or updates prior tc the ppo nnityd ing darakime. Sourcewell View Details Bids Homepage Find more bids Create Account Login Click here to return to the Sourcewell Procurement Portal home page. (r Bid Details Bid Classification: Bid Type: Bid Number: Bid Name: Bid Status: Bid Closing Date: Question Deadline: Time -frame for delivery or the duration of the contract: Negotiation Type: Condition for Participation: Electronic Auctions: Language for Bid Submissions:. Submission Type: Submission Address: Public Opening: Description: Goods RFP - General RFP 113021 Firefighting Apparatus and Fire Service Vehicles Closed Tue Nov 30, 20214:30:00 PM (CST) Fri Nov 19, 20214:30:00 PM (CST) Refer to project document Refer to project document Refer to project document Not Applicable English unless specified in the bid document Online Submissions Only Online Submissions Only No Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Firefighting Apparatus and Fire Service Vehicles to result In a contracting solution for use by Its Participating Entities. Sourcewell Participating Entities Include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal[https://proportal.sourcewell-mn.gov]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than November 30, 2021, at 4:30 p.m. Central Time, and late proposals will not be considered. Bid Document Access: Bid Opportunity notices and awards and a free preview of the bid documents is available on this site free of charge without registration. Please note, some documents may be secured and you will be required to register for the bid to download and view the documents. There Is no cost to obtain an unsecured version of the document and /or to participate in this solicitation, Categories: Show Categories [+] Reglsterforthis Bid Download Bid Documents) Meeting Locations The following are the meeting times and locations for the opportunity: Meeting Location Description Date / Time - I Mandatory Me... Meeting Document Login instructions will be posted to the Tuesday November Online Pre -Proposal Conference "Documents" section and available to registered 2, 2021 10:00 AM suppliers two business days prior to the web (CDT) conference. Documents File Name RFP_113021_Fi re_Appa ratu s Monday October 11, 2021 07:43 AM RFF_113021_Fire_Apparatus Contract Template Monday October 11, 2021 07:43 AM RFP_113021_Fire.Apparatus Pre-Proposal_Login_instructions Friday October 29, 2021 08:48 AM RFP_113021_Fire.Apparatus_Pre_Proposal_Login Instructions_Updated_111221 Friday November 12, 2021 02:49 PM No Pages 13 BDownload 18 SDownload 1 SDownload -- BDownload Public I Purchaser., Sourcewell i Bid RFP #113021 - Firefighting Apparatus and Fire Service Vehicles Bid Type RFP Bd Number 113021 rtle Firefight[og Apparatusand FireService Vehicles Start Date Oct 12, 2021 8:29:59 AM COT End Date Nov 30, 2021 4:3D:0D PM CST Agency Sourcewell Bd Contact Chris Robinson (218) 8954168 r€p@so u ec ew el I -m n. g ov 20212th Street NE P.O. Box 219 Sta Ples,MN 56479-0219 [switch to Von der vie, Access Reports M— reports on who has been notified of the bid or —edit. [Notification report] [Access report] Questions o Questions 0 unanswered [Vow/Ask Questions Edit Bid [Create Addendum] Sourcewell, a State of Mtin innesota local government unit and service cooperative, is requesting proposalsfor rrefighg Apparatus and BeeService Veh'tracting idesto resultin a consolution for use byits Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit,tdbal government, and other public agendes located in the united States and Canada. Afull copy ofthe Request for Proposalscan befound on the Sourcewell Procurement Portal [https.//proportal.sourcewell-mn.g—]. Only proposals submitted through thesourcewoll Procurement Portal will be considered. Proposals are due no laterthan Novemher 30, 2021, at 4:3❑ p.m. Central T, a and late proposalswill not be co nvderod. e-sid Conferedw¢ All Date Nov 2, 2021 10:00:00 AM CDT Location Online Conference Notes Login information will be emailed two business days prior to the event. t3ocnments No Documents for this bid eusmmer ppn ag,ncysupp,rt@pubIl,purchase.com I covers Mr rssz-zou ® I The public croup, rrc. all rigb<s reserved. '"°Public I Gmup� C content Sourcewell 07-0 Cooperative Purchasing v Services & Programs .. News R Jan Solicitations Firefighting Apparotus and Fire Service Vehicles has been created. View Edit Delete Revisions Firefighting Apparatus and Fire Service Vehicles Sourcewell, a State of Minnesota focal government unit and service cooperative, is requesting proposals for Firefighting Apparatus and Fire Service Vehicles to resu It in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribe€ government, and other public agencies located in the United States and Canada. A full copy ofthe Requestfor Proposals can be found on the Sourcewell Procurement Portal [https:ilproportal.sourcewell-mn.gov]. only proposals submitted through the Sourcewell Procurement Portal will beconsidered. Proposals aredue no later than November 30, 2021, at 4:30 p.m. Central Time, and late proposals will not be considered. Important Dates Pre -Proposal Conference: November2, 2021 at 10:00 am CDT IProposals Due: November 30, 2021 at4730 pm CST To obtain a copy of the complete RFP, ask questions related to the RFP, or submit a proposal, please use the link below. Sourcewell Procurement Portal 0 dHH t Lirtof BiddiW > Sdicaatian D-ils Bidding 4WBid NoticeOnly Publish Publish Nerity Contents f e, . Solicitation Setting A i r/ Invite Bidders No J Evaluate Respunseonline No J Internal Approval No v/ Enable Collaboration with other Users No Solicitation Details A Mandatory Information Solicitation Type RFP Solicitation Number 113021 Solicitation Name Firefighting Apparatus and Fire Service Vehicles Procurement Type Goods,Services Country&Provincalstate Canada/Ontario Published By Sourcewell Accept Questions Not Applicable Internal Information IFor Internal Use Only] Procurement TitlelProject Name 113021 Firefighting Apparatus and Fire Service Vehicles Advertisement A Basic Settings Solicitation Type Open to all suppliers Estimated Contract $800,00D,000.00 Amount Publish Date 10/12/2021 Publish Option Selected Categories Automotive/ Industrial Closing Date6Time 11/30/202116:30:0DCT Value Range for this 30,0W,001over Solicitation FImtmc:4s,Ambulances,Transport Trucks, Garhage Trucks,Buses{school and mmmerctal), Utir Truck% Industrial Vehicles/ Equipment Ride -on Lavin Mowers,demntaminationtmilem,streetcars,ice-resurface,%.cetrailers,trains etc Solicitation Overview Sourcewell Firefighting Apparatus and Fire Service Vehicles 113021 Closing Date: 11/301202104:30:00 PM CT Detail: Sourcewell, a State of Minnesota local government unit and service cooperafive, is requesting proposals far Firefighting Apparatus and Fire Service Vehicles to resuk in a mntmcfing .solution for use by its Participating En ities. Sourcewell Participating Entities include thousands ol g—nmental, higher education, K-12 education, nonprofit, tribal govemmernt, and olber public agercies located in the United Stales and Canada. Atull copy of the Request for Proposals ran be found an the Sourcewell Procurement Portal Ihttps.:%/proporml.sourcewell-mn.gov]. only proposals submitted through the sourrewell Procurement Portal will be considered. Proposals are due no later than November 30, 2Wl, at 4:30 p.m. Central Time, and late proposals will not be considered. O Cnpyright2U21R2CaW.NIRights ReservedP—.dbyNdOting — IUserManuals/Suo otAl 113021 - Firefighting Apparatus and Fire Service Vehicles Notice Basic Information Estimated Contract Value (CAD) Reference Number Issuing Organization Owner Organization Solicitation Type Solicitation Number Title Source ID Details Location Purchase Type Description $800,000,000.00 (Not shown to suppliers) 0000210048 Sourcewell RFP - Request for Proposal (Formal) 113021 Firefighting Apparatus and Fire Service Vehicles PP. CO. U SA.868485 Dates Publication Question Acceptance Deadline Questions are submitted online Bid Intent Closing Date Prebid Conference Contact Information Procurement Department 218-894-1930 rfp@sourcewell-mn.gov Pre -Bidding Events Event Type Attendance Event date Location Event Note Bid Submission Process Bid Submission Type Pricing Pricing Bid Documents List All of Canada, All of Canada Duration:4 years Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Firefighting Apparatus and Fire Service Vehicles to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportal.sourcewell-mn.gov]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than November 30, 2021, at 4:30 p.m. Central Time, and late proposals will not be considered. Manual publication 2021/11/19 05:30:00 PM EST No Not Available 2021/11/30 05:30:00 PM EST 2021/11/02 11:00:00 AM EDT Prebid Conference Recommended 2021/11/02 11:00:00 AM EDT Online Conference Login information will be emailed two business days prior to the event. Electronic Bid Submission In attached document In attached document Item Name Bid Documents Description Documents defining the proposal Mandatory Yes 2021/10/12 09:26:56 AM EDT Page 1 of 2 113021 - Firefighting Apparatus and Fire Service Vehicles Categories Selected Categories GSIN Categories (8) G Goods Goods N42 Firefighting, Rescue, And Safety Equipment Firefighting, Rescue, And Safety Equipment N4210P FIREFIGHTING EQUIPMENT - COMPLETE FIRE TRUCKS AND TRAILERS ONLY FIREFIGHTING EQUIPMENT - COMPLETE FIRE TRUCKS AND TRAILERS ONLY N4210K PUMPING EQUIPMENT, PORTABLE (FIREFIGHTING, GROUND) PUMPING EQUIPMENT, PORTABLE (FIREFIGHTING, GROUND) N42 Fire Fighting Equipment Fire Fighting Equipment N4210 FIRE FIGHTING EQUIPMENT FIRE FIGHTING EQUIPMENT N4210W FIREFIGHTING EQUIPMENT, SPECIAL, CUSTOMER OR SYSTEMS ENGINEERED PRODUCTS FIREFIGHTING EQUIPMENT, SPECIAL, CUSTOMER OR SYSTEMS ENGINEERED PRODUCTS N4210B GROUND FIRE FIGHTING EQUIPMENT GROUND FIRE FIGHTING EQUIPMENT N4200 FIREFIGHTING, RESCUE AND SAFETY EQUIPMENT Firefighting, rescue and safety equipment N4210PD TRUCK, FIREFIGHTING TRUCK, FIREFIGHTING MERX Category (1) G Goods Goods G14 Fire Fighting, Security and Safety Equipment Fire Fighting, Security and Safety Equipment UNSPSC Category (1) 25000000 Commercial and Military and Private Vehicles and their Accessories and Components 25100000 Motor vehicles 25101700 Safety and rescue vehicles 2021/10/12 09:26:56 AM EDT Page 2 of 2 DocuSign Envelope ID'. BF76F61&9AD6-46B3-BFE9f4F24C8F45ES Proposal Evaluation Firefighting Apparztus and Fire Service Vehicles RFP #113021 Sourcewell S q. sgnee M' ;?iw duSfitti. ${t�lauuu lkaafa�a "'—"E �,+ �UAYV04L41b Cseaosaa ,aaaan, C,�aAaF„aaa C,..,s.z�,a�aA_ Cn,z eseEFEa,,sE DocuSign Envelope ID: 155E525E-0447-497A-B527-220D8B9324FE �o��aNMENTq/V, G W� O N Z Sourcewell Proposal Opening Record Date of opening: November 30, 2021 Sourcewell posted Request for Proposal #113021, for the procurement of Firefighting Apparatus and Fire Service Vehicles, on the Sourcewell Procurement Portal [proportal.sourcewell-mn.gov] on Tuesday, October 12, 2021, and the solicitation remained in an open status within the portal until November 30, 2021, at 4:30 pm CT. The RFP required that all proposals be submitted through the Sourcewell Procurement Portal no later than 4:30 pm CT on November 30, 2021, the date and time specified in the Solicitation Schedule. The undersigned certify that all responses received on Request for Proposal #113021 were submitted through the Sourcewell Procurement Portal, and that each Proposer's response material was digitally sealed upon submission and remained inaccessible until the due date and time specified in the Solicitation Schedule. Responses were received from the following: Acres Industries, Inc. - Submitted 11/30/21 at 12:48:29 PM Alexis Fire Equipment Company - Submitted 11/30/21 at 4:27:23 PM BME Fire Trucks, LLC - Submitted 11/30/21 at 9:37:36 AM Brindlee Mountain Fire Apparatus, LLC - Submitted 11/30/21 at 12:59:24 PM CAMIONS CARLTHIBAULT, INC. - Submitted 11/21/21 at 3:03:05 PM CET Fire Pumps MFG - Submitted 11/30/21 at 3:18:40 PM Chemical Containers, Inc. - Submitted 11/22/21 at 8:59:01 AM Custom Fire Apparatus, Inc. - Submitted 11/29/21 at 4:20:32 PM Dependable Truck & Tank, Limited - Submitted 11/30/21 at 1:30:44 PM EJ Metals, LLC - Submitted 11/30/21 at 12:29:54 PM E-ONE, Inc. - Submitted 11/30/21 at 4:23:32 PM FireStopper USA MD - Submitted 11/22/21 at 11:37:18 AM Fort Garry Fire Trucks, Ltd. - Submitted 11/29/21 at 11:48:34 AM Fouts Brothers, Inc. - Submitted 11/30/21 at 10:27:18 AM Hi -Tech Emergency Vehicle Service, Inc. - Submitted 11/30/21 at 3:51:27 PM HME, Incorporated - Submitted 11/29/21 at 2:42:09 PM HUB Fire Engines & Equipment, Ltd. - Submitted 11/30/21 at 10:50:26 AM Laszlo Corporation - Submitted 11/30/21/at 12:55:22 PM Marion Body Works, Inc. - Submitted 11/23/21 at 9:03:20 AM MAXIMETAL, INC. - Submitted 11/27/21 at 8:17:02 AM Metalfab, LTD - Submitted 11/29/21 at 11:44:08 AM P.L. Custom Body and Equipment Co., Inc. - Submitted 11/29/21 at 3:15:41 PM Pierce Manufacturing - Submitted 11/30/21 at 4:18:31 PM Rock River Industries, LLC - Submitted 11/29/21 at 11:40:39 AM Rosenbauer South Dakota, LLC - Submitted 11/30/21 at 8:35:18 AM DocuSign Envelope ID: 155E525E-0447-497A-B527-220D8B9324FE Skeeter Brush Trucks, LLC - Submitted 11/30/21 at 12:29:14 PM Spencer Manufacturing, Inc. - Submitted 11/30/21 at 2:53:05 PM Super Vacuum Manufacturing CO., Inc. - Submitted 11/30/21 at 2:46:11 PM The Sutphen Corporation - Submitted 11/30/21 at 12:43:06 PM Toyne, Inc. - Submitted 11/29/21 at 1:19:30 PM Ty Parker & Son, Inc. - Submitted 11/30/21 at 2:14:55 PM US Fire Equipment, LLC - Submitted 11/30/21 at 9:12:36 AM Ward Apparatus, LLC - Submitted 11/29/21 at 4:19:07 PM The Proposals were opened electronically, and a list of all Proposers was made publicly available in the Sourcewell Procurement Portal, on November 30, 2021, at 4:32:09 PM CT. All responsive proposals were then submitted for review by the Sourcewell Evaluation Committee. DocuSigneedd by, Y'A'�7WC0� (/OPiGfGP2 15F6CCFFA61E4A0... Docu Signednby,-: 6EE63AEDED5F46E... James Voelker, CPCM, CFCM, Procurement Lead Analyst Carol Jackson, Procurement Analyst M E NT ARID / h Sourcewell O np oAF99Ti`E'DURCH AS\NE'So�J� RFP #113021 REQUEST FOR PROPOSALS for Firefighting Apparatus and Fire Service Vehicles Proposal Due Date: November 30, 2021, 4:30 p.m., Central Time Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Firefighting Apparatus and Fire Service Vehicles to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal[https://proportal.sourcewellhttps://proportal.sourcewell-mngov]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than November 30, 2021, at 4:30 p.m. Central Time, and late proposals will not be considered. Solicitation Schedule Public Notice of RFP Published Pre -proposal Conference Question Submission Deadline Proposal Due Date: Opening: Rev. 3/2021 October 12, 2021 November 2, 2021, 10:00 a.m., Central Time November 19, 2021, 4:30 p.m., Central Time November 30, 2021, 4:30 p.m., Central Time Late responses will not be considered. November 30, 2021, 6:30 p.m., Central Time See RFP Section V.G. "Opening" Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 1 I. ABOUT SOURCEWELL A. SOURCEWELL Sourcewell is a State of Minnesota local government unit and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that facilitates a competitive public solicitation and contract award process for the benefit of its 50,000+ participating entities across the United States and Canada. Sourcewell's solicitation process complies with State of Minnesota law and policies, conforms to Canadian trade agreements, and results in cooperative purchasing solutions from which Sourcewell's Participating Entities procure equipment, products, and services. Cooperative purchasing provides participating entities and suppliers increased administrative efficiencies and the power of combined purchasing volume that result in overall cost savings. At times, Sourcewell also partners with other purchasing cooperatives to combine the purchasing volume of their membership into a single solicitation and contract expanding the reach of contracted suppliers' potential pool of end users. Sourcewell uses a website-based platform, the Sourcewell Procurement Portal, through which all proposals to this RFP must be submitted. B. USE OF RESULTING CONTRACTS In the United States, Sourcewell's contracts are available for use by: • Federal and state government entities'; • Cities, towns, and counties/parishes; • Education service cooperatives; • K-12 and higher education entities; • Tribal government entities; • Some nonprofit entities; and • Other public entities. In Canada, Sourcewell's contracts are available for use by: • Provincial and territorial government departments, ministries, agencies, boards, councils, committees, commissions, and similar agencies; • Regional, local, district, and other forms of municipal government, municipal organizations, school boards, and publicly -funded academic, health, and social service entities referred to as MASH sector (this should be construed to include but not be 1 Pursuant to HAIR §3-128-2, the State of Hawaii, Department of Accounting and General Services, State Procurement Office, on behalf of the State of Hawaii and participating jurisdictions, has provided notice of its Intent to Participate in the solicitation as a participating entity. Rev. 3/2021 Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 2 limited to the Cities of Calgary, Edmonton, Toronto, Ottawa, and Winnipeg), as well as any corporation or entity owned or controlled by one or more of the preceding entities; • Crown corporations, government enterprises, and other entities that are owned or controlled by these entities through ownership interest; • Members of the Rural Municipalities of Alberta (RMA) and their represented Associations: MASH (municipalities, academic institutions, schools and hospitals) and MUSH (municipalities, universities, schools and hospitals) sectors, and other governmental agencies eligible to use the Sourcewell contracts. MASH and MUSH sector refers to regional, local, district or other forms of municipal government, school boards, publicly -funded academic, health and social service entities, as well as any corporation or entity owned or controlled by one or more of the preceding entities, including but not limited to represented associations, Saskatchewan Association of Rural Municipalities ("SARM"), Association of Manitoba Municipalities ("AMM"), Local Authorities Services/Association of Municipalities Ontario ("LAS/AMO", excluding the cities of Toronto and Ottawa), Nova Scotia Federation of Municipalities ("NSFM"), Federation of Prince Edward Island Municipalities ("FPEIM"), Municipalities Newfoundland Labrador ("MNL"), Union of New Brunswick Municipalities ("UNBM"), North West Territories Association of Communities ("NWTAC") and their members. RMA Participants may include all not -for -profit agencies for Canadian provinces and territories. For a listing of current United States and Canadian Participating Entities visit Sourcewell's website (note: there is a tab for each country): https://www.sourcewell-mn.gov/sourcewell-for- vendors/agency-locator. Participating Entities typically access contracted equipment, products, or services through a purchase order issued directly to the contracted supplier. A Participating Entity may request additional terms or conditions related to a purchase. Use of Sourcewell contracts is voluntary and Participating Entities retain the right to obtain similar equipment, products, or services from other sources. To meet Participating Entities' needs, Sourcewell broadly publishes public notice of all solicitation opportunities, including this RFP. In the United States each state -level procurement department receives notice for possible re -posting. Proof of publication will be available at the conclusion of the solicitation process. Rev. 3/2021 Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 3 II. SOLICITATION DETAILS A. SOLUTIONS -BASED SOLICITATION This RFP and contract award process is a solutions -based solicitation; meaning that Sourcewell is seeking equipment, products, or services that meet the general requirements of the scope of this RFP and that are commonly desired or are required by law or industry standards. B. REQUESTED EQUIPMENT, PRODUCTS, OR SERVICES It is expected that proposers will offer a wide array of equipment, products, or services at lower prices and with better value than what they would ordinarily offer to a single government entity, a school district, or a regional cooperative. 1. Sourcewell is seeking proposals for Firefighting Apparatus and Fire Service Vehicles, including: a. New, remount, or refurbished: Firefighting apparatus and service vehicles, of all types, such as: pumper/engine, initial attack, mobile water supply, aerial, quint, special service, mobile foam, command and communications, and purpose-built firefighting or rescue trailers; Wildland fire apparatus, of all types, such as: fire suppression equipment, mobile water supply, and crew carriers; and, iii. Aircraft rescue and firefighting vehicles. b. Purpose-built chassis and vehicle components for firefighting apparatus and fire service vehicles; c. Equipment, options, accessories, and supplies complementary or incidental to the purchase of a turnkey or complete unit of the types described in Sections 1. a. i. — iii. a bove. d. Services related to the offering of the solutions described in Sections 1. a. - c. above, including installation, customization, remount, refurbishment, inspection, repair, maintenance, training, and support. 2. This solicitation does not include those equipment, products, or services covered under categories included in contracts currently maintained by Sourcewell: a. Health & Safety, Medical, Surgical, and First Aid Related Equipment, Supplies, Accessories, and Services (RFP #061417); b. Trailers with Related Equipment, Accessories, and Services (RFP #121918), with the limited exception of the purpose-built firefighting or rescue trailers identified in Section 1. a. i. above; c. Firefighting Personal Protective Equipment, Apparel, and Accessories, with Related Cleaning and Maintenance Equipment (RFP #032620); Rev. 3/2021 Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 4 d. Firefighting Equipment and Rescue Tools with Related Supplies and Accessories (RFP #040220), with the limited exception of the equipment, options, accessories, and supplies identified in Section 1. c. above; e. Class 4-8 Chassis with Related Equipment, Accessories, and Services (RFP #060920), with the limited exception of the purpose-built chassis identified in Section 1. b. above; f. Public Safety Communications Technology and Hardware Solutions (RFP #042021); g. Automobiles, SUVs, Vans, and Light Trucks with Related Equipment and Accessories (RFP #091521); and, h. Ambulance and Emergency Medical Service Vehicles (RFP #110921). Generally, the solutions for Participating Entities are turn -key solutions, providing a combination of equipment, products and services, delivery, and installation to a properly operating status. However, equipment or products only solutions may be appropriate for situations where Participating Entities possess the ability, either in-house or through local third - party contractors, to properly install and bring to operation the equipment or products being proposed. Sourcewell prefers suppliers that provide a sole source of responsibility for the equipment, products, and services provided under a resulting contract. If proposer is including the equipment, products, and services of its subsidiary entities, the proposer must also identify all included subsidiaries in its proposal. If proposer requires the use of distributors, dealers, resellers, or subcontractors to provide the equipment, products, or services, the proposal must address how the equipment, products or services will be provided to Participating Entities, and describe the network of distributors, dealers, resellers, and/or subcontractors that will be available to serve Participating Entities under a resulting contract. Sourcewell desires the broadest possible selection of equipment, products, and services being proposed over the largest possible geographic area and to the largest possible cross-section of Sourcewell current and future Participating Entities. C. REQUIREMENTS It is expected that proposers have knowledge of all applicable industry standards, laws, and regulations and possess an ability to market and distribute the equipment, products, or services to Participating Entities. 1. Safety Requirements. All items proposed must comply with current applicable safety or regulatory standards or codes. 2. Deviation from Industry Standard. Deviations from industry standards must be identified with an explanation of how the equipment, products, and services will provide equivalent function, coverage, performance, and/or related services. Rev. 3/2021 Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 5 3. New Equipment and Products. Proposed equipment and products must be for new, current model; however, proposer may offer certain close-out equipment or products if it is specifically noted in the Pricing proposal. 4. Delivered and operational. Unless clearly noted in the proposal, equipment and products must be delivered to the Participating Entity as operational. 5. Warranty. All equipment, products, supplies, and services must be covered by a warranty that is the industry standard or better. D. ANTICIPATED CONTRACT TERM Sourcewell anticipates that the term of any resulting contract(s) will be four years, with an optional one-year extension that may be offered based on the best interests of Sourcewell and its Participating Entities. E. ESTIMATED CONTRACT VALUE AND USAGE Based on past volume of similar contracts, the estimated annual value of all transactions from contracts resulting from this RFP are anticipated to be USD $200 Million; therefore, proposers are expected to propose volume pricing. Sourcewell anticipates considerable activity under the contract(s) awarded from this RFP; however, sales and sales volume from any resulting contract are not guaranteed. F. MARKETING PLAN Proposer's sales force will be the primary source of communication with Participating Entities. The proposer's Marketing Plan should demonstrate proposer's ability to deploy a sales force or dealer network to Participating Entities, as well as proposer's sales and service capabilities. It is expected that proposer will promote and market any contract award. G. ADDITIONAL CONSIDERATIONS 1. Contracts will be awarded to proposers able to best meet the need of Participating Entities. Proposers should submit their complete line of equipment, products, or services that are applicable to the scope of this RFP. 2. Proposers should include all relevant information in its proposal, since Sourcewell cannot consider information that is not included in the proposal. Sourcewell reserves the right to verify proposer's information and may request clarification from a proposer, including samples of the proposed equipment or products. 3. Depending upon the responses received in a given category, Sourcewell may need to organize responses into subcategories in order to provide the broadest coverage of the requested equipment, products, or services to Participating Entities. Awards may be based on a subcategory. Rev. 3/2021 Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 6 4. A proposer's documented negative past performance with Sourcewell or its Participating Entities occurring under a previously awarded Sourcewell contract may be considered in the evaluation of a proposal. III. PRICING A. REQUIREMENTS All proposed pricing must be: 1. Either Line -Item Pricing or Percentage Discount from Catalog Pricing, or a combination of these: a. Line -item Pricing is pricing based on each individual product or services. Each line must indicate the proposer's published "List Price," as well as the "Contract Price." b. Percentage Discount from Catalog or Category is based on a percentage discount from a catalog or list price, defined as a published Manufacturer's Suggested Retail Price (MSRP) for the products or services. Individualized percentage discounts can be applied to any number of defined product groupings. Proposers will be responsible for providing and maintaining current published MSRP with Sourcewell, and this pricing must be included in its proposal and provided throughout the term of any Contract resulting from this RFP. 2. The proposer's not to exceed price. A not to exceed price is the highest price for which equipment, products, or services may be billed to a Participating Entity. However, it is permissible for suppliers to sell at a price that is lower than the contracted price. 3. Stated in U.S. and Canadian dollars (as applicable). 4. Clearly understandable, complete, and fully describe the total cost of acquisition (e.g., the cost of the proposed equipment, products, and services delivered and operational for its intended purpose in the Participating Entity's location). Proposers should clearly identify any costs that are NOT included in the proposed product or service pricing. This may include items such as installation, set up, mandatory training, or initial inspection. Include identification of any parties that impose such costs and their relationship to the proposer. Additionally, proposers should clearly describe any unique distribution and/or delivery methods or options offered in the proposal. B. ADMINISTRATIVE FEES Proposers are expected to pay to Sourcewell an administrative fee in exchange for Sourcewell facilitating the resulting contracts. The administrative fee is normally calculated as a percentage of the total salesto Participating Entitiesfor all contracted equipment, products, or services made during a calendar quarter, and is typically one percent (1%) to two percent (2%). In some categories, a flat fee may be an acceptable alternative. Rev. 3/2021 Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 7 IV. CONTRACT Proposers awarded a contract will be required to execute a contract with Sourcewell (see attached template). Only those modifications the proposer indicates in its proposal will be available for discussion. Much of the language in the Contract reflects Minnesota legal requirements and cannot be altered. Numerous and/or onerous exceptions that contradict Minnesota law may result in the proposal being disqualified from further review and evaluation. To request a modification to the template Contract, a proposer must submit the Exceptions to Terms, Conditions, or Specifications table with its proposal. Only those exceptions noted at the time of the proposal submission will be considered. Exceptions must: 1. Clearly identify the affected article and section. 2. Clearly note the requested modification; and as applicable, provide requested alternative language. Unclear requests will be automatically denied. Only those exceptions that have been accepted by Sourcewell will be included in the contract document provided to the awarded supplier for signature. If a proposer receives a contract award resulting from this solicitation it will have up to 30 days to sign and return the contract. After that time, at Sourcewell's sole discretion, the contract award may be revoked. V. RFP PROCESS A. PRE -PROPOSAL CONFERENCE Sourcewell will hold an optional, non -mandatory pre -proposal conference via webcast on the date and time noted in the Solicitation Schedule for this RFP and on the Sourcewell Procurement Portal. The purpose of this conference is to allow potential proposers to ask questions regarding this RFP and Sourcewell's competitive contracting process. Information about the webcast will be sent to all entities that have registered for this solicitation opportunity through their Sourcewell Procurement Portal Supplier Account. Pre -proposal conference attendance is optional. B. QUESTIONS REGARDING THIS RFP AND ORAL COMMUNICATION All questions regarding this RFP must be submitted through the Sourcewell Procurement Portal. The deadline for submission of questions is found in the Solicitation Schedule and on the Sourcewell Procurement Portal. Answers to questions will be issued through an addendum to Rev. 3/2021 Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 8 this RFP. Repetitive questions will be summarized into a single answer and identifying information will be removed from the submitted questions. All questions, whether specific to a proposer or generally related to the RFP, must be submitted using this process. Do not contact individual Sourcewell staff to ask questions or request information as this may disqualify the proposer from responding to this RFP. Sourcewell will not respond to questions submitted after the deadline. C�_1�7�7�►1�7_1 Sourcewell may modify this RFP at any time prior to the proposal due date by issuing an addendum. Addenda issued by Sourcewell become a part of the RFP and will be delivered to potential proposers through the Sourcewell Procurement Portal. Sourcewell accepts no liability in connection with the delivery of any addenda. Before a proposal will be accepted through the Sourcewell Procurement Portal, all addenda, if any, must be acknowledged by the proposer by checking the box for each addendum. It is the responsibility of the proposer to check for any addenda that may have been issued up to the solicitation due date and time. If an addendum is issued after a proposer submitted its proposal, the Sourcewell Procurement Portal will WITHDRAW the submission and change the proposer's proposal status to INCOMPLETE. The proposer can view this status change in the "MY BIDS" section of the Sourcewell Procurement Portal Supplier Account. The proposer is solely responsible to check the "MY BIDS" section of the Sourcewell Procurement Portal Supplier Account periodically after submitting its proposal (and up to the Proposal Due Date). If the proposer's proposal status has changed to INCOMPLETE, the proposer is solely responsible to: i) make any required adjustments to its proposal; ii) acknowledge the addenda; and iii) ensure the re -submitted proposal is received through the Sourcewell Procurement Portal no later than the Proposal Due Date and time shown in the Solicitation Schedule above. D. PROPOSAL SUBMISSION Proposer's complete proposal must be submitted through the Sourcewell Procurement Portal no later than the date and time specified in the Solicitation Schedule. Any other form of proposal submission, whether electronic, paper, or otherwise, will not be considered by Sourcewell. Late proposals will not be considered. It is the proposer's sole responsibility to ensure that the proposal is received on time. It is recommended that proposers allow sufficient time to upload the proposal and to resolve any issues that may arise. The time and date that a proposal is received by Sourcewell is solely determined by the Sourcewell Procurement Portal web clock. Rev. 3/2021 Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 9 In the event of problems with the Sourcewell Procurement Portal, follow the instructions for technical support posted in the portal. It may take up to 24 hours to respond to certain issues. Upon successful submission of a proposal, the Sourcewell Procurement Portal will automatically generate a confirmation email to the proposer. If the proposer does not receive a confirmation email, contact Sourcewell's support provider at supportPbidsandtenders.ca. To ensure receipt of the latest information and updates via email regarding this solicitation, or if the proposer has obtained this solicitation document from a third party, the onus is on the proposer to create a Sourcewell Procurement Portal Supplier Account and register for this solicitation opportunity. Within the Sourcewell Procurement Portal, all proposals must be digitally acknowledged by an authorized representative of the proposer attesting that the information contained in in the proposal is true and accurate. By submitting a proposal, proposer warrants that the information provided is true, correct, and reliable for purposes of evaluation for potential contract award. The submission of inaccurate, misleading, or false information is grounds for disqualification from a contract award and may subject the proposer to remedies available by law. E. GENERAL PROPOSAL REQUIREMENTS Proposals must be: • In substantial compliance with the requirements of this RFP or it will be considered nonresponsive and be rejected. • Complete. A proposal will be rejected if it is conditional or incomplete. • Submitted in English. • Valid and irrevocable for 90 days following the Proposal Due Date. Any and all costs incurred in responding to this RFP will be borne by the proposer. F. PROPOSAL WITHDRAWAL Prior to the proposal deadline, a proposer may withdraw its proposal. G. OPENING The Opening of proposals will be conducted electronically through the Sourcewell Procurement Portal. A list of all proposers will be made publicly available in the Sourcewell Procurement Portal after the Proposal Due Date, but no later than the Opening time listed in the Solicitation Schedule. Rev. 3/2021 Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 10 To view the list of proposers, verify that the Sourcewell Procurement Portal opportunities list search is set to "All" or "Closed." The solicitation status will automatically change to "Closed" after the Proposal Due Date and Time. VI. EVALUATION AND AWARD A. EVALUATION It is the intent of Sourcewell to award one or more contracts to responsive and responsible proposers offering the best overall quality, selection of equipment, products, and services, and price that meet the commonly requested specifications of Sourcewell and its Participating Entities. The award(s) will be limited to the number of proposers that Sourcewell determines is necessary to meet the needs of its Participating Entities. Factors to be considered in determining the number of contracts to be awarded in any category may include the following: • The number of and geographic location of: o Proposers necessary to offer a comprehensive selection of equipment, products, or services for Participating Entities' use. o A proposer's sales and service network to assure availability of product supply and coverage to meet Participating Entities' anticipated needs. • Total evaluation scores. The attributes of proposers, and their equipment, products, or services, to assist Participating Entities achieve environmental and social requirements, preferences, and goals. Information submitted as part of a proposal should be as specific as possible when responding to the RFP. Do not assume Sourcewell has any knowledge about a specific supplier or product. B. AWARD(S) Award(s) will be made to the proposer(s) whose proposal conforms to all conditions and requirements of the RFP, and consistent with the award criteria defined in this RFP. Sourcewell may request written clarification of a proposal at any time during the evaluation process. Proposal evaluation will be based on the following scoring criteria and the Sourcewell Evaluator Scoring Guide (a copy is available in the Sourcewell Procurement Portal): Conformance to RFP Requirements Financial Viability and Marketplace Success Ability to Sell and Deliver Service Marketing Plan Value Added Attributes Rev. 3/2021 50 75 100 50 75 Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 11 Warranty 50 Depth and Breadth of Offered Equipment, Products, or Services 200 Pricing 400 TOTAL POINTS 1000 C. PROTESTS OF AWARDS Any protest made under this RFP by a proposer must be in writing, addressed to Sourcewell's Executive Director, and delivered to the Sourcewell office located at 202 12th Street NE, P.O. Box 219, Staples, MN 56479. All documents that comprise the complete protest package must be received no later than 10 calendar days' following Sourcewell's notice of contract award(s) or non -award and must be time stamped by Sourcewell no later than 4:30 p.m., Central Time. A protest must allege a procedural, technical, or legal defect, with supporting documentation. A protest that merely requests a re-evaluation of a proposal's content will not be entertained A protest must include the following items: • The name, address, and telephone number of the protester; • Identification of the solicitation by RFP number; • A precise statement of the relevant facts; • Identification of the alleged procedural, technical, or legal defect; • Analysis of the basis for the protest; • Any additional supporting documentation; • The original signature of the protester or its representative; and • Protest bond in the amount of $20,000 (except where prohibited by law or treaty). Protests that do not address these elements will not be reviewed. D. RIGHTS RESERVED This RFP does not commit Sourcewell to award any contract, and a proposal may be rejected if it is nonresponsive, conditional, incomplete, conflicting, or misleading. Proposals that contain false statements or do not support an attribute or condition stated by the proposer may be rejected. Sourcewell reserves the right to: • Modify or cancel this RFP at any time; • Reject any and all proposals received; • Reject proposals that do not comply with the provisions of this RFP; • Select, for contracts or for discussion, a proposal other than that with the lowest cost; • Independently verify any information provided in a proposal; • Disqualify any proposer that does not meet the requirements of this RFP, is debarred or suspended by the United States or Canada, State of Minnesota, Participating Entity's Rev. 3/2021 Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 12 state or province; has an officer, or other key personnel, who have been charged with a serious crime; or is bankrupt, insolvent, or where bankruptcy or insolvency are a reasonable prospect; • Waive or modify any informalities, irregularities, or inconsistencies in the proposals received; • Clarify any part of a proposal and discuss any aspect of the proposal with any proposer; and negotiate with more than one proposer; • Award a contract if only one responsive proposal is received if it is in the best interest of Participating Entities; and • Award a contract to one or more proposers if it is in the best interest of Participating Entities. DISPOSITION OF PROPOSALS All materials submitted in response to this RFP will become property of Sourcewell and will become public record in accordance with Minnesota Statutes Section 13.591, after negotiations are complete. Sourcewell considers that negotiations are complete upon execution of a resulting contract. It is the proposer's responsibility to clearly identify any data submitted that it considers to be protected. Proposer must also include a justification for the classification citing the applicable Minnesota law. Sourcewell may reject proposals that are marked confidential or nonpublic, either substantially or in their entirety. Sourcewell will not consider the prices submitted by the proposer to be confidential, proprietary, or trade secret materials. Financial information, including financial statements, provided by a proposer is not considered trade secret under the statutory definition. Rev. 3/2021 Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 13 Sourcewell P.'& 10/20/2021 Addendum No. 1 Solicitation Number: RFP 113021 Solicitation Name: Firefighting Apparatus and Fire Service Vehicles Consider the following Question and Answer to be part of the above -titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Is the PDF in the zipped file on the bid details page supposed to be editable? Answer 1: No, the file is not designed for edits by a proposer. Refer to RFP Section IV. — Contract, for additional detail related to the Sourcewell template contract posted to the bid details page for this solicitation. End of Addendum Acknowledgement of this Addendum to RFP 113021 posted to the Sourcewell Procurement Portal on 10/20/2021 is required at the time of proposal submittal. Sourcewell P.'& 10/29/2021 Addendum No. 2 Solicitation Number: RFP 113021 Solicitation Name: Firefighting Apparatus and Fire Service Vehicles Consider the following Question and Answer to be part of the above -titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Are we required to have a vehicle dealer license in the state of Minnesota in order to be an awarded supplier? Answer 1: It is left to the discretion of each proposer to determine the licensures and supporting documentation necessary to best demonstrate their ability to serve Sourcewell and Sourcewell participating entities and to satisfy all requirements included in the RFP, contract template, and the Sourcewell Procurement Portal questionnaire tables. End of Addendum Acknowledgement of this Addendum to RFP 113021 posted to the Sourcewell Procurement Portal on 10/29/2021, is required at the time of proposal submittal. Sourcewell q"A' 11/11/2021 Addendum No. 3 Solicitation Number: RFP 113021 Solicitation Name: Firefighting Apparatus and Fire Service Vehicles Consider the following Question and Answer to be part of the above -titled solicitation documents. The remainder of the documents remain unchanged. Question 1: In regard to the administrative fee, what percentage amount is assessed on each opportunity to be paid to Sourcewell? Or is it a one-time fee per acquisition? Answer 1: Refer to RFP Section III. B. — Administrative Fees, for directions on proposing an administrative fee. It is left to the discretion of each proposer to determine and propose an administrative fee that is consistent with its business and its industry. End of Addendum Acknowledgement of this Addendum to RFP 113021 posted to the Sourcewell Procurement Portal on 11/11/2021, is required at the time of proposal submittal. Sourcewell 11/20/2021 Addendum No. 4 Solicitation Number: RFP 113021 Solicitation Name: Firefighting Apparatus and Fire Service Vehicles Consider the following Questions and Answers to be part of the above -titled solicitation documents. The remainder of the documents remain unchanged. Question 1: The RFP states Sourcewell is seeking proposals for new, remount or refurbished. Is Sourcewell looking for us to acknowledge we offer remount or refurb or are we expected to provide pricing? Answer 1: In the competitive process, Sourcewell will not advise a proposer on the content of the proposal. It is left to the discretion of each proposer to determine how to best articulate its offering of equipment, products, and services, propose the pricing approach that aligns with its business methods, and satisfy all requirements of the RFP. Question 2: Line items #1- 3 of the Portal questionnaire tables address legal entity and subsidiary or assumed names. Clarify whether the subsidiary names will be the brand visible to the participating entity for an awarded supplier. Answer 2: Determinations related to the identification of an awarded supplier's contract on the Sourcewell website, and in related communications to participating entities, will be made after the competitive process is complete in consultation with an awarded supplier. Question 3: Section 18 Insurance -Network Security and Privacy Liability Insurance —The entity under this response has had to provide cyber liability what is the significance to this requirement? Answer 3: Refer to RFP Section IV. — Contract for additional detail related to the Sourcewell template contract. An awarded vendor will be expected to carry the insurance coverages as stated in the contract upon execution. A request for modification to the Sourcewell contract template may only be submitted with a proposal. To request a modification to the template Contract terms, conditions, or specifications, a proposer must complete and submit the Exceptions to Terms, Conditions, or Specifications table, which is found as the final Table of Step 1 in the proposal submission process within the Sourcewell Procurement Portal. Question 4: Section D Waiver of Subrogation- How does this apply to this RFP? Answer 4: Refer to Answer 3 above. Question 5: Is delivery required to be included in pricing or are we able to provide pricing and state that delivery is not included. Answer 5: Refer to Answer 1 above. Question 6: Section 2B of the template contract states that Supplier warrants all Equipment, Products and Services. Is it required or is it an option to include service? If service is not included in pricing is additional information necessary? Answer 6: Refer to Answer 1 above. Question 7: Template contract section 3. A. - Shipping and Shipping Cost — states that a Supplier must arrange for and pay for the return shipment on equipment and products that arrive in a defective or inoperable condition. Would this incorporate supplier or subcontractor? Answer 7: In the competitive process, Sourcewell will not advise a proposer on the content of the proposal. It is left to the discretion of each proposer to determine how to best articulate its ability to serve Sourcewell participating entities. Question 8: Line Item 24 in questionnaire table 5 includes a request for size of transaction? What is this referring to is this a unit quantity? Answer 8: It is left to the discretion of each proposer to determine the information necessary to best demonstrate their marketplace success and satisfy all the requirements included in the questionnaire tables. Question 9: Is an Entity/Subsidiary allowed to list a product on Sourcewell product list that is sold and distributed by the Entity/Subsidiary, but is produced by a contract manufacturer? Answer 9: The Sourcewell RFP is an open and competitive solicitation process. A proposer is allowed to propose the entire line of equipment, products, and services falling within the requested equipment, products, or services of the subject solicitation. Proposals are evaluated based on the criteria stated in the RFP. Question 10: In Table 11, because of some supplier's difficulties to confirm pricing, can we list a product and confirm the price only after the awarding? Answer 10: It is left to the discretion of each proposer to determine and propose the pricing approach that aligns with its business methods and satisfies all the requirements of RFP Article III - Pricing. Proposals are evaluated based on the criteria stated in the RFP. Question 11: If a supplier is successful with this RFP, the contract would be between the supplier and Sourcewell. If the supplier as an independent dealer network, do the Participating Entities have the obligations to contract with the supplier or can they contract directly with the dealer which in turn the dealer contract with the supplier? Answer 11: Refer to RFP Section II. B. — Requested Equipment, Products, or Services — "... If proposer requires the use of distributors, dealers, resellers, or subcontractors to provide the equipment, products, or services, the proposal must address how the equipment, products or services will be provided to Participating Entities, and describe the network of distributors, dealers, resellers, and/or subcontractors that will be available to serve Participating Entities under a resulting contract." Question 12: Does the contract allow a line -item surcharge vs as part of the quote vs having it included in publish base pricing? Surcharges can fluctuate so looking to understand if there will be flexibility with the new contract. Answer 12: Refer to Answer 10 above. Question 13: Can a vendor be awarded contracts from different Sourcewell RFPs? Answer 13: Each Sourcewell opportunity represents a separate and distinct open and competitive solicitation. The outcome of an earlier solicitation, including a contract award, has no bearing on the evaluation of a proposer's subsequent proposal. Question 14: In regards to table 2, item 11: If financial statements are provided to Sourcewell for the proposal do those statements in turn become public knowledge? Answer 14: Refer to RFP Section VI. E. — Disposition of Proposals related to the treatment of materials submitted in response to the RFP. Question 15: Pricing is very volatile currently with component shortages. Pricing for each model and options offered within our current quoting system could significantly fluctuate by the time this proposal is reviewed. Would offering a percentage off our current quoting MSRP be acceptable with a few examples at the time of this bid? Answer 15: Refer to Answer 10 above. End of Addendum Acknowledgement of this Addendum to RFP 113021 posted to the Sourcewell Procurement Portal on 11/20/2021, is required at the time of proposal submittal.