HomeMy WebLinkAbout2023-04-11 - AGENDA REPORTS - SPECIALIZED DUMP TRUCKAgenda Item: 11
1. CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL: TAA,/�
DATE: April 11, 2023
SUBJECT: PURCHASE OF A SPECIALIZED DUMP TRUCK
DEPARTMENT: Public Works
PRESENTER: Cruz Caldera
RECOMMENDED ACTION
City Council:
1. Approve the "piggyback" purchase of a 2024 Freightliner 114SD, Cummins L9N 280 HP
Engine, Compressed Natural Gas dump truck, using Sourcewell cooperative purchasing
contract 9060920-NAF in an amount not to exceed $237,659.
2. Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval.
BACKGROUND
The City of Santa Clarita's (City) Public Works department utilizes dump trucks to transport
large quantities of material and equipment as well as clear road debris specifically during severe
inclement weather. During the Fiscal Year 2022-23 budget process, as part of the annual vehicle
replacement program, the City Council authorized the purchase of a Compressed Natural Gas
(CNG) dump truck to replace Vehicle No. 184.
Vehicle No. 184 is no longer compliant with the Air Quality Management District (AQMD), Rule
1196 which requires public fleet operators to acquire alternative fuel heavy-duty vehicles.
Vehicle No. 184 has been in service for 18 years and has more than 74,000 miles on it, therefore,
meeting the criteria for the City's Vehicle and Equipment Replacement Policy. Additionally,
numerous parts and features have become obsolete and unable to be replaced. Staff has
determined that a 2024 Freightliner 114SD, Cummins L9N 280 HP Engine, CNG dump truck
will serve as an equivalent replacement and is AQMD compliant.
On July 11, 1995, the City Council approved the use of "piggyback" purchasing, which allows
the City to place orders against a competitively -awarded public agency contract. The City is
Page 1
Packet Pg. 174
using the cooperative purchasing contract, 9060920-NAF with Sourcewell, which allows the
City to take advantage of an existing competitive process. This contract, which was awarded on
August 3, 2020, was competitively solicited through a nationwide bid process and is valid
through 2024.
While the vast majority of the City's fleet is procured locally, specialized heavy-duty trucks are
usually unavailable. Staff has confirmed that there are no local vendors that provide this type of
vehicle due to the customization and specific features required. After performing a cost analysis
and reviewing commercial list pricing for comparable vehicles from other sources, it has been
determined that the Sourcewell cooperative purchasing contract with National Auto Fleet Group
provides competitive pricing, quality service, and offers the best value to the City. Using the
cooperative purchasing contract results in a total sale price of $237,659, inclusive of tax and
delivery.
ALTERNATIVE ACTION
Other action as determined by the City Council.
FISCAL IMPACT
Adequate funds are available in expenditure account 2304504-520103 (Gas Tax) to support the
recommended action.
ATTACHMENTS
National Auto Fleet Contract 060920 (available in the City Clerk's Reading File)
RFP and Addenda-060920 Chassis 4-8 (available in the City Clerk's Reading File)
Sourcewell Quote ID#2266HD (RI) (available in the City Clerk's Reading File)
Page 2
Packet Pg. 175
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
060920-NAF
Sourcewell
Solicitation Number: RFP #060920
CONTRACT
This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN
56479 (Sourcewell) and 72 Hour LLC dba: National Auto Fleet Group, 490 Auto Center Drive,
Watsonville, CA 95076 (Vendor).
Sourcewell is a State of Minnesota local government agency 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 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.
Vendor 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 August 1, 2024, unless it is
cancelled sooner pursuant to Article 24. This Contract may be extended up to one additional
one-year period upon request of Sourcewell and with written agreement by Vendor.
C. SURVIVAL OF TERMS. Articles 11 through 16 survive the expiration or cancellation of this
Contract.
2. EQUIPMENT, PRODUCTS, OR SERVICES
A. EQUIPMENT, PRODUCTS, OR SERVICES. Vendor will provide the Equipment, Products, or
Services as stated in its Proposal submitted under the Solicitation Number listed above.
Vendor'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/current model. Vendor
may offer close-out or refurbished Equipment or Products if they are clearly indicated in
Rev. 2/2020
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
060920-NAF
Vendor'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. Vendor 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, Vendor warrants the Equipment, Products, and Services are suitable for and will
perform in accordance with the ordinary use for which they are intended. Vendor'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 is effective past
the expiration of the Vendor's warranty will be passed on to the Participating Entity.
C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution, Vendor will
make available to Sourcewell a means to validate or authenticate Vendor's authorized dealers,
distributors, and/or resellers relative to the Equipment, Products, and Services related to this
Contract. This list may be updated from time -to -time and is incorporated into this Contract by
reference. It is the Vendor's responsibility to ensure Sourcewell receives the most current
version of this list.
3. PRICING
All Equipment, Products, or Services under this Contract will be priced as stated in Vendor'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
apparent at the time of delivery, Vendor 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.
Rev. 2/2020
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
060920-NAF
Vendor 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 Vendor in breach of this Contract if the Vendor intentionally
delivers substandard or inferior Equipment or Products. In the event of the delivery of
nonconforming Equipment and Products, the Participating Entity will notify the Vendor as soon
as possible and the Vendor will replace nonconforming Equipment and Products with
conforming Equipment and Products that are acceptable to the Participating Entity.
B. SALES TAX. Each Participating Entity is responsible for supplying the Vendor 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, Vendor may offer a specific selection
of Equipment, Products, or Services at discounts greater than those listed in the Contract.
When Vendor 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
Vendor 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 Contract Administrator. This form is available
from the assigned Sourcewell Contract 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;
• 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.
Rev. 2/2020
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
060920-NAF
A fully executed Sourcewell Price and Product Request Form will be become an
amendment to this Contract and be incorporated by reference.
S. 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. Vendor 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.
Vendor is responsible for familiarizing its sales and service forces with Sourcewell contract use
eligibility requirements and documentation and will encourage potential members 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. Vendor's employees maybe required to perform work at government -
owned facilities, including schools. Vendor'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 Vendor that it intends to access this
Contract; however, order flow and procedure will be developed jointly between Sourcewell and
Vendor. Typically, a Participating Entity will issue an order directly to Vendor. If a Participating
Entity issues a purchase order, it may use its own forms, but the purchase order should clearly
note the applicable Sourcewell contract number. All Participating Entity orders under this
Contract must be issued prior to expiration of this Contract; however, Vendor performance,
Participating Entity payment, and any applicable warranty periods or other Vendor or
Participating Entity obligations may extend beyond the term of this Contract.
Vendor's acceptable forms of payment are included in Attachment A. Participating Entities will
be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of
any Participating Entity.
Rev. 2/2020
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
060920-NAF
B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and
conditions to a purchase order may be negotiated between a Participating Entity and Vendor,
such as job or industry -specific requirements, legal requirements (e.g., affirmative action or
immigration status requirements), or specific local policy requirements. Some Participating
Entitles may require the use of a Participating Addendum; the terms of which will be worked
out directly between the Participating Entity and the Vendor. Any negotiated additional terms
and conditions must never be less favorable to the Participating Entity than what is contained in
this Contract.
C. PERFORMANCE BOND. If requested by a Participating Entity, Vendor will provide a
performance bond that meets the requirements set forth in the Participating Entity's order.
D. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires
service or specialized performance requirements (such as e-commerce specifications,
specialized delivery requirements, or other specifications and requirements) not addressed in
this Contract, the Participating Entity and the Vendor 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.
E. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or
in part, immediately upon notice to Vendor 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 goods to be purchased;
2. Federal, state, or provincial laws or regulations prohibit the purchase or change the
Participating Entity's requirements; or
3. Vendor commits any material breach of this Contract or the additional terms agreed to
between the Vendor and a Participating Entity.
F. 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.
►�ili��i ►] �il� � :iTill"
A. PRIMARY ACCOUNT REPRESENTATIVE. Vendor 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:
• 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.
Rev. 2/2020
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
060920-NAF
B. BUSINESS REVIEWS. Vendor 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, supply issues, customer issues, and any other
necessary information.
8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT
A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Vendor must provide a contract
sales activity report (Report) to the Sourcewell Contract Administrator assigned to this
Contract. A Report must be provided regardless of the number or amount of sales during that
quarter (i.e., if there are no sales, Vendor must submit a report indicating no sales were made).
The Report must contain the following fields:
• Customer Name (e.g., City of Staples Highway Department);
• Customer Physical Street Address;
• Customer City;
• Customer State/Province;
• Customer Zip Code;
• Customer Contact Name;
• Customer Contact Email Address;
• Customer 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 Vendor.
B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell,
the Vendor 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. Vendor may not charge Participating Entities more than the contracted
price to offset the Administrative Fee.
The Vendor will submit a check payable to Sourcewell for the administrative fee amount of
$400 multiplied by the total number of trucks purchased by Participating Entities from Vendor
under this Contract, and $200 multiplied by the number of trucks purchased by Participating
Entities from Vendor's partner dealer Alan Jay Automotive in Florida, during each calendar
quarter. Payments should note the Sourcewell-assigned contract number in the memo and
must be mailed to the address above "Attn: Accounts Receivable." Payments must be received
no later than 45 calendar days after the end of each calendar quarter.
Rev. 2/2020
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
060920-NAF
Vendor 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 Vendor is delinquent in any undisputed administrative fees, Sourcewell
reserves the right to cancel this Contract and reject any proposal submitted by the Vendor 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.
Vendor's Authorized Representative is the person named in the Vendor's Proposal. If Vendor's
Authorized Representative changes at any time during this Contract, Vendor must promptly
notify Sourcewell in writing.
10. ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE
A. ASSIGNMENT. Neither the Vendor nor Sourcewell may assign or transfer any rights or
obligations under this Contract without the prior consent of the parties and a fully executed
assignment agreement. Such consent will not be unreasonably withheld.
B. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective
until it has been fully executed by the parties.
C. WAIVER. If either party fails to enforce any provision of this Contract, that failure does not
waive the provision or the right to enforce it.
D. CONTRACT COMPLETE. This Contract contains all negotiations and agreements between
Sourcewell and Vendor. No other understanding regarding this Contract, whether written or
oral, may be used to bind either party.
E. 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. LIABILITY
Vendor must indemnify, save, and hold Sourcewell and its Participating Entities, including their
agents and employees, harmless from any claims or causes of action, including attorneys' fees,
arising out of the performance of this Contract by the Vendor or its agents or employees; this
indemnification includes injury or death to person(s) or property alleged to have been caused
Rev. 2/2020
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
060920-NAF
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.
12. AUDITS
Sourcewell reserves the right to review the books, records, documents, and accounting
procedures and practices of the Vendor relevant to this Contract for a minimum of 6 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.
13. GOVERNMENT DATA PRACTICES
Vendor 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 Vendor under this Contract.
If the Vendor receives a request to release the data referred to in this article, the Vendor must
immediately notify Sourcewell and Sourcewell will assist with how the Vendor should respond
to the request.
14. INDEMNIFICATION
As applicable, Vendor 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 Vendor in violation of applicable
patent or copyright laws.
15. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT
A. INTELLECTUAL PROPERTY
1. Grant of License. During the term of this Contract:
a. Sourcewell grants to Vendor a royalty -free, worldwide, non-exclusive right and
license to use theTrademark(s) provided to Vendor by Sourcewell in advertising and
promotional materials for the purpose of marketing Sourcewell's relationship with
Vendor.
b. Vendor grants to Sourcewell a royalty -free, worldwide, non-exclusive right and
license to use Vendor's Trademarks in advertising and promotional materials for the
purpose of marketing Vendor'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 its and their respective distributors, marketing
representatives, and agents (collectively "Permitted Sublicensees") in advertising and
Rev. 2/2020
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
060920-NAF
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. Sourcewell must not alter Vendor's Trademarks from the form provided by
Vendor and must comply with Vendor's removal requests as to specific uses of its
trademarks or logos.
b. Vendor must not alter Sourcewell's Trademarks from the form provided by
Sourcewell and must comply with Sourcewell's removal requests as to specific uses
of its trademarks or logos.
c. 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. 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 vendors which may be used until the next printing). Vendor 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 Vendor 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. Materials should be sent to the Sourcewell Contract Administrator
assigned to this Contract.
D. ENDORSEMENT. The Vendor must not claim that Sourcewell endorses its Equipment,
Products, or Services.
16. GOVERNING LAW, JURISDICTION, AND VENUE
Minnesota law governs this Contract. Venue for all legal proceedings out of this Contract, or its
breach, must be in the appropriate state court in Todd County or federal court in Fergus Falls,
Minnesota.
Rev. 2/2020
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
060920-NAF
17. 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.
18. SEVERABILITY
If any provision of this Contract is found to be illegal, unenforceable, or void then both
Sourcewell and Vendor will be relieved of all obligations arising under such provisions. If the
remainder of this Contract is capable of performance, it will not be affected by such declaration
or finding and must be fully performed.
19. 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 Vendor 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 Vendor may escalate the resolution of the issue to a higher
level of management. The Vendor will have 30 calendar days to cure an outstanding issue.
3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the
Vendor must continue without delay to carry out all of its responsibilities under the
Contract that are not affected by the dispute. If the Vendor fails to continue without delay
to perform its responsibilities under the Contract, in the accomplishment of all undisputed
work, any additional costs incurred by Sourcewell and/or its Participating Entities as a result
of such failure to proceed will be borne by the Vendor.
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.
Written notice of default and a reasonable opportunity to cure must be issued by the party
claiming 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:
Rev. 2/2020 10
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
060920-NAF
• Exercise any remedy provided by law or equity, or
• Terminate the Contract or any portion thereof, including any orders issued against the
Contract.
20. INSURANCE
A. REQUIREMENTS. At its own expense, Vendor 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. Vendor 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,
Vendor 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
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
Rev. 2/2020 11
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
060920-NAF
4. Umbrella Insurance. During the term of this Contract, Vendor will maintain
umbrella coverage over Workers' Compensation, Commercial General Liability, and
Commercial Automobile.
Minimum Limits:
$2,000,000
5. Professional/Technical, Errors and Omissions, and/or Miscellaneous Professional
Liability. During the term of this Contract, Vendor will maintain coverage for all claims
the Vendor may become legally obligated to pay resulting from any actual or alleged
negligent act, error, or omission related to Vendor's professional services required
under this Contract.
Minimum Limits:
$2,000,000 per claim or event
$2,000,000 — annual aggregate
6. Network Security and Privacy Liability Insurance. During the term of this
Contract, Vendor will maintain coverage for network security and privacy liability. The
coverage may be endorsed on another form of liability coverage or written on a
standalone policy. The insurance must cover claims which may arise from failure of
Vendor's security resulting in, but not limited to, computer attacks, unauthorized
access, disclosure of not public data — including but not limited to, confidential or
private information, transmission of a computer virus, or denial of service.
Minimum limits:
$2,000,000 per occurrence
$2,000,000 annual aggregate
Failure of Vendor 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, Vendor 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 Contract Administrator assigned to this Contract. The certificates must be signed by
a person authorized by the insurer(s) to bind coverage on their behalf. All policies must include
there will be no cancellation, suspension, non -renewal, or reduction of coverage without 30
days' prior written notice to the Vendor.
Upon request, Vendor must provide to Sourcewell copies of applicable policies and
endorsements, within 10 days of a request. Failure to request certificates of insurance by
Sourcewell, or failure of Vendor to provide certificates of insurance, in no way limits or relieves
Vendor of its duties and responsibilities in this Contract.
Rev. 2/2020 12
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
060920-NAF
C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY
INSURANCE CLAUSE. Vendor agrees to list Sourcewell and its Participating Entities, including
their officers, agents, and employees, as an additional insured under the Vendor's commercial
general liability insurance policy with respect to liability arising out of activities, "operations," or
"work" performed by or on behalf of Vendor, and products and completed operations of
Vendor. The policy provision(s) or endorsements) must further provide that coverage is
primary and not excess over or contributory with any other valid, applicable, and collectible
insurance or self-insurance in force for the additional insureds.
D. WAIVER OF SUBROGATION. Vendor waives and must require (by endorsement or
otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional
insureds for losses paid under the insurance policies required by this Contract or other
insurance applicable to the Vendor or its subcontractors. The waiver must apply to all
deductibles and/or self -insured retentions applicable to the required or any other insurance
maintained by the Vendor or its subcontractors. Where permitted by law, Vendor must require
similar written express waivers of subrogation and insurance clauses from each of its
subcontractors.
E. UMBRELLA/EXCESS LIABILITY. The limits required by this Contract can be met by either
providing a primary policy or in combination with umbrella/excess liability policy(ies).
F. SELF -INSURED RETENTIONS. Any self -insured retention in excess of $10,000 is subject to
Sourcewell's approval.
21. 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.
B. LICENSES. Vendor 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 Vendor conducts with Sourcewell and Participating Entities.
22. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION
Vendor 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 Vendor declares bankruptcy, Vendor must immediately notify Sourcewell in
writing.
Vendor certifies and warrants that neither it nor its principals are presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs
Rev. 2/2020 13
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
060920-NAF
operated 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 Contract. Vendor further warrants that it will provide immediate written notice
to Sourcewell if this certification changes at any time.
23. 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 also require
additional requirements based on specific funding specifications. 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 Vendor'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.
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
Rev. 2/2020 14
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
060920-NAF
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. Vendor 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. Vendor certifies that during the term of an
award for all contracts by Sourcewell resulting from this procurement process, Vendor 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,
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. Vendor
certifies that during the term of an award for all contracts by Sourcewell resulting from this
procurement process, Vendor 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). Vendor
certifies that during the term of this Contract will comply with applicable requirements as
referenced above.
Rev. 2/2020 15
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
060920-NAF
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. Vendor
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). Vendors must file
any required certifications. Vendors 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. Vendors 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. Vendors 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, Vendor must comply with
the record retention requirements detailed in 2 C.F.R. § 200.333. The Vendor 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.
I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Vendor
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, Vendor 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). Vendor agrees that duly authorized
representatives of a federal agency must have access to any books, documents, papers and
records of Vendor that are directly pertinent to Vendor's discharge of its obligations under this
Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right
Rev. 2/2020 16
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
060920-NAF
also includes timely and reasonable access to Vendor'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.
24. CANCELLATION
Sourcewell or Vendor 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 Vendor's Proposal.
Cancellation of this Contract does not relieve either party of financial, product, or service
obligations incurred or accrued prior to cancellation.
Sourcewell 72 Hour LLC dba: National Auto Fleet Group
DocuSigned by:
By � Sc6&vf j
COFD2A 139D06489...
Jeremy Schwartz
Title: Director of Operations &
Procurement/CPO
Date: 8/3/2020 1 5:08 PM CDT
Approved:
%fDoccuSigneed�b-y, . ,
lM (haW 1
By: - 7E42BSF817A64CC...
Chad Coauette
Title: Executive Director/CEO
Date: 8/3/2020 1 5:13 PM CDT
0
0DocuSigned by:
,sst, (htr v
FACBB5730C1E467...-
Jesse Cooper
Title: Fleet Manager
Date: 8/3/2020 1 2:06 PM CDT
Rev. 2/2020 17
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
RFP 060920 - Class 4-8 Chassis with Related Equipment,
Accessories, and Services
Vendor Details
Company Name:
72 HOUR LLC
Does your company conduct
business under any other name? If
National Auto Fleet Group
yes, please state:
490 Auto Center Drive
Address:
Watsonville, CA 95076
Contact:
Jesse Cooper
Email:
Jcooper@nationalautofleetgroup.com
Phone:
951-440-0585
Fax:
831-840-8497
HST#:
263297677
Submission Details
Created On: Friday April 17, 2020 10:02:43
Submitted On: Tuesday June 09, 2020 00:25:02
Submitted By: Jesse Cooper
Email: Jcooper@nationalautofleetgroup.com
Transaction #: 42f514a4-eaaa-46d1-a264-1 de559e88b95
Submitter's I Address: 76.81.241.2
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
Specifications
Table 1: Proposer Identity & Authorized Representatives
General Instructions (applies to all Tables) Sourcewell prefers a brief but thorough response to each question. Please do not merely
attach additional documents to your response without also providing a substantive response. Do not leave answers blank; mark "NA" if
the question does not apply to you (preferably with an explanation).
Line
Item
Question
Response
1
Proposer Legal Name (and
72 Hour LLC, DBA: National Auto Fleet Group
applicable d/b/a, if any):
2
Proposer Address:
490 Auto Center Drive
Watsonville CA, 95076
3
IProposer website address:
www.NationalAutoFleetGroup.com
4
Proposer's Authorized
Jesse Cooper
Representative (name, title,
1-855-289-6572
address, email address & phone)
Fleet Manager
(The representative must have
490 Auto Center Drive
authority to sign the "Proposer's
Watsonville, CA 95076
Assurance of Compliance" on
Jcooper@nationalautofleetgroup.com
behalf of the Proposer and, in the
event of award, will be expected
to execute the resulting contract):
5
Proposer's primary contact for this
Jesse Cooper
proposal (name, title, address,
1-855-289-6572
email address & phone):
Fleet Manager
490 Auto Center Drive
Watsonville, CA 95076
Jcooper@nationalautofleetgroup.com
6
Proposer's other contacts for this
Clarke Cooper
proposal, if any (name, title,
1-855-289-6572
address, email address & phone):
Fleet Manager
490 Auto Center Drive
Watsonville, CA 95076
Clarkecooper@wondries.com
Table 2: Company Information and Financial Strength
Line Question
Item
Provide a brief history of your company,
including your company's core values,
business philosophy, and industry longevity
related to the requested equipment, products
or services.
Response
NAFG, was originally established in 1987 when we went by Wondries Fleet Group
located in Southern California. Starting with a single automobile dealership, my father
Clarke Cooper has grown our network to over 35 dealerships both in and outside of
California. We have always hired and promoted from within our organization to help
promote our culture. Most of our Fleet Division Managers who started with us back
in 1987 are still with us today.
We have evolved over the decades to adapt to the improving industry technology to
the advancement of once gas -powered vehicles to now fuel cell powered. Even in
today's fast changing marketplace, our core values have never changed. Our core
values are: Always do what's right for the customer, you take care of them and they
will take care of you.
Our Business philosophy has always been the 4 RIGHT'S to every client: Deliver the
RIGHT vehicle, at the RIGHT time, to the RIGHT place and the RIGHT price.
Our longevity can best be displayed with a few statements. We are and have always
been family owned and operated. We have deep family roots in the automobile
business with future generations in the infant stages today. We plan on leading our
industry for decades to come.
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
8
What are your company's expectations in the
If awarded another Sourcewell Contract, this would be our 4th and like our prior 3
event of an award?
contracts we will grow yet again by compounding our knowledge and customer
service experience we have gained from serving members from across our great
nation yet again to new heights. We want to grow our divisions with more staff and
particularly grow our Partner Program which is detailed in the Zip file in the
additional Documents upload. Our Partner program allows members to suggest and
even recommend there local upfitters to NAFG to partner on any turn key quote. We
see a tremendous value in giving the ability to the member to supply the upfitter of
there choice to NAFG in order to provide a 100% turn key solution.
9
Demonstrate your financial strength and
We have uploaded the following under the section: Financial Strength: Bank
stability with meaningful data. This could
commitment letters that we have been utilizing with our current Sourcewell Contracts
include such items as financial statements,
which extend a direct line of credit up to $ 43,000,000 and more if needed to serve
SEC filings, credit and bond ratings, letters
member needs.
of credit, and detailed reference letters.
Upload supporting documents (as applicable)
Market Success with copies of recent current contracts of over $ 140,000,000 worth
in the document upload section of your
of products and goods from a direct result of our current Sourcewell Contracts which
response.
are:
1. City of San Diego, CA $ 72,000,000 contract under our Sourcewell Contract
120716-NAF.
2. City of San Diego, CA $ 55,400,000 contract under our Sourcewell Contract
081716-NAF.
3. Government Fleet Article Highlighting our transaction with the City of San
Diego, CA procuring over 100 Police vehicles through NAFG Sourcewell Contract
120716-NAF.
4. City of Los Angeles World Airports, CA Contract for $ 24,003,500 under
Sourcewell Contract 120716-NAF for the procurement of 400 vehicles.
5. City of Los Angeles Harbor, CA Contract Extension to $ 4,500,000 contract
under Sourcewell Contract 120716-NAF.
6. City of Los Angeles Harbor, CA Contract for $ 1,500,000 under our Sourcewell
Contract 120716-NAF.
7. City of Los Angeles Harbor, CA Renewal for another $ 1,500,000 under
Sourcewell Contract Class 6, 7 and 8 Contract 081716-NAF.
8. City of Costa Mesa, CA Contract for $ 1,023,220 under our Sourcewell
Contract 120716-NAF.
9. Blanket Contract with the State of Maryland, MD off our current Class 6, 7 and
8 Chassis Contract 081716-NAF.
10. Blanket Contract with the State of Maryland, MD off our Current Sourcewell
Contract 120716-NAF.
Commitment Letter's for 5 years' worth of continued unwarily support from large
national upfit suppliers such as The Knapheide Manufacturing Company with it's
distributor base nation wide down to regional support from Phenix Truck Body in
Southern CA as an example. All of which currently help support our current members
clients with current and past orders they have had with NAFG.
We have Member Recommendations attached showing not only does NAFG practice
with we preach, but Member's can stand behind NAFG as well.
We have Upfitter Recommendations as well to show not only NAFG is a good
partner for members but also a good partner to partner with. Not only does taking
care of the member just involve the dealer, it also must and will always include the
upfitter along with the entire supply chain. All of which goes towards serving the
members.
We have provided documentation of the State of Maryland adopting our current
Class 6, 7 and 8 contract demonstrating our ability to go after and show States
there's a better way of doing business.
Lastly, we have shown our Growth we have had with Sourcewell from 2012 when we
were first awarded. We hope this only shows the trajectory of where we are
expecting to take our future expectations.
10
What is your US market share for the
Our US Market Share for the products and Model's we are offering is roughly 70-
solutions that you are proposing?
80% as the 11 manufacturers represent. NAFG market share is roughly estimated
2% of Government Fleet Sales.
11
What is your Canadian market share for the
NAFG current Canadian market share is zero, however plans are in place to
solutions that you are proposing?
aggressively go after
the Canadian market.
12
Has your business ever petitioned for
No.
bankruptcy protection? If so, explain in detail.
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
13
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?
NAFG is best described as "A" a Distributer/Dealer/Reseller/Dealer Partner for the 11
Manufacturers contained in our response: Ford Motor Company, RAM, Chevrolet,
Hino, Isuzu, International, Volvo, Freightliner, Western Star, Mack, Kenworth and
Peterbilt. All orders are placed with franchised dealerships and ultimately titled to the
member. All our appropriate certificates can be viewed in the "Related Certification"
section for either our dealerships direct or our partner dealers you will find all
appropriate certificates. We do not sell used equipment to the members. As well
you will find NAFG has named our dealer partners as additional insured under our
policy.
14
If applicable, provide a detailed explanation
A Dealer License and Franchise agreement issued by the Manufacture, Department
outlining the licenses and certifications that
of Motor Vehicles License along with a Reseller's permit are the most pertinent
are both required to be held, and actually
licenses to hold. In the attachment in section "Related Certification" you will find the
held, by your organization (including third
following either as a solely owned entity or by our partner dealer we jointly hold:
parties and subcontractors that you use) in
IRS Approved FET Number
pursuit of the business contemplated by this
CA State Seller's Permit 101-135239
RFP.
CA State Seller's Permit 245364864-00001
Department of Motor Vehicle, Vehicle Dealer/ License Number 97772
Department of Motor Vehicle, Vehicle Dealer License Number 97771
Department of Motor Vehicle, Vehicle Dealer License Number 43609
Bureau of Automotive repair Registration # ARD00296319 123120
CA State Seller's Permit 232781952-00001
City of Watsonville Business License Number 1792
City of Watsonville Business License Number 4358
Fictitious Business Names from Santa Cruz County for National Auto Fleet Group
F B N: 2017-0000138
California General Resale Certificate
Dun & Bradstreet Number: 023680653
Government of The District of Columbia Certificate
Government of the District of Columbia Tax Registration # 7815888160711
City of Los Angeles Tax Registration
Government of The District of Columbia CLEAN HANDS CERTIFICATION
San Diego Freightliner Seller's Permit
Commonwealth of Virginia State Corporation Commission Certificate
State of Maryland Good Standing Certificate
Kansas Department of Revenue for Kansas City Peterbilt
New Jersey Department of Treasury Registration Certificate
New Jersey Business Registration
Notice of Compliance of the Canton City Codified Ordinance
Employee Information Report for the State of New Jersey
State of Maryland New Sales and Use tax License
CA State Seller's Permit 98-037902 00006
South Carolina Department of Motor Vehicles License Number 36133
State of South Carolina Retail License
Commonwealth of Kentucky Vehicle Dealer License 1583 20 100
State of West Virginia Dealer License
Commonwealth of Kentucky Vehicle Dealer License 1581 20 036
State of Tennessee Vehicle Dealer License
15
Provide all "Suspension or Debarment"
Does not apply.
information that has applied to your
organization during the past ten years.
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
Table 3: Industry Recognition & Marketplace Success
Line
Item
Question
Response
16
Describe any relevant industry awards or
The most prodigious award NAFG has received in the past 5 years would be: Top
recognition that your company has received
Placement in Ford Motor Company as a leading dealership in Government Sales
in the past five years
followed by our high ranking recognition from General Motors for our Chevrolet
brand. Both NAFG has received 4 of the past 5 years.
17
What percentage of your sales are to the
As an organization most of our sales are focused on retail, however in our division
governmental sector in the past three years
in Fleet, we have sold to about 90% Government accounts.
18
What percentage of your sales are to the
As a percentage of our sales in the Government, about 20% would be considered
education sector in the past three years
to Universities and Unified School Districts.
19
List any state, provincial, or cooperative
We hold the State of California contract with volumes from 200 to 500 units a year
purchasing contracts that you hold. What is
during the past three years. Second, our Sourcewell Contract's 091219, 081716 and
the annual sales volume for each of these
120716 which over the past three years has sold a volume of $ 390,030,176.99 of
contracts over the past three years?
Combined Quarterly Sales.
20
List any GSA contracts or Standing Offers
NAFG focus is on our Sourcewell Contracts we do not hold any other besides the
and Supply Arrangements (SOSA) that you
State of California.
hold. What is the annual sales volume for
each of these contracts over the past three
years?
Table 4: References/Testimonials
Line Item 21. Supply reference information from three customers who are eligible to be Sourcewell participating entities.
Entity Name
Contact Name
Phone Number
Port of Los Angeles, CA
Mr. Dave Comer
310-732-3794
County of Venture, CA
Mr. Jorge Bonilla
805-672-2044
City of Austin, TX
Mr. Matt Sager
512-978-2637
Table 5: Top Five Government or Education Customers
Line Item 22. 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
City of Austin
Government
Texas - TX
Purchaser
10-15 Vehicles at a time
Over 1 M
Los Angeles
Government
California - CA
Purchaser
Over 100 Trucks
Over 3M
Department of
Water and
Power
Port of Los
Government
California - CA
Purchaser
Over 75 Trucks
Over 2M
Angeles
City of San
Government
California - CA
Purchaser
Over 400 Trucks
Over 10M
Diego
Ann Arundel
Government
Maryland - MD
Purchaser
Over 20 Trucks
Over 1 M
County
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 Question Response
Item
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
23
Sales force.
We have a Direct and Indirect sales force. Our direct sales force are our employees
and partner dealers. Combined our estimated employee count exceeds 100 personals
dedicated to supporting our dealerships and NAFG Fleet Division. Our indirect sales
force which would be our partner suppliers and upfitters would be well above 100.
With both direct and indirect sales force staff NAFG has been proven to maintain and
service the current demand of the members. As the number of members grow that we
can help, the more staff we would eagerly employee to help meet demand.
24
Dealer network or other distribution methods.
Our franchise network which cover's our proposed 11 manufacturers are second to
none. With industry forefront of the combined experience of manufactures like The
Ford Motor Company, General Motors, Freightliner, MACK, Peterbilt and Kenworth to
name a few have established a national presence were all members can receive
service and warranty repairs on there respective products. The distribution of an
Automobile or Cab Chassis has always been an ongoing challenge for all
manufactures new and old. However we in America have the best Automobile Supply
Chain Network in the world and as a franchised dealer of brands, we too get take full
advantage of the network to ship and supply our member clients nationwide.
25
Service force.
With over thousands of service locations representing our 11 manufacturers a member
client can find with ease a service station or warranty repair facility near by. Of course
Alaska and Hawaii do have a larger distance between franchises a member would
utilize for warranty repair or service.
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
26
Describe in detail the process and
To best illustrate our Customer Service programs, I ask that you use as a reference
procedure of your customer service
our ZIP file under Additional Documents and within in a ZIP file named "Member Walk
program, if applicable. Include your
Through". Start with and view in order which I will explain in order here:
response -time capabilities and
commitments, as well as any incentives that
How A Member Can Get Quotes Online Demo: A member can obtain most quotes by
help your providers meet your stated
visiting our website www.NationalAutoFleetGroup.com where a simple one step form is
service goals or promises.
needed for registration. This is to protect the price information from nonmembers.
Once a member registers they will receive an automated welcome email with a demo
video on how to use our site. Members will gain access to there very own dashboard
which will house all there quotes in one safe secure login. Member's can select which
brand they are looking for and model year. Our site shows all the categories the
brand offers such as: Cars, Vans, SUV's Trucks and Chassis Cabs. Members will
then be able to drill down for the right selection by picking from the filter menu of
what cab there looking for (Regular, Extended or Crew) to 2 wheel or 4 wheel drive
down to the bed length there looking for. All factory options are then presented for
the member to select from, this will show all current factory order -able options, taking
the guess work out for the member. Once a member selects a desired build, they will
see there Sourcewell Price report showing the MSRP, there contract price, the saving
in real dollars and as a percentage. In the PDF example you can see a saving of $
9,175.96 of 22.345% to the member showing a significant savings. Members then can
chose to add extra's to there order like extra keys' service manuals, sales tax and
even request an upfit to be added to there quote. Lastly they will be given a complete
turn key quote package to print which will include there customized Quote ID,
Description and Specifications of what they built.
How Members and Upfitters can Partner with NAFG: Our dedicated website
www.NAFGPartner.com was built to accommodate the member who would like a
certain upfitter to upfit there vehicles. It was also built for upfitters to have a place to
go where they can find information on how to partner with NAFG to better serve there
local members.
Example of A Member with Upfit Quote: This is an example of how we use our Cab
Chassis and combine them with an upfit to provide a turnkey solution for the member
in a simple to follow format.
ETA System for Members Walk Through: This is where members can easily come to
our website, the same website they built there chassis on and track there order like
they would a UPS package. We have a very simple display on our homepage "Track
your order" where members can enter one of the following: Purchase Order Number,
Quote ID, Upfit Quote ID or vin to easily see there in the process there particular
order is in.
Courtesy Confirmation Explained: After NAFG receives an order from a Member, we
always like to send the member a Courtesy Confirmation. This is were the member
will double check some particulars on there order like, Color, Quantity, Upfit and to
ensure all Specification's are all correct before order placement. We also like to ask
for title information at this point so we can help process the paperwork at delivery
promptly.
Factory Order Cut Off Notices: Here is were we like to highlight were members can
access any upcoming factory order cut off dates. We walk the member through the
process step by step to ensure the member knows the upcoming factory order cut off
date, we even print this information (if known at the time) right on the cover page of
there quotes.
Validation Walk Through Example: To demonstrate a price validation, we show what a
member would see when they build a truck on our site. At check out the member
would see the Total Configured MSRP of $ 35,730.00, A Sourcewell Price of $
27,331.68, Total Saving of $ 8,398.32 or 23.505% for a 2020 F-250 followed by the
pricing page which shows the Minimum Discount of at least 18.50%. As you see we
provided an additional 5% discount on top of the 18.50% contract discount. This
would be the case in this example.
27
Identify your ability and willingness to
We have provided a list of our top 1,000 member/clients demonstrating our ability to
provide your products and services to
service all members nationwide. Located in the Marketing Place ZIP file as "NAFG
Sourcewell participating entities in the
Top 1,000 Member Clients" PDF.
United States.
28
Identify your ability and willingness to
Our ability and know how to carry our business model into Canada has never been
provide your products and services to
as strong as it is today, we believe a simple US Dollar to Canadian exchange rate
Sourcewell participating entities in Canada.
coupled with our pricing structure will allow NAFG to finally be in a position to serve
members in Canada by partnering with Canadian based dealer groups.
29
Identify any geographic areas of the United
NAFG will service 100 % of the United States of America and attempt to build the
States or Canada that you will NOT be fully
same model to service all of Canada. We do not know yet what regions we will
serving through the proposed contract.
encounter difficulty and how long the solution will take, but we will strive to service all
of Canada.
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
30
Identify any Sourcewell participating entity
We will service all Sourcewell Members through our 24 hours a day 365-year website
sectors (i.e., government, education, not -for-
except Non Profits. Non -Profits would be subject to a different pricing program and
profit) that you will NOT be fully serving
would need to be handled on a case by case basis. Non -Profits mostly do not qualify
through the proposed contract. Explain in
for the discount governments qualify for.
detail. For example, does your company
have only a regional presence, or do other
cooperative purchasing contracts limit your
ability to promote another contract?
31
Define any specific contract requirements or
The only requirement for members in Alaska, Hawaii and US Territories would be
restrictions that would apply to our
logistical shipping constraints the region would hold. For example, we currently provide
participating entities in Hawaii and Alaska
members in Alaska chassis cabs with upfits and the member allows us to add the
and in US Territories.
extra shipping cost, port cost and driver cost to load and unload there vehicles from
port to port. This would be required if needed to be added to any quote in these
regions.
Table 7: Marketing Plan
Line Question Response
Item
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
32
Describe your marketing strategy for
promoting this contract opportunity.
Upload representative samples of your
marketing materials (if applicable) in
the document upload section of your
response.
In addition to the Sample Marketing Flyers and Marketing Department Charts uploaded in
the link "Marketing Plan/Samples"
National Auto Fleet Group facilities a variety of marketing strategies to promote our
products and services to reach out to government entities.
Our company encompasses mainly outbound marketing strategies to promote the Sourewell
Government Vehicle Contract.
Email Marketing: Part of our outbound strategy includes paid online marketing techniques
such as the use of email campaign blasts. This process includes creation of multiple
campaign flyers used to convey key messages to our targeted audience. Flyer messages
consist of the types of vehicle contracts, brands sold, special discounts offered to first time
buyers, holiday themed flyers, vehicles offered, new website features and many more.
This method encourages potential customers to our website to explore our products and
services. Campaigner email marketing service acts not only to send out emails but as a
CRM database system to monitor, send and track effectiveness of emails. Our marketing
team works continuously to gather emails from government entities though out the United
States to compile a database of clientele.
Event Marketing: This strategy has proven to be a successful avenue to generate leads
and create lasting relationships. National Auto Fleet Group attends several trades shows
per year to engage customers in person along with upsell opportunities. Meeting prospects
face-to-face forms a lasting impression not available through other methods of selling.
Trade shows attended include GFX, IAPPO, NIGP, ACT, CAPPO, CASBO throughout the
United States.
Relationship Marketing: This is utilized once a client is directed though our website though
online methods. Once a potential client registers and becomes a member on our website,
our sales team will personally reach out via phone or email to provide further assistance.
The role of the sales team is to continue to support and empower clients and educate
them on products and services offered. The team will go the extra mile for subscribers,
prospects, and customers even after a sales transaction is completed.
Our sales team has worked tirelessly to focus on providing outstanding customer support
to create powerful rapport with our clients. By going above and beyond, we have
enhanced existing relationships and executed customer loyalty with repeat businesses. They
strive to deviate from the "Car Salesperson" mentality which is 100% sales driven to a
more product and customer service approach by instilling a sense of confidence to our
clients. Their constant goal is to regularly assist clients and address any needs during the
entire sales process. Striving to focus on solution selling vs. product selling develops into
a mutually beneficial agreement for customers and the business.
Referral/Word of mouth: This strategy ties into our outstanding relationship marketing to
clients. The positive quality of service experienced by customers has led to an increased
number of sales through referrals. Our goal is to provide exemplary customer service
throughout entire selling process to encourage repeat business and referrals.
Coming late summer of 2020, National Auto Fleet Group will be launching a NAFG Partner
Website to increase the growth of our business. The website www.nafgpartner.com is
expected to launch late summer/early fall of 2020. The site encourages body upfitting
companies throughout the United States to partner up with us to become a preferred
member. The benefits of becoming a preferred member is to have their business
advertised on our site as well as referring any clients with upfitting needs to a local body
company within their general vicinity. Our buyers from government agencies are
encouraged to go on the site as well and look for local body upfitting companies they are
interested in working with. To join our network, they are required to advertise NAFG and
the Sourcewell contract on their business website and refer their clients to purchase their
cab/chassis needs through NAFG. This creates a relationship that will generate increased
sales from both the sides. We are still currently building the website and searching for
body companies across the states that would be interested in partnering up with NAFG.
Direct Marketing: Prior to the Covid-19 outbreak, our company was promoting direct
marketing strategies by contacting local businesses and setting up in person meetings with
our dedicated public relations representative. The role of our dedicated representative
included in person meetings to discuss our products and services, present website features
and to drop off sales contact information for further questions.
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
33
Describe your use of technology and
Social media is a critical part in the way people communicate and connect with each
digital data (e.g., social media,
other. Linkedln offers a variety of ways to expand our network by finding and connecting
metadata usage) to enhance
with relevant professionals in the industry. National Auto Fleet Group has utilized Linkedln to
marketing effectiveness.
reach out to current and potential members though personalized messages. Personalized
messages include thanking them for registering on site as well as directing them to on our
link to the website, Linkedln, and Facebook company pages. The goal is to find and
connect with people already on our database as well as people that would benefit from our
products and services. Current flyers or messages about our company are also posted on
the Linkedln site to generate more business. Time is also spent on reading posts from
connections to observe any needs that National Auto Fleet Group may assist with.
The marketing team also spends time researching government entities and prospects
through their websites. In addition to looking for new clients, the marketing team will take
time to sign up for e-newsletters from cities, counties, school districts and colleges. This
will ensure that NAFG will understand needs of government entities and will utilize this
information for future campaigns.
Example: City of New York posted that they plan to replace current fleet with an all -electric
fleet within the next 20 years. Email campaigns focusing on types of electrical vehicles
provided by National Auto Fleet Group was sent.
NAFG has recently introduced newly built live chat feature on our website. Visitors are
prompt to chat with a live sales representative 24 hours a day, 7 days a week. This will
ensure that clients that are interested have another avenue of reaching out in addition to
emailing or telephone. Benefits of Live chat option include quicker response time to assist
buyers for purchasing needs. Our live chat feature not only encourages sales but the value
of the sale as well. Live chat benefits from understanding the immediate needs of the
buyer and buyers can receive an immediate response not only from questions but
recommendations for their needs.
The use of marketing campaigns plays a major role in enhancing the growth of our client
database. Email is a big part of our lives and every government agency employee has an
email address. Campaigner.com is the platform used for our email marketing. The goal
of email marketing is to reach our target audience and personalizing email flyers with a
responsive design. Videos and images are used and can be viewed from on a computer
or mobile device. Messages are short and to the point with links leading to the
Sourcewell and NAFG homepage. The Campaigner email system allows us to track
email activity based on open rate, unsubscribes and link clicks which is beneficial to
understanding email effectiveness.
34
In your view, what is Sourcewell's role
Sourcewell is a trusted brand that government entities can rely on to provide a wide variety
in promoting contracts arising out of
of products and services. They aim to simplify the purchasing and procurement process
this RFP? How will you integrate a
of government entities. The Sourcewell brand integrates a thorough documentation review
Sourcewell-awarded contract into your
of all vendors prior to awarding their cooperative contracts. Products and services are
sales process?
from reputable vendors. The brand provides a sense of showing legitimacy and
verification of our company name and members understand that products and services
provided are from reputable vendors. Clients recognize the Soucewell brand and their
vendors as a trusted source that will meet their needs. The main selling point of the
brand is the elimination of the need to bid. Soucewell has done for bidding for the
government entities which simplifies the purchasing process. This process not only saves
money but valuable time as well. Once a client receives a vehicle quote from our sales
department, the role of the client is to submit a purchase order when ready.
Sourcewell has provided NAFG overwhelming opportunities to work with government
agencies across the United States. The Sourcewell well name represents a high standard
of integrity and ethics and we are proud to be part of this dynamic. Sourcewell members
have access to a contract that is more flexible than the standard bidding process.
Sourcewell is an organization that aids government entities to stay competitive without the
frustrations and issues involved with the traditional bidding process. The Sourcewell
contract can be also be customized to meet the needs of the client. The sales team has
incorporated not only this standard of integrity in their sales practice by ensuring clients we
will always assist them with all their vehicle purchasing needs. The cost savings and stress -
free nature of the cooperative contracts favors that of the traditional bidding process. It
enables vendors to work with qualifying government entities in a more efficient manner.
We vow to maintain these levels of standards across the board throughout all departments
throughout the company.
35
Are your products or services
Our website provides a hands-on empowering approach to ordering vehicles online. Clients
available through an e-procurement
can search through many vehicles makes and models with the ability to customize a vehicle
ordering process? If so, describe your
tailored to their specific needs of their agency. A personalize quote with pricing can be
e-procurement system and how
available in as little as 5 minutes depending on the complexity of the vehicle. If upfitting
governmental and educational
is needed, a sales representative can be reached though phone, email or on the new live
customers have used it.
chat feature on the website.
Once a customized quote is built, clients have the option to finalize the sales transaction by
submitting a purchase order to our sales team via email. This gives complete autonomy to
the client to purchase vehicles without the need to speak to a sales rep. If assistance is
needed, they can contact sales through email, live chat, or phone.
If support is required to build a quote, our sales rep is also available to walk a client
through the e-procurement process step by step. This ensures having an available
representative to answer any questions if needed and to empower the client to make any
future purchases on their own. Clients may also call or email the needs of the company
and receive a customized vehicle quote.
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
Table 8: Value -Added Attributes
Line
Item
Question
Response
36
Describe any product, equipment,
NAFG extends any and all Service Training Programs provided by the Manufacturer. Many of
maintenance, or operator training
the programs offered are quoted individually by the manufacture based on class size and
programs that you offer to
region of the country. NAFG will pass these quotes onto the member at dealer cost.
Sourcewell participating entities.
Include details, such as whether
training is standard or optional,
who provides training, and any
costs that apply.
37
Describe any technological
Accomplishments by the Manufacturers like Ford Motor Company, General Motor's and
advances that your proposed
MACK Truck serve the member automatically by having these models available through our
products or services offer.
proposal. As well as our inclusion of Motive Power Systems in our proposal. Motive Power
Systems provides the member the ability to electrify their vehicle. We attached product
information and pricing in the "Upfits Available" ZIP file in them "All 11 Manufacturer" ZIP file
under additional documents.
38
Describe any "green" initiatives
NAFG has Partnered with 400 Mayors Nationwide to create a US Mayor EV Drive Climate
that relate to your company or to
Initiative called the Climate Mayor Purchasing Collaborative www.Driveevneet.org to help
your products or services, and
spread the benefit of members going 100% green. We have 100% Pure Electric vehicles to
include a list of the certifying
offer such as the Chevrolet Bolt and Ford Fusion, which are all technology predecessors to
agency for each.
the All New Ford Electric F-150. We are certain over the next few years, Ford and many
other manufacturers will be making available 100% pure electric cab chassis for members to
select from.
39
Identify any third -party issued eco-
Within the same Motive Power PDF's located in the "Upfits Available" Zip File, you will find
labels, ratings or certifications that
Motive's System's CARB Certification's (California Air Resource Board) for two engines
your company has received for the
offering along with there Ford Qualified Vehicle Modifier Certificate. All which help energy
equipment or products included in
conversation and efficiencies.
your Proposal related to energy
efficiency or conservation, life -cycle
design (cradle -to -cradle), or other
green/sustainability factors.
40
Describe any Women or Minority
NAFG has provided as an attachment "Upfits Available" our partnership letter with Diversified
Business Entity (WMBE), Small
Leasing. Diversified Leasing is a DVBE/SBE Company that has been in business since
Business Entity (SBE), or veteran
2014. As a Disabled Veteran Business Enterprise Licensed in the Stat of California
owned business certifications that
(#1792183) Diversified has offered there certification to be placed on any NAFG quote for a
your company or hub partners
small admin fee which is fully displayed on there partnership letter attached.
have obtained. Upload
documentation of certification (as
applicable) in the document upload
section of your response.
41
What unique attributes does your
Dedication, Hard Work not to be confused with efforts but with results. NAFG has built its
company, your products, or your
division solely for the purpose of serving the members experience from our 24-hour member
services offer to Sourcewell
website or website improvements and capabilities to thinking outside the box to help a
participating entities? What makes
member find a solution.
your proposed solutions unique in
your industry as it applies to
Sourcewell participating entities?
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
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
42
Do your warranties cover all products, parts, and
We have attached all Warranty information provided by all 11 manufacturers
labor?
offered in our proposal as an added attachment.
43
Do your warranties impose usage restrictions or
Each manufacturer have there own usage restrictions that a member should
other limitations that adversely affect coverage?
be aware of. Such as improper use of a chassis may not allow it to be
covered under warranty. For example, a F-250 being used for a police rated
pursuit vehicle would void certain warranties. We encourage for each member
to contact us for there particular warranty coverage.
44
Do your warranties cover the expense of
Yes, in some cases of a breakdown, manufacturers would tow a member
technicians' travel time and mileage to perform
vehicle to there nearest warranty repair facility.
warranty repairs?
45
Are there any geographic regions of the United
Each manufacture is different, and we encourage prior to purchasing a
States (and Canada, if applicable) for which you
product to call in and ask about your specific region and how it's covered.
cannot provide a certified technician to perform
warranty repairs? How will Sourcewell participating
entities in these regions be provided service for
warranty repair?
46
Will you cover warranty service for items made by
All warranties are passed on to the original equipment manufacturer.
other manufacturers that are part of your proposal,
or are these warranties issues typically passed on
to the original equipment manufacturer?
47
What are your proposed exchange and return
We offer no exchange, return programs or policies. Once an order has
programs and policies?
passed a certain point with the factory and NAFG can not cancel the order
after trying to cancel with the manufacturer, then the order is non -cancellable.
48
Describe any service contract options for the items
We offer any and all manufacturer service contracts to all members. There
included in your proposal.
are several parameters which a customized service contract can be created.
NAFG will treat each of these as an added factory option and follow the
same discount schedule in the price file.
Table 10: Payment Terms and Financing Options
Line
Item
Question
Response
49
What are your payment terms (e.g., net 10, net 30)?
Payment terms are Net 20, with a 10-day grace period.
50
Do you provide leasing or financing options, especially
NAFG has partnered with National Cooperative Leasing to offer
those options that schools and governmental entities may
Sourcewell Contract Lease Terms to all NAFG Quotes for all
need to use in order to make certain acquisitions?
Sourcewell Members. We have attached a PDF called "NCL Sample
Lease" in the Zip File Called "member Walk Through"
51
Briefly describe your proposed order process. Include
NAFG is structured in a manner where it can monitor most
enough detail to support your ability to report quarterly
transactions preformed through our Sourcewell Contracts. NAFG has
sales to Sourcewell as described in the Contract template.
made the tracking of all orders a reasonably organized method to
For example, indicate whether your dealer network is
allow fast accurate quarterly reporting.
included in your response and whether each dealer (or
some other entity) will process the Sourcewell participating
entities' purchase orders.
52
Do you accept the P-card procurement and payment
Yes, up to $ 2,500 per vehicle, any amount higher than $ 2,500
process? If so, is there any additional cost to Sourcewell
would carry a P-card/ Credit Card transaction fee which will be
participating entities for using this process?
passed onto the member.
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
Table 11: Pricing and Delivery
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 desribed in the RFP, the template Contract, and the Sourcewell Price and Product
Change Request Form.
Line
Item
Question
Response
53
Describe your pricing model (e.g., line -item discounts or
NAFG is offering Line Item Discounts Off MSRP for 11
product -category discounts). Provide detailed pricing data
manufacturers detailed in the Price File, NAFG is offering all Upfits
(including standard or list pricing and the Sourcewell
to be added to any and all chassis cabs and trucks, details are on
discounted price) on all of the items that you want
the Price Summary Page in the price file.
Sourcewell to consider as part of your RFP response. If
applicable, provide a SKU for each item in your proposal.
Upload your pricing materials (if applicable) in the document
upload section of your response.
54
Quantify the pricing discount represented by the pricing
NAFG Discount Range per Manufacturer is as follows:
proposal in this response. For example, if the pricing in
Ford Motor Company from 2.75% to 18.86%
your response represents a percentage discount from MSRP
RAM FCA Company from 6.18% to 13.95%
or list, state the percentage or percentage range.
Chevrolet from 5.73% to 21.39%
HINO from 14.36% to 19.24%
ISUZU from 9.98% to 15.57%
International from 2.01% to 39.33%
Volvo from 23.79% to 24.19%
Freightliner/ Western Star from 34.17% to 42.90%
MACK from 16.97% to 31.95%
Kenworth from 28.11 to 39.31 %
Peterbilt from 21.09% to 42.66%
Upfits can be added at dealer invoice up to 10%, detailed in the
price file.
55
Describe any quantity or volume discounts or rebate
We encourage any and all members to contact us if considering
programs that you offer.
ordering 50 or more units for an additional discount quote.
56
Propose a method of facilitating "sourced" products or
Open Market products or Sourced Goods will be treated as any upfit
related services, which may be referred to as 'open market'
and may be quoted up to a 10% mark-up if applicable.
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.
57
Identify any element of the total cost of acquisition that is
All considerations have been taken into account in the price file in
NOT included in the pricing submitted with your response.
its entirety. Price Summary Page and Price Tabs contain all costs
This includes all additional charges associated with a
associated with all quotes. If a member would like a quote for a
purchase that are not directly identified as freight or
particular situation and the item requires special training or
shipping charges. For example, list costs for items like pre-
installation, these charges would be added as part of the upfit and
delivery inspection, installation, set up, mandatory training, or
included in the members quote.
initial inspection. Identify any parties that impose such costs
and their relationship to the Proposer.
58
If freight, delivery, or shipping is an additional cost to the
All manufacturers charge a standardized "Factory Destination Charge"
Sourcewell participating entity, describe in detail the
which is displayed on all window stickers and on all trucks on a
complete freight, shipping, and delivery program.
dealer's lot. This is not the destination charge that maybe charged
to ship a chassis to and from an installer, these additional
subsequent movements are all added freight charges and will
displayed on the members quote.
59
Specifically describe freight, shipping, and delivery terms or
Freight to these regions carry a specific logistical barrier which carry
programs available for Alaska, Hawaii, Canada, or any
added cost such as ferry, port and driver cost both to and from the
offshore delivery.
mainland. These added costs will be disclosed and added to any
quote for the member to review.
60
Describe any unique distribution and/or delivery methods or
NAFG will utilize the power and expertise of the already established
options offered in your proposal.
Automobile Franchise Distribution Network to have members vehicles
delivered promptly there destination.
Table 12: Pricing Offered
Line
Item
The Pricing Offered in this Proposal is:
Comments
61
c. better than the Proposer typically offers to GPOs, cooperative procurement organizations, or state purchasing
We would never offer any
departments.
other organization what we
offer Sourcewell in volume
pricing and offerings.
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
Table 13: Audit and Administrative Fee
Line
Item
Question
Response
62
Specifically describe any self -audit process or program that you
We have created a member friendly easy to build online
plan to employ to verify compliance with your proposed Contract
quoting system for members to use. Pricing is built directly
with Sourcewell. This process includes ensuring that Sourcewell
into the website and is loaded daily by the manufacture
participating entities obtain the proper pricing, that the Vendor
MSRP information. Our system will provide an accurate quote
reports all sales under the Contract each quarter, and that the
99.99% of the time. We have stream lined how our admin
Vendor remits the proper administrative fee to Sourcewell.
fee is processed to allow a quick 15-30 day turn around on
quarterly reports.
63
Identify a proposed administrative fee that you will pay to
Our Admin Fee has been streamlined to allow for growth to
Sourcewell for facilitating, managing, and promoting the Sourcewell
occur with maintaining a high level of accuracy and reporting.
Contract in the event that you are awarded a Contract. This fee is
Our proposed admin fee would follow these guidelines:
typically calculated as a percentage of Vendor's sales under the
F-450, F-550, F600 and like models = $ 400 flat
Contract or as a per -unit fee; it is not a line -item addition to the
F-650 and above = $ 700 flat
Member's cost of goods. (See the RFP and template Contract for
Partner Deals (NAFG Partners with another dealer) = $ 150
additional details.)
flat
All other models F-250 and below = $ 325 flat
Table 14A: Depth and Breadth of Offered Equipment Products and Services
Line
Item
Question
Response
64
Provide a detailed description of the
NAFG is providing:
equipment, products, and services that you
11 Manufacturers totaling above 1,284 makes, models and trims ranging from Class
are offering in your proposal.
3 to Class 8 Cab an Chassis and trucks. With available Upfits to be added ranging
from tool boxes to Line Mechanics Bodies. Any and all upfits can be added to our
chassis cabs either by our upfit partner supplier or by a members upfit supplier
working with NAFG to provide a Turn Key Quote.
65
Within this RFP category there may be
NAFG Lists all makes, models and trims in each ZIP file under ZIP File "All 11
subcategories of solutions. List subcategory
Manufacturers' representing a combined over 1,284 makes, models and trim
titles that best describe your products and
combinations for members to choose from along with a subtitle "Upfits" detailed in
services.
the price file.
Table 14B: Depth and Breadth of Offered Equipment Products and Services
Indicate below what Classes of equipment are offered in this proposal.
Line Item
Category or Type
Offered
Comments
66
Class 8 chassis
r. Yes
11 Manufacturers totaling above 1,284
r No
makes and models
67
Class 7 chassis
c Yes
11 Manufacturers totaling above 1,284
r No
makes and models
68
Class 6 chassis
r Yes
11 Manufacturers totaling above 1,284
r No
makes and models
69
Class 5 chassis
r. Yes
11 Manufacturers totaling above 1,284
r No
makes and models
70
Class 4 chassis
c Yes
11 Manufacturers totaling above 1,284
r No
makes and models
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
Table 15: Industry Specific Questions
Line
Item
Question
Response
71
If you are awarded a contract, provide a
If awarded NAFG will keep track of the number of client quotes it processes which
few examples of internal metrics that will
will be done via our website and easy to oversee and base this data month after
be tracked to measure whether you are
month to see if our interest is growing at the expected rate we would expect.
having success with the contract.
72
Describe your company's offering in
Our manufacturers products are always striving to bring to market the latest green
relation to alternative fuel sources, including
vehicles to accommodate the ever-increasing demand for echo friendly transportation.
electric or others.
73
Describe any manufacturing processes or
Representing 11 manufacturers in our response, we are positive we represent the
materials utilized that contribute to chassis
best of the best in chassis production and represent all strengths each manufacture
strength, cab strength, overall durability,
has to offer.
driver safety that differentiate your offerings.
74
Describe any differentiating serviceability
Telematics can be added to any quote for any member since each manufacturer
attributes (remote diagnostics, etc.) your
offers some form of telematics, if not we can quote it as a separate upfit item.
proposal offers.
Table 16: Exceptions to Terms, Conditions, or Specifications Form
Line Item 75. NOTICE: To identify any exception, or to request any modification, to the Sourcewell template Contract terms, conditions, or specifications, a
Proposer must submit the exception or requested modification on the Exceptions to Terms, Conditions, or Specifications Form immediately below. The
contract section, the specific text addressed by the exception or requested modification, and the proposed modification must be identified in detail.
Proposer's exceptions and proposed modifications are subject to review and approval of Sourcewell and will not automatically be included in the contract.
Contract Section
Term, Condition, or Specification
Exception or Proposed Modification
NA
NA
NA
NA
NA
NA
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."
• Financial Strength and Stability - Market Place Success and Financial Stability.zip - Sunday June 07, 2020 21:38:16
• Marketing Plan/Samples - NAFG Marketing Plan.zip - Monday June 08, 2020 16:51:00
• WMBE/MBE/SBE or Related Certificates - Insurance and Related Certificates.zip - Monday June 08, 2020 13:38:53
• Warranty Information - Warranty Info for 11 Manufacturers.zip - Sunday June 07, 2020 19:30:07
• Pricina - NAFG Price File for RFP 060920.zip - Monday June 08, 2020 16:09:06
• Additional Document -ALL 11 MANUFACTURERS MODEL'S AND MEMBER WALK THROUGH'S.zip - Monday June 08, 2020
16:12:26
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
Proposer's Affidavit
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:
a. 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/sdn list. pdf-1
b. Included on the government -wide exclusions lists in the United States System for Award Management found at:
https://www.sam.aov/portal/3-, or
c. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
DocuSign Envelope ID: E231A4AC-5C75-4068-A87D-BB09EC3BEB57
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.
r 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. - Jesse Cooper, Fleet Manager, 72 Hour LLC, DBA Naional Auto Fleet Group
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)
Addendum_11_Class 4-8_Chassis_RFP060920
Wed June 3 2020 07:52 AM
Addendum_10_Class_4-8_Chassis_RFP060920
Wed May 27 2020 03:40 PM
Addend um_9_Class_4-8_Chassis_RFP060920
F
Tue May 26 2020 02:51 PM
Addend um_8_Class_4-8_Chassis_RFP060920
r
Thu May 21 2020 01:21 PM
Addend um_7_Class_4-8_Chassis_RFP060920
Mon May 18 2020 03:30 PM
Addend um_6_Class_4-8_Chassis_RFP060920
2
Wed May 13 2020 04:40 PM
Addend um_5_Class_4-8_Chassis_RFP060920
Tue May 12 2020 10:00 AM
Addend um_4_Class_4-8_Chassis_RFP060920
r
Mon May 4 2020 01:24 PM
Addend um_3_Class_4-8_Chassis_RFP060920
r
Wed April 29 2020 03:45 PM
Addend um_2_Class_4-8_Chassis_RFP060920
Wed April 22 2020 01:14 PM
Addendum _1_Class _4-8_Chassis_RFP060920
Fri April 17 2020 12:32 PM
Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC
�RNMENTANGFO
G
y,� 2
N
Sourcewell
Formerly NJPH
RFP #060920
REQUEST FOR PROPOSALS
for
Class 4-8 Chassis with Related Equipment, Accessories, and Services
Proposal Due Date: June 9, 2020, 4:30 p.m., Central Time
Sourcewell, a State of Minnesota local government agency and service cooperative, is requesting
proposals for Class 4-8 Chassis with Related Equipment, Accessories, and Services 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 June 9, 2020, 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:
April 16, 2020
May 19, 2020 10:00 a.m., Central Time
June 2, 2020, 4:30 p.m., Central Time
June 9, 2020, 4:30 p.m., Central Time
Late responses will not be considered.
June 9, 2020, 6:30 p.m., Central Time **
** SEE RFP SUB -SECTION V. G. "OPENING'
Rev. 2/2020 Sourcewell RFP #060920
Class 4-8 Chassis with Related Equipment, Accessories, and Services
Page 1
ABOUT SOURCEWELL PARTICIPATING ENTITIES
A. SOURCEWELL
Sourcewell is a State of Minnesota local government agency 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 contracting solutions from which Sourcewell's Participating Entities
procure equipment, products, and services.
Cooperative contracting provides participating entities and vendors 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 vendors' 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
limited to the Cities of Calgary, Edmonton, Toronto, Calgary, Ottawa, and Winnipeg), as
well as any corporation or entity owned or controlled by one or more of the preceding
entities;
Rev. 2/2020 Sourcewell RFP #060920
Class 4-8 Chassis with Related Equipment, Accessories, and Services
Page 2
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, Saskatchewan Association of Rural Municipalities (SARM), Saskatchewan
Urban Municipalities Association (SUMA), Association of Manitoba Municipalities
(AMM), Local Authority Services (LAS), Municipalities Newfoundland and Labrador
(MNL), Nova Scotia Federation of Municipalities (NSFM), and Federation of Prince
Edward Island Municipalities (FPEIM).
For a listing of current United States and Canadian Participating Entities visit Sourcewell's
website (note: there is a tab for each country's listing): https://www.sourcewell-
mn.gov/sourceweI1-for-vendors/member-locator.
Access to contracted equipment, products, or services by Participating Entities is typically
through a purchase order issued directly to the applicable vendor. 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, public notice of this RFP has been broadly published,
including notification in the United States to each state -level procurement department for
possible re -posting.
Proof of publication will be available at the conclusion of the solicitation process.
II. EQUIPMENT, PRODUCTS, AND SERVICES
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 Class 4-8 Chassis with Related Equipment,
Accessories, and Services, including, but not to be limited to:
a. Chassis and cabs as classified by gross vehicle weight ratings (GVWR):
Rev. 2/2020 Sourcewell RFP #060920
Class 4-8 Chassis with Related Equipment, Accessories, and Services
Page 3
Class 4: 14,001-16,000 Ibs
Class 5: 16,001-19,500 Ibs
Class 6: 19,501-26,000 Ibs
Class 7: 26,001-33,000 Ibs
Class 8: 33,001+ Ibs
b. A wide range of Class 4-8 chassis types and classifications, including conventional internal
combustion, natural gas or propane autogas, hybrid or alternative fuel, and electric
powered Class 4-8 Chassis.
c. Proposers may include Class 3 chassis provided that they are complementary to
Proposer's offering of Class 4-8 chassis.
d. Proposers may include related equipment, accessories, and services to the extent that
the solutions are an incidental portion of the response.
2. The primary focus of this solicitation is on Class 4-8 Chassis with Related Equipment,
Accessories, and Services. This solicitation should NOT be construed to include:
a. Transit buses.
3. This solicitation does not include those equipment, products, or services covered under
categories included in contracts currently maintained by Sourcewell:
a. School Buses with Related Supplies, Parts and Services (RFP #102115); and
b. Vehicles, Cars, Vans, SUVs, and Light Trucks with Related Equipment, Accessories, and
Services (RFP #120716).
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 vendors that provide a sole source of responsibility for the products and
services provided under a resulting contract. If Proposer requires the use of dealers, resellers,
or subcontractors to provide the products or services, the Proposal should address how the
products or services will be provided to Participating Entities and describe the network of
dealers, resellers, and/or subcontractors that will be available to serve Participating Entities
under a resulting contract.
Rev. 2/2020 Sourcewell RFP #060920
Class 4-8 Chassis with Related Equipment, Accessories, and Services
Page 4
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.
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.
0WTI ►11to] ION9: 1DZto] ►1111A_Ty09: 1ilk] LTA
Sourcewell anticipates that the term of any resulting contract(s) will be four (4) years. Up to
two one-year extensions 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 $150 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.
Rev. 2/2020 Sourcewell RFP #060920
Class 4-8 Chassis with Related Equipment, Accessories, and Services
Page 5
I:eWTI 010111 Eel ►/_11EEel 0N107: 1:M_1Ito] 1.1
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.
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 Vendor'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 ceiling price (Ceiling price means that the proposed pricing will be
considered as the highest price for which equipment, products, or services may be billed
to a Participating Entity). However, it is permissible for vendors to sell at a price that is
lower than the contracted price;
3. Stated in U.S. and Canadian dollars (as applicable); and
4. Clearly understood, 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).
Rev. 2/2020 Sourcewell RFP #060920
Class 4-8 Chassis with Related Equipment, Accessories, and Services
Page 6
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 Entities for 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.
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 Contract terms, conditions, or specifications, a Proposer must
complete and submit the Exceptions to Terms, Conditions, or Specifications table, with all
requested modifications, through the Sourcewell Procurement Portal at the time of submitting
the Proposer's Proposal. Exceptions must:
1. Clearly identify the affected article and section, and
2. Clearly note what language is requested to be modified.
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 vendor 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 on page one of this RFP and on the Sourcewell Procurement Portal. The
Rev. 2/2020 Sourcewell RFP #060920
Class 4-8 Chassis with Related Equipment, Accessories, and Services
Page 7
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 Vendor Account. Pre -proposal conference attendance is optional.
B. QUESTIONS REGARDING THIS RFP AND ORAL COMMUNICATION
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
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. ADDENDA
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 Vendor Account. The Proposer is solely responsible to check the
"MY BIDS" section of the Sourcewell Procurement Portal Vendor 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
Rev. 2/2020 Sourcewell RFP #060920
Class 4-8 Chassis with Related Equipment, Accessories, and Services
Page 8
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.
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 twenty-four (24) hours to respond to
certain issues.
Upon successful submission of a proposal, the 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 support@ bidsandtenders.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 Vendor Account and register for this
solicitation opportunity.
Within the 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.
Rev. 2/2020 Sourcewell RFP #060920
Class 4-8 Chassis with Related Equipment, Accessories, and Services
Page 9
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.
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
Proposer(s) 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 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's knowledge about a specific
vendor 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 (available in the Sourcewell Procurement Portal):
Rev. 2/2020 Sourcewell RFP #060920
Class 4-8 Chassis with Related Equipment, Accessories, and Services
Page 10
Conformance to RFP Requirements 50
Financial Viability and Marketplace Success 75
Ability to Sell and Deliver Service 100
Marketing Plan 50
Value Added Attributes 75
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. The protest 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 include the following items:
• The name, address, and telephone number of the protester;
• The original signature of the protester or its representative;
• Identification of the solicitation by RFP number;
• A precise statement of the relevant facts;
• Identification of the issues to be resolved;
• Identification of the legal or factual basis;
• Any additional supporting documentation; 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;
Rev. 2/2020 Sourcewell RFP #060920
Class 4-8 Chassis with Related Equipment, Accessories, and Services
Page 11
• 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
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 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.
The Proposer understands that Sourcewell will reject proposals that are marked confidential or
nonpublic, either substantially or in their entirety.
Rev. 2/2020 Sourcewell RFP #060920
Class 4-8 Chassis with Related Equipment, Accessories, and Services
Page 12
Sourcewell qqa'
4/17/2020
Addendum No. 1
Solicitation Number: RFP 060920
Solicitation Name: Class 4-8 Chassis with Related Equipment, Accessories, and Services
Consider the following Questions and Answers to be part of the above -titled solicitation
documents. The remainder of the documents remain unchanged.
Question 1:
Do you have a list of specifications for both the vehicles and equipment needed?
Answer 1:
Sourcewell utilizes a competitive, solutions -based solicitation approach that is not based
on detailed specifications or finite quantities for our cooperative contract awards. A
respondent is allowed to propose the entire line of products and services falling within
the scope of the RFP. Section II. B. of the RFP addresses the requested equipment,
products, or services for this solicitation.
Question 2:
How are delivery charges handled at the time of order? Is there a list of potential
destinations?
Answer 2:
It is left to the discretion of each proposer to propose a method for delivery charges
that fits with their business practices. Proposals are evaluated based on the criteria
stated in the RFP.
Sourcewell participating entities include thousands of governmental, higher education,
K-12 education, not -for -profit, tribal government, and other public agencies located in
the United States and Canada.
Question 3:
How do I join the Pre -proposal conference on May 19, 2020?
Answer 3:
Refer to Section V. A. of the RFP for additional detail on the pre -proposal conference. All
entities that have registered for this solicitation opportunity in the Sourcewell
Procurement Portal will receive log -in instructions via email two business days prior to
the webcast.
End of Addendum
Acknowledgement of this Addendum to RFP 060920 posted to the Sourcewell
Procurement Portal on 4/16/2020, is required at the time of proposal submittal.
Sourcewell 44oka
4/22/2020
Addendum No. 2
Solicitation Number: RFP 060920
Solicitation Name: Class 4-8 Chassis with Related Equipment, Accessories, and Services
Consider the following Questions and Answers to be part of the above -titled solicitation
documents. The remainder of the documents remain unchanged.
Question 1:
Will this bid be awarded by Class and Fuel type within that class? For example, separate
awardees for Class 4 Gasoline, Class 4 Electric, Class 4 CNG, Class 4 Propane, Class 4
Diesel?
Answer 1:
Sourcewell is seeking "... the broadest possible selection of products/equipment and
services being proposed over the largest possible geographic area and to the largest
possible cross-section of Sourcewell current and future Participating Entities " (see, RFP
Section II. B.). A Proposer should submit their complete line of equipment, products, or
services that are applicable to the scope. Depending on the responses received,
Sourcewell may need to organize responses into subcategories, and awards may be
based on a subcategory (see, RFP Section II. G. 1 & 3). However, Sourcewell typically
does not find it necessary to award by subcategory.
Question 2:
Will it now be mandatory for a Saskatchewan Rural Municipality to use this system to
purchase class 4 - 8 trucks?
Answer 2:
• Refer to RFP Section I. B., ..."Use of Sourcewell contracts is voluntary and
Participating Entities retain the right to obtain similar equipment, products, or
services from other sources."
Question 3:
Are the references that are to be submitted, required to be an existing participating
entity of Sourcewell?
Answer 3:
It is left to the discretion of each proposer to determine how to best demonstrate their
ability to serve Sourcewell participating entities and satisfy all the requirements
included in the questionnaire tables. Table 4 — References/Testimonials, Line Item 21,
seeks information from "three customers who are eligible to be Sourcewell participating
entities."
End of Addendum
Acknowledgement of this Addendum to RFP 060920 posted to the Sourcewell
Procurement Portal on 4/22/2020, is required at the time of proposal submittal.
Sourcewell V' I
4/29/2020
Addendum No. 3
Solicitation Number: RFP 060920
Solicitation Name: Class 4-8 Chassis with Related Equipment, Accessories, and Services
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 demonstrating Financial Strength as part of Question 9, will the supporting
documents provided, end up in the public domain or is this just for Sourcewell internal
use only?
Answer 1:
RFP Section VI., E., Disposition of Proposals, addresses the handling of materials
submitted in response to the RFP under Minnesota Statutes Section 13.591. Financial
information, including financial statements, provided by a Proposer is not considered
trade secret under the statutory definition.
End of Addendum
Acknowledgement of this Addendum to RFP 060920 posted to the Sourcewell
Procurement Portal on 4/29/2020, is required at the time of proposal submittal.
Sourcewell qq.�&
5/4/2020
Addendum No. 4
Solicitation Number: RFP 060920
Solicitation Name: Class 4-8 Chassis with Related Equipment, Accessories, and Services
Consider the following Question and Answer to be part of the above -titled solicitation
documents. The remainder of the documents remain unchanged.
Question 1:
Would we be allowed to just bid the equipment we manufacture as we do not
manufacture chassis?
Answer 1:
Each proposer, in its discretion, will propose the equipment, products, and services that
it deems to fall within Sourcewell's requested equipment, products, and services as
described in RFP Section II. B (Requested Equipment, Products and Services). A proposal
that is not in substantial compliance with the requirements of the RFP will be
considered nonresponsive.
End of Addendum
Acknowledgement of this Addendum to RFP 060920 posted to the Sourcewell
Procurement Portal on 5/4/2020, is required at the time of proposal submittal.
Sourcewell qq.�&
5/12/2020
Addendum No. 5
Solicitation Number: RFP 060920
Solicitation Name: Class 4-8 Chassis with Related Equipment, Accessories, and Services
Consider the following Question and Answer to be part of the above -titled solicitation
documents. The remainder of the documents remain unchanged.
Question 1:
How will the Administrative Fees for the resulting contracts from this RFP be
determined? At what percentage rate or what flat fee can we expect to be charged?
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 060920 posted to the Sourcewell
Procurement Portal on 5/12/2020, is required at the time of proposal submittal.
Sourcewell 'oia
5/13/2020
Addendum No. 6
Solicitation Number: RFP 060920
Solicitation Name: Class 4-8 Chassis with Related Equipment, Accessories, and Services
Consider the following Questions and Answers to be part of the above -titled solicitation
documents. The remainder of the documents remain unchanged.
Question 1:
Is Sourcewell responsible for the registration of vehicles, or for the determination and
collection of State/Provincial or Federal taxes due, on participating entity purchases
under the contract (or contracts) awarded as a result of the RFP?
Answer 1:
No, Sourcewell is not involved in vehicle registration, or tax determination or collection,
for participating entity transactions under the awarded contracts. A Proposer is to
identify any transaction costs or fees that are not included in equipment pricing as
described in RFP Section III. A. — Pricing and in template Contract Section 3. A. — Pricing.
To the extent that a participating entity may be exempt from taxes or fees, the
participating entity is responsible for providing a tax exemption certificate as described
in template Contract Section 3. B. — Sales Tax.
Question 2:
Is Sourcewell financially responsible for participating entity purchases under the
contract (or contracts) awarded as a result of the RFP?
Answer 2:
Participating entities are solely responsible for payment. See template Contract Section
6. A. — Participating Entity Use and Purchasing.
Question 3:
Does Sourcewell bear the risk of loss in the event that a vehicle is damaged or stolen, or
a transaction is terminated, before title passes to the participating entity?
Answer 3:
No. Transactions under the contract are between the participating entity and the
awarded vendor. Sourcewell has no liability for a participating entity's transaction or
payment, and bears no risk of loss in the events described.
End of Addendum
Acknowledgement of this Addendum to RFP 060920 posted to the Sourcewell
Procurement Portal on 5/13/2020, is required at the time of proposal submittal.
Sourcewell 70nai
5/18/2020
Addendum No. 7
Solicitation Number: RFP 060920
Solicitation Name: Class 4-8 Chassis with Related Equipment, Accessories, and Services
Consider the following Questions and Answers to be part of the above -titled solicitation
documents. The remainder of the documents remain unchanged.
Question 1:
What will be the effective dates (start and ending) for pricing submitted with the bid?
Will that time frame be consistent for the 3 remaining annual periods?
Answer 1:
Refer to Section 3. - Pricing and Section 4. — Product and Pricing Change Requests, in the
Sourcewell template Contract (available on the Sourcewell Procurement Portal), for
guidance on pricing during the term of awarded contracts.
Question 2:
To what extent will Sourcewell make public the pricing files (IE: data books) supplied by
bidders?
Answer 2:
Refer to RFP Section VI. E. - Disposition of Proposals for guidance on pricing material
submitted in response to the RFP and applicable public data laws.
Question 3:
Can respondents to the solicitation expect that references provided to Sourcewell will
not become public?
Answer 3:
Refer to RFP Section VI. E. - Disposition of Proposals, for guidance on materials
submitted in response to the RFP and applicable public data laws.
Question 4:
For a Proposer that is a dealer representing multiple OEM brands, some of which will be
submitting a response and some of which will not be submitting a response to the
Sourcewell RFP, do we leave out our OEM's who are responding from our proposed
solution?
Answer 4:
In the competitive process, Sourcewell will not advise a proposer on the content of the
proposal. So, it is left to the discretion of each proposer to determine the equipment,
products, and services that the proposer will include. The solicitation is a competitive
process and proposals are evaluated on the content submitted.
End of Addendum
Acknowledgement of this Addendum to RFP 060920 posted to the Sourcewell
Procurement Portal on 5/18/2020, is required at the time of proposal submittal.
Sourcewell
5/21/2020
Addendum No. 8
Solicitation Number: RFP 060920
Solicitation Name: Class 4-8 Chassis with Related Equipment, Accessories, and Services
Consider the following Questions and Answers to be part of the above -titled solicitation
documents. The remainder of the documents remain unchanged.
Question 1:
What is expected in the Marketing Plan requirement? Is the marketing plan to be
reviewed by the agency?
Answer 1:
Refer to RFP Section II. F. — Marketing Plan for guidance on the marketing plan
requirements. Each proposer, in its discretion, will determine the content of its
marketing plan. The solicitation is a competitive process and proposals will be evaluated
on the content submitted.
Question 2:
Will the Marketing Plan be given to participating entities? Or is this just for Sourcewell?
Answer 2:
Refer to RFP Section VI. E. — Disposition of Proposals, for guidance on materials
submitted in response to the RFP and applicable data laws.
Question 3:
Will the agency/customer be willing to sign an NDA in order for a vendor to share
technical specification details?
Answer 3:
Refer to RFP Section VI. E. — Disposition of Proposals, for guidance on materials
submitted in response to the RFP and applicable data laws.
Question 4:
Will the agency accept redlines on the contract during the procurement process?
Answer 4:
Refer to RFP Section IV. - Contract for guidance on the process for requesting a
modification to the template contract terms, conditions, or specifications.
Question 5:
Is the administrative fee set or is this fee negotiable prior to the award or when
awarded?
Answer 5:
Refer to Addendum 5, Answer 1, posted to the Sourcewell Procurement Portal on May
12, 2020.
Question 6:
What marketing support does Sourcewell provide to an awarded vendor after a contract
is issued?
Answer 6:
Refer to the "Sourcewell Vendor Resources" link provided on the Sourcewell
Procurement Portal "Bids Homepage."
Question 7:
Are all cutaway passenger buses considered a transit bus, regardless of size, for this
solicitation?
Answer 7:
Each proposer, in its discretion, will propose the equipment, products, and services that
it deems to fall within Sourcewell's requested equipment, products, and services as
described in RFP Section II. B. (Requested Equipment, Products and Services). A proposal
that is not in substantial compliance with the requirements of the RFP will be
considered nonresponsive.
Question 8:
Will purchase orders originate from Sourcewell or the participating entity?
Answer 8:
Refer to RFP Section I. B. —Use of Resulting Contracts, for additional guidance on the
order process.
Question 9:
Do we need to register with the Secretary of State for a certificate to transact business
in the State of MN?
Answer 9:
Each proposer, in its discretion, will determine the documentation necessary to best
demonstrate its ability to serve Sourcewell participating entities and fulfill the
requirements set forth in the RFP. A Certificate of the Minnesota Secretary of State is
not a mandatory submittal requirement for this solicitation.
End of Addendum
Acknowledgement of this Addendum to RFP 060920 posted to the Sourcewell
Procurement Portal on 5/21/2020, is required at the time of proposal submittal.
Sourcewell
5/26/2020
Addendum No. 9
Solicitation Number: RFP 060920
Solicitation Name: Class 4-8 Chassis with Related Equipment, Accessories, and Services
Consider the following Question and Answer to be part of the above -titled solicitation
documents. The remainder of the documents remain unchanged.
Question 1:
Federal and State incentives typically apply when quoting electric -powered truck
chassis. Should we quote prices before incentives with a note that we will apply any
applicable incentives? If not, how do you suggest we handle this issue?
Answer 1:
In the competitive process, Sourcewell will not advise a proposer on the content of the
proposal. So, each proposer, in its discretion, will determine and propose the pricing
approach that aligns with their business methods and satisfies all the requirements of
RFP Article III - Pricing. Proposals are evaluated based on the criteria stated in the RFP.
End of Addendum
Acknowledgement of this Addendum to RFP 060920 posted to the Sourcewell
Procurement Portal on 5/26/2020, is required at the time of proposal submittal.
Sourcewell i
5/27/2020
Addendum No. 10
Solicitation Number: RFP 060920
Solicitation Name: Class 4-8 Chassis with Related Equipment, Accessories, and Services
Consider the following Question and Answer to be part of the above -titled solicitation
documents. The remainder of the documents remain unchanged.
Question 1:
Can Sourcewell Participating Entities include US or Canadian Federal entities?
Answer 1:
Refer to RFP Section I. B. Use of Resulting Contracts for information on Sourcewell
Participating Entities.
End of Addendum
Acknowledgement of this Addendum to RFP 060920 posted to the Sourcewell
Procurement Portal on 5/27/2020, is required at the time of proposal submittal.
sourcewell w,&
6/3/2020
Addendum No. 11
Solicitation Number: RFP 060920
Solicitation Name: Class 4-8 Chassis with Related Equipment, Accessories, and Services
Consider the following Questions and Answers to be part of the above -titled solicitation
documents. The remainder of the documents remain unchanged.
Question 1:
Can we attach videos & power points, if so, how do we accomplish this? What size
videos or product literature is permitted on each attachment?
Answer 1:
All relevant information should be included in the proposal (RFP Section II., G.). It is left
to the discretion of each proposer to determine the method it deems best suited to
submit its relevant information in a timely fashion through the Sourcewell Procurement
Portal. The maximum upload size is 500 MB per upload, however, items may be
combined in a zipped file format should they exceed the 500MB limit.
Question 2:
Is there a way to download our Table responses to a hard copy for proof reading?
Answer 2:
After selecting "Start Submission," a proposer may navigate to Step 4 — "Preview Bid"
and select "Preview My Bid in PDF," if a downloadable PDF of the questionnaire tables is
desired.
Question 3:
Table 8 Value Added Attributes - 40. Please define what a hub partner constitutes?
Answer 3:
A hub partner is identified as a historically underutilized business partner. Examples of
historically underutilized businesses are listed in Table 8, Question 40.
End of Addendum
Acknowledgement of this Addendum to RFP 060920 posted to the Sourcewell
Procurement Portal on 6/3/2020, is required at the time of proposal submittal.
=. National Auto Fleet Group
A Division of Chevrolet of Watsonville
490 Auto Center Drive, Watsonville, CA 95076
(855) 289-6572 • (831 ) 480-8497 Fax
Fleet@ NationalAutoFleetGroup.com
2/10/2023
Quote ID#2266HD (1111)
Mr. Sergio Rodriguez
City of Santa Clarita
23820 Valencia Blvd.
Santa Clarita, CA 91355
Dear Sergio Rodriguez,
National Auto Fleet Group is pleased to quote the following vehicle(s) for your consideration. One (1)
New/Unused (2024 Freightliner 114SD, Cummins L9N 280 HP Engine, Allison 3000 RDS Transmission with
D&H 10' Hardox Dump Body and Additional Equipment Listed Below) and provided by Mr. Dan Walters
with Freightliner, each for: Contract Price
Chassis and Option
$ 177,550.00
D&H Quote
$ 30,895.00
Additional Equip.
$ 8,585.00
Tax (9.50%)
$ 20,617.85
CA Tire Fee
$ 10.50
Total $ 237,658.35
Payment in full before title is released.
Chassis and body are subject to surcharges before final invoicing.
Additional Eauipment Included in Price Above:
1. Directional Stick -Top of Tailgate $1200.00
2. Electric tarp $2200.00
3. 6 strobe kit $950.00
4. Tool box $685.00
5. Heavy duty air lock hitch $1750.00
6. High lift tailgate with ditch gate $1800.00
This vehicle(s) is available under the Sourcewell (Formerly Known as NJPA) Contract 060920-NAF. Please
reference this Bid Number on all Purchase Orders.
Thank you in advance for your consideration. Should you have any questions, please do not hesitate to call.
Sirenk
,
guract Manager
BEN@ NationalAutoFleetGroup.com
Office (855) 289-6572
Fax (831) 480-8497
77 01OiD G E
�� •IIIIIII•
RAM
TRUCK EQUIPMENT INC.
Sold To: Velocity Truck Center
Ship To: San Diego
Product/Services
Office: 619-794-7976 email: jaland@dhtruckequipment.com
Shop: 9779 Candida Street, San Diego CA 92126
Quote
Date: 12-22-2022
Phone:
Fax:
PO#:
Terms:
Contact: D. Walters
Qty
Ext. Cost
1
10' Hardox dump body, 10' with 42" sides, 4 way tailgate, 30" cab
shield, Mailhot HD hoist package, body prop, cab controls, Chelsea
PTO with direct mount hydraulics, complete installation and
ainted white.
30895.00
Options:
Tarp
Electric tarp
6 strobe kit
Toolbox
HD air lock hitch
Hi hlift tail ate with ditch gate
1200
2200
950
685
1750
1800
Prepared for:
SANTA CLARITA CITY OF
23820 VALENCIA BOULEVARD
VALENCIA, CA 91355
Phone:661-510-2024
A proposal for
SANTA CLARITA CITY OF
Prepared by
VELOCITY TRUCK CENTERS
Dan Walters
Dec 27, 2022
Freightliner 114SD
Prepared by:
Dan Walters
VELOCITY TRUCK CENTERS
6006 MIRAMAR RD.
SAN DIEGO, CA 92121
Phone:619-564-3710
Components shown may not reflect all speed options and are not to scale
2024my 114SD CNG 5 YARD DUMP
12/27/2022 5:30 PM
Pagel of 24
Prepared for:
SANTA CLARITA CITY OF
23820 VALENCIA BOULEVARD
VALENCIA, CA 91355
Phone:661-510-2024
Prepared by:
Dan Walters
VELOCITY TRUCK CENTERS
6006 MIRAMAR RD.
SAN DIEGO, CA 92121
Phone:619-564-3710
SPECIFICATION PROPOSAL
Weight Weight
Data Code Description Front Rear
Price Level
PRL-27D SD PRL-27D (EFF:MY24 ORDERS)
Data Version
DRL-024
SPECPR021 DATA RELEASE VER 024
Vehicle Configuration
001-177
114SD PLUS CONVENTIONAL CHASSIS 7,934 6,476
004-224
2024 MODEL YEAR SPECIFIED
002-004
SET BACK AXLE - TRUCK 480 -480
019-006
TRAILER TOWING PROVISION AT END OF 10 10
FRAME WITH SAE J560
003-001
LH PRIMARY STEERING LOCATION
General Service
AA1-003
TRUCK/TRAILER CONFIGURATION
AA6-001
DOMICILED, USA 50 STATES (INCLUDING
CALIFORNIA AND CARB OPT -IN STATES)
A85-011
CONSTRUCTION SERVICE
A84-1CO
CONSTRUCTION BUSINESS SEGMENT
AA4-010
DIRT/SAND/ROCK COMMODITY
AA5-002
TERRAIN/DUTY: 100% (ALL) OF THE TIME, IN
TRANSIT, IS SPENT ON PAVED ROADS
AB1-008
MAXIMUM 8% EXPECTED GRADE
AB5-001
SMOOTH CONCRETE OR ASPHALT PAVEMENT -
MOST SEVERE IN -TRANSIT (BETWEEN SITES)
ROAD SURFACE
995-1AE
FREIGHTLINER LEVEL II WARRANTY
A66-99D
EXPECTED FRONT AXLE(S) LOAD: 12000.0 Ibs
A68-99D
EXPECTED REAR DRIVE AXLE(S) LOAD:
23000.0 Ibs
A63-99D
EXPECTED GROSS VEHICLE WEIGHT CAPACITY
: 35000.0 Ibs
A70-99D
EXPECTED GROSS COMBINATION WEIGHT:
80000.0 Ibs
2024my 114SD CNG 5 YARD DUMP
12/27/2022 5:30 PM
Page 2 of 24
Prepared for:
SANTA CLARITA CITY OF
23820 VALENCIA BOULEVARD
VALENCIA, CA 91355
Phone:661-510-2024
Prepared by:
Dan Walters
VELOCITY TRUCK CENTERS
6006 MIRAMAR RD.
SAN DIEGO, CA 92121
Phone:619-564-3710
Data Code
Weight Weight
Description Front Rear
Truck Service
AA3-004
END DUMP BODY
AF3-1P1
CRANEWORKS
Tractor Service
AA2-005
FLATBED TRAILER
AH6-001
SINGLE (1) TRAILER
Engine
101-3HA
CUM L9N 280 HP @ 2000 RPM, 2200 GOV, N- -850 -70
GAS, 900 LB -FT @ 1300 RPM, HHD
Electronic Parameters
79A-065
65 MPH ROAD SPEED LIMIT
7913-000
CRUISE CONTROL SPEED LIMIT SAME AS ROAD
SPEED LIMIT
79K-009
PTO MODE ENGINE RPM LIMIT - 1200 RPM
79S-007
PTO MODE CANCEL VEHICLE SPEED - 20 MPH
791-1-004
PTO GOVERNOR RAMP RATE - 100 RPM PER
SECOND
79W-008
ONE DASH MOUNTED PTO SPEED WITH PTO
SWITCH ENGAGEMENT
79X-009
PTO SPEED 1 SETTING - 1200 RPM
80G-002
PTO MINIMUM RPM - 700
80S-003
PTO 1, DASH SWITCH, ENGAGE BEFORE
DRIVING
80V-002
ENGINE MOUNT PTO, DASH SWITCH ENGAGES
PTO MODE, DRIVING OPERATION
Engine Equipment
99C-121
2010 EPA/CARB ULNOX/GHG21
CONFIGURATION
99D-012
2008 CARB EMISSION CERTIFICATION -
EXEMPTED VEHICLE; NO CLEAN IDLE LABEL
REQUIRED
13E-001
STANDARD OIL PAN
105-001
ENGINE MOUNTED OIL CHECK AND FILL
014-107
SIDE OF HOOD AIR INTAKE WITH FIREWALL
MOUNTED DONALDSON AIR CLEANER WITH
SAFETY ELEMENT AND PASSIVE PRECLEANER
124-1 DJ
DR 12V 160 AMP 36-SI BRUSHLESS 10
QUADRAMOUNT PAD ALTERNATOR WITH
REMOTE BATTERY VOLT SENSE
292-236
(3) DTNA GENUINE, FLOODED STARTING, MIN
3000CCA, 555RC, THREADED STUD BATTERIES
2024my 114SD CNG 5
YARD DUMP
12/27/2022 5:30 PM
Page 3 of 24
Prepared for:
SANTA CLARITA CITY OF
23820 VALENCIA BOULEVARD
VALENCIA, CA 91355
Phone:661-510-2024
Prepared by:
Dan Walters
VELOCITY TRUCK CENTERS
6006 MIRAMAR RD.
SAN DIEGO, CA 92121
Phone:619-564-3710
Data Code
Description
Weight Weight
Front Rear
290-017
BATTERY BOX FRAME MOUNTED
281-001
STANDARD BATTERY JUMPERS
282-003
SINGLE BATTERY BOX FRAME MOUNTED LH
SIDE BACK OF CAB
291-017
WIRE GROUND RETURN FOR BATTERY CABLES
WITH ADDITIONAL FRAME GROUND RETURN
289-001
NON -POLISHED BATTERY BOX COVER
293-058
POSITIVE LOAD DISCONNECT WITH CAB
2
MOUNTED CONTROL SWITCH MOUNTED
OUTBOARD DRIVER SEAT
295-029
POSITIVE AND NEGATIVE POSTS FOR
2
JUMPSTART LOCATED ON FRAME NEXT TO
STARTER
306-015
PROGRESSIVE LOW VOLTAGE DISCONNECT AT
12.3 VOLTS FOR DESIGNATED CIRCUITS
107-032
CUMMINS TURBOCHARGED 18.7 CFM AIR
COMPRESSOR WITH INTERNAL SAFETY VALVE
152-041
ELECTRONIC ENGINE INTEGRAL SHUTDOWN
PROTECTION SYSTEM
016-013
SINGLE HORIZONTAL MUFFLER WITH
-160 -80
HORIZONTAL TAILPIPE EXHAUST, RH
MOUNTED
28F-010
ENGINE AFTERTREATMENT WIRING, OXYGEN
SENSOR
239-001
STANDARD EXHAUST SYSTEM LENGTH
237-052
RH STANDARD HORIZONTAL TAILPIPE
23U-002
13 GALLON DIESEL EXHAUST FLUID TANK
30N-003
100 PERCENT DIESEL EXHAUST FLUID FILL
23Y-001
STANDARD DIESEL EXHAUST FLUID PUMP
MOUNTING
43X-002
LH MEDIUM DUTY STANDARD DIESEL EXHAUST
FLUID TANK LOCATION
43Y-001
STANDARD DIESEL EXHAUST FLUID TANK CAP
273-058
AIR POWERED ON/OFF ENGINE FAN CLUTCH
276-001
AUTOMATIC FAN CONTROL WITHOUT DASH
SWITCH, NON ENGINE MOUNTED
110-017
CUMMINS SUPPLIED FLEETGUARD
COALESCING FILTER (LOW PRESSURE) CNG
118-008
COMBINATION FULL FLOW/BYPASS OIL FILTER
266-017
1300 SQUARE INCH ALUMINUM RADIATOR
-20
103-039
ANTIFREEZE TO -34F, OAT (NITRITE AND
SILICATE FREE) EXTENDED LIFE COOLANT
171-007
GATES BLUE STRIPE COOLANT HOSES OR
EQUIVALENT
2024my 114SD CNG 5 YARD DUMP
12/27/2022 5:30 PM
Page 4 of 24
Prepared for: Prepared by:
SANTA CLARITA CITY OF Dan Walters
23820 VALENCIA BOULEVARD VELOCITY TRUCK CENTERS
VALENCIA, CA 91355 6006 MIRAMAR RD.
Phone: 661-510-2024 SAN DIEGO, CA 92121
Phone:619-564-3710
Weight Weight
Data Code
Description Front Rear
172-001
CONSTANT TENSION HOSE CLAMPS FOR
COOLANT HOSES
270-016
RADIATOR DRAIN VALVE
155-058
DELCO 12V 38MT HD STARTER WITH -35
INTEGRATED MAGNETIC SWITCH
Transmission
342-582
ALLISON 3000 RIDS AUTOMATIC TRANSMISSION
WITH PTO PROVISION
Transmission Equipment
343-339
ALLISON VOCATIONAL PACKAGE 223 -
AVAILABLE ON 3000/4000 PRODUCT FAMILIES
WITH VOCATIONAL MODELS RIDS, HS, MH AND
TRV
8413-002
ALLISON VOCATIONAL RATING FOR CONCRETE
MIXER APPLICATIONS ONLY AVAILABLE WITH
3000 PRODUCT FAMILIES
84C-022
PRIMARY MODE GEARS, LOWEST GEAR 1,
START GEAR 1, HIGHEST GEAR 5, AVAILABLE
FOR 3000/4000 PRODUCT FAMILIES ONLY
84D-022
SECONDARY MODE GEARS, LOWEST GEAR 1,
START GEAR 1, HIGHEST GEAR 5, AVAILABLE
FOR 3000/4000 PRODUCT FAMILIES ONLY
84E-000
PRIMARY SHIFT SCHEDULE RECOMMENDED BY
DTNA AND ALLISON, THIS DEFINED BY ENGINE
AND VOCATIONAL USAGE
84F-000
SECONDARY SHIFT SCHEDULE
RECOMMENDED BY DTNA AND ALLISON, THIS
DEFINED BY ENGINE AND VOCATIONAL USAGE
84G-000
PRIMARY SHIFT SPEED RECOMMENDED BY
DTNA AND ALLISON, THIS DEFINED BY ENGINE
AND VOCATIONAL USAGE
84H-000
SECONDARY SHIFT SPEED RECOMMENDED BY
DTNA AND ALLISON, THIS DEFINED BY ENGINE
AND VOCATIONAL USAGE
84N-200
FUEL SENSE 2.0 DISABLED - PERFORMANCE -
TABLE BASED
84U-000
DRIVER SWITCH INPUT - DEFAULT - NO
SWITCHES
84V-001
DIRECTION CHANGE ENABLED WITH
MULTIPLEXED SERVICE BRAKES -ALLISON 5TH
GEN TRANSMISSIONS
353-074
QUICKFIT BODY LIGHTING CONNECTOR UNDER
CAB, WITH BLUNTCUTS
34C-011
ELECTRONIC TRANSMISSION WIRING TO
CUSTOMER INTERFACE CONNECTOR
2024my 114SD CNG 5 YARD
DUMP 12/27/2022 5:30 PM
Page 5 of 24
Prepared for:
SANTA CLARITA CITY OF
23820 VALENCIA BOULEVARD
VALENCIA, CA 91355
Phone:661-510-2024
Data Code
Description
362-823
CUSTOMER INSTALLED CHELSEA 280 SERIES
PTO
363-001
PTO MOUNTING, LH SIDE OF MAIN
TRANSMISSION ALLISON
341-018
MAGNETIC PLUGS, ENGINE DRAIN,
TRANSMISSION DRAIN, AXLE(S) FILL AND
DRAIN
345-003
PUSH BUTTON ELECTRONIC SHIFT CONTROL,
DASH MOUNTED
97G-004
TRANSMISSION PROGNOSTICS - ENABLED 2013
370-015
WATER TO OIL TRANSMISSION COOLER, IN
RADIATOR END TANK
346-003
TRANSMISSION OIL CHECK AND FILL WITH
ELECTRONIC OIL LEVEL CHECK
35T-001
SYNTHETIC TRANSMISSION FLUID (TES-295
COMPLIANT)
Front Axle and Equipment
400-1 EA
DETROIT DA-F-13.0-3 13,000# FF1 71.5 KPI/3.74
DROP SINGLE FRONT AXLE
402-1A4
MERITOR EX-L OPTIMIZED AXIAL AIR DISC
FRONT BRAKES
403-002
NON -ASBESTOS FRONT BRAKE LINING
419-004
FRONT DISC BRAKE ROTORS
409-006
FRONT OIL SEALS
408-001
VENTED FRONT HUB CAPS WITH WINDOW,
CENTER AND SIDE PLUGS - OIL
416-022
STANDARD SPINDLE NUTS FOR ALL AXLES
405-030
FRONT AIR DISC BRAKE INTERNAL ADJUSTERS
406-001
STANDARD KING PIN BUSHINGS
536-050
TRW THP-60 POWER STEERING
539-003
POWER STEERING PUMP
534-003
4 QUART POWER STEERING RESERVOIR
40T-001
MINERAL SAE 80/90 FRONT AXLE LUBE
Front Suspension
620-1 D8 13,300# TAPERLEAF FRONT SUSPENSION
619-005 MAINTENANCE FREE RUBBER BUSHINGS -
FRONT SUSPENSION
410-001 FRONT SHOCK ABSORBERS
Weight
Front
-15
5
75
Prepared by:
Dan Walters
VELOCITY TRUCK CENTERS
6006 MIRAMAR RD.
SAN DIEGO, CA 92121
Phone:619-564-3710
Weight
Rear
Rear Axle and Equipment 1
420-051 RS-23-160 23,000# R-SERIES SINGLE REAR -2,270
AXLE
421-614 6.14 REAR AXLE RATIO
2024my 114SD CNG 5 YARD DUMP
12/27/2022 5:30 PM
Page 6 of 24
Prepared for:
SANTA CLARITA CITY OF
23820 VALENCIA BOULEVARD
VALENCIA, CA 91355
Phone:661-510-2024
Prepared by:
Dan Walters
VELOCITY TRUCK CENTERS
6006 MIRAMAR RD.
SAN DIEGO, CA 92121
Phone:619-564-3710
Data Code
Description
Weight Weight
Front Rear
424-001
IRON REAR AXLE CARRIER WITH STANDARD
AXLE HOUSING
386-094
RPL14 MERITOR SERVICE -FREE MAIN
-20 -20
DRIVELINE WITH HALF ROUND (17T) YOKES
452-001
DRIVER CONTROLLED TRACTION
20
DIFFERENTIAL - SINGLE REAR AXLE
878-018
(1) DRIVER CONTROLLED DIFFERENTIAL LOCK
REAR VALVE FOR SINGLE DRIVE AXLE
8713-015
INDICATOR LIGHT FOR EACH DIFFERENTIAL
LOCKOUT SWITCH, ENGAGE <5 MPH,
DISENGAGE >25 MPH
423-1A4
MERITOR EX-L OPTIMIZED AXIAL AIR DISC
-40
REAR BRAKES
433-002
NON -ASBESTOS REAR BRAKE LINING
434-012
BRAKE CAMS AND CHAMBERS ON REAR SIDE
OF DRIVE AXLE(S)
451-005
REAR DISC BRAKE ROTORS
425-002
REAR BRAKE DUST SHIELDS
5
440-006
REAR OIL SEALS
426-1AH
AIR DISC LONGSTROKE 1-DRIVE AXLE SPRING
-20
PARKING CHAMBERS
428-030
REAR AIR DISC BRAKE INTERNAL ADJUSTERS
41T-002
CURRENT AVAILABLE SYNTHETIC 75W-90 REAR
AXLE LUBE
42T-001
STANDARD REAR AXLE BREATHER(S)
Rear Suspension
622-001
23,000# FLAT LEAF SPRING REAR SUSPENSION
-460
WITH RADIUS ROD
621-004
SPRING SUSPENSION - 1.50" AXLE SPACER
10
431-001
STANDARD AXLE SEATS IN AXLE CLAMP
GROUP
623-005
FORE/AFT CONTROL RODS
Brake System
490-121
WABCO 4S/4M ABS WITH TRACTION CONTROL
871-001
REINFORCED NYLON, FABRIC BRAID AND WIRE
BRAID CHASSIS AIR LINES
904-001
FIBER BRAID PARKING BRAKE HOSE
412-001
STANDARD BRAKE SYSTEM VALVES
46D-002
STANDARD AIR SYSTEM PRESSURE
PROTECTION SYSTEM
413-002
STD U.S. FRONT BRAKE VALVE
2024my 114SD CNG 5 YARD DUMP
12/27/2022 5:30 PM
Page 7 of 24
Prepared for: Prepared by:
SANTA CLARITA CITY OF Dan Walters
23820 VALENCIA BOULEVARD VELOCITY TRUCK CENTERS
VALENCIA, CA 91355 6006 MIRAMAR RD.
Phone: 661-510-2024 SAN DIEGO, CA 92121
Phone: 619-564-3710
Data Code
Weight Weight
Description Front Rear
432-003
RELAY VALVE WITH 5-8 PSI CRACK PRESSURE,
NO REAR PROPORTIONING VALVE
480-088
WABCO SYSTEM SAVER HP WITH INTEGRAL
AIR GOVERNOR AND HEATER
479-004
AIR DRYER MOUNTED OUTBOARD ON LH RAIL
460-001
STEEL AIR BRAKE RESERVOIRS
477-004
PULL CABLES ON ALL AIR RESERVOIR(S)
485-003
QUICK DISCONNECT FITTING WITH TIRE 2
INFLATION KIT
Trailer Connections
914-025 AIR CONNECTIONS TO END OF FRAME WITH
GLAD HANDS FOR TRUCK AND DUST COVERS
296-010 PRIMARY CONNECTOR/RECEPTACLE WIRED
FOR SEPARATE STOP/TURN, ABS CENTER PIN
POWERED THROUGH IGNITION
303-025 SAE J560 7-WAY PRIMARY TRAILER CABLE
RECEPTACLE MOUNTED END OF FRAME
Wheelbase & Frame
545-395
3950MM (156 INCH) WHEELBASE
546-1 B2
1/2X3.64X11-7/8 INCH STEEL FRAME
-230 520
(1 2.7MMX301.6MM/0.5X1 1.88 INCH) 120KSI
552-037
1775MM (70 INCH) REAR FRAME OVERHANG
55W-006
FRAME OVERHANG RANGE: 61 INCH TO 70
INCH
AC8-99D
CALC'D BACK OF CAB TO REAR SUSP C/L (CA) :
89.96 in
AE8-99D
CALCULATED EFFECTIVE BACK OF CAB TO
REAR SUSPENSION C/L (CA) : 64.37 in
AE4-99D
CALC'D FRAME LENGTH - OVERALL: 255.53 in
FSS-OLH
CALCULATED FRAME SPACE LH SIDE: 30.91 in
FSS-ORH
CALCULATED FRAME SPACE RH SIDE: 52.62 in
553-001
SQUARE END OF FRAME
550-001
FRONT CLOSING CROSSMEMBER
559-001
STANDARD WEIGHT ENGINE CROSSMEMBER
562-001
STANDARD MIDSHIP #1 CROSSMEMBER(S)
572-001
STANDARD REARMOST CROSSMEMBER
565-001
STANDARD SUSPENSION CROSSMEMBER
Chassis Equipment
■
556-1 E7
14INCH PAINTED STEEL SEVERE DUTY
125 -15
BUMPER
558-070
REMOVABLE FRONT TOW/RECOVERY
15
DEVICE,STORED ON CHASSIS FRAME
2024my 114SD CNG 5 YARD
DUMP
12/27/2022 5:30 PM
Page 8 of 24
Prepared for: Prepared by:
SANTA CLARITA CITY OF Dan Walters
23820 VALENCIA BOULEVARD VELOCITY TRUCK CENTERS
VALENCIA, CA 91355 6006 MIRAMAR RD.
Phone: 661-510-2024 SAN DIEGO, CA 92121
Phone:619-564-3710
Weight Weight
Data Code Description Front Rear
574-001 BUMPER MOUNTING FOR SINGLE LICENSE
PLATE
551-007 GRADE 8 THREADED HEX HEADED FRAME
FASTENERS
44Z-002 EXTERIOR HARNESSES WRAPPED IN
ABRASION TAPE
Fuel Tanks
204-998
NO LH FUEL TANK
-85 -20
230-087
60 DIESEL GALLON EQUIVALENT (DGE)
600 450
COMPRESSED NATURAL GAS (CNG) FUEL
TANKS STACKED BOC, 4X16", 4TH GEN, TYPE 3
CYLINDERS W/AUX ENGINE HIGH PRESSURE
PORT & FILTER
231-008
STACKED TRANSVERSE MOUNTING BACK OF
CAB FOR CNG TANKS WITH PAINTED
SHIELDING
664-001
PLAIN STEP FINISH
205-065
LH CNG NGV1 STANDARD FILL RECEPTACLE
AND DUST CAP AND DEFUELER RECEPTACLE
220-803
COOLANT HOSES ONLY ROUTED TO BACK OF
5
CAB FOR CUSTOMER INSTALLED NATURAL
GAS FUEL HEAT
216-059
SINGLE CNG FUEL LINE WITH IN -LINE
SOLENOID SHUTOFF VALVE AND PRESSURE
REGULATOR
202-020
STAINLESS STEEL AND SYNTHETIC RUBBER
FLEXIBLE FUEL LINES - NATURAL GAS SERVICE
Tires
093-2HA
BRIDGESTONE ECOPIA R268 11 R22.5 16 PLY
14
RADIAL FRONT TIRES
094-2EA
BRIDGESTONE M799 11 R22.5 16 PLY RADIAL
44
REAR TIRES
Hubs
418-060
CONMET PRESET PLUS PREMIUM IRON FRONT
HUBS
450-060
CONMET PRESET PLUS PREMIUM IRON REAR
HUBS
Wheels
502-428
ACCURIDE 28828 22.5X8.25 10-HUB PILOT 6.18
26
INSET 2-HAND HD STEEL DISC FRONT WHEELS
505-428
ACCURIDE 28828 22.5X8.25 10-HUB PILOT 2-
52
HAND HD STEEL DISC REAR WHEELS
496-011
FRONT WHEEL MOUNTING NUTS
497-011
REAR WHEEL MOUNTING NUTS
2024my 114SD CNG 5 YARD DUMP 12/27/2022 5:30 PM
Page 9 of 24
Prepared for:
SANTA CLARITA CITY OF
23820 VALENCIA BOULEVARD
VALENCIA, CA 91355
Phone:661-510-2024
Prepared by:
Dan Walters
VELOCITY TRUCK CENTERS
6006 MIRAMAR RD.
SAN DIEGO, CA 92121
Phone: 619-564-3710
Weight Weight
Data Code
Description
Front Rear
Cab Exterior
829-1A2
114 INCH BBC FLAT ROOF ALUMINUM
CONVENTIONAL CAB
650-008
AIR CAB MOUNTING
648-002
NONREMOVABLE BUGSCREEN MOUNTED
BEHIND GRILLE
667-004
FRONT FENDERS SET-BACKAXLE
678-001
LH AND RH GRAB HANDLES
646-041
STATIONARY BLACK GRILLE
65X-004
BLACK HOOD MOUNTED AIR INTAKE GRILLE
644-004
FIBERGLASS HOOD
690-017
HOOD LINER, ADDED FIREWALL AND FLOOR
5
HEAT INSULATION
727-1AH
SINGLE 14INCH ROUND POLISHED AIR HORN
ROOF MOUNTED
726-001
SINGLE ELECTRIC HORN
728-001
SINGLE HORN SHIELD
575-001
REAR LICENSE PLATE MOUNT END OF FRAME
312-068
HALOGEN COMPOSITE HEADLAMPS WITH
BLACK BEZELS
302-047
LED AERODYNAMIC MARKER LIGHTS
311-022
HEADLIGHTS OFF WITH IGNITION OFF, WITH
DAYTIME RUNNING LIGHTS
294-1AY
INTEGRAL LED STOP/TAIL/BACKUP LIGHTS
300-015
STANDARD FRONT TURN SIGNAL LAMPS
744-1 BK
DUAL WEST COAST MOLDED -IN COLOR
HEATED MIRRORS WITH LH AND RH REMOTE
797-001
DOOR MOUNTED MIRRORS
796-001
102 INCH EQUIPMENT WIDTH
743-1AP
LH AND RH 8 INCH MOLDED -IN COLOR CONVEX
MIRRORS MOUNTED UNDER PRIMARY
MIRRORS
729-001
STANDARD SIDE/REAR REFLECTORS
764-010
COMPOSITE EXTERIOR SUN VISOR
10
768-043
63X14 INCH TINTED REAR WINDOW
661-004
TINTED DOOR GLASS LH AND RH WITH TINTED
OPERATING WING WINDOWS
654-011
RH AND LH ELECTRIC POWERED WINDOWS
4 4
663-013
1-PIECE SOLAR GREEN GLASS WINDSHIELD
659-019
2 GALLON WINDSHIELD WASHER RESERVOIR
WITHOUT FLUID LEVEL INDICATOR, FRAME
MOUNTED
2024my 114SD CNG 5 YARD DUMP 12/27/2022 5:30 PM
Page 10 of 24
Prepared for: Prepared by:
SANTA CLARITA CITY OF Dan Walters
23820 VALENCIA BOULEVARD VELOCITY TRUCK CENTERS
VALENCIA, CA 91355 6006 MIRAMAR RD.
Phone: 661-510-2024 SAN DIEGO, CA 92121
Phone:619-564-3710
Weight Weight
Data Code
Description
Front Rear
647-001
WHITE WINTERFRONT
2
Cab Interior
055-019
RUGGED TRIM PACKAGE
707-107
GRAY & CARBON VINYL INTERIOR "RUGGED"
70K-020
CARBON WITH PREMIUM GUNMETAL ACCENT
(RUGGED)
706-013
MOLDED PLASTIC DOOR PANEL
708-013
MOLDED PLASTIC DOOR PANEL
772-006
BLACK MATS WITH SINGLE INSULATION
785-998
NO DASH MOUNTED ASH TRAYS AND LIGHTER
691-001
FORWARD ROOF MOUNTED CONSOLE
693-019
LH AND RH DOOR STORAGE POCKETS
INTEGRATED INTO MOLDED DOOR PANELS
738-021
DIGITAL ALARM CLOCK IN DRIVER DISPLAY
742-007
(2) CUP HOLDERS LH AND RH DASH
680-029
M2/SD DASH
720-003
5 LB. FIRE EXTINGUISHER
10
71T-002
METHANE DETECTION SYSTEM WITH (1)
10
SENSOR IN CAB AND (1) SENSOR IN ENGINE
COMPARTMENT
700-002
HEATER, DEFROSTER AND AIR CONDITIONER
701-001
STANDARD HVAC DUCTING
703-005
MAIN HVAC CONTROLS WITH RECIRCULATION
SWITCH
170-015
STANDARD HEATER PLUMBING
130-041
VALEO HEAVY DUTY A/C REFRIGERANT
COMPRESSOR
702-002
BINARY CONTROL, R-134A
739-034
PREMIUM INSULATION
285-013
SOLID-STATE CIRCUIT PROTECTION AND
FUSES
280-007
12V NEGATIVE GROUND ELECTRICAL SYSTEM
324-1 B3
STANDARD LED CAB LIGHTING
787-004
REMOTE KEYLESS ENTRY AND 2
2
TRANSMITTERS
657-001
DOOR LOCKS AND IGNITION SWITCH KEYED
THE SAME
78G-008
KEY QUANTITY OF 8
655-005
LH AND RH ELECTRIC DOOR LOCKS
722-002
TRIANGULAR REFLECTORS WITHOUT FLARES
10
2024my 114SD CNG 5 YARD
DUMP
12/27/2022 5:30 PM
Page 11 of 24
Prepared for: Prepared by:
SANTA CLARITA CITY OF Dan Walters
23820 VALENCIA BOULEVARD VELOCITY TRUCK CENTERS
VALENCIA, CA 91355 6006 MIRAMAR RD.
Phone: 661-510-2024 SAN DIEGO, CA 92121
Phone:619-564-3710
Weight Weight
Data Code
Description
Front Rear
756-339
PREMIUM ISRINGHAUSEN HIGH BACK AIR
70
SUSPENSION DRIVERS SEAT WITH 2 AIR
LUMBAR, INTEGRATED CUSHION EXTENSION,
TILT AND ADJUSTABLE SHOCK
760-339
PREMIUM ISRINGHAUSEN HIGH BACK AIR
60 20
SUSPENSION PASSENGER SEAT WITH 2 AIR
LUMBAR, INTEGRATED CUSHION EXTENSION,
TILT AND ADJUSTABLE SHOCK
759-005
DUAL DRIVER AND PASSENGER SEAT
8
ARMRESTS
711-004
LH AND RH INTEGRAL DOOR PANEL ARMRESTS
758-022
BLACK MORDURA CLOTH DRIVER SEAT COVER
761-023
BLACK MORDURA CLOTH PASSENGER SEAT
COVER
763-101
BLACK SEAT BELTS
532-002
ADJUSTABLE TILT AND TELESCOPING
10
STEERING COLUMN
540-070
4-SPOKE 18 INCH (450MM) LEATHER WRAPPED
STEERING WHEEL WITH CHROME SWITCH
BEZELS
765-002
DRIVER AND PASSENGER INTERIOR SUN
VISORS
Instruments & Controls
81 B-003
DIGITAL PANEL LAMP DIMMER SWITCH IN
DRIVER DISPLAY
106-002
ELECTRONIC ACCELERATOR CONTROL
732-998
NO INSTRUMENT PANEL -DRIVER
734-022
FULLY CONFIGURABLE CENTER INSTRUMENT
PANELS
87L-001
ENGINE REMOTE INTERFACE WITH PARK
BRAKE INTERLOCK
870-002
BRIGHT ARGENT FINISH GAUGE BEZELS
486-001
LOWAIR PRESSURE INDICATOR LIGHTAND
AUDIBLE ALARM
840-001
DUAL NEEDLE PRIMARY AND SECONDARY AIR
PRESSURE GAUGE
198-025
INTAKE MOUNTED AIR RESTRICTION
INDICATOR WITHOUT GRADUATIONS
721-001
97 DB BACKUP ALARM
3
149-015
ELECTRONIC CRUISE CONTROL WITH
CONTROLS ON STEERING WHEEL SPOKES
156-007
KEY OPERATED IGNITION SWITCH AND
INTEGRAL START POSITION; 4 POSITION
OFF/RUN/START/ACCESSORY
2024my 114SD CNG 5 YARD
DUMP
12/27/2022 5:30 PM
Page 12 of 24
Prepared for:
SANTA CLARITA CITY OF
23820 VALENCIA BOULEVARD
VALENCIA, CA 91355
Phone:661-510-2024
Prepared by:
Dan Walters
VELOCITY TRUCK CENTERS
6006 MIRAMAR RD.
SAN DIEGO, CA 92121
Phone:619-564-3710
Data Code
Weight Weight
Description Front Rear
811-044
PREMIUM INSTRUMENT CLUSTER WITH 5.0
INCH TFT COLOR DISPLAY
160-038
HEAVY DUTY ONBOARD DIAGNOSTICS
INTERFACE CONNECTOR LOCATED BELOW LH
DASH
844-001
2 INCH ELECTRIC FUEL GAUGE
148-073
ENGINE REMOTE INTERFACE FOR REMOTE
THROTTLE
481-1-004
QUICKFIT POWERTRAIN INTERFACE
CONNECTOR UNDER CAB WITH BLUNTCUTS
163-014
ENGINE REMOTE INTERFACE CONNECTOR AT
POWERTRAIN INTERFACE CONNECTOR
856-001
ELECTRICAL ENGINE COOLANT TEMPERATURE
GAUGE
864-001
2 INCH TRANSMISSION OIL TEMPERATURE
GAUGE
867-004
ELECTRONIC OUTSIDE TEMPERATURE
SENSOR DISPLAY IN DRIVER MESSAGE
CENTER
830-017
ENGINE AND TRIP HOUR METERS INTEGRAL
WITHIN DRIVER DISPLAY
372-123
PTO CONTROLS FOR ENHANCED VEHICLE
ELECTRIC/ELECTRONIC ARCHITECTURE
4913-004
ELECTRONIC STABILITY CONTROL
852-002
ELECTRIC ENGINE OIL PRESSURE GAUGE
679-998
NO OVERHEAD INSTRUMENT PANEL
746-137
AM/FM/WB WORLD TUNER RADIO WITH 10
BLUETOOTH, USB AND AUXILIARY INPUTS,
J1939
747-001
DASH MOUNTED RADIO
750-002
(2) RADIO SPEAKERS IN CAB
753-001
AM/FM ANTENNA MOUNTED ON FORWARD LH
ROOF
74D-006
STANDARD RADIO WIRING WITH STEERING
WHEEL CONTROLS
810-027
ELECTRONIC MPH SPEEDOMETER WITH
SECONDARY KPH SCALE, WITHOUT
ODOMETER
817-001
STANDARD VEHICLE SPEED SENSOR
812-001
ELECTRONIC 3000 RPM TACHOMETER
813-1 C8
DETROIT CONNECT PLATFORM HARDWARE
8D1-303
3 YEARS DAIMLER CONNECTIVITY BASE
PACKAGE (FEATURES VARY BY MODEL)
POWERED BY DETROIT CONNECT
2024my 114SD CNG 5 YARD DUMP
12/27/2022 5:30 PM
Page 13 of 24
Prepared for: Prepared by:
SANTA CLARITA CITY OF Dan Walters
23820 VALENCIA BOULEVARD VELOCITY TRUCK CENTERS
VALENCIA, CA 91355 6006 MIRAMAR RD.
Phone: 661-510-2024 SAN DIEGO, CA 92121
Phone: 619-564-3710
Weight Weight
Data Code
Description Front Rear
6TS-008
(2) TMC RP1226 ACCESSORY CONNECTORS: (1)
LOCATED BEHIND PASSENGER SIDE
REMOVABLE DASH PANEL (1) CENTER OF
OVERHEAD CONSOLE
162-002
IGNITION SWITCH CONTROLLED ENGINE STOP
329-127
TWO EXTRA HARDWIRED SWITCHES IN DASH,
ROUTE TO UNDER CAB, BLUNTCUT
4C1-027
HARDWIRE SWITCH #1, ON/OFF LATCHING, 20
AMPS BATTERY POWER
4C2-027
HARDWIRE SWITCH #2, ON/OFF LATCHING, 20
AMPS BATTERY POWER
81Y-006
PRE -TRIP INSPECTION FEATURE FOR
EXTERIOR LAMPS AND SERVICE BRAKES
264-030
(1) OVERHEAD MOUNTED LANYARD CONTROL
FOR DRIVER AIR HORN
482-001
BW TRACTOR PROTECTION VALVE
883-001
TRAILER HAND CONTROL BRAKE VALVE
836-015
DIGITAL VOLTAGE DISPLAY INTEGRAL WITH
DRIVER DISPLAY
660-008
SINGLE ELECTRIC WINDSHIELD WIPER MOTOR
WITH DELAY
304-030
ROTARY HEADLAMP SWITCH, MARKER
LIGHTS/HEADLIGHTS SWITCH WITH PULL OUT
FOR OPTIONAL FOG/ROAD LAMPS
882-004
TWO VALVE PARKING BRAKE SYSTEM WITH
WARNING INDICATOR
299-020
SELF CANCELING TURN SIGNAL SWITCH WITH
DIMMER, HEADLAMP FLASH,
WASH/WIPE/INTERMITTENT
298-046
INTEGRAL ELECTRONIC TURN SIGNAL
FLASHER WITH 40 AMP (20 AMP PER SIDE)
TRAILER LAMP CAPACITY
Design
065-000
PAINT: ONE SOLID COLOR
Color
AL AL
980-5F6
CAB COLOR A: L0006EY WHITE ELITE EY
986-020
BLACK, HIGH SOLIDS POLYURETHANE CHASSIS
PAINT
98K-5F6
PAINT -FUEL CABINET: L0006EY WHITE ELITE EY
962-972
POWDER WHITE (N0006EA) FRONT
WHEELS/RIMS (PKWHT21, TKWHT21, W, TW)
966-972
POWDER WHITE (N0006EA) REAR
WHEELS/RIMS (PKWHT21, TKWHT21, W, TW)
964-020
STANDARD BLACK BUMPER PAINT
2024my 114SD CNG 5 YARD
DUMP 12/27/2022 5:30 PM
Page 14 of 24
Prepared for:
SANTA CLARITA CITY OF
23820 VALENCIA BOULEVARD
VALENCIA, CA 91355
Phone:661-510-2024
Data Code Description
976-995 SUNVISOR PAINTED SAME AS CAB COLOR A
963-003 STANDARD E COAT/UNDERCOATING
Certification / Compliance
996-001 U.S. FMVSS CERTIFICATION, EXCEPT SALES
CABS AND GLIDER KITS
Prepared by:
Dan Walters
VELOCITY TRUCK CENTERS
6006 MIRAMAR RD.
SAN DIEGO, CA 92121
Phone:619-564-3710
Weight Weight
Front Rear
TOTAL VEHICLE SUMMARY
A
Weight Summary
Weight Weight Total
Front Rear Weight
Factory Weight+ 8111 Ibs 4139 Ibs 12250 Ibs
Total Weight+ 8111 Ibs 4139 Ibs 12250 Ibs
Extended Warranty
WAG-074 TOWING: TOWING: 1 YEAR/UNLIMITED MILES/KM EXTENDED
TOWING COVERAGE $750 CAP FEX APPLIES
(+) Weights shown are estimates only.
If weight is critical, contact Customer Application Engineering.
("') All cost increases for major components (Engines, Transmissions, Axles, Front and Rear Tires) and government mandated
requirements, tariffs, and raw material surcharges will be passed through and added to factory invoices.
2024my 114SD CNG 5 YARD DUMP
12/27/2022 5:30 PM
Page 15 of 24
Prepared for:
SANTA CLARITA CITY OF
23820 VALENCIA BOULEVARD
VALENCIA, CA 91355
Phone:661-510-2024
i
Y
m
C
y
3,000
2,000
1.000
0
0
Prepared by:
Dan Walters
VELOCITY TRUCK CENTERS
6006 MIRAMAR RD.
SAN DIEGO, CA 92121
Phone:619-564-3710
S H IF T C H ART
Max. Speed = 65
RPM at Cruise Speed = 2469
kTorque = 1300
RPM at P
Desired Cruise Speed = 65.0
25 50 75 100 125
Vehicle Speed (MPH)
Model............................................................................................................................................................................................114SD
Cab Size(829)..................................................................................114
INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB
DesiredCruise Speed (mph)............................................................................................................................................................
65.0
Engine (101) .....................................................CUM
L9N 280 HP @ 2000 RPM, 2200 GOV, N-GAS, 900 LB -FT @ 1300 RPM, HHD
RPMat Peak Torque.................................................................................................................................................................1300
GovernedRPM..........................................................................................................................................................................2200
Transmission (342).......................................................ALLISON
3000 RIDS AUTOMATIC TRANSMISSION WITH PTO PROVISION
GearRatio: LL..............................................................................................................................................................................
N/A
GearRatio: L................................................................................................................................................................................
N/A
2024my 114SD CNG 5 YARD DUMP
12/27/2022 5:30 PM
Page 16 of 24
Prepared for: Prepared by:
SANTA CLARITA CITY OF Dan Walters
23820 VALENCIA BOULEVARD VELOCITY TRUCK CENTERS
VALENCIA, CA 91355 6006 MIRAMAR RD.
Phone: 661-510-2024 SAN DIEGO, CA 92121
Phone:619-564-3710
GearRatio: 1...............................................................................................................................................................................3.49
GearRatio: 2...............................................................................................................................................................................1.86
GearRatio: 3...............................................................................................................................................................................1.41
GearRatio: 4....................................................................................................................................................................................
1
GearRatio: 5...............................................................................................................................................................................0.75
GearRatio: 6...............................................................................................................................................................................0.65
GearRatio: 7................................................................................................................................................................................
N/A
GearRatio: 8................................................................................................................................................................................
N/A
GearRatio: 9................................................................................................................................................................................
N/A
GearRatio: 10..............................................................................................................................................................................
N/A
GearRatio: 11..............................................................................................................................................................................
N/A
GearRatio: 12..............................................................................................................................................................................
N/A
GearRatio: 13..............................................................................................................................................................................
N/A
GearRatio: 14..............................................................................................................................................................................
N/A
GearRatio: 15..............................................................................................................................................................................
N/A
GearRatio: 16..............................................................................................................................................................................
N/A
GearRatio: 17..............................................................................................................................................................................
N/A
GearRatio: 18..............................................................................................................................................................................
N/A
Auxiliary Transmission(352)..............................................................................................................
NO AUXILIARY TRANSMISSION
LowGear Ratio............................................................................................................................................................................
N/A
HighGear Ratio...........................................................................................................................................................................
N/A
Transfer Case(373)............................................................................................................................................
NO TRANSFER CASE
LowGear Ratio............................................................................................................................................................................
N/A
HighGear Ratio...........................................................................................................................................................................
N/A
Rear Axle(420)...................................................................................................
RS-23-160 23,000# R-SERIES SINGLE REAR AXLE
Numberof Speeds...........................................................................................................................................................................
1
Rear Axle Gear Ratio(s).............................................................................................................................6.14
REAR AXLE RATIO
Rear Tires(094)...................................................................................BRIDGESTONE
M799 11 R22.5 16 PLY RADIAL REAR TIRES
Revolutionsper Mile....................................................................................................................................................................
495
TFU MC)n
G ear
Tara R son
R arAXFattIe
JY m(t aew
Peniem Sp[tt RI MA lu
Ta[q I IIew
RPM
G�it, ax
Performance calculations are estimates only. If performance calculations are critical, please contact Customer Application
Engineering.
2024my 114SD CNG 5 YARD DUMP 12/27/2022 5:30 PM
Page 17 of 24
Prepared for:
SANTA CLARITA CITY OF
23820 VALENCIA BOULEVARD
VALENCIA, CA 91355
Phone:661-510-2024
48 in
D I M E N S I O N S
114 ink in
64 in
E90
_ I 71.38 in
e'r`i "W 43.34 in
%to 1�
— 156 in )I E 70 in
273 in
Prepared by:
Dan Walters
VELOCITY TRUCK CENTERS
6006 MIRAMAR RD.
SAN DIEGO, CA 92121
Phone:619-564-3710
Model............................................................................................................................................................................................114SD
Wheelbase(545).............................................................................................................................
3950MM (156 INCH) WHEELBASE
Rear Frame Overhang(552).......................................................................................1775MM
(70 INCH) REAR FRAME OVERHANG
Fifth Wheel (578).......................................................................................................................................................NO
FIFTH WHEEL
Mounting Location(577)..................................................................................................................
NO FIFTH WHEEL LOCATION
MaximumForward Position (in).......................................................................................................................................................
0
MaximumRearward Position(in)
.....................................................................................................................................................0
Amountof Slide Travel (in)..............................................................................................................................................................
0
SlideIncrement(in)..........................................................................................................................................................................0
DesiredSlide Position(in).............................................................................................................................................................0.0
Cab Size(829)..................................................................................114
INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB
Sleeper (682)..................................................................................................................................
NO SLEEPER BOX/SLEEPERCAB
Exhaust System (016).......................
SINGLE HORIZONTAL MUFFLER WITH HORIZONTAL TAILPIPE EXHAUST, RH MOUNTED
2024my 114SD CNG 5 YARD DUMP
12/27/2022 5:30 PM
Page 18 of 24
Prepared for:
SANTA CLARITA CITY OF
23820 VALENCIA BOULEVARD
VALENCIA, CA 91355
Phone:661-510-2024
Prepared by:
Dan Walters
VELOCITY TRUCK CENTERS
6006 MIRAMAR RD.
SAN DIEGO, CA 92121
Phone:619-564-3710
i
Bumaerto Back of Cat BBC,x
BumDerto Centerline of FrontAxle(BA)
Fron- Axle -o Bank of Cab (AC)
,d3
Min. Cab to Bodq Clea'ance (CB)
¢
Rae.k of C:ab to Capntprl np of Rpar Axlp('tii (CA)
qQ Q
Effective Back ofCab to Centerline of Rear Axles) (Effective CA)
Rack of Cab Protrusiors (Ex haustflntake} (CP)
¢
Back of Cab Protrusiors (Side ExtendersffrimTab) (GP)
¢¢
Back of Cab r1rotrusior3 (ONG Tank),
Back of Cab Clearance (CL)
2,'3
Back of GEb to End of Frame
Cab Height (CH)"•
11t
Wneaibase (WB)
I¢�
Frame Overhang (OH)
Overall Frame Length
Overall Length (DAL)
Rear Axle Spacing
Unladen Frame Heighi at Centerlire of Rear Axle
$g,¢
(¢
Performance calculations are estimates only. If performance calculations are critical, please contact Customer Application
Engineering.
2024my 114SD CNG 5 YARD DUMP
12/27/2022 5:30 PM
Page 19 of 24
Prepared for: Prepared by:
SANTA CLARITA CITY OF Dan Walters
23820 VALENCIA BOULEVARD VELOCITY TRUCK CENTERS
VALENCIA, CA 91355 6006 MIRAMAR RD.
Phone: 661-510-2024 SAN DIEGO, CA 92121
Phone: 619-564-3710
G V W R
Model............................................................................................................................................................................................114SD
Cab Size(829)..................................................................................114
INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB
Expected Front Axle(s) Load (Ibs)..............................................................................................................................................
12000.0
ExpectedPusher Axle(s) Load (Ibs)...................................................................................................................................................
0.0
Expected Rear Axle(s) Load(Ibs)...............................................................................................................................................23000.0
ExpectedTag Axle(s) Load(Ibs).........................................................................................................................................................
0.0
ExpectedGVW (Ibs)......................................................................................................................................................................
35000
ExpectedGCW (Ibs)...................................................................................................................................................................
80000.0
Front Axle (400).....................................................
DETROIT DA-F-13.0-3 13,000# FF1 71.5 KPI/3.74 DROP SINGLE FRONT AXLE
Front Suspension (620)..................................................................................................13,300#
TAPERLEAF FRONT SUSPENSION
Front Hubs(418)........................................................................................
CONMET PRESET PLUS PREMIUM IRON FRONT HUBS
Front Disc Wheels (502) ......ACCURIDE 28828 22.5X8.25 10-HUB PILOT 6.18 INSET 2-HAND HD STEEL DISC FRONT WHEELS
Front Tires (093).................................................................
BRIDGESTONE ECOPIA R268 11 R22.5 16 PLY RADIAL FRONT TIRES
Front Brakes(402)............................................................................
MERITOR EX-L OPTIMIZED AXIAL AIR DISC FRONT BRAKES
Steering Gear (536).........................................................................................................................
TRW THP-60 POWER STEERING
Rear Axle(420)...................................................................................................
RS-23-160 23,000# R-SERIES SINGLE REAR AXLE
Rear Suspension(622).......................................................23,000#
FLAT LEAF SPRING REAR SUSPENSION WITH RADIUS ROD
Rear Hubs (450)...........................................................................................CONMET
PRESET PLUS PREMIUM IRON REAR HUBS
Rear Disc Wheels(505).............................ACCURIDE
28828 22.5X8.25 10-HUB PILOT 2-HAND HD STEEL DISC REAR WHEELS
Rear Tires(094)...................................................................................BRIDGESTONE
M799 11 R22.5 16 PLY RADIAL REAR TIRES
Rear Brakes(423)...............................................................................
MERITOR EX-L OPTIMIZED AXIAL AIR DISC REAR BRAKES
Pusher / Tag Axle(443).............................................................................................................................NO
PUSHER OR TAG AXLE
Pusher / Tag Suspension (626)..................................................................................................
NO PUSHER OR TAG SUSPENSION
Pusher / Tag Hubs(449)...........................................................................................................................
NO PUSHER OR TAG HUBS
Dead/Pusher/Tag Disc Wheels (509)..............................................................................................
NO PUSHER/TAG DISC WHEELS
Pusher / Tag Tires(095).................................................................................................................................NO
PUSHER/TAG TIRES
Pusher / Tag Brakes(456)..........................................................................................................................NO
PUSHER/TAG BRAKES
2024my 114SD CNG 5 YARD DUMP ® 12/27/2022 5:30 PM
Page 20 of 24
Prepared for:
SANTA CLARITA CITY OF
23820 VALENCIA BOULEVARD
VALENCIA, CA 91355
Phone:661-510-2024
Prepared by:
Dan Walters
VELOCITY TRUCK CENTERS
6006 MIRAMAR RD.
SAN DIEGO, CA 92121
Phone:619-564-3710
Axle -Component Vftht Ratings
Axles
agod
Q4
Susrensioi
Hubs
1+U¢
d¢Q¢
6rak�s
'1330(]
UQ
wheels
1P¢¢¢¢¢¢
1Q
� �t¢j'
94�t�4
NA
Tires
Power Steerin
GAVS'R (pe• axle)
93Q44�'
e04�44
GA;NR (pe, axle system)
TO
� 23¢Q¢
ExpEuled Luad (per axle 5yslem)
1�Q¢t l.;
2yGFg4
GVINR due to Frame
GGQQ
GVVI'Fd ME to I ransrrmssion
f}¢¢¢¢
Vehicle GVM Summary
Calculated GYWR
$E¢¢¢
Expected GWWF
All weights displayed in po-unds
Performance calculations are estimates only. If performance calculations are critical, please contact Customer Application
Engineering.
2024my 114SD CNG 5 YARD DUMP
12/27/2022 5:30 PM
Page 21 of 24
Prepared for:
SANTA CLARITA CITY OF
23820 VALENCIA BOULEVARD
VALENCIA, CA 91355
Phone:661-510-2024
Prepared by:
Dan Walters
VELOCITY TRUCK CENTERS
6006 MIRAMAR RD.
SAN DIEGO, CA 92121
Phone:619-564-3710
UNLADEN FRAME HEIGHT
Unladen Height Requested Calculated
Frame (in) NIA 43.30
F r'
L ice+
11.90 in - Frame Rail
10.70 in - Suspension Height
20.80 in - Tire Radius
Model............................................................................................................................................................................................114SD
Cab Size(829)..................................................................................114
INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB
Frame Rails (546)...................................
1/2X3.64X11-7/8 INCH STEEL FRAME (12.7MMX301.6MM/0.5X11.88 INCH) 120KSI(546)
WebHeight(in).......................................................................................................................................................................11.875
FlangeThickness(in)..............................................................................................................................................................0.4375
Rear Suspension(622).......................................................23,000#
FLAT LEAF SPRING REAR SUSPENSION WITH RADIUS ROD
Rear Suspension Ride Height (621)............................................................................
SPRING SUSPENSION - 1.50" AXLE SPACER
Axle C/L to Bottom of Frame (in)....................................................................................................................................................
10.67
Rear Tires(094)...................................................................................BRIDGESTONE
M799 11 R22.5 16 PLY RADIAL REAR TIRES
UnladenRadius (in)....................................................................................................................................................................20.8
Fifth Wheel (578).......................................................................................................................................................NO
FIFTH WHEEL
RequestedMin Height (in)............................................................................................................................................................
0.0
RequestedMax Height (in)..............................................................................................................................................................
1
Fifth Wheel Leg Height(582)........................................................................................................NO
FIFTH WHEEL LEG HEIGHT
Rear Tow Device(587).............................................................................................................................
NO REAR TOWING DEVICE
Tow Device Height(588).............................................................................................................
NO REAR TOW DEVICE HEIGHT
RequestedMin Height (in)............................................................................................................................................................
0.0
RequestedMax Height (in)...........................................................................................................................................................
0.0
2024my 114SD CNG 5 YARD DUMP 12/27/2022 5:30 PM
Page 22 of 24
Prepared for:
SANTA CLARITA CITY OF
23820 VALENCIA BOULEVARD
VALENCIA, CA 91355
Phone:661-510-2024
Prepared by:
Dan Walters
VELOCITY TRUCK CENTERS
6006 MIRAMAR RD.
SAN DIEGO, CA 92121
Phone:619-564-3710
Performance calculations are estimates only. If performance calculations are critical, please contact Customer Application
Engineering.
2024my 114SD CNG 5 YARD DUMP
12/27/2022 5:30 PM
Page 23 of 24
Prepared for:
nAwTAcLAn|TACITY oF
zoozovALEwc|ABOULEVARD
vALEwc|A.cA 91355
Phone:oo1'n10-2mz4
F RAM E R B M
Prepared by:
Dan Walters
VELOCITY TRUCK CENTERS
0000M|nAMAnRD.
nAwo|Eoo.cA 92121
Phone:o1n-564o710
Wheelbase (54n............................................................................................................................. onnoMM (1noINCH) WHEELBASE
Frame Rails (54o................................... 1/2xo.o4x11-7/8INCH STEEL FRAME (1o.7MMxoo1.oMMm.nx11.aaINCH) 1oona|(54o
YieldStrength (po;................................................................................................................................................................ 100000
SectionModulus (per rail) (cuin) .............................................................................................................................................. oo.2o
nBw(per rail) Vuf-in........................................................................................................................................................... 0004000
Inner Frame Reinforcement (547............................................................................................ woINNER FRAME REINFORCEMENT
Outer Frame Reinforcement (54a.......................................................................................... woOUTER FRAME REINFORCEMENT
Frame
Innei Frame Reinforcement
NU NNEMRAKE REINFURCEM ENT
Performance calculations are estimates only. If performance calculations are critical, please contact Customer Application
Engineering.
0004my114aocwonYARD DUMP
Page o4mo4