Loading...
HomeMy WebLinkAbout2023-09-12 - AGENDA REPORTS - SPECIALIZED DUMP TRUCK CONTRO Agenda Item: 6 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: TAA,/� DATE: September 12, 2023 SUBJECT: SPECIALIZED DUMP TRUCK CONTRACT DEPARTMENT: Public Works PRESENTER: Cruz Caldera RECOMMENDED ACTION City Council: 1. Approve the "piggyback" purchase of a 2025 Freightliner 114SD, Cummins L9N 320 HP Engine, Compressed Natural Gas dump truck, using Sourcewell cooperative purchasing contract 9060920-NAF in an amount not to exceed $327,733. 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. During the Fiscal Year 2023-24 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. 204. Vehicle No. 204 is no longer compliant with the Air Quality Management District (AQMD), Rule 1196 which requires public fleet operators to replace heavy-duty vehicles with alternative fuel vehicles. Vehicle No. 204 has been in service for 18 years and has more than 60,000 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 2025 Freightliner 114SD, Cummins L9N 320 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. 43 O 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 $327,733, inclusive of tax and delivery. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Adequate funds are available in expenditure account 2327205-520103 (AQMD) to support the recommended action. ATTACHMENTS National Auto Fleet Contract (available in the City Clerk's Reading File) RFP and Addendum Dump Truck 060920 (available in City Clerk's Reading file) Sourcewell Quote ID 2546HD Dump Truck (available in the City Clerk's Reading File) Page 2 Packet Pg. 44 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 8/23/2023 Quote ID#2546HD Mr. Sergio Rodriguez City of Santa Clarita 23820 Valencia Blvd. Valencia, CA 91355 Dear Sergio Rodriguez, National Auto Fleet Group is pleased to quote the following vehicle(s) for your consideration. One (1) New/Unused (2025 Freightliner 114SD, Cummins L9N 320 HP Engine, Allison 4500 RDS Transmission with 10' Hardox Dump Body and Plow) and provided by Mr. Dan Walters with Freightliner, each for: Contract Price Chassis and Option $ 212,904.00 D&H Quote $ 85,466.00 Tax (9.50%) $ 28,345.15 Tire Fee $ 17.50 Delivery $ 1,000.00 Total $ 327,732.65 • Payment in full before title is released. • Chassis and body are subject to model year change and surcharges before final invoicing. • ORDER IS NON -CANCELABLE 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. Sincerely, en R �rg�uie Z I Contct Manager BEN@ NationalAutoFleetGroup.com •289-6572 Fax (831) 4:•m x om= Jeep® CHE</R'OLET � 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 Aug 22, 2023 Freightliner 114SD Plus Components shown may not reflect all spec'd options and are not to scale 2025my 114SD 3-AXLE CNG CHASSIS - SANTA ... Prepared by: Dan Walters VELOCITY TRUCK CENTERS 6006 MIRAMAR RD. SAN DIEGO, CA 92121 Phone: 619-564-3710 08/22/2023 7:47 PM Page 1 of 20 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 A63-99D EXPECTED GROSS VEHICLE WEIGHT CAPACITY : 58000.0 Ibs A70-99D EXPECTED GROSS COMBINATION WEIGHT: 80000.0 Ibs Truck Service AA3-004 END DUMP BODY AF3-2BT VALEW Tractor Service AA2-005 FLATBED TRAILER AH6-001 SINGLE (1) TRAILER Engine 101-3FM CUM L9N 320 HP @ 2000 RPM, 2200 GOV, N- -850 -70 GAS, 1000 LB -FT @ 1300 RPM, HHD Electronic Parameters 79A-066 66 MPH ROAD SPEED LIMIT 796-000 CRUISE CONTROL SPEED LIMIT SAME AS ROAD SPEED LIMIT 79K-009 PTO MODE ENGINE RPM LIMIT - 1200 RPM 79W-001 ONE REMOTE PTO SPEED 79X-003 PTO SPEED 1 SETTING - 800 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-124 EPA 2010 GHG 2024/GARB 2024 ULTRALOW NOX CONFIGURATION 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 124-1DJ 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 290-017 BATTERY BOX FRAME MOUNTED 281-001 STANDARD BATTERY JUMPERS 2025my 114SD 3-AXLE CNG CHASSIS 08/22/2023 7:47 PM - SANTA ... Page 3 of 20 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 342-1 M3 ALLISON 4500 RDS AUTOMATIC TRANSMISSION 260 100 WITH PTO PROVISION Transmission Equipment 343-339 ALLISON VOCATIONAL PACKAGE 223 - AVAILABLE ON 3000/4000 PRODUCT FAMILIES WITH VOCATIONAL MODELS RDS, HS, MH AND TRV 8413-012 ALLISON VOCATIONAL RATING FOR ON/OFF HIGHWAY APPLICATIONS AVAILABLE WITH ALL PRODUCT FAMILIES 84C-023 PRIMARY MODE GEARS, LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 6, AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY 84D-023 SECONDARY MODE GEARS, LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 6, 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 84K-002 2ND GEAR ENGINE BRAKE ALTERNATE PRESELECT WITH MODERATE DOWNSHIFT STRATEGY 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 353-073 QUICKFIT BODY LIGHTING CONNECTOR UNDER CAB, WITH CAP 34C-011 ELECTRONIC TRANSMISSION WIRING TO CUSTOMER INTERFACE CONNECTOR 362-818 CUSTOMER INSTALLED CHELSEA 870 SERIES PTO 363-001 PTO MOUNTING, LH SIDE OF MAIN TRANSMISSION ALLISON 2025my 114SD 3-AXLE CNG CHASSIS 08/22/2023 7:47 PM - SANTA ... Page 5 of 20 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 424-003 IRON REAR AXLE CARRIER WITH OPTIONAL 40 HEAVY DUTY AXLE HOUSING 386-011 SPL170 XL DANA SPICER MAIN DRIVELINE WITH 5 5 HALF ROUND YOKES 388-012 SPL170 XL DANA SPICER INTERAXLE 10 DRIVELINE WITH HALF ROUND YOKES 452-006 DRIVER CONTROLLED TRACTION 30 DIFFERENTIAL - BOTH TANDEM REAR AXLES 878-022 (1) INTERAXLE LOCK VALVE, (1) DRIVER CONTROLLED DIFFERENTIAL LOCK FORWARD - REAR AXLE VALVE AND (1) REAR -REAR AXLE VALVE 87A-005 INDICATOR LIGHT FOR EACH INTERAXLE LOCKOUT SWITCH 8713-023 INDICATOR LIGHT AND BUZZER FOR EACH DIFFERENTIAL LOCKOUT SWITCH, ENGAGE AT SPEEDS 5 MPH PR LESS, DISENGAGE W/IGN OFF OR SPEEDS EXCEEDING 25 MPH 423-020 MERITOR 16.5X7 Q+ CAST SPIDER CAM REAR BRAKES, DOUBLE ANCHOR, FABRICATED SHOES 433-002 NON -ASBESTOS REAR BRAKE LINING 434-011 BRAKE CAMS AND CHAMBERS ON FORWARD SIDE OF DRIVE AXLE(S) 451-001 CAST IRON OUTBOARD REAR BRAKE DRUMS 440-006 REAR OIL SEALS 426-101 WABCO TRISTOP D LONGSTROKE 2-DRIVE AXLE SPRING PARKING CHAMBERS 428-003 HALDEX AUTOMATIC REAR SLACK ADJUSTERS 41T-002 CURRENT AVAILABLE SYNTHETIC 75W-90 REAR AXLE LUBE 42T-001 STANDARD REAR AXLE BREATHER(S) Rear Suspension 622-297 TUFTRAC GEN2 40,000# REAR SPRING 275 SUSPENSION 621-108 9.5 INCH NOMINAL RIDE HEIGHT (460MM GLOBAL REFERENCE HEIGHT) 431-003 AXLE CLAMPING GROUP 624-025 55 INCH AXLE SPACING 623-006 FORE/AFT AND TRANSVERSE CONTROL RODS 439-001 REAR SHOCK ABSORBERS - ONE AXLE Brake System 490-121 WABCO 4S/4M ABS WITH TRACTION CONTROL 2025my 114SD 3-AXLE CNG CHASSIS - SANTA ... 08/22/2023 7:47 PM Page 7 of 20 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 Description Weight Weight Front Rear AE4-99D CALC'D FRAME LENGTH - OVERALL: 329.47 in FSS-OLH CALCULATED FRAME SPACE LH SIDE: 68.81 in FSS-ORH CALCULATED FRAME SPACE RH SIDE: 69.81 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 565-002 HEAVY DUTY SUSPENSION CROSSMEMBER 30 Chassis Equipment 556-1 E7 14 INCH PAINTED STEEL SEVERE DUTY 125 -15 BUMPER 558-001 FRONT TOW HOOKS - FRAME MOUNTED 15 574-001 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 BACK OF CAB, 4X16 INCHES DIAMETER, 4TH GENERATION, TYPE 3 CYLINDERS 231-008 STACKED TRANSVERSE MOUNTING BACK OF CAB FOR CNG TANKS WITH PAINTED SHIELDING 664-001 PLAIN STEP FINISH 205-063 LH CNG NGV1 STANDARD FILL RECEPTACLE AND DUST CAPS WITH ADDITIONAL HIGH FLOW AND DEFUELER RECEPTACLES 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 2025my 114SD 3-AXLE CNG CHASSIS 08/22/2023 7:47 PM - SANTA ... Page 9 of 20 Prepared for: SANTA CLARITA CITY OF 23820 VALENCIA BOULEVARD VALENCIA, CA 91355 Phone:661-510-2024 Data Code Description 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 768-043 63X14 INCH TINTED REAR WINDOW Weight Front 10 Prepared by: Dan Walters VELOCITY TRUCK CENTERS 6006 MIRAMAR RD. SAN DIEGO, CA 92121 Phone:619-564-3710 Weight Rear 661-004 TINTED DOOR GLASS LH AND RH WITH TINTED OPERATING WING WINDOWS 654-011 RH AND LH ELECTRIC POWERED WINDOWS 663-013 1-PIECE SOLAR GREEN GLASS WINDSHELD 659-007 8 LITER (2 GAL) WINDSHIELD WASHER RESERVOIR, CAB MOUNTED, WITHOUT FLUID LEVEL INDICATOR 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 2025my 114SD 3-AXLE CNG CHASSIS - SANTA ... 08/22/2023 7:47 PM Page 11 of 20 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 87L-001 ENGINE REMOTE INTERFACE WITH PARK BRAKEINTERLOCK 870-002 BRIGHT ARGENT FINISH GAUGE BEZELS 486-001 LOW AIR PRESSURE INDICATOR LIGHT AND AUDIBLE ALARM 840-001 DUAL NEEDLE PRIMARY AND SECONDARY AIR PRESSURE GAUGE 198-035 ELECTRONIC AIR RESTRICTION INDICATOR DISPLAYED IN DRIVER DISPLAY 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 811-044 PREMIUM INSTRUMENT CLUSTER WITH 5.0 INCH TFT COLOR DISPLAY 81B-003 DIGITAL PANEL LAMP DIMMER SWITCH IN DRIVER DISPLAY 160-038 HEAVY DUTY ONBOARD DIAGNOSTICS INTERFACE CONNECTOR LOCATED BELOW LH DASH 844-027 AGILITY BLUE IQ FUEL GAUGE - 4TH GEN PROCAB SYSTEMS FMM CONTROLLERS 148-073 ENGINE REMOTE INTERFACE FOR REMOTE THROTTLE 48H-003 QUICKFIT POWERTRAIN INTERFACE CONNECTOR UNDER CAB WITH CAPS 48C-003 QUICKFIT PROGRAMMABLE INTERFACE CONNECTOR(S) UNDER CAB WITH CAP 163-014 ENGINE REMOTE INTERFACE CONNECTOR AT POWERTRAIN INTERFACE CONNECTOR 856-001 ELECTRICAL ENGINE COOLANT TEMPERATURE GAUGE 852-002 ELECTRIC ENGINE OIL PRESSURE GAUGE 864-022 DIGITAL TRANSMISSION OIL TEMPERATURE IN DRIVER DISPLAY 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 736-998 NO OBSTACLE DETECTION SYSTEM 2025my 114SD 3-AXLE CNG CHASSIS -`� 08/22/2023 7:47 PM - SANTA ... Page 13 of 20 Prepared for: SANTA CLARITA CITY OF 23820 VALENCIA BOULEVARD VALENCIA, CA 91355 Phone:661-510-2024 Weight Data Code Description Front 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 869-800 HOLE IN DASH FOR CUSTOMER FURNISHED 2 INCH GAUGE Design 065-000 PAINT: ONE SOLID COLOR Color 980-51`6 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 (NOOO6EA) 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 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 Weight Summary TOTAL VEHICLE SUMMARY Weight Weight Front Rear 2025my 114SD 3-AXLE CNG CHASSIS - SANTA ... Prepared by: Dan Walters VELOCITY TRUCK CENTERS 6006 MIRAMAR RD. SAN DIEGO, CA 92121 Phone: 619-564-3710 Weight Rear Total Weight [�I1f'Y�P�iY�ciXlrl ��� Page 15 of 20 Prepared for: SANTA CLARITA CITY OF 23820 VALENCIA BOULEVARD VALENCIA, CA 91355 Phone:661-510-2024 D I M E N S I O N S Prepared by: Dan Walters VELOCITY TRUCK CENTERS 6006 MIRAMAR RD. SAN DIEGO, CA 92121 Phone:619-564-3710 Model............................................................................................................................................................................................114SD Wheelbase(545)............................................................................................................................. 4825MM (190 INCH) WHEELBASE Rear Frame Overhang(552).................................................... ................................... 1775MM (70 INCH) REAR FRAME OVERHANG FifthWheel (578).......................................................................................................................................................NO FIFTH WHEEL Mounting Location (577).................................................................................................................. NO FIFTH WHEEL LOCATION MaximumForward Position (in)....................................................................................................................................................... 0 Maximum Rearward 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 2025my 114SD 3-AXLE CNG CHASSIS - SANTA ... 08/22/2023 7:47 PM Page 17 of 20 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 Model............................................................................................................................................................................................114SD Cab Size (829)..................................................................................114 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB Expected Front Axle(s) Load (Ibs)..............................................................................................................................................18000.0 ExpectedPusher Axle(s) Load (lbs)................................................................................................................................................... 0.0 ExpectedRear Axle(s) Load(Ibs)...............................................................................................................................................40000.0 ExpectedTag Axle(s) Load(Ibs).........................................................................................................................................................0.0 ExpectedGVW (Ibs)......................................................................................................................................................................58000 ExpectedGCW (Ibs)................................................................................................................................................................... 80000.0 Front Axle (400)................................................MFS-20-133A 20,000# FL1 71.0 INCH KPI/3.74 INCH DROP SINGLE FRONT AXLE Front Suspension (620)..................................................................................................20,000# TAPERLEAF FRONT SUSPENSION Front Hubs(418)........................................................................................ CONMET PRESET PLUS PREMIUM IRON FRONT HUBS Front Disc Wheels (502) ............ACCURIDE 29039 22.5X9.00 10-HUB PILOT 5.25 INSET 5-HAND STEEL DISC FRONT WHEELS Front Tires (093)................................................................. CONTINENTAL HAU 3 WT 315/80R22.5 20 PLY RADIAL FRONT TIRES Front Brakes (402) ......... MERITOR 16.5X6 Q+ CAST SPIDER CAM FRONT BRAKES, DOUBLE ANCHOR, FABRICATED SHOES Steering Gear (536)................................................................... TRW THP-60 POWER STEERING WITH RCH45 AUXILIARY GEAR Rear Axle(420).............................................................................................. MT-40-14XP 40,000# R-SERIES TANDEM REAR AXLE Rear Suspension(622)................................................................................TUFTRAC GEN2 40,000# REAR SPRING SUSPENSION Rear Hubs (450)...........................................................................................CONMET PRESET PLUS PREMIUM IRON REAR HUBS Rear Disc Wheels(505).............................A000RIDE 28828 22.5X8.25 10-HUB PILOT 2-HAND HD STEEL DISC REAR WHEELS Rear Tires(094).................................................................................CONTINENTAL HDR2+ 11 R22.5 16 PLY RADIAL REAR TIRES Rear Brakes (423).............MERITOR 16.5X7 Q+ CAST SPIDER CAM REAR BRAKES, DOUBLE ANCHOR, FABRICATED SHOES 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 2025my 114SD 3-AXLE CNG CHASSIS 08/22/2023 7:47 PM - SANTA ... Page 19 of 20