Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2024-08-27 - AGENDA REPORTS - PURCHASE TRUCK-MOUNTED PAINT STRIPER
O Agenda Item: 9 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: TAA,/� DATE: August 27, 2024 SUBJECT: PURCHASE TRUCK -MOUNTED LONG LINE PAINT STRIPER DEPARTMENT: Public Works PRESENTER: Cruz Caldera RECOMMENDED ACTION City Council: 1. Approve the "piggyback" purchase of a truck -mounted long line paint striper, EZ Liner TS- AL150, using Sourcewell contract 9080521-EZL, for a total contract amount not to exceed $288,755. 2. Authorize the City Manager or designee to execute all contracts and associated documents, subject to City Attorney approval. BACKGROUND The City of Santa Clarita's (City) Public Works Department maintains over 1,300 linear miles of road striping each year. The City's long line paint striper assists staff in re -striping edge lines, double yellow and skip lines, as well as bike lane and turn pocket lines throughout the City. The City's existing striper has exceeded its useful life. Maintenance needs and increasingly obsolete replacement parts take the striper out of service for long periods of time. During the Fiscal Year (FY) 2024-25 budget process, the City Council authorized the procurement of a replacement truck -mounted long line paint striper. Staff has determined that an EZ Liner Model TS-AL150 with a 2024 Isuzu NPR HD chassis will serve as an equivalent replacement. The new striper will allow staff to stripe approximately 15 lane miles per day, is more accurate, and has additional safety features than the current model, improving staff productivity. The use of "piggyback" purchasing allows the City to place orders against a competitively awarded public agency contract. The City is using the cooperative purchasing contract, 9080521- EZL with Sourcewell, which allows the City to take advantage of an existing competitive Page 1 Packet Pg. 336 O process. This contract, which was awarded on October 11, 2021, was competitively solicited through a nationwide bid process and is valid through October 2025. While the vast majority of the City's fleet is procured locally, the striper is a specialized piece of equipment requiring special features and customization. After performing a cost analysis, the General Services Manager determined that the Sourcewell cooperative purchasing contract with EZ Liner provides competitive pricing, provides quality service, and offers the best value to the City. Additionally, there are no local vendors that provide truck -mounted long line paint stripers on a cooperative purchasing contract. Using the Sourcewell cooperative purchasing contract results in a total sale price of $288,755, inclusive of tax and delivery. This purchase supports the Sustaining Public Infrastructure theme of Santa Clarita 2025. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT The resources required to implement the recommended action are contained within the City's adopted FY 2024-25 budget; $288,755 is available in the Gas Tax fund (Fund 230), Street Maintenance -Equipment Replacement expenditure account (2304504-520102). ATTACHMENTS Sourcewell Contract (available in the City Clerk's Reading File) EZ Liner Proposal (available in the City Clerk's Reading File) Page 2 Packet Pg. 337 DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 080521-EZL Sourcewell Solicitation Number: RFP #080521 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Vogel Traffic Services, Inc., dba EZ Liner, 1920 Albany Place SE, Orange City, IA 51041 (Supplier). Sourcewell is a State of Minnesota local government unit and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to government entities. Participation is open to eligible federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Sourcewell issued a public solicitation for Roadway Maintenance Equipment from which Supplier was awarded a contract. Supplier desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell's cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. B. EXPIRATION DATE AND EXTENSION. This Contract expires October 11, 2025, unless it is cancelled sooner pursuant to Article 22. This Contract may be extended one additional year upon the request of Sourcewell and written agreement by Supplier. C. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all payment obligations incurred prior to expiration or termination will survive, as will the following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All other rights will cease upon expiration or termination of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above. Rev. 3/2021 DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 080521-EZL Supplier's Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract. All Equipment and Products provided under this Contract must be new and the current model. Supplier may offer close-out or refurbished Equipment or Products if they are clearly indicated in Supplier's product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity's site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Supplier's dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer's warranty that extends beyond the expiration of the Supplier's warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout the Contract term, Supplier must provide to Sourcewell a current means to validate or authenticate Supplier's authorized dealers, distributors, or resellers relative to the Equipment, Products, and Services offered under this Contract, which will be incorporated into this Contract by reference. It is the Supplier's responsibility to ensure Sourcewell receives the most current information. 3. PRICING All Equipment, Products, or Services under this Contract will be priced at or below the price stated in Supplier's Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity's total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity's requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase. A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Supplier must permit the Equipment and Products to be Rev. 3/2021 DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 080521-EZL returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and the Supplier will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally delivers substandard or inferior Equipment or Products. B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax - exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At anytime during this Contract, Supplier may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line -item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Supplier may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Supplier Development Administrator. This approved form is available from the assigned Sourcewell Supplier Development Administrator. At a minimum, the request must: • Identify the applicable Sourcewell contract number; • Clearly specify the requested change; • Provide sufficient detail to justify the requested change; Rev. 3/2021 DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 080521-EZL • Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and • Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Change Request Form will become an amendment to this Contract and will be incorporated by reference. 5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell's cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract. A Participating Entity's authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Supplier understands that a Participating Entity's use of this Contract is at the Participating Entity's sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Supplier's employees maybe required to perform work at government - owned facilities, including schools. Supplier's employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell Rev. 3/2021 DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 080521-EZL contract number. All Participating Entity orders under this Contract must be issued prior to expiration or cancellation of this Contract; however, Supplier performance, Participating Entity payment obligations, and any applicable warranty periods or other Supplier or Participating Entity obligations may extend beyond the term of this Contract. Supplier's acceptable forms of payment are included in its attached Proposal. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Supplier, such as job or industry -specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entities may require the use of a Participating Addendum; the terms of which will be negotiated directly between the Participating Entity and the Supplier. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements not addressed in this Contract (such as e- commerce specifications, specialized delivery requirements, or other specifications and requirements), the Participating Entity and the Supplier may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Supplier in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the equipment, products, or services to be purchased; or 2. Federal, state, or provincial laws or regulations prohibit the purchase or change the Participating Entity's requirements. E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity's order will be determined by the Participating Entity making the purchase. 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for: Rev. 3/2021 DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 080521-EZL • Maintenance and management of this Contract; • Timely response to all Sourcewell and Participating Entity inquiries; and • Business reviews to Sourcewell and Participating Entities, if applicable. B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, sales data reports, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a contract sales activity report (Report) to the Sourcewell Supplier Development Administrator assigned to this Contract. Reports are due no later than 45 days after the end of each calendar quarter. A Report must be provided regardless of the number or amount of sales during that quarter (i.e., if there are no sales, Supplier must submit a report indicating no sales were made). The Report must contain the following fields: • Participating Entity Name (e.g., City of Staples Highway Department); • Participating Entity Physical Street Address; • Participating Entity City; • Participating Entity State/Province; • Participating Entity Zip/Postal Code; • Participating Entity Contact Name; • Participating Entity Contact Email Address; • Participating Entity Contact Telephone Number; • Sourcewell Assigned Entity/Participating Entity Number; • Item Purchased Description; • Item Purchased Price; • Sourcewell Administrative Fee Applied; and • Date Purchase was invoiced/sale was recognized as revenue by Supplier. B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Supplier will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Participating Entities. The Administrative Fee must be included in, and not added to, the pricing. Supplier may not charge Participating Entities more than the contracted price to offset the Administrative Fee. The Supplier will submit payment to Sourcewell for the percentage of administrative fee stated in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased Rev. 3/2021 DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 080521-EZL by Participating Entities under this Contract during each calendar quarter. Payments should note the Supplier's name and Sourcewell-assigned contract number in the memo; and must be mailed to the address above "Attn: Accounts Receivable" or remitted electronically to Sourcewell's banking institution per Sourcewell's Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter. Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract's expiration date, the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Supplier's Authorized Representative is the person named in the Supplier's Proposal. If Supplier's Authorized Representative changes at any time during this Contract, Supplier must promptly notify Sourcewell in writing. 10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant to this Agreement are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under this Contract without the prior written consent of the other party and a fully executed assignment agreement. Such consent will not be unreasonably withheld. Any prohibited assignment will be invalid. C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been duly executed by the parties. D. WAIVER. Failure by either party to take action or assert any right under this Contract will not be deemed a waiver of such right in the event of the continuation or repetition of the circumstances giving rise to such right. Any such waiver must be in writing and signed by the parties. Rev. 3/2021 DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 080521-EZL E. CONTRACT COMPLETE. This Contract represents the complete agreement between the parties. No other understanding regarding this Contract, whether written or oral, may be used to bind either party.For any conflict between the attached Proposal and the terms set out in Articles 1-22 of this Contract, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their respective businesses. This Contract does not create a partnership, joint venture, or any other relationship such as master -servant, or principal -agent. 11. INDEMNITY AND HOLD HARMLESS Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities, including their agents and employees, harmless from any claims or causes of action, including attorneys' fees incurred by Sourcewell or its Participating Entities, arising out of any act or omission in the performance of this Contract by the Supplier or its agents or employees; this indemnification includes injury or death to person(s) or property alleged to have been caused by some defect in the Equipment, Products, or Services under this Contract to the extent the Equipment, Product, or Service has been used according to its specifications. Sourcewell's responsibility will be governed by the State of Minnesota's Tort Liability Act (Minnesota Statutes Chapter 466) and other applicable law. 12. GOVERNMENT DATA PRACTICES Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, stored, used, maintained, or disseminated by the Supplier under this Contract. 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT I_AI►111:11144x4011JIL1aa:te]»:71VA 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Supplier a royalty -free, worldwide, non-exclusive right and license to use thetrademark(s) provided to Supplier by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell's relationship with Supplier. b. Supplier grants to Sourcewell a royalty -free, worldwide, non-exclusive right and license to use Supplier's trademarks in advertising and promotional materials for the purpose of marketing Supplier's relationship with Sourcewell. 2. Limited Right of Sublicense. The right and license granted herein includes a limited right of each party to grant sublicenses to their respective subsidiaries, distributors, dealers, Rev. 3/2021 DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 080521-EZL resellers, marketing representatives, and agents (collectively "Permitted Sublicensees") in advertising and promotional materials for the purpose of marketing the Parties' relationship to Participating Entities. Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this Article by any of their respective sublicensees. 3. Use; Quality Control. a. Neither party may alter the other party's trademarks from the form provided and must comply with removal requests as to specific uses of its trademarks or logos. b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party's trademarks only in good faith and in a dignified manner consistent with such party's use of the trademarks. Upon written notice to the breaching party, the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. As applicable, Supplier agrees to indemnify and hold harmless Sourcewell and its Participating Entities against any and all suits, claims, judgments, and costs instituted or recovered against Sourcewell or Participating Entities by any person on account of the use of any Equipment or Products by Sourcewell or its Participating Entities supplied by Supplier in violation of applicable patent or copyright laws. 5. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and the like bearing the other party's name or logo (excepting Sourcewell's pre-printed catalog of suppliers which may be used until the next printing). Supplier must return all marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell's written directions. B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Supplier individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development Administrator assigned to this Contract. D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment, Products, or Services. Rev. 3/2021 DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 080521-EZL 14. GOVERNING LAW, JURISDICTION, AND VENUE The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota. 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party's reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 16. SEVERABILITY If any provision of this Contract is found by a court of competent jurisdiction to be illegal, unenforceable, or void then both parties will be relieved from all obligations arising from that provision. If the remainder of this Contract is capable of being performed, it will not be affected by such determination or finding and must be fully performed. 17. PERFORMANCE, DEFAULT, AND REMEDIES A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Sourcewell and the Supplier will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher level of management. The Supplier will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Supplier must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Supplier fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work, the Supplier will bear any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default: 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract. Rev. 3/2021 10 DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 080521-EZL The party claiming default must provide written notice of the default, with 30 calendar days to cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non -defaulting party may: • Exercise any remedy provided by law or equity, or • Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an "AM BEST" rating of A- or better, with coverage and limits of insurance not less than the following: 1. Workers' Compensation and Employer's Liability. Workers' Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts not less than listed below: Minimum limits: $500,000 each accident for bodily injury by accident $500,000 policy limit for bodily injury by disease $500,000 each employee for bodily injury by disease 2. Commercial General Liability Insurance. Supplier will maintain insurance covering its operations, with coverage on an occurrence basis, and must be subject to terms no less broad than the Insurance Services Office ("ISO") Commercial General Liability Form CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products -completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Minimum Limits: $1,000,000 each occurrence Bodily Injury and Property Damage $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for Products -Completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Supplier will maintain insurance covering all owned, hired, and non -owned automobiles in limits of liability not less than indicated below. The coverage must be subject to terms Rev. 3/2021 11 DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 080521-EZL no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or equivalent. Minimum Limits: $1,000,000 each accident, combined single limit 4. Umbrella Insurance. During the term of this Contract, Supplier will maintain umbrella coverage over Employer's Liability, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 5. Network Security and Privacy Liability Insurance. During the term of this Contract, Supplier 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 Supplier'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 Supplier to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in this Contract. Cam_1070711 Eel 0VA41►F-i11:1:1111111:1►1Biel :14LTA 1:101WA►1oil a01LTA I_1: &A01oil ► to] male] ►1101to]:ri INSURANCE CLAUSE. Supplier agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Supplier's commercial general liability insurance policy with respect to liability arising out of activities, "operations," or "work" performed by or on behalf of Supplier, and products and completed operations of Supplier. The policy provision(s) or endorsement(s) must further provide that coverage is Rev. 3/2021 12 DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 080521-EZL 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. Supplier 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 Supplier 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 Supplier or its subcontractors. Where permitted by law, Supplier must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self -insured retention. 19. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. B. LICENSES. Supplier must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Supplier conducts with Sourcewell and Participating Entities. 20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in writing. Supplier certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Supplier certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Supplier further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time. Rev. 3/2021 13 DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 080521-EZL 21. PROVISIONS FOR NON -UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Participating Entities that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional requirements based on specific funding source terms or conditions. Within this Article, all references to "federal" should be interpreted to mean the United States federal government. The following list only applies when a Participating Entity accesses Supplier's Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 C.F.R. § 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." The equal opportunity clause is incorporated herein by reference. B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal program legislation, all prime construction contracts in excess of $2,000 awarded by non- federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. § 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-federal entity must report all suspected or reported violations to the federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 C.F.R. § 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-federal entity must report all suspected or reported violations to the federal awarding agency. Supplier must be in compliance with all applicable Davis -Bacon Act provisions. Rev. 3/2021 14 DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 080521-EZL C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. This provision is hereby incorporated by reference into this Contract. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACTOR AGREEMENT. If the federal award meets the definition of "funding agreement" under 37 C.F.R. § 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 C.F.R. § 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Supplier certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names Rev. 3/2021 15 DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 080521-EZL of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI -LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file any required certifications. Suppliers must not have used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Suppliers must disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the non-federal award. Suppliers must file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Supplier must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and records of Supplier that are directly pertinent to Supplier's discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Supplier's personnel for the purpose of interview and discussion relating to such documents. L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation Rev. 3/2021 16 DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 080521-EZL and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier not use the seal(s), logos, crests, or reproductions of flags or likenesses of Federal agency officials without specific pre -approval. N. NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party to this Contract or any purchase by an Participating Entity and is not subject to any obligations or liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter resulting from the Contract or any purchase by an authorized user. O. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The Contractor acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and Statements) applies to the Supplier's actions pertaining to this Contract or any purchase by a Participating Entity. P. FEDERAL DEBT. The Supplier certifies that it is non -delinquent in its repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowance, and benefit overpayments. Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services, Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to the anticipated work under this Contract raises an actual or potential conflict of interest (as described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in writing in sufficient detail so that the U.S. Office of General Services, Sourcewell, and Participating Entity are able to assess the actual or potential conflict; and provide any additional information as necessary or requested. R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S. Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources and support to individuals and organizations associated with terrorism. S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT. To the extent applicable, Supplier certifies that during the term of this Contract it will comply with applicable requirements of 2 C.F.R. § 200.216. Rev. 3/2021 17 DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 080521-EZL T. DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier certifies that during the term of this Contract will comply with applicable requirements of 2 C.F.R. § 200.322. 22. CANCELLATION Sourcewell or Supplier may cancel this Contract at any time, with or without cause, upon 60 days' written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Supplier's Proposal. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. Sourcewell DocuSigned by: y s(6a,vf,� By: COFD2A139D06489... Jeremy Schwartz Title: Chief Procurement Officer 10/5/2021 1 8:35 PM CDT Date: Approved: E DoccuSigned by: By: 7E42BSF817A64CC... Chad Coauette Title: Executive Director/CEO 10/8/2021 1 2:42 PM CDT Date: Vogel Traffic Services, Inc. dba EZ Liner DocuSigned by: sue, r6t,s� Bv: E466856E5B46416 .. Steve Roesner Title: President Date: 10/8/2021 1 12:34 PM PDT Rev. 3/2021 18 DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82F02BDB3 RFP 080521 - Roadway Maintenance Equipment Vendor Details Company Name: Vogel Traffic Services, Inc. Does your company conduct business under any other name? If EZ Liner yes, please state: 1920 Albany Place SE Address: PO Box 140 Orange City, IA 51041 Contact: Rob Krommendyk Email: rob.krommendyk@ezliner.com Phone: 712-737-4016 11948 Fax: 712-737-4148 HST#: 42-1447623 Submission Details Created On: Submitted On: Submitted By: Email: Transaction #: Submitter's I Address Tuesday July 06, 2021 15:55:58 Thursday August 05, 2021 15:36:27 Rob Krommendyk rob.krommendyk@ezliner.com c119ee79-d7ed-4b8a-8a21-4f16a660511c 66.172.221.237 Bid Number: RFP 080521 Vendor Name: Vogel Traffic Services, Inc. DocuSign Envelope ID: D84F6C1C-AE0E-45BC-8A81-5BD82F02BDB3 Specifications Table 1: Proposer Identity & Authorized Representatives General Instructions (applies to all Tables) Sourcewell prefers a brief but thorough response to each question. Do not merely attach additional documents to your response without also providing a substantive response. Do not leave answers blank; respond "N/A" if the question does not apply to you (preferably with an explanation). Line Item Question Response* 1 Proposer Legal Name (one legal entity only): (In the Vogel Traffic Services, Inc. event of award, will execute the resulting contract -VTS will provide a sole source of responsibility for the equipment, products, and services provided as "Supplier") under a resulting contract as the "Supplier". These solutions are complementary to the equipment, products, or service(s) proposed cover Sourcewell's Roadway Maintenance Equipment category, line items 74-76 as comprehensively as possible. 2 Identify all subsidiary entities of the Proposer whose EZ Liner - (Peterbilt cab & chassis for stock model Teton) equipment, products, or services are included in the EZ Liner - (Isuzu cab & chassis for stock model Arapahoe & Cascade) Proposal. Arrow Striping and Mfg. (Grinder truck mounted, rumble strip truck mounted, Thermoplastic truck mounted & pre-melter kettles, and Plural Component truck mounted) Epic Solutions/ASE/Smith (Thermoplastic applicators, MMA 982 walk behind striper, walk behind grinders) Titan PowrLiner (Airless walk behind paint stripers) 3 Identify all applicable assumed names or DBA names of Line 1: DBA EZ Liner the Proposer or Proposer's subsidiaries in Line 1 or Line 2 above. 4 Proposer Physical Address: 1920 Albany Place SE Orange City, IA 51041 5 Proposer website address (or addresses): www.vogeltraffic.com, www.ezliner.com 6 Proposer's Authorized Representative (name, title, Steve Roesner, President, Vogel Traffic Services, Inc., 1920 Albany Place SE, Orange City, IA 51041, address, email address & phone) (The representative steve.roesner@vogeltraffic.com, 712-707-9766(Direct Line). must have authority to sign the "Proposer's Assurance of Compliance" on behalf of the Proposer and, in the event of award, will be expected to execute the resulting contract): 7 Proposer's primary contact for this proposal (name, title, Rob Krommendyk, Design & Bid Project Manager II, EZ Liner, 1920 Albany Place SE, Orange City, address, email address & phone): IA 51041, rob.krommendyk@ezliner.com, 712-707-9777(Direct Line). 8 Proposer's other contacts for this proposal, if any Brett Mulder, Vice President of Sales & Marketing, EZ Liner, 1920 Albany Place SE, Orange City, IA (name, title, address, email address & phone): 51041, brett.mulder@ezliner.com, 712-548-7552(Cell Phone). Table 2: Company Information and Financial Strength Line Item Question Response* 9 Provide a brief history of your company, including your Vogel Traffic Services and the Vogel family have been manufacturing and providing highway and road company's core values, business philosophy, and striping materials and equipment to the industry for the last 80 years. We are a fourth generation, industry longevity related to the requested equipment, family -owned corporation that has a vertically integrated, technology forward approach to all we do. Our products or services. focus has always been on customer care and responsiveness. We believe if you take care of the customer with world class management practices the rest of the business will "fall into place", which it has since 1926 for paint products and 1960 for equipment. Our company's vision is to be "driven to advance public safety with integrity and excellence." We hold ourselves accountable through our core values of Quality, Integrity, Common Sense, Continuous Improvement, Entreprenuerism, Relationships, and Stewardship. In simple form, determined to better tomorrow, then we are today, then we were yesterday. Our history started in 1926, when Andrew Vogel, a Dutch immigrant, mixed coatings in his garage, a white house paint and a red barn paint was first developed. As the State of Iowa began painting roadways in the 1930's and 40's, Andrew expanded to include traffic paint. Andrew's son, John worked with the highway paints and soon branched into highway painting in response to demand. Around 1960 John and his crews started building their own marking equipment because no machines could be found to mark highways effectively. Thus, in 1965, the EZ Liner brand was born. John Vogel and his crews painted roads in the summer, and built and sold EZ Liner stripers during the off- season. By the late 1970's, manufacturing stripers was a full-time business, with hundreds of walk - behind and larger models produced and sold each year. During the 1990's, EZ Liner developed the first airless pickup mounted striper. Soon after came the palletized stencil unit, developed for the Minnesota DOT. In the mid-1990's EZ Liner had a contract with the US Air Force for 96 AF120SET's which was the AL120 pickup mounted unit mounted on a trailer. These units were deployed around the US and the world. EZ Liner again worked with the Air Force on a new pallet -type mid -sized striper in 2019 and 33 more similarly designed units were shipped to include Vogel traffic paint and glass beads. 10 What are your company's expectations in the event of Vogel Traffic Services has successfully and aggressively marketed Sourcewell since being awarded a an award? contract in 2017. We have and will continue to proactively present Sourcewell as an outstanding purchasing option to all current and prospective members. Our sales and marketing personnel intend to significantly expand and grow business unit sales and revenue resulting from an award with an expanded product line to meet market needs. We have seen year to year growth and expect it to continue over the next term. We also expect a growing relationship with Sourcewell staff to expand our reach to new territories and market segments. We are introducing more products allowing for an expanded and more efficient purchasing selection for our customers to get what they want when they want it. Finally, our expectations are to utilize digital marketing in innovative ways to build brand awareness, expand our market reach and ultimately increase our business with Sourcewell members. Bid Number: RFP 080521 Vendor Name: Vogel Traffic Services, Inc. DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 11 Demonstrate your financial strength and stability with Vogel Traffic Services is debt -free, has a strong balance sheet and has strategically adapted well to meaningful data. This could include such items as avoid financial stress through the Pandemic. Even in the face of extended lead times, component financial statements, SEC filings, credit and bond shortages, and labor market challenges we have met our promised deliveries and maintained financial ratings, letters of credit, and detailed reference letters. strength. Vogel Traffic Services, Inc. has a D&B rating of 1 R2 and a PayDex rating of 78. Our Upload supporting documents (as applicable) in the DUNS number is 94-417-5744. Vogel Traffic Services, Inc. dba EZ Liner is a closely held private document upload section of your response. corporation. In 2020, EZ Liner produced a new annual record of truck mounted paint striper bodies upfitted to mainly Peterbilt and Isuzu chassis. Looking forward to 2022, we have pre -ordered multiple cabs & chassis in various models along with components to accommodate anticipated customer requests for more immediate availability of finished products. 12 What is your US market share for the solutions that Our market share in the U.S. for overall Sourcewell applicable truck mounted and mid -size paint you are proposing? striping equipment sales is approximately 50-60%. The industry is loosely organized but over the past four years we have worked diligently with key suppliers, customers, prospects, industry associations and conducted competitive analysis to determine the US market. We believe the governmental market is approximately 75-100 units produced and shipped/year in this category. Of the overall pavement marking equipment category, paint striping equipment is the most common, estimated 65-70% of the market. Thermoplastic trucks, plural component trucks, RPM applicator trucks, etc. are products we are currently adding to our Sourcewell product line offering. We expect to gain up to 20% of the overall market share with an expanded product offering. The units shipped may be lessor quantities but typically more revenue per unit. 13 What is your Canadian market share for the solutions Our market share in Canada for overall Sourcewell applicable truck mounted and mid -size paint striper that you are proposing? unit sales is approximately 20-30%. Over the last 4 years the Canadian market is significantly smaller than the domestic US market. It is estimated an average of 15 unit sales in this market in Canada take place each year. Of the overall pavement marking equipment category, like the US, paint striping equipment is the most common. Thermoplastic trucks, plural component trucks, RPM applicator trucks, etc. are additional products used. We are currently adding to our product line offering and expect to gain up to 20% of the overall market share. 14 Has your business ever petitioned for bankruptcy No protection? If so, explain in detail. 15 How is your organization best described: is it a b) We sell, manufacture, distribute, ship and service all we offer directly to the end customer/user manufacturer, a distributor/dealer/reseller, or a service (Direct Sales). Our sales force and service teams are company employees working directly with the provider? Answer whichever question (either a) or b) customers. Our sales, engineers and service staff work directly with the procurement, engineering, just below) best applies to your organization. operation and maintenance staff for governmental entities at their locations whether it be the a) If your company is best described as a administrative offices or field -based shops and yards. In addition, we have a corporate service center distributor/dealer/reseller (or similar entity), provide your that is utilized for training, product inspection, maintenance, repair, & overhaul. We support our written authorization to act as a customers through the life of their equipment or materials with factory direct trained, experienced distributor/dealer/reseller for the manufacturer of the technicians. They begin with equipment design and end with service and parts support through to end products proposed in this RFP. If applicable, is your of life planning. 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? 16 If applicable, provide a detailed explanation outlining Vehicle Dealer's license in the state of Iowa for an OEM or upfitter that manufactures custom paint the licenses and certifications that are both required to striping trucks (attached). Some government agencies require that a vendor hold a business license be held, and actually held, by your organization for their government entity. That is handled on a case -by -case basis. We hold converter's licenses in (including third parties and subcontractors that you use) certain states where required. in pursuit of the business contemplated by this RFP. Our equipment is manufactured and conforms to the best-known current practices relative to design, materials, strength, quality, durability, safety, and workmanship and shall be in accordance with the latest codes, standards, and practices of the industry and the following professional organizations: American National Standards Institute (ANSI) American Society of Mechanical Engineers (ASME) American Society for Testing and Materials (ASTM) American Welding Society (AWS) Federal Motor Vehicle Safety Standards (FMVSS) Industrial Fastener Institute (IFI) International Standards Organization (ISO) -Vogel Paint is ISO certified Joint Industrial Council (JIC) National Truck Equipment Association (NTEA) Society of Automotive Engineers (SAE) The Maintenance Council of The American Trucking Association (TMC) Underwriters Laboratory (UL) 17 Provide all "Suspension or Debarment" information that INone. Vogel Traffic Services, Inc. has never been suspended or disbarred by any organization has applied to your organization during the past ten throughout its years of history. years. Bid Number: RFP 080521 Vendor Name: Vogel Traffic Services, Inc. DocuSign Envelope ID: D84F6C1C-AE0E-45BC-8A81-5BD82F02BDB3 Table 3: Industry Recognition & Marketplace Success Line Item question Response* 18 Describe any relevant industry awards or recognition Silver Award Roads & Bridges Contractor's Choice Award that your company has received in the past five years Northwest Iowa Development 2019 Business and Organization Innovation Award Keep Iowa Beautiful 2016 Donald F. Lamberti Hometown Pride Vision Award (See Marketing Plan attachment for examples of each award) 19 What percentage of your sales are to the Approximately 70% of our overall sales revenue dollars come from the governmental sector in the governmental sector in the past three years past three years, including State DOT's, Counties, Cities, and Airports. 20 What percentage of your sales are to the education Approximately 1-2%, our opportunity to sell product to the Education sector is minimal. We do sector in the past three years occasionally sell to this market sector, but the percentage in overall revenue dollars is low (usually a walk behind or mid -size striper). We have not sold any truck mounted units to the Education sector. 21 List any state, provincial, or cooperative purchasing Iowa DOT (thru 0/07/22) - contracts that you hold. What is the annual sales Missouri DOT (thru 10/31/21) - volume for each of these contracts over the past three Sourcewell (thru 10/1/21) - years? H-GAC (thru 09/30/22) - 22 List any GSA contracts or Standing Offers and Supply EZ Liner does not have a GSA contract. A Cage number, ONCU6, has been issued & maintained Arrangements (SOSA) that you hold. What is the through SAM.gov for USAF (United States Air Force) sales of equipment to AFB's around the world. annual sales volume for each of these contracts over The annual sales volume average over the last 3 years of the most recent USAF order through the past three years? Vizocom ICT LLC is $2,800,00.00.This has been recently rebid for a five year contract and we are awaiting the notification of award. Table 4: References/Testimonials Line Item 23. Supply reference information from three customers who are eligible to be Sourcewell participating entities. Entity Name * Contact Name * Phone Number* City of Palmdale, CA (Testimonial attached as part of Additional Document attached) Bruce Roadouse 661-267-5338 Sacramento International Airport, CA Steven McDonald 916-214-6057 Baldwin County. AL James Martin 251-348-0135 Hillsborough Co. Aviation Authority/ Tampa Int. Airport Jeff Clay 813-267-8382 Table 5: Top Five Government or Education Customers Line Item 24. Provide a list of your top five government, education, or non-profit customers (entity name is optional), including entity type, the state or province the entity is located in, scope of the project(s), size of transaction(s), and dollar volumes from the past three years. Entity Name Entity Type * State / Province Scope of Work* Size of Transactions Dollar Volume Past Three Years Sacramento County Government California - CA 2 trucks for highway department 2 x $536,617 each $ 1,610,187. 1 truck for Airport 1 x $472,864 1 pallet stencil unit for airport 1 x $58,423 parts Missouri DOT Government Missouri - MO 1 truck for KC district 1 x $611,950 $1,184,212. 1 truck for Hannibal district 1 x $380,415.92 repair and refurbshment of other district $83,683 trucks $57,107 parts $13, 994 $13,879 $12,383 $10,225 Port Authority of Government NewJersey - NJ 2 trucks (JFK & Newark Int'I Airports) 1 x $508,577 $1,032,457. NY & NJ 1x $508,174 Vizocom ICT Government California - CA 33 palletized military stripers with traffic 33 x $84,892 each kit $2,801,452. LLC/ USAF paint & beads shipped to various USAF bases. Iowa DOT Government Iowa - IA 1 truck for Ames district 1 x $470,704 $9,575,138. 1 truck for Albia district 1 x $380,689 statewide traffic coatings contract 3 x $2,900,00 parts Bid Number: RFP 080521 Vendor Name: Vogel Traffic Services, Inc. DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 Table 6: Ability to Sell and Deliver Service Describe your company's capability to meet the needs of Sourcewell participating entities across the US and Canada, as applicable. Your response should address in detail at least the following areas: locations of your network of sales and service providers, the number of workers (full-time equivalents) involved in each sector, whether these workers are your direct employees (or employees of a third party), and any overlap between the sales and service functions. Line Item Question Response* 25 Sales force. VTS/EZ Liner employs three traveling Territory Sales Managers who cover the entire United States and Canada. They are supported by two Design & Bid Project Managers who interpret and write specs, design equipment, and prepare quotes & bids. The team is led by a Vice President for Sales and Marketing, who also oversees a Marketing Manager and Marketing Support Specialist. In addition, since we design custom equipment and service it for the life of the vehicle, we have another group of 12 individuals working for the customer including engineers, parts sales, service technicians, and trainers. Traffic paint sales are handled through our Director of Traffic Coatings. These team members are housed in our corporate office in Orange City, IA. 26 Dealer network or other distribution methods. Our products and services are sold factory direct by experienced Territory Sales Managers, sometimes working though select dealers, but more often working directly with government agencies. 27 Service force. VTS/EZ Liner provides complete aftermarket service and support for the life of the equipment and materials. Under the direction of our Director of Equipment Services we provide parts, training, MRO (maintenance, repair & overhaul) warranty service, and technical support services nationwide and in Canada. We have a staff of six full-time individuals that provide in -field service or complete service from our corporate service center, Additionally, we have extensive support from our parts warehouse, engineering and production technicians as needed. Our partner suppliers provide similar services and support under our guidance. This team has pavement marking expertise with 264 combined years of experience from top ten employees. Our resources include a high -quality traffic paint manufacturing division, a high -quality equipment manufacuring division, and a professional application of traffic markings division. The interaction of these divisions allows us to relate to the end users and have the understanding to assist with troubleshooting, as well as aid us in product research and development. We know the product being applied and the application requirements from first-hand experience. 28 Describe the ordering process. If orders will be From initial contact to delivering equipment the customer is walked through a series of steps to ensure handled by distributors, dealers or others, explain the specifications are met and customers are satisfied. Initial contact is made with an EZ Liner Territory respective roles of the Proposer and others. Sales Manager who works with the customer throughout the process. In-house Design & Bid Project Managers along with Engineers guide the customer through the design, design approval, quotation, ordering, and pre -construction meetings to assure the final Purchase Order is reflective of the intended design specifications and performance expectations. A Design & Bid Project Manager oversees the complete process which makes it simple and easy for the customer. Orders are written up by our experienced Territory Sales Managers with the help of factory -based Truck Project Managers & Engineers on custom products, they are entered into our ERP system and work orders are created and tracked. See "Standard Transaction Document Samples" attachment for more details on the process of quoting & configuring sales orders. 29 Describe in detail the process and procedure of On -time delivery management is detailed and measured as one of EZ Liner's key performance indices. your customer service program, if applicable. Our entire company monitors and reviews KPI's monthly with corrective action taken as required. We Include your response -time capabilities and provide post -delivery hands-on training and education to ensure customers understands the full function, commitments, as well as any incentives that help operation and maintenance, and safety features of the unit. Technical Support after the sale ensures your providers meet your stated service goals or users limited down time & immediate parts availability. EZ Liner has a Customer Support team that promises. assists customers over the phone. The Customer Support team and management work with each customer's local vendors to perform warranty work and to resolve any issues. If needed a technician is sent to the customer's location to take care of any performance or warranty items. Phone support provides an immediate response. In -person response is typically same day from the factory, but could in some situations take 48 to 72 hours. Additionally, we have an extensive parts inventory and in -stock new truck units that provides us with the ability to respond to customers immediate needs. 30 Describe your ability and willingness to provide your Strategic geographic positioning in the center of North America to serve the U.S. and Canada more products and services to Sourcewell participating efficiently than any competitor in our market, creating an inherent ability to sell our products and deliver entities in the United States. service. Within the last 3 to 4 years we delivered new trucks and parts to Honolulu, HI, along with multiple orders to Alaska. We service all areas in the United States and Canada. 31 Describe your ability and willingness to provide your We "match the machine to the mission", truly understanding the application and what the equipment products and services to Sourcewell participating needs to do becomes critical for Canadian Sales. Our geographic location in the central upper Midwest entities in Canada. along with extensive experience in sales across Canada makes our ability and willingness strong. We have representatives that serve and travel to Canada along with equipment services staff that has conducted equipment training and service work throughout Canada. We anticipate no challenges with serving all Canadian members. 32 Identify any geographic areas of the United States None, we are willing and able to serve all geographical areas throughout the United States and Canada. or Canada that you will NOT be fully serving through the proposed contract. 33 Identify any Sourcewell participating entity sectors None, we are willing and able to serve all sectors of governement, education, non -profits. (i.e., government, education, not -for -profit) that you will NOT be fully serving through the proposed contract. Explain in detail. For example, does your company have only a regional presence, or do other cooperative purchasing contracts limit your ability to promote another contract? 34 Define any specific contract requirements or VTS/EZ Liner is and has already provided equipment and support in Hawaii, Alaska, and US restrictions that would apply to our participating territories. EZ Liner has many pickup mounted paint striping units in Alaska being used by contractors, entities in Hawaii and Alaska and in US Territories. airports, cities and the Alaska DOT has a truck mounted paint striping truck stationed at their Fairbanks District. EZ Liner recently sold, delivered, and trained operators in both Alaska and Hawaii. The truck delivered to Hawaii was a custom truck mounted paint striper using a Hawaii -based chassis vendor/dealer as the source for the chassis. Depending on what is required, we will handle direct or recommend a local contact such as a chassis dealer, equipment facility, etc. EZ Liner provides customers with manufacturer names and numbers for each major component used on the striper. This allows the end user to source goods either from ourselves or locally for parts and services after the sale. Bid Number: RFP 080521 Vendor Name: Vogel Traffic Services, Inc. DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 Table 7: Marketing Plan Line Item Question Response* 35 Describe your marketing strategy for promoting Our past 4 years' experience has allowed us to fine-tune our marketing strategies to be more effective. We this contract opportunity. Upload will continue our aggressive print, mailings, e-blasts, trade show and electronic media marketing with representative samples of your marketing increasing emphasis on social media platforms. What we have found most effective is the combination of materials (if applicable) in the document our field -based sales team being well versed in the Sourcewell program working with the Sourcewell team to upload section of your response. educate, explain and present this compliant, alternate procurement option. We will intentionally and assertively utilize our field team and Sourcewell's team to make customers aware and comfortable with procurement through the Sourcewell contract. In addition to this core strategy these are some of the specific marketing approaches we will utilize: 1. Comprehensive training of all internal and external Sales personnel in the benefits and importance of selling through Sourcewell's contract and to provide the tools needed to execute the purchase orders. 2. Promotion of the Sourcewell program with banners, logos, and handouts at all applicable National and Regional trade shows (ATSSA, APWA, AAAE Snow Symposium, NTEA, etc.), through company website, social media (Facebook, Instagram, Linkedln, YouTube, etc.), electronic and printed literature/advertising in Airport Business, Airport Improvement, Government Product News, Allied Paving Equipment, Pavement Magazine, American City & County, etc. 3. Continue offering customers who request formal quotes using Sourcewell professional and well thought out proposals by our Design & Bid Project Managers that eliminate ambiguity or uncertainty in product or price and provide adequate support literature. (A complete marketing plan with samples of our marketing efforts is attached in the document upload section) 36 Describe your use of technology and digital Vogel Traffic Services will continue to market Sourcewell on our website(s) with active links to our Sourcewell data (e.g., social media, metadata usage) to landing page, to Sourcewell's membership application form, and to the website homepage at sourcewell- enhance marketing effectiveness. mn.gov. As an organization we will continue to identify digital marketing efforts and technology that positively impacts our customers. In 2020, we started utilizing a 360-imaging system to capture images of our equipment. This allows the customer/prospect to take a virtual tour of our equipment through the EZ Liner website from the comfort of their home or office. We have increased our social media presence and frequency of posting on multiple platforms (Facebook, Instagram, Linkedln, Youtube, etc.) with additional consideration of various platforms as our marketing efforts continually grow in this area. We develop and distribute targeting e-blasts to promote products, services, and events. In 2021, we developed and launched a re -targeting campaign for several industry/procurement associations. Monthly digital banner Ad's on APWA and Airport Improvement Websites. Product showcase ads in ASHE (American Society of Highway Engineers) "The Inside Lane" weekly e-mail update publication as well as on the ASHE website. We utilize several software programs to monitor all digital activity mentioned above and gather data. Our Marketing department review the analytics monthly to stay in tune and/or make adjustment to improve campaigns. We compile the data, interpret, and feed that information back to our sales force. This allows our sales force to stay up to date with marketing activities and provide feedback to the marketing team. (See attached marketing plan for examples of the technology we are using and the digital marketing efforts.) 37 In your view, what is Sourcewell's role in We expect Sourcewell to be active in all forms of supporting marketing and to continue an open channel of promoting contracts arising out of this RFP? communication with our SDA. In terms of supporting marketing, we would appreciate Sourcewell providing us How will you integrate a Sourcewell-awarded with promotional literature, pop-up banners, digital images, Legislative Activity reports, marketing case studies, contract into your sales process? best practice and whatever other vendor tools are currently offered through Sourcewell. We would anticipate the continued access to Sourcewell assistance for new prospective members who need education on the validity and legality of buying from the Sourcewell contract. We also expect Sourcewell to continue to keep the website accessible to members and make it easy for our customers to become members and to process orders. We would like to meet 2-3 times per year with our SDA to review our contract but more importantly to learn of best practices and successes of other suppliers and find ways to improve our penetration to the Sourcewell base. Finally, Sourcewell plays a vital support role to help educate prospective buyers. EZ Liner integrates the Sourcewell contract into our sale process through sales goals, training, and an incentive program. A percentage of each Territory Sales Managers annual sales goal is for Sourcewell projects. Our team is extensively trained on the selling point and details of the program. We reinforce targeting key accounts and talking about the program early in the sales conversation. Our commission structure for our Territory Sales Managers includes additional compensation as an incentive to lead governmental entities to utilizing Sourcewell instead of other traditional bidding methods. 38 Are your products or services available Due to the complexity and customization options, we do not currently make available our products and through an e-procurement ordering process? If services through e-procurement channels, however we are researching and developing an e-procurement so, describe your e-procurement system and system for parts sales and our smaller equipment line, which will allow customers to place some orders on - how governmental and educational customers line through our website(s). have used it. Bid Number: RFP 080521 Vendor Name: Vogel Traffic Services, Inc. DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 Table 8: Value -Added Attributes Line Item Question Response ' 39 Describe any product, equipment, We offer extensive product training, maintenance, repair and overhaul, services to customers, some of which is maintenance, or operator training standard, and others are optional. A factory trained technician will train the end users on the equipment programs that you offer to Sourcewell purchased. Trainers have experience operating our trucks through our Contract Marking Division. Post -delivery participating entities. Include details, such training is provided to ensure customers understand full function of the unit and how to properly maintain the as whether training is standard or equipment. Operator training is critical to the overall customer experience and the equipment's performance over optional, who provides training, and any time. Equipment service and maintenance is also available to customers. Within the warranty time period costs that apply. consultation, repair, maintenance and support is provided standard at no charge in conjunction with warranty. After the warranty expires, we offer parts, MRO (maintenance, repair, and overhaul) and training available on a quotation basis. Our help desk for equipment is always available to diagnose and support the operation and maintenance of the equipment. 40 Describe any technological advances that Electrical your proposed products or services offer. EZ Carriage Control® using CAN Bus protocol to position gun carriages with memory settings and lane lock feature for repeatability and uniformity of markings. Joystick control of the carriages as an additional feature of the EZ-Carriage system. Guidance New HD cameras used for video guidance systems. Layout & Re -stripe LimnTech GPS recorded and guided paint stripe layout striping. Autonomous machine vision camera guided maintenance striping. Positions the painting carriage over the marking and applies new paint directly on top of the old marking. Acquires the position and stripe pattern for remarking. Making maintenance striping Remarkably EZI High Pressure Paint System Electronic pressure controls to allow for more precise monitoring of paint pressures which increases productivity and ease of operation. Grinding / Grooving New PCD (polycrystalline diamond) heads for grinders. Data Management Data management mapping system for roadway and/or runway maintenance, (SRO) Spec Rite Online. 41 Describe any "green" initiatives that relate All diesel engines provided on our equipment are latest emission compliant, Tier 4 Final. Biodiesel such as to your company or to your products or B20 capabilities made available when requested. We have provided CNG/LNG chassis and aux engine fueled services, and include a list of the products. certifying agency for each. We utilize electric powered cylinders and controls where available and functional. Electric vehicle and striping body electric powered painting systems are currently being researched in Product Development. Additionally, our plant operations reclaim and recycle when possible to reuse waste. 42 Identify any third -party issued eco-labels, ASME certification on all pressure vessels and surge chambers, Tier 4 Final diesel engine EPA emissions ratings or certifications that your company compliance, All trucks conform to FMVSS & NHTSA standards. has received for the equipment or products included in your Proposal related to energy efficiency or conservation, life - cycle design (cradle -to -cradle), or other green/sustainability factors. 43 Describe any Women or Minority The state of Iowa no longer issues SBE certificates but our EZ Liner SBA's Dynamic Small Business profile Business Entity (WMBE), Small Business number is P062517 and our SAM.gov unique Entity ID # is M9SBFKA2MLP7. We meet the qualifications Entity (SBE), or veteran owned business under NAICS code 33120 as a small business. certifications that your company or hub We are not a registered WMBE but a key supplier partner, Arrow Striping and Manufacturing is a WMBE (up partners have obtained. Upload to date certificate not available). Attached is our SBA profile and SAM (System for Award Management) documentation of certification (as registration certificate for Federal government purchases. applicable) in the document upload section of your response. 44 What unique attributes does your The foundation of our business in either equipment, materials or service is to make it EZ (easy) and simple for company, your products, or your services the customer to purchase, operate/apply, and maintain their equipment or materials. We have done this offer to Sourcewell participating entities? consistently for decades by focusing on serving the customer quickly, thoroughly, and with the highest quality. What makes your proposed solutions Unique to the entire industry is our market centric vertical integration. We manufacture the traffic coatings, unique in your industry as it applies to manufacture the equipment to apply the coatings and have crews that apply the coatings to roadway and Sourcewell participating entities? highway surfaces. Our breath and depth of expertise in pavement marking manifests itself in everything we do for the customer. We are a "5s Lean Workplace": Sort, Set in order, Shine, Standardize, Sustain. In other words, we are organized, orderly, clean, have tools in place to meet quality standards, and are attentive to the details and correct procedures of the work at hand. This process orientation combined with extensive experience reassures our design and manufacturing processes are reliable, controllable, and predictable. Our use of Solidworks Simulation to perform structural analysis using FEA (Finite Element Analysis) on parts or models in order to optimize design components for demanding situations. 3-D CAD modeling is used to create full models of the final equipment is also helpful. This allows us to find errors before manufacturing, work with customers to prioritize features, share images and models with customers for confirmation of desired design, and provide detailed drawings to production staff to communicate design intent. Initial weight distribution drawings are done for each unit to ensure the customer meets all applicable weight limits or is aware of all loading conditions needed to meet those limits. See Additional Documents attachment for more details. Bid Number: RFP 080521 Vendor Name: Vogel Traffic Services, Inc. DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 Table 9A: Warranty Describe in detail your manufacturer warranty program, including conditions and requirements to qualify, claims procedure, and overall structure. You may upload representative samples of your warranty materials (if applicable) in the document upload section of your response in addition to responding to the questions below. Line Item Question Response* 45 Do your warranties cover all products, parts, and labor? Our standard warranty covers all products, parts, and labor involved with repairing or replacing defective components/poor workmanship for one year. An extended limited warranty exists on major structural components for up to 60 months. Disassembly in the field to remove a product from a truck and ship a component to our service center for warranty consideration is typically not covered. If the manufacturer's warranty coverage is applicable, then shipping costs for the product will be reimbursed. 46 Do your warranties impose usage restrictions or other No limitations that adversely affect coverage? 47 Do your warranties cover the expense of technicians' travel Yes time and mileage to perform warranty repairs? 48 Are there any geographic regions of the United States or None Canada (as applicable) for which you cannot provide a certified technician to perform warranty repairs? How will Sourcewell participating entities in these regions be provided service for warranty repair? 49 Will you cover warranty service for items made by other The original equipment manufacturer is the initial and primary warranty for all equipment. EZ manufacturers that are part of your proposal, or are these Liner will be the source of the initial inquiry or claim. We will guide and assist the customer warranties issues typically passed on to the original to assure they receive responses and resolution to any warranty issues regardless of the equipment manufacturer? source. We ask that all customers buying from this contract contact our Customer Support Manager first. 50 What are your proposed exchange and return programs and Contact our Equipment Service group. Depending on the exchange, return or repairs policies? required, Customer Support will handle it directly or recommend a local contact such as a chassis dealer, pump repair facility, etc. EZ Liner provides customers with manufacturer names and numbers for each major component used on the striper. This assures the end user has other alternatives that can be independent of EZ Liner for parts and service. The products offered and delivered under this contract are primarily custom engineered and manufactured to customer provided specifications so most often exchanges rarely occur. Instead, we work with the customer to assure the equipment meets performance requirements and specifications. 51 Describe any service contract options for the items included Available upon request on a quotation basis. Services are performed either in the field, or at in your proposal. the corporate service center by professional, experienced services technicians. Table 9113: Performance Standards or Guarantees Describe in detail your performance standards or guarantees, including conditions and requirements to qualify, claims procedure, and overall structure. You may upload representative samples of your performance materials (if applicable) in the document upload section of your response in addition to responding to the questions below. Line Item Question Response 52 Describe any performance standards or guarantees Our promise to the customer is to provide products that are defect free, when they want it, with a that apply to your services smile, and to make ownership, operation, and maintenance EZ (in everything we do). A year warranty covers all of our products and services, structural defects caused or created by the OEM are covered beyond 1 year. We will always support the customer to achieve consistent equipment operation and performance. 53 Describe any service standards or guarantees that We have a corporate tracking system in our ERP system to properly measure any defects that are apply to your services (policies, metrics, KPIs, etc.) identified in the internal testing process, during the in -field training of equipment, and based on post - delivery customer evaluation (satisfaction survey). We also establish and monitor KPI's for our product quality, on -time delivery, customer satisfaction, and overall company performance. Corrective actions are issued for non-conformance. The customer satisfaction survey asks questions of our customers on how responsive and helpful our team was through the process. We track our own employee turnover, safety, and employee engagement. Finally, to assure quality workmanship we have internal training plans and goals along with employee retention initiatives. All of these focus our organization on achieving leading operating performance and customer satisfaction. Bid Number: RFP 080521 Vendor Name: Vogel Traffic Services, Inc. DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 Table 10: Payment Terms and Financing Options Line Item Question Response* 54 Describe your payment terms and accepted payment Net 30. We accept Check, Wire Transfer, ACH, Credit Cards, and P-Cards. methods? 55 Describe any leasing or financing options available for Municipal leasing and other finance options are made available to educational or governmental entities by use by educational or governmental entities. working with other Sourcewell awarded vendors specifically involved in leasing of equipment, as well as through our own internal contracted leasing company, AFN (American Financial Network, Inc. dba Bankers Equipment Leasing), serving the following: -States, Counties and State & County Agencies -Cities, towns, villages or other municipal entities -Subdivisions of State -Public Education -Volunteer Fire Departments 56 Describe any standard transaction documents that you We have an ERP system (Global Shop) which requires standard operating procedures. We have defined propose to use in connection with an awarded contract business systems in place for the entire product realization process, financial terms and conditions, production (order forms, terms and conditions, service level planning and scheduling, procurement and inventory control. Additionally, we are in development on the next agreements, etc.). Upload a sample of each (as generation of product realization utilizing some advanced software that will improve and simplify our design, applicable) in the document upload section of your quote, to manufacture processes. Currently we use an extensive design questionnaire (see uploaded section) response. and Solidworks modeling in conjunction with the ERP system in the process. Our Design & Bid Project Managers manage the process and are the point of contact for customers when developing specs, budget figures, and quotes. Orders are usually received electronically, and an order confirmation is sent to the customer with supporting documents and delivery dates. 57 Do you accept the P-card procurement and payment Yes, we now accept the P-card procurement and payment process. There is no additional cost extended to process? If so, is there any additional cost to the customer for this. Sourcewell participating entities for using this process? Bid Number: RFP 080521 Vendor Name: Vogel Traffic Services, Inc. DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 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 described in the RFP, the template Contract, and the Sourcewell Price and Product Change Request Form. Line Item question Response 58 Describe your pricing model (e.g., line -item discounts or product -category Our pricing model is based on a product category discount. We provide discounts). Provide detailed pricing data (including standard or list discounts (stated as a %) off our manufacturer's suggested retail pricing for each pricing and the Sourcewell discounted price) on all of the items that you piece of equipment, parts, and service based on the categories. In addition, we want Sourcewell to consider as part of your RFP response. If applicable, allow the customers to select from pre -priced options, offered at discounted prices, provide a SKU for each item in your proposal. Upload your pricing to 'customize' their equipment to their specific requirements or performance materials (if applicable) in the document upload section of your response. expectations. Sourcewell has seen increasing volumes of purchases from EZ LinerNTS so we are able to offer more significant discounts for this next contract period. All fo the proposed pricing and discount schedules are provided in document upload section. 59 Quantify the pricing discount represented by the pricing proposal in this 7% Category discount on EZ Liner products and services. response. For example, if the pricing in your response represents a 7% Category discount on Arrow products and services. percentage discount from MSRP or list, state the percentage or 4% Category discount on LimnTech products and services. percentage range. 3% Category discount on Epic Solutions products and services. 3% Category discount on Titan products and services. 3% Category discount on Traffic Coatings products and services. All discounts off suggested sell price or MSRP, dependent on category, and manufacturer suggested retail. 60 Describe any quantity or volume discounts or rebate programs that you In addition to our Sourcewell discount for all purchases we will consider additional offer. quantity or volume discount requests for multiple unit sales. Each request is evaluated individually at time of order since we don't know details of the product, quantity/volume, configuration, performance specifications, delivery locations, and other possible program requirements. Should Soucewell purchases exceed $10,000,000 during a calendar year, we will offer an additional .5% rebate to Sourcewell on all sales exceeding $10,000,000. 61 Propose a method of facilitating "sourced" products or related services, We would continue to offer "Sourced Goods" as separate line item quotes as which may be referred to as "open market" items or "nonstandard requested b the customer. The "Sourced Goods" quotation would be added to the options". For example, you may supply such items "at cost" or "at cost base & published options herein. Many of our government supplied trucks are plus a percentage," or you may supply a quote for each such request. custom designed and built according to specific customer needs. Since this is a four year contract, we calculate these items at time of customer order to be sure the pricing includes all unique requests beyond what is offered in our options listing and the items reflect current costs. 62 Identify any element of the total cost of acquisition that is NOT included Our prices are inclusive of design and engineering fees, pre-contruction reviews, in the pricing submitted with your response. This includes all additional and equipment testing. Customers can request additional elements including; charges associated with a purchase that are not directly identified as PDI's (pre -delivery inspection) and equipment training. Those additional requests freight or shipping charges. For example, list costs for items like pre- are not included in our base pricing but available as options. delivery inspection, installation, set up, mandatory training, or initial inspection. Identify any parties that impose such costs and their relationship to the Proposer. 63 If freight, delivery, or shipping is an additional cost to the Sourcewell We will handle the delivery as an additional sourced good cost quoted on a case - participating entity, describe in detail the complete freight, shipping, and by -case basis at time of each customer's order. We provide options to the delivery program. customer of Pick-up, freight delivery, or company -driven delivery. 64 Specifically describe freight, shipping, and delivery terms or programs Like our continental logistics we would handle the delivery as an additional available for Alaska, Hawaii, Canada, or any offshore delivery. sourced good cost quoted on a case -by -case basis at time of each customer's order. To support these customers we work with the them to assure freight forwarding, delivery to warehouses or ports are planned, properly documented and executed. We offer the same options to the customer of pick-up, freight delivery, or company driven delivery. 65 Describe any unique distribution and/or delivery methods or options None offered in your proposal. Bid Number: RFP 080521 Vendor Name: Vogel Traffic Services, Inc. DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 Table 12: Pricing Offered Line Item The Pricing Offered in this Proposal is: * Comments 66 d. other than what the Proposer typically offers (please describe). EZ Liner's business with governmental agencies is typically custom truck designs and bids unique to their individual performance specifications and operating requirements. So most often we sell at manufacturers suggested pricing because the product is custom designed and manufactured. In this proposal, we are offering a discount off our manufacturer's suggested retail price because of the combined purchasing volume represented by Sourcewell membership. Additionally, we are offering fixed prices for future orders when our typical quotations are quoted at the time of request and are only valid for 30 days. This proposal is tailored to support the buying power and needs of Sourcewell members. Table 13: Audit and Administrative Fee Line Item question Response* 67 Specifically describe any self -audit process or program that you plan to employ EZ Liner has internal process controls and checks and balances to assure to verify compliance with your proposed Contract with Sourcewell. This process self -audit compliance with the requirements of the contract. Starting with includes ensuring that Sourcewell participating entities obtain the proper pricing, when orders are quoted and received, they are reviewed by the sales that the Vendor reports all sales under the Contract each quarter, and that the administration, sales management, manufacturing and accounting before Vendor remits the proper administrative fee to Sourcewell. Provide sufficient detail they are acknowledged and entered on the ERP system. After the orders to support your ability to report quarterly sales to Sourcewell as described in the are released to manufacturing and produced, prior to shipment the sell Contract template. price, delivery, and costs are reviewed and approved by the accounting department. Once approved for release and shipment our operating system provides notification to accounting. Monthly accounting procedures reconcile all shipments with approved pricing and administrative fees (Sourcewell, commissions, etc.) Quarterly these are summarized, reviewed, approved, and released for payment/remittal. 68 If you are awarded a contract, provide a few examples of internal metrics that We track our contract performance in five ways, first is sales and will be tracked to measure whether you are having success with the contract. revenue. Monthly our senior sales & marketing leadership assess our actual sales against forecasted sales. (Sourcewell sales as a % of total sales.) Weekly, we track all prospective business opportunities to assure we have activity to generate sales success. (% and quantity of Sourcewell opportunities, potential bids, and quotations.) Secondly, accounting reports commissions, royalties, and administrative fee remittals. (Sourcewell sales invoiced and % of total company sales.) Thirdly, our sales & marketing team regularly assesses results of our marketing and business development plans. (Marketing department actions plans.) The fourth way is through tracking our close rate on Sourcewell opportunities and projects. Finally, we have requested a minimum of a semi-annual program review with our SDA. This could assure both parties are proactively managing the program for success. (Meeting notes and RAIL - rolling action items.) 69 Identify a proposed administrative fee that you will pay to Sourcewell for EZ Liner is proposing a 2% administrative fee to be paid to Sourcewell facilitating, managing, and promoting the Sourcewell Contract in the event that for facilitating, managing and promoting the contract. you are awarded a Contract. This fee is typically calculated as a percentage of Vendor's sales under the Contract or as a per -unit fee, it is not a line -item addition to the Member's cost of goods. (See the RFP and template Contract for additional details.) Table 14A: Depth and Breadth of Offered Equipment Products and Services Line question Response Item Bid Number: RFP 080521 Vendor Name: Vogel Traffic Services, Inc. DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 vide a detailed description of the equipment, ducts, and services that you are offering in your posal. EZ Liner TV-AL110 Cascade -Product Code 18H turnkey airless 110 gallon paint striper built on and to include an Isuzu NPR HD gas cab & chassis TV-AL230 Arapahoe -Product Code 18H turnkey airless 230 gallon striper built on and to include an Isuzu NRR diesel cab & chassis TV-AL500 Teton -Product Code 18H turnkey airless 500 gallon striper built on and to include a Peterbilt 220 cab & chassis. PV-AL110 WindRunner (Dual Carriage)- Product Code 18H airless 110 gallon paint striper pallet mounted to be installed on a flatbed or pickup bed sold separately. TS-AL500 Truck Series Product Code 18A, customizable 500 gallon paint striper body, cab & chassis sold separately. TS-AL220 Truck Series Product Code 18B, customizable 220 gallon paint striper body, cab & chassis sold separately. TS-AL110 Truck Series Product Code 18C, customizable 110 gallon paint striper body, cab & chassis sold separately. SS-AL110 Trail Runner Striper Product Code 18D, cab & chassis sold separately. PS-AL110 WindRunner (single carriage) Product Code 18E- customizable airless 110 gallon paint striper pallet mounted to be installed on a flatbed or pickup bed sold separately. PS-ST110 Palletized Stencil Striper Product Code 18F, cab & chassis sold separately. TS-AS500 Truck Series Product Code 18G, customizable 500 gallon air -spray paint striper body, cab & chassis sold separately. TS-RP16-11 RPM Truck Product Code 18K Reflective Pavement Marking Truck, cab & chassis sold separately. Arrow Striping Arrow Rumble Strip Truck - Product Code 18N-RUMBLE Arrow Grinder/ Platform 2 Box - Product Code18N-GRINDER2B Arrow Grinder/Saw Platform 4 Box - Product Code 18N-GRINDER4B Arrow Striper Thermoplastic 2 Kettle - Product Code 18N-THERMOSTRIP2K Arrow Striper Thermoplastic 4 Kettle - Product Code 18N-THERMOSTRIP4K Arrow Pre-Melter Thermoplastic Truck Mounted - Product Code 18N-THERMOPMELT Arrow Melter Skid -Mounted 2000 lb- Product Code 18N-MELTSKID2K Arrow Striper Plural Component - Product Code 18N-STRIPPLURAL Epic Solutions Epic Solutions - Product Code 18M-0290053PBDC PL6955PB 2-gun Walk Behind Paint Striper ASE Thermomark 250 - Product Code 18M-ASE7020ASD - Thermoplastic "handliner" applicator ASE Thermomark 300- Product Code 18M-ASE7020AG - Thermoplastic "handliner" applicator ASE Thermo Mark 250DD -Product Code 18M-ASE7020AFDD- (Double -Drop) Thermoplastic applicator w/ double drop bead dispensing feature ASE ThermoMark 30ODD -Product Code 18M-ASE7020AGDD (Double-Drop)Thermoplastic applicator w/ double drop bead dispensing feature ASE FastMelt 650 -Product Code 18M-ASE7030 Standard Unit Portable Premelting System, propane ASE FastMelt 650 Custom- Product Code18M-ASE7030RH (Right -Side Engine/Hydraulic Mount) Portable Premelting System, propane fired. ASE Thermoplastic TomiHawk Trailer- Product Code 18M-ASE3230AD Epic Tape Truck (no chassis) - Product Code18M-TRTA5000 Epic Solutions TA5000 Tape Applicator -Product Code 18M-TA5000, walk behind cuts tape without having to stop Espalda Side Winder - Product Code 18M-SWTRM27 - Temporary Tape Removing Machine Epic Solutions SS2000 Mini -Vac - Product Code 18M-SS2000 - vacuum collects small grinders and scarifier dust. Epic Solutions MMA Promark -Product Code 20018M-ASE8020AS, 98:2 ratio 1 gun walk behind MMA system Smith FS200 -Product Code 18M-FS200.H5 (5.5hp) Deluxe compact drum -style multi -use combination scarifier/grinder Smith FS209 -Product Code 18M-FS209.H9 (9hp) HD deluxe compact drum -style multi -use combination scarifier/grinder Smith SPS10 - Product Code 18M-SPS10.H13-(13hp) drum -style multi -use Surface Preparator (up to 10" width) Smith SPS10 DCS - Product Code 18M-25N986-(390cc) drum -style multi -use Surface Preparator (up to 10" width) Titan PowrLiner 850 - Product Code 181-850 Titan PowrLiner 3500- Product Code 181-3500 Titan PowrLiner 4955- Product Code 181-4955 Titan PowrLiner 6955- Product Code 181-6955 Titan PowrLiner 8955- Product Code 181-8955 Titan LazyLiner Elite- Product Code 181-LLE Titan LazyLiner Pro- Product Code 181-LLP Hitch of 4955,5955,8955 - Product Code 181-HITCH Bead Dispenser Kit for 2 Gun Unit - Product Code 181-02-01 Bead Dispenser Kit for 1 Gun Unit -Product Code 181-02-02 LimnTech LifeMark 100 - Product Code 18L-LM100GPS1- Record only via GPS vehicle - one side (Airport Model) LifeMark 100- Product Code 18L-LM100GPS2 - Record only via GPS vehicle - two sides Lifemark 100- Product Code 18L-LM100SC - Single Carriage Record and Layout via GPS Paint Truck (Airport Model) LifeMark 100 - Product Code 18L-LM100DC- Dual Carriage GPS Record and layout via GPS Paint LifeMark 300- Product Code 18L-LM300SC - Single Carriage Auto Re -Stripe via Camera Paint Truck (Full Size Paint Truck) LifeMark 300- Product Code18L-LM300DC- Dual Carriage Auto Re -Stripe via Camera Paint Truck LifeMark 400 - Product Code 18L-LM400DC- Dual Carriage Record and Layout via GPS and Auto Re -Stripe via Camera Paint Truck ( Full -Size Paint Truck) Bid Number: RFP 080521 Vendor Name: Vogel Traffic Services, Inc. DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 hin this RFP category there may be subcategories Traffic Coatings -fast dry waterborne &solvent borne traffic paint offered in various colors (white, solutions. List subcategory titles that best describe yellow, red, blue, black, & green) it products and services. Traffic Coatings -Product Code 18J 5-Gal Bucket White, Waterborne Traffic Paint, Fast Dry - Product Code UC1509-500 Yellow, Waterborne Traffic Paint, Fast Dry - Product Code UC3584-500 Red, Waterborne Traffic Paint, Fast Dry - Product Code UC5503-500 Blue, Waterborne Traffic Paint, Fast Dry - Product Code UC7503-500 Black, Waterborne Traffic Paint, Fast Dry - Product CodeUC9507-500 Pathway Green, Waterborne Traffic Paint, Fast Dry - Product Code UC6502-500 White, Alkyd Acrylic Solvent -Borne Traffic Paint, Fast Dry - Product Code TM1733-500 Yellow, Alkyd Acrylic Solvent -Borne Traffic Paint, Fast Dry - Product Code TM3788-500 White, Acrylic Solvent -Borne Traffic Paint, Fast Dry - Product Code TM1740-500 Yellow, Acrylic Solvent -Borne Traffic Paint, Fast Dry - Product CodeTM3783-500 55-gal Drum White, Waterborne Traffic Paint, Fast Dry - Product Code UC1509-955 Yellow, Waterborne Traffic Paint, Fast Dry - Product Code UC3584-955 Red, Waterborne Traffic Paint, Fast Dry - Product Code UC5503-955 Blue, Waterborne Traffic Paint, Fast Dry - Product Code UC7503-955 Black, Waterborne Traffic Paint, Fast Dry - Product Code UC9507-955 Pathway Green, Waterborne Traffic Paint, Fast Dry - Product Code UC6502-955 White, Alkyd Acrylic Solvent -Borne Traffic Paint, Fast Dry - Product Code TM1733-955 Yellow, Alkyd Acrylic Solvent -Borne Traffic Paint, Fast Dry - Product Code TM3788-955 White, Acrylic Solvent -Borne Traffic Paint, Fast Dry - Product Code TM1740-955 Yellow, Acrylic Solvent -Borne Traffic Paint, Fast Dry - Product Code TM3783-955 275-gal Tote White, Waterborne Traffic Paint, Fast Dry - Product Code UC1509-827 Yellow, Waterborne Traffic Paint, Fast Dry - Product Code UC3584-827 Red, Waterborne Traffic Paint, Fast Dry - Product Code UC5503-827 Blue, Waterborne Traffic Paint, Fast Dry - Product Code UC7503-827 Black, Waterborne Traffic Paint, Fast Dry - Product Code UC9507-827 Pathway Green, Waterborne Traffic Paint, Fast Dry - Product Code UC6502-827 White, Alkyd Acrylic Solvent -Borne Traffic Paint, Fast Dry - Product Code TM1733-827 Yellow, Alkyd Acrylic Solvent -Borne Traffic Paint, Fast Dry - Product Code TM3788-827 White, Acrylic Solvent -Borne Traffic Paint, Fast Dry - Product Code TM1740-827 Yellow, Acrylic Solvent -Borne Traffic Paint, Fast Dry - Product Code TM3783-827 Table 14B: Depth and Breadth of Offered Equipment Products and Services Indicate below if the listed types or classes of equipment, products, and services are offered within your proposal. Provide additional comments in the text box provided, as necessary. Line Item Category or Type Offered * Comments 72 Asphalt recycles and reclaimers r Yes N/A r: No 73 Patchers, seal coaters, crack sealers, and mastic and r Yes N/A adhesive melters r•' No 74 Chip spreaders, asphalt brooms, and pavement grinding or F Yes not chip spreaders or asphalt brooms. grooving equipment r No Pavement grinding and grooving equipment. 75 Pavement marking application and removal equipment r•' Yes All material applicator types including paint, r No thermoplastic, tape, RPM, and plural components. 76 Cther G Yes Traffic paint materials r No Table 15: Exceptions to Terms, Conditions, or Specifications Form Line Item 77. 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 ITerm, Condition, or Specification I Exception or Proposed Modification 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. Bid Number: RFP 080521 Vendor Name: Vogel Traffic Services, Inc. DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82F02BDB3 2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to ensure that the uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed by Sourcewell. 3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell. 4. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan category save the document as "Marketing Plan." • Pricing - Sourcewell pricing document final.pdf - Thursday August 05, 2021 15:28:32 • Financial Strength and Stability - Financial Strength & Stability.pdf - Wednesday August 04, 2021 11:29:39 • Marketing Plan/Samples - VTS Sourcewell Marketing Plan.pdf - Thursday August 05, 2021 15:09:38 • WMBE/MBE/SBE or Related Certificates - WMBE MBE SBE or related Certifications. pdf - Friday July 30, 2021 16:38:05 • Warranty Information - Warranty Information & Statements.pdf - Wednesday August 04, 2021 11:19:18 • Standard Transaction Document Samples - Standard Transaction Document Samples.pdf - Monday July 26, 2021 13:15:46 • Upload Additional Document - Additional Documents.pdf - Monday July 26, 2021 13:35:53 Bid Number: RFP 080521 Vendor Name: Vogel Traffic Services, Inc. DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82F02BDB3 Addenda, Terms and Conditions PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE I certify that I am the authorized representative of the Proposer submitting the foregoing Proposal with the legal authority to bind the Proposer to this Affidavit and Assurance of Compliance: 1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in the jurisdiction of its residence. 2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for contract award. 3. The Proposer, including any person assisting with the creation of this Proposal, has arrived at this Proposal independently and the Proposal has been created without colluding with any other person, company, or parties that have or will submit a proposal under this solicitation; and the Proposal has in all respects been created fairly without any fraud or dishonesty. The Proposer has not directly or indirectly entered into any agreement or arrangement with any person or business in an effort to influence any part of this solicitation or operations of a resulting contract; and the Proposer has not taken any action in restraint of free trade or competitiveness in connection with this solicitation. Additionally, if Proposer has worked with a consultant on the Proposal, the consultant (an individual or a company) has not assisted any other entity that has submitted or will submit a proposal for this solicitation. 4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or circumstances which could give rise to an organizational conflict of interest. An organizational conflict of interest exists when a vendor has an unfair competitive advantage or the vendor's objectivity in performing the contract is, or might be, impaired. 5. The contents of the Proposal have not been communicated by the Proposer or its employees or agents to any person not an employee or legally authorized agent of the Proposer and will not be communicated to any such persons prior to Due Date of this solicitation. 6. If awarded a contract, the Proposer will provide to Sourcewell Participating Entities the equipment, products, and services in accordance with the terms, conditions, and scope of a resulting contract. 7. The Proposer possesses, or will possess before delivering any equipment, products, or services, all applicable licenses or certifications necessary to deliver such equipment, products, or services under any resulting contract. 8. The Proposer agrees to deliver equipment, products, and services through valid contracts, purchase orders, or means that are acceptable to Sourcewell Members. Unless otherwise agreed to, the Proposer must provide only new and first -quality products and related services to Sourcewell Members under an awarded Contract. 9. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders. 10. The Proposer understands that Sourcewell will reject RFP proposals that are marked "confidential" (or "nonpublic," etc.), either substantially or in their entirety. Under Minnesota Statutes Section 13.591, subdivision 4, all proposals are considered nonpublic data until the evaluation is complete and a Contract is awarded. At that point, proposals become public data. Minnesota Statutes Section 13.37 permits only certain narrowly defined data to be considered a "trade secret," and thus nonpublic data under Minnesota's Data Practices Act. 11. Proposer its employees, agents, and subcontractors are not: 1. Included on the "Specially Designated Nationals and Blocked Persons" list maintained by the Office of Foreign Assets Control of the United States Department of the Treasury found at: https://www.treasury_.gov/ofac/downloads/sdnlist.pdf; 2. Included on the government -wide exclusions lists in the United States System for Award Management found at: https:Hsam.gov/SAM/; or 3. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. 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. - Steve Roesner, President, Vogel Traffic Services, Inc. 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. Bid Number: RFP 080521 Vendor Name: Vogel Traffic Services, Inc. DocuSign Envelope ID: D84F6C1C-AEOE-45BC-8A81-5BD82FO2BDB3 I have reviewed the File Name below addendum and Pages attachments (if applicable) Addendum 4 Roadway_Maint_Eq u i pt_RF P_O8O521 2 Wed July 28 2021 06:54 PM Addendum — 3 Roadway_Maint_Eq u i pt_RF P_O8O521 rw 2 Mon July 26 C 21 04:56 PM Addendum 2 Roadway_Maint_Eq u i pt_RF P_O8O521 1 Fri July 16 2021 12:55 PM Addendum 1_Roadway_Mai nt_Eq u i pt_RF P_O8O521 _D raft 1 Thu June 24 2021 04:18 PM Bid Number: RFP 080521 Vendor Name: Vogel Traffic Services, Inc. February 14, 2024 City of Santa Clarita "piggy -back" from Madera (Sourcewell Account #27811) 25663 Avenue Stanford Santa Clarita, CA 91355 Re: Sourcewell Contract No. 080521-EZL Purchase of EZ Liner Model TS-AL150 Truck Mounted Striping Machine (S/N 1E23556TS) Mr. March, Thank you for the opportunity to submit an updated proposal to the City of Santa Clarita for the piggy -back purchase of an EZ Liner Model TS-AL150 paint striping body mounted on an Isuzu Model NPR -HD gas chassis using our new Sourcewell Contract No. 080521-EZL pricing. As part of this proposal the following information is being provided: 1. Proposal Price Sheet for the paint striping body. 2. A copy of EZ Liner's "Sourcewell Contract No. 080521-EZL-Specifications for EZ Liner Model TS-AL110 Base Unit Product Code #18C dated 08/05/2021". 3. A copy of City of Santa Clarita's "Specifications for an Airless Truck Mounted Striping Machine" dated 02/02/2024. 4. Comparison document comparing EZ Liner's Sourcewell specifications and City of Santa Clarita's specifications summarizing the changes. 5. Technical literature packet outlining what EZ Liner is proposing to provide. This quote includes a one-year limited factory EZ Liner equipment warranty and the standard Isuzu chassis warranty. The estimated availability of the completed truck shall be 180 days ARO / 90 days ARC (after receipt of chassis). EZ Liner production slots are issued based on receipt date of this executed agreement per the terms and conditions of this proposal. In the current post -pandemic market, global supply disruptions may cause shipment delays. Where the delivery of materials is delayed beyond the control of EZ Liner, EZ Liner shall not be liable for any additional costs or damages associated with such delays. All prices quoted are valid for 30 days from the date of this proposal. All sales are FOB Orange City, Iowa. Freight quotes provided are estimated and subject to change. If the equipment is shipped, the actual freight cost will be invoiced at the time of shipment. Payment terms are 30% down with full balance due and payable within 30 days after shipment or pick up of the completed unit. Any applicable federal, state, and local taxes, duties, fees, licenses, and other government charges in connection with this agreement are not included in pricing and are the responsibility of the customer. Any surcharges imposed upon EZ Liner by its supplier(s) may be passed on as additional charges to this agreement and shall fall under the same terms and conditions as this agreement. Such surcharges shall be documented with supplier notices or invoices. If, during the performance of this agreement, the cost of materials significantly increases, through no fault of EZ Liner, the price of this agreement may be equitability adjusted by a reasonably necessary amount. As used herein, from the date of this quote a significant cost increase shall mean any increase in cost of materials which is abnormal, atypical, and typically would exceed seven percent (7%). Such increases in material cost shall be supported by quotes, invoices, or receipts. Your signature below will signify that you have read this entire proposal and agree to its price, the equipment as listed and its terms and conditions. Please complete the Customer Approval section below. Send to your sales representative, this signed acknowledgment and, if applicable, your executed purchase order: Mike Petersen Territory Sales Manager mike.petersen@ezlinencom 712-360-2108 The City's new paint truck will be delivered by lowboy trailer. The City will be responsible for driving their truck off the trailer. EZ Liner looks forward to working with the City of Santa Clarita by providing quality paint striping equipment supported by superior customer service! Respectfully submitted, Vogel Traffi Services, Inc. dba EZ Liner Signature W February 14, 2024 Rob Krommendyk Design & Bid Project Manager II CUSTOMER APPROVAL: City of Santa Clarita, CA Signature Date Printed Name Title EZ Liner - PO Box 140 • Orange City, IA 51041 P; (712) 737-4016 • TF: (800) 373-4016 - etliner.corm EZ LINER MODEL TS-AL110, Product Code #18C PAINT STRIPING BODY ONLY Item_ Description List Price 18C AL110 Base Unit $ 184,070.00 18C-01-07 Air hose reel with 25' hose $ 1,738.00 18C-02-01 Vacuum bead load system $ 2,360.00 18C-04-01 Add'l paint & bead line with Graco guns $ 5,590.00 18C-04-02 Flex gun w/hose reel & 25' HP Hose $ 3,040.00 18C-04-03 220 gallon SS tank ILO Base $ 12,800.00 18C-04-04 120 gallon SS tank ILO Base $ 9,050.00 18C-04-05 1-1/2" LP SS Diaphragm pump, each $ 10,256.00 18C-06-01 25 gallon poly flush tank $ 2,450.00 18C-07-01 Skip -Line Inc. digital speedometer $ 1,680.00 18C-07-02 Gallon counts, per color $ 778.00 18C-07-03 Eight Light LED Work Light system $ 3,880.00 18C-07-04 1020E-4 Message Board ILO base $ 18,952.00 18C-07-05 Camera guidance system $ 13,680.00 18C-07-06 Laser guidance system $ 10,200.00 18C-07-07 3'x6' Arrowboard ILO base TAC8 Arrow Stick $ 4,570.00 18C-08-01 Deduct for Mechanical Line Guide $ 4,970.00 18C-08-02 Aluminum toolbox $ 1,119.00 18C-10-05 AL125 Base Unit Recommended Spare Parts Kit $ 9,375.00 F.O.B. FACTORY. TRAINING AND DELIVERY PRICED SEPARATELY. A 7% DISCOUNT ON BASE UNIT AND ITEMS LISTED ON THIS PRICING PAGE IS AVAILABLE TO SOURCEWELL MEMBERS. EFFECTIVE DATE: October, 2023. February 14, 2024 City of Santa Clarita "piggy -back" from Madera (Sourcewell Account #27811) 25663 Avenue Stanford Santa Clarita, CA 91355 Re: Sourcewell Contract No. 080521-EZL (piggy -back) Purchase of EZ Liner Model TS-AL150 Truck Mounted Striping Machine (S/N 1E23556TS)-Price Sheet Item Description 18C TS-AL110 Base Unit 18C-02-01 Vacuum Bead Load System using Shop Air 18C-04-01 Add'l paint & bead line with Graco guns 18C-07-01 Skip -Line Digital Speedometer 18C-07-02 Gallon Counts Per Color $778.00 x 3 18C-07-03 Eight Light LED Work Light System 18C-07-06 Laser Guidance System 18C-07-07 3'x6' Arrow Board ILO Base TAC Arrow Stick 18C-08-02 Aluminum toolbox $1,119.00 x 2 Subtotal 7% Discount Net Amount Published Pricing Chassis 2024 Model Year Isuzu NPR HD Gas Sourced Goods Skip Line Remote Trigger for SC-12, Each $1,040.00 x 2 Weldex Rearview/Backup Camera System Dual color plumbing on paint Guns on Left Carriage (2) Drum Mount Agitator Assemblies, Each $1,960.00 x 2 Black Paint System-40-gal. Tank with agitator, 8.6 GPM Pump; & HP Pump Plumbed to Load Black Paint Hydraulic Oil Cooler 2nd Model SC-12 Skip Timer Strobe System California Title 13 Compliant Three -Day Training Session Delivery Total for Sourced Goods SUBTOTAL AMOUNT List Price $184,070.00 2,360.00 5,590.00 1,680.00 2,334.00 3,880.00 10,200.00 4,570.00 2,238.00 $216,922.00 ($ t 5,18 5.00) $201,737.00 $52,559.00 2,080.00 2,398.00 1,543.00 3,920.00 4,935.00 1,420.00 3,000.00 2,663.00 6,000.00 6,500.00 $34,459.00 $288,755.00 Trade -in -offer for used Windrunner (11 years old) TOTAL NET AMOUNT Respectfully submitted, Vogel Traffic Services, Inc. dba EZ Liner Signature Date February 14, 2024 Rob Krommendyk Design & Bid Project Manager ($4500.00) 284,255.0 CUSTOMER APPROVAL City of Santa Clarita, CA Signature Date Printed Name_ Title EZ Liner • PO Box 140 • Orange City, IA 51041 P; (712) 737-4016 - TF: (800) 373-4016 - eAner.cam SOURCEWELL CONTRACT #080521 SPECIFICATIONS FOR ROADWAY MAINTENANCE EQUIPMENT EZ LINER MODEL TS-AL110 BASE UNIT l8C 08/05/2071 1.0 Performance specification: Unit shall be capable of applying 3" to 8" wide retro-reflective lines with spacing between lines from 0" to 6". Paint applications speeds shall be from 4 MPH to 10 MPH. Application rates of 12 mil to 15 mil wet film thickness paint for standard formulations of traffic paint and 6 to 8 lbs./gal and Type I glass beads. The unit is designed so that it operates in its own lane of traffic and applies centerline, edge lines and lane lines Separately. 2.0 Equipment platform: The construction shall be of 3/16" thick smooth aluminum deck plate 88" wide x length as required for components with 4" aluminum long sills, 3" aluminum cross members with integrally formed rub rail. Walking area surfaces of platform shall be covered with anti -slip material. A canopy shall be provided above the operator stations. Deck shall be installed on chassis frame rails using 8" to 10" steel risers that are bolted to the chassis frame rails and long sills. The railings shall be 42" high with mid rail welded to deck with two (2) 32" high fold up steel ladders with a chrome grab handle each side of ladder openings and rear access. At the operator station the railing shall be 32" high with a mid rail. Steel rear bumper with stair step rear access incorporated into the design with right side hand railing. Removable aluminum rear fenders with aluminum guard forward and to the rear shall be provided. LED platform lighting. Two (2) 10# fire extinguishers and two (2) cup holders shall also be provided. The auxiliary engine and air compressor shall remain their original factory colors. The underside of the deck will be painted the same color as the top of the deck. All coatings shall be lead free. The Unit shall be prime coated with a two -component urethane primer system. The topcoat shall be a two -component polyurethane coating. White is the standard factory paint color. Black powder coating shall be used on brackets, gun carriages and line guide. 3.0 Operator seats: Two (2) Bostrom air ride high back black vinyl covered seats with seat belts and seat tethers and inside armrest. At the top of the railing at each operator station a black vinyl covered padded armrest 3"x18" shall be provided. 4.0 Gun carriages: Municipal type gun carriage centerline and edge line carriages mounted in front of or behind the rear axle. Each carriage shall be supported by a single outrigger tube retractable structural steel slide with UHMWPE bearing material and a single standard gun carriage tire installed in a center swivel. Carriages shall be supported by auto lock brackets in the transport position and adjustable gun brackets are to be zinc plated. Two (2) paint guns and two (2) bead guns installed on left gun carriage and one (1) paint gun and one (1) bead gun on the right gun carriage. 5.0 Mechanical line guide: A front mount laterally adjustable line guide with extension 6' to 10' with pneumatic swivel caster and pneumatic lift. 6.0 Paint supply: A drum storage area shall be provided capable of holding two (2) 55 gal. paint drums securely held in place with a web strap retention system. Paint re -circulation shall be provided. A stand tube shall be supplied for each paint suction hose suction tube. 7.0 High pressure paint pumps: Two (2) Titan/Speeflo Model 415-315 paint pumps with a combination of leather/UHMWPE packings rated at 8.6 GPM @ 2000 PSI shall be provided. Each pump shall be equipped with an 18 sq. in. high-pressure stainless -steel paint filter with 40 mesh screens, an ASME certified high-pressure stainless -steel surge chamber and check valve. 8.0 Low pressure paint filtration: Y type strainers shall be installed in the low- pressure plumbing connecting the paint supply tanks to the High-pressure paint pumps. A removable stainless -steel screen shall include approximately 1 /8" diameter holes. 9.0 Paint guns: Three (3) Graco Model 238-377 paint guns with heavy duty reversible spray tips shall be provided. Full length 3/8"ID nylon lined high pressure paint hoses with 3/8" NPT plated female swivel fitting on both ends shall be provided from the surge chambers to the paint guns. 10.0 Bead supply: A 750# bead tank with three (3) 2" sight glasses shall be provided. 11.0 Bead guns: Three (3) Graco Model 238-338 bead guns shall be provided. Full length 3/4" ID clear poly -spring bead hoses to be provided from the bead manifold under the bead tank to the bead guns. 12.0 Air supply: Air supply shall be supplied by a belt driven 30 cfm air compressor. The system shall include a 12-gallon air tank and LaMan 107F extractor/ dryer with auto drain. Two (2) air take off quick disconnect ports shall be provided - one at each gun carriage. A preset regulator shall be provided for carriage down pressure. A liquid filled system air pressure gauge shall be provided at the operators' station along with liquid filled gauges and air pressure regulators for bead tank pressure. 13.0 Auxiliary engine: A Honda Model GX690 23 hp gas engine shall be provided with controls at the engine. A separate CARB compliant 7-gallon gas tank and battery shall be provided for the Honda gas engine. Pa 14.0 Hydraulic power: A 12-gallon hydraulic oil reservoir with sight level/temperature gauge, suction screen and return line filter with condition indicator shall be provided along with a belt driven pressure compensated piston type hydraulic pump. Gun carriages shall be positioned using a power steering system with tilt steering wheel with spinner knob at each operator position and 5' hydraulic cylinder for each carriage. A hydraulic by-pass shall allow a no-load start for the auxiliary engine. 15.0 Electrical system: A chassis cab control console shall be provided in the chassis cab containing the driver's controls for the paint striping body. Each circuit shall be color coded wire and shall have circuit protection. The wiring harnesses between the junction blocks to be protected by protective split loom covering. An LED white/red light with self-contained switch installed above each operator position. The electrical junction blocks and main components of the timer system shall be installed in an above deck weatherproof electrical box. 16.0 Skip line control system: One (1) Skip -Line, Inc. Model SC-12 Skip Timer shall be provided. Each operator position shall be wired to accept the timer, which can be installed at either position. Ground speed signal shall be obtained from a heavy-duty aluminum wrap installed on the chassis driveshaft. 17.0 Intercom system: A three position David Clark Model U3800 intercom system shall be provided with a dual headset port at the driver's position and a single port at each operator position. The following headsets shall be provided -one (1) Model H3492 single muff and two (2) H3432 dual muff design. Three (3) headset storage hooks shall be provided. 18.0 Safety lighting: The following Whelen LED amber strobe lights shall be provided -Four (4) Model L41AP 360' Super -LED beacons, one on each front corner of deck or on a chassis cab roof bracket and one on each corner of the platform at the rear of unit. Two (2) Model LINV2A Super -LED 180' mini strobe lights on gun carriages with one installed on outside edge of each gun carriage. 19.0 Electric actuators: Three (3) electric gun actuators shall be provided to remotely adjust the height of the paint guns. Control switches shall be provided on each respective Model SC-12 Master Control Box to control the height of the paint guns on each respective gun carriage. 20.0 LED Arrow stick: 47.75" long, 8 lamp Whelen Model TAC8 with controller in chassis cab. 21.0 Drawings & technical literature: A complete set of drawings shall be submitted. These drawings shall show the deck layout and weight distributions of the proposed unit. Descriptive literature, technical data and photographs shall be included with proposal. 22.0 Technical support: Training is not included in the base price but will be priced out on a case -by -case basis as a "sourced good" as part of the agreement with the individual customer. Two (2) consecutive days of training to instruct customer personnel in the operation and maintenance of the unit are recommended. After the completed truck has been received and accepted by the customer, the training will be scheduled. The customer is responsible for providing the paint and glass beads to be used during the training. Two (2) sets of Operation/Maintenance manuals shall be provided for the paint striping body on flash drives. Chassis manuals to be purchased by customer from their chassis vendor. 23.0 Chassis: Cab and chassis are not included. Specifications for the customer supplied cab and chassis must be approved by EZ Liner Engineering prior to purchase to ensure modification costs will not be incurred. 24.0 Delivery: The estimated delivery time is 120 days ARC (after receipt of chassis). The completed truck may be driven out for delivery or delivered via lowboy trailer. The production schedule along with the time frame for delivery will be discussed and confirmed at time of order. 25.0 Warranty: EZ Liner warrants all equipment manufactured by it and bearing its brand names to be free from defects in material and workmanship at the time of sale by EZ Liner or an authorized distributor. EZ Liner will for a period of twelve months from the date of sale, repair or replace any part of the equipment proven defective. 0 Specifications for An Airless Truck Mounted Striping Machine City of Santa Clarita, California 02/02/2024 1.0 Performance specification: Unit shall be capable of applying 3" to 8" wide retro-reflective lines with spacing between lines from 0" to 6". Paint applications speeds shall be from 4 MPH to 10 MPH. Application rates of 12 mil to 15 mil wet film thickness paint for standard formulations of traffic paint and 6 to 8 lbs./gal and Type I glass beads. The Unit shall be capable of painting three colors. The unit is designed so that it operates in its own lane of traffic and applies centerline, edge lines and lane lines separately. 2.0 Equipment platform: The construction shall be of 3/16" thick smooth aluminum deck plate 88" wide x length as required for components with 4" long sills, 3" cross members with integrally formed rub rail. Walking area surfaces of platform shall be covered with anti -slip material. An aluminum canopy shall be provided above the operator stations. Deck shall be installed on chassis frame rails using 8" to 10" steel risers that are bolted to the chassis frame rails and long sills. The railings shall be 42" high with mid rail welded to deck with two (2) 32" high fold up steel ladders with a chrome grab handle on each side of ladder openings and rear access. At the operator station the railing shall be 32" high with a mid rail. Steel rear bumper with stair step rear access incorporated into the design with right side hand railing. Removable aluminum rear fenders with aluminum guard forward and to the rear shall be provided. LED platform lighting. Two (2) 10# fire extinguishers and two (2) cup holders shall also be provided. The auxiliary engine and air compressor shall remain their original factory colors. The underside of the deck will be the same color as the top of the deck. All coatings shall be lead free. The Unit shall be powder coated with a Peridium T75 TGIC Polyester system. White is the standard factory paint color. Black powder coating shall be used on brackets, gun carriages and line guide. 3.0 Operator seats: Two (2) Bostrom high back black vinyl seats mounted on air - ride suspension with seat belts and seat tethers and inside armrest. At the top of the railing at each operator station a black vinyl covered padded armrest 3"xl8" shall be provided. 4.0 Toolboxes: Two (2) 18 X 18 X 24 aluminum diamond plate toolboxes mounted on the rear bumper. 5.0 Gun carriages: Municipal type gun carriage centerline and edge line carriages mounted in front of the rear axle. Each carriage shall be supported by a single outrigger tube retractable structural steel slide with UHMWPE bearing material and a single standard gun carriage tire installed in a center swivel. Carriages shall be supported by auto lock brackets in the transport position and adjustable gun brackets are to be zinc plated. Three (3) paint guns and three (3) bead guns installed on left gun carriage with two paint guns painting yellow or white paint and one paint gun paintiU white or black paint. One (1) paint gun painting white paint and one (1) bead gun on the right gun carriage. LEFT CARRIAGE RIGHT CARRIAGE Y/W W/Bk Y/W W G G G G 6.0 Mechanical line guide: A front mount laterally adjustable line guide with extension 6' to 10' with pneumatic swivel caster and pneumatic lift. 7.0 Paint supply: A drum storage area shall be provided capable of holding two (2) 55 gal. paint drums securely held in place with a web strap retention system. One drum for yellow paint and one drum for white paint. Paint re -circulation shall be provided. Two (2,)hydraulic powered paint agitators shall be provided with one installed in each paint drum. Black paint system with 40-aallon paint tank with hydraulic driven paint agitator and black paint gun on left gun carriage. Black HP paint pump to be plumbed to load black paint under low pressure. 8.0 High pressure paint pumps: Three (31 Titan/Speeflo Model 415-315 paint pumps with a combination of leather/UHMWPE packings rated at 8.6 GPM @ 2000 PSI shall be provided. One pump for yellow, white, and black paint. Each pump shall be equipped with an 18 sq. in. high-pressure stainless -steel paint filter with 40 mesh screens, an ASME certified high-pressure stainless -steel surge chamber, check valve, and stand tube. 9.0 Low pressure paint filtration: Y type strainers shall be installed in the low- pressure plumbing at the inlets to the high-pressure paint pumps. A removable stainless -steel screen shall include approximately 1/8" diameter holes. 10.0 Paint guns: Four (4) Graco Model 238-377 paint guns with heavy duty reversible spray tips shall be provided, three (3) XHD-545 tips -one for each paint gun on left gun carriage, and one (1) XHD-555 tip for white gun on right gun carriage. Full length 3/8"ID nylon lined high pressure paint hoses with 3/8" NPT plated female swivel fitting on both ends shall be provided from the surge chambers to the paint guns. 11.0 Bead supply: A 750# bead tank with three (3) 2" sight glasses shall be provided. Vacuum bead loading shall be provided usiq&Y the City's shop air compressor. 12.0 Bead guns: Four (4) Graco Model 238-338 bead guns shall be provided. Full length V ID clear poly -spring bead hoses to be provided from the bead manifold under the bead tank to the bead guns. 13.0 Air supply: Air supply shall be supplied by a belt driven 30 cfm air compressor. The system shall include a 12-gallon air tank and LaMan 107F extractor/ dryer with auto drain. Two (2) air take off quick disconnect ports shall be provided -one la at each gun carriage. A preset regulator shall be provided for carriage down pressure. A liquid filled system air pressure gauge shall be provided at the air compressor, also a liquid filled gauge and air pressure regulator for bead tank pressure shall be installed on the bead tank. 14.0 Auxiliary engine: A Honda Model GX690 23 hp gas engine shall be provided with controls at the engine. A separate CARB compliant 7-gallon gas tank and battery shall be provided for the Honda gas engine. 15.0 Hydraulic power: A 12-gallon hydraulic oil reservoir with sight level/temperature gauge, suction screen and return line filter with condition indicator shall be provided along with a belt driven pressure compensated piston type hydraulic pump. Gun carriages shall be positioned using a power steering system with tilt steering wheel with spinner knob at each operator position and 5' hydraulic cylinder for each carriage. A hydraulic bypass shall allow a no-load start for the auxiliary engine. A hydraulic oil cooler shall be provided. 16.0 Electrical system: A chassis cab control console shall be provided in the chassis cab containing the driver's controls for the paint striping body. Each circuit shall be color coded wire and shall have circuit protection. The wiring harnesses between the junction blocks to be protected by protective split loom covering. An LED white/red light with self-contained switch installed above each operator position. The electrical junction blocks and main components of the timer system shall be installed in an above deck weatherproof electrical box. Gallon counts with (3) stroke counters one for each HP paint pump. Eight (8) Hella 2000 lumen LED work lights. GL3000-P guidance laser installed on chassis cab roof using a roof bracket. Weldex rearview/backup color camera system using Model WDRV-7057C camera with Model WDRV-7041M 5" monitor_ 17.0 Skip line control system: Two 2 Skip -Line, Inc. Model SC-12 Skip Timers shall be provided. Black paint pattern option shall be provided to turn off beads for black paint guns. Two 2 remote triggers with one for each timer. Ground speed signal shall be obtained from a heavy-duty aluminum wrap installed on the chassis driveshaft. A Skip Litre digital speedometer shall be installed in the chassis cab near the driver. 18.0 Intercom system: A three position David Clark Model U3800 intercom system shall be provided with a dual headset port at the driver's position and a single port at each operator position. The following headsets shall be provided -one (1) Model H3492 single muff and two (2) H3432 dual muff design. Three (3) headset storage hooks shall be provided. 19.0 Safety lighting: The following Whelen LED amber strobe lights shall be provided -Four (4) Model L3I HAFCA 360' Super -LED beacons, one on each front corner of deck and one on each corner of the platform at the rear of unit. Two 2) Model IONSVIA Super -LED 180° mini strobe lights on gun carriages with one installed on the outside edge of each gun carriage. The Whelen LED strobe light system shall be California Title 13 compliant. 20.0 Electric actuators: Four (4) electric gun actuators shall be provided to remotely adjust the height of the paint guns. Control switches shall be provided on each respective Model SC-12 Master Control Box to control the height of the paint guns on each respective gun carriage. 21.0 LED Arrow Board: Actuated NationalS_ignal 3'x6' 25 Iight LED arrow board. Controller to be installed in chassis cab. 22.0 Drawings & technical literature: A complete set of drawings shall be submitted. These drawings shall show the deck layout and weight distributions of the proposed unit. Descriptive literature, technical data and photographs shall be included with the proposal. 23.0 Technical support: Three (3) consecutive days of training to instruct customer personnel in the operation and maintenance of the unit to be provided. After the completed truck has been received and accepted by the customer, the training will be scheduled. The customer is responsible for providing the paint and glass beads to be used during the training. Two (2) sets of Operation/Maintenance manuals shall be provided for the paint striping body on flash drives. Chassis manuals to be purchased by the customer from their chassis vendor. 24.0 Chassis: The chassis shall be a 2024 Isuzu Model NPR -HD gas chassis rated at 14,500# GVWR; 6.6L V8 gas engine 350 hp @ 4500 rpm, 425 #/ft. of torque; 6- speed automatic transmission; 38.6-gallon fuel tank; heat & air conditioning; fire extinguisher, triangle kit; backup alarm; AM/FM/Bluetooth radio; white. 25.0 Delivery: The estimated delivery time is 120 days ARC (after receipt of chassis). The completed truck may be driven out for delivery or delivered via lowboy trailer. The customer is responsible for driving their new paint truck off the trailer. The production schedule along with the time frame for delivery will be discussed and confirmed at the time of order. 26.0 Warranty: EZ Liner warrants all equipment manufactured by it and bearing its brand names to be free from defects in material and workmanship at the time of sale by EZ Liner or an authorized distributor. EZ Liner will for a period of twelve months from the date of sale, repair or replace any part of the equipment proven defective. 27.0 Factory Pre -delivery Inspection Meeting -The customer is not interested in coming to the factory for PDI Meeting per the Customer Questionnaire. NOTE - This meeting is not part of the Sourcewell contract for the Model TS-AL 110. 0 February 14, 2024 City of Santa Clarita "piggy -back" from Madera (Sourcewell Account #27811) 25663 Avenue Stanford Santa Clarita, CA 91355 Comparison: Sourcewell Contract No. 080521-EZL Specifications for EZ Liner Model TS-AL110 Base Unit Product Code #18C dated 8/05/2021 To: City of Santa Clarita's Specifications for an Airless Truck Mounted Striping Machine Dated 02/02/2024. The following items listed in the City's specifications are changes to the contract specifications that come under Published Options: 1. Page 2, 10.0-Vacuum Bead Loading -Page 2; 1 1.0-Vacuum bead loading using the City's shop air compressor has been added. This change is covered by Option Code 18C-02-01. 2. Page 2; 9.0-Paint guns & 11.0 Bead guns -Page 2; 10.0 & 12.0-An additional paint and bead line with Graco guns has been added to the left carriage. This change is covered by Option Code 18C-04-01. 3. Page 3; 16.0-Digital Speedometer -Page 3; 17.0-A Skip -Line digital speedometer installed in the chassis cab has been added. This change is covered by Option Code 18C-07-01. 4. Page 3, 15.0-Galion Counts -Page 3; 16_0-Three (3) stroke counters -one for each high- pressure paint pump have been added to the specifications to keep track of gallons painted. This change is covered by Option Code 18C-07-02. Page 3; 15.0-Eight Light LED Work Light System _Page 3; 16.0-An eight (8) LED 2000 lumen work light system has been added. This change is covered by Option Code 18C-07-03. 6. Page 3; 15.0-Laser Guidance System -Page 3; 16.0-The Model GL3000-P remote controlled laser has been added. The laser will be installed on a roof bracket on the chassis cab roof. This change is covered by Option Code 18C-07-06. 7. Page 3; 20.0-3'x6' Arrow Board -Page 4; 21.0-The Whelen Traffic Advisor has been replaced with a 3'x6' actuated 25 LED light arrow board. This change is covered by Option Code 18C-07-07. 8. Page 1; 2.0-Toolboxes-Pale 1; 4.0-Two (2) aluminum toolboxes mounted on the surface of the rear step bumper have been added. This change is covered by Option Code 18C- 08-02. The following items listed in the City's specifications are changes to the contract specifications that come under Sourced Goods: 9. Page 4. 24.0-Chassis-Pa a 4. 23.0-An Isuzu Model NPR gas chassis has been added to the specifications. An addition has been included for this change. 10. Page 3; 17.0-Remote Triggers for SC-12 Timers -Page 3; 16.0-Two (2) remote triggers have been added to the specifications with one to be provided for each Model SC-12 timer box. An addition has been included for this change. 11. Pie 3; 16.0-Weldex Rearview/Backup Camera -Page 3; 15.0-A Weldex color rearview/backup camera with 5" monitor installed in the chassis cab has been added. An addition has been included for this change. 12. Pagel- 5.0-Dual Color Paint Guns -Pa a 1. 4.0-The two (2) yellow paint guns on the left gun carriage have had white paint added to them to change them to dual color paint guns. An addition has been included for this change. 13. Page 2; 7.0-Drum Mount Paint Agitators -Page 2; 6.0-Two (2) hydraulic powered paint agitators have been added with one for yellow paint and one for white paint. An addition has been included for this change. 14. Page 2; 7.0-Black Paint System -Page 2-A 40-gallon stainless -steel paint tank with hydraulic powered agitator has been added for the black paint system. Also added for the black paint system is a Titan 8.6 gpm paint pump with a Y strainer low-pressure paint filter, a high-pressure paint filter and an ASME surge chamber. This pump will also be used for loading black paint under low pressure. A stand tube to be included with 27D x 12' load hose with 1 '/z" Ss pipe x 40" load tube with 90°elbow with cam & groove fitting. An addition has been included for these changes. 15. Pape 3; 15.0-Hydraulic Oil Cooler -Page 3; 14.0-A hydraulic oil cooler has been added because of the average monthly temperatures for the City of Madera. An addition has been included for this change. 16. Page 3; 17.0-2"1 Model SC-12 Timer -Page 3; 16.0-So the operators don't have to switch the timer between operator positions, a second Model SC-12 timer has been added. An addition has been included for this change. 17. Page 3. 19.0-Strobe Light 5 stem -Pa a 308.0-The standard model four (4) 360°strobe lights and two (2) 180' strobes have been replaced with models that are California Title 13 compliant. An addition has been included for these changes. 18. Pia ,e 4, 23.0-Technical Support -Training -Page 4; 22.0-Per the City's request a three- day training session has been added. An addition has been included for the training session. 19. 'Page 4. 25.0-Delive -Pa a 4. 24.0-A quote was received for the delivery trip to the City of Madera. An addition has been included for the delivery trip. [Z Liner . PO Box 140 - Orange City, IA 51041 P. (712) 737-4016 - TF: (600) 373-4016 - eAner.com CITY OF SANTA CLARITA,. CALIFORNIA EZ LINER MODEL TS-AL150 TECHNICAL SUPPORT DOCUMENTATION TABLE OF CONTENTS EZ Liner Sourcewell Literature EZ Liner Custom Truck Literature Page 1; 2.0-Equipment Platform -Deck Construction Page 1; 2.0-Canopy Page 1; 2.0-Safety Foldup Ladders Page 1; 2.0-Rear Stairstep Bumper Page 1; 2.0-Powder Coat Page 1; 3.0- Operator Seats Page 1; 4.0- Aluminum Toolboxes Page 1; 5.0-Gun Carriages Page 2; 6.0-Mechanical Line Guide Page 2; 7.0-Paint Supply -Drums for Yellow & White Page 2; 7.0-40 Gallon Tank for Black Page 2; 8.0-High Pressure Paint Pumps Page 2; 8.0-ARO High Pressure Paint Filters Page 2; 8.0-ASME Surge Chambers Page 2; 9.0-Low Pressure Paint Filters- Y Strainers Page 2; 10.0-Graco Model 238-377 Paint Guns Page 2; 11.0-750# Bead Tank Page 2; 11.0-Vacuum Bead Loading using Shop Air Page 2; 12.0-Graco Model 238-338 Bead Guns Page 2 &3; 13.0-15.0-Power pack: K35 Air Compressor/Honda Model GX690/hydraulic system Page 2; 13.0-LaMan Model 107F Extractor/Dryer Page 3; 16.0-LED Work Light System Page 3; 16.0-Model GL3000-P Guidance Laser Page 3; 16.0-Weldex Rearview/Backup Camera System Page 3; 17.0-Skip Line Model SC-12 Timer System Page 3; 17.0-Skip Line Remote Triggers Page 3; 17.0-Skip Line Digital Speedometer Page 3; 18.0-David Clark Model U3800 Intercom System Page 3; 19.0-Whelen Amber LED Strobe Light System -California Title XIII Compliant Page 4; 20.0-Gun Raisers for Paint Guns Page 4; 21.0-3'x6' Actuated 25 LED Light Arrow Board Page 4; 22.0-Drawings Page 4; 24.0-Chassis-Isuzu Model NPR HD Gas 14,500# GVWR Page 4; 26.0-EZ Liner Warranty on Paint Striping Body Sourcewell Official Vendor: Contract #080521-EZL Together, Sourcewell and EZ Liner offer the widest range of products and materials for pavement marking and maintenance, CUSTOM ANER The CustomLiner Series products from EZ liner are custom built to meet specific requirements while exceeding expectations. The custom built approach means the equipment is tailored to meet any demand while being dependable, safe, and easy to operate. � r177 ws � ` " � i�' . ��� ti.J � . ■ AL500+ AL220 SOURCEWELL CODE: 18A SOURCEWELL CODE: 18B AirSpray • We offer a variety of paint systems to meet every need. SOURCEWELL CODE: 18G Stencil Unit • Large range of options to fit budget and project needs. Available in palletized units and trucks. SOURCEWELL CODE: 18F L �� r9 IN - ibla� r✓ AL110 SOURCEWELL CODE: 18C TrailRunner • Unparalleled adaptability, whether you need to stripe a sports field or a street project. SOURCEWELL CODE: 18D CUSTOM Custom Built Solutions EZ Liner offers the widest range of custom-built, truck mounted latex paint stripers available today. Our custom-built approach means you will get the striper Under 500 gallons s r� 500 - 1000 gallons n �_- >z rip, tr •� Base Unit Specifications • Utilization of components recognized and trusted as professional, durable, dependable and cost effective • Engineering -generated weight -distribution layouts to ensure compliance with vehicle and legal limits • High -quality welds and strong platform, railing and ladder construction • Variety of paint -delivery systems, including airless and airspray technologies • Simplified and convenient plumbing, wiring, and controls for ease of use and efficiency • Guiding tools options such as highlift mechanical, laser and video camera A DIVISION OF VTS Platform Construction ✓ Heavy duty 3/16" thick smooth aluminum plate platform surface with rolled edges to create a one-piece integrally formed 5 1/2" tall rub -rail and capped ends for finished corners. ✓ Safe, corrosion resistant rolled edges without gaps, cracks, or channels in which debris builds up and moisture can occur over time. ✓ Structural channel sub frame, 4" longitudinal stringers ✓ 3" cross members on maximum 21" centers ✓ Various metals, dimensions, and designs available ✓ Grade 8 riser bolts, 8" risers ✓ 6" wide anti -slip grip tape applied to all open walking areas, spaced 3" apart ✓ Safety railings welded to perimeter of deck for stability and rigidity Accept no exceptions or equals! Descriptive, Not Restrictive. EZ-Liner's continuing quest for improvement make equipment, specifications, and components subject to change without notice. C� LINER A DIVISION OF VTS High Visibility Rear Operator's Canopy ✓ Durable high quality 92" wide x 60" deep x 76" high (above the floor of the operator's platform) structure. ✓ Maximum visibility of gun carriages with no obstructions in operator's line of sight. ✓ Padded 32" side railings for operator comfort & safety. ✓ Frame includes center and corner vertical posts constructed of heavy duty walled 2" x 2" square tubing, long base members, and gusseted for added strength. ✓ 10-gauge overhead canopy with rust resistant welded joints, edges, and corners. ✓ Various cost-effective metals, dimensions, and designs available. I ph _4 Accept no exceptions or equals! Descriptive, Not Restrictive. EZ-Liner's continuing quest for improvement make equipment, specifications, and components subject to change without notice. M-:rLINER A DIVISION OF VTS Safety Ladder Construction ✓ Rugged 1 '/2" steel square tube construction ✓ Heavy duty bullet type low profile hinges with rounded ends for safety ✓ Flush fitting with platform railing vertical posts when stored upright ✓ Fail-safe spring loaded pawl type finger pull pin type latch ✓ Folds down at a slight angle for ease of operator use ✓ 25" long chrome handrail mounted vertically on each side of ladder entrance ✓ Perforated horizontal step rungs for a slip free sure grip II i y I s I 1� . . . . . . . . Accept no exceptions or equals! Descriptive, Not Restrictive. EZ-Liner's continuing quest for improvement make equipment, specifications, and components subject to change without notice. G LINER A DIVISION OF VTS Rear Step Bumper Construction ✓ Heavy duty "C" channel steel frame rail extensions and step bumper support. ✓ Safe, rust resistant capped ends, rolled edges without gaps, cracks, etc. in which debris builds up and moisture can occur over time. ✓ 3/16" formed steel channel staircase style steps 6 '/z" deep each with rolled bottom edge for finished look and enhanced safety. ✓ Bottom step bumper standard widths of 88" and 96", with other dimensions and design customization available upon request. ✓ Heavy duty high traction abrasive step surfaces for secure and safe footing. ✓ Full width conspicuity tape facing rear for maximum motorist visibility. ✓ Chrome grab handle(s) for better on and off balance and stability. ✓ 18" (approximate) 1st step height from pavement also offers rear under -ride protection. Accept no exceptions or equals! Descriptive, Not Restrictive. EZ-Liner's continuing quest for improvement make equipment, specifications, and components subject to change without notice. Diamond CAVogel" Low Cure SuperDurable TGIC Polyester i Powder Coatings Peridium T75 Powder Coatings offer excellent application and performance characteristics. Diamond Vogel's focus on tightly controlled particle size distribution promotes ideal first -pass transfer efficiency. Peridium T75 provides very good exterior durability and overbake resistance. This coating provides a good balance between smoothness and edge coverage while being economical. • Agricultural equipment • Recreational equipment • Electrical enclosures • Wheels and rims 425 400 LL 375 7 m a 350 E m 325 W Y 300 -a 275 • Construction equipment • Lawn and garden equipment • Patio Furniture 250 10 15 20 25 30 Time (min) • Typical cure schedule 10 minutes @ 320oF • Non -blooming PROPERTIESCURED FILM PCI Powder Smoothness Rating 6 (high gloss) Specific Gravity (ASTM D792) 1.2 to 1.8 Adhesion (ASTM D3359) 5B (100%) Gloss (ASTM D523) 55-99 Pencil Hardness (ASTM D3363) 2H+ Impact (ASTM D2794) up to 160 inch Ibs Flexibility (ASTM D522) 1 /8 inch - No cracking Humidity (ASTM D2247) 1,000+ hours Salt Spray (ASTM 6117) 1,000+ hours *Film properties are dependent on gloss, pigmentation, film thickness, and cure temperature. STORAGE Diamond Vogel powder coatings should be stored at normal room temperature and humidity (less than 80°F and 50-60% RH). Shelf life will be approximately six months to over a year depending on storage conditions. Always rotate inventories to ensure trouble -free powder application. When storage conditions are not the same as the application area, allow a 24 hour acclimation period within the application area to prevent moisture condensation in the powder. Always protect virgin and reclaim powder from excessive heat and humidity. • Recommended for coating parts composed of mixed light INDUSTRIAL HYGIENE and heavy gauge metal mass Powder handling should always be done in conjunction with proper dust collection and personal protective equipment. Please refer to the Safety Data Sheet for more detailed information. 483B9-DV (62397) 12/22 � T)'Olamond (V Vogel ET-\-S.S-LSS4-r7so \lAIIll��ll�lll�lF Bo�c; 3 Lot it 28874-1 Manu{ctusc i?atr '09/2012023 peridlumilo pg White ite S20 S/D TG I C polyester Metal Cure Schedule 10 m@ in. 390 ° F Peak Temp- s© Lb x � rsosnn7.. en.r �R..ra Dp.NC,�R'- x,.n+e.�+ ar en'nRead• � n"� s+xs>�r`-d °f eRvsRn9 y�v1. if s'.KRiwwvd-off µmY �ws. pa nc Apr na �niorrr+nuar aeb.0 N 1C sxln rAsea� Pvf+'Sur fArc V- pa n L s R ,pease Sns�ruecions yx�n Garrrorma+ vF,7rs1 � P*dv�n 'n°b eta � n0 vr.�roraocd uaa a.* wna' y� o`n yd.ans '°9 n�r+ia v nar.en. ana tors o•o�eN ` �rx.c".a��nQ °�yus�+riu^� t +5 ffv° M� �pw4a rY,vnm' arvbd a.;�eR in. n wyc.� vrowcc^^r m nax ea y urn wlgbs7rrti• yhcnlla yrr�rrr,nn� ,,.n ww r car„aa. a°• M�`ne �w>a tym,na own ww��,w Ar vra'.acr'`w 9eA"'e''. ..a �fyrfW� for ar+arnR �^ rvRy eer pa.v+-A�1 {y ,coin v+R�ar �b llr�� rp µ�ap ann yPa +yM IRneryiW,Mvyior� iP QN SKt WaV7�w�W ' a i+u �M G� C{i / tl9CSWif � rb Y.al fnwtl �t Nd�v. V�c4uri >kti �Y �'POISC)N � N cjyry lerM1P � •Y'C+i4°IVVc='��. d Nalu1H7 4rFlisw�.L�� cs N5N�G10V i aorrrlwur'r" .fa+a� � �..�, 1 RRnw P LIGRal db 1n9�'Yna rgyular. n: crF y .n RR P4vL • PMr' d+P P,fati. Pravacsr icy c.nc.r• faY Nr.rn'ac y.. yf•rP+'�' w p° osRc.. 5. •°'`� ems. vrr�� � y��„ gin. n.cc�� � .a.�p �y,R <na�' �r°u a.c�.e a tea.. r✓nu [ �r.:� oc°rnw u.+ �®'�"'N� 'x.'✓ cw...i'* •an nnn.aw eAo unrsa. a �u is uns�"^n.'y.�� asap+ n,adsnm v.e7s. w s .oaF• aW p°R wncrenc �•. a Wf :nbc.Ka,-. L/k� wrw...�. ;,t ne+an�",.w�..ran«n o en..�crs iwW �. u• .eorw"a"� r4a+..:++r^"'"..a'n" v r.,bn an .aearw srw' Rio � �s� �.�r�"�^•'".yam t�� ww'w" UL M ,�Lu� k �AUCiu r�N ✓.ln� ,5 � y � R n � M k wr.%+�r+c' nW artixa �..dy • 4Fra°}°il�M � ..1._. � �byyv..,i•� �'� V�v° .tea F �YNv r..n+.r �'._ rr.w" .rMr ' Srwr vrr , �rtir'" ar�.aR rq°` d a+. m.r.uf. • .: r N,.x.�'e �r•F tea' awr„u® ir••u�usunw i w I� INER A DIVISION OF VTS Rear Operator Air Ride Seats ✓ H.O. Bostrom ergonomically designed air -ride suspension ✓ seat tethers, seat belt, flip -up armrests, and full backrest with lumbar support ✓ 5" fore and aft adjustment range, 6" vertical air suspension range of travel, release lever for reclining back adjustment ✓ black DuracoatTM vinyl trim offers a cleanable surface protection, stain & abrasion resistance & improved wear Accept no exceptions or equals! Descriptive, Not Restrictive. EZ-Liner's continuing quest for improvement make equipment, specifications, and components subject to change without notice. c LINER A DIVISION OF VTS Toolbox ✓ heavy duty aircraft grade aluminum with treadbrite finish ✓ stainless steel T handle with key lockable recessed latch ✓ interlocking with rubber gasket ✓ standard size is 24" wide, 18" deep and 18" tall each, other sizes also available for custom design ✓ Mounted in easily accessible locations for operator convenience FUM-LINE Accept no exceptions or equals! Descriptive, Not Restrictive. EZ-Liner's continuing quest for improvement make equipment, specifications, and components subiect to change without notice. c LINER A DIVISION OF VTS Medium Duty Gun Carriage Outriggers ✓ 10" diameter tire and center swivel caster same as the mechanical line guide wheel and caster assembly for interchangeability and spare parts inventory consideration. ✓ Zinc plated gun holding rods and brackets for durability and ease of overspray clean up. ✓ Compact parallel hinged bar type construction absorbs terrain both horizontally and vertically, yet maintains rigidity from side to side, ensuring the straightest lines and the most consistent gun height relative to the pavement. ✓ Pneumatic air cylinder to lift the spray gun carriage off the road surface and to apply down pressure when striping. ✓ Tube in tube retractable structural steel slides with UHMW PE bearing material controlled with hydraulic steering. ✓ Auto -hold transport bracket does not require chains to hold the carriage in place. ✓ Trailing wheel design sets gun bars back behind the outriggers for optimal operator visibility. F � 41 Accept no exceptions or equals Descriptive, Not Restrictive. EZ-Liner's continuing quest for improvement make equipment, specifications, and components subject to change without notice. LINER c A DIVISION OF VTS Mechanical Line Guidance System ✓ Rigid 2" square tube construction, powder coated finish for durability ✓ Grease -able hinged block joint connection design for extreme angles ✓ Telescoping out to 10' extension with tool -less adjustability ✓ Reversible for positioning on either side of the truck ✓ High lift air or hydraulic cylinder controlled from chassis cab ✓ Folds completely out of driver's view on front bumper when not in use ✓ Pneumatic swivel wheel with spring tension adjustment for stability Accept no exceptions or equals! Descriptive, Not Restrictive. EZ-Liner's continuing quest for improvement make equipment, specifications, and components subject to change without notice. G�. LINER A DIVISION OF VTS Drum Draw Paint Supply System ✓ Deck space and a web strap retention system with hold downs to accommodate fully loaded 55-gallon paint drums with traffic paint. ✓ Drums when loaded onto the platform of the striping truck shall act as zero pressure storage containers to supply paint to the system. ✓ Stainless steel suction tubes and 1 '/z" I.D. suction hoses to connect the paint pumps to the paint drums. ✓ Bleeder tubes from HP paint filter canisters to de -pressurize for cleaning and recirculate pressurized paint back to drums ✓ Safety chains and latches on each side of platform to ensure the platform side railing does not interfere with side loading of drums with a forklift. ✓ Storage tubes in each storage section to provide a place to store suction and bleeder tubes and hoses when drums are switched. Accept no exceptions or equals! Descriptive, Not Restrictive. EZ-Liner's continuing quest for improvement make equipment, specifications, and components subject to change without notice. 1Mr 2!! INER A DIVISION OF VTS Zero Pressure 40 Gallon Black Paint Tank ✓ Completely removable bolted top for access with silicone airtight seal ✓ Rounded corners for safety ✓ Graphite coating on interior walls for ease of end of season cleanup ✓ 10-gauge stainless steel walls with automotive exterior finish to match equipment body ✓ Heavy duty PVC pressure equalization vent to prevent pressure or vacuum build up ✓ Integral dipstick with twist off cap and T handle for paint level monitoring ✓ 6" x 12" inspection port lid with handle, gasket, and over -the -center latch ✓ Hydraulic agitator with adjustable speed control a;tvAk WM"'- — c* ;. it a - 191■ Mmorma Accept no exceptions or equals Descriptive, Not Restrictive. EZ-Liner's continuing quest for improvement make equipment, specifications, and components subject to change without notice. c LINER A DIVISION OF VTS Titan Speeflo HP Pump Model 989-1 Z0 ,rm PURMARLM PUPS — — — OR — PUMP PUMP PUMP PUMP PUW PUMP PUMP TO MAXtIMUM PUMP OUTMIT OUTPUT OUTPUT OUTPUT OIJTPIJC OUTPUT mom, I PUMP OUFTLET CYCLE PER 040 *so a" 670 V" SERIES RATIO PRESSURE RATE CYCLE CYCLES CYCLES CYCLES CYCLES CYCLES s 11 31 a t I 20Q[I psi �=�S {rpmnnt �4— �� JDr17. , +�c .a S"' � .: Accept no exceptions or equals! Descriptive, not restrictive. EZ Liner's continuing quest for improvement make equipment, specifications, and components subject to change without notice. I LINER A DIVISION OF VTS ARO�1rWff_,&J Rand 'ecWunel fttirt-dryr� 300 STAINLESS STIEEL CARTRIDGE MESH SIZE 651422-40 93944-40 40 MATERIAL FILTER MAXIMUM INLET PRESSURE 6,000 P.S.I. (414 Bar) Ja 1 I 4 73 a.; 717 . A 17.2"dillat, To include'/z" high-pressure relief/bleeder hose back to tank or drums for ease of cleaning Accept no exceptions or equals! Descriptive, not restrictive. EZ Liner's continuing quest for improvement make equipment, specifications, and components subject to change without notice. G LINER A DIVISION OF VTS ASME Certified Surge Chamber Accept no exceptions or equals! Descriptive, not restrictive. EZ Liner's continuing quest for improvement make equipment, specifications, and components subject to change without notice. 054—AO10-00 ITEM NO. QTY. PART NUMBER DESCRIPTION 1 1 054-WO10-00 SURGE CHAMBER, HP 2 1 SS5404-8-8 1/2" HEX NIPPLE, SS H P 3 1 F12-16-1208 SS BUSHING, 3f4" TO 1 f2",H P Accept no exceptions or equals! Descriptive, not restrictive. EZ Liner's continuing quest for improvement make equipment, specifications, and components subject to change without notice. .r .t • y* 16 tir Y .40 A s GRAQ E7ZLINER A DIVISION OF VTS Automatic Single Acting Paint Gun Part Number (Model): 238377 WUL Technical Data 11 Maximum working pressure 3000 psi (210 bar) Operating pressure of air actuated trigger: Min 50 psi (3 bar) Max 200 psi (12 bar) Fluid connections two 3/8 npt(f) ports Air connection 1/4 npt(f) air inlet Wetted parts 303 & 416 Series Stainless Steel, Tungsten Carbide, Copper, Acetal Homopolymer, Leather Operating temperature 32° - 120' F (0' - 49' C) Sound pressure level 84.6 dB Sound power level 90.9 dB *Measurements at 2900 psi (200 bar) per ISO 3744 Accept no exceptions or equals! Descriptive, Not Restrictive. EZ-Liner's continuing quest for improvement make equipment, specifications, and components subject to change without notice. M7PLINER A DIVISION OF VTS Glass Bead Tank ✓ 12 forged steel C-clamps with T handle head bolted lids and airtight gasket seal ✓ A.S.M.E. certification standard on all pressure vessels ✓ Hinged full top opening lid with handle welded to lid ✓ Instant glass bead level monitoring featuring large 2" diameter sight glasses installed at '/4, '/z, and 3/4 full ✓ Heavy duty tank walls with plural component urethane automotive exterior finish ✓ Splitter/strainer screen fits in neck of tank to catch debris while loading manually or with a vacuum bead loading system ✓ Application pressure regulated from the top of the tank ✓ Preset safety pressure relief or "pop -off' valves P r, LIFER _6 Accept no exceptions or equals! Descriptive, Not Restrictive. EZ-Liner's continuing quest for improvement make equipment, specifications, and components subject to change without notice. ,PLINER A DIVISION OF VTS PENEERTHY Jet pump Vacuum Glass Bead Load System BEAD 1 11 PRESSURE RELIEF VALVE BEAD TANK VACUUM VALVE OPEN a VALVE CLOSED 10C SYSTEM PRESSURE----> BEAD TANK PRESSURE EXHAUST AIR AIR COMPRESSOR MUFFLER l� AIR DRYER SYSTEM AIR PRESSURE TANK GAUGE REGULATOR TANK DRAIN AIR SUPPLY VALVE JET CHECK VAC -UM PUMP VALVE VALVE a Exs+Ausx=arlve VALVE I� BEAD LOAD VALVE pR'' SSUR / VACUUM GAUGE BEAD TANK I DEAD TANK VALVE u� - MARC B EZ-L/NER INDUSTR1E ��III BEAD ORANGE CrfY, IOWA 510,LL 1 MANIFOLD V1,71612017 a BEAD SYSTEM BEAD GUNS LL D� FD 2017 VISUAL SCHEMATIC VACUUM Accept no exceptions or equals! Descriptive, Not Restrictive. EZ-Liner's continuing quest for improvement make equipment, specifications, and components subject to change without notice. G GRACO 'IIIIIIIM� LINER C A DIVISION OF VTS Automatic Single Acting Bead Gun Part Number (Model): 238338 \'r Technical Data Valve Seat Nozzle Sizes: 0.170, 0.203, 0.234, 0.281, 0.344, 0.420 t t Nozzle size 0.420 is optional; order separately Maximum working pressure 200 psi (12 bar) Operating pressure of air actuated trigger: Min 50 psi (3 bar) Max 200 psi (12 bar) Air connection 1/4 npt(f) air inlet Bead connection 3/4 npt(f) bead inlet Glass bead output 2-40 lb/min (0.9-18 kg/min) Air consumption 1-2 cfm Spray width 2-12 in. (50-304mm) Operating temperature 32' - 120' F (0' - 49° C) Sound pressure level <80 dB Sound power level <80 dB *Measurements at 120 psi Air Cylinder, 60 psi Air Bead Accept no exceptions or equals! Descriptive, Not Restrictive. EZ-Liner's continuing quest for improvement make equipment, specifications, and components subject to change without notice. C LINER A DIVISION OF VTS Honda Power Pack • GX690 23 hp gas engine, 4-stroke, overhead valve, 2 cylinders (900 V-Twin) • Rol -Air K35 belt driven 30 displacement cfm air compressor. • Danfoss belt driven pressure compensated piston type hydraulic pump. • 12-gallon hydraulic reservoir with sight level/temp gauge. Accept no exceptions or equals! Descriptive, not restrictive. EZ Liner's continuing quest for improvement make equipment, specifications, and components subject to change without notice. LINER G �%r- A DIVISION OF VTS La -Man Extractor/Dryer® How Extractor/Dryers® Work: () Compressed air containing tiny particles of dirt, dust, oil and moisture enters the first stage of the Extractor/Dryer@. A coalescing effect occurs as air passes through a cartridge mesh filter that captures particles and causes moisture to form larger droplets. () Air velocity lessens as it enters the extraction chamber allowing particles to collect and moisture to condense on the honeycomb. 0 Particle laden water flows along the bottom and out the drain. Air passes through the second stage, wire supported fiber, filter cartridge that captures remaining particles down to 5 micron. 0 Remaining moisture and contaminates are dried and filtered in the second stage filter. Q Exhaust air is clean and dry - no dirt, rust, oil or water droplets to disrupt air equipment operation. MODELS I NPT I SUM 107F 1/2" 50 MAX SERVICE PSI KIT 250 - _ (- OSOSKA SIZE (INCHES) 8-1/4 x 4 x 2-1/2 APPROX WT. LBS 3# Accept no exceptions or equals! Descriptive, not restrictive. EZ Liner's continuing quest for improvement make equipment, specifications, and components subject to change without notice. SPECI# CAUONS FILTRATION AIR FLOW MAXIMUM PRESSURE DEW POINT PORT SIZE HEIGHT WIDTH 5 MICkON 50 SCFM 250 PSIG 10 TO 350 F ATMOSPHERIC PRESSURE MODEL 1051L4" NPT MODEL 106 3/8" NPT MODEL 107 1/2" NPT 9.00" 4.0011 DEPTH 2.54" BOLT TORQUE 50 INCH POUNDS MAXIMUM TEMPERATURE 180° F **SERVICE ITEMS 050SK SERVICE KIT PATENT NO. RE. 32, 989 -- 5,261,946 Accept no exceptions or equals! Descriptive, not restrictive. EZ Liner's continuing quest for improvement make equipment, specifications, and components subject to change without notice. W'7PL.1NER A DIVISION OF VTS HELLA ValueFit S RD LEA] 2.0 Features: • Compact round design • 14 high performance LEDs • Color temperature: 6500k Specifications: • Voltage: 9-33VDC • Current Draw: 2.08A @ 12V, 1.04A @ 24V • Power Consumption: 24W • Luminous Flux (measured): 2000 1m • Certificate: CE, RoHS, IP67, IP69K, Emark • Packaging: Blister • Minimum Order Qty: 1 Technology: • LED Accept no exceptions or equals! :I N Descriptive, Not Restrictive. EZ-Liner's continuing quest for improvement make equipment, specifications, and components subject to change without notice. The GL3000 Series Guidance Lasers use an ultra -high visibility green laser to establish visual line control GL3000P _y. Remote Controlled Laser ✓ HIGWAY PAINT STRIPING ✓ WATER BLASTER TRUCKS GL3000PM Manual Adjust Laser ✓ GUN CARRIAGE ALIGNMENT ✓ RUMBLE STRIP MACHINES ✓ GRINDERS ✓ PAVERS ✓ PROFILERS L ERIJN E MFG., INC. 1810 SE First Street, STE H. Redmond, OR 97756 ■ Phone: 541-548-0882 • Email: laserline@laserline.net ■ Web: www.laserlinemfg.com AUTO REMOTE SYSTEM The driver can adjust the laser spot to the desired reference point on the road surface using the remote control panel located in the cab of the vehicle. The laser spot is impacted directly on the road surface approx. 30 feet ahead, showing the driver -operator exactly where the vehicle is relative to "on line." The laser spot is on the road ahead of the operator so that the reference is in the driving field of view instead of a T.V. screen or boom pointer. GL3000P ADVANTAGES It's more versatile, easier, faster and SAFER! ✓ You are looking in your natural driving field of view at the reference point. ✓ You can reduce or eliminate pre -marking and the high cost associated with it. ✓ Eliminates using a boom and the problems associated with it such as bouncing on rough surfaces, safety and the mechanical size and constraint of the mechanism. ✓ SAFER! Paint up to intersections without the worry of injury or damage to people or other vehicles caused by a mechanical arm extending out in front of the truck. ✓ Eliminates having to drive looking at o T.V. screen instead of the road. Reduces or eliminates the problem of "white -out" in low sun conditions. ✓ Greatly increases the machines maneuverability. You can move your reference on the fly from the cab — aim the laser spot further out, closer in, left or right. THE GL3000P PACKAGE INCLUDES: P/N 3000-0001 Main housing is waterproof, purged and dry nitrogen filled, contains optic plate mounting platform, microprocessor electronics, laser, laser mounting assembly, laser driver board, automatic cooling - heating system, X&Y positioning control mechanism, driver motors and optics. P/N 3000-0008 Interconnect Control Cable: 25 foot waterproof mil spec in line connector mounted between the laser main housing and the control panel mounted in the cab. P/N 3000-0006 Control Panel: Allows the operator to turn the unit on and off as well as aim the laser toward or away from the vehicle as well as left and right from inside the cab. Includes; 15 feet of 12 volt DC cable running from the control box for connection to 12 volt vehicle power. P/N 3000-0435 Laser Enhancement Glasses: Cuts down on glare and enhances the visibility of the laser spot for daytime use. )7�� P/N 3000-0080 Owner Operator's Manual (Not shown) Color IR Rear View Camera with Audio Z 0 F- U LL w CL U) * Color camera with infra -red LEDs Comes complete with weatherproof camera • Sunshield to i �t W ti. ir Image sensor Lens 1/3" color SONY Super HAD (270K Pixels) STD Lens: fix 2.45mm IensF: 1.8 Effective pixels NTSC (525TVL): 512(H) x 492(V) PAL (625TVL): 512(H) x 582(V) Scanning system 2:1 Interlaced H. resolution NTSC/PAL - 380TVL Scanning frequency Horizontal: 15,734Hz, Vertical: 59.94Hz Video output level 1.OVp-p (750 composite) SIN ratio More than 50dB (AGC off) Gamma r=0.45 White balance 2,100-K - 9100-K - Auto Min. illumination 0.5 Lux (IR LED off) IR LED Visible 5mm diameter (850nm, 30° x 14ea) Visibility range Real 7 Meter (approx. 23 Feet) CDS sensor IR LED on/off at 5.0 Lux Auto defog Auto heater system Operating temperature -30'C - +80'C (-22°F - +176°F) Humidity 10% - 95% RH weldex.com oem@weldex.com Tel: (714) 761-2100 [USA] Fax:(714) 761-3811 [USA] Tel:+49 (0)2102 528 2803 [GER] Fax:+49 (0)2102 528 2804 [GER] Power source DC12V 120mA (max. 200mA) Dimensions (Inch) 4(W) x 3.5(H) x 2.3(D) Weight (approx.) 400g (0.88lbs) Cable Round din 6 pin or 4 pin locking type © 2014 Weldex 6751 Katella Avenue, Cypress, CA 90630 [USA] Broichhof Strasse 5 D-40880 Ratingen, Germany [GER] a NRLIh., Upgrade from Black & White CRT to Color LCD Monitor Screen size 7.0" (Diagonal) Display resolution 0 800(W) x 480(H) Contrast ratio 500:1 Brightness Max 350cd/ni Dot pitch (mm) 0.045(W) x 0.135(H) Active area (mm) 108.0(W) x 64.8(H) Viewing angle Left 70° /Right 70° / Up 50° /Down 70° Dimensions (Inch) UColor 5.9"(W) x 4.9"(H)x1.3"(D) system NTSC / PAL Uj Video output 1Vp-p (75 ohm impedance) 0. Connectors Locking cable & lead wire Power consumption DC12 - 32volt, max 7.2W Operating temperature ` -20°C - +70°C (-4°F - +158°F) weldex com oem@weldex com Tel: (714) 761-2100 [USA] Fax:(714) 761-3811 [USA] Tel:+49 (0)2102 528 2803 [GER] Fax:+49 (0)2102 528 2804 [GER] • Weatherproof high resolution 7" TFT LCD monitor • 3 view color monitoring system • 1 camera inputs • Wide range input voltage (DC12V - 32V) • Selectable mirror image mode • Anti -Glare / anti -scratch protective lens and sunshield (option) • OSD for AV source (Color, brightness, contrast, tint & volume control) • Dual compatibility for NTSC/PAL video signals • Integrated audio speaker Dot map display Auto scan function • Auto power on 4.911 5.911 iVELOEM _� .......... ❑®®®®®®® 1.3"I [7 Inch Series] @ 2014 Weldex 6751 Katella Avenue, Cypress, CA 90630 [USA] Broichhof Strasse 5 D-40880 Ratingen, Germany [GER] SKIP -LINES SC42 CONTROL SYSTEM Product Overview The SC-12 Road Marking Vehicle Control System is the most advanced skip timer on the market. Featuring a full -color, sunlight -readable display, the SC-12 is perfect for long -line road marking vehicles. The SC-12 delivers a superior operator experience by presenting the most relevant striping information right on the main screen. Monitor application rates, preview a pattern before it's applied, and get system alert messages at a glance. Seasoned stripers will find a similar feel and operation to previous Skip -Line systems. The new menu capabilities make even the best crews more efficient by reducing time spent on calibration, configuration, and errors. The SC-12 is the successor to our SM-5 legacy system, the most prevalent and recognizable skip timer in the industry. Quick Setup Start On (Index): Paint Gap Bead Guns: On Off Mode: 1 Black 1 A—— .—I-. Counter Channels Guns I'lp Pumps ► P9 Solid Skip In I23' 0' 272' 1' (4 0') 0' 12020' 6 (8.0') 113' 40' Setup Gun Setup Gua Colors Gw YVidlhs Pain( Gun Offsets No. Left Gun #1: 1 yellow -1 1 Left Gun #2: 1 wyeilo"v -1 1 Left Gun #3: 1 Wmiila'_ - 1 Left Gun #4: 1 Black 1 P9 1/1 Man D Stripe • 100' D 11.0 n1Ph cvcie 400' D l Extend 10' D I ) Oflset 4 -0 5 D i !j 18 9 na. nuts YELLOW WHITE AIR BEADS WITHHOLD CARRIAGE qft ADV W SKIP -LINE' MATERIAL START www.skipline.com SKIP -LINE SC-12 CONTROL SYSTEM EVERY ROAD MARKING VEHICLE IS UNIQUE THE SC-12 CONTROL SYSTEM IS FLEXIBLE ENOUGH TO WORK WITH ANY OPERATION. Network Hub - Conveniently place hubs near SC-12 Control System devices to reduce network wiring. Hubs provide voltage dip & spike protection and ensure clean, robust communications. The network hub also shows advanced diagnostics on each device port and has LED verification of proper network operation. Point -of -Load Driver Boxes Place output boxes on or near carriages to reduce wiring. Output indicators help with installation and diagnostics. LED lights indicate activated channels, greatly reducing troubleshooting time. High -current driver outputs with short circuit protection eliminate the need for relays. Ila Alr4. SC-12 Master (switchbox) !�`�.I-I E An SC-12 Master provides operator stations with system control. Command the road marking operation with industry -familiar toggle switch functions. Change pattern configuration and custom settings using a simple navigation menu. Core Skipper The Core Skipper calculates and implements the striping pattern as dictated by the operator. This dedicated hardware ensures the most accurate striping at any speed. vnv[�vo IN ACTION �V1.k!;),%- CONTACT US FOR MORE INFORMATION v Skip -Line° products are proudly designed and manufactured in the USA. NS;d CRPB-818 Remote Trigger Quick Start SKIP—LIIrIE` Avoid operator fatigue when retracing with the CRPB-818 Rework Remote Trigger. The ergonomic design significantly reduces strain over flipping toggles when repainting inconsistent skips. Remote Trigger Functions ❑ The activity light will blink steadily at 1 /2 second intervals when there is CAN activity. The left/right switch allows you to quickly and easily toggle the remote between controlling the right side guns and the left side guns. lI Semi -Auto allows the operator to paint one full stripe length with one pull and release of the trigger. st)g? Note: When paired with Align Solids, Semi -Auto mode will withhold solid guns until the first trigger press. El Off will disable the remote. ❑ Manual allows the operator to pull and hold the trigger to achive full control of all guns in SKIP. ❑ The trigger allows for easy and comfortable operator control. Console Installation The CRPB-818 Remote Trigger can be plugged directly into the BUS-012 or Core Hub. If your hub is in a difficult to reach location, you can use a 13/16"drill bit or a d-punch to create a mounting hole on the side of your console to allow for easier plug and play. Simply connect your coupler to your hub with a Cat5 cable. 1UB ` Plug into any 1-8 port T5 CONSOLE INTERIOR ❑ RJ45 Panel Mount Coupler Start/Stop Capabilities VERY "HANDY" WHEN PRECISION IS CRITICAL Alternatively, you may use the CRPB-818 as a way to start or end an entire pattern, notjust individual skips. Turn the Remote Start to ON in the Quick Setup menu to control the start and stop points of the pattern just like using the Start/Stop switch. ■ Semi, click the trigger to start, and click again to stop. ❑ Manual, start is on while the trigger is held. ❑ Auto, normal painting, ignores the remote trigger. /7-: SKIP -LINE ev SPEC —RITE Accessories: Speedometer/Counter: Remote speedometer/counter, commonly called "speedo" for driver use • CSPD-712 — Simple, large -digit speed readout • L7a�rc�' C LINER Clark A DIVISION OF VTS Vehicle Intercom System Modular Design - Rugged and serviceable. Reduces downtime or module replacement, cost effective. Weather Tight - All system components are designed for use in severe weather. All modules are manufactured using rugged, heavy gauge, polycarbonate (-80°F to +2127) housings with integral mounting feet. Industry Standard - in use by thousands of emergency service departments, an extremely versatile "workhorse" able to accommodate most vehicle and system design requirements. U3800: Master Station (installed in chassis cab) A ez ' o�F H3492: Headset-Mic TECHNICAL DATA Power Requirements. 12 or 24 VDC Power Control Illuminated pushbutton(on/off) Power Protection Fuse, 1 Amp Slo-Blo (external) Power Connection Via C3820 Power Cord Enclosure Heavy -gauge polycarbonate to +212°F Volume Controls 2 each Headset, 1 each System Headset Interface 128 Jack.l7 wl sealed s rin i Pstem Connections 2 each, via C38-xx Jumper Cord at on u ace mount (mounting kit included Weightf8_.5oz.1808 Dimensions x x - TECHNICAL DATA Weight 9.4oz.1266 Comm Cord 6' extended coil cord, with 1/," stereo plug Certified NRR 3"Party) NIA (single -ear) Dome Type Lightweight, ABS composite Hardware Carbon steel, chrome finish Ear Impedance 3000 Ear Frog Response 200-5,500 Hz Mic Impedance 1500 nominal Mic Sensitivity 4 mV+1-6dB into 150t2 load 1kHz for 114 dB SPL input Mic Freci Response 300-3 500 Hz Mic DC Supply V., Source Resistance B-16V, 4700, not polarity sensitive Microphone Control flNoH switch, WDT U3801: Remote Headset Station (installed at rear operator position) 0 16 H3432: Headset-Mic TECHNICAL DATA Power Requirements 12 or 24 VDC (via U3800 Enclosure Heavy -gauge polycarbonate(-80° to +212°F) Volume Control 1 each Headset listen level control Headset Interface 12B Jack, Y.." (w/ sealed spring lid) System Connection 1 each, via C38-xx Jumper Cord Installation Surface mount (mounting Kit included) Wei ht — 9.2oz.1261g Dimensions 3-/."L x 4-% W x 3"D r TECHNICAL DATA Wei ht 14.1 oz/400 Comm Cord 6' extended coil cord, with 1%" stereo plug Certified NRR 3rtlparty) 23 dB Dome Type _ Li htwei ht, ABS composite Hardware Caibon steel,o Ear Impedance 3000 each wired in series Ear Fre Res once 200-5.500 Hz Mic Impedance 1500 nominal Mic Sensitivity 400mV+1-6dB into 1500 load 1 kHz for 114 dB SPL input Mic Freq Res onse 300-3,500 Hz Mic DC Supply V., Source Resistance 8-16V, 470f1, not polarity sensitive Microphone Control On/off switch SPDT U3802: Remote Headset Station (installed at rear operator position) H3432: Headset-Mic TECHNICAL DATA Power Requirements 12 or 24 VDC via U3800 Enclosure Heavy -gauge polycarbonate(-Bo' to +212°F) Volume Control 1 each Headset Osten level control Headset Interface 128 Jack, 1W (w/ sealed spring lid) System Connections 3 each, via C38-xx Jumper Cord Installation Surface mount (mounting kit included) Weight 11.6oz 132gg Dimensions x -/ x YU' TECHNICAL DATA Wei ht 14.1 oz/400 Comm Cord 6' extended coil cord, with 1/." stere Certified NRR 3" pa 23 dB Dome Type Lightweight, ABS composite Hardware Carbon steel chrome finish Ear Impedance 3000 each, wired in series S Ear Frog Response 200-5,500 Hz Mc Im dnty 150.0 nominal MicSe 400mV+/-6dB into 1500 load 1 kHz for 114 dB SPL input Mic Frog Response 300-3,500 Hz Mic DC Supply V., Source Resistance 8-16V, 470f1, not polarity sensitive Microphone Control I On/off switch, SPDT 6 e r1 �4 HARtT5YR t PQ. Ill Features available across product family. May not apply to every model. 'Please contact Whelen for specific photometric information regarding CA Title 13lighthead and configurable lightbar product conformance. L31HAF FEATURES •Super -LED® beacon -Powder-coated die-cast base -Conformal coated electronics for moisture and vibration resistance -Virtually no RFI/EMI radiation L32LAF -Alternately or simultaneously flash multiple patterns with up to 8 Whelen Super -LED 360' beacons (permanent mount) -Smooth polycarbonate outer dome Model Mount Profile LED Color Amps VDC Patterns Control Compliance Dimensions L31H'F Permanent Hi/Low Control Amber L31H"M Magnetic or 12 SAE L31H'V Magnetic/ White Class 1 Suction L31HAF4 24 Permanent Mount Permanent 4.0/Peak, 69 Built -In Hi/Low Control 4" (102mm) H x L3IHAFCA High Amber 1.6IAvg Scan -Lock" Flash 7.19" (182mm) Dia L31HAMCA Magnetic Patterns Plus CA T13 Magnetic/ 4 Simulated L31HAVCA 12 Suction Rotating Patterns L31HMF Amber/Blue L31HPF Permanent Amber/Green Magnetic Mount SignalAlert'" 75 L32L"F Only Hi/Low Control Amber SAE L32VM Magnetic or 2.0/Peak, Class 1 2.63" (67mm) H x L32L"V Magnetic/ Suction Low White 0.8/Avg 24 7.19" (182mm) Dia _ L32LAF4 Permanent Amber Hi/Low Control Replace symbol in model number with letter indicating desired color: A=Amber, B=Blue, C=While, M=Amber, P=Amber/Green Clear dome models are available Consult price list for ordering information The use of a magnetic or suction mounted beacon on the roof of a vehicle in motion is not recommended, and is at the sole discretion and risk of the user. Consult current price list for full list of available options at whelen cam/literature OPTIONS MIRROR20 Mirror BBKT30 L3608GB L360PMKT Mount Bracket Shelf Mount Bracket Branch Guard Pipe Mount Kit WHIELeNa WARNING: This product may contain chemicals ® known to the Slate of California MANUFACTURED IN AMERICA to cause cancer and birth defects or other reproductive harm. For more information, visit whelencom/regulatory. ION" V-Series"' ®ouf a Features available across product family. May not apply to every model. Above: ION V-Series profile Below: IONSV profile (for comparison) IONSWA IONSVIC FEATURES -Available in 3-in-1 combination warning, spotlight, and ground -Black, White, or Chrome housing illumination light or in single -color warning -only models -Available with Smoked lenses -Single-color models have combination 180' and TIR" directional warning Model F Technology Mount LED Color IONV3* I Universal IONSV3* Linear Amber or White with Whit IONSV3*W Super -LED' Surface Illumination IONSV3*C 10NV1* Universal Linear and TIR IONSV7* Super -LED with Amber or White Directional Light I Surface IONSV1*C 1 1_Housing s Amps VDC e Patterns Compliance' Dimensions I Black Surface Mount: Black Warning 33 Scan -Lock'" 5.94" (150mm) W x White .77 1.69" (43mm) H x Chrome Alley .31 SAE Class 1 2" (50mm) D Ground 12 Black — — Illumination R65 Class 1 Universal mount: Black 4.06" (104mm) W x .12 25 Scan -Lock 1" (25mm) H x Chrome 2.189" (56mm) D • Replace symbol in model number with letter indicating desired color: A -Amber. C=White Consult current price list far full list of available options atwhelen.com/literature. OPTIONS IONK1B IONGROM IONBKTI IONBKT5 Swivel Mount Bracket Grommet Mount Bracket License Plate Bracket Universal Mount, Reversed 52 WHELIEN' WARNING: This product may contain chemicals known to the State of California MANUFACTURED IN AMERICA ® to cause cancer and birth defects or other reproductive harm. For more information, visit whelen-com/regulatory. C aLINER A DIVISION OF VTS WHEL�W IONSVIA Lighthead ✓ V-Series Surface Mount -Black housing includes flange ✓ Single Color, Amber 180° wide-angle warning light ✓ 12 VDC, draws 1.147 amps (avg) ✓ Size: 1.69" (43mm) H x 2" (50mm) D x 5.94" (150mm) L California Title 13 compliant Accept no exceptions or equals! Descriptive, Not Restrictive. EZ-Liner's continuing quest for improvement make equipment, specifications, and components subject to change without notice. C� LINER A DIVISION OF VTS Electric Gun Elevator/Actuator ✓ Bearing Grade stainless steel constructed 1/2" diameter round L shaped gun holding rod ✓ Stainless steel block slide bearing support ✓ Lightweight aluminum shield protecting the vertical shaft from overspray ✓ (2) adjustable 2 ''/z" long handle aluminum cam lever positional locks ✓ Dependable DC 12 V cylinder with a 6" stroke and 100 lb. load capacity ✓ Slim design for easy adjustment of line widths (paint and bead gun compatible) ✓ Stable and secure slide tube for vibration resistant operation ✓ Gun raiser switch controls in gun controller boxes Accept no exceptions or equals! Descriptive, Not Restrictive. EZ-Liner's continuing quest for improvement make equipment, specifications, and components subject to change without notice. ABOUT OUR SIGN The Directional DisplayTM Panel from National Signal provides advance warning and directional information. The system assists in diverting and controlling traffic around construction or maintenance activities. Features iO Powered by 12VDC with manual and automatic dimming Meets the MUTCD Remote operator control with touch sensitive control keys LED mode display ORugged construction OAutomotive style fuse w/ spares OBuilt-in battery indicator w/ auto shut down protects vehicle battery from discharge Slimline control saves valuable dash space OAvailable in wireless TRAFFIC Can be easily maneuevered, set up and controlled to work effectively in most traffic settings CONSTRUCTION A fitting option for construction conditions where reliable messaging is needed MINING Works well, both in function and sustainability, in many mining scenarios UTILITIES ..; Multipurpose use for utility organizations that rely on functional, sturdy equipment SECURITY Ideal for temporary locations > Sealed, touch sensitive membrane switches > Power ON/OFF with LED indicator > Manual/Automatic dimming > Automotive style fuses (20A) with extra replacements > LED display on control indicates mode > LED battery condition indicator > Built-in low voltage shut-off protects from excessive battery discharge > Test mode illuminates all lamps allowing user to spot burned out lamps > Remote keypad: 3"x 7.5" x 1" > Main control: Under seat or remote locatiotn > Full lamp voltage above approximately 100 foot candles. Below 20 foot candles, lamp voltage set by photo cell located under the panel to protect from vehicle head lights, street lights, etc. Lamp intensity is set by ambient light conditions. > Four manual brightness settings 24x48' 13 > The front and back panels are made from aluminum. Perimeter frame and internal vertical members manufactured from extruded aluminum channel. > Lamps are 4 in. amber, PAR 36 LED high brightness/low power with three indicator lamps located on the rear; 5 in. PAR 46 lamps for 48 x 96 panels > Lamp hoods (retainers) are formed of high impact plastic with three indexing mounting holes; four indexing holes for PAR 46 lamps > Panels are etched, painted, and baked using non glare black powder paint. A photo resistor is built into the bottom of the panel to measure the ambient light. > Standard power cable is 9: Standard control cable is 15'. Other cable lengths are optional. > Multi -conductor with abrasion resistantjacket > 12VDC high torque motor with automatic clutch 30 x 60' 15,25 'Optional,•Available in 15 25 power lift fold down version, 36 x 72' optional double face panels available on some models. 48 x 96 15,25 36 x 721801 15,25 Specifications subject to change any time without notice Copyright 2021 National Signal, Inc All rights reserved Printed in the United States ESTIMATED WEIGHT DISTRIBUTION FEDERAL EMPTY FULL RATED BRIDGE FRONT 5,109 5,758 6,630 20,000 REAR 5,188 7,540 11,020 20,000 TOTAL 10,2971 13,2981 14,500 40,000 CHECK YOUR STATE LAWS FOR STATE WEIGHT LIMITS AS THEY VARY BY STATE PROPRIETA"-,". 133 WHEELBASE 2 q 26 61 LEAR CLEAR IONSVIA TOOLBOX 18Xt8X24 BATTERY 1}` FUEL LASER TANK I ANK TOOLBOX IONSVIA 18X18X24 87 26 _ CLEAR CLEAR PROPRIETAR W LMA drawn CAB ORANGE CITY, IOWA S1041 date created SANTA CLARITA 2024 2 1 24 MODEL TS-AL150 date revised rev _ _ PROPOSED COMPONENT LAYOUT ,I r t r. r ►� f,r s. 1SUZU - r., ISU2U r- �=AL r f �y �,s" i r'_ . � / � � 1 - . ".� ,� �, i 1 --ly �� �\} �•+,� '� - � �".��b71i'�s,''� f e7rTW (STATE ISUZU TRUCK SIOUX FALLS Nicholas Maltaverne 1 605-310-5734 1 nick.maItaverne@istatetruck.com 2024 NPR HD GAS STOCK (2024 NPR -HD Gas Cab Chassis, 1 F2 132.5"WB, 110"CA, 14,500 GVWR. White, Standard model specifications with power windows and door locks Weight Distribution f-7 WB Front Wt. Rear Wt. GVWR GVW Remaining Payload Weight Chassis Equipment: CA 3,897 00 Ibs 65% 2,105,00 Ibs. 35% 14,500.00 Ibs. 6,002.00 Ibs 8,498.00 Ibs. Driver/Passenger Weight 350.0 lbs. Wheelbase (WB) 132.5 inches Cab -to -Axle (CA) 110 inches Body Length Body Weight Back of Cab (BOC) 7.7 inches " You must fill in body length and weight to enable body and payload weight calculations. Weight (Ibs.) Front Rear Total Chassis 3,528.00 2,105.00 5,633.00 Chassis Equipment 19.00 0.00 19.00 Subtotal 3,547.00 2,105.00 5,652.00 Driver/Passengers 350.00 0.00 350.00 Body/Body 0.00 0.00 0.00 Equipment Payload 0.00 0.00 0.00 Total 3,897.00 2,105.00 6,002.00 GAWR/GVWR 6,630,00 11,020.00 14,500.00 GCWR 20,500.00 Code Item Center of Gravity 04 White, Standard model specifications with power windows and door locks IF6 Fire Extinguisher and Triangle Kit mounted in rear organizer on standard cab and under rear seat on crew cab Driver/Passengers: Center of Gravity Front Axle Rear Axle Driver front axle 350.00 Ibs. 0.00 Ibs. Front Rear Axle Axle Total 0.00 Ibs. 0.00 Ibs, 0.00 Ibs. 19.00 Ibs. 0.00 Ibs. 19.00 Ibs. Total 350.0 Ibs. Current report content is based on data as of 2022-10-28 06:25:47, Any performance -related calculations are offered solely as guidelines. Actual vehicle performance will depend on your operating conditions. All Information, specifications and pricing in this application are based on the latest information available. Isuzu Commercial Truck of America, Inc. reserves the right to discontinue or change, at any time, without prior notice, the pricing, specifications, options, materials, equipment, design and models. Page 2 Copyright (c) 2022 Isuzu Commercial Truck of America, Inc. Initial: ISTATE ISUZU TRUCK SIOUX FALLS Nicholas Maltaverne 1 605-310-5734 1 nick.maltaverne@istatetruck.com 2024 NPR HD GAS STOCK (2024 NPR -HD Gas Cab Chassis, 1 F2 132.5"WB, 110"CA, 14,500 GVWR. White, Standard model specifications with power windows and door locks Selected Model and Options Code Description Weight Model 1 F2 NPR -HD Gas Cab Chassis 132.5"WB, 110"CA 04 White, Standard model specifications with power windows and door locks Vehicle Application RQ2 Truck Application 0.0 lbs. Tires 15H LRR (low rolling resistance) 0.0 lbs. Engine L8T GMPT 6.61- (400 CID) V8 gasoline engine; 350 HP at 0.0 lbs. 4500 RPM; 425 lb-ft torque at 3800 RPM; precise fuel control direct injection technology; electronic throttle control; overhead valves with variable valve timing; heavy duty cast-iron cylinder block with six - bolt main -bearing cap; cast aluminum cylinder heads; forged steel crankshaft; stainless steel exhaust manifold. Transmission MYD 61_90-E Hydra-Matic, 6-speed automatic with lock -up 0.0 lbs. converter and overdrive. Ratios: Gear and Ratios 4.027, 2.364 ,1.532, 1.152, 0.0852, 0.667, Rev. 3.064:1 Wheelbase IA9 132.5 inches, includes ladder type channel frame. 0.0 lbs. Full C section straight frame 33.5 inches wide. Yield strength 44,000 psi; section modulus 7.20 in3 RBM 316,800 lb./ft./in. per rail. 110"CA Air Cleaner KNX Dry paper single element. Air cleaner canister 0.0 lbs. standard with air restriction gauge. Alternator KW7 170 Amp, output with integral regulator. 0.0 lbs. Battery IL3 Single Delco 12-V maintenance free 750 CCA frame 0.0 lbs. mounted battery box Exhaust 141 Single horizontal aluminized steel with catalytic 0.0 lbs. converter and oxygen sensor devices. Front Axle ID2 1%beam rated at 6,830 lbs. Includes integral 0.0 lbs. hydraulic power steering. Ratio 18.8-20.9:1. Front Suspension ID4 6,830 lb. capacity. Semi -elliptical tapered leaf 0.0 lbs. springs. Includes shock absorbers and stabilizer bar. Front Wheels I139 19.5" x 6", 6-hole disc, painted white 0.0 lbs. Front Tires 18B 225/70R19.5G (14 ply) tubeless Radial, all season 0.0 lbs. tread Current report content is based on data as of 2022-10-28 06:25:47. Any performance -related calculations are offered solely as guidelines. Actual vehicle performance will depend on your operating conditions. All Information, specifications and pricing in this application are based on the latest information available. Isuzu Commercial Truck of America, Inc. reserves the right to discontinue or change, at any time, without prior notice, the pricing, specifications, options, materials, equipment, design and models. Page 3 Copyright (c) 2022 Isuzu Commercial Truck of America, Inc. Initial: !STATE ISUZU TRUCK SIOUX FALLS Nicholas Maltaverne 1 605-310-5734 1 nick.maltaverne@istatetruck.com 2024 NPR HD GAS STOCK (2024 NPR -HD Gas Cab Chassis, 1 F2 132.5"WB, 110"CA, 14,500 GVWR. White, Standard model specifications with power windows and door locks Selected Model and Options Code Description Weight Rear Suspension 18J 12,900 lbs. Capacity semi elliptical; main and 0.0 lbs. auxiliary multi- leaf spring. Includes shock absorbers. Rear Axle ID3 Single -speed, 14,550 lb. capacity with oil lubricated 0.0 lbs rear wheel bearings. Ratio 092 4.300:1 0.0 lbs. Rear Wheels IC1 19.5" x 6", 6-hole disc, painted white 0.0 lbs. Rear Tires 19B 225/70R19.5G (14 ply) tubeless Radial, all season 0.0 lbs. tread. Fuel Tank A17 38.6 gal. rectangular fuel tank. Mounted between 0.0 lbs, frame rail with electric type fuel pump (mounted in tank). Through the rail fuel fill. Seat AQB Driver seat is reclining high back. Two single 0.0 lbs. occupant fold down seats with tray backs. Brakes IE1 Vacuum + Power Assist; hydraulic 4-wheel disc 0.0 lbs. brakes with 4-channel ABS. Mechanical, transmission mounted parking brake. Non -asbestos semi metallic linings are standard. Air Conditioning C60 Air conditioner 0.0 lbs Power Windows & Door Locks ILO Yes 0.0 lbs. Model Option 04 White, Standard model specifications with power 0.0 lbs. windows and door locks Additional Options IF6 Fire Extinguisher and Triangle Kit mounted in rear 19.0 lbs. organizer on standard cab and under rear seat on crew cab Accessories IX2 Rear body dome lamp switch 0.1 lbs. 8RP AM/FM/CD radio with Aux input/USB port and 0.0 lbs. Bluetooth RPO Current report content is based on data as of 2022-10-28 06:25:47. Any performance -related calculations are offered solely as guidelines. Actual vehicle performance will depend on your operating conditions. All Information, specifications and pricing in this application are based on the latest information available. Isuzu Commercial Truck of America, Inc reserves the right to discontinue or change, at any time, without prior notice, the pricing, specifications, options, materials, equipment, design and models Page 4 Copyright (c) 2022 Isuzu Commercial Truck of America, Inc. Initial: ISTATE ISUZU TRUCK SIOUX FALLS Nicholas Maltaverne 1 605-310-5734 1 nick.maltaverne@istatetruck.com 2024 NPR HD GAS STOCK (2024 NPR -HD Gas Cab Chassis, 1 F2 132.5"WB, 110"CA, 14,500 GVWR. White, Standard model specifications with power windows and door locks Standard Equipment Summary Code Description Vehicle Application RQ2 Truck Application Tires 15H LRR (low rolling resistance) Engine L8T GMPT 6.61- (400 CID) V8 gasoline engine; 350 HP at 4500 RPM; 425 lb-ft torque at 3800 RPM; precise fuel control direct injection technology; electronic throttle control; overhead valves with variable valve timing; heavy duty cast-iron cylinder block with six -bolt main -bearing cap; cast aluminum cylinder heads; forged steel crankshaft; stainless steel exhaust manifold. Transmission MYD 61_90-E Hydra-Matic, 6-speed automatic with lock -up converter and overdrive. Ratios: Gear and Ratios 4.027, 2.364 ,1.532, 1.152, 0.0852, 0.667, Rev. 3.064:1 Wheelbase IA9 132.5 inches, includes ladder type channel frame. Full C section straight frame 33.5 inches wide. Yield strength 44,000 psi; section modulus 7.20 in3 RBM 316,800 lb./ft./in. per rail. 110"CA Air Cleaner KNX Dry paper single element. Air cleaner canister standard with air restriction gauge. Alternator KW7 170 Amp. output with integral regulator. Battery IL3 Single Delco 12-V maintenance free 750 CCA frame mounted battery box Exhaust 141 Single horizontal aluminized steel with catalytic converter and oxygen sensor devices. Front Axle ID2 1"-beam rated at 6,830 lbs. Includes integral hydraulic power steering. Ratio 18.8-20.9:1. Front Suspension IN 6,830 lb. capacity. Semi -elliptical tapered leaf springs. Includes shock absorbers and stabilizer bar. Front Wheels 1139 19.5" x 6", 6-hole disc, painted white Front Tires 18B 225/701319.5G (14 ply) tubeless Radial, all season tread Rear Suspension 18J 12,900 lbs. Capacity semi elliptical; main and auxiliary multi- leaf spring. Includes shock absorbers. Rear Axle ID3 Single -speed, 14,550 lb. capacity with oil lubricated rear wheel bearings. Ratio 092 4.300:1 Rear Wheels ICI 19.5" x 6", 6-hole disc, painted white Rear Tires 19B 225/70R19.5G (14 ply) tubeless Radial, all season tread. Fuel Tank A17 38.6 gal. rectangular fuel tank. Mounted between frame rail with electric type fuel pump (mounted in tank). Through the rail fuel fill. Seat AQB Driver seat is reclining high back. Two single occupant fold down seats with tray backs. Brakes IE1 Vacuum + Power Assist; hydraulic 4-wheel disc brakes with 4-channel ABS. Mechanical, transmission mounted parking Current report content is based on data as of 2022-10-28 06:25:47. Any performance -related calculations are offered solely as guidelines. Actual vehicle performance will depend on your operating conditions. All Information, specifications and pricing in this application are based on the latest information available. Isuzu Commercial Truck of America, Inc. reserves the right to discontinue or change, at any time, without prior notice, the pricing, specifications, options, materials, equipment, design and models Page 5 Copyright (c) 2022 Isuzu Commercial Truck of America, Inc. Initial: (STATE ISUZU TRUCK SIOUX FALLS Nicholas Maltaverne 1 605-310-5734 1 nick.maltaverne@istatetruck.com 2024 NPR HD GAS STOCK (2024 NPR -HD Gas Cab Chassis, 1 F2 132.5"WB, 110"CA, 14,500 GVWR. White, Standard model specifications with power windows and door locks Standard Equipment Summary Code Description brake. Non -asbestos semi metallic linings are standard, Air Conditioning C60 Air conditioner Power Windows & Door Locks ILO Yes Model Option 04 White, Standard model specifications with power windows and door locks Accessories IX2 Rear body dome lamp switch 8RP AM/FM/CD radio with Aux input/USB port and Bluetooth RPO Current report content is based on data as of 2022-10-28 06:25:47. Any performance -related calculations are offered solely as guidelines. Actual vehicle performance will depend on your operating conditions. All Information, specifications and pricing in this application are based on the latest information available. Isuzu Commercial Truck of America, Inc. reserves the right to discontinue or change, at any time, without prior notice, the pricing, specifications, options, materials, equipment, design and models. Page 6 Copyright (c) 2022 Isuzu Commercial Truck of America, Inc. Initial: EZ-LINER LIMITED WARRANTY EZ-Liner warrants all equipment manufactured by it and bearing its brand names to be free from defects in materi and workmanship at the time of sale by EZ-Liner or an authorized EZ-Liner distributor. EZ-Liner will for a period o. twelve months from the date of sale, repair or replace any part of the equipment proven defective. Repair or replacement under this warranty shall be purchaser's sole remedy for breach of the warranty. Products furnished by but not manufactured by EZ-Liner (such as chassis, engines, compressor, etc.) will carry only the warranty of the original equipment manufacturer. In addition, EZ-Liner extends this warranty to weight or load bearing major structure, not including the chassis, for an additional 48 months from the date of sale. EZ Liner warrants the major structure will be free from defective workmanship or materials. EZ-Liner will repair, reinforce or replace defective structural elements originally manufactured by EZ Liner for an additional 48 months from the date of sale. After the initial 12 months from date of sale, the costs of repair, reinforcement or replacement shall be prorated* for the remaining 48 months. This warranty shall not apply if the product has been subject to misuse, negligence, accident or tampering or has not been operated in accordance with EZ-Liner's recommendations. This warranty does not cover and EZ-Liner shall not be liable for any damage, wear or malfunction caused by improper or inadequate maintenance, or substitution of components not supplied by EZ-Liner. Warranty does not apply to normal wear and tear due to equipment operation or to consumable replacement parts. This warranty applies only to the original purchaser and only when the equipment is operated and maintained in accordance with EZ-Liner's written recommendations or instructions. Purchaser must, with transportation prepaid, return the equipment claimed to be defective to EZ-Liner for verification of the claimed defect. If the alleged defect is verified, EZ-Liner will, at EZ-Liner's option, repair or replace any defective parts. The equipment will be returned including prepayment of transportation charges to the original purchases. Expedited fees will be paid by the customer if requested. If no defects in material and workmanship are found, repairs will be made by EZ-Liner at a reasonab, charge. Charges may include the cost of parts, labor and freight. EZ-LINER DISCLAIMS TO THE FULL EXTENT PERMITTED BY LAW ALL WARRANTIES, EXPRESSED OR IMPLIED INCLUDING ANY WARRANTY OF MERCHANTABILITY OR WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE AND ANY NON CONTRACTUAL LIABILITIES INCLUDING PRODUCT LIABILITY BASED ON NEGLIGENCE OR STRICT LIABILITIES. THERE ARE NO WARRANTIES WHICH EXTEND BEYOND THE DESCRIPTION OF THE FACE HEREOF. Every form of liability is expressly excluded and denied for direct, indirect, special or consequential damages or loss. The warranty shall be in lieu of any other warranty expressed or implied. The terms of this warranty constitute purchaser's sole and exclusive remedy. In no case shall EZ-Liner liability exceed the amount of the purchase price. Any action for breach of warranty must be brought within one (1) year of the date of sale or in service date. The following list is intended to act only as an example of these warranties, which are subject to change without notice but may not be limited to only the following: Industrial/Commercial engines carry a one year limited warranty Air compressors carry a one year limited warranty ASME pressure pots are pressure tested, certified and carry a one year limited warranty Head guns carry a one year limited warranty Hydraulic pumps carry a one year warranty Paint pumps carry a one year limited warranty Paint guns carry a one year limited warranty Air solenoids carry a one year warranty Electronic controllers carry a one year limited warranty For a list of wearable items, see AD-0002-DOC — EZ-Liner Warranty -Wearable Parts. *Structural Coverage: Months 12- 24- 80% ; Months 25-36- 60%; Months 37-48-40%; Months 49-60- 20% over 60- no coverage AD-0001-DOC, Rev B -EZ-Liner Warranty 8/1/21